Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2017-208 - 3/28/2017 - Approved
' • 2017-208 3/28/17 M2017-045 Clark Pipeline Services 00 52 23 AGREEMENT This Agreement,for the Project awarded on March 28,2017 is between the City of Corpus Christi (Owner)and CPC Interests, LLC dba Clark Pipeline Services (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: 5.Alameda Street from Avers Street to Louisiana Bond 2012 E.12091 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: HDR Engineering,Inc. 555 N.Carancahua,Suite 1600 Corpus Christi,TX 78401 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 Rd.,85 Corpus Christi,TX 78411 _ .. ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 450 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 480 days after the date when the Contract Times commence to run. B. Milestones,and the dates for completion of each,are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones,Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Agreement 00 52 23-1 S.Alameda Street from Ayers Street to Louisiana Bond 2012 I Project No.E12091 Rev06-22-2016 INDEXED CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 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. CPC Interests LLC dba Clark Pipeline Services 2017-171282 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 02/24/2017 being filed. City of Corpus Christi Date Acknowledged: Aimee Alcorn-Reed v �edM /!v.✓, 2017.04.27 16:36:20-05'00' 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. E12091 SOUTH ALAMEDA STREET FROM AYERS STREET TO LOUISIANA AVENUE BOND 2012 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. X 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. DIANNA M SANCHEZ * * Notary Public, State of Texas My Commission Expires SEPTEMBER 29, 2019 k—Sipst5he of authorized agent of contras i busines entity AFFIX NOTARY STAMP/SEAL ABOVE f ! Sworn to and subscribed before me,by the said T LI I I I r 011 (`4— this the day of rod 20 '7�,to certify which,witness my hand and seal of office. Signature of officer administe g oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 CONTRACT DOCUMENTS FOR CONSTRUCTION OF S. Alameda Street from Ayers Street to Louisiana Bond 2012 E12091 City of Corpus Christi HDR Engineering 555 N. Carancahua Suite 1600/ Corpus Christi, TX/ (361) 696-3300 *. ............. ANTHQNY B. GAVLIK i ♦......................... :::s Record Drawing Number STR872 ��+o•. 109896 • 1 c\S � do vA�•ENG�� 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev O1-13-2016) 00 30 00 Bid Acknowledgment Form (Revo1-13-2016) 00 30 01 Bid Form (Revo1-13-2016) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest(Revo1-13-2016) 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience (Rev06-22-2016) 00 52 23 Agreement(Rev 06-22-2016) 00 61 13 Performance Bond (Revo1-13-2016) 00 61 16 Payment Bond (Revo1-13-2016) 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 Policy(Revo1-13-2016) 00 73 00 Supplementary Conditions Division 01 General Requirements 011100 Summary of Work(Revo1-13-2016) 01 23 10 Alternates and Allowances 01 29 00 Application for Payment Procedures (Rev 03-11-2015) 01 29 01 Measurement and Basis for Payment (Revo1-13-2016) 01 31 00 Project Management and Coordination (Revo1-13-2016) 01 31 13 Project Coordination 01 31 14 Change Management 01 33 00 Document Management 01 33 01 Submittal Register(Rev 7/3/2014) 013302 Shop Drawings 01 33 03 Record Data 01 33 04 Construction Progress Schedule Table of Contents 000100- 1 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 06-22-2016 Division/ Title Section 01 33 05 Video and Photographic Documentation 01 35 00 Special Procedures 014000 Quality Management 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls 01 70 00 Execution and Closeout Requirements Part S Standard Specifications 02 01 00 Survey Monuments 02 10 20 Site Clearing & Stripping 02 10 40 Site Grading 02 1080 Removing Abandoned Structures 02 20 20 Excavation & Backfill for Utilities 02 20 21 Control of Groundwater 02 2022 Trench Safety for Excavations 02 20 40 Street Excavations 02 20 80 Embankment 02 21 00 Select Material 02 24 20 Silt Fence 02 52 02 Scarifying and Reshaping Base Course 02 52 05 Pavement Repair, Curb, Gutter, Sidewalk& Driveway Replacement 02 52 23 Crushed Limestone Flexible Base 02 54 02 Planing Asphalt Surfaces 02 54 04 Asphalts, Oils, & Emulsions 02 54 12 Prime Coat 02 54 24 Hot Mix Asphalt Concrete Pavement 02 56 08 Inlets 02 56 10 Concrete Curb & Gutter 02 56 12 Concrete Sidewalks & Driveways 02 56 14 Concrete Curb Ramps 02 56 20 Portland Cement Concrete Pavement 02 58 02 Temporary Traffic Controls During Construction 02 58 03 Traffic Signal Adjustments Table of Contents 000100- 2 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 06-22-2016 Division/ Title Section 02 58 05 Work Zone Pavement Markings 02 62 01 Waterline Riser Assemblies 02 62 02 Hydrostatic Testing of Pressure Systems 02 62 06 Ductile Iron Pipe & Fittings 02 62 10 PVC Pipe—AWWA C900/C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains 02 62 14 Grouting Abandoned Utility Lines 02 64 02 Waterlines 02 64 04 Water Service Lines 02 64 09 Tapping Sleeves &Tapping Valves 02 64 11 Gate Valves for Waterlines 02 6416 Fire Hydrants 02 72 00 Control of Wastewater Flows 02 72 02 Manholes 02 72 03 Vacuum Testing of Wastewater Manhole and Structures 02 72 05 Fiberglass Manholes 02 72 07 Rehabilitation of Manholes and Wet Wells with Shotcrete and Water Proofing (5-74) 02 74 02 Reinforced Concrete Pipe Culverts 02 74 04 Concrete Box Culverts 02 76 02 Gravity Wastewater Lines 02 76 04 Disposal of Waste from Wastewater Cleaning Operations 02 76 06 Wastewater Service Lines 02 76 11 Cleaning and Televised Inspection of Conduits 02 76 14 Cured in Place Pipe (CIPP)for Rehabilitation of Gravity Wastewater Line 028040 Sodding 02 83 00 Fence Relocation 02 83 20 Chain Link Fence 03 00 20 Portland Cement Concrete 03 20 20 Reinforcing Steel 03 70 40 Epoxy Compounds (5-44) 05 54 20 Frames Gates Rings and Covers Part T Technical Specifications 02 24 80 Rolling Table of Contents 000100-3 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 06-22-2016 Division/ Title Section 02 24 85 Proof Rolling 02 58 50 Retroreflectorized Pavement Markings 02 58 21 Raised Pavement Markers 02 58 52 Eliminating Existing Pavement Markings and Markers 02 58 53 Pavement Surface Preparation for Markings 02 58 54 Work Zone Pavement Markings 02 58 58 Aluminum Signs Appendix Title Geotechnical Report—Subsurface Exploration and Pavement Recommendations of 1 the Proposed South Alameda Street—Ayers to Louisiana (Bond 2012), City of Corpus Christi Project No. E12091, Corpus Christi,TX, RETL Job No. G112249 2 SUE Report—SUE along South Alameda Street (Ayers to Louisiana Avenue) END OF SECTION Table of Contents 000100-4 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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: Name of Project S. Alameda Street from Avers Street to Louisiana Bond 2012 Owner's Project Identification No. Project No. E 12091 A. The Alameda St project, from Ayers Street to Louisiana Ave, consists of construction of approximately 2,720 linear feet of Arterial Roadway, including approximately 23,900 square feet of new sidewalks and 451 square yards of new ADA curb ramps, 9,200 square feet of cycle tracks, 3,900 linear feet of various sized new water lines, 900 linear feet of various sized new wastewater lines, 3,000 various sized cured-in-place pipes, 1,600 linear feet of various sized storm water lines with new manholes and inlets, street signage, pavement markings and traffic signal systems; Base Bid 1 includes approximately 14,800 square yards of new portland cement concrete pavement, approximately 4,300 linear feet of concrete curb; including all appurtenances and associated work in accordance with the plans,specifications, and contract documents including all appurtenances and associated work in accordance with the plans, specifications, and contract documents; Base Bid 2 includes approximately 13,700 square yards of new asphaltic concrete pavement, and 4,300 linear foot of concrete curb and gutter. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is$5,900,000.00 for Base Bid 1 (Rigid Pavement) and 5,400,000 for Base Bid 2 (Flexible Pavement). The Project is to be substantially complete and ready for operation within 450 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports, or other information relevant to submitting a Bid for the Project. Invitation to Bid and Instructions to Bidders 002113- 1 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 01-13-2016 ARTICLE 3— DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than Wednesday February 8, 2017 at 2:00 pm to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid, electronic or hard copy, by the specified deadline. 3.02 Complete and submit the Bid Form,the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. 3.04 If submitting a hard copy bid or bid security by cashier's check or money order, please address envelopes or packages: City of Corpus Christi City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid - S.Alameda Street from Ayers Street to Louisiana (Bond2012), Project No. E12091 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. 3.05 Bids will be publicly opened and read aloud at Wednesday February 8, 2017 at 2:00 pm, at the following location: City Hall Building— City of Corpus Christi Third Floor, Parks & Recreation Department Engineering Services Smartboard Conference Room 1201 Leopard Street Corpus Christi, Texas 78401 3.06 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. Invitation to Bid and Instructions to Bidders 002113-2 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 01-13-2016 ARTICLE 4—PRE-BID CONFERENCE 4.01 A non-mandatory pre-bid conference for the Project will be held on Tuesday January 24, 2017 at 9:30 am at the following location: City Hall Building—Engineering Services Conference Room 1 or 2 3 d floor, Engineering Services 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. 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 6.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents, Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 6.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5,that without exception the Bid is premised upon completion of Work required by the Contract Documents,Addenda, and the related supplemental data, that the Bidder has given the OAR written notice of all conflicts, errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Documents, Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the Invitation to Bid and Instructions to Bidders 002113-3 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 01-13-2016 related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 7—INTERPRETATIONS AND ALTERNATE BIDS 7.01 Submit all questions about the meaning or intent of the Contract Documents, Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 7.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. 7.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLES—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. 8.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition, that the Owner will be paid a sum equal to 5 percent (5%) of the greatest amount bid if, within 10 calendar days of Notice of Award of the Contract,the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. Invitation to Bid and Instructions to Bidders 002113-4 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 01-13-2016 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. 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 Invitation to Bid and Instructions to Bidders 002113-5 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 01-13-2016 each page or sheet or on the cover of bound documents. Place "confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of"confidential" documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11—MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days, thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. 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. Invitation to Bid and Instructions to Bidders 002113-6 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 01-13-2016 ARTICLE 15—AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 15.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 16—MINORITY/MBE/DBE PARTICIPATION POLICY 16.01 Selected Contractor is required to comply with the Owner's Minority/ MBE/ DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY/ MBE/ DBE PARTICIPATION POLICY. 16.02 Minority participation goal for this Project has been established to be 45%. 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. 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 Invitation to Bid and Instructions to Bidders 002113-7 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 01-13-2016 responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 19.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 20—WAGE RATES 20.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 21—BIDDER's CERTIFICATION OF NO LOBBYING 21.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees, consultants, or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process,the City may, in its discretion, reject the Bid. ARTICLE 22—CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CIQ and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 23—CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. ARTICLE 24-REJECTION OF BID 24.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security, with Power of Attorney, submitted as required by Article 7. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. Invitation to Bid and Instructions to Bidders 002113-8 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 01-13-2016 G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 24.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. Evidence of Bidder's recurring failure to complete an item of work within a timeframe acceptable to the City or in accordance with a City-accepted schedule is evidence of Bidder's failure to achieve reasonable progress under this subsection. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. F. Failure to acknowledge receipt of Addenda. G. Failure to submit post-Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity (i.e. U.S. Environmental Protection Agency,Texas Commission on Environmental Quality, etc.). J. Bidder's Safety Experience. K. Failure of Bidder to demonstrate, through submission of the Statement of Experience, the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources, workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Bid items where the 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 Invitation to Bid and Instructions to Bidders 002113-9 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 01-13-2016 remaining work or incomplete work items under any existing city or non-city contract; (ii) ability to perform the Work with remaining sufficient resources, workforce, equipment and supervision/supervisory staff; (iii) ability in the past to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items under any existing City-awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. END OF SECTION Invitation to Bid and Instructions to Bidders 002113- 10 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 01-13-2016 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1—BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by (type or print name of company) on:Wednesday February 8, 2017 at 2:00 pm S. Alameda Street from Ayers Street to Louisiana (Bond 2012)for Project No. E12091. 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 -S. Alameda Street from Ayers Street to Louisiana (Bond2012), Project No. Project No. E12091 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 Form 003000- 1 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 01-13-2016 Addendum No. Addendum Date Signature Acknowledging Receipt 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. Bid Acknowledgement Form 003000- 2 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 01-13-2016 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 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 Bid Acknowledgement Form 003000-3 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 01-13-2016 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. ARTICLE 6—TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 450 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 480 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. Bid Acknowledgement Form 003000-4 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 01-13-2016 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. 10.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 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. Bid Acknowledgement Form 003000-5 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 01-13-2016 ARTICLE 11—BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: (typed or printed full legal name of Bidder) By: (individual's signature) Name: (typed or printed) Title: (typed or printed) Attest: (individual's signature) State of Residency: Federal Tax Id. No. Address forgiving notices: Phone: Email: (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form 003000-6 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 01-13-2016 00 30 01 BID FORM Project Name: S. Alameda Street from Ayers Street to Louisiana (Bond 2012) Project Number: Project No. E12091 Owner: City of Corpus Christi Bidder: OAR: Designer: Basis of Bid Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY Base Bid 1 (Rigid Pavement) Part A-General (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-A1 Mobilization LS 1 1-A2 TCP Items(Signs,Barricades,Channelizing MO 15 devices,etc.) 1-A3 TCP Plan and Prep EA 1 1-A4 TCP Mobilization/Adjustments EA 3 1-A5 TCP Flagger EA 1 1-A6 SWPPP EA 1 1-A7 Electric Message Boards EA 2 1-A8 Concrete Barriers EA 100 1-A9 Curb Inlet Sediment Trap(install and EA 56 remove) 1-A10 Block Sod SY 2,219 1-A11 Exploratory Excavations LS 1 $ 10,000.00 Bid Form Page 1 of 11 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY SUBTOTAL PART A-GENERAL(Items 1-A1 thru 1-A11) Part B-STREET IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-131 Concrete Cycle Track SF 9,225 1-132 Concrete Driveway(6"thick) SY 855 1-B3 Concrete Median SY 300 1-134 Work Zone Pavement Markings Short- EA 130 Term (tab,type white) 1-B5 Work Zone Pavement Markings Short- EA 250 Term (tab,type yellow) 1-136 Work Zone Pavement Markings EA 292 Removable Type I I-A-A 1-137 Work Zone Pavement Markings EA 854 Removable Type Y 1-138 Work Zone Pavement Markings EA 194 Removable Type I-C 1-139 Work Zone Pavement Markings EA 508 Removable Type W 1-1310 Work Zone Pavement Markings Non- EA 4 Removable(Word) 1-1311 Work Zone Pavement Markings Non- EA 10 Removable(Arrow) Eliminate Exist Pavement Markings& 1-B 12 LF 2,441 Markers(4") 1-B13 Eliminate Exist Pavement Markings& EA 5 Markers(Word/Arrow) 1-B14 Pavement Sealer(4") LF 5,010 Bid Form Page 2 of 11 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY 1-B15 Pavement Sealer(8") LF 608 1-B16 Pavement Sealer(12") LF 546 1-B17 Pavement Sealer(24") LF 2,373 1-B18 Reflectorized Pavement Marking(type I, LF 210 white,4", broken,90 mil) Reflectorized Pavement Marking(type I, 1-B 19 LF 1,226 white,4",solid,90 mil) 1-B20 Reflectorized Pavement Marking(type I, LF 50 white,4",dotted,90 mil) 1-B21 Reflectorized Pavement Marking(type I, LF 608 white,8",solid,90 mil) 1-B22 Reflectorized Pavement Marking(type I, LF 546 white, 12",solid,90 mil) Reflectorized Pavement Marking(type I, 1-B23 LF 2,268 white,24",solid,90 mil) Reflectorized Pavement Marking(type I, 1-B24 LF 3,070 yellow,4",solid,90 mil) 1-B25 Reflectorized Pavement Marking(type I, LF 454 yellow,4", broken,90 mil) 1-B26 Reflectorized Pavement Marking(type I, LF 105 yellow,24",solid,90 mil) 1-B27 Prefabricated Pavement Marker(type c, EA 42 white,arrow) 1-B28 Prefabricated Pavement Marker(type c, EA 12 white,word) 1-B29 Prefabricated Pavement Marker(type c, EA 15 white, bike symbol w/arrow) 1-B30 Raised Pavement Marker(type I-C) EA 43 1-B31 Raised Pavement Marker(type 11-C-R) EA 10 Bid Form Page 3 of 11 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY 1-1332 Raised Pavement Marker(type II-A-A) EA 99 1-1333 Aluminum Signs(includes small sign EA 130 assembly) 1-834 School Zone Flashing Beacon Assembly EA 1 Allowance For Unanticipated Roadway 1-1335 LS 1 $ 30,000.00 Improvements SUBTOTAL PART B-STREET IMPROVEMENTS(Items 1-131 thru 1-1335) Part C-RTA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-C1 Remove and Dispose of Existing Flatwork SF 927 1-C2 Remove and Dispose of Existing Bus Stop SY 327 Pads 1-C3 Concrete Bus Pad (10"thick,jointed,Steel- SY 458 reinforced concrete pavement) Concrete Bus Shelter Pad (4"thick, 1-C4 jointed,Steel-reinforced concrete SY 60 pavement) Concrete Bus Stop Flatwork(4"thick, 1-05 jointed,steel-reinforced concrete SF 927 pavement) SUBTOTAL PART C-RTA IMPROVEMENTS(Items 1-C1 thru 1-05) Part D-ADA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-D1 Concrete Curb Ramp SY 440 1-D2 Concrete Sidewalk SF 23,922 Bid Form Page 4 of 11 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY SUBTOTAL PART D-ADA IMPROVEMENTS(1-D1 THRU 1-D2) Part E-DRAINAGE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-E1 Removal of 6" RCP LF 107 1-E2 Removal of 12" RCP LF 409 1-E3 Removal of 15" RCP LF 971 1-E4 Removal of 18" RCP LF 323 1-E5 Removal of 21" RCP LF 387 1-E6 Removal of 24" RCP LF 89 1-E7 Removal of 36" RCP LF 89 1-E8 Removal of Exist Manhole/Inlet EA 30 1-E9 Removal of Sidewalk Drain LF 11 1-E10 18" RCP(Type III) LF 175 1-E11 30" RCP(Type III) LF 67 1-E12 36" RCP(Type III) LF 1,060 1-E13 48" RCP(Type III) LF 36 1-E14 2'x4' Box Culvert LF 268 Bid Form Page 5 of 11 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY 1-E15 5'Curb Inlet EA 28 1-E16 5'Curb Inlet Extension EA 47 1-E17 Curb Inlet(Remove& Replace Top) EA 2 1-E18 Manhole/Junction Box EA 24 1-E19 Trench Safety LF 1,606 1-E20 Trench Safety for Storm Water Manholes EA 52 and Storm Water Inlets 1-E21 Manhole/Grate Inlet(Remove and EA 7 Replace Top) 1-E22 6 Inch Curb LF 4,365 1-E23 5'Valley Gutter LF 344 Allowance for Unanticipated Drainage 1-E24 LS 1 $ 25,000.00 Improvements SUBTOTAL PART E-DRAINAGE IMPROVEMENTS(1-E1 THRU 1-E24) Part F-WATER IMROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-F1 8"C900 PVC Water Line LF 1,196 1-F2 12"C900 PVC Water Line LF 2,660 1-F3 8"45 Deg D.I.M.J. Bends EA 52 1-F4 12"45 Deg D.I.M.J. Bends EA 36 Bid Form Page 6 of 11 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY 1-1`5 12"x12"x8"D.I.M.J.Tee EA 11 1-F6 12"x8" D.I.M.J.Cross EA 2 1-F7 12"X12" D.I.M.J.Cross EA 1 1-F8 12'x12"x12" D.I.M.J.Tee EA 2 1-F9 8"x6" Reducer EA 7 1-F10 8"x4" Reducer EA 7 1-F11 8"Plug EA 1 1-F12 12"Plug EA 2 1-F13 8"Gate Valve EA 15 1-F14 12"Gate Valve EA 14 1-F15 Remove Existing Valve Box EA 16 1-F16 12" PVC to AC Adaptor EA 1 1-F17 6"PVC to AC Adaptor EA 1 1-F18 6"PVC to CI Adaptor EA 7 1-F19 4"PVC to CI Adaptor EA 7 1-F20 Remove Existing Fire Hydrant Assemblies EA 5 1-F21 Fire Hydrant Assemblies(Type 1) EA 11 Bid Form Page 7 of 11 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY 1-F22 3/4"Water Service Line LF 80 1-F23 1"Water Service Line LF 80 1-F24 Connection to Existing Water Line EA 16 1-F25 Trench Safety for Water Lines LF 3,856 Remove/Grout(Per requirements in plans 1-F26 LF 2,700 &specs)Abandoned 10"Water Line 1-F27 Remove/Grout(Per requirements in plans LF 710 &specs)Abandoned 4"&6"Water Line 1-F28 Asphalt Pavement Repair Sy 35 1-F29 Concrete Sidewalk Repair SF 180 1-F30 Backfill and Restoration of Sodded Planter SF 155 Allowance for Unanticipated Water 1-F31 LS 1 $ 25,000.00 Improvements SUBTOTAL PART F-WATER IMPROVEMENTS(141 THRU 1-F31) Part G-WASTEWATER IMROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-G1 Replace 6"VCP with 8"SDR 26 PVC LF 20 Sanitary Sewer(6'-8' Depth) 1-G2 Replace 6"VCP with 8"SDR 26 PVC LF 335 Sanitary Sewer(10'-12' Depth) 1-G3 Replace 6"VCP with 8"SDR 26 PVC LF 242 Sanitary Sewer(12'-14' Depth) 1-G4 New 8"SDR 26 PVC Sanitary Sewer(10'- LF 257 12' Depth) Bid Form Page 8 of 11 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY 1-135 New 8"SDR 26 PVC Sanitary Sewer(12'- LF 170 14' Depth) 1-G6 Steel Casing 14" Dia LF 30 1-G7 Replace Existing 15"VCP with 15"SDR 26 LF 75 PVC Sanitary Sewer(8'-10' Depth) 1-G8 New 4' Dia. Fiberglass Manhole EA 8 1-G9 Rehabilitated 4' Dia. Manholes EA 1 1-G10 Extra Depth 4' Dia. Manholes VF 43 1-G11 Replace Existing Brick Manhole with 5' Dia EA 2 Fiberglass Manhole 1-G12 Extra Depth 5' Dia. Manholes VF 12 1-G13 Adjust Existing Manholes to Grade EA 12 1-G14 Drop Connection to Existing Manhole EA 1 1-G15 Temporary By Pass Pumping EA 8 1-G16 CIPP 15" LF 1,322 1-G17 CIPP 18" LF 1,659 1-G18 Trench Safety for Sanitary Sewer LF 1,024 1-G19 Trench Safety for Sanitary Sewer EA 11 Manholes Allowance for Unanticipated Wastewater 1-G20 LS 1 $ 25,000.00 Improvements SUBTOTAL PART G-WASTEWATER IMPROVEMENTS(1-G1 THRU 1-G20) Bid Form Page 9 of 11 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY Part H-RIGID PAVEMENT(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-H1 Remove and Dispose of Existing Asphalt SY 17,100 Pavement 1-H2 Remove and Dispose of Existing Curb and LF 4,065 Gutter 1-H3 Remove and Dispose of Existing Sidewalk SF 25,565 1-H4 Street Excavation (ROW-ROW) SY 16,744 1-H5 12"Compacted Subgrade SY 15,383 Flexible Base(complete-in-place)(type A 1-H6 Grade 1-2)(6"thick) SY 15,383 1-H7 Steel-Reinforced Concrete Pavement(7" SY 14,816 thick,jointed) SUBTOTAL PART H-RIGID PAVEMENT(1-1-111 THRU 1-1-117) Part I-GAS IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-11 Gas line trench backfill and compaction LF 144 SUBTOTAL PART I-GAS IMPROVEMENTS(1-11) Bid Form Page 10 of 11 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY BASE BID 1 SUMMARY SUBTOTAL PART A-GENERAL(Items 1-A1 thru 1-A11) SUBTOTAL PART B- STREET IMPROVEMENTS (Items 1-131 thru 1-1335) SUBTOTAL PART C- RTA IMPROVEMENTS (Items 1-C1 thru 1-05) SUBTOTAL PART D -ADA IMPROVEMENTS (1-D1 THRU 1-D2) SUBTOTAL PART E - DRAINAGE IMPROVEMENTS (1-E1 THRU 1-E24) SUBTOTAL PART F- WATER IMPROVEMENTS (1-F1 THRU 1-F31) SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (1-G1 THRU 1-G20) SUBTOTAL PART H - RIGID PAVEMENT(1-1-11 THRU 1-1-17) SUBTOTAL PART I -GAS IMPROVEMENTS (1-11) TOTAL PROJECT BASE BID 1 (PARTS A THRU 1) Contract Times Bidder agrees to reach Substantial Completion in 450 days Bidder agrees to reach Final Completion in 480 days Bid Form Page 11 of 11 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 01-13-2016 00 30 01 BID FORM Project Name: S.Alameda Street from Ayers Street to Louisiana (Bond 2012) Project Number: Project No. E12091 Owner: City of Corpus Christi Bidder: OAR: Designer: Basis of Bid Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDEDAMOUNT QUANTITY Base Bid 2 (Flexible Pavement) Part A-General(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-A1 Mobilization LS 1 2-A2 TCP Items(Signs,Barricades,Channelizing MO 15 devices,etc.) 2-A3 TCP Plan and Prep EA 1 2-A4 TCP Mobilization/Adjustments EA 3 2-A5 TCP Flagger EA 1 2-A6 Ozone Day EA 5 2-A7 SWPPP EA 1 2-A8 Electric Message Boards EA 2 2-A9 Concrete Barriers EA 100 2-A10 Curb Inlet Sediment Trap(install and EA 56 remove) 2-A11 Block Sod SY 2,219 2-Al2 Exploratory Excavations LS 1 $ 10,000.00 SUBTOTAL PART A-GENERAL(Items 2-A1 thru 2-Al2) Bid Form Page 1 of 10 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No.E12091 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDEDAMOUNT QUANTITY Part B-STREET IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-131 Concrete Cycle Track SF 9,225 2-132 Concrete Driveway(6"thick) SY 855 2-133 Concrete Median SY 300 2-134 Work Zone Pavement Markings Short- EA 130 Term(tab,type white) 2-135 Work Zone Pavement Markings Short- EA 250 Term(tab,type yellow) 2-136 Work Zone Pavement Markings EA 292 Removable Type II-A-A 2-137 Work Zone Pavement Markings EA 854 Removable Type Y 2-138 Work Zone Pavement Markings EA 194 Removable Type I-C 2-139 Work Zone Pavement Markings EA 508 Removable Type W 2-1310 Work Zone Pavement Markings Non- EA 4 Removable(Word) 2-1311 Work Zone Pavement Markings Non- EA 10 Removable(Arrow) 2-1312 Eliminate Exist Pavement Markings& LF 2,441 Markers(4") 2-1313 Eliminate Exist Pavement Markings& EA 5 Markers(Word/Arrow) 2-1314 Reflectorized Pavement Marking(type I, LF 210 white,4",broken,90 mil) 2-1315 Reflectorized Pavement Marking(type I, LF 1,226 white,4",solid,90 mil) 2-616 Reflectorized Pavement Marking(type I, LF 50 white,4",dotted,90 mil) 2-1317 Reflectorized Pavement Marking(type I, LF 608 white,8",solid,90 mil) 2-1318 Reflectorized Pavement Marking(type I, LF 546 white,12",solid,90 mil) Bid Form Page 2 of 10 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No.E12091 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDEDAMOUNT QUANTITY 2-1319 Reflectorized Pavement Marking(type I, LF 2,268 white,24",solid,90 mil) 2-1320 Reflectorized Pavement Marking(type I, LF 3,070 yellow,4",solid,90 mil) 2-1321 Reflectorized Pavement Marking(type I, LF 454 yellow,4",broken,90 mil) 2-1322 Reflectorized Pavement Marking(type I, LF 105 yellow,24",solid,90 mil) 2-1323 Prefabricated Pavement Marker(type c, EA 42 white,arrow) 2-1324 Prefabricated Pavement Marker(type c, EA 12 white,word) 2-1325 Prefabricated Pavement Marker(type c, EA 15 white,bike symbol w/arrow) 2-1326 Prefabricated Pavement Marker(type c, EA 12 white,bike symbol w/sharrow) 2-1327 Raised Pavement Marker(type I-C) EA 43 2-1328 Raised Pavement Marker(type II-C-R) EA 10 2-1329 Raised Pavement Marker(type II-A-A) EA 99 2-1330 Aluminum Signs(includes small sign EA 136 assembly) 2-631 School Zone Flashing Beacon Assembly EA 1 2-1332 Allowance For Unanticipated Roadway LS 1 Improvements $ 30,000.00 SUBTOTAL PART B-STREET IMPROVEMENTS(Items 2-131 thru 2-632) Part C-RTA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-C1 Remove and Dispose of Existing Flatwork SF 927 2-C2 Remove and Dispose of Existing Bus Stop SY 327 Pads Bid Form Page 3 of 10 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No.E12091 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDEDAMOUNT QUANTITY 2-C3 Concrete Bus Pad(10"thick,jointed,Steel- SY 458 reinforced concrete pavement) Concrete Bus Shelter Pad(4"thick, 2-C4 jointed,Steel-reinforced concrete SY 60 pavement) Concrete Bus Stop Flatwork(4"thick, 2-05 jointed,steel-reinforced concrete SF 927 pavement) SUBTOTAL PART C-RTA IMPROVEMENTS(Items 2-C1 thru 2-05) Part D-ADA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-D1 Concrete Curb Ramp SY 440 2-D2 Concrete Sidewalk SF 23,922 LSUBTOTALART D-ADA IMPROVEMENTS(2-D1 THRU 2-D2) Part E-DRAINAGE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-E1 Removal of 6"RCP LF 107 2-E2 Removal of 12"RCP LF 409 2-E3 Removal of 15"RCP LF 971 2-E4 Removal of 18"RCP LF 323 2-E5 Removal of 21"RCP LF 387 2-E6 Removal of 24"RCP LF 89 2-E7 Removal of 36"RCP LF 89 2-E8 Removal of Exist Manhole/Inlet EA 30 Bid Form Page 4 of 10 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No.E12091 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDEDAMOUNT QUANTITY 2-E9 Removal of Sidewalk Drain LF 11 2-E10 18"RCP(Type III) LF 175 2-E11 30"RCP(Type III) LF 67 2-E12 36"RCP(Type III) LF 1,060 2-E13 48"RCP(Type III) LF 36 2-E14 2'x4'Box Culvert LF 268 2-E15 5'Curb Inlet EA 28 2-E16 5'Curb Inlet Extension EA 47 2-E17 Curb Inlet(Remove&Replace Top) EA 2 2-E18 Manhole/Junction Box EA 24 2-E19 Trench Safety LF 1,606 2-E20 Trench Safety for Storm Water Manholes EA 52 and Storm Water Inlets 2-E21 Manhole/Grate Inlet(Remove and EA 7 Replace Top) 2-E22 Curb and Gutter LF 4,365 2-E23 5'Valley Gutter LF 344 Allowance for Unanticipated Drainage 2-E24 LS 1 $ 25,000.00 Improvements SUBTOTAL PART E-DRAINAGE IMPROVEMENTS(2-E1 THRU 2-E24) Part F-WATER IMROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Bid Form Page 5 of 10 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No.E12091 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDEDAMOUNT QUANTITY 2-F1 8"C900 PVC Water Line LF 1,196 2-F2 12"C900 PVC Water Line LF 2,660 2-F3 8"45 Deg D.I.M.J.Bends EA 52 2-F4 12"45 Deg D.I.M.J.Bends EA 36 2-F5 12"x12"x8"D.I.M.J.Tee EA 11 2-F6 12"x8"D.I.M.J.Cross EA 2 2-F7 12"X12"D.I.M.J.Cross EA 1 2-F8 12'x12"x12"D.I.M.J.Tee EA 2 2-F9 8"x6"Reducer EA 7 2-F10 8"x4"Reducer EA 7 2-F11 8"Plug EA 1 2-F12 12"Plug EA 2 2-F13 8"Gate Valve EA 15 2-F14 12"Gate Valve EA 14 2-F15 Remove Existing Valve Box EA 16 2-F16 12"PVC to AC Adaptor EA 1 2-F17 6"PVC to AC Adaptor EA 1 2-F18 6"PVC to Cl Adaptor EA 7 2-F19 4"PVC to Cl Adaptor EA 7 Bid Form Page 6 of 10 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No.E12091 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDEDAMOUNT QUANTITY 2-F20 Remove Existing Fire Hydrant Assemblies EA 5 2-F21 Fire Hydrant Assemblies(Type 1) EA 11 2-F22 3/4"Water Service Line LF 80 2-F23 1"Water Service Line LF 80 2-F24 Connection to Existing Water Line EA 16 2-F25 Trench Safety for Water Lines LF 3,856 2-F26 Remove/Grout(Per requirements in plans LF 2,700 &specs)Abandoned 10"Water Line 2-F27 Remove/Grout(Per requirements in plans LF 710 &specs)Abandoned 4"&6"Water Line 2-F28 Asphalt Pavement Repair Sy 35 2-F29 Concrete Sidewalk Repair SF 180 2-F30 Backfill and Restoration of Sodded Planter SF 155 Allowance for Unanticipated Water 2-F31 LS 1 $ 25,000.00 Improvements SUBTOTAL PART F-WATER IMPROVEMENTS(241 THRU 2431) Part G-WASTEWATER IMROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-G1 Replace 6"VCP with 8"SDR 26 PVC LF 20 Sanitary Sewer(6'-8'Depth) 2-G2 Replace 6"VCP with 8"SDR 26 PVC LF 335 Sanitary Sewer(10'-12'Depth) 2-G3 Replace 6"VCP with 8"SDR 26 PVC LF 242 Sanitary Sewer(12'-14'Depth) 2-G4 New 8"SDR 26 PVC Sanitary Sewer(10'- LF 257 12'Depth) Bid Form Page 7 of 10 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No.E12091 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDEDAMOUNT QUANTITY 2-G5 New 8"SDR 26 PVC Sanitary Sewer(12'- LF 170 14'Depth) 2-G6 Steel Casing 14"Dia LF 30 2-G7 Replace Existing 15"VCP with 15"SDR 26 LF 75 PVC Sanitary Sewer(8'-10'Depth) 2-G8 New 4'Dia.Fiberglass Manhole EA 8 2-G9 Rehabilitated 4'Dia.Manholes EA 1 2-G10 Extra Depth 4'Dia. Manholes VF 43 2-G11 Replace Existing Brick Manhole with 5'Dia EA 2 Fiberglass Manhole 2-G12 Extra Depth 5'Dia. Manholes VF 12 2-G13 Adjust Existing Manholes to Grade EA 12 2-G14 Drop Connection to Existing Manhole EA 1 2-G15 Temporary By Pass Pumping EA 8 2-G16 CIPP 15" LF 1,322 2-G17 CIPP 18" LF 1,659 2-G18 Trench Safety for Sanitary Sewer LF 1,024 2-G19 Trench Safety for Sanitary Sewer EA 11 Manholes Allowance for Unanticipated Wastewater 2-G20 LS 1 $ 25,000.00 Improvements SUBTOTAL PART G-WASTEWATER IMPROVEMENTS(2-G1 THRU 2-G20) Part H-FLEXIBLE PAVEMENT(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Bid Form Page 8 of 10 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No.E12091 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDEDAMOUNT QUANTITY 2-H1 Remove and Dispose of Existing Asphalt SY 17,100 Pavement Remove and Dispose of Existing Curb and 2-H2 LF 4,065 Gutter 2-H3 Remove and Dispose of Existing Sidewalk SF 25,565 2-H4 Street Excavation(ROW-ROW) SY 16,744 2-H5 12"Compacted Subgrade SY 15,383 2-H6 TX5 Geogrid SY 15,383 Flexible Base(complete-in-place)(type A 2-H7 SY 15,383 grade 1-2)(9"thick) Emulsified Asphalt Treament(subgrade, 2 H8 MC-30)(Prime) SY 13,682 Type B Hot-mix Asphalt Concrete 2-H9 SY 13,682 Pavement(3.5"thick) Type D Hot-mix Asphalt Concrete 2-H 10 SY 13,682 Pavement(2"thick) SUBTOTAL PART H-FLEXIBLE PAVEMENT(2-1-11 THRU 2-1-110) Part I-GAS IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-11 Gas line trench backfill and compaction LF 144 SUBTOTAL PART I-GAS IMPROVEMENTS(2-11) Bid Form Page 9 of 10 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No.E12091 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY BASE BID 2 SUMMARY SUBTOTAL PART A-GENERAL(Items 2-A1 thru 2-Al2) SUBTOTAL PART B-STREET IMPROVEMENTS(Items 2-131 thru 2-1332) SUBTOTAL PART C-RTA IMPROVEMENTS(Items 2-C1 thru 2-05) SUBTOTAL PART D-ADA IMPROVEMENTS(2-D1 THRU 2-D2) SUBTOTAL PART E- DRAINAGE IMPROVEMENTS(2-E1 THRU 2-E24) SUBTOTAL PART F-WATER IMPROVEMENTS(2-F1 THRU 2-F31) SUBTOTAL PART G-WASTEWATER IMPROVEMENTS(2-G1 THRU 2-G20) SUBTOTAL PART H- FLEXIBLE PAVEMENT(2-1-11 THRU 2-1-110) SUBTOTAL PART I-GAS IMPROVEMENTS(2-11) TOTAL PROJECT BASE BID 2(PARTS A THRU 1) Contract Times Bidder agrees to reach Substantial Completion in 450 days Bidder agrees to reach Final Completion in 480 days Bid Form Page 10 of 10 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 01-13-2016 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. ❑ Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of ❑ Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: (typed or printed) By: (signature--attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: END OF SECTION Compliance to State Law on Nonresident Bidders 003002- 1 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 11-25-2013 00 30 05 City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER TO BE ASSIGNED BY rr7— PURCHASING DIVISION City of CITY OF CORPUS CHRISTI Corpus DISCLOSURE OF INTEREST 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: l. Corporation 8 2. Partnership B 3. Sole Owner E]4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Job Title and City Department(if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Title 3. State the names of each"board member" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Board,Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Consultant City of Corpus Christi 003005-1 Disclosure of Interest Rev 01-13-2016 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City official,employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement,that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur. Certifying Person: Title: (Type or Print) Signature of Certifying Date: Person: DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis,but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial,and whether established to produce or deal with a product or service, including but not limited to,entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation,joint stock company,joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads,and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. 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: S. Alameda Street from Ayers Street to Louisiana Bond 2012 E12091 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 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 11-25-2013 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 1—REQUIREMENT TO PROVIDE A STATEMENT OF EXPERIENCE 1.01 To be considered a responsive Bidder, the three lowest Bidders must complete and submit the Statement of Experience within 5 days after the date Bids are due to demonstrate the Bidders' responsibility and ability to meet the minimum requirements to complete the Work. Failure to submit the required information in the Statement of Experience may result in the Owner considering the Bid non-responsive and result in rejection of the Bid by the Owner. The Bid Security of the Bidder will be forfeited if Bidder fails to deliver the Statement of Experience in an attempt to be released from its Bid. Bidders may be required to provide supplemental information if requested by the Owner to clarify, enhance or supplement the information provided in the Statement of Experience. 1.02 Bidders must provide the information requested in this Statement of Experience using the forms attached to this Section. A copy of these forms can be provided in Microsoft Word to assist with the preparation of the Statement of Experience. Information in these forms must be provided completely and in detail. Information that cannot be totally incorporated in the form may be included in an attachment to the form. This attachment must be clearly referenced by attachment number in the form, and the attached material must include the attachment number on every sheet of the attachment. The attachment must include only the information that responds to the question or item number to which the attachment information applies. 1.03 The Bidder may also be required to supply a financial statement, prepared no later than 90 days prior to the City Engineer's request, signed and dated by the Bidder's owner, president or other authorized party, specifying all current assets and liabilities. ARTICLE 2—EXPERIENCE REQUIREMENTS 2.01 The Bidder agrees that, in addition to determining the apparent low Bid, the Owner will consider the responsiveness of the Bids and the responsibility of the Bidders in awarding a Contract for this Project. Information that indicates the Bidder or a Subcontractor is not responsible or that might negatively impact a Bidder's ability to complete the Work within the Contract Time and for the Contract Price may result in the Owner rejecting the Bid. 2.02 If none of the three apparent low Bidders are deemed responsible, the Owner may notify the next apparent low Bidders in order, who will then be required to submit the Statement of Experience for review, until a Contract is awarded or all Bids have been rejected. 2.03 The Bidder is responsible for the accuracy and completeness of all of the information provided by the Bidder or a proposed Subcontractor in response to this Statement of Experience. 2.04 Provide general information about the organization as required in Table 1. Describe the organizational structure of the Bidder's organization as it relates to this Project in Table 2. 2.05 Provide resumes for the key personnel that will be actively working on this Project. A. Key personnel include the Project Manager, Project Superintendent, Safety Manager and Quality Control Manager. If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role, and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this Project, indicate how that individual's time is to be divided between this Project and other assignments. B. The Bidder may provide resumes for an alternate individual if the Bidder is not able to commit to one individual for the Project at the time the Bid is submitted. Qualifications of these individuals will be Statement of Experience 004516- 1 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 06-22-2016 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. 2.06 Provide information on the project experience and past performance of the organization. A. Provide information on projects that have been awarded to the Organization in the last 5 years in Table 3. Attach additional pages if necessary. Experience must include the satisfactory completion of at least five similar projects within the last 5 years for the Bidder's organization that are equal to or greater in size and magnitude than the current Project. B. In determining the responsibility of the Bidder, the Owner will consider the Bidder's past projects and any substandard quality of workmanship on completed projects. The Owner will consider whether the Bidder's past project experience shows substandard quality of workmanship, issues related to a substandard appearance of the completed work,the amount of warranty or rework required, problems with durability and maintainability of the completed project, and problems with the lack of quality of documentation provided. In addition to the work produced, the Owner may consider issues related to the quality of construction practices, responsiveness to the owner's needs during construction, an inability to work in the spirit of partnering and any non-responsiveness of the Bidder to make warranty corrections. Information to make this determination will come from Owner's interviews with references provided for this project. By listing reference contact information in this Statement of Experience, Bidder indicates its approval for OPT to contact the individuals listed as a reference. ARTICLE 3—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. 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 Statement of Experience 004516-2 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 06-22-2016 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 "TCE(T), 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 for a 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 S. INCLUDE 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 004516-3 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 06-22-2016 Table 1—Organization Information Organization doing business as: Business Address of Principal Office Telephone No. Website Form of Business (check one) ❑ Corporation ❑ Partnership ❑ Individual If a Corporation State of Incorporation Date of Incorporation Chief Executive Officer's Name President's Name Vice President's Name(s) Secretary's Name Treasurer's Name If a Partnership Date of Organization Form of Partnership: ❑ General ❑ Limited If an Individual Name Ownership of Organization List of companies, firms, or organizations that own any part of the organization. Names of Companies, Firms, or Organizations Percent Ownership Organization History List of names that this organization currently, has, or anticipates operating under including the names of related companies presently doing business. Names of Organizations From Date To Date Indicators of Organization Size Average number of current full-time employees Average estimate of revenue for the current year Statement of Experience 004516-4 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 EMR. Year EMR Year EMR Year EMR Previous Bidding and Construction Experience Has Bidder or a predecessor organization been disqualified as a bidder within the last 10 years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been released from a bid or proposal in the past 10 years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been involved in claims or litigation involving project owners within the last 10 years? List Projects below and provide full details in a separate attachment if yes. Have liens or claims for outstanding unpaid invoices been filed against the Bidder for services or materials on any projects begun within the preceding 3 years? Specify the name and address of the party holding the lien or making the claim, the amount and basis for the lien or claim, and an explanation of why the lien has not been released or that the claim has not been paid if yes. Statement of Experience 004516-5 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 EMR. Subcontractor Year EMR I I Year I EMR I Year I I EMR Subcontractor Year EMR I I Year I EMR I Year I I EMR Statement of Experience 004516-6 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 #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 004516-7 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 #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 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 06-22-2016 Statement of Experience 004516-9 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 #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 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 06-22-2016 Statement of Experience 004516-11 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 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 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. Electrical ❑ Yes ❑ No ❑ N/A Statement of Experience 004516- 12 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 for the past five (5)years in a separate attachment. Does the Bidder have an experience modifier rate of 1.0 or less? Provide the 6 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- 13 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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- 14 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 06-22-2016 ARTICLE 5—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: (typed or printed) By: (individual's signature) Name: (typed or printed) Title: (typed or printed) Designated Representative: Name: Title: Address: Telephone No.: Email: END OF SECTION Statement of Experience 004516- 15 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 06-22-2016 00 52 23 AGREEMENT This Agreement, for the Project awarded on [insert Award Date], is between the City of Corpus Christi (Owner) and (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: S. Alameda Street from Avers Street to Louisiana Bond 2012 E. 12091 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: HDR Engineering, Inc. 555 N. Carancahua, Suite 1600 Corpus Christi, TX 78401 2.02 The Owner's Authorized Representative for this Project is: To Be Determined ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 450 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 480 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if Agreement 005223- 1 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 06-22-2016 the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner$1000 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$500 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. Agreement 005223- 2 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 06-22-2016 C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; Agreement 005223-3 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 06-22-2016 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods,techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations,tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper Agreement 005223-4 S.Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 06-22-2016 financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9 — CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 01 00 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10 — CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR —Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 00 52 23 - 5 S. Alameda Street from Ayers Street to Louisiana Bond 2012 I Project No. [12091 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 ATTEST (IF CORPORATION) CONTRACTOR (Seal Below) By: Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Title: Address City State Zip Phone Fax EMail END OF SECTION Agreement 00 52 23 - 6 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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: 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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: 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 00 72 00 - 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 00 72 00 - 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 00 72 00 - 5 03-23-2015 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. A term with initial capital letters, including the term's singular and plural forms, has the meaning indicated in this paragraph wherever used in the Bidding Requirements or Contract Documents. In addition to the terms specifically defined, terms with initial capital letters in the Contract Documents may include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda - Documents issued prior to the receipt of Bids which clarify or modify the Bidding Requirements or the proposed Contract Documents. 2. Agreement - The document executed between Owner and Contractor covering the Work. 3. Alternative Dispute Resolution - The process by which a disputed Claim may be settled as an alternative to litigation, if Owner and Contractor cannot reach an agreement between themselves. 4. Application for Payment - The forms used by Contractor to request payments from Owner and the supporting documentation required by the Contract Documents. 5. Award Date — The date the City Council of the City of Corpus Christi (City) authorizes the City Manager or designee to execute the Contract on behalf of the City. 6. Bid - The documents submitted by a Bidder to establish the proposed Contract Price and Contract Times and provide other information and certifications as required by the Bidding Requirements. 7. Bidding Documents - The Bidding Requirements, the proposed Contract Documents, and Addenda. 8. Bidder - An individual or entity that submits a Bid to Owner. 9. Bidding Requirements - The Invitation for Bids, Instructions to Bidders, Bid Security, Bid Form and attachments, and required certifications. 10. Bid Security - The financial security in the form of a bid bond provided by Bidder at the time the Bid is submitted and held by Owner until the Agreement is executed and the evidence of insurance and Bonds required by the Contract Documents are provided. A cashier's check, certified check, money order or bank draft from any State or National Bank will also be acceptable. 11. Bonds - Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 12. Change Order - A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. General Conditions Corpus Christi Standards - Regular Projects 007200-6 03-23-2015 13. Change Proposal - A document submitted by Contractor in accordance with the requirements of the Contract Documents: a. Requesting an adjustment in Contract Price or Contract Times; b. Contesting an initial decision concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Challenging a set-off against payment due; or d. Seeking a Modification with respect to the terms of the Contract. 14. City Engineer - The Corpus Christi City Engineer and/or his designated representative as identified at the preconstruction conference or in the Notice to Proceed. 15. Claim - A demand or assertion by Owner or Contractor submitted in accordance with the requirements of the Contract Documents. A demand for money or services by an entity other than the Owner or Contractor is not a Claim. 16. Constituent of Concern - Asbestos, petroleum, radioactive materials, polychlorinated biphenyls (PCBs), hazardous wastes, and substances, products, wastes, or other materials that are or become listed, regulated, or addressed pursuant to: a. The Comprehensive Environmental Response, Compensation and Liability Act, 42 U.S.C. §§9601 et seq. ("CERCLA"); b. The Hazardous Materials Transportation Act, 49 U.S.C. §§5501 et seq.; c. The Resource Conservation and Recovery Act, 42 U.S.C. §§6901 et seq. ("RCRA"); d. The Toxic Substances Control Act, 15 U.S.C. §§2601 et seq.; e. The Clean Water Act, 33 U.S.C. §§1251 et seq.; f. The Clean Air Act, 42 U.S.C. §§7401 et seq.; or g. Any other Laws or Regulations regulating, relating to, or imposing liability or standards of conduct concerning hazardous, toxic, or dangerous waste, substance, or material. 17. Contract - The entire integrated set of documents concerning the Work and describing the relationship between the Owner and Contractor. 18. Contract Amendment - A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which: a. Authorizes new phases of the Work and establishes the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work; or b. Modifies the terms and conditions of the Contract, but does not make changes in the Work. 19. Contract Documents - Those items designated as Contract Documents in the Agreement. 20. Contract Price - The monetary amount stated in the Agreement and as adjusted by Modifications, and increases or decreases in unit price quantities, if any, that Owner has agreed to pay Contractor for completion of the Work in accordance with the Contract Documents. General Conditions Corpus Christi Standards - Regular Projects 007200-7 03-23-2015 21. Contract Times - The number of days or the dates by which Contractor must: a. Achieve specified Milestones; b. Achieve Substantial Completion; and c. Complete the Work. 22. Contractor - The individual or entity with which Owner has contracted for performance of the Work. 23. Contractor's Team - Contractor and Subcontractors, Suppliers, individuals, or entities directly or indirectly employed or retained by them to perform part of the Work or anyone for whose acts they may be liable. 24. Cost of the Work - The sum of costs incurred for the proper performance of the Work as allowed by Article 13. 25. Defective - When applied to Work, refers to Work that is unsatisfactory, faulty, or deficient in that it: a. Does not conform to the Contract Documents; b. Does not meet the requirements of applicable inspections, reference standards, tests, or approvals referred to in the Contract Documents; or c. Has been damaged or stolen prior to OAR's recommendation of final payment unless responsibility for the protection of the Work has been assumed by Owner at Substantial Completion in accordance with Paragraphs 15.03 or 15.04. 26. Designer - The individuals or entity named as Designer in the Agreement and the subconsultants, individuals, or entities directly or indirectly employed or retained by Designer to provide design or other technical services to the Owner. Designer has responsibility for engineering or architectural design and technical issues related to the Contract Documents. Designers are Licensed Professional Engineers or Registered Architects qualified to practice their profession in the State of Texas. 27. Drawings - The part of the Contract that graphically shows the scope, extent, and character of the Work. Shop Drawings and other Contractor documents are not Drawings. 28. Effective Date of the Contract - The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 29. Field Order - A document issued by OAR or Designer requiring changes in the Work that do not change the Contract Price or the Contract Times. 30. Hazardous Environmental Condition - The presence of Constituents of Concern at the Site in quantities or circumstances that may present a danger to persons or property exposed to Constituents of Concern. The presence of Constituents of Concern at the Site necessary for the execution of the Work or to be incorporated in the Work is not a Hazardous Environmental Condition provided these Constituents of Concern are controlled and contained pursuant to industry practices, Laws and Regulations, and the requirements of the Contract. General Conditions Corpus Christi Standards - Regular Projects 007200-8 03-23-2015 31. Indemnified Costs - All costs, losses, damages, and legal or other dispute resolution costs resulting from claims or demands against Owner's Indemnitees. These costs include fees for engineers, architects, attorneys, and other professionals. 32. Laws and Regulations; Laws or Regulations - Applicable laws, statutes, rules, regulations, ordinances, codes, and orders of governmental bodies, agencies, authorities, and courts having jurisdiction over the Project. 33. Liens - Charges, security interests, or encumbrances upon Contract related funds, real property, or personal property. 34. Milestone - A principal event in the performance of the Work that Contractor is required by Contract to complete by a specified date or within a specified period of time. 35. Modification - Change made to the Contract Documents by one of the following methods: a. Contract Amendment; b. Change Order; c. Field Order; or d. Work Change Directive. 36. Notice of Award - The notice of Owner's intent to enter into a contract with the Selected Bidder. 37. Notice to Proceed - A notice to Contractor of the Contract Times and the date Work is to begin. 38. Owner - The City of Corpus Christi (City), a Texas home -rule municipal corporation and political subdivision organized under the laws of the State of Texas, acting by and through its duly authorized City Manager and his designee, the City Engineer (the Director of Engineering Services), and the City's officers, employees, agents, or representatives, authorized to administer design and construction of the Project. 39. Owner's Authorized Representative or OAR - The individual or entity named as OAR in the Agreement and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide construction management services to the Owner. The OAR may be an employee of the Owner. 40. Owner's Indemnitees - Each member of the OPT and their officers, directors, members, partners, employees, agents, consultants, and subcontractors. 41. Owner's Project Team or OPT - The Owner, Owner's Authorized Representative, Resident Project Representative, Designer, and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide services to the Owner. 42. Partial Occupancy or Use - Use by Owner of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. General Conditions Corpus Christi Standards - Regular Projects 007200-9 03-23-2015 43. Progress Schedule - A schedule prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. 44. Project - The total undertaking to be accomplished for Owner under the Contract Documents. 45. Resident Project Representative or RPR - The authorized representative of OPT assigned to assist OAR at the Site. As used herein, the term Resident Project Representative includes assistants and field staff of the OAR. 46. Samples - Physical examples of materials, equipment, or workmanship representing some portion of the Work that are used to establish the standards for that portion of the Work. 47. Schedule of Documents - A schedule of required documents, prepared, and maintained by Contractor. 48. Schedule of Values - A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for Contractor's Applications for Payment. 49. Selected Bidder - The Bidder to which Owner intends to award the Contract. 50. Shop Drawings - All drawings, diagrams, illustrations, schedules, and other data or information that are specifically prepared or assembled and submitted by Contractor to illustrate some portion of the Work. Shop Drawings, whether approved or not, are not Drawings and are not Contract Documents. 51. Site - Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed. The Site includes rights-of-way, easements, and other lands furnished by Owner which are designated for use by the Contractor. 52. Specifications - The part of the Contract that describes the requirements for materials, equipment, systems, standards, and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable to the Work. 53. Subcontractor - An individual or entity having a direct contract with Contractor or with other Subcontractors or Suppliers for the performance of a part of the Work. 54. Substantial Completion - The point where the Work or a specified part of the Work is sufficiently complete to be used for its intended purpose in accordance with the Contract Documents. 55. Supplementary Conditions - The part of the Contract that amends or supplements the General Conditions. 56. Supplier - A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with Subcontractors or other Suppliers to furnish materials or equipment to be incorporated in the Work. 57. Technical Data - Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 10 03-23-2015 b. Physical conditions relating to existing surface or subsurface structures at the Site, except Underground Facilities; or c. Hazardous Environmental Conditions at the Site. 58. Underground Facilities - All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, other similar facilities or appurtenances, and encasements containing these facilities which are used to convey electricity, gases, steam, liquid petroleum products, telephone or other communications, fiber optic transmissions, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 59. Unit Price Work - Work to be paid for on the basis of unit prices. 60. Work - The construction of the Project or its component parts as required by the Contract Documents. 61. Work Change Directive - A directive issued to Contractor on or after the Effective Date of the Contract ordering an addition, deletion, or revision in the Work. The Work Change Directive serves as a memorandum of understanding regarding the directive until a Change Order can be issued. 1.02 Terminology A. The words and terms discussed in this Paragraph 1.02 are not defined, but when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. It is understood that the cost for performing Work is included in the Contract Price and no additional compensation is to be paid by Owner unless specifically stated otherwise in the Contract Documents. Expressions including or similar to "at no additional cost to Owner," "at Contractor's expense," or similar words mean that the Contractor is to perform or provide specified operation of Work without an increase in the Contract Price. C. The terms "day" or "calendar day" mean a calendar day of 24 hours measured from midnight to the next midnight. D. The meaning and intent of certain terms or adjectives are described as follows: 1. The terms "as allowed," "as approved," "as ordered," "as directed," or similar terms in the Contract Documents indicate an exercise of professional judgment by the OPT. 2. Adjectives including or similar to "reasonable," "suitable," "acceptable," "proper," "satisfactory," or similar adjectives are used to describe a determination of OPT regarding the Work. 3. Any exercise of professional judgment by the OPT will be made solely to evaluate the Work for general compliance with the Contract Documents unless there is a specific statement in the Contract Documents indicating otherwise. 4. The use of these or similar terms or adjectives does not assign a duty or give OPT authority to supervise or direct the performance of the Work, or assign a duty or give authority to the OPT to undertake responsibilities contrary to the provisions of Articles 9 or 10 or other provisions of the Contract Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-11 03-23-2015 E. The use of the words "furnish," "install," "perform," and "provide" have the following meanings when used in connection with services, materials, or equipment: 1. Furnish means to supply and deliver the specified services, materials, or equipment to the Site or other specified location ready for use or installation. 2. Install means to complete construction or assembly of the specified services, materials, or equipment so they are ready for their intended use. 3. Perform or provide means to furnish and install specified services, materials, or equipment, complete and ready for their intended use. 4. Perform or provide the specified services, materials, or equipment complete and ready for intended use if the Contract Documents require specific services, materials, or equipment, but do not expressly use the words "furnish," "install," "perform," or "provide." F. Contract Documents are written in modified brief style: 1. Requirements apply to all Work of the same kind, class, and type even though the word "all" is not stated. 2. Simple imperative sentence structure is used which places a verb as the first word in the sentence. It is understood that the words "furnish," "install," "perform," "provide," or similar words include the meaning of the phrase "The Contractor shall..." before these words. 3. Unless specifically stated that action is to be taken by the OPT or others, it is understood that the action described is a requirement of the Contractor. G. Words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with this recognized meaning unless stated otherwise in the Contract Documents. H. Written documents are required where reference is made to notices, reports, approvals, consents, documents, statements, instructions, opinions or other types of communications required by the Contract Documents. Approval and consent documents must be received by Contractor prior to the action or decision for which approval or consent is given. These may be made in printed or electronic format through the OPT's project management information system or other electronic media as required by the Contract Documents or approved by the OAR. I. Giving notice as required by the Contract Documents may be by printed or electronic media using a method that requires acknowledgment of the receipt of that notice. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Delivery of Bonds and Evidence of Insurance A. Provide required Bonds with the executed Agreement. B. Provide evidence of insurance required by the Contract Documents with the executed Agreement. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 12 03-23-2015 2.02 Copies of Documents A. OPT is to furnish one fully executed Agreement and one copy of the executed Contract Documents in electronic portable document format (PDF). This document is the Project Record Copy of the Contract Documents. 2.03 Before Starting Construction A. Provide the following preliminary documents in accordance with the Contract Documents within 10 days after the Effective Date of the Contract: 1. Progress Schedule; 2. Schedule of Documents; and 3. Schedule of Values and projected cash flow information. 2.04 Preconstruction Conference; Designation of Authorized Representatives A. Attend the preconstruction conference as required by the Contract Documents. B. Designate the specific individuals authorized to act as representatives of the Contractor. These individuals must have the authority to transmit and receive information, render decisions relative to the Contract, and otherwise act on behalf of the Contractor. C. Owner is to designate the specific individuals authorized to act as representatives of the Owner and the limits of their authority with regard to acting on behalf of the Owner. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, REQUIREMENTS, REUSE 3.01 Intent A. Requirements of components of the Contract Documents are as binding as if required by all Contract Documents. It is the intent of the Contract Documents to describe a functionally complete Project. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OPT. 1. The Contract requirements described in the General Conditions, Supplementary Conditions, and General Requirements (Division 01 Sections of the Specifications) apply to Work regardless of where it is described in the Contract Documents, unless specifically noted otherwise. 2. In offering a Bid for this Project and in entering into this Contract, Contractor represents: a. Contractor has studied the Contract Documents, the Work, the Site, local conditions, Laws and Regulations, and other conditions that may affect the Work; b. Contractor has studied the Technical Data and other information referred to in the Contract Documents and has or will make additional surveys and investigations as deemed necessary for the performance of the Work; c. Contractor has correlated these studies and observations with the requirements of the Contract Documents; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 13 03-23-2015 d. Contractor has taken all of this information into consideration in developing the Contract Price offered and that the Contract Price offered provides full compensation for providing the Work in accordance with the Contract Documents. 3. Organization of the Contract Documents is not intended to control or lessen the responsibility of the Contractor when dividing Work among Subcontractors or Suppliers, or to establish the extent of Work to be performed by trades, Subcontractors, or Suppliers. Specifications or details do not need to be indicated or specified in each Specification or Drawing. Items shown in the Contract Documents are applicable regardless of their location in the Contract Documents. 4. Standard paragraph titles and other identifications of subject matter in the Specifications are intended to aid in locating and recognizing various requirements of the Specifications. Titles do not define, limit, or otherwise restrict Specification text. 5. Provide the labor, documentation, services, materials, or equipment that may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result, whether specifically called for in the Contract Documents or not. Include these related costs in the offered Contract Price. B. Provide equipment that is functionally complete as described in the Contract Documents. The Drawings and Specifications do not indicate or describe all of the Work required to complete the installation of products purchased by the Owner or Contractor. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Designer through the OAR. C. Comply with the most stringent requirements where compliance with two or more standards is specified and they establish different or conflicting requirements for the Work, unless the Contract Documents indicate otherwise. D. Provide materials and equipment comparable in quality to similar materials and equipment incorporated in the Project or as required to meet the minimum requirements of the application if the materials and equipment are shown in the Drawings but are not included in the Specifications. E. The Project Record Copy of the Contract Documents governs if there is a discrepancy between the Project Record Copy of the Contract Documents and subsequent electronic or digital versions of the Contract Documents, including printed copies derived from these electronic or digital versions. F. The Contract supersedes all prior written or oral negotiations, representations, and agreements. The Contract Documents comprise the entire Agreement between Owner and Contractor. The Contract Documents may be modified only by a Modification. G. Request clarification from OAR for a decision before proceeding if Contractor is not clear on the meaning of the Contract Documents. OAR is to issue clarifications and interpretations of the Contract Documents in accordance with the Contract Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 14 03-23-2015 3.02 Reference Standards A. Standard Specifications, Codes, Laws and Regulations: 1. Reference in the Contract Documents to standard specifications, manuals, reference standards, or codes of technical societies, organizations, or associations, or to Laws or Regulations, whether specific or implied, are those in effect at the time Contractor's Bid is submitted or when Contractor negotiates the Contract Price unless specifically stated otherwise in the Contract Documents. 2. No provision of referenced standard specifications, manuals, reference standards, codes, or instructions of a Supplier changes the duties or responsibilities of OPT or Contractor from those described in the Contract Documents or assigns a duty to or gives authority to the OPT to supervise or direct the performance of the Work or undertake responsibilities inconsistent with the Contract Documents. 3. The provisions of the Contract Documents take precedence over standard specifications, manuals, reference standards, codes, or instructions of a Supplier unless specifically stated otherwise in the Contract Documents. B. Comply with applicable construction industry standards, whether referenced or not. 1. Standards referenced in the Contract Documents govern over standards not referenced but recognized as applicable in the construction industry. 2. Comply with the requirements of the Contract Documents if they produce a higher quality of Work than the applicable construction industry standards. 3. Designer determines whether a code or standard is applicable, which of several are applicable, or if the Contract Documents produce a higher quality of Work. C. Make copies of reference standards available if requested by OAR. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Carefully study the Drawings and verify pertinent figures and dimensions with respect to actual field measurements before undertaking the Work. Immediately report conflicts, errors, ambiguities, or discrepancies that Contractor discovers or has actual knowledge of to the OAR. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the Contract Documents issued pursuant to Paragraph 11.01. 2. Immediately notify the OAR of conflicts, errors, ambiguities, or discrepancies in the Contract Documents or discrepancies between the Contract Documents and: a. Applicable Laws or Regulations; b. Actual field conditions; c. Standard specifications, manuals, reference standards, or codes; or d. Instructions of Suppliers. 3. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 15 03-23-2015 Contract Documents issued pursuant to Paragraph 11.01, except in an emergency as required by Paragraph 7.12. 4. Contractor is liable to the OPT for failure to report conflicts, errors, ambiguities, or discrepancies in the Contract Documents of which Contractor has actual knowledge. 5. Contractor is deemed to have included the most expensive item, system, procedure, etc. in the Contract Price if a conflict, error, ambiguity, or discrepancy in components of the Contract Documents was known, but not reported prior to submitting the Bid or when Contractor negotiates the Contract Price. 3.04 Interpretation of the Contract Documents A. Submit questions concerning the non-technical or contractual / administrative requirements of the Contract Documents to the OAR immediately after those questions arise. OAR is to provide an interpretation of the Contract Documents regarding these questions and will coordinate the response of the OPT to Contractor. B. Submit questions regarding the design of the Project described in the Contract Documents to the OAR immediately after those questions arise. OAR is to request an interpretation of the Contract Documents from the Designer. Designer is to respond to these questions by providing an interpretation of the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OPT may initiate a Modification to the Contract Documents through the OAR if a response to the question indicates that a change in the Contract Documents is required. Contractor may appeal Designer's or OAR's interpretation by submitting a Change Proposal. 3.05 Reuse of Documents A. Contractor's Team has no rights to the Contract Documents and may not use the Contract Documents, or copies or electronic media editions of the Contract Documents, other than for the construction of this Project. This provision survives final payment or termination of the Contract. B. Contractor is allowed to retain a copy of the Contract Documents for record purposes, unless specifically prohibited by the Owner for security reasons. Surrender paper and digital copies of the Contract Documents and other related documents and remove these documents from computer equipment or storage devices as a condition of final payment if the Owner so directs. ARTICLE 4 — COMMENCEMENT AND PROGRESS OF THE WORK 4.01 Commencement of Contract Times; Notice to Proceed A. The Contract Times commence to run on the date indicated in the Notice to Proceed. 4.02 Starting the Work A. Begin performing the Work on the date indicated in the Notice to Proceed. Do not begin Work prior to having the insurance required in Article 6 in force or before the date indicated in the Notice to Proceed. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 16 03-23-2015 4.03 Progress Schedule A. Construct the Work in accordance with the Progress Schedule established in accordance with the Contract Documents. 1. Adjust the Progress Schedule as required to accurately reflect actual progress on the Work. 2. Submit proposed adjustments in the Progress Schedule that change the Contract Times in accordance with the requirements of Article 11. B. Continue performing Work and adhere to the Progress Schedule during disputes or disagreements with Owner. Do not delay or postpone Work pending resolution of disputes or disagreements, or during an appeal process, except as permitted by Paragraph 16.04, or as Owner and Contractor may otherwise agree. 4.04 Delays in Contractor's Progress A. Contractor is entitled to an equitable adjustment in the Contract Times if OPT directly delays, disrupts, or interferes with the performance or progress of the Work. The Contractor agrees to make no Claim for damages for delay in the performance of the Contract occasioned by an act or omission to act of the OPT and agrees that the extension of time provides an equitable adjustment. B. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delays, disruptions, or interference caused by or within the control of Contractor's Team. C. No time extensions are allowed for weather conditions, other than those listed in Paragraph 4.04.D.1, for Projects using calendar days or a fixed date to establish the Contract Time. Contractor is to include the cost associated with weather related delays in the Contract Price and assumes the risks associated with delays related to weather conditions. D. Contractor is entitled to an equitable adjustment in the Contract Times if Contractor's performance or progress is delayed, disrupted, or interfered with by unanticipated causes not the fault of and beyond the control of OPT or Contractor. These unanticipated causes may include: 1. Severe and unavoidable natural catastrophes e.g. fires, floods, hurricanes, epidemics, and earthquakes; 2. Acts or failures to act of utility owners other than those performing other work at or adjacent to the Site by arrangement with the Owner, as contemplated in Article 8; and 3. Acts of war or terrorism. 4. Rain days in excess of the number of days allocated for rain as described in the Supplementary Conditions. E. Delays, disruption, and interference to the performance or progress of the Work resulting from the following are governed by Article 5: 1. The existence of a differing subsurface or physical condition; 2. An Underground Facility not shown or not indicated with reasonable accuracy by the Contract Documents; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 17 03-23-2015 3. Hazardous Environmental Conditions. These adjustments in Contract Times are the Contractor's sole and exclusive remedy for the delays, disruption, and interference described in this paragraph. F. Article 8 governs delays, disruption, and interference to the performance or progress of the Work resulting from the performance of certain other work at or adjacent to the Site. G. Notify the OAR immediately of a potential delaying, disrupting, or interfering event. Submit a Change Proposal seeking an adjustment in Contract Price or Contract Times within 30 days of the commencement of the delaying, disrupting, or interfering event. H. Contractor is only entitled to an adjustment of the Contract Times for specific delays, disruptions, and interference to the performance or progress of the Work that can be demonstrated to directly impact the ability of the Contractor to complete the Work within the Contract Times. No adjustments in Contract Times are allowed for delays on components of the Work which were or could have been completed without impacting the Contract Times. I. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delay, disruption, or interference caused by or within the control of the Owner if this delay is concurrent with a delay, disruption, or interference attributable to or within the control of the Contractor's Team. ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS 5.01 Availability of Lands A. Owner is to furnish the Site and inform the Contractor of encumbrances or restrictions known to Owner related to use of the Site with which Contractor must comply in performing the Work. B. Provide for additional lands and access Contractor requires for temporary construction facilities or storage of materials and equipment, other than those identified in the Contract Documents. Provide documentation of authority to use these additional lands to OAR before using them. 5.02 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Confine construction equipment, temporary construction facilities, the storage of materials and equipment, and the operations of workers to the Site, adjacent areas that Owner or Contractor has arranged to use through construction easements or agreements, and other adjacent areas as permitted by Laws and Regulations. Assume full responsibility for damage or injuries which result from the performance of the Work or from other actions or conduct of the Contractor's Team, including: a. Damage to the Site; b. Damage to adjacent areas used for Contractor's Team's operations; c. Damage to other adjacent land or areas; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 18 03-23-2015 d. Injuries and losses sustained by the owners or occupants of these lands or areas. 2. Take the following action if a damage or injury claim is made by the owner or occupant of adjacent land or area because of the performance of the Work, or because of other actions or conduct of the Contractor's Team: a. Take immediate corrective or remedial action as required by Paragraph 7.09; and b. Attempt to settle the claim through negotiations with the owner or occupant, or otherwise resolve the claim by mediation or other dispute resolution proceeding or at law. 5.03 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports known to OPT of explorations and tests of subsurface conditions at or adjacent to the Site; 2. Those drawings known to OPT of physical conditions related to existing surface or subsurface structures at the Site, except Underground Facilities; and 3. Technical Data contained in these reports and drawings. B. Data contained in boring logs, recorded measurements of subsurface water levels, and the results of tests performed on materials described in geotechnical data reports specifically prepared for the Project and made available to Contractor are defined as Technical Data, unless Technical Data has been defined more specifically in the Supplementary Conditions. C. Contractor may rely upon the accuracy of the Technical Data contained in these reports and drawings, but these reports and drawings are not Contract Documents. Except for this reliance on Technical Data, Contractor may not rely upon or make claims against Owner's Indemnitees with respect to: 1. The completeness of reports and drawings for Contractor's purposes, including aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, or Contractor's safety precautions and programs; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Contractor's interpretation of or conclusions drawn from Technical Data or other data, interpretations, opinions, or information. 5.04 Differing Subsurface or Physical Conditions A. Notify OAR immediately, but in no event later than 3 days, after becoming aware of a subsurface or physical condition that is uncovered or revealed at the Site, and before further disturbing the subsurface or physical conditions or performing any related Work that: 1. Establishes that the Technical Data on which Contractor is entitled to rely as provided in Paragraph 5.03 is materially inaccurate; 2. Requires a change in the Drawings or Specifications; 3. Differs materially from that shown or indicated in the Contract Documents; or General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 19 03-23-2015 4. Is of an unusual nature and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents. Do not further disturb or perform Work related to this subsurface or physical condition, except in an emergency as required by Paragraph 7.12, until permission to do so is issued by OAR. B. OAR is to notify the OPT after receiving notice of a differing subsurface or physical condition from the Contractor. Designer is to: 1. Promptly review the subsurface or physical condition; 2. Determine the necessity of OPT's obtaining additional exploration or tests with respect the subsurface or physical condition; 3. Determine if the subsurface or physical condition falls within one or more of the differing Site condition categories in Paragraph 5.04.A; 4. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with the subsurface or physical condition in question; 5. Determine the need for changes in the Drawings or Specifications; and 6. Advise OPT of Designer's findings, conclusions, and recommendations. C. OAR is to issue a statement to Contractor regarding the subsurface or physical condition in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. D. Possible Contract Price and Contract Times Adjustments: 1. Contractor is entitled to an equitable adjustment in Contract Price or Contract Times to the extent that a differing subsurface or physical condition causes a change in Contractor's cost or time to perform the Work provided the condition falls within one or more of the categories described in Paragraph 5.04.A. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 13.03. 2. Contractor is not entitled to an adjustment in the Contract Price or Contract Times with respect to a subsurface or physical condition if: a. Contractor knew of the existence of the subsurface or physical condition at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; b. The existence of the subsurface or physical condition could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor's Bid is submitted or when Contractor negotiates the Contract Price; or c. Contractor failed to give notice as required by Paragraph 5.04.A. 3. Contractor may submit a Change Proposal no later than 30 days after OAR's issuance of the OPT's statement to Contractor regarding the subsurface or physical condition in question. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 20 03-23-2015 4. A Change Order is to be issued by the OAR if Owner and Contractor agree that Contractor is entitled to an adjustment in the Contract Price or Contract Times and agree to the amount or extent of adjustments in the Contract Price or Contract Times. 5.05 Underground Facilities A. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or adjacent to the Site is based on information and data furnished to OPT by the owners of these Underground Facilities or by others. OPT is not responsible for the accuracy or completeness of information or data provided by others that OPT makes available to Contractor. The Contractor is responsible for: 1. Reviewing and checking available information and data regarding existing Underground Facilities at the Site; 2. Complying with Laws and Regulations related to locating Underground Facilities before beginning Work; 3. Locating Underground Facilities shown or indicated in the Contract Documents; 4. Coordinating the Work with the owners, including Owner, of Underground Facilities during construction; and 5. The safety and protection of existing Underground Facilities at or adjacent to the Site and repairing damage resulting from the Work. B. Notify the OAR and the owner of the Underground Facility immediately if an Underground Facility is uncovered or revealed at the Site that was not shown in the Contract Documents, or was not shown with reasonable accuracy in the Contract Documents. Do not further disturb conditions or perform Work affected by this discovery, except in the event of an emergency as required by Paragraph 7.12. C. The Designer is to take the following action after receiving notice from the OAR: 1. Promptly review the Underground Facility and conclude whether the Underground Facility was not shown or indicated in the Contract Documents, or was not shown or indicated with reasonable accuracy; 2. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with this Underground Facility; 3. Determine the extent to which a change is required in the Drawings or Specifications to document the consequences of the existence or location of the Underground Facility; and 4. Advise OAR of Designer's findings, conclusions, and recommendations and provide revised Drawings and Specifications if required. D. OAR is to issue a statement to Contractor regarding the Underground Facility in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. E. Contractor is entitled to an equitable adjustment in the Contract Price or Contract Times as provided in Paragraphs 11.04 and 11.05 to the extent that the existing Underground Facility at the Site that was not shown or indicated in the Contract Documents, or was not shown General Conditions Corpus Christi Standards - Regular Projects 00 72 00-21 03-23-2015 or indicated with reasonable accuracy. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 13.03. F. Contractor is not entitled an adjustment in the Contract Price or Contract Times with respect to an existing Underground Facility at the Site if: 1. Contractor knew of the existence of the existing Underground Facility at the Site at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; 2. The existence of the existing Underground Facility at the Site could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor's Bid is submitted or when Contractor negotiates the Contract Price; or 3. Contractor failed to give notice as required by Paragraph 5.05.B. G. Contractor may submit a Change Proposal regarding its entitlement to or the amount or extent of adjustments in the Contract Price or Contract Times no later than 30 days after OAR's issuance of OPT's statement to Contractor regarding the Underground Facility. 5.06 Hazardous Environmental Conditions at Site A. The Supplementary Conditions identify: 1. Those reports and drawings known to OPT relating to Hazardous Environmental Conditions that have been identified at or adjacent to the Site; and 2. Technical Data contained in these reports and drawings. B. Contractor may rely upon the accuracy of the Technical Data contained in reports and drawings relating to Hazardous Environmental Conditions identified in the Supplementary Conditions, but these reports and drawings are not Contract Documents. Except for the reliance on expressly identified Technical Data, Contractor may not rely upon or make claims against Owner's Indemnitees with respect to: 1. The completeness of these reports and drawings for Contractor's purposes, including aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor or Contractor's safety precautions and programs related to Hazardous Environmental Conditions; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Any Contractor interpretation of or conclusion drawn from Technical Data or other data, interpretations, opinions, or information. C. The results of tests performed on materials described in environmental reports specifically prepared for the Project and made available to Contractor are defined as Technical Data unless Technical Data has been defined more specifically in the Supplementary Conditions. D. Contractor is not responsible for removing or remediating Hazardous Environmental Conditions encountered, uncovered, or revealed at the Site unless this removal or General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 22 03-23-2015 remediation is expressly identified in the Contract Documents to be within the scope of the Work. E. Contractor is responsible for controlling, containing, and duly removing and remediating Constituents of Concern brought to the Site by Contractor's Team and paying associated costs. 1. Owner may remove and remediate the Hazardous Environmental Condition and impose a set-off against payments to Contractor for associated costs if Contractor's Team creates a Hazardous Environmental Condition and Contractor does not take acceptable action to remove and remediate the Hazardous Environmental Condition. 2. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to Hazardous Environmental Conditions are as set forth in Paragraph 7.14. F. Immediately notify the OAR and take the following action if Contractor uncovers or reveals a Hazardous Environmental Condition at the Site or adjacent areas used by the Contractor's Team that was not created by the Contractor's Team: 1. Secure or otherwise isolate this condition; 2. Stop Work in affected areas or connected with the condition, except in an emergency as required by Paragraph 7.12; and 3. Do not resume Work in connection with the Hazardous Environmental Condition or in affected areas until after OPT has obtained required permits and OAR sends notice to the Contractor: a. Specifying that this condition and affected areas are or have been rendered safe for the resumption of Work; or b. Specifying special conditions under which Work may be resumed safely. 4. Owner may order the portion of the Work that is in the area affected by the Hazardous Environmental Condition to be deleted from the Work following the procedures in Article 11 if Contractor does not agree to: a. Resume the Work based on a reasonable belief it is unsafe; or b. Resume the Work under the special conditions provided by the OAR. 5. Owner may have this deleted portion of the Work performed by Owner's own forces or others in accordance with Article 8. G. Contractor may submit a Change Proposal or Owner may impose a set-off if an agreement is not reached within 10 days of OAR's notice regarding the resumption of Work as to whether Contractor is entitled to an adjustment in Contract Price or Contract Times or on the amount or extent of adjustments resulting from this Work stoppage or special conditions under which Contractor agrees to resume Work. H. The provisions of Paragraphs 5.03, 5.04, and 5.05 do not apply to the presence of Constituents of Concern or a Hazardous Environmental Condition uncovered or revealed at the Site. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 23 03-23-2015 ARTICLE 6 — BONDS AND INSURANCE 6.01 Performance, Payment, and Other Bonds A. Furnish Performance and Payment Bonds, each in an amount equal to the Contract Price, as security for the faithful performance and payment of Contractor's obligations under the Contract Documents. These Bonds are to remain in effect until 1 year after the date of final payment. Furnish other Bonds as required by the Contract Documents. B. Bonds furnished by the Contractor must meet the requirements of Texas Insurance Code Chapter 3503, Texas Government Code Chapter 2253, and all other applicable Laws and Regulations. C. Notify OAR immediately if the surety on Bonds furnished by Contractor: 1. Is declared bankrupt, or becomes insolvent; 2. Has its right to do business in Texas terminated; or 3. Ceases to meet the requirements of Paragraph 6.02. Provide a Bond and surety which comply with the requirements of Paragraph 6.02 within 20 days after the event giving rise to this notification. D. Contractor is to use amounts paid by Owner to Contractor under the Contract for the performance of the Contract and to satisfy claims against the Payment Bond. E. Notify the OAR of claims filed against the Payment Bond. Notify the claimant and OAR of undisputed amounts and the basis for challenging disputed amounts when a claimant has satisfied the conditions prescribed by Texas Government Code Chapter 2253. Promptly pay undisputed amount. F. Owner is not liable for payment of costs or expenses of claimants under the Payment Bond. Owner has no obligations to pay, give notice, or take other action to claimants under the Payment Bond. G. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 if Contractor fails to obtain or maintain required Bonds. H. OPT will provide a copy of the Payment Bond to Subcontractors, Suppliers, or other persons or entities claiming to have furnished labor or materials used in the performance of the Work that request this information in accordance with Texas Government Code Chapter 2253. 6.02 Licensed Sureties A. Provide Bonds in the form prescribed by the Contract Documents from sureties named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. B. Provide Bonds required by the Contract Documents from surety companies that are duly licensed or authorized to provide bonds in the State of Texas. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 24 03-23-2015 6.03 Insurance A. Obtain and maintain insurance as required in this Article and in SECTION 00 72 01 INSURANCE REQUIREMENTS. B. Deliver evidence of insurance in accordance with SECTION 00 72 01 INSURANCE REQUIREMENTS to the Owner to demonstrate that Contractor has obtained and is maintaining the policies, coverages, and endorsements required by the Contract. Provide copies of these certificates to each named insured and additional insured as identified in the Supplementary Conditions or otherwise. ARTICLE 7 — CONTRACTOR'S RESPONSIBILITIES 7.01 Supervision and Superintendence A. Supervise, inspect, and direct the performance of the Work in accordance with the Contract Documents. Contractor is solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. Provide a competent resident superintendent acceptable to the OPT. The resident superintendent or acceptable qualified assistant is to be present at all times when Work is being done. Do not replace this resident superintendent except under extraordinary circumstances. Provide a replacement resident superintendent equally competent to the previous resident superintendent if replacement is required. Notify the Owner prior to replacing the resident superintendent and obtain Owner's consent to the change in superintendent. 7.02 Labor; Working Hours A. Provide competent, suitably qualified personnel to survey and lay out the Work and perform Work to complete the Project. Maintain good discipline and order at the Site. B. Perform Work at the Site during regular working hours except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent to the Site and except as otherwise stated in the Contract Documents. C. Do not perform Work on a Saturday, Sunday, or legal holiday without OAR's consent. The following legal holidays are observed by the Owner: Holiday Date Observed New Year's Day January 1 Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November Friday after Thanksgiving Friday after Thanksgiving Christmas Day December 25 General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 25 03-23-2015 D. If a legal holiday falls on a Saturday, it will be observed the preceding Friday. If a legal holiday falls on a Sunday, it will be observed the following Monday. E. Pay additional cost incurred by Owner for services of the OAR or RPR to observe Work constructed outside of regular working hours. OAR will issue a Set-off in the Application for Payment for this cost per Paragraph 15.01.B 7.03 Services, Materials, and Equipment A. Provide services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work, whether or not these items are specifically called for in the Contract Documents. B. Provide new materials and equipment to be incorporated into the Work. Provide special warranties and guarantees required by the Contract Document. Provide satisfactory evidence, including reports of required tests, as to the source, kind, and quality of materials and equipment as required by the Contract Documents or as requested by the OAR. C. Store, apply, install, connect, erect, protect, use, clean, and condition materials and equipment in accordance with instructions of the applicable Supplier, unless otherwise required by the Contract Documents. 7.04 Concerning Subcontractors, Suppliers, and Others A. Contractor may retain Subcontractors and Suppliers for the performance of parts of the Work. All Subcontractors and Suppliers must be acceptable to Owner. B. Contractor must retain specific Subcontractors, Suppliers, or other individuals or entities for the performance of designated parts of the Work if required to do so by the Contract Documents. C. Submit a list of proposed Subcontractors and Suppliers to OAR prior to entering into binding subcontracts or purchase orders. These proposed Subcontractors or Suppliers are deemed acceptable to Owner unless Owner raises a substantive, reasonable objection within 30 days after receiving this list. D. Contractor is not required to retain Subcontractors, Suppliers, or other individuals or entities to furnish or perform part of the Work after the Effective Date of the Contract if Contractor has reasonable objection. E. Owner may require the replacement of Subcontractors, Suppliers, or other individuals or entities retained by the Contractor. Provide an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity. Owner also may require Contractor to retain specific replacements, subject to Contractor's reasonable objections. F. Contractor may be entitled to an adjustment in Contract Price or Contract Times with respect to a replacement of Subcontractors, Suppliers, or other entities required by Owner. The Contractor is not entitled to an adjustment in Contract Price or Contract Time with respect to replacement of any individual deemed unsuitable by the OPT. Notify OAR immediately if a replacement of Subcontractors, Suppliers, or other entity increases the Contract Price or Contract Times. Initiate a Change Proposal for the adjustment within 10 General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 26 03-23-2015 days of Owner's notice to replace a Subcontractor, Supplier, or other entity retained by Contractor to perform part of the Work. Do not make the replacement until the change in Contract Price or Contract Times has been accepted by the Owner if Change Proposal is to be submitted. G. Owner's initial acceptance of Subcontractors, Suppliers, or other individuals or entities, or their replacements, does not constitute a waiver of the obligation of the Contractor to complete the Work in accordance with the Contract Documents. H. Maintain a current and complete list of Subcontractors and Suppliers that are to perform or furnish part of the Work. I. Contractor is fully responsible for the acts and omissions of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. J. Contractor is solely responsible for scheduling and coordinating the work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. K. Require Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work to communicate with OPT through Contractor. L. Contracts between the Contractor and their Subcontractors or Suppliers may specifically bind the Subcontractors or Suppliers to the applicable terms and conditions of the Contract Documents. Contractor is responsible for meeting the requirements of the Contract Documents if they choose to not bind the Subcontractors or Suppliers to applicable terms or conditions of the Contract Documents. 1. All Subcontractors employed on this Project must be required to obtain Workers' Compensation Insurance. 2. Proof of this insurance will be required prior to the start of any Work. M. OPT may furnish information about amounts paid to Contractor for Work provided by Subcontractors or Suppliers to the entity providing the Work. N. Nothing in the Contract Documents: 1. Creates a contractual relationship between members of the OPT and members of the Contractor's Team. 2. Creates an obligation on the part of the Owner to pay or to see to the payment of money due members of the Contractor's Team, except as may be required by Laws and Regulations. 7.05 Patent Fees and Royalties A. Pay license fees, royalties, and costs incident to the use of inventions, designs, processes, products, or devices which are patented or copyrighted by others in the performance of the Work, or to incorporate these inventions, designs, processes, products, or devices which are patented or copyrighted by others in the Work. The Contract Documents identify inventions, designs, processes, products, or devices OPT knows are patented or copyrighted by others or that its use is subject to patent rights or copyrights calling for the payment of a license fee or royalty to others. Contractor is to include the cost associated with the use of patented or copyrighted products or processes, whether specified or selected by the Contractor, in the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 27 03-23-2015 B. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to infringement of patent rights and copyrights are as set forth in Paragraph 7.14. 7.06 Permits A. Obtain and pay for construction permits and licenses. OPT is to assist Contractor in obtaining permits and licenses when required to do so by applicable Laws and Regulations. Pay governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time the Contractor's Bid is submitted or when Contractor negotiates the Contract Price. 7.07 Taxes A. Contractor is responsible for all taxes and duties arising out of the Work. The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any city or state sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Contractor is responsible for including in the Contract Price any applicable sales and use taxes and is responsible for complying with all applicable statutes and rulings of the State Comptroller. Pay sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations. B. The Owner is exempt from the Federal Transportation and Excise Tax. Contractor must comply with all federal regulations governing the exemptions. C. Products incorporated into the Work are exempt from state sales tax according to the provisions of Subchapter H, Chapter 151, of the Texas Tax Code. D. Contractor may not include any amounts for sales, use, or similar taxes for which the Owner is exempt in the Contract Price or any proposed Change Order or Application for Payment. E. Obtain tax exemption certificates or other documentation necessary to establish Owner's exemption from such taxes. 7.08 Laws and Regulations A. Give required notices and comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for monitoring Contractor's compliance with Laws or Regulations except where expressly required by applicable Laws and Regulations. B. Pay costs resulting from actions taken by Contractor that are contrary to Laws or Regulations. Contractor is not responsible for determining that the design aspects of the Work described in the Contract Documents is in accordance with Laws and Regulations. This does not relieve Contractor of its obligations under Paragraph 3.03. C. Owner or Contractor may give notice to the other party of changes in Laws or Regulations that may affect the cost or time of performance of the Work, including: 1. Changes in Laws or Regulations affecting procurement of permits; and 2. Sales, use, value-added, consumption, and other similar taxes which come into effect after Contractor's Bid is submitted or when Contractor negotiates the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 28 03-23-2015 D. Contractor may submit a Change Proposal or Owner may initiate a Claim within 30 days of this notice if Owner and Contractor are unable to agree on entitlement to or on the amount or extent of adjustments in Contract Price or Contract Times resulting from these changes. 7.09 Safety and Protection A. Contractor is solely responsible for initiating, maintaining, and supervising safety precautions and programs in connection with the Work. This responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. B. Take necessary precautions for the safety of persons on the Site or who may be affected by the Work, and provide the necessary protection to prevent damage, injury, or loss to: 1. Work and materials and equipment to be incorporated in the Work, whether stored on or off Site; and 2. Other property at or adjacent to the Site, including trees, shrubs, lawns, walks, pavements, roadways, structures, other work in progress, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. C. Comply with applicable Laws and Regulations relating to the safety and protection of persons or property. Erect and maintain necessary safeguards for safety and protection. Notify Owner; the owners of adjacent property, Underground Facilities, and other utilities; and other contractors and utility owners performing work at or adjacent to the Site when prosecution of the Work may affect them. Cooperate with them in the protection, removal, relocation, and replacement of their property or work in progress. 1. Comply with requirements of Underground Facility Damage Prevention and Safety Act, Texas Utilities Code Chapter 251. 2. Comply with all applicable safety rules and regulations of the Federal Occupational Health and Safety Act of 1970 and subsequent amendments (OSHA). D. Remedy damage, injury, or loss to property referred to in Paragraph 7.09.B caused by Contractor's Team. Pay remediation costs unless the damage or loss is: 1. Attributable to the fault of the Contract Documents; 2. Attributable to acts or omissions of OPT; or 3. Not attributable to the actions or failure to act of the Contractor's Team. E. Contractor's duties and responsibilities for safety and protection of persons or the Work or property at or adjacent to the Site continues until Work is completed and resumes whenever Contractor's Team returns to the Site to fulfill warranty or correction obligations or to conduct other tasks. F. Comply with the applicable requirements of the Owner's safety program if required to do so in the Supplementary Conditions. A copy of the Owner's safety program will be provided in the Bidding Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 29 03-23-2015 7.10 Safety Representative A. Provide a qualified and experienced safety representative at the Site whose duties and responsibilities are the prevention of accidents and maintaining and supervising safety programs. 7.11 Hazard Communication Programs A. Coordinate the exchange of material safety data sheets or other hazard communication information required to be made available or exchanged between or among employers at the Site in accordance with Laws or Regulations. 7.12 Emergencies A. Act to prevent threatened damage, injury, or loss in emergencies affecting the safety or protection of persons or the Work or property at or adjacent to the Site. Notify OAR immediately if Contractor believes that significant changes in the Work or variations from the Contract Documents have been caused or are required as a result of this need to act. A Modification is to be issued by OAR if OPT determines that the incident giving rise to the emergency action was not the responsibility of the Contractor and that a change in the Contract Documents is required because of the action taken by Contractor in response to this emergency. 7.13 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to Owner that Work is in accordance with the Contract Documents and is not Defective. Owner is entitled to rely on Contractor's warranty and guarantee. Assume and bear responsibility for costs and time delays associated with variations from the requirements of the Contract Documents. B. This Contractor's warranty and guarantee excludes defects or damage caused by improper maintenance or operation, abuse, or modification by OPT; or normal wear and tear under normal usage. C. Contractor's obligation to perform and complete Work in accordance with the Contract Documents is absolute. None of the following constitute an acceptance of Defective Work or a release of Contractor's obligation to perform Work in accordance with the Contract Documents: 1. Observations by OPT; 2. Recommendation by OAR or payment by Owner of progress or final payments; 3. The issuance of a Certificate of Substantial Completion; 4. Use or occupancy of part of the Work by Owner; 5. Review and approval of a Shop Drawing or Sample; 6. Inspections, tests, or approvals by others; or 7. Correction of Defective Work by Owner. D. The Contract Documents may require the Contractor to accept the assignment of a contract between the Owner and a contractor or supplier. The specific warranties, guarantees, and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 30 03-23-2015 correction obligations contained in an assigned contract govern with respect to Contractor's performance obligations to Owner for the Work described in an assigned contract. 7.14 Indemnification A. To THE FULLEST EXTENT PERMITTED BY LAW, THE CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST CLAIMS, DAMAGES, LOSSES AND EXPENSES, INCLUDING BUT NOT LIMITED TO ATTORNEY'S FEES OR DISPUTE RESOLUTION COSTS, ARISING OUT OF OR RESULTING FROM PERFORMANCE OF THE WORK, VIOLATIONS OF LAWS OR REGULATIONS, OR BODILY INJURY, DEATH, OR DESTRUCTION OF TANGIBLE PROPERTY CAUSED BY THE ACTS OR OMISSIONS OF THE CONTRACTOR'S TEAM, REGARDLESS OF WHETHER SUCH CLAIM, DAMAGE, LOSS OR EXPENSE IS ALLEGED TO BE CAUSED IN PART BY AN OWNER'S INDEMNITEE HEREUNDER, SUBJECT TO THE OWNER'S DEFENSES AND LIABILITY LIMITS UNDER THE TEXAS TORT CLAIMS ACT. HOWEVER, NOTHING HEREIN SHALL BE CONSTRUED TO REQUIRE CONTRACTOR TO INDEMNIFY AN OWNER'S INDEMNITEE AGAINST A CLAIM, LOSS, DAMAGE OR EXPENSE CAUSED BY THE (I) NEGLIGENCE OR FAULT, (II) BREACH OR VIOLATION OF A STATUTE, ORDINANCE, GOVERNMENTAL REGULATION, STANDARD OR RULE, OR (III) THE BREACH OF CONTRACT BY AN OWNER'S INDEMNITEE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES EACH OF OWNER'S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR'S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF AN OWNER'S INDEMNITEE. B. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS, ARISING OUT OF OR RELATING TO: (I) THE FAILURE TO CONTROL, CONTAIN, OR REMOVE A CONSTITUENT OF CONCERN BROUGHT TO THE SITE BY CONTRACTOR'S TEAM OR A HAZARDOUS ENVIRONMENTAL CONDITION CREATED BY CONTRACTOR'S TEAM, (II) CONTRACTOR'S TEAM'S ACTION OR INACTION RELATED TO DAMAGES, DELAYS, DISRUPTIONS, OR INTERFERENCE WITH THE WORK OF OWNER'S EMPLOYEES, OTHER CONTRACTORS, OR UTILITY OWNERS PERFORMING OTHER WORK AT OR ADJACENT TO THE SITE, OR (III) THE CORRECTION OF DEFECTIVE WORK. NOTHING IN THIS PARAGRAPH OBLIGATES THE CONTRACTOR TO INDEMNIFY THE OWNER'S INDEMNITEES FROM THE CONSEQUENCES OF THE OWNER'S AND OWNER'S INDEMNITEES OWN NEGLIGENCE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES THE OWNER'S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR'S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF OWNER'S INDEMNITEES. C. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS RESULTING FROM INFRINGEMENT ON PATENT RIGHTS OR COPYRIGHTS BY CONTRACTOR'S TEAM TO THE FULLEST EXTENT PERMITTED BY LAW. D. The indemnification obligations under this paragraph are not limited by the amount or type of damages, compensation, or benefits payable by or for members of the Contractor's Team or other individuals or entities under workers' compensation acts, disability benefit acts, or other employee benefit acts in claims against Owner's Indemnitees by an employee or the survivor or personal representative of employee of Contractor's Team. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-31 03-23-2015 E. The indemnification obligations of this Paragraph 7.14 do not extend to the liability of Designer arising out of the preparation of the Contract Documents or giving directions or instructions, or failing to give them, to the extent they are obligated to do so if that is the primary cause of the injury or damage. F. Notify the other party within 10 days if Owner or Contractor receives notice of any claim or circumstances that could give rise to an indemnified loss. The notice must include the following: 1. A description of the indemnification event in reasonable detail; 2. The basis on which indemnification may be due; and 3. The anticipated amount of the indemnified loss. This notice does not stop or prevent Owner's Indemnitees from later asserting a different basis for indemnification or a different amount of indemnified loss than that indicated in the initial notice. Owner's Indemnitees do not waive any rights to indemnification except to the extent that Contractor is prejudiced, suffers loss, or incurs expense because of the delay if Owner does not provide this notice within the 10 -day period. G. Defense of Indemnification Claims: 1. Assume the defense of the claim with counsel chosen by the Contractor and pay related costs, unless Owner decides otherwise. Contractor's counsel must be acceptable to Owner. Control the defense and any negotiations to settle the claim. Advise Owner's Indemnitees as to its defense of the claim within 10 days after being notified of the indemnification request. Owner's Indemnitees may assume and control the defense If Contractor does not assume the defense. Pay all defense expenses of the Owner's Indemnitees as an indemnified loss. 2. Owner's Indemnitees may retain separate counsel to participate in, but not control, the defense and any settlement negotiations if Contractor defends the claim. Contractor may not settle the claim without the consent or agreement of Owner. Contractor may settle the claim with Owner's consent and agreement unless it: a. Would result in injunctive relief or other equitable remedies or otherwise require Owner's Indemnitees to comply with restrictions or limitations that adversely affect Owner's Indemnitees; b. Would require Owner's Indemnitees to pay amounts that Contractor does not fund in full; or c. Would not result in Owner and Owner's Indemnitees' full and complete release from all liability to the plaintiffs or claimants who are parties to or otherwise bound by the settlement. 7.15 Delegation of Professional Design Services A. Contractor is not required to provide professional design services unless these services are specifically required by the Contract Documents for a portion of the Work or unless these services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences, and procedures. Contractor is not required to provide professional services in violation of applicable Laws and Regulations. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 32 03-23-2015 B. The Contract Documents specify performance and design criteria related to systems, materials, or equipment if professional design services or certifications by a design professional related to systems, materials, or equipment are specifically required of Contractor. These services or certifications must be provided by the licensed Texas Professional Engineer or Registered Architect who prepares, signs, and seals drawings, calculations, specifications, certifications, Shop Drawings, and other documents. C. OPT is entitled to rely upon the adequacy, accuracy, and completeness of the services, certifications, or approvals performed by Contractor's design professionals, provided OPT has specified to Contractor the performance and design criteria that these services must satisfy. D. Pursuant to this Paragraph 7.15, Designer's review and approval of design calculations and design drawings is only for the limited purpose of checking for conformance with the performance and design criteria given and the design concepts expressed in the Contract Documents. Designer's review and approval of Shop Drawings and other documents is only for the purpose stated in the Contract Documents. E. Contractor is not responsible for the adequacy of the performance or design criteria specified by OPT. Advise OPT if the performance or design criteria are known or considered likely to be inadequate or otherwise deficient. ARTICLE 8 — OTHER WORK AT THE SITE 8.01 Other Work A. Owner may arrange for other work at or adjacent to the Site which is not part of the Contractor's Work. This other work may be performed by Owner's employees or through other contractors. Utility owners may perform work on their utilities and facilities at or adjacent to the Site. Include costs associated with coordinating with entities performing other work or associated with connecting to this other work in the Contract Price if this other work is shown in the Contract Documents. B. OPT is to notify Contractor of other work prior to starting the work and provide any knowledge they have regarding the start of utility work at or adjacent to the Site to Contractor. C. Provide other contractors: 1. Proper and safe access to the Site; 2. Reasonable opportunity for the introduction and storage of materials and equipment; and 3. Reasonable opportunity to execute their work. D. Provide cutting, fitting, and patching of the Work required to properly connect or integrate with other work. Do not endanger the work of others by cutting, excavating, or otherwise altering the work of others without the consent of OAR and the others whose work will be affected. E. Inspect the work of others and immediately notify OAR if the proper execution of part of Contractor's Work depends upon work performed by others and this work has not been performed or is unsuitable for the proper execution of Contractor's Work. Contractor's General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 33 03-23-2015 failure to notify the OAR constitutes an acceptance of this other work as acceptable for integration with Contractor's Work. This acceptance does not apply to latent defects or deficiencies in the work of others. F. Take adequate measures to prevent damages, delays, disruptions, or interference with the work of Owner, other contractors, or utility owners performing other work at or adjacent to the Site. 8.02 Coordination A. Owner has sole authority and responsibility for coordination of this other work unless otherwise provided in the Contract Documents. The Owner is to identify the entity with authority and responsibility for coordination of the activities of the various contractors, the limitations of their authority, and the work to be coordinated prior to the start of other work at or adjacent to the Site. 8.03 Legal Relationships A. Contractor may be entitled to a change in Contract Price or Contract Times if, while performing other work at or adjacent to the Site for Owner, the OPT, other contractor, or utility owner: 1. Damages the Work or property of Contractor's Team; 2. Delays, disrupts, or interferes with the execution of the Work; or 3. Increases the scope or cost of performing the Work through their actions or inaction. B. Notify the OAR immediately of the event leading to a potential Change Proposal so corrective action can be taken. Submit the Change Proposal within 30 days of the event if corrective action has not adequately mitigated the impact of the actions or inactions of others. Information regarding this other work in the Contract Documents is used to determine if the Contractor is entitled to a change in Contract Price or Contract Times. Changes in Contract Price require that Contractor assign rights against the other contractor or utility owner to Owner with respect to the damage, delay, disruption, or interference that is the subject of the adjustment. Changes in Contract Times require that the time extension is essential to Contractor's ability to complete the Work within the Contract Times. C. Take prompt corrective action if Contractor's Team damages, delays, disrupts, or interferes with the work of Owner's employees, other contractors, or utility owners performing other work at or adjacent to the Site or agree to compensate other contractors or utility owners for correcting the damage. Promptly attempt to settle claims with other contractors or utility owners if Contractor damages, delays, disrupts, or interferes with the work of other contractors or utility owners performing other work at or adjacent to the Site. D. Owner may impose a set-off against payments due to Contractor and assign the Owner's contractual rights against Contractor with respect to the breach of the obligations described in this Paragraph 8.03 to other contractors or utility owners if damages, delays, disruptions, or interference occur. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 34 03-23-2015 E. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related damages, delays, disruptions, and interference with other work at the Site are as set forth in Paragraph 7.14. ARTICLE 9 — OWNER'S AND OPT'S RESPONSIBILITIES 9.01 Communications to Contractor A. OPT issues communications to Contractor through OAR except as otherwise provided in the Contract Documents. 9.02 Replacement of Owner's Project Team Members A. Owner may replace members of the OPT at its discretion. 9.03 Furnish Data A. OPT is to furnish the data required of OPT under the Contract Documents. 9.04 Pay When Due A. Owner is to make payments to Contractor when due as described in Paragraphs 15.01.D and 15.06.D. 9.05 Lands and Easements; Reports and Tests A. Owner's duties with respect to providing lands and easements are described in Paragraph 5.01. OPT will make copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at the Site available to Contractor in accordance with Paragraph 5.03. 9.06 Insurance A. Owner's responsibilities with respect to purchasing and maintaining insurance are described in Article 6. 9.07 Modifications A. Owner's responsibilities with respect to Modifications are described in Article 11. 9.08 Inspections, Tests, and Approvals A. OPT's responsibility with respect to certain inspections, tests, and approvals are described in Paragraph 14.02. 9.09 Limitations on OPT's Responsibilities A. The OPT does not supervise, direct, or have control or authority over, and is not responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or related safety precautions and programs, or for failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 35 03-23-2015 9.10 Undisclosed Hazardous Environmental Condition A. OPT's responsibility for undisclosed Hazardous Environmental Conditions is described in Paragraph 5.06. 9.11 Compliance with Safety Program A. Contractor is to inform the OPT of its safety programs and OPT is to comply with the specific applicable requirements of this program. ARTICLE 10 — OAR'S AND DESIGNER'S STATUS DURING CONSTRUCTION 10.01 Owner's Representative A. OAR is Owner's representative. The duties and responsibilities and the limitations of authority of OAR as Owner's representative are described in the Contract Documents. 10.02 Visits to Site A. Designer is to make periodic visits to the Site to observe the progress and quality of the Work. Designer is to determine, in general, if the Work is proceeding in accordance with the Contract Documents based on observations made during these visits. Designer is not required to make exhaustive or continuous inspections to check the quality or quantity of the Work. Designer is to inform the OPT of issues or concerns and OAR is to work with Contractor to address these issues or concerns. Designer's visits and observations are subject to the limitations on Designer's authority and responsibility described in Paragraphs 9.09 and 10.07. B. OAR is to observe the Work to check the quality and quantity of Work, implement Owner's quality assurance program, and administer the Contract as Owner's representative as described in the Contract Documents. OAR's visits and observations are subject to the limitations on OAR's authority and responsibility described in Paragraphs 9.09 and 10.07. 10.03 Resident Project Representatives A. Resident Project Representatives assist OAR in observing the progress and quality of the Work at the Site. The limitations on Resident Project Representatives' authority and responsibility are described in Paragraphs 9.09 and 10.07. 10.04 Rejecting Defective Work A. OPT has the authority to reject Work in accordance with Article 14. OAR is to issue a Defective Work Notice to Contractor and document when Defective Work has been corrected or accepted in accordance with Article 14. 10.05 Shop Drawings, Modifications and Payments A. Designer's authority related to Shop Drawings and Samples are described in the Contract Documents. B. Designer's authority related to design calculations and design drawings submitted in response to a delegation of professional design services are described in Paragraph 7.15. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 36 03-23-2015 C. OAR and Designer's authority related to Modifications is described in Articles 11. D. OAR's authority related to Applications for Payment is described in Articles 13 and 15. 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. OAR is to render decisions regarding non-technical or contractual / administrative requirements of the Contract Documents and will coordinate the response of the OPT to Contractor. B. Designer is to render decisions regarding the conformance of the Work to the requirements of the Contract Documents. Designer will render a decision to either correct the Defective Work, or accept the Work under the provisions of Paragraph 14.04, if Work does not conform to the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OAR will issue a Request for a Change Proposal if a Modification is required. OAR will provide documentation for changes related to the non-technical or contractual / administrative requirements of the Contract Documents. Designer will provide documentation if design related changes are required. D. Contractor may appeal Designer's decision by submitting a Change Proposal if Contractor does not agree with the Designer's decision. 10.07 Limitations on OAR's and Designer's Authority and Responsibilities A. OPT is not responsible for the acts or omissions of Contractor's Team. No actions or failure to act, or decisions made in good faith to exercise or not exercise the authority or responsibility available under the Contract Documents creates a duty in contract, tort, or otherwise of the OPT to the Contractor or members of the Contractor's Team. ARTICLE 11— AMENDING THE CONTRACT DOCUMENTS; CHANGES IN THE WORK 11.01 Amending and Supplementing the Contract Documents A. The Contract Documents may be modified by a Contract Amendment, Change Order, Work Change Directive, or Field Order. 1. Contract Amendment: Owner and Contractor may modify the terms and conditions of the Contract Documents without the recommendation of the Designer using a Contract Amendment. A Contract Amendment may be used for: a. Changes that do not involve: 1) The performance or acceptability of the Work; 2) The design as described in the Drawings, Specifications, or otherwise; or 3) Other engineering, architectural or technical matters. b. Authorizing new phases of the Work and establishing the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work when using phased construction or purchasing Goods and Special Services to be incorporated into the Project. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 37 03-23-2015 2. Change Order: All changes to the Contract Documents that include a change in the Contract Price or the Contract Times for previously authorized Work, or changes to the Work requiring Designer's approval must be made by a Change Order. A Change Order may also be used to establish modifications of the Contract Documents that do not affect the Contract Price or Contract Times. 3. Work Change Directive: A Work Change Directive does not change the Contract Price or the Contract Times, but is evidence that the parties expect that the modifications ordered or documented by a Work Change Directive are to be incorporated in a subsequently issued Change Order following negotiations on the Contract Price and Contract Times. Contractor must submit a Change Proposal seeking an adjustment of the Contract Price or the Contract Times no later than 30 days after the completion of the Work set out in the Work Change Directive if negotiations are unsuccessful under the terms of the Contract Documents governing adjustments, expressly including Paragraphs 11.04 and 11.05. 4. Field Order: Designer may require minor changes in the Work that do not change the Contract Price or Contract Times using a Field Order. OAR may issue a Field Order for non-technical, administrative issues. Submit a Change Proposal if Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times before proceeding with the Work described in the Field Order. B. Perform added or revised Work under the applicable provisions of the Contract Documents for the same or similar Work unless different Drawings, Specifications, or directions are provided in the Modification. 11.02 Owner -Authorized Changes in the Work A. Owner may order additions, deletions, or revisions in the Work at any time as recommended by the Designer to the extent the change: 1. Involves the design as described in the Contract Documents; 2. Involves acceptance of the Work; or 3. Involves other engineering, architectural or technical matters. B. These changes may be authorized by a Modification. Proceed with the Work involved or, in the case of a deletion in the Work, immediately cease construction activities with respect to the deleted Work upon receipt of the Modification. Nothing in this paragraph obligates the Contractor to undertake Work that Contractor reasonably concludes cannot be performed in a manner consistent with Contractor's safety obligations under the Contract Documents or Laws and Regulations. 11.03 Unauthorized Changes in the Work A. Contractor is not entitled to an increase in the Contract Price or an extension of the Contract Times with respect to Work performed that is not required by the Contract Documents, except in the case of an emergency as provided in Paragraph 7.12, or in the case of uncovering Work as provided in Paragraph 14.05. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 38 03-23-2015 B. Contractor is responsible for costs and time delays associated with variations from the requirements of the Contract Documents unless the variations are specifically approved by Change Order. 11.04 Change of Contract Price A. The Contract Price can only be changed by a Change Order. Any Change Proposal for an adjustment in the Contract Price must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment of Contract Price must comply with the provisions of Article 12. B. An adjustment in the Contract Price is to be determined as follows: 1. By applying unit prices to the quantities of the items involved, subject to the provisions of Paragraph 13.03, where the Work involved is covered by unit prices in the Contract Documents; 2. By a mutually agreed lump sum where the Work involved is not covered by unit prices in the Contract Documents; or 3. Payment on the basis of the Cost of the Work determined as provided in Paragraph 13.01 plus a Contractor's fee for overhead and profit determined as provided in Paragraph 11.04.D when the Work involved is not covered by unit prices in the Contract Documents or the parties do not reach a mutual agreement to a lump sum. C. The original Contract Price may not be increased by more than 25 percent or the limit set out in Texas Local Government Code 252.048 or its successor statute. Owner may decrease the Work by up to 25 percent of the Contract Price without adjusting Contractor's fee. D. Contractor's Fee: Determine the Contractor's fee for overhead and profit as follows: 1. A mutually acceptable fixed fee; or 2. A fee based on the following percentages of the various portions of the Cost of the Work: a. The Contractor's fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2; b. The Contractor's fee is 5 percent for costs incurred under Paragraph 13.01.C.3; c. Fees are to be determined as follows where one or more tiers of subcontracts are used: 1) The Subcontractor's fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2 for the Subcontractor that actually performs the Work at whatever tier; and 2) The Contractor and Subcontractors of a tier higher than that of the Subcontractor that actually performs the Work are to be allowed a fee of 5 percent of the fee plus underlying costs incurred by the next lower tier Subcontractor; d. No fee is payable on the basis of costs itemized under Paragraphs 13.01.C.4, and 13.01.D; e. Five percent of the net decrease in the cost is to be deducted for changes which result in a net decrease in Contract Price; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 39 03-23-2015 3. The adjustment in Contractor's fee is based on the net change in accordance with Paragraphs 11.04.D.2.a through 11.04.D.2.e, inclusive when both additions and credits are involved in any one change. 11.05 Change of Contract Times A. The Contract Times can only be changed by Change Order. Any Change Proposal for an adjustment in the Contract Times must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment in the Contract Times must comply with the provisions of Article 12. B. An adjustment of the Contract Times is subject to the limitations described in Paragraph 4.04. 11.06 Change Proposals A. Submit a Change Proposal to the OAR to: 1. Request an adjustment in the Contract Price or Contract Times; 2. Appeal an initial decision by OPT concerning the requirements of the Contract Documents or relating to the acceptability of the Work under the Contract Documents; 3. Contest a set-off against payment due; or 4. Seek other relief under the Contract Documents. B. Notify the OAR immediately if a Change Proposal is to be submitted. Submit each Change Proposal to OAR no later than 30 days after the event initiating the Change Proposal. Submit the following as part of the Change Proposal: 1. Any proposed change in Contract Price, Contract Times, or other relief, accompanied by a statement that the requested Change Order is the entire adjustment to which Contractor believes it is entitled; 2. The reason for the proposed change; and 3. Supporting data, accompanied by a statement that the supporting data is accurate and complete. C. OAR is to advise OPT regarding the Change Proposal. OPT is to review each Change Proposal and Contractor's supporting data, and within 30 days after receipt of the documents, direct the OAR to either approve or deny the Change Proposal in whole or in part. OAR is to issue a Change Order for an approved Change Proposal. The Contractor may deem the Change Proposal to be denied if OAR does not take action on the Change Proposal within 30 days and start the time for appeal of the denial under Article 12. 11.07 Execution of Change Orders A. Owner and Contractor are to execute Change Orders covering: 1. Changes in the Contract Price or Contract Times which are agreed to by Owner and Contractor, including undisputed sums or amount of time for Work actually performed in accordance with a Work Change Directive; General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 40 03-23-2015 2. Changes in Contract Price resulting from Owner set -offs unless the set-off has been successfully challenged by Contractor; 3. Changes in the Work which are: a. Ordered by Owner pursuant to Paragraph 11.02.A, b. Required because Defective Work was accepted under Paragraph 14.04 or Owner's correction of Defective Work under Paragraph 14.07, or c. Agreed to by the Owner and Contractor; and 4. Changes in the Contract Price or Contract Times, or other changes under Paragraph 11.06 or Article 12. B. Acceptance of a Change Order by Contractor constitutes a full accord and satisfaction for any and all claims and costs of any kind, whether direct or indirect, including but not limited to impact, delay, or acceleration damages arising from the subject matter of the Change Order. Each Change Order must be specific and final as to prices and extensions of time, with no reservations or other provisions allowing for future additional money or time as a result of the particular changes identified and fully compensated in the Change Order. The execution of a Change Order by Contractor constitutes conclusive evidence of Contractor's agreement to the ordered changes in the Work. This Contract, as amended, forever releases any claim against Owner for additional time or compensation for matters relating to or arising out of or resulting from the Work included within or affected by the executed Change Order. This release applies to claims related to the cumulative impact of all Change Orders and to any claim related to the effect of a change on unchanged Work. C. All Change Orders require approval by either the City Council or Owner by administrative action. The approval process requires a minimum of 45 days after submission in final form with all supporting data. Receipt of Contractor's submission by Owner constitutes neither acceptance nor approval of a Bid, nor a warranty that the Bid will be authorized by City Council or administrative action. The time required for the approval process may not be considered a delay and no extensions to the Contract Times or increase in the Contract Price will be considered or granted as a result of the process. Contractor may proceed with Work if a Work Change Directive is issued. D. A Change Order is deemed to be in full force as if executed by Contractor if the Contractor refuses to execute a Change Order that is required to be executed under the terms of this Paragraph 11.07. 11.08 Notice to Surety A. Notify the surety of Modifications affecting the general scope of the Work, changes in the provisions of the Contract Documents, or changes in Contract Price or Contract Times. Adjust the amount of each Bond when Modifications change the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-41 03-23-2015 ARTICLE 12 — CLAIMS 12.01 Claims A. Follow the Claims process described in this Article for the following disputes between Owner and Contractor: 1. A demand or assertion by Owner to Contractor, submitted in accordance with the requirements of the Contract Documents: a. Seeking an adjustment of Contract Price or Contract Times; b. Contesting an initial decision by Designer concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Contesting Designer's decision regarding a Change Proposal; d. Seeking resolution of a contractual issue that OAR has declined to address; or e. Seeking other relief with respect to the terms of the Contract. 2. A demand or assertion by Contractor to Owner, submitted in accordance with the requirements of the Contract Documents: a. Contesting OPT's decision regarding a Change Proposal; or b. Seeking resolution of a contractual issue that OPT has declined to address. 12.02 Claims Process A. Claims must be initiated by written notice. B. Claims by Contractor must be in writing and delivered to the Owner, Designer, and the OAR within 7 days: 1. After the start of the event giving rise to the Claim; or 2. After a final decision on a Change Proposal has been made. C. Claims by Owner must be submitted by written notice to Contractor. D. The responsibility to substantiate a Claim rests with the entity making the Claim. E. In the case of a Claim by Contractor seeking an increase in the Contract Price or Contract Times, Contractor must certify that the Claim is made in good faith, that the supporting data is accurate and complete, and that to the best of Contractor's knowledge and belief, the amount of time or money requested accurately reflects the full amount to which Contractor is entitled. F. The entity receiving a Claim is to review the Claim giving full consideration to its merits. The Owner and Contractor are to seek to resolve the Claim through the exchange of information and direct negotiations. The Owner and Contractor may extend the time for resolving the Claim by mutual agreement. Notify OAR of actions taken on a Claim. G. Owner and Contractor may mutually agree to mediate the underlying dispute at any time after initiation of a Claim. 1. The agreement to mediate suspends the Claim submittal and response process. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 42 03-23-2015 2. Owner or Contractor may unilaterally terminate the mediation process after 60 days from the agreement to mediate and resume the Claim submittal and decision process as of the date of the termination. The Claim process resumes as of the date of the conclusion of the mediation, as determined by the mediator, if the mediation is unsuccessful in resolving the dispute. 3. Owner and Contractor are to each pay one-half of the mediator's fees and costs. H. If the entity receiving a Claim approves the Claim in part or denies it in part, this action is final and binding unless the other entity invokes the procedure described in Article 17 for final resolution of disputes within 30 days of this action. I. Notify the OAR if efforts to resolve the Claim are not successful, and the Claim is denied. A denial of the Claim is final and binding unless the other entity invokes the procedure described in Article 17 for the final resolution of disputes within 30 days of the denial. J. The results of the agreement or action on the Claim is to be incorporated in a Change Order by the OAR to the extent they affect the Contract Documents, the Contract Price, or the Contract Times if the Owner and Contractor reach a mutual agreement regarding a Claim. ARTICLE 13 — COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK 13.01 Cost of the Work A. The Cost of the Work is the sum of costs described in this Paragraph 13.01, except those excluded in Paragraph 13.01.D, necessary for the proper performance of the Work. The provisions of this Paragraph 13.01 are used for two distinct purposes: 1. To determine Cost of the Work when Cost of the Work is a component of the Contract Price under cost-plus, time -and -materials, or other cost -based terms; or 2. To determine the value of a Change Order, Change Proposal, Claim, set-off, or other adjustment in Contract Price. B. Contractor is entitled only to those additional or incremental costs required because of the change in the Work or because of the event giving rise to the adjustment when the value of the adjustment is determined on the basis of the Cost of the Work. C. Costs included in the Cost of the Work may not exceed the prevailing costs in the proximate area of the Site for similar work unless agreed to by the Owner. Cost of the Work includes only the following items: 1. Payroll costs for Contractor's employees performing the Work, including one foreman per crew, and other required and agreed upon personnel for the time they are employed on the Work. Employees are to be paid according to wage rates for job classifications as agreed to by Owner. Where the Cost of the Work is being used under provisions of Paragraph 13.01.A.2, rates paid for this Work are to be the same as paid for Contract Work as established by certified payroll. Payroll costs may include: a. Actual costs paid for salaries and wages; b. Actual cost paid for fringe benefits, which may include: 1) Social security contributions, General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 43 03-23-2015 2) Unemployment, 3) Excise and payroll taxes, 4) Workers' compensation, 5) Health and retirement benefits, 6) Bonuses, and 7) Paid time off for sick leave, vacations, and holidays; and c. Actual cost of additional compensation paid for performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, to the extent authorized by Owner. 2. Cost of materials and equipment furnished and incorporated in the Work, including transportation and storage costs and required Suppliers' field services. Contractor may retain cash discounts unless Owner provided funds to the Contractor for early payment of these materials and equipment. Cash discounts are to be credited to Owner if the Owner provides funds for early payment. Make provisions for trade discounts, rebates, refunds, and returns from sale of surplus materials and equipment and reduce the Cost of the Work by these amounts. 3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. Obtain competitive bids from Subcontractors acceptable to Owner unless Owner agrees to use Subcontractors proposed by the Contractor. Bids are to be opened in the presence of the OAR and other designated members for the OPT. Provide copies of bids to the OAR to use in determining, with the OPT, which bids are acceptable. The Subcontractor's Cost of the Work and fee are determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 13.01 if the subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee. 4. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work; b. Costs of materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site including transportation and maintenance costs; c. Costs of hand tools not owned by the workers consumed in the performance of the Work. Costs of hand tools not owned by the workers which are used but not consumed in the performance of the Work and which remain the property of Contractor, less their market value when Work is completed; d. Rental of construction equipment, including the costs of transporting, loading, unloading, assembling, dismantling, and removing construction equipment, whether rented from Contractor or others, in accordance with rental agreements approved by Owner. Costs for rental of equipment will not be paid when the equipment is no longer necessary for the Work. Justify idle time for equipment by demonstrating that it was necessary to keep equipment on Site for related future Work; General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 44 03-23-2015 e. Applicable sales, consumer, use, and other similar taxes related to the Work for which the Owner is not exempt, and which Contractor pays consistent with Laws and Regulations; f. Deposits lost for causes other than negligence of Contractor's Team; g. Royalty payments and fees for permits and licenses; h. Cost of additional utilities, fuel, and sanitary facilities at the Site; i. Minor expense items directly required by the Work; and j. Premiums for Bonds and insurance required by the Contract Documents. D. The Cost of the Work does not include the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals of partnerships and sole proprietorships, general managers, safety managers, superintendents, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office, for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 13.01.C.1 or specifically covered by Paragraph 13.01.C.4. These administrative costs are covered by the Contractor's fee. 2. Office expenses other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the actions of Contractor's Team for the correction of Defective Work, disposal of materials or equipment that do not comply with Specifications, and correcting damage to property. 5. Losses, damages, and related expenses caused by damage to the Work or sustained by Contractor in connection with the performance of the Work. Contractor is entitled to recover costs if covered by insurance provided in accordance with Article 6. Such losses may include settlements made with the approval of Owner. Do not include these losses, damages, and expenses in the Cost of the Work when determining Contractor's fee. 6. Any Indemnified Cost paid with regard to Contractor's indemnification of Owner's Indemnitees. 7. Other overhead or general expense costs and the costs of items not described in Paragraphs 13.01.C. E. The Contractor's fee is determined as follows: 1. In accordance with the Agreement when the Work is performed on a cost-plus basis. 2. In accordance with Paragraph 11.04.0 for Work covered by a Modification determined on the basis of Cost of the Work. F. Establish and maintain records in accordance with generally accepted accounting practices and submit these records, including an itemized cost breakdown together with supporting General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 45 03-23-2015 data, in a form and at intervals acceptable to OAR whenever the Cost of the Work is to be determined pursuant to this Paragraph 13.01. 13.02 Allowances A. Include allowances specified in the Contract Documents in the Contract Price and provide Work covered by the allowance as authorized by the Owner through the OAR. B. Contractor agrees that: 1. The cash allowance is used to compensate the Contractor for the cost of furnishing materials and equipment for the Work covered by the allowance item in the Contract Documents. Cost may include applicable taxes. Make provisions for trade discounts, rebates, and refunds and reduce the allowance costs by these amounts. 2. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances; and 3. Costs for cash allowances and installation costs as described in Paragraphs 13.02.B.1 and 13.02.B.2 above are included in the Contract Price. C. OAR will issue a Change Order to adjust the Contract Price by the difference between the allowance amount and the actual amount paid by Contractor for Work covered by the allowance. The Change Order will be issued at the time costs are incurred by Contractor for Work covered by the allowance and this Work is included on the Application for Payment. 13.03 Unit Price Work A. The initial Contract Price for Unit Price Work is equal to the sum of the unit price line items in the Agreement. Each unit price line item amount is equal to the product of the unit price for each line item times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparing Bids and determining an initial Contract Price. Payments to Contractor for Unit Price Work are to be based on actual quantities measured for Work in place. C. Each unit price is deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. D. OAR is to determine the actual quantities and classifications of Unit Price Work performed by Contractor to be incorporated into each Application for Payment. OAR's decision on actual quantities is final and binding, subject to the provisions of Paragraph 13.03.E. E. Contractor may submit a Change Proposal, or Owner may file a Claim, seeking an adjustment in the Contract Price within 30 days of OAR's decision under Paragraph 13.03.D, if: 1 The total cost of a particular item of Unit Price Work amounts to 20 percent or more of the total Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by the Contractor differs by more than 20 percent from the estimated quantity of an item indicated in the Agreement; 2. There is no corresponding adjustment with respect to other items of Work; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 46 03-23-2015 3. Contractor believes it has incurred additional expense as a result of this condition or if Owner believes that the quantity variation entitles Owner to an adjustment in the Contract Price. 13.04 Contingencies A. Contingency funds may be included in the Contract Price to pay for Work not defined specifically by the Contract Documents that is essential to the completion of the Project. Contingency funds will be as described in the Agreement. B. The contingency funds may be used for costs incurred by the Contractor provided these costs are approved by the Owner. Costs are to be determined and documented in accordance with Paragraph 13.01. The contingency funds are not to be used for the following items: 1. Cost overruns due to changes in material costs after the Contract Price is established, unless specific price escalation provisions are made in the Agreement. 2. Rework required to correct Defective Work. 3. Inefficiencies in completing the Work due to the Contractor's selected means, methods, sequences, or procedures of construction. 4. Work Contractor failed to include in the Contract Price. 5. Changes required by changes in Laws and Regulations enacted after the Contract Price is established. 6. Any Work that does not constitute a change in Scope in the Work included in the Contract Price. C. OAR is to issue a Change Order for approved expenditures from contingency funds. When the Change Order is issued, the costs are to be added to the Application for Payment. Contractor is to maintain a tabulation showing the contingency amount, adjustments to the contingency amount, and amounts remaining as the Project progresses. D. Any contingency amounts that are not included in a Change Order are retained by the Owner. A Change Order will be issued to deduct unused contingency amounts from the Contract Price prior to Final Payment. ARTICLE 14 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK 14.01 Access to Work A. Provide safe access to the Site and the Work for the observation, inspection, and testing of the Work in progress. Contractor can require compliance with Contractor's safety procedures and programs as part of providing safe access. 14.02 Tests, Inspections, and Approvals A. OPT may retain and pay for the services of an independent inspector, testing laboratory, or other qualified individual or entity to perform inspections. Notify OAR when the Work is ready for required inspections and tests. Provide adequate notice to allow for coordination General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 47 03-23-2015 with entities providing inspection or testing as determined by the OAR. Cooperate with inspection and testing personnel and assist with providing access for required inspections, tests, and handling test specimens or Samples. B. Arrange for and facilitate inspections, tests, and approvals required by Laws or Regulations of governmental entities having jurisdiction that require Work to be inspected, tested, or approved by an employee or other representative of that entity. Pay associated costs and furnish OAR with the required certificates of inspection or approval. C. Arrange, obtain, and pay for inspections and tests required: 1. By the Contract Documents, unless the Contract Documents expressly allocate responsibility for a specific inspection or test to OPT; 2. To attain OPT's acceptance of materials or equipment to be incorporated in the Work; 3. By manufacturers of equipment furnished under the Contract Documents; 4. For testing, adjusting, and balancing of mechanical, electrical, and other equipment to be incorporated into the Work; 5. For acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work; 6. For re -inspecting or retesting Defective Work, including any associated costs incurred by the testing laboratory for cancelled tests or standby time; and 7. For retesting due to failed tests. D. Provide independent inspectors, testing laboratories, or other qualified individuals or entities acceptable to OPT to provide these inspections and tests. 14.03 Defective Work A. It is Contractor's obligation to assure that the Work is not Defective. B. OPT has the authority to determine whether Work is Defective and to reject Defective Work. C. OAR is to notify Contractor of Defective Work of which OPT has actual knowledge. D. Promptly correct Defective Work. E. Take no action that would void or otherwise impair Owner's special warranties or guarantees when correcting Defective Work. F. Pay claims, costs, losses, and damages arising out of or relating to Defective Work, including: 1. Costs for correction, removal, and replacement of Defective Work; 2. Cost of the inspection and testing related to correction of Defective Work; 3. Fines levied against Owner by governmental authorities because of Defective Work; and 4. Costs of repair or replacement of work of others resulting from Defective Work. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 48 03-23-2015 14.04 Acceptance of Defective Work A. Owner may elect to accept Defective Work instead of requiring correction or removal and replacement of Defective Work provided: 1. This acceptance occurs prior to final payment; 2. Designer confirms that the Defective Work is in general accordance with the design intent and applicable engineering or architectural principles; and 3. Designer confirms that acceptance of the Defective Work does not endanger public health or safety. B. Owner may impose a reasonable set-off against payments due under Article 15 for costs associated with OPT's evaluation of Defective Work to determine if it can be accepted and to determine the diminished value of the Work. Owner may impose a reasonable set-off against payments due under Article 15 if the parties are unable to agree as to the decrease in the Contract Price to compensate Owner for the diminished value of Defective Work accepted. OAR is to issue a Modification for acceptance of the Defective Work prior to final payment. Pay an appropriate amount to Owner if the acceptance of Defective Work occurs after final payment. 14.05 Uncovering Work A. OPT has the authority to require inspection or testing of the Work, whether or not the Work is fabricated, installed, or completed. B. Work that is covered prior to approval of the OAR must be uncovered for OPT's observation if requested by OAR. Pay for uncovering Work and its subsequent restoration unless Contractor has given OAR timely notice of Contractor's intention to cover the Work and OAR fails to act with reasonable promptness in response to this notice. C. Provide necessary labor, material, and equipment and uncover, expose, or otherwise make available the portion of the Work suspected of being Defective for observation, inspection, or testing if OPT considers it necessary or advisable that covered Work be observed by Designer or inspected or tested by others as directed by the OAR. 1. Pay for claims, costs, losses, and damages associated with uncovering, exposing, observing, inspecting, and testing if it is found that the uncovered Work is Defective. Pay costs for correction of Defective Work. Pay for reconstruction, repair, or replacement of work of others if it is found that the uncovered Work is Defective. 2. Submit a Change Proposal for an increase in the Contract Price or an extension of the Contract Times directly attributable to this uncovering, exposure, observation, inspection, testing, and reconstruction if the uncovered Work is found to be not Defective. 14.06 Owner May Stop the Work A. Owner may order Contractor to stop the Work if: 1. The Work is Defective; 2. Contractor fails to supply sufficient skilled workers or suitable materials or equipment; or General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 49 03-23-2015 3. Contractor performs Work that may fail to conform to the Contract Documents when completed. This stop work order is to remain in effect until the reason for the stop work order has been eliminated. Owner's right to stop the Work does not create a duty to exercise this right for the benefit of Contractor's Team or surety. 14.07 Owner May Correct Defective Work A. Owner may remedy the following deficiencies after 7 days' notice to Contractor if: 1. Contractor fails to correct Defective Work, or to remove and replace rejected Work as required by OPT; 2. Contractor fails to perform the Work in accordance with the Contract Documents; or 3. Contractor fails to comply with other provisions of the Contract Documents. B. Owner may: 1. Exclude Contractor from the Site; 2. Take possession of the Work and suspend Contractor's services related to the Work; and 3. Incorporate stored materials and equipment in the Work. C. Allow OPT access to the Site and off Site storage areas to enable Owner to exercise the rights and remedies under this Paragraph 14.07. D. All claims, costs, losses, and damages incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 14.07 are to be charged against Contractor as a set-off against payments due under Article 15. These claims, costs, losses, and damages include costs of repair and the cost of replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor's Defective Work. E. Contractor is not allowed an extension of the Contract Times because of delays in the performance of the Work attributable to the exercise of the Owner's rights and remedies under this Paragraph 14.07. ARTICLE 15 — PAYMENTS TO CONTRACTOR; SET -OFFS; COMPLETION; CORRECTION PERIOD 15.01 Progress Payments A. Progress payments are to be submitted to the OAR on the Application for Payment form provided by the OAR following procedures in the Contract Documents. 1. Progress payments for lump sum Work are to be paid on the basis of the earned value to date at the amounts shown in the Schedule of Values submitted as required by Paragraph 2.03. Final payment will be for the total lump sum amount. 2. Progress payments for Unit Price Work are based on the number of units completed as determined under the provisions of Paragraph 13.03. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 50 03-23-2015 3. Progress payments for Work to be paid on the basis of the Cost of the Work per Paragraphs 13.01, 13.02 and 13.04 are to be paid for Work completed by Contractor during the pay period. B. Reduction in Payment by Owner: 1. Owner is entitled to impose a set-off against payment based on the following: a. Claims made against Owner or costs, losses, or damages incurred by Owner related to: 1) Contractor's conduct in the performance of the Work, including, but not limited to, workplace injuries, non-compliance with Laws and Regulations, or patent infringement; or 2) Contractor's failure to take reasonable and customary measures to avoid damage, delay, disruption, and interference with other work at or adjacent to the Site, including but not limited to, workplace injuries, property damage, and non-compliance with Laws and Regulations. b. Owner has been required to remove or remediate a Hazardous Environmental Condition for which Contractor is responsible; c. Work is Defective, or completed Work has been damaged by Contractor's Team, requiring correction or replacement; d. Owner has been required to correct Defective Work or complete Work in accordance with Paragraph 14.07; e. The Contract Price has been reduced by Change Orders; f. Events have occurred that would constitute a default by Contractor justifying a termination for cause; Liquidated damages have accrued as a result of Contractor's failure to achieve Milestones, Substantial Completion, or completion of the Work; h. Liens have been filed in connection with the Work, except where Contractor has delivered a specific Bond satisfactory to Owner to secure the satisfaction and discharge of these Liens; g. i. Owner has been notified of failure to make payments to Subcontractors, Suppliers, or Employees; Failure to submit up-to-date record documents as required by the Contract Documents; k. Failure to submit monthly Progress Schedule updates or revised schedules as requested by the OAR; I. Failure to provide Project photographs required by the Contract Documents; m. Failure to provide Certified Payroll required by the Contract Documents; n. Compensation for OPT for overtime charges of OAR or RPR, third review of documents, review of substitutions, re -inspection fees, inspections or designs related to correction of Defective Work, or other services identified as requiring payment by the Contractor; J• General Conditions Corpus Christi Standards - Regular Projects 00 72 00-51 03-23-2015 o. Costs for tests performed by the Owner to verify that Work previously tested and found to be Defective has been corrected; OPT has actual knowledge of the occurrence of events that would constitute a default by Contractor and therefore justify termination for cause under the Contract Documents with associated cost impacts; P. q. Other items entitling Owner to a set-off against the amount recommended; or r. Payment would result in an over -payment of the Contract Price. 2. Compensation for services of OPT staff is to be at the rates established by negotiations between OPT and Contractor. 3. OAR is to notify Contractor stating the amount and the reasons for an imposed set-off. The Owner is to pay the Contractor amounts remaining after deduction of the set-off. Owner is to pay the set-off amount agreed to by Owner and Contractor if Contractor remedies the reasons for the set-off. Contractor may submit a Change Proposal contesting the set-off. C. Delayed Payments: 1. No money shall be paid by Owner upon any claim, debt, demand, or account whatsoever, to any person, firm, or corporation who is in arrears to Owner for taxes; and Owner shall be entitled to counterclaim and automatically offset against any such debt, claim, demand, or account in the amount of taxes so in arrears and no assignment or transfer of such debt, claim, demand, or account after said taxes are due, shall affect the right of Owner to offset said taxes, and associated penalties and interest if applicable, against the same. 2. No payment will be made for Work authorized by a Work Change Directive until the Work Change Directive is incorporated into a Change Order. Payment can be included in an Application for payment when the Change Order is approved. D. The Owner is to pay the amount of payment recommended by the OAR within 30 days after receipt of the Application for Payment and accompanying documentation from the OAR. 15.02 Contractor's Warranty of Title A. Contractor warrants and guarantees that title to the Work, materials, and equipment furnished under the Contract is to pass to Owner free and clear of Liens, title defects, and patent, licensing, copyright, or royalty obligations no later than 7 days after the time of payment by Owner of the Application for Payment which includes these items. 15.03 Substantial Completion A. Notify OAR when Contractor considers the entire Work substantially complete and request a Certificate of Substantial Completion. B. OPT is to inspect the Work after Contractor's notification to determine if the Work is substantially complete. OAR is to either issue the Certificate of Substantial Completion which sets the date of Substantial Completion or notify Contractor of the reasons the Project is not considered to be substantially complete. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 52 03-23-2015 C. The OPT and Contractor are to meet to discuss Owner's use or occupancy of the Work following Substantial Completion. Items to be discussed at this meeting include: 1. Review of insurance policies with respect to the end of the Contractor's coverage, and confirm the transition to coverage of the Work under a permanent property insurance policy held by Owner; 2. Owner's assumption of responsibility for security, operation, protection of the Work, maintenance, and utilities upon Owner's use or occupancy of the Work; 3. Contractor's obligations for operations and maintenance during performance and acceptance testing; 4. Contractor's access to the Site to complete punch list items; and 5. Procedures for correction of Defective Work during the 1 -year correction period. 15.04 Partial Utilization A. Owner may use or occupy substantially completed parts of the Work which are specifically identified in the Contract Documents, or which OPT and Contractor agree constitutes a separately functioning and usable part of the Work prior to Substantial Completion of the Work. Owner must be able to use that part of the Work for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. Contractor and OPT are to follow the procedures of Paragraph 15.03 for this part of the Work. B. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Article 6. 15.05 Final Inspection A. OPT is to make a final inspection upon notice from Contractor that the entire Work or portion to be accepted under Paragraph 15.04 is complete. OAR is to notify Contractor of Work determined to be incomplete or Defective. Immediately take corrective measures to complete the Work and correct Defective Work. 15.06 Final Payment A. Make Application for Final Payment after completing required corrections identified during the final inspection and delivering items and documents required by the Contract Documents. Provide the following with the final Application for Payment: 1. Consent of Surety to Final Payment acknowledging unsettled disputes; and 2. Certification of Payment of Debts and Claims or Certification of Release of Liens or furnish receipts or releases in full from Subcontractors and Suppliers. B. OAR is to either recommend payment of the final Application for Payment to Owner if OPT is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled or notify the Contractor of the OPT's reasons for not recommending final payment. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 53 03-23-2015 C. The Work is complete, subject to surviving obligations, when it is ready for final payment as established by the OAR's recommendation of payment of the final Application for Payment to Owner and the issuance of a Certificate of Final Completion. D. The Owner is to pay the amount of final payment recommended by the OAR within 30 days after receipt of the final Application for Payment and accompanying documentation from the OAR. 15.07 Waiver of Claims A. The making of final payment does not constitute a waiver by Owner of claims or rights against Contractor. Owner expressly reserves claims and rights arising from: 1. Unsettled Liens or claims for non-payment; 2. Defective Work appearing after final inspection pursuant to Paragraph 15.05; 3. Contractor's failure to comply with the Contract Documents or the terms of specified special guarantees; or 4. Contractor's continuing obligations under the Contract Documents. B. Contractor waives claims and rights against Owner by accepting final payment with the exception of those Claims made in accordance with the provisions of Article 17 and specifically noted in the Certificate of Final Completion. 15.08 Correction Period A. Promptly correct Defective Work without cost to Owner for 1 year after the date of Substantial Completion or longer periods of time prescribed by the terms of the Contract Documents. B. Promptly correct damages to the Site or adjacent areas that Contractor has arranged to use through construction easements or other agreements. Promptly correct damages to Work or the work of others. Make corrections without cost to Owner. C. Owner may have the Defective Work and damages described in Paragraphs 15.08.A and 15.08.B corrected if Contractor does not comply with the terms of OAR's instructions, or in an emergency where delay would cause serious risk of loss or damage. D. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to the correction of Defective Work are as set forth in Paragraph 7.14. E. The correction period starts to run from the date when a specific item of equipment or systems are placed in continuous beneficial use by Owner before Substantial Completion of Work if so provided in the Specifications or if accepted for beneficial use by the Owner. F. The correction period is extended for an additional period of 1 year for Defective Work corrected after the date of Substantial Completion or after the accepted date the correction period starts to run as described in Paragraph 15.08.E. This extended correction period starts to run when Defective Work has been satisfactorily corrected under this Paragraph 15.08. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 54 03-23-2015 G. Contractor's obligations under this Paragraph 15.08 are in addition to other obligations or warranties. The provisions of this Paragraph 15.08 are not a substitute for, or a waiver of, the provisions of applicable statutes of limitation or repose. ARTICLE 16 — SUSPENSION OF WORK AND TERMINATION 16.01 Owner May Suspend Work A. Owner may suspend the Work or a portion of the Work for a period of not more than 90 consecutive days, at any time and without cause, by notice to Contractor. This notice fixes the date on which Contractor is to resume Work. Contractor is entitled to adjustments in the Contract Price and Contract Times directly attributable to this suspension only if efforts are made to mitigate the cost impacts of the suspension. Meet with the Owner within 10 days of the notice of suspension to discuss specific strategies to reduce or eliminate the cost of delays. Submit a Change Proposal seeking an adjustment no later than 30 days after the date fixed for resumption of Work. 16.02 Owner May Terminate for Cause A. The occurrence of one or more of the following events constitutes a default by Contractor and justifies termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents, including failure to supply sufficient skilled workers or suitable materials or equipment; 2. Failure to adhere to the Progress Schedule; 3. Failure of the Contractor to provide a satisfactory replacement Bond or insurance in the event either is lost or canceled; 4. Failure of Contractor to maintain financial solvency to adequately complete the Project as indicated by one or more of the following: a. A petition of bankruptcy is filed by or against Contractor, b. Contractor is adjudged as bankrupt or insolvent, c. Contractor or surety makes a general assignment for the benefit of creditors, d. A receiver is appointed for the benefit of Contractor's creditors, or e. A receiver is appointed on account of Contractor's insolvency; 5. Contractor's disregard of Laws or Regulations of public bodies having jurisdiction; or 6. Contractor's repeated disregard of the authority of OPT. B. Contractor and surety must provide adequate assurance of future performance in accordance with the Contract Documents that is satisfactory to Owner if Contractor is believed to be in financial distress due to the existence of one or more of the indicators listed in Paragraph 16.02.A.4. Owner may terminate this Contract if Contractor and surety fail to provide adequate documentation satisfactory to Owner within 10 days of OAR's request for this information. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 55 03-23-2015 C. Owner may declare Contractor to be in default, give notice to Contractor and surety that the Contract is terminated, and enforce the rights available to Owner under the Performance Bond after giving Contractor and surety 10 days' notice that one or more of the events identified in Paragraph 16.02.A has occurred. D. Owner may exclude Contractor from the Site, take possession of the Work, incorporate the materials and equipment stored and complete the Work as Owner may deem expedient if Owner has terminated the Contract for cause. E. Owner may elect not to proceed with termination of the Contract under this Paragraph 16.02 if Contractor begins to cure the cause for termination within 7 days of receipt of notice of intent to terminate. F. Contractor is not entitled to receive further payments until the Work is completed if Owner proceeds as provided in this Paragraph 16.02. The amount of the Contract Price remaining is to be paid to the Contractor if the unpaid balance exceeds the cost to complete the Work. This cost to complete the Work may include related claims, costs, losses, damages, and the fees and charges of engineers, architects, attorneys, and other professionals retained by Owner. Pay the difference to Owner if the cost to complete the Work including related claims, costs, losses, and damages exceeds the unpaid balance of the Contract Price. Claims, costs, losses, and damages incurred by Owner are to be reviewed as to their reasonableness and incorporated in a Change Order by OAR. Owner is not required to obtain the lowest price for the Work performed when exercising its rights or remedies under this paragraph. G. Termination does not affect the rights or remedies of Owner against Contractor or against surety under the Payment Bond or Performance Bond. Owner does not release Contractor from liability by paying or retaining money due Contractor. 16.03 Owner May Terminate For Convenience A. Owner may terminate the Contract without cause after giving 7 days' notice to Contractor of the effective date of termination. Contractor is to be paid for the following if Owner terminates for convenience: 1. Work completed in accordance with the Contract Documents prior to the effective date of termination; 2. Actual costs sustained prior to the effective date of termination for Work in progress, plus a fee calculated in accordance with Paragraph 11.04.D.; and 3. Reasonable expenses directly attributable to termination, including costs incurred to prepare a termination for convenience cost proposal. B. No payment is payable to Contractor for loss of anticipated overhead, profits or revenue, or other economic loss arising out of or resulting from this termination. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 56 03-23-2015 ARTICLE 17 — FINAL RESOLUTION OF DISPUTES 17.01 Methods and Procedures A. The Owner or Contractor may appeal a Claim, approved or denied in part or in full, by: 1. Electing to invoke the dispute resolution process if one is provided for in the Supplementary Conditions; 2. Agreeing with the other party to submit the dispute to a dispute resolution process; or 3. Notifying the other party of the intent to submit the dispute to a court of competent jurisdiction if no dispute resolution process is provided for in the Supplementary Conditions or mutually agreed to. ARTICLE 18 — MISCELLANEOUS 18.01 Computation of Times A. Exclude the first day and include the last day when determining dates for a period of time referred to in the Contract Documents by days. The last day of this period is to be omitted from the determination if it falls on a Saturday, Sunday, or a legal holiday. B. All references and conditions for a Calendar Day Contract in the Contract Documents apply for a Fixed Date Contract. A Fixed Date Contract is one in which the calendar dates for reaching Substantial Completion and/or final completion are specified in lieu of identifying the number of days involved. 18.02 Owner's Right to Audit Contractor's Records A. By execution of the Contract, Contractor grants Owner the right to audit, examine, inspect and/or copy, at Owner's election at all reasonable times during the term of this Contract and for a period of four (4) years following the completion or termination of the Work, all of Contractor's written and electronically stored records and billings relating to the performance of the Work under the Contract Documents. The audit, examination or inspection may be performed by an Owner designee, which may include its internal auditors or an outside representative engaged by Owner. Contractor agrees to retain its records for a minimum of four (4) years following termination of the Contract, unless there is an ongoing dispute under the Contract, then, such retention period must extend until final resolution of the dispute. As used in these General Conditions, "Contractor written and electronically stored records" include any and all information, materials and data of every kind and character generated as a result of the work under this Contract. Example of Contractor written and electronically stores records include, but are not limited to: accounting data and reports, billings, books, general ledgers, cost ledgers, invoices, production sheets, documents, correspondences, meeting notes, subscriptions, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers, memoranda, time sheets, payroll records, policies, procedures, Subcontractor agreements, Supplier agreements, rental equipment proposals, federal and state tax filings for any issue in question, along with any and all other agreements, sources of information and matters that may, in Owner's sole judgment, General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 57 03-23-2015 have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Agreement Documents. B. Owner agrees to exercise the right to audit, examine or inspect Contractor's records only during regular business hours. Contractor agrees to allow Owner and/or Owner's designee access to all of the Contractor's Records, Contractor's facilities and current or former employees of Contractor, deemed necessary by Owner or its designee(s), to perform such audit, inspection or examination. Contractor also agrees to provide adequate and appropriate work space necessary for Owner or its designees to conduct such audits, inspections or examinations. C. Contractor must include this Section in any Subcontractor, supplier or vendor contract. 18.03 Independent Contractor A. Contractor is to perform its duties under this Contract as an independent contractor. The Contractor's Team and their personnel are not considered to be employees or agents of the Owner. Nothing in this Contract is to be interpreted as granting Contractor's Team the right or authority to make commitments for the Owner. This Contract does not constitute or create a joint venture, partnership, or formal business organization of any kind. 18.04 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available to the Owner or Contractor by these General Conditions are in addition to, and are not a limitation of, the rights and remedies which are otherwise imposed or available by: 1. Laws or Regulations; 2. Special warranties or guarantees; or 3. Other provisions of the Contract Documents. B. The provisions of this Paragraph 18.03 are as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 18.05 Limitation of Damages A. Owner's Indemnitees are not liable to Contractor for claims, costs, losses, or damages sustained by Contractor's Team associated with other projects or anticipated projects. 18.06 No Waiver A. The failure of Owner or Contractor to enforce any provision of this Contract does not constitute a waiver of that provision, affect the enforceability of that provision, or the enforceability of the remainder of this Contract. 18.07 Severability A. If a court of competent jurisdiction renders a part of this Contract invalid or unenforceable, that part is to be severed and the remainder of this Contract continues in full force. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 58 03-23-2015 18.08 Survival of Obligations A. Representations, indemnifications, warranties, guarantees, and continuing obligations required by the Contract Documents survive completion and acceptance of the Work or termination of the Contract. 18.09 No Third Party Beneficiaries A. Nothing in this Contract can be construed to create rights in any entity other than the Owner and Contractor. Neither the Owner nor Contractor intends to create third party beneficiaries by entering into this Contract. 18.10 Assignment of Contract A. This Contract may not be assigned in whole or in part by the Contractor without the consent of the Owner. 18.11 No Waiver of Sovereign Immunity A. The Owner has not waived its sovereign immunity by entering into and performing its obligations under this Contract. 18.12 Controlling Law A. This Contract is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. 18.13 Conditions Precedent to Right to Sue A. Notwithstanding anything herein to the contrary, Contractor will have at least 90 days to give notice of a claim for damages as a condition precedent to the right to sue on the Contract, subject to the contractual Claims and Alternative Dispute Resolution processes set forth herein. 18.14 Waiver of Trial by Jury A. Owner and Contractor agree that they have knowingly waived and do hereby waive the right to trial by jury and have instead agreed, in the event of any litigation arising out of or connected to this Contract, to proceed with a trial before the court, unless both parties subsequently agree otherwise in writing. 18.15 Attorney Fees A. The Parties expressly agree that, in the event of litigation, all parties waive rights to payment of attorneys' fees that otherwise might be recoverable, pursuant to the Texas Civil Practice and Remedies Code Chapter 38, Texas Local Government Code §271.153, the Prompt Payment Act, common law or any other provision for payment of attorney's fees. 18.16 Compliance with Laws A. Comply with the Americans with Disabilities Act of 1990 as amended (ADA) and Texas Architectural Barriers Act and all regulations relating to either statute. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 59 03-23-2015 B. Comply with all applicable federal, state, and city laws, rules and regulations. 18.17 Enforcement A. The City Manager or designee and the City Attorney or designee, are fully authorized and will have the right to enforce all legal rights and obligations under the Contract without further authorization from City Council. 18.18 Subject to Appropriation A. Funds are appropriated by the Owner on a yearly basis. If for any reason funds are not appropriated in any given year, the Owner may direct immediate suspension or termination of the Contract, with no additional liability to the Owner. If the Contractor is terminated or suspended and the Owner requests remobilization at a later date, the Contractor may request payment for reasonable demobilization/remobilization costs. Such costs shall be addressed through a Change Order to the Contract. Under no circumstances may a provision or obligation under this Contract be interpreted as contrary to this paragraph. 18.19 Contract Sum A. The Contract Sum is stated in the Contract and, including authorized adjustments, is the total maximum not -to -exceed amount payable by Owner to Contractor for performance of the Work under the Contract Documents. Contractor accepts and agrees that all payments pursuant to this Contract are subject to the availability and appropriation of funds by the Corpus Christi City Council. If funds are not available and/or appropriated, this Contract shall immediately be terminated with no liability to any party to this Contract. 18.20 Contractor's Guarantee as Additional Remedy A. The Contractor's guarantee is a separate and additional remedy available to benefit the Owner. Neither the guarantee nor the expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the Owner for any claims or causes of action against the Contractor or any other individual or entity. END OF SECTION General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 60 03-23-2015 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1— INSURANCE REQUIREMENTS 1.01 CONTRACTOR'S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises — 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 Price > $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 X Required • 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 X Not Required Installation Floater Required if installing city -owned equipment Equal to Contract Price ■ Required X Not Required Insurance Requirements S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 ISO 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 06-22-2016 3. No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 2.03 INSURANCE POLICIES A. 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 007202-1 REV 06-12-2015 Wage Determination Construction Type Project Type (WD) No TX -31 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) TX -40 Highway Highway Construction Projects (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). END OF SECTION Wage Rate Requirements S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 007202-2 REV 06-12-2015 1/10/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/TX31.dvb?v=0 General Decision Number: TX170031 01/06/2017 TX31 Superseded General Decision Number: TX20160031 State: Texas Construction Type: Heavy Counties: Nueces and San Patricio Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the E0, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 per hour (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 2017. 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 01/06/2017 * 5UTX1987-001 12/01/1987 Rates CARPENTER (Excluding Form Setting) $ 9.05 Concrete Finisher $ 7.56 ELECTRICIAN $ 13.37 Laborers: Common $ 7.25 Utility $ 7.68 Power equipment operators: Backhoe $ 9.21 Motor Grader $ 8.72 Fringes 2.58 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the E0, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their https://www.wdol .gov/wdol/scafi I es/davi sbacon/TX31.dvb?v=0 1/4 1/10/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/TX31.dvb?v=0 own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. https://www.wdol .gov/wdol/scafi I es/davi sbacon/TX31.dvb?v=0 2/4 1/10/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/TX31.dvb?v=0 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 https://www.wdol .gov/wdol/scafi I es/davi sbacon/TX31.dvb?v=0 3/4 1/10/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/TX31.dvb?v=0 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 https://www.wdol .gov/wdol/scafi I es/davi sbacon/TX31.dvb?v=0 4/4 1/10/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/TX40.dvb?v=0 General Decision Number: TX170040 01/06/2017 TX40 Superseded General Decision Number: TX20160040 State: Texas Construction Type: Highway Counties: Aransas, Calhoun, Goliad, Nueces and San Patricio Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any 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 $10.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2017 * SUTX2011-010 08/08/2011 Rates CEMENT MASON/CONCRETE FINISHER (Paving & Structures)...$ 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 Mechanic $ 17.00 Motor Grader, Fine Grade$ 17.74 Motor Grader, Rough $ 16.85 Fringes https://www.wdol .gov/wdol/scafi I es/davi sbacon/TX40.dvb?v=0 1/4 1/10/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/TX40.dvb?v=0 TRUCK DRIVER Lowboy -Float $ 16.62 Single Axle $ 11.61 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing https://www.wdol.gov/wdol/scafiles/davisbacon/TX40.dvb?v=0 2/4 1/10/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/TX40.dvb?v=0 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: https://www.wdol .gov/wdol/scafi I es/davi sbacon/TX40.dvb?v=0 3/4 1/10/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/TX40.dvb?v=0 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 A https://www.wdol.gov/wdol/scafiles/davisbacon/TX40.dvb?v=0 4/4 00 72 03 MINORITY / MBE / DBE PARTICIPATION POLICY ARTICLE 1— PARTICIPATION POLICY 1.01 POLICY A. It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women, and Minority Business Enterprises (MBE) to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 1.02 DEFINITIONS A. Prime Contractor: Any person, firm, partnership, corporation, association, or joint venture as herein provided which has been awarded a City contract. B. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials, or any combination of the foregoing under contract with a prime contractor on a City contract. C. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned: a. For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. b. For an enterprise doing business as a partnership, at least 51 percent of the assets or interest in the partnership property must be owned by one or more minority person(s). c. For an enterprise doing business as a corporation, at least 51 percent of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled: a. The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments: a. Minority partners, proprietors, or stockholders of the business enterprise, must be entitled to receive 51 percent or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. Minority / MBE / DBE Participation Policy S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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: Ajoint 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 Note to Specifier: A. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: City of Corpus Christi, Texas HDR Engineering, Inc. ARTICLE 4 — COMMENCEMENT AND PROGRESS OF THE WORK SC -4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 54 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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. Subsurface Exploration and Pavement Recommendations for the Proposed South Alameda Street — Ayers to Louisiana (Bond 2012) City of Corpus Christi Project No. E12091 Corpus Christi, TX, RETL Job No. — G112249, Rock Engineering and Testing Laboratory, Inc., March 27, 2013. 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. Delete Paragraph 5.06 entirely and insert the following: "5.06 Hazardous Environmental Conditions at Site A. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner." ARTICLE 7 — CONTRACTOR'S RESPONSIBILITIES SC -7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: "The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." END OF SECTION Supplementary Conditions S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 007300-2 11-25-2013 01 11 00 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. 1.02 DESCRIPTION OF WORK A. Work is described in general, non-inclusive terms as: 1. The Alameda St project, from Ayers Street to Louisiana Ave, consists of construction of approximately 2,720 linear feet of Arterial Roadway, including approximately 23,900 square feet of new sidewalks and 451 square yards of new ADA curb ramps , 9,200 square feet of cycle tracks, 3,900 linear feet of various sized new water lines, 900 linear feet of various sized new wastewater lines, 3,000 various sized cured -in- place pipes, 1,600 linear feet of various sized storm water lines with new manholes and inlets, street signage, pavement markings and traffic signal systems; Base Bid 1 includes approximately 14,800 square yards of new portland cement concrete pavement, approximately 4,300 linear feet of concrete curb; including all appurtenances and associated work in accordance with the plans, specifications, and contract documents including all appurtenances and associated work in accordance with the plans, specifications, and contract documents; Base Bid 2 includes approximately 13,700 square yards of new asphaltic concrete pavement, and 4,300 linear foot of concrete curb and gutter. 1.03 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling and completion: 1. Staples Street from Alameda Street to Morgan Avenue Bond 2014 (Project No. E13094) 2. Ayers Street from Staples to Ocean Drive Bond 2014 B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his Proposal on the most expensive listing. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. Summary of Work S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 011100-1 Rev 01-13-2016 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. Replacement of 4" gas lines or greater. B. Completion of the Work described in this Contract may impact the construction of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.05 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work S. Alameda Street from Ayers Street to Louisiana Bond 2012 I Project No. E12091 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 31 00 PROJECT MANAGEMENT AND COORDINATION. b. Cost for labor and equipment for installation and finishing. c. Cost for related products not specifically listed in the allowance required for installation, including consumable supplies and materials. d. All overhead, profit, and related costs. 4. Assist Owner in the selection of products. a. Identify qualified Suppliers. b. Obtain bids from qualified Suppliers. c. Present available alternates to the Owner through the OAR. Notify OAR of: 1) Any objections to a particular Supplier or product. Alternates and Allowances S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 012310-1 11-25-2013 2) Effect on the Construction Schedule anticipated by the selection of each option. 3) Cost of each option. 5. Upon selection of the product: a. Purchase and install the product. b. Contractor's responsibilities for products shall be the same as for products selected by the Contractor. 6. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to adjust Contract Price if the net cost of the product is more or less than the specified amount. a. Adjust the unit cost applied to the quantities installed per the method of payment described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for products specified as Unit Price Work. b. Do not perform Work until selection of alternate has been approved by the Owner. c. Provide actual invoices for the materials. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 1.03 DESCRIPTION OF ALTERNATES (NONE) 1.04 DESCRIPTION OF ALLOWANCES A. Allowance A - Exploratory Excavations: 1. The sum of $10,000.00 upon City approval, Item 1-A9, 2-A10 can be utilized by a Contractor to investigate potential underground conflicts associated with utilities. A spot excavation shall not exceed a 10 ft x 10 ft area. B. Allowance B - Unanticipated Roadway Improvements: 1. The sum of $30,000.00 upon City approval, item 1-B35, 2-B31 can be used for unanticipated roadway work not included in the plans. C. Allowance E — Drainage Improvements: 1. The sum of $25,000.00 upon City approval, item 1-E24, 2-E24 can be used for unanticipated work not included in the plans. D. Allowance F - Unanticipated Water Improvements: 1. The sum of $25,000.00 upon City approval, item 1-F31, 2-F31 can be used for unanticipated work not included in the plans. E. Allowance G - Unanticipated Waste Water Improvements: Alternates and Allowances S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 012310-2 11-25-2013 1. The sum of $25,000.00 upon City approval, item 1-G20, 2-G20 can be used for unanticipated work not included in the plans. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 012310-3 11-25-2013 01 29 00 APPLICATION FOR PAYMENT PROCEDURES 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the General Conditions, the Supplementary Conditions, the Agreement, and this Section. The Contract Price is to include costs for: 1. Providing the Work in accordance with the Contract Documents; 2. Installing Owner furnished equipment and materials; 3. Providing Work for Alternates and Allowances; 4. Commissioning, start-up, training and initial maintenance and operation; 5. Acceptance testing in manufacturer's facilities or on Site; 6. All home office overhead costs and expenses, including profit made directly or indirectly for the Project; 7. Project management, Contract administration, field office, and field operations staff, including supervision, clerical support, and technology system support; 8. Professional services including design fees, legal fees, and other professional services; 9. Bonds and insurance; 10. Permits, licenses, patent fees, and royalties; 11. Taxes; 12. Providing all documents and Samples required by the Contract Documents; 13. Facilities and equipment at the Site including: a. Field offices, office furnishings, and all related office supplies, software, and equipment, b. Storage facilities for Contractor's use, storage facilities for stored materials and equipment, including spare parts storage, c. Shops, physical plant, construction equipment, small tools, vehicles, technology and telecommunications equipment, d. Safety equipment and facilities to provide safe access and working conditions for workers and for others working at the Site, e. Temporary facilities for power and communications, f. Potable water and sanitation facilities, and g. Mobilization and demobilization for all of these facilities and equipment; 14. Products, materials, and equipment stored at the Site or other suitable location; 15. Products, materials, and equipment permanently incorporated into the Project; Application for Payment Procedures S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 012900-1 03-11-2015 16. Temporary facilities for managing water, including facilities for pumping, storage, and treatment as required for construction and protection of the environment; 17. Temporary facilities for managing environment conditions and Constituents of Concern; 18. Temporary facilities such as sheeting, shoring, bracing, formwork, embankments, storage facilities, working areas, and other facilities required for construction of the Project; 19. Temporary and permanent facilities for protection of all overhead, surface, or underground structures or features; 20. Temporary and permanent facilities for removal, relocation, or replacement of any overhead, surface, or underground structures or features; 21. Products, materials, and equipment consumed during the construction of the Project; 22. Contractor labor and supervision to complete the Project, including that provided through Subcontractors or Suppliers; 23. Correcting Defective Work during the Contract Times, during the Correction Period, or as required to meet any warranty provision of the Contract Documents; 24. Risk associated with weather and environmental conditions, start-up, and initial operation of facilities including equipment, processes, and systems; 25. Contractor's safety programs, including management, administration, and training; 26. Maintenance of facilities, including equipment, processes, and systems until operation is transferred to Owner; 27. Providing warranties, extended or special warranties, or extended service agreements; 28. Cleanup and disposal of any and all surplus materials; and 29. Demobilization of all physical, temporary facilities not incorporated into the Project. B. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price. C. Provide written approval of the surety company providing Bonds for the Schedule of Values, Application for Payment form, and method of payment prior to submitting the first Application for Payment. Submit approval using the Consent of Surety Company to Payment Procedures form provided. Payment will not be made without this approval. D. OAR may withhold processing Applications for Payment if any of the following processes or documentation are not up to date: 1. Progress Schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 2. Project photographs per SECTION 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 3. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. 4. Documentation required to comply with Owner's Minority / MBE / DBE Participation Policy. Application for Payment Procedures S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 012900-2 03-11-2015 1.02 SCHEDULE OF VALUES A. Submit a detailed Schedule of Values for the Work at least 10 days prior to submitting the first Application for Payment. B. Submit the Schedule of Values in the form for Attachment A - Tabulation of Earned Value of Original Contract Performed. C. Do not submit an Application for Payment until the Schedule of Values has been approved by the OAR. D. Use each unit price line item in the Agreement as a unit price line item in the Schedule of Values. E. Divide lump sum line items, including Subcontractor and Supplier amounts in the Schedule of Values into smaller components to allow more accurate determination of the earned value for each item. 1. Provide adequate detail to allow a more accurate determination of the earned value expressed as a percentage of Work completed for each item. 2. Line items may not exceed $50,000.00, unless they are for products, materials, or equipment permanently incorporated into the Project that cannot be subdivided into units or subassemblies. 3. Lump sum items may be divided into an estimated number of units to determine earned value. a. The estimated number of units times the cost per unit must equal the lump sum amount for that line item. b. Contractor will receive payment for the lump sum for the line item, regardless of the number of units installed, unless an adjustment is made by Change Order. 4. Include Contractor's overhead and profit in each line item in proportion to the value of the line item to the Contract Price. 5. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price for each item. 6. These line items may be used to establish the value of Work to be added or deleted from the Project. 7. The sum of all values listed in the schedule must equal the total Contract Price. F. Subdivide each line item in the Schedule of Values into two payment components. The first component is the direct cost for products, materials, and equipment permanently incorporated into the Project. The second component is all other cost associated with the item in the Agreement. The sum of the two components must equal the value of the line item in the Schedule of Values. G. Where a percentage of the line value is allowed for a specified stage of completion, show the value for each stage of completion as a component of that line item cost. Application for Payment Procedures S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 012900-3 03-11-2015 1.03 SCHEDULE OF ANTICIPATED PAYMENTS AND EARNED VALUE A. Submit a schedule of the anticipated Application for Payments showing the application numbers, submission dates, and the anticipated amount to be requested. Incorporate retainage into the development of this schedule of anticipated payments. B. Submit a tabulation of the anticipated Total Earned Value of Fees, Work, and Materials to create a graphic (curve) representation of the anticipated progress on the Project each month. Adjust this table and curve to incorporate Modifications. Use this curve to compare actual progress on the Project each month by comparing the anticipated cumulative Total Earned Value of Fees, Work, and Materials to the actual Total Earned Value of Fees, Work, and Materials each month. Use the comparison of values to determine performance on budget and schedule. C. Update the Schedule of Payments as necessary to provide a reasonably accurate indication of the funds required to make payments each month to the Contractor for Work performed. 1.04 BASIS FOR PAYMENTS A. Lump Sum Contracts: 1. Payment will be made for the earned value of Work completed during the payment period expressed as a percentage of Work completed for each line item during the payment period per the Contract Documents. 2. Payment amount is the value of Work completed per the Contract Documents multiplied by the percentage of Work completed. 3. Payment for lump sum items divided into an estimated number of units to determine earned value per Paragraph 1.02.E.3 will be made for the measured number of units. 4. Payment for stored materials and equipment will be made per Paragraph 1.05. B. Unit Price Contracts: 1. Payment will be made for the actual quantity of Work completed during the payment period and for materials and equipment stored during the payment period per the Contract Documents. a. Payment amount is the Work quantity measured per the Contract Documents multiplied by the unit prices for that line item in the Agreement. b. Payment for stored materials and equipment will be made per Paragraph 1.05. 2. Measure the Work described in the Agreement for payment. Payment will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. 1.05 PAYMENT FOR STORED MATERIALS AND EQUIPMENT. A. Store materials and equipment properly at the Site. Application for Payment Procedures S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 012900-4 03-11-2015 1. Payment will be made for the invoice amount less the specified retainage. 2. Payment for materials and equipment show in the Application for Payment on Attachment A or Attachment B - Tabulation of Work on Approved Contract Modifications will be made for the invoice amount, up to the value show in the Schedule of Values for that line item. Costs for material and equipment in excess of the value shown in the Schedule of Values may not be added to other line items. 3. Payment will be made in full for the value shown in the line item for products and materials if invoices for materials and equipment are less than the amount shown in the line item and it can be demonstrated that no additional materials or equipment are required to complete Work described in that item. 4. Provide invoices at the time materials are included on Attachment D - Tabulation of Values for Materials and Equipment. Include invoice numbers on Attachment D so that a comparison can be made between invoices and amounts included on Attachment D. B. Provide a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of Liens. Provide documentation of payment for materials and equipment with the next Application for Payment. Adjust payment to the amount actually paid if this differs from the invoice amount. Remove items from the tabulation of materials and equipment if this documentation is not provided. Payment will not be made for material and equipment without documentation of payment. C. Contractors can be paid for non-perishable materials on hand stored at the site, provided that invoices are furnished to the City for verification of the material value; and provide documents, satisfactory to the City, that show that the material supplier has been paid for the materials delivered to the work site. D. Provide evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner's interest. E. The Work covered by progress payments becomes the property of the Owner at the time of payment. The Contractor's obligations with regard to proper care and maintenance, insurance, and other requirements are not changed by this transfer of ownership until accepted in accordance with the General Conditions. F. Payment for materials and equipment does not constitute acceptance of the product. 1.06 ALTERNATES AND ALLOWANCES A. Include amounts for specified Alternate Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. B. Include amounts for specified Allowances for Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. 1.07 RETAINAGE AND SET -OFFS A. Retainage will be withheld from each Application for Payment per the Agreement. Retainage will be released per the General Conditions. Application for Payment Procedures S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. [12091 012900-5 03-11-2015 B. Reduce payments for set -offs per the General Conditions. Include Attachment C — Tabulation of Set -Offs in the Application for Payment. 1.08 PROCEDURES FOR SUBMITTING AN APPLICATION FOR PAYMENT A. Submit a draft Application for Payment to the OAR each month at least 20 days before the date established in the Agreement for Owner to make progress payments. Do not submit Applications for Payment more often than monthly. Review the draft Application for Payment with the OAR to determine concurrence with: 1. The earned value for each lump sum item including the value of properly stored and documented materials and equipment for each item in the original Contract. 2. The quantity of Work completed for each unit price item. 3. Set -offs included in the Application for Payment. 4. Values requested for materials and equipment consistent with invoices for materials and equipment. B. Submit Applications for Payment monthly through the OAR after agreement has been reached on the draft Application for Payment. 1. Number each application sequentially and include the dates for the application period. 2. Show the total amounts for earned value of original Contract performed, earned value for Work on approved Contract Amendments and Change Orders, retainage, and set- offs. Show total amounts that correspond to totals indicated on the attached tabulation for each. 3. Include Attachment A to show the earned value on each line item in the Schedule of Values for Work shown in the original Contract. 4. Include Attachment B to show the earned value on line item for approved Change Orders. Add items to Attachment B as Change Orders are approved. Change Orders must be approved before payment can be made on Change Order items. 5. Include Attachment C to document set -offs required per the Contract Documents. Show each set-off as it is applied. Show a corresponding line item to reduce the Set off amount if a payment held by a set-off is released for payment. 6. Include Attachment D to allow tracking of invoices used to support amounts requested as materials in Attachments A and B. Enter materials to show the amount of the invoice assigned to each item in Attachment A or B if an invoice includes materials used on several line items. 7. Complete the certification stating that all Work, including materials and equipment, covered by this Application for Payment have been completed or delivered and stored in accordance with the Contract Documents, that all amounts have been paid for Work, materials, and equipment for which previous payments have been made by the Owner, and that the current payment amount shown in this Application for Payment is now due. Application for Payment Procedures S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 012900-6 03-11-2015 C. Submit attachments in Portable Document Format (PDF): 1. Generate attachments to the Application for Payment using the Excel spreadsheet provided. 2. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. 1.09 RESPONSIBILITY OF OWNER'S AUTHORIZED REPRESENTATIVE A. OAR will review draft Application for Payment with Contractor to reach an agreement on the values that will be recommended for payment by the OAR. B. OAR will review Application for Payment submitted by Contractor to determine that the Application for Payment has been properly submitted and is in accordance with the agreed to draft Application for Payment. C. OAR is to either recommend payment of the Application for Payment to Owner or notify the Contractor of the OPT's reasons for not recommending payment. Contractor may make necessary corrections and resubmit the Application for Payment if it is not recommended within 10 days after receipt of the notice. OAR will review resubmitted Application for Payment and reject or recommend payment of the Application for Payment to Owner as appropriate. D. OAR's recommendation of the Application for Payment constitutes a representation by OPT that based on their experience and the information available: 1. The Work has progressed to the point indicated; 2. The quality of the Work is generally in accordance with the Contract Documents; and 3. Requirements prerequisite to payment have been met. E. This representation is subject to: 1. Further evaluation of the Work as a functioning whole; 2. The results of subsequent tests called for in the Contract Documents; or 3. Any other qualifications stated in the recommendation. F. OPT does not represent by recommending payment: 1. Inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work; or 2. Other matters or issues between the parties that might entitle Contractor to additional compensation or entitle Owner to withhold payment to Contractor may or may not exist. G. Neither OPT's review of Contractor's Work for the purposes of recommending payments nor OAR's recommendation of payment imposes responsibility on OPT: 1. To supervise, direct, or control the Work; Application for Payment Procedures S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 012900-7 03-11-2015 2. For the means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs; 3. For Contractor's failure to comply with Laws and Regulations applicable to Contractor's performance of the Work; 4. To make examinations to ascertain how or for what purposes Contractor has used the monies paid on account of the Contract Price; or 5. To determine that title to the Work, materials, or equipment has passed to Owner free and clear of Liens. 1.10 FINAL APPLICATION FOR PAYMENT A. Include adjustments to the Contract Price in the final Application for Payment for: 1. Approved Change Orders and Contract Amendments, 2. Allowances not previously adjusted by Change Order, 3. Deductions for Defective Work that has been accepted by the Owner, 4. Penalties and bonuses, 5. Deductions for liquidated damages, 6. Deduction for all final set -offs, and 7. Other adjustments if needed. B. OAR will prepare a final Change Order reflecting the approved adjustments to the Contract Price which have not been covered by previously approved Change Orders and if necessary reconcile estimate unit price quantities with actual quantities. C. Submit the final Application for Payment per the General Conditions, including the final Change Order. Provide the following with the Final Application for Payment: 1. Evidence of payment or release of liens on the forms provided and as required by the General Conditions. 2. Consent from Surety to Final Payment. 1.11 PAYMENT BY OWNER A. Owner is to pay the amount recommended for monthly payments within 30 days after receipt of the OAR's recommended Application for Payment. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Application for Payment Procedures S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 012900-8 03-11-2015 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Base Bid Item 1 -Al and 2 -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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 012901-1 Rev 01-13-2016 2. Measuring for payment is on a lump sum basis. Payment for mobilization will be based on the earned value of Work completed. B. Bid Item 1-A2 and 2-A2, TCP Items (Signs, Barricades, Channelizing devices, etc): 1. The basis and measurement for payment for Bid Items 1-A2 and 2-A2 shall be as described in specification 02 58 02. C. Bid Item 1-A3 and 2-A3, TCP Plan and Prep: 1. This bid item covers the cost incurred by the Contractor to develop an approved revised or new traffic control plan for the project. All costs for meetings with the City, land owners, and stakeholders are incidental to this bid form. 2. This bid item will be measured by each submittal approved by the City. D. Bid Item 1-A4 and 2-A4, TCP Mobilization/ Adjustments: 1. This bid item includes the cost for mobilizing all equipment, materials, and labor covered under specification 02 58 02 including removal of all said items. Any significant adjustments to signs, barricades, channelizing devices, pavement markings and markers, and signals are included in the cost of this bid item. A significant adjustment is determined in the opinion of the City as a deviation greater than 50% from the traffic control plan shown in the contract documents. 2. This bid item is measured by the each for a mobilization, demobilization, and significant adjustment. E. Bid Item 1-A5 and 2-A5, Traffic Control Plan (TCP): 1. The Contractor shall provide a flagger for the school within the project limits. The flaggers shall be on duty during drop-off and pick-up of students at the school. Furthermore, the Contractor shall leave an ADA accessible sidewalk route open on at least one side of the street at all times. The basis and measurement of payment for the other Bid Items shall be described in specification sections and/or the Bid Form. Measurement and Basis for Payment S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 012901-2 Rev 01-13-2016 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATES AND ALLOWANCES A. The Lump Sum Bid Items described as 1 -All, 2-Al2, 1-B35, 2-B32, 1-E24, 2-E24, 1-F31, 2- F31, 1-G20 and 2-G20 has been set as noted and shall be included in the Total Base Bid for each bidder. This Allowance may be used at the Owner's discretion should an unanticipated adjustment of a utility, unknown structure, or similar situation warrant the use of the Allowance funds. Should the use of funds from the Allowance become necessary, the Owner will provide written authorization at a cost negotiated between the City and the Contractor. There is no guarantee that any of these funds will need to be used throughout the course of the work. The Contractor shall insert the figure noted in the Base Bid in the Bid Form. This item shall be used for unforeseen circumstances. Payment shall be negotiated for each circumstance, using unit prices in the Bid Form when applicable. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 01 57 00 TEMPORARY CONTROLS. 1.02 QUALITY ASSURANCE A. Employ competent workmen, skilled in the occupation for which they are employed. Provide Work meeting quality requirements of the Contract Documents. B. Remove Defective Work from the Site immediately unless provisions have been made and approved by the OPT to allow repair of the product at the Site. Clearly mark Work as Defective until it is removed or allowable repairs have been completed. 1.03 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 1. Provide copies of Supplier's printed storage instructions prior to furnishing materials or products and installation instructions prior to beginning the installation. 2. Incorporate field notes, sketches, recordings, and computations made by the Contractor in Record Drawings. 1.04 PERMITS A. Obtain building permits for the Project from the local authorities having jurisdiction. Pay building permit fees and include this cost in the Contract Price. B. Obtain environmental permits required for construction at the Site. C. Provide required permits for transporting heavy or oversized loads. D. Provide other permits required to conduct any part of the Work. E. Arrange for inspections and certification by agencies having jurisdiction over the Work. F. Make arrangements with private utility companies and pay for fees associated with obtaining services, or for inspection fees. G. Retain copies of permits and licenses at the Site and observe and comply with all regulations and conditions of the permit or license. Project Management and Coordination S. Alameda Street from Ayers Street to Louisiana Bond 2012 I Project No. E12091 013100-1 Rev 01-13-2016 1.05 SAFETY REQUIREMENTS A. Manage safety to protect the safety and welfare of persons at the Site. B. Provide safe access to move through the Site. Provide protective devices to warn and protect from hazards at the Site. C. Provide safe access for those performing tests and inspections. D. Comply with latest provisions of the Occupational Health and Safety Administration and other Laws and Regulation. E. Cooperate with accident investigations. Provide two copies of all reports, including insurance company reports, prepared concerning accidents, injury, or death related to the Project to the OAR as Record Data per SECTION 01 33 03 RECORD DATA. 1.06 ACCESS TO THE SITE A. Maintain access to the facilities at all times. Do not obstruct roads, pedestrian walks, or access to the various buildings, structures, stairways, or entrances. Provide safe access for normal operations during construction. B. Provide adequate and safe access for inspections. Leave ladders, bridges, scaffolding, and protective equipment in place until inspections have been completed. Construct additional safe access if required for inspections. C. Use roadways for construction traffic only with written approval of the appropriate representatives of each entity. Roadways may not be approved for construction traffic. Obtain written approval to use roads to deliver heavy or oversized loads to the Site. Furnish copies of the written approvals to the Owner as Record Data per SECTION 01 33 03 RECORD DATA. 1.07 CONTRACTOR'S USE OF SITE A. Limit the use of Site for Work and storage to those areas designated on the Drawings or approved by the OAR. Coordinate the use of the premises with the OAR. B. Provide security at the Site as necessary to protect against vandalism and loss by theft. C. Do not permit alcoholic beverages or illegal substances on the Site. Do not allow persons under the influence of alcoholic beverages or illegal substances to enter or remain on the Site at any time. Persons on Site under the influence of alcoholic beverages or illegal substances will be permanently prohibited from returning to the Site. Criminal or civil penalties may also apply. D. Park construction equipment in designated areas only and provide spill control measures as discussed in SECTION 01 57 00 TEMPORARY CONTROLS. E. Park employees' vehicles in designated areas only. F. Obtain written permission of the Owner before entering privately -owned land outside of the Owner's property, rights-of-way, or easements. G. Do not allow the use of audio devices, obnoxious, vulgar or abusive language, or sexual harassment in any form. These actions will cause immediate and permanent removal of the offender from the premises. Criminal or civil penalties may apply. Project Management and Coordination S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 01 35 00 SPECIAL PROCEDURES. Coordinate Work with local utility company and others for the relocation or replacement. C. Protect buildings, utilities, street surfaces, driveways, sidewalks, curb and gutter, fences, wells, drainage structures, piping, valves, manholes, electrical conduits, and other systems or structures unless they are shown to be replaced or relocated on the Drawings. Restore damaged items to the satisfaction of the OPT and utility owner. D. Carefully support and protect all structures and/or utilities so that there will be no failure or settlement where excavation or demolition endangers adjacent structures and utilities. Do not take existing utilities out of service unless required by the Contract Documents or approved by the OAR. Notify and cooperate with the utility owner if it is necessary to move services, poles, guy wires, pipelines, or other obstructions. E. Protect existing trees and landscaping at the Site. 1. Identify trees that may be removed during construction with OPT. 2. Mark trees to be removed with paint. 3. Protect trees to remain from damage by wrapping trunks with 2 x 4 timbers around the perimeter, securely wired in place, where machinery must operate around existing trees. Protect branches and limbs from damage by equipment. 4. Protect root zone from compaction. 1.09 PRE -CONSTRUCTION EXPLORATORY EXCAVATIONS A. 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 013100-3 Rev 01-13-2016 C. Prepare a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES indicating the owner of pipelines excavated and surveyed and all pertinent survey data, including the station where lines cross or conflicts may exist and the distance to the pavement centerline and elevations of the top of existing pipelines. D. Do not perform Work on the Project until all exploratory excavations have been completed and the Plan of Action has been approved by the Designer. E. Include the cost for these pre -construction exploratory excavations in in the lump sum Bid Item for Exploratory Excavation. Pavement repairs associated with exploratory excavations will be paid for at the unit prices for pavement repair. 1.10 DISRUPTION TO SERVICES / CONTINUED OPERATIONS A. Existing facilities are to continue in service as usual during the construction unless noted otherwise. Owner or utilities must be able to operate and maintain the facilities. Keep disruptions to existing utilities, piping, process piping, or electrical services to a minimum. 1. Do not restrict access to critical valves or operators. 2. Limit operations to the minimum amount of space needed to complete the specified Work. 3. Maintain storm sewers and sanitary sewers in service at all times. Provide temporary service around the construction or otherwise construct the structure in a manner that the flow is not restricted. B. Provide a Plan of Action in accordance with SECTION 01 35 00 SPECIAL PROCEDURES if facilities must be taken out of operation. 1.11 FIELD MEASUREMENTS A. Perform complete field measurements prior to purchasing products or beginning construction for products required to fit existing conditions. B. Verify property lines, control lines, grades, and levels indicated on the Drawings. C. Check Shop Drawings and indicate the actual dimensions available where products are to be installed. D. Include field measurements in Record Drawings as required in SECTION 01 31 13 PROJECT COORDINATION. 1.12 REFERENCE DATA AND CONTROL POINTS A. The OPT will provide the following control points: 1. Base line or grid reference points for horizontal control. 2. Benchmarks for vertical control. B. Locate and protect control points prior to starting the Work and preserve permanent reference points during construction. Designated control points may be on an existing structure or monument. Do not change or relocate points without prior approval of the OAR. Notify OAR when the reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. Project Management and Coordination S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 HDR Engineering, Inc. 361-696-3300 Anthony Gavlik 361-696-3346 Traffic Engineering 361-826-3547 Project Management and Coordination S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 013100-8 Rev 01-13-2016 Public Agencies/Contacts Phone Number Police Department 361-882-2600 Water/ Wastewater/ Stormwater 361-826-1800 (361-826-1818 after hours) Gas Department 361-885-6900 (361-885-6942 after hours) 361-885-5999 (Dispatch after hours) Parks & Recreation Department 361-826-3461 Street Department 361-826-1875 City Street Div. for Traffic Signals 361-826-1610 Solid Waste & Brush 361-826-1973 MIS Department (City Fiber) 361-826-3740 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 254-379-4400 Time Warner Communications Crown Castle Communications 1-888-632-0931 Century Tel 361-883-3000 Windstream Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-886-9005 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Management and Coordination S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 013100-9 Rev 01-13-2016 01 31 13 PROJECT COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Administer Contract requirements to construct the Project. Provide documentation per the requirements of this Section. Provide information as requested by the OPT. 1.02 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Use the forms provided for Contract administration, applications for payment, document submittals, documentation of test results, equipment installation and documentation, and Project closeout. A digital copy of the required forms will be provided to the Contractor before or at the pre -construction conference. 1.03 COMMUNICATION DURING THE PROJECT A. The OAR is to be the first point of contact for all parties on matters concerning this Project. B. The Designer will coordinate correspondence concerning: 1. Documents, including Applications for Payment. 2. Clarification and interpretation of the Contract Documents. 3. Contract Modifications. 4. Observation of Work and testing. 5. Claims. C. The OAR will normally communicate only with the Contractor. Any required communication with Subcontractors or Suppliers will only be with the direct involvement of the Contractor. D. Direct written communications to the OAR at the address indicated at the pre -construction conference. Include the following with communications as a minimum: 1. Name of the Owner. 2. Project name. 3. Contract title. 4. Project number. 5. Date. 6. A reference statement. E. Submit communications on the forms referenced in this Section or in SECTION 01 33 00 DOCUMENT MANAGEMENT. Project Coordination S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 013113-1 11-25-2013 1.04 PROJECT MEETINGS A. Pre -Construction Conference: 1. Attend a pre -construction conference. 2. The location of the conference will be determined by the OAR. 3. The time of the meeting will be determined by the OAR but will be after the Notice of Award is issued and not later than 15 days after the Notice to Proceed is issued. 4. The OPT, Contractor's project manager and superintendent, representatives of utility companies, and representatives from major Subcontractors and Suppliers may attend the conference. 5. Provide and be prepared to discuss: a. Preliminary construction schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. b. Schedule of Values and anticipated Schedule of Payments per SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. c. List of Subcontractors and Suppliers. d. Contractor's organizational chart as it relates to this Project. e. Letter indicating the agents of authority for the Contractor and the limit of that authority with respect to the execution of legal documents, Contract Modifications, and payment requests. B. Progress Meetings: 1. Attend meetings with the OAR and Owner. a. Meet on a monthly basis or as requested by the OAR to discuss the Project. b. Meet at the Site or other location as designated by the OAR. c. Contractor's superintendent and other key personnel are to attend the meeting. Other individuals may be requested to attend to discuss specific matters. d. Notify the OAR of any specific items to be discussed a minimum of 1 week prior to the meeting. 2. Provide information as requested by the OAR or Owner concerning this Project. Prepare to discuss: a. Status of overall Project schedule. b. Contractor's detailed schedule for the next month. c. Anticipated delivery dates for equipment. d. Coordination with the Owner. e. Status of documents. f. Information or clarification of the Contract Documents. g. Claims and proposed Modifications to the Contract. Project Coordination S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 013113-2 11-25-2013 h. Field observations, problems, or conflicts. i. Maintenance of quality standards. 3. OAR will prepare minutes of meetings. Review the minutes of the meeting and notify the OAR of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in the minutes of the following meeting or as an attachment to the minutes. C. Pre- Submittal and Pre -Installation Meetings: 1. Conduct pre -submittal and pre -installation meetings as required in the individual technical Specifications or as determined necessary by the OAR (for example, instrumentation, roofing, concrete mix design, etc.). 2. Set the time and location of the meetings when ready to proceed with the associated Work. Submit a Notification by Contractor in accordance with Paragraph 1.07 for the meeting 2 weeks before the meeting. OPT must approve of the proposed time and location. 3. Attend the meeting and require the participation of appropriate Subcontractors and Suppliers in the meeting. 4. Prepare minutes of the meeting and submit to the OPT for review. OPT will review the minutes of the meeting and notify the Contractor of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in a revised set of meeting minutes. 1.05 REQUESTS FOR INFORMATION A. Submit Request for Information (RFI) to the Designer to obtain additional information or clarification of the Contract Documents. 1. Submit a separate RFI for each item on the form provided. 2. Attach adequate information to permit a written response without further clarification. Designer will return requests that do not have adequate information to the Contractor for additional information. Contractor is responsible for all delays resulting from multiple document submittals due to inadequate information. 3. A response will be made when adequate information is provided. Response will be made on the RFI form or in attached information. B. Response to an RFI is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. C. Designer will initiate a Request for a Change Proposal (RCP) per SECTION 01 31 14 CHANGE MANAGEMENT if the RFI indicates that a Contract Modification is required. D. Use the Project Issues Log to document decisions made at meetings and actions to be taken in accordance with Paragraph 1.06. E. Use the Action Item Log to document assignments for actions to be taken in accordance with Paragraph 1.06. Project Coordination S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 I Project No. E12091 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 013113-6 11-25-2013 01 31 14 CHANGE MANAGEMENT 1.00 GENERAL 1.01 REQUESTS FOR CHANGE PROPOSAL A. Designer will initiate Modifications by issuing a Request for a Change Proposal (RCP). 1. Designer will prepare a description of proposed Modifications. 2. Designer will issue the Request for a Change Proposal form to Contractor. A number will be assigned to the Request for a Change Proposal when issued. 3. Return a Change Proposal in accordance with Paragraph 1.02 to the Designer for evaluation by the OPT. 1.02 CHANGE PROPOSALS A. Submit a Change Proposal (CP) to the Designer for Contractor initiated changes in the Contract Documents or in response to a Request for Change Proposal. 1. Use the Change Proposal form provided. 2. Assign a number to the Change Proposal when issued. 3. Include with the Change Proposal: a. A complete description of the proposed Modification if Contractor initiated or proposed changes to the OPT's description of the proposed Modification. b. The reason the Modification is requested, if not in response to a Request for a Change Proposal. c. A detailed breakdown of the cost of the change if the Modification requires a change in Contract Price. The itemized breakdown is to include: 1) List of materials and equipment to be installed; 2) Man hours for labor by classification; 3) Equipment used in construction; 4) Consumable supplies, fuels, and materials; 5) Royalties and patent fees; 6) Bonds and insurance; 7) Overhead and profit; 8) Field office costs; 9) Home office cost; and 10) Other items of cost. d. Provide the level of detail outline in the paragraph above for each Subcontractor or Supplier actually performing the Work if Work is to be provided by a Subcontractor or Supplier. Indicate appropriate Contractor mark-ups for Work Change Management S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 013114-1 11-25-2013 provided through Subcontractors and Suppliers. Provide the level of detail outline in the paragraph above for self -performed Work. e. Submit Change Proposals that comply with Article 13 of the General Conditions for Cost of Work. f. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the Designer to request a Field Order. C. A Change Proposal is required for all substitutions or deviations from the Contract Documents. D. Request changes to products in accordance with SECTION 01 33 02 SHOP DRAWINGS. 1.03 DESIGNER WILL EVALUATE THE REQUEST FOR A MODIFICATION. A. Designer will issue a Modification per the General Conditions if the Change Proposal is acceptable to the Owner. Designer will issue a Change Order or Contract Amendment for any changes in Contract Price or Contract Times. 1. Change Orders and Contract Amendments will be sent to the Contractor for execution with a copy to the Owner recommending approval. A Work Change Directive may be issued if Work needs to progress before the Change Order or Contract Amendment can be authorized by the Owner. 2. Work Change Directives, Change Orders, and Contract Amendments can only be approved by the Owner. a. Work performed on the Change Proposal prior to receiving a Work Change Directive or approval of the Change Order or Contract Amendment is performed at the Contractor's risk. b. No payment will be made for Work on Change Orders or Contract Amendments until approved by the Owner. B. The Contractor may be informed that the Request for a Change Proposal is not approved and construction is to proceed in accordance with the Contract Documents. 1.04 EQUAL NON SPECIFIED PRODUCTS A. The products of the listed Suppliers are to be furnished where Specifications list several manufacturers but do not specifically list "or equal" or "or approved equal" products. Use of any products other than those specifically listed is a substitution. Follow the procedures in Paragraph 1.05 for a substitution. B. Contractor may submit other manufacturers' products that are in full compliance with the Specification where Specifications list one or more manufacturers followed by the phase "or equal" or "or approved equal." 1. Submit a Shop Drawing as required by SECTION 01 33 02 SHOP DRAWINGS to document that the proposed product is equal or superior to the specified product. 2. Prove that the product is equal. It is not the OPT's responsibility to prove the product is not equal. Change Management S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 013114-2 11-25-2013 a. Indicate on a point by point basis for each specified feature that the product is equal to the Contract Document requirements. b. Make a direct comparison with the specified manufacturer's published data sheets and available information. Provide this printed material with the Shop Drawing. c. The decision of the Designer regarding the acceptability of the proposed product is final. 3. Provide a typewritten certification that, in furnishing the proposed product as an equal, the Contractor: a. Has thoroughly examined the proposed product and has determined that it is equal or superior in all respects to the product specified. b. Has determined that the product will perform in the same manner and result in the same process as the specified product. c. Will provide the same warranties and/or bonds as for the product specified. d. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the product into the construction and will waive all claims for additional Work which may be necessary to incorporate the product into the Project which may subsequently become apparent. e. Will maintain the same time schedule as for the specified product. 4. A Change Proposal is not required for any product that is in full compliance with the Contract Documents. If the product is not in full compliance, it may be offered as a Substitution. 1.05 SUBSTITUTIONS A. Substitutions are defined as any product that the Contractor proposes to provide for the Project in lieu of the specified product. Submit a Change Proposal per Paragraph 1.02 along with a Shop Drawing as required by SECTION 01 33 02 SHOP DRAWINGS to request approval of a substitution. B. Prove that the product is acceptable as a substitute. It is not the Designer's responsibility to prove the product is not acceptable as a substitute. 1. Indicate on a point by point basis for each specified feature that the product is acceptable to meet the intent of the Contract Documents requirements. 2. Make a direct comparison with the specified Suppliers published data sheets and available information. Provide this printed material with the documents submitted. 3. The decision of the Designer regarding the acceptability of the proposed substitute product is final. C. Provide a written certification that, in making the substitution request, the Contractor: 1. Has determined that the substituted product will perform in substantially the same manner and result in the same ability to meet the specified performance as the specified product. Change Management S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 013114-3 11-25-2013 2. Will provide the same warranties and/or bonds for the substituted product as specified or as would be provided by the manufacturer of the specified product. 3. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the substituted product into the Project and will waive all claims for additional Work which may be necessary to incorporate the substituted product into the Project which may subsequently become apparent. 4. Will maintain the same time schedule as for the specified product. D. Pay for review of substitutions in accordance with SECTION 01 33 02 SHOP DRAWINGS. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Change Management S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 013300-2 11-25-2013 Prefix Description Originator SCH Schedule of Progress Contractor 2. Issue sequence numbers in chronological order for each type of document. 3. Issue numbers for resubmittals that have the same number as the original document followed by an alphabetical suffix indicating the number of times the same document has been sent to the Designer for processing. For example: SD 025 A represents Shop Drawing number 25 and the letter "A" designates that this is the second time this document has been sent for review. 4. Clearly note the document number on each page or sheet of the document. 5. Correct assignment of numbers is essential since different document types are processed in different ways. B. Include reference the Drawing number and/or Specification Section, detail designation, schedule, or location that corresponds with the data on the document transmittal forms. Other identification may also be required, such as layout drawings or schedules to allow the reviewer to determine where a particular product is to be used. 1.06 DOCUMENT REQUIREMENTS A. Furnish documents as indicated below or in individual Specification Sections. Submit documents per the procedures described in the Contract Documents. B. Submit documents per the Specification Section shown in the following table: Document Type Specification Section Application for Payment 01 29 00 Change Proposal 01 31 14 Certified Test Report 01 33 02 for approval of product 0140 00 to demonstrate compliance Notification by Contractor 01 31 13 Photographic Documentation 01 33 05 Progress Schedules 01 33 04 Record Data 01 33 03 Request for Information 01 31 13 Shop Drawing 01 33 02 Schedule of Values 01 29 00 Substitutions 01 31 14 Suppliers and Subcontractors 01 31 13 and 01 33 03 Document Management S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 013300-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Document Management S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 013300-4 11-25-2013 0133 01 Submittal Register Specification Section Specification Description Paragraph No. Types of Submittals Required Product Information Sample or Mockup Operations Data 01 31 13 CONTRACTOR'S RECORD DOCUMENTS 1.08 Record Data 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION VARIOUS Record Data 02 52 23 CRUSHED LIMESTONE FLEXIBLE BASE 3 Record Data Sample 02 54 04 ASPHALTS, OILS AND EMULSIONS 2 Record Data 02 54 24 HOT MIX ASPHALTIC CONCRETE PAVEMENT (Class A) 3.1 Record Data 02 56 10 CONCRETE CURB AND GUTTER 2. Record Data 02 56 12 CONCRETE SIDEWALK AND DRIVEWAYS 2. Record Data 02 56 14 CONCRETE CURB RAMPS 2. Record Data 02 56 20 PORTLAND CEMENT CONCRETE PAVEMENT 2.(1) Record Data 02 56 20 PORTLAND CEMENT CONCRETE PAVEMENT 5 Record Data 02 58 50 RETROREFLECTORIZED PAVEMENT MARKINGS 2. Record Data 02 58 51 RAISED PAVEMENT MARKERS Record Data 02 62 06 DUCTILE IRON PIPE AND FITTINGS VARIOUS Record Data 02 62 10 POLYVINYL CHLORIDE PIPE VARIOUS Record Data 02 62 14 GROUTING ABANDONED UTILITY LINES 2.A. Record Data 02 64 04 WATER SERVICE LINES VARIOUS Record Data 02 64 09 TAPPING SLEEVES AND TAPPING VALVES 2. Record Data 02 64 11 GATE VALVES FOR WATERLINES 2. Record Data 02 64 11 GATE VALVES FOR WATERLINES 2.(8) Shop Drawing 02 64 16 FIRE HYDRANTS 2. Record Data 02 72 00 CONTROL OF WASTEWATER FLOWS(TEMPORARY 1.2.B Shop Drawing 02 72 05 FIBERGLASS MANHOLES 3. Record Data 02 74 02 REINFORCED CONCRETE PIPE CULVERTS 2. Record Data 02 74 04 CONCRETE BOX CULVERTS 2. Record Data 02 76 02 GRAVITY WASTEWATER LINES 2.A. Record Data 02 76 06 WASTEWATER SERVICE LINES 2. Record Data 02 76 11 CLEANING AND TELEVISED INSPECTION OF CONDUITS 4.1 Record Data 02 76 14 CURED-IN-PLACE-PIPE(CIPP) FOR REHABILITATION OF GRAVITY WASTEWATER LINE 4.4 Record Data 02 80 40 SODDING 2. Record Data 03 20 20 REINFORCING STEEL 2. Record Data 05 54 20 FRAMES, GRATES, RINGS AND COVERS 2. Shop Drawing Submittal Register S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 01 33 01-1 07-03-2014 01 33 02 SHOP DRAWINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection, or installation of the product without additional detailed information from the Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the OPT to: 1. Record the products incorporated into the Project for the Owner; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and 3. Allow the Designer to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Shop Drawings, Samples, or mockups. Contract modifications can only be approved by Change Order or Field Order. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Shop Drawings not meeting these criteria will be rejected. B. Demonstrate that the proposed products are in full and complete compliance with the design criteria and requirements of the Contract Documents, or will be if deviations requested per Paragraph 1.10 are approved. C. Furnish and install products that fully comply with the information included in the document submittal. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description 02 64 11 Gate Valves for Waterlines 02 72 00 Control of Wastewater Flows (Temporary Bypass Pumping Systems) 05 54 20 Frames, Grates, Rings and Covers B. Include Shop Drawings in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT to indicate the Shop Drawings to be submitted, the dates on which documents are to be sent to the Designer for review and proposed dates that the product will be incorporated into the Project. Shop Drawings S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E 12091 013302-1 11-25-2013 C. Incorporate the dates for processing Shop Drawings into the Progress Schedule required by SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 1. Submit Shop Drawings in accordance with the schedule so construction of the Project is not delayed. 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 Shop Drawings S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E 12091 013302-2 11-25-2013 attention on an attached Shop Drawing Deviation Request form in accordance with Paragraph 1.10. G. Fabrication or installation of any products prior to the approval of Shop Drawings is done at the Contractor's risk. Defective products may be rejected at the Owner's option. 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 Shop Drawings S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E 12091 013302-3 11-25-2013 the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Shop Drawing. 2. Certification of Local Field Service (CLS): A certified letter stating that field service is available from a factory or supplier approved service organization located within a 300 mile radius of the Site. List names, addresses, and telephone numbers of approved service organizations on or attach it to the certificate. 3. Certification of Adequacy of Design (CAD): A certified letter from the manufacturer of the equipment stating that they have designed the equipment to be structurally stable and to withstand all imposed loads without deformation, failure, or adverse effects to the performance and operational requirements of the unit. The letter shall state that mechanical and electrical equipment is adequately sized to be fully operational for the conditions specified or normally encountered by the product's intended use. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Shop Drawing. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 SHOP DRAWING SUBMITTAL PROCEDURES A. Submit Shop Drawings through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Shop Drawing submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Shop Drawing submittal form is to be the first document in the file submitted. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. Shop Drawings S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E 12091 013302-4 11-25-2013 e. Submit color PDF documents where color is required to interpret the Shop Drawing. Submit Samples and color charts per Paragraph 1.08.A. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. 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. Shop Drawings S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E 12091 013302-5 11-25-2013 4. Make comments in the color orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Include explanatory comments in the Shop Drawing Deviation Request form. 5. Mark dimensions with the prefix FD to indicate field verified dimensions on the Shop Drawings. C. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. D. Designate a Shop Drawing as requiring priority treatment in the comment section of the Shop Drawing submittal form to place the review of the Shop Drawing ahead of other Shop Drawings previously delivered. Shop Drawings are typically reviewed in the order received, unless Contractor requests that a different priority be assigned. Priority Shop Drawings will be reviewed before other Shop Drawings for this Project already received but not yet reviewed. Use of this priority designation for Shop Drawings may delay the review of Shop Drawings previously submitted, pushing the processing of Shop Drawings beyond the 14 day target. Contractor is responsible for delays resulting from the use of the priority designation status on Shop Drawings. E. Complete the certification required by Paragraph 1.03. 1.08 SAMPLE AND MOCKUP SUBMITTAL PROCEDURES A. Submit color charts and Samples for every product requiring color, texture, or finish selection. 1. Submit color charts and Samples only after Shop Drawings for the products have been approved. 2. Deliver all color charts and Samples at one time. 3. Provide Samples of adequate size to clearly illustrate the functional characteristics of the product, with integrally related parts and attachment devices. 4. Indicate the full range of color, texture, and patterns. 5. Deliver color charts and Samples to the field office and store for the duration of the Project 6. Notify the Designer that color charts and Samples have been delivered for approval using the Notification by Contractor form. 7. Submit color charts and Samples not less than 30 days prior to when these products are to be ordered or released for fabrication to comply with the Project schedule. 8. Remove Samples that have been rejected. Submit new Samples following the same process as for the initial Sample until Samples are approved. 9. Dispose of Samples when related Work has been completed and approved and disposal is approved by the Designer. At Owner's option, Samples will become the property of the Owner. Shop Drawings S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E 12091 013302-6 11-25-2013 B. Construct mockups for comparison with the Work being performed. 1. Construct mockups from the actual products to be used in construction per detailed Specification Sections. 2. Construct mockups of the size and in the area indicated in the Contract Documents. 3. Construct mockups complete with texture and finish to represent the finished product. 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. Shop Drawings S. Alameda Street from Ayers Street to Louisiana Bond 2012 I Project No. E 12091 013302-7 11-25-2013 2. Designer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. 3. Designer's review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. B. Comments will be made on items called to the attention of the Designer for review and comment. Any marks made by the Designer do not constitute a blanket review of the document submittal or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. 1. Designer will respond to Contractor's markups by either making markups directly in the Shop Drawings file using the color green or by attaching a Document Review Comments form with review comments. 2. Shop Drawings that are reviewed will be returned with one or more of the following status designations: a. Approved: Shop Drawing is found to be acceptable as submitted. b. Approved as Noted: Shop Drawing is Approved so long as corrections or notations made by Designer are incorporated into the Show Drawing. c. Not Approved: Shop Drawing or products described are not acceptable. 3. Shop Drawing will also be designated for one of the following actions: a. Final distribution: Shop Drawing is acceptable without further action and has been filed as a record document. b. Shop Drawing not required: A Shop Drawing was not required by the Contract Documents. Resubmit the document per SECTION 01 33 03 RECORD DATA. c. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. d. Revise and resubmit: Shop Drawing has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. e. Resubmit with corrections made: Shop Drawing is "Approved as Noted," but has significant markups. Make correction and notations to provide a revised document with markup incorporated into the original document so that no markups are required. f. Returned without review due to excessive deficiencies: Document does not meet the requirement of the Specifications for presentation or content to the point where continuing to review the document would be counterproductive to the review process or clearly does not meet the requirements of the Contract Documents. Revise the Shop Drawing to comply with the requirements of this Section and resubmit. Shop Drawings S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E 12091 013302-8 11-25-2013 g. Actions a through c will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Actions d through f require follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked "Approved as Noted" and "Resubmit with corrections made." These drawings are to be revised to provide a clean record of the Shop Drawing. Proceed with ordering products as the documents are revised. 5. Dimensions or other data that does not appear to conform to the Contract Documents will be marked as "At Variance With" (AVW) the Contract Documents or other information provided. The Contractor is to make revisions as appropriate to comply with the Contract Documents. C. Bring deviations to the Shop Drawings to the attention of the Designer for approval by using the Shop Drawing Deviation Request form. Use a single line for each requested deviation so the Status and Action for each deviation can be determined for that requested deviation. If approval or rejection of a requested deviation will impact other requested deviations, then all related deviations should be included in that requested deviation line so the status and action can be determined on the requested deviation as a whole. D. Requested deviations will be reviewed as possible Modification to the Contract Documents. 1. A Requested deviation will be rejected as "Not Approved" if the requested deviation is unacceptable. Contractor is to revise and resubmit the Shop Drawing with corrections for approval. 2. A Field Order will be issued by the Designer for deviations approved by the Designer if the requested deviation is acceptable and if the requested deviation will not result in a change in Contract Price or Contract Times. Requested deviations from the Contract Documents may only be approved by Field Order. 3. A requested deviation will be rejected if the requested deviation is acceptable but the requested deviation will or should result in a change in Contract Price or Contract Times. Submit any requested deviation that requires as change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. E. Contractor is to resubmit the Shop Drawing until it is acceptable and marked Approved or Approved as Noted and is assigned an action per Paragraph 1.10.B that indicates that the Shop Drawing process is closed. F. Information that is submitted as a Shop Drawings that should be submitted as Record Data or other type of document, or is not required may be returned without review, or may be deleted. No further action is required and the Shop Drawing process for this document will be closed. 1.11 RESUBMISSION REQUIREMENTS A. Make all corrections or changes in the documents required by the Designer and resubmit to the Designer until approved. 1. Revise initial drawings or data and resubmit as specified for the original document. Shop Drawings S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E 12091 013302-9 11-25-2013 2. Highlight or cloud in green those revisions which have been made in response to the previous reviews by the Designer. This will include changes previously highlighted or clouded in yellow to direct attention to Designer to items requiring selections or decisions by the Designer or highlighted or clouded in orange for a requested deviation from the Contract Documents. 3. Highlight and cloud new items in yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E 12091 01 33 02 - 10 11-25-2013 01 33 03 RECORD DATA 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Record Data as required by the Contract Documents and as reasonably requested by the OPT. Provide Record Data for all products unless a Shop Drawing is required for the same item. B. Submit Record Data to provide documents that allow the Owner to: 1. Record the products incorporated into the Project for the Owner; 2. Review detailed information about the products regarding their fabrication, installation, commissioning, and testing; and 3. Provide replacement or repair of the products at some future date. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the receipt or cursory review of Record Data. Contract modifications can only be approved by Change Order or Field Order. D. Provide various reports or other documents that Contract Documents required be submitted for record purposes. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Record Data not meeting these criteria will be rejected. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description 01 31 13 Contractor's Record Documents 01 33 05 Video And Photographic Documentation 02 52 23 Crushed Limestone Flexible Base 02 54 04 Asphalts, Oils And Emulsions 02 54 24 Hot Mix Asphaltic Concrete Pavement (Class A) 02 56 10 Concrete Curb And Gutter 02 56 12 Concrete Sidewalk And Driveways 02 56 14 Concrete Curb Ramps 02 56 20 Portland Cement Concrete Pavement 02 58 50 Retroreflectorized Pavement Markings 02 58 51 Raised Pavement Markers 02 62 06 Ductile Iron Pipe And Fittings Record Data S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 013303-1 11-25-2013 Specification Section Record Data Description 02 62 10 Polyvinyl Chloride Pipe 02 62 14 Grouting Abandoned Utility Lines 02 64 04 Water Service Lines 02 64 09 Tapping Sleeves And Tapping Valves 02 64 11 Gate Valves For Waterlines 02 64 16 Fire Hydrants 02 72 05 Fiberglass Manholes 02 74 02 Reinforced Concrete Pipe Culverts 02 74 02 Concrete Box Culverts 02 74 04 Gravity Wastewater Lines 02 76 02 Wastewater Service Lines 02 76 11 Cleaning And Televised Inspection Of Conduits 02 76 14 Cured-In-Place-Pipe(Cipp) For Rehabilitation Of Gravity Wastewater Line 02 80 40 Sodding 03 20 20 Reinforcing Steel B. Include Record Data in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT to indicate the Record Data to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that the product will be incorporated into the Project. C. Complete the following before submitting Record Data: 1. Prepare Record Data and coordinate with Shop Drawings or Samples, other Record Data, and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 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; Record Data S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 013303-2 11-25-2013 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 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 Record Data S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 013303-3 11-25-2013 the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 RECORD DATA SUBMITTAL PROCEDURES A. Submit Record Data through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Record Data submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Record Data submittal form is to be the first document in the file. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Record Data. f. g. h. 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. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. i. Add footers to each document with the Project name. 3. Submit each specific product, class of material, or product separately so these can be tracked and processed independently. Do not submit Record Data for more than one system in the same Record Data. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Record Data. a. Use terms and symbols in Record Data consistent with the Contract Drawings. Record Data S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 013303-4 11-25-2013 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: 1. File Record Data as received if the cursory review indicates that the document meets the requirements of Paragraph 1.02. Document will be given the status of "Filed as Received" and not further action is required on that Record Data. 2. Reject the Record Data for one of the following reasons: a. The document submittal requirements of the Contract Documents indicate that the document submitted as Record Data should have been submitted as a Shop Drawing. The Record Data will be marked "Rejected" and "Submit Shop Drawing." No further action is required on this document as Record Data and the Record Data process will be closed. Resubmit the document as a Shop Drawing per SECTION 01 33 02 SHOP DRAWINGS. Record Data S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 013303-5 11-25-2013 b. The cursory review indicates that the document does not meet the requirements of Paragraph 1.02. The Record Data will be marked "Rejected" and "Revise and Resubmit." Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." When Record Data is filed, no further action is required and the Record Data process will be closed. c. The Record Data is not required by the Contract Documents nor is applicable to the Project. The Record Data will be marked "Rejected" and "Cancel - Not Required." No further action is required and the Record Data process will be closed. C. Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Record Data S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 013303-6 11-25-2013 01 33 04 CONSTRUCTION PROGRESS SCHEDULE 1.00 GENERAL 1.01 REQUIREMENTS A. Prepare and submit a Progress Schedule for the Work and update the schedule on a monthly basis for the duration of the Project. B. Provide schedule in adequate detail to allow Owner to monitor progress and to relate document processing to sequential activities of the Work. C. Incorporate and specifically designate the dates of anticipated submission of documents and the dates when documents must be returned to the Contractor into the schedule. D. Assume complete responsibility for maintaining the progress of the Work per the schedule submitted. E. Take the requirements of SECTION 01 35 00 SPECIAL PROCEDURES into consideration when preparing schedule. 1.02 DOCUMENT SUBMITTAL A. Submit Progress Schedules in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Submit a preliminary schedule within 10 days after the Notice of Award. The schedule is to be available at the pre -construction conference. C. Submit a detailed schedule at least 10 days prior to the first payment request. D. Submit Progress Schedules updates monthly with Applications for Payment to indicate the progress made on the Project to that date. Failure to submit the schedule may cause delay in the review and approval of Applications for Payment. 1.03 SCHEDULE REQUIREMENTS A. Schedule is to be in adequate detail to: 1. Assure adequate planning, scheduling, and reporting during the execution of the Work; 2. Assure the coordination of the Work of the Contractor and the various Subcontractors and Suppliers; 3. Assist in monitoring the progress of the Work; and 4. Assist in evaluating proposed changes to the Contract Times and Project schedule. B. Provide personnel with 5 years' minimum experience in scheduling construction work comparable to this Project. Prepare the schedule using acceptable scheduling software. C. Provide the schedule in the form of a computer generated critical path schedule which includes Work to be performed on the Project. It is intended that the schedule accomplish the following: 1. Give early warning of delays in time for correction. Construction Progress Schedule S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. [12091 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 Construction Progress Schedule S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 013304-2 11-25-2013 documents and for time lost when documents are submitted for products that do not meet Specification requirements. 1.04 SCHEDULE REVISIONS A. Revise the schedule if it appears that the schedule no longer represents the actual progress of the Work. 1. Submit a written report if the schedule indicates that the Project is more than 30 days behind schedule. The report is to include: a. Number of days behind schedule; b. Narrative description of the steps to be taken to bring the Project back on schedule; and c. Anticipated time required to bring the Project back on schedule. 2. Submit a revised schedule indicating the action that the Contractor proposes to take to bring the Project back on schedule. B. Revise the schedule to indicate any adjustments in Contract Times approved by Modification. 1. Include a revised schedule with Change Proposals if a change in Contract Times is requested. 2. OPT will deem any Change Proposal that does not have a revised schedule and request for a change in Contract Times as having no impact on the ability of the Contractor to complete the Project within the Contract Times. C. Updating the Project schedule to reflect actual progress is not considered a revision to the Project schedule. D. Applications for Payment may not be recommended for payment without a revised schedule and if required, the report indicating the Contractor's plan for bringing the Project back on schedule. 1.05 FLOAT TIME A. Define float time as the amount of time between the earliest start date and the latest start date of a chain of activities on the construction schedule. B. Float time is not for the exclusive use or benefit of either the Contractor or Owner. C. Where several subsystems each have a critical path, the subsystem with the longest time of completion is the critical path and float time is to be assigned to other subsystems. D. Contract Times cannot be changed by the submission of a schedule. Contract Times can only be modified by a Change Order or Contract Amendment. E. Schedule completion date must be the same as the Contract completion date. Time between the end of construction and the Contract completion date is float time. Construction Progress Schedule S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 013304-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Construction Progress Schedule S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 013304-4 11-25-2013 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION 1.00 GENERAL 1.01 WORK INCLUDED A. Provide a video recording of the Site prior to the beginning of construction. 1. Record the condition of all existing facilities in or abutting the construction area (right- of-way) including but not limited to streets, curb and gutter, utilities, driveways, fencing, landscaping, etc. 2. Record after construction staking is complete but prior to any clearing. 3. Provide one copy of the recording, dated and labeled to the OAR before the start of construction. Provide additional recording as directed by the OAR if the recording provided is not considered suitable for the purpose of recording pre-existing conditions. B. Furnish an adequate number of photographs of the Site to clearly depict the completed Project. 1. Provide a minimum of ten different views. 2. Photograph a panoramic view of the entire Site. 3. Photograph all significant areas of completed construction. 4. Completion photographs are not to be taken until all construction trailers, excess materials, trash, and debris have been removed. 5. Employ a professional photographer approved by the OAR to photograph the Project. 6. Provide one aerial photograph of the Site from an angle and height to include the entire Site while providing adequate detail. C. All photographs, video recordings, and a digital copy of this media are to become the property of the Owner. Photographs or recordings may not be used for publication, or public or private display without the written consent of the Owner. 1.02 QUALITY ASSURANCE A. Provide clear photographs and recordings taken with proper exposure. View photographs and recordings in the field and take new photographs or recordings immediately if photos of an adequate print quality cannot be produced or video quality is not adequate. Provide photographs with adequate quality and resolution to permit enlargements. 1.03 DOCUMENT SUBMITTAL A. Submit photographic documentation as Record Data in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Submit two DVDs of the video recording as Record Data in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. Video and Photographic Documentation S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 013305-1 11-25-2013 2.00 PRODUCTS 2.01 PHOTOGRAPHS A. Provide photographs in digital format with a minimum resolution of 1280 x 960, accomplished without a digital zoom. B. Take photographs at locations acceptable to the OAR. C. Provide two color prints of each photograph and a digital copy on a DVD of each photograph taken. D. Identify each print on back with: 1. Project name. 2. Date, time, location, and orientation of the exposure. 3. Description of the subject of photograph. E. Submit photograph in clear plastic sheets designed for photographs. Place only one photograph in each sheet to allow the description on the back to be read without removing the photograph. F. Final photographs are to include two 8 -by -10 -inch glossy color prints for each of ten photographs selected by the OAR. These photographs are in addition to normal prints. 2.02 VIDEO RECORDING A. Provide digital format on DVD that can be played with Windows Media Player in common format in full screen mode. B. Identify Project on video by audio or visual means. C. Video file size should not exceed 400 MB. D. Video resolution shall be 1080p. E. The quality of the video must be sufficient to determine the existing conditions of the construction area. Camera panning must be performed while at rest, do not pan the camera while walking or driving. Camera pans should be performed at intervals sufficient to clearly view the entire construction area. F. DVD shall be labeled with construction stationing and stationing should be called out, voice recorded, in the video. G. The entire construction area recording shall be submitted at once. Sections submitted separately will not be accepted. 3.00 EXECUTION (NOT USED) END OF SECTION Video and Photographic Documentation S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 013305-2 11-25-2013 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Perform the Work as required to complete the entire Project within the Contract Times and in the sequence stipulated below: 1. As noted in the construction sequence notes of the plans. B. Work shall be completed within the specified time for these items: C. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. D. Perform the Work not specifically described in this Section as required to complete the entire Project within the Contract Times. 1.02 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Pipelines or wastewater systems, 4. Communications equipment, and 5. Other designated functions. B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; 6. Plan of Action to handle emergencies; 7. List of manpower, equipment, and ancillary supplies; 8. Backups for key pieces of equipment and key personnel; 9. Contingency plan that will be used if the original schedule cannot be met; and C. Submit plan 2 weeks prior to beginning the Work. Special Procedures S. Alameda Street from Ayers Street to Louisiana Bond 2012 I Project No. E12091 013500-1 11-25-2013 1.03 CRITICAL OPERATIONS A. The Owner has identified critical operations that must not be out of service longer than the designated maximum time out of service and/or must be performed only during the designated times. These have been identified in the table below: Critical Operation Max. Time Out of Operation Hours Operation can be Shut Down Liquidated Damages ($ per hour) B. Submit a written plan of action per Paragraph 1.02 for approval for critical operations. C. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner's normal operations have been restored. D. Provide additional manpower and equipment as required to complete the Work affecting critical operations within the allotted time. E. Liquidated damages will be assessed if Work on critical operations is not completed within the time indicated. 1. These items are critical to the operation of the existing distribution system. 2. Loss of operation of the existing distribution system can subject the Owner to loss of revenue, additional operations cost, and fines from regulatory agencies. 3. Liquidated damages have been established for each critical operation. F. Designated Critical Operations are described in more detail as follows: N/A 1.04 OWNER ASSISTANCE A. The Owner will assist the Contractor in draining the existing pipelines as much as possible through existing blow -off valves. The Contractor will be responsible for providing dewatering pumps, etc. required to completely dewater the facilities and handle any leakage past closed valves, gates or adjacent structures. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 013500-2 11-25-2013 0140 00 QUALITY MANAGEMENT 1.00 GENERAL 1.01 CONTRACTOR'S RESPONSIBILITIES A. Review the OPT's Quality Management Program and prepare and submit the Contractor's Quality Control Plan. B. Implement the Contractor's Quality Control Plan to control the quality of the Work and verify that the Work meets the standards of quality established in the Contract Documents. 1. Inspect products to be incorporated into the Project. Ensure that Suppliers have adequate quality control systems to ensure that products that comply with the Contract Documents are provided. 2. Integrate quality control measures into construction activities to produce Work which meets quality expectations of the Contract Documents. Inspect the Work of the Contractor, Subcontractors, and Suppliers. Correct Defective Work. 3. Provide and pay for the services of an approved professional materials testing laboratory acceptable to the OPT to provide testing that demonstrates that products proposed in Shop Drawings and Record Data for the Project fully comply with the Contract Documents. 4. Provide facilities, equipment, and Samples required for quality control inspections and tests: a. Give the OAR adequate notice before proceeding with Work that would interfere with inspections or testing; b. Notify the OAR and testing laboratories prior to the time that testing is required, providing adequate lead time to allow arrangements for inspections or testing to be made; c. Do not proceed with any Work that would impact the ability to correct defects or Work that would require subsequent removal to correct defects until testing services have been performed and results of tests indicate that the Work is acceptable; d. Cooperate fully with the performance of sampling, inspection, and testing; e. Provide personnel to assist with sampling or to assist in making inspections and field tests; f. Obtain and handle Samples for testing at the Site or at the production source of the product to be tested; g. Provide adequate quantities of representative products to be tested to the laboratory at the designated locations; h. Provide facilities required to store and cure test Samples; i. Provide calibrated scales and measuring devices for the OPT's use in performing inspections and testing; Quality Management S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 014000-3 11-25-2013 Documents and why it does not comply. Submit these test reports as part of a Shop Drawings submitted per SECTION 01 33 02 SHOP DRAWINGS. 4. Provide Certified Test Reports for inspection and testing required in this Section and in other Specification Sections. Provide reports to indicate that Work complies with the Contract Documents or indicate that Work does not comply with the Contract Documents they are not in compliance and why it does not comply. Submit these test reports on forms provided per SECTION 01 33 00 DOCUMENT MANAGEMENT. 1.05 STANDARDS A. Provide testing laboratories that comply with the American Council of Independent Laboratories (ACIL) "Recommended Requirements for Independent Laboratory Qualifications." B. Perform testing per recognized test procedures as listed in the various Sections of the Specifications, standards of the State Department of Highways and Public Transportation, American Society of Testing Materials (ASTM), or other testing associations. Perform tests in accordance with published procedures for testing issued by these organizations. 1.06 DELIVERY AND STORAGE A. Handle and protect test specimens of products and construction materials at the Site in accordance with recognized test procedures. Provide facilities for storing, curing, processing test specimens as required by test standard to maintain the integrity of Samples. 1.07 VERIFICATION TESTING FOR CORRECTED DEFECTS A. Provide verification testing on Work performed to correct Defective Work to demonstrate that the Work is now in compliance with the Contract Documents. Document that Defective Work has been corrected and verify that the OAR closes the item in the Defective Work Register. B. Pay for verification testing. OPT may perform verification testing as part of their Quality Management Program and impose a Set-off to recover the cost for this testing. C. Conduct the same tests or inspections used to determine that the original Work was Defective. Different tests or methods may be used if approved by the OPT. 1.08 TEST REPORTS A. Certified Test Reports are to be prepared for all tests. 1. Tests performed by testing laboratories may be submitted on their standard test report forms if acceptable to the OPT. These reports must include the following: a. Name of the Owner, Project title and number and Contractor; b. Name of the laboratory, address, and telephone number; c. Name and signature of the laboratory personnel performing the test; d. Description of the product being sampled or tested; Quality Management S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. [12091 014000-4 11-25-2013 e. Date and time of sampling, inspection, and testing; f. Date the report was issued; g. Description of the test performed; h. Weather conditions and temperature at time of test or sampling; i. Location at the Site or structure where the test was taken; j. Standard or test procedure used in making the test; k. A description of the results of the test; I. Statement of compliance or non-compliance with the Contract Documents; and m. Interpretations of test results, if appropriate. 2. Submit reports on tests performed by Contractor, Subcontractors or Suppliers on the forms provided by the OAR. 3. OPT will prepare test reports on test performed by the OPT. B. Send test report to Designer within 24 hours of completing the test. Flag tests reports with results that do not comply with Contract Documents for immediate attention. C. Payment for Work may be withheld until test reports indicate that the Work is not Defective. 1.09 DEFECTIVE WORK A. Immediately correct any Defective Work or notify the OAR why the Work is not to be corrected immediately and when corrective action will be completed. B. No payment will be made for Defective Work. Remove Work from the Application for Payment if Work paid for on a previous Application for Payment is found to be Defective. 1.10 LIMITATION OF AUTHORITY OF THE TESTING LABORATORY A. The testing laboratory representatives are limited to providing testing services and interpreting the results of the test performed. B. The testing laboratory is not authorized to: 1. Alter the requirements of the Contract Documents; 2. Accept or reject any portion of the Work; 3. Perform any of the duties of the Contractor; or 4. Direct or stop the Work. 1.11 QUALITY CONTROL PLAN A. Submit the Contractor's Quality Control Plan for approval as a Shop Drawing per SECTION 01 33 02 SHOP DRAWINGS. Use Contractor's Quality Control Plan Checklist provided to review the document before submitting and include a copy of the completed checklist with the Contractor's Quality Control Plan. Do not begin Work until the Contractor's Quality Control Plan is approved. Submit an interim plan covering only the portion of Work to be Quality Management S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 014000-5 11-25-2013 performed if the Contractor plans to begin Work prior to submitting the Contractor's Quality Control Plan for the Project. Do not begin Work on other parts of the Project until the Contractor's Quality Control Plan is approved or another interim plan covering the additional Work to be started is approved. B. Provide a Contractor's Quality Control Plan that incorporates construction operations at both the Site and production Work at remote locations and includes Work by Subcontractors and Suppliers. The Contractor's Quality Control Plan is to include: 1. A description of the quality control organization, including an organization chart showing lines of authority to control the quality of Work; 2. Documentation describing name, qualifications (in resume format), duties, responsibilities, and level of authority of the Quality Control Manager; 3. The name, qualifications (in resume format), duties, responsibilities, and authorities of other persons assigned a quality control function; 4. Procedures for scheduling, reviewing, certifying, and managing documentation, including documentation provided by Subcontractors and Suppliers; 5. Control, verification, and acceptance testing procedures for each specific test. Include: a. Name of tests to be performed, b. Specification paragraph requiring test, c. Parameters of Work to be tested, d. Test frequency, e. Persons responsible for each test, and f. Applicable industry testing standards and laboratory facilities to be used for the test; 6. Integrate the OPT quality assurance testing into the Contractor's Quality Control Plan, specifically identifying the tests or inspections in Paragraph 1.11.B.5 that will be provided by the OPT as part of their Quality Management Program; 7. Procedures for tracking and documenting quality management efforts. 8. Procedures for tracking Defective Work from initial identification through acceptable corrective action. Indicate how documentation of the verification process for deficiencies will be made. 9. Reporting procedures which incorporate the use of forms provided by the OAR. 10. The name of the proposed testing laboratories along with documentation of qualifications per Paragraph 1.04. C. The Quality Control Manager must have authority to reject Defective Work and redirect the efforts of the Contractor's Team to prevent or correct Defective Work. D. Notify the Designer of any changes to the Contractor's Quality Control Plan or quality control personnel. Quality Management S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 014000-7 11-25-2013 2. Work Phase: Complete this phase after the Planning Phase: a. Notify the OAR at least 24 hours in advance of beginning the Work and discuss the review of the planning effort to indicate that requirements have been met. b. Check the Work to ensure that it is in full compliance with the Contract Documents. c. Verify adequacy of controls to ensure full compliance with Contract Documents. Verify required control inspection and testing is performed. d. Verify that established levels of workmanship meet acceptable workmanship standards. Compare with required Sample panels as appropriate. e. Repeat the Work phase for each new crew to work on-site, or any time acceptable specified quality standards are not being met. 3. Follow-up Phase: Perform daily checks to assure control activities, including control testing, are providing continued compliance with contract requirements: a. Make checks daily and record observations in the quality control documentation. b. Conduct follow-up checks and correct all deficiencies prior to the start of additional Work tasks that may be affected by the Defective Work. Do not build upon nor conceal Defective Work. c. Conduct a review of the Work one month prior to the expiration of the correction period prescribed in the General Conditions with the OPT. Correct defects as noted during the review. C. Conduct additional planning and Work phases if: 1. The quality of on-going Work is unacceptable; 2. Changes are made in applicable quality control staff, on-site production supervision or crews; 3. Work on a task is resumed after a substantial period of inactivity; or 4. Other quality problems develop. END OF SECTION Quality Management S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 015000-1 11-25-2013 3. Prevent freezing of pipes, flooding, or the contamination of water. 4. Maintain Site security and protection of the facilities. 1.05 OPTIONS A. Construction offices may be prefabricated buildings on skids or mobile trailers. B. Storage sheds may be prefabricated buildings on skids or truck trailers. 2.00 PRODUCTS 2.01 TEMPORARY FIELD OFFICES A. The Contractor must furnish the OPT with a field office at the Site. The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30 inches by 60 inches and two chairs. The Contractor shall move the field office on the Site as required by the OAR. The field office must be furnished with a telephone (with 24-hour per day answering service) and fax machine paid for by the Contractor. There is no separate pay item for the field office. B. Furnish a field office of adequate size for Contractor's use. Provide conference room space for a minimum of 15 people. C. Other trades may provide their own offices only when space is available at the Site, and the OPT agrees to its size, condition, and location. D. No monthly partial payments will be processed until OPT's field office facilities are completed and approved. 2.02 TEMPORARY STORAGE BUILDINGS A. Furnish storage buildings of adequate size to store any materials or equipment delivered to the Site that might be affected by weather. 2.03 TEMPORARY SANITARY FACILITIES A. Provide sanitary facilities at the Site from the commencement of the Project until Project conclusion. Maintain these facilities in a clean and sanitary condition at all times, and comply with the requirements of the local health authority. On large sites, provide portable toilets at such locations that no point in the Site shall be more than 600 feet from a toilet. B. Use these sanitary facilities. Do not use restrooms within existing or Owner -occupied buildings. 2.04 TEMPORARY HEAT A. Provide heating devices needed to protect buildings during construction. Provide fuel needed to operate the heating devices and attend the heating devices at all times they are in operation, including overnight operations. Temporary Facilities and Controls S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 015000-4 11-25-2013 01 57 00 TEMPORARY CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment, and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. B. Construct temporary impounding works, channels, diversions, furnishing and operation of pumps, installing piping and fittings, and other construction for control of conditions at the Site. Remove temporary controls at the end of the Project. C. Provide a Storm Water Pollution Prevention Plan (SWPPP) as required by Texas Pollutant Discharge Elimination System (TPDES) General Permit No. TXR150000 for stormwater discharges from construction activities. Comply with all requirements of the Texas Commission on Environmental Quality (TCEQ) and Laws and Regulations. File required legal notices and obtain required permits prior to beginning any construction activity. D. Provide labor, materials, equipment, and incidentals necessary to prevent stormwater pollution for the duration of the Project. Provide and maintain erosion and sediment control structures as required to preventive sediment and other pollutants from the Site from entering any stormwater system including open channels. Remove pollution control structures when no longer required to prevent stormwater pollution. 1.02 QUALITY ASSURANCE A. Construct and maintain temporary controls with adequate workmanship using durable materials to provide effective environmental management systems meeting the requirements of the Contract Documents and Laws and Regulations. Use materials that require minimal maintenance to prevent disruption of construction activities while providing adequate protection of the environment. B. Periodically inspect systems to determine that they are meeting the requirements of the Contract Documents. 1.03 DOCUMENT SUBMITTAL A. Provide documents requiring approval by the OPT as Shop Drawings in accordance with SECTION 01 33 02 SHOP DRAWINGS. B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Record Data in accordance with SECTION 01 33 03 RECORD DATA. 1.04 STANDARDS A. Provide a SWPPP that complies with all requirements of TPDES General Permit No. TXR150000 and any other applicable Laws and Regulations. B. Perform Work to comply with the City of Corpus Christi Code of Ordinances, Part III, Chapter 14, Article X - titled "STORM WATER QUALITY MANAGEMENT PLANS" and any other applicable Laws and Regulations. Temporary Controls S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 (NOT APPLICABLE.) A. An allowance will be included in the Bid for the unanticipated disposal of contaminated groundwater. This allowance may not be needed but is provided in case contaminated groundwater is encountered during the course of the Project and does not meet the water quality requirements for discharge into the storm water or wastewater systems. This allowance includes all materials, tools, equipment, labor, transportation, hauling, coordination, and proper disposal of the contaminated water at an approved landfill, deep water injection well, or other site as agreed to by the Designer. Suggested disposal facilities would be Texas Molecular in Corpus Christi, Texas. B. The payment for this Work will be based on the Contractor's actual costs and will be negotiated. Payment will not include costs associated with dewatering, which is considered subsidiary to the appropriate bid items as described in 1.11A. 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 Temporary Controls S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 015700-5 11-25-2013 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. Contractorshall be responsible for contracting with a licensed structural engineer in the State of Texas to perform all inspections and provide documentation for windstorm certification to the Texas Board of Insurance. The Contractor shall be responsible for providing all necessary design/assembly documentation for all new windows, doors, louvers, etc. to the windstorm engineer/inspectors required to conform with the requirements of the Texas Department of Insurance. 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials that comply with Laws and Regulations. 3.00 EXECUTION 3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS A. Construct temporary controls in accordance with Laws and Regulations. B. Maintain controls in accordance with regulatory requirements where applicable, or in accordance with the requirements of the Contract Documents. C. Remove temporary controls when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls while they are still required. END OF SECTION Temporary Controls S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 017000-1 11-25-2013 5. Work is complete and ready for final inspection. B. OPT will visit the Site to determine if the Project is complete and ready for Final Payment within a reasonable time after the notice is received. C. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. D. Take immediate steps to correct Defective Work. Notify the Designer when Defective Work has corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. E. Submit the Request for Final Payment with the closeout documents described in Paragraph 1.06 if notified that the Project is complete and the Work is acceptable. 1.05 REINSPECTION FEES A. Owner may impose a Set-off against the Application for Payment in accordance with the General Conditions to compensate the OPT for additional visits to the Project if additional Work is required. 1.06 CLOSEOUT DOCUMENTS SUBMITTAL A. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. B. Warranties and bonds. C. Equipment installation reports on equipment. D. Shop Drawings, Record Data, and other documents as required by the Contract Documents. E. Evidence of continuing insurance and bond coverage as required by the Contract Documents. F. Final Photographs per SECTION 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 1.07 TRANSFER OF UTILITIES A. Transfer utilities to the Owner when the Certificate of Substantial Completion has been issued and the Work has been occupied by the Owner. B. Submit final meter readings for utilities and similar data as of the date the Owner occupied the Work. 1.08 WARRANTIES, BONDS, AND SERVICES AGREEMENTS A. Provide warranties, bonds, and service agreements required by SECTION 01 33 02 SHOP DRAWINGS or by the individual Specification Sections. B. The date for the start of warranties, bonds, and service agreements is established per the General Conditions. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. Execution and Closeout Requirements S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 017000-3 11-25-2013 SECTION 020100 SURVEY MONUMENTS 1. DESCRIPTION This specification shall govern all work required for furnishing and installing survey monuments as required to complete the project. 2. MATERIALS a) Brass Monument Marker: 21/4" diameter brass disk with 31/2" anchor rod to be provided by the City. b) Concrete: Class A, in accordance with Section 030020 "Portland Cement Concrete". c) Rebar: No. 5 deformed bar, 31/ feet long, in accordance with Section 032020 "Reinforcing Steel". 3. CONSTRUCTION METHODS The location of survey markers shall be established in the field by the Engineer and/or his representative Surveyor. The Engineer and/or his representative Surveyor will provide four off -set stakes with intersecting string line for precise location of horizontal alignment to which the brass disk shall be positioned. The Contractor shall excavate hole and set formwork. Forms shall be placed to a tolerance which allows the precise position of the brass disk to be within one inch of the center of the concrete base. The Contractor shall place concrete in accordance with City Standard Specification Section 038000 "Concrete Structures". At the appropriate time, the Contractor shall place the brass disk (provided by the City) to its precise position in the uncured concrete. The brass disk shall be placed to within 1/4" tolerance of its intended location. Positioning of the base and brass disk will be checked by the Engineer and/or his representative Surveyor. Non-compliance with specified tolerances shall result in replacement at the Contractor's expense. The properly furnished survey monument shall be neat in appearance with the exposed brass face free of cement mortar and constructed to an elevation of approximately one inch of finished grade. (See Survey Markers Detail on the following page.) 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, survey monuments shall be measured as individual units for each monument placed. Payment shall be at the unit price bid, which price shall constitute full compensation for all work, materials, labor, equipment, tools and incidentals required to install the survey monuments complete in-place. 020100 Page 1 of 2 Rev. 10-30-2014 TOP ELEV. APPROX. 1" ABOVE NATURAL GROUND 7 SILVER SOLDER 1/2" 0.D.X .065 148.&S.GA. BRASS TUBING 3/4" DISC DETAIL N.tS. PLAN 12" A 1 "CHAMFER 0 REBAR 2" CLEAR NO. 5 REBAR 31-6" LONG CLASS `A' CONCRETE SECTION A -A SURVEY MARKERS DETAIL 020100 Page 2 of 2 Rev. 10-30-2014 SECTION 021020 SITE CLEARING AND STRIPPING 1. DESCRIPTION This specification shall govern all work necessary for clearing, grubbing and stripping of objectionable matter as required to complete the project, and shall include removing and disposing of trees, stumps, brush, roots, vegetation, rubbish and other objectionable matter from the project site. 2. CONSTRUCTION METHODS The site shall be cleared of all trees, stumps, brush, roots, vegetation, rubbish and other objectionable matter as indicated on the drawings and/or as directed by the Engineer or his designated representative. Tree stumps and roots shall be grubbed to a minimum depth of 2 feet below natural ground or 2 feet below base of subgrade, whichever is lower. Areas that underlie compacted backfill shall be stripped of all vegetation, humus and other objectionable matter encountered within the top six (6) inches of the soil. All material removed from the site under this operation shall become the Contractor's responsibility. The material shall be disposed of either at a disposal site indicated on the drawings or at a disposal site obtained by the Contractor. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, site clearing and stripping or clear right-of-way shall be measured by the acre. Payment shall be full compensation for all labor, equipment, tools and incidentals necessary for removing, handling, and disposing of objectionable matter from the site as indicated above. 021020 Page 1 of 1 Rev. 10-30-2014 SECTION 021040 SITE GRADING 1. DESCRIPTION This specification shall govern all work necessary for backfill and grading of the site to complete the project. 2. CONSTRUCTION METHODS Prior to site grading, the site shall be cleared in accordance with City Standard Specification Section 021020 "Site Clearing and Stripping". Unless specified otherwise on the drawings, the existing surface shall be loosened by scarifying or plowing to a depth of not less than six (6) inches. The loosened material shall be recompacted with fill required to bring the site to the required grades and elevations indicated on the plans. Fill shall be uniform as to material, density and moisture content. Fill shall be free of large clods, large rocks, organic matter, and other objectionable material. No fill that is placed by dumping in a pile or windrow shall be incorporated into a layer in that position; all such piles and windrows shall be moved by blading or similar method. All fill shall be placed in layers approximately parallel to the finish grade in layers not to exceed six (6) inches of uncompacted depth, unless indicated otherwise on drawings. The fill shall be compacted to a density which approximates that of natural ground unless indicated otherwise on drawings. The Engineer may order proof rolling to test the uniformity of compaction. All irregularities, depressions and soft spots that develop shall be corrected by the Contractor. Excess material from excavation, which is not incorporated into the site as fill, shall be become property of the Contractor and disposed of away from the job site, unless indicated otherwise on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, site grading shall not be measured for pay, but shall be considered subsidiary to other work. 021040 Page 1 of 1 Rev. 10-30-2014 SECTION 021080 REMOVING ABANDONED STRUCTURES 1. DESCRIPTION This specification shall provide for the demolition, removal and disposal of abandoned structures or portions of abandoned structures, as noted on the drawings, and shall include all excavation and backfilling necessary to complete the removal. The work shall be done in accordance with the provisions of these specifications. 2. METHOD OF REMOVAL Culverts or Sewers. Pipe shall be removed by careful excavation of all dirt on top and the sides in such manner that the pipe will not be damaged. Removal of sewer appurtenances shall be included for removal with the pipe. Those pipes which are deemed unsatisfactory for reuse by the Engineer may be removed in any manner the Contractor may select. Concrete Structures. Unwanted concrete structures or concrete portions of structures shall be removed to the lines and dimensions shown on the drawings, and these materials shall be disposed of as shown on the drawings or as directed by the Engineer. Any portion of the existing structure outside of the limits designated for removal which is damaged by the Contractor's operations shall be restored to its original condition at the Contractor's entire expense. Explosives shall not be used in the removal of portions of the existing structure unless approved by the Engineer, in writing. Portions of the abandoned structure shall be removed to the lines and dimensions shown on the plans, and these materials shall be disposed of as shown on the drawings or as directed by the Engineer. Any portion of the existing structure, outside of the limits designated for removal, damaged during the operations of the Contractor, shall be restored to its original condition entirely at the Contractor's expense. Explosives shall not be used in the removal of portions of the existing structure unless approved by the Engineer, in writing. Concrete portions of structures below the permanent ground line, which will not interfere in any manner with the proposed construction, may be left in place, but removal shall be carried at least five (5) feet below the permanent ground line and neatly squared off. Reinforcement shall be cut off close to the concrete. Steel Structures. Steel structures or steel portions of structures shall be dismantled in sections as determined by the Engineer. The sections shall be stored if the members are to be salvaged and reused. Rivets and bolts connecting steel railing members, steel beams of beam spans and steel stringers of truss spans, shall be removed by butting the heads with a "cold cut" and punching or drilling from the hole, or by such other method that will not injure the members for re -use and will meet the approval of the Engineer. The removal of rivets and bolts from connections of truss 021080 Page 1 of 3 Rev. 10-30-2014 members, bracing members, and other similar members in the structure will not be required unless specifically called for on the plans or special provisions, and the Contractor shall have the option of dismantling these members by flame -cutting the members immediately adjacent to the connections. Flame -cutting will not be permitted, however, when the plans or special provisions call for the structure unit to be salvaged in such manner as to permit re -erection. In such case, all members shall be carefully matchmarked with paint in accordance with diagrams furnished by the Engineer prior to dismantling, and all rivets and bolts shall be removed from the connections in the manner specified in the first portion of this paragraph. Timber Structures. Timber structures or timber portions of structures to be reused shall be removed in such manner as to damage the timber for further use as little as possible. All bolts and nails shall be removed from such lumber as deemed salvable by the Engineer. Unless otherwise specified on the drawings, timber piles shall be either pulled or cut off at the point not less than five (5) feet below ground line, with the choice between these two methods resting with the Contractor, unless otherwise specified. Brick or Stone Structures. Unwanted brick or stone structures or stone portions of structures shall be removed. Portions of such structures below the permanent ground line, which will not in any manner interfere with the proposed construction, may be left in place, but removal shall be carried at least five (5) feet below the permanent ground line and neatly squared off. Salvage. All material such as pipe, timbers, railings, etc., which the Engineer deems as salvable for reuse, and all salvaged structural steel, shall be delivered to a designated storage area. Materials, other than structural steel, which are not deemed salvable by the Engineer, shall become the property of the Contractor and shall be removed to suitable disposal sites off of the right-of-way arranged for by the Contractor, or otherwise disposed of in a manner satisfactory to the Engineer. Where temporary structures are necessary for a detour adjacent to the present structure, the Contractor will be permitted to use the material in the old structure for the detour structure, but he shall dismantle and stack or dispose of the material as required above as soon as the new structure is opened for traffic. Backfill. All excavations made in connection with this specification and all openings below the natural ground line caused by the removal of abandoned structures or portions thereof shall be backfilled to the level of the original ground line, unless otherwise provided on the drawings. Backfill in accordance with applicable requirements of Sections 022020 "Excavation and Backfill for Utilities" and 022080 "Embankment". All open ends of abandoned pipe or other structures shall be filled or plugged as specified. That portion of the backfill which will support any portion of the roadbed, embankment, levee, or other structural feature shall be placed in layers of the same depth as those required for placing 021080 Page 2 of 3 Rev. 10-30-2014 embankment, maximum 10" loose lifts unless otherwise specified. Material in each layer shall be wetted uniformly, if required, and shall be compacted to a minimum of 95% Standard Proctor density, unless otherwise specified. In places inaccessible to blading and rolling equipment, mechanical or hand tamps or rammers shall be used to obtain the required compaction. That portion of the backfill which will not support any portion of the roadbed, embankment, or other structural feature shall be placed as directed by the Engineer in such manner and to such state of compaction as will preclude objectionable amount of settlement, maximum 10" loose lifts to minimum 95% Standard Proctor density unless otherwise specified. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the work governed by this specification shall not be measured for pay, but shall be subsidiary to the project. 021080 Page 3 of 3 Rev. 10-30-2014 SECTION 022020 EXCAVATION AND BACKFILL FOR UTILITIES 1. DESCRIPTION This specification shall govern all work for excavation and backfill for utilities required to complete the project. 2. CONSTRUCTION (1) Unless otherwise specified on the drawings or permitted by the Engineer, all pipe and conduit shall be constructed in open cut trenches with vertical sides. Trenches shall be sheathed and braced as necessary throughout the construction period. Sheathing and bracing shall be the responsibility of the Contractor (refer to Section 022022 "Trench Safety for Excavations" of the City Standard Specifications). Trenches shall have a maximum width of one foot beyond the horizontal projection of the outside surfaces of the pipe and parallel thereto on each side unless otherwise specified. The Contractor shall not have more than 200 feet of open trench left behind the trenching operation and no more than 500 feet of ditch behind the ditching machine that is not compacted as required by the plans and specifications. No trench or excavation shall remain open after working hours. For all utility conduit and sewer pipe to be constructed in fill above natural ground, the embankment shall first be constructed to an elevation not less than one foot above the top of the pipe or conduit, after which excavation for the pipe or conduit shall be made. If quicksand, muck, or similar unstable material is encountered during the excavation, the following procedure shall be used unless other methods are called for on the drawings. If the unstable condition is a result of ground water, the Contractor, prior to additional excavation, shall control it. After stable conditions have been achieved, unstable soil shall be removed or stabilized to a depth of 2 feet below the bottom of pipe for pipes 2 feet or more in height; and to a depth equal to the height of pipe, 6 inches minimum, for pipes less then 2 feet in height. Such excavation shall be carried at least one foot beyond the horizontal limits of the structure on all sides. All unstable soil so removed shall be replaced with suitable stable material, placed in uniform layers of suitable depth as directed by the Engineer, and each layer shall be wetted, if necessary, and compacted by mechanical tamping as required to provide a stable condition. For unstable trench conditions requiring outside forms, seals, sheathing and bracing, any additional excavation and backfill required shall be done at the Contractor's expense. (2) Shaping of Trench Bottom. The trench bottom shall be undercut a minimum depth sufficient to accommodate the class of bedding indicated on the plans and specifications. 022020 Page 1 of 4 Rev. 3-25-2015 (3) Dewatering Trench. Pipe or conduit shall not be constructed or laid in a trench in the presence of water. All water shall be removed from the trench sufficiently prior to the pipe or conduit planing operation to insure a relatively dry (no standing water), firm bed. The trench shall be maintained in such dewatered condition until the trench has been backfilled to a height at lease one foot above the top of pipe. Removal of water may be accomplished by bailing, pumping, or by installation of well -points, as conditions warrant. Removal of well - points shall be at rate of 1/3 per 24 hours (every third well -point). The Contractor shall prevent groundwater from trench or excavation dewatering operations from discharging directly into the storm water system. Groundwater from dewatering operations shall be sampled and tested, if applicable, and disposed of, in accordance with City Standard Specification Section 022021 "Control of Ground Water". (4) Excavation in Streets. Excavation in streets, together with the maintenance of traffic where specified, and the restoration of the pavement riding surface, shall be in accordance with drawing detail or as required by other applicable specifications. (5) Removing Abandoned Structures. When abandoned masonry structures or foundations are encountered in the excavation, such obstructions shall be removed for the full width of the trench and to a depth one foot below the bottom of the trench. When abandoned inlets or manholes are encountered and no plan provision is made for adjustment or connection to the new utility, such manholes and inlets shall be removed completely to a depth one foot below the bottom of the trench. In each instance, the bottom to the trench shall be restored to grade by backfilling and compacting by the methods provided hereinafter for backfill. Where the trench cuts through utility lines which are known to be abandoned, these lines shall be cut flush with the sides of the trench and blocked with a concrete plug in a manner satisfactory to the Engineer. (6) Protection of Utilities. The Contractor shall conduct his work such that a reasonable minimum of disturbance to existing utilities will result. Particular care shall be exercised to avoid the cutting or breakage of water and gas lines. Such lines, if broken, shall be restored promptly by the Contractor. When active wastewater lines are cut in the trenching operations, temporary flumes shall be provided across the trench while open, and the lines shall be restored when the backfilling has progressed to the original bedding line of the sewer so cut. (7) The Contractor shall inform utility owners sufficiently in advance of the Contractor's operations to enable such utility owners to reroute, provide temporary detours, or to make other adjustments to utility lines in order that the Contractor may proceed with his work with a minimum of delay. The Contractor shall not hold the City liable for any expense due to delay or additional work because of utility adjustments or conflicts. Excess Excavated Material. All materials from excavation not required for backfilling the trench shall be removed by the Contractor from the job site promptly following the completion of work involved. 022020 Page 2 of 4 Rev. 3-25-2015 (8) Backfill A. Backfill Procedure Around Pipe (Initial Backfill) All trenches and excavation shall be backfilled as soon as is practical after the pipes or conduits are properly laid. In addition to the specified pipe bedding material, the backfill around the pipe as applicable shall be granular material as shown on the standard details or as described in the applicable specification section, and shall be free of large hard lumps or other debris. If indicated on the plans, pipe shall be encased with cement -stabilized sand backfill as described below. The backfill shall be deposited in the trench simultaneously on both sides of the pipe for the full width of the trench, in layers not to exceed ten (10) inches (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to a density comparable to the adjacent undisturbed soil or as otherwise specified on the plans, but not less than 95% Standard Proctor density. A thoroughly compacted material shall be in place between the external wall of the pipe and the undisturbed sides of the trench and to a level twelve (12) inches above the top of the pipe. B. Backfill Over One Foot Above Pipe (Final Backfill) UNPAVED AREAS: The backfill for that portion of trench over one (1) foot above the pipe or conduit not located under pavements (including waterlines, gravity wastewater lines, wastewater force mains and reinforced concrete storm water pipe) shall be imported select material or clean, excess material from the excavation meeting the following requirements: Free of hard lumps, rock fragments, or other debris, No clay lumps greater than 2" diameter Moisture Content: +/-3% Backfill material shall be placed in layers not more than ten (10) inches in depth (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95% Standard Proctor density, unless otherwise indicated. Flooding of backfill is not allowed. Jetting of backfill may only be allowed in sandy soils and in soils otherwise approved by the Engineer. Regardless of backfill method, no lift shall exceed 10 inches and density shall not be less than 95% Standard Proctor density. A period of not less than twenty-four (24) hours shall elapse between the time of jetting and the placing of the top four (4) feet of backfill. If jetting is used, the top four (4) feet of backfill shall be placed in layers not more than 10 inches in depth (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95% Standard Proctor density (ASTM D698). PAVED AREAS: At utility line crossings under pavements (including waterlines, gravity wastewater lines, wastewater force mains, and reinforced concrete storm water pipe), and where otherwise indicated on the drawings, trenches shall be backfilled as shown below: From top of initial backfill (typically twelve (12) inches above top of the pipe) to three (3) feet below bottom of road base course, backfill shall be select material meeting the requirements of 022100 "Select Material". 022020 Page 3 of 4 Rev. 3-25-2015 Asphalt Roadways The upper three (3) feet of trench below the road base course shall be backfilled to the bottom of the road base course with cement -stabilized sand containing a minimum of 2 sacks of Standard Type I Portland cement per cubic yard of sand and compacted to not less than 95% Standard Proctor density. Concrete Roadways The Contractor may elect to backfill the upper three (3) feet of trench below the road base course with cement stabilized sand as noted above, or in the case of storm water pipe or box installation the Contractor may backfill and compact select material to 98% Standard Proctor density (ASTM D698) following City Standard Specification Section 022100. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, excavation and backfill for utilities, including select material or cement -stabilized sand backfill, shall not be measured and paid for separately. It shall be considered subsidiary to the items for which the excavation and backfill is required. 022020 Page 4 of 4 Rev. 3-25-2015 SECTION 022021 CONTROL OF GROUND WATER 1. GENERAL 1.1 SECTION INCLUDES A. Dewatering, depressurizing, draining, and maintaining trenches, shaft excavations, structural excavations, and foundation beds in a stable condition, and controlling ground water conditions for tunnel excavations. B. Protection of excavations and trenches from surface runoff. C. Disposing of removed ground water by approved methods. 1.2 REFERENCES A. ASTM D 698 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures, Using 5.5-1b (2.49 kg) Rammer and 12 -inch (304.8 mm) Drop. B. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA). C. Federal Register 40 CFR (Vol. 55, No. 222) Part 122, EPA Administered Permit Programs (NPDES), Para.122.26(b)(14) Storm Water Discharge. 1.3 DEFINITIONS A. Ground water control includes both dewatering and depressurization of water -bearing soil layers. 1. Dewatering includes lowering the water table and intercepting seepage which would otherwise emerge from slopes or bottoms of excavations, or into tunnels and shafts, and disposing of removed ground water by approved methods. The intent of dewatering is to increase the stability of tunnel excavations and excavated slopes; prevent dislocation of material from slopes or bottoms of excavations; reduce lateral loads on sheeting and bracing; improve excavating and hauling characteristics of excavated material; prevent failure or heaving of the bottom of excavations; and to provide suitable conditions for placement of backfill materials and construction of structures, piping and other installations. 2. Depressurization includes reduction in piezometric pressure within strata not controlled by dewatering alone, as required to prevent failure or heaving of excavation bottom or instability of tunnel excavations. B. Excavation drainage includes keeping excavations free of surface and seepage water. 022021 Page 1 of 10 Rev. 10-30-2014 C. Surface drainage includes the use of temporary drainage ditches and dikes and installation of temporary culverts and sump pumps with discharge lines as required to protect the Work from any source of surface water. D. Equipment and instrumentation for monitoring and control of the ground water control system includes piezometers and monitoring wells, and devices, such as flow meters, for observing and recording flow rates. 1.4 PERFORMANCE REQUIREMENTS A. Conduct subsurface investigations as needed to identify ground water conditions and to provide parameters for design, installation, and operation of ground water control systems. B. Design a ground water control system, compatible with requirements of Federal Regulations 29 CFR Part 1926 and City Standard Specification Section 022022 - Trench Safety for Excavations, to produce the following results: 1. Effectively reduce the hydrostatic pressure affecting: a) Excavations (including utility trenches); b) Tunnel excavation, face stability or seepage into tunnels. 2. Develop a substantially dry and stable subgrade for subsequent construction operations. 3. Preclude damage to adjacent properties, buildings, structures, utilities, installed facilities, and other work. 4. Prevent the loss of fines, seepage, boils, quick condition, or softening of the foundation strata. 5. Maintain stability of sides and bottom of excavations. C. Provide ground water control systems which may include single -stage or multiple -stage well point systems, eductor and ejector -type systems, deep wells, or combinations of these equipment types. D. Provide drainage of seepage water and surface water, as well as water from any other source entering the excavation. Excavation drainage may include placement of drainage materials, such as crushed stone and filter fabric, together with sump pumping. E. Provide ditches, berms, pumps and other methods necessary to divert and drain surface water away from excavations. F. Locate ground water control and drainage systems so as not to interfere with utilities, construction operations, adjacent properties, or adjacent water wells. 022021 Page 2 of 10 Rev. 10-30-2014 G. Assume sole responsibility for ground water control systems and for any loss or damage resulting from partial or complete failure of protective measures, and any settlement or resultant damage caused by the ground water control operations. Modify ground water control systems or operations if they cause or threaten to cause damage to new construction, existing site improvements, adjacent property, or adjacent water wells, or affect potentially contaminated areas. Repair damage caused by ground water control systems or resulting from failure of the system to protect property as required. H. Provide an adequate number of piezometers installed at the proper locations and depths as required to provide meaningful observations of the conditions affecting the excavation, adjacent structures, and water wells. I. Provide environmental monitoring wells installed at the proper locations and depths as required to provide adequate observations of hydrostatic conditions and possible contaminant transport from contamination sources into the work area or into the ground water control system. J. Decommission piezometers and monitoring wells installed during design phase studies and left for Contractors monitoring and use, if applicable. 1.5 ENVIRONMENTAL REQUIREMENTS A. Comply with requirements of agencies having jurisdiction. B. Comply with Texas Commission on Environmental Quality (TCEQ) regulations and Texas Water Well Drillers Association for development, drilling, and abandonment of wells used in dewatering system. C. Prior to beginning construction activities, file Notice of Intent (NOI) for Storm Water Discharges Associated with Construction Activity under the Texas Pollutant Elimination System (TPDES) General Permit No. TXR150000, administered by the Texas Commission on Environmental Quality (TCEQ). The general permit falls under the provisions of Section 402 of the Clean Water Act and Chapter 26 of the Texas Water Code. D. Prepare submittal form and submit to TCEQ along with application fee. E. Upon completion of construction, file Notice of Termination (NOT) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit with the TCEQ. F. Obtain all necessary permits from agencies with control over the use of ground water and matters affecting well installation, water discharge, and use of existing storm drains and natural water sources. Because the review and permitting process may be lengthy, take early action to pursue and submit for the required approvals. G. Monitor ground water discharge for contamination while performing pumping in the vicinity of potentially contaminated sites. 022021 Page 3 of 10 Rev. 10-30-2014 H. Conduct sampling and testing of ground water and receiving waters as outlined in Article 3 below. 2. PRODUCTS 2.1 EQUIPMENT AND MATERIALS A. Equipment and materials are at the option of Contractor as necessary to achieve desired results for dewatering. B. Eductors, well points, or deep wells, where used, shall be furnished, installed and operated by an experienced contractor regularly engaged in ground water control system design, installation, and operation. C. All equipment must be in good repair and operating order. D. Sufficient standby equipment and materials shall be kept available to ensure continuous operation, where required. 3. EXECUTION 3.1 GROUND WATER CONTROL A. Perform a subsurface investigation by borings as necessary to identify water bearing layers, piezometric pressures, and soil parameters for design and installation of ground water control systems. Perform pump tests, if necessary to determine the drawdown characteristics of the water bearing layers. B. Provide labor, material, equipment, techniques and methods to lower, control and handle ground water in a manner compatible with construction methods and site conditions. Monitor effectiveness of the installed system and its effect on adjacent property. C. Install, operate, and maintain ground water control systems in accordance with the ground water control system design. Notify the City's Construction Inspector in writing of any changes made to accommodate field conditions and changes to the Work. Revise the ground water control system design to reflect field changes. D. Provide for continuous system operation, including nights, weekends, and holidays. Arrange for appropriate backup if electrical power is primary energy source for dewatering system. E. Monitor operations to verify that the system lowers ground water piezometric levels at a rate required to maintain a dry excavation resulting in a stable subgrade for prosecution of subsequent operations. F. Where hydrostatic pressures in confined water bearing layers exist below excavation, depressurize those zones to eliminate risk of uplift or other instability of excavation or installed 022021 Page 4 of 10 Rev. 10-30-2014 works. Allowable piezometric elevations shall be defined in the ground water control system design. G. Remove ground water control installations. 1. Remove pumping system components and piping when ground water control is no longer required. 2. Remove piezometers and monitoring wells when directed by the City Engineer. 3. Grout abandoned well and piezometer holes. Fill piping that is not removed with cement - bentonite grout or cement -sand grout. H. During backfilling, dewatering may be reduced to maintain water level a minimum of 5 feet below prevailing level of backfill. However, do not allow that water level to result in uplift pressures in excess of 80 percent of downward pressure produced by weight of structure or backfill in place. Do not allow water levels to rise into cement stabilized sand until at least 48 hour after placement. I. Provide a uniform diameter for each pipe drain run constructed for dewatering. Remove pipe drain when it has served its purpose. If removal of pipe is impractical, provide grout connections at 50 -foot intervals and fill pipe with cement -bentonite grout or cement -sand grout when pipe is removed from service. J. Extent of construction ground water control for structures with a permanent perforated underground drainage system may be reduced, such as for units designed to withstand hydrostatic uplift pressure. Provide a means for draining the affected portion of underground system, including standby equipment. Maintain drainage system during operations and remove it when no longer required. K. Remove system upon completion of construction or when dewatering and control of surface or ground water is no longer required. L. In unpaved areas, compact backfill to not less than 95 percent of Standard Proctor maximum dry density in accordance with ASTM D 698. In paved areas (or areas to receive paving), compact backfill to not less than 98 percent of Standard Proctor maximum dry density in accordance with ASTM D 698. 3.2 REQUIREMENTS FOR EDUCTOR, WELL POINTS, OR DEEP WELLS A. For above ground piping in ground water control system, include a 12 -inch minimum length of clear, transparent piping between every eductor well or well point and discharge header so that discharge from each installation can be visually monitored. B. Install sufficient piezometers or monitoring wells to show that all trench or shaft excavations in water bearing materials are pre -drained prior to excavation. Provide separate piezometers for 022021 Page 5 of 10 Rev. 10-30-2014 monitoring of dewatering and for monitoring of depressurization. Install piezometers and monitoring wells for tunneling as appropriate for Contractor's selected method of work. C. Install piezometers or monitoring wells not less than one week in advance of beginning the associated excavation (including trenching). D. Dewatering may be omitted for portions of underdrains or other excavations, but only where auger borings and piezometers or monitoring wells show that soil is pre -drained by an existing system such that the criteria of the ground water control system design are satisfied. E. Replace installations that produce noticeable amounts of sediments after development. F. Provide additional ground water control installations, or change the methods, in the event that the installations according to the ground water control system design do not provide satisfactory results based on the performance criteria defined by the ground water control system design and by these specifications. 3.3 EXCAVATION DRAINAGE A. Contractor may use excavation drainage methods if necessary to achieve well drained conditions. The excavation drainage may consist of a layer of crushed stone and filter fabric, and sump pumping in combination with sufficient wells for ground water control to maintain stable excavation and backfill conditions. 3.4 MAINTENANCE AND OBSERVATION A. Conduct daily maintenance and observation of piezometers or monitoring wells while the ground water control installations or excavation drainage are operating in an area or seepage into tunnel is occurring. Keep system in good condition. B. Replace damaged and destroyed piezometers or monitoring wells with new piezometers or wells as necessary to meet observation schedule. C. Cut off piezometers or monitoring wells in excavation areas where piping is exposed, only as necessary to perform observation as excavation proceeds. Continue to maintain and make observations, as specified. D. Remove and grout piezometers inside or outside the excavation area when ground water control operations are complete. Remove and grout monitoring wells when directed by the City Engineer. 3.5 MONITORING AND RECORDING A. Monitor and record average flow rate of operation for each deep well, or for each wellpoint or eductor header used in dewatering system. Also monitor and record water level and ground water recovery. These records shall be obtained daily until steady conditions are achieved, and twice weekly thereafter. 022021 Page 6 of 10 Rev. 10-30-2014 B. Observe and record elevation of water level daily as long as ground water control system is in operation, and weekly thereafter until the Work is completed or piezometers or wells are removed, except when City Engineer determines that more frequent monitoring and recording are required. Comply with Construction Inspector's direction for increased monitoring and recording and take measures as necessary to ensure effective dewatering for intended purpose. 3.6 SAMPLING, TESTING AND DISPOSAL OF GROUND WATER A. It is the intent that the Contractor discharge groundwater primarily into the existing storm water system in accordance with City Ordinance, Article XVI, Section 55-203, only if the groundwater is uncontaminated and the quality of the ground water is equal to or better than the quality of the receiving stream. B. The Contractor shall prevent ground water from trench or excavation dewatering operations from discharging directly into the storm water system prior to testing and authorization. Ground water from dewatering operations shall be sampled and tested, and disposed of by approved methods. C. Laboratory analysis of groundwater and receiving water quality is to be performed by the Contractor at the Contractor's expense, prior to commencing discharge, and groundwater analysis shall be performed by the Contractor at a minimum of once per week. Contractor shall coordinate with the City Storm Water Department on all laboratory analysis. Laboratory analysis of groundwater shall also be performed at each new area of construction prior to discharge from that location. D. Sample containers, holding times, preservation methods, and analytical methods, shall either follow the requirements in 40 CFR Part 136 (as amended), or the latest edition of "Standard Methods for the Examination of Water and Wastewater." Any laboratory providing analysis must be accredited or certified by the Texas Commission on Environmental Quality according to Title 30 Texas Administrative Code (30 TAC) Chapters 25 for the matrices, methods, and parameters of analysis, if available, or be exempt according to 30 TAC §25.6. E. Analysis of the ground water discharge shall show it to be equal to or better than the quality of the first natural body of receiving water. This requires testing of both the receiving water and a sample of the ground water. All parts of this procedure shall be complete prior to any discharge of ground water to the storm water system. F. Steps to Determine Legitimate Discharge: 1. Identify the First Receiving Water. a) When the first body of water is a fresh water system (Nueces River or Oso Creek), the analysis typically fails because the local ground water will likely be too high in Total Dissolved Solids (TDS). In the case of a perched aquifer, the ground water may turn out fairly fresh, but local experience shows this to be unlikely. b) If the receiving water is a marine environment, proceed with Step 2 below to compare the ground water quality to receiving water quality. 022021 Page 7 of 10 Rev. 10-30-2014 2. Compare Ground Water Discharge Quality to Receiving Water Quality. The following table, Ground Water Discharge Limits, indicates that the parameters to compare to the receiving water are Total Dissolved Solids (TDS) and Total Suspended Solids (TSS). If the ground water results are equal to or better than the receiving water, then the discharge may be authorized as long as the discharge does not exceed the other parameters which would indicate hydrocarbon contamination. Note that the receiving water only needs to be tested initially as a baseline and the ground water shall be tested weekly to ensure compliance. GROUND WATER DISCHARGE LIMITS Parameter Ground Water Monitoring Frequency Receiving Water Monitoring Frequency Maximum Limitation Total Dissolved Solids (TDS) Initial + Weekly Once Prior to Discharge < Receiving Water Total Suspended Solids (TSS) Initial + Weekly Once Prior to Discharge < Receiving Water Total Petroleum Hydrocarbons Initial + Weekly 15 mg/L Total Lead Initial + Weekly 0.1 mg/L Benzene Initial + Weekly 0.005 mg/L Total BTEX Initial + Weekly 0.1 mg/L Polynuclear Aromatic Hydrocarbons Initial + Monthly 0.01 mg/L 3. Analyze Ground Water for Hydrocarbon Contamination. All other parameters listed on the Ground Water Discharge Limits table must be analyzed prior to ground water discharge to the storm water system. If no limits are exceeded, ground water discharge to the storm water system may be authorized following notification to the MS4 operator (City of Corpus Christi) and all Pollution Prevention Measures for the project are in place. Analytical results shall be on-site or readily available for review by local, state or federal inspectors. Note that this step is frequently done simultaneously with Step 2 above to shorten analytical processing time. 4. Pollution Prevention Measures. A storm water pollution prevention plan or pollution control plan shall be developed and implemented prior to any ground water discharges to the storm water system. The plan's objectives are to limit erosion and scour of the storm water system, and minimize Total Suspended Solids (TSS) and other forms of contamination, and prevent any damage to the storm water system. Note that ground water discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the storm water system, the responsible party 022021 Page 8 of 10 Rev. 10-30-2014 shall remediate any damage to the storm water system and the environment to the satisfaction of the Storm Water Department and/or any State or Federal Regulatory Agency. 5. MS4 Operator Notification. The MS4 operator shall be notified prior to ground water discharge to the storm water system. Contractor shall contact the designated City MS4 representative to request authorization to discharge ground water to the storm water system. Notification shall include: Project Name: Responsible Party: Discharge Location: Receiving Water: Estimated Time of Discharge: Linear Project: Yes / No Pollution Prevention Measures Implemented: Statement indicating all sampling and testing has been conducted and meets the requirements of a legitimate discharge. G. Discharges to Wastewater System In the event that the groundwater does not equal or exceed the receiving water quality, an alternative disposal option would include pumping to the nearest sanitary sewer system. Discharge to the sanitary sewer system requires a permit from the Wastewater Department. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater treatment plant, the costs for these operations shall be negotiated. Contractor shall contact the Pretreatment Group for City Utility Operations to obtain a Wastewater Discharge Permit Application for authorization to discharge to the wastewater system. Authorization approval will include review of laboratory analysis of the ground water and estimated flow data. Note that groundwater discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the wastewater collection system or wastewater overflows, the responsible party shall remediate any damage to the wastewater collection system and the environment to the satisfaction of the Wastewater Department and/or any State or Federal Regulatory Agency. H. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. 3.7 SURFACE WATER CONTROL A. Intercept surface water and divert it away from excavations through the use of dikes, ditches, curb walls, pipes, sumps or other approved means. B. Divert surface water into sumps and pump into drainage channels or storm drains, when 022021 Page 9 of 10 Rev. 10-30-2014 approved by the City Engineer. Provide settling basins when required by the City Engineer. C. Storm water that enters the excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by manmade berm(s) prior to entering the storm water system. Sheet flow and ponding is required to allow solids screening and/or settling prior to entering the storm water system. Storm water or groundwater shall not be discharged to private property. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, control of ground water will not be measured and paid for separately, but shall be considered subsidiary to other bid items. 022021 Page 10 of 10 Rev. 10-30-2014 SECTION 022022 TRENCH SAFETY FOR EXCAVATIONS 1. DESCRIPTION This specification shall govern all work for providing for worker safety in excavations and trenching operations required to complete the project. 2. REQUIREMENTS Worker Safety in excavations and trenches shall be provided by the Contractor in accordance with Occupational Safety and Health Administration (OSHA) Standards, 29 CFR Part 1926 Subpart P - Excavations. It is the sole responsibility of the Contractor, and not the City or Engineer or Consultant, to determine and monitor the specific applicability of a safety system to the field conditions to be encountered on the job site during the project. The Contractor shall indemnify and hold harmless the City and Engineer and Consultant from all damages and costs that may result from failure of methods or equipment used by the Contractor to provide for worker safety. Trenches, as used herein, shall apply to any excavation into which structures, utilities, or sewers are placed regardless of depth. Trench Safety Plan, as used herein, shall apply to all methods and materials used to provide for worker safety in excavation and trenching operations required during the project. 3. MEASUREMENT AND PAYMENT Measurement of Trench Safety shall be by the linear foot of trench, regardless of depth. Measurement shall be taken along the centerline of the trench. Measurement for Excavation Safety for Utility Structures shall be per each excavation. Excavations include, but are not limited to, those for manholes, vaults, pits and other such structures that are incidental to utility work. Measurement for Excavation Safety for Special Structures shall be per each excavation or by the lump sum for each special structure identified in the Proposal. Payment shall be at the unit price bid and shall fully compensate the Contractor for all work, equipment, materials, personnel, and incidentals as required to provide for worker safety in trenches and excavations for the project. Revision current for Texas Code Chapter 756 Subchapter C. Trench Safety. 022022 Page 1 of 1 Rev. 10-30-2014 SECTION 022040 STREET EXCAVATION 1. DESCRIPTION This specification shall govern all work for Street Excavation required to complete the project. 2. CONSTRUCTION METHODS (A) Stripping and Excavation Strip the top 6 inches in all areas to underlay compacted fill, curbs, base or pavement, by removing all humus, vegetation and other unsuitable materials. Unless otherwise noted, remove existing trees, shrubs, fences, curb, gutter, sidewalk, drives, paving, pipe and structures and other items within the graded area which interfere with new construction of finished grading. All suitable excavated materials shall be utilized, insofar as practicable, in constructing the required roadway sections or in uniformly widening embankments, flattening slopes, etc., as directed by the Engineer, provided that the material meets the requirements for roadway embankment as specified in Article 3 below. Unwanted or unsuitable roadway excavation and roadway excavation in excess of that needed for construction shall become the property of the Contractor to be disposed of by him outside the limits of the right-of-way at a location suitable to the Engineer. "Unsuitable" material encountered below subgrade elevation in roadway cuts, when declared unwanted by the Engineer, shall be replaced as directed by the Engineer with suitable material from the roadway excavation or with other suitable material. Maintain moisture and density until covered and protected by the subbase or base course. Remove soft or wet areas found at any time, replace with suitable material, and recompact (especially utility trenches). (B) Subgrade Preparation That area shown on the drawings for street construction shall be cut to grade, scarified to a depth not less than 6 inches, or as otherwise indicated on the drawings, and compacted to 95% Standard Proctor density (ASTM D698) to within 0 to +3% of optimum moisture. The section may be accepted if no more than 1 in 5 of the most recent moisture or density tests is beyond +1% deviation from the required moisture or density requirement. Irregularities exceeding 1/2 inch in 16 feet shall be corrected. Soft areas found at anytime shall be removed, replaced with suitable material and compacted (especially at utility trenches). The correct moisture density relationship shall be maintained until the subgrade is protected. Excessive loss of moisture shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the subgrade, due to any reason or cause, lose the required stability, density, or moisture before it is protected by placement of the next layer, it shall be re -compacted and refinished and retested at the expense of the Contractor until acceptable to the City. 022040 Page 1 of 3 Rev. 10-30-2014 (C) Curb Backfill and Topsoil (Sidewalks, Parkways, Islands, etc.) Fill and compact areas behind curbs and adjacent to sidewalks and driveways within 48 hours after completion of concrete work. The top 6 inches (where disturbed by construction or where unsatisfactory material is exposed by excavation) of finish earth grade shall be clean excavated material or topsoil capable of supporting a good growth of grass when fertilized and seeded or sodded. It shall be free of concrete, asphalt, shell, caliche, debris and any other material that detracts from its appearance or hampers the growth of grass. Topsoil shall meet the requirements specified in City Standard Specification Section 028020 "Seeding". (D) Matching Grades at Right -of -Way Line Finish grade at the property line shall be as shown on the drawings. The Engineer may require a reasonable amount of filling on private property where the sidewalk grade is above the property elevation. Use suitable material from the excavation. Unless otherwise directed, cuts at right -of - way lines shall be made at a slope of three horizontal to one vertical (3:1) or flatter. (E) Drainage During construction, the roadbed and ditches shall be maintained in such condition as to insure proper drainage at all times, and ditches and channels shall be so constructed and maintained as to avoid damage to the roadway section. All slopes which, in the judgment of the Engineer, require variation, shall be accurately shaped, and care shall be taken that no material is loosened below the required slopes. All breakage and slides shall be removed and disposed of as directed. 3. SELECTION OF ROADBED MATERIALS Where shown on the plans, Select Material shall be utilized to improve the roadbed, in which case the work shall be performed in such manner and sequence that suitable materials may be selected, removed separately, and deposited in the roadway within limits and at elevations required. Material used for roadway embankment shall meet the requirements of City Standard Specification Section 022100 Select Material. 4. GEOGRID If indicated on the drawings, geogrid shall be placed in the base layer according to the pavement details to provide a mechanically -stabilized aggregate base layer within the pavement structure. Geogrid shall be "Tensar TX5 Triaxial Geogrid", or pre -approved equivalent. Use (and approval) of a different product must be supported by documentation showing that the alternate pavement section will meet or exceed the required number of 18 -kip equivalent single axle loads (ESAL) and structural number (SN) over the stated pavement design life, and the pavement design must be sealed and signed by a Texas professional engineer. Documentation must also include the structural design value used for the geogrid structural contribution, based on and supported by 022040 Page 2 of 3 Rev. 10-30-2014 validated test data. Alternate pavement designs shall utilize the same structural design values for other pavement structural components (HMAC, base, sub -base) as used in the original pavement design, and the pavement designs must be approved by the Engineer and the geotechnical consultant. Contractor shall take care to protect geogrid from damage. Overlap edges of geogrid in accordance with the manufacturer's recommendations, but not less than 12 inches. Do not drive tracked equipment directly on the geogrid. Provide at least 6 inches of compacted aggregate base material over the geogrid before driving any tracked equipment over the geogrid area. Standard highway - legal rubber -tired trucks may drive over the geogrid at very slow speeds (less than 5 mph). Avoid turns and sudden starts and stops when driving on the geogrid. Any damaged geogrid shall be replaced by the Contractor at no additional cost to the City. Proper replacement shall consist of replacing the affected area adding 3 feet of geogrid in each direction beyond the limits of the affected area. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, street excavation shall be measured and paid for by the square yard to the limits shown on the drawings including excavation for street transitions. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, borrow material and incidentals necessary to complete the work. Unless otherwise specified on the Bid Form, compacted subgrade shall be measured and paid for by the square yard to the limits shown on the drawings. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, borrow material and incidentals necessary to complete the work. Unless otherwise specified on the Bid Form, geogrid shall be measured and paid for by the square yard to the limits shown on the drawings, excluding overlaps. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, and incidentals necessary to complete the work. All work required for disposing of waste, including hauling will not be paid for directly but shall be considered subsidiary to the various contract items. 022040 Page 3 of 3 Rev. 10-30-2014 SECTION 022080 EMBANKMENT 1. DESCRIPTION This specification shall govern all work for Embankment required to complete the project. 2. CONSTRUCTION METHODS Prior to placing embankment, the area to be covered shall be stripped of all vegetation and the material so removed shall be disposed of off the job site. Washes, gulleys, wet areas, and yielding areas shall be corrected as directed by the Engineer. Unless otherwise indicated on the drawings, the surface of the ground which is to receive embankment shall be loosened by scarifying or plowing to a depth of not less than 6 inches. The loosened material shall be recompacted with the new embankment as hereinafter specified. Embankment shall be placed in layers not to exceed ten (10) inches uncompacted (loose) depth for the full width of the embankment, unless otherwise noted. Where embankment is adjacent to a hillside or old roadbed, the existing slope shall be cut in steps to not less than the vertical depth of an uncompacted layer. The fill material shall be placed from the low side and compacted. Each layer shall overlap the existing embankment by at least the width indicated by the embankment slope. Trees, stumps, roots, vegetation, debris or other unsuitable materials shall not be placed in embankment. Each layer of embankment shall be uniform as to material, density and moisture content before beginning compaction. Where layers of unlike materials abut each other, each layer shall be feather -edged for at least 100 feet or the material shall be so mixed as to prevent abrupt changes in the soil. No material placed in the embankment by dumping in a pile or windrow shall be incorporated in a layer in that position, but all such piles or windrows shall be moved by blading or similar methods. Clods or lumps of material shall be broken and the embankment material mixed by blading, harrowing, disking or similar methods to the end that a uniform material of uniform density is secured in each layer. Except as otherwise required by the drawings, all embankments shall be constructed in layers approximately parallel to the finished grade and each layer shall be so constructed as to provide a uniform slope of 1/4 inch per foot from the centerline of the embankment to the outside. Each layer shall be compacted to the required density and moisture by any method, type and size of equipment that will give the required compaction. Prior to and in conjunction with the rolling operation, each layer shall be brought to the moisture content necessary to obtain the required density and shall be kept leveled with suitable equipment to insure uniform compaction over the entire layer. For each layer of earth embankment and select material, it is the intent of this specification to provide the density as required herein, unless otherwise shown on the drawings. Soils for 022080 Page 1 of 2 Rev. 10-30-2014 embankment shall be sprinkled with water as required to provide not less than optimum moisture and compacted to the extent necessary to provide not less than 95% Standard Proctor density (ASTM D698). Field density determinations will be made in accordance with approved methods. After each layer of earth embankment or select material is complete, tests, as necessary, will be made by the Engineer. If the material fails to meet the density specified, the course shall be reworked as necessary to obtain the specified compaction, and the compaction method shall be altered on subsequent work to obtain specified density. Such procedure shall be determined by, and subject to, the approval of the Engineer. The Engineer may order proof rolling to test the uniformity of compaction of the embankment layers. All irregularities, depressions, weak or soft spots which develop shall be corrected immediately by the Contractor. Should the embankment, due to any reason or cause, lose the required stability, density or moisture before the pavement structure is placed, it shall be recompacted and refinished at the sole expense of the Contractor. Excessive loss of moisture in the subgrade shall be prevented by sprinkling, sealing or covering with a subsequent layer of granular material. 3. SELECTION OF MATERIAL In addition to the requirement in the excavation items of the specifications covering the general selection and utilization of materials to improve the roadbed, embankments shall be constructed in proper sequence to receive the select material layers shown on drawings, with such modifications as may be directed by the Engineer. The layer of embankment immediately preceding the upper layer of select material shall be constructed to the proper section and grade within a tolerance of not more than 0 10 foot from the established section and grade when properly compacted and finished to receive the select material layer. Select material, when specified, shall meet the requirements in City Standard Specification Section 022100 "Select Material". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, embankment shall not be measured and paid for separately, but shall be subsidiary to other items of work. 022080 Page 2 of 2 Rev. 10-30-2014 SECTION 022100 SELECT MATERIAL 1. DESCRIPTION This specification shall govern the use of Select Material to be used to treat designated sections of roadways, embankments, trenches, etc. Select material shall be non -expansive sandy clay (CL) or clayey sand (SC), in accordance with the Unified Soil Classification System (ASTM D2487). Select Material shall meet the following requirements: Free of vegetation, hard lumps, rock fragments, or other debris No clay lumps greater than 2" diameter Liquid Limit (L.L.): < 35 Plasticity Index (P.I.) Range: 8 to 20 Moisture Content: as specified in the drawings 2. CONSTRUCTION METHODS Select material shall be mixed uniformly and placed in layers as indicated, not to exceed 10 inches loose depth (or 12 inches maximum for sanitary sewer trench backfill per City Standard Details for Sanitary Sewers). Unless otherwise specified, the material shall be compacted to a minimum of 95% Standard Proctor density. Each layer shall be complete before the succeeding layer is placed. The finished surface of the select material shall conform to the grade and section shown on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, select material shall not be measured for pay, but shall be subsidiary to the appropriate bid item. 022100 Page 1 of 1 Rev. 10-30-2014 SECTION 022420 SILT FENCE 1. DESCRIPTION This specification shall govern all work necessary for providing and installing silt fencing required to control sedimentation and erosion during construction of the project. 2. MATERIAL REQUIREMENTS A. Geotextile shall meet the requirements for temporary silt fence per AASHTO M288. B. Fence Reinforcement Materials: Silt fence reinforcement shall be one of the following systems. Type 1: Self -Supported Fence - This system consists of fence posts, spaced no more than 8- 1/2 feet apart, and geotextile without net reinforcement. Fence posts shall be a minimum of 42 inches long, embedded at least one (1) foot into the ground, and constructed of either wood or steel. Soft wood posts shall be at least 3 inches in diameter or nominal 2 x 4 inches in cross section and essentially straight. Hardwood posts shall be a minimum of 1.5 x 1.5 inches in cross section. Fabric attachment may be by staples or locking plastic ties at least every 6 inches, or by sewn vertical pockets. Steel posts shall be T or L shaped with a minimum weight of 1.3 pounds per foot. Attachment shall be by pockets or by plastic ties if the posts have suitable projections. Type 2: Net -Reinforced Fence - This system consists of fence posts, spaced no more than 8-1/2 feet apart, and geotextile with an attached reinforcing net. Fence posts shall meet the requirements of Self -Supported Fence. Net reinforcement shall be galvanized welded wire mesh of at least 12.5 -gauge wire with maximum opening size of 4 x 2 inches. The fabric shall be attached to the top of the net by crimping or cord at least every 2 feet, or as otherwise specified. Type 3: Triangular Filter Dike - This system consists of a rigid wire mesh, at least 6 -gauge, formed into an equilateral triangle cross-sectional shape with sides measuring 18 inches, wrapped with geotextile silt fence fabric. The fabric shall be continuously wrapped around the dike, with a skirt extending at least 12 inches from its upslope corner. C. Packaging Requirements: Prior to installation, the fabric shall be protected from damage due to ultraviolet light and moisture by either wrappers or inside storage. 022420 Page 1 of 2 Rev. 10-30-2014 D. Certification and Identification: Each lot or shipment shall be accompanied by a certification of conformance to this specification. The shipment must be identified by a ticket or by labels securely affixed to the fabric rolls. This ticket or label must list the following information: a. Name of manufacturer or supplier b. Brand name and style c. Manufacturer's lot number or control number d. Roll size (length and width) e. Chemical composition 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, silt fence shall be measured by the linear foot. Payment shall be at the bid price for the unit of measurement specified and shall be full compensation for furnishing all labor, materials, tools, equipment and incidentals necessary to complete the work. Payment shall include, but not be limited to, placing, maintaining and removing the silt fence. 022420 Page 2 of 2 Rev. 10-30-2014 SECTION 025202 SCARIFYING AND RESHAPING BASE COURSE 1. DESCRIPTION "Scarifying and Reshaping Base Course" shall consist of scarifying and reshaping the existing base course (with or without asphalt surface) to the line, grade and section as indicated on the drawings. 2. CONSTRUCTION METHODS The existing base and surface shall be scarified to the width and depth indicated on the drawings. Subgrade shall remain undisturbed, unless indicated otherwise on the drawings. Any asphalt surfacing shall be broken into particles no larger than 2 1/2 inches. The asphalt surfacing shall then be uniformly mixed with the existing base. Additional base material, where required to achieve the lines and grades shown on the drawings, shall also be added to and uniformly mixed with the existing scarified base material. If indicated on the drawings, geogrid shall be installed in the pavement section. The base material shall be shaped and rolled after mixing and allowed to set at least 48 hours before final compaction. Moisture content shall be maintained in the material during the 48-hour period. Material shall be sprinkled with water or aerated to optimum moisture content, and compacted in layers (10 -inch maximum loose depth) to a minimum density of 98% Modified Proctor density (AASHTO T180), at a moisture content on the wet side of optimum (+3% maximum). Use mechanical tamps in areas inaccessible to rollers. Upon completion of compaction, the surface shall be smooth and shall conform to line, grade and section as shown on the drawings. Areas with any deviation in excess of 1/4 inch in cross-section, and in lengths of 16 feet measured longitudinally, shall be corrected by loosening, adding or removing material, reshaping, and re -compacting by sprinkling and rolling. Moisture content shall be maintained on the wet side of optimum (+3% maximum) until paving is complete. If required, lime shall be applied in the amount indicated on the drawings Lime shall be applied and the treated base mixed, cured, compacted and finished in accordance with City Standard Specification Section 025210 "Lime Stabilization." 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, scarifying and reshaping base course shall not be measured and paid for separately, but shall be subsidiary to other work. 025202 Page 1 of 1 Rev. 10-30-2014 SECTION 025205 PAVEMENT REPAIR, CURB, GUTTER, SIDEWALK AND DRIVEWAY REPLACEMENT 1. DESCRIPTION This specification shall govern the removal and replacing of all types of pavements and surfacing required to complete the project. 2. MATERIALS Unless otherwise specified on the drawings, materials and proportions used along with this specification shall conform to the respective following specifications: City Standard Specifications Section 022020 "Excavation and Backfill for Utilities" Section 022100 "Select Material" Section 025223 "Crushed Limestone Flexible Base" Section 025424 "Hot Mix Asphaltic Concrete Pavement" Section 025610 "Concrete Curb and Gutter" Section 025612 "Concrete Sidewalks and Driveways" Section 025620 "Portland Cement Concrete Pavement" Section 030020 "Portland Cement Concrete", Class "A" Concrete Section 032020 "Reinforcing Steel" Section 038000 "Concrete Structures". 3. METHOD OF CUTTING The outline of the trench shall be marked upon the surface of the pavement to be cut, and all cuts into the pavement shall be saw -cut as nearly vertical as it is possible to make them. All unwanted materials removed shall be disposed of by the Contractor and shall not be used as backfill material. 4. BACKFILL OF TRENCH Excavation and backfilling of trench shall be in accordance with City Standard Specification Section 022020 "Excavation and Backfill for Utilities." 025205 Page 1 of 4 Rev. 11-9-2016 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 to be provided on the drawings. Pavement cuts in a street for any utility requires a permit from the Director of Development Services in accordance with City Ordinance 030040, Article III Cuts and Excavations (12-17-2013). The installation of a utility that crosses the ROW at a perpendicular or near perpendicular angle and has an OD of 6" or less will not be permitted to be installed by cutting the road section. Street excavation/cut for a utility in an asphalt roadway shall include a full lane overlay or pavement repair for parallel cuts, or a 12' wide pavement repair for perpendicular cuts. Street excavation/cut for a utility in a concrete roadway shall include full panel replacement. The drawings and/or permit application should include a site specific pavement cut and restoration plan that indicates the general nature of the pavement and roadway (for examples, concrete arterial, asphalt residential) to be cut and restored, the existing pavement section (if known), the location and approximate area of the excavation/pavement repair, including the approximate length and width of the pavement repair in relation to the roadway travel lane(s). 6. REPLACING DRIVEWAY PAVEMENT On all concrete driveway pavements, the replacement shall consist of a reinforced Class "A" concrete slab with a minimum thickness of six (6) inches. The type of finish for the replaced section shall be the same as that appearing on the old pavement. Reinforcement shall be #4 bars at 12 inches each way with additional diagonal bars as indicated on the drawings. Any other type shall be replaced with like or better replacement. Replacement shall, in general, be to original joint or score mark. 7. REPLACING SIDEWALKS On all sidewalk pavements, the replacement shall consist of a reinforced Class "A" concrete slab four (4) inches thick. The type of finish for the replaced section shall be the same as that appearing on the old sidewalk Replacement shall, in general, be to original joint or score marks Reinforcement shall be 4" x 4" - W2.9 x W2.9 welded wire fabric located at mid -depth in the slab. 8. REPLACING CURB AND GUTTER On all curb and gutter, the replacement shall consist of a section conforming in all details to the original section or to City of Corpus Christi Standard curb and gutter section, if required by the Engineer. Cuts through the curb shall be replaced with Class "A" concrete. Preserve the original steel reinforcing and reinforce all new curbs with three #4 bars. Adjust grades for positive drainage. Replacement shall, in general, be to original joint or score mark. For jointed concrete roadways, the joints in curb or in curb and gutter should match the concrete roadway joints. 025205 Page 2 of 4 Rev. 11-9-2016 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. The requirements of City Ordinance 030040 as stated above apply also to unimproved streets unless a specific variance is granted by the Director of Development Services. 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 3 of 4 Rev. 11-9-2016 THIS PAGE INTENTIONALLY LEFT BLANK 025205 Page 4 of 4 Rev. 11-9-2016 SECTION 025223 CRUSHED LIMESTONE FLEXIBLE BASE 1. DESCRIPTION This Specification shall govern all work for furnishing and placing Crushed Limestone Flexible Base required to complete the project. 2. MATERIAL Crushed Limestone Flexible Base shall consist of crushed limestone produced from oversize quarried aggregate, sized by crushing and produced from a naturally occurring single source, meeting the requirements for Type 'A' material as specified in Texas Department of Transportation (TxDOT) Specification Item 247 "Flexible Base". Crushed gravel or uncrushed gravel shall not be acceptable. No blending of sources and/or additive materials will be allowed. The material shall be free of vegetation and shall be approved by the Engineer. All acceptable material shall be screened and the oversize shall be crushed and returned to the screened material in such a manner that a uniform product will be produced which meets all of the physical requirements for Grade 1-2 as specified in TxDOT Specification Item 247 "Flexible Base". 3. TESTING The City will engage a laboratory and pay for one test each gradation, liquid limit, plasticity index, modified proctor, moisture -density relation, CBR, and necessary field densities. The Engineer may call for additional tests at any time. The cost of all retests, in case of failure to meet specifications, will be deducted from the Contractor's payment. The City will pay for proctor and soil constants and abrasion tests at the rate described in the materials testing schedule. If material changes, the Contractor shall pay the cost of additional tests required by the Engineer. The Engineer may waive testing and/or lime admix for small amounts for unimportant uses. 4. CONSTRUCTION METHODS Prior to placement of flexible base, the surface of the previous underlying course shall be finished true to line and grade as established, and in conformity with the typical section shown on the drawings. Grade tolerance shall be generally 1/2 inch, and highs and lows must approximately balance. If called for in the drawings or elsewhere in the contract documents, geogrid, as specified in City Standard Specification Section 022040 "Street Excavation", shall be placed as indicated. Flexible base shall be delivered and spread the same day if possible (no later than the next day). Base shall be mixed as required to produce a uniform mixture with water. Base shall be placed in uniform lifts not to exceed 10 inch loose lifts or 8 inch compacted lifts. Moisture and density requirements shall be as indicated on the drawings, typical minimum 98% Modified Proctor 025223 Page 1 of 2 Rev 3-25-2015 (ASTM D1557) under flexible pavements or typical minimum 98% Standard Proctor (ASTM D698) under concrete pavement and to within + 2% of optimum moisture. The section may be accepted if no more than 1 of the 5 most recent moisture or density tests is outside of the specified limits, and the failed test is within +1% deviation from specified moisture or density requirements. The surface of the compacted base, after meeting moisture and density requirements, shall be primed in accordance with City Standard Specification Section 025412 "Prime Coat". On completion of compaction and priming, the surface shall be smooth and conform to lines, grades, and sections shown on the drawings. Areas with any deviation in excess of 1/4 inch in cross-section and in lengths of 16 feet measured longitudinally shall be corrected by loosening, adding or removing material, reshaping, and recompacting by repriming and rolling. Moisture and density shall be maintained until the paving is complete. Excessive loss of moisture shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the base, due to any reason or cause, lose the required stability, density, or moisture before it is protected by placement of the next layer, it shall be re -compacted, refinished, and retested at the expense of the Contractor until acceptable to the City. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, crushed limestone flexible base shall be measured by the square yard complete in place. Payment shall be full compensation for all materials, royalty, hauling, placing, compacting, labor, equipment, tools, and incidentals necessary for the completion of work. Prime shall be measured and paid under separate bid item if specified on the Bid Form. Geogrid shall be measured and paid under separate bid item if specified on the Bid Form. 025223 Page 2 of 2 Rev. 3-25-2015 SECTION 025402 PLANING ASPHALTIC SURFACES (S -27A) 1. DESCRIPTION This specification shall govern all work required for planing an existing asphaltic concrete pavement required to complete the project. 2. EQUIPMENT Planer shall be a self propelled planing machine capable of removing, in one pass, a.c. surface to any required thickness less than 9 inches, in a minimum of 6 -foot width. The planer shall be capable of accurately and automatically establishing profile grades along each edge of the machine by referencing from the existing pavement or curb and shall have an automatic system for controlling cross slope. The machine shall be equipped with an integral loader to remove material being cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. Adequate back-up equipment (street sweepers, loaders, water trucks, etc.) and personnel will also be provided to minimize dust and remove all cuttings. The planer shall be equipped with means to control dust created by the cutting action and shall have a manual system providing for uniformly varying the depth of cut while the machine is in motion thereby making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area. Any machine that is incapable, in the opinion of the Engineer, of meeting these requirements will not be permitted to be used. Various machines may be permitted to make trial runs to demonstrate to the Engineer the capabilities of that machine. 3. CONSTRUCTION METHODS The pavement surface shall be removed to the depth, width, grade and cross section as shown on the plans, or as directed by the Engineer. The Engineer may require that the pavement planing operation be referenced from an independent grade control in those areas where he deems this type of control to be appropriate. For this type of operation, the independent grade control shall be established and maintained by the Contractor in a manner acceptable to the Engineer, and the final position of it shall be acceptable to the Engineer. In the event the entire pavement width along a section of street has not been planed to a flush surface by the end of a work period resulting in a vertical or near vertical longitudinal face extending more that 1.25 inches in height, this longitudinal face shall be sloped in a manner acceptable to the Engineer so as not to create a hazard to traffic. Transverse faces that are present at the end of a work period shall be tapered in a manner approved by the Engineer to avoid creating a hazard for traffic. Unwanted loose material resulting from the operation shall become property of the Contractor and disposed of by the Contractor in an acceptable manner. When located adjacent to steep curbs, pavement that cannot be removed by the planing machine shall be removed by other methods acceptable to the Engineer and the pavement and curb surface shall be cleaned of all debris and left in a neat and presentable condition. 025402 Rev 12-30-8 Page 1 of 2 In planed areas where traffic is permitted, "Grooved Pavement Ahead" Signs shall be erected in advance of the planed areas. Signs shall be erected prior to planing in the areas and shall be maintained in place while the planed area is overlaid. Signs shall be in accordance with the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways" and "Standard Highway Sign Designs for Texas". In planed areas where traffic is permitted, a safe and satisfactory riding surface shall exist. Unless otherwise shown on the plans or directed by the Engineer, the grade reference used by the Contractor may be of a type approved by the Engineer. Control points, if required by the plans or Engineer, will be established for the finished grade by the Engineer. These points will be set at intervals not to exceed 50 feet. The Contractor shall set the grade reference for the sensor of the automatic control to follow from the control points established by the Engineer, and this grade reference shall have sufficient support so that the maximum deflection shall not exceed 1/16 inch per 25 feet. The planed surface shall be smooth and true to the established line, grade and section, When tested with a 10 foot straightedge placed parallel to the centerline of the roadway or tested by equivalent or acceptable means, except as provided herein, the maximum deviation shall not exceed 1/8 inch in 10 feet. Any point in the planed surface not meeting this requirement shall be corrected as directed by the Engineer. 4. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, Planning Asphalt shall be measured by the square yard of pavement surface area planed. Measurement will be made only one time for an area, regardless of the number of passes required to be made in order to achieve the desired results. Payment will be made at unit price bid and shall include, but not be limited to, all planing, cleaning, loading, hauling, signs, labor, tools, equipment and incidentals required to complete the work. 025402 Rev 12-30-8 Page 2 of 2 SECTION 025404 ASPHALTS, OILS AND EMULSIONS 1. DESCRIPTION This specification shall govern all work for asphalt cement, cut-back and emulsified asphalts, performance -graded asphalt binders, and other miscellaneous asphaltic materials required to complete the project. 2. MATERIALS When tested according to Texas Department of Transportation Test Methods, the various materials shall meet the applicable requirements of TxDOT Specification Item 300, "Asphalts, Oils, and Emulsions" (Latest Edition). 3. STORAGE, HEATING AND APPLICATION TEMPERATURES Store and apply asphaltic materials in accordance with TxDOT Item 300 (Latest Edition) at the lowest temperature yielding satisfactory results. Follow the manufacturer's instructions for any agitation requirements in storage and in application and storage temperatures. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, asphalts, oils and emulsions shall not be measured and paid for separately, but shall be considered subsidiary to the appropriate bid item. 025404 Page 1 of 1 Rev. 10-30-2014 SECTION 025412 PRIME COAT 1. DESCRIPTION This specification shall consist of an application of asphalt material on the completed base course and/or other approved area in accordance with this specification. Prime Coat shall not be applied when the air temperature is below 60° F and falling, but it may be applied when the air temperature is above 50° F and is rising; the air temperature being taken in the shade and away from artificial heat. Asphalt material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. 2. MATERIALS The asphalt material used for the prime coat shall be MC -30 medium -curing cutback asphalt or AE- P asphalt emulsion prime, unless otherwise specified, and when tested by approved laboratory methods shall meet the requirements of City Standard Specification Section 025404 "Asphalts, Oils and Emulsions". Blotter material shall be native sand. 3. CONSTRUCTION METHODS When, in the opinion of the Engineer, the area and/or base is satisfactory to receive the prime coat, the surface shall be cleaned of dirt, dust, and other deleterious matter by sweeping or other approved methods. If found necessary by the Engineer, the surface shall be lightly sprinkled with water just prior to application of the asphalt material. The asphalt material shall be applied on the clean surface by an approved type of self-propelled pressure distributor so operated as to distribute the material in the quantity specified, evenly and smoothly under a pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of the asphalt material in all of the heating equipment and in the distributor, for determining the rate at which it is applied, and for securing uniformity at the junction of two distributor loads. All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphalt material shall be kept clean and in good operating condition at all times, and they shall be operated in such manner that there will be no contamination of the asphalt material with foreign material. It shall be the responsibility of the Contractor to provide and maintain in good working order a recording thermometer at the storage -heating unit at all times. The distributor shall have been recently calibrated and the Engineer shall be furnished an accurate and satisfactory record of such calibration. After beginning of the work, should the yield on the asphalt material applied appear to be in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work. Prime shall be applied at a temperature within the recommended range per City Standard 025412 Page 1 of 2 Rev. 10-30-2014 Specification Section 025404 "Asphalts, Oils and Emulsions", with that range being 70 to 150 degrees F. Application rate shall be not less than 0.15 gallon per square yard, unless otherwise specified. The Contractor shall be responsible for the maintenance of the surface until the Engineer accepts the work. No traffic hauling or placement of any subsequent courses shall be permitted over the freshly applied prime coat until authorized by the Engineer. Spread blotter material before allowing traffic to use a primed surface. Allow sufficient time for the prime coat to cure properly before applying surface treatment or asphaltic concrete pavement. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, prime coat shall be measured by the gallon of asphalt material applied. Payment shall include furnishing, heating, hauling and distributing the asphalt material as specified; for furnishing, spreading and removing sand blotter material; for all freight involved; and for all manipulation, labor, materials, tools, equipment and incidentals necessary to complete the work. 025412 Page 2 of 2 Rev. 10-30-2014 SECTION 025424 HOT MIX ASPHALTIC CONCRETE PAVEMENT (Class A) 1 DESCRIPTION This specification shall govern all work required for furnishing and laying Hot Mix Asphalt Concrete (HMAC) surface, binder and base courses required to complete the project. All subsurface utilities must be inspected, tested, and accepted prior to any paving. 2. MATERIALS 2.1. Aggregate. The aggregate shall consist of a blend of course aggregate, fine aggregate and, if required, a mineral filler. 2.1.1. Coarse Aggregate shall consist of that fraction of aggregate retained on a No. 10 sieve and shall consist of crushed furnace slag, crushed stone, or crushed gravel. Deleterious material in course aggregate shall not exceed 2% per TxDOT Test Method TEX-217-F. Course aggregate shall be crushed such that a minimum of 85% of the particles have more than one crushed face, unless noted otherwise on the plans. Los Angeles abrasion losses for course aggregate shall not exceed 40% by weight for the surface course and 45% for the binder and base courses per TxDOT Test Method TEX-410-A. Polish Value not less than 30 for aggregate used in the surface course per TxDOT Test Method TEX-438-A. 2.1.2. Fine Aggregate is defined as the fraction passing a No. 10 sieve and shall be of uniform quality. Fine aggregate shall consist of screenings of material that pass the Los Angeles abrasion requirements in paragraph 2.1.1 above. Screenings shall be blended with a maximum of 15% uncrushed aggregate or field sand for Type D mixes, or a maximum of 10% uncrushed aggregate or field sand for Type A, B, and C mixes. Grading of fine aggregate shall be as follows: Sieve Size Percent Passing by Weight No. 10 100 No. 200 0-15 025424 Page 1 of 8 Rev 3-25-2015 2.1.3 Filler shall consist of dry stone dust, Portland cement, hydrated lime, or other mineral dust approved by the Engineer. Grading of filler shall be as follows: Sieve Size Minimum Percent Passing by Weight No. 30 95 No. 80 75 No. 200 55 2.2. Reclaimed Asphalt Pavement (RAP). Reclaimed asphalt pavement may be incorporated into the hot mix asphalt concrete furnished for the project, provided that the mixture is designed per the TxDOT Methods and meets the applicable provisions of said TxDOT Item 340 and this specification. 2.3. Asphalt. Asphalt Material shall be in accordance with Standard Specification Section 025404 "Asphalt, Oils and Emulsions" and AASHTO. 2.3.1. Paving Mixture: APPLICATION ASPHALT GRADE Residential or low volume PG 64-22 Collector Surface Course 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 1-1/2" 100 1-1/4" 95-100 1" 100 7/8" 70-90 95-100 100 5/8" 75-95 95-100 1/2" 50-70 100 3/8" 60-80 70-85 85-100 1/4" No. 4 30-50 40-60 43-63 50-70 No. 10 20-34 27-40 30-40 32-42 No. 40 5-20 10-25 10-25 11-26 No. 80 2-12 3-13 3-13 4-14 No.200 1-6* 1-6* 1-6* 1-6* VMA % minimum 11 12 13 14 025424 Page 3 of 8 Rev 3-25-2015 * 2-8 when TxDOT Test Method Tex -200-F, Part II (Washed Sieve Analysis) is used. 3.3. Tolerances. The mixture delivered to the job site shall not vary from the job -mix by more than the tolerances specified below. The gradation of the produced mix shall not fall outside the Master Grading Limits, with the following exceptions: for Type B material coarser than 3/8" and for Type D material coarser than #4. Variations from job -mix shall not exceed the following limits, except as noted above: Item: Tolerances Percent by Weight or Volume 1" to No. 10 Plus or Minus 5.0 No. 40 to No. 200 Plus or Minus 3.0 Asphalt Weight Plus or Minus 0.5 Asphalt Volume Plus or Minus 1.2 3.4. Mix Properties. The mixture shall have a minimum Hveem stability of 40 for Type A, B, and C mixes, and 35 for Type D mixes per TxDOT Test Method TEX-208-F at an optimum density of 96% (plus or minus 1.5) of theoretical maximum density per TxDOT Test Methods TEX-227-F and TEX-207-F. 3.5. Sampling and Testing of Raw Materials. The Contractor shall sample materials as necessary to produce a mix in compliance with these specifications. 4. EQUIPMENT 4.1. Mixing Plants. Mixing plants shall be either the weigh batching type or the drum mix type. Both types shall be equipped with satisfactory conveyors, power units, aggregate handling equipment, aggregate screens and bins (weigh batch only), and pollution control devices as required. 4.2. Truck Scales. A set of truck scales, if needed for measurement, shall be placed at a location approved by the Engineer. 4.3. Asphalt Material Heating Equipment. Asphalt material heating equipment shall be adequate to heat the required amount of material to the desired temperature. Agitation with steam or air will not be permitted. The heating apparatus shall be equipped with a recording thermometer with a 24-hour continuous chart that will record the temperature of the asphalt at the highest temperature. 4.4. Surge -Storage System. A surge -storage system may be used provided that the mixture coming out of the bins is of equal quality to that coming out of the mixer. The system shall be equipped with a gob hopper, rotating chute or other devices designed to minimize segregation of the asphalt mixture. 4.5. Laydown Machine. The laydown machine shall be capable of producing a surface that will meet the requirements of the typical cross section, of adequate power to propel the 025424 Page 4of8 Rev 3-25-2015 delivery vehicles, and produce the surface tolerances herein required. It shall be wide enough to lay a 28 -foot street (back-to-back of curbs) in a maximum of two passes. 4.6. Rollers. All rollers shall be self-propelled and of any type capable of obtaining the required density. Rollers shall be in satisfactory operating condition and free from fuel, hydraulic fluid, or any other fluid leaks. 5. STORAGE, PROPORTIONING AND MIXING 5.1. Storage and Heating of Asphalt Materials. Asphalt cement shall not be heated to a temperature in excess of that recommended by the producer. Asphalt storage equipment shall be maintained in a clean condition and operated in such a manner that there will be no contamination with foreign matter. 5.2. Feeding and Drying of Aggregates. The feeding of various sizes of aggregate to the dryer shall be done in such a manner that a uniform and constant flow of materials in the required proportions will be maintained In no case shall the aggregate be introduced into the mixing unit at a temperature in excess of 350 degrees F. 5.3. Proportioning. All materials shall be handled and proportioned in a manner that yield an acceptable mixture as herein specified and as defined by the job -mix. 5.4. Mixing. 5.4.1. Weigh Batch Plant. In charging the weigh box and in charging the pugmill from the weigh box, such methods or devices shall be used as necessary to minimize segregation of the mixture. 5.4.2. Drum Mix Plant. The amount of aggregate and asphalt cement entering the mixer and the rate of travel through the mixer shall be coordinated so that a uniform mixture of the desired gradation and asphalt content will be produced. 5.4.3. The mixture produced from each type of plant shall not vary from the job -mix by more than the tolerances and restrictions herein specified. The mixture when discharged from the plant shall have a moisture content not greater than one percent by weight of total mix when determined by TxDOT Test Method TEX-212-F. 5.4.4. The mixture produced from each type of plant shall be at a temperature between 250 and 325 degrees F. After a target mixing temperature has been established, the mixture when discharged from the mixer shall not vary from this temperature by more than 25 degrees F. 6. CONSTRUCTION METHODS 6.1. Construction Conditions. For mat thicknesses greater than 1 5 inches, the asphalt material may be placed with a laydown machine when the air temperature is 40 degrees F and 025424 Page 5 of 8 Rev 3-25-2015 rising but not when the air temperature is 50 degrees F and falling. In addition, mat thickness less than and including 1.5 inches shall not be placed when the temperature of the surface on which the mat is placed is below 50 degrees F. All subsurface utilities shall be inspected, tested, and accepted prior to paving. 6.2. Prime Coat. If a prime coat is required, it shall be applied and paid for as a separate item conforming to the requirements of City Standard Specification Section 025412 "Prime Coat", except the application temperature shall be as provided above. The tack coat or asphaltic concrete shall not be applied on a previously primed flexible base until the primed base has completely cured to the satisfaction of the Engineer. 6.3. Tack Coat. Before the asphalt mixture is laid, the surface upon which the tack coat is to be placed shall be thoroughly cleaned to the satisfaction of the Engineer. The surface shall be given a uniform application of tack coat using materials and rates herein specified and/or as shown on the plans. The tack coat shall be rolled with a pneumatic tire roller as necessary. Tack coat is required before any pavement course not placed immediately following the previous course placement. 6.4. Transporting Asphalt Concrete. The asphalt mixture shall be hauled to the job site in tight vehicles previously cleaned of all foreign matter. In cool weather or for long hauls, canvas covers and insulated truck beds may be necessary. The inside of the bed may be given a light coating of lime water or other suitable release agent necessary to prevent from adhering. Diesel oil is not allowed. 6.5. Placing. The asphalt mixture shall be spread on the approved prepared surface with a laydown machine or other approved equipment in such a manner that when properly compacted, the finished surface will be smooth and of uniform density, and meet the requirements of the typical cross section as shown on the plans. 6.5.1. Flush Structures. Adjacent to flush curbs, gutters, liners and structures, the surface shall be finished uniformly high so that when compacted, it will be slightly above the edge of the curb and flush structure. 6.5.2. Construction joints of successive courses of asphaltic material shall be offset at least six inches. Construction joints on surface courses shall coincide with lane lines, or as directed by the Engineer, but shall not be in the anticipated wheel path of the roadway. 6.6. Compacting. The asphalt mixture shall be compacted thoroughly and uniformly with the necessary rollers to obtain the required density and surface tolerances herein described and any requirements as shown on the plans. Regardless of the method of compaction control followed, all rolling shall be completed before the mixture temperature drops below 175 degrees F. 025424 Page 6 of 8 Rev 3-25-2015 6.7. In -Place Density. In-place density control is required for all mixtures except for thin, irregular level -up courses. Material should be compacted to between 96% and 92% of maximum theoretical density or between 4% and 8% air voids. Average density shall be greater than 92% and no individual determination shall be lower than 90%. Testing shall be in accordance with TxDOT Test Methods TEX-207-F and TEX-227-F. Pavement specimens, which shall be either cores or sections of the compacted mixture, will be tested as required to determine the percent air voids. Other methods, such as nuclear determination of in-place density, which correlate satisfactorily with actual project specimens may be used when approved by the Engineer. 6.8. Thickness. The total compacted average thickness of the combined HMAC courses shall not be less than the amount specified on the drawings. No more than 10% of the measured thickness(es) shall be more than 1/4 inch less than the plan thickness(es). If so, the quantity for pay shall be decreased as deemed appropriate by the Engineer. 6.9. Surface Smoothness Criteria and Tests. The pavement surface after compaction, shall be smooth and true to the established lines, grade and cross-section. The surface shall be tested by the City with the Mays Roughness Meter. The Mays Roughness Value for each 600 -foot section shall not exceed ninety inches per mile per traffic lane. For each 600 -foot section not meeting this criteria, the Engineer shall have the option of requiring that section to be reworked to meet the criteria, or paying an adjusted unit price for the surface course. The unit price adjustment shall be made on the following basis: Adjusted Unit Price = (Adjustment Factor) X Surface Course Unit Bid Price The adjustment factor shall be: For Residential Streets: Adjustment Factor = 1.999 - 0.0111 M For All Other Class Streets (Non Residential) Adjustment Factor = 1.287 - 0.0143 M Where M = Mays Roughness Value In no case shall the Contractor be paid more than the unit bid price. If the surface course is an inverted penetration (surface treatment) the Mays Roughness Value observed will be reduced by ten inches per mile, prior to applying the above criteria. Localized defects (obvious settlements, humps, ridges, etc.) shall be tested with a ten -foot straightedge placed parallel to the roadway centerline. The maximum deviation shall not 025424 Page 7 of 8 Rev 3-25-2015 exceed 1/8 inch in ten feet. Areas not meeting this criteria shall be corrected to the satisfaction of the Engineer. Pavement areas having surface irregularities, segregation, raveling or otherwise deemed unacceptable by the Engineer shall be removed and replaced by the Contractor in a manner approved by the Engineer, at no additional cost to the City. 6.10. Opening to Traffic. The pavement shall be opened to traffic when directed by the Engineer. The Contractor's attention is directed to the fact that all construction traffic allowed on pavement open to the public will be subject to the State laws governing traffic on highways. If the surface ravels, it will be the Contractor's responsibility to correct this condition at his expense. 7 MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, hot mix asphaltic concrete pavement shall be measured by the square yard of the type and thickness of "Hot Mix Asphaltic Concrete" as shown on the drawings. The Contractor shall provide the Engineer with copies of the "pay ticket" identifying the truck and showing the gross empty weight of the truck with driver as it arrives at the plant and the gross loaded weight of the truck with driver as it leaves the plant. The measured amount will be the difference of the loaded and empty trucks converted to tons. Payment shall be full compensation for quarrying, furnishing all materials, freight involved; for all heating, mixing, hauling, cleaning the existing base course or pavement, tack coat, placing asphaltic concrete mixture, rolling and finishing; and for all manipulations, labor, tools, equipment, and incidentals necessary to complete the work except prime coat when required. Prime coat, performed where required, will be measured and paid for in accordance with the provisions governing City Standard Specification Section 025412 "Prime Coat". All templates, straightedges, scales, and other weight and measuring devices necessary for the proper construction, measuring and checking of the work shall be furnished, operated and maintained by the Contractor at his expense. Any paving placed prior to inspection, testing, and acceptance of underground utilities may be rejected by the City and will be replaced at the Contractor's expense after correcting any subsurface utility defects. Pavement that fails to meet the in place density criteria may be rejected by the City and will be replaced at the Contractor's expense, or such pavement may, at the City's discretion, be accepted by the City and the unit price for payment shall be reduced as deemed appropriate by the Engineer. 025424 Page 8 of 8 Rev 3-25-2015 SECTION 025608 INLETS 1. DESCRIPTION This specification shall govern for the construction of inlets complete in place and the materials used therein, including the installation, and the furnishing of frames, grates, rings and covers. 2. TYPES The various types of inlets are designated on the drawings by letters or by numbers indicating the particular design of each. Each type shall be constructed in accordance with the details shown on the drawings and to the depth required by the profiles and schedules given. 3. MATERIALS (1) Concrete. Concrete for curb inlets shall be Class "A" concrete conforming to the requirements of City Standard Specification Section 038000 "Concrete Structures", and City Standard Specification Section 030020 "Portland Cement Concrete", except as otherwise provided on the drawings. Concrete for grate inlets, drop inlets and post inlets shall be Class "C" concrete in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". (2) Mortar. Mortar shall be composed of one part Portland cement and two parts clean, sharp mortar sand suitably graded for the purpose by conforming in other respects to the provisions of City Standard Specification Section 030020 "Portland Cement Concrete" for fine aggregate. Hydrated lime or lime putty may be added to the mix but in no case shall it exceed 10 percent by weight of the total dry mix. (3) Reinforcing Steel. Reinforcing Steel shall conform to the requirements of City Standard Specification Section 032020 "Reinforcing Steel". (4) Concrete Blocks. Concrete blocks, when shown on the drawings, shall conform to the requirements of ASTM C 139. (5) Frames, Grates, Rings and Covers. Frames, grates, rings and covers shall conform to the requirements of City Standard Specification Section 055420 "Frames, Grates, Rings and Covers". (6) Cast Iron. Cast iron for supports and inlet units shall conform to the shape and dimensions shown on the plans. The castings shall be clean and perfect, free from sand or blow holes or other defects. Cast iron castings shall conform to the requirements of "Gray Iron Castings" ASTM A 48, Class 30. 025608 Page 1 of 2 Rev. 3-25-2015 4. CONSTRUCTION METHODS (1) General. All concrete work shall be performed in accordance with the requirements of City Standard Specification Section 038000 "Concrete Structures", unless otherwise specified. Forms will be required for all concrete walls, except where the nature of the surrounding material is such that it can be trimmed to a smooth vertical face. (2) Inlets for Precast Concrete Pipe Sewers. The construction of inlets for precast concrete pipe sewers shall be done as soon as is practicable after sewer lines into or through inlet locations are completed. All sewers shall be cut neatly at the inside face of the walls of inlet and pointed up with mortar. Subgrade under cast -in-place and precast inlets shall be compacted to not less than 95% Standard Proctor density. (3) Inverts. The inverts passing out or through the inlet shall be shaped and routed across the floor of inlet as shown on the plans. This shaping may be accomplished by adding and shaping mortar or concrete after the base is cast or by placing the required additional material with the base. (4) Finishing Complete Inlets. Inlets shall be completed in accordance with the drawings. Backfilling to finish grade elevation with native material, free of debris and compacted to over 95% Standard Proctor density. Backfilling shall be in accordance with the provisions of City Standard Specification Section 022020 "Excavation and Backfill for Utilities". 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, inlets shall be measured as individual units by each inlet, complete in place. Extension to inlets will be measured by each extension separately from the inlet. Excavation, backfill, frames, grates, rings and covers will be considered subsidiary to the construction of the inlets. Payments shall be full compensation for furnishing all concrete, reinforcing steel, mortar, castings, frames, grates, rings and covers, and for all other materials, labor, tools, equipment and incidentals required to perform the work prescribed above. 025608 Page 2 of 2 Rev. 3-25-2015 SECTION 025610 CONCRETE CURB AND GUTTER 1. DESCRIPTION This specification shall consist of Portland cement concrete combined concrete curb and gutter or separate concrete curb with or without reinforcing steel as required, constructed on an approved subgrade or foundation material in accordance with these specifications, in conformity with the lines and grades established by the Engineer and details shown on the drawings. 2. MATERIALS Unless otherwise specified on the drawings, materials and proportions for concrete used in construction under this specification shall conform to the requirements as specified for Class "A" Concrete under City Standard Specification Section 030020 "Portland Cement Concrete". Reinforcing steel shall conform to the requirements as specified in City Standard Specification Section 032020 "Reinforcing Steel". Expansion joint filler shall be redwood material meeting the requirements specified in City Standard Specification Section 038000 "Concrete Structures". 3. CONSTRUCTION METHODS The foundation shall be excavated and shaped to line, grade and cross-section, and hand tamped and sprinkled. If dry, the subgrade or foundation material shall be sprinkled lightly with water and compacted to not less than 98% Standard Proctor density, or as required on the drawings. Flexible base shall be compacted to specified density and moisture immediately before concrete is deposited thereon. Outside forms shall be of wood or metal, of a section satisfactory to the Engineer, straight, free of warp, and of a depth equal to the depth of the curb and gutter. They shall be securely staked to line and grade, and maintained in a true position during the depositing of concrete. Inside forms for the curb shall be approved material, shall be of such design as to provide the curb required, and shall be rigidly attached to the outside forms. For reinforced concrete roadways, all jointing must be reflected through the curb, including redwood expansion joints and construction joints. Driveway gutter shall be placed integrally with the driveway as shown on the City Standard Details. The reinforcing steel shall be placed in position as shown on the typical details. Care shall be exercised to keep all reinforcing steel in its proper location. Concrete for curb and gutter shall be mixed in a manner satisfactory to the Engineer. The curb and gutter shall be placed in sections of the length indicated on the plans, and each section shall be separated by a premolded insert or board joint of cross-section specified for the curb and gutter, and of the thickness indicated on the drawings. 025610 Page 1 of 2 Rev. 3-25-2015 After the concrete has been struck off and after it has become sufficiently set, the exposed surfaces shall be thoroughly worked with a wooden float. The exposed edges shall be rounded by the use of an edging tool to the radius indicated on the drawings. All exposed surfaces of curb and gutter, or curb, shall be brushed to a smooth and uniform surface. The completed curb and gutter shall be cured with Type 2, white pigmented curing compound unless shown otherwise on the drawings. Other methods of curing as outlined in City Standard Specification Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. The area behind the curb shall be backfilled, tamped, and sloped as directed as soon as possible and no later than 48 hours after the removal of forms. Backfill shall be placed to the full height of the curb, or as otherwise specified. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete curb and gutter or concrete curb will be measured by the linear foot for each type of curb, complete in place. Payment shall be full compensation for preparing the subgrade; for furnishing and placing all materials including reinforcing steel and expansion joint material; for furnishing, placing, shaping and tamping backfill; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 025610 Page 2 of 2 Rev. 3-25-2015 SECTION 025612 CONCRETE SIDEWALKS AND DRIVEWAYS 1. DESCRIPTION This specification shall consist of sidewalks and driveways, with or without reinforcing steel, composed of Portland cement concrete, constructed as herein specified on an approved subgrade, in conformity with the lines and grades established by the Engineer and the details shown on the drawings. 2. MATERIALS Materials and proportions used in construction under this item shall conform to the requirements as specified for Class "A" concrete under City Standard Specification Section 030020 "Portland Cement Concrete". Reinforcing steel shall conform to the requirements as specified in City Standard Specification Section 032020 "Reinforcing Steel". Expansion joint filler shall be redwood meeting the requirements specified in City Standard Specification Section 038000 "Concrete Structures". Cap seal shall be "Greenstreak" or approved equal. 3. CONSTRUCTION METHODS The subgrade shall be excavated, compacted and shaped to line, grade and cross-section and hand tamped and sprinkled with water. Subgrade under concrete sidewalks and driveways shall be compacted to not less than 95% Standard Proctor density. The subgrade shall be within 0-3% of optimum moisture content at the time the concrete is placed. Forms shall be of wood or metal, of a section satisfactory to the Engineer, straight, free from warp, and of a depth equal to the thickness of the finished work. They shall be securely staked to line and grade and maintained in a true position during the depositing of concrete. The reinforcing steel shall be placed in position as shown on the drawings. Care shall be exercised to keep all reinforcing steel in its proper location. Driveways shall incorporate the gutter in a unified concrete placement as shown in the City Standard Detail for driveways. Sidewalks shall be constructed in sections of the lengths shown on drawings. Unless otherwise provided by the drawings, no section shall be of a length less than 8 feet, and any section less than 8 feet shall be removed by the Contractor at his own expense. 025612 Page 1 of 2 Rev. 3-25-2015 The different sections shall be separated by a premolded insert or board joint of the thickness shown on the drawings, placed vertically and at right angles to the longitudinal axis of the sidewalks Where the sidewalk or driveways abut a curb or retaining wall, approved expansion joint material shall be placed along their entire length. Similar expansion joint material shall be placed around all obstructions protruding through sidewalks or driveways. Concrete shall be mixed in a manner satisfactory to the Engineer, placed in the forms to the depth specified and spaded and tamped until thoroughly compacted and mortar entirely covers the surface. The top surface shall be floated with a wooden float to a gritty texture. The outer edges and joints shall then be rounded with approved tools to the radii shown on drawings. 5 -foot wide sidewalks shall be marked into separate sections, each 5 feet in length, by the use of approved jointing tools. For other widths of sidewalk, joints to be spaced longitudinally to match the transverse width. When completed, the sidewalks and driveways shall be cured with Type 2, white pigmented curing compound. Other methods of curing as outlined in City Standard Specification Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete sidewalks and driveways shall be measured by the square foot of surface area of completed sidewalks, driveways, or sidewalks and driveways, as indicated on the drawings. Payment shall be full compensation for preparing and compacting the subgrade; for furnishing and placing all materials including concrete, reinforcing steel and expansion joint material; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 025612 Page 2 of 2 Rev 3-25-2015 SECTION 025614 CONCRETE CURB RAMPS 1. DESCRIPTION This specification shall govern all work necessary for constructing Concrete Curb Ramps required to complete the project. 2. MATERIALS Concrete shall be Class "A" in accordance with Section 030020 "Portland Cement Concrete" of the City Standard Specifications. Reinforcement shall be 4x4 - W2.9xW2.9 welded wire fabric or #4 steel reinforcing bars spaced at 12 inches each way in accordance with Section 032020 "Reinforcing Steel" of the City Standard Specifications. 3. CONSTRUCTION METHODS The subgrade shall be shaped to line, grade and cross-section, and shall be of uniform density and moisture when concrete is placed. The subgrade shall be hand tamped and sprinkled with water to achieve the desired consistency and uniform support. Subgrade compaction shall not be less than 95% Standard Proctor density. Ramps shall be constructed of Class "A" concrete to line and section as shown on the plans. Unless shown otherwise on the drawings, ramps shall have a minimum concrete thickness in excess of 5 inches, prior to application of the detectable warning surfacing. Slopes, S, shall be as follows, unless shown otherwise on the drawings: RAMPS Ramp in direction of travel S < 1:12 Side slope of ramp (flare) S < 1:10 Cross slope 1:100 < S < 1:50 ADJOINING AREAS Landings adjacent to ramp S < 1:20 Driveways abutting tied sidewalks S < 1:10 Width of ramp shall be 60 inches (minimum), exclusive of flare, unless specifically shown otherwise on the drawings. No ramp shall be less than 36 inches wide under any circumstances. Obstructions 025614 Page 1 of 2 Rev. 3-25-2015 shall be removed or relocated, as appropriate, or the location of the ramp may be shifted, if authorized. Detectable warning surface shall be polymer composite material detectable warning panels as shown on the drawings. Surfacing shall be flush with abutting areas and placed using a template as required to achieve an esthetic well-defined edge. Surfacing shall be subsidiary work and will not be measured for separate pay. Pavement markings for street crossings shall be placed such that the crosswalk is properly aligned with respect to the curb ramp. See striping details for proper alignment of pavement markings with respect to intersection and curb ramp. Properly constructed curb ramp shall be true to line, section and grade, and shall be free of loose material and irregularities. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete curb ramps shall be measured by the horizontal square foot of ramp surface area, including side flares when used. Adjoining curbs, gutters, sidewalks, and driveways will be excluded from said measurement. Payment shall include, but not be limited to, subgrade preparation, formwork, concrete, rebar, detectable warning surfaces, borders, molding and curing required to complete the curb ramp, and shall be full compensation for all labor, materials, equipment and incidentals required to complete the work. 025614 Page 2 of 2 Rev 3-25-2015 SECTION 025620 PORTLAND CEMENT CONCRETE PAVEMENT 1. DESCRIPTION This specification shall govern for the construction of Portland cement concrete pavement on a prepared subgrade or base course, in accordance with the typical sections shown on the drawings. The concrete shall be composed of Portland cement, aggregates (fine and coarse), admixtures if desired or required, and water, proportioned and mixed as hereinafter provided. All subsurface utilities must be inspected, tested, and accepted prior to any paving. 2. MATERIALS (1) Cement The cement shall be either Type I, Type II or Type III Portland cement conforming to ASTM Designation: C150, modified as follows: Unless otherwise specified by the Engineer, the specific surface area of Type I and II cements shall not exceed 2000 square centimeters per gram (Wagner Turbidimeter — TxDOT Test Method Tex -310-D). The Contractor shall furnish the Engineer with a statement as to the specific surface area of the cement, expressed in square centimeters per gram, for each shipment. For concrete pavements, strength requirements shall be demonstrated using flexural (beam) or compressive (cylinder) tests as required in the drawings. Either Type I or II cement shall be used unless Type II is specified on the plans. Except when Type II is specified on the plans, Type III cement may be used when the anticipated air temperature for the succeeding 12 hours will not exceed 60°F. Type III cement shall be used when high early strength concrete pavement is specified on the drawings. Different types of cement may be used in the same project, but all cement used in any one monolithic placement of concrete pavement shall be of the same type and brand. Only one brand of each type of cement will be permitted in any one project unless otherwise authorized by the Engineer. Cement may be delivered in bulk where adequate bin storage is provided. All other cement shall be delivered in bags marked plainly with the name of the manufacturer and the type of cement. Similar information shall be provided in the bills of lading accompanying each shipment of packaged or bulk cement. Bags shall contain 94 pounds net. All bags shall be in good condition at time of delivery. All cement shall be properly protected against dampness. No caked cement will be accepted. 025620 Page 1 of 5 Rev. 3-25-2015 Cement remaining in storage for a prolonged period of time may be retested and rejected if it fails to conform to any of the requirements of these specifications. (2) Mixing Water Water for use in concrete and for curing shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". (3) Coarse Aggregate Coarse aggregate for use in concrete mixture shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete", Grade No. 2. (4) Fine Aggregate Fine aggregate for use in concrete mixture shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete", Grade No. 1. (5) Mineral Filler Mineral filler shall consist of stone dust, clean crushed sand, or other approved inert material. (6) Mortar (Grout) Mortar for repair of concrete pavements shall consist of 1 part cement, 2 parts finely graded sand, and enough water to make the mixture plastic. When required to prevent color difference, white cement shall be added to produce the color required. When required by the Engineer, latex adhesive shall be added to the mortar. (7) Admixtures Calcium chloride will not be permitted. Unless otherwise noted, air -entraining, retarding and water -reducing admixtures may be used in all concrete and shall conform to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". (8) Reinforcing Steel Unless otherwise designated on the plans, all steel reinforcement shall be deformed bars, and shall conform to ASTM Designation: A615, Grade 60, and shall be open hearth, basic oxygen or electric furnace new billet steel in accordance with City Standard Specification Section 032020 "Reinforcing Steel". Dowels shall be plain billet steel smooth bars conforming to ASTM Designation: A615, Grade 60, and shall have hot -dip galvanized finish. 3. STORAGE OF MATERIALS All cement and aggregate shall be stored and handled in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". 025620 Page 2 of 5 Rev. 3-25-2015 4. MEASUREMENT OF MATERIALS Measurement of the materials, except water, used in batches of concrete, shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". 5. CLASSIFICATION AND MIX DESIGN It shall be the responsibility of the Contractor to furnish the mix design to comply with the requirements herein and in accordance with THD Bulletin C-11. The Contractor shall perform, at his own expense, the work required to substantiate the design, except the testing of strength specimens, which will be done by the Engineer. Complete concrete design data shall be submitted to the Engineer for approval. It shall also be the responsibility of the Contractor to determine and measure the batch quantity of each ingredient, including all water, so that the mix conforms to these specifications and any other requirements shown on the plans. In lieu of the above mix design responsibility, the Contractor may accept a design furnished by the Engineer; however, this will not relieve the Contractor of providing concrete meeting the requirements of these specifications. Trial batches will be made and tested using all of the proposed ingredients prior to placing the concrete, and when the aggregate and/or brand of cement or admixture is changed. Trial batches shall be made in the mixer to be used on the job. When transit mix concrete is to be used, the trial designs will be made in a transit mixer representative of the mixers to be used. Batch size shall not be less than 50 percent of the rated mixing capacity of the truck. Mix designs from previous or concurrent jobs may be used without trial batches if it is shown that no substantial change in any of the proposed ingredients has been made. This specification section incorporates the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". 6. CONSISTENCY In cases where the consistency requirements cannot be satisfied without exceeding the maximum allowable amount of water, the Contractor may use, or the Engineer may require, an approved water -reducing or retarding agent, or the Contractor shall furnish additional aggregates or aggregates with different characteristics, which will produce the required results. Additional cement may be required or permitted as a temporary measure until aggregates are changed and designs checked with the different aggregates or admixture. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum. The concrete shall be 025620 Page 3 of 5 Rev. 3-25-2015 workable, cohesive, possess satisfactory finishing qualities, and of the stiffest consistency that can be placed and vibrated into a homogenous mass. Excessive bleeding shall be avoided. Slump requirements shall be as specified in Table 1. Construction Method Concrete Pavement (slipformed) Concrete Pavement (formed) TABLE 1 Slump Requirements Desired Slump Minimum Slump Maximum Slump 1.5 inches 1 inch 3 inches 4 inches 2.5 inches 6.5 inches NOTE: No concrete will be permitted with slump in excess of the maximum shown. 7. QUALITY OF CONCRETE The concrete shall be uniform and workable. The cement content, maximum allowable water - cement ratio, desired slump, minimum slump, maximum slump, and the strength requirements of the class of concrete for concrete pavement shall conform to the requirements of Table 1 and Table 2 and as required herein. During the process of the work, the Engineer will cast test beams or cylinders as a check on the flexural or compressive strength of the concrete actually placed. Testing shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". If the required flexural or compressive strength is not secured with the cement specified in Table 2, changes in the batch design will be made. The concrete shall meet either the minimum flexural (beam) strength (7 -day or 28 -day) or minimum compressive strength (7 -day or 28 -day) shown in Table 2. Class Minimum of Flexural (Beam) Concrete Strength P* 450 psi (7 days) 570 psi (28 days) * 5% entrained air 8. MIXING CONDITIONS TABLE 2 Class of Concrete for Concrete Pavement Minimum Compressive Strength 3200 psi (7 days) 4000 psi (28 days) Maximum Water -Cement Ratio 5.6 gal./sack 0.50 Coarse Aggregate No. 2 (1/2") The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the limits outlined in City Standard Specification Section 038000 "Concrete Structures", Article "Placing Concrete -General", shall not be used. Re -tamping of concrete will not be permitted. 025620 Page 4 of 5 Rev. 3-25-2015 Mixing conditions shall conform to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". 9. MIXING AND MIXING EQUIPMENT Mixing and mixing equipment shall conform to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". 10. READY -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 fmishing shall be in accordance with City Standard Specification Section 038000 "Concrete Structures". For membrane curing, curing material shall conform to Type 2, Class A curing compound, or as otherwise shown on the drawings. 12. JOINTS IN CONCRETE PAVEMENT The placing of joints in concrete pavement shall be in accordance with City Standard Specification Section 038000 "Concrete Structures" and as detailed on the drawings. 13. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the quantities of concrete for concrete pavement(s), which will constitute the completed and accepted pavement(s) in-place, will be measured by the square yard or square foot for the indicated thickness and type of cement. Payment shall be full compensation for furnishing, hauling, mixing, placing, curing and fmishing all concrete; all grouting and pointing; furnishing and placing reinforcing steel and steel dowels as shown on the plans; furnishing and placing drains; furnishing and placing metal flashing strips; furnishing and placing expansion joint material, joint filler and sealants, and contraction (control) joints required by this specification or shown on the plans; and for all forms and falsework, labor, tools, equipment and incidentals necessary to complete the work. Any paving placed prior to inspection, testing, and acceptance of underground utilities may be rejected by the City and will be replaced at the Contractor's expense after correcting any subsurface utility defects. 025620 Page 5 of 5 Rev. 3-25-2015 SECTION 025802 TEMPORARY TRAFFIC CONTROLS DURING CONSTRUCTION 1. DESCRIPTION This specification shall govern all work required for Temporary Traffic Controls during construction. The work shall include furnishing, installing, moving, replacing, and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary detours, temporary striping and markers, flagger, temporary drainage pipes and structures, blue business signs, and such temporary devices as necessary to safely complete the project. 2. MATERIALS Traffic control devices shall conform to the latest edition of the "Texas Manual on Uniform Traffic Control Devices", unless indicated otherwise on the Traffic Control Plan. 3. METHODS Sufficient traffic control measures shall be used to assure a safe condition and to provide a minimum of inconvenience to motorists and pedestrians. If the Traffic Control Plan (TCP) is included in the drawings, any changes to the TCP by the Contractor shall be prepared by a Texas licensed professional engineer and submitted to the City Traffic Engineer for approval, prior to construction. If the TCP is not included in the drawings, the Contractor shall provide the TCP prepared by a Texas licensed professional engineer and submit the TCP to the City Traffic Engineer for approval, prior to construction. The Contractor is responsible for implementing and maintaining the traffic control plan and will be responsible for furnishing all traffic control devices, temporary signage and ATSSA certified flaggers. The construction methods shall be conducted to provide the least possible interference to traffic so as to permit the continuous movement of traffic in all allowable directions at all times. The Contractor shall cleanup and remove from the work area all loose material resulting from construction operations at the end of each workday. All signs, barricades, and pavement markings shall conform to the BC standard sheets, TCP sheets and the latest version of the "Texas Manual on Uniform Traffic Control Devices". The Contractor may be required to furnish additional barricades, signs, and warning lights to maintain traffic and promote motorists safety. Any such additional signs and barricades will be considered subsidiary to the pay item for traffic control. All signs, barricades, and posts will be either new or freshly painted. The contractor and any traffic control subcontractor must be ATSSA certified for Traffic Control. 025802 Page 1 of 3 Rev. 10-30-2014 A competent person, responsible for implementation of the TCP and for traffic safety, shall be designated by the Contractor. The name and off -hours phone number of the competent person shall be provided in writing at the Pre -Construction Conference. The competent person shall be on site, during working hours and on call at all times in the event of off -hour emergency. The contractor must provide temporary blue sign boards that direct traffic to businesses and driveways during each phase of construction — see example below. The sign boards may be either skid mounted or barrel mounted. The City will assist the contractor in determining which businesses and driveways will receive signage during various construction phases. The provision, installation, and removal of signage will be considered to be subsidiary to the contract items provided for "TCP Items." Example Blue Sign 24 to 3V GMBE\ 111111111111111111111111111111111* 2` to 1.+' i 4. MEASUREMENT AND PAYMENT TCP items during construction shall be measured by the month (MO) as set by the construction schedule in the contract documents.. Payment shall include, but not be limited to, furnishing, installing, moving, replacing and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary striping and markers, flaggers, removable and non -removable work zone pavements markings and signage, channelizing devices, temporary detours, temporary flexible -reflective roadway marker tabs, temporary traffic markers, temporary drainage pipes and structures, blue business signs, and such temporary devices and relocation of existing signs and devices. Payment shall be full compensation for all labor, equipment, materials, personnel, and incidentals necessary to provide a safe condition during 025802 Page 2 of 3 Rev. 10-30-2014 construction of all phases and elements of the project and to complete the work. If construction schedule delays occur, the Contractor is responsible for additional TCP items in the form of months extending past the contract time, unless the contract time is extended by Change Order(s). 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. MATERIALS All equipment and materials for adjustments shall be provided by the Contractor, unless indicated otherwise on the drawings. 3. METHODS The existing signal controls shall be maintained by the Contractor. Transferring control of the adjusted signal control shall be done by the Contractor. A minimum of 72 hours advance notice shall be provided to the City Traffic Engineer by the Contractor, prior to transferring control of the adjusted signal control or any other interim signal adjustments necessary to control traffic, unless otherwise noted on the drawings. Manual traffic direction by the City Police Department shall be arranged and provided for by the Contractor at any signalized intersection at any time that signal control must be interrupted. The Contractor shall arrange for a representative from the City's Traffic Signals Division to be on site to inspect the process of signal control transfer, during the work. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, traffic signal adjustments will not be measured for pay, but shall be considered subsidiary to other work. 025803 Page 1 of 1 Rev. 10-30-2014 SECTION 025805 WORK ZONE PAVEMENT MARKINGS 1. SCOPE. This specification covers the placement, maintenance and removal of work zone pavement markings, which are temporary pavement markings to be placed on roadways that are open to traffic during various work phases, as required to complete the project. 2. GENERAL REQUIREMENTS. The pavement marking material shall consist of an adhesive -backed reflective tape that can be applied to the pavement, Markings are to be 3M Staymark or approved equal. Markings shall be of good appearance, have straight, unbroken edges and have a color that complies with all FHWA regulations. 3. DIMENSIONS. Pavement markings shall be minimum of 3-7/8 inches wide. Lengths and spacing will be as specified. 4. COLOR. The markings, as well as retroreflected light from the markings, shall be white or yellow as called for on the drawings. 5. VISIBILITY. When in place, the pavement markings (during daylight hours) shall be distinctively visible for a minimum of 300 feet. When in place, the pavement markings (when illuminated by automobile low -beam headlights at night) shall be distinctively visible for a minimum of 160 feet. The above day and night visibility requirements shall be met when viewed from an automobile traveling on the roadway. 6. PLACEMENTS AND MAINTENANCE. At sunrise and sunset of each day and before each phase change, work zone pavement markings meeting all specification requirements shall be in place on all roadways on which traffic is allowed and where suitable permanent pavement markings are not in place. The transverse location of the line(s) formed by the markings shall be as determined by the Engineer. Unless otherwise shown on the drawings, work zone markings shall be placed as follows: Condition Spacing Length of Stripe Straight 80 feet (approximate) 24 inches Curve < 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 not be exceeded in any case. 025805 Page 1 of 2 Rev. 10-30-2014 The Contractor will be responsible for maintaining the work zone pavement markings for a maximum period of two weeks. If, however, the Contractor is also responsible for placing the standard pavement markings, the Contractor will be responsible for maintaining the work zone pavement markings until permanent pavement markings are in place. 7. REMOVAL. Where removal is required, it will be accomplished in accordance with instructions of the Engineer or as called for on the drawings. 8. MEASUREMENT AND PAYMENT. Unless otherwise specified on the Bid Form, work zone pavement markings shall not be measured and paid for separately, but shall be considered subsidiary to the appropriate bid item. 025805 Page 2 of 2 Rev. 10-30-2014 SECTION 026201 WATERLINE RISER ASSEMBLIES 1. DESCRIPTION This specification shall govern all work and materials required for proper installation of riser assemblies for waterline testing. 2. MATERIALS Riser assemblies for 4" diameter and larger waterlines shall consist of (in order): M. J. Plug or Cap, drilled and tapped (2") 2" x 6" Galvanized Nipple 2" Galvanized 90° Bend 2" x 3' Galvanized Nipple 2" Straight Coupling 2" x 3' Galvanized Nipple 2" Brass Gate Valve 3. CONSTRUCTION METHODS The Contractor shall install riser assemblies on each end of waterlines to be tested. Note that this includes all 2" service connections. The assembly shall be wrapped in polyethylene, and concrete thrust blocking shall be applied at the base. After the line is tested and ready for connection to the existing water system, the Contractor shall remove the riser assembly. The riser assemblies shall remain the property of the Contractor. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, waterline riser assemblies shall not be measured for payment. Payment for materials and labor shall be considered subsidiary to the payment for the waterline pipe. 026201 Page 1 of 1 Rev. 10-30-2014 SECTION 026202 HYDROSTATIC TESTING OF PRESSURE SYSTEMS 1. DESCRIPTION This specification shall govern all work necessary for hydrostatic testing the completed pressure system. The Contractor shall provide all tools, equipment, materials, labor, etc., as necessary, except as noted, and accomplish all testing under this specification. 2. MATERIALS Water for filling the line and making tests will be furnished by the Contractor through a standard meter connection. A meter and gauges for testing shall be supplied by the Contractor. A test pump with appropriate connector points as approved by the Water Superintendent for the installation of meter and gauge shall be furnished by the Contractor. The meter shall be directly connected to the main or pipe being tested by the use of copper tubing or an approved reinforced hose. The meter shall be protected against extreme pressures by the use of a one -inch (1") safety relief valve set at the test pressure plus ten pounds per square inch (psi) and furnished by the Contractor. 3. TEST PROCEDURE Tests shall be made only after completion of backfill as specified, and not until at least thirty-six (36) hours after the last concrete thrust block has been cast. Contractor shall coordinate hydrostatic testing with the proposed construction sequencing and phasing. Each section of pipeline shall be slowly filled with water and the specified test pressure, measured at the point of lowest elevation, shall be applied. During the filling of the pipe and before applying the specified test pressure, all air shall be expelled from the pipeline. During the test, all exposed pipe, fittings, valves, hydrants and joints shall be carefully examined. If found to be leaking, they shall be corrected immediately by the Contractor. If the leaking is due to cracked or defective material, the defective material shall be removed and replaced by the Contractor with sound material. All pipes shall be subjected to two hydrostatic tests. The first hydrostatic test shall be a two-hour test at a pressure of 150 psi. The second test shall be no less than 48 hours after successful completion of the first hydrostatic test. The second hydrostatic test shall be for a 24-hour period at City operating pressure for waterlines or at 50 psi for wastewater force mains and effluent lines. 026202 Page 1 of 2 Rev. 10-30-2014 The maximum allowable leakage shall be as follows: Ductile Iron Pipe, AWWA C600 L = SD(P)l�Z or L=ND(P)'�Z 133,200 7,400 Asbestos - Cement Pipe, AWWA C603 L = N D (PP 4,000 PVC Pipe - Uni-bell equation 99 L=ND(P)��� 7,400 WHERE: L = Maximum Allowable Leakage (gallons/hour) S = Length of Pipe Tested (feet) N = Number of Joints in Tested Line (pipe and fittings) D = Nominal Diameter of Pipe (inches) P = Average Test Pressure (psi) If the pressure system fails to meet the leakage requirements, the Contractor shall make the required repairs to the system and the system shall be retested. This procedure shall be repeated until the system complies with leakage requirements. The cost of each retest shall be $100. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, hydrostatic testing of pressure systems will not be measured for pay, but shall be subsidiary to the installation of the pressure system component. 026202 Page 2 of 2 Rev. 10-30-2014 SECTION 026206 DUCTILE IRON PIPE AND FITTINGS 1. DESCRIPTION This specification shall govern all work necessary for furnishing all ductile iron pipe and fittings required to complete the project. 2. GENERAL All ductile iron pipe shall conform to AWWA C151. The interior of pipe and fittings (excluding fittings for wastewater force mains) shall have a shop -applied cement -mortar lining (40 mils thick) in accordance with AWWA C104. The exterior of pipe and fittings shall have a coating of coal tar enamel of approximately 1 mil thick or as specified in AWWA C105. Ductile iron pipe shall be wrapped in two plys of 8 -mil polyethylene in accordance with Section 026402 "Waterlines" of the City Standard Specifications. 3. FITTINGS All fittings shall be ductile iron and in accordance with AWWA C153. Fittings shall have a pressure rating of 250 psi for sizes through 12" and 150 psi for 14" and larger sizes, unless shown differently on the drawings. Unless noted otherwise on the drawings, Mechanical Joints shall be used. 4. JOINTS Joints for pipe shall be mechanical type or push -on type such as "Tyton Joint", or approved equal; joints for fittings shall be mechanical joints, unless shown otherwise on the drawings. Mechanical joints shall conform to AWWA C153. Mechanical joints shall be furnished complete with joint material, Cor -ten nuts, Cor -ten bolts, glands and gaskets. When restrained joints are indicated on the drawings, restrained joints for pipe and fittings of 12" diameter and less shall be mechanical joint with retainer gland Series 1100 by EBAA Iron or approved equal, with a minimum of 250 psi rated working pressure. Restrained joints for pipe and fittings over 12" in diameter shall be push on type with a retainer ring as LOK-RING or FLEX -RING by American Ductile Iron Pipe, or TR FLEX by U.S. Pipe, or approved equal. Gaskets shall be of synthetic rubber. An analysis of the material used in each size gasket showing the type of synthetic rubber and that no natural rubber is present shall be supplied. 026206 Page 1 of 3 Rev. 10-30-2014 5. PIPE Pressure class ductile iron pipe requirements: Pressure Wall Range of Maximum Diameter Class Thickness Allowable Depth Cover (inches) (psi) (inches) (feet) - (feet) A - B* 4# 350 0.25 60+ 6 350 0.25 30 - 65 8 350 0.25 20 - 50 10# 350 0.26 15 - 45 12 350 0.28 15 - 44 14# 300 0.30 13 - 42 16 300 0.32 13 - 39 18 300 0.34 13 - 36 20 300 0.36 13 - 35 24 250 0.37 11 - 29 24+ x x x * Range of maximum allowable depth of pipe where: A = Ground water, or unstable bottom, or quick condition. B = Ideal trench conditions, and sand encasement is at an average density in excess of 90% Standard Proctor density. # Pipe sizes not typically specified on City projects, but shown for reference. x Requires special evaluation. The face of bells shall be plainly marked by color coding for classes so as to be readily identified in the field. 6. CERTIFICATIONS A certification shall accompany each order of pipe and fittings furnished to job site. Certification shall include the following items: indicate that pipe complies with Part 3 of this specification; indicate that fittings and joints comply with Part 4 of this specification (it should be noted that the supplier shall furnish sufficient technical material for the Engineer to determine whether or not push - on joints can comply with the "or equal" clause); and a copy of a laboratory analysis of the material used in each size gasket showing the type of synthetic rubber and that no natural rubber is present. 026206 Page 2 of 3 Rev. 10-30-2014 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, ductile iron pipe shall be measured by the linear foot along the centerline for each size of pipe installed. Measurement of pipe shall be up to, but not include, the fittings. Ductile iron fittings shall be measured per each by the type and size, as indicated in the Bid Form. Payment shall include all labor, materials, tools and equipment for the completed installation and testing of the waterline, together with all incidentals necessary to install the pipe and fittings complete in place. 026206 Page 3 of 3 Rev. 10-30-2014 SECTION 026210 POLYVINYL CHLORIDE PIPE (AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) 1. DESCRIPTION This specification shall govern all work necessary for furnishing all PVC pipe (AWWA C900 and C905) required to complete the project. 2. MATERIAL PVC pipe shall be made of Class 12454-A or Class 12454-B virgin compounds, as defined in ASTM D1784 with an established hydrostatic -design -basis of 4000 psi for water at 73.4 degrees F. 3. DIMENSIONS Pipe shall be manufactured to ductile iron pipe equivalent outside diameters. 4. JOINT Pipe shall have a gasket bell end with a thickened wall section integral with the pipe barrel. The use of solvent weld pipe shall not be allowed. 5. GASKETS Gaskets for jointing pipe shall be in accordance with ASTM F477 (High Head). 6. PIPE PRESSURE CLASS AND DIMENSION RATIO Unless indicated otherwise on the drawings, pipe shall have a dimension ratio (DR) of 18 and in accordance with: Pipe Size Designation 4" to 12" Over 12" 7. CAUSE FOR REJECTION AWWA C900 AWWA C905 Pipe shall be clearly marked in accordance with AWWA Requirements. Unmarked or scratched pipe shall be rejected. 026210 Page 1 of 2 Rev. 3-25-2015 8. CERTIFICATION The contractor shall furnish in duplicate to the Engineer a copy of the manufacturer's affidavit of compliance with this specification, to include gaskets. Certification shall accompany each delivery of materials. 9. MEASUREMENT AND PAYMENT Unless otherwise specified in the Bid Form, PVC pipe (AWWA C900 or C905) will be measured by the linear foot along the centerline for each size of pipe installed. Measurement of pipe shall be up to, but not include, the fittings. Payment shall include all labor, materials, tools and equipment for the completed installation, backfilling and testing of the PVC pipe, together with all incidentals necessary to install the pipe complete in place, per linear foot. 026210 Page 2 of 2 Rev. 3-25-2015 SECTION 026214 GROUTING ABANDONED UTILITY LINES 1. DESCRIPTION This specification shall govern all work and materials required for grouting abandoned utility lines in place. 2. MATERIALS A. Flowable Grout: Flowable grout (or flowable fill) shall consist of a mixture containing Portland cement, fly ash, sand, water, and "Darafill" admixture (or approved equivalent), in the amounts shown below (or otherwise proportioned to provide 100 psi compressive strength at 28 days), to achieve a paste -like consistency immediately prior to placing the flowable grout. The flowable grout mixture shall be supplied by an approved ready -mix supplier. The manufacturer's representative shall be consulted for any final adjustments to improve the flowability of the mixture. Commercially produced flowable grout may be used with approval of the Engineer. 100 lbs/ CY Portland Cement 300 lbs/ CY Fly Ash 2100 lbs/ CY Sand 250 lbs/ CY Water 6 oz/ CY "Darafill" admixture, as manufactured by Grace Construction Products, or approved equivalent. B. Raw Soil: Soil shall be typical clayey soil of the area. It shall be from the project site or other approved source not suspected of being contaminated. The soil shall have a Plasticity Index over 15 and a Liquid Limit not to exceed 65. C. Lime: Lime shall be hydrated lime, calcium hydroxide, in accordance with AASHTO M 216. D. Water: Water shall be potable. 3. CONSTRUCTION METHODS A. Flowable Grout: Mix Portland cement, sand, fly ash, "Darafill" and water in the amounts shown above to achieve a paste -like consistency immediately prior to placing flowable grout. B. Soil -Lime Mix Design: The following is given as a typical mix design for soil -lime mixture for trial mix. The mix design is based on damp soil with an initial water content of about 15%. The proportions of soil and lime shall not be altered. The Contractor shall determine the amount of water to be added as required to produce a mix at its liquid limit. 026214 Page 1 of 2 Rev. 10-30-2014 Trial Mix Design: Damp Soil 1000 lb. Lime 50 lb. Water (approximate) 48 gal. Consistency shall be checked with liquid limit apparatus. C. Placement: The Contractor shall grout abandoned lines as indicated on the drawings. Temporary pumping and venting ports shall be placed as required to provide complete filling of the abandoned line and proper placement of the grout. If segregation or "sand packing" is experienced during pumping, the Contractor shall reduce the water content of the mix or obtain other soil source (for soil -lime mixture), as required. Any damage resulting from pumping operation shall be repaired at the Contractor's expense. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, grouting abandoned utility lines shall be measured by the linear foot of abandoned -in-place pipe. Payment shall be full compensation for all labor, equipment, materials and incidentals required to mix, transport, and place the grout and restore surface at pump ports. 026214 Page 2 of 2 Rev. 10-30-2014 SECTION 026402 WATERLINES 1. DESCRIPTION This specification, in conjunction with the City of Corpus Christi's Water Distribution System Standards, shall govern all work necessary for the installation of all waterline facilities required to complete the project. 2. MATERIALS Concrete: Concrete shall have a minimum compressive strength of 3000 psi at 28 days. Bedding Sand for Encasement: Bedding sand and initial backfill around the pipe shall be granular material of low plasticity as indicated on the drawings. Ductile Iron Pipe and Fittings: See City Standard Specification Section 026206. Polyvinyl Chloride Pipe: See City Standard Specification Section 026210. Tapping Sleeves and Valves: See City Standard Specification Section 026409. Gate Valves for Waterlines: See City Standard Specification Section 026411. Fire Hydrants: See City Standard Specification Section 026416. 3. CONSTRUCTION METHODS (1) HANDLING MATERIALS a) General: The Contractor shall be responsible for the safe storage of all materials furnished to, or by him, and accepted by him, until it has been incorporated into the completed project. All material found during the progress of the work to have cracks, flaws or other defects will be rejected, and the Contractor shall remove such defective material from the site of the work. b) Unloading and Distribution of Materials at Work Site: Pipe and other materials shall be unloaded at point of delivery, hauled to and distributed at the job site by the Contractor. Materials shall at all times be handled with care and in accordance with manufacturer's recommendations. Care shall be taken not to scratch PVC pipe. Excessive scratching shall be considered cause for rejection of PVC pipe. Materials may be unloaded opposite or near the place where it is to be installed provided that it is to be incorporated into the work within 10 days. The Contractor shall not distribute material in such a manner as to cause undue inconvenience to the public. 026402 Page 1 of 5 Rev. 3-25-2015 c) Storing Materials: Materials that are not to be incorporated into the work within 10 days shall be stored on platforms. The interior of pipes and accessories shall be kept free from dirt and foreign matter. (2) ALIGNMENT AND GRADE a) General: All pipes shall be laid and maintained to the required lines and grades. Fittings, valves and hydrants shall be at the required locations with joints centered, spigots home and all valve and hydrant stems plumb. Temporary support and adequate protection of all underground and surface utility structures encountered in the progress of the work shall be furnished by the Contractor. Where the grade or alignment of the pipe is obstructed by existing utility structures such as conduits, ducts, pipes, connections to sewers or drains, the obstruction shall be permanently supported, relocated, removed, or reconstructed by the Contractor at the Contractor's expense, in cooperation with the owners of such utility structures. One (1) 20 -ft. section of waterline pipe shall be centered over/under gravity wastewater line at all gravity wastewater line crossings. Waterline shall be ductile iron pipe with mechanical joint fittings, in accordance with City Standard Specification Section 026206, wherever new waterline crosses under new gravity wastewater line. Maintain a minimum of six inches (2 feet usual) vertical clearance between outsides of pipes where a new waterline crosses over a new wastewater line. Maintain a minimum of twelve inches vertical clearance between outsides of pipes where a new waterline crosses under a new wastewater line. Alternatively, at gravity wastewater line crossings, the proposed PVC waterline may be encased in a 20 -ft. joint of ductile iron pipe with a minimum pressure rating of 150 psi that is at least two nominal sizes larger than the carrier pipe. The carrier pipe shall be supported in the casing at five foot (5') intervals with spacers, or shall be filled to the spring line with clean washed sand, graded as shown in the City Standard Water Details. The casing pipe shall be centered under the gravity wastewater line as indicated on the drawings, and both ends of the casing shall be sealed with cement grout or manufactured seal. b) Deviation from Drawings: No deviation from the line and grade shown on the plans may be made without the written consent of the Engineer. c) Depth of Cover: Depth of cover will be measured from the established street grade or the surface of the permanent improvement, or from finished grade to the top of the pipe barrel. Unless otherwise shown on drawings, the minimum depth of cover shall be 36 inches. Waterlines 12" and larger located under streets shall have 48 inches of cover at all points. 026402 Page 2 of 5 Rev 3-25-2015 (3) TRENCH EXCAVATION AND BACKFILL See City Standard Specification Section 022020, "Excavation and Backfill for Utilities" and applicable City Standard Details for Water. (4) POLYETHYLENE WRAPPING All ductile iron pipe, valves and fittings, except pipe or valves which are laid in encasement pipe or in concrete valve boxes, shall be wrapped in polyethylene. The polyethylene material shall have a thickness of 8 mils and may be either clear or black. The wrapping shall be lapped in such manner that all surfaces of pipe, valves and fittings, including joints, shall have a double thickness of polyethylene. If a single longitudinal lap is made using a double thickness of polyethylene, it shall be lapped a minimum of 18 inches and the lap shall be placed in the lower quadrant of the pipe and in such a manner that backfill material cannot fall into the lap. The polyethylene shall be secured in place with binder twine at not more than 6 -foot intervals. If wrapping is applied before the pipe is placed in the trench, then special care shall be taken in handling the pipe so that the wrapping will not be damaged. Care shall also be exercised in backfilling around the pipe and fittings and in blocking fittings so as not to damage the wrapping. Any wrapping that may be damaged shall be repaired in a manner satisfactory to the Engineer and so as to form the best protection to the pipes. (5) SAND ENCASEMENT All pipe and fittings that are not enclosed in concrete valve boxes or laid in encasement pipe, shall be completely encased with a minimum of eight inches (8") of sand on the bottom and sides of waterlines smaller than 16 inches in diameter, and twelve inches (12") over the top of the waterline, unless otherwise indicated on the drawings. This encasement includes the bottom, sides and top of pipe and fittings including bells, so that all portions will be encased with sand to insulate the pipe from the natural ground and from the backfill. The sand shall be compacted to a minimum of 90% Standard Proctor density. Provide twelve inches (12") of sand encasement all around the pipe for 16 -inch diameter and larger waterlines. Sand shall be placed in a manner that will not injure the polyethylene wrapping and shall be compacted under, around the side, and over the pipe in a manner that will reduce settlement to a minimum and as approved by the Engineer. In order to reduce the amount of sand required, the trench bottom may be excavated in a rounded manner so as to maintain at least a minimum of eight inches of sand between the excavation and the pipe (twelve inches for 16 -inch diameter and larger waterlines), unless otherwise indicated on the drawings. (6) LOWERING PIPE AND ACCESSORIES IN THE TRENCH a) General: The trench shall be excavated true and parallel to the pipe center line with a minimum clearance of eight inches below the pipe bottom and with a like clearance 026402 Page 3 of 5 Rev 3-25-2015 from the bottom of the bell to the bottom of the bell hole. The trench shall then be refilled to the proper grade with sand as specified. The placing of the encasing material shall be done in such a manner so as to be free of all natural soil rock or other foreign matter. After final grading in the trench of the encasing material, bell holes shall be excavated at each joint. Proper implements, tools and facilities satisfactory to the Engineer shall be provided and used by the Contractor for the safe and efficient execution of the work. All pipe, fittings, valves, hydrants and accessories shall be carefully lowered into the trench by means of a derrick, ropes or other suitable equipment, in such a manner as to prevent damage to pipe and fittings. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. b) Inspection of Pipe and Accessories: The pipe and accessories shall be inspected for defects prior to lowering in the trench. Any defective, damaged or unsound pipe shall be replaced. c) Clean Pipe: All foreign matter or dirt shall be removed from the interior of the pipe prior to lowering into the trench. Pipe shall be kept clean both in and out of the trench at all times during the laying. (7) JOINTING PIPES All pipes shall be made up in accordance with manufacturer's recommendation. Pipe deflection shall not exceed 75% of the maximum amount recommended by the manufacturer. (8) CONCRETE THRUST BLOCKS Temporary thrust blocks or other means of carrying thrust loads generated by hydrostatic testing shall be provided at all ends of lines to be tested. Details of the end connections and method of temporary blocking shall be submitted to the Engineer for approval. After satisfactory completion of the hydrostatic testing, this temporary blocking shall be removed so that connections may be made with existing lines. This work is subsidiary to waterline installation and no separate payment will be made for it. Temporary thrust blocks are not allowed for long term use. (9) METAL HARNESS Metal harness, tie rods and clamps, or swivel fittings shall be used to prevent pipe movement. Steel rods and clamps shall be galvanized or otherwise rust proofed, or coated with hot coal tar enamel, then wrapped with two layers of polyethylene wrapping. 026402 Page 4 of 5 Rev 3-25-2015 (10) STERILIZATION a) Fittings: Valves, hydrants and fittings shall be stored on timbers and kept clean. Where soil or other substance has come in contact with the water surfaces of the fittings, the interior shall be washed and sterilized with 2% solution of calcium hypochlorite. b) Pipe: As each joint of pipe is laid, the Contractor, unless otherwise directed by the Engineer, shall throw powdered calcium hypochlorite (70%) through the length of the joint (one pound for each 1,680 gallons of water to give 50 ppm). When the waterline is complete, and before testing, the waterline shall be slowly filled with water between valves and allowed to stand for 48 hours. After the sterilization period is completed, lines shall be flushed by the Contractor under the direct supervision of a representative of the City Water Department. The Engineer will take sample for testing two hours after refilling. If the sample does not pass State Health Department purification standards, the procedure shall be repeated. The entire procedure shall be coordinated under the supervision of the Water Division Superintendent/Engineer. During the sterilization process, valves shall be operated only under the supervision of the Water Division Superintendent/Engineer. There shall be a base fee of $100 paid by the Contractor to the City for each retest that is required. (11) HYDROSTATIC TESTING WATER SYSTEM See City Standard Specification Section 026202, "Hydrostatic Testing of Pressure Systems". (12) WATER SERVICE CONNECTIONS See Standard Specification Section 026404, "Water Service Lines". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, waterlines will be measured by the linear foot for each size installed. Payment for waterlines will be made under the appropriate pipe material item and shall include, but not be limited to, trenching, dewatering, bedding, pipe (except for fittings), restraints, temporary thrust blocking, backfill, sterilization, and hydrostatic testing. Payment shall be full compensation for all labor, materials, tools, equipment and incidentals required to complete the work. 026402 Page 5 of 5 Rev 3-25-2015 SECTION 026404 WATER SERVICE LINES 1. DESCRIPTION This specification shall govern all work necessary for furnishing and installing water service lines required to complete the project. Water service lines are those lines from the City main to the meter at the property line. 2. MATERIALS GENERAL Service fittings shall have a minimum of 150 psi working pressure rating, unless indicated otherwise. Fittings and materials shall be in accordance with the applicable provisions of AWWA C800. All service connections shall require service clamps. SERVICE CLAMP Service clamps shall be brass saddle with two silicone bronze straps with I.P. thread and have a minimum working pressure rating of 200 psi. The saddle and nuts shall be of 85-5-5-5 brass alloy per ASTM B-62 and AWWA C800. The nuts shall have unitized washers. Straps shall be 5/8 inch high-quality silicone bronze, flattened and contoured to provide a wider bearing surface against the pipe. Clamps shall be comparable to: Ford 202B, Smith Blair 323, Rockwell 323 CORPORATION STOP Corporation stop shall be of brass with I.P. thread inlet and Mueller 110 compression connection outlet designed for Type K copper pipe and be comparable in design to the following: Mueller H-15028 for 1" size Mueller H-15023 for 1-1/2" & 2" sizes 026404 Page 1 of 2 Rev 3-25-2015 ANGLE METER STOP Angle meter stop shall have a Teflon coated bronze ball which rotates within two Buna-N rubber seats. Inlet shall be packed joint for Type K copper and be comparable in design to the following: Ford BA43-342 for 1" service line with 5/8" x 3/4" or 3/4" meter size Brass gate valve required for 1-1/2" and 2" sizes SERVICE LINE Service line shall be of Type K copper tube or approved one piece SDR9 polyethylene with restrained compression brass fittings and stainless steel inserts. Other products of comparable features and equal quality may be substituted for the above items with approval of the Engineer. 3. CONSTRUCTION METHODS See City Standard Specification Section 022020, "Excavation and Backfill for Utilities ". Service lines shall be placed by the Contractor as indicated on the drawings and as directed by the Engineer. Relocation of existing meters and changeovers to the new system shall be done only under the direct supervision of the City Water Department. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, water service lines shall be measured with the units indicated in the Bid Form for each size of service line. Payment for service lines shall include, but not be limited to, the following: copper tubing, corporation stop, service clamp, angle meter stop, trenching, trench safety, backfilling including pavement repair, testing, flushing, clean-up and site restoration; and shall be full compensation for all labor, equipment, tools and incidentals required for proper installation of the water service lines. 026404 Page 2 of 2 Rev 3-25-2015 SECTION 026409 TAPPING SLEEVES AND TAPPING VALVES 1. DESCRIPTION This specification shall govern all work and materials required for furnishing and installing tapping sleeves, sleeves and valves required to complete the project. 2. MATERIALS Tapping sleeves shall have a Class 125 ANSI B16.1 outlet flange of cast iron, ductile iron or stainless steel. Sleeves shall be of ductile iron or 304 or 316 stainless steel. Lugs, bolts, washers and nuts shall be of 304 or 316 stainless steel. Iron sleeves shall be of the mechanical joint or caulked joint type as manufactured by Mueller, Clow, or approved equal. Stainless steel sleeves shall be of the compression gasket type capable of providing full support of the tapped pipe, as manufactured by Ford, Smith Blair, Romac, or approved equal. Gasket materials shall be of material suitable for potable water systems. Tapping sleeves shall be sized for the type and size of pipe to be tapped. The class of asbestos cement pipe that will most likely be encountered in the water will be Class 200 for pipes 6 inches in diameter and smaller, and Class 150 for larger pipes. It should be understood that existing pipes to be tapped may not be of the type of material and/or size that is shown on the drawings. The proper size and type of tapping sleeve shall be provided and installed regardless of what is encountered. Tapping valves shall conform to AWWA Standards and City Standard Specification Section 026411, "Gate Valves for Waterlines". Valve boxes shall be as described in City Standard Specification Section 026411, "Gate Valves for Waterlines". 3. CONSTRUCTION METHODS Construction methods shall adhere to those set out in City Standard Specification Section 026402 "Waterlines", and City Standard Specification Section 022020 "Excavation and Backfill for Utilities". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, tapping sleeves and tapping valves shall be measured on a per each basis for each size installed. Payment for tapping sleeves and tapping valves shall include, but not be limited to, furnishing and installing the valves complete in-place including joint materials, cast iron valve box, box extension, cover, concrete collar, and all other related items such as bolting, wrapping, cement -stabilized sand encasing, backfilling and compacting; and shall be full compensation for all labor, material, tools, equipment and incidentals required to properly install the valves as indicated and specified. 026409 Page 1 of 1 Rev. 3-25-2015 SECTION 026411 GATE VALVES FOR WATERLINES 1. DESCRIPTION This specification shall govern all work necessary to provide and install all gate valves and valve boxes required to complete the project. 2. MATERIALS Gate Valves All valves shall meet the following requirements. Gate valves shall conform to AWWA Standard C515. 1) The gate valves shall be ductile iron resilient wedge (C515) with non -rising stems. 2) Valve ends shall be flanged or mechanical joint type or a combination of these as indicated or specified. A complete set of joint materials shall be furnished with each valve, except for bell ends and flanges. 3) Valves 16 inches and larger shall be furnished for horizontal installation — lay over. 4) Stem seals shall be the 0 -ring type on valves through 12 -inch size. Valves 16 inches and larger may be equipped with stuffing boxes. 5) Valves shall open left (counter clockwise). Valves over 18 inches shall have the main valve stem furnished with a combination hand wheel and operating nut. 6) Tapping valves to be used with tapping saddles shall have one end mechanical joint. 7) No position indicator will be required. 8) Within 30 days after award of contract, the Contractor shall submit in triplicate, for approval, the following: a) Certified drawings of each size and type of valve 16 inches and larger showing principal dimensions, construction details, and materials used. b) On all size valves, the composition of bronze to be offered for various parts of the valve, complete with minimum tensile strength in psi, the minimum yield strength in psi, and the minimum elongation in 2" per cent. 026411 Page 1 of 2 Rev 3-25-2015 3. CONSTRUCTION METHODS Gate Valves Gate valves shall be installed as indicated on the drawings. Cast Iron Valve Boxes Valve boxes shall be installed as indicated on the drawings. When valves are in the street right-of- way, the top of box shall be set flush with the pavement or surrounding ground. In cultivated areas, the top of box shall be set twelve inches (12") below natural ground and long enough to be raised to natural ground at a future date. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, gate valves for waterlines will be measured as a unit for each gate valve and valve box installed. Payment shall include, but not be limited to, furnishing and installing the valves complete in-place including joint materials, cast iron valve box, box extension, cover, concrete collar, and all other related items such as bolting, wrapping, cement - stabilized sand encasing, backfilling and compacting; and shall be full compensation for all labor, material, tools, equipment and incidentals required to properly install the valves as indicated and specified. 026411 Page 2 of 2 Rev 3-25-2015 SECTION 026416 FIRE HYDRANTS 1. DESCRIPTION This specification shall govern all work necessary to provide all fire hydrants required to complete this project. 2. MATERIALS Concrete: Concrete shall be Class "A" in accordance with Section 030020 "Portland Cement Concrete" of the City Standard Specifications, with a minimum compressive strength of 3000 psi at 28 days. Fire Hydrants: The fire hydrants shall conform to AWWA C502 (or latest edition) standard specifications for fire hydrants for ordinary water works service, except for changes, additions and supplementary details specifically outlined herein: a) Hydrants - Hydrants shall be of the traffic model type equipped with a safety flange or collar on both the hydrant barrel and stem. b) Type of Shutoff - The shutoff shall be of the compression type only. c) Inlet Connection - The inlet shall be ASA A-21.11 1964 mechanical joint for six-inch (6"), Class 150 ductile iron pipe. A complete set of joint material shall be furnished with each hydrant. d) Delivery Classifications - Each hydrant shall have two hose nozzles and one pumper nozzle. e) Bury Length - The hydrants shall be furnished in the bury length as indicated on drawings. f) Diameter (Nominal Inside) of Hose and Pumper Nozzles - The hose nozzles shall be two and one-half inches (2-1/2") inside diameter and the pumper nozzle shall be four inches (4") inside diameter. g) Hose and Pumper Nozzle Threads - The hose nozzles shall have two and one -half-inch (2-1/2") National Standard thread (7-1/2 threads per inch). The pumper nozzle shall have size (6) threads per inch with an outside diameter of 4.658 inches, pitch diameter of 4.543 inches, and a root diameter of 4.406 inches. h) Harnessing Lugs - None required. i) Nozzle Cap Gaskets - Required. j) Drain Openings - Required. 026416 Page 1 of 3 Rev. 3-25-15 k) Tapping of Drain Opening - Tapping of the drain opening for pipe threads is not required. 1) Nozzle Chain - Not required. m) Direction to Open - The hydrants shall open left (counter clockwise). n) Color of Finish Above Ground Line - That portion of the hydrant above the ground line shall be painted chrome yellow. o) Shape and Size of Operating and Cap Nuts - The operating and cap nuts shall be tapered pentagon one and one-fourth inches (1-1/4") point to face at base and one and one-eighth inches (1-1/8") point to face at top of nut. p) Nozzle Cap Chains - Hydrants shall be furnished without nozzle cap chains. q) Size of Fire Hydrant - The main valve opening shall not be less than five and one-quarter inches (5-1/4") inside diameter. r) Valve Facing - The main valve facing of the hydrant shall be rubber with 90± Durometer hardness. When the main valve lower washer and stem nut are not an integral casting then the bottom stem threads shall be protected with a bronze cap nut and a bronze lock nut. s) Barrel Sections - The hydrant shall be made in two or more barrel sections with flanges connecting the barrel to the elbow and to the packing plate. t) Breakable Coupling - Hydrants shall be equipped with a breakable coupling on both the barrel section and the stem. The couplings shall be so designed that in case of traffic collision the barrel and stem collar will break before any other part of the hydrant breaks. u) Hydrant Adjustment - The hydrant shall be designed as to permit its extension without excavating after the hydrant is completely installed. v) Breakable Collars, Barrel and Stem - Weakened steel or weakened cast iron bolts that are used in the breakable barrel couplings will not be acceptable. w) Operating Stem - Stems that have operating thread located in the waterway shall be made of manganese bronze, Everdure, or other high quality non -corrodible metal. Stems that do not have operating threads located in the waterway must be sealed by a packing gland or "O" -ring seal located between the stem threads and waterway. Iron or steel stems shall be constructed with a bronze sleeve extending through the packing or "O" -ring seal area. The sleeve shall be of sufficient length to be in the packing gland "O" -ring seal in the both open and closed positions of the main valve. The sleeve shall be secured to the steel stem so as to prevent water leakage between the two when subjected to 300 pounds hydrostatic test pressure. 026416 Page 2 of 3 Rev. 3-25-15 x) Drain Valve Mechanism - Drain valves operating through springs or gravity are not acceptable. y) Operating Stem Nut - The operating stem nut shall be designed to prevent seepage or rain, sleet, and the accumulation of dust between the operating nut and the hydrant top. z) Packing Gland or "O" -Ring Seal - Fire hydrants having the threaded part of the stem at the hydrant top shall be equipped with a packing gland or an "O" -ring seal immediately below the threaded section of the stem. 3. CONSTRUCTION METHODS Fire hydrants shall be installed as shown on drawings. Minimum burial length shall be 3 feet. Breakable couplings shall be located at least 2 inches and less than 6 inches above fmish 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 WASTEWATER FLOWS (TEMPORARY BYPASS PUMPING SYSTEMS) 1. GENERAL 1.1 DESCRIPTION A. This specification shall govern all work necessary for designing, installing, implementing, operating, and maintaining a temporary bypass pumping and flow control system, as provided by the Contractor for the purpose of diverting wastewater flow around the work area for the duration necessary to complete the work (i.e., control of wastewater flows). The Contractor shall furnish all materials, labor, equipment, power, maintenance, and incidentals required to maintain continuous and reliable wastewater service in all lines for the duration of the project. 1.2 SUBMITTALS A. Bypass Pumping Plan Form: It shall be the Contractor's responsibility to legibly and thoroughly complete, in its entirety, the attached Bypass Pumping Plan Form and submit it to the Engineer and/or the appropriate City staff for review and approval, prior to the installation of any pumping system proposed for use. Unless the bypass pumping is associated with an emergency work order, the standard approval protocol is as follows: The Contractor prepares and submits the plan to the Engineer a minimum of 7 days prior to mobilizing to site. The Engineer reviews the bypass plan and coordinates approval with Engineering Services and the Operating Department. Engineer and City will put forth a reasonable level of effort to expedite the review and approval process. No deviation from the procedure shall be allowed. B. Bypass Pumping Plan Schematic: In addition to the above referenced form, the Contractor shall also furnish a sufficiently detailed schematic drawing identifying the approximate location of all bypass pumping system components. The schematic drawing shall clearly label parallel/crossing streets, identify landmark structures, and depict the locations of all pumps and piping. At a minimum, the bypass pumping plan schematic drawing and associated attachments should include the following items: 1) Pump curves showing designed operation point for this specific project 2) Approximate location of bypass system pumping components 3) Location of manhole or access point for suction and discharge 4) Configuration, routing, location and depth of the suction and discharge piping 5) General arrangement/type of additional support equipment. 6) Temporary pipe supports, anchoring and thrust restraint blocks, if required 7) Traffic Control Plan and Traffic Department permit if the bypass is within the right- of-way. 8) Description of the method for removing pressure and all wastewater from existing force mains being taken out of service, if necessary. 9) All other City -department and Regulatory requirements. 027200 Page 1 of 7 Rev. 10-30-2014 10) Sewer plugging locations, method, and types of plugs 11) Method of protecting discharge manholes or structures from erosion and damage. 1.3 RESPONSIBILITY / AUTHORITY A. It is essential to the operation of the existing wastewater system that there is no interruption in the flow of wastewater throughout the duration of the project. The Contractor shall be completely responsible for designing, scheduling, providing, installing, operating, fueling and maintaining the temporary bypass pumping system in a manner that does not cause or contribute to overflows, releases, or spills of wastewater from the wastewater or bypass system. The Contractor shall neither anticipate nor expect any assistance from the City of Corpus Christi departments for any of the bypass operation. B. Contractor shall provide a responsible employee to man the bypass system 24 hours per day, 7 days per week during operation. The monitoring employee shall be properly trained, experienced, and mechanically qualified such that they can quickly and effectively address any potential emergency and non -emergency situations associated with the bypass system which must remain in operation. The wastewater and bypass systems should be inspected at least once every 2 hours. The Contractor shall be responsible for ensuring that the wastewater collection system is not compromised during bypass installation or operation, and contractor shall ensure that the system operates properly during this period. C. The Contractor shall consider and be responsible for the impacts on the collection system area, both upstream and downstream of the bypass and shall maintain the system in a manner that will protect public and private property from damage and flooding. Upstream impacts may include, but are not limited to backups and overflows. Downstream impacts may include, but are not limited to surcharges and overflows. D. Contractor shall make all effort to minimize spills of raw wastewater during the improvements and bypassing. All spills and sanitary sewer overflows shall immediately be reported to the City at 361-826-2489 and the Contractor shall be solely responsible for wash down, clean-up and disinfection of said spillages or overflows to the satisfaction of the owner at no additional cost to the City of Corpus Christi. E. The City is permitted through the Texas Commission on Environmental Quality to operate the wastewater system. The final authority comes from the City as to the operation of the wastewater system and as such it reserves the right to halt the bypassing operation at any time in order to maintain public health and safety. 027200 Page 2 of 7 Rev. 10-30-2014 2. PRODUCTS 2.1 MATERIALS A. Bypass Pumps a. Pumps shall be fully automatic self -priming pumps that do not require the use of foot -valves or vacuum pumps in the priming system. The pumps may be electric or diesel powered. Pre -approved manufacturers are Godwin or Rain -for -Rent. Approved equals may be considered by the Engineer if they meet all requirements in this specification but Contractor shall provide submittal package for Engineer's review and approval prior to installation. Pumps shall be equipped with critically silenced, sound attenuated enclosures with a maximum 65 dB (10 -feet from pump), a diesel day tank with a minimum 24-hour runtime without refuel, and automatic start/stop controls for each pump. b. Pumping capacity of the bypass pump shall be capable of handling the flow conditions at all times and shall provide a minimum of 1.5 times the existing capacity of whatever line or lift station is being bypassed. c. The Contractor shall have adequate standby equipment available and ready for immediate operation and use in the event of an emergency or breakdown. In critical installations, as determined by the Engineer, one standby pump for each size pump utilized shall be installed at the mainline flow bypassing locations, ready for use in the event of primary pump failure. B. Suction and Discharge Piping: Determined according to pump size, flow calculations, system operating conditions, manhole depth, and length of suction piping in accordance with the pump manufacturers specifications and recommendations. In order to prevent the accidental spillage of flows, all discharge systems shall be temporarily constructed of heavy-duty pipe with positive restrained joints. a. High Density Polyethylene (HDPE) i. Homogeneous throughout, free of visible cracks, discoloration, pitting, varying wall thickness, holes, foreign material, blisters, or other deleterious faults. Defective areas shall be cut out and butt -fusion welded as per manufacturer's recommendations. ii. Assembled and joined at site using couplings, flanges, or butt -fusion method to provide leak proof joint, as per manufacturer's recommendations and ASTM D- 2657. iii. Fusing must be performed by personnel certified as fusion technicians by manufacturer of HDPE pipe and/or fusing equipment. Fused joints shall be watertight and have tensile strength equal to that of pipe. iv. HDPE is required to be used in or adjacent to environmentally sensitive areas. b. Polyethylene Plastic Pipe (PE) i. High density solid wall and following ASTM F714 Polyethylene (PE) Plastic Pipe (SDR -DR) based on outside diameter, ASTM D1248 and ASTM D3550 ii. Homogeneous throughout, free of visible cracks, discoloration, pitting, varying wall thickness, holes, foreign material, blisters, or other deleterious faults. c. Quick -Disconnect Steel Galvanized Pipe and Heavy -Duty Flexible Hoses 027200 Page 3 of 7 Rev. 10-30-2014 i. Must consist of heavy-duty steel with high tensile strength, x-ray welded, abrasion resistant and suitable for intended service with a maximum pressure rating of at least 174 PSI ii. Bauer quick -disconnect fittings/joints shall be restrained and watertight. Joints shall consist of vacuum sealing O -rings to help pumps prime faster and perform at their designed flow rates with no leaks, even at high pressure ratings iii. Joints shall provide 30 -degree articulation at every coupling and shall not require perfect alignment to make each connection. iv. The galvanized couplings shall not be hindered by sand, mud, and grit. d. Valves and Fittings i. Contractor shall provide valves and fittings as necessary and in accordance with the approved pipe materials shown above. e. Plugs i. Selected and installed according to size of line to be plugged, pipe, manhole configurations, and based on specific application. ii. Prior to use, Engineer may inspect plugs for defects which may lead to failure. iii. Contractor shall provide additional plugs in the case of failure f. Miscellaneous i. When temporary piping crosses local streets/roadways and private driveways, Contractor shall provide traffic ramps or covers designed, installed, and maintained for H-20 loading requirements while in use. 3. EXECUTION 3.1 SCHEDULING & COORDINATION A. Unless the bypass pumping is associated with an emergency work order, the Contractor shall provide a minimum of 48 hour notice to the Engineer and Wastewater Department for the startup of bypass operations once the completed bypass plan has been approved by the design engineer. Unless needed otherwise for emergency work, no bypassing shall be initiated on Friday, Saturday or Sunday, or the day immediately preceding a City holiday. B. Inclement Weather: The Contractor shall not be allowed to commence bypass operation should inclement weather be forecast for the period of the scheduled improvements. C. Under special circumstances, as identified by the Engineer, where critical lines with large service areas are being bypassed, the Contractor is responsible for setting up a meeting between the Engineer/City/Operating Department to affirm and coordinate the approved bypass plan and to verify the intended site installation conforms to the approved plan. Engineer may also require the bypass system to be in service for at least 24 -hours prior to taking existing gravity lines or force mains out of service to demonstrate reliability. D. Before beginning bypass operations, the Engineer/City Operating Department must be notified for field verification of pumps, piping, and equipment, etc., to ensure the site installation conforms to the approved plan. 027200 Page 4 of 7 Rev. 10-30-2014 E. Before beginning bypass operations, the Contractor shall confirm appropriate emergency contact information has been provided to the City and Engineer on the Bypass Pumping Plan Form including emergency cell phone number of bypass operators/monitors responsibly manning the bypass system 24 hours per day along with the project superintendent and pump supplier. F. The Contractor can work extended hours, if approved by the Engineer, to perform the improvements during the bypass operation. Work during extended hours cannot create a nuisance for the neighbors. G. Once a lift station is taken out of service and bypass operations begun, work shall be continuous on the lift station improvements until all improvements are completed and the lift station is returned to normal service. H. The Contractor shall cease bypass pumping operations and return flows to the new and/or existing wastewater system when directed by the Owner. This may be expected if the bypass system is not in accordance with this specification or if inclement weather is in the forecast. 3.2 INSTALLATION & OPERATIONS A. Installation of Temporary Force Mains a. Force mains may be placed along shoulder of road, medians, and/or outside of pavement. Do not place in streets or sidewalks without Engineers approval. b. When temporary piping crosses local streets/roadways and/or private driveways, Contractor shall provide traffic ramps or covers designed, installed, and maintained for H-20 loading requirements while in use. c. When traffic ramps cannot be used, install temporary piping in trenches and cover with temporary pavement, as approved by the Engineer. B. Discharge piping to gravity lines or manholes shall be designed in such a manner as to prevent discharge from contacting manhole walls or benching with as minimal turbulence as possible. C. Plugging or blocking of wastewater flows shall incorporate a primary and secondary plugging device. When plugging or blocking is no longer needed for performance and acceptance of work, it is to be removed in a manner that permits the wastewater flow to slowly return to normal without surge, to prevent surcharging or causing other major disturbances downstream. D. The Contractor shall not cut existing force mains or gravity lines until it is determined that the containment area in place is sufficient for handling any wastewater within the pipe. E. Some locations may require multiple bypass systems. If bypass system is provided with air release valves, then the valve drains shall be piped to a manhole for discharge. F. Upon completion of the bypass pumping operations, remove piping, restore property to pre -construction condition and restore pavement. 027200 Page 5 of 7 Rev. 10-30-2014 4. MEASUREMENT AND PAYMENT Unless otherwise specified in the Bid Form, Control of Wastewater Flows (Temporary Bypass Pumping Systems) shall not be measured for pay but will be considered subsidiary to the applicable pay item, to include all material, labor, equipment and supervision necessary to complete the bypass design, planning, coordination, installation, operation, maintenance and removal. 027200 Page 6 of 7 Rev. 10-30-2014 BYPASS PUMPING PLAN FORM Date: Project Title: No.: Engineer: Contractor: Service Area: Start Date & Time: 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: Diesel or Electric Total Number of Pumps/Standby Pumps: Total & Firm Capacity (GPM @ TDH): Vacuum Trucks (if required, number and capacity): Contractor Personnel Manning Bypass System (24 hours/day): Name: Phone: Name: Phone: Emergency Contacts: Name: 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 and/or lift station names as applicable), equipment location, and proposed sequencing. ❑ ❑ Has traffic control plan been appropriately modified to facilitate the bypass pumping equipment? ❑ ❑ Pumps: Self -priming & Critically Silenced. Provide pump curve with Bypass plan. (Requirement). ❑ ❑ Contractor shall coordinate with Supplier for appropriate instruction and training on pump operation. ❑ ❑ Have emergency and/or backup provisions been made for quick pump change out in the case of system failure? ❑ ❑ Contractor has confirmed no rain (less than '/2 -in) in the forecast? Prepared by: Reviewed by: Contractor Representative Date Wastewater Representative Date 027200 Page 7 of 7 Rev. 10-30-2014 SECTION 027202 MANHOLES 1. DESCRIPTION This specification shall govern the furnishing of all materials and construction of manholes composed of a concrete base and concrete walls as shown on the drawings, to the lines, grades and dimensions shown on drawings or established by the Engineer. 2. MATERIALS Concrete for cast -in-place storm water manholes and storm water junction boxes shall be Class C (3,600 psi at 28 days). Manholes for wastewater shall be made from fiberglass only, in accordance with City Standard Specification Section 027205 "Fiberglass Manholes". Mortar for plastering shall be one (1) part Portland cement to three (3) parts clean hard and sharp mortar sand, free of all foreign substances or injurious alkalis. Reinforcing steel, where used, shall conform to the requirements of Section 032020 "Reinforcing Steel". All wastewater manhole rings and covers for streets shall be East Jordan Iron Works, Inc. product V1430 CV or V1420/1480 Z 1, or pre -approved equal, and shall have the seating surface of ring and cover machined to secure a snug fit per the City Standard Wastewater Details. All storm water manholes shall be East Jordan Iron Works, Inc. product V1168 assembly, and for school zones shall be a bolted assembly per the City Standard Storm Water Details. Steps are not required for wastewater and storm water manholes. Joint material for precast concrete manholes shall be Ram-Nek Flexible Plastic Gaskets as manufactured by K. T. Snyder Company, Houston, Texas, or an approved equal. 3. EXCAVATION The Contractor shall do all necessary excavation for the various manholes, conforming to size and dimensions shown on plans plus a maximum of four (4) feet working room. Excavation shall not be carried to greater depth than required. Subgrade under manhole footings shall be compacted to not less than 95% Standard Proctor density. Shoring shall be the responsibility of the Contractor and shall be installed as necessary. Shoring shall not be removed or backfilled around until entire manhole is completed, unless authorized by the Engineer. Shoring shall remain in place at least twenty-four (24) hours after concrete work has been completed. 027202 Page 1 of 3 Rev 3-25-2015 4. CONCRETE MANHOLES (STORM WATER ONLY) (1) Formed -in -Place Manholes: Where formed concrete is used, forms shall be built to dimensions shown on the standard details. Inserts and openings shall be formed so concrete will not be injured during process of stripping forms. Forms shall be braced and tied to prevent spreading or bulging, and shall meet approval of the Engineer prior to placing concrete. Forms shall remain in place for minimum of twenty-four (24) hours, and shall be removed within a maximum time of seven (7) days after completion of concrete work. Reinforcing steel, if required, shall be as shown on the plans. The bottom of manholes shall be carefully formed and inverted smoothly when finished, with pipes cut to fit inside surface of walls. (2) Precast Manholes Precast manholes shall allow unobstructed view of all pipes connected to the manhole. Precast manholes shall be designed to support HS -20 traffic loading and designed by a Texas licensed professional engineer. The upper 18 inches of the corbel shall be brick to facilitate subsequent grade adjustment. Either concentric or eccentric cones may be required. Where not specified, eccentric cones shall be used. Manhole designs shall be submitted for approval by the Engineer. 5. GENERAL CONSTRUCTION METHODS All items shall be installed as the work progresses and as shown on the standard details. Work shall be completed and finished in a careful workmanlike manner, with special care being given to sealing joints around all pipe extending through walls of the manholes. After finishing walls, the bottom of the manhole shall be completed by adding sufficient concrete to shape the bottom in conformity with requirements on the plans. Where old manholes are adjusted to meet new lines and grades, all old masonry or concrete shall be thoroughly cleaned and wetted before joining new masonry or concrete to it. HDPE adjustment rings are to be used to match roadway grade. A maximum of 18" of adjustment rings may be utilized. 6. BACKFILLING/LEAKAGE TESTING Backfilling around the manholes shall commence as soon as concrete or masonry has been allowed to cure the required time and forms and shoring have been removed. Backfill shall be placed in layers of not more than six inches (6") and compacted to a minimum of 95% Standard Proctor density before next layer is installed. Wastewater manholes shall withstand a leakage test not to exceed the values stated in City Standard Specification Section 027205 "Fiberglass Manholes", except that an additional 10 percent of loss will be permitted for each additional two feet head over a basic two -foot internal head. 027202 Page 2 of 3 Rev 3-25-2015 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, manholes shall be measured by each individual structure built, and paid for at the unit price bid per each, of the size, type and depth specified, complete in-place, and meeting the approval of the Engineer. "Complete in-place" shall mean all labor, materials, tools, equipment and incidentals necessary to furnish and install the manholes, excavation, compaction, backfilling, dewatering, concrete foundation, connections, adjustment rings, ring and cover, concrete work, leakage testing, video inspection, and adjust the manholes to finish grade. Extra depth for wastewater manholes over six feet in depth shall be measured by the vertical foot and shall be paid for at the price bid per vertical foot for "Extra Depth for Manholes". Rehabilitation of existing manholes with fiberglass inserts shall be measured by each individual structure rehabilitated, and paid for at the unit price bid per each, of the size, type and depth specified, complete in-place, and meeting the approval of the Engineer. "Complete in-place" shall mean all labor, materials, tools, equipment and incidentals necessary to furnish and install the rigid fiberglass manhole inserts, make connections, grout the annular space, backfilling, adjustment rings, ring and cover, concrete work, leakage testing, and adjust the manholes to finish grade. 027202 Page 3 of 3 Rev 3-25-2015 SECTION 027203 VACUUM TESTING OF WASTEWATER MANHOLES AND STRUCTURES 1. DESCRIPTION This specification governs all work and materials necessary to perform vacuum testing of new or existing wastewater manholes. Manholes may be tested after installation with all connections (existing and/or proposed) in place. Vacuum testing may be performed prior to or after backfilling by the installer. Final acceptance, in accordance with the requirements of this specification, will consist of vacuum testing of the completed and installed structure (manhole) in place to include manhole/adjustment rings and manhole casting. 2. MATERIALS Vacuum testing shall consist of a minimum of the following: (a) Engine. (b) Vacuum Pump. (c) Hose. (d) Test Head device capable of sealing opening in manhole casting as required. (e) Pneumatic Test Plugs - these plugs shall have a sealing length equal to or greater than the diameter of the connecting pipe to be sealed. 3. PROCEDURE (a) The test head shall be placed at the top of the manhole in accordance with the manufacturer's recommendations. (b) A vacuum of 10 inches of mercury shall be drawn on the manhole, the valve on the vacuum line of the test head closed, and the vacuum pump shut off. The time shall be measured for the vacuum to drop to 9 inches of mercury. (c) The manhole shall pass if the time for the vacuum reading to drop from 10 inches of mercury to 9 inches of mercury meets or exceeds the values indicated in Table 1. (d) If the manhole fails the initial test, necessary repairs shall be made by an approved method. The manhole shall then be retested until a satisfactory test is obtained. 027203 Page 1 of 2 Rev. 10-30-2014 TABLE 1 - Minimum Test Times for Various Manhole Diameters (ASTM C1244) Depth Diameter (inches) (feet) 42 48 54 60 72 Time (seconds) 8 17 20 23 26 33 10 21 25 29 33 41 12 25 30 35 39 49 14 30 35 41 46 57 16 34 40 46 52 67 18 38 45 52 59 73 20 42 50 53 65 81 22 46 55 64 72 89 24 51 59 64 78 97 26 55 64 75 85 105 28 59 69 81 91 113 30 68 74 87 98 121 4. TESTING AND CERTIFICATION (a) Testing shall be done by the Contractor and witnessed by the Engineer or his designated representative. All manholes and structures shall be tested as finished and completed for final acceptance. (b) ANY DEFECTIVE WORK OR MATERIALS shall be corrected or replaced by the Contractor and retested. This shall be repeated until all work and materials are acceptable. 5. MEASUREMENT AND PAYMENT Unless otherwise indicated on the Bid Form, vacuum testing of wastewater manholes and structures will not be measured for pay. Such items shall be considered subsidiary to pay items applicable for Fiberglass Manholes, complete and in-place. 027203 Page 2 of 2 Rev. 10-30-2014 SECTION 027205 FIBERGLASS MANHOLES 1. DESCRIPTION This specification shall govern all work required for providing, installing and adjusting fiberglass manholes required to complete the project. 2. GENERAL Fiberglass manholes shall be installed at the locations indicated on the drawings. 3. MATERIALS A. Manholes Fiberglass manholes shall be fabricated in accordance with ASTM D3753 -"Standard Specification for Glass -Fiber -Reinforced Polyester Manholes and Wetwells," latest edition, and the referenced design criteria as follows: 1. ASTM C581 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 on a vertical plane parallel to the footing except where specifically approved otherwise by the Engineer. The Contractor shall provide and install any sheeting, shoring, and bracing as necessary to provide a safe work area as required to protect workmen, structures, equipment, power poles, etc. The Contractor shall be responsible for the design and adequacy of all sheeting, shoring and bracing. The sheeting, shoring, and bracing shall be removed as the excavation is backfilled. Sloping Sides: In unimproved areas where sufficient space is available, the Contractor will be allowed to back slope the sides of the excavation. The back slope shall be such that the excavation will be safe from caving. Safety requirements shall govern the back slope used. De -watering: The Contractor shall keep the excavation free from water by use of cofferdams, bailing, pumping, well pointing, or any combination, as the particular situation may warrant. All de -watering devices shall be installed in such a manner as to provide clearance for construction, removal of forms, and inspection of exterior of form work. It is the intent of these specifications that the foundation be placed on a firm dry bed. The foundation bed shall be kept in a de -watered condition for a sufficient period of time to 027205 Page 3 of 6 Rev 3-25-2015 insure the safety of the structure, but in no case shall de -watering be terminated sooner than seven (7) days after placing concrete. All de -watering methods and procedures are subject to the approval of the Engineer. The excavation shall be inspected and approved by the Engineer before work on the structure is started. The Contractor shall provide a relatively smooth, firm foundation bed for footings and slabs that bear directly on the undisturbed earth without additional cost to the City, regardless of the soil conditions encountered. The Engineer will be the sole judge as to whether these conditions have been met. The Contractor shall pile excavated material in a manner that will not create an unsafe condition. Unauthorized Over -Excavation: Excavation for slabs, footings, etc., that rest on earth, shall not be carried below the elevation shown on the drawings. In the event the excavation is carried below the indicated elevation, the Contractor shall bring the slab, footing, etc., to the required grade by filling with concrete. Wall Preparation for Pipe Penetrations: For sanitary sewer application, pipe penetrations for pipe sizes 4 -inch through 15 -inch shall be made with appropriately sized core drill bits recommended by the manufacturer. Pipe penetrations other than described above and as authorized by the Engineer shall be made as follows: cut shall be equal to the outside diameter of pipe to pass through it, plus 1/2 inch. Cuts are to be made using electric or gasoline powered circular saw with masonry blade. Impact type tools shall not be used. Handling: Manholes shall be handled and stored in a safe manner as necessary to prevent damaging either the manhole or the surroundings. If manhole must be moved by rolling, the ground which it traverses shall be smooth and free of rocks, debris, etc. Manholes shall be lifted as specified by the manufacturer. Height Adjustment: If necessary, utilize HDPE adjustment rings to adjust the manhole to the correct grade elevation. A maximum of 18" of adjustment rings may be utilized. Installation: Lower manhole into wet concrete until it rests at the proper elevation, and a minimum of six (6) inches into concrete, then plumb. Backfill Material: Unless shown otherwise on the drawings, initial backfill around manholes (from subgrade to five feet (5') above the top of the concrete footing) shall be flowable grout. The remaining final backfill around manholes shall be cement -stabilized sand, or approved equal, containing a minimum of 2 sacks of standard Type I or Type II Portland cement per cubic yard of sand, free of large hard lumps, rock fragments or other debris. The material shall be free of large lumps or clods which will not readily break down under compaction. This material shall be subject to approval by the Engineer. Backfill material shall be free of vegetation or other extraneous material. Topsoil should be stockpiled separately and used for finish grading around the structure, if necessary. 027205 Page 4 of 6 Rev 3-25-2015 Schedule of Backfilling: The Contractor may begin backfilling around manhole as soon as the concrete has been allowed to cure and the forms removed. Compaction: Backfill shall be placed in layers not to exceed 6 inches compacted thickness and mechanically tamped to at least 95% Standard Proctor density (ASTM D698). Backfill shall be placed in such a manner as to prevent any wedging action against the structure. Contractor shall follow operational requirements for bypass pumping as set forth in City Standard Specification Section 027200 "Control of Wastewater Flows". 5. TESTING Manholes shall be tested for leakage by either of two tests as specified by the Engineer. Water Leakage Test: The Contractor shall provide water, labor, and materials for testing. Testing shall be as follows: 1. With sewers plugged, the manhole shall be filled with water. 2. The manhole shall be checked after 24 hours have elapsed. 3. Water loss shall not exceed 2.4 gallons per foot of depth for the 24-hour period for 4 -foot diameter manholes, or 3.0 gallons per foot of depth for the 24-hour period for 5 -foot diameter manholes. Water loss shall not exceed 0.6 gallon per foot of diameter per foot of depth for the 24-hour period for all sizes of sanitary manholes. 4. If the manhole is within 9 feet of a waterline that is not or cannot be encased, the manhole shall be tested for no leaks and no noticeable loss of water shall be experienced for the 24-hour period. If water loss is excessive, the Contractor shall correct the problem and the manhole shall be retested. Vacuum Test: Vacuum testing shall be in accordance with City Standard Specification Section 027203 "Vacuum Testing of Wastewater Manholes and Structures". 6. GRADE ADJUSTMENT OF EXISTING FIBERGLASS MANHOLES The adjustment of the ring and cover is to be achieved by removal or addition of HDPE grade adjustment rings that rest above the fiberglass corbel. If the ring and cover must be lowered to the extent that the new elevation cannot be achieved by removal of adjustment rings and it is necessary to remove a section of the fiberglass manhole, this work shall be done as described below. Note that manhole repair kits are available for this work. Remove the appropriately sized section of the existing manhole from the vertical manhole wall at least 6 inches below the seam where the corbel meets the vertical wall. 027205 Page 5 of 6 Rev 3-25-2015 Excavate evenly around the manhole as required. Mark, cut and remove the required section of the manhole. Make a square cut as necessary for a good butt splice. Grind and clean ends of fiberglass that are to be re -united. Replace and align the top. Fiberglass a 6 -inch strip along the outside seam all around with two layers of mat with one layer of woven roving sandwiched between. After the outside has set, go on the inside and fill any voids in the seam with epoxy or material provided by the manhole manufacturer for use in such application. After the putty has set, fiberglass a 6 -inch strip on the inside as previously done on the outside. After curing, backfill with cement -stabilized sand, as described above, compacted to a minimum of 95% Standard Proctor density (ASTM D698) or as directed by the Engineer or his designated representative. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, fiberglass manholes shall be measured per each for each size (diameter) of manhole indicated. Payment shall be made at the unit price bid and shall fully compensate the Contractor for all materials, labor, tools, equipment, and incidentals required to complete the work. Payment shall include, but not be limited to; excavation, dewatering, compaction, concrete foundation, manhole assembly, connections, cast iron frame and cover, adjustment to finish grade, concrete work, backfill, leakage testing, bypass pumping, and other work as required to complete the fiberglass manhole. Extra depth for a sanitary manhole over 6 feet in depth will be measured by the vertical foot of depth in excess of 6 feet and bid as "Extra Depth for Manhole (Wastewater)". Rehabilitation of existing manholes with fiberglass inserts shall be measured by each individual structure rehabilitated, and paid for at the unit price bid per each, of the size, type and depth specified, complete in-place, and meeting the approval of the Engineer. "Complete in-place" shall mean all labor, materials, tools, equipment and incidentals necessary to furnish and install the rigid fiberglass manhole inserts, make connections, grout the annular space with flowable grout, backfilling, leakage testing, and adjust the manholes to finish grade. 027205 Page 6 of 6 Rev 3-25-2015 SECTION 027207 REHABILITATION OF MANHOLES AND WET WELLS WITH SHOTCRETE AND WATERPROOFING (S-74) 1. SCOPE - SHOTCRETING The work covered by these specifications consists of furnishing all labor, equipment, materials, and performing all operations in connection with the rehabilitation of manholes with shotcrete and waterproofing, complete in strict accordance with these specifications and the applicable drawings and subject to the terms and conditions of the contract. 1.1 Shotcrete: 1.1.1 Shotcreting shall conform to all requirements of "Specifications for Materials, Proportioning, and Application of Shotcrete (ACI -506.2-77)" published by the American Concrete Institute, Detroit, Michigan, except as modified by these specifications. 1.1.2 Steel reinforcement shall be incorporated in the shotcrete as required and shall be furnished, bent, set and placed in accordance with the provisions of these specifications. 1.1.3 The purpose of this specification is to obtain a dense and durable concrete having the specified strength. 1.2 Composition: 1.2.1 Shotcrete shall be composed of Portland Cement, aggregate and water so proportioned as to produce a concrete suitable for pneumatic application. 1.3 Strength Requirements: 1.3.1 Concrete ingredients shall be selected, proportioned in such a manner as will produce concrete which will be extremely strong, dense and resistant to weathering and abrasion. Concrete shall have a minimum 28 -day strength of 4,000 psi. 1.4 Materials: 1.4.1 Portland Cement 1.4.1.1 Cement shall be Portland Cement conforming to all of the requirements of the American Society for Testing Materials Standard Specifications, Latest Serial Designation C150 for Portland Cement, Type I. 1.4.1.2 When weighed in the conventional manner, Portland Cement shall weigh not less than 94 pounds per cubic foot. 1.4.2 Fine Aggregate 1.4.2.1 Fine aggregate shall be natural siliceous sand consisting of hard, clean, strong, durable and uncoated particles, conforming to the requirements of American Society for Testing Materials Standard Specifications, Latest Serial Designation C33 for Concrete Aggregates. 027207 Rev. 11/89 Page 1 of 7 1.4.2.2 Fine aggregate shall not contain less than 3% nor more than 6% of moisture. 1.4.2.3 Fine aggregate shall be evenly graded from fine to coarse and shall be within the following limits: Passing No. 3/8 sieve 100% Passing No. 4 sieve 95% to 100% Passing Go. 8 sieve 80o to 100% Passing No. 16 sieve 50o to 85% Passing No. 30 sieve 25% to 60o Passing No. 50 sieve 10o to 30% Passing No. 100 sieve - 2% to 10% 1.4.3 Water 1.4.3.1 Water used in mixing at the nozzle shall be fresh, clean, and free from injurious amounts of oil, acid, alkali, vegetable, sewage and/or organic matter. Water shall be considered as weighing 8.33 pounds per gallon. 1.4.4 Reinforcement 1.4.4.1 Reinforcement bars shall conform to the latest requirements of ASTM Standard Specifications, Serial Designation A 615 for Deformed Billet Steel Bars for Concrete Reinforcement. Unless shown otherwise on the plans, all bars shall be Grade 40. 1.4.4.2 Steel mesh reinforcement shall be electrically welded, cold drawn, mild steel fabric conforming to the latest requirements of ASTM Standard Specifications, Serial Designation A 185 for Welded Steel Wire Fabric for Concrete Reinforcement. Mesh can be fabricated from cold -drawn steel wire conforming to the requirements of the latest ASTM Standard Specifications, Serial Designation A 82. Unless otherwise shown on the plans, mesh shall be 2 x 2 - WO.9 x WO.9 galvanized welded wire fabric. 1.4.5 Storage of Materials 1.4.5.1 Cement shall be stored with adequate provisions for the prevention of absorption of moisture. It shall be stored in a manner that will permit easy access for inspection and identification of each shipment. 1.4.5.2 Aggregate shall be stockpiled at points selected to provide maximum drainage and to prevent the inclusion of any foreign material during rehandling. 1.4.5.3 On delivery to the site of the work, the steel reinforcement shall be carefully bundled, tagged and stored so the bars for any position in the work may be readily identified. All reinforcing steel shall be stored on approved material above the ground. 1.5 Sampling and Testing Cement and Aggregate 1.5.1 The Contractor shall determine the source, kind and quality of the cement and aggregates to be used in the work well in advance of the time scheduled for starting the work and, when so directed, shall submit such information for approval before starting shotcrete operations. 027207 Rev. 11/89 Page 2 of 7 1.5.2 The cost of testing cement and aggregates shall be borne by the City. Certified test reports and certificates, when so directed, shall be submitted in duplicate to the Engineer and to such other agencies or persons as he may designate. 1.5.3 Where cement and aggregate suppliers maintain regular recognized testing services, certified copies of such tests shall be submitted to the Engineer. However, in any case of doubt as to the accuracy and/or adequacy of such tests, the Owner may require that cement and aggregates be tested by a recognized commercial testing laboratory which has been selected by the Contractor and approved by the Owner. The testing laboratory shall then test the cement and aggregates and prepare written reports showing the results of such tests on each shipment. The laboratory shall also certify that the materials covered by the report comply in all respects with these specifications. 1.5.4 No cement or aggregate which fails to meet the requirements of these specifications shall be incorporated into the work. 1.6 Surface Preparation 1.6.1 Unsound materials of construction and all coated, scaly, or unsound material shall be removed by chipping with pneumatic hammers and chisels to sound surface; all cracks and cavities shall be chipped to such formation that their sides form approximately a 45 -degree angle to the exposed surface for at least one (1) inch in depth. All areas to receive pneumatic concrete shall be cleaned by flushing or scouring with water and compressed air jets to assure removal of all loose particles. All areas of existing surfaces shall be given a wet sandblasting with the shotcrete equipment and the air pressure at the cement gun shall not be less than 50 psi or hydroblast @ min. 6000 psi. A caustic wash comprised of sodium hydroxide solution at a ratio of one quart of 50o Sodium Hydroxide Solution to 100 gallons of water shall be applied to all surfaces. The mixing, application, and removal of the solution shall be done with caution to avoid contact with body and in a workmanlike manner. The solution shall remain on the surface for at least 15 minutes. Once the solution has been washed completely off, the surface shall be allowed to dry before application of replacement materials. 1.6.2 To insure perfect bond, the newly chipped, sandblasted, and washed surface shall be thoroughly moistened with water prior to application of shotcrete. In no instance shall shotcrete be applied in an area where free running water exists. 1.7 Proportioning 1.7.1 Prior to start of shotcreting, the Contractor shall submit to the Engineer the recommended mix as a ratio of cement to aggregate. Recommended mix shall be on the basis of test data from prior experience and capable of producing the required 4,000 psi compressive strength. Provided data submitted is adequate, no further testing of recommended mix will be required. 1.7.2 The Contractor shall provide all equipment necessary to control the actual amounts of all materials entering into the concrete. The types of equipment and methods used for measuring materials shall be subject to approval. 027207 Rev. 11/89 Page 3 of 7 1.8 Mixing 1.8.1 Shotcrete shall be thoroughly mixed by machine and then passed through a sieve to remove all large particles before placing in hopper of the cement gun. The mixture shall not be permitted to become damp. Each batch should be entirely discharged before recharging is begun. The mixer shall be cleaned thoroughly enough to remove all adherent materials from the mixing vanes and from the drum at regular intervals. 1.8.2 Water shall not be added to the mix before it enters the cement gun. Quantities of water shall be controlled by a valve at the nozzle of the gun. Water content shall be adjusted as required for proper placement, but shall in no case exceed four gallons of water per sack of cement, including the water contained in the aggregate. 1.8.3 Remixing or tempering shall not be permitted. Mixed material that has stood 45 minutes without being used shall be discarded. Rebound materials shall not be reused. 1.9 Application 1.9.1 Shotcrete shall not be placed on a frozen surface nor during freezing weather. Shotcrete shall not be placed when it is anticipated that the temperature during the following 24 hours will drop below 32 degrees Fahrenheit. 1.9.2 Sequence of application may be from bottom to top or vice versa if rebound is properly removed. 1.9.3 Corners shall be filled first. "Shooting" shall be from an angle as near perpendicular to the surface as practicable, with the nozzle held approximately 3 feet from the work (except in confined control). If the flow of material at the nozzle is not uniform and slugs, sand spots, or wet sloughs result, the nozzleman shall direct the nozzle away from the work until the faulty conditions are corrected. Such defects shall be replaced as the work progresses. 1.9.4 Shotcreting shall be suspended if: Air velocity separates the cement from the sand at the nozzle. Temperature approaches freezing and the newly placed shotcrete cannot be protected. 1.9.5 Shotcrete shall be applied in one or more layers to such total thickness as required to restore the area as detailed over the original lines of the adjoining surface, unless otherwise specified. All cavities, depressions, washouts, and similar failures shall be rebuilt to original lines by use of shotcrete reinforced with wire mesh; where the cavity exceeds 4 inches in depth, a layer of mesh shall be used for each 3 inches of depth of shotcrete. However, in no case shall wire mesh be placed behind existing reinforcement. 1.9.6 The time interval between successive layers in sloping, vertical or overhanging work must be sufficient to allow initial but not final set to develop. At the time the initial set is developing, the surface shall be cleaned to remove the thin film of laitance in order to provide a perfect bond with succeeding applications. 1.10 Construction Joints 027207 Rev. 11/89 Page 4 of 7 1.10.1 Construction joints or day's work joints shall be sloped off to a thin, clean, regular edge, preferably at a 45 -degree slope. Before placing the adjoining work, the slope portion and adjacent shotcrete shall be thoroughly cleaned as necessary, then moistened and scoured with an air jet. 1.11 Surface Finish 1.11.1 Nozzleman shall bring the shotcrete to an even plane and to well -formed corners by working up to ground wires or other guides, using somewhat lower placing velocity than normal. 1.11.2 After the body coat has been placed, the surface shall be trued with a thin -edge screed to remove high areas and expose low areas. Low areas shall be properly filled with concrete to insure a true, flat surface. 1.11.3 After the concrete surface has been trued, the entire surface shall be given a flashcoat finish unless a special type finish is specified on the drawings. 1.11.4 Thicknesses: The minimum thickness of the shotcrete shall be 1 -inch over all surfaces. 1.12 Curing 1.12.1 Curing shall be in accordance with either paragraph 3.7.1(d) or paragraph 3.7.5 of ACI 506.2-77 depending upon atmospheric condition. 1.13 Adjacent Surface Protection 1.13.1 During progress of the work, where appearance is important, adjacent areas or grounds which may be permanently discolored, stained, or otherwise damaged by dust and rebound, shall be adequately protected and, if contacted, shall be cleaned by early scraping, brushing or washing as the surroundings permit. 1.14 Inspection 1.14.1 Because of the importance of workmanship affecting the quality of the shotcrete, shotcrete continual inspection during placing shall be maintained. Any imperfections discovered shall be cut out and replaced with sound material. 1.15 Equipment 1.15.1 Cement Gun 1.15.1.1 The mixing and delivering equipment shall be either the vertical double chamber type or rotary type. The upper chamber of the double chamber type shall receive and pressurize the dry mix and deliver it to the lower chamber. The lower chamber shall force the pressurized mix into the delivery hose by means of a feed wheel. The type of feeder utilized should be of sufficient capacity that the lower chamber may continuously furnish all required material to the delivery hose while the upper chamber receives the recharge. The rotary type cement gun shall have an enlarged hopper to feed material into a rotating-multiported cylinder. Material shall fall by gravity into a port which shall then be rotated to a position in which the material is expelled by air into a moving stream of air. All equipment must be kept in good 027207 Rev. 11/89 Page 5 of 7 repair. The interior of drums, feed gearing and valves shall be cleaned as often as necessary (at least once every 8 -hour shift) to prevent material from caking on critical parts. 15.2 Nozzle 1.15.2.1 Nozzle shall be the premixing type with perforated water feed ring inside the nozzle. The maximum length of material hose for the application of shotcrete shall be approximately 150 feet although it shall be permissible to use as much as 800 feet of material hose if the supply air pressure measured at the cement gun is increased to maintain proper velocity. The following table gives requirements for compressor size, hose size, and air pressure using 150 feet of material hose: TABLE I Comp.Cap Max. Hose Max. Size Min Air cfm Dia. In. Nozzle In. Press. psi 365 1-5/8 1-5/8 60 600 2 2 80 750 2-1/2 1-1/2 90 For each 25 feet of material hose used in excess of 150 feet, the required air pressure shall be increased by 5 psi. 1.15.3 Air Compressor 1.15.3.1 Any standard type of compressor shall be satisfactory if it is of sufficient capacity to provide, without interruption, the pressures and volume of air necessary for the longest hose delivery. The air compressor capacity determinations shall include allowances made for the air consumed in blowing rebound, cleaning, reinforcing, and for incidental uses. Compressor equipment shall be of such capacity so as to insure air pressures at the special mixer capable of producing the required material velocities. 1.15.4 Water Supply 1.15.4.1 The water pressure at the discharge nozzle should be sufficiently greater than the operating air pressure to assure the water is intimately mixed with the other materials. If the line water pressure is inadequate, a water pump or pressurized tank shall be introduced into the line. The water pressure shall be uniformly steady (nonpulsating). 1.16 Qualifications 1.16.1 Foremen, Nozzlemen, Gunmen, Reboundmen 1.16.1.1 Before employment on the project, above workmen must satisfy the Engineer that each has done satisfactory work in similar capacities elsewhere for a sufficient period of time to be fully qualified to properly perform the work in accordance with the requirements of the related specifications. 1.16.2 Foremen 027207 Rev. 11/89 Page 6 of 7 similar work. 1.16.2.1 Foreman shall have had at least 4 years experience on 1.16.3 Nozzlemen 1.16.3.1 Nozzlemen shall be qualified workmen, having had at least 2 years experience in similar work, and it shall be his responsibility to: 1. Insure all surfaces to be shot and clean and free of laitance or loose material,using air and air -and -water blast from the nozzle as required. 2. Insure the operating air pressure is uniform and provides proper nozzle velocity for good compaction. 3. Regulates the water content so the mix will be plastic enough to five good compaction and a low percentage of rebound but still enough not to sag. 4. Hold the nozzle at the proper distance and as nearly normal to the surface as the type work will permit, to secure maximum compaction with minimum rebound. 5. Follow a sequence routine that will fill corners with sound shotcrete and encase reinforcement without porous material behind the steel, using the maximum practicable layer thickness. 6. Determine necessary operating procedures for placement in close quarters, extended distances or around unusual obstructions where placement velocities and mix consistency must be adjusted. 7. Direct the crew when to start and stop the flow of materials, and stop the work when material is not arriving uniformly at the nozzle. 8. Insure sand or slough pockets are cut out for replacement. 9. Bring the shotcrete to finished lines in a neat and workmanlike manner. 1.16.4 Gunman 1.16.4.1 Gunman shall operate the special pneumatic mixer and direct the work of the mixer crew. Utilizing his experience, he shall maintain proper pressure on the cement gun to insure the necessary nozzle velocity. He shall further see that the material fed to the nozzle is uniform. 2. WATERPROOFING When indicated on drawings and upon completion of the shotcreting operations, two coats of Drycon (Grey and white), as manufactured by IPA Systems of Philadelphia, PA, shall be applied to the interior surfaces of the manholes. Minimum thickness of each coat shall be 1/16 inch. Alternate waterproofing materials shall be submitted to the Engineer for approval prior to commencing manhole rehabilitation work. 3. MEASUREMENT AND PAYMENT Unless included in the proposal as a bid item, manhole and wetwell rehabilitation shall not be measured and paid but shall be subsidiary to other work. 027207 Rev. 11/89 Page 7 of 7 SECTION 027402 REINFORCED CONCRETE PIPE CULVERTS 1. DESCRIPTION This specification shall govern the furnishing and placing of reinforced concrete pipe culverts and the material and incidental construction requirements for reinforced concrete pipe sewers. The culvert pipe shall be installed in accordance with the requirements of these specifications to the lines and grades shown on the plans, and shall be of the classes, sizes and dimensions shown thereon. The installation of pipe shall include all joints or connections to new or existing pipe, headwalls, etc., as may be required to complete the work. 2. MATERIALS 1. General. Except as modified herein, materials, manufacture and design of pipe shall conform to ASTM C-76 for Circular Pipe. All pipe shall be machine made or cast by a process which will provide for uniform placement of the concrete in the form and compaction by mechanical devices which will assure a dense concrete. Concrete shall be mixed in a central batch plant or other approved batching facility from which the quality and uniformity of the concrete can be assured. Transit mixed concrete will not be acceptable for use in precast concrete pipe. 2. Design. All pipe shall be Class III (Wall "B") unless otherwise specified on the plans. The shell thickness, the amount of circumferential reinforcement and the strength of the pipe shall conform to the specified class as summarized in ASTM C-76 for Circular Pipe. 3. Sizes and Permissible Variations. a. Variations in diameter, size, shape, wall thickness, reinforcement, placement of reinforcement, laying length and the permissible underrun of length shall be in accordance with the applicable ASTM Specification for each type of pipe as referred to previously. b. Where rubber gasket pipe joints are to be used, the design of the Joints and Permissible Variations in Dimensions shall be in accordance with ASTM C-443. 4. Workmanship and Finish. Pipe shall be substantially free from fractures, large or deep cracks and surface roughness. The ends of the pipe shall be normal to the walls and centerline of the pipe within the limits of variations allowed under the applicable ASTM specification. 5. Curing. Pipe shall be cured in accordance with the applicable ASTM Specification for each type of pipe as referred to above. 6. Marking. The following information shall be clearly marked on each section of pipe: 027402 Page 1 of 7 Rev. 3-25-2015 a. The class of pipe. b. The date of manufacture. c. The name or trademark of the manufacturer. d. Marking shall be indented on the pipe section or painted thereon with waterproof paint. 7. Minimum Age for Shipment. Pipe shall be considered ready for shipment when it conforms to the requirements of the tests specified herein. 8. Inspection. The quality of materials, the process of manufacture, and the finished pipe shall be subject to inspection and approval by the Engineer at the pipe manufacturing plant. In addition, the fmished pipe shall be subject to further inspection by the Engineer at the project site prior to and during installation. 9. Causes for Rejection. Pipe shall be subject to rejection on account of failure to conform to any of the specification requirements. Individual sections of pipe may be rejected because of any of the following: a. Fractures or cracks passing through the shell, except for a single end crack that does not exceed the depth of the joint. b. Defects that indicate imperfect proportioning, mixing and molding. c. Surface defects indicating honeycombed or open texture. d. Damaged ends, where such damage would prevent making a satisfactory joint. 10. Repairs. Pipe may be repaired if necessary, because of occasional imperfections in manufacture or accidental injury during the handling, and will be acceptable if, in the opinion of the Engineer, the repairs are sound and properly finished and cured and the repaired pipe conforms to the requirements of the specifications. 11. Rejections. All rejected pipe shall be plainly marked by the Engineer and shall be replaced by the Contractor with pipe that meets the requirements of these specifications. Such rejected pipe shall be removed immediately from the worksite. 12. Jointing Materials. Unless otherwise specified on the plans, the Contractor shall have the option of making the joints by any of the following methods: a. Ram-Nek, a pre -formed plastic base joint material manufactured by K. T. Knyder Company, Houston, Texas, or an approved equal. Use of Talcote as joint material will not be not permitted. Ram-Nek joint material and primer shall be supplied for 027402 Page 2 of 7 Rev. 3-25-2015 use on pipe in the following sizes, which is the minimum that will be required. Additional Ram-Nek may be required if, in the opinion of the Engineer, a proper joint is not secured. Pipe Size Primer Per 100 Jts. Cut Lengths Per Joint 12" 1.5 gals. 11/2 pcs 1" x 2'-5" 15" 1.9 gals. 2 pcs 1" x 2'-5" 18" 2.7 gals. 11/2 pcs 11/ " x 3'-5" 21" 3.8 gals. 2 pcs 11/ " x 3'-5" 24" 6.2 gals. 2 pcs 11/ " x 3'-5" 30" 8.5 gals. 21/ pcs 11/2 " x 3'-5" 36" 9.5 gals. 3 pcs 13/4" x 3'-5" 42" 12.0 gals. 31/2 pcs 13/4" x 3'-5" 48" 15.0 gals. 4 pcs 13/4" x 3'-5" 54" 20.0 gals. 41/2 pcs 13/4" x 3'-5" 60" 25.0 gals. 5 pcs 13/4" x 3'-5" 66" 30.0 gals. 51/2 pcs 13/4" x 3'-5" 72" 32.0 gals. 6 pcs 2" x 3'-5" 84" 35.0 gals. 7 pcs 2" x 3'-5" b. TYLOX Types "C", "C -P" or "CR" rubber gaskets, as applicable, as manufactured by Hamilton Kent Manufacturing Company, Kent, Ohio, or approved equal. All gaskets, lubricants, adhesives, etc., shall be manufactured, constructed, installed, etc., as recommended by the manufacturer of the rubber gasket material and conform to ASTM Designation: C-443. In addition, the Contractor shall furnish to the City, for approval, manufacturer's brochures detailing the complete use, installation, and specifications of concrete pipe and rubber gaskets before any rubber gasket material is used on the project. All rubber gaskets shall be fabricated from synthetic rubber. c. Cement Mortar is prohibited from jointing pipe except at manholes, pipe junctions, etc., or where specifically approved by the Engineer. d. Geotextile for wrapping pipe joints shall be Class "A" subsurface drainage type in accordance with AASHTO M288. 027402 Page 3 of 7 Rev. 3-25-2015 3. CONSTRUCTION METHODS Reinforced concrete pipe culverts shall be constructed from the specified materials in accordance with the following methods and procedures: 1. Excavation. All excavation shall be in accordance with the requirements of City Standard Specification Section 022020 "Excavation and Backfill for Utilities," except where tunneling or jacking methods are shown on the plans or permitted by the Engineer. When pipe is laid in a trench, the trench, when completed and shaped to receive the pipe, shall be of sufficient width to provide free working space for satisfactory bedding and jointing and thorough tamping of the backfill and bedding material under and around the pipe. The Contractor shall make such temporary provisions as may be necessary to insure adequate drainage of the trench and bedding during the construction operation. Pipe shall be placed such that the identification markings are visible at the top prior to backfill. 2. Bedding. The pipe shall be bedded in accordance with the bedding details shown on the drawings. Bedding shall not be measured for pay, but shall be subsidiary to other work. If the subgrade of the trench is unstable, even if this condition occurs at relatively shallow depths, full encasement of the pipe with crushed stone shall be required. 3. Laying Pipe. Unless otherwise authorized by the Engineer, the laying of pipe on the prepared foundation shall be started at the outlet (downstream) end with the spigot or tongue end pointing downstream, and shall proceed toward the inlet (upstream) end with the abutting sections properly matched, true to the established lines and grades. Where bell and spigot pipe are used, cross trenches shall be cut in the foundation to allow the barrel of the pipe to rest firmly upon the prepared bed. These cross trenches shall be not more than two inches larger than the bell ends of the pipe. Proper facilities shall be provided for hoisting and lowering the sections of pipe into the trench without disturbing the prepared foundation and the sides of the trench. The ends of the pipe shall be carefully cleaned before the pipe is placed. As each length of pipe is laid, the mouth of the pipe shall be protected to prevent the entrance of earth or bedding material. The pipe shall be fitted and matched so that when laid in the bed, it shall form a smooth, uniform conduit. When elliptical pipe with circular reinforcing or circular pipe with elliptical reinforcing is used, the pipe shall be laid in the trench in such position that the markings "TOP" or "BOTTOM" shall not be more than 5 degrees from the vertical plane through the longitudinal axis of the pipe. For pipe over 42 inches in diameter, the Contractor may drill two holes not larger than 2 inches in diameter, in the top of each section of the pipe, to aid in lifting and placing. The holes shall be neatly drilled, without spalling of the concrete, and shall be done without the cutting of any reinforcement. After the pipe is laid, the holes shall be filled with mortar and properly cured, and placed such that they are visible from the top for inspection prior to backfill. Multiple installations of reinforced concrete pipe shall be laid with the center lines of 027402 Page 4 of 7 Rev. 3-25-2015 individual barrels parallel. When not otherwise indicated on plans, the following clear distances between outer surfaces of adjacent pipe shall be used. Diameter of Pipe 18" 24" 30" 36" 42" 48" 54" 60" to 84" Clear Distance Between Pipes 0'-9" 0'41" P-1" P-3" 1'-5" F-7" F-11" 2'-0" 4. Jointing. a. If the use of Portland cement mortar joints is allowed, all pipe shall be jointed tight and sealed with stiff mortar, composed of one part Portland cement and two parts sand, so placed as to form a durable water -tight joint. The installation shall be as required by the Engineer. b. Joints using Rubber Gaskets: Where rubber gasket pipe joints are required by the plans, the joint assembly shall be made according to the recommendations of the gasket manufacturer. Water -tight joints will be required when using rubber gaskets. c. Joints using Cold -Applied Preformed Plastic Gaskets shall be made as follows: A suitable prime of the type recommended by the manufacturer of the gasket joint sealer shall be brush -applied to the tongue and groove joint surfaces and the end surfaces and allowed to dry and harden. No primer shall be applied over mud, sand or dirt or sharp cement protrusions. The surface to be primed must be clean and dry when primer is applied. Before laying the pipe in the trench, the plastic gasket sealer shall be attached around the tapered tongue or tapered groove near the shoulder or hub of each pipe joint. The paper wrapper shall be removed from one side only of the two-piece wrapper on the gasket and pressed firmly to the clean, dry pipe joint surface. The outside wrapper shall not be removed until immediately before pushing the pipe into its final position. When the tongue is correctly aligned with the flare of the groove, the outside wrapper on the gasket shall be removed and the pipe shall be pulled or pushed home with sufficient force and power (backhoe shovel, chain hoist, ratchet hoist or winch) to cause the evidence of squeeze -out of the gasket material on the inside or outside around the complete pipe joint circumference. The extruded gasket material shall be smoothed out over the joint on the exterior and interior of the pipe. Any joint material pushed out into the interior of the pipe that would tend to obstruct the flow shall be removed. (Pipe shall be pulled home in a straight line with all parts of the pipe on line and grade at all times.) Backfilling of pipe laid with plastic gasket joints may proceed as soon as the joint has been inspected and approved by the Engineer. Special precautions shall be taken in placing and compacting backfill to 027402 Page 5 of 7 Rev. 3-25-2015 avoid damage to the joints. When the atmospheric temperature is below 60 degrees F, plastic joint seal gaskets shall either be stored in an area warmed to above 70 degrees F, or artificially warmed to this temperature in a manner satisfactory to the Engineer. Gaskets shall then be applied to pipe joints immediately prior to placing pipe in the trench, followed by connection to previously laid pipe. d. Pipe Joints for storm sewers shall be wrapped with geotextile material. The geotextile wrap shall be at least 2 feet wide and shall be centered on each joint. 5. After the pipe has been placed, bedded and jointed as specified, filling and/or backfilling shall be done in accordance with the applicable requirements of City Standard Specification Section 022020 "Excavation and Backfill for Utilities." If unstable conditions are encountered, fully encase the pipe with crushed stone as described above. When mortar joints are allowed, no fill or backfill shall be placed until the jointing material has been cured for at least six (6) hours. Special precautions shall be taken in placing and compacting the backfill to avoid any movement of the pipe or damage to the joints. For side drain culverts and all other culverts where joints consist of materials other than mortar, immediate backfilling will be permitted. 6. Unless otherwise shown on the plans or permitted in writing by the Engineer, no heavy earth moving equipment will be permitted to haul over the structure until a minimum of 4 feet of permanent or temporary compacted fill has been placed thereon. Pipe damaged by the Contractor's equipment shall be removed and replaced by the Contractor at no additional cost. 7. Cleaning and Television Inspection. All enclosed reinforced concrete pipe and manholes installed on this project shall be cleaned and televised in accordance with City Standard Specification Section 027611 "Cleaning and Televised Inspection of Conduits." 4. MEASUREMENT Unless otherwise specified on the Bid Form, reinforced concrete pipe will be measured by the linear foot. Such measurement will be made between the ends of the pipe barrel along its central axis. Where spurs or branches, or connections to existing pipe lines are involved, measurement of the spur or new connecting pipe will be made from the intersection of its center axis with the outside surfaces of the pipe into which it connects. Where inlets, headwalls, catch basins, manholes, junction chambers, or other structures are included in lines of pipe, that length of pipe tying into the structure wall will be included for measurement but no other portion of the structure length or width will be so included. For multiple pipes, the measured length will be the sum of the lengths of the barrels measured as prescribed above. 027402 Page 6 of 7 Rev. 3-25-2015 5. PAYMENT Payment for reinforced concrete pipe measured as prescribed above will be made at the contract unit price bid per linear foot for the various sizes of "Reinforced Concrete Pipe" of the class specified. Payment shall be full compensation for furnishing and transporting the pipe; hauling and placing of earth cushion material where required for bedding pipe; for the preparation and shaping of beds; for hauling, placing and jointing of pipes; for furnishing and installing geotextile pipe joint wrapping; for end fmish; for all connections to existing and new structures; for cleaning and television inspection; and for all other items of materials, labor, equipment, tools, excavation, backfill and incidentals necessary to complete the culvert or storm sewer in accordance with the plans and these specifications. 027402 Page 7 of 7 Rev. 3-25-2015 SECTION 027404 CONCRETE BOX CULVERTS 1. DESCRIPTION This specification shall govern all work required for constructing, furnishing, and installing reinforced concrete box culverts required to complete the project. All reinforced concrete boxes for this project shall be precast concrete in accordance with TxDOT Standards for precast box culverts and the details shown on the drawings for the appropriate height of fill, and design shall conform to ASTM C1577. Alternate designs of precast boxes will be considered for approval upon submission of shop drawings detailing the box and certifications that the box, as designed, is structurally comparable to or better than the box shown in the contract drawings and is designed to support HS20 loading per ASSHTO M273. The shop drawings and certifications shall be signed and sealed by a Texas registered professional engineer. 2. MATERIALS 1. Concrete. Unless otherwise shown on the plans, Class "C" concrete shall be used for cast -in- place boxes, conforming to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete" and City Standard Specification Section 038000 "Concrete Structures", except that Class "S" concrete will be required for top slabs of direct traffic cast - in -place boxes. Concrete for precast (machine -made) boxes shall meet the requirements of ASTM C76 Sections: "Cement", "Aggregates" and "Mixture", and shall have a minimum 28 -day compressive strength of 5,000 psi. 2. Reinforcement. Reinforcing steel shall conform to the requirements of City Standard Specification Section 032020 "Reinforcing Steel" and the details shown on the plans. 3. Jointing. Materials for jointing shall conform to the requirements of City Standard Specification Section 027402 "Reinforced Concrete Pipe Culverts". 4. Membrane Curing. Materials for membrane curing shall conform to City Standard Specification Section 038000 "Concrete Structures". 5. Geotextile. Geotextile fabric for wrapping joints shall be Class 1 geotextile for subsurface drainage with an average opening size (AOS) of 0.22mm and in accordance with AASHTO M288. 3. FABRICATION The requirement of City Standard Specification Section 030020 "Portland Cement Concrete" and City Standard Specification Section 038000 "Concrete for Structures" shall govern for cast -in-place 027404 Page 1 of 3 Rev. 10-30-2014 concrete box culverts and for precast (formed) boxes except where otherwise specified herein. Forms for precast (machine -made) boxes shall be made of steel. Forms for cast -in-place boxes and precast (formed) boxes may be either wood or steel. Forms shall be mortar -tight and of sufficient strength to prevent excessive bulging or misalignment of adjacent boxes. They shall be constructed to permit their removal without damage to the concrete. Offsets at form joints shall not exceed one-eighth inch (1/8"). Forms shall be clean and free of extraneous matter when concrete is placed. Positive means of supporting steel cages in place throughout forming and concrete placement shall be required and subject to the approval of the Engineer. Welding of reinforcing steel will be permitted only where shown on the plans. Welding shall be done by a qualified welder and shall conform to industry standards. Precast (machine -made) boxes shall be cast by a process which will provide for uniform placement of the concrete in the forms and compaction by mechanical devices which will assure dense concrete. Concrete shall be mixed in a central batch plant or other approved batching facility from which the quality and uniformity of the concrete can be assured. Transit mixed concrete shall not be acceptable for use in precast (machine -made) boxes. 4. TESTING AND CERTIFICATION 1. Physical Requirements. Precast boxes shall meet the requirement of ASTM C1577. Testing shall be done by a materials engineering testing laboratory which meets the requirements for membership in the American Council of Independent Laboratories. 2. Fabrication Tolerances. Precast boxes shall conform to the following tolerances: When two box sections are fitted together on a flat surface, in proper alignment and in the position they will be installed, the longitudinal opening at any point shall not exceed one inch (1"). Not more than four lifting holes may be provided in each box to facilitate handling. They may be cast -in, cut into the fresh concrete after form removal or drilled, and shall not be more than 2 inches in diameter or 2 inches square. Cutting or displacement of the reinforcement will not be permitted. Spalled areas around the holes shall be repaired. Concrete boxes shall be given an "Ordinary Surface Finish" in accordance with Section 038000 "Concrete Structures". 3. Certification. Certification of quality shall be provided with each delivery of materials to the job site by the manufacturer. Certification shall be a written report by the materials engineering testing laboratory. 5. DEFECTS AND REPAIRS Fine cracks or checks on the surface of the member which do not extend to the plane of the nearest reinforcement will not be cause for rejection unless they are numerous and extensive. Cracks which extend into the plane of the reinforcing steel but are acceptable otherwise, shall be repaired in an 027404 Page 2 of 3 Rev. 10-30-2014 approved manner Small damaged or honeycombed areas which are purely surficial in nature may be repaired. Excessive damage, honeycombing or cracking will be subject to structural review. Repairs shall be sound, properly finished, and cured in conformance with the pertinent specifications. When fine cracks or hairline cracks on the surface indicate poor curing practices, further production of precast boxes shall be discontinued until corrections are made and proper curing provided. 6. CONSTRUCTION METHODS Excavation and backfill shall be in accordance with City Standard Specification Section 022020 "Excavation and Backfill for Utilities" and City Standard Details for Stormwater. Bedding for precast concrete box culverts located under pavements shall consist of 6 inches of cement -stabilized sand containing a minimum of 11/2 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 PS115 42" Gravity Sewer Pipe ASTM F679 DR35 PS46 48" Gravity Sewer Pipe ASTM F679 DR35 PS46 Pipe and fittings shall have push -on compression gasket joints in accordance with ASTM D3212 and shall be a non -blue color. 2. POLY -VINYL CHLORIDE (PVC) PRESSURE PIPE shall be AWWA C900 or C905 integral green (non -blue color) with a minimum pressure rating of not less than 150 psi, made of Class 12454-A or Class 12454-B virgin compounds, as defined in ASTM D1784. One (1) 20 -ft. section of PVC pressure pipe, with appropriate adapters or as an encasing pipe over the carrier pipe, shall be used for gravity wastewater lines at all waterline crossings, and shall be centered under/ over the waterline as indicated on the drawings. Maintain a minimum of 2 feet vertical clearance between outsides of pipes where a new waterline crosses over a new non -pressurized wastewater line. Maintain a minimum of 6 inches vertical clearance between outsides of pipes where a new waterline crosses over a pressurized wastewater line. In all instances of water crossing wastewater, center a joint of water pipe over the wastewater pipe such that a minimum of 9 feet of horizontal offset exists from each water joint to the wastewater carrier pipe. 027602 Page 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 on the initial backfill. The material shall be in accordance with City Standard Specification Section 022020 "Excavation and Backfill for Utilities" and as shown on the standard details. 3. CONSTRUCTION METHODS A. Trench Excavation: See City Standard Specification Section 022020 "Excavation and Backfill for Utilities." B. Handling of Materials: 1. HANDLING AND CARE of pipe shall be the responsibility of the Contractor. Pipe shall be unloaded at the point of delivery, hauled to and distributed at the site by the Contractor. Materials shall be handled with care and in accordance with the manufacturer's recommendations. 2. STORAGE AND SECURITY of materials shall be provided by the Contractor. Any material delivered to the site that is not to be incorporated into the work within 10 working days shall be properly stored off the ground. Stacking and handling of materials shall be done as recommended by the manufacturer. 3. REJECTED OR DEFECTIVE materials are those having cracks, flaws or other defects. Rejected materials shall be marked by the Engineer and removed from the job site by the end of the day by the Contractor. 4. DISTRIBUTION OF MATERIALS at the work site shall be allowed provided that they are incorporated into the work within 10 working days. Materials shall not be placed on private property, unless written permission has been obtained from the owner by the Contractor. Materials shall not be placed within five feet of the back of curb or edge of pavement without permission of the Engineer or the designated representative. 027602 Page 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. CLEAN PIPE: All foreign matter or dirt shall be removed from the interior of the pipe before lowering pipe into trench. The interior of pipe shall be maintained free of dirt during the remaining installation operations. E. Jointing Pipe: POLY -VINYL CHLORIDE (PVC) PIPE shall have mating surfaces of the gasketed joint wiped clean of dirt and foreign matter. A lubricant recommended by the coupling manufacturer shall be applied to the bell and spigot mating surfaces just prior to joining. The spigot shall then be centered on grade into the bell of the previous pipe and shall be shoved home to compress the joint and to assure a tight fit between the inner surfaces. Pipe shall not be assembled in reverse order by pushing bell onto spigot. When the pipe is being thusly installed, bell holes shall be excavated in the bedding material. When the joint has been made, the bell hole shall be carefully filled with material to provide for adequate support of the pipe. The spigot shall be centered within 1/4 inch of the home line marked on the spigot. F Bedding and Initial Backfill: POLY -VINYL CHLORIDE (PVC) PIPE: Bedding and initial backfill of PVC pipe shall be in accordance with the details provided in the drawings. Bedding shall be well tamped regardless of type. The type of bedding required shall depend upon the depth of cut and ground water condition and shall be as specified below: 027602 Page 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 WASTE FROM WASTEWATER CLEANING OPERATIONS 1. SCOPE: This specification governs all work required for disposal of waste from wastewater cleaning operations required to complete the project. 2. METHODS: Grit, rubble, dislodged bricks and other such inorganic waste that is removed during cleaning shall not be allowed to continue down stream of the operation. Organic solids that remain in suspension would be allowed to continue downstream through the wastewater system. A weir or other suitable trap shall be installed and maintained by the Contractor for the collection of such waste. This material shall be de -watered and delivered by the Contractor to a facility that is authorized to receive it. If this material is free of organic sludge and is sufficiently de -watered to pass the paint filter test, it would be acceptable for disposal at the Elliott Sanitary Landfill subject to prior approval of the facility and the associated disposal fees. The Contractor has the option of using the City's de -watering facilities. The City has six drying beds, each with a 1 -foot high containment wall each with an area of about 2,300 square feet. These drying beds are at the Greenwood Wastewater Treatment Plant, 1541 Saratoga. The Contractor would be required to haul and handle the material to, at and from the facility as well as the restoration of drying beds. Restoration of the drying beds includes the removal of all the de - watered material and the replacement of the existing sand bed with new sand. All work required within the treatment plant, including the replacement of sand shall be in accordance with the requirements set forth by the Plant Supervisor. The use of the drying beds would be subject to prior approval of the facility and the associated de -watering fees. If the City's facilities are used for de -watering or disposal of waste, the Contractor shall be responsible for making contact with the appropriate Solid Waste or Wastewater Officials or both, making all arrangements for the use of City facilities, scheduling of delivery and pickup, etc. Materials and handling operations shall meet the requirements set forth by said Officials. Failure to meet these requirements shall be cause for rejection of the materials by either the landfill or the treatment plant operations. Proper disposal of this waste shall be responsibility of the Contractor. The Contractor shall provide the Engineer with written documentation of the proper disposal of this waste. 3. MEASUREMENT & PAYMENT: Unless otherwise specified on the Bid Form, this work shall be considered subsidiary to the project. 027604 Page 1 of 1 Rev. 10-30-2014 SECTION 027606 WASTEWATER SERVICE LINES 1. SCOPE: This specification governs all work and materials necessary to construct the wastewater service lines required to complete the project. Wastewater service lines are those lines, constructed in public right-of-way, from the service tee on the main up to and including the cleanout at the property line. 2. MATERIALS: Pipe and fittings for wastewater service lines shall be PVC in accordance with ASTM D2665 and ASTM D3311 with a minimum size of 4 inches. Solvent cement for PVC shall comply with ASTM D2564. No co -mingling of different materials except through the use of proper adaptors. Adaptors shall have a stainless steel or fiberglass shear ring. 3. CONSTRUCTION METHODS: Where possible, service tees or wyes shall be placed along the main as required for services (no taps). The minimum size pipe for services shall be 4 -inch diameter for residential and 6 -inch diameter for commercial. Minimum slope for 4 -inch pipes shall be 1/8 inch per foot (S=1%), and minimum slope for 6 -inch pipes shall be 1/16 inch per foot (S= 0.5%). Wastewater service lines shall cross under water mains The Contractor shall be responsible for establishing alignment and maintaining grade for the proposed service. Trenches shall be excavated in such a manner that will minimize damage to surface improvements. After installation, the excavated material shall be tamped into the trench to not less than the density specified in City Standard Specification Section 022020 "Excavation and Backfill for Utilities," and the surface restored to a condition acceptable to the Engineer. Wastewater service lines shall be bored, jetted or jacked under sidewalks, driveways, and other such improved surfaces, unless otherwise authorized by the Engineer. Service lines shall be leakage tested with the wastewater main. Contractor shall follow operational requirements for bypass pumping as set forth in Specification Section 027200 Control of Wastewater Flows 027606 Page 1 of 2 Rev. 10-30-2014 4. MEASUREMENT AND PAYMENT: Unless otherwise specified on the Bid Form, wastewater service lines shall be measured as individual units for each connection made to the main. Payment shall include, but not be limited to, the line from the tee on the main to, and including, the cleanout at the property line. Payment shall be full compensation for all labor, materials, equipment, trench safety, bypass pumping and incidentals necessary for wastewater service lines required to complete the project. 027606 Page 2 of 2 Rev. 10-30-2014 SECTION 027611 CLEANING AND TELEVISED INSPECTION OF CONDUITS 1. SCOPE This specification shall govern for all work, equipment, supervision and materials required to provide for cleaning and remote CCTV inspection and documentation of wastewater or other lines and manholes as required. 2. TECHNICAL REQUIREMENTS 2.1 General Closed circuit television inspection will typically be done under one or more of the conditions listed below. Requirements for on-screen labeling during each line segment set up, televising, video file labeling and hard copy inspection reports will be specifically addressed. The Contractor shall neither request nor receive assistance from the City, in the performance of work described in this specification. Unless otherwise specified and at Contractors expense, the Contractor shall provide for the control of wastewater flows and monitoring of the collection system for back-ups and surcharges, while flow control devices are in place. It shall be the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City -related projects or jobs (to include, but not necessarily limited to "Confined Space Entry". 2.2 Inspection Equipment and Methods Electronic media shall be used to record the condition of all the segments of the mains and the manholes, tap locations and unusual situations during inspection. The inspection imaging shall be made on color professional grade DVD format for each line segment. All observations will require both audio and on-screen display. The camera shall transit through the wastewater line in either direction at a speed not greater than 30 feet per minute, stopping as necessary to permit proper documentation of the wastewater line's condition. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. A television camera with pan and tilt capability will be required. The camera, television monitor, and other components of the video systems shall be capable of producing picture quality to the satisfaction of the City. The capture system shall have the capability of recording, digitizing and storing single frames of video images and "real time" live video, as well as collecting, storing and printing wastewater line inspection data for graphic display and report generation. The imaging capture system shall store digitized picture images, have the ability to export picture files to industry standard formats (jpg, bmp, and tif), be transferable to DVD and be printed at no cost to the City. Use of proprietary software is discouraged; however, if the Contractor provides the software and 027611 Page 1 of 8 Rev. 3-25-2015 three licenses to the City, proprietary software COMPATIBLE with the City's GIS and existing database systems in use may be approved. However, in every case all observations will be recorded using the City approved PACP codes. 2.3 Flow Control / By -Passing This procedure will be used on all previously accepted (City owned) line segments. Except for new wastewater line acceptance inspections, the line shall be dewatered during inspection. A water jet cleaning unit will normally be running in the line in advance of the television camera to allow the highest quality picture available. Dewatering shall remove standing water and fog from the line segment to provide 360 degree view of the pipe being televised. Too high water level or the camera being submerged will be grounds for rejection of the inspection. All wastewater flows from intersecting lines shall typically be controlled through the use of in-line plugs for vacuum trucks and are considered subsidiary to the inspection for all line sizes. Plugs in intersecting lines shall be installed by the Contractor with no assistance from the City. The Contractor shall also monitor the upstream system for back-ups and surcharges, which may lead to Sanitary Sewer Overflows (SSOs). The Contractor shall immediately report to the City Call Center (361) 826-2489 all sanitary sewer overflows. Flow Control devices shall be installed in accordance with all applicable OSHA requirements, including, but not necessarily limited to confined space protocol. 2.4 Evaluation of Existing Lines for Potential Repairs/Rehabilitation — Pre CCTV: Cleaning and televising using a CCTV camera may be needed to traverse each line segment from manhole to manhole as specified in the work order. When an obstruction prevents the camera from proceeding, the obstruction will be recorded on the initial setup and a reverse setup will be attempted to view the pipe and obstruction from the other side. If the camera fails to pass through the entire section, the inspection shall be considered complete and no additional inspection will be required. However, the line segment evaluation form, as well as the graphic report, shall note full line length and the length traveled from each manhole set-up. All inspection efforts on the line segment will be recorded on the same tape / disk. The Contractor must exert all reasonable effort to televise the entire length of a segment of wastewater line, or to assist the repair crews with usable information for point repair. Prior to transiting the line the video display initially is to include upstream and downstream manhole numbers, pipe size / material, adjacent street names and the date. During the transit the display must show the continuous distance from the insertion manhole with an accuracy of +1% of the actual length to help mark observations on the report form. The video must have narrative documentation of notable observations. The Inspection Report shall consist of condition observations recorded using City -approved computer software generated formats, generally conforming to NASSCO and PACP codes. Specifically, items considered notable include: deviations in alignment and grade; abnormal conditions of the pipe barrel and joints; locations 027611 Page 2 of 8 Rev 3-25-2015 and quantities of any sources of infiltration or inflow; dropped, broken, properly / improperly installed service taps; debris, roots or other impediments to flow and any other condition that may prevent either the proper completion of the inspection, or affect any proposed rehabilitation process. Evaluation of existing lines includes associated manhole inspection. 2.5 Evaluation After Repairs / Rehabilitation Post CCTV: Following repairs or rehabilitation to existing lines (by Contractor), a CCTV camera shall travel through required line segment to televise. The intent of this process is to inspect the interior of the line to determine the location of repairs, and extent of any unacceptable work. Prior to transiting the line the video display initially is to include upstream and downstream manhole numbers, pipe size / material, adjacent street names and the date. During the transit the display must show the continuous distance from the insertion manhole with an accuracy of +/- 1% of the actual length to help mark observations on the report form. Specifically, items such as detailed inspection of the repaired area using pan -and - tilt equipment will be shown in the Inspection Report, including digital photographs of acceptable or inadequate and/or questionable work. The video must include narrative documentation of notable observations, and be cross referenced to the Inspection Report. The Inspection Report shall consist of condition observations recorded using City -approved computer -software generated formats conforming to NASSCO and PACP codes. 2.6 New Pipeline Inspection: Upon completion of the installation of new lines, including any appurtenances such as manholes, service connections, etc., a CCTV camera shall traverse through each completed line segment. The intent of this process is to inspect the interior of the completed line to determine the location of service taps and extent of omissions and/or any unacceptable work on the pipeline or manholes, such as sags, infiltration, gapped joints, protruding gaskets, etc. Prior to transiting the line, the initial video shall initially include the upstream and downstream manhole designations, pipe size, project name and other pertinent information. When inspecting / documenting new wastewater line conditions, the Contractor must conduct a specific inspection for the presence of sags in the newly installed line. The approved method involves the use of an inclinometer on the camera. The belly tolerance is 5% or less for acceptable pipe installation. Any deviation from the 5% belly tolerance limit must be approved by the applicable Utility Operating Department. The graphic report will note the start and stop of sags and approximate maximum depth. During the transit the display must show the continuous distance from the insertion manhole with an accuracy of +1% of the actual length to help mark observations on the Inspection Report form. The video must include narrative documentation of notable observations, and be cross referenced to the Inspection 027611 Page 3 of 8 Rev 3-25-2015 Report. The Inspection Report shall consist of condition observations recorded using approved computer -software generated formats. Specifically, items such as deviations in alignment and grade causing bellies / sags; abnormal conditions of the pipe barrel and joints; locations and quantities of any sources of infiltration or inflow; dropped, broken, properly / improperly installed service taps or any other condition that may assist the Utilities Department in determining the quality of the pipeline installation. 2.7 Manhole Inspection: A CCTV camera shall traverse the manhole from top to bottom to record the condition of the manhole and invert for structural condition and sources of infiltration on the manhole and invert. The initial video display must show the entry manhole number, location / street address, date and depth. a. The requirement is to commence capturing video at ground level. The video must be steady while panning and lowering to clearly record condition of the ring, corbel, the walls, and pipeline penetrations. The camera is to rotate during descent to inspect typical conditions and all penetrations. At the bottom of the manhole the complete invert will be inspected / viewed for infiltration and general condition. A washed out picture due to sunlight or shaking will be rejected for payment b. This manhole information may be retained on the same DVD if the line segment is also being investigated, or, if inspection is issued as a separate work order, a separate DVD and report will be required. As with pipeline inspection, digital photographs of key points of note must accompany the report and DVD. These would include seals on pipeline penetration, infiltration locations and other anomalies. c. The format of the Manhole Inspection Report will be as proposed by the Contractor and, following discussion, mutually approved by the Utilities Department and the Contractor. A sample form is included at the end of this specification. It will contain as a minimum: location & I.D.number manhole material condition of ring / cover condition of walls condition of pipe mouths condition of invert above invert penetrations 2.8 CCTV Set-up: manhole diameter depth of manhole evidence of infiltration presence of inflow inhibitor presence of coatings location: street / easement a. A CCTV set-up includes all of the work, equipment, supervision, personnel, and materials needed to traverse a line segment. 027611 Page 4 of 8 Rev 3-25-2015 2.9 CCTV Reverse Set-up: A CCTV reverse set-up is an attempt to view the line segment from the other side due to an obstruction encountered during the initial set-up. 3. CLEANING REQUIREMENTS 3.1 Clean ALL debris such as dirt, gravel, rocks, grease, roots and other organic/inorganic debris from existing lines and manholes to allow for inspection to proceed. The Contractor will be required to clean the line segment using hydraulic equipment. The debris being removed from the pipeline shall be removed from the collection system at the receiving manhole, and not be allowed to be merely moved to the next line segment. Debris shall be properly disposed of in accordance with local, state and federal regulations. The Contractor shall have the option of dewatering debris removed from cleaning operations on this project at the Greenwood WWTP, located at 1541 Saratoga Blvd., Corpus Christi, Texas 78415. The Contractor shall coordinate with the City Utilities Department at all times (see also City Standard Specification Section 027604 Disposal of Waste from Wastewater Cleaning Operations. The City has six drying beds, each with a 1 -foot high containment wall each with an area of about 2,300 square feet. The Contractor would be required to haul and handle the material to, at and from the facility as well as the restoration of drying beds. Restoration of the drying beds includes the removal of all the de -watered material and the replacement of the existing sand bed with new sand. All work required within the treatment plant, including the replacement of sand shall be in accordance with the requirements set forth by the Plant Supervisor. The use of the drying beds would be subject to prior approval of the facility and the associated de -watering fees. If the City's facilities are used for de -watering or disposal of waste, the Contractor shall be responsible for making contact with the appropriate Solid Waste or Wastewater Officials or both, making all arrangements for the use of City facilities, scheduling of delivery and pickup, etc. Materials and handling operations shall meet the requirements set forth by said Officials. Contractor shall coordinate with the Wastewater Pre -Treatment Coordinator to acquire the appropriate manifest documentation and shall also provide a copy of the landfill disposal weight ticket/receipt to the Engineer. Failure to meet these requirements shall be cause for rejection of the materials by either the landfill or the treatment plant operations. Proper disposal of this waste shall be responsibility of the Contractor. The Contractor shall provide the Engineer with written documentation 027611 Page 5 of 8 Rev 3-25-2015 of the proper disposal of this waste. The Contractor shall not be paid until this documentation is provided. 4. DELIVERABLES 4.1 The Contractor is required to provide the Engineer both narrated CCTV DVD and computer software -generated Inspection Report products, as a result of each inspection. Acceptable submissions become the property of the City. a. Quality Control: camera distortion, inadequate lighting, dirty or submerged lens and blurry or hazy pictures determined to be the fault of the Contractor will be cause for rejection of the inspection effort. If the quality of the deliverables does not meet with City approval, the Contractor shall repeat the documenting process at no cost to the City. b. DVD: for each inspection, one properly labeled color, professional grade, DVD, recorded in standard play (SP) mode, will be required. The DVD will display continuous distance from the insertion manhole, and include narrative observations at notable points, with correlating information shown in the Inspection Report. Labeling of the DVD(s) will include, either typed or neatly printed the following information on the dust cover: Project Name Street Name Tape Number Contractor Upstream MH # Downstream MH # Date Survey / Post / New Work Order # Pipe Size Material Project # c. Inspection Reports: inspection reports are to be from City -approved and software -generated formats on 81/" x 11" paper, in color to improve definition of problem areas, and delivered with the DVD. Each report shall include the same information as noted for the DVD labels, plus the following additional information: pipe diameter, pipe material, manhole diameters & depths, whether this is a "reverse" set-up, direction of flow arrow, and total length of the pipeline. Notable observations are to be shown in the report as digital color photos, with up to four images per page. One report is required for each line segment. Note that the final approval for the use of the Contractor's proposed software will be needed before the first inspection. The Contractor shall submit to the City a sample of the proposed report for review and approval by the City. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Proposal, Pre -CCTV (Cleaning and Televised Inspection of existing lines to potentially be rehabilitated) and Post CCTV (Televised Inspection for acceptance of new lines or rehabbed lines) of Wastewater Lines shall not be measured for pay, but will be considered subsidiary to the appropriate bid item. 027611 Page 6 of 8 Rev 3-25-2015 Cleaning and Televised Inspection of Wastewater Lines includes an inspection of all manholes entered, crossed, or associated with the line being inspected. Reverse CCTV Set -Up shall not be allowed for acceptance televising as obstructions should not be encountered in new pipe that would require the Contractor to relocate to another manhole (upstream or downstream) of the original manhole. 027611 Page 7 of 8 Rev 3-25-2015 DISTANCE FROM ENTRY POINT OBSERVATIONS/COMMENTS 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 MH Number Downstream MH Number Upstream MH Depth Downstream MH Depth Pipe Size Pipe Material Pre -Rehab TV Y N Evaluation TV Y N Post -Rehab TV Y N Reverse Set-up Y N DVD LABELING REQUIREMENTS ]On each DVD] City Project Name Upstream Manhole No. City Project No. Downstream Manhole No. Street Name Pre Post Other DVD No. Date/Time Made Contractor 027611 Page 8 of 8 Rev 3-25-2015 SECTION 027614 CURED -IN -PLACE -PIPE (CIPP) FOR REHABILITATION OF GRAVITY WASTEWATER LINE 1. SCOPE This specification shall govern for all work necessary for installing CIPP required to complete the project. 2. REFERENCE SPECIFICATIONS This specification references ASTM D5813, ASTM F1216, ASTM D 2122, ASTM C581, and ASTM D790 which is made a part hereof by such reference and shall be the latest edition and revision thereof. ASTM F1216 - Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of a Resin -Impregnated Tube, shall govern when not addressed by this specification. 3. GENERAL The CIPP shall be installed in an existing pipe and designed to provide chemical resistance, prevent exfiltration and infiltration, and support all external loads acting on it. The process is defined as the rehabilitation of wastewater lines by pull -in or inversion of a thermosetting resin impregnated flexible tube into existing wastewater pipe, with one layer or more, capable of carrying resin, withstand installation pressure and curing temperature, utilizing a water column. Curing is accomplished by circulating hot water (or other approved fluid) throughout the length of the new tube to cure the thermosetting resin into a hard impermeable pipe with the plastic coated outer layer that is compatible with the resin system used. The new pipe shall extend the full length of the original pipe (i.e. from manhole to manhole), and shall provide a structurally sound, jointless, closefitting, Cured -In -Place -Pipe without delamination or lifts, and with uniformly smooth interior providing hydraulic flow equal to or greater than the existing wastewater pipe in original condition. 4. MATERIALS Only materials from pre -approved manufacturers shall be allowed for this work. Pre -approved manufacturers are, Insituform, Inliner, and U -liner. CIPP shall be properly sized Type III cured -in-place thermosetting resin wastewater pipe in accordance with ASTM D5813. The tube shall consist of one or more layers of flexible needled felt or an equivalent nonwoven or woven material or a combination of nonwoven and woven materials, capable of carrying resin, withstanding installation pressures and curing temperatures. The flexible felt fiber tube shall be fabricated to a size that when installed it will neatly fit the internal circumference of the existing pipe specified by the Engineer. An allowance shall be made for some circumferential stretching during inversion. The minimum length shall effectively span the distance from the inlet to the outlet of the respective manholes unless otherwise specified. The Contractor shall verify the circumference of the host pipe and the lengths in the field before impregnation of the tube with the resin. Individual insertion runs 027614 Page 1 of 8 Rev. 10-30-2014 can be made over one or more manhole sections as determined in the field by the Contractor and approved by the qualified factory field service representative and Construction Engineer. 4.1 Tube: The tube shall consist of one or more layers of flexible needled felt or an equivalent nonwoven or woven material or a combination of nonwoven and woven materials that are compatible with the resin system used and are capable of supporting and carrying resin. The tube shall be capable of withstanding installation procedures and curing temperatures. Longitudinal and circumferential joints between multiple layers of a tube should be staggered to not overlap. The tube shall be fabricated to fit its final in-place position in the existing pipe, with allowance for stretch as recommended by the tube manufacturer. The elongation or expansion of the flexible tube during installation, both longitudinally and circumferentially should be limited to 5-10% to minimize reduction of the fmished wall thickness. 4.2 Tube Coating: The inside or outside surface, or both, of the tube shall be coated with a plastic flexible material that is compatible with the tube and the resin system used. The coating shall allow visual inspection of the proper impregnation of the tube fabric with resin. The final inside flexible plastic coating will form the inner layer of the fmished pipe and is required to contain the impregnated resin in the tube. 4.3 CIPP Wall: The layers which constitute the pipe wall must be such that when the thermosetting resin cures the Cured -In -Place -Pipe has no delamination, dry spots or lifts. The minimum allowable wall thickness for CIPP shall be per Table 1 and as directed by the Engineer after review of TV inspection. (Table 1) Table 1 - Wall Thickness For CIPP H (Ft) DR T (in.) Sound Host Pipe Deteriorated Host Pipe <10 60 50 T= D DR 10-15 50 40 15-20 45 35 20-25 40 30 >25 40 25 H, Height of cover over pipe (ft) DR, Dimension Ratio, D/T T = Wall Thickness of CIPP (in) D= Nominal Diameter (in) When cured, the CIPP must form a mechanical bond with the conduit and the wall color of the interior pipe surface of the CIPP after installation shall be a light reflective color so that a clear detailed examination with closed circuit television inspection equipment may be made. Unless otherwise specified, the Contractor shall furnish a general purpose, unsaturated, polyester resin, and catalyst system compatible with the inversion or pull -in process that provides cured physical strengths specified herein. The existing sewers, where designated or required shall be lined using material and workmanship which can be adapted to the restrictions of the work site. 027614 Page 2 of 8 Rev. 10-30-2014 The Contractor shall not begin this phase of the work until there is sufficient material on hand to complete the job and required submittals as per 4.4 are submitted to the qualified factory field service representative and Construction Engineer, prior to use of the lining material. 4.4 Submittal: The following items shall have submittals and shall be in conformance with the requirements of Special Provisions. 4.4.1 RESIN: a. Submit technical data sheet showing physical and chemical properties for the proposed resin to be used in the project. b. Submit test results to show compliance with ASTM C581 - Standard Practice for Determining Chemical Resistance of Thermosetting Resins Used in Glass Fiber Reinforced Structures Intended for Liquid Services. 4.4.2 TUBE: a. Submit technical data sheet showing physical properties. 4.4.3 CIPP: a. Prepare and submit curing schedule. b. Submit copies of curing log sheets with temperature reading prior to curing, during curing and during cool down for each installation section. Must be submitted at least weekly. c. Submit, copies of all test results performed by the Contractor's Independent Testing Laboratory for test listed in Section 9, testing. d. Submit Contractor's Quality Control Plan and/or Procedures showing control conditions used during impregnation of the resin to ensure proper materials and proper dispersion is achieved in the wet out process. e. Submit pre -installation TV inspection video after cleaning, and Acceptance TV inspection video after rehabilitation as per City Standard Specification Section 027611. 5. CONSTRUCTION METHODS 5.1 Pre -Installation Procedures: The following installation procedures shall be adhered to unless otherwise approved by the City's Engineer. 5.1.1 Safety: The Contractor shall carry out his operations in strict accordance with all applicable OSHA standards. Particular attention is drawn to those safety requirements involving work on an elevated platform and entry into a confined space or the use of steam. 5.1.2 Access: It shall be the responsibility of the Contractor to locate and designate all manhole access points open and accessible for the work, and provide rights of access to these points. Traffic routing shall be per traffic control plan approved by the City Traffic Engineer. If a street must be closed to traffic because of the orientation of the sewer, the Contractor shall submit a proposed traffic control and detour plan for approval to the City Traffic Engineer. 027614 Page 3 of 8 Rev. 10-30-2014 5.1.3 Pre -Installation Cleaning: It shall be the responsibility of the Contractor to remove all debris that is located within the wastewater pipe. The Contractor is responsible for the disposal of all debris removed from the sewers during the cleaning operation per City Standard Specification Section 027604. 5.1.4 Pre -Installation Inspection: Inspection of wastewater pipe shall be performed by experienced personnel trained in locating breaks, obstacles and service connections by closed circuit television inspection. The interior of the pipe shall be carefully inspected to determine that the line is free any conditions which may prevent proper installation of the CIPP. A videotape and log per Section City Standard Specification Section 027611 shall be submitted to the Engineer prior to installation. 5.1.5 Bypassing Wastewater: The Contractor shall provide for continuous sewage flow as necessary. Bypass pumping shall be made by plugging the line upstream and pumping the flow into a downstream manhole or adjacent system. The pump and bypass lines shall be of adequate capacity and size to handle the flow. Discharge into storm sewer shall not be allowed. All bypass pumping must be per City Standard Specification Section 027200 Control of Wastewater Flows. 5.1.6 Point Repairs & Line Obstructions: It shall be the responsibility of the Contractor to clear the line of obstructions such as solids, roots protruding service or other obstruction that would impede flow thru the CIPP. Displaced joints, missing portions of pipe or other occurrences that may not be rectified by thru-the-pipe methods shall be repaired as a point repair, when directed by the Engineer. The Contractor shall make a point repair excavation to uncover and remove or repair the obstruction. PVC pipe, in accordance with City Standard Specification Section 027602 Gravity Wastewater Lines, shall be used as a host replacement pipe for the CIPP. 5.1.7 Service: The Contractor shall maintain continuous wastewater service without disruptions. 5.1.8 Public Notification: A public notification program shall be implemented and shall, as a minimum, require the Contractor to be responsible for contacting each home or business connected to the wastewater line and informing them of the work to be conducted, and when their wastewater service will be affected. The Contractor shall provide the following: 5.1.8.1 Written notice to be delivered to each home or business describing the work, schedules, how it affects them, and a local telephone of the Contractor they can call to discuss the project or any problems which could arise. 5.1.8.2 Personal contact and attempted written notice the day prior to the beginning of work being conducted on the section relative to the residents affected. 5.1.8.3 Personal contact with any home or business which cannot be reconnected within the time stated in the written notice. 6. INSTALLATION PROCEDURES 027614 Page 4 of 8 Rev. 10-30-2014 6.1 Wet -Out: The Contractor shall identify the location where the tube will be impregnated ("wet - out") with resin using distribution rollers and vacuum to saturate the tube felt fiber thoroughly prior to installation. The Contractor shall allow the qualified factory field service engineer and Construction Engineer to inspect the materials and wet -out procedure at the designated location. A catalyst system or additive compatible with the resin and the tube shall be used. The amount of resin used for tube impregnation shall be sufficient to fill the volume of air voids in the tube with additional allowances for polymerization shrinkage and the loss of resin through cracks and irregularities in the original pipe wall. Handling of the resin -impregnated flexible tube to prevent resin setting until it is ready for insertion and during installation shall be the responsibility of the Contractor. A vacuum impregnation process shall be used. To insure a thorough wet -out, the point of vacuum shall be as recommended by the manufacturer and per ASTM F1216. 6.2 Insertion: The wetted tube shall be inserted through an existing manhole or other approved access by means of an inversion or pull -in process and the application of a water column sufficient to fully extend it to the next designated manhole or termination point. The tube end shall initially be turned inside out and attached to a platform ring or standpipe. The inversion water column will be adjusted to be of sufficient height to cause the impregnated tube to invert from manhole -to -manhole and hold the tube tight against the existing pipe wall, to produce dimples at side connections, and flared ends at the manholes. If the pull -in method is used, the impregnated primary liner is towed into the host pipe through the existing manhole with a cable winch. The primary liner shall be floated into place virtually eliminating stresses on the material. Proper lubrication may be needed for longer and thicker liners. The secondary liner should then be inverted with the column of water to inflate the primary liner. This may extrude small amount of resin through the perforations of the outer coating of the primary liner. For the pull -in method, insertion of the new liner shall in no case exceed 800 linear feet. 6.3 Curing: After the insertion is completed, the Contractor shall supply a suitable heat source and water recirculation system capable of delivering hot water uniformly throughout the section to effect a consistent cure of the resin. The curing temperature shall be that recommended by the resin/catalyst system manufacturer and shall be maintained at such temperature. The Contractor shall follow a schedule to cure the liner and submit the schedule to the Engineer. The heat source shall be fitted with suitable monitors to gauge the temperature of the incoming and outgoing water supply. Another such gauge shall be placed between the impregnated tube and the invert of the original pipe at the manhole(s) to determine the temperature during the resin curing process. The Contractor shall continue uninterrupted heating until the desired temperature is achieved, shall accurately measure temperatures at both ends of the pipe and maintain a curing log of CIPP temperatures at the upstream and downstream manholes during curing to document that proper temperatures and cure times have been achieved. Initial cure shall be considered completed when the exposed portions of the CIPP appear to be hard and the remote temperature sensing device indicates the cure period to be of adequate duration as recommended by the resin/catalyst system manufacturer and modified for the inversion process. 027614 Page 5 of 8 Rev. 10-30-2014 6.4 Cool -Down: The Contractor shall cool the hardened CIPP to a temperature below 100 degrees Fahrenheit before relieving the water column. Cool water may be added to the water column while draining hot water from a small hole at the opposite end of the CIPP so that a constant water column height is maintained until cool -down is completed. Care shall be taken in the release of the water column so that a vacuum will not be developed that could damage the newly installed CIPP. Do not discharge water in excess of 100 degree Fahrenheit into the wastewater system. 6.5 Warranty: The finished CIPP shall be continuous over the entire length of an inversion run and be free from visual defects such as foreign inclusions, dry spots, pinholes, lifts and delamination. It shall also meet the leakage requirements or pressure test specified below. The finished CIPP shall be warranted for one year after the acceptance of the Project. During the warranty period any defects which will affect the integrity or strength of the CIPP shall be repaired at the Contractor's expense in a manner mutually agreed to by the City and the Contractor. 7. SEALING OF MANHOLES If the CIPP fails to make a tight seal at a manhole, the Contractor shall apply a seal at that point. The seal shall be of a material compatible with the CIPP material. Do not leave any annular gaps. Seal the annular space with a 1/2 inch diameter activated oakum band soaked in chemical sealant. Seal any annular spaces greater than 1/2 inch with manhole wall repair material. Finish off the seal with a non -shrink all solids epoxy placed around the pipe opening from inside the manhole in a band at least 4 inches wide. Complete the sealing procedure for each liner segment immediately after the liner is cured. 8. SERVICE CONNECTIONS After the CIPP has been cured in place, the Contractor shall reopen the existing active service connections as designated by the Engineer. This shall generally be done without excavation, and in the case of non -man entry pipe, from the interior of the pipeline by means of a television camera and a robotic cutting device that reestablishes the service connection to not less than 100% capacity. Cutting devices that use high pressure water shall not be used since they may cause damage to the service. When fiberglass or other reinforcing fibers are used, that may cause wicking at service openings, the service opening edges must be sealed with a resin mixture compatible with the tube resin. The Contractor shall certify he has a minimum of two complete working cutter units plus spare key components on the site before each insertion. 9. TESTING 9.1 Chemical Resistance: The CIPP shall meet the chemical resistance requirements of ASTM F 1216, Appendix X2. The test specimens shall be capable of exposure for a minimum of one month at a temperature of 73.4°F. During this period the CIPP test specimens should lose no more than 20% of their initial flexural strength and flexural modulus when tested in accordance with Section 8 of ASTM F1216. In Appendix X2, Table X2.1 presents a list of chemical solutions that serve as a recommended minimum requirement for the chemical -resistant 027614 Page 6 of 8 Rev. 10-30-2014 properties of CIPP in standard domestic wastewater applications. CIPP samples for testing shall be of tube and resin system similar to that proposed for actual construction. It is required that CIPP samples with and without plastic coating meet these chemical testing requirements. 9.2 Leakage Testing: The water leakage testing of the CIPP shall be tested using an exfiltration test method, when directed by the Engineer. This test shall be in accordance with ASTM F 1216, 8.2. 9.3 Wall Thickness Test: This thickness shall be measured in accordance with ASTM D 2122. 9.4 Samples: Per ASTM F 1216. 8.1, the preparation of two CIPP samples is required for each insertion segment. One sample from each of the following two methods: 9.4.1 The sample should be cut from a section of cured CIPP at an intermediate manhole or at the termination point that has been inverted or pull -in through a like diameter pipe which has been held in place by a suitable heat sink, such as sandbags. 9.4.2 The sample should be fabricated from material taken from the tube and the resin/catalyst system used and cured in a clamped mold placed in the down tube when circulating heated water is used and in the silencer when steam is used. 9.4.3 The samples for each of these cases should be large enough to provide a minimum of three specimens and a recommended five specimens for flexural testing and also for tensile testing, if applicable. The Short-term Flexural (Bending) Properties testing should be in accordance with Test Methods ASTM D 790 and shall have a minimum flexural modulus of 250 ksi and a minimum tensile strength of 2500 psi. 9.4.4 The samples taken for the measurement of the liner thickness shall be as described in this Specification, section 9.3. 10. POST INSPECTION Post CCN of the CIPP rehabilitated line is required for acceptance inspection. 11. CLEAN-UP Prior to acceptance, the Contractor shall clean and restore the project area affected by these operations. 12. PATENTS The insertion process is patented and is installed by licensed Contractors. The Contractor shall warrant to the City and his Engineer that the methods, materials and equipment used herein, where covered by license is furnished in accordance with such license and the prices included 027614 Page 7 of 8 Rev. 10-30-2014 on the Bid Form include applicable royalties and fees in accordance with such license. The Contractor shall warrant and save harmless the City and his Engineer against all claims for patent infringement and any loss thereof. 13. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, Cured -In -Place Pipe for rehabilitation shall be measured and paid for by the linear foot, for each size (Nominal Diameter, DR, and Height of cover over host pipe) specified, complete in place. The liner will be measured and paid for based on the distance between centers of upstream and downstream manholes. Point repairs for CIPP shall not be measured for pay but will be considered subsidiary to any CIPP bid item. 027614 Page 8 of 8 Rev. 10-30-2014 SECTION 028040 SODDING 1. DESCRIPTION This specification shall govern all work necessary for furnishing and placing sod as required to complete the project. 2. MATERIALS Fertilizer: Sod: Water: All fertilizer used shall be delivered in bags or containers with clearly marked analysis. A granulated fertilizer shall be used with an analysis of 10-20-10. These figures represent the percent of nitrogen, phosphoric acid and potash nutrients, respectively, as determined by the methods of the Association of Official Agricultural Chemists. The rate of application shall be not less than 350 pounds per acre (7.23 lb. per 100 SY). In the event that it is necessary to substitute a fertilizer with a different analysis, it shall be granulated fertilizer with a lower concentration. The total nutrients applied per unit area shall not be less that the specified amount of each nutrient. Sod shall consist of live Bermuda grass with thickly matted roots throughout the soil and with a minimum thickness of 3 inches or 0.25 foot, or live St. Augustine with thickly matted roots throughout the soil with a minimum thickness of 1 inch or 0.08 foot. The Contractor shall not use sod where grass is thinned out. Grass shall be mowed and raked to remove all weeds and long stems prior to extraction at the source. Sod and soil shall be kept moist at all times during the sodding process. Care must be taken at all times to retain native soil on the root system. Water shall be free from oils, acids, alkalis, and salts that may inhibit grass growth. Unless indicated otherwise on the drawings, water shall be provided by the City and shall be transported and applied by the Contractor. 3. CONSTRUCTION METHODS Spot Sodding: Prior to planting, the area to be sodded shall be graded and shaped. Squares of sod with a minimum width of 3 inches shall be planted in rows on 15 -inch centers in both directions. Sod shall be placed so that it is firmly against the bottom of the hole, and the top of the sod shall not be more than 1/2 inch below finished grade. Soil shall be firmly packed against all sides of the sod. Soil shall not be allowed to cover the sod except for soil incidental to raking, provided that the quantity of soil is not enough to hinder the growth. Areas to be spot sodded shall be indicated on the drawing or as directed by the Engineer in field. After sod has been planted, the area shall be fertilized and watered. 028040 Page 1 of 2 Rev. 3-25-2015 Block Sodding: Prior to planting, the area to be sodded shall be graded and shaped. Sod blocks shall be uniformly placed over the prepared area. The sodded area shall then be fertilized and watered. After the area is sufficiently dry, the area shall be rolled or tamped to form a thoroughly compacted mat. Any voids in the mats shall be filled with additional sod and tamped. If, in the opinion of the Engineer, slopes may cause displacement, areas to be block sodded shall be indicated on the drawings or as directed by the Engineer in the field. Mulch Sodding: The sod source shall be disked in two directions cutting the sod thoroughly to a depth of not less than 4 inches or more than 10 inches, being careful to avoid having soil containing no grass roots. The disked sod may be windrowed or otherwise handled in a manner satisfactory to the Engineer. The material shall be rejected if not kept in a moist condition. Prior to placing mulch sod, the cut slopes shall be scarified by plowing furrows 4 inches to 6 inches deep along horizontal slope lines at 2 -foot vertical intervals. Excavated material from the furrows shall not protrude more than 3 inches above the original surface of the cut. Fertilizer shall be distributed uniformly over the area. The sod shall then be dumped upon the prepared area and spread uniformly to the required approximate thickness shown on the plans. Any section not true to lines and cross section shall be remedied by the addition of sod material. After the sod material has been spread and shaped, it shall be compacted with a corrugated roller of the "Cultipacker" type. All rolling of slope areas shall be on the contour. The area to be mulch sodded shall be indicated on the drawings or as directed by the Engineer in the field. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, spot sodding and block sodding shall be measured by the square yard taken in a horizontal plane. Payment shall include, but not be limited to, excavation, transporting, storing and placing of sod, and application of fertilizer and water. 028040 Page 2 of 2 Rev. 3-25-2015 SECTION 028300 FENCE RELOCATION 1. DESCRIPTION This specification shall govern all work necessary to accomplish the relocation of any fence that needs to be moved to complete this project. The necessity and the time schedule for relocation of any given fence shall be determined by the Engineer. 2. MATERIALS Whenever possible, all or part of the existing fence materials shall be used in constructing the relocated fence. Any materials damaged or destroyed as a result of removal of the fence from its existing location shall be replaced with materials of equal or better quality at the expense of the contractor. 3. CONSTRUCTION METHODS It is the intent of this specification that fences be reconstructed to original condition (condition at time just prior to commencement of construction on this project). Unless otherwise specified, no fence shall be replaced until the area surrounding its new location has been worked to its 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 028320 CHAIN LINK FENCE 1. DESCRIPTION This specification governs for the design, construction, and the requirements of the component parts and accessories for chain link fence. 2. MATERIALS All materials shall meet the requirements as indicated below or as otherwise specified on the plans. 1. Fabric - The fabric width shall be as shown on the plans. The fabric shall be 9 gage wire woven into 2 -inch mesh hot -dip galvanized after fabrication. Fabric 48 inches and under shall be furnished with knuckling at one selvage and twisting and barbing at the other. Fabric 60 inches high and over shall have twisting and barbing on both selvages. Except as herein provided, chain link fence fabric shall conform to the specifications of ASTM Designation: A392, Class I. 2. Barbed Wire - Barbed wire shall conform to ASTM A121, unless specified otherwise. Barbed wire shall consist of three strands of 121/ gage wire with 14 gage point barbs spaced approximately 5 inches apart. Galvanizing for barbed wire shall conform to ASTM Designation: A121, Class 2. 3. Posts, Braces and Gates - Steel pipe used for posts, braces and gate frames shall conform to the specifications of ASTM Designation: A120. Steel sections shall be of good commercial quality weldable steel. Posts, frames and braces shall be as specified below or as otherwise specified. (a) Line Posts 1. 2 -inch nominal diameter steel pipe. 2. 17/8 -inch 21/4 -inch "H" section of high carbon steel; minimum weight 4.1 pounds per linear foot. (b) End and Comer Posts 1. 21/2' nominal diameter steel pipe. 2. 21/2' square tubular steel; minimum weight 5.79 pounds per linear foot. 028320 Page 1 of 4 Rev. 10-30-2014 (c) Swing Gate Posts Swing and gate posts shall conform to ASTM Designation: A120 and shall be in the following sizes: Pipe Size Square (O.D. Nominal) (Tubular) Gate Length 2.875 in. 2.5 in. Up to 6 feet 4.0 in. 3.0 in. 7 feet to 12 feet 6.625 in. - 13 feet and above (d) Gate Frames Gate frames shall be standard heavy type, welded, watertight, rigid frame with adequate internal bracing and tension members to prevent sagging. Furnish hinges, latches, stops, keepers and similar items as approved. Gates to swing open 180 degrees with keepers to hold gates in open position. Furnish latches with provisions for padlocking. On gates of 4 -foot length or less, provide latches that automatically engage when gate is swung shut. The size of gate frame members shall be as follows unless otherwise specified. Gates shall be provided with a positive means of maintaining the gate in the closed position. Use and Section Frame for fabric 6' and less, and leaf widths not exceeding 8' O. D. or Dimensions, Nominal Round Square 1.66" 1.5" Frame for fabric over 6' or gate leafs over 8' width 1.9" 2.0" Internal braces 1.66" 1.5" Top rails and post braces 1.66" 4. Top Rails - Top rails shall be 1.66 inches O.D. nominal tubular; lengths of not less than 18 feet conforming to ASTM Designation: A120 and shall be fitted with couplings for connecting the lengths into a continuous run. The couplings shall be not less than 6 inches long, with 0.070 inch minimum wall thickness, and shall allow for expansion and contraction of the rail. The top rail shall pass through the base of line post barbed wire extension arm and fasten securely to terminal posts. 028320 Page 2of4 Rev. 10-30-2014 5. Bracing - Bracing shall be provided for each gate, corner, pull and end post for use when top rail is omitted or with fabric over 6 feet, and shall consist of round tubular steel, 1.66 inches O.D. nominal conforming to ASTM Designation: A120. Bracing shall extend to each adjacent line post at approximately mid -height of the fabric. A truss consisting of a rod not less than 3/8 inch nominal diameter from the line post back to the gate, corner, pull or end post with a turnbuckle or other approved method of adjustment shall also be included. 6. Barbed Wire Extension Arm - Use standard 45 degree, 3 wire, barbed wire extension arms on posts, except end and gate posts on which use standard post top. Provide hole for top rail. Barbed wire extension arms shall conform to ASTM Designation: A153. 7. Tension Wire - If top rail is not specified, a top tension wire shall be provided. Spiraled or crimped tension wire shall be not less than #7 gage and shall conform to ASTM Designation: A116, Class 3. Ties or clips shall be provided for attaching each wire to the fabric at intervals not exceeding 2 feet. 8. Stretcher Bars - Stretcher bars shall not be less than 3/16 by 3/4 inch steel conforming to ASTM Designation: A153. Stretcher bars shall not be less than 2 inches shorter than the full height of the fabric with which they are used. One stretcher bar shall be provided for each gate and end post and two for each corner and pull post. 9. Ties, Bands or Clips - Ties of 9 gage steel wire shall be provided in sufficient number for attaching the fabric to all line posts at intervals not exceeding 15 inches. Bands or clips of adequate strength shall be provided in sufficient number for attaching the fabric and stretcher bars to all terminal posts at intervals not exceeding 15 inches. Tension bands and brace bands shall be formed from flat or beveled steel and shall have a minimum thickness of 0.115 inch and a minimum width of 7/8 inch, and shall conform to ASTM Designation: A153. 3. CONSTRUCTION METHODS Maximum post spacing shall be 10 feet unless specified otherwise. Concrete footings shall be Class "A" Concrete (see City Standard Specification Section 030020 "Portland Cement Concrete") of the following dimensions: Type Fabric Hole Hole Post of Post Height Diameter Depth Embedment Line 3'-4' 6" 24" 21" Line 5' 8" 30" 27" Line 6'-12' 9" 38" 36" Terminal 3'-5' 10" 32" 30" Terminal 6'-12' 12" 38" 36" 028320 Page 3of4 Rev. 10-30-2014 Erect fencing to follow natural ground surface, but adjust minor irregularities in grade as directed. Construct fence to true alignment. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, chain link fence shall be measured by the linear foot of fence measured at the bottom of the fabric along the centerline of fence from center to center of terminal posts, excluding gates. Gates will be measured per each gate, complete in place. Payment shall be by the linear foot, as measured above, for the height specified unless otherwise specified. Gates will be paid for as measured above and as described in the Bid Form unless otherwise specified. Payment shall be full compensation for furnishing and installing all materials, and for all labor, tools, equipment and incidentals required to construct the fence as required by the plans and these specifications. 028320 Page 4of4 Rev. 10-30-2014 SECTION 030020 PORTLAND CEMENT CONCRETE 1. DESCRIPTION This specification shall govern for the materials used; for the storing and handling of materials; and for the proportioning and mixing of concrete for culverts, manholes, inlets, curb and gutter, sidewalks, driveways, curb ramps, headwalls and wingwalls, riprap, and incidental concrete construction. The concrete shall be composed of Portland cement, aggregates (fine and coarse), admixtures if desired or required, and water, proportioned and mixed as hereinafter provided. 2. MATERIALS (1) Cement The cement shall be either Type I, II or III Portland cement conforming to ASTM Designation: C150, modified as follows: Unless otherwise specified by the Engineer, the specific surface area of Type I and II cements shall not exceed 2000 square centimeters per gram (Wagner Turbidimeter — TxDOT Test Method Tex -310-D). For concrete piling, the above limit on specific surface area is waived for Type II cement only. The Contractor shall furnish the Engineer, with each shipment, a statement as to the specific surface area of the cement expressed in square centimeters per gram. For cement strength requirements, either the flexural or compressive test may be used. Either Type I or II cement shall be used unless Type II is specified on the plans. Except when Type II is specified on the plans, Type III cement may be used when the anticipated air temperature for the succeeding 12 hours will not exceed 60°F. Type III cement may be used in all precast prestressed concrete, except in piling when Type II cement is required for substructure concrete. Different types of cement may be used in the same structure, but all cement used in any one monolithic placement shall be of the same type and brand. Only one brand of each type will be permitted in any one structure unless otherwise authorized by the Engineer. Cement may be delivered in bulk where adequate bin storage is provided. All other cement shall be delivered in bags marked plainly with the name of the manufacturer and the type of cement. Similar information shall be provided in the bills of lading accompanying each shipment of packaged or bulk cement. Bags shall contain 94 pounds net. All bags shall be in good condition at time of delivery. All cement shall be properly protected against dampness. No caked cement will be accepted. Cement remaining in storage for a prolonged period of time may be retested and rejected if it fails to conform to any of the requirements of these specifications. 030020 Page 1 of 13 Rev. 10-30-2014 (2) Mixing Water Water for use in concrete and for curing shall be free from oils, acids, organic matter or other deleterious substances and shall not contain more than 1000 parts per million of chlorides as CL nor more than 1000 parts per million of sulfates as SO4. Water from municipal supplies approved by the State Health Department will not require testing, but water from other sources will be sampled and tested before use in structural concrete. Tests shall be made in accordance with the "Method of Test for Quality of Water to be Used in Concrete" (AASHTO Method T26), except where such methods are in conflict with provisions of this specification. (3) Coarse Aggregate Coarse aggregate shall consist of durable particles of gravel, crushed blast furnace slag, crushed stone, or combinations thereof; free from frozen material or injurious amount of salt, alkali, vegetable matter, or other objectionable material either free or as an adherent coating; and its quality shall be reasonably uniform throughout. It shall not contain more than 0.25 percent by weight of clay lumps, nor more than 1.0 percent by weight of shale, nor more than 5 percent by weight of laminated and/or friable particles when tested in accordance with TxDOT Test Method Tex -413-A. It shall have a wear of not more than 40 percent when tested in accordance with TxDOT Test Method Tex -410-A. Unless otherwise specified on the plans, coarse aggregate will be subjected to five cycles of the soundness test in accordance with TxDOT Test Method Tex -411-A. The loss shall not be greater than 12 percent when sodium sulfate is used, or 18 percent when magnesium sulfate is used. Permissible sizes of aggregate shall be governed by Table 4 and Table 1, except that when exposed aggregate surfaces are required, coarse aggregate gradation will be as specified on the plans. When tested by approved methods, the coarse aggregate, including combinations of aggregates when used, shall conform to the grading requirements shown in Table 1. 030020 Page 2 of 13 Rev. 10-30-2014 TABLE 1 Coarse Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Grade No. Nominal Size 2-1/4 In. 2 In. 1-1/4 In. 1 In. 3/4 In. 1/2 In. 3/8 In. No. 4 No. 8 1 2 in. 0 0 to 20 15 to 50 60 to 80 95 to 100 2 (467)* 1-1/4 in. 0 0 to 5 30 to 65 70 to 90 95 to 100 4 (57)* 1 in. 0 0 to 5 40 to 75 90 to 100 95 to 100 8 3/8 in. 0 0 to 5 35 to 80 90 to 100 *Numbers in parenthesis indicate conformance with ASTM C33. The aggregate shall be washed. The Loss by Decantation (TxDOT Test Method Tex -406-A) plus the allowable weight of clay lumps, shall not exceed one percent, or the value shown on the plans, whichever is smaller (4) Fine Aggregate Fine aggregate shall consist of clean, hard, durable and uncoated particles of natural or manufactured sand or a combination thereof, with or without a mineral filler. It shall be free from frozen material or injurious amounts of salt, alkali, vegetable matter or other objectionable material and it shall not contain more than 0.5 percent by weight of clay lumps. When subjected to the color test for organic impurities (TxDOT Test Method Tex -408-A), it shall not show a color darker than standard. The fine aggregate shall produce a mortar having a tensile strength equal to or greater than that of Ottawa sand mortar when tested in accordance with TxDOT Test Method Tex -317-D. Where manufactured sand is used in lieu of natural sand for slab concrete subject to direct traffic, the acid insoluble residue of the fine aggregate shall be not less than 28 percent by weight when tested in accordance with TxDOT Test Method Tex -612-J. When tested by approved methods, the fine aggregate or combination of aggregates, including mineral filler, shall conform to the grading requirements shown in Table 2. 030020 Page 3 of 13 Rev. 10-30-2014 TABLE 2 Fine Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Grade No. 3/8 In. No. 4 No. 8 No. 16 No. 30 No. 50 No. 100 No. 200 1 0 Oto 5 Oto 20 15 to 50 35 to 75 70 to 90 90 to 100 97 to 100 NOTE 1: Where manufactured sand is used in lieu of natural sand, the percent retained on the No. 200 sieve shall be 94 to 100. NOTE 2: Where the sand equivalent value is greater than 85, the retainage on the No. 50 sieve may be 70 to 94 percent. Fine aggregate will be subjected to the Sand Equivalent Test (TxDOT Test Method Tex -203-F). The sand equivalent shall not be less than 80 nor less than the value shown on the plans, whichever is greater. For concrete Classes 'A' and 'C', the fineness modulus as defined below for fine aggregates shall be between 2.30 and 3.10. The fineness modulus will be determined by adding the percentages by weight retained on the following sieves, and dividing by 100; Nos. 4, 8, 16, 30, 50 and 100. (5) Mineral Filler Mineral filler shall consist of stone dust, clean crushed sand, or other approved inert material. (6) Mortar (Grout) Mortar for repair of concrete shall consist of 1 part cement, 2 parts finely graded sand, and enough water to make the mixture plastic. When required to prevent color difference, white cement shall be added to produce the color required. When required by the Engineer, latex adhesive shall be added to the mortar. (7) Admixtures Calcium Chloride will not be permitted. Unless otherwise noted, air -entraining, retarding and water -reducing admixtures may be used in all concrete and shall conform to the following requirements: A "water -reducing, retarding admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a given consistency and will retard the initial set of the concrete. A "water -reducing admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a 030020 Page 4 of 13 Rev. 10-30-2014 given consistency. (a) Retarding and Water -Reducing Admixtures. The admixture shall meet the requirements for Type A and Type D admixture as specified in ASTM Designation: C494, modified as follows: (1) The water -reducing retarder shall retard the initial set of the concrete a minimum of 2 hours and a maximum of 4 hours, at a specified dosage rate, at a temperature of 90°F. (2) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (3) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air -entraining admixture used in the referenced and test concrete shall be neutralized Vinsol resin. (b) Air -Entraining Admixture. The admixture shall meet the requirements of ASTM Designation: C260, modified as follows: (1) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (2) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air -entraining admixture used in the referenced concrete shall be neutralized Vinsol resin. 3. STORAGE OF CEMENT All cement shall be stored in well -ventilated weatherproof buildings or approved bins, which will protect it from dampness or absorption of moisture. Storage facilities shall be ample, and each shipment of packaged cement shall be kept separated to provide easy access for identification and inspection. The Engineer may permit small quantities of sacked cement to be stored in the open for a maximum of 48 hours on a raised platform and under waterproof covering. 4. STORAGE OF AGGREGATE The method of handling and storing concrete aggregate shall prevent contamination with foreign materials. If the aggregates are stored on the ground, the sites for the stockpiles shall be clear of all vegetation and level. The bottom layer of aggregate shall not be disturbed or used without recleaning. 030020 Page 5 of 13 Rev. 10-30-2014 When conditions require the use of two or more sizes of aggregates, they shall be separated to prevent intermixing. Where space is limited, stockpiles shall be separated by physical barriers. Methods of handling aggregates during stockpiling and subsequent use shall be such that segregation will be minimized Unless otherwise authorized by the Engineer, all aggregate shall be stockpiled at least 24 hours to reduce the free moisture content. 5. MEASUREMENT OF MATERIALS The measurement of the materials, except water, used in batches of concrete, shall be by weight. The fine aggregate, coarse aggregate and mineral filler shall be weighed separately. Where bulk cement is used, it shall be weighed separately, but batch weighing of sacked cement will not be required. Where sacked cement is used, the quantities of material per batch shall be based upon using full bags of cement. Batches involving the use of fractional bags will not be permitted. Allowance shall be made for the water content in the aggregates. Bags of cement varying more than 3 percent from the specified weight of 94 pounds may be rejected, and when the average weight per bag in any shipment, as determined by weighing 50 bags taken at random, is less than the net weight specified, the entire shipment may be rejected. If the shipment is accepted, the Engineer will adjust the concrete mix to a net weight per bag fixed by an average of all individual weights which are less than the average weight determined from the total number weighed. 6. CLASSIFICATION AND MIX DESIGN It shall be the responsibility of the Contractor to furnish the mix design, using a coarse aggregate factor acceptable to the Engineer, for the class(es) of concrete specified. The mix shall be designed by a qualified concrete technician to conform with the requirements contained herein and in accordance with the THD Bulletin C-11. The Contractor shall perform, at his own expense, the work required to substantiate the design, except the testing of strength specimens, which will be done by the Engineer. Complete concrete design data shall be submitted to the Engineer for approval. It shall also be the responsibility of the Contractor to determine and measure the batch quantity of each ingredient, including all water, so that the mix conforms to these specifications and any other requirements shown on the plans. Trial batches will be made and tested using all of the proposed ingredients prior to placing the concrete, and when the aggregate and/or brand of cement or admixture is changed. Trial batches shall be made in the mixer to be used on the job. When transit mix concrete is to be used, the trial designs will be made in a transit mixer representative of the mixers to be used. Batch size shall not be less than 50 percent of the rated mixing capacity of the truck. Mix designs from previous or concurrent jobs may be used without trial batches if it is shown that 030020 Page 6 of 13 Rev. 10-30-2014 no substantial change in any of the proposed ingredients has been made. The coarse aggregate factor shall not be more than 0 82, except that when the voids in the coarse aggregate exceed 48 percent of the total dry loose volume, the coarse aggregate factor shall not exceed 0.85. The coarse aggregate factor shall not be less than 0.70 for Grades 1, 2 and 3 aggregates. If the strength required for the class of concrete being produced is not secured with the cement specified in Table 4, the Contractor may use an approved water -reducing or retarding admixture, or he shall furnish aggregates with different characteristics which will produce the required results. Additional cement may be required or permitted as a temporary measure until the redesign is checked. Water -reducing or retarding agents may be used with all classes of concrete at the option of the Contractor. When water -reducing or retarding agents are used at the option of the Contractor, reduced dosage of the admixture will be permitted. Entrained air will be required in accordance with Table 4. The concrete shall be designed to entrain 5 percent air when Grade 2 coarse aggregate is used and 6 percent when Grade 3 coarse aggregate is used. Concrete as placed in the structure shall contain the proper amount as required above with a tolerance of plus or minus 1 5 percentage points. Occasional variations beyond this tolerance will not be cause for rejection. When the quantity of entrained air is found to be above 7 percent with Grade 2 coarse aggregate or above 8 percent for Grade 3 coarse aggregate, additional test beams or cylinders will be made. If these beams or cylinders pass the minimum flexural or compressive requirements, the concrete will not be rejected because of the variation in air content. 7. CONSISTENCY In cases where the consistency requirements cannot be satisfied without exceeding the maximum allowable amount of water, the Contractor may use, or the Engineer may require, an approved water -reducing or retarding agent, or the Contractor shall furnish additional aggregates or aggregates with different characteristics, which will produce the required results. Additional cement may be required or permitted as a temporary measure until aggregates are changed and designs checked with the different aggregates or admixture. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum. The concrete shall be workable, cohesive, possess satisfactory finishing qualities, and of the stiffest consistency that can be placed and vibrated into a homogenous mass. Excessive bleeding shall be avoided. Slump requirements will be as specified in Table 3. 030020 Page 7 of 13 Rev. 10-30-2014 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 II Cement is used with Class C Concrete, the 7 -day beam break requirement will be 550 psi; with Class A Concrete, the minimum 7 -day beam break requirement will be 460 psi. ****Permission to use Grade 8 Aggregate must have prior approval of the Engineer. 9. MIXING CONDITIONS The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the limits outlined in City Standard Specification Section 038000 "Concrete Structures", Article "Placing Concrete -General", shall not be used. Retamping of concrete will not be permitted. In threatening weather, which may result in conditions that will adversely affect the quality of the concrete to be placed, the Engineer may order postponement of the work. Where work has been started and changes in weather conditions require protective measures, the Contractor shall furnish adequate shelter to protect the concrete against damage from rainfall, or from freezing temperatures. If necessary to continue operations during rainfall, the Contractor shall also provide protective coverings for the material stockpiles. Aggregate stockpiles need be covered only to the extent necessary to control the moisture conditions in the aggregates to adequately control the consistency of the concrete. 10. MIXING AND MIXING EQUIPMENT All equipment, tools, and machinery used for hauling materials and performing any part of the work shall be maintained in such condition to insure completion of the work underway without excessive delays for repairs or replacements. The mixing shall be done in a batch mixer of approved type and size that will produce uniform 030020 Page 9 of 13 Rev. 10-30-2014 distribution of the material throughout the mass. Mixers may be either the revolving drum type or the revolving blade type, and shall be capable of producing concrete meeting the requirements of these specifications. After all the ingredients are assembled in the drum, the mixing shall continue not less than 1 minute for mixers of one cubic yard or less capacity plus 15 seconds for each additional cubic yard or portion thereof. The mixer shall operate at the speed and capacity designated by the Mixer Manufacturers Bureau of the Associated General Contractors of America. The mixer shall have a plate affixed showing the manufacturer's recommended operating data. The absolute volume of the concrete batch shall not exceed the rated capacity of the mixer. The entire contents of the drum shall be discharged before any materials are placed therein for the succeeding batch. The first batch of concrete materials placed in the mixer for each placement shall contain an extra quantity of sand, cement and water sufficient to coat the inside surface of the drum. Upon the cessation of mixing for any considerable length of time, the mixer shall be thoroughly cleaned. The concrete mixer shall be equipped with an automatic timing device which is put into operation when the skip is raised to its full height and dumping. This device shall lock the discharging mechanism and prevent emptying of the mixer until all the materials have been mixed together for the minimum time required, and it shall ring a bell after the specified time of mixing has elapsed. The water tank shall be arranged so that the amount of water can be measured accurately, and when the tank starts to discharge, the inlet supply shall cut off automatically. Whenever a concrete mixer is not adequate or suitable for the work, it shall be removed from the site upon a written order from the Engineer and a suitable mixer provided by the Contractor. Pick-up and thro-over blades in the drum of the mixer which are worn down more than 10 percent in depth shall be repaired or replaced with new blades. Improperly mixed concrete shall not be placed in the structure. Job mix concrete shall be concrete mixed in an approved batch mixer in accordance with the requirements stated above, adjacent to the structure for which the concrete is being mixed, and moved to the placement site in non -agitating equipment. 11. READY -MIX PLANTS A. General. It shall be the Contractor's responsibility to furnish concrete meeting all requirement of the governing specification sections, and concrete not meeting the slump, workability and consistency requirements of the governing specification sections shall not 030020 Page 10 of 13 Rev. 10-30-2014 be placed in the structure or pavement. Ready -Mixed Concrete shall be mixed and delivered by means of one of the following approved methods. (1) Mixed completely in a stationary mixer and transported to the point of delivery in a truck agitator or a truck mixer operating at truck agitator or truck mixer agitation speed. (Central -Mix Concrete) (2) Mixed complete in a truck mixer and transported to the placement site at mixing and/or agitating speed (Transit -Mix Concrete), subject to the following provisions: (3) B. Equipment. (a) Truck mixers will be permitted to transport concrete to the job site at mixing speed if equipped with double actuated counters which will separate revolutions at mixing speed from total revolutions. (b) Truck mixers equipped with a single actuated counter counting total revolutions of the drum shall mix the concrete at the plant not less than 50 nor more than 70 revolutions at mixing speed, transport it to the job site at agitating speed and complete the required mixing before placing the concrete. Mixed completely in a stationery mixer and transported to the job site in approved non -agitating trucks with special bodies. This method of transporting will be permitted for concrete pavement only. (1) Batching Plant. The batching plant shall be provided with adequate bins for batching all aggregates and materials required by the specifications. Bulk cement shall be weighed on a scale separate from those used for other materials and in a hopper entirely free and independent of that used for weighing the aggregates. (2) Mixers and Agitators. (a) General: Mixers shall be of an approved stationary or truck -type capable of combining the ingredients into a thoroughly mixed and uniform mass. Facilities shall be provided to permit ready access to the inside of the drum for inspection, cleaning and repair of blades. Mixers and agitators shall be subject to daily examination for changes in condition due to accumulation of hardened concrete and/or wear of blades, and any hardened concrete shall be removed before the mixer will be permitted to be used. Worn blades shall be repaired or replaced with new in 030020 Page 11 of 13 Rev. 10-30-2014 accordance with the manufacturer's design and arrangement for that particular unit when any part or section is worn as much as 10 percent below the original height of the manufacturer's design. (b) Stationary Mixers: These shall conform to the requirements of Article "Mixing and Mixing Equipment". Truck mixers mounted on a stationary base will not be considered as a stationary mixer. (c) Truck Mixers: In addition, truck mixers shall comply with the following requirements: An engine in satisfactory working condition and capable of accurately gauging the desired speed of rotation shall be mounted as an integral part of the mixing unit for the purpose of rotating the drum. Truck mixers equipped with a transmission that will govern the speed of the drum within the specified revolutions per minute (rpm) will not require a separate engine. All truck mixers shall be equipped with actuated counters by which the proper number of revolutions of the drum, as specified in Article 11. A. above, may be readily verified. The counters shall be read and recorded at the start of mixing at mixing speeds. Each until shall have adequate water supply and accurate metering or gauging devices for measuring the amount used. (d) Agitators: Concrete agitators shall be of the truck type, capable of maintaining a thoroughly mixed and uniform concrete mass and discharging it within the same degree of uniformity specified for mixers. Agitators shall comply with all of the requirements for truck mixers, except for the actual mixing requirements. C. Operation of Plant and Equipment. Delivery of ready -mixed concrete shall equal or exceed the rate approved by the Engineer for continuous placement. In all cases, the delivery of concrete to the placement site shall assure compliance with the time limits in the applicable specification for depositing successive batches in any monolithic unit. The Contractor shall satisfy the Engineer that adequate standby trucks are available. A standard ticket system will be used for recording concrete batching, mixing and delivery date. Tickets will be delivered to the job inspector. Loads arriving without ticket and/or in unsatisfactory condition shall not be used. When a stationary mixer is used for the entire mixing operation, the mixing time for one cubic yard of concrete shall be one minute plus 15 seconds for each additional cubic yard or portion thereof. This mixing time shall start when all cement, aggregates and initial water have entered the drum. 030020 Page 12 of 13 Rev. 10-30-2014 The mixer shall be charged so that some of the mixing water will enter the drum in advance of the cement and aggregate. All of the mixing water shall be in the drum by the end of the first one- fourth of the specified mixing time. Water used to flush down the blades after charging shall be accurately measured and included in the quantity of mixing water. The introduction of the initial mixing water, except blade wash down water and that permitted in this Article, shall be prior to or simultaneous with the charging of the aggregates and cement. The loading of truck mixers shall not exceed 63 percent of the total volume of the drum. When used as an agitator only, the loading shall not exceed 80 percent of the drum volume. When Ready -Mix Concrete is used, additional mortar (one sack cement, three parts sand and sufficient water) shall be added to the batch to coat the drum of the mixer or agitator truck, and this shall be required for every load of Class C concrete only and for the first batch from central mix plants. A portion of the mixing water, required by the batch design to produce the desired slump, may be withheld and added at the job site, but only with permission of the Engineer and under his supervision. When water is added under the above conditions, it shall be thoroughly mixed as specified below for water added at the job site. Mixing speed shall be attained as soon as all ingredients are in the mixer, and each complete batch (containing all the required ingredients) shall be mixed not less than 70 nor more than 100 revolutions of the drum at mixing speed except that when water is added at the job site, 25 revolutions (minimum) at mixing speed will be required to uniformly disperse the additional water throughout the mix. Mixing speed shall be as designated by the manufacturer. All revolutions after the prescribed mixing time shall be at agitating speed. The agitating speed shall be not less than one (1) nor more than five (5) rpm. The drum shall be kept in continuous motion from the time mixing is started until the discharge is completed. 12. PLACING, CURING AND FINISHING The placing of concrete, including construction of forms and falsework, curing and finishing, shall be in accordance with City Standard Specification Section 038000 "Concrete Structures". 13. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the quantities of concrete of the various classifications which will constitute the completed and accepted structure(s) in-place will be measured by the cubic yard, per each, square foot, square yard or linear foot, as the case may be. Measurement will be as shown on the drawings and/or in the Bid Form. Payment shall be full compensation for furnishing, hauling, mixing, placing, curing and fmishing all concrete; all grouting and pointing; furnishing and placing drains; furnishing and placing metal flashing strips; furnishing and placing expansion joint material required by this specification or shown on the plans; and for all forms and falsework, labor, tools, equipment and incidentals necessary to complete the work. 030020 Page 13 of 13 Rev. 10-30-2014 SECTION 032020 REINFORCING STEEL 1. DESCRIPTION This specification shall govern the furnishing and placing of reinforcing steel, deformed and smooth, of the size and quantity designated on the plans and in accordance with these specifications. 2. MATERIALS Unless otherwise designated on the plans, all bar reinforcement shall be deformed, and shall conform to ASTM Designation: A 615, Grades 60 or 75, and shall be open hearth, basic oxygen, or electric furnace new billet steel. Large diameter new billet steel (Nos. 14 and 18), Grade 75, will be permitted for straight bars only. Where bending of bar sizes No. 14 or No. 18 of Grade 60 is required, bend testing shall be performed on representative specimens as described for smaller bars in the applicable ASTM Specification. The required bend shall be 90 degrees around a pin having a diameter of 10 times the nominal diameter of the bar. Spiral reinforcement shall be smooth (not deformed) bars or wire of the minimum diameter shown on the plans, and shall be made by one or more of the following processes: open hearth, basic oxygen, or electric furnace. Bars shall be rolled from billets reduced from ingots and shall comply with ASTM Designation: A 306, Grade 65 minimum (references to ASTM Designation: A 29 is voided). Dimensional tolerances shall be in accordance with ASTM Designation: A 615, or ASTM Designation: A 615, Grade 60, except for deformations. Wire shall be cold -drawn from rods that have been hot -rolled from billets and shall comply with ASTM Designation: A 185. In cases where the provisions of this specification are in conflict with the provisions of the ASTM Designation to which reference is made, the provisions of this specification shall govern. Report of chemical analysis showing the percentages of carbon, manganese, phosphorus and sulphur will be required for all reinforcing steel when it is to be welded. 032020 Page 1 of 6 Rev. 10-30-2014 The nominal size and area and the theoretical weight of reinforcing steel bars covered by this specification are as follows: Nominal Weight per Bar Size Diameter, Nominal Area, Linear Foot, Number In. Sq. In. Pounds 2 0.250 0.05 0.167 3 0.375 0.11 0.376 4 0.500 0.20 0.668 5 0.625 0.31 1.043 6 0.750 0.44 1.502 7 0.875 0.60 2.044 8 1.000 0.79 2.670 9 1.128 1.00 3.400 10 1.270 1.27 4.303 11 1.410 1.56 5.313 14 1.693 2.25 7.6 18 2.257 4.00 13.60 Smooth round bars shall be designated by size number through No. 4. Smooth bars larger than No. 4 shall be designated by diameter in inches. When wire is ordered by gauge numbers, the following relation between gauge number and diameter, in inches, shall apply unless otherwise specified: Equivalent Equivalent Gauge Diameter, Gauge Diameter, Number Inches Number Inches 0 0.3065 8 0.1620 1 0.2830 9 0.1483 2 0.2625 10 0.1350 3 0.2437 11 0.1205 4 0.2253 12 0.1055 5 0.2070 13 0.0915 6 0.1920 14 0.0800 7 0.1770 032020 Page 2 of 6 Rev. 10-30-2014 3. BENDING The reinforcement shall be bent cold, true to the shapes indicated on the plans. Bending shall preferably be done in the shop. Irregularities in bending shall be cause for rejection. Unless otherwise shown on the plans, the inside diameter of bar bends, in terms of the nominal bar diameter (d), shall be as follows: Bends of 90 degrees and greater in stirrups, ties and other secondary bars that enclose another bar in the bend: Grade 60 #3, #'I, #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: Plan Dimon. * 3/4" IC._ *3/4" T/8" Bar or Smaller--P+an. Dimon_ *1/2" 1" Bar or Larger--P+an_ Damen_ * 1` H = over 6"--O,mei, 4 Zero or -+/2 1i = 6" and Tess -Dimon. • Zero or -1/4" 7/8r Bor or Smaller --Plan Dimon.* 1/2. 1" Bar or Larger —Plan Dimon. *1" Pion Dimon - 5. STORING Spiral or Circular Tie Tie or Stirrup Plan Dianen. s 1/21 Steel reinforcement shall be stored above the surface of the ground upon platforms, skids or other supports, and shall be protected as far as practicable from mechanical injury and surface deterioration caused by exposure to conditions producing rust. When placed in the work, reinforcement shall be free from dirt, paint, grease, oil, or other foreign materials. Reinforcement shall be free from injurious defects such as cracks and laminations. Rust, surface seams, surface irregularities or mill scale will not be cause for rejection, provided the minimum dimensions, cross- sectional area and tensile properties of a hand wire crushed specimen meets the physical requirements for size and grade of steel specified. 6. SPLICES No splicing of bars, except when provided on the plans or specified herein, will be permitted without written approval of the Engineer. Splices will not be permitted in main reinforcement at points of maximum stress. When permitted in main bars, splices in adjacent bars shall be staggered a minimum of two splice lengths. 032020 Page 4 of 6 Rev. 10-30-2014 Lap TABLE 1 Minimum Lap Requirements Uncoated Coated Lap in inches > 40d 60d Where: d = bar diameter in inches Welding of reinforcing bars may be used only where shown on the plans or as permitted herein. All welding operations, processes, equipment, materials, workmanship and inspection shall conform to the requirements of the drawings and industry standards. All splices shall be of such dimension and character as to develop the full strength of bar being spliced. End preparation for butt welding reinforcing bars shall be done in the field. Delivered bars shall be of sufficient length to permit this practice. For box culvert extensions with less than one foot of fill, the existing longitudinal bars shall have a 20 -diameter lap with the new bars. For box culvert extensions with more than one foot of fill, a minimum of 6 inches lap will be required. Unless otherwise shown on the plans, dowel bars transferring tensile stresses shall have a minimum embedment equal to the minimum lap requirements shown in Table 1. Shear transfer dowels shall have a minimum embedment of 12 inches. 7. PLACING Reinforcement shall be placed as near as possible in the position shown on the plans. Unless otherwise shown on the plans, dimensions shown for reinforcement are to the centers of the bars. In the plane of the steel parallel to the nearest surface of concrete, bars shall not vary from plan placement by more than one -twelfth of the spacing between bars. In the plane of the steel perpendicular to the nearest surface of concrete, bars shall not vary from plan placement by more than one-quarter inch. Cover of concrete to the nearest surface of steel shall meet the above requirements but shall never be less than one inch or as otherwise shown on the plans. Vertical stirrups shall always pass around the main tension members and be attached securely thereto. The reinforcing steel shall be spaced its required distance from the form surface by means of approved galvanized metal spacers, metal spacers with plastic coated tips, stainless steel spacers, plastic spacers, or approved pre -cast mortar or concrete blocks. For approval of plastic spacers on the project, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5 percent solution of sodium hydroxide for 120 hours. All reinforcing steel shall be tied at all intersections, except that where spacing is less than one foot in each direction, alternate intersections only need be tied. Before any concrete is placed, all mortar shall be cleaned from the reinforcement. Precast mortar or concrete blocks to be used for holding steel in position adjacent to formed surfaces shall be cast in molds meeting the approval of the Engineer and shall be cured by covering with wet burlap or 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 - 752 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 037040 2/20/9 Page 1 of 2 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 Epoxy Until Placing Concrete Overlay 90°F 40 min. 80°F 12 hrs. 70°F 22 hrs. 60°F 32 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 2/20/9 Page 2 of 2 SECTION 055420 FRAMES, GRATES, RINGS AND COVERS 1. DESCRIPTION This specification shall govern for the furnishing and installation of frames, grates, rings and covers for inlets, manholes and other structures in accordance with those details. Steel shall conform to the requirements of ASTM Designation: A36 "Standard Specification for Carbon Structural Steel". 2. MATERIALS Welded steel grates and frames shall conform to the member size, dimensions and details shown on the plans and shall be welded into an assembly in accordance with those details. Steel shall conform to the requirements of ASTM Designation: A36. Castings, whether Carbon -Steel, Gray Cast Iron or Ductile Iron, shall conform to the shape and dimensions shown on the plans and shall be clean substantial castings, free from burnt -on sand or blow holes, and shall be reasonable smooth. Runners, risers, fins, and other cast -on pieces shall be removed from the castings and such areas ground smooth. Bearing surfaces between manhole rings and covers or grates and frames shall be cast or machined with such precision that uniform bearing shall be provided throughout the perimeter contact area. Pairs of machined castings shall be matchmarked to facilitate subsequent identification at installation. Steel castings shall conform to the requirements of ASTM Designation: A27 "Standard Specification for Steel Castings, Carbon, for General Application". Grade 70-36 shall be furnished unless otherwise specified. Cast Iron castings shall conform to the requirements of ASTM Designation: A48 "Standard Specification for Gray Iron Castings", Class 30. Ductile iron castings shall conform to the requirements of ASTM Designation: A536 "Standard Specification for Ductile Iron Castings". Grade 60-40-18 shall be used otherwise specified. 3. CONSTRUCTION METHODS Frames, grates, rings and covers shall be constructed of the materials as specified and in accordance with the details shown on the plans, and shall be placed carefully to the lines and grades indicated on the plans or as directed by the Engineer. All welding shall conform to the requirements of the latest American Welding Society Specifications. Frames, grates, rings and covers shall be given one coat of a commercial grade red lead and oil paint and two coats of commercial grade aluminum paint. 055420 Page 1 of 2 Rev. 3-25-2015 Painting on gray iron castings will not be required, except when used in conjunction with structural steel shapes. Commercial grade galvanized bolts and nuts shall be used. The zinc coating shall be uniform in thickness, smooth and continuous. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, frames, grates, rings and covers will not be measured for payment, but shall be considered subsidiary to other bid items. 055420 Page 2 of 2 Rev 3-25-2015 SECTION 02 24 80 Rolling 12/16 1 - DESCRIPTION DESCRIPTION Compact embankment, subgrade, base, surface treatments, broken concrete pavement, or asphalt pavement using rollers. Break up asphalt mats, pit run material, or base materials. REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. TEXAS DEPARTMENT OF TRANSPORTATION (TXDOT) STANDARD SPECIFICATIONS FOR CONSTRUCTION AND MAINTENANCE OF HIGHWAYS, STREETS, AND BRIDGES TxDOT Item 210 (2014) Rolling 2 - MATERIALS N/A 3 — METHODS Refer to TXDOT Item 210.2 and 210.3 for construction equipment and requirements. 4 - MEASUREMENT & PAYMENT Refer to TXDOT Item 210.4 for measurement and payment. END OF SECTION 02 24 80 - 1/1 SECTION 02 24 85 Proof Rolling 12/16 1 - DESCRIPTION DESCRIPTION Proof -roll earthwork, base, or both to locate unstable areas. REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. TEXAS DEPARTMENT OF TRANSPORTATION (TXDOT) STANDARD SPECIFICATIONS FOR CONSTRUCTION AND MAINTENANCE OF HIGHWAYS, STREETS, AND BRIDGES TxDOT Item 210 (2014) Rolling TxDOT Item 216 (2014) Proof Rolling 2 - MATERIALS N/A 3 — METHODS Refer to TXDOT Item 216.2 and 216.3 for construction equipment and requirements. 4 - MEASUREMENT & PAYMENT The work performed, materials furnished, equipment, labor, tools, and incidentals will not be measured or paid for directly but will be subsidiary to pertinent bid items. END OF SECTION 02 24 85- 1/1 SECTION 02 58 50 RETROFLECTORIZED PAVEMENT MARKINGS 11/16 1 - DESCRIPTION DESCRIPTION Furnish and place retroreflectorized, non-retroreflectorized (shadow) and profile pavement markings. REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. TEXAS DEPARTMENT OF TRANSPORTATION (TXDOT) STANDARD SPECIFICATIONS FOR CONSTRUCTION AND MAINTENANCE OF HIGHWAYS, STREETS, AND BRIDGES TXDOT Item 666 TXDOT Item 677 TXDOT Item 678 TXDOT Item 316 (2014) Retroreflectorized Pavement Markings (2014) Eliminating Existing Pavement Markings and Markers (2014) Pavement Surface Preparation for Markings (2014) Seal Coat DMS 8220 (2014) Hot Applied Thermoplastic DMS 8290 (2013) Glass Traffic Beads 2 - MATERIALS Refer to TXDOT Item 666.2 for material requirements. The Contractor is responsible for meeting the 90 mil thickness for Type 1 pavement markings. The Contractor will assist the OAR in performing 5 tests a day to verify the required thickness of Type 1 pavement markings The test locations will be selected by the OAR. 02 58 50 - 1/2 3 — METHODS Refer to TXDOT Item 666.3 for construction equipment and requirements. Refer to TXDOT Item 666.4 for construction methods and requirements. 4 - MEASUREMENT & PAYMENT Refer to TXDOT Item 666.5 for measurement. Under TXDOT Item 666.5, any reference to proposal, plans, or article 9.2 are to be ignored. Refer to TXDOT Item 666.6 for payment. END OF SECTION 02 58 50 - 2/2 SECTION 02 58 51 RAISED PAVEMENT MARKERS 11/16 1 - DESCRIPTION DESCRIPTION Furnish and install raised pavement markers (RPMs). REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. TEXAS DEPARTMENT OF TRANSPORTATION (TXDOT) STANDARD SPECIFICATIONS FOR CONSTRUCTION AND MAINTENANCE OF HIGHWAYS, STREETS, AND BRIDGES TXDOT Item 672 (2014) Raised Pavement Markers TXDOT Item 677 (2014) Eliminating Existing Pavement Markings and Markers TXDOT Item 678 (2014) Pavement Surface Preparation for Markings DMS 4200 (2010) Pavement Markers (Reflectorized) DMS 4300 (2015) Traffic Buttons DMS 4210 (2004) Snowplowable Pavement Markers DMS 6100 (2014) Epoxies and Adhesives DMS 6130 (2008) Bituminous Adhesive for Pavement Markers 2 - MATERIALS Refer to TXDOT Item 672.2 for material requirements. 3 — METHODS 02 58 51 - 1/2 Refer to TXDOT Item 672.3 for construction methods, equipment, and requirements. 4 - MEASUREMENT & PAYMENT Refer to TXDOT Item 672.4 for measurement. Under TXDOT Item 672.4, any reference to proposal, plans, or article 9.2 are to be ignored. Refer to TXDOT Item 672.5 for payment. END OF SECTION 02 58 51 - 2/2 SECTION 02 58 52 ELIMINATING EXISTING PAVEMENT MARKINGS AND MARKERS 11/16 1 - DESCRIPTION DESCRIPTION Eliminate existing pavement markings and raised pavement markers (RPMs). REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. TEXAS DEPARTMENT OF TRANSPORTATION (TXDOT) STANDARD SPECIFICATIONS FOR CONSTRUCTION AND MAINTENANCE OF HIGHWAYS, STREETS, AND BRIDGES TXDOT Item 677 (2014) Eliminating Existing Pavement Markings and Markers TXDOT Item 300 (2014) Asphalts, Oils, and Emulsions TXDOT Item 302 (2014) Aggregates for Surface Treatments TXDOT Item 316 (2014) Seal Coat 2 - MATERIALS Refer to TXDOT Item 677.2 for material requirements. 3 — METHODS Refer to TXDOT Item 677.3 for construction equipment and requirements. Refer to TXDOT Item 677.4 for construction methods and requirements. 4 - MEASUREMENT & PAYMENT Refer to TxDOT item 677.5 for measurement. Under TxDOT Item 677.5, any reference to proposal, plans, or article 9.2 are to be ignored. 02 58 52-1/2 Refer to TxDot Item 667.6 for payment. END OF SECTION 02 58 52 - 2/2 SECTION 02 58 53 PAVEMENT SURFACE PREPARATION FOR MARKINGS 4/16 1 - DESCRIPTION DESCRIPTION Prepare pavement surface areas before placement of pavement markings and raised pavement markers (RPMs). Item 677, "Eliminating Existing Pavement Markings and Markers," governs removal of existing markings REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. TEXAS DEPARTMENT OF TRANSPORTATION (TXDOT) STANDARD SPECIFICATIONS FOR CONSTRUCTION AND MAINTENANCE OF HIGHWAYS, STREETS, AND BRIDGES TxDOT Item 678 (2014) Pavement Surface Preparation for Markings TxDOT Item 677 (2014) Eliminating Existing Pavement Markings and Markers 2 - MATERIALS Refer to TXDOT Item 678.2 for material requirements. 3 — METHODS Refer to TXDOT Item 678.3 for construction equipment and requirements. Refer to TXDOT Item 678.4 for construction methods and requirements. 4 - MEASUREMENT & PAYMENT All costs associated with Pavement Surface Preparation for Markings is subsidiary to the pertinent bid items. END OF SECTION 02 58 53 - 1/1 SECTION 02 58 54 Work Zone Pavement Markings 11/16 1 - DESCRIPTION DESCRIPTION Furnish, place, and maintain work zone pavement markings. REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. TEXAS DEPARTMENT OF TRANSPORTATION (TXDOT) STANDARD SPECIFICATIONS FOR CONSTRUCTION AND MAINTENANCE OF HIGHWAYS, STREETS, AND BRIDGES DMS 4200 (2014) Pavement Markers (Reflectorized) DMS 4300 (2015) Traffic Buttons DMS 8200 (2013) Traffic Paint DMS 8220 (2014) Hot Applied Thermoplastic DMS 8240 (2016) Permanent Prefabricated Pavement Markings DMS 8241 (2007) Temporary (Removable) Prefabricated Pavement Markings DMS 8242 (2004) Temporary Flexible, Reflective Roadway Marker Tabs DMS 8290 (2013) Glass Traffic Beads TxDOT Item 666 (2014) Retroreflectorized Pavement Markings TxDOT Item 668 (2014) Prefabricated Pavement Markings 02 58 54 - 1/2 TxDOT Item 672 (2014) Raised Pavement Markers 2 - MATERIALS Refer to TXDOT Item 662.2 for material requirements. 3 — METHODS Refer to TXDOT Item 662.3 for construction methods, equipment and requirements. 4 - MEASUREMENT & PAYMENT Refer to TXDOT Item 662.4 for measurement. Under TXDOT Item 662.4, any reference to proposal, plans, or article 9.2 are to be ignored. Refer to TXDOT Item 662.5 for payment. END OF SECTION 02 58 54 - 2/2 SECTION 02 58 58 Aluminum Signs 12/16 1 - DESCRIPTION DESCRIPTION Furnish, fabricate, erect aluminum signs on new sign support and assemblies, and as noted replace existing signs on existing sign supports. REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. TEXAS DEPARTMENT OF TRANSPORTATION (TXDOT) STANDARD SPECIFICATIONS FOR CONSTRUCTION AND MAINTENANCE OF HIGHWAYS, STREETS, AND BRIDGES DMS 7110 (2005) Aluminum Sign Blanks DMS 7120 (2004) Sign Hardware DMS 8111 (2014) Anti -Graffiti Coatings DMS 8300 (2013) Sign Face Materials TxDOT Item 636 (2014) Signs TxDOT Item 644 (2014) Small Roadside Sign Assemblies TxDOT Item 656 (2014) Foundations for Traffic Control Devices 2 - MATERIALS Refer to TxDOT Item 636.2, TxDOT Item 644.2, TxDOT Item 656.2, TxDOT Item 636.3, TxDOT Item 644.3, TxDot Item 656.3 for construction, equipment, and material requirements. Anti -graffiti coating shall be applied to both sides of all signs. 3 — METHODS 02 58 58 - 1/2 Refer to TXDOT Item 636.3 for construction methods, equipment and requirements. 4 - MEASUREMENT & PAYMENT Signs will be measured by each sign furnished. The work performed and materials furnished in accordance with this item and as described in TxDOT Item 636.5.1, TxDot Item 636.5.2, TxDot Item 644.5.1, TxDot Item 644.5.2, and TxDot Item 646 will be paid for at the unit bid price for "Aluminum Signs". END OF SECTION 02 58 58 - 2/2 Appendix 1 March 27, 2013 City of Corpus Christi Department of Engineering Services Post Office Box 9277 Corpus Christi, Texas 78469-9277 • GEOTECHNICAL ENGINEERING • CONSTRUCTION MATERIALS ENGINEERING & TESTING • SOILS • ASPHALT • CONCRETE Attention: Mr. Daniel Biles, P.E. Director of Engineering Services SUBJECT: SUBSURFACE EXPLORATION AND PAVEMENT RECOMMENDATIONS FOR THE PROPOSED SOUTH ALAMEDA STREET — AYERS TO LOUISIANA (BOND 2012) City of Corpus Christi Project No. E12091 Corpus Christi, Texas RETL Job No. — G112249 Dear Mr. Biles, In accordance with our agreement, we have conducted a subsurface exploration for the above referenced project. The results of this investigation, together with our recommendations, are to be found in the accompanying report, one electronic copy of which is being transmitted to both the City of Corpus Christi and to HDR, 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), a Texas Professional Engineering Firm (No. — 2101), would be pleased to continue its role as Geotechnical Engineer during the project implementation. RETL also has great interest in providing materials testing and observation services during the construction phase of this project. If you will advise us of the appropriate time to discuss these engineering services, we will be pleased to meet with you at your convenience. If you have any questions, or if we can be of further assistance, please contact us at (361) 883-4555. Sincerely, Mark C. Rock, P.E. Vice President of Operations ROCK ENGINEERING & TESTING LABORATORY, INC. www.rocktesting.com 6817 LEOPARD STREET • CORPUS CHRISTI, TEXAS, 78409-1703 18847 REDLAND ROAD #202 • SAN ANTONIO, TEXAS, 78259 OFFICE: (361) 883-4555 • FAx: (361) 883-4711 OFFICE: (210) 495-8000 • FAX: (210) 495-8015 SUBSURFACE EXPLORATION AND PAVEMENT RECOMMENDATIONS FOR THE PROPOSED SOUTH ALAMEDA STREET — AYERS TO LOUISIANA (BOND 2012) CITY OF CORPUS CHRISTI PROJECT NO. E12091 CORPUS CHRISTI, TEXAS RETL PROPOSAL NUMBER: G112249 PREPARED FOR: CITY OF CORPUS CHRISTI DEPARTMENT OF ENGINEERING SERVICES P.O. BOX 9277 CORPUS CHRISTI, TEXAS 78469-9277 MARCH 27, 2013 PREPARED BY: ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TEXAS 78409 PHONE: (361) 883-4555; FAX: (361) 883-4711 TEXAS BOARD OF ENGINEERS FIRM REGISTRATION NO. - 2101 _®®w"1 ffea *or*' D® CHRISTOPHER A ROCK Io 'O' 95866 • :•. ' 49 $$0 -4,-, �eCENSt-•• ���Q, Christopher A. Rock, P.E. ��aq®\e®®N®®� Vice President Corpus Christi _040: 0 ‘tEo'rFxgsPi * . moi.. •. ix 'v sfr 5 MARK C. ROCK - . 71395 � 4.10A:../Pe f r a®4'RaN�o�g 4.A Mark C. Rock, P.E. Vice President of Operations TABLE OF CONTENTS Page INTRODUCTION 1 Authorization 1 Purpose and Scope 1 General 2 FIELD EXPLORATION 2 Scope 2 Drilling and Sampling Procedures 3 Field Tests and Measurements 4 LABORATORY TESTING PROGRAM 4 SUBSURFACE CONDITIONS 5 General 5 Soil Conditions 5 Groundwater Observations 6 OSHA Soil Type Classification 7 PAVEMENT RECOMMENDATIONS 8 Routine Maintenance of Rigid and Flexible Pavement Systems 12 Earthwork and Foundation Acceptance 12 Dewatering Construction Considerations 13 GENERAL COMMENTS 14 APPENDIX Boring Location Plan Boring Logs B-1 through B-5 Key to Soil Classifications and Symbols March 27, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. SOUTH ALAMEDA ST. (BOND 2012)(City of CC Proj. No. E12091) Limits; Ayers Street to Louisiana Ave.; Corpus Christi, Texas RETL Job No.: 0112249 INTRODUCTION This report presents the results of a soils exploration for the proposed South Alameda Street — Ayers to Louisiana (Bond 2012), City of Corpus Christi Project No. E12091) in Corpus Christi, Texas. This study was conducted for the City of Corpus Christi and HDR, Inc. Authorization The work for this project was performed in accordance with Rock Engineering and Testing Laboratory, Inc. (RETL) proposal number P 111912B (Revision No. 1) dated January 22, 2013. The scope of work was approved and incorporated into a City of Corpus Christi's Agreement for "Construction Materials Engineering Laboratory's Inspection and Materials Testing Services" and signed by a representative of Rock Engineering and Testing Laboratory, Inc. At the time this report was being prepared the executed agreement was pending. Purpose and Scope Based on information provided to RETL, the proposed project will include modifying South Alameda Street from a 4 travel lane roadway with a median to a 4 travel lane roadway with a continuous left turn lane. It is understood that the profile grade line of the roadway will remain the same. In addition, new utility lines will be installed approximately 8 to 10 -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 and to provide flexible and rigid pavement sections suitable for 30 -year pavement designs. • Provision of recommendations on the suitability of recycling the existing asphalt roadway to be re -used as base material for either a flexible or rigid pavement section. If the material is suitable, RETL will provide recommendations suitable for 30 -year pavement designs incorporating recycled materials. If milling and reclaiming the existing pavement constituents is not suitable, RETL will also provide this recommendation in the final report. • Provide soil parameters, trench excavation design parameters, OSHA soil type classification and recommendations needed by the contractor/engineer to design braced excavations for installation of underground utilities. In addition, prospective contractors will utilize the information provided in this report during the bidding process. 1 of 14 March 27, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. SOUTH ALAMEDA ST. (BOND 2012) (City of CC Proj. No. E12091) Limits; Ayers Street to Louisiana Ave.; Corpus Christi, Texas RETL Job No.: GI 12249 The Geotechnical Engineer states that the findings, recommendations, specifications or professional advice contained herein, have been presented after being prepared in a manner consistent with that level of care and skill ordinarily exercised by reputable members of the Geotechnical Engineer's profession practicing contemporaneously under similar conditions in the locality of the project. No other representations are expressed or implied, and no warranty or guarantee is included or intended. The scope of services did not include an environmental assessment. Any statements in this report, or on the boring logs, regarding odors, colors, unusual or suspicious items or conditions are strictly for the information of the client. General The exploration and analysis of the subsurface conditions reported herein are considered sufficient in detail and scope to assist the design engineer in selecting suitable pavement sections for the proposed street rehabilitation project and to provide the contractors with information to assist with bidding and design of trench excavation protection. The information submitted for the proposed project is based on project details provided by City of Corpus Christi and HDR, 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 HDR, Inc. for the specific application for the proposed South Alameda Street — Ayers to Louisiana (Bond 2012), City of Corpus Christi Project No. E12091, in Corpus Christi, Texas. This study was conducted for the City of Corpus Christi and HDR, Inc. FIELD EXPLORATION Scope The field exploration, to evaluate the engineering characteristics of the subsurface materials, included performing the soil borings and determining strength and classification of the subgrade soils samples obtained. A summary of the field investigation performed for the proposed South Alameda Street — Ayers to Louisiana (Bond 2012) in Corpus Christi, Texas is provided in the table below: 2 of 14 March 27, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. SOUTH ALAMEDA ST. (BOND 2012) (City of CC Proj. No. E12091) Limits; Ayers Street to Louisiana Ave.; Corpus Christi, Texas RETL Job No.: 0112249 SOUTH ALAMEDA STREET AYERS STREET TO LOUISIANA AVE.; CORPUS CHRISTI, TEXAS Depth of HMAC & Flexible Base Material Boring/Core Number Boring Depth (ft) Location Depth of HMAC (1n) Depth of Base (in) B -I 15 N 27° 46.357' W 97° 24.034' South Alameda St.; 55' S of Palmero St.; 6' W of curbline; Inside NBL 7.75 --- B-2 5 N 27° 46.283' W 97° 23.993' South Alameda St.; 60' N of Cole St.; 20' E of curbline; Inside SBL 10.50 4.00 B-3 15 N 27° 46.200' W 97° 23.926' South Alameda St.; 90' S of Del Mar Blvd.; 8' W of curbline; Outside NBL 10.00 --- B-4 5 N 27° 46.110' W 97° 23.875' South Alameda St.; 40' S of Atlantic St.; 20' E of curbline; Inside SBL 9.50 --- B-5 15 N 27° 47.993' W 97° 23.725' South Alameda St.; 75' N of Louisiana Blvd.; 8' W of curbline; Outside NBL 8.00 --- Average Thickness of Existing Pavement Constituents (in) 9.15 4.0 Note: At boring locations B-1, B-3, B-4 & B-5, base material was not encountered in the borings. Due to the varied thicknesses and insufficient thicknesses of the existing pavement constituents, RETL does not recommend recycling the existing pavement constituents into the proposed rehabilitated roadway. The thickness of the HMAC encountered within the limits of this project does render it's use to be recycled into virgin HMAC. Due to the contractors construction means and methods it may not be beneficial to utilize this material into this project due to scheduling but there is some salvage value and this material may be incorporated into future City of Corpus Christi roadway projects. The borings performed for this project were used to determine the classification and strengths of the in-situ soils. The information obtained on the boring logs includes boring location, boring depth, thickness of pavement constituents, soil classification, soil strengths, laboratory test results and GPS coordinates obtained using a commercially available GPS at the boring locations. The boring logs are included in the Appendix. 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. 3 of 14 March 27, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. SOUTH ALAMEDA ST. (BOND 2012) (City of CC Proj. No. E12091) Limits; Ayers Street to Louisiana Ave.; Corpus Christi, Texas RETL Job No.: G 1 12249 Once the pavement constituents were penetrated and the existing pavement constituents removed, a drilling rig equipped with a rotary head turning hollow stem augers was used to advance the boreholes to the desired boring termination depth. Disturbed samples were obtained employing both split -barrel sampling procedures in general accordance with the procedures for "Penetration Test and Split -Barrel Sampling of Soils, (ASTM D1586)." Undisturbed samples were obtained using thin-wall tube sampling procedures in accordance with the procedures for "Thin Walled Tube Sampling of Soils, (ASTM D1587)." The samples obtained by this procedure were extruded by a hydraulic ram and classified in the field. All of the samples were placed in plastic bags, marked according to boring number, depth and any other pertinent field data, stored in special containers and delivered to the laboratory for testing. 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. Water Level Observations - Water level observations were obtained during the test boring operations and are noted on the boring logs provided in the Appendix. In relatively pervious soils, such as sandy soils, the indicated depths are usually reliable groundwater levels. In relatively impervious soils, a suitable estimate of the groundwater depth may not be possible, even after several days of observation. Seasonal variations, temperature, land -use, proximity to a creek, river or lake and recent rainfall conditions may influence the depth to the groundwater. The amount of water in open boreholes largely depends on the permeability of the soils encountered at the boring locations. Ground Surface Elevations - The ground surface elevations were not provided at the boring locations. Therefore, all depths referred to in this report are from the actual ground surface at the boring locations during the time of our field investigation. LABORATORY TESTING PROGRAM In addition to the field investigation, a laboratory testing program was conducted to determine additional pertinent engineering characteristics of the subsurface materials necessary in analyzing the behavior of the pavement systems for the proposed project. 4 of 14 March 27, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. SOUTH ALAMEDA ST. (BOND 2012) (City of CC Proj. No. E12091) Limits; Ayers Street to Louisiana Ave.; Corpus Christi, Texas RETL Job No.: G 1 12249 The laboratory testing program included supplementary visual classification (ASTM D2487) and water content tests (ASTM D2216) on all samples. In addition, selected samples were subjected to dry unit weight determinations (ASTM D2937), Atterberg limits tests (ASTM D4318) and percent material finer than the #200 sieve tests (ASTM D1140). The shear strength of selected cohesive soil samples were evaluated from unconfined compressive strength tests (ASTM D2166). Estimated soil strengths were obtained using a hand penetrometer. All phases of the laboratory testing program were conducted in general accordance with applicable ASTM Specifications. The results of these tests are to be found on the accompanying boring logs provided in the Appendix. SUBSURFACE CONDITIONS General The types of soils encountered in the test borings have been visually classified and are described in detail on the boring logs. The results of the standard penetration tests, pocket penetrometer tests, strength tests, water level observations and other laboratory tests are presented on the boring logs in numerical form. Representative samples of the soils were placed in polyethylene bags and are now stored in the laboratory for further analysis, if desired. Unless notified to the contrary, all samples will be disposed of 3 -months after issuance of this report. The stratification of the soil, as shown on the boring logs, represents the soil conditions at the actual boring locations. Variations may occur between, or beyond, the actual boring locations. Lines of demarcation represent the approximate boundary between different soil types, but the transition may be gradual, or not clearly defined. It should be noted that, whereas the test borings were drilled and sampled by experienced drillers, it is sometimes difficult to record changes in stratification within narrow limits. In the absence of foreign substances, it is also difficult to distinguish between discolored soils and clean soil fill. Soil Conditions The generalized soil conditions encountered have been summarized and soil properties including soil classification, strength and the soil parameters recommended for use when designing of braced excavations are provided in the following tables: 5of14 March 27, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. Soil Profile Table SOUTH ALAMEDA ST. (BOND 2012) (City of CC Proj. No. E12091) Limits; Ayers Street to Louisiana Ave.; Corpus Christi, Texas RETL Job No.: G 1 12249 D Description LL PI C 4) Ye Ka Kp 0-0.8 Ex. HMAC Pavement Not Applicable 0.8-18 Fat/Lean CLAY & CLAYEY Sand 26-71 12-45 1600 0 120 0.40 2.50 18-20 CLAYEY Sand --- --- 500 0 60 0.5 2. 0 Where: D = Depth in feet below existing grade LL = Liquid limit (%) P1 = 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 may exist. Detailed descriptions of the soils encountered at the boring locations are provided on the boring logs included in the Appendix. The trench protection should be designed to provide the most conservative design given the design parameters provided in the tables above. It should be noted that the values for the design of braced excavations provided in the tables above are based on the soil strengths and soil densities encountered in the field and generally accepted empirical formulas correlating undrained shear strengths to drained shear strengths and the corresponding angle of internal friction for clay soils. The active and passive earth pressure coefficients were calculated using the drained angle of internal friction as recommended in "FOUNDATION ANALYSIS AND DESIGN," written by Mr. Joseph Bowles where he states, "Drained soil parameters for stiff clays and (1).-C soils in general may be appropriate for lateral pressures behind braced walls where the excavation is open for a considerable length of time." Groundwater Observations Groundwater (GW) observations and the depths the borings caved are provided in the following table: 6 of 14 March 27, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. SOUTH ALAMEDA ST. (BOND 2012) (City of CC Proj. No. E12091) Limits; Ayers Street to Louisiana Ave.; Corpus Christi, Texas RETL Job No.: 0112249 GROUNDWATER OBSERVATIONS BORING NO. DURING DRILLING UPON COMPLETION B-1 Dry Dry & Open B-2* Dry Dry & Open B-3 18.5' Wet & Caved @ 19.2' B-4* Dry Dry & Open B-5 Dry Dry & Open *Borings B-2 and B-4 were terminated at a depth of 5 -feet. Based on the groundwater observation made at the time of our field investigation, it is RETL's opinion that groundwater will be encountered near the 18.5 -foot depth. The groundwater readings provided in the table above are indicative of the conditions at the boring locations during the time of our field investigation. It should be emphasized that water levels in open boreholes may require several hours to several days to stabilize depending on the permeability of the soils and that groundwater levels at this site will be subject to seasonal conditions, recent rainfall, drought or temperature effects. OSHA Soil Type Classification The table below provides a summary of the OSHA Soil Type Classification for the soils encountered at this site to the depth of 20 -feet at the boring locations: OSHA Soil Type Classification D OSHA Soil Type Classification 0-18 Type B 18-20 Type C It should be noted that the contractor's "responsible person" shall make the final determination of the OSHA Soil Type during excavation of the soils at the jobsite. The maximum allowable slopes during construction for OSHA soil types are provided in the following table: 7 of 14 March 27, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. SOUTH ALAMEDA ST. (BOND 2012) (City of CC Proj. No. E12091) Limits; Ayers Street to Louisiana Ave.; Corpus Christi, Texas RETL Job No.: G112249 GUIDELINES FOR MAXIMUM ALLOWABLE SLOPES Soil or Rock Type Max. Allow. Slopes for Excavations < Than 20' Deep Stable Rock Vertical Type A '/4: Horizontal : 1 Vertical Type B 1 Horizontal : 1 Vertical Type C 1 V2 Horizontal : 1 Vertical Guidelines for maximum allowable slopes were obtained from OSHA documents, but do not take into account any recent revisions or the stability of long term unprotected slopes. Long term unprotected slopes will likely require flatter slopes. The guidelines presented herein for slopes does not imply RETL is taking responsibility for construction site safety, this responsibility falls entirely upon the contractor and his responsible person. RETL is assuming that the contractor will comply with all rules, ordinances and other requirements to comply with safe construction practices. PAVEMENT RECOMMENDATIONS Based on information provided to RETL, the proposed project will include modifying South Alameda Street from a 4 travel lane roadway with a median to a 4 travel lane roadway with a continuous left turn lane. It is understood that the profile grade line of the roadway will remain the same. In addition, new utility lines will be installed approximately 8 to 10 -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. 8 of 14 March 27, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. SOUTH ALAMEDA ST. (BOND 2012) (City of CC Proj. No. E12091) Limits; Ayers Street to Louisiana Ave.; Corpus Christi, Texas RETL Job No.: G 1 12249 Specific laboratory testing to define the subgrade strength (i.e. CBR/K values) have not been performed for this analysis. Based upon local experience, soil classification, and laboratory testing the estimated CBR and K values for the natural surficial fat clay soils encountered at this site is, 3 and 100 pci, respectively. The Average Daily Traffic (ADT) numbers utilized for this project were provided by the City of Corpus Christi. Given the ADT counts provided the 30 year traffic projections to determine vehicles per design lane were calculated by taking into account the following considerations provided in the table below: Design Parameter to Calculate 18 kip Equivalent Axle Loads Design Parameters S. Alameda St. Between Ayers St. and Louisiana Ave. Percent Growth 2% Percent Trucks 3% Directional Traffic Distribution 50/50 Design Lane Traffic Distribution 100% Terminal Serviceability Index 2.5 Traffic Counts Provided by City of Corpus Christi 8,386; Average Vehicles per Day Bi -Directional Between 2000 to 2010 If the owner or consultant provides design considerations that conflict with those assumed above, then RETL should be given the opportunity prior to final issue of the plans and specifications to determine if supplemental recommendations are warranted. ADT design lane traffic calculated for 30 -years, calculated rigid and flexible 18 -kip Equivalent Single Axle Loads (ESAL), calculated required structural number and rigid pavement thicknesses for Alameda Street between Ayers Street and Louisiana Avenue are provided in the table below for 30 -year pavement designs: S. Alameda Street; Summary of Pavement Design Criteria Limits: Ayers Street to Louisiana Avenue 30 Yr. ADT Design Travel Lane 7,595 Flex. ESAL's 1,007,338 Rigid ESAL's 1,108,214 Required SN 4.61 Rigid Concrete Pavement Thickness (in) 7" The recommended rigid and flexible pavement sections calculated using the American Association of the State Highway and Transportation Officials, "GUIDE FOR DESIGN OF PAVEMENT STRUCTURES," are provided in the following table: 9of14 March 27, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. SOUTH ALAMEDA ST. (BOND 2012) (City of CC Proj. No. E12091) Limits; Ayers Street to Louisiana Ave.; Corpus Christi, Texas RETL Job No.: G112249 30 YEAR FLEXIBLE PAVEMENT SECTIONS S. Alameda; Ayers Street to Louisiana Avenue Flex. Pvmt. 2A Flex. Pvmt. 2B Flex. Pvmt. 2C Flex. Pvmt. 2D Flex. Pvmt. 2E Type D HMAC 2" 2" 2" 4" 4" Type B HMAC 3 1/2" 3 '/" 3 '/" --- --- Flex Base Material Type A Gr. 1 12" 12" 10" 17" 15" Lime Stabilized Subgrade (5 '/%) 8" --- Geogrid TX5 No No TX5 No TX5 Geogrid BX -1100 No BX -1100 No BX -1100 No Calculated SN 4.63 4.63 4.62 4.70 4.70 Min. Required SN 4.61 4.61 4.61 4.61 4.61 After all surface organics, deleterious materials and existing roadway materials have been removed to the desired subgrade elevation, the upper 12 -inches of exposed raw subgrade shall be compacted to a minimum density of 95 -percent of the maximum dry density, as determined by the standard Proctor (ASTM D698), and at, or above, the optimum moisture content. Any soft areas identified shall be removed and properly recompacted in place. Upon completion of the raw subgrade preparation, depending on the pavement section selected for this project, either lime stabilization in accordance with the recommendations herein, or a layer of the specified geogrid required shall be placed on the properly prepared raw subgrade and shall extend outside the limits of the crushed limestone base material, or to the limits dictated by the City of Corpus Christi, whichever is greater. The geogrid shall be placed in accordance with the manufacturer's recommendations. If lime stabilization is required in the pavement section selected for this project, the lime stabilization operations shall be performed in accordance with TxDOT Item 260, "LIME TREATMENT FOR MATERIALS USED AS SUBGRADE (ROAD MIXED)." Upon completion of the raw subgrade preparation, lime shall be mixed with the scarified subgrade soils at the rate of 5 '/z -percent, based on the maximum dry unit weight of the raw subgrade soils as determined by the standard Proctor, (ASTM D698). The lime stabilized soils should be compacted to a minimum density of 98 -percent of the maximum dry density, as determined by a standard Proctor test (ASTM D698), and at, or above, the optimum moisture content. The flexible base materials utilized shall meet the minimum physical requirements for TxDOT Item 247, Type A, Grade 1. Base materials in flexible pavement areas should be placed in maximum 8 -inch thick loose lifts and compacted to a minimum density of 98 -percent of the maximum dry density, as determined by the modified Proctor test (ASTM D1557), and within 1 %2 -percent of the optimum moisture content. 10 of 14 March 27, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. SOUTH ALAMEDA ST. (BOND 2012) (City of CC Proj. No. E12091) Limits; Ayers Street to Louisiana Ave.; Corpus Christi, Texas RETL Job No.: GI 12249 RETL recommends placing a single course surface treatment underseal, a prime coat (MC -30 or MC -70), or both, on the finished flexible base material prior to placing the HMAC courses. A single course surface treatment underseal should be utilized if opened to traffic. Hot mix asphaltic concrete should meet the requirements set forth in TxDOT Item 340; Type D and Type B surface and base courses, respectively. Maximum thicknesses of HMAC placement for the types of HMAC recommended are provided in the following table: Maximum Recommended Compacted Lift Thickness HMAC Mixture Type Maximum Compacted Lift Thickness Type B HMAC 5" Type D HMAC 3" Any other pay items not specifically referenced shall be either City of Corpus Christi specifications or TxDOT specifications. All TxDOT specifications are referenced from the 2004 Texas Department of Transportation, "STANDARD SPECIFICATIONS FOR CONSTRUCTION AND MAINTENANCE OF HIGHWAYS, STREETS, AND BRIDGES." Allowances for proper drainage and proper material selection of base materials are most important for performance of asphaltic pavements. Ruts and areas that hold water in asphalt pavements allow for quick deterioration of the pavement primarily due to saturation of the underlying base and subgrade. The use of concrete for paving has become more prevalent in recent years due to a decrease in the material cost of concrete and to the long term maintenance cost benefits of concrete pavement compared to asphaltic pavements. The table below provides the recommended rigid concrete pavement section: S. Alameda Rigid Pavement Design Thickness Requirements Pavement Constituents Limits: Ayers St. to Louisiana Ave. 30 Year Pavement Design Reinforced Concrete 7" Type D HMAC 1" Crushed Limestone Base Material TxDOT Item 247; Type A, Grade 1* 6" Compacted Subgrade Soils (95% Std. Proctor; at, or above, opt.) 12 11 of 14 March 27, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. SOUTH ALAMEDA ST. (BOND 2012) (City of CC Proj. No. E12091) Limits; Ayers Street to Louisiana Ave.; Corpus Christi, Texas RETL Job No.: G 1 12249 *Note: TxDOT Item 247 Type A Grade 1 crushed limestone base material shall be compacted to a minimum of 98 -percent of the standard Proctor (ASTM D698) and within 1 'A -percent of the optimum moisture content when utilized within a rigid concrete pavement section. The concrete pavement should be properly reinforced and jointed, as per ACI, and should have a minimum average 28 -day flexural strength of 680 psi or a minimum average 28 -day compressive strength of 4,400 psi in accordance with TxDOT Item 360. Expansion joints, if used, should be sealed with an appropriate sealant so that moisture infiltration into the subgrade soils and resultant concrete deterioration at the joints is minimized. The joints should be thoroughly cleaned and sealant should be installed without overfilling before pavement is opened to traffic. Routine Maintenance of Rigid and Flexible Pavement Systems The pavement sections provided in this report are designed based on 18 -kip equivalent single axle loads over the design life. During the design life, the roadway will require routine maintenance such as crack sealing and seal coats for flexible pavements and joint maintenance for rigid pavement sections. Without proper maintenance moisture infiltration into the base material and subgrade will result in rapid deterioration of the pavement system. RETL recommends that the City of Corpus Christi protect their investment by incorporating an aggressive maintenance program. Earthwork and Foundation Acceptance Exposure to the environment may weaken the soils if excavations remain open for long periods of time. Therefore, it is recommended that all excavations be extended to final grade and the utilities, boxes, and manholes be installed as soon as possible to minimize potential damage to the bearing soils. The bearing level should be free of loose soil, ponded water or debris and should be observed by the Geotechnical Engineer, or his designated representative. Concrete, pavement constituents, bedding materials and backfill materials should not be placed on soils that have been disturbed by rainfall or seepage. If the bearing soils are softened by surface water intrusion, or by desiccation, the unsuitable soils must be removed from the excavation and replaced with properly compacted fill. 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. 12 of 14 March 27, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. SOUTH ALAMEDA ST. (BOND 2012) (City of CC Proj. No. E12091) Limits; Ayers Street to Louisiana Ave.; Corpus Christi, Texas RETL Job No.: G 112249 Dewatering Construction Considerations Based on the groundwater observations made during the drilling operations and based on our experience with other geotechnical investigations performed in the vicinity, it appears that dewatering will be required, when installing the proposed underground utility lines at depths near 18 -feet, or greater. It should be noted that the depth to the groundwater is subject to change due to climatic and site conditions; therefore, it should be made the responsibility of the contractor to verify depths to groundwater. The following discussion is general information that may be useful where dewatering operations are required. For construction of shallow excavations, open drainage or interceptor ditches can be expedient and relatively inexpensive methods for lowering the groundwater table a slight distance. The interceptor ditch has to penetrate deeper than the elevation of the work area. Water collecting in such ditches normally has to be pumped out of the ditch for disposal. Since gravity flow is relied upon to bring the water to the ditch, the continued inflow is dependent on the water level in the ditch being kept low. With this method, it is common to construct small pits in the ditch, termed sump pits, for locating the necessary pumps (sump pumps). The drawing down of the water table can also be accomplished by constructing a series of sump pits, or, if greater depth is required, some type of drainage wells around the construction area and pumping the water from these pits or wells. For dewatering to intermediate depths (to about 30 -feet but more if sufficient area is available for installing the necessary equipment) well -point systems are normally used. To dewater an area, a series of well points are installed around the perimeter of the area. The groundwater level within the perimeter will be lowered when the well -point system is put in operation. The spacing of the well points varies according to the soil type and depth of dewatering. Spacing conventionally varies between 3 and 10 -feet. With the type of pumping equipment conventionally used for well points, the depth of dewatering that can usually be achieved by a single line of well points located around the perimeter of an excavation is about 18 to 20 -feet. This is due to the limit on the practical lifting, or suction, capacity of the pumping equipment. Lowering the water table through a greater distance may require the use of a two (or more) stage (multistage) installation. Where a two- stage installation is required, the well points for the first stage of drawdown are located near the extreme perimeter limits of the area that can be excavated, and are put into operation. Well points for the second stage are subsequently located within the area that has been excavated, near to the bottom elevation that has been dewatered by the first stage. The second stage well points then lower the water table to the additional depth necessary to complete the excavation in dry conditions. 13 of 14 March 27, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. SOUTH ALAMEDA ST. (BOND 2012) (City of CC Proj. No. E12091) Limits; Ayers Street to Louisiana Ave.; Corpus Christi, Texas RETL Job No.: G112249 Subsurface water that flows in an upward direction into an excavation area that is being dewatered imparts a seepage force that tends to loosen the soil, reducing the soil strength. The change in strength should be considered in designing excavation bracing and foundations. Where excavations are to extend more than a few feet below groundwater level, open ditches or pits may not be practical, and more advanced methods may be required. Other methods of dewatering are available and may be more cost effective than those mentioned above. Additional information concerning dewatering may be obtained from a contractor whose specialty is dewatering. GENERAL COMMENTS If there are any revisions to the plans for the proposed project, or if deviations from the subsurface conditions noted in this report are encountered during construction, RETL should be retained to determine if changes in the recommendations are required. If RETL is not retained to perform these functions, RETL will not be responsible for the impact of those conditions on the performance of the project. It is recommended that RETL be retained to provide observation and testing during the construction of the proposed project. RETL cannot accept any responsibility for any conditions which deviate from those described in this report, nor for the performance of the project if not engaged to also provide construction observation and testing. If it is required for RETL to accept any liability, then RETL must agree with the plans and perform such observation during construction as we recommend. All sheeting, shoring, and bracing of trenches, pits and excavations should be made the responsibility of the contractor and should comply with all current and applicable local, state and federal safety codes, regulations and practices, including the Occupational Safety and Health Administration. 14 of 14 APPENDIX March 27, 2013 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. BORING LOCATION PLAN NO SCALE SOUTH ALAMEDA ST. (BOND 2012) (City of CC Proj. No. E12091) Limits; Ayers Street to Louisiana Ave.; Corpus Christi, Texas RETL Job No.: G112249 ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TX 78409 (361) 883-4555 1- 0 0 W 0 0 0 9 w 2 1- 0 0 0) criN C7 2 0 0 FIELD DATA 15 - SAMPLE NUMBER SH s-1 SH S-2 SH S-3 SH S-4 SH S-5 SH S-6 rn W d 2 LOG OF BORING B-1 Rock Engineering & Testing Lab., Inc. 6817 Leopard Street Corpus Christi, Texas 78409 Telephone: (361) 883-4555 Fax: (361) 883-4711 z 0 r z >c� X rn jW OUF}- W rn OOF7 .03 ZO O Z Z w Y CO O W 0 zat as P= 2.25 P= 2.0 P= 1.75 P= 2.5 P= 2.0 P= 4.5+ MOISTURE CONTENT (%) 32 33 31 22 28 17 LABORATORY DATA ATTERB LIMIT r (LIQUID LIMIT 71 57 PLASTIC LIMIT PL 26 22 45 35 99 COMPRESSIVE STRENGTH 1.7 (TONS/SQ FT) MINUS NO. 200 SIEVE (%) 82 88 73 SHEET 1 of 1 CLIENT: City of Corpus Christi (#E12091) PROJECT: South Alameda St. - Ayers to Louisiana LOCATION: South Alameda St.; Corpus Christi, TX NUMBER: G112249 DATE(S) DRILLED: 02/14/13 - 02/14/13 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 ASPHALT (7.75") FAT CLAY with sand, dark gray, moist, stiff. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above, with calcareous deposits, gray and brown. Same as above. (CH) LEAN CLAY with gypsum, gray and brown, moist, stiff. FAT CLAY with sand and gypsum, brown and gray, moist, stiff. (CH) LEAN CLAY with calcareous deposits, brown and gray, dry, very stiff. Boring was terminated at a depth of 15 -feet. co N - STANDA o P - POCKET o T - POCKET RD PENE PENETR TORVAN TRAT OME E SH ION TER EAR TES RESI T RE TSTA ENG SIST NCE TH ANCE REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by EnviroCore, a drilling sub consultant to RETL, at GPS Coord. N 27° 46.357' W 97° 24.034'. Boring Location: South Alameda Street; 55' S of Palmero St.; 6' W of curbline; Inside north bound lane r w W 0 0_ 0 w 0 0) m N N z 0 0 m 0 0 0 LOG OF BORING B-2 SHEET 1 of �`G 8 r `.,�� Fsr ti Rock Engineering & Testing Lab., Inc. �,o OC 6817 Leopard Street �, ' .o Corpus Christi, Texas 78409 883-455512249 4eoA4r0 oQQOPP�� TelFaephone: (3 -47 - A" CLIENT: City of Corpus Christi (#E12091) PROJECT: South Alameda St. - Ayers to Louisiana LOCATION: South Alameda St.; Corpus Christi, TX NUMBER: DATE(S) DRILLED: 02/14/13 - 02/14/13 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger SOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SQ FT T: TONS/SQ FT PERCENT RECOVERY/ ROCK QUALITY DESIGNATION MOISTURE CONTENT (%) ATTERBERG LIMITS DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during drilling operations. Dry and open upon completion of drilling operations. SURFACE ELEVATION: N/A LL PL PI DESCRIPTION OF STRATUM - SH S-1brown, SH S-2 ASPHALT (10.50" 1 MATERIAL (4.00" 1 P= 1.5 P-_ 2.25 36 34 70 32 38 84 ,BASE r FAT CLAY with sand and calcareous deposits, gray and moist, stiff. (CH) Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above. 5 N - STANDARD P - POCKET T - POCKET Boring was terminated at a depth of 5 -feet. PENETRATION TEST RESISTANCE PENETROMETER RESISTANCE TORVANE SHEAR STRENGTH REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by EnviroCore, a drilling sub consultant to RETL, at GPS Coord. N 27° 46.287' W 97° 23.990'. Boring Location. South Alameda Street; 60' N of Cole St.; 20' E of curbline; Inside south ouno lane N 4- q W 0 0_ U' 0 z a x 4- 0, m 0 0 z mi 0 0 LOG OF BORING B- G `af���`a rF0 Rock Engineering & Testing Lab., Inc. q� ' OC .o .0 6817corpus Leopard ristiStreet �`, , Texas 78409 6�9 opt Telephone: (361) 883-4555 4r cv Fax: (361) 883-4711 Ar ��°� CLIENT: City of Corpus Christi (#E12091) PROJECT: South Alameda St. - Ayers to Louisiana LOCATION: South Alameda St.; Corpus Christi, TX NUMBER: G112249 DATE(S) DRILLED: 02/14/13 - 02/14/13 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger SOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SQ FT T: TONS/SO FT PERCENT RECOVERY/ ROCK QUALITY DESIGNATION MOISTURE CONTENT (%) ATTERBERG LIMITS DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX GROUNDWATER INFORMATION: Groundwater (GW) was encountered at 18.5 during drilling operations. Wet and caved at 19.2' upon completion of drilling operations. SURFACE ELEVATION: N/A LL PL PI DESCRIPTION OF STRATUM r_ ASPHALT (10.00") _ 0 _ - �j- 5 - - r 10 - /7 SH s-1 SH S-2 SH S-3 SH S-4 SH S-5 P= 2 5 29 1 P= 2.0 34 P= 2.25 35 P= 2.25 27 P= 3.0 21 1 63 26 37 83 94 FAT CLAY with sand and calcareous deposits, dark gray, moist, stiff. (CH) Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above, gray and brown. Same as above, with gypsum, reddish brown and greenish gray. FAT CLAY, with gypsum, reddish brown and greenish gray, moist, stiff. Same as above, dry, very stiff. � - 15 jj - - : 20 SH S6 S7, P= 2.5 14 N=4 120 26 14 12 110 0.8 35 41 CLAYEY SAND brown and gray, moist, stiff. (SC) Same as above, firm. Sand seam encountered. Boring was terminated at a depth of 20 -feet. N - STANDARD PENETRATION TEST RESISTANCE P - POCKET PENETROMETER RESISTANCE T - POCKET TORVANE SHEAR STRENGTH REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by EnviroCore, a drilling sub consultant to RETL, at GPS Coord. N 27° 46.200' W 97° 23.926'. Boring Location: South Alameda Street; 90' S of Del Mar Blvd.; 8' W of curbline; Outside no oouno lane a 1.9 0 w ❑ 0 0) ccN 0 (7 z_ 0 0 0 0 0 J — — — — - — P�a0 d O• Fsr Rock Engineering & Testing Lab., Inc. tam O� ,~0 6817 Leopard Street �`4 ' .o Corpus Christi, Texas 78409 4�oA4T� QQopPs� TelFax:phone: (3-47883-4555 y *� _ - J I ILLI 1 UI 1 CLIENT: City of Corpus Christi (#E12091) PROJECT: South Alameda St. - Ayers to Louisiana LOCATION: South Alameda St.; Corpus Christi, TX NUMBER: G112249 DATE(S) DRILLED: 02/14/13 - 02/14/13 FIELD DATA LABORATORY DATA DRILLING METHOD(S): o m cn u. = d Li, cc Lu 7 w d cn z o-, z w C o w � LL L 0 1- w �00i7 a OZZ Wp 2 m O O cr v \ui/ z a r a cc i_ w z 0 ec r O M ATTERBERG LIMITS w N LL 2,c, 2 rn m ix o °; -- w 0 NO O z z Hollow Stem Auger FF �_ J ❑ O i— - V v~i 4 a X z p U cj < a LL: ,,-7-, z w 0. »� 0 o GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during drilling operations. Dry and open upon completion of drilling operations. SURFACE ELEVATION: N/A LL PL PI DESCRIPTION OF STRATUM A_ - S H SH 2 S-2 ASPHALT (9.50") I P= 1.75 P= 2 0 36 36 69 24 45 83 FAT CLAY with sand, dark gray, moist, stiff. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. as above, with calcareous deposits, gray and brown. (CH) li Boring was terminated at a depth of 5 -feet. N - STANDARD PENETRATION TEST RESISTANCE P - POCKET PENETROMETER RESISTANCE T - POCKET TORVANE SHEAR STRENGTH REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by EnviroCore, a drilling sub consultant to RETL, at GPS Coord. N 27° 46.110' W 97° 23.874'. Boring Location: South Alameda Street; 40' S of Atlantic St.; 20' E of curbtine; Inside ne 0 F W 0 0 0 0 0 w 7 0 0 m N 0 0 z 0 mu.� 0 0 LOG OF BORING B-5 SHEET 1 of 1 G `0f�- rFsr Rock Engineering & Testing Lab., Inc. Ls Christi,hard Street ,,� O� �ti C6orpus <1 .o Corpus Texas 78409 4e0?4 °e°PP.�e Telephone: (3-47883-4555 Fax` 0.0° �0 CLIENT: City of Corpus Christi (#E12091) PROJECT: South Alameda St. - Ayers to Louisiana LOCATION: South Alameda St.; Corpus Christi, TX p NUMBER: G112249 DATE(S) DRILLED: 02/14/13 - 02/14/13 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger SOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SQ FT T: TONS/SQ FT PERCENT RECOVERY/ ROCK QUALITY DESIGNATION MOISTURE CONTENT (%) ATTERBERG LIMITS DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) LIQUID LIMIT 1= M J U H rn Q a PLASTICITY INDEX 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 LL PL PI ASPHALT (8.00") r jj %%% %/ %// 5 - 10 - - - Ss) s-1 SH S-2 SH s-3 SH S-4 SH s-5 SH S6 N= 4 P= 0.75 P= 1.5 P= 1.75 P= 2.25 P= 3.5 35 31 28 IiIKIIEIiiI 18 18 65 25 40 82 61 FAT CLAY with sand and calcareous deposits, dark gray, moist, firm. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above, gray and brown. (CH) Same as above, stiff. LEAN CLAY with sand and gypsum, reddish brown and gray, moist, stiff. (CL) SANDY LEAN CLAY with calcareous deposits, gray and brown, moist, stiff. Same as above, reddish brown and greenish gray, very stiff. 15 Boring was terminated at a depth of 15 -feet. N - STANDARD PENETRATION TEST RESISTANCE P - POCKET PENETROMETER RESISTANCE T - POCKET TORVANE SHEAR STRENGTH REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by EnviroCore, a drilling sub consultant to RETL, at GPS Coord. N 27° 46.046' W 97° 23.825'. Boring Location: South Alameda Street; 75' N of Louisiana Blvd.; 8' W of curbline; utside north bound lane Engineering & Testing Laboratory, Inc. 6817 Leopard Street Corpus Christi, Texas 78409 Office: (361) 883-4555 Fax: (361) 883-4711 KEY TO SOIL CLASSIFICATIONS AND SYMBOLS UNIFIED SOIL CLASSIFICATION SYSTEM TERMS CHARACTERIZING SOIL STRUCTURE Symbol Major Divisions Letter Hatching Color NAME GW ' II • I p . Well – graded gravels or gravel – sand mixtures, little or no fines SLICKENSIDED – having inclined planes Of weakness that are slick and glossy in appearance FISSURED – containing shrinkage cracks, frequently filled with fine sand or silt; usually more or less vertical LAMINATED (VARVED) – composed of thin layers of varying color and texture, usually grading From sand or silt at the bottom to clay at the top. CRUMBLY – cohesive soils which break into small blocks or crumbs on drying CALCAREOUS – containing appreciable quantities of calcium carbonate, generally nodular. WELL GRADED – having wide range in grain sizes and substantial amounts of all intermediate particle sizes. POORLY GRADED - predominantly of one grain size (uniformly graded) or having a range of sizes with some intermediate size missing (gap or skip GRAVEL GP° h Po ot w Poorly -graded gravels or gravel – sand mixtures, little or no fines AND GRAVELLY SOILS GM h c f YELLOW Silty gravels, gravel – sand – silt mixtures COARSE GRAINED SOILS GC r Clayey gravels, gravel - sand – clay mixtures SW O Well - graded sands or gravelly sands, little or no fines SAND SP w ix Poorly –graded sands or gravelly sands, little or no fines AND SANDY SOILS SM YELLOW Silty sands, sand – silt mixtures SC / �i� Clayey sands, sand – clay mixtures ML Igraded) Inorganic silts and very fine sands, rock flour, silty or clayey fine sands or clayey silts with SYMBOLS FOR TEST DATA M/C = 15 – Natural moisture content in percent. 'y = 95 – Dry unit weight in lbs/cu ft. Qu = 1.23 – Unconfined compression strength in tons/ sq ft. 51 – 21 _r30 –Liquid limit, Plastic limit, and Plasticity index. 30% FINER – Percent finer than No. 200 mesh sieve 30 B/F – Blows per foot, standard penetration test. ♦ – Ground water table. SILTS AND CLAYS CL j j / W w Inorganic clays of low to medium plasticity, gravelly clays, sandy clays, silty clays, lean clays FINE LL < 50 OL — _ = Organic silts and organic silt -clays of low plasticity GRAINED SOILS SILTS MH Inorganic silts, micaceous or diatomaceous fine sandy or silty soils, elastic silts w oo m Inorganic clays of high plasticity, fat clays AND CLAYS LL > 50 CH / // OH Organic clays of medium to high plasticity, organic silts HIGHLY ORGANIC SOILS P' – ,, ,, ORANGE Peat and other highly organic soils TERMS DESCRIBING CONSISTENCY OF SOIL (�) COARSE GRAINED SOILS FINE GRAINED SOILS DESCRIPTIVE TERM NO. BLOWS / FT, STANDARD PEN. TEST DESCRIPTIVE TERM NO. BLOWS / FT. STANDARD PEN. TEST UNCONFINED COMPRESSION TONS PER SQ. FT. Very loose Loose Firm (medium) Dense Very Dense 0 – 4 4 – 10 10 – 30 30 – 50 over 50 Very Soft Soft Plastic (med. Stiff) Stiff Very Stiff Hard < 2 2 – 4 4 – 8 8 – 15 15 – 30 over 30 < 0.25 0.25 – 0.50 0.50- 1.00 1.0 – 2.00 2.00 – 4.00 over 4.00 Field classification for "Consistency" is determined with a 0.25" diameter penetrometer. Appendix 2 HDR ENGINEERING, INC. SUE ALONG SOUTH ALAMEDA STREET (AYERS STREET TO LOUISIANA AVENUE) .L' o w is is n aLAve\a_' r„. B1vd- SHovn •- 1,bb'Frail - , iice 11- Nr41 L • .f ri ,� 4. N • y 1 1�' a - _. Prepared for: HDR Engineering, Inc. 555 N. Carancahua Street Corpus Christi, TX 78401 Date: December 10, 2013 Prepared by: rif RVE, Inc. engineering - surveyin9 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 n c. com Imagery D to ,11/22/- i11 27346'10,98' N 97.23'53.94.' irt! elev 34 ft eye aft -2253 ft HDR ENGINEERING, INC. TABLE OF CONTENTS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 • 1. Photos • 2. Sketches by Locations • 3. Table of Findings • 4. GPS Locations • 5. Map Drawings RVE, Inc. 603-13016 HDR ENGINEERING, INC. PHOTOS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 PHOTO NO. 1 Location #1 — 8" ACP Water Line at 6 Points. (Alameda, Ayers and Staples) (2.9' Cover) PHOTO NO. 2 Location #1 — 12" ACP Water Line at 6 Points. (Alameda, Ayers and Staples) (2.7' Cover) v RVE, Inc. 603-13016 Page 1 of 35 HDR ENGINEERING, INC. PHOTOS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 PHOTO NO. 3 Location #2 — 6" ACP Water Line (near end of 6" line). (2.0' Cover) PHOTO NO. 4 Location #2 — 6" ACP Water Line (near end of 6" line). (2.0' Cover) RVE, Inc. 603-13016 Page 2 of 35 HDR ENGINEERING, INC. PHOTOS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 PHOTO NO. 5 Location #2 — 6" ACP Water Line Exposed (at water meter). (2.3' Cover) 2" WS gas line found adjacent to 6" ACP WL (2.0' Cover) rr,4r1i1a11ai�1r 1 r. ft 141J!ii'14 e• (!'f i 1, I!!0 fit ij0 111tit tit CH 1111 1111, 1,(04 ill f P, PHOTO NO. 6 Location #2 — 6" ACP Water Line (at water meter). (2.3' Cover) 2" WS gas line found adjacent to 6" ACP WL (2.0' Cover) RVE, Inc. 603-13016 Page 3 of 35 HDR ENGINEERING, INC. PHOTOS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 PHOTO NO. 7 Location #2 — 6" ACP Water Line (at water meter). (2.3' Cover) 2" WS gas line found adjacent to 6" ACP WL (2.0' Cover) PHOTO NO. 8 Location #3 — 6" ACP Water Line at Clifford and Alameda. (2.7' Cover) RVE, Inc. 603-13016 Page 4 of 35 HDR ENGINEERING, INC. PHOTOS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 PHOTO NO. 9 Location #3 — 6" ACP Water Line at Clifford and Alameda. (2.7' Cover) • • PHOTO NO. 10 Location #4 — 2" WS Gas Line along South side of Clifford. (1.3' Cover) RVE, Inc. 603-13016 Page 5 of 35 HDR ENGINEERING, INC. PHOTOS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 PHOTO NO. 11 Location #4 — 2" WS Gas Line along South side of Clifford. (1.3' Cover) PHOTO NO. 12 Location #5 — 4" CIP Water Line on East side of Alameda. (3.5' Cover) 4" WS Gas line found adjacent to 4" CIP Water Line. (3.0' Cover) RVE, Inc. 603-13016 Page 6 of 35 HDR ENGINEERING, INC. PHOTOS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 PHOTO NO. 13 Location #5 — 4" CIP Water Line on East side of Alameda. (3.5' Cover) PHOTO NO. 14 Location #6 — 4" WS Gas Line on East side of Alameda. (3.0' Cover) 4" CIP found adjacent to 4" WS Gas Line. (3.5' Cover) Note 1" Conduit over Gas Line RVE, Inc. 603-13016 Page 7 of 35 HDR ENGINEERING, INC. PHOTOS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 PHOTO NO. 15 Location #6 — 4" WS Gas Line on East side of Alameda. (3.0' Cover) PHOTO NO. 16 Location #6 — 4" WS Gas Line on East side of Alameda. (3.0' Cover) RVE, Inc. 603-13016 Page 8 of 35 HDR ENGINEERING, INC. PHOTOS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 PHOTO NO. 17 Location #7 — 4" WS Gas Line on West side of Alameda. (2.9' Cover) PHOTO NO. 18 Location #7 — 4" WS Gas Line on West side of Alameda. (2.9' Cover) RVE, Inc. 603-13016 Page 9 of 35 HDR ENGINEERING, INC. PHOTOS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 PHOTO NO. 19 Location #7 — 2" WS Gas Line on West side of Alameda (North of Gas Valve). (2.0' Cover) 2" WS Gas Line on West side of Alameda (West of Gas Valve). (3.1' Cover) PHOTO NO. 20 Location #7 — 2" WS Gas Lines (3.1' Cover) and 4" WS Gas Line (2.0' Cover) West of Alameda. RVE, Inc. 603-13016 Page 10 of 35 HDR ENGINEERING, INC. PHOTOS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 PHOTO NO. 21 Location #8 — 4" CIP Water Line on West side of Alameda. (3.8' Cover) PHOTO NO. 22 Location #8 — 4" CIP Water Line on West side of Alameda. (3.8' Cover) RVE, Inc. 603-13016 Page 11 of 35 HDR ENGINEERING, INC. PHOTOS SUE ALONG SOUTH ALAMEDA STREET - Date of SUE: 11/18-12/05 PHOTO NO. 23 Location #9 — 6" C900 Water Line at the Northwest corner of Cole and Alameda. (3.3' Cover) PHOTO NO. 24 Location #9 — 6" C900 Water Line at the Northwest corner of Cole and Alameda. (3.3' Cover) RVE, Inc. 603-13016 Page 12 of 35 HDR ENGINEERING, INC. PHOTOS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 PHOTO NO. 25 Location #10 — 4" CIP Water Line on East side of Alameda. (3.5' Cover) PHOTO NO. 26 Location #10 — 4" CIP Water Line on the East side of Alameda. (3.5' Cover) RVE, Inc. 603-13016 Page 13 of 35 HDR ENGINEERING, INC. PHOTOS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 PHOTO NO. 27 Location #11 — 4" WS Gas Line on the East side of Alameda. (3.2' Cover) PHOTO NO. 28 Location #11 — 4" WS Gas Line on the West side of Alameda. (3.2' Cover) RVE, Inc. 603-13016 Page 14 of 35 HDR ENGINEERING, INC. PHOTOS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 PHOTO NO. 29 Location #12 — 2" WS Gas Line on West side of Alameda. (2.5' Cover) PHOTO NO. 30 Location #12 — 2" WS Gas Line on West side of Alameda. (2.5' Cover) RVE, Inc. 603-13016 Page 15 of 35 HDR ENGINEERING, INC. PHOTOS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 PHOTO NO. 31 Location #13 — 6" C900 Water Line at the Northwest corner of Del Mar and Alameda. (3.2' Cover) PHOTO NO. 32 Location #13 — 6" C900 Water Line at the Northwest corner of Del Mar and Alameda. (3.2' Cover) RVE, Inc. 603-13016 Page 16 of 35 HDR ENGINEERING, INC. PHOTOS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 PHOTO NO. 33 Location #14 — 4" CIP Water Line on East side on Alameda. (3.2' Cover) PHOTO NO. 34 Location #14 — 4" CIP Water Line on East side of Alameda. (3.2' Cover) RVE, Inc. 603-13016 Page 17 of 35 HDR ENGINEERING, INC. PHOTOS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 PHOTO NO. 35 Location #15 — 4" WS Gas Line on East side Alameda. (2.7' Cover) PHOTO NO. 36 Location #15 — 4" WS Gas Line on the East side of Alameda. (2.7' Cover) RVE, Inc. 603-13016 Page 18 of 35 HDR ENGINEERING, INC. PHOTOS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 PHOTO NO. 37 Location #16 — 2" WS Gas Line on the West side of Alameda. (3.1' Cover) PHOTO NO. 38 Location #16 — 2" WS Gas Line on the West side of Alameda. (3.1' Cover) RVE, Inc. 603-13016 Page 19 of 35 HDR ENGINEERING, INC. PHOTOS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 PHOTO NO. 39 Location #17 — 6" C900 Water Line at the Southwest corner of Naples and Alameda. (3.1' Cover) PHOTO NO. 40 Location #17 — 6" C900 Water Line at the Southwest corner of Naples and Alameda. (3.1' Cover) RVE, Inc. 603-13016 Page 20 of 35 HDR ENGINEERING, INC. PHOTOS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 PHOTO NO. 41 Location #18 — 4" CIP Water Line on the East side of Alameda. (3.0' Cover) PHOTO NO. 42 Location #18 — 4" CIP Water Line on the East side of Alameda. (3.0' Cover) RVE, Inc. 603-13016 Page 21 of 35 HDR ENGINEERING, INC. PHOTOS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 PHOTO NO. 43 Location #19 — 4" WS Gas Line on the East side of Alameda. (2.5' Cover) PHOTO NO. 44 Location #19 — 4" WS Gas Line on the East side of Alameda. (2.5' Cover) RVE, Inc. 603-13016 Page 22 of 35 HDR ENGINEERING, INC. PHOTOS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 PHOTO NO. 45 Location #20 — 2" WS Gas Line on the West side of Alameda. (2.9' Cover) PHOTO NO. 46 Location #20 — 2" WS Gas Line on the West side of Alameda. (2.9' Cover) RVE, Inc. 603-13016 Page 23 of 35 HDR ENGINEERING, INC. PHOTOS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 PHOTO NO. 47 Location #21 — 6" C900 Water Line at the Southwest corner of Atlantic and Alameda. (3.6' Cover) PHOTO NO. 48 Location #21 — 6" C900 Water Line at the Southwest corner of Atlantic and Alameda. (3.6' Cover) RVE, Inc. 603-13016 Page 24 of 35 HDR ENGINEERING, INC. PHOTOS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 PHOTO NO. 49 Location #22 — 4" CIP Water Line on the East side of Alameda. (3.7' Cover) PHOTO NO. 50 Location #22 — 4" CIP Water Line on the East side of Alameda. (3.7' Cover) RVE, Inc. 603-13016 Page 25 of 35 HDR ENGINEERING, INC. PHOTOS SUE ALONG SOUTH ALAMEDA STREET y -`moi.w ,', "`. p ?_l, a Date of SUE: 11/18-12/05 4 PHOTO NO. 51 Location #23 — 4" WS Gas Line on the East side of Alameda. (4.0' Cover) PHOTO NO. 52 Location #23 — 4" WS Gas Line on the East side of Alameda. (4.0' Cover) RVE, Inc. 603-13016 Page 26 of 35 HDR ENGINEERING, INC. PHOTOS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 PHOTO NO. 53 Location #24 — 4" WS Gas Line on the West side of Alameda. (2.7' Cover) PHOTO NO. 54 Location #24 — 4" WS Gas Line on the West line of Alameda. (2.7' Cover) RVE, Inc. 603-13016 Page 27 of 35 HDR ENGINEERING, INC. PHOTOS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 V n' •gyp ' I. • ; PHOTO NO. 55 Location #25 — 6" C900 Water Line at Southern and Alameda. (3.1' Cover) PHOTO NO. 56 Location #25 — 6" C900 Water Line at Southern and Alameda. (3.1' Cover) RVE, Inc. 603-13016 Page 28 of 35 HDR ENGINEERING, INC. PHOTOS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 PHOTO NO. 57 Location #26 — 4" CIP Water Line on the East side of Alameda. (3.5' Cover) PHOTO NO. 58 Location #26 — 4" CIP Water Line on the East side of Alameda. (3.5' Cover) RVE, Inc. 603-13016 Page 29 of 35 HDR ENGINEERING, INC. PHOTOS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 PHOTO NO. 59 Location #27 — 4" CIP Water Line not found or detected. (Probed to a depth of 4') PHOTO NO. 60 Location #27 — 4" CIP Water Line not found or detected. (Unknown Cover) RVE, Inc. 603-13016 Page 30 of 35 HDR ENGINEERING, INC. PHOTOS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 PHOTO NO. 61 Location #28 — 6" WS Gas Line at West Bound Louisiana and Alameda. (2.1' Cover) PHOTO NO. 62 Location #28 — 6" WS Gas Line at West Bound Louisiana and Alameda. (2.1' Cover) RVE, Inc. 603-13016 Page 31 of 35 HDR ENGINEERING, INC. PHOTOS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 PHOTO NO. 63 Location #29 — 12" CIP Water Line, West of Alameda on the Louisiana East Bound Lane. (3.8' Cover, east of the water valve) PHOTO NO. 64 Location #29 — 12" CIP Water Line, West of Alameda on the Louisiana East Bound Lane. (3.8' Cover, east of the water valve) RVE, Inc. 603-13016 Page 32 of 35 HDR ENGINEERING, INC. PHOTOS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 PHOTO NO. 65 Location #29 — 12" CIP Water Line, West of Alameda on the Louisiana East Bound Lane. (5.8' Cover, east of water valve) PHOTO NO. 66 Location #29 — 12" CIP Water Line, West of Alameda on the Louisiana East Bound Lane. (8.6' Cover, east of water valve) RVE, Inc. 603-13016 Page 33 of 35 HDR ENGINEERING, INC. PHOTOS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 Depth of cover is greater than 8.8' PHOTO NO. 67 Location #29 — 12" CIP Water Line, East of Alameda on the Louisiana East Bound Lane. (>8.8' Cover) PHOTO NO. 68 Location #30 — 6" WS Gas Line, East of Alameda on the Louisiana East Bound Lane. (3.1' Cover) RVE, Inc. 603-13016 Page 34 of 35 HDR ENGINEERING, INC. PHOTOS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 PHOTO NO. 69 Location #30 — 6" WS Gas Line, East of Alameda on the Louisiana East Bound Lane. (3.1' Cover) PHOTO NO. 70 Location #31 — 8" WS Gas Line, East of Alameda on the Louisiana East Bound Lane. (2.3' Cover) RVE, Inc. 603-13016 Page 35 of 35 HDR ENGINEERING, INC. SKETCHES BY LOCATIONS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 V) G fl. ti r /' SutL©y►�C� Loci# nor # :L _c� L 2 !9- 7 2.o c.0Lut AiOtt- 11J ‘n:4146 LtNc RVE, Inc. 603-13016 -o J LUC..:#- (4 rQ U' 0 s 14 0 11 4 0 3 Loc.#3u\ v 'v LL =- l3‘Cve 'L" (.L ALA NV . T)Pc vuoe"Q coo�,zr ..; 1f"t,tt52..cc 6116 0 HDR ENGINEERING, INC. SKETCHES BY LOCATIONS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 RVE, Inc. 603-13016 HDR ENGINEERING, INC. SKETCHES BY LOCATIONS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 RVE, Inc. 603-13016 HDR ENGINEERING, INC. SKETCHES BY LOCATIONS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 Loai�4 T urt�AC RVE, Inc. 603-13016 HDR ENGINEERING, INC. SKETCHES BY LOCATIONS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 RVE, Inc. 603-13016 HDR ENGINEERING, INC. SKETCHES BY LOCATIONS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 RVE, Inc. 603-13016 HDR ENGINEERING, INC. TABLE OF FINDINGS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 LOCATION POINT NUMBER UTILITY TYPE SIZE DEPTH OF COVER 1 1000 1001 ACP Water Line 8" 12„ 2.9' 2.7' 2 1003 ACP Water Line 6" 2.3' 3 1004 ACP Water Line 6" 2.7' 4 1005 WS Gas Line 2" 1.3' 5 1006 CIP Water Line 4" 3.5' 6 1007 WS Gas Line 4" 3.0' 7 1008 WS Gas Line 2" 3.1' 8 1009 CIP Water Line 4" 3.8' 9 1010 C900 Water Line 6" 3.3' 10 1011 CIP Water Line 4" 3.5' 11 1012 WS Gas Line 4" 3.2' 12 1013 WS Gas Line 2" 2.5' 13 1014 C900 Water Line 6" 3.2' 14 1015 CIP Water Line 4" 3.2' 15 1016 WS Gas Line 4" 2.7' 16 1017 WS Gas Line 2" 3.1' 17 1018 C900 Water Line 6" 3.1' 18 1019 CIP Water Line 4" 3.0' 19 1020 WS Gas Line 4" 2.5' 20 1021 WS Gas Line 2" 2.9' 21 1022 C900 Water Line 6" 3.6' 22 1023 CIP Water Line 4" 3.7' 23 1024 WS Gas Line 4" 4.0' 24 1025 WS Gas Line 4" 2.7' 25 1026 C900 Water Line 6" 3.1' 26 1027 CIP Water Line 4" 3.5' RVE, Inc. 294-13027 HDR ENGINEERING, INC. TABLE OF FINDINGS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 LOCATION POINT NUMBER UTILITY TYPE SIZE DEPTH OF COVER 27 1028 CIP Water Line Unknown Unknown 28 1029 WS Gas Line 6" 2.1' 1030 3.8' 1031 5.8' 29 1032 CIP Water Line 12" 8.6' 1033 >8.8' 1034 >8.8' 30 1035 WS Gas Line 6" 3.1' 31 1036 WS Gas Line 8" 2.3' RVE, Inc. 294-13027 HDR ENGINEERING, INC. GPS LOCATIONS SUE ALONG SOUTH ALAMEDA STREET Date of SUE: 11/18-12/05 1000,17171395.57,1339638.33,33.9,8in wl 2.9c 1001,17171394.70,1339639.29,34.0,12in wl 2.7c 1002,17171110.87,1339606.72,34.7,6in wl 2.0c 1003,17171050.92,1339643.29,34.8,61n wl 2.3c 1004,17170986.14,1339872.46,33.0,6in wl 2.7c 1005,17170956.80,1339856.42,33.0,2in gl 1.3c 1006,17170892.01,1340014.77,33.9,4in wl 3.5c 1007,17170891.67,1340015.07,34.0,4in gl 3.0c 1008,17170852.69,1339950.91,33.1,2in gl 3.1c 1009,17170849.87,1339941.66,33.4,41n wl 3.8c 1010,17170730.14,1340020.91,33.5,6in wl 3.3c 1011,17170567.07,1340204.46,33.8,4in wl 3.5c 1012,17170566.48,1340204.76,33.8,4in gl 3.2c 1013,17170523.21,1340133.87,33.8,2in gl 2.5c 1014,17170389.73,1340235.03,33.6,61n wl 3.2c 1015,17170226.99,1340433.43,33.5,4in wl 3.2c 1016,17170226.81,1340433.60,33.4,4in gl 2.7c 1017,17170178.23,1340356.30,33.2,2in gl 3.1c 1018,17170038.39,1340451.16,32.4,6in wl 3.1c 1019,17169955.16,1340601.06,32.9,4in wl 3.0c 1020,17169953.03,1340602.32,32.8,4in gl 2.5c 1021,17169902.61,1340514.18,32.8,2in gl 2.9c 1022,17169759.70,1340620.51,32.1,6in wl 3.6c 1023,17169668.92,1340757.23,32.3,4in wl 3.7c 1024,17169667.42,1340758.55,32.3,4in gl 4.0c 1025,17169628.28,1340695.83,32.3,4in gl 2.7c 1026,17169468.37,1340788.31,31.8,6in wl 3.1c 1027,17169409.15,1340916.17,31.8,4in wl 3.5c 1028,17169362.87,1340861.93,31.1,unknown 1029,17169220.03,1340934.71,31.3,6in gl 2.1c 1030,17169113.58,1340982.49,31.0,12in wl 3.8c 1031,17169116.50,1340986.74,30.9,12in wl 5.8c 1032,17169117.32,1340988.22,30.9,12in wl 8.6c 1033,17169169.76,1341074.34,31.8,12in wl >8.8c 1034,17169144.75,1341033.21,31.64,12in wl >8.8c 1035,17169141.04,1341081.03,31.4,6in gl 3.1c 1036,17169197.90,1341097.11,31.8,8in gl 2.3c RVE, Inc. 294-13027 Son Potricio County N CALL BEFORE YOU DIG! *Ino 1 TR�cxmnuL�w l l. cel�nrm.yeom4 PARNOPAVTS REQUEST AU NOM WT.WOREE Mu O BIOS? IG MU. OR BLAST — STOP AND CAL 811 THE LONE STAR NOTIFICATION COMPANY AT 1-800-669-8344 PROJECT LOCATION ALAMEDA STREET FROM AYERS STREET TO LOUISIANA AVE. CORP. LOWS, TEXAS GRAPHIC MAP SCALE 5000 o 5000 MOW MOO CORPUS CHRISTI BAY VICINITY MAP N.T. S PROJECT LOCATION PLANS FOR (WATER, WASTEWATER, STORM WATER, STREETS) SOUTH ALAMEDA STREET FROM A YERS STREET TO LOUISIANA AVE (BOND ISSUE 2012) PROJECT# E12091 PREPARED BY HDR ENGINEERING INC. 555 N. CARANCAHUA, CORPUS CHRISTI, TEXAS 78478 (361) 857-2211 RELEASED FOQ CONSRRUCi7ON I SHEET INDEX SEE SHEET G002 VO Erector of Engineering Services c0Nsuunvrs SHEET NO. G001 r•t c1 1 SNEEr 001 t 159 RECORD MCC NO. STR-872 CITY PROJECT # 612091 INDEX SHEET NO. DRAWING NO. DESCRIPTION 01-6EMELA. DOI 002 003 0220 000 002 DO5 .5 005 0005A SHEET INDEM GENERAL NOTES & TESTING SCHEDULE GENERAL NOTES )CONT.) 11511221ED .NTIES 1320E BID 1) .NMATED QUANTE. BASE EID 2) 007 008 .5 .7 02-16AFFIC CONTROL PLAN 009 010 011 012 013 014 015 015 017 015 019 )20 )21 U008 SURVEY CONTROL LEGEND AND ABBREVIATIONS U001. 122 /23 024 /25 )25 U009 U010 U011 U012 coxricucnon NOTES AND TRAFFIC COM. NARRATIVE ADVANCE WARNING SIGNS AT PROJECT EMITS ALAMEDA PHASE 2 DETOUR LAYOUT TRAFFIC CONTROL PLAN KEY PLAN U013 U014 U015 U015 U017 U018 U019 U020 U021 U022 U023 PHASE 2 BEGIN TO STA 15+00 PHASE 2 STA 5+0+101 31+ 23+0+ PHASE 2 STA. 25-F00 TO STA. 35+00 PHASE 2 STA 35+00 TO STA 45+00 BOSE 2 STA 43+1010 DID PHASE 3 020N 10 012 15+00 BOSE 3 STA. 15-000 TO STA. 25+00 BOSE 3 STA 25. TO 21+ 45+10 PHASE 3 STA 35+0+1+ +1+ 45+0+ PHASE 3 STA. 45+00 TO END Tgru. SECT. TYPICAL SIGMAGE FOR SIDE SPEER CLOSURES TYPICAL SIGMAGE FOR LOUISIANA STREET PARRICADE AND CONSTRUCTOR )27 U024 &RRICADE AND CONSTRUCTION )2B U025 &RRICADE AND ems -clue -cox )29 U026 BARRICADE AND CONSTRUCTOR 11027 EARTIVDE AND CONSTRUCTION )31 U028 BARRICADE AND CONSTRUCTOR )32 U029 BARRICADE AND CONSTRUCTOR )33 2030 PARRICADE AND CONSTRUCTION U031 BARRICADE AND CONSTRUCTION )35 11032 PARRICADE AND CONSTRUCTOR 09035 BARRICADE ARO CONSTRUCTOR 037 )41 U. U035 U036 U037 U038 EARTIVDE AND CONSTRUCTION 12 3 OF 12 4 OF 12 5+0 12 4 00 12 7 OF 12 8 OF 12 9 OF 12 10 OF 12 11 OF 12 12 OF 12 TRAFFIC CONTROL PLAN .0 TERM C.U. MULTI.E TRAFFIC CONTROL PUN NOBLE OP.TIONS UNDIVIDED BIGHT. TRAFFIC CONTROL PLAN NOBLE OPERATIONS RAISED PV1. MR. INSTAL 8004 24000 SHORT TERM P2230042122920422S (82(STPM)-13 13-00100I10N 045 045 047 U039 U040 11001 TRAFFIC CONITOL PLANS - 100021001203 YEED)-13 2003 0004 04-35911 040 STORM 048 049 )50 )51 )52 054 )55 )55 )57 358 TONG FOR UNEVEN LANES &MOON NET IMP DEMOLTION PLAN SHEET - BEGIN TO STA. 23+00 DEMOLITION PLAN SHEEF - STA 23+0+10 STA. 33+00 DEMOLTION PLAN SHEET - STA 3340010 DID C001 C002-1 C002-2 C013 C002 C003 552001 210 STORM KEY IMP 0521+1001 0412 MAP SHEEP 1 OF 2 0022461 025+ MAP SHEET 2 OF 2 &ROL ROADWAY SECTIONS PLAN SHEET - 029050 STA. TWO PLAN SHEET - STA 18+00 TO STA 23+00 0004 PLAN SILEF - STA. 23+0010 STA. 28+00 C005 .5 C007 COOT PLAN SHEEF - STA. 28+0010 STA. 33+00 PLAN SHEET - STA. 33+6010 STA. 38+00 PLAN SHEET - STA. 35. TO END PROPOSED STORM UTE.. PROFILES 1 OF 5 )59 .9 PROPOSED STORM 1210021 2201115 00+3 )60 COID PRO.ED STOMA LATERAL PROFIES 3 OF 5 )61 COB PROPOSED STORM LATE.L PROFIES 4 OF 5 )62 C012 )64 )66 )67 )69 )70 )71 )72 )73 )74 )75 )76 C0130 C013C C0130 C013E C013G C015B C015 C0131 C014 PROPOSED STORM 1212221 0000125 50+5 INTERSECNON LAYOUT - NAMEDA L STAPLES I.RSECTION LAYOUT - NAMEDA E P.ERO I.RSECNON LAYOUT - ALAMEDA CLIFFORD I.RSECTON LAYOUT - NAMEDA E COLE I.RSECNON LAYOUT - .M. k DEL MAR I.RSECNON LAYOUT - RNA. k NAPLES I.RSECNON LAYOUT - NAMEDA k AlINOTC I.RSECTION LAYOUT - .19EDA SOUTHERN CO1. C014B BUS STOP LAYOUTS PA.ENT JOINT MO& COGC CONCRETE PA.ENT STANDARD DUALS MISCELLANEOUS DU. PIT OF CORPUS CHRISTI CURB, OTTER AND SIDEY. STANDARD DEM/ C. Of COPP& clam 202.81243 35200200 DETALS 10+3 C014C env OF CORPUS CHRISTI DR.,. STANDARD DEE. 2 OF 3 com 0800 030 CORPUS GIVIST DRIVEN. STANDARD OWLS 3 OF 3 )79 C017 CITY Of CORPUS CHRIST PEDESTRIAN CURB RAMP STANDARDS 10+4 )80 C018 OTT OF CORPUS CHRISTI PEDESTRIAN CURB RAMP STANDARDS 2 OF 4 )81 C019 CIIT OF CORPUS CHRIST PEDESTRIAN CURB RAMP STANDAR& 3 OF 4 0213 00 CORPUS CHRIST MESTRIAN CURB RA1AP STANDARDS 40+4 00000 Cr 00 000003 CHRIST LE 132012 STN.. DEN. (1 00 4 00202 Cr OF CORPUS CHRIST CYCLE STAR.° 211015 2 OF 4 00200 CITY 00 030423 CHRISTI CYCLE TRACN STANDARD 0012903 OF 4 CO= CNY OF CORPUS CHRIST CYCLE TRACK STANDARD DETAILS (405 4 C015A COE BUS AND SHELTER PAD DET.S STANDARD STORM WATER DETAILS CO23 STANDARD STORM WATER DETAILS I OF 3 2 OF 3 0024 STANDARD STOR12 WATER DECALS OF 3 0043 TER 8401052132 $20 GAS CI DI C102 *BC STORM WATER DETAILS 313 CONSTRUCTION 1200111 WASTEWATER CONSTRUCTION V C. C104 0105 0108 0107 0108 WA P-, W A AND GAS P MAP WATER, 3231032121 4+0 GAS BEER TO STA 1114. WA P,W AP AND G. A 15+00 A 23+00 WATER, 3051032121 220 GAS STA 23+00 TO STA 28+00 WATER, WASTEWATER AND GAS STA 28+00 TO STA 33+00 WATER, 30518152121 4+0 GAS STA 33+00 TO STA EEO 00 C109 CII0 02 C111 03 C112 04 C113 05 0114 06 C115 07 CII6 08 0020 09 C121 10 CI22 CI23 12 0125 13 CI26 15 14 CI27 0020 .6-900120 420 STRIPING 15 0201 WATER, W.TEVIATER AND GAS STA 35+00 TO END OFF-BIE WEER E WASTEWATER ILIPROVEMEN. PROPOSED WATER,W.TEVATER AND GAS LATERAL PROFILES PROPOSED WA1ER,W2S1E0A1ER AND 2.20 1212221 PROFILES PROPO. WATERMASTENATER AND VS IATERAL PROFILES PROPOSED WATERMASTEVA. AND CAS IATERAL P.I. PROPOSED WATERMASTERATER AND GAS LATERAL PROEMS 1 OF 6 2 OF 6 3 OF 6 4 OF 6 5 OF 6 6 OF 6 CITY OF CORPUS 'CHRISTI STANDARD WATER DETAILS MET 1 OF 1 Cr 00 000003 CHRIST STANDARD WEER DETAILS SHEET 2 OF 4 cm( OF CORPUS CHRIST STANDARD WATER DETAILS SHEET 3 OF 4 CITY OF CORPUS CHRBIT STANDARD WATER [ERNES SHEET 4 OF 4 CNY OF CORPUS CHRISTI STANDARD SANTA& DETAILS SHEET 1 OF 4 Cr OF CORPUS CHRISTI STANDARD &NIT. DETAILS SHEET 2 OF 4 CR OF CORPUS CHRISTI STANDARD SANTARY.ALS SHEET 3 OF 4 CITY OF CORPUS CHRIST STANDARD SANTARY DETAILS SHEET 4 OF 4 SIGNING AND STRIPING FEY 0203 C205 0104 C207 0208 S . P 3600042. 2 00 !STING PLAN BEET STA 33000 TO 1+0 PROPO SENT., PLAN BEET 800(0 10 STA. 23+00 PROPOSED SENO. PLAN BEET STA 23+00 TO 010 04+03 PROPOSED SIGNING PLAN - STA 3332010 END PROPOSED SIGNING STRIPING AND LIARKINGS PLAN MET 1 Of 3 PROPOSED SIGNING STRIPING AND WARNINGS PLAN SHEET 2 Of 3 PROPOSED SIGNING STRIPING ANC 1210+INGS PLAN SHEET 3 Of 3 C213 C214 C215 C216 C217 C218 C218 LANE PAVEMENT TWIN& 810*- NEATOR dr 00001 2022202 ISNTAL2.A11 TTICA.L DELINEATOR E OBJECT MAR. Derr 001425 TYPICAL STANDARD PAVEMENT &BANGS PM .1110N GUI.CE USING RAISED TARN. oR PAVE.. &BRINGS FOR TP10-1.1. LOT TURH LANE PAVENEAR MARKINGS AND SIGNE SIGNS MOUNTING DEALS DOLL ROADSIDE SIGNS S MOUNTING .NLS SA. RVDSIDE SIGNS MOUNTING .NLS SMALL .DSI MOU 0106 -SIDRIA WA. POLLUTER PREVENTION PUN 41 42 43 C. C. SAPP P. BEY AMP SY/PP P. - .IN TO STA 2.00 SHIPP P. - STA 23.0 TT STA 33+00 &FP P. - STA 33+00 TO END 45 RAI TARR POLLUTON PREENVON PUN WEER EIVIRONMENTAL PERMITS 15210 240 ) 48 49 50 51 COT 52 0004 CO25 COM 05055 SECTIONS 1100010 18+00 CROSS SECTIONS 18+50 TO 20+50 CROSS SECTIONS 21+0+1+ 22+00 CROSS SECTIONS 23+0010 24+00 05055 SECTIONS 24+5010 25+50 SECTIONS 01+0010 55 57 59 COMO CO211 CO212 COM NS 31+0010 3 05055 SECTIONS 32+50 TO 34+00 CROSS SECTORS 34+5010 35+50 CROSS SECTIONS 31+0010 38+00 CROSS SECTIONS 35+50 TO 38+00 7grEcI210000200I00M04010OZE'01c2*02+cS2050el812 .PLICJOLE TO TIC PROJECT. consaroxrs SHEET NO. G002 0'z 00 6 2031 A11h1 8 0_ o 13 'E LI' sHEET 002 L 159 REIMP OWING NO. STR-872 CI13 PROJECT 1E12091 1. CONSTRUCTION NOTES . SHALL IASIT THE PROPOSED SITIE LOCATION AND CARMINE LOCAL CONDITIONS TO BE A..COUITERED, IMPRONMENTS TO BE PROTECTED, PERMITS AND FEES REQUIRED, AND OTHERF‘m "AA"_E 'ALLCA=SAMOAN AHTTSrATIARTIANANCNUOFTOWANITNAOIRA1T7B A.R1. THE AWARRCE'OFAA.MSERUCTION, R ACQUIRING PM NECESSARY OFF-SRE LOCATICNS FOR IINFZE OF AT- IMANT WrItABIRIAALTREQUIRED FOR .E CONSTRUCT. OF THE PROJECT AT NO CORA PAY. C. lo.IBIZ.LSZOlgy TIORRgT, 1161,...LRNTALEIE JTOZEL,Q,sCR STOCKPILED IN AREAS THAT ARE WITHIN THE D. ANY soAsAvATER YORE INFORMATION INCLUDED IN NIE PLANS AND/OR SPECIFICATIONS 03010/08 FOR rk5R7tIRC"IIANCETLEVSCAW fOC.171;74151%11=g111%171•77FIACrIMAPArOrIARAIFFITIAEAZ CONSTRUCTION. E. YILI,ITTF,C,51/111.65,,61rAMsAID,.1,0%091r4TR0 /11,E.c.4°B,11T60ZERSER,OUTS SHALL BE MADE V.ICALLY F. AT NIE CONERACTORIS INPENSE. THE CO1ORACTOR WILL BE ._OWED . SUBMIT AN ALTERNATNE RrCCONCS=0171LAAVAAA01,ArETYAR-IAE APTOZT AE11111re re'S PA*FAAS" e"C'EAF. A. 6 VIM= APHRAOTLLEARIAM,WINWROnr0.01r4LFSAP'EOAIENIAACEFISAIF11°TEZ MAN'Igg".KCIEnEENIVICrTHCEESPTCRANTrErrOLLAUATIZTRAENANIATIVUIPZETAIO P. SHEEN FOR ADDITIONAL INFORMAEON. THIS WORK WILL BE CONSIDERED SUBSIDARY TO THE VARIOUS BASE ITEMS. 2. STREET & EXCAVATION a r,t1ge.111irSED STREET • UTILITY DIM.SIONS SHOWN ON PLANS ARE TO THE BASELINE. UNLESS NOTED ITEMS NOT DEPICTED ON THE DEMOLITION P.. PROVIDED BY THE PROJECT ENGINEER. REMOVAL OR ABANDONMENT OF EXISENG STORM WATER SR/MEURER WAST.ATER STRUCTURES. AND GAS STRUCTURES IS MZEZWITN'l %44.,% WrgrE prZAnNTWItaLcenENNIET.. ITEMS. • THE ITEMS AND QUANTITIES .LLED OUT ARE FOR THE CO.FIACTOR0 INFORMATION C. EXISTING NALBOXES. LANDSCAPE FEAT.. AND/OR ANY PERMAN.T ITEMS NOT SHOWN ON PLANS AS PART gF,0TILFE046TRMSUeltrY6,41ANERBEED RsEuLgyra% 011RCL4,0411Tla RIMARER. THIS WORK SHALL NOT BE D. UNLESS ssowN OTHERVASE, 200 2815013110 PIP. (O. %VERN., sToRu SEWER PIPE. 0!10100001015, r5AF.1-5570TIFTTHMM!,1.TIVE512,%,..:1%.7rEriVATEL15,%71"T07TIPsP=E" AND DITCH CULVERTS AND Alft ABANDONED PIPES WHICH IMPACT THE PROPOSED WORK. ALL ABANDONED ,1„INES SHALL BE CRON. PER STANDARD SPECIFICATION 028216 WHEN CUT FOR '11,11NET7,E.:A%-°1:57ZEraTscul7aEwUrA'.".="5,7=E8.7.17"51=r5T 055 SEWARD PROCTOR DENSITY OR ABOVE OPTIMUM MOISTIRE CONTENE rir2CPPWANFATRTAL‘ANZ =PM% ITRAAPROTC" gePVEACTIPCATION. IF'llArNBIrl/NRASVLEABE IL1-614.-171T.I.A DEPRESSION GR.T. NAN 1. MEA.SURED VERTICALLY WHEN ROLLED 0001001 S18080E-71. '`Le`fgt TILEDBEIOrgerIAZT=!injVc"'fts. WECNRIRLALFAtIrE'Rli'.°A.IMEADIPTEC'T‘SIIILIMIOCRIRLIT171EAZIEEARE.A TI -1A AA"AITY AE"'" ±J8A)kr A-FE;ICTRIrPIIMAUAIA/r6/0!571.?:=11If.° I. PRIME COAT MATERAL SHALL BE 80-30 APPLIED AT A RATE OF 0.15 020/37. J. TYPES AND RATES FOR ASPHALT OIL MO AGGREGATES: CCOAAAT 2 11_00 "'A C 0.10 GALLONS/SY 0.15 .LLONS/SY TACK COAT FOR PLANED (MILLED) NM 0200301005/57 rATISNBALOOFTANGIIRIYINF2 r1170'5URPNrOPAETTrEr. ER AND OTHER CONCRETE SURF.. FROM ASPHALT L. ASPHALT LAYNG MACHINE SHALL BE CAPABLE OF LAYING A 1O WIDTH. M. ELL CONTR.; =Mg 1.4,T rsc71.41;NIATarF814 pLEgING THE SPECIFIED THICKNESS. .0ITIONAL N. Ilt41M1B I&LLI=.07,1,RITIrRSELpI2L,IisliOT BE CONDUCTED ON DAYS VIHNI AN 02.E ADVSOIN HAS BEEN O. TILE "STREET" EXCAVATION BID REM INCLUDES ALL EARTH WORK CUT AS REQUIRED BY THE PLANS WITHIN ;1120DJECmT„LIATALSeE:13,MDERV6 ;0„76Q.N1.01 CLUDING REMOVAL AND REPLACEMENT OF UNSUITABLE GENERAL NOTES 3 CORP & 13111TFR S11.1FWAI KS ANO DRIVFWAYS A DRIVE.. SMALL BE CONS.UCTED TO PROVIOE COMPLIANT SLOP. WITHIN .E DRNOVAY ANO Tol TFectONZEI.-71E: 1T303CORPUS CHRISTI) P4°,7 °G7Es-TV°P-7-T °"'t Wrg wl.CT HCE1FOr 611-1MOZEOFFIRTZW% CURB MATCHES WHAF IS SHOWN IN THE PLAN SHEET. THE CO.IACTOR NOE. TILE ENONEERING IF DISCREPANCI. APE IDENEFIED SO AN NTERNATNE LAY. CAN BE PROVIDED. girscErgenrs...tiSTWErceocaVNEArrREIT Le-rs&TIvirrralORw'A'.3 CONSTADCAON. D. THE PLANS SHOO/ ESEMATED .NSITION LEN.HS OF ALL SIDEWALK RUNNERS AND ORNIEWAYS. 3011130. otTgrgo &ruRraA;;.1antevo;gZ"XaritlE0Crglan1:ZE WITH THE .ERICANS WrtH DISABILITIES ACT. E. ALL SIDEWALK RUNNER AND DRY.. TRANSITIONS OF OTHER MATERIA. (1E. AC,ANIAIANLELIIOTWPZ ARISIgERTPSUBSTARN'TT :LAW BIrlIFEAMS. HTEftr.g.TI RCIA017(1%. AA5 ZIOCAONAAPLE62. C°A"ER AA' AR°P°AEA AARE' mworaoacv,;,Ra- rizow,nag.s,zrztzvEotur.7-6agoF nrremegruvrTazw-T;„-17.77;zalzsr6lo="Ar, az,vd‘o-wiETT'AxpE"svingtm cgo.our, on.; CASTING DOWELS OR REBAR SHOULD BE EEO INTO THE PROPOSED SIDEWALK OR CURB. IF 8 INCH. W. UNABLE TO BE PR.ERVED OR IF NO TIE BARS .ISTEO P.E. DRILL INTO .E °VT 00250*02730" 15 gr: OMIEIIOUEI441%lantlInnuftL7r VrE 0411-ZMgo..121005-lo001005 f503005170030V0100e,rr015*01*0RE010I's' IVUCTUR. TO ACCOMMODATE TIE BARS IS NOT PAD FOR DIRECTLY BUT IS SUBSIDIARY TO THE RTNENT BID ITEMS. ANNIER'1711'c'AEA AT.= 7C9'157:NRY'Ll'ATYLICTAACCI'OrCIAETSFIrAL5 5:1CITZ:IAPALAIlt;.CATHS SH.- NOT BE PAID DIRECTLY B. CONSIDERED SUBSIDIARY . .E VARIOUS BID SOEWALK AND/OR F.E. OMB FOR CURB RA12PS SHALL NOT BE PAID FOR SEPARATELY BUT CONSIDERED . PART OF BID ITEM "CONCRETE CURB RN,. OF THE TYPE SPECIFIED. PERVOUS AREA BETWEEN THE R.O.W. AND BACK OF CURB SHALL BE FINISHED VATH TOP SOIL ;IRLAJRIS,,FRREEE,CoFETAT.146BRIS, BASE. ASPHALT. AND CONCRETE AS APPRCNED BY NIE ENGNEER. ';`,Zargal'AV-771EZVER'742-rNor'''gc°"'"D''''"''"' L PAPANSION JOINTS de ...VERSE GROOVES SHALL BE MADE .RAGHT PERPOIDICULAN TO THE PROPOSED CONCRETE WORK. 4. MISCELLANEOUS rrrini"-rr'PagrertivAL7a rAT A MINIMUM SIDEWALK WIDTH OF SI CAN NOT BE .HIEVED SHALL BE RN.. AND DISPOSED OF AS DIRECTED BY THE ENGINEER. THIS WORK SHALL NOT BE PAID FOR DIRECTLY B. CONSIDERED SUBSIDARY TO THE VARIOUS BID ITEMS. glIrCATIECrEr TITCNYOTEAR'86 ItARA LORTAIRLISADOMI'L( tALLOCAA"ERIEVAIr5WFLRLALBTAI.HTMED VTI1j1=IETt6710=1L 111L RAN= FUl'AllArPCEITAITTE'ArDAgEC'IrED 15F16 TFIZ 7,111c%C.LH15ZRK SHALL NOT BE PAID FOR DIRECTLY BUT CONSIDEREO SUBSIDY. C. WHERE CALLED FOR IN NIE PLANS. CEMENT STABILIZED SAND SHALL CONSIST OF NOD PER 51020*1Rx sm72-701VIR bidgna KZEZDsZOTRYPE-ro crTcyLlis BID ITEMS. D. NDIVIOUAL SIGNS NOUNTE0 ON A COMMON ASSEMBLY WILL BE COWED AS A SINGLE SIGN. E. ANY WORK FOR SI. PANELS THAT ARE SHOWN ON PLAN TO BE MOST. OR REMOVED AND REP.ED. SHALL BE CONE THE S.E WORK.," UNLESS OTHERWISE APPROVED. rgr.:ELL,0.4v,groncrg-Hmozo,Tag" AUAf AAADIrltrIre SA8FFIC AE NPTA‘I'ITCA'K.16. SA°. THAT WHEN THE MARKER IS PRESSED 221010011AUL., 1/8" OR 157E ADHESIVE 1.1. REMAIN ZIEE5T101'10;/5VAB'E'RO'1:06HEARAERIVIrOF'1ITTaI'670(TS'182021r THA' 'IF 301F TESTING SCHEDULE DESCRIPTION RATE EST. QUANTITY (BASE BID 1) EST. CONTI, (BASE BIO 1) SOILS: STANOND PROC. - TRENCH B., PER INTER& SOURCE 1 1 STAND. PROCTOR - SOMME P100101005811800 T DENS. - TRENCH &COLL PER 200 . TRENCH/LIFT . . DENSE. - SM.. (ASPHALT STREET) P1311501/0181/000 103 1113 DENSITIES - SOMME (CONCRETE STR.) PER 200 LF/Luctun- DENSEES - NOMA. (DRYER.) PER 2 ORRNIAIS a a CENSMES - SLOCRADE (SIONALKS) RR 5000 SF 5 0 DEMONS - BEHIND CURB AND .TER PER MO. 40 AO ONCE BASE: SINE ANALYSIS PER .0 CY t 2 VERN. LIMITS PER 3000 . 1 2 MODRED MOTOR ..PSION PER 3000 Of P. WOO OR Y I 2 2 CDR (STANDARD) Poi MATERN.RCE I 1 WET B. MILL TEST PER MATERIAL SOURCE 1 1 ./.1- TESL P. WIRRAL .RCE Y i BOOTHS OF COAPACTED .e (ASPHALT MET) PEN 11501/1151/000 00 012 OENSITTES Of COMPACTED .E (CONCRETE .EET) P. 200 LNIANFORT MO CI DENSRIES Of COMPACTED BASE (060) PER 200 . O. 01 N HOT -MIX ASPHRE (H1.) .RACTION. SIEVE .LISIS . DENSITY 8 STABILITY PER 500 .NS OR DAY PER 500 PONS OR DAY 0 0 g g THEORETICAL OEM. (RICE METHOD) T.I.ATURE - DURING LAY -.N PER NO IONS OR DAY CONTINJOUS A5 NEEDED 0 0 g THICKNESS - IN P.E (CORE) PER 1.. STREET 0 5 0 AR ROOS - IN PLAGE (CORE) P. 1000 ..EET 0 0 R THEORET. DEMUR - N P.E (CORE) P. 1000 . SIREET 0 5 CONCRETE: 5116015111100CONNESSION. 7, 14. 8 20 Off) CURB 8 LOTTER / CURB PER 500 . CSO / CURB g g SID.NS MO CURB PAWS PER KW SF 2 , ORR.. PER 2500 SF , , CURB. POO 8 GRATE INLETS RPRAP..ONS de S.E.T6 P. 6 NCH PER .0 SF 15 15 0 MANHOLE 80E/FIONIG PER 10 EACH , , ROD CONCRETE PAVEMENT: COMPRESSION .ENG. (7 8 28 off) PCB 2500 56 OR DAY 6 0 FLEA., (1.0 SR.. 07 A 28 O. PER 2500 SY OR DAY 8 0 AR CORENT S.P. PER 2500 SY OR OAT PER 2500 SY OR DAY 5 6 0 0 '„0"g":4..,750,z'ATT rz.rn",P.' Ez-%,E,RF,nERTs'Es."EHE.71',.n.zED. 2. MOISTURE CONTENTS TO BE INCLUDED WITH DENS. TES, &Aar', 7,0417.11°M;rotE7,11:1-164E,POM rFte?fTss% 74=.` PE"I'D casamvssffuma 0003 ET '"C c, ST LEJ tr, c 1.4 0 Lc, 2 -cC Co cr) c, s0a5003 159 RECORD MIMIC NO STR-872 CITY PROJECT 1 E1209( 5. GENERAL UTILITY NOTES O ENTZA MWATER AND WASTEWATERUTILITYALLOWANCES SHALL BE PAD ONLY A5 DIRECTED BY THE C SHALL DETERMINE IwIVIDUAL METHODS REQUIRED BASED a1 PROPOSED UTUo ""EAT TI -1E A LOCATION. TPE .PRIOR TO ANY MANHOLE IXCAVATION. OR OPENING OF MANHOLE COVERS /OR SALVES WITHIN THE µDim I• �xs "AK E. rENENTILITY0TFR4ClaRSHALL NOTZ3r.08=FILL BY MORE THAN 200 FEET. NO TRENCH SHALL DocIT wo3K SHUL a- BE PAID Fav Dw00106//00A caxsD6nED 7*10*wm 1 THE VARIOUS BID G. ALL PROPOSED STORM WATER TRUNK UNES & LATERALS SHALL BE TELEVISED WITHIN 30 DAYS OF PROJECT COMPLETION AS PER STANDARD SPECIFIDATON 027610. 'TELEVISED INSPECTOR OF CONDUITS.. THIS WORK SHALL NOT BE PAD FOR DIRECRY BUT CONSIDEREO SUBSIDIARY TO THE WATER CONNECTION CR FIRINGS PRIOR TO BACKFILL THE CONTRACTOR WILLL PPROVIUEGPS N00 COORDINATES OF ,CH PICTURE. I. ALL HItAARA4 EQUIPMENT AND LABOR REWIRED IN ADJUSTMENT TO FINISHED GRADE OF ALL AND VALVES BE FURNISHED BY THE CONTRACTOR. THIS WORK SHAU_ BE PAID FOR UNDER T=T0 ATE BID ITEATrs uIs EIBw oPTIc LxE WILL BE PwEoauED Br cm m". mE ▪ f)5� e D/e. DD a330E a S%1 sL I/O, u 100 06� 0S Ti/80` N Pcnouro a xo :070 e' Nm: IAF P2* 8 EYE MD TwvE 11I/k; Taxlxc DINExsIONs Ix Ixcn6s (Lwmn . worn x Dwrn): 18. TELL 'wwPLORAns ED E E ALL ETTSAT'"TxTTell I" w TO°L=TG TENsMILLE8'L RwrE BR yws. 6.=RIAL WATER A. ALL CURB INLETS SHALL HAVE A S. THRO. UNLESS NOTED OTHERWISE. B.S. PRECAST CURB INLETS, IF USED. SHALL HAVE CAST -IN-PLACE THROATS AND TOPS C..,,laRDRI:sATEUIPAaAcL,Lo.BE CLMS III REINFORCED CONCRETE PIPE WITH TYPE 8 WALL, TONGUE AND E al,_,,U,HS081R5M0ZAT,E,8,NU.JUIYHC1,-„;00,18,50,SH,TAt 1U0shinifTED UTILIZING CITY OF CORPUS CHRISTI STANDARD G. THE SEDIMENT AND STORM WATER POLR.UTW CONTROL MEASURES SHALL CONSIST OF USING THE BID sRM4 L-na70°.tai Evxuctr STEMS MD ANIIZD A MS VEDETATIax COVER. RAnoM M RED4RED Br T'A'E LE TgICCEn'A EDL NDTDBE�PAID Fax aRErnr 84T mxsDERED S48SIDIMr Tar0(v*Rlous BID ITEus.70IS w0*" K.10EMENT STABIUSED BACKFIU_ IS NOT A PAY ITEM, AND SHALL BE SUBSIDIARY TO THE APPROPRATE BID L ALL INCOMPLETE STORM WATER INLETS LEFT OVERNIGHT SHALL BE ENCLOSED WITH ORMGE SAFEW FENCE. GENERAL NOTES ( C 0 N T. ) 7. WASTEWATER A ONLY GREEN PVC PIPE SHALL BE USED FOR WASTEWATER IMES PVC._ AVM C900 -DRIB NON -BLU, COLOR E .1ACTOR BE REQUIRED BY T REPRESENTATIVE TO INSTALL THE PRESSUR E WrtH CENTER SH,AL.NSITH BE PAD ;OR DIRECT,' BUT CONSIDERED SUBSID IPE SIZE OEPhl OF C. PROPOSED LL E n H T IEDFa E E EEE 0020/ TM rvSRK L I0CLwnm a r�ueoa". E. FOR WASTFVATER LINES ENTERING THE MANHOLE BETYEEN THE SOFFIT AND FLOWLINE. THE INVERT SHALL TO PR6VEM SOLOTD EE srul//4 WASTEWATERETAIIS DE CORNED STu6L BEE -Tr° = TP7 P.P.) SHALL BE TELYISED EDI THE ONTRACTOR Ix MS WORK SHALL NOT BE PAD FOR DREG. BUT CONSIDERED SUBSIDARY TO VARIOUS BID ITEMS. eErr" mom To 0. aECErvE6Aca I.NLAiEs srEELMlgaRW wwBlroa PER sir EAvawo o6TAIT PR>JECT Lunn SHALL I. DEFLECTION TESPRO OF PVC WASTEWATER LINES SHALL FOLLOW BACNFILL BY NOT LESS THAN 30 DAYS. AND ACCEPTED FOR USE BY THE OPERA -MG DEPARTMENT AND ENGINEERING. K. PRIOR TO BEGNNING ANY WASTEWATER LANHOLE OR UNE INSTALLATION, THE CONTRACTOR SHALL SUBMIT COPTS ME INCLUDED IN THE SID WEN MFOPR R7 "O PAASSEIPUMPINruMigPHOx. ALL ASSOCIATED L CONTRACTOR IS RESPONSIBLE FOR VERIFYING THAT THE OPERATIONAL PARAMETERS OF ALL BYPASS FURNISHING UTILITY ROAD RAW, PINSTALLATIONFE PUMPS ANO OF PUMPS. Iµ�ooIuvrat FCoED IN THE BID. rt. FOR TEMPORARY BIPPSS PUN., 8.WATERLINES VALVEA. IN SERVICE SHALL BE ADJUSTED TO FINISHED E. ACCORDANCEB ABANDONED WATERLINES SHALL BE CUT AND PLUGGED AT A MINIMUM OISTANCE OF 10' FROM PROPOSED wI?xCO TAWw, ERE c. A FED. D srArE REGULATOR! BE RE EARED Ano sToc4 7ED AT A s6aRE UNWAN ED BY THE cry sw BECOME PROPERTY OF HE CON RACTON ANuEuSPOSED OF N APPROPRIATE MANNER. UNES AND TR MATERAL USED SHALL BE IN ACCORDANCE WTH THE .RULES REGULATIONS FOR PUBLIC WATER SYSTEMS. OF TEXAS COMMISSW ON EMARONMENTAL QUALITY AND THE CITY WATER DETAILS. THE BE PAID FOR DIRECTLY BUT CONSIDERED SUBSIDIARY TO THE VARIOUS BID ITEMS. E. WATERLINES SHALL TYPICALLY BE PLACED A MINIMUM 1 FEET BELOW FINAL GRADE RE.ROLESS OF SIZE SHaM OITANC¢. c) % T I BE SHAT OTOOP TD wTT TEsTNG OF (STERILJZATION OF EH THE WATER DEEVIA T SHALL BE DONE BY THE CONTRACTOR UMER THESUPERVISION OF 1 -HE CITY WATER DEPARTMENT. WATER FOR FILLING THE NEW WATERLINE AND PERFORMING PROJECTENGINEER WITH 48 HOURS NOTIFICATI. I) S�HALBCIE WITH IE n 026402. R THE VARIOUS BD ITEMS. H. FIRE HYDRANT ASSEMBLY SHALL INCLUDE ALL MATERALS REOUIRM TO INSTALL TR PROPOSED HYDRANT TO EOR SEPA TELY LLT CDxStR vneT7B IrEEV IRE HmaV- AUEBL,! "T"- NOT eE PUD I. ANY LENGTH OF FRE FOORANT LEAD LESS THAN 20. WILL CONSIST OF DUCTILE IRON PIPE Wn-H LOCKING 0/0R Ex a PP' PPP AI F ILwr IEEP F I ITEMMHrDRMT Tke�r.x 8. WATERLINES CONT VIZsrERProroPPyTZZ -r° 'TT"' THE "P'SE° M SPLICES. • w MOMRACTOR) 433,1 COwLETI,1Uox PRNECS. AL WATER NES6SHALL BE EREE OE ALL PATCHED O. -,,,olL4014,0PTOrg ,88,8oLuTC000FRO=T4ZZAATER DVION INSPECTOR AND NOTIFY ALL AFFECTED CUSTOMERS 7.2 P. EOWM Pay REPRESENTATNEµ0/ORRNEERuTHERWPNTRACTOR MAYE REQUIREDTOroOWNDUUCT PPROPOSED TIE -INE DURING LOW DEMAND HOURS. THESE TIE-INS SHALL BE COORDINATED WrtH AFFECTED RESIDENTS AND/OR BUSINESS AS C,1SmERED u PMT OF THE BID ITEM t,1xECiTox 1011:117 wATERLNE. PAD FOR "'ET' M APs (LESS 7HESE E e" u m N Maw E m n WATER m I *144E Ani p x w"3:44). R. ,T,88.11811-eRA,C1-c&R,SAItLL,C,237,11nEANH0-oT,H,LE217.0F„COMUS CHRISTI WATER OEP/RTMENT PERSONNEL TO D.I.P. AS DIRECTED AND SHALL BE PAD AT THE UNIT PRICE BID T18 �crc WATERLINE. APPROPRIATE SIZE PVC a M% BIT RR DwPIRTMCMTREPRw MATE Ai NO OR INCREASE OF CartRACi PRICE. THE WATER DEPMINEM SHALL Bry (NO)i6�ED wIOR TO ALL CTUNDEs.rxLL BE TRANEO WITH ..LUO. MECI-ANICAL JOINT RESTRAINT OR ENGINEER APPROVE° EQUAL AU_ T. ALL DUCTILE RORNsPIPES. VALVES, AND FITTINGS SHALL BE WRAPPEO gpsvcy, ,o-f,Iveror.4 zzo,,,,,,,larroR SHALL UTILIZE THIS ITEM TO EXPOSE ALL TIE-INS TO 1 -HE DMIA,NYZIME:EPZ.lialA,Lle K.CMDERED SUBSIDIARY TO THE APPROPRIATE BID FENS. CONTRACTOR SHALL 9. GAS LINES OF CORPUS CHRISTI CAS DEPARTMENT, LO,...C,ION0ESp,,,,ART.,E.,SHOW.N T° 'TALL' "'IRATE WITH THE CRY OF CORPUS CHRIXopER ,,AcKFILs 70AgTAkTONI8TCONIRACTORAA1.8_0=0ToR ,HALL 10. SIGNING & STRIPING Tn• 0E sli 743610 Fm 0 S[P6,OSO - =En= c 0[L U O *EP'n's Mo oc�0 *6 su 6186i)(v1r). STANDARD PLAN SHE, FOR SW MOUNTING DESIGNATION TYPES. B. ZA,FFIC SIM SaL BE 3IA 0.0NO GRADE OR EQUIVILANT. REFER TO REQUIREMENTS IN TxDOT SPECIFICATIONS C. ANR-GRAFFRI IS REQUIRED ON BOTH SIOES OF ALL SIGNAGE. D. REMOVAL OF EXISTNG SIGNS SHALL BE SUBSIDIARY TO STiEET aCAVATION. D4NSULFAN/s SHE7F NO. 0004 sREET 004 1 159 STR-872 CITY PROJECT 1 E12091 ITEM NO.1 DESCRIPTION QUANTITY 1 UNITS F Items . WATER UTILITIES CONSILIANYS SHEETno. G005 _ 1-F1 1-72 6' C900 PVC Water Une 121' CND PVC Water Line 1,196 2.550 LF IF 1-A1 A Items • GENERAL Mobilization 1 LS ♦♦♦♦1 v/7 • 1 %SAMUEL SALDIVAR, JR.4 ' 92638 SCENS,f�?jr l 1-A2 1-A3 TCP Items (Signe, Barricades, Chann Nlzing Moes, etc.) TCP Plan and Prep 15 1 MO EA 1-73 1-F6 6'65 Deg D.I.M.J. Bends 121' 65 Oeg GEM,. Bends 52 36 EA EA 1,5 1-F6 12,121.1" COM,. Tee 12,11O.I.61.J. Cross 11 2 EA EA 1 -Ad 1A5 TCP Mobrastronl Adjustments TCP Flogger 3 1 EA EA 1-F7 1,8 121(12' D.I.M.J. Cross 12x1T,1210.I.M.J. Tee 1 2 EA EA 1A6 1A7 SWPPP Electric Message Boards 1 2 EA EA 1-F9 1-F10 P." Reducer 6'x6"Reduce ) ) EA EA 1 -AB 1A9 Concrete Barriers Curb Inlet Sediment Trap (install and remove) 100 56 EA EA 1,11 1,12 8"Plug IT' Plug 1 2 EA EA 1A1D 1A11 Block S. Exploratory Excavations 2,219 1 SY LS 1-F13 1{16 6'GH. Valva 12" Gate Valve 15 16 EA EA B Nemo • STREET IMPROVEMENTS 1-F15 1,16 Remove Existing Valva Box 1T PVC to AC Adapts 16 1 EA EA 1-81 1-12 Concrete Cycle Track Concrete Driveway (6"thick) 9.215 1155 5F SY 1-F17 1-718 6" PVC to AC Adaptor 6' PVC to CI Adaptor 1 7 EA EA 1-B3 1-54 Concrete Medan Work Zone Pavement Markings Short-Term(tab, typew,ite) 300 130 SY EA 1-719 1-F2D 6" PVCto Cl Adaptor Rem..Existing Fire Hydrant Assemblies T 5 EA EA 1-B5 1-B6 Work Zone Pavement Markings Short -Term (tab. type yellow) Work Zone Pavement Markings Removable Type II -A -A 250 292 EA EA LLZ a ao 1-F21 1-F22 Flre Hydanl AeeemNlee(Type l) 316" Water Sem. Line 11 BO EA LF 1-B7 1-B8 Work Zone Pavement Markings Removable Type', Work Zone Pavement Markings Removable Type I -C 054 191 EA EA 1-F23 1,26 1"Water SBM<e Line Connection ...ins Water Line BD 16 LF EA 1-B9 1-510 Work Zone Pavement Markings Removable Type W Work Zone Pavement Markings Non-Removabl0 (WINE) 500 1 EA EA 1-F25 1-F26 Trench Safety for Water Lines RemaeLGroutTer requirements In plane 8 specs) Abandoned 1,' Water Line 3,856 2. no LF IF 1-B11 1-B12 Work Zone Pavement Markings Non -Removable (Arrow) Eliminate Exist Pavement Markings 6 Markers (6") 10 2,661 EA IF 1-F2) 1-F28 6 Remove/Grout requirements In plane 6 apace) Abandon. "A6"WHer Line Asphalt Pavement Repair 710 35 IF SY 1-B13 1.111 Eliminate Exist Pavement Markings B Markers( WON L Arrow) Pavement Sealer (MI 5 5,D10 EA IF 1-F3D 1-F29 Concrete Sidewalk Repair Backfill Si ewalk Repair nof Sodded Planter 150 155 SF SF 1-515 1-815 Pavement Sealer (81 Pavement Sealer (121 516 546 IF IF 1-F31 Allowance for Unanticipated Water Improvements 1 LS 1 -BO 1-B18 Pavement Sealer (26") ReAectorized Pavement Marking (type I. white. 61, broken. 90 mill 2,3)3 210 IF IF GItems- WASTEWATER UTILITIES 1-819 1-B2D Reflector.. Pavement Marking (type I. white. M. solid. 90 mill Refector.Pavement Marking (type I. white. 61. dotted. 90 mill 1,226 50 IF IF -Replace 6 MCP with 6 SOR 26 PVC Sanitary Sewer(6'-8Depth) 6" VCP Sewer (10'-1, Depth) 20 335 LE LE 1-B21 1-822 Relectorized Pavement Marking (type I. wh lte. B", solid. 90 mill RMectorized Pavement Marking(type I. white. l2". solid. 90 mil) SOB US IF1-62 IF - Sewer (1T-1, Depth) er(1,1T Depth) 24.2 257 LF LE 1-123 1-826 Relectorized Pavement Marking (type I. white. 261. solid. 90 mil) Reflectorized Pavement Marking (type I. yellow, d", solid. 90 mil) 2268 3,070 IF IF1-65New CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services -66 8. SDR 26 PVC Sanitary Sewer(12-16'Depth) Steel Casing 1, Dia 170 LF 1.125 1-826 Reflectorised Pavement Marking (type I. yellow, d", broken, 90 mip ReflectorizeE Pavement Marking (type I. yellow. 26", solid. 90 mill 151 105 LF IF -with -. 15" 15" MCP SDR 26 PVC Sanitary Sewer (8'-10' Depth) New , Dia Fiberglass Manhole LE 1-527 1-B26 Prefabricated Pavement Marker (type c, white, arrow) Prefab.. Pavement Marker (type c, white. word) I2 12 EA EA 1-69 - Rehabilitated,Manholes Depth Dia Manholes EA 1-129 - Prefabricated Pavement Marker (type c. white. bike symbd wl arras) Marker (type IL) 15 EA - G12 Depth 5. Brill with 5 Dia Fiberglass s Manhole EXtra anholes 2 EA VE -Pavement -Raised Marker (type IILR) ker(type IIAA) - 13 knust Existing Manholes to Grade to Existing hole 12 EA EA - 1-B34 ns ( School Zone includes assembly) ing Beacon Assembly 1 EA _ 1-616 Pass P �8 p g CIPP 15 1.322 EA LF 1-B35 Allowance For Unanticipated Roadway Improvements 1 LS -G17 - CIPP �Safetyfor Sanitary Server s1 1,650 1,024 LE LF 1-C1 nIMPRovEMExTs Remove and Dispose of Existing Flatwork 027 SE 1G19 TrenchAllowaSafety forSanitarysewer Manholes p for u p aw t Improvements 11 t EA is _ C2 1-C3 Remove and ose us s Concrete Bus Pad(10ofhick,Joined,steel-aieforced concrete pavement) 327 SY ID PAVEMENT - 1-05 Pae(a"thick, concrete Baremam) Concrete Bus p twork(4'thick iintea.steel+einforced concrete pavement) 927 SE 1-H1 Remove a. use of Existing ment Rem band Gutter 17.100 SY ���rvnn Dispose of Existing ewalk Sia Excavation 25,565 16,744 SE SY15,383 z Z 41-E7 E SOUTH ALAMEDA STREET FROM O AYERS STREET TO LOUISIANA AVE. s u (BOND ISSUE 2012) U-STIMATED QUANTITIES (BASE BID 1 NeomseaADA IMPROVEMENTS 1-D1 Concrete Curb Ramp _ u(RDw-Row) b9r e15,383 Base(complete.r.place)(type A Grade 1-2)(6. thick) SY SY 1nz contrera Sidewalk 23,922 sE 1Pt7 Steel -Reinforced Concrete Pavement (r thickpiint.* 14,816 SY 1-E1 E items- DRAINAGE IMPROVEMENTS Removal of FRCP 107 , I kerns - BASE BID 1 - GAS IMPROVEMENTS 1-11 Gas line trench backfill and compaction 144 LF 1-E3 Removal of 15" RCP 071 LF 1-E4 1-E5 Removal of 18" RCP Removal of 21.' RCP 387 LE LE 1-E6 Removal of 24' RCP Removal of 36. RCP 89 LF 1-E8 1-E9 Removal of Exist Manhole/Inlet Removal Sidewalk Drain EA LE 1-410 - 18' P (eill)) CP (Type Ill) 175 6 LE LE 1-E12 - 36" CP (Type 111) CP (Type Ill) 1,060 LE LE 1-E14 1-E15 Tx, Box Culvert 5. Curb Inlet nip rc 1-E16 - 5. Curb Inlet ension Inlet (Remove Replace Top) 2 EA EA s 1-E19 Trench Manhole/JunctionBox 24 EA 1-E20 -Grate Trench Safety for rm7 d Replaced StormWaforlmefo Inlet mover Manholes EA P STR-872 1-E22 1-E.23 6 Inch Curb 5. Vall Gutter r1,. LF LE 1-E24 Allowance for Unanticipated Dra9 p ments 1 Ls 2 CITY PROJECT 2 E12O91 GE5CRIFT05 A Item s • GENERAL OtaWT59 UxTs .1 2-A2 2-A3 .4 .5 2,46 2A3 2A8 2A9 .10 .11 .12 Mob111zaton 1 LS TCP Items (Sign. Barricades. C8annHklig de4ces. etc.) 15 MO TCP Plan and Prep 1 EA TCP MOUIIzat6 / Adjustments 3 EA TCP Flogger 1 EA 02one Cay 5 EA SWPPP 1 EA E.106 Message Boards 2 EA Cmcrete Bankes 00 EA Cum Int Sedmnent Trap (Install and remoe) 56 EA Block sad 2,219 SY Explaatay Excayatlae 1 LS 2-61 2-B2 2-B3 2-B4 2-65 2-66 2-B3 2-86 2-69 2610 2611 2612 2-613 2614 2615 2616 261] 2618 Cmcrete Cycle Track 9,225 SF Concrete Dmeway (6" Mick) 655 SY Concede Med. . SY Walt Zane Pawnent Matl19s shat -Term (tad. type white) 30 EA Wale ane Pawmeni Matlnds shat -Term (tad, type yellow) 250 EA Werk ane Pawmeni Markings Removable Type IIAA 292 EA Wale Zane Pawnent Msklngs Removab.Type 654 EA Wale Zane Pawnent Mand ngs Remoyabk Type IL EA Wak Zane Pawnent Meknes RemoabOType W 506 EA Wale ane Pawnent Makings NOMi9noa59 (03rd) 4 EA Wank Zane Pawneni Markings Non-Re.a09 (Anna) 10 EA Eliminate Exist Pavement Makings 6 Markers (4') 2441 LF Eliminate Exist Paement MaOIngs 6 Markers (Word/ 2942) 5 EA Re9ec10026 Pawnent Marking Oype1. whtle. 4". broken. 90 n.0 211 IF Re16110zed Pavement Marking 0)991. white. 4". sol., 90 mII) 1.226 IF Re0ec1a1zed Pavement Marking (type I, white. 4". dated. 90 511) 91 LF Re66ctUsed Pavement Marking (type 1, wh5e, 8". 5al.. 90 mil) Rellecio026 Pavement Marking 0. 1. wh5e 12'. salts 9092) 546 2619 Reeeciak9 Pavement Mating (type I, white, 24'. solid, 90mi1 2,266 2621 Re6ect0kaed Pa,ment Mating (type 1, yellow, 4'. sol., 90 roll) 9070 2621 Rellectorized Pavement Mating (type 1. yellow. 4'. doken.90 mil) 154 2-622 Refectalzed Pavement Mating (type 1. yellow. 22'. sonic. 90 roll) 105 2623 P161601cated Pavamenl Mater (type c. w1te. 01108) 42 2624 P rerabased Psemer0 Mater Mpe c. whie, wad) 12 2625 P 516010ated Paemer0 Mater (type c. white. bike symbol w/ anon) 15 26226 Pmfa0lc9ed Pasne1 Mater (type c, white. bike symbol w/ shame) 12 262] Raised Pawnent Mater Me IL) 43 Rased w309 Mater (type 11-00) 10 O 40. Pavement Marker (ty.11-A-A) 09 Aluanum Signs 2ncEedes 0m011 sen assembly) 136 Sch. rmne ash. Beacon Assembly Allowance For U141alpaterl Roadway Immowmmis V LF LF LF LF EA EA EA EA EA EA EA EA EA LS Rernme and Dlspme a6lstmg Fl.. 927 SF Dispose aExang Bus Stop Pahl SY Concrete BusPad (10' Mak, )o1nted, 5124-ramoced 405101e pawner. 056 SY Concrete.. shelter ad (4't101, /91112, Stee9-11rloced concrete [01analt) 93 SY Concrete I/O Stop Fiafwok (4" track 18med,1[1420604[4 concrete taanat) 027 SF D items -ADA INPROVENENTS 2-D2 concretesaewalkp 23921 SF 2-E2 Remo. of 12. RCP 2-E3 Rernmel a 15" RCP 107 LF 009 LF 971 LF Remo. al. RCP 323 Remael of 21'. RCP 387 LF Removal of 24'. RCP 89 LF 89 Removal of Ext. Manholeen. 30 EA Remo. a SMesalk Own 11 CP (Type III) 175 LF 30. P (type up 67 LF 2,12 P rape up RCP rape up 36 2X4' Box Cu. 268 LF 28 EA 5' C. Inlet Extens,on 47 EA C. In. (Ren806 Replace op) 2-E18 Va....unarm Box 2-E19 Trench Safety 1 606 EA EA IF 2-E20 Trench Safety to Stomp Water Manhole and Stam W451110000 52 EA ria 02enow and 121g041Top) EA 2-E. Cu. and Gulter 4365 Valley Gutter LF 2£24 Ahowancefa Unanta mated Damage lmprrnmlen6 LS F items• WATER UTLITEa 2-F1 B" C. PVC Water Une LF 2-F2 12' C9o0 PVC Water Une 2691 LF 2-F3 8" 45 Deg 0..1.0,9. Bends 52 EA 2-F4 12' 45 Deg D.I.M.J. Bends 96 EA 2-F5 12X12'%6' D.I.M.J. Ta 11 2-F6 12X6' D.I.M.J. Clens 2 2-F] 12'X12' D.I.M.J. Clens EA EA EA 2 -FB 2-F9 12%12'x12' D.I.M.J. Tee i6" Reducer EA EA 2F10 8'k4" Reducer 2F11 2F12 2F13 B" Plug 12' Plug B" Gate Vahe 15 EA EA EA EA 2F14 2F15 12'Gate Vahe Rem. Existing Valva Ba EA EA 2F16 12' PVC to AC Adaptor EA 2F13 6" PVC to AC Adaptor EA 2F1B 6" PVC to 0 A.M. EA 2F19 4" PVC to 0 Adaptor EA 2F21 Remo. Existing Fire Hydrant Assemb. 5 EA 2F21 Fire Hydrant AssemMks (type 1) 11 EA 2-F22 3/4f. Water sense L. BO LF 2F23 1" Water senhce Une BO LF 2F24 001160tIon to Existing Water Line EA 2F25 Trench safety fa Water urs 0656 LF 2F. Reno./Grana (Per requirements In plate 6 specs) Aband0red 10' Water Line 2308 V 2F23 Remote/Grout (Per requirements In pars 6 specs) Abandaed 4" 6 6' Water Line 310 V 2F28 Asphalt Pawnent Repair SY 2F29 Ccncreies'Cewalk Repair 160 SF 2F.1 Bac. and Restoratlon of Sod. Planter 155 2F91 050401ced Unantklpated Water lmpmemer0s LS Iterns• WASTEWATER UTILITIES 2-91 2-G2 Replace 6'VCP with 6, SDR 26 PVC 8511011) Sewer (6'6' Depth) Repkce6'VCP with 8' 50026 PVC 3an805 Sexier (14'-1Z 1.0) 23 IF IF 2-G3 2-G4 Replace 5'VCP with B' SDR 26 PVC sanitary S82&(12-1400410) n.a,Sewer (10-12 Depth) 202 257 IF pp 2-G5 - Sewer Depth) Casing 14'Da Ser30 170 LF a - 2-G8Nes Replace ExMhg 15' VCP with 15" SDR 26 PVC Savary Sewer (E'-10' Depth) 4 Da.Fiberglass Manhole 8 LF EA 2-H10 ��!4aManholes Manholes 1 EA 2,11 Replace Exmhg Buck Mani . S Da Fiberglass Manhole Extra Depth S Da. Manholes 2 EA 2,13 2,14 Adjust Existing Manholes to Grade Drop Connect. to Existing Manhole 12 EA EA 2,15 Temporary By Pass Pampng 8 EA 2,17 2,18 CIPP 15' Trench Safety to 5anllary Sewer 1,05E1 4024 LF LF 2-G19 2,2.1 Trench Safety for sanitary Sever Manholes Allowance to Urentic9mted Wastewater lmpmsmems 1 1 EA 1S 2-H1Remee -Rem. -H3 and0l0pmea Existing Asphalt Payment andDispmea 6lsnng CU. and alter Rem. and Drspcse of Calstng Sidewalk 17 11:0 4,065 25,5SF 65 SY LE 2-H4 2415 .(RowaOW) Compacted..We 16304 15563 SY SY 2-H6 2417 TX5 ceogm tie Base (comp16 A grade /-2)(9'thlck) 15.383 1583 SY SY 2-H9 243 (09XNpe lAsphalt Treanent(su6grade, MC-30)(P4me) Type Botm1 Asphalt Concrete Paveera(35•thick) 1312 13062 SY SY 2-H10 Type D Hotmn Asphalt Concrete Pavement (2'iNck) 13. SY 1.1115- BASE BID 2 - GAS INPROVEIVENTS .1 Gas Ilnetrech bean am conBecton 060209402118 sNaT 110 0005A STIMATED QUANTITIES (BASE BID 2 sRECT006 T 159 RECORD OR4MNc no. STR-872 CITY PROJECT 1 212091 m Trill r1-1-1-cr CPI Lupo cmrsuuANrS SWEET ND. G006 41,71 a Z SURVEY CONTROL 20 O 7 '\-22 CP1 0 o � a POINT TABLE POINT no. NORTHING EASTNG ELEVATION oEscalPnox 15 17.168.670.51 1025 1.35.x 3 5/8 151 35 17.169.951.72 1.340.599.82 32.98 5/8 lar 17 17.169.140.63 1,351.166.47 31.95 1IN IPF 10 17,168,798.84 1,341,185.25 31.35 5/8141 17,168,7. 5 1.341,224.40 31.34 IRF 38 17.166.926.64 1.341.318.90 31.32 1IN 39 17.168.953.20 1.341.2676 1.63 5/6181 w 23 17,169,413.93 1,340,927.14 32.64 3/4 151 17,189,340.01 1,1,037.26 32 CRY CO 1340 DSK w coxc 25 17.169,508.15 1.340.755.10 3220 5/8 21 26 14.90 53.12 33.20 5/8 IRF 27 559.]6 1,340,7574.04 32.40 5/8 IRF x 17,169.516.08 1.340.864.86 32.09 3/4 151 29 17.189.873.99 1,340.768.79 32.62 5/8 I51 x 17069,735.56 1,340,618.44 33.11 5/8 IRF 17.169.789.53 1.340.696.30 32.76 CV OF CC ALUM OISK IN CC n SURVEY CONTROL o 72 KALE . - 140 POINT TABLE POINT NO. NORTHING EASTNG ELEVATION DESCRIPTION 33 1],17 ,067. 1,340.529.31 12.92 F 35 17.169.951.72 1.340.599.82 32.98 5/5 RAF 17,170. 81 .68 4 33 0 5/8 IRE 6 17.170.0011.27 1.340.450.00 33.20 5/8 157 OF 013 DISC N cc 38 17,170,288.13 1,340,282.59 34 .09 5/8 IRF 39 17.170.444.98 1.340.299.76 33.34 5/8 w 1 ,340.45&1574,45\51571 0 44 17.171.011.22 1.339.954.40 33.31 5/070713 17,171.284.43 1,339,797.63 .65 600 NAIL FNO DRILL HOLE 17.171.379.82 1.339.539.02 34.34 DRILL HOLE 0 17.171.50.98 1.339.760.35 .0 PI, NAIL FNO 17.171.463.79 1.339.678.78 34.22 X CUT FN0 BORING LOGS POINT N0. NORTHING CASTING B-1 17171262.762 1339781.797 B-2 17170840.687 1340022.631 B-3 17170318.549 1340372.159 B-4 17169773.672 1340657.180 B-5 17169388.194 1340927.662 -_l 1. COORDINATES PPE STATE PLANE GRID. M.83. TIXAS SOUTH ZONE IN U.S. 2. ELEVATIONS ARE IN NAVD 66 DADJM. POINT TABLE POINT NO. NORTHING EASTING ELEVATION cPc 17188.66050 .1157.051 1341083.036 31.42 17169247.01 1340911.11 31.36 17169461.953 1340792063 31.90 1,69761.916 13406783. 32.24 17170026.306 1340461.961 17170406.00 1340306.008 1717089.399 1.0052.334 33.75 17171040.367 1339912.046 33,4 1717131 40 1339747,24 33.61 17171459.463 36.29 17171605.298 1339536.8. 35.54 u� 2 SURVEY CONTROL SHEET 007 / 159 WOO DRAWING N0. STR-872 CITY PROJECT 1 E12091 EUST1114 LEGEND STO .RM LINE 7S LINE WATER UNE CURB 11.0 EH ORATE INLEI • ELECTPCAL BOX • GOY PRE ELECT). LICHT POLEELEC.CAL METER ELEC. P.ER 4 ONT LE POST SION • .S METER oc CAS VAL. R.) HANDICAP. BUSHOM TREEPA. TREEUNIT. CL. OUTWIT/. MAWHDLETELEPHONE BOXTELEPHONE MANHOLEFIRE HYDRANTHOSE BMWATER MANHOLEWATER METERWATER SHUT OFFWATER VALVE a$©o: -1®e®® PROPOSED LEGEND 00 CURD INLET DB WEE INLET m STORM DRAM ILANHOLE mIDONNE771 POINT WY WIRE 0 • ELECTIKAL ME.mE7CIACAL MANHOLE E7CIPC PP. a PPEIC ONT LE • C. MANHODE • . METER ou NAN.7774 0 017 TREE PEE O WEARY CL. POT III TELEPHONE BOX • TELEPHCNE 11.107 • FIRE IWORANT WATER MEIER T9 WATER SHUT 07 - PROPOSED ELEVATION - SHEET N0. WHERE DETAIL IS TAKEN 002 003 WHERE DETAIL ISTS TAKEN DETAIL MARK r DETAIL TITLE DETAIL SCALE: 1 = 10' DETAIL SCALE SHEET NIS0. DRAWN WHERE DETAIL HMAC PAVEMENT CONCRETE BUS TORN -OUT P. CONCRETE SIDEBAR (P000 m CNRR CRAPE LEVELS) CONCRETE SIDEWAR DRAWS a SHEET GRADE LEVELS) CONCRETE CYCLE nucR (PEOE.P7TCP OF CURD MADE .05) COKKAEE 0000 mm< IRnsS s SIRES &Pace LEVELS) TYPICAL REFERENCE SYMBOL CL CENTERLINE CAST IRON ClIRED IN PACE PIPE DA DIAMETER 4 ▪ New VALVES OR CONNECI. IEiH PVC POLY IANYL CHLORIDE RCP REINFORCED CONCRETE P. VP • VORTICAL PONT OF INTERSECT. • WATER LINE WASE*. MANHOLE DADEL cm50000r' SHEET NO. G007 SHEET 008 T 159 RECORD ORAINNO N0. STR-872 CITY PROJECT // E12091 0 © OD © TCF LEGEND ROAD WORK NEXT % MILES I.ROAD WORK NEXT % MILES 020-9 R2.5 PLAQUE 020-28 © M RSD -3 © 0 0 0 0 © © ROAD CLOSED R AD L0S4 fib Smx (PLnur_AL, O 0 0 O 0 • • ONE WAY ONE WAY f R7-2 MOO TYR III BARRICADE CFANNEUZING BARRELS Ru`LSFOTREEARA(SPACNG BN ) n TORIE) CHANNELIZING LS (SPACING AB PER P.14S) RUSTIC REFLECTORIZEO VERACAL PANEL (2 WAY) PAINTED ARROW (TEMPOw81) DIRECTION OF .AFFIC EKISTING SIGNALIZED INTERSECTION WZPM SLD V( 002000ATON0 - (TRAFFIC CONTROL SHEERS ONLY/ E (Pals ERs) -REMOVABLE NAEED PANT ANO BEADS) VY = WHITEDBL = DOUBLE= RICHT OF WAYBLVD = BOULEVARDDR = DRIVETY. = TYPICALP14.111 = PAVEMENTPROP. = PROPOSED= SIDEWALKSTA = STATIONP.I. = POINT OF INTERSECT.0.115-0. = OPPOSING TR,. LANE DIVIDERS MILESTONE LL BE NEN TO THE LIM. FROM PROJECT BEGINNING IFOTHEsE T,„T, THROU. PHASE 3 WTHIN 180 DAYS AFTER CONTRACTORS N PHASE VIFIVVACIMMOHNLUVE L ER ((( C6011) UTILIZE REQUIREMENTS Tl T 2. CONSTRUCT WASTEWATER Unl., LINES. (CROSSINGS)7 HE LATEST EDITION OF THE 2D- 11 TRMUTCO T P(Z-S)-,z TO REDUCE TRAFFIC FROM s LANES TO Z LANES (R EWE EACH AND AM ROUTING TRAFFIC EAST OR WEST OF THE ALAMEDA BAL THE LrD TO HESTALjILAONE ` (CROSS x) «ON CENTERLINEEA- ST SDE. ROUTE TRAFFIC WEST OF ALAMEDA (,LAN . EI/CAVATE AND INSTALL 0. BYPASS LINE WRH 12. STEEL CASING. COVER aCAVATION WITH Enl�x'�STE ETMR�NrsTRA,L BHw xEEc, 50000[0MANHOLE. BACKF1LL UTILITY TRENCH. ROD1- E -MARC WEST OF ALAMEDA CENTERLINE. BEGINEXCAVAAON ONO NSTALLATION OF PROPOSED UPSTREAM REMNNING HALF OF WASTEW,ER G(SEAT ANY EEEO LURE.ONENTIME. P=ET IBI SRECOSFRDTALS 7F."SEET'ADVANCE WARNING SI.S MO BUSINESS IDENTIFIER SIGNS. PLACE SW3P MEASURES. 2. DIVERT TRAFFIC TO WEST H,F OF ALAMEDA oRKEING 10. LANES 3. CONSTRUCT UNDERGROUNO U5L1TIES - W,ER - CONSTRUCT 12' MAN. CONSTRUCT PERPENDICUUR LINES FROM EAST CONNE.ON POINTS TO 2' WEST OF TEE ALAMEDA CENTERLINE. - STORM W,ER - CONSTRUCT EAST HALF OF PROPOSEO ALAMEDA S.RM SEWER. 4. CONSTRUCT EAST HALF OF ALAMEDA ROADWAY UP TO BUT NCR NCLUDING THE FINAL WEARING COURSE . 2. WEST OF ALAMEDA CENTERLINE. 1. PH SET ADVANCE WARNING SIGNS AND BUSINESS IDENTIFIER SIGNS. PLACE SW3P MEASURES. E 2. )10,DVE„TRALEE,1150 REVD, BUILT EAST HALF OF ALAMEDA UTILIZING Ta1PORARY MARKINGS 3. CONSTRUCT UNDERGROUND UTILIAES - WATER - CONSTRUCT REMAINNG PORTION OF PERPENDICULAR LINES FROM 2. WEST OF - 80000116(o-0104400101500007022645607[720 - STORM WATER - PLACE SW3P COMPONENTS. CONSTRUCT WEST HALF OF PROPOSED ALAMEDA STORM SEWER. 4. C=14161.1c0WAT.E.H,F OF AVAIEDA ROADWAY UP . BUT NOT INCLUDING TEE FINAL 1. CO PL EC NTROFIN, OPERAT SUR E COURSE ARO FINAL STRIPING UTILIZNG MOBILE TRA I. ROAD CLOSURES BE LIMITED TO WORK INEPS ONLY. k1R-FtrDSVERWM1 VIERUMMTIM1VIrAINUIlkOSMI."1-111Pa' THAT "R" CHANGES N ORDER TO NOTIFY THE MED. .;1,14or•EEMMANSANSDHAT,LE,LAEB5c1t,CINLep.410 COMPACTED IN ACCORDANCE WRH IME PLANS AND 5. CONTRACTOR SHALL PROVIDE CONTINUOUS ACCESS TO ALL BUSINESS ANO RESIDENTI, DRIVIEWAYS DURING PRIOR TO COMMENCING ANY INTERSECTION CLOSURE ACTIN,. 701,1 m4FA wxnD PLAR. xD "RR ENGNEER SHALL BE REPUCED WITHN 24 HOURS , NO EXPENSE TO THE CITY. SUBSIDIARY TO VARIOUS BID ITEMS OF THIS CONTRACT. 12. BAERWRIC,AWN1s4SisCIM,515g1N,G,OZECESZMUTHER TRAFFIC CONTROL DEMCES MAT BE ADJUSTED TO FR PLAC.ENT IN PUBLIC RIGET-OF WAY SEA, BE ADEQUATELY BARRICADED WE TYPE III BARRICADES . .CH DIRECTION OF TRAVEL 14. TEE OONTRACTOR SHALL MAINTAN ,L REGULA.RY SIGNS DURING THE CONSTRU.I. PERIOD. 15. LL,COEsNSTR, ucnoN WARNING SIGNS MAY BE GROUND MOUNTED OR ENGINEER APPROVED PORTABLE MOumxG MANE.STRUCTUR. ME COMPLETE AND OPERATION, THE COST ASS.ATED WITE DRAINAGE BE PAD FOR SERNUTELY BUT SH,L BE CONSIDERED SUBSIDORY TO THE TRAFFIC C.TROL BIO ITEM.__L DEVICEe" UTILIZE ONE -COURSE OR VO -COURSE SURFACE TREATMENT, . NEEDED. „01.1TWOR SH._ CLEM VDEO DETECTION CAMERAS AT INTERSECTIONS UPON COMPLETION OF ALL PFASES 20. pRIPARCITs,OUNTAHUEET 5,34.,,G,E14NES0111.1.4MIC,NELAND TERrahglANTALVAr, REQUIRED FOR .14E CLOSURES. 21. CO .1.117CTOR o risjR. 10 ERx 0 (PINT wxH GV55 EP/RIND. , LEAST w HOURS PRIOR TOLAD. TEMPORARY PAVEM.T MARKINGS SHALL BE LAO OUT IN .COR.NCE WITH THE AWROVED STRIPING23. LMEETTNZTEOAEMAY VARY THE SPACING OF SIGNS TO MEET FIELD CONDIAONS, ARPROVED OR DIRECTEDAdloliZuLANOrg.ANO PILOT VEHICLE OPERATORS ARE REQUIRED TO HAVE A POSIAVE I.J.NS OF25. AlVDANsCHEJAMILIM.SIEG0NRSTrotUaNgS0.51.4THEZZIEr SH._ BE PLACED PRIOR TO THE START OF WORK TGNSLLLAZ trIATTIII=AS2 ANTI IC”' CONTRACTOR RSH,L COO40NATE THE APPROPRIATE TIM. WTH MERGER. CONTACT PRINCIPAL DR.,OW OF 500 OPII. RK E CHANNEL.. DRUMBYPASS LINE CHRISTINA BAliREMA AT (361) WASTEWATER TR LNN Melx1 (\- aln PHASE 1 BYPASS DETAIL SCALE N.T.S. rn EXIST. IA NEW PVNT. TYPICAL EDGE TREATMENT DETAIL lel BREBS SCAN µ0 BD�SNES9 Sm Em o BUSINESS SIGN PLACEMENT DETAIL 10000LIANNS 57Err xG. 0008 C CC CL 0 b z U 0 CR 0 1Q ,o N Z 0 SHEET 009 1 159 RECORD UWN9NG NO. STR-872 CITY PROJECT 1 E1209) Isom rs s,] -Et 76 t ILA.wswSri rko \a ASE © ®y x e to t • ®© ® • es 0 as 2©078 WRaWH1EE ttVo © TOP LEO.. PHASE n POSE DENOT6 AN IXISTINC HISTORICAL MARKER. DURATION OF THE PROJECT. DENOTES ALTERNATE AOA ACCESSIBLE ROUTES ® © t z g -0 © to © IQ ADVANCE WARNING SIGNS AT PROJECT LIMITS 2. THE CONTRACTOR MAY VARY THE SPACING OF SIGNS TO MEET FIE. CONDITIONS. PS APPROVED OR DIRECTED HY THE ENGINEER. 3. UNLESS OTHERWISE SHOWN IN THE PLANS PR,FIC CONTROL DEVICES FOR ALL CROSSROADS SHALL CONSIST OF BE ATTACROAD HED o THE SIGNS. AND C40 -2o .END ROAD WORK. WHICH .ME a. FOR USE OF CW20-3D. ROAD CLOSED AHEM, MO ROAD CLOSED ex w AND LOCAL TRAFFIC ONLY. REFER TO THE TRAFFIC CONTROL P. SHE, E FOR EN xc AND E 7. NO ADDRIONAL PAYMENT AAraltESIM=RICWADLS ANMD PAVEMENT `MARHI CT°NR ESSARPRYi GmrsuuANrs vim 0 .. 0008A DIED -010 T 159 REGGRO OWNING N0. STR-872 CITY PROJECT 1 E12091 a w EPSd I.uNEP, :,I Oh Oh 160' 160 110M sr' wow.a1 IE KEE 111.8ll • 9 N A A n PHASE 2 DETOUR LAYOUT SPACING posr SPEED MPH ao (anRN"Ox.) 100 NN 300 60 BOO 65 70 BOO 75 DOD eo 1000 AM)? n(.maa) Oe ax O axrnO ia" CONSUL TAM'S vim No. 00086 11 00 01 rn N€= =La snEET01 1 / 159 RECORD OWNING NO. STR-872 CITY PROJECT # 612091 10300'— acw EM an, or mn" GREET. GORY,. MD .wN .°EPS i E�w—`, "r: i"I,-S°RceE,wEE« wEm `AVM "-" Li 3 3'I cor H°"r.71,°Rcua`2 r1"4`e TE gra oq wnw. «p 4.. 'Inn Vatlox Z 44 LW¢4.x 4EC P (s'" cw G i � r I Ro,9 „III '1I 11111.1 IIII I. 111,..A1 J \ II{111!11 ler z w t 111.‘ ;; li;i a ���Iq 11 n f i ,iiiiiiiiiiii nlgllllllllllll111111llllllllllll illulul.Illlllllllllll [!,; lllllll III IIl hllll i ll�Iil iilali l I, ENE limam rTh TRAFFIC CONTROL PLAN KEY PLAN Y 31 �IP�h111111111111111111111111��1iIIliIIIlluJtuuGli 5+00 ;' LL,J. lii';illlllllllllllllll i,�I IILiIIIIIIuI wp,11,1111„,I;,, �F ,I I !l§ TRAFFIC CONTROL PLAN KEY PLAN o LEGEND PHASE 2 11111111111111 PHASE 3 17, CmrsuunNTG Sita No. U009 N m �:'cc,;:4;),„0 SHEET 012 / 159 NECONO CRANING N0. STR-872 CITY PROJECT 1 E12091 250. MERGE TAPER BEGIN IGO' TANGENT els ® `Fera BEGIN' ast REMOV OBL Y. 15.50' RT BEGIN REMOV 51_0 W. 5.50. RT ALAMEDA ST n PHASE 2 BEGIN TO STA 15+00 cmrsuunNVS vim No. U01 0 SHEET 013 T 159 RECONO OWING N0. STR-872 CITY PROJECT 1 E12091 l�yl \ \\\\w • ALAMEDA ST ._._._.—_._._._ ST (Th PHASE 2 STA 15+00 TO STA 20+00 END IONA DEW, SLD 5.53. FT (ts). 8 O U • FPue�a:. STA. 22+19 END 152PIA REMOV SU, W. 5. Di U /2 PHASE 2 STA 20+00 TO STA 25+00 ALAMEDA ST raT 0 - CONsuunNVS vim No. U011 <71 d¢ SHEET 014 / 159 RECORD OWING NO. STR-872 CITY PROJECT 1E12091 L!, • Nut A \ MMA LI LI MIKITW LIV\I MI Al LI LI td1 0 • STA 26-.38 END WPM DBL Y. 15.00' Ri END WIPM R.I0V SLO W. 5.00' BF X 9 0 Q PHASE 2 STA. 25+00 TO STA. 30+00 OE Felt. r2i1.9/BEI/OV DBL MOO' FT r� PHASE 2 STA. 30+00 TO STA. 35+00 MATCH LINE CONsuunNrs vim No. U012 gyp`?:' `yy,11 }:' K 00 N SHEET 015 / 159 RECORD OWING NO. STR-872 CITY PROJECT 1 E12091 �w Tags 03�' n- —-ALAM€DA ST — —-AWMEDAST— �-- _._._.�'_�_.__ o._._._.�_._._._._ _.___E,P- PHASE .2 STA.m37+00 STA. 39+30 MENGER ELEMENTARY SCHOOL STA. 39+90 STTA 35+00 TO STA 40+00 I Ifill fl I I• rja r minw • I 41+00 DoE III1M!II iy ' t1V j)014, STA. 41+34 STA BEGIN SHIFTING TAPER BEGIN W2P11 REMOV SLD W. 5.00' SLD W. 5.00' BEGIN 11.2 U REFER TO SHEET D25 FOLOVISIANA TCP 1yII X81___—•��° 42+00 —1? _n ALAMEDA ST FROM STA 41+30 TEO STMAArgS0 /2 PHASE p2 STA 40+00 TO STA 45+00 .jy SCALE STA 43+17 o - 4 O cmrsuuUNrs vim No. U01 3 a7? n••• \ gyp`?: •�y,, 11 }:' K o M 14 00 SHEET SHEET 016 / 159 accaao OWING N0. STR-872 CITY PROJECT // 012091 O STA 1,45 Eb Et Si) W. 21.58' �r ,?8 Q� —D ! PHASE n�xlm �,�, 2 w N STA 45+00 TO END CONSULTANT'S vim NO. U014 SHEET 017 T 159 RECORD OWING NO. STR-872 CITY PROJECT 1 E12091 (Th PHASE 3 BEGIN TO STA. 15+00 cmrsuunNrs vim No. U015 \ gyp`?: •�y,, 11 }:' K oo SHEET 018 / 159 RECORD AWING NO. STR-872 CITY PROJECT 1 E12091 L LOCK 21 2 a • • • I 1, BLOCK 2n Xs x..50. 1 +00 rc� 10+50 Gf— LOT 16 2.1 9 n PHASE 3 7 6 5 LOIS 5: % .x.x.c.,. STA. 15+00 TO STA. 20+00 m • NI • ALAMEDA ST • • Noir 9+00 • Y�^• union Iiiiiim1 inniiiii9 ..■..._... 1111111111�111 11 iiii1111UL.111111 P,mfflmm 11111111111111I ..©I�: 25 15 8 Q0 •Cab. • • ALAMEDA ST • m+00 • • • 17 LOTS ,a. Id • W27 DoT 20, eL«c 28 t • • 18 LO SL 28 vn_e Pu 0,1 ax� 7 '1\• L n PHASE 3 STA 25+00 TO STA 30+00 C191°,1 cnL,i-m 23 LOT lox 33 rdV 0• • • T • • 1 • • • • n PHASE 3 STA 30+00 TO STA 35+00 012�m0 SCALE. - w LOT BL 18 o- • • •� Lor 2:6_8L23 caNSULTA rs vim No. U017 rv, riNe 11111 020 1 159 accoreo oanmi,ve xo. STR-872 CITY PROJECT # 012091 17 `<.a.s.N.RN F LOT 16. BLO, 29 '11/IRTREMOV STD W. 15.. LT 16 STK. 39+10 WSPM REMOV SLD W. 13.53' LT STA. 39+90 r1201 '1= IDL N BEGIN WPM 51,10V 51-D W. 0.95, LT ALAMEDA ST ALAMEDA ST 38+00 ... PANTED ARROWS "pro R0(2mow ( SOL WH,E 000 00 -0 11111111111 1Z1.1 tle° T ENO 500U REMOV STD W. 0.95' ST1 '''-- o ill o moo II II � 71 � �� 1I 101! IIIIIIIIIIII STA 35+00 MENGER ELEMENTAR TO STA 40+00 ARROWS WHITEPANTED 11EACH) PANTED ,WHITE BEGIN TAPER BEGIN YON REMOV SLD W RT 211"1"11Z1/ REMOV OBL Y Imo' LT FROM STA 11+30 TO STA 4.1 GCHOOL 2111 WzvN RBACH BRK 53489• , BROKEN 5000 (89 0 i -(D , 20 rte..__• - 111 • 1111: IIIIIIIIIIIIII P41,1IPs 7.0 Inn 5♦' 0 0 STA .773 END 1223141 12ENOV 55K W NM" LT END RIP. 551.10V 0211- Y 10.0. LT END 111511M REMOV 32.3' 20 9L02.2 ("3- PHASE 3 STA 40+00 TO STA 45+00 BEGIN TAPER 21 0 0 CONsuunxrs vim No. U018 SHEET 021 T 159 RECORD OWNING NO. STR-872 CM' PROJECT # E12091 / \ . 34 00+00 +• U- wJl - - - -n xM1� - - �NI� —D —D (Th PHASE 3 STA. 45+00 TO END 34 -0 CmrsuuAVS vim No. U019 rv, J. wfr SHEET 022 T 159 RECORD DRAW R0. STR-872 CITY PROJECT 1 E12091 30 12 00. �z. 1 INST LUNG UilVTI%'ArINI-E SECTION t PHASE 2 BEGIN TO STA 22+50 10.00. ASPHALT PAVEMENT W2PM REMOV SW w p 30 0 0 0 0 SSW .Q.Q. T INTERSECTION .0 DRUM ArROilirIMES 1 t n PHASE 2 STA 22+50 TO END a SCALE: IF - 1W ASPHALT PAVEMENT PHASE 3 BEGIN TO STA 22+50 10 n PHASE 3 STA 22+50 TO END NDI£S 0 CLOSE EXISTING SIDEWALK TO PEDESTRIPN, PUCE SIDEWALK CLOSED' SIGNS ACCORDINGLY. O MAINTAIN EXISTING SIDEWALK OPEN FON PEDESTRIANS DURING CONSTRUCTION. © PROPOSED SIDEWALK AND CYCLE T000C MUST BE COMPLETE BEFORE BEGINNING PRASE R. O MAINTAIN PROPOSED SIDEWALK AND CYCLE TRACK OPES FOR PEDESTRIANS. O DOUBLE YELLOW CONSISTS OF RASED PAVEMENT MARKERS - PATTERN B FOR CENTERLINE. REFER TO BC(121-14. • SOLID WHITE CONSISTS OF RASED PAVEMENT MARKERS FOR EDGE UNE. REFER TO BC(12)-4. cm001047S s,m No. U020 N m 011E11 023 1 159 RECORD DRMIING N0. STR-872 CITY PROJECT # 012091 cmrsuuAxrs vim NO. U021 I ♦♦♦♦I /W/7"OF T • 1 jSAMUEL SALDIVAR, JR.4 ' 92638 1IeSS ?ISEN,.. ALAMEDA ST SANTA FE ST \ L • ,������������������������������������������� COLE ST B4RRYIII ROAD CLOSED TY III EIMRICPDES W/ ROAD CLOSED 9. L COLE ST / ROD CLAIT2 DEL MAR BLVD NAPLES ST N r"1 gl' F d LOCAL TRAFFIC ONLY _ LAWNVIEW ST BROWNLEE BLVD CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 9 C:s. 911 AP, m D: 2 0Le ROAD CLOSED AHEAD NAPLES ST Tv III BARRICADES) LOCAL TRAFFIC ONLY /J m 2 i SOUTH ALAMEDA STREET FROM o AYERS STREET TO LOUISIANA AVE. (BOND ISSUE 2012) ' 02 -TRAFFIC CONTROL PLAN TYPICAL SIGNAGE FOR SIDE STREET (-3; CLOSURES 15TH ST \ \ TYPICAL SIGNAGE FOR SIDE0 n STREET CLOSURES - WEST SIDE BARROPD aos o � . off. SGUFIC. Illllllllllllllllllllllllllllllplllll 1111111111111111111111111111111111111111111111111111111111011M 111111111111111111111111111111111111111111111111111111111 IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII NDTEs, ALAMEDA ST 1. PAIMERO STREET WILL NEED N BE TEMPORARILY CONVERTED N 2 -WAY. TWO-WAY PANELS CAN BE USED FOR THIS PURPOSE. 1 1 OVER AMY CONFLICTING SIGNS i0 ACCOMMODATE 2 -WAY TRAFFIC. ADD AMY NEEDED SIGNS TYPICAL SIGNAGE FOR SIDE To ACCOMMODATE 2 -WAY T rN P 2. THESE CLOSURES WILL BE IN PLACE ONLY WHEN ACTUAL WORN IS BEING PERFORMED IN n STREET CLOSURES - EAST SIDE ALAMEDA. ONLY ONE INTERSECTION CAN BE CLOSED AT ANY GIVER PERIOD 2 STP -872 OF TME. P WKS IV. CITY PROJECT # E12091 WORK ZONE TRAFFIC FINES DOUBLE WORK ZONE 1RAFFIC FINES DOUBLE lee 111 f=" LOUISIANA ST TYPICAL SIGNAGE FOR LOUISIANA n NORTH SIDE PHASE 2A ,_193D DLD STREET TYPICAL SIGNAGE FOR LOUISIANA STREET SOUTH SIDE PHASE 29 TYPICAL SIGNAGE FOR LOUISIANA STREET n SOUTH SIDE PHASE 3 02,3155 Sin, x.x WORK ZONE 1RAFFIC FINES DOUBLE !ADD CONSULIANYS sit, No. U022 E SHEET 025 T 159 RECORD ORMNG N0. STR-872 CITY PROJECT 1 E12091 000SULIANNS SIEE7 No. U023 4s1COLORS BARRICADE AND CONSTRUCTION (BC) STANDARD SHEETS GENERAL NOTES 1. The Barricade and Construction Standard Sheets (BC sheets) are intended to show typical examples for placemen( of temporary traffic control devices, construction pavement markings, and typical work zone signs. The information contained in these sheets meet or exceed the requirements RJB R II C FLUORESCENT p LFOEw p �� it L� L� -_ — shown in the "Texas Manual on Uniform Traffic Control Devices" (TMUTCD). 2. 700 development and design of the Traffic Central P07 (TCPII0 1110 S• vee '• xe aP of the Engineer.ORANGE 3. The Contractor may propose manges to the TCP that ore signed and sealedENT rhe Contractor a licensed professional engineer for approval. The Engineer may develop, sign and seal Contractor proposed changes. sign 4. The Contactor is responsible for installing and maintaining the traffic move as shown in the plans. The Contractor may not he a or Change antro) approximate oval oixDOTEnRlneer. roxlmote location of device without the t pp r p p WHITE BLACK I I" II xD AND SYMBOL '75 I /n � �WL� On , rx ,FEK,F n � LAYER - € o LL c n •c •a Geometric design f lane shifts possible, et the 5. G 'n a u W u u u = a 2•IL F€g load manauals such a tF bl d r feria and Trans t t Officials a American As of n t H o ro (AASHT ron geometric y �9hwoys "Roadway ame aI1 �I �s�wxrtF 7.0 RO 2011.2 ASPofc eo Design f ntl Streets y n 0 'neer DesignMae judgment. est Manual" or en g engineering �, I O O O ° ,5 1z 2.B" sJ" 2.s" �� „.BSI 1a.s $ 6. a ENO ROAD WORK projects but, the Engineer(s) omitTRAFFIC �q s0 q r .e F8% *oS 8eo FINES DOUBLE, and other advance warning signs if the signing would be adjacent and the work areas appear continuous to the motorists. If the adjacent project Is ns as ed first, the Contractor shall erect the nary warning signs a shown an [hese sheets, the TCP sheets o directed by the Engineer. s The BEGIN ROAD WORK NEXT X MILES sign shall be : 11 O O O �� �O O 1a _ o.ys Ineent, Black on reuow. Ceelength:STAY ALERT, Font 0 3.0" Rodius.1.2, Border. 0.75." Indent. Black on cgs [TA, OR TEXT LATER, Fant:C CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Sg 4Z. revised to show appropriate work zone distance. _ spec neE Engineer may require duplicate g signs J. The En warning on the median side of divided highways where median width will permit and traffic volumes ustify thhe signing. justify 8. Al signs shall be constructed in occordonce with the details found in the BE az E U o= "Standard Highway Sign Designs for Texas." latest edition. Sign details not shown in this manual shall be shown In the plans or the Engineer shall provide a detail to the Contractor before the sign is manufactured. 9. The temporory traffic control devices shown in the illustrations of the SIGN DETAIL (G20 -10T) c 30 BC sheets are examples. As n sary, Inc Engineer will determine the most appropriate traffic control tlevices to be used. 10. As shown on BC(21, the OBEY WARNING SIGNS STATE LAW sign, STAY ALERT TALK OR TEXT LATER (see Sign Detail 020-107) and the WORK ZONE TRAFFIC FINES DOUBLE sign with plaque shall be erected 0 advance of the CSJ limits. Inc TRAFFIC FINES DOUBLE sign will not be required on projects consisting al100 of mobile operation work, as striping or milling edgeline rumble strips. The BEGIN ROAD WORK NEXT X MILES, CONTRACTOR and END ROAD WORK signs shall be erected at or near the CSJ limits. 11. Except for devices required by Note 10, traffic control devices should be in place only while work is actually In progress or a definite need Only titled ducts shall be used. The "Compliant Work Zone y pre -qua pro p Traffic Control Devices List" (CWZTCDI describes pre -qualified products and their sources and may be found on-line at the web address given below or by ucontacting: Texas Department of Transportation Tracie Operations Division - TE Phone (512) 416-3118 0 SOUTH ALAMEDA STREET FROM AYERS STREET TO LOUISIANA AVE. (BOND ISSUE 2012) 02 -TRAFFIC CONTROL PLAN BARRICADE AND CONSTRUCTION (1 OF 12) (p GENERAL NOTES AND REQUIREMENTS BC(1)-14 exists. 12. The Engineer has the final decision on the location of all traffic control devices. SHEET t OF 12 13. Inactive equipment and work vehicles, including workers' private vehicles be from travel lanes. They deo to the THE DOCUMENTS BELOW CAN BE FOUND ON-LINE AT��••�h�`s riu01 parked away should close ght-of-way line as possible. or located behind a barrier or guardrail, or os approved by the Engineer. http://www.bcdot.gov COMPLIANT WORK ZONE TRAFFIC CONTROL DEVICES LIST (CWZTCDI / T�ealirelrr+eeleersa. alb DEPARTMENTAL MATERIAL 0PEOFICAT10N0 mfrs) BARRICADE AND CONSTRUCTION WORKER SAFETY APPAREL NOTES: MATE0AL PRODUCER LIST 190,) GENERAL NOTES 1. Workers on fool who are exposed to traffic or to construction equipment ROADWAY DESIGN MANUAL - SEE "MANUALS (ONLINE MANUALS)" AND REQUIREMENTS b within the right-of-way shall wear high -visibility sorely apparel meeting I. (SEA "American National Standard for High -Visibility STPNDARC HIGHWAY SIGN DESIGNS FOR TEXAS (SHSO) BC(1)-14 requirements of Apparel," or equivalent revisions, and labeled os ANSI 107-2004 standard TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (TMUTCDI performance for Gloss 2 or 3 risk exposure. Class 3 garments should be TRAFFIC ENGINEERING STANDARD SHEETS 0,00 ® H E Considered for high traffic volume work areas or night time 007k. 1-03 10 '°' °'^•• ^'^ ALL - -o es R[001,0 UWN9NG NO. STR-872 CITY PROJECT ! 612091 carsaraus sterr No.U024 TYPICAL LOCATION OF CROSSROAD SIGNS T -INTERSECTION TYPICAL CONSTRUCTION WARNING SION SIZE ANO SPACING ''''6 ROAD sae Note C -V ' \ J /G20-1, , NTERSECTED ,,,,„ _ ,,,,_ <,;r. ROADWAY x 1000,00 - . * 000,600.- Hwy , 1 I Black - Crity S* ConventiOnal Expressway/ Prt.. ..... CRO X X r ,.20, Feet X . X CW22 30 120 CW23 ROAD R2O-ST R20 -5T F., CW25 40 240 WORK OTIAI'Tfri \ rw Li E 45 320 11111, a .4 i '4 AI MEAD ..-' 1120-SaTP ., °Z°'T 14 .0_„,,, soiDOUBLE CW1. CW2. 50 400 C2° -'T lel ROI.ED'WOM A /oil CW9. CW11, 55 500 z ne4 ki0OrWECK CW14 60 600 2 be.J.lart,e.clz Pack .R000 WORK klEADIOW20-0, ign Engineer. C20-2 65 700 2 of with approvalof A,,,a CW3, CW4, 70 sop 1.The typicalmirimum signing on o crossroad appro. Mould be a "ROAR WORK AHEM" .20 -Deign a. a CSJ LIMITS AT T -INTERSECTION CW8-3, 75 900 "EypicalConstruo. .I.See "Standard 7;for=ror Z:n7rMesCron.." s"' " ". : ' tiE i Warnirp Sign S. ana Spa. the Highway Sign Des,. for '' ToZ:=1:DZ:Itti«ZnZreMttel IrZnrinIZZIZanZtellolon I ,I, ..,,or,.. q 3.',:r.°1:org=t«:•,'',,=rnt'az:::T;T:n:14,1::::,.,FLnr tz":tn,1".TcZn,Ttro,r:ttr7„,t1;=:C'zrzt=m;:.;:crz,. . e N 4 The "ROAD WORK NEXT X mILES"1020-loilsIgn shall,' reaulr. at ligh volume crow.. to advise being 2.1f construction claxs the road at a T -intersection the Contractor NA1.1E,G20-6, sign behind . Type 3 Barrio.. for the road The "ROAD WORK NEXT X MILES" left arrowl,C20-11,1_, and 1620-11,121" signs shell he replaced by the detour signing called shall place the "CONTRACTOR closure (see BC(10/ oleo). "ROAD WORK NEXT X NILES" right arrow for in the plans. * Fs:re Z7.1V:71:2=ItTIViTZ =,°"' (TNUTCDI typicolapplkaan diagrams or TCP sterna Sheets. .0, _Gnaw &Iona Rrtwean won fEklir,Rd sign. GENERAL NOTES 121 CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services 1- 3, 42 .ii!.. motorists of the length of consWuction , either direction from the intersection. The Engineer w w or higher volume crossroads. 5. Antol'Tr',71:=rrol'ol=s"rn4 07:71'el=e1=7. ens f 6, vfmn .. o'ccurs in tn, intersection tree, apart,. trIt cimtroldejaaa,as anawn e...ner in t Special or larger size signs moy be used as recess, 2.0istance between signs should be increased as requWed to have .00 feet adyanoe .0,,,, 11.'g WORK NREAS IN MULTIPLE LOCATIONS WITHIN O. LIMITS SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING AT THE CSJ LIMITS ' 3...w.. between signs should be increased as rep,. la hove I/2 rore ar more advance warning. E 410-9TP.. vp, 4.36" x 36" "ROAD WORK AHEAD" .20-10/signe racy be used on be volume "Typicol SPEED z -FE s— — crossroad. at the discretion of the EngUr.See Note 2 under Location of Crossroad Signs". ell 1; .1; ,, . 020 -ST CIS20-0 ra 0;v1-4ft x . 020-6T 0. 5gpx riM ...irs° CW1-4L CR.,. x LIMIT X A x R2-1 R2O-SaTP.. .061-E ....Ei 1-1 as..... 00rw WARNII0 SWNS STATE LAW S,Only dam. shaped warning sign sizes are indicated, ign size liati. in "TIDO", Sigl Appendx or Me "Standard Highway ' '510esigrts Mt' AHEAD XX Type 3 Barricade or 14 X 020-10:.. ,, T 1 for Texas" manual. complete ret of avoil.le sign design chonnenzIng devIcee raj 9 ri 9 ri 1 -- IIIIIII...WIIW.ea0r./2jw[, Cr. LEGEND . ..„.Y. i—i TYPO 3 ear... o o 0 Channelizing Devices g E SOUTH ALAMEDA STREET FROM AYERS STREET TO LOUISIANA AVE. 8 0 (BOND ISSUE 2012) g 02 -TRAFFIC CONTROL PLAN BARRICADE AND CONSTRUCTION (2 OF 12) PROJECT LIMITS BC(2)-14 ' '---i.."WORir :TIZZY @X X See Typica nst tion When extended distances occur between minimal work span. the Engineer/Inspector should ensure additional "ROOD WORK AHEAD".20-1DIsIgns are placed In advance of these work areas to rerrind drtvers .y are still NOTES X Worning Sign SpeOng chart or . within Me project limits. See the applicable TCP sheets for exact location and spacing of signs a. channelizing devices. The Contractor shalldetermine the appropriate distance ,,,,,,,,, „u,r.,,,r, SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING DOWNSTREAM OF THE CSJ LIMITS WORK to be placed on the G20-1 series sfans a. "BEGIN ROAD WORK NEXT X MILES,C20-5TIsign for each specific project. SHEET 2 OF 12 NEON This distance Doll replace the "X" a. shall. rounded . the nearest whole nide with the approval, . Engineer. al „_, .. C20 -ST 74840AOgi< . x R20 -5T TRAFFIC FINES DOUBLE No decimals shall. used, 7.............“......... gr CW1-4L 0.20-6T ).,, ,..„, N . " " " x x RRO-SoTP ....' , . \'1,21?-' e ;z12',11"nZ,1%T.-1=prl.),"2P.;',7,1Ut' signs ore required outs. the 0,1 Limits. They inform the root,. of entering or leaving a port of . work sone lying outs. the CS.1 Limits where traffic fine. moy double it workers are present. BARRICADE AND CONSTRUCTION 1 ,I ',FRC ' ' PROJECT LIMIT ' 1 <= 7:,:E.uir:°:°,1-1,,'11?tr'''E;"7,:%7'Yr:rir.:'c'2i:`r`' egilnet'n' K> K rt Zwtr" BC(2)14 L? x SPEED Rj-, z".07,1.:11F,:r.".'::.;.R.°.".'.w.2t 0,60T Nw,e,Or 2002 .. TrnOT law TAIrr low TegOT Ice TOOT 0 i''' 'r' roi, IRO. DRK LIMIT e (DgZ=erf w'lletrt'z'o'rrt'Y ""4 l'"''''' " 0-07 0-14 aor e.1 `6 STR-872 CT,'"i'i,ildLCT #012091 CONSULTAW'S s,EEn No.U025 TYPICAL APPLICATION OF WORK ZONE SPEED LIMIT SIGNS Work zone speed limits shall be regulatory, established 'mcordance with the "Procedures for Establishing Speed Zones," and approved by the Texas Transportation Commission, or by City Ordinance when within Incorporated City Limits. Reduced speeds should only be posted in the vicinity signing she en ae a m ���CSd of work activity and not throughout the entire project. LIMITS Regulatory work zone speed signs (R2-1) shall be removed (// or covered during periods when they ore not needed. Signing showntion fornly. 9KIN for additional MI �uulTs III file N ub n ` \\\\\\\\\\\\\\\\\\\\\\\\\0\\\'\\\\\\\\\\\'\\\\\\\\ Ys ae€ b b Pi oh ml.a b V''c.n.rmrau+ nsa -lsooi 1. rot.4 Faa g� as &^9 'rg GUIDANCE LONG/INTERMEDIATE SPEED LIMIT R l FOR USE, TERM ,wh-sgRa WORK ZONE wE SPEED o0N SPEED xsP LIMITS GENERAL E Po LIN OO <s. > o xr NOTES SPEED 70Rz1 'C WORK0 ZONE SPD LIM, DO G20 -SR R2.1 ZONE SPEED M CO'1 axp-sw SPEED LIMIT /O R2 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services gE : This type of work zone speed limit should be Included an the design of 1.Regulat�ry work zone speetl limits shoultl be us<tl only for sections of construction the traffic control plans when restricted geometries with a lower design protects wM1en speetl controlis of major importance. speed are present in the work zone and modification of the geometries to 2. Re 't signs Regulatory work zone speed lima shall de pieced on supports ata ] foot minimum higher design speetl is not feasible. mounting height. Long/Intermediate Term Work Zone Speed Limit signs. when approved as described 3. Speed zone signs are illuatroted for one direction of travelond ore normally posted above, should be posted and visible to the motorist when work activity is present. for each direction of travel. or Wk activity may al o be defined as a change In the roadway that requires 4. Frequency of work zone speed limit signs should be: speed for motorists to safely negotiate the work area, including' 40 mph and greater 0.2 to 2 miles al rough road or damaged pavement surface 35 mph and less 0.2 t0 l mile IN substantial alteration of roadway geometries Idivers090 cs construction detours 5. Regulatory speed limit signs shall have block lege. and border on a white reflective ds grade background 15ee "Reflective Sheeting" on BOW. <s width 0 other conditions readily apparent to the driver B. Fabrication, erection a. maintenance of the"ADVANCE SPEED LIMIT"(C713-5/eign, long os any of these conditions exist, the work zone speed limit signs "WORK ZONE"IG20-5as1 plaque 0. the "SPEED LIMIT2R2-tlsigns shall not be paid far should remain N place. directly. but shall be considered suheidipry to Item 502. ].Turning signs tram v ,laying signs over or down wiunat be 2l2.ad 50959 as SHORT TERM WORK ZONE SPEED LIMITS otherwia< noted under "REMOVOO oR 0041R00' on 4C(4(, SOUTH ALAMEDA STREET FROM o AVERS STREET TO LOUISIANA AVE. (BOND ISSUE 2012) 02—TRAFFIC CONTROL PLAN N BARRICADE AND CONSTRUCTION (3 OF 12) WORK ZONE SPEED LIMIT BC(3)-14 This type of work zone speed limit may be included on the design of B. Techniques that may help reduce traffic speeds include but are not limited tai SHEET 3 OF 12 the traffic control plans when workers or equipment are not behind concrete A Law enforcement.a barrier, when work activity is within 10 feet of the traveled way or actually B. Flogger stationed next to sign. in the travelled way. C. Portable changeable message sign IPCMSI. Short Term Work Zone Speed Limit signs should be ted and visible to the O. Low-power radar transmitter. p g pas .Speetl monitor trailers or signs. motorists only when work patimty is present. When work 590my ie not present, signs shall be removed or covered 9. SWaeds s.wn on de toils pbave are fo0illu5990on only. see Removing Of Covering on BC.. ark zan< spew ❑mna ahawtl omy d< paat<d oa appravm ror each project. 10.For more specific guidance concerning the type of work, work zone conditions and factors impacting allowable regulatory construction speed zone reduction see LOOT form 51204 In the TxDOT a -term system. �� BARRICADE AND CONSTRUCTION WORK ZONE SPEED LIMIT BC (.3) - 14 -rxDOT November 2001 ©13-0 orp Tarr la.TwoT len TmOT Ia"T.roT .�.so,. m ^�^ r,LL 7-13 sl RECORD OMIWND NO STR-872 CITY PROJECT 1E12091 00N50LUANYS SHEET NO.U026 GENERAL NOTES FOR WORK 20NE SIGNS TYPICAL MINIMUM CLEARANCES FOR LONG TERM PND INTERMEDIATE TERM SIGNS u min. - I. actor shollinstalland maintain signs in a straightp b coneton and/or as directed by the Engineer. 2. Wooden sign poets elvaHhe painted white. Al seated by m. Engineer. Signs ahollee hoed to regulate. worn and g .si M -6 .. `. ROAD WORK AHEAD �. `` . r, g er ROAD WORK AHEAD .. a' max. 1 cur ROAD WORK AHEAD\ / x xrx '0 x gdm ROAD MORN AHEAD / / 6.a min. Highway Sign Dmions for Tens" ISFISOli. The , com aOD but may have been omitted u... Contractor's n. changes in 6. TM Contractor Moll furnish sign supports listed in the "Coshall install I. sign suppor • occordance IAA . m um reocrolog install.. Ions so Me Engines, con too m«ututurer • iremllate„recammmtatwackea substrates and/or ns en proved supports and replacing sig. damaged or w�yb installing asodirected b . genfilicato kings may be shown only on . back of the sign xmetrate.spect The manrrum height of letters ander wrmam Poa• used 6far identirearon end. nmag.dt«ad N LL Z 'O! s e e :�/,. J r , „ posts. x.yo," domaged wood sign posts ahall not be spriced. DURATION OF WORK los defined by the "Texas Manual. Uniform Traffic Control Devices" Port 6/ 'gam u F. P & adv .noaved a Pared ' i . w P 9e'"*"'an • g p b. ue Iry pool eyma riu be mjugtea eo me Mgn appee •Ira nt am u �g,�ll�rho « an r m«<m«nearl.wn x . e paced on of-leg euv«rts.pmee sMvld•oe a<tconed l0 1M upright rn«ree<unetrowllone. m e0 • pp pop, tot yea a duet Houle a ewer me s=" me ," gon x I. he aper and mreetrote meetg moufodurers recommendations n g, - «rk that oho we a laatwn more 1M a' Int enm a to n p daylight p p 3 drys. w nighttime work lasting bmore mon one , time work that °coup,. a location r more n r �n o y per. . s continuously intermittently Wapping up to approximately msutes.l .Se Support ATTACHMENT FOR SIGN SUPPORTS Attachment to wooden supports . rho I - ]fact, but not mw. than above pored .ufooe,«wpt ^ e erns signs bottom o Long woo n a leas n hull < ruga above sign r' be by ba m and nuts w norms. the rxi)Or s or manufacturers recommended for x.PPementa Page• mounted ender. otter sgns 2 hors-termr5hwt Duration sgns shouse o minimum of I foot omw the pavement serrate at no more than 2 feet above The mo em t of 5 a. 3. Long-term/Intermediate-term Sgns may be used in lieu of Short-term/Sort Duration sgns. Fp (IE Suvvan ` i'/ + '\' oceburw for 0.1.hing sign substrates to offer types of sign supports 4. short-term/short Ouot'm sgns shall. used one daring delight and shall. removed of tho em of Me rwkday or.deed to opTr to Lang term/mermeda a egn he Nl 5. Regdotary sigre .mIIM moo1M N lent ] t, at mit acne thin g I«t, above ins ooled .urfooe regoralese of xwk aurouan. CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services hil 6300 pD w tn..ign.ie...hawn an k.2.«L« atm,wi« Maxn In t he Man. w a. directed by the Engineer. SUBSTRATES III �oaa Ile K Nails Wholl eDTSIGN re the sign substrate is insta. in accordance with the manufachrer's ons for ype of sign ond x on the A.J..a fi»n'wppa ., — \ 'IQ���°,a ed bEam: d. 3 ased . x woodenpndveua sqn pone. fob.. from 2 w more pekes shall how one or more de. ztm �k`Dy f«tenaa to Om Bock too lu Om Tne be b me hrck Ins s ` Sg ppo h doll .+tem more Dun \ \ •_ "� •,. shall be °Matched Erectly to the sign or egn ink etlamrq y ocrose egn. teat end ottwlretl of aqi nsng .oda of the ods gone The m«• .ho be pa - placed on min saes of the spu« and emcee at s urea that do Engineer m penetrate the other center,. rho REFLECTIVE SHEETING may approve ou.. m.tnaae or splicing too .m m«. ' $ . o FRONTELEVATION FiberNsmorcm Plasticany \,I. signs support. hell not be joined or spliced by means. Wood - clivi on requirement, of OMS-6300 for rigid signs or LIMS-8.310 for roll-up signs, The web address . CMS MS-6 rw usedfor. signswith wwroe garw e iu wom. megroum.. re g requirements the of ONS SIGN LETTERS spicing em emm error.. when`ease metal ter in order to extend post will onl be int. Splice` mot ee using rmtreiy eenim sl supports shall not be extended o repairedheight bysplicrngoREMOVING I. first close workmanship in vermin« with OrpseneN stonawa. and c atiiimtiona, mmwl. sgre.lettere ane numeera smllee of OR COVERING Me sign subs raM, not near the base of Me n, spice insert lengms should be 1 least 5 times naminolpost size, untered an the eplice and Wand other means. 1. when sten roesseees rany oe mousing or co not wpp,. the elms shall be removed or complete, covered. 2. Long-terrn stot r interrnern etationory eigns Installed on square metolluding may be turned away from yerec 90 degrees when of ot least the some gouge materiol. the sign rne a not applicable. This technique may not be us. for signs inetolled in the median of divided hghwoys or near any . e the eign may be sem from approaching traffic STOP/SLOW PADDLES I. STOP/SLOW paddles we Me pr., rneth d to controltraffia by flogows. The /SLOW paddle axe should be 2. v 2. as detailed Mow. 2. when u. ot night, the STOP/SLOW po.I shall be CONTRACTOR REQUIREMENTS FOR MAINTAINING PERMANENT SIGNS WITHIN THE PROJECT LIMITS I. attention . condition. Mot ore potenfiall do. to trafra open.... Mow route .signotions,destl MS. go,. M1ouwt be tumid at 90 degree angles to the moray. These signs shouldM removed or completely re' t'e umw aummobue M1 g t n'gr1 .imvt ag g g g 5. Burlapll N . used to cover signs. pfw:ogo 7. Sgns and onc.r stubs shollbe removed and holes .PP. upon completion of work. SIGN SUPPORT WEIGHTS K M SOUTH ALAMEDA STREET FROM AYERS STREET TO LOUISIANA AVE. s 54s (BOND ISSUE 2012) '' 02 -TRAFFIC CONTROL PLAN BARRICADE AND CONSTRUCTION (4 OF 12) 55)TEMPORARY SIGN NOTES B0(4)-14 3.6TOP/SLOW paddles may be attached to a atoll stn a minimum Moth of 6 to the bottom of the sign. 4. Any lights Wcorporoted 1.. STOP or SLOW paddle faces Drivers pr.e.ing through a tror same. if not better rub guidance as normally install. on a road without .nstruction. 2the use of sandbags with dry. cohesionless sand from w SHEET 4 OF 12 shollonly be . specifically described in S wan q ac «e n the rsurm. coon OEM 2 en ...ant regulatory or .rdng signs confret with work zone condifono, `meoawy condition. mon. g til p ow q w alto® p maintain a constant weight. 3 objets Moll". M.N. mpport �� F ° w 3 to corewcton purposes, they shall he Wsible to motor.. at tnetorea on M bases shown o WmtisMDStandard vnwtc me elgw a idler ct. Rubber (such as tire tu tor 506, � Ira ��� \ `� �i 2 nfi U NJ �oU It 1 \ell/ r• shall meet Me heights shown w for under p r for 5 w "`nY "ac"pp�rlta`M`��;w"n',�teaBC hl: 6a'.' m.• T. Mons shall meet the �.:ens`°tauired ^;'aafingv;:a work shoghts shown on uld sumo and paid BC 6 5 t A DA ,<,e, with rubber a<.d wn the sign support. AAP 6 _ath of the "":a°aam.mllnote.a«dtol.w' BARRICADE AND CONSTRUCTION TEMPORARY SIGN NOTES BC(4)-14 y_\ j" k -------> �k > 6...foruunderMeappf�:oo°dec°'.'mtWZTCO. as m r ®ma , I<o.00rl« mar lot , 4 e''.7;"'-'' rkx Lw,m a e.e. . Th. Ilbe,aossible proper guidance meshatar the malarsced to dem 562. y - r. s ADA<he allowed to Avor one portion of I.orret aC the g 7-13 w a STR-872 CITY PROJECT # E12091 CONSULTANYS SHEET NO.U027 2x6 gg„„ i, Maximum 2a6 sgg . sgn o ZI 0111” 11I T 1rI hl'o'cl! 4s4 _aaL1 Length of skl a may 41' ” mi strong 55" mi. . in es, in 4Optional i.e.., sleeve , „ 11 30" See BM) height 24' 'a,airern.nL `,„ 216 "Ls, aood Post X See be, oputremont 8,0141 ggg be increesed additional. li . ggg grgog s'W.... _ 3/8" bolts • nuts minfroum poem sgth then ign —... • ma, sgug 111111tj rr. w E 0:1 2;1' 4! ' _I ± iMilklii i ICtiii.lifCalfAtAt ttniv so Post/ AAA 1 ..2 A s Ho 4s4 N Si e DP ION 1 gg,,ggg E,,,,,,,,,g„, OPTION (Anchor 2 Stahl OPTIO 3 lAnallor Stub and lie. oho SleeveN WING CHANNEL XA PERFORATED SQUARE METAL TUBING Igt= !11 SKID MOUNTED WOOD SIGN SUPPORTS Vs ;'§i.' LONG/INTERMEDIATE TERM STATIONARY - PORTABLE SKID MOUNTED SDN SUPPORTS 0 GROUND Peter to tbe OVIZTOD and the The nwxIrnum elan square wo MOUNTED SIGN SUPPORTS manufacturer, installation procedure for aeon type sign support. footage shalladhere to the manufacturer's re:own-Mallon. post nstallations con he used tor larger Ans. _ I.m extruded Hinwallplostio s* onlY or. :allrZt'ZLV:21, 1/2" plywood ie allowed. 4 ' 1 WEDGE ANCHORS falm;VT=t!,:111,urn=tn i'tnap"p*ro5velD:Inhe'r'Engi'Mneer.:ee'w::res"s7o7" 116t CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 1 OTHER DESIGNS t, ---' Z7'.,`,1 MORE DETALS OF APPROVED LONO/INTERMEDIATE MD SHORT TERM SUPPORTS CON BE FOUND ON THE OWZTCO LIST. SEE MO F. WEBSITE LOCATION. 13/4" s 13/4" x 11 loot 12 k GENERAL NOTES ga post MO NOT SPLICE, 'yon/rhroleus" thole to hole112 go. support telescopes . sWeve J / N.. I Poet Si. ggg.,,ggr of Posts Nos Imum SQ. feet of Sign Fa. III nImun Sof I Entwastent Or I I led 1-101.) Pepsin. I. Nails may he used in the assembly of wooden sign Iq Lo2.70.. be ased on eve, joint for 6.1 tubing . " 1 x 4 1 12 ', 36" NO ',,',, 21 711're=e, foe'prtor:pea' 7=i:rad:Zen square 13/1 x 13/1 x 52" (hole / : : : 1 x 6 2 36 Z 36" YES the CVRTCO Lat. telescope . above pavement , „ . . „ . . WOOD POST SYSTEM FOR GROUND OUNTEDGN MSIUT SUPPORTS '1Zserst's'SVerr'entsnIroMurgertp'ro°11 sIN. Th, will. Meer. subs., to Item 502. to sow V go. spore ters,. por tubing roes grace ris Hroora 't-T'l''It'r- Allik ' 0 See KM tor definition a oa,ot,a... ,, Wood sign posts MLIST Pe one plese. Splicing will NOT he allowed. Posts shollhe pointed wNte. A i SOUTH ALAMEDA STREET FROM AYERS STREET TO LOUISIANA AVE. 0 cE, (BOND ISSUE 2012) 5 02 -TRAFFIC CONTROL PLAN rs_n` BARRICADE AND CONSTRUCTION (5 OF 12) co TYPICAL SIGN SUPPORT BC(5)-14 Pin at angle Ftp.„ 51DLXT oid d' m -...----i , A rr: t Turs7P :Ir'; tercsZsten'871=ert. needed to mote, sideslape 1 . T,'""'", pi FM : IP' '''''' otos to solo 12 sorspErro di & TM SHEET 5 OF 12 gl: Pees to start on oPsosne sNes ,t'—' toKns upight A !ME rott.p.tom.117gmf.o.FA going ePPesite directions. Minimum .g„ 11... do not 2 2 weld hock 011puddle. !pr;; thole to ole, ed 42 go. pert crat =.7011Z)1"' BARRICADE AND CONSTRUCTION TYPCAL SIGN SUPPORT weld weld storks here L tuhing 8,id Ode to hole) 12 8 SINGLE LEG BASE 1 go. square P. Moro. BC(5)-14 ..' -.1 tubing sleeve SIde View welded to Wald ,..,. be -4M m 1.001 Ia.-N[011m TAIOT Im.T,MOT 0,00T INOet 2002 A SKID MOUNTED PERFORATED SQUARE STEEL TUBNG SIGN SUPPORTS 0-0 8-11 7,3 m STR —872 P, CITY PROJECT 2 E12091 CONSULIANYS SNCEL NG.U025 WHEN NOT N USE, REMOVE THE PONS FROM THE BEHIND IF 0L WITHx ATFL 000000 PuuLLEL TO TRAFFIC RECOMMENDED PHASES AND FORMATS FOR PCMS MESSAGES DURING ROADWORK ACTIVITIES (The Engineer may approve other messages not specifically covered here.) PORTABLE CHANGEABLE MESSAGE SIGNS t The Engineer/Inspector shall approve all mesmges used on bw eke abponera per wor-04 not including simple words eucn 0. ito,t Messages should ow. of a single Moses that phase. or hap.h Phase 1: Condition Lists Rood/Lane/Ramp Closure List Other Condition List3. Phase 2: Possible Component Lists Action to Take/Effect On Travel Location Warning 'It Advance List List List Notice List Phase of trc mens AWL snoule convoy c ung a tnougnere t one min x ulwentom dy C it .. FREEWAY CLOSED X MILE FRONTAGE ROAD CLOSED ROADWORK XXX FT ROAD REPAIRS %%XX FT MERGE RIGHT FORM X LINES RIGHT AT FM XXX% SPEED LIMIT %X MPH TUE-FRI XX AM- % PM 5. Awe, use the route or interstate designation OH, US, SH, FA a Isnouw be ROM CLOSED AT SH XXX SHOULDER CLOSED XXX FT FLAGGER X%X% FT LANE NARROWS %%X% FT DETOUR NEXT % EXITS USE XXXX% RD EXIT BEFORE% RAILROAD CROSSING MSPD %X MPH APR X - XX X PM -X AM iriar;u o w!g Yg= message morning am does eydsweay evsed ening atthe rork is maWgnLta mew displayed id the Paul icon on evening and/or or can rove into noway ROM CLSD AT %%X% RIGHT LN CLOSED %%X FT RIGHT LN NARROWS X%%% FT TWO-WAY TRAFFIC %% MILE USE EXIT %%% USE EX I -X% NORTH NEXT X MILES MINIMUM SPEED %% MPH BEGINS MONDAY x %.• cY0 Fano may eremorning.FM a Engineer/Inspector a hose one al two opuMwrsa rola^ an ova N edgplayed for either four seconds msx9ar iso weessarm each.�y g mom es or.arm mclwed ^ c mew nem mange shald be burn or eanllououe xnlle display RIGHT X LANES CLOSED RIGHT % LANES OPEN MERGING TRAFFIC XX%% FT CONST TRAFFIC XXX FT STAY ON US XXX SOUTH USE I -XX E TO -%X N PAST US XXX EXIT ADVISORY SPEED %X MPH BEGINS MAY %X g3 weedy m'me °stn. come aaa gw tuna ne" V.Do not display message 9N+c5SHIFTm LEFT" oe "LAWS SHIFT RIGHT CENTER CLOSED DAYTIME CLOSURES LOOSE GRAVEL X%XX FT LANES %%XX FT TRUCKS US XXX N WFORH TRUCKS XX TO XX XXXX%XX LANE EXIT %%IGHTYPM XX PM .�f Glow disales messages that scroll horizontallyrivers do not or vmtlwuy across the lace of the ion. tiro-wardH. The follow, table lists abbreviate.d words and NIGHT LANE CLOSURES I -XX SOUTH EXIT CLOSED DETOUR X MILE ROUGH ROAD %%%X FT WATCH FOR TRUCKS EXPECT DELAYS US XXX TO FM %XX% USE CAUTION NEXT FRI-SUN 11) displayedlege.,WWorrds or phra at on u''a nal snow not be s fin in character15. MIS Might te elVreYlesetirfl.ieew Meld tenet ascan inchesto aaand lne"te VARIOUS LANES CLOSED EXIT %X% CLOSED %MILE ROADWORK PASTDELAYS SH %X%% ROADWORK FRI ESUN EXPECT PREPARE TO STOP DRIVE SAFELY XX AM TO XX PM CITY of CORPUS CHRISTI TEXAS Department of Engineering Services dayllght. Truck mmnt. udts mat have a character heighttp In x"lerm °" uw m ore rather u ^ left or right justified EXIT CLOSED RIGHT LN TO BE CLOSED BUMP XX%% FT US XXX EXIT X MILES REDUCE SPEED X%% FT END SHOULDER USE DRIVE WITH CARE NEXT TUE AUG XX - e°w eb9 17.11 disabled. the ROMS should default . on illegible display that will ms N p z .A pattern wan° rier of norisonlalesie MALL DRIVEWAY CLOSED PNES CLOSED TUE - FRI TRAFFIC SIGNAL X%%X FT LANES SHIFT USE OTHER ROUTES WATCH FOR WORKERS TONIGHT XX PM- X% AM RR� XX%XX%%% STAY {~ � - se WORD es PHRASE ABBREVIATION WORD OR PHRASE ARSREVIATGH BLVD CLOSED x LAVES RIFT n Phaco 1 must be used cam STAY IN LNB in Phase x. LANE 01 0 e SeeAppuwwnn Guide., Note e. Access Road ADCS RD alor Al.mate Avenue ALT AYE MI les r Hour APPLICATION GUIDELINES WORDING ,TERNATIVES RouteBest a°!g E MInor 14111 phases ore used an °PCMS. Cannot CANT North should de selected from w] 2. Theist phase tor botNcure M ssx uwininter fig Roth,ist" ma c Center CTR Dortrbouna out 3.A . phase aa ted from . "Action to TaM/Effect 3. EAST, WEST.NORTH and SOUTH lor abbreviations E, W,N ard SI. can an, cerervlW y mv°nw Detour Route RTE Read me or Worm 5.11010. HIGHWAY and FREEWAY con he interchanged es need K 5 SOUTH ALAMEDA STREET FROM a W AYERS STREET TO LOUISIANA AVE. s — (BOND ISSUE 2012) 02 -TRAFFIC CONTROL PLAN BARRICADE AND CONSTRUCTION (6 OF 12) PORTABLE CHANGEABLE MESSAGE SIGN (PCMB) CO BC(6)-14 East go,..voy e SAT . selected. 8. ANENI re. be used instead of distances If Decease,. parated . Eastbound Ernergenay wow-. E BAER Shoul.r SHLDR SLIP a of 1000 ft Each RCM shall be lirdled b hanged alneeded.rom e wow o .ereta.able by themselves. g. w Valances Emergency Wale BIER H South ° 1 S of Ixa phase la s..can actual a calendar 1onotylaya Express Lane Expressway ENP LN ENPV Street f �wAdoncenotification should paube for more ^arc we pro ° exw DU Feet An. .xN FT FOG AHD Te SHEET 6 OF 12 FreewaY Freeway loaned FRP FRY No Tervprory ,revoy T., THINS PCMS SIGNS WITHIN THE R.O.W. SHALL BE BEHIND GUARDRAIL OR ,F00 Sr n CONCRETE BPRRIER OR SHALL HAVE A MINIMUM OF FOUR (4) PLASTIC DRUMS PLACED PERPENDICULAR TO TRAFFIC ON THE 1d W04WbtefNeWI7NIpwrMge rcrTime Minutes TIME MIN UPSTREAM SIDE OF THE PCMS, WHEN EXPOSED TO ONE DIRECTION OF TRAFFIC. WHEN EXPOSED TO TWO WAY TRAFFIC, THE FOUR DRUMS BARRICADE AND CONSTRUCTION vote. Highway t Upper Level yen, - Isl. °RR LEVEL YEN. VEHS SHOULD BE PLACED WITH ONE DRUM AT EACH OF THE FOUR CORNERS OF THE UNIT. PORTABLE CHANGEABLE Informationn IMO We need y FULL MATRIX PCMS SIGNS MESSAGE SIGN (PCMS) is Junction ns ..ICT 1N1T 1. When FullMatrix ROMS ed, the er height ono! legibifity/visibifity redukeme. shall. mint, os fisted in Note t5 under Left Lane LFT LFT LN„ West Westbound Wet trout. INr:°<„FI".rBymdaI100000'fa0010w00009 WET IT CHANGEABLE MESSAGELeft when symbol :doue. 0004 an1neF°HNa1dPa:gn000,0.nn.wp0000:oP�T�grc.r.N BC 6)-14 Level LWR LEVEL W• I I Not EMTt 6�1hrir.'b'�gta requirement fated above. 3 . W.n symbol signs are waphicolly on ull ix they .0Ionly pign ,. shall not dul• r�. w-N.agn ,00T Now. 20p2 .mese T>mT-I� T.mT--Ir., T.GaT- cum Jew aw^eA Maintenance =Zoo used to simulate a fwlhing ar.l•boa,dpro.ded meeMun, ..�whlhry. nosh rare and dimming equ�iremepe an Bet,. ffor lei. ®-a, 0-4.1 lam am SSSS. es. a LL an remiss USLower -number, BH-w,mwr. FM -number come sae mrax. 7-13 STR-872 CITY PROJECT A E12091 CONSULTANT'S SHEET No.U029 T , h < Wdl mbs Materalpradaaer Ua.W adore® " p "" ' aeeciRed ae,t a tin . rtw, mmm.a eabsdh y D tsm Ref... LOW PROFILE reflectors is 20 feet. mana(a<wrw, recommendation.. Attach the delineators as per CONCRETE BARRIER (LIPOID devices paced a. Rendiw,Iar m trarBo an tn. upstream side or trot, n212q I. lam ra sloe z d .d—"" 3. The Engineer/Inspector shol se allop ria or orner .6, .. The Ha.ailq «ra. wawa .aaala a ae le (a. (alw.�ng .ymNl. Board. ep' CONCRETE TRAFFIC BARRIER (GTE) €_ a a@ see o e a mAt®�� ko two ul aw:wRneew. on of C �� ne end of each • s OR �& without n the side of m w mnlWmtapa i��1, as O. Mere . two-way ValknWhem - ER TaN RTERNATIN DINGro-TIGN .. separotes mounted en em. motion of C. 1 tt;r1rhlre' ounove . rerkeuv. race,m amen n DELINEATION OF END TREATMENTS the 'WrtllC1*e.wa s:ra]F an.m—dmr* s s o^ 0. '' Q�R00 w end in sola N mat. END TREATMENTS FOR END s s s a ss a s s s tern rory flexible-reflective roadway marker tabs oll used as CTO defined.. RI Realer eflectors to CTe .all manufacturer's .tions. mer Mlleelwe sheu a m directed by Me Engineer. 11. enga supe Wrrws shall de ddneoted a, shown an the Wave Moil.beolme. USED IN WORK ZONES E. treatments used on Tee m work oe rt 350. Refer to standards Highway Research o eam nal Cooperative CYNTCD Mt and rmrulmtures. OWBLE ARROW LEFT & RICHT CHEVRON ARROW LEFT &RIGHT 5 corner lamps flashing mmultareouely. or the Alternating ]The traight rine caution dieplay is NOT eolWga. CITY of CORPUS CHRISTI TEXAS Department of Engineering Services BARRIER REFLECTORS FOR CONCRETE TRAFFIC BARRIER AND ATTENUATORS Th nd equal 3770) "m^' a " gp aplM ame0imoi al d: enhaeever. M zaunti0Clevron .• WARNING LIGHTSs TM F uitable support. 42.A Flo Mg All. Board SH/M NOT BE USED to laterally shift trafes. '~F e p rads ¢naumM trio nstre memo of tin Ts,'". - comma ^s B or C other . shall O with gMetiing meeu'rg`the reg.�(eme`ntai^oepartmem Nateriaspxifmton prs-el W. 13.A full mat. ROMS may he used to Mulcts a Flashing Arrow Board pray.. it rnee. t / bhibr mnvniW arhw Bowes snoud de ]test nom ameoyNfty. flas rote ing require-men I. eheet Nr the to dolbm o panel. steaq &recegn4 ared intend... used Ino series for ast�reaRan to supplement ott,.r batRa control REQUIREMENTS Engineer/type of warning "fights to be installed oshe trotBa aonRaldeve,, Y°S aecytheI location and 'MIL"' ATTENTION 6. eE the Emr'th`°.:ns ;Me"tstL!se.rights certification. ThewwN, light manufacturer .11 certify h.eete,ameolatest Purchase warning for FloMo and Warning Ugh. Kn01n'Contras. 7. steady B m Ligshouldm on Me de at ruesnot hide. 0 30 y OF PANEL oma WHEN NOT IN USE, REMOVE RIGHT-OF-WAY OR PLACE THE e.The location of s and reflectors eIn p or G e, ,gd W ,mile a"'gi. aatorno. 'devices.aes. ARROWBOARDBEHINDCONCRETE TRAFFICBARRIER OR Type C Warning Light or WARNING LIGHTS MOUNTED ON PLASTIC DRUMS = SOUTH ALAMEDA STREET FROM a W AYERS STREET TO LOUISIANA AVE. s (BOND ISSUE 2012) 02 -TRAFFIC CONTROL PLAN BARRICADE AND CONSTRUCTION (7 OF 12) G1 ARROW PANEL, REFLECTOR, WARNING LIGTHS & CO ATTENUATOR (BC(7)-14 appdrum•adp�u ttehWaa<<I�ny. a=a,dm. a,ae. 3.A series of sequential flashing warning lig. placed on channeraM devices to Form a rnerg oper may be used. delineation. If used, FLASHING ARROW BOARDS . success. flashing of the en.1 ...Moo lights should occur from the begi.no of Ole taper to the end of the mergIng to.. 4. <ned 0 order . steady desired ` nr` rrmiing�ibu ore sea m a aeries to delineate thhe rate of Noshing for each light shollbe 65 e edger minute,. traveHan an detour., on Ione to beloca SHEET J OF ]z gos,. lone on ng . detailed on o.er „pad,gts in bs aloin. II pe 0 e: Type a. sho o r vertical t hosd warning on �.imum 'mom Wcm.mel. devia.ons dnumwt channaml. ].The pacingfor lights he idene.,a^ .awing e, warning rent. an dry ��c TRUCK-MOUNTED ATTENUATORS WARNING REFLECTORS MOUNTED ON PLASTIC DRUMS AS A SUBSTITUTE FOR TYPE C (STEADY BURN, WARNING LIGHTS BARRICADE AND CONSTRUCTION u bum m o wdsuwts 1r y'0'03 s y rn -"'"14""' 2. The wornIng ref leo. .hollaeyellh incolor ondshall.manutacNrea uMg a egn su.trote approved for mewith almt"drums Medreale. square3. The m"^' War may Ps round reTNch. s: Round e aeflectors shall he fully mmm m of 30 square inches of retNcthn,ed .he. �. They W net have to a. reflector,..here it5.A ry<ehhllhave eh cadrand retrareR 1 nuo ty Hardware 111/5. an]r faootvedIMA0se TM should he used any Me that It can be positioU ARROW PANEL, REFLECTORS, WARNING LIGHTS & ATTENUATOR BC(7) 14 s ,pa �aene, yrem...rw 6300-Type 6 or Type C. 7. Men used nem two-way traffic, both Mos of Me war., reflector shall. reflectorized. ma.a-I.00cei, 6. te only r s ®T� rmor 1.1.11e. TegOT MT..NS a ... .10 B. Thma.mam spacing Nr ^g reflectors be talent. Me ahanaer,nq Wc..pag agement.. mtna M em N mm ,a a oa 7-13 tl STR-872 CITY PROJECT ! E12091 c0NsuuANrs SHEET No.U030 GENERAL NOTES °" tr ww mm• snood. u«a l 16" min the primary 0 2. rbe To used as the p i [zing device but may be replaced in tange ollowcallectia for mounting of er or od t signs c / aha twnte utuns to maintain ItheA . on the project att 3. For short latio eeways. drum me the preferred lapers, Ira... and tangent e two -Piece ron»kms w or one -Pie. approved by tha Engineer. °oh drum shall have ayp) mum of 2 orange € • Drums and all related items shall ly ith the redu.rnents of Me. "Cormorant worx TrorrC res using Type A retro- sheeting go mr, g.,, b,,,,, r., VerticalPon the Zone Camra Da List' gyreflective .ping o sign 1,70c, Keep Right E E erect toot culla m fect their p, re M, 8 Ra ashes y n5 approved Iwr »aY u. €Z w 5 il @ p TZ rance or serv.ability. shall have o of s The any plastic Ware to reale. -' y'= maximum 24 Ce trracttop�orr n replace- mot dares man be an aapro dean PlYwootlr Alum num or Metol Sign substrates shall NOT be used on egg Ptlqualified GENERAL[ DESIGN REQUIREMENTS p.tic drums shall meet the followingequireme"te a° oeee u k togeeine'rhinl�amho mobottom. Ix the nn.r�hat body apar to allow °r 5 plastic drums SIGNS. CHEVRONS. AND VERTICAL PANELS MOUNTED g'e. mparates from the base when impacted by a vehicle fin ot a speed a norma me ON PLASTIC DRUMS ahaMing and/or air turbulence created by pas,. vehicle. aw ma) aerie« il p b'Pafor plastic t arum as ch«mi zo an or 4. Crum shall Mira. ofs 6ncnneign<Mn v<sfrom o°y direction. tWEy inetalbon Ewe) shall[» a minimum of 36 mM and k labication. See no. 3 and the CYOZT.00 rist for Providers of approved mraweM w¢treaea M wZT9. on orange b.ground hone manufa CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 5.. tap of the drum shall.. a bdt-in handle for easy p,kup and Barr, .now fit. SlgM shall be designed to Main water and not collect debrs. idely aced shall hove a minimum of two les attachmentwarning light. rn« reflector unit approved euetek \ ♦ «aT n lMsheeting ha.« m)ww � » rwallow n e e drutm `a "aha:have a MM ,w- e `` '' DMs ems Typ< «t q:rw°.,t nt aha ecu: awm ype'A :< wN�eE t led Ike. aP mace wee adjacent',trwes shall not exce q weh« n 'e ..e ld »nue e.wra« me drum sae n. base. ,//// e Y '' I/` �I er approved by . Engineer,' nsionsehallnot exceed ..r.... n...a« �wpt lar Iha Rq w e ° s shale construct. RAPE, or other approved material. N.Drg.Oru .posseshall.marl.Wthmamrwtur..motea.madel"umEertore o maxim. uMouosted weight of II lbs. RETROREFLECTIVE SHEETING a "v.lyethylene 7�A lu \ Detectable Eq '! , ���� + pn wmi m<E hem,w kala wherrm wn natelN Lark It, hood mt ntera more than vi YP c,ve as ran vhy atmr tmn tmt Iw, rv.< w as«.on or tn< e.et \ nee. DIRECTION INDICATOR BARRICADE !I DETECTABLE PEDESTRIAN BARRICADES m cn'weeyonE note. 7. Chevrons , be ploced on drums a. on merging tapers or an shifting tapers. in hese Id be used at each locution co. in the plans. ro=d e amt,»uh In i SOUTH ALAMEDA STREET FROM AYERS STREET TO LOUISIANA AVE. w (BOND ISSUE 2012) 02 -TRAFFIC CONTROL PLAN BARRICADE AND CONSTRUCTION (8 OF 12) Zit, CHANNELIZING DEVICES BC(8)-14 BALLAST rm e..«neml appr«alot q r, 1.0gal.. bases encl. large enough to hold up to 50 lbs. of sand. Oot 2.1f .1 ia be us. h SHEET 8 OF 12 This base. when filled with the ballast material. ehoul”eigh between35 . Minimum/. 50 . tmaximurnl. The hal.t may M sand in oneto three sandhogs separate from . base, sand in a sand -filled plastic u q .hw.wan aha mo 3.. '1:197rtil•Ts'e's'htto*:1 . e I id 1 ed al or sandbag. awe pavement surface may not exceed 12 Inches. neaet<hatw 40 s.and 50 lbs. solidBuilt-in W. can be o r ease. dubMr Ilaelwam p d 4. TM ballast shollnot be heavy objects. wale, or any materialMat would become hazardous to anm. pedestrians. or workers when the ciao °nq2. st cee a.aEm0E<rdw<ar w<mar.,a .s,e<tngtype. 'anthasm«twnlwiwtar�a,nwd<mllwta< Dal ,' ° <eagm,<an.a,mra«,nly«umat.ap<wanan aaamta<w..a °II mL mmi u, rssI uprpwN 1lgerseFn BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC (8) —14 hew in the bottoms so Mat water tml«t wE h«.. becoming due n .punt.,..ea a.,., ""°a'g.:° "° ©T.qq Tlo,.-00i I. T1c. T t` a y. Mhosi.e mal. y used t° secure Ease at placed an bp oI drum, payment. m 4-03 7-13„ esr :. ee s. oLL 1-07 s -N .3 1 RECORD DRAWING NO. STR-872 CITY PROJECT # E12091 70400L ANrS SHEET No. U031 6. ,� D�� 6' tu N" 6" to a" . 1. The eherron hoallbe a eer1wffeclan8e run a Ig by ®m<n«. F 1.-..1 mlwmmm dire aT rens are inten...„ notice of a sharp GENERAL NOTES ♦ role ] / - k//\/�//\J Min, U n of relTorn nwi and • �1uaw o n in close proximity to traffic and are suitable for we on high or 1. ta nm IM r«ore Nwwlon Undorm Channeling devices shown on Min sheet may hove a fixed or red real EY VP -IL \ ♦ VP -1R G. « ,sa ave / .i�bI. , pp and at right angles to approaching traffic. ehas three in view. until. liminates s re changefitor 4. To Pe effect,e, the on said a visible«. for at least 500 emenc c be spea. io . mN rer0 wfmn Mvion on self r 1 supports be used n mark sae en vehicle related so. gus. making afignromt of the imputed by difficult to mo,tain.Locarons of Mese devices shall be detailed else- m the Traffic Control Devices List" miiw ace c r. ti g w tifr Apg _ge��—aFTga rl Soma1111V m g embedment I _ shall 0lll el the :.� «w awu« «bmmimaa �erTne eReid depthor XD le g i or wuri% DRIVEABLE requ,ements of 014S -B300. traraitions on freeways and divi.d highways Ispporaneevea 6. For long Tarn Stationary uae on topers or 9 plasm datum but nt m replace plasm drums.7. portable bases shall weigh a minimum of 30 lbs. between the ..ives,.. fixed mount bons ad the pavement pared and applied according to the monulaurer e The intonation a. removal... Mvic not case d.o saidrq:po are ver lr used alwn a« nOt.a CHEVRONS Permitted on final pavement surfaces. The Eng /Inspector .nau«pro.. olid°°r<ouon and removal procedures of fixe e®epo«. = g" m IgwPa situations. . yr wed They may . used �eedge of sectors, drop-offs aro memsuchtransitionstive neftrctioin me eg3 p $ a other tame i nail Amen. a "Treatment or Pavement Drop offs in CITY of CORPUS CHRISTI TEXAS Department of Engineering Services s e drobe p-ofnge and two to .ok fs. a mm �� pry s30 ormala alma T yy es analgeedoma.hoturardthe m.ellane %freeways VP's used on ww.and oewo.l9nmclme. • ti 0150' ffset tl 0165'gIo180` Ig Taper Tonge„ e �py spa nislN na4. 0' facing trof, 5.5,f -righting supports are cvoiloble vAh porta... 35 L. , 205' 2 meg "Co... Work Zone Traffic conbol9emcn Int 40 265' 2 5' 40' ^�+conforming to DepartmentalMateM Specification UMS-8300, 1�1� 45 50 495' 45' 50' ONG or se 55 L -W 55' 9a e,cpoen«of LONGITUDINAL CHANNELIZING DEVICES (LCD) 60 600' ' PORTABLE 6 men« dwuno med. 650' ]65' 65' VERTICAL PANELS (VPs) 1. LCDs ae worthy, fgnt«Ight. deformable anlcea that are highly visible, nova good target „Le and can de tom., They of a line are lin ofcoes drum.4M1�r«ta.eNrte on impoa 75 750' 770' 825' 840' Do 0 3.1.01 v.... in occordowe to applicolion �a ro a installation veli omm specific a eww,a n he CWZ CD list. 4. L'e=t4I'bruwer'e: tot aovideTpositive protection for obstmles. pedeatrions or workers. a0 860' 4:"".' 160' I'Opposing dein 5. LCDa shall. supplemented agwithretroreflective delineation as pa repined lar temporary barriers on BOG/ when placed barricadesplacedger ro^or to traffic should have at least one r of reflect.. mme rous«.mmn an We p near to p the ramw sp«a wvm wNln SUGGESTED MAXIMUM SPACING OF SOUTH ALAMEDA STREET FROM AYERS STREET TO LOUISIANA AVE. p (BOND ISSUE 2012) 1 02 -TRAFFIC CONTROL PLAN rs BARRICADE AND CONSTRUCTION (9 OF 12) (0 CHANNELIZING DEVICES BC(9)-14 normelone-way ORD, temporary LCD along h. f44.9ts 0 the device. CHANNELIZING DEVICES AND operation. are used on Ix 6 line, The upward and downward am MINIMUM DESIRABLE TAPER LENGTHS eui tse r1cones ori on ha sign's face in.. the direction oher side of the divider. The ba is a hook h'a lyrout�.nm a.., movement WATER BALLASTED SYSTEMS USED AS BARRIERS solelythe •n ppemo ...on - delineation 9 OF 12 stn usedmwmbwatiwrnh♦2 wa�mMalMlm .M �c be o,®6anall«t««s�g amashould spacing. - 4. The OTLD shall be orange with a block OTLO non a d «Os retrarellective lege.. 9100ing for y4 `0804 . speed �:�6 urban ereas. W. used on a taper , a law speed urban area, the toper shollbe delineated lMetaperle n be „signed to oPtimi. re. user11 lel 1 d tu=:',O'CI aewrmamfadar.reco lelenaallwear74734aapmntautmdan.<I«meow. BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES III e orareactive ho.,Iw« lo o tela .Ia..arrat.r lN,u,n un.6helegend;0M5meet the 9 nta of MI6 -66o0. aT Ire amt,hallrol be wax hoax 6g �rehn n g BC (9) —14 HOLLOW OR WATER BALLASTED SYSTEMS USED AS ®Tear xovarnhar gag .00T Ica TmOT I. Tam I4.Tm0T mem ,m Xwrn. OPPOSING TRAFFIC LANE DIVIDERS (OTLD) LONGITUDINAL CHANNELIZING DEVICES OR BARRIERS 6N °" """ "2, eLL ,,:l DRAWING N0. STR-872 CITY PROJECT # E12091 CONSULTANYS SHEET NO.U032 Eoch roadway of a ---------, ‘,E,i.,-1ft,,,,. , TYPE 3 BARRICADES .u.eaM.W am"o,nnrluacfebdsdhossr/4reotosovaaktrryadu'o,nwocrtn nofaV 2345D...1.getraqdipnuerg .au,ndnE,itic.3awweco„i.acnahrtaat.dB,or'crrtiedddW'loo.pnnr.iiEnn .e.rZmiigltbscc1ahh.lEoo.hretrt'ToewkhEa'ihtnnu1ldn,rirn,ea,glitTgsidea,nhrd ,n1ry"ohisc0fermtlparnet,,l7,aeie%mlWcapolf,,x.tlnaootratoi=I31inooymscrrftookntsueuBu.f tsbEr.d,mke2En gerwlT, tdtBrEtcfcyoo7ohoEfaohnihefvc n,l,yW.od,letrcP=Croetoaad1tlonn fef,n.fierltiW,tsc7rh dehrnEptlal Itsonp.n snavhhaeeereoaro.a4 iyar:,tEle:ogEos• ded highway shll. ded in the '_i_V,;.IE--eW : t- ,9,,.r44t40--”10- L ROAD c, 0, ,,1l ,l, •i 7,or„y1,, -'-roP-.'-o..'Em4,- 2C)'erT-,.7_I,V-,,E ,',..,,0,,0, I. Where posit. redirect,. s oatfusretwt the repeh aEl uuoglositpmgr4rh seeherte VIEW 5234.... 0PVWocrmmstmrIeanhuhahfrelaaoamoptynyyitanacshaalRe..tbbbIl2meeeiPtouyau'usonfsnlSletsuivermithnbesetbeL'ioieret.sdttruN,xp'htttEiletrosdwtewottIdutneGsienvtitrddhieainfdlfeEleddweendtsydifNxiddhrse-rnfiue, tubobgnDh mdlWmoru.e 7ThesoPre EbI—Rrwu'oSmr-Psr- MlEC'tTwTyapIy Vic lrreis isurdosng nsmrn gf ,........i...,, w 1111911°2 r... EL r.1 Lt u.i g 0:1 } B1=adWEdoso0=hrro-eZhr,nw'reT amys.idn.tp uee l R.1p4o1 PsoEmReS ill- filer ust'r°r:nsdbrorei7thty7atstItsseaDnITPrercZm=2 it' lii=R 11 li (ID Plastic drum ..,.g. sandbags will. tied shut to keep the sand Worn spilling and to The three .4 on Type 3 barrica. shollbe ref.... aange and ,„ g g 1; e 410101 CD drum With steady burn raft Port7lowi warning re,,,,t,or 47,, thet cowers all Pottion of o barricade .1s reflective sheeting. Rook. concrete. iron, steelor other sold object, will NOT . r',:po''' ' '50IstrbodgtOrmworol'otrnar reflective white stripes on one side facing one-woy traffic and both sides n for two-way Ira.. ii ii ii . ,._ . __--,_ A Ste. burn worning light 11 il Fli 8 F.,,, _ ' .f, f: ! :a:atone,: valcular impool. Rubber (such as fire inneretubes, shollnot be"usedn :WOrrortireZif :In= El."' EEE2d741ErotrE.1 or hung . rope. wire, chains or o.r I astmers. . 'tto'afr=talrrlo'l ne'efilron'Ill=nets'ont'h'err= no.. -----------> . Barricade striping should slant 11 downward in the dreotion of detour. I. Signs should be mounted on independent supports at a 7 foot mounting height in center of roadway. The signs shag be a M.. of 10 feet behlrld Type 3 Baffeades. 2. kvanoe arif.. $1,011. 09 specified elsewhere in the pas. 11 11 8...length Type 3 Barriadee PLAN VIEW ii I Z E : i '1- I 1 0 e e Increase number of plastle drums a side of approaching traffic if the o width makes it nen... 'imam and maximum of 4 drums) the own of 2 11 1:11 f f ,-' Bardeatles snalINOT be used as a sign support. TYPE 3 BARRICADE (POST AND SKID) TYPICAL APPLICATION PLAN VIEW CULVERT WIDENING OR OTHER ISOLATED WORK WITHIN THE PROJECT LIMITS 116t CITY of CORPUS CHRISTI TEXAS Department of Engineering Services : il nZ,1 1/ / / / / / / / 1 In THIS DEVICE SHALL NOT BE USED ON 8',_‘41. Sheeting CONES PROJECTS LET AFTER MARCH 2014. 7 mks. TYPICAL STRIPING DETAIL FOR BARRICADE RAL -..,... 1 4 1,1 y,„ EDOELINE I I I4rnr. i 4" fn,444,4 CHANNELIZER Stiff "`""'r `"" I. This devIce is intended only . use in place of vertical porel to "1".:4.Z.E`.17:°:,ELVErErnt:',,":„'ELT TYPICAL PANEL DETAIL FOR SKID OR POST TYPE BARRICADES Two -Piece cones One -Piece cones Tubular Marker anon... traffic ay inaicoling the edge of . trovellone. It is not inte.al to be u. in transitions or tam. 2. This device shall.. used . separate lanes of troteo (owning or *therm a wan of objects. el SOUTH ALAMEDA STREET FROM AYERS STREET TO LOUISIANA AVE. 0e, 5 5. (BOND ISSUE 2012) 5 02 -TRAFFIC CONTROL PLAN BARRICADE AND CONSTRUCTION (10 OF 12) (0 CHANNELIZING DEVICES BC(10)-14 Morn. APP1104 Drums. vertical ponele or 1.2" coma Abbr.. (ID e 28" Cones shall have a minimum welohl of 9 1/2 lbs. 42" 2-pieee ell, tellitInag=rn neiant of Pero.... 2 gab . or uo bow owe correspond la the .lor of the edge. Ilyellow for left edge., whlte for right edgelinen for which the der. is sub... or for which it supplements. The reflector,. Oa. sumac retrortfactIve i179 A conforming to DepartmeraolMotericlapecificoann 09,810o. otherwise not.. et 99' nun.. •Placl^9 1. Traffic corm ono lye. markers enolltre predominantly orange. and an. 4. The base mull eigh a Minn of 30 lbs. SHEET 10 OF 12 Agn.2 drums oriType 3 lOrCV p,r,„de (D STOCKPILE meet . heighl and might requirements shown 0bOVO. 2.0ne-pke cone. hove the body and base of the cone molded in one comokotee uc. Two,. cones hove a cone shop. key and a separate rubber bane, 7111.4:DegmbrienterlbraperalMa Er CD 3. TWO-pie100 cane may No. a hondle or loop Mending up to 8" ocove Ina minima .0, shoe., order . oia . retrieving the ay.. , o On one-way roads Desirable 444nsfroca aurns stockpile loaction or bar.. may be is outs. orOleci here deor zone. o , , *.------------.........\ Donne. aevkas allelto.1 within 30 from trovellone. 4. Cones or tubular markers used at n4ht shall.. white or white and orange outer surface and meet the requIrements of Departmental IlaterlalSpecilication 041S-8300 Type A 5.28" cones and tubular makers are generally suitable for s.rt Wean and shart-term stationary work as aeR0 on MM. The. should not be used for intermediate-term or long-term stationary work unless personnel is on-site BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES <1= to maintain them in thek proper upright pcnition. D. 42" two-piece cones. vertical panels or drums ore suitable for all., zone BC(10)-14 l => ll. bc-14.. ©T,DOT meretermox ow TollOT lex.T.OT low TNOOT low TmOOT <ore./ er. TRAFFIC CONTROL FOR MATERIAL STOCKPILES9-07 . sham cfccan 8-3 cm 7-13 'Ici 5 STR-872 1 CITY PROJECT 7I E12091 CONSULTANYS SHEEF W.U033 WORK ZONE PAVEMENT MARKINGS Temporary Flexible -Reflective Roadway Marker Tabs DEPARTMENTAL MATERIAL SPECIFICATIONS PAVEMENT MARKERS IREFLECTORIZED, DMS -4200 GENERAL REMOVAL OF PAVEMENT MARKINGS TRAFFIC BUTTONS 274-4300 'PO71717=ttoZd'ortrt:==onT'llem= ' T*exit7rgr7stv'emet"rrarrk7;t7cZaZe EPDXY AND ADHESIVES DMS -6100 . the'rs=1'' TOP VIEW FRONT VIEW SIDE VIEW BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS .5-6130 ...Erns ona nenalProvislons. on allrnawns on, . Vat. she. removed or obl... before . rellawn is ollena .... ..., ,,, cy 1,„,,s unle. 00,,,,,, ,,,,,, h .,h, ,„g. -f OAAra,,i,,,MeXA PERMANENT PREFABRICATED PAVEMENT MARKINGS DMS -8240 2. The above shall not apply to de.? . place fof Ins than three 2. Cole, pattern end dimensions she!. in conformer. with . "Tens Manual on Uniform Traffic Control...a" ITI.IOT001. :t2s2:;,2r,r,ntz.s2,="2=7" —"s — "" 1 TEMPORMY REMOVABLE. PREFABRICATED PAVEMENT MARKINGS DMS -8241 II -,===-..------- 3. Pavement markings Mal. removed to . fullnt extent possible. ea a. not to leave a discernable marking. T. shall be by any me 4"LIA" —.I TEMPORARY FLEXIBLE. REFLECTIVE ROADWAY MARKER TABS DMS -8242 B..° t, . LP-- i !, 2..e 4. P=n=nor ttal,Its, l:stolled in accordance with the TMUTCD nproved by TA. Specification Item 677 for "Eliminating Existing ''cl'on'trr=fon'sr"e'llra'r=ia'y nearrilZ irr:rl'en7!r a 'W,mharoherlaFg:s:s:iliotrionr:l17hetrNnIZ:rs'OrZet'aVas Adhesive pad Height oil sneting le usually more than 1/4" one less thon I". non -reflective traf fic buttons, roadway marker tabe and other web address shown an Ball. 11V foN,1 l4 l' II.- ,.;.g I'-- ,, ,2 Pg 11 ore P. Sheet WBISTRIO. 5. Subject to the approval. the Engineer, any method that prove. to t.e ........ Portia. tre Pavement mal be und. 6. lellen standard pavement markings are not in place and the roc.), i. om t. tAok.co NIT PASS .... ellallbe erected to mark 6. 61=erla me ned but willnot he reca.1 unless spnifically the beginning of the sections where passing is prohibited a. PM WITH UNE signs at . heOning of sections where ming 7.0ver-praMng the SI-I,L NOT 00 STAPLES OR NAILS SHALL NOT BE USED TO SECURE TEMPORARY F1_0(8E-REFLECT. ROADWAY MARKER TABS TO THE PAVEMENT SURFACE F i ' g is per... of mar.gs 421434.2 7. All work sone pavement markings shollbe instal. in accordance B. ...lel Bois. lasivement mark... sl,ollPe es al,reated PI, . with Item 662."Work Zone Pavement Marla," E...., ;;.ILIIIIAtIr=TI:Pf/11,1ENT na7n....21a":";'X RAISED PAVEMENT MARKERS MIlintio. NeumANKER, union otherwise stated in Meplans. 71;l7e:trrea7reZents 7,1-ZrPr . Tabs detailed on this sheet are to be inspected and accept. by the Engineer designated Sampling testing , ,B. i ; —,1 ,., 1.Ra:40A/rent markers ore to IN placed according to the patterns 'tr'1;r:Vp'eliarler:s"tht =1,::::7ner:fprg7eat;te E.ineer. . requirements 04 1120 672,10/11000 PAVEMENT MARKERS" a. Departmental IllateriolSpedficaBon 110-4200 or DMS -4300. PREFABRICATED PAVEMENT MARKINGS or representative. and not normally mired. however at Me ntion of the Entine,. either "A" or .8" below may be imposed to assure sway before plecernent on In road., A se.. five 151. or more tabs at random from 0402 101 or shipment o. subrn...Construcron C2iseNNotell,ls 240 42004200 Section to determine specilkatIon compliance. &Select Eve 151 tabs and perform the following test. Af fix five 15) lain ot 21 inch intervals on on asphaltic povement in o CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services D— .8, .1a i F..il,B elppl, PB1 1. fAcrzrsleorxmANA mrAnt mg..navAt Ne Ar,A.NanN 2.Non-remova. prefabricated nvernent mahings IfoilmA shallmeet the requirements of 011S-5240. MAINTAINING WORK ZONE PAVEMENT MARKINGS NANA rK..uoN 0 me. .. passenger vehicle or PickuP. run over the markers With the front and rear Ern at a speed of 35 to 40 ran per hour, four 14, times in each a...No mare than one Mout of . (we 161 reflect'. surfaces shall be lost or dep.. ca a result of In, test 3. S.II design Manna may be nobetween lob manufacturers. ted 1. The Contractor rill. responsible for maintaining work zone pavement markings within Me work limits. t.See Standard Sheet WilSTP11/ for tab p.ement on new pavements. See Standard Sheet TCP17-1, for tab placement on wale°, work. ' WIl'': Zue=ka'7Ot7=rrnot::erdroltntrol dn. inspections as required by Form 599. RASED PAVEMENT MARKERS USED AS GDIDEMARKS s.s2s.t2=-12v,z2=z,s:msr2s;d2;27.2.—.,, illuminated by outornolide law-narn head.. ot night. nine ight distance is restr'eted by roadway geometries. ''';'- rra.2.2;s -:str:2.:zss.st rMr:tont:ror"Is'per Specir..n Item 662. „Raised pavement marken used as guidemorks shall be from the approved product I.2 and meet the requirements of ONS -4200. '''Porinr:AO'll'br=tanIt"m'anUf=etr."''' Pr''" °n '' 3. Adhesive for guidemarks shall be bilunkous material hot porn or butyl rubber pad for all surfaces, or thermoplastic for concrete surfaces. Ouideonarks shall. designated asl YELLOW - ltra amnr reactive surfaces with yellow body,. WHITE - Ione silver reflective surface . white body,. SHEET 11 OF 12 t, SOUTH ALAMEDA STREET FROM AYERS STREET TO LOUISIANA AVE. (BOND ISSUE 2012) 02 -TRAFFIC CONTROL PLAN BARRICADE AND CONSTRUCTION (11 OF 12) (ti CO PAVEMENT MARKINGS BC(11)-07 .1,-• r ArPoraftplasentee motepramtlat BARRICADE AND CONSTRUCTION PAVEMENT MARKINGS BC(11)-14 8 v., tANA, 07400 . TOOT I.-rap:B-1n TOOT len.TOOT ,,,1 . RECORD ORANNG NO. STR-872 2 R CITY PROJECT II E12091 CONSULTANYS SHEET A/0.11034 PAVEMENT MARKING PATTERNS STANDARD WORK ZONE PAVEMENT MARKINGS DETAILS Type II-A-A Type 1' buttons DOUBLE R'''''' <, 4 t 12. NO-PASSING 7.17.- ° 2°4'':1':::°: :4""" C>'Yellow t Yellow ,'- :> LINE :LT: a to Iv , 4 A-A TYPe Y buttons allow 4 REFLECTOR.° PAVEMENT MARKINGS - PATTERN A RAISE° PAVEMENT MARKERS - PATTERN A ,r'---. SOLID DGNType I-0 , I-A or II-A-A Type VI or Y buttons EE LIE 11, O000oo0o o 0 0 Fl, <, Type 11,, <" LINES OR SINGLE ‘4 5 CaLo 2,- = -----yello, — NC-PASSING LINE a .2g,-- ..! 0, REFLECTORIZED PAVEMENT MARKINGS - PATTERN B PASEO PAVEMENT MARKERS - PATTERN B M:r:ietrro.o-rrk=rn'orrt= 'rerl'Is'otoTed"p=a=17iTs.' ' ''''''' Type I-G Type W buttons WIDE 4i. —1 t ,,.- 0 . , 4. CENTER LINE & NO-PASSING ZONE BARRIER LINES FOR TWO-LANE, TWO-WAY HIGHWAYS ..244272 WM. whlte Type I-C / 4 Type I-C or II-A-A , 4 4 o o o o o Ili .! White /.... <]: Type VI buttons ---... ............. Type 117 II-C-R <D ',How \ „4-. 4332 I-A TYPe 3 button. ,... 'Z' CENTER iv,=Kr LINE ...v. 1.-10. --I 30 -.I 1 S 1 ' 1 OR 116t CITY of CORPUS CHRISTI TEXAS Department of Engineering Services LANE IERECIONED . ..—,-----1--------______Z = ; ? 7 /... Yellow Type I, ".. Type 4 buttons , q> Wt. c,, oo ... => o o o Type W buttons LINE H ,o. , H. so BROKEN Type I-C or IIAA LINES (when rag,. t 6 A Type I, 24-6-7 REFLECTOR.° PAVEMENT MARKINGS RASED PAVEMENT MARKERS \ ID ID p p CI ID " CI =11 9' 1 . Prefab... markings may be substituted for relleotorized pavement makings, Type I-C EDGE & LANE LINES FOR DIVIDED HIGHWAY AUXILIARY _/'' Type I-C or II-C-R OR LANEDROP _Le" LINE =, = = HI 1 011 Type I, o o o o o o o o o While ,,,, <1' /4662 I786 Type 6 buttons Or "1' REMOVABLE MARKINGS WITH RASED 0. O. YellOw ... o o o o o o o o o o o o 'D. White , '›16 PAVEMENT MARKERS 1..- vv - 1 30 -..1 If re's. mt. markers se used to supplement REMOVOBLE markings. Ole markers oho. opp6ed to the Raised Pavement Markers SOUTH ALAMEDA STREET FROM AYERS STREET TO LOUISIANA AVE. 5 (BOND ISSUE 2012) 02— I RAF F IC CON I ROL PLAN BARRICADE AND CONSTRUCTION (12 OF 12) CA PAVEMENTS MARKINGS PATTERNS BC(12)-07 REFLECTOR.° PAVEMENT MARKINGS RASED PAVEMENT MARKERS top of the tope ot . opprrnate mid length of tope ued for broken hes or at 20 foot pooh. for I enmarkings. Preto... markings may be substituted for reectorized pavemt LANE & CENTER LINES FOR MULTILANE UNDIVIDED HIGHWAYS so.d bee. This allows on easler rernord of roised pavement makers Center. only - not to he used on edge Ws .., SHEET 12 OF 12 a '1 " Type I, \ .. s s s s s s o o o o o o o o o —,..--- rtr:.......fm..p..w. gr aa . .. ... ... ... ... ... but.% -A-A BARRICADE AND CONSTRUCTION — _ _*Yellow ...Y o o o O' O. ',,,VMte ''... o o o o o o o o o . o o o o o => liaised pavement markers used as standard p.o.e. mar.g. ow e. from . approved products list oncl meet the requirements of Rem 872 "RASED PAVEMENT MARKERS," PAVEMENT MARKING PATTERNS BC(12)-14 REFLECTOR.° PAVEMENT MARKINGS RASED PAVEMENT MARKERS ow TACIT lex,,,OPT Ir,e, 1.01 lo,,,001 TWO-WAY LEFT TURN LANE 2-B8 7-13 11-02 8-14 ,,,1 STR-872 CITY PROJECT I E12091 cmrsmTUNrs sxTrr No.U035 • 1 %SAMUEL SALDIVAR, JR.4 • , 92638 if *'''.41 ENSfO.*A: ♦ • ®a.. • . sanneSsing Devices mMe Qp5 H .. V.o 9 b 4 4 0 "wavolk � �ROAR eECENo ...a . sr7g,;, See ate ,I � .. eat. , Taff Flow T q 165 0.0 Flagg :a T LIi�44 N Y .. oi.mea a =s Nn T T 30 5 x 5 L wo ss } a20 1x$ o L w soas 4444 G00' • a0 '770 840 70' 140 800' 475' E3� )5 >50' e y00 75 f50 900 540 gNS m m tl o Tap r lengths have been r unded all. X L of r) w wiatn Offset( TI s -Pas e IMPHI itn rc• t R3 _ w x as 9 p o p ann"v FI ? _ € TYPICAL USAGE CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services gi3 ; �' $ W..-6 cuu5 srTIo rel um peer of On ply sr OiOn <see nates a a 4I • an eP_• GENERAL NOTES Y" F� c „. 24 x 24 xx „ ./4 .,,,,, m denoted with the triangle symbol may be omitted when stated elsewhere ink, positioned 30 to 100 feet in davonce of the eb o of crew eposure .1 hef Ilii a TN� hodow" �� x a rotZ•ShadNgvr intensity 9 t..tsw notes s ^' as x .5a inea . nvf fo trose fa� 5 ae �p• iae., �tn cncne.."slue": Zm..w,. wq0-.411 %� TCPFr(2b501' EO er,n. SOUTH ALAMEDA STREET FROM AYERS STREET TO LOUISIANA AVE. (BOND ISSUE 2012) 02 -TRAFFIC CONTROL PLAN _ONG TERM LANE CLOSURES MULTILANE b CONVENCIONAL RDS. TCP(2-5)-12 nt Mc .g. -- x i'// .2 x ae ISo , J .a 13-1P ®i4 x2. taper. a accea i. the co.ee urc .w. to y.s (2-521 D MAU x ,2 : CCP z. on 5463 pavement nw 9 ehcll he removed for q p I . x24 g Q ,rT, a • • a �j 44 66 410 azo- peas oapartffic a�o:o'v.oTransportation I• RONWORK >DOCF 50 ,z R CONTROL R TCP (2-50) ae9 a. TCP (2-5b) ♦ . 'LONE, NOTES for Item 502. Signs LONG TERM LANE CLOSURES MULTILANE CONVENTIONAL RDS. TCP(Z-S)-iZ ONE LANE CLOSED 442 - Hae ' ©Tina a-03 TWO LANES CLOSED s...a- t. fI 155 I RECORD UWN9NG N0. STR-872 CITY PROJECT # E12091 CONSULTANYS 50000 N0.U036 LEGEND . Trail Vedicle Shoulder 4 . • Shadow Vehicle ARROW BOARD DISPLAY Lead vehicle n'h's'ghcel: `1' OR Iiisl 4E.. W. V.. V RIGHT Directional with strobes i_ CW21-10, CW21-10, En: Heavy Work Vehicle V LEFT Directionol <Z1000 00 0 00 ., Truck Mounted Attenuator ITMA, V Double .0. an:iivi- .1,„.,,, , ,. . 0 Traffic Flow gt",,;2 O'r',I'rrO7o1 Flash/ TYPIC, USAGE r,,,, . iTi . i ar 1 M.LE 0000% rARTONARY' rERZTT%1ARy eneaP filV r.. LL 116% g To - ;1.' See Note 9 and ...F.F.F.," . 1 Trail/Shadow Vehicle A Shoulder .........,Ain GENERAL NOTES 1. TRAL. SHADOW. and LE. vehicles shall be equipped with or ow boards as See note 8 .120.-s2.0.04pr7. TRAIL/SHADOW VEHICLE A illustrated. When a LEAD vehicle is not used the WORK v hicle must be eq,pped with on arrow board. The00000 Engineer will determine if the LEAD VEHICLE TCP (3-1a) UNDIVIDED MULTILANE ROADWAY.1i with RICHT Urea.. display Flashing Arrow Board and/or TRAIL VEHICLE ore required based on prevailing oadwoy conditions, traffic volume. and sight distance restrictions. 2. The uSe Of amber high intenSity rOtating, fleeing, OSCillating, Or StrObe light% VtTIVrt:: 60Ap See note 9 ond 120.-200' 1201;200,0' on vehicles are required. Blue high intensity rotating, flashing, oscillating or strobe lights when mounted on the driver's side of the vehicle may be operated simultaneously with . amber beacons or strobe lights. 3. The use of truck mounted attenuctors ITMA), on the SHADOW VEHICLE and TRAL VEHICLE are required. O AA Trail/Shadow Vehicle B lAnderorel: See note 8 ,. " 4. 'Claeln'eq:etarof'D'Egfl'il.:N7;ILTI:TZLI=In'Telg 111:51:31:.vi'gn;',. 116t CITY of CORPUS CHRISTI TEXAS Department of Engineering Services ''' d shall be controlled from ..e the vehicle. 0 iit, Al <, . . mill31 6. Each vehicle shall have two-way radio communication capability. J. when work convoys rnuat change lanes, the TRAL VEHICLE should change lanes first to Csiliii. C—grol. witi77,00 Shoulder shadow the other convoy vehicles. 171i1/r=wVehicle A S. vehicle spacing between the TRAL VEHICLE and the SHADOW VEHICLE will very depending on sight distance restrictions. Motorists approaching the work convoy 8s. 000. 8 000000. FA'r''SBoard WORK ON SHOULDER WORK ON TRAVEL LANE TCP (3-1b) TWO-WAY ROADWAY WITH PAVED SHOULDERS should be able to see the TRNL VEHICLE in time to slow down and/or change lanes as they00 approach the TRAIL VEHICLE. Vehicle spacing between the WORK VEHICLE and SHADOW VEHICLE and vehicle spocing between WORK VEHICLE and LEAD VEHICLE may vary according to terrah work activity and other factors. 9. "X VEHICLE CONVOY" ICW21-10c, or "WORK CONVOY" (CW21-10,/ signs shall be used on TPA, VEHICLES and SHADOW VEHICLES on shown. As on option 08" X 80" diamond shaped "WORK CONVOT,CW21-10, or "X VEHICLE CONVOY" (CW21-10b, signs may be used where adequate mounting space exists. When used. the X VEHICLE CONVOY sign shall have the number of the convoy vehicles displayed on the sign in the number designation "X" location. The "X VEHICLE CONVOY" sign shall not be used an the SHADOW VEHICLE if a TRAL VEHICLE is used. ti0000000.1e00e 0 10.0n two-lane twO-way rOadwOyS, the work and protect. vehicles should pullover periodically to oiler motor vehicle traffic to poss. If motorists ore not allowed to pass the work convoy. a "DO NOT PASS" <R9-1, sign should be placed on the back of the i M SOUTH ALAMEDA STREET FROM AYERS STREET TO LOUISIANA AVE. (BOND ISSUE 2012) 02—TRAFFIC CONTROL PLAN MOBILE OPERATIONS UNDIVIDED HIGHWAYS c0 TPC(3-1)-13 witrn'sl'r'orel:i .1 rearm.. ProteaDon v.cle. o. risl 1;R! <Z1 CW21-10cT CW21-10, —ml°11 asoin.ariift.- -:-, :-* ZeR.R7lec'ti e 714:•:-P•p•rtatanevrftwparts" 2M. 411,. --,,, IWVartrel: i ,i . , II ,a LO TRAFFIC CONTROL PLAN 1590'. Aopro0.12G-200' See note 8 'ppm,. 120,D0' "M:0000000000 e..e eFe' liMi _El. .., D MOBILE OPERATIONS UNDIVIDED HIGHWAYS 8 TCP (3 -le) .000" 1. TCP (3 -1) -13 TRAIL/SHADOW VEHICLE B MOTH TMA1 se 1001 leOT Ion TKOOT.IzTNOOT TWO-WAY ROADWAY WITHOUT PAVED SHOULDERS "'" F,I00or°417, STRIPING FOR TMA OTMOT December te. MG SIE1 MI -,:4 Ill FAI,00 t- RECORD ORANNG NO. STR-872 1 CITY PROJECT I E12091 CONSuLENRS SWOT NO.U037 X Vail LEGEND Improved Shoulder Forward Focing CON4V1 - HER! . Trailvehicle ee Trail/Shadow Vehicle A Lead Vehicle a. Note <1 Arrow Boards with strobes CW21-10oT CW21-1.0, .. Shadow Vehicle ARROW BOARD DISPLAY ° - - MN ... Work Vehicle V RICHT Directio.1 M:11111 glE111-11 E> MO 1=0 Heavy Work Vehicle V LEFT Directional .. ... Improved Shoulder 5M -;,rtit'aturItig V ... ''''''. 1. 120-200' III <C, Traffic Flow ',,'„TZ ',"7"trr',2, Flash) t ra See note 8 See note 8 See note a :.• TCP (3-3c) TWO LANE HIGHWAY WITH PAVED SHOULDERS ,s, OUNON TYPIC, USAGE VOIONTAr trRE/.7.M%Ali 'V einag ri a til g g .4 i 'on- a g 1 . 4 g (WORK ON TRAVEL LANE) TRAIL/SHADOW VEHICLE A GENERAL NOTES i RIGHT-`,V07,2:7 .30 I. TIM_ SHADOW. and LEAD vehicle. shall. equipped with arrow boards as illustrated. When a L , le not used on two way roads . WORK 2?! ni. „..,,, ..ee Trall/Shador, velicle B Lead vehicle ',..,' nd Note 9 with strobes <1 _ • _ • vehicle must WORK vehicle i ptio ased on the typo of work being performed. The Engineer willdetermine if onaor TR., vex. are require sed on breve, raa an o. amyl -§ Nom 0,100. E> x cvaViocil " EH . 2. The use a Wet rotating. flashing. 0 igh rrZeng7ta° h ly. rot shi oil! ....a. . .. ... 3. ittrntanhvonleellenuat''' t`o'n't.heVADOW VEHICLE, ADVANCE WARNING 1.. 150, Aoproc. I 1 CW21-10, CW21-10aT a. TR&L VEHICLE are required. 4. Reflective sheeting on the rear of the NA shall meet or exceed the relleavity .... S7-r:o'lf°,8 ..1 See note 8 S'e7-n2:::8 TCP (3-3b) ht. .t. OR MI ond color requirements of DEPARTMENT, MATERIAL SPECIFICATION 5 Fro'BILVrr.orw'roa'r'ds shall. Type B or rype c as per . Barricade and ' IBC, Tne board from inside . TWO LANE HIGHWAY WITHOUT PAVED SHOULDERS I II Qonstruation standards. snallbe controll. vehicle. 8. Each vehicle shall hove two-way rock communication capability. 121 CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services (WORK ON TRAVEL LANE) Ea 7. When work convoys must change lanes. the -MAL VEHICLE should change lanes tV. See Advance 1500, Aoprox. 400' 1.20',00' . ',/N\I I 8. V'47:1e*s="bell':erL7-ZZ and the SHADOW VEHICLE will vary tvgg ,L.ntno:TrzszlE7,100,,,Kt 0,1,7rw:rzrzh.„,. =, — note e Appro„. 'Ass.., lanes as they approach the TRAIL VEHICLE. Vehicle sp.ing between the WORK - See note 8 See note 8 TRAIL/SHADOW VEHICLE B VEHICLE and SHADOW VEHICLE and vehicle spacing between WORK VEHICLE and LEAD 9. xanl%&cEiapiliVVRKT8HF.',EFFVE;7s 310.j IIII::1111 w. Frvc.zttr,roalaord shaped WORK CONVOY ICW21-10T) or X VEHICLE CONVOY i'CW21-10,1 signs.may be ueed where adequate mounting apace exists. When used. the X VEHICLE OY WIMP E> ,,ON :,shs'eendr:ohT°1",:irl'igiF:El%'ca'LV°1°O"' al '''ve:ilikTs!"elld.'"' 4 ::?::°' b" - • - - • - . . CV120-61,L 'FiVrTZEhr;WDIT1V2w0°5V17,701ri!ANnECTOMICWIrSiTti!VTNTER LANE E> 72 X 36 (See note 141 CLOSED ICW20-50, sign should be used on tneAdvahce Worningnvehicie. As.on °C.ea.im Imeaticrsnatdoghy rutbis eo =wdltbl 7ei.h tehbnieca shouder See TroavndsHnAoDtoe w9 t ,shaM2AiergSd gsa rnortoioWtnnap,wghn2r a7Vnbuetongw. drcdids7Tilvre zbeiebegs tweihrm°Z secA,hbhse4ni ilMoiot.n,yS gr`padtaerp ,rllieegnlre /ttoT.shVfeMe.Ct lwnoasaAh.i nao htossa scnP: po ,,17 vofsaw.l'ma,.5n rr.creo . bihnelle ne er.ge(PiscbClr TCP(33) DIVIDED MULTILANE HIGHWAY riXNI/ -nn2Wcb?ee1„la7.a rneoud cta(=id3eyo doiott.irfs.. rnosn pttq7elha„udle=eyi sethe daagWa. trrnrg,i . 11:ZnV" =" w'" ""r 'ine°C;(1On-g.",i • ay be used as on lor g SOUTH ALAMEDA STREET FROM AYERS STREET TO LOUISIANA AVE. o I ct (BOND ISSUE 2012) 02 -TRAFFIC CONTROL PLAN - MOBILE OPER RAISED PVMNT MARKER cc; ISNTALLATION (TCP(3-3)-14 ADVANCE WARNING 14.T. Advance ay le geline when shoulder width rnokes ,,necesscrY I J VEHICLE 15.0n two-lane r. wa he wor and protectio=otottpull over Periodcally Shoulder the book al rea st hide. <1 FX:112,`d'S' 1;,7,°.":07:: - Rad Reflectiv White Reflecti e 71:1://ROMple.11.11111WPMWPW.W.W. 'a TRAFFC CONTROL PLAN1 • ':11011111 i 7**Qt L> [*.:111 • • — — . E> See Trail/Shadow vehicle B . ... ,7 ,, 8 '' 'e, s MOBILE OPERATIONS RAISED PAVEMENT MARKER NSTALLATION/ Shoulder W ''' REMOVAL I. -1 (WIDTH OF TMA1 TCP(3-3)-14 See note 8 STRIPING FOR TMA OT.DaT Septenterele7 at rmr lee VAT lee Tie,OT Ic.,mcrr *1 ." "''''''' TCP (3-3d) UNDIVIDED MULTILANE HIGHWAY 2-e. 4-gti."'' on "'" , R ,r1 RECORD WNW NO. STR-872 ''',' CIA' PROJECT # E12091 CONSULUNrS SHEET NO.U038 WORK ZONE SHORT TERM PAVEMENT MARKINGS DETAILS WORK ZONE SHORT TERM PAVEMENT MARKINGS PATTERNS m� a 2 m DOUBLE TABS < to NO -PASSING f01 Ra -r ~' .- 1(� LA Ra LINE TaaF iz L SOLID ° F— zos H ..,'II 4"6"11 1_ _ _ _a r r r ° r°0 OH LINES 2 s H 1P 2 - Yellow Type _2 er. E SINGLE Tess m m m G NDarc�LINE xE 1— xnxLINENno TAPE zo.s' 7'— \Yell1HEN. • °w orWhite TAPE �R m\ <-2 CENTER LINE & NO -PASSING ZONE BARRIER LINES FOR TWO LANE WE TWO-WAY TABS Ra -2 HIGHWAYS ifilY� € YS� I ao '' I Type -2 or 1'mmm ss'= owe a € BROKEN TABS mmm mmm M. LINES -i l— , 3 TAPE d 4.''' i—r'\ rFCR c xrFx uxE oR Latif LwEr � a. s white 010 YPu° r°0 HI nil °x HI — — \•— — — 01 Yellow or White g3 ?8s 1.--..' m as W WIDE DOTTED Tae' m m m m7 " m m m rx LINES _ x° r°° °°r °x x x° :. - :white` e - _ Ty w00u .11) '•/� ' o� i% `�1\ °r n io ii /iii/o,/u'i , o $$e (FOR LANE DROP uxEsI rave M12.a, —.1 s.s whne Wide Wide greeMarkings Wide care Lines /� i acs CITY of CORPUS CHRISTI TEXAS Department of Engineering Services zo.s �m ,,Tra W. LANE LINES FOR DIVIDED HIGHWAY 1 €g WIDE GORE TABS m - , MARKINGS �'2. mm/�/ True zo.e -. r a.s.e' -wn�re / • _ IIE whit. r �= rr° HI IMI Oil Bill — — venue r— — Yellow _ 0 OType ill °0 ' HI ' IMI n Bill n° NOTES w' rw ,8ee„eZ me, eene.aa erw 1e BBeW re e. r c°°r 'me- LANE & CENTER LINES FOR MULTILANE UNDIVIDED HIGHWAYS ... �aa.e a Sana main coon < .. ave aplanned.ra« m... when raa r <eed greater than 14 calendar al roh,b, PIaae be place0 as soorea...° G G ga. °° 0 Hp' '°' ' pm' °' Tyl..., ° in,o in, SOUTH ALAMEDA STREET FROM AYERS STREET TO LOUISIANA AVE. A s 2 (BOND ISSUE 2012) 02 -TRAFFIC CONTROL PLAN WORK ZONE SHORT TERM PAVEMENT cep MARKINGS (WZ(STPM)-13 'Te Trac TWO-WAY LEFT TURN LANE TABS g is permitted. Signs shall he in accordance with the a rn Traffic Go limits m -p q nes r v M calendar r ermanem ,---"Removable a.em.n markings .n aro Pavement ■ II be applied to the toP of the his Erefffe .Demadans 'Fry re bel.*'"" «nen aaara.ea �,„ . a Ma ng a°. 1 AL an easier re ma.a�ar ,a�.ad mak.,. and .aa.. *'r M.1 wr.,be,e t a teN PREFABRICATED PAVEMENT MARKINGS be noted elsewhere m the pane. One piece cone, are not allowed for r e purpose. Temporary emova area raa Pavementr .. meetrequirements a OMS -6241. TEMPORARY FLEXIBLE. REFLECTIVE ROADWAY MARKER TABS (TABS) - CxS=3 Temaorory Coetruaean-Crade ao WORK ZONE SHORT TERM PAVEMENT MARKINGS ed arn°ing^9'or Type ane white or silver reflective surface w. white o .sono a ails may be found on MM. RAISEDn PAVEMENT :.MARKERS ed nallmeet the rew,xemenreof 2. Tabs aame.r.uir -Item 672, "RASED PAVEMENT WZ(neSs. TP 3. When dry. tabs ehall be visible for a minimum distonce of 200 feet during normal daylight hours and when DEPARTMENTAL MATERIAL SPECIFICATIONS DAERIAL PRODUCER LISTS (MPLI illuminated automobile low -beam head light at nigM, unless sight distance is restricted by roadway o T°Te ? aa' T • a lea links1. OMSs referenced above con be found along with embedded °e respective lM" ®Thio oLL performance requirements of role 3. r woo Netar This ,I,ag be mie.mg or faille hiss ln..iaal � � _apaillcoltoratiotaillilttn, A b J STR-872 CITY PROJECT ! E12091 CONSULTANT'S SHEET NO. U039 corcmre ee..,e. LEGEND e ,`,.., Safety glare fence g .ii g€\tril 'S NOTES ° Z.::ence specifiedelsewhere i. °.. BARRIER DELINEATION WITH MODULAR GLARE SCREENS e 9$�e. ire p.Y � .e e spanned d e. one the joint barriersectw...barrier on which ..d installedpartel/blode per section of concrete barrier not to emeed a spacing of JO withreflective. .m as described.Barrier reflectors are not panel/blades are 4. Payment for these devices will. under sta.. "Modular °.e Screens °.B.1."° a n.mb. de .e .men eI«ere kfn. plane. n e 071 eemcee .null tr CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Boge 11 °° °cn �fea a DEPARTMENTAL MATERIAL SPECIFICATIONS o~F' - -^ een<erune ‘'''. SIGN FACE MATERIALS DNS -8300 DELINEATORS MO OBJECT MARKERS b- - - - b 14- NODULAR GLARE SCREENS FOR HEADLIGHT BARRIER DNS -8610 - ^ - nom. Q A A pA A -,.—Q---, wo Max. Notes N a M S S S M # S ”CoZrani:trne=C=10::it'Lingdil, found m SOUTH ALAMEDA STREET FROM o AYERS STREET TO LOUISIANA AVE. ti (BOND ISSUE 2012) 02 -TRAFFIC CONTROL PLAN TRAFFIC CONTROL PLANS - co TYPICAL DETAILS WZ(TD)-13 D7,7° °LANE VERTICAL PANELSde& OPPOSING TRAFFIC DIVIDERS (OTLD) • SEPARATING TWO-WAY TRAFFIC ON NORMALLY DIVIDED HIGHWAYS /w...�Ruwn.o ane..r.dart NOTES <ef'ro normally° tr �° be stated el here in the A 1. space de.cee according he.. Spacing shown an the Deuce Spacing table on BD,a) but not exceed, . TRAFFIC CONTROL PLAN TYPICAL DETAILS W Z (T D) -13 3. Every lifh device should be an OTLD except when spaced closer to accommodate .. intersection. An DTLD should ai. of intersecting streets s. o�mn. n�.deaea,,,.�ne..n.ees N -Da February m I DOI1.001r. 1.1r 1.r. 4. it . will se required In order to maintain .e..e -BA o� d de «fed .Iee.ne..o� nPodpl°.e. a RECORD WO NG N0. STR-872 0 CITY PROJECT # E12091 consaraws stica rio.U04() ... DEPARTMENTAL MATERIAL SPECIFICATIONS •Q 'Q PERMANENT PREFABRICATE0 PAVEMENT MARKINGS ONS -1321.0 ilto TEMPORARY IREMOVABLEI PREFMRICATED PAVEMENT MARKINGS DMS -B21.1 S. FACE MATERIALS DNS -8300 COLOR USAGE SHEETING ALVIRRIAL Gee Table 1 ORANGE BACKGROUND TYPE BFL OR TYPE CFL SHEETING BLACK LEGEND & BORDERS ACRYLIC NON -REFLECTIVE SHEETING x X GENERAL NOTES 4 A ,,-.1„.., 0 Milian persi is. cc.. and epsoted eve, mile. Signs installed along Ine uneven I ne coma. may be supplemented with the NEXT XX NILES ICW7-3aP, Plague or ne, ory sp.. (CW13-1, plague. ngg 44 'cri 1 AI 10 UNEVEN I 4 LANESUNEVEN x .. "X" distance (See Note 94 .See, Table 1 CW/3-11 LANES X ... . way traffic ar obscured or ...Wrote. Repeat NO CENTER UNE signs every two mil s where the center line markings ore not in place. The signs o,d markings hallremoin in place until permanent pavement markings ore installed. 6. Signs shall be s aced ot the Manus recommended as per BC stondards. ' AsUn'Eri'EcF;Y:i0iTal'CTE''Sr;;NA::%71:1474!r.:: “g00`."11".0",' .`071°01°:1t7e'rtIn7anstiro71,'ZgesiMinntrOevices" list. 7.Snort term mornings shall not be used to simulate edge lines. CITY of CORPUS CHRISTI TEXAS Department of Engineering Services .2A TWO LANE CONVENTIONAL ROAD FOUR LANE CONVENTIONAL ROAD TABLE 1 Edge Condition Edge Height ID, MI§ -' .Q el Less than or equal.. IA" Gypical-overlay) Fe CW8-12 7/1://', T:e'r',Z:ndnr2'" tr'o= c7neVon's'if ”Ze?'" lanes with edge condition left open . traffic after wark caerotions cease. Le4tel, y >3 G, 1 Less than or equal. 3" Sig, CWS -11 5 8 SOUTH ALAMEDA STREET FROM AYERS STREET TO LOUISIANA AVE. t (BOND ISSUE 2012) ; 02 -TRAFFIC CONTROL PLAN SIGNING FOR UNEVEN LANES WZ(UL)-13 n, See Table 1 0 / Distance "D" may be m f uneven lanes with edge condi. 2 o o traffic after work operations c ase. U should not be )1/ Notched Wedge Joint . x 'X" eaten. TRA FIG CONTROL DURING PLANING, ratrap•onenter....P.W., nal& s ' Le411774, ...„ ..,S See Note 4) OVERLAY AND LEVELING OF'ERATIONS ARE SHOWN ELSEWHERE IN THE PLANS. S I GN I NO FOR . NEVEN LANES MINIMUM WARNING SION SIZE UNEVEN LANES Conventionclroods 36 0 .._ Freeways/expressways, dvkled roa.ay9 WZ(UL)-13 CWS -12 NO CENTER LINE UNEVEN LANES n,n, m-agr. 01401 nprilOgn . ixDOT Im ix. low rmr 1.rmar Li TWO LANE CONVENTIONAL ROAD DIVIDED ROADWAY ,,5 ,,„ 7_,, .' ! STR-872 ! CITY PROJECT #E12091 1 1 Elk L 1. CONMPOTOR TO COOROINAT CLOSELY WITH ENGINEER. R A TO nor. Ta,%..-remesatt-,:inas-1-ELE.Inzaam- r 'mA&`a m �N . N N NO ARSETN EO DEMOLITTION KEY MAP fit t II 47+00 DEMOLITII0N KEY MAP 150 CONSULTAVS SHEEF NO. x001 ry �LL= SHEET 044 / 159 RECORD UwN9Nc NO. STR-872 CITY PROJECT 1 E12O91 03 3 2 REMOVE MANHOLE SIDEWALK 202.53 SY- \ SOENALK 17 21 SY .EWLK 26.61 SY (00 11) , - 1 I 1 SIDEWALK 176.88 REMOVE SIDEIWP, E DRAIN 13+00 -F SPO 3 14+00 6 I gg g < gP&__ tp9 411 --- DEMOLISH IXISTI146. , 2+0422 602 REMOVE AND STORE EXISTING RTA SIGN - FOR REINSTALLATION AT A LATER TIME. 23 226602+126 (5076212 1) ALAMEDA ST CONCRETE ISLAND 94.09 SY 23 REMOVE TREE (322 7+12 1) 1. EXISTING OVERHEAD LIGHT TO BE REMOVED MID REPLACED BY STO 7 6 VOL Its -01+ ST 2'15° L F 0 Igno1,7F 1 s- RCP '>• _ _ fg.10n 6. RCP ggR9 g ogrFER , REMOVE 121 RCP * ,R MOVE 611. RCP (32 LF , (331 LF) 16+00 REMOVE GRA E INLET '-'., ..„,.., FCONCRETE ISUND 127.95 SY _ - _2_CE - _ LIGHT (SEE NOTE 1). REMOVE 151 -' - ..,,s (32 LF) STO STO STO STO go CURB g GUTTER REMOVE ORATE INLET TOP TO 3D. _ , BELOW GRADE. COVER REMAINING SIDEWALH 224.36 SY \ • 4.4 _aro (Th DEMOLITION PLAN SHEET — BEGIN TO STA. 000 (9.p. 1.•<9 SIDEWALK 11451 SY REMOVE DREES 06+ ,02 23+00 JUNCTION BOX WITH 8. THICK [ nETAIELDS OrSHEETEET %Tr 1E, • I LOT 17. BLECK 1,1 nr-1111; 7vgyl-F) iVOL A r.L:.1...2 r 1 ". Fh PE= r SOEWALK 164131 ST CURB & GUTTER I REMOVE MANHOLE 135 LF. REMOVE MANHOLE CURB & GUTTE 1 17 REMOVE le RCP I REMOVE 18) RCP (27 LF) (. LE) I 36 , CURB & GUTTER SIDEWAL,65.135-51-11 REMO, TREE CURPONLY REMOVE CURB INLEr R1%:7 2,7, LIZ= 11-0 VeR" Vinci , ' ('21''''''' 1nE ' RC. , DRIVEWAY 22.36 SY ii - --Sy.9-74-pin ---- in ,nt . .s.... I REMOVE TREE RE.ovE .A.rr gg,. gg, 7 (73;'7, '' '''' SIDEWALX 8.66 SY DRNEWAY 16.16 SY REMOVE CURB *9gZ'(21,2;,).. SCTOO11NCBJRUEERLNMEOCTWETIOEIGSNI0LIA.BNSOTDEOX . 6CWI-6NOI.TV1-H2LEIRG-8SH1 YRT- ET1,MH,(3SS6AICT,NEIONKEO ILN1F/N-GE, O -T1iE6.11:RCfP .21....,9=:t100F0R EMO. I 151 R(R.,CE5MP0 OLVEE) 1CURB & GUTTERO NRE87Lr; 47'4F' IIOI 1U—RB76ONL.LFY. NR(3E9RMEOMLVFOE). 1 5 C. U RCBPIpNP L= E,—\A.:1./. rB"FR(rL1EO6MWgRq-LOFM)POM,!--1iDE,3XFIc.o,,E1r;5.10E0L,V2-17F6R'E,,.EerPE1-ET 6R(1-)CAE.'MRIAC'INP* I )' .g 1 _ E 21+00 ALAEDAST 22+00 REMOVE MANHOLE10:10301*1E*PLU'G 23 , 710 104C10460460,81H74 076007+1 , go: O.c1 RENFORCDCONRECOVER 04LF!U4ONY /172E00L1 ... SEE DETAILS ON SHEET D88 I- I LOT teli,02 24 16 zn, nithBFg GUTTER SIDEWALK 122 78 SY 04 \PP..... \ s,oEwAL9 11,9 sy REMOVE CURB INLET VENTILTO TEVIAISN I I i i 3 -------- ERVONLY 11 1 ETAL .2 ocK 35 11 : (-z- DEMOLITION PLAN SHEET — BEGIN TO STA. 23+00 Ott, SCALE r . NY O MP NE cuss 8 gOrl2Fie I ISIDEWALK 3.5.P2 SY REMOVE CURB INLET - MAR FEFE-14/ I I CONSULTANT'S SHEET No. X002 8 5 SHEET 045 1 159 RECORD OWING NO. STR — 872 CITY PROJECT 060206) 11 II I II 1 11 <0 3925 0 REMOVE 24. RCP (30 LE) CURB de GUTTER "." CURB .3('ErliFF4 REMOVE 24. RCP SIDEWALK 01.2B SY \ DURR 211'41111LEF(i DR AY 22.00 SY REMOVE 21. RCP ALAMEDA ST 1,1 (360 37 '1'"LvFe) 24-00 25-00 28E100 ,-novw-rnE0 TA. 41,22". JUNCTION BOX WITH 5. THICK PLUG "Z" STO STO STD sTo STO STO STO STO STO rOITAIELDs TISTIEETEET corg: 1'1F. SIDEWALK :.75°4- SY '1° SURB GUTTEI, 00904. REMOVE CUR INLET (15 LF) • 21 2 F. PLUG REMOVE 15. RCP REMOVE CURB INLET SIDEWALK 55. SY CURB & CUTTER REMO:CURB INLET RE1.1D-..7''''v''E RD!. (DO LF) REMOVE MANHOLE Rc, (30 LF) 00 PL. i:/RWW GINTER 7 7191 7LEF,17- -7 _ CUM A Tr.& DRIVEWAY 11.55 SY DRIVEWAY 12.53 DORN 441CNE'rEFR U SIDEROALK 03.06 SY C.T) DEMOLITION PLAN SHEET - STA. 23+00 TO STA. 33+00 REMOVE MANHOLE 1 11 REMOVE 12. RCP (25 LF) 17 czroczavr DEN.00INE4PRIOR TO g6URLISF& GUTTER 002000 30 7Erl[1) REmovE ,6„ R., I (29 LE) REMOVE CURB INLET 1.1STING 3. RCP BE ORO. FILLED (223 LE) SID.ALR 5.44 SY DR WNW( 18.35 SY 1 REMOVE 15- RCP (13 LI) STO STO REMOVE CURB INLET SIDEWALK 87.27 SY 28 1 \ 14101`.4 GIEFFER CURB & :DT -124 " 6 CURB e, CVEFFi SOEWALN 30.15 SY SIDEWALK 131.25 SY ALAMEDA ST REMOVE CURB INLET `,In1) l5919 CURB & ZU.EFR SIDEWALK . 54 SY 29300 -.1UNC-£1.3H-BOX THIC 5,35 ntr, 2ZrEEZPZ,Zr1,,. g i2r1Fi "P REINFORCED C.CNETE COY. " SY DRIVEWAY 21 27 SY SEE DETALS CH SHEET WS PLUG 'D'A7'44V4:'0... gFiVA GUTTER CURB & :UT3E°F,1 NS1 ALK 02434 - F .33 33.64 25 L F CURB & GUTTER 6 L RV& GUliER u DRIVEWAY 25.49, SY SIDEWALK 34.94 SY 13 F CURB & GUTTER 32t00 3 STO STO STO STO STO STO STO REMOVE 15. RCP (13 LE) 143 L.F. CURB & GUTTER 39925334 45 S10E09LK 58.90 SY EMS. CURB INLET 3 ° S DENALK 88. SY 1 1 (-5-, DEMOLITION PLAN SHEET - STA. 23+00 TO STA. 33+00 CURB 44 '10:44E`R COASULTANYS SHEEF NO. X003 8 5 SHEET 046 f 159 RECONO OWING NO. ST R - 8 72 CITY PROJECT I E12091 i7) I REMOVE 12. RCP (44 LF) CONTRACTOR TO VERIFY AND COORDINATE WITH RE1,25,,se2T2,41.Er..., al211nEIPRIOR TO g4F.(( GUTTER 26,c`it. REMOVE "(ODLE El7C Otif 71-1 1-1?..gmz irs 18 REMOVE CURB INLET %MOVE 12; 75 (25 LF) COORDINaT1-7 MIXTET'ON"'R CURB Ct4E 551 041 0211- 1-100 01 201 1705(270) wargitzr Lo, 17. BL DEMOLIOON • • 05 00004 17 cuuc .'5U1 -15F REMOVE 35. RCP 431 VEL 15. 00 9 (41 LF) EgRnlirF) u CURB & GUTTER 01 CURLBF'& GUTTER =, cum e,'grpjFEFF., (m 131 To7dEXjr-cEoZP ZIO(N"NG OS+ 00 38 -+FOO INN`FTO E CO: CO'ETf COI ALAMEDA ST PLUG + - STO STO STO .0 STO PLV REMOVE 15. RCP (12 LF) CURB Le GUTTER REMOVE 15. RCP PLIJ REMOVE CURB INLET CURB & GLITTER ((6 LF) 'o!ELVAZ " VOL 4. PG. 9. M.R N.C.1 16 00 5520 .1 REMOVE CURB NLET 23 (-Th DEMOLITION EE_Ey .E c 50 - - - - 400 - - - -5(5 STO - STO CURB & CUTTER SZEWALK 0.96 SY -q,X(La, ORION_ LIMNER ii!mt`liFdc GUTTER 39-00 40+00 ALAMEDA 0z04 55 Ill 0 j00 PLAN SHEET - STA 33+00 TO END STO STO REINFORCED CONCRETE COVER 35 L -F. CURB CUTTER p CURB (4 (T-1(OF DRIVEWAY 10.71 sr 0208 - CORD & 1% 38 ((3 LF) le MC 01/TFER 0 z 0 zwI ill 2 W(0 ATCH LINE STA 38+00 — — — — — — — — — — — — Mb ...., 1 1 ----1, wi ---- *4 84 ve w w w w ..-----w ..v 41 00 — W W (23 DEMOLITION PLAN SHEET - STA 33+00 TO END 0,1,12y SCA, 1.• OM IO• 20 43_+00 W W W consarmrs SHEEF nro. X004 8 5 0011) 047 159 REDORO ORANNG NO. STR-872 CITY PROJECT 1 612091 CONSUL !ANT'S SHEET NO. COO1 n NOTE ElerPFLARTAgrArEr TLIng 9rIEZA071.0AF"' 'PRIMO STREET. STORY. AN 0,1_916 IMPRIMIIENR ME NELL MONO NATE° WITH MAC. cny STR ETS PROJECTS ON STAPLES (BETWEEN ALMEDA MOWN) MO AYERS WIVE N kMEDA k OCEM). STREET AND STORM KEY MAP 3B ; 39+00 40 OD .•9111.: :AC h I obi 1,11\ t v, \SS (T) STREET AND STORM KEY MAP ot9., scks 1.. no. 8 5 SHEET 048 159 RECONO OWING NO. STR-872 CITY PROJECT 1 E12091 • r� L 5400 0 U 2 1 1=-1 1=I=1 1-!_I U I \ ALAMEDA ST - AYERS TO LOUISIANA - DRAINAGE AREA MAP E2 ro f0. 0 00 LEGEND NEW STORMWATER PIPES O NEW STORMWATER MANHOLE NEW STORMWATER CURB INLET EXISTING STORMWATER PIPES EXISTING STORMWATER MANHOLE EXISTING STORMWATER CURB INLET DRAINAGE AREA BOUNDARY C_7 Al - J1 cum DRAINAGE AREA LABEL CURB INLET, RIGHT LABEL CURB INLET. LER LABEL MANHOLE. RIGHT LABEL MANHOLE. LER LABEL DRAINAGE AREA SUB -AREA INLET# INLET TVPE 'MOAT A)Ad C Ts WIN 25-Yri )in/hr) lUOYrI )in/hr) 20.090 WO 1I0 -0r0 )�s) 20.09IWL)N) f00Yr BBL (ft) EO@ROW eft) Bl Bl L1 CURB INLET 5 0.16 0.85 15 8.234 9.613 1.13 1.32 30.18 31.84 30.22 B2 B2A DIST CURB INLET 5 0.15 0.85 15 8.234 9.613 1.06 1.24 30.61 31.85 33.92 B2B EXIST CURB INLET 5 0.05 0.85 15 8.234 9.613 0.35 0.41 31.76 31.80 33.92 Cl C. L2 CURB INLET 15 0.93 0.85 15 8.234 9.613 6.56 7.65 30.58 31.89 34.47 C18 EXIST CURB INLET 5 0.69 0.85 15 8.234 9.613 4.87 5.68 32.27 32.65 33.61 C1C L3 CURB INLET 15 0.23 0.85 15 8.234 9.613 1.62 1.89 30.28 31.80 30.00 C2 C2A R1 CURB INLET 15 0.31 0.85 15 8.234 9.613 2.19 2.55 30.17 31.83 33.27 C2B EXIST CURB INLET 5 0.31 0.85 15 8.234 9.613 2.19 2.55 30.38 31.87 33.27 C2C R2 CURB INLET 15 0.31 0.85 15 8.234 9.613 2.19 2.55 30.14 31.78 34.48 01 D. EXIST CURB INLET 5 0.85 0.85 15 8.234 9.613 6.00 7.00 31.84 32.85 33.10 018 EXIST CURB INLET 5 0.90 0.85 15 8.234 9.613 6.35 7.41 31.77 32.76 33.52 D1C L4 CURB INLET 5 0.90 0.50 30 5.675 6.775 2.57 3.07 34.62 31.67 33.88 010 15 CURB INLET 5 0.30 0.85 15 8.234 9.613 2.12 2.47 29.87 31.40 33.30 D2 DIA R3 CURB INLET 5 0.30 0.50 30 5.675 6.775 0.86 1.02 29.97 31.58 34.40 D2B R485* CURB INLET 5 385 0.85 15 .234 9.613 6.00 7.00 29.93 33.49 33.44 EI E. EXIST CURB INLET 5 0.45 0.50 30 5.675 6.775 1.29 1.54 30.29 30.75 33.83 EAB EXIST CURB INLET 5 0.45 050 30 5.675 6.775 1.29 154 30.42 30.93 33.91 E1C 16 CURB INLET 5 0.45 0.50 30 5.675 6.775 1.29 1.54 30.23 30.71 34,45 010 L7 CURB INLET 15 0.45 0.50 30 5.675 6.775 1.29 1.54 30.42 30.93 33.90 E2 ELA R6 CURB INLET 15 1.22 0.85 15 8.234 9.613 861 10.05 31.53 31.58 33.73 E2B R7 CURB INLET 15 1.22 0.50 30 5.675 6,5 3.49 4.17 31.53 31.61 34.03 '- Inlets R4 andR5 combined into single node in the StornnCAD Model CONSULTANT'S SHEE9 No. C002-1 ry sn0Er 049 1 159 RECORD ORax„ 6 v0. STR-872 CITY PROJECT 1 02091 09 re 80 r Jr 1 atim 1I1=1 H1 0:,111 UN, Ctll 11 Z 9 I F2 w U 1-+'•1 I11•=111 1- 80 12 L JL 1 1 1�__J ALAMEDA ST - AYERS TO LOUISIANA - DRAINAGE AREA MAP LEGEND NEW STORMWATER PIPES O NEW STORMY/ATER MANHOLE o NEW STORMWATER CURB INLET EXISTING STORMWATER PIPES C_7 Al -J1 CYRR EXISTING STORMWATER MANHOLE EXISTING STORMWATER CURB INLET DRAINAGE AREA BOUNDARY DRAINAGE AREA LABEL CURB INLET, RIGHT LABEL CURB INLET. LETT LABEL MANHOLE. RIGHT LABEL MANHOLE. LEFT LABEL DRAINAGE AREA SUB -AREA INLET# INLETTYPE THROAT AIAO C Tc(mln) 25-Yrl din/Nr) 100-Yrl B.P.) 25-YrCl Ids) 100-YrQ Ws)25-Yr HGL NO 100 -Yr HGL(HI EG @ROW 10) Fl F. EXIST CURBINIET 5 L01 0.50 30 5.675 6,5 2.89 3.45 30.06 3068 34.03 51B 0(158 CURB INLET 5 1.01 050 30 5.675 6.775 2.89 3.45 30.21 3058 34.09 F1C L8 CURB IN. 15 0.34 0.50 30 5.675 67/5 0.97 L. 30.11 3057 33.34 F113 L9 CURBINIET 15 0.34 0.50 30 5.675 6.775 0.97 1.16 30.05 3050 34.18 F2 F2A R8 CURB INLET 15 L16 0.50 30 5.675 6775 3.32 3.96 31.42 31.50 34.20 F2B R9 CURB INLET 15 1.16 0.50 30 5.675 6.775 3.32 3.96 31.41 31.49 34.09 GI 61A EXIST CURB INLET 5 0.98 050 30 5.675 6.775 2.80 3.35 30.25 30.81 33.34 318 EXIST CURB INLET 5 0.98 0.50 30 5.675 6.775 2.80 3.35 30.25 30.81 32.87 31C L10 CURB INLET 15 0.33 050 30 5.675 6.775 0.94 1.13 29.77 30.19 32.90 310 L11 CURB INLET 15 0.33 050 30 5.675 6.775 094 1.13 29.18 29.95 33.73 G2 G2A R10 CURB IN. 15 0.54 0.50 30 5675 6.775 1.54 L84 30.18 30.23 33.39 G2B R11 CURB INLET 15 0.54 0.50 30 5675 6715 1.54 LEA 30.06 30.11 33.20 HI MA IXIST CURB INLET 5 L19 0.50 30 5.675 6.775 3.40 4.06 29.53 30.30 33.00 H18 EXIST CURB INLET 5 1.19 0.50 30 5.675 6.775 3.40 406 29.53 30.30 32.70 H1C L12 CURB INLET 15 04 050 30 5.675 6.775 1.14 1.37 27.99 2510 32.65 410 L13 CURBINLET 15 04 050 30 5.675 6.775 1.14 L37 27.80 27.91 32.76 H2 1-126 R12 CURBINLET 15 1.18 050 30 5.675 6.775 038 0.03 29.84 29.91 32.81 628 R13 CURBINLET 15 1.18 050 30 5.675 6.775 3.38 403 29.77 29.84 32.33 Il IAA EXIST CURBINIET 5 L19 0.50 30 5.675 6775 3.40 406 29.67 30.25 32.56 1113 IXIST CURB INLET 5 L19 0.50 30 5.675 6775 3.40 4.06 29.67 30.25 32.37 IAC L14 CURB INLET 15 0.4 0.50 30 5.675 6775 1.14 1.37 27.05 2715 32.40 110 L15 CURB INLET 15 0.4 0.50 30 5.675 6.775 1.14 1.37 2693 27.15 32.10 12 124 R14 CURB INLET 15 1.19 050 30 5.675 6.775 3.40 406 27.77 2835 32.23 125 R15 CURB INLET 15 1.13 045 15 8.234 9.613 040 080 27.84 2843 32.17 11 11 EAST CURB INLET 5 0.68 0.50 30 5.675 6775 1.94 2.32 26.42 2658 31.78 12 12 IX6T CURB IN. 5 L15 0.85 15 8.234 9.613 8.11 9.47 27.42 27.74 30.48 cmrsuu8NGS vim No. C002-2 ry LL2 N 2 2 (7 U SHEET 050 T 159 RECORD DRAWING N0. STR-872 CITY PROJECT 1 512091 5113'''LK 7- 7 001 11 00. ME AN 11'4714 00414wygi144- AteRtIoneW* EXISTING SECTION WITH rTh CONTINUOUS MEDIAN °play scalp r80 STA 14+91.25 TO STA 15+46.89 SIDEWALK 12 (.03 65L/S0 77 0 SIDEWALK MEOIAN 2. TYPE D ADC PIPE a mu. 14.'05E0 I r RCP 9. CRUSHED LIMESTONE BASE MATERAL (988 MONIED PROCTOR +/- :TYPE A GRADE 1-2 TX5 GEOGRIO (r5At12=0=12-71:1M. 30 YEAR PAVEMENT DESIGN HMAC FLEXIBLE PAVEMENT - 5r7, BASE BID 2 „L.. (DIV sEATE 1.. LE PARKING SDEWAL, --.11‘4711- EXISTING SECTION WITH CONTINUOUS MEDIAN soar = 20. STA 17+00.49 TO STA 18+25.44 1.100, ....PHALLE PAVEMENT rr.rAwar 11 45. 5 • 1 00. 0 • 41,71 4TAISit*,,,,gozw-ogrit,4441/4:111-4/4-miL"ft ...;744.1/4-4W...4 44, -1.1p=4-4kirt Pilfrat.;14•VI.w 10.50. ASPHALT PAVEMENT EXISTING SECTION 1312 380E: 1.. 20. STA 19+48.88 TO STA 20+43.75 ,Inveag, 3.02.52. 15.20 c 'TWA; wittrat*Igv-t"-- EXISTING SECTION 10 7 SPATE 1.. 201 ..AVEMENT .PHALLE P STA 22+76.83 TO STA 31+56.73 rInle`APIRAT STA 33+13.56 TO STA 36+35.88 4Adpdr/rjr 7. REINFORCED C.GRETE 5. CRUSHED LIMESTONE BASE MATERIAL (sex STANDARD PROCTOR. +/- 0.1 DDE A GRADE 1-2 IE. COMPACTED SUBGRADE SOI. (95. STD. PROCTOR; AT. +/- 0.15.C. 30 YEAR PAVEMENT DESIGN (44.RPCC RIGID PAVEMENT - BASE BID 1 I;VP70241:INE ROPOSED a HICK CONCRETE IN M DIAN 1\ i,7B.CTG2P2'"2 PROPOSED GRADE UNE \ -EXISTING 3.6.21W (8- PROPOSED SECTION WITH CONTINUOUS MEDIAN sopp = SO. STA 14+91.25 TO STA 15+46.89 97 30 mop PARKING .119004) ST VALLEY GLIDER CONSUL TANTS SHEET No. C013 30 V. PAVEMENT DES. DOSTINC 15. RCP P. WATERT! E PROPOSED GRADE LINE PROPOSED 4.. THICK CONCRETE IN MEDIAN DEMO 1.2"...VC IDISTING 30. RCP \ PROPOSED SECTION WITH CONTINUOUS MEDIAN 05.7%.19/DMEE: D. 20. STA 17+00.49 TO STA 18+25.44 PRPAOSED O. THICK CONCRETE TO R.O.W. LINE PROPOSED GRADE N CK 0E510 2. PVC PNENENF DESIGN PROPOSED 4. DE g‘CONCRETE IN MEDIAN (R /171/'02P'"'2 NT-PROP.ED , 3, BASE 1310 1 11.1111600050C38R13,800 054 P ED 2 X 4 PVC WATERLINE \ - BOX CULVERT EXISENG 02. RCP EXISTING 2. DIP (16 \ PROPOSED SECTION WITH CONTINUOUS MEDIAN (PROPOS. D. DP 2042 28 2 a'r%!'Ly. STAOME,%811075 STA 19+48.88 TO STA 20+43.75 E PLACED N LOCATION) EDGE DETAIL F19.11?.. SCALE DM NOTE '.garrozzemrEen, GENERAL NOTES 2F 21. .PPOS5 SLOPE NFOSIDEON fT2 90'1,10:0: 1(g ;TEr2 %:10°T1123 2T/RT STA 22+50.00 TO SYA 313+00.00 = -28 Li /N) STA 35+00.00 TO STA 39+13.08 = TRANS TO VARIES -IF MIN LT/RT 4 74T 7S.I1";". 30 YEAR PAVEMENT DESIGN 72270502 32. 135E0 GRADE IN PROPOSED SECTION =2:241010 \ -EXISTING Br RCP (WONSTRUCTED 57 STA 22+76.83 TO STA 31+56.73 & STA 33+13.56 TO STA 36+35.88 3 02 3 00 110 Ih 15 "6 208(12 051 f 159 RECORD ORAWING NO STR-872 CITY PROJECT 1E12091 4000 .00 30.00 25 00 13 60 rr.. `meq r. CUr 200 Er. STAPLES sr e. — - RTA,, iR5.7. 0.0. 4 SIOEVIAN 1,737.90 7 CURB RAMP 4.97 Ssr Y PROPOSED E #L,Eaix. _ , W/2-6. EXTENSIONS STA ,e+zo.R 43.6.PROPOSE 5' C RB EET xr2 ....=57: - + J ST ST R 885` `� s PAVEMENT TIC a-` — 5B N 1 `'®\ • [PEAL Or°f�RCP xENST 5 i�l d ,e wP A ..V....70.17 3% BUS RIM OUT PAO 117 22 SY CURB LA ' 4? F�0T- o LF Illi D�*i 11111.Ii 1 WsT _, �A:o6e01aa'RT "Jrc S. u'O15+44 osEErIR. 1 x 4408 3 r \25HI as PLAN SHEET — BEGIN TO STA. 8+00 SCALE I' 10 LE, STA ,5:;:.360. l 07. LT 7E o.o ET ,oloow�oa jr Ar POSED Ur wTWWZPMPEZER �HE' 16.37VIXISTIN' PT oa 10 STA , azl' i�.a7` sN .azo Er w/z-s Er xL3 5;VALLEY ouREP CONCRETE ISLAND 106.51 SY PROPOSED 6' TYPE A 1j-L477t .57 PROPOSED 113.7 PCP ORB 312 TCH LINE STA 18+00 TTX-7ENZoRN's "LET STAz,e ne m ' RB�oI'a sBsr 0, ragEr CIP WL PSP 5 VALLEY GUTTER Lo ME,111rT :11,111'14,1; 60.00' VC EXISTING C OF ROADWA POSED STORM UNE mLAWN SONE E a "APPLARTOTITETS.na w»wLa SHORN x PROFILE TOP OF RC. SoE STORM TRW.. SHOWN N PROFILE FOR REFER... S S n • ROPOSED LEFT TOP or CURB g $ x w •G T 1 PROPOSED BASE UNE 0 A 3 TOP ormoxr A J Lt. , 8 w 8 w f1 3 u - Lr Lr .sa¢ '- O.aez ---- � CURB INL, /L1 I _Lr fi RIM INV TnP05`u vROPosm sxU U pROROSED O Er58u RCP (36 �—i�I—ii iE ovr z9.az -___ - TOP or TINC (Rn STA 15+70.36. MANHOLE3e.oz v RIM 33.66 _ PCP .51 � (w ,.) 30RCP (-4.o.)PEF misnxc ,s RCPROSEDi)PVCwATExuNE B - OTE (38 LE) PROPOSED Ia. �-Rn'CP (sats) E ^ 0. I.3 n h 7, 14 00 1.5 00 PLAN SHEET — BEGIN TO STA. 18+00 SCALE GRAPHIC I � a 17 00 VERTICAL 18 00 3500 30.00 CONSULTANTS s,m No. 0002 ry uz l SHEET 052 T 159 RECORD UWN9NG N0. HORIZONTAL STR-872 CITY PROJECT 1012091 STAL 12.6) 32.7 R=1.17 SIDEWALK 2725.20 SF CIURIS . LF. 3 STA. 12703.2. 42.0' LT ED 5 TIPE A STORIONADDi IARDIOLE /LS STA 19+19.95. 31.51YLT PROPOSED 5' CURB INLET /LS STA 18,53.15, 31.0D. LT DRIVEWAY 01 L STA 20+45.65 CU. 97 LF 42.25 SY 1.6321W, STA. 12752.7. 29.5 LT 22020. A CURB IN. LIL4 LT co_ 25 00 IS 00 -5' VALLEY G.TER TL, (42L1 PROPOSED 12. LOT 17 BLOCK 24 EXI".. CA. 17 SID...55 SF rE°sEUT RE"' CULVER. TC =33.03• -SIDEWALK ,56,28 SF I I , arOrT FORMED A 1;722 A sroewomei 1.20. OR. STA 18.1.51. 12.42. RT PROPOSED 5' CURB leccr 5,41-5. EXTENSIONS STA 1.51.1O. 31.31r RT 19T,00 1,20424. 0.0' .7,3pos STA 19460, GO' wyw. 20,, 0.0. CURB 212 LF. Oht EXI.NG 15. RCP PROPOSED S' TNT A STORYWATER IAANNXE /L3 STA 22.1.1,94. JIM' LT I 11 SIDEWALK 25.47 S X eox oucse(rt- - SIODMALK 453.63 SF 23.62 SY S. 22408.3. 26.7 TC = 33.35' LOT TAT 24 16 22 443 SY FI°Ewl`," 141, PROPOSED 5. CURB INLET 11.7 SP, ISCIERMONS ff2RSPl•PP CURB 23 IIF URB.„1213 w.0 ROPOSE0 culla 3 , RCP EXISTING 0. VCP MED r PVC STO 11.1 PROPOSED 5 TTPE A STO • I .ISTING 2 • • • '°"""" ,0 18 VC STA 20..2_2 3.1 1211 RT RirgellEMEIreMVECOZMPt. FoRA7B:21.41 RT a a 410 ,17LF SIDEWALK 139 33 SF 12. ZPROPOSED It N. •rI AL*MEDA ST 772.2: EDE=073 Ey STA. 21+DSAS 28.2. LT tr- vrabia4w"'="1, CURB F.P c, .N1C 1.277.58 SF v, SIOEWALK :rs.,14-11 In , SIDEWALK .2.94 2.17=412.TOIPLEEI TT EIR. CURB 66 LF. EITTE; BUS TURN -OUT P. 20.3. 1 NNN5 PROPOSES CURB N. PIS I W/1 -D. EXTENSIONS STA 20+22.13. 31.CV RT 2. MP ZURITT fu=7.13.74. i\ PLAN SHEET - STA 18+00 TO STA 23+00 4115'EEtE= 7AP_OsSED Cl&B IN. /RS L j STA 21+05.45, MSS' RT SIOEW.K 25.52 SF EXISTING 2. DIP I. PROE. IS TWEN FROM CENTERLINE OF PR...ROAM& FOR UTILITIES CRO.ING 112. PROP.. STORM LINE. ;E NEROZR2010'4% INTERS...OUT 3. SOME E(2112C/PROPOSE0 UTILRIES. NOT SHOWN IN THE PROFILE DUE ELEVATOR DEPTH C.NRINNTS. SEE PtINIZRATITL•IrtrAr SPOT.' TI=1.10•14RPTrr.SCIL.. SHMI P2001, TOP Of RIG, SIDE QL PLAN SHEET - STA 18+00 TO STA 23+00 .LE: ORPHIC HORIZONTAL VERTICAL 25.00 23 00 CONSULTANYS vim no. C003 --- -- -14 2 92 SHEET 053 I 159 RECORD OWING NO. STR-872 CITY PROJECT I 02091 WI STA VITI,EL = 21700 2 TErNrrEdAIRHATIITSPROR°211001r3r.=.,5. WHOLES B. . PROPOSED 02.0112, SEE T.E ON SHEET 07a. PROPOSED RIGHT TOP OF CURB ;03,..0.2111 VP! 34 STA = 22+09 VPI EL = 33.. • i 04. y e, PROPOSED RIGHT TOP OF CURB .. -5 BASE LINE Pw.INyRVwOPw23Ow.2wS.21wE0y2D NA .TwrwPwEwwA0 AT3 y -0.. ' IT II TLT PROPOSED I - ILP _ DDRISTI.11:5- ' Lli RIM 33.. INV 2224 T.0,74,J).. PROPOSED . CURBN INL. a. RIA MAO' 1 r PRO.OSED LEFTY OF CURB 201013.3.tr INV 28.92 L EXISTING 2. DIP GAS .E : OtTRR2&;1' /117 ' I. 22.8. - - - - • Irn0.°•24. • - M-- - y-25 TOL . .. . . EXISNNG 15. RCP PROPOSED 5" PPE A TORMWATER MANHOLE ALS M 33.er 4 LF.) AP BOX CULVERT 0023* EXISTING 4. D.P. WATERLINE Till, (44 LF.) 36. C - _ (0,3%) (4a LF.) 32 RCP 10.13X) _ ..- LT I. 22.00. I OUT 2.0' osED , I '111°. '3ALSEIT #'-' 30 00 2:21 7A- R3I IHILEI 1002'•°P° 7 I IE IN 22.13' , IE OUT 22.13' QL PLAN SHEET - STA 18+00 TO STA 23+00 .LE: ORPHIC HORIZONTAL VERTICAL 25.00 23 00 CONSULTANYS vim no. C003 --- -- -14 2 92 SHEET 053 I 159 RECORD OWING NO. STR-872 CITY PROJECT I 02091 i II 16 EXISPNG 47 010 CAS 11 HEADER CURB 20 , EXISTING 47. DIP WI_ 770Ciy TRACK RAMP ROPDSED 8.. PVC -- I CYO, WACK I EXIST!. 157 RC 3 alswic 6" PVC YIN oNspos. s' TypE A E STOIRMWATER MANHOLE 9. STA 26+3285. 29.44. , . 1, I I 1 3TrrlF CYCLE TRAW g+1 - CYCLE, TACK 51.23 SF - 1 I , T I H Et Rt 0 PROPOSED 5' TYPE A 3.1Si: STORNONATER MANHOLE #LS ' STA 27+10.97. 2952 , Fs til On PROPOSED 5. CURB IN, luo 0 __ WW -5. EXTENSIONS STA 27,6.57. 2233. , CONSULTANTS ...-r no. C004 s*, 5 ANTHONY B. GAVLIK 109896 crg;t4.4:ti - 777.42 i0EWALK 7..43 SF - w 00 ED STA 24+751.021 LT PROPOSED 2 CURB 1NL, I, , 0-" 70.75 SY w/2-51 EXTENSIONS orA 26+23.78, 28,32 , .E2 I , L EXISRNG 1, RCP ' Dip: HSS PROPOSED , MATCH LINE STA 23+00.00 STO .,C,,1{3:...' -'..--77...Z.171,•". ,..".1•Pc.--"C-.4,C.'-'''. 4, - ;_,--"'",,,i'W sm s-ro MATCH LINE STA 28+00.00 /I -.-' w 00 sTo w wo RECONSTRUCTED .„ To w w CURB 152 LF - voo CURD 113 LF sTo sTo so, WO 1 II E . w w 0 * \ 4 * C... 97 1-.• PROPOSED B. EAMEDA ST \ 24,028+00 + - - \--prposEo ,,..I,,cu.. , 18. -0CP --------------------------------------------0STA 1 w 27+00 PROPOSED 2 TYPE A _ + STORWEATER MANHOLE #R9 STA 26+22.31. 12.22 RE- '•,... .., TRAON _PROPOSED 36.. A, SF - CURB 51 LF PROPOSED 361 RCP 28 pRoposEo 2 ,pe A _ STORMWATER MANHOLE BR10 sosTING 27,548. 12.32 RT 421 Rol.), 1111/ ELI'. fiN,.., • El • AIM, 11`,:elliriattWOMItrl , . ^v, . ,, CM, MACK w DRIVEWAY 06 SOD. 5D 5, 24+32.23 RT 0 w E Ww , - ww ww RECOZEW1C7r1BE VC0 AI= w -- _ ...0 w w CYCLE MAO< _436.03 SF _ 11 I ' DREVEWAY 07 HEADER CURB 20 Ls -1.5 lir II HEADER CURB 20 LF. 64 SOEWALK W9.69 SF II LC IS 33,,L3 444,11 31, II, 63.96 SY PROPOSED 5. CURB INLET 9R2 . EXTWS1ONS ______ I , S, 26,2.66. 21.33. RT I , 1 I , I, LOTS, & 2 h ELL OA LOT 3 BLOCK 34 I I Mal 'Ol' SMSRAVT7g.83 SY EXISTING W DIP 1 MATCH S,. EXIST. IE., 1,„ , ,,,, U 1y' IXISTING 26+93. 55.0. RT w 34.06 1 CYCLE TRACK RAMP BO SY RzocosTRucTED la. vcp 12/2-5. EXTENSIONS PROPOSED 5. CURB 1NL, NW 111C S, 27,5.61, 21.32 Ri 12E2 CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services , 7 sLZEIES,TAZ240,11NITERLINE OF PROPOSED IRDWIRAY FOR OLLZIES CROSSING 2 SEE HEET 063 & 064 FOR INTERSECRON WOW UNDER PROWSEB STOW UNE, I 1 (0PLAN SHEET - STA. 23+00 TO STA. 28+00 • ....... ' VITER.1=7ErWELVS7WP.rFEOPTIOM01.61-11017FILE 'E ' L'A'n r''''' '''''''' 'EE 40T,,Ar",: = 8:1i'''' FOR .11, ONLY LENT SIOE STORM TRUNK., INLETS, WHOLES IRE SHOW N PROFILE TOP OF RIGHT SIDE 00,, STW TROILISM SHOW IN PROFILE FOR 5 SEE STORM ,TERAL 1100S, FOR RIGHT 6 FOR ROPOSED ORREWAYS. SEE TABLE ON REFERENCE. SIDE STORM INLETS AND WOHOLIES. SHEET 075. - SOWING 0 CL OF AY wRowsw 2 Typp A PROPOSED 5. ,PE A P; PROPOSED LEFT 2 RIGHT TOP OF CURB a .1 I I =I! . PROPOSED 5 CURB INLEF 9, STORAWATER MOCOLE 9. RIM 33.03. STORONWER MANHOLE RIM 33.17 INV 26.90 1L5 PROPOSED BASE LINE 1 RIM 33.54 INV 2,32. E 0, 27.36. a INV 27.02 Et PROPOSED 5. 3500 ___ IE IN 27.32 --- z CURB INLE 9, RIM .... 35 00 INV 2623. IE OUT 2623. SOUTH ALAMEDA STREET FROM AYERS STREET TO LOUISIANA AVE. (BOND ISSUE 2012) L'L 04 -STREET AND STORM PLAN SHEET - STA. 23+00 TO STA. 28+00 ra'r IZPEPT)'' EX1SPNG 4.. 010 000 (s 0 00TE 0) n MN 2.62____!„,,,,,_ • W _ _ _ 3000 - _ --,- - - 3000 i ,-1-• 0442) 1 d ' P IDE1 8.. WATERLINE (11 ,) 36. (0.44%) 8 „„ . LS LY0 I 01 LF.) RCP (0.440) 01 LF) 36 000 (0. ) 2500 ? . L'' . , 2200 0000 0000 25 00 26 00 27 00 20 00 PLAN SHEET - STA. 23+00 TO STA. 28+00 '1 RECORD ORANNG NO. STR-872 w CITY PROJECT 1 E12091 05,64 ,CAL E 0.4,1 HORIZONTAL VERTICAL 4000 3500 30.00 2300 22.00 SED IEEE SIDEWALK LOT eVe lwpz� EXT -DRIVEWAY OB 39,8.87. ENSIONS URB ,,E,D45.48 SY SIDEWALK M1.33 SF 1STO CURB LE SF rSTA 30.56.03, ELOCATED SI. SIDEWALK 57.31 SF VOL PROPOSED 5' TYPE LE n, 1STA 30,3.05. DTR arikQ STING 3. DIP EXISTING 4' DIP PROPOSED 5' CURB INLET Yp9q � A �aaa SF A 131 10/2-5. EXTENSIONS JH_1 RC884.444=It'Zbr \ _ Imo- osEo\1--1 "Ei."T STA 3O z CURB 60 LF PROPOSED ,g+00 T S___ coxa s „ To irrnr0.3'.173L0 tfiAr -- el IDE AL .60 SF CURB 17 Le oiv_EXISTING 3- DIP/ o-� 11 s, n ear 1 5f.es s' 417.15 CYCLE TRACK s // CURB NLET LOT I. BLOCK DEL sn2-.. B. z, SIDEwn J I EL SF B, au n B 1.v IIX �__ III /\ PLAN_wHEET - STA. 28+00 TO STA. 33+00 pB3 Mktt 6 LT NIIIVV. pritri3. 1 URB 121 - CO EGT TO EXISTING MANHOLE -3e5.3B SF 31+00 •• OP ED 3e3 s3 5x1 TA 3O+,ON. A`E p10ALAMEDAALAMEDA ST CUKe 50 LF. "E OK, SEE DETAIL 071 PROPMED 3 CURB INLET RP,1 e2. STAz 3o+i.zn o"i3 RT STA 32.10.75 RT EXISRNO 13.1 ITYPE II FOR CURB ROW TYPE SEE SHEET 079 Lk CUE a. Pc. eLOT 24, 4 z Dip --"'“'m - - it ET h �y s• 1 PROPOSED0 0000 32 pzLEIxs URB I. RT 9. !II PAVEMENT Pli. 29E14.2 SY � i vOEPAVEMENT SUBORN. B.RN.. 310.61 Sr 28 00 PR 00 30 00 n PLAN SHEET - STA. 28+00 TO STA. 33+00 3,00 OFjr SOLE ORVHc HORIZONTAL 302 00 VERTIGL 33 00 GG7ENLTxxrs st, no. 0005 41, 0 0 SHEET 055 T 159 RECORD OWNING NO. STR-872 CITY PROJECT // 012091 I. TA,KLN40011,511TERLINE OF PROPOSED ROMWAY. MR IELPIES CROSSING .11ER PI.POSEO STORM UNE. 1 SOME .2 SEE SHEETnc "O` INTERSECTIONSHOWN o.E8 OM 0OMSS OREix P. PRomE DUE TO EEEwnax DEPTH crosnwx,s SEE ExIsI G CL OF RwwWr PROPOSED TYPE 'ED ;LI 111°1=111, VLETII"1iwHo_ POE HORN x PROFILE TOP of RDHT SICK rEITOrlAttl!PRTIATEILP101Ar01E70:11.1NLES PNOPosED BASE LINE 2.e TER wwxo RLSB. PROPOSED 5 6. FOR PROPOSED ORD Evwn. SEE TABLE ON SHEET Ore MO xwHOLES Rix 32.11. IE 2.1.31. IE w 273e e a o EXISR z• Div ass(AEE... E 7- -- :... A LEFT a CUR � ....-448.400.8....m =� _^r PRD (AEE mE ,)111111111 STINGDP GAS (B ) 100 POL _ Iv fzs HDL 0.00 2.z Di �= I (1,D 0F) 36 ROP .44.) O a O.P. WATERLINE DDEo 3+ O �Ex1SxND . DSP GAS (SEE NOTE ,) INV 35.73' IE IN 35.74' roP of a�s� IS. aB• RCP (a1.) STORMWATER MANHOLE /L, RIM 3175. PROPOSED a• PVC WA ExuNE (u LE) 36. RCP (0.4481 (2.s v.) is• RCP (o.vx)- INV E w 35.44. n m HICi n 28 00 PR 00 30 00 n PLAN SHEET - STA. 28+00 TO STA. 33+00 3,00 OFjr SOLE ORVHc HORIZONTAL 302 00 VERTIGL 33 00 GG7ENLTxxrs st, no. 0005 41, 0 0 SHEET 055 T 159 RECORD OWNING NO. STR-872 CITY PROJECT // 012091 11 O TRACK.g 88.27 SF -SIDEWALKa 57.50 SF EXISTING Y DIP WS 1 IXISTINGLOT 18. BLOCK 238. DIP ID ALK S7.501SF SIODYAI7K 488.44 SF PROPOS D 8. CURB 61 LF. z s.I Ensor STSLA.305-,F,10.58 LTItEWALK 450.40 SFCYCLE TRACK398.35 SF SRENAI. 167.77lAOl.M81 15 LF. EWALK 02.02 SE TO = 31.30. ORNEWAY 14 SIDEWALK SF IDEWALl', 100.49 SF CURB WAN 2L1z v. ExrErsiaxEr ILI sqzs' gr.2 g 4.42LT ax sr STA 33 29.:13. LT PROPOSED 8. C PROPOSED 3a+o 4EOR1aSTA 33+9426. RT 3.-„, - 35+00 12. PVC ooze se ALAMEDA ST 38+0 CURB eovps�n rasa v gCP a dR1s CURD w/O PROPOSED SEm' CuPe �n� dL1 37+0ED 5' TYPE 0 + STORnwATER MANHOLE dR16 SiO 38 -CYCLE TRACK 5750 SF PROPOSED 8. PVC rExlsnnc S FOR CURB RAMP TYPE SEE SPE, 079 IDENALK 480 56 SF CYCLE TRACK sail+1'XINTORN'S Er 'RI' e4.7RT 23 SID LIt'393. SF D STORM LINE, SEE SHEETS 102 THRU 107 2 SEE SHEET Uf 3. SOME ETIXO//PRaro'2E2 UTIUTIa ARE NOTA SH055 5 THE PROFILE WE To ELEVATION DEPM mxswxrs. SEE Pen mR NONE 71Ir Tux. 1w1Ers, a MwHOMs ARE SHORN IN PROFILE . TOP of RCHT ROE STORM TRUNKNAIN SHOWN IN PROFILE FOR REFERENCE. 5. SEE STORY LATERAL PROFILES FOR RIO, SIDE STOW INLETS MO LMNHOLES. 00 _6. FOR PROPOSED ORWENATS. SEE MILE ON SHEET 078. 3000 2500 PG 8 T rCP 2/2-5' 35+23.40,Ezoo� !2451/R1a VOL .0, Pa 8, MRHCT SIDEWALK 57.44 STAVtlj.539 RT HEADER CURB 18 , PAVEMENT 3220,5 SY PAVEMENT SUSGRADE 3349.91 SY 1 PLAN SHEET - STA. 33+00 TO STA. 38+00 w/zED 8. PVC Po 0 0�uwrs ''''LET 1515 MENGER ELEMENTARY SCHOOL H_ __________________ EXISTING E EROADWAY r r1SEE°24r° 1) P.POSED RIGHT TOP OF CURB PROPOSED LEF TOP OF CURB PROPOSED BASE LINE EXISTING 38. RCP vxovasED r P..< SANITARY-, \ /11111111%PP- °pRoposE'1,2 I 25.33 7 11111 1/// IE OUT 25.3 IXISTING 38' RCP PROPOSED 5. MAT 1E,5 n 20 00 R ExisiIxc ; RCr�. R 3000 25 00 33 00 PLAN SHEET m STA. 33+00 TO STA. 38+00 as Oe a ORIONTAE JR.E cmrsuuANrs vim NO.. C006 ry me 2 SHEET 056 I 159 RECORD OWNc no. STR-872 CITY PROJECT # E12O91 1 EXISTING I S, EXISTING 2. DIP ' 9''T .T x° Ew..; STA 38+29.47 TT SDTx 242.91 SF NORTH - — LOUISIANA _ _ _ _ G -SOUTH___ w_ 0UISIANA DEL =° NINES tea, no. 0007 5:' j`�A�.�. '•S 11 �.f (* ilrl/� 5 ANTHONY B. GAVLIK 109896 •' II,'*,</CENSE: •ki crg;tTONAL MATCH LINE STA 38+00.00 1 WI 0a EXIST -Po ROSE .z• we SEE PAVEM ss+Co E RCD DETA LRR,z, �. A3+16.9, ��.0•RDP oo+sD°,zzes NT TRANSITION ALAMEDA ST -- - +m _ _ _ Pmw +Do _ "u -+ ., -- --.. -..- - - - - -R _1 (.1, „. E TT w .. ..-- ww �.- .Ro- 9991F9 w - .. 1 — STO —.w- — • -- s,° — o. Pte, 0E ,, ,4,-,*(1,11.E.M' _ __,., __ 1 SF MENGER MER701-71M N ELEMENTARY SCHOOL PAVEMENT SUBMIT emw sr nw E , FOR coxa RAMP TOE SEE SHEET Dzs - 1 PLAN SHEET -STA. 38+00 TO END 1 I--� � %__— ---_ — -- - - 1 20 Eao DoT 18 89 N.R.H aT_ 30. eTo '�I ' CITY of CORPUS CHRISTI TEXAS Department of Engineering Services STATE 19 - 9o. K = 38.41 I. PROFILE IS WEN FROM CNTERLINE OF PROPOSED NO.AT FOR ILITIUTIES CROSSING UNDER E4OPOSE0 STORM LI, SEE SHEETS 102 THRU 107. w.ro vc 1. SEE INTERSECTION WENT 35.00 35.00 s ffi x 3. SOME mi:O/PROPo m AREONOu THE PROFILE DUE TO Pwxan>k SHOWN ELEVATORDEP. AND OAS P&P, FOR MORE mCOMMON x SEE E OF 35.00 R EJ STORM TRIM. N SHONE x PROF TDR REFERENCE SEESTORM LATERAL �Ts.RDHTSDE DM INLETS NM MANHOLES S. FOR PROPOSED DRNxVNHS, SEE TABLE ON SHEET 078. EE S g ' ExisnND CL of ROwwAv -„ _______ ____ dTRT ______ _ € SOUTH ALAMEDA STREET FROM 0E1AYERS STREET TO LOUISIANA AVE. (BOND ISSUE 2012) 04 -STREET AND STORM PLAN SHEET - STA. 38+00 TO END ROPOSED LE, P OF O� 30,00 XE DI ons T(SEE NOTE PROPOSED BASE LN ,) PxovasED RIGHT TTOPDCURB EXISTING MAN HOSE 20,00 I i OUT . L44 /-ioo HCL . Hc1, � �_I/I.i = o®.a%�� - EXISTING a D.i.v. "— o-rnxc 36RCP PED s we (SEE TE WATERLINE— • Ps.00""" — ''�— 25.00 PRO ED e• P.c AST TER , — x''''2111% I ro RCP xiSTI ss RCP ^ 7,0 " .. 20,0 3a o0 00 00 40 nPLAN 00 .E SHEET - STA. 38+00 TO END 00 ,: o a 00 ,s 7 20.00 00 § STR-872 CITY PROJECT # E12091 uaTF. Oa.Pmc HORIZONTAL VERTICAL so 40 50 40 30 20 10 n PROPOSED STORM SECTION STA. 14+31.29 p� swE xa o .a m PROPOSED STORMWATER 4. 05 TYPE 61A lb EXISCNO. PROFILE PROPOSED PROFILE MIIMINIkilso Man PROPOSED 50 RW EWe]NG 18 RCP �I 6.04 EXISTI D 12 PVC -20 4C 42. RCP DOSTwT ,r Ie. RCP CIPsrLIN PROPOSED STORM SECTION STA. 15+72.62 20 CO 40 30 20 10 50 10 50 40 30 ii PROPOSED PR "L�,151 13 IM/ z..87. 5' ii PROPOSED 5/0-5' E50aS!05S sr. ss.«Oe. ,„ � m. 5. CURB INLET 151 >3,.z, R, ii ii STA ,5+.5.eaR�M i- STING pROE� E EX =ice: 7iiMIii IMIll ilei EG1MOMW.... IM le p WATERLINE RCP ML-- PROPOSED =====\ - EW SEE NOTE , EX1SCNG 3r POP -20 20 PROPOSED STORM SECTION STA. 15+43.65 .Le ISTI PROPOSED ER STA 16+4 nE A FILE OSED PRO PROPOSED 5. CURB INLET 100 HGL zs HCL pm zCAW . a .m rzr� ISTING l PROPOSED 18 RCP XISTING 12" [IP WATERLINE EXISTING We VGP — WASTEWATER LINE -20 20 PROPOSED STORM SECTION STA. 16+47.82 40 30 20 10 50 40 30 20 CONSUL TAROS vim No. C008 rt, .§ CONFLICTING PORTIOCS OF_AWWOOREOZ,Wra TO ILREMOVED.FR3660ER 10 Be SHEET 058 1 159 RECORD DRAWING x0. STR-872 CITY PROJECT # E12091 50 40 30 20 10 50 10 30 20 10 - 20 20 40 Q., PROPOSED STORM SECTION STA. 18+61.46 '°— PROPOSED PROPOSED STORMATER 5. O.' RIM 33 SO. RN 24.80. 5' CURB 1-40,11: 28,7. INLET V --,PE INLET V' A MANHOLE ifl. 15, PROPOSED RIM STA 18+61.51,1:lar. M PRO M VA N ..., EXISTING EXISTING PRO'FI'''' = INV RIM 13.28. E ISTING PROF w,........_ POSED PR MUM .im• 00 HOL 25 HGL INV 24.00 , 2' H./ mem: ,loosTING _=galembi7m. ilICIfil=1=1E __ 12. cp wa ERLINE ' MMillrall iMr 1.1... 'EE P.TE EXISTING 2' OAS _ 2 WATERLINE I EXISTING 12. VCP WASTEWATER UNE -- EASTINO SEE NOTE EXISTINO 30. RCP 9.S'EXISTINO EXISTING le' VCP WASTEWATER LINE PROPOSED IS. RCP -- - 20 20 40 Q., PROPOSED STORM SECTION STA. 18+61.46 '°— - 20 zo (E) PROPOSED STORM SECTION STA. 20+22.33 ? 60 50 30 20 50 40 30 20 10 50 40 30 20 10 50 10 30 20 10 PROPOSED STORNWATER STATTOE-F2M72111P -ILL O.' RIM 33 SO. RN 24.80. PROPOSED ‘S%12-021,%7111'.7 5. CURB 33.37' INLET V' 5. 05 15, PROPOSED STA RIM Z. :,::. PRO _ Inv EXISTING PROPOSE° RIM 13.28. E ISTING PROF LE, POSED PR MUM .im• 00 HOL 25 HGL INV 24.00 , 2' H./ 7—P'ROPOSE0 PROFILE _ _=galembi7m. ilICIfil=1=1E __ MMillrall M 1.1... EXISTING 2' OAS _ 2 WATERLINE SEE NOTE 12. CIP 1 _ zFi..cFrEl• -- EASTINO SEE NOTE EXISTINO 30. RCP 9.S'EXISTINO EXISTING le' VCP WASTEWATER LINE PROPOSED IS. RCP -- 18.11/01, WASTEWATER LINE - 20 zo (E) PROPOSED STORM SECTION STA. 20+22.33 ? 60 50 30 20 50 40 30 20 10 50 40 30 20 10 50 10 30 20 10 - 20 40 PROPOSED STORM SECTION STA. 19+54.52 STORMWATER TYPE A MANHOLE OFILE 5' CURB INLET /134 10+5454 3 .00 RT 2.B.Is' STORMMTER PROPOSED 5. 05 15, PROPOSED STA ;'-(A 221%°.:ere. a- Z. :,::. STA2P1E+:5T5'1%E02117 _ Inv EXISTING RIR 33.2a. RIM 13.28. 'co HoL POSED PR MUM .im• IME}ONIME INV 24.00 , 2' H./ 7—P'ROPOSE0 PROFILE _ _=galembi7m. ilICIfil=1=1E __ MMillrall 1.1... _ zFi..cFrEl• -- WEEMA • M EXISTING le' VCP WASTEWATER LINE EXISPNG 10" VCP WASTEWER LINE -- PROPOSED 1,3 RCP - 20 40 PROPOSED STORM SECTION STA. 19+54.52 - 2D 20 60 50 40 30 20 10 so 40 ao zo 10 • PROPOSED STORM SECTION STA. 21+95.79 20. INISTTLIZNSETOTN=OVEZX'CE CONFLICTING. PORTIONS OF ABANDONED 12. WATER,. TO B.E.REMOVELLFBEIrOER BE ABANDONED H GU. .E.FT,tvEr L'"" CONSULTAVS sit, no. c009 n a 8 5 11111 059 159 RECORD MIRING PO STR-872 CITY PROJECT 1 012091 I I PROPOSE° 5 CURB INLET STORMMTER PROPOSED 15, ;'-(A 221%°.:ere. a- STA2P1E+:5T5'1%E02117 RIR 33.2a. RIM 13.28. 'co HoL INV MSS' ISTINO PROFILE INV 24.00 , 2' H./ 7—P'ROPOSE0 PROFILE _ —1- -II) CIP WATERLINE _ zFi..cFrEl• EXISTmN0 posOS ERCD P.,... Rcp EXISTING le' VCP WASTEWATER LINE - 2D 20 60 50 40 30 20 10 so 40 ao zo 10 • PROPOSED STORM SECTION STA. 21+95.79 20. INISTTLIZNSETOTN=OVEZX'CE CONFLICTING. PORTIONS OF ABANDONED 12. WATER,. TO B.E.REMOVELLFBEIrOER BE ABANDONED H GU. .E.FT,tvEr L'"" CONSULTAVS sit, no. c009 n a 8 5 11111 059 159 RECORD MIRING PO STR-872 CITY PROJECT 1 012091 50 40 30 20 10 50 40 30 20 10 -20 40 PROPOSED STORM SECTION STA. 22+89.33 PROPOSED PROPOSED S. CURB INLET l\ PROPOSED 2s.'4010 vwe INLET ST � se RT ' srn o RIM53. 00 HGL RIM 3200 Nu �P, 1101 rExI9TNR 25 HGL ss HGL EXISTING PROFILE PROPOSED PROFILE EXISTING PROFILE - --=. —q .-'--- ' EXISDNG iv WATERLINE `SEE �ExEsx E , iP WATERLINE NOTE 1 E XISDNG w' 4.2. 121. AB. RCP Ex, G 121. VCPPROPOSED UNE IXISTING 18. VCP LINE RCP RCP WASTEWATER w�9TEwn, LNE PROPOSED 113. -20 40 PROPOSED STORM SECTION STA. 22+89.33 -20 40 PROPOSED STORM SECTION STA. 27+25.48 5.35d surs o J 611 50 30 20 50 40 30 20 10 50 40 30 20 10 50 40 30 20 10 -20 PROPOSED sn 2a+ iNa 8 sr PROPMED a INLET trr RIM 33.313. INV 29.4 PROPOSED !ROE, IXISTING PROFILE PROPOSED STORM SECTION STA. 26+22.33 PROPOSED -12s 1124 l\ PROPOSED 2s.'4010 vwe INLET ST � se RT ' srn o RIM53. 00 HGL RIM 3200 Nu �P, 1101 rExI9TNR , ss HGL OPOSED PROFILE P9orIEE PROPOSED PROFILE EXISTING PROFILE �ExEsx E , iP WATERLINE �WASTPMTER AB. RCP GlISTING Pm AB. OP IXISTING 18. VCP LINE EXI,NG RCP w�9TEwn, LNE PROPOSED 113. -20 40 PROPOSED STORM SECTION STA. 27+25.48 5.35d surs o J 611 50 30 20 50 40 30 20 10 50 40 30 20 10 50 40 30 20 10 -20 PROPOSED sn 2a+ iNa 8 sr PROPMED a INLET trr RIM 33.313. INV 29.4 PROPOSED !ROE, IXISTING PROFILE PROPOSED STORM SECTION STA. 26+22.33 40 • PROPOSED STORM SECTION STA. 29+78.43 16. m 60 so 20 10 so 30 10 CONSUL ANTS SNEEr oo. C010 CONFLICTING. PORTIONS OF A111400XED 1.2. WAhNLINE TO SHEET 060 T 159 RECORD MIMIC N0. STR-872 CITY PROJECT # E12091 PROPOSED 29+W l\ 5. `U��NarRiTR PROPOS?RIM ST � 100 �P, 1101 rExI9TNR , ,I OPOSED PROFILE P9orIEE �WASTPMTER GlISTING Pm AB. OP IXISTING 18. VCP LINE ao 40 • PROPOSED STORM SECTION STA. 29+78.43 16. m 60 so 20 10 so 30 10 CONSUL ANTS SNEEr oo. C010 CONFLICTING. PORTIONS OF A111400XED 1.2. WAhNLINE TO SHEET 060 T 159 RECORD MIMIC N0. STR-872 CITY PROJECT # E12091 50 30 20 P 10 50 40 20 10 ED 36. RCP i -PROPOSED PROFILE PROPOSED 46. RCP PROPOSED 1r WATER -40 -20 PROPOSED STORM SECTION STA. 30+56.33 50 20 50 10 30 20 c 10 10 ST772-':'226730 a vo 100 FIC 25 FIG /:lExisxGPROEILE Exi IP WATERLINE xPRDPosm Pie RCP -20 20 n PROPOSED STORM SECTION STA. 33+01.20 60 50 10 50 10 30 20 10 -20 PROPOSED STORM SECTION STA. 30+70.94 z3e,5.Exr B INLET s+A E' x LET 5. Wz�e sAw70 1117 N21.32 x 17- / nu 2OSO,ia s '1 u xcE � Pm xc PxonE PROPOSED x sx PROF�EE '�E ---a'.."......-EXIST 7ss WYE RE �S LINE EE NOTE 1 �EDw:S,E,RATER�xE w 18nCPP WASTEWER E n ROP it E PROPOSED RCP PROPOSED 120 RCP -20 PROPOSED STORM SECTION STA. 30+70.94 z3e,5.Exr B INLET s+A E' x g x 17- s '1 u xcE � Pm xc PxonE '�E ---a'.."......-EXIST WYE RE w 18nCPP WASTEWER E PROPOSED 120 RCP 10 • PROPOSED STORM SECTION STA. 33+94.34 IV 20. 60 so 20 10 so 10 CONSUL ARrs van An. C0 1 1 CONFLICTING PORTIONS OF ABMODNED 12. WATEWLINE TO SREET 061 1 159 RECORD DRAW x0. STR-872 CITY PROJECT 1 E12091 00 30 20 10 -20 40 QPROPOSED STORM SECTION STA. 36+23.35 30 20 40 30 20 10 SED 5. CURB zr 73E6 TER wE6. 697 RIM PRO LET PROPOSED S RaPo OOR hr�A sA n+w.MANHOLE s" 12.11az INV nLET 31.03. u %porosm oo ` ( INV .s H51- u R ROFILE !STINGED PROFILE --.- r-....- ousnnc vaoF,LE iADL C. ? ---•E, P WATERLINE _ NOTE 1 EXISTING P.,ERERE I PROPOSED 16.. SEE RCP snR .z RCP Eo SRCP -20 40 QPROPOSED STORM SECTION STA. 36+23.35 30 20 40 30 20 10 -20 40 PROPOSED STORM SECTION STA. 37+50.94 40 10 CmrsuuANrS SHEET NO. C012 41, CONFLICTING PORTIOM OF AMOONED 12. WATERUNE TO %0REMOVED.„7tROER TO BE MAROONED. IN RA. SHEET 062 T 159 RECORD DRAW R0. STR-872 CITY PROJECT 1 E12091 PROPOSED 5 CURB 5 r'' sA n+w.MANHOLE s" 12.11az INV nLET 31.03. u %porosm oo ` ( PROFIL2,050°.010007 R --.- r-....- ousnnc vaoF,LE C. ---•E, EXISTING P.,ERERE I EXI snR .z RCP Eo SRCP -20 40 PROPOSED STORM SECTION STA. 37+50.94 40 10 CmrsuuANrS SHEET NO. C012 41, CONFLICTING PORTIOM OF AMOONED 12. WATERUNE TO %0REMOVED.„7tROER TO BE MAROONED. IN RA. SHEET 062 T 159 RECORD DRAW R0. STR-872 CITY PROJECT 1 E12091 To eE Teo° 5 CURB RAMP 10.66 SY LOTS VOL. 4, 1-6, BLOCK 21 DEL MAR PG. 9, M.R. N.C.T 3 2 S. STAPLES ST ITIPE • ELiizr. '" MATCH EXISTING. pr. ,a!oo bass x HEE w5 rav(g&Ls TO ro eE .w,srmVxEEom oOr sro \ 3. REPAIR 6< PAVEMENT .a10 pmwpP"om SEE wETxE w,s FIC SIGNAL 7"17r4(g" PROF CURB INLET , ALAMEDA ST _ WV PPN'ErSITET r'087-°' STO 33.77PROP CURB INLET STA 14+91.3. s., are .. ar (rr„ Ex, ass SEE nsE nwE KI sw� AT6 R a orzrP w S s A1c,E=w. .w x, Fx '04>. 3. PAVEMENT REPAIR (4...35 0MFOR OETALS. STO PARK DEL MAR PG. 9, M.R.r,4 E.isr. ro MATCH STING mo w' A XIST1 PETE BUS PAO INTERSECTION LAYOUT a ALAMEDA & STAPLES TON IXISTNO. roar tr FULarld TO unxrs sxEEr xo. CO1 3A 0 SHEET 063 T 159 ',ram oRm90 xo. STR-872 CITY PROJECT 1E12091 LOTS VOL. 4 4 1-6, BLOCK 21 DEL MAR PG. 9, M.R.N.C.T 3 Pao E sxccr ,rr1TErL s+u.B sa1' v tlJ 2.EE PAY rArCHISTOr.r54 LT - .coo MATCH IXISTIX o w TON alSTINO U rc'rcar'. z BSB, CH E GRAD ALAMEDA ST +00 _c'l —_-- s° ---- s1°----vTB ---- Sro 14+63 AS NEEDED STA 15+61.S. CURB RAMP A6+1• �.s �r CURB RAMP 4.67 w TO = kk�.�s STO w I w_--w---wl T -STFL - s. B. RT CURB RAMP 10.56 n I STO SEE DETAIL ON NED- 076 PF 6 F=71111; -r EXISPNO ELECTRICAL 60r0Taw% ADJUSTED MATCH EXIS INS PROP CURB INLET W 1c - 5.6� RSM ` n.oz ALAMEDA ST 7+00 URB RAMP 4.65 SY MUNI LOCATION TO BE FIELD ADJUSTED AS NEEDED • CURB RAMP 4.59 SY PEOEstnxrrll_B TO N PL c o IND rnw PARK DEL MAR PG. 9, M.R. .GT EXIST. TC = a. \ ETE SUS PAD aT= 2 OT. u.w DE GLEAN EDGE 1) Es. SEE STRE, • STORM PLAN 6c PROFILE AND UTILITY INFORMAEON. ITYPE MI Irai AT ES rr ROPPOSEO CCLB sReas TYPE. SILZALrr ATCH yisTING GRAD EXISPT. = 3 xr x T smox of LE (BASE Bio 1 RIGID PAVEMENT) rnwr CURB RAMP x Eiisri INTERSECTION LAYOUT — ALAMEDA & PALMERO walxjSCA,. I.. BY 6 LIAMYS SHEET xo. C013B ...b%Iw. �K 0 SHEET 064 1 159 accoreo oanmi,ve xo. STR-872 CITY PROJECT ! 02091 AR : c �TRR'o IT ;- MATCH EXIS0 STA CURB RAMP MATCH IXSTING Mr.. x.3, LT 2 n p.D SD.D LT .e . 7.05 SY CURB RAMP 4.82 SY CURB RAMP 5.03 SY PRO'P 111,9 TA 1,672 295 LT "1ST 1-1A7.121'E‘NISTING vL ` ane RAMP 7.03 SY PROP CURB INLET 10-L612. 20.5 LT LOT 17, BL DEL VOL. 4, PC. 9, 17 STO ADJUSTED AS NEEDED roaisrEo as NEEDED 18+00 ALAMEDA ST TA71:Z.n6' FT WW WW SIO + PEDESTRIAN REFUGE LrFPE-IN LIFFORD ST CROWN nE IN 14. CURB RAMP 6.63 SY ALAMEDA ST + ROP BUS TURN CIE PAD SEE SHEET 087 STO PROP CURB INLET PROPOSED CURB INLET STO RT • 18+85 CURB RAMP 4.82 SY I) SEE STREET STORM PLAN & PROFILE SHEETS AND WE,. WASTEWATER AND CAS wE 31110103103 0>„ 0166 R. P wE. EXIST TC=33. OLL xisr. = v.a RT Q s i U n INTERSECTION LAYOUT - ALAMEDA & CLIFFORD 0,619 sm. 20 URB RAMP 3.70 STA RT ORB RAMP 5 74 SY aA. ase+ ,� 3 20+ D9: ( e BIG , -MENT IDD PAVEMENT) 23 unNrs sNEEr xo. C013C SHEET 065 T 159 RECORD OWNG N0. STR-872 CITY PROJECT # E12091 LOT 16, BLOCK 24 DEL MAR VOL. 4, PC. 9, M.R.N.C.T. 16 MATCH EXI.ING b6sr-=SQA° it MATCH EASTIN ;;.5. 19.4. Lr 0' Li 412 EL- a1.e Lr � 5LO r0. xR+l2.a. 3 ������`��\ CURB .001, 2..A2 n -®sZE I MI qa =HEFT I Eel AR IcrrDn 22-507.6 A 0 LT • ALAMEDA ST PROP CURB INLET S4A 20.5' Pr 22+00 STO I SPO SPO SPO 11273 NWI6' -iro SIV )C4 .35 R.N.C. 0sE wE KI swl AT6 RD a CLBLanaa wE. "P'=23-311; OLE ST ORMAN RE -1N SPO SPO MATCH EXISTI rc = v.es ♦a G33.0- ST E.In. - ».Eb•nS 34 p n INTERSECTION LAYOUT - ALAMEDA & COLE CURB RAW 9 63 SY PROP CURB INLET 23+00 o SI I0r.0.313 rRAT 8.03 SY a. Pr 1ST Tek3.01'.8. PAZEZlANS ,. sa ,�„aE OAS I - quo LIANYS SHEET xo. C013D CD 0 SHEET 066 I 159 RECORD M.G. N0. STR-872 DIY PROJECT # 02091 MATCH EXISTING MATCH EXISTING MATCH IXISTNG 5;1.26+2;4998795ff LT • PROP LUIXIS INLET Z. 26.01. 26.5' LT STA 26+36.20.0. LT ALAMEDA ST 26+00 STA 28+30.9. 20.0' PT TO = 3. PAVEMENT PAVEMENT CDR (BASE BI PAVEMENT) di rrI 7 TDIELE E ET I- RIG o TC= OTS 18, 19 MATO EXISTING 6+93i26255.1. LT VOL. srlz, 10,367, AO, LT BEA. 3.2.1. LT STA. 27+03.5. 32.1. LT BTA. rr01.3.7. 90.1. LT MATCH DEWING Brs.,..27+1W6.0. LT MAR BLVD CROWN TIE-IN STA. 26+74.5. 8. LT TP = 32.83 (or 2 DIA 27+18.9. 60.1. CURB RAMP 16.98 SY STV.r. 2;-,F2X. 32.0. LT & W27' LOT 2 DEL MAR 26 PROP DAB INLET RIM = 32.91' CURB RAMP 9.62 SY LIWTCH EXISTING !T1Vt7.212''' #2r.'ott yog, 0 S STREET . STORM PLAN PROFILE SHEETS AND EWER. WASTEWATER AND GAS ez, LtrrnF#0 #7.1 #1'0- — ITYPE renT,EATIrm orrrP STr. 32.0. ET 223r79i, 50.1. RT NIST7:213I.7r EXIST = 92. EXIST TC=34.1 WA 'RENT TRANSITION SEE P VI T TRANSITION AIL SHEL BD 1 - RI 0 PAVER rTh INTERSECTION LAYOUT — ot,) suLE 1- 2o. ALAMEDA & DEL MAR CONSULTAVS SHEEF NO. C013E SHED- 067 I 159 RECORD DRAW NO STR —8 72 CITY PROJECT I E12091 OT 17, BLOCK 26 DEL MAR 17 32.0. LCURB RAMP 16.09 SE. i� I II I LT Imw MEDA 5TcA 293;9104.9. 200 T 30+00 c"AW SNEEr 0 �r BID 2. Ex�s. - ss' r o L. MATCN EXISTING STA 30+40, 32.0 CURB RAMP 16.59 ST LOT 17, DEL VOL. 4, PG. 17 I PE 61 -NAPLES FA,FA.E.TTI,SiEN90WR, TIE-IN \'I no na na _7--na 30,39i4. 20 31+00 PROP CURB INLET STO ALAMEDA ST STA 29+90.9. Od ST .006 33 MAR goEm I) SEE STREET • STORM PLAN & PROFILE SHEETS AND EWER, WASTEWATER AND GAS wr KI 160106106 RD a OMWLSR.VIP wr. CURB RAMP 15 70 SY EXIST TC31. 074E(m`E BID 1 - Ert IVA.#vENT) - 32.79 m } n INTERSECTION LAYOUT ALAMEDA & NAPLES s > MATCH EXISTING STA 'O 066rs snEEr No. C013F SHEET 068 T 159 RECORD DRAWING N0. STR-872 CITY PROJECT ! E12O91 16 II I II .TCH DEISTING STA 33.3.9. SAO. IXIST. = 32.1. IWVIM89.11FINVETZLE SHEET 1310 1 TsTRTIG:33 27 EcTH„Irc5,.0. , STA 33.9.8. 03.0. STA 33+83. 3,0. CURB MAP 18.42 SY STA=33+81A. 31.O• ALAMEDA ST -.PI01'"t0T0'0 1;=73.=rfas• , = STO .0 S. F:k.F4379.FTA.0. RT CURB RAMP 15.33 SY \ -AT 77" TP = 31.29 /I iliANF,TiCi 7017.1 RE -114 STO " 1 41' LOT 18, DE VOL. 4, PG. 18 E4N.713iiN 51 , Or•gI. 1.-31ip, 30.0. 34+00 Trw'wT,01,-?. 911A = 31.0. — VW K 32 NOIES1 1) SEE STREET .0R1/ AAR A PROFILE SHEETS ADD WED, WASI.VATER AHD GAS utLrzFE0-1,'01— 11707 31 renT„Tru orzrP — ST.4=3143.'1V. STA 33+13.8. 40, RT NicA. 33a56. 33.0. FL STA 33+32.4. 32.0. RT FL = 31.89. STTsA=333:218,8. RT IAATCH DOSTING STA. 33+33.6. .0 RT F"%3S3T243N3%" DOST STA 33+81, 33.0. RT TS = 33.15. '33+81.9. .40.;Wir STA 33+74.5 32.0' DT -EC 35043 S.. 33+89.2. 50.0' Frt TS + 32.343 MATCH ENISENG STA 33,0.2. RT = 12.19 r‘.°13?'01T.9'.'15.0. RT 3. PAVENENT TRANS N E MENEM .NS. SHEET N 32,54 070 (*700 E40 I GO AVEDIENT) rTh INTERSECTION LAYOUT — ALAMEDA & ATLANTIC CONSULTANOS SHEEF No. C013G 2 SHEET 069 6 159 WORD ORMNG NO. STR-872 CITY PROJECT I E12091 LOT 17, BLOCK 28 DEL MAR VOL. 4, PG. 9, M.R.N.C.T. 17 655.0. LT rACH34XAT.87S.S.O. LT EXIST. = 3140 STTc0. 13660. 39.7' eURIS RAW 1670 sr 0-117 (BASE BpSHEET BO 1 - 010IO SHEET PA i 700 LOT 17, BLOCK 2 DEL MAR VOL. 4, PG. 9, M.R.N.C.T. 17 CURB RAMP 7 66 SY CURB RAMP 11 67 ALAMEDA ST 970 STO 36+BO PROP CURB INLET STA 36+23.3. 17 51 OE OE vv -I-- vv_ vv- vv —rT 31 R. N. C.T. 11 SE STORM 1AN s& PROFILE ox SHEETS AND WA., WASTEWATER AND GAS n>PE KI 170100100, p a 0166 AxP TAPE. VW -CURB RAMP 16.65 Sr 4OUT TIE-IN 37 +00 1�A-NERN Doe 9. ST CROWN a TIE-IN STO STO CURB RAMP 25.16 S I 1TYPE 71 OE near SS 0' RT oI (BEAMBc 7 1 % 10000 1'66 RT n INTERSECTION LAYOUT - ALAMEDA & SOUTHERN PROP CURB INLET 24 LT rr xo. C013H SHEET 070 T 159 RECORD MIMIC x0. STR-872 CITY PROJECT ! E12091 CLIFFORD ST ,Y TRrC ''�\Eo\I.ZRCEY co . ALAMEDA ST R=3 0.86' R. TM' _ STA 9+74.0 58.0' R+] 1 ET �a,Y FL,-.=!'r STA 5+72 3 Sk 5' 1. \VOL 4 = 8� EL ` x}.se BUS STOP LAYOUTS 1u ALAMEDA ST 3200 CONCRETE BUS SHELTER a JOINTED Eo CONCRETE T (.Es)_ 33+00 NOTES: ,)ruV ERxiuIomO s�o I z)ARnErTONSErZWEAwimumIISTNc g.)7E 00092. REREa�RG $ 0R+Y0 sj eE Us -71117, GAS N. RPOErnE�55FET55R TOR STCHY q+AiYeCE de UTILITY BUS STOP LAYOUTS 0 cmrsuuAxrss+Tu+ NO. C015B 2 2 _ +0 0.) (SNIII) Q rn A21113 8 0 t'0 y E 15 o`er^ No z5 Qo SHEET 071 159 RECORD UWN9NG N0. STR-872 MY PROJECT # 02091 CONCRETE PAVEMENT NOTES,. 1. LONGI GOINAL AND TRANSVERSE STE L SHALL BE El- BAPS 1 2 2. COM EETE PAvd NT SHALL Causes or 4.000221 CONCRETE AS PER SPECIFICATION 025820. CONTRACTION JOINT PLAN o SOME 1.. 1 o 101 20 cm00LUErs SHEET No. CO15 ry LLz SHEET 072 T 159 RECORD DRAW NO. STR-872 CITY PROJECT # E12091 CONSUL UNrS SHEET NO.. CO20 Val .•„r M. xA SEALANT DOTI CORMS w-ur 'APSE`.... Tfk�11 5:' S lr11 5 AN. THONY B. GAVLIK 109896 •' Ir5 1. Il� c.,</CENSE: ��� crg;tTONAL 1. RES. z 12°o 1Y OZ. V CURB Nnwe. ,sEmm.Eo Sava ' = no-. SELE-L.EING ISIXONE JONI SEAL OR NPROLED Eq. wx,1,1o1 1E11131 I. .IANSCN MG DEE MOSEMM��E >9Vo •� f• QNTR.. / .2%ii �'' ,n DEEP S IX ME TRANSITION .oo<TME NEW ,a ,� I ' -�$ R o . _ £ fr _r $RSE CON lan ME Br r EsueAT - N n , MIMI PI EThD o.;TMx� CONO. PAVEMENTP0URECM LONGITUDINAL OR TRANSVERSE TYPICAL 6 CURB DETAIL SAWED LONGITUDINAL JOINT CONSTRUCTION JOINT NOT o SONE wore' wyi. vMEs - .snw*L ax xxS oxo DAM MELON xvNx SEE PAIS SIMONEY INT S OR _ _ CITY of CORPUS CHRISTI TEXAS Department of Engineering Services tl # e . «i Mpl . A '4111111 TM INITIAL S. CUT m• LO. SECTION AS CONCRETE TO ASPHALT TRANSVERSE SAWED PAVEMENT SECTION TIE-IN DETAIL CONTRACTION JOINT EXPANSION JOINT NOT TO SO. JOINT SEALANT COMPOUND M 5 SOUTH ALAMEDA STREET FROM a AYERS STREET TO LOUISIANA AVE. s w (BOND ISSUE 2012) 04 -STREET AND STORM COCC CONCRETE PAVEMENT STANDARD DETAILS 17NFP4 NOV; I. ME LocAnox OF JOINTS SNIT, BE AS .0. ...RE IN ME DRAWN.. CONSTRL.011 .0 ME TWO SNEED JOINTS a STR-872 CITY PROJECT # E12091 A1 SIDEWALK TIE—IN INLET DETAIL DN S.A N.T.S. CONCRETE PAVEMENT REINFORCED REINFORCED/10 Ras a D.C. B.A. 2 CONCRETE PAVEMENT DETAIL CURER( 1RU US g)SAAUOWED. 0 -NARROWED SIDEWALK AT UTILITY POLE zalD? SINE. x s REFEREDa cuaB irvE GENERAL CEMENT Ery NNLLMEB.'S 50 11. HYDRAULIC E R REQUIREMENTS OF SECT. 025620. WIOTH VARIES 1 CND CONCRETE MEDIAN RB o�S SINE, xi,S TERAL EIATD.. rsnoIXwx cE EgEr /s1 BLOCK CURB EXPANSION JOINT .pzJ�E x.s n EXTERIOR BOLLARD DETAIL 3. SHALL BE SUP50.0,,RT,E,D:31;10 CONSTRUDTON TO MAINTAN NOT LESS THAN 3.5. AND NOT . JOINT SEALANT al RmS. E MJIAEM 285/255 OR EWA_ TWO PAR POLYUREM/INE JOINS SEALANT. 5. TRANSVERSE EXPANSION JOINTS 13, LOAD TRANSVE13SE S(STEM SHALL BE PLACED AS SHOWN ON SHE, 072 6. TRANSVERSE CONTRACFON JOINTS SHALL BE PLACED AS SHOWN ON SHE, 072 J. CONTRACTOR SHALL ADO SAWED CONAMOTION JO!. AT NRN B. 0,AIL APPLIES TO BASE BID 01 - RIGID PAVEMENT. SHARED PAVEMENT MARKING 1=1 o a TRAVFL I ANE S 14' xRnac a 112.1. LA IF" 20. (05fl DP uw0) ncNs I . .. WO TR rm a (uxc) TYPICAL SHARFD PAVEMENT MARKINGS TREATMENTS (1?30') £X088 DP ) 5 V ) //,% 1 f / \ •{j0'30 Nrwe (anrtR OF UNE) �/// (1•) STRIPING LAYOUT 514E. FOR PLACEMENT OF MARKINGS AND LEMNOS. SHARED PAVEMENT MARKINGS DETAILS CONSULTANYS vim no. CO 14 SHEET 074 1 159 RccoaD Danmi,ve xo. STR-872 CITY PROJECT # E1209) TYPICAL 6" CURB & GUTTER DETAIL NOT SCALE 4" CURB & GUTTER DETAIL NOT TO SCALE a' mPclx EL BYO TYPE IF HEADER CURB DETAIL 6" REVERSE CURB & GUTTER DETAIL NOT SCALE CAP SON CREGSTII. x NPxmm mw.� 3/' To?, zr,rszr CAP SEAL DETAIL CAP SEAL DETAIL NEW CONC. TO NEW CONC. NEW CONC. TO EXIST. CONC. NOT TO SCALE nu- TO SCALE PAY IS RETAINING CURB OF PAN. OUNNO A CONSULTANTS OIL, NO. CO 14A TYPE 'A' HEADER CURB DETAIL HOT PO 5.LE ■�'.O NIORN A 11. • PLAN 111W SECTION A -A 5' VALLEY GUTTER DETAIL -"` X0" "En" NOT TO SGLE VALLEY GUTTER NOTE: CURB AND GUTTER TIE-IN DETAIL SIDEWALK RETAINING CURB DETAIL PLAN FOR SIDEWALK HOT TO SCALE NOT SGLE PLAN SIDEWALK DRAIN HOT PO .LE SURFACE & SIDEWALK SLOPE BEHIND CURB NEW TO EXISTING SIDEWALK TIE-IN DETAIL NOY GAG HOT TO SCALE SECTION B -B NOT TO SCALE CURB & CUTTER AND HEADER CURB NOS' 1. 0,4,LL C061DIDLETEp.,C51.5L11.: IMO BSA. PO TEONE n =AB/Dr Em"/. -AT oa oc .(1:11 .`Ix D N4 EL"GA IW:) x rorwas Is• LONG SPACED As POCATE0 Ole MEN :141411.vgINTH OE ,.X1rOP 755 THE ED NT 9 NCIAS NO NIS G. smlNwm@RENSAII5(e'Eu uul1� ul Ix) DOOVILENT SDAD- MOO A NOON OF II BEYOND THE B. OF COI "�mxort OF m AcG xwdSINEELOLTOIr�KK �u"xmR a�)o��E m�E u�x �xnEe�N BnmglHfwu"Pswxls1"41"PnSCI eEx+unX NO GTER TUTPNo ix CO. O m PROTECT THE 11045TuxF OF THE SIDEINALN NOTES. I. ALL n 4/4' ".11000.APNeox BOP. ALL COP,C.BEE aASS T. Hoo DO ALL STPD OBOEW M - CONCRUE TO REC. BROOM F1139. ms .mix s0E a 'BEE' WM. DE SOCED TO BATCH OE W.. TNE SOO. SHED- 075 I 159 RECORD MIMIC N0. STR-872 DIY PROJECT # E12091 CONCRETE PAVEMENT ASPHALT PAVEMENT WITH IT' CURB WITH S"CBG STD. 6" CURB CURB DRNEWAY CUTTER (PAY AS STD. CURB & GUTTER) CURB SID. CURB & GUTTER OR CONCRETE PORT & CURB PLAN DRIVEWAY WITH TIED SIDEWALK HOT SM. CONCRETE PAVEMENT ASPHALT PAVEMENT WITH 6" CURB WITH 6" CSG DR.*, WIDITH, (W) PER PVN / OVAL SCHEDULE (111/2) (W/2) STD. 6" CURB wPMwsw 00011 OWC Igc 1431T a 1-mrmNxrlon luP (W/Z (W'/2) 200.00' RE FLARE DRIVEWAY CURER (PAY AS SID. CURB & CUTTER) 0R CONCRETE PVMT & CURB ��WW.uN1 STD. CURB & CURER PLAN DRIVEWAY WITH DETACHED SIDEWALK ROT TO SCOW SUMMARY OF CONCRETE DRIVEWAYS STATION DRN'EY.'AT S WIDTH '11/DIMENSION (R) 'C' (R) DIMENSION '5 (R) DIMENSION 'B' (R) DIMENSION 'A' (R) OR ''AT (CONCRETE) (SY) DRIVEWAY (CONCRETE) (PRIVATE) (8Y) 20+45.65 Li I W.5} 0 5 0 0 42.85 0 R0+93.94 Li R 18.04 0 0 22.98 0 19+85.01 RT 3 3552 0 5 0 0 56.97 0 0 31.93 113.51 28+42.08 RI 10 31.35 2 12 0.5 0 28+90.91 M 20.11 2 12 0.5 0 5180 0 32+10.75 RI 12 1689 0 5.5 2.5 0 13 R9 0 35+10.56 Li 13 42.37 2 0.5 0 93.66 0 37+67.80 Li 14 15.64 2 0 0 21.90 0 35+12.59 RE 15 63.72 0 0.5 0 117.20 0 2250 10.03 0 5 OS 0 0 TO1u5 16 CRIVFWAY NOT t CVO. CROW SLOW. SE OWES CDR OF STFRO 03 wmsW,VOnaicTlµtiwmrnaPSVO itrr'W'Timaely 41cx11T WrrH THEareeTas'CEu.TSSc1c010xNDM'ST cx°T211/4 Wne1s :'17 ac TO cmxea WNW. TO W. aam wvr �i, SPECIAL NOTE: THE EWE TYPE OF ENGINEER, BASED ON DRIVEWAY A EXIST. CONDITIONS. �NINEO BY THE cmrsuuANYS SNEr/ NO. CO 14B 2 SHED- 076 159 RECORD DRAINNC N0. STR-872 CM' PROJECT # E1209) SECTION DRIVEWAY WITH TIED SIDEWALK NOT SCALE SECTION DRIVEWAY WITH DETACHED SIDEWALK NOS SO SCALE PLAN DRIVEWAY GUTTER POT TO SOA. ONLYDRIVEWAYTUN TIED SIDEWALK P.11.13. a 0.0 000-5 a wort x/ .TO NN corr. ow.) W.( SECTION ow �.xRPT . cxT�x DRIVEWAY GUTTER NOT TO MALE TYP. DRIVEWAY HEADER CURB DETAIL HOS SO SCALE CONC. DRIVEWAY TO ASPHALT PAVEMENT TIE-IN DETAIL cmrsuuuNrs sNm No. C014C TNNYS SHEET 077 T 159 RECORD OPENING NO. STR-872 CITY PROJECT # E12091 VIC EXPANSION JOINTS mv) PROPERTY SNE eg TOOLED AOUNIWG JOINT 3/4' ora¢iON JOINTS Oro, [:/ "mSIDEWALK 6 ZaFADE-CUT CVRD AOwt-, \ I SACK Or axed . CONSTRUCTION .iowi--„., FADE -0.k CURB BACK OF CURD � O xw / irw<tem(M) TYPE (C) DRIVEWAY NOT . SCALE RPM av DMIA EXPANSION JOINT (m)J 1. TYPES (TMR) & (1745) DRIVEWAY NOT TO SCALE (u( (WSJ u°♦; a°6x IWPwSswN JOINT RBTO TYPES (MRA) & (MCA) DRIVEWAY \ \ mo OM v=, CONTINUOUS ADE 7 CONTINUOUS EYRANSION JOINT RED 1/7 (r: (W2) WWI AS ccuneEx mrnw) NO JOIN( REQUIRED IF W < e' (m) TYPE (S) DRIVEWAY NOT TO SCALE THICK WALKWAY DRIVEWAY DRIVEWAY �owr ExPaisia r pvPl TYPES (MRB) & (MCB) DRIVEWAY SACK OF OAPS STANDARD DRIVEWAY DIMENSION MOON TYPE (ErJ 0W.) ) 10-30 10 18-35 15 MRA 10-30 5-10 AARB 10-30 MCA 10 18-35 10-20 MOB 10 18-35 TR 10-30 CID TIME <18 <10 VALUE OF MY BE CHANGED BY ENG. RANGE OF NORMALLY ACCEPTABLE VALUES LEGEND (DRIVE TYPE) C = COMMERICAL DRIVEWAY CONS LTANYS s(m no. CO 14D Psi'•• VA SHEET 078) 159 RECORD DRAW R0. STR-872 CITY PROJECT // E12091 Ctiel ITROZAY Br Ziall' ED ON BY '7,17r0170, A. CONSULTANTS SHEET NO. 0017 f SE OTEY4 %S (/ _101367 :.�W® %... ;...DANL BILE,,. m awwRvcmw ro IRON.BE 41 47 WARN) \-/F 'n' -A*, A • 1 V. R N I roa'SOM. OVACNED TYPE 1 I I TWE 4 TWE A I I TWE fol PERPENDICULAR CURB RAMP DIAGONAL COMBINATION CURB RAMP DIAGONAL CURB RAMP CURB RAMP MID—BLOCK PLACEMENT (SIDEWALK ADJACENT TO CURB) PERPENOICUlAR TO 700 TANGENT OF THE CURB RETURNED CURB) PERPENDICULAR RAMPS RADIUS AND CONTAINED IN CROSSWALK CITY of CORPUS CHRISTI TEXAS Department of Engineering Services §WrY�sN//N/G W ua $rS.�...._ . •v.•-{ c TRJaax a uv O' "",M� aR mlNblwN m SMELT �k TYPE 2 TWE s TYPE 6 TYPE ill PARALLEL CURB RAMP WITH SIDEWALK ADJACENT TO CURB COMBINATION CURB RAMP DIRECTIONAL RAMP WITHIN RADIUS CURB RAMPS AT MEDIAN ISLAND (USE ONLY WHERE WATER WILL NOT POND IN THE LANDING) (SIDEWALK ADJACENT TO CURB) K o SOUTH ALAMEDA STREET FROM o AYERS STREET TO LOUISIANA AVE. (BOND ISSUE 2012) 04—STREET AND STORM CITY OF CORPUS CHRISTI PEDESTRIAN co CURB RAMP STANDARDS (1 OF 4) CURB Naar mw :. e' m o' did ®� wv m, mmw' sarwvr a rw . "' x W. MINIMIN &MEd s.veexa rs ttss may a xax nexws oeEavae'c warvnxc svwrac •:.:' . v -i( e?aF ..ULT ` j a _I r �`wwlN skcwur - - uiiu a. -Ta 11T1 �, ) IT' m Acr I TWE 3 I TYPEI 'TYPE 9 1 I TYPE 12 PARALLEL CURB RAMP - .6 DIRECTIONAL RAMP WITHIN RADIUS OFFSET PARALLEL CURB RAMP FLUSH CURB RAMP AT MEDIAN ISLAND OPENING (SIDEWALK SET BACK FROM CURB) STR-872 CITY PROJECT ! 012091 TYPE 131 AT INTERSECTION W/FREE RIGHT TURN & ISLAND COMBINATION ISLAND RAMPS TYPE 14 PERPENDICULAR CURB RAMPS (BI-DIRECTIONAL) (SIDEWALK SET BACK FROM CURB) HEADER CURBS AT CURB RAMP SUBGR4DE PREPARATION: 1. SUBGRADE UNDER CONCRETE SIDEWALKS AND CURB SHAT. BE COMPACTED TO 95% STANDARD RAMPS DENSITY SIDEWALK NOTES: I. THE MINIMUM SIDEWALK WIDTH FOR ALL ARTERAM AND WHERECOLLECTOR STREETS IS 5'. CAN NOT BE PROVIDED NTEE TO 5COCONSTRAIN.STRAIN� MINIMUM 4' SIDEWALK MAY BE PROVIDED. 5 IND AREAS SHALE 8E PROVIDED AT INTERVALS NOT TO EXCEED 200' FOR PLL SIDEWALKS LESS THAN 5' IN 2. MAXIMUM ALLOWABLE CROSS SLOPE N SIDEWALK SURFACE AL .1 ALL OMAN.. JOINTS 70 803/4" HICK 400D FIBER OT HERWISE RAPREGNATED SE NOTED. EAP BOARD, UNLESS 9. ALL CONCRETE 10 BE CLASS A' f0-3,000 PSI. ALL REINFORCING STEEL 10 BE GRADE 60. Ty -60,000 R. 5. SIDEWALKS SHALL BE AT LEAST 4" THICK CONCRETE. 9 CONCRETE SURFACE TO RECEIVE BROOM FINISH. 1. TRANSVERSE CNH40000 .HINTS 1/ ' WADE BY 1/2" DEEP SHALL BE CUT IN ALL SIDEWALKS AT 5'-0" INTERVALS (MAXIMUM). B. PROVIDE PEDEST.IN ACCESSIBLE ROUTE WITH DETECTABLE WARNING SURFACE FOR SIDEWALKS TENT INTERSECT CONTROLLED DRIVEWAYS. DETECTABLE WARNING SURFACE SHALL BE A UM OF 29" IN DEPTH IN THE DIRECTION OF PEDES.AN AND ITE WHERE IT INTERSECTS HE CONTROLLED DRIVEWAEXTEND THE FULL MOM OF THE ACCESSIBLE Y. CURB R4MP NOTES: 1 DE CURB RAMPS WHEREVER AN ACCESSIBLE ROUTE CROSSES (PENETRATES) A CURB. 2. RI OPE PRRER. RAMPS AND LANDING AREAS RAMP ADI DIRECTION OFVEL SIDE SLOPE OF RAMP (CROSS SLOPE OF RAMP LAND. AREA (ALL DIRECD045) MAX SLOPE (.1. /0 IN PER FT) 1:12 / 8.930 / f PER FT 1:50 / 2% / 024" PER FT 1:50 / 2% / 024" PER FT ADJOINING ARAB SIDEWALK IN DIRECTION OF )RAVEL 1:20 / 5% / 060" PER FT SIDEWALK 1:50/2%/0.24" PER fT GUTTER IN DIRECTION OF )RAVEL 1:20 / 50 / 060 PER FT A SMOOTH TRANS.. (50450) IN DIRECTION OF TRAVEL IS REQUIRED WHERE RAMPS TRAJSMON TO HE STREET 3. PROVIDE FLARED SIDES WHERE HE PEDESTR4N CIRCULATION PAH CROSSES HE CNB RAMP. FLARED SLOPEDSIDES SHALL BE PARALLEL TO THE MEASURED USED ONLY MIME CU o.S RETURNED CURBS .MAY BE NORMALLY WALK ACROSS HE RAMPEITHER B HE ...HT SURFACE IS PLANTED, SU.TAAMALLY OBSTRUCTED, OR OTHERWISE PROTECTED. 4. LANDINGS SFW) BE 5'X5' MINIMUM MTH A MAXIMUM 2% SLOPE IN ANY DIRECTION. 5. CURB RAMP MUST BE CROSSWALK MARKINGS, EXCLUDING DING SIDE FLARES. NEO IN CURB RAMP NOTES (CONTINUED): 6 CURB RAMPS. FLARES AND LANDINGS SHALL BE AT LEAST 5" THICK EoNCRETE AND EXPANSION JOINTS SHALL TYPICALLY BE USED AT MATO.. WITH ADJOINING AREAS 1 SHALL BE AMMMINIMUM SPACE ACIF 49(4' WHOLLY CONTAINED WM. THE C.SSWALIC AND WHOLLY OUTSIDE IHE PARALLEL VEHICULAR TRAVEL PAM. LAYBACK CURB O CUTTER MAY BE CONSTRUCTED MONOLITHICALLY MRI CURB RAMPS PROVIDE N0. 4 X 12" LONG SMOOTH DOWELS 0 12" N CENTERS IF NOT PUKED MOAOLITHICALLY. 9. PROVIDE A SMOOTH TRANSITION WHERE THE CURB RAMPS CONNECT TO ME STREET. 5% MAXIMUM SLOPE IN GUTTER. 10. DESIGN. LLCMREFLECnIK ALUC ANRAMP TEXTURE RMRMAY BE POUND IN ME' CURRENT EDITION OF THE TEXAS ACCESSIBILITY STANDARDS (TAS) AND 16 TAC 468102. 11. DIAGONAL CURB RAMPS ARE DISCOURAGED. DIACONAL CURB RAMPS MAY BE ALLOWED N A CASE-BY-CASE BASIS ONLY IF OTHER CONNGUNATONS ARE NUT FEASIBLE AND MUST BE APPROVED BY THE CITY PRIOR S.0 12 FINAL BE CCOMNCENIRUPON TANCE HE CONT... SHALL RMR DING HE CRY WITH A FINAL INSPECTION REPORT FROM A PER • 116T AC L26REGIS852 STATING ACCESSIBILITY ALL (AMERICA.ST WITH DI...ES ACT) HANDICAP VEMENLS. AS COMPLY ACCESSIBILITYSTANDARD AS) FOR AILMINATION Or ARCHITECTURAL BARRIERS SPP a PER GOVERNMENT COBE CHAPTER 469. DETECTABLE WARNING SURFACE NOTES: 3 CURB .LIPS MUST CONTAIN A DETECTABLE WARNING SURFACE THAT CONSISTS OF RAISED TRUNCATE. DOMES COMPLYING W. SECTION 105 OF THE TAS. HE SURFACE MUST CONTRAST VISUALLY W. ADJOINING SURFACES INCLUDING SIDE FLARES. 2. DETECTABLE WARNING SURFACE FOR RAMPS SHALL B£ ADA SOLUTIONS, S,, INC. P NO. 246NEP VEO EQUIVALENT,SURFACE TAI K "BR RED" COL TRUNCATED DOME, APPRO 3. ALIGN TRUNCATED DOMES IN HE DIRECTION OF PEOESTRMN IRA. WHEN ENTERING THE STREET. 4. DETECTABLE WARNING SURFACES S.. BE A MINIMUM OF 24" IN DEPTH IN HE DIRECTION OF PEDESTRIAN TRAVEL, ARO EXTEND THE FULL MUM OF THE CURB RAMP OR LANDING WHE. THE PEDESTRIAN ACCESS ROUTE MITERS THE STREEE 5. DETECTABLE WMNING SURFACES SHALL BE LOCATED SM THAT HE EDGE NEAREST H£ CURB LINE IS A MINIUM OF 6" ANDA MAXIMUM OF 10" FROM HE EXTENSION OF HE FACE CF CURB. DETECTABLE WARNING SURFACES TO BE CURVED ALONG ME CORNER RADIUS. CONSULTANTS SHEET NO. C018 2 0 • .2 2 41 U SHEET 080 / 159 RECORD DRAWING N0. STR-872 CITY PROJECT 1 E12091 SETBACK SIDEWALK APRON OFFSET SIDEWALK WIDE SIDEWALK SIDEWALK TREATMENT AT DRIVEWAYS PROTECTED ZONE GENERA, NOTES I. ARE MAXIMUM ALLOWABLE THE (EAST POSSIBLE SLOPE THAT WILL STILLSLOPESDRAIN PROPERLY SHOULD BE USED. 1. RAGE TRAFFIC SIGNAL OR ILLUMINAON Pacts, GROUND BOXES. CONIRL LER BOXES SIGNS DRAINAGE FACNIIES AND OTHER ITEMS SO AS NOT TO OBSTRUCT RE ACCESSIBLE ROUT' OR CLEAR GROUND SPACE E. THE MAXIMUM ALLOWABLE SIDEWMX CROSS SLOPE EQUALS -Y% 4. STREET GRADES AND CROSS SLOPES SHALL BE AS SHOWN ELSEWHERE IN THE S EXISTING FUTURES THAT COMPLY MDT TAS MAY RAMMN IN RAGE' UNLESS OTHERWISE SHOWN ON THE PIANS 6. CHANGES 1N LEVEL GREATER THAN 6INCH ARE NOT PERMUTED. X 'THE LUST POSSl&£ GRADE SHOULD BE USED TO MAYI E ACCESSIBILRY. RIE RUNNING SLOPE OF SIDEWALKS AND CROSSWALKS WITH1 THE PUDIC OF -WAY, MAY FOLLOW THE GRADE OF THE PARALLEL ROADWAY. WHERE A CONTINUOUS GRADE GREATER THAN S% MUST 0E:S1066WD, HANDRAILS MAY BE DESIRABLE ON ONE OR BOTH SIDES OF RIE SIDEWALK TO IMPROVE ACCESSIBILITY. SMAY AL50 BE NEED O PROTECT PFDESTRIM6 FROM PoTENTLKtY CITDRXNdS IF HANDRAILS MUST' COMPLY W?N TAS f.BS. HANDRAIL EXTENSIONS SHALL NOT PROTRUDE INTO THE USARF LAMING AREA OR I INTRS.TING PEDESTRIAN ROUTES 9. SIDEWALK DETAILS ARE SHOWN ELSEWHERE IN THE PLANS. CLEAR GROUND SPACE CENTERED AT PEDESTRIAN PUSH BUTTON BO PLAN VIEW PLACEMENT OF STREET FIXTURES (ITEMS NOT INTENDED FOR PUBLIC USE. INIMUM 4' X 4' CLUB GROUND SPACE REQUIRED AT PUBLIC USE FIXTURES.) PROMO:O. =EOM OF A BY OWE AMO DO NOY REOME DETECTION BARRIER FOR VERTICAL CLEARANCE <80" CONSULTANTS SNEEr NO. C019 ry rrc SHEET 081 T 159 RECORD DRAWING NO. STR-872 CITY PROJECT # 012091 4(;) CONSULUxrs vim w.. CO20 ♦♦♦♦I v/7 • 1 %SAMUEL SALDIVAR, JR.4 • 92638 4% SENS,f �?jr DETECTABLE WARNINGS WAIT. suRPw<c 101 'P'ni�R`io` eye 11 ' PA 716EgPST �. 6. IPPY = € I LAMM / tl rtU ni ED ve FauPS PS S w d- �p rL ° '9„ °°DODO' 0 „ § -og, e 0 ° ,0:::,, ane PARALLEL CURB RAMP n uAx a� TYPICAL PLACEMENT OF DETECTABLE WARNVNG SURFACE ON LANDING AT STREET EDGE PERPENDICULAR CURB RAMP TYPICAL PLACEMENT OF DETECTABLE WARNING SURFACE ON SLOPING RAMP RUN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services AMP PAP6 OR PO. I REM 0 12. 0.6E16 PAPPICAPED PEPE... WA.. PAP. X;" mo„ g Bio uxoixc wxP°1Nnn�o Qa sxnu CUT PAs psi , _ ''''',,,,,,,,,,, ,,,,�� ,.... Y CMS , '1‘,''' Pµo. Dx�Fa '. MPH 6 o 5 SOUTH ALAMEDA STREET FROM o AYERS STREET TO LOUISIANA AVE. s m (BOND ISSUE 2012) 04—STREET AND STORM CITY OF CORPUS CHRISTI PEDESTRIAN co CURB RAMP STANDARDS (4 OF 4) ,,0000000000 X09°949°9'9° "" CLAPS A CONCRETE SECTION A—A TYPICAL SECTION THROUGH CURB RAMP DIRECTIONAL CURB RAMP RAMP "°°`°""" 3 g.q TYPICAL PLACEMENT OF DETECTABLEyl��y� WARNING SURFACE ON SLOPING RAMP RUN AT A RADIUS �'-js -' .,. �\� ...""'° - - \ . \ Pursiox vhxw. Dan. .,: N4 . ,:... SECTION B—B CURB RAMP PROFILE s E STR-872 cin PROJECT !E12091 rs CO20A 5 ANTHONY B. GAVLIK 109896 •' I1 c.,</CENSE: .ki /ONAL ``N GSE sa TO +w. DrR.I a .omP.) 10DEW 6ca,x,s 0E9 CURB cu P wa� ., cw[um 0, file €_ P "' muls,n RIi '13. I / snna t USE XPED N6 KEEP IEFf Mau Flo p mem,, KEEP1 I5:EEP I KEEP IEfT Mau Flo R9 5 IMOD, R9-7 IMOD., It2 +t8 , 09 09) 4 R -] I12"x10") R9 ]IMOD., I12 xt8 , CYCLE NOCK/MEW. SUMMARY CITY of CORPUS CHRISTI TEXAS Department of Engineering Services m maEawj a MOWN m 84900 49 UNBUFFERED CYCLE TRACK AT INTERSECTION (SIGNALIZED OR ALL WAY STOP)5 �. .x I. mm. NM 717NSCAM .N 1. xmumrow o.xsw wABOVE 71.1E NOMA (rDP . vania. FEET. M 100' mP.) s0 ro ,w' mo Nso I pp pi o Ta .0.m.)1 E �ma 1....... ES). T6FEET FOR CCM. CURB R.P 0E9 OmreR mP.l COLORED CONCRETE CYCLE TRACK 51411 BE ERFELO COL.. a..Nw �c.CU P /-COwa. .1.0R .1) <a.RY s� OR APP.VE0 m.ca tsaa'I/ UNI-IIEI OMR. CONCRETE roan sPEaPKnnox SECTOR 025680.o �.,' SrawED CONCRETE V917 swu BE a• MOE 9uIIER<[M, mEOR- I.tanva N P.N. zm. COUP 0R .PPLO EUMwar SOUTH ALAMEDA STREET FROM O AYERS STREET TO LOUISIANA AVE. w (BOND ISSUE 2012) 04 -STREET AND STORM CITY OF CORPUS CHRISTI CYCLE TRACK STANDARD DETAILS (1 OF 4) xxl ®era .:.... ( : ALL wxErawNS P...URED TO mE aria or CURS R.D... ,0 " ima RO )P°T.,ma° an uoE ST PEO rnwsnw 5 , RaN roREa E, =aaa E SZEZxrmEo71 nMPm .1 m DEu ixsrwma 14 rao,a aro m7r ti MI C'+$? usELErr XIN6 KEEP INGOT A 10 p, 31� = ( s KEEP ger r SIRJA KEEP LEFT A10 part R9-5 IM00., R9-7 IMOD.) R9-7 IMOD., I12"x18", !12'x18") 112"x18") !12'x18", UNBUFFERED CYCLE TRACK AT SIDE STREET INTERSECTION E NW TO SCLC STR-872 CITY PROJECT # E12091 CONSUL nxrs s,EEn no. CO20B �5:' '•S 11 5 ANTHONY B. GAVLIK 109896 •' I1 c.,</CENSE: 'ki crg;tTONAL oxmxu ,we w TO 1ro mwl rro1ro. ,i0 � ww'm.al 0 0 w� C RD To nxloxo, nus CURB c a,xEx m» _ 3 W MMU JT xe• ... 11:1 z' Nn g a .LA 0. WIDE STAMPED r KEEP 'KEEP 1 KP K EP c on , x1. .ex W. FED P XIM6 I 0 �b I " I O " CITY of CORPUS CHRISTI TEXAS Department of Engineering Services .0. ...../..... SxYYWY BUFFERED CYCLE TRACK AT INTERSECTION (SIGNALIZED OR ALL WAY STOP) axoaox( W au�ox MM. n 0Uwsox col MDT no a.�e ..✓.• 11x. BUFFERED I. PRY MORN. Pam 2. uixuxu J•rrie Writ V U. TIC axWM ts•>,w rope xmr, s Ux. VI UP 70 ovomm �'.o "cam s xe. "c x10114 v : ma... xo ouiaaon (g lxix. exW;xll pl Z IE o EOUNALENT. ALL CONCRETE FOR COLORED CONCRETE CYCLE TUCK SNAIL BE FT. S. COEN, UNLESS NOTED OTBERNTSE. REFER TO CITY sPEcroviox SECTION 025,40. 2. STAMPEDCONCRETE STRIP eROR"° c . sMaAPPROVEDco.(�T. 1 ALL DIMENSIONS ME ME/611RED XI 'DIE B. OF CURB w"Uco°x"�w'a1"xs c»' MORE CYCLE llt. SEGMENTS 111 xexx.ce Ux n,. xaolx x1x 1i e. FACT c 5 SOUTH ALAMEDA STREET FROM o AYERS STREET TO LOUISIANA AVE. (BOND ISSUE 2012) 04—STREET AND STORM CITY OF CORPUS CHRISTI CYCLE so TRACK STANDARD DETAILS (2 OF 4) a STR-872 CITY PROJECT # E12091 rs CO20C CCLOyRE0 CONCRETE 00 000010 S 4.1 r ..... .. 5 ANTHONY THONY B. GAVLIK 109896 A,/ mi . , ,..ag,c,g,"2<., - ME STAMPED CONC. STRIP __ CYCLE TRACK .DEWMKI H DOWL L ... LONG e le• ox. (rm.) coNaot cro_E TF•GX REINFORCING ii•211.1 ..._1 KIIIIIMEIMEME11.111MMilarlignMWMEINF LC•CTRATE ANCHOR NORM JOE., ,31 -, , i .L. 1 WU; GROUND 72 / , `,2,t4•LW/ MIR SECTION UNBUFFERED CYCLE TRACK • IN 0.• MP.) DETAIL A' ' tam FOR CONCRETE SLEW. MO CYCLE TRACK RIONTRCINC. REFER TO SOM. STD. . — — . .-- ii -‘,,. S.i g 0: 1 NOT TO SCALE COLORED NOT CO/CRETE TO RULE DEVILS UNLESS OTI•ReSE HMO. CONCRETE SOEWALK . STREET SIGN LAZE OR ARP 'CYLEILIVIUT'SrC'Er CTCLE No CONCRETE CYCLE TRACK REINFORCING MACK N Na WOE STAMPED CONC. STRIP 2717•ElirW" ztc.,°;:?g trzwtm raLr'. --....- ' Km ICYCLE 0 ICI r 116t CITY of CORPUS CHRISTI TEXAS Department of Engineering Services A:7'11J ti. FOR CONCRETE SOM. AND NATURAL GROUND DETAIL 'Ir CYCLE MCI( REINFORCING. CuRB AND GU 7E'r'rrlINIAr aT2 \ rli NOT TO SGLE DETULSVISS OTHaLSE /. .1 eff,e'relloN ReeeRiNer TAM r BAILEIBLLIBBILILE:L.Thad CYCLE TRACK/SCEWN.K SAMMY SECTION EMMEN -,.,r. -.40- ...... (0) 0.E1000EH PREF/M.1E0 P=TAMITOS-PERM•ENI DTS-tgg CLASS 7R.VVIC BEADS 0.-8280 BUFFERED CYCLE TRACK BICYCLE SYMBOL PANEL DETAILS NOT TO SCALE INCLIE: ' 'A:•,' E*VETZI.A.'ULPD:A7c71.7:.:"FVEr"` B. M. l• • 1E D'''''" (") NOT TO SCALE STREET SIGN 2"47WIPZ.OZ W.ZENI"g"° ' trrlit orei ovelvn4utr0.111.17r=1-40. MMUS UP TO FEEL (V), 6 ' ,...,.rirAir:,::_ Ar .11‘..- 2 2 k -N SOUTH ALAMEDA STREET FROM AYERS STREET TO LOUISIANA AVE. .0 5 0, (BOND ISSUE 2012) 04 -STREET AND STORM CITY OF CORPUS CHRISTI CYCLE TRACK STANDARD DETAILS (3 OF 4) ... CONCRETE ANCHOR ...0 mr melee of S/V dlessis NNM talf Bil• WO urro Nan Pr . Sr MP ASH AN heransd NENE HE Ana PAM IIN insi OW NEN hen a BIBBAN - DIAGONAL CROSSWALK DETAIL gt 2:675;nweet.., INN. ........." .... INK INEN WO ANION NMI to NOT TO SC. III. Tr, rr. INA• AM MEN Inalal Nil 10111 TN. I. ALL PANDENT MUNN= SBAN. BE MOE T,PE I REF -OSCINE MERBOP.STIC UNLESS OINER•SE NOIEO. BEI NM NE OWN% •Erade• :. 1 NATU CROUPO 71 ! 7 .4 r..1..44.......14....e.. 2. .1.1 ZIT NT WAKING WIE186.1.5 EH., BEET 'ME REQUIRED CERAM., HAIM. SPECInCABOXS BY an fee ... 11.......e. nitaNnirtlaa Tap ET NM NMI 3. Mar SON PHOZIENE NO mr.s ARE SHOYM ELSEWHERE IN atenl at Ma MO ANT1t0 or IN aster. • NE CLInni EAMON Or MEMO'S MOE FOR THE OEVELOPUENT Ci BICYCLE P.N.S SHOULD . IAN Ina* Bear. Peas .717=1:12:,..... • REFEFERCEO FOR WARMS IN OESION. 0 -MER GEOMIRIC COIEMONS. MO IME WON OPTIONS. 8 a 5 Ur :Inr="Nol I NA• :Bur ' n.YEZOVEBIZC rAUPMED s. ,.... Mohr me to •Nla• al NulaNnion NE IANERT N SEMON 015B13 OrENE NM STANNAES=B7C'E mon or naalmlyra of moo .d MOO pl. re•NONHN ''.°N.ANGIAAR'' "EtZSE Sel PE AN AM TY HOENNISHNHAD 6. FOZTAF.A15.1.1....PRIN.AN SNP BC LA.., FOP CM /PPP.. MON TO IRE PLACEI•Mr OF my SECTION PLACEMENT OF STREET SIGNS CONCRETE ANCHOR DETAIL TRIANGULAR SLIPBASE SYSTEM . ' 5 STR-872 ON UNBUFFERED CYCLE TRACK HOT TO SCALE NOT TO SCA. A R MY PROJECT 1 E1209) rs CO20D sasro.a;„:.. 'APSE`.A... T.fk�11 5 ANTHONY B. GAVLIK i ` 109896 •' Il� /ONAL ``N GSE SI P z. 7V 111 _-W CURB MO FOM„ ,OO.Fo ,aw cNc� �wcN ��-. LL LL z 0. =EccarcR ws CU s MDo,REO EE�a.s roO.EO ,OM sa wO. Ow,Eu . O PLAN UNBUFFERED CYCLE TRACK AT DRIVEWAY PLAN MDT O SGLE BUFFERED CYCLE TRACK NOT TO AT DRIVEWAY SCAa or ram STACCO CONCRETE J mw/-\ ux F. NOTE FOR Ra Slat CITY of CORPUS CHRISTI TEXAS Department of Engineering Services //: STOP SMELTER P. TO G. GO MO GE FROM OF RE GEOFF R.o TMn cmn ntcx 4 SVG S VAN J cvc� - N J —1HELLT SHELTER PPDL — `cum cc OurnA WnEs L7 J L7 HRH CYCLE TRAM/WM.RUMMY _ wwnwx Rw W RN au� a MOM* CO 050000 (Rl 5 SOUTH ALAMEDA STREET FROM a o AYERS STREET TO LOUISIANA AVE. s m (BOND ISSUE 2012) 04—STREET AND STORM Ecil CITY OF CORPUS CHRISTI CYCLE TRACK STANDARD DETAILS (4 OF 4) PLAN BUFFERED CYCLE TRACK AT BUS STOP SHELTER PAD UNBUFFERED SIMPERED ES -0. 7 x.. 5. UN s xlx. E a.✓.• WC s TAN. , uik 9 ler TO SCALE uNE _ � _ L / 'tl9IL VOTEHCRASINO par. I. MIMI 1 GLUE) m A°w`i {°R'R°: ASPHALT -r IU CmS (Irv.) c BA III III III III MONOuTHIC POUR E RAVELING DURING THE SASING TS SHOULD BE SAW COT 01THIN 12 HOURS OF I 111-1 11=111=1 11=111=1 NO JOINT SEALE 10. Lac a l'sMiss ESP DAMAGED ASPHA IL ASPHALT GESNERAL NOTES 1. nu CONCRETE susn nss (MOO AT 25 DAYS s .E sus STOP CONCRETE sop ccsassucncer SHALL BE pAD UNDER BID ITEM I-1 MUS en(IB• mics•, ,S,CH SHALL FULL cousa.sssou FOR ALL ssuosnces REMOVAL OF cuss. CORM EXCAVAMM, usu.. aususo uusssaus, RFNFORCING ST, coscarrs. CONCRETE MRS. JOINT& AND INCIOENTALS NECESSARY TO COMP.. ILIE KRA. a. BUS PAO MO cum susn BE uououncsns POURED. 5. ME CONTRA.OR SHAN CONSTRUCT AN MPANDON PONT MIDWAY IF THE MONMETE WS STOP PAO. IS LONGER THAN 150 FEET. NO DIRECT PAYMENT Si, BE MADE FOP CCNSTRUCTON OF AN EMANSION 20INT. 5. ACTUAL sus PAD LENGTH emo wom TO BE FELO DETERMINED as an ENGINE. Ins un OESIMATED REPRESPITA.5E. D. MD NOT DRIVE ON PAD UNTIL CONCRETE HAS REACHED A STREW. OF MOO P.S.I. 7 MEM TEST CYLINDERS AS B. CONCRETE Bus PM LLx¢m ( PROOF., EASONO SURMA. PAM BACKHOE CR SPAIMR EQUIP TO LOCATE A...AL SOFT REGIONS OF SURMA. AREAS .T1-1 IV OF SUITABLE MATMAL "SIM6�8�. RAwEx.'B;CL`:p wE E« =ucH BE�.�Bs Er D. (AMINO COROOLIANYS s,m No. CO 1 5A \%, Psi'•• 414 ry n LL2 ¢ o O LTJ o SHEET 087 / 159 RECORD UWN9NG NO. STR-872 CITY PROJECT # E12091 PLAN OFS'STANOAROINLET SONG& NOT, NOT TO SCALE RING ali0 CO. OPE .15 a�`wus`e�mrw vof mw.! mrrcw•� 1 s o.n or rmc c SECT/ONA-A NOT TO SGLE FLOWL/NE TRANS/T/GNAT/NLETFOR 4"ON 6"STD. CUROANO GUTTER NOT TO SCALE SIAN.. CURB INL, STEEL SCHEDULE Nut aF PREMAVED (rvum. ungnJ n' artsMRS rem'' R/bAs m ro" EARS L z/ a -z z/.ews DAM° SIANGHT 57.1.1- SEE 0E1- SEE SET. SIRAICHT PLAN VIEW I lir PICKSLOT DETAIL x4 rp• DR- e/.' GRATE SECTION GRATE BLOCK 293 yr DIA rrz ep' re } 2. xa/. ou v 12/13. Dip RING SECTION m, CITY STANOARO/NLETANO S/OWALAf MANNOLER/NOB COVEN CASTING OEM/LS NOT TO SCALE INLET AND SIDEWALK MANHOLE RING & COVER NOTES I. MeNHOLE RUG COVat SHALL BE EAST COMPN WHOLE ./SSEMPLE FOR LOAD RUNG 11011-TIUFFIC. 2. 00ESE DETAILS SHOW CREI-1.2 GS1-140, ELLE./ AT ANCLES PEN SI -PRP PERFECT PRISES 3. CAS020 FAIL BE TRUE TO PATTERN. PORK PM 0161,1210., FREE PROM ONIOKS. SPON01.2 3101010... 9. RACENE SURF.. TO II. Err W.1-11.10_ IPT RATTLE WITH PASS. TRAFFIC LOAD. S. TRAPPE 32/01 BE onlocro, moo K2.. 36 COM AFER PUCEMENT OF RING. R. RI.. MER SHALL BE OWED IN Mk TAP OR .12eLl. Vx rcznrz-.1=Itnz..-, PPOZVEEIPIPSTNOS Si, BE OOP LE. 8 101111.11.101 WOWS OF FINISPEO OPSTNOS COVER = 60 MUMS 0 -IE RING = 133 1.102. CONS LTANNS SHEET NO. CO22 \%, Psi'•• AAIN N0. 847-03 =UV ON L SECTIONS -IT NOT TO SCALE PLAN OA -STANDARD OWE/MET SECTIONC-C NOT TO SCALE Io 0� LO L_HJ .< IPC LE_ o EL1-1 4 0 N s,CT 088 T 159 RECORD UWN9NG N0. STR-872 CITY PROJECT # E12091 [Ana. cee Sraunr 11 aarlc. WA, LOU*. ri—Ar—REM —1 I — • I • z4.,7,1, -5T, PRE -GST CONC. MANHOLE NOTES: HS20 GOAD CONCRETE 2.8 .IMPRENNE - 5000 PSI RIGEORCEMENT STEEL - POO. PSI R.R 11111. SPLICE LEROTHS 34-225 I2 -2e 35-33. NALLERSG REINONC. PER ASIDI KETIVATIAETAIL 777'E 'A",11ANNOLE NOT TO SCALE Fogs= PLAN VIEW NOT TO SCALE PLAN 77PE W'AfAAINOLE NOT ND SONE riia,17.101° PLAN TYPE V'MANNOLE NOT SCNE COVER BACK L-H--eAr ve PICKSLOT DETAIL PP- . DE, DO3 -55 23/• OA 03 „A f' ,.._ 22 I/2. B. —.1 j V DU FRAME SECTION Mil r V. ON COVER SECTION CITY STANDARD ROA0iVA Y MANHOLE RING COVER CAS7MIC L7ETAIL NOT TO SGLE NOTE: VXZEOR'IrEgv SECTION TYPE WMANNOLE NOT SGLE ROADWAY MANHOLE RING St COVER NOTES 1 MHO, PINE 0 COVER SHALL BE EPST JONDAN V I lee ASS., MO NEREO FM FITZ =try OF NST NNW 01.20 -IN Ilee AM., ON THS SHEET um „ BEe timER ' '47:"'" ' ''''• 2 -sLBEL OZ. SRN =IRON cesnws, FILLETED AT INGLES 11.1 INTERCINICRAD. . 1 OM OF THS SHEEN •'•• '••• 1•NESSILD' ••710%.'• •'' 'E..".• F•EE •"' S M7IBIED7'NISFIO1paSPEOZTIN:LE COWL- IIPOD7 2 MINE WREN. TO Y. FIT ANI. WILL ROT RENE VOL Ham 9 ,,,r,,,r,....=.0, 5 T'FF' L''. FROM NH FOR 36 HOURS REHR P•LrELE:t rIDICR7Z,...„ r. o..p., NOTE: ,ATZNLFtrilrrn PLAN TYPE 2T MANHOLE MOT TO SCALE azzir. rom PERMSSIBLE CONCTRUCLION JOINT FINISH. P/31211ENT SECTION g" Eng rcrat ros s TYPE TC.AVANNOLE:=ZTATX:gEr NOT SCALE N. ROTE 12) G.ERAL NOTES FOR CONCRETE DRAINAGE STRUCTURES: =Vt: CLreeTv25597) "L' Ve 3LL REINCNCING ST. SGLL BE ERADE 60. OE oo2oRoos RassRo Lo R2.3o,3o Lo co.:3N op RR.. LeA32-32(8/2l SECTION TYPE 2TMANNOLE ROT TO SGLE tl' • ”. RANHOE TrOTTL29T•PIRE MN ORO. IS • 105 0.4.15 MAY NOTE: V61,m FUILign " '11gLEVRINEFP•Nr0=LROVIIIZASTEE'El7AZTR''• ••••••E FOR THE CONST.O.N OE ir.ETTIALYS- ••5'• 5••°' •'E-H•F N•5 Q- N55 .5. FTTIEniVRIZErn g1300H31 VERTGL •,RFE•MFgFROCEBNIMFgalrednr•PaRER55071% =5.2 F12;215 ZgRNISSOItcLITaCEIVi•EGITS311rAFO•RWEATIDIELP•OPITROCT 10. INVERT OF NET NALL BE SLOPE° 1NO CRC, • 71r1r111FLE=r01•0•570rD210%/N-E 71.% .74 CONSULTANT'S SHEET NO. CO23 8 5 32/3/32/ 089 / 159 RECORD OWING NO. STR-872 CITY PROJECT E12091 FLORAE OF WAN COPS INLET CmrsuuANES SHEET 2D. CO24 so o) L CURB /NL ET TNROAT EXTENS/ON PLAN NOT TO SCALE mr (s¢sXs"wi¢1 COATED AMASS REMOVE AND REPLACE TOP OPEX/ST/NG CORB/NLETDETA/L PROP PIPE TOEX/ST/NG R. BOX CONNECT/ONDETA/L SECT/ONA24 NOT SCALE UNPAVED AREAS PAVEDAREAS MED TO 95X STD PROCTOR DEDDA SECTION MANHOLE RISERDETA/L NOT TO SCALE UNPAVED AREAS ,/ ( Isiso. vwDrm -/ ! mz Pw DAs.. MON. OS. OWN SEE voswz &(ix g. Dr>¢�m µsn 'ej sw DAWNDwe) .� 4 Da A s moi: ### �im. o".sµoi ETE NOTE, CCO.NCCiT "m PAVEMENT axn2 TRENCHBACKF/LL TRENCHBACKF/LL POR STORM WATER PIPES FOR STORM WATER RG BOX CULVERTS NOT TO SGLE NOT TO SCALE EX/ST/NGRLr P/PEPLUG CONCRETE COLLAR DETAIL NOT SCALE NOT TO SCALE GENERAL NOTES POR BACKF/LL 6L2AL x PIPE ro 21122 �HEnABfEO ERET. M vwE2 UNPAVED AREAS PAVED AREAS an rre•sasa-Tax10S avm'cE-7 EN EO MI -Aro ro ewe 2 aausm r�ii) r2 wuE25 22mc. WO 2.099 Ousr70 .ss.vturz. TOOT ION or, MOE t 3 OR S. a"eO uRR 12,80, ARE TO BE COACTMO ro 95T MA _ Enig _ 00vJ mac srmau: rtwttr l�awsmWtw.' oi xTsnaoara=i .nx OE 10 DELOW ro BE MOLT Awn us uva sm rwzcrae a sraa,¢o w.n rase ase To mrruw a xwo euc. uIS swu im m Eadr smart) s o .s PESANO Tn - 00 z. was 0.¢21/cr m S. MAO -TO OSX Of Of. I.TURE 10 Or RI 0F 00047 E 0 Mt TOOR s.ufR TIM Te rI. l.. enw; wxm rcr. mrav " r:. USE r O...w.r O.D.x rz"a SHEET 090 1 159 RECORD MIMIC N0. STR-872 CITY PROJECT // E12091 BACK OF CURB EJ FLOWLINE OF GUTTER (10' TYPICAL) TRANSITION VARIABLE INLET SIZE TRANSITION FLOWLINE OF GUTTER 6"(10' TYPICAL) 10' PERMISSIBLE CONST. JT FLT971 N OF GUTTER (10' TYPICAL) 10' THROAT EXTENSION 5-0" STANDARD lRAN5ITI0NE OW LIN CURB INLET OF GUTTER (10' TYPICAL) 8• BARS L /4 REBAR (7 REVD) H 9" REDWOOD EXPANSION JOINT (1517) A EJ FRONT OF GUTTER OR CONSTRUCTION JOINT n PLAN OF INLET TOP TIE-IN OFFSET FROM BASELINE r CITY STANDARD SIDEWALK RING AND COVER SLOPE AS REVD A' FOOT OOT NORMAL TOP OF CURB-` n SECTION' A -A ( SECTION B -B `FINISH PAVING GRACE GUTTER SECTION WILL BE PAID FOR AS LINEAR FEET CONC. CURB & GUTTER N4 DOWELS ® 12" O.C. DRILL 227 INTO EXIST. CONC. AND EMBED IN EPDXY (USE HILTI HIT - fL RE 500 OR APPROVED EOUAL) IES INLET FLUME PLAN 7 = Ta g4 BARS t2^ o.c.Ew #4 BARS e" SPACING 12" 12"F LL EXISTING STRUCTURE ABANDONED DRAINAGE STRUCTURE DETAIL B• C&G BLOCK OUT WALL OF STANDARD CURB INLET TO ACCOMMODATE INLET EXTENSION 6"x6" CONC THROAT SUPPORT n CURB INLET THROAT EXTENSION PLAN CITY STANDARD SIDEWALK RING AND COVER SLOPE AS REO'D i:' PER FOOT NORMAL OFF 5 i:^ EXPANSION JOINT (TYP) THROAT SUPPORT ON B' AND 10' INLETS INIMUM SLOP 7% GUTTER SECTION WILL BE PAID FOR AS LINEAR FEET CONC. CURB & GUTTER CONSTRUCTION JOINT (OPTIONAL) • 2'-0" MIN n SECTION D -D [SIDEWALK CONCRETE 8" RAO (GYP) SECTION C -C E" BARS 12" O.C. CONTOUR BOTTOM OF INLET TOWARD OUTLET PIPE NOTE: 1. SEE CII, OF CORPUS CHRISTI STANDARD DETAILS FOR REINFORCEMENT, DOWELLING, JOINTS, RING & COVER, AND ALL OTHER PERTINANT DETAILS FOR THE CURB INLET AND ADJACENT IMPROVEMENTS, ON SHEETS OBD, 089, AND 090. CONSULIANYS S55T NO. CO22 n LL2 O 0 To TIT TIT o oO 00 SHEET 091 T 159 RECORD DRAWING NO. STR-872 CITY PROJECT # 012091 II II DRO ST 3R0 Si P ROPOSED 12" PVC II` EXISTING P ROPOSED 1 PVC r / PROPOSED 3" PVC j PROJECT BEGINS o o AT 4+39 46 Villigniggie o m _ . I s o E%ISTtNG 6" iv -EXISTING 12" AC EXISTING 12" AC -EXISTING EXISTING 12" CI EXISTING '10" CI `EXISTTIING 4" CI `EXISTING 6"LeDYNVIEW PVC EXISTING 10" CI I EXISTING 6" PVC EXISTING 10" CI EXISTING 6" PVC i.� EXIS ING 10. CI PRO ECT ENDS AT 39+13.08 A\ EXISTING 12" CI EXISTING 6" PVC ,I+`EXISTING 6" WATER AND WASTEWATER SUGGESTED CONSTRUCTION SEQUENCE: 2. 416,1 analaciNegIFNATLENZIrTRUCTION SHALL RECOGNIZE THE REQUIREMENTS @ CARE SHALL BE -WEN WHEN .POSING THE EXISTING WATERLIN.. AVOID ADVANCED NOTICED THROUGH ENGINEERING DE7ARTMENT STAFF. 6. o.NEW WATER MANS AND EXISTING WATER MAIN SHALL eE A uNluuu oT 1 T7. WalE.NNEEVID LCO 1ST. LM, A MINIMUM Or to OF a. 24.71,70E0,16TALLATION OF NEW WATER DANS WITH TEMPDRARY PLUGS AT 9. CONDUCT PRESSURE AND BACTERIOLOGICAL TESTING ID teCTIVATE NEW WATER MANS. II. BOTH NEW AND OLD SYSTEMS ARE NOW IN SERV.. 15 SWITCH WATER SEN.. TO NEW WATER MAN. n WATER CONSTRUCTION LAYOUT - EXISTINN VALVES NEW © = CONNECD VALVES POINTS FORIO —•—•— PROPOSED IYArERLINE 71117 PROPOSED FIRE HYDRANT V M UOI PROPOSED VALVE Di DIMINO DOVE I PROPOSED PL. CI EXISTING 4" CI EXISTING 6" CI NT LE56 reS CONSLTANTS vim No. C101 OPosBD wATERLIN. ARE ai v.^ LODAEON .ISTING VALVES TO BE CLC6E0 . MAKE CONNECTIONS AYERS 14-781.56 16+0500 VALVE .A CLIFFORD 16,513 WEST -VALVES EPA A EC .SEMENT BEIWEEEN CLIFFORD AND COLE 20+69.68 WEST - VALVE EID EAST - VALVES EIO EID COLE 22-735.59 VALVES E13. EU, de EIS .EMENT BE@IEEerl COLE AND ODA. 24+46.70 VALVES El6 @ El] DELMAR 24+2729 VALVES EI9 @ .0 EASEMENT BETWEEEN DELMAR AND NAPLES 28+55.83 VALVES E22 E23 NAPLES 30+42.11 VALVES EDO St .5 31,3,94 VALVES E.27 de ATLANTIC 31+64.99 VALVES .9 @ E30 EASEMENT BEIWEEEN ARANDC AND SOUTHERN 35+13.87 VALVES E3.2 E33 SOUTHERN 36,535 VALVES EDO • E35 38+08. VALVES .6 E37 LOUISIANA NEW VALVES CLOSED DURING ALL CONNECTION SEQUENCES J� 7m5• : 03 SHEET 092 T 159 RECORD DRAW N0. STR-872 CITY PROJECT // E12091 EXISTING 6. PVC EXISTING 6" VCP 10.00 12+00 t - - —1— 4 AIAMEDA ST Cr' /- EXISTING 6" VCP E C 0 PROPOSED 6" PVL O YNW PROPOSED 6" PVC (BYPASS REQUIRED)W D PROPOSED 8" PVC O (BYPASS REQUIRED) e - —F-- - _— } —F _E } (BYPASS REQUIRED) 6- 1 + 4 4 -H —{— —_�_—_ 'ALAMEDA ST cm8*108s S++m NO. C102 ISTING 6" P/C EXISTING 6" PVC PROJECT BEGINS AT 14+39.46 PROPOSED 8" PVC PROPOSED C.I.P.P. WITHIN EXISTING 18" VCP WASTEWATER LINE EXISTING 6" PVC EXISTING 6" VCP PROPOSED 8" PVC .+00 (BYPASS REQUIRED) LAM 4 AUMEDA ST � — PROPOSED 8" PVC (BYPASS REQUIRED) PROPOSED C.I.P.P. WITHIN EXISTING 15" VCP WASTEWATER LINE NOTE REFER TO PLAN SHEET 009 FOR ADDITIONAL WASTEWATER BYPASS INFORMATION. PROPOS 0 8" PVC (BYPASS REQUIRED) /- EXISTING 6" VCP ,n PROJECT ENDS AT 39+13.08 F- ?r'" Qq - 4 -- - ---t—H 70- /- MERGER O_ Q PROPOSED 8" PJC (BYPASS REQUIRED) PROPOSED C.I.P.P. WITHIN EXISTING 16" VCP WASTEWATER LINE MENGER ELEMENTARY SCHOOL PROPOSED 15" PVC PROPOSED C.I.P.P. WITHIN EXISTING 15" VCP WASTEWATER LINE WASTEWATER CONSTRUCTION LAYOUT 6 PROPOSED C.I.P.P. WITHIN EXISTING 15" VCP WASTEWATER LINE Q® Oe O• Oe LEGEND EXISTNG MANHOLE PRO▪ POSED MMiHOLE REPLACE PRISTING MH WITH NEW FIBERG,SS MH CRISTING FIBERGLASS MANHOLE NEW SANITAR, SEWER INSTALL CIPP IN EXIS,ND LINE . 51 -NG SANITARY SEWER SHEET 093 1 159 RECORD OPAING N0. STR-872 CITY PROJECT 1 112091 °C"D'ArEll'TIE-INS MD cxcxrENTATI w. F OPOSm TCP "RE' CISO LS(rn N wumnM AND AThC �� N «moi: re WATER, WASTEWATER AND GAS PLAN KEY MAP \ WATER,WASTEWATER AND GAS PLAN KEY AP cmrsuuANrs vim No. C103 o� SHEET 094 / 159 RECORD OWNING NO. STR-872 CITY PROJECT 1 E12091 WI g: ri ,„- -_ - I 7 1 EXISTING 15. RCP-'. : ST rSrglAT'S L171rN1 : WOO , 1 EXISTING 113. RCP ,,,,,,,,o v21,..„7, ...,.,,, EXISTING B.. VCP .S,'' CONNECT TO EXISTING v. ACP WASTEWATER LINE= AND INSTALL 12,12,12. TEE PROPOSED C,I P P ---"'-'73-N, WRNIN VATTIVEB, n,:e. \ STA 13+86 6.3. 7 5/. RT 61.. , DIA MANNOLE3WW-MN-01 ' ''' ' TOf VPVC RTA BUS SACINITY .L,...,,,.,. ENABILRATE WASTEWATER '10 I (s, WITHIN ,Eanwcz nr STAPLES DUSTING WASTMATER - ,If0. MANHOLE ww-un-oo STA 13+28.0.5. RT PROPOSED WASTEWATER , OIA MANHOLE VIR-NH-03 STA 15+09.28. -47.79. WIMASMA o"' lAts* XISTING 30' RCP 12^%12.X8 TEE IXIST1,7,G 15" RCP (SEE NOTE 1) (SEEU170qE 1) ALAMEDA ST \ PROPOSED 12 \PVC WiffE0.1E STO grFSIEETMTS STO . 36. RCP,. STO BE 9090 1. EXISTING OVERHEAD LIGHT TO BE REMOVED AND REPLACED BY 1800 13 00 EXSTI.10 Ka, MONNOLE ISMNG WASTER/ITER STA 15+90.4S. 37.21' RT FOR CONTINUATION SEE SHEET 101 WATER, WASTEWATER AND GAS BEGIN TO STA 18+00 I WW WrEla ,:kFaf,A;'7.i4Z*,!XA71, WATER, WASTEWATER AND GAS BEGIN TO STA 18+00 . Jago SCA, MVPHIC HORIZONTAL 17 CO VERTICAL C00004007SS0000 no. C104 OD 46) trit 40 90. cs1 00 !46 SHEET 09 5 f 159 RECORD ORO. NO STR-872 CITY PROJECT 1 E1209) Y DISTING M PROFI E \ - -I P ED ,M PROFILE _ MOM 1111.111= ../NraillillWAZIE1M -- rilia. 1M 1 '1:!-N211i93 PROPOSED B. PF IMMUNE PR ED 2. PVC WATOILINE Willli121.111P05O 12 P90 111 !=litql 77:10i 006602 EXISTING 30' RCP EXIS711471-1V3L5. MN 21.33. ". 600 IXISTINO IV VCP INV 2060 Zelii0; (L-es.00) 15. PVC glillibb. - PT INV - 22.70' (SP -0. 00%) • " • " 66000s90041=‘;21 I 5 PROP9500CJ.P.P. (Lm321.) te VCP (3,-0.08R) P vr- III I _.., „ u WATER, WASTEWATER AND GAS BEGIN TO STA 18+00 . Jago SCA, MVPHIC HORIZONTAL 17 CO VERTICAL C00004007SS0000 no. C104 OD 46) trit 40 90. cs1 00 !46 SHEET 09 5 f 159 RECORD ORO. NO STR-872 CITY PROJECT 1 E1209) 35 00 3000 25 00 2000 19 00 18 00 P. PVC TO CI ADAPTOR rx4. REDUCER PROPOSED 12 ATERLNE ED WASTEWATER 4. DA MANHOLE WW -MH STA R + .x. -40.87 rP. PROPOSED CA EN CULVECH � ATFaurvF� ISEELIDRE 1 19+00 ti PROPOSED 8. EXIGENG Sm �D PVC WASTEEPERE VW AA, sp __.@--sm J___Eso nR nD PROPOSED 8 PVC WATERLINE 00 ALAMEDA ST e GVJ 2.48. TEEPVC ; TDI INE ___�ExISTI Re; w E OVE EXISTING FH 8-B. 4. REDUCE V HE -45 FE PVC TO CI ADAFTO A u8(1 jLE1 TRExcx wcxFlu n CO44COMPACTION (iu TM WA'ER, WASTEWATER AND GAS STA 18+00 TO STA 23+00 ° 55/0548 To POSED WASEEWATER BE R6MOVAZ /ND REPLACED ST FIr REDUCER :ZEN VCP ISTING WASTEWATER mREHABILITATED) E EXISTNO FH ASSEMBLY STA 20463.25. 38.03. RE e,e DUCER Dc �-� 4 JE SOFIC 8 PROFILE R PROPOSED C PROF EXISTING DIP vaansm a vi w,murc l PROPOSED 8.we WAMPUM R sm .. puc wA..o. pR0Po8m 1r PVC ram+ — IXISTNG / ladOVE is aCp PROPOSED a PVC WATERLINE WL 1 //I EµISTING 6' PJC =2 75 -xpli��l(D,x� (L=10.80') DIA 4" VCP NV =28.)8' (6L=-0.208) (L-2(.00") r PVC EXISTING v w ww Nx Ix. \\ INV = 28.00' (8L=0.401L) AN E20.071 OUT 21.501 E%ISTING 6" VCP INV -24.88' \ 1/------- Eli' te. 8 ('7.0') e' Pvc INP = z1.w• (sem-o.eoa) PROPOSED C.I.P.P. (T- Ia. vcp (s -SX- -0.16x)Li Ivo s4') 3 e" tm (sL--0.08x) e u 19+00 20+00 21+00 E2 00 n WATER, WASTEWATER AND GAS STA 18+00 TO STA 23+00 ° 0,6 SCALE LAPEL HORIZONTAL VERTICAL 3500 3000 2500 2000 19 00 E3 00 sna,No. C105 \ :'PS.'�W, 11 f o DO p NV. lo: w. h.. 111.•+. i �.' 1,3`.4;.., n$ 8 SHED- 096 T 159 RECORD DRAWING N0. STR-872 CITY PROJECT I E12091 3500 3000 25.00 2000 19.00 WIE PVC TO CI ADAPTOR SEW. REDUCER POSED WASTEWATER DIA WS STA +Ne.7I,E iMo PROPOSED STO 26+00 leo. NEXISTING 6s• RCP sro ____ sTo ____ sro ZHPIArgIjIM:"20. VCP WASTEWATER LINE .13,10 DvERPEAD ELECTRIC 6E0 sm W w W w o 2a G3. reE w 25+00 za 0 27+00 PROPOSED E WRAMVEILIZ'LINE Sro STO Pl>ANDDNED PND FLLED WiH oasTo STD STD + STD aro STO REMOVE EXISTING VALVE 8;1.>+2.8), TIM WASTE20ER N m+ ..i1 m 14 VV OVE EXISTING VALVE EON oE, 7171-71NnE VCP WASTEWATER uNE WWA'ER, WASTEWATER AND GAS STA 23+00 TO STA 28+00LE zo. wAsTEwATER 23 00 .00 25 00 26 OD n WATER, WASTEWATER AND GAS STA 23+00 TO STA 28+00 1 E RIG HORIZONTAL 27 00 VERTICAL 28 00 3500 30 00 25.00 9.00 sna, No. C106 SHED- 097 ( 159 RECORD DRAW N0. STR-872 CM' PROJECT 1 E1209( WPROFILE //ssNG Exlsnxc a DIP Gss REMOVE 15. Rw PROPOSED 1• PVC rvmwxE I'IA L- ROPOSED1r PVC WATERLINE /fI t1.• PS woo.. PIWPoem //1� a' PIC WATERLINE `AS BEND PROPOSED B PVC WATERLINE 4 BENDPROP.. wIPSr OE AwtEDA m.X C�Nm uc) INV I ' (L=80.00') PPOPOSEO B' PVCSAN ` Rs PrND MJ - 21.00 SL -0.40i) EXISTING 6.. PJC SAN INV =22.01. � le N vcP(su-0.00x) Q n.P. 0.-zzsyy ie vcPG(s0=-o.0ax) .P. 0.=z0R') PR0 os � q t8 vcP (sP_-0.02x) 23 00 .00 25 00 26 OD n WATER, WASTEWATER AND GAS STA 23+00 TO STA 28+00 1 E RIG HORIZONTAL 27 00 VERTICAL 28 00 3500 30 00 25.00 9.00 sna, No. C106 SHED- 097 ( 159 RECORD DRAW N0. STR-872 CM' PROJECT 1 E1209( 35 00 3000 25 00 2000 28 00 4' PVC TO CI ADAPT° B. 4. REDUCER NEW FH ASSEBNLY 6 ATTIH 13 9.u, 48. STA 2814 PROPOSED 3, RCP PRO POSED 12 WATERLINE --I— wATEznN z -o c RCP STD !STING OVERHEAD ECECTRI O+00 EL DO ID "tfITITITOEUT 12 GV PROPOSED 36. RCP © . C ZERJIE STA 31+83.02. 47.23. LT 4- PVC TO CI ADAPTOR 4' DA MANHOLE YoW-MH-12. PROPOSED S. PVC WATERLINE REMOVE EXIS,ND VALVE BOX 8 PVC aERUNE 31+00 -811 PROPOSED 4, RCP ---- STD EXISTING soxEAD EcCTI,IC 5. NEW FH ASSERMLY r SED 'IN tW W 1+* a+00 `( aB Was sro INE Sro /�nxc a9-RSTc = Z PROPOSED OI.P.P. tar 'i'ERTTNE" ^s—Y—,IS,NC WASTEWATER "N V411111E-17 VV VALVE BOX RENFH AssE.Ly WW Ir i1 / I 1 6 8-4. REDUCER RENOWSTIND 1S. VCP WAtteWaTER uxE 11 WATER, WASTEWATER AND GAS STA 28+00 TO STA 33+00 WW PROPOSED C.I.P.P. STING ASTEWATEA WRHIN IXISTING 1, VCP 3.t`r.""V_g WASTEWATER LINE STA 31+88.3B, 38.69 RT 29+00 30 00 31 00 32 00 n WATER, WASTEWATER AND GAS STA 28+00 TO STA 33+00 ° w 0 BtALE GRAPHIC HORIZONTAL VORTICAL 8 33 00 35 00 25 00 consurnxrs our no. C 107 SHEET 098 1 159 RECORD DRAWING x0. STR-872 CITY PROJECT / 812091 IXISTINO PROTp� PROPOSED¢ IEE -- EXISTING r DIP OAS r STING z DIP GAS — ED B vt waTERux m B• wa En x RV' rr Mon. 12• No WAiuLxE ' RROPOBFD tY PEC WA1FA11E� / I RID Nxeo `ef CENTERU111 (A...ow° W. OF Aw1EDA E) rry oss W 21.3 • ■' as MAI �I PeDVDSED mac tY PM WA3muc KM OSED ED 6 • RCP 111.1321.1 tY PVCPROroSm 45' 11130 INVS=22.40' PJG e 1] P.T (L-85.00') PROPOSED - 21.56 -0.40X) B• AS SW WIND 6• PVC =22.05' 8• PVC EXISTING• PVC 188 =23.00' (SL �(L-BS00) INV - 21.00' (SL --0.40) P 15 - v�cc.(sE=a.o2x) P I.P. v. 0.=tsa') O0 13 vcv(sE--o.2ex) 59 B NR� 29+00 30 00 31 00 32 00 n WATER, WASTEWATER AND GAS STA 28+00 TO STA 33+00 ° w 0 BtALE GRAPHIC HORIZONTAL VORTICAL 8 33 00 35 00 25 00 consurnxrs our no. C 107 SHEET 098 1 159 RECORD DRAWING x0. STR-872 CITY PROJECT / 812091 01 <13 CV PT %TETT I.7; W. PVC TO CI ADAPTOR SW REDUCER EXISTING 36E RCP WLZ1'ERLT4E 12.50. TEE 1• 2. GV 940 12,12.66. TEE 47:0 -EXISTING 06000. RCP EXIST7F0OVERHG0 ELECTRIC STD Re'VVANIVE BOPOSED WASTEWATER DIA MANHOLE MSV -MH -19 STA 36,3.86. :MOW E Ql NGI FH ASSEGLY STA. 35+61.71. 37.2E LT - yeemeezzemezezter, toy PROPOSED , 11 , lWr PVC WATERLINE STO STO e. dIr- iffu Erb' 1. 0 8,0. REDUCER PROPOSED C.I.P.P. WHIN ERISTING IS. VC. WASTEWATER LINE I WASTEWATER 4 DA MANHOLE WN -MH -17 STA .33+46.78. 39.76 RI - 311+COa- - aTo • E'ABLNLEIrAMT'FaSIFEM'CIV, VALVE BOXES STO STO STO STO I w I . WITHIN EXISPNG 16- VOP ,S. WASTEWATER LINE I wswwc WAST,VATER 4... OA 1 mAnrvOLE (PRGIOUSG REHABI,ATED) I 6 S'ilr3°5TIMMMIBSS. RT (-7- WATER, WASTEWATER AND 06.2.?" SCALE 090 90046+06 1-4 DIA MANHOLE NEW EH ASSEMBLY STA. J6+62.68. 61.86' RT GAS STA 33+00 TO STA 38+00 (20+ EXISTING 36. RCP ALAMEDA ST - + -- MENGER ELEMENTARY .6' R... SCHOOL 35 00 36 00 37 00 WATER, WASTEWATER AND GAS STA 33+00 TO STA 38+00 ° LOT_OE' SGLE. SWIG HORIZONTAL c mars sat -a -r C 108 ... .......... 03 S+0 06 cslup tjz: I g -••A 83 gut 099 f 159 RECORD DREW NO STR-872 COY PROJECT # E12091 PROPOSED q PROFILE _ 1 .1srlw. q PROFILE I .1. r 1 • I EXISTING 2. DIP GAS ril I MOO 649 0.00 I r wil:,%;° Ir PROPOSED te PVC WATERY& MI PRCPOSED le P/C WATMUME IV • - F I R BEND 'Il I WATERNE .oB2o.1.).P5V3C' SAN (PIN,RVO8P=0 1 ST;VCP =/21G„56. kIIIII 'Or PROPOSED C.I.P.P. ( IV VCP (S.,-0.02%). EMIL) II • -; PROPOSED C.I.P.P. (,--18 ET ) A II ;i1 35 00 36 00 37 00 WATER, WASTEWATER AND GAS STA 33+00 TO STA 38+00 ° LOT_OE' SGLE. SWIG HORIZONTAL c mars sat -a -r C 108 ... .......... 03 S+0 06 cslup tjz: I g -••A 83 gut 099 f 159 RECORD DREW NO STR-872 COY PROJECT # E12091 35 00 3000 25.00 0 C TO CI ADAPTOR REDUCER -45 I Ia IZ a 15 W 'WWII a fl al O wnR w,E t /ISO' -1 0.2 EXISTING 3b° RCP wRussELL E sN d�/ 0ceo SA, T'Fx SA 39,31.x 10.00' LT EExM — O 12. CV Or RCP E.EAIME,2 :TUNE BE ABANDONED FOR TRENCH INFO 0 ,... SRT WASTEWATER-- w MOVE EXISTING, ISTINC WASTEWATER s• PLUG RE FH ASS BL MENGER ELEMENTARY SCHOOL �V`E'XISTING 13. RCP �� AS y_ 10.021 L. -1.r - w12- PVL WATERLINE --- -EE W _- —,- W N ., .7.---L--- :1. GI a PRGPOSE0 C.LP.P. .E LI WITNIx EXI3nx .3• I W� .T� LINE -- I, ---- WW � w WW WW ----- ww---} er c/�mST- ING WASTEWATER E=NO" IS,N 30 RCP iduNNOLE TO . aN-24 ^--------. . . F !9- EoLE MANH%�. I STA 42,60.24 0,5, 25.42 LT ' CAP E CTING TEE xlsnxG 121 DIP WATERUNET-il of WATER,..WASTEWATER AND GAS STA 38+00 TO END 51 4 DA MANHOLE TO 30 00 39 00 40 00 41 00 n WATER, WASTEWATER AND GAS STA 38+00 TO END 1204 SERF °RIPE 42 00 13 0 HORIZONTAL VPrICAL 43 00 35 00 25.00 0005000Nrs sxa, no. C109 7P5 CO r z aa@ SHEET 100 T 159 RECORD OWNING N0. STR-872 CITY PROJECT # E(2091 Ww uN z w zoo , PROPOSED 0 P TILE EXISTING c PROFILE _ l 1 u.� X Eli II EXISTING 21 DIP GAS II Ir I1 R 11 �in" A �,x-T,o �mx0 tY P.0 Y.MT.1u xs E%ISTNG 8- NLP N =26.82 \, PROPOSED .m,2 RC �NE D 1/ CRONE NIS Zd 111: -: lu 3,aR' ■I'1111 P oP sm • PVC wnmuc xi —_-' srl2i.eo'vcP „' 1111NS:� G PROPssc'j3 cI.P.P. (L- P (sL=o.,sx) III --- �•• I�w� ,s I.P , �= P -o; PRavosPn ( E-as.1s'1 .s• we 0,3.) ' m _ (L=80...') 8- PVC. INV = .81• (81,./0x) w w w w 30 00 39 00 40 00 41 00 n WATER, WASTEWATER AND GAS STA 38+00 TO END 1204 SERF °RIPE 42 00 13 0 HORIZONTAL VPrICAL 43 00 35 00 25.00 0005000Nrs sxa, no. C109 7P5 CO r z aa@ SHEET 100 T 159 RECORD OWNING N0. STR-872 CITY PROJECT # E(2091 PROPOSED WASTEWATER 41 DIA kAANHOLE 11W -MH -03 STA 15699.28. -0.791 sin 3690' LT 12. PLUG TEE /-:1,WRLVIE 512 X8 TEE (SEE NOTE , PROPOSED .2,, BOX CULVER O ������ WATERUNE EEL= 1) ALAMEDA ST (sEE NOTE r� "0 I. SER6CE FOR STREMIPS ET g,sTA 1.03 1 E 2alts ono WASTWTER L14, .611 11T mn3R 1109 vnC rvn Fs sr PROPOSED C I.P.P. WITH WPSExirn1e8; x' STA 16668.96, 37.211 RT LED oN-DrREEr PMRKws (our Or DRIVING LANE (3S Sr) PROPOSED 3 we WATERLINE Pao vOSEo a we WATERLINE OE LE) NO PAVEMENT REPAIR REQUIRED FOR C ..P P. IMPROVEMENTS TO EMST WASTEWATER LINE PROPOSED CONCRETE SIDEWALK REPAR ARE 1TAETO:or SOD'01 PLANTER PROPosED a PVC WATERLINE 16 s. CDR TO AC WW STA 15698.60. 213.611 RT EXIST 6 WW ISTIN MANHOLE TO STA 16616.68. 35.381 RT '111 w _ EutivE,ExlErlqcn 151 2. GAS LINE BEND STA 16+30 66 3286 r WS LINE CONNECTION STA. 19-536.69. 53.261 RT 811 G. REDUCER LOOP=CONNECTIONDOWN PALMERO TO STAPLES Corsw_rArm snEET No. C 1 10 s1EEr 101 r 159 RECORD ORANiND NO. STR-872 CITY PROJECT # E12091 50 40 30 20 10 50 40 30 20 10 -40 STA 14+81.43 RIM 33.00. 20 50 50 40 40 30 30 20 20 10 0 REHARLITATED wOSS MANHOLE O (0 DA) /Fla0nc INV 19.40 50 P3 BE REMOV:D PROPOSED 12 PVC WATERLIN PR POSED PROFILE EXISTING PROFII EXISPNG 38. RCP 7 PROPOSED 0 PVC WAST'WATER l F EXISTING 0 EHABILITATE 110 VG. WAST TER VI" WAS -FEWER -40 STA 15+98.82 50 40 30 20 20 10 n CROSS SECTIONS w 12' PVC WATERLINE PROPOSED 10. RCP EXISTING PROFILE aavosm PROFILE \ EXISTING 12. CIP W. 10 B REMOVED SERVICE LINE q20.5 L EXISTING 1 VCP WASTEWATER m STA 15+53.25 20 40 mMailiiiiiiiii —=•=11312:S1 PilifliiMA= '----�' !1 �M—�— MOM aliQUIANWW-- - P.Po:m 0 RP w.iwu �� ---- ,o �� ----- -90 HORIZONTAL zo STA 18+08.31 ao VERTICAL so 90 20 10 10 CONSUL TAW'S SHEET No. C111 SREET 102 T 159 RECORo OMIWNo x0. STR-872 CITY PROJECT 1 E12091 /PRamizp RCP wnrauxe EXIS.5140 PROFILE :. PROPOSED 2. FVC wnrAuxF PROPOSED PROFILE M.J. 4NI "'-_ _PROPOSEDPROPOSED III ax� w7. WL a _�. , (' Pa m ,z P�wz ,,u (kJ Iw PROPOSED 2 DIP wnr(9LL E EXISTING ,f J9 vcv exATE -40 STA 14+81.43 RIM 33.00. 20 50 50 40 40 30 30 20 20 10 0 REHARLITATED wOSS MANHOLE O (0 DA) /Fla0nc INV 19.40 50 P3 BE REMOV:D PROPOSED 12 PVC WATERLIN PR POSED PROFILE EXISTING PROFII EXISPNG 38. RCP 7 PROPOSED 0 PVC WAST'WATER l F EXISTING 0 EHABILITATE 110 VG. WAST TER VI" WAS -FEWER -40 STA 15+98.82 50 40 30 20 20 10 n CROSS SECTIONS w 12' PVC WATERLINE PROPOSED 10. RCP EXISTING PROFILE aavosm PROFILE \ EXISTING 12. CIP W. 10 B REMOVED SERVICE LINE q20.5 L EXISTING 1 VCP WASTEWATER m STA 15+53.25 20 40 mMailiiiiiiiii —=•=11312:S1 PilifliiMA= '----�' !1 �M—�— MOM aliQUIANWW-- - P.Po:m 0 RP w.iwu �� ---- ,o �� ----- -90 HORIZONTAL zo STA 18+08.31 ao VERTICAL so 90 20 10 10 CONSUL TAW'S SHEET No. C111 SREET 102 T 159 RECORo OMIWNo x0. STR-872 CITY PROJECT 1 E12091 SO 40 30 20 10 50 40 30 20 10 MM MM MM MM -----_-�^ i _--- 32=11 MITITIMEMM MM Q1=ne��_1]MIPM.--amMISI VIM ==lriliiii ---WA L'L`S7'7i iirl IMLI--- —__--Mn=.�I =MIMIC cOxx E -20 STA 19+19.71 50 40 30 20 50 40 30 20 10 10 EXISTING (R.s E*Ej 08 WnreRIN* P MADnDED vuTR�NF w 18.14 PROPOSED ROFILE 2. RCP (s.] OS DIP WATERLINE 70.00 ' (IP WL BE REPLAC:0 vnl wv im uRE REWwE 18. RCPi- ' ro �►'�/ // 0.1.x. EX SnRC PROPOSM 8. WATERLINE L,) (0LF) s DIP WATERLINE CONNECT VCP WASTEWATER -40 -20 STA 20+89.48 40 uA z0+s]. LE (80 DW 50 50 90 40 30 20 PO n CROSS SECTIONS 10 20 STA 19+28.13 so 40 20 10 (Y DW STA 20,a3.35. 36.03 RT RIN 33.72 NV 20.07 PROPOSED 12' PROPOSED PROFILE PVC NATE INE !STING PROFILE EXISTING PROPOSE XISPNC 12. CIP WL BE REIM %STING 42. RCP REMOVE 18. RCP xlztal VCP MATER PROPOSED 8. PVC S0.1 77 LF 0 0 1 MIN REMBILIT TED 10. VCP INV 21.50 WASTEWATER� STA 20+83.38 I � � HORIZONTAL vem, 20 50 40 30 PO 10 cmrsuu0NrS SNCF( ND. C1 12 SREET 103 / 159 RECORD ORAMNG NO. STR-872 CITY PROJECT // 112091 ] PROPOSED 8 DIP 8000 uE L PROPOSED B 001](58x0 POSED 12 PROPOSED PVC WATERT 00.5 LE) EXISTING 12. CIP WL DA BOX IXISflN6 MroFIL£ /! W BE RB...xB yy MtOPoSEO PPaFILE hill, EXISTING. 10. R{P TO BE RENOVEL --- ws 10 D.I. NJ IB.Q e W P80008 a PVC WATERLINE TAT +c" Was- 1 l/ ER WAT 0+L E PROPOSED B• 01P uA z0+s]. LE (80 DW 50 50 90 40 30 20 PO n CROSS SECTIONS 10 20 STA 19+28.13 so 40 20 10 (Y DW STA 20,a3.35. 36.03 RT RIN 33.72 NV 20.07 PROPOSED 12' PROPOSED PROFILE PVC NATE INE !STING PROFILE EXISTING PROPOSE XISPNC 12. CIP WL BE REIM %STING 42. RCP REMOVE 18. RCP xlztal VCP MATER PROPOSED 8. PVC S0.1 77 LF 0 0 1 MIN REMBILIT TED 10. VCP INV 21.50 WASTEWATER� STA 20+83.38 I � � HORIZONTAL vem, 20 50 40 30 PO 10 cmrsuu0NrS SNCF( ND. C1 12 SREET 103 / 159 RECORD ORAMNG NO. STR-872 CITY PROJECT // 112091 50 40 30 20 10 50 40 30 20 10 REMOVE PROPOSED 36 RU1OVE 18" PROPOSEWATERLINE (4.5 LF) RCv PPR niV POSED a 6 �(0 Lh\\\\ PROFILEWIN— wrc-wnteRL (20 OE (40 LF) D 31. PVC 1163ERTNE IIIMMIONTk (e POjSED a DIP wATEnux REHABIUTATED la TO EXISTING VCP WASTEWATER -40 STA 22+35.58 40 30 20 20 10 E (4 0iN —'811/7"38'8.717- LT 08. mom .55.14 PROPOS D 1211 1"‘' WA LWU.1' alS11118 PROFILE PaOPOSED zS RPO PROPOSED PPOnLE TO BE -40 -20 STA24+58.70 90 50 50 10 30 20 n CROSS SECTIONS 2,Z2p, SCALE 3.1,18 PO 10 PROPOSED a' 010 NE (+6 LF) leR8P PROPOS x (7 LI �R4r.1wE _ NE IRS iF) wnreaux� (zs v� Mr PROFILE ��� eE L a�O+EO ____ ��� �I • 0+600 � - D.. PROPOSED (1O Ex=<NR R . IP '1'60 4R RCP` ^ RROK E 1° RCP \F 21 32 i Rt. a=<x0 5 VCPRASTE.ATTP° 'F..3 o 6� L4+0 4l . RED LRAi� -40 -20 STA24+58.70 90 50 50 10 30 20 n CROSS SECTIONS 2,Z2p, SCALE 3.1,18 PO 10 PROPOSED a' 010 NE (+6 LF) leR8P PROPOS x (7 LI �R4r.1wE _ NE IRS iF) wnreaux� (zs v� Mr PROFILE ��� eE L a�O+EO ____ ��� �I • ! � - D.. PROPOSED (1O Ex=<NR R . IP -IU TED 1e vro wASTEs. 20 STA 24+46.70 PROPOSED 8. DIP WATERLINE RLINE 1.6031 6.131 ROPOSliallM16011181E0111 xF' r\, NDE (5.5 SPF) I�� R ° 4r O.i. PROPOSED +0 010 WATERLINE (6 LF) E ISA RCP -40 STA 28+27.29 VeRTICAL 20 0 40 10 50 20 20 10 CONSUL TANTS SHEET NO. C1 13 N SHEET 104 T 159 RECORD !SWAG NO. STR-872 CITY PROJECT 1 112091 50 40 30 20 10 50 40 30 20 10 EES -PROPOSED B DI -WATERLINE (55 LF) F0 sr Mt MnECTtlrIENCGT (CS XL- PROPOSED8" DIP WATERLINE (7 F) /'PFAt PROFILE PROPOSED 1 2. PVC WATE ILINE 41. - PROPOSED 8 DIP - WATERLINE (e LF) NG 48. RCP 7 20 STA 28+55.83 PROPOSED 8. DIP •20 WATEWATER.xD �R�H) 12. p�ISEo6p+o=E• PROPOSED REMOVE Yr PROF) ED e DI WATERUN -40 -20 STA 30+42.11 90 50 40 30 20 2a 50 50 40 30 20 PO 10 n CROSS SECTIONS 20 STA 28+58.45 -PROPOSED 5.IP _WATwu(29 LF) EXISPRO CONI,ECT TO PROPOSED PROFILE PROFILE EXISTING 2. CIP WL ro BE ,E P 1 EXISTING 48. RCP REHABILITATE I VCP WA5771,0 -40 STA 31+73.84 HORIZONTAL VeRTICAL 20 40 (. ow) RT 50 40 10 50 40 20 10 cmrsuLTAxrs swwrr x0. C1 14 N SHEET 105 ( 159 RECORD MIMIC x0. STR-872 CITY PROJECT 1 112091 RI I W/FIBERGIASS INSERT STA 28+60.40. 56.85 RIM 33.90 INV 208.5 IXISTING 12. CIP VOL EXISTING PROFILE PROPOSED 58 RCv1 ILE - - - - - - - - - __ / ..- if* �PRR ,, 34" RCP PVC WAiERLIIE IREMOV � / m . .� LF 20 STA 28+58.45 -PROPOSED 5.IP _WATwu(29 LF) EXISPRO CONI,ECT TO PROPOSED PROFILE PROFILE EXISTING 2. CIP WL ro BE ,E P 1 EXISTING 48. RCP REHABILITATE I VCP WA5771,0 -40 STA 31+73.84 HORIZONTAL VeRTICAL 20 40 (. ow) RT 50 40 10 50 40 20 10 cmrsuLTAxrs swwrr x0. C1 14 N SHEET 105 ( 159 RECORD MIMIC x0. STR-872 CITY PROJECT 1 112091 50 40 30 20 10 50 40 30 20 10 -A.Ae Er V/F,'1 . x IIN 21.81 PROPOSED e' EDP WATERLINE (4.5 LE) LXISIING PROPS 35 RC ED (4%IP� PROPOSED 8• EDP warwu0E (1 LF) _PROPOSED warmu ivLI (2.5D Pmi RE OVE EXISTING EXISTS PROFILE — - — - ao RC CONNECTC��r PROPOSEDRonEE ISTNG a. XPr51 -N -- ._ �/..wm — —- MISTING�B RCP 1O °V'.�E21.04 waiERLI/NEP nOyOis I,xwrmux R naaii PROPDS04 t2 -----j3 LPrsoPOSED a ow wa1ERUNE (e LE) 0 STEEL —ry 0258 EXISTNG O wawrn ESS 6 W. PROPOSED .• FVC SAN REWILI ATED 1.3. STA 31+88.42 -40 -20 STA34+99.12 LE 68 PT 50 40 30 20 20 10 0 (&LE) LPROPOSED Div WATERLINE REIKNE EXISTING 36 1, RCP RCP EXISTING PROFILE PROPOSED PROFILE (wow ED e DIP WATERLINE EXIST la B • PVC wATELxECV/ rw-ae«E 8-r( 8 Ma REMOVED PK WATER (29 LE) INE • REHABILI KED 1, VCP WASTEWATER i CO CT TO 201)ROPOSEDa DIP WATER ISE v • m STA 33+84.99 20 40 so 40 10 n CROSS SECTIONS �'I =MMEEEMI M2321=1 =I ___FiiGlil_= 1_1=11=216u__MIMI. M171_ ---I \i M321272:21M---I--- ---I— !M 1,�ri1---I--- -..1 —_a-- ---- ,—. — STA 35+13.87 40.00000s SHEEF wo. C1 15 N m 0 ¢ Q N ove = N C)= CZt V) W 2 ¢ � m2 � 3�d wog SHEET 106 I 159 RECORD DRAW no. STR-872 CITY PROJECT # E12091 PROPOSED e' EDP WATERLINE (4.5 LE) LXISIING PROPS 35 RC ED (4%IP� PROPOSED 8• EDP warwu0E (1 LF) _PROPOSED warmu ivLI (2.5D Pmi — - — - _ CONNECTC��r ISTNG a. XPr51 -N �/..wm M.1 r7 ` O.i. M.J. waiERLI/NEP nOyOis R naaii vt� exarER� LPrsoPOSED a ow wa1ERUNE (e LE) -40 -20 STA34+99.12 LE 68 PT 50 40 30 20 20 10 0 (&LE) LPROPOSED Div WATERLINE REIKNE EXISTING 36 1, RCP RCP EXISTING PROFILE PROPOSED PROFILE (wow ED e DIP WATERLINE EXIST la B • PVC wATELxECV/ rw-ae«E 8-r( 8 Ma REMOVED PK WATER (29 LE) INE • REHABILI KED 1, VCP WASTEWATER i CO CT TO 201)ROPOSEDa DIP WATER ISE v • m STA 33+84.99 20 40 so 40 10 n CROSS SECTIONS �'I =MMEEEMI M2321=1 =I ___FiiGlil_= 1_1=11=216u__MIMI. M171_ ---I \i M321272:21M---I--- ---I— !M 1,�ri1---I--- -..1 —_a-- ---- ,—. — STA 35+13.87 40.00000s SHEEF wo. C1 15 N m 0 ¢ Q N ove = N C)= CZt V) W 2 ¢ � m2 � 3�d wog SHEET 106 I 159 RECORD DRAW no. STR-872 CITY PROJECT # E12091 50 40 30 PO 10 50 40 30 20 10 -40 STA 36+78.89 PROPOSEDRIM 3z.r5 [0 (4. 0107 20 50 40 30 10 . 3s.s7LERT(s DJy RIM 31.39 INV 22.20 50 PRO ED 121 PVC W RUNE PASTING PROPOSED PROFILE PROFILE\ 12.1 CP WL TO BE RE `LY Exls ND R' WC 22.20 POSED a' l • Ti 22.20 5 VCP EWATER 80 LF 0 0.4099 EXISENG Or RCP REH RATED 13. wvi Warr TER INV TR -40 -20 STA38+18.17 40 20 50 40 30 20 10 PRIOPOSED Fe. PIP WATERLIN (7 Lr) �E (5S v��I SRP POSED P * _WATERLINE PROPOSED 12 PVC WA ERLINE co ECT PROPOSED 131. PVC WL (52 LF) EXISTING 121 TO BE EXISTING CROSS SECTIONS P �DxA i P 117.1p) scAL9 ` PERM STA 38+08.20 VERTICAL • RCP ILLTATED CIP WL 1 8. PLUG CINNECT TO SCHOOL SERVICE LNE O VCP WAST TER - 20 so 40 20 10 cm 00002rS SHEET ND. C1 16 SHEET 107 ( 159 RECORD OWNING NO. STR-872 CITY PROJECT # E1209( PROPOSED B. WATERLINE (7.5 L6 RCP Exls-rma ERSTING PROPOSED PROFILF�CISED N DP WAT RxME (7 L�ir EXISTING 310.R s�xEz s PRoEo ,? I D !.ms PROPOSED a DIP WATERLINE (21 Lfl lid M.J. LplSrl^c PROPOSED a DIP WAT RUNE (R IA EHABILITATED 15• VCP a 01P WATmxxE (37.5 PROPOSED LEI -40 STA 36+78.89 PROPOSEDRIM 3z.r5 [0 (4. 0107 20 50 40 30 10 . 3s.s7LERT(s DJy RIM 31.39 INV 22.20 50 PRO ED 121 PVC W RUNE PASTING PROPOSED PROFILE PROFILE\ 12.1 CP WL TO BE RE `LY Exls ND R' WC 22.20 POSED a' l • Ti 22.20 5 VCP EWATER 80 LF 0 0.4099 EXISENG Or RCP REH RATED 13. wvi Warr TER INV TR -40 -20 STA38+18.17 40 20 50 40 30 20 10 PRIOPOSED Fe. PIP WATERLIN (7 Lr) �E (5S v��I SRP POSED P * _WATERLINE PROPOSED 12 PVC WA ERLINE co ECT PROPOSED 131. PVC WL (52 LF) EXISTING 121 TO BE EXISTING CROSS SECTIONS P �DxA i P 117.1p) scAL9 ` PERM STA 38+08.20 VERTICAL • RCP ILLTATED CIP WL 1 8. PLUG CINNECT TO SCHOOL SERVICE LNE O VCP WAST TER - 20 so 40 20 10 cm 00002rS SHEET ND. C1 16 SHEET 107 ( 159 RECORD OWNING NO. STR-872 CITY PROJECT # E1209( WATERD/STR/BUT/ONSYSTEMGENERAL NOTES SEPAR47IONOFEMI-FRAME NASTE/YAIER UNES CHRISTI WATER DIVISION DISIRI.TION SYSTEM STANDARDS 2 THE CI, RESERVES IHE RIGHT TO ACCEPT THE SYS.4 FOR OPERATION AT ANY TIME BU OFFICIAL ACCEPTANCE OF THE MST. NALL BE UPON COMPLETION OF THE PROJECT AND SAISFACTORY Tr. RESULTS. THE MISR. SYSTEM SHALL RELIAW SERAGE UNTIL PIE PROPOSED SYSTEM IS PUT INTO SERV. 77, CONTRACTOR SHALL PROTECT THE EXIMINC SYMEN UNTIL IT IS TAK. OUT . SERA, s. THE CONTRACTOR SHALL FURNISH ALL MATE.,Bu OR AND EQUIPMENT REQUIRED ID INSTALL THE PROP0.0 SYSTEM. s. (STERKIZATION AND PRESSURED) SHALL BE DONE BY THE CONTRACTOR UNDER THE SUPERVISION . ME WATER DAIWA WATER FOR FILLING PIE NEVIL WATER LWE ARO PERFORMING TESTS WILL BE ERNI.. TO ME CONTRACTOR BY 11, . CORPUS CHRI, MAKI. A STANDARD WATER CONSTRUCTION METER CONNECTION. STANDARD WATER CONSIRLICTION METER AND GAUGE WM BE SUPPUED BY THE CITY AFTER THE CONTRACTOR HAS PAID ALL APPLICABLE FEES MR ME WAMP CONSTRUCTION NETER. ALL WATER OISCNARGE MUST SE DECAL...ATM IN ACCORDANCE AIM TNRCC & NPOES REGULATIONS. ME CONTRACTOR SHALL RECOVER 71, SM. -P. AT A La..) .SIGNATED BY THE WATER DAISION INSPECTOR. ALL ERE MORAN. VALVES. AND muvcs mAr ARE TAKEN . . MESE MATERIALS NAY BE SALVAGED BY ME . HOWEVER, ALL OPRO... WATHE CITY PRIOR TO THE FINAL INSPECTION SHALL BE DISPOSED . BY ME ER DAMAGE CAUSED BY THE CONTRACTOR) UPON COMPEER.Z ME CONTRACTOR SHALE BEAR ALL COST ASSOCIATED 1.71 R UNES IMON SNAIL_BE FREE . ALL PATCHES AND SPLICES. AU PHYSICAL PES . THE PROPOSED MST. INTO THE EXISTING WATERLINE SHALL BE RECONNECT. AND BE MADE UNDER LOuENTEWERETOEEPTH ALL LATERALS AND ALEQmM.1ISRQUIINSPECTOR. FURNISH WILL MAKE MPS ON CITY ALAINS ARRANGED THROUGH WATER DIMON TDR (72 iro5). ALL EXISTING SERVICE CONNECTIONS 71E0 ONTO THE EXISPNG WATERLINE SHALL BE RECONNECTED BY CONIRACTOP INCLUDING REL.ATING EXISTING 1441 -ER LIETE.. IT S,LL BE ME CONTRACTORS SOLE DI[ RESPONSOLITY TO NOP, AND COORDINATE WITH THE WATER WNEClroNS / RELOCATIONS IN ADVANCE . COWSTRUCTION 70 AVOID Mw (m (170 SEPARATE DDS) REc M. MINOR ,VGTH OF DUCIILE IRON PPE ADJACENT TO FIIIINGS MAY BE REQUIRED . DIRECTED BY 1HE WAT. DAMON I.PECTOR BASED ON CLNDITIONS EVCOUNIERED IN nif FIELD. THE CONTRACTOR SHALL USE OLP. . DIRECTED AND SHALL BE PAID AT THE UNIT PRICE BID FOR ME APAR... SeE WATERLINE A MINOR L.MH IS DEWED AS A SINGLE I.ATEN REQUIRING THE USE OF MO JOINTS OR MINOR ADJ,TMENTS IN ME LOCATIONS .VALUES, ERE HYDRANTS, ETC. CAN INSPECTORTHE COMPACTOR SHILL M. SAID MINOR ADJUSTMENTS AS DIRECTED BY THE ENGINEER DIVISION AT NO INCREASE OF CONTRACT PRICE. WATER WWI. WILL BE NOTIFIED PRIOR WATER ALL CHANGES. 12. ALL NIPPLES LIEWEEN FM.. AND VALVES ALCWG MAINS SHILL LIE DUCTILE Is. NOSvE WRAPPED WITH a�aPOLYETHYLENE AND SHALL BE RESTRAIN. W7TH cuR CAL JOINT iwa oxa8/1 APPROVED ED. AT AU. ETTA.. CONCRETE THRUST BLOCKS SHALL BE PUCED BEHIND ALL EPINGS EXCEPT WHERE LOCKING OR SWAEL FITTING, ARE MOM. UNLESS OTHERWISE SPECIFIED BY THE WATER DIASION ENGINEER. la ALL OFFSETS ARE TO BE DUCTILE IRON PIPE ASSEMBLIES LOCKED TOGETHER BY REFAINER HAN. DUCIKE BENDS SHALL BE unum FOR ANY WIA,ES IN ALIGNII.T OR GRADE. I s. ABANDONED. CONIRACTOR EU WWI COMROLLED LOW STRENGTH LATERAL A9WI BRANDOR ENGIEER EL APPROVED EWN..VALVES WILL BE REMOVED OR FILLED As REQUIRED BY WATER DI.. INSPECTOR. SHALL COORDINATE WIM WATER DIVISION INSPECTOR AND NOTIFY ALL AFFECTED CU... 24 HOURS PRIOR TO KILLOUT OF EXISTING WATER SYSTEM I�. WATER DISTRIBUMW WSWA STANDARDS CALL FOR AWILLUAI 4. COVER ON WATERLINES BE REWIRED. WHEN DEPTHSCONTRACTOR SHALL KEEP ALL ann.. VALVES ACCESSIBLE DURING ALL PHASES OF CONSTRUCTION.ALL NEW WATER AWNS SHALL BE INSTALLED SO WAD PIPE .wrocmoN MARKINGS ARE LOCATED ON THETOP OF THE PIPE. EXCEED ." COVER TO AWE OBSTRUCIWN, ME USES . BINDS COULD ALL SERVICE UN. UNDER PAVELA.T SHALL BE ONE INCH. INSIDE DNA,. MINIMUM. SPEC/AL NOTE ENGINEER WATER VAULT DESIGN COORDINA11.1. DEPARTMENT FOR I. THE TE ANDWE SEPARATION IW R ;LEDUC WATER SLYS., OF TEXAS .111 RESOURCEWYSE.NES AND WE AMOK USED SHALL � bV ACCORD.. WITH THE Rr M 2 WE.. WATER & WASKIIM. UN. CROSS ONE OF MOO WE WASMIYAIER LINE IN KOLE. O Ar TAS DIC IED BYI DE GEMMED 01117 NOTES CONNACTA MY BE REWIRED BY CURE. WNTS OF DEW IRON HAIAROWS PRODUCT EOM. TOR TO INST. OE E.TING (AVM VEDAREAS PAYEDAREAS #YA7ERL/NEM/N/MUM COYER REOU/REMENTS Nor To KALE I AL L AWNS IN PK S.ET SIAN WA A NEIN. OF, OF COVER AND ANA. BELOW SUBORIDE AT ALL PON: AND HAVE VALVE EFARANCES IN ACCORLANCE WITH DIE 2 Au (raL VE DEAL Mars e ) IN nff STREET 501E RAA J. ALL NIES AM UNDEV WE SIRE, SHALL HNC A . . COVER AT AD PMTS. TTP. PIPE TRENCHING, 27ED0/NOAND BACNF/LL FOR WATERLINE GENERAL NOTES POE BAC/YF/LL NOTE (CONCRETE PAVEMENT CATs owAn sDCT „scam c0Rsu1rmrs 51/Err NO. 0120 (((((T 108 / 159 RECORD OWNS No. STR-872 CITY PROJECT 1 112091 leELOVI PIPE TO ND 12. AAL BOVE PIPE) UNPAVED (GREATER rTFON 12. AL ABOVE PIPE) AREAS PAVED AREAS 2 0 DA W1AxczxrsAbb 7 Woe. No s.,W cR J a Hariznr em Try ire m roTO UMvpft)r nZ mv`a 28 camrtn a ataxL,E a >R TmR rrm Azc W z a N1 I. ar a LPRww. a r0 2ourmT,n%ro � CEO oN . m, sm m . wEm to FOOD mrwn su oav yob narmx Fie I USE DE a -I YOI TON rc aSEP MO 8 EA2 rc NHOT. TO Ws FO Rls°"0 La[r r,r AG: Ja J+NT (OR AS POI OMAN 001100 aP,N,m",Pi.T ai PT OPIN " c0Rsu1rmrs 51/Err NO. 0120 (((((T 108 / 159 RECORD OWNS No. STR-872 CITY PROJECT 1 112091 TIRE HYDR,9NTS:° 'M cONsuuaxrs s,EEn no. C121 ill „2..`L em. nosy PM 4' TO 17 5 ro«= �., .. - V. it ° �w«w„u.� `-,a °o. IlUiilll■�Q llY r, w € . _1-SII! 0 vireo: , , , ° :ma MITE COL IAR Ma F.XIENS/ONOETA/L 601 `E ■ 1 v... °o. r° SC''' * uo>E. «eda« am w„a, rc saceoc a m� r��i r. our.. a ass stir so' Ns sr ousna act r roar s ro as mar. s I _i_;G,� lila ,oma.. F/RENYDRANTASNOT SEO ETA/L /TYPE f/ CITY of CORPUS CHRISTI TEXAS Department of Engineering Services SGLE o ,c &«.. II1II1 arch,, B VALVE BOXOETA/L VALYEBOXOE7A/L � OPAVEMENT OMAN/AU OROONO 1011 ro .in, rnrc awre xm .o su„ — VA'S' swu,°E.USES w A'S'''''.' vuor°ores ®� ' ^Illy ,111 P/GYNOTCN °« NOT TO SGLE Iv 5 SOUTH ALAMEDA STREET FROM o AYERS STREET TO LOUISIANA AVE. (BOND ISSUE 2012) 05 -WATER WASTEWATER AND GAS U CITY OF CORPUS CHRISTI STANDARD LO WATER DETAILS (SHEET 2 OF 4) li moron J!j« � ro °JD' uu0�uinr.Co III IDIilplM7�ll<' , m ;era ��1 ao �ulwul LI- ems.RA BOUM v.-R 0,,, ror NOT: .,. ,. arass Nor p... a aro. ao4 ma. 1011* WK. ,. ,,,,,,,I, YORE ININ 20. 5.1 REVIAPE cemotErr MUST BiOCN RP.0 MOM, , ,,,,,,,,E / .,,/... LAY DETAIL NOT TOSCALE EIRE NYORANTASSEMBLYOETA/L 177'2E112/ WATERCU. EIRENYORANTASSEMBLOYETA/L /TYPE2/ 11LINE °. iO sem, a STR-872 CITY PROJECT ! E12091 STEE. SPACER BODY PIPE IN OLOT/ONDETA/LNOT SGLE SPACER /NSUL ATOR SPAC/NG DETA/L NOT TO SCALE CASING SPACERS SERIICE TNNEE TO SIR- WATER CONNECTIONS NOT TO SCALE DETAIL A" TESTRISERASSEMSL YCONNECT/ON NOT TO SCALE Nos. Inallt.RcJrc cwwa rcw01vac TYPICAL YALYE/NSTALLAT/ON AY -INTERSECTIONS NOT TO SCALE DETAIL"Zr' TESTNISERASSENELNOT To SCA,Y NOM TYP/CAL CISINGDETA/L oor To SCALE nvE le copse, NSR S., a� v„ •°"�„` OETA/L C' TESTRISERASSEA/SLY ryor To a1111-!iiu CONSUL UNrS s,EEn NO. C1 22 SHEET 110 T 159 RECORD OWNG NO. STR-872 CITY PROJECT 1 E12091 SERVICE !Y/TNOUT SIDEWALK NOT TO SCALE OURS AND .7 XrAr— PROPIY, LINE—. coRRowrroR sovpYYp� /1 a r u- irawm ( Mrxrvrsp tAL �stmx� r-smu/eew�zc (usr Pe SERVICE IV/TN SIDEWALK T/EB 70 CURB NOT SCALE SN9LL RE PLACED 3 ME MIR MA. WU APPROVE ANY OURS AND OLNTDR V, TYPICAL CUL-OE-SACSERISCE is ) NO MOW NY4 3 LOTS YMN BF SC. E0 PER LM TYPICAL CONNECTIONOETA/L NOT TO SCALE TYPICAL CONNEC7/ONOETA/L NOT TO SCALE /, BRASS 'W"OETA/L MARKERLOCAT/ON PRE-SET SERV/CELINEMARKEROETA/LS sOr AC SCALE SERVICEL /NE MATER/ALS CORPOR.ON SLOPS r r/a'. aro 2" Aram mm I.vnano men- or awage COMPRESSION a., purr CLAMP - CORPOSITION .SRP Ma. AI AU SEANCE WS ONE PECS SOR9 POLYETHYLENE MING OR RIPE COPPER REPLOPEO .wets ata.) somaa Le&'r4Nr m MWIER- SCES=MO /1 r; Ir/2". NO "(Aro oes ANGLE METER STOP - CM; As. r- metu3/4. watss amxrm mret - mrvxp �. A utrtR ow..e wGrt �otr. METER (87 0I11FRs) METERADAP1ER AND (BYOTHERS) R84 AF: -sus /CVE er'-uttwt3/" MEW DOMED mama - urn x0Tmvtrer Pff8 80 [DUG ( Off) rnas -/.-er -a". er ew corewirssiox. 'AR „rm:4M»neR,�.wRtMsS,se�e ew)rm twoehnrorswTTaaZ0 ne an. �n5 r .ISAVIA -ea St EDIPor.RE 00 NOT PUCE' BOUVO MN; OF SOLLAROOETAIL NOS SO SCALE Lr ANrs SHEET ND. C123 gra 111 ( 159 RECORD DRAWING NO. STR-872 CITY PROJECT # E12091 --" xEw RIxC. mvER .wO INFtOW IxHieg AWUSTM113 jie,:4 PLACE CONCRETE TOP OF CORBEL CEIZT (amu A SACKS OF 034340/040 THROAT REaIR= DUMMER ECS FOR 500010E NEW RING. 00015020Iersow IxOeg ,°,°..55T.707,`°'00,1,,,,4°4,, 0403) PLACE .011E. TO TOP OF .BEL CROAT OPEIRIle= oPL,91.,e4 SPECS ryRORDE XEOW REINmRCmEM a -/R 0325) MATCH EXISTX,O 37 MIN 177 LIMESTONE (TaDO E m04) TL-cOrekre OE THE DOMING 127 LIMESTONE EASE OR APPROVE° 0MERADE RAT(COO !D zygCA50 xegs RueeER vsXET THAN THE THICKNESS OF PIE C.. PROVIDE CORROSION AO.GENT BASE RESISTANT COATING PER APPROVED COATINGS TABLE. FITI-11. SHAM BE SIR 26 T E 3I MIN a (IOCALM 'LONG AT 247 17.5C SPACING m�llM,D`430 IDE CRIHNT04116J,61-= RIMILDWATGR IS PRESENT (,,.MIN) COMP. TOP 67 OF SUB0150E TO 95% ROCTOR DE11. AT 41. MOISTURE AS. D696 411110111:01 6171ABOVE .HOLE NW/ , POW NITERS CP OR 1I_,_�__ IAS- We.rU % ' D FIBERGLASS MANHOLE NOT TO S. MANHOLE 131.6116 SHALL BE 117 SHAPED WRH CONCRETE GROVE DEWSRID0 T OFIr171715E4TE rIfk RETE PLAN 01000 /'i' RADIUS 05.) WASTEWATER MANHOLE (BOTTOM) NOT TO .LE SE I A • IF BEND PROVIDE (RESmoIED JOINTS ECTION PRE... CONCRETE SECTIONS ABIY 0-A)9 (u W+ COMP 5m MPSI) PUN FORCE MAIN DISCHARGE MANHOLE DETAIL NOT TO SCALE CRETE sL Ps MIX 0 28 I. (fro rs) 1Ml=810 4DI4T4; .,E 2:Rs5510301 .PACT .P 67 OF SLOGRACE. 95. PROCTOR DENSITY AT LS. OPTIMUM MOISTURE .11 0698 CONCRETE MANHOLE NOT TO SCALE 01 MANHOLE WALL (111 01EEl5 PROP. 17,G LIFTS TO 95. STD PROCTOR DENSITY tLs&T,TINS SHALL MINIMUM WALL .ICKNESSI BNw� D= Em BY ENGINEER OE RUBBER SLEEVE Er WATER STOP /—BELLOFPIPE DEPARTMENT. (m�iuINSERT OR INSERTr A TEE) PIPE SEAL DETAIL NOT TO KALE GENERAL WASTEWATER CONSTRUCTION NOTES: OTHER RESEARCH THAT IS NECESSARY TO ENSURE .AT THE COMM. -640NUGHLY UNDERSTANDS PIE PROJECT MO S FULLY AWARE OF ALL THE CONDEIONS AND CONSTRANTS PAT NM BE TInrageano.,,E TO AFIL'TGTORIRWM-6011S PER SO TAG CH.. 217 MO TRENCH THE a M BOTTOM UNIFORM TRAFFIC COM. °PACES EMO eE DESIGNED H 0.507 m WITHSTAND x6. THI TIC XOw MANUAL sPT MANHOLE_ PE (e• -u PIPE) emVE THE FLOODUHME OT THE TI'Le LTA ArE e (PROMO, NST BE s002I11D TO THE ENGINEER!. SERVICES CONS.... ENGIN. FOR APPR SM. MANHARCAOLE wIu15 umDMANNHOLE BENON CH. r MANHOLE REQUIREMENTS PIPE C.ETER MANHOLE 01.ETER AIM 3674 TO OAR. APPROVED COATINGS TABLE MANUFACTURER MODEL NAME JEF.AT 326 RAVEN LINING SYSTEM RAVEN .5 CORAPLATE 5800 PENNINE .T CO.ETE SURFACES INCLUOING BENCH le NOELS. • IE WMm I \ 17 G` N, ez cEFzrzAro (a RMEURCCRCUUR AER. MANHOLE PROTECTION IN UNPAVED AREAS (CULTIVATED/SPECIAL) MY TO SCALE MANHOLE PROTECTION IN UNPAVED AREAS (RESIDENTIAL) NOT TO SCALE Ca0suicwrs SHEET no. C 125 SHEET 112 I' 159 RECORO DRAM NO. SFR -872 CITY PROJECT # E1209) OR RING COW) xFLOW NH S ML HOPEADJUSIMENT RINGS RENEDRGE %1CR314 C4 (PROVIDE REM if v CI= nu (Es SACKS OF CEMENT/rn EKimxc WarOE PROVIDE MANHOLE CROP COMECTON IF MOPE THAN LE FILL W. ( minas MIN. o 28 DAYS) un7xCixrt (w Sam OR APPROVED QUAL) m PRO) EXISTING CONCRETE FOOTING REMAIN FRP INSERT REHABILITATION OF EXISTING MANHOLE NOT SGLE (1) Da VENT HOLE COVER PLAN VIEW NOT TO /, LERMxD (2) 11/2 ELam PI KHOLES MCHINE //8. BICE EOR NE BE MACHINED) PROVIDE CLEN) OPENING E/8" Dia MEPOPRENE Pm Pu.IS SECTION OF RING & COVER NOT TO M. FRP INSERT REMBILITATION OF BEING IONHOLE NOTES: TI;ITEErS,70rilLEATOIFHERHNUITZCINTEttOTOOFLITEMHFLE114"' ""'E' 2. PR.,. INST,LING......L OF FLOW OR INIGTING MANHOLE REPNRS, -RE CONTRA°. SH,...)L PLACE &RRIGOES g=0°471,17.Urs'71,722,17,ZedflrguTZT1 WARM 41 "NM DEFECTNE mRapsCKw1s. WOW., ROUGHEN THE 0080E NmT. MID CLAN 0,E INTERIOR Rin R T,HrFEE COAL)=0,,RTS.HAALL BalE,,SaNSZAFIT0HsEALDIMMQTHE RESULTING SLUDGE AND DBMS AT AN APPRO. r840.E;svvo,„srmx se—. WALL .ICKNESS SHALL PROVIDE AN AASHTO H-20 .D RATNG AND WALL (EXACT LIGTIONS TO BE IND ErrCOEGRN.,OR) INSIDE MH, WALL E 14.0. WALL SKN ro ECTEx COIIEN E,�o 1) UTILRY DEPARTMENT APPROVED SEAL GS. WATER STOP ASSEMBLY EXISTING N.H. WALL ) ELI_.000E0LOOWABE FILL aK PROPOSED FIBERGLASS INS. FLOWABLE FILL FRP INSERT PIPE SEAL DETAIL PRONOE MISSION ROBBER CO (#1/R01 OR ) nuxiEEESH LES 100000 NOT TO SGLE RGOWAY MANHOLE RING AND COVER o m 00 P000 0 0 11, Tx1000xE iiw0a 000 a EwsH mm THE CURER LID. 2. TRWFIC SHALL BE RESTRICTED FROM MANHOLE FOR 48 HOURS AFT11) THE PLACEMENT OF CONCRETE, AND COL.) SFIALL PRONE A OPENING TO ODATE THE SPECIFIED MANHOLE COVER. PRo0 Sinn 701100 CLEAR 000,080080)800SUBMITTED TO THE CRY.CASTINGS SHALL BE IMMLIFACILREO FROM RECYCLED MATER.. CONMAL. SHALLPROVIDE CERTIFICATON. CLEAR 0800100 AC ER(0) woFORM � ER V INFLOW INHIBITOR N.. Eaxom mnuxE- 10010000 MS ALLATIONS PER C Y EAS JORDAN RON WORKS IKSBr COVER V 430 RAME V1420 SPEC iErnnas x' (s) US - dmz 00 SA (i) t EQUAL(WOELI. ALLECDOVERS SHALL BE N DIAMETER AND NOT RING & COVER APPROVED LIST 0GNEmTuOrS s,EEn NO. C126 Jm �wfr SHEET 113 / 159 RECORD OWING N0. STR-872 CITY PROJECT # E12091 no. consucwrs srm 1o. C 127 I APPROVED ARVs PROVIDE&CKFILL P. APPLICABLE aEouREuwrs Tf'r9y',1 f*i * i ANTHONY B. GAVLIK iil .% 109896 .I 1'4/CENSEO.��g. PROVIDE SO. RNG n 4 ERMODEL NAME MATERIAL HP[ uxie ue. 2Cma.rn - D-025 OR 0,5 SHORT 9e6 (SS) MO 96.35is w., VENT OW MODEL STEEL) ss SfO siui PPERS M. FORM TONT SEAL TO PIPE um EXISTING unRa aurum cnP)R ',Arm.c ss( w uan. ,sns TESTING PRESSURES x(rs LLxDni m murmur T RE NCRETE �RDNmmEuw. .`�lllnllnlnpmynpppy SEE ar DETAILW. 1 IR !� W I a NErs�D • �� As REoo IFo1 nG FACTORY BONDED JOINT PROVIDEEX VALVE PER APPROVED(361)821-CITY rrRwm(x')ezEnn(MDEPARTMENT). LE IS APPROVED ALL FITTINGS h° wmAW SHALL BE —m ' - srumwD100 PSI s s reau wre I-YZ Teras P.E. Firm Regmtratlm No. F-150 TisumazamILL sruxrEn STEELM�laRELEASE ¢r !ROES DEranExrCO. 5scxmDLc xPIPING caxmnoS 1,., SLO - _(_ ... _ = ABE ,� FOR (UNLESS PIPING SCHEDULE w,I cLR rz emEOF IN PROME uxa,. FRONT VIEW S10°" SIDE VIEW GROUNDWATER LWEL SEE CONSTRUCTION PLANS SU*BSBORADE OPTIMUM TO 9516 BOLLARD DETAIL DEEP CUT SERVICE CONNECTION CITY of CORPUS CHRISTI TEXAS Department of Engineering Services AIR RELEASE VALVE AND MANHOLE w"511RE WENT NOT To SGLE NOT To SCALE NOT TO SGLE RIGHT-EASEMENTOF-WAY SERVICE CONNECTION NOTES: Z OR _ E n '''''ECT 2. ALL SERVICE PIPE AND FITTINGS BE SOLVENT WELD SCH 90 WC UNLESS SHOWN OTHERMSE IN hIE P.S. rano rxnrwm PLUG PPE - PIC NIIVOR VCP USE LITIL1TY DEM.. uwxm TR q D' APPROVED CONNECTOR. x AND SERVICEr°USE PVC WE °R h CE COMECnON O Fi— a E m SOUTH ALAMEDA STREET FROM AYERS STREET TO LOUISIANA AVE. F (BOND ISSUE 2012) 9' 05 -WATER WASTEWATER AND GAS -6-; CITY OF CORPUS CHRISTI STANDARD to SANITARY DETAILS (SHEET 3 OF 4) \'� •C�amuT USE PVC SC w°u WYE m THE MN UNE. GREATER THAN w' 0 0 COMI ..4 ROME CLEANOUT wx s I= '1°IN PROVIDE xEmm °E THE PPE w„EQUpD SAND i II l'''''” wn u lx ; 6 E x s USEMISSIONRUBBER CO naD PLAN CLEAN-OUT BOOT ���an°n ARC COUPLINGLESS ql W. NOT N SGLE NOT To SCALE ,........,A; .90 • • - • rmED1 RasAN x A= sxoxx. FLUSH IN aw9 s � D\ /y v,5 w_•. °� ° ` ` ,s, s<ox6 (z 1B NF7' �\ i W.Ta�F"mx *•®`` T OR aGa3°FOR HOPE OR sw FOR WC)IF CURB BURY 12. IN. Tor. SECTION A -A SECTION B -B a" RohcTwE END ON EACH wo.MOT TO S., ROT TO SCALE SERVICE CONNECTION DETAILS STANDARD SERVICE MARKER TYPICAL CAST IRON CLEAN-OUT BOOT SFR -872 NOT TO SCALE To...REQUIRED EA. STREET TAP NOT TO 9GLE s CITY PROJECT # E/2091 cONsmTANrs IHEEF NO. C128 OwA.m { PAVED ASPHALT REPAIR, 5 MIN. THICANE9 IN NO C9E SALL APAR BE MACRE. RERAN PRIAIDE PRIME COAT(�15 Txw IN. Tx GT. PER 5(S.15 CO„m mNxIE E PIPE S IN 19 CASE SFALL CONCRETE RBE LESS PAVEM STEEL CASING PIPE WEEDED STEEL OR CAST PO5Tx SMPPORT t( -p) OF Cu�xc INSIDE oxxERs TOPSOIL SEE TssL<:�Tm B (wRE. �� SAWCUT PwrmEM ��►� SEE xmEz �V V_\��\, Cf.:�. m�������z x%1iUT X,.A ,. 4" TO 10" CASING DETAIL S\' .. BSWLMAN EDElxfcxEss NOT To.LE N CARR. PPE oL Pc :sIgG, =ROUT Na ERUNNERS OFTAEvKx nx ADJACENT 29E avw`srnBiUZED SAM (IS SACxS OFCrn ATALSTABLE2EMAMENA,PA NWBB=R Li ri‘g w fr I E 2 v ✓ 2 P 12" TO 36" CASING DETAIL NOT ToGEES ALL BEDOING TCONSIST OF ABLE NE, SFULL <m " x. x� SEE «Em SPACERS CARRIER PPE CITY of CORPUS CHRISTI TEXAS Department of Engineering Services ANY OVER SEE WTH "XC ATION N� SHST OWN x RECTED S : TEPEE I. CASING SPACER SHOULD BE M M90 OF ONE FOOT FROM EACH TRENCH BACKFILL AND PAVEMENT REPAIR 4' CASING DETAIL FOR WASTEWATER LINES NOT TO SCALE NOT TO S9LE GENERAL NOTES FOR BACKFILL TABLE 1 BEDDING AND INITIAL BACKFILL TABLE 2 FINAL BACKFILL (BELOW PIPE TO 12" ABOVE PIPE) (GREATER THAN 12" ABOVE PIPE) UNPAVED AREAS PAVED AREAS CASING NOTES: ALL BEDDING AND INIEAL &COLL SHALL CONSIST OF THE FOLLOWING OR REFER TO DESIGN 990 OR SANDY GRAVEL. OR M T AAL PRODUCED BY H of x ro�L SANE GRAVEL A. FROM 12,0VE PIPE . BOTTOM MATERAE ALL TO BE FREE OF ROC.. DEBRIS. OR ANY CLUMPS A FROM 15 ABOVE PIPE TO 31 BELOW EXCAVATORBASE ` OE 9E A EL M M 5 SOUTH ALAMEDA STREET FROM a ; STEEL MOM MD MOM MERMENENTS NE NELL 'CA i0" MEM Ne a EA. : MERMEN AMMAN .o o DNN MOM m cc.N rTh SIGNING AND STRIPING KEY n SIGNING AND STRIPING KEY CmSULTAVS v,m NO. C201 ry LL SHEET 116 / 159 RECORD OWING NO. STR-872 CITY PROJECT 1 E12091 ES. P2-2 Moo SIGN: 211-8L SIGN: WI -SL STA 12+23 kILVOLE 13+00 N N SIGN. R7-2 MOO nrvc sC - i12 ONE ETA 14+02 REMOVE STA72 WAY ro eE reEuwco ox�e� - Rte, ro e[ reEuo o CmrsuuANES s,m W. C202 EXISTING SIGN ALAMEDA ST S. STAPLES ST SIGN: -2 TO REMAIN \ - 14+00 16+00 sniawmn _ SIGN, w IM (2) n EXISTING SIGNING, PLAN SHEET BEGIN TO STA. 23+00 LOT 17E1Si4,0GRE 2.1 7M re. CN:IR] O ME REMOVED { IErox4 N PC 3 � sruic ERM 30 ALAMEDA ST 21100 SION• RS -2 CONTRACTOR• SHALL COORDINATE WITH n EXISTING SIGNING, PLAN SHEETBEGINTO STA4 PRIOR TO REPLACING S.23+00 E. 11.62!) DO. - w SHEET 1 17 / 159 RECORD OWING N0. STR-872 CITY PROJECT 1 012091 , 71 LOIS 15 • 16. BLOCK 25 D,:' • 'EL 74712'2IS MOD FATI,In.. TO BE REMOVED 15 SIGN: NE1,66,BrI0504.2 WATCH -ZVI= 15z. ..1%.,RAT" gyL• ,a " 4XIEN,De SIGN, PG. 9. OR, . ALAMEDA ST 24+00 26+00 VA'2fi-Fi3 TrZNEMWO 27400 SIGN• 03 IC (2) STOP grPENIXED 23 29 00 SIGN NEIGHBORHOOD WATCH SIGN R5-2 < 0 2 > STA 20250 9, 29499 27'2 ExPENG SIGNS EXISTING SIGN TO BE REMOVE0 TO BE REMOVED (Th EXISTING SIGNING. PLAN SHEET STA. 23+00 TO STA. 33+00 SIGN: NT:3TV: WATCH 1727 aLo., 27 TOTTEN% 55 ALAMEDA ST 00 17 • CONTRACTOR SHALL=rsOc;1720-1 OCR, PRIOR 52+00 4,66,2:ENTE SIGN. D3-15 (2) EXISTING SIGNING. PLAN SHEET STA. 23+00 TO STA. 33+00 •SIGN:s61.67T+Ig TgXINTEINR6mSIGNS EXISTING SIBNE7 LOT I _BLOCH 32 • CONTRACTOR SHALL COORDINATE VIRH =VA PRIOR TO REPLACING SIGN I DONSULTANCS vim no. C203 -r 5 2/2/5 118 ) 159 RECORD OWING NO. STR-872 CITY PROJECT I 012091 SIGN: 53-1.5 (2/ SSET'31'44-11 -107IPTE14=0 - • A CONTRACTOR SHALL COORDINATE 100 .R. PRIOR TO REPLACING S. 140,141,1144.210RHOOD WATCH 03 34+00 35+00 LOT 14111E.,0C,3 29 EZIPal 909919 Limir 0+0 20 g%-r',Ettn, SI. S4 -1P SIGN SJ -IT SIGN: SI -1 16;1. T1r2 Maga. ALAMEDA ST 23 SIGN:S2-1T M-01000VZ.00”0. Fer07=2" (Th EXISTING SIGNING, PLAN SHEET 0619 SCALF - 0 ONE EXISENG SIGN TO BE REMOVED SI.: PS-. WAY 4, 1 36+00 37+00 SION. SI -1 40.• RS- IXISTING SMS TO BE REMOVED STA 33+00 TO END 2100e5Voi SIGN SPECIAL E0A SICIE D3 IS (2) SIGN: R1-1 E%ITSAMtTON "'4 T"e"N I SIGN: SA -1N ONE WAY .09 64-7 .44 21100 02 7" Z STA .49,3 0.-Ernr_E EIMNN SIGN: 135 2R TO REMAIN EXIN3GT.S 03 2 SIGN: SJ -IT ON TS0IONLAVLE 0 1 39+00 46p„*.VYVL9,<V7369;9-9Y3Y0,,AO,903,-6y'30936,0Yo.9k 0 E ONE WAY WAY ExISTING.C. 111 trt00a-E0 2L EN-3101g11.N TO REMAI 4,400 SIGN: M-7 MO ca'svc." WM. T 5r00TE:a I1E01 ST/'402.0 EXISTING SIGNS ON SIGNAL POLE 0 REMAIN 14 14-00 0.00: 115-2 6 `L' z c; EXISTING SIGNS ON SIGNAL POLE .:0! 1 SIGN. B. STOP 07543044r1 TO REM IN EIL.4.24.4403- SIGN: S7 -1T FSTBRIZSD 0 00015`5`.1`, VOL qe1.- 1 S5 -I MOS SI.: SO -IP EXISTING SIGNING, PLAN SHEET STA 33+00 TO END SIGN: RS 9,1 CONSUL TAW'S 03)50 00. C204 A 03510 119 159 RECORD MANG NO. STR 872 MY PROJECT 10)209) 12+-0-6— S. STAPLES ST AYERS ST 14700 SIGN: PROPOSED STA 112 PLACED . SHOWN ALAMEDA ST L L .0 I�1 WY USE SNA 18+87 SM) R2 -8P M. OPOSED SM TO BE WCED ON LIGHT POIL a. . 187,4 ,_•41. TIGALW,50+A151,42 OPOS. SIM TO RE G SIGN TO BE LAC ON LIGHT POLE SHOWN � P n ,ao1.(1)S.(P) \ \gym It 0 a X12 0101-2 ro WEATED n PROPOSED SIGNING, PLAN SHEET SIGN. NS -,G (2) P.E0 SHOWN 7 10.1 BE P.EaGiun,ow(,sT) SIGN: W11-2 «s 0 as hpirtZEI CIO BEGIN TO STA. 23+00 SIGN: R2-1 n ,oe co S7(P) 30 STA 18+08 7TRL'AgEr. SRO. USE meE n ,Cevo(,)SAM B SIG n ,0e«oi SCR PROPOSED SIGN TO BE pRol,o1T1t3a52° TE:C1E:57:(1)04)4) P,CEI3 AS SHOWN n 1013.(1)03)09 :8;7:100 S.: RR -5. MOO PROP:5'111:4'TO BE PLACED . SHOWN 20+ 4251. TO 10 BL r0 5* 0 I)5 0 0P ) P.ED . SHOWN (7.1027/.154(M SIGN: R9-7 124/18. POP:a IIG1/1TO BE SIGN/ 03-10 (2) P... SHOWN TT 10900(1)40(17) _I SIGN: NE41-1:41_42D WATCH TO EIMAM:131:THOWN B -B S. 49.7BE(MOD) S. R9 5 (M00) 16(71M., PRMSEEBOAIGLI,6.13E PRLPOctECDFAX, TO BE re 01350(1)40(17) 10290/203407) S14.111 mieTEA00 H. BE TV 10.0(1,A(P-. Writ11M. " 24,00 ALAMEDA ST 00E00 SIGH, 52:1 51.01/21,.. R9 7 SIGN R9-7 (MOM S, 3+10 SIV. XX PROPOSED 'SGM TO BE P..1'0146'10 BE PROPO ED SI N TO BE PLACED SHOWN P. HOWN P.E0 SHO. n 104710(1)04(P) TY 1 *90(135004) 10 M.( MP)11 SIGN.4.7E MOD BET.BITA,B. . 10B20(O57740 SIGN: *0-7 0200) 17 PRIMASEEIntIgl:E 10.10(1)00(0) ST1(„1V PROPOVAGe. BE 1* 104710)1)24)4) SIG 112;., ,(1/100) SIGN PROPOIT:01 Ii5T BE PROPZA0 SOTO BE P,OED AS HOWN P. D SHOWN IGRAMIMA(M 11 24.40(1)00O/N SIGN: NET:AMMO WATCH rEs./2,;+51 070,E0 7.7.741' Tr 109wo(110,1(,) n 10BWO(05/e) rTh PROPOSED SIGNING. PLAN SHEET STA 23+00 TO STA 33+00 I/819 SG. I - 0 1 / 00)1 D3-16 (6) SIGN/ R1-1 PROBE/EMYEillEGTHTO BE n 108.(1)0A(P-1,14 a 00 II I II SIGN: NE4HB134:8.30 WATCH TO EM77:01'011H07/10 1023- 0(1)000) tail ma wpm s attn. 4 7zzw,\'>. I mi. 27+00 90 44) LT; — O (‘. 17-E,BEE.B SIG 03 16 (2, 5 M R9 7 STOPPR1:1g2i'07:1 5M1(1)M(0) PRILT'D1:47 Er° 10 1013.(1).(0 -BM M.x". "1147TEDD :51° SA'12' 17 7 .0( >SAM) 7 COMPACTOR SHALL COORDIMTE WITH CR, PRIOR G SIGN 31714 *2-7 (0200) SIGN:. A1::.:(00) vmsEnnsepol-orwE p)AmozczzNeE 10 70450(1)04(0) 17 ...OMANI 0 29+00 77/ 05 ALAMEDA ST 00T00 12 SIMI: R9-7 ,,(1/100) SIGN: R9-7 PROB.. SI N TO BE PROPOSED SIGN . BE 1152. P.M . MOWN P.ED . SHOWN 7471:1 . m ,NeNmo(OsAM) Al 10.11MA(M hi I 31+00 32+00 1 matagisszaggsgmasan ,..--mtemissesmose h h SIG I88; CM.) SI. 129;7 NO.) MIng:51 1/07/7r nr:CETZHOVE TY OB.( )SA(P) TT 101311.( )M(P) AI odiffMr t!i4GM D3 IG (2) WS N: R1-1 M___5°+,AX2,(E,.. „A A, PROPOS. SIG . BE PROPO ED SI. TO BE 30 7.30( 5 A 31+30 STA 31,0 SI. R9-7 MOM ZSBERGA 44,,,W NT P. D . HOWN P.E0 . SHOWN TY I FAVG(I)SA(M PI loam( )SA(P) (5' PROPOSED SIGNING: PLAN SHEET STA 23+00 TO STA 33+00 SIGN: S1-1 ISIGN: BUS STOP STA 31+79 STA 32+48 BUS PROPOSED SIGN TO BE PROPOSED SIM P.130 AS SHO. TO BE PLACED 10..(1).(1 AS SHOWN 10 10.0(1).(P) 7 CONTRACTOR SHALL COORDIRME 7/2H CCRTA PRIOR TO REPLACING SIGN CONSULTAVS ma C206 N. ••••• 03 4- C•1 03 A 8 5 0000*121 1 159 RECORD OWING NO STR-872 CITY PROJECT 1E12091 1 11 SI -1G (z)1' .mc 51-63°.3n1 STOP IF U 2 Si R9-7 (MOD) ON NEIGHBORHOOD WATCH c' P)E STA 7 i'sdr., S�DwN SIGN, -5 (u00) Re 7 (DOD) Z i l rosmi.azro' E ®s. ss si A 35,s s+ 5 W wc(cils(r za�w'z ? PROPO°°D 'SG SHOWN N TO E tt PLACED S 5 OWN PROPOSED SIG TO E j j SIGN, MOD ef4o3s a � � SHOWN N O,.56 - 21 SIGN. 03-2 STA 34+10 "le o t IONAL RpmI i��14EUXEM 50. D3,D(„ SP 2C cin ICI+ S5-1 MOD 11111111r1111." - NOS 0 S -5 (DDD) 5 -7 (DD) SION: R3-17 - R,D_ PROPOSEDSTA 35+75 STA 35+75 SIX R3 -17t, SIOPI POPP 24,15'SIG PO BE ttX13,°(",tea TOSTA eSTA _" µ F�5 °c eEPM n1o0°D(3)55)5) D 00..W. �ncoN(Th PROPOSED SIGNING PLAN - STA 33+00 TO END "=ISicN. D3 1G (z) D.30 z roBE P.M TY 10awc(1)SA(a-.) it;4. G R8-7 OD L. ° TV )sn(.) 4- R8 7 MOD SIONI S6-15 rrt? '4011171? :6771:e °Dw31)3A(1) n o iSuP-04) n PROPOSED SIGNING PLAN - STA 33+00 TO END Ikty SCALE I' 6 IV w 0.0501,11'S vim NO. C207 SHEET 122 T 159 R[OORO OWING NO. STR-872 CITY PROJECT 1 012091 31 REFL PAV MRK ,r (w)A(BRK)(090 MSL) REFL PAV MRK ,r (W)e(DOn(D90 ML) R0EL PAY MRK ,r (W)e(SLO)(090 ML) 31 REEL PAV MRK TY ma Oii 00 STA 23,0 7.0 LT BEGIN n ®61 I] ST 24+33 6.3 81 STA 2+ 0052 on24+33 7.3 RT CI --- 0 LOTS 15 & 16. BLOCK 25 VOL. ,. Pc. 9. Ma.w.c1. 15 S, 24+67 STA 24+67 0 0 moi222 ;j.. , PEAWASSISEEMEREENINSZE 24+00 0 I-' 0 ALAMEOA ST 25+00 �o-ALAMEDA STREET 26+00 761012 n� 27+00 0 LEGEND 16 33066865690 Mw 23 MRK 1r (9)4T00TX096 Mu- 17 (wW's\DOA) Mu 17 (131'(0610696 26 ,.0 0Pc. s. MaN.11. IT;,. (1315626x690 MIL) (6)1215260060 MIU ,. (31)2655269090 MIL) TSLD MO MIL) m 3126•(52)(096 MIL) c (w0305726 16) PREFAB PAV MRKR TYc MARROW) c (w)IBIS mI PREFAB PAV MRKR TYc (10(606E 01MBJL 6/ 20006) c (1n(OOE 6066) L RAISED PAY MRKR TY I-0 PREFAB PAV MRKR TYc (9).(S1AOou PREFAB PAV LIRKR TY (3)(226 6080) r Eo R31v MRIa ,:316583")1636 Mw 00 23 LOT 2AA,OLK 33 29+00 0 0 0 END oSTA o S1 1 LISTA 26+36 a LG,S I 2‘,,25 0 6: MANE 1 ® STA" 26+366 6633 RRT TT n PROPOSED SIGNING STRIPING AND MARKINGS PLAN SHEET 2 OF 3 STA 23+00 TO STA 33 00225 ' NEM 111‘,.41111011 Z741 CI CI CI sr 27+25—sT 27+35 E0INo 61R 27+13 oS 7+13 6.3 LT 315,7+13s Mn 7+13 5.3 R1 51LF 6011 600INM FA 30+69 'r 1 ®NAB+59 ,061,0 0 611 0+76 6 M S 30+56 6.3 81 00 16 ALAMEDA ST 31+00ALAMEDA STREET awn J J I LOT 16E61= 33 _END oSTA o n MS1 o n M29+91 63 LT STA 29+91 6.3 81 CIn L 20 32 LOT IdE61„.03 32 416300765f660066 VOL 0.. P6 O.M R N O,. , 202 0 PG. 3. M8x 1 (I-2") PROPOSED SIGNING STRIPING AND MARKINGS PLAN SHEET 2 OF 3 STA 23+00 TO STA 330? 0Ilty KALE: 32+00 036026013 5761 30. C209 OLL- Q rii 62 ^ W S CD co ¢ O = SW2 Q � O 91E7 124 T 159 RECORD DRAWING NO. STR-872 CITY PROJECT 1 E1209) oP=+F ■ <0 .o on A 3+14 7.0 PT o ST °STA 33+14 P E E STA 3+14 6.3 PT TA 46+9 0 STA 38+93 0 LOT 18. BLOCK 8 OL a. AL9M 18 0 o STA 36+31 1.3 RT 0.60 LF 0 20 0;2 +F p. SLA 35+w 6.3 +T o STA 35+50 RT ' o:3:os3 j 6+I] O ❑sir -venom 34+10 ALAMEDA STREET ,t.0' � I.'.11--}-1:1/ � �++Ic\Mr^� x17+•. 11111111- " Eriiift- _ter ix 0 L w F N 0 BIEGI S+ 37+00 ,6 .0 LTI 0+04+36+ o6+F E STA 37+05 3 M n 37+05 3.6 oss30 STA 37, 0 STA +75 CI CI TA 34+01 STA 34+ ©� 33+ o 0+0 33+82 , RT -M8186.333+82 s+A 33+82 6.3 RT o nA o ITA 33+82 6.3 RT E6 EAo ©S+A +36 18.0 E STA 39+36 7.0 LT o STA 39+364.0 RT O STA 39+36 15.0 RT ▪ TA 39+36 4.0 M 0+ 39+36 15.0 5+ t 0 93 1 60900+ ©4BAR 46+ 2)5+006+30 T 0 0 0 STA 00+00 24 w+... X4¢-1 O STA 35+29 ST 35+ 00010 © STA 35+.0 16.0 30 N © 55 +F ➢ 66 LF EA ©PSf END ©ST. 36+32 15.0 © 20 9+ 6SII DD 12 FA BEGIN o STA 39+50 WO RT °STA 37+50 '5.0 RT MST + 1RI- n PROPOSED SIGNING STRIPING AND MARKINGS PLAN SHEET 3 OF 3 STA 33+00 TO END °0010+6 STAI 13 STA 40+08 STA 40+ sr � 0 STA 40+ 0 -/ /7 ALAMEDA'TREE ALIGN ENT 00 01 = +49 STA 41+49 STA 41+84 'STA 41+89 0 01 ,0 0 STA 37,7 moi.= iJ MY, Wi2+00� 11M11111%, A WrI IMO 1,;10. TTLJ LEO 1.113' 43- 0)601+PA0 MRM,Y © REF+ PAM MRM TY :BFFLL TY' REFL PAY MRN TY ©PEREFL PAY MRI4 TY (8)418.8090 ML)0�+1 (w)4-(001(090 MI+) am -(S+0)(420.11+1 (9)0'(001(090 My (9)010+01(000 My (0),2(0+01(000 MIL) (0)2.8.M-0)(090 MIL) EF+ v M M v TY ((+120 (0+09090 w+l 20 0 040F08 POV'61:;: 606 1; c ((0‘141)=1Tap M PREFAB P0V MUIMICR TY 0(0191n+O TRD 820 LOT le ALL LOTS 19 At [] PREFAB PAV MICR TY 0 (W)(OIOE SYMBOL M/ ARROW) VOL9.+1000+00020 P0. 36.0.0 R o PREFAB POV MRKR TY M )9+:B1++90 WORD) MRAISEO PAY MRKR TY M PREFAB RN (AMR r 11C C29SYMB0+) 151i6OgED9—TRIPIN6'' AND MARKINGS PLAN SHEET 3 OF 3 STA 33+00 TO END M REEL PAY 4020RT'i"m41 R0))090W0MMw E MED 200 9808 TT 11-0-0 cmrsm2Mrs sxcrr NO. C210 4 6200 125 T 159 RECORD ORAB9MD M0. STR-872 CITY PROJECT 102091 CONSULMNrs sxwur ND. C211 GENERAL NOTES J (. aroe,w se noted. ement markings ball be white unless haw LEGEND Sign t$Are r0 a Traffic Flow rt ��� Matera P ,cabane a ,feZeta' ° - NOTE 3. placement one detail, ore shown elsewhere �n an,. SPECIFICATION REFERENCE TABLE g o Dotted line not necessary d minor 4. The current edition of AASHTOS Guide for the Development N< Pan tThe, 3be „a Y stop controls: Use solid other geometric candtmn,, and lane width Hat Applied b< Y 6 o line instead. options, Permanent ra c ricated Pavement Markings - ° ti7prcali 5 word markings a . GlassTraffic Bead, DMS -8290 LL w € I) cur ndter Ei l'. 1 Texas orUniform Details a ala, anTradwa aadHighway Sign Desr Texas. adgfttermetbr' B sign with the "AHE.” IR3-17alsign mounted directly below should be ed in advance or the a marked bike lane ° = Note a See0eneratlik in. ' _ _ should be installed at the end of Es: el, `$ k d mare ane whimola y SE PARKING PROHIBITED PARKING ALLOWED ADJACENT TO BIKE LANE 8firf. CITY of CORPUS CHRISTI TEXAS Department of Engineering Services devices ag _ aR° wM1O N ° 11rP iii jwal mail c RP 1 ,aono, NLS 0 4 24 ..B.It X IA o r other K SOUTH ALAMEDA STREET FROM AYERS STREET TO LOUISIANA AVE. (BOND ISSUE 2012) 06 -SIGNING AND STRIPING BYCICLE LANE PAVEMENT MARKINGS BLPM-10 rP ; e, I i i DETAIL A ' \ X X t w O, OS Depo era Te Environ Transportotim rat.RCN ___/.1 ,.. ___ ND1E NORM Olt P ted aNer n aa. RR RR di YELO m BICYCLE LANE nter,e<han a, 9 .ea , ,_, ma P acted a, mlrow,. r lane as'mem (see RCPM standard far travel lane def., for 45 MH or lesroads PAVEMENT MARKINGS BLPM-10 -250012for 50 MPH and greater road,. p*mDT hey fop `"°"° .wm I"'."" ....m. la -°m. '" °"" RAILROAD CROSSING APPROACH RIGHT TURN ONLY LANE SHEET 126 f 159 REcaao OWING N0. TWO-WAY STREET v'''' 'nrE t0 I STR-872 CITY PROJECT # E12091 CONSULTANTS SHEEF Al0. C212 1M, 7- p —x E.., —x Or .T.'‘' ,- , 4 M SINGLE DOUBLE 1 \ \ t: . 4 P -ST, P -SR ar D SW D -DY or 0 DW Size 1 Size 2 SI d i Sz A m 'A . n8 m 0,,-A-,, 011111114 45? ,.,.2%,' ," ,,L,.. ,,,L.,,.. ,4.1 NOTES M ia 8! 4 /4 4- Wolior=rf 88 as 1 ' or Thn Walled T:1„ng. : F ' al L'annel'Poec"onir " Size 3 Size 4 .. dPProved metal. Pl.. or fiberglass CilliZ' rl it ili.g 0: 1 1a1 38 bookplate with 17/64" square mounting holee. S D II''''''AF Post WC FLX WC FLX iEfi'r;7$r'''lli..°R. NOTES 1. NI 5e 255 mar ere ore yellow ?rne" , REFLECTOR UNIT SIZES TYPE 1 TYPE 4 ' '-744,4f,r44°4 '4V6"l4.tr`44°44'4444 0M-3 Directions NOTES NOTES Ti-Bni r! ig'::RwoOm =7:7;64..:41,41,P244U2n4t; TYPES 1 and 4 ' Felfr" 4F.'e.,?lsorFlti-IE.'''''t,6-wl r°,7` m "" '" i"rrEd'w TYPE 2 OBJECT MARKERS L - Placed on Left side = =, : `gterm tV74"4,74`.°7441.:4.11: '2' 4.'47`414'. rg"r"444%, bed nnno no onor000 n.ons, , gee TYPE 3 , Reflector soar wiwnite. R -Red, ',Yellow 2. Length of post may vary to meet field ca.itions. DELINEATORS ' 4.7`:44g1; g..°4., t`t!s",1%, to rococo the rno nting of the reflector on concre e trafRa t44:'444"'"' "`,.1:%74t4,r,d reTrld ' "n 2. Zro't'zvazit Sheeting as per CM 8300, 116t CITY of CORPUS CHRISTI TEXAS Department of Engineering Services BARRIER REFLECTORS D & OM DESCRIPTIVE CODES1—ii GENERAL NOTES INSTL DEL ASSM (D-KX)SZ l' . (0))cL?((( X) ,. (C) ifID (7) IR.. delineators an o section of roadway L'. NUMBER OF REFLECTORS =" Ziwooro a rest,. prevents consistent E m=" placement from the pavement edge. place the affected object markers in line with the COLOR OF REFLECTORS W - wane . , from the edge of the pavement. it may not be RTOrnETOR UNIT SIZE CTB possible to maintain a height of 4'-0",-6". If this is the case, plate the object markers TYPE OFwpOST OR DfL1NEATOR TVG - Barrier Refleotar TYPICAL INSTALLATION ''Io.onrclIrec=rn :C.:In:V:7171de TYPE OF MOUNT .0 - Ern... (drivable or set in concrete, 41 1 manufacturer's recommendation. 0 SOUTH ALAMEDA STREET FROM AYERS STREET TO LOUISIANA AVE. N, (BOND ISSUE 2012) 06—SIGNING AND STRIPING s` DELINEATOR & OBJECT MARKER ISNTALLATION C.0 (0 AND MATERIAL DESCRIPTION D & OM(1)-10 0 crr r;rft*Cutr'renturlochment SRF - Surface Mount k::: DEPARTMENTAL MATERIAL SPECIFICATIONS DInnlMo FLEXIBLE DELINEATOR . OBJECT MMKER POSTS EMBEDDED 4 SURFACE MOUNT TYPE. ..... 61 - siissomiond , ,,,,i, SI. FACE MATERIALS 01.-6300 INSTL OM ASSM(0M-U) )(0cLjo“ n 0E1 .tached DELINEATORS MO OBJECT MARKERS OMS -8600 TI1P, SF. onECT MARKER xy,ups.r,,aF2rtuarrom p DIRECTION Y - I-Sree 3 reflector unit Cr ' 'ror7 z . 3 -Size .(erIV,e 2 anI, ' .,....: VVV // NOTE p -,7/v s Stub EMBEDDED 411&m SURFACE MOUNT _ 14 1 .1exars,..,flinrtrzerLoLTransportaUc DELINEATOR & OBJECT MARKER TY. 3 ObJect Moe be option may used , 4 s INSTALLATION AND 1;7 9;r4Sjtonnno noon Markers a. NOTES MATERIAL DESCRIPTION 8 282=-22lo82500 ...tors onIY. 1. %,oVerial Producer List for approved II D & CW(1)-10 TYPE OF MOT I? r1.144UNnon"'"' ' ' '"'"°' 2. Install to manufacturer's recommenotions. GF2 24)22 WING CHANNEL .... .-. — — ... FLEXIBLE POSTS BARRIER REFLECTORS 4-. 200 1 . RECORD ORANNG Iva STR-872 1 CITY PROJECT I E12091 400002844S SNEE4 No. C213 Suggested Spacing for Highway Delineators on Horizontal Curves 0 Type of Ro dor Condi., for use Delineator Condition MI be NMI be used) Recommended used )444419 be 4449) Optional ot (may be 44491 (cannot abbitetl Spool be 4sem g Curve Spacing °' s`gig Tangent D -SW on right or raised pavement rna 00-530 fl 604 rr A pAr 1°Pt wofr;0einj4,,A 4A �Chy�r, weayT ,Poarery 5t6pp"t0"4t,aor) <<wave or Curve 0-6W on rig. see Table P... „ y g$g' -• Experawarr Romp 0-571 on one side See Note 1 . On outside of interchange ramp curves tip \ �P �t� W YO[ Other Than Freeways cogent 0 -SW right left I D -ST or 0 -DY fl 200-530 ft � ¢ s.e or ExpeC eawoy. urve on or side on side of two-way roods ee Tobe .e gam: Acceleration an 0<c<leratian Lanes 0-071 or D DY 100 ft spacing U7 A Curves less than 1 degree do not Crossovers D -DY on left sidenormally rood an far side of t<�a4ra4<, require delineators. wrong -way D -SR for wrong -way traffic Suggested Spacing for Chevrons on Horizontal Curves A T&e € - Pavement Narrowing done merge/ affected D -SW fright) or D-SY (lett/ adjacent to lane far full length of transition see Note 2 •• The Chevron may be used to provide additional emphasis and guidon. fora change in horizontal alignment. A Chevron may be used as o supplement to delineation. 1= & e - sramp Truck escape ramp 0 -SR onboth a sides of 50 ft 0Pacin9 Point of Point of I wth guard fence, m0 ft uselure V V V tangent CITY of CORPUS CHRISTI TEXAS Department of Engineering Services e oneetcile or airier mn. of J Ow le General Notes: Unless ind'cated the delineators t the the line 10000 lillip - - otherwise, alar of a must conform color of pavement edge an the aide S R road who < the delineators ore placed. x Barrier markers can be used to replace required a can b< mo nletl on the back side of existing delineator posts. tlelion ars. side • I. Delineation rewires on one rme droer sr or SW. • • z. Nlnimum of 3. When degree of curve or adlus Is known B / \ When degree Degree Fe t A Curves less than 5 degrees do t Of curve or radius s not known of Curve Radius Sso<ing of 8p in ting Che in Sp r0" Ping normally require Chevrons.. Advisory S acing SD Ping Che ion Curve .,orae Slrtawy In Curve m a. 1A0 ) GUIDELINES FOR USE OF WARNING DEVICES AT CURVES WITH 4DVISORT SPEED LIMITS Speed (MPH) n Curve Strlawy in Spacing �nCurve 5]30 225 2A 450 8 unt 6y wdicM1 Advisory Speee 2 2865 160 320 Is les than Posted Speetl Warning Devices Needed 55 A 130 246 260 B 3 1910 1433 130 110 260 220 Lel T 0 to 14 NPH RPNs 15 to 111111 R PAls and 60 110 220 I10 1009 200Is xq. xm Zs MPH a49 eater RPMs crd Chevrons o vz E SOUTH ALAMEDA STREET FROM a N AYERS STREET TO LOUISIANA AVE. s oo (BOND ISSUE 2012) 06—SIGNING AND SIRIPING TYPICAL DELINEATOR & OBJECT MARKER (n PLACEMENT DETAILS U3 D & OM(71-04 55 100 200 160 6 9 955 90 160 ' 50 85 1]0 160 619 70 160 45 40 75 70 140 140 120 160s4 98 6 636 75 150 160 120 1�lerora..1 35 60 120 10 5]3 70 140 120 30 55 110 80 I1 521 65 130 120 I 2 20 40 00 0 1nRO 80 AO 12 13 478 441 60 60 120 120 120 120 n"m. ext o Transportati 559 350 40 14 409 55 110 80 I r.,,,, perat'm enoivia'on 0 If the de re f curve i kn wn! a 5 382 55 Ito 60 delineator 4 oc0ng may be determined 16 358 55 110 80 TYPICAL DELINEATOR Advisory Speed of the carve on m delineator curve 19 23 302 249 50 40 100 e0 80 80 • & OBJECT MARKER 8420401 far roc6 Advisory 29 198 35 60 40 2 No I— 12" Da J } PLACEMENT DETAILS 38 56 151 101 30 20 60 40 40 40 Is° 40 - .I SLIPBASE WEDGE ANCHOR "' b WEDGE ANCHOR Curve ellneatar o pr.. aM depart, a SYSTEM STEEL SYSTEM PLASTIC SYSTEM ss D & OM(2)-04 spacing should incl de 3 deli colors sp.. al 2oA Thi spacing Mune be 10 40 .204 mPl thed g of cur a is knowno when r sue aiss mptzfz r- ogre "w °° • • e" °°°' 0"e, • �.a a- 400 1 STR-872 CITY PROJECT 2 E12091 c0Nsamoirs swur An. 0214 Y r aha . enaeaer evm,e ,,,, y mo vel . Yellow centerline AI„ y r� r� .Whine r� = = = k=y r� = = >€% h w i0 Edge Line Yew. ri.. mini mo.. Yellowlore T S mm io r r TWO LANE TWO-WAY ROADWAY WITH OR WITHOUT SHOULDERS i$B ode ysgg€ e§ a vcv.memr� Fy Edge ° 1 \ \ e mmm ao mov. rrdLNES T Lane Linea = == a LPevem , .. w E Li o wn. .. ,White LL;n nm L'S "� -el N[N a y � EDGE LNE e Sorn ellow Lim W me =0=o=c y Y. wnittlge LneCENTERLINE . 4" = = E> = 1 �= ern —, Yellow Length. 10' Gal, aom `g&? CENTERLINE AND LANE LINES EDGE LINE AND LANE LINES a e FOUR LANE TWO-WAY ROADWAY WITH OR WITHOUT SHOULDERS eeor� ONE-WAY ROADWAY WITH OR WITHOUT SHOULDERS ,MAG many . :27.7;Z771,Pavement Width 16' ar a0 g GUIDE FOPLACEMENT OF STOP LINES, CITY of CORPUS CHRISTI TEXAS Department of Engineering Services -`^ Pavement 'e m Mini �� EDGE LINE & CENTERLINE Ec White Lone Line a WeO.A, waled on -.vele Y .. Pavement wn. undivided Highway, White Edge > � MAar 11 Yellow Edge Li..G sou r.ew Line y G y � G � TABLE 1 - TYPICAL LENGTH (L) p--11 w m 1e rYo. rv vosLeayPeea Formula . DI—.1,4 / :,wnn..ea.lm. a wramr ; •Wi�� <wO 60 a J 4" 'fellow Edge Line r CI e e edge. to Lane width greater men e, equal .o R White 12"-24" White 5. or Yield Line nne hrte edge s owhite y „M Were<n NOTES. m;,,,m 1,1 W..,M.,.,a,,,,1 iadV0110 bridge twi . required D:., a„D in minimum Dalong DIMPLES,8fobridgeeM laced o the r'o'dd dais necessaryAl medians .11 be field measured to determine . of Wstri;' The �. or e, .bars a. centerlines shall be ; te'lnnr rain e.ee '4=6'07 h:on win n -bridge ”". TI. narrow median width will be the controlling .earn t> aet.,mm. v markings are required. FOUR LANE DIVIDED ROADWAY INTERSECTIONS of thee;. 4. reflectors ; structure. 5. , guardcrofence detailsN not. ,ere,reuuelsewheed if re �n �n.ors Pe e. ROADWAYS WTH REDUCED SHOULDER WIDTHS ACROSS BRIDGE OR CULVERT 4 feet on a 70 IPry roe ay. The „ do cross - hotaMng should be, reduces to 2 feet on a 40 MPH roadway. The length of cross - hatchingL should be. «,O. r GO w°.°, R. Nee �; no , i c - SOUTH ALAMEDA STREET FROM N AYERS STREET TO LOUISIANA AVE. s (BOND ISSUE 2012) 06—SIGNING AND STRIPING N TYPICAL STANDARD PAVEMENT MARKINGS cp PM(1)-12 exits Department o1 Transportatl De 0Pe,er'mn, D'�.i,ion GENERAL NOTES MATERIAL SPECIFICATIONS H H e" I. :d:e1�estri"'Asa I�Y°be.shownin ��m� as ed bythe Engineer. PAVEMENT MARKERS ECTGRaEm - fromin This distance maY or other "°� ' `ADHESIVE _ X��� TYPICAL STANDARD ay. ,ePavementore not .,0 .a m e�,n end y,Der 2«005, of ,00awer. FDR PAVEMENT MARKERS OMS -61.30 FOR POSTED SPEED OR ROAD REIN MARKED EWA- TO OR GREATER THIN eS NPH PAVEMENT MARKINGS ony uo� Pen'ian of Re ,00awq .tea ,a, ven'iular DAIS -8100 °. ,mew of edge. Mame or.ay o, a shell beon.,eea P PAMEAIEMT iso PM(1) ,2 ,.a ieY. MµP,°PTHERMOPLASTIC EF �wl<A"o MARKINGS OMS -8240 �. 00 o aoo 0 o a pavement marNing =fermis shall meet the FOR POSTED SPEED ON ROAD BERG MARKED Mk TO OR LESS THAN e0 MPHAl ®Tm0 ar n sae,. Y P Specifications YIELD LINES 5-00 =e, mea 0 1 1 STR-872 CITY PROJECT # E12091 CONSULUNTS swwEr ND. C215 REFLECTIVE RAISED PAVEMENT MARKERS MATERIAL SPECIFICATIONS AVE�r�inDMwxesv2sEazcrOflaem - FOR VEHICLE POSITIONING GUIDANCE PPox4200. BITUMNOUS ADHESIVE FOR PAVEMENT MARKERSDMS-6131, . SEE ETD_A SEE KT.s TRAFFIC PDxT ONS -M200 ss"' ,v, N. metrical jn_ HOT PPPL Eo THERMOPLASTIC DMs 8220 °O Type II -a -A 7- Continuous Mft turn M^<PEflMurENT PREFABRICATED PAVEMENT MARKINGS DMS -8240 ° r TYPO A A DI marking materlals shall meet the �aF I- w ao w w ° °A/ ° ° pavement Specifications g$s' 0, 1 w ao 40 as Specified er Ae plans, YE °.� Ngam] €z CENTERLINE FOR ALL TWO LANE ROADWAYS go m Pc so gxe a ✓Trp -c ° ° eEE L G °f Trp. -A-a <11 CENTERLINE AND LANE LINES FOR TWO-WAY LEFT TURN LANE A A e €xg flII> a ° E>Type ID a, II- « Type I (TCD View) s^n« t BO CITY of CORPUS CHRISTI TEXAS Department of Engineering Services ne,R<, ^<e Trw M<, =.ge CENTERLINE & LANE LINES pa.<^,<^' FOR FOUR LANE TWO—WAY HIGHWAYS ea. p ro�^ ....c.v.. DD 11> A j■'�'rc- A 1111 Type II T LANE LINES FOR ONE—WAY ROADWAY (NON FREEWAY FACILITIES) .R.aLa,..d Ill P Type II (Tap View ^ Ta.a,M a„aa NaTF� a^M ,<M r«. .a.a,M . er aFr.. ® Trp II -A- a '-2 DETAIL "A” DETAIL "B" DETAIL "C" ;:::T D$ D n n n n n n n n n n n D D D D D D D D D D D D D D D D D D D D D D CENTER OR EDGELINE ' —"I" GENERAL NOTES I. Al raised pavement .rkere placed in bro. Des yJ swi o SECTION A 0 5 SOUTH ALAMEDA STREET FROM "AYERS STREET TO LOUISIANA AVE. o (BOND ISSUE 2012) 06 -SIGNING AND STRIPING POSITION GUIDANCE USING RAISED MARKERS 0 REFLECTORIZED PROFILE MARKINGS PM(2)-12 ^ I,a. with and midway between o o o D o 0 0 o DI Ik D BROKEN LANE LINED2. a .Nd..aed IO y GD ,� REFLECTORIZED PROFILE I p ,^,<,�d< ^��fl< , ^oI ,< 0 RAISED PAVEMENT MARKERS NL PATTERN DETAIL USING REaETVE nLE PAVEMENT MARKINGS exaTs,0TDee700t ,ofo00 TransPort t Al rz.. ,. POSITION GUIDANCE USING svr„Ye RAISED MARKERS fl (IIG.v re 0a.T /0 �r REFLECTORIZED PROFILE quick field check for... Oicknee, of bow G... profile mork, le approximate, MARKINGS 2.aW 4 e ^,^.�,�^, ® ® PM(2)-12 a EDGE ENE ON CENTERLNE OPTIONAL G EDGE I_ DR cENTERLx a LANE. EINE OP OVAL D LANE EINE NOTES ';'a Vet”Zt 2 MPF .^, °.a a o_ .a^ < ^. ^. I<,<. 2 a STR-872 CITY PROJECT ! E12091 CONSULUNTS sxEEr ND. 0216 Varies 11111111=1111 k eF ° a— pe IIi-Y' o W. rP� , AA- Nor g$8 ° y a Ysgggame�� ° x� _.. ° xNr.I° ro, °' e,oPe e e ee e e allow I P J z SEE DETMLB DETAIL A z O gg NNOR '°' A area a onom}u^of turn nay -"e TWO WAT STREET ti xAxTypicallyeeoo . 9 rs 9 "e as TYPICAL TWLTL AT TWO-WAY CROSS STREET AND RIGHT TURN LANE DROP € - <r M. w.,ery Lane , — '. DETAIL C Var Al Dotted 0" mire too Line L ite 24" white ro \e u F e m �.yPo a CITY of CORPUS CHRISTI TEXAS Department of Engineering Services _ SEE E5 4 white a and;ea MDETA�LPBo..aby GENERAL NOTES m 22 I brogan a'Ep`mor g,"aIRPM ,i;9Pegtoduie"a "ea�in"e FETAL A yellowlidwE MATERIAL SPECIFICATIONS VEH NT MARKERS IR FLECTORIZED1 - Ad a` r eSEE e e e e e e EPDXY AM ADHESIVESFOR N"10 ^ ee re to. Tawe. 'n stanaor g y BITUMINOUS PAVEMENT MARKERS- hen Ian 1 TRAFFIC 1 ae aaam HO APPLIED THERMOPLASTIC DMS-0220 PERMANENT PREFABRICATED PAVEMENT MARKINGS OMS 0240 wr ne a er men a TYPICAL TWLTL AT ONE-WAY STREET AND RIGHT TURN AUXILIARY LANE Al ae aced pavement materials °, ^ w�m,m T,am� co�r.ol D..�a.. mar ce Type II-A-A markers gra �' Markers wo way leurn . �.:Tr:P. wo-way left-turn ET, leene w. °ttb :"Pm�"%om SOUTH ALAMEDA STREET FROM a 'u AYERS STREET TO LOUISIANA AVE. (BOND ISSUE 2012) S� 06 -SIGNING AND STRIPING PAVEMENT MARKINGS FOR TWO-WAY LEFT TURN LANES CO DIVIDED HIGHWAY AND LEFT TURN HAYS PM(3)-12 20� o a 9 e e a_ g.1r. o a exasaoetDl _-- = —— — Typical 12. Min. Parrata,Dzfor,1raNs P SEE PETAL / _ i.. PAVEMENT MARKINGS FOR TWO-WAY LEFT TURN LANES _.4, IT ,, 01. II>— DIVIDED HIGHWAYS AND RURAL LEFT TURN BAYS — See Notes PM(3) 12 rardOr IP. AAP I°. wm D. I°= TYPICAL TWO-LANE HIGHWAY INTERSECTION WITH LEFT TURN BAYS TYPICAL IOND TWLTL AND DIVIDEHIGOR GHWAY —e° I STR-872 CITY PROJECT # E12091 CONSULTANT'S sxsrr NO. 0217 TYPICAL ACCESSIBLE PARKING SPACE DIMENSIONS PAVEMENT MARKINGS y i it minimum II% With Background N � w e .�aµa eaELill% ligab symbol only ® O ® .M.r,SLUE oNWHITE H € s T TYPiaai HANDICAPPED PARKING SIGN C.ENG. NOTES, ,nrld .nt° rinse. a "r" rc - s o. e e° �,v,"" �vh." z "a area °,. °r.. k me°w. E , [ [ fib[ D r dao � 0 nro n ..an 4. Paverrcnt making symbol with er hAccESABLE CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 18�. ... 1' minimum 6 a plaque R7-80 .n17 : nmea °� 10 shall NOT be p.ed . 0 shall NOT be plowed in a at ei parking space 5' Pref—A— 3' min ��• 2,„ uio. L J ervonouxWx Ts ,,,,, tr.,, a W. Poet mour.d ei re.atelwnm � 4 ,5° x SPE. cnnais GLIM. SIGN FILMIGS - - Dg nm NCH NTENSITYI 0-9,1300 I.NEMC ern. nam ..n.. 0. sigreZ be arm 5reolly le an adjoeent Vj0 0l a buildup .nen past mounting a impractical. i M 5 SOUTH ALAMEDA STREET FROM a 'u AYERS STREET TO LOUISIANA AVE. s N (BOND ISSUE 2012) 06—SIGNING AND STRIPING PAVEMENT MARKINGS AND SIGNING co FOR ACCESSIBLE PARKING PM(AP)-98 24' mm ' `TYPical TypicalII SIGN NOTES nv ces�L°a9°ihf taatiotweenN tnaw�" m ant a oppsoreon�ton gmaned aL rs" 6mforperm6nDc uoranTran6Portaci adjacent building (See Note el m PAVEMENT MARKINGS Ir mm AND SIGNING FOR 6Pref ACCESSIBLE PARKING PM(AF)-98 O a., 2z" I a STR-872 C!TY PROJECT # E12091 CONsut001S SHEET ND. 0218 efg TRIANGULAR Bolt ate _ SLIPBASE INSTALLATION GENERAL REQUIREMENTS GENERAL MOTES. NOTE and1. Slip base sholl be permanently mark. to indica location or tandards Engineer. 10 BWG Tubing of stem shall There are various devices approved subject form m me following peacetime, rsee General Note ]r f the Triangular Slipbase System.10 BWG Tubing m°ter srm Base Please reference the Material Producer - 875" outsideryaenseed steewe�AIM or ToS pioe List for approved slip base systems. a nSteel Wall ha 1-1SL puey meet the mmeuq: nm e 20 httpt//www.txdot.gav/business/producer listhlm_ 55,000 PSI minimum gth e e e The devices shall be installed per within the u wsvami fr a manufacturers' recommendations. .meofo.ur0e hrnto 2.883" tprocedures G,w For erreardd steelmain°r3.Tu �5]r moot WI per ASTM ,e Provided to the tmhmtIonizing zinc wire per ASTM re]] mmeemr 0.276" nominal well thick.. as _ —.../Steel tubing per ASTM .00 Cr C Bolt length s outside diorneter md wall th,kness may bemea if r r them r, BRIM seen minimum rel erre PSIml tensile 212 minimumelongation inz" Wall m ees wn<amem shall ae a = lle - 1 .g ` sloe de ]n Outside diameter within 8elvoizotion 3. See the ^Tn...vOperator], Trafficav Saip.a.rys�ret naapeommpaeynae.h�:` we.ite address �e. ev supports m x pea ren prop .heti not spliced. ASSEMBLY PROCEDURE Foundation CITY of CORPUS CHRISTI TEXAS Department of Engineering Services �p� rade or < teem. dean a <ancrere a mak a2. ter by 42 n<n deep hole. too.. may . reduced such that it ie embedded a into the solid ro.. The Engineer m permit Into. tide nom mforth while pushing it down into x:q erne Continae to work the stub into . 4 ,,,h. eggve . ,und. (shall be used unlees no. elseFonda.evedion. take approx. 2.5 or or .norere. 5. The triangular srobase system m :rwNd 430 34 ane m s ro relem. Men ewok from try a,efoe f thecloMould 1. Gut support so that sestcm of . sign will be ola. the the ereor 7 to ye at the 5 feet is seas of in. rmr r mart .nfu p e ffe n ° SIA RO AS TY 0, CONCRETE ANCHOR to i n Attach Lsign :ufrefihe°minim<fmren`.°-""`"-""'multiple gnu aemoinnwinm.seeolls"'strsre ra tud bolt with LNG series Heavy hex nut per INN A563. ark hardened .eher per ASTM F436. The stud bolt shall have a minimum 1 5 SOUTH ALAMEDA STREET FROM "AYERS STREET TO LOUISIANA AVE. s w (BOND ISSUE 2012) '' 06 -SIGNING AND STRIPING U SIGNS MOUNTING DETAILS SMALL ROADSIDE SIGNS ,p TRIANGULAR SLIPBASE SYSTEM SMD(SLIP-2)-08 y. Nuts, Poll. andthernrbe galvanized per Item 05. ....Ivan, Department Transportatl • • ! !eh"a 5/recommendations. clorneter Concrete Anchor - 5 1/2" and torgue to min. of 50 11-lbsl. Anchor may be Lndtrear vrmy Top of bolt shallSMALL when instal.. 4000 psi normal - tens.ond she. of ]nGa ma ] p prey IIII*Texaso off Operans a SIGN MOUNTING DETAILS ROADSIDE SIGNS TRIANGULAR SLIPBASE SYSTEM SMD(SLIP-1)-08 . SII Na 4GN 0004 Ty 000031010300 03001 s oe s� 004 I<. n. D fl°< 300 1<•, a STR-872 CITY PROJECT 2 012091 COrmLUANYS swwrr NO. 0219 " GENERAL NOTES "i - _.r ils" 3r Arms um 1. if i,.1•Iiii I reposes Sign Pore v bolt t m z flot SIM SUPPORT OF POSTS "Ax . SIM MEN 10 SF washers 10 DWG 32 SF 32 SF 0 per Rem 445.Sch Z 60 64 SFDetagalvanized gee I g$g .moo g �= F$lvanized I+R, Su _ L ' I+h - RD SON ASSN TY KKwIX111Xz - 11 '� -- _-- ' ! 1 Z 1 Pt Su RD SON ASSM I TY wlzX%IONYIT) il \1 5u WM.., / Top x» tmental Extruded Nam wm T °. lees rs.e s"D'x-m °° N 90 Detail 8 t PLAQUE w' I vorche length Detail A item us "Galvanizing." gn that re. STOP x 3x inch pieces 5. reasons YIELD • 1 - 8 inch piece in addition to windo on . e - 32 inch pun Drill 1r16 mu "REQUIRED SLPPOR TY ux ',through, afar table gm flat holt wiM nut. look I. Cnaane ll and 2 flat washers per ASTM aanum, T-braokets mket¢ on mea Ia e m o r per greater height wfr 28 / i jjijj.�DfoIA golvaniz. per AS '" NAw �anam hall . �T t hall me Rk coati, at ppo izil added wx3B �� Splices shall only allowed behind the sign substlo. rate. 'm Detail C = F ' Bracket n<nn above �s bottom of sign when possible. CITY of CORPUS CHRISTI TEXAS Department of Engineering Services ,eQe m all S. A/ r I m 3B u 3B sP,Og SP RD 5OASsu Tr xxxxxtnxxm-w (See Note n �+ ball u, Nlnut rner.erwashers _ono Iz Pmt open ends shallFriction Caps. x m s shown m the end tnplans. ` per ASTII 1. 11.1 • � Wing a , 111 I. ®0 �m_' �Ohex 'Galnizing. hex bolt with ea per Item 445. '\I 1 � SUPPORTm ri 1 d N. aah ASMAomm.re tem 446,Detail Post DESCRIPTIONREQUIRED nn saP a ma n SUPPORT TY 10.6101011T) Tar Ti11xiv u RFT x i ' anaeaa qwith E 00 -inch YIELD :g° 011 -21 Tr IBeWtlDxxroeuY 0lxx'n Imowl r ---se-r- 9 - - ,, ,, SIDE VIEW Detail Co � sensinm ONE-WAY sign 1116-11 Tr w.6111XXrtl TY lmwtluxxro-Bu I I 36x,8 -zn agne TY w"wamx"'TI __ `_ 11.11 1 ,4 I48x60-inchmm""'rl VIEW I I I FT S n 48x48-inch°square) a 1 TY 10.010)1110.010)11T)ry zi _ tsee I2 -I11 S6011S601111“1-F1' „T.„ SOUTH ALAMEDA STREET FROM "AYERS STREET TO LOUISIANA AVE. (BOND ISSUE 2012) 06 -SIGNING AND STRIPING N SIGNS MOUNTING DETAILS SMALL ROADSIDE SIGNS (p TRIANGULAR SLIPBASE SYSTEM SMD(SLIP-2)-08 ' ' 3 vz ix =B am A.m. smm Xn9 sign IsIO TY IDOMctlxxrtl ' I I ea t. t, was. and leek washer M s 48 -inch School king sign 15zn TY108.01001-11 per Item 445 Id .."Galvanizing." ( / Uvel° Large Arrow sq1W10 N WI -1l TY 10.010%X'n ''' Poet ^,0 nai leper as sign S" m SON ASSY sN alE Tr S801110111-rexri SN RD SON ASSM I TY mom -11 h" m"ASSY"rY""""'x'""'P' Detail o piae.mat.,.l Friction cops may be manufactured from hot rolled st" M FRICTION CAP DETAILe xe thickness shall gouge for tam smooth. Oaps shall be sized and formed in mho r Department of TrarlsPartati eNarrar De Operation. Division N ILS SIGN DETAILS SMALL ROADSIDE SIGNS MOUNT...INa. G 1 FT N dimensions are a eng'.n Skirt unless detailed otherwise. aatm PP= OD. , `�9• pia. I mmfriction ma. c°T. TRIANGULAR SLIP A ESYSTEM "}I ' _.� .1 depth snail be ive positive pagainst° ; m he free of sharpcreases m meatanoa SMD(SLIP 2) 08L_ _- and .nae as evidence a' metal fracture. SN RD SM PI XN" mX"'TI ;g;rw Do.at a.D. Caps shall nave on electrodeposTted coating of oz r , e m lew w u _DhD m51 Can rErr„ 0 ' " , of Ayr" be m . .. I STR-872 CITY PROJECT # E12091 CmSULUNrS swrr,vo. C220 Wedge Anchor Steel System Post< Universal Anchor System with Thin -Walled Tubing Post GENERAL NOTES. 1. The Wedge or System and the Universal Mc ystern with thin wall 6.bing post may be used to support up to 10 square feet of sign area. marked r 2. The tubular sake, wedge ore prelabricalearrbracket shall be er. Method. design. ore location of marking are Moak et subject . Me TOOTandards Engineer. iE =dr le.. II a .M. II posts ,<em'xm. list prequalifiedvendors may obtained from me Mate. PalJWG clomps. components Producer List web The website T>S'a flush to ,P ,M _a,= .a err cer mme r. peace..ground dime.) a.n may • .... s ss pernsru awn or ssTII e ..., . Gem post lea a :11:4::X. Equal, . they following. mum t N ry w re vourearon Q8Yeee iseii•e Tubularrasa Socket .. xmm<n rmawm<irgrom erarenbioltu eaellJrere moinraimnmayriel«aem l a pon<,kwbennegrmaatooll 'he Malr<)ekeipernIxlamay.ao�re top t when t TM KTIr, recast diameter weld seam �'s. pm re :�Omiae eiaomeptxmrcwueselwmaM mmC1Mralazubpan9'kre� e. Mftioml e;me rom R.nxnxxaa :a ai" Footing Wall be used unless noted elsewhere in the Found 1 Concrete Ode I allowable tensbn and shear of 50 and 1525 psi. OOPS Thin Adhesive type anchors shall have stud Polls installed oxies and Adhesives." ,ropression 2.375" Diameter TY. III ePosy ped 011S-5100. loaded a iv may be Wall Tube Nominal/ Signshown. lm awings of sign clarnps ess r��r 1. Dig foundodon hole. where sord rock is encounter. imum depth of 15". When a; so approcif, araa� shod extend • rd • ma_ a r.rt.St. R� Wedge Anchor High Density . Plan, should takeView .r«.<rete Fiction Cap A -A b Floe omncc o o —F 1 Couple -- 1 Stu,Foundation / 1. /Concrete d o minimum Mallon th of ". If solid rak i al rerno sholl be from thein bottom and the clearer. requPernen IGEN/ must be follow.. ThePin Engineer. 01 approximately y.1 with Mwaa. 11 '. CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Polyethylene (HDPE) System Poet=7,,,„-ti.,-alt wedge1See ° SM —..- "� ". rrcMpr SON b cover the tutdng from jut above e.opprotop <i".:wpae. be.. Of . s4, pool when using . Universe Ananr Dass x..la,aol Moho, ya "'"" w RD sax Assx r rt��xa�p� tubular sola top of socket <pp <, y above . 4. Plumb qconcrete E "`r,,,,°a�o:a mamum . days ro, concrete to ..t, odes, a<I,,.�e. sign to the sign post align skyn face Idth rocs., I. Drive the wedge in„"ee'socket to rue leave Cenral rata �d ..,a, -.I.. Clan a ' r'ro,t 1 -8 Sign Installation Using a Prefabricated T -Bracket for Thin -Walls Tubing Post r roRsn �. 1 a ena �,I, } ----_ ----_ et r','.2;,%''.'as secure post. will approximately 3 Inches of the wedge exposed. UNIVERS, ANCHOR SYSTEM INSTALLATION PROCEDURE t Di ewmaroe hole. arose solid road ..z". When m ground .en .<mtoo<em be a minimum depth of solid is countered •�mnm o �rm� oeseoutMoo me :«kevame maeymee ,ma<m apuie oww M���ewn'":"1 o Cleo nla xam me laexm or re �v mates r mo nom tk a <�9r:we Concrete nar r �_ see Dated a ®�� '.. _ r Poly Mt z naxaa.nna and lock ntru awJ a<nam and m e clearance rewr<mema given «' TusrcEx moat nem <.m. The az, =<,maa of me a«kevamu m.m remain o-lala m e<ec,ne <, <mer am ra z Coon naaa pa9t'� eala a a ptm aeo.a am incur nala «im <a<arem. and plumb the mala pre care o torpedo leve <e tine m alae The bottom at a allow concrete mlagam he Cain provided r stub pipe shall rema< mala Me top of tela contra la e<aomr. c 5 SOUTH ALAMEDA STREET FROM "AYERS STREET TO LOUISIANA AVE. cn (BOND ISSUE 2012) �." 06—SIGNING AND STRIPING SIGNS MOUNTING DETAILS SMALL ROADSIDE U SIGNS WEDGE & UNIVERSAL ANCHOR WITH THIN WALL TUBBING POST SMD(TWT)-08 .011 be used unless noted elsewhere SM RD SON to be drilled Detail A . �a ,:lar rra hole may post y Ireton.. ax Is unable bop.. mean%eau8. Check sIgn post by no. to se, increcee Me should take mx. rii-Teoc Depart �ertvoa Tronsportacl or aaee,<m. I� .z of. SRO ROSON ASSN TY .rtxeessirxorE The Intonation pub..urn<ealls elan be be pored to Meer Engineer by contractor. SIGN MOUNTING SMALL ROADSIDE SIGNS WEDGE & UNIVERSAL ANCHOR WITH THIN WALL TUBING POST SMD(TWT)-08 a ®rma . ,. I<..mo.lo< t zs� a- a STR-872 C!TY PROJECT # E12O91 CONSULTANT'S soEEm No. C221 SIGN SUPPORT DESCRIPTIVE CODES roescna Cedesa and quanXXbXXX(X)XX(X-XXXX) ties Me lel SM RDSGNASSM TY REQUIRED CLEARANCE FOR BREAKAWAY SUPPORT SIGN LOCATION PAVED SHOULDERS T-NTERSECTION .o. --n) - ■0 m„rr-- HIGHWAY 611mm HIGHWAY Qc�\ .,•4, se ase avgm. n ... suotstP n a rstRnt • -' INTERSECTION AHEAD INTERSECTION AHEAD (z a in '•^FAnchor Number of ° Type ._g, min _$8 g F Msa mmol-caner.don(se UE at .erg eror - Bolted ea.~ ma. s�maxvt ana� (TWO, edge no, swell - (sea sNntTwn ■-1Q,11- b.e..:wet. ., none Dto 611 s f ma n T. t ms none Lone Man P n I s f mo o t n i.a nlmin D n` mm T. • Wedge . (sewws (swan N w fr ccE Q.e gam' g -u go..teDown SLIP -m eel o Down (dee 9IDI5nIP l 0 6LP I - Prefab. AP Mee �DStIPDta�IPm, Ttt (�D IF REWIRED tsLP-l'' (TWT” Surwm hen 'Mould not project h r. Man 'typical eaa« ba en 60 -inch chord heel LESS THAN fi FT. WIDE least inwidth.tLMon6f ""• " must be placed °: GREATER THAN G FT. WIDE in voidth,Mamwe D t 1n..naala.,. we ae dale to eon P heal. the , a� P& -o ag SIAL . Extruded auminum Sign Paned (see SUDt9IP-Lt BEHIND BARRIER 259 � e s a F "e N o more than 2 sign \ Acceptable 7 T osis should be located \ t within o etre--.- � •� n -� tel �i s n mm.. HIGHWAY INTERSECTION AHEAD s n mm.• HIGHWAY IMERSECTION AHEAD 6 r Travel tone oo CITY of CORPUS CHRISTI TEXAS Department of Engineering Services r \ / _ rt // er n. Cuor7 Rau 1 5 n\ X 7 dis / nt Nol Acceptable _ Paved Shouldersnwmer BEHIND GUARDRAIL ll am BEHIND CONCRETE BARRIER \I iE �/ 7 _oma. J / Not Acceptable "71_ Not Acceptable sign clearance based an distance radar.. proper guard rail or concrete barns °•rrarmance. in°n TYPICAL SIGN ATTACHMENT DETAIL Single Signs Bock -lo -Back a mg Signs Iae. .Pea,, �'� n vane n oma r. SIGNS WITH PLAQUES * + Q a0zm aW EAST EAST RESTRICTED (When 6 Possible RIGHT-OF-WAY n min. m not °°se�bl..t HIGHWAYvalues INTERSECTION AHEAD rewl.m a sae. a • a =.• ^• an a ae , may d• D�. Triangular urn e U feet above the o. feet above e ro enqn in increased erne directed by 'ion website for Mai SOUTH ALAMEDA STREET FROM AYERS STREET TO LOUISIANA AVE. (BOND ISSUE 2012) 06 -SIGNING AND STRIPING SIGNS MOUNTING DETAILS SMALL ROADSIDE SIGN. GENERAL NOTES AND DETAILS SMD(GEN)-06 n ,.,, a �Operations�a components ouei System aseSystem rkmMsrrtm ,,.,r rnen a* is .5 ft max game ddrase ..=o:nea. as � n'°a.,red M' M. tam of Paved ro�aeyaaaa Shoulder ar.aando. aftmn� Sign ane s _�,�.I;."°�a"`.a.. ,II nut ;IIIO ri/� CURB b GUTTER OR RASED ISLAND Shoulder s Department exa Traffic (peroOona or Tran§portatI Division UNC galvanized ,~n The m do Dol. used to rim a to . clomp areX6nn bolt .tmehroraDm�m,m ad;Nr. Sign Bolt Panel ' t When_ "a m m °t wcHwaY m INTERSECTIIXJ AHEAD nano �,end,orothe. es,,. d the SIGN MOUNTING SMALL ROADSIDE GENERAL NOTES DETAILS SIGNS & DETAILS "" .1 Erdt Length prevents m as edge f the travel P. Dam.w, Clamp should as far frme travel . SMD(GEN)-08 e a practical,s IPM o eet eM 'my"sa t a onr•ld conditions. ace e anm.Lebof .PombeeV:lefa.d3" ®TmaTav 5.peroinglm. nominal uzor < e 1/2 ga ,90q °� gn be either PmaeP ornuniversal c post could not . hit ea. to .,(.. P a sRET 136 I 159 RECORD ORMIING NO.. _ m z6A I ' STR-872 CITY PROJECT # E12091 CONSUL UNrS SHEER NO. C222 REQUIREMENTS FOR REGULATORY SIGNS REQUIREMENTS FOR WARNING SIGNS TYPICAL EXAMPLES DEPARTMENTAL MATERIAL SPECIFICATIONS PLUMY SICN BLANKS WS 7110 Square , Mn. Thicknees EXAMPLESPEED 0. Less .an tb 7,5 to 15 than R DODO 0.100 0.145 DEPARTMENTAL MATERIAL SPECIFICATIONS ax`$=e`Fe�_g8oa L 0 W 0 FACE MATERIALSGreater 5 W sSIGNuBLANKS 8 gYE8aggg� COLOR SIGN LME xaTER BACKGROUND ALL TYPE C SHEETMG ° a 15 0.080 N L €w€ ',,:ngand/or LEGEND u BORDERS xK ACRYLIC c xl 0x-x[aE [cmm1E FILM Mx ERwos SIGN FACE MATERIALSONS-8300 NOTES4 EW,pAL,Ilo SIGN °. �=°:s°xan� I; ALEsNIHM roIEEN MBBaTN� =E € z ._ uFrent ar' O aa rayApnE .II ama . whiletlegend ond dard'ers snoll be oPPI. bY . ni es transaerent colored ink, trans -Ser. oolo. over, background sheeting or cut-out white sheeting to colored background 6. Color. legend shall . op., screenIng brans une eseg r coloredehetin10 sheeting.background or otion thereof. GENERAL NOTES. as shown on sign tabulation sheet. °designs and . fauna �. wswim an.Tan a.1an. '°kElmmNue= . Lateral spacing between letters o. numerale ehall conform with cklege. on all provide o .lonsed appearance when pacing is not ehown. etor& non -reflective block m to yell. background Colored re a" CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Egee . Sign ae'nube nvoli'mme Departmental m ONS-7110. a re Mo. in nespematerial m series" Standard Plan Sheets. O 0 * ave rlay film, or colored to The <oinor am°.n wae r symbol then applied uerelwxka°rdnaua. moMriol .1 meets the Departmental E6 REQUIREMENTS FOR SCHOOL SIGNS 0 TYPICAL EXAMPLES DEPARTMENTAL MATER, SPECIFICATIONS ALUMINJN SIGN BLANKS DMS -7110 Square FL Mn. Thicknees SCHOOL Less than 7.5 7.5 to 15 Greater than IS 0,080 0.100 0.125 i SOUTH ALAMEDA STREET FROM a u AYERS STREET TO LOUISIANA AVE. s (BOND ISSUE 2012) 06—SIGNING AND STRIPING TYPICAL SIGN REQUIREMENTS TSR(4)-08 PEED 0 M 0 • • SIGN FACE u TExICOLOR S. FACE MATERIAL -8300 D / a a he mre Highwayax.or San D«a < for Texas rsxmE Canbe following welasite. a •, en<nM°n„kCERN Mm LEOEND . BOBDExs BL K KN.Lc ND-BEFLELTIME FI 20 m GENE. NOTES. Trorvsportotl riE x Traffic Deportment arDivision oP<r°,. 'NEN School g useFederal0 TYPICAL SIGN PLASaO�e adoe,° ord Highway 3, Lateral spacing between lettere arid numevols elan „'nM,'.",„m REQUIREMENTS non-reflective4, Bleck 7:,.. onotrders eire7pRI: or cut-out acrylic block wm to background .xwrma. or combination thereof, TSR(4)-08 5, Sign su.trate .na . any material that meets Me Material SpecifIcation requirements of Departmental d motsunsigns ore elan in w, car "UO. V .erre, Standard e o., mrvP �— STR-872 CITY PROJECT # E12091 CONSULTANT'S s,EEn NO. C223 lemental Head for B,aaan,ll,Q FLASHER CABINET FLASHER MET a D aEMTFR LOAD CENTER 1� O3 ;=°eet<. inches MIN METAL `o °: ED ON POLECONDMD FLASHER E R CABINET IMtT m .T WITH POLE Sign (See Note 3, Stainless Steel C N=eeMate., tyiNg Drill ole rremove malr ough eages that. damage eanda<t°< = Banding y M/6 BAP[ B LIGUIIoIGHT FLEXIBLE CONDUIT OroI• a dia ...,..... ;«1y ot< 6, pe di °° 12"Ir <_ °°t°`., 111 COPPER CLAD • , me .tMm110 in. 1 must be installed - Rend in liguidtight flexible metal degrees.conduit shall not exceed 180 - A Mat is regLared on ell GROUND ROD- %H`m _ Blackburn GC aver w sye or equal FRONT ELECT. SERVICE & FLASHER CABINET MOUNTING DETAILS (TIMBER POLE) SIDE pull installed conductors, at least six . shall . Me 1a Me satisfaction m CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Breakaway ctncalPeieg6es (See Note 8 and a<mh1 st°ICOnneatore s<e Note n r Female Disconnect �, } 2" max.(Flush Insulated Conductors F6 MaleDisconnecto w y F0sher cocinertm '.---- .«o Flashing Beacons FOunclatiOn Type zaA 1 = 1eIm COnduit 10 EIS er c s net o o. Bare Grounding cona•<ter -Conduit BRE Breakaway BaSe AY FtFcmlcA c6reFCTaxs c M 5 SOUTH ALAMEDA STREET FROM 'u AYERS STREET TO LOUISIANA AVE. s co (BOND ISSUE 2012) ' 06—SIGNING AND STRIPING ROADSIDE FLASHING BEACON ASSEMBLY co RFBA-06 (See Note b51 o y t sb<ef•1 SIDE ox2. e9kx ,o__',. ^'�"-" e FRONT 0 Det0Is show a typical warning 0, with two flashing beacon heads, other arrangements are possible. When any onebeacon 0 required, install the upper beacon. See Item 685. "Roadside Flashing 13.1.11 ASSerilblieS" for further requirements. 3. See SIM standard sheets for lateral and vertical clearances and sign mounting details. 4. Install beacon heads as shown here. as shown elsewhere on the plans, or as d.cled. Use hardware specifically de•gned far mounting beacon beads on poles. 5. Conduit in foundation and within 6 in. of foundation . subsidiary to the IMrn 685. "Roadside Flashing Beacon Assemblies." II be one iece schedule a0 uuminum . ASTM Baaq or Bxz1 talo 6061-T6 only). Auminum conduit will not develo . the necessary strength and will not p pp. v r p r B be allowed. Son Antonio District Standard ROADSIDE FLASHING BEACON ASSEMBLY ®TrTe RFBA-06 ©a0o xas Department of Transport° 6 base ona 50,22,8,22. pve is rulr ....d in1a ba... In high Rede., ue* a pa. one Bs 6 fi rtttM b.�.m.n m_ '''—',74, -^^9. B. Provide non-fused watertight breakaway electrical connectors for oles. (Bussrnann HET, Littelfuse LET, Ferraz-Showrout FERN, or approved 220011. Provide clearance as shown above the sidewalk or pavement q e m the yedge of the road. when o bottom beacon is not used, mount theq t mast 7 n. above the EXAS SAT sid.walk or pavementgrade at th. x f the road. co, SECT. a STR-872 CITY PROJECT # E12091 CONSULUNr' s,EEn NO. C224 .nwa.m.v. ma, a .. (Face . the SM.. to install... check the .ation to insure �II mount .aeOra. mmim m. wvIN . v_11 Jr D ., xDa, ,• Stainless sten Banding aa,t ks banding r ,a ®All., "Astra Bracket" adae; od Cast I Weather..avna(DETAIL gasket & or aling sx (s: Note mr Ip r' _ "AstroBrackeBracket"SIGN a.Note m and ground box. . an :go:n.1 for Flasher cke n. Detail E Clorrp.ble et conduit ��nground entry an.. cable clan, Or o,��oen,t MB type ANSI close 5 cbxMttva.. Po.. Installs � r ADinaam�memn uv�ean (see �..x:' a_.e CL" LL € L.i (see note eDETAIL E Demon r.s.mboe.. DETAIL B 111 ; w 1 thickness,Stainless steel rP width. 0.030 ✓i.v(ex:( oED u saa snr ,, Cabinet fw Flasher Control. / Better... reguire. , Nn mm. 1 san .w (SeeNote it Sk— _ rmc s.. Detail a 71 (see Nate 1.31 ( Aili � i I vw. Ora. Detail Iee n«W. a� E DETAIL C CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 2" roar. Mush Desirable) x ,�... na,x w,nvbio —_ nailC e=,se. D: s.. D x....�: vvrrs.. •iD .-.-.m.m.-�• I,xv- �, Ilffillifff= -��. 6a d Foundation Type z.n moww d Battery D con t(aamnaryarea° °w thla. C rop i M 5 SOUTH ALAMEDA STREET FROM 'u AYERS STREET TO LOUISIANA AVE. (BOND ISSUE 2012) 06 -SIGNING AND STRIPING U SOLAR POWERED ROADSIDE co FLASHING BEACON ASSEMBLY RFBA-06 111"44, att Hub Female Insulated x6rEs. .v"an"e °i`"'netl DETAIL D _ 1. Details show a typical gib(°u r ave °e°,v.. `'ice 'mvwith two kin"ng �. a ae x SraAntonio District Standard show vv m. „m,°,vvne,M 1a 3. See 940 etergord 4. we materiels �'^'=^°'w"'=°"^�`°°^'°, 5. 1... beacon heads as shown here. as .. elsewhere on the plans. or as direct.. Use hardware specifically design for mounting beacon Mads E°°o,,n SOLAR POWERED ROADSIDE aPo�P Cabinet 1- __-- w°`°'" 6. Conduit . foundation and wi. in. of foundation , subsidiary .. 1.rn 685. me slabs Pa °.ram(°ane 6° -howmut N. or approved coat.. mar: 8. 9. Install non - fused°rs for breakaway BRE.vu...ELECrxc.rCONECTORS Battery watertight Box. `e knoxs.�,axssmann HET. Littelfuse LET. .et and connect Place a plastic cover eel, &II kr, over FLASHING BEACON ASSEMBLY DETAILS ® SPRFB—06 the x,(°,°:�N,°lectrical of a�n:/."thiicery p. Me Item 685. "Roo.. Flaehing Beacon Assemb6es." en repair install�.. �o.bolter.o me rwbatteries as cabin.(. Provide . number or batteras revoked on u.©2006 plans. Wire batteries according to manufacWrers 10. See ard eheet ED t131 for battery box details. exas Department of Transportat 11. Provide arance as ehown above the sidekeoll, Of pavementt the or povernent grade ate e of e ase of Me road. When a bottom an is not used. mount the sign at lead 7 (above azM °M s r•a. b Ma,ER (Nim 0001 -TB r Namrm conduit .m not me necessary 12. Unless oanon snau a vna�cesneaN.D ronloum pipe. anx 13428 13. Locate the Type LB n(acmment in the bottom mrd arq h< bock m cabinet. Dn. zmr TEXAS SAT the N. see Standard Sheets EMI-conduita i installation or conduit, cabinets, m s bine., and poled. and ED m or additional (, ego. v— Caere — sec,. — n gym,.,. a. — — a STR-872 CITY PROJECT ! E12091 cmrsuunxrs sm no. C303 SAE, SIMI, WELL WI,. S ( o:C!E.OS ON STARES n , ANED IN. D n 0 7-7 SWPP PLAN KEY MAP oa +—+--I--+-+--F—+ n SWPP PLAN KEY MAP slim -140 1 159 accoreo oanmi,v� xo. STR-872 CITY PROJECT 1 E12091 4 3 2 WIGo (f.:RafK4g S. STAPLES ST '6 .1i1.1711 -114r[ ALAMEDA ST — _ -- .7 [ e GoGo, 2 0 0 ?-Th SWPP PLAN - BEGIN TO 1STA. 23i+Jo MVO 6 BO. 1 1 BLOCK SODOING 13.99 SY1 co Elmo 4114°1 wAsi EVal[& IsoonsvE 2?) LOT 1k,151,0,0R3 24 17 B SODDING 73.90 SY BLOCK BOODING 0353 SY 10+400 BLOCK SODDING 5.09 SY BLOCK SODDING 10.95 SY IL, 111 LOT 10, 1,01Z,15 24 BLOCK SODDING 19.04 SY 16 11 7 6 SY ,.... 15.dEllft.'"4[145[6253M/4"MEMMO124'74 BLM4 SODuING TT . SY BLDG( SODDING 9.47 SY 21+00 22+00 ALAMEDA ST LOCK SODDING 31.13 SY witmennormamemsess7:magAvu BLOCK SODDING 1732 SY 'Nil raj' BLOCK SODDING 4043 SY 6* N., - ---• , 4A.b- \f4:001, 4 !: • ...,. 23 LOT 1 706 ,,BaCK 35 1 111 "L. SWPP PLAN - BEGIN TO STA. 23+00 11471 NE STA 23+00.00 Eno 41130 —7- LOCK ODOINC 2.50 sr PERMANENT BLOCH SODDING AREAS CONSUL !ANT'S sit, no. C304 - 8 < 6 o 91E17141 I 159 RECONO OWING NO. STR-872 CITY PROJECT 02091 6 BLOCK SODDING 108.04 Sr . „ BLOCKI oNG87 se Sr r BLOCK LOTS 18 ;o144 BG 9,^M ODDING 62 D.4 BLOCK SODDING 41 20 BLOCK SODDING 7 51 BLOCK SODDING 33.52 SY 24+00 25+00 ALAMEDA ST BLOC DDI BLOCK OWING 1.20 SY BLOCK SODDING 9 47 26+w - BLO SODDING 24 30 SY BLOCK SODDING 9.47 SY BLOCK SODDING 15.54 SY 27+w BLOCK SODDING 16.01 S BLOCK SODDING 7.00 BLOCK SODDING 40.95 SY BLOCK _SODDING S. arms NG 69.46 S R 411130 11 16BLOCK SOTODING 33.44 SY1 BLOCK SODDING 24.14 23 BLOCK SOD INC 40 8 90L. 4, aG. e. MaNCT. n SWPP PLAN - STA. 23+00 TO STA. 33+00 .4,919 wL. a. Pc. 1 BLOCK SODDING 5.79 SY m QN z BLOCK SODDING 12.16 SY BLOCK SODDING 22 84 BLOCK SODDING 11.98 SY Eso ® Inalegmannesztosgagsx BLOCK SODDING 13.22 Sr BLOCK SODDING TB iB s. BLOCK SODDING 947 sr ALAMEDA STB BLOCK SODDING 792 s. \-Bmc SODDING 14 70 s. BLOCK SODOING 70.63 sr — LO 120 17 1 BLOCK SODDING 64.0. sr 16 o� J - Loch SODDING 5.05 SY BLOCK SODDING 25 31 29+00 30+00 31+00 32+00 BLOCK SODDING 3 03 SY BLOCK SODDING 9 47 BLOCK SODDING 1.10 SY BLOCK SODDING 12739 BLOCK SODDING 20 59 SY BL SODDING 7.75 SY BLOCK SODDING 1547 Sr7/ 07 BLOCK SODDING 8511 BLOCK SODDING 87.03 Sr BLOCK DOING 7.36 SY BLOCK SODDING 2,3 SY BLOCK SODDING 6 0 23 LOT 2.3.LEILOCK 35 BLOCK SODDING 11.5 11.76 ST SWPP PLAN - STA. 23+00 TO STA. 33+00 VOL 24 LOT IdENZGr, 32 PERMANENT BLOCH SODDING AREAS CONSULTANTS vim No. C305 ry LLz° me sR66T 142 1 159 STR-872 CITY PROJECT 1 E12091 - '--- 17) L7 BLOCK SODDING LOT 18 BLOCK 28 DEL MAR 18 17.95 SY ' 1 1 '1 LOT 1, BLOCK 28 VOL 4 IT- 9"A7K N 0 T 17 BLOCK SOLOING 8,0 , -SOUTHERN ST • SODDING 11.55 I SY vorLO*T‘ laLBFA.?„21 17 BLOCK SODOIND 28.41 SY COASULTANYS sim no. C306 km, 5 ANTHONY B. GAVLIK 109896 .4% crtsg:ti .„. ,,,, sy , BLOCK SODDING 5 37 SY 4111110 • — f BLOCK SODDING 9 05 II sornuc 48.18 ST , BLOCK SODDING 60 - 4311, d, lib EEO EEO ;H LINE STA 331-00.00 e rocK Alffir \ ... W= :H LINE STA 38+00.00 . ISSAIMEMBIONSEMIZZEMSSF . ,...V.W..dMMa... `91111111_ I rd." __Mr' _ ALAMEDA ST o,*oo 00 'ilk\ 1Y v \ • ' ' MW BM u s' , Er. • SODDING 50.57 n 1 BLOCK SOD, ILOT _SLING I . BLOCK SODDING 11.80 SY ' 1 18.99 SY 23 2,11%04K 24 voL a PG rc, 31 8. MliNCT SWPP PLAN BLOCK SODDING 32 1 . LOT ,,ITLL,L 0, — STA 33+00 TO END 57 SY MK BLOCK SODDING 9.29 SY I BLOCK SODDING 37.23 SY MENGER ELEMENTARY SCHOOL CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services III LOCK I LoT TEMZ ' 1 6 BLOCK SODOM 0000__ SODOL 7.70 SY SY I I 1hi < E5 2 Z 0 —I a 1 LOT 1. BLOCK 1 DEL MONTE i — - — __'_ '-- 11 I • -rmt — — s H LINE STA 38+00.00 IA. 7 „N SOUTH ALAMEDA STREET FROM AYERS STREET TO LOUISIANA AVE. 0 4, - (BOND ISSUE 2012) 07 -STORM AND WATER POLLUTION PREVENTION PLAN 66, SWPP PLAN - STA 33+00 TO END .___. 43+00 __,.....—.--- — + — — + ..--.._ .._ ES** euacx s000m wasi sv 8 _1 BLOCK ` SODDING 8.52 SY MENGER ELEMENTARY ' SCHOOL R'.r 1 1 1 1 • SWPP PLAN — STA 33+00 TO END I 1 1 4'140' 20 E.' LOT 18 & ALL LOTS 9 Cc CO. BLOCK VOL. 9.19e8.% P N.C.T 1- 3 1 ,(7,,- 1 ' 5 STR-872 Itty saLE 1..4v 6 CITY PROJECT I 012091 PERMANENT BLOCK 0000010 AREAS SITE DESCRIPTION EROSION AND SEDIMENT CONTROLS cmrsuunxrs sm no. C307 5 ANTHONY B. GAVLIK 109896 •' 11 c.,</CENSE: ��i crg;tTONAL PROJECT LIMITS: .Gn-,.. Gass.. LOUISIANA AVE. SOIL STABILIZATION PRACTICES: OTHER EROSION AND SEDIMENT CONTROLS: _ TEMPORARY SEEDING PERMANENT PLANTNC, SODDING, OR SEEDING MAINTENANCE: ....L.R=Lf.a . . E0t 00 IN4g0WORRIRD ORO. . MULCHING Lpo ,,,,,o, h., ,LN, ,,, 0 EDU _ BUFFER ZONES OTHER STABILlZED. ED INSPECTION Ya Ery "oC a"wX°s � � 0 RB i, NO 00„0 NE OR TO INSP E. ON �aE URAss isxGLE'N .sxOUR STRUCTURAL PRACTICES: 0, INSP OC CE�E " TER l N LLr- rt , Li SOIL DISTURBING ncn.Es HE E PEC DE Garry xn,L.TORTRENCHING x erxU�ao`a,`�w" naEVIMnroR M�A ,rm�eo�`o _ DIVERSION, INTERCEPTOR, PERIMETER _ DIVERSION. INTERCEPTOR. PERIMETER s WASTE MATERIALS, _ DIVERSION DIKE AND xALE COMBINATIONS _ PIPE SLOPE DRAINS _ PAVED FLUMES . OR 001 P ON ROCK BEDDING AT CONSTRUCT/VI EX, _ TIMBER MATTING AT �R=axnxxEX, RIAL BE TED _ CHANNEL LINERS _ SEDIMENT TRAPS «xE e.Rmw.� oP.x�TEx.� _ SEDIMENT BASINS STORM INLET STONE OUTLET s HAZARDOUS WASTE (INC REPORTING): pEw CURBS AND RS_ STORM SEWERS = BE PREVENTED ORxxR=ED..NI i LuO PH cue, Fuck. ON. LueR.sTS. SOLVENTS. P& I C EROSION CON.OL LOGS 01ROSAD PROZak A'NO RAPEORTED V FTZ AXON.. SULtkr AV RELEASE /-, NE I�ry1 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services NEPORTADLE Own. OuRNO A k HOUR P.IOD TO THE NATIONAL RESPONSE OM 1-1,100-41,1-8802. OTHER SANITARY WASTE. NARRATIVE - SEQUENCE OF CONSTRUCTION (STORM WATER MANAGEMENT) ACTVTES: , STORM WATER POLLUTION PREVENTION DEVICES SHOULD DE INSTALLED PRIOR TO RESPONSIBLE FOR µMTmENTHIS SWPPP As NECESSARY OFFS.. VEHICLE RAND TOTAL PROJECT AREA. TO .kyr DRAINAGE SYSTEMS TOTABE S DAMPENED FOR DUST CONTROL UL TRUCKS TO BE COVERED WITH TARPAULIN LOADED EXCESS T ON ROAD OVED DAILY STABL=ED CONSTRUCTOR ENTRANCE WEIGHTED RUNTER Fa COEFFICIENT: a OF ty MNNT E MD LL .« COVEREXISTIAND , OF EXISTNC VEGETATIVE COVER m.E,NE6 104 TO MN COVER «=n . of=P n o EEaF o oIVE ®. �� SOUTH ALAMEDA STREET FROM AYERS STREET TO LOUISIANA AVE. (BOND ISSUE 2012) CITY OF CORPUS CHRISTI STORM WATER POLLUTION PREVENTION cp PLAN NOTES MD PATCHY COVERAGE R INSTALLAPON OF kMTHN CE O. C.T. ANDaaw.LOFC, REMARK= NAME of RECEIVING WATER= . c.v. RA. STORM WATER MANAGEMENT 1. out. cook... ALTIVITES -ME NoirraGovs SIONLL BE RESPONSIBLE FOR ALL UTION WNTENANCE L. NR SHALL STORMPOLLUTION «.�SP CnDURoN .REO G RT .GRARP1 ENEMNMr S INLEr EoT ay. OF FEES.XR„NG TO DISCHARGE A E(NEQIEDAETPOSTA ARE LIMITED TOI,RUR=�GSANOTICE fEMPosEPATEPALN,EN-Y7FLaEMaEORtVPERnFRTRE a STR-872 CITY PROJECT # E12091 armorer Pow Ian Prevention lean Water Act Section 402111. C Iturol Besarces h aMaterialsContamination issues CmrsmTUMrS vim no. C308 • ` �PZE'''' 1 Tfk�1 r'•S 11 o 5 ANTHONY B. GAVLIK 109896 •' I1 c.,</CENSE: ��i crg;tTONAL TPOES r%12 15000D Storrnwater Discharge Permito projects with soil. rmtwith any disturbed soil mast Protect aeon and ❑ No.a11 Required 111 Rep Alan M. No. 1. Prevent stormwoler pollution by controlling ero. ond sediment.. in accordance with TPOE,S Permit DR 150000 B3P and .ease when nm y cont Pr ,.m Der y the En9inesr. 3. lPx� `";adisturbed soil 5identifiedt 'x�000eq inspectors.g 4. pme ,o De� in or near i dedrx d Ce, In the event historical issues or archeological is (da etc.) re found dg ns,mctan, ceaswed, n the �mmedfiate area and centaet the gr o M Ac.ReaM.ed 111B. ..,ion Action Ma. General (applies s a projects): Actwith hozardous materials by conducting safety meetings (the Al)ope arsonnel who will be or potential hazards . the workplace. Enare .t all workers ore provided with per.nal protective equipment appropiate for any hazardous materials Obtain .. keep on-site Material Sofety Date used. MSO5) at , which mu, include. but are not limited to the following categories: Points. ocide, solvents. phalt products. chemical add..., fuels and concrete curing compounds or additives. Provide protected storage. off bore ground and covered. for products which may be hazardous. Maintain Pr..., le.ling es required 1, . Act. asindicated occordonce with sore work ict mmediately. The Contractor shall . responsible oordinator for the f all t spills. proper cleanup , y txedetector,`.e. o9anorma)res Any tier e leeching g possible or contamination d�scove,d on s�te.N e acdege �d:at N�ntae,x9 401 te 404 No Permit Required USAGEo ate„ Der .exon. a,Ma.)tidal waters) Permit Reaalmd. MMP, ri.qm Actions: List rat. of the US permit applies to, location in proje.ct CI Management Pract< planned to control erosion, sedimentation De post -project vegetathepaWork a ,. mE CE,.nw FORm,.nw Sa i1: B BE-gEM aaw,CEa 2 MSE DS ax m. v mw,Ea NAME SPE o;:1!: 4 V. Federal Listed, and Proposed Threatened and Endangered species. Critical Habitat, x sq. other Envronmental lasuen CITY of CORPUS CHRISTI TEXAS Department of Engineering Services State Listed Species. Candidate Species and Migratory Birds. ❑ No aa. Required o Bei A.,M. Action . (Include applicable regional or nue specific mMmmmmi issues) o Nastier Beg,i. ❑ R.gMl,.d ',Cc. Actian No. 5 SOUTH ALAMEDA STREET FROM a AYERS STREET TO LOUISIANA AVE. cn (BOND ISSUE 2012) CITY OF CORPUS CHRISTI U STORM WATER ENVIRONMENTAL PERMITS cp ISSUED AND COMMENTS (EPIC) best Management Practices: Erasion Sedimentation Post-Conetrvction TSS ❑ Temporary Vegeta. 11%1 Fence ❑ vegetal» Filler 5111 ❑ Ban.e,a , ,tl g ❑ Mae. eerm ❑ xetmtmn/Irrgo. soma ❑...h ❑ TrMng.a, nxer D. ❑ Extended Detention eaeln E bd., ❑ Sand erg Berm ❑ Constructed Wetlands ❑ Interceptor Swol. ❑ Strow Bale O. ❑ wt Dos, ❑Bler.anDike❑B, a DEM Control Compost and Socks os❑Eram Control '' ❑Ma e,& ,man ❑Erosion nCompost ❑.MM 'ace o Ma"Faen'aea ❑ F„eermana. ❑ Compost Filter Berm and Socks en Socks VegetaaLineBBd,m ❑ S,a. mint rap, ❑ sand nur sp.. ❑ Sediment Basins Tlio FED R., IT rss IN ACCORDANCE 111TH N rkr ACTS Mud. m0 PECUrAr.S. 0 ER ES x¢ttzj 001 Ew F® avers TOR a ®. ,, iuvncrs w marrcwEo eixos..cnvE xmrs, Ecus nrvo/ox wuxc rwm sE m if ony of the lieted species are observed, ceo. work in the immediate area. do not disturb species or The work not bridges and ectane la the mmeated aaanaaheEng heammedl yreMoeae er. a STR-872 CITY PROJECT # E12O91 SILT FENCE CURB INLET -PLAN MANHOLE - PLAN NOT TO SCALE r �wc¢ mou mP 3 ° .L,.L,xw:rEDD„LE E.. NOLL 70 SCALE NmEs Fran r, E warm Nm CURB INLET PROTECTION DETAIL NOT TO SCALE CURB It, PROTECTION NOTES: i. m NOLOHE FILTDS DIKE IN PL. 20 LH MOMS EC TOoRNE N m UT.. NGEWmRsun NNBNTx ncTE Ei 1,44.m. mExmem N/Nuns oF xE NECEszro NODw PE mr of PE D SLA2 BE Nuall ON S 0.C. PS 1.00 IS E Pusnc E TLEIN PLACE. UPON R�OPEN LEAVE TILE OULT PE 11 ummwanox'7FCZTESLx�m,. xmwcm=cL E ro = ' ( O INLET rzaF A MLFT PROTECNONS SI. NE 1.10.1 AS SOON AS PE SOLI. OF SE.. STMIUZFO. F Si `rici[re rnNNE cmmwinx. BE .0. PPON COWDEN. OF TEMPORARY FILTER FABRIC INLET PROTECTION DETAIL NOT TO SCALE mND allo nEa Y rte,: m HOOD �N ATT TRENCH mcx UDE S. BE a vmRE. WCKLU PAD Nwo TAW A ROCK FILTER DAM AT EARTHEN BOTTOM CHANNEL 7107 TO SCALE SECTION A -A ROCK FILTER DAM NOTES' 07:1wxE¢D, NiDwDRA°�ErcrE`�`i,�..;wEs oaa Eu ETCO.SNNLL NE AS iroGATm R, PE SPECK. N FOR VOLK 3. THE R. LLL.. ODIENSIONS SHALL SE AS INC.. ON PE ABMS. & FLLT2 CMS SHOULD BE PIBEIDOES A MINIMUM OF INTO TomNG GROW, 7 THE .11. TR. FOR PONDNO OF SEDIMENT .EN .OFF SHALL BE OF THE ',UNISONS SHOWN ON THE Tigifr FLOW OUT. SHOPO BE .0 A 10. THE DNREww SHOWN xlEON ARE ON : MO UM BE :t) R, THE ENGNEw. E., POST 18112N. TEMPORARY SEDIMENT CONTROL FENCE DETAIL NOT TO SEDIMENT CONTROL FENCE USAGE GUIDELINES' xnv WE Usm To TE,,CONTR% NA CALCULATE TN SEDIMENT PON OE .01.20 BE SI. TO FILLER A MAW POW THROUGH cxmoE Dsw�i/Enw n DOANACE Enrecm PEx 2 Awes. END' ro ;7,12,CBIDEF„IZIa,H01. HERE ARE SUGGESTIONS .LN AHD NAY NE ROMEO PLAN STABILIZED CONSTRUCTION ENTRANCE SGLE CONSTRUCTOR ENTRANCE NOTES:I. STONE SIZE: 3-S7 .U.1 CR.E0 ROCK. THAN SW. G. LENGTH: AS EFFECTIVE BUT NOT LESS PICIPESSI NOT LER PAN WS w• wDP. xaT FS. PAx FPF WIDTH DE ALL aowTs DE wwmsAEwmx cmSoLuorS vim NO. C309 SHEET 1 46 T 159 RECORD DRAWING N0. STR-872 CITY PROJECT # E12091 1. STREET CROSS SECTIONS ARE TO PROVIDE FINISHED GRADE DATA AT THE BACK OF CURB AND OUTER LIMITS OF FINISHED GRADING. IN THE CASE OF DISCREPANCY, THE PLAN AND PROFILES GOVERN. 2. SEE INTERSECTION LAYOUT SHEETS FOR ADDITIONAL INFORMATION AT THE INTERSECTIONS. 3. SEE DRIVEWAY DETAILS FOR ADDITIONAL INFORMATION AT THE DRIVEWAYS. 60 50 40 30 20-60 -50 -40 -30 -20 -10 STA 14+50 8. m Ow Lct Ou Ow Ha 60 50 40 30 20-60 -50 -40 -30 -20 -10 10 STA 15+00 20 30 40 50 60 50 40 30 60 20 0 ow NAT 60 50 40 30 20 -60 -50 -40 -30 -20 -10 10 STA 16+50 20 30 40 50 60 50 40 30 60 20 li aim E owm 10 20 STREET CROSS SECTIONS - 14+50 TO 16+50 30 40 50 60 50 40 30 20 60 HORIZONTAL 10 VERTICAL cmrsuunxrs SHEET NO. COX 1 SHEET 147 / 159 RECORD OPENING N0. STR-872 CITY PROJECT # E12091 1. STREET CROSS SECTIONS ARE TO PROVIDE FINISHED GRADE DATA AT THE BACK OF CURB AND OUTER LIMITS OF FINISHED GRADING. IN THE CASE OF DISCREPANCY, THE PLAN AND PROFILES GOVERN. 2. SEE INTERSECTION LAYOUT SHEETS FOR ADDITIONAL INFORMATION AT THE INTERSECTIONS. 3. SEE DRIVEWAY DETAILS FOR ADDITIONAL INFORMATION AT THE DRIVEWAYS. 50 40 30 20 10 50 40 30 20 10 50 40 30 20 10 STA 17+00 o� mp 8 w 2 -60 -50 -40 -30 -20 -10 0 10 20 30 40 50 60 STA 17+50 0 epi 8. rc -60 -50 -40 -30 -20 -10 STA 18+00 10 20 30 40 50 60 ai MigI- EMETENETTEIM ■■■■■■■■■■.■ -60 -50 -40 -30 -20 -10 10 20 STREET CROSS SECTIONS — 17+00 TO 18+00 "O'fl 30 40 50 60 50 40 30 20 10 50 40 30 20 10 50 40 30 20 10 HORIZONTAL 10 VERTICAL cmrsuunxrS S,EEr HO. COX2 SHEET 148 1 159 accoreo oanmi,v� xo. STR-872 CITY PROJECT # E12091 1. STREET CROSS SECTIONS ARE TO PROVIDE FINISHED GRADE DATA AT THE BACK OF CURB AND OUTER LIMITS OF FINISHED GRADING. IN THE CASE OF DISCREPANCY, THE PLAN AND PROFILES GOVERN. 2. SEE INTERSECTION LAYOUT SHEETS FOR ADDITIONAL INFORMATION AT THE INTERSECTIONS. 3. SEE DRIVEWAY DETAILS FOR ADDITIONAL INFORMATION AT THE DRIVEWAYS. 50 40 30 20 10 -60 -50 STA 18+50 owe MEM • M■■■■■■■■■■® ■■■■■■■■■■■■ 50 40 30 20 10 -60 -50 -40 -30 -20 -10 -40 -30 -20 STA 20+00 10 20 30 40 50 50 40 30 20 60 10 owm O m o�m 50 40 30 20 0 -60 0 10 20 30 40 STA 20+50 50 40 30 20 10 50 60 -50 -40 -30 -20 -10 0 10 20 STREET CROSS SECTIONS - 18+50 TO 20+50 30 40 50 40 30 20 50 60 10 HORIZONTAL 10 VERTICAL cmrsULUNrs s,EEr ND. COX3 SHEET 149 / 159 RECORD DRAWING N0. STR-872 CITY PROJECT 1 E12091 1. STREET CROSS SECTIONS ARE TO PROVIDE FINISHED GRADE DATA AT THE BACK OF CURB AND OUTER LIMITS OF FINISHED GRADING. IN THE CASE OF DISCREPANCY, THE PLAN AND PROFILES GOVERN. 2. SEE INTERSECTION LAYOUT SHEETS FOR ADDITIONAL INFORMATION AT THE INTERSECTIONS. 3. SEE DRIVEWAY DETAILS FOR ADDITIONAL INFORMATION AT THE DRIVEWAYS. 50 40 30 20 10 -60 -50 -40 -30 -20 -10 STA 21+00 2 Ig 50 40 30 20 10 -60 -50 -40 -30 -20 -10 0 10 20 30 40 50 STA 21+50 50 40 30 20 60 10 owz O' owm w� ow 0 50 40 30 20 10 -60 -50 -40 -30 -20 -10 0 10 20 30 40 50 STA 22+00 50 40 30 20 60 10 0 649 Ow 0 10 20 30 STREET CROSS SECTIONS - 21+00 TO 22+00 ., �,w awxa 40 50 60 50 40 30 20 0 10 HORIZONTAL VERTICAL cmrsuuANrS SNEEr NO. COX4 n LLz sREET 150 / 159 RECORD ORAVIING N0. STR-872 CITY PROJECT # E12091 1. STREET CROSS SECTIONS ARE TO PROVIDE FINISHED GRADE DATA AT THE BACK OF CURB AND OUTER LIMITS OF FINISHED GRADING. IN THE CASE OF DISCREPANCY, THE PLAN AND PROFILES GOVERN. 2. SEE INTERSECTION LAYOUT SHEETS FOR ADDITIONAL INFORMATION AT THE INTERSECTIONS. 3. SEE DRIVEWAY DETAILS FOR ADDITIONAL INFORMATION AT THE DRIVEWAYS. 50 40 30 20 10 -60 -50 -40 -30 -20 -10 STA 23+00 rc 50 40 30 20 10 6 0 10 20 STA 23+50 30 40 50 40 30 20 50 6010 ® N� a�x „1®1 N..1 owz ■ •...omens111 ■■■■■■■■■IEM I■■■■■■■■■II■ o of EC 50 40 30 20 10 -60 -50 -40 -30 -20 -10 -50 -40 -30 -20 10 STA 24+00 20 30 40 50 60 oww 711171• 7 Mz LL I. ■_I _E • ■■■■■■■■■= MI■■■■■■■■■II■ o of CC 20 STREET CROSS SECTIONS - 23+00 TO 24+00 30 40 50 50 40 30 20 50 40 30 20 6010 HORIZONTAL 10 VERTICAL CmrsuuUNrS SNEEr NO. COXS SHEET 151 / 159 RECORD OPENING N0. STR-872 CITY PROJECT 1 E12091 1. STREET CROSS SECTIONS ARE TO PROVIDE FINISHED GRADE DATA AT THE BACK OF CURB AND OUTER LIMITS OF FINISHED GRADING. IN THE CASE OF DISCREPANCY, THE PLAN AND PROFILES GOVERN. 2. SEE INTERSECTION LAYOUT SHEETS FOR ADDITIONAL INFORMATION AT THE INTERSECTIONS. 3. SEE DRIVEWAY DETAILS FOR ADDITIONAL INFORMATION AT THE DRIVEWAYS. 50 40 30 20 10 -60 -50 -40 -30 -20 -10 STA 24+50 c 50 40 30 20 10 STA 25+00 20 50 40 30 20 30 40 50 6010 LTJn eJ® rc 00-60 -50 -40 -30 -20 -10 50 40 30 20 10 -60 -50 -40 -30 -20 -10 0 10 20 30 40 50 60 STA 25+50 nlit Z 10 20 STREET CROSS SECTIONS - 24+50 TO 25+50 .N, 30 40 50 60 50 40 30 20 10 50 40 30 20 10 HORIZONTAL 10 VERTICAL OmSULUNrs SHEET HO. COX6 n SREET 152 / 159 R.ORO DRAW IO. STR-872 CITY PROJECT 1 E12091 1. STREET CROSS SECTIONS ARE TO PROVIDE FINISHED GRADE DATA AT THE BACK OF CURB AND OUTER LIMITS OF FINISHED GRADING. IN THE CASE OF DISCREPANCY, THE PLAN AND PROFILES GOVERN. 2. SEE INTERSECTION LAYOUT SHEETS FOR ADDITIONAL INFORMATION AT THE INTERSECTIONS. 3. SEE DRIVEWAY DETAILS FOR ADDITIONAL INFORMATION AT THE DRIVEWAYS. 50 40 30 20 10 -60 -50 -40 -30 -20 -10 STA 26+00 0 Li arm 50 40 30 20 10 -60 -50 -40 -30 -20 -10 0 10 20 STA 27+50 30 40 50 60 4w � Nw 0wm wc� o,m owz 6 50 40 30 20 10 0 10 20 STA 28+00 30 40 50 60 LTJ nZ e 81-1 -60 -50 -40 -30 -20 -10 0 10 20 n STREET CROSS SECTIONS - 26+00 TO 28+00 50 40 30 20 10 50 40 30 20 10 50 40 30 20 10 30 40 50 60 10 .210M.2 Y6MCAL cmrsuuANrS SNEEr NO. COX8 V, • slim153 / 159 RECORD ORANNNG N0. STR-872 CITY PROJECT // E12091 1. STREET CROSS SECTIONS ARE TO PROVIDE FINISHED GRADE DATA AT THE BACK OF CURB AND OUTER LIMITS OF FINISHED GRADING. IN THE CASE OF DISCREPANCY, THE PLAN AND PROFILES GOVERN. 2. SEE INTERSECTION LAYOUT SHEETS FOR ADDITIONAL INFORMATION AT THE INTERSECTIONS. 3. SEE DRIVEWAY DETAILS FOR ADDITIONAL INFORMATION AT THE DRIVEWAYS. 50 40 30 20 10 -60 -50 -40 -30 -20 -10 STA 28+50 0 50 40 30 20 10 -60 -50 -40 -30 -20 -10 0 10 20 30 40 STA 29+O0 50 60 8.7 oww owz 50 40 30 20 10 -60 -50 -40 -30 -20 -10 0 10 20 30 40 STA 29+50 50 40 30 20 10 50 40 30 20 50 6010 4' w ow Nw ow 10 20 n STREET CROSS SECTIONS - 28+50 TO 29+50 ., sc. c.xa 30 40 50 50 40 30 20 10 60 201 0 10 HORIZONTAL VERTICAL cmrsuuuNrS SNEEr NO. COX8 • ry n LLz SHEET 154 T 159 RECORD OPENING N0. STR-872 CITY PROJECT # E12091 1. STREET CROSS SECTIONS ARE TO PROVIDE FINISHED GRADE DATA AT THE BACK OF CURB AND OUTER LIMITS OF FINISHED GRADING. IN THE CASE OF DISCREPANCY, THE PLAN AND PROFILES GOVERN. 2. SEE INTERSECTION LAYOUT SHEETS FOR ADDITIONAL INFORMATION AT THE INTERSECTIONS. 3. SEE DRIVEWAY DETAILS FOR ADDITIONAL INFORMATION AT THE DRIVEWAYS. 50 40 30 20 10 -60 -50 -40 -30 -20 -10 0 STA 31+00 LLL 0 50 40 30 20 10 -60 -50 -40 -30 -20 -10 0 STA 31+50 10 20 30 40 50 50 40 30 20 60 10 opz ow cv 1-6 d 3 c 50 40 30 20 10 -60 -50 -40 -30 -20 -10 0 STA 32+00 10 20 30 40 50 50 40 30 20 60 10 LL' � O w L!,±, 10 20 30 n STREET CROSS SECTIONS - 31+00 TO 32+00 40 50 50 40 30 20 60 10 I p HORIZONTAL 10 VERTICAL cmrsuunNOS SHEET NO. COX9 soon 155 / 159 RECORD ORAVIIND NO STR-872 CITY PROJECT 1 E12091 1. STREET CROSS SECTIONS ARE TO PROVIDE FINISHED GRADE DATA AT THE BACK OF CURB AND OUTER LIMITS OF FINISHED GRADING. IN THE CASE OF DISCREPANCY, THE PLAN AND PROFILES GOVERN. 2. SEE INTERSECTION LAYOUT SHEETS FOR ADDITIONAL INFORMATION AT THE INTERSECTIONS. 3. SEE DRIVEWAY DETAILS FOR ADDITIONAL INFORMATION AT THE DRIVEWAYS. 50 40 30 20 10 -60 -50 -40 -30 -20 -10 STA 32+50 0 50 40 30 20 10 -60 -50 -40 -30 -20 -10 10 STA 33+00 20 30 40 50 40 30 20 10 50 60 T 8 31 of OwU Ow 13 tt OD 50 40 30 20 10 -60 -50 -40 -30 -20 -10 10 STA 34+00 20 30 40 50 40 30 20 10 50 60 owz 0 10 20 30 40 n STREET CROSS SECTIONS - 32+50 TO 34+00 "I, sal, GRAPHIC 50 50 40 30 20 60 10 0 10 HORIZONTAL VERTICAL CmrsuuUNrS SHEET ND. COX 10 N€= =La SHEET 156 T 159 RECORD DRAINND NO STR-872 CITY PROJECT 1 E12091 1. STREET CROSS SECTIONS ARE TO PROVIDE FINISHED GRADE DATA AT THE BACK OF CURB AND OUTER LIMITS OF FINISHED GRADING. IN THE CASE OF DISCREPANCY, THE PLAN AND PROFILES GOVERN. 2. SEE INTERSECTION LAYOUT SHEETS FOR ADDITIONAL INFORMATION AT THE INTERSECTIONS. 3. SEE DRIVEWAY DETAILS FOR ADDITIONAL INFORMATION AT THE DRIVEWAYS. 50 40 30 20 10 -60 -50 -40 -30 -20 -10 STA 34+50 --T rCIP "owz owm wo 8wm owz 0 13 CC 50 40 30 20 10 -60 -50 -40 -30 -20 -10 0 10 20 30 40 50 STA 35+00 50 40 30 20 60 10 0 8w L1_,±1 8. 0 50 40 30 20 10 -60 -50 -40 -30 -20 -10 0 10 20 30 40 50 STA 35+50 50 40 30 20 60 10 owz ow 17) 11111 8. owz 0I 0 10 20 30 40 50 n STREET CROSS SECTIONS - 34+50 TO 35+50 HORIZONTAL 50 40 30 20 10 60 10 VERTICAL cmrsarrors SHEEr NO. COX 1 1 T-1� II Y•'•. ry n z° SHEET 157 T 159 RECORD UWN9ND N0. STR-872 CITY PROJECT 1 E12091 1. STREET CROSS SECTIONS ARE TO PROVIDE FINISHED GRADE DATA AT THE BACK OF CURB AND OUTER LIMITS OF FINISHED GRADING. IN THE CASE OF DISCREPANCY, THE PLAN AND PROFILES GOVERN. 2. SEE INTERSECTION LAYOUT SHEETS FOR ADDITIONAL INFORMATION AT THE INTERSECTIONS. 3. SEE DRIVEWAY DETAILS FOR ADDITIONAL INFORMATION AT THE DRIVEWAYS. 50 40 30 20 10 -60 -50 -40 -30 -20 -10 STA 36+00 owz I 13 IC6 50 40 30 20 10 -60 -50 -40 -30 -20 -10 10 STA 37+50 20 30 40 50 60 om w om LLD Lz 50 40 30 20 10 -60 -50 -40 -30 -20 -10 0 STA 38+00 10 20 30 40 50 60 of co Owz 10 20 STREET CROSS SECTIONS - 36+00 TO 38+00 30 40 50 40 30 20 10 50 40 30 20 10 50 40 30 20 10 50 60 HORIZONTAL 10 VERTICAL cmrsuuUNrs SHERI NO. COX 12 N€= =La SHEET 158 T 159 RECORD DRONING NO STR-872 CITY PROJECT 1 E12091 1. STREET CROSS SECTIONS ARE TO PROVIDE FINISHED GRADE DATA AT THE BACK OF CURB AND OUTER LIMITS OF FINISHED GRADING. IN THE CASE OF DISCREPANCY, THE PLAN AND PROFILES GOVERN. 2. SEE INTERSECTION LAYOUT SHEETS FOR ADDITIONAL INFORMATION AT THE INTERSECTIONS. 3. SEE DRIVEWAY DETAILS FOR ADDITIONAL INFORMATION AT THE DRIVEWAYS. 50 40 30 20 10 -60 -50 -40 -30 -20 -10 STA 38+50 w 50 40 30 20 10 -60 -50 -40 -30 -20 -10 10 STA 39+00 20 30 40 50 40 30 20 50 60 10 20 30 STREET CROSS SECTIONS - 38+50 TO 39+00 50 40 30 20 40 50 60 10 HORIZONTAL 10 VERTICAL cmrsuuANOS SHEET NO. COX 13 s!EET 159 / 159 RECORD ORAINNG N0. STR-872 CITY PROJECT // E12091 00 91 01 ADDENDUM NUMBER 1 Project: S. Alameda Street from Ayers Street to Louisiana Bond 2012 Project Number: Owner: City of Corpus Christi City Engineer: J.H. Edmonds, P.E. Designer: HDR Engineering, Inc. E12091 Addendum No. 1 Specification Section: 00 9101 Issue Date: 01/31/2017 Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: [Designer] Anthony Gavlik, P.E. Name 01/31/2017 Date Addendum Items: Article 1— Bidding Requirements Article 3 — Modification to the Drawings Article 4 — Clarifications ARTICLE 1— BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. -4'tE IA 7,111/ r* .' . Oji • *,Po 5*: *0 ANTHONY B. GAVLIK i 1. 3 �c88 �" 44• 4ern, • �`,oFs..•.EIBB S,.. G�1. efi--C4‘411 HDVEngineering, Inc. Texas Firm Registration No. F-754 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. 1 S. Alameda Street from Ayers Street to Louisiana Bond 2012 I Project No. E12091 009101-1 Rev 01-13-2016 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. Section 00 30 01, Bid Form: 1. Delete: SECTION 00 30 01 BID FORM in its entirety. 2. Add: SECTION 00 30 01 BID FORM in its entirety (Attachments) & 2). ARTICLE 2 — MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS. None associated with Addendum 1. ARTICLE 3 - MODIFICATIONS TO THE DRAWINGS 3.01 ADD OR DELETE DRAWINGS A. DELETE the following Drawings: Deleted Drawings 003 — GENERAL NOTES & TESTING SCHEDULE 009 — CONSTRUCTION NOTES AND TRAFFIC CONTROL NARRATIVE 046 — DEMOLITION PLAN SHEET — STA. 23+00 TO STA. 33+00 093 — WASTEWATER CONSTRUCTION LAYOUT B. ADD the following Drawings: Added Drawings 003 — GENERAL NOTES & TESTING SCHEDULE 009 — CONSTRUCTION NOTES AND TRAFFIC CONTROL NARRATIVE 046 — DEMOLITION PLAN SHEET — STA. 23+00 TO STA. 33+00 093 — WASTEWATER CONSTRUCTION LAYOUT ARTICLE 4 — CLARIFICATIONS 4.01 QUESTIONS A. Question: Will penalties be assessed for delays in completing the "Priority Section" (6 - Points to Clifford)? Answer: No penalties will be assessed for delays other than that which is indicated in the contract documents. Although it is highly recommended that the contractor have an expeditious construction timeframe with work from Ayers to Clifford (commercial district). B. Question: Are there incentives for early completion of the "Priority Section"? Answer: No incentive will be issued for early completion. Addendum No. 1 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 009101-2 Rev 01-13-2016 C. Question: If priority is given to section between 6 -Points and Clifford, should there be 4 phases of construction (as opposed to 2 phases)? Answer: Yes. Phases 1 and 2 can have limits between 6 -Points and Clifford, and Phases 3 and 4 can have limits between Clifford and Louisiana. D. Question: Will construction proceed from downstream end of storm drain system? Answer: No, construction will proceed from upstream end of storm drain system. The proposed storm drainage improvements entail leaving much of the existing storm trunk main in place; therefore, making the improvements from the upstream end toward the downstream end should be feasible as the existing vertical and horizontal alignments of the storm trunk main will remain as is. E. Question: What are the qualifications/background requirements for the crossing guard flagger? Answer: The use of Certified Flaggers will be required for construction trucking activity during peak hours or other, especially near the Elementary school area F. Question: Should the minimum time be changed to 2 hrs per day? Answer: The minimum time will be reduced to 2 -hours per day for certified flagger use in relevant construction trucking or school areas of concern G. Question: Should the pay item unit of measurement be changed to hourly? Answer: A unit of measure for Certified Flaggers will be changed to Hourly H. Question: Will green concrete be required for the storm inlet flume tops that cross the cycle tracks? Answer: No, concrete for all storm drain structures shall not contain color pigmentation. I. Question: How will Grout Filling Exist 36" RCP (as called out on sht 46) be paid for? Answer: Said 36" RCP shall instead be abandoned in place and plugged at each end. Plan sheet revised accordingly. Plugs for the Abandoned 36" RCP shall be paid for as part of pay item E7 — Removal of 36" RCP J. Question: Should Electric Message Boards be quantified by Day? Answer: Electric Message Boards item will be measured and paid for by Day of installation (approximately 10 -days for both, as warranted by city Traffic Department) K. Question: Can only one Base Bid be bid on (i.e. only big on HMAC and do not submit a bid for Rigid, or vice versa)? Answer: A single base bid may be submitted, as well as a bid on both base bids for either HMAC and/or Rigid pavement L. Question: Can Civast be kept open till 3 days before bid date? Addendum No. 1 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 009101-3 Rev 01-13-2016 Answer: Yes, Questions on Civcast will remain open for 5 -days prior to the bid date of 2-8-17 4.02 CLARIFICATIONS A. Clarification: RTA plans to detour all bus routes around entire project site. END OF ADDENDUM NO. 1 Addendum No. 1 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 009101-4 Rev 01-13-2016 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 1 SHEET 1 OF 11 Project Name: S. Alameda Street from Ayers Street to Louisiana (Bond 2012) Project Number: Project No. E12091 Owner: City of Corpus Christi Bidder: Base Bid 1 (Rigid Pavement) OAR: TBD Designer: HDR Engineering, Inc. Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid 1 (Rigid Pavement) Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1 -Al Mobilization LS 1 1 A2 TCP Items (Signs, Barricades, Channelizing devices, etc.) MO 15 1-A3 TCP Plan and Prep EA 1 1-A4 TCP Mobilization/ Adjustments EA 3 1-A5 TCP Flagger HR 975 1-A6 SWPPP EA 1 1-A7 Electric Message Boards DAY 20 1-A8 Concrete Barriers EA 100 1 A9 Curb Inlet Sediment Trap (install and remove) EA 56 1-A10 Block Sod SY 2,219 1 -All Exploratory Excavations LS 1 $ 10,000.00 Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 I Project No. E12091 Page 1 of 11 Rev 01-13-2016 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 1 SHEET 2 OF 11 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT SUBTOTAL PART A - GENERAL (Items 1 -Al thru 1-A11) Part B - STREET IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-B1 Concrete Cycle Track SF 9,225 1-B2 Concrete Driveway (6" thick) SY 855 1-B3 Concrete Median SY 300 1 B4 1-134 hort- Work Zone Pavement Markings Short- Term (tab, type white) EA 130 1 65 1-135 Work Zone Pavement Markings Short- hort- Term (tab, type yellow) EA 250 1 66 Work Zone Pavement Markings Removable Type II -A -A EA 292 1 67 Work Zone Pavement Markings Removable Type Y EA 854 1 68 Work Zone Pavement Markings Removable Type I -C EA 194 1 69 Work Zone Pavement Markings Removable Type W EA 508 1 B10 1-1310 Work Zone Pavement Markings Non- on- Removable (Word) EA 4 1 B11 1-1311 Work Zone Pavement Markings Non- on- Removable (Arrow) EA 10 1-B12 Eliminate Exist Pavement Markings & Markers (4") LF 2,441 1 B13 Eliminate Exist Pavement Markings & Markers (Word / Arrow) EA 5 1-B14 Pavement Sealer (4") LF 5,010 Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 I Project No. E12091 Page 2 of 11 Rev 01-13-2016 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 1 SHEET 3 OF 11 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1-B15 Pavement Sealer (8") LF 608 1-B16 Pavement Sealer (12") LF 546 1-B17 Pavement Sealer (24") LF 2,373 1 B18 Reflectorized Pavement Marking (type I, white, 4", broken, 90 mil) LF 210 1 B19 Reflectorized Pavement Marking (type I, white, 4", solid, 90 mil) LF 1,226 1 B20 Reflectorized Pavement Marking (type I, white, 4", dotted, 90 mil) LF 50 1 B21 Reflectorized Pavement Marking (type I, white, 8", solid, 90 mil) LF 608 1 B22 Reflectorized Pavement Marking (type I, white, 12", solid, 90 mil) LF 546 1 B23 Reflectorized Pavement Marking (type I, white, 24", solid, 90 mil) LF 2,268 1 B24 Reflectorized Pavement Marking (type I, yellow, 4", solid, 90 mil) LF 3,070 1 B25 Reflectorized Pavement Marking (type I, yellow, 4", broken, 90 mil) LF 454 1 B26 Reflectorized Pavement Marking (type I, yellow, 24", solid, 90 mil) LF 105 1 B27 Prefabricated Pavement Marker (type c, white, arrow) EA 42 1 B28 Prefabricated Pavement Marker (type c, white, word) EA 12 1 629 Prefabricated Pavement Marker (type c, white, bike symbol w/ arrow) EA 15 1-B30 Raised Pavement Marker (type I -C) EA 43 1-B31 Raised Pavement Marker (type II -C-R) EA 10 Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 I Project No. E12091 Page 3 of 11 Rev 01-13-2016 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 1 SHEET 4 OF 11 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1-B32 Raised Pavement Marker (type II -A -A) EA 99 327 1 B33 Aluminum Signs (includes small sign assembly) EA 130 458 1-B34 School Zone Flashing Beacon Assembly EA 1 60 1-B35 Allowance For Unanticipated Roadway Improvements LS 1 $ 30,000.00 SUBTOTAL PART B - STREET IMPROVEMENTS (Items 1-B1 thru 1-B35) SUBTOTAL PART C - RTA IMPROVEMENTS (Items 1-C1 thru 1-05) Part C - RTA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-C1 Remove and Dispose of Existing Flatwork SF 927 1 C2 Remove and Dispose of Existing Bus Stop Pads SY 327 1-C3 1 C3 teel- Concrete Bus Pad (10" thick, jointed, Steel- reinforced concrete pavement) SY 458 1-C4 Concrete Bus Shelter Pad (4" thick, jointed, Steel -reinforced concrete pavement) SY 60 1-05 Concrete Bus Stop Flatwork (4" thick, jointed, steel -reinforced concrete pavement) SF 927 SUBTOTAL PART C - RTA IMPROVEMENTS (Items 1-C1 thru 1-05) Part D - ADA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-D1 Concrete Curb Ramp SY 440 1-D2 Concrete Sidewalk SF 23,922 Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 I Project No. E12091 Page 4 of 11 Rev 01-13-2016 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 1 SHEET 5 OF 11 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT SUBTOTAL PART D - ADA IMPROVEMENTS (1-D1 THRU 1-D2) Part E - DRAINAGE IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-E1 Removal of 6" RCP LF 107 1-E2 Removal of 12" RCP LF 409 1-E3 Removal of 15" RCP LF 971 1-E4 Removal of 18" RCP LF 323 1-E5 Removal of 21" RCP LF 387 1-E6 Removal of 24" RCP LF 89 1-E7 Removal of 36" RCP LF 89 1-E8 Removal of Exist Manhole/Inlet EA 30 1-E9 Removal of Sidewalk Drain LF 11 1-E10 18" RCP (Type III) LF 175 1 -Ell 30" RCP (Type III) LF 67 1-E12 36" RCP (Type III) LF 1,060 1-E13 48" RCP (Type III) LF 36 1-E14 2'x4' Box Culvert LF 268 Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 I Project No. E12091 Page 5 of 11 Rev 01-13-2016 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 1 SHEET 6 OF 11 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1-E15 5' Curb Inlet EA 28 2,660 1-E16 5' Curb Inlet Extension EA 47 52 1-E17 Curb Inlet (Remove & Replace Top) EA 2 36 1-E18 Manhole/Junction Box EA 24 1-E19 Trench Safety LF 1,606 1 E20 Trench Safety for Storm Water Manholes and Storm Water Inlets EA 52 1 E21 Manhole / Grate Inlet (Remove and Replace Top) EA 7 1-E22 6 Inch Curb LF 4,365 1-E23 5' Valley Gutter LF 344 1-E24 Allowance for Unanticipated Drainage Improvements LS 1 $ 25,000.00 SUBTOTAL PART E - DRAINAGE IMPROVEMENTS (1-E1 THRU 1-E24) Part F - WATER IMROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-F1 8" C900 PVC Water Line LF 1,196 1-F2 12" C900 PVC Water Line LF 2,660 1-F3 8" 45 Deg D.I.M.J. Bends EA 52 1-F4 12" 45 Deg D.I.M.J. Bends EA 36 Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 I Project No. E12091 Page 6 of 11 Rev 01-13-2016 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 1 SHEET 7 OF 11 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1-F5 12"x12"x8" D.I.M.J. Tee EA 11 1-F6 12"x8" D.I.M.J. Cross EA 2 1-F7 12"X12" D.I.M.J. Cross EA 1 1-F8 12'x12"x12" D.I.M.J. Tee EA 2 1-F9 8"x6" Reducer EA 7 1-F10 8"x4" Reducer EA 7 1-F11 8" Plug EA 1 1-F12 12" Plug EA 2 1-F13 8" Gate Valve EA 15 1-F14 12" Gate Valve EA 14 1-F15 Remove Existing Valve Box EA 16 1-F16 12" PVC to AC Adaptor EA 1 1-F17 6" PVC to AC Adaptor EA 1 1-F18 6" PVC to CI Adaptor EA 7 1-F19 4" PVC to CI Adaptor EA 7 1-F20 Remove Existing Fire Hydrant Assemblies EA 5 1-F21 Fire Hydrant Assemblies (Type 1) EA 11 Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 I Project No. E12091 Page 7 of 11 Rev 01-13-2016 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 1 SHEET 8 OF 11 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1-F22 3/4" Water Service Line LF 80 335 1-F23 1" Water Service Line LF 80 242 1-F24 Connection to Existing Water Line EA 16 257 1-F25 Trench Safety for Water Lines LF 3,856 1-F26 Remove/Grout (Per requirements in plans & specs) Abandoned 10" Water Line LF 2,700 1 F27 Remove/Grout (Per requirements in plans & specs) Abandoned 4" & 6" Water Line LF 710 1-F28 Asphalt Pavement Repair SY 35 1-F29 Concrete Sidewalk Repair SF 180 1-F30 Backfill and Restoration of Sodded Planter SF 155 1-F31 Allowance for Unanticipated Water Improvements LS 1 $ 25,000.00 SUBTOTAL PART F - WATER IMPROVEMENTS (1-F1 THRU 1-F31) Part G -WASTEWATER IMROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1 G1 Replace 6" VCP with 8" SDR 26 PVC Sanitary Sewer (6'-8' Depth) LF 20 1 G2 Replace 6" VCP with 8" SDR 26 PVC Sanitary Sewer (10'-12' Depth) LF 335 1 G3 Replace 6" VCP with 8" SDR 26 PVC Sanitary Sewer (12'-14' Depth) LF 242 1 G4 New 8" SDR 26 PVC Sanitary Sewer (10'- 12' Depth) LF 257 Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 I Project No. E12091 Page 8 of 11 Rev 01-13-2016 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 1 SHEET 9 OF 11 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1 G5 New 8" SDR 26 PVC Sanitary Sewer (12'- 14' Depth) LF 170 1-G6 Steel Casing 14" Dia LF 30 1 G7 Replace Existing 15" VCP with 15" SDR 26 PVC Sanitary Sewer (8'-10' Depth) LF 75 1-G8 New 4' Dia. Fiberglass Manhole EA 8 1-G9 Rehabilitated 4' Dia. Manholes EA 1 1-G10 Extra Depth 4' Dia. Manholes VF 43 1 G11 Replace Existing Brick Manhole with 5' Dia Fiberglass Manhole EA 2 1-G12 Extra Depth 5' Dia. Manholes VF 12 1-G13 Adjust Existing Manholes to Grade EA 12 1-G14 Drop Connection to Existing Manhole EA 1 1-G15 Temporary By Pass Pumping EA 8 1-G16 CIPP 15" LF 1,322 1-G17 CIPP 18" LF 1,659 1-G18 Trench Safety for Sanitary Sewer LF 1,024 1 G19 Trench Safety for Sanitary Sewer Manholes EA 11 1-G20 Allowance for Unanticipated Wastewater Improvements LS 1 $ 25,000.00 SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (1-G1 THRU 1-G20) Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 I Project No. E12091 Page 9 of 11 Rev 01-13-2016 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 1 SHEET 10 OF 11 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Part H - RIGID PAVEMENT (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1 H1 Remove and Dispose of Existing Asphalt Pavement SY 17,100 1-H2 Remove and Dispose of Existing Curb and Gutter LF 4,065 1-H3 Remove and Dispose of Existing Sidewalk SF 25,565 1-H4 Street Excavation (ROW -ROW) SY 16,744 1-H5 12" Compacted Subgrade SY 15,383 1 H6 Flexible Base (complete-in-place)(Type A, Grade 1-2)(6" thick) SY 15,383 1 H7 Steel -Reinforced Concrete Pavement (7" thick, jointed) SY 14,816 SUBTOTAL PART H - RIGID PAVEMENT (1-H1 THRU 1-H7) Part I - GAS IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-11 Gas line trench backfill and compaction LF 144 SUBTOTAL PART I - GAS IMPROVEMENTS (1-11) Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 I Project No. E12091 Page 10 of 11 Rev 01-13-2016 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 1 SHEET 11 OF 11 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT BASE BID 1 SUMMARY SUBTOTAL PART A - GENERAL (Items 1 -Al thru 1-A11) SUBTOTAL PART B - STREET IMPROVEMENTS (Items 1-B1 thru 1-B35) SUBTOTAL PART C - RTA IMPROVEMENTS (Items 1-C1 thru 1-05) SUBTOTAL PART D - ADA IMPROVEMENTS (1-D1 THRU 1-D2) SUBTOTAL PART E - DRAINAGE IMPROVEMENTS (1-E1 THRU 1-E24) SUBTOTAL PART F - WATER IMPROVEMENTS (1-F1 THRU 1-F31) SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (1-G1 THRU 1-G20) SUBTOTAL PART H - RIGID PAVEMENT (1-H1 THRU 1-H7) SUBTOTAL PART 1 - GAS IMPROVEMENTS (1-11) TOTAL PROJECT BASE BID 1 (PARTS A THRU I) Contract Times Bidder agrees to reach Substantial Completion in 450 days Bidder agrees to reach Final Completion in 480 days Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Page 11 of 11 Rev 01-13-2016 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 2 SHEET 1 OF 10 Project Name: S. Alameda Street from Ayers Street to Louisiana (Bond 2012) Project Number: Project No. E12091 Owner: City of Corpus Christi Bidder: Base Bid 2 (Flexible Pavement) OAR: TBD Designer: HDR Engineering, Inc. Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid 2 (Flexible Pavement) Part A - General per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2 -Al Mobilization LS 1 2 A2 TCP Items (Signs, Barricades, Channelizing devices, etc.) MO 15 2-A3 TCP Plan and Prep EA 1 2-A4 TCP Mobilization/ Adjustments EA 3 2-A5 TCP Flagger HR 975 2-A6 Ozone Day EA 5 2-A7 SWPPP EA 1 2-A8 Electric Message Boards DAY 20 2-A9 Concrete Barriers EA 100 2 A10 Curb Inlet Sediment Trap (install and remove) EA 56 2 -All Block Sod SY 2,219 2-Al2 Exploratory Excavations LS 1 $ 10,000.00 SUBTOTAL PART A - GENERAL (Items 2 -Al thru 2-Al2) Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Page 1 of 10 Rev 0143-2016 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 2 SHEET 2 OF 10 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Part B - STREET IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-B1 Concrete Cycle Track SF 9,225 2-B2 Concrete Driveway (6" thick) SY 855 2-B3 Concrete Median SY 300 2 B4 2-64 Work Zone Pavement Markings Short- hort- Term (tab, type white) EA 130 2 B5 2-65 Work Zone Pavement Markings Short- hort- Term (tab, type yellow) EA 250 2 66 Work Zone Pavement Markings Removable Type II -A -A EA 292 2 67 Work Zone Pavement Markings Removable Type Y EA 854 2 B8 Work Zone Pavement Markings Removable Type I -C EA 194 2 B9 Work Zone Pavement Markings Removable Type W EA 508 2-610 2 B10 on- Work Zone Pavement Markings Non- Removable (Word) EA 4 24311 2 B11 on- Work Zone Pavement Markings Non- Removable (Arrow) EA 10 2-B12 Eliminate Exist Pavement Markings & Markers (4") LF 2,441 2 B13 Eliminate Exist Pavement Markings & Markers (Word / Arrow) EA 5 2 B14 Reflectorized Pavement Marking (type I, white, 4", broken, 90 mil) LF 210 2-B15 Reflectorized Pavement Marking (type I, white, 4", solid, 90 mil) LF 1,226 2 B16 Reflectorized Pavement Marking (type I, white, 4", dotted, 90 mil) LF 50 2 617 Reflectorized Pavement Marking (type I, white, 8", solid, 90 mil) LF 608 2 618 Reflectorized Pavement Marking (type I, white, 12", solid, 90 mil) LF 546 2 619 Reflectorized Pavement Marking (type I, white, 24", solid, 90 mil) LF 2,268 Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Page 2 of 10 Rev 01-13-2016 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 2 SHEET 3 OF 10 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 2 620 Reflectorized Pavement Marking (type 1, yellow, 4", solid, 90 mil) LF 3,070 327 2 621 Reflectorized Pavement Marking (type 1, yellow, 4", broken, 90 mil) LF 454 458 2 622 Reflectorized Pavement Marking (type 1, yellow, 24", solid, 90 mil) LF 105 60 2 623 Prefabricated Pavement Marker (type c, white, arrow) EA 42 2 624 Prefabricated Pavement Marker (type c, white, word) EA 12 2 625 Prefabricated Pavement Marker (type c, white, bike symbol w/ arrow) EA 15 2 626 Prefabricated Pavement Marker (type c, white, bike symbol w/ sharrow) EA 12 2-B27 Raised Pavement Marker (type I -C) EA 43 2-B28 Raised Pavement Marker (type II -C-R) EA 10 2-B29 Raised Pavement Marker (type II -A -A) EA 99 2 630 Aluminum Signs (includes small sign assembly) EA 136 2-B31 School Zone Flashing Beacon Assembly EA 1 2 632 Allowance For Unanticipated Roadway Improvements LS 1 $ 30,000.00 SUBTOTAL PART B - STREET IMPROVEMENTS (Items 2-B1 thru 2-B32) Part C - RTA IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-C1 Remove and Dispose of Existing Flatwork SF 927 2 C2 Remove and Dispose of Existing Bus Stop Pads SY 327 2-C3 2 C3 teel- Concrete Bus Pad (10" thick, jointed, Steel- reinforced concrete pavement) SY 458 2-C4 Concrete Bus Shelter Pad (4" thick, jointed, Steel -reinforced concrete pavement) SY 60 Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Page 3 of 10 Rev 01-13-2016 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 2 SHEET 4 OF 10 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 2-05 Concrete Bus Stop Flatwork (4" thick, jointed, steel -reinforced concrete pavement) SF 927 23,922 SUBTOTAL PART C - RTA IMPROVEMENTS (Items 2-C1 thru 2-05) SUBTOTAL PART D - ADA IMPROVEMENTS (2-D1 THRU 2-D2) Part D - ADA IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-D1 Concrete Curb Ramp SY 440 2-D2 Concrete Sidewalk SF 23,922 SUBTOTAL PART D - ADA IMPROVEMENTS (2-D1 THRU 2-D2) Removal of 15" RCP Part E - DRAINAGE IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-E1 Removal of 6" RCP LF 107 2-E2 Removal of 12" RCP LF 409 2-E3 Removal of 15" RCP LF 971 2-E4 Removal of 18" RCP LF 323 2-E5 Removal of 21" RCP LF 387 2-E6 Removal of 24" RCP LF 89 2-E7 Removal of 36" RCP LF 89 2-E8 Removal of Exist Manhole/Inlet EA 30 2-E9 Removal of Sidewalk Drain LF 11 2-E10 18" RCP (Type 111) LF 175 2-E11 30" RCP (Type 111) LF 67 Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Page 4 of 10 Rev 01-13-2016 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 2 SHEET 5 OF 10 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 2-E12 36" RCP (Type III) LF 1,060 2,660 2-E13 48" RCP (Type III) LF 36 52 2-E14 2'x4' Box Culvert LF 268 36 2-E15 5' Curb Inlet EA 28 2-E16 5' Curb Inlet Extension EA 47 2-E17 Curb Inlet (Remove & Replace Top) EA 2 2-E18 Manhole/Junction Box EA 24 2-E19 Trench Safety LF 1,606 2 E20 Trench Safety for Storm Water Manholes and Storm Water Inlets EA 52 2 E21 Manhole / Grate Inlet (Remove and Replace Top) EA 7 2-E22 Curb and Gutter LF 4,365 2-E23 5' Valley Gutter LF 344 2-E24 Allowance for Unanticipated Drainage Improvements LS 1 $ 25,000.00 SUBTOTAL PART E - DRAINAGE IMPROVEMENTS (2-E1 THRU 2-E24) Part F - WATER IMROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-F1 8" C900 PVC Water Line LF 1,196 2-F2 12" C900 PVC Water Line LF 2,660 2-F3 8" 45 Deg D.I.M.J. Bends EA 52 2-F4 12" 45 Deg D.I.M.J. Bends EA 36 Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Page 5 of 10 Rev 01-13-2016 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 2 SHEET 6 OF 10 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 2-F5 12"x12"x8" D.I.M.J. Tee EA 11 2-F6 12"x8" D.I.M.J. Cross EA 2 2-F7 12"X12" D.I.M.J. Cross EA 1 2-F8 12'x12"x12" D.I.M.J. Tee EA 2 2-F9 8"x6" Reducer EA 7 2-F10 8"x4" Reducer EA 7 2-F11 8" Plug EA 1 2-F12 12" Plug EA 2 2-F13 8" Gate Valve EA 15 2-F14 12"Gate Valve EA 14 2-F15 Remove Existing Valve Box EA 16 2-F16 12" PVC to AC Adaptor EA 1 2-F17 6" PVC to AC Adaptor EA 1 2-F18 6" PVC to CI Adaptor EA 7 2-F19 4" PVC to CI Adaptor EA 7 2-F20 Remove Existing Fire Hydrant Assemblies EA 5 2-F21 Fire Hydrant Assemblies (Type 1) EA 11 2-F22 3/4" Water Service Line LF 80 2-F23 1" Water Service Line LF 80 2-F24 Connection to Existing Water Line EA 16 Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Page 6 of 10 Rev 01-13-2016 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 2 SHEET 7 OF 10 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 2-F25 Trench Safety for Water Lines LF 3,856 335 2-F26 Remove/Grout (Per requirements in plans & specs) Abandoned 10" Water Line LF 2,700 242 2 F27 Remove/Grout (Per requirements in plans & specs) Abandoned 4" & 6" Water Line LF 710 257 2-F28 Asphalt Pavement Repair SY 35 170 2-F29 Concrete Sidewalk Repair SF 180 30 2-F30 Backfill and Restoration of Sodded Planter SF 155 75 2-F31 Allowance for Unanticipated Water Improvements LS 1 $ 25,000.00 SUBTOTAL PART F - WATER IMPROVEMENTS (2-F1 THRU 2-F31) 2-G9 Part G -WASTEWATER IMROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2 G1 Replace 6" VCP with 8" SDR 26 PVC Sanitary Sewer (6'-8' Depth) LF 20 2 G2 Replace 6" VCP with 8" SDR 26 PVC Sanitary Sewer (10'-12' Depth) LF 335 2 G3 Replace 6" VCP with 8" SDR 26 PVC Sanitary Sewer (12'-14' Depth) LF 242 2 G4 New 8" SDR 26 PVC Sanitary Sewer (10'- 12' Depth) LF 257 2 G5 New 8" SDR 26 PVC Sanitary Sewer (12'- 14' Depth) LF 170 2-G6 Steel Casing 14" Dia LF 30 2 G7 Replace Existing 15" VCP with 15" SDR 26 PVC Sanitary Sewer (8'-10' Depth) LF 75 2-G8 New 4' Dia. Fiberglass Manhole EA 8 2-G9 Rehabilitated 4' Dia. Manholes EA 1 2-G10 Extra Depth 4' Dia. Manholes VF 43 Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Page 7 of 10 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 2 G11 Replace Existing Brick Manhole with 5' Dia Fiberglass Manhole EA 2 4,065 2-G12 Extra Depth 5' Dia. Manholes VF 12 25,565 2-G13 Adjust Existing Manholes to Grade EA 12 16,744 2-G14 Drop Connection to Existing Manhole EA 1 15,383 2-G15 Temporary By Pass Pumping EA 8 15,383 2-G16 CIPP 15" LF 1,322 15,383 2-G17 CIPP 18" LF 1,659 2-G18 Trench Safety for Sanitary Sewer LF 1,024 2 G19 Trench Safety for Sanitary Sewer Manholes EA 11 2-G20 Allowance for Unanticipated Wastewater Improvements LS 1 $ 25,000.00 SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (2-G1 THRU 2-G20) Part H -FLEXIBLE PAVEMENT (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2 H1 Remove and Dispose of Existing Asphalt Pavement SY 17,100 2-H2 Remove and Dispose of Existing Curb and Gutter LF 4,065 2-H3 Remove and Dispose of Existing Sidewalk SF 25,565 2-H4 Street Excavation (ROW -ROW) SY 16,744 2-H5 12" Compacted Subgrade SY 15,383 2-H6 TX5 Geogrid SY 15,383 2-H7 Flexible Base (complete-in-place)(Type A, Grade 1-2)(9" thick) SY 15,383 Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 ADDENDUM 1 ATTACHMENT 2 SHEET 8 OF 10 Page 8 of 10 Rev 01-13-2016 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 2 SHEET 9 OF 10 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 2-H8 Emulsified Asphalt Treament (subgrade, MC-30)(Prime) SY 13,682 2-H9 Type B Hot -mix Asphalt Concrete Pavement (3.5" thick) SY 13,682 2-H10 Type D Hot -mix Asphalt Concrete Pavement (2" thick) SY 13,682 SUBTOTAL PART H - FLEXIBLE PAVEMENT (2-H1 THRU 2-H10) Part I - GAS IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-11 Gas line trench backfill and compaction LF 144 SUBTOTAL PART 1 - GAS IMPROVEMENTS (2-11) BASE BID 2 SUMMARY SUBTOTAL PART A - GENERAL (Items 2 -Al thru 2-Al2) SUBTOTAL PART B - STREET IMPROVEMENTS (Items 2-B1 thru 2-B32) SUBTOTAL PART C - RTA IMPROVEMENTS (Items 2-C1 thru 2-05) SUBTOTAL PART D - ADA IMPROVEMENTS (2-D1 THRU 2-D2) SUBTOTAL PART E - DRAINAGE IMPROVEMENTS (2-E1 THRU 2-E24) Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Page 9 of 10 Rev 01-13-2016 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 2 SHEET 10 OF 10 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT SUBTOTAL PART F - WATER IMPROVEMENTS (2-F1 THRU 2-F31) SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (2-G1 THRU 2-G20) SUBTOTAL PART H - FLEXIBLE PAVEMENT (2-H1 THRU 2-H10) SUBTOTAL PART I - GAS IMPROVEMENTS (2-11) TOTAL PROJECT BASE BID 2 (PARTS A THRU I) Contract Times Bidder agrees to reach Substantial Completion in 450 days Bidder agrees to reach Final Completion in 480 days Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Page 10 of 10 Rev 01-13-2016 1. CONSTRUCTION NOTES '1E=ZfEn.°17.4-tia; Tn7f272TREpCrmnEraugtmegtIns THOR:r„1.2ERZANoDAC OFTE,,,,P1„,10,1,ECT.uANDR E FULL WARE CONDIPPIISA'' NCO NTE 'DURING YTHE COURSE OF CONSTRUCTION. S. THE CO... SHALL BET RESDPDX&E FOU.CMINp.41.VIE(ISrugg4-VE4C;UNLF0,,Nr 41-00RAGE 0,F;„kL ECIUIPMEN AN C. rm....Er arm 11-4,LIERNOT BE J-F01,2,E,LOR STOCKPILED IN AREAS THAT ARE WITHN THE D. ANY SOILS/WATER TAB. NEM/A-MN INCLUDED IN 1110 PLANS 0005 50000011000 IS FOR inDIRREVIZMg1%171-171VVRArCIRWIITItENTE =ED 21:11MUCHCTION.E''' E 11ZRI.TeXn14Gusr,,,Ms.,1%..CZIGRENTTE./LcOALC:Tco(P=Er(CUTS SHA BE MADE VEROCA Y F A -n-IE CONT&C OR S EXPENSE HE COMPACTOR W BE =WED 0 ZEIFILs / 2.1En TFrosoar or,-,,,IDworwv-Eug Aez. wz-Eont saErczErr%;-„Fronroz.troTEr NvorcvvrENTE gturRy-AcurgEmcpo-r-EezRzm tuegaz,nrorz. SHEETS FOR ADDITIONAL INFORMATION. THIS WO. WILL BE CONSIDERED SUBSIDARY TO THE VARIOUS BASE ITEMS. 2. STREET & EXCAVATION till:IEP=SED STREET de UTILFY DIMENSIONS SHOWN . PUNS ARE TO THE BASELINE. UNLESS NOTED GENERAL NOTES •6 • I• .N ' • R. • 6. ORMEWAYS SHALL BE CONS.UCTED TO PROVIDE COMPLINIT SLOPES WITHIN THE ORNEWAY ANO Vol TR°EcNZrME: 1,30ZIALArrr: MAX, SZE( (CI; 0(F CORPUS CHRBTI) WALNWAY SLOPE (MAX.) = (ADA) rrx w,trzervnt rg.10-r,„zrzruoTamrnlvgglEry=, sr.Enz7 tz-J,as.,114smc3.-4-nanzrxenL,,,.ffElx.ED. c.gronnrgra-7„-rAm=',;,11711rIT CO.TRUCPON. D. THE PUNS SHOW ESPIIATED T1MNSITION LENGTHS OF ALL SIDEWA. RUNNERS AND DRIVEWAYS. ACTUAL .NGTH SHALL BE DETERMINED IN THE FIELD BY THE MIGINEER/INSPECTOR AT THE z,„ TIME OF CONSTRUCTION TO PROVIDE SATISFACTORY GROE. POSITVE MIRAGE. AND COMPLIANCE WB -H THE AMERIGHS WB -H DIGBILIPES ACT. E. /,II6).S.ILWriLK RUNNER AND DRIVEWAY 1RANSITIONS OF OTHER INTERN,. (I.E. ASPHALT, STONE SFALL NOT 13!ELPIIR'DIgEM0 00040101010001440 MESS OF 001001001440 1,c1OT BE,RELLAgra N, D. ANY GU HE71,ZOTIVERIDSIIIrA ".0T.E'EF D.EILT =vs ea'c'vo :El",:roggrrEE‘oltroA AZT gEgtEc.VHEIZ ,21:10t P:ZEIOr32.3. ZEZrol, MITVHEI: eVErvFMT M-111"cRa=uguLlucoung2 SlosTITTYLEs s EXISTING CONCRETE STRUCNR. TO REMAIN SHALL BE REMOVED IN A WAY THAT ALLOWS TIE BARS THAT ENSTED BETWEEN THE STRUCTURES TO REMAN N PLACE. A MINIMUM OF B INCHES OF EXISTING PE BARS ?I'ItLILJESEVIECV1 IXIPST'1.2 '514S'Ir'NOTTEPTAEGYWDRnEgUnIUMETWATE75110 ITEMS. • THE ITEMS AND QUANTITIES GLLED OUT ARE FOR THE CONTRACTORS INFORMATION ONLY. C. ENSTING MALBOXES, UNDSCAPE FEANRES AND/OR ANY PERMANENT ITEMS NOT SHOWN 014 P10415 00 PART 40THFEO:TIrEtfLnUrCID'XIOVER"D Raftil"1.°111Nalvs% TE7ZER. SH'LL "'T D. UNLESS SHOWN OTHERWSE, ALL ABANDONED 01001 (000 WATERLINES, STORM SEWER PIPE, DITCH CULVERTS, SHALLOW UPI., SERVICES) WITHIN 1-1-1E LIMITS OF STREET I.CAVATION SHALL BE REIROVTr tIFDLRZEAR0LEY PRIOR TO REVEGETATION. F C.OMELE0C.URIA3 R(.7.14:als ZE=ES.NA-Fp EACH CORNER OF GCH PROPOSED STREET nIEIfairSSI2 170 1,-A.N%pAnur;T:upErg .°17razs orcAs-oF v..ttegrgzer-rx,%-rs.;,,AH-2,rscrv,p.E.,sn't,-rs ?onwrED r.A.EVarrETTELTMT '1,5°E1Rg :=7.°VATLZ:Fur ,1"rgF TTEN'AS'MTABT APSUERW "NO' E'E 'BAIRS'PeCIPEO"NEWIA>11,ORDPOULl'11TOFT'E acsLEU De:04 FOC "mlza„raNe 00 0 0422 000 11 50 ek11E 4 00 ZER12 Z=00 200 : 0TI0 001t L40 1001 1011i0150 g5 0 rE0 0P w SE ,11(12,(Im,CT,(UXELFOZOMMODATE TIE BARS IS NOT PAD FOR DIRECTLY BUT IS SUBSIDIARY TO THE H THE PROPOSED EMBANKMENT REQUIRED BENNO CURB W CUTTER SHALL CONSIST OF SELECT VRTNI-ALL NOT rZiD7-0R°OrC7FLPTU'FATONTIZITT Vgag TOT ZIEULASIiIDTH' ITEMS 5l5 I05 I0 00 0115 rP,011RT0 0 0000 131C00 19CON0C0R45 ERAC:: RIALIIALPL" "OT -TIE ;RECTITATELY 'UT 7177FrOPETWEMPIT. AVI-IA"AN'OF gl.MALALSErkPPF=?BrVIETTNDITER, urgITH%.0-LggEzni:•,' trzaurrozo ITIrPrOEPC‘,5% ALL ABANDONED K. THE CONTRACTOR IS RESPO.IBLE FOR VERIFYING ALL ELEVATIONS CORR.PONDING TO MINIMUM ac LNES TO REMAIN IN PUCE SHALL BE GROUTED PER STANDARD SPECIFICAPON 025214 WHEN CUT FOR MAXIMUM SLOP. PrOOR PO FORMINO OF CONCRETE CURB RAMPS. PROPOSED C014T-RUCTION. L. =MN, ct.I.NcrgEfeE =VERSE GROOVES SHALL BE MADE STRACHT • PERPENDICULAR TO THE E 'I,. WHERE BASE OR PAVEMENT STRUCTUR. WILL BE PUCED ON SUB.., SCpAR,YsSUBORADE TO A '1-0;47,T/SW4THCT it3TV'E''ElX4AMMTUVIMIT'ENTr C' ACT P'EP'Ar'". yrErAi rrxec,4 rEurcootT. rINtC;SPII-EARrATETr.T t'Al.71B?TrA DEPRESS. GRUTER THAN 1. M.SURED VERTICAU, WH. ROLLED AS STATED IN .15, YET ROLLING.. G. FLEXIBLE &SE SHALL BE (TIRE A GRADE I -2 CRUSHED LIMESTONE) Al ACCORCAll WTH TECHNICAL SPECIFICATION SECTION 025222. FLEXIBLE &SS we sTATZF-TEtt"g24"04,VELTE11%'07s =IRV THE ENGINEER ,11.1gT0 .r.rl0 „ F,L.,f2X2B.,..f41.SIL,-r.,%011LrpcA(C-X,„(r0 A MINIM. Of 9.3. STANDARD PROCTOR DENSITY (ASTM I. PRIME COAT MATERIAL SHALL BE 1.4C-30 APPLIED AT A RATE OF 0.15 GAL/TY, J. TYPES AND RATES FOR ASPHALT OIL ANO TACK COAT FOR NEW HIM TACK COAT OLD HMA/POC =VA TACK COAT FOR PUNED (MILLED) HMA 0.20 GL.S/SY K. rISIE-RIALLZEN JA,24.4 72,-FELC.DGRUN.DAUNIER MO OTHER CONCRETE SURFACES FROM ASPHALT L. ASPHALT LAYING MACHINE SFALL BE CAPABLE OF WING A 14. WIDTH. M. TFL CO E,NTRACT,T 06c2,6„a.zraz W..I2MI:NO THE SPECIFIED THIO(NESS. ACOITIONAL :Islr ,S(cFLI=GORDZII4SRSEF,IAAINOT BE CONDUCTED 014 DAYS WHEN AN OZONE ADVISORY HOS BEEN TITI*IZIETC.T ELTT'SATFCR.OV117.07, Tre0, D.W.!11A4Ur:RWE'IZAI7ANO'RYLZITEN707EUN'SLITLIIMN SUBCRADE IMTERALS DEFIN.ED IN NOTE 2.F. 4 MISCFJ 1 ANFOIJS ?Zs Orstm.. n'aO:T-.1"co'i4 -rcH ,yrrraga,ATE„,zra' A M NMUM S DE.. W D H OF 5 CAN NO BE /CHEMED SHA BE REMOVED ,ND DSPOSED gozARAF az THE 410ZE,p,....g.TINZA NO BE PAD OR DREC Y BU graElrefrIVEHDCrEFR ‘FtE,LE.-nr.;-.°Ect;LTNE. o-Mr-f4Tor, crREE4Z 'Zrg' PrUgt AZEE'AMECAED BY THE ENGINEER. THIS WON SHALL NOT BE PAD FOR DIRECTLY BUT CONSDEREO SUBSDARY TO THE VARIOUS BID FENS. C. WHERE GLED FOR IN THE PUNS. CEMEM STABILIZED SAND SHALL CONSIST OF SAND PER 75 0 2 001 RIC SHALIngrrEVI rODR 1-1/2 010115 01 .PA4 EI0224 2.142 121 •r00 crI(Zit& BO ITEMS. . INDPODUAL SGS MOUNTED ON A COMMON ASSEINSLY WILL BE COWED AS A SINGLE SION E 0,,tt WORK FOR SI. PANELS THAT ARE SHOWN ON PUN TO BE ADJUSTED OR REMOVED AHD REPUCED, SHALL BE DONE THE GME WORKDAY UN.SS OTHERWISE APPROVED. VU-LPZINEOrT=HgNITVONT116r2EVIVOEUFIMIrgESS'10 ITJZIr1000,6V-T01:44701ITZIT-1=1=1:TrE:Vrtr'2W:r MORE TFAN 1 1/2. BEYOND 110P0520105 00 101 MARKER (TS 4720 TESTING SCHEDULE DESCRIPTION RATE EST. OUANTI, (BASE BID 1) EST. OUANTIPf (BASE BID 2) SOILS: STNICARD PROCTOR - TR.0-1 a.F. . MATERIAL SOURCE 1 1 STNICARD PROCTOR - SUBONDE PER 5-MEET/MATERIAL I DENSITIES - TRENCH BA,KFILL PER MO IF TRUICII/LIF 100 100 DENSITIES - SUBORADE (ASPHALT STREET) PER CO1LF/UNE/LIM 102 1112 DENSITIES - SUBOR/OE (CONCRETE STREET) PER 200 IF/LANE/UM 01 20 DENSITIES - SU.ADE (DRIVEMAYS) P. 2 DRIVEWAYS 8 8 DENSITIES UNMADE (SDPNALKS) Pl. 5000 5F 5 5 DENSITIES - BEHIND CURB AND GUTTER PER 20D LF 40 40 FLEMBLE BASE: SIEVE ANALYSIS ATTERBUNG LIM. PER 3G00 Cy PER 3000 CY 1 I 2 2 MODRED PROCTOR LA. AMASON PER 3000 CY PER 3000 CY I I 2 2 CDR (STAICARD) PER MATERIAL SOURCE 1 1 WET BALL MILL TEST P. MATERIAL SOURCE 1 1 TRAXIA TEST P. MATEMAL .RCE 1 DENSMES OF COMMCTED IMSE (ASPHALT STREEr) P. 10110/084/010 144 204 DENSITIES OF [IMPACTED BASE (CONCRETE STREET) PER 2G0 LF/LANE/LIM- 10.2 102 DENSMES OF CCAPACTED WE (GC) PER 200 LF CRC 40 40 H01 --MX 1,SPHALT (H.) EMOTION. SIEVE ANALYSIS VS DENSITY It TM., P. 500 TGS OR DAY PER 500 TONS OR DAY 0 0 9 9 THEORETICAL DE6SRY (RICE METHOD) TEMPERATURE - DURING LAY -.H PER 500 TCNS OR DAY .TIM.OUS AS NEEDED 0 0 9 THOME. - IN PACE (CORE) PER MOO LF STREET 0 3 X AR 'MOS - IN PLACE (CORE) PER 1000 LF SVEET 0 3 X THEORETCAL DENSITY - IN P1001 00000 PER IGDO LF SMEET 0 3 CONCRETE, (UNCONFINED CINPRESSON. 7. 10. 2 28 DM) CURB .... / CURB PER 5G0 LF CRC / CURB 9 9 SIDENA.S MD CURB MIPS PER 4000 SF 2 2 CURB, POST . GRATE INLETS Pl. 6 EACH 15 15 WRAP. *PONS . S.E.-ra PER 4000 SF 0 0 MANHOLE 6A0E/1001160 PER 10 EACH 3 3 RIGID CONCRETE PAVEMENT: COMPRESSION SFRENGTH (7 2 25 OM) PER .0 SY OR NW 6 0 FLEXURAL OEM) TRENCII-I (12 06 4411 PER 2300 SY OR DAY 6 0 AR CONTENT SLUMP PER .0 SY OR DAY PER .0 SY OR DAY 8 • 0 0 1. THE ASCNE TESTING FATES ME ONLY ANTICIPATED CUIDELNES. THE ENGINEER RESERVES THE RICHT TO CONDUCT ADDITIONAL TESTING AT THE ENGINEER'S DISCRETION. RE -TEST FOR FAILURES ARE NOT INCLUDE. 2. MOISTURE CONTE. TO BE INCLUDED WITH DENSFY TEST. l'ota,474 °PFRAUENTOM,TorrHnTIVOZOi 1:E?1171% c'Eslr 'E"D ADDENDUM 1 ATTACHMENT 3 SHEET 1 OF 4 CONSULTANT'S S0ff1 NO. G003 8 1144(1(10 003 159 MORO DRAW NO. ST R — 872 CITY PROJECT # E12091 TCP LEGEND ROAD WORK NEXT X MILES. ROAD WORK NEXT X MILES WORK ZONE TRAFFIC FINES COUBIE © R20-5 PLAQUE © O Rxo-D 0 © © ROAD CLOSED 0000 CLOSED LOCAL TUFAC © S!02 (P000 2) 0 95 OO ONE WAY ONE WAY 4- O ® 87-2 MoD MO WV 117 -BOBL Kew TYPE III BATROADE +"R°PI s)iPI to RE "cETR Eo) (SPACINGW151,2. CHEVRON • PEP Plsrrs) Pven0 8EF(-ITCTaR300 i VERTICAL PANEL (2 WAY) PAINTED ARROW (TEMPORARY) DIRECTION OF TRAFFIC WPM REMOV DBL W. KIROV SLD W ABBREVIATIONS • TRAFFIC CONTROL SHEETS 011. WPM = WORK ZONE PAVEM.T ABLE (RASED PAVEMENT MARKERS) ROARER = -REMOVABLE 0RATTI0 PAINT Aro BEAD) DBL = DOUBLE DR DRAT HMAC = HOT MIX ASPHALT CONCRETE PA, = PAVEMENT PRO, = PROPOSED SSW. = OUSTING SA. = STATION P.1. = POINT OF NTERSECTION PHASE 1 TRAFFIC N H DIRECTION MUST BE WNW. LL ONES. 2. CONSTRUCT W.TEWATER -ES. ( CROSSINGS) EP msREETRA°a 20- 11 TANUTCD VESTz�xTHE ANDTCP(zs)To REDUCE TRAFFIC FROM Hou¢(LANE AC H x) AND ROUTING MIFFS AST OR WEST OF THE ALARIEDA CONTRACTOR uRIEITaCROSSING EA- ST SIDE. ROUTE TRAFFIC WEST OF ALAMEDA (os x) R.uE (t UNETO) EXCAVATE AND INST._ SA BYPASS LINE WITH 1. STEEL CASING. COVER ...VAT. WRH wa.STEEL PLATE. ROOTS TRAmc EAST of Arm c0xrERuxE (R uuE EUH I ). uuw,TE ANv w WITH n• STEE2 PILATE,,,,p0oruF 170.05. PULPING. BEGS EXCAVATIMI TR HAL WA.EWATER LINE TO W.NO EXCAVATION AND INSTALLATION OF PROPOSED UPSTREAM REMAINING HALF OF W.TERATER ENE TO PROPOSED 1AANHOLE. BACKFIT UM, TRENCH. REMOVE ST BYPASS LINE. UTILIZE LANE CLOSURE TO B.KFIT BYPASS TRENCH. PERFORM SAME OPERATION FOR ABU PROPOSED WASTEWATER LINE. crvtu nut. xR F208 EAI00003 -r mmluL sluiwE of STREET cLnsURE FOR DETAILS. I. SET ADVANCE WARRING SIGNS ARO BUSINESS IDENTIFIER SIGNS. PLACE 9/13. EM UTILI$INC 1D DARES LINES TMKx R. DIVERT uxts. 3. CONSTRUCT UNDERGROUND UTILE. UST CO- NNECTION MIN. TO M WEST OF THE ALAMEDA C.TERLINE. - STORM WATER - CONSTRUCT EAST YALE OF PROPOS. ALAMEDA STORM SEWER. ,,UTeIMOI,RET HALF OF ALAMEDA ROADWAY UP TO BUT NOT INCLUDING THE FINAL TO 2' WEST OF ALAMEDA C.TERLNE. NG SIGNS ANO BUSINESS IDENTIFIER S.S. PLACE 9N3P MEASURES. P2. ZODVE„GIAL2sTO H S NEWT BUILT EAST MLF OF ALAMEDA UTILIZING TEMPORARY MARKINGS 3. CONSTRUCT UNDERGROUND UTILIT1. - WAT. - CONSTRUCT REIM RING PORTON OF PERPENDICUAR LINES FROM 2' WEST OF - ER (00ENT - LOUISIANA REPLACE TRUNK - S.RM WATER - P SVISP COMPONENTS. CONSTRUCT WEST HALF OF PROPOSEDALAMEDA STORM SEWER. I. COMPLETE FINAL ARINGIOxS. E COURSE ANO FIN., STRIPING UTlunxO MOBILE TRATI • "NOW roeMINN HOLE GENERA NOTES FOR TRAFFIC rntexcw • ROAD CLOSURES SHALL BE LIMITED TO WORK AR. ONLY. 2. AT WORK SHALL START AFTER 7:00 AM. ARO WRK SHALL BE SCHEDULED SO TAT NO WORK IS PERFORMED ATER 0.00 P.M.. UNLESS OTHERWISE APPROVE9 BY THE CLAW. NcEXCAVATORS AT ORDER ALL BE 62 EILMEDIA. COMPACTED IN ACCORDANCE WITH THE PLANS ANDCONSTRUCTION. ALL-WEATHER MATER. INCLUDES THE A - GRADE 1-2 LIMESTONE BAS, CO. PAWL.OTHER MATERIAL APPROVED BY THE EWNEER PRIOR TO REP AC EN., CALICHE IS NOT AN ACCEPT. 5. LENDAR 0. TRAFFIC SIGNS, SIGN P.cluo, SIGN LOCATIONS. TAPER LEW. , MARSITON LEWITT. MO ALL TRAFFIC N(D OTICES-ILUTC. AND CURRENT RTITWS. ANY DISCREPANCIES WATER THE MAFFIC CONTROL P. COMPLETE N OF PR... ANY MATIC CONTROL D.C. DEEMED UNSONSFAC.RY BY THE REPLACED HOURS AT TO THE CIT. 10. THE HALL STALL R FENCE AROUND ALL OP. TRENCH. OR ET EXCAVATEDAR RaCTil• � FENCING m DENSITY SUBSIDIARY 70 VARIOUS BID ITEMS OF THIS CONTRACT 6 E ADJUSTED 12. rrtga,42,Ascamt OZCEITUTHEIR TRAFFIC CONTROL P.EME1O N PUBLIC RIGHT -OF WAY SHALL BE ...ATE. BORRWDED W. TYPE III BARRICADES ON EACH DIRECTION OF TNNEL IA THE CONTRACT. SHALL MAIITAIN REGUATORY S.S DURING TE CONSTRUCTION PEROT. 15. AT CONSTRUCTION WARNING SIGNS MAY BE GROUND MOUNTED OR ENGNEER APPROVED PORTABLE MOUNWO PERMANEIN DRAINAGE STRUCTURES ARE COMPLETE AND OPTUTIONAT THE COST ASSOC ATED WITH Ix0/wI BE P40 FOR SEPARATELY BUT SHALL BE E TRAFFIC ONTROL BID ITEM. 10. Toltaa.0111.00L RNO SMAEL iIXISIDERED SUBSIDY!. 70 TMSurI�C°RvSSllIPSRsfMTE ni�NDAFF[cmlTroML DEMVICFS µED UNLUE ONE -COURSE OR TWO -COURSE SURFACE TREATMENT. . NEEDED. 19. gr41.1•ATOR SHALL CLAN VIDEO DETECTOR CAMERAS INTERSECTIONS UPON COMPLETION OF ALL PA.. 20. CONTRACTOR SHALL "BAGs WSTNG SIGNS AND TRAFFIC SIGNALS AS REQUIRED FOR LANE CLOSURES. DETOURS. AND TAT ARE IN CONFLICT WITH MAFFIC T.TROL P.. 21...TRACTOR SHALL NOT, THE CHY TRAFFIC MGINEERING DEPART/NC AT LEAST 3 RS R TO MAKI. ANY .E CHANG. OR .E CLOSURES. 22. CONTRACTOR SHALL TEMPO.. PAVEMENT MARKINGS ANT WITH GLASS RAFFIC BEADS OR 6020/40 20(500 PAM ULi°"B)unn0l (40 2 04 BE DAD o 0064i40(PAcc(RwYPE WITH 00 APPU0OVED URSO 23. LI,SETXSTEraelIMAY VARY THE SPACING OF SIGNS TO MEET FIE. CONDITIONS.. APPROVED OR DIRECTED 24. c.1.&.FILA,OZERS.AND Pl. VEHICLE OPERATORS ARE REWIRED TO HAVE A POSIT. 11.6 OF 25..IZANsCHEALBAMIG,MNRSAIVOZYRISAMgroBENTrIlL91Z15 SHALL BE PACED PRIOR TO THE START OF WORK cx"s'.LLa o2 A All L ".12Ia essFDnrsRY nes PrDOI�o a RICAOE L Ar UNLESS OTHERWISE APPROVED ATERNOON. RAO.( SHALL COORDINATE ,HE APMOPRY,TE TME0 WIT MERGER. CONTACT PRINCIPAL DR. BY 711E CITY. 001NRO.OR SHALL CHRISTINA R.EFtr, AT (361) 87.2.0. MANUA A MNIVON OPERATIONAL ST. IF DELAYS TO TE CONSTRUCTION SCHEDULE WCUR. THE CONTRACTOR IS RESPONSIBLE FOR TOP CO.T FLOW OF 500 GPM. UNLESS OAR AGREES TO COMPENSATE CONTR.TOR VA APPROVED CHANGE OROER. BYPASS LT.. ALAMEDA 20 a MIN WIDE TRENCH. 1ST DEEP WASTEWATER TRU. MAIN IDE PATE BYP/SS LINE 1 aN PHASE 1 BYPASS DETAIL SCALE NTT 1=] CHANNELI7ING DRUM TYPICAL oE000 TREATMENT DETAIL 5.1# SCALE SU IN CONSTRUCT. ZONE. BUSINESS SIGN PLACEMENT DETAIL ADDENDUM 1 ATTACHMENT 3 SHEET 2 OF 4 000s00TAM$ SN[E0 40. U008 SHEET 009 ( 159 RECORD WNW I10. STR-872 CITY PROJECT 1E12091 161 LF SIDEWALK 69 09 SY CURB ez GUTTER 15 ALAMEDA ST REMOVE " RSP < J wm L REME 2a RCPCURB 6e EnLiFli 32 L_ CURB CUTTER ORMEWAY 22.06 SY REMOVE ,r RCP REMOVE CUR INLET aEMOA , •ROPE ¢-00 24+00 25+00 28+00 w� 27+00 2B ____+____kyr_ __+____�_____+-_-LSE ,cRNc.PIFOP ___�_____. xDRAY 2028 SY R°,4XJETH a THI�NIND E 6P 610 6,x X0x AEx OraETE COVER n; 15 RC --- STx ----STD ---- STO ---- s,D ---- s,x ---- ---- ---- °'° ---- --- L x66 ID ---- ---- n° ---- wx R s,x 6'° sDe2nL� 9.64 sr -- "° ---- ST° - °;x„� 6E RCP BIOME CURB 2, LE II S ON SHEET 6 REMOVE 5" R6 g D ERS RE LET REMOVE CURB INLET 2.22 SY REMOVE CURB INLET REMOVE 15. RCP REMOVE MANHOLE NREM RCP DR 12.83 SY cuae m GUTTER (1 rFlls RCP cuae a,ODTER CURB 141VUTIFEFP SIDEWALK 6106 5 J VIII n DEMOLITION PLAN SHEET — STA. 23+00 TO STA. 33+00 e 25LE1 AND COORDINATE WITH CURB g21TIEF12 REMOVE n RCP II RI 11 REMOVE OVE1NHOLE 2. RCP 25 AND COORDINATE WI, e3ERRCP xs�E1.1jEMOVE CURB INLET IIL IDEWALK 6.94 D 18.35 `SIDEWALK 00.15 SY REMOVE CURB INLET ALAMEDA ST a3wOVj 'r 87P-1 00 29+00 130 80709 000 0 aP 60at 190 N l0 50 DRIVEWAY 2121—.27 SY--+-----+---L —�- SEE xeABk603M0NSHEET 088 PG MFho- iXl a t§�rhi%roST700.80 n REM REMOVE5" RCP (14 (Prvi�- Er OIMER (3 PLUG u GUITER CURB CURB CVLii mVEEWAY 20•49 n SIDEWALX 34.94 n )J R of lln.� 015• RCP 5131+�55.sa s' — — — — — _II 32+00 cunER--�---- 33. sr., ____ sm ____ STD ____ sro ____ 610 __-- REMOVE 15' RCP LF) REMOVE CURB INLET 3 Has 8 00T1ER 050050r n [* 5600 nl 2LOT 23 3 VOL 4, P64 u.RNn GOTTE u 2 DDEMOLITT+ON 24 LAT 2. BLOCK 32 r I I ID EYw2K 66.64 n 1 A vol. A 564aS.R.HCi. PLAN SHEET — STA. 23+00 TO STA. 33+00 ADDENDUM 1 ATTACHMENT 3 SHEET 3 OF 4 c0NsuL,nxrs sxre, ND. X003 ry 6 07 + O w M O.) oQ L!" N 0 8 SHEET 046 ( 159 RECORD OWING N0. STR-872 CITY PROJECT # 012091 1 EXISTING 6" PJC PROPOSED 8" PJC (BYPASS REQUIRED) EXISTING 6° VCP 10+00 12+0D PROPOSED B" PVC (BYPASS REQUIRED) TEMPORARY BYPASS CONNECTION A JoT MPORARY BYPASS CONNECTION U PROPOSED 8" PJC (BYPASS REQUIRED) (t] EXISTING 6" 15wD 20+00 � 22+00 24+00 26+00 25+00 ALAMEDA 5T PROPOSED 8" PJC PROPOSED C.I.P.P. WITHIN EXISTING 18" VCP WASTEWATER LINE TEMPORARY BYPASS SEE NOTE, THIS SHEET EXISTING 6" VC LJ 34+00 PROPOSED 8" PVC (BYPASS REQUIRED) PROPOSED 8" PVC (BYPASS REQUIRED) A PROPOSED ° PVC (BYPASS REQUIRED) AIAMEDA ST } —' EXISTING 6" VCP TEMPORARY BYPASS CONNECTION TEMPORARY BYPASS SEE NOTE, THIS SHEET PROPOSED C.I.P.P. WITHIN EXISTING 15" VCP WASTEWATER LINE NOTE REFER TO PIAN SHEET 009 FOR ADDITIONAL WASTEWATER BYPASS INFORMATION. TEMPORARY BYPASS DISCHARGE t 1) A D 1 PROJECT ENDS AT 39+13.08 PROPOSED 15" PVC MERGER ELEMENTARY PROPOSED C.I.P.P. SCHOOL WITHIN EXISTING 15" VCP WASTEWATER LINE TEMPORARY BYPAS SEE NOTE, THIS SHEEP TEMPORARY BYPASSQ DISCHARGE r r TEMPORARY BYPASS DISCHARGE A n WASTEWATER CONSTRUCTION LAYOUT WO�i2 rAO. STs 0 PROPOSED 8" PJC (BYPASS REQUIRED) TEMPORARY BYPASS SEE NOTE, THIS SHEET PROPOSED C.I.P.P. WITHIN EXISTING 10° VCP WASTEWATER LINE TEMPORARY BYPASS � DSCHPAGE 0+00 IF - 1° t PROPOSED 0.1.8.8. WITHIN EXISTING 15" VCP WASTEWATER LINE Oe © © • QD• ©E LEGEND EXISTING MANHOLE REFABILRATED WITH FIBERGLASS INSERT PROPOSED MANHOLE REPLACE IXISTING MH WITH NEW FIBERGLASS MH EXISTING FIBERGLASS MANHOLE NEW SANITARY sexER INSTALS CIPP IN EWING LINE EXISTING SANITARY SEWER ADDENDUM 1 ATTACHMENT SHEET 40F4 000suuvm 0+50 No. C102 0 43 Oc Dt 1▪ 35g 4,1 44 U3 c, Z N y W W o y Z 25 W o ti ▪ (n m SHEET 093 / 159 RECORD DRIWING N0. STR-872 Cm PROJECT 11 E1209) 00 9101 ADDENDUM NUMBER 2 Project: S. Alameda Street from Ayers Street to Louisiana Bond 2012 Project Number: Owner: City Engineer: Designer: City of Corpus Christi J.H. Edmonds, P.E. HDR Engineering, Inc. E12091 Addendum No. 2 Specification Section: 00 91 01 Issue Date: 02/03/2017 Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: [Designer] Anthony Gavlik, P.E. Name Addendum Items: 02/03/2017 Date Article 1— Bidding Requirements - Attachments 1 & 2 Article 2 — Modifications to the Specifications or Technical specifications - Attachments 3, 4 & 5 Article 3 — Modification to the Drawings - Attachment 6 2�13Apt 7 .70.('F'TFk 1.1 0 ANTHONY B. GAVLIK c4 °., iesNSO .mow° 44414ONA 0 61 HDR Engineering, Inc. Texas Firm Registration No. F-754 ARTICLE 1— BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Addendum No. 2 5. Alameda Street from Ayers Street to Louisiana Bond 2012 I Project No. E12091 009101-1 Rev 01-13-2016 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. Section 00 30 01, Bid Form: 1. Delete: SECTION 00 30 01 BID FORM in its entirety. 2. Add: SECTION 00 30 01 BID FORM in its entirety (Attachments) & 2). ARTICLE 2 — MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS. 2.01 ADD, DELETE OR REPLACE SPECIFICATION SECTIONS (OR TECHNICAL SPECIFICATIONS) A. Delete the following Specification Sections (or Technical Specifications): Deleted Specification Sections (or Technical Specifications) SECTION 01 23 10 - Alternates and Allowances SECTION 01 29 01 - Measurement and Basis for Payment SECTION 01 31 00 — Project Management and Coordination B. Add the following Specification Sections (or Technical Specifications): ARTICLE 3 - MODIFICATIONS TO THE DRAWINGS 3.01 ADD OR DELETE DRAWINGS A. DELETE the following Drawings: Deleted Drawings 005 — ESTIMATED QUANTITIES (BASE BID 1) 006 — ESTIMATED QUANTITIES (BASE BID 2) B. ADD the following Drawings: Added Drawings 005 — ESTIMATED QUANTITIES (BASE BID 1) (Attachment 6) 006 — ESTIMATED QUANTITIES (BASE BID 2) (Attachment 6) Addendum No. 2 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 009101-2 Rev 01-13-2016 Added Specification Sections (or Technical Specifications) SECTION 01 23 10 - Alternates and Allowances (Attachment 3) SECTION 01 29 01 - Measurement and Basis for Payment (Attachment 4) SECTION 01 31 00 — Project Management and Coordination (Attachment 5) ARTICLE 3 - MODIFICATIONS TO THE DRAWINGS 3.01 ADD OR DELETE DRAWINGS A. DELETE the following Drawings: Deleted Drawings 005 — ESTIMATED QUANTITIES (BASE BID 1) 006 — ESTIMATED QUANTITIES (BASE BID 2) B. ADD the following Drawings: Added Drawings 005 — ESTIMATED QUANTITIES (BASE BID 1) (Attachment 6) 006 — ESTIMATED QUANTITIES (BASE BID 2) (Attachment 6) Addendum No. 2 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 009101-2 Rev 01-13-2016 ARTICLE 4 — CLARIFICATIONS 4.01 QUESTIONS None associated with Addendum 2 END OF ADDENDUM NO. 2 Addendum No. 2 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 009101-3 Rev 01-13-2016 00 30 01 BID FORM ADDENDUM 2 ATTACHMENT 1 SHEET 1 OF 11 Project Name: S. Alameda Street from Ayers Street to Louisiana (Bond 2012) Project Number: Project No. E12091 Owner: City of Corpus Christi Bidder: Base Bid 1 (Rigid Pavement) OAR: TBD Designer: HDR Engineering, Inc. Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid 1 (Rigid Pavement) Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1 -Al Mobilization LS 1 1 A2 TCP Items (Signs, Barricades, Channelizing devices, etc.) MO 15 1-A3 TCP Plan and Prep EA 1 1-A4 TCP Mobilization/ Adjustments EA 3 1-A5 TCP Flagger HR 975 1-A6 SWPPP EA 1 1-A7 Electric Message Boards DAY 20 1-A8 Low Profile Concrete Barriers EA 50 1 A9 Curb Inlet Sediment Trap (install and remove) EA 56 1-A10 Block Sod SY 2,219 1 -All Exploratory Excavations LF 2,500 Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Page 1 of 11 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE ADDENDUM 2 ATTACHMENT 1 SHEET 2 OF 11 EXTENDED AMOUNT SUBTOTAL PART A - GENERAL (Items 1 -Al thru 1-A11) Part B - STREET IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-B1 Concrete Cycle Track SF 9,225 1-B2 Concrete Driveway (6" thick) SY 855 1-B3 Concrete Median SY 300 1 B4 1-134 hort- Work Zone Pavement Markings Short- Term (tab, type white) EA 130 1 65 1-135 Work Zone Pavement Markings Short- hort- Term (tab, type yellow) EA 250 1 66 Work Zone Pavement Markings Removable Type II -A -A EA 292 1 67 Work Zone Pavement Markings Removable Type Y EA 854 1 68 Work Zone Pavement Markings Removable Type I -C EA 194 1 69 Work Zone Pavement Markings Removable Type W EA 508 1 B10 1-1310 Work Zone Pavement Markings Non- on- Removable (Word) EA 4 1 B11 1-1311 Work Zone Pavement Markings Non- on- Removable (Arrow) EA 10 1-B12 Eliminate Exist Pavement Markings & Markers (4") LF 2,441 1 B13 Eliminate Exist Pavement Markings & Markers (Word / Arrow) EA 5 1-B14 Pavement Sealer (4") LF 5,010 Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 I Project No. E12091 Page 2 of 11 Rev 01-13-2016 00 30 01 BID FORM ADDENDUM 2 ATTACHMENT1 SHEET 3 OF 11 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1-B15 Pavement Sealer (8") LF 608 1-B16 Pavement Sealer (12") LF 546 1-B17 Pavement Sealer (24") LF 2,373 1 B18 Reflectorized Pavement Marking (type I, white, 4", broken, 90 mil) LF 210 1 B19 Reflectorized Pavement Marking (type I, white, 4", solid, 90 mil) LF 1,226 1 B20 Reflectorized Pavement Marking (type I, white, 4", dotted, 90 mil) LF 50 1 B21 Reflectorized Pavement Marking (type I, white, 8", solid, 90 mil) LF 608 1 B22 Reflectorized Pavement Marking (type I, white, 12", solid, 90 mil) LF 546 1 B23 Reflectorized Pavement Marking (type I, white, 24", solid, 90 mil) LF 2,268 1 B24 Reflectorized Pavement Marking (type I, yellow, 4", solid, 90 mil) LF 3,070 1 B25 Reflectorized Pavement Marking (type I, yellow, 4", broken, 90 mil) LF 454 1 B26 Reflectorized Pavement Marking (type I, yellow, 24", solid, 90 mil) LF 105 1 B27 Prefabricated Pavement Marker (type c, white, arrow) EA 42 1 B28 Prefabricated Pavement Marker (type c, white, word) EA 12 1 629 Prefabricated Pavement Marker (type c, white, bike symbol w/ arrow) EA 15 1-B30 Raised Pavement Marker (type I -C) EA 43 1-B31 Raised Pavement Marker (type II -C-R) EA 10 Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 I Project No. E12091 Page 3 of 11 Rev 01-13-2016 00 30 01 BID FORM ADDENDUM 2 ATTACHMENT1 SHEET 4 OF 11 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1-B32 Raised Pavement Marker (type II -A -A) EA 99 1-C3 1 C3 1 B33 Aluminum Signs (includes small sign assembly) EA 130 1-C4 1-B34 School Zone Flashing Beacon Assembly EA 1 1-05 1-B35 Allowance For Unanticipated Roadway Improvements LS 1 $ 30,000.00 SUBTOTAL PART C - RTA IMPROVEMENTS (Items 1-C1 thru 1-05) SUBTOTAL PART B - STREET IMPROVEMENTS (Items 1-B1 thru 1-B35) Part C - RTA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-C1 Remove and Dispose of Existing Flatwork SF 927 1 C2 Remove and Dispose of Existing Bus Stop Pads SY 327 1-C3 1 C3 teel- Concrete Bus Pad (10" thick, jointed, Steel- reinforced concrete pavement) SY 458 1-C4 Concrete Bus Shelter Pad (4" thick, jointed, Steel -reinforced concrete pavement) SY 60 1-05 Concrete Bus Stop Flatwork (4" thick, jointed, steel -reinforced concrete pavement) SF 927 SUBTOTAL PART C - RTA IMPROVEMENTS (Items 1-C1 thru 1-05) Part D - ADA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-D1 Concrete Curb Ramp SY 440 1-D2 Concrete Sidewalk SF 23,922 Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 I Project No. E12091 Page 4 of 11 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE ADDENDUM 2 ATTACHMENT 1 SHEET 5 OF 11 EXTENDED AMOUNT SUBTOTAL PART D - ADA IMPROVEMENTS (1-D1 THRU 1-D2) Part E - DRAINAGE IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-E1 Removal of 6" RCP LF 107 1-E2 Removal of 12" RCP LF 409 1-E3 Removal of 15" RCP LF 971 1-E4 Removal of 18" RCP LF 323 1-E5 Removal of 21" RCP LF 387 1-E6 Removal of 24" RCP LF 89 1-E7 Removal of 36" RCP LF 89 1-E8 Removal of Exist Manhole/Inlet EA 30 1-E9 Removal of Sidewalk Drain LF 11 1-E10 18" RCP (Type III) LF 175 1 -Ell 30" RCP (Type III) LF 67 1-E12 36" RCP (Type III) LF 1,060 1-E13 48" RCP (Type III) LF 36 1-E14 2'x4' Box Culvert LF 268 Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 I Project No. E12091 Page 5 of 11 Rev 01-13-2016 00 30 01 BID FORM ADDENDUM 2 ATTACHMENT1 SHEET 6 OF 11 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1-E15 5' Curb Inlet EA 28 1-F3 1-E16 5' Curb Inlet Extension EA 47 1-E17 Curb Inlet (Remove & Replace Top) EA 2 1-E18 Manhole/Junction Box EA 24 1-E19 Trench Safety LF 1,606 1 E20 Trench Safety for Storm Water Manholes and Storm Water Inlets EA 52 1 E21 Manhole / Grate Inlet (Remove and Replace Top) EA 7 1-E22 6 Inch Curb LF 4,365 1-E23 5' Valley Gutter LF 344 1-E24 Allowance for Unanticipated Drainage Improvements LS 1 $ 25,000.00 1-E25 Type B Header Curb 180 LF SUBTOTAL PART E - DRAINAGE IMPROVEMENTS (1-E1 THRU 1-E25) Part F - WATER IMROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-F1 8" C900 PVC Water Line LF 1,196 1-F2 12" C900 PVC Water Line LF 2,660 1-F3 8" 45 Deg D.I.M.J. Bends EA 52 Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Page 6 of 11 Rev 01-13-2016 00 30 01 BID FORM ADDENDUM 2 ATTACHMENT1 SHEET 7 OF 11 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1-F4 12" 45 Deg D.I.M.J. Bends EA 36 1-F5 12"x12"x8" D.I.M.J. Tee EA 11 1-F6 12"x8" D.I.M.J. Cross EA 2 1-F7 12"X12" D.I.M.J. Cross EA 1 1-F8 12'x12"x12" D.I.M.J. Tee EA 2 1-F9 8"x6" Reducer EA 7 1-F10 8"x4" Reducer EA 7 1-F11 8" Plug EA 1 1-F12 12" Plug EA 2 1-F13 8" Gate Valve EA 15 1-F14 12" Gate Valve EA 14 1-F15 Remove Existing Valve Box EA 16 1-F16 12" PVC to AC Adaptor EA 1 1-F17 6" PVC to AC Adaptor EA 1 1-F18 6" PVC to CI Adaptor EA 7 1-F19 4" PVC to CI Adaptor EA 7 1-F20 Remove Existing Fire Hydrant Assemblies EA 5 Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 I Project No. E12091 Page 7 of 11 Rev 01-13-2016 00 30 01 BID FORM ADDENDUM 2 ATTACHMENT1 SHEET 8 OF 11 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1-F21 Fire Hydrant Assemblies (Type 1) EA 11 1 G3 1-F22 3/4" Water Service Line LF 80 1-F23 1" Water Service Line LF 80 1-F24 Connection to Existing Water Line EA 16 1-F25 Trench Safety for Water Lines LF 3,856 1-F26 Remove/Grout (Per requirements in plans & specs) Abandoned 10" Water Line LF 2,700 1 F27 Remove/Grout (Per requirements in plans & specs) Abandoned 4" & 6" Water Line LF 710 1-F28 Asphalt Pavement Repair SY 35 1-F29 Concrete Sidewalk Repair SF 180 1-F30 Backfill and Restoration of Sodded Planter SF 155 1-F31 Allowance for Unanticipated Water Improvements LS 1 $ 25,000.00 SUBTOTAL PART F - WATER IMPROVEMENTS (1-F1 THRU 1-F31) Part G -WASTEWATER IMROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1 G1 Replace 6" VCP with 8" SDR 26 PVC Sanitary Sewer (6'-8' Depth) LF 20 1 G2 Replace 6" VCP with 8" SDR 26 PVC Sanitary Sewer (10'-12' Depth) LF 335 1 G3 Replace 6" VCP with 8" SDR 26 PVC Sanitary Sewer (12'-14' Depth) LF 242 Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 I Project No. E12091 Page 8 of 11 Rev 01-13-2016 00 30 01 BID FORM ADDENDUM 2 ATTACHMENT1 SHEET 9 OF 11 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1 G4 New 8" SDR 26 PVC Sanitary Sewer (10'- 12' Depth) LF 257 1 G5 New 8" SDR 26 PVC Sanitary Sewer (12'- 14' Depth) LF 170 1-G6 Steel Casing 14" Dia LF 30 1 G7 Replace Existing 15" VCP with 15" SDR 26 PVC Sanitary Sewer (8'-10' Depth) LF 75 1-G8 New 4' Dia. Fiberglass Manhole EA 8 1-G9 Rehabilitated 4' Dia. Manholes EA 1 1-G10 Extra Depth 4' Dia. Manholes VF 43 1 G11 Replace Existing Brick Manhole with 5' Dia Fiberglass Manhole EA 2 1-G12 Extra Depth 5' Dia. Manholes VF 12 1-G13 Adjust Existing Manholes to Grade EA 12 1-G14 Drop Connection to Existing Manhole EA 1 1-G15 Temporary By Pass Pumping EA 8 1-G16 CIPP 15" LF 1,322 1-G17 CIPP 18" LF 1,659 1-G18 Trench Safety for Sanitary Sewer LF 1,024 1 G19 Trench Safety for Sanitary Sewer Manholes EA 11 1-G20 Allowance for Unanticipated Wastewater Improvements LS 1 $ 25,000.00 Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 I Project No. E12091 Page 9 of 11 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE ADDENDUM 2 ATTACHMENT 1 SHEET 10 OF 11 EXTENDED AMOUNT SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (1-G1 THRU 1-G20) Part H - RIGID PAVEMENT (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1 H1 Remove and Dispose of Existing Asphalt Pavement SY 17,100 1-H2 Remove and Dispose of Existing Curb and Gutter LF 4,065 1-H3 Remove and Dispose of Existing Sidewalk SF 25,565 1-H4 Street Excavation (ROW -ROW) SY 16,744 1-H5 12" Compacted Subgrade SY 15,383 1 H6 Flexible Base (complete-in-place)(Type A, Grade 1-2)(6" thick) SY 15,383 1 H7 Steel -Reinforced Concrete Pavement (7" thick, jointed) SY 14,816 SUBTOTAL PART H - RIGID PAVEMENT (1-H1 THRU 1-H7) Part I - GAS IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-11 Gas line trench backfill and compaction LF 144 SUBTOTAL PART I - GAS IMPROVEMENTS (1-11) Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 I Project No. E12091 Page 10 of 11 Rev 01-13-2016 00 30 01 BID FORM ADDENDUM 2 ATTACHMENT1 SHEET 11 OF 11 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT BASE BID 1 SUMMARY SUBTOTAL PART A - GENERAL (Items 1 -Al thru 1-A11) SUBTOTAL PART B - STREET IMPROVEMENTS (Items 1-B1 thru 1-B35) SUBTOTAL PART C - RTA IMPROVEMENTS (Items 1-C1 thru 1-05) SUBTOTAL PART D - ADA IMPROVEMENTS (1-D1 THRU 1-D2) SUBTOTAL PART E - DRAINAGE IMPROVEMENTS (1-E1 THRU 1-E25) SUBTOTAL PART F - WATER IMPROVEMENTS (1-F1 THRU 1-F31) SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (1-G1 THRU 1-G20) SUBTOTAL PART H - RIGID PAVEMENT (1-H1 THRU 1-H7) SUBTOTAL PART 1 - GAS IMPROVEMENTS (1-11) TOTAL PROJECT BASE BID 1 (PARTS A THRU I) Contract Times Bidder agrees to reach Substantial Completion in 450 days Bidder agrees to reach Final Completion in 480 days Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Page 11 of 11 Rev 01-13-2016 00 30 01 BID FORM ADDENDUM 2 ATTACHMENT 2 SHEET 1 OF 10 Project Name: S. Alameda Street from Ayers Street to Louisiana (Bond 2012) Project Number: Project No. E12091 Owner: City of Corpus Christi Bidder: Base Bid 2 (Flexible Pavement) OAR: TBD Designer: HDR Engineering, Inc. Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid 2 (Flexible Pavement) Part A - General per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-A1 Mobilization LS 1 2 A2 TCP Items (Signs, Barricades, Channelizing devices, etc.) MO 15 2-A3 TCP Plan and Prep EA 1 2-A4 TCP Mobilization/ Adjustments EA 3 2-A5 TCP Flagger HR 975 2-A6 Ozone Day EA 5 2-A7 SWPPP EA 1 2-A8 Electric Message Boards DAY 20 2-A9 Low Profile Concrete Barriers EA 50 2 A10 Curb Inlet Sediment Trap (install and remove) EA 56 2 -All Block Sod SY 2,219 2-Al2 Exploratory Excavations LF 2,500 SUBTOTAL PART A - GENERAL (Items 2 -Al thru 2-Al2) Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Page 1 of 10 Rev 0143-2016 00 30 01 BID FORM ADDENDUM 2 ATTACHMENT 2 SHEET 2 OF 10 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Part B - STREET IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-B1 Concrete Cycle Track SF 9,225 2-B2 Concrete Driveway (6" thick) SY 855 2-B3 Concrete Median SY 300 2 B4 2-64 Work Zone Pavement Markings Short- hort- Term (tab, type white) EA 130 2 B5 2-65 Work Zone Pavement Markings Short- hort- Term (tab, type yellow) EA 250 2 66 Work Zone Pavement Markings Removable Type II -A -A EA 292 2 67 Work Zone Pavement Markings Removable Type Y EA 854 2 B8 Work Zone Pavement Markings Removable Type I -C EA 194 2 B9 Work Zone Pavement Markings Removable Type W EA 508 2-610 2 B10 on- Work Zone Pavement Markings Non- Removable (Word) EA 4 24311 2 B11 on- Work Zone Pavement Markings Non- Removable (Arrow) EA 10 2-B12 Eliminate Exist Pavement Markings & Markers (4") LF 2,441 2 B13 Eliminate Exist Pavement Markings & Markers (Word / Arrow) EA 5 2 B14 Reflectorized Pavement Marking (type I, white, 4", broken, 90 mil) LF 210 2-B15 Reflectorized Pavement Marking (type I, white, 4", solid, 90 mil) LF 1,226 2 B16 Reflectorized Pavement Marking (type I, white, 4", dotted, 90 mil) LF 50 2 617 Reflectorized Pavement Marking (type I, white, 8", solid, 90 mil) LF 608 2 618 Reflectorized Pavement Marking (type I, white, 12", solid, 90 mil) LF 546 2 619 Reflectorized Pavement Marking (type I, white, 24", solid, 90 mil) LF 2,268 Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Page 2 of 10 Rev 01-13-2016 00 30 01 BID FORM ADDENDUM 2 ATTACHMENT 2 SHEET 3 OF 10 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 2 620 Reflectorized Pavement Marking (type 1, yellow, 4", solid, 90 mil) LF 3,070 327 2 621 Reflectorized Pavement Marking (type 1, yellow, 4", broken, 90 mil) LF 454 458 2 622 Reflectorized Pavement Marking (type 1, yellow, 24", solid, 90 mil) LF 105 60 2 623 Prefabricated Pavement Marker (type c, white, arrow) EA 42 2 624 Prefabricated Pavement Marker (type c, white, word) EA 12 2 625 Prefabricated Pavement Marker (type c, white, bike symbol w/ arrow) EA 15 2 626 Prefabricated Pavement Marker (type c, white, bike symbol w/ sharrow) EA 12 2-B27 Raised Pavement Marker (type I -C) EA 43 2-B28 Raised Pavement Marker (type II -C-R) EA 10 2-B29 Raised Pavement Marker (type II -A -A) EA 99 2 630 Aluminum Signs (includes small sign assembly) EA 136 2-B31 School Zone Flashing Beacon Assembly EA 1 2 632 Allowance For Unanticipated Roadway Improvements LS 1 $ 30,000.00 SUBTOTAL PART B - STREET IMPROVEMENTS (Items 2-B1 thru 2-B32) Part C - RTA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-C1 Remove and Dispose of Existing Flatwork SF 927 2 C2 Remove and Dispose of Existing Bus Stop Pads SY 327 2-C3 2 C3 teel- Concrete Bus Pad (10" thick, jointed, Steel- reinforced concrete pavement) SY 458 2-C4 Concrete Bus Shelter Pad (4" thick, jointed, Steel -reinforced concrete pavement) SY 60 Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Page 3 of 10 Rev 01-13-2016 00 30 01 BID FORM ADDENDUM 2 ATTACHMENT 2 SHEET 4 OF 10 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 2-05 Concrete Bus Stop Flatwork (4" thick, jointed, steel -reinforced concrete pavement) SF 927 23,922 SUBTOTAL PART C - RTA IMPROVEMENTS (Items 2-C1 thru 2-05) SUBTOTAL PART D - ADA IMPROVEMENTS (2-D1 THRU 2-D2) Part D - ADA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-D1 Concrete Curb Ramp SY 440 2-D2 Concrete Sidewalk SF 23,922 SUBTOTAL PART D - ADA IMPROVEMENTS (2-D1 THRU 2-D2) Removal of 15" RCP Part E - DRAINAGE IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-E1 Removal of 6" RCP LF 107 2-E2 Removal of 12" RCP LF 409 2-E3 Removal of 15" RCP LF 971 2-E4 Removal of 18" RCP LF 323 2-E5 Removal of 21" RCP LF 387 2-E6 Removal of 24" RCP LF 89 2-E7 Removal of 36" RCP LF 89 2-E8 Removal of Exist Manhole/Inlet EA 30 2-E9 Removal of Sidewalk Drain LF 11 2-E10 18" RCP (Type 111) LF 175 2-E11 30" RCP (Type 111) LF 67 Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Page 4 of 10 Rev 01-13-2016 00 30 01 BID FORM ADDENDUM 2 ATTACHMENT 2 SHEET 5 OF 10 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 2-E12 36" RCP (Type III) LF 1,060 2,660 2-E13 48" RCP (Type III) LF 36 52 2-E14 2'x4' Box Culvert LF 268 2-E15 5' Curb Inlet EA 28 2-E16 5' Curb Inlet Extension EA 47 2-E17 Curb Inlet (Remove & Replace Top) EA 2 2-E18 Manhole/Junction Box EA 24 2-E19 Trench Safety LF 1,606 2 E20 Trench Safety for Storm Water Manholes and Storm Water Inlets EA 52 2 E21 Manhole / Grate Inlet (Remove and Replace Top) EA 7 2-E22 Curb and Gutter LF 4,365 2-E23 5' Valley Gutter LF 344 2-E24 Allowance for Unanticipated Drainage Improvements LS 1 $ 25,000.00 2-E25 Type B Header Curb 180 LF SUBTOTAL PART E - DRAINAGE IMPROVEMENTS (2-E1 THRU 2-E25) Part F - WATER IMROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-F1 8" C900 PVC Water Line LF 1,196 2-F2 12" C900 PVC Water Line LF 2,660 2-F3 8" 45 Deg D.I.M.J. Bends EA 52 Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Page 5 of 10 Rev 01-13-2016 00 30 01 BID FORM ADDENDUM 2 ATTACHMENT 2 SHEET 6 OF 10 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 2-F4 12" 45 Deg D.I.M.J. Bends EA 36 2-F5 12"x12"x8" D.I.M.J. Tee EA 11 2-F6 12"x8" D.I.M.J. Cross EA 2 2-F7 12"X12" D.I.M.J. Cross EA 1 2-F8 12'x12"x12" D.I.M.J. Tee EA 2 2-F9 8"x6" Reducer EA 7 2-F10 8"x4" Reducer EA 7 2-F11 8" Plug EA 1 2-F12 12" Plug EA 2 2-F13 8" Gate Valve EA 15 2-F14 12"Gate Valve EA 14 2-F15 Remove Existing Valve Box EA 16 2-F16 12" PVC to AC Adaptor EA 1 2-F17 6" PVC to AC Adaptor EA 1 2-F18 6" PVC to CI Adaptor EA 7 2-F19 4" PVC to CI Adaptor EA 7 2-F20 Remove Existing Fire Hydrant Assemblies EA 5 2-F21 Fire Hydrant Assemblies (Type 1) EA 11 2-F22 3/4" Water Service Line LF 80 2-F23 1" Water Service Line LF 80 Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Page 6 of 10 Rev 01-13-2016 00 30 01 BID FORM ADDENDUM 2 ATTACHMENT 2 SHEET 7 OF 10 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 2-F24 Connection to Existing Water Line EA 16 335 2-F25 Trench Safety for Water Lines LF 3,856 242 2-F26 Remove/Grout (Per requirements in plans & specs) Abandoned 10" Water Line LF 2,700 257 2 F27 Remove/Grout (Per requirements in plans & specs) Abandoned 4" & 6" Water Line LF 710 170 2-F28 Asphalt Pavement Repair SY 35 30 2-F29 Concrete Sidewalk Repair SF 180 75 2-F30 Backfill and Restoration of Sodded Planter SF 155 8 2-F31 Allowance for Unanticipated Water Improvements LS 1 $ 25,000.00 SUBTOTAL PART F - WATER IMPROVEMENTS (2-F1 THRU 2-F31) Part G -WASTEWATER IMROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2 G1 Replace 6" VCP with 8" SDR 26 PVC Sanitary Sewer (6'-8' Depth) LF 20 2 G2 Replace 6" VCP with 8" SDR 26 PVC Sanitary Sewer (10'-12' Depth) LF 335 2 G3 Replace 6" VCP with 8" SDR 26 PVC Sanitary Sewer (12'-14' Depth) LF 242 2 G4 New 8" SDR 26 PVC Sanitary Sewer (10'- 12' Depth) LF 257 2 G5 New 8" SDR 26 PVC Sanitary Sewer (12'- 14' Depth) LF 170 2-G6 Steel Casing 14" Dia LF 30 2 G7 Replace Existing 15" VCP with 15" SDR 26 PVC Sanitary Sewer (8'-10' Depth) LF 75 2-G8 New 4' Dia. Fiberglass Manhole EA 8 2-G9 Rehabilitated 4' Dia. Manholes EA 1 Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Page 7 of 10 Rev 01-13-2016 00 30 01 BID FORM ADDENDUM 2 ATTACHMENT 2 SHEET 8 OF 10 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 2-G10 Extra Depth 4' Dia. Manholes VF 43 4,065 2 G11 Replace Existing Brick Manhole with 5' Dia Fiberglass Manhole EA 2 25,565 2-G12 Extra Depth 5' Dia. Manholes VF 12 16,744 2-G13 Adjust Existing Manholes to Grade EA 12 15,383 2-G14 Drop Connection to Existing Manhole EA 1 15,383 2-G15 Temporary By Pass Pumping EA 8 2-G16 CIPP 15" LF 1,322 2-G17 CIPP 18" LF 1,659 2-G18 Trench Safety for Sanitary Sewer LF 1,024 2 G19 Trench Safety for Sanitary Sewer Manholes EA 11 2-G20 Allowance for Unanticipated Wastewater Improvements LS 1 $ 25,000.00 SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (2-G1 THRU 2-G20) Part H -FLEXIBLE PAVEMENT (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2 H1 Remove and Dispose of Existing Asphalt Pavement SY 17,100 2-H2 Remove and Dispose of Existing Curb and Gutter LF 4,065 2-H3 Remove and Dispose of Existing Sidewalk SF 25,565 2-H4 Street Excavation (ROW -ROW) SY 16,744 2-H5 12" Compacted Subgrade SY 15,383 2-H6 TX5 Geogrid SY 15,383 Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Page 8 of 10 Rev 01-13-2016 00 30 01 BID FORM ADDENDUM 2 ATTACHMENT 2 SHEET 9 OF 10 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 2-H7 Flexible Base (complete-in-place)(Type A, Grade 1-2)(9" thick) SY 15,383 2-H8 Emulsified Asphalt Treament (subgrade, MC-30)(Prime) SY 13,682 2-H9 Type B Hot -mix Asphalt Concrete Pavement (3.5" thick) SY 13,682 2-H10 Type D Hot -mix Asphalt Concrete Pavement (2" thick) SY 13,682 SUBTOTAL PART H - FLEXIBLE PAVEMENT (2-H1 THRU 2-H10) Part I - GAS IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-11 Gas line trench backfill and compaction LF 144 SUBTOTAL PART 1 - GAS IMPROVEMENTS (2-11) BASE BID 2 SUMMARY SUBTOTAL PART A - GENERAL (Items 2 -Al thru 2-Al2) SUBTOTAL PART B - STREET IMPROVEMENTS (Items 2-B1 thru 2-B32) SUBTOTAL PART C - RTA IMPROVEMENTS (Items 2-C1 thru 2-05) SUBTOTAL PART D - ADA IMPROVEMENTS (2-D1 THRU 2-D2) Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Page 9 of 10 Rev 01-13-2016 00 30 01 BID FORM ADDENDUM 2 ATTACHMENT 2 SHEET 10 OF 10 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT SUBTOTAL PART E - DRAINAGE IMPROVEMENTS (2-E1 THRU 2-E25) SUBTOTAL PART F - WATER IMPROVEMENTS (2-F1 THRU 2-F31) SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (2-G1 THRU 2-G20) SUBTOTAL PART H - FLEXIBLE PAVEMENT (2-H1 THRU 2-H10) SUBTOTAL PART I - GAS IMPROVEMENTS (2-11) TOTAL PROJECT BASE BID 2 (PARTS A THRU I) Contract Times Bidder agrees to reach Substantial Completion in 450 days Bidder agrees to reach Final Completion in 480 days Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Page 10 of 10 Rev 01-13-2016 ADDENDUM 2 ATTACHMENT 3 SHEET 1 OF 3 01 23 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS A. Alternates: 1. This Section describes each alternate by number and describes the basic changes to be incorporated into the Work when this alternate is made a part of the Work in the Agreement. 2. Drawings and Specifications will outline the extent of Work to be included in the alternate Contract Price. 3. Coordinate related Work and modify surrounding Work as required to properly integrate the Work under each alternate, and provide a complete and functional Project as required by the Contract Documents. 4. Bids for alternates may be accepted or rejected at the option of the Owner. 5. Owner may incorporate these alternates in the Contract when executed, or may issue a Change Order to incorporate these alternates within 120 days at the prices offered in the Bid, unless noted otherwise. A Request for a Change Proposal may be issued after 120 days or other designated time period to negotiate a new price for incorporating the Work into the Project. B. Allowances: 1. Include specified allowance amount in the Contract Price. 2. The amount of each allowance includes: a. The cost of the product to the Contractor less any applicable trade discounts. b. Delivery to the Site. c. Applicable taxes. 3. Include in the Contract Price all costs for: a. Handling at the Site, including unloading, uncrating, and storage per SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION. b. Cost for labor and equipment for installation and finishing. c. Cost for related products not specifically listed in the allowance required for installation, including consumable supplies and materials. d. All overhead, profit, and related costs. 4. Assist Owner in the selection of products. a. Identify qualified Suppliers. b. Obtain bids from qualified Suppliers. c. Present available alternates to the Owner through the OAR. Notify OAR of: 1) Any objections to a particular Supplier or product. Alternates and Allowances S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 01 23 10 - 1 11-25-2013 ADDENDUM 2 ATTACHMENT 3 SHEET 2 OF 3 2) Effect on the Construction Schedule anticipated by the selection of each option. 3) Cost of each option. 5. Upon selection of the product: a. Purchase and install the product. b. Contractor's responsibilities for products shall be the same as for products selected by the Contractor. 6. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to adjust Contract Price if the net cost of the product is more or less than the specified amount. a. Adjust the unit cost applied to the quantities installed per the method of payment described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for products specified as Unit Price Work. b. Do not perform Work until selection of alternate has been approved by the Owner. c. Provide actual invoices for the materials. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 1.03 DESCRIPTION OF ALTERNATES (NONE) 1.04 DESCRIPTION OF ALLOWANCES A.Allowancc A Exploratory Excavations: 4—The sum of $10,000.00 upon City approval, Item 1 A9, 2 spot excavation shall not cxcccd a 10 ft x 10 ft area. B. Allowance B - Unanticipated Roadway Improvements: 1. The sum of $30,000.00 upon City approval, item 1-B35, 2-B31 can be used for unanticipated roadway work not included in the plans. C. Allowance E – Drainage Improvements: 1. The sum of $25,000.00 upon City approval, item 1-E24, 2-E24 can be used for unanticipated work not included in the plans. D. Allowance F - Unanticipated Water Improvements: 1. The sum of $25,000.00 upon City approval, item 1-F31, 2-F31 can be used for unanticipated work not included in the plans. E. Allowance G - Unanticipated Waste Water Improvements: Alternates and Allowances S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 01 23 10 - 2 11-25-2013 ADDENDUM 2 ATTACHMENT 3 SHEET 3 OF 3 1. The sum of $25,000.00 upon City approval, item 1-G20, 2-G20 can be used for unanticipated work not included in the plans. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 012310-3 11-25-2013 ADDENDUM 2 ATTACHMENT 4 SHEET 1 OF 3 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Base Bid Item 1 -Al and 2 -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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 012901-1 Rev 01-13-2016 ADDENDUM 2 ATTACHMENT 4 SHEET 2 OF 3 2. Measuring for payment is on a lump sum basis. Payment for mobilization will be based on the earned value of Work completed. B. Bid Item 1-A2 and 2-A2, TCP Items (Signs, Barricades, Channelizing devices, etc): 1. The basis and measurement for payment for Bid Items 1-A2 and 2-A2 shall be as described in specification 02 58 02. C. Bid Item 1-A3 and 2-A3, TCP Plan and Prep: 1. This bid item covers the cost incurred by the Contractor to develop an approved revised or new traffic control plan for the project. All costs for meetings with the City, land owners, and stakeholders are incidental to this bid form. 2. This bid item will be measured by each submittal approved by the City. D. Bid Item 1-A4 and 2-A4, TCP Mobilization/ Adjustments: 1. This bid item includes the cost for mobilizing all equipment, materials, and labor covered under specification 02 58 02 including removal of all said items. Any significant adjustments to signs, barricades, channelizing devices, pavement markings and markers, and signals are included in the cost of this bid item. A significant adjustment is determined in the opinion of the City as a deviation greater than 50% from the traffic control plan shown in the contract documents. 2. This bid item is measured by the each for a mobilization, demobilization, and significant adjustment. E. Bid Item 1-A5 and 2-A5, Traffic Control Plan (TCP): 1. The Contractor shall provide a flagger for the school within the project limits. The flaggers shall be on duty during drop-off and pick-up of students at the school. Furthermore, the Contractor shall leave an ADA accessible sidewalk route open on at least one side of the street at all times. F. Bid Item 1 -All and 2-Al2 — Exploratory Excavations: 1. Payment shall be based on proportion of exploratory excavation complete and shall include exploratory excavation for public and private utilities. Payment will be issued after proper submittal of applicable documents showing all exploratory excavation requirements were followed and met as defined in the drawings, notes, specs and contract documents. The basis and measurement of payment for the other Bid Items shall be described in specification sections and/or the Bid Form. Measurement and Basis for Payment S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 012901-2 Rev 01-13-2016 ADDENDUM 2 ATTACHMENT 4 SHEET 3 OF 3 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATES AND ALLOWANCES A. The Lump Sum Bid Items described as 1 A11, 2 Al2, 1 B35, 2-B31, 1-E24, 2-E21, 1-F31, 2- F31, 1-G20 and 2-G20 has been set as noted and shall be included in the Total Base Bid for each bidder. This Allowance may be used at the Owner's discretion should an unanticipated adjustment of a utility, unknown structure, or similar situation warrant the use of the Allowance funds. Should the use of funds from the Allowance become necessary, the Owner will provide written authorization at a cost negotiated between the City and the Contractor. There is no guarantee that any of these funds will need to be used throughout the course of the work. The Contractor shall insert the figure noted in the Base Bid in the Bid Form. This item shall be used for unforeseen circumstances. Payment shall be negotiated for each circumstance, using unit prices in the Bid Form when applicable. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 012901-3 Rev 01-13-2016 ADDENDUM 2 ATTACHMENT 5 SHEET 1 OF 9 01 3100 PROJECT MANAGEMENT AND COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish resources required to complete the Project with an acceptable standard of quality within the Contract Times. B. Construct Project in accordance with current safety practices. C. Manage Site to allow access to Site and control construction operations. D. Construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. E. Provide temporary controls for pollutions, management of water and management of excess earth as required in SECTION 01 57 00 TEMPORARY CONTROLS. 1.02 QUALITY ASSURANCE A. Employ competent workmen, skilled in the occupation for which they are employed. Provide Work meeting quality requirements of the Contract Documents. B. Remove Defective Work from the Site immediately unless provisions have been made and approved by the OPT to allow repair of the product at the Site. Clearly mark Work as Defective until it is removed or allowable repairs have been completed. 1.03 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 1. Provide copies of Supplier's printed storage instructions prior to furnishing materials or products and installation instructions prior to beginning the installation. 2. Incorporate field notes, sketches, recordings, and computations made by the Contractor in Record Drawings. 1.04 PERMITS A. Obtain building permits for the Project from the local authorities having jurisdiction. Pay building permit fees and include this cost in the Contract Price. B. Obtain environmental permits required for construction at the Site. C. Provide required permits for transporting heavy or oversized loads. D. Provide other permits required to conduct any part of the Work. E. Arrange for inspections and certification by agencies having jurisdiction over the Work. F. Make arrangements with private utility companies and pay for fees associated with obtaining services, or for inspection fees. G. Retain copies of permits and licenses at the Site and observe and comply with all regulations and conditions of the permit or license. Project Management and Coordination S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 0131 00 - 1 Rev 01-13-2016 ADDENDUM 2 ATTACHMENT 5 SHEET 2 OF 9 1.05 SAFETY REQUIREMENTS A. Manage safety to protect the safety and welfare of persons at the Site. B. Provide safe access to move through the Site. Provide protective devices to warn and protect from hazards at the Site. C. Provide safe access for those performing tests and inspections. D. Comply with latest provisions of the Occupational Health and Safety Administration and other Laws and Regulation. E. Cooperate with accident investigations. Provide two copies of all reports, including insurance company reports, prepared concerning accidents, injury, or death related to the Project to the OAR as Record Data per SECTION 01 33 03 RECORD DATA. 1.06 ACCESS TO THE SITE A. Maintain access to the facilities at all times. Do not obstruct roads, pedestrian walks, or access to the various buildings, structures, stairways, or entrances. Provide safe access for normal operations during construction. B. Provide adequate and safe access for inspections. Leave ladders, bridges, scaffolding, and protective equipment in place until inspections have been completed. Construct additional safe access if required for inspections. C. Use roadways for construction traffic only with written approval of the appropriate representatives of each entity. Roadways may not be approved for construction traffic. Obtain written approval to use roads to deliver heavy or oversized loads to the Site. Furnish copies of the written approvals to the Owner as Record Data per SECTION 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 013100-2 Rev 01-13-2016 ADDENDUM 2 ATTACHMENT 5 SHEET 3 OF 9 H. Require Workers to wear clothing that is inoffensive and meets safety requirements. Do not allow sleeveless shirts, shorts, exceedingly torn, ripped, or soiled clothing to be worn on the Project. I. Do not allow firearms or weapons of any sort to be brought on to the Site under any conditions. No exception is to be made for persons with concealed handgun permits. Remove any firearms or weapons and the person possessing these firearms or weapons immediately from the Site. 1.08 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. Examine the Site and review the available information concerning the Site. Locate utilities, streets, driveways, fences, drainage structures, sidewalks, curbs, and gutters. Verify the elevations of the structures adjacent to excavations. Report any discrepancies from information in the Contract Documents to the OAR before beginning construction. B. Determine if existing structures, poles, piping, or other utilities at excavations will require relocation or replacement. Prepare a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Coordinate Work with local utility company and others for the relocation or replacement. C. Protect buildings, utilities, street surfaces, driveways, sidewalks, curb and gutter, fences, wells, drainage structures, piping, valves, manholes, electrical conduits, and other systems or structures unless they are shown to be replaced or relocated on the Drawings. Restore damaged items to the satisfaction of the OPT and utility owner. D. Carefully support and protect all structures and/or utilities so that there will be no failure or settlement where excavation or demolition endangers adjacent structures and utilities. Do not take existing utilities out of service unless required by the Contract Documents or approved by the OAR. Notify and cooperate with the utility owner if it is necessary to move services, poles, guy wires, pipelines, or other obstructions. E. Protect existing trees and landscaping at the Site. 1. Identify trees that may be removed during construction with OPT. 2. Mark trees to be removed with paint. 3. Protect trees to remain from damage by wrapping trunks with 2 x 4 timbers around the perimeter, securely wired in place, where machinery must operate around existing trees. Protect branches and limbs from damage by equipment. 4. Protect root zone from compaction. 1.09 PRE -CONSTRUCTION EXPLORATORY EXCAVATIONS A. 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 013100-3 Rev 01-13-2016 ADDENDUM 2 ATTACHMENT 5 SHEET 4 OF 9 C. Prepare a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES indicating the owner of pipelines excavated and surveyed and all pertinent survey data, including the station where lines cross or conflicts may exist and the distance to the pavement centerline and elevations of the top of existing pipelines. D. Do not perform Work on the Project until all exploratory excavations have been completed and the Plan of Action has been approved by the Designer. E. Include the cost for these pre -construction exploratory excavations in in the Bid Item for Exploratory Excavation. Pavement repairs associated with exploratory excavations will be paid for at the unit prices for pavement repair. 1.10 DISRUPTION TO SERVICES / CONTINUED OPERATIONS A. Existing facilities are to continue in service as usual during the construction unless noted otherwise. Owner or utilities must be able to operate and maintain the facilities. Keep disruptions to existing utilities, piping, process piping, or electrical services to a minimum. 1. Do not restrict access to critical valves or operators. 2. Limit operations to the minimum amount of space needed to complete the specified Work. 3. Maintain storm sewers and sanitary sewers in service at all times. Provide temporary service around the construction or otherwise construct the structure in a manner that the flow is not restricted. B. Provide a Plan of Action in accordance with SECTION 01 35 00 SPECIAL PROCEDURES if facilities must be taken out of operation. 1.11 FIELD MEASUREMENTS A. Perform complete field measurements prior to purchasing products or beginning construction for products required to fit existing conditions. B. Verify property lines, control lines, grades, and levels indicated on the Drawings. C. Check Shop Drawings and indicate the actual dimensions available where products are to be installed. D. Include field measurements in Record Drawings as required in SECTION 01 31 13 PROJECT COORDINATION. 1.12 REFERENCE DATA AND CONTROL POINTS A. The OPT will provide the following control points: 1. Base line or grid reference points for horizontal control. 2. Benchmarks for vertical control. B. Locate and protect control points prior to starting the Work and preserve permanent reference points during construction. Designated control points may be on an existing structure or monument. Do not change or relocate points without prior approval of the OAR. Notify OAR when the reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. Project Management and Coordination S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 013100-4 Rev 01-13-2016 ADDENDUM 2 ATTACHMENT 5 SHEET 5 OF 9 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 013100-5 Rev 01-13-2016 ADDENDUM 2 ATTACHMENT 5 SHEET 6 OF 9 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 013100-6 Rev 01-13-2016 ADDENDUM 2 ATTACHMENT 5 SHEET 7 OF 9 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 013100-7 Rev 01-13-2016 ADDENDUM 2 ATTACHMENT 5 SHEET 8 OF 9 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 HDR Engineering, Inc. 361-696-3300 Anthony Gavlik 361-696-3346 Traffic Engineering 361-826-3547 Project Management and Coordination S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 013100-8 Rev 01-13-2016 ADDENDUM 2 ATTACHMENT 5 SHEET 9 OF 9 Public Agencies/Contacts Phone Number Police Department 361-882-2600 Water/ Wastewater/ Stormwater 361-826-1800 (361-826-1818 after hours) Gas Department 361-885-6900 (361-885-6942 after hours) 361-885-5999 (Dispatch after hours) Parks & Recreation Department 361-826-3461 Street Department 361-826-1875 City Street Div. for Traffic Signals 361-826-1610 Solid Waste & Brush 361-826-1973 MIS Department (City Fiber) 361-826-3740 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 254-379-4400 Time Warner Communications Crown Castle Communications 1-888-632-0931 Century Tel 361-883-3000 Windstream Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-886-9005 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Management and Coordination S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 013100-9 Rev 01-13-2016 �C ® Qt OE9A items.GENERAL GuumTr uwrs Fnems.wATER UTILITIES causa)0rs 40002 fa G005 1.11 8" C900 PVCWater Line er Line 1,196 2,660 LF LF 1A2 TCP Mobilization ms (signs, Barricades, I.hnnetisin9 devices, etc t 1/yi7 OF �� �P'CE ..... TFklll 5SAMUEL SALDIVAR, JR.$ icfir. 92638 ., i li�F,; 1-F4 45 Deg 0.1M-I.PVC a5 Dw 0 )M.1. Bends 36 EA 1A3 1-A4 TCP Plan and TCP r✓ nqustmeMs EA EA 1,5 1,8 1TaITAP 0.184.J. Tee I Tall" DIM.). Cross 11 2 EA EA 1-A5 1-A6 TCP nagger SWPPP 975 HR EA 1, 1TXIT DIM.). Cress 12,1T812. .)Tee 1 2 EA EA 44)7 1-A8 010MWJA WPC Beam Low ers Iron3�ment7np Concrete ifinaa -_- 21 _DAY_1-F8 EA ) 1-F9 13.x6. Reducer 1 1 EA EA TAR 1-810_ Gnsle Cum lnlet remote) 61062 sgq leReducer ,) SY EA _ 1-211 Exploratory Excavations _ _ LF2 1-F13 1-F14 8. Gate Vat, 12. Gate Wake 15 14 EA EA BlIe s-STREET IMPROVEMENTS 1-F15 Remow Existing Vaw Adaptor oz1 16 EA EA 1-B2 Concrete h<le Track Concrete mewav (6.2799) 9.225 SF SY 1-F17 V PVC to AC Adaptor Adaptor 1 I EA EA 1-B3 1-B4 Concrete Median W. Zone Pawment Markings Shad-Term Rah WM..) SY Adaptor Existing Fire Hydrant Assemblies EA 1-B5 W. Zone Pawment Markings Short-Tenn 25e, type y5kw) Work Zone Pawment Markings Removal* Type N r.- 1 �1i i i M ¢ Assemblies 1'1 EA 1-B8 Work Zone Pasement blarkInge Remove. Work Zone Pawment Markings Pernmeble e`ree hrgWaterLme 80 1d LF EA 1-B9 1-B10 Work Zone Pavement Mar., Removable �L1. Work Zone Pavement maricnes ek1,7 (Ward) Trench safety for water lines requirements to puns 8 specs)Aban4aned IT water Line 3,856 x,219 LF LF 1-B11 -012 men) Markings Non-Remove bk (Arrow) East event D H5 EA LF 846)0mut(Per mine Emut(Per requirements in plans 8 specs)Abandmred 4.66- Water Line Asphalt Pavement Repair 1At9 1.14 Pavement Markings Markrs(Word/Anewx) 16)W Pavement Sealer (4-le 6 .919 EA LF 1,30 peu Bachfill and Restoraiwn of Sodded Planter 180 155 SF SF 1,15 1-016 Pawment kr a-1 Pawment Sealer(12.) , 1.F31 Allowance for Unanticipated water Improvements 1 Ls 1-B17 -Marking Pmement Sealer (24.) (type 1. vralea") baken. 99 mil)210 2,373 F LF G ES Replace VCP wee- SDR 26 PVC SaW�,y SSewer(�aucemh al: - - ng(type Lw,ae_4'. surd. 90 inn ging(type I. wke.4 dotted, 90 min 1.226 LF R Ri4oi22::: 335 LF LF -Rel.tonsed Pavement Marking(rype inn LF LF CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 75 LF 1,5 New 4' Dia Fiteral holet2 Rehabilitated 4' Dia. Manholes EA15 EA EA1,9 1.10 Ex. Depth 4' Dia Manholes Existing VF(ye EA IC) 43 FA EA 1,13 anholes Adrust Existing Manaol. to Gra. F E - Marker (type IMA) 99 EA 1,14 Drop Connection to iting Manhole Y ass Existing 8 EA EA - - ns (includes small sign aseembry)130 Assembly1-615 EA 1-616 1-017 C/PP 15. CIPP 13. 1,322 1,659 LF LF 1-B35 Allowance For Unanticipated Roadway Irnprosements 1 LS 1,13 1,19 Trench Safety is Salary Sewer TIPP. safety for Sanitary Sewer Manholes 1.024 LF EA 1, A IMPROVEMENTS Ramose a. Dispose of EMI., FlatWOrk 921 SF 1,20 Allowance pr Una s Wastewaterp mems f LS 1,2 1,3 Remove a. Dispose ofExisting Concrete Bus Pad StopPaaids concrete pevemem) 327 SY BASE GID PAVEMENT 070x/sung 11.100 SI 1,4 1Cs Concrete Bus Shelter Pad (a- thick. jointed. Steel-reinforced concrete pavement) Concrete sus p network is yawed, weekreinmmed concrete pavement) 921 SF 1.2 Remove and Dspose of Existing Curb and Gaiter Remove and of Existing Sidexelk 4.065 25,565 LF SF D items ADA IMPROVEMENTS1.3 d o a 1 SOUTH ALAMEDA STREET FROM o AYERS STREET TO LOUISIANA AVE. (BOND ISSUE 2012) S� tn-STIMATED QUANTITIES (BASE BID 1, co 144 treet e(pe. subgram 16,741 15.383 SY SY 1-D1 Concrete Curb Ramp 440 SY 1-02 Concrete 0489919 23,922 SF 1-rm 1.411 Haab. Base (compiese clacegype A Oradell-2W. thick) steal-Reinforced Concrete Pavement (21 thick, piked) 15,383 14,615 SY SY Eint ms DRAINAGE IMPROVEMENTS I Boma-BABE BNI-GAS IMPROVEMENTS 1-E1 1.2 Removal of , RCP Removal of 121 RCP 107 409 F LA 111 Gas line hunch backfill ala compaction 144 LF 1-E3 1-E4 1351110881 of - Removal of Ile RCP 911 (F LF 1-E5 1.6 Removal of 211 RCP Removal of AM RCP 387 89 LF LF 1-E7 Removal 0(351 RCP Removal of Exist Manhole/Met LF1-E8 1-E10 Removalof ( Int Pain 18. RCP Type III) LF 1-E12 36. RCP (Type III) 1,060 ,§ 1£13 1£14 40 RCP (Type R1) 2%e Box Coked LF LF Z 8 i{15 SPM Me1 It 1-E12 1,18 Curb Web (Remow A Replace Taw)) le/duration Box 24 EA C , 1£20 Trench Sate, for Storm Water Manholes end stalk Wats Inlets {43 1 n kW and Replace Top) 9h LE ADDENDUM 2 ATTACHMENT SHEET 1 OF a STR-872 1{24 5.1Va Alloxan4 uPe fpr akicioated.Daimree lrwmvernems LS 1E25 Type B leader curl, 100 LF p CI1Y PROJECT #EI2091 p A Items • GENERAL 2A1 Mobilization 1 LS TCP Perna (Signs, Banca4es, Chann42irg dstces 15 MO TCP P. and Prep 1 EA 2A4 TCP Mobilize./ Atli...erns EA 2A5 P Rawer 975 Ozone Day 2A7 SWPPP HR EA EA 2AB 2A9 Low Profile Concrete Earners 20 20 2-)108 11 Ful5rnkf5 Imenflrap 6s6fl4 ran ) Bggk6. 58 2214 2Al2 Exploratory Excawnms 2,500 LF Hees- STREET IMPROVEMENTS 2-21 2-92 Concrete Cycle Track Concrete Driveway (6" thick) 9,225 855 SF SY 2-83 2-84 Concrete Median Wore.. Pavement Markings Short -Term (typo white) 130 SY EA 2-B5 2E6 Work Zcre m Paveent Makings SI -8,e. (tab, type yollwz) Wore .ne Pavement Markings Removable Tyre IMA 250 292 EA EA 2-87 2-88 work Zone Pavement reings Removable Type Wore Zo. Pavement Makings Removable Type IL 854 EA 2E9 2-010 Work Zone Pavement Makings Removable Type W Work Zone Pavement Makings NcnRemoade (Word) 508 4 EA EA 2-1311 2-012 work Zone Pavernent akings Non-RemovaNe (Armes) Eliminate Exist Pavement Markings 8 Markers (4") 10 2,441 EA LF 2-1313 2-B14 Eliminate Exist Pavement Markings 8 Markers (Word 1 Arrow) Renectmzen Pavement Melling (type I whPe, 44 broken, 90 wp 5 210 EA IF 2-815 2-B16 Reflect.. Pavement Ming (type 1 whPe, 4", solid, 90 mil) Refiectedzed Pavement Marking (type!,.ite, P, dotted, 90 mil) 50 LF 2-B17 2-B18Reflectorized Refiecte2zed Pavement Marking (type!, 4fiite, 84 solid, 90 mil) P.m. Marking (type!, mite 124 solid, 90 mi) 608 LF LF 24316 2-B20 rldn9 (type I, white 244 oda, 90 rat Refiectenzed Pavemad Marking (type 1, yellow, 4", solid, 90 mil) 2.266 3,070 LF LF 2-B21 -8. Refiectalzed Pavement Marking (type!, yellow, 4", broken, 90 mil) ReflectrePeri Pavement mad.° (type!, yelkrv, 294 solid, 90 nip2- 454 LF 2-1324 rker(tycee, while, arr.) Pne7bncated Paveman Marker (type c, white, wore) 12 EA EA 2-1325 - B27 8, white, bike symb8! ix/ arrow) Preabme Pavement m rker(type c while, bike symbol 9/ shaman) P801408caled Pavement mMarker arker (type 15 EA 2-B22 2-B28 er((type .1, marker Raised Pavement Marker (type ILCR) 43 10 EA EA 2-029 2-1330 Raised Pavement Marker (type !IAA) Aluminum Signs (includes small sign assembly) P 136 EA EA 2-1331 2-1332 School .. EUahing134cal Assembly Allowance For Unanticlpatetl Roadway ...menta 1 EA LS dams- RTA IMPROVEMENTS 2G1 Remove and Dispose of ExiNing Flatwonk 927 SF 2-C2 Remove and Dispose of Exsting Bus Slop Pads 327 SY 21:1 Concrete 13. ore ore .kk, piled, Steefce1Axced concrete pavement) SY Concrete Bus shelter Pad (4" thick .1814844, S1eeJm878nced concrete pavement) 60 SY 2G5 Concrete Bus Step Flalwwk (4" thick, jointed, steel -reinforced concrete pavement) 927 SF D flans -ADA IMPROVEIENTS 2431 Concrete Curti .rap 2-02 Concrete Sreewalk 23.9221 SF E Rams -!MANAGE IMPROVEMENTS Removal of 6" RCP 107 2£2 Remove! of 12" RCP 49 LF 2£3 Removal of 15" RCP 971 LF Removal of 1re RCP 323 LF Removal of 21" RCP LF 2£6 Removal of 24" RCP LF 2£7 Removal of 36" RCP 89 LF Removal of .ret manholeriniet 30 EA 2E9 Removal of Sidewalk Oran LF 2-E10 10" RCP (Tyre IF) 175 LF 30. CP (Type 111) 67 LF 38. CP (Type 19) 1,060 LF 2-E13 48" RCP (8904111) LF 2-Eib .4• Box Cuken 2. LF 28 EA 5' Cure Inlet Extension 97 EA 2-E17 aroInlet(Remove8 Rep.Top) EA 2-E18 MaNwkUuncticn Box EA Trench Safety 1,606 LF Trench Safety for Salm Water Mal444 end Stam Water wets 52 EA 2-E21 Manh.I Grate Inlet (Rendre and Replace Tap) EA 2-E22 Curb and Gutter LF Valley Gutter LF ©t 2-624 AOawanwep5y4an499a184p9444e 0ggrpa04784 Type B Header cum Lek 180 " C900 PVC Water Line 1 195 LF 2-F2 12" C. PVC Water Line 2 560 LF A EA 2-F7 12"012.1.1 Cross Tee A EA 2-F9 8"x6" Reducer Reducer 7 EA EA 2-F11 8" Plug EA EA 2-F13 2-F14 8" Cate Velw 12"Gate 15 14 EA A - 2-F16 sting Value Box 12'' PVC to AC Adaptor 16 EA EA 2-F17 2-F18 6" PVC to AC 6" PVC to CI Adapt Adaptor A - 2-F20 CI Adaptor Remove Existing Fire Hydrant Assemblies 5 EA EA 2,21 2-F22 F. Hydrant Assemblies 3/0" Water Senrce Line 80 EA LF 2-F20 r Sewoe Line nneltion to Existing Water Line 0 ee LF EA 2-F25 2-F26 Trench Safetytor Water Lines move1Gmut (Per requirements In plans 8 specs) Abandoned 10" Water Line .700 LF LF -rout(Per 2,20 requirements in plans a cs) speAbandoned 4"8R Ws.. Asphat Pavement Repair 710 35 LF SY -Concrete 2-F30 Sidewalk Repair Backfill and Restoration 180 155 SF SF 2-F31 Allowance for Unanticipated Water Improwments 1 LS me- WASTEWATER UTILITIC4 2G1 Replace 6" VCP with 8" SDR 26 PVC Sanitary Sewer (6'-S De9h) LF 2G2 Replace 6" VCP with 0" SDR 26 PVC Sanitary Sewer (1P-12• Depth) 335 LF 2-63 Replace 8" VCP with 8" SDR28 PVC Sanitary Sewer (12'-14• Depth) 202 LF New 8" SIX( 28 PVC ndery Sewer(10•-12 cep.) 257 LF 2-G5 New 8" 80026 PVC San9ary Sewer (12'-18 Depth) 170 LF Steel waing 14' Die LF Replace Existing 15" VCP with 15" SDR 28 PVC Sanitary Sewer (6-10 0490) 75 LF 2. New 4' Dia. Fiberglass Manhole 8 EA Rehabilitated 4' manholes EA Extra Depth P Dia. manholes 43 VF 2-G11 Replace Existing B)k 048)4)ewtth 0 Dia Flbelglass Manhole EA 2,12 Extra Depth s Da. manholes 12 VF Adjust Existing Ma.clea a Gage 12 EA 2-614 Drop Connection to Existing Manhole EA 2-615 Temporwy By Pass Pumping EA 2,16 CIPP 1,322 LF 2-617 CIPP 18' 1,659 LF 2-G18 Trench Safety for Sanitary Sewer 1,024 LF 2,19 Trench safety for Sanitary Sewer Manholes EA 2-620 Allowance for Unanticipated Wastewater Improvements LS 2-H1 Remote and Dispose of Existing Asphalt Pavement 17,100 SY 2H2 Remote and Dispose of Existing Curb and Gutter 4,065 LF Rernow and Dispose of Existing sidewalk 25,565 SF 2-H4 Street Excavation (ROW -ROW) 16,744 SY 2-H5 12' Compacted Subglade 15,383 SY 2+16 Geognd 15,383 SY 2H7 F.ibe Base (complete -In -9460)17746 grade )-2x9' 0640) 15,383 SY 2-H8 68684ed Asphalt Treanent (subgrade, MC-30)(Pnme) 13,682 SY 2,9 Type B Hot -mix 64204lt Concrete Pavement (3.0'thick) 13,682 SY 2-H10 Type D H88 -nix Asphalt Concrete P489896 2" thick) 13,682 SY I tams -BASE ED2- GAS IMPROVEMENTS 2-11 Gas lire trench backfill and compactton 144 LF ADDENDUM ATTACHMENT SHEET 2 OF 2 cw6u1rarl's SM£r les, 0005A STIMATED QUANTITIES (BASE BID 2, s4EEr006 r 159 RECORD OWING NO. STR-872 CITY PROJECT 9 E)2091 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 (' ?C 44.u+t LUC-19vc,,t,(; .� � - ti (type or print name of company) on: Wednesday February 8. 2017 at 2:00 pm 5. Alameda Street from Ayers Street to Louisiana (Bond 2012) for Project No. E12091. 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 - S. Alameda Street from Ayers Street to Louisiana (Bond2012), Project No. Project No. E12091 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 2 — BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner on the form included in the Contract Documents, to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 21 13 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt ,ti 1...L 4.-1 Z' i _ ..i...0,�,�..ft J14/ 2hi,i _--, Bid Acknowledgement Form 00 3000 - 1 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E1209]. Rev 01 13 2016 Addendum No. Addendum Date Signature Acknowledging Receipt 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. Bid Acknowledgement Form 00 30 00 - 2 5. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev01 13-2016 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 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 Bid Acknowledgement Form 00 30 00 - 3 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev0113 2016 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. ARTICLE 6 —TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 450 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 480 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 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. Bid Acknowledgement Form 00 30 00 - 4 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 01 13-201& 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 mariner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. 10.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 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. Bid Acknowledgement Form 00 30 00 - 5 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 01-13-20I6 ARTICLE 11-- BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: By: Name: Title: Attest: CSC '--D-Lt ZLC ipct C.LL 314-4,4_ 4-vvicti5 (typed or printed full 1 • al na a of Bidder) oaf's signature, v 5i.mi. 0 Cis (typed orip rated) (typed or printed) State of Residency: Federal Tax 1d. No. Address for giving notices: Phone: (individual's signature) "r XA S Z1- 1(4Inas .77(01 (aoi Email: ccJG.,L CC�Q-i.!l )JAL - Le (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form 00 30 00 - 6 5. Alameda Street from Ayers Street to Louisiana Bond 2012 j Project No. E12091 Rev 01 13 2016 00 30 01 BID FORM Project Name: 5. Alameda Street from Ayers Street to Louisiana (Bond 2012) Project Number: Project No. E12091 o�Uamr UNIT PRICE EXTENDED AMOUNT Owner: City of Corpus Christi 1 -Al Mobilization LS Bidder: - ( 44--tiI- U -c. 11 C.1,1_ 1 L Str,,ius OAR: 15 1-A3 Designer: R 1 of Bid Item DESCRIPTION UNIT o�Uamr UNIT PRICE EXTENDED AMOUNT Base Bid 1 (Rigid Pavement) Part A - General (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1 -Al Mobilization LS 1 1-A2 TCP Items (Signs, Barricades, Channelizing devices, etc.) MO 15 1-A3 TCP Plan and Prep EA 1 1-A4 TCP Mobilization/ Adjustments EA 3 1-A5 TCP Flagger EA 1 1-A6 SWPPP EA 1 1-A7 Electric Message Boards EA 2 1 -AB Concrete Barriers EA 100 1 A9 Curb Inlet Sediment Trap (install and remove) EA 56 1-A10 Block Sod SY 2,219 1 -All Exploratory Excavations LS 1 $ 10,000.00 Bid Form 5. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Page 1 of 11 Rev01 13 2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT SUBTOTAL PART A - GENERAL (Items 1 -Al thru 1 -All) Part B - STREET IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-B1 Concrete Cycle Track SF 9,225 1-B2 Concrete Driveway (b" thick) SY 855 1-B3 Concrete Median SY 300 1 -B4 Work Zone Pavement Markings Short- Short - Term (tab, type white) EA 130 1-85 Work Zone Pavement Markings Short- Term (tab, type yellow) EA 250 1-B6 Work Zone Pavement Markings Removable Type II -A -A EA 292 1-67 Work Zone Pavement Markings Removable Type Y EA 854 1-68 Work Zone Pavement Markings Removable Type I -C EA 194 1-B9 Work Zone Pavement Markings Removable Type W EA 508 1 -B10 Work Zone Pavement Markings Non - Removable (Word) EA 4 1-B11 Work Zone Pavement Markings Non- Removable (Arrow) EA 10 1-B12 Eliminate Exist Pavement Markings & Markers (4") IF 2441 ' 1-B13 Eliminate Exist Pavement Markings & Markers (Word / Arrow) EA 5 1-B14 Pavement Sealer (4") LF 5,010 Bid Form 5. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Page 2 of 11 Rev 01-13-2016 GO .30 01 BID FORM Item DESCRIPTION UNITQUANTIT ESTIMATED UNIT PRICE EXTENDED AMOUNT 1-B15 Pavement Sealer (8") LF 608 1-816 Pavement Sealer (12") LF 546 1-B17 Pavement Sealer (24") LF 2,373 1 818 Reflectorized Pavement Marking (type I, white, 4", broken, 90 mil) LF 210 1 B19 Reflectorized Pavement Marking (type I, white, 4", solid, 90 mil) LF 1,226 I B20 Reflectorized Pavement Marking (type I, white, 4", dotted, 90 mil) LF 50 i 821 Reflectorized Pavement Marking (type 1, white, 8", solid, 90 mil) LF 608 1-B22 Reflectorized Pavement Marking (type I, white, 12", solid, 90 mil) LF 546 1-823 Reflectorized Pavement Marking (type I, white, 24", solid, 90 mil) LF 2,268 1-824 Reflectorized Pavement Marking (type I, yellow, 4", solid, 90 mil) LF 3,070 1 825 Reflectorized Pavement Marking (type I, yellow, 4", broken, 90 mil) LF 454 1-B26 Reflectorized Pavement Marking (type t, yellow, 24", solid, 90 mil) LF 105 1-827 Prefabricated Pavement Marker (type c, white, arrow) EA 42 1-B28 Prefabricated Pavement Marker (type c, white, word) EA 12 1-829 Prefabricated Pavement Marker (type c, white, bike symbol w/ arrow) EA 15 1-830 Raised Pavement Marker (type I -C) EA 43 1-831 Raised Pavement Marker (type II -C-R) EA 10 Bid Form 5. Alameda Street from Ayers Street to Louisiana Bond 2012 ` Project No. E12091 Page 3 of 11 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNITMITMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1-832 Raised Pavement Marker (type II -A -A) EA 99 327 1-633 Aluminum Signs (includes small sign assembly) EA 130 458 1-834 School Zone Flashing Beacon Assembly EA 1 60 1-635 Allowance For Unanticipated Roadway Improvements LS 1 $ 30,000.00 SUBTOTAL PART B - STREET IMPROVEMENTS (Items 1-B1 thru 1-B35) SUBTOTAL PART C - RTA IMPROVEMENTS (Items 1-C1 thru 1-05) Part C - RTA IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-C1 Remove and Dispose of Existing Flatwork SF 927 1-C2 and Dispose of Existing Bus Stop Pads SY SY 327 1-q Concrete Bus Pad (10" thick, jointed, Steel- reinforced concrete pavement) SY 458 1-C4 Concrete Bus Shelter Pad (4" thick, jointed, Steel -reinforced concrete pavement) SY 60 1-05 Concrete Bus Stop Flatwork (4" thick, jointed, steel -reinforced concrete pavement) SF 927 SUBTOTAL PART C - RTA IMPROVEMENTS (Items 1-C1 thru 1-05) Part D - ADA IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-D1 Concrete Curb Ramp SY 440 1-D2 Concrete Sidewalk SF 23,922 Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 j Project No. E12091 Page 4 of 11 Rev 01 13 2016 00 30 01 BID FORM Item DESCRIPTION I UNIT I ESTIMATED QUANTITY SUBTOTAL PART D - ADA IMPROVEMENTS (1-D1 THRU 1-D2) UNIT PRICE EXTENDED AMOUNT Part E- DRAINAGE IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-E1 Removal of 6" RCP IF 107 1-E2 Removal of 12" RCP LF 409 1-E3 Removal of 15" RCP LF 971 1-E4 Removal of 18" RCP LF 323 1-E5 Removal of 21" RCP LF 387 1-E6 Removal of 24" RCP LF 89 1-E7 Removal of 36" RCP LF 89 1-E8 Removal of Exist Manhole/Inlet EA 30 1-E9 Removal of Sidewalk Drain LF 11 1-E10 18" RCP (Type 111) LF 175 1 -Ell 30" RCP (Type III) LF 67 1-E12 36" RCP {Type III) LF 1,060 1-E13 48" RCP (Type Ill) LF 36 1-E14 2'x4' Box Culvert LF 268 Bid Form 5. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Page 5 of 11 Rev 01 11-2016 00 30 01 BID FORM Item DESCRIPTION UNIT LF UNIT PRICE EXTENDED AMOUNT 1-E15 5' Curb Inlet EA 28 2,660 1-E16 5' Curb Inlet Extension EA 47 52 1-E17 Curb Inlet (Remove & Replace Top) EA 2 36 1-E18 Manhole/Junction Box EA 24 1-E19 Trench Safety LF 1,606 1-E20 Trench Safety for Storm Water Manholes and Storm Water Inlets EA 52 1 E21 Manhole / Grate Inlet (Remove and Replace Top) EA 7 1-E22 6 Inch Curb LF 4,365 1-E23 5' Valley Gutter LF 344 1-E24 Allowance for Unanticipated Drainage Improvements LS 1 $ 25,000.00 SUBTOTAL PART E - DRAINAGE IMPROVEMENTS (1-E1 THRU 1-E24) Part F - WATER IMROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-F1 8" C900 PVC Water Line LF 1,196 1-F2 12" C900 PVC Water Line LF 2,660 1-F3 8" 45 Deg D.I.M.J. Bends EA 52 1-F4 12" 45 Deg D.I.MJ. Bends EA 36 Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 j Project No. E12091 Page 6 of 11 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNITESTIMATED QUANMY UNff PRICE EXTENDED AMOUNT 1-F5 12"x12"x8" D.I.MJ. Tee EA 11 1-F6 12"x8" D.I.MJ. Cross EA 2 1-F7 12"X12" D.I.M.J. Cross EA 1 1-F8 12'x12"x12" D.I.MJ. Tee EA 2 1-F9 8"x6" Reducer EA 7 1-F10 8"x4" Reducer EA 7 1-F11 8" Plug EA 1 1-F12 12" Plug EA 2 1-F13 8" Gate Valve EA 15 1-F14 12" Gate Valve EA 14 1-F15 Remove Existing Valve Box EA 16 1-F16 12" PVC to AC Adaptor EA 1 1-F17 6" PVC to AC Adaptor EA 1 1-F18 6" PVC to 0 Adaptor EA 7 1-F19 4" PVC to CI Adaptor EA 7 1-F20 Remove Existing Fire Hydrant Assemblies EA 5 1-F21 Fire Hydrant Assemblies (Type 1) EA 11 Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 I Project No. E12091 Page 7of11 Rev 01-132016 00 30 01 BID FORM Item DESCRIPTION UNIT MA Q 1sim UNIT PRICE EXTENDED AMOUNT 1-F22 3/4" Water Service Line LF 80 335 1-F23 1" Water Service Line LF 80 242 1-F24 Connection to Existing Water Line EA 16 257 1-F25 Trench Safety for Water Lines LF 3,856 1-F26 Remove/Grout (Per requirements in plans & specs) Abandoned 10" Water Line LF 2,700 ' 1-F27 Remove/Grout (Per requirements in plans & specs) Abandoned 4" & 6" Water Line LF 710 1-F28 Asphalt Pavement Repair SY 35 1-F29 Concrete Sidewalk Repair SF 180 1-F30 Backfill and Restoration of Sodded Planter SF 155 1 F31 Allowance for Unanticipated Water Improvements LS 1 $ 25,000.00 SUBTOTAL PART F - WATER IMPROVEMENTS (1-F1 THRU 1-F31) Part G -WASTEWATER IMROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1 G1 Replace 6" VCP with 8" SDR 26 PVC Sanitary Sewer (6'-8' Depth) LF 20 1-G2 Replace 6" VCP with 8" SDR 26 PVC Sanitary Sewer (10'-12' Depth) LF 335 1 G3 Replace 6" VCP with 8" SDR 26 PVC Sanitary Sewer (12'-14' Depth) LF 242 1 G4 New 8" SDR 26 PVC Sanitary Sewer (10'- 12' Depth) LF 257 Bid Form 5. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Page 8 of 11 Rev 01.13.2016 00 30 01 BID FORM Item DESCRIPTION UNITQUANTITY UNIT PRICE EXTENDED AMOUNT 1-G5 New 8" SDR 26 PVC Sanitary Sewer (12'- 14' Depth) IF 170 1-G6 Steel Casing 14" Dia LF 30 1-67 Replace Existing 15" VCP with 15" SDR 26 PVC Sanitary Sewer {8'-10' Depth) LF 75 1-68 New 4' Dia. Fiberglass Manhole EA 8 1-69 Rehabilitated 4' Dia. Manholes EA 1 1-610 Extra Depth 4' Dia. Manholes VF 43 1-Gii Replace Existing Brick Manhole with 5' Dia Fiberglass Manhole EA 2 1-612 Extra Depth 5' Dia. Manholes VF 12 1-613 Adjust Existing Manholes to Grade EA 12 1-G14 Drop Connection to Existing Manhole EA 1 1-G15 Temporary By Pass Pumping EA 8 1-616 CIPP 15" LF 1,322 1-G17 CIPP 18" LF 1,659 1-618 Trench Safety for Sanitary Sewer LF 1,024 1-G19 Trench Safety for Sanitary Sewer Manholes EA 11 1-620 Allowance for Unanticipated Wastewater Improvements LS 1 $ 25,000.00 SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (1-G1 THRU 1-620) Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 I Project No. E12091 Page 9of11 Rev Ol 13-2016 00 30 01 BID FORM Item DESCRIPTION UNITuANTITY uNIT PRICE EXTENDED AMOUNT Part H - RIGID PAVEMENT (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1 H1 Remove and Dispose of Existing Asphalt Pavement SY 17,100 1 H2 Remove and Dispose of Existing Curb and Gutter LF 4,065 1-H3 Remove and Dispose of Existing Sidewalk SF 25,565 1-H4 Street Excavation (ROW -ROW) SY 16,744 1-H5 12" Compacted Subgrade SY 15,383 1 H6 Flexible Base (complete-in-place)(type A Grade 1-2)(6" thick) SY 15,383 1-H7 Steel -Reinforced Concrete Pavement (7" thick, jointed) j SY 14,816 SUBTOTAL PART H - RIGID PAVEMENT (1-H1 THRU 1-H7) Part 1- GAS IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-11 Gas line trench backfill and compaction IF 144 SUBTOTAL PART 1- GAS IMPROVEMENTS (1-11) Bid Form 5. Alameda Street from Ayers Street to Louisiana Bond 2012 I Project No. E12091 Page 10 of 11 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNrr MATED aUA UNIT PRICE EXTENDED AMOUNT BASE BID 1 SUMMARY SUBTOTAL PART A - GENERAL (Items 1 -Al thru 1 -All) Ai-„ a r b SUBTOTAL PART B - STREET IMPROVEMENTS (Items 1-B1 thru 1-B35) n» ?; t A SUBTOTAL PART C - RTA IMPROVEMENTS (Items 1-C1 thru 1-05) No 3/ SUBTOTAL PART D - ADA IMPROVEMENTS (1-D1 THRU 1-D2) Olin a (A SUBTOTAL PART E - DRAINAGE IMPROVEMENTS (1-E1 THRU 1-E24) No 1r A SUBTOTAL PART F - WATER IMPROVEMENTS (1-F1 THRU 1-F31) /"I J o SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (1-G1 THRU 1-G20) /JD 3t) SUBTOTAL PART H - RIGID PAVEMENT (1-H1 THRU 1-H7) NO a1 D SUBTOTAL PART I - GAS IMPROVEMENTS (1-I1) NO !31 f} TOTAL PROJECT BASE BID 1 (PARTS A THRU 1) o\)(' D ib Contract Times Bidder agrees to reach Substantial Completion in 450 days Bidder agrees to reach Final Completion in 480 days Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Page 11 of 11 Rev 01.13-2016 00 30 01 BID FORM ADDENDUM 2 ATTACHMENT 2 SHEET 1 OF 10 Project Name: 5. Alameda Street from Ayers Street to Louisiana (Bond 2012) Project Number: Project No. E12091 QUANTri Owner. City of Corpus Christi Base Bid 2 (Flexible Pavement) Bidder. CPC- -1.4•Letsk1 LEX- ). CI—L. '71 k,,... yrrlFrt OAR: TBD 222.i92S..00 Designer: HDR Engineering, Inc. TCP Items (Signs, Barricades, Channelizing devices, etc. Item DESCRIPTION UNITY QUANTri UNIT PRICE EXTENDED AMOUNT Base Bid 2 (Flexible Pavement) Part A - General (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2 -AI Mobilization LS 1 222.i92S..00 222`.2Soa 2-A2 TCP Items (Signs, Barricades, Channelizing devices, etc. MO 15 t9 j 3 3 . jt �, { 55 2-A3 TCP Plan and Prep EA 1 302 s� 1 ?moOIL _so i 2-A4 TCP Mobilization/ Adjustments EA 3 .1, j lr - ZS- 104-8,15 2-A5 TCP Flagger HR 975 rir. f)5 1q11-9231 2-A6 Ozone Day EA 5 170.1C 7O.1 . £Q115 2-A7 SWPPP EA 1 131 o -TS' 00 OF, 0 Ts-. 0? 2 -AB Electric Message Boards DAY 20 /S-L.(,s- g y13 ,vo 2-A9 Low Profile Concrete Barriers 4, 071. Do Mil/60, CO Z A10 Curb Inlet Sediment Trap (install and remove) EA 56 /CO . 61 14-35,21 2 -All Block Sad SY 2,219 5—,71_ 12-AA.le% 2-Al2 Exploratory Excavations rI . 0 s. 301! CD SUBTOTAL PART A - GENERAL (Items 2 -Al thru 2-Al2) 5$31 31 Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Page 1 of 10 Rev 01 13-2016 00 30 01 BID FORM ADDENDUM 2 ATTACHMENT 2 SHEET 2 OF 10 Item DESCRIPTION UNITmum Y UNIT PRICE EXTENDED AMOUNT Part B - STREET IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-61 Concrete Cycle Track SF 9,225 $.44 lelf4D1 /CD , 2 B2 Concrete Driveway (6" thick) SY 855 s--- 21 r12.1 2-83 Concrete Median SY 300 138. SS �" (5% co 1 2 Work Zone Pavement Markings Short Term (tab, type white) EA 130 ! O 1 Q i CD BS Work Zone Pavement Markings Short - Term (tab, type yellow) EA 250 Ag o 2-136 Work Zone Pavement Markings Removable Type II -A -A EA 292 + ZZ f� , o J 67 Work Zone Pavement Markings Removable Type Y EA 854 �' u ` �} C�1 aG. h,! tJ 2 138 Work Zone Pavement Markings Removable Type I -C EA 194 � r. Z� I j? 2 B9 Work Zone Pavement Markings Removable Type W EA 508 t)1 111.0 2 -610 Work Zone Pavement Markings Non - Removable (Word) EA 4 100 . —7 S. cl+ m 1 2-B11 Work Zone Pavement Markings Non - Removable (Arrow) EA 10 , 1 I 13 51 2 612 Eliminate Exist Pavement Markings & Markers (4") LF 2,441 AL 21.4'3 , V)4 2-613 Eliminate Exist Pavement Markings & Markers (Word / Arrow) EA 5to5 D: 11 2-814 Reflectorized Pavement Marking (type 1, white, 4", broken, 90 mil) LF 210 M 0 1 3(, I „('� 2 615 Reflectorized Pavement Marking (type I, white, 4", solid, 90 mil) IF 1225 $ L 8001,14) 2-B15 Reflectorized Pavement Marking (type I,� white, 4", dotted, 90 mil) LF 50 14,6 2-617 Reflectorized Pavement Marking (type I, white, 8", solid, 90 mil) LF 608 t.31 gin 2 B18 Reflectorized Pavement Marking (type I, white, 12", solid, 90 mil) LF 546 s' .-f 1 l �'v)') D 21 . — 2-619 Reflectorized Pavement Marking (type I, white, 24", solid, 90 mil) LF 2,268 3.14 til -42.43? Bid Form 5. Alameda Street from Ayers Street to Louisiana Bond 2012 ( Project No, E12091 Page 2 of 10 Rev 01 13-7016 003001BIDFORM ADDENDUM 2 ATTACHMENT 2 SHEET 3 OF 10 Item DESCRIPTION UNITctumarr Y UNIT PRICE EXTENDED AMOUNT 2-B20 Reflectorized Pavement Marking (type I, yellow, 4", solid, 90 mil) IF 3,070 r `L if n`L10, 2-0 2 821 Reflectorized Pavement Marking (type I, yellow, 4", broken, 90 mil) LF 454 V. 1 }�. r% 0 4 1Q _ y F-� 2 B22 Reflectorized Pavement Marking (type I, yellow, 24", solid, 90 mil) LFPrefabricated 105 3 z5 24-} .29 2-B23 Pavement Marker (type c, white, arrow EA 42 1 (� (� O�� 114) 2 -B24 Prefabricated Pavement Marker (type c, white, word) EA 12 .�L' S O , 1-0( ✓ i , CO � CO 2-925 Prefabricated Pavement Marker (type c, white, bike symbol w/ arrow} EA 15 '141 C1 ( 63 ) ' Jqrl'f 2-826 Prefabricated Pavement Marker (type c, white, bike symbol w/ sharrow} EA 12 'j O l 2.,S �nly-� �-q� l 1 ✓ z W 2-827 Raised Pavement Marker (type I -C) EA 43� (0.4032L. �] 2-828 Raised Pavement Marker (type II -C-R) EA 10 3 b20'3O 2-829 Raised Pavement Marker (type II -A -A) EA 99 ren 1,• A, 2-830 Aluminum Signs (includes small sign assembly) EA 136 , j S 1 , gS h 1 n l 1Lit^fE^� � 7S 2-B31 School Zone Flashing Beacon Assembly EA 1 1 C'3 `, LC i '1 511.27'— 2 832 Allowance For Unanticipated Roadway Improvements LS 1 $ 30,000.00 CO l SUBTOTAL PART B - STREET IMPROVEMENTS (Items 2-B1 thru 2-632) n _" f - J 1 v 2-86,?Z Part C - RTA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT] 2-C1 Remove and Dispose of Existing Flatwork SF 927 ti . Li 10,q63.41 . 2-C2 Remove and Dispose of Existing Bus Stop Pads SY 327 L� i t - 1D ` „� K /j �1!� 21 Concrete Bus Pad (10" thick, jointed, Steel - reinforced concrete pavement) SY 458 8 t(NO511-167--. 281 2-C4 Concrete Bus Shelter Pad (4" thick,q1 jointed, Steel -reinforced concrete pavement) SY 60 o' Q i • 6 �� $58141) Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Page 3 of 10 Plc./01 13 2916 00 30 01 BID FORM ADDENDUM 2 ATTACHMENT 2 SHEET 4 OF 10 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT 2-05 Concrete Bus Stop Flatwork (4" thick, jointed, steel -reinforced concreto pavement) SF 927 ,S. zc/ j2�z2,02. SUBTOTAL PART C - RTA IMPROVEMENTS (Items 2-C1 thru 2-05) 1 0! -I h o. DI Part D - ADA IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2 Ql Concrete Curb Ramp SY 440 b Z , 25, �i 04° 2 312 Concrete Sidewalk SF 23.922 1 - +3 irio, .u, SUBTOTAL PART D - ADA IMPROVEMENTS (2-01 THRU 2-132) AZ1I ` '"e Part E - DRAINAGE IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-E1 Removal oF6" RCP LF l0i I f , 2.1 1 205. D 2-E2 Removal of 12" RCP IF 409 1 r . r, la *I. $3 2-E3 Removal of 15" RCP LF 971 0.1 04 20X4-1 g . 2-E4 Removal of 18" RCP LF 323 1 612/0 2 -ES Removal of 21" RCP LF 387 2 ' 212:10 2-E6 Removal of 24" RCP LF 89 2S.1{t 2.51)2 4 [.e 2-E7 Removal of 36" RCP LF 89 -sG.z� 'f jOOIL- 4-i J T i 2-E8 Removal of Exist Manhole/Inlet EA 30 11 Obi. so 32.166. Ix 2-E9 Removal of Sidewalk Drain LF 11 1 1 Z 0� 0 3 131 1-S5: W 2-E10 18" RCP (Type III) LF 175 13� , (s /. 1 21e.' 1 h 2 -Ell 30" RCP (Type III) LF 67 1 g'S` 23-1 2_ +11 .15 Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 ( Project No. E12091 Page 4 of 10 Rev 01 13 201& 00 30 01 BID FORM ADDENDUM 2 ATTACHMENT 2 SHEET 5 OF 10 Item DESCRIPTION UNITESTIMA QUANTn UNIT PRICE WENDED AMOUNT 2-E12 36" RCP (Type 111) IF 1,060 157 os •� /1B y1 tr 1 L.V p (� J 2-E13 48" RCP (Type III) LF 36 r .-74 2b Q Qq 3. j,)„ 2-E14 2'x4' Box Culvert LF 268 52}.4` '521.41 SSI j r1 i'� 2-E15 5' Curb Inlet EA 28 ,1)+ S ,7, is 1 Ite 1 (n3` CO 2-E16 5' Curb Inlet Extension EA 47 + I -Int Oj rill klit. 23 2-E17 Curb Inlet (Remove & Replace Tap) EA 2 1,Sg• 5-0 'i r (PSI • grill, up 2-E18 Manhole/Junction Box EA 24 I,g''?Z .41 { ii(n D� 2-E19 Trench Safety LF 1,606 1 2. -OS 1 L ` 3352. �vD L vt! 2-E20 Trench Safety for Storm Water Manholes and Storm Water Inlets EA 52 L{ - ` 1 ...rr 2j 1 1 . DD /•� 2 E21 Manhole / Grate Inlet (Remove and Replace Top) EA 7 0 b I. 00 3514-2`1n .12D 2-E22 Curb and Gutter LF 4,365 r n O. 4 Qq, 14-24 .'5 2-E23 5' Valley Gutter LF 344 1).1 .S-) C 11G 44. r 2-E24 Allowance for Unanticipated Drainage Improvements LS 1 00000 $ 25,. 2I CO D .Do 2-E2S Type B Header Curb 140`.0 LE- 31 . k 3 ✓ 173'v SUBTOTAL PART E - DRAINAGE IMPROVEMENTS (2 -EI THRU 2-E25) 1 l C2 0+ Part F - WATER IMROVEMENT5 (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-F1 8" 0900 PVC Water Line LF 1,196 11'W qal 51 o,1eD 2-F2 12" C900 PVC Water Line IF 2,660 S L . 13 Mf`t9'Sr (J" 2-F3 8" 45 Deg D.I.MJ. Bends EA 52 31 0 , $' i ! t (I I n ig . y( Bid Form 5. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Page 5 of 10 Rev 01 13 2016 00 30 01 810 FORM ADDENDUM 2 ATTACHMENT 2 SHEET 6OF10 Item DESCRIPTION UNIT QUANTITY UNIT PRICE EXTENDED AMOUNT 2-F4 12" 45 Deg 0 1 W 1. Bends EA 36 43S—; 0 I 161 (ek 0, moi{` t) 2 F5 12"x12"x8" D.I.MJ. Tec EA 11 n ' c. So 10,0 ,3. g0 2 F6 12"x8" D.I.MJ. Crass F,' 2 001.10 9/1" 191" 2-F7 12"X12" D.I.MJ. Crass EA 1 ,i}�q_8s' ii .�r 2 F8 12'x12"x12" D.I.MJ. Tee EA 2 gc(7. 73 J Tj Q 5, 4-4 2 F9 8"x6" Reducer EA 7 IVO . YS~ ) 2115,15 2-F10 8"x4" Reducer EA 7 `ta :Is- 19-115,25 25 2 F11 8" Plug EA 1 343.43 31-3 , 43 2F12 12" Plug EA 2 Syi.(03 rn5,2IP 2 F13 8" Gate Valve EA 15 1! 10,9, 44 1 Q CP If• G 0 2-F14 12"Gate Valve EA 14 si 73.74 035.44 2-F15 Remove Existing Valve Box EA 16 1_ r 73 / °I Let)i. 1 "" 2-F16 12" PVC to AC Adaptor EA 1 468 7 $ C,(08. 73 2-F17 6" PVC to AC Adaptor EA 1 03. 93 43, 93 2-F18 6" PVC to CI Adaptor EA 7 2J1C1? 115 2-F19 4" PVC to CI Adaptor EA 7 it p3 , $ 2$ f 611P 2-F20 Remove Existing Fire Hydrant Assemblies EA 5 FL F. I ! 11-g `D K 4311-$ 2-F21 Fire Hydrant Assemblies (Type 1} EA 11 41 Fo 7. cis- 52 � 46 � Y�VU (J ` 2-F22 3/4" Water Service Line LF 80 1.z3 .05 CIS0 2-F23 1" Water Service Line LF 80 r 0 1 qp`i3r1'21) Bid Form 5. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Page 6 of 10 Rev 01 13 2015 00 30 01 BID FORM ADDENDUM 2 ATTACHMENT 2 SHEET 7 OF 10 Item DESCRIPTION UNITY QWWITI UNIT PRICE EXTENDED AMOUNT 2-F24 Connection to Existing Water Line EA 164Jt! 9 IZS3.3S 53 • Lep 2-F25 Trench Safety for Water Lines LF 3,856 Replace 6" VCP with 8" SDR 26 PVC Sanitary Sewer (12' 14' Depth) q 2 2_,q 6 2-F26 Remove/Grout (Per requirements in plans & specs) Abandoned 10" Water Line LF 2,700 13 . 24p 351 $3 V rn 4-' co 2-F27 Remove/Grout (Per requirements in plans & specs) Abandoned 4" & 6" Water Line LF 710 i 1.. 05' ?V 56 2-F28 Asphalt Pavement Repair SY 35 1.1:1.5.0 j,[�111• ' 11 51) 2-F29 Concrete Sidewalk Repair SF 180 Replace Existing 15" VCP with 15" SDR 26 PVC Sanitary Sewer (8' 10' Depth) 1314 1pO 2-F30 Backfill and Restoration of Sodded Planter 5F 155 n `4 a 11 , �p 2-F31 Allowance for Unanticipated Water Improvements 1S 1 $ 25000.00Q , .. 9-5-i 000.. SUBTOTAL PART F - WATER IMPROVEMENTS (2-F1 THRU 2431) � � q 54 Part G -WASTEWATER IMROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-G1 Replace 6" VCP with 8" SDR 26 PVC sanitary Sewer (6'-8' Depth) IF 20 / 2 g. 3 S 11v� 2 G2 Replace 6" VCP with 8" SDR 26 PVC Sanitary Sewer (10'-12' Depth) LF 335 / 3 S- 3S— ) )f+ 3+2.25 "�� JG `jJ� 2-G3 Replace 6" VCP with 8" SDR 26 PVC Sanitary Sewer (12' 14' Depth) LF 242 +r J T 7. SZ Q �J, S.V i '' U+ 2-G4 New 8" SDR 26 PVC Sanitary Sewer (10' 12' Depth) LF 257 12.F.75- (�,� �r g) IA 8 + 1J 2 G5 New 8" SDR 26 PVC Sanitary Sewer (12'�� 14' Depth) LF 170 , �k) • VD 1 Itpn s DD 2-G6 Steel Casing 14" Dia LF 30 11 114-2Z•t4o 2-G7 Replace Existing 15" VCP with 15" SDR 26 PVC Sanitary Sewer (8' 10' Depth) LF 75 / S-1.3-, r� �� AUL 2-G8 New 4' Dia. Fiberglass Manhole EA 8 4 ) 3� . i' 1 u, �4/ 9. 23 104 Ds I 2-G9 Rehabilitated 4' Dia. Manholes EA 1 8j R08`. S-5" Sb S. CS" Bid Form 5. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Page 7 of 10 Rev 01 13 2011 00 30 01 BID FORM ADDENDUM 2 ATTACHMENT 2 SHEETS OF 10 Item DESCR1Pi1ON UNITESTIMATE Y QUANTIT2-G10 UNIT PRICE EXTENDED AMOUNT rY SY Q31 10 r CD Extra Depth 4' Dia. Manholes VF 43 SSO , (,9 r 1 1.21 G, In 2-G11 ReplacergExisting Brick Manhole with 5' Dia lass Manhole EA 2 el I C�3(� �7 2- � $ .c14Fibe h✓I 2-G12 Extra Depth 5' Dia. Manholes VF 12 „-1 + G , q$ j nD%, ritp 2-613 Adjust Existing Manholes to Grade EA 12 1 ` ‘01.9. 2.1 Iq 12h 6. -11-' 2-G14 Drop Connection to Existing Manhole EA 1 2, We3.or 21t,b3,or 2-G15 Temporary By Pass Pumping EA 8 1411 i1 f , TA 2-G16 CIPP 15" LE 1,322 1`! �0 .14 1 *ill 2 - a 2-G17 CIPP 18" LF 1,659 9 2 :14 153, q3$, lo► 2-G18 Trench Safety for Sanitary Sewer LF 1,024 114-1)3. 52. 2-G19 Trench Safety for Sanitary Sewer Manholes EA 11 Cid./� 4�Z- 5fv2, . Di) 2-G20 Allowance for Unanticipated Wastewater Improvements LS 1 $ 25,000.00 2-S OM. ()` SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (2-G1 THRU 2-G20) 65'210 613 Part H -FLEXIBLE PAVEMENT (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-H1 Remove and Dispose of Existing Asphalt Pavement 17,100 C.. S- rY SY Q31 10 r CD 2-H2 Remove and Dispose of Existing Curb and Gutter 4,065LF ` 031 1 'q5 2-H3 Remove and Dispose of Existing Sidewalk SF 25,565 .2 O l 9,3%5. L,'' 2-H4 Street Excavation (ROW -ROW) SY 16,744/>i�� 12.42 L�'[[JJ �r _1q`tv 2 H5 12" Compacted Subgrade SY 15,383 n tss- j0 (11 s 45 2 H6 TX5 Geogrid SY 15,383 `T, `ZZ ( I ty • 24.Y Bid Form 5 Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Page 8 of 10 Rev 01 13.2016 00 30 01 BID FORM ADDENDUM 2 ATTACHMENT 2 SHEET 9 OF 10 Item DESCRIPTION UNITMI MATER QUANMr UNIT PRICE EXTENDED AMOUNT 2 H7 Flexible Base (complete in place)(Type A, Grade l-2)(9"thick) SY 15,383 �O , S� f/1 �� I ��` 65 2 H8 Emulsified Asphalt Treament (subgrade, MC 30)(Prime) SY 13682 1, 02 I3. q 66' 114 2 H9 Type B Hot -mix Asphalt Concrete Pavement (3.5" thick)2s SY 13,682 3O 3 , I �D 2-H10 Type D Hot mix Asphalt Concrete Pavement (2" thick) SY 13,682 11 g j ��,(,I �'y1 � SUBTOTAL PART H - FLEXIBLE PAVEMENT (2-H1 THRU 2-H10) 1)44,112.34 Part I - GAS IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2 11 Gas line trench backfill and compaction LF 144 \ ` ,L15- S 161J..j.Cgr$) SUBTOTAL PART 1 - GAS IMPROVEMENTS (2-11) ) 4 3D BASE BID 2 SUMMARY SUBTOTAL PART A - GENERAL (Items 2 -Al thru 2-Al2) 51 ✓ j 33 O `1 • 3 SUBTOTAL PART B STREET IMPROVEMENTS (Items 2 B1 thru 2 B32) " �" � � D� SUBTOTAL PART C RTA IMPROVEMENTS (Items 2 Cl thru 2 C5) 1 /a) _l O " SUBTOTAL PART D - ADA IMPROVEMENTS (2-D1 THRU 2-D2) gq 1 1 314% Bid Form S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No E12091 Page 9 of 10 Rev 01 13-2016 00 30 01 BID FORM ADDENDUM 2 ATTACHMENT 2 SHEET 10 OF 10 Item DESCRIPTION UNITESTIMA Qumrn UNfT PRICE EXTENDED AMOUNT SUBTOTAL PART E DRAINAGE IMPROVEMENTS (2 El THRU 2 E25) 11 O3'y 0 i311 SUBTOTAL PART F - WATER IMPROVEMENTS (2-F1 THRU 2-F31) h1 j f 24-' SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (2-G1 THRU 2-G20) 1.0 1 5 t S SUBTOTAL PART H FLEXIBLE PAVEMENT (2-H1 THRU 2 H10) 1 I.34 1 1 t 2 SUBTOTAL PART! GAS IMPROVEMENTS (2 11) 1, LQ4~B i SD TOTAL PROJECT BASE BID 2 (PARTS A THRU 1) 141 q% . ! 3a i q Contract Times Bidder agrees to reach Substantial Completion in 450 days Bidder agrees to reach Final Completion in 480 days Bid Form 5. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Page 10 of 10 Rev 01 I3.2016 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 Tess than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. 0 Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of 1 Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: By: Name: Title: Business address: Phone: CL �«K LLL " (typed or printed) (signature — • ach evidence o authodty�O3fgn) L. C��L (typed or printed) WIICk 1-t,at Lt, `1U,k- it -oti1 Email: END OF SECTION Cclofl, c In.4+el , . (ar- Compliance to State Law on Nonresident Bidders S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 003002-1 11-25-2013 00 30 05 City of Corpus Christi Disclosure of Interest 03- imow City of Mussti SUPPLIER NUMBER TO BE ASSIGNED BY c:I1 Y PURCHASING DIVISION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or finns 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: GSL �^�K9�s 1.t_G ' CI»r�.-11ge,11,t 4Crr. tCc.s FIRM IS: t. Corporation 4. Association at' LT -4; ►-cc.} CITY: 8 C44;04 XV ZIP' 7irVeg . tnership 5Other d 3. Sole Owner ❑ 5. Other L,J DISCLOSURE QUESTIONS If additional space is nece sar +, please use the reverse side of this page or attach separate sheet. 1. State the names of each employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Job Title and City Department (if known) 2 State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Board, Commission or Committee 'NEA 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 e above named "firm." Name Consultant N IA City of Corpus Christi Disclosure of Interest 003005-1 Rev 01-13-2016 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: C elk (Type or Print) Signature of Certifying Person: Title: DEFINITIONS Date: a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not Iimited 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 Disdosure of interest 003005-2 Her 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: S. Alameda Street from Ayers Street to Louisiana Bond 2012 E12091 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: DL ' { LCL )l3,t t_J' iu,1 tQ!k, 46„ �itcs (typed or printed) (signature - attach evidence of authority to .sign) ,(^^� Q. A a.lA (typed or prhtted) ..--WCY4 1,2t4 )--.,oqu-Z 4.4 Sit( .glcp-k,e�1 Email: END OF SECTION CC lc n C`0. k,iq r.(IAt. • toe.- END D.w Non -Collusion Certification S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 003006-1 11-25-2013 7 :.°4511M SureTec BID BOND KNOW ALL MEN BY THESE PRESENTS, that we CPC Interests, LLC dba Clark Pipeline Services, LLC as principal, hereinafter called the "Principal," and SURETEC INSURANCE COMPANY, 9737 Great Hills Trail, Suite 320, Austin, Tx 78759, as surety, hereinafter called the "Surety," are held and firmly bound unto City of Corpus Christi as obligee, hereinafter called the Obligee, in the sum of Five Percent (5%) of the Amount Bid by Principal for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the principal has submitted a bid for South Alameda Street from Avers Street to Louisiana (Bond 2012), Proiect No. E12091. NOW, THEREFORE, if the contract be timely awarded to the Principal and the Principal shall within such time as specified in the bid, enter into a contract in writing or, in the event of the failure of the Principal to enter into such Contract, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall furnish evidence of financing in a manner and form acceptable to Principal and Surety that financing has been firmly committed to cover the entire cost of the project. SIGNED, sealed and dated this 8th day of February, 2017. CPC Interests, LLC dba Clark Pipeline Services, LLC (Principal) BY: TITLE:ixti Sure ec Insurance r,, S BY: Dennis Mescant, Jr., Attorney -in -Fact Clark Pipeline Services -City of Corpus Christi -S Alameda Street from Ayers Street to Louisiana.doc Rev 1.1.06 POA #: 4221073 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Jeffrey L. Brady, Dennis M. Descant, Jr., Cheryl A. Sanders, Alicia Cantaveila its true and lawful Attorney-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for: Five Million and 00/100 Dollars ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and Auly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the premises. Said appointment shall continue in force until 5/18/2017 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Pact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20th of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 21st day of March, A.D. 2013. �SVFANc By: John ?ox Jr 'resident iutw State of Texas ss: County of Hams SURETEC INSURANCE COMPANY On this 21st day of March, A.D. 2013 before me personally came John Knox Jr., to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company, that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. JACQUELYN MALDONADO Notary Public State of Texas My Gomm. Exp. 5/18/2017 JacgYtelyn Maldonado, Notary Public My commission expires May 18, 2017 I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect Given under my hand and the seal of said Company at Houston, Texas this 8th day of February 2017 , A.D. Bre t Beaty, Assistant ecretai y Any Instrument issued In excess of the penalty stated above is totally vold and without any validity. For verification of the authority of this power you may call (713) 812-0800 any business day between 8:00 am and 6:00 pm CST. SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 Fax#: 512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for, losses caused by acts of terrorism, riot, civil insurrection, or acts of war. Exclusion of Liability for Mold, Mycotoxins, Fungi & Environmental Hazards The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergens, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor for any environmental hazards, bio -hazards, hazardous materials, environmental spills, contamination, or cleanup, nor the remediation thereof, nor the consequences to persons, property, or the performance of the bonded obligations, of the occurrence, existence, or appearance thereof. Rev 1.1 06 00 52 23 AGREEMENT This Agreement, for the Project awarded on March 28, 2017, is between the City of Corpus Christi (Owner) and CPC Interests, LLC dba Clark Pipeline Services (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: S. Alameda Street from Ayers Street to Louisiana Bond 2012 E. 12091 ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: HDR Engineering, Inc. 555 N. Carancahua, Suite 1600 Corpus Christi, TX 78401 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 Rd., #5 Corpus Christi, TX 78411 ARTICLE 3 — CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 450 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 480 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 01 35 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Agreement 00 52 23 - 1 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 06-22-2016 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 $1000 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $500 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 — CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid #2 Price $ 4,996,832.79 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 I Project No. E12091 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 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 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 01 00 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10 — CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR —Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 00 52 23 - 5 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. [12091 Rev 06-22-2016 ATTEST CITY OF CORPUS CHRISTI Digitally signed by Rebecca Huerta DN: cn=Rebecca Huerta, o, ou, mail=rebeccab@cclexas.com, c=US Date: 2017.04.2817:17:32 -05'00' Rebecca Huerta City Secretary APPROVED AS TO LEGAL FORM: Aimee Alcorn -Reed 2017.04.27 16:37:58 -05'00' Assistant City Attorney Digitally signed by Jeff Edmonds DN: cn=Jeff Edmonds, o, ou=Engineering, emailleffreye@cctexas.com, c=US Date: 2017.04.28 14:15:29 -05'00' J.H. Edmonds, P.E. Director of Engineering Services M2017-045 BY COUNCIL 3/28/17 RH/M L AUTHORIZED Digitally signed by RH/ML Date: 2017.04.28 16:55:21 -0500' ATTEST (IF CORPORATION) CONTRACTOR CPC Interests, LLC dba Clark Pipeline Services (Seal Below) By: Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Title: Christopher C. Clark DDa ietal2y0signne4.2by181Christopher 05' OClark President 6229 Leopard Street Address Corpus Christi, TX 78409 City State 361/816-6007 Zip Phone Fax cclark@clarkpipeline.com EMail END OF SECTION Agreement 00 52 23 - 6 S. Alameda Street from Ayers Street to Louisiana Bond 2012 1 Project No. E12091 Rev 06-22-2016 The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PERSTATUTE OTH-ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe underDESCRIPTION OF OPERATIONS below (Mandatory in NH)OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED HIRED NON-OWNEDAUTOS ONLY AUTOS AUTOS ONLY AUTOS ONLY COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ 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. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: 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 have ADDITIONAL INSURED provisions or 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). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS:E-MAIL FAX(A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 3/31/2017 Brady, Chapman, Holland & Associates10055 West Gulf BankHouston TX 77040 CPC Interests, LLC dba Clark PipelineServices6229 Leopard StreetCorpus Christi TX 78409 Charter Oaks Fire Ins.Co.(Travelers Travelers Indemnity Company of CT St. Paul Surplus (AmWINS Brkg) Travelers Lloyds Insurance Company Phoenix Ins Co (Travelers) 25615 25682 30481 41262 25623 713-688-1500 713-688-7967 eCSR24@bch-insurance.com CLARKPIPELINE 773693184 A CO1J092295COF 2/1/2017 2/1/2018 1,000,000 300,000 10,000 1,000,000 2,000,000 2,000,000 X X X 1,000 X E X BA1J09431917CNS 2/1/2017 2/1/2018 1,000,000 B X X X 10,000 CUP1J361278TCT 2/1/2017 2/1/2018 5,000,000 5,000,000 B N UB1J093913TCT 2/1/2017 2/1/2018 X 1,000,000 1,000,000 1,000,000 CD CONTRACTORS POLLUTIONContractors Equipment 41M7289AQT6608075X250TLC 2/1/20172/1/2017 2/1/20182/1/2018 Pollution LimitScheduled EquipmentLeased/Rented $1,000,000$1,602,319$300,000 The policy includes Blanket additional insured on the general liability per form CGD604 0813 and automobile per form CAT353 with a waiverof subrogation on the general liability per form CGD316 1111 automobile per form CAT353 and workers compensation per form WC 420304when required by written contract. This insurance is primary and non-contributory as respects general liability per form CGD604 0813.Contractors Equipment policy includes Blanket Loss Payees per form CMT5600110 Project: E12091 South Alameda Street from Ayers Street to Louisiana (Bond 2012) City of Corpus ChristiEngineering ServicesP.O. Box 9277Corpus Christi TX 78469-9277 COMMERCIAL GENERAL LIABILITY 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 1. The following is added to SECTION II — WHO IS AN INSURED: Any person or organization that: a. You agree in a "written contract requiring in- surance" to include as an additional insured on this Coverage Part; and b. Has not been added as an additional insured for the same project by attachment of an en- dorsement under this Coverage Part which includes such person or organization in the endorsement's schedule; is an insured, but: a. Only with respect to liability for "bodily injury", "property damage" or "personal injury"; and b. Only as described in Paragraph (1), (2) or (3) below, whichever applies: (1) If the "written contract requiring insur- ance" specifically requires you to provide additional insured coverage to that per- son or organization by the use of: (a) The Additional Insured — Owners, Lessees or Contractors — (Form B) endorsement CG 20 10 11 85; or (b) Either or both of the following: the Additional Insured — Owners, Les- sees or Contractors — Scheduled Person Or Organization endorsement CG 20 10 10 01, or the Additional In- sured — Owners, Lessees or Contrac- tors — Completed Operations en- dorsement CG 20 37 10 01; the person or organization is an additional insured only if the injury or damage arises out of "your work" to which the "written contract requiring insurance" applies; (2) If the "written contract requiring insur- ance" specifically requires you to provide additional insured coverage to that per- son or organization by the use of: CG D6 04 08 13 (3) (a) The Additional Insured — Owners, Lessees or Contractors — Scheduled Person or Organization endorsement CG 20 10 07 04 or CG 20 10 04 13, the Additional Insured — Owners, Lessees or Contractors — Completed Operations endorsement CG 20 37 07 04 or CG 20 37 04 13, or both of such endorsements with either of those edition dates; or (b) Either or both of the following: the Additional Insured — Owners, Les- sees or Contractors — Scheduled Person Or Organization endorsement CG 20 10, or the Additional Insured — Owners, Lessees or Contractors — Completed Operations endorsement CG 20 37, without an edition date of such endorsement specified; the person or organization is an additional insured only if the injury or damage is caused, in whole or in part, by acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies; or If neither Paragraph (1) nor (2) above ap- plies: (a) The person or organization is an ad- ditional insured only if, and to the ex- tent that, the injury or damage is caused by acts or omissions of you or your. subcontractor in the perform- ance of "your work" to which the "writ- ten contract requiring insurance" ap- plies; and (b) The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organi- zation. © 2013 The Travelers Indemnity Company. All rights reserved. Page 1 of 3 COMMERCIAL GENERAL LIABILITY 2. The insurance provided to the additional insured by this endorsement is limited as follows: a. If the Limits of Insurance of this Coverage Part shown in the Declarations exceed the minimum limits of liability required by the "written contract requiring insurance", the in- surance provided to the additional insured will be limited to such minimum required limits of liability. For the purposes of determining whether this limitation applies, the minimum limits of liability required by the "written con- tract requiring insurance" will be considered to include the minimum limits of liability of any Umbrella or Excess liability coverage required for the additional insured by that "written con- tract requiring insurance". This endorsement will not increase the limits of insurance de- scribed in Section III — Limits Of Insurance. b. The insurance provided to the additional in- sured does not apply to "bodily injury", "prop- erty damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or sur- veying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities. c. The insurance provided to the additional in- sured does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products -completed opera- tions hazard" unless the "written contract re- quiring insurance" specifically requires you to provide such coverage for that additional in- sured during the policy period. 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible other insurance, whether primary, ex- cess, contingent or on any other basis, that is available to the additional insured. However, if the "written contract requiring insurance specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis, this insurance is primary to other insurance available to the additional insured under which that person or organization qualifies as a named insured, and we will not share with that other insurance. But the insurance provided to the additional insured by this endorsement still is excess over any valid Page 2 of 3 and collectible other insurance, whether primary, excess, contingent or on any other basis, that is available to the additional insured when that per- son or organization is an additional insured, or is any other insured that does not qualify as a named insured, under such other insurance. 4. As a condition of coverage provided to the addi- tional insured by this endorsement: a. The additional insured must give us written notice as soon as practicable of an "occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. b. If a claim is made or "suit" is brought against the additional insured, the additional insured must: (1) Immediately record the specifics of the claim or "suit" and the date received; and (2) Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. c. The additional insured must immediately send us copies of all legal papers received in con- nection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and oth- erwise comply with all policy conditions. d. The additional insured must tender the de- fense and indemnity of any claim or "suit" to any provider of other insurance which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement is primary to other insurance available to the additional insured which cov- ers that person or organization as a named insured as described in Paragraph 3. above. 5. The following is added to the DEFINITIONS Sec- tion: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or or- © 2013 The Travelers Indemnity Company. All rights reserved. CG D6 04 08 13 ganization as an additional insured on this Cover- age Part, provided that the "bodily injury" and "property damage" occurs, and the "personal in- jury" is caused by an offense committed, during the policy period and: CG D6 04 08 13 COMMERCIAL GENERAL LIABILITY a. After the signing and execution of the contract or agreement by you; and b. While that part of the contract or agreement is in effect. © 2013 The Travelers Indemnity Company. All rights reserved. Page 3 of 3 COMMERCIAL GENERAL LIABILITY 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 B. Damage To Premises Rented To You C. Increased Supplementary Payments D. Incidental Medical Malpractice E. Who Is An Insured — Newly Acquired Or Formed Organizations F. Who Is An Insured — Broadened Named Insured — Unnamed Subsidiaries G. Blanket Additional Insured — Owners, Managers Or Lessors Of Premises PROVISIONS A. AIRCRAFT CHARTERED WITH PILOT The following is added to Exclusion g., Aircraft, Auto Or Watercraft, in Paragraph 2. of SECTION I — COVERAGES — COVERAGE A BODILY IN- JURY AND PROPERTY DAMAGE LIABILITY: This exclusion does not apply to an aircraft that is: (a) Chartered with a pilot to any insured; (b) Not owned by any insured; and (c) Not being used to carry any person or prop- erty for a charge. B. DAMAGE TO PREMISES RENTED TO YOU 1. The first paragraph of the exceptions in Ex- clusion j., Damage To Property, in Para- graph 2. of SECTION I — COVERAGES — COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY is deleted. 2. The following replaces the last paragraph of Paragraph 2., Exclusions, of SECTION I — COVERAGES — COVERAGE A. BODILY CG D3 16 11 11 H. Blanket Additional Insured — Lessors Of Leased Equipment I. Blanket Additional Insured — States Or Political Subdivisions — Permits J. Knowledge And Notice Of Occurrence Or Offense K. Unintentional Omission L. Blanket Waiver Of Subrogation M. Amended Bodily Injury Definition N. Contractual Liability — Railroads INJURY AND PROPERTY DAMAGE LI- ABILITY: Exclusions c. and g. through n. do not apply to "premises damage". Exclusion f.(1)(a) does not apply to "premises damage" caused by: a. Fire; b. Explosion; c. Lightning; d. Smoke resulting from such fire, explosion, or lightning; or e. Water; unless Exclusion f. of Section I — Coverage A — Bodily Injury And Property Damage Liability is replaced by another endorsement to this Coverage Part that has Exclusion — All Pollu- tion Injury Or Damage or Total Pollution Ex- clusion in its title. A separate limit of insurance applies to "premises damage" as described in Para- graph 6. of SECTION III — LIMITS OF IN- SURANCE. © 2011 The Travelers Indemnity Company. All rights reserved. Page 1 of 6 COMMERCIAL GENERAL LIABILITY 3. The following replaces Paragraph 6. of SEC- TION III — LIMITS OF INSURANCE: Subject to 5. above, the Damage To Prem- ises Rented To You Limit is the most we will pay under Coverage A for damages because of "premises damage" to any one premises. The Damage To Premises Rented To You Limit will apply to all "property damage" proximately caused by the same "occur- rence", whether such damage results from: fire; explosion; lightning; smoke resulting from such fire, explosion, or lightning; or water; or any combination of any of these causes. The Damage To Premises Rented To You Limit will be: a. The amount shown for the Damage To Premises Rented To You Limit on the Declarations of this Coverage Part; or b. $300,000 if no amount is shown for the Damage To Premises Rented To You Limit on the Declarations of this Coverage Part. 4. The following replaces Paragraph a. of the definition of "insured contract" in the DEFINI- TIONS Section: a. A contract for a lease of premises. How- ever, that portion of the contract for a lease of premises that indemnifies any person or organization for "premises damage" is not an "insured contract"; 5. The following is added to the DEFINITIONS Section: "Premises damage" means "property dam- age" to: a. Any premises while rented to you or tem- porarily occupied by you with permission of the owner; or b. The contents of any premises while such premises is rented to you, if you rent such premises for a period of seven or fewer consecutive days. 6. The following replaces Paragraph 4.b.(1)(b) of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: (b) That is insurance for "premises damage"; or 7. Paragraph 4.b.(1)(c) of SECTION IV — COMMERCIAL GENERAL LIABILITY CON- DITIONS is deleted. Page 2 of 6 C. INCREASED SUPPLEMENTARY PAYMENTS 1. The following replaces Paragraph 1.b. of SUPPLEMENTARY PAYMENTS — COVER- AGES A AND B of SECTION I — COVER- AGE: b. Up to $2,500 for the cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to fur- nish these bonds. 2. The following replaces Paragraph 1.d. of SUPPLEMENTARY PAYMENTS — COVER- AGES A AND B of SECTION I — COVER- AGES: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. D. INCIDENTAL MEDICAL MALPRACTICE 1. The following is added to the definition of "oc- currence" in the DEFINITIONS Section: "Occurrence" also means an act or omission committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to a person. 2. The following is added to Paragraph 2.a.(1) of SECTION II — WHO IS AN INSURED: Paragraph (1)(d) above does not apply to "bodily injury" arising out of providing or fail- ing to provide: (1) "Incidental medical services" by any of your "employees" who is a nurse practi- tioner, registered nurse, licensed practical nurse, nurse assistant, emergency medi- cal technician or paramedic; or (ii) First aid or "Good Samaritan services" by any of your "employees" or "volunteer workers", other than an employed or vol- unteer doctor. Any such "employees" or "volunteer workers" providing or failing to provide first aid or "Good Samaritan ser- vices" during their work hours for you will be deemed to be acting within the scope of their employment by you or performing duties related to the conduct of your busi- ness. © 2011 The Travelers Indemnity Company. All rights reserved. CG D3 16 11 11 3. The following is added to Paragraph 5. of SECTION 11I — LIMITS OF INSURANCE: For the purposes of determining the applica- ble Each Occurrence Limit, all related acts or omissions committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to any one per- son will be deemed to be one "occurrence". 4. The following exclusion is added to Para- graph 2., Exclusions, of SECTION 1 — COV- ERAGES — COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY: Sale Of Pharmaceuticals "Bodily injury" or "property damage" arising out of the willful violation of a penal statute or ordinance relating to the sale of pharmaceuti- cals committed by, or with the knowledge or consent of, the insured. 5. The following is added to the DEFINITIONS Section: "Incidental medical services" means: a. Medical, surgical, dental, laboratory, x-ray or nursing service or treatment, advice or instruction, or the related furnishing of food or beverages; or b. The furnishing or dispensing of drugs or medical, dental, or surgical supplies or appliances. "Good Samaritan services" means any emer- gency medical services for which no compen- sation is demanded or received. 6. The following is added to Paragraph 4.b., Ex- cess Insurance, of SECTION IV — COM- MERCIAL GENERAL LIABILITY CONDI- TIONS: The insurance is excess over any valid and collectible other insurance available to the in- sured, whether primary, excess, contingent or on any other basis, that is available to any of your "employees" or "volunteer workers" for "bodily injury" that arises out of providing or failing to provide "incidental medical ser- vices", first aid or "Good Samaritan services" to any person to the extent not subject to Paragraph 2.a.(1) of Section 11 — Who Is An Insured. E. WHO IS AN INSURED — NEWLY ACQUIRED OR FORMED ORGANIZATIONS The following replaces Paragraph 4. of SECTION 1I — WHO IS AN INSURED: CG D3 16 11 11 COMMERCIAL GENERAL LIABILITY 4. Any organization you newly acquire or form, other than a partnership, joint venture or lim- ited liability company, of which you are the sole owner or in which you maintain the ma- jority ownership interest, will qualify as a Named Insured if there is no other insurance which provides similar coverage to that or- ganization. However: a. Coverage under this provision is afforded only: (1) Until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier, if you do not report such organization in writing to us within 180 days after you acquire or form it; or (2) Until the end of the policy period, when that date is later than 180 days after you acquire or form such organization, if you report such organization in writing to us within 180 days after you acquire or form it, and we agree in writing that it will con- tinue to be a Named Insured until the end of the policy period; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c. Coverage B does not apply to "personal in- jury" or "advertising injury" arising out of an offense committed before you acquired or formed the organization. F. WHO IS AN INSURED — BROADENED NAMED INSURED — UNNAMED SUBSIDIARIES The following is added to SECTION II — WHO IS AN INSURED: Any of your subsidiaries, other than a partnership, joint venture or limited liability company, that is not shown as a Named Insured in the Declara- tions is a Named Insured if you maintain an own- ership interest of more than 50% in such subsidi- ary on the first day of the policy period. No such subsidiary is an insured for "bodily injury" or "property damage" that occurred, or "personal injury" or "advertising injury" caused by an of- fense committed after the date, if any, during the policy period, that you no longer maintain an ownership interest of more than 50% in such sub- sidiary. © 2011 The Travelers Indemnity Company. All rights reserved. Page 3 of 6 COMMERCIAL GENERAL LIABILITY G. BLANKET ADDITIONAL INSURED — OWNERS, MANAGERS OR LESSORS OF PREMISES The following is added to SECTION II — WHO IS AN INSURED: Any person or organization that is a premises owner, manager or lessor and that you have agreed in a -written contract or agreement to in- clude as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage", "personal injury" or "advertising injury" that: a. Is "bodily injury" or "property damage" that occurs, or is "personal injury" or "advertising injury" caused by an offense that is commit- ted, subsequent to the execution of that con- tract or agreement; and b. Arises out of the ownership, maintenance or use of that part of any premises leased to you. The insurance provided to such premises owner, manager or lessor is subject to the following pro- visions: a. The limits of insurance provided to such premises owner, manager or lessor will be the minimum limits which you agreed to pro- vide in the written contract or agreement, or the limits shown on the Declarations, which- ever are less. b. The insurance provided to such premises owner, manager or lessor does not apply to: (1) Any "bodily injury" or "property damage" that occurs, or "personal injury" or "adver- tising injury" caused by an offense that is committed, after you cease to be a tenant in that premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such premises owner, lessor or manager. c. The insurance provided to such premises owner, manager or lessor is excess over any valid and collectible other insurance available to such premises owner, manager or lessor, whether primary, excess, contingent or on any other basis, unless you have agreed in the written contract or agreement that this in- surance must be primary to, or non- contributory with, such other insurance, in which case this insurance will be primary to, and non-contributory with, such other insur- ance. Page 4 of 6 H. BLANKET ADDITIONAL INSURED — LESSORS OF LEASED EQUIPMENT The following is added to SECTION II — WHO IS AN INSURED: Any person or organization that is an equipment lessor and that you have agreed in a written con- tract or agreement to include as an insured on this Coverage Part is an insured, but only with re- spect to liability for "bodily injury", "property dam- age", "personal injury" or "advertising injury" that: a. Is "bodily injury" or "property damage" that occurs, or is "personal injury" or "advertising injury" caused by an offense that is commit- ted, subsequent to the execution of that con- tract or agreement; and b. Is caused, in whole or in part, by your acts or omissions in the maintenance, operation or use of equipment leased to you by such equipment lessor. The insurance provided to such equipment lessor is subject to the following provisions: a. The limits of insurance provided to such equipment lessor will be the minimum limits which you agreed to provide in the written contract or agreement, or the limits shown on the Declarations, whichever are less. b. The insurance provided to such equipment lessor does not apply to any "bodily injury" or "property damage" that occurs, or "personal injury" or "advertising injury" caused by an of- fense that is committed, after the equipment lease expires. c. The insurance provided to such equipment lessor is excess over any valid and collectible other insurance available to such equipment lessor, whether primary, excess, contingent or on any other basis, unless you have agreed in the written contract or agreement that this insurance must be primary to, or non-contributory with, such other insurance, in which case this insurance will be primary to, and non-contributory with, such other in- surance. I. BLANKET ADDITIONAL INSURED — STATES OR POLITICAL SUBDIVISIONS — PERMITS The following is added to SECTION II — WHO IS AN INSURED: Any state or political subdivision that has issued a permit in connection with operations performed by you or on your behalf and that you are required © 2011 The Travelers Indemnity Company. All rights reserved. CG D3 16 11 11 by any ordinance, law or building code to include as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage", "personal in- jury" or "advertising injury" arising out of such op- erations. The insurance provided to such state or political subdivision does not apply to: a. Any "bodily injury," "property damage," "per- sonal injury" or "advertising injury" arising out of operations performed for that state or po- litical subdivision; or b. Any "bodily injury" or "property damage" in- cluded in the "products -completed operations hazard". J. KNOWLEDGE AND NOTICE OF OCCUR- RENCE OR OFFENSE The following is added to Paragraph 2., Duties In The Event of Occurrence, Offense, Claim or Suit, of SECTION IV — COMMERCIAL GEN- ERAL LIABILITY CONDITIONS: e. The following provisions apply to Paragraph a. above, but only for the purposes of the in- surance provided under this Coverage Part to you or any insured listed in Paragraph 1. or 2. of Section II — Who Is An Insured: (1) Notice to us of such "occurrence" or of- fense must be given as soon as practica- ble only after the "occurrence" or offense is known by you (if you are an individual), any of your partners or members who is an individual (if you are a. partnership or joint venture), any of your managers who is an individual (if you are a limited liability company), any of your "executive offi- cers" or directors (if you are an organiza- tion other than a partnership, joint venture or limited liability company) or any "em- ployee" authorized by you to give notice of an "occurrence" or offense. (2) If you are a partnership, joint venture or limited liability company, and none of your partners, joint venture members or man- agers are individuals, notice to us of such "occurrence" or offense must be given as soon as practicable only after the "occur- rence" or offense is known by: (a) Any individual who is: (I) A partner or member of any part- nership or joint venture; CG D3 16 11 11 (3) COMMERCIAL GENERAL LIABILITY (ii) A manager of any limited liability company; or (iii) An executive officer or director of any other organization; that is your partner, joint venture member or manager; or (b) Any "employee" authorized by such partnership, joint venture, limited li- ability company or other organization to give notice of an "occurrence" or offense. Notice to us of such "occurrence" or of an offense will be deemed to be given as soon as practicable if it is given in good faith as soon as practicable to your work- ers' compensation insurer. This applies only if you subsequently give notice to us of the "occurrence" or offense as soon as practicable after any of the persons de- scribed in Paragraphs e. (1) or (2) above discovers that the "occurrence" or offense may result in sums to which the insurance provided under this Coverage Part may apply. However, if this Coverage Part includes an en- dorsement that provides limited coverage for "bodily injury" or "property damage" or pollution costs arising out of a discharge, release or es- cape of "pollutants" which contains a requirement that the discharge, release or escape of "pollut- ants" must be reported to us within a specific number of days after its abrupt commencement, this Paragraph e. does not affect that require- ment. K. UNINTENTIONAL OMISSION The following is added to Paragraph 6., Repre- sentations, of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: The unintentional omission of, or unintentional error in, any information provided by you which we relied upon in issuing this policy will not preju- dice your rights under this insurance. However, this provision does not affect our right to collect additional premium or to exercise our rights of cancellation or nonrenewal in accordance with applicable insurance laws or regulations. L. BLANKET WAIVER OF SUBROGATION The following is added to Paragraph 8., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV — COMMERCIAL GENERAL LI- ABILITY CONDITIONS: © 2011 The Travelers Indemnity Company. All rights reserved. Page 5 of 6 COMMERCIAL GENERAL LIABILITY If the insured has agreed in a contract or agree- ment to waive that insured's right of recovery against any person or organization, we waive our right of recovery against such person or organiza- tion, but only for payments we make because of: a. "Bodily injury" or "property damage" that oc- curs; or b. "Personal injury" or "advertising injury" caused by an offense that is committed; subsequent to the execution of that contract or agreement. M. AMENDED BODILY INJURY DEFINITION The following replaces the definition of "bodily injury" in the DEFINITIONS Section: 3. "Bodily injury" means bodily injury, mental anguish, mental injury, shock, fright, disability, humiliation, sickness or disease sustained by a person, including death resulting from any of these at any time. N. CONTRACTUAL LIABILITY — RAILROADS 1. The following replaces Paragraph c. of the definition of "insured contract" in the DEFINI- TIONS Section: c. Any easement or license agreement; 2. Paragraph f.(1) of the definition of "insured contract" in the DEFINITIONS Section is de- leted. Page 6 of 6 © 2011 The Travelers Indemnity Company. All rights reserved. CG D3 16 11 11 POLICY NUMBER: DT-CO-1J092295-COF-17 ISSUE DATE: 02-02-17 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: PERSON OR ORGANIZATION: FOR THE PERSON OR ORGANIZTION: (CONTINUED ON IL T8 03) ADDRESS: 6229 LEOPARD STREET CORPUS CHRISTI TX 78409 Number of Days Notice of Cancellation: 30 PROVISIONS: If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancellation to the person or organization shown in the schedule IL T4 05 03 11 above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of cancellation. © 2011 The Travelers Indemnity Company. All rights reserved. Page 1 of 1 POLICY NUMBER: DT -CO -1J092295-COF-17 GENERAL PURPOSE ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US (IL T4 05 03 11) THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: ALL COVERAGE PARTS INCLUDED IN THIS POLICY: CONTINUATION OF FORM IL T4 05 PERSON OR ORGANIZATION ANY PERSON OR ORGANIZATION TO WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OF CANCELLATION OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 1. YOU SEND US A WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATION, AFTER THE FIRST NAMED INSURED RECEIVED NOTICE FROM US OF THE CANCELLATION OF THIS POLICY; AND 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS SCHEDULE. FOR THE ADDRESS: THE ADDRESS FOR THAT PERSON OR ORGANIZATION INCLUDED IN SUCH WRITTEN REQUEST FROM YOU TO US. IL T8 03 Page 1 COMMERCIAL AUTO 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 B. BLANKET ADDITIONAL INSURED C. EMPLOYEE HIRED AUTO D. EMPLOYEES AS INSURED E. SUPPLEMENTARY PAYMENTS — INCREASED LIMITS F. HIRED AUTO — LIMITED WORLDWIDE COV- ERAGE — INDEMNITY BASIS G. WAIVER OF DEDUCTIBLE — GLASS PROVISIONS A. BROAD FORM NAMED INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II — COVERED AUTOS LIABILITY COVERAGE: Any organization you newly acquire or form dur- ing the policy period over which you maintain 50% or more ownership interest and that is not separately insured for Business Auto Coverage. Coverage under this provision is afforded only un- til the 180th day after you acquire or form the or- ganization or the end of the policy period, which- ever is earlier. B. BLANKET ADDITIONAL INSURED The following is added to Paragraph c. in A.1., Who Is An Insured, of SECTION II — COVERED AUTOS LIABILITY COVERAGE: Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an addi- tional insured is an "insured" for Covered Autos Liability Coverage, but only for damages to which CA T3 53 02 15 H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF USE — INCREASED LIMIT I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES — INCREASED LIMIT J. PERSONAL PROPERTY K. AIRBAGS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS M. BLANKET WAIVER OF SUBROGATION N. UNINTENTIONAL ERRORS OR OMISSIONS this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section 11. C. EMPLOYEE HIRED AUTO 1. The following is added to Paragraph A.1., Who Is An Insured, of SECTION II — COV- ERED AUTOS LIABILITY COVERAGE: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your busi- ness. 2. The following replaces Paragraph b. in B.5., Other Insurance, of SECTION IV — BUSI- NESS AUTO CONDITIONS: b. For Hired Auto Physical Damage Cover- age, the following are deemed to be cov- ered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in an "employee's" name, with your © 2015 The Travelers Indemnity Company. All rights reserved. Page 1 of 4 Includes copyrighted material of Insurance Services Office, Inc. with its permission. COMMERCIAL AUTO permission, while performing duties related to the conduct of your busi- ness. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". D. EMPLOYEES AS INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II — COVERED AUTOS LIABILITY COVERAGE: Any "employee" of yours is an "insured" while us- ing a covered "auto" you don't own, hire or borrow in your business or your personal affairs. E. SUPPLEMENTARY PAYMENTS — INCREASED LIMITS 1. The following replaces Paragraph A.2.a.(2), of SECTION II — COVERED AUTOS LIABIL- ITY COVERAGE: (2) Up to $3,000 for cost of bail bonds (in- cluding bonds for related traffic law viola- tions) required because of an "accident" we cover. We do not have to furnish these bonds. 2. The following replaces Paragraph A.2.a.(4), of SECTION II - COVERED AUTOS LIABIL- ITY COVERAGE: (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day be- cause of time off from work. F. HIRED AUTO — LIMITED WORLDWIDE COV- ERAGE — INDEMNITY BASIS The following replaces Subparagraph (5) in Para- graph B.7., Policy Period, Coverage Territory, of SECTION IV — BUSINESS AUTO CONDI- TIONS: (5) Anywhere in the world, except any country or jurisdiction while any trade sanction, em- bargo, or similar regulation imposed by the United States of America applies to and pro- hibits the transaction of business with or within such country or jurisdiction, for Cov- ered Autos Liability Coverage for any covered "auto" that you lease, hire, rent or borrow without a driver for a period of 30 days or less and that is not an "auto" you lease, hire, rent or borrow from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company) or members of their households. Page 2 of 4 (a) With respect to any claim made or "suit" brought outside the United States of America, the territories and possessions of the United States of America, Puerto Rico and Canada: (i) You must arrange to defend the "in- sured" against, and investigate or set- tle any such claim or "suit" and keep us advised of all proceedings and ac- tions. (ii) Neither you nor any other involved "insured" will make any settlement without our consent. (iii) We may, at our discretion, participate in defending the "insured" against, or in the settlement of, any claim or "suit". (iv) We will reimburse the "insured" for sums that the "insured" legally must pay as damages because of "bodily injury" or "property damage" to which this insurance applies, that the "in- sured" pays with our consent, but only up to the limit described in Para- graph C., Limits Of Insurance, of SECTION II — COVERED AUTOS LIABILITY COVERAGE. (v) We will reimburse the "insured" for the reasonable expenses incurred with our consent for your investiga- tion of such claims and your defense of the "insured" against any such "suit", but only up to and included within the limit described in Para- graph C., Limits Of Insurance, of SECTION II — COVERED AUTOS LIABILITY COVERAGE, and not in addition to such limit. Our duty to make such payments ends when we have used up the applicable limit of insurance in payments for damages, settlements or defense expenses. (b) This insurance is excess over any valid and collectible other insurance available to the "insured" whether primary, excess, contingent or on any other basis. (c) This insurance is not a substitute for re- quired or compulsory insurance in any country outside the United States, its ter- ritories and possessions, Puerto Rico and Canada. © 2015 The Travelers Indemnity Company. All rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance Services Office, Inc. with its permission. You agree to maintain all required or compulsory insurance in any such coun- try up to the minimum limits required by local law. Your failure to comply with compulsory insurance requirements will not invalidate the coverage afforded by this policy, but we will only be liable to the same extent we would have been liable had you complied with the compulsory in- surance requirements. (d) It is understood that we are not an admit- ted or authorized insurer outside the United States of America, its territories and possessions, Puerto Rico and Can- ada. We assume no responsibility for the furnishing of certificates of insurance, or for compliance in any way with the laws of other countries relating to insurance. G. WAIVER OF DEDUCTIBLE — GLASS The following is added to Paragraph D., Deducti- ble, of SECTION III — PHYSICAL DAMAGE COVERAGE: No deductible for a covered "auto" will apply to glass damage if the glass is repaired rather than replaced. H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF USE — INCREASED LIMIT The following replaces the last sentence of Para- graph A.4.b., Loss Of Use Expenses, of SEC- TION III — PHYSICAL DAMAGE COVERAGE: However, the most we will pay for any expenses for loss of use is $65 per day, to a maximum of $750 for any one "accident". I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES — INCREASED LIMIT The following replaces the first sentence in Para- graph A.4.a., Transportation Expenses, of SECTION III — PHYSICAL DAMAGE COVER- AGE: We will pay up to $50 per day to a maximum of $1,500 for temporary transportation expense in- curred by you because of the total theft of a cov- ered "auto" of the private passenger type. J. PERSONAL PROPERTY The following is added to Paragraph A.4., Cover- age Extensions, of SECTION III — PHYSICAL DAMAGE COVERAGE: Personal Property We will pay up to $400 for "loss" to wearing ap- parel and other personal property which is: (1) Owned by an "insured"; and CA T3 53 02 15 COMMERCIAL AUTO (2) In or on your covered "auto". This coverage applies only in the event of a total theft of your covered "auto". No deductibles apply to this Personal Property coverage. K. AIRBAGS The following is added to Paragraph B.3., Exclu- sions, of SECTION III — PHYSICAL DAMAGE COVERAGE: Exclusion 3.a. does not apply to "loss" to one or more airbags in a covered "auto" you own that in- flate due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b. and A.1.c., but only: a. b. c. If that "auto" is a covered "auto" for Compre- hensive Coverage under this policy; The airbags are not covered under any war- ranty; and The airbags were not intentionally inflated. We will pay up to a maximum of $1,000 for any one "loss". L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS The following is added to Paragraph A.2.a., of SECTION IV — BUSINESS AUTO CONDITIONS: Your duty to give us or our authorized representa- tive prompt notice of the "accident" or "loss" ap- plies only when the "accident" or "loss" is known to: (a) You (if you are an individual); (b) A partner (if you are a partnership); (c) A member (if you are a limited liability com- pany); (d) An executive officer, director or insurance manager (if you are a corporation or other or- ganization); or (e) Any "employee" authorized by you to give no- tice of the "accident" or "loss". M. BLANKET WAIVER OF SUBROGATION The following replaces Paragraph A.5., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV — BUSINESS AUTO CONDI- TIONS: 5. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the ex- tent required of you by a written contract signed and executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by © 2015 The Travelers Indemnity Company. All rights reserved. Page 3 of 4 Includes copyrighted material of Insurance Services Office, Inc. with its permission. COMMERCIAL AUTO such contract. The waiver applies only to the person or organization designated in such contract. N. UNINTENTIONAL ERRORS OR OMISSIONS The following is added to Paragraph B.2., Con- cealment, Misrepresentation, Or Fraud, of SECTION IV — BUSINESS AUTO CONDITIONS: Page 4 of 4 The unintentional omission of, or unintentional error in, any information given by you shall not prejudice your rights under this insurance. How- ever this provision does not affect our right to col- lect additional premium or exercise our right of cancellation or non -renewal. © 2015 The Travelers Indemnity Company. All rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance Services Office, Inc. with its permission. POLICY NUMBER:BA-1J094319-17-CNS ISSUE DATE: 02-02-17 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: SEE CA T8 04 ADDRESS: CORPUS CHRISTI, TX 78409 PROVISIONS: If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancellation to the person or organization shown in the schedule ILT4050311 above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of cancellation. © 2011 The Travelers Indemnity Company. All rights reserved. Page 1 of 1 COMMERCIAL AUTO POLICY ENDORSEMENT - CA T8 04 02 17 POLICY NUMBER BA -1J094319 -17 -CNS ** THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ** IL T4 05 - DESIGNATED ENTITY IT IS AGREED THAT: FOR THE PERSON OR ORGANIZTION: ANY PERSON OR ORGANIZATION TO WHOM YOU HAVE AGREED IN A WRIT CONTRACT THAT NOTICE OF CANCELLATION OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 1. YOU SEND US A WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATI AFTER THE FIRST NAMED INSURED RECEIVED NOTICE FROM US OF THE CANCELLATION OF THIS POLICY; AND 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN THIS SCHEDULE. ADDRESS: THE ADDRESS FOR THAT PERSON OR ORGANIZATION INCLUDED IN SUCH WRITTEN REQUEST FROM YOU TO US. EFFECTIVE DATE 02-01-17 EXPIRATION DATE 02-01-18 PAGE 0001 DATE OF ISSUE 02-02-17 TRAVELERS) ONE TOWER SQUARE HARTFORD CT 06183 WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 42 03 04 ( B) — 001 POLICY NUMBER: UB -1J093913 -17-26-G 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. U Specific Waiver Name of person or organization EBlanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be 0.02 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described.. 4. Advance Premium: $ SEE SCHEDULE This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. Endorsement No. Insured Premium Insurance Company Countersigned by DATE OF ISSUE: 02-03-17 ST ASSIGN: Page 1 of 1 © Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. TRAVELERS) ONE TOWER SQUARE HARTFORD CT 06183 WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 42 06 01 (00) — 001 POLICY NUMBER: UB -1J093913 -17-26-G 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 WITH WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OF CANCELLATION, NONRENEWAL OR MATERIAL REDUCTION IN COVERAGE OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 1. YOU SEE TO IT THAT WE RECEIVE A WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATION, AFTER THE FIRST NAMED INSURED RECEIVES NOTICE FROM US OF THE CANCELLATION, NONRENEWAL OR MATERIAL REDUCTION IN COVERAGE OF THIS POLICY; AND 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS ENDORSEMENT. ADDRESS: THE ADDRESS FOR THAT PERSON OR ORGANIZATION INCLUDED IN SUCH WRITTEN REQUEST FROM YOU TO US. ** Number of days Notice specified in the Certificate of Insurance to all holders of such certificates. DATE OF ISSUE: 02-03-17 ST ASSIGN: Page 1 of 1 00 6116 PAYMENT BOND BOND NO. 4410905 Contractor as Principal Name: CPC Interests, LLC Dba Clark Pipeline Services Mailing address (principal place of business): 6229 Leopard St. Corpus Christi, TX 78409 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: E12091 South Alameda Street from Ayers Street to Louisiana Avenue (Bond 2012) Award Date of the Contract: March 28, 2017 Contract Price: $4,996,832.79 Bond Date of Bond: April 4. 2017 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name: SureTec Insurance Company Mailing address (principal place of business): 9737 Great Hills Trail, Suite 320 Austin, Texas 78759 Physical address (principal place of business): 9737 Great Hills Trail, Suite 320 Austin, Texas 78759 Surety is a corporation organized and existing under the laws of the state of: Texas 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): 866-732-0099 Telephone (for notice of claim): 866-732-0099 Local Agent for Surety Name:ddKerry Woods/Keetch & Associates A 1 / 18esanta Fe Street Corpus Christi, Texas 78404 Telephone: 361-883-3803 Email Address: kwoodsAkeetchins.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252 3439 Payment Bond Form E12091 South Alameda St from Ayers St to Louisiana Ave 006116-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and 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 co;'- . at length herein. Venue shall lie exclusively in Nueces County, Texo for any legal action. / Contractor as Principal nterests, a lar p, 't ices Signature: Surety Sure e Itisuranc G .111.0!- i Signature: l� /j'= J:... .. Name: () (v},i,L ( . (� Name: Dennis M. Descant. Jr. Title: —Pr-c-e•,k-`L- Title: Attorney-in-Fact Email Address: cc (w(, e ,.(),,v . 6_, .. Email Address: dennis.descantlbch-insurance.com (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form E12091 South Alameda St from Ayers St to Louisiana Ave 006116-2 7-8-2014 • 1' •:; ' POA t1: 4221073 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Jeffrey L. Brady, Dennis M. Descant, Jr., Cheryl A. Sanders, Alicia Cantavella its true and lawful Attorney-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for: Five Million and 001100 Dollars ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and.duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the premises. Said appointment shall continue in force until 5/18/2017 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20th of April, 1999.) In Witness Whereof SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 21st day of March, A.D. 2013. State of Texas ss: County of Harris On this 21st day of March, A.D. 2013 before me personally came John Knox Jr., to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. •9 SURETEC INSURANCE COMPANY By: John 4" ox Jr: ' resident JACQUELYN MALDONADO Notary Public State oI Texas My Comm. Exp. 5/18/2017 Jacgbelyn Maldonado, Notary Public My commission expires May 18, 2017 I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this 4th day of April /JAZ; 2017 A.D. . Bre t Beaty, Assistant, 0 Any Instrument issued In excess of the penalty stated above is totally void and without any validity. . ,-- .,) • For verification of the authority of this power you may call (713) 812-0800 any business day between 8:00 am and 5:00 pini $T. • J.,, Ij✓�,. 1`�= W SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252- 3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 Fax#: 512-475-1771 Web: http://www.tdi.state.tx.us Email: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for, losses caused by acts of terrorism, riot, civil insurrection, or acts of war. Exclusion of Liability for Mold, Mycotoxins, Fungi & Environmental Hazards The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergens, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor for any environmental hazards, bio -hazards, hazardous materials, environmental spills, contamination, or cleanup, nor the remediation thereof, nor the consequences to persons, property, or the performance of the bonded obligations, of the occurrence, existence, or appearance thereof. Texas Rider 010106 00 6113 PERFORMANCE BOND BOND NO. 4410905 Contractor as Principal Name: CPC Interests, LLC Dba Clark Pipeline Services Mailing address (principal place of business): 6229 Leopard St Corpus Christi. TX 78409 Owner Name:. City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: E12091 South Alameda from Avers Street to Louisiana Avenue (Bond 2012) Award Date of the Contract: March 28. 2017 Contract Price: $4.996.832.79 Bond Date of Bond: April 4, 2017 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name: SureTec Insurance Company Mailing address (principal place of business): 9737 Great Hills Trail, Suite 320 Austin, Texas 78759 Physical address (principal place of business): 9737 Great Hills Trail, Suite 320 Austin, Texas 78759 Surety is a corporation organized and existing under the laws of the state of: Texas 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): 866-732-0099 Telephone (for notice of claim): 866-732-0099 Local Agent for Surety Name: Kerry Woods/Keetch & Associates Address: 1718 Santa Fe Street Corpus Christi, Texas 78404 Telephone: 361-883-3803 Email Address: kwoods@keetchins.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800 252-3439 Performance Bond E12091 South Alameda St from Ayers St to Louisiana Ave 006113-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal CPC interests, LLC dba .rk P. 'el' erJ'c Signature: Surety Sur: -c Insuranc; I 0;•••,, .` 4 Signature: t;' ' i � fj' Name: t„;S • (, Name: Dennis M. Descant. Jr. Title: •, • Title: Attorney -In -Fact Email Address: Ccto...Lh G,w.1', {fi;,K, tc,ti Email Address: dennis.descantribch-insurance.com (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond E12091 South Alameda St from Ayers St to Louisiana Ave 006113-2 7-8-2014 .T • 1: �:. POA #: 4221073 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Jeffrey L. Brady, Dennis M. Descant, Jr., Cheryl A. Sanders, Alicia Cantavella its true and lawful Attorney-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for: Five Million and 00/100 Dollars ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the premises. Said appointment shall continue in force until 5/18/2017 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's Iiability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attomey or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20th of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 21st day of March, A.D. 2013. . State of Texas County of Harris ss: SURETEC INSURANCE COMPANY By: John 4 ox Jr: ' resident On this 21st day of March, A.D. 2013 before me personally came John Knox Jr., to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. JACQUELYN MALDONADO Notary Public State of Texas My Comm. Exp. 5118/2017 Jacgbelyn Maldonado, Notary Public My commission expires May 18, 2017 I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this 4th day of April 2017 . Bre t Beaty, Assistant _ Any instrument issued In excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call (713) 812-0800 any business day between 8:00 am and 6:00 P1rai$T. rte' 4.1141111" • SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252- 3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 Fax#: 512-475-1771 Web: http://www.tdi.state.tx.us Email: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for, losses caused by acts of terrorism, riot, civil insurrection, or acts of war. Exclusion of Liability for Mold, Mycotoxins, Fungi & Environmental Hazards The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergens, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor for any environmental hazards, bio -hazards, hazardous materials, environmental spills, contamination, or cleanup, nor the remediation thereof, nor the consequences to persons, property, or the performance of the bonded obligations, of the occurrence, existence, or appearance thereof. Texas Rider 010106 1