Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2017-210 - 3/28/2017 - Approved
2017-210 • 3/28/17 M2017-046 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: Ayers Street—Ocean Drive to Alameda Street(Bond 2014) Project No. E13092 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Freese and Nichols, Inc. 800 N.Shoreline Blvd.,Suite 1600N Corpus Christi,TX 78401 2.02 The Owner's Authorized Representative for this Project is: Wayne Otto, P.E.—Acting Construction Engineer City of Corpus Christi—Engineering Services 4917 Holly Road#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 360 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 390 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 Ayers Street—Ocean Dr.to Alameda St.(Bond 2014)—Project No. E13092 Rev06-22-2016 INDEXED CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1 - 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. CPC Interests LLC dba Clark Pipeline Services Corpus Christi, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Corpus Christi OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2017-171284 Date Filed. 02/24/2017 Date Acknowledged: n Aimee 2017 41721Alcorn-Reed 2017.05.04 7 7:21:07 -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. E13092 AYERS STREET FROM OCEAN DRIVE TO ALAMEDA STREET BOND 2014 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. 6 AFFIDAVIT J DIANNA M SANCHEZ Notary Public, Stale of Texas My Commission Expires SEPTEMBER 29, 2019 swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. Signature of authorized agent of contracting .usiness entity AFFIX NOTARY STAMP / SEAL ABOVE / r� / �1 Sworn to and subscribed before me, by the said 20 O h rE c I 1 !i e n 0 / t w__ this the c l day of 4e b Nary 1` , to certify which, witness my hand and seal of office. Signature of officer administering o t b2 'Anti S-CE!)(he z &inkL OMN-er 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 1 CONTRACT DOCUMENTS FOR CONSTRUCTION OF AYERS STREET OCEAN DRIVE TO ALAMEDA STREET (Bond 2014) PROJECT NUMBER E13092 FREESE 800 N. Shoreline Blvd. Suite 160ON Corpus Christi, Texas 78401-3717 Phone — (361) 561-6500 Fax — (351) 561-6501 OF *10 Cit of ,...................CECAV...:.A , � NICHOLAS A. iO/�: 97391 Corpus ' . ENS Christi �— FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 Record Drawing Number STR-895 December 30, 2016 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(Rev 06-22-2016) 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 (Rev06-12-2015) 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) 01 33 02 Shop Drawings 01 33 03 Record Data 01 33 04 Construction Progress Schedule Table of Contents 000100-1 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 Rev 06-22-2016 Division/ Title Section 01 33 05 Video and Photographic Documentation 01 35 00 Special Procedures 01 40 00 Quality Management 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls 01 70 00 Execution and Closeout Requirements Part S Standard Specifications 020100 Survey Monuments 021020 Site Clearing and Stripping 021040 Site Grading 021080 Removing Abandoned Structures 022020 Excavation and Backfill for Utilities 022021 Control of Ground Water 022022 Trench Safety for Excavations 022040 Street Excavation 022080 Embankment 022100 Select Material 022420 Silt Fence 025202 Scarifying and Reshaping Base Course 025205 Pavement Repair, Curb, Gutter, Sidewalk and Driveway Replacement 025223 Crushed Limestone Flexible Base 025404 Asphalts, Oils and Emulsions 025412 Prime Coat 025414 Aggregate for Surface Treatment 025416 Seal Coat 025418 Surface Treatment 025424 Hot Mix Asphaltic Concrete Pavement 025608 Inlets 025610 Concrete Curb and Gutter 025612 Concrete Sidewalks and Driveways 025614 Concrete Curb Ramps 025620 Portland Cement Concrete Pavement Table of Contents 000100-2 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 Rev 06-22-2016 Division/ Title Section 025803 Traffic Signal Adjustments 025805 Work Zone Pavement Markings 025807 Pavement Markings 025813 Preformed Thermoplastic Striping, Words, and Emblems 025816 Raised Pavement Markers 025818 Reference— Pavement Markers (Reflectorized) (TxDOT D-9-4200) 025828 Reference - Bituminous Adhesive for Pavement Markers (TxDOT D-9-6130) 026201 Waterline Riser Assemblies 026202 Hydrostatic Testing of Pressure Systems 026204 PVC Pipe—ASTM 026206 Ductile Iron Pipe and Fittings 026210 PVC Pipe -AWWA 026214 Grouting Abandoned Utility Lines 026402 Waterlines 026404 Water Service Lines 026409 Tapping Sleeves and Valves 026411 Gate Valves for Waterlines 026416 Fire Hydrants 027200 Control of Wastewater Flows—Bypass Pumping Systems 027202 Manholes 027203 Vacuum Testing of Wastewater Manholes and Structures 027205 Fiberglass Manholes 027402 Reinforced Concrete Pipe Culverts 027404 Concrete Box Culverts 027602 Gravity Wastewater Lines 027604 Disposal of Waste From Wastewater Cleaning Operations 027611 Cleaning and Televised Inspection of Conduits 027614 CIPP 027618 Pipebursting 028020 Seeding 028040 Sodding 028300 Fence Relocation 030020 Portland Cement Concrete Table of Contents 000100-3 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 Rev 06-22-2016 Division/ Title Section 032020 Reinforcing Steel 038000 Concrete Structures 055420 Frames, Grates, Rings, and Covers Part T Technical Specifications 025802-MOD Temporary Traffic Controls During Construction 027606-MOD Wastewater Service Lines 34 41 13.00 Traffic Signal Standards and General Requirements 3441 13.13 Installation of Traffic Equipment 34 41 16.23 Traffic Signal Cabinet and Assemblies 3441 16.33 Traffic Signal Controller Unit 34 41 16.43 Ground Boxes 34 41 16.53 Vehicle Signal Heads 34 41 16.63 Pedestrian Signals 34 41 16.93 Poles and Assemblies 34 41 19.13 Electrical Services for Traffic Equipment 34 41 19.73 Uninterruptible Power Supply 34 41 23.39 Radar Presence Detector Appendix Title A Geotechnical Report B Subsurface Utility Engineering—Test Hole Data C Quazite PG2436BA24 Stackable Open Bottom Assembly D City of Corpus Christi—Signalization Standard Product List END OF SECTION Table of Contents 000100-4 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 Rev 06-22-2016 DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1—DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2—GENERAL NOTICE 2.01 The City of Corpus Christi,Texas (Owner) is requesting Bids for the construction of the following Project: Avers Street—Ocean Drive to Alameda Street (Bond 2014) Project No. E13092 A. The proposed improvements include hot mix asphalt pavement, concrete curb and gutter, concrete header curb, concrete driveways, ADA—compliant sidewalks and pedestrian facilities, water distribution, wastewater collection, and storm water drainage improvements. Additional work items included with the project are traffic signalization, pavement markings, signage, traffic control and sequencing, and IT and street lighting conduit, and coordination with franchise utility owners and City Departments on existing utilities. The project includes three additive alternates for the reconstruction of wastewater manholes and wastewater mains ranging in size from 15"to 24". 2.02 The Engineer's Opinion of Probable Construction Cost for the Project Base Bid is$6,640,000. The Project is to be substantially complete and ready for operation within 360 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports, or other information relevant to submitting a Bid for the Project. ARTICLE 3— DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than 2:00 P.M. on Wednesday. February 15, 2017 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. Invitation to Bid and Instructions to Bidders 002113- 1 Ayers Street—Ocean Dr. to Alameda St. (Bond 2014)—Project No. E13092 Rev 01-13-2016 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. 3.04 If submitting a hard copy bid or bid security by cashier's check or money order, please address envelopes or packages: City of Corpus Christi City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid—Ayers Street—Ocean Drive to Alameda Street(Bond 2014), Project No. E13092 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. 3.05 Bids will be publicly opened and read aloud at 2:00 P.M. on Wednesday, February 15, 2017, at the following location: City Hall Building City of Corpus Christi 3rd Floor—Parks and 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. ARTICLE 4—PRE-BID CONFERENCE 4.01 A non-mandatory pre-bid conference for the Project will be held on 9:30 A.M. on Monday, February 6, 2017 at the following location: City Hall Building—Engineering Services Conference Room 1 or 2 3rd 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. Invitation to Bid and Instructions to Bidders 002113-2 Ayers Street—Ocean Dr. to Alameda St. (Bond 2014)—Project No. E13092 Rev 01-13-2016 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 5.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE 6—EXAMINATION OF CONTRACT DOCUMENTS 6.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents,Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 6.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5, that without exception the Bid is premised upon completion of Work required by the Contract Documents, Addenda, and the related supplemental data,that the Bidder has given the OAR written notice of all conflicts, errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Documents, Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 7—INTERPRETATIONS AND ALTERNATE BIDS 7.01 Submit all questions about the meaning or intent of the Contract Documents, Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 7.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. Invitation to Bid and Instructions to Bidders 002113-3 Ayers Street—Ocean Dr. to Alameda St. (Bond 2014)—Project No. E13092 Rev 01-13-2016 7.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 8—BID SECURITY 8.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi,Texas in the amount of 5 percent (5%) of the greatest amount bid. 8.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of Bid Bond as an attachment to their bid. Cashier's check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents, the bidder's name and the job name and number and delivered as required in Article 3 below. 8.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition,that the Owner will be paid a sum equal to 5 percent (5%) of the greatest amount bid if, within 10 calendar days of Notice of Award of the Contract, the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Invitation to Bid and Instructions to Bidders 002113-4 Ayers Street—Ocean Dr. to Alameda St. (Bond 2014)—Project No. E13092 Rev 01-13-2016 Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. ARTICLE 9—PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 9.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 9.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 10—CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place "confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of"confidential" documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11—MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days, thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Invitation to Bid and Instructions to Bidders 002113-5 Ayers Street—Ocean Dr. to Alameda St. (Bond 2014)—Project No. E13092 Rev 01-13-2016 Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. ARTICLE 12—BIDS REMAIN SUBJECT TO ACCEPTANCE 12.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 13—STATEMENT OF EXPERIENCE 13.01 The three lowest Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 14—EVALUATION OF BIDS 14.01 The Owner will consider the amount bid,the Bidder's responsibilities, the Bidder's safety record, the Bidder's indebtedness to Owner, the Bidder's capacity to perform the work and/or whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ARTICLE 15—AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 15.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 16—MINORITY/ MBE/DBE PARTICIPATION POLICY 16.01 Selected Contractor is required to comply with the Owner's Minority/ MBE/DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY/ MBE/ DBE PARTICIPATION POLICY. 16.02 Minority participation goal for this Project has been established to be 45%. Invitation to Bid and Instructions to Bidders 002113-6 Ayers Street—Ocean Dr. to Alameda St. (Bond 2014)—Project No. E13092 Rev 01-13-2016 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. ARTICLE 17—BONDS AND INSURANCE 17.01 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS sets forth the Owner's requirements as to Bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence of insurance. 17.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 18—SIGNING OF AGREEMENT 18.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the required number of counterparts (1) of the Agreement and attached documents to the Owner within 14 days. The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However, Owner will not be liable for any delays prior to the award or execution of Contract. ARTICLE 19—SALES AND USE TAXES 19.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 19.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 20—WAGE RATES 20.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 21—BIDDER's CERTIFICATION OF NO LOBBYING 21.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees, consultants, or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process,the City may, in its discretion, reject the Bid. Invitation to Bid and Instructions to Bidders 002113-7 Ayers Street—Ocean Dr. to Alameda St. (Bond 2014)—Project No. E13092 Rev 01-13-2016 ARTICLE 22—CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CIQ and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 23—CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. ARTICLE 24- REJECTION OF BID 24.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security, with Power of Attorney, submitted as required by Article 7. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 24.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. Evidence of Bidder's recurring failure to complete an item of work within a timeframe acceptable to the City or in accordance with a City-accepted schedule is evidence of Bidder's failure to achieve reasonable progress under this subsection. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. Invitation to Bid and Instructions to Bidders 002113-8 Ayers Street—Ocean Dr. to Alameda St. (Bond 2014)—Project No. E13092 Rev 01-13-2016 F. Failure to acknowledge receipt of Addenda. G. Failure to submit post-Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity (i.e. U.S. Environmental Protection Agency, Texas Commission on Environmental Quality, etc.). J. Bidder's Safety Experience. K. Failure of Bidder to demonstrate,through submission of the Statement of Experience,the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources, workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. O. Evidence of Bidder's lack of capacity to perform the Work. Evidence of Bidder's lack of capacity. Evidence of capacity to perform the Work will include a factual review of(i) all remaining work or incomplete work items under any existing city or non-city contract; (ii) ability to perform the Work with remaining sufficient resources, workforce, equipment and supervision/supervisory staff; (iii) ability in the past to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items under any existing City-awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. END OF SECTION Invitation to Bid and Instructions to Bidders 002113-9 Ayers Street—Ocean Dr. to Alameda St. (Bond 2014)—Project No. E13092 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: 2:00 P.M. on Wednesday, February 15, 2017 for Ayers Street—Ocean Drive to Alameda Street(Bond 2014)—Project No. E13092. 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 -Ayers Street—Ocean Drive to Alameda Street (Bond 2014)— Project No. E13092 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: Bid Acknowledgement Form 003000- 1 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 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. Bid Acknowledgement Form 003000-2 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 Rev 01-13-2016 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods,techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and 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 Bid Acknowledgement Form 003000-3 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 Rev 01-13-2016 responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder. The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non-conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. ARTICLE 6—TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 350 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 380 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. Bid Acknowledgement Form 003000-4 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 Rev 01-13-2016 ARTICLE 8—DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9—VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County, Texas for any legal action. ARTICLE 10—SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. 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 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 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 for giving notices: Phone: Email: (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form 003000-6 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 Rev 01-13-2016 00 30 01 BID FORM 00 30 01 BID FORM Project Ayers Street from Ocean Drive to Alameda Street(Bond 2014) Name: Project E13092 Number: Owner: City of Corpus Christi Bidder: OAR: TBD Designer: Freese and Nichols,Inc. Basis of Bid Item DESCRIPTION UNIT ESTIMATEDUNIT PRICE EXTENDED AMOUNT QUANTITY Base Bid Part A-GENERAL(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization LS 1 A2 Bonds and Insurance LS 1 A3 Clear Right-of-Way AC 4.2 A4 Ozone Day DAY 4 AS Survey Monument EA 2 A6 Traffic Control Advance Warning Signage LS 1 A7 Traffic Control LS 1 A8 Exploratory Excavation LS 1 A9 Temporary Pavement Repair SY 300 A10 Block Sodding SY 1,850 All Silt Fence for Storm Water Pollution Prevention LF 4,800 Al2 Curb Inlet Protection EA 28 A13 Storm Water Pollution Prevention Plan LS 1 SUBTOTAL PART A-GENERAL(Items Al thru A13) Part B-STREET IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 Street Excavation SY 14,370 B2 12"Compacted Subgrade SY 14,160 B3 Prime Coat(0.15 Gal/SY) GAL 1,826 Bid Form Page 1 of 9 Ayers Street-Ocean Dr.to Alameda St.-Project No.E13092 REV 01-13-2016 00 30 01 BID FORM ESTIMATED Item DESCRIPTION UNIT UNIT PRICE EXTENDED AMOUNT QUANTITY B4 10"Crushed Limestone Flexible Base(Type A, SY 14,000 Grade 1-2 B5 Geogrid(TensarTX-5) SY 14,160 B6 2"HMAC Pavement(Type D)Surface Course SY 12,172 B7 3"HMAC Pavement(Type B)Base Course SY 12,172 B8 6"Concrete Driveway SF 13,000 B9 Unanticipated Concrete Driveway Removal SF 200 B10 Asphalt Pavement Repair(Type 1) SY 160 B11 6"Thick Concrete Pavement SY 107 B12 6"Crushed Limestone Flexible Base(Type A, SY 118 Grade 1-2 B13 6"Compacted Subgrade SY 118 B14 Concrete Steps CY 3 B15 Adjust Existing Manhole to Finish Grade EA 13 B16 Remove and Replace Chain Link Fence LF 170 B17 Pre-Fab Pavement Marking Type I(W)(ARROW) EA 24 B18 Pre-Fab.Pavement Marking Type I(W)(ONLY) EA 9 B19 Pre-Fab.Refl.Pavement Marking Type I(W) EA 12 BICYCLE SHARED B20 Refl.Pavement Marking Type 1(W)(4")(SOLID) LF 1,270 B21 Refl.Pavement Marking Type 1(Y)(4")(SOLID) LF 2,550 B22 Refl.Pavement Marking Type 1(Y)(4")(DBL) LF 1,455 SOLID B23 Refl.Pavement Marking Type I(Y)(4")(Broken) LF 715 B24 Refl.Pavement Marking Type I(W)(4")(BROKEN) LF 120 B25 Refl.Pavement Marking Type I(W)(8")(SOLID) LF 950 B26 Refl.Pavement Marking Type 1(W)(12")(SOLID) LF 920 B27 Refl.Pavement Marking Type 1(W)(16")(SOLID) LF 70 B28 Refl.Pavement Marking Type 1(Y)(12")(SOLID) LF 50 B29 Refl.Pavement Marking Type 1(W)(24")(SOLID) LF 117 B30 Refl.Pavement Marking Type 1(W)(4") LF 345 BROKEN 2'Se ment,4'Ga B31 Eliminate Existing Pavement Markings LF 670 B32 Handicap Parking Symbol EA 1 B33 TY II-A-A Raised Pavement Marker(Reflectorized) EA 220 B34 TY I-C Raised Pavement Marker(Reflectorized) EA 60 B35 Refl.Pavement Marking Type 1(Yield Lines) LF 120 Bid Form Page 2 of 9 Ayers Street-Ocean Dr.to Alameda St.-Project No.E13092 REV 01-13-2016 00 30 01 BID FORM ESTIMATED Item DESCRIPTION UNIT UNIT PRICE EXTENDED AMOUNT QUANTITY B36 Street Sign Assembly w/9"Blades(Green)and EA 6 STOP Sign B37 STOP Sign Only EA 2 B38 Speed Zone Sign EA 6 B39 Regulatory Sign EA 66 B40 Warning Sign EA 19 B41 Handicap Parking Sign EA 1 Allowance for Unanticipated Street B42 LS 1 $ 30,000.00 $ 30,000.00 Improvements SUBTOTAL PART B-STREET IMPROVEMENTS(Items 61 thru B42) Part C-STORM WATER DRAINAGE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 12"Dia.RCP(Class III) LF 24 C2 15"Dia.RCP(Class III) LF 61 C3 18"Dia.RCP(Class III) LF 671 C4 24"Dia.RCP(Class III) LF 55 C5 30"Dia.RCP(Class III) LF 102 C6 36"Dia.RCP(Class III) LF 364 C7 42"Dia.RCP(Class III) LF 378 C8 48"Dia.RCP(Class III) LF 265 C9 54"Dia.RCP(Class III) LF 1,032 C10 60"Dia.RCP(Class III) LF 571 C11 Tie-in Existing 12" Dia.RCP EA 3 C12 Tie-in Existing 15"Dia.RCP EA 7 C13 Tie-in Existing 24"Dia.RCP EA 1 C14 Tie-in Existing 60"Dia.RCP EA 1 C15 15"Dia.Plug EA 2 C16 30"Dia.Plug EA 1 C17 Remove Existing 60"Transition Reducing Stopper EA 1 C18 Abandoned In Place Existing 15"RCP and Fill LF 70 .W/Grout C19 Sidewalk Drain EA 5 C20 5"Standard Curb Inlet EA 21 C21 6'Standard Curb Inlet EA 1 C22 10'Standard Curb Inlet EA 3 Bid Form Page 3 of 9 Ayers Street-Ocean Dr.to Alameda St.-Project No.E13092 REV 01-13-2016 00 30 01 BID FORM ESTIMATED Item DESCRIPTION UNIT UNIT PRICE EXTENDED AMOUNT QUANTITY C23 5'Curb Inlet Extension EA 10 C24 5'Dia.Concrete Storm Water Manhole(Type'A') EA 1 C25 Concrete Storm Water Manhole(Type'B') EA 2 C26 Concrete Storm Water Manhole(Type'C') EA 2 C27 Concrete Storm Water Manhole(Type'D') EA 8 C28 Concrete Storm Water Junction Box(JB-1) EA 1 C29 6"Concrete Curb&Gutter LF 5,611 C30 6"Concrete Curb LF 120 C31 Unanticipated Curb&Gutter Removal LF 100 C32 Remove and Replace Concrete Sidewalk SF 100 C33 Remove and Replace Concrete Curb and Gutter LF 100 C34 Trench Safety for Storm Water Conduits LF 3,523 C35 Trench Safety for Storm Water Inlet,Manhole or EA 39 Junction Box Allowance for Unanticipated Storm Water C36 LS 1 $ 25,000.00 $ 25,000.00 Im rovements SUBTOTAL PART C-STORM WATER DRAINAGE IMPROVEMENTS(Items C1 thru C36) Part D-WATER DISTRIBUTION IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) D1 4"Dia.C900 PVC Waterline LF 57 D2 4"Dia.45° D.I.Bend EA 4 D3 4"Gate Valve W/Box and Cover EA 3 D4 4"Tie-in Connection EA 3 DS 6"Dia.C900 PVC Waterline LF 227 D6 6"Dia.45° D.I.Bend EA 16 D7 6"Dia.22 1/2° D.I.Bend EA 1 D8 6"Gate Valve W/Box and Cover EA 6 D9 6"Tie-In Connection EA 6 D10 8"Dia.C900 PVC Waterline(DR 18) LF 144 D11 8"Dia.Ductile Iron Waterline LF 128 Bid Form Page 4 of 9 Ayers Street-Ocean Dr.to Alameda St.-Project No.E13092 REV 01-13-2016 00 30 01 BID FORM ESTIMATED Item DESCRIPTION UNIT UNIT PRICE EXTENDED AMOUNT QUANTITY D12 8"Dia.45°D.I.Bend EA 16 D13 8"Dia.22 1/2° D.I.Bend EA 2 D14 8"Gate Valve with Box and Cover EA 5 D15 8"Tie-in Connection EA 5 D16 10"Tie-in Connection EA 1 D17 12"Dia.C900 PVC Waterline(DR 18) LF 2,170 D18 12"Dia.Ductile Iron Waterline LF 687 D19 12"Dia.45°D.I.Bend EA 52 D20 12"Dia.11 1/4° D.I.Bend EA 3 D21 12"Gate Valve with Box and Cover EA 21 D22 12"x 4"D.I.Tee EA 3 D23 12"x 6"D.I.Tee EA 6 D24 12"x 8"D.I.Tee EA 5 D25 12"x 12"D.I.Tee EA 4 D26 12"x 10"D.I.Reducer EA 1 D27 12"Tie-in Connection EA 5 D28 Fire Hydrant Assembly(Type 2) EA 9 D29 Replace Existing Water Service W/New Service EA 14 Connection D30 Adjust Exist.Water Valve Box to Finish Grade EA 1 D31 Trench Safety for Waterlines LF 3,413 Allowance for Unanticipated Water D32 LS 1 $ 15,000.00 $ 15,000.00 Improvements SUBTOTAL PART D-WATER DISTRIBUTION IMPROVEMENTS(D1 THRU D32) Part E-WASTEWATER IMPROVEMENTS(BASE BID)(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) E1 10"Dia.PVC SDR 26(ASTM D2241)Wastewater LF 160 Gravity Line 0'-6'Depth) E2 10"Dia.PVC SDR 26(ASTM D2241)Wastewater LF 513 Gravity Line 6'-8'Depth) E3 4"Dia.Fiberglass Manhole(<6'Depth) EA 6 E4 Extra Depth for 4'Dia.Manhole(Over 6'Depth) VF 2 E5 Rehab of Existing Wastewater Manhole W/New EA 2 Fiberglass Liner and Ring and Cover E6 Rehab of Existing 10"Wastewater Line W/CIPP LF 474 Bid Form Page 5 of 9 Ayers Street-Ocean Dr.to Alameda St.-Project No.E13092 REV 01-13-2016 00 30 01 BID FORM ESTIMATED Item DESCRIPTION UNIT UNIT PRICE EXTENDED AMOUNT QUANTITY E7 10"Dia.Plug EA 1 E8 Replace Existing Wastewater Service w/New EA 7 Wastewater Service and Cleanout Abandon in Place Exist.10"VCP Wastewater Line E9 LF 292 and Fill W/Grout E10 Bypass Pumping of Raw Sewage LS 1 E11 Trench Safety for Wastewater Lines LF 673 E12 Trench Safety for Wastewater Manhole EA 6 Allowance for Unanticipated Wastewater E13 LS 1 $ 15,000.00 $ 15,000.00 Improvements SUBTOTAL PART E-WASTEWATER IMPROVEMENTS(BASE BID)(E1 THRU E13) Part F-RTA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) F1 5"Thick Concrete Bus Shelter Pad SF 570 F2 8"Thick Reinforced Concrete Bus Stop Pad SY 147 F3 7"Crushed Limestone Flexible Base(Type A, SY 168 Grade 1-2 SUBTOTAL PART F-RTA IMPROVEMENTS(F1 THRU F3) Part G-A.D.A.PEDESTRIAN IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) G1 4"Concrete Sidewalk SF 24,435 G2 Compacted Select Fill Material Under Sidewalk SY 153 G3 Concrete Curb Ramp SF 2,680 G4 Refl.Pavement Marking Type I(W)(Crosswalk) LF 385 10'Wide G5 Unanticipated Concrete Sidewalk Removal SF 200 G6 Concrete Sidewalk Retaining Curb(18"Max. LF 170 Height) SUBTOTAL PART G-A.D.A.PEDESTRIAN IMPROVEMENTS(G1 THRU G6) Part H-GAS IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) H1 Adjust Existing Gas Valve Box to Finish Grade EA 9 SUBTOTAL PART H-GAS IMPROVEMENTS (1-11) Part I-SIGNALIZATION IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 11 Traffic Signals at Ayers St./Santa Fe St. LS 1 Intersection SUBTOTAL PART I-SIGNALIZATION IMPROVEMENTS(11) Bid Form Page 6 of 9 Ayers Street-Ocean Dr.to Alameda St.-Project No.E13092 REV 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATEDUNIT PRICE EXTENDED AMOUNT QUANTITY Part J-I.T.IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 11 2"Dia.PVC(Sch 40)Elect.Conduit LF 2,760 J2 24"x36"x18"Pullbox(Handhole) EA 7 SUBTOTAL PART J-I.T.IMPROVEMENTS(J1 THRU J2) Part K-STREET LIGHTING IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) K1 3"Dia.PVC(Sch 40)Elect.Conduit for Street LF 1,332 Lighting K2 11"x18"x18"Pullbox(Handhole)for Street EA 11 Lighting SUBTOTAL PART K-STREET LIGHTING IMPROVEMENTS(K1 THRU K2) Part L-WASTEWATER IMPROVEMENTS(ADD.ALT.#1)(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) L1 Rehab of Existing 21"Wastewater Line w/CIPP LF 366 L2 Bypass Pumping of Raw Sewage LS 1 L3 Traffic Control EA 1 SUBTOTAL PART L-WASTEWATER IMPROVEMENTS(ADD.ALT.#1)(1-1 THRU 1-3) Part M-WASTEWATER IMPROVEMENTS(ADD.ALT.#2)(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) M1 24"Dia.H.D.P.E.DR 11 I.P.S.Wastewater Gravity LF 366 Line 14'-16'Depth) M2 Pipe Burst Existing 21"VCP Wastewater Line LF 366 M3 5'Dia.Fiberglass Manhole(<6'Depth) EA 1 M4 Extra Depth for 5'Dia.Manhole(Over 6'Depth) VF 10 M5 Remove Existing Wastewater Manhole EA 1 M6 Asphalt Pavement Repair(Type 1) SY 45 M7 Bypass Pumping of Raw Sewage LS 1 M8 Trench Safety for Wastewater Lines LF 366 M9 Trench Safety for Wastewater Manhole EA 1 M10 Traffic Control LS 1 SUBTOTAL PART M-WASTEWATER IMPROVEMENTS(ADD.ALT.#2)(M1 THRU M10) Bid Form Page 7 of 9 Ayers Street-Ocean Dr.to Alameda St.-Project No.E13092 REV 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATEDUNIT PRICE EXTENDED AMOUNT QUANTITY Part N-WASTEWATER IMPROVEMENTS(ADD.ALT.#3)(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) N1 18"Dia.H.D.P.E.DR 11 I.P.S.Wastewater Gravity LF 742 Line 14'-16'Depth) N2 Pipe Burst Existing 12"VCP Wastewater Line LF 742 N3 24"Dia.PVC SDR 26(ASTM D2241)Wastewater LF 76 .Gravity Line 14'-16'Depth) N4 5'Dia.Fiberglass Manhole(<6'Depth) EA 5 N5 Extra Depth for 4'Dia.Manhole(Over 6'Depth) VF 47 N6 Remove Existing Wastewater Manhole EA 4 N7 Asphalt Pavement Repair(Type 1) SY 130 N8 Remove Existing 21"VCP Wastewater Line LF 76 N9 Bypass Pumping of Raw Sewage LS 1 N10 Trench Safety for Wastewater Lines LF 818 N11 Trench Safety for Wastewater Manhole EA 5 N12 Traffic Control LS 1 SUBTOTAL PART N-WASTEWATER IMPROVEMENTS(ADD.ALT.#3)(N1 THRU N12) Bid Form Page 8 of 9 Ayers Street-Ocean Dr.to Alameda St.-Project No.E13092 REV 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATEDUNIT PRICE EXTENDED AMOUNT QUANTITY BID SUMMARY SUBTOTAL PART A-GENERAL(Items Al thru A13) SUBTOTAL PART B-STREET IMPROVEMENTS(Items 131 thru B42) SUBTOTAL PART C-STORM WATER DRAINAGE IMPROVEMENTS(Items C1 thru C36) SUBTOTAL PART D-WATER DISTRIBUTION IMPROVEMENTS(Items D1 thru D32) SUBTOTAL PART E-WASTEWATER IMPROVEMENTS(BASE BID)(Items E1 thru E13) SUBTOTAL PART F-RTA IMPROVEMENTS(Items F1 thru F3) SUBTOTAL PART G-A.D.A.PEDESTRIAN IMPROVEMENTS(Items G1 thru G6) SUBTOTAL PART H-GAS IMPROVEMENTS(BY CONTRACTOR)(Item H1) SUBTOTAL PART I-SIGNALIZATION IMPROVEMENTS(Item 11) SUBTOTAL PART J-I.T.IMPROVEMENTS(Items J1 thru J2) SUBTOTAL PART K-STREET LIGHTING IMPROVEMENTS(Items K1 thru K2) TOTAL PROJECT BASE BID(PARTS A THRU K) SUBTOTAL PART L-WASTEWATER IMPROVEMENTS(ADD.ALT.#1)(Items L1 thru 1-3) SUBTOTAL PART M-WASTEWATER IMPROVEMENTS(ADD.ALT.#2)(Items M1 thru M10) SUBTOTAL PART N-WASTEWATER IMPROVEMENTS(ADD.ALT.#3)(Items N1 thru N12) Contract Times Bidder agrees to reach Substantial Completion in 360 days Bidder agrees to reach Final Completion in 390 days Bid Form Page 9 of 9 Ayers Street-Ocean Dr.to Alameda St.-Project No.E13092 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 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 11-25-2013 00 30 05 City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER TO BE ASSIGNED BYCTTV-- PURCHASING DIVISION `r`yoCITY OF CORPUS CHRISTI City us 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: I. Corporation ❑ 2. Partnership ❑ 3. Sole Owner ❑ 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Job Title and City Department(if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Title 3. State the names of each"board member" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Board,Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Consultant City of Corpus Christi 00 30 05-1 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 R;nt) 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: Ayers Street—Ocean Drive to Alameda Street (Bond 2014) Project No. E13092 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 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 11-25-2013 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 1—REQUIREMENT TO PROVIDE A STATEMENT OF EXPERIENCE 1.01 To be considered a responsive Bidder, the three lowest Bidders must complete and submit the Statement of Experience within 5 days after the date Bids are due to demonstrate the Bidders' responsibility and ability to meet the minimum requirements to complete the Work. Failure to submit the required information in the Statement of Experience may result in the Owner considering the Bid non-responsive and result in rejection of the Bid by the Owner. The Bid Security of the Bidder will be forfeited if Bidder fails to deliver the Statement of Experience in an attempt to be released from its Bid. Bidders may be required to provide supplemental information if requested by the Owner to clarify, enhance or supplement the information provided in the Statement of Experience. 1.02 Bidders must provide the information requested in this Statement of Experience using the forms attached to this Section. A copy of these forms can be provided in Microsoft Word to assist with the preparation of the Statement of Experience. Information in these forms must be provided completely and in detail. Information that cannot be totally incorporated in the form may be included in an attachment to the form. This attachment must be clearly referenced by attachment number in the form, and the attached material must include the attachment number on every sheet of the attachment. The attachment must include only the information that responds to the question or item number to which the attachment information applies. 1.03 The Bidder may also be required to supply a financial statement, prepared no later than 90 days prior to the City Engineer's request, signed and dated by the Bidder's owner, president or other authorized party, specifying all current assets and liabilities. ARTICLE 2—EXPERIENCE REQUIREMENTS 2.01 The Bidder agrees that, in addition to determining the apparent low Bid, the Owner will consider the responsiveness of the Bids and the responsibility of the Bidders in awarding a Contract for this Project. Information that indicates the Bidder or a Subcontractor is not responsible or that might negatively impact a Bidder's ability to complete the Work within the Contract Time and for the Contract Price may result in the Owner rejecting the Bid. 2.02 If none of the three apparent low Bidders are deemed responsible, the Owner may notify the next apparent low Bidders in order, who will then be required to submit the Statement of Experience for review, until a Contract is awarded or all Bids have been rejected. 2.03 The Bidder is responsible for the accuracy and completeness of all of the information provided by the Bidder or a proposed Subcontractor in response to this Statement of Experience. 2.04 Provide general information about the organization as required in Table 1. Describe the organizational structure of the Bidder's organization as it relates to this Project in Table 2. 2.05 Provide resumes for the key personnel that will be actively working on this Project. A. Key personnel include the Project Manager, Project Superintendent, Safety Manager and Quality Control Manager. If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role, and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this Project, indicate how that individual's time is to be divided between this Project and other assignments. B. The Bidder may provide resumes for an alternate individual if the Bidder is not able to commit to one individual for the Project at the time the Bid is submitted. Qualifications of these individuals will be considered in determining whether the experience of the Bidder meets the minimum requirements. The Bidder must provide the services of the proposed key personnel for the life of the Project as a condition of Statement of Experience 004516- 1 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 Rev 06-22-2016 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 Notice of Enforcement received from the TCEQ shall include those classified as major violations and Statement of Experience 004516-2 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 Rev 06-22-2016 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 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 Rev 06-22-2016 Table 1—Organization Information Organization doing business as: Business Address of Principal Office Telephone No. I Website Form of Business (check one) ❑ Corporation ❑ Partnership ❑ Individual If a Corporation State of Incorporation Date of Incorporation Chief Executive Officer's Name President's Name Vice President's Name(s) Secretary's Name Treasurer's Name If a Partnership Date of Organization Form of Partnership: ❑ General ❑ Limited If an Individual Name Ownership of Organization List of companies, firms, or organizations that own any part of the organization. Names of Companies, Firms, or Organizations Percent Ownership Organization History List of names that this organization currently, has, or anticipates operating under including the names of related companies presently doing business. Names of Organizations From Date To Date Indicators of Organization Size Average number of current full-time employees Average estimate of revenue for the current year Statement of Experience 004516-4 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 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 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 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 Year EMR Year EMR Subcontractor Year EMR Year EMR Year EMR Statement of Experience 004516-6 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 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 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 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 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 Rev 06-22-2016 Statement of Experience 004516-9 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 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 Description Name 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 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 Rev 06-22-2016 Statement of Experience 004516-11 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 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 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 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 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 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 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 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 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 Rev 06-22-2016 00 52 23 AGREEMENT This Agreement, for the Project awarded on is between the City of Corpus Christi (Owner)and (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Ayers Street—Ocean Drive to Alameda Street (Bond 2014) Project No. E13092 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Freese and Nichols, Inc. 800 N. Shoreline Blvd., Suite 160ON Corpus Christi,TX 78401 2.02 The Owner's Authorized Representative for this Project is: To Be Determined City of Corpus Christi—Engineering Services 4917 Holly Road #5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 360 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 390 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Agreement 005223- 1 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 Rev 06-22-2016 Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner$1,200 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. Agreement 005223-2 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 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 5.02.13, 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; Agreement 005223-3 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 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 005223-4 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 Rev 06-22-2016 ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR—Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 005223-5 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 Rev 06-22-2016 ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta J.H. Edmonds, P.E. City Secretary Director of Engineering Services APPROVED AS TO LEGAL FORM: Janet L. Kellogg Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR (Seal Below) By: Note: Attach copy of authorization to sign if Title: person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Address City State Zip Phone Fax EMail END OF SECTION Agreement 005223-6 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 Rev 06-22-2016 00 61 13 PERFORMANCE BOND BOND NO. Contractor as Principal Surety Name: Name: Mailing address (principal place of business): Mailing address (principal place of business): Physical address (principal place of business): Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78401 By submitting this Bond, Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: (Date of Bond cannot be earlier than Award Date The address of the surety company to which any of the Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept. of Insurance by calling the this instrument in 4 copies, each one of which shall following toll-free number:1-800-252-3439 be deemed an original. Performance Bond 006113- 1 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 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 Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 006113-2 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 Rev 01-13-2016 00 61 16 PAYMENT BOND BOND NO. _ Contractor as Principal Surety Name: Name: Mailing address (principal place of business): Mailing address (principal place of business): Physical address (principal place of business): Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78401 By submitting this Bond, Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: (Date of Bond cannot be earlier than Award Date The address of the surety company to which any of Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept. of Insurance by calling the this instrument in 4 copies, each one of which shall following toll-free number:1-800-252-3439 be deemed an original. Payment Bond Form 006116-1 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 Rev.01-13-2016 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 006116-2 Ayers Street—Ocean Dr.to Alameda St. (Bond 2014)—Project No. E13092 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 007200- 1 Corpus Christi Standards- Regular Projects 03-23-2015 6.03 Insurance.....................................................................................................................................25 Article 7—Contractor's Responsibilities.....................................................................................................25 7.01 Supervision and Superintendence..............................................................................................25 7.02 Labor; Working Hours.................................................................................................................25 7.03 Services, Materials, and Equipment ...........................................................................................26 7.04 Concerning Subcontractors, Suppliers, and Others....................................................................26 7.05 Patent Fees and Royalties...........................................................................................................27 7.06 Permits........................................................................................................................................28 7.07 Taxes ...........................................................................................................................................28 7.08 Laws and Regulations..................................................................................................................28 7.09 Safety and Protection .................................................................................................................29 7.10 Safety Representative.................................................................................................................30 7.11 Hazard Communication Programs..............................................................................................30 7.12 Emergencies................................................................................................................................30 7.13 Contractor's General Warranty and Guarantee .........................................................................30 7.14 Indemnification...........................................................................................................................31 7.15 Delegation of Professional Design Services................................................................................32 Article 8—Other Work at the Site...............................................................................................................33 8.01 Other Work.................................................................................................................................33 8.02 Coordination ...............................................................................................................................34 8.03 Legal Relationships......................................................................................................................34 Article 9—Owner's and OPT's Responsibilities...........................................................................................35 9.01 Communications to Contractor ..................................................................................................35 9.02 Replacement of Owner's Project Team Members......................................................................35 9.03 Furnish Data................................................................................................................................35 9.04 Pay When Due.............................................................................................................................35 9.05 Lands and Easements; Reports and Tests...................................................................................35 9.06 Insurance.....................................................................................................................................35 9.07 Modifications..............................................................................................................................35 9.08 Inspections, Tests, and Approvals...............................................................................................35 9.09 Limitations on OPT's Responsibilities .........................................................................................35 9.10 Undisclosed Hazardous Environmental Condition......................................................................36 9.11 Compliance with Safety Program................................................................................................36 General Conditions 007200-2 Corpus Christi Standards- Regular Projects 03-23-2015 Article 10—OAR's and Designer's Status During Construction ..................................................................36 10.01 Owner's Representative..........................................................................................................36 10.02 Visits to Site.............................................................................................................................36 10.03 Resident Project Representatives...........................................................................................36 10.04 Rejecting Defective Work........................................................................................................36 10.05 Shop Drawings, Modifications and Payments.........................................................................36 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work...................37 10.07 Limitations on OAR's and Designer's Authority and Responsibilities.....................................37 Article 11—Amending the Contract Documents; Changes in the Work ....................................................37 11.01 Amending and Supplementing the Contract Documents.......................................................37 11.02 Owner-Authorized Changes in the Work................................................................................38 11.03 Unauthorized Changes in the Work........................................................................................38 11.04 Change of Contract Price ........................................................................................................39 11.05 Change of Contract Times.......................................................................................................40 11.06 Change Proposals....................................................................................................................40 11.07 Execution of Change Orders ...................................................................................................40 11.08 Notice to Surety......................................................................................................................41 Article12—Claims.......................................................................................................................................42 12.01 Claims......................................................................................................................................42 12.02 Claims Process.........................................................................................................................42 Article 13—Cost of the Work; Allowances; Unit Price Work......................................................................43 13.01 Cost of the Work.....................................................................................................................43 13.02 Allowances..............................................................................................................................46 13.03 Unit Price Work.......................................................................................................................46 13.04 Contingencies..........................................................................................................................47 Article 14—Tests and Inspections; Correction, Removal, or Acceptance of Defective Work....................47 14.01 Access to Work........................................................................................................................47 14.02 Tests, Inspections, and Approvals...........................................................................................47 14.03 Defective Work .......................................................................................................................48 14.04 Acceptance of Defective Work................................................................................................49 14.05 Uncovering Work....................................................................................................................49 14.06 Owner May Stop the Work.....................................................................................................49 14.07 Owner May Correct Defective Work.......................................................................................50 General Conditions 007200-3 Corpus Christi Standards- Regular Projects 03-23-2015 Article 15—Payments to Contractor; Set-Offs; Completion; Correction Period........................................50 15.01 Progress Payments..................................................................................................................50 15.02 Contractor's Warranty of Title................................................................................................52 15.03 Substantial Completion...........................................................................................................52 15.04 Partial Utilization.....................................................................................................................53 15.05 Final Inspection.......................................................................................................................53 15.06 Final Payment..........................................................................................................................53 15.07 Waiver of Claims.....................................................................................................................54 15.08 Correction Period....................................................................................................................54 Article 16—Suspension of Work and Termination.....................................................................................55 16.01 Owner May Suspend Work.....................................................................................................55 16.02 Owner May Terminate for Cause............................................................................................55 16.03 Owner May Terminate For Convenience................................................................................56 Article 17— Final Resolution of Disputes....................................................................................................57 17.01 Methods and Procedures........................................................................................................57 Article18—Miscellaneous..........................................................................................................................57 18.01 Computation of Times.............................................................................................................57 18.02 Owner's Right to Audit Contractor's Records.........................................................................57 18.03 Independent Contractor.........................................................................................................58 18.04 Cumulative Remedies .............................................................................................................58 18.05 Limitation of Damages............................................................................................................58 18.06 No Waiver ...............................................................................................................................58 18.07 Severability..............................................................................................................................58 18.08 Survival of Obligations............................................................................................................59 18.09 No Third Party Beneficiaries ...................................................................................................59 18.10 Assignment of Contract...........................................................................................................59 18.11 No Waiver of Sovereign Immunity..........................................................................................59 18.12 Controlling Law .......................................................................................................................59 18.13 Conditions Precedent to Right to Sue.....................................................................................59 18.14 Waiver of Trial by Jury.............................................................................................................59 18.15 Attorney Fees..........................................................................................................................59 18.16 Compliance with Laws.............................................................................................................59 18.17 Enforcement............................................................................................................................60 General Conditions 007200-4 Corpus Christi Standards- Regular Projects 03-23-2015 18.18 Subject to Appropriation.........................................................................................................60 18.19 Contract Sum...........................................................................................................................60 18.20 Contractor's Guarantee as Additional Remedy......................................................................60 General Conditions 007200-5 Corpus Christi Standards- Regular Projects 03-23-2015 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. A term with initial capital letters, including the term's singular and plural forms, has the meaning indicated in this paragraph wherever used in the Bidding Requirements or Contract Documents. In addition to the terms specifically defined, terms with initial capital letters in the Contract Documents may include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda - Documents issued prior to the receipt of Bids which clarify or modify the Bidding Requirements or the proposed Contract Documents. 2. Agreement - The document executed between Owner and Contractor covering the Work. 3. Alternative Dispute Resolution - The process by which a disputed Claim may be settled as an alternative to litigation, if Owner and Contractor cannot reach an agreement between themselves. 4. Application for Payment - The forms used by Contractor to request payments from Owner and the supporting documentation required by the Contract Documents. 5. Award Date —The date the City Council of the City of Corpus Christi (City) authorizes the City Manager or designee to execute the Contract on behalf of the City. 6. Bid - The documents submitted by a Bidder to establish the proposed Contract Price and Contract Times and provide other information and certifications as required by the Bidding Requirements. 7. Bidding Documents - The Bidding Requirements, the proposed Contract Documents, and Addenda. 8. Bidder - An individual or entity that submits a Bid to Owner. 9. Bidding Requirements - The Invitation for Bids, Instructions to Bidders, Bid Security, Bid Form and attachments, and required certifications. 10. Bid Security - The financial security in the form of a bid bond provided by Bidder at the time the Bid is submitted and held by Owner until the Agreement is executed and the evidence of insurance and Bonds required by the Contract Documents are provided. A cashier's check, certified check, money order or bank draft from any State or National Bank will also be acceptable. 11. Bonds - Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 12. Change Order - A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 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 00 72 00 - 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 00 72 00 - 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 00 72 00 - 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. 1. 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 13.02.6.1 and 13.02.6.2 above are included in the Contract Price. C. OAR will issue a Change Order to adjust the Contract Price by the difference between the allowance amount and the actual amount paid by Contractor for Work covered by the allowance. The Change Order will be issued at the time costs are incurred by Contractor for Work covered by the allowance and this Work is included on the Application for Payment. 13.03 Unit Price Work A. The initial Contract Price for Unit Price Work is equal to the sum of the unit price line items in the Agreement. Each unit price line item amount is equal to the product of the unit price for each line item times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparing Bids and determining an initial Contract Price. Payments to Contractor for Unit Price Work are to be based on actual quantities measured for Work in place. C. Each unit price is deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. D. OAR is to determine the actual quantities and classifications of Unit Price Work performed by Contractor to be incorporated into each Application for Payment. OAR's decision on actual quantities is final and binding, subject to the provisions of Paragraph 13.03.E. E. Contractor may submit a Change Proposal, or Owner may file a Claim, seeking an adjustment in the Contract Price within 30 days of OAR's decision under Paragraph 13.03.D, if: 1 The total cost of a particular item of Unit Price Work amounts to 20 percent or more of the total Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by the Contractor differs by more than 20 percent from the estimated quantity of an item indicated in the Agreement; 2. There is no corresponding adjustment with respect to other items of Work; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00-46 03-23-2015 3. Contractor believes it has incurred additional expense as a result of this condition or if Owner believes that the quantity variation entitles Owner to an adjustment in the Contract Price. 13.04 Contingencies A. Contingency funds may be included in the Contract Price to pay for Work not defined specifically by the Contract Documents that is essential to the completion of the Project. Contingency funds will be as described in the Agreement. B. The contingency funds may be used for costs incurred by the Contractor provided these costs are approved by the Owner. Costs are to be determined and documented in accordance with Paragraph 13.01. The contingency funds are not to be used for the following items: 1. Cost overruns due to changes in material costs after the Contract Price is established, unless specific price escalation provisions are made in the Agreement. 2. Rework required to correct Defective Work. 3. Inefficiencies in completing the Work due to the Contractor's selected means, methods, sequences, or procedures of construction. 4. Work Contractor failed to include in the Contract Price. 5. Changes required by changes in Laws and Regulations enacted after the Contract Price is established. 6. Any Work that does not constitute a change in Scope in the Work included in the Contract Price. C. OAR is to issue a Change Order for approved expenditures from contingency funds. When the Change Order is issued, the costs are to be added to the Application for Payment. Contractor is to maintain a tabulation showing the contingency amount, adjustments to the contingency amount, and amounts remaining as the Project progresses. D. Any contingency amounts that are not included in a Change Order are retained by the Owner. A Change Order will be issued to deduct unused contingency amounts from the Contract Price prior to Final Payment. ARTICLE 14 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK 14.01 Access to Work A. Provide safe access to the Site and the Work for the observation, inspection, and testing of the Work in progress. Contractor can require compliance with Contractor's safety procedures and programs as part of providing safe access. 14.02 Tests, Inspections, and Approvals A. OPT may retain and pay for the services of an independent inspector, testing laboratory, or other qualified individual or entity to perform inspections. Notify OAR when the Work is ready for required inspections and tests. Provide adequate notice to allow for coordination General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 47 03-23-2015 with entities providing inspection or testing as determined by the OAR. Cooperate with inspection and testing personnel and assist with providing access for required inspections, tests, and handling test specimens or Samples. B. Arrange for and facilitate inspections, tests, and approvals required by Laws or Regulations of governmental entities having jurisdiction that require Work to be inspected, tested, or approved by an employee or other representative of that entity. Pay associated costs and furnish OAR with the required certificates of inspection or approval. C. Arrange, obtain, and pay for inspections and tests required: 1. By the Contract Documents, unless the Contract Documents expressly allocate responsibility for a specific inspection or test to OPT; 2. To attain OPT's acceptance of materials or equipment to be incorporated in the Work; 3. By manufacturers of equipment furnished under the Contract Documents; 4. For testing, adjusting, and balancing of mechanical, electrical, and other equipment to be incorporated into the Work; 5. For acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work; 6. For re -inspecting or retesting Defective Work, including any associated costs incurred by the testing laboratory for cancelled tests or standby time; and 7. For retesting due to failed tests. D. Provide independent inspectors, testing laboratories, or other qualified individuals or entities acceptable to OPT to provide these inspections and tests. 14.03 Defective Work A. It is Contractor's obligation to assure that the Work is not Defective. B. OPT has the authority to determine whether Work is Defective and to reject Defective Work. C. OAR is to notify Contractor of Defective Work of which OPT has actual knowledge. D. Promptly correct Defective Work. E. Take no action that would void or otherwise impair Owner's special warranties or guarantees when correcting Defective Work. F. Pay claims, costs, losses, and damages arising out of or relating to Defective Work, including: 1. Costs for correction, removal, and replacement of Defective Work; 2. Cost of the inspection and testing related to correction of Defective Work; 3. Fines levied against Owner by governmental authorities because of Defective Work; and 4. Costs of repair or replacement of work of others resulting from Defective Work. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 48 03-23-2015 14.04 Acceptance of Defective Work A. Owner may elect to accept Defective Work instead of requiring correction or removal and replacement of Defective Work provided: 1. This acceptance occurs prior to final payment; 2. Designer confirms that the Defective Work is in general accordance with the design intent and applicable engineering or architectural principles; and 3. Designer confirms that acceptance of the Defective Work does not endanger public health or safety. B. Owner may impose a reasonable set-off against payments due under Article 15 for costs associated with OPT's evaluation of Defective Work to determine if it can be accepted and to determine the diminished value of the Work. Owner may impose a reasonable set-off against payments due under Article 15 if the parties are unable to agree as to the decrease in the Contract Price to compensate Owner for the diminished value of Defective Work accepted. OAR is to issue a Modification for acceptance of the Defective Work prior to final payment. Pay an appropriate amount to Owner if the acceptance of Defective Work occurs after final payment. 14.05 Uncovering Work A. OPT has the authority to require inspection or testing of the Work, whether or not the Work is fabricated, installed, or completed. B. Work that is covered prior to approval of the OAR must be uncovered for OPT's observation if requested by OAR. Pay for uncovering Work and its subsequent restoration unless Contractor has given OAR timely notice of Contractor's intention to cover the Work and OAR fails to act with reasonable promptness in response to this notice. C. Provide necessary labor, material, and equipment and uncover, expose, or otherwise make available the portion of the Work suspected of being Defective for observation, inspection, or testing if OPT considers it necessary or advisable that covered Work be observed by Designer or inspected or tested by others as directed by the OAR. 1. Pay for claims, costs, losses, and damages associated with uncovering, exposing, observing, inspecting, and testing if it is found that the uncovered Work is Defective. Pay costs for correction of Defective Work. Pay for reconstruction, repair, or replacement of work of others if it is found that the uncovered Work is Defective. 2. Submit a Change Proposal for an increase in the Contract Price or an extension of the Contract Times directly attributable to this uncovering, exposure, observation, inspection, testing, and reconstruction if the uncovered Work is found to be not Defective. 14.06 Owner May Stop the Work A. Owner may order Contractor to stop the Work if: 1. The Work is Defective; 2. Contractor fails to supply sufficient skilled workers or suitable materials or equipment; or General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 49 03-23-2015 3. Contractor performs Work that may fail to conform to the Contract Documents when completed. This stop work order is to remain in effect until the reason for the stop work order has been eliminated. Owner's right to stop the Work does not create a duty to exercise this right for the benefit of Contractor's Team or surety. 14.07 Owner May Correct Defective Work A. Owner may remedy the following deficiencies after 7 days' notice to Contractor if: 1. Contractor fails to correct Defective Work, or to remove and replace rejected Work as required by OPT; 2. Contractor fails to perform the Work in accordance with the Contract Documents; or 3. Contractor fails to comply with other provisions of the Contract Documents. B. Owner may: 1. Exclude Contractor from the Site; 2. Take possession of the Work and suspend Contractor's services related to the Work; and 3. Incorporate stored materials and equipment in the Work. C. Allow OPT access to the Site and off Site storage areas to enable Owner to exercise the rights and remedies under this Paragraph 14.07. D. All claims, costs, losses, and damages incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 14.07 are to be charged against Contractor as a set-off against payments due under Article 15. These claims, costs, losses, and damages include costs of repair and the cost of replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor's Defective Work. E. Contractor is not allowed an extension of the Contract Times because of delays in the performance of the Work attributable to the exercise of the Owner's rights and remedies under this Paragraph 14.07. ARTICLE 15 — PAYMENTS TO CONTRACTOR; SET -OFFS; COMPLETION; CORRECTION PERIOD 15.01 Progress Payments A. Progress payments are to be submitted to the OAR on the Application for Payment form provided by the OAR following procedures in the Contract Documents. 1. Progress payments for lump sum Work are to be paid on the basis of the earned value to date at the amounts shown in the Schedule of Values submitted as required by Paragraph 2.03. Final payment will be for the total lump sum amount. 2. Progress payments for Unit Price Work are based on the number of units completed as determined under the provisions of Paragraph 13.03. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 50 03-23-2015 3. Progress payments for Work to be paid on the basis of the Cost of the Work per Paragraphs 13.01, 13.02 and 13.04 are to be paid for Work completed by Contractor during the pay period. B. Reduction in Payment by Owner: 1. Owner is entitled to impose a set-off against payment based on the following: a. Claims made against Owner or costs, losses, or damages incurred by Owner related to: 1) Contractor's conduct in the performance of the Work, including, but not limited to, workplace injuries, non-compliance with Laws and Regulations, or patent infringement; or 2) Contractor's failure to take reasonable and customary measures to avoid damage, delay, disruption, and interference with other work at or adjacent to the Site, including but not limited to, workplace injuries, property damage, and non-compliance with Laws and Regulations. b. Owner has been required to remove or remediate a Hazardous Environmental Condition for which Contractor is responsible; c. Work is Defective, or completed Work has been damaged by Contractor's Team, requiring correction or replacement; d. Owner has been required to correct Defective Work or complete Work in accordance with Paragraph 14.07; e. The Contract Price has been reduced by Change Orders; f. Events have occurred that would constitute a default by Contractor justifying a termination for cause; Liquidated damages have accrued as a result of Contractor's failure to achieve Milestones, Substantial Completion, or completion of the Work; h. Liens have been filed in connection with the Work, except where Contractor has delivered a specific Bond satisfactory to Owner to secure the satisfaction and discharge of these Liens; g. i. Owner has been notified of failure to make payments to Subcontractors, Suppliers, or Employees; Failure to submit up-to-date record documents as required by the Contract Documents; J• k. Failure to submit monthly Progress Schedule updates or revised schedules as requested by the OAR; I. Failure to provide Project photographs required by the Contract Documents; m. Failure to provide Certified Payroll required by the Contract Documents; n. Compensation for OPT for overtime charges of OAR or RPR, third review of documents, review of substitutions, re -inspection fees, inspections or designs related to correction of Defective Work, or other services identified as requiring payment by the Contractor; General Conditions Corpus Christi Standards - Regular Projects 00 72 00-51 03-23-2015 o. Costs for tests performed by the Owner to verify that Work previously tested and found to be Defective has been corrected; OPT has actual knowledge of the occurrence of events that would constitute a default by Contractor and therefore justify termination for cause under the Contract Documents with associated cost impacts; 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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. 1. 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 007202-1 REV 06-12-2015 Wage Determination Construction Type Project Type (WD) No TX -31 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) TX -40 Highway Highway Construction Projects (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). General Decision Number: 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 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 SUTX1987-001 12/01/1987 Rates CARPENTER (Excluding Form Setting) $ 9.05 Concrete Finisher $ 7.56 ELECTRICIAN $ 13.37 Fringes Wage Rate Requirements Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 2.58 007202-2 REV 06-12-2015 Laborers: Common $ 7.25 Utility $ 7.68 Power equipment operators: Backhoe $ 9.21 Motor Grader $ 8.72 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. 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: Wage Rate Requirements Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 007202-3 REV 06-12-2015 PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS Wage Rate Requirements Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 007202-4 REV 06-12-2015 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION Wage Rate Requirements Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 007202-5 REV 06-12-2015 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 Fringes Wage Rate Requirements Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 007202-6 REV 06-12-2015 POWER EQUIPMENT OPERATOR: Asphalt Distributor $ 14.25 Asphalt Paving Machine $ 13.44 Mechanic $ 17.00 Motor Grader, Fine Grade$ 17.74 Motor Grader, Rough $ 16.85 TRUCK DRIVER Lowboy -Float $ 16.62 Single Axle $ 11.61 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. 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: Wage Rate Requirements Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 007202-7 REV 06-12-2015 PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: Wage Rate Requirements Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 007202-8 REV 06-12-2015 * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION END OF SECTION Wage Rate Requirements Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 007202-9 REV 06-12-2015 00 72 03 MINORITY / MBE / DBE PARTICIPATION POLICY ARTICLE 1— PARTICIPATION POLICY 1.01 POLICY A. It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women, and Minority Business Enterprises (MBE) to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 1.02 DEFINITIONS A. Prime Contractor: Any person, firm, partnership, corporation, association, or joint venture as herein provided which has been awarded a City contract. B. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials, or any combination of the foregoing under contract with a prime contractor on a City contract. C. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned: a. For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. b. For an enterprise doing business as a partnership, at least 51 percent of the assets or interest in the partnership property must be owned by one or more minority person(s). c. For an enterprise doing business as a corporation, at least 51 percent of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled: a. The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments: a. Minority partners, proprietors, or stockholders of the business enterprise, must be entitled to receive 51 percent or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. Minority / MBE / DBE Participation Policy Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 007203-2 Rev 01-13-2016 00 73 00 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement SECTION 00 72 00 GENERAL CONDITIONS and other provisions of the Contract Documents. All provisions not amended or supplemented in these Supplementary Conditions remain in effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below. ARTICLE 1— DEFINITIONS AND TERMINOLOGY SC -1.01 DEFINED TERMS A. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: City of Corpus Christi, Texas Freese and Nichols, Inc. Rock Engineering and Testing Laboratory B. Paragraph 1.01.A.54 "Substantial Completion" is more specifically defined for this Project as: 1. The following items are fully functional and suitable for operation in accordance with the Contract Documents: a. Utilities (Water, Wastewater, and Storm Water, conduit) b. HMAC and concrete pavement for roadway, driveways, sidewalks c. Traffic signalization improvements d. Permanent striping and all lanes open to traffic 2. Only the following items not yet complete in accordance with the Contract Documents: a. Sodding for erosion control b. Permanent signage ARTICLE 4 — COMMENCEMENT AND PROGRESS OF THE WORK SC -4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when Supplementary Conditions Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 007300-1 11-25-2013 developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 42 rain days have been set for this Project. An extension of time due to rain days will be considered only after 42 rain days have been exceeded in a calendar year and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC -5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.03.A which describe subsurface and physical conditions. 1. Geotechnical Reports include the following: Subsurface Investigation, Laboratory Testing Program and Provision of Pavement Recommendations for the Proposed Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) (City of CC Project No. E13092), Corpus Christi, Texas, Rock Engineering and Testing Laboratory, Inc., April 16, 2014 — See Appendix A — Geotechnical Report 2. Subsurface Utility Engineering (S.U.E.) data includes the following exploratory excavation performed along Ayers Street — Ocean Drive to Alameda Street, prepared by Cobb Fendley, Inc. and Hydro -Ex, LLC — See Appendix B — S.U.E. Test Hole Data 3. Drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) include the following: None SC -5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. 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." Supplementary Conditions Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 007300-2 11-25-2013 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 007300-3 11-25-2013 DIVISION 01 GENERAL REQUIREMENTS 01 1100 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. 1.02 DESCRIPTION OF WORK A. Work is described in general, non-inclusive terms as: 1. The proposed improvements include hot mix asphalt pavement, concrete curb and gutter, concrete header curb, concrete driveways, ADA —compliant sidewalks and pedestrian facilities, water distribution, wastewater collection, and storm water drainage improvements. Additional work items included with the project are traffic signalization, pavement markings, signage, traffic control and sequencing, and IT and street lighting conduit, and coordination with franchise utility owners and City Departments on existing utilities. The project includes three additive alternates for the reconstruction of wastewater manholes and wastewater mains ranging in size from 15" to 24". 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. Ocean Drive — Louisiana Ave. to Buford St. (Bond 2012), City Project No. E12093 2. Alameda Street — Louisiana Ave. to Staples St. (Bond 2012), City Project No. E12091 3. Staples Street — Morgan Ave. to Ayers St. (Bond 2014), City Project No. E13094 B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his Proposal on the most expensive listing. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. Summary of Work Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 011100-1 Rev 01-13-2016 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. The City Gas Department will locate and adjust and/or relocate the existing gas lines within the project limits. B. Completion of the Work described in this Contract may impact the construction of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.05 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 A. Alternate #1 — Part L — Wastewater Improvements (Add. Alt. #1) (L1 Thru L3): 1. Rehabilitation of existing 21" wastewater line with CIPP B. Alternate #2 - Part M — Wastewater Improvements (Add. Alt. #2) (M1 Thru M10): 1. Rehabilitation of existing 21" wastewater line with Pipe Bursting and construction of new wastewater manhole C. Alternate #3 - Part N — Wastewater Improvements (Add. Alt. #3) (N1 Thru N12): 1. Rehabilitation of existing 12" wastewater line with Pipe Bursting, open cut reconstruction of existing 21" wastewater line, and construction of manholes 1.04 DESCRIPTION OF ALLOWANCES A. Bid Item B42 - Allowance for Unanticipated Street Improvements The sum of $30,000.00 to be used for the purchase of Unanticipated Street Improvements due to unanticipated work or unforeseen conditions and/or conflicts related to the work. Alternates and Allowances Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 012310-2 11-25-2013 B. Bid Item C36 — Allowance for Unanticipated Storm Water Improvements 1. The sum of $25,000.00 to be used for the purchase of Unanticipated Storm Water Improvements due to unanticipated work or unforeseen conditions and/or conflicts related to the work. C. Bid Item D32 — Allowance for Unanticipated Water Improvements 1. The sum of $15,000.00 to be used for the purchase of Unanticipated Water Improvements due to unanticipated work or unforeseen conditions and/or conflicts related to the work. D. Bid Item E13 — Allowance for Unanticipated Wastewater Improvements 1. The sum of $15,000.00 to be used for the purchase of Unanticipated Wastewater Improvements due to unanticipated work or unforeseen conditions and/or conflicts related to the work. NOTE: These Lump Sum Bid Items have been set as noted and shall be included in the Total Base Bid for each bidder. These Allowances may be used at the Owner's discretion should an unanticipated adjustment of a utility, unknown structure, or similar situation warrant the use of these Allowance funds. Should the use of funds from the Allowances 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. These items 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 Alternates and Allowances Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 BID ITEMS A. Bid Item A-1 - Mobilization: 1. Include the following costs in this Bid item: a. Transportation and setup for equipment; b. Transportation and/or erection of all field offices, sheds, and storage facilities; c. Salaries for preparation of documents required before the first Application for Payment; d. Salaries for field personnel assigned to the Project related to the mobilization of the Project; e. Demobilization; and f. Mobilization may not exceed 5 percent of the total Contract Price. Measurement and Basis for Payment Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 012901-1 Rev 01-13-2016 2. Measuring for payment is on a lump sum basis. Payment for mobilization will be based on the earned value of Work completed. B. Bid Item A2 — Bonds and Insurance 1. Consists of all bonds and insurance required under terms of the contract. 2. Measuring for payment is on a lump sum basis. Payment for bonds and insurance will be based on the earned value of Work completed. C. Bid Item A3 — Clear Right -Of -Way 1. Consists of clearing, grubbing, and stripping of all objectionable matter in accordance with specification section 021020 and removing old structures in accordance with specification section 021080 within the limits of construction, which may extend beyond the ROW in some areas of the project. A demolition and removal summary has been included in the construction drawings for the contractor's information. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. D. Bid Item A4 — Ozone Day 1. Priming and hot -mix asphalt paving operations shall not be conducted on days for which an ozone advisory has been issued, except for repairs. Owner will notify Contractor regarding ozone alerts. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. E. Bid Item A5 — Survey Monument 1. Measurement and basis for payment shall be as described in SECTION 020100 and SECTION 00 30 01 BID FORM. F. Bid Item A6 — Traffic Control Advance Warning Signage 1. Consists of all required advance warning signage the contractor must install, maintain, and remove for the construction of improvements. The advance warning signage is shown in the construction drawings and the contractor must maintain all advance warning signage in accordance with the latest "Texas Manual on Uniform Traffic Control Devices" and the Barricade and Construction Standards. 2. For use during construction, the Contractor shall provide two (2) trailer mounted traffic message boards (3 -line message) and two (2) trailer mounted traffic arrow boards. The contractor will set-up, maintain, and utilize the message boards and arrow boards during construction as directed by the engineer. 3. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. G. Bid Item A7 — Traffic Control 1. Measurement and basis for payment shall be as described in SECTION 025802 -MOD, "Temporary Traffic Controls during Construction" and SECTION 00 30 01 BID FORM. H. Bid Item A8 — Exploratory Excavation 1. Consists of exploratory excavation including personnel and equipment required to locate existing underground infrastructure within the limits of construction. Measurement and Basis for Payment Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. [13092 012901-2 Rev 01-13-2016 2. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. Payment will be prorated over the course of the project based on the number of contract days for substantial completion. I. Bid Item A13 — Storm Water Pollution Prevention Plan 1. Payment shall include but not be limited to furnishing and submitting the SWPPP to TCEQ and the City and updating the plan during the project as needed. All permits and required fees related to the SWPPP will be included in this item. Payment will be made on the following basis: The initial pay application will include 50% of the lump sum bid price minus retainage. The balance will be paid according to the percent of construction completion after 50% completion has occurred, minus retainage. 2. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. J. Bid Item 11— Traffic Signal at Ayers Street / Santa Fe Street Intersection 1. Consists of the removal and complete replacement of the existing traffic signal at Ayers and Santa Fe intersection including all new above ground and below ground improvements in accordance with the plans and specifications. Required hardware and accessories are included in the City of Corpus Christi — Signalization Standard Product List (Appendix D). 2. Measurement and basis for payment shall be lump sum and as described in SECTION 34 41 13.00 and all other traffic signal specifications and SECTION 00 30 01 BID FORM. K. Bid Items L3, M10, and N12 —Traffic Control (Additive Alternates 1, 2, and 3) 1. Measurement and basis for payment shall be as described in SECTION 025802 -MOD, "Temporary Traffic Controls during Construction" and SECTION 00 30 01 BID FORM. L. Other Bid Items 1. Basis of measurement and payment shall be as described in the applicable specification sections, construction drawings, and/or SECTION 00 30 01 BID FORM. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 012901-3 Rev 01-13-2016 01 3100 PROJECT MANAGEMENT AND COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish resources required to complete the Project with an acceptable standard of quality within the Contract Times. B. Construct Project in accordance with current safety practices. C. Manage Site to allow access to Site and control construction operations. D. Construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. E. Provide temporary controls for pollutions, management of water and management of excess earth as required in SECTION 01 57 00 TEMPORARY CONTROLS. 1.02 QUALITY ASSURANCE A. Employ competent workmen, skilled in the occupation for which they are employed. Provide Work meeting quality requirements of the Contract Documents. B. Remove Defective Work from the Site immediately unless provisions have been made and approved by the OPT to allow repair of the product at the Site. Clearly mark Work as Defective until it is removed or allowable repairs have been completed. 1.03 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 1. Provide copies of Supplier's printed storage instructions prior to furnishing materials or products and installation instructions prior to beginning the installation. 2. Incorporate field notes, sketches, recordings, and computations made by the Contractor in Record Drawings. 1.04 PERMITS A. Obtain building permits for the Project from the local authorities having jurisdiction. Pay building permit fees and include this cost in the Contract Price. B. Obtain environmental permits required for construction at the Site. C. Provide required permits for transporting heavy or oversized loads. D. Provide other permits required to conduct any part of the Work. E. Arrange for inspections and certification by agencies having jurisdiction over the Work. F. Make arrangements with private utility companies and pay for fees associated with obtaining services, or for inspection fees. G. Retain copies of permits and licenses at the Site and observe and comply with all regulations and conditions of the permit or license. Project Management and Coordination Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Item A7 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. [13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. [13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Project Engineer — Nick Cecava, P.E. Freese and Nichols, Inc. 361-561-6500 Traffic Engineering 361-826-3547 Project Management and Coordination Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 0131 13 - 1 11-25-2013 1.04 PROJECT MEETINGS A. Pre -Construction Conference: 1. Attend a pre -construction conference. 2. The location of the conference will be determined by the OAR. 3. The time of the meeting will be determined by the OAR but will be after the Notice of Award is issued and not later than 15 days after the Notice to Proceed is issued. 4. The OPT, Contractor's project manager and superintendent, representatives of utility companies, and representatives from major Subcontractors and Suppliers may attend the conference. 5. Provide and be prepared to discuss: a. Preliminary construction schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. b. Schedule of Values and anticipated Schedule of Payments per SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. c. List of Subcontractors and Suppliers. d. Contractor's organizational chart as it relates to this Project. e. Letter indicating the agents of authority for the Contractor and the limit of that authority with respect to the execution of legal documents, Contract Modifications, and payment requests. B. Progress Meetings: 1. Attend meetings with the OAR and Owner. a. Meet on a monthly basis or as requested by the OAR to discuss the Project. b. Meet at the Site or other location as designated by the OAR. c. Contractor's superintendent and other key personnel are to attend the meeting. Other individuals may be requested to attend to discuss specific matters. d. Notify the OAR of any specific items to be discussed a minimum of 1 week prior to the meeting. 2. Provide information as requested by the OAR or Owner concerning this Project. Prepare to discuss: a. Status of overall Project schedule. b. Contractor's detailed schedule for the next month. c. Anticipated delivery dates for equipment. d. Coordination with the Owner. e. Status of documents. f. Information or clarification of the Contract Documents. g. Claims and proposed Modifications to the Contract. Project Coordination Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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. lithe 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 013300-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Document Management Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 022100 Select Material Record Data 022040 Geogrid Record Data 025223 Crushed Limestone Flexible Base Record Data 025404 Asphalts, Oils and Emulsions Record Data 025412 Prime Coat Record Data 025414 Aggregate for Surface Treatment Record Data 025416 Seal Coat Record Data 025418 Surface Treatment Record Data 025424 Hot Mix Asphaltic Concrete Pavement Record Data 025608 Inlets Shop Drawing 025620 Portland Cement Concrete Pavement Record Data 026206 Ductile Iron Pipe and Fittings Record Data 026210 PVC Pipe - AWWA Record Data 026214 Grouting Abandoned Utility Lines Record Data 026402 Waterlines Record Data 026404 Water Service Lines Record Data 026409 Tapping Sleeves and Valves Record Data 026411 Gate Valves for Waterlines Record Data 026416 Fire Hydrants Record Data 027200 Control of Wastewater Flows — Bypass Pumping Systems Shop Drawing 027202 Manholes Shop Drawing 027205 Fiberglass Manholes Shop Drawing 027402 Reinforced Concrete Pipe Culverts Record Data 027404 Concrete Box Culverts Shop Drawing 027602 Gravity Wastewater Lines Record Data 027611 Cleaning and Televised Inspection of Conduits Record Data 027614 CIPP Record Data 027618 Pipebursting Record Data 030020 Portland Cement Concrete Record Data 055420 Frames, Grates, Rings, and Covers Record Data 34 41 XX Traffic Signalization and all Components Record Data Items K1, K2 Street Lighting Improvements - Conduit, Pull Boxes Record Data Item C28 Junction Box (JB -1) Shop Drawing Items B36 thru B41 Street Sign Assembly and Proofs Record Data Submittal Register Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 01 33 01-1 07-03-2014 01 33 02 SHOP DRAWINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection, or installation of the product without additional detailed information from the Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the OPT to: 1. Record the products incorporated into the Project for the Owner; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and 3. Allow the Designer to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Shop Drawings, Samples, or mockups. Contract modifications can only be approved by Change Order or Field Order. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Shop Drawings not meeting these criteria will be rejected. B. Demonstrate that the proposed products are in full and complete compliance with the design criteria and requirements of the Contract Documents, or will be if deviations requested per Paragraph 1.10 are approved. C. Furnish and install products that fully comply with the information included in the document submittal. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description REFER TO SECTION 01 33 01 — SUBMITTAL REGISTER FOR THE REQUIRED SHOP DRAWING SUBMITTALS B. Include Shop Drawings in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT to indicate the Shop Drawings to be submitted, the dates on which documents are to be sent to the Designer for review and proposed dates that the product will be incorporated into the Project. C. Incorporate the dates for processing Shop Drawings into the Progress Schedule required by SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 1. Submit Shop Drawings in accordance with the schedule so construction of the Project is not delayed. Shop Drawings Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 013302-1 11-25-2013 2. Allow a reasonable time for the review of Shop Drawings when preparing the Progress Schedule. Include time for making revisions to the Shop Drawings and resubmitting the Shop Drawing for a least a second review. Assume a 14 day review cycle for each time a Shop Drawing is submitted for review unless a longer period of time is indicated in the Contract Documents. 3. Schedule document submittals to provide all information for interrelated Work at one time. 4. Allow adequate time for ordering, fabricating, delivering, and installing product so construction of the Project is not delayed. D. Complete the following before submitting a Shop Drawing or Sample: 1. Prepare Shop Drawing Review and coordinate the Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect to Shop Drawings and Samples; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. E. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Shop Drawing; 2. Location of existing structures, utilities, and equipment related to the Shop Drawing have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Shop Drawing are complete for their intended purpose; and 5. Conflicts between the Shop Drawing related to the various Subcontractors and Suppliers have been resolved. F. Review Shop Drawings prior to submitting to the Designer. Certify that all Shop Drawings have been reviewed by the Contractor and are in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Shop Drawings except for deviations specifically brought to the Designer's attention on an attached Shop Drawing Deviation Request form in accordance with Paragraph 1.10. G. Fabrication or installation of any products prior to the approval of Shop Drawings is done at the Contractor's risk. Defective products may be rejected at the Owner's option. Shop Drawings Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 013302-2 11-25-2013 H. Payment will not be made for products for which Shop Drawings or Samples are required until these are approved by the Designer. 1.04 SHOP DRAWING REQUIREMENTS A. Provide adequate information in Shop Drawings and Samples so Designer can: 1. Assist the Owner in selecting colors, textures, or other aesthetic features. 2. Compare the proposed features of the product with the specified features and advise Owner that the product does, in general, conform to the Contract Documents. 3. Compare the performance features of the proposed product with those specified and advise the Owner that the product does, in general, conform to the performance criteria specified in the Contract Documents. 4. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. B. Include a complete description of the product to be furnished, including: 1. Type, dimensions, size, arrangement, and operational characteristics of the product; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. C. Submit Shop Drawings that require coordination with other Shop Drawings at the same time. Shop Drawings requiring coordination with other Shop Drawings will be rejected until a complete package is submitted. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Shop Drawings as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Shop Drawing. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Shop Drawing. 2. Certification of Local Field Service (CLS): A certified letter stating that field service is available from a factory or supplier approved service organization located within a 300 mile radius of the Site. List names, addresses, and telephone numbers of approved service organizations on or attach it to the certificate. Shop Drawings Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 013302-3 11-25-2013 3. Certification of Adequacy of Design (CAD): A certified letter from the manufacturer of the equipment stating that they have designed the equipment to be structurally stable and to withstand all imposed loads without deformation, failure, or adverse effects to the performance and operational requirements of the unit. The letter shall state that mechanical and electrical equipment is adequately sized to be fully operational for the conditions specified or normally encountered by the product's intended use. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Shop Drawing. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 SHOP DRAWING SUBMITTAL PROCEDURES A. Submit Shop Drawings through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Shop Drawing submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Shop Drawing submittal form is to be the first document in the file submitted. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Shop Drawing. Submit Samples and color charts per Paragraph 1.08.A. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Shop Drawings Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 013302-4 11-25-2013 g. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. i. Add footers to each document with the Project name. 3. Submit each specific product or class of material separately so these can be tracked and processed independently. Do not submit Shop Drawings for more than one product in the same Shop Drawing. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Shop Drawings. a. Use terms and symbols in Shop Drawings consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Shop Drawings. c. Provide a legend for symbols used on Shop Drawings. 6. Mark Shop Drawings to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Use the following conventions to markup Shop Drawings for review: 1. Make comments and corrections in the color blue. Add explanatory comments to the markup. 2. Highlight items in black that are not being furnished when the Supplier's standard drawings or information sheets are provided so that only the products to be provided are in their original color. 3. Make comments in the color yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Make comments in the color orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Include explanatory comments in the Shop Drawing Deviation Request form. 5. Mark dimensions with the prefix FD to indicate field verified dimensions on the Shop Drawings. Shop Drawings Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 013302-5 11-25-2013 C. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. D. Designate a Shop Drawing as requiring priority treatment in the comment section of the Shop Drawing submittal form to place the review of the Shop Drawing ahead of other Shop Drawings previously delivered. Shop Drawings are typically reviewed in the order received, unless Contractor requests that a different priority be assigned. Priority Shop Drawings will be reviewed before other Shop Drawings for this Project already received but not yet reviewed. Use of this priority designation for Shop Drawings may delay the review of Shop Drawings previously submitted, pushing the processing of Shop Drawings beyond the 14 day target. Contractor is responsible for delays resulting from the use of the priority designation status on Shop Drawings. E. Complete the certification required by Paragraph 1.03. 1.08 SAMPLE AND MOCKUP SUBMITTAL PROCEDURES A. Submit color charts and Samples for every product requiring color, texture, or finish selection. 1. Submit color charts and Samples only after Shop Drawings for the products have been approved. 2. Deliver all color charts and Samples at one time. 3. Provide Samples of adequate size to clearly illustrate the functional characteristics of the product, with integrally related parts and attachment devices. 4. Indicate the full range of color, texture, and patterns. 5. Deliver color charts and Samples to the field office and store for the duration of the Project 6. Notify the Designer that color charts and Samples have been delivered for approval using the Notification by Contractor form. 7. Submit color charts and Samples not less than 30 days prior to when these products are to be ordered or released for fabrication to comply with the Project schedule. 8. Remove Samples that have been rejected. Submit new Samples following the same process as for the initial Sample until Samples are approved. 9. Dispose of Samples when related Work has been completed and approved and disposal is approved by the Designer. At Owner's option, Samples will become the property of the Owner. B. Construct mockups for comparison with the Work being performed. 1. Construct mockups from the actual products to be used in construction per detailed Specification Sections. 2. Construct mockups of the size and in the area indicated in the Contract Documents. 3. Construct mockups complete with texture and finish to represent the finished product. Shop Drawings Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 013302-6 11-25-2013 4. Notify the Designer that mockups have been constructed and are ready for approval using the Notification by Contractor form. Allow 2 weeks for OPT to approve of the mockup before beginning the Work represented by the mockup. 5. Remove mockups that have been rejected. Construct new mockups following the same process as for the initial mockup until mockup is approved. 6. Protect mockups until Work has been completed and accepted by the OPT. 7. Dispose of mockups when related Work has been completed and disposal is approved by the Designer. 1.09 REQUESTS FOR DEVIATION A. Submit requests for deviation from the Contract Documents for any product that does not fully comply with the Contract Documents. B. Submit requests for deviation using the Shop Drawing Deviation Request form provided. Identify each deviation request as a separate item. Include all requested deviations that must be approved as a group together and identify them as a single item. C. Include a description of why the deviation is required and the impact on Contract Price or Contract Times. Include the amount of any cost savings to the Owner for deviations that result in a reduction in cost. D. Submit as a Change Proposal prior to submitting the Shop Drawing if the deviation will result in a change in Contract Price or Contract Times. E. A Modification must be issued by the Designer for approval of a deviation. Approval of a requested Shop Drawing deviation by the Designer on the Shop Drawings Deviation Request form indicates approval of the requested deviation only on its technical merits as generally conforming to the Contract Documents. Deviations from the Contract Documents can only be approved by a Modification. 1.10 DESIGNER RESPONSIBILITIES A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Section for general conformance with the Contract Documents. 1. Designer's review and approval will be only to determine if the products described in the Shop Drawing or Sample will, after installation or incorporation into the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Designer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. 3. Designer's review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. B. Comments will be made on items called to the attention of the Designer for review and comment. Any marks made by the Designer do not constitute a blanket review of the Shop Drawings Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 013302-7 11-25-2013 document submittal or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. 1. Designer will respond to Contractor's markups by either making markups directly in the Shop Drawings file using the color green or by attaching a Document Review Comments form with review comments. 2. Shop Drawings that are reviewed will be returned with one or more of the following status designations: a. Approved: Shop Drawing is found to be acceptable as submitted. b. Approved as Noted: Shop Drawing is Approved so long as corrections or notations made by Designer are incorporated into the Show Drawing. c. Not Approved: Shop Drawing or products described are not acceptable. 3. Shop Drawing will also be designated for one of the following actions: a. Final distribution: Shop Drawing is acceptable without further action and has been filed as a record document. b. Shop Drawing not required: A Shop Drawing was not required by the Contract Documents. Resubmit the document per SECTION 01 33 03 RECORD DATA. c. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. d. Revise and resubmit: Shop Drawing has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. e. Resubmit with corrections made: Shop Drawing is "Approved as Noted," but has significant markups. Make correction and notations to provide a revised document with markup incorporated into the original document so that no markups are required. f. Returned without review due to excessive deficiencies: Document does not meet the requirement of the Specifications for presentation or content to the point where continuing to review the document would be counterproductive to the review process or clearly does not meet the requirements of the Contract Documents. Revise the Shop Drawing to comply with the requirements of this Section and resubmit. g. Actions a through c will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Actions d through f require follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked "Approved as Noted" and "Resubmit with corrections made." These drawings are to be revised to provide a clean record of the Shop Drawing. Proceed with ordering products as the documents are revised. 5. Dimensions or other data that does not appear to conform to the Contract Documents will be marked as "At Variance With" (AVW) the Contract Documents or other Shop Drawings Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 013302-8 11-25-2013 information provided. The Contractor is to make revisions as appropriate to comply with the Contract Documents. C. Bring deviations to the Shop Drawings to the attention of the Designer for approval by using the Shop Drawing Deviation Request form. Use a single line for each requested deviation so the Status and Action for each deviation can be determined for that requested deviation. If approval or rejection of a requested deviation will impact other requested deviations, then all related deviations should be included in that requested deviation line so the status and action can be determined on the requested deviation as a whole. D. Requested deviations will be reviewed as possible Modification to the Contract Documents. 1. A Requested deviation will be rejected as "Not Approved" if the requested deviation is unacceptable. Contractor is to revise and resubmit the Shop Drawing with corrections for approval. 2. A Field Order will be issued by the Designer for deviations approved by the Designer if the requested deviation is acceptable and if the requested deviation will not result in a change in Contract Price or Contract Times. Requested deviations from the Contract Documents may only be approved by Field Order. 3. A requested deviation will be rejected if the requested deviation is acceptable but the requested deviation will or should result in a change in Contract Price or Contract Times. Submit any requested deviation that requires as change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. E. Contractor is to resubmit the Shop Drawing until it is acceptable and marked Approved or Approved as Noted and is assigned an action per Paragraph 1.10.B that indicates that the Shop Drawing process is closed. F. Information that is submitted as a Shop Drawings that should be submitted as Record Data or other type of document, or is not required may be returned without review, or may be deleted. No further action is required and the Shop Drawing process for this document will be closed. 1.11 RESUBMISSION REQUIREMENTS A. Make all corrections or changes in the documents required by the Designer and resubmit to the Designer until approved. 1. Revise initial drawings or data and resubmit as specified for the original document. 2. Highlight or cloud in green those revisions which have been made in response to the previous reviews by the Designer. This will include changes previously highlighted or clouded in yellow to direct attention to Designer to items requiring selections or decisions by the Designer or highlighted or clouded in orange for a requested deviation from the Contract Documents. 3. Highlight and cloud new items in yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. Shop Drawings Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 013302-9 11-25-2013 4. Highlight and cloud new items in orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Numbering for these new items is to start with the next number following the last Shop Drawing deviation requested. Include explanatory comments in the Shop Drawing Deviation Request form. B. Pay for excessive review of Shop Drawings. 1. Excessive review of Shop Drawings is defined as any review required after the original review has been made and the first resubmittal has been checked to see that corrections have been made. 2. Review of Shop Drawings or Samples will be an additional service requiring payment by the Contractor if the Contractor submits a substitution for a product for which a Shop Drawing or Sample has previously been approved, unless the need for such change is beyond the control of Contractor. 3. Cost for additional review time will be billed to the Owner by the Designer for the actual hours required for the review of Shop Drawings by Designer and in accordance with the rates listed in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. 4. A Set-off will be included in each Application for Payment to pay cost for the additional review to the Owner on a monthly basis. The Set-off will be based on invoices submitted to Owner for these services. 5. Need for more than one resubmission or any other delay of obtaining Designer's review of Shop Drawings will not entitle the Contractor to an adjustment in Contract Price or an extension of Contract Times. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Shop Drawings Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Record Drawings and redline markups 01 33 01 REFER TO SECTION 01 33 01 SUBMITTAL REGISTER FOR LIST OF ALL RECORD DATA TO BE SUBMITTED B. Include Record Data in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT to indicate the Record Data to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that the product will be incorporated into the Project. C. Complete the following before submitting Record Data: 1. Prepare Record Data and coordinate with Shop Drawings or Samples, other Record Data, and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information; Record Data Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 013303-1 11-25-2013 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. D. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Record Data; 2. Location of existing structures, utilities, and equipment related to the Record Data have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Record Data are complete for their intended purpose; and 5. Conflicts between the Record Data related to the various Subcontractors and Suppliers have been resolved. E. Review Record Data prior to submitting to the Designer. Certify that all Record Data has been reviewed by the Contractor and is in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Record Data. 1.04 RECORD DATA REQUIREMENTS A. Include a complete description of the material or equipment to be furnished, including: 1. Type, dimensions, size, arrangement, model number, and operational parameters of the components; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Record Data as specified in the individual Specification Sections: Record Data Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 013303-2 11-25-2013 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Record Data. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Record Data. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Record Data. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 RECORD DATA SUBMITTAL PROCEDURES A. Submit Record Data through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Record Data submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Record Data submittal form is to be the first document in the file. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Record Data. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. g. Record Data Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 013303-3 11-25-2013 h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. i. Add footers to each document with the Project name. 3. Submit each specific product, class of material, or product separately so these can be tracked and processed independently. Do not submit Record Data for more than one system in the same Record Data. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Record Data. a. Use terms and symbols in Record Data consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Record Data. c. Provide a legend for symbols used on Record Data. 6. Mark Record Data to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. Deviations from the Contract Documents can only be approved by a Modification. C. Complete the certification required by Paragraph 1.03. 1.08 DESIGNER'S RESPONSIBILITIES A. Record Data will be received by the Designer, logged, and provided to Owner as the Project record. 1. Record Data may be reviewed to see that the information provided is adequate for the purpose intended. Record Data not meeting the requirements of Paragraph 1.02 may be rejected as unacceptable. 2. Record Data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. 3. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Record Data. Contract modifications can only be approved by a Modification. Record Data Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 013303-4 11-25-2013 B. Designer may take the following action in processing Record Data: 1. File Record Data as received if the cursory review indicates that the document meets the requirements of Paragraph 1.02. Document will be given the status of "Filed as Received" and not further action is required on that Record Data. 2. Reject the Record Data for one of the following reasons: a. The document submittal requirements of the Contract Documents indicate that the document submitted as Record Data should have been submitted as a Shop Drawing. The Record Data will be marked "Rejected" and "Submit Shop Drawing." No further action is required on this document as Record Data and the Record Data process will be closed. Resubmit the document as a Shop Drawing per SECTION 01 33 02 SHOP DRAWINGS. b. The cursory review indicates that the document does not meet the requirements of Paragraph 1.02. The Record Data will be marked "Rejected" and "Revise and Resubmit." Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." When Record Data is filed, no further action is required and the Record Data process will be closed. c. The Record Data is not required by the Contract Documents nor is applicable to the Project. The Record Data will be marked "Rejected" and "Cancel - Not Required." No further action is required and the Record Data process will be closed. C. Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Record Data Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 013303-5 11-25-2013 01 33 04 CONSTRUCTION PROGRESS SCHEDULE 1.00 GENERAL 1.01 REQUIREMENTS A. Prepare and submit a Progress Schedule for the Work and update the schedule on a monthly basis for the duration of the Project. B. Provide schedule in adequate detail to allow Owner to monitor progress and to relate document processing to sequential activities of the Work. C. Incorporate and specifically designate the dates of anticipated submission of documents and the dates when documents must be returned to the Contractor into the schedule. D. Assume complete responsibility for maintaining the progress of the Work per the schedule submitted. E. Take the requirements of SECTION 01 35 00 SPECIAL PROCEDURES into consideration when preparing schedule. 1.02 DOCUMENT SUBMITTAL A. Submit Progress Schedules in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Submit a preliminary schedule within 10 days after the Notice of Award. The schedule is to be available at the pre -construction conference. C. Submit a detailed schedule at least 10 days prior to the first payment request. D. Submit Progress Schedules updates monthly with Applications for Payment to indicate the progress made on the Project to that date. Failure to submit the schedule may cause delay in the review and approval of Applications for Payment. 1.03 SCHEDULE REQUIREMENTS A. Schedule is to be in adequate detail to: 1. Assure adequate planning, scheduling, and reporting during the execution of the Work; 2. Assure the coordination of the Work of the Contractor and the various Subcontractors and Suppliers; 3. Assist in monitoring the progress of the Work; and 4. Assist in evaluating proposed changes to the Contract Times and Project schedule. B. Provide personnel with 5 years' minimum experience in scheduling construction work comparable to this Project. Prepare the schedule using acceptable scheduling software. C. Provide the schedule in the form of a computer generated critical path schedule which includes Work to be performed on the Project. It is intended that the schedule accomplish the following: 1. Give early warning of delays in time for correction. Construction Progress Schedule Ayers Street — Ocean Dr. to Alameda St. — (Bond 2014) Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. — (Bond 2014) Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. — (Bond 2014) Project No. E13092 013304-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Construction Progress Schedule Ayers Street — Ocean Dr. to Alameda St. — (Bond 2014) Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. [13092 013305-2 11-25-2013 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Perform the Work as required to complete the entire Project within the Contract Times and in the sequence stipulated below: 1. Refer to Construction Sequencing Plan and construction drawings B. Work shall be completed within the specified time for these items: 1. Refer to SECTION 00 52 23 — Agreement for Contract Times C. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. D. Perform the Work not specifically described in this Section as required to complete the entire Project within the Contract Times. 1.02 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Pipelines or wastewater systems, 4. Communications equipment, and 5. Other designated functions. B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; 6. Plan of Action to handle emergencies; 7. List of manpower, equipment, and ancillary supplies; 8. Backups for key pieces of equipment and key personnel; 9. Contingency plan that will be used if the original schedule cannot be met; and C. Submit plan 2 weeks prior to beginning the Work. Special Procedures Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 013500-1 11-25-2013 1.03 CRITICAL OPERATIONS A. The Owner has identified critical operations that must not be out of service longer than the designated maximum time out of service and/or must be performed only during the designated times. These have been identified in the table below: Critical Operation Max. Time Out of Operation Hours Operation can be Shut Down Liquidated Damages ($ per hour) Water Service to Hospital Varies Contractor must coordinate with Hospital N/A Maintain vehicular and pedestrian access to Hospital None Contractor must coordinate with Hospital N/A B. Submit a written plan of action per Paragraph 1.02 for approval for critical operations. C. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner's normal operations have been restored. D. Provide additional manpower and equipment as required to complete the Work affecting critical operations within the allotted time. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 013500-2 11-25-2013 01 40 00 QUALITY MANAGEMENT 1.00 GENERAL 1.01 CONTRACTOR'S RESPONSIBILITIES A. Review the OPT's Quality Management Program and prepare and submit the Contractor's Quality Control Plan. B. Implement the Contractor's Quality Control Plan to control the quality of the Work and verify that the Work meets the standards of quality established in the Contract Documents. 1. Inspect products to be incorporated into the Project. Ensure that Suppliers have adequate quality control systems to ensure that products that comply with the Contract Documents are provided. 2. Integrate quality control measures into construction activities to produce Work which meets quality expectations of the Contract Documents. Inspect the Work of the Contractor, Subcontractors, and Suppliers. Correct Defective Work. 3. Provide and pay for the services of an approved professional materials testing laboratory acceptable to the OPT to provide testing that demonstrates that products proposed in Shop Drawings and Record Data for the Project fully comply with the Contract Documents. 4. Provide facilities, equipment, and Samples required for quality control inspections and tests: a. Give the OAR adequate notice before proceeding with Work that would interfere with inspections or testing; b. Notify the OAR and testing laboratories prior to the time that testing is required, providing adequate lead time to allow arrangements for inspections or testing to be made; c. Do not proceed with any Work that would impact the ability to correct defects or Work that would require subsequent removal to correct defects until testing services have been performed and results of tests indicate that the Work is acceptable; d. Cooperate fully with the performance of sampling, inspection, and testing; e. Provide personnel to assist with sampling or to assist in making inspections and field tests; f. Obtain and handle Samples for testing at the Site or at the production source of the product to be tested; g. Provide adequate quantities of representative products to be tested to the laboratory at the designated locations; h. Provide facilities required to store and cure test Samples; i. Provide calibrated scales and measuring devices for the OPT's use in performing inspections and testing; Quality Management Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 the 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 HIGHLY CHLORINATED WATER A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner's requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine, which exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory agencies in the disposal of all water used in the Project. Include a description and details for disposal of this water in a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Do not use the Owner's sanitary sewer system for disposal of contaminated water. 1.13 WINDSTORM CERTIFICATION A. All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by IBC 2009. Contractor shall be responsible for contracting with a licensed structural engineer in the State of Texas to perform all inspections and provide documentation for windstorm certification to the Texas Board of Insurance. The Contractor shall be responsible for providing all necessary design/assembly documentation for all new windows, doors, louvers, etc. to the windstorm engineer/inspectors required to conform with the requirements of the Texas Department of Insurance. Temporary Controls Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 015700-5 11-25-2013 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials that comply with Laws and Regulations. 3.00 EXECUTION 3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS A. Construct temporary controls in accordance with Laws and Regulations. B. Maintain controls in accordance with regulatory requirements where applicable, or in accordance with the requirements of the Contract Documents. C. Remove temporary controls when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls while they are still required. END OF SECTION Temporary Controls Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 017000-3 11-25-2013 PART S STANDARD SPECIFICATIONS SECTION 020100 SURVEY MONUMENTS 1. DESCRIPTION This specification shall govern all work required for furnishing and installing survey monuments as required to complete the project. 2. MATERIALS a) Brass Monument Marker: 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 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 025414 AGGREGATE FOR SURFACE TREATMENT 1. DESCRIPTION This specification establishes the requirements for surface aggregate to be used in the construction of surface treatments and seal coats. The type, grade, and surface aggregate classification (SAC) of aggregate shall be as specified in the applicable specification or as shown on the drawings. 2. AGGREGATE A. Materials. Furnish uncontaminated materials of uniform quality throughout that meet the requirements of the drawings and specifications. Materials shall meet the applicable requirements of TxDOT Specification Item 302 "Aggregates for Surface Treatments" (latest edition). 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, aggregate for surface treatment and seal coats shall not be measured and paid separately, but shall be subsidiary to the construction in which these materials are used. 025414 Page 1 of 1 Rev. 3-25-2015 SECTION 025416 SEAL COAT 1. DESCRIPTION This specification shall consist of a surface treatment composed of a single or multiple application of asphalt covered with aggregate for the sealing of existing pavements in accordance with this specification. Seal coats shall not be applied when the air temperature is below 60°F and falling, but may be applied when the air temperature is above 50°F and rising; the air temperature being taken in the shade and away from artificial heat. Asphaltic material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. 2. MATERIALS (1) Asphaltic Materials. The asphaltic material used shall be AC -5 (AC -3 in winter) or other approved material as prescribed in Standard Specification Section 025404 "Asphalts, Oils and Emulsions", whichever is called for on the plans. (2) Aggregate. Single Course - The aggregate used shall be Type PA (pre -coated aggregate), Grade 5 (1/2" maximum size), as described in specification Section 025414 "Aggregate For Surface Treatment". Multiple Course - The aggregate used for multiple course seal coat shall be the same as for single course, except Grade 4 (5/8" maximum size) aggregate will be required for the first course, and Grade 5 (1/2" maximum size) aggregate will be required for the second and third (surface) courses, as shown in the plans and specifications. 3. CONSTRUCTION METHODS The area to be treated shall be cleaned of dirt, dust or other deleterious matter by sweeping or other approved methods. If it is found necessary by the Engineer, the surface shall be lightly sprinkled with water just prior to the application of asphaltic material. Asphaltic material shall be applied on the cleaned surface by an approved type of self-propelled pressure distributor, so operated as to distribute the material in the quantity specified, evenly and smoothly, under a pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of the asphaltic material in all of the heating equipment and in the distributor, for determining the rate at which it is applied, and for securing uniformity at the junction of two distributor loads. The distributor shall have been recently calibrated and the Engineer shall be furnished an accurate and satisfactory record of such calibration. After beginning the work, should the yield on the asphaltic material appear to be in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work. 025416 Page 1 of 2 Rev. 3-25-2015 Asphaltic material may be applied for the full width of the seal coat in one application unless the width exceeds 26 feet. Asphaltic material shall not be applied until immediate covering with aggregate is assured Immediately after the application of asphalt, the aggregate shall be evenly spread over the surface. Mechanical spreading devices shall be of a type approved by the Engineer. The cover material must be evenly and accurately distributed to the end that an even and smooth surface is obtained. Immediately after the aggregate has been applied, the surface shall be adequately raked and broomed to insure uniformity. As soon as proper distribution of aggregate can be obtained, the surface shall be flat -rolled with a roller having a gross weight of not less than four (4) tons and not more than ten (10) tons. The Contractor shall so arrange his work that the rolling of all aggregate applied that day shall be completed on the road before daylight. The asphalt and aggregate shall be applied at the approximate rate indicated on plans within the limits of the following schedule or as directed by the Engineer. Gallons of Asphalt Aggregate Per Square Yard Cu.Yd. to Sq.Yd. Min. Max. Min. Max. Asphalt Cement 0.15 0.30 1:200 1:100 The Contractor shall be responsible for the maintenance of the surface until the work is accepted by the Engineer. All holes or failures in the seal coat surface shall be repaired by use of additional asphalt and aggregate, and all fat or bleeding surfaces shall be covered with approved cover material in such manner that the asphaltic material will not adhere to or be picked up on the wheels of vehicles. All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphaltic material shall be kept clean and in good operating condition at all times, and they shall be operated in such manner that there will be no contamination of the asphalt with foreign material. It shall be the responsibility of the Contractor to provide and maintain in good working order a recording thermometer at the storage heating unit at all times. The temperature of application shall be within the limits recommended in City Standard Specification Section 025404 "Asphalts, Oil and Emulsions", with that being 220 to 300 degrees F for AC -3, and 275 to 350 degrees F for AC -5. 4. MEASUREMENT AND PAYMENT Unless otherwise indicated in the Bid Form, seal coat will be measured by the square yard in place to the limits shown on the plans and as directed by the Engineer. Payment shall be full compensation for cleaning and sprinkling the existing surface; for furnishing, preparing, hauling and placing all materials; for all freight involved; and for all manipulations, labor, tools, equipment and incidentals necessary to complete the work. 025416 Page 2 of 2 Rev. 3-25-2015 SECTION 025418 SURFACE TREATMENT 1. DESCRIPTION One -course surface treatment shall consist of a wearing surface or underseal composed of a single application of asphalt material covered with aggregate, constructed on the prepared base course or surface in accordance with this specification. Two -course surface treatment shall consist of a wearing surface or underseal composed of two applications of asphalt material, each covered with aggregate, constructed on the prepared base course or surface in accordance with this specification. Three -course surface treatment shall consist of a wearing surface or underseal composed of three applications of asphalt material, each covered with aggregate, constructed on the prepared base course or surface in accordance with this specification. 2. MATERIALS 1) Asphalt Materials. The asphalt material used shall be AC -5 (AC -3 in winter) or other approved material as prescribed in Standard Specification Section 025404 "Asphalts, Oils and Emulsions". 2) Aggregate. The aggregate used shall be Type PE pre -coated natural limestone rock asphalt as prescribed in City Standard Specification Section 025414 "Aggregate for Surface Treatment", graded as shown below. One -Course: Grade 4 Two -Course: Grade 4 — 2nd course (top) Grade 3 — 1st course (bottom) Three -Course: Grade 4 — rd course (top) Grade 3 — 2nd course (middle) Grade 3 — 1st course (bottom) 3. CONSTRUCTION METHODS Allow sufficient time for the prime coat to cure properly before applying the surface treatment binder. The area to be treated shall be cleaned of dirt, dust, or other deleterious matter by sweeping or other approved methods. If it is found necessary by the Engineer, the surface shall be lightly sprinkled with water just prior to the application of the asphalt material. 025418 Page 1 of 3 Rev. 3-25-2015 Asphalt material shall be applied on the clean surface by an approved type of self-propelled pressure distributor, so operated as to distribute the material in the quantity specified, evenly and smoothly, under a pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of asphalt material in all of the heating equipment and in the distributor, for determining the rate at which it is applied, and for securing uniformity at the junction of two distributor loads. The distributor shall have been recently calibrated and the Engineer shall be furnished an accurate and satisfactory record of such calibration. After beginning the work, should the yield on the asphalt material appear to be in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work. Asphalt material may be applied for the full width of the surface treatment in one application, unless the width exceeds 26 feet. No traffic or hauling will be permitted over the freshly applied asphalt material. Asphalt material shall not be applied until immediate covering is assured. Aggregate shall be immediately and uniformly applied and spread by an approved self-propelled continuous feed aggregate spreader, unless otherwise shown on the plans or authorized by the Engineer in writing. Surface treatment shall not be applied when the air temperature is below 60° F and is falling, but it may be applied when the air temperature is above 50° F and is rising; the air temperature being taken in the shade and away from artificial heat. Asphalt material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. The rates of application of the aggregate and asphalt shall be as follows or as otherwise specified: 1st Course 2nd Course 3rd Course Asphalt Cement 0.20 gal/sq.yd. 0.16 gal/sq.yd. 0.16 gal/sq.yd. Aggregate 80 sq.yd./cu.yd. 100 sq.yd./cu.yd. 100 sq.yd./cu.yd. The entire surface shall be broomed, bladed or raked and thoroughly rolled as required by the Engineer. Where multiple courses are specified, each course shall be applied in the manner specified for one course surface treatment. The Contractor shall be responsible for the maintenance of the surfaces until the Engineer accepts the work. All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphalt materials shall be kept clean and in good operating condition at all times, and they shall be operated in such manner that there will be no contamination of the asphalt materials with foreign material. It 025418 Page 2 of 3 Rev. 3-25-2015 shall be the responsibility of the Contractor to provide and maintain in good working order a recording thermometer at the storage heating unit at all times. The Engineer will select the temperature of application based on the temperature -viscosity relationship that will permit application of the asphalt within the limits recommended in Standard Specification Section 025404 "Asphalts, Oils and Emulsions", with that being 220 to 300 degrees F for AC -3, and 275 to 350 degrees F for AC -5. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, surface treatment as an integral part of the final structural pavement section shall be measured in place by the square yard of surface area to the limits shown on the plans and as directed by the Engineer. Payment shall be full compensation for all labor, materials, tools, equipment and incidentals necessary to furnish and place the type of surface treatment called for. Surface treatment for temporary pavements shall not be measured and paid separately, but shall be subsidiary to the construction in which the surface treatment is used. 025418 Page 3 of 3 Rev. 3-25-2015 SECTION 025424 HOT MIX ASPHALTIC CONCRETE PAVEMENT (Class A) 1 DESCRIPTION This specification shall govern all work required for furnishing and laying Hot Mix Asphalt Concrete (HMAC) surface, binder and base courses required to complete the project. All subsurface utilities must be inspected, tested, and accepted prior to any paving. 2. MATERIALS 2.1. Aggregate. The aggregate shall consist of a blend of course aggregate, fine aggregate and, if required, a mineral filler. 2.1.1. Coarse Aggregate shall consist of that fraction of aggregate retained on a No. 10 sieve and shall consist of crushed furnace slag, crushed stone, or crushed gravel. Deleterious material in course aggregate shall not exceed 2% per TxDOT Test Method TEX-217-F. Course aggregate shall be crushed such that a minimum of 85% of the particles have more than one crushed face, unless noted otherwise on the plans. Los Angeles abrasion losses for course aggregate shall not exceed 40% by weight for the surface course and 45% for the binder and base courses per TxDOT Test Method TEX-410-A. Polish Value not less than 30 for aggregate used in the surface course per TxDOT Test Method TEX-438-A. 2.1.2. Fine Aggregate is defined as the fraction passing a No. 10 sieve and shall be of uniform quality. Fine aggregate shall consist of screenings of material that pass the Los Angeles abrasion requirements in paragraph 2.1.1 above. Screenings shall be blended with a maximum of 15% uncrushed aggregate or field sand for Type D mixes, or a maximum of 10% uncrushed aggregate or field sand for Type A, B, and C mixes. Grading of fine aggregate shall be as follows: Sieve Size Percent Passing by Weight No. 10 100 No. 200 0-15 025424 Page 1 of 8 Rev 3-25-2015 2.1.3 Filler shall consist of dry stone dust, Portland cement, hydrated lime, or other mineral dust approved by the Engineer. Grading of filler shall be as follows: Sieve Size Minimum Percent Passing by Weight No. 30 95 No. 80 75 No. 200 55 2.2. Reclaimed Asphalt Pavement (RAP). Reclaimed asphalt pavement 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 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 025807 PAVEMENT MARKINGS (PAINT AND THERMOPLASTIC) 1. DESCRIPTION This item shall consist of markings and stripes on the surface of the roadways or parking facilities applied in accordance with this specification and at the locations shown on the drawings or as directed by the Engineer. 2. MATERIALS Type I Pavement Marking Materials shall be in accordance with TxDOT Departmental Material Specification DMS -8220 "Hot Applied Thermoplastic". All roadway markings shall be thermoplastic. Type II Pavement Marking Materials shall be in accordance with TxDOT Departmental Material Specification DMS -8200 "Traffic Paint" and are not to be used for roadway markings except as primer/sealer for Type 1 markings Type II Pavement Markings shall be allowed for parking facilities if called for in the plans. Glass Traffic Beads shall be drop -on glass beads conforming to TxDOT Departmental Material Specification DMS -8290 "Glass Traffic Beads". 3. CONSTRUCTION METHODS 3.1 Weather Limitations - Pavement marking shall be performed only when the existing surface is dry and clean, when the atmospheric temperature is above 40°F., and when the weather is not excessively windy, dusty, or foggy. The suitability of the weather will be determined by the Engineer. 3.2 Equipment - All equipment for the work shall be approved by the Engineer and shall include the apparatus necessary to properly clean the existing surface, and mechanical marking machine, and such auxiliary hand painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an approved atomizing spray -type marking machine suitable for application of pavement markings. It shall produce an even and uniform film thickness at the required coverage and shall be designed so as to apply markings of uniform cross-sections and clear -out edges without running of spattering and within the limits for straightness set forth herein. 025807 Page 1 of 3 Rev. 10-30-2014 Suitable adjustments shall be provided on the sprayer(s) of a single machine or by furnishing additional equipment for marking the width required. 3.3 Preparation of Existing Surface - Immediately before application of the paint or thermoplastic, the existing surface shall be dry and entirely free from old pavement markings and markers, dirt, grease, oil, acids, laitance, or other foreign matter which could reduce the bond between the marking and the pavement. The surface shall be thoroughly cleaned by sweeping and blowing as required to remove all dirt, laitance and loose materials. Areas that cannot be satisfactorily cleaned by brooming and blowing shall be scrubbed as directed with a water solution of trisodium phosphate (10% Na3PO4 by weight) or an approved equal solution. After scrubbing, the solution shall be rinsed off and the surface dried prior to marking 3.4 Layouts and Alignments - Suitable layouts and lines of proposed stripes shall be spotted in advance of the marking application. Control points shall be spaced at such intervals as will insure accurate location of all markings The Contractor shall provide an experienced technician to supervise the location, alignment, layout, dimensions, and application of the markings At least 72 hours prior to applying the permanent pavement markings, the Contractor shall notify the Engineer and City Construction Inspector to obtain City approval for the location, alignment and layout of the pavement markings. 3.5 Application - Markings shall be applied at the locations and to the dimensions and spacing indicated on the plans or as specified. Markings shall not be applied until the layouts, indicated alignment, and the condition of the existing surface have been approved by the Engineer. In the application of straight stripes, any deviation of the edges exceeding 1/2 inch in 50 feet shall be obliterated and the marking corrected. The width of the markings shall be as designated within a tolerance of 5%. All markings shall be performed to the satisfaction of the Engineer. Paint shall be applied uniformly by suitable equipment at a rate of not less than 105 or more than 115 square feet per gallon. The Contractor shall furnish a certified report on the quality of materials ordered for the work. This report shall not be interpreted as a basis for fmal acceptance. The Engineer shall be notified upon arrival of shipment for inspecting and sampling of the materials. When required, all emptied containers shall be returned to the paint material storage or made available for tallying by the Engineer. The containers shall 025807 Page 2 of 3 Rev. 10-30-2014 not be removed from the job site or destroyed without permission. The Contractor shall make an accurate accounting of the paint materials used in the accepted work. 3.6 Protection - After application, all markings shall be protected while drying. The fresh markings shall be protected from damage of any kind. The Contractor shall be directly responsible for protecting the markings and shall erect or place suitable warning signs, flags or barricades, protective screens or coverings as required. All surfaces shall be protected from disfiguration by spatter, splashes, spillage, drippings of paint or other materials. 3.7 Defective Workmanship or Material - When any material not conforming to the requirements of the specifications or drawings has been delivered to the project or incorporated in the work, or any work performed is of inferior quality, such material or work shall be corrected as directed by the Engineer, at the expense of the Contractor. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, pavement markings shall be measured by the square foot or linear foot of each type of marking Eliminating existing pavement markings and markers will not be measured and paid for separately, but shall be subsidiary to the pavement marking items. Payment shall be full compensation for furnishing all materials and for eliminating existing pavement markings and markers, for all preparation, layout and application of the materials, and for all labor, equipment, tools and incidentals necessary to complete the work. 025807 Page 3 of 3 Rev. 10-30-2014 SECTION 025813 PREFORMED THERMOPLASTIC STRIPING, WORDS AND EMBLEMS 1. DESCRIPTION This specification shall govern all work for furnishing and installing preformed thermoplastic striping, words and emblems required to complete the project. 2. PRE -CONSTRUCTION CONFERENCE When required by the Engineer, prior to beginning work on the markings but after receipt by the Engineer of the required information, a conference will be held between the representatives of the Contractor and the Engineer to set up more completely the sequence of work to be followed and the estimated progress schedule. 3. MATERIALS The preformed pavement marking material shall be thermoplastic material meeting the specifications of TxDOT Departmental Material Specification DMS -8220 "Hot Applied Thermoplastic," and shall be approved by the Engineer for use on this project. 4. CONSTRUCTION (1) General. The Contractor shall furnish all materials and equipment and perform work or services necessary for complete and proper construction of the completed system of pavement markings. (2) Traffic Conditions. Roadways on which markings are to be placed may be either free of traffic or open to traffic. On roadways already open to traffic, markings shall be placed under existing traffic conditions. (3) Dimensions. Markings will be in accordance with the color, length, width, shape, configuration and location requirements of the plans and as directed by the Engineer. (4) Methods. All material placement shall be in accordance with TxDOT Standard Specification Item 668 "Prefabricated Pavement Markings" and City Section 025807 "Pavement Markings (Paint and Thermoplastic)." (5) Surface Preparation. The pavement upon which the markings are to be placed shall be cleaned and prepared, to the satisfaction of the Engineer, prior to placement of the markings. Cleaning shall be by any effective method, approved by the Engineer that completely and effectively removes contaminants, loose materials, and conditions deleterious to proper adhesion. Surfaces shall be further prepared after cleaning by sealing or priming, as recommended by the manufacturer of the pavement marking material. 025813 Page 1 of 3 Rev. 3-25-2015 (6) Moisture. Pavement to which the material is to be applied shall be completely dry. When questionable, pavements will be considered dry if, on a sunny day after observation for 15 minutes, no condensation occurs on the underside of a one (1) square foot piece of clear plastic that has been placed on the pavement and weighted down on the edges. (7) (8) Temperature. Pavement and ambient air temperature requirements recommended by the material manufacturer shall be observed. If no temperature requirements are established by the materials manufacturer, material will not be placed if the pavement temperature is below 60 degrees F or if it is above 120 degrees F. Clean -Up. At all times, the project site shall be kept free of all unnecessary traffic hazards. Upon completion of the work, the Contractor shall remove all rubbish from the work site, and shall clean and restore the area to a manner acceptable to the Engineer. Also, all damage done by the Contractor during the prosecution of the work must be repaired. Before acceptance, the work site must be neat and in a presentable condition throughout. No extra compensation will be allowed for fulfilling these clean-up requirements. 5. PERFORMANCE (1) Adhesion. Installed pavement markings shall adhere to the pavement sufficiently to prevent lifting, shifting, smearing, spreading, flowing or tearing by traffic. (2) Appearance. In addition to complying with all requirements listed herein, pavement markings shall present a neat, uniform appearance, and shall be free of unsightly conditions. Markings shall be free of ragged edges, misshapen lines or contours, and splices in transverse markings. (3) Visibility. The pavement marking material, in place on the roadway, shall have uniform and distinctive retro -reflectance when observed in accordance with TxDOT Test Method Tex - 828 -B. (4) Observation Period. All material, workmanship and labor furnished shall be covered by manufacturer's guarantee and/or warranty for a period of 12 months commencing on the fmal delivery date of the materials. Pavement markings that fail to meet all requirements of this specification shall be removed and replaced at the expense of the Contractor within 30 working days following notification by the Engineer of such failure. All replacement pavement markings shall also meet all requirements of this specification for the same warranty period after installation. 025813 Page 2 of 3 Rev. 3-25-2015 6. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, preformed striping, words and emblems shall be measured by each type and color indicated on the Bid Form including preformed arrows and words or other symbols as indicated in the Bid Form. Payment shall be full compensation for cleaning the pavement by any suitable means other than blast cleaning, for furnishing and placing all materials, and for all labor, tools, equipment and incidentals necessary to complete the work. 025813 Page 3 of 3 Rev. 3-25-2015 SECTION 025816 RAISED PAVEMENT MARKERS 1. DESCRIPTION This specification shall govern all work required for furnishing and installing Raised Pavement Markers required to complete the project. 2. MATERIALS RAISED PAVEMENT MARKERS shall conform to Reference Specification Section 025818 "Pavement Markers (Reflectorized)" (TxDOT Departmental Material Specification 4200). Unless indicated otherwise on the drawings, raised pavement markers and traffic buttons shall be of the type to be applied to the roadway surface with a non -integral adhesive. Types of raised pavement markers shall be as follows: TYPE DESCRIPTION I -A One face shall reflect amber light and the body other than the reflective face shall be yellow. I -C One face shall reflect white light and the body other than the reflective face shall be white, silver or light gray. I -R One face shall reflect red light and the body other than the reflective face shall be white, silver or light gray, or may be one-half red on the side that reflects red light. II -A -A Shall contain two reflective faces, each of which shall reflect amber light and the body other than the reflective faces shall be yellow. II -B -B Shall contain two reflective faces, each of which shall reflect blue light and the body other than the reflective faces shall be blue. (Fire Hydrant Application.) II -C -C Shall contain two reflective faces, each of which shall reflect white light and the body other than the reflective faces shall be white, silver or light gray. 025816 Page 1 of 2 Rev. 10-30-2014 II -C-R Shall contain two reflective faces, one of which shall reflect white light and the other face shall reflect red light, and the body other than the reflective faces shall be white, silver or light gray, or may be one- half red on the side that reflects red light. ADHESIVE for securing raised pavement markers to asphalt or concrete surfaces shall conform to Reference Specification Section 025828 "Bituminous Adhesive for Pavement Markers" (TxDOT Departmental Materials Specification 6130). 3. METHODS PAVEMENT SURFACE to receive raised pavement markers shall be prepared such that the surface is free of loose material, grease, moisture, and other foreign material that could impair the bond with the adhesive. ALIGNMENT AND POSITIONING of raised pavement markers shall be such that the reflective faces are aligned for proper visibility. ADHESIVE shall be applied such that 100% of the lower surface of the marker is in contact with the adhesive and in sufficient quantity to serve as a cushion between the marker and the paved surface. Any surplus adhesive shall be removed so that the visibility of the marker is not impaired. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, raised pavement markers shall be measured as individual units for each type installed, if included as a bid item in the Bid Form. Payment shall include, but not be limited to, furnishing and installing markers complete with adhesive, and shall be full compensation for all labor, materials, tools, equipment and incidentals required to complete the work. 025816 Page 2 of 2 Rev. 10-30-2014 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) DMS - 4200 PAVEMENT MARKERS (REFLECTORIZED) EFFECTIVE DATE: JANUARY 2010 4200.1. Description. This Specification governs for the pre -qualification, testing, and field evaluation requirements for reflectorized pavement markers (RPMs). 4200.2. Units of Measurements. The values given in parentheses (if provided) are not standard and may not be exact mathematical conversions. Use each system of units separately. Combining values from the two systems may result in nonconformance with the standard. 4200.3. Material Producer List. The Materials and Pavements Section of the Construction Division (CST/M&P) maintains the Material Producer List (MPL) of all materials conforming to the requirements of this specification. Materials appearing on the MPL, entitled "Jiggle Bar Tiles, Pavement Markers, and Traffic Buttons," require no further testing, unless deemed necessary by the Project Engineer or CST/M&P. 4200.4. Bidders' and Suppliers' Requirements. Before any material is allowed for use on Department projects, it must be of manufacture and product code or designation shown on the MPL. 4200.5. Pre -Qualification Procedure. The pre -qualification procedure consists of several steps, listed below, which are described in more detail in the following subsections: • Pre -qualification request, • Laboratory testing, • Field testing, • Provisional qualification, • Project evaluations, • Full qualification, • Periodic evaluation, • Disqualification, and • Re -Qualification. CST/M&P will provide notification at the completion of each step and will require confirmation from the supplier's contact person before proceeding to the next step. Costs of sampling and testing are normally borne by the Department; however, the costs to sample, test, and conduct field evaluations for materials failing to conform to the requirements of this specification are borne by the supplier. This cost will be assessed at the rate established by the Director of CST/M&P and in effect at the time of testing and will be billed directly to the Contractor or supplier. TEXAS DEPARTMENT OF TRANSPORTATION 1 — 7 EFFECTIVE DATE: JANUARY 2010 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) A. Pre -Qualification Request. Prospective suppliers interested in submitting their product for evaluation must submit a written request to the Texas Department of Transportation, Construction Division, Materials & Pavements Section (CP51), 125 East 11th Street, Austin, TX 78701-2483. Include the following items with the request: • Name and contact information, including email address for the person who will be the primary contact during the qualification process; • Laboratory test results, from the manufacturer's lab or an independent test laboratory, showing actual test results that meet the requirements of ASTM D 4280; • Product data sheets; • List of locations and applications dates where the product is being evaluated or is in current use; and • Test results from the National Transportation Product Evaluation Program (NTPEP), if available. B. Laboratory Testing. Provide CST/M&P with 350 RPMs of each color and type for laboratory and field testing. Submit materials for laboratory testing and field evaluations at no cost to the Department. CST/M&P will acknowledge receipt of materials and specify a tentative completion date for laboratory testing. CST/M&P will test RPMs in accordance with Article 4200.6 and will send notification of results once laboratory testing is complete. If laboratory testing conducted by TxDOT or by NTPEP shows RPMs do not meet the requirements of this specification, evaluation will cease, and RPMs will not be qualified. Suppliers may resubmit materials for qualification after providing documentation identifying the cause and corrective action taken. C. Field Testing. Upon satisfactory completion of laboratory testing, CST/M&P will specify the location of one or more roadways selected for the 12 -month field test and suggested application dates. The roadways will include: • a concrete surface, • a hot -mix asphalt surface, and • a Grade 3 sealcoat. The concrete and asphalt roadways will be full -access controlled freeways with a minimum average daily traffic (ADT) count of 35,000 vehicles, a minimum of 20% average daily truck traffic volume, and a minimum posted speed limit of 65 mph. The Grade 3 road test will be conducted on a four -lane divided highway with a minimum ADT count of 4,000 vehicles per lane, a minimum of 20% average daily truck traffic volume, and a minimum posted speed limit of 50 mph. Providing NTPEP test results meeting the requirements of this specification may replace the concrete and hot -mix asphalt field tests on a deck for deck basis. If TxDOT or NTPEP field testing shows RPMs do not meet the requirements of this specification, evaluation will cease, and RPMs will not be qualified. Suppliers may TEXAS DEPARTMENT OF TRANSPORTATION 2 — 7 EFFECTIVE DATE: JANUARY 2010 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) resubmit materials for qualification after providing documentation identifying the cause and corrective action taken. 1. NTPEP Testing. Submit NTPEP test data to CST/M&P for review if available. CST/M&P will acknowledge receipt of NTPEP data and will provide results of review within one month of receipt. The 12 -month NTPEP test results for the pre -qualification of RPMs must meet the following: • all the requirements specified in ASTM D 4280 for the tests performed by NTPEP; • a retention rate equal or greater than 90 % of the placed RPMs (excluding the RPMs removed for testing); • a visual evaluation of 3 or greater, as defined by the most recent NTPEP Project Work Plan for Field Evaluations of Raised Pavement Markers and Marker Adhesives, for the marker case and marker lens for a minimum of 90 % of the placed RPMs (excluding the RPMs removed for testing); and • the minimum retroreflectivity values required after 12 months on the roadway listed in Table 1. 2. Application. Provide the name of the contractor, the traffic control plan, and the manufacturer and product code for the adhesive at least two weeks prior to the application for CST/M&P review and approval. CST/M&P will confirm the date and location of the field evaluation installation and resolve any problems as necessary. CST/M&P will provide between fifty and one hundred RPMs of each submitted type for application from the samples submitted for laboratory testing. Testing of submitted markers occurs concurrently with a set of control RPMs, for compliance with the requirements of this specification. Control markers are those RPMs currently listed on the MPL; if the MPL is reorganized and no marker exists to act as a control, an RPM that has undergone the most recent NTPEP testing on both asphalt and concrete will be used. Supplier is responsible for application of the RPMs in the presence of CST/M&P. Application must meet all Department specifications for RPM application and traffic control as well as the manufacturer's recommendations. Notify CST/M&P of any problems or concerns with the installation within one week of application and request a re -installation, if necessary. 3. Evaluation. CST/M&P will notify supplier of a suggested date for field testing evaluation at least one month prior to completion of the 12 -month field trial. Provide the name of the contractor and traffic control plan for the evaluation at least 2 weeks prior to the scheduled evaluation date. Materials must meet the following requirements: a. Retention Rate. The retention rate of the test RPMs must be no less than 5% below that of the control RPMs. TEXAS DEPARTMENT OF TRANSPORTATION 3 — 7 EFFECTIVE DATE: JANUARY 2010 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) b. Body Damage. The test RPMs must not exhibit discoloration or body damage exceeding that of the control RPMs. They must not exhibit a repetitive form of damage or mode of failure (indicative of a design flaw) in a large percentage of the test RPMs. Body damage will be visually assessed according to NTPEP criteria. c. Functionality. Four RPMs placed at 80 foot spacing or eight RPMs placed at 40 foot spacing must be functional when viewed at night from a vehicle using the low beam headlight setting. They must be functional when viewed at a minimum distance of approximately 400 ft. in the daytime. A functional marker is both visible and conspicuous. d. Retroreflectivity. CST/M&P will remove twenty test RPMs from the pavement to undergo laboratory testing for retroreflectivity in accordance with Tex -842-B. Fifteen of the twenty RPMs pulled must pass the minimum reflective values shown in Table 1 (measured at 0.2° observation angle and 0° horizontal entrance angle). Table 1 Minimum Retroreflectivity (cd/fc) After 12 Months on the Roadway Face 12 Mo. Crystal 1.0 Amber 0.7 Red 0.2 D. Provisional Qualification. CST/M&P will grant provisional qualification after successful completion of the laboratory and field evaluations including NTPEP testing, when applicable. CST/M&P will send notification of provisional qualification, including the date of placement on the MPL, within one month after completion of the field evaluations. Failure to complete all project evaluation requirements successfully is grounds for cancellation of provisional qualification. E. Project Evaluation. Once the material is provisionally qualified and listed on the MPL, provide CST/M&P with project information for the first three jobs supplied with the RPMs and additional projects if requested. RPMs must meet the same performance criteria as for the field evaluation to receive full qualification. CST/M&P will return the project evaluation results after the 12 -month evaluation of each project. 1. Full Qualification. CST/M&P will grant full pre -qualification and continue to list materials meeting all requirements of this specification on the MPL. Pre -qualification requires extensive field evaluations. It is critical that no significant changes are made to the RPMs' composition, manufacturing process, or design during or after pre -qualification without notifying CST/M&P. It is also critical that the RPMs provided be uniform, with minimum variations from marker to marker. Significant changes not reported by the manufacturer or variations in product, as determined by the Director of CST/M&P, may be cause for removal from the MPL. TEXAS DEPARTMENT OF TRANSPORTATION 4 — 7 EFFECTIVE DATE: JANUARY 2010 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) 2. Failure. CST/M&P will revoke provisional qualification for RPMs that do not meet the performance criteria and will remove the RPMs from the MPL. Producers not qualified under this Specification may not furnish materials for Department projects and must show evidence of correction of all deficiencies before reconsideration for qualification. F. Periodic Evaluation. Periodic evaluation consists of random department -initiated laboratory testing, audits, and periodic required submittals or field testing. 1. Department -Initiated Laboratory Testing and Audits. The Department may conduct random sampling (per Tex -729-I) and testing on pre -qualified RPMs to identify changes in the material or nonconformity in production and to perform random audits of test reports. 2. Required Submittals or Field Testing. Every 5 years, provide NTPEP data showing continued compliance with the requirements of this specification. G. Disqualification. Causes for disqualification and removal from the MPL include, but are not limited to, the following: • material fails to meet the requirements stated in this specification; • the producer fails to report changes in the composition, manufacturing process, or design to CST/M&P; • the producer has unpaid charges for failing samples; or • qualified RPMs demonstrate repeated and large-scale performance problems in the field. H. Re -Qualification. Suppliers disqualified and removed from the MPL may submit materials for requalification after submitting documentation identifying the cause of the problem and corrective action taken. 4200.6. Material Requirements. All RPMs must meet all requirements, except for requirements specified for a specific type. A. Reflectorized Types. • Type I -A must contain one face that reflects amber light. The body, other than the reflective face, must be yellow. • Type I -C must contain one face that reflects white light. The body, other than the reflective face, must be white or silver -white. • Type I -R must contain one face that reflects red light. The body, other than the reflective face, must be white or silver -white. • Type II -A -A must contain two reflective faces oriented 180° to each other, each of which must reflect amber light. The body, other than the reflective faces, must be yellow. TEXAS DEPARTMENT OF TRANSPORTATION 5 —7 EFFECTIVE DATE: JANUARY 2010 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) • Type II -C-R must contain two reflective faces oriented 180° to each other, one of which must reflect white light and one of which must reflect red light. The body, other than the reflective faces, must be white or silver -white. B. Appearance Requirements. The outer surface of the RPMs must be smooth except for the molding or stamping of the manufacturer's unique imprint. All corners and edges exposed to traffic must be rounded. C. Optical Requirements. The RPMs must be capable of providing amber, red, or white light reflection as required by the requisition or plans. The reflected light of each reflective face must conform to the minimum reflective specific intensity (SI) requirements listed in Table 2, measured in candelas per foot-candle (cd/fc). Table 2 Minimum SI per Reflective Face at 0.2° Observation Angle (cd/fc) Horizontal Entrance Angle Crystal Amber Red 0° 3.00 2.00 0.75 20° 1.50 1.00 0.30 D. Physical Requirements. When tested in accordance with Tex -434-A, the minimum strength of five markers must be 2,000 1b. with none exhibiting a deformation of more than 0 125 in. before achieving the minimum strength. A random sample of five markers will be tested in accordance with Tex -434-A. The average compression results must have a quality index value equal to or greater than 1.23. The quality index value will be calculated from the lower specification limit of 2,000 ib. load. The following equation is used to determine the quality index value: QL = (X — LSL) / s Where: QL = quality index value X = average result from test LSL = lower specification limit s = standard deviation from test. E. Heat Resistance. The RPMs must show no subjected to the requirements of Tex -846-B marker in a vertical position. The SI of the pavement marker must not be subjected to the heat test. change in physical or optical properties when . The temperature will be 140°F with the less than 80% of its initial value after being TEXAS DEPARTMENT OF TRANSPORTATION 6 — 7 EFFECTIVE DATE: JANUARY2010 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) F. Impact Test. The RPMs will be impact tested during the pre -qualification process. They will be impacted with a 20-1b. weight in the form of a 2 -in. solid right -circular cylinder with a flat impact face having rounded edges falling freely through a vertical guide. The RPMs will be impacted while resting on a solid, flat, steel plate that is at least 1/2 in. thick. The RPMs will be tested at increasing heights until failure occurs. Failure will occur when the lens or body cracks. The height at which failure occurs -6 in. will be the acceptance threshold for RPMs supplied after pre -qualification. 4200.7. Archived Versions. Archived versions are available. TEXAS DEPARTMENT OF TRANSPORTATION 7 —7 EFFECTIVE DATE: JANUARY 2010 DEPARTMENTAL MATERIALS SPECIFICATION BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS DMS - 6130 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS EFFECTIVE DATE: JANUARY 2008 6130.1. Description. This Specification establishes the requirements for bituminous type hot - melt adhesive used for the placement of pavement markers. Two types are addressed: standard bituminous marker adhesive consisting of an asphalt base with homogeneously mixed mineral filler; and flexible bituminous marker adhesive consisting of a highly polymer modified asphalt. Either adhesive must be suitable for bonding ceramic and plastic markers to hydraulic cement concrete, asphaltic concrete, and chip -sealed road surfaces and be applicable when road surface and marker temperatures are in the approximate range of 4-71 °C (40-160°F). The composition of the adhesive must be such that its properties will not deteriorate when heated to and applied at temperatures up to 218°C (425°F) using either air or oil jacketed melters. 6130.2. Units of Measurements. The values given in parentheses (if provided) are not standard and may not be exact mathematical conversions. Use each system of units separately. Combining values from the two systems may result in nonconformance with the standard. 6130.3. Material Requirements. A. Adhesive Properties. The adhesive must be smooth and homogeneous, containing no visible particles, and must comply with the requirements in Table 1. Table 1 Adhesive Properties Property Material Standard Adhesive Flexible Adhesive Test Method min max min max Softening Point, °F ASTM D 36 200 200 Penetration, 100 g, 5 s, 25°C (77°F), 0.1 mm ASTM D 5 10 20 15 254 Flow, 5 hr., 70°C (158°F), mm 5 54 Heat Stability Flow, 5 hr., 70°C (158°F), mm 5 5 Viscosity, 10 rpm, 204°C (400°F), Pa -s 7.5 7.5 Flash Point, C.O.C., °F ASTM D 92 550 550 Ductility, 5 cm/min, 77°F, cm AASHTO T 51 - 15 - Flexibility, 1 in. mandrel, 90° bend, 10 s ASTM D 3111 pass 1. Exception to ASTM D 5329; heat the sample as described in ASTM D 5, Section 7.1. 2. Exception to ASTM D 5329; condition the sample as described in "Test Methods." 3. As modified in "Test Methods" 4. Maximum penetration of 30 is allowed provided the result of the flow test is less than 1 mm. TEXAS DEPARTMENT OF TRANSPORTATION 1 — 3 LAST REVIEWED: SEPTEMBER 2014 DEPARTMENTAL MATERIALS SPECIFICATION BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS B. Asphalt Properties. This applies to standard bituminous adhesive only. The filler -free asphalt, obtained from the Extraction and Abson recovery process, as explained in Section 6130.4, must have the properties in Table 2. Table 2 Filler -Free Asphalt Properties Property Minimum Maximum Test Method Penetration, 100 g, 5 s, 25°C, (77 °F), 0.1 mm (in.) 25 75 ASTM D 5 Viscosity, 135°C (275°F) Pa -s (Poises) 1.2 (12) ASTM D 2171 Viscosity Ratio, 135°C (275°F) 75 2.2 ASTM D 1754 and ASTM D 2171 C. Filler Properties. This applies to standard bituminous adhesive only. The filler material, obtained using the filler separation technique described in Section 6130.4, must have the properties in Table 3. Table 3 Filler Properties Property Minimum Maximum Test Method Filler Content, wt. % 50 75 As in Section 6130.4. Filler Fineness, % passing: ASTM C 430, as modified in 45 tm (No. 325) 75 Section 6130.4. 75 .tm (No. 200) 95 100 -- 150 µm (No. 100) 6130.4. Test Methods. A. Heat Stability Flow. To determine the heat stability flow, place 1000 g of adhesive in a loosely -covered quart can, heat to 218°C (425°F) and maintain at this temperature 4 hours before performing the flow test. B. Extraction and Abson Recovery. Use this procedure to separate and recover the base asphalt from the adhesive. Heat the adhesive just to the point where it will easily flow. Transfer between 125 and 150 g into a 1000 -mL (1 -qt.) Erlenmeyer flask containing 400 mL (13.5 fl. oz.) of trichloroethylene with a temperature of 52-66°C (125-150°F). Stir this mixture thoroughly to dissolve the asphalt. Decant the solvent -asphalt mixture. Recover the base asphalt from solvent according to Tex -211-F, but begin with the centrifuge step; the primary distillation is not necessary. Repeat the above extraction - recovery method as necessary to obtain the desired quantity of asphalt. C. Filler Separation Technique. Use this procedure to separate the filler material from the asphalt and determine the filler content of the adhesive. Weigh 10.00 ± 0.01 g of solid adhesive, broken into small pieces, into a centrifuge flask with approximately 100 mL (3.5 fl. oz.) volume such as that specified in ASTM D 1796. Add 50 mL (1.7 fl. oz.) of trichloroethylene to the adhesive. Swirl or stir the mixture with a fine rod, taking care not TEXAS DEPARTMENT OF TRANSPORTATION 2 — 3 LAST REVIEWED: SEPTEMBER 2014 DEPARTMENTAL MATERIALS SPECIFICATION BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS to lose any solids. Place the sample flask in a balanced centrifuge and spin using a minimum relative centrifugal force of 150 (as determined in ASTM D 1796, Section 6.) Remove the sample flask and decant the solvent, taking care not to lose any solids. Repeatedly add more solvent, centrifuge, and decant until the solvent becomes clear and the filler appears free of asphalt. Dry the recovered filler at 71 ± 3°C (160 ± 5°F) to remove solvent. Weigh the dried filler. Filter the decanted solvent through a filter paper with a 20-25 gm retention factor to verify there is no loss of filler. Calculate the filler content as a percentage of the original sample weight. D. Filler Fineness. Use this procedure to determine the filler fineness. Use the same apparatus as described in ASTM C 430, except also use 75µm (No. 200) and 150 gm (No. 100) sieves. Prepare a water solution containing 1 wt. percent of a nonionic, water- soluble surfactant, such as Triton X-100, beforehand. Thoroughly wet the 1 g dry sample in the surfactant solution and allow it to soak for 30 min. Transfer the filler completely into the 45 gm (No. 325) sieve cup. Wash the sample with the water spray, as described in ASTM C 430, Section 5, for 2 min., adding surfactant solution as needed to disperse any clumped particles. Dry and weigh the sample and perform calculations as directed in ASTM C 430. Repeat the procedure using the other two sieve sizes. 6130.5. Acceptance. Bituminous adhesives are pre -qualified in accordance with Tex -538-C. Consult "Bituminous Marker Adhesive" for a list of materials currently pre -qualified under this procedure. 6130.6. Packaging and Labeling. Package the adhesive in self -releasing cardboard containers with essentially flat and parallel top and bottom surfaces such that the packages will stack properly. Each package must have a net weight of either 23 or 27 kg (50 or 601b.) and must weigh within 1 kg (2 lb.) of the stated quantity. Self -releasing cardboard dividers, which will separate each package into sections weighing no more than 7 kg (151b.) each, must be part of the packaging. Each package must display: • the manufacturer's name, • net weight, • lot or batch number, and • a product name that clearly identifies the material as either standard or flexible bituminous marker adhesive. 6130.7. Archived Versions. Archived versions are available. TEXAS DEPARTMENT OF TRANSPORTATION 3 — 3 LAST REVIEWED: SEPTEMBER 2014 SECTION 026201 WATERLINE RISER ASSEMBLIES 1. DESCRIPTION This specification shall govern all work and materials required for proper installation of riser assemblies for waterline testing. 2. MATERIALS Riser assemblies for 4" diameter and larger waterlines shall consist of (in order): M. J. Plug or Cap, drilled and tapped (2") 2" x 6" Galvanized Nipple 2" Galvanized 90° Bend 2" x 3' Galvanized Nipple 2" Straight Coupling 2" x 3' Galvanized Nipple 2" Brass Gate Valve 3. CONSTRUCTION METHODS The Contractor shall install riser assemblies on each end of waterlines to be tested. Note that this includes all 2" service connections. The assembly shall be wrapped in polyethylene, and concrete thrust blocking shall be applied at the base. After the line is tested and ready for connection to the existing water system, the Contractor shall remove the riser assembly. The riser assemblies shall remain the property of the Contractor. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, waterline riser assemblies shall not be measured for payment. Payment for materials and labor shall be considered subsidiary to the payment for the waterline pipe. 026201 Page 1 of 1 Rev. 10-30-2014 SECTION 026202 HYDROSTATIC TESTING OF PRESSURE SYSTEMS 1. DESCRIPTION This specification shall govern all work necessary for hydrostatic testing the completed pressure system. The Contractor shall provide all tools, equipment, materials, labor, etc., as necessary, except as noted, and accomplish all testing under this specification. 2. MATERIALS Water for filling the line and making tests will be furnished by the Contractor through a standard meter connection. A meter and gauges for testing shall be supplied by the Contractor. A test pump with appropriate connector points as approved by the Water Superintendent for the installation of meter and gauge shall be furnished by the Contractor. The meter shall be directly connected to the main or pipe being tested by the use of copper tubing or an approved reinforced hose. The meter shall be protected against extreme pressures by the use of a one -inch (1") safety relief valve set at the test pressure plus ten pounds per square inch (psi) and furnished by the Contractor. 3. TEST PROCEDURE Tests shall be made only after completion of backfill as specified, and not until at least thirty-six (36) hours after the last concrete thrust block has been cast. Contractor shall coordinate hydrostatic testing with the proposed construction sequencing and phasing. Each section of pipeline shall be slowly filled with water and the specified test pressure, measured at the point of lowest elevation, shall be applied. During the filling of the pipe and before applying the specified test pressure, all air shall be expelled from the pipeline. During the test, all exposed pipe, fittings, valves, hydrants and joints shall be carefully examined. If found to be leaking, they shall be corrected immediately by the Contractor. If the leaking is due to cracked or defective material, the defective material shall be removed and replaced by the Contractor with sound material. All pipes shall be subjected to two hydrostatic tests. The first hydrostatic test shall be a two-hour test at a pressure of 150 psi. The second test shall be no less than 48 hours after successful completion of the first hydrostatic test. The second hydrostatic test shall be for a 24-hour period at City operating pressure for waterlines or at 50 psi for wastewater force mains and effluent lines. 026202 Page 1 of 2 Rev. 10-30-2014 The maximum allowable leakage shall be as follows: Ductile Iron Pipe, AWWA C600 L = 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 026204 POLYVINYL CHLORIDE PIPE (ASTM D 2241 Pressure Pipe for Wastewater Force Mains, Irrigation Systems and Water Transmission Lines) 1. DESCRIPTION This specification shall govern all work necessary for furnishing all PVC pipe (ASTM D 2241) required to complete the project. 2. MATERIALS PVC pipe shall be made of Class 12454-A or Class 12454-B virgin compounds as defined in ASTM D 1784 with an established hydrostatic design base of 4000 psi for water at 73.4° F. 3. DIMENSIONS Pipe shall be manufactured to standard steel pipe O.D. (IPS), with dimensions and tolerances in accordance with ASTM D 2241. 4. JOINTS Pipe shall have a gasket bell end with a thickened wall section integral with the pipe barrel in accordance with ASTM D 3139. The use of solvent weld pipe shall not be allowed. 5. GASKETS Gaskets for jointing pipe shall be in accordance with ASTM F477 (for High Head). 6. PIPE PRESSURE RATING AND STANDARD DIMENSION RATIO The pressure rating and SDR for PVC pipe (ASTM D 2241) shall be as indicated on the drawings. Pressure rating shall be based on the ISO equation in Section 4.5 of ASTM D 2241 with a maximum allowable hydrostatic design stress of 2000 psi (Safety Factor of 2.0). 7. CAUSE FOR REJECTION Pipe shall be clearly marked in accordance with Section 9 of ASTM D 2241. Unmarked or scratched pipe shall be rejected. 026204 Page 1 of 2 Rev. 10-30-2014 8. CERTIFICATION The Contractor shall furnish, in duplicate to the Engineer, a copy of the manufacturer's affidavit of compliance with this specification. Certification shall accompany each delivery of materials, to include gaskets. 9. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, PVC pipe (ASTM D 2241) will be measured by the linear foot along the centerline for each size installed. Measurement of pipe shall be up to, but not include, the fittings. Payment shall include all labor, pipe, and equipment for hauling, bracing, trench excavation, testing, backfilling, and for all cleaning up and other incidentals necessary to install the pipe complete in place, per linear foot. 026204 Page 2 of 2 Rev. 10-30-2014 SECTION 026206 DUCTILE IRON PIPE AND FITTINGS 1. DESCRIPTION This specification shall govern all work necessary for furnishing all ductile iron pipe and fittings required to complete the project. 2. GENERAL All ductile iron pipe shall conform to AWWA C151. The interior of pipe and fittings (excluding fittings for wastewater force mains) shall have a shop -applied cement -mortar lining (40 mils thick) in accordance with AWWA C104. The exterior of pipe and fittings shall have a coating of coal tar enamel of approximately 1 mil thick or as specified in AWWA C105. Ductile iron pipe shall be wrapped in two plys of 8 -mil polyethylene in accordance with Section 026402 "Waterlines" of the City Standard Specifications. 3. FITTINGS All fittings shall be ductile iron and in accordance with AWWA C153. Fittings shall have a pressure rating of 250 psi for sizes through 12" and 150 psi for 14" and larger sizes, unless shown differently on the drawings. Unless noted otherwise on the drawings, Mechanical Joints shall be used. 4. JOINTS Joints for pipe shall be mechanical type or push -on type such as "Tyton Joint", or approved equal; joints for fittings shall be mechanical joints, unless shown otherwise on the drawings. Mechanical joints shall conform to AWWA C153. Mechanical joints shall be furnished complete with joint material, Cor -ten nuts, Cor -ten bolts, glands and gaskets. When restrained joints are indicated on the drawings, restrained joints for pipe and fittings of 12" diameter and less shall be mechanical joint with retainer gland Series 1100 by EBAA Iron or approved equal, with a minimum of 250 psi rated working pressure. Restrained joints for pipe and fittings over 12" in diameter shall be push on type with a retainer ring as LOK-RING or FLEX -RING by American Ductile Iron Pipe, or TR FLEX by U.S. Pipe, or approved equal. Gaskets shall be of synthetic rubber. An analysis of the material used in each size gasket showing the type of synthetic rubber and that no natural rubber is present shall be supplied. 026206 Page 1 of 3 Rev. 10-30-2014 5. PIPE Pressure class ductile iron pipe requirements: Pressure Wall Range of Maximum Diameter Class Thickness Allowable Depth Cover (inches) (psi) (inches) (feet) - (feet) A - B* 4# 350 0.25 60+ 6 350 0.25 30 - 65 8 350 0.25 20 - 50 10# 350 0.26 15 - 45 12 350 0.28 15 - 44 14# 300 0.30 13 - 42 16 300 0.32 13 - 39 18 300 0.34 13 - 36 20 300 0.36 13 - 35 24 250 0.37 11 - 29 24+ x x x * Range of maximum allowable depth of pipe where: A = Ground water, or unstable bottom, or quick condition. B = Ideal trench conditions, and sand encasement is at an average density in excess of 90% Standard Proctor density. # Pipe sizes not typically specified on City projects, but shown for reference. x Requires special evaluation. The face of bells shall be plainly marked by color coding for classes so as to be readily identified in the field. 6. CERTIFICATIONS A certification shall accompany each order of pipe and fittings furnished to job site. Certification shall include the following items: indicate that pipe complies with Part 3 of this specification; indicate that fittings and joints comply with Part 4 of this specification (it should be noted that the supplier shall furnish sufficient technical material for the Engineer to determine whether or not push - on joints can comply with the "or equal" clause); and a copy of a laboratory analysis of the material used in each size gasket showing the type of synthetic rubber and that no natural rubber is present. 026206 Page 2 of 3 Rev. 10-30-2014 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, ductile iron pipe shall be measured by the linear foot along the centerline for each size of pipe installed. Measurement of pipe shall be up to, but not include, the fittings. Ductile iron fittings shall be measured per each by the type and size, as indicated in the Bid Form. Payment shall include all labor, materials, tools and equipment for the completed installation and testing of the waterline, together with all incidentals necessary to install the pipe and fittings complete in place. 026206 Page 3 of 3 Rev. 10-30-2014 SECTION 026210 POLYVINYL CHLORIDE PIPE (AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) 1. DESCRIPTION This specification shall govern all work necessary for furnishing all PVC pipe (AWWA C900 and C905) required to complete the project. 2. MATERIAL PVC pipe shall be made of Class 12454-A or Class 12454-B virgin compounds, as defined in ASTM D1784 with an established hydrostatic -design -basis of 4000 psi for water at 73.4 degrees F. 3. DIMENSIONS Pipe shall be manufactured to ductile iron pipe equivalent outside diameters. 4. JOINT Pipe shall have a gasket bell end with a thickened wall section integral with the pipe barrel. The use of solvent weld pipe shall not be allowed. 5. GASKETS Gaskets for jointing pipe shall be in accordance with ASTM F477 (High Head). 6. PIPE PRESSURE CLASS AND DIMENSION RATIO Unless indicated otherwise on the drawings, pipe shall have a dimension ratio (DR) of 18 and in accordance with: Pipe Size Designation 4" to 12" 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 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 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 finished 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 027618 WASTEWATER LINE REHABILITATION / PIPEBURSTING 1. SCOPE This specification shall govern all work necessary to rehabilitate gravity wastewater lines by pipebursting, wherein a horizontal boring technique utilizing a cutting/expansive tool head fragments the existing pipe, and a fusion welded, high density polyethylene pipe is drawn into the resulting tunnel. 2. MATERIALS 2.1 Polyethylene: ASTM Designation: D-3350 with a cell classification of 335434B D or E (with inner wall of light color). In addition, the liner shall be manufactured of polyethylene resins classified as Type III, Class C, Category 5, Grade P34, as tabulated in specifications in the older ASTM Designation, D-1248. This material shall also conform to the design criteria as specified in Plastic Pipe Institute (PPI) Designation: PE3408. 2.2 Dimensions: The pipe shall be (SDR 17, IPS) per ASTM F714 of the nominal diameter as shown on the plans and specified in the Bid Form, unless TCEQ requirements for water and wastewater line separation require pressure rated pipe of at least 150 psi, in which case DR 11, IPS pipe shall be utilized. At this pressure rating, a larger pipe may be required to maintain equivalent flow characteristics and hydraulic radius to the existing wastewater line. 2.3 Quality: All pipe shall be homogenous throughout, and shall be free of visible cracks, holes, foreign materials, blisters, or other deleterious faults. All materials shall be of the highest quality and highest performance. It shall be the product of a manufacturer actively engaged in research, development, and the manufacturer of said materials. 3. CONSTRUCTION METHODS 3.1 Pipe Jointing: Sections of the polyethylene (PE) liner pipe shall be joined by the butt -fusion method and performed in strict conformance with the pipe manufacturer's recommendations using approved equipment. The Contractor shall make arrangements to have a technical representative of the pipe manufacturer present for the start-up of the butt -fusion jointing and training of the contractor's personnel, or arrangements shall be made for the pipe manufacturer's representative to remain on the job until all jointing has been completed. When requested by the Engineer, samples of butt -fusion joints shall be furnished by the contractor for laboratory 027618 Page 1 of 4 Rev 3-25-2015 testing. The test of such samples shall clearly demonstrate joint integrity, strength, etc. 3.2 Insertion Pits: The location and number of insertion pits shall be determined by the Contractor to maximize insertion lengths and keep the number of excavations to a minimum. The insertion pit size shall be the minimum necessary to perform insertion operations. Locations of insertion pits shall be acceptable to the Engineer. Removal of obstructions and point repairs shall be done as necessary. This work shall be done in accordance with Section 022020 of the City Standard Specifications, "Excavation and Backfill for Utilities." 3.3 Pulling Pipe: New polyethylene pipe shall be pulled immediately behind the pipe bursting equipment in accordance with the manufacturer's procedures. The machine shall be specifically designed and manufactured for the pipe insertion process. The Contractor shall install all pulleys, rollers, bumpers, alignment control devices, and other equipment, required to protect existing manholes, and to protect the pipe from damage during installation. Lubrication may be used as recommended by the pipe manufacturer. Under no circumstances shall the pipe be stressed beyond 50% of its tensile strength at yield, that being 22,600 lb. for an 8" SDR 17 pipe. Provide a suitable pull measuring device connected to the winch or pulling system. Upon commencement, insertion shall be continuous without interruption, if possible. Terminal sections of pipe that are joined within the insertion pit shall be connected with a 1/4" thick neoprene gasket and a stainless steel band clamp having a minimum of 4 bolt/nut drawn down fixtures. The butt gap between pipe ends shall not exceed 1/2". The installed pipe shall be allowed the manufacturer's recommended amount of time, but not less than 24 hours, for relaxation prior to any reconnection of service lines, sealing of the annulus, or backfilling the insertion pit. Sufficient excess length shall be allowed to provide for this occurrence. 3.4 Service Connections: All service connections shall be identified, excavated, and disconnected prior to pipe bursting. After the new main has been pulled into place, allowed to recover, and secured to the manhole walls, each service shall be reconnected to the new main. Services shall be connected by the use of an approved pre -fabricated saddle. The pre -fabricated saddle shall be equipped with a neoprene gasket installed between the saddle and the liner pipe so that a complete water seal is accomplished when the two-piece saddle is placed around the polyethylene pipe and pulled together with stainless steel bands. Drill hole in main shall be flush with the inside diameter of the saddle. Continuous service shall be maintained 027618 Page 2 of 4 Rev 3-25-2015 3.5 Annulus Sealing: The relaxed pipe shall be cut 4" inside of manholes and any annular space sealed. The annular space may be sealed with a mechanical device, chemical seal, or quick -setting concrete. The method chosen shall be approved by the Engineer prior to construction. The sealant shall extend at least 8 -inches past the outside of the manhole wall. The sealant shall form a smooth transition above the liner projection into the manhole. The sealant shall be applied 3" beyond the annulus on the inside wall of the manhole. The complete joint shall be uniform and water -tight. 3.6 Backfill: The insertion pit(s) shall be backfilled with an approved granular material from the invert to a minimum of 12" above the pipe. The balance of the insertion pit may be backfilled using approved material taken from the excavation. All backfilling shall be accomplished in such a manner as to achieve a 95% Standard Proctor density. 3.7 By -Pass Wastewater Flows: It shall be the responsibility of the Contractor to maintain continuous flow of wastewater, during execution of work. This includes flow of all mains, laterals, and services. Pumps and by-pass lines shall be of adequate capacity to handle all flows. Dumping of raw sewage on private or city property shall not be allowed. By-pass shall be made by pumping the sewage into the downstream manhole or adjacent system, or other methods as may be approved by the Owner and the Engineer. All bypass pumping must be per City Standard Specification Section 027200 "Control of Wastewater Flows." 4. DELIVERY, STORAGE AND HANDLING OF MATERIALS: The Contractor shall be responsible for all handing and security of the materials. 5. CLEANUP: The Contractor shall clean up the area around the work area and restore surface improvements to a like or better condition as existed prior to construction. All pavement shall be repaired as specified. All broken pipe and other unwanted material shall become property of the Contractor and hauled off and disposed by the Contractor. 6. TELEVISION INSPECTION: Television inspection of pipeline shall be performed by experienced personnel, in accordance with City Standard Specification 027611. Television inspection shall be per the following: Post Construction video DVD of each wastewater line shall include voice description and stationing of each service indicated. Data and stationing shall be visually displayed on video. By-pass or diversion of flow shall be done by the Contractor as necessary to obtain acceptable video. 027618 Page 3 of 4 Rev 3-25-2015 If any portion of the inspection DVD be deemed inadequate by the City, the Contractor shall re -video that portion to the satisfaction of the City at no additional expense to the City. DVDs of all work shall be furnished to the City prior to acceptance of work. One copy shall become property of The City and retained by the City. 7. TESTING: After the proposed line has been completed, internally inspected with video camera and record as required. DVD shall be furnished to the City prior to acceptance of work. Manholes and services are to be tested as described elsewhere. 8. MEASUREMENT AND PAYMENT: Unless indicated otherwise in the Bid Form, Wastewater Rehabilitation / Pipebursting will be measured by the linear foot for each size and depth range installed. Payment shall include, but not be limited to, all materials, labor, equipment and incidentals required for (other than pavement repair) trenching, installing the new line, surface restoration, clean-up, televised inspection, and other work as may be required. 027618 Page 4 of 4 Rev 3-25-2015 SECTION 028020 SEEDING 1. DESCRIPTION This specification shall govern all work necessary for tilling, fertilizing, planting seeds, mulching, watering and maintaining vegetation required to complete the project. 2. MATERIALS 2.1 FERTILIZER: All fertilizer shall be delivered in bags or clearly marked containers showing the analysis, name, trademark and warranty. The fertilizer is subject to testing by the State Chemist in accordance with the Texas fertilizer law. Fertilizer shall have an analysis of 12-12-12 (percent of nitrogen, phosphoric acid and potash) as determined by the Association of Official Agricultural Chemists. Fertilizer shall be free flowing and uniform in composition. 2.2 SEED: Seed shall be labeled and meet the requirements of the Texas Seed Law. Labels shall indicate purity, germination, name and type of seed. Seed furnished shall be of the previous season's crop, and the date of analysis shown on each bag shall be within twelve months of delivery to the project. The quantity of "Commercial Seed" required to equal the quantity of "Pure Live Seed" shall be computed by the following formula: Commercial Seed = Pure Live Seed x 10,000 % Purity x % Germination The quantity of pure live seed and type required are indicated below. Mixture A or C shall be used for this project, depending on the time of the year planting is performed. LB/ACRE OF PURE LIVE SEED FOR MIXTURES COMMON NAME SCIENTIFIC NAME A B C Green Sprangletop Leptochloa Dubia 1.4 1.4 Sideoats Grama (premier) Bouteloua Curtipendula 0.6 0.6 Bermudagrass (Hulled) Cynodon Dactylon 7.0 7.4 Bermudagrass (Unhulled) Cynodon Dactylon 30.0 K -R Bluestem Andropogon Ischaemum 1.2 1.2 1.5 Buffalograss Buchloe Dactyloides 4.2 Annual Ryegrass Lolium Multiflorum 5.0 5.0 20.0 Mixture - A: Recommended for clay or tight soil planted between December 1 thru May 1. Mixture - B: Recommended for sandy soil planted between December 1 thru May 1. Mixture - C: Recommended for all soils planted between May 2 thru November 30. 028020 Page 1 of 4 Rev. 3-25-2015 2.3 MULCH: Mulch shall be either the straw type or wood cellulose fiber type. Straw Type mulch shall be of straw from stalks of domestic grain, Bermudagrass or cotton hulls, or other approved by the Engineer. Wood Cellulose Fiber Type mulch shall have no growth inhibiting ingredients and shall be dried with a moisture content less that 10% by weight. Fibers shall be dyed an appropriate color to facilitate visual metering and application of mulch. The cellulose fiber shall be manufactured so that after addition and agitation in slurry tank with fertilizers, seeds and other approved additives, the fibers in the material will become uniformly suspended to form a homogeneous slurry; when sprayed on the ground, the material shall form a uniform cover impregnated with seeds; the cover shall allow added water to percolate to the underlying soil. The fiber material shall be supplied in packages of not more than 100 lb. gross weight and shall be marked by the manufacturer to indicate the dry weight content. 2.4 EQUIPMENT: The fertilizing, seeding and/or mulching operations shall be accomplished with equipment suitable to the required function. It shall be of current design and in good operating condition. Special seeding and mulching equipment must also meet the following requirements: Seeder - Equipment for applying a seed -fertilizer mix shall be a hydraulic seeder designed to pump and discharge a waterborne, homogeneous slurry of seed and fertilizer. The seeder shall be equipped with a power driven agitator and capable of pressure discharge. Straw Mulch Spreader - Equipment used for straw mulch application shall be trailer mounted, equipped with a blower capable of 2000 r.p.m. operation, and that will discharge straw mulch material through a discharge boom with spout at speeds up to 220 feet per second. The mulch spreader shall be equipped with an asphalt supply and application system near the discharge end of the boom spout. The system shall apply asphalt adhesive in atomize form to the straw at a predetermined rate. The spreader shall be capable of blowing the asphalt -coated mulch, with a high velocity airstream, over the surface at a uniform rate, forming a porous, stable erosion -resistant cover. Wood Cellulose Fiber Mulch Spreader - Equipment used for this application of fertilizer, seeds, wood pulp, water and other additives shall have a built-in agitation system with sufficient capacity to agitate, suspend and homogeneously mix a slurry containing up to 40 lbs. of fiber plus the required fertilizer solids for each 100 gallons of water. It shall have sufficient agitation and pump capacity to spray a slurry in a uniform coat over the area to be mulched. 028020 Page 2of4 Rev. 3-25-2015 3. CONSTRUCTION METHODS 3.1 PREPARATION OF SEEDBED: The area to be treated along with requirements for seed, fertilizer and other treatments, shall be done as indicated on the drawings and as specified below. Clearing — Refer to City Standard Specification Section 021020, "Site Clearing and Stripping". Grading - Refer to City Standard Specification Section 021040, "Site Grading". Tilling - The area to be seeded shall be tilled to a depth of 4 to 6 inches by disking, plowing, or other approved methods until soil condition is acceptable. Topsoiling — If the native soils are not conducive to the establishment and maintenance of grass growth, or if called for on the drawings, topsoil shall be placed over the area to be seeded to a depth of 5 inches after tilling. Topsoil shall have a pH range of 5.5 to 7; shall contain between 2 and 20 percent organic material content in accordance with ASTM D5268; and shall be free of stones larger than one inch, debris, and extraneous materials harmful to plant growth. 3.2 FERTILIZING: Fertilizer shall be uniformly applied at a rate of 400 lb/acre, after tilling. Fertilizing and seeding shall be done concurrently. If seeds and fertilizer are distributed in a water slurry, the mixture shall be applied to the area to be seeded within 30 minutes after all the components have come into contact. 3.3 SEEDING: The seed mixture shall be uniformly distributed at the rate specified above. Broadcast Seeding - Seed shall be placed with fertilizer, after tilling. After planting, the area shall be rolled on contour with a corrugated roller. Straw Mulch Seeding - Seed shall be placed with fertilizer, after tilling. After placement of the seed and fertilizer mixture, straw mulch shall be uniformly placed at a rate of 2 tons per acre. As soon as the mulch has been spread, it shall be anchored to the soil a minimum depth of 3 inches by use of a heavy, dulled disk harrow, set nearly straight. Disks shall be set approximately 9 inches apart. Straw Mulch With Asphalt Seeding - Seed, fertilizer and straw mulch shall be placed as described in "Straw Mulch Seeding" with the following two exceptions: 1) An asphalt -water emulsion shall be applied to the mulch near the discharge end of the boom spout at a rate of 300 to 600 gallons per acre. 2) Mechanical anchoring by disking will not be required. Asphalt Mulch Seeding - The seed and fertilizer shall be placed as described for "Broadcast Seeding". After the area has been rolled, the area shall be watered sufficiently to assure a uniform moisture to a minimum depth of 4 inches. An asphalt -water emulsion shall be applied at a rate of 1500 to 1800 gallons per acre, immediately after watering. Asphalt shall be applied to the area in such a manner that a complete film is obtained and the finished surface shall be 028020 Page 3of4 Rev. 3-25-2015 comparatively smooth. Wood Cellulose Fiber Mulch Seeding - After tilling, mulch shall be applied. Wood cellulose fibers shall be added to the hydraulic seeder after the proportionate amounts of seed, fertilizer, water and other approved materials are added. Application shall be 1500 lb./acre on flats, 2000 lb./acre on slopes up to 3:1, and 2500 lb./acre on slopes steeper than 3:1. One hundred (100) pounds of fiber per acre shall be used when asphalt is to be applied over cellulose mulch. The mulch shall provide a uniform cover over the soil surface. Asphalt Over Wood Cellulose Fiber Mulch Seeding - "Wood Cellulose Fiber Mulch Seeding" shall be done as described above. After mulch has been placed, an asphalt -water emulsion shall be uniformly spread over the mulch at a rate of 1200 gallons per acre. 3.4 MAINTENANCE: The Contractor shall water, repair and reseed areas as required for a period of 45 days or until growth has been established, whichever is longer. This includes erosion damage. Maintenance does not include mowing or weed control, unless indicated on the plans. If at any time the seeded area becomes gullied or otherwise damaged, or the seeds have been damaged or destroyed, the affected portion shall be re-established to the specified condition prior to acceptance of the work. 3.5 GUARANTEE: The Contractor shall assure 95% of the seeded area has established grass growth at 45 calendar days after seeding, unless indicated otherwise on the drawings. Where established, grass growth is defined as at least one plant per square foot with no bare spots larger than three (3) square feet. The Contractor shall re-establish grass growth as directed by the Engineer during the one-year warranty period. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, seeding will be measured by the horizontal square yard of area seeded within the areas designated on the drawings. Areas disturbed by the Contractor that are outside of the designated areas (such as field office, laydown/ storage area, stockpile areas, etc.) shall be seeded by the Contractor for erosion control per the stormwater pollution prevention plan but will not be measured for payment. Payment shall be full compensation for all labor, materials, tools, equipment and incidentals necessary to complete the work, and shall include, but not be limited to, tilling soil, topsoiling, fertilizing, planting, mulching, watering and maintaining vegetation. Payment shall be due and payable only after grass growth has been established as described above. 028020 Page 4of4 Rev. 3-25-2015 SECTION 028040 SODDING 1. DESCRIPTION This specification shall govern all work necessary for furnishing and placing sod as required to complete the project. 2. MATERIALS Fertilizer: Sod: Water: All fertilizer used shall be delivered in bags or containers with clearly marked analysis. A granulated fertilizer shall be used with an analysis of 10-20-10. These figures represent the percent of nitrogen, phosphoric acid and potash nutrients, respectively, as determined by the methods of the Association of Official Agricultural Chemists. The rate of application shall be not less than 350 pounds per acre (7.23 lb. per 100 SY). In the event that it is necessary to substitute a fertilizer with a different analysis, it shall be granulated fertilizer with a lower concentration. The total nutrients applied per unit area shall not be less that the specified amount of each nutrient. Sod shall consist of live Bermuda grass with thickly matted roots throughout the soil and with a minimum thickness of 3 inches or 0.25 foot, or live St. Augustine with thickly matted roots throughout the soil with a minimum thickness of 1 inch or 0.08 foot. The Contractor shall not use sod where grass is thinned out. Grass shall be mowed and raked to remove all weeds and long stems prior to extraction at the source. Sod and soil shall be kept moist at all times during the sodding process. Care must be taken at all times to retain native soil on the root system. Water shall be free from oils, acids, alkalis, and salts that may inhibit grass growth. Unless indicated otherwise on the drawings, water shall be provided by the City and shall be transported and applied by the Contractor. 3. CONSTRUCTION METHODS Spot Sodding: Prior to planting, the area to be sodded shall be graded and shaped. Squares of sod with a minimum width of 3 inches shall be planted in rows on 15 -inch centers in both directions. Sod shall be placed so that it is firmly against the bottom of the hole, and the top of the sod shall not be more than 1/2 inch below finished grade. Soil shall be firmly packed against all sides of the sod. Soil shall not be allowed to cover the sod except for soil incidental to raking, provided that the quantity of soil is not enough to hinder the growth. Areas to be spot sodded shall be indicated on the drawing or as directed by the Engineer in field. After sod has been planted, the area shall be fertilized and watered. 028040 Page 1 of 2 Rev. 3-25-2015 Block Sodding: Prior to planting, the area to be sodded shall be graded and shaped. Sod blocks shall be uniformly placed over the prepared area. The sodded area shall then be fertilized and watered. After the area is sufficiently dry, the area shall be rolled or tamped to form a thoroughly compacted mat. Any voids in the mats shall be filled with additional sod and tamped. If, in the opinion of the Engineer, slopes may cause displacement, areas to be block sodded shall be indicated on the drawings or as directed by the Engineer in the field. Mulch Sodding: The sod source shall be disked in two directions cutting the sod thoroughly to a depth of not less than 4 inches or more than 10 inches, being careful to avoid having soil containing no grass roots. The disked sod may be windrowed or otherwise handled in a manner satisfactory to the Engineer. The material shall be rejected if not kept in a moist condition. Prior to placing mulch sod, the cut slopes shall be scarified by plowing furrows 4 inches to 6 inches deep along horizontal slope lines at 2 -foot vertical intervals. Excavated material from the furrows shall not protrude more than 3 inches above the original surface of the cut. Fertilizer shall be distributed uniformly over the area. The sod shall then be dumped upon the prepared area and spread uniformly to the required approximate thickness shown on the plans. Any section not true to lines and cross section shall be remedied by the addition of sod material. After the sod material has been spread and shaped, it shall be compacted with a corrugated roller of the "Cultipacker" type. All rolling of slope areas shall be on the contour. The area to be mulch sodded shall be indicated on the drawings or as directed by the Engineer in the field. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, spot sodding and block sodding shall be measured by the square yard taken in a horizontal plane. Payment shall include, but not be limited to, excavation, transporting, storing and placing of sod, and application of fertilizer and water. 028040 Page 2 of 2 Rev. 3-25-2015 SECTION 028300 FENCE RELOCATION 1. DESCRIPTION This specification shall govern all work necessary to accomplish the relocation of any fence that needs to be moved to complete this project. The necessity and the time schedule for relocation of any given fence shall be determined by the Engineer. 2. MATERIALS Whenever possible, all or part of the existing fence materials shall be used in constructing the relocated fence. Any materials damaged or destroyed as a result of removal of the fence from its existing location shall be replaced with materials of equal or better quality at the expense of the contractor. 3. CONSTRUCTION METHODS It is the intent of this specification that fences be reconstructed to original condition (condition at time just prior to commencement of construction on this project). Unless otherwise specified, no fence shall be replaced until the area surrounding its new location has been worked to its finished grade. Any fence that is damaged while being removed shall be repaired prior to being reset or replaced with like kind. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, fence relocation shall be measured by the linear foot of relocated fence (not fence removed from original location). Payment shall constitute full compensation for removal, replacement, necessary repairs, and all other work related to the relocation of fences. 028300 Page 1 of 1 Rev. 10-30-2014 SECTION 030020 PORTLAND CEMENT CONCRETE 1. DESCRIPTION This specification shall govern for the materials used; for the storing and handling of materials; and for the proportioning and mixing of concrete for culverts, manholes, inlets, curb and gutter, sidewalks, driveways, curb ramps, headwalls and wingwalls, riprap, and incidental concrete construction. The concrete shall be composed of Portland cement, aggregates (fine and coarse), admixtures if desired or required, and water, proportioned and mixed as hereinafter provided. 2. MATERIALS (1) Cement The cement shall be either Type I, II or III Portland cement conforming to ASTM Designation: C150, modified as follows: Unless otherwise specified by the Engineer, the specific surface area of Type I and II cements shall not exceed 2000 square centimeters per gram (Wagner Turbidimeter — TxDOT Test Method Tex -310-D). For concrete piling, the above limit on specific surface area is waived for Type II cement only. The Contractor shall furnish the Engineer, with each shipment, a statement as to the specific surface area of the cement expressed in square centimeters per gram. For cement strength requirements, either the flexural or compressive test may be used. Either Type I or II cement shall be used unless Type II is specified on the plans. Except when Type II is specified on the plans, Type III cement may be used when the anticipated air temperature for the succeeding 12 hours will not exceed 60°F. Type III cement may be used in all precast prestressed concrete, except in piling when Type II cement is required for substructure concrete. Different types of cement may be used in the same structure, but all cement used in any one monolithic placement shall be of the same type and brand. Only one brand of each type will be permitted in any one structure unless otherwise authorized by the Engineer. Cement may be delivered in bulk where adequate bin storage is provided. All other cement shall be delivered in bags marked plainly with the name of the manufacturer and the type of cement. Similar information shall be provided in the bills of lading accompanying each shipment of packaged or bulk cement. Bags shall contain 94 pounds net. All bags shall be in good condition at time of delivery. All cement shall be properly protected against dampness. No caked cement will be accepted. Cement remaining in storage for a prolonged period of time may be retested and rejected if it fails to conform to any of the requirements of these specifications. 030020 Page 1 of 13 Rev. 10-30-2014 (2) Mixing Water Water for use in concrete and for curing shall be free from oils, acids, organic matter or other deleterious substances and shall not contain more than 1000 parts per million of chlorides as CL nor more than 1000 parts per million of sulfates as 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 038000 CONCRETE STRUCTURES 1. DESCRIPTION This specification shall govern for construction of all types of structures involving the use of structural concrete, except where the requirements are waived or revised by other governing specifications. All concrete structures shall be constructed in accordance with the design requirements and details shown on the plans; in conformity with the pertinent provisions of the items contracted for; the incidental specifications referred to; and in conformity with the requirements herein. 2. MATERIALS (1) Concrete. All concrete shall conform to the provisions of City Standard Specification Section 030020 "Portland Cement Concrete". The class of concrete for each type of structure or unit shall be as specified on the plans or by pertinent governing specifications. (2) Expansion Joint Material. (a) Preformed Fiber Material. Preformed fiber expansion joint material shall be of the dimensions shown on the plans. The material shall be one of the following types, unless otherwise noted on the plans: 1. Preformed Bituminous Fiber Materials shall meet the requirements of ASTM Designation: D1751 "Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non -extruding and Resilient Bituminous Types)". 2. Preformed Non -Bituminous Fiber Material shall meet the requirements of ASTM Designation: D1751 "Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non -extruding and Resilient Bituminous Types)", except that the requirements pertaining to bitumen content, density and water absorption shall be voided. 3. Redwood. (b) Joint Sealing Materials. Unless otherwise shown on the drawings, joint sealing material shall conform to the following requirements. The material shall adhere to the sides of the concrete joint or crack and shall form an effective seal against infiltration of water and incompressibles. The material shall not crack or break when exposed to low temperatures. 038000 Page 1 of 19 Rev. 3-25-2015 1. Class 1-a. (Two -Component, Synthetic Polymer, Cold -Extruded Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. This type is specifically designed for vertical or sloping joints and hence not self -leveling. It shall cure sufficiently at an average temperature of 77 degrees F ± 3 degrees F in a maximum of 24 hours. For performance requirements see under 2.(2)(b)2. below. 2. Class 1-b. (Two -Component, Synthetic Polymer, Cold -Pourable, Self -Leveling Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. It shall cure sufficiently at an average temperature of 77 degrees F ± 3 degrees F in a maximum of 3 hours. Performance Requirements: Class 1-a and Class 1-b joint materials, when tested in accordance with TxDOT Test Method Tex -525-C, shall meet the above curing times and the following requirements: It shall be of such consistency that it can be mixed and poured, or mixed and extruded into joints at temperatures above 60 degrees F. Penetration, 77° F.: 150 gm. cone, 5 sec., max., cm 0.90 Bond and Extension 75%, 0° F, 5 cycles: Dry Concrete Blocks Pass Wet Concrete Blocks Pass Steel Blocks...(Primed if specified by manuf.). Pass Flow at 200° F None Water Content % by weight, max 5.0 Resilience: Original sample min. % (cured) 50 Oven aged at 158° F min. % 50 For Class 1-a Material Only: Cold Flow (10 min.) None (c) Asphalt Board. Asphalt Board shall consist of two liners of 0.016 -inch asphalt impregnated paper, filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. Boards shall be smooth, flat and sufficiently rigid to permit installation. When tested in accordance with TxDOT Test Method Tex -524-C, the asphalt board shall not deflect from the horizontal more than one inch in three and one-half inches (1" in 31/2"). (d) Rebonded Neoprene Filler. Rebonded neoprene filler shall consist of ground closed - cell neoprene particles, rebonded and molded into sheets of uniform thickness, of the dimensions shown on plans. Filler material shall have the following physical properties and shall meet the requirements of ASTM Designation: D 1752 "Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction", Type 1, where applicable: 038000 Page 2 of 19 Rev. 3-25-2015 (3) PROPERTY Color Density Recovery Compression Extrusion Tensile Strength Elongation METHOD ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 REQUIREMENT Black 40 lb./ft3 Min. 90% Min. 50 to 500 psi 0.25 inch Max. 20 psi Min. 75% Min. The manufacturers shall furnish the Engineer with certified test results as to compliance with the above requirements and a 12 inch x 12 inch x 1 inch sample from the shipment for approval. Curing Materials. (a) Membrane curing materials shall comply with ASTM Designation: C 309 "Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete", Type 1 clear or translucent, or Type 2 white -pigmented. The material shall have a minimum flash -point of 80 degrees F when tested by the "Pensky-Martin Closed Cup Method". It shall be of such consistency that it can be satisfactorily applied as a fine mist through an atomizing nozzle by means of approved pressure spraying equipment at atmospheric temperatures above 40 degrees F. It shall be of such nature that it will not produce permanent discoloration of concrete surfaces nor react deleteriously with the concrete or its components. Type 1 compound shall contain a fugitive dye that will be distinctly visible not less than 4 hours nor more than 7 days after application. The compound shall produce a firm, continuous, uniform moisture impermeable film free from pinholes and shall adhere satisfactorily to the surfaces of damp concrete. It shall, when applied to the damp concrete surface at the rate of coverage specified herein, be dry to the touch in not more than 4 hours, and shall adhere in a tenacious film without running off or appreciable sagging. It shall not disintegrate, check, peel or crack during the required curing period. The compound shall not peel or pick up under traffic and shall disappear from the surface of the concrete by gradual disintegration. The compound shall be delivered to the job only in the manufacturer's original containers, which shall be clearly labeled with the manufacturer's name, the trade name of the material, and a batch number or symbol with which test samples may be correlated. The water retention test shall be in accordance with TxDOT Test Method Tex -219-F. Percentage loss shall be defined as the water lost after the application of the curing material was applied. The permissible percentage moisture loss (at the rate of coverage specified herein) shall not exceed the 038000 Page 3 of 19 Rev. 3-25-2015 following: 24 hours after application 2 percent 72 hours after application 4 percent Type 1 (Resin Base Only) curing compound will be permitted for slab concrete in bridge decks and top slabs of direct traffic culverts. (b) Mat curing of concrete is allowed where permitted by Table 1 in this specification or where otherwise approved by the Engineer. 3. EXPANSION JOINTS Joints and devices to provide for expansion and contraction shall be constructed where and as indicated herein or on the plans. All open joints and joints to be filled with expansion joint material, shall be constructed using forms adaptable to loosening or early removal. To avoid expansion or contraction damage to the adjacent concrete, these forms shall be loosened as soon as possible after final concrete set to permit free movement without requiring full form removal. Prior to placing the sealing material, the vertical facing the joint shall be cleaned of all laitance by sandblasting or by mechanical routing. Cracked or spalled edges shall be repaired. The joint shall be blown clean of all foreign material and sealed. Where preformed fiber joint material is used, it shall be anchored to the concrete on one side of the joint by light wire or nails, to prevent the material from falling out. The top one inch (1") of the joint shall be filled with joint sealing material. Finished joints shall conform to the indicated outline with the concrete sections completely separated by the specified opening or joint material. Soon after form removal and again where necessary after surface finishing, all projecting concrete shall be removed along exposed edges to secure full effectiveness of the expansion joints. 4. CONSTRUCTION JOINTS The joint formed by placing plastic concrete in direct contact with concrete that has attained its initial set shall be deemed a construction joint. The term "monolithic placement" shall be interpreted to mean at the manner and sequence of concrete placing shall not create construction joints. Construction joints shall be of the type and at the locations shown on the plans. Additional joints will not be permitted without written authorization from the Engineer, and when authorized, shall have details equivalent to those shown on the plans for joints in similar locations. Unless otherwise provided, construction joints shall be square and normal to the forms. Bulkheads shall be provided in the forms for all joints, except when horizontal. Construction joints requiring the use of joint sealing material shall be as detailed on the plans. The 038000 Page 4 of 19 Rev. 3-25-2015 material will be specified on the plans without referenced to joint type. A concrete placement terminating at a horizontal construction joint shall have the top surface roughened thoroughly as soon as practicable after initial set is attained. The surfaces at bulkheads shall be roughened as soon as the forms are removed. The hardened concrete surface shall be thoroughly cleaned of all loose material, laitance, dirt or foreign material, and saturated with water so it is moist when placing fresh concrete against it. Forms shall be drawn tight against the placing of the fresh concrete. 5. FORMS (1) General. Except where otherwise specified, forms may be of either timber or metal. Forms for round columns exposed to view shall be of steel, except that other materials will be allowed with written permission of the Engineer. Forming plans shall be submitted to the Engineer for approval as specified. Forms shall be designed for the pressure exerted by a liquid weighing 150 pounds per cubic foot. The rate of placing the concrete shall be taken into consideration in determining the depth of the equivalent liquid. For job fabricated forms, an additional live load of 50 pounds per square foot shall be allowed on horizontal surfaces. The maximum unit stresses shall not exceed 125 percent of the allowable stresses used by the Texas Department of Transportation for the design of structures. Commercially produced structural units used in formwork shall not exceed the manufacturer's maximum allowable working load for moment, shear or end reaction. The maximum working load shall include a live load of 35 pounds per square foot of horizontal form surface, and sufficient details and data shall be submitted for use in checking formwork details for approval. Forms shall be practically mortar -tight, rigidly braced and strong enough to prevent bulging between supports, and maintained to the proper line and grade during concrete placement. Forms shall be maintained in a manner that will prevent warping and shrinkage. Offset at form joints shall not exceed one -sixteenth of an inch (1/16"). Deflections due to cast -in-place slab concrete and railing shown in the dead load deflection diagram shall be taken into account in the setting of slab forms. All forms and footing areas shall be cleaned of any extraneous matter before placing concrete. Permission to place concrete will not be given until all such work is completed to the satisfaction of the Engineer. If, at any stage of the work, the forms show signs of bulging or sagging, the portion of the concrete causing such condition shall be removed immediately, if necessary, and the forms shall be reset and securely braced against further movement. 038000 Page 5 of 19 Rev. 3-25-2015 (2) Timber Forms. Lumber for forms shall be properly seasoned, of good quality, and free from imperfections which would affect its strength or impair the finished surface of the concrete. The lumber used for facing or sheathing shall be finished on at least one side and two edges and shall be sized to uniform thickness. Form lining will be required for all formed surfaces, except for the inside of culvert barrels, inlets and manholes; surfaces that are subsequently covered by backfill material or are completely enclosed; and, any surface formed by a single finished board. Lining will not be required when plywood forms are used. Form lining shall be of an approved type such as Masonite or plywood. Thin membrane sheeting, such as polyethylene sheets, shall not be used for form lining. Forms may be constructed of plywood not less than one-half inch in thickness, with no form lining required. The grain of the face plies on plywood forms shall be placed parallel to the span between the supporting studs or joists. Plywood used for forming surfaces that remain exposed shall be equal to that specified as B -B Plyform Class I or Class II Exterior, of the U. S. Department of Commerce, National Bureau of Standards and Technology, latest edition. Forms or form lumber to be reused shall be maintained clean and in good condition. Any lumber which is split, warped, bulged, marred, or has defects that will produce inferior work, shall not be used and, if condemned, shall be promptly removed from the work. Studs and joists shall be spaced so that the facing form material remains in true alignment under the imposed loads. Wales shall be spaced close enough to hold forms securely to the designated lines and scabbed at least 4 feet on each side of joints to provide continuity. A row of wales shall be placed near the bottom of each placement. Facing material shall be placed with parallel and square joints and securely fastened to supporting studs. Forms for surfaces receiving only an ordinary finish and exposed to view shall be placed with the form panels symmetrical, i.e., long dimensions set in the same direction. Horizontal joints shall be continuous. Molding specified for chamfer strips or other uses shall be made of materials of a grade that will not split when nailed and which can be maintained to a true line without warping. Wood molding shall be mill cut and dressed on all faces. Unless otherwise provided, forms shall be filleted at all sharp corners and edges with triangular chamfer strips measuring three-quarter inch (3/4") on the sides. Forms for railing and ornamental work shall be constructed to standards equivalent to first-class millwork. All moldings, panel work and bevel strips shall be straight and true with nearly mitered joints designed so the finished work is true, sharp and clean cut. 038000 Page 6 of 19 Rev. 3-25-2015 All forms shall be constructed to permit their removal without marring or damaging the concrete. The forms may be given a slight draft to permit ease of removal. Metal form ties of an approved type or a satisfactory substitute shall be used to hold forms in place and shall be of a type that permits ease of removal of the metal as hereinafter specified. All metal appliances used inside of forms for alignment purposes shall be removed to a depth of at least one-half inch (1/2") from the concrete surface. They shall be made so the metal may be removed without undue chipping or spalling, and when removed, shall leave a smooth opening in the concrete surface. Burning off of rods, bolts or ties will not be permitted. Any wire ties used shall be cut back at least one-half inch (1/2") from the face of the concrete. Devices holding metal ties in place shall be capable of developing the strength of the tie and adjustable to allow for proper alignment. Metal and wooden spreaders which are separate from the forms shall be removed entirely as the concrete is being placed. Adequate clean-out openings shall be proved for narrow walls and other locations where access to the bottom of the forms is not readily attainable. Prior to placing concrete, the facing of all forms shall be treated with oil or other bond breaking coating of such composition that it will not discolor or otherwise injuriously affect the concrete surface. Care shall be exercised to prevent coating of the reinforcing steel. (3) Metal Forms. The foregoing requirements for timber forms regarding design, mortar -tightness, filleted corners, beveled projections, bracing, alignment, removal, reuse and wetting shall also apply to metal forms, except that these will not require lining, unless specifically noted on the plans. The thickness of form metal shall be as required to maintain the true shape without warping or bulging. All bolt and rivet heads on the facing sides shall be countersunk. Clamps, pins or other connecting devices shall be designed to hold the forms rigidly together and to allow removal without injury to the concrete. Metal forms which do not present a smooth surface or line up properly shall not be used. Metal shall be kept free from rust, grease or other foreign materials. 6. PLACING REINFORCEMENT Reinforcement in concrete structures shall be placed carefully and accurately and rigidly supported as provided in the City Standard Specification Section 032020 "Reinforcing Steel". Reinforcing steel supports shall not be welded to I -beams or girders. 7. PLACING CONCRETE -GENERAL The minimum temperature of all concrete at the time of placement shall be not less than 50 degrees F. 038000 Page 7 of 19 Rev. 3-25-2015 The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When conditions are such that additional moisture is needed for finishing, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum amount. Fog spray for this purpose may be applied with hand operated fogging equipment. The maximum time interval between the addition of cement to the batch and the placing of concrete in the forms shall not exceed the following: Air or Concrete Temperature Maximum Time Non -Agitated Concrete: Above 80 degrees F 15 minutes Up to 80 degrees F 30 minutes Agitated Concrete: Above 90 degrees F 45 minutes 75 degrees F to 90 degrees F 60 minutes 35 degrees F to 74 degrees F 90 minutes The use of an approved retarding agent in the concrete will permit the extension of each of the above temperature -time maximums by 30 minutes for direct traffic culverts, and one hour for all other concrete except that the maximum time shall not exceed 30 minutes for non -agitated concrete. Before starting work, the Contractor shall inform the Engineer fully of the construction methods he proposes to use, the adequacy of which shall be subject to the approval of the Engineer. The Contractor shall give the Engineer sufficient advance notice before placing concrete in any unit of the structure to permit the inspection of forms, reinforcing steel placement, and other preparations. Concrete shall not be placed in any unit prior to the completion of formwork and placement of reinforcement therein. Concrete mixing, placing and finishing shall be done during daylight hours, unless adequate provisions are made to light the entire site of all operations. Concrete placement will not be permitted when impending weather conditions will impair the quality of the finished work. If rainfall should occur after placing operations are started, the Contractor shall provide ample covering to protect the work. In case of drop in temperature, the provisions set forth in Article "Placing Concrete in Cold Weather" of this specification shall be applied. The placing of concrete shall be regulated so the pressures caused by the plastic concrete shall not exceed the loads used in form design. 038000 Page 8 of 19 Rev. 3-25-2015 The method of handling, placing and consolidation of concrete shall minimize segregation and displacement of the reinforcement, and produce a uniformly dense and compact mass. Concrete shall not have a free fall of more than 5 feet, except in the case of thin walls such as in culverts. Any hardened concrete spatter ahead of the plastic concrete shall be removed. The method and equipment used to transport concrete to the forms shall be capable of maintaining the rate of placement approved by the Engineer. Concrete may be transported by buckets, chutes, buggies, belt conveyors, pumps or other acceptable methods. When belt conveyors or pumps are used, sampling for testing will be done at the discharge end. Concrete transported by conveyors shall be protected from sun and wind, if necessary, to prevent loss of slump and workability. Pipes through which concrete is pumped shall be shaded and/or wrapped with wet burlap, if necessary, to prevent loss of slump and workability. Concrete shall not be transported through aluminum pipes, tubes or other aluminum equipment. Chutes, troughs, conveyors or pipes shall be arranged and used so that the concrete ingredients will not be separated. When steep slopes are necessary, the chutes shall be equipped with baffle boards or made in short lengths that reverse the direction of movement, or the chute ends shall terminate in vertical downspouts. Open troughs and chutes shall extend, if necessary, down inside the forms or through holes left in them. All transporting equipment shall be kept clean and free from hardened concrete coatings. Water used for cleaning shall be discharged clear of the concrete. Each part of the forms shall be filled by depositing concrete as near its final position as possible. The coarse aggregate shall be worked back from the face and the concrete forced under and around the reinforcement bars without displacing them. Depositing large quantities at one point and running or working it along the forms will not be allowed. Concrete shall be deposited in the forms in layers of suitable depth but not more than 36 inches in thickness, unless otherwise directed by the Engineer. The sequence of successive layers or adjacent portions of concrete shall be such that they can be vibrated into a homogenous mass with the previously placed concrete without a cold joint. Not more than one hour shall elapse between adjacent or successive placements of concrete. Unauthorized construction joints shall be avoided by placing all concrete between the authorized joints in one continuous operation. An approved retarding agent shall be used to control stress cracks and/or unauthorized cold joints in mass placements where differential settlement and/or setting time may induce stress cracking. Openings in forms shall be provided, if needed, for the removal of laitance of foreign matter of any kind. All forms shall be wetted thoroughly before the concrete is placed therein. All concrete shall be well consolidated and the mortar flushed to the form surfaces by continuous working with immersion type vibrators. Vibrators which operate by attachment to forms or reinforcement will not be permitted, except on steel forms. At least one stand-by vibrator shall be 038000 Page 9 of 19 Rev. 3-25-2015 provided for emergency use in addition to those required for placement. The concrete shall be vibrated immediately after deposit. Prior to the beginning of work, a systematic spacing of the points of vibration shall be established to insure complete consolidation and thorough working of the concrete around the reinforcement, embedded fixtures, and into the corners and angles of the forms Immersion type vibrators shall be inserted vertically, at points 18 to 30 inches apart, and slowly withdrawn. The vibrator may be inserted in a sloping or horizontal position in shallow slabs. The entire depth of each lift shall be vibrated, allowing the vibrator to penetrate several inches into the preceding lift. Concrete along construction joints shall be thoroughly consolidated by operating the vibrator along and close to but not against the joint surface. The vibration shall continue until thorough consolidation, and complete embedment of reinforcement and fixtures is produced, but not long enough to cause segregation. Vibration may be supplemented by hand spading or rodding, if necessary, to insure the flushing of mortar to the surface of all forms. Slab concrete shall be mixed in a plant located off the structure. Carting or wheeling concrete batches over completed slabs will not be permitted until they have aged at least four (4) full curing days. If carts are used, timber planking will be required for the remainder of the curing period. Carts shall be equipped with pneumatic tires. Curing operations shall not be interrupted for the purpose of wheeling concrete over finished slabs. After concrete has attained its initial set, at least one (1) curing day shall elapse before placing strain on projecting reinforcement to prevent damage to the concrete. The storing of reinforcing or structural steel on completed roadway slabs generally shall be avoided and, when permitted, shall be limited to quantities and distribution that will not induce excessive stresses. 8. PLACING CONCRETE IN COLD WEATHER (1) Cast -in -Place Concrete. Concrete may be placed when the atmospheric temperature is not less than 35 degrees F. Concrete shall not be placed in contact with any material coated with frost or having a temperature less than 32 degrees F. Aggregates shall be free from ice, frost and frozen lumps. When required, in order to produce the minimum specified concrete temperature, the aggregate and/or the water shall be heated uniformly, in accordance with the following: The water temperature shall not exceed 180 degrees F, and/or the aggregate temperature shall not exceed 150 degrees F. The heating apparatus shall heat the mass of aggregate uniformly. The temperature of the mixture of aggregates and water shall be between 50 degrees F and 85 degrees F before introduction of the cement. All concrete shall be effectively protected as follows: (a) The temperature of slab concrete of all unformed surfaces shall be maintained at 50 degrees F or above for a period of 72 hours from time of placement and above 40 degrees F for an additional 72 hours. 038000 Page 10 of 19 Rev. 3-25-2015 (b) The temperature at the surface of all concrete in piers, culverts walls, retaining walls, parapets, wingwalls, bottoms of slabs, and other similar formed concrete shall be maintained at 40 degrees F or above for a period of 72 hours from time of placement. (c) The temperature of all concrete, including the bottom slabs of culverts placed on or in the ground, shall be maintained above 32 degrees F for a period of 72 hours from time of placement. Protection shall consist of providing additional covering, insulated forms or other means, and if necessary, supplementing such covering with artificial heating. Curing as specified under Article "Curing Concrete" of this specification shall be provided during this period until all requirements for curing have been satisfied. When impending weather conditions indicate the possibility of the need for such temperature protection, all necessary heating and covering material shall be on hand ready for use before permission is granted to begin placement. Sufficient extra test specimens will be made and cured with the placement to ascertain the condition of the concrete as placed, prior to form removal and acceptance. (2) Precast Concrete. A fabricating plant for precast products which has adequate protection from cold weather in the form of permanent or portable framework and covering, which protects the concrete when placed in the forms, and is equipped with approved steam curing facilities, may place concrete under any low temperature conditions provided: (a) The framework and covering are placed and heat is provided for the concrete and the forms within one hour after the concrete is placed. This shall not be construed to be one hour after the last concrete is placed, but that no concrete shall remain unprotected longer than one hour. (b) Steam heat shall keep the air surrounding the concrete between 50 degrees F and 85 degrees F for a minimum of three hours prior to beginning the temperature rise which is required for steam curing. (c) For fabricating plants without the above facilities and for job site precast products, the requirements of the Article "Curing Concrete" of this specification shall apply. The Contractor is responsible for the protection of concrete placed under any and all weather conditions. Permission given by the Engineer for placing concrete during freezing weather will in no way relieve the Contractor of the responsibility for producing concrete equal in quality to that placed under normal conditions. Should concrete placed under such conditions prove unsatisfactory, it shall be removed and replaced at no additional cost. 038000 Page 11 of 19 Rev. 3-25-2015 9. PLACING CONCRETE IN WATER Concrete shall be deposited in water only when specified on the plans or with written permission by the Engineer. The forms or cofferdams shall be sufficiently tight to prevent any water current passing through the space in which the concrete is being deposited. Pumping will not be permitted during the concrete placing, nor until it has set for at least 36 hours. The concrete shall be placed with a tremie, closed bottom -dump bucket, or other approved method, and shall not be permitted to fall freely through the water nor shall it be disturbed after it has been placed. The concrete surface shall be kept approximately level during placement. The tremie shall consist of a water -tight tube 14 inches or less in diameter. It shall be constructed so that the bottom can be sealed and opened after it is in place and fully charged with concrete. It shall be supported so that it can be easily moved horizontally to cover all the work area and vertically to control the concrete flow. Bottom -dump buckets used for underwater placing shall have a capacity of not less than one-half cubic yard. It shall be lowered gradually and carefully until it rests upon the concrete already placed and raised very slowly during the upward travel; the intent being to maintain still water at the point of discharge and to avoid agitating the mixture. The placing operations shall be continuous until the work is complete. 10. PLACING CONCRETE IN BOX CULVERTS In general, construction joints will be permitted only where shown on the plans. Where the top slab and walls are placed monolithically in culverts more than 4 feet in clear height, an interval of not less than one (1) nor more than two (2) hours shall elapse before placing the top slab to allow for shrinkage in the wall concrete. The base slab shall be finished accurately at the proper time to provide a smooth uniform surface. Top slabs which carry direct traffic shall be finished as specified for roadway slabs in Article "Finish of Roadway Slabs". Top slabs of fill type culverts shall be given a reasonably smooth float finish. 11. PLACING CONCRETE IN FOUNDATIONS AND SUBSTRUCTURE Concrete shall not be placed in footings until the depth and character of the foundation has been inspected by the Engineer and permission has been given to proceed. Placing of concrete footings upon seal concrete courses will be permitted after the caissons or cofferdams are free from water and the seal concrete course cleaned. Any necessary pumping or bailing during the concreting operation shall be done from a suitable sump located outside the forms. All temporary wales or braces inside cofferdams or caissons shall be constructed or adjusted as the work proceeds to prevent unauthorized construction joints in footings or shafts. 038000 Page 12 of 19 Rev. 3-25-2015 When footings can be placed in a dry excavation without the use of cofferdams or caissons, forms may be omitted, if desired by the Contractor and approved by the Engineer, and the entire excavation filled with concrete to the elevation of the top of footing; in which case, measurement for payment will be based on the footing dimensions shown on the plans. 12. TREATMENT AND FINISHING OF HORIZONTAL SURFACES EXCEPT ROADWAY SLABS All unformed upper surfaces shall be struck off to grade and finished. The use of mortar topping for surfaces under this classification will not be permitted. After the concrete has been struck off, the surface shall be floated with a suitable float. Sidewalks shall be given a wood float or broom finish, or may be striped with a brush, as specified by the Engineer. Other surfaces shall be wood float finished and striped with a fine brush leaving a fine- grained texture. 13. FINISH OF ROADWAY SLABS As soon as the concrete has been placed and vibrated in a section of sufficient width to permit working, the surface shall be approximately leveled, struck off and screeded, carrying a slight excess of concrete ahead of the screed to insure filling of all low spots. The screed shall be designed rigid enough to hold true to shape and shall have sufficient adjustments to provide for the required camber. A vibrating screed may be used if heavy enough to prevent undue distortion. The screeds shall be provided with a metal edge. Longitudinal screeds shall be moved across the concrete with a saw -like motion while their ends rest on headers or templates set true to the roadway grade or on the adjacent finished slab. The surface of the concrete shall be screeded a sufficient number of times and at such intervals to produce a uniform surface, true to grade and free of voids. If necessary, the screeded surface shall be worked to smooth finish with a long handled wood or metal float of the proper size, or hand floated from bridges over the slab. When required by the Engineer, the Contractor shall perform sufficient checks with a long handled 10 -foot straightedge on the plastic concrete to insure that the final surface will be within the tolerances specified below. The check shall be made with the straightedge parallel to the centerline. Each pass thereof shall lap half of the preceding pass. All high spots shall be removed and all depressions over one -sixteenth inch (1/16") in depth shall be filled with fresh concrete and floated. The checking and floating shall be continued until the surface is true to grade and free of depressions, high spots, voids or rough spots. Rail support holes shall be filled with concrete and finished to match the top of the slab. Surface Texturing. Perform surface texturing using a either carpet drag or metal tining as indicated on the drawings. Complete final texturing before the concrete has attained its initial set. Draw the carpet drag 038000 Page 13 of 19 Rev. 3-25-2015 longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. A metal -tine texture finish is required using a tining machine unless otherwise shown on the plans. Provide the metal -tine finish immediately after the concrete surface has set enough for consistent tining. Operate the metal -tine device to obtain grooves spaced at 1 in., approximately 3/16 in. deep, with a minimum depth of 1/8 in., and approximately 1/12 in. wide. Do not overlap a previously tined area. Use manual methods for achieving similar results on ramps and other irregular sections of pavements. Repair damage to the edge of the slab and joints immediately after texturing. Do not tine pavement that will be overlaid. Upon completion of the floating and/or straight edging and before the disappearance of the moisture sheen, the surface shall be given a broom or burlap drag finish. The grooves of these finishes shall be parallel to the structure centerline. It is the intent that the average texture depth resulting from the number of tests directed by the Engineer be not less than 0.035 inch with a minimum texture depth of 0.030 inch for any one test when tested in accordance with TxDOT Test Method Tex -436-A. Should the texture depth fall below that intended, the finishing procedures shall be revised to produce the desired texture. After the concrete has attained its final set, the roadway surface shall be tested with a standard 10 - foot straightedge. The straightedge shall be placed parallel to the centerline ofroadway to bridge any depressions and touch high spots. Ordinates of irregularities measured from the face of the straightedge to the surface of the slab shall not exceed one-eighth of an inch (1/8"), making proper allowances for camber, vertical curvature and surface texture. Occasional variations, not exceeding three -sixteenth of an inch (3/16") will be acceptable, if in the opinion of the Engineer it will not affect the riding qualities. When directed by the Engineer, irregularities exceeding the above requirements shall be corrected. In all roadway slab finishing operations, camber for specified vertical curvature and transverse slopes shall be provided. 14. CURING CONCRETE The Contractor shall inform the Engineer fully of the methods and procedures proposed for curing; shall provide the proper equipment and material in adequate amounts; and shall have the proposed methods, equipment and material approved prior to placing concrete. Inadequate curing and/or facilities, therefore, shall be cause for the Engineer to stop all construction on the job until remedial action is taken. All concrete shall be cured for a period of four (4) curing days except as noted herein. 038000 Page 14 of 19 Rev. 3-25-2015 EXCEPTIONS TO 4 -DAY CURING Description Upper Surfaces of Bridge Slabs and Top Slabs of Direct Traffic Culverts Concrete Piling (non -prestressed) Required Curing 8 curing days (Type I or III) cement 10 curing days (Type II cement) 6 curing days When the air temperature is expected to drop below 35 degrees F, the water curing mats shall be covered with polyethylene sheeting, burlap -polyethylene blankets or other material to provide the protection required by Article "Placing Concrete in Cold Weather" of these specifications. A curing day is defined as a calendar day when the temperature, taken in the shade away from artificial heat, is above 50 degrees F for at least 19 hours (colder days if satisfactory provisions are made to maintain the temperature of all surfaces of the concrete above 40 degrees F for the entire 24 hours). The required curing period shall begin when all concrete therein has attained its initial set. The following methods are permitted for curing concrete subject to the restrictions of Table 1 and the following requirements for each method of curing. (1) Form Curing. When forms are left in contact with the concrete, other curing methods will not be required except for cold weather protection. (2) Water Curing. All exposed surfaces of the concrete shall be kept wet continuously for the required curing time. The water used for curing shall meet the requirements for concrete mixing water as specified in the specification Section 030020 "Portland Cement Concrete". Seawater will not be permitted. Water which stains or leaves an unsightly residue shall not be used. (a) Wet Mat. Cotton mats shall be used for this curing method. They shall be placed as soon as possible after the surface has sufficiently hardened to prevent damage to the concrete. (See Article, "Placing Concrete" of this specification.) Damp burlap blankets made from nine -ounce stock may be placed on the damp concrete surface for temporary protection prior to the application of the cotton mats which may be placed dry and wetted down after placement. The mats shall be weighted down adequately to provide continuous contact with all concrete surfaces where possible. The surfaces of the concrete shall be kept wet for the required curing time. Surfaces which cannot be cured by contact shall be enclosed with mats and anchored positively to the forms or to the ground so that outside air cannot enter the enclosure. Sufficient moisture shall be provided inside the enclosure to keep all surfaces of the concrete wet. (b) Water Spray. This curing method shall consist of overlapping sprays or sprinklers that keep all unformed surfaces continuously wet. (c) Ponding. This curing method requires the covering of the surfaces with a minimum of two inches (2") of clean granular material, kept wet at all times, or a minimum of one -inch 038000 Page 15 of 19 Rev. 3-25-2015 (1") depth of water. Satisfactory provisions shall be made to provide a dam to retain the water or saturated granular material. (3) Membrane Curing. This consists of curing concrete pavement, concrete pavement (base), curbs, gutters, retards, sidewalks, driveways, medians, islands, concrete riprap, cement -stabilized riprap, concrete structures and other concrete as indicated on the plans by impervious membrane method. Unless otherwise provided herein or shown on the plans, either Type 1-D or Type 2 membrane curing compound may be used where permitted except that Type 1-D (Resin Base Only) will be required for slab concrete in bridge decks and top slabs of direct traffic culverts. TABLE 1 REQUIRED PERMITTED MEMBRANE MEMBRANE STRUCTURE UNIT WATER FOR WATER FOR DESCRIPTION FOR INTERIM FOR INTERIM CURING CURING CURING CURING 1 Top slabs of direct traffic culverts 2 Top surface of any concrete unit upon which concrete is to be placed and bonded at a later interval (Stub walls, risers, etc.). X Other superstructure concrete (wing walls, parapet walls, etc.) 3 Concrete pavement (base), curbs, gutters, retards, sidewalks, driveways, medians, X* X* islands, concrete structures, concrete riprap, etc. 4 All substructure concrete, culverts, box sewers, inlets, X* X* manholes, retaining walls *Polyethylene sheeting, burlap -polyethylene mats or laminated mats to prevent outside air from entering will be considered equivalent to water or membrane curing for items 3 and 4. 038000 Page 16 of 19 Rev. 3-25-2015 Membrane curing shall not be applied to dry surfaces, but shall be applied just after free moisture has disappeared. Formed surfaces and surfaces which have been given a first rub shall be dampened and shall be moist at the time of application of the membrane. When membrane is used for complete curing, the film shall remain unbroken for the minimum curing period specified. Membrane which is damaged shall be corrected immediately by reapplication of membrane. Unless otherwise noted herein or on the plans, the choice of membrane type shall be at the option of the Contractor. Only one type of curing compound will be permitted on any one structure. The membrane curing compound shall be applied after the surface fmishing has been completed, and immediately after the free surface moisture has disappeared. The surface shall be sealed with a single uniform coating of curing compound applied at the rate of coverage recommended by the manufacturer and directed by the Engineer, but not less than 1 gallon per 180 square feet of area. The Contractor shall provide satisfactory means and facilities to properly control and check the rate of application of the compound. The compound shall be thoroughly agitated during its use and shall be applied by means of approved mechanical power pressure sprayers. The sprayers used to apply the membrane to concrete pavement or concrete pavement (base) shall travel at uniform speed along the forms and be mechanically driven. The equipment shall be of such design that it will insure uniform and even application of the membrane material. The sprayers shall be equipped with satisfactory atomizing nozzles. Only on small miscellaneous items will the Contractor be permitted to use hand -powered spray equipment. For all spraying equipment, the Contractor shall provide facilities to prevent the loss of the compound between the nozzle and the concrete surface during the spraying operations. The compounds shall not be applied to a dry surface. If the surface of the concrete has become dry, it shall be moistened prior to application of membrane by fogging or mist application. Sprinkling or coarse spraying will not be allowed. At locations where the coating shows discontinuities, pinholes or other defects, or if rain falls on the newly -coated surface before the film has dried sufficiently to resist damage, an additional coat of the compound shall be applied immediately at the same rate of coverage specified herein. To insure proper coverage, the Engineer shall inspect all treated areas after application of the compound for the period of time designated in the governing specification for curing, either for membrane curing or for other methods. Should the foregoing indicate that any area during the curing period is not protected, an additional coat or coats of the compound shall be applied immediately, and the rate of application of the membrane compound shall be increased until all areas are uniformly covered. When temperatures are such as to warrant protection against freezing, curing by this method shall be supplemented with an approved insulating material capable of protecting the concrete for the specified curing period. If at any time there is reason to believe that this method of curing is unsatisfactory or is detrimental 038000 Page 17 of 19 Rev. 3-25-2015 to the work, the Contractor, when notified, shall immediately cease the use of this method and shall change to curing by one of the other methods specified under this contract. 15. REMOVAL OF FORMS Except as herein provided, forms for vertical surfaces may be removed when the concrete has aged not less than one day (24 hours) when Type I and Type II cement is used, and not less than one-half day (12 hours) when Type III cement is used, provided it can be done without damage to the concrete. Forms for inside curb faces may be removed in approximately three hours provided it can be done without damage to the curb. 16. FINISHING EXPOSED SURFACES Concrete shall be finished as required in the specification Section for the respective item or as otherwise specified on the plans. An ordinary surface finish shall be applied to all concrete surfaces either as a final finish or preparatory to a higher finish. Ordinary Surface Finish shall be as follows: After form removal, all porous or honey -combed areas and spalled areas shall be corrected by chipping away all loose or broken material to sound concrete. Feather edges shall be eliminated by cutting a face perpendicular to the surface. Shallow cavities shall be repaired using adhesive grout or epoxy grout. If judged repairable by the Engineer, large defective areas shall be corrected using concrete or other material approved by the Engineer. Holes and spalls caused by removal of metal ties, etc., shall be cleaned and filled with adhesive grout or epoxy grout. Exposed parts of metal chairs on surfaces to be finished by rubbing, shall be chipped out to a depth of one-half inch (1/2") and the surface repaired. All fins, runs, drips or mortar shall be removed from surfaces which remain exposed. Form marks and chamfer edges shall be smoothed by grinding and/or dry rubbing. Grease, oil, dirt, curing compound, etc., shall be removed from surfaces requiring a higher grade of finish. Discolorations resulting from spillage or splashing of asphalt, paint or other similar material shall be removed. Repairs shall be dense, well bonded and properly cured, and when made on surfaces which remain exposed and do not require a higher finish, shall be finished to blend with the surrounding concrete. 038000 Page 18 of 19 Rev. 3-25-2015 17. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, no direct measurement or payment will be made for the work to be done or the equipment to be furnished under this specification, but it shall be considered subsidiary to the particular items required by the plans and the contract documents. 038000 Page 19 of 19 Rev. 3-25-2015 SECTION 055420 FRAMES, GRATES, RINGS AND COVERS 1. DESCRIPTION This specification shall govern for the furnishing and installation of frames, grates, rings and covers for inlets, manholes and other structures in accordance with those details. Steel shall conform to the requirements of ASTM Designation: A36 "Standard Specification for Carbon Structural Steel". 2. MATERIALS Welded steel grates and frames shall conform to the member size, dimensions and details shown on the plans and shall be welded into an assembly in accordance with those details. Steel shall conform to the requirements of ASTM Designation: A36. Castings, whether Carbon -Steel, Gray Cast Iron or Ductile Iron, shall conform to the shape and dimensions shown on the plans and shall be clean substantial castings, free from burnt -on sand or blow holes, and shall be reasonable smooth. Runners, risers, fins, and other cast -on pieces shall be removed from the castings and such areas ground smooth. Bearing surfaces between manhole rings and covers or grates and frames shall be cast or machined with such precision that uniform bearing shall be provided throughout the perimeter contact area. Pairs of machined castings shall be matchmarked to facilitate subsequent identification at installation. Steel castings shall conform to the requirements of ASTM Designation: A27 "Standard Specification for Steel Castings, Carbon, for General Application". Grade 70-36 shall be furnished unless otherwise specified. Cast Iron castings shall conform to the requirements of ASTM Designation: A48 "Standard Specification for Gray Iron Castings", Class 30. Ductile iron castings shall conform to the requirements of ASTM Designation: A536 "Standard Specification for Ductile Iron Castings". Grade 60-40-18 shall be used otherwise specified. 3. CONSTRUCTION METHODS Frames, grates, rings and covers shall be constructed of the materials as specified and in accordance with the details shown on the plans, and shall be placed carefully to the lines and grades indicated on the plans or as directed by the Engineer. All welding shall conform to the requirements of the latest American Welding Society Specifications. Frames, grates, rings and covers shall be given one coat of a commercial grade red lead and oil paint and two coats of commercial grade aluminum paint. 055420 Page 1 of 2 Rev. 3-25-2015 Painting on gray iron castings will not be required, except when used in conjunction with structural steel shapes. Commercial grade galvanized bolts and nuts shall be used. The zinc coating shall be uniform in thickness, smooth and continuous. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, frames, grates, rings and covers will not be measured for payment, but shall be considered subsidiary to other bid items. 055420 Page 2 of 2 Rev 3-25-2015 PART T TECHNICAL SPECIFICATIONS TECHNICAL SPECIFICATION SECTION 025802 (MOD) TEMPORARY TRAFFIC CONTROLS DURING CONSTRUCTION 1. DESCRIPTION This specification shall govern all work required for Temporary Traffic Controls during construction. The work shall include furnishing, installing, moving, replacing, and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, temporary traffic signalization and temporary pedestrian signalization, temporary detours, temporary striping and markers, flaggers, temporary drainage pipes and structures, blue business signs, and such temporary devices as necessary to safely complete the project. 2. MATERIALS Traffic control devices shall conform to the latest edition of the "Texas Manual on Uniform Traffic Control Devices", unless indicated otherwise on the Traffic Control Plan. 3. METHODS Sufficient traffic control measures shall be used to assure a safe condition and to provide a minimum of inconvenience to motorists andpedestrians. 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 and pedestrian 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 (MOD) Page 1 of 3 Rev. 10-30-2014 A competent person, responsible for implementation of the TCP and for traffic safety, shall be designated by the Contractor. The name and off -hours phone number of the competent person shall be provided in writing at the Pre -Construction Conference. The competent person shall be on site, during working hours and on call at all times in the event of off -hour emergency. The contractor must provide temporary blue sign boards that direct traffic to businesses and driveways during each phase of construction — see example below. The sign boards may be either skid mounted or barrel mounted. The City will assist the contractor in determining which businesses and driveways will receive signage during various construction phases. The provision, installation, and removal of signage will be considered to be subsidiary to the contract items provided for "Traffic Control." Example Blue Sign 24" IO 3r 0.6" —+ �• l:••.� . i• v AN :ARIN GA E\ to 1:. TEMPORARY SIGNALIZATION Contractor will be required to provide any temporary traffic signalization and temporary pedestrian signalization during all phases of construction as required in accordance with MUTCD requirements. The contractor may utilize the existing signals, provide portable trailer mounted signals or construct span wire signals based on the contractor's means and methods. 4. MEASUREMENT AND PAYMENT Bid Item A7 "Traffic Control" will be used to cover all related costs to traffic control and temporary signalization for the base bid items of this project. For Additive Alternates 1, 2, and 3, Bid Items L3, M10, and N12 "Traffic Control" will be used to cover all related costs to traffic control and temporary signalization necessary for the construction of wastewater improvements for each additive alternate. Payment shall include, but not be limited to, furnishing, installing, moving, replacing and maintaining 025802 (MOD) Page 2 of 3 Rev. 10-30-2014 all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, temporary traffic and pedestrian signals, temporary striping and markers, flaggers, removable and non - removable work zone pavements markings and signage, channelizing devices, temporary detours, temporary flexible -reflective roadway marker tabs, temporary traffic markers, temporary drainage pipes and structures, blue business signs, and such temporary devices and relocation of existing signs and devices. Payment shall be full compensation for all labor, equipment, materials, personnel, and incidentals necessary to provide a safe condition during construction of all phases and elements of the project and to complete the work. Payment will be made on the following basis: The initial monthly estimate will include 50% of the lump sum bid amount minus retention (typically 5%). The balance will be paid with the final estimate, upon completion of the project. 025802 (MOD) Page 3 of 3 Rev. 10-30-2014 TECHNICAL SPECIFICATION SECTION 027606 (MOD) 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 or as shown on the drawings. 2. MATERIALS: Pipe and fittings for wastewater service lines shall be pressure rated SDR 26 PVC in accordance with ASTM D2241 with a minimum size of 4 inches for residential and 6 inches for commercial. 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 (MOD) 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 or connection on the main to, and including, the cleanout at the property line and connection to the existing service. 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 (MOD) Page 2 of 2 Rev. 10-30-2014 December 2016 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS PART1 GENERAL 1.1 Description A. This specification describes the necessary definitions, regulations, procedures, work zone control, and maintenance for traffic signal construction, and to provide a consistent set of guidelines, practices and standards for use by designers, contractors and City of Corpus Christi Traffic Engineering Division. B. This specification pertains to all phases of construction and modifications of new and/or existing traffic signals as shown on the project Drawings and required to complete the project. C. The requirements of this specification shall be enforced on all contracts which include signalized intersections, even if no traffic signal work is part of the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 025802 TEMPORARY TRAFFIC CONTROLS DURING CONSTRUCTION 1.3 References The latest edition of the referenced item below shall be used. A. National Electrical Manufacturer's Association (NEMA) B. National Electric Safety Council (NESC) C. Underwriter's Laboratories (UL) D. Electric Industries Association (EIA) E. National Electric Code (NEC) F. Illumination Engineer's Society (IES) G. American Society for Testing and Materials (ASTM) H. American Association of State Highway and Transportation Officials (AASHTO) I. Institute of Transportation Engineers (ITE) J. Manual of Uniform Traffic Control Devices (MUTCD) K. Texas Manual on Uniform Traffic Control Devices (TMUTCD) L. Local Codes and Ordinances M. State Codes and Regulations N. Federal Codes and Regulations O. City of Corpus Christi — Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT B. Material List 1. The Contractor shall submit two (2) legible copies of a complete material list for approval which shall conform to these specifications. 2. The list shall state all relevant information regarding materials and equipment to allow the Owner to procure exact replacements of any items supplied on the project. 3. The submittals must be complete enough to be able to judge if items comply with the features specified and shall be evaluated by the Contractor prior to submittal to eliminate rejection of obviously wrong items. 4. The materials on the list shall be identified by the contract project name or number, bid item number, catalog part numbers, catalog cuts, shop drawings, trade names, and schedules of other pertinent information. 5. The materials from catalog cuts shall be clearly indicated by the Contractor. 6. Any material designation used in the contract documents shall be so noted on the material list. 7. If requested, the Contractor shall submit shop drawings for review and approval. C. Equipment: Submittals shall be legible and provided for the following equipment: 1. Pull Boxes & Lids Page 1 of 9 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS — 34 41 13.00 December 2016 City of Corpus Christi Standard Specifications for Construction 2. Pedestrian Signals 3. Traffic Signal Heads 4. LED Lamps (Light Emitting Diodes) 5. Backplates 6. Battery Back -Up System (BBS) 7. Signal Mountings Hardware 8. Video Image Vehicle Detection Systems (VIVDS) — (maintenance of existing only) 9. Microwave Detection — (maintenance of existing only) 10. Radar Detection 11. Malfunction Management Units (MMU) 12. Buss Interface Unit (BIU) 13. NEMA Load Switches 14. NEMA Controller and Cabinet 15. Wood Poles 16. Span Wire 17. Pedestrian Pushbuttons 18. Wire and Cable 19. Conduit and Fittings 20. Service Pedestal 21. AC Service Panel 22. Surge Arrestors 23. Breakers 24. Steel Pole & Arm 25. Sign Mounting Brackets 26. Internally Lighted Street Name Sign (ILSN) D. Approval 1. The Contractor shall note that the approval by the City Traffic Engineer and/or Traffic Signals Operations is required prior to installation of any equipment that is to be used. E. Rejection of Submittal 1. The Owner reserves the right to reject an incomplete or unclear material list or submittal. 1.5 Definitions The words defined in this section shall for the purpose of the specifications pertaining to traffic signals and controls have the meanings ascribed to them pertaining to traffic signals and controls. A. ASA — American Standards Association B. ASTM — American Society of Testing Materials C. AWS — American Welding Society D. AWG —American Wire Gauge E. Backplate — A thin strip extending outward parallel to the signal face on all sides of signal housing, to provide suitable background for the signal indications F. Traffic Engineer — City Traffic Engineer responsible for all operations on streets & local highways within the municipality G. Construction Traffic Coordinator — The person in charge of construction barricading and barricade inspections H. Controller Assembly — The complete assembly for controlling the operation of traffic signals consisting of a traffic signal controller unit and all auxiliary and external equipment housed in a weatherproof cabinet I. Controller — That part of the controller assembly which performs the basic timing and logic functions for the operation of the traffic signal J. AEP — American Electric Power K. Detector — A device for indicating, the passage or presence of vehicles or pedestrians L. FHWA — Federal Highway Administration M. Flasher — A device used to open and close signal circuits at a repetitive rate N. Flash Operation — This feature discontinues normal signal operation and causes a predetermined combination of flashing signal circuits O. IMSA— International Municipal Signal Association P. ITE — Institute of Transportation Engineers Page 2 of 9 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS — 34 41 13.00 December 2016 City of Corpus Christi Standard Specifications for Construction Q. Luminaries — The assembly which houses the light source and controls the light emitted from the light source for roadway illumination. Luminaries' consist of a housing, lamp socket, reflector, and glass globe or refractor R. Manual Operation — The operation of a signal controller unit by means of a hand operated switch S. Mounting Assembly — The framework and hardware required to mount the signal face(s) and pedestrian signal(s) to the pole T. MUTCD — Manual on Uniform Traffic Control Devices U. NEC — National Electrical Code V. NESC — National Electrical Safety Code W. NEMA — National Electrical Manufacturer's Association X. Pedestrian Signal — A traffic control signal for the exclusive purpose of directing pedestrian traffic at signalized locations Y. Punch List — The list compiled by the Owner for the Contractor noting deficiencies needing attention prior to final acceptance of the traffic signal system Z. Phase — A part of the time cycle allotted to any traffic movement or combination of movements receiving the right-of-way during one or more intervals AA. TxDOT — Texas Department of Transportation BB. Signal Face — An assembly controlling traffic in a single direction and consisting of one or more signal sections. Circular and arrow indications may be included in a signal assembly. The signal face assembly, also called a signal head, shall include the visors and Backplates where specified or shown on the Drawings CC. Signal Indication — The illumination of a signal section or other device, or of a combination of sections of other devices at the same time DD. Signal Section — A complete unit for providing a signal indication consisting of housing, lens, reflector, lamp receptacle, and lamp EE. TMUTCD — Texas Manual on Uniform Traffic Control Devices FF. Traffic Design Engineer — Person in charge of Traffic Design for the City of Corpus Christi GG. Traffic Signal Superintendent — Person in charge of the City Traffic Signals Maintenance & Operations Shop HH. Traffic Signal Timing Specialist — Person in charge of the traffic signal coordinated systems & traffic signal timings II. UL — Underwriters Laboratories JJ. Vehicle — Any motor vehicle normally licensed for roadway use PART2 PRODUCTS 2.1 General A. Materials 1. All materials shall conform to the requirements of the latest version of the National Electric Code (NEC), Illumination Engineer's Society (IES), standards of the American Society for Testing and Materials (ASTM), American Association of State Highway and Transportation Officials (AASHTO), Institute of Transportation Engineers (ITE) requirements of the Drawings, Traffic Signal Special Specifications, Special Provisions, and to any other codes, standards, or local ordinances which may apply. a. Whenever reference is made to any of these standards, the reference shall be considered to mean the code, ordinance, or standard that is in effect at the time of construction. B. Electrical Equipment 1 All electrical equipment shall conform to the standards of the National Electrical Manufacturer's Association (NEMA), the National Electric Safety Council (NESC), Underwriters Laboratories (UL), or the Electronic Industries Association (EIA) where applicable. 2. Whenever reference is made to any of these standards, the reference shall be considered to mean the code, ordinance, or standard that is in effect at the time of construction. C. Products and Materials 1. All shall be industrial grade unless otherwise noted on the Drawings or indicated by the Owner. Page 3 of 9 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS — 34 41 13.00 December 2016 City of Corpus Christi Standard Specifications for Construction 2.2 Pre -Approved Materials and Equipment A. Pre -Approved Materials and Equipment can be found within the City of Corpus Christi Signalization Standard Product List. B. The intent is to streamline the approval process by making information available to the Contractor of items that have been previously approved under these specifications. 1. This list is in no way to be construed as an endorsement of any brand or product. C. The list does not relieve the Contractor from responsibility to comply with the specifications of a particular project. D. The maintenance of this list is at the discretion of the Traffic Engineer, and the Contractor should be prepared to provide submittals of all equipment as required herein. E. The Contractor shall be allowed to substitute a reference to an item in the "pre -approved" list in lieu of a catalog data sheet, if he desires, and if the City Traffic Engineer has provided such a list. F. References shall be sufficiently complete for the Owner to judge which item is being proposed. G. The Contractor may also be asked to submit additional documentation from an independent testing lab attesting that the material submitted meets or exceeds the required specifications. 2.3 Changes to Approved Materials and Equipment A. Substitutions 1. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. 2. Proposed changes to the approved materials submittal shall be submitted in writing. 3. If requested, the Contractor shall submit samples of proposed materials for evaluation by the Owner. 2.4 Rejection of Materials and Equipment A. Installation of materials and equipment not corresponding to the submittal shall be grounds for rejection of the equipment and replacement with approved materials at no cost to the Owner, even if the non -approved material might otherwise have been approved had it been properly submitted. 2.5 Existing Equipment A. Equipment not reused in the new signal system shall be removed by the Contractor from the jobsite and dispose of any non -salvaged items and old wire in accordance with local, state, and federal regulations. B. Holes resulting from the removal of pull boxes, foundations, and other materials shall be backfilled and compacted with material equivalent to the surrounding material and the surface made to match the surrounding surface in accordance with the appropriate specification. C. Poles, signals, cabinets and contents, signal wire, pedestrian signals, signs, and pedestrian buttons that are deemed salvageable shall be transported and unloaded at the City Traffic Signal Maintenance Operations Shop. 1. The Contractor shall notify the City Traffic Signals Maintenance Operations Shop 48 hours prior to the proposed delivery date/time to arrange for the receipt of the salvaged equipment by the City. 2. The Contractor shall make a complete inventory listing of the items salvaged and present it upon delivery of the items. 2.6 Damaged Equipment A. All existing and new equipment damaged or destroyed by improper care, handling, transport, or installation shall be replaced with new equipment at no cost to the Owner. B. The Contractor shall remove from the jobsite and dispose of any non -salvaged items and old wire. C. Holes resulting from the removal of pull boxes, foundations, and other materials shall be backfilled and compacted with material equivalent to the surrounding material and the surface made to match the surrounding surface in accordance with the appropriate specification. Page 4 of 9 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS — 34 41 13.00 December 2016 City of Corpus Christi Standard Specifications for Construction 2.7 City Supplied Materials A. The City shall not supply nor lend out equipment on a contract -deduction as is or any other basis unless such arrangement is so stated in the Drawings or approved by the Traffic Design Engineer. PART 3 EXECUTION 3.1 General Information A. Contractor hired for the modification or installation of traffic signals, within the jurisdiction of the City of Corpus Christi, shall meet the following requirements: 1. Contractor shall provide documentation indicating actual installation and modification of traffic signals completed in the past year. a. The statement shall include the name of the agency work was performed for and the date the work was completed and provide to the Traffic Engineer or Designee, prior to the start of work. 2. Contractor personnel must be competent in the construction and wiring techniques required for traffic signal installation, have an excellent knowledge of traffic signal controller cabinet assemblies and have experience in the operation of traffic signal NEMA controllers. 3. Contractor is required to have one certified IMSA Level II Traffic Signals Technician for any work external or internal to the traffic signal controller cabinet and is required to be on the job -site at all times to supervise construction. a. Contractor shall provide to the Owner a copy of the individual's certification prior to the start of work. 4. A pre -construction meeting will be required with the traffic signal contractor and the City Traffic Signals Superintendent prior to the start of work to assure that all materials, equipment and work specifications are understood. 5. Finished product should conform to current Traffic Signal standards for Cosmetics as well as Quality in workmanship. B. Prior to beginning any work on any City traffic signal facility, the Contractor is required notify the Traffic Engineering Division and Traffic Signals Operations Department one (1) week in advance. 1. Under no circumstances will the City accept work done without this prior contact being made. C. The Contractor shall obtain all permits and inspections as required. 3.2 Installation A. Workmanship shall conform to the requirements of the latest revision of the National Electric Code (NEC), Illumination Engineer's Society (IES), standards of the American Society for Testing and Materials (ASTM), American Association of State Highway and Transportation Officials (AASHTO), requirements of the Drawings, Traffic Signal Special Specifications, Special Provisions, and to any other codes, standards, or local ordinances which may apply 1. Whenever reference is made to any of these standards, the reference shall be considered to mean the code, ordinance, or standard that is in effect at the time of construction. B. Cable Splicing Policy 1. No splice shall be made to a signal cable and shall terminate in the steel pole terminal strip or in the base of a terminal strip. a. The signal cable run shall be complete straight run from the traffic controller cabinet to the traffic signal pole. 2. All cables for detection devices shall be continuous without splice from the detection device to the signal cabinet. 3. All power feeds shall be continuous without splicing from the source to the service panel or meter and from meter to the controller cabinet. 4. At no time shall any cable be permitted to be spliced in a pull box. 3.3 Utility Locations A. Existing Traffic Utilities Page 5 of 9 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS — 34 41 13.00 December 2016 City of Corpus Christi Standard Specifications for Construction 1. Prior to working in and around a signalized intersection, the Contractor is required to call the City Customer Call Center at least forty-eight (48) hours in advance before any digging, excavating and directional boring begins. 2. Note: Traffic Signals Operations is not on the One Call System, call directly to the City Call Center to request a line locate or the Traffic Signal Shop at 361-826-1610, after hours 361-815-1379. B. Existing Miscellaneous Utilities 1. The locations of utilities shown on the Drawings are approximate and not all utilities may be shown. 2. All involved utilities, tunnels, and storm drains may not be complete on the Drawings, and the Contractor shall be responsible for obtaining any additional information from the applicable sources prior to construction, and determining the accuracy and adequacy of such information necessary for his performance of the work. C. Locating of Proposed Traffic Facilities 1. The Contractor shall locate poles, controllers, etc., as shown in Drawings. a. Slight (less than three feet (3')) deviation to avoid existing utilities is permissible, unless the new location would move the pole too close to the roadway, obstruct the view of another traffic control device, create issues for ADA compliance and/or obstruct accessible pathways, or otherwise not conform to the intent of the Drawings. The contractor must contact the engineer for approval prior to relocating all proposed traffic facilities b. Large deviations must be approved by the City Traffic Engineer and Traffic Design Engineer. c. The Contractor shall bear in mind that electrical Drawings are somewhat diagrammatic in nature when it comes to conduit routing and adjustments may be necessary in the field. 2. Ground Boxes a. Existing signal ground boxes located in or near the proposed ADA ramp needing to be moved or relocated, shall first remove the signal cable from the conduit to make the lateral adjustment for the new proposed ground box. (1) No splices will be allowed in the ground boxes. (2) If there is not enough slack in the existing cable, then all cable in the conduit will be replaced. (3) Traffic signal cable shall be a continuous run from the controller cabinet to the traffic signal pole terminal strip. b. If ground boxes & covers are removed, before start of demolishing and construction for the new ramp and sidewalk, all conduits shall be covered to keep any debris from falling into it. (1) If debris falls into the conduits it will be the Contractor responsible to remove it by using high air pressure and water. (2) Traffic Signal Operations will inspect the work before pouring the concrete. D. New and Proposed Utilities 1. The locations of existing and proposed utilities shown on the Drawings are approximate. 2. The Contractor shall be responsible for determining the location of new and proposed utilities prior to installing materials and equipment for traffic signals. E. Damage 1. Damage to any existing or new traffic utility or existing traffic facilities shall be repaired or replaced at the Contractor's expense. 2. Existing loop detectors damaged or broken by the Contractor shall be replaced with Radar detection by him at no expense to the City, unless other arrangements have been made in writing with the City. 3. Damage to Signals by Contractor a. In the event that the Contractor or his sub -contractor damages any traffic signal facilities to the point that the signal installation is inoperative it shall be the Contractor's responsibility to set temporary Stop signs as soon as possible. b. It will also be the Contractor's responsibility to have an off-duty police officer on the site within two hours of the non-functioning signal, if the signal is not repaired to the Traffic Engineer and/or Traffic Signal Superintendent satisfaction within the first hour. Page 6 of 9 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS — 34 41 13.00 December 2016 City of Corpus Christi Standard Specifications for Construction c. In the event that the Contractor is unable to accomplish the above, the City of Corpus Christi shall at its option send an on -duty police officer to the site and have either the City's Traffic Signal Maintenance Operations or another independent private traffic signal Contractor to facilitate the repairs. d. Any and all costs incurred by the City of Corpus Christi to repair the damaged signal facilities shall be the responsibility of the General Contractor for the project. 4. Damage to any existing or new utility or existing facilities shall be repaired or replaced at the Contractor's expense. 3.4 Traffic Control Plan A. General 1. A Traffic Control Plan (TCP) is required 48 hours (excluding weekends) in advance for approval by the City Traffic Engineer. 2. All locations and distances shall be in conformance with the Texas Manual on Uniform Traffic Control Devices, Latest Edition. 3.5 Traffic Control Devices A. Supply and Maintenance 1. All traffic control devices shall be provided by the Contractor as required by the Traffic Control Plan (TCP) and requested by the City Traffic Engineer, Traffic Design Engineer, and Owner. 2. The Contractor may employ a legitimate traffic control device company to supply the required devices. 3. The Contractor is required to supply the Inspector with a 24-hour telephone number of the individual whom is responsible for maintaining the traffic control devices for emergencies. B. Installation 1 It is the Contractor's responsibility to see that all traffic control devices are properly installed and maintained in accordance with the Traffic Control Plan (TCP), the Texas Manual on Uniform Traffic Control Devices, and as requested by the City Traffic Engineer, Traffic Design Engineer, Project Engineer, and Inspector. 2. Anytime a Contractor's vehicle occupies a street open to vehicular traffic, or doing the work in the street for the purpose of hanging heads, erection of poles, cutting and installation of loops, or any other such work, adequate advance warning signs and barricades or cones shall be used as required by the MUTCD and TMUTCD. a. Additionally, all locations not in a road project shall have the "SIGNAL CONSTRUCTION AHEAD" signs and "END CONSTRUCTION" signs on all approaches of the intersection having the new signals or modification installed. 3. Any trenches left overnight as well as any foundations that do not have poles sitting on them or any other such hazard to the public shall be adequately covered and barricaded with reflective standard barricades equipped with warning flashers or as directed by the Engineer. 3.6 Lane Closures and Sidewalk Closures A. Lane Closures 1. Any lane closures or total closures of streets must be approved in advance. 2. A seventy-two (72) hour notice is required on all lane closures and/or total closures. 3. No closures or partial closures shall occur during the peak hours of 7:00 am to 9:00 am and 4:00 pm to 6:00 pm, weekdays. B. Sidewalks 1. Any closures or total closures of existing sidewalks must be approved in advance. 2. A seventy-two (72) hour notice is required on all closures and/or total closures. 3. No sidewalks in the downtown area shall be closed unless authorized by the City Traffic Engineer. 3.7 Maintenance During Construction A. General 1. Any and all maintenance, reattachments to Utility poles or City poles, temporary signals, relocation of signals over lanes, or pole relocations or removals shall be by the Page 7 of 9 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS — 34 41 13.00 December 2016 City of Corpus Christi Standard Specifications for Construction Contractor. 2. The City shall have no maintenance or construction responsibilities during construction except for: a. The timing in the controller cabinet itself, b. Detection equipment, c. Programming. B. Detours 1. During detours, traffic signal heads and video detection cameras must be repositioned by the Contractor to the minimum requirements of the Texas Manual on Uniform Traffic Control Devices and to the directions of the City Traffic Engineer, Traffic Signal Superintendent and/or Inspector. 2. A minimum of two (2) signal heads shall be maintained over the traveled lanes when construction on live intersection requires traffic to move from normally traveled lanes. a. Signal head not over traveled lanes shall be bagged. 3. Left Turns a. Where left turn arrows presently exist and a one -lane detour road will be built as a temporary construction detour, the Inspector, Traffic Engineer, or Traffic Signal Superintendent may require the arrow(s) be eliminated temporarily by the Contractor to facilitate traffic movement. 3.8 Signal Shutdown A. At any location where an existing signal is to be temporarily shut down for the sake of changing from the old controller or service to the new controller or service, the Contractor shall be responsible for arranging and bearing the cost of duly -constituted peace officers in their jurisdiction for directing traffic. 1. Note: Security guards are not considered as Police Officers and shall not be used for this purpose. B. Signal shutdown shall not begin prior to 9:00 AM on weekdays (holidays excluded) and shall be avoided from 4:00 PM to 6:00 PM weekdays. C. Additionally, the City shall not allow an existing traffic signal or flasher system to be turned off and STOP signs used to control traffic. 1. The Contractor shall plan ahead and consider this when planning his project strategy. 2. It is suggested that the new poles be installed as soon as possible and possibly temporarily wired overhead to avoid this problem. 3. Except in highly unusual circumstances, the City will require the Contractor to place the new signals in operation before the old signals are removed. 4. If temporary signals cannot be avoided, the Contractor will be responsible for all temporary signals. 3.9 Signal Turn -On A. City Approval 1. Signals shall be turned on when the City has determined that the location is in adequate condition (wiring, signals, service, etc.) to be turned on safely. a. The City Traffic Engineer or Designee shall make this determination. 2. The Contractor shall not place any signal in operation, either cycling or flashing, under any circumstances unless authorized by the City Traffic Engineer or his Designee. B. Manual Flash Mode 1. Unless otherwise shown on the Drawings, it is the City's policy for new traffic signals to turn on the new system and let it remain in the Manual Flash mode for seven (7) days before the system is switched on to cycling mode. C. Placing Signals in Service 1. The Contractor shall ensure that service has been provided and that all wires are terminated in the cabinet. a. At that point the Contractor shall arrange with the City Inspector for the Traffic Engineer Dept. to conduct an inspection to verify that there are no other circumstances that would delay the turn -on. 2. The City Traffic Engineer shall coordinate with the Traffic Signal Maintenance Operations on turning the signals on to the flash mode through the Inspector. Page 8 of 9 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS — 34 41 13.00 December 2016 City of Corpus Christi Standard Specifications for Construction 3. The Contractor shall have Vendor/Manufacturers representative, personnel and a bucket truck at the site on the day the Traffic Engineer or Traffic Signal Operations turn the signal on to flashing operation for the purpose of uncovering the signals and any necessary overhead work or inspections. 3.10 Preservation of Sod, Shrubbery, and Trees A. The Contractor shall assume full responsibility for the preservation of all sod, shrubbery, and trees at the site during the installation. B. When it becomes necessary to remove any sod, shrubbery, or tree branches, the Contractor shall obtain permission from the Owner of the sod, shrubbery, or tree branches. C. All sod and shrubbery that are removed shall be carefully preserved and replaced in their original position. D. Damaged sod or shrubbery shall be replaced by the Contractor at his expense. 3.11 Inspection Procedures A. Inspection 1. The Contractor shall be responsible for inspection coordination of all elements of the traffic signal system. 2. The only persons authorized to modify the Owner's directions is the City Traffic Engineer and/or his Designee. B. Acceptance 1. Final inspection shall be conducted by the City Traffic Engineer, City Traffic Signal Operations Department, the Contractor and City Construction the Owner. 2. The Contractor shall notify the Traffic Design Engineer forty-eight (48) hours in advance of a desire for final inspection. 3. It will be the Contractor's responsibility to have a bucket truck available at the Final Inspection for inspection of any overhead signal resources. 4. After the Punch List items are completed the signal may be put into Flash Operations for a period of at least seven (7) days if new. 5. If the intersection is an existing it could begin its thirty (30) day test period in normal operation described by the City Traffic Engineer. 6. A Final Letter of Acceptance of the traffic signals will be initiated by the Traffic Design Engineer to Traffic Engineering, after the signal has functioned properly for a period of at least thirty (30) days. 7. If a major malfunction occurs within the thirty (30) day test, the test must be restarted. 3.12 Cleanup A. The Contractor shall leave the intersection area, right-of-way, and any work or storage areas in broom clean condition. B. Dirt areas shall be raked clean and stabilized by Owner approved methods. C. No scraps or debris of any kind shall be left at the site. 3.13 Warranty A. Unless otherwise noted on the Drawings or superseded by the requirements of other Items, the Contractor shall guarantee all items of workmanship and materials to be free from defects for a period of one (1) year from the date of acceptance. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance, and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 9 of 9 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS — 34 41 13.00 December 2016 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 13.13 INSTALLATION OF TRAFFIC EQUIPMENT PART1 GENERAL 1.1 Description A. This specification shall govern all work required for the Installation of Traffic Equipment as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIRMENTS D. 34 41 16.33 TRAFFIC SIGNAL CONTROLLER UNIT E. 34 41 19.13 ELECTRICAL SERVICES FOR TRAFFIC SIGNALING AND CONTROL EQUIPMENT F. 34 41 16.93 POLES AND ASSEMBLIES 1.3 References The latest edition of the referenced item below shall be used. A. National Electrical Code (NEC) B. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 610 — Roadway Illumination Assemblies C. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 625 — Zinc -Coated Steel Wire Strand D. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 636 — Aluminum Signs E. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 685 — Roadside Flashing Beacon Assemblies F. Texas Department of Transportation (TxDOT) Departmental Material Specification DMS - 11170 — Fully Actuated, Solid -State Traffic Signal Controller Assembly G. Texas Department of Transportation (TxDOT) Test Procedure Tex -1170-T — Sampling and Environmental Testing of Traffic Signal Controller Assemblies: Traffic Signal Controllers and Conflict Monitors H. City of Corpus Christi — Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS PART2 PRODUCTS 2.1 General A. Pre -Approved materials and equipment can be found within the City of Corpus Christi — Signalization Standard Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. 3. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. B. Ensure electrical materials conform to the requirements of Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIRMENTS and additional local utility requirements. C. Furnish new materials, unless otherwise noted on the Drawings or instructed by the Owner. D. Ensure all materials conform to the details shown on the Drawings, the requirements of this Page 1 of 3 INSTALLATION OF TRAFFIC EQUIPMENT — 34 41 13.13 December 2016 City of Corpus Christi Standard Specifications for Construction specification, and the pertinent requirements of the following Items: 1. Roadway Illumination Assemblies a. Refer to TxDOT Item 610 2. Zinc -Coated Steel Wire Strand a. Refer to TxDOT Item 625 3. Signal Poles a. Refer to Section 34 41 16.93 POLES AND ASSEMBLIES 4. Conduit a. Refer to Section 34 41 19.13 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT 5. Aluminum Signs a. Refer to TxDOT Item 636 6. Foundations for Traffic Control Devices a. Refer to Drawings 7. Controller Assemblies a. Refer to Section 34 41 16.33 TRAFFIC SIGNAL CONTROLLER UNIT b. Provide controller assemblies that meet the requirements of TxDOT DMS -11170 c. Details shown on the Drawings. 8. Flasher Assemblies a. Refer to TxDOT Item 685 9. Vehicle Signal Heads a. Refer to Section 34 41 16.53 VEHICLE SIGNAL HEADS E. Suppliers 1. Provide control and flasher assemblies from manufacturers prequalified by the Texas Department of Transportation (TxDOT). a. The TxDOT Traffic Operations Division maintains a list of prequalified control and flasher assembly manufacturers. F. Sampling and Testing 1. Sampling and testing of traffic signal controller assemblies will be done in accordance with TxDOT Tex -1170-T. PART 3 EXECUTION 3.1 General Information A. Install traffic controller foundations and pedestal posts in accordance with the drawings. B. Electrical Requirements 1. Make arrangements for electrical services and install and supply materials not provided by the utility company as shown on the Drawings. a. Unless otherwise shown on the Drawings, install 120/240 -volt, single-phase, 70 -Hz AC electrical service. C. Conduit 1. Install conduit and fittings of the sizes and types shown on the Drawings. 2. Conduit of larger size than that shown on the Drawings may be used with no additional compensation, providing that the same size is used for the entire length of the conduit run. 3. Extend conduit in concrete foundations two (2) to three (3) inches above the concrete. 4. Seal the ends of each conduit with silicone caulking or other approved sealant after all cables and conductors are installed. D. Wiring 1. Unless otherwise shown on the Drawings, furnish stranded No. 14 AWG conductors. 2. Install above -ground cables and conductors in rigid metal conduit, except for span wire suspended cables and conductors, drip loops, and electrical wiring inside signal poles. 3. Make power entrances to ground -mounted controllers through underground conduit. 4. Wire each signal installation to operate as shown on the Drawings. 5. Attach ends of wires to properly sized self -insulated solder less terminals. 6. Attach terminals to the wires with a ratchet -type compression crimping tool properly sized to the wire. 7. Place pre -numbered identification tags of plastic or tape around each wire adjacent to wire ends in the controller and signal pole terminal blocks. Page 2 of 3 INSTALLATION OF TRAFFIC EQUIPMENT — 34 41 13.13 December 2016 City of Corpus Christi Standard Specifications for Construction E. Grounding and Bonding 1 Ground and bond the conductors in accordance with the NEC. 2. Ensure the resistance from the grounded point of any equipment to the nearest ground rod is less than fifteen (15) ohm. 3. Install a continuous green insulated copper wire (equipment ground) throughout the electrical system that is the same size as the neutral conductor, but a minimum No. 8 AWG. 4. Connect the equipment ground to all metal conduit, signal poles, controller housing, electrical service ground, ground rods, and all other metal enclosures and raceways. 5. Provide copper wire bonding jumpers that are a minimum No. 8 AWG. 3.2 Controller Assemblies A. Construct controller foundations in accordance with the drawings. B. Immediately before mounting the controller assembly on the foundation, apply a bead of silicone caulk to seal the cabinet base. C. Seal any space between conduit entering the controller and the foundation with silicone caulk. D. Deliver the keys for the controller cabinets to the Traffic Signal Operations Superintendent when the contract is complete. E. Place the instruction manual and wiring diagrams for all equipment in the controller cabinet, inside the controller cabinet. 3.3 Sign Lighting A. Attach sign lighting to traffic signal equipment as shown on the Drawings. 3.4 Intersection Illumination A. Construct luminaires on signal poles as shown on the Drawings as per manufacturer's recommendation and in accordance with TxDOT Item 610. 3.5 Test Period A. Operate completed traffic signal installations continuously for at least thirty (30) days in a satisfactory manner. B. If any Contractor -furnished equipment fails during thirty (30) day test period, repair or replace that equipment. 1. This repair or replacement, except lamp replacement, will start a new thirty (30) day test period. C. Replace materials that are damaged or have failed prior to acceptance. D. Replace failed or damaged existing signal system components when caused by the Contractor. E. The City will relieve the Contractor of maintenance responsibilities upon passing a thirty (30) day performance test of the signal system and acceptance of the project. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance, and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 3 of 3 INSTALLATION OF TRAFFIC EQUIPMENT — 34 41 13.13 December 2016 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 16.23 TRAFFIC SIGNAL CABINET AND ASSEMBLIES PART1 GENERAL 1.1 Description A. This specification shall govern all work required for the furnishing and installing Traffic Signal Cabinet and Assemblies as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 34 41 13.13 INSTALLATION OF TRAFFIC EQUIPMENT E. 34 41 16.33 TRAFFIC CONTROLLER UNIT 1.3 References The latest edition of the referenced item below shall be used. A. TxDOT Standard Specifications for Installation of Highway Traffic Signals B. National Electrical Manufacturers Association (NEMA) Traffic Control Systems Standards Publication C. Texas Manual on Uniform Traffic Control Devices (TMUTCD) D. Manual on Uniform Traffic Control Devices (MUTCD) E. American Association of State and Highway Transportation Officials (AASHTO) Standard Specifications for Structural Support for Highway Signs, Luminaires and Traffic Signals F. City of Corpus Christi Standards G. City of Corpus Christi - Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS B. Documentation 1. Submission shall include complete technical, shop drawings, schematic diagrams, photographs, circuit diagrams, graphs, instruction manuals, and any other necessary documents to fully describe the proposed equipment. 2. At time of delivery, the supplier shall furnish two (2) copies of the programming and operation manuals and two (2) copies of the repair documentation for the equipment. 3. A permanent label / bar code with the serial number and date of manufacture shall be attached to each of the following components: a. Controller Unit (CU) b. Cabinet Power Supply c. Bus Interface Unit (BIU) d. Malfunction Management Unit (MMU) e. Cabinet Shell (on the inside of the cabinet door) 4. A list of serial number and manufacturing dates shall be provided with each shipment. PART2 PRODUCTS 2.1 General A. Pre -Approved materials and equipment can be found within the City of Corpus Christi — Signalization Standard Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. 3. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. Page 1 of 7 TRAFFIC SIGNAL CABINET AND ASSEMBLIES — 34 41 16.23 December 2016 City of Corpus Christi Standard Specifications for Construction B. The intent of this specification is to describe minimum acceptable design and operational requirements for a TS -2 Type 1 cabinet assembly and shall conform to NEMA Traffic Controller Assemblies Standards Publication TS -2-2003 v02.06. C. Cabinet shall include the components listed below to form a completely functional 8 -phase traffic control cabinet (see specifications for individual component requirements). 1. One (1) Traffic Signal Controller Unit in accordance with Section 34 41 16.33 TRAFFIC CONTROLLER UNIT. 2. One (1) Type 16 EDI 16LEip Smart -Monitor Malfunction Management Unit (MMU) with Ethernet Port 3. One (1) Power Supply 4. Four (4) Bus Interface Units (BIUs) 5. Sixteen (16) Load Switches 6. Eight (8) Flash Transfer Relays 7. One (1) Solid State Flasher D. Acceptable cabinet manufacturer is Henke Enterprises, Inc. E. Compatibility Clause 1. This specification covers deviations and extensions above and beyond the standards incorporated. 2. The Terminal Facility, MMU, Cabinet Power Supply, and BIU's must be fully compatible with the specifications as listed. 3. In the case of incompatibility or inconsistency between this specification and those incorporated, this specification shall be followed, unless otherwise noted in the Drawings or by the Owner. 2.2 Cabinet Standards A. Exterior 1. 16 phase cabinets NEMA Size 6 shall be supplied and cabinets shall meet the following criteria: a. Material shall be 5052-H32 0.125 -inch thick aluminum. b. The aluminum shall have mill finish per NEMA TS -2 7.7.3 c. Door hinge shall be of the continuous type with a stainless steel hinge pin. (1) Rivets shall NOT be used to attach the hinge. d. All external fasteners shall be stainless steel. e. The door handle shall be stainless steel. f. Seams around fan or fan mounting plate shall be sealed with clear RTV silicone. g. There shall be no holes in the top of cabinet. h. The doorstop rod shall be stainless steel. (1) The brackets attaching the stop rod to the door and cabinet shall be aluminum and welded in place. B. Shelf Height 1. The cabinet shall have two (2) shelves installed. a. The backboard shall be mounted under the bottom shelf, NOT BEHIND IT. C. Ventilating Fan Assembly 1. Two (2) ventilating fans shall be provided and controlled by one (1) thermostat. 2. Each fan motor shall be equipped with sealed ball bearings. 3. Fans shall be mounted inside the cabinet on the left and right above the door opening behind the front top edge of the cabinet. D. Air Filter Assembly 1. Air filter shall be one (1) piece re -useable aluminum filter and shall be held in place by metal thumbscrews at each corner. 2. Air filter shall be a sixteen -inch (16") x twelve -inch (12") x one -inch (1"). E. Cabinet Light Assembly 1. An eighteen -inch to twenty-four inch (18" to 24") cool white LED light strip with protective lens. 2. The fixture shall be factory made and all components shall be housed in a factory made strip fixture enclosure. 3. An on/off switch that is turned on when the cabinet door is opened and off when it is closed shall activate the cabinet light. Page 2 of 7 TRAFFIC SIGNAL CABINET AND ASSEMBLIES — 34 41 16.23 December 2016 City of Corpus Christi Standard Specifications for Construction 4. This switch shall be wired to place an input to Alarm 1 (BIU #2 Pin 23b) when the cabinet door is opened. F. Pull out Drawer Assembly 1. A pull out drawer shall be installed, centered on the bottom shelf. 2. The drawer shall be made of aluminum and come out on full extension drawer slides. 3. There shall be a compartment for documentation storage. 4. The lid shall be hinged at the rear, to gain access to the storage area. 5. The drawer will be used to store documents as well as support a notebook computer. 6. The drawer slides shall be of the ball bearing type. 7. Dimensions of the drawer shall twenty-four inch (24") wide x thirteen -inch (13") deep x two-inch (2") tall. G. Power Distribution Panel Design and Construction 1. The power panel shall consist of a separate module, securely fastened to the right side wall of the cabinet. 2. The power panel shall be wired to provide the necessary filtered power to the load switches, flasher(s), and power bus assembly. 3. It shall be manufactured from 0.090 -inch, 5052-H32 aluminum with a removable plastic front cover. 4. The panel shall be of such design to allow a technician to access the main and auxiliary breakers without removing the front cover. 5. The power panel shall house the following components: a. A minimum of one (1) 20 amp main breaker. (1) The breaker shall supply power to the controller, MMU, signals, cabinet power supply and auxiliary panels. (2) Breakers shall be at minimum, a thermal magnetic type, U.L. listed for HACR service, with a minimum of 10,000 amp interrupting capacity. b. Two (2) 15 amp, auxiliary breakers. (1) The first breaker shall supply power to the fan, light, utility receptacle and two (2) auxiliary standard receptacles (one on each side of the cabinet) just above the top shelf. (2) The second breaker shall be installed to supply power for video detection equipment. (3) Both circuit breakers line side shall have a jumper between each other and will be fed from an external main circuit breaker. c. An EDCO SHA -1250 (or exact approved equal) surge suppressor shall be installed on the 120V AC incoming line. (1) The alarm output from the suppressor shall be connected so that it places an input to Alarm 2 (BIU #2 Pin 24a) when the unit fails. d. A normally open seventy-five (75) amp solid state relay. e. A minimum of an eight (8) position neutral bus bar capable of connecting three (3) #12 wires per positions shall be provided. f. A minimum of six (6) position ground bus bar capable of connecting three (3) #12 awg wires per position shall be provided. g. Outlet (1) One (1) outlet shall be installed in the cabinet for maintenance use to be mounted and easily available h. Two (2) convenience outlets shall be installed one (1) on each side of the cabinet just above the top shelf to be used for communication equipment. H. Inside Control Panel Switches 1. The inside door panel shall contain three (3) switches: a. AUTO/FLASH, b. STOP TIME ON/OFF. c. TEST/NORMAL 2. Door panel switches shall be hard wired. 3. The AUTO/FLASH switch shall have two (2) positions: a. AUTO, b. FLASH c. This switch shall permit the intersection to flash and allow the CU to cycle. Page 3 of 7 TRAFFIC SIGNAL CABINET AND ASSEMBLIES — 34 41 16.23 December 2016 City of Corpus Christi Standard Specifications for Construction d. When in the FLASH position, this switch shall provide an input to Alarm 3 (BIU #2, Pin 19b) and shall NOT remove power from the CU, MMU, or BIU's. e. When this switch is placed in the AUTO position, it shall NOT initiate the CU start up sequence. 4. The STOP TIME switch shall have two (2) positions a. ON b. OFF c. This switch shall stop time the CU when in the position. 5. The TEST/NORMAL switch shall have two (2) positions: a. TEST b. NORMAL I. Police Panel Switches 1. A locking auxiliary Police door shall be provided within the main door that will allow access to a panel of switches for Police manual control. 2. Police panel shall contain two (2) switches: a. AUTO/FLASH switch shall have: (1) Two (2) positions (a) AUTO (b) FLASH (2) The switch shall operate according to TS -2 section 5.5.3.10 Figure 5-5. (3) When in the flash position, this switch shall provide an input to BIU #2 Pin 22b. (4) When the switch is placed in the AUTO position the CU shall enter the Start -Up Flash see (TS2 3.9.1.1.). b. MANUAL/AUTOMATIC Switch shall have: (1) Two (2) positions (a) Manual (b) Automatic (2) Applies a Manual Control Enable input to the controller and will allow the Manual Advance Push Button to be active. (3) Switch shall override any external controls in effect. c. Signal Manual Advance Push Button shall have: (1) Shall be on a six-foot (6') cord. (2) The switch shall have a Manual Advance push button switch as specified in TS -2 section 3.5.5.5 item 6 &7. J. Cables 1. All cables shall be of sufficient length to access any shelf position. 2. All cables shall be encased in a protective sleeve along their entire length. 3. The cabinet shall be equipped with two (2) extra Port 1 (SDLC) cables, properly terminated for use. 4. Shall provide power adapters for TS -2 Type 1 and TS -2 Type 2 Controller Unit. K. Flash Operation 1. When the cabinet is in MMU Flash, BIU #2 Pin 23a shall also be asserted. L. Wire Termination 1. All connector -wiring harnesses shall terminate all wires on the terminal blocks, whether the wires are utilized or not. 2. This shall pertain to all devices being installed at the factory or in the field. M. Backboards 1. The terminals and facilities (TF) shall be a sixteen (16) position, NEMA Type 1 Configuration four (4) as shown in TS -2 5.3.1.1 Table 5.2. 2. Load switches shall be arranged as follows: a. LS1-LS8 shall be wired and labeled as Vehicle Channels. b. LS9-LS12 shall be wired and labeled as Pedestrian Channels. c. LS13-LS16 shall be wired and labeled as Overlap Channels. 3. All wires terminated behind the backboards as well as any additional panels shall be soldered. a. No pressure or solderless connectors shall be used. 4. The backboard shall be hinged at the bottom, and be secured at the top with thumbscrews or wing nuts. Page 4 of 7 TRAFFIC SIGNAL CABINET AND ASSEMBLIES — 34 41 16.23 December 2016 City of Corpus Christi Standard Specifications for Construction a. The thumbscrews or wing nut shall be retained such that when loosened to access the backboard they will not become separated and fall. b. The backboard shall pivot a minimum of ninety degrees (90°) from the vertical position to the horizontal position, with no interference, to facilitate access to wiring and components on the back of the panel. c. The Back -Board shall be centered on the back panel of the cabinet. N. Section 5.3.5 Power Supply: NEMA Traffic Control Systems Standard Publication TS 2-2003 v02.06 1. Shall be amended to provide a power connection adapter for TS2 Type 1 Controller Units. O. INPUT/OUTPUT Terminals 1. As a minimum, terminals shall be provided for the input/output signals listed in NEMA TS - 2 5.3.1.2 Table 5-3 for configuration 1 and the following: Function Purpose Alarm 1 Cabinet Door Open Alarm 2 Lightning Suppression Fail Alarm 3 Technician Flash Alarm 4 UPS Status P. Control er Unit Power Up 1. The CU shall be powered through the "Start -Delay Relay" circuit of the MMU. Q. Flashing Operation 1. All cabinets shall be wired to flash RED for all phases. 2. Flashing display shall alternate between phases 1-4 and phases 5-8. R. Detector Rack 1. Two (2) detector racks shall be installed in the cabinet. 2. The detector rack shall conform to NEMA configuration 2 (NEMA TS -2 5.3.4). 3. Each rack shall be addressable for BIU8 — BIU11 S. Field Terminal Locations 1. Field terminals shall be located at the bottom of the backboard. 2. Their order shall be left to right beginning with Phase one (1) and following the order of the load switches. 3. Screw type terminal shall be used. T. Bus Interface Unit 1. Bus interface units (BIUs) shall as a minimum meet all NEMA Traffic Control Systems Standard Publication TS -2 Section 8 requirements. 2. All BIUs shall provide three (3) separate front panel indicator light emitting diode (LED) for: a. Power, b. Transmit, c. Valid Data. 3. Cabinets shall be provided with four (4) BIUs: a. Two (2) for Terminals and Facilities (TF) b. Two (2) for detector rack. U. Cabinet Power Supply 1. The cabinet power supply shall as a minimum meet all NEMA Traffic Control Systems Standard Publication TS -2 Section 5.3.5 requirements. 2. All power supplies shall also provide a separate front panel indicator LED for each of the four (4) outputs. 3. Front panel banana jack test points for 24 VDC and logic ground shall be provided. 4. The cabinet power supply shall be shelf mounted and shall not be attached to the back panel or shelf. V. Flash Transfer Relays 1. All eight (8) flash transfer relays shall as a minimum meet NEMA Traffic Control Systems Standard Publication TS -2 Section 6 requirements. W. Load Switches 1. All load switches shall as a minimum meet NEMA TS -2 Section 6 requirements. X. Inductive Loop Detector Page 5 of 7 TRAFFIC SIGNAL CABINET AND ASSEMBLIES — 34 41 16.23 December 2016 City of Corpus Christi Standard Specifications for Construction 1. Section 6 NEMA Traffic Control Systems Standard TS -2 — 2003 v02-06 shall be amended to delete section 6.5 "Inductive Loop Detectors". Y. Power Connector Adapter 1. Section 5.3.5 of NEMA TS -2 2003 v02.06 shall be amended to provide a power connector adapter for TS2 Type 2 as well as a connector for TS2 Type 1 Controller Units. 2.3 Malfunction Management Unit 1. The only acceptable Malfunction Management Unit (MMU) Types are as listed within the City of Corpus — Signalization Standard Product List. 2.4 Controller Unit A. To maintain compatibility with City of Corpus Christi Traffic Signal Operations System, the only acceptable Traffic Controller Units are as listed within the City of Corpus — Signalization Standard Product List. 2.5 Ethernet Connectivity Interface 1. The only acceptable Ethernet Connectity Devices are listed within the City of Corpus — Signalization Standard Product List. 2.6 Warranty Statement A. Warranty Coverage 1. The supplier of equipment shall warranty their product to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. B. Length of Warranty 1. The term of warranty shall be a minimum of one (1) year from the date of project acceptance for all equipment. a. Vendor shall state length of warranty in writing. C. Parts Availability 1. The supplier of equipment shall be able to provide replacement parts for a minimum of five (5) years after the warranty expires. D. Replacement Coverage 1. All units shall be covered as follows: a. If a malfunction occurs during the warranty period, the supplier shall, within two (2) weeks after notification, furnish a like unit, module, or auxiliary equipment for use while the warranted unit is being replaced. E. Reliability Clause 1. While under warranty, the isolation and repair of any unit malfunction shall be the responsibility of the supplier. 2. Any unit experiencing a total of three (3) failures that has twice been returned to the supplier for repair shall be replaced with a new unit of the same type at no charge to the City. 3. The replacement unit's warranty shall be that of a new unit 4. Note: Malfunctions do not include damage caused by lighting, power surges, negligence, acts of God, or use of equipment in a manner not originally intended by its manufacturer 5. Shipping and Handling a. During warranty period shipping shall be handled as follows: (1) The City will pay for shipping the unit to the vendor and the vendor will pay for return shipping the repaired unit to the City/ PART 3 EXECUTION 3.1 General Information A. Compatibility Clause 1. This specification covers deviations and extensions above and beyond the standards incorporated. 2. The Terminal Facility, MMU, Cabinet Power Supply and BIU's must be fully compatible with the specifications as listed above. Page 6 of 7 TRAFFIC SIGNAL CABINET AND ASSEMBLIES — 34 41 16.23 December 2016 City of Corpus Christi Standard Specifications for Construction 3. In the case of incompatibility or inconsistency between this specification and those incorporated, this specification shall be followed. B. Documentation 1 All cabinets shall include complete technical, shop drawings, schematic diagrams, photographs, circuit diagrams, graphs, instruction manuals, and any other necessary documents to fully describe the proposed equipment. 2. At the time of delivery, the supplier shall furnish two (2) copies of the programming and operations manuals and two (2) copies of the repair documentation for the equipment. 3. A permanent label / bar code with the serial number and date of manufacture shall be attached to each of the following components: a. Controller Unit (CU) b. Bus Interface Unit (BIU) c. Malfunction Management Unit (MMU) d. Cabinet Shell (on the inside of cabinet door) 4. A list of serial number and manufacturing dates shall be provided with each shipment. C. Warranty Statement 1. Warranty Coverage a. The supplier of equipment shall warranty their product to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. 2. Length of Warranty a. The term of warranty shall be one (1) year from date of project acceptance for all equipment. b. Vendor shall state length of warranty in writing. 3. Parts Availability a. The supplier of equipment shall be able to provide replacement parts for a minimum of five (5) years after the warranty expires. 4. Replacement Coverage a. All units shall be covered as follows: (1) If a malfunction occurs during the warranty period, the supplier shall, within two (2) weeks after notification, furnish a like unit, module, or auxiliary equipment for use while the warranted unit is being repaired. 5. Reliability Clause a. While under warranty, the isolation and repair of any unit malfunction shall be the responsibility of the supplier. b. Any unit experiencing a total of three (3) failures that has twice been returned to the supplier for repair shall be replaced with a new unit of the same type at no charge to the City. c. The replacement unit's warranty shall be that of a new unit. (1) Note: Malfunctions do not include damage caused by lighting, power surges, negligence, acts of God, or use of equipment in a manner not originally intended by its manufacturer. 6. Shipping & Handling a. During warranty period shipping shall be handled as follows: (1) The vendor/manufacturer will pay for sending and return shipping of any unit that is to be repaired. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance, and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 7 of 7 TRAFFIC SIGNAL CABINET AND ASSEMBLIES — 34 41 16.23 December 2016 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 16.33 TRAFFIC SIGNAL CONTROLLER UNIT PART1 GENERAL 1.1 Description A. This specification shall govern all work required for the furnishing and installing of Traffic Signal Controller Unit as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 032020 REINFORCING STEEL E. 038000 CONCRETE STRUCTURES 1.3 References The latest edition of the referenced item below shall be used. A. ANSI/SCTE 77 — Specification for Underground Enclosure Integrity B. National Electrical Manufacturers Association (NEMA) C. National Electrical Manufacturers Association (NEMA) Traffic Controller Assemblies Standards D. City of Corpus Christi — Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS PART2 PRODUCTS 2.1 General A. Pre -Approved materials and equipment can be found within the City of Corpus Christi — Signalization Standard Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. 3. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. B. A TS -2 -Type 2 Controller Unit (CU) as per NEMA Traffic Controller Assemblies Standards Publication TS -2 — 2003. 2.2 Controller Unit A. To maintain compatibility with City of Corpus Christi Traffic Signal Operations System, the only acceptable Traffic Controller Units are as listed within the City of Corpus Christi — Signalization Standard Product List. 2.3 Documentation A. Each controller shall be provided with the following documentation: one service manual per unit, which includes a theory of operation, operating instructions, and basic troubleshooting information. 2.4 Warranty and Support A. The controller equipment furnished shall be new of the latest design, fabricated in a first class workmanship manner from best quality materials. B. The manufacturer shall replace and install free of charge to the Owner any part or component that fails in any manner by reason of defective material or workmanship within a Page 1 of 2 TRAFFIC SIGNAL CONTROLLER UNIT - 34 41 16.33 December 2016 City of Corpus Christi Standard Specifications for Construction period of five (5) years from the date of delivery to City Signal Shop. C. The successful bidder shall provide a minimum of one (1) day factory certified training class and support in the operational use and care of the equipment for the benefit of the City Traffic Signal Operations. 2.5 Foundation A. General 1. Refer to drawings for foundation details. 2. The work shall include furnishing and installing anchor bolts, concrete, reinforcing materials, excavation, post with fittings, ground rod, pull box, conduit, and other incidentals required for a complete foundation as shown on the detail. B. Materials 1. Concrete a. Concrete shall be 3,000 psi strength at twenty-eight (28) days in accordance with section 03 31 11.13 CONCRETE STRUCTURES. 2. Reinforcing Steel a. Shall be in accordance with section 03 21 11.13 REINFORCING STEEL. 3. Anchor Bolts a. Anchor bolts shall be completely galvanized and of the dimensions shown on the Standard Detail. 4. Ground Box a. One (1) Type (C) 17" x 30" x 12" Ground Box, unless otherwise shown on the Drawings. PART 3 MEASUREMENT AND PAYMENT 3.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance, and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 2 of 2 TRAFFIC SIGNAL CONTROLLER UNIT - 34 41 16.33 December 2016 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 16.43 GROUND BOXES PART1 GENERAL 1.1 Description A. This specification shall govern all work required for the furnishing and installation of Ground Boxes as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 032020 REINFORCING STEEL E. 038000 CONCRETE STRUCTURES 1.3 References The latest edition of the referenced item below shall be used. A. Texas Department of Transportation (TxDOT) Traffic Operations Division B. Texas Department of Transportation (TxDOT) Departmental Material Specification DMS - 11070 — Ground Boxes C. Western Underground Standards D. City of Corpus Christi — Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS PART2 PRODUCTS 2.1 General A. Pre -Approved materials and equipment can be found within the City of Corpus Christi — Signalization Standard Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. 3. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. 2.2 Materials A. To maintain compatibility with City of Corpus Christi Traffic Signal Operations System, the only acceptable Ground Boxes are as listed within the City of Corpus Christi — Signalization Standard Product List. 1. Cover Labels Legibly imprint the cover with the appropriate message from the following table in letters at least one -inch (1") high: For Ground Boxes Containing Wiring for: Label with Message Traffic signal systems and systems that contain illumination powered by the signal electrical service "Traffic Signals" Illumination systems "Danger High Voltage Illumination" Traffic management systems "Danger High Voltage Traffic Management" Page 1 of 2 GROUND BOXES — 34 41 16.43 December 2016 City of Corpus Christi Standard Specifications for Construction Sign illumination systems "Danger High Voltage Sign Illumination" Other electrical systems not shown above "Danger High Voltage" PART 3 EXECUTION 3.1 General Information A. Equipment 1. Provide the machinery, tools, and equipment necessary for proper prosecution of the work. 2. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. B. Construction 1. Construct and/or place ground boxes in accordance with the appropriate requirements of this specification and the Drawings. 2. Must be installed flush with finished grade. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance, and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 2 of 2 GROUND BOXES — 34 41 16.43 December 2016 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 16.53 VEHICLE SIGNAL HEADS PART1 GENERAL 1.1 Description A. This Item shall govern for furnishing and installing vehicle signal heads as shown on the Drawings. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS 1.3 References The latest edition of the referenced item below shall be used. A. Information Technology Equipment (ITE) B. Texas Manual on Uniform Traffic Control Devices (Texas MUTCD) C. Equipment and Materials Standards of the Institute of Transportation Engineers D. City of Corpus Christi - Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS. B. Warranty documents from the manufacturer of the products. PART2 PRODUCTS 2.1 General A. Pre -Approved materials and equipment can be found within the City of Corpus Christi — Signalization Standard Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. 3. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. B. A traffic signal head (comprised of one or more signal sections). C. The indication shall be visible at all locations within fifteen degrees (15°) of the optical axis. D. All materials furnished by the Contractor shall be new. E. All heads shall be in compliance with the Texas MUTCD. 2.2 Equipment and Materials: Furnish with only new materials A. Definitions 1. Back Plate. A thin strip of material extending outward from all sides of a signal head. 2. LED Optical Unit. The LED lens and associated supporting parts in a signal section. 3. Louver. A device mounted to the visor restricting signal face visibility. 4. Signal Section. One housing case, housing door, visor, and optical unit. 5. Signal Face. One section or an assembly of 2 or more sections facing one direction. 6. Signal Head. A unidirectional face or a multidirectional assembly of faces including back plates and louvers when required, attached at a common location on a support. B. General. Provide vehicle signal heads in accordance with Texas Department of Transportation (TxDOT) DMS -11120, "Vehicle Signal Heads." Provide vehicle signal heads from manufacturers prequalified by the Texas Department of Transportation. The TxDOT Traffic Operations Division maintains a list of prequalified vehicle signal head manufacturers. Supply on black polycarbonate signal head components that are of the same material and Page 1 of 3 VEHICLE SIGNAL HEADS — 34 41 16.53 December 2016 City of Corpus Christi Standard Specifications for Construction manufacturer for any one project. Use stainless steel bolts, nuts, washers, lock washers, screws, and other assembly hardware. When dissimilar metals are used, ensure the metals are selected or insulated to prevent corrosion. Use closed -cell silicone or closed -cell neoprene gaskets. C. Equipment 1. Provide the machinery, tools and equipment necessary for proper prosecution of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. D. Traffic Signal Design Requirement 1. The traffic signal head shall be constructed of sturdy polycarbonate resin, and shall be ultraviolet stabilized having a minimal tensile strength of 8,000 psi. All screws, latching bolts, and hinge pins shall be stainless steel. 2. The signal housing shall be ribbed to produce the strongest possible assembly consistent with lightweight. The left and right of each section shall include a heavy duty serrated ring, which will allow positive orientation in 5 -degree increments. The housing shall be one piece and shall be complete with openings left and right to accommodate standard 1 1/2 inch pipe size signal brackets. The individual signal housing sections shall be fastened together by means of attaching bolts and washer plates. The housing shall be Flat Black in Color. The housing door shall be polycarbonate and single piece. The door shall be attached to the housing with two hinged lugs and pins. Neoprene gasket shall be provided between the door and housing. The door shall be Flat Black in color. A removable polycarbonate tunnel visor shall be mounted onto the door by means of four stainless steel screws. The tunnel visor shall be Flat Black in color. The signal heads shall have a louvered or slotted back plate. 3. The LED assembly shall be seated in a neoprene gasket, which fits into the lens mounting cavity on the door. The lens shall be held in place by four retaining slotted clips and fastened with four stainless steel screws. The lens and its gasket shall be removable and replaceable with simple hand tools. E. Equipment 1. Provide the machinery, tools and equipment for proper installation of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. F. Construction 1. Assembly a. Assemble individual signal sections in multi -section faces in accordance with the manufacturer's recommendations to form a rigid signal face. Assemble and mount signal heads as shown on the plans. Install louvers and back plates in accordance with manufacturer's recommendations. Close any openings in an assembled signal head with a plug of a same material and color as the head. 2. Wiring b. Wire each optical unit to the terminal block located in that signal section by means of solderless wire connectors or binding screws and spade lugs. Wire all sections of a multi section signal face to the section terminal blocks in which the traffic signal cable is terminated. Maintain the color coding on leads from the individual optical units throughout the signal head, except for the traffic signal cable. Use solderless wire connectors or binding screws and spade lugs for connections to terminal blocks. Use binding screws and spade lugs for field wiring. PART 3 EXECUTION 3.1 General A. All Work shall be in accordance with the Contract, Specifications, Drawings, manufacturer recommendations, and industry standards. In the event that one requirement conflicts with another the more stringent requirement shall be followed, unless directed otherwise by the Owner. Page 2 of 3 VEHICLE SIGNAL HEADS — 34 41 16.53 December 2016 City of Corpus Christi Standard Specifications for Construction 3.2 Signal Head A. Assembly 1. Assemble and mount signal heads as shown on the plans. 2. Install louvers and back plates in accordance with the manufacturer's recommendations. 3. Close any openings in an assembled signal head with a plug of the same material and color as the head. 4. When installing a retrofit replacement LED traffic signal lamp unit into an existing signal housing, only remove the existing lens, reflector, and incandescent lamp; fit the new unit securely in the housing door; and connect the new housing unit to the existing electrical wiring or terminal block by means of simple connectors. 3.3 Warranty A. The Contractor shall provide all warranty documents from the manufacturer of the products to the City. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance, and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 3 of 3 VEHICLE SIGNAL HEADS — 34 41 16.53 December 2016 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 16.63 PEDESTRIAN SIGNAL PART1 GENERAL 1.1 Description A. This Item shall govern for furnishing and installing Pedestrian Signal as shown on the Drawings. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 34 41 16.33 TRAFFIC SIGNAL CONTROLLER UNIT 1.3 References The latest edition of the referenced item below shall be used. A. Information Technology Equipment (ITE) B. Texas Manual on Uniform Traffic Control Devices (Texas MUTCD) C. Equipment and Materials Standards of the Institute of Transportation Engineers D. City of Corpus Christi — Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS. B. Warranty documents from the manufacturer of the products. PART2 PRODUCTS 2.1 General A. Pre -Approved materials and equipment can be found within the City of Corpus Christi — Signalization Standard Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. 3. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. B. All materials furnished by the Contractor shall be new. C. All heads shall be in compliance with the Texas MUTCD. 2.2 Equipment and Materials A. Signal Head 1. Provide pedestrian signal heads in accordance with TxDOT DMS -11130, "Pedestrian Signal Heads" and 2. Supply either aluminum or polycarbonate signal head components that are of the same material and manufacturer for any one project. 3. Use stainless steel, or dichromate sealed aluminum bolts, nuts, washers, lock washers, screws, and other assembly hardware. a. When dissimilar metals are used, ensure the metals are selected or insulated to prevent corrosion. 4. Use closed -cell silicone or closed -cell neoprene gaskets. B. Pedestrian Signal Module 1. Materials a. Ensure electrical materials and construction methods conform to the current National Electric Code (NEC) and additional local utility requirements. b. Materials used for the lens and LED module construction shall conform to ASTM Page 1 of 8 PEDESTRIAN SIGNAL — 34 41 16.63 December 2016 City of Corpus Christi Standard Specifications for Construction specifications where applicable. c. Enclosures containing the power supply and electronic components of the LED module shall be made of UL94VO flame retardant materials. d. The lens of the LED module is excluded from this requirement. e. Ensure all materials and construction methods conform to the requirements of this Item and the following pertinent requirements: (1) Signal Heads (2) Section 34 41 16.33 TRAFFIC SIGNAL CONTROLLER UNIT (3) Signal Indications (a) "Pedestrian Traffic Control Signal Indications" published in the Equipment and Materials Standards of the Institute of Transportation Engineers, (referred to in this document as "PTCSI"). (4) National Electric Code (NEC); (5) American Society for Testing and Materials (ASTM). 2. General a. Modules designed as retrofit replacements for existing pedestrian signal indication lamps shall not require special tools for installation. b. Retrofit replacement modules shall fit into existing pedestrian signal housings built for the PTCSI sizes of the "walking person" and "hand" icon pedestrian signal indication Standard without modification to the housing, see PTCSI 4.2.1 for housing sizes. c. All LED's used shall be rated for 100,000 hours of continuous operation over a temperature range of -40°C to +74°C. d. The modules shall be rated for a minimum life of 72 months. e. Modules shall meet all parameters of this specification throughout this 72 -month period. f. Installation of a retrofit replacement module into an existing pedestrian signal housing shall only require the removal of the existing optical unit components, i.e., lens, lamp module, gaskets, and reflector; shall be weather tight and fit securely in the housing; and shall connect directly to existing electrical wiring. 3. Module a. The retrofit module shall be capable of replacing the optical unit. (1) The module lens may be a replaceable part without the need to replace the complete module. (2) The walking person and hand icons (16"x18" size only) shall be full (not outlines). (3) The countdown digits shall be made up of two (2) rows of LEDs. (4) Each digit shall be a minimum of seven inches (7") in height. b. For each nominal message bearing surface (module) size, use the corresponding H (height) and W (width): (1) Bearing Surface — H (2) Module Size — 16 x 18 inch (3) Icon Height — Min 7 inch (4) Icon Width — 7 inch (5) Countdown Height — Min 9 inch (6) Countdown Width — 6.5 inch c. The units shall not have any attachments or options that will allow the mode to be changed from counting the clearance cycle, to the full walk/don't walk cycle. d. The module shall be a single, self-contained device, not requiring on-site assembly for installation into existing traffic signal housing. e. The power supply shall be designed to fit and mount inside the pedestrian signal module. f. The assembly and manufacturing process for the module shall be designed to assure all internal LED and electronic components are adequately supported to withstand mechanical shock and vibration from high winds and other sources. 4. Environmental Requirements a. The module shall be rated for use in the ambient operating temperature range, measured at the exposed rear of the module, of -40 to +165°F. b. The pedestrian module shall be designed to meet NEMA 250 Hose down Test. c. The test is to be conducted on a stand-alone unit. d. No protective housing shall be used. e. The module lens shall be UV stabilized. Page 2 of 8 PEDESTRIAN SIGNAL — 34 41 16.63 December 2016 City of Corpus Christi Standard Specifications for Construction 5. Signal LENS a. The lens of the LED pedestrian and countdown signal modules shall be polycarbonate UV stabilized and a minimum of 1/4" thick. b. The exterior of the lens of the LED pedestrian and countdown signal module shall be smooth and frosted to prevent sun phantom. 6. Module Identification a. Each module shall be identified on the backside with the manufacturer's name, model numbers and serial number. b. The following operating characteristics shall be identified: nominal voltage, power consumption, wattage and Volt -Ampere. 7. Photometric Requirements a. Luminance, Uniformity & Distribution (1) For a minimum period of 72 months, the maintained minimum luminance values for the modules under normal operating conditions shall not be less than 5300 cd/m2 for the Walking Person icon and 3750 cd/m2 for the Hand icon when measured perpendicular to the surface of the module at nine (nine) separate points on the icon. (2) These values may decrease up to 50% of these table values beyond 15° from the perpendicular in either to the left or right on a horizontal plane. (3) The uniformity of the walking person and hand icons' illumination shall meet a ratio of not more than 1 to 5 between the minimum and maximum luminance measurements (in Cd/m2). b. Chromaticity (1) The standard colors for the LED Pedestrian Signal Module shall be White for the walking person and Portland Orange for the hand icon and countdown digits. 8. Electrical a. General (1) All wiring and terminal blocks shall meet the requirements of Section 13.02 of the VTCSH Standard. (2) Three secured, color coded, 36 in long 600 V, 16 AWG minimum, jacketed wires, conforming to the National Electrical Code, rated for service at +105°C, are to be provided for electrical connection. (3) Each LED signal module shall be designed so that there is no noticeable light output when connected to rated voltage through an impedance of 15 Kohm (either resistive or capacitive). (4) The signal module shall be designed so that, under normal operation, an AC voltage of no greater than 10 volts RMS shall be developed across the unit when it is connected in series with any value of impedance greater than 15 Kohms and for any applied AC voltage between 95 and 135 volts RMS that is connected across this series combination. (5) In addition, the signal module shall be designed so that the voltage across the module shall reduce in value to less than 10 volts RMS within 100 msec when the module is switched off by any solid state switch or switch pack having an impedance of 15 Kohms or greater. b. Voltage Range (1) LED modules shall operate from a 60 +3 Hertz ac line power over a voltage range from 80 to 135 VAC RMS. (2) The current draw shall be sufficient to ensure compatibility and proper triggering and operation of load current switches and conflict monitors. (3) Nominal operating voltage for all measurements shall be 120 +3 Volts rms. (4) Fluctuations in line voltage over the range of 80Vac to 135Vac shall not affect luminous intensity by more than +10%. (5) The LED circuitry shall prevent flickering at less than 100 Hz over the voltage range stated above. (6) The modules shall be designed and constructed so that the failure of a single LED will not result in the loss of additional LEDs. (7) There should be no illumination of the module when the applied voltage is less than 35 VAC RMS. To test for this condition the each icon must first be fully illuminated at the nominal operating voltage. The applied voltage shall then be reduced to the point where there is no illumination. This point must be greater than 35 VAC RMS. Page 3 of 8 PEDESTRIAN SIGNAL — 34 41 16.63 December 2016 City of Corpus Christi Standard Specifications for Construction (8) Turn -On and Turn -Off Time (a) Each icon of the module shall reach 90% of their full illumination (turn -on) within 100 ms. of the application of the nominal operating voltage. (b) The modules shall not be illuminated (turn-off) after 100 ms. of the removal of the nominal operating voltage. (9) For abnormal conditions when nominal voltage is applied to the unit across the two phase wires (rather than being applied to the phase wire and the neutral wire) the pedestrian signal unit shall default to the hand symbol. c. Transient Voltage Protection (1) The module's on -board circuitry shall include voltage surge protection to withstand high -repetition noise transients and low -repetition high energy transients as stated in Section 2.1.6, NEMA Standard TS -2, 1998, or the latest version. d. Electronic Noise (1) The modules and associated on -board circuitry must meet Federal Communications Commission (FCC) Title 47, Sub Part B, Section 15 regulations concerning the emission of electronic noise. e. Power Factor (PF) and AC Harmonics (1) The modules shall provide a power factor of 0.90 or greater when operated at nominal operating voltage, and 77°F. (2) Total harmonic distortion induced into an AC power line by the module, operated at nominal operating voltage, at 77°F shall not exceed 20%. f. Module Functions (1) Cycle (a) The module shall operate in one mode: i. Clearance Cycle Countdown Mode Only (b) The module will start counting when the flashing clearance signal turns on and will countdown to "0" and turn off when the steady "Don't Walk" signal turns on. Module will not have user accessible switches or controls for modification of cycle. (2) Learning Cycle (a) At power on, the module enters a single automatic learning cycle. (b) During the automatic learning cycle, the countdown display shall remain dark. (3) Cycle Modification (a) The unit re -programs itself if it detects any increase or decrease of Pedestrian Timing. (b) The counting unit will go blank once a change is detected and then take one complete pedestrian cycle (with no counter during this cycle) to adjust its buffer timer. (4) Recycling (a) The module shall allow for consecutive cycles without displaying the steady Hand icon ("Don't Walk"). (5) Preemption (a) The module shall recognize preemption events and temporarily modify the crossing cycle accordingly. (b) If the controller preempts during the walking man, the countdown will follow the controller's directions and will adjust from walking man to flashing hand. (c) It will start to count down during the flashing hand. If the controller preempts during the flashing hand, the countdown will continue to count down without interruption. (d) The next cycle, following the preemption event, shall use the correct, initially programmed values. (6) "Don't Walk" Steady (a) If the controller output displays Don't Walk steady condition and the unit has not arrived to zero or if both the hand and man are dark for some reason, the unit suspends any timing and the digits will go dark. g. Quality Assurance (1) General (a) Unless otherwise specified all of the test will be conducted at an ambient temperature of 77°F and at the nominal operating voltage of 120 VAC RMS. Page 4 of 8 PEDESTRIAN SIGNAL — 34 41 16.63 December 2016 City of Corpus Christi Standard Specifications for Construction (b) The following production quality assurance tests shall be performed on each new module prior to shipment. (c) Before any measurements are made, the unit shall be energized at the rated voltage for a 30 -minute burn -in period at an ambient temperature of +77°F. (d) Following the burn -in period, the initial luminous intensity shall be measured. (e) A single point measurement with a correlation to the intensity requirement of Section 1.04 of VTCSH for circular indications may be used. (f) The current flow and power factor shall also be determined. (g) Units found to have parameters outside the ranges allowed by this specification shall be rejected. (h) The modules shall be manufactured in accordance with a vendor quality assurance (QA) program. (i) The QA program shall include two types of quality assurance: i. design quality assurance ii. production quality assurance. (j) QA process and test result documentation shall be kept on file for a minimum period of seven years. (2) Conformance (a) The module designs not satisfying design qualification testing and the production quality assurance testing performance requirements shall not be labeled, advertised, or sold as conforming to this specification. (3) Design Qualification Assurance (a) Design Qualification testing shall be performed on new module designs, and when a major design change has been implemented on an existing design. (b) Unless otherwise specified, all of the tests shall be conducted on the same set of randomly selected modules, hereafter called the sample set, at an ambient temperature of 77°F and at the nominal operating voltage of 120 VAC RMS. (c) Testing shall be performed once every 5 years or when the module design or LED technology has been changed. (d) Test data shall be retained by the module manufacturers for a minimum period of 7 years and for a period of at least 5 years beyond the last date of manufacture of that model type. (4) Production Quality Assurance (a) All new modules shall undergo Production Quality Assurance testing prior to shipment. (b) Failure of any module to meet requirements of the QA tests shall be cause for rejection. (c) QA test results shall be maintained for a period of 4 years. (d) The production quality assurance shall include statistically controlled routine tests to ensure minimum performance levels of modules built to meet this specification. (e) Prior to packaging for shipment, each module shall be visually inspected for any exterior physical damage or assembly anomalies. (f) Careful attention shall be paid to the surface of the lens to ensure there are no scratches (abrasions), cracks, chips, discoloration or other defects. (5) Delivery and Acceptance (a) Compatibility with a controller unit, conflict monitor and load switch will be tested by connecting the module under test to the output of a standard load switch connected to a variable AC voltage supply with the output of the load switch in the off state. (b) The AC voltage developed across each LED module so connected shall not exceed ten (10) Vrms as the input to the LED module is varied from 95 Vrms to 135 Vrms. h. Warranty (1) LED signal modules shall be replaced or repaired if it fails to function as intended due to workmanship or material defects within the first 60 months from date of delivery. C. Pedestrian Detectors Page 5 of 8 PEDESTRIAN SIGNAL — 34 41 16.63 December 2016 City of Corpus Christi Standard Specifications for Construction 1. Ensure the push-button assembly is weather -tight and tamper -proof, is designed to prevent an electrical shock under any weather condition, has provisions for grounding in accordance with the NEC, and is in compliance with the Americans with Disabilities Act (ADA). 2. Supply a sturdy 2 -piece cast -aluminum housing unit consisting of a base housing and a removable cover. 3. Ensure the internal components provide a push button with normal open contacts, and include all electrical and mechanical parts required for operation. 4. Supply housing or an adapter (saddle) that conforms to the pole shape, fitting flush to ensure a rigid installation. 5. Supply adapters of the same material and construction as the housing. 6. Provide threaded holes for 0.5 -in. conduit in the housing for any necessary conduit attachment. 7. Close unused openings with a weather -tight closure painted to match the housing. 8. Provide a 0.75 -in. hole with an insulating bushing through the back of the housing. 9. Meet the paint requirements of Signal Heads for the complete body of the housing. 10. Ensure the manufacturer's name or trademark is located on the housing. 11. Supply push-button switches that have single -pole, single -throw contacts and screw-type terminals and have a design life of at least 1 million operations. 12. Use sheet aluminum having a minimum thickness of 0.080 in. for information signs for push buttons. D. Accessible Pedestrian Signal (APS) Units. 1. Supply an APS that includes a pedestrian sign, a pushbutton, and an audible speaker contained in one unit and with the following features: a. Vibrating tactile arrow. b. Pushbutton locator tone. c. Automatic volume adjustment - 60 dB range. d. Actuation indicator -tone and light. e. Extended button press which can be used to request a louder WALK signal and locator tone for subsequent clearance interval. f. Weather-proof speaker protected by a vandal proof screen. g. Pole unit and the central control unit shall be rated for the following temperature range: -30°F to +165°F. h. Audible pedestrian signal units shall be operationally compatible with controllers currently used by the City, Texas Department of Transportation, and any other Texas government entities. (1) In the case of conflicts between specifications, the latest City specifications will control. i. Supply a central control unit (CCU) for the pushbutton detector unit that resides in the Traffic Signal Controller Cabinet capable of controlling a minimum of 8 units. (1) Ensure the CCU is capable of controlling up to 4 phases. (2) Ensure that all inputs and outputs on the CCU have Transient Voltage Protection. E. Pole 1. Shall be in accordance with Section 34 41 16.93 POLES AND ASSEMBLIES PART 3 EXECUTION 3.1 General A. All Work shall be in accordance with the Contract, Specifications, Drawings, manufacturer recommendations, and industry standards. 1. In the event that one requirement conflicts with another the more stringent requirement shall be followed, unless directed otherwise by the Owner. 3.2 Signal Head A. Assembly 1. Assemble individual signal sections in multi -section faces in accordance with the manufacturer's recommendations to form a rigid signal face. 2. Assemble and mount signal heads as shown on the plans. 3. Install louvers and back plates in accordance with the manufacturer's recommendations. Page 6 of 8 PEDESTRIAN SIGNAL — 34 41 16.63 December 2016 City of Corpus Christi Standard Specifications for Construction 4. Close any openings in an assembled signal head with a plug of the same material and color as the head. 5. When installing a retrofit replacement LED traffic signal or pedestrian signal lamp unit into an existing signal housing, only remove the existing lens, reflector, and incandescent lamp; fit the new unit securely in the housing door; and connect the new housing unit to the existing electrical wiring or terminal block by means of simple connectors. B. Wiring 1. Wire each optical unit to the terminal block located in that signal section by means of solder less wire connectors or binding screws and spade lugs. 2. Wire all sections of a multi -section signal face to the section terminal blocks in which the traffic signal cable is terminated. 3. Maintain the color coding on leads from the individual optical units throughout the signal head, except for the traffic signal cable. 4. Use solder less wire connectors or binding screws and spade lugs for connections to terminal blocks. 5. Use binding screws and spade lugs for field wiring. 3.3 Pedestrian Detectors A. Wire the push button to the nearest splicing point or terminal strip using stranded No. 12 AWG XHHW wire with 600 -volt insulation. B. Do not use terminal connections or splice wire leads except in the hand holes located in the signal pole shaft, in the signal pole base, or at locations approved by the Owner. C. All allowed splices must be watertight. Attach wires to terminal posts with solder less terminals. D. Attach terminals to the wires with a ratchet -type compression crimping tool properly sized to the wire. E. Mount a pedestrian push button sign near each push button as shown on the Drawings. 3.4 Accessible Pedestrian Signal (APS) Units A. Wire the APS to the nearest splicing point or terminal strip using stranded No. 12 AWG XHHW wire with 600 -volt insulation. B. Do not use terminal connections or splice wire leads except in the hand holes located in the signal pole shaft, in the signal pole base, or at locations approved by the Engineer. C. Attach wires to terminal posts with solder less terminals. D. Attach terminals to the wires with a ratchet -type compression crimping tool properly sized to the wire. 1. Documentation Requirements a. Each APS shall be provided with the following documentation: (1) Complete and accurate installation wiring guide. (2) Contact name, address, and telephone number for the representative, manufacturer, or distributor for warranty repair. (3) The bidders shall supply schematics for all electronics. One schematic diagram shall be provided for each unit, along with any necessary installation instructions. E. Provide script for City to provide input for custom message, as appropriate. Provide pre- recorded custom message(s) for each APS. 3.5 Warranty A. The APS unit shall be warranted against any failure due to workmanship, material defects or intensity within the first 60 months of field operation. B. APS unit shall operate as required above after 60 months of continuous use over the temperature range of -30°F to +165°F in a traffic signal operation. C. The manufacturer shall provide a written warranty against defects in materials and workmanship for APS unit for a period of 5 years after installation. D. Replacement APS unit shall be provided within five (5) days after receipt of failed APS unit at no cost to the Owner, except the cost of shipping the failed modules. E. The Contractor shall provide all warranty documents from the manufacturer of the products to the City. Page 7 of 8 PEDESTRIAN SIGNAL — 34 41 16.63 December 2016 City of Corpus Christi Standard Specifications for Construction PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance, and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 8 of 8 PEDESTRIAN SIGNAL — 34 41 16.63 December 2016 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 16.93 POLES AND ASSEMBLIES PART1 GENERAL 1.1 Description A. This specification shall govern all work required for the furnishing, installing, and removal of Poles and Assemblies as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 038000 CONCRETE STRUCTURES 1.3 References The latest edition of the referenced item below shall be used. A. ANSI 05.1, "Specifications and Dimensions for Wood Poles," B. American Wood Protection Association (AWPA) C. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 441 — Steel Structures D. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 442 — Metal for Structures E. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 445 — Galvanizing F. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 449 — Anchor Bolts G. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 656 — Foundations for Traffic Control Devices H. Texas Department of Transportation (TxDOT) Departmental Material Specification DMS 11140, Pedestal Pole Base I. AWS D1.1 Structural Welding Code — Steel J. City of Corpus Christi — Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS. PART2 PRODUCTS 2.1 General A. Pre -Approved materials and equipment can be found within the City of Corpus Christi — Signalization Standard Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. 3. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. 2.2 Treated Timber Poles A. Materials 1. Use new treated southern pine timber poles in accordance with ANSI 05.1 and the additional requirements of this Item. 2. Use ANSI Class 5 treated timber poles for electrical services and ANSI Class 2 for all other applications, unless otherwise shown on the Drawings. 3. Ensure poles are free from pith holes at the tops and butts. Page 1 of 6 POLES AND ASSEMBLIES — 34 41 16.93 December 2016 City of Corpus Christi Standard Specifications for Construction 4. Do not use poles that have a. A trimmed scar (1) with a depth greater than two -inches (2"), or (2) if the diameter is ten -inches (10") or less, or (3) if 1/5 the pole diameter at the scar location, if the diameter is more than ten -inches (10") 5. Provide poles that do not deviate from straightness by more than one -inch (1") for each ten -feet (10') of length. 6. A pole may only have sweep in one (1) Plane and one (1) direction (single sweep), provided a straight line joining the midpoint of the pole at the butt and the midpoint of the pole at the top does not at any intermediate point pass through the external surface of the pole. 7. Timber poles with more than one (1) complete twist of spiral grain are not acceptable. 8. Butt slivering due to felling is permitted if the distance from the outside circumference is not less than 1/4 of the butt diameter and the height is not more than one -foot (1') B. Preservative Treatment 1. Use preservative treatment in accordance with AWPA C4. 2. Furnish poles with a minimum net retention of preservative treatment in accordance with Table 1. Table 1 Retention of Preservation Treatment Treatment Minimum Retention (Ib./ft3) Creosote 9.00 Pentachlorophenol 0.45 ACA/CCA 0.60 3. Furnish a treatment certification with every shipment of treated timber poles that includes: a. name of treating company, b. location of treating Plant, c. applicable product standard (AWPA C4), d. charge number, e. date of treatment, f. contents of charge (poles), g. preservative treatment, and h. actual preservative retention values. C. Branding 1. Place the bottom of the brand squarely on the face of the pole ten -feet (10') (plus or minus two -inches (2")) from the butt. 2. Mark all poles by branding in accordance with Table 2. Table 2 Timber Pole Markings Marking Description of Marking PTC Supplier's code or trademark (For example, Pole Treating Company). F 01 — F-01 Plant location and year of treatment (For example, Forestville, 2001). SPC SPC Species and preservative code (For example, southern pine, and creosote). 535 535 Class -length (For example, Class 5, 35 -ft. pole). 2.3 Steel Poles A. Materials 1. Provide new materials that comply with the details shown on the Drawings, the requirements of this Item, and the pertinent requirements of the following Items: a. Concrete (1) Section 038000 CONCRETE STRUCTURES b. Steel Structures (1) TxDOT Item 441 Page 2 of 6 POLES AND ASSEMBLIES — 34 41 16.93 December 2016 City of Corpus Christi Standard Specifications for Construction c. Metal (1) TxDOT Item 442 d. Galvanizing (1) Item 445 e. Anchor Bolts (1) TxDOT Item 449 (2) Furnish alloy steel or medium -strength mild steel anchor bolts in accordance with TxDOT Item 449.2.A — Bolts and Nuts. 2.4 Pedestal Poles A. Materials 1. Galvanizing a. TxDOT Item 445 2. Anchor Bolts a. TxDOT Item 449 3. Foundation a. Refer to Drawings 4. Pedestal Pole Base a. Provide pedestal pole base in accordance with TxDOT DMS 11140. b. Provide pedestal pole base from manufacturers prequalified by the Texas Department of Transportation. (1) The Traffic Operations Division maintains a list of prequalified pedestal base manufacturers. 5. Pedestal Pole a. Provide four -inch (4") diameter schedule 40 steel pipe or tubing, aluminum pipe (alloy 6061-T6), or rigid metal conduit. (1) Do not use aluminum conduit. b. Galvanize pedestal pole assemblies in accordance with TxDOT Item 445, unless otherwise shown on the Drawings. PART 3 EXECUTION 3.1 Treated Timber Poles A. Equipment 1. Provide the machinery, tools and equipment necessary for proper prosecution of the work. 2. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. B. Construction 1. Use established industry and utility safety practices while installing poles located near overhead or underground utilities. 2. Consult with the appropriate utility company prior to beginning such work. 3. Unless otherwise shown on the Drawings, set the pole a minimum depth in accordance with Table 3. 4. Locate timber poles as shown on the Drawings or as directed. 5. Drill holes for setting poles a minimum of 1.5 diameters of the pole butt. 6. Unless otherwise shown on the Drawings, set the poles plumb. 7. Backfill the holes thoroughly by tamping in six-inch (6") lifts. 8. After tamping to grade, place additional backfill material in a six-inch (6") high cone around Page 3 of 6 POLES AND ASSEMBLIES — 34 41 16.93 Table 3 Pole Setting Depth Pole Length (ft.) Minimum Settings Depth (ft.) 25 or less 4.5 26 — 30 5.0 31 — 35 5.5 36 — 40 6.0 41 — 45 6.5 46 - 50 7.0 4. Locate timber poles as shown on the Drawings or as directed. 5. Drill holes for setting poles a minimum of 1.5 diameters of the pole butt. 6. Unless otherwise shown on the Drawings, set the poles plumb. 7. Backfill the holes thoroughly by tamping in six-inch (6") lifts. 8. After tamping to grade, place additional backfill material in a six-inch (6") high cone around Page 3 of 6 POLES AND ASSEMBLIES — 34 41 16.93 December 2016 City of Corpus Christi Standard Specifications for Construction the pole to allow for settling. 9. Use material equal in composition and density to the surrounding area. 10. Repair surface where existing surfacing material is removed, such as asphalt pavement or concrete riprap, with like material to equivalent condition. C. Relocation 1. Disconnect and isolate traffic signal cables before removing the pole. 2. Remove existing traffic signal poles as directed. 3. Ensure that the poles or attached components suffer no undue stress or damage. 4. Signs, signal heads, mounting brackets, luminaires, etc., may be left on the poles. 5. Repair or replace damaged components as directed. 6. Unless otherwise shown on the Drawings, remove abandoned timber pole to a point two - feet (2') below final grade. a. Backfill the hole with materials equal in composition and density to the surrounding area. b. Replace surfacing material with similar material to an equivalent condition. 7. Move existing poles to locations shown on the Drawings or as directed. 8. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. 3.2 Steel Poles A. Equipment 1. Provide the machinery, tools and equipment necessary for proper installation of the work. 2. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. B. Construction 1. Standard Design a. Alternate designs are not acceptable. b. Deviations that affect the basic structural behavior of the pole are considered to be alternate designs. c. For deviations that do not affect the basic structural behavior of the pole, submit shop drawings to the City Traffic Engineering Department for approval. C. Fabrication 1. Fabricate and weld in accordance with TxDOT Item 441, AWS D1.1 Structural Welding Code — Steel; and the requirements of this Item. 2. Fabrication tolerances are given in Table 4. Table 4 Fabrication Tolerances Part Dimension Tolerance (in.) Pole and Mast Arm Shaft Length ± 1 Thickness +0.12, -0.02 Difference between flats or diameter ± 3/16 Straightness 1/8 in 120 Attachment Locations ±1 Base and Mast Arm Mounting Plates Overall ±3/16 Thickness +1/4, -0 Deviations from Flat 3/16 in 24 Spacing between Holes ±1/8 Bolt Hole Size ±1/16 Anchor Bolts Length ±1/2 Threaded Length ±1/2 Galvanized Length -1/4 Assembled Shaft Angular Orientation 1/16 in 12 1 Centering ±3/16 Twist 3° in 600 1 1/8" in 12" between mounting plates and between mounting plates and base plates 3. Provide properly fitting components. Page 4 of 6 POLES AND ASSEMBLIES — 34 41 16.93 December 2016 City of Corpus Christi Standard Specifications for Construction 4. Provide round or octagonal shafts for poles and mast arms tapered as shown on the Drawings. 5. Fabricate mast arms straight in the unloaded condition unless otherwise shown on the Drawings. 6. The City will accept bolted slip joints overlapping by at least 1.5 diameters in mast arms forty -feet (40') and longer. 7. Provide circumferential welds only at the ends of the shafts. 8. Provide no more than two (2) longitudinal seam welds in shaft sections. 9. Grind or smooth the exterior of longitudinal seam welds to the same appearance as other shaft surfaces. 10. Ensure 100% penetration within six -inches (6") of circumferential base welds and at least sixty percent (60%) penetration at other locations along the longitudinal seam welds. 11. Use a welding technique that minimizes acid entrapment during later galvanizing. 12. Hot -dip galvanize all fabricated parts in accordance with TxDOT Item 445. 13. Treat welds with Ultrasonic Impact Treatment as shown on the Drawings after galvanization and with the dead load (actual or simulated) applied. 14. Repair damaged galvanizing in accordance with TxDOT Item 445. 15. Connect the luminaire arm to the pole with simplex fittings. 16. Ensure the fittings have no defects affecting strength or appearance. 17. Ensure that the design wind speed is identified and permanently visible on the pole base plate and mast arm mounting plate. 18. Deliver each traffic signal pole assembly with fittings and hardware either installed or packaged with its associated components. 19. Ship all components with a weatherproof tag identifying a. manufacturer, b. contract number, c. date, d. destination of shipment. D. Installation 1. Locate traffic signal poles as shown on the Drawings unless otherwise directed to secure a more desirable location or to avoid conflicts with utilities. 2. Stake the traffic signal pole locations for verification by the Engineer. 3. Construct foundations in accordance with the Drawings. 4. Orient anchor bolts as shown on the Drawings. a. Coat anchor bolts threads and tighten anchor bolts in accordance with TxDOT Item 449. 5. Use established industry safety practices when working near underground or overhead utilities. a. Consult with the appropriate utility company before beginning such work. 6. Erect structures after foundation concrete has attained its design strength as required in the Drawings and 038000 CONCRETE STRUCTURES. 7. After the traffic signal pole assembly is plumb and all nuts are tight, tack weld each anchor bolt nut in two (2) places to its washer. a. Tack and weld each washer to the base plate in two (2) places. b. Do not weld components to the bolt. c. Tack and weld in accordance with TxDOT Item 441. d. After tack welding, repair galvanizing damage on bolts, nuts, and washers in accordance with TxDOT Item 445. e. Do not grout between the base plate and the foundation. E. Relocation 1. Disconnect and isolate traffic signal cables before removing the pole. Remove existing traffic signal poles as directed. 2. Ensure that the poles or attached components suffer no undue stress or damage. 3. Signs, signal heads, mounting brackets, luminaires, etc., may be left on the poles. 4. Repair or replace damaged components as directed. 5. Unless otherwise shown on the Drawings, remove abandoned concrete foundations to a point two -feet (2') below final grade. a. Backfill the hole with materials equal in composition and density to the surrounding area. b. Replace surfacing material with similar material to an equivalent condition. Page 5 of 6 POLES AND ASSEMBLIES - 34 41 16.93 December 2016 City of Corpus Christi Standard Specifications for Construction 6. Move existing poles to locations shown on the Drawings or as directed. 7. Install existing poles on new foundations in accordance with this specification. 8. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. 3.3 Pedestal Poles A. Equipment 1. Provide the machinery, tools and equipment necessary for proper installation of the work. 2. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. B. Construction 1. Pedestal Base a. Ground the base with connectors to the 1/2-13 NC female threaded hole. b. Fabricate the base for 4 L -bend anchor bolts arranged in a square pattern with a 12-3/4 inch bolt circle. c. Provide mild steel anchor bolts in accordance with TxDOT Item 449, for each base. d. Provide three (3) 1/16 -inch thick and three (3) 1/8 -inch thick U-shaped galvanized steel shims for each base. (1) Size shims to fit around the anchor bolts. 2. Installation a. Install pedestal pole assemblies as shown on the Drawings or as directed. b. Pedestal pole assemblies include foundation, pole shaft, base, anchor bolts and nuts, anchor bolt template, shims, and miscellaneous components. c. Watertight breakaway electrical disconnects are required for pedestal pole assemblies used in conjunction with vehicle and pedestrian heads and components. d. Use established industry and utility safety practices to erect assemblies near overhead or underground utilities. (1) Consult with the appropriate utility company before beginning such work. e. Repair damaged galvanizing in accordance with TxDOT Item 445. f. Painted Finish, when required, paint pedestal pole assemblies in accordance with details shown on the Drawings. C. Relocation 1. Disconnect and isolate traffic signal cables before removing the pole. 2. Remove existing traffic signal poles as directed. 3. Ensure that the poles or attached components suffer no undue stress or damage. 4. Signs, signal heads, mounting brackets, etc., may be left on the poles. 5. Repair or replace damaged components as directed. 6. Unless otherwise shown on the Drawings, remove abandoned concrete foundations to a point two -feet (2') below final grade. a. Backfill the hole with materials equal in composition and density to the surrounding area. b. Replace surfacing material with similar material to an equivalent condition. 7. Move existing poles to locations shown on the Drawings or as directed. 8. Install existing poles on new foundations in accordance with this specification. 9. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance, and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 6 of 6 POLES AND ASSEMBLIES — 34 41 16.93 December 2016 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 19.13 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT PART1 GENERAL 1.1 Description A. This specification shall govern all work required for the furnishing, installing, and removal of Electrical Services for Traffic Signaling and Control Equipment as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 34 41 16.93 POLES AND ASSEMBLIES E. 31 23 16.13 TRENCHING 1.3 References The latest edition of the referenced item below shall be used. A. ASTM A 90 — Standard Test Method for Weight (Mass) of coating on Iron and Steel Articles with Zinc or Zinc -Alloy Coatings B. ASTM D 1248 — Standard Specification for Polyethylene Plastics Extrusion Materials for Wire and Cable C. NEMA/ANSI C 80 — Electrical Rigid Steel Conduit (ERSC) D. National Electric Code (NEC) E. UL -6 — Electrical Rigid Metal Conduit F. UL -6A — Standard for Electrical Rigid Metal Conduit — Aluminum, Bronze, and Stainless Steel G. Underwriters Laboratory, Inc. (UL) H. National Electrical Manufacturers Association (NEMA) I. International Municipal Signal Association (IMSA) J. Texas Department of Transportation Traffic Operations Division K. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 441 — Steel Structures L. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 445 — Galvanizing M. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 449 — Anchor Bolts N. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 618 — Conduit O. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 620 — Electrical Conductors P. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 627 — Treated Timber Poles Q. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 656 — Foundations for Traffic Control Devices R. Texas Department of Transportation (TxDOT) Departmental Material Specification DMS 11060 — Duct Cable S. Texas Department of Transportation (TxDOT) Departmental Material Specification DMS 11080 — Electrical Services T. City of Corpus Christi — Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS. Page 1 of 6 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT — 34 41 19.13 December 2016 City of Corpus Christi Standard Specifications for Construction PART2 PRODUCTS 2.1 General A. Pre -Approved materials and equipment can be found within the City of Corpus Christi — Signalization Standard Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. 3. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. B. Provide materials that comply with the details shown on the Drawings, requirements of this Item, and the pertinent requirements of the following Items: 1. Steel Structures a. 2. 3. 4. a. a. a. b. TxDOT Item 441. Galvanizing TxDOT Item 445 Anchor Bolts TxDOT Item 449 Conduit When Specified on the Drawings, (1) Rigid Metal Conduit (RMC) (a) provide: Galvanized Hot dipped galvanized inside and outside with a minimum of 1.5 oz square foot of a zinc coating in accordance with and ASTM A90. ii. Shall be in accordance with NEMA/ANSI C 80.1, UL -6, and NEC. (b) Stainless Steel i. Shall be Type 316 minimum ii. Shall be in accordance with UL -6A and NEC. (2) Polyvinyl Chloride (PVC) Conduit (a) Meets the requirement of NEMA Standard TC -2, UL 651, and the NEC. (3) High -Density Polyethylene (HDPE) Conduit (a) Shall be weather -resistant in black color (b) Meet the requirements of ASTM D 1248, NEMA TC -2 for EPC -40 -PE, and NEMA TC -2, Article 3.03, crushing resistance requirements, and the NEC. (c) Provide approved electrical conduit connector, or thermally fuse using electrically heated, wound -wire, resistance welding method. (d) Provide without factory installed conductors. (4) Flexible Conduit (a) Shall be liquid tight. (b) Furnish conduit from new materials that comply with TxDOT DMS -11030. Fittings (1) Unless otherwise shown on the Drawings, fabricate fittings such as junction boxes and expansion joints from a material similar to the connecting conduit. All fittings shall be constructed with corrosion resistant industrial grade materials. per (2) (3) Use watertight fittings. (4) Do not use set screw and pressure cast fitting. (5) Steel compression fittings are permissible. (6) When using HDPE conduit, provide fitting that are UL listed as electrical conduit connectors or thermally fused using an electrically heated wound wire resistance welding method. c. Warning Tape (1) Red three-inch (3") 4 -mil polyethylene underground warning tape that continuously states "Caution Buried Electrical Line Below". d. Pull Cord (1) Provide a nylon pull cord in each conduit run as it is installed and leave a pull cord Page 2 of 6 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT — 34 41 19.13 December 2016 City of Corpus Christi Standard Specifications for Construction in place in the length of each conduit run after the installation of the identified wires. 5. Duct Cable a. Materials (1) Provide new materials that comply with the details shown on the Drawings, with conductors that meet the material requirements of electrical conductors. b. Duct Cable (1) Furnish duct cable from new materials that comply with TxDOT DMS -11060. (a) When required cable must be certified by IMSA and will supersede the above requirement c. Suppliers (1) Provide duct cable from manufacturers prequalified by the Department. (a) The Traffic Operations Division maintains a list of prequalified duct cable manufacturers. d. Markings (1) Furnish duct that is clearly and durably marked at maximum ten -foot (10') intervals with the material designation including nominal size of the duct and either the name or the trademark of the manufacturer. (2) Mark the duct at two -foot (2') intervals with sequential numbers indicating length of cable, in feet, on reel, with zero mark at the inner end. e. Assemblies and Reels (1) Assemblies exhibiting evidence of conductors pulled into the duct after the duct is manufactured are not acceptable. (2) Duct cable testing less than 50 megohms insulation resistance at 1,000 volts while still on the reel is not acceptable. (3) Ensure that the complete assembly is packaged on reels having sufficient diameter to prevent permanent set or damage to the duct cable. (4) Ensure that each reel is clearly and durably marked to show the voltage rating, type of insulation, number of conductors, conductor size, length, duct size, and either the name or the trademark of the manufacturer. 6. Electrical Conductors a. General (1) Provide new materials that comply with the details on the Drawings and the requirements of this Item. (2) Use solid insulated conductors that are rated for 600 volts; approved for wet locations; and marked in accordance with UL, NEC and City of Corpus Christi requirements. b. Electrical Conductors (1) Furnish electrical conductors in accordance with TxDOT DMS -11040. c. Suppliers (1) Provide electrical conductors from manufacturers pre -qualified by the Texas Department of Transportation (TxDOT). (a) The TxDOT Traffic Operations Division maintains a list of pre -qualified electrical conductor manufacturers. d. Grounding Conductors (1) Ensure that all grounding conductors size AWG No. 8 and larger are stranded, except for the grounding electrode conductor, which will be a solid conductor. (2) Ensure that insulated grounding conductors are green except that insulated grounding conductors AWG No. 8 and larger may be black with green tape marking at every accessible location. (3) Do not use green insulation or marking for any other conductor except control wiring specifically shown on the Drawings. e. Wire Colors (1) Use white insulation for grounded (Neutral) conductors, except that grounded conductors AWG No. 8 and larger may be black with white tape marking at every accessible location. (2) Do not use white insulation or marking for any other conductor except control wiring specifically shown on the Drawings. Page 3 of 6 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT — 34 41 19.13 December 2016 City of Corpus Christi Standard Specifications for Construction 7. Poles a. Section 34 41 16.93 POLES AND ASSEMBLIES 8. Foundations a. Refer to Drawings. 9. Electrical Services a. For the installation of electrical services, use new materials that meet the requirements of the NEC, UL, CSA, and NEMA, and that comply with TxDOT DMS - 11080 10. Suppliers a. Furnish electrical services from manufacturers prequalified by the Texas Department of Transportation. (1) The TxDOT Traffic Operations Division maintains a list of prequalified electrical service manufacturers. PART 3 EXECUTION 3.1 General Information A. General 1. The Contractor shall obtain all required permits prior to commencing construction. 2. All work performed shall be in accordance with the specifications and industry standards. B. Equipment 1. Provide the machinery, tools and equipment necessary for proper installation of the work. 2. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. C. Installation 1. For installations of electrical services, use new materials that meet the requirements of the NEC, UL, CSA, and NEMA and that comply with TxDOT DMS -11080. 2. Ensure components of the electrical service meet the requirements of the Electrical Detail Standards. 3. Follow NEC and local utility company requirements when installing the electrical equipment. 4. Coordinate the utility companies' work for providing service. 5. Perform work in accordance with the details shown on the Drawings and the requirements of this specification. 6. Conduit a. Material shall be as indicated on the Drawings. (1) Galvanized Rigid Metal Conduit (RMC), Stainless Steel shall be installed only above ground unless otherwise indicated on the Drawings or directed by the Owner. (2) Polyvinyl Chloride (PVC) Conduit and High -Density Polyethylene (HDPE) Conduit shall be installed only below ground unless otherwise indicated on the Drawings or directed by the Owner. (3) Flexible Conduit may only be used where approved by the Traffic Engineer and the Owner. b. Place conduit in accordance with the lines, grades, details and dimensions shown on the Drawings or as directed. c. Install conduit a minimum of eighteen -inches (18") deep underground unless otherwise shown on the Drawings. d. Meet the requirements of the NEC when installing conduit. e. Secure and support conduit placed for concrete encasement in such a manner that the alignment will not be disturbed during placement of the concrete. (1) Cap ends of conduit and close box openings before concrete is placed. f. Ream conduit to remove burrs and sharp edges. g. Use a standard conduit cutting die with a 3/4 -inch taper per foot when conduit is threaded in the field. h. Fasten conduit placed on structures with conduit straps or hangers as shown on the Drawings or a directed. Page 4 of 6 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT — 34 41 19.13 December 2016 City of Corpus Christi Standard Specifications for Construction i. Fasten conduit within three -feet (3') of each box or fitting and at other locations shown on the Drawings or as directed. (1) Use metal conduit clamps that are galvanized malleable or stainless steel unless otherwise shown on the Drawings. (2) Use 2 -Hole type clamps for two-inch (2") diameter or larger conduit. j. Fit PVC and HDPE conduit terminations with bushings or bell ends. k. Fit metal conduit terminations with a grounding type bushing, except conduit used for duct cable casing that does not terminate in a ground box and is not exposed at any point. I. Conduit terminating in threaded bossed fittings does not need a bushing. m. Prior to installation of conductors or final acceptance, pull a spherical template having a diameter of at least seventy-five percent (75%) of the inside diameter of the conduit through the conduit to ensure that the conduit is free from obstruction. n. Cap or plug empty conduit placed for future use. o. Perform trench excavation as shown on the Drawings or as directed and in accordance with Section 31 23 16.13 TRENCHING. p. Perform backfilling as shown on the Drawings or as directed by the Engineer. q. Jack and bore as shown on the Drawings or as directed, and in accordance with Section 33 05 23.10 TRENCHLESS UTILITY INSTALLATION r. Place warning tape approximately ten -inch (10") above trenched conduit. s. Where existing surfacing is removed for placing conduit, repair by backfilling with material equal in composition and density to the surrounding areas and by removed surfacing, such as asphalt pavement or concrete rip rap, with like material to equivalent condition. t. Mark conduit location as directed. 7. Duct Cable a. General Information (1) Before installation, furnish written certification that all duct cable complies with the requirements of this Item and as shown on the Drawings. b. Construction (1) Install duct cable by open trench methods in accordance with the NEC, except at locations where installing duct cable in conduit. (2) Backfill and compact the trench in accordance with Drawings or as directed by the Engineer. (3) When removal of existing pavement or concrete surface is allowed, backfill with material equal in composition and density to the surrounding area and replace removed surfacing, such as asphalt pavement or concrete riprap, with like material to equivalent condition or as shown on Drawings. (4) Splicing the duct is not allowed. (a) Make all connections in ground boxes or pole bases. (b) Form bends with large radii to provide free movement of conductors. (c) After installation, demonstrate that the conductors can move freely. (d) Duct cable that has been kinked or in which the conductors cannot move freely is not acceptable. (e) Splice conductors and test insulation in accordance with Electrical Conductors. 8. Electrical Conductors a. Do not exceed the manufacturer's recommended pulling tension. b. Use lubricant as recommended by the manufacturer. c. Install conductors in accordance with the NEC. d. Make insulation resistance tests on the conductors prior to making final connections, and ensure that each continuous run of insulated conductor has a minimum DC resistance of 5 megohms when tested a 1,000 volts DC. e. The Engineer may require verification testing of all or part of the conductor system. f. The Engineer will witness these verification tests. (1) Replace conductors exhibiting an insulation resistance of less than 5 megohms. D. Removal 1. Coordinate removal with the appropriate utility company before beginning work. 2. Before the removal of the electrical service, disconnect and isolate any existing electrical service equipment in accordance with the utility company's requirement. Page 5 of 6 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT — 34 41 19.13 December 2016 City of Corpus Christi Standard Specifications for Construction 3. Use established industry and utility safety practices while removing electrical service equipment near any overhead utilities. 4. Remove existing electrical service support a minimum of two -feet (2') below finish grade unless otherwise shown on the Drawings. a. Repair the remaining hole by backfilling with material equal in composition and density to the surrounding area. b. Replace any surface such asphalt pavement or concrete rip -rap with like material to equivalent condition. 5. Disconnect conductors and remove them from the conduit or duct. a. Cut off all protruding conduit or duct six-inch (6") below finish grade. b. Abandoned conduit or duct need not be removed unless shown on the Drawings. 6. Accept ownership of unsalvageable materials, and dispose of them in accordance with federal, state, and local regulations. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance, and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 6 of 6 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT — 34 41 19.13 December 2016 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 19.73 UNINTERRUPTIBLE POWER SUPPLY PART1 GENERAL 1.1 Description A. This specification shall govern all work required for the furnishing and installing of the Uninterruptible Power Supply (UPS) system as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 34 41 19.13 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT 1.3 References The latest edition of the referenced item below shall be used. A. National Electrical Manufacturers Association (NEMA) B. City of Corpus Christi — Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS. PART2 PRODUCTS 2.1 General A. Pre -Approved materials and equipment can be found within the City of Corpus Christi — Signalization Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. 3. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. B. The Uninterruptible Power Supply (UPS), also known as a Battery Back -Up system (BBS) shall be a turnkey, piggyback mounted (bolted to back or left side of the traffic signal cabinet) and be designed for outdoor use in extreme environments. C. The UPS shall operate up to its rated power with existing signal equipment, including any and all signal heads. D. The UPS shall be capable of supplying an 840 -watt load for a minimum of four (4) hours of normal operation and a minimum two (2) hours of flashing operation, at its maximum power rating from -34 degrees Celsius to +74 degree Celsius as per NEMA environmental requirements Section 2.1.5.1. E. The Traffic Signal UPS shall operate as line interactive with buck boost functionality. 1. It shall also include a fail-safe bypass system; integral automatic electronic transfer switch, and battery subsystem. 2. The specified equipment herein shall be referred to as a UPS. F. Transfers to and from battery operation shall not interfere with operation of other equipment in the intersection. G. Primary application of the UPS is to provide emergency power for traffic control signal systems. 1. The UPS must supply up to a 7.0amp 120 VAC, 60 Hz continuous load for a minimum of four (4) hours normal run time and a minimum of an additional two (2) hours of flash time. H. The UPS shall transfer the intersection to flash mode via programmable form C relays, accessible through a terminal block to provide for connection for control wiring to the traffic signal cabinet. Page 1 of 5 UNINTERRUPTIBLE POWER SUPPLY — 34 41 19.73 December 2016 City of Corpus Christi Standard Specifications for Construction I. Primary input power source to the UPS shall be utility power. 2.2 Major Components A. Electronics Module 1. The Traffic UPS shall be capable of providing continuous, fully conditioned, regulated, pure sinusoidal (AC) power to the traffic control signal system during all modes of operation (except when the UPS is in bypass). B. Charger 1. The charger shall be of solid-state construction. 2. The charger shall rectify AC power to regulated DC power for the batteries. 3. This shall be an automatic function. 4. The charger should be a three (3) stage temperature -compensated charger so that the charger level for the batteries is automatically adjusted based on internal ambient temperature. C. Inverter 1 The inverter shall be of solid-state construction. 2. In case of the loss of input power, the inverter shall convert DC power from the batteries to AC power. D. Fail-safe Bypass 1. The bypass shall consist of a fail-safe design. In case of UPS failure (UPS output power not present); the fail-safe bypass shall automatically transfer power for the traffic control signal system to the bypass source. E. Batteries 1. Upon loss of input power, the batteries shall supply DC power to the inverter. F. Status display shall at a minimum be provided for: 1. AC Line Present 2. Battery Charger 3. UPS Output Power Present 4. ON Battery 5. Buck and boost monitoring G. Status Monitoring and Alarm Transmission 1. The Inverter shall include remote monitoring & alarm transmission capabilities through an Ethernet RJ45 IP Addressable Port using the SNMP Protocol. 2. As a minimum, the Inverter shall contain the following monitoring and transmit the following alarm functions: a. Input power present (System in Stand -By mode) b. UPS on battery operation c. Low battery condition. 2.3 Protection A. The UPS shall have a main input circuit breaker for over current protection and be readily accessible. B. The UPS assembly must be reasonably protected and provide lighting protection and surge suppression meeting ANSI/IEEE C.62.41/C.62.45 Cat A&B. C. The battery subsystem shall be protected by a circuit breaker. 2.4 Battery System A. The battery shall be comprised of extreme temperature, float cycle, GEL VRLA (Valve Regulated Lead Acid) 5 -year non pro -rated warranty minimum. B. The battery system shall consist of one or more strings (typically two (2) or four (4) batteries per string) of extreme temperature; float cycle GEL VRLA (Valve Regulated Lead Acid) batteries. C. Batteries shall be certified to operate at extreme temperatures from —40°C to +74°C. D. The battery interconnect cables shall connect to the inverter via a single quick -release Anderson Connector. 1. No other connectors are to be used in the battery harness. E. Battery construction shall include heavy-duty, inter -cell connections for low -impedance between cells, and heavy-duty plates to withstand shock and vibration. Page 2 of 5 UNINTERRUPTIBLE POWER SUPPLY — 34 41 19.73 December 2016 City of Corpus Christi Standard Specifications for Construction F. The top cover shall use tongue and groove construction and shall be epoxied or heat -sealed to the battery case for maximum strength and durability. G. The battery shall function if laid on its side without the leakage of chemicals and be so designed. H. An integral lifting handle should be provided on the batteries for ease of removal/installation. I. An electronic "Battery Manager" shall be included to monitor and protect the batteries by spreading the charge voltage equally across all the batteries in the string, ensuring that every battery is properly charged. 1. This will ensure an ideal voltage across each battery optimizing life and runtime. 2.5 Electrical Specifications A. Input Specifications 1. Nominal input voltage shall be 120 VAC single phase. 2. Input voltage range shall be +15 to - 20% of nominal (85 to 173). 3. Input frequency shall be 60Hz ±3Hz (5%). 4. Input frequency slew rate shall be 3 Hz per second maximum. 5. Input configuration shall be two (2) wire (Hot and Neutral) plus ground. 6. Walk-in Delay shall be the BBS shall wait a minimum of five (5) seconds (user programmable) before returning to normal mode of operation upon restoration of input power. a. This value may be programmable within the unit via software provided with the unit. 7. Input protection shall be Single pole circuit breaker. 8. Power connection shall be Hard -wired (terminal block). 9. All components, terminations, terminal blocks relays etc. shall be fully accessible. 10. Inverter connections shall be made on terminal blocks or shall be of the quick disconnecting type for ease of maintenance. Harnesses shall be terminated on the terminal blocks. B. Output Specifications 1. Power rating (continuous) shall be minimum 1100W/VA, single phase 120 VAC. 2. Output power rating shall be the same regardless of whether or not the BBS is in normal mode or emergency mode of operation. 3. Nominal output voltage shall be 120 VAC ±10% no load to full load, ±5% high line to low line. 4. Output configuration shall be two (2) wire (Hot & Neutral) plus ground. 5. Power Conditioning Common Mode shall be -120 dB, Normal -Mode: -60dB. 6. Grounding shall be single point ground. 7. Output frequency shall be 60Hz ±3 Hz when synchronized with the input power. 8. 60Hz ±0.5Hz when BBS is running on internal clock. 9. Output wave shape shall be TRUE Sine Wave. 10. Output voltage distortion with 100% linear load shall be 10% max THD with any single harmonic no greater than 5%. 11. Transfer Time shall be transfer time shall be less than 10ms. 12. Overload capability shall be 110% for ten (10) minutes, 150% surge. 13. Fault Condition shall be BBS shall withstand a short circuit on the output with no damage. 14. Customer Connection shall be terminal block input and output. a. Terminal block or lug shall accommodate a #6 10 AWG copper wire and shall be clearly labeled Line & Load. 2.6 Battery Specifications A. DC bus voltage shall be 48 VDC nominal. B. Low battery cutoff shall be 42 volts DC. C. DC under voltage cutoff shall be Battery Manufacturer's recommendations. D. Battery discharge time shall be based on specific battery configuration. E. Engineering to specify the run time's base on actual test data and empirical calculations. F. Times to be based upon an ambient temperature of between 70 and 80 degrees F. G. The charging voltage shall be based upon the ambient temperature within the BBS enclosure. 1. Actual volts per cell shall be determined by best engineering practice to maximize battery life. 2. This setting shall be factory set. 3. Protection shall be circuit breaker. Page 3 of 5 UNINTERRUPTIBLE POWER SUPPLY - 34 41 19.73 December 2016 City of Corpus Christi Standard Specifications for Construction 2.7 Fail -Safe Bypass Specification A. Rating 20 -amps at 120 VAC. B. Transfer Time shall be 150 milliseconds maximum. C. Power source shall be Line side of the input circuit breaker. 2.8 Monitoring and Meeting Specifications A. Contact rating shall be 125 volts (AC or DC) maximum, 1.00 ampere max, 50 VA / 30 watts max. B. Contacts shall be Form C. C. Customer connection shall be by Terminal Block. D. LED/LCD Display shall be visible in daylight conditions. 2.9 Reliability and Maintainability A. Mean -Time -Before -Failure (MTBF) shall be 80,000 hours. B. Mission MTBF including bypass switch, is 150,000 hours. C. The BBS shall be designed for ease of maintenance and serviceability. D. All components shall be accessible. PART 3 EXECUTION 3.1 System Description and Operation A. The Traffic Signal UPS shall consist of a power conditioning and interface device, battery charger, inverter, batteries, fail-safe bypass, integral automatic transfer switch, protective devices, and monitoring circuitry as specified herein and all housed in the UPS Cabinet. B. The Traffic Signal UPS shall automatically assure continuity of conditioned and Automatic Voltage Regulated (buck -boost functionality) without switching to the batteries to keep the operating load voltage between 85-173VAC. C. Continuity of conditioned, Automatic Voltage Regulated power to the critical load shall be maintained when input power is lost and until input power returns within specifications or until the batteries have been discharged. D. In the instance of a power outage lasting longer than the UPS is capable of supplying power in standby mode, the UPS system shall be capable of automatically qualifying power and returning to normal mode of operation when line power returns. E. The UPS and the Batteries must be hot swappable. 1. There shall be no disruption of the Traffic Signal when removing the UPS or batteries for maintenance. F. The Inverter shall be equipped with an industry standard, I.P. addressable, Ethernet RJ45 port for programming and remote monitoring. G. Programming and communications firmware shall be written to run under Windows XP, 2000 or Vista's Internet browser, Internet Explorer. H. Inverter programming & Alarms shall also have the ability to be monitored via Ethernet using SNMP protocol. I. The unit shall be capable of sending alarms to alert Traffic Operation Center of an incident with the UPS assembly. 3.2 Modes of Operation A. Normal 1. The UPS shall continuously supply power to the critical load. 2. The charger shall supply temperature compensated DC power to the batteries. 3. The charger shall maintain the batteries in a fully charged state even at low input voltage conditions. 4. The batteries shall remain fully charged. B. Emergency 1. Upon failure of the input AC power source, the critical load shall be supplied by the UPS, which shall obtain its power from the batteries through the Automatic Transfer Switch and Inverter. Page 4 of 5 UNINTERRUPTIBLE POWER SUPPLY — 34 41 19.73 December 2016 City of Corpus Christi Standard Specifications for Construction 2. There shall be no interruption or disturbances to the critical load upon failure or restoration of the input AC power source. C. Recharge 1. Upon restoration of the input AC power source (prior to complete battery discharge), the UPS shall automatically return to normal operation. 2. If the batteries become completely discharged (batteries have reached the DC cutoff point) the UPS shall automatically restart and resume normal operation including the automatic recharge of the batteries once utility power is restored. D. Fail-safe Bypass Mode 1. In case of UPS failure, the critical load shall continue to operate on utility power. There shall be no disruption of the critical load. E. Downgrade 1. If the batteries are to be taken out of service for maintenance, they shall be disconnected from the UPS by means of a battery circuit breaker and Anderson quick disconnect. 2. The UPS shall continue to function as specified, except for power outage protection and dynamic response characteristics. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance, and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 5 of 5 UNINTERRUPTIBLE POWER SUPPLY — 34 41 19.73 December 2016 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 23.39 RADAR PRESENCE DETECTOR PART1 GENERAL 1.1 Description A. This specification shall govern all work required for the installation of Radar Presence Detector (RPD) that detects vehicles on a roadway via processing of radar electromagnetic waves as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 34 41 19.13 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT 1.3 References The latest edition of the referenced item below shall be used. A. Federal Communications Commission (FCC) B. National Electrical Manufacturers Association (NEMA) C. City of Corpus Christi — Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS. PART2 PRODUCTS 2.1 General A. Pre -Approved materials and equipment can be found within the City of Corpus Christi — Signalization Standard Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. 3. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. B. Shall not be affected by normal weather and environmental conditions such as rain, wind, snow, dust, etc. 1. Shall not require cleaning and can maintain performance over a wide range of ambient temperatures. C. Shall provide a non -intrusive means of detecting traffic because they can be installed at the side of a roadway. 2.2 Sensor Outputs A. Shall present real-time presence data in ten (10) lanes. B. Shall support a minimum of eight (8) zones. C. The RPD shall support a minimum of four (4) channels. D. Shall support user selectable zone to channel mapping. E. Shall use AND logic to trigger channels when all selected zones are active. F. Shall use OR logic to combine multiple zones to a channel output, and shall have channel output extend and delay functionality. G. The RPD algorithms shall mitigate detections from wrong way or cross traffic. H. The RPD system shall have fail-safe mode capabilities for contact closure outputs if communication is lost. 2.3 Detectable Area A. Detectable Range Page 1 of 7 RADAR PRESENCE DETECTOR — 34 41 23.39 December 2016 City of Corpus Christi Standard Specifications for Construction 1. Shall be able to detect and report presence in lanes with boundaries as close as six -feet (6) from the base of the pole on which the RPD is mounted. 2. Shall be able to detect and report presence in lanes located within the 100 ft. arc from the base of the pole on which the RPD is mounted. B. Field of View 1. Shall be able to detect and report presence for vehicles within a ninety (90) degree field of view. C. Lane Configuration 1. Shall be able to detect and report presence in up to ten (10) lanes. 2. Shall be able to detect and report presence in curved lanes and areas with islands and medians. 2.4 System Hardware A. For each approach to be detected, one RPD corner radar shall be used. B. Preassembled Back plate 1. Each RPD shall have a traffic cabinet preassembled back plate with the following: a. AC/DC power conversion b. Surge protection c. Terminal blocks for cable landing d. Communication connection points C. The preassembled back plate for the RPD shall be a cabinet side mount or rack mount. D. Contact Closure Input File Cards. The RPD shall use contact closure input file cards with two (2) or four (4) channel capabilities. E. The contact closure input file cards for the RPD shall be compatible with industry standard detector racks. 2.5 Maintenance A. The RPD shall not require cleaning or adjustment to maintain performance. B. The RPD shall not rely on battery backup to store configuration information, thus eliminating any need for battery replacement. C. Once the RPD is calibrated, it shall not require recalibration to maintain performance unless the roadway configuration changes. D. The mean time between failures shall be ten (10) years, which is estimated based on manufacturing techniques. 2.6 Physical Properties A. Shall not exceed 4.2 lbs in weight. B. Shall not exceed 13.2 in. by 10.6 in. by 3.3 in. in its physical dimensions. C. All external parts of the RPD shall be ultraviolet resistant, corrosion -resistant, and protected from fungus growth and moisture deterioration. D. Enclosure 1. Shall be enclosed in a Lexan EXL polycarbonate. E. The enclosure shall be classified "f1" outdoor weather ability in accordance with UL 746C. F. Shall be classified as watertight according to the NEMA 250 standard. G. Shall conform to test criteria set forth in the NEMA 250 standard for type 4X enclosures. Test results shall be provided for each of the following type 4X criteria: 1. External icing (NEMA 250 clause 5.6) 2. Hose -down (NEMA 250 clause 5.7) 3. 4X corrosion protection (NEMA 250 clause 5.10) 4. Gasket (NEMA 250 clause 5.14) H. Shall be able to withstand a drop of up to five -feet (5') without compromising its functional and structural integrity. I. Shall include a connector that meets the MIL -C-26482 specification. The MIL -C-26482 connector shall provide contacts for all data and power connections. 2.7 Electrical A. Shall consume less than 10 W. B. Shall operate with a DC input between 9 VDC and 28 VDC. C. Shall have onboard surge protection. Page 2 of 7 RADAR PRESENCE DETECTOR — 34 41 23.39 December 2016 City of Corpus Christi Standard Specifications for Construction 2.8 Communication Ports A. Shall have two (2) communication ports, and both ports shall communicate independently and simultaneously. B. Shall support the upload of new firmware into the C. RPD's non-volatile memory over either communication port. D. The RPD shall support the user configuration of the following: 1. Response delay 2. Push port E. The communication ports shall support a 9600 bps baud rate. 2.9 Radar Design A. The RPD shall be designed with a matrix of radars. B. Frequency Stability 1. The circuitry shall be void of any manual tuning elements that could lead to human error and degraded performance over time. 2. All transmit modulated signals shall be generated by means of digital circuitry, such as a direct digital synthesizer, that is referenced to a frequency source that is at least 50 parts per million (ppm) stable over the specified temperature range, and ages less than 6 ppm per year. 3. Any up conversion of a digitally generated modulated signal shall preserve the phase stability and frequency stability inherent in the digitally generated signal. 4. Shall not rely on temperature compensation circuitry to maintain transmit frequency stability. 5. The bandwidth of the transmit signal of the RPD shall not vary by more than one -percent (1%) under all specified operating conditions and over the expected life of the RPD. C. Antenna Design 1. Shall be designed on printed circuit boards. 2. The vertical beam width of the RPD at the 6 dB points of the two-way pattern shall be 65 degrees or greater. 3. Shall cover a 90 degree horizontal field of view. 4. The side lobes in the RPD two-way antenna pattern shall be -40 dB or less. D. Resolution 1. Shall transmit a signal with a bandwidth of at least 245 MHz. E. RF Channels 1. Shall provide at least eight (8) RF channels so that multiple units can be mounted in the same vicinity without causing interference between them. F. Verification 1. Shall have a self -test that is used to verify correct hardware functionality. 2. Shall have a diagnostics mode to verify correct system functionality. 2.10 Configuration A. Auto -configuration 1. Shall have a method for automatically defining traffic lanes, stop bars and zones without requiring user intervention. This auto -configuration process shall execute on a processor internal to the RPD and shall not require an external PC or other processor. 2. The auto -configuration process shall work under normal intersection operation and may require several cycles to complete. B. Manual Configuration 1. The auto -configuration method shall not prohibit the ability of the user to manually adjust the RPD configuration. 2. Shall support the configuring of lanes, stop bars and detection zones in one -foot (1') increments. C. Windows® Mobile -based Software 1. Shall include graphical user interface software that displays all configured lanes and the current traffic pattern using a graphical traffic representation. 2. The graphical interface shall operate on Windows Mobile, Windows XP, Windows Vista and Windows 7 in the .NET framework. Page 3 of 7 RADAR PRESENCE DETECTOR — 34 41 23.39 December 2016 City of Corpus Christi Standard Specifications for Construction 3. The software shall support the following functionality: a. Operate over a TCP/IP connection b. Give the operator the ability to save/back up the RPD configuration to a file or load/restore the RPD configuration from a file c. Allow the backed -up sensor configurations to be viewed and edited d. Provide zone and channel actuation display e. Provide a virtual connection option so that the software can be used without connecting to an actual sensor f. Local or remote sensor firmware upgradability 2.11 Operating Conditions A. Shall maintain accurate performance in all weather conditions, including rain, freezing rain, snow, wind, dust, fog and changes in temperature and light, including direct light on sensor at dawn and dusk. B. RPD operation shall continue in rain up to one -inch (1") per hour. C. Shall be capable of continuous operation over an ambient temperature range of -40°F to 165.2°F. D. Shall be capable of continuous operation over a relative humidity range of 5% to 95% (non - condensing). 2.12 Testing A. FCC 1. Shall be certified by the Federal Communications Commission (FCC) under CFR 47, part 15, section 15.249 as an intentional radiator. 2. The FCC certification shall be displayed on an external label on each RPD according to the rules set forth by the FCC. 3. Shall comply with FCC regulations under all specified operating conditions and over the expected life of the RPD. B. NEMA TS 2-2003 Testing 1. The RPD shall comply with the applicable standards stated in the NEMA TS2-2003 standard. a. Third party test results shall be made available for each of the following tests: (1) Shock pulses of 10 g, 11 ms half sine wave (2) Vibration of 0.5 g up to 30 Hz (3) 300 V positive/negative pulses applied at one pulse per second at minimum and maximum DC supply voltage (4) Cold temperature storage at -49°F for 24 hours (5) High temperature storage at 185°F for 24 hours (6) Low temp, low DC supply voltage at -29.2°F and 10.8 VDC (7) Low temp, high DC supply voltage at -29.2°F and 26.5 VDC (8) High temp, high DC supply voltage at 165.2°F and 26.5 VDC (9) High temp, low DC supply voltage at 165.2°F and 10.8 VDC 2.13 Manufacturing A. The RPD shall be manufactured and assembled in the USA. B. The internal electronics of the RPD shall utilize automation for surface mount assembly, and shall comply with the requirements set forth in IPC -A -610C Class 2, Acceptability of Electronic Assemblies. C. The RPD shall undergo a rigorous sequence of operational testing to ensure product functionality and reliability. D. Testing shall include the following: 1. Functionality testing of all internal sub -assemblies 2. Unit level burn -in testing of forty-eight (48) hours' duration or greater 3. Final unit functionality testing prior to shipment 4. Test results and all associated data for the above testing shall be provided for each purchased RPD by serial number, upon request. 2.14 Support A. The RPD manufacturer shall provide both training and technical support services. Page 4 of 7 RADAR PRESENCE DETECTOR — 34 41 23.39 December 2016 City of Corpus Christi Standard Specifications for Construction B. Training 1 The manufacturer provided training shall be sufficient to fully train installers and operators in the installation, configuration, and use of the RPD to ensure accurate RPD performance. 2. The manufacturer provided training shall consist of comprehensive classroom labs and hands-on, in -the -field, installation and configuration training. 3. Classroom lab training shall involve presentations outlining and defining the RPD, its functions, and the procedures for proper operation. 4. These presentations shall be followed by hands-on labs in which trainees shall practice using the equipment to calibrate and configure a virtual RPD. 5. To facilitate the classroom presentation and hands- on labs, the manufacturer provided training shall include the following items: a. Knowledgeable trainer or trainers thoroughly familiar with the RPD and its processes b. Presentation materials, including visual aids, printed manuals and other handout materials for each student c. Computer files, including video and raw data, to facilitate the virtual configuration of the RPD d. Laptop computers or Windows CE handheld devices with the necessary software, and all necessary cables, connectors, etc. e. All other equipment necessary to facilitate the virtual configuration of the RPD 6. Field training shall provide each trainee with the hands- on opportunity to install and configure the RPD at road- side. Training shall be such that each trainee will mount and align the RPD correctly. C. Technical Assistance 1. Manufacturer provided technical support shall be available according to contractual agreements, and a technical representative shall be available to assist with the physical installation, alignment, and auto -configuration of each supplied RPD. 2. Technical support shall be provided thereafter to assist with troubleshooting, maintenance, or replacement of RPDs should such services be required. 2.15 Documentation A. RPD documentation shall include an instructional training guide and a comprehensive user guide as well as an installer quick -reference guide and a user quick -reference guide. B. The RPD manufacturer shall supply the following documentation and test results at the time of the bid submittal: 1. FCC CFR 47 certification (frequency compliance) 2. IED 6100-4-5 class 4 test report (surge) 2.16 Warranty A. Shall be warranted free from material and workmanship defects for a period of two (2) years from date of shipment. 2.17 Cabling A. The cable end connector shall meet the MIL -C-26482 specification and shall be designed to interface with the appropriate MIL -C-26482 connector. B. The connector back shell shall be an environmentally sealed shell that offers excellent immersion capability. C. All conductors that interface with the connector shall be encased in a single jacket, and the outer diameter of this jacket shall be within the back shell's cable O.D. range to ensure proper sealing. D. The back shell shall have a strain relief with enough strength to support the cable slack under extreme weather conditions. E. The cable shall be terminated only on the two farthest ends of the cable. F. The cable length shall not exceed 2000 ft for the operational baud rate of RS -485 communications (9.6 Kbps). G. If 12 VDC is being supplied for the RPD then the cable length shall not exceed 110 ft. H. If 24 VDC is being supplied for the RPD then the cable length shall not exceed 600 ft. I. Both communication and power conductors can be bundled together in the same cable as long as the above- mentioned conditions are met. Page 5 of 7 RADAR PRESENCE DETECTOR — 34 41 23.39 December 2016 City of Corpus Christi Standard Specifications for Construction 2.18 In Cabinet Interface Equipment A. The RPD shall be installed using a Preassembled Traffic Cabinet Back plate or an equivalent that provides input power surge suppression, sensor cable surge suppression, AC to DC power conversion (if necessary), and terminal blocks. 1. The surge protection devices shall meet or exceed the EN 61000-4-5 Class 4 specifications. 2.19 Power Supply A. If needed, the RPD shall be installed using a manufacturer supplied device or an equivalent AC to DC power converter that meets the following specifications: 1. The power converter shall be power rated at 48 W for temperatures less than 140°F with a 5% power decrease for each degree increase up to 158°F. 2. The power converter shall operate in the temperature range of to -29.2°F to 165.2°F. 3. The power converter shall operate in the humidity range of 5% to 95% at 77°F non - condensing. 4. The power converter shall accept an input voltage of 85 to 264 VAC or 120 to 370 VDC. 5. The power converter shall operate at an input frequency of 47 Hz to 63 Hz. 6. The power converter shall produce an output voltage of 24 VDC ±4%. 7. The power converter shall withstand a voltage across its input and output of 2 kV. a. The power converter shall withstand a voltage across its input and ground of 1.5 kV. 8. The power converter shall conform to safety standards UL 60950 and EN 60950. 9. The power converter shall conform to EMC standards EN 55022 Class B and EN 61000- 3-2, 3 10. In brown -out conditions (i.e. < 85 VAC input), the output voltage of the power converter shall be less than 1 VDC. 11. The terminal blocks shall be color -coded insulation displacement terminal blocks. 12. The terminal blocks shall be prewired to the other in cabinet equipment so that no wiring other than cable terminations, connecting input power and connecting input file cards shall be required during installation. 2.20 Input File Cards A. Shall meet the following: 1. The input file cards shall be compatible with 170, 2070, NEMA TS 1, and NEMA TS 2 style input racks. 2. The input file card shall translate data packets from the RPD into contact closure outputs. 3. The input file card shall support presence detection. 4. The input file card shall receive data packets over an RS- 485 bus at a baud rate of 9600 bps. 5. The input file card shall auto baud and auto -detect an RPD over wired and wireless communication channels that have a maximum latency of 500 ms. 6. The input file card shall comply with the NEMA TS 2-1998 Traffic Controller Assemblies with NTCIP Requirements (Section 2.8 specification). PART 3 EXECUTION 3.1 General A. Shall be installed as recommended by the manufacturer and as indicated on the Drawings or by the Owner. 3.2 Mounting and Installation A. Mounting Assembly 1. Shall be mounted directly onto a mounting assembly fastened to a mast arm, pole or other solid structure. 2. The RPD mounting assembly shall provide the necessary degrees of rotation to ensure proper installation. 3. The RPD mounting assembly shall be constructed of weather -resistant materials and Page 6 of 7 RADAR PRESENCE DETECTOR - 34 41 23.39 December 2016 City of Corpus Christi Standard Specifications for Construction shall be able to support a twenty -pound (20 -Ib) load. B. Mounting Location 1 Shall be mounted at a height that is within the manufacturer's recommended mounting heights. 2. The RPD shall be mounted at an offset from the first lane that is consistent with the RPD's minimum offset. 3. The RPD shall be mounted so that at least twenty -feet (20) along the farthest lane to be monitored is within the field view of the RPD. 4. The RPD shall be mounted with its cable connector down and shall be tilted so that the RPD is aimed at the center of the lanes to be monitored. a. Typically, the RPD is tilted off of vertical by 20-30 degrees. 5. The RPD shall be mounted on a vertical signal pole or on the horizontal mast arm. 6. The RPD shall be mounted so that its field of view is not occluded by poles, signs or other structures. 7. RPDs that are mounted within twenty -feet (20) of each other or that are monitoring the same intersection shall be configured to operate on different RF channels regardless of the pointing direction of the RPDs. 8. It is recommended that the manufacturer be consulted to verify final RPD placement if the RPD is to be mounted near Targe planar surfaces (sound barrier, building, parked vehicles, etc.) that run parallel to the monitored roadway. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance, and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 7 of 7 RADAR PRESENCE DETECTOR — 34 41 23.39 APPENDIX PART A GEOTECHNICAL REPORT SUBSURFACE INVESTIGATION, LABORATORY TESTING PROGRAM AND PROVISION OF PAVEMENT RECOMMENDATIONS FOR THE PROPOSED AYERS STREET — OCEAN DR. TO ALAMEDA ST. (BOND 2014) (CITY OF CC PROJ. NO. E13092) CORPUS CHRISTI, TEXAS RETL PROPOSAL NUMBER: G114120 PREPARED FOR: FREESE AND NICHOLS, INC. 800 NORTH SHORELINE BOULEVARD, SUITE 1600N CORPUS CHRISTI, TEXAS 78401 APRIL 16, 2014 PREPARED BY: ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TEXAS 78409 PHONE: (361) 883-4555; FAX: (361) 883-4711 TEXAS BOARD OF PROFESSIONAL ENGINEERS FIRM REGISTRATION NO. - 2101 siesellootemt �r �t4 s ; MARK C. ROCK e 11%.. 71395 • �', Pen 1STE . Mark C. Rock, P.E. Vice President of Operations CH1•R..IST.E.O•9PiO5HF8�E6R6 .A,rg..RO' ':l* 1l 1•`'CENSiOc.. Christopher A. Rock, P.E. NDN Vice President Corpus Christi TABLE OF CONTENTS Paye INTRODUCTION 1 Authorization 1 Purpose and Scope 1 General 2 FIELD EXPLORATION 2 Scope 2 Drilling and Sampling Procedures 4 Field Tests and Measurements 4 LABORATORY TESTING PROGRAM 5 SUBSURFACE CONDITIONS 5 General 5 Soil Conditions 6 Groundwater Observations 7 OSHA Soil Type Classification 8 PAVEMENT RECOMMENDATIONS 8 Routine Maintenance of Rigid and Flexible Pavement Systems 13 Earthwork and Foundation Acceptance 13 Dewatering Construction Considerations 13 GENERAL COMMENTS 14 APPENDIX Boring/Core Location Plans Boring Logs B-1 through B-6 Key to Soil Classifications and Symbols April 16, 2014 Freese and Nichols, Inc. Attn: Mr. Ron Guzman, P.E. AYERS STREET Ocean Dr. to Alameda St.; Corpus Christi, Texas RETL Job No.: G114120 INTRODUCTION This report presents the results of a soils exploration for the proposed Ayers Street with project limits from Ocean Drive to Alameda Street to be constructed in Corpus Christi, Texas. This study was conducted for the City of Corpus Christi and Freese and Nichols, Inc. Authorization The work for this project was performed in accordance with Rock Engineering and Testing Laboratory, Inc. (RETL) proposal number P110713C dated November 7, 2013. The scope of work was approved, proposal signed and returned to RETL via e-mail. Purpose and Scope Based on information provided to RETL, the proposed project will include the reconstruction of the existing 4 travel lane roadway. It is understood that the profile grade line of the roadway will be slightly altered. In addition, new utility lines will be installed approximately 10 to 15 -feet below finished pavement. RETL performed the following: • Evaluation of the subsurface soils within the limits of the proposed roadway rehabilitation project by obtaining information on the in-situ soils and groundwater conditions to provide flexible and rigid pavement sections suitable for 20 and 30 -year pavement designs. • Provision of recommendations on the suitability of recycling the existing asphalt roadway to be re -used as base material for either a flexible or rigid pavement section. If the material is suitable, RETL will provide recommendations suitable for 20 and 30 -year pavement designs utilizing the recycled existing pavement. If milling and reclaiming the existing pavement constituents is not suitable, RETL will also provide this recommendation in this report. • Provide soil parameters, trench excavation design parameters, OSHA soil type classification and recommendations needed by the contractor/engineer to design braced excavations for installation of underground utilities. In addition, prospective contractors will utilize the information provided in this report during the bidding process. The Geotechnical Engineer states that the findings, recommendations, specifications or professional advice contained herein, have been presented after being prepared in a manner consistent with that level of care and skill ordinarily exercised by reputable members of the Geotechnical Engineer's profession practicing contemporaneously under similar conditions in the locality of the project. No other representations are expressed or implied, and no warranty or guarantee is included or intended. 1 of 14 April 16, 2014 Freese and Nichols, Inc. Attn: Mr. Ron Guzman, P.E. AYERS STREET Ocean Dr. to Alameda St.; Corpus Christi, Texas RETL Job No.: G114120 The scope of services did not include an environmental assessment. Any statements in this report, or on the boring logs, regarding odors, colors, unusual or suspicious items or conditions are strictly for the information of the client. General The exploration and analysis of the subsurface conditions reported herein are considered sufficient in detail and scope to assist the design engineer in selecting suitable pavement sections for the proposed street rehabilitation project and to provide the contractors with information to assist with bidding and design of trench excavation protection. The information submitted for the proposed project is based on project details provided by Freese and Nichols, Inc. and the soil information obtained at the sample locations. The Geotechnical Engineer warrants that the findings, recommendations, specifications, or professional advice contained herein, have been presented after being prepared in accordance with generally accepted professional engineering practice in the fields of foundation engineering, soil mechanics and engineering geology. No warranties are expressed or implied. This report has been prepared for the exclusive use of the Freese and Nichols, Inc. for the specific application for the proposed Ayers Street with project limits from Ocean Drive to Alameda Street to be constructed in Corpus Christi, Texas. FIELD EXPLORATION Scope The field exploration, to evaluate the engineering characteristics of the subsurface materials, included performing the soil borings and determining strength and classification of the subgrade soils samples obtained. A summary of the field investigation performed for the Ayers Street is provided in the table below: 2of14 April 16, 2014 Freese and Nichols, Inc. Attn: Mr. Ron Guzman, P.E. AYERS STREET Ocean Dr. to Alameda St.; Corpus Christi, Texas RETL Job No.: G114120 AYERS STREET OCEAN DRIVE TO ALAMEDA STREET; CORPUS CHRISTI, TEXAS Boring/Core Number Boring Depth Location Depth of HMAC (in) Depth of Base (in) B-1 20 N 27° 46.403' W 97° 24.049' Ayers Street; 50' E from Alameda St.; 5' from south edge of pavement; Outside EBL 6.50 6.00 B-2 5 N 27° 46.449' W 97° 23.970' Ayers Street; 125' W from 6th St.; 1' from north edge of pavement; Outside WBL 7.00 --- B-3 20 N 27° 46.483' W 97° 23.896' Ayers Street; 50' E from Lawnview St.; 4' from south edge of pavement; Outside EBL 7.00 --- B-4 5 N 27° 46.528' W 97° 23.820' Ayers Street; 150' W from Santa Fe St.; 1' from north edge of pavement; Outside WBL 7.00 --- B-5 5 N 27° 46.545' W 97° 23.748' Ayers Street; 80' W from 3`d St.; 5' from south edge of pavement; Outside EBL 7.50 7.00 B-6 20 N 27° 46.556' W 97° 23.632' Ayers Street; 120' W from Ocean Dr.; 5' from north edge of pavement; Outside WBL 6.00 5.50 C-7 --- N 27° 46.422' W 97° 24.012' Ayers Street; Intersection of Ayers St. & 7th St.; 14' from south edge of pavement; Inside EBL 8.25 --- C-8 --- N 27° 46.468' W 97° 23.934' Ayers Street; 75' E from 6th St.; 5' from north edge of pavement; Outside WBL 9.00 --- C-9 --- N 27° 46.501' W 97° 23.861' Ayers Street; 20' W from 5th St.; 5' from south edge of pavement; Outside EBL 8.50 --- C-10 --- N 27° 46.547' W 97° 23.772' Ayers Street; 50' E from Santa Fe St.; 15' from north edge of pavement; Inside WBL 4.50 9.00 C-11Ayers ___ N 27° 46.551' W 97° 23.692' Street; 40' W from 2nd St.; 15' from south edge of pavement; Inside EBL 4.50 13.00 C-12Ayers ___ N 27° 46.554' W 97° 23.609' Street; 50' W from Ocean Dr.; 5' from south edge of pavement; Outside EBL 8.50 9.00 Average Thickness of Existing Pavement Constituents (in) 7.00* N/A *These values were rounded to the nearest '/4 -inch. Where: EBL = East Bound Lane WBL =West Bound Lane 3 of 14 April 16, 2014 Freese and Nichols, Inc. Attn: Mr. Ron Guzman, P.E. AYERS STREET Ocean Dr. to Alameda St.; Corpus Christi, Texas RETL Job No.: G114120 Average thickness of base material was not provided due to the absence of base material at half of the sample locations within the project limits. Given the absence of crushed stone base material at half of the core/boring locations, it is RETL's opinion that it is more beneficial to recycle the existing HMAC into RAP as a percentage of virgin HMAC to the amount allowed by TxDOT Item 340 as opposed to using the HMAC as sub -base into the proposed pavement sections. The borings performed for this project were used to determine the classification and strengths of the in-situ soils, groundwater observations and thickness of existing pavement constituents. The information obtained on the boring logs includes boring location, boring depth, thickness of pavement constituents, soil classification, soil strengths, laboratory test results, groundwater observations and GPS coordinates obtained using a commercially available GPS at the boring locations. The boring logs are included in the Appendix. Drilling and Sampling Procedures At each boring location, pavement cores were performed to provide access to the subsurface soils. The pavement cores were obtained using a coring machine equipped with a diamond bit to penetrate the existing pavement constituents to a depth the subgrade soils were encountered. Once the pavement constituents were penetrated and the existing pavement constituents removed, a drilling rig equipped with a rotary head turning hollow stem augers was used to advance the boreholes to the desired boring termination depth. Disturbed soil samples were obtained employing split -barrel sampling procedures in general accordance with the procedures for, "Penetration Test and Split -Barrel Sampling of Soils, (ASTM D1586)." Undisturbed soil samples were obtained using thin-wall tube sampling procedures in accordance with, "Thin Walled Tube Sampling of Soils, (ASTM D1587)." The samples obtained by this procedure were extruded by a hydraulic ram and classified in the field. All of the samples were placed in plastic bags, marked according to boring number, depth and any other pertinent field data, stored in special containers and delivered to the laboratory for testing. Field Tests and Measurements Penetration Tests - During the sampling procedures, standard penetration tests (SPT) were performed to obtain the standard penetration value of the soil. The standard penetration value (N) is defined as the number of blows of a 140 -pound hammer, falling 30 -inches, required to advance the split -barrel sampler 1 -foot into the soil. The sampler is lowered to the bottom of the previously cleaned drill hole and advanced by blows from the hammer. The number of blows is recorded for each of three successive 6 -inch penetrations. The "N" value is the sum of the second and third 6 - inch increment number of blows. The results of standard penetration tests indicate the relative density of cohesionless soils and comparative consistency of cohesive soils, thereby providing a basis for estimating the relative strength and compressibility of the soil profile components. 4of14 April 16, 2014 Freese and Nichols, Inc. Attn: Mr. Ron Guzman, P.E. AYERS STREET Ocean Dr. to Alameda St.; Corpus Christi, Texas RETL Job No.: G114120 Water Level Observations - Water level observations were obtained during the test boring operations and are noted on the boring logs provided in the Appendix. In relatively pervious soils, such as sandy soils, the indicated depths are usually reliable groundwater levels. In relatively impervious soils, a suitable estimate of the groundwater depth may not be possible, even after several days of observation. Seasonal variations, temperature, land -use, proximity to a creek, river or lake and recent rainfall conditions may influence the depth to the groundwater. The amount of water in open boreholes largely depends on the permeability of the soils encountered at the boring locations. Ground Surface Elevations - The ground surface elevations at the boring locations were not provided. Therefore, all depths referred to in this report are from the actual ground surface elevations at the boring locations during the time of our field investigation. LABORATORY TESTING PROGRAM In addition to the field investigation, a laboratory testing program was conducted to determine additional pertinent engineering characteristics of the subsurface materials necessary in analyzing the behavior of the pavement systems for the proposed project. The laboratory testing program included supplementary visual classification (ASTM D2487) and water content tests (ASTM D2216) on all samples. In addition, selected samples were subjected to Atterberg limits tests (ASTM D4318) and percent material finer than the #200 sieve tests (ASTM D1140). The shear strength of selected cohesive soil samples were evaluated from unconfined compressive strength tests (ASTM D2166). The estimated soil strengths were obtained using a hand penetrometer. All phases of the laboratory testing program were conducted in general accordance with applicable ASTM Specifications. The results of these tests are to be found on the accompanying boring logs and test reports provided in the Appendix. SUBSURFACE CONDITIONS General The types of soils encountered in the test borings have been visually classified and are described in detail on the boring logs. The results of the standard penetration tests, strength tests, water level observations and other laboratory tests are presented on the boring logs in numerical form. Representative samples of the soils were placed in polyethylene bags and are now stored in the laboratory for further analysis, if desired. Unless notified to the contrary, all samples will be disposed of 3 -months after issuance of this report. 5of14 April 16, 2014 Freese and Nichols, Inc. Attn: Mr. Ron Guzman, P.E. AYERS STREET Ocean Dr. to Alameda St.; Corpus Christi, Texas RETL Job No.: G114120 The stratification of the soil, as shown on the boring logs, represents the soil conditions at the actual boring locations. Variations may occur between, or beyond, the actual boring locations. Lines of demarcation represent the approximate boundary between different soil types, but the transition may be gradual, or not clearly defined. It should be noted that, whereas the test borings were drilled and sampled by experienced drillers, it is sometimes difficult to record changes in stratification within narrow limits. In the absence of foreign substances, it is also difficult to distinguish between discolored soils and clean soil fill. Soil Conditions The generalized soil conditions encountered have been summarized and soil properties including soil classification, strength and the design parameters recommended for use when designing of braced excavations are provided in the following table: Soil Profile Table D Description LL PI C 4) ye Ka Kp 0-1.5* Ex. HMAC Pavement Not Applicable 1.5-9 Fat CLAY 60-73 40-48 1,500 0 120 0.40 2.5 9-20 Lean CLAY and CLAYEY Sand 31-49 16-33 2,800 0 120 0.38 2.6 *The thickness of the existing pavement provided in the table above reflects the thickest existing pavement section which was encountered at core location C-11. Where: D = Depth in feet below existing grade LL = Liquid limit (%) PI = Plasticity index C = Soil Cohesion, psf (undrained) c = 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 soil conditions provided in the table above were observed. Detailed descriptions of the soils encountered within the project limits and the sample locations are provided in this report and on the boring logs included in the Appendix. Base samples were subjected to Atterberg limits tests to determine the plasticity. The liquid limit (LL) ranged from 33 to 36 -percent and the plasticity indices (PI) ranged from 12 to 13. The trench protection should be designed to provide the most conservative design given the design parameters provided in the table above. 6of14 April 16, 2014 Freese and Nichols, Inc. Attn: Mr. Ron Guzman, P.E. AYERS STREET Ocean Dr. to Alameda St.; Corpus Christi, Texas RETL Job No.: G114120 It should be noted that the values for the design of braced excavations provided in the table above are based on the soil strengths and soil densities encountered in the field and generally accepted empirical formulas correlating undrained shear strengths to drained shear strengths and the corresponding angle of internal friction for clay soils. The active and passive earth pressure coefficients were calculated using the drained angle of internal friction as recommended in "FOUNDATION ANALYSIS AND DESIGN', written by Mr. Joseph Bowles where he states, "Drained soil parameters for stiff clays and 4)-C soils in general may be appropriate for lateral pressures behind braced walls where the excavation is open for a considerable length of time." Groundwater Observations Groundwater (GW) observations and the depths the borings caved are provided in the following table: GROUNDWATER OBSERVATIONS BORING NO. DURING DRILLING UPON COMPLETION B-01 None Dry and Open B-02* None Dry and Open B-03 None Dry and Open B-04* None Dry and Open B-05* None Dry and Open B-06 None Dry and Open *Borings were terminated at a depth of 5 -feet. Based on measurements made in the field and moisture contents obtained in the laboratory, it appears that groundwater at this site, during the time of our field investigation, will be encountered at depth greater than 20 -feet, the deepest boring termination depth of the borings performed for this project. The groundwater observations provided in the table above are indicative of the conditions at the boring locations during the time of our field investigation. It should be emphasized that water levels in open boreholes may require several hours to several days to stabilize depending on the permeability of the soils and that groundwater levels at this site will be subject to seasonal conditions, recent rainfall, drought or temperature effects. 7of14 April 16, 2014 Freese and Nichols, Inc. Attn: Mr. Ron Guzman, P.E. AYERS STREET Ocean Dr. to Alameda St.; Corpus Christi, Texas RETL Job No.: G114120 OSHA Soil Type Classification The table below provides a summary of the OSHA Soil Type Classification for the soils encountered at this site to the depth of 20 -feet at the boring locations: D DESCRIPTION OSHA SOIL TYPE CLASSIFICATION 0-20 Stiff to Very Stiff Cohesive Clayey Soils Above the Water Table Type B It should be noted that the contractor's "responsible person" shall make the final determination of the OSHA Soil Type during excavation of the soils at the jobsite. The maximum allowable slopes during construction for soil OSHA soil types are provided in the following table: GUIDELINES FOR MAXIMUM ALLOWABLE SLOPES Soil or Rock Type Max. Allow. Slopes for Excavations < Than 20' Deep Stable Rock Vertical Type A 3/4 Horizontal : 1 Vertical Type B 1 Horizontal : 1 Vertical Type C 1V2 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 the reconstruction of the existing 4 travel lane roadway. It is understood that the profile grade line of the roadway will be slightly altered. In addition, new utility lines will be installed approximately 10 to 15 -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. 8 of 14 April 16, 2014 Freese and Nichols, Inc. Attn: Mr. Ron Guzman, P.E. AYERS STREET Ocean Dr. to Alameda St.; Corpus Christi, Texas RETL Job No.: G114120 The conditions that influence pavement design can be summarized as follows: • Bearing values of the subgrade. These can be represented by a California Bearing Ratio (CBR) for the design of flexible pavements, or a Modulus of Subgrade Reaction (K) for rigid pavements. • Vehicular traffic, in terms of the number and frequency of vehicles and their range of axle loads. • Probable increase in vehicular use over the life of the pavement. • The availability of suitable materials to be used in the construction of the pavement and their relative costs. Specific laboratory testing to define the subgrade strength (i.e. CBR/K values) have not been performed for this analysis. Based upon local experience and soil classification, the estimated CBR and K values for the natural highly plastic clay soils encountered at this site is 3 and 90 pci, respectively. The Average Daily Traffic (ADT) numbers utilized for this project were provided by the City of Corpus Christi. Given the ADT counts provided the 2035 and 2045 traffic projections to determine vehicles per design lane were calculated by taking into account the following considerations: • 100% Design Lane Traffic Distribution • Terminal Serviceability Index — 2.5 • Most Recent ADT Provided by City of Corpus Christi — 5,599 Bi -Directional (02/08/2010) If the owner or consultant provides considerations that conflict with those assumed above, then RETL should be given the opportunity prior to final issue of the plans and specifications to determine if supplemental recommendations are warranted. ADT numbers provided and calculated for 20 and 30 -years, calculated 18 -kip Equivalent Single Axle Loads (ESAL) and calculated required structural number are provided in the tables below for 20 and 30 -year pavement designs: 9of14 April 16, 2014 Freese and Nichols, Inc. Attn: Mr. Ron Guzman, P.E. AYERS STREET Ocean Dr. to Alameda St.; Corpus Christi, Texas RETL Job No.: G114120 AYERS STREET (Ocean Drive to Alameda Street) Pavement Constituent 20 -Year Design (2035) 30 -Year Design (2045) ADT 2/8/2010 (Bi -Directional) 5,599 5,599 Design Lane ADT (with 0.9% growth) 3,503 3,831 Percent Trucks 4% 4% Calculated Flexible ESAL's 443,380 726,660 Calculated Rigid ESAL's 531,309 875,924 Required Minimum Structural Number (SN) 4.05 4.37 Rigid Pavement Thickness (in) 6" 7" 2010 ADT, percent growth and percent trucks were provided by the City of Corpus Christi. Recommended Pavement Sections — Ayers Street (Ocean Drive to Alameda Street) 20 -Year Design Life — Required SN2o = 4.05 Pavement Constituent Flex. Pvmt. No. 1 Flex. Pvmt. No. 2 Flex. Pvmt. No. 3 Flex. Pvmt. No. 4 Rigid Pvmt. No. 1 Rigid Concrete Pavement N/A N/A N/A N/A 6" HMAC Type D 2" 2" 2" 2" 1" HMAC Type B 3" 3" 2" 2" --- Limestone (Type A Gr. 1) 10" 10" 7" 11" 6" Tensar Geogrid TX -5 No No TX -5 TX -5 No Tensar Geogrid BX1100 No BX1100 No No No Lime Stab. Subgrade (5Y2%) 8" --- 8" --- --- Calculated SN 4.14 4.14 4.07 4.13 N/A 10 of 14 April 16, 2014 Freese and Nichols, Inc. Attn: Mr. Ron Guzman, P.E. AYERS STREET Ocean Dr. to Alameda St.; Corpus Christi, Texas RETL Job No.: G114120 Recommended Pavement Sections — Ayers Street (Ocean Drive to Alameda Street) 30 -Year Design Life — Required SN3o = 4.37 Pavement Constituent Flex. Pvmt. No. 5 Flex. Pvmt. No. 6 Flex. Pvmt. No. 7 Flex. Pvmt. No. 8 Rigid Pvmt. No. 2 Rigid Concrete Pavement N/A N/A N/A N/A 7" HMAC Type D 2" 2" 2" 2" 1" HMAC Type B 3" 3" 2" 3" --- Limestone (Type A Gr. 1) 12" 12" 9" 10" 6" Tensar Geogrid TX -5 No No TX -5 TX -5 No Tensar Geogrid BX 1100 No BX 1100 No No No Lime Stab. Subgrade (5'/2%) 8" --- 8" --- --- Calculated SN 4.42 4.42 4.39 4.41 N/A After all surface organics, deleterious materials and existing roadway materials have been removed to the desired subgrade elevation; the upper 12 -inches of exposed subgrade shall be compacted to a minimum density of 95 -percent of the maximum dry density, as determined by the standard Proctor (ASTM D698), and at, or above, the optimum moisture content. Any soft areas identified shall be removed and properly recompacted in place. Where specified in the tables above, upon completion of the raw subgrade preparation, or lime stabilization of the subgrade soils, whichever is applicable, a layer of the specified geogrid shall be placed on the properly prepared raw subgrade and shall extend outside the limits of the crushed limestone base material, or to the limits dictated by the project engineer or manufacturer, whichever is greater. The geogrid shall be placed in accordance with the manufacturer's recommendations. Where specified in the tables above, lime placement and mixing operations should be performed in accordance with TxDOT Item 260, "LIME TREATMENT FOR MATERIALS USED AS SUBGRADE (ROAD MIXED)." Lime shall be mixed with the natural in-situ soils at a rate of 5Y2 - percent based on the maximum dry unit weight of the raw subgrade soils, as determined by the standard Proctor (ASTM D698). After proper curing time, usually 48 to 72 hours, the lime stabilized soils should be remixed and compacted to a minimum density of 95 -percent of the maximum dry unit weight of the lime stabilized subgrade soils, as determined by a standard Proctor test (ASTM D698), and at, or above, the optimum moisture content. 11of14 April 16, 2014 Freese and Nichols, Inc. Attn: Mr. Ron Guzman, P.E. AYERS STREET Ocean Dr. to Alameda St.; Corpus Christi, Texas RETL Job No.: G114120 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 D 1557), and within 11/2 - percent of the optimum moisture content. Note that the compaction requirement for the Type A Grade 1 crushed limestone base material in the Rigid Pavement Section No. 1 and Rigid Pavement Section No. 2 shall require that the base material be compacted to a minimum density of 98 -percent of the maximum dry density, as determined by the standard Proctor test (ASTM D698), and within 1'/2 -percent of the optimum moisture content. RETL recommends placing a single course seal coat or a prime coat (MC -30 or AE -P) on the finished base material prior to placing the HMAC surface courses. A seal coat should be utilized if opened to traffic. Hot mix asphaltic concrete shall meet the requirements set forth in TxDOT Item 340; Type D and Type B surface and base courses, respectively. Minimum and maximum thickness of HMAC placement for the types of HMAC recommended are provided in the following table: Minimum/Maximum Recommended HMAC Compacted Lift Thickness HMAC Mixture Type Minimum Compacted Lift Thickness Maximum Compacted Lift Thickness Type B HMAC 2.5" 5" Type D HMAC 1.5" 3" Any other pay items not specifically referenced shall be either City of Corpus Christi specifications or TxDOT specifications. All TxDOT specifications are referenced from the 2004 Texas Department of Transportation, "STANDARD SPECIFICATIONS FOR CONSTRUCTION OF HIGHWAYS, STREETS AND BRIDGES." Allowances for proper drainage and proper material selection of base materials are most important for performance of asphaltic pavements. Ruts and areas that hold water in asphalt pavements allow for quick deterioration of the pavement primarily due to saturation of the underlying base and subgrade. The use of concrete for paving has become more prevalent in recent years due to a decrease in the material cost of concrete and to the long term maintenance cost benefits of concrete pavement compared to asphaltic pavements. The concrete pavement should be properly reinforced and jointed, as per ACI, and should have a mean concrete modulus of rupture of 620 psi (4,000 psi compressive strength concrete). Expansion joints should be sealed with an appropriate sealant so that moisture infiltration into the subgrade soils and resultant concrete deterioration at the joints is minimized. 12 of 14 April 16, 2014 Freese and Nichols, Inc. Attn: Mr. Ron Guzman, P.E. AYERS STREET Ocean Dr. to Alameda St.; Corpus Christi, Texas RETL Job No.: G114120 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 pavement, utilities, boxes and manholes be installed as soon as possible to minimize potential damage to the bearing soils. The bearing level should be free of loose soil, ponded water or debris and should be observed by the Geotechnical Engineer, or his designated representative. Concrete, pavement constituents, bedding materials and backfill materials should not be placed on soils that have been disturbed by rainfall or seepage. If the bearing soils are softened by surface water intrusion, or by desiccation, the unsuitable soils must be removed from the excavation and replaced with properly compacted fill. Backfill materials should be placed in maximum 8 -inch thick loose lifts and compacted to a minimum density of 95 -percent of the maximum dry density, as determined by the standard Proctor (ASTM D698), and the moisture content should be maintained within —1 to +3 -percent of the optimum moisture content. The Geotechnical Engineer or his designated representative should monitor the placement of roadway constituents, bedding material, backfill and backfill behind the curb. Any areas not meeting the required compaction should be recompacted and retested until compliance is met. Dewatering Construction Considerations Based on the groundwater observations made during the drilling operations and based on our experience with other geotechnical investigations performed in the vicinity, it does not appear that dewatering will be required, when installing the proposed underground utility lines to depths near 10 to 15 -feet. It should be noted that the depth to the groundwater is subject to change due to climatic and site conditions. Therefore, it should be made the responsibility of the contractor to verify depths to groundwater. 13 of 14 April 16, 2014 Freese and Nichols, Inc. Attn: Mr. Ron Guzman, P.E. AYERS STREET Ocean Dr. to Alameda St.; Corpus Christi, Texas RETL Job No.: G114120 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 April 16, 2014 Freese and Nichols, Inc. Attn: Mr. Ron Guzman, P.E. BORING/CORE LOCATION PLAN AYERS STREET Ocean Dr. to Alameda St.; Corpus Christi, Texas RETL Job No.: G114120 ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TX 78409 (361) 883-4555 April 16, 2014 Freese and Nichols, Inc. Attn: Mr. Ron Guzman, P.E. BORING/CORE LOCATION PLAN . AYERS STREET Ocean Dr. to Alameda St.; Corpus Christi, Texas RETL Job No.: G114120 ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TX 78409 (361) 883-4555 F BORING B-1 SHEET 1 of 1 G ���`�a rFs Rock Engineering & Testing Lab., Inc. 6817 pard Corpus Christi, TX 78409 (:40c)elphone361883-4555 TFax: 883-4711 qy ‘,. CLIENT: Freese & Nichols, Inc. PROJECT: Prop. Ayers Street Project LOCATION: A ers St.; Cor us Christi, TX NUMBER: G114120 DATE(S) DRILLED: 03/20/14 - 03/20/14 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger SOIL SYMBOL SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SQ FT T: TONS/SQ FT PERCENT RECOVERY/ ROCK QUALITY DESIGNATION MOISTURE CONTENT (%) ATTERBERG LIMITS DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during drilling operations. Dry and open upon completion of drilling operations. SURFACE ELEVATION: N/A L� E a LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX DESCRIPTION OF STRATUM o LL PL PI ASPHALT (6.50") BASE MATERIAL (6.00") 7 FAT CLAY, dark gray, moist, firm. (CH) Presence of lime was f / - 5 - - SS S-1 SH S-2 SH S-3 I N= 6 P= 2.0 P= 4.0 33 32 -- 73 25 48 86 not indicated using phenolphthalein, a lime indicating solution. Same as above, stiff. Same as above, brown, very stiff. LEAN CLAY, with sand, brown and greenish gray, moist, very - SH S-4 p= 3.5 20 49 16 33 108 1.7 71 stiff. (CL) Sand seam encountered. Same as above. Same as above, dry. • 15 - SH S-5 S s P= 4.5+ P= 4.5+ 17 15 C . . j�f% 1"` S � P= 4.5+ 17 39 CLAYEY SAND, greenish gray, moist, very stiff. u L D _, t 3 20 Boring was terminated at a depth of 20 -feet. 5 N - STANDARD PENETRATION TEST RESISTANCE ,-I P - POCKET PENETROMETER RESISTANCE D T - POCKET TORVANE SHEAR STRENGTH 3 J REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by RETL at GPS Coord. N 27° 46.403' W 97° 24.049'. Boring Location: Ayers Street; 50' E from Alameda St.; 5' from south edge of pavement; Outside east bound lane LOG OF BORING B-2 SHEET 1 of 1 FIELD DATA Rock Engineering & Testing Lab., Inc. 6817 Leopard St. Corpus Christi, TX 78409 Telephone: (361) 883-4555 Fax: (361) 883-4711 CLIENT: Freese & Nichols, Inc. PROJECT: Prop. Ayers Street Project LOCATION: Ayers St.; Corpus Christi, TX NUMBER: G114120 DATE(S) DRILLED: 03/20/14 - 03/20/14 LABORATORY DATA LOG OF BORING G114120 AYERS STREET.GPJ ROCK_ETL.GDT 4/11/14 SAMPLE NUMBER SH S-1 SH S-2 U W 2 \co/ z 0 LLor 00�a OZZW, UV m O IW O zaI-ao: MOISTURE CONTENT (%) ATTERB LIMIT ERG S W z U 0, a PI I= LIQUID LIMIT PLASTIC LIMIT PL DRY DENSITY POUNDS/CU.FT MINUS NO. 200 SIEVE (%) DRILLING METHOD(S): Hollow Stem Auger GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during drilling operations. Dry and open upon completion of drilling operations. SURFACE ELEVATION: N/A DESCRIPTION OF STRATUM ASPHALT (7.00" ) 1 1 P= 1.5 P= 1.75 33 31 72 25 47 86 FAT CLAY, dark gray, moist, stiff. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above. (CH) Boring was terminated at a depth of 5 -feet. N - STANDA P - POCKET T - POCKET RD PEN PENETR TORVAN ETRATION OMETER E SHEAR TEST RE RESISTA STRENG SISTANCE NCE TH REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by RETL at GPS Coord. N 27° 46.449' W 97° 23.970'. Boring Location: Ayers Street; 125' W from 6th St.; 1' from north edge of pavement; Outside west bound lane LOG OF BORING B-3 SHEET 1 of 1 Rock Engineering & Testing Lab., Inc. 6817 Leopard St. Corpus Christi, TX 78409 Telephone: (361) 883-4555 Fax: (361) 883-4711 CLIENT: Freese & Nichols, Inc. PROJECT: Prop. Ayers Street Project LOCATION: Ayers St.; Corpus Christi, TX NUMBER: G114120 DATE(S) DRILLED: 03/20/14 - 03/20/14 FIELD DATA LABORATORY DATA 0 wi 0 0 a C7 w w 1- 0) it 0 C7 Z 0 m of 0 0 J L a W SAMPLE NUMBER SS - S-1 SH / S-2 SH - S-3 10 15 20 - SH S-4 SH - S-5 SH S-6 SH S-7 0, W O. col z 0 z >c I ooh¢ ozzw, UY w0 ZQ -Q MOISTURE CONTENT (%) A F LIQUID LIMIT TTERBERG LIMITS w I_ z J o U g g a PI PLASTIC LIMIT PL DRY DENSITY POUNDS/CU.FT COMPRESSIVE d o b MINUS NO. 200 SIEVE (%) DRILLING METHOD(S): Hollow Stem Auger GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during drilling operations. Dry and open upon completion of drilling operations. SURFACE ELEVATION: N/A DESCRIPTION OF STRATUM ASPHALT (7.00") N= 6 P= 0.5 P= 3.0 P= 4.5+ P= 4.5+ 29 31 20 15 15 60 20 40 91 0.6 70 FAT CLAY, with sand, dark gray, moist, firm. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above, soft. (CH) Same as above, brown, very stiff. LEAN CLAY, greenish gray and brown, moist, very stiff. Sand seam encountered. Same as above. P= 3.25 P= 0.5 17 18 31 15 16 40 CLAYEY SAND, brown, moist, very stiff. (SC) Same as above, soft. Boring was terminated at a depth of 20 -feet. N - STANDARD PENETRATION P - POCKET PENETROMETER T - POCKET TORVANE SHEAR TES RES STR T RESISTANCE (STANCE ENGTH REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by RETL at GPS Coord. N 27° 46.483' W 97° 23.896'. Boring Location: Ayers Street; 50' E from Lawnview St.; 4' from south edge of pavement; Outside east bound lane LOG OF BORING B-4 SHEET 1 of 1 FIELD DATA Rock Engineering & Testing Lab., Inc. 6817 Leopard St. Corpus Christi, TX 78409 Telephone: (361) 883-4555 Fax: (361) 883-4711 CLIENT: Freese & Nichols, Inc. PROJECT: Prop. Ayers Street Project LOCATION: Ayers St.; Corpus Christi, TX NUMBER: G114120 DATE(S) DRILLED: 03/20/14 - 03/20/14 LABORATORY DATA LOG OF BORING G114120 AYERS STREET.GPJ ROCK_ETL.GDT 4/11/14 5 SAMPLE NUMBER SH S-1 SH S-2 w 2 \rr/ MOISTURE CONTENT (%) A E. LIQUID LIMIT TTERBERG LIMITS � z J U U g g a PI PLASTIC LIMIT PL DRY DENSITY POUNDS/CU.FT MINUS NO. 200 SIEVE (%) DRILLING METHOD(S): Hollow Stem Auger GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during drilling operations. Dry and open upon completion of drilling operations. SURFACE ELEVATION: N/A DESCRIPTION OF STRATUM ASPHALT (7.00") 1 P= 1.5 IP= 1.5 30 31 63 21 42 79 FAT CLAY, with sand, dark gray, moist, stiff. (CH) Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above. Boring was terminated at a depth of 5 -feet. N - STANDA P - POCKET T - POCKET RD PENETRATION PENETROMETER TORVANE SHEAR TES RESI T RE TSTA ENG SIST NCE TH ANCE REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by RETL at GPS Coord. N 27° 46.528' W 97° 23.820'. Boring Location: Ayers Street; 150' W from Santa Fe St.; 1' from north edge of pavement; Outside west bound lane LOG OF BORING B-5 SHEET 1 of 1 G It rFs Rock Engineering & Testing Lab., Inc. ° 0 C ' co681ps Christi,pard T Corpus TX 78409 e�9gT Fax: Telephone: 883-47113 4555 9y CLIENT: Freese & Nichols, Inc. PROJECT: Prop. Ayers Street Project LOCATION: Ayers St.; Corpus Christi, TX Y p NUMBER: G114120 DATE(S) DRILLED: 03/20/14 - 03/20/14 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger SOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SQ FT T: TONS/SQ FT PERCENT RECOVERY/ ROCK QUALITY DESIGNATION MOISTURE CONTENT (%) ATTERBERG LIMITS DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during drilling operations. Dry and open upon completion of drilling operations. SURFACE ELEVATION: N/A LL PL PI DESCRIPTION OF STRATUM - 0"- - SH s-1 SH s -z ASPHALT (7.50"2 BASE MATERIAL (7.00") P= 2.5 P= 4.5+ 29 24 70 24 46 81 FAT CLAY, with sand, dark gray, moist, stiff. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above, very stiff. (CH) 5 - r P 3 i J ) D Boring was terminated at a depth of 5 -feet. N - STANDARD PENETRATION TEST RESISTANCE +51 P - POCKET PENETROMETER RESISTANCE Di T - POCKET TORVANE SHEAR STRENGTH 3 J B EMA RK pth �'ring location was determined by RETL. Boring operations were performed by RETL at GPS Coord. N 27° 46.545' w 97° 23.748'. Boring Location: Ayers Street; 80' W from 3rd St.; 5' from south edge of pavement; Outside east bound lane SHEET 1 of 1 99' rF0 Rock Engineering & Testing Lab., Inc. `, °OC '>. 6817 Leopard St. Corpus Christi, TX 78409 Qe4r GQQ�P� Telephone 883-47113 4555 1- �� CLIENT: Freese & Nichols, Inc. PROJECT: Prop. Ayers Street Project LOCATION: Ayers St.; Corpus Christi, TX y p NUMBER: G114120 DATE(S) DRILLED: 03/20/14 - 03/20/14 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger SOIL SYMBOL 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 COMI'KtbSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during drilling operations. Dry and open upon completion of drilling operations. SURFACE ELEVATION: N/A F u- 1- LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX DESCRIPTION OF STRATUM o LL PL PI ASPHALT (6.00") BASE MATERIAL (5.50") _..— /r / UJ Yi o w w c co - ' 5 10 - 15 SH s-1 SH S-2 SH S-3 SH S4 SH S-5 SH S-6 SH S-7 P= 1.5 P= 2.0 P= 2.5 P= 2.75 P= 4.5+ P= 4.0 P= 4.0 30 29 26 23 ----------------- 17 17 16 67 68 23 23 44 45 93 0.6 77 83 55 FAT CLAY, with sand, dark gray, moist, stiff. (CH) Presence of FAT lime was not indicated using phenolphthalein, a lime indicating solution. Same as above. Same as above. (CH) FAT CLAY, greenish gray and brown, moist, very stiff. SANDY LEAN CLAY, greenish gray and brown, moist, very stiff. Same as above. Sand seam encountered. Same as above. a20 0 N Y Boring was terminated at a depth of 20 -feet. oN - STANDARD PENETRATION TEST RESISTANCE m L.-' P - POCKET PENETROMETER RESISTANCE 0 01 o T - POCKET TORVANE SHEAR STRENGTH J REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by RETL at GPS Coord. N 27° 46.556' W 97° 23.632'. Boring Location: Ayers Street; 12V W from Ocean Dr.; 5' from north edge of pavement; Outside west bound lane Engineering & Testing Laboratory, Inc. 6817 Leopard Street Corpus Christi, Texas 78409 Office: (361) 883-4555 Fax: (361) 883-4711 KEY TO SOIL CLASSIFICATIONS AND SYMBOLS UNIFIED SOIL CLASSIFICATION SYSTEM Major Divisions COARSE GRAINED SOILS GRAVEL AND GRAVELLY SOILS SAND AND SANDY SOILS Letter Symbol Hatching SW SP Color 0 0 -J -J w } 0 w NAME ' Well — graded gravels or gravel — sand mixtures, little or no fines Poorly -graded gravels or gravel — sand mixtures, little or no fines Silty gravels, gravel — sand — silt mixtures Clayey gravels, gravel - sand — clay mixtures Well - graded sands or gravelly sands, little or no fines Poorly — graded sands or gravelly sands, little or no fines SM SC FINE GRAINED SOILS SILTS AND CLAYS LL < 50 ML r O J w Silty sands, sand — silt mixtures Clayey sands, sand — clay mixtures CL OL z w Inorganic silts and very fine sands, rock flour, silty or clayey fine sands or clayey silts with TERMS CHARACTERIZING SOIL STRUCTURE 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 slze (uniformly graded) or having a range of sizes with some intermediate size missing (gap or skip graded) SYMBOLS FOR TEST DATA Inorganic clays of low to medium plasticity, gravelly clays, sandy clays, silty clays, lean clays Organic silts and organic silt -clays of low plasticity SILTS AND CLAYS LL > 50 MH CH 'OH w -J CO Inorganic silts, micaceous or diatomaceous fine sandy or silty soils, elastic silts Inorganic clays of high plasticity, fat clays Organic clays of medium to high plasticity, organic silts HIGHLY ORGANIC SOILS P '1 `, 1, !, w Q 0 Peat and other highly organic soils M/C = 15 — Natural moisture content in percent. = 95 — Dry unit weight in lbs/cu ft. Qu = 1.23 — Unconfined compression strength in tons/ sq ft. 51 — 21 — 30 — Liquid limit, Plastic limit, and Plasticity Index. 30% FINER — Percent finer than No. 200 mesh sieve 30 8/F — Blows per foot, standard penetration test. — Ground water table. TERMS DESCRIBING CONSISTENCY OF SOIL (Z) 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. PART B SUBSURFACE UTILITY ENGINEERING TEST HOLE DATA TEST HOLE DATA SHEET Project Name AYERS ST CORPUS CHRISTI Project No. 1306-055-02 Location 7TH STREET AND AYERS NM CobbFendle Texas Registration No. 274 Test Hole No. TH #1 Utility ATT Date 6-15-2015 Weather 102 TEST HOLE DATA A. Northing Easting B. Depth of Utility C. Elevation Grade @ Top of Hole D. Elev. @ Top of Utility 17,171 681.63 1.339,957.69 3.32' 34.00 30.68 E. Elev. @ Bottom of Utility F. Width or Dia. of Utility G. Material of Utility H. General Condition I. Thickness of Pvmt Base, etc J. Description of Soil NOT UNCOVERED WIDTH 1.12' CONCRETE GOOD 0.32' ASPHALT SAND TOP PROFILE B.M. C.P. 4 Elev =36.33 Northing: 17,172,059.05 B.M. C.P. 8 Elev =36.30 Northing: 17,172,316.95 PLAN Description 5/8" IRON ROD Easting: 1,340,663.09 Description 5/8" IRON ROD Easting: 1,340,581.49 Remarks LEGEND SEE PLAN SHEETS SUBSURFACE UTILITY ENGINEERING TEST HOLE DATA SHEET Project Name AYERS ST CORPUS CHRISTI Project No. 1306-055-02 Location 6TH STREET AND AYERS NM CobbFendle Texas Registration No. 274 Test Hole No. TH #2 Utility ATT Date 6-15-2015 Weather 102 TEST HOLE DATA A. Northing Easting B. Depth of Utility 17,171 876.33 1.340.275.80 3.41' C. Elevation Grade @ Top of Hole D. Elev. @ Top of Utility 34.44 31.03 E. Elev. @ Bottom of Utility F. Width or Dia. of Utility G. Material of Utility H. General Condition I. Thickness of Pvmt Base, etc J. Description of Soil NOT UNCOVERED WIDTH 1.12' CONCRETE GOOD 0.36' ASPHALT SAND TOP PROFILE B.M. C.P. 4 Elev =36.33 Northing: 17,172,059.05 B.M. C.P. 8 Elev =36.30 Northing: 17,172,316.95 PLAN Description 5/8" IRON ROD Easting: 1,340,663.09 Description 5/8" IRON ROD Easting: 1,340,581.49 Remarks LEGEND SEE PLAN SHEETS SUBSURFACE UTILITY ENGINEERING TEST HOLE DATA SHEET Project Name AYERS ST CORPUS CHRISTI Project No. 1306-055-02 Location LAWNVIEW AND AYERS Test Hole No. NM CobbFendle Texas Registration No. 274 TH #3 Utility ATT Date Weather 6-16-2015 TEST HOLE DATA A. Northing Easting B. Depth of Utility C. Elevation Grade @ Top of Hole D. Elev. @ Top of Utility 17,172 010.46 1,340,494.02 3.38' 34.69 31.31 E. Elev. @ Bottom of Utility F. Width or Dia. of Utility G. Material of Utility H. General Condition I. Thickness of Pvmt Base, etc J. Description of Soil NOT UNCOVERED WIDTH 1.11' CONCRETE GOOD 0.40' ASPHALT SAND TOP PROFILE 04 \ A I / B.M. C.P. 4 Elev =36.33 Northing: 17,172,059.05 B.M. C.P. 8 Elev =36.30 Northing: 17,172,316.95 PLAN Description 5/8" IRON ROD Easting: 1,340,663.09 Description 5/8" IRON ROD Easting: 1,340,581.49 Remarks LEGEND SEE PLAN SHEETS SUBSURFACE UTILITY ENGINEERING TEST HOLE DATA SHEET Project Name AYERS ST CORPUS CHRISTI Project No. 1306-055-02 Location 5TH STREET AND AYERS NM CobbFendle Texas Registration No. 274 Test Hole No. TH #4 Utility ATT Date 6-16-2015 Weather 102 TEST HOLE DATA A. Northing Easting B. Depth of Utility C. Elevation Grade @ Top of Hole D. Elev. @ Top of Utility 17,172 189.01 1.340,785.87 3.25' 35.47 32.22 E. Elev. @ Bottom of Utility F. Width or Dia. of Utility G. Material of Utility H. General Condition I. Thickness of Pvmt Base, etc J. Description of Soil NOT UNCOVERED WIDTH 1.12' CONCRETE GOOD 0.51' ASPHALT SAND TOP PROFILE B.M. C.P. 4 Elev =36.33 Northing: 17,172,059.05 B.M. C.P. 8 Elev =36.30 Northing: 17,172,316.95 PLAN Description 5/8" IRON ROD Easting: 1,340,663.09 Description 5/8" IRON ROD Easting: 1,340,581.49 Remarks LEGEND SEE PLAN SHEETS SUBSURFACE UTILITY ENGINEERING NM CobbFendle Texas Registration No. 274 TEST HOLE DATA SHEET Project Name AYERS ST CORPUS CHRISTI Test Hole No. TH #5 Project No. 1306-055-02 Utility ATT Location BOOTY STREET AND AYERS Date 7-22-2015 Weather 89 TEST HOLE DATA A. Northing Easting B. Depth of Utility C. Elevation Grade @ Top of Hole D. Elev. @ Top of Utility 17,172 335.15 1.341,017.77 3.20' 37.18 33.98-33.72 E. Elev. @ Bottom of Utility 33.61-33.35 F. Width or Dia. of Utility 0.37' G. Material of Utility BLACK PVC H. General Condition GOOD I. Thickness of Pvmt 0.81' Base, etc ASPHALT ON CONCRETE J. Description of Soil CLAY & ROCK TEST HOLE 7 TOP PROFILE BOOTY STRE PLAN B.M. C.P. 4 Elev =36.33 Description 5/8" IRON ROD Northing: 17,172,059.05 Easting: 1,340,663.09 B.M. C.P. 8 Elev =36.30 Description 5/8" IRON ROD Northing: 17,172,316.95 Easting: 1,340,581.49 Remarks 2 PVC PIPES WITH A TOTAL WIDTH OF 0.87' 1 DEPTH OF 3.20' ELEV = 33.98 1 DEPTH OF 3.46' ELEV = 33.72 LEGEND SEE PLAN SHEETS SUBSURFACE UTILITY ENGINEERING TEST HOLE DATA SHEET Project Name AYERS ST CORPUS CHRISTI Project No. 1306-055-02 Location SANTA FE AND AYERS Test Hole No. NM CobbFendle Texas Registration No. 274 TH #6 Utility ATT Date 7-23-2015 Weather 101 TEST HOLE DATA A. Northing Easting B. Depth of Utility 17,172 343.96 1341,108.28 3.30' C. Elevation Grade @ Top of Hole D. Elev. @ Top of Utility 36.67 33.37 E. Elev. @ Bottom of Utility F. Width or Dia. of Utility G. Material of Utility H. General Condition I. Thickness of Pvmt Base, etc J. Description of Soil NOT UNCOVERED WIDTH 0.79' CONCRETE GOOD 0.35' ASPHALT CLAY TOP PROFILE B.M. C.P. 4 Elev =36.33 Northing: 17,172,059.05 B.M. C.P. 8 Elev =36.30 Northing: 17,172,316.95 PLAN Description 5/8" IRON ROD Easting: 1,340,663.09 Description 5/8" IRON ROD Easting: 1,340,581.49 Remarks LEGEND SEE PLAN SHEETS SUBSURFACE UTILITY ENGINEERING TEST HOLE DATA SHEET Project Name AYERS ST CORPUS CHRISTI Project No. 1306-055-02 Location BOOTY STREET AND SANTA FE NM CobbFendle Texas Registration No. 274 Test Hole No. TH #7 Utility ATT Date 7-22-2015 Weather 92 TEST HOLE DATA A. Northing Easting B. Depth of Utility C. Elevation Grade @ Top of Hole D. Elev. @ Top of Utility 17,172 379.28 1,341.061.14 4.45' 36.60 32.15-31.90 E. Elev. @ Bottom of Utility 31.78-31.53 F. Width or Dia. of Utility 0.37' G. Material of Utility BLACK PVC H. General Condition GOOD I. Thickness of Pvmt 0.75' Base, etc ASPHALT ON CONCRETE J. Description of Soil CLAY & ROCK TOP PROFILE TEST HOLE 7 BOOTY STRE B.M. C.P. 4 Elev =36.33 Northing: 17,172,059.05 B.M. C.P. 8 Elev =36.30 Northing: 17,172,316.95 Remarks 2 PVC PIPES PLAN Description 5/8" IRON ROD Easting: 1,340,663.09 TEST HOLE 9 TEST HOLE 8 TEST HOLE 6 TEST HOLE 5 Description 5/8" IRON ROD Easting: 1,340,581.49 1 DEPTH OF 4.45' ELEV = 32.15 1 DEPTH OF 4.70' ELEV = 31.90 LEGEND SEE PLAN SHEETS SUBSURFACE UTILITY ENGINEERING NM CobbFendle Texas Registration No. 274 TEST HOLE DATA SHEET Project Name AYERS ST CORPUS CHRISTI Test Hole No. TH #8 Project No. 1306-055-02 Utility ATT Location SANTA FE AND AYERS Date 7-23-2015 Weather TEST HOLE DATA A. Northing 17,172 394.88 Easting 1.341,098.29 B. Depth of Utility 3.33' C. Elevation Grade @ Top of Hole 36.35 D. Elev. @ Top of Utility 33.02-33.05 E. Elev. @ Bottom of Utility 32.65-32.68 F. Width or Dia. of Utility 0.37' G. Material of Utility WHITE PVC H. General Condition GOOD I. Thickness of Pvmt Base, etc J. Description of Soil 0.30' ASPHALT CLAY & SAND TEST HOLE 7 \CPA TOP PROFILE O11 BOOTY STRE PLAN B.M. C.P. 4 Elev =36.33 Description 5/8" IRON ROD Northing: 17,172,059.05 Easting: 1,340,663.09 TEST HOLE 9 TEST HOLE 8 TEST HOLE 6 TEST HOLE 5 B.M. C.P. 8 Elev =36.30 Description 5/8" IRON ROD Northing: 17,172,316.95 Easting: 1,340,581.49 Remarks 2 PVC PIPES WITH A TOTAL WIDTH OF 0.78' 1 DEPTH OF 3.33' ELEV = 33.02 1 DEPTH OF 3.30' ELEV = 33.05 LEGEND SEE PLAN SHEETS SUBSURFACE UTILITY ENGINEERING NM CobbFendle Texas Registration No. 274 TEST HOLE DATA SHEET Project Name AYERS ST CORPUS CHRISTI Test Hole No. TH #9 Project No. 1306-055-02 Utility ATT Location HOSPITAL GARAGE AND AYERS Date 7-21-2015 Weather TEST HOLE DATA A. Northing Easting B. Depth of Utility 17,172 367.15 1.341,264.68 1.58' C. Elevation Grade @ Top of Hole 36.21 D. Elev. @ Top of Utility 34.63 E. Elev. @ Bottom of Utility 34.46 F. Width or Dia. of Utility G. Material of Utility H. General Condition I. Thickness of Pvmt Base, etc N/A J. Description of Soil ROCK & DIRT 0.17' DBC GOOD N/A TOP PROFILE TEST HOLE 7 BOOTY STRE B.M. C.P. 4 Elev =36.33 Northing: 17,172,059.05 PLAN Description 5/8" IRON ROD Easting: 1,340,663.09 TEST HOLE 9 TEST HOLE 8 TEST HOLE 6 TEST HOLE 5 B.M. C.P. 8 Elev =36.30 Description 5/8" IRON ROD Northing: 17,172,316.95 Easting: 1,340,581.49 Remarks LEGEND SEE PLAN SHEETS '011.11111rAdIMI I SUBSURFACE UTILITY ENGINEERING TEST HOLE DATA SHEET Project Name AYERS ST CORPUS CHRISTI Project No. 1306-055-02 Location 3RD STREET AND AYERS NM CobbFendle Texas Registration No. 274 Test Hole No. TH #10 Utility ATT Date 7-21-2015 Weather 101 TEST HOLE DATA A. Northing Easting B. Depth of Utility 17,172 379.39 1,341,455.85 2.85' C. Elevation Grade @ Top of Hole D. Elev. @ Top of Utility 35.60 32.75 E. Elev. @ Bottom of Utility F. Width or Dia. of Utility G. Material of Utility H. General Condition I. Thickness of Pvmt Base, etc J. Description of Soil 32.57 0.18' DBC GOOD NA NA ROCK & SAND TOP PROFILE PLAN B.M. C.P. 4 Elev =36.33 Description 5/8" IRON ROD Northing: 17,172,059.05 Easting: 1,340,663.09 B.M. C.P. 8 Elev =36.30 Description 5/8" IRON ROD Northing: 17,172,316.95 Easting: 1,340,581.49 Remarks FELT POWER DUCT UNDER ATT LINE. LEGEND SEE PLAN SHEETS SUBSURFACE UTILITY ENGINEERING TEST HOLE DATA SHEET Project Name AYERS ST CORPUS CHRISTI Project No. 1306-055-02 Location 2ND STREET AND AYERS NM CobbFendle Texas Registration No. 274 Test Hole No. TH #11 Utility ATT Date 7-21-2015 Weather 102 TEST HOLE DATA A. Northing Easting B. Depth of Utility C. Elevation Grade @ Top of Hole D. Elev. @ Top of Utility 17,172 408.22 1.341,848.49 2.31' 36.46 34.15 E. Elev. @ Bottom of Utility F. Width or Dia. of Utility G. Material of Utility H. General Condition I. Thickness of Pvmt Base, etc J. Description of Soil 33.98 0.17' DBC GOOD NA NA CLAY & ROCK TOP PROFILE B.M. C.P. 4 Elev =36.33 Northing: 17,172,059.05 B.M. C.P. 8 Elev =36.30 Northing: 17,172,316.95 PLAN Description 5/8" IRON ROD Easting: 1,340,663.09 Description 5/8" IRON ROD Easting: 1,340,581.49 Remarks LEGEND SEE PLAN SHEETS SUBSURFACE UTILITY ENGINEERING Hydro EX SURVEYING AND HYDRO EXCAVATION (361) 452-1375 802 Navigation, Suite 102 Corpus Christi, Texas 78408 TBPLS REG# 10193804 Project # TEST HOLE DATA SHEET ////6 - o//Z City/County: Corpus C144•3+, T•,c Test Hole # AS Utility: ,QT{T Duct &AK Roadway Name: ,4yeg.., ST. Date. 12 //SAG Weather. Limits Measured Depth of Hole' 3 t{ t{ Surface Elcv • Elev@Top of Utility. ,30 8$ Elcv@Bottom of Utility Size of Utility. N//1 Utility Material A1/4 Utility Condition: Thickness of Pvmt.: Type of Pvmt. Base etc.: Description of Soil: 3y. 33 BM.: Bench Mark Data Elcv.: Description - Northing. Easting: 11 Approx. Sta. : Offset: See Coni/b( Shale 11 "The subsurface utility exploration has been performed under my direction and are true and correct to the best of my knowledge. All other underground utilities are noted from information of record provided by the client and/or the Texas One -Call System:' HYDRO EX REPRESENTATIVE TH #1 AT&T DUCT BANK Hydro EX SURVEYING AND HYDRO EXCAVATION (361) 452-1375 802 Navigation, Suite 102 Corpus Christi, Texas 78408 �. TBPLS REG# 10193804 TEST HOLE DATA SHEET Project # /4/�G Z City/County: 699e/j aif•3fi1 7 Roadway Name: 4 s r: Test Hole # N utility. 8 p 6 ry C--+ Date• /2//S//4 Weather Limits Measured Depth of Hole - Surface Elev • 3 z/.6.5. Elcv@.Top of Utility. ..3Z. SCS Elev@Bottom of Utility Size of Utility- Utility tility Utility Material. STL EL Rea Utility Condition: Thickness of Pvmt.: Type of Pvmt. Base etc.: Description of Soil: 0 ‘7,A BM.: Elev.: Description. 1 Northing. 11 Easting: Approx. Sta. : Offset: Bench Mark Data CP See 64490/ O/ 11 N a 2 � as V tri : I- to 8 "C, ry Cvs 0 ZAWA/V/E 6J 5-77 "The subsurface utility exploration has been performed under my direction and are true and correct to the best of my knowledge. All other underground utilities are noted from information of record provided by the client and/or the Texas One -Call System." HYDRO EX REPRESENTATIVE TH #2 CITY 8" GAS • 't IP* • / • :••• • N 4- YE' H.jdro Ex SURVEYING AND HYDRO EXCAVATION (361) 452-1375 802 Navigation, Suite 102 Corpus Christi, Texas 78408 TBPLS REG# 10193804 Project # TEST HOLE DATA SHEET r7// - O//L City/County: cGPAw cos*, 7 Roadway Name: //YAWS Sr. Test Hole # No..3 Utility .4IEP - elE Date. /ZASAC Weather: Limits Measured Depth of Hole. Surface Elev •1.7 EIev@Top of Utility. Elev@Bottom of Utility N/A Size of Utility. Utility Material' 651G. DUCT Qtffl Utility Condition: Thickness of Pvmt.: Type of Pvmt. Base etc.: Description of Soil. BM.: Bench Mark Data P Nb 61 Elev.: Description. Northing. Easting• Approx. Sta. : \Offset: See Con -fro 1 Sheet If 11 r1 1 l3 fiIWNVIEW STRE9T J "The subsurface utility exploration has been performed under my direction and are true and correct to the best of my knowledge. All other underground utilities are noted from information of record provided by the client and/or the Texas One -Call System:' HYDRO EX REPRESENTATIVE TH #3 AEP UNDERGROUND ELECTRIC Hydro Ex SURVEYING AND HYDRO EXCAVATION (361) 452-1375 802 Navigation, Suite 102 Corpus Christi, Texas 78408 TBPLS REG# 10193804 Project # City/County: `-Q /-3 emsn, ( Utility- #401RP ij• �. Roadway Name: AtYegs ST. Date- a �/j �/G Weather. Limits TEST HOLE DATA SHEET /1/6 - e //Z Test Hole # /yo. 9 2 Measured Depth of Hole. Surface Elcv ElevLTop of Utility 31, i CD + Elev@Bottom of Utility Size of Utility //Al/A Utility Material. Go/l"C . aicr /3R4/( Utility Condition: Thickness of Pvmt.: Type of Pvmt. Base etc.: Description of Soil: IG 34.32: BM.: Bench Mark Data CP No Elev.: Description - Northing• Easting: Approx. Sta. : Offset: Sed ConliV1 Simer 11 I1 1� "The subsurface utility exploration has been performed under my direction and are true and correct to the best of my knowledge. All other underground utilities are noted from information of record provided by the client and/or the Texas One -Call System." HYDRO EX REPRESENTATIVE TH #4 AEP UNDERGROUND ELECTRIC Hi.jdro Ex SURVEYING AND HYDRO EXCAVATION (361) 452-1375 802 Navigation, Suite 102 Corpus Christi, Texas 78408 TBPLS REG# 10193804 TEST HOLE DATA SHEET Project # Af/4 Test Hole # 46 S� City/County: 11/ W -i ail?7 , utility. a4.5 6" Ci ry of GG Roadway Name: 4'C`R33r• Date• /2 //S' //lo Weather: Limits 1 Measured Depth of Hole. Surface Elcv • 3,911 34,39 Elcv@Top of Utility. 3 1. y 7 Elev@Bottom of Utility 1$ Size of Utility. lD P. pt. Utility Material. Utility Condition: Thickness ofPvmt.: Type of Pvmt. Base etc • Description of Soil; 54eal 0 NO/ BM.: Bench Mark Data CI z Elev.: 5eE C'on+ro1 5heeT Description. Northing. 11 11 Easting• Approx. Sta. Offset: l "The subsurface utility exploration has been performed under my direction and are true and correct to the best of my knowledge. All other underground utilities are noted from information of record provided by the client and/or the Texas One -Call System." HYDRO EX REPRESENTATIVE 1 TH #5 CITY 6" GAS r Bench Mark Data CP #9 BM.: Elev.: Sea. Ca Afro' .5A4.e.r 11 Description: Northing: 11 Easting• 11 Approx. Sta. : \ Offset: H11dro Ex SURVEYING AND Project # ///1 - onz Test Hole #44 6 HYDRO EXCAVATION City/County: 04°,5*,T Utility: G 'I C, ry G,v-5 (361) 452-1375 Roadway Name: 41445 r' Date: /-2-P-5//‘ 802 Navigation, Suite 102 Corpus Christi, Texas 78408 Limits TBPLS REG# 10193804 TEST HOLE DATA SHEET Weather: Measured Depth of Hole: A, 45 Surface Elev.: 3 4 , &C)' Elev@Top of Utility: 3IZ . 1 51 Elev@Bottom of Utility u Size of Utility: Utility Material: S+'e4 i Pr PG Utility Condition: Thickness of Pvmt.: Type of Pvmt. Base etc.: Description of Soil: 2 "The subsurface utility exploration has been performed under my direction and are true and correct to the best of my knowledge. All other underground utilities are noted from information of record provided by the client and/or the Texas One -Call System." HYDRO EX REPRESENTATIVE TH #6 7" CITY GAS / TOP PIPE CITY GAS : STEEL PIPE ON TOP MEASURED 7 Hydra EX SURVEYING AND HYDRO EXCAVATION (361) 452-1375 802 Navigation, Suite 102 Corpus Christi, Texas 78408 TBPLS REG# 10193804 Project # TEST HOLE DATA SHEET ///d- oftz City/County:64PW Cti1PisZi, T Roadway Name: 4/4-tPS Test Hole# '6 7 Utility. RD5S; BIE C1 ry B t G—N• Date• /Z -/c- /lo Weather Limits Measured Depth of Hole. Surface Elcv - 3 4 . S 7 , Elev(s)Top of Utility. 30410 Elev@Bottom of Utility it y7, Size of Utility - Utility Material. Utility Condition: Thickness of Pvmt.: Type of Pvmt. Base etc.: Description of Soil: 8" S +ee t Pt pe 0 BM.: Elev.: Description. Northing. 1 rt Easting• Approx. Sta. : Offset: Bench Mark Data See Con+lra I 5hoe-r- 11 "The subsurface utility exploration has been performed under my direction and are true and correct to the best of my knowledge. All other underground utilities are noted from information of record provided by the client and/or the Texas One -Call System:' HYDRO EX REPRESENTATIVE TH #7 CITY 8" GAS / BOTTOM PIPE 4.45' measured depth of cover to 8" GAS PIPE Hydro Ejx SURVEYING AND HYDRO EXCAVATION (361) 452-1375 802 Navigation, Suite 102 Corpus Christi, Texas 78408 TBPLS REG# 10193804 TEST HOLE DATA SHEET Project # 171/10 - O/L Test Hole # S City/County: Core C1 'in r '7 r Utility: 6" C'TP 6.4 5 Roadway Name: AyeR5 5T, Date- /2 - /S'/!i Weather. Limits Measured Depth of Hole. Lic> Surface Elev • .34 • 13 EIev@Top of Utility: 3 2. 7 3 r EIcv@Bottom of Utility Size of Utility. Utility Material. SiRee. 1 Pipe. Utility Condition: Thickness of Pvmt.: Type of Pvmt. Base etc.: Description of Soil: O BM.: Elev.: Description: 10 Northing. IS Easting. Approx. Sta. : Offset: Bench Mark Data CP No •1 51;L Cn+rol Sheer 11 "The subsurface utility exploration has been performed under my direction and are true and correct to the best of my knowledge. All other underground utilities are noted from information of record provided by the client and/or the Texas One -Call System." HYDRO EX REPRESENTATIVE TH #8 CITY 6" GAS Hydro EX SURVEYING AND HYDRO EXCAVATION (361) 452-1375 802 Navigation, Suite 102 Corpus Christi, Texas 78408 TBPLS REG# 10193804 Project # City/County: 401? PC, CA.sr, Tx Roadway Name: f1 yER 5 TEST HOLE DATA SHEET f//G - o/f1 Test Hole # N Utility: G " Cs ry 64 Date. /2 -/S-/G Weather Limits Measured Depth of Hole. 3. 13 Surface Elev 35.73 E1cvCTop of Utility. Elev@Bottom of Utility 6„ S I PPE Size of Utility- Utility tility Utility Material - Utility Condition: Thickness of Pvmt.: Type of Pvmt. Base etc • Description of Soil: O BM.' Bench Mark Data CP Elev.: SCE comfbi Sheer Description' 1i Northing. 111 Easting• Approx. Sta. : Offset: 2n ) "The subsurface utility exploration has been performed under my direction and are true and correct to the best of my knowledge. All other underground utilities are noted from information of record provided by the client and/or the Texas One -Call System." HYDRO EX REPRESENTATIVE TH #9 CITY 6" GAS Hydro EX TH# NORTHING EASTING ELV UTILITY TH#1 17171874.63 1340273.85 30.88 AT&T TH#2 17171984.97 1340434.56 32.86 CITY GAS TH#3 17171986.86 1340437.25 27.64 AEP TH#4 17172440.02 1341731.42 32.16 AEP TH#5 17172439.42 1341730.05 32.47 CITY GAS TH#6 17171943.70 1340457.62 32.15 CITY GAS TH#7 17171943.53 1340457.28 30.10 CITY GAS TH#8 17172448.90 1341858.98 32.73 CITY GAS TH#9 17172422.53 1341507.16 32.60 CITY GAS PART C CUT -SHEETS FOR ELECTRICAL PULL BOX (HANDHOLE) QUAZITE PG2436BA24 STACKABLE OPEN BOTTOM ASSEMBLY Dimensions/ 3/8-16 UNC STNNLESS STEEL HEX HEAD BOLT W/WASHER (2) Iluazite® 9ata 24"x 36"PG Style Polymer Concrete (Stackable) Assembly 35 AA) 1/2' (13) X 4' (102) PULL SLOT (2) .5 COEFFICIENT OF FRICTION SKI RESISTANT SURFACE jr9� 5/ Z6. (680, QUAZITE LOGO TIER LOGO UFTING BOLT (4) 2X 4' (102) X 4' (105, MOUSEHOLES Covers DESCRIPTION ui W/ 2 Bolts 0 2 piece w/2 Bolts ui W/ 2 Bolts @ 2 piece w/2 Bolts ut W/ 2 Bolts 0 No Bolts TIER 8 8 15 15 22 8 1/2' (13) �1 l`(51) 3/8-16 UNC STNNLESS STEEL HEX HFAO BOLT IV/WASHER (2) 5/5' 24' 3r !off o J� (15 (r6) 1/2' (13) X 4' (102) PULL SLOT (2) .5 COEFFICIENT OF FRICTION 5100 RESISTANT SURFACE DEP DESIGN/TEST LOAD # 8,000 / 12,000 8,000 / 12,000 15,000 / 22,500 15,000 / 22,500 22,500 / 33,750 8,000 / 12,000 4 3/4' (121) X 4 3/4' (121) KNOCKOUTS (8) v02 GRADE ADJUSTABLE EXTENSION WEIGHT# PALLET MY PART NO. 100 10 PG2436CA00 122 10 PG2436CS00 115 10 PG2436HA00 4(.....` 122 10 PG2436HS00 122 10 PG2436HH00 100 10 PG2436WA00 To order gasketed covers, replace the letter "A" with the letter "G" NOTE: Gasketed covers and bolt grommets must be used with a gasketed box. Gaskets reduce the inflow of fluids but do not make the enclosure water tight. Page 35 1 August 2011 �1')J 1nark;r11►;►I�1$1i1 1 1 IR DRAW lluazite° Dimensions / Data 24"x 36"PG Style Polymer Concrete (Stackable) Assembly (Continued) Boxes DESCRIPTION 0 0 ® Standard Open Bottom 0 ut ui 0 ® Solid Bottom Ut ut DEPTH 18" 24" 30" 36" 42" 181 /2" 241 /2" 301 /2" 361 /2" 421 /2" TIER 22 22 DESIGN /TEST LOAD # 22,500 / 33,750 22,500 / 33,750 22,500 / 33,750 22,500 / 33,750 22,500 / 33,750 22,500 / 33,750 22,500 / 33,750 22,500 / 33,750 22,500 / 33,750 22,500 / 33,750 WEIGHT# PALLET QTY PART NO. 141 4 PG2436BA18 180 3 P62436BA24 196 2 PG2436BA30 254 2 PG2436BA36 293 1 P62436BA42 171 4 PG2436DA18 228 3 P62436DA24 238 2 PG2436DA30 282 2 P62436DA36 321 1 P62436DA42 To order boxes with 2 standard mouseholes, replace the letter "A" with the letter "B" To order gasketed boxes, replace the letter "A" with the letter "G" NOTE: 24" thru 42" boxes must be used as bottom on any stack. Bottom Extensions (for use under 12" and 18" boxes only, one per box) DESCRIPTION Open bottom Solid bottom DEPTH 8 3/4" 91/4" Grade Adjustable Extension DESCRIPTION 4"Top extension DEPTH 71 /8" TIER 22 22 TIER 22 DESIGN /TEST LOAD # 22,500 / 33,750 22,500 / 33,750 DESIGN /TEST LOAD # 22,500 / 33,750 WEIGHT # 81 95 WEIGHT 4 80 PALLET QTY 6 6 PALLET QTY 6 NOTE: Gasketed covers and bolt grommets must be used with a gasketed box. Gaskets reduce the inflow of fluids but do not make the enclosure water tight. Page 36 August 2011 PART NO. PG2436EA08 PG2436RA08 PART NO. PG2436ED04 PART D SIGNALIZATION STANDARD PRODUCT LIST City of Corpus Christi Signalization Standard Product List 1. Wavctronix SmartScnsor Advancc Part Numbcr WX SS 200V Standard backplatc WX SS 200V 002 Full rotational backplatc WX SS 200VR Rctrofittcd scnsor with :standard backplatc WX SS 200VR 002 Rctrofittcd sensor with full rotational backplatc 2. Wavetronix SmartSensor Matrix — Part Number — WX-SS-225 and recommended accessories 3. Wavetronix "Click 650" Cabinet Interface Device 4. Alpha Technologies — FXM 2000 — Rugged UPS Module 5. Cisco IE 4000 Ethernet Switch and Power Supply 6. Nema TS2 Type 1 Traffic Signal Controller Cabinet; Henke Enterprise, Manufacturer 7. Econolite — NEMA TS2 Fully -Actuated ATC Controller — Cobalt ATC1000 8. Vivotek — Speed Dome Network Camera SD 8364E/64E-MP 9. Vivotek — AM -311 Pole Mount Adapter 10. Vivotek — AP3001 11. Digi —AC Power Supply— Part Number 76000736 12. Digi — Port Server TS 4 H CC MEI —4 -port 13. MOXA — VPort 364A -T 14. Astro Sign-Brac, Tallon Cable Mount for Overhead Street Name Signs: AB -0635 stainless steel 15. EDI (Eberle Design Inc.) — SmartMonitor— MMU-16LEip with 10/100 Mbps Ethernet Port 16. Polara — Navigator APS EZ Communicator - 2 -Wire System 17. Delta - CliQ DIN Rail Power Supply with conformal coating on PCBA (DRP012V015W1AZ) 18. Acyclica, Inc. — Road Trend sensor with Skywave Antenna 19. Quazite Hubbell Ground Box 20. Signal Heads 21. Duralight - LED Internally Illuminated Street Name (ILSN) Sign 22. Duralight - JXM-400VIEIL Series Countdown Pedestrian Lamps 23. EnGenius — Dual Band Wireless Ruggedized N600 Outdoor Access Point (ENH710EXT) 24. L -COM — Hyperlink Wireless 2.4 GHz 3 dBi Mini -Mobile Wireless LAN Antenna (HG2403UR-NFBx) 25. L -COM - Hyperlink Wireless Brand 2.3 GHz to 6.5 GHz Broadband 8 dBi Radome Enclosed Log Periodic Antenna (HG2458-08LP) �AVETRONIX'" SmartSensor Matrix SmartSensor Matrix Wavetronix "Click 650" Cabinet Interface Device to be included as an accessory The SmartSensor MatrixTM is a first -of -its -kind stop bar presence detector designed for use at signalized intersections to detect vehicles with the reliability of radar and with all the advantages of non -intrusive detection. Features ■ Matrix of radars for two-dimensional coverage ■ Tracks vehicles through a 90 degree field of view that extends out 100 ft. (30.5 m) ■ Includes Radar VisionTM technology to detect and track in two dimensions ■ Reports real-time presence of both moving and stopped vehicles ■ Standard detector -rack contact -clo- sure interface ■ Easy to install and operate ■ Supports curved and angled lanes ■ Includes preassembled cabinet back - plate, reducing the need to field wire ■ Automated manufacturing process ■ Patented auto -configuration process ■ Patented Digital Wave Radar IITM technology ■ Remote accessible for traffic monitor- ing and sensor management ■ Flash upgradable ■ Robust to changing temperature, light and weather conditions • • • ® 4-100' max.-. PLAN VIEW v 1 100' max. i WX-500-0071 Mounts on vertical pole or mast arm 15' to 30' (see mounting guide ines ) 1 ^ SmartSensor Matrix Technical Specifications Sensor Outputs ■ Real-time presence data in 10 lanes ■ Maximum number of zones: 16 ■ Maximum number of channels: 16 ■ User -selectable zone to channel mapping ■ AND logic triggers the channel when all the selected zones are active ■ OR logic used to combine multiple zones to a channel output ■ Channel output extend and delay functionality ■ Algorithms mitigate detections from wrong way or cross traffic ■ Fail-safe mode for contact closure outputs if communication is lost Detectable Area ■ Detection range: 6 to 100 ft. (1.8 to 30.5 m) ■ Field of view: 90 degrees ■ Flexible lane configuration support including: ▪ Up to 10 lanes ▪ Curved lanes ▪ Islands and medians System Hardware ■ A SmartSensor Matrix corner radar for each approach ■ A traffic cabinet preassembled backplate with: ▪ AC/DC power conversion ▪ Surge suppression ▪ Terminal blocks for cable landing ▪ Communication connection points ▪ Cabinet side mount or rack mount ■ Contact closure input file cards: ▪ 2 or 4 channel ▪ Compatible with industry standard detector racks Maintenance ■ No cleaning or adjustment necessary ■ No battery replacement necessary ■ Recalibration is not necessary ■ Mean time between failures: 10 years (estimated based on manufacturing techniques) Physical Properties ■ Weight: 4.2 lbs. (1.9 kg) ■ Physical dimensions: 13.2 in. x 10.6 in. x 3.3 in. (33.5 cm x 26.9 cm x 8.4 cm) ■ Resistant to corrosion, fungus, moisture deterioration, and ultraviolet rays ■ Enclosure: Lexan EXL polycarbonate ■ Outdoor weatherable: UL 746C ■ Watertight by NEMA 250 standard ■ NEMA 250 compliant for: ▪ External icing (clause 5.6) ▪ Hose down (clause 5.7) Ordering Information Part Number — WX-SS-225 Recommended Accessories ■ Wavetronix Install Kit — WX-SS-KIT ■ Click! 112/114 detector rack cards — WX-CLK-112/114 ■ SmartSensor 6 -conductor cable — WX-SS-704-xxx/705 ■ Intersection Preassembled Backplate AC/DC — WX-SS-B01-0002/3/4/5 ■ Intersection Preassembled Rack — WX-SS-B02-0002/3 Wavetronix 78 East 1700 South Provo, UT 84606 Phone: 801-764-0277 Fax: 801-764-0208 Email: sales@wavetronix.com Website: www.wavetronix.com ▪ 4X corrosion protection (clause 5.10) ▪ Gasket (clause 5.14) ■ Withstands 5 -ft. (1.5-m) drop ■ Connector: MIL -C-26482 ■ Rotational backplate for 360° of roll Electrical ■ Power consumption: 9 W ■ Supply voltage: 9-28 VDC ■ Onboard surge protection Communication Ports ■ Two half -duplex RS -485 com ports support: ▪ Dedicated detection comms ▪ Configuration, verification or traffic display without disrupt- ing detection comms ■ Firmware upgradability over any com port ■ User configurable: ▪ Response delay ▪ Push port Radar Design ■ Operating frequency: 24.0-24.25 GHz (K -band) ■ Matrix of radars ■ No manual tuning to circuitry 2 www.wavetronix.com VETRONIX'" SmartSensor Matrix ■ Transmits modulated signals generated digitally ■ No temperature -based compensation necessary ■ Bandwidth stable within 1% ■ Printed circuit board antennas ■ Antenna vertical 6 dB beam width (two-way pattern): 65° ■ Horizontal field of view: 90 degrees ■ Antenna two-way sidelobes: -40 dB ■ Transmit bandwidth: 245 MHz ■ Un -windowed resolution: 2 ft. (0.6 m) ■ RF channels: 8 ■ Self -test for verifying hardware functionality ■ Diagnostics mode for verifying system functionality Configuration ■ Automatic and manual configuration of lanes, stop bars and zones ■ Lane positioning increment: 1 ft. (0.3 m) ■ Four-sided zones of any shape and size ■ Overlapping zones supported ■ Sensor reconfiguration without detection disruption supported ■ Graphical user interface with traffic pattern display ■ Windows Mobile® -compatible software ■ Supported operating systems: ▪ Windows Mobile v5.0 or greater (Socket Mobile 650-M) ▪ Windows XP ▪ Windows Vista ▪ Windows 7 ■ Software -supported functionality: ▪ TCP/IP connectivity ▪ Sensor configuration back-up and restore ▪ Backed -up sensor configurations can be viewed and edited ▪ Real-time traffic visualization for performance verification and traffic display ▪ Zone and channel actuation display ▪ Virtual sensor connections for demonstration and training ▪ Local or remote sensor firmware upgradability Operating Conditions ■ Accurate performance in: ▪ Rain up to 1 in. (2.5 cm) per hour ▪ Freezing rain ▪ Snow ▪ Wind ▪ Dust ▪ Fog ▪ Changing temperature ▪ Changing lighting (even direct light on sensor at dawn and dusk) ■ Ambient operating temperature: -40°F to 165°F (-40°C to 74°C) ■ Humidity: Up to 95% RH (non -condensing) Testing ■ Tested under FCC CFR 47, part 15, section 15.249 ■ FCC certification on product label ■ FCC regulation -compliant for life of the sensor ■ Tested under IEC 61000-4-5 class 4 ■ Tested under NEMA TS 2-2003 ▪ Shock pulses of 10 g, 11 ms half sine wave ▪ Vibration of 0.5 g up to 30 Hz ▪ 300 V positive/negative pulses ▪ Stored at -49°F (-45°C) for 24 hours ▪ Stored at 185°F (85°C) for 24 hours ▪ Operation at -29.2°F (-34°C) and 10.8 VDC ▪ Operation at -29.2°F (-34°C) and 26.5 VDC ▪ Operation at 165.2°F (74°C) and 26.5 VDC ▪ Operation at 165.2°F (74°C) and 10.8 VDC Manufacturing ■ Manufactured in the USA ■ Surface mount assembly ■ IPC -A -610C Class 2 -compliant ■ Operational testing: ▪ Sub -assembly test ▪ 48-hour unit level burn -in ▪ Final unit test ■ Unit test results available Support ■ Training and tech support available from Wavetronix ■ Wavetronix training includes: ▪ Installation and configuration instruction to ensure ac- curate performance ▪ Classroom and in -field instruction ▪ Knowledgeable trainers ▪ Use of presentation materials ▪ Virtual configuration using computer playback ▪ Instruction in use of computer and handheld devices and other necessary equipment ■ Wavetronix tech support includes: ▪ Technical representatives available for installation and configuration ▪ Ongoing troubleshooting and maintenance support Documentation ■ Instructional training guide ■ Comprehensive user guide ■ Installer quick -reference guide ■ User quick -reference guide ■ Documentation available upon request: ▪ FCC certification ▪ IEC 61000-4-5 class 4 test report Warranty ■ Two-year warranty against material and workmanship defect 3 %•--", SmartSensor Matrix SmartSensor Matrix Bid Specification 1.0 General. This item shall govern the purchase of above- ground radar presence detector (RPD) equivalent to the Wave- tronix SmartSensor MatrixTM An RPD detects vehicles by transmitting electromagnetic radar signals through the air. The signals bounce off vehicles in their paths and part of the signal is returned to the RPD. The returned signals are then processed to determine traffic parameters. RPDs are not affected by normal weather and environmental conditions such as rain, wind, snow, dust, etc. They also do not require cleaning and can maintain performance over a wide range of ambient temperatures. RPDs provide a non -intrusive means of detecting traffic. This property not only makes them safer to install but also more cost effective than sensors that require roadway modifications or placement. 2.0 Sensor Outputs. The RPD shall present real-time presence data in 10 lanes. The RPD shall support a minimum of eight zones. The RPD shall support a minimum of four channels. The RPD shall support user -selectable zone to channel map- ping. The RPD shall use AND logic to trigger channels when all selected zones are active. The RPD shall use OR logic to combine multiple zones to a channel output, and shall have channel output extend and delay functionality. The RPD algorithms shall mitigate detections from wrong way or cross traffic. The RPD system shall have fail-safe mode capabilities for contact closure outputs if communication is lost. 3.0 Detectable Area. 3.1 Detection Range. The RPD shall be able to detect and report presence in lanes with boundaries as close as 6 ft. (1.8 m) from the base of the pole on which the RPD is mounted. The RPD shall be able to detect and report presence in lanes located within the 100 ft. (30.5 m) arc from the base of the pole on which the RPD is mounted. 3.2 Field of View. The RPD shall be able to detect and re- port presence for vehicles within a 90 degree field of view. 3.3 Lane Configuration. The RPD shall be able to detect and report presence in up to 10 lanes. The RPD shall be able to detect and report presence in curved lanes and areas with islands and medians. 4.0 System Hardware. For each approach to be detected, one RPD corner radar shall be used. 4.1 Preassembled Backplate. Each RPD shall have a traf- fic cabinet preassembled backplate with the following: • AC/DC power conversion • Surge protection • Terminal blocks for cable landing • Communication connection points The preassembled backplate for the RPD shall be a cabi- net side mount or rack mount. 4.2 Contact Closure Input File Cards. The RPD shall use contact closure input file cards with 2 or 4 channel capabilities. The contact closure input file cards for the RPD shall be compatible with industry standard detector racks. 5.0 Maintenance. The RPD shall not require cleaning or ad- justment to maintain performance. The RPD shall not rely on battery backup to store configu- ration information, thus eliminating any need for battery replacement. Once the RPD is calibrated, it shall not require recalibration to maintain performance unless the roadway configuration changes. The mean time between failures shall be 10 years, which is estimated based on manufacturing techniques. 6.0 Physical Properties. The RPD shall not exceed 4.2 lbs. (1.9 kg) in weight. The RPD shall not exceed 13.2 in. by 10.6 in. by 3.3 in. (33.5 cm x 26.9 cm x 8.4 cm) in its physical dimensions. 4 www.wavetronix.com WAVETRONIX'M SmartSensor Matrix '^ All external parts of the RPD shall be ultraviolet -resistant, corrosion -resistant, and protected from fungus growth and moisture deterioration. 6.1 Enclosure. The RPD shall be enclosed in a Lexan EXL polycarbonate. The enclosure shall be classified "f1" outdoor weatherabil- ity in accordance with UL 746C. The RPD shall be classified as watertight according to the NEMA 250 standard. The RPD enclosure shall conform to test criteria set forth in the NEMA 250 standard for type 4X enclosures. Test results shall be provided for each of the following type 4X criteria: • External icing (NEMA 250 clause 5.6) • Hose -down (NEMA 250 clause 5.7) • 4X corrosion protection (NEMA 250 clause 5.10) • Gasket (NEMA 250 clause 5.14) The RPD shall be able to withstand a drop of up to 5 ft. (1.5 m) without compromising its functional and struc- tural integrity. The RPD enclosure shall include a connector that meets the MIL -C-26482 specification. The MIL -C-26482 connec- tor shall provide contacts for all data and power connec- tions. 7.0 Electrical. The RPD shall consume less than 10 W. The RPD shall operate with a DC input between 9 VDC and 28 VDC. The RPD shall have onboard surge protection. 8.0 Communication Ports. The RPD shall have two communi- cation ports, and both ports shall communicate independently and simultaneously. Two independent communication ports allow one port to be used for configuration, verification and traffic monitoring without interrupt- ing communications on the dedicated data port. The RPD shall support the upload of new firmware into the RPD's non-volatile memory over either communication port. The RPD shall support the user configuration of the following: • Response delay • Push port The communication ports shall support a 9600 bps baud rate. 9.0 Radar Design. The RPD shall be designed with a matrix of radars. The matrix of radars enables the sensor to provide detection over a large area and to discriminate lanes. 9.1 Frequency Stability. The circuitry shall be void of any manual tuning elements that could lead to human error and degraded performance over time. All transmit modulated signals shall be generated by means of digital circuitry, such as a direct digital synthe- sizer, that is referenced to a frequency source that is at least 50 parts per million (ppm) stable over the specified temperature range, and ages less than 6 ppm per year. Any upconversion of a digitally generated modulated signal shall preserve the phase stability and frequency stability inherent in the digitally generated signal. This specification ensures that, during operation, the RPD strictly conforms to FCC requirements and that the radar signal quality is maintained for precise algorithmic quality. Analog and microwave components within an RPD have characteristics that change with temperature variations and age. If the output transmit signal is not referenced to a stable frequency source, then the RPD is likely to experience unacceptable frequency variations which may cause it to transmit out of its FCC allocat- ed band and thus will be non-compliant with FCC regulations. The RPD shall not rely on temperature compensation circuitry to maintain transmit frequency stability. Temperature -based compensation techniques have been shown to be insufficient to ensure transmit frequency stability. One reason this type of technique is not sufficient is that it does not compensate for frequency variations due to component aging. The bandwidth of the transmit signal of the RPD shall not vary by more than 1% under all specified operating condi- tions and over the expected life of the RPD. The bandwidth of an RPD directly affects the measured range of a vehicle. A change in bandwidth causes a direct error in the measured range, i.e., a 5% change in bandwidth would cause a range error of 10 ft. (3 m) for a vehicle at 200 ft. (61 m). If the bandwidth changes by more than 1% due to seasonal tempera- ture variations and component aging, then the RPD will need to be frequently reconfigured to maintain the specified accuracy. 9.2 Antenna Design. The RPD antennas shall be designed on printed circuit boards. Printed circuit board antennas eliminate the need for RF con- nectors and cabling that result in decreased reliability. Printed 5 SmartSensor Matrix circuit antennas are less prone to physical damage due to their extremely low mass. The vertical beam width of the RPD at the 6 dB points of the two-way pattern shall be 65 degrees or greater. The antennas shall cover a 90 degree horizontal field of view. The sidelobes in the RPD two-way antenna pattern shall be -40 dB or less. Low sidelobes ensure that the performance from the antenna beam widths is fully achieved. 9.3 Resolution. The RPD shall transmit a signal with a bandwidth of at least 245 MHz. The bandwidth of the transmit signal translates directly into radar resolution, which contributes directly to detection perfor- mance. For example, an RPD that transmits at a low bandwidth will have low radar resolution, which could cause it to count a single vehicle as two vehicles in adjacent lanes. As another ex- ample of the adverse effects of low radar resolution, the response from a sign or other radar target in the roadway may spill over into the lanes of travel and desensitize the radar. In order to achieve the specified detection accuracy in a variety of condi- tions, the unwindowed radar resolution cannot be larger than 2 ft. (0.6 m) at the half -power level, which requires a bandwidth of 240 MHz. The high radar resolution reduces the problem of vehicle responses getting drowned out by brighter vehicles in ad- jacent lanes and improves performance for moving and stopped vehicles near roadway targets. 9.4 RF Channels. The RPD shall provide at least 8 RF channels so that multiple units can be mounted in the same vicinity without causing interference between them. 9.5 Verification. The RPD shall have a self -test that is used to verify correct hardware functionality. The RPD shall have a diagnostics mode to verify correct system functionality. 10.0 Configuration. 10.1 Auto -configuration. The RPD shall have a method for automatically defining traffic lanes, stop bars and zones without requiring user intervention. This auto -con- figuration process shall execute on a processor internal to the RPD and shall not require an external PC or other processor. The auto -configuration process shall work under normal intersection operation and may require several cycles to complete. 10.2 Manual Configuration. The auto -configuration method shall not prohibit the ability of the user to manu- ally adjust the RPD configuration. The RPD shall support the configuring of lanes, stop bars and detection zones in 1 -ft. (0.3-m) increments. When lanes have variable widths or have variable spacing (e.g. gore between lanes), precise resolution is necessary. 10.3 Windows® Mobile -based Software. The RPD shall include graphical user interface software that displays all configured lanes and the current traffic pattern using a graphical traffic representation. A visual representation of traffic patterns allows an installer to quickly associate specific detections with corresponding vehicles, and it facilitates verification of RPD performance. The graphical interface shall operate on Windows Mobile, Windows XP, Windows Vista and Windows 7 in the .NET framework. The software shall support the following functionality: • Operate over a TCP/IP connection • Give the operator the ability to save/back up the RPD configuration to a file or load/restore the RPD configu- ration from a file • Allow the backed -up sensor configurations to be viewed and edited • Provide zone and channel actuation display • Provide a virtual connection option so that the software can be used without connecting to an actual sensor • Local or remote sensor firmware upgradability 11.0 Operating Conditions. The RPD shall maintain accurate performance in all weather conditions, including rain, freez- ing rain, snow, wind, dust, fog and changes in temperature and light, including direct light on sensor at dawn and dusk. RPD operation shall continue in rain up to 1 in. (2.5 cm) per hour. The RPD shall be capable of continuous operation over an ambient temperature range of -40°F to 165.2°F (-40°C to 74°C). The RPD shall be capable of continuous operation over a rela- tive humidity range of 5% to 95% (non -condensing). 12.0 Testing. 12.1 FCC. Each RPD shall be certified by the Federal Communications Commission (FCC) under CFR 47, part 15, section 15.249 as an intentional radiator. 6 www.wavetronix.com WAVETRONIX'M SmartSensor Matrix '^ The FCC certification shall be displayed on an external label on each RPD according to the rules set forth by the FCC. The RPD shall comply with FCC regulations under all specified operating conditions and over the expected life of the RPD. 12.2 NEMA TS 2-2003 Testing. The RPD shall comply with the applicable standards stated in the NEMA TS 2-2003 standard. Third party test results shall be made available for each of the following tests: • Shock pulses of 10 g, 11 ms half sine wave • Vibration of 0.5 g up to 30 Hz • 300 V positive/negative pulses applied at one pulse per second at minimum and maximum DC supply voltage • Cold temperature storage at -49°F (-45°C) for 24 hours • High temperature storage at 185°F (85°C) for 24 hours • Low temp, low DC supply voltage at -29.2°F (-34°C) and 10.8 VDC • Low temp, high DC supply voltage at -29.2°F (-34°C) and 26.5 VDC • High temp, high DC supply voltage at 165.2°F (74°C) and 26.5 VDC • High temp, low DC supply voltage at 165.2°F (74°C) and 10.8 VDC 13.0 Manufacturing. The RPD shall be manufactured and as- sembled in the USA. The internal electronics of the RPD shall utilize automa- tion for surface mount assembly, and shall comply with the requirements set forth in IPC -A -610C Class 2, Acceptability of Electronic Assemblies. The RPD shall undergo a rigorous sequence of operational testing to ensure product functionality and reliability. Testing shall include the following: • Functionality testing of all internal sub -assemblies • Unit level burn -in testing of 48 hours' duration or greater • Final unit functionality testing prior to shipment Test results and all associated data for the above testing shall be provided for each purchased RPD by serial number, upon request. 14.0 Support. The RPD manufacturer shall provide both train- ing and technical support services. 14.1 Training. The manufacturer -provided training shall be sufficient to fully train installers and operators in the installation, configuration, and use of the RPD to ensure accurate RPD performance. The manufacturer -provided training shall consist of comprehensive classroom labs and hands-on, in -the -field, installation and configuration training. Classroom lab training shall involve presentations outlin- ing and defining the RPD, its functions, and the proce- dures for proper operation. These presentations shall be followed by hands-on labs in which trainees shall practice using the equipment to calibrate and configure a virtual RPD. To facilitate the classroom presentation and hands- on labs, the manufacturer -provided training shall include the following items: • Knowledgeable trainer or trainers thoroughly familiar with the RPD and its processes • Presentation materials, including visual aids, printed manuals and other handout materials for each student • Computer files, including video and raw data, to facilitate the virtual configuration of the RPD • Laptop computers or Windows CE handheld devices with the necessary software, and all necessary cables, connectors, etc. • All other equipment necessary to facilitate the virtual configuration of the RPD Field training shall provide each trainee with the hands- on opportunity to install and configure the RPD at road- side. Training shall be such that each trainee will mount and align the RPD correctly. 14.2 Technical Assistance. Manufacturer -provided tech- nical support shall be available according to contractual agreements, and a technical representative shall be avail- able to assist with the physical installation, alignment, and auto -configuration of each supplied RPD. Techni- cal support shall be provided thereafter to assist with troubleshooting, maintenance, or replacement of RPDs should such services be required. 15.0 Documentation. RPD documentation shall include an instructional training guide and a comprehensive user guide as well as an installer quick -reference guide and a user quick - reference guide. The RPD manufacturer shall supply the following documenta- tion and test results at the time of the bid submittal: • FCC CFR 47 certification (frequency compliance) • IED 6100-4-5 class 4 test report (surge) 16.0 Warranty. The RPD shall be warranted free from material and workmanship defects for a period of two years from date of shipment. 7 'SmartSensor Matrix SmartSensor Matrix Installation Specification 1.0 General. This item shall govern the installation of an aboveground radar presence detector (RPD) equivalent to the Wavetronix SmartSensor Matrix. RPDs can provide accurate, consistent, and reliable presence detections provided they are installed properly. The require- ments in this specification are intended to ensure proper RPD installation. 2.0 Mounting and Installation. 2.1 Mounting Assembly. The RPD shall be mounted di- rectly onto a mounting assembly fastened to a mast arm, pole or other solid structure. The RPD mounting assembly shall provide the necessary degrees of rotation to ensure proper installation. The RPD mounting assembly shall be constructed of weather -resistant materials and shall be able to support a 20-1b. (9.1 -kg) load. 2.2 Mounting Location. The RPD shall be mounted at a height that is within the manufacturer's recommended mounting heights. The RPD shall be mounted at an offset from the first lane that is consistent with the RPD's minimum offset. The RPD shall be mounted so that at least 20 feet along the farthest lane to be monitored is within the field view of the RPD. The RPD shall be mounted with its cable connector down and shall be tilted so that the RPD is aimed at the center of the lanes to be monitored. Typically, the RPD is tilted off of vertical by 20-30 degrees. The RPD shall be mounted on a vertical signal pole or on the horizontal mast arm. The RPD shall be mounted so that its field of view is not occluded by poles, signs or other structures. RPDs that are mounted within 20 ft. (6.1 m) of each other or that are monitoring the same intersection shall be con- figured to operate on different RF channels regardless of the pointing direction of the RPDs. It is recommended that the manufacturer be consulted to verify final RPD placement if the RPD is to be mounted near large planar surfaces (sound barrier, building, parked vehicles, etc.) that run parallel to the monitored roadway. 2.3 Cabling. The cable end connector shall meet the MIL - C -26482 specification and shall be designed to interface with the appropriate MIL -C-26482 connector. The connec- tor backshell shall be an environmentally sealed shell that offers excellent immersion capability. All conductors that interface with the connector shall be encased in a single jacket, and the outer diameter of this jacket shall be with- in the backshell's cable O.D. range to ensure proper seal- ing. The backshell shall have a strain relief with enough strength to support the cable slack under extreme weather conditions. Recommended connectors are Cannon's KPT series, and recommended backshells are Glenair Series 37 cable sealing backshells. The cable shall be the Orion Wire Combo-2204-2002-PVC- GY or an equivalent cable that conforms to the following specifications: • The RS -485 conductors shall be a twisted pair. • The RS -485 conductors shall have nominal capacitance conductor to conductor of less than 40 pF/ft at 1 kHz. • The RS -485 conductors shall have nominal conductor DC resistance of less than 16.7 ohms/1000 ft. (304.8 m) at 68°F (20°C). • The power conductors shall be one twisted pair with nominal conductor DC resistance of less than 11.5 ohms/1000 ft. (304.8 m) at 68°F (20°C). • Each wire bundle or the entire cable shall be shielded with an aluminum/mylar shield with a drain wire. The cable shall be terminated only on the two farthest ends of the cable. The cable length shall not exceed 2000 ft (609.6 m) for the operational baud rate of RS -485 communications (9.6 Kbps). If 12 VDC is being supplied for the RPD then the cable length shall not exceed 110 ft. (33.5 m). If 24 VDC is being supplied for the RPD then the cable length shall not exceed 600 ft. (182.9 m). Both communication and power conductors can be bundled together in the same cable as long as the above- mentioned conditions are met. 8 www.wavetronix.com WAVETRONIX'M SmartSensor Matrix '^ 2.4 In Cabinet Interface Equipment. The RPD shall be installed using the SmartSensor Matrix Preassembled Traffic Cabinet Backplate or an equivalent that provides input power surge suppression, sensor cable surge sup- pression, AC to DC power conversion (if necessary), and terminal blocks. The surge protection devices shall meet or exceed the EN 61000-4-5 Class 4 specifications. 2.5 Power Supply. If needed, the RPD shall be installed using the Click!TM 202, Click! 204 or an equivalent AC to DC power converter that meets the following specifica- tions: The power converter shall be power rated at 48 W for tem- peratures less than 140°F (60°C) with a 5% power decrease for each degree increase up to 158°F (70°C). The power converter shall operate in the temperature range of to -29.2°F to 165.2°F (-34°C to 74°C). The power converter shall operate in the humidity range of 5% to 95% at 77°F (25°C) non -condensing. The power converter shall accept an input voltage of 85 to 264 VAC or 120 to370VDC. The power converter shall operate at an input frequency of 47 Hz to 63 Hz. The power converter shall produce an output voltage of 24 VDC ±4%. The power converter shall withstand a voltage across its input and output of 2 kV. The power converter shall with- stand a voltage across its input and ground of 1.5 kV. The power converter shall conform to safety standards UL 60950 and EN 60950. The power converter shall conform to EMC standards EN 55022 Class B and EN 61000-3-2, 3. In brown -out conditions (i.e. < 85 VAC input), the output voltage of the power converter shall be less than 1 VDC. The terminal blocks shall be color -coded insulation dis- placement terminal blocks. The terminal blocks shall be prewired to the other in - cabinet equipment so that no wiring other than cable ter- minations, connecting input power and connecting input file cards shall be required during installation. 2.6 Input File Cards. The Click! 114, Click! 112 or an equivalent that meets the following specifications shall be used. The input file cards shall be compatible with 170, 2070, NEMA TS 1, and NEMA TS 2 style input racks. The input file card shall translate data packets from the RPD into contact closure outputs. The input file card shall support presence detection. The input file card shall receive data packets over an RS - 485 bus at a baud rate of 9600 bps. The input file card shall autobaud and auto -detect an RPD over wired and wireless communication channels that have a maximum latency of 500 ms. The input file card shall comply with the NEMA TS 2-1998 Traffic Controller Assemblies with NTCIP Requirements (Section 2.8 specification). 9 C WAVETRONIX Click 650 IV Cabinet Interface Device The Click 650 provides streamlined communication for SmartSensor Matrix and Advance to traffic controllers in one compact case. This module communicates directly to the controller through SDLC, and supports contact closure devices as well. It also provides power, surge protection and Ethernet connectivity for all sensors. Features • Provides sensor detection data directly to controller through SDLC port • Provides up to 64 detector channels • Provides an Ethernet port for network connectivity. • Can be used in place of Intersection Preassembled Backplates • Provides DC power for up to 4 sensors • Protects the sensor from surges • Forwards detection data collected from the sensors to contact closure devices (not included) ■ Hasa power switch for each sensor, allowing you to turn sensors on and off individually • Has multiple configuration connections for communicating from your computer to the connected sensors: o USB o RJ -11 jacks for RS -485 o DB -9 connector for RS -232 o T -bus port ■ Can be used on a shelf or affixed to the cabinet wall ortYPAINONF run AC Power Input, Power Switch SIDE © BACK O 0 0 I=1; O � 0 o g 00 O O O; O0 0 Ole O0 7,1 �o� 0 FRONT O E 0 B 0 3 o OD El CIO j e 0 I aOB�: I 00 iCHU'1 1 OLEO Panel E. Keypad Data Bus RS -485 Connectors, Ethernet Port Control Bus RS -485 Connectors, USB Connector, SDLC LED Indicators, Portl SDLC LED Indicators, RS -232 Connector T -bus 5 -position Connector FRONT WAVETRONIX El El El El El El ETHERNET Porti SOLO D SOLO gg 0 1 Click 650 Technical Specifications Included Components • Click 650 • AC power cord • Extra fuse • Terminal blocks for attaching to cable • 4jumper cables Physical • Weight: 4.9 lbs. (2.2 kg) • Physical dimensions: 7.8 in. x 10.3 in. x 3.9 in. (19.8 cm x 26.2 cm x 9.9 cm) ■ Ambient operating temp: -29°F to 165°F (-34°C to 74°C) ■ Humidity: up to 95% RH Mounting • Shelf -mount • Optional U -channel mounting bracket accessory package allows mounting on the side of the traffic cabinet Power • Power supply voltage: 90 to 260 VAC • AC frequency: 50-60 Hz • Max power: 75 W @ 80°C • 24 VDC output on sensor connectors Connections and Communication • Power ❑ AC input: IEC AC input ■ Ethernet ❑ One RJ -4510/100 Ethernet jack on the front of the device ■ SOLE ❑ One SDLC port on the front of the device ■ Four terminal block connectors on back of device for connecting to sensors ❑ Cable terminal points for sensor power and RS -485 com- munications ❑ Matching terminal blocks are included with Click 650 ❑ Matches terminal blocks used for cable termination with Wavetronix intersection preassembled backplates • Four RJ -11 jacks on faceplate of device for connecting to contact closure devices ❑ Communicate via RS -485 ❑ jacks make up physical interface of data bus on device and are for sending detection data from sensors on to contact closure devices such as rack cards (which are not included) ❑ Communicate with rack cards via jumper cables (included) • Four communication ports on faceplate make up physical Ordering Information Click 650 102-0416 ACCESSORIES 102-0423 — U -Channel Mounting Bracket Acces- sory Pack Wavetronix 78 East 1700 South Provo, UT 84606 801.734.7200 sales@wavetronix.com www.wavetronix.com interface of control bus and are for connecting to the sensors to configure them ❑ DB -9 port for communicating via RS -232 ❑ Two RJ -11 jacks for communicating via RS -485 ❑ USB mini -B connector ❑ T -bus port for connecting to a T -bus; allows Click 650 to send DC power and RS -485 communications to other de- vices connected to a T -bus Other Features • • • • • OLEO panel and keypad for on-site device configuration Web interface for device discovery and output configuration us- ing web browser Device configuration supports up to 64 detector channels Four multicolored LEDs with activity indicating functions: ❑ Red LED (PW) illuminates when device has power ❑ Blue LED (OK) extinguishes if device has been disabled by surges ❑ Green LED (TD) illuminates when data is transmitted on the control bus ❑ Yellow LED (RD) illuminates when data is received on the control bus Each data bus RJ -11 jack on the faceplate corresponds to one sen- sor and has the following features: ❑ Switch for turning the power to that sensor on and off ❑ LED for indicating when that sensor has power Switch for turning power on and off to entire device 2 www.wavetronix.com �WAVETRONIX Click 650 IV NEMA TS2-2003 Testing • Complies with the applicable standards stated in the NEMA TS2- 2003 Standard • Test results available for each of the following tests: ❑ Shock pulses of 10 g, 11 ms half sine wave ❑ Vibration of 0.5 Grms up to 30 Hz ❑ 300 V positive/negative pulses applied at one pulse per second at minimum and maximum DC supply voltage ❑ Stored at -49°F (-45°C) for 24 hours ❑ Stored at 185°F (85°C) for 24 hours ❑ Operation at -29.2°F (-34°C) and 10.8 VDC ❑ Operation at -29.2°F (-34°C) and 26.5 VDC ❑ Operation at 165.2°F (74°C) and 26.5 VDC ❑ Operation at 165.2°F (74°C) and 10.8 VDC FCC Testing • FCC -compliant Testing • Passes manufacturer's test before shipping Extended Support • Extended support options are available from Wavetronix; con- tact a Wavetronix representative for more information Warranty • Two-year warranty against material and workmanship defect 3 Click 650 Click 650 Bid Specification 1.0 General. This item shall govern the purchase and installation of a cabinet interface device (CID) equivalent to the Wavetronix Click 650. Test results and other documentation demonstrating performance and capabilities shall be provided. 2.0 Product Description. The CID shall be a module that provides power and surge protection and that communicates with con- tact closure devices, ethernet and controllers through SDLC. The CID shall be shipped with the AC power cord, jumper cables and terminal blocks necessary for wiring it, as well as with an extra fuse. 3.0 Physical. The CID shall not exceed 5 lbs. (2.25 kg) in weight. The CID shall not exceed 7.8 in. x 10.3 in. x 3.9 in. (19.8 cm x 26.2 cm x 9.9 cm) in its physical dimensions. The CID shall operate in the temperature range of -29T to 165T (-34°C to 74°C) and in humidity up to 95% RH. 4.0 Mounting. The CID shall be shelf -mounted. It shall be capable of being mounted on the side of the traffic cabinet with the aid of U -channel mounting brackets. 5.0 Power. The power supply voltage of the CID shall be 90 to 260 VAC. Its AC frequency shall be 50-60 Hz and the maximum power shall be 75 W at 80°C. The CID's sensor connectors shall output 24 VDC. 6.0 Connections and Communication. The CID shall include the following connections for power and communication: 6.1 Power. The CID shall have an IEC AC input. 6.2 Terminal Block Connectors. The CID shall have four terminal block connectors for connecting to sensors. These con- nectors shall be for terminating cables that carry power and RS -485 communications to and from the sensors. 6.3 Data RJ -11 Connectors. The CID shall have four RJ -11 jacks for sending detection data from sensors to contact clo- sure devices such as rack cards via jumper cables. This data shall be sent via RS -485. These jacks shall make up the physical interface of a dedicated data bus. 6.4 Control Connectors. The CID shall have four other communication ports. These ports shall make up the physical interface of a dedicated control bus and shall allow users to connect to the sensors and configure them. • DB -9 port for communicating via RS -232 • Two RJ -11 jacks for communicating via RS -485 • USB mini -B connector • T -bus port for connecting to a T -bus 6.5 Ethernet Connector. The CID shall have an RJ -45 10/100 Ethernet port to allow connection to a local network. 6.6 SDLC Port. The CID shall have an SDLC port for direct connection to a traffic controller. 7.0 Other features. The CID shall have the following other features: 7.1 LEDs. The CID shall have four multicolored LEDs with activity -indicating functions: • An LED that indicates when the device has power • An LED that indicates if the device has been disabled by surges • An LED that indicates when data is being transmitted on the control bus • An LED that indicates when data is being received on the control bus. 7.2 Data RJ -11 Jack Features. The four jacks that make up the physical interface of the data bus (and that each correspond 4 www.wavetronix.com C WAVETRONIX Click 650 to one sensor) shall have a switch for turning their corresponding sensor off and an LED that indicates when that sensor has power. 7.3 Power Switch. The CID shall have a switch for turning power off for the entire device. 7.4 OLED Panel with Keypad. The CID shall have a OLED panel on the device with a keypad for device configuration. 7.5 Web Interface. The CID shall have a web interface for device configuration, accessible through a web browser from a network -connected device. 7.6 Configuration. The CID configuration shall support up to 64 detector channels. 8.0 NEMATS2-2003 Testing. The CID shall comply with the applicable standards stated in the NEMA TS2-2003 Standard. Test results shall be made available for each of the following tests: • Shock pulses of 10g, 11 ms half sine wave • Vibration of 0.5 Grms up to 30 Hz • 300 V positive/negative pulses applied at one pulse per second at minimum and maximum DC supply voltage • Cold temperature storage at -49T (-45°C) for 24 hours • High temperature storage at 185T (85°C) for 24 hours • Low temp, low DC supply voltage at -29.2T (-34°C) and 10.8 VDC • Low temp, high DC supply voltage at -29.2T (-34°C) and 26.5 VDC • High temp, high DC supply voltage at 165.2T (74°C) and 26.5 VDC • High temp, low DC supply voltage at 165.2T (74°C) and 10.8 VDC 9.0 FCC Testing. The CID shall be FCC -compliant. 10.0 Testing. Before shipping, each CID shall have passed a manufacturer's test. 11.0 Extended Support. Extended support options shall be available. Contact the manufacturer's representative for more information. 12.0 Warranty. The CID shall be warranted to be free from material and workmanship defects for a period of two years from date of shipment. 5 -- — LAM 4 >r O • +ri r!.,, :ea•1, Lig€ ya • v 411 C 6 R HOUT 'CIRC.IT ■Rfs.[4 FXM 2000 Rugged UPS Module Of." Iia.Wil 6 N oyt1VT FXM 2000 > 2000W/VA UPS module designed to operate in extreme environments and provide maximum flexibility while ensuring critical loads remain protected and running during power outages and other power disturbances > Wide range Automatic Voltage Regulation (AVR) lengthens battery life by providing protection without transferring to backup mode during voltage surge or sag > Independently programmable control and report dry contacts allow monitoring and controlling of key functions > Temperature compensated battery charging protects batteries from overcharging or undercharging at extreme temperatures, extending the life of the battery > Local and remote monitoring and control via RS232 port and Ethernet SNMP interface* > UPS panels can be rotated, improving usability and viewing convenience Alpha FXM is a line of rugged UPS power modules used worldwide in the most demanding environments where clean backup power is needed. Designed to perform in the most extreme demanding environments, Alpha FXM units ensure equipment in security, communications, traffic, industrial environments, and many other critical applications remains safe and protected from power disturbances. Thanks to its powerful programmable battery charger, the FXM is capable of providing the runtime you need. All FXM models are available in 120Vac and 230Vac. `Ethernet SNMP card is standard on the 120Vac model and optional on the 230Vac model n ini U TECHNOLOGIESTM Your Power Solutions Partner FXM 2000 Rugged UPS Module Consult your Alpha representative for P/N configurations >120Vac Model Battery string voltage' 48Vdc Nominal voltage: 120Vac Frequency: 60Hz/50Hz ±5% (auto detection) Input: Voltage range: 85 to 175Vac Current. 17.9A nominal Output: Waveform. Pure sinewave Nominal voltage: 120Vac Voltage regulation: +/- 10% over input voltage range Power at 50°C• 2000W/VA Frequency: Output frequency = input frequency >230Vac Model Battery string voltage. 48Vdc Nominal voltage: 230Vac Frequency: 60Hz/50Hz ±5% (auto detection) Input: Current. 9.4A nominal Voltage range: 150 to 328Vac Output: Waveform. Pure sinewave Nominal voltage: 230Vac Voltage regulation +/- 10% over input voltage range Power at 50°C• 2000W/VA Dimensions: mm• inches. Weight: 133H x 394W x 222D 5.22H x 15.5W x 8.75D 16kg (351bs) Alpha Technologies Ltd. rOu CNNOLOGIESTM Operating temp range. -40 to 74°C (-40 to 165°F) Audible noise @ 25°C. 45dBa @ 1 meter (39in) *120Vac module derates after 50°C (122°F). 230Vac module derates after 55°C (131°F) Typical output voltage THD: <3% Typical efficiency >98% (resistive load) Typical transfer time. <5ms 120Vac Model Input Output Standard 0lololo1110 mon Iololol Terminal Block olololol� I91o191 Terminal Block Optional 1Iololol11 1�1�1�1=. Iololol Terminal Block oI•I•Iol MINIM .> Iololol -Terminal Block + Dual 5-15R 230Vac Model Standard 1lololol0 INIMINI I9191oI Terminal Block 0lolol1, 0 IEIEIEI I9lolol Terminal Block Electrical safety UL1778, CSA 22.2 No 107.3-03 Marks:c��us CE.... EMI• Class A FCC/CISPR [EN 50091-2:1995] "'Compliance only applies to units with standard input and output connectors. Contact us for compliance information on models with optional power connectors ""CE applies to 230Vac version only For more information visit www.alpha.ca Canada: Burnaby, British Columbia Tel: 604 436 5900 Fax: 604 436 1233 United States: Bellingham, Washington Tel: 360 647 2360 Fax: 360 671 4936 Alpha Technologies reserves the right to make changes to the products and information contained in this document without notice. member of The "1Y"' Group - Copyright © 2013 Alpha Technologies. All Rights Reserved. Alpha® is a registered trademark of Alpha Technologies. member of The Alpha GroupT"' is a trademark of Alpha Technologies. #0480014-00 Rev D (02/2013) .1115111 CISCO r Data Sheet Cisco Industrial Ethernet 4000 Series Switches Developed specifically to withstand the harshest industrial manufacturing environments, these switches offer today's most flexible and scalable industrial Ethernet platform that will grow with your network. Product Overview The Cisco Industrial Ethernet (IE) 4000 Series is the latest addition to our ruggedized switching platforms and provides superior high -bandwidth switching and proven Cisco IOS® Software -based routing capabilities for industrial environments. The IE 4000 Series delivers highly secure access and industry-leading convergence using the Cisco Resilient Ethernet Protocol (REP) and is built to withstand extreme environments while adhering to overall IT network design, compliance, and performance requirements. The IE 4000 Series is ideal for industrial Ethernet applications where hardened products are required, including factory automation, energy and process control, intelligent transportation systems (ITS), oil and gas field sites, city surveillance programs, and mining. With improved overall performance, greater bandwidth, a richer feature set, and enhanced hardware, the Cisco IE 4000 Series complements the current industrial Ethernet portfolio of related Cisco industrial switches, such as the Cisco IE 2000 and IE 3000. The Cisco IE 4000 can easily be installed in your network. Through a user-friendly web device manager, the Cisco IE 4000 provides easy out-of-the-box configuration and simplified operational manageability to deliver advanced security, data, video, and voice services over industrial networks. Features and Benefits Table 1. Features and Benefits of Cisco IE 4000 Feature Benefit Robust Industrial Design User -Friendly GUI Device Manager SwapDrive: "Zero-Config" Replacement High -Density Industrial Power over Ethernet (PoE) • Built for harsh environment and temperature range (-40 to 70 C). • Hardened for vibration, shock and surge, and noise immunity. • Resilient dual ring design via 4x Gigabit Ethernet uplink ports. • Complies with multi -industry specifications for automation, ITS, and substation environments. • Improves uptime, performance, and safety of industrial systems and equipment. • Fitted with compact, PLC (Programmable Logic Control) style DIN rail compliant form factor ideal for industrial deployment. • Covers a wide range of Power over Ethernet (PoE) application requirements. • Allows easily configuration and monitoring via a web browser. • Eliminates the need for more complex terminal emulation programs. • Reduces the cost of deployment. • Simple switch replacement in case of a failure. • No networking expertise required. • Helps ensure fast recovery. • Reduces complexity with one cable for both connectivity and power. • Controls costs by limiting wiring, distribution panels, and circuit breakers. • Creates space and reduces heat dissipation. • Enables ready -to -use PoE devices like IP phones and wireless access points. • Supports (on select models) maximum HD camera deployments. © 2016 Cisco and/or its affiliates. All rights reserved. This document is Cisco Public Information. Page 1 of 11 Feature Full Gigabit Ethernet Switch Benefit • Connects new wireless access point (802.11 n and 802.11 ac). • Enables new HD IP Cameras and new PLC (Programmable Logic Control). • Allows SCADA (Supervisory Control And Data Acquisition) connectivity. • Provides introduction of new bandwidth -hungry applications in the industrial space. • Supports very -delay -sensitive applications and time -sensitive networks. • Delivers multiple rings, redundant ring topology for new network configurations. • Extends geographical scalability where longer distance connectivity is required. Your Ruggedized Choice for Industrial Environments The Cisco Industrial Ethernet (IE) 4000 Series offers: • Bandwidth and capacity to grow with your networking needs: 20-Gbps nonblocking switching capacity with up to 20 Gigabit Ethernet ports per switch • High-density industrial PoE/PoE+ support providing in-line power to up to 8 power devices, including IP cameras and phones, badge readers, wireless access points, etc. • Cisco IOS Software features for smooth IT integration and policy consistency • Robust resiliency enabled by dual ring design via 4x Gigabit Ethernet uplink ports, Resilient Ethernet Protocol (REP), Parallel Redundancy Protocol (PRP), PROFINET— Media Redundancy Protocol (MRP), Etherchannel and Flexlink support, redundant power input, dying gasp, etc. • True zero -touch replacement for middle -of -the -night or middle -of -nowhere failure • Line -rate, low -latency forwarding with advanced hardware assist features (such as NAT, IEEE1588) • Simplified software upgrade path with universal images • Support of Industrial automation protocols EtherNet/IP (CIP) and PROFINET, MRP (IEC 62439-2) Figure 1 shows switch models, Table 2 shows all the available Cisco IE 4000 Series models, Table 3 list the SW license PIDs and Table 4 lists the power supplies for Cisco IE 4000 Series Switches. Figure 1. IE 4000 Models • IE-4000-16T4G-E • IE-4000-16GT4G-E • IE-4000-8GT8GP4G-E • IE-4000-4S8P4G-E • IE-4000-4GS8GP4G-E • IE-4000-4GC4GP4G-E • IE-4000-4T4P4G-E • IE-4000-8GT4G-E • IE-4000-8T4G-E • IE-4000-8S4G-E • IE-4000-8GS4G-E •IE-4000-4TC4G-E © 2016 Cisco and/or its affiliates. All rights reserved. This document is Cisco Public Information. Page 2 of 11 Table 2. Cisco IE 4000 Series Models Product Number Total Ports GE Combo Uplinks (4G)1 Additional Combo Ports RJ -45 Copper Ports (T) SFP Fiber Ports (S) PoE/PoE+ Ports (P, GP) Default Software IE-4000-4TC4G-E 8 IE-4000-8T4G-E 12 IE-4000-8S4G-E 12 IE-4000-4T4P4G-E 12 IE-4000-16T4G-E 20 IE-4000.4S8P4G-E 16 IE-4000-8GT4G-E 12 IE-4000-8GS4G-E 12 IE-4000.4GC4GP4G-E 12 IE-4000-16GT4G-E 20 IE-4000-8GT8GP4G-E 20 IE-4000.4GS8GP4G-E 16 4 (FE) 8 (FE) 8 (FE) 4 (FE) 4 (FE) 16 (FE) All models have 4 4 (FE) 8 (FE) All models ship GE combo uplink with LAN Base ports 8 (GE) image2 8 (GE) 4 (GE) 4 (GE) 16 (GE) 8 (GE) 8 (GE) 4 (GE) 8 (GE) 'Combo ports provide one copper and one fiber physical port and only one can be activated at a time. 2 Can be upgraded to IP Services at a fee. Table 3. Cisco IE 4000 SW License and Accessories PIDs License Description L-IE4000-RTU= LIC -MRP -Manager LIC -MRP -Client LIC -MRP -MULTI -MGR STK-RACKMNT-2955= STK-RACK-DINRAIL= 1E4000 Electronic software license upgrade from LAN base to IP Services MRP ring manager license MRP ring client license Multiple MRP manger license 19' DIN Rail mount kit 19 DIN Rail mount kit All copper Gigabit Ethernet interfaces support speed negotiation to 10/100/1000 mbps and duplex negotiation. All copper Fast Ethernet interfaces support speed negotiation to 10/100 mbps and duplex negotiation. Table 4. Power Supplies for Cisco IE 4000 Series Switches Product Number Wattage Rated Nominal Input Operating Range Supported Input Voltage Operating Range Power Output PoE/PoE + Support Use Case Scenario PWR-IE170W- PC -AC= 170W PWR-IE170W- PC -DC= 170W AC 100-240V/2.3A 50-60Hz AC 90-264V or DC 125-250V/2.1A DC 12-54V/23A or DC 106-300V DC 10.8-60V 54VDC/3.15A Yes 54VDC/3.15A Yes PWR-IE50W- AC= 50W AC 100-240V/1.25A 50-60Hz AC 90-264V 24VDC/2.1A No or or DC 125-250V/1.25A DC 106-300V PWR-IE50W- AC -IEC= 50W AC 100-240V/1.25A 50-60Hz AC 90-264V 24VDC/2.1A No Maximum PoE/PoE+ port support in a AC or high DC environment' Maximum PoE/PoE+ port support in a DC environment' No PoE/PoE+ support needed in an AC or DC environment No PoE/PoE+ support needed when IEC plug is desired © 2016 Cisco and/or its affiliates. All rights reserved. This document is Cisco Public Information. Page 3 of 11 Product Number PWR-IE65W- PC -AC= Wattage 65W Rated Nominal Input Operating Range AC 100-240V/1.4A 50-60Hz or DC 125-250V/1.0A Supported Input Voltage Operating Range AC 90-264V or DC 106-300V Power Output 54VDC/1.2 A PoE/PoE + Support Yes Use Case Scenario Minimum (1-2 port) PoE support needed in an AC or high DC environment2 PWR-IE65W- PC -DC= 65W DC 24-48VDC/4.5A DC 18-60V 54VDC/1.2 A Yes Minimum (1-2 port) PoE support needed in a DC environment2 1 The entire power budget for the switch and PoE ports needs to stay within 170W. A PoE port draws up to 15.4W of power, and a PoE+ port draws up to 30W of power. 2 The entire power budget for the switch and PoE ports needs to stay within 65W. Figure 2 shows a diagram to help you select a Cisco IE 4000 model. Figure 2. Cisco IE 4000 Model Selection Guide Client Ports Rate? Copper or Fiber? Need of PoE? Proposed 1E4000 Model I Need Mostly FE Ports Mostly Copper Ports Mostly Fiber Ports Non-PoE :T_..•,6,4G PoE HCopper and Fiber Ports Non-PoE Can't Decide PoE ! 8S4G 4T4P4G I Need Mostly GE Ports Mostly Copper Ports Mostly Fiber Ports Non-PoE PoE 8GT8GP4G Copper and Fiber Ports Non-PoE Can't Decide PoE PoE 8GS4G 4GS8GP4G 4GC4GP4G © 2016 Cisco and/or its affiliates. All rights reserved. This document is Cisco Public Information. Page 4 of 11 Product Specifications Table 5 lists specifications, Table 6 gives information about switch performance and scalability, Table 7 and 8 list important software features, Table 9 lists compliance specifications, and Table 10 gives information about management and standards of the Cisco IE 4000 Series Switches. Table 5. Product Specifications Description Specification Hardware Alarm • 1GB DRAM • 128 -MB onboard flash memory • 1 -GB removable SD flash memory card • Mini -USB connector • RJ -45 connector • Alarm I/O: two alarm inputs to detect dry contact open or closed, one alarm output relay Power Input • Redundant DC input voltage with operating range: nominal 9.6 to 60VDC • Maximum DC input current: 3.7A (IE-4000-4T4P4G-E, IE-4000-8T4G-E, IE-4000-8GT4G-E, IE-4000-16T4G-E), 4.3A (IE- 4000-4GC4GP4G-E, IE-4000-4TC4G-E, IE-4000-4S8P4G-E, IE-4000-4GS8GP4G-E, IE-4000- 16GT4G-E, IE-4000-8GT8GP4G-E), 5A (IE-4000-8S4G-E, IE-4000-8GS4G-E) Power Consumption • IE-4000-4T4P4G-E, IE-4000-8T4G-E, IE-4000-8GT4G-E, and IE-4000-16T4G-E: 35W • IE-4000-4GC4GP4G-E, IE-4000-4TC4G-E, IE-4000-4S8P4G-E, IE-4000-4GS8GP4G-E, and IE-4000-16GT4G- E: 40W • IE-4000-8S4G-E, IE-4000-8GS4G-E: 42W • These numbers are measured at 9.6V and do not include PoE power consumption Dimensions, (H x W x D) • All IE 4000 models have the following dimensions: 6.12 x 6.12 x 5.09 in. (155.4 x 155.4 x 129.2 mm) • PWR-IE170W-PC-AC=: 5.93 x 3.72 x 5.60 in. (150.6 x 94.5 x 142.2) • PWR-IE170W-PC-DC=: 5.93 x 4.47 x 5.75 in. (150.6 x 113.5 x 145.8) • PWR-IE50W-AC=: 5.8 x 2.0 x 4.4 in. (147 x 51 x 112 mm) • PWR-IE50W-AC-IEC=: 5.8 x 2.0 x 4.4 in. (147 x 51 x 112 mm) • PWR-IE65W-PC-AC=: 5.9 x 2.6 x 4.6 in. (150 x 66 x 117 mm) • PWR-IE65W-PC-DC=: 5.9 x 2.6 x 4.6 in. (150 x 66 x 117 mm) Weight • All IE4000 models listed in Table 1: 6.35 pounds (2.88 kg) • PWR-IE170W-PC-AC=: 3.88 pounds (1.76 kg) • PWR-IE170W-PC-DC=: 3.7 pounds (1.67 kg) • PWR-IE50W-AC=: 1.4 Ib (0.65 kg) • PWR-IE50W-AC-IEC=: 1.4 Ib (0.65 kg) • PWR-IE65W-PC-DC=: 2.6 (1.18 Kg) • PWR-IE65W-PC-AC=: 2.7 (1.24 Kg) Table 6. Switch Performance and Scalability Description Specification Forwarding rate Line rate for all ports and all packet sizes Number of queues 4 egress Unicast MAC addresses 16,000 IGMP multicast groups 1,000 Number of VLANs 1,000 IPv4 MAC security ACEs 1,000 with default TCAM Template NAT translation Bidirectional, 128 unique subnet NAT translation entries, which can expand to tens of thousands of translated entries if designed properly © 2016 Cisco and/or its affiliates. All rights reserved. This document is Cisco Public Information. Page 5 of 11 Table 7. Cisco IE 4000 LAN BASE: Key Software Features LAN Base License (Default) Features Layer 2 Switching Security Layer 2 Multicast Management Industrial Ethernet Quality of Service Layer 2 IPv6 Layer 3 Routing Industrial Management Utility IEEE 802.1, 802.3, 802.3at, 802.3af standard, VTPv2, NTP, UDLD, CDP, LLDP, Unicast Mac filter, Flexlink, Resilient Ethernet Protocol (REP), Parallel Redundancy Protocol (PRP), VTPv3, EtherChannel, Voice VLAN, qinq tunneling SCP, SSH, SNMPv3, TACACS+, RADIUS Server/Client, MAC Address Notification, BPDU Guard, Port -Security, Private VLAN, DHCP Snooping, Dynamic ARP Inspection, IP Source Guard, 802.1x, Guest VLAN, MAC Authentication Bypass, 802.1x Multi -Domain Authentication, Storm Control, Trust Boundary, Cisco TrustSec® supporting SGT inline tagging and SGACL, FIPS 140-2 IGMPv1, v2, v3 Snooping, IGMP filtering, IGMP Querier Fast Boot, Express Setup, Web Device Manager, Cisco Network Assistant', Cisco Prime' platforml, MIB, SmartPort, SNMP, syslog, Storm Control - Unicast, Multicast, Broadcast, SPAN Sessions, RSPAN, DHCP Server, Customized TCAM/SDM size configuration, DOM (digital optical management) CIP Ethernet/IP, Profinet v2 MRP (IEC 62439-2), IEEE 1588 PTP v2, NTP to PTP translation, CIP Time Sync Ingress Policing, Rate -Limit, Egress Queueing/shaping, AutoQoS, Modular QoS CLI (MQC) IPv6 Host support, HTTP over IPv6, SNMP over IPv6 IPv4 Static Routing Layer 2 switching with 1:1 static Network Address Translation (NAT) Power Profile, dying gasp, GOOSE messaging, SCADA protocol classification, MODBUS TCP/IP, utility SmartPort macro, BFD, Ethernet OAM, IEEE 802.3ah, CFM (IEEE 802.1ag) 'Support after product General Availability Table 8. Cisco IE 4000 IP Services: Key Software Features IP Services License Additional Features IP Multicast Industrial Management IP Unicast Routing Protocols Cisco Express Forwarding IPv6 Routing Security Virtualization PIM sparse mode (PIM -SM), PIM dense mode (PIM -DM), and PIM sparse -dense mode Embedded Event Manager (EEM) OSPF, EIGRP, BGPv4, IS -IS, RIPv2, Policy -Based Routing (PBR), HSRP Hardware routing architecture delivers extremely high-performance IP routing RIPng, OSPFv6, and EIGRPv6 support IEEE 802.1AE MACsec, Security Group Access Control Lists (SGACL) VRF-lite To enable PROFINET MRP (IEC 62439-2) functionalities on the 1E4000 switches the relevant SW license, listed in table 3 should be ordered. Table 9. Compliance Specifications Type Standards Electromagnetic Emissions Electromagnetic Immunity FCC 47 CFR Part 15 Class A EN 55022A Class A VCCI Class A AS/NZS CISPR 22 Class A CISPR 11 Class A CISPR 22 Class A ICES 003 Class A CNS13438 Class A KN22 EN55024 CISPR 24 AS/NZS CISPR 24 © 2016 Cisco and/or its affiliates. All rights reserved. This document is Cisco Public Information. Page 6of11 Type Standards KN24 EN 61000-4-2 Electro Static Discharge EN 61000-4-3 Radiated RF EN 61000-4-4 Electromagnetic Fast Transients N 61000-4-5 Surge EN 61000-4-6 Conducted RF EN 61000-4-8 Power Frequency Magnetic Field EN 61000-4-9 Pulse Magnetic Field EN 61000-4-11 AC Power Voltage EN 61000-4-18 Damped Oscillatory Wave EN -61000-4-29 DC Voltage Dips Industry Standards EN 61000-6-1 Light Industrial EN 61000-6-2 Industrial EN 61000-6-4 Industrial EN 61326 Industrial Control EN 61131-2 Programmable Controllers Substation KEMA (IEEE 1613, IEC 61850-3) NEMA TS -2 (EMC, environmental, mechanical) IEEE 1613 Electric Power Stations Communications Networking IEC 61850-3 Electric Substations Communications Networking EN50155 Railway - Electronic Equipment on Rolling Stock (EMC, ENV, Mech) EN50121-4 Railway - Signaling and Telecommunications Apparatus EN50121-3-2 Railway - Apparatus for Rolling Stock ODVA Industrial EtherNet/IP PROFINET conformance B IP30 (per EN60529) Safety Standards and Information Technology Equipment: Certifications UL/CSA 60950-1 EN 60950-1 CB to IEC 60950-1 with all country deviations NOM to NOM-019-SCFI (through partners and distributor) Industrial Floor (Control Equipment): UL 508 CSA C22.2, No 142 Hazardous Locations: ANSI/ISA 12.12.01 CSA C22.2 No 213 IEC 60079-0, -15 IECEx test report EN 60079-0, -15 ATEX certification (Class I Zone 2) Cabinet enclosure required Operating Environment Operating Temperature: -40C to +75C • -40C to +70C (Vented Enclosure Operating) • -40C to +60C (Sealed Enclosure Operating) • -34C to +75C (Fan or Blower equipped Enclosure Operating) EN 60068-2-1 EN 60068-2-2 EN 61163 Altitude: up to 15,000 feet Storage Environment Temperature: -40 to +85 degrees C Altitude: 15,000 feet IEC 60068-2-14 Humidity Relative humidity of 5% to 95% non -condensing IEC 60068-2-3 IEC 60068-2-30 Shock and Vibration IEC 60068-2-27 (operational shock, 50G, 11 ms, Half Sine) IEC 60068-2-27 (Non -Operational Shock, 65-80G, 9ms, Trapezoidal) IEC 60068-2-6, IEC 60068-2-64, EN 61373 (Operational Vibration) IEC 60068-2-6, IEC 60068-2-64, EN 61373 (Non -operational Vibration) © 2016 Cisco and/or its affiliates. All rights reserved. This document is Cisco Public Information. Page 7 of 11 Type Standards Corrosion Others Warranty Mean Time Between Failure (MTBF) ISO 9223: Corrosion class C3 -Medium class C4 -High EN 60068-2-52 (Salt Fog) EN 60068-2-60 (Flowing Mixed Gas) RoHS Compliance China RoHS Compliance TAA (Government) CE (Europe) Five-year limited HW warranty on all IE -4000 PIDs and all IE Power Supplies (see table 3 above). See link below for more details on warranty IE-4000-4TC4G-E: 578, 730 Hours IE-4000-8T4G-E: 591, 070 Hours IE-4000-8S4G-E: 583, 700 Hours IE-4000-4T4P4G-E: 562, 300 Hours IE-4000-16T4G-E: 558, 310 Hours IE-4000-4S8P4G-E: 535, 880 Hours IE-4000-8GT4G-E: 591, 240 Hours IE-4000-8GS4G-E: 583, 700 Hours IE-4000-4GC4GP4G-E: 550, 940 Hours IE-4000-16GT4G-E: 558, 630 Hours IE-4000-8GT8GP4G-E: 519, 190 Hours IE-4000-4GS8GP4G-E: 536, 220 Hours Table 10. Management and Standards Description Specification IEEE Standards RFC Compliance • IEEE 802.1D MAC Bridges, STP • IEEE 802.3af Power over Ethernet • IEEE 802.1p Layer2 COS prioritization • IEEE 802.3at Power over Ethernet Plus • IEEE 802.1q VLAN • IEEE 802.3ah 100BASE-X SMF/MMF only • IEEE 802.1s Multiple Spanning -Trees • IEEE 802.3x full duplex on 10BASE-T • IEEE 802.1w Rapid Spanning -Tree • IEEE 802.3 10BASE-T specification • IEEE 802.1x Port Access Authentication • IEEE 802.3u 100BASE-TX specification • IEEE 802.1AB LLDP • IEEE 802.3ab 1000BASE-T specification • IEEE 802.3ad Link Aggregation (LACP) • IEEE 802.3z 1000BASE-X specification • IEEE 802.3af Power over Ethernet provides up to • IEEE 1588v2 PTP Precision Time Protocol 15.4W DC power to each end device • IEEE 802.3at Power over Ethernet provides up to 25.5W DC power to each end device • RFC 768: UDP • RFC 1305: NTP • RFC 783: TFTP • RFC 1492: TACACS+ • RFC 791: IPv4 protocol • RFC 1493: Bridge MIB Objects • RFC 792: ICMP • RFC 1534: DHCP and BOOTP interoperation • RFC 793: TCP • RFC 1542: Bootstrap Protocol • RFC 826: ARP • RFC 1643: Ethernet Interface MIB • RFC 854: Telnet • RFC 1757: RMON • RFC 951: BOOTP • RFC 2068: HTTP • RFC 959: FTP • RFC 2131, 2132: DHCP • RFC 1157: SNMPv1 • RFC 2236: IGMP v2 • RFC 1901,1902-1907 SNMPv2 • RFC 3376: IGMP v3 • RFC 2273-2275: SNMPv3 • RFC 2474: DiffSery Precedence • RFC 2571: SNMP Management • RFC 3046: DHCP Relay Agent Information Option • RFC 1166: IP Addresses • RFC 3580: 802.1x RADIUS • RFC 1256: ICMP Router Discovery • RFC 4250-4252 SSH Protocol © 2016 Cisco and/or its affiliates. All rights reserved. This document is Cisco Public Information. Page 8 of 11 Description SNMP MIB Objects Specification • BRIDGE -MIB • CALISTA-DPA-MIB • CISCO-ACCESS-ENVMON-MIB • CISCO -ADMISSION -POLICY -MIB • CISCO-AUTH-FRAMEWORK-MIB • CISCO -BRIDGE -EXT -MIB • CISCO -BULK -FILE -MIB • CISCO-CABLE-DIAG-MIB • CISCO-CALLHOME-MIB • CISCO -CAR -MIB • CISCO -CDP -MIB • CISCO -CIRCUIT -INTERFACE -MIB • CISCO -CLUSTER -MIB • CISCO-CONFIG-COPY-MIB • CISCO-CONFIG-MAN-MIB • CISCO -DATA -COLLECTION -MIB • CISCO-DHCP-SNOOPING-MIB • CISCO -EMBEDDED -EVENT -MGR -MIB • CISCO -ENTITY -ALARM -MIB • CISCO-ENTITY-VENDORTYPE-OID-MIB • CISCO-ENVMON-MIB • CISCO -ERR -DISABLE -MIB • CISCO -FLASH -MIB • CISCO -FTP -CLIENT -MIB • CISCO -IF -EXTENSION -MIB • CISCO-IGMP-FILTER-MIB • CISCO -IMAGE -MIB • CISCO -IP -STAT -MIB • CISCO -LAG -MIB • CISCO-LICENSE-MGMT-MIB • CISCO-MAC-AUTH-BYPASS-MIB • CISCO -MAC -NOTIFICATION -MIB • CISCO -MEMORY -POOL -MIB • CISCO-PAE-MIB • CISCO-PAGP-MIB • CISCO -PING -MIB • CISCO-PORT-QOS-MIB • CISCO -PORT -SECURITY -MIB • CISCO -PORT -STORM -CONTROL -MIB • CISCO-PRIVATE-VLAN-MIB • CISCO -PROCESS -MIB • CISCO -PRODUCTS -MIB • CISCO -RESILIENT -ETHERNET -PROTOCOL -MIB • CISCO-RTTMON-ICMP-MIB • CISCO-RTTMON-IP-EXT-MIB • CISCO-RTTMON-MIB • CISCO RTTMON-RTP-MIB • CISCO-SNMP-TARGET-EXT-MIB • CISCO -STACK -MIB • CISCO-STACKMAKER-MIB • CISCO -STP -EXTENSIONS -MIB • CISCO-SYSLOG-MIB • CISCO -TCP -MIB • CISCO-UDLDP-MIB • CISCO-VLAN-IFTABLE-RELATIONSHIP-MIB • CISCO-VLAN-MEMBERSHIP-MIB • CISCO-VTP-MIB • ENTITY -MIB • ETHERLIKE-MIB • HC-RMON-MIB • IEEE8021-PAE-MIB • IEEE8023-LAG-MIB • IF -MIB • IP -FORWARD -MIB • LLDP-EXT-MED-MIB • LLDP-EXT-PNO-MIB • LLDP-MIB • NETRANGER • NOTIFICATION -LOG -MIB • OLD -CISCO -CHASSIS -MIB • OLD -CISCO -CPU -MIB • OLD -CISCO -FLASH -MIB • OLD -CISCO -INTERFACES -MIB • OLD -CISCO -IP -MIB • OLD -CISCO -MEMORY -MIB • OLD -CISCO -SYS -MIB< • OLD -CISCO -SYSTEM -MIB • OLD -CISCO -TCP -MIB • OLD -CISCO -TS -MIB • RMON-MIB • RMON2-MIB • SMON-MIB • SNMP-COMMUNITY-MIB • SNMP-FRAMEWORK-MIB • SNMP-MPD-MIB • SNMP-NOTIFICATION-MIB • SNMP-PROXY-MIB • SNMP-TARGET-MIB • SNMP-USM-MIB • SNMP-VIEW-BASED-ACM-MIB • SNMPv2-MIB • TCP -MIB • UDP -MIB © 2016 Cisco and/or its affiliates. All rights reserved. This document is Cisco Public Information. Page 9 of 11 Table 11. SFP Support Part Number GLC-FE-100FX-RGD= GLC-FE-100LX-RGD GLC-FE-100FX= GLC-FE-100LX= GLC-FE-100EX= GLC-FE-100ZX= GLC-FE-100BX-D= GLC-FE-100BX-U= GLC-SX-MM-RGD= GLC-LX-SM-RGD= GLC-ZX-SM-RGD= GLC-BX40-U-I= GLC-BX40-D-1= GLC-BX40-DA-I= GLC-BX80-U-I= GLC-BX80-D-1= GLC -SX -MMD= GLC -LH -SMD= GLC -EX -MMD= GLC -ZX -MMD= GLC -BX -D= GLC -BX -U= CWDM-SFP-xxxx= (8 freq) DWDM-SFP-xxxx= (40 freq) SFP-GE-S= SFP-GE-L= SFP-GE-Z= GLC -SX -MM= GLC -LH -SM= GLC -ZX -SM= GLC -TE= GLC -T= Specification 100BASE-FX 100BASE-LX10 100BASE-FX 100BASE-LX10 100BASE-EX 100BASE-ZX 100BASE-BX10 100BASE-BX10 1000BASE-SX 1000BASE-LX/LH 1000BASE-ZX 1000BASE-BX40 1000BASE-BX40 1000BASE-BX40 1000BASE-BX80 1000BASE-BX80 1000BASE-SX 1000BASE-LX/LH 1000BASE-EX 1000BASE-ZX 1000BASE-BX10 1000BASE-BX10 CWDM 1000BASE-X DWDM 1000BASE-X 1000BASE-SX 1000BASE-LX/LH 1000BASE-ZX 1000BASE-SX 1000BASE-LX/LH 1000BASE-ZX 1000BASE-T 1000BASE-T SFP Type FE FE FE FE FE FE FE FE GE GE GE GE GE GE GE GE GE GE GE GE GE GE GE GE GE GE GE GE GE GE GE GE Max Distance 2km 10km 2km 10km 40km 80km 10km 10km 550m 550m/10km 70km 40km 40km 40km 80km 80km 550m 550m/10km 40km 70km 10km 10km 550m 550m/10km 70km 550m 550m/10km 70km 100m 100m Cable Type MMF SMF SMF SMF SMF SMF SMF SMF MMF MMF/SMF SMF SMF SMF SMF SMF SMF MMF MMF/SMF SMF SMF SMF SMF SMF SMF MMF MMF/SMF SMF MMF MMF/SMF SMF Copper Copper Temp Range* IND IND COM COM COM COM COM COM IND IND IND IND IND IND IND IND EXT EXT EXT EXT COM COM COM COM EXT EXT EXT COM COM COM EXT COM Note: Not all SFPs supported in all SW versions. For first software release supporting SFP refer to http://www.cisco.com/en/US/products/hw/modules/ps5455/products device support tables list.html • If non industrial (i.e., EXT, COM) SFPs are used the switch operating temperature must be derated. MMF = multi -mode fiber SMF = single -mode fiber DOM Support Yes Yes No No No No No Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes No No Yes NA NA © 2016 Cisco and/or its affiliates. All rights reserved. This document is Cisco Public Information. Page 10 of 11 �III•III. CISCO. Warranty Information Warranty information for the IE 4000 is available on http://www.cisco-servicefinder.com/warrantyfinder.aspx. Cisco Capital Financing to Help You Achieve Your Objectives Cisco Capital can help you acquire the technology you need to achieve your objectives and stay competitive. We can help you reduce CapEx. Accelerate your growth. Optimize your investment dollars and ROI. Cisco Capital financing gives you flexibility in acquiring hardware, software, services, and complementary third -party equipment. And there's just one predictable payment. Cisco Capital is available in more than 100 countries. Learn more. Americas Headquarters Asia Pacific Headquarters Europe Headquarters Cisco Systems, Inc. Cisco Systems (USA) Pte. Ltd. Cisco Systems International BV Amsterdam, San Jose. CA Singapore The Netherlands Cisco has more than 200 offices worldwide. Addresses, phone numbers, and fax numbers are listed on the Cisco Website at www.cisco.com/go/offices. Cisco and the Cisco logo are trademarks or registered trademarks of Cisco and/or its affiliates in the U.S. and other countries. To view a list of Cisco trademarks, is, go to this URL: www.cisco.com/go/trademarks. Third party trademarks mentioned are the property of their respective owners. The use of the word partner does not imply a partnership relationship between Cisco and any other company. (1110R) Printed in USA C78-733058-08 08/16 © 2016 Cisco and/or its affiliates. All rights reserved. This document is Cisco Public Information. Page 11 of 11 Specification NEMA TS2 Fully -Actuated ATC Controller This specification is fully met by the following Econolite models: I Cobalt ATC 1000 CCLe/t /IT —100 3360 E. La Palma Avene, Anaheim, CA 92806 P. 0. Box 6150, Anaheim, CA 92816-6150 PH: (714) 630-3700. Fax (714) 630-6349 EECONOLITE' An Econolite Group Company 1 of 6 #883-10575M-0313 Specification TABLE OF CONTENTS 1. INTRODUCTION 3 2. HARDWARE 3 2.1 ENCLOSURE 3 2.2. ELECTRON/CS 3 2.3. ATC ENG/NE BOARD 4 2.4. FRONT PANEL 4 2.5. ETHERNET PORTS 5 2.6. USE PORTS 5 27. CONNECTORS 5 2,8. SERVICEABILITY 6 2.9. HAROVVAREORTIONS 6 3360 E. La Palma Avene, Anaheim, CA 92806 P. 0. Box 6150, Anaheim, CA 92816-6150 PH: (714) 630-3700. Fax (714) 630-6349 EECONOLITE An Econolite Group Company 2 of 6 #6R3 -10525M-0313 Specification -s.•& ariC- 1. Introduction This specification sets forth the minimum requirements for a shelf -mounted, 2 (two) through 16 (sixteen) phase, fully -actuated, digital, solid-state traffic controller. The controller shall be configurable to meet, at a minimum, all applicable sections of the NEMA Standards Publications for TS2 and NTCIP 1202 and ATC standard 6.10. Where differences occur, these specifications shall govern. Controller versions shall be available to comply with NEMA TS2 Types 1 and 2. Type 2 versions of the controller shall be capable of operating as a Type 1 controller. 2. Hardware 2.1. Enclosure 2.1.1. The controller shall be compact so as to fit in limited cabinet space. It shall require no more than 7" shelf depth. External dimensions shall not be larger than 8.5" x 15.2 1/4" x 6.375" (H xWxD). 2.1.2. The top and bottom of the chassis shall be made from extruded aluminum and include an integral handle on the back for easy transport. 2.1.3. The sides shall be constructed of injection molded polycarbonate. The front panel shall meet specifications set forth in Section 2.4 (Front Panel) 2.1.4. The model, serial number, and program information shall be displayed on the outside of the controller. 2.2. Electronics 2.2.1. The electronics shall be modular in design and shall consist of vertical circuit boards. Horizontal circuit boards shall not acceptable. 2.2.2. In the interest of reliability, no sockets shall be used for any electronic device. All devices shall be directly soldered to the printed circuit board. Surface mount parts shall be used for the majority of the electronic components in the controller. 2.2.3. A built-in, high -efficiency switching power supply shall generate the primary, +SVDCinternal voltage, an isolated +24 VDC for internal and external use, VSTANDBY, LINESYNC, POWERUP and POWERDOWN signals. All voltages shall be regulated. 2.2.4. The 120 or 220VAC fuse shall be mounted on the front of the controller. Protection for the 24VDC supply shall be provided by a resettable electronic fuse. 2.2.5. All printed circuit boards shall meet the requirements of the NEMA Standard plus the following requirements to enhance reliability: 2.2.5.1. Both sides of the printed circuit board shall be covered with a solder mask material. 2.2.5.2. The circuit reference designation for all components and the polarity of all polarized capacitors and two -leaded diodes shall be clearly marked adjacent to the component. Pin 1 for all integrated circuit packages shall be designated on all printed circuit boards. 3360 E. La Palma Avene, Anaheim, CA 92806 P. 0. Box 6150, Anaheim, CA 92816-6150 PH: (714) 630-3700. Fax (714) 630-6349 EECONOLITE' An Econolite Group Company 3 of 6 #6R3 -10525M-0313 Specification 2.2.5.3. All printed circuit board assemblies shall be coated on both sides with a clear moisture -proof and fungus -proof sealant. 2.2.6. Timing of the controller traffic application shall be derived from the AC power line. 2.2.7. To facilitate the transfer of user -programmed data from one controller to another, a Datakey receptacle for using a separate 2070 -style, serial flash memory device shall be an available hardware option. In addition two USB sockets and one SD Card socket shall be provided for memory devices that can be used for data transfer. These data transfer devices shall be easily removable and directly accessible from the outside of the controller. The controller will not require this Datakey, USB memory thumb drive or SD Card to be present for proper operation. 2.2.8. All controller software shall be stored in Flash Memory devices. The controller software shall be easily updated without the removal of any memory device from the controller. The use of removable PROMS or EPROMS from the controller shall not be acceptable. The controller shall include an option that allows updating software using a Windows based computer, a USB memory thumb drive, or an SD card. 2.3. ATC Engine Board 2.3.1. The controller shall include an ATC engine board compliant to ATC standard 5.2b and proposed version 6.10. 2.3.2. The engine board shall include a PowerPC 83XX family processor with QUICC engine. 2.3.3. The engine board shall have a minimum of the following memory: 2.3.3.1. 128Mbytes of DDR2 DRAM memory used for application and OS program execution. 2.3.3.2. 64 Mbytes of FLASH memory used for storage of OS Software and user applications. 2.3.3.3. 2MB of SRAM memory used for non-volatile parameter storage. 2.3.4. The engine board shall provide the seven ATC serial ports, Ethernet, USB, and all other control signal required by ATC standard. 2.3.5. The operating system shall be Linux 2.6.35 or later. 2.4. Front Panel 2.4.1. The front of the controller shall consist of a panel for the display, keyboard and connectors for all necessary user connections. 2.4.2. The display shall be a 7 -inch, color, TFT (Thin Film Transistor) LCD (Liquid Crystal Display) with high brightness. It shall be readable in direct sunlight. The display shall perform over the NEMA temperature range and shall have a resolution of 800 X 480 with an 18 bit color depth. The luminous intensity shall be a minimum of 800 nits. The display shall include an industrial, resistive touch screen that can be operated with gloved hands. The touch screen and display shall not be affected by condensation or water drops. 2.4.3. Front -panel operator inputs shall be via touch screen or by clearly labeled elastomeric keypad. These shall include a 10 -digit numeric keypad, Main and Sub keys, toggle keys, special function and enter keys, six function keys, status and help keys and a large, four - direction cursor control key. 3360 E. La Palma Avene, Anaheim, CA 92806 P. 0. Box 6150, Anaheim, CA 92816-6150 PH: (714) 630-3700. Fax (714) 630-6349 EECONOLITE' An Econolite Group Company 4 of 6 #6R3 -10525M-0313 Specification 2.4.4. The front panel shall include a built in speaker for enhanced controller audio feedback. 2.4.5. The front panel shall include a tri -color status LED. 2.5. Ethernet Ports 2.5.1. The controller shall have the capability of supporting Ethernet communications, using TCP/IP communications protocols. 2.5.2. The controller shall provide four (4) front -panel Ethernet ports. 2.5.3. Two of the ports shall be connected to Ethernet switch ENET1 and the other two shall be connected to Ethernet switch ENET2. 2.0. USB Ports 2.6.1. The controller shall provide two USB 2.0 ports. 2.6.2. USB ports shall be used for USB thumb drives to update software, upload or download configuration, or uploading logged data. 2.7. Connector's 2.7.1. All non -optional interface connectors shall be accessible from the front of the controller in the NEMA configured controller models. Configurations shall be offered to accommodate different versions, as follows: 2.7.1.1. NEMA TS2 Type 1 2.7.1.2. NEMA TS2 Type 2 2.7.1.3. NEMA TS1 2.7.2. The D connector shall be compatible with the Econolite Model ASC/2, ASC/2S, and ASC/3 D connectors. 2.7.3. To facilitate special applications the controller shall have the capability of assignment of any input or output function to any input or output pin respectively on the interface connectors, with the exception of Flashing Monitor, Controller Voltage Monitor, AC+, AC-, Chassis Ground, 24VDC, Logic Ground and TS2 Mode bits. 2.7.4. The controller shall as a minimum have the following communications ports: a. Port 1 SDLC for communications to other devices in the cabinet. b. Port 2 serial port for systems communications. c. Console serial port for local communications. An optional telemetry module shall utilize TDM/FSK data transmission at 1200 baud or 9600 baud over two pairs of wires. This module shall include the Econolite 25 -pin D - sub connector. d. Ports on optional ATC -2070 communication modules — see section 2.9.2. 2.7.5. Serial communications shall operate at from 1200 to 115.2 K baud. 3360 E. La Palma Avene, Anaheim, CA 92806 P. 0. Box 6150, Anaheim, CA 92816-6150 PH: (714) 630-3700. Fax (714) 630-6349 EECONOLITE An Econolite Group Company 5 of 6 #6R3 -10525M-0313 Specification 2.8. Serviceability 2.8.1. All electronic modules including the power supply shall be easily removable from the controller using a screwdriver as the only tool. All power and signal connections to the circuit boards shall be via plug-in connectors. 2.9. Hardware Options 2.9.1. Optional Datakey 2.9.1.1. A datakey and receptacle shall be available for use as a database storage device (backup) or as a database transfer module. It shall be capable of storing a minimum 2MB of data. 2.9.1.2. The datakey shall be hot swappable, so that it can be inserted and removed without powering down the controller. 2.9.1.3. The datakey shall be capable of storing the entire controller database and shall retain the information without use of battery or capacitor backup. 2.9.1.4. The controller shall not require this key to be present during normal operation. 2.9.1.5. If the datakey is present the controller shall automatically backup the database to the data key 20 minutes following the last data change. 2.9.2. Optional ATC -2070 type communications slot: 2.9.2.1. The controller shall provide support one ATC -2070 type communications slot that can be added, if needed, providing access to ATC communications ports. 3360 E. La Palma Avene, Anaheim, CA 92806 P. 0. Box 6150, Anaheim, CA 92816-6150 PH: (714) 630-3700. Fax (714) 630-6349 EECONOLITE An Econolite Group Company 6 of 6 #6R3 -10525M-0313 VIVOTEK BUILT WITH RELIABILITY Speed Dome Network Camera SD8364E/64E- M 0 VMmmm. E N Ell7E 1080p HD • 30x Zoom • NEMA 4X • IP67 • Defog • -40°C - 55°C • EIS • PoE Plus VIVOTEK SD8364E is part of the SUPREME series product line offering 1080p Full HD resolution with superb image quality. Adopting a 30x optical zoom lens, the SD8364E is able to capture details at top-notch quality. The IP67- and NEMA 4X -rated housing protects the camera body against rain, dust and corrosion within a wide temperature range between -40°C to 55°C. This feature ensures operation under extreme weather conditions and hazardous environments. It is especially suitable for monitoring wide open indoor/outdoor spaces such as airports, highways and parking lots where high-level reliability and precision are always required. The SD8364E supports high-performance H.264/MPEG-4/MJPEG compression technology and offers extra smooth video quality with resolution up to 30 fps @ 1080p. Boasting WDR Pro technology, the SD8364E can also cope with challenging lighting conditions and generate image quality close to the capabilities of the human eye. With a sophisticated pan/tilt mechanism, the camera provides fast, precise movement with continuous 360 -degree pan and 220 -degree tilt. Users can also easily control the lens position via a mouse or a joystick to track the object of interest and set up to 256 preset positions. With the built-in auto tracking feature, the SD8364E provides instantaneous reaction to suspicious moving objects in wide area locations before operators are aware of activity. As with all VIVOTEK true day/night cameras, the SD8364E features a removable IR -cut filter, maintaining clear images 24 hours a day. With audio detection, by recognizing increases or decreases in sound volume, an additional layer of intrusion detection is ensured. With other advanced features such as SD/SDHC/SDXC card slot, 802.3at compliant PoE Plus and 60 fps high quality video, the SD8364E is the best choice for the most demanding outdoor surveillance applications. Features • 1080p Full HD SONY CMOS Sensor • 30 fps @ 1080p Full HD; 60 fps @ 720p HD • 30x Zoom Lens • Removable IR -cut Filter for Day & Night Function • 360° Continuous Pan and 220° Tilt • Real-time H.264, MPEG -4 and MJPEG Compression (Triple Codec) • WDR Pro for Unparalleled Visibility in High Contrast Environments • Weather-proof IP67-rated and NEMA4X Housing • -40°C - 55°C Wide Temperature Range for Extreme Weather Conditions • Audio Detection for Instant Alerts • Auto Tracking for Moving Objects • Built-in 802.3at Compliant PoE Plus • 3D Privacy Masks for Additional Protection • Built-in SD/SDHC/SDXC Card Slot for On -board Storage • Defog SU! EmE Technical Specifications Model System Information CPU Flash RAM SD8364E SD8364E-M (With Electric Dehumidifier) Multimedia SoC (System -on -Chip) 128 MB 256 MB Camera Features Image Sensor Maximum Resolution Lens Type Focal Length Aperture Auto -ms Field of View Shutter Time WDR Technology Day/Night Minimum Illumination Pan Speed Pan Range Tilt Speed Tilt Range Preset Locations Pan/tilt/zoom Functionalities On -board Storage Video Compression Maximum Frame Rate Maximum Streams S/N Ratio Dynamic Range Video Streaming Image Settings Audio Audio Capability Compression Interface Network Users Protocols Interface ONVIF 1/2.8" Progressive CMOS 1920x1080 30x Optical Zoom, Auto Focus f = 4.3-129 mm (30x zoom) F1.6 - F4.7 DC -ins 2.3° - 64° (horizontal) 1.3° -36° (vertical) 2.6° - 73° (diagonal) 1/1 sec. to 1/10,000 sec. WDR Pro Removable IR -cut fitter for day & night function 0.14 L.@ F1.6, 50 IRE (Color), 1/5s 0.5 Lux @ F1.6, 30 IRE (Color), 1/30s 0.01 L.@ F1.6, 50 IRE (B/W), 1/5s 0.03 Lux @ F1.6,30 IRE (BAN), 1/30s 0.05° - 450° / sec 360 endless 0.05° - 450° / sec 220° (-110° -+110°) 256 preset locations, 40 presets per tour 48x digital zoom (4x on IE plug-in, 12x built-in) Auto pan mode Auto patrol mode SD/SDHC/SDXC card slot H.264, MJPEG & MPEG -4 H.264: 30 fps @ 1920x1080 60 fps @ 1280x720 MPEG -4: 30 fps @ 1920x1080 60 fps @ 1280x720 MJPEG: 30 fps @ 1920x1080 60 fps @ 1280x720 (Up to 30/60 fps in WDR mode) 4 simultaneous streams Above 50 dB 90 dB Adjustable resolution, quality and bitrate Zoom enhancement for better image quality under limited bandwidth Adjustable image size, quality and bit rate Time stamp, text overlay, flip & minor Configurable brightness, contrast, saturation, sharpness, white balance, exposure control, gain, backlight compensation, privacy masks (Up to 24) Scheduled profile settings Defog, EIS Audio input/output (full duplex) AAC, G.711, G.726 External microphone input External line output Live viewing for up to 10 dients IPv4, IPv6, TCP/IP, HTTP, HTTPS, UPnP, RTSP/RTP/RTCP, IGMP, SMTP, FTP, DHCP, NTP, DNS, DDNS, PPPoE, CoS, QoS, SNMP, 802.1X 10 Base -T/100 BaseTX Ethernet (RJ -45) "It is highly recommended to use standard CAT5e & CATS cables which are compliant with the 3P/ETL standard. Supported, spedfication available at www.onvif.org Compatible Accessories Mounting Kits 1 1 AM -116 20 cm pendant pipe AM -117 40 cm pendant pipe AM -118 Indoor pendant head Intelligent Video Video Motion Detection Triple -window video motion detection Auto -Tracking Auto -tracking on moving object Alarm and Event Alaml Triggers Video nation detection, manual trigger, periodical trigger, system boot, recording notification, camera tampering detection, audio detection Event notification using digital output, HTTP, SMTP, FTP and NAS server File upload via HTTP, SMTP, FTP and NAS server General Alarm Events Connectors RJ -45 cable connector for Network/PoE connection Audio input Audio output AC 24V power input Digital input"4 Digital output"2 RS -485 for PTZ control (PelcoD protocol, Baud rate 2400) LED Indicator System power and status indicator Power Input PoE plus (IEEE 802.3at compliant) High Power PoE AC 24V Power Consumption PoE plus: Max. 19W AC 24V: Max. 48W (heater on) Max. 19W (heater off) High Power PoE: Max. 48W (heater on) Max. 19W (heater off) Dimensions 0: 205 mm x 321 mm Weight Net 3,660 g Casing Weather-proof IP67- and NEMA 4X -rated metal housing Built-in electrical dehumidifier device (SD8364E-M) Safety Certifications CE, FCC Class A, VCCI, C -tick, NEMA 4X Operating Temperature 5°C - 55°C (PoE Plus) -40°C - 55°C (AC 24V) -40°C - 55°C (High Power PoE) Warranty 36 months System Requirement" Operating System Microsoft Windows 7Nista/XP/2000 Web Browser Mozilla Firefox 7-10 (Streaming only) Internet Explorer 9.x or 10.x Other Players VLC: 1.1.11 or above Quiddime: 7 or above Included Accessories CD Others User's manual, quick installation guide, Installation Wizard 2, S17501 32 -channel recording software Wall mount bracket, screws, waterproof connectors, terminal blocks, quick installation guide, warranty card, alignment sticker, ground wire, T25 starddver, software CD, desiccant bags Dimensions 391 mm 205 mm 321 mm 316 mm AM -231 Parapet mounting kit AM -221 Goose neck mounting kit AM -103 Recessed kit AM -519 1.5" PT adapter PoE Kits Others AP3001 PoE plus injector AC -212 Smoked cover AP -331 High power PoE injector Power Adapter aoit, AA -341 AC 24V power adapter • AC -111 Vandal -proof transparent cover AO -001 Combo cable All specifications are subject to change without notice. Copyright ©VIVOTEK INC. All rights reserved. Distributed by: VIVOT_K LLILLII.U.V1V1.11-EK GOT VIVOTEK INC. 6F, No.192, Lien -Cheng Rd., Chung -Ho, New Taipei City, 235, Taiwan, R.O.C. T: +886-2-82455282 F: +886-2-82455532 E: salesthvivotek.com VIVOTEK USA 2050 Ringwood Avenue, San Jose, CA 95131 T: 408-773-8686 F: 408-773-8298 E: salesusa@vivotek.com Ver 2.0 VIVOTEK Europe Randstad 22-133, 1316BW Almere, The Netherlands T: +31(0)36-5298-434 E: saleseurope@vivotek.com VIVOT_ K AM -311 Pole Mount Adapter Technical Specifications Model Material Box Dimension Color Weight AM -311 Steel Plate, Stainless Belt 240(L)x157(W)x69(H)mm White 1370 g 0 0 0 m 0 0 0 m o m O o O 157 0 69 "For poles 3.5 — 6" in diameter. Unit: mm P/N No.: 900029900G tzVIV®TEK w LU LU .v 1 'V o ! -c . com AP3001 Specification Standard IEEE802.3 IEEE802.3u IEEE802.3ab IEEE802.3at Connector Data in: RJ45 x 1 Data Pin out: 1, 2,3,4,5,6,7,8 Data and Power out: RJ45 x 1 Data Pin out: 1, 2,3,4,5,6,7,8 Power Pin out: 1,2,3,6 Network cable 10BASE-T: 2 -pair UTP/STP Cat.3,4,5 cable EIA/TIA-568 100-Q (100m) 100BASE-TX: 2 -pair UTP/STP Cat.5 cable EIA/TIA-568 100- Q (100m) Recommend Cat.5e cable above 1000Base-T: 4 -pair UTP/STP Cat.5e cable Certification EMI: FCC Class B, CE Safety: UL, cUL, CE/EN60950-1 Power Power Input :100240 VAC, 50-60Hz, 0.72A Power Output :55V @ 0.6A Power Connector : AC Jack General LED Indicators: AC Power x 1 ,Feeding Power x 1 Environment Operating Temperature:0 - 40°C Storage Temperature: -40 - 70°C Operating Humidity: 10 - 90%(non-condensing) Mechanism Enclosure : Plastic Dimensions(WxHxD): 65 x 36 x 140 mm metal( www. V I V cm EI--(.com IP Surveillance AC Power Supply - 12VDC, extended temp. NEMA 5- 1 5P (US) to bare wire. Compatibility: Digi Connect WAN IA, ConnecPort X4, Digi TransPort WR21. Part Numbers: North America: 76000736 Internationa' 76000736 Input Specifications: Rated input voltage range: 120VAC - 240VAC Input fequency: 47Hz - 63H_ Rated input current: 0.4A @ 115VAC 0.2A @ 230VAC Max. in -rush current: 25A © 115VAC 50A © 230VAC Input Plug Type: IEC320 C14 Output Specifications: Output Voltage: 12V Max. load current: 1.OA Min. load current: OA Output Power: 12W Output Plug: Connector Type: Bare ti'dires Environment: Operating Temperature: -35` C to 74° C Storage Temperature: -35`' C to 85° C Dimensions: Size (LxHxW): 93 x 34.3 x 57mm Weight: 220g Cord Length: 4 ft Certifications: UL, cUL, CE Serial -to -Ethernet connectivity for traffic management applications requiring extended vibration, temperature and moisture tolerance. Overview PortServer TS H`° MEI is designed to meet the unique specifications required for use in traffic management installations. It is ideal for network -enabling and remotely managing variable message signs, loop detectors, ramp meters or any RS -232/422/485 serial device. Specialized features include a conformal coated PCA for moisture and corrosion protection, a screw terminal power connector for durable and reliable power feed, and an extended operating temperature tolerance (-35° C to +74° C). In addition, PortServer TS H" MEI meets NEMA TS2 requirements for traffic control equipment. Digi's patented RealPort® technology makes it possible to establish a connection between the host and networked serial device by creating a local COM or TTY port on the host computer, allowing software applications to work with networked device servers instead of requiring a host adapter. Other features include SSHv2, port buffering, full SNMP device management and industry leading low latency. Target Applications Traffic Management Application Highlight laTraffic Control Center Traffic Management PTZ Ethernet +74° C -35° C RS -232 PortServer® TS Hcc MEI RS -485 Variable Messaging System Traffic Controller Weather/ Surface Monitor Features/Benefits 1. • Robust, hardened model with extended temperature tolerance (-35° C to +74° C) • NEMA TS 2 compliant • Conformal coated circuit board • Ships in "Latency Mode & TCP Keep -Alive" setting • Screw terminal power connectcor • •1 , id 4 -port odels for application flexibility RS -232/422/485 switch -selectable on all ports • RealPort for COM or TTY port control and management www.digi.com Specifications Features I^.;;�r.____ Tc- , LJrr IA. CT I "�..:� v -z.' .r. t- ` i. !re. ..r! portServer® TS 4 HCC MEI Management HTTP/HTTPS, CLI, SNMP (read/write), Digi Port Authority -Remote management diagnostics and auto -discovery tool Protocols UDP/TCP, Supports multiple unicasts, DHCP/RARP/ARP-Ping for IP Address assignment, Extended Telnet RFC 2217, Telnet, Reverse Telnet, Modbus to Modbus/TCP protocol conversion support Security PPP, SSHv2, SSL/TLS Extended Safety Conformal coated circuit board, NEMA TS 2 compliant, Screw terminal connector for power Software Device -initiated patented RealPort® COM port redirector Status LEDs Power, Link, Activity, Status Operating Systems AIX, HP -UX, Linux®, SCO® OpenServer" 5, SCO® OpenServer'0 6, Solaris' Intel, Solaris' SPARC, Windows XP®, Windows Server® 2003, Windows Server@ 2008, Windows Vista@ Note: TCP/UPD Socket Services are operating system independent Dimensions (L x W x D) 5.25 in x 3.33 in x 0.95 in (13.34 cm x 8.46 cm x 2.42 cm) Weight 2.25 oz (64.00 g) Other Full modem and hardware flow control, Modem emulation, Port buffering, RJ-45/DB-9F crossover cable included for optional serial configuration, Walt bracket included Interfaces Serial 1. le Ports 1 RS -232/422/485 RJ -45 (switch selectable); Up to 230 Kbps throughput; Signal support for TXD, RXD, RTS, CTS, DTR, DSR, DCD 2 RS -232/422/485 RJ -45 (switch selectable); Up to 230 Kbps throughput; Signal support for TXD, RXD, RTS, CTS, DTR, DSR, DCD 4 RS -232/422/485 RJ -45 (switch selectable); Up to 230 Kbps throughput; Signal support for TXD, RXD, RTS, CTS, DTR, DSR, DCD Ethernet 1 RJ -45 10/100 Mbps 10/100Base-T (auto -sensing); Full or half duplex Ports Power Requirements Power Input 9-30VDC @ 0/5 Amps max Power Supply This product does not ship with a power supply; pigtail included Environmental Operating Temperature -35° C to +74° C (-31° F to 165° F) Storage Temperature -40° C to +85° C (-40° F to +185° F) Relative Humidity 5% to 95% (non -condensing) Ethernet Isolation 1500VAC min per IEEE802.3/ANSI X3.263 Serial Port Protection (ESD) +15 kV air 6 AP and +8 kV contact discharge per IEC 100-4-2 Regutatory Approvals Safety UL/CL60950, IEC60950 & CB Emissions/Immunity CE, FCC Part 15 (Class A), EN55024, EN55022 Class A, AS/NZS 3548, VCCI V-3/99 .05 PortServer TS H" MEI - Front LiJ 1 .I0 o Reset Ethernet Link Activity LEDs Power Power Input Status (Screw Terminals) LEDs Visit www.digi.com for part numbers. PortServer TS H« MEI - Back RJ -45 serial E 1 -Port 2 -Port 4 -Port 5.25" 3.33" 0.95" DIGI SERVICE AND SUPPORT - You can purchase with confidence knowing that Digi is here to support you with expert technical support and a strong five-year warranty. www.digi.com/support Digi International 877-912-3444 952-912-3444 info@digi.com Digi International Digi International Digi International France KK (HK) Limited +33-1-55-61-98-98 +81-3-5428-0261 +852-2833-1008 www.digi.fr www.digi-intl.co.jp www.digi.cn ® 2003-2009 Digi International Inc. All rights reserved. Digi, Digi International, the Digi logo, PortServer and RealPort are trademarks or registered trademarks of Digi International Inc. in the United States and other countries worldwide. All other trademarks are the properly of their respective owners. 91001354 C1/909 BUY ONLINE • www.digi.com ►► IP Surveillance 364A—T VPort964-A Series Excellent video quality, 4 -channel H.264/MJPEG industrial video encoders : Introduction > Dual simultaneous H.264 and MJPEG video streams > Video latency under 200 ms > Moxa DynaStreamTM function supported for network efficiency > ONVIF supported tor standardization and interoperability > 802.1X and SSL/SSH for advanced network security > Industrial design with -40 to 75°C operating temperature > VPort SDK PLUS provided free .7 us (E FC LISTED The VPort 364A is a 4 -channel industrial video encoder that supports the H.264 video compression algorithm, which uses less bandwidth than other video compression standards; the VPort 364A provides the best video quality available on the market today. In addition, the VPort 364A supports simultaneous dual video streams with different Specifications Introduction formats: H.264 and MJPEG. The two video streams can be used for different purposes, such as viewing, recording, or analysis. In addition, the rugged industrial design with -40 to 75°C operating temperature, built-in fiber Ethernet ports, IP30 form factor protection, and industrial certifications, make the VPort 364A highly suitable for use in harsh environments. Video Video Compression: H.264 (MPEG4 part 10, AVC) or MJPEG Video Inputs: 4, BNC connector (1.0 Vpp, 75 ohm) Video Streams: Dual streams (one for H.264, the other for MJPEG) NTSC/PAL: Manual Video Resolution and FPS (frames per second) in single video stream: QCIF CIF VGA 4CIF Full D1 176 x 112 352 x 240 640 x 480 704 x 480 720 x 480 Max. FPS. 30 au 30 30 ■ 30 30 Size Max. FPS 176 x 144 352 x 288 640 x 480 704 x 576 720 x 576 25 25 25 25 Video Viewing: • DynaStreamTM supported for changing the video frame rate automatically • Adjustable image size and quality • Timestamp and text overlay Audio Audio Inputs: 1, Line -in or MIC -in with RCA connector Audio Outputs: 1, Line-out with RCA connector Audio Format: Mono, PCM Network Protocols: TCP, UDP, HTTP, SMTP, FTP, NTP, DNS, DHCP, UPnP, RTP, RTSP, ICMP, IGMPv3, QoS, SNMPv1/v2c/v3, DDNS, Modbus/ TCP, 802.1X (Pending), SSUSSH (Pending) Ethernet: 1 10/100BaseT(X) auto negotiating RJ45 port, or 1 100BaseFX fiber port (single/multi-mode, SC connector) Serial Port PTZ Ports: 1, RS -232/422/485 port (5 -pin terminal block connector), max. speed of 115.2 Kbps Console Port: 1, RS -232 RJ45 port GPIO Digital Inputs: 4, max. 8 mA Low: +13 V to +30 V; High: -30 V to +3 V Relay Outputs: 2, max. 24 VDC @ 1 A LED Indicators STAT: System status PWR1: Power 1 PWR2: Power 2 FAULT: Can be configured to correspond to system alarm, power failure, or disconnected network V1, V2, V3, V4: Video input signal activity for channels 1 to 4 Power Requirements Input Voltage: 2 12 VDC or 24 VDCNAC inputs for redundancy, terminal block connector Power Consumption: Max. 7.5 W Physical Characteristics Housing: Metal, IP30 protection Dimensions: 80.2 x 135 x 105 mm (3.16 x 5.31 x 4.13 in) Weight: 1110 g Installation: DIN rail mounting or panel mounting (with optional mounting kit) Alarms Video Motion Detection: Includes sensitivity tuning Video Loss: Video loss alarm Scheduling: Daily repeat timing schedule Imaging: JPEG snapshots for pre/trigger/post alarm images Email/FTP Messaging: Automatic transfer of stored images via email or FTP with event -triggered actions www.moxa.com info@moxa.com Standard Temperature ►► IP Surveillance Custom Alarms: HTTP event servers and CGI events for setting customized alarm actions Pre -alarm Buffer: 24 MB per channel for JPEG snapshot images PAN/TILT/ZOOM PTZ Camera Control: Via RS -232/422/485 PTZ port PTZ Control Functions: PAN, TILT, ZOOM, FOCUS, moving speed, preset position (max. 25 positions), and 24 custom commands PTZ Function Updates: Driver upload supported Supported Device Protocols: Pelco D, Pelco P, Dynacolor DynaDome, Cohu, Custom Camera Transparent PTZ Control: Control PTZ cameras with legacy PTZ control panel or keyboard connected to a PC or VPort decoder Security Password: User level password protection Filtering: By IP address Authentication: 802.1X (Pending) Encrytpion: SSUSSH (Pending) Environmental Limits Operating Temperature: Standard Models: 0 to 60°C (32 to 140°F) Wide Temp. Models: -40 to 75°C (-40 to 167°F) Storage Temperature: -40 to 85°C (-40 to 185°F) Ambient Relative Humidity: 5 to 95% (non -condensing) Standards and Certifications EMI: FCC Part 15 Subpart B Class A, EN 55022 Class A Dimensions 73 (28.7) EMS: EN 61000-4-2 (ESD) Level 2, EN 61000-4-3 (RS) Level 3, EN 61000-4-4 (EFT) Level 3, EN 61000-4-5 (Surge) Level 3, EN 61000-4-6 (CS) Level 3, EN 61000-4-8, EN 61000-4-11 MTBF (mean time between failures) Time: 465,000 hrs Database: Telcordia (Bellcore), GB 25°C Warranty Warranty Period: 5 years Details: See www.moxa.com/warranty Minimum Viewing System Requirements CPU: Pentium 4, 2.4 GHz or above Memory: 512 MB memory or above OS: Windows XP/2000 with SP4 or above, Windows Vista, Windows 7 Browser: Internet Explorer 9.x or above Multimedia: DirectX 9.0c or above Software Development Kit VPort SDK PLUS: Includes CGI commands, ActiveX Control, and API library for customized applications or system integration for third -party developers (the latest version of SDK is available for download from Moxa's website). Standard: ONVIF Front Views Ordering Information 73 (28.7) Side View 80.05 (31.7) 73 (28.7) 51.75 (20.4) 30.5 (12.0) 0 0 o 30.5 (12.0) 64 (25.2) Rear View 15.25 (6.0) CO IND Unit: mm (inch) 1 Top View Available Models VPort 364A VPort 364A -M -SC VPort 364A -S -SC Wide Temperature VPort 364A -T Port Interface 10/100/1000 BaseT X VPort 364A -M -SC -T I mv VPort 364A -S -SC -T Multi -mode, SC Connector Single -mode, SC Connector Optional Accessories (can be purchased separately) SoftNVR-IA: 64 -channel IP surveillance software for industrial automation applications DR -4524/75-24/120-24: 45/75/120 W DIN -Rail 24 VDC power supplies MDR -40-24/60-24: 40/60 W DIN -Rail 24 VDC power supplies, -20 to 70°C operating temperature WK -46: Wall mounting kit RK -4U: 4U -high 19" rack mounting kit Package Checklist • VPort 364A video encoder • 2 5 -pin terminal blocks for 2 power inputs and 2 relay outputs • 1 8 -pin terminal block for 4 Dls • 1 5 -pin terminal block for the RS - 232/422/485 PTZ control port • Quick installation guide (printed) • Documentation and software CD • Warranty card Astro Sign -Brat Overhead Street Name Signs Tallon Series Pelco manufactures a variety of sign brackets in rigid and free -swinging mounts for both flat and internally illuminated signs. AB -3042 Clamp 1Gt AB -0502 Sign Clamp AB -3043 Camp Kit AB -0502 Sign Clamp Astro Sign -Brat, Tallon Band Mount for Overhead Street Name Signs AB -0648 - CTC Band Length Coating _ 0 'See Chart 29=29' Bard PNC=Phocess No Colo 36=36'Band P _=Paint 42=42" Bond 48=48' Band 56=56' Band Note: Specify stainless upgrade by including -55 in the port number, i.e., AB -0648 -18 -29 -5S -PNC. Astro Sign -Brat, Tallon Cable Mount for Overhead Street Name Signs CTC AB -0635 - All Astro Sign-Brac shall be stainless steel SIGNS 1'-6' to 3'-0' LONG SIGN TUBE CTC LENGTH LENGTH 'A 1'-6' 16' 12' _2.0' - - 22' 18' 2'-6' 28" 24' 3'.0" 3-4' 30' Maximum sign height: 48" SIGNS 3'.6' to 8'-0" LONG SIGN LENGTH TUBE LENGTH CTC 'A B 3'6' 40' 36' 12' 4'.0' 46' 42' 14' 4'•6' 52' 48' 16' 5'-0' 58' 54' 18' 5'-6' 64' 60' 20' 6'•0" . 70" 66" 22' 6'-6' 76' 72' 24' 7'.0' 82' 78' 26' 7'-6' 88' 84' 28' 8'-0' 94' 90' 30' Maximum sign height: 24' SIGNS 8' to 10' LONG SIGN TUBE CTC LENGTH LENGTH A B C 8'-6' 100" 96' 19" 20' 9'-0' 106' 102' 20' 22' 9'-6' 112' 108' 21' 24' 10'•0' 118' 114' 22' 26' Maximum sign height: 16' Cable Length Coating 'See Chart 62=62' Cable PNC=Process No Color B4=84" Cable P =Point 96=96' Cable Note: Specify stainless upgrade by including -S5 in the part number, i.e., AB -063548 -62 -SS -PNC. A I �t 3' �`` •A CTC —{ 3' �JIII TUBE LENGTH I ----SIGN LENGTH 1 11- • •A CTC TUBE LENGTH SIGN LENGTH 3' 6—� 6--C I8 I B 'A - CTC TUBE LENGTH SIGN LENGTH Note: 1. All assemblies ore supplied standard with stainless fasteners. Stainless upgrade to indude stainless steel clamp screws or cable where applicable. 2. Suggested maximum sign face of 16 sq. fi. per bracket, 3. See Reference Section for available paint colon. Page T6-2 www.pelcoinc.com - salesepelcolnc.com - 405-340-3434 - fax: 405-340-3435 3' 07/01/11 z \0\ z N A, f •FAULTF FAULT •DIAGNOSTIC SCT SmartMonitor 1` soon SmartMonitor MMU-16LE SERIES NEMA LCD MALFUNCTION MANAGEMENT UNIT • MMU-16LEip with 10/100Mbps Ethernet Port Whether you're a NOVICE or EXPERT Signal Technician, wouldn't it be great if you could: ❑ Use a built-in SETUP WIZARD to quickly and accurately configure the Signal Monitor to the exact requirements of the cabinet and intersection? J Use a MENU DRIVEN LCD interface to view vital cabinet operational details such as field signal voltages, historical event logs, and monitor configuration data? ❑ Use a built-in DIAGNOSTIC WIZARD to automatically diagnose cabinet malfunctions and pinpoint faulty signals? If your answer is Yes, the MMU-16LE SmartMonitorTM, is for YOU! MMU-16LE SmartMonitorENHANCED FEATURES Nema TS2-2003 Standard: Standardized Communications: Full Intersection & Status Display: Event Logging: Setup Wizard: Diagnostic Wizard: and Help System TS -1 Type 12 with SDLC Mode: Program Card Memory: Signal Sequence History Log: LEDguardTM: EDI RMS-EngineTM: ECcomTM PC Software: Flashing Yellow Arrow PPLT: The MMU-16LE SmartMonitorTM meets all specifications of the Nema Standard TS2-2003 while maintaining downward compatibility with existing Nema TS1-1989 Traffic Control Assemblies. Real-time SDLC communications with the Controller Unit exchanges field input status, Controller Unit output status, fault status, MMU programming, and time and date. Two high contrast, large area Liquid Crystal Displays (LCD) continuously show full RYG(W) intersection status. A separate graphic LCD provides a menu driven user interface to status, signal voltages, configuration, event logs, and the Help system. A time -stamped nonvolatile event log records the complete intersection status as well as AC Line events, configuration changes, monitor resets, temperature and true RMS voltages. Use the built-in Setup Wizard to configure the Nema Enhanced settings of the SmartMonitorTM by answering a short series of questions regarding intersection design and operation. The Diagnostic Wizard automatically pinpoints faulty signals and offers trouble -shooting guidance. The integrated Help System provides context sensitive operational assistance. The MMU-16LE can be configured to operate with the Port 1 SDLC function and Diagnostic Wizard enabled in a TS -1 twelve channel cabinet with no cabinet wiring changes. Enhanced settings of the MMU-16LE are stored in nonvolatile memory on the EDI Program Card. Moving the Program Card to another MMU-16LE automatically transfers all settings. The five Signal Sequence History logs stored in nonvolatile memory graphically display up to 30 seconds of signal status prior to each fault event. This EDI innovative signal thresholding technique can be used to increase the level of monitoring protection when using LED based signal heads. A DSP coprocessor converts AC input measurements to True RMS voltages, virtually eliminating false sensing due to changes in frequency, phase, or sine wave distortion. Access to the MMU-16LE data is provided by the industry standard EDI ECcomTM Windows based software for status, event log retrieval, configuration, and data archival. The SmartMonitorTM supports MUTCD Flashing Yellow Arrow PPLT operation with two different modes for either TS -2 or TS -1 cabinet configurations. EBERLE DESIGN INC. /\EDI 3819 East La Salle Street Phoenix, AZ 85040 USA www.E0Itraffic.com MMU-16LE Catalog Sheet - 071907 Tel (480) 968-6407 Fax (602) 437-1996 Designed, Manufactured and Tested in the United States of America ISO 9001:2000 Registered SmartMonitor, ECcom, and RMS -Engine are trademarks of Eberle Design Inc. U.S. Pat. No. 7,246,037 Your APS information should be accessible to you!! ..:,�' DON'T START — Finish Crossing /FLASHING` Started , STEADY DON'T CROSS TO CROSS PUSH BUTTON APS provides multiple sources of information at the crosswalk for all pedestrians... Now secured Ethernet access provided so you can manage, maintain and control your APS systems. (I) Installer/Technician access the system at the intersection via.. /7411 Configurator Laptop EZ Communicator is a fully integrated Accessible Pedestrian System. It offers multiple audible indications and a vibro-tactile indication to clearly identify to ALL Pedestrians the information needed to Navigate a crosswalk. User Benefits: Ambient noise controlled locator tone, easy to activate 2" ADA button with a raised arrow, high quality digital audio messages with automatic volume adjustment to ambi- ent noise levels as well as vibro-tactile walk phase indication. Meets & exceeds ADA, MUTCD, TAC & PROWAAC guidelines Agency Benefits: • Backward compatible with the Navigator 2 -Wire System • Easy Installation (no need to open front of unit) • Easy maintenance and changes - Sounds, Voices and Software can now be uploaded via secure USB port at the push button station • Multiple ways to program, configure and save settings (Configurator, Laptop at Cabinet, & more coming!) • Multiple ways to easily access status and condition of installed equipment • Independent Lab tested to meet TS2 and NEMA requirements - ensures you get the most robust design on the market • Unmatched Digital Audio Quality • Several levels of Conflict Monitoring to prevent false walk indications POLQARA Setting A Higher Standard 360-002A Full ADA, MUTCD 2009 and TAC Compliant Backward Compatible with existing Navigator 2 -Wire System Operating Specifications Parameter Rating Full compatibility with Navigator 2 -wire System Products Backward Compatible Operating Modes EN2 (EZComm) or N2 (Navigator) Operating Voltage 120 VAC at the cabinet for the system. PBS operates off of 18-22 DC from the CCU2EN. Maximum Number of Pedestrian Stations 16 ADA Compliant Push Button Stations per EN2 Operating Temperature Range -34° C to +74° C (-30°F to +165°F) Storage Temperature Range -45° C to +85° C (-50°F to +185°F) Operating Force 3.0 lbs Maximum MTBF — CCU2 2,000,000 hours MTBF — PSM2 2,500,000 hours MTBF — EN2 (PBS) 3,000,000 hours Switch Operating Life Greater than 20 Million Operations Audio File Updates Via Secure USB Port Microcode Updates Via Secure USB Port Sound Synchronization All Sounds are Synchronized Maximum Volume 100 dB @ lm Automatic Volume Range Automatically Adjusts to Ambient Over a 60 dB Range Volume Over Ambient Adjustable up to 10 dB Minimum Ambient Sound 37 dBA Locate Tone Volume Adjustable from -24dB to +6dB Ambient Audio Quality 2% Total -Harmonic -Distortion Plus Noise @ 1 kHz External Button Input Supports Additional Buttons for Bicycles or Horse Crossings (-EB Option) Second Audio Output Supports Beaconing or Ping-Pong (-ES Option) False Walk Detection Built-in — Four Independent Checks Event Monitoring Built-in — PBS Health Check Every 30 Seconds with Fault Recording Ethernet Interface 10/100BASE-T, Built-in Server -Host with Password Protection Extended Push Priority Mutes Entire Intersection Except the Selected Crosswalk Extended Push 0 to 6 Seconds in 0.5 Second Steps Multiple Languages Maximum of Two Languages Selected via Extended Push Intersection Broadcast All PBS Simultaneously Broadcast Special Message POL'iRA Design Compliance Test Type Compliance Functionality MUTCD 2009 — 4E Temperature and Humidity NEMA TS 2 Transient Voltage Protection NEMA TS 2 Transient Suppression IEC 61000-4-4, IEC 61000-4-5 Electronic Noise FCC Title 47, Part 15, Class A Mechanical Shock and Vibration NEMA TS 2 CCU2EN Enclosure NEMA 250 — Type 1 PSM2 Enclosure NEMA 250 — Type 1 PBS Enclosure NEMA 250 — Type 4X Electrical Reliability NEMA TS 4 Notes: 1) Applicable sections only of referenced standards. 2) Specifications subject to change without notification. 3) All specifications are Typical unless otherwise specified. 4) Units meet all specifications when shipped from the factory. All the great features of the Industry Leading Navigator 2 -Wire Systems, with... • Up to 16 Pedestrian Push Button Stations (EPBS) [EN2 Mode] • PBS Enclosure rated NEMA 250 - 4X • High quality pure Digital Audio • Built-in Push Button Conflict Monitoring • Health Check of all PBS every 30 seconds • Ethernet access to PBS Configuration and Health Check results • Ethernet setting of PBS Configuration • Ethernet access has password protection • Easier to install. Easier to maintain. • Easy access to all terminals without un -Mounting PBS's • Firmware/Audio Updates via Built-in Secure USB Port • Single field replaceable internal module on Push Button Station • Wide Operating Temperature Range of -34° C to 74° C • Wide Storage Temperature Range of -45° C to +85° C • Full NEMA TS 2 Compliant • Full NEMA TS 4 Reliability • Independent Hardware Push Button Pedestrian Conflict Monitoring with PSM2 www.Polara.com 1 • • 1 TECHNICAL DATASHEET CIiQ DIN Rail Power Supply 12V 15W 1 Phase / DRP012V015W1A Highlights & Features - Reliable design, with expected life of 10 years - Compact, rugged design for ease of handling and installation - Multiple connections to terminals allowed - With Conformal Coating on PCBA (DRP012V015W1AZ) - Class I, Div 2 Hazardous Locations (DRP012V015W1AY) - Meets worldwide safety requirements - RoHS Directive 2011/65/EU Compliant - Worldwide AC input range without power de -rating - Overvoltage / Overcurrent / Over Temperature Protections - 150% Power Boost (steady state peak load) for 3 seconds Safety Standards CE .��W C 0191193 US "LT.. CB Certified for worldwide use at Model Number: DRP012V015W1A❑ Unit Weight: 0.18 kg Dimensions (L x W x D): 100 x 32 x 100.6 mm General Description The DRP012V015W 1A❑ is part of the CIiQ series of DIN Rail power supplies from one of the world's largest power supply manufacturers and solution providers - Delta. This product provides an adjustable output capable of operating from input voltages at 85-264Vac, and a wide temperature range of -20°C to 75°C. With a rugged, compact plastic case design that meets shock and vibration requirements (in accordance to IEC60068-2-27 and IEC60068-2-6 respectively), and conformal -coated PCB assembly, this state of the art design is well suited to a broad variety of industrial applications worldwide. Model Information CIiQ DIN Rail Power Supply Model Number DRP012V015W1A❑ Model Numbering Input Voltage Range Output Voltage Output Current 85-264Vac (120-375Vdc) 12Vdc 1.25A DRP P 012V 015W 1 A ❑ DIN Rail Power Supply Output Voltage Output Power Single Phase CIiQ Series Y - Plastic case with Class I, Div 2 All parameters are specified at 25°C ambient unless otherwise noted. www.DeltaPSU.com (September 2013, Rev. 03) Z- Plastic case without Class I, Div 2 I ELTzI TECHNICAL DATASHEET CIiQ DIN Rail Power Supply 12V 15W 1 Phase / DRP012V015W1A Specifications Input Ratings / Characteristics Nominal Input Voltage 100-240Vac Input Voltage Range 85-264Vac Nominal Input Frequency 50-60Hz Input Frequency Range 47-63Hz Nominal DC Input Voltage 125-250Vdc DC Input Voltage Range 120-375Vdc Input Current < 0.37A @ 115Vac, < 0.22A @ 230Vac Efficiency > 84.0% @ 115Vac, > 83.0% @ 230Vac Max Inrush Current < 30A @ 115Vac, < 65A @ 230Vac Power Factor Conform to EN61000-3-2 Leakage Current < 1mA @ 240Vac Output Ratings / Characteristics Nominal Output Voltage 12Vdc Output Voltage Tolerance ± 2% (initial set point tolerance) Output Voltage Adjustment Range 11-14Vdc Output Current 1.25A Output Power 15W Line Regulation < 0.5% typ. (@ 85-264Vac input, 100% input) Load Regulation < 1% typ. (@ 85-264Vac input, 0-100% input) Residual Ripple / PARD (20MHz) < 100mVpp @ 25°C Rise Time < 20ms @ nominal input (100% load, 25°C) Start-up Time < 2500ms @ nominal input (100% load, 25°C) oIc-up 1 ime Dynamic Response (Overshoot & Undershoot O/P Voltage) Start-up with Capacitive Loads > 22ms Cp? 115Vac, > 1100ms @ 230Vac (100% load, 25°C) ± 5% @ 10-100% load 5,000pF Max Mechanical Case Cover Plastic Dimensions (L x W x D) 100 x 32 x 100.6 mm Unit Weight 0.18 kg Indicator Cooling System Terminal Green LED (DC OK) Convection Input M3.5 x 5 Pins (Rated 300V/15A) Output M3.5 x 5 Pins (Rated 300V/15A) Wire Input Mounting Rail 2 AWG 22-14 Output AWG 22-14 Standard TS35 DIN Rail in accordance with EN60715 All parameters are specified at 25°C ambient unless otherwise noted. www.DeltaPSU.com (September 2013, Rev. 03) AELTl1 TECHNICAL DATASHEET CIiQ DIN Rail Power Supply 12V 15W 1 Phase / DRP012V015W1A Environment Surrounding Air Temperature Operating -20°C to +75°C Storage -25°C to +85°C Power De rating > 50°C de -rate power by 2.5% / °C > 70°C de -rate power by 4% / °C Operating Humidity < 95% RH (Non -Condensing) Operating Altitude 3,000 Meters Shock Test (Non -Operating) IEC60068-2-27, 30G (300m/S2) for a duration of 18ms Vibration (Non -Operating) IEC60068-2-6, 10Hz to 150Hz @ 50m/S2 (5G peak); 90 min per axis for all X, Y, Z direction Bump IEC60068-2-29; 11ms / lOgn Pollution Degree 2 Protections Overvoltage Overload / Overcurrent 16V +10% / -5%, SELV Output, Hicc-up Mode, Non -Latching (Auto -Recovery) > 150% of rated load current, Hicc-up Mode, Non -Latching (Auto -Recovery) Over Temperature < 80°C Surrounding Air Temperature @ 100% load, Non -Latching (Auto -Recovery) Short Circuit Degree of Protection Hicc-up Mode, Non -Latching (Auto -Recovery when the fault is removed) I PX0 Protection Against Shock Class I without PE* connection *PE: Primary Earth Reliability Data MTBF > 1,000,000 hrs. as per Telcordia SR -332 Expected Cap Life Time 10 years (115Vac & 230Vac, 50% load @ 40°C) 3 All parameters are specified at 25°C ambient unless otherwise noted. www.DeltaPSU.com (September 2013, Rev. 03) AELTl1 TECHNICAL DATASHEET CIiQ DIN Rail Power Supply 12V 15W 1 Phase / DRP012V015W1A Safety Standards / Directives Electronic Equipment in Power Installations Electrical Safety Industrial Control Equipment EN50718 / IEC62103 TUV Bauart to EN60950-1, UL/cUL recognized to UL60950-1, CSA C22.2 No. 60950-1, CB scheme to IEC60950-1 UL/cUL listed to UL508 and CSA C22.2 No. 107.1-01, CSA to CSA C22.2 No. 107.1-01 Hazardous Location / ATEX (For DRP012V015W1AY) II 3G ATEX 94/9/EC; (For DRP024V060W 1 BA) IECEX Test Report CE cCSAus to CSA C22.2 No.213-M1987, ANSI / ISA 12.12.01:2007 Class I, Division 2, Group A,B,C,D T4 EN60079-0:2009, EN60079-15:2010 (� II 3GI13G Ex nA IIC T4 Gc) Certificate No. EPS 12 ATEX 1 491 X For IEC60079-0, IEC60079-15 In conformance with EMC Directive 2004/108/EC and Low Voltage Directive 2006/95/EC EMC EMC / Emissions Immunity to Electrostatic Discharge Radiated Field CISPR22, EN55022, EN55011, FCC Title 47: Class B EN61000-4-2 Level 4 Criteria Al Air Discharge: 15kV Contact Discharge: 8kV EN61000-4-3 Level 3 Criteria Al) 80MHz-1 GHz, 10V/M with 1 kHz tone / 80% modulation Electrical Fast Transient / Burst EN61000-4-4 Level 3 Criteria A1) 2kV Surge IEC6100-4-5 Level 3 Criteria Al) Common Modell: 2kV Differential Mode3): 1 kV Conducted EN61000-4-6 Level 3 Criteria Al) 150kHz-80MHz, 10Vrms Power Frequency Magnetic Fields EN61000-4-8 Level 3 Criteria Al) 10A/Meter Voltage Dips EN61000-4-11 Level 3 Criteria Al) 100% dip; 1 cycle (20ms); Self Recoverable Low Energy Pulse Test (Ring Wave) IEC61000-4-12 1 Level 3 Criteria Al) Common Model: 2kV Differential Mode3>: 1 kV 1) Criteria A: Normal performance within the specification limits 2) Asymmetrical: Common mode (Line to earth) 3) Symmetrical: Differential mode (Line to line) 4 All parameters are specified at 25°C ambient unless otherwise noted. www.DeltaPSU.com (September 2013, Rev. 03) AELTl1 For DRP012V015W1AY: In conformance with Equipment for explosive atmospheres (ATEX) directive 94/9/EC Material and Parts RoHS Directive 2011/65/EU Compliant Galvanic Isolation Input to Output 4.0KVac Input to Ground 1.5KVac Output to Ground 1.5KVac EMC EMC / Emissions Immunity to Electrostatic Discharge Radiated Field CISPR22, EN55022, EN55011, FCC Title 47: Class B EN61000-4-2 Level 4 Criteria Al Air Discharge: 15kV Contact Discharge: 8kV EN61000-4-3 Level 3 Criteria Al) 80MHz-1 GHz, 10V/M with 1 kHz tone / 80% modulation Electrical Fast Transient / Burst EN61000-4-4 Level 3 Criteria A1) 2kV Surge IEC6100-4-5 Level 3 Criteria Al) Common Modell: 2kV Differential Mode3): 1 kV Conducted EN61000-4-6 Level 3 Criteria Al) 150kHz-80MHz, 10Vrms Power Frequency Magnetic Fields EN61000-4-8 Level 3 Criteria Al) 10A/Meter Voltage Dips EN61000-4-11 Level 3 Criteria Al) 100% dip; 1 cycle (20ms); Self Recoverable Low Energy Pulse Test (Ring Wave) IEC61000-4-12 1 Level 3 Criteria Al) Common Model: 2kV Differential Mode3>: 1 kV 1) Criteria A: Normal performance within the specification limits 2) Asymmetrical: Common mode (Line to earth) 3) Symmetrical: Differential mode (Line to line) 4 All parameters are specified at 25°C ambient unless otherwise noted. www.DeltaPSU.com (September 2013, Rev. 03) AELTl1 TECHNICAL DATASHEET CIiQ DIN Rail Power Supply 12V 15W 1 Phase / DRP012V015W1A Block Diagram INPUT N PE Device Description EMI FILTER &INRUSH CURRENT UMIT AC / DC CONVERTER & FILTER OVER TEMPERATURE PROTECTION TRANSFORMER & POWER STAGE DC/ DC CONVERTER '1IIF PWM CONTROL OVERCURRENT PROTECTION OUTPUT RECTIFIER & FILTER OPTO COUPLER & FEEDBACK CONTROL OVERVOLTAGE PROTECTION 1) Input & Output terminal block connector 2) DC voltage adjustment potentiometer 3) DC OK control LED (Green) 4) Universal mounting rail system 5 All parameters are specified at 25°C ambient unless otherwise noted. www.DeltaPSU.com (September 2013, Rev. 03) 12V DC OUTPUT RETURN I ELT/I TECHNICAL DATASHEET CIiQ DIN Rail Power Supply 12V 15W 1 Phase / DRP012V015W1A Dimensions LxWx D: 100 x 32 x 100.6 mm Engineering Data De -rating 100 6 90 80 70 J 60 50 0) 40 m 30 U a 20 10 0 :..:s-1 PPS A=s=i -20 -15 -10 -5 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 Surrounding Air Temperature (°C) 75 Fig. 1.1 De -rating for Vertical Mounting Orientation > 50°C de -rate power by 2.5% / °C, > 70°C de -rate power by 4% / °C Note 1. Power supply components may degrade, or be damaged, when the power supply is continuously used outside the shaded region, refer to the graph shown in Fig. 1.1. 2. If the output capacity is not reduced when the surrounding air temperature >50°C, the device will run into Over Temperature Protection. When activated, the output voltage will go into bouncing mode and will recover when the surrounding air temperature is lowered or the load is reduced as far as necessary to keep the device in working condition. 3. If the device has to be mounted in any other orientation, please do not hesitate to contact info@deltapsu.com for more details. 4. In order for the device to function in the manner intended, it is also necessary to keep a safety distance of 20mm with adjacent units while the device is in operation. 5. Depending on the surrounding air temperature and output load delivered by the power supply, the device housing can be very hot! All parameters are specified at 25°C ambient unless otherwise noted. www.DeltaPSU.com (September 2013, Rev. 03) I ELT/I TECHNICAL DATASHEET CIiQ DIN Rail Power Supply 12V 15W 1 Phase / DRP012V015W1A Output De -rating VS. Input Voltage 100 90 0 80 4 -O 70 0 60 50 40 85 95 100 115 120 140 160 180 200 240 264 Input Voltage (Vac) 60Hz Assembly & Installation ■No output power de -rating across the entire input voltage range The power supply unit (PSU) can be mounted on 35mm DIN rails in accordance with EN60715. The device should be installed horizontally with input terminal blocks on the bottom. Each device is delivered ready to install. Mounting Dismounting 7 Salsa ,A011_2 ISS 5 MO% MOSS 9989 89989 99 0000000000000 0000000000000 9999 99999 99 1 1 Snap on the DIN rail as shown on the left: 1. Pull the DIN rail's latch OUT. 2. Tilt the unit upwards, hook the top end of onto the DIN rail and push downwards until stopped. 3. Position the bottom front end against the DIN rail. 4. Push the unit's latch DIN rail IN to lock. To uninstall: 1. Pull the unit's DIN rail latch OUT. 1SS %% \ 2. Tilt the bottom part of the unit out. OW° 3. Push the unit up and pull out from the DIN rail. 01210212 RAIL All parameters are specified at 25°C ambient unless otherwise noted. www.DeltaPSU.com (September 2013, Rev. 03) I ELT/I TECHNICAL DATASHEET CIiQ DIN Rail Power Supply 12V 15W 1 Phase / DRP012V015W1A Safety Instructions Cory o LIIJ :mm _ r Functions ALWAYS switch mains of input power OFF before connecting and disconnecting the input voltage to the unit. If mains are not turned OFF, there is risk of explosion / severe damage. To guarantee sufficient convection cooling, keep a distance of 50mm above and below the device as well as a lateral distance of 20mm to other units. Note that the enclosure of the device can become very hot depending on the surrounding air temperature and load of the power supply. Risk of burns! Only plug in and unplug connectors when power is turned off! DO NOT insert any objects into the unit. Hazardous voltages may be present for up to 5 minutes after the input mains voltage is disconnected. Do not touch the unit during this time. The power supplies unit should be installed in minimum IP54 rated enclosure. The power supplies are built in units and must be installed in a cabinet or room (condensation free environment and indoor location) that is relatively free of conductive contaminants. • Graph illustrating the Start-up Time, Rise Time, and Hold-up Time Output Voltage (V0) Rise Time Start Up Time AC Input Voltage AC Input ON 10% of V° Hold Up Time 90% of Vo 95% of V Start-up Time The time required for the output voltage to reach 90% of its set value, after the input voltage is applied. Rise Time The time required for the output voltage to change from 10% to 90% of its set value. F AC Input OFF Hold-up Time Hold up time is the time when the AC input collapses and output voltage retains regulation for a certain period of time. The time required for the output to reach 95% of its set value, after the input voltage is removed. 8 All parameters are specified at 25°C ambient unless otherwise noted. www.DeltaPSU.com (September 2013, Rev. 03) I ELTzI TECHNICAL DATASHEET CIiQ DIN Rail Power Supply 12V 15W 1 Phase / DRP012V015W1A Inrush Current Inrush current is the peak, instantaneous, input current measured and, occurs when the input voltage is first applied. For AC input voltages, the maximum peak value of inrush current will occur during the first half cycle of the applied AC voltage. This peak value decreases exponentially during subsequent cycles of AC voltage. I /Inrp 1.0 0.9 0.5 0.3 0.1 0 tarn Step Load Response The power supply output voltage will remains within ±5% of its steady state value, when subjected to a dynamic load from 10 to 100% of its rated current. Output Voltage N.1 100% Load 10% Load V0 *5% iCO 'CO t (mS) Overvoltage Protection The power supply's overvoltage circuit will be activated when its internal feedback circuit fails. The output voltage shall not exceed its specifications defined on Page 3 under "Protections". 9 Max OVP Level OVP Nominal O'P Voltage Venable 0/P Voltage flange Zero output Typical 0venroaage Condition as seem at the 0/P Auto -Recovery to Normal Output Voltage Surge Load It is the reserve power available constantly that allows reliable startup of loads with high inrush current. After the output has reached its steady state set value, the power supply can support surge loads of up to 150% of maximum rated load (lo Max), for a maximum duration of 3 seconds. The maximum allowed rate of load change is 0.lamps per microseconds, and the voltage can vary ±5% from the set value during the duration of the surge load. 0 a 0 3 sec Overload & Overcurrent Protections t (sec) I° 150% I°100% The power supply's Overload (OLP) and Over current (OCP) Protections will be activated when output current exceeds 150% of lo (Max load). In such occurrence, the Vo will start to droop and once the power supply has reached its maximum power limit, the protection is activated and the power supply will go into "Hiccup mode" (Auto -Recovery). The power supply will recover once the fault condition of the OLP and OCP is removed and lo is back within the specifications. Output Voltage (V,) Load X150% Output Hiccup} 0% Load 150% Load t (sec) Additionally, if the 10 is <150% but >100% for a prolong period of time (depending on the Toad), the Over Temperature Protection (OTP) will be activated due to high temperature on critical components. The power supply will then go into "Hiccup mode" until the fault is removed. All parameters are specified at 25°C ambient unless otherwise noted. www.DeltaPSU.com (September 2013, Rev. 03) I ELTzI TECHNICAL DATASHEET CIiQ DIN Rail Power Supply 12V 15W 1 Phase / DRP012V015W1A Over Temperature Protection As mentioned above, the power supply also has Over Temperature Protection (OTP). This is activated when the overload condition persists for an extended duration and the output current is below the overload trigger point but >100% load. In the event of a higher operating condition at 100% load, the power supply will run into OTP when the surrounding air temperature is >80°C. When activated, the output voltage will go into bouncing mode until the operating surrounding air temperature drops to 50°C or output capacity is reduced as recommended in the derating graph. Operating Mode L [L11 L [1.21 PE PSU 1 PSU 2 DRR-20A/40A Fig. 2.1 Redundancy / Parallel Operation Connection Diagram Short Circuit Protection The power supply's output OLP/OCP function also provides protection against short circuits. When a short circuit is applied, the output current will operate in "Hiccup mode", as shown in the illustration in the OLP/OCP section on this page. The power supply will return to normal operation after the short circuit is removed. Com KEY + Output - Common Signal *Vdrop will vary from 0.40V to 0.60V (Typical 0.45V) depending on the load current and surrounding air temperature. • Parallel Operation ■ Redundancy Operation In order to ensure proper redundancy operation for the power supply unit (PSU), ensure that the output voltage difference between the two units is kept at 0.20-0.25V for 12V supplies. Follow simple steps given below to verify: Step 1. Measure output voltage of PSU 1 and PSU 2. If PSU 1 is the master unit, then Vo of PSU 1 must be higher than PSU 2. In order to set the output voltage, connect the power supply to 50% load and set the PSU 1 and PSU 2 output voltage. Step 2. Connect the right DRR module, 20A as per the system requirement to the power supply units PSU 1 and PSU 2 at V;n 1 & V;n 2 respectively. Step 3. Connect the system load from Vont. Please note that output voltage Vont from DRR module will be = Vo (output voltage of power supply) - Vdrop* (in DRR module). These DRR modules can also be used for Parallel function in order to increase the output power by N+1 (e.g. 2.5A + 2.5A = 5A or 2.5A + 2.5A + 2.5A = 7.5A) or current sharing, and thus increasing the power supply and system reliability. Though the DRP012V015W1AZ is not designed for current sharing, a good current sharing between two power supplies can be achieved by following simple steps as below (Refer to Fia. 2.1 for the Connection Diaaraml. Step 1. Set output load condition for both supplies at 50% and measure the output voltages. Step 2. Adjust output voltages to the same level or within ±25mV difference. Step 3. Connect PSU 1 and PSU 2 with the DRR-20A module and measure at V;n 1 & V;n 2 to verify the voltage difference. Ensure the voltages are within ±25mV. Step 4. Output voltage from DRR module Vont will be = Vo (output voltage of power supply) - Vdrop* (in DRR module). *Vdrop will vary from 0.40V to 0.60V (Typical 0.45V) depending on the load current and surrounding air temperature. 10 All parameters are specified at 25°C ambient unless otherwise noted. www.DeltaPSU.com (September 2013, Rev. 03) I ELTzI TECHNICAL DATASHEET CIiQ DIN Rail Power Supply 12V 15W 1 Phase / DRP012V015W1A Others Delta RoHS Compliant Restriction of the usage of hazardous substances ® Waal The European directive 2011/65/EC limits the maximum impurity level of homogeneous materials such as lead, J mercury, cadmium, chrome, polybrominated flame retardants PBB and PBDE for the use in electrical and electronic equipment. RoHS is the abbreviation for "Restriction of the use of certain hazardous substances in electrical and electronic equipment". This product conforms to this standard. Conformal Coating CONFORMAL COATING The Protective Coating Technology Delta Electronics Group has designed the perfect dipping technique which penetrates everywhere including under device, and prevents leakage. The conformal coating dipping can be applied to PCBs or circuit board. The coating preserves the performance of precision electronic primarily by preventing ionizable contaminants such as salt from reaching circuit nodes, where the material slumps around sharp edges. This can be a problem especially in highly conversing atmosphere. All parameters are specified at 25°C ambient unless otherwise noted. www.DeltaPSU.com (September 2013, Rev. 03) I ELTzI JAcuclica .tea Maximum Data Collection Superior Information External USB USB port for external data storage or qualified peripherals including GPS and certain cellular modems. RoadTrendTM This is the workhorse of congestion data collection. Designed to optimize the collection process, RoadTrend can collect over 240,000 records per hour, providing a new benchmark in performance. By collecting exclusively Wifi data, RoadTrend passively collects MAC ad- dresses with signal strength - allowing determination of relative proximity and the ability to actually measure intersection queueing.The compact data collection device needs only power, communication and a 2.4 GHz antenna and the rest is plug and play. SkyWave Wifi The ubiquity of Wifi-enabled devices makes RoadTrend the perfect solution for real-time, operations -oriented data. Higher sample rates translate to more ac- curate origin - destination, more reliable travel -times and higher quality informa- tion. With RoadTrend, you can accurately manage congestion in real-time. Features Dedicated Scanning The RoadTrend maximizes data capture by scanning for only Wifi devices. Scanning sensitivity can be dynamically adjusted by limiting the signal strength of detection. Anonymity MAC address hashing can take place on RoadTrend to maintain privacy. An advanced API is available for users inter- ested in integrating with existing systems Web Interface Built in web server for device management Intersection Delay RoadTrend makes it possible to measure congestion, not just travel -times. Along with Wifi comes the ability to detect intersection delay at all approaches with a single sensor at distances of up to 1/8 of a mile. Together with the Acyclica Analyzer software, delay can be analyzed for each phase. Technical RoadTrendTM By Acyclica CONGESTION MANAGEMENT is more than just travel -times. Acyclica augments this data by measuring intersection delay by phase, providing tools for traffic engineers to mitigate congestion. are integrated into the fabric of Acyclica's analytics software. Ranging from Purdue Coordination Diagrams to the LA Route Intersec- tion Coordination Metric, Acyclica brings numerous Measures of Effectiveness to hand INTEROPERABILITY Acyclica complies with both NTCIP Center -to -Center and the TMDD v3.0 protocol as a means of sup- porting inter -operability into a range of ATMS systems. BYTHE NUMBERS How does RoadTrend stack up to the competition? Records per Hour Sampling Rate Data Latency Accuracy 240,000 28%-45% 35s +98% Passive Data Collection Unlike Bluetooth, which relies on an interrogation and response for collecting data, Wifi is completely passive meaning that the sensor only listens. Passive data collection eliminates the possibility of interference with other 2.4Ghz equipment such as wireless radios or other access points. Specifications Temperature range I -20° to 75° C (industrial option: -40° to 85° C) Relative humidity 10% to 90% non -condensing Dimensions Power consumption I 1.77 H X 4.27 W X 6.30 L I < 5 Watts CPU 1 GHz Cortex ARM7 Connectivity (wired) I 10/100BaseT Data Capture Rate Up to 250,000 records per hour Wifi l 1 Watt 2.4Ghz Radio Data Interface NTCIP Center -to -Center XML MTBF I > 100,000 hours Data Latency 35 Seconds Data Storage Capacity l 100MB (internal) / 32GB (USB storage) ©2014 Acyclica Inc. 323 West Main St. Suite 202, Frisco, CO 80443 (4) DuRAuGHT • Certified by ISO9001 International Quality Control System TECHNICAL DATA JXM-STN Series LED Internally Illuminated Street Name Signs Features & Specifications • Compliance with applicable MUTCD specifications • Latest Hi -Flux technology with highest performance of white LEDs • EC film with high intensity translucent reflective white on UV proof Lexan • Easy maintenance with replaceable components • Stainless steel fasteners and hardware • MIL -STD -883 mechanical vibration • Aluminum or steel housing frame • Convenient installation • Built-in Power Supply Model Number JXM-STN Size (in) 22" X Various* LED Color White Voltage (Typical) 120V — 60hz Voltage Range 100V — 277V Power (w) Typical 60-120 Operation Temperature -40°F - +165°F Mounting Style Top Free -Swing or Rigid Back Mount * Various lengths available upon request. Standard lengths are at 4', 6', and 8'. All characteristics, including visual characters, chromaticity, moisture and vibration resistance, electronic noise, transient protection, etc., are conformed to standards specified in NEMA and ITE LED Vehicle Signal Modules. For additional technical information or sales support regarding these and other LED products, please contact us at (972) 480-0888 or visit our website at www.trastarusa.com. TRASTAR, INC. 860 N. Dorothy Drive, Suite 600, Richardson, TX 75081 Telephone: (972) 480-0888 I Fax: (972) 480-8884 (4-) DURALIGHT Certified by IS09001 International Quality Control System TECHNICAL DATA JXM-400VIE Series Countdown Pedestrian Lamps • Compliance with latest ITE specifications • Retrofit design & UV stabilized lens • MIL -STD -883 mechanical vibration • MIL -STD -810F moisture resistant • Compliance with FCC Title 47 • Fully compatible with NEMA controllers/conflict monitors N -t 450 (1S"; 1115 (4.2") Model Number Size Configuration Inches mm Hand Symbol Man Countdown Voltage (Typical) Voltage (Range) Power (W) Typical Hand Man Countdown ilf 1 9 ___ Fig. B JXM-400VIEIL 16" X 18" 407 X 450 Fig. B (Incandescent Look) Full Full 2 Digit 120V — 60Hz 80V - 135V 7 7 5 Optional Operations Dipswitch All characteristics, including visual characters, chromaticity, moisture and vibration resistance, electronic noise, transient protection, etc., are conformed to standards specified in ITE LED Pedestrian Signal Modules. For additional technical information or sales support regarding these and other LED products, please contact us at (972) 480-0888 or visit our website at www.trastarusa.com. TRASTAR, INC. 860 N. Dorothy Dr. #600, Richardson, TX 75081 Tel: (972) 480-0888 I Fax: (972) 480-8884 EnGenius' Key Features • IEEE 802.11 a/b/g/n Wireless speeds of up to 300 Mbps on both 2.4 GHz and 5 GHz frequency bands • Up to 27 dBm transmit power on both 2.4 and 5 GHz frequency bands, enabling long range connectivity • Two (2) Gigabit Ethernet Ports • Supports Separate Mode Configuration per Frequency Band: Access Point, Client Bridge and WDS • 4 Detachable High -Gain External Antennas: Two (2) 5 dBi high gain Omni- directional antennas for 2.4 GHz, two (2) 7 dBi high gain Omni -directional antennas for 5 GHz • SSID-to-VLAN Tagging • IP68-Rated waterproof housing for withstanding UV radiation and severe exposure to the elements • Band Steering supported • Fast Roaming supported • Can be used with included power injector or with PoE 802.3at capable Switches • CLI supported • Secured Guest Network supported • Can be monitored after deployment with EnGenius EZ Controller"" software for Windows, Mac OS X and Linux (available as a free download) • Easy to Navigate Browser Based GUI ENH710EXT Dual Band Wireless Ruggedized N600 Outdoor Access Point For those looking to upgrade their single band networks, extend your wireless coverage to the outdoors with the high-power ENH710EXT Access Point, an 802.11 a/b/g/n long-range Dual Band Wireless Ruggedized N600 Outdoor Access Point with speeds up to 300 Mbps on both its Dual Band (2.4 and 5 GHz) concurrent operation that functions as a stand-alone Access Point or as part of the EnGenius Electron Series Solution of mix -and -match business - class networking products to provide a seamless enterprise -class experience. Configurable in a number of operations modes, this versatile outdoor Access Point can be utilized for a wide variety of applications. Operating in both the 2.4 and 5 GHz frequency spectrums and supporting 802.11 a/b/g/n standards, the ENH710EXT features wireless speeds up to 300 Mbps on both frequency bands and includes a Gigabit port for connecting to 802.3at-capable PoE Switches. As the ENH710EXT is designed to be mounted in high locations where power outlets may be scarce, it also supports PoE (Power -over -Ethernet) IEEE 802.3at for use with an 802.3at-capable PoE injector. When several ENH710EXTs are deployed in a campus setting, the 5 GHz band can be configured as a backhaul connecting several ENH710EXT units back to a central ENH710EXT. Thus, while several 2.4 GHz wireless cells are created to provide coverage for laptop computers or mobile devices like tablets and smartphones in common outdoor areas, they all link back to the main network via 5 GHz. So, whether your business needs just one ENH710EXT or a dozen to expand your network for your campus and offer greater connectivity to your network and other networked resources, the ENH710EXT is a great place to start. The ENH710EXT can be configured in a number of different modes giving VARs, system integrators, IT managers, and installers the ability to configure the device for discrete functionality based on their unique network topology or scalable needs. With two onboard radios, each can be configured into different operation modes independently, thus adding an additional layer of flexibility that single -band Access Points can't offer. In Access Point mode, the ENH710EXT expands the overall bandwidth of an outdoor Wi-Fi solution and users who wish to stream video or transfer large files now have the option to associate to any one of the AP's with up to eight (8) configurable 5 GHz SSIDs— particularly useful in areas where there may be a preponderance of competing and overlapping 2.4 GHz signals from Access Points and devices not affiliated with the company's network (Support 8 SSIDs on 2.4GHz and 8 SSIDs on 5GHz). For secure network configurations, the ENH710EXT includes wireless encryption standards such as Wi-Fi Protected Access (WPA-PSKANPA2-PSK) Encryption and IEEE 802.1X with RADIUS. MAC Address Filtering is also included, allowing network administrators to allow or deny network access to clients devices according to their MAC addresses. The ENH710EXT supports Fast Roaming for clients authenticated to a RADIUS server. This means that employees can be constantly connected to the network — whether they are warehouse workers scanning and capturing barcode information, employees on Wi-Fi phone calls while walking to meetings on another part of a corporate campus, healthcare professionals capturing patient information on mobile devices, or security personnel who need uninterrupted video surveillance on a mobile device when they are alerted to and making their way to the location of an incident. When Band Steering is enabled, the ENH710EXT automatically detects Dual Band capable clients and moves them from the 2.4 GHz band to the 5 GHz band. This allows applications such as video streaming to flow more easily and helps to eliminate traffic congestion on the 2.4 GHz band for more optimal data traffic flow. Network administrators can also configure an additional layer of security by tagging each of the ENH710EXT's SSIDs to a company's established VLANs. This added feature helps to ensure that only users in specific VLANs are accessing information they have been authorized to access even when they work outside the building or from another building on the corporate campus that has been bridged to a main office via one or more ENH710EXT units. With EnGenius' EZ Controller'" Management Software, units that have already been deployed on rooftops or other difficult to access locations and other EnGenius APs or Client Bridges in the network can be reconfigured to a different operational mode or upgraded remotely without having to manually reconnect to them or re -install them onsite. When used together with its included PoE injector, the ENH710EXT can support a tethered IP camera on the available 802.3af Gigabit port for security applications in areas such as warehouses, stadiums, airports, corporate campuses and more. The ENH710EXT's external MIMO antenna array is comprised of two (2) detachable 5 dBi high gain antennas for the 2.4 GHz radio and two (2) detachable 7 dBi high -gain antennas for the 5 GHz radio. This combination of high transmit power, enhanced receive sensitivity, and four (4) high gain antennas results in long range connectivity to client devices and in some venues can minimize the number of Access Points necessary for a deployment, maximizing the overall performance of devices. The ENH710EXT is easy to install in virtually any location as well with its included PoE (Power over Ethernet) injector for quick outdoor installation. The Access Point's internal electronics have been mounted in an IP68-rated enclosure, one of the highest waterproof and dustproof ratings available, designed to withstand extreme environmental conditions including severe and prolonged exposure to sunlight, extreme cold, frost, snow, rainfall, hail and humidity. These protective measures make the ENH710EXT an ideal outdoor wireless solution for virtually any locale or venue including ski and beach resorts, sports arenas, college and corporate campuses, indoor industrial environments, and businesses located in snowy, rainy, and arid climates. High Power, Long -Range Coverage Up to 27 dBm transmit power on both the 2.4 GHz and 5 GHz radios, enabling long range connectivity. Expand the Capacity of Your Current Wireless Network Up to 300 Mbps on both 2.4 GHz and 5 GHz bands for faster file transfers and smoother video streaming. Dual Band Operation for Expanded User Capacity - Utilizes 2.4 GHz and 5 GHz frequency bands for expanded user capacity. - Greater numbers of channels available on the 5 GHz frequency spectrum to support higher bandwidth applications like HD video streaming. Improves and Optimizes Wireless Traffic with Band Steering Detects Dual Band clients and shifts them to the 5 GHz band to relieve network congestion on the 2.4 GHz band to maintain optimal data traffic flow. Maximize RF Performance With High Gain Antennas Two (2) detachable 5dBi high -gain Omni -directional antennas for 2.4 GHz and two (2) detachable 7 dBi high -gain omni -directional antennas for 5 GHz. Flexible Deployment Scenarios Choose one of three modes available to the ENH710EXT depending on user needs: Access Point, Client Bridge, or WDS (AP, Station, & Bridge). Simplified AP Monitoring and Management For easier monitoring and maintenance after deployment on rooftops and other hard to reach places, users can monitor the Access Point remotely with SNMP-based EZ Controller wireless Access Point software for Windows, Mac OSX, and Linux (available online as a free download). Combat the Elements with IP68-Rated Waterproof Housing - Designed to withstand extremely harsh environmental conditions via its water and dust proof IP68-Rated housing. - Repels UV radiation. Keeps Employees, Staff Constantly Connected to the Network When used with a RADIUS server, Fast Roaming enables users to be constantly connected to a network as they move throughout a building. This is especially useful for voice and video applications preventing delays and dropped signals for users on mobile devices. Keep Sensitive Information Safe with SSID-to-VLAN Tagging Can be configured to broadcast up to 16 SSIDS (eight (8) SSIDs per frequency band). Each SSID can be tagged to a specified company network VLAN for different user access based on established access rights. User -Friendly Installation Kit Includes a proprietary PoE (Power -over -Ethernet) kit comprised of a PoE injector and Power Adapter. Also includes a mast mount kit with binding strap. 2 Access Point Mode Front Building 2 2.4 GHz Antenna LAN Port 1* (Input) 5GHz• Antenna Client Bridge EnGenius Client Bridge ENH710EXT LAN Port 2 Building 1 Client Bridge Side LED — Indicators * Use with included PoE Injector (EPE-48GR) with 48V/0.5A Power Adapter Building 4 Mounting hole —Ground 3 Specifications Standard IEEE 802.11a/b/g/n Data Rate: Up to 300 Mbps on each frequency band IEEE 802.3at Transmit Power 2.4 GHz: Max 27 dBm 5 GHz: Max 27 dBm Supported Radio Technologies 802.11 b: Direct -Sequence Spread Spectrum (DSSS) 802.11 a/g/n: Orthogonal Frequency -Division Multiplexing (OFDM) 802.11 n with 20/40 MHz Channel Width 802.11 a/b/g with 20 MHz Channel Width Supported Modulation Types 802.11 b: BPSK, QPSK, CCK 802.11 a/g/n: BPSK, QPSK,16-QAM, 64-QAM Supported Data Rates (Mbps) 802.11b: 1, 2, 5.5, 11 802.11 a/g: 6, 9, 12, 18, 36, 48, 54 802.11 n: 6.5300 (MCSO to MCS15) Power Source External Power Adapter on PoE Injector (EPE-48GR); DC IN, 48V/0.5A IEEE 802.3at Compliant Power Requirements Active Ethernet (Power -over -Ethernet) Proprietary PoE Design Power Adapter (United States) 48V/ 0.5A Power Source: 802.3at Compliant Power Consumption: Up to 22 Watts Antennas Two (2) Detachable 5 dBi high gain Omni -directional antennas for 2.4 GHz, Two (2) Detachable 7 dBi high gain Omni -directional antennas for 5 GHz Compliant with N type Connector Physical Interface ENH710EXT Device: LAN 1: 10/100/1000 BASE -T Ethernet Port — PoE Capable 802.at (Input) LAN 2: 10/100/1000 BASET Ethernet Port — Supports Signal Extension EPE-48GR PoE Injector: 1 x Reset Button 1 x DC IN 48V/0.5A 1 x AP/Bridge Port 1 x Gigabit Ethernet (10/100/1000 Mbps) Port LED Indicator Power LAN 1 LAN 2 2.4 GHz 5 GHz Operation Modes Access Point Client Bridge WDS Management Auto Channel Selection Setting Varies by Regulatory Domains SSIDs BSSID Support Supports 8 SSIDs per Band VLAN Pass -Though VLAN Pass-through over WDS Bridge Mode SNMP & MIB v1/v2c/v3 Support MIN I/II, Private MIB Save Configuration as Default Client Traffic Status Guest Network Email Alerts Firmware Upgrade Via web browser, settings are reserved after upgrade Reset & Backup Reset to factory default. User can export all setting into a file via Web QoS RADIUS Accounting Control Features CLI Distance Control (AckTimeout) Multicast Supported Wi-Fi Scheduler Fast Roaming Fast Handover Wireless Security WPA/WPA2 Personal (WPA-PSK using TKIP or AES) WPANVPA2 Enterprise (WPA-EAP using TKIP) 802.1X RADIUS Supplicant (Client Bridge Mode) Hidden SSID Broadcast MAC Address Filtering, Up to 32 MACs per SSID L2 Isolation (Access Point Mode) Wireless STA (Client) Connected List Https SSH Q0S (Quality of Service) Complaint with IEEE 802.11 e Standard 4 Environmental & Mechanical Temperature Range Operating: -4 °F to 158 °F (-20 °C to 70 °C) Storage: -22 °F to 176 °F (-30 °C to 80 °C) Humidity (non -condensing) Operating: 90% or less Storage: 90% or less Weights & Measures Width: 11.22" (285 mm) Length: 8.58"(218 mm) Height"2.19"(55.5 mm) Weight: 3.96 lbs. (1795 g) Certifications FCC, CE Warranty 1 Year EnGeniusTechnologies 1580 Scenic Ave. Costa Mesa, CA 92626 Features and specifications subject to change without notice. Trademarks and registered trademarks are the property of their respective owners. For United States of America: Copyright 02014 EnGeniusTechnologies, Inc. All rights reserved. Version 1.0 -12/17/14 Surge / ESD Protection Surge Protection:4KV (Certificated Standard is 1 KV) ESD Protection: 8KV (Air); 4KV (Contact) Waterproof IP68 Rated Enclosure Package Contents ENH710EXT 2 x detachable 2.4 GHz 5 dBi omni -directional N -Type antennas 2 x detachable 5 GHz 7 dBi omni -directional N -Type antennas PoE Injector (EPE-48GR) Power Adapter Grounding Cable Pole Mount Bracket Wall Mount Base Mounting Screw Set Quick Installation Guide Maximum data rates are based on IEEE 802.11 standards. Actual throughput and range may vary depending on distance between devices or traffic and bandwidth load in the network. Compliant with FCC - This equipment has been tested and found to comply with the limits for a Class A digital device, pursuant to Part 15 of the FCC Rules. These limits are designed to provide reasonable protection against harmful interference in a residential installation.This equipment generates, uses, and can radiate radio frequency energy and, if not installed and used in accordance with the instructions, may cause harmful interference to radio communications. Operation of this equipment in a residential area is likely to cause harmful interference in which case the user will be required to correct the interference at his/her own expense. L k ¶J'1 ® Global Connectivity HyperLink Wireless 2.4 GHz 3 dBi Mini -Mobile Wireless LAN Antenna Model: HG2403UR-NFBx Applications • 2.4 GHz ISM Band • IEEE 802.11b and 802.11g Wireless LAN • Bluetooth® • WiFi • Wireless Video Systems • Multipoint and Mobile Applications Features • Superior Performance • Compact Size • Radome Enclosed, ideal for outdoor use • Available in Black or White • Bulkhead type mounting Description HG2403UR-NFBB RoHS� Compliant HG2403UR-NFBW These very compact 2.4GHz Omni WiFi antennas provide broad coverage and 3 dBi gain. They are ideally suited for IEEE 802.11b and 802.11g wireless LANs, Bluetooth® and other applications where wide coverage is desired. This RF antenna is only 2.7" long and features a Black or White aesthetic ABS plastic radome. The HG2403UR-NFB series features a Type -N Female Bulkhead mount connector. Because of its near -invisible design this antenna is ideal for use on vehicles where vandal -resistance and aesthetics are important. Specifications Electrical Specifications Frequency 2400-2500 MHz Gain 3 dBi Polarization Vertical Horizontal Beamwidth (-3 dB) 360° Vertical Beamwidth (-3 dB) 80° Maximum Power 100W Impedance 50 Ohm VSWR < 1.5 Lightning Protection DC Open L-com, Inc. 50 High St., West Mill, 3'" Floor, Suite #30 North Andover, MA 01845 www.L-com.com E-mail: sales@L-com.com Phone: 1-800-343-1455 Fax: 1-978-689-9484 © L-com, Inc. All Rights Reserved. L-com Global Connectivity and the L-com logo are registered marks. L k O Global Gonnectivi �Connectivity Mechanical Specifications www.L-com.com Models HG2403UR-NFBB HG2403UR-NFBW Radome Color Black White Connector N -Female Mounting Bulkhead Mount Length 2.7 in. (68.6 mm) Diameter 1.4 in. (35.6 mm) Operating Temperature -40° C to 85° C (-40° F to 185° F) IP Rating IP66 Wind Survival >150 mph RoHS Compliant Yes Antenna Patterns 90 —12� �V11.41,20 —15i150 Freq:2400MHz Date:2016-04-18 Elevation:H-plane Polar-Across:Main Polarization:Vertic al Max: -27.48d8 HPBW(3d8):360.00' FBR:0.22dB Circularity:1.35 Freq:2400MHz Date 2016-04-18 Elevation:V-plane Polar-Across:Main Polarization:Vertical Max:-28.27dB HPBW(3dB):74.44° FBR:1.06d8 Circularity:24.32 Obliquity:3.06' ((Gain:3.350BI L-com, Inc. 50 High St., West Mill, 3'" Floor, Suite #30 North Andover, MA 01845 www.L-com.com E-mail: sales@L-com.com Phone: 1-800-343-1455 Fax: 1-978-689-9484 © L-com, Inc. All Rights Reserved. L-com Global Connectivity and the L-com logo are registered marks. Global I.' 9.)'I Gonnectivit Y 90 90 Freq:2450MHz Date:2016-04-18 Elevation:H-plane Polar-Across:Main Polarization:Vertical Max -27.67d8 HPBW(3dE1):360.00° FBR:0.71 dB Circularity:1.19 Freq:2450MHz Date:2016-04-18 Elevation:V-plane Polar-Across:Main Polarization:Vertical Max:-29.84dB HPBW(3d8):80.84' FBR:0.0588 Circularity:21.74 Obliquity:8.92' (Gain:3.11 dBi Freq:2500MHz Date:2016-04-18 Elevation:H-plane Polar-Across:Main Polarization:Vertical Max: -28.67d8 HPBW(3d8):360.00' FBR:1.44dB Circularity:1.33 Freq:2500MHz Date:2016-04-18 Elevation:V-plane Polar-Across:Main Polarization:Vertical Max: -31.47d0 HPBW(3d8):87.35' FBR:0.00dB Circularity:34.60 Obliquity:25.21 • (Gain:2.89dBi L-com, Inc. 50 High St., West Mill, 3rd Floor, Suite #30 North Andover, MA 01845 www.L-com.com E-mail: sales@L-com.com Phone: 1-800-343-1455 Fax: 1-978-689-9484 © L-com, Inc. All Rights Reserved. L-com Global Connectivity and the L-com logo are registered marks. J 1 r, iI9I 5 10 15 20 lip 1 , Freq:2450MHz Date:2016-04-18 Elevation:H-plane Polar-Across:Main Polarization:Vertical Max -27.67d8 HPBW(3dE1):360.00° FBR:0.71 dB Circularity:1.19 Freq:2450MHz Date:2016-04-18 Elevation:V-plane Polar-Across:Main Polarization:Vertical Max:-29.84dB HPBW(3d8):80.84' FBR:0.0588 Circularity:21.74 Obliquity:8.92' (Gain:3.11 dBi Freq:2500MHz Date:2016-04-18 Elevation:H-plane Polar-Across:Main Polarization:Vertical Max: -28.67d8 HPBW(3d8):360.00' FBR:1.44dB Circularity:1.33 Freq:2500MHz Date:2016-04-18 Elevation:V-plane Polar-Across:Main Polarization:Vertical Max: -31.47d0 HPBW(3d8):87.35' FBR:0.00dB Circularity:34.60 Obliquity:25.21 • (Gain:2.89dBi L-com, Inc. 50 High St., West Mill, 3rd Floor, Suite #30 North Andover, MA 01845 www.L-com.com E-mail: sales@L-com.com Phone: 1-800-343-1455 Fax: 1-978-689-9484 © L-com, Inc. All Rights Reserved. L-com Global Connectivity and the L-com logo are registered marks. J Global L¶.i'FT1ConnectivitY www.L-com.com HyperLink Wireless Brand 2.3 GHz to 6.5 GHz Broadband 8 dBi Radome Enclosed Log Periodic Antenna - Model: HG2458-08LP Applications • 802.11a/b/g/n Access Point and Routers • 802.16 and 802.10 WiMAX applications • WiFi systems • Distributed Antenna Systems (DAS) and Ultra Wide Band (UWB) applications • Homeland Security and Public Safety Services: Fire, Police, Security Features • Ultra Wide Band design • 2.3 to 6.5 GHz continuous coverage • Ideal for multiband Access Points and Routers • Compact size, low profile and easy to mount Ro • 9 inch coax lead Compliant Description Superior Performance The HyperLink HG2458-08LP is a high performance ultra wide band log periodic antenna designed to operate from 2.3 GHz to 6.5 GHz. This Ultra -Wideband design eliminates the need to purchase different antennas for each frequency. This simplifies installation since the same antenna can be used for a wide array of wireless applications where wide coverage is desired. The broadband characteristics of the antenna enables it to operate over a very wide frequency rang with consistent gain. The HG2458-08LP is ideal for Distributed Antenna Systems, DAS. A DAS system is used to distribute signals operating in different frequency bands like 802.11a/b/g/n or WiMAX throughout a building or area. This antenna features 8 dBi of gain and a 60 degree beam width. Rugged and Weatherproof The internal components of this antenna are enclosed within a UV -stable white fiberglass radome for all-weather operation. It is supplied with a swivel mast mount kit. L -COM, INC. 45 BEECHWOOD DRIVE NORTH ANDOVER, MA 01845 WWW.L-COM.COM E-MAIL: SALES@L-COM.COM PHONE: 1-800-343-1455 FAX: 1-978-689-9484 © L-com, Inc. All Rights Reserved. L-com Global Connectivity and the L-com logo are registered marks. M Global L Connectivity Specifications www.L-com.com Electrical Specifications Frequency 2300-6500 MHz Gain 8 dBi Horizontal Beam Width 80 degrees Vertical Beam Width 60 degrees Impedance 50 Ohm Max. Input Power 50 Watts VSWR <_1.5:1 Front to Back Ratio>_20 dB Mechanical Specifications Weight 1.3 lbs. (.6 kg) Dimensions 1xHxW 6.3 x 3.5 x 1.3 in (162 x 90 x 33 mm) Radome Material UV -stable white fiberglass Operating Temperature -40° C to 85° C (-40° F to 185° F) Mounting 1.5" (40 mm) to 1.9" (50 mm) dia. masts Polarization Vertical Wind Loading Data Wind Speed (MPH) Loading 100 8.9 Ib. 125 13.8 Ib. Antenna Gain Patterns 270' Vertical 240' 300° 270` Horizontal L -COM, INC. 45 BEECHWOOD DRIVE NORTH ANDOVER, MA 01845 WWW.L-COM.COM E-MAIL: SALES@L-COM.COM PHONE: 1-800-343-1455 FAX: 1-978-689-9484 © L-com, Inc. All Rights Reserved. L-com Global Connectivity and the L-com logo are registered marks. CALL BEFORE YOU DIG! * Tnvoe $91HOURS INLITID.RTS REQUEST 0RO.ST-SRM4A9 r...anh0lop pu„ E,,,p.` 811 San rococo Cowry THE LONE STAR NOTIFICATION COMPANY AT 1-800-669-8344 CORPUS CHRISTI BAY GRAPHIC MAP SCALE WOO 10000 15000 MIGNITYMAP 1.017081.. ae.b., Rim w4TNMw.nV14NS-K1.-mvOlara PLANS FOR (STREETS) AYERS STREET OCEAN DRIVE TO ALAMEDA STREET (BOND 2014) PROJECT # E13092 FY -2014 PREPARED BY: sin NKNOLS v5'P.. in. Tee TR 'SOO N. Sbnito SM. Hewn - �50I> 501-11501 7DLR EAB NO. EABPRJB781, 29 RELEASED FOR CONSTRUCTION: SS s./ 11 N1611Exmrs S EET Ni. M MEM [0914149 0 N 0 2 0 CO WCr N cc >< < O 0 6 0 TITLE SHEET/VICINITY MAP BEET 1 d 161 RECORD MOW WA STR-895 00''Rdeer, /EI3092 s_ LEGEND PROPOSED SYMB015 ♦ ORE mORANT STORM w1ER INET on 141 TO BE AMSTED -id WATER VALVE • WATER NErtx © WATERLINE CNNECTON ® PLUG ORNNILE MELTON Milan CURB INLET ▪ Siad NATER w2wOLE Q WASTEWATER Emma era CONTROL POINT 1E3440 I TOP of CURB CARBON I= RAMP FLNND NN Imacsn( my of CONCRETE oroomN NLO.C.434.501 TDP OF CONCRETE NET ELEWTON TOP m NNPS coNnIDxN TRAFFIC CONTROL ANW„ FRRTINO 5Y6180110 v LIGHT POLE 0 FT poWER POLE GLA veRE d m RE mDluNT wATER DANE Ens 0,4 0 TORN BAER NANHoN 0 Ta TELEPHONE ca NANHNS FINER opTIC CABLE pP ____l_ RANT of my o mBNEAMSTEWATR UNE -NU- 25 PEAR mown. CRAENNT uNE -EPPEOa CAS UN ( .) NED IN TAS SET OF CONSTRUCTION PO BE rRTORTI) AS PART )' DENOTE NORTH ARROW urrER sox rouNo SIZE OF IRON ROD SEE OF TREE °ERR INLET CONCRETE SINEW. WASTEWATER LINE WATER LNE CAS LINE STORM WATER Of oNE (RANT) ▪ uNDERGRooND TELEPHONE EWE OF PAVEMENT Y P cHANNNE axcE Y NO LET. ND& ME SECTION TITLE .S TANEN DET" ADORN NO SHEET INDEX SHEET INDEX (CONTINUED) SHEET No. DESCRIPTION SHEMIN°. DESCRIP, ON TITLE FET/ VICINITY MAP 125 BARRICADE AND CONSTRUCTION TEMPORARY SIGN NOTES DRAWING DEN/DRAWING LEGEND 126 BARRICADE AND CONSTRUCTION TYPICAL SIGN SUPPORT MAP AND CONTROL POINTUYOUT 122 - IECHANGUME MESSAGE SIGN (PCMS) GENEERALNOTES N 128 D CONSTRUCTION ARROW PANEL, REFLECTORS, WARNING LIGHTS TED QUANTITIES SUMMARY ANOTESTING SCHEME &ATTENUATOR ' EXISTING AND PROPOSED AY CROSS SECTIONS STA. NSp AND CONSTRUCTION CHANNEUZING DEVICES , EXISTING AND MNGS PROPOSED8 EXISTING AND ROADWAY CROSS SECTIONS Sia 1.6+0 RIDNPAV=KI ANS'MG PATTRNS 9 =LISTING AND PROPOSED ROADWAY s6rnoxssrA 23.60 FFIC SIGN BLY/INSTALLATION TING TOPOGRAPHY PLAN STA 600 TO STA3.00 SIGN MEND OFOUNTING DETAILS TRIE ROAD ANGULARSUPBASE SYSTEM TA 3. TO STA 7+50 IXB:TING10POGMPHY PUN STA. 2a5OroSTA 12+50'11; TYPICAL STANDARD PAVEMENT MARKING POSITION GUIDANCE USING RASIE D MARKERS REFLFCTOPRED PROFILE EARNINGS U, DUSTING TOPOGRAPHY PIAN STA. STA. 2650 139 TWO-WAY LEFT TURN LANES, DIVIDED HIGHWAYS AND 2 EKISTING TOPOGRAPHY PLAN STA. .50TO STA. EXISTING TOPOGRAPHY PLAN STA 21650 TO STA N+50RURAL LEFT TURN BAYS 26+50 EXISTING TOPOGRAPHY PIAN STA 25+010 HD STANDARD NNGSARROWS AND WORDS SALNT MARKING DETAILS 1-'' PROIECT CONTROL POINTS DUSTING WATERLINE AND SANTA TEST. 5GNAU]ATIDNPLAN TER BRSEMgP TRAFFIC SIGNAL SUMMARY ICE 161 SRDOTMGNALIUTIOH STANDARD DETAILS WATERUNE PLAN D PROFILE STA.pNT TST0. 3+00 7 Va1TEELINE PLAN AND PROFILE STA. 3.00TO STA. 7+. LINE PLAN D PROFILE STA. 2+50TO STA 12+50 28 ,V=1,:11:11,::: PLAN AND PROFILE STA 32+50 T STA. 16+50 N AND PROFILE A 1650 TOSTA 20+50 ;11 WATERLINE PLAN D PROFILE STA 20+50 TSTA 25450 31 WATERLINE PLAN AND PROFILE STA. 2.30TO END 32-9a 39 MISCELLANEOUS MINES DETAILS 40 WASTEWATER PLAN ANO PROFILE STA (MOTO STA 3.0 41 2+50 WASTEWATERPAANDPROFILESTA1 TOSTA.20,0 V WASTEWATER AND PROFILE STA. 20,0 TO STA. 650 WASTEWATER LAN AND PROFILE STA. 2.1.50 TO ND 46 WASTEWATER LATERALS 47,1 SANITARY SEWER STANDARD TAILS 52 STORM unoNDRAINAGE wAiiEAREAS VI STREET AND STORM WATER PLAN AND PROFILE sia.3 mm STA, m STREET AND STORM WATER PLAN AND PROFILE STA 12,0STA. s AJ1i6+30 STREET AND STORM WATER PLAN AND PROFILESTA�0ronA20+50 2 STREET AND STORNI WATER PLAN AND J5+560 STREET AND STORM WATER PUN ANOFILESTA.6S0TO END 61:63 STORNI WATER IATEFALS64.65 STREET INTERSECTION PLANS 66fi8 ANDARO DETA LS CORM GOUS ETAILS ALNSTANDARDCARIES 71 ANE 72-74 75-76 MISC. EWAY STANDARD DETAILS all( STEPS PLANS AND DETAILS 7-79 CURB RAMP DEEMS BUS STOP SHIRT R PAD DETAIILSSRIA IL0.3 CITY OF CORPUS CHRISTI N CURB RAMP STANDARDS ...SHEETS 14 STRIPING PLAN STA.13.0 TO STA 7+. STRIPING PLAN A 7+50 TO STA 16+50 STRIPING PLAN STA 20+50TO EG PLAN STA. 164.50T0 ND A. 2650 89 BOOTY Sr. STRIPING AND SIGNAGE PLAN 91 • SIGNAGE PLAN STA E.w TSTA J365D SIGNAGE PLAN STA 165010 SFA 2.50 93 SIGANT SIGNAGE 20OU TO END GE OUT PUN STA 0+00 T STA. 2+50 LIGHTING AND I.T. COND. LAYOUT PLAN LAYOUT PLAN STA 7+50 TO STA. 1650 UGHTING AND 50 TO STA. 20+59 LIGHTING AND .T. CONDUIT MOUTPwnSTA 2w ND STORM WATER POLLLMON PREVENTION PLAN STA 0+00 TO STA. 7. 99 STORM WATER POLIUUON PREVENTION PLAN STA)+SOro STA 16650 • STORM WATER POLL.ON PREVENTION LAN STA. 1650 TO STA 20+50 101 STORM WATER POLLUTION NINON PUN STA 20+50TO END 102 STORM WATER POLL.ON PREVENTION PLAN 103 STORNI TRPOLLUTIONERAND COM MNTS(EPIC) 104 STORM IEPR PREVENTION D DETAILS TRAFFIC LOCKDON FWSGA TRAFFIC SEQUENCE 'MOLD I SEQUENCE OF CONSTRUCTION AND GENERAL NOTES TRAFFIC CONTROL SECTIONS PHASE 1 ANDTRAFFIC CONTROL SECTIONS PHASE PLAN-PHASE 1 TEMPORARY PLAN PHASE 1 STA. 16S0 TO STA. 22+50 LAT ENO TRAFFICMITtz+ PHASE AND TRAFFIC CONTROL PLAN PHASE 2STA. 1650 TO STA 22+50 UTLITY PHASE AND +5UT END sss AND TRAFFIC CONTROL PLAN PHASE 2AYERS-SANTA FE INTER116 aFFIC CONTROL PLAN PHASE 3 STA aw0TOSTA. xs0 11; TRAFFIC CONTROL PLAN PHASE 3 STA. 50 TO STA 21. TRAFFIC CONTROL PLAN PHASE 3 AYERS SANTA FR ST. INTERSECTON TRAFFIC CONTROL PIAN PHASE 4 STA. 0+03 TO TRAFFIC CONITIOL PLAN PHASE 4 A]+50 TO STA. 2I+OO 121 TRAFFIC CONTROL PLAN PHASE 4 AYERS ST -SANTA FE ST. INTERSECTION BARRICADE AND CONSTRUCTION RALNOTES AND REQUIREMENTS BARRICADE AND ION PROJECT LIMITS 124 BARRICADE AND CONSTRICTION CION W RR ZONE SPRED LIMITS CONSULTANTS SLEET No. FM PROJECT: CORM. 80 0 0 Z 0 03 LAN N 0 N .< cc .< as O 0 0 O DRAWING INDEX/DRAWING LEGEND SHEET 2 of 161 RECORD D3INNIG NO. STR-895 pry 560031 1 6/3.92 r �7f 5 L, sT AYERS ST. OCEAN DR. TO ALAMEDA ST. CITY PROJECT # E13O92 STA 0.01, 0+00 wi wi ww PITO ,AM wwi��ri ir�.v .� ■ � •Y�1� N t 0in PALMERO ST. H\7�SPOHN HOSPITAL CLIFFORD ST N w !v ALAMEDA ST. COLE ST. DEL MAR BLVD. NAPLES ST. PROJECT LOCATION MAP LEGEND: AND CONTROL POINT LAYOUT 0 75. 150' 300' SCALE IN FEET ICP 11 COMROE POINT NUMBER REFERS SHEETS 21 k 22 FOR OESCRIPipN3 COLE PARK II of COMMITmrs 0(0 No. 01 Rp1ECT: COR16168 if vie uZ ag z o Z QO o J 0 r-� Uz 0 00 0 0 U 0.0 SHEET 3 of 161 RECORD B¢IN1Nc No. STR-895 DIY PRLECT , EI3002 I I ( I I 1 II _ DEL MAR BLVD. NAPLES ST. PROJECT LOCATION MAP LEGEND: AND CONTROL POINT LAYOUT 0 75. 150' 300' SCALE IN FEET ICP 11 COMROE POINT NUMBER REFERS SHEETS 21 k 22 FOR OESCRIPipN3 COLE PARK II of COMMITmrs 0(0 No. 01 Rp1ECT: COR16168 if vie uZ ag z o Z QO o J 0 r-� Uz 0 00 0 0 U 0.0 SHEET 3 of 161 RECORD B¢IN1Nc No. STR-895 DIY PRLECT , EI3002 A STRFFTS OBJECT GENERAL NOIFS DIMENSIONS SHIA. ON TYE PUNS ARE TO BACH CI OYOND FOOT MOM PMPOSED C. TO CWE OR OMER DEWS. 'CUT ESE ""ED agEIZEZIWEEZIT ME. NO sMARATE pm. m EAN. FOR uYcrtum ISM AM'P' 12. MEM. EXCAVATOR 13. ALL OPEN'ETZTIOIT '9.711! BE MN ORMCE WEIR awxxua ParkITENSAR 116 4050 CR APP.. CU... mo mom. 103"711”"CONTRZTOR FOR TIM WORN. C AY 11M15 FOR WA. AMMVATM Rx ODVEWAYS AND COMA, KS ORONO 1. WIEN. SOM. BE AS MOAN ON cav OF CORPUS MROOT ASTAMARD ORIVEYAN T. EMMA. MAU_ BE CONSTRUCTED E NOT BE EZE DOWELS SHALL BE HE.R CUM FOR 0 DO STEL MIMEO WOW C. CURB ANDGUTTER IF REWIRED. W.. FE PETER.. IN THE OR AS FOR MEC... BUT INCLUDED D 330011FS AND STORM WATER 1 THE CONTRACTOR SHALL ACT THE APPROMEZTroAVer, TO A.. 111. .11.1 NO MCOONT PATT.NT TO .0 FOR ONLY IF THE REFER OM OF .56 COURSE ATM TIAVSZNAIWADVIAY MAT 1.11 ON TOP MA THE 5 SHALL BE SUBS MS op NOT ER MOWED AT ORR FE RIMS LINLEM DIE WU CO 27. CO ERO F x WATFWTINFS I. WATER METERS 9.. BE ACCESSIBLE CONSMUCTION. 12 MD WEYER BO.. TED TO MEM MIME AL EcgROSS..TWE WATERV,NE 9%1 BE "11;611 BE WOO OR C905 10 DC TO ME ExisMC AWER MST. WILL BE DM FOR INOWTED THE • WEE. :EE IMMOIA OF 10ERMA NPEWLLr. —r GER D SPFFIAI RFSTRIFTIONS FOR SFOIIENCING WORB PA .RnA Mu a MACE 70 THE CONT Fm'xREr RmuU E1E HOE TO ME TO ORER CT IS LOWED DE SERVICES 5.1 BE COMPLETE, REMOVED AM CAPPEO AT ME IMN OR ER eLLE PNEIOR WW1.. PIPE MM. BD USE0 FOR WASTEOTER SHAA (EEM WE NOTE ON MIS S EW `ME UPPER a REU-MR 5 RME F ABA IRNs sxnu . APPLICABLE SOIL .°°E,D.7 r..s, PRESSURE .111EDTO iRh,xi w. CUT PIPE'S/WM.2 UM MEL CON 1015 sxOs SD FOLLOWING APPROWDAP1 ,sP.w coLc„. cMK1 e uO iii BE s(+'u "REPILEEll,"11ZAD'CO7lErVRIMirlATIR % OR THE C. CE't CCI w�TEwMreR MMx Ex�xO PRMR,E w.Exrewx,ER ., ME COUPUNG FM. CORNECOM NM DEP 1Virlr TO BE US.93 AM INSTALL NEW H. TRAFFIC 2. REFLECTOR.° PAO. RARE. FOR STREETS SHALL. BE TYPE 1 71.1101.1. "'re"El"1"' BE PAID FOR SEPARATELY. BUT E IAD CONSTRUCTION ST RESIDENCES MO MO.. 5.1 SETLICITON PERIOD. All AFAMER MUT co. 0,A popou,0 TO 5.10 DURMC CONSTRUCT.. IF MK. IS APPRO.° BY . ENCIME AND/OR MINE WusrvNwrs ionmT EOG, nor W. s�aROM 1221VOR amxuslPx CAHEPws. ONO THE DETECTION ZONES. TOR 5.1 PROTECT MA. GROUND ROMS ANO TRZacSIGZS OURDIE REWIRED TO COPLETE TRAMC ROM/ .1.011.15. CONTACT 1-0., MAIMS AT (e0 BES -11110 OR (3510 615-72114 PER .FFIC 5140. CAB, UNE LOCATE ASSISTANCE NEEDED MN VTEr a mMrA) CURS TO TM. MEAL COX 10,,,PMEARlyi COT, ROBERT RoaEs AT C361) encs mmos W: I. MISCFIIANFOUS W -CUT WHOIS .051.4 CONCRETE ORLICTURF IS TO BE MS MALL BE ROAMED MD HAULM WOO PATIENT FOR NE oPE.... SHAEL ROT BE CONDUCTED ON DAYS FOR HAS BEM ISSUED. EOM FOR MPARS. DOOM OWL.. HOMO OR AT DEES MAT ISE BID RACE REOMEM ONT MSC MUT (MD FOR nOEaiRPPoON P SUBSIMMY TO THE HOOLIZAI. 1.11. l OR TO WOxNRA.E WM ME RTA FOR REMOVAL OF d6 BENCHES. I„ DFSIGN CRITERIA 1. ROADWAY GEOM.. WERE DES.. FOR 30 10/1 FDESIGN SPEED. l Fa -rtw • (4AxE7,7 s-rVR,Frtt6 vFPw wRF 0 TO CONPACTACH HEEDED' DE NCL D. WO BOARD RED 51 A IF ry �yrt �TER�•" ADA., WAIXTARE MANUFACTURED BY GRACE CONSTRUCION PR... FUMBLE 00 ,PORTLAND0 PORTLAND 00 303 ,R m FLY ASH 250 LBS. I s044zi u CMITION• 3 CONSULTANT'S OIEEI No. 00 PROJECT:C0R14148 GENERAL NOTES SHEET 4 of 161 REGARD DRAM NA STR-895 ON PROJECT 1E13092 mIN .6 016 Nu SWF 021. 32, 201 ESI0MTED ODMInTEs - TOTALSaw gg $ tl a c a1. s` v� _ 2 W0 CUN9JLrPM0 SHEEP NO. 20 PROJECT: 10214140 Cae .umuxa WATER DISTRIBUTION IMPROVEMENTS L. 13 Re. mow 2. v. vosren. of 1. 2r GENERAL 0581 orxuR 4. � "f . ....... .....[ NTS y. `. xr, in. cora. wxmwlm WM. es 23 cam ^"`co" - TESTING SCHEDULE roomer Pewee waw WA.. (w in DESCRIPTION RATE EST. DDANTITY ra...PwwCmrew PER SOD. I eu sour res. ru..ulu1STREET u riaFREESE NICHOLS o w..x -22sun.RD STUMM PROCTOR - [u pRocT0R - =AGRA. 4216. PER s.YET IW W WENENfS DENSMES - SDOCSACE (STREET) Mlcn/uCi PER SOO iF Iw+Vurt to c83 ER. con u/sO One One n awe I-21 vaxvo Die Car ir in ts. De sue - ss. (0... . DENSITIES - SUB.. DIDEWAS) PER Sao S< al SE. ANALTSS PER 5000 GE ele e careare mem 1.3.0 of men,. con, ornican ous uwm DwIE R p so C.23 Woe. 111 0 0.11.13u. LIMITS PER 30P3 CV LA ABRASION PER NOD CV all 8.2 e .. ono. Anuse e+x DwPC A. °05x[ Iy ean Ica mr... 21 a In...Da BASE (STEED) .1 r cone.22 lona. us � _ CRASS D BASE (GAG) p....2..0 EmNG an eR 111 05 Tm+wa TEsi rtR wiEmwL Sam¢ I CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 51 (eawe aueml WATER. OVO (000 010) E5E (wxl: ER le RN os 3,6 xe (Asn ex., WM.. on. NNE snii. eenq le MC SOP 215 (0611A 01 11xosene x. Ira Deo. ir so nuf NGL. DENSITY at STABILITY Eni Boo,untl ETI ' (..31 I [ Ina [ Do. ETR (RICMETNGD) PER SOO TONS OR GUT 5 m r M (n aP0 OEUM O COM le _ 2x1.1. 0050.0 w nonC.5e Mx R. BTW - weE(mRE) PEN Ina LE STREETw ® 5010 (n 1....0 cm (n (202 IR sin... urs. Asw _ PLACE (CORE) - PLACE (CORE) x 1K0R1x:+E DEME. w PER 1000 LF STREET PER 1000 V MEETan a ON 0s1(.O nu onEueur ono. (lin 0w0 1 axe REEL PAVEMP11 MAR. E CODET(50. oD 010102002 .ow no R..wwra CONCRETE RmIwR.+a.. OR. t. Im A moon ETT 10SIDEM,S .1. PawIMPROVEMENTSi Om RTA .EM m r A. cum Rm. PER 4000 SF PER 2500 SF S 5 S33 Iv 11-2-2 6.,0 PAVDENT @AKER noreao) SIN Eo PAVEMENT inoot U .) n ,s (.AST -w -P1.0 PER 100 V - P3 . [Raana I, ADA PEDESTRIAN IMPROVEMENTS .. Ix wenWARS STOEM SEWER WNW. (GAIT-w-PVGq PER BACH ole an enice sox I. WV emu URN. no ao2 as Drop sex in. 2 ,ora. woa ao[.uw 1s3 Winne BASE/PDDRNG PEE Io 1000 AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) ESTIMATED QUANTITIES SUMMARY AND TESTING SCHEDULE w.t. sox .01CAP PARR. St. Iv co.. can nuo @FL PAVEMENT 1.1. irPE 1 DO (C6.16410 OW Roo arm 3m ROD PAVEME. COMPRESSOR STRUM e0.REM. STORM WATER ORM' E IMPROVEMENTS m w DDKKREIE a®Rwxx MS (r con) (0 se Im w0.. (BEM) SIREN. (T2a a2 ah - �% IMPROVEMENTS As SLUMP N1 PER 2500 n OR On E. 2500 Se DR OM nl AMw1 E.nM� a e oXL.. U. Ir vwNc Nu. Ar arCRs � I.T.APROVEMEMS GUIDER... OJ¢oNG TING AT R[ ENGINEER'S csREmN. RE (ASx)Ca.� n mr er -165 % w i+ co .....2...... 28.1....... V fed STREET RON.. IM PRWE ENwiaS ram ....D2v.. ....• Pow R RiCLLOE0 Yrtrx DENS. TEST. ??`L,V. ENTS TO E RN" (....1 x Irsl R IMPROVEMENTS (ADD ALT. /I) a rr A PREWDusT TESIED s[rnax. InE crtr MAx DwoER RE -TESTS Aros3. x a ON AO 1 ea Ise nu eeetecmmr.epec carmen WASTEWATER IMPROVEMENTS ODD.i. i3) rs r cm 0.80001 III KALE ain. IV ran 0w Ru */... w[ 0,11, aP50 ERE au. cos. in vcr xreeneR us ' Cano o CRS , CAN 1.1 enoteou la ui muss Euune oF Ave ser.. u 1_ co wrnne (m[, CONCRETE sn. itA. we=I. no o Oniex _ xwNaE TMM^E w I en towns Row rit. w V. x0 wrwrvE In s SHEET 5 Dt 161 RECORD MOW ALL STR-895 PAMPA. IMPROVEMENTS (M0. ALT. 13 co as CONCRETE smr. lip. uummoll - m O er CONCRETE CURS 6 311. 5411 wanw�n once (r+_r I nis sew Mx '1 z 2nwa� EEr._r, a n. 01 ENx 1a a a (nu a' ...MO w .R Res.v 100 or PMMECt / 013093 000 mw Ra.,. colo,, no. aam1 nom M 0023 021. 32, 201 STD FIRST. SO (REFER T7£7147o am 0)0. SIR. 10) • tlGIE. T 0.�.) :sn LOP DEIRRL. uxo0+ OE (AP LNnEs) L_J COTTER (RIPER TO CITY STD SW. 20) 0 000 MIK 0 0 0 DETAIL NOT TO SCALE 255070 5055.7VIL «+010Aft 0 ;r0 . 2000T))T10i 1007 smn7100S SqE 520000 MN EVENTS DM 0 WAS OUTS ANDHE WOW, CONT19141101A SWARD SCHEDULE 0 El 0 Mk BUT SHALL BE CONSIDERED SUBSDIARY 16-11 Of CURB DDT 17551 ran W��xE lU���.R LEY OEXISTING ROADWAY SECTION ® STA. 2+50 O 5 10' v'RI ZrDNO L_J p 211 ITA.P )TYPE 0) p TACK COAT )5055Owv TO x1901 Re DRY) p PRIME COAT (11C-20) BOTS OTLn2) p 00 NESE GRADE I-2) tiLIFT0O05 T TTo�EXCEPROCTOR' O WITHIN °0: a �n OPnwu MOISTURE CONTEND © TE w -E OEOIO MO DIRECTLY COMPUTED O IS' CORNIACTED MADMEN Omwu uav�cSTIA fixr9B) TO TAMS Oros STANDARD ICA 21 9 1 L_2 R CURB k CUTTER YR TM. MA,/ LEFT TURN LABE 000 TRAVEL LANE PAVEMENT 950020515) 5. CURB At NP.) ER \_ WALK ROW (0-000) EXI Ta 0' CL. WATERLINE DAMN To az 870010 n /TCLP f?pa a rxP p�TEWATER RE55ORE PROPOSED ROADWAY SECTION ® STA. 2+50 • 5• 10 SCAL J _ L CONSULLINI'S SHEET Na ENI MEC, COR“1 N6 01 N 00 m w• L N 0 N � >-g 4 ¢ 0 0 0 00705 6 of 161 12CORO MOW N0. STR-895 MY PROJECT{ E)3002 1E - e:een 0®:11 RN: wDIPTOwR.ys5Cv-nY-T17-SECTIDNDesR 717.A(REFER TO D EWN% R 0 1(RETE7 Cmm' 9D. w. ,0 0 ©©0 MBECOMM 0 0 0 O NOT TOI SCALE MD,P. EV CONN EXIST. GROUND 1. 1 •-• I I1 Whit f ., _•• rDEw rcP B -W of CLOS •.. LLD 9 0 TZ). TavEC LANE 4 CORR De mn.Ec urW b rw s,. xu TRau A+W 4 TRAVEL LANE 4 i 41L,TER ' Z211 1.2 COPIG5' �Rx wAT�Pl� T `EERY. 121 C.IP.P. WASTEWATER Oe EXISTING ROADWAY SECTION ® STA. 10+00MAU 0-5 OF CIAO 10. WALK TRAVEL LANE IIPMEL LANE 81 CORO DT GUTTER MEITR+OJ 0000 w.EUExr uumixc prP.) LP CURB al (m.) CORER aoo 00 \o\aoaao \a o\\oo�\o� \ooao�-�aoo ©®O RCP-7- (T° PQoo EWWorm) PR'"°,E. is lm WORM DUCT N 0D" EMR) (TO DE REMOVEWATERLINE W TERME (C-900) w, E.PTER ,ZLE PAPE �e PROPOSED ROADWAY SECTION 01 STA. 10+00 0 O 19 SCALE: 1.5. CONDUIT IMMIX • x x11/CP (TIM 0) Q TAcrc CWT (5113901ARE70 MAC m RE, p J 1.11/ACP (,WOE R) O P CTRs, lwC-3O) (0.1s GLJS Q 10 pARC 9F uzsTOxE a TO RASE (T A marc 1-) Asn D1 » DSU 11.Evers uR"RE wx TO s io EATON SDI a �e :ENDAR s CEmRRD DATED 011PECOV OVER CO/P.M • 121 COMPACTED OM:u RE'DVITE° COMPACTED ro "T"" " o STANDARD CONSULTANT'S SHEET 1b. EN PROJECT: C01114148 0 N 0 CO L7.1 W N DTE � rg as z 0 0 SHEET 7 of 161 RECPPO OMRNYO NO. STR-895 pry PAW{CI / E13093 , m.. x\6\hn.Ins<V-AY-TYP-SECTmxSe.R L_. Ed RA. 0-0 Or CURB 11 m b b i o 4 fT8 8 CO `,a IRT STOMP WATER DDDT 1xx xD�3 _DIKE 10" .G WATERLINE OEXISTING ROADWAY SECTION 0 STA. 16+70 O 5 10' SCALE. 1=5' SOT 110.W 30 I 0-0 Of CURD 11 Ex SL SI DE,x.IR L_L S. CONC. CURB 0 7 TAME JnL lnle V V ...,., ,,..., ♦ ... _ - fir: 000 PAVEMENT MPR xc (TMP•.) ST MAD DSR La (MN 5 - Fin000 Es 000 (TO BEtREuwEoj�uxE (io TaTRExouOj wnTER WATER OE op wATERul PROPOSED ROADWAY SECTION 0 STA. 16+70 • s• io' SCAL 17.71.7'\ . R I.T. COxDxw LEMILt • ST P(,l8C) p, TACK Co,T (s MMARY To MMC a o CA0 ® , xwR R (Tem 0 PRIME MAT (MPC -30) (0.15 AMJSOS QS TOT GROSSED LIMESTONE 70000.: BASE (SPE A. MEE ssn (:�w CWE DO N o OJT;DEEDD PROCTOR vm00x X= of E x xn OE 08058O50580 @TED DIRECTLY COMPACTED SUI MOM w0°r c• ir COMPACTED i INININTED GRADE it NIER URB TO CPT Sib. Bxr. rq 0 000 0 0 0 DETAIL NOT TO SCALE $m EOM OROUNG t�Exsi. wpR sie4au a -B or CURB 1 %I L�`__. TRVEEjL UNE 4nST. POWER ROLE _culrzx ,B/YE. LME rust WAG 1oAEL LMC 112.1. UNE EMT. LIGHT PoLE.-c''' :par�-\ EFS . BASE B asawEl EXIST . 10 cA. r -N -E5152 VOP RAVEN/inn -�wBr. x srenu war OEXISTING ROADWAY SECTION 0 STA. 23+50 SGLE: "1 IS MN. CURG 6/ GUTTER 2033 WEN 0000 opo 6. CURB GUTTER IR E1 Tr (m a�EUMGI (To BE REMOVED) ' \ -En sr 36. STORM wAiEWATER cL woBEMEMe2D) 000 Ex L�ws TELEPlwwiro (io�Os�wxj� VCP 10 BE (TO BE RELOCATED iRE sae vast D--ix.I) PROPOSED ROADWAY SECTION 0 STA. 23+50 0 5' 10' SCALE: 1'=5' 150/111 • P (TYPE o) O rAcx Gar (SUBSIDIARY ro Hr.v.c Bo won O B NIACP (INP B) p COL ear 9x=-30) (e.15 avers I„• °""s"E°as xLn`°` wB'O %RE MOT :a er vIn 0 Tars. r0 rx-s Moono ( O nnECTLr ort, COMPACTED O NC: xmsluIre('15°I °e) ro wr' ED TO o miTu DTD me£ o16 CONSULTANT'S SHEET No. M MEC, C01219.160 Oz N W o 0 0-0 to ZON Q U Z Q N N p a w0 SHEET 9 o/ 161 800309 3040109 NO. STR-895 WY PROJECT /EI3092 c Is, 2016 - Beale. w ..MJ RIR BNICSO eo noc.cv-MY-im-SECTlursevw n. at ls. 2016-D.xan Um:Daw.esVNla-- tl a CDSULTUiS SHEET Na FR PROJECT: CO014140 ESTIMATED HAMMY OF ITEMS TO SE REMOVED UNDER "CLEAR RIGHT-OF-WAY AND 'STREET EXCAVATION" murt 4511."'5511. aw e vire OR CAL PRE 1ccsyc. voR R EV. arcs LLv.)SEWE x,nx nroawr Rox OR wrw uxa 51.5,) WRIER TIMER �J ysw 9: rm j ' gF MOM aa.msaR r ))x.)(s. (sr1x a ,a 21 z. 3s u uwr N)ms vazi fu) RELOCATE.9.Y r K) 'n [ e Y , ,x ur(WnRi(W () )m l (ra) ..(L.R.) ro ,r ax w �a (.) + - « u/Rx 01 xso xm x,3D 1b &1 1+52 - Li/or WV sass 1+52 LT 1+55 RT 51.30, 1+72 LT 1+72 RT 7 MIS W� 7, 10 EE mw ,tl §nmg� loan , 1 1+90 LT 2+17 LT 2+37 LT 2+81 LT 4+44 RT 103 2013 .31 RT 150 .74 PT 3+78 LT me 84 10: 0 4+12 LT 4+30 LY CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services a. LT 1e 4+44 RT .0 2 gHm LT 5+05 LT 5 5+11 RS 5+78 RT 145 5+02 LT 5+10 LT 6+52 RT m 6+73 LT AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) DEMOLITION/REMOVAL SUMMARY 7+46 Ri 7+97 LT WO LT 8+17 LT 8+20 RT aa 8+29 LT 5+151 LT 8+31 LT .T 1e8+32 1 s RT mm8+79 g@g 5 m� 5o LT 8+95 RT 9+47 LT 9+49 RI 210 9,6 67 10+33 RT 1.45 RT 1.1-ga 'loon SHEET 10 0( 161 RECORD MMHG M STR 895 ,o«se u a �. , Dae 23103 D 0 me D D D R DD D mK �ETHE CONTRACTOR, WOWS. 501E00*uryv2i0Bexmc�.,%erBE 51511610,5551 TO 'CLEAR ME w -uv w0Y xx,xss WOOED °THERM.. on mow 1213052 n. at ls. 2016-D.xan Um:Daw.esVNla-- ec I , ROI e - B,• Nrr bT fYe ,d VEr['urbgevNla-eLL- (10IIAATM S SHE! No. mi PRD.IECl: CDRtataR ESTIMATED SUMMARY OF ITEMS TO BE REMOVED UNDER 'CLEAR RIGHT -OF -WAN AND 'STREET EXCAVATION' Aww uR R.C. nrtOwj.)cu MK NMOR rwmc 0.6.9.N. s ure sewn vlss (Lr.) n ,msµ, Hlm) .„,a, ww 9u, ae wam uHs /Lr.) wsn rum ELECV cIe 9 s� l' o10+63 T M?g Im�N&s ST/010H (s.r.1T Mm OUT. (sr.) ls.r.)M ,z• ,s ,e• z,• z. x' x (EA) GRATE (u) eox(W D:r.I wxx,LE c («JH e e ,0 ,z r (W (A) WIRE m O,J (W (Ew) +'w a ,D• ,Y DA)� :A) 143 (EA.) (1.) (.1 LT 10+66 Ll 10+70 RT 10+62 RT FREESE NICHOLS 10+96 RT 11+90 LT t 11+20 RI 12+27 KT 19+35 RI 1 a 12+38 LT 1 LT 13+13 191 ' 13+25 RT m19+67 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 13+6,1 LT 13+75 RT 99 13+00 RT x E ,., - 16.72 RT nz « «e ,. ,5 +31 LT 1s , eo gEis a, , AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) DEMOLITION/REMOVAL SUMMARY 16+21 RT 16+52 RT 16+72 RT 16+01 LT/RT , , 16+83 RI 16+99 RT 1 17+00 Lt 17+06 LT 117+10 LT 1 17+11 RT1,15 LT3S E . $ V ga51 t KC So a FX 17+69 LT 1 OS RI e 18,5 LT SHEET 11 of 161 RECORD MOW M2 STR-895 TOT. ,RO SHEET. 0 0 0 0 0 ,x xz 0 0 0 ., .0 a z,„ 0 0 0 0 0 0 : ,. 0 0 0 0 0 0 T 0 0 0 NO?E' em, uATun A rp5 ro RE HER rzor✓r m, FT NOTE: o Rcxr-c, w,' unvs ixwuTE, mxERwsE OIY Amur { Et30D2 ec I , ROI e - B,• Nrr bT fYe ,d VEr['urbgevNla-eLL- Noo CONSINTNIFS gEET Na. INI PROM C0R14140 ESTIMATED SUMMARY OF ITEMS TO BE REMOVED UNDER 'CLEAR RIGHT-OF-WAY AND STREET EXCAVATN)N ei.., OR CONCRETE N.C. PPE O2 CNA NNE (1-8.) CMS MET tome y aa m.o.,. SERER E,,,, 4.,a N n u ES (LT,) sa `Ecc/ 9STATION IYEYCORR •� Sgix, (s ra* CURB ) IPa is ,r NI' a. x +e wX[ lxc) ....F ix., /W lattu 1.1.10LE ORuxs l) e i i Ywt (E/..) tuat aU�WATER O.) is2.) . sa ,o it NE. CEA ( t 15+35 - louos u 15+10 LT 1.52 RT 15+01 LT =NICHOLS Nun - 21+42 LT 18+75 LT 257 1 18+77 LT 1 18+70 RT 1 10+52 LT 1 18+09 RT 1.70 RT 20+02 RT 20+38 RI" 2.35 LT 2.78 LT a 2.85 RT .a u 20+92 LT m 1 CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services 21+00 LT 21+02 RT » 21+05 21+19 ./27 1 1 a„ 21+29 12/77 „+ z a R2, - 21+22 LT 1+42_ ao ET 8 w 22/2721+09 >r 21+71 LT AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) DEMOLITION/REMOVAL SUMMARY 21.0 LT 1 21.1 RT 21.6 NT 1 RT 21+03 LT/RT 21.5 RT 2.03 LT 1 22+19 RT a 22+63 RT 22+77 LT 22+78 RT e3 22+79 LT 1 23+00 LT w 431 2.01 ITT m o€ 23.82 LT 1 11 23+56 RI o00 2/z 24+10 - 20.1 LT u,122+10 eta Ll 22+15 LT mi 22+45 LT SHEET 12 01 161 RECORD MOAB NO. STR-895 a.+481" a` a mNMITa�. a R 2 R a 210 4 a EN R as o 2 NT ntil," r�REs,NSTOaE oa0°�+a " E:ow o] 2++,_+0 RAH UNLESS i++ro1 o + TE2+5E. N ON PROJECT / E13092 Noo CCNSLLTMIYS 211:Es No. FM PROJECT: 2012141 48 ESTIMATED SUMMARY OF ITEMS TO BE REMOVED UNDER 'CLEAR RIGHT -OE -WAY' IND 'STREET EXCAVATION' c N R.C. (1-0.)_' TR�A.c N� s SEAEaVMS (L.1 nr,E xvaLxr ,,iOWRIT sNAAa9Nu NaER ,AEs hr) wua EV ,. gN1 16vi. CURB it `86.s'..' r.) Ir le le 21 24 e. .e' at � i .LEGEtlO our rfm uxOELECTISCAL ELECTRICAL JUNCTION 00% uµx"4u RA.OLE MANHOLE xx® MANHOLE sxSPRINKLER, T'.'ES TELEPHONE PEREsx. BC SIC0 N 0IILIZTIC SION, w. MANBOLEo WATER LINE EBER OPTIC CABLE V.R. K TARP REOPMENT 0400 >. GI ruric Nies ° LI PEREZ MOAEaRs°s `�°P\.. CURB zua". XS AMS SRQT "" —0.___,._ Tx u. um —OCT—w -fix Ue_—_1 s(, a=,a;z E Raw 19 ssJ OVAIRINC x�us0�rµ1 PLK20.69 MIS/ a-2.90 PAVERS Bd. SI 2. TINS TOPOCRIR. APP BLS PREPARED NOR OESION NAMES °x... OT 1 N z ti "te ,1 ISSE INVITH CQ1 015070 5x551 Na 172 5201E171: 0)511148 •NO •F W ssTE 54E014 9r 161 RECORD DRAM R0. STR-895 170Y 50617 7 7 513092 CONSULTIOS WE. No. FM PAWECJ COR14148 Af RENMI) PLAT Of Nn.il`n-u.� C(�s'1 rUx.xi PS 0 N '6 _ _ w NllIRLY1C`E "°. Z w" un n-28.70 : 10B3r) 0,38,1 AI calm i --� 17M x xwsw sio 3 ant ___u�_u-N•'-Nrian, ��r---W,-- E�"a."w!_Wl--w�-u._____ 50 "c(ia') a tunCO fi�00 �waifB— _PS9— F i s 10 aim assn 1030 peso---_—�'essni"vrev e.w.w. _ .! r r 11 is9 SiViv°/ s..mv PIM uxvVGj5.00 CG11F[l PONT 06 qi5 j)a-Pw.ls W f a -z =3E72 2 012'1 a-ze.Ro -I \ 170, 1000 ..Al IIII I 030 RIPS sr. OIL YAP BLOCK 20 11110 0000000050C 01.13 WAS PREPARS) FOR 050.21 OURPCS6 0 20 60 02 s+015 of 161 REGARD C %1% NO. STR-895 CITY PROJECT j E13092 0 0050 INLET RIEE ELE.3.59 Fk-zo'.5z 55, .09A" "EuVa " stin .: ucT —Liu OM MA Es.... 1261 5 UCTETI=E;La- 151.1. 1.2 vcr Ito —002'46-1641252 —0E2 WE WE %Is -.el low —IN.— low — = — 15512 N. MOE.. 6 IEFTEEE,5, N(15.) N.M. Gorr 2:11414". r'417;-; _,of tam, r,Art-i-o;,z.7- 11111111Mr i I 35.5.2 5.17. 55 CoNcRETE OWE.. RAMS LA ▪ siNS0 coNvElr 34.851 OWE.. ..902 (25250... —WE aso—, evairgyi „4 1217ff,, NEVA Th 115 SN 0 RO 10 50 -It 0 Ld CONSULTANTS WET No. FWOJECT: CORI414S SFIEL7 16 of 161 RECORD RAW NO. S TR —895 WS PROJECT I (83092 CONSUL AMS SHEET No. TNI PROTECT: COR14)48 KOCK 403 F'L7vou7K 0 0 cum IWO" 1,111 g(ic� R,3x.R N 8'41'18' E ({� 00(155) Ii u'. TnWB /////////////////////////////// Ln Wnal Z x 0 OE! (0+te to 01 W Z x 0 MUER a 00 0 0 -0 00•m N Z W N U ¢ O W O N W 0 Q N SHEET 17 o 1 61 RECORD DRAWING N0. STR-895 PED PROJECT / 013092 MATCHLINE STA. 20+50 0 20 00 60 BRIM " 5 CONSULTANI.5 SHEET N. MI MOUE!: COR14148 6 -R.- 555 —40 RE SHEET 1 8 of 161 RECORO 994W55 NO. STR-895 = PROJECT / 513092 0 CN SUILONG/PANNO AREA Eu/AA0 VAULT AsoopvisrON MAP A • Vip.t.a.rt! SPOIA HOSPITAL r/VrArr 45; 2CULL'Al 3./EOPTU.V626_42 4.. so V) 'M STORM LL, ss A 300102L01 A24/ A421 Ai A510 [4' 1.02S 2LIPO • -,7-7TEKTE- \Pi %''",.,'1,%15% '4E;,')Igi°P pii \ \ 11 I V `.j;, , ; \_ \. ; \ 650 Ankeg_ olin712161_,000 1.051 PLART.S0 g)) —MTSEEOMP 0..„_4100 01/..4„.PAP .527a VETT/ /4 A EASEUNEA .1s..22T - - uRo'L —u g I Ss,/ AT, FACE ITHIAC,, 1,0 L SPAN ROSPA,/ eitit4Pkva 0 0) 01 0) 01 01 01 01 0 20 40 SO um ft= 5 CORSULTARRS SHEET No. FM PROJECT: CORI4148 1 9 5 5. 14' 01.0145)7 845 411111 g 46 -0- k SHEET 1 9 0 161 RECORD CROW 00. STP— 895 arr PROJECT i 5(4092 0 MA TCHLINE STA. 25 wl 1111 II(r) TL30 71 MOS YAW 6.5651.1 4 ) FL= .9g 38.IOT 135,L5 FIEV.35.99 AFFASSiiirr 3E,,c,ar V33 -114V-7—.06 — —ucv— — L Zfiel MERV) FL•31.7 PONT fl ,NO N 38.035W SINITNTI SEVIEh :2) Z:373:8g room ' .\\ 01.11LOIN6 MOORE CITY PROJCCRIC1209} °cmOR.10 iuggWUISFRFR (UNDER coNsmIlCnOnl 10. 50 OTHERS) /fifild 44441'4' 12- 4 5020 5 CONSULTANT'S 50001 00. 000 PRCUEC, 0001414.9 z a 0 CC 00 0 V) CL + 0 y-) 0, Z V) SHEET21._) of 161 RECORD DRAW NO. STR-895 0110 011000511 E13092 CCNSUET Cr:Y ORI41 No. 1180! PROIECIXlR1414R Yx® S ❑ � /�lis , WC ®uH 25 X00 ''"@N oa I »r P E. 3=1 x Il°acu) EIM vAw I. r. r.A .0"ea APV' 5577 ZP 6urtsa ug. 0 Nx r ` '`. y r -a NICHOES WO N.S. Suite ISOM CITY of CORPUS CHRISTI d�l,^��� TEXAS r Wim- t3+eiTC, � Deportment of Engineering Services 0 w- FIIMMIII 19+00 AMS 8711887' 2...0 4123t9 STRAW — _ r\ co wwr Iz OOLONG � /'r.- nA z.r6z.ir 23.02Rr MORT CONTROL RAN! N0. 2 - 5/00' IRON ROO 33' 0400 OF THE NTERSECT. OE 200 M. 4' = 2011000 AVERS M. ,00 me PN114PY COMM POM N0. 3 - 5/8' IRON 500 AR' UM OF INE WER0 00 4 OF 54,101 IF Sr e - 20 FEM AVERS ST. 080444/ CONTROL RANT All. 1 - 5/8' IRON ROO SY SOUTH OF ME NIERSECIRAN OE AVERS Sr R 0• = 20 0000 OCEAN 045 MI ?3 ° 6 - ma w:o »r Ys� I rbpa,.,r— --- + 13. .O2w w. OLn O.PEW.r *RD —_ 13t00 - _ 4Y7BBs cues_ SOFWN 0+00 5+0 ,41eP�� copeM, GUTTER 8+00 e° 9+0 ~ "" Q~ AMS 92!61' GUT. � _ ' Y I I Rw el s AYO99T�T �..:. + I CON cum amcw4vR 7 72059 CW O 00 srA 13 07(80.010000 AYERS STREET , STAPLES TO OCEAN (BOND 2014) PROJECT CONTROL POINTS 6 _—®_ a1ROFJ _POINT Y° SrA .r.340663 zJl62(]s. sRr) °CO CR aveWAr PFIN2RY COOSOL POINT 450 1 - 5/8' ICOM R00 93' REST OF !NE INTERSECTION OE 5M Sr S I' • 20 FEE! A M grit.r mNEWev 08 . CPRi804 RAM 00. 5 - 3/0' NON ROD 22' SaLMKSI OF THE INTENSE,. PE 5M Sr .' = 20 FEET AVERS M. P800010ONOiIX PCLYII NO 6 - 5/e' NOR ROO AT 757 NTERSECT. 00 2M 50. a METS M. ' IO PEM FGUY WIRE Jwrnw r,FNp —.— STOMAWATER WWcao EEl[E )ELEM.& MANHOLE T WN,ANHL•E ONxO�E yp(W PQ ,S5 YI �PSEiO1 �T @F9®"© SAWN, CHRMOPHER R.GARZA 5, SKIMMER mmoLELEPHONE PEOEMN. 6564 WQ T yaFES5R0,i��/ )1//611'ems 'SURVE .t _ fl�o��J/fi� MCI TRAFFIC sm. aox 'CT LIGHT POLE MAHHOLE i 31 ETPOWER CONTROL Pas /2MANHOLE EL:35.6 SHEET 21 °I• 161 RECORD DRAM 800. STR-895 "Cl� POLE xTMi»+al%«°EFw""oseV:6w°R":66`.P=»°aaaar�oC00A°rr°o°NF°mss" PAPPC NAP vow' DES. PURPOSES PIA,E UNIT OF BULW0 F+ -o. ,..,m ""' ..,n<..na,..,,n PR14I81- coma PONT NO. r - 5/S' Kw 000 206' NORM OF RE NTER5ECOOv OF AVERS ST. 0P- = 20 FEET 2044 sl. an*0,70/E13092 OW /8 800 BOOIYBTBO7 8 - 5/8. M. 800 SOMMff51 Of ONE I41CAS80R0.4 Of 510 5i. @ I. = 20 TEST MINING NRI CORIAtl1 RWI NO 9 - 5/8" 009 ROO 228' NORTH 08 ME M'IERSECI4N Of AVERS SO.. 8'. 20 fifl A 1. COORDINATES s w miS0,i. ONE i 205) AND SURVEY CPS R6uo TO cCarr OF COR `SZ. THIS TOPECRAP.11C ZAP V. PREMED FOR DESIGN PURPOSES ONLY.Z. NE MIT or AlEASuRE sunvor nom 0 20 40 BUILSErg r. 450110.4!'5 500EI N RROKC9: 00010945 a mo_ SHEET 22 of 1 6 1 RECORD ORA INC No. 0] COT 090000i / E13092 STR-895 — ��( • i'I \`II frg Es -@ 5`— 6 ,g s- 7 z 11 q01 S 0/JIHJLUNT'S WET Na R!I MW,ECT: C01114145II _ �. ,�I� m �~ p/ \ ♦® "Y 9 4' 441„ . — - n6j d 3Y ai1 II �, \ 'SIA `ar•�� = m $ All ` = i j lI sc '� AYERS ST. 1 ` I in ill al ;II Li" — + —AYERS ST.— y_ _ _,p ,o• _ - -.Si ew ® ' yy RAOP r � ,NIP `-1Illhiii:!! I I - curron er. CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services =[ 0 IIIIIII I RIM — WATERLINE U. r !i!!L___OP IE PQ WATER VALVE � •11 M IIj 1I- I ARE HYDRANT EXISTING WATERLINE BASEMAP ' ""1ER°"` 150' 300' SCALE: 1"=150' \( o % 404* per„ it Q°. qq1 YW. 2 % x .., ? AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) EXISTING WATERLINE AND WASTEWATER BASEMAP a` %///4 - e x"E�l_— sMAYERS ST. ,' ly• y• %-Lori —AYARS_ST. , I out 1— ( • I p 41�%h b .61/CP �Mhy- "-__L O\O ®HI NH �� i�1AA'-C 7,, / '" allillit —�_� MP gs i•i n �.y—i agryJ, Md M ^a 6 i_ 11.111'W 4 Wy svcP sys - � _i^ >CRNMRa —_ • .ig' ���=�AiFµ QW g Q on 0 onn �fye U NEON �, �i MH svCc O I rrrrr—r r r r .wm 23 a 161 RECORD GRIM ro. STR-895 —t° WASTEWATER MAIN • PROP. 9As�ATER MANNOEe WASTEWATER BASEMAP tl96: O OEXISTING 0 150' 300' WRoTEgWo OW MIMI / E13092 SCALE: 1"=150' or Aen' casucnpx AttNmEiPROP Ew„E Dote, Dec 15, 0I6 - Lleepla.1 r.. A.IE`,•0•03oNCV-A.-RN-nnuToswR sole. sec Is, 2x16 - ',Pam Uw. b, m. NAInmraemazNE - i �.• i I - m5= go 001191LINIfS SxfEi 1!u fRl P�JECi: COR14143 A, e ` B' I NIMMIIII ' § m i Is t tm im m'522 1 r - I AYERS ST. am„ +s APRIERRE.,..,'�RIC�� 1141i+ii{�YERS3.�� ESE rI•NIICHOLS Phons73-7(361, 561-6500 Fax - (360 561-6501 NM 0 t IMME.din® ®icenilil ,f for III •••nnI /MIInnn ,;•n, " q3 __�, r_ mom .�..� ioi-11111111111111 �,s. •., �, im`�/ 1111111111 = � " d:_ _ c . i=1111111111111111111111111 � or CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services j.gi1111111 x',111111111111111 lnllnnln STORY — m� a� ma a w Wal STOW WAIV1 w�LE IATL2�. STORM WATER BASEMAP OEXISTING 0 50' 300' SCALE =150' mi=ii/1,?F AYER99T.��.` `� „ 111111% AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) EXISTING STORM WATER AND GASLINE BASEMAP -AYERS ST. gip. VMS -4 \ q L , = � 1n11111�D _____0, 11111ln — a - u 11 1111111 11111111111111111n IIII __= X11 I _ nso -� /i■II�■OM u■u■u■ii■■■uuui Sill ii•iiI � Sx¢r24 W 161 Rtt'Clm WNW NO. STR-895 O EXISTING BASEMAP • E. =BD 50. 3E 0 150 300' — — .2 plV RNAIECi (EI309] SCALE: 1'=150 OF MN CONSTRUCTION Acmms sole. sec Is, 2x16 - ',Pam Uw. b, m. NAInmraemazNE AMS) NOTFS. (FM. Ai WATFR INFETS 2 CON wIRACZar.LNATED WATER VETER 70 PROPERTY LIRE AS PER 4. REFER 70 S.EIS 32 - 34 FOR WATERLHE LATERAL MOMS. S. REFER TO SI.EETS 36 - 39 FOR OW WATERLINE STANDARD DUALS. V=IrWr2flirErd tl-MTIEVIErN=01EXPIED WIN 1.0. -LOO JONI RESTRAINT OR APPROVED EOUA, 7 REFER TO SHEETS - .16 FOR WASTEWATER NAN AND PROFRES. 0. REFER 70 SHEET 46 FOR WASTEWATER LATERALS PROCILES;„ I MEN. MRCP]. PI WATFR SHFFTN1 E31M3=23 KKOKOSED Duna IRON PFE 0. `6S 0+1,0 (31M) E REFER TO DETAL I STA 1444.01 L7) 1,-1r 71E -IN CORRECT. TE12,VC WA RUN 1.1,‹Bri'gr ml°•,;.1m1P.z wrzoE 2100 - 165112, pp.11 EILLEccE 3 =mum FiEssio. _ 1*63.32 .(:`.5 73 5 ROM. LIHE 31* 224(41 WATERLINE PLAN 0 26. AO' 0 4. B. SCALE: 1..20' SCALE: r=4 HORIZONTAL SGLE VERTGL SCALE I L 04 w z 8 1 E 151 RIG, 0.111 217.52. 501 pc 12' 7 0.P - 27.00 0 0+00 1+00 2 +00 'ir112/'171' ME '2720 44 A. 36 32 / 24 20 16 3+00 1 h CO LI 1.14 19.1 PROEM CORI 4148 w LI, <0 swer 25 al 161 RiTORD MOW NO. STR -895 Maar I"°°2 NAN Eva IN 2016 - 9.1,1en 1.012E1 Him NNNNONAtingssVv-AT-PV-vTINVNANA 0 MUci 4.0r ow REVISED l, PUT OF ex\ AVERS SMEET PARNEDSIIP LTO 1010 AVERS Si. • IPxOP. z.. w.smwrtR w xxEc1101 / PLAI OF DLO. 703 OF MIMED PUT OF 40.0016.S0i364.403i 8014 US GOVEITAENAT 1P13SSL 0 CI TO o �Ra.R. LIxE W—_o '— 3es 2 6+00 iay 0444,-- OO 0m —0m——0m— Q --F 00 v) ISSO AmorAaw �x.an.w�e''• 34 (fix R0 .-� :,ER wz VALVE e0x , 4 I4T BENDS DEL . BLOCm.x BE &V' nn .,.o• xn �-P.K .LssE°.a':°mP"z) T�P.I90ox 0.) x01 .Rua0I0x tRICx0 MAD WATERLINE PLAN SCALE' 1X20 S HORIZONTAL SCALE VERTICAL SCALE 601E: HAROLD arIANION 033 AYERS ST. U 32 PROP. 12. ONO PVC 111.1161.116 24 16 3+00 4+00 �..�.�.. J.`• 6 16 5+00 6+00 7+00 7+50 COREA,. Wj Vie. Wu! E� 0 O 2 0 p N 00J + r wN W 0;5 ft zaln CC g <-O /< azo ao 5n r- 0_ N U O SHEET 26 a 161 RECORD MAW Atl. STR-895 'Ci / E13092 Dec IS. 2016 - ',Han ileac j 14,1FNE•rsminasSEV-AT-PP-WTR(0 Ort 5) z 48 B.36.32 (-e0.0 La) 41.0. COACtOX PISS 0. PC 8+00 9 00 002 BAY 2-12'w/ WEVALVES maw !PROP re B w4Si PEER g :. 5E° AYER99T gnI mocrc 0.00 Si It, , 4i, oq— raw lassimayAk MP= 05 w/EAU smrn VALVE X COVER BENDS D. ( 4 52 5 0 TV ON OR 01S AYERrST. V . urF I -I] aY BFNo2q 4 WATERLINE PLAN 0 20' 40' 0 SCALE: 1"=Z0' 6CALE: HORIZONTAL SCALE SCALE VERTICAL SCALE 1111111111111r is B1 ♦ + BENDS d w te5.i 111 4MiExI.wE � r.EBuxE ,wc B°° B1B 1� "OA.�1BLs1°5,. REFER 70 %EFT 4 FOR WATER.E GENERAL NOM. PROP. 18,CP I C000 NI 0.11111011: cx ax" " c" uxE (io rewun) 10011000 _y. ..:::%0::45 tz wwps't HOPE 36 12E ..00.5 1505 32 16 $m 7+50 8+00 9+00 10+00 11+00 12+00 12+50 sa 1 0 O ,n O + m W N 00 CC Z 0 < 1-Q :10-N N Lal0 w 0 0 4h aa~ }Qcp �'Z0 Q Q 0 G n - 00 d 0 0) 0 0 640(7 27 of 161 05(050054550658 STR-895 CITY PROJECT / E13092 N z - 1uv 13+00 — ++001va� a vxov. st• a.cv._ AYERS'S]: 0 �PAoa. BASEL pi[ IwnP. v avh is+00 0, m 10+ Z' BLOCK 19 oc ul WATERLINE PLAN 2a' 40' 0 6CAl HORIZONTAL SCALE VERTICAL SCALE 00011 LEF7 111.0.14 32 28 !PROP. 1: MO ra w. F 1 16 RR TO 19. RAT y ,;r3rr r... ATTL vuc wArta x[1� 6 12+50 13+00 4+00 5+00 6+00 32 6 6 50 COIBJLwn's sxm xo. EEO PROEM C0R1a148 4k_ 5h z QZ O O + Wco cdO za In W O « 0 zt cN N s`a SHEET 28 or 161 Rfca+0 mwwwc Na STR-895 C++ PROIECI / E13092 H1 1 ,� 1 v%rc 1 Ch1 J wz. TaREzua.-1 STA 18,25.28 05j Rn NATmLxe REvow A1008337 T� ROTATSWI 1-5. TE -131 CONG30TWN PV,G *ALE WATERLINE PLAN 0 20' a' 0 SCAL SCA. HORIZONTAL SCALE VERTICAL SCALE 0 00 z 0 2 16 d� tE AP, 32 00 EAST 10. ATAT REM( TO SHEET 9 (OR WATERLNE GENERAL 5015, E%IST. z cuuxE- •EXIST 9. WATERLINE .881 :. 108,1. DUCT ENNA aFJ.aTO BE WED- o East PROP. 12.89X. PVC WATERLINE -20 GTILN Or C 00 NE ffNTERED OVER vz 36 32 28 16+50 17+00 18+00 19+00 20+00 20+50 i► CONSILLNHT'S SHEET No. EW PROJECT: C0R1414 i Wj uo. M1MC WEA! 11 ififi O z CO W • w N ce cg as 0 z 0 SH[! 29 01 161 REMO ORNING 1.0. STR-895 012 PRWECT / 013094 . - +14.. a ..2J 80.. NSP\ c...... cV-AT-PP-VTR<ouacR 0 ATI 0 01,31.704 21 (-1A-T• spie o• o.MliksWPAI •v '1" 1 iimr.16=7 4 l= :ci32C1 22.187.62 (100 I-67 CATE VALVE IV/ MN COVER I r Aolr'14 107001. SLOCR A RESUBONISIdN 440 00 =14:glom« MANTA! STA 25,10.63 1-22.0 L7) SMNN 110221121. TO ENST. SI AC. MATERINE 2.2" 00102 14.1 SPORN HOSINTAA saw - A, • , - I STA 2E650.92 (-12.1. LC 2-0 ES. ems 01. M) ro i . 2.• 7 €16A AdlEtZNAW, US MINAVINEMMILIValltI, - ' In S"'IMEIIIISMEKW-MEIEVEllida. • tv ' ,pRo . RCP, V:Nlier 4i < ,, - 1,00= .1-2M1S — l, 41=1•In — 20.- r, 1,1 L, . I 4 EV 12076/20) . ' iiimliiir . , . . , . ° + , . , . 40•11WASaiMigPlailif ,. , - . _ ............a-- — A 22•02.31 (-22.0 1.5 AEC T1E-IN CONNECTION "'orlfirE Z 7421'6;2'TV (150,0* IA27 GATE 1218/ 7 800 t.N.00,5 2 W/ BOP MCP 0/000200108 Pisa " PER. 10/ 002 co. 20712110.21.3. LIO 1701.2111.61___ (208 50 70 COST. 0 CI ,4•2101112r54t SP0101 HOSPITAL L'r WATERLINE PLAN 20. 400 8 SCALE: I-20 HORIZONTAL SGLE SCALE: 1-4 VERTICAL SGLE 71\ .g1\ E1101.11 \ STA 22.117.02 (12.0. 0/000 200000 \V- CHRISM. N HEALTH 13. WATERLINE TO BE REMOVED ORM. ,r0200PVC WATERLINE A IM1111111•111111111M 011 20 PROP. IS' RCP 1L, 0 .0 EXIST. IS" WASTEWATER TO REN0.114 8 6-88 g MOIL REFER 70 SHEET 4 FOR WATERLINE Cf.,. NOTES. IS' RCP Row El<IST. Viand. lr TAP, 3100 10 00 0 r'000001\ 084•0800&0108080&2& 1 - ratr e :EFS) 3200 al 36 al OM= g t.2 LF;Fri'l .0! 45 20 g 5 16 200-50 214-00 22+00 23+00 24+00 25+00 25+50 uomrs 55801 0* Pb PROJECT- COR 14148 (f) 00 14 0 0 0 0500-1 30 a 161 RECORD ORAM NO. STR —895 on maw E13092 CNN: Dec NI. 2016 - AHANA user: L, NIA NAHSOroAlnpsLAV-AT-zz-viaoo.e. 0 N t EILOCI n \\\ \ dn[YP.s wreRu� \1\ ..� r 9 .R9 r9 RSR �:>• §:. lid 1�� \`\\ \\) MAI i J����.��roRnR ay 6 0 --- Myr ja. �--.. — i� — 28+00 RLI e7.6 19+00 I»u�R.IRL ro 9 10 .Z� -`, „A.EM,NE -e TIE -014:40.. 9? WATERLINE PLAN C1fY P9OJE19 /E1209 OCFA" 7'0'..121°: 00R. -FROM UNDER CONSTRUCTION SLTO. OIBMNA BY OTHERS) i 1 0 20' 90' o SCALE: 1 "-20 SCALE: l'-4' HORIZONTAL SCALE VERTICAL SCALE m 0 3 16 25+50 26+00 EXIST 4' WATER.. IX' TOP, 2B10 t9 REMAIN " tl01E: REFER TO SHEET 4 F. WATERLNK 0111.1 NOTES. P. 10. WASTEWATER 12 PROP RV RCP LIN 16 27+00 28+00 29+00 30+00 1 CO ULT SIEET 01: *0114148 s4 0 Z 0 m W W N o N W W a O 0 0 0 0 SHED' 31 w 161 RECM0 99696lm. STR-895 007 6800101 / E13092 Dote, De 201 RI.. 1.1\6\9ry 9 V-AY-PP-VTRCO*4 9 �3sIS. 2016 - 292219.1 Q12: 119.1,066169294CV-27-1-917-272(01/9142 38 36 28 22 20 5. BEND Ang R[P� i.0 MST 32 WASTEW LINE -LI OP 6 20252 29 s lis e2) LV S) WATERLINE LATERAL — STA. 4+22.34 (LEFT) 28 24 22 20 40 38 36 JO 10 Aft;r2aNS.32::: '20$ 22 Erin e• RvO eews (RD /am) 36 28 26 22 O WATERLINE LATERAL — STA. 17+14.71 (RIGHT) •'z9 �m 38 38 35 1St 8 PO 111=11=1111152::f2:2 1 28 26 24 22 20 42 BOOS. EXIST BE PROP. 39-W OF -vRcw. �3'W rtE )w6 tl" ClK'W1K 26 24 22 20 WATERLINE LATERAL — STA. 8+10.89 (LEFT) rcm. 40 36 3 28 26 t0' 20• 24 sCALE: roto• HORIZONTAL SCPLE 22 SC4lE: rmY vERncAL scAlc (,:)/EXIST. 114 VIAIERLINE 077Q BE PROVED EXIST. 1.2. 8127 TO RE19611.1 uNEiiAP.- ]xuicviui[rs RELOCATED TJ P. RELOCATED BY 38 36 30 28 26 22 OWATERLINE LATERAL — STA. 17+84.55 (LEFT) 12 CONSULTANT'S SHEET R> al PROJECT: C0R14148 WATERLINE LATERALS (01) 500(3 32 a/ 161 wan MOM NO. STR-895 CRY 35000, / 513092 z4 -S 38 38 38 31 32 I1. 30 30 PoaP. ,x xx ,n Dian 38 38 36 36 34 34 32 32 28 28 26 26 I e 24 24 22 22 OWATERLINE LATERAL - STA. 18+43.25 (RIGHT) 38 38 10' 20' HORIZONTAL SCALE VERTICAL SCALE HO - Wcf 36 00153. CASUNE 30 70 OPBE ` R. 40 b PROP. le PRATIPO) 28 t\.. 28 26 ...... II II 28 xsr ,o- "".71 24 24 __. $ • 5.' BDP , __. _. 39 22 22 WATERLINES LATERAL - STA. 21+04.91 (LEFT) 36 30 28 24 22 36 36 34 34 32 32 30 30 28 28 28 26 24 24 22 22 i 38 36 36 34 34 32 32 30 30 28 28 26 26 2- Aipt fi. RENPDV aIDE EDD�D NE 7.=1153 36 28 26 24 22 22 - 22 OWATERLINLATERAL - STA. 21+57.79 (RIGHT WATERLINE LATERAL - STA. 21+66.66 (LEFT) OWATERLINE LATERAL - STA. 24+15.57 (RIGHT) ' zP vw CONSULTANTS SKEET No. �I PROJECT: COR 14148 .R Tx aP.S ri 4 WATERLINE LATERALS (02) SI EET 33 a 161 RECORD 4841840 AU. STR-895 COY MOT)/ 813092 Eita Dec IS. P016 - 9.1000 lea 38 38 38 36 30 28 TO PREP. l9 w.srurA,ER umE cNm"co EwATEa LINE 36 34 34 36 MI ®I1 ❖: 2 32 ® _ ......... 32 30 28 28 26 26 22 24 28 26 26 Zrig 24 24 22 22 o WATERLINLATERAL — STA. 24+50.92 (LEFT) 36 36 32 44. 32 30 30 28 g 28 26 26 I 24 22 20 22 20 2T4 WATERLINE LATERAL — STA. 27+18.93 (LEFT 0 10' 20' SCAT HORIZONTAL SCALE 0 sRILL VERTICAL SCALE 22 WATERLINE LATERAL — STA. 24+95.75 S1) AND STA. 25+17.05 (SIMILAR) (LEFT) 6 si a CU141L1u1Y6 9EEI Na 811 PROEM C0R14148 a 0 0 W • I- 6.1 U) 0 W 3 W 0 z 6 0 WATERLINE LATERALS (03) 33Fn 34 m 161 RECOVO ORM NO. STR-895 010 PROXCE 1E13092 ft; WATER DISTRIBUTIONSYSTPM GENERAL NOTES WARAT/ON OF WATER AND WASTEWATER LINES UNPAVEDAREAS j PAVED AREAS s pRopos. ws. OISTRuvo. 5.. SHALL BE RM ED IN ACCORDA. YAM EL, W CORPUS I. THE SEPARATION OF WATER AND WASTEWATER LINES AND ME MATERIAL USED SHALL BE IN CHRIST) WATER DVS. DSTMBUTKW SYSTEM STANDARDS THE RULES & REWIATKKS FOR PUBLIC WATER SYSTEMS. OF TEED AND stoma mATEL. FROM 2. FOR OPERATION AT ANY RN. BUT TEG WAFTER MEWLS . _sus _ OFFICIAL ESE RESULTS ACCEPTANCE OF THE SYSTEM WELL BE UNN COMPLETION OF THE PROJECT AND SATISFACTORY WHENEVECENTERER WATER OV£R IEE ER IBES CROSS. ONE ION TOµ OF C900 PVC REQUIREMENTS ASTEOE NEED BYLI HE sro. M t 1 RSEEOC TR �m �^ABOVE . ME SOSTMC SYSTEM SHALL RETAIN IN SERVICE ONm THE PROPOSED SYSTEM IS PUT RTO SERVICE. ME CONTACTOR SHALL PROTECT THE EYSTNG SYSTEM UNTIL R IS TAKEN OUT OF SERVICE DHE CONTRACTOR SHALL FURNISH ALL MATERIAL, LABOR AND EOUIPM£NT REQUIRED TO RSTN.L THE PROPOSED SYSTEM. SI.TING ) SHALL BE DONE Br THE SVG ME NEW WATER LINE AND PERFORMING TESTS KILL BE FURNISHED TO THE CONTRACTOR BY THE CITY CORNS CHRISTI THROE. A STANDARD ALER DIVISION. WATER FOR GTIE CO.TRUCTION MEIER COME.. STANDARD WATER CONSTRUCTION METER AND GAUGE WILL BE SUPPLED BY THE CITER. ALL WATER`DISC.. RACTORMUST BERDEC DECHAPPLLORINATED £iNFE. aACCORD THE min TEED NIMES REfA/U IONS THE CONraACTOY S.L. RECOVER AND STOCK -PILE AT A LOGDION DESIGNATED BY DIE NATER OMSK. INSPECTOR, ALL PRE HMRANTS VALVES, AND P.N. RAE ARE TAKEN OUT OF SERVICE . MESE MAIERALS MAY BE SALVAGED BY THE Cm . HOWEVER, ALL VMS NOT GRANA. BY THE CITY PRMR TO ME NAL INSPECTOR SHALL BE DISPOSED OF BY ME' CONTRACTOR. 7 THE CONTRACTOR STALL BEAR ALL LOST ASSOC1TEB WITH RATLINE REPNRS OM. RESULT FROM CAUSED BY ME CONTRACTOR) UPON COMPLETION OF PROTECTS. ALL WATER LINES SHALL BE EPEE OF ALL PATCHES AND SPLICES. 5 ALL PHYSIVE OF THE PROPOSED SMIES1 INTO IV EMS. WATERLINE SHALL BE RECONNECTED AND MCONTRACTOR MATERIALS AND ALL £OUTPMENT THAT S REQUIRED TO MAKE NE-A5.C WATER DIVISION CWILL L MAKE WI ON CITY MNHS ARRANGED THROUGH WAR DIVISION INSPECTOR (71 HOUR NOTP 07(0 .TOM ALL ENISTI. SERVICE COPP... CONTRACTOR. INCLUDING C.TMG XST.. WATER METEONTO ME RS. WATERLINE SIVE V THE CONTRACTORS SOLE RESPONSIVE. TO NOW AND COORDINATE W. THE WATER DIMS. (NO SEPARATE 5) RECONNECTIONS / DELAYS.RELOCATIONS IN ADVANCE OF CONSTRUCTION TO MOD l0. LaNOR LENGTH OF DWmE IRON PIPE A...LT TO PM. MAY BE REOWRED AS DRECED BY THE NSW DAVI. LTV MP. AS VRECTEINSPECTOR ANO SHALLE P. AT ME UM? EVD BASED ON CLOVER. E.OUNIER. IN HE FOR T CONTRACTOR V. WATERLINE A MNOR LENGTH IS DUPER ASA SINGLE LOCATION REWIRING THE USE OF TIM JOINTS OR LESS MINOR ADJUSTMENTS IN niE LD.TIONS OF F.PILS, VALVES, PRE HYDRANTS, ETC CAN BE ANTICIPATED. TIM CONT.. SIWLL MAKE SAID MINOR ADJUSTMENTS AS VRECTED BY TV MONIER ND/OR WATER DIMON INSPECTOR AT NO INCREASE OF COMPACT PRE. WATER DIVISION NHL BE NOTIFIED PRIOR TO G CHANCES. 11. ALL NIPPLES BETWEEN FININGS AND VAL. ALG. ADI. SHALL BE TRACTILE IRON. TS ALL OUCm0 IRON PINES VALVES AND FITTINGS SHALL BE WRAPPED MTH (1) THICKNESSES OF B MIL. WITH 'ME64W DECHAN.L JOINT RESTRAINT OR ENGINEER POLYETHYLENE EQUAL or ALL FRTINU'5 CONCRETE THRUST BLOC. SHALL BE PACED BEHIND ALL FIFILN. EXCEPT WHERE LOCKING OR SWIVEL FIMNGS ARE 1119.0 UAIL.S OTHERKSE SPECIPED BY THE WATER lA. VI OFFSETS ARE M BE 0.11LE IRON PIPE ASSEMBLIES LOCKED TO THEIN BY RETAINER CURDS. DMCRL£ IR. BENDS SPILL ON Umlz£O FOR ANY CHANGES IN ALMA ENT OR GRADE. 15.IF A WATER UNE IS TO BE ABANDONED, THE CONTRACTOR WILL T0L WITH C. LOW STRENGTH LATERAL boom.- BRAND OR ENGINEER APPROVED EQUAL. VALKS KRL BE0 REMOVED OR auto AS REWIRED BY WATER DIVISION INSPECTOR. M. CONTRACTOR SHALL COORDINATE WITH DOER OMSION INSPECTOR AND NOT. ALL AFFECTED CUSTOMERS 1" HOURS PRIOR TO KILL. W EXISTING WAR SYSTEM. I1. NATER DISTRIBUTION SYSTEM srorrouros CALL FOR MAXIMAL 48. COVER ON N.S. WHEN DEPTHS EXCEED 48' COVER TO AVOAD THE USES OF BENDS COULD BE la CONTRACTOR VOLE KEEP ALL EXIST. ES ACCESSIBLE DURING ALL PH.M. OF CONST.CTION TB. SHALL BE INSTALLED SO TMT PRE IOENVICADros N MARV REQUIRED.E LOGIN W ME TOP OF THE PPE ALL SERVICE LINES UNDER PAVEMENT SHALL BE ONE INC., INSIDE DIAMETER. M17.1,11. SPECIAL NOTES ENGINEER CONTACT THE LPG. DEPARTMENT FOR WATER HVAULT DESIGN COORDINATION. 7&76 CONTRACTOR NAY BE Tc0 INSTALL comm g— BY ME WATER mWSW INSPECTOR saaNTs of DUCTILE. PON XIcIZILWATERLINE WEB EurIER PAvE0 SONO. SASE ESTE.. SOIEGOSN NOTE 7 01l70UNE WAYLIN/NEM/N/M!/MCOWER AL WREWENTS Mal TO SGLE Mal 7 ALL MAINS IN ME SMELT SHALL HAVE A MINIMUM OF Se" OF COVER AND BE 11" MINIMUM BELOW SUBCRAOE AT ALL POINTS AND HAVE VALVE CLEARANCES IN ACCORDANCE MITI THE VALVE aroma 1. ALL TRANSMISSION mows 02" GAME ER & OBOE) IN THE sr0EEr HAVE 48" OF COVER AT ALL PONIS .1 ALLSa S NOT AT THEPOISTREETSHALL HAVE A MTNLMMM OF T TAW (4. MEWED O /02 TYP. PIPE TENCN/NG BEDDING AND BACKFILL FOR WATERLINE NM To SwF NOTE (CONCRETE 51VEM7NT ONIY1 GENERAL NOTES FOR BACRTILL MCKIM VAT. &FINING ANO INITIAL BACKE.1 (BELOW PONE r0 tz PiPEI FINAL BACKED (GREATER 7x411 Iz. ABOVE PWQ UNPAVED AREAS PAVED AREAS 4.111. UNEG WA.ruiNK�s, f. raLlIONS vortJEZzoto ,930g1=EP MSS USE sP GP _ r •"(O.v M'0 MMSS - 1001c PPM. V. MJ - N. T1P10 n'MAX. DR .. D°NRSE AGDRED.E, DOM RBL Ph BRIDE z x satrou TO TO "M cm. w. TO TO T TO MAL OR BETTER VP gmga (ED''sSTos IKM. .,,,Lf D aE PUCEO M, sorra? Of BE SO. MI TAST ET L Rut SHut u[ET THE PI B. RD CLOMPS > V PA waucr nsx ossa sOR IF .uLscr nw .( RAW ELMEMON DOLS TRE xMcu_rn x"R ovcw c a MR .9 BELOw BOTTOm OF RaoRJeasc To wlmu a''"aRsr. s Aiwve"RcLY�.i ""s m "ar TILE F PO 'Too 1200 (OR AS PER O.vON ENV. 888025/4010(4/24707000884'0 CONSULTANT'S SKEET NA 1 MEM CORIAIAB 91E7 35 of 161 RECORD CRAM NO. STR-895 CRY PROJECT ( E13S02 ods Dec 15, 2016 - va+e. ue+.WU OW. u‘1,0llour velnrtc STD VENTER.. Non. I. APRIANO LESS MIT MY AWNING MORE OM 20 L TO DIE PREF FIRE HYDRANT ASSEMBLY DETAIL (TYPE 1)NDT 51,1, AIM ppoNwo No, Repo 00. p.p. 'pow, oppLowor woo, goop RAE HYDRANT ASSEMBLY DETAIL ITYPC2) WATER LINE BERM CURB NOT TO SCALE OLMILOGE K 0.11.5 LW MPH OWLET. EIRE MINT MHO! L I BY J. TETE ITTOPOTO Er BLOCK. HEARST RPM 501. AS SHOWN ALL HYDRANTS ROLL Pc ERTNREN .121900 5. RIAZELLHEIZEIFOLL,NO01. IMAM OTHITIMPE NOTED 0 NOT PE SET CLOSER THAN p • TO PRIM= SY MINIFACITIREN EY ENSIONDETAIL NOT TO SGLE VALVE BOX DETAIL PAVEMENT NOT TO SCALE (EVENT / Saw I/0"roe nova - z. ve• VALVE BOX DETAIL O NATURAL GROUND NOT TO SCALE ALL VALVES SHALL 50 HOUSED PERIOVED WIPE BONES PICXNOTICN FIRE HYDRANT ASSEMBLY DETAIL (TYPE 21 NOT TO SCALE L/D SETAE NOT 19 SCALE CONSULTANT'S SIEEJ NSU EN PROJECT: C01116148 SHEET 36 o( 161 REMO CRUM RC STR-895 on PROJECT / E13092 Y- a IVS(2ATOR SPACING DETAIL NOT TO SCUE CASINO SPACERS TAMED BY APPROVED FOWL a GM. SPACERS FOR PIPE INSTAMIN CASINO SNAM. STEEL fuRooRTS AND MM. POUNITLENE ROAMERS sztrotiw mg 7= anras MU MUM W.F.. MITER TAP AND SIMILE. 17#REE TO SIX/TATER CONNECTIONS NOT TO SGLE 0 BY CI s7.171.'74 VERN OAE(i7.+mrRELIEF iml DETAIL A" TEST RISER ASSEM8LYCONNECT/ON TO PRTZT ZA,7700,ERON RSV. PoSOION PACERS SHOP. ENSURE Pill" RIE GAMER PIPE IS ADECOATMY SUPPORTED PIROUCHOUT MS LENOIR AND CARRIER PIPE OR TYPE OF SPACER USED MOT ON EACH SID 0,2 E. BELL OR !LANGE ARO ONE CENTER CM THE SRI OMR la TO LO.TI,j014...AMPITS —ems NEM comar `rvc�onrc "uAe ,L.° TYPICAL VALVEINSTALLAT/ON ATINTE4SECnaVS NOT TO SCALE MECHANICAL VOW RESINAINT DEUCE IlECAM, AS RM.. BY PLANS AND SPECS.. OR EWE. APPROVED EPA, ARO CONCRETE P.M BLOCK. AS DEMCMILD BY MAID, DOMANI INSPECTOR • ALL BENDS TO BE MEM JONI OMB WATERLINE ADJUSTMENT DETAIL NOT TO SGLE AVM SEE PP UNDER 1 Ross SEM OROS OF GA. W. MANNFACTURED nvo .4, soma IV WORMS APPROML 1 ASSOMMY AND GP DETAIL W TEST RISER AASSEMBLY NOT TO SGLE MN.. MMTALLED BY CONTRACTOR SECURE MIN APPROPIRATE SME AIL-RIREADS RODS AT SO. EROS OE curia CPSINC skin BE STEEL. TYPICAL CASINO DETA L NOT TO SGLE gaff: comma. X. REMOVE MEW ASSMORY BRASS rcs AFTER SAMPLE xs"s DETAIL 'Y" TPaNOT TO SCALE S TRISERASSEMBLY AVO INSTALLED BY CONMACTOR 8 a CONSUINOS SKIT No. 1FAP ECF. CORM,. SHEET 37 of 161 Rrca2] ORAKAC HO. STR-895 CRY maw I Wm SERVICE I7777 SIDEIVALK NOT TO SCA, SERVICE B7771007 SIDEWALK NOT TO SGLE SERVICE WITH SIDEWALK 7TE0 70 CURB NOT 10 SGLE rL METER BOX SMALL B PLACED I. BENNO PROPER, ME AND unurx SASSIER,' WILL BE REWIRED B. MERE MORE MAN OF S.11.1( FOPROPER, Ems"MEER BON SWILL BE PLACED BENNO PLACEMENT A SEW. LIRE IN REDISIDEWALT PPOPERIY LINE CURB MO CURER TYPICAL CW-OESAC SERVICE NOT TO SCALE Inieusx BLOCK SNAIL BE PISEII.LED ZDESIG.TED BY WATER INVISEW APAPOVE0 EWA, BE I. SOPS POLVETNYLEIE MOINE OR TY. le 12 BRASS NIPPLE y rl . USED BY CONTRACTOR FOR PRE-SET TAP LO.IYW .V SLEDINSIM x¢aLL 'W' RL cmc carte now BRASS'7Y"DETA/L MARKERLOCA7VON IAV -DOWN CURB PRESET SERVICE LINE MARKER BETA/LS SERV/CELINE MATERIALS GERwcF agieS FOR 3/4WED ..FOR a .y ix R.) raps Fae s Mews .v. ma. reEAO .w w cmmrceuv ALL COF_PoFAMIN GTOPG ��[uW �'�ImR 5� Ar All sERJsx ueR. COMPRESSOR OUTLET o"oiN TO LL,M, - EMES REwaLn 3/.•. r. r ra•. ANGLE METER STOP REVVED AI ALL METMS - SIMS COPPER COMPRESSOR R/ .ETTer rMEER C.R.L HUI MUSS omRMSF - SO METER /RV OMFRR) MFTFR AOAPTFR ANF CNFCK :GV VF TRY OTMFRGJ - Y SIZES .... r- - INSTALL /. .rmvEss MEC. MEM. - E. Pus i01. Lew MVO rmOL NOT INLET BY.ya'• LMJE LP. DORS.. AND DV FOR 1. NO Niar nux a LOT .ALL BE SOWED PER LEO. TYPICAL CON/EC770NDETAIL NOT TO SCA. TYPICAL COIIIIECTIONDETAIL NOT TO SCAL£ ALMPTF0 COUPLING ler OTHERS) METER BOX usr www % Nor ma BPreeLa max. ay Der cuax.crro.� LIP)//ERIN .aTr NO armauLL BELLia_araBraS B.SS ',macs SNAIL COMPLY W. A.W.A. .00-66 AND BE WRAPPED IN POLYETHYLENE DO Nor aucr eau. IN fR.F NOSE OUTLETS BOLL4RD DETAIL NOT TO SCA. mo= CORSOLrmrs SHEET .BR PROJECT: C0R1A10.6 0 z 0 SWEET 38 01 161 NEM O.&HRIC A0. STR-895 / E13092 Dote. Dec IS. 201E - AM. ern varTx.ap MIL ZOPOSED MLR UNDER ME WATERLINE. TYP. PIPE CROSSING DETAIL SCAM KU. MIS AMIN 5101.1. HOT BE PAI3 FOR SEPARkTE °NMoiom iw—zopor,roL 0 TYP. PIPE CROSSING DETAIL i§e PROP. WASTEWATER LINE CONNECTION 0 TO EXISTING PIPE DETAIL RIOR 1.1.471-0 TYPICAL SECTION SHOWING MANHOLE IN ADJUSTED POSITION AND USE OF INTERIOR MANHOLE PLATFORMS .SULLINYS MEET No. MELT CON 16168 MISCELLANEOUS UTILITIES DETAILS sW39 of 161 !MAD 0.&NIND IA STR-895 pry maw E130H] etc Dec 15 's_ n�d Dai �So SERVICE CONNECTION NOTE: a1,(T7:D4<'Aao;FE4 0dHO,11.1•41� SERVICE SLIME LINES D N a PVCSe.0 Osru A12378 87.7 0+00 ADOTVE ALTERNATE (TYPE rl (45 SR.) EVER 1D 44154 2/71 4.02,10. f1PIr&1 ALI WACTEWATER 2802920) - --.1$ MST. WASTEWATER DNES Z 0umorveo a RDEO w/1Tc5 }mfr PROP. WABEWATER LINES ////4 .T5T. WBSTTDSTER ro BF ...TUE.. W.T. c.l.v.v. p PROP. 4 WASTESSIER SERVICE cormErnore ADDITIVE ALTERNATE 82 PIPS BURST COM 21. NOP 7.70:kaURE wC - ADDITIVE 231 L.F. uOF wTMTE. VCIT AI 8 ▪ 45E BID t (wCONNECT TO EXIST 63 Urn DR„DICa. C1.5= Ln BASE BID STA 2+955 OW Ln. 'LORNE YAMS ADDITIVE ALTERNATE AND STA D:�,Rs (a9 an CONSTRUCT MN Et .10 1 (1q C • lase 44.22.44(1.1228 4.'(N) f.20.51 DL 121 )00 9.14.4, BASE BID LINE E A8t (25.3.T) c81E BLOCK 21 BASE BID et U5.4' n) PLACE MO FILLED wn. WASTEWATER PLAN rzLEArai La. 0 20' 40' 0 SCALE: LSCA SCALE: 1 CAL HORIZONTAL SCALE VEROCAL SCALE 4 36 =.:—lmvu Wc1Rw8OER P En51 TOP NST. STEWATER SENYTCES. EMEND. AND CONNECT 70 PROPOS UrrregTA`E WELL 11 tz. e0.°'r"'S OErea z a 1zi zlE i T or 32 REFER TO SNEE75 47 7DPIT 51 FOR CITY 1151.3759ATER SISSOPRO DUALS. REEED TO SHEETS 25 THRU 31 FOR TESTUTLOIS RAN AND PROFILES. REFER TO SNEER 32 BIRD 36 FOR WATERLWE LATENT. PROFESS. FIE R11RAT N0520. sTOR TO PROTECT 11,11SIING FAC11311f5 DORM PrE/14114 NSRN FOR .17E, C1 slWu BE GREY NOPE. NO SLACK PPEWILL BE 1PIPE FOR PIPE 611ALSBNO TO sCON7F1NTO,L R. 70 CLEAN AND TIMVAGF 08-11 TO PIPE BURSTING FOR x At/ANr44R CS owr�mPmaw TELEVISING. 2 16 0+00 1.15....E .............................................................. �rnB.:8R1r R.o.w. : ..........:..................................:..... .. LER Raw. ... :......................... ...........:.......... rRa. 1r Rs.._.........................Dar. AT.T ra Dxw MOM 1r =Bug 4 6 2 28 24 20 16 2+00 3+00 ▪ �o-moag 0 O 0 m w J M ce W N O a ))7 S o � MZ Z } Q W Z 00 a . Q O sHeu40 N 161 =OW BK16NG AO. STR-895 Dry 8100501 / E13092 Z S 0 E au 'ADDITIVELT EAAERNATE A3 u REPNR (S.T)BAY TERMS ADO.N ADDITIVE ALTERNATE R1 EXIST. SC YCPERAS 0 35 LF. EC, OCT OF / / ADDMVE ALTERNATE B3\ ROP. RBERIXASS 1.6101.2 5i n'wa (e6.3. Ln 2e(S)(S C le.uu ADDITIVE ALTERNATE AS SCR 26 (ASM 02261) B ABE BID • 3.62. E wET REPEAT LOTS X 2. 18. 19.120 IN BLOCK 703 OF RENSED PUT Of 501 703. 603. VOL PG. 15 20 M510.2 CMS SA m% ADDITIVE ALTERNATE $3 PIPE BURS, 12" (CCP) ICP W/ PRESSURE PIPE WAS,ERATER EIRE / /J 11WM'%//moi\ +r 2_ -E ARLwE 080 18 550 POP. 17 w�,IR1 ivE(PIPE MST EXIST VCP 1RIIRTNOTTS REFER TO SHEET • FOR wnsrzLm R im CENRAL ES PIPE 1. CONTRACTOR TO PROTECT EXISTING FACILTIIIS 2. PIPV4LITESTIOLL BE `N NOP. N94v WILL PIPE RIR PIPE BURSTING TO RE -II (PRESSURE ISO). CONTRACTOR TO 5. DURING PIPE BURSTING. APPRCWAL CLEAN AND CONTRACTOR ISS RESPONRVICE SIBLE IDEH L„RS. Gpm wd. Dec IS. 2016 46 ADDITIVE ALTERNATE 42 BLOCK 20 ADDITIVE ALTERNATE B3 R'M 1T 5r. AIN AND CONSTRUCT �cP 16TIM 5, FIBERGUSS MANHOLE 124..2;4216' zi(sn { . I6.6I PROP. SATO [ -Inco WASTEWATER PLAN 0 20' 40' 0 S SCALE: I- SCALE: HOR120MP1-20' SGLE VERTICAL I SCALE CCL ROCK 20 SrP 4 PROP. 8. WATERL SSP G! 722' 2 PIX. ;2220210X WASTEWATER LINE /1 e�6vcP 16 -„S MiE AL RNATEa 2 4.3.• (I.a RIO OLE 4- IS.,21 �pwPIC RCP FTIVRILLYPARATE BURST COST. sNaPPPRESSUEPol Vc 24 20 6 3+00 4+00 5+00 6+00 7+00 SNEE 41 of 161 RL0A1 MING AO. STR-895 PROEC1IE1S092 ADDITIVEALTERNATER9 rrP w LNEP s o ERIRST /2) • 1J ADDITIVE ALTERNATE E3 _ [c Ona ° isMR MD COMM= 0 LASS 14411.1011eaa ArDS D. PA.BLO05y ADDITIVE ALTERNATE R3 p� 00357 Vcp w/ (wuRs 1) Lme PROP. 10132) FLO. LI n+00 12+00—,Os ZRI 414 ADDITIVE ALTERNAT IRE P • MUM 02 R Yu5rcRA1m IiNERA Hmm. MW DPE/w Hw r PROTECT Ds,u�c ereunnOPES c xO e PIPE BURSTING TO b1 R-,, (PRESSURE CLASS 100). °R WRING PIPE WRUNG, CONTRACTOR PS RESFICHSIBLE '=.17,0`,..1=12.061=-1'="2"0 =2313°3 48 APID,Z ORMA 015 Ali V45f. I 1b ADDITIVE ALTERNATEPAUEMERT 239 ((45 SVm DPA 7733 ,) REFER n1 WASTEWATER PLAN 0' 40 0 SCA HORIZONTAL SCALE VERTICAL SCALE ADDITIVE ALTERNATE 07 w/ 15)� b (01.1 ADDITIVE ALTERNATE R3 /b PISF. UM 8'a (OR SS MANNHOLE' 34.51 (Do URD 15) TIC`. 31u 3L- 2523T bx 6152) C - 18'56 P . 3 - 20;98, 48 Li 48 44 18 88' 7450 x7: ALTERNATEIn sTA 8'0 (,.r RT) WATERLINE- Zg0MOPP) EX 12. CIPP 8+00 310 30 ,w003a33 X01+1331 Lme ,.w w/ PRP. 9+00 LI1/4 ALTMAnD STA ase (1.4' RD PROP. 5, PIBERS,SS WPC. c�-1e.ea 10+00 Io - 15 h Lox /5 /5 STA e (1n' RT) 8 0.52 AG4� uuxDP STA RAm0+ 8'R (115.0 PROP. 5, REOROLASS +00 28 24 20 COIEULTAN1'S SHEET 25 COR14143 00 W• W 0 81 0 81 ra a0 0 a'_ 91M 42 3) 161 < RECDPO RRMMC Ip. STR-895 PROJECT /E13092 a WASTEWATER PLAN wl. 04, PE. os a' SCALE: 1"=20 HORIZONTAL SCALE VERTICAL SCALE 15 VCR 16 9:131g n /IE n m.e C- 22.0936.85 _ oo Acuzi'wnxole ••o ee•nEo ~ fi'OOP '''~ anar. ,o wc� IFS n0onlo wo ruEo 2/ woo* o 6 28 6 16+50 17+00 18+00 19+00 20+00 20+50 NOTE: I, REFER 70 StIFEI 0 FOR WASIEVIPIER GENERAL NO LL SIEEI Rn COR14146 Z O s2Er 43 .1161 - MOW 20. STR-895 or PROJECT 1E13092 N00,40 10. 00I0 - oeloo INANE File 0 g11-5r..„LEETATE0 TO Roma! 17.4,2.i4.13 (402 rn PR0P.101)o.2.9,15 = et - r7.721 -%(274 - 29.17 IVO) C.. 20.17 40 OF EX. Mr VCR WASTEWATER UNE TO BE REMABILITAIR) MORI OPP R.4 EEAST. 10,CP WASTEWAT R LZEI ;PLLg TIRTIM 4 GE L. NOTES WTWA'SKIVATE5R'LINE sss ("Ts s-ss4Ai 'EV Or - gat 0-2241) RE V IL R OW. LINE RESUBOPARRIN MASI,,OF VOL s. po, ItATER BE REIMER-ITATED W/ MERCURE LINER IA0 SPOPN HOSPITAL woo IRMO • COVER trarir ITaL2Z.V.S (24.2. LT) WOO E moo MET E - 29 BB cig11111 "WM, 'Wffilex—ssemaimpamiseemotzmcsem=ommirir MISESIVAMilir 6,=========.1=11111 moutz2mironwr- RVIZACISI. 1441 MO CONSTRUCT REr"'E PROP. 101TO 29.41 Pio2LZ;(' MIA, PERE, INVESTMENTS, LID B., owERcLAss mAN.LE STA 21.2210 0.4. FEIT 3.5.7B PROP. IOW - 29.27 =Ir... rTM TR; SIPHIT HOSPITAL iI0 REMO. EMST. ROL AND CONSTRUCT PROP. 4'0 FIBERGLASS MANHOLE L°' s`vIt E m.os .0, .10 3o.00 WASTEWATER PLAN 0 20' 40' 0 4' IV HORIZONTAL SCALE VERTICAL SCALE EIZEI C100 NWT% 1. REFER TO SKEET 4 FOR WASTEMBER OENER4 NOTES. =10 (LS'AgOONSTROCT NEM PIT EIBIEROJSS MANHOLE 61'24.1' 2372g (7‘ ") 1 OLE 738+3.002073 2 r'''•.P -.MN IRE ST. WASTEWATER RDA. 35.92 6- 20.17 "TE'RUE SCR 23 (ARM 0-2221) CBRISTOS N HEW, 1. SIIPEgg,TE=11 LOBO. GOVERNED . SPECIFICATION rGOI Braf" 'r0.172 g PrS 74,,,,t'LL AHD APPROVAL OE DIE REQUIRED BRASS pulIBEIR.11,'AN FORM KORB io 32 COAR.NCELIENT OF ANT PLOWING, DIVERSON. OR BYPASS PUMPING. 2. .277300P00.4 -J.2=.1.55. IF 5722370. 334 BE GOVERNED BY SPEC.GRON (4.9. RI) 5 :EPZEgFICATION 700204 +7]4]2..2,2. CIPP WALL THICKNESS 9233 47 EA 2+45 PROP. le RCP (T) -EXIST LEFF 0 IR EXIST 2 CARBINE RE'" ri-VE:1 REMOVER BPI WASTEWATER UNE TSBF 30730232 (no,/ 252332 0+2247) 6 mTINE.TY0 BEI REMOVE EXIST MANHOLE r2zr PR2P 1O- RCP n'E'REB'A:LtriElr;17C1r74"' ZT-24;° PROP. WATERUNE PROP. S. WATERITN,Ex:si. ATV 36 PROP. 0. WEAL. TITI; ;:..— ZPie_45(:5111 0-2241) 3000432+071 g671°"T" 16 20+50 21+00 22+00 23+00 24+00 25+00 25+50 A Z Lc) cc, (ol 0 L., 02:3 < c> >- < Z 0 0_74 7371 o SHEET 44 +1 161 RECORO MUM IN. STR-895 LITY Mani I E130132 1, BON - ESOP., sIA ),,,A,ADAsov-AT-.-vvNINIAN Woof B 55 SE 055 "" :e (25.6' LT) u_IOTJO O - ss.ss 51 TO ese9 Rs on 50 XLS o. e5/ —2R+00 II TO SHEET 4 EOR WASTEWATER GENERAL NOTES. mums: 1. 274,,IVERNLS AND METHODS GOVERNED BY SPECIFICATION SECTION • RCP MUER cwswwnONI .29+00 IlkII SUESSTIAL AND APPROVAL OF MOLPIRED EnPASS2"141.111141110 PLAN FORS. PRIOR TO COMMENCEMENT Of MY PLUMING. ORIERSION. OR BYPASS PIMPING. ANS POI )fi k RoStIVZTION SECTION 0E7614-4.3. CIPP WALL liACEBESS MUST 00 1 \R \N/ ANA moo. O WWIE511 PROP. 44 i 44 0 3 32 28 2 4 6 12 f- 76.76 PRO IS C «( 2' Ln `44s: PTV TO Rn0M17111 MOVED 16- 40 6 32 2 24 Lis -ase 20 28 ,mR0--2281x 0.08 01. 16 12 0+00 1+00 1+40 0 PROFILE AT STA. 4+34.34 0 20' 40' 0 4' 8' SCALE: 1.-20SCALE: 1'-4 HORIZONTAL SCALE VERTICAL SCALE 0+00 1+00 PROFILE AT STA. 21+22.26 8' SCAL HORIZONTAL SCALE SCALE: 1' VERTICAL SCALE 25 So= 2 w.suLTmrs 1NECT No. PROJECT: CORM. a 0 N Z • O m LoN v~ o En 5 < Q 0 0 a O WASTEWATER LATERALS SHE EE 46 01 161 MOR0 0.WMP10 N. STR-895 Ory PROJECT ( 613002 - PROWDE . 30' OPENING RING I NEW FIBERGLASS MANHOLE CONSTRUCTION: ` ASH ESERER OF DE 52rma. ( ) a' COSCYGNFS SILT N0. 0<0 PROJECT[ORIAIAB aW ' �j_ .. M jy •• .f4 F9 . �. f'. W, �"»Z.9' ,~ "1'� �.U/./F"J 0 - I(W..T.,pyyi YINHIBlrwc 1. iNE CONTRACTOR SHAW. OIE INE SITE OT THE WORN AND EXAMINE LOW. COMM. TO DE ENCOUNTERED. COIL.V+ ro BE 1/M" IMPROVEMENTS TO SE PROTECTED. 0 TRAITS AND FEES REWIRED.700847 AND OTHER 0201 00 NECESSARY TO ASSURE TOP tom , pH, pyyy. .77411/4•• w}FACE CONTRACTOR UNDERSTANDS THE PROJECT MOROIHMLY ANDS FULLY AWARE OF ALL CONDITIONS AMO CONSrtlNNTS WHEN MAY BE ENCOUNTERED DURING THE CERSE OF CONSTRUCT.. HAP. RINGS F HEIGHT ...MEM NO Aw'D�. OF THROAT OPEAVNG SEE DETAIL LOWER LEFT OF MS SHE 80000 P5, CONCRETE (PROW. RM. REINFORCEMENT 3-14 BARS) \y NOTE WHEN CONCRETE MYTH IXODIDS 12' MIR 1 fA REBVA' WILL BE REWIRED. 2. THE CONTR.., SHALL BE RESPONSIBLE FOR ACQUIRING ANY NECESSARY TIFF-SNE LOCATIONS FOR =RAGE ALL EDwPMEJT AND MOM. REQUIRED FOR THE CON STRDCT. CF THE PROJECT. _ ��_ ' (,2' Mtll.) NOTA ANY soas/WArER TAME MFORLNDw! WCWOED IN DIE PLM. AND/OR SPECIFIC.0NS Is FOR REFERENCE ONLY. I�E THE mammon 4W1. 4 RESPONSIBLE FUR PERFOItuING ANT NWE.51MA1KOL AND/OR RESEARCH NECESSARY TO 0ENTRY J. EOM. CDVDIRONS 1051 WAY 800A00 OF INFLUENCE PROPOSED CONSTRUCTION I M. PRIOR TO BEGINNING WORN CONTRACTOR TO PERFORM PRECO SIRUCRON 4 EXCAVATION MIR TO ANY CONSTR... TO VERIFY THE LOCATION ENrEPoNC n MWNpIE MORE MAN u' 10 70? 0OF1ABOVE THE E ABOVE : (BEMUST E NOTES a MORE ^ N 24.CIMAV. 10) CORBEL NDA ANY BE PRE-CAS( T ^. �9 _ OF EOS'II0 CONDOMS441004 OF UNDERGROUND MUSES / SUBSTRUCTURES MIO IMMEON040 ADYSE CITY ENGINEER OF COMLICIS I S S CONTRACT. SHALL CONDUCT ExCAVATION AND BACKFILL DPFRATONS IN SUCH A NANA. AS TO CAUSE NO DAMAGE TO 0EXISMD Im; NOR IMPACT DIET FON THE PUBLIC WNW AFD AFTER CONSTRUCTION. LOB a MUST BE SUMMED TO DE AI) 3.4.40.70. 4100 44 MUM COMMON OTHER AS ON THE amp. AWL BE BROUwir TO THE AT1ERION 0P THE ENGINEER. - .. - IN NOM TENT ALL 4LucE TO ulunMs SHALL BE RECONSTRUCTED srRucRn ro THE SATISFACTION OF THE nro"il AIL 11",.-•,.�;,.I CNN , ...r.-_; ..3v-v.;.:;:.,`>.:;�.;• �DwNc°wRe¢ AFit arc ow ENGINEER AT CONTRACTOR'S EXPENSE j1 FME WORN SIM INST BE MECHANICALLY OR BENCH ? ANT ?00440087 S PRIOR TO ANY MANNKK£ IX40OR OPENING OF MANHOLE COVERS IN THE ROADWAY PROPER BAPoLGOAIC AND BE REROUIWG SIGNS SHALL BE P.C.PIATO DIVER THE IRMEIG AND PEDESTRIANS IN ACCORDANCE WITH AIWRUVED TPMFIC CONTROL PLANS FAIL EXCAVATION 7. ML CUTS THROUGH DOSING ASPHALT AND/OR CONCRETE PAVING AWL DE S w Cur UNLESS ,MESSED MCAT95EXNLL OR FYMM 1, y:. SAL �E W'L AHE ENCINFII'. _ 11 _IIIA � , 7 PER UFT ROCTOR DENSITY roe✓ LVFITTINCS tM NflDWLBE PVC SCHEOUIE W 10 POB FOR SEWER LATS EWERIIG MNAm THTHE IWERT SOUL. BE U-SHAPED CONCRETE GRUTro A NINA. DEPMOONIIS ro BE N0. 4 REIAR X ^: .: OF PIPE o.o. ME °DMUS BE ro PREEN( SOLD DEPOSIT. (SLOPE 1T/FOOT) ,2 OW. o A CROP moat-coon AWL DE PROVIDED FOR SEWER LINES ESTEEM THE AMMO. NO.r AV,%( � 'CE ] CLEM y...51111111.11.110C MORE THAN 26' INCHES ABOVE THE MANHOLE INVERT. .A.1 f0•' p ^ - 8 e 4 ,@M •,-.„-a MANHOLE CITY OF INSTALLATION giCORPUS CHRISTI TEXAS SANITARY SEWER z..= WASTEWATER STANDARD DETAILS DEPARTMENT t os 5 Deportment of Engineering Services 15 4mHOLE MILL PENETRATIONS FOR PIPE ABOVE THE FLOWUNE OF ME WNW. SHALL BE CORED AND SEALED WITH A WASTEWATER DEPARTMENT APPROVED SELL GASKET WATER STOP ASSEMBLY. FORM ALL COVERETE FOUNDATION HWM. 1 Lp� ryit r 11. PIPE LAVED HONG AND TRW ME MANHOLE FLO.. MUST HAVE AN APPROVED WW DEPT. SEM GASKET MEP AVP ASSEMBLY. Dp A w GRADE (oto ro,wwusr ALLOWED) - MANHOLE sou. BE CORE DRILLED. CRURIED mWZIA WINO- SANITARY FIBERGLASS MANHOLE WITH DROP CONNECTION DETAIL ANO PROVIDE All EXPOSED CONCRETE/GROUT sw6 YS own NaWroLES (INCLUDING MANHOLE INVER!). Slwi 80 SEALED 'DIN 2 COTS OF so Ins SURFACE TYDATFXo 12 JEFFUMT ]2602000 OR APPROVED EDWL COMPACT TOP 08 OF.410? DE tI MAL BA0R 2 AROUND ALL MANHOLES SOW. BE 087. 00TH FAR FOOT FIOWABI.E FALL (ISE 'DIM.' 020070) (too PA W MLM comm... To 4= PROCTOR STREW.I O 28 4Y5) ANO FIWL MCMFFL TO BE CANFM SrAALIIED SAND (Asn BAC.. - 7.5 sm. POMUND CEMENT/C.Y. Cr SAND). 14. AW0E55 STEEL (SS) INFLOW 04740ORS ROLL DE PROM. FOR ALL MAm71E5. NOSNRE CONTENT 15. TESTING OF RIE NEW MANHOLE SHALL BE PER CRY STANGRD SPECIFT.ARINS iB NO • 00C HS 8 71. CUTS ALLOWED. ALL OPENINGS MUST BE CORED. FOR 15' AND TAMER. OPENING. ALL RING PENETRATIONS MUST BE PRECISELY CUT AS DIRECTED BY OIE ENOWEER. SET q CONN Oji NOT TO SfaLE N ITEMS NOT SHOWN. FOLLOW All REQUIREMENTS ABOVE FOR WE WITH DROARYP CONNECTION NN EASSOMAm10LDETAIL, AEOwRED ANO 4050 OWNED Ow00 . ANLL E0 MOUE OF MONOUTI50 FSERGY3SS MTH 0.50' MNOMUN WALL MODES • , MA5INEM NEWS �HM0NHO004 la BA040401/P30000141 80000415-SEE TRENCH 40(8741 AND MVEAderf REPAIR DETAILS (SHEET 5 OF 5). 1 ALL MANHOLE RMS. COVERS AND IPPIM}ENW= AWL BE OEM.EO ro MEET MSNIV-M-JOD TRAFFIC SHALL 0. BE RE700200 FROM MANHOLE FOR b FM0S MAR PLACEMENT OF CIX WETf COLLAR SEE AOT. 3 of 5. FAc1"N �� JqM ALSO PROVIDE SUFFICMNT CLEAR OPEWG TO ACC0AIM00. A SD' MN W. IEENLTWP3 13 S. 20. C 805410TOR ROLL ADHERE TO ALL TCE4 REGULATIONS PER 30 TAC CHAPTER 217 AND TEXAS RALL0CA0 COMMON REQUIREMENTS FOR RGVATDNS FFOR OL. ALL 41405- 11-I� 2 ,. R).N WEIWEL-INRW. AND FINAL BACKFILL. FOLLOW THE SAME REOVIRENEFIS PR THE NANAf01E INS! 1'NNV SHOWN ON ]m5 AEE( OR PER RE OE51GN DRAINERS 8=4000904170 INML FIII TOIXCAT_5751- 22 GROUND WAiR TESTING FOR WELL PBM OPERATIONS. AHE COHIRICWR IS RESPONSIBLE FOR TESTING GROUNDWATER PER ANE CONIRI00 DOCUMENTS. II LL �-_ lII_ ANiED 871541 PIPE ON{I�vIN M.) 11.011101E DM.COVER MEMNON'u"M01innuL E. REwIREM4rs IE. ' I ]• - nan,x °) M 8r 'LI Y-.,ealr✓./Aw®IN frt.Au V uu�_� `I.I,�� �OPENWroBE MT I:-�fI_ �� 16. '°A D ,NL :..B ,EaN..rZEIM L. a CONCRETE lit. sEDRw' 111INIZOSIMMEMME ] 00"41 �'-_.-_ FA DO m"'USEEI. AVGilDn"w''' ASA . COMPNT IOP M FUSHEO SmNb IOlmr ___ �WIR I.S IN II. I\ -1I �_.:, , irm ,F7217 /•� 801 �f' Ar AEN _ ri � ^ j % � j�j� FOLIKDROUNDWATER _ WHETHER .1 IS C mR w' MOISTUREFR moms ASTAI eTO 95X n o N wmP Wv aE srA1mARD MwNOI.F D EXCAVATOR COMEIVTWAN FIBERGLASS BOTTOM AWL BE DEMONS, TO WITHSTAND WORM/MC HEAD PRESSURE WHEN MANHOLE IS COMPLETELY EMPTY. WRIMATER TO GRACE. EDD W000SLUMBEL SHALL NOT EPERMI TED. MATERWB. FIBERGLASS ENCAPSULATED SHALL NOT BE PERMITTED. 'I — ' mrare va © '• c.nrr.0 „An INVA Ets�x.: FIBERGLASS MANHOLE WITH MIN. 30" TOP OPENING SANITARYP/DERGLASS MANHOLE WR - -m' "�" �^� FIBERGLASS WATERTIGHT BOTTOM WITH FIBERGLASS NNW Jf S/4- OPENING TVP. SEWER S7V/-0/TDETAIL PIPE SEAL DETAIL BENCH/INVERT ARM FITTING mai 807 w 161 °°° 11° . STR-895 an PROJECT IEt]OB2 wfNND/EaorASANITARY NNr To sr " 1— NOT TO SCALE ROADWAY MANHOLE RING & COVER NOTES CONSOLINR'S SHEET NIT. .7010211012 /5210742 ~ EO! (W, ! +,w 11C0 _F Th i 100873 O ((y`�))�h�EN�� *- i t SHOW GREY -IRON GLSIMG1 010700 AT FIT PROPERLY, THE RINGS OF OTHER CASTING DETAILS AND THE COMPS APPLY NON -SEMS GRAPHITE OR APPROVED EQUAL AROUND ALL MANHOLE ANGLES W1114SHIRR AND PERFECT ARISES OU 011402 MONGS SHALL FR THE RINGS OF THIS SHEETS MNG ! COYER, PRIOR TO OSTAL(ATION. 10. AASHNO-M-J06 ((ATTEST REVIEW) PROOF LOAD TESMG b REWIRED AND SHALL BE CONDUCTED 2. CASTING SHALL BE TRUE 0 PATTERN. FORE AND DIMENSIONS ). MINIMUM 05 ITS2210 OF FINISHED CASTINGS : IN 7/g 025000ACCORDANCE. ALTRI 0355SECTION ].0 /5 760 LBS) AND INSPECTED IN ACCORDANCE FREE FROM CRAWS. SPONGINESS AND BLOWHOLES 2'ro" MNG AND COVER 3'-O" NM AND 'OVER C 30' OPEN. RMG ANO COVER BSM scorch 9.1.1. RESULTS OF INE /EST SOUL BE SUBMITTED TO ME C?/ MACHRIE SURFACES TO FILO FIT WINCH WYLL NOT RATTLE A COVER - TM LBS B INNER COVER - 160 FBS MCP - l5 LBS PRIOR TO RETALIATION. J. RSM /ASSN. WPC LOAD, AND ACCEPT STAINLESS STEEL (SS) INFLO/ LYC - TM LBS OUTER LOVER - 232 LBS FRAHE/M - T2s IBS II. THE INFLOW MINIM MUST COMPLY WITH CITY STANDARD SPECMGNON SECTION 027205 RH6ITOR SO THAT I&ER LID IS FLUSH WITH OUTER IG. FRAME/RING - 285 LBS 4 'RAMC SOUL BE RESTRICTED FROM MN. FOR 48 HAMS & *ENVER SANITARY SLYER MANHOLES ARE SUR ECT TO INUNDATION BY FIBERGA55 MANHOLESTAINLESS STEEL S A. INFLOW TORS. INHIBITOR TETHER IS %,6• BRAIDED DIA.l: AFlER PLACEMENT OF CONCRETE. STORM WATER AND E SAWN R ME PUNS ASA OV MHHS TTACHED TO nic INHIBITOR WITH A /He FRSTAOM ESSSTEERMT AND /' 5. HBP.E. MANHOLE HEW ADJUSTMENT RINGS WALL W DESIGNED TO SUPPORT NE ME BACKUP WASHER. ME 110 THE MD AND EYE ARGASS MAICTORED FROM STHE HOP MANTEEL ARMHOLE G SIE A SHALL HAVE 6 A GASKET AND RE FOR RIE SEMEN IS Btt1E0 ID THE LIP O" THE FIBERGLASS MANHOO NOT TO THE HOPE MANHOLE [MING RIME GASKET MANHOLE COVERS ARE MEWS OF FOR MORE RAN mac AMUSEMENT RIGS 2D STANCE PATTERNS WILL BE PROVIDED ED. I THE MANUFACRROG FACTURES FOR ALL PROWLED 6. OMEN GUSTO PATTERNS fOY MNG A COVERS AMY BE E SUBMITTED A FDR THE MANHOLES R ALL BE STCE. ALTERNATE MEANS OF V IN ALL EPA A PROVIDED SH TLE PLUG OV1DED M COVER IS THE SAME AS ME BOTS SOUL BE SINN AS OLIDSTEEI/2 INCH ESV pAIDI A EDMLY DARDS. CAS IN SEM&IE STALL MEET DR D FROM SHALL BE. SPACED. 112£0 (ESTI /ANNUM A SOAP STANDARD COYER WITH A PICK UB BIR 2 AW RIALS.PR IDE COMF7 AND OBRA SAFETY STANDARDS. CASTINGS SHALL BE MANUFACTURED FROM RECYClID SAWN ON ])RS SHAH AND PR16 I DRIER CASINGS THIS COMPLETELY NCFABLE LE, 1001 COVERS OF MLS SILT WILL 5/ALL BE USED. RIE CASKET STALL BE 1/0" IFA5R NEOPRENE MHB0S5 04000/0. 700000 CERNCAROV. 7 is 20.9 o 054' (1) O4 VENT NOTE' (2) r 7/2- 100520 PIORHOES ..,.Th15,) MANHOLE RING & COVER INHIBITOR COMMENTS LACHRE EDGE OAFRC B O1 - 0" EAST JORDAN IRON WORKS INC. I168 PRODUCT NO. 6'80.5] EQUAL AWED COVER FOR INHIBITOR •STANDARD. SPECNGAIGN •Aro Bots ASSEMBLY 4 • x e oi _ 1 t / LETTER/MG ��� _%//'_ • 5P" °R ��, BOTTOM VIEW RFLOW PROTECIOT RING & COVER DETAIL FOR MAINTENANCE ON EXISTING 4' DIA. MANHOLE INSTALLATION COVER PLAN VIEW O0 6 L`M'"'NF0) , OF COVER (03500 000-2515 A536) R NEER NE C4S/( I-31 %Ie• DIA� 11/2• 31 T/e• DM / • MTB•RA IES• D4� &S. INFLOW INHIBITOR DENOTES 304 STAINLESS STEE COVER SECTION VIEW • SEE NOTE 11 THIS SHEET RING AND COVER DETAILS FOR 30" OPENING FOR 4' AND 5' MANHOLES SANITARY SEWER STANDARD DETAILS 2 OF 5 2,/4- 3/74 64 '/8" 1.-----32 I 1 I� TRAFFIC CONTROL - ALL UTILITY WORK �J° 1. THE PROVIDE AND MAINTAIN ALL TRAMS CONTROL DEVISE °" 1 I / / COURSE CONSTRUCTION PER TRAM CONTROLP.N. % \.._ ' '/ JI� 2. EQUIPMENT AND MARERMIS SHALL NOT BE STORED ON 038141 RM,HT-OF-WAY FOR OF CONSTRUCTIERIAL ON. BY MEME PUBLIC .J I4=1- � / 43700 Eo CITYE.r PIACEEExOrOOAL:aK -OF-WAY STALL BE ADEQUATELY BARRICADED AS REWIRED FOR 3J /' O4 .64 DIRECTION OF TRAVEL ANCE OFALLSIGNS 5SIGNS TRAFFIC 3.CONTROL LT200 04 40 3/4. P14 CLOSED PICIO/OLEDETAIL 0 OR Or ANY OR SHALL BE BROUGHT TO THE IMMEDIATE AIM.. OF THE ENGINEER COMRMTOR OUTER SECTION FRAME (RING OF OF F 51" MaNRT6wcE kw ME DOES NOT P�MPIiY REP.CE Ana. e.sr Rax -, A NOTE, MACHINE THIS SURFACE. r - 1 A. THE CONTRACTOR SHALL PROVIDE ALL-WEATHER ACCESS TO ALL RESIDENTS AND BUSTL55E AT ALL TARS DURING CONSTRUCTION. THE CONTRACTOR SOUL PROVIDE MANHOLE RING & COVER INHIBITOR TEMPORARY DRIVEWAYS AND/OR ROADS WITH APPROVED MM. MFMHG WET WEATHER. 5. ALL SIGNS AND BARRICADES USED SHALL BE FER£C10MIFD AND SOUL BE - 4. oh 5 - DT INC PRODUCT JORDAN /18140 II FR OR APPROVED EQUAL (ILL COVER FOR S.S. INFLOW ) •PER CRY SKGFlC41HHl EQUIPPED WITH RAINING WAVNRG L.GMS AS MAUIRED BY IWFFTC LOMROL PLN. STREET 48 D( 1 61 REMO DRAM NO. . STR-895 CRY DRDECT I E13W3 RING & COVER WITH 30" OPENING FOR4 AND 5'DIA. MANHOLE INSTALLATION NOT m SONE Iron.6GNE 30" MANHOLE RING & COVER COLLAR DETAIL EZ FORM BOLLARD DETAIL NOT IV SCALE FOR BOLORD L00111014 SEE RAN • PROFILE . I. 525 OP APP:VIL EIMAL OCPOSEG CONCRETE SURFACES FILLET ARE. PROTECTION FOR FIBERGLASS MANHOLE IN UNPAVED AREAS ( CULTIVATED/SPECIAL ) NOS 10 SCXE ()5s10 BOYS 5/8.-11 x ()Saxm1A0 W Ox• y'ca evs WWI =TON ALI. MMUS OF INE MT SNAIL BE SLIBMITTE0 NOME AMY PAM IP INVALLAWON 2 INNER PREPROE COMM SFE WORRY 418ER ^ ea a� erlcOS) OUTER COVER BACK RING TOP NEW COVER FACE I' LOWERING RECESSED FLUIVI rl/' 9 %B'001 COVER SECTION 37 /'OR PROTECTION FOR FIBERGLASS MANHOLE IN UNPAVED AREAS ( RESIDENTIALNOT 10 SOME STANDING 3005 PM M.SC. COLUR REINFORCEMENT lax.. 4' Ma 3 I/B' R 1h' NA rY Is AA A Ir eN COVE? SECTION INNER COVER BACK 111 21 3/4' ON 4- " NOTE: MACHINE RES SURFACE=V 5.S. INFLOW M9a&TOR - SEE NOTE 11 ON STN£( INNER COVER TOP RUC SECTION % I/O.1 PACK SLOT DETAIL DETAIL 1 s/4" 3%0" DIA. ROADWAY MANHOLE RING & COVER DETAIL (650-36) a9wWNUTNaE T 55X DENOPYMP NNOXF ♦ 2'-0' PER ORIM SNORT BODY AR REI.EASE VALVE WIIM 1APPRO NOSE AND RLON-OFF ASSORLY RELEASE VALVEUSE ARL IP3 BE STARLESS SIEEL ROAMED WY FOR CIARI1V. ALL AITINGS OWN ASS:CRIED VON AR/ SFMLL BE ^r 1/4" 45 � ORM: SLOPE � 4047 NRESAT roPIERNERN e„NW. DEMI 700WE x ar 1 ssomorevRR6 ay Non) AIR RELEASE VALVE ON 5' FIBERGLASS MANHOLE CONSULTANT'S SHEET ND. .Na PICT: .14148 8 a 5E 9 ii sf0149 07 161 RODRT DRUM A'O . STR-895 car lama I E1.10e1 0 PROMDE WICKFILL PER APPLE.. CON5L ANT$ S E£T NO. PROJECT. CGOMM 6 0 STHESE S0FAY E"PA1' 16 g¢ G _..R.F..R .I! pti._... tOB973. 4411A r O FASat•Hir�I •QR AS REGMREOQ O . I \�j\\ ,�\\�\� \ \�� g AU.5 SEMTNIT SEAL TO JOINT AND BE A&£ " •1 SPECKED CLEANOUT BOOT 6 COVER 1D MTHSTAN0 TESTI. PRESSURES z I PLAN SECT/ONA,A CONCRETE DLW�IIfOCTAK N.T.S. MIS MT.S As FEcuR AGED P515 y 5. cavm y 2-vr - 1%• 4" % •014 .,„.17 -al - ,1 ��, BLOLR PSOVS6 30 RES. B' RIO STOPPER '1 --;; 1 1 21*?•D' 1ro9 y� �1 F.N.FRT.. PROVIDE' 9\\��II � AS NEEDED W/E �� (2-4]!6X.67 %j4 A 4"-W2 . . NAM AS REQUIRED � arw-0. y�5 1 'k ii P•%J sE£ mNCRETE �' f.rr O u SAE 3 1 ,OF ANN VAR. ±JL Ji , aRMFozARccDUPCONN. STEEL SNEER SEE o � ' .NO1E6 (I wmmMMONS) .ST JORDAN IRON IN INC 666 SAOmE CAL CLEAN-OUTBOOT SIMIAROfi NOTET.S 44 TYPAir_ eS.M. 4D 1.66 (SEE 1ETE' Pw WYE O sERwDE r � � ��4%�l iuN aRCR AS REWmm. NouaeseewcecoNNrcriavNorea -r•;yryy '11 PRBVME CONCRETE reti ImrNITNW..MAO y S B '5 PFmwE _v., FOF 2-16 N CURB i OWRO'"E SADDLE ` NNE DumDE'EAsiEENr as SHOWN AND REQUIRED. FRONT WEN awe VIEW ( 4• (eI� TPo' 4 •'? 2. ALL PIPE I BE IN THE PLA SCH. 40 P.v.A UMESS A�.�:t'�r,. SHOWN ORERMS£ N THE PLANS• - i ALL F.N. TO BE SCM 40 P. FOR SERLM:C COAWELNWS. �1B. o t NO : (OR INN IF APPROVED BT NASIBQ.1) DEEP CUT SERVICE CONNECTION a NirN rdr rNzwecHnE wD STANDARD SERV/CE MARKER PAC. 66. '6: w ON Bom6R E EAST JOR w NMN NOR. N.T. .0.16-9505 OR AP..ED EOIAL OMOSE SPEZME. pNAS4 -0110:........7 MTS 6.FYI-ENISIN.NAWPPEAATEMI- P.V.C. AMD OR VCP.' USE IF DO. IS NEM NE -IEE F R BOR 26 RC NM RUBBER fASIRT. NE REou9ED cxaT SFEET 7.0. PRONOE NEW 30• RNC 6 COVER - 0400SS (22� S903EPOSELL AND 4 Spro TM 5/050205 STEEL (SS) DMI.OW ,EWaTpy CONCRETE IPRJMOfREHWT.. NEW PVC ANN AND BETMCE 55E P.V.C. NYE AT NEW AOJII.SRENT R9.Wti( ,T 2 OF 5 SA,6TARY44 BARS) GENERAL NOTES: MINER SIANBARD DETANS) NOTE WHfN CRIpYlE DEPTH EXCEEDS 12• NN., B I PIPE LENOM. AN 00100SEW' LINE 6 GREATER 5O USE -T. 66. PILL REODN.. PNE s2T. 40 FROM C.O. VIE TO TME MAN LINE (REHABILITATION/EXISTING MANHOLE) ASPHALT 12 i SERVICE CONNECTION DETAILS PAVEMENTPAWENT ///%%/////////////.�/I[.'w SMALL BESMALLFTSPONSIBLE FOR NOW.. IDE EN VERINO DEPT. MESCITY INSPECTOR s?rrT+ - I//%///////I//iI/NW ' SERVICE CONNECTIONS AND REHABILITATION OF EXISTING MANHOLES SANITARY SEWER STANDARD DETAILS 40F5 '.. _ E 1� t M ON ME sac DURING CONSDNICDON. AT PHONE NO. (36,) 629-3555 S. Q.RACTOR SY WL FIELD VIM, THE MOST. MANHOLE ONNTER. UNE NOV. CEMENT SIABYIZEIO x..: B,LXMy =:- .:.` - (FACT LO.DOILS TO NSDf N... WALL. . ARMEN OF .616 S. LOW... SON A. DTH. INFORANTION = FIELD D BY CN 64010R) NEEDED REHABILITATE GC. MANIOLE TO AND x VIVID THE PRIOR P E lT CONTROL MAD m xuNc S T INS 1 . « NOM. () AL WTI TEE•OR"' WTI RUBBER SEEYE HAND MESS STEEL HAND OR 616.SWM.. p. .REPAIRS ON WO D. iN. SENORS ON RE LL FICIEN AS OE NV D 4 ME TION NV NS FOR MyATpy NNt FEIroVN. OFPoinHE RMC AND CO.. REAMER CON£ SECTION AND ALISAVRY fN1 MIH CONCRETE SFE N �(L F STEEL M.2TS RM�IOR. 6 COVER %NEIGH! PNIB. ; ( OR COxCREIE) (pc I. NN. : WBIS 0'-6 fir • OFPf TER STOP SELL �2 G GASKET WATER STOP ASSEMBLY CONTRACTOR 5 FOR MAI N. NAGESTAWESSLO ,-0E CON % H. YN t' S REWIND TO HAVE ALL TxMATERt4t WS AMW.M IxE / APE PATCH. NIT M.N. NECESSARY TO CO. . THE FLOW MILE ROMBI.ATTPV OF 116 NJ --_ TTo(unE PNEP .60. IS N PROCESS. FOR INUN. ME OW. TH. PAANN01£WMT. MWPSE Eu6N4G BRICK OR _ DE r b� FAL REO NGEXIf.1Y MDS E N ME .�(PLACEL,,,E MSLFOOT (NW£ W6•66 SHORN �. Tom",,, SAFEtt IN ANY TOTO RACE i ABOVE FLONUNE = PREPARE THE INTERIOR OF THE EV.. FOLINDATTN BY ALL DERE DEFECT. PROMOE MONNE Fitt ..11- '".66664 NOTE 1I_ TT� 'RPEPATgf N? ► Lm£ LENCABMIIE FILL PaC.166 STNNIESS SiEEt 6 n :� j = DEBPIs KA(.t. IND T.EN MECTVNMAtI.r ROUGHEN ENRFE N RUBBER co H.R.ENI T CLEW TLE N ` NIGHANDTHEN ANATITNCHAN J. ET. (�p �1 OR f� � LO G TM 2 LESS B DISPOSLL OF ME RESOLD.. SLUDGE AND O.. BICC BE DHE CONTRACT.. B. THE NEW R&RMASs MANIQE UNEP S 61 CONFORM TO cm STRAND SPECHRCAMM's. �� O ; STEEL .EER _ ESPONSBIIif: AND 51NLL BE DISPOSED 1020 AT 0007000 SIE MED. ALL RESINA55110 O - THE LFJDSN5 1 rORM ME PEWTER OF DIE IINm. N svxNX REMOVE ,MN S. OmM w N... BENcx AS SOME C NOTE T.B9.,D cuss Mx WALL OR AS REWIR. EE TO RESHAPE THE BOT.CRETE AS SHALL MIX • WI TO. SHALL LEEr THE FOLLOWING i _ PIPE I RowABLE Fut W i KEW DIC.SS COMPRESS. ( C.6TBB) 3.0 PSI N z HOU. 4456 1.1 IN 7 OAFS NOTES:_ . FOOTB6 SAN/TARYMANHOLE LINER B0"D BT ° L11(� " ') BO IN V HOUR PROMDE HOURS zWEI-ONTS TO JED-COAT 3. OR APPROVED E PIPE SEAL DETAIL AFTER THE TWIN E LNER 6 msTAUED. ORO. s SE( AND CIN.. FILL RE OIF ALL 1 BETWEEN RE NEW LN. AND THE ...NO SMUCNR£ NMI 5761750 al 161 "" ° "A STR-895 9070MELT # EI3092 FILET A e Mrs MOVABLE Fu AS APPRO . Br TxE amisx TO DOE (L') FOOT ABOVE ST. OF Com NI RsuDwN PIs REHABILITATION 1NNW. LINER TO BE RATER FOR AANM-N-2LOVING. EXIST/NG MANHOLE 5BE "0Rei 0" W.. R66M a7"6+1RmNNOR6 aAPPROM Ew"L BY NWSYEMTF DEPARrMNE NEE FOR ASPHALT PAVEMENT^ S. CUE PAVGENT ,' MA REPAIRMEN nIVISH REAPP 1/4. ABOVE COSTING .95/400. PROVIDE 2. 1. ASPHALT THOOESSREP. IN NO GSE PAVENEVT LESS TIM ABOF SOWING ABACO? ASPHALT PAVEMENT. PROVIDE s5OOKL_PER Sr 001)PRIME Lwr LEAS o IMSAIR -- FOR CONCRETE PAVEMENT LI IIIIIIIIIII S1W CUT 1flYN5 5�'g`+tjbttbh`'hb°ib �bhbhb'i CEMENT STAB SAND LAMESIDOSE DR APPROVED BASE MATER2)A. (12. MA). ANO CASE SHALL THE THICKNESS OF THE BASE BE LESS THAN ME C TRBASER OF TE E.DSi6NG ADIA IMPROVED AREAS (EXISTING OR PROPOSED PAVEMENT) NOT TO SCALE GENERAL NOTES - CASINGS I. GSM MED. LEITCH, LOCATION AND WAIL THICKNESS SHALL BE PER PROJECT SPEISFIC REQUIREMENTS C SCHOU,E 10) ALL G.AER FIFE A GRA. M6TAILEO QBE SUPPORTED BY DOLT -ON SME CASING .SPACERS (%O PRODUCTS. OR ARMOND EQUAL). 3. FOR. HAAS ONLY ON RR. ..LU PAUSE .OQ ° FORT RES ALTs OR APP.). EVUAL. 4. GSM SPACE S SINDE 5@-D TO SECURELY FAST. TO THE GNRRR PIPE 0.0. AND SHALL BE04ED W.A HAGAM R.N. HGGM TOMDM SEPNUTTON BETWEEN CARRIER PIPE MAY CAD. B A P.M.. OF SPACERS SHSLL ENSURE TENT THE GWkR APE IELY SUPPORTED THROUGHOUT NS L.GTH. B. SPACER RSO AT EACH EVO SHALL NOT BE FURTHER RAN )2•• FROM RE A OF DE CASINa G SHILL. BE NM.. A TIE CENTER OF NE PIPE SECTION. OMAN SPACER SPACING 6 S FEET. 5. ME TWO ADMAN. PROD/CTS SS..MOM - ZSFA(ED WAHIFI W. AN APER•0R rosI MODEL C EPn SEAL' OR ExaNE. APxwm Eou+L. UNPAVED AREAS MPS. TOY PROVIDED £DULL OR BEM. TAN E26TMY; AND M4TCN MEM. TOPSOIL DEPTH. COMPACT TO DENSITY SAMAR TO DEMO ADMCENT TDPDSOL A FOR 12'VES TO BOMA, OF B CNEILL 5.1 BE APPROVED SELECT MATERIAL FROM ME ...VAT- IDAt OR IMPORTED MAR.AL: *4)70 BE FREE OF ROC. • OR AVE CLUMPSCAT- EATERCAT- EATERTAN 2' A DIAMETER; LOOSE LIFTS TO BE RACED M ME ...COMPAVT TO AT - I COMPACT m' TO MB SILL PROCTOR (�} MOSTUY TO BE ADJUSTED TO s 36 OF OPRMUM. MAGNETIC WARNING 12' ABG PIPE PAVED AREAS FOR PAVEMENT REPAIF_.SEE DETAIL FOR NAPA ID AREAS (Da ). 10040500 OR TO EE SELECT EITHER GSE All SAIERME Slue MEET PPE FOLLOW. PIu 6-20 NO CAUSES > 2•aS MAAVRE -I TO COMPACT 951T OEM STD PROCTOR OF 12. Ma OR BE CEMENT STABIL.. SAND SEE TAB, 1- NEMA (PAVED AREA) (OR E. DESIGN ENGAE.J { AIL BEDDING AND MEAL NIL SHM4 (ONSET OF GRAN - SEE TABLE 1 FOR ALL PIPE (WET. TRENCH BACKFILL AND PAVEMENT REPAIR FOR WASTEWATER LINES 4" TO 10" CASING DETAIL NOT TO SCALE 12" TO 36" CASING DETAIL NOT TO SCALE MMX. 12' I. PRE S. NOTE 6-2.'"A. SHACER SHOULD BE FOOT FROM EACH SIDE SPAC. JOIN IMG EA CASING DETAIL MOT TO SOME GENERAL NOTES FOR BACKFILL Ca0U.TNN5 BEET N1 FAG PROJECT: 107/4/48 7-10-a.q BOA. AND .BACKNLL (BE PE) 0EML 0 FINAL moo. (GREATER TIAN IS' ANNE PIPE) UNPAVED AREAS PAVED AREAS ALLY AND MAL GONALL SHALL CONSIST OF IRE FOLIO.. OR TO GENGINE. REM/REYFNIS.' GRAMMAR BMCNEI /5U L CONSISTING OF EITHER NATURAL SAND OR SANDY GRAVE. WEER.OR PRODUCED BY CRUSHING OF NATURAL STONE OR GRAVEL. SEM. EWER a ... <20EE DEEP AND ABOVE WATER re9BE USE MAIBRIAL MEMO 1Y EdLOMNG CATERAN. MIMING REQUIREMENTS 07 A51M 02487 FOR: SP SW SP -SM m -5M GP OP -CM CW -CN AND A ADOMOM 1%' SAYE - ICOR PASSBC H .LEVE - WM. MDIX(Pa- RP TO 10 140. OR BELOW WATER TABLE USE ®CFULN0 STONE (>20')BRA. La/MG CRAMPON O, A CONCRETE COARSE AGOREGTe 1KDOT 00 42,; GRACE 2 L OR A A MOM I2' A 10 BOTTOM OF BOVE BAG,. SHALL DE APPROVED SELECT 00 05. FROM TE E/71 T- ALL TO BE FREE OF DEAR, OR ANY CLUMPS GR- EATS TNN Y IN MET.) LE LIFTS TD BE PLACED M. COMPACT 705MATERIAL TO BSS Sia PROCTOR (13656). MOS5URE TO SETWISTED TO TN OF 0.111. B. TOPSOIL ID BE PROVIDED FOGA OR NITER THAN COSMO; AND MATCH DOTING TOPSOIL DEPTH. WAWA. ID FIX CONFLICT AD0/7001 TOP- SOIL .(CONSTRUCTION TO Y PERFORMED BYE DIPCH' TO Y PG.E0 ON TTOOP) " OIlse MCNLL SHALL OW BOTTOA OF REM L SELECT ATERAL EVGVATOV OR TO BE INFO siaTOTAL MEET TH STALLALL MATERIAL E MCCOWN. Sas FI 8-10 NO SARs > 2. Oil COMPACTAlasTLRE 436 s5s D1911SIID PROCTOR LL RIS IOF 11' MAY S6.ECI600/TAMS. FROM EXCAVATION DOES NOT MEET REDUREMEMS, OEN USE CEMENT STABILE. Aro SEE TABLE 2 - (OR P. DESIGN ENGINEER) B. FROM B• BELOW BOTTOM OF ROAD BAY ro BOIT. OF ROAD BASE MGM. SHALL ECCEMENT STABILIZED ( SIVC..E SHILL NEE THE FOLLOTAniG REOUREMENrs, S5 -I00 /10 10-100 /113 15-100 POO 0-10 )NP -IO (OR AS P. DESTON ENGINEER) 70 (*OF /-26MOISTUREOF<0 M. io J wCC IY sRET 51 or 161 REnIm ammo NO. . STR-895 Orr RAIEC, / EIMg4 SULTAM'9 PROJECT: CO12141. DA.BOOTI ST ArenaaST. — rb cLi OROS m NOTPc.,s ADucT Is tor_ATED. Ix ME GORR. cxmm a.. DuwcE DASD. 2. FOR REFERENCE USE CNC, a. REFER TO SHEET 53 FOR STORM WATER DRAINAGE AN4VSIS. 1/7 7. THE PMECT WAS DESIGNED IN CONJUNCTION VATN THE DOWNSTREAM DRAINAGE INPROVEYENTS ON TED ONSIDE Of ME 50a-VD.N ROOD PLMN AS WOWED ON FEMA nem DAP " A`,1xc'Llt d,`1E1. ." ro 01J1V%2 , Exp.. "' xEER ro RE 6. RUNOFF GLOULATIONS ARE RASED ON IMPROVED ROADWAY COND.. AND ASSUNED ULTDAATE UND USE AND 20NING AND REFLECT COMPLY!. RIM DE RUNOFF COEFFICIENTS PROVIDED err ME CITY'S DRAFT MORN TONNAGE CRITERIA NODAL STORM WATER DRAINAGE AREAS 150' 300. SCALE IN FEET UMW C �QO COLE PA. EXISTING STORN SEN. LINE EDON° INLET EXISTING MANNOLE PROPOSED STOW SEDER UNE PROPOSED INLET PROPOSED IMMO. DRAINAGE AREAS © TIE -N CONNECTOR ff 5 a oSc 0 O CE O 50(05 52 or 161 RCCORO OR194L NO STR-895 CIA' PALM / (13092 GUTTER FLOW / INLET COMPUTATIONS: Curb Inlets In-Sag:25-year storm INLET D.A. No. D.A. Area C Time to Inlet Intensity Q ID LOCAllON acres In inihr ca 1 11-2 1 0.38 0.80 025 8.23 2.50 2 C1-2 2 0.38 0.80 0.25 8.23 250 3 CI.3 3 1.46 0.80 0.25 8.23 961 4 C14 4 1.27 0.80 0.25 8.23 8.36 5 C1-5 5 0.90 0.80 0.25 023 193 6 C1-6 6 142 0.80 0.25 8.23 9.35 7 5.1-7 7 0.67 0.80 0.25 8.23 441 8 23-8 8 0.83 0.80 0.25 8.23 546 9 Cla 9 1.07 0.80 0.25 823 7.01 10 C3-10 10 0.79 0.80 0.25 8.23 520 11 a-ni 11 0.39 aso 0.25 &23 257 12 01-12 12 0.78 aso 0.25 8.23 5.14 13 5.1-13 13 0.40 080 0.25 8.23 263 14 11-14 M 0.44 0.80 0.25 8.23 2.90 15 CI -15 15 0.24 0.80 0.25 8.23 1.58 16 CS16 16 0.48 0.80 0.25 8.23 3.16 17 5.1-17 17 0.05 0.80 0.25 8.23 0,33 18 1.5-18 18 0.34 aso 0.25 023 2.24 19 CS19 19 100 0.80 0.25 023 6.58 20 8149 20 0.52 aso 025 8.23 3.42 21 5.1-21 21 0.83 0.80 0.25 023 546 22 a-22 22 0.85 0.80 0.25 023 5.60 23 C1-23 23 3.39 0.80 0.25 023 2132 24 111-24 24 2.84 080 0.25 8.23 1071 25 a-25 25 0.89 080 0.25 &23 5.86 00003 51 86025 3! 17.24 0.79 0.62 4.98 6771 Santa Fe St Santa Fe 69 5.72 0.76 0.25 8.23 35.96 Santa Fe St 2 &um Fe St2 2.70 aso 0.25 8.23 17.78 Total 48.27 27031 :15 5 3555 116 11 9 CONSULTANT5 NIT No. 64 PROJECT: CON14140 III5 Ille WVO WE 5 ; ICM 06 ILD2A II ll!e, 80 0 5-4 0 0 83• w ,•••• cn a Li) M >- 0 6 0 PROPOSED STORM WATER ANALYSIS 74087 53 of 161 WORD NOW NO. STR -895 011PRWECT El 3042 Me: Dec 15, 2016 - 959. rao No.9,0,1anosscv-or-oo-rr000 AN/m.440mo AYERSST. g StA f.eo.ez ( a s SEE SPECIAL ROTE S THIS SHEET D• Ln 0 IF STA 2.00 F iB�5x0.91 08.1118 (10(0.4 AI 1 SMR11 WATFR P&P ...EMI In6.Oil TOP Ci conn 010 PLUG • POOR Of CONNECTION • NOTE REFERENCE PROPOSED MONT TOP OF CURB — PROPOSED LEFT MP Of CURB EXT. RICHT RAW. LINE EXIST. LEFT R.O.W. UNE TC (RT) TOP of CURB (MEW s400 TC (LT) TOP of CURB (LEFT SIDE) yp¢4 (TOPICAi Ni STR0FT 000 8100(1 001 SHFFTS) I. ALL OMENSIONS ARE TO INCK OF CURB UNLESS CALLED FOR OTHERINSE 2. AL.. DILDENSIONS fOR INLETS AND IANROLES ARE TO OMER OF INLETS 011 TORN LATERAL worms. SEE SHEETS 61 - 63. STREET m R0T051 701 00(19011 sf �m NOTES MD FULaTS s¢ scams 6a - 63. 0 =AZ eoxEs ro BE AnAZ m RNHN Caa 0 AILTZNIV N1Ru(R. '9D 1D Q AZ DapE IA acP. CwnaCTDn. TED m SPMA,gkorRnti __ aviEglo +-9 Calt121.31Vgg Ur -UM Veg. BE PAID FOR BUT 48 SIDOPALK caw. OPADE OP 6 16.26, TPR N AY9L5S STA 0 (zlw' (NN°TCticPM"') P,Rrn eR ciao art) ES. m (sw)C-zv.a °P;;, TD INLET eYxw) [ sT 29.97 BLOCK 21 1/VRTLESON. L 1007 AVERS 5, STREET AND STORM WATER PLAN 0 20' 40' 0 B' S000 1"520' SCALE: 1"=4' H TAL LE VERTICAL SCALE S CONSULT PROAECT:COR14108 W HO. W= CI a O N z O o F O m 3J+ M rl W N E • 0 a a I— EC (n0 In00 IX z < 0 ya azo L I— wa 0 F o Ncn v) z U O Val' 54 of 161 RRWRD 0R1WA0 110. STR-895 Dry 010117 E13092 5_ 0 M n oo.L •2W,S7 T 6416 LOTS I.DLOCE.70.3 OFRUSSO PLAT OFBUCKS 603. 703.TERRACE /RIPLAT LOTS I 14 19 20 PI/ PROP.1151 53 (012 Ln F.0)..4040139)3"1.2 (s0) [ -'3vno 10 -(667[ -um /4 012 3.77.6.77.66 / r 340141 (20n0 / 600 40062 011 / / g6Y3 :ea SON GRADE6,0 MEM (BOSS 6106=1 60P s MEWIll s 6,003 "_ AYERS'S]: Vic,___RCS ___SW N W Z —__ moi; 1PiROP. 36 Sze 2 P.� 801001 re. MECO •n. O ro Aw cr .b O rz �nis6 • er AE.6, m6r6Ac1e6. 0srco 6} 48 ▪ PLR PI SOS 4714 63 (21. 677 (,0.0. 677 4 STA 4,7396 14 2v „I 6r. WS s 11. -ET RO 0•)681 e - 3044 STA 3 6 4 STA s+m. 47000S 00.0 2(0)i. 02 60 0 o OLE 939 ST P. STA 5+7630 3. OL 26.1 STREET AND STORM WATER PLAN 0 20' 40 0 4' 8' HORIZONTAL 1 20 VSCALE:1 VERTICAL 800(2 93 ti STA 7.46.16 GOD NO 48 Ni 32 ....... 077 o0.os (1aWrc 00 vd' E-20152 28 m5 (R0 PR P 18 RCP Rs 30 DO _...C. 20.37 20 1664 3+00 EFLI 4+00 5+00 Eg 28 A.E 6+00 Y -Y 7+00 36 32 7,8 5 0102 PROJECT: 00114140 O O Z m W• W 0 00 N 0_ } < OCEAN DR. T SHEET 55 21 161 RFCOH0 0.&II6YG H0. STR-895 COY OIOECT { EI3092 ale: Dec 16 1 0 41 n z / 04. K 32 09 AYERSST 0.1111111111111111 ES Jy, EQUI srA 10.54 tr s.e-" rLi 1 Irl s m P STA n 478.98 f 0) 34.66 POP, TS 9+00 2x.9 x. r PLAT .918 REMOVE EMS, Lim°rl'..L rtxa PROP. 112 MOSS), %IV `IIIu 1a W/ s• 714.1 2.19071 i,1 WIPESCOI 0001 50) 00.1 —€9,A 921 nvs Si. 5105€w• NY 53(250) -C) 0 :ro` Av 98 Rxxx €9Ax: 05.29. 335155,3x. ,x3,3 48� STA 8+59 32 W/ w -,w+82 (EXTENSION2" . Aomiry4 nom IA' Maar STA 9 48 PON 11 8TODEE3/75 z II �= € STA 12521.68 BLOCK € S. 1148137 12.00 A 98.x199 n0.0a<) 51002)0=98.x7 b'1 C - 19.E) f . a.sx STREET AND STORM WATER PLAN 20' 40' 0 4' 5' HORIZON -r, 5 SCALE: 1'=4' VERTICAL SCALE 5.1 08.93 r 1 2' 81550 i 0.0- x04 2250)115050 ,3 � w/ CLOSED .w1 5 SME f STA 12425.19 I cur 9r( i : 98.°7 07 18'770 f - 27229 9 1815E) f - 29.03 PROP ,o z/2S EPS) REFER nuLca 980,x: Ala, 0 N 0 Z 0 m w • w(/) N 0 (n < >-Q 0 0 0 z 0 CC O + + wN M OLE CC En o O 0z - Z Q 0 ¢ z 150 w5� wa (n star 56 d 161 REMO 004177 40 STR-895 0/Y Ran! , E)3092 05 111888)6 - 31.53 siA 13.16.55 STA 12+57.08 PROP. 51 510EIVALK SMEET OATS Or ASPoR8 HAVE11017 "0' 11) 4)-71i075 67 C C "U'T— 88.-38:1-13+60.56 105 so 175 5 re.c R.T. STA 13,31.311 (19.0.11) 7ET.T.V5 MFRS'S, 1.2. „A 1444.13 1.7) 1(00 1502005 :7011:25114001 11 T.O.C.- 3133 I2(0016 1- sm 14+36.13 RE 102/22 131.0. 103 RROP. 51 SIDEWALK oso 10 14 ;,t;; 15+ 1150" 41 le WE 7 10 48 2.g; t`lp =7I0:=2L0 0900-e- -00t-m00/ vtp TL,11"- RROR. 5' Si "177°161177 STA 13+2549 t 574 13477.57 STA 1; c1-12 W/ 5. THROAT EXMISICH STA. 14+23.33 (20.0 508 6 - 2025,,5510 55 5T2 12+0.5 STA 15221 PROP. TrIn huNHOLE It+,27.40 03.0.110 W(To) Z. 2523 5,58) - 25.23 4:RELve O STA 15.66.06 STREET AND STORM WATER PLAN 0 20' 40' 0 ROWITAL-SZCALE ACE/9.'9;'08 Str. 1.+21•4 C" -"'E STRIAPERSnEr'.'"' I 70'41A7F47.4'." 48 44 32 28 20 268 ROR TOPE O. MANHOLE R.' 8- 2523 co 1 1 1 s -11.3•X 08/ j F0, pp., pp p 08. rr%10'o" ro.O-35.50 80 c,„ Teoo-35.. (LT) 02 20 44 f E451- RIL, 71 0 4 -- ^ 34% (+4) ------------ 36 -0° -0000g / J 0 .17. 2 R 16. 12+50 13+00 14+00 15+00 16+00 16+50 4 20 88 88 g16 17.=70112.7sTIVITF002001120010 109,19206 4960.1 0 tinfcM°ArT811°..140 rfr.aft.74.. ATZTAIVIUNZArr °°"'" ®252002001222000282(21O001L055010 11120115 41215 22 ECT: COR14148 41 re, -------- 7eg 11 0 rsi 20 S200T57 LO161 9202052 2152222002 STR-895 Rory pway 813092 SANTAfE3T, u (61.44 Ln i ,6 ;0L 4=,S -S 13Y5N'1C 31.6 141.T1044"0.7'37) 0.405) V:e° 66.451 C- a,.As 76470.60(60'`LT) s -14(063" 24.66 30 )5V 33- 254.86 30.52 b � cxmsLlrs '\ xSALTx` PROP. 5' SIOEVALK \1 \v, 808 9 48 P TYPE "0' MANHOLE 23 95 DOT °0'.01050,L(07.0. 6 34A764 EST 0066 00 \5 \ r I DEL BAR -1 LI �" POCIT sa suscrs a -6s. " WKS um STREET AND STORM WATER PLAN _ 0 20 Q. 0 4' 8' SCALE: LSCA SCALE: 1 EAL HORIZONTAL STALE VERTICAL SCALE 05 x POINT TABLE 756001 55A53x/O556LT (TOP Lue/ OBSCAPTION 1 30.05 36.137 144TC1.1 EMT. CURB PT 23,12 30.31.3 PC 101 4 36.63 39.53 PC 11 PT 11 6 30.79 36.57 PT 201 R 51 65 09Ln 35.07 PT 201 „.4545 00Rn 36.13 FT 13.R 30.13 FT 201 36.41 PC 15A 13 12402.45 (660 RT) 36.17 3327 MATC1.1 EMT. CURB R 16 3333 PT 101 17' PC IDA 66 06' Ln 36.40 PC 258 12455.52 06' Rn PC 401 .45 36.71 WTI EXIST. CUPP 23 . 36.59 Pt 451 MATCH EXIST. CURB PC 201 29 n06'Ln 18476.79 (267 RN 30.80 PC/PT 0201 30.58 PC 201 29 36.37 MUM EN1ST. CURB 44 0 .29 ""--- 17PROP. 1 R.C.P. .... L. 22.64 2 16 16+50 Rn A P (0 * 7) c23.95 T.00 (Rn E E°o5 1LRE .2 RA1L Z°60 10,1 Te°01y 5ME' x6C"°,.15 020. ,a 7+00 18+00 0.. 5 25R.,L x51 �I 83 .43 R- 66 o"(5o 04Ln - 066. (Ln R s5.. cP 44 36 6 9+00 20+00 16 20+50 TLOTEL MY TOMO ^(i^ a:LT:YAW 0=006 55100 1O OFl x 2P. 5x5 5. 305'55,5 o 00;0Y4Z00: 5su (25 Lsj.S v� AU UMs 92Ef Nn PR0[CL 00R(4140 9" O s0L63 58 of 161 wmw.c rm. STR-895 qiY pROJE02 / E13092 5 O 0 N z J 48 c i -:i C-xs 0L1) m V' PAW 9319) E 0x.09 Orfs ter STMI61 •CY o sno Eo is To os. = 0 nx¢H = er nisi rzgo . Wu31E6 ro 13 AntL era ?e,2001:5 usrz0 30 \ IWO \ u0x3 HOSPITAL 9(s) [•01.40 E STA 23.01.36 STA 23,60 r ,36 661 17 � (9.0' i) PPCF. 6 c a c 100l. BASELINE YEA'S ST. STA •1150 ALA CP EIs. Ozw1s E W/ Z26! 5. 66 30AT EXIEN95N 15(3) C - 31.69 STA 0x.09.69 SPO, HOSPITAL STREET AND STORM WATER PLAN 20. 0' O 6 e' SCLE: 1= SCALE: I-6 HORIZONTAL SCA* LE VERTIGO_ SCALE LPL. Of ASPHALT PALEVEM C.5 MST. 2%2211CRAM(42'um. 90 ,3x7525 CHRIST. SPOOR NEALPX 10 IV z U 65. 48 4 36 SA W651 (0) (vT� P.P. IP. VIASTEWA L 32 - PROP. e waE#OHE* mE 28 2 16 k' K 2 * 8: CI 13 3 00.c.•3501 (u). 44)6 44 [PROP. Ir WATRRLIME .... f „ r mrznuxE 32COSI APP DUCT BANK T H.. 21.63 20 .1 16 20+50 21+00 04.4 Dec 19. 2016 - 016, 6,10 WRIPRRPAPIAGIPLRW-RT-" 619.99/WO 22-t 00 23+00 24+00 25+00 25+50 20115 6(0E1 PRAM CORI4148 9 1.10 W= u'xY O csi 0 z 0 SHE( 59 of 161 RECORD MOW M. STR-895 811 20002001/ E13092 .71 LO 0) 48 138,76617 7-1.778.1. STA 26.350.02 (10.0' CO u. 24«92.m (z Mf -209 2Y10 C 13 2200 (0 OT( 20YR) E - 21.22 m'(04 82 0+00 (28 Ln f s2. BLOCK STA 22.998. 7+671.712 H CONNECT PROP. 607 R.O.P. 07 TE 21.03 8 8.686 STA 20+01 M (Mr LB nrznez..J (12230, WM) (2SS L02«9132 PR o x0.5 RC 27+00 ) AYERSST R v. a<s[UNP 00 — 0 ROTES. (0Y SYMBOL) •0 O 2r NR2LSA 7700.023 0l ro 77x024 R.�. 0 OAZ; RRR 91,.E.9.207V& R o 77R 2 2; .2..2 f su 22.2989 �rwa+E PROP. 6.7 i0 (s�' RO 12.(2) C - 28.20 zs 9s• 78. (MATCH p61.)oflYK7 CRY PROJECT 0E12093 OCEAN OR. - FROM LOVI TO BUFORD ST. (UNDER CONSTRUCTION BY OTHERS) STREET AND STORM WATER PLAN HORiZOMAL C1E VERTICAL SGLE 48 4 '.0J[...}4 00 (.1.3 ......vos..�a21. GO>. 36 >� mneme n 32 28 2 20 PIMP. PE 6KK 22 f!' 25+50 26+00 az C ,S1r RIGHT ROM. 110 srU 87;7.1:77777.754777.71.67 -7...77E77.71 -1a7777.6-71.11776 mmr. �:rs s�_j rM 22 w2N I9 a7 ,�70 607 71 PTO CL7'171r6Ofn71°877E. 67 WM 27+00 1.0 40 e2 44 28+00 29+00 30+00 CONSU ANT'S COR14148 O N O m Q w 0 3 Z �w W NCC 0 O O N W 8.O LO (' OZ+ Za,n } < < Z N 0 H 0 (n 0 20020 60 w 161 REL090 !RIM NO. STR-895 CM PRNECT 1013092 STORM WATER LATERALS STA. 1 +74.62 40 STORM WATER LATERALS CDSTA. 4+11.83 40 40 STORM WATER LATERALS 0 STA. 5+00.05 STORM WATER LATERALS STA. 7+98.67 STORM WATER LATERALS g0 STA. 8+81.92 28 28 zsez 29 S C.P ZR.OP.11. 5.4" R.C.P.'S 24 24 STORM WATER LATERALS 6111 STA. 11+50 LEGEND: 0 ERIST. ATAtT CGIOUIT C) Dow. A. AT. =MIT 0 ERIS, IC, NW' coxourr C) easr. 12. AT6T coma C) 2252,2 202 0052202 0 EAST. r AC. WATERLINE 0 onsr. lir AC. WATERLINE 0 EXIST. IV PVC WATERLINE C) eon er PVC WASTEWATER LINE C) cosr. VCP %WM. LINE e 2250 IV VCR W•STEWAIER LNE EX.. 31. VCP WASTEWATER LINE 2250 00000025 C) onr. GSLINE PROP. r PVC WATERLINE ® PROP. 10. rvc WATERLINE 0 PROP. IE. FVC WATERLINE 0 PROP. 522220 WASUWATEN LINE PROP. Re NOPE WASIEWAYER MOM • =on iniv DEMOTES PIPE TO RE REMOVED CONTFACTOR ••• DERV MIT' LINES P3 BE AO/OSTER BY MORIZOHTAL SCALE SCALE I, VERT.. SGLE 2 5 CONSULTANT'S SHEET Ho. Po Pawn: com aa 10 224 • 02 (.) tn 0 1315 2(j- g O • E Ci 00 004 0 50• < (r) 0 tn >-< 0 0 0 STORM WATER LATERALS 58(81 61 01161 1.01,0 ammo NO. STR-895 CITY pia.a. JE13092 Ric War.rawingsSCV-PV-LAT-31.11(01,... 40 36 32 28 24 40 0121 STORM WATER LATERALS © STA. 13+57.58 I,39,2Fc STORM WATER LATERALS i(d) el, STA. 14+27.40 1:21 "°•'.. LEGEND: MATS; 0 MT. 2 mer mow • RE.I.1012ATIrcIZER,AFRE ALIALSTED OR ME 2. AT. COMMIT TT COMM RYE TO BE ROARED BY CONTRACTOR. 0 ROST. 1. AULT COMM TAT DENOTES MIN IMES TO SE ALLISTER BY 0 ERRE Tr ATILT COTEUIT 0 EXIST. AEP conoun 22 20 can 0. AC. WATERLIRE SORE 1.0 00- WRIERUNE NOINZERWAL SCALE ®210sr.1021002110u10 0 eau. wo 2.4.5-00252 Luc scALL VERT.. SORE COST. 0.2 WASTETIATER 000211.10222200120U10 10 cps, 20 RCP WASTEWATER UNE cos, OASUNE e0201.0GASUNE 0 PROP e. P. ROMA. 001£2111. 0 000 3052 WATERLINE mop. lo• No WASTEWATER LAE 0 PROP 20 KM WASTEWATER UNE 4 40 40 40 3 36 3 32 2 2S.S7 oToTm. MIO RELOCATES ST 0.0 STORM WATER LATERALS STORM WATER LATERALS cg STA. 17+52.37 (LEFT) STA. 17+50.25 (RIGHT) 2 24 20 25" 1111- 010 M!;•,,,T "" • 1 1 I I PROP S. R.C.P. 2R101,,,, I I 40 36 3 28 4 20 STORM WATER LATERALS cp © STA. 18+32.37 IZ9: 5- 5 CONSULDNrS SHED No. FNI PROJECT: COR14148 02 00 z22 41:5 0 STORM WATER LATERALS 371E262 a 161 RECORO ORAINNG STR-895 or PROJECT I E13092 WAR aro IS. - OTSEen Wen Wm WILIRSOra...CV-AY-LAT-STRLOOLATo LEGEND: 0 COST. 17 nits CONDUIT O DMT, 4 AMY CONDUIT p EMT, To Mai coaoNIT © EN61.. 1 r4661 EMMET ® [NST. 47 446 COMM ®O016146 10160 p EXIST, 707 AC. N.,ERLNE O EX67. t27 PVC rioniuxe Q P»sr. a•vuT: WASTVN.TER LxE Q ENST. vcv wrsrtw4TEa unc 0 EXIST. it NCP w.SinuTER LINE EXIST. 217 NCR »4EEN,TER UNE EPS, a aLITt 0 Mt 67 MUNE PVC W.VERONE PROP. le PNC WERE. 0 PROP. 117 PVC LINE Q PROP. TO PNC NMTRM0TER 446 PROP. Er MOPE NtsrtNETER LINE 25 YR liCS NO1PS1 • MOZELLNICMESZAIS AMMO] OR •• 071401ES PIPE 70 BE REMOVED BY CONIPACTOR. 36 32 28 24 21 STORM WATER LATERALS O0 STA. 24+09.59 o m 36 32 28 24 21 32 28 32 3 12i345 N`P" STORM WATER LATERALS ® STA. 18+55.69 20 20 STORM WATER LATERALS ® STA. 21+46.70 STORM WATER LATERALS ® STA. 21+96.46 STORM WATER LATERALS s ® STA. 25+86.28 -€ [1 8 6ONSULi8N0'S SHEET No. 114 P60.E01: 00614148 a 0 N 0 Z O m ~• L.1 N LJ tn� >- < Q a0 U 0 STORM WATER LATERALS SHR7 63 .1161 RECORD MING NQ STR-895 CRY PROJECT /E13092 -t.-Lni-EiN017.3.0 o/ o .. '18 o L. M. \,.. / f / / , AP o / ..----, „....- // o , :7/ IV / , ' I / § P, g ' W 2 8 5 g - 5 41- 61.• g"TG 1.13 - I CONSULTANT'S SHEET No FM PROJECT: COR14148 li7of • i ....i - a „‘ TT . Aty PATCH ET. Tomo PROP. 5 SIOES i ' i' / / 'GIN '414' TCN TOES P:75P;SICOEW.A1 . in lila5 1110 , LUS a —id ,.,sr., N INE et, 1 —. E 1,,P,. II iiiii / .1. A TOTS EJSTA Of.: 5 LINE PROP. 5. SI • . 1111111111.111111111111111/ — le; .4 ifealle —nkr—Wili-ej./ ' ,.._ ••••• --.41/ - * \.„:i 8+00 TES LT)%., EOM, 111441115_,_ AYERSSE 4+00 ,T00 FPPOP.,NASELINE AYEIFSBE P.I STA 4+517 rPROP. 6. C 5 G ..i. A Aimk a ,e, CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services .., . . , r -I r 6th STREET - STREET INTERSECTION PLAN 7th STREET - STREET INTERSECTION PLAN (11) 40/ G-) SCALE: 1 .20 SCALE: 1 =20 . 10551.17 I 1 0 I I 0 14 _ AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) STREET INTERSECTION PLANS rR.0.5 LINE TIT r 1 PROP. 7 SETT E$ .AG MI T '-' 1 rIJOWZ 1 Z°7 7% , 10+00 - - -111175 1310557.-PETNA—A0 1;11.- — - 'GA AYE% ST —— MOP. TYPE IP PROP 6. C 5 C ,Y, P. S' SIOVNAL LT. '''C - POP. j...%01:1;15 ATTAINSI: NT 7 N. 4 rrnalgr FA , . . A. 1 I 1 , In_ r — 11 OA ITNE ' „„Ei W.:07:1—"'” pR05, EI TETAT • Pl. STA 10+AS. ".." ' . P.C. STA 13+60511 "I "7----: t 3+00 09.0. CT) AVMS= ' . --T - - - - -$ - - - 'AS 15+00 -71:4-ROP.-BASIETE O ET FRIAISFEESA''' I '.7, 4 '9' r PROP. 13. C 5 4 TOW ) LAWNVIEW STREET ST. INTERSECTION PLAN PROP. 5 STAAL5 P O.11 UNE / 0 5th STREET - STREET INTERSECTION PLAN SHEEE 64 of 161 STR —895 . 20' ACV 0 0 20' 40' SCALE: CM PROJECT / E13092 SCALE: 1 ASO 01.0 15. E016 - TAFT., Useoloj NMF'oravousscv AG PL PITERSECTIONTOONT '''''(' TO E 8 g . 1 1 - Ail ._ ; m t o CONSULTNIT'S SHEET No. iNi Man COR19.1,18 : LI - '''"4 Eisriii:"'"' e ''.), 7)-')'"..' . s• spoEwriA ' 11447A1"7: .... .............. - . .... AIrum) Das). crams ,.., ir,. ,... `0,:ii1:5 lat REM / 501. SIDEZ:41)40 ni ' 1 E—/ /1165.i IIMFREESE INICHOLS BOO N. Shoreline .6 Suite VZ-Ssg" aill I t -0,,-Ai-sinzamzr, kj -ft, 07.. MMI EIMMSMI o r 0 ' -"•••.., 16+00 PCoSTA.„16464 S5 2 ,, 0„, L27.0, LT) . PO 0.0.....„„ 17+00 _ r,,e„,, ..z P}) tr ''''''''''...••,..,„..„ ....... '..,. p..r. STA 1710.0 iff39111 3. - AYERS ST (0.0 ) LIELO' AT) PA. STA 10.42.1 : 9,0 5 Atr 7'. P i STA 1,1546 C RR P(O. ) 02+ ,....„... n J. STA 1234.1189 . - - ' r A&.. me 2111/P0 111 P4 W 1g. 07 /1 . P. ' 101-4A. CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services -'I ll14 H 41 PROP. S. C eL C 9 (.... .0 PROP. S' SIDEVLAy< 1 1 o ... it i.e 41111'1014,44. '---- ~TAFF= .1*6 .s, ..... / BOOTY ST. / SANTA FE ST. STREET INTERSECTION PLAN 0 LI r " \ \ AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) STREET INTERSECTION PLANS t 4 Email ir El, PROP. 5MA / COS R 0 W LIHE ' , . N 7 „ 7 / . MORA LAE . 5MEW N Algllk IIM 4LAtaff _..E.,703 P I 71 21.62.50 PROP 6° C It C P/1/ .1) 0.51'. 1 21+00 0, AYEAW SE 22+. 7707 6,,,,,./,/, 1 100' ) =rj 24+00 rPROP B.,,SEUNE 25+00 AyERSSE y PC STA 211,153 .4 P. STA 2149145 - , n.... , 14515 STA 24.6711 _ r ' P.c STA 23492 SI 01 (.0/9 )11) ////.5. .N.. AMIE_ ' mummino. -it ' 11/4.'. •• \ - \4,.. 1111 I '1 • ' .. \ -e 37.1/ B -B 1 II ,, \\ \ 1. LLATCH EMT. LALIAIrIlScATI.B.Lix g g4 g 1 1 \ R '' --- - - - -- - - i'l \ 1 1 3rd STREET g STREET INTERSECTION PLAN , ....' \ o ..- ..' .."' 2nd STREET STREET INTERSECTION PLAN sHar 65 a 1 61 RECORD MUM MO. STR-895 ED 01/Y Mae, /E130.2 .7-2* SCIM. PLAN OF S' STANDARD INLET EXCINJOIn Ho, "'"E COLORACTOR TO PROWL IA c WHERE PROP. SIDERALS ARIAS a DOWELS °PAYMENT, 2. TOR CONS INLET THROAT EXTENSOR OEMS REFER TO STORM WATER STANDARD DETAIL SSE!" 2 OF J. K :E�EADDRD„ aF— RA1!.0 1101211 OD. OF PPE ID•I SE 77ANROT TO SCALE A CLOS FYONZSYE 7RANSIT/ONAT INLET FOR 4r0R6 OM CURB AND GUTTER NOT TO SCALE STANDARDEE SCHEDULE A O ,MET TNN t' MRS NO 11600/01001 IS taws s. sus Ir OARS 'V MRS 6. Z4 6/2.-2. 2/6._, N._r. Z. -s. ITS o w,r-o• E'er- v,o._R. : A STS SVONT SCR VET SEE DET MAN RPE MOVES PICKSLOT DETAIL —z. v.• Da Di.- SND LRM GRATE SECTION GRATE BLOCK z. 1/IS wuu/e. Z3 13/113• o. RING SECTION CITY STANDARD INLET AND SIDWALK MANHOLE RING & COVER CASTING DETAILS NOT TO SCALE -r 11�N a �� �� �� r SECflONBe8 NOT TO SCALE OGR APPROVED CRUEL CRUEL L r COND. DOLLAR v ,2 RoL PLAN OF STANDARD GRATE INLET NOT TO SCALE ODE 6010 INLET AND SIDEWNR WNW, r RWO h rnWR MMES PE R y MUT L. AMID. RING at COVER SIEALL. BE EAST JORDAN MEFOLE ASSEMBLY FOR LOAD PATINE RON-TREFFIC. 2. NESE CEINELS SHOW OREV-IRON CAS -T.5, FILLETED AT MOLES W. SNAPP AND PER,ECT ARISES. 3. USD. MALL BE TRUE TO PATTERN. FORK IND MENSIONS. FREE FROM GRAMS SPONGINESS A. 4. wECNINE SUS/FACES To IEEE FIT .C11 DOLL HOT RATTLE NOD PASSING 70.020 LoAE. 5. TRAF-FE SIALLL BE RESER:1CM FROM M.D. FOR 36 NOUNS AFER PLACEMENT OF MO.6. RING AND CONER SHELL DE CAPPED IN COAL RR OR ASPHALT. Zu `: OTHER CASTRO PATTERNS FCFR S Mr BE SUDAN-. FOR APPROVAL PROMS. ,.Ruwr .W. .c, alR 'oT E; nose m., m01HEOPEA" E:",,r'�Rwm a0.. OWING OVALS AND 1. DOERS OF OTHER CASIINCS 5ro4L1 FTT TIE MOS 6, EMS SNEELa. IANDAUEI WEIONTS OF RM.° MIMS: TEE COVER A 60 POUNDS. TIE MO I33 POO.. 1v. CeTPL.RPRaR.TLD»RpA SECTWONMOT TO SLUE GC CONSULTANT'S SHEET No. 441 PROM COR14I4S 9E1166 a 161 RECORD DRHNRIG fO STR-895 an, PROW /E11(IB] Dec ,s, 2016 - Mann Ilan rK HN6NDruenRANEOEc STD SEM., ^ NO i a \.12i. , ITS 11�N a �� �� �� r SECflONBe8 NOT TO SCALE OGR APPROVED CRUEL CRUEL L r COND. DOLLAR v ,2 RoL PLAN OF STANDARD GRATE INLET NOT TO SCALE ODE 6010 INLET AND SIDEWNR WNW, r RWO h rnWR MMES PE R y MUT L. AMID. RING at COVER SIEALL. BE EAST JORDAN MEFOLE ASSEMBLY FOR LOAD PATINE RON-TREFFIC. 2. NESE CEINELS SHOW OREV-IRON CAS -T.5, FILLETED AT MOLES W. SNAPP AND PER,ECT ARISES. 3. USD. MALL BE TRUE TO PATTERN. FORK IND MENSIONS. FREE FROM GRAMS SPONGINESS A. 4. wECNINE SUS/FACES To IEEE FIT .C11 DOLL HOT RATTLE NOD PASSING 70.020 LoAE. 5. TRAF-FE SIALLL BE RESER:1CM FROM M.D. FOR 36 NOUNS AFER PLACEMENT OF MO.6. RING AND CONER SHELL DE CAPPED IN COAL RR OR ASPHALT. Zu `: OTHER CASTRO PATTERNS FCFR S Mr BE SUDAN-. FOR APPROVAL PROMS. ,.Ruwr .W. .c, alR 'oT E; nose m., m01HEOPEA" E:",,r'�Rwm a0.. OWING OVALS AND 1. DOERS OF OTHER CASIINCS 5ro4L1 FTT TIE MOS 6, EMS SNEELa. IANDAUEI WEIONTS OF RM.° MIMS: TEE COVER A 60 POUNDS. TIE MO I33 POO.. 1v. CeTPL.RPRaR.TLD»RpA SECTWONMOT TO SLUE GC CONSULTANT'S SHEET No. 441 PROM COR14I4S 9E1166 a 161 RECORD DRHNRIG fO STR-895 an, PROW /E11(IB] Dec ,s, 2016 - Mann Ilan rK HN6NDruenRANEOEc STD SEM., ,f,Pdar9v7a AT 0.C.EK 14420 .1.401NO <IX 'INNIZEFOrElt AIT LOCAL. (WIT) • FLC. on ON N.C. EWA SEE PON FOR SIZE MO LOCATION (TVP) tr4:14," aer.nlzhf" NSTO TOWING CONCRETE 20 DAY COMPRE.NE STRENGTH - 5000 PSI REINFORCEMENT STEEL - 80.000 PSI REOAR NNE SP L CE LENGTHS: 15-22. 15-20 12-33 13011110LE WALL/RISER REINFORCED PER AWN C -47D KEYWAY DETAIL TYPE141111111/10LE NOT TO SCALE (7) 7/0T NNIOLING HOLE NOT TO SCALE 2-332122) MiniEslig% STREEFCM0r STORM HAWN RAN MG) PROF6115 PLAN TYPE 21' MANHOLE NOT TO SCALE OIL PIK • 4. %%VW* STORM WATER FRAN AND PROTIUM PLAN TYPE 'C' MANNOLE NOT TO SGLE POLVDTMTLENE AOJUSMENT RINGS (7OP) 42502755A, CILHOTLE ENG COVER 38CO PSI CONCAETE FINSNE0 PAVEMENT COVER BACK L-11— 5/13. 2ig7E711,555° "/' 11.°4;norrc. PLAN VIEW PICKSLOT DETAIL t1c 12. roPA7 PIPE WARDLE IT OVAL 5 7/0" COVER SECTION FRAME SECTION CITY STANDARD ROADWAY MANHOLE RING COVER CRS77NO DETAIL NOT 70 MILE ROROtAY hiumnrE RING At 77VFR NOUS 1. NOWTODE RING COVER SHALL EE EAST JORDAN V 11E5 E. trIgil'7160.71.10T.MER/I'VIL IrEETTA1147" SECTION TYPE 2Y AIANNOLE NW TO WALE oTNER CASING PATIO,i145 W.. wow,. FOR HWROVW PRODDED ME PIAN PATTERN OF 00. IS ME SAW AS SHOWN ON G115 WEET ANO PRONDED ZEACETAILLgHp.1 ARcEJ-11111,CASTIWS. NIEIEll AT ANOWS ;ZEN CASTRO:: ,111.:LaE,,COMPLETEX 1NTFIXGaNLE, I.E.. 3. CASTING SHALL NE TITHE TO PATTERN. FORK AND ONENSIONS. FREE FROM CRACKS, SPONGINESS MO BLOWHOLES. MYCOINE TO VOLD HT NNICII WILL NM PATTIE WTI PASSING TR•TIC LOW. STAAL.Df nRNIgTED FROM M.N. FOR 38 HOURS 6. mo MO COVER SWILL OE DIPPED IN COAL TAR OR ASPHALT. OF OMER my.. DETAILS IND THE COVENS OF OMER CASTINGS SNAIL FIT THE PINES OF INK SKEET WE•NTS FINISMOT CASONOS TM COVER G IRO POUNDS. ME RING G 180 POUNDS. =-,117g111, :•1:3029) SECTION TWO 'C'ElANNOLE NOT TO SCALE 1,14FRA, N.TFS FOR CONCRETE DRARJAr, STRUCTIIRM :ocafr„,..r mr,y1mIT,,Tarerl'AM'oi.ul.u9?"--:"° 3. ALL NEIN... WED. ST).3 BE MOE 5o. 3. OINENSMS REIANNG TO RUNDOWN° STEEL ARE TO CENTERS OF BARS TEM. STEW WO NE SPL(EO (15. LIN. 1711) 12 TIE LOWER 14 WM 0 (TOP 0395 PERURTSOLE CCNSTRUCTION .1011rt CENENT-STAGLIEIED SAND ERODING COMPACTED TO .958 WO. PROCTOR DENS, (AVM MIZON,F,OTER 1,);EG0ST MANNOLES 6. 8, m•.ez HG,_„,,,,TEmpo..7-0, . ITRO.,"110SPA.ILELL:.:IFLTOTN'111,..VIT:C2LEInoRFINg.'TOr'A CTDTAS MELTED NV ME ENGINEER. EXCAWM011 LINES ME WAIL MICWIMS SNAIL NOT MEM 10 INCHES. PAYMENT FOR HET AT CONTPACT PRICE SN11.1 INCL. EDE TRMOUTION WINE J. UMW ClIaTALOARD,SIDEVALE,g/NrCLE ROW ..to crs.ERarvZ Ie. MC. Of ...ET SHILL IDE SLOPED LEG mour. MANHOLE WO CORMON SPECTIETZINEW. FINI5X10 PAVEDENT • 12. 0.C. NORM EVITS 4:...,'S41 5 HONIZ. 0 131 GONIt11 folOr OF PIPE 110/ GROUT SEE KEYWAY DETAIL (MAK) DS • 10. 0., EA. MT SECTION TYPE 21' AMAINOLE MT 70 SGLE EtgrtiVF4 TOW IVIPPIr•VEPETAETIN"WrING ST Erele9 TiE44171EE'''8075R 1.7LCE'''ITPZ2E cogsuwars 7)50 No. FM RUC, CORI at. 07 0 0 0 03 I— • LJ cn cn >- < 0 0 0 05EE767 of 1 61 ROM DRAM 160. STR — 895 07(7 P37/OCT 1E13032 Me: AILIFLOrwingsLCOCC STD STONED. 3_ TRANSITION FLOWLNE (2a TYPICAL) INANNTION 5,7 STANDARD CURB RIM 95 2-H OOxr. (a REO'n) PROP. PAVEMENT GRADE wo? xEETn IvwIAE51"" IN -PUCE 3000 PROP Ea 9O4Ms a 19 CURB INLET THROAT EXTENS/ONPLAN SECT/ONA-A NOT TO SCALE UNPAVED AREAS PAVEDAAEAS r,M,R.ACNCRETE wmcNT (4.oNanEv:Fr CONSTRUCTION JOINT IXGVATED Rv4! MCGILL 95i 482PRCT COx002 pgrgawm TExsnr STD. PROCTOR EEL— ATO SET EPDXY GROUT E5 INTO TUT Or NOR) OMe2IT OISI• GR65`6i G RRo<rGR .....-SELECT MCGILL MATERIAL FROM EXCAVATION COMP.. TO 95% SM. PROCTOR MANIC. 572 08008) - 'I2 BARS 55ro NOiE: BE is : a)EMMY GROG 9 SURFACE EMBED.) INFO CONCRETE Bib NOW T0 022724 REMOVEAND REPLICE TOP OFEXIST/NO cues INLETBETA/L NOT TO SCA" SECTION MANHOLE RISER DETAIL NG 70 SCALE 2AMAVEDAAEAS PAVED AREAS / axRvile "".""'r NarATIrTglIPArCIE'D"tO 9"5T ce B)vSEE COLE1z TORN11/ A m3PNrn:O N10NT ") IIT (AMI 9090) TRENCH BACKFILL FOR STORM WATER PIPES NOT TO KALB NOTE. (CONCRETE PAVEMENT EON}Vl MET TIC FOLLOWING R OENaXTAS u'0we) FROM PLANAON COMPACTED TO 95 DENSITY n 'TOR DENS SIND ENGS%Etlx(114111ALQau u) PROCTOR OENOn (0500 NM) CEMEMI-SIABILIZED SAM BEDDING ( TE00u007/0.V. ssx PROCTOR OERN, MSG0f 0) 0005) TPENCHBACKF/LL FOR STORM WATER ILC. BOX CULVERTS N°1 ro EX/STINGR6 PIPE PLUG PROP, P/PE 7022087700 RG BOX CONNEC7/ONDETAIL NOT TO SGLE WATERSTOP 93 BARS 3000 PS CONCRETE NOTn cumPrnaglunilft=n,1,3MED PIPE ENG OR TIE-IN u9- CONCRETE COLLAR DETAIL NO, TO SCAGNOT TO SCALEGENERAL NOTES FOR BACRF7LL CONSATMP5 514EL Na. fM PROJECT: COR 14148 SHEET68 a 161 MOW ON.RWC NO. STR-895 CRY PROJECT / 003092 Dale: oec 15. 2016 - GOMA GANNJ PIN NAGSMFFMIGSCGO GO 97NRNCe9 RPonINn AND INRW mom! FINAL BACKFIII f0ROW PPE TO 12" ABOVE PIPE] MATER THAN 12' ABOVE MEI UNPAVED AREAS PAVED AREAS raft I. .E INETAG REINAREMENTS Dr AMP 0240> MR SP CP PASSAPO 1/2- SVC pAsspRo /400NE-,0s wwR0.1 *3w.. MIX A� ro �0.�w. �>0ewti 5 0200' a' OF: ausxr0 008 o 1 WAWAR.AGOxurt. I.. P. 0011 ONCE z. 0 o* 2*, M FOR waw 2023 P r2 IV OR roc 51100* AN 2rsr . nN3N 16. 352 6 1mxp*1 aemw. 322x* RFC. OR Arm am. GAMER nmm 21 ,a, DIAMETEP au.. MorRi4 20 9.1X �r,PG�. 1P. AND MAT. EW, NGum? 1 IPPSOIL . ADAM/ *E N To:, O ' 001.) IROS O"' 10 OE 4.0101.7011.001.0. AWD TAMIL OA 0 OP Er 5wo ffE FARE z-,aR,0 �,T,eG R,SE TO 2';''''"“'1:: omv Ge 0232 ht“ 8.111111. WV. BE MEM SlAgeiZED SAND PRO PI FOLLOWING a PAn� O Sr / 1 O 100 53.5 2000 //0 Or 5430. 2=4"("/-70,-0"7:: CONSATMP5 514EL Na. fM PROJECT: COR 14148 SHEET68 a 161 MOW ON.RWC NO. STR-895 CRY PROJECT / 003092 Dale: oec 15. 2016 - GOMA GANNJ PIN NAGSMFFMIGSCGO GO 97NRNCe9 JUNCTION BOX PLAN (JB - I) WATERSTOP IRT-IVAT ci)KEYWAY DETAIL SCAM HTS. 0) 4.11.F P.M11671a..,9 ART714;'" '1 -•\ :10171;1= (11:026r) ICE Eh ;1°L7.7g,ffixl rusnetimiting:'inortanifitiosim 21:10112ELIRVIINEZ2=155112ZE MEI RBI ejSECTION COEHT-5106121220 SVID BROOM CORPACTELI TO 95% STA PROCTOR 028511, OSTIA 0898) a a r5. CONSULTAWS SHEET I. MI MEC, C01214148 0 CNJ 0 0 CO I— • w CY in 0 4.1 CC I, 0 0 00 STORM WATER JUNCTION BOX DETAILS SHEET 69 of 161 RECORD ORONO NO. STR-895 or maw 15..2 Mel Dec IR 2016 - 100.2) User 211= NAITOOre*Inp,e912.2-131-NISC 810010)6/9 .0M gg iE TYPICAL 6" CURB & GUTFER DETAIL NOT TO SCALE r00 6/15:122 S0 ETT3'6 TED ARO NICKENED . SHORN (OYER TO DEEM THE ON.) '11.17,111==i r,i3T-7""T I6 TYPE 'B' HEADER CURB DETAIL LOT 10 SUM SAW CUT msrm 3/e REDWOOD EXPANSION '---111,11, 3.10 BARS CONT. FO SPACING. ELNUNTE R.R8 ma 1E < s. 4" CURB & GUTTER DETAIL NM TO SCME CAP SEAL DETAIL NEW CONC. TO NEW CONC. NOT TO SGLE 10.E0 EDGE (MP.) PROP. 61 CONC. CURD 'RETAINING CURE SHALL ENO A NORM= MAW 0/ '026260"0240"'" Erg 12 NM CURB AND GUTTER TIE-IN DETAIL HOT TO SCALE GRASS SLOPE: 1/41 PER FL NIN. r PE SIDEWALK SLOPE : 1.2 IR MIN 'LE -77 • Orlun=7,MoVIV'' SURFACE & SIDEWALK SLOPE BEHIND CURB / 6" REVERSE CURB & GUTTER DETAIL NOT TO SCALE 1117=4,12V.:' roff.? =LI -3/E1 REOW000 EXPARSOR BOARD. SECURE GP SEAL SCOOP NANCE. CAP SEAL DETAIL NEW CONC. TO EXIST. CONC. CONCRETE SIDEVIALS- SIDEWALK RETAINING CURB DETAIL PLAN FOR SIDEWALK HOT TO SCALE M.P. ODOUR° NOT 70 SGLE - NEW TO EXISTING SIDEWALK TIE.IN DETAIL NOT TO EGLE NOT TO SCALE 3/0230005200 202267 ONO Dun 229220208219600226200713 1, LONE 0 TIE 0.C. ORM PMD EMRT.20112O COST CONC. SIDERME ))) TYPE 'AHEADER CURB DETAIL NOT TO SGLE MIL WEND PRINCIPAL RORK • CONT. REIM 1117HRU EXP. (OMIT MO SLED. W/ .0S GINED. PLAN SECTION A—A 5' VALLEY GUTTER DETAIL -662 320 ROT 10 SGLE \ garg471. 8 L_ __J PLAN SIDEWALK DRAIN X011 TO SCALE SECTION B -B NM TO SCALE VALLEY GUM. NOT, 1:=Ingan1112 EVATAMPT, MT= r..'onTullf1V127:ZAITIE<T7 ANO MEADER CUM NOTE% 3. TRADomRsE osooNs l/0•52E Dy 2002 033.22520028€ 22 ALL CURE Is WEER AND READER CURS 31 OMMIERM 00• 0-7E'015"0:47.)90 0028202039302 3022200300? 02220 322 • 00.LS X 1, LONG SPACED . INDICATED THE MX • DOWEL TRE°.'ealmLiff '""" "'s A WINNE NEW CAB @ cum: TOEP CURS JOINS FM,. CURB It oUT,TE.R. TRANSITION 111E IA, 10 OF THE NEW TO MATCH THE • tr'sYres'T•dls TA= ZerZEnErsgtZETTLV AND PROLE, DETAILS. PER IMMO DESIGN comm.. REFER TO IMIlltgrj°M7=7".% ae,To zgz (11P MNIN.t) uro MEXOLE SASE (.11 MINIMUM OR EQUIVALENT MOLL COENO A NEMO OF 11 BEYOND tHE MACK 02 CORO. 6. TYPICAL 61 CURE Sr GUTTER DETAIL 12.CM STANDARD AND.SHALL BE ggs tf<klts6 2Rss's .04.2,7ga =11 arArRoZsIZEM-007,107ZE' WorZgl2WcZU,-74111M rccErm.r. rat R. ADS (MERIDA. TWIN ....T.. ACT) HANOMP INPROVEMENTS. co<nums, COMPLY MX THE TEXAS Amprxms cjv 7,,KA.,111sKILCSIEFECTURAL 6. L.ST 1. OF THE ARFA DEKKO NE CURTI MULL OE ...UM #00000082096529590T0009702012020090H0 ACCORDANCE MTH NE SKOFICATIONS AS SOON AS POSSOLE '0VEZ001XLESI200607I=113702717PCE02l32 10 MOISTURE IN THE PAV.ENT STRUCTURE. 022 =ALM= 62500 720 r0 5 2 " "4. r""00 28'8' 1. :01. CONXTE CUSS EA11. MOD DeL ALL STEEL. OWE 60. M 3. CONCRETE TO RECEIVE BROOM MISR. N R11=1NDHErEPS1S0"INLL . a 8 5 mamma's WM No. 021 MEC. COR141{0 067 ▪ 52 z60 >- (..) 90 0 co 1— • v) ce (00 ce >-< <0 Ci 0 060 0 (/) 0 1,1 Z < 26 0 8 rx ce D C.) SHEET 70 a 161 RECOPO MOE Kt STR-895 WY PRIMO' E13092 PAVEMENT TIE—IN DETAIL FOR INTERSECTING STREETS 55- PLI RADE INFERIOR PLATFORMS IS IlONCAL MANHOLES THE LOPER PLATFORM HO acENT WILL FE MADE FOR 121i= TYPICAL SECTION SHOW NG MANHOLE IN ADJUSTED POSITION AND USE OF OASPHALT PAVEMENT REPAIR (TYPE 1) O INTERIOR MANHOLE PLATFORMS =ii ,anWAVAtr n 114.„.�u' [IUiru a -r n=u 1111 -n - SER TO DETAIL Ns CDSECTION AT EXIST. BLDG. STA. 2+50 (RT) SCALE ILT.S. SECTION FOR PARKING AT SANDI'S DINER s 6' CURB DETAIL CCNSIRIMR'S SHEET No. RP PROJECT: COROT,. 0 n 0 • z 0 w rA w Lz 3 Q 0 0 0 0 MISCELLANEOUS DETAILS SHEET 71 of 161 .0120 0&RAG Nn STR-895 On RiutEcr/CISQ92 Deo- Dec n, 2016 - 101x. N,,..:, RO: WSW So- a N1ON OLD N1= OL.WWWPI D CONCRFIEPAIVEUTI T ASPNALT PAVEMENT 1§77716.' PAM 1 w 7W6 C&O PLAN DRIVEWAY 07771 TIED SIDEWALK NOT TO SCALE CONCRE7EPAVEMENT1 ASPW/ALTPAVEMENT MT! hr NTINA'CAO own. aLo,N. cro PER 6M /DWT. 6DHEO6LC N/2) (0/2) 6.B. TOOLED Jr. Joryr (SEE OV. CUTTER DETAIO 2a� + CONCRETE SIDEWALK �L\ JOIN Nffl.) �� D.I DGMR N/2) FLARE STD. E0 CURB DRNEWAY oCONCRETE PNS GUTTER (PAY T R CURB GUTTER) ELME ("`" DE CURB STD. CURB 62 CUTTER PLAN 0VEWAYNnwoETACNED SIDEWALK NOT TO SCALE 5 SUMMARY OF CONCRETE DRIVEWAYS STATIONTr) WIDTH 'W' DIMENSION '0' (T) DIMENSION 'S. (TT) DIMENSION '8' (TT) DIMENSION 'A' (TT) 0Y (CONCRETE) (Sy) DRNEWAY (CONCRETE) (PRIVATE) (SY) EX6T. DRNEWAY TWE 2+81 LT 20.3 0 9.5 1.5 2.5 32.9 5.6 X 3+31 RT 24.1 2.5 5 1.5 0 32.4 0 3+14 RT 11.4 2.5 5 1.5 3.5 24.1 4.4 3+78 LT 19.8 0 9 2 10 55.0 22.0 4+74 RT 21.9 4.5 5 1.5 3.5 44.3 8.5 % 5+20 IN 9.3 4.5 5 1.5 4.5 25.3 4.7 5+40 LT 23.1 4.5 5 1.5 0 36.6 5,6 RT 19.0 4.5 5 1.5 2.5 39.1 5.3 6+53 RT 11.0 4.5 5 1.5 1.5 25.8 1.8 7+19 RT 10.0 4.5 5 1.5 0 19.3 0 % 7+46 RT 19.0 4.5 5 1.5 0 31.1 0 7+95 IN 17.8 4.5 5 1.5 3.5 38.8 6.8 8+20 RT 11.1 4.5 5 1.5 3.5 25.9 4.3 9+49 RT 16.2 4.5 5 1.5 35 36.6 6.3 % 10+98 LT 24.0 4.5 5 1.5 0 40.0 0 X 1+20 RT 25.0 4.5 5 1.5 6.5 62.4 18.0 12+25 RT 13.6 4.5 5 1.5 6.5 40.3 10.0 12+67 LT 36.1 4.5 5 15 70.3 16.0 % 13+25 RT 16.0 4.5 5 1.5 4.5 41.1 8.0 13+78 RT 15.9 4.5 5 1.5 0 29.9 0 % 14+50 IN 16.1 4.5 5 1.5 0 30.9 p % 15+25 IN 10.7 4.5 5 1.5 2.5 27.7 3.0 0 15+66 RT 25.9 4.5 5 1.5 0 42.2 16+21 Rt 40.6 4.5 5 1.5 5 86.1 22.6 9,0 RT 26.9 4.5 5 1.5 2 49.6 6.0 21+02 RT 26.5 4.5 5 1.5 0 45.4 0 % 21+68 LT 43.5 4.5 5 1.5 0 66.8 0 22+78 RT 15.0 4.5 5 1.5 3.5 31.2 0 23+00 IN 14.0 4.5 5 1.5 3.5 29.7 0 23+01 LT 39.7 4.5 5 1.5 3.5 78.4 15.4 25+25 LT 26.0 4.5 5 1.5 2.5 49.6 7.2 26+33 LT 27.8 3 5 1.5 2.5 45.4 7.7 26+51 RT 17.5 3 5 1.5 0 27.3 0 % 26+99 LT 27.1 3 5 1.5 4.5 51.1 13.6 21+29 RT 15.6 3 5 1.5 2.5 29.6 4.3 Totals 1444 201.5 DRA£WAY NOTES: I. OWES FOR WALKWAY MINN DRNEWAYS SHALL NOT EXCEED 201 ALONG THE DIRECTION OF 2. E GALL NOT EXCEER 10E1. EXCEPT UNDER SPECIAL CIRCD.STANCEG IF @MOWED BY TIE 3. CONCEIVE FOR ORDIEWAYS SNELL BE CLASS EENE AND HAVE A !ARMEE THICKNESS OF 6 INCHES. 4. RE -BAR SHALL EE GRACE 02. NMI A 1.0.00111104 SPACING Of 12- C -C AND AllOTTIONAL @AGONAL BARS AS ROF 3/0 REDWOOD EXPANSION BOARD JOINTS EMI D COWLS SHALE BE ERDSED. 12 gGe� c E Mp WxHoM swu"4,2zr, myssixc�iss cciE2TMR r [xPµsqu . o:r Ex1ExD J. MAL ACCEPTANCE OF THE PROJECT SHALL BE CONTINGENT UPC@ TEE CONTRACTOR Tmr pp.R). 00400 40 wx WARG ¢ITH @TN ocommES PN) rs ssewrr 844*08 05 RAs) 0P TLc DRILLB. NE .2. CU200 DOES NOT APPLY TO YS CONSTRUCTED ON V STINE CONCRETE 1.1320(3. CONTRACTOR SELALL AND EPDXY 54 2 IV DOWELS a IV 0.c. To CONNECT DRr,0004 TO EXISTING CONCRETE ROADWAY. SPECIAL NOTE; THE EXACT TYPE DT DRIVEWAY TO BE DETERMINED BY THE ENGINEER, BASED ON EXIST. *0N05)0N5. C2N91LTANf0 SHEET Ro. MI PROJECT: COR14148 5 O EN 0 0 04 W• W � N 0 gEC W < Q 0 0 O 08000 72 o) 161 RECORD OWING R0. STR-895 010 PROJECT 1E13092 Dec EOM - 1614un AWARD File STD DRIVEWAYS. SECTION DRIVEWAY 11777/ 77ED SIDEWALK HOT SO SCALE Ts SECTION DRIVEWAY WITHDETACHED SIDEWALK NOE 10 SCALE PLAN DRIVEWAYGOT/ER POT TO SGLE ff„ ED ONLYRIVEWAY WITH TIFN SIOFWAIK /evil Z CONS JgN7 W/ i• MS C.E. MEP ) N DOWEL (SEP 51511E: SECTION '0R m,E t=71:44"' DRIVEWAYGU77ER NOS TO SCALA F) DRIVEWAY HEADER CRRBDETAK SOL TO SCALE MAL DEPTH AAPILALL (SOBS ARY TO CONC. DANE) -1I1-111- L \ PA ION CONC. DRIVEWAY 7D ASPHALT PAVEMENT TIEIN DETAIL NOT 10 SCALE afr CONSULTANT'S SHEET No. M PROJECT: COR 16168 a 0 0 0 I— • W N CCo fY as 0 0 0 SHEET 73 oI 161 RECORII WNW AR STR-895 OTY RROWt / E13092 vac ns, sons - noUw N., NVn sro MrvEWnrseaN ON aL 3/0 MANSION AMR (rw7 ]/4• E4PNMwNJON13 (T)T6 TYPE fcl DRIVEWAY NOT TO SCNE (Fn (a) (#2) 3/ EXPANSION nTe) 1=g 8 fll s /TIISI DRIVEWAY coNsmucnox NOT TO SCALE c»I (2x) 3/4- AFN6RI1 JOINT (m) J I (O DIPAX9001 .101. TYPES MRA) i MICA) DRIVEWAY NOT TO SG. 1_ 01) /21 CONTINUOUS 6" 7 CONTINUOUS (1) EXPANSION /OBIT RO, (/]) \ 9w a' 2: ) TYPO(SJ DRIVEWAY (O/3) NOT TO SONE (W2) THICK WALKWAY DRIVEWAY DRIVEWAY ON9 TYPES IAMBI & /I BJ DRIVEWAY NOT TO SCALE OF CU STANDARD DRIVEWAY DIMENSION OWY. TYPE (4.) W5 (rr.) (4.) 10-00 10 16-55 15 M. 10-30 5-10 MRB 10-00 MGA 10 15-J5 10-30 10 16-35 <10 10-50 <1B DAR 10-b rus <10 VALUE OF MAY BE CHANGED Y RANGE OF NORMALLY ACCEPTABLE VALU RAES LEGEND (DRIVE TYPE) S = SPECIAL DRIVEWAY LER CURB ED RESIDENT. DRIVEWAY ED SPECIAL DRIVEWAY ED MULTIPLE RESIDENTIAL DRIWANY ED MULTIPLE SPEC. DRIVEWAY $v CONSULTANT'S SHEET Ma EN1 PROEM COR14148 SHEET 74 or 167 RECORD MOM NO. STR-895 pry PMVEC1 IE15592 WM. Dec 15. 2016 - IY44en wv.u) RM. M\IENOTW KIRSACDEC STD DRIVEWAYS*. u 1 SIOEWNK a 151$g / CORE CONmNCmx JGxT',. \ / BACK IF CURS-,... u Wx4mu<Nom )) -ti_ IdaCURB FADE-OUT c TYPE fcl DRIVEWAY NOT TO SCNE (Fn (a) (#2) 3/ EXPANSION nTe) 1=g 8 fll s /TIISI DRIVEWAY coNsmucnox NOT TO SCALE c»I (2x) 3/4- AFN6RI1 JOINT (m) J I (O DIPAX9001 .101. TYPES MRA) i MICA) DRIVEWAY NOT TO SG. 1_ 01) /21 CONTINUOUS 6" 7 CONTINUOUS (1) EXPANSION /OBIT RO, (/]) \ 9w a' 2: ) TYPO(SJ DRIVEWAY (O/3) NOT TO SONE (W2) THICK WALKWAY DRIVEWAY DRIVEWAY ON9 TYPES IAMBI & /I BJ DRIVEWAY NOT TO SCALE OF CU STANDARD DRIVEWAY DIMENSION OWY. TYPE (4.) W5 (rr.) (4.) 10-00 10 16-55 15 M. 10-30 5-10 MRB 10-00 MGA 10 15-J5 10-30 10 16-35 <10 10-50 <1B DAR 10-b rus <10 VALUE OF MAY BE CHANGED Y RANGE OF NORMALLY ACCEPTABLE VALU RAES LEGEND (DRIVE TYPE) S = SPECIAL DRIVEWAY LER CURB ED RESIDENT. DRIVEWAY ED SPECIAL DRIVEWAY ED MULTIPLE RESIDENTIAL DRIWANY ED MULTIPLE SPEC. DRIVEWAY $v CONSULTANT'S SHEET Ma EN1 PROEM COR14148 SHEET 74 or 167 RECORD MOM NO. STR-895 pry PMVEC1 IE15592 WM. Dec 15. 2016 - IY44en wv.u) RM. M\IENOTW KIRSACDEC STD DRIVEWAYS*. OSIDEWALK DRAIN AT STA. 2+89 (RT) 0 5' 10' SCALl cmis Oi CONCRETE STEPS AT STA. 6+57.8 (LT) 0 5' 10' SCALE: 1'-5' MST. PLANTER ID // EL Lgg [PxoP. mxc. srer E C. CONE Rnaxxa axe uN oxI IDEVALN NC CONCRETE STEPS AT STA 11+53.9 (RT) 0 5' 10' S LINE n PROP. x C e c� OCONCRETE STEPSoAT 11+81.6 (LT) Om s CO,W.TMRs SHEET N. M PROEM COR14148 T 0 0 0 m 1— • ce W N N N � >-g Q O 0 0 0 SHEET 75 d 161 ROM 8811168C ru STR-895 011' PROJECT 1E13292 201 47 co Fia7:\ EXIST. CONC. SIDEWALK tI rkr%.1-0 ITt" CONC. STEP EXIST FENCE CONC. STEPS TIE—IN AT STA. 15+05 (LT) 0 10' SCALE: 1..5' C) SECTION PROP CONC. MUCH DOST. EXIST. CONC. REI040 / =TM "Ew • "4-"=.7. = o. ... ragfr" • - .1 Wof17,4241 CIEXPANSION JOINT DETAIL SCALE nmrsomaysav-Ar-or-sam.a CI TIE—IN DETAIL 0 SECTION MME'ZZAWZIEUgg2.' PPOR C & O. 0NRE 0, 4) 1,2.71m- .1:7112-114111.17=17 (1,) SECTION SCALE: H.T.S. N'00054010/o.c. VEr.6""To"0000L EXIST. &OBOES TENSOR TX -S GEOORIO TOOLED EDGE (Try.) sispi PROP. S. THIC 90011&14 REFER OVATI. IPS GI)STEP DETAIL SCOLL: H.T.S. 1110000 EDGE IS" 14 COWES 0 IV 0.4 50 co Loos SHEET Na. P 00010148 SS: ; gg ‘14tVir- 44. 01 0 0 0 00 01 SHELF 76 a 161 REMO OWING NO. STR — 895 00005001? / Et 3092 ED CURB RAMP s• 10 SCALE: 1.=5• TYPE A 417384 : Nom CURB RAMP — TYPE C 0 5' 10. SEAL es CURB RAMP — TYPE B 5' 10' SCA. cpCURB RAMP — TYPE D 0 5' 10' SC pF C01@JLw0s SHO Nu PROJECT: COR14198 CURB RAMP DETAILS 01 SHEET 77 01 161 RECORD MOW 00 STR-895 pry 1ROZCH / E13092 �Se CURB 1NL \ FROM 6. TO Cr wit,ra� "ENKuuN ,Hw.E1 Lne1 owe �wH..ce iz"' DoE w�.a MIS S/: OCURB RAMP — TYPE E 0 5' 10' sc k./ xonownx PnveNen. AYSFS ST OCURB RAMP — TYPE G 0 5' 10' AJAR rT O CURB RAMP — TYPE F 0' .EN'wEwm"w"�N NENzso " NOmw<. ".,VcwEN. E, i ,NowO AIME 5' ST. DETECTABLE Y. SURFACE TS. WIDE 9' wo. MK m13.1 LNON 'Pg -'01747 " (9 CURB RAMP — TYPE H 0 5' 10' SCALE; 1=5' Ns wi OPPOSITE GON511LTMWS SHEET N, MI MOM, 001316168 0 0 CO0 w1 - w CC N 0 LLI M >a ao z 0 CURB RAMP DETAILS 02 SHEET 78 of 161 RE401ID MOM NO. STR-895 MY PROJECT /EMU uad. ons I5. 6«IS - I0n6en usnn N, FM: Nmrsnren _39 SECTION 0 SECTION SECTION 22212: ZIZZ 7.MM 707,"1 0 TYPICAL CONC. WALK W/ CURB C) SECTION NEW LAYBACK CURB AND GUTTER FOR WHEELCHAIR RAMPS SGLE 2." ro 2 MISULTAN/S SHEEF PROJEC, C013.148 0 0 03 Lv < V) 0 M EF, 5 >- < 0 0 CURB RAMP DETAILS 03 SHEET 79 of 161 WOW ORME fa STR -895 Ca PM./ / E13092 reee Dec ID. DOM - Mew, epee W..1,0raienceNTNICC STD RAMP DEM-S.1n o' ©C 'T y� CURB MVPS WY El E ALLOWED ON A CASE-BY-CASE CURBCONSMS � IS APE Z V MGR ID LOSSTROCTION B5l ri won, ax A yro ' rs A% NO. ENI P90[Cl: COR16148 {y3. DANT BII_;ES. Ii 9 101361 V TOgagnC7rov. Op 4 9 ux Rux / `� /� ' m*i'"` _ Mill ,v,. \\ SIDEro N.r\s FL� I WE7 ITWE WI 1 TYPE1 I TYPE4i PIAGONAL CURB RAMP CURB RAMP MID—BLOCK PLACEMFNT PERPENDICULAR CURB RAMP DIAGONAL COMBINATION CURB RAMP (RETURNED CURB) PERPENDICULAR RAMPS (SIDEWALK ADJACENT TO CURB) PERPENDICULAR TO THE TANGENT OF THE CURB RADIUS AND CONTAINED IN CROSSWALK CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services a• rx m rsamfCMS HD. 1.11WOOM Avu s ro 5' 9M , �/ -0 .. ••. sruRro uxws .uq' OR aro TYPE 2 1 1TYPE r11 TYPE 51 1 TWE 8 AYERS ST. OCEAN DR. TO ALAMEDA ST. CITY OF CORPUS CHRISTI PEDESTRIAN CURB RAMP STANDARDS 1 OF 4 PARALLEL CURB RAMP WITH CURB RAMPS AT MEDIAN ISLAND COMBINATION CURB RAMP DIRECTIONAL RAMP WITHIN RADIUS SIDEWALK ADJACENT TO CURB (SIDEWALK ADJACENT TO CURB) (USE ONLY WHERE WATER WILL NOT POND IN THE LANDING) .uo'^aRaav • ., CURB e ro o '®©� ., ro o RM. smWN.eT s uw IOa 91007.1weL', water ass pox s• nTr¢rsue v.www swa.¢ts. , 4IOWPM OflABS HOT 51.10.1 I 1 TWE 9 I I TWE 3 I I TYPE 121 6 I TWE 6 1 OFFSET PARALLEL CURB RAMP FLUSH CURB RAMP AT MEDIAN ISLAND OPENING PARALLEL CURB RAMP DIRECTIONAL RAMP WITHIN RAD/U$ (SIDEWALK SET HACK FROM CURB) 3 SHEET _alai 161 RECORD 961166 110. STR-895 CRY PMUECT 8 613092 P.N. CURB WW1 IRE INSCOURAGEO. CCM OJOS WY BE MIMI, ON LASE -BY -MSC r\107 I 00 TYPE 131 AT INTERSECTION W/FREE RIGHT TURN & ISLAND COMBINATION ISLAND RAMPS 1TYPE 14j PERPENDICULAR CURB RAMPS (Bl -DIRECTIONAL) (SIDEWALK SET BACK FROM CURB) II0071 (nPl MILPFTE SIALA BE 0316.11.01.6 CUVI WV, HEADER CURBS AT CURB RAMP 1. SUBCRADE UNDER CONCRETE SIDEWALKS AND CURB RAMPS .SHALL BE COMPACTED O 951 STANDARD PROCTOR DENSITY. 5/0EWALK NOTE5: THE MINIMUM SIDEWALK WIDTH FOR ALL ARTERIAL AND COLLECTOR STREETS IS 5'. WHERE A 5'SLOEWALK CAN NOT BE PROVIDED DUE TO SITE CONSTRAINTS, A MINIMUM 4' SIDEWALK MAY BE PROVIDED. 5X5' PASSING AREAS SHAM BE PROVIDED AT INTERVALS NOT O EXCEED 200' FUR ALL SIDEWALKS LESS THAN 5' MI WIDTH. 2. MAXIMUM ALLOWABLE CROSS SLOPE ON SIDEVAUC SURFACE IS 21. S ALL EXPANSION JOINTS TO BE 3/4" THICK WOOD FIBER ASPHALT -IMPREGNATED EXPANSION BOARD. UNLESS OTHERWISE NOTED. 2. ALL CONCRETE O BE CLASS A' rce3,000 PSI. ALL REINFORCING STEEL TO BE GRADE 60, 11-60,000 PSI. 5. SIDEWALKS SHALL BE AT LEAST 4" THICK CONCRETE. 6. CONCRETE SURFACE O RECEIVE BROOM FINISH. 7. TRANSVERSE CONTRACTION JOINTS WWI. BY 1/2" DEEP SHALL BE CUTIN ALL SIOEWALAS AT 5'-0" INTERVALS (444X4IUM). B PROVIDE PEDESTRIAN ACCESSIBLE ROUTE WITH DETECTABLE WARNING SURFACE FOR SIDEWALKS NAT INTERSECT CONTROLLED DRNEWAYS. DETECTABLE WARNING SURFACE SHALL BEA MINIMUM OF 24" IN DEPTH IN DME DIRECTION OF PEDESTRIAN TRAVEL. MND EXTEND THE FULL WIDTH OF THE ACCESSIBLE ROUTE WHERE IT INTERSECTS THE CONTROLLED DRNEWAY. CURB RAMP NOTES' PROWCURB RAMPS WHEREVER AN ACCESSIBLE ROUTE CROSSES (PENETRATES) A CURB. 2 __OPEC _ __ RAMPS ANO L2WO RAMP IN DIRECTION OF TRAVEL SIDE SLOPE OF RAMP (FLARE) C'RO55 SLOPE OF RAMP LANDING AREA (ALL DIRECTIONS) &A.M. AREAS SIDEWALK IN DIRECTION OF TRAVEL 1:20 / 51 / 0.50" PER FT SIDEWALK CROSS SLOPE 1.00 / 21 / 0.2." PER FT GUTTER IN DIRECTION OF TRAVEL 1:20 / 51 / 060" PER FT A SMOOTH MAMMON (551:50) IN DIRECTION OF TRAVEL IS REWIRED WHERE RAMPS TRANSITION TO THE STREET MAX SLOPE IV, 1 IN PER FT) 1:12/8.031/1"PER FT :10/101 / 1.2. PER FT 1:30/22 / 0.24. PER FT 1:50 / 21 / 0.24. PER FT 3. PROVIDE FLARED SIDES WHERE THE PEDESTRIAN IFCULAMNN PATH CROSSES THE CURB RAMP. FLARED S SIDES SHALL BE SLOPED AT 101 MAXIMUM. MEASURED PARALLEL O THE CURB RETURNED CURBS MAY BE USED ONLY WHERE PEDESTRIANS WOULD NOT NORMALLY WALK ACROSS THE RAMP, ETHER BECAUSE THE ADJACENT SURFACE 5 PLANTED, SUBSTANTIAL, OBSTRUCTED, OR OTHERWISE PROTECTED. 4. LANDINGS SHALL BE 5X5' MINIMUM ATH A MAXIMUM 11 SLOPE IN ANY DIRECTION. S CURB RAMP MUST BE WHOLLY CONTAINED WITHIN CROSSWALK MARKINGS, EXCLUDING SIDE FLARES (0)070rjggijalf_y2MICarthluCa 6. CURB RAMPS FLARES AND LANDINGS SHALL BE AT LEAST 5" THICK CONCRETE AND EXPANSION JOINTS SHALL TWCALLY BE USED AT AMICMME WITH AOgMING AREAS 2. MANEUVERING SPACE AT THE BOTTOM OF CURB RAMPS SIAL BEA MINIMUM OF 4.54' WHOLLY CONTAINED WHIN THE CROSSWALK AND WHOLLY OUTSIDE THE PARALLEL VEHICULAR TRAVEL PATH. B. MAYB0CK CURB AND GUTTER MAY BE CONSTRUCTED MONOLITHICALLY NUN CURB RAMPS. PROVIDE N0. 4 12" LOO SMOOTH DOWELS 0 12" ON CENTERS IF NOT PLACED MONOLITHICALLY. 9. PROVIDE A SLM00111 TRANSITION WHERE INE CURB RAMPS CONNECT O THE STREET. 51 MAXIMUM SLOPE IN CUTTER. 10. ADDIROWL INFORMATION ON CURB RAMP LOCATKTN. DESIGN, LIGHT REFLECTIVE VALUE AND TEXTURE MAY BE FOUND IN DC CURRENT EDITION OF THE TEXAS ACCESSIBILITY STANDARDS (TAS) AND 16 TAC 46B.IO2. 11. DIAGONAL CURB RAMPS ARE DISCOURAGED. DIAGONAL CURB RAMPS MAY BE ALLOWED ON A CASE-BY-CASE BASIS ONLY I OTHER CONFIGURATIONS ARE NOT FEASIBLE ANO MUST BE APPROVED BY THE CITY PRIOR O CONSTRUCTION. 12. FINAL ACCEPTANCE OF 1HE PROTECT SNAIL BE CONTINGENT UPON THE CONTRACTOR PRONGING THE WY AMA FINAL INSPECTION REPORT FROM A CERTIFIED REGISTERED ACCE5SIBKRY SPECIALIST (RAS) PER 16 TAC 46852 STATING THAT AL[ ADA (AMERICANS WITH DISABILITIES ACh HANDICAP 4MENTS. AS ED CONSTRUCT, COMPLY R1TH THE TEXAS01045 2CCE55IB4Itt STANDARDS (TAS) FOR ELIMINATION OF ARCHITECTURAL BARRRERS PER TEXAS GOVERNMENT CODE CHAPTER 469. DETECTABLE WARNING SURFACE NOTES. I. CURB RAMPS MUST CONTAIN A DETECTABLE WARNING SURFACE THAT CONSSTS OF RASED TBMCAT£D DOMES COMPLYING WITH SECTION 705 OF THE IAS. THE SURFACE MUST CONTRAST VISUALLY WITH ADJOINING SURFACES INCLUDING SIDE FLARES. 2. DETECTABLE WARNING SURFACE FOR TAMPS SHALL BE ADA SOLUTIONS AVC PART NO. 2460REP CAST-IN-PLACEABF TACTILE WARNING SURFACE TILES TRUNCATED DOME OR APPROVED EQUIVALENT. IN "BRICK RED" COLOR. J. ALIGN TRUNCATED DOMES IN THE DIRECTION OF PEDESTRIAN TRAVEL WHEN ENTERING THE STREET. 4. DETECTABLE WARNING SURFACES SHALL BEA MINIMUM OF 2A" IN OE IN IN THE DIRECTION OF PEDESTRIAN TRAVEL AND EXTEND THE FULL MTHOF THE CURB RAMP OR LANDING WHERE THE PEDES(000 TRIAN ACCESS ROUX ENTERS THE STREET. 5. DETECTABLE WARNING SURFACES SHALL BE LOCATED SO THAT ME EDGE NEAREST THE CURB LINE IS A MINIMUM ON 6" ANDA MAXIMUM OF 10" FROM THE EXTENSION OF THE ACE OF CURB. DETECTABLE WARNING SURFACES O BE CURVED ALONG THE CORNER RADIUS. COB1IATMIT7 JOB K0. TM PROJECT: CORI 4148 a SHEET 1- 9r 151 RY.O9) MOW NO. STR-895 CITY PROJECT / E75092 SMACK 5IDFWALK APRON OFFSET SIDEWALK WIDE SIDEWALK SIDEWALK TREATMENT AT DRIVEWAYS CAFE PROTECTED ZONE =-A PROTECTED ZONE PLIZSROIN CO:01.AnON ARM 4" n0 GWXGrs SEDWm 171.10 OD e0• ARM Die SOWN.. CLEAR GROUND SPACE CENTERED AT PEDESTRIAN PUSH BUTTON WM DIST PLAN VIEW PLACEMENT OF STREET FIXTURES (ITEMS NOT INTENDED FOR PUBLIC USE. MINIMUM 4' X 4' CLEAR GROUND SPACE REQUIRED AT PUBLIC USE FIXTURES.) GENERAL NOTES 1. ALL SLOPES ARE MAXIMUM ALLOWABLE. THE LEAST POSSIBLE SLOPE THAT WILL STILL DRAIN PROPERLY SHOULD BE USED. 2. PLACE TRAF772 SIGNAL OR ILLUMINATION POLES GROUND BOXES, CONTROLLER BOXES SIGNS. OTMMAGE FACILITES AND OTHER ITEMS 50 A5 NOT TO OBSTRUCT THE ACCESSIBLE ROUTE OR CLEAR GROUND SPACE. 3. THE MAXIMUM ALLOWABLE 51075425 CROSS SLOPE EQUALS 2X. 4. STREET GRA0E5 AND CROSS SLOPES SHALL BE A5 5504111 ELSEWHERE IN THE PLANS 5. EXISTING FEATURES THAT COMPLY WITH TAS MAY REMAIN IN PLACE UNLESS OTHERWISE SHOWN ON THE PLANS. B. CHANGES IN LEVEL (MATER THAN 14 ARCH ARE NOT PERARREO T. THE LEAST POSSIBLE GRADE SHOULD BE USED TO 44.44IM1ZE ACCESSIBILITY. THE RUNNING SLOPE OF SIDEWALKS AND CROSSWAU7S, WHTNN THE PUBLIC RGHT-OF-WAY, MAY FIXLOW THE GRADE OF THE PARALLEL RINGWAY. WW£R£ A CONTNWUS GRADE GREATER THAN SX MUST BE PROVIDED, HANDRAILS MAY BE DESIRABLE ON ONE OR BOM SIDES OF THE SIDEWALK TO IMPROVE ACCESSIBILITY. HANDRAILS MAY ALSO BE NEEDED TO PROTECT PEDESTRIANS FROM 441745ALLY HAZARDOUS' CONDITIONS. IF PROWDEO, HANDRAILS MUST COMPLY WITH TAS 4.8.5. B. 54420540 EXTENSIONS SHALL NOT PROIRUOE INTO THE USABLE LANDING ARA OR INTO INTERSECTING PEDES4RIAN ROUTES. 9. SIDEWALK DETAILS ARE SHOWN ELSEWHERE IN THE PLANS. A PROIRMOM OF MORE nio 4' WO IRE .1000.641. CURD OR FOONOAIIINI A DIE 130710.11 10 PROM- 4. 04/0.1414. Tem <2 AREVEVABLE BY OWE ASO 00 ROI <Oa< DETECTION BARRIER FOR VERTICAL CLEARANCE <80" Q 65 " Q NO w� ¢65 0 Q U O SHEET 82 01 161 RELOR CROW M. STR-895 CITY PELIEC71517092 DETECTABLE WARNINGS CMULTANTY d08 NO ENI PROEM C0111410 409.--kro, ::' 4 FEZ EFSS o n A !? 5 f P I Ammo ;:t.'it.% rgIVIT°I.TIV" :T. gg:'6.60,,i;o0ot i %,g:gggEgri* ..n IP 30uou u u a.m. Kogg:ggg:g .4 ;gcIge, MEW' 0 .,,IV, \ •-- La, " PARALLEL CURB RAMP ,..ICE Or jut woo PERPENDICULAR CURB RAMP = dlik%, CITY OF MICORPUS CHRISTI TEXAS Deportment of Engineering Services TYPICAL PLACEMENT OF DETECTABLE WARNING SURFACE ON LANDING AT STREET EDGE TYPICAL PLACEMENT OF DETECTABLE WARNING SURFACE ON SLOPING RAMP RUN — 4.1-.9.2.9 Mir OR WI • RUM • Ir 0.C.E.W. FABNICA/C0 OtT[CtAeLE WARNING PANEL ii•l,''''' 5 § 1 a L'''' Eigtigr ,,,,,,.,;, \L;....__ _ """ " ••••• AYERS ST. OCEAN DR. TO ALAMEDA ST. CITY OF CORPUS CHRISTI PEDESTRIAN CURB RAMP STANDARDS 4 OF 4 CLASS SECTION TYPICAL SECTION THROUGH YIN 5;c0I.F7aCLLISK OF DEMCYABLE A CONCRETE A -A CURB RAMP ille,ITES":,Erki: 5..gq.ggggL'. 402,ggg2gggg g.ggggggg 'gg'Oggi A.,..., DIRECTIONAL CURB RAMP IBITz zinza- - ....r. jazz - •• ..."`" TYPICAL PLACEMENT OF DETECTABLE WARNING SURFACE ON SLOPING RAMP RUN AT A RADIUS • •111/1. A. A ' \ \ r Vigroo:L: ,o. oc SECTION B -B CURB RAMP PROFILE W A g a SHEET 83 al 161 RECORD ORIOING NO. —895 STR an' AAAArr Luly22- i BUS STOP P. ,171:11S CDBUS STOP SHELTER PAD PLAN (2—REVD) SCALE: .ALE: 1..5) 11 MIA. C.C. PAVEMENT SECTION Wan aux • It' 0:.E.M. Z8:1?) FEL.117,+-,:77L +assaanamaaaaNaNaMEM. mama IG7 CDLIPACIED t";•Lt: 'Er CDBUS STOP SHELTER PAD SECTION COHC. PAVEIIIEHI sEcncx PR. COAT ri:TS.T071E F= E OR 1-2) C.D.. TO 9BX HOMED Mel. DE.09 (AST) olssn 17SET-T:=S2r6M9 SECTIONS SNEER 6-9 PROP. MBAR 11)-5 STME, sT MIN A4(W «,z,a-ocroarz- wazurazegar la DI. 0 20• 0.C. DETAIL M=M= =iff.7- ED ENG.. cpCONTROL JOINT DETAIL saw CUT NOTE; u'E corfot,,r are:Tang= I'DIS 60150ENED. SLIMMEST. TO PRM.IT AGORECATES ROY 1)61.01.50 ETI THE SAW • 5 MNSULTNIYS SHEET No. RN PROJECT: COR161,18 z 0 0 BUS STOP SHELTER PAD DETAILS SHEET 84 of 161 REORO ORIPAVG NO STR-895 RKUECT/E13092 HX,SHAA.BDASFX.C.T-6.....0 3/4. EXPANSION Jooe BUS STOP P. ,171:11S CDBUS STOP SHELTER PAD PLAN (2—REVD) SCALE: .ALE: 1..5) 11 MIA. C.C. PAVEMENT SECTION Wan aux • It' 0:.E.M. Z8:1?) FEL.117,+-,:77L +assaanamaaaaNaNaMEM. mama IG7 CDLIPACIED t";•Lt: 'Er CDBUS STOP SHELTER PAD SECTION COHC. PAVEIIIEHI sEcncx PR. COAT ri:TS.T071E F= E OR 1-2) C.D.. TO 9BX HOMED Mel. DE.09 (AST) olssn 17SET-T:=S2r6M9 SECTIONS SNEER 6-9 PROP. MBAR 11)-5 STME, sT MIN A4(W «,z,a-ocroarz- wazurazegar la DI. 0 20• 0.C. DETAIL M=M= =iff.7- ED ENG.. cpCONTROL JOINT DETAIL saw CUT NOTE; u'E corfot,,r are:Tang= I'DIS 60150ENED. SLIMMEST. TO PRM.IT AGORECATES ROY 1)61.01.50 ETI THE SAW • 5 MNSULTNIYS SHEET No. RN PROJECT: COR161,18 z 0 0 BUS STOP SHELTER PAD DETAILS SHEET 84 of 161 REORO ORIPAVG NO STR-895 RKUECT/E13092 HX,SHAA.BDASFX.C.T-6.....0 8@ 8a ee uec ,s, m,s - Ioxlnn oven bJ rb. mvrse.er xc-xrsL-smivixw.x STRIPING NOTES. V412 11112212 4120.219120 28011 BACK DF CUM 70 CENIFR OF MOE. u,x wEwx rsacxE xp max o s J , �1 / R -R IAWFV,Annoolg & ALLED x "r9" wics o,wmo p"rxox. (p) rcxmrs Ta.r:ic mREemx roar Iwo sxww IRE ae uwxm ox ,xe rnxuva. 0 c STRIPING PLAN 0 SCA / LEFT TURN DETAIL (TYP.) NOT TO SCALE U s—__. Rinws 11111 ainvAimiliminum- ®'s I II II 1 I I TO aT cel OSTRIPING PLAN 0 20• 40• vni P: 1'=20 0 N —w z 2 .81 '1 CONSULTANTS SHEET No. NO PROJECT CORl4I ea "4- 0 0 N 0 z 0 m W� N 0 Ins EF, s 0 0 a 0 0 srxrr 85 a 161 REM DRAW NO. STR-895 Clry PROJECT / E130B2 661 676 134 4 4 STRIPING PLAN 0 z°' 401 SCALE 41 36 / r_ 00 AYEIt887: M (.) (eec) (oey INNIMINIk 1 Z — U / 1 1 - [ - INIali- STRIPING PLAN 20' 40' SCALE: 1 —20 . 86 8a= e GONWM181S SHEET RP. NIM PROEM COR14148 (NCE• 86 of 161 MOO MANG NO. STR-895 Gm RR°iCG) / E61N2 66...3.1 1135.66 awn • ) 00 EFLa X010) n I OW �woss�, R�•.� '0 i• m B) 0,0)r 000 (FOR SOOTY ST. STRIPING UTOUT, zL EE SNT. 89) -vm� )`;-741`)'''' C) (9,o ()) )0) (SIO STRIPING PLAN a 20. 60. 5. 1L PAY OAT TY �)i`woRo: ( Sat RS"o� iULrNIYS SIEET No. moscr: GOR(<,ae Sw� W Inc111 �m z U SHEET 87 W 1 6 1 RECORD ROM M9 STR-895 00 RR0IECt 1213092 m.. o.c is. 200 - 14210 11®:0 rc.. 00,11,- 00,CV-nT-PU-s*nw� 04 \ i .11 n ( (moi NL (N ANN) VIII 1 (2.9 do) ,(4,T=,o)tt IW m (N 51448E11) INIM =Mk lir '\ �■I 1 I 10) Mm L0ES) (SLO) 92 o {�4+00 AY6188T. III (MN� 1 1 OSTRIPING PLAN 0 20' 40' SCALE: 1"=20' o) n, tt ` vrit T>wv•( IS srA :o,ol.00 :' 1 ) 11 M (.') (Sm) (uw) m ®crc� nu�v l ®moi®JJ////- 1.r• F I A}7SS0 C OO O \ z— � F — Oo STRIPING PLAN 20' 40' SCALE: 1"=20' SWIM .> /if S ��r_i 1 M 00 (SLS) ` M p(l CNO) uON m_ V-\\-- 1 - � 29+00 CONSULTANTS SHEET No. 011 PROIECI) COR14148 0 0 m ~ • N (r) Inc (n Tr 0 0 0 a 0 Z Z 0 0 0 z*) LT2o (n¢ SHEET 88 o) 161 RECOVU ROM NO STR-895 ply maw 1)13002 SIENOro PL 7.1 REEL PAY AIRS (4(4U001T40100) (00 1,1> REEL YAK 1,0 Poo. !Ile= LIE !RED TO r1STRUC PROP. TYPE 1.1) TYI 12)1)4140) IIIII16.11111111111111111411 PREFAB REFL PAV AMA Fn 1) mem it/ I r 9,7>31;'5 7-ZoTgl; 400 0 ACCESSIBLE PARKING SIGN DETAIL SICITF% I. :1,,SitZE .41 BE REFLECTORIZEO RAT SURFACE '121S11714.4E,17,FXEcj'46.7" !1If rut Mg. 2 ,L1 Triir ,=. ,„ (47 'gw' PREFAIISEFL PAY (4) (SA.) (C.) 7247 17.g° - 7,41? \\ 5 Boott ST. STRIPING AND SIGNAGE PLAN 0 20. SO. () ACCESSIBLE SYMBOL DETAIL lia.11.1 ILCBAIR .7070.L.SrL BE PA1117E0 WRITE 0 SHARED PAVEMENT MARKINGS MAAR OF eaorearrirersr r\_ SO. ror TYPICAL SHARED PAVEMENT ci) MARKINGS TREATMENTS 1 1:4 Ai. 000SULTOItS 9(1)1) PROEM COR14.148, Wi-S11 ji 30 w 0 0 0 z 8: 30 slim 89 a 161 REMO ORWVGIV. STR —895 Car MUM! I EIM92 ONLY LEFT LYE nwNar LOON ON TNE PLANS. EXCEPT WNW DESIGN 1. ALL NEW TRAFFIC SIGNS. ECEPT MEET .12 BLADES. MIL K. LCAL-A11%,01;710:0=TWE OW INSTALLED ON NW FRONT 6CENT). E i E �E�.R �.tE . �L*m. SIGNAGE PIAN 9 zo a Nem s1FEET NAE sora I10 STOP W MaYtnwe LCCA,no sunoR LOC. SI -N BLAZE ...BADE 4+24 AYERS ST. 1000 n CONSULTAN. 94221 Na 00 PROJECT: COR1<1N9 Wj Aoa W= LLD 722 O O Z 0 m wNw N 0 w 2 >a ¢o IY aZ 0 MEET 90 of 161 XECORO WOG IP.. STR-895 CITY PROJECT / E13093 0414: Dec 15. PL-SIONu.E.dq fel SIGNAGE PLAN SCALE: 1=20 A S4 -3P (24'189 R2-1 (24•..309 s4 -1P (24'109 I 88 3+00 00 AYERSST 5+00 _ o / L 1 ws xe cxewEcx uxr sxn T¢ W STA. 14400 SWEET NYE 040.EAT✓D 810P9010300Y141l1.33110101.0011100) BEA1UI LOC. 9-99ADE 9-01. BLADE EOCP 0410 AYERS Si. 1100 FM Si. 16D0 10488 AYERS Si. 800 MM. Si. 1700 13.78 AYERS Si. MO 50.1 Sr. 1100 SIGNAGE PLAN 0 20' 40' SCAIi•_20' SPEED Mgr 30 SPECIAL NOTES' Ax9 P<xsw2 a rax z xre.-.7wBme a (swin xm7 semwc wrzwsm anc ttwx[scw0. CONSLETANTS SHEET W. R9 PROJECT: COR161<8 o >• U n 0 N 0 0Z m W • W In In Q Q 0 Q0 0 0 srcET91 4161 KUNO WNW N0. STR-895 Ory WOLECI 103092 BOOrSE (FOR BOOTY ST. SIGNAGE LAYOUT, SEE SNT. 89) Z////////////j Z ON10V01 20+00 AY737BM. 0 _ 0 OSIGNAGE PLAN 0 20' 40' SCALE: 1'.20' 2 ESTOIT LOCCINTH Mr° gar 2. lap.,‘ELTO SHEET 138 POP TRATIGULAR SLIPRASE GIMPY PTA MOURIVIC SPECIAL NOTES: Y-w-umiwr "LT' ix""" OW EXCEPT STREET PANE M\rTYPE 7.xart anPT x) Gn mE E (SUPFACT MATERIALS ER MGH HIGH .reEntsny nTmacEuq. Cuo.ILTnNYS 51[ET CO 4.9 0,1 N o 0 Z U) O + (➢ 0 N W N Z . XQ O U) (no LLI � o W Q Z0 E ao (nom ;e Z 0 SNEE! 92 of 161 MORO ORMYIG NO. STR-895 092 TS. SOTS ren u..:e) nr w.�r�tr..lna•.[v-nr-x-SlGwGce.e H LINE STA :AZ I#1 SIGNAGE PLAN 0 20' 40' Sam N 71r0 719721rGNEtTr" LOG 0 GUIDELINES. MERE TO SHEET IRS FOR TRIANGULAR SLAG. SYS. SIDS GOMM SPFCIAL NOTFS 1. ILL NEW TTATnc SONS. INCEPT STREET GAS .DES. SILL NAVE ROTEGYE ALA RIVALLED G T. FRONT 91cdPc w sAcx scN. c SOW .. wrt9am soCnsmi E (wrtn iec�srmre ff S RAGMEN m ENQINATE9DNE ALD MIASMAS Of/ eLOCAIIRO 9TAIDN LOC. 9iL &IDE 99L WOE 21.80 (SJ SRO ST. 1700 .24.31 AYERS ST. 100 OND ST. 1700 OSIGNAGE PLAN 0 20' SCAT CONSULTANT'S SLEET Nu Mi PROEL, 0012141AS Wj vlOa WI ME IIs 0 00 m •L., 0 u, 0 U13 Qa 0 0 z 0 0 z zw 50 O (AQ sO¢r93 of 161 RECORD OR9NA9 NO. STR-895 Cm PRMC! I E%3092 0046 G SEG 0+00 1+00 AYEPlll. OLIGHTING AND I.T. CONDUIT LAYOUT PLAN 0 2O' 10' SGLE: 1s20' H LINE STA 7 ED LIGHTING AND I.T. CONDUIT LAYOUT PLAN LE ND DEWING.0 DO STREET LIONDNG PULL BOX 27 CONDUIT�o«o SGLE 1 -20 GP MP CONSULT/NYS SMR No. FNI PROJECT: COR14118 0 O z m LaWj n W og as O 0 z U O 5<094 of 161 RECORO ON*PS NO. STR-895 CRY <OLCF 1E13092 Ilec W. 2016 - 2.39, Goo dlis Filen CV CC 4-2 0 8+00 CONOnrt sp r e w1 vix. o a STA 5 MO R0 1 LT. PULL Box I 1 OLIGHTING AND I.T. CONDUIT LAYOUT PLAN 0 20' 401 nA wr (EDS 5U« AY�88T 13+00 ° BOO 14+00 15400 X LF. FVC COHUR FORRR STREET LIORRRc 16+00 LIGHTING AND I.T. CONDUIT LAYOUT PLAN 0 20• 40• SGOLI LEGEND GO CO O H UNE STA 12 4 5 0309314115 SHEET No. FM PROJECT: 00(14143 SHEET 95 01 161 WOW ORWMCC la STR-895 Ory 0(00(11613092 Dec 30. m16 - aspen Wan OLE Fliv. WVFNETLM09G\CV-Av-PL-mxw[T.ane OLIGHTING AND I.T. CONDUIT LAYOUT PLAN 0 N. 00' SCALE LEGEND N z _; g: Caw_ Fay CONSarwrs sial LOR1ata9 W NO 11115d u._g N 0 0 z F 10 O 0 0 Z N O 1.~D U Z a tat N g ¢Q ,.a u> s o, k<Z>s Q O 0 + 0 z - 1 x 07,to Z 0 0 mai 96 of 161 FFDORO ORIRAVG I.0. STR-895 DIY PRLIIEC! / (13092 TCH LINE STA 20 21+00 22+00 23+00 AYER88T. ®I 24+00 26+00 AYE'S ST I GNwv (C uilLi�oem�l \ \ 27+00 OLIGHTING AND I.T. CONDUIT LAYOUT PLAN O 20 40' SCALE IN FEET 93-97 .0 PULLG BOX PLAN SERVICE DESCRIPTION O LIGHTING AND I.T. CONDUIT LAYOUT PLAN O 20• 40' SCALE: I"=20 LEGEND 0 CAP ENDS IL'OUTANEMVEL BASE a LIZ 1.4 ` ' __=00*0000) ALL L_GREY PVC(CR40)C[m BE (SCHEDULE w) LicSCONDUIT ORLY PVC, ARE (2800 LB. RAMO) Oo PULL BOX TSECTION xV 'MILETO 5004LH. RA 00) ED TYP. CONDUIT EMBEDMENT DETAIL a 6 LT IN15 SHEET h • 2 U Z O Z CO 0Z I— • .0.w w N ▪ '5 0 O Z N 0 <> 0 LAI N Z } W Q = O < COGI o Ll zoo 4,0U 0 91127 97 a 161 WORD DRAM NO. STR-895 COY MM./ 013092 0000 n 00 z 1030 STORM WATER POLLUTION PREVENTION PLAN 20 SCAPRO M in z x NEN MIL ZITZ LOGOa Iuu ¢E MULLEDu-TEn MET RIPEm.CENFx*EmuL^a Lr. SEDUM ) aFEN. LEGEND amuurr I. OUTSIDE OF . 0aveat 0 ` 0POR(01 " PROPOSED CUPS INLETWei BM AREA TO RECEIVE aroo, sop. rormaer. AND 0 0010 —Y— scr FENCE v0 Dec n. lois - 0.0 0.: I, OI.. OSIFSo-urinesSCV-AY-PL-SOR axe OSTORM WATER POLLUTION PREVENTION PLAN 0 20' e0' SCALE: 1'.20 CCMSOLTNB'S MEET Mn 450 POOAECI: G05701.8 W..11 1111 = 1;1Y LLZ i Z O Tn Jg� 01I— CL K o 0 w I= �— Z ¢wo + CCa� o c IL SHEET 98 d 161 MOO NAM Na [STR-895 1 S'o CITY PROEM' / E13092 0 NaA 200.2 .w" Lr/ a+5+o zrA. .+e1.. pa.9• NT) 9+00 19 Wa' Ln 10+00 AYBP88l. i NT CONTROL HH/HH/HH/H/H////.:l:5+/ 13+00 srA 13157.11 AI Ln 16+00.1002..0 (6.0� Rn �sA 18+00 A)E,4SST sow 20 to L_ I ISE II SEDIMENT CONDSOL FENCE C. Lill' oursoc OF PROP. SCUM. I=Ed9E��PL Wr PRS. �PD�' 5172. 7 (20.0• Ln i+00 STA 11+50 (20.0' Rn .rA. 430 MO' Rn 1P+ 00 MOM.. 4r1 IMMIrA N z 2 01 COX STORM WATER POLLUTION PREVENTION PLAN 0 20' SCALE: IE27us*E 0r MCP. +5+182 OD su. 1««.. (29.9• Ln -49Z7 .r; 1..23.3 (20.91 Rn Lei 16+00 i. /////®-///H/H/7.131 �SOW u g°0 DE OF PROP. n5 CONTRACTORI. FOR NFORDATION ONLY. 1+`01 LIAIT ON UTERI. DEPTH PER WEEK WHICH EOM& APMON LOCATIONS SHALL BE MULLED AFTER INLET TOP PIACEICENe LEGEND SEININENT m. Dec 15. 2016 - 152 rt.. R\IE.O... O,E-AR-PL PROPOSED (MR. WMw-I PROM,. 1.11101,E PAD 70 RECEIVE BLOC+ SOO. +213111.02% A10 IMERING SILT FENCE STORM WATER POLLUTION PREVENTION PLAN D 20' 40' (32 L)`1 0 r.,T. 0 MOP d 71 05 tl CONSULTANTS SIEE7 No. M P110ECT: C0812148 Wy W= =e WZ Al : :ii.' Z u0 O + Z 0 0- Z a0 zo >� + tar- o s`a SHEET 99 Or 161 RECORU ORINIOF NO.. STR-895 al COY PROJECT 1E13092 1. FOR CONIN1L0005 11.0101ATON ONLY. 1T.s» �<ceDOr0.5 wTeMxD DEPTH PER WEEK WI�w EOM- /WARM CI -A PROPOSED CORD NC EL NM -I PROPOSED LIANNOLE AREk TO REDONE BLECK 500. FERN COEN. AND WATERING STORM WATER POLLUTION PREVENTION PLAN o 20' aD' SCALE 1 -20 O CDx9JLT SHEET Nu EM PROJECT: COR14148 Yin 1110 W=a Ulu MZ z O Sia -r100 of 161 RECORD ONIMRD NO. STR-895 CRY PRrMWr (E13092 0 j17.1% % OF 1 r, N � z x s.A :s.A CAA' Ln 29+00 AYEFSS): 101.0 Nn 255,00 STORM WATER POLLUTION PREVENTION PLAN 0 20' ao' SCALE: 1000 RAralWi'!� s 20+00 IIIIIII N0 CONTR... INmuwmmx ONLY. 2. Tn 0w«LE�s W.F. DEPTH �+ wEEL MIC. LOCA ,,.R.LOCATORS SMLL BE IMMED M. INLET TOP PLACELENT. ERO 4,5E01 ENT 0E LEGEND • EDI ENT CO DE Cis/ PROPOSED CU. INLET MH -i ARFA TO RECEIVE nom..xLo wNmnxc 0:] cno`1or.`,O�cm m. sx�'NHOa,L. 5LT FENCE 1\2- 90000000000000000000001.E 29+00 O O0 00 STORM WATER POLLUTION PREVENTION PLAN 0 20' 0' SCALE: 1"=20' C011925AN8S SHEET Na FHI PROJECT: 00R14169 Wj no. Uha LE W= �Y2 0 N 0 03 W• W Nw NgIr Q Q 0 0 0 Z gw o0 -o az 8100 H z + 3 0 04 00- 0 03 1n 1)0210010100161 REPO *0080* 1110. STR-895 CRY PROJECT 1E13092 Pala: Ilec 15, 201 SITE DESCRIPTION EROSION AND SEDIMENT CONTROLS pp m g m i i 8 3 coNSULrANES SHEET No. MI PROJECT: CORi41W8 PROJECT LIMITS.o LMEDA srMn AFr SOIL STABILIZATION PRACTICES: TEMPORARY SEEDING OTHER EROSION AND SEDIMENT CONTROLS: MANTENANCE: m and wdiment controls will be maintained `,�,{11 aNy 's E'gIW ^off' ai .4 off{{ Nln $1 N y C $ s 4 m !€ Kf�k ; i TDTAI RnIFCTI FxciN Hs"2e90 - n sp Fs _ 3 PERMANENT PLANTING, SODDING. OR SEEDING Deed waking oder. If a ,soot, Is necessary in wed be done et the evilest dote possible. but PROJECT DESCRIPTOR: GRADING DRANAOE. STRUCNRES. WATERLINES. STABILIZED FLE%TELE _MULCHING SOIL RETENTION BLANKET no later than Z cclender eon after the surrounding Noosed around nos dried sufficiently to prevent BASE. ASPHALT PAYENENTSONCRETE pRIVEWAYS SIDEWALKS @ _BUFFER ZONES _ PRESERVATION OF NANRAL RESOURCES further dremme from heavy equipment. The area o en. to the haver dratnoaewora Wall haw EFI CHAR CURB RAMPS AND CURB Pc GUTTER. OTHER As a+ WHICH CONSTRUCTION ACTIVITY HAS rFAsrD THAI w Priority followed by device. Preiteemq Mem, .ewer inlet. STABILIZED WITHIN to DAYS UNLESS ACTIVITIES ARE SCHEDULED TO RESUME OR BE PERFORMED WITHIN 21 DAYS INSPECTION An will wed by the contract./ every la after awry half ., Or more of rain s(oa recorded M mSI.I. ■ in ENNNICHOLS STRUCTURAL PRACTICES: to be lo.ted at the Preheat A and maintenanceperNaectIon. nth. report 1riesults MAJORG ACTIVITIES: INCLUDE lfd SILT FENCES t shat be b reww according to a port. PRE➢ARiNO lET01F-WAY F%CS.ICAi10N ANONFMBAKKMENi OR ROADWAYS GRADING. INLETS. STORM .1VERS WATERLINES WASTEWATER AND RETAINING WALLS AT THE TIMES HAY DALES _ DIVERSION. INTERCEPTOR. OR PERIMETER DIKES DIVERSION, INTERCEPTOR, DR PERIMETER SWALES WAS. MATERIALS rl ) AND LOCATIONS LISTED BELOW. - DIVERSION DIKE AND SWALE COMBINATIONS _ PIPE SLOPE 5 all stet and amt city soli d west All hash and construction ,deposit. PAVED FLUMESAIN Cc BEDDING AT CONSTRUCTION EXT debris will be In the Mimosas, The Wmoate, ematmtl as necssaY or os rewired by local TIMBER MATTING AT CONSTRUCTION EXIT CHANNEL LINERS reaulation and the trash .1 be ha led t I I I dfSI No emaVorbon AA material wA be buried on site _J._ SEDIMENT TRAPS SEDIMENT BASINS STORM INLET SEDIMENT TRAP OUTLET ARES HAZARDOUS WASTE (DNC PO NG): In the event of a soul whim CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services L OURS UATERs EWERS shall be contort. Topsider. hazardous the appropriate soAl coordinator mmeSwlNv _STORM Y CONTROL DEVICES VELOCITY EROSION CONTROL LOGS OTHERS neceary SANITARY WASTE: All sanitary waste sill be collected from rH pabde H, necessary or os ed by kcal re lotions b NTN a waken reds NARRATIVE - SEQUENCE OF CONSTRUCTION (STORM WATER MANAGEMENT) AGNATES: management cash«kr. I. install structural controls and inlet Ra an m existingP k ..mace of e..:ww wa.ail TOTAL PROJECT AREA: AC ACRES 2. Install sit fawn; OFFSITE VEHICLE TRACKING: Armed Hl new ahem era er inletsare en krmmn B. M M temporary iNNa m soon m bry ore luw4onal.s as soon cad they TOTAL AREA N BE DISNRBED: AR ACRES T Install Noon rsHnK Ions ae'M M w the draw nos HAUL ROADS °AMPERE° FOR DUST CONTROL LOADED HAUL TRUCKS N BE COVERED IMM TARPAULIN WEIGHNRUNOFF COEFFICIENT (AFTERCONSTRUCTION). C VALUE : 0.79 A Install Not.. conn entrance far slope wart ___)L EXCESS DIRT ON ROAD REMOVED DAILY STABILIZE° CONSTRUCTION ENTRANCE AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) CRY OF CORPUS CHRISTI STORM WATER POLLUTION PREVENTION PLAN NOTES OF 3 EXISTING CONDITION OF SOIL d VEGETATIVE COVER AND F OF EXISTING VEGETATIVE COVER: wd I soot. iN Hh sloe oW .nmxeNlnm 011.. Pre alai and M eras Mak soedim t moos semdM el um documents FAT CLAY OL (CH) D be in PAVEMENT AND FLATWORK 70R GRASS LANDSCAPING 30R T re tensor on CO. Preparese ems control N ares aulsde of RENAw stockpiles, roods shall constructed a er that will minimize an t Nat may enter receivina Ire disturbed . contractor=wact'nilies hallnot be Innen. in any water. terb.y or B. Upon coreplehon ol construction activWes remove d temporary 'textural treombed m�UOn s re be h rH of all NAME or RECEMNC WATERS BAT BASIN cont. and re -seed areas dsturbed by In rc removal. waterways e obstr rt. I etl a rnnetrurhon operations that ors not owl of the CC -1313-2S0 STORM WATER MANAGEMENT: Mooned work - 1 a5B s`S_ io CC -BB -230 Durum construe. W dm ion rovwante, Mbar voter ono. el be comm. CC -BB -220 Ion in. b stor • and such PERMITS own. Mom water Wein e i on. Is n bNahum structures Pal may be rewired to be een cmNrvm.L by rant/meter o LIT r mw CONTRACT THE STORM WATER POLLUTION PREVENTION PLAN UTILIZEBTAIN ALL R A. ° PERMITS is AND FULFILL ALL PERMIT REQUIREMENTS. DRINCLUDING FEES, FOR T.C.E.NERALPERMIT N0. T% INSCHARCES O.GE RCLUDE. FROM CONSTRUCTION ACTIVITIES THERE ACTIVITIESIINBUTARE NOT UNITED 0 NOTICE OF INTENT (MOI. REQUIRED SITE POSTINGS AND NOTICE OF TERMINATION iNOE. ALL ACzrza P06MED AT Nf 4ILf51= REQUIRED BT TIME .C..0. NO SEPARATE PA'MExT PILL % MADE FOR SUCH PERMITS swer102of 161 RECORD ONMRIL NO. STR-895 CITY PRW$CT/E13AB2 Do. Dec H5, 2016 - 1051en User. bJ 44: N.IFVOrawinso‘CHICC STD SV3P.dos 5_ Pollution Prevention - Clean Water Act Section Stann1. MIL Resource.Cunard vi. Hazardous Materials or Contamination banes mkt m kIIII . EM' a - E _ . I.E. run- g l LJ531 CONSULTANT'S SHEET No. 1N PROJECT:COR141A9 i 9B� "'� '.•w�, �.p^ S.•-iw _oy+£ .oi Tyr <rn d. 54 S(1a �w ` g Ne 1 TPOES^ater TMR 1500003 StoStomp.,.. Dischargea rge Nrmil Constrution General Permit rewired Mor projects .i, 1 or more eves d'etru5ed sol. Projects dN my rislwbed sol must protect i6 erosion and aehmmimion. 0nDi. anon Reales 0 Required Action Action No. I. e i(53 P Norman' pollution0 controlling .octan me eeaasnbllmn in accordance m mum 5 z. Comply with the swSP ma revise Ann necessary to control pekmn a red,. by Ma Ewith Poet Construction Site Notice. 1C40 . our a. the site. ..a.db m p and dao. EPP o th ininfspectorsation . 4. When Contract, project specific 550090 !P3'aw increase d+Veea mN mete to 5 meets or more..Mom NM to Tao 310 the E qwo. incomiing m Streams. 03(5(5odes and 33tlonm Clean Water at Sections In Ih ere Msfdlad issues or ...atm., artifacts moan, Curd red.. Hirt pottery. elm ore rand during mulruelM. cape Iv.!n He (58050(013 area am contact tie Engineer ldmw0(3ely. ® No Action Rep., 0 seconded .k Aaiun �, . M z. B "• rv. veneration Resources Dead.(0(Wres to all projects) Coney velln Pe Hazard Communication 0 (05 n AAbl) fon personnel win PM/ h waking w!' naza0ms materials by 03100 ybg safely meetings prior to Maiming construalm am making workers aware d pd.. 'wards In He workplace Ensure that dl workers are provided with personal ppda0Ne ePNpne'a opvg00o )d erg' haza0ms materials used. o.,. dds and keep ansae Mater. Solely Data sheis. (M505) for di hazardous products used on tin doled. witch miry Inmr.a ON are nd limited (0 ate ro'lawr3 cdaor/ 5 Points, adds, .solvents, OOHS products. Odd. additives fes and concrete curing compounds or adat5ee P.A. prdM3 storage 0r bare ground and caw-' for products which may 0 nazor0auc. Ma.Mdn mos regi 9' the ted. prmuci !oo0( red Maintain an adequate soppy 0 oddly spill response nwhrlds as Indicated In the M505. In net 5450 d a spy), take amens to adamle Ih spin as Indicted In Jle MSOS. in accordance win safe work sauces. aid coded the Distr. Spll CoordCoordinatorlmmedldNy. Tie Contractor snail Ce respond.11 for He proper coddhad and cleanup of 00 prods SODS. Calot Ih Engineer M ply d He rdhnm are detach. Mad or 0letrese00 vegetation (M Wend' led as normal) •Trash ens. drams, cads., barrels. ek. • umedrade smells a mors • Evidenced Merano or seeped d substancesWork j 1103 . 11.1S ' LLZ cont o m �— $6i " 401 Lu5ACE Parmaroodrpd For Milne. dodging.. m a dhr work in waren had/', river. eddal! erects, dreams, wetlands or wet arms. Tie mime n all d Me terms and mdnl.w associated inn He foil.. Contra. must 0 No Permit Permired 0 Notiomoide Per not thus em WOO are mates a .392433(55033 II/ID to Cre, 55 F mot. 0 x nese Perot w • Pew onud ad.n 0 kaw a mil Re.nede� 0 5. xalienaad Per. Repairs MRP wred Acme.: Lied eaten. of We us peen, cool.. b. location:, project 310 cum. 3130. t Wootton pawed to moms, erosion. eedmentcenn .d m,-wai.ot TMs. Preserve nat. mpelvl00 to the Went practical.3 0 No Acorn RemFed 0 Req., Actio Anm x31 g. J. FederalV. Listed. and Proposed Threatened ob Endangered Species. Critical Habitat. Avy 000- evideure ...a passible hazardous m idrrd3 or 008000 Dion cedar. on m. narordmd Mare -rata or Contamination issues spadrrc to me Prolan ® No Acorn Rewired 0 Rearm Acorn wean No. 1. z. a. I VW Other acne. CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services z po State Listed Species, date species and Migratory Bird. ® x0 alba B.aw,.d 0 Rewired mina Action No. gakde apkape regain . site specific enm,alnewa .Swam, 0 no anon Required 0 Rewired Actio, Action No. L AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) GIT OF CORPUS CHRISTI STORM WATER ENVIRONMENTAL PERMITS ISSUED AND COMMENTS (EPIC) 2 or a Seat wamgared Prance: Erodor Sedimentation P410501 ad/on T55 0 Teng6my vepel.ma ® s,( rase 0 vpebare rpt. Scoots 0 ataalerwalmg 0 Rock own 0 Rebntimrkdgo5m 5yslen. D'3 0 Trlmg,m Filter coke 0 Eennem 3sso,sn Bms ® m0as 0 seed Bag Berm 0 Constructed wet. 0ka.eecla soae 0 sm. Bale pee 0 wet cam 0 mere.. 0sr. B.md ['Erasion control 0 Fro. tants Compost 0Ern* Contra( Compost 0080 reds Nukn ixkr Bem me sats Z..' ...... and socks Cmmpom 0.1 B.mmsa sada 0 compost Filer Berm and sake ❑ Compal File, Barn oat sods 0 veaekfm0 .a Acnes 05164 ou.4 50.1fInt Tr. Oval FM ya O Sedmml so. •. if my 0 I' Iislm spans are observed, cease work in I' lmmedide sea 0o not disturb species or nand and contact /h Eminesa landdlatey. The work may NY rem. MNe nails /ramdidges and Ohs structures during season of ih dr. asset e.0 with th ueds. If cares or sinkholes ace dxmered, cease wad In0 t ((2 ' immedlded area and meal r' Endo. ...dieted SHEEri3,d 161 RECORD DRUM NO. STR-895 8450,3300 VIWR72 OD'AR NrgE: gRrIIIVPFRE'PrTI=121711.F CURB AND NLET TOP. CURB INLET- PLAN MANHOLE PLAN NOT TO SCALE NOT TO SME 2,T. rDBAGS (DOUBLE swap) INR•00,1 garOPENINO sato.4. (DOUBLO BADGE*, SleNglt1 Kris' 2151.11551 NUT FILTER FABRIC WU% naMagorr="t6352=5. LEZ17.17,=`!„="4° Arm' PrE. tore;nratcr- 4. 'cf.. SHOULD BE REMOVED UPON COMPLET. OF TEMPORARY FILTER FABRIC INLET PROTECTION DETAIL NOT TO SCALE EF-7,7:FEir"wk7" CURB INLET PROTECTION DETAIL NOT TO SGLE CURB INPFT PROTECTION NOTES; 1. TO HOLD THE FILTER NOE IN RACE, 20 LB SWIM. 5.1 BE USED AT 3' 0.C. WNERE NINNUM CL.NNCES UUSE NORM. TO DRIVE u.4 ME GUM, ME CONTR.:TOR NAY .ARISTITMC A TIN° BOARD..GIRED NMI 1/4 OR 3.413;= SCREWS. THE 1/4 OR, VI OXGRETE 4,,CR,Eg WI ANDENSERT PLETENERSDTHE TOP OF SCRENTZL WO:MESSED BELONCTNE TOP OF ME BOARD. THE SCREWS SHALL BE PUCE° . 0.0. 7.5 NEMOD IS USED IN LIEU OF SANDBAGS. IN ME GUTTER Mg_Y, TO HOLO ME FILTER DIKE IN PLACE. FOP., REMO.. EIMER LEAVE THE FUSTIC FASTENERS IN PLACE, . KNOW THE Pus= ,,,ASIE ER, ANY 8RT/DENWS nTH rom E scREw NV, CHEM.. sANG4 o AGENT ANo y NON -SHRINK GROUT FLUSH W. THE SURFACE OF THE GUTTER. TNIS METHOD SHALL NOT BE USED . yo, ywo ywoo4o, 147.7,"Z trIZZIMEICVVF,1101211 CUPS OR HOG RINGS Al DRS LOCATION. 1 DAILY RiSPECTION SMALL BE MADE BY ME CON1TACTOR AND SILT AOZUMULATION MUST BE REMOVED RNIEN DEPTH REACHES 2'. INLET PROTECTION SMALL BE REPLACED AS NECESSARY DOPING CONSTRUCTION DUE TO .MACE OR ITETEMRATION (SUBSIDARO TO INLET Kancalc.o. rc414,..'c'mcmRIT'LLAATFLILL“:77EFEn00.°F '751'....o.'7..FFR.,,'%,..,"141'rVI 5. INLET PROTECTIONS SHALL BE RENOMED AS SOON AS ME SOURCE OF SEDIMENT IS STAMM. LA ROCK FILTER DAM AT EARTHEN BOTTOM CHANNEL NOT TO SCALE SECTION KA NOT TO SONE EIKK-EUE13-12111-Irairg I. IF SHOWN ON THE PLANS OR MELTED BY ME ENGINEER. FLIER LIMS SHOULD EC PLACED NEM NoN,E.K. s',.°471.==is ZIVALT, Mte88?!?ga°47" R. WENN. (AO.FLATE. OWE MEEK smew.c.s, ETC) SHALL BO IS INDICATED BY TOE smnunoxs FOR W. FILTER DAms FoR TwosioN Awo SKONENT coNTROL 1 RO. FILTER DM DIMENSIONS SHALL BE AS 1..1LO ON ME PUNS SIDE SLOPES SHOULD BE 21 OR FLATTER O ROCK FILTER DAM SHALL BE A MINIMUM OF WM FEET IN THINNESS AT TOP nr ONA. norn oms SR.. BE EMBEDDED A MINIMUM OF 4. PITO EMS.. GROUND 7 ME SECIMENT TRAP FOR PDX.. OF SEDWONT LADEN R.OFF STOLL BE OF IOC DRAENSIO. SRO. ON THE PUNS ITIOTETr1TEXMWMPELESTWALE'NleTMLrerPMOWDOVIHEMSIn 80PE SPECIFIED ME MESH BE FOLDED AT ME 1.11,571EP11 SIDE OVER THE AGGREGATE =72 TatalgilnrsMaIrrlre,r1AIL.12.1.7,r'. '" AGGREGATE PLACEMENT. D. FLOM OUTLET SHOULD BE ONTO A soalmo IAEA (VEGETATION. ROCK. ETC) 10. ME GLOOLELINES SHOWN HEREON ARE SUGGESTIONS ONLY AND MAY BE MODIFIED BY ENOINEER. TEMPORARY SEDIMENT CONTROL FENCE DETAIL NOT TO SCALE SFEHIENT_S•INTRO) EFerF_ORACE r.tann fE. grcalr4cgrnagurEo"ZEreigrrghtrIpITFrarrCOENT 7.—TEE-7:FmniTt ioTramor.RE0--v arg7 orrz,71.7, ..„4074.717zEFravactragt:7:-. CONTROL EROSION FROM A DRAINAGE LANGER THEN 2 ACRES. o ..110,..1ErrLI:IrOWN HERE NW sucaEsnons ONLY MID MAY BE MODIFIED GRADE TO PREVENT RUNOFF iROM LEASK SRE PROFILE Et2EC'ES'ANOTE7e147771U-SYMY ao. PLAN STABILIZED CONSTRUCTION ENTRANCE NOT TO SG, CONSTRUCTION ENTRANCE NOTES: t STONE Slat 3-5° OPEN GRADED ROE, 2. LENGT. AS EFFECTIVE BUT MOT LESS MAN SOO 3. Maws., NOT LESS TOWN 4. WOW NOT LESS NIY1 FULL WON Of ALL POWS OF NEWESS/EORESS. 4111g-lowZ,V,V. ....511°„marr,E DONE . AN AREA STABILIZED WITH CRUSHED STONE AND DRAMS WTO NI APPROVED TRAP rTcnrv,T„rs..tt gr" aTzg7.- -^nplam gumottcz.v.,nr.:-;,r...mt 714"DPOOOTION.__SOONE CONCOTCNS MAO.. AS mu REPAR AND SPILLED. DROPPED. MTZD" Orfig.CZEDZOWPILSICEIgtia- ZrEr ;EVA IMMEDIATELY. PDFIgrlf=g0111rANADDRInIVISTRTCVON%ilr'''" """ 1 8 CONSULTANTS SHEET No. FNI PROJECT: CORI 4148 Z 08? a_ z 50 88-0 0 < 00 0- 0 5 F.2 0 SU00T1O4o, 161 REMO MING NO. STR —895 COY PROJECT E13032 STD swv.dr.. A SERVE WWNNO SOS STATE LAW BEM WORK Sr. AYERS ST. A TRAFFIC FINES DOUBLE RS O END ROAD WORK ROAD WORK *NEXT X NLFS iuu•immuip cargm I fi�,•�• RALX1ERa sr. !11111111111111 W 111M1100111. 111111111111111gU1I11E! p. � CLIFFORD ST. ,iiE'111Ca 1To1111111111r1 Nam a ©_ 1e1I1111ij i11111111111U1 �1�■II=.-i= COL£ ST.■I Alt O_ Sj IIIII�IICi SII■1111111 MIIMII s:= 1111■11% OPINION" 1111mii ►�o� DEL MAR BLVD. TRAFFIC CONTROL ADVANCE WARNING SIGNAGE ROAD WORK t NEXT X NEA NEAT X WLES • © ROAD WORK WO X RES END WORK ZONE O SPUD 25 BDIE: CONTRACTOR SMALL IA.1 ouRAroi4 '0Z 1XE •Z ?OFNT( TRWIC COPOSING UNE °MOWS vEnck KSF(SPACING AS PER PLYeS) TYPE 111 INRIRICADE (Xrg.ErOR'V)r "' ss PER Pws) (R▪ Vislc nm¢ m) y . xR7C= EXSmGIC.ZEED INTERSECTION NA COLE PARK NBBREVIARONS (TRAFFIC CffiRROI SHFFTS ON, V1 WV. WORX ZONE PAVEMENT MAPIONOS WRITE YELLOW ZOTE OPP ONG CONSULTANT'S SKEET 111 PROEM CORIA I AR { 119^y ▪ A" z 0 CO L7, 0 E J ›- 0 0 0 00 z w Z as Z U O N 0 0 U SHEEN 05 FT 161 RECORD (AMC An. STR-895 NI? F000.? 1013092 0+00� 7 U1 SIILTAWS PROEM CORM. 1 •5+00zed; z_/`,I//+��////�_z�' 10+00///%��///�����.��i�.����d 15+00/������", 3 PALMERO ST. CLIFFORD S, NMI NMI EMI MEV CONSTRUCTION SEQUENCE LAYOUT 177/4 LUSE . wow .RmucT.E, COLE ST. I� 0s_ ve L La N >-g Q Z 0 0 f_ SHEET1 O6 a 161 MEM,/ MOW A0 STR-895 pry PRARCT 1E13092 n1E,Rrcrlrgz,CV -AV -TRW -uVEKE.erP SOCIESED-SEggrELLALCOMERUCTIOli-tgaa UTILITY NOV CARRY PHASE Ixc. wpm. canvnuaus n ss FaA L�t eaMs s .wv ewxrawmi PAsEMENT PULP OCF. OR. MAI CONTIN PHASE Z EASTBOUND WES FROM (STA NU Zhru PRASE ITTP un Hs TRAM ON FE ST. TO LITS,1 OF DC. DR. ADAJST LOCAL 0 ONE UNE. CLOSE ME AYERS ST. BUSIIMPROVE DI NESSES AND axa EI AFE_T.. TO SANTA FE. ADJUST AYERS ST. EASTBOUND TOFF :) Ea ST. TO SANTA FEST. Am TAm ENT MMORDS u RNASF 5 wwmEnwrE �noE�mxEo r ,re Faa1Ea =roar r.So aaxaxa x=PS�Sw r,c�Yc'a`x`)r:1 )— GENERAL NOTFS FON TRAFFIC CONTROL T ROAD CLOSURES VRAU. BE LIMITED TO WORK ME. ORM 2 PoZoRLIA.,L SIAN UR 7:00 AN. AND WORN MOLL OE SWEDULE0 SO MAT NO VMS CO 0 A nxwLI u vro (z) muco xwIMO TRAFFIC NESSACE BOARDS BID PM IRAFPC IAJZSTRa0a WORM44 SONS MT RE MOUND WARM OR ENGINEER APPROVED PORMSLF 20. IOW EASON° SIMS AND TRAFFIC WOOLS AS REWIRED FOR LANE CLOSUR6 z ra Wpxa Axr 11E cxrx0Es as r gt2E20 22221125(11553 Mm LEAS' a2 COURSE IS WO lEMPORARY)PAVEMENT MR.NCS.S., RE mu OUT ACM...us 1111.1 APPROVED STRilN4 P.. ". EITEotaralAgeXTAZI`,74f=1,1Msarf,",',..an, BEEMSSEI 1= 1 CONTENT E ESEMIPORARY PAVEMENT REPAIR -11 f=111- 15. CRUSHED LIMESTONE (31220.1220220 PaC 0520tIT0 DENSITY (~^x x_9557) SPECIAL 05000 FOR DETOURS. 2 TYPICAL EDGE TREATMENT DETAIL 3 BUSINESS SIGN PLACEMENT DETAIL CONSULTINYS SHEET Nn 0111 PRO.ECT: CONI 0l 40 a a "'TT - 0 0 00 N V) � 9n >-g V- a <0 0 0 S2FL71 07 of 1 61 REC010 ORM. NO. STR-895 CRY PRNE0l 1E13092 Ms Jen Iz, zNT - aazp+ u. ..eJ rn.. NAIr�v sySIO �$s PHASE 2 TRAFFIC CONTROL SECTION ® STA. 23+50 SGIE: 0 SCALE: 1 -NS 1/ �I 5rt'RM W.;,1 ` ro 0E 0Euw60 "F` —PROP PvCxurE L� ex MMTEWArzorn29s1 e UNE (*o eE OCCEo PHASE 1 TRAFFIC CONTROL SECTION ® STA. 23+50 SCALE: 0 5' 10' SCALE: 1'=5' CCRSULFMRY SHEET No. R0 PROTECT: COR161AS N 0 0 ti U N z < Z W ou U < Up= SHEEr1 08 a 161 RECORD 171.1116 H0. STR-895 CRY pRMECI / E13092 OM: Dec 19. 2016 - to3m. Wvc b� ub. w�vltraM vz cv-ar-rsnc-s[cr.miv E • WORK AR. ,CNONNELIZING DRUM POPO NOD RENO, (61111DCKNO) EMU. GROUND I G. CURS 6 Gum? 611 GORO GOITER moL. zg.grx f\ - P 12. PVC WAPCIKKIE TM, •gror PHASE 4 C141 TRAFFIC CONTROL SECTION STA. 10+00 SCALE. 5' 10. SCAM PHASE 3 CL)TRAFFIC CONTROL SECTION STA. 10+00 SCALE. 0 5. 111. SCA17 CONSULIANTY 514E1 N. FNI PROJECT: C01214148 0 cv 0 m tn M ce >-< 0 00 stia7109 a 161 RECORD MING NO. STR-895 245 pRojEcy E13092 Delc Dep IS. 2016 - 10,37an n.: �X8 is 9 MEW ONTSINT C 1111/ 4c 0+00 A /'11111111 11111111111 �$n0 Deli trc 5+00 10+00 AYERS ST. — 15+00 PALMER() ST. CLIFFORD ST. COLE ST. DEL MAR BLVD. MEL CONTROL Cf ,X FORS DM. � E COMPLETE CONSTRUCTION m FOR OF PnD RORATION DIRECTION OF DURING - PIV6E 1 COLE ST. DEL MAR BLVD. � TEMPORARY CONSTRUCTION DETOUR PLAN - PHASE 1 0 75' 150. 300' r COLE PARK . IA!ERS ST.CLOSED lton) N Z CO I— • LE (n 005 0 Q O a0 0 Z O W W S D_ Z I OZ EC g CC a.o f O seta -r110 161 N£0510 MIMG N0 STR-895 an FROLCa E MTOTT m16 - 103e..Wolk) Os. wmr'or ow us,,cvror-TRRr-DEMUR PwwrD 8 \ \ 1 1\ 1\ 1 1 11\\\ \ 1\111\1 12. 2017 ® NWi a a s £s Y j CON4U/NYS 91E£f Nn PRp.0.Y: CCORM.A '�i •. f li,if., tt \Om � M.) �, �� W les Yu § w� - Q VE STA. 22+50 1 - - litt acevmuc ogg,HSM(i" rltzSIDEWALK - e 0.09® pOB® \ \ ^ V O � x \ I 11 I CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services /,II �j ',�r� WORK I C•ZLi'T', ' =MX CLOSIM 000 WES WE ®� 0( '01rd P. �` ROAD WORK �L' I�`/ I rr :00;00000. \ / \bks 1 • \\ e IS '1 �� w _ 1ENE ER � . allb. - _ - , • Ill' I I tl A , • II I M AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) TRAFFIC CONTROL PLAN PHASE 1 STA. 16+50 TO STA. 22+50 I II WORK \ V. 1 / Rao i\ 0 11 - 0 \ / \ \\\ 1 , b 2 I 1• 1 1\ -' \ 1'" \ \ \ 1. \ TRAFFIC CONTROL PLAN — PHASE 1 Kwan 11 REM 1 a 161 STR-895 D 30' 60' µo �2 ..oxo xPo s�xwunox plOulpED• ox:nx.,o� 02�,� an raaccr/Kt3asz - ue:bJ '� HYnxo-a.`ycxcv-nY-m*F_M1A Le.o N to OLOGEO Air 1 Q---,arii' r _•---��r'' A?ZSS1. b Melia �i\_M 1Mo)3.\. NNI 29+00 1 Aft ,\\ bqillEl a/CIll \ ‘.. ROAD RIC \ \ \ ‘ ii o4P ENN /' \ / / j\` \ \/ � \ / \ / - \ \ �1 TRAFFIC CONTROL PLAN - PHASE 1 .104900 SEM SCALE L, Rm. DD EKE ,E5 DEN AENAEED c,AND.DE EAcccECOMMON =ACE RAH. LON% AND OHERVANTONN.DIMLNEDOND DROWN ARE TO Cf MAN \� OWLS 0 00055100 NO. 0 00 U1 ce N0 ce (ng wQ Q _ 1- 6 0 SIEer1 12 sS 161 WORD 001000 00 STR-895 00210Cr 1E13092 elf Dec IS - ,wzen u.eOnl rtk N�N�o-..rq.�cv-nr-rarr�u,¢ ia.9 5 UTILITY PHASE AND TRAFFIC CONTROL PLAN SCALE: 1 =3O — PHASE 2 R6ER TO VIT. 105 FOR ...010E WARM. TRAFTIC CONTROL soucR Tun. LEGEND. ARO ABORE.T l . 2. OWE.On15.0. ARE TO RACK OF CURB. LEWIN 0 Z • Lu cc Q In • }Q Z O s¢er1 13 01161 iscaw mow xu STR-895 ow MEC, I. E1309f Orate .w 12, 2017 - R�api ur�b. \[V-AY-TRAT Px6Y 2tlp N N 5 olo ac: m..i i \ SEENALIC C109® 0 IFS' '1.1 \ �a �: 000 `\ (CORR SMo,) w xwz)-,e M(anl �� 1 _ ;� moi///�� �/i' %J��Ol.V Mi /yam Waif / cxwnumwc Duna-. f, _ /i � S *to it fsr. 0W.) r �i i.r .. om ES O ' 'I� o e o f � rImi �cy QD UTILITY PHASE AND oTRAFFIC CONTROL PLAN — PHASE 2 0 30' fi0' SCA 1. REFER TO WT. 105 TOR aogs. nE LE�,n. ».n ,, . w2. 00.5101.6 5ROWN ARE 70 BOCK OF CURB. 0 \ 5„ fi sVT 8a$ lit !l WI MIT'S SHEET Na Ra PRGET; C0R14149 0 N 0 Z 0 00 W (r N 0 EC 5 Q Q1- F 0 0 0 0 mu' a 161 RECOPO MOM xa STR-895 ON PROJECT ifilz 15, 2016 - CiWg MATCH LINE UTILITY PHASE AND TRAFFIC CONTROL PLAN - PHASE 2 0 30• 60' SCA UTILITY PHASE AND eTRAFFIC CONTROL PLAN - PHASE 2 0 JO' 60• SGLE: 1"-30 TO SNIT OSE PL AM. LEGEND. ARD NS. TRAMSZ. DIMENSIONS SHOWN ARE TO BACK OF CORD I, REFER 8 - TEMPORARY vo'w,uroH REQUIRED .1 ej Sv£ CO SHEET No. EU: CORI4146 U O swEr1 15 or 161 RECORD DAUM M1 STR-895 CNV MEC! / E13093 le. E017 - 4aHp+ MPPn MI Sh; HATS s_ C) TRAFFIC CONTROL PLAN - PHASE 3 0 30' 60' SUL 1 IOS FOR ALNINCE WARNING TRAFFIC E PUN, LEGE.. AND ARBREMTIONS. 2. 00.1ERSICHS .01VN ARE TO SA. OF CURB. wLuxrs $ COR16146 0 w N W N 0 N E r¢ Z O 0000116o1 161 MEOW ORIS0 la STR-895 ply PRaECr /E13092 Dale.O. 16, mib - i6xxen 0s bJ ric x VyNo-u w Cvrr-l9u-KLwE Sew e g T s .rr ♦./��°• I7/��C Are AISP' L �� r KLEMM�. rr1 10. °1roz. GP.) J S --I TRAFFIC CONTROL PLAN - PHASE 3 0 30' 60' S del TRAFFIC CONTROL PLAN - PHASE 3 W 0 30' 80• SCA src n�1,11,nMnu.,Cvs1.-mu a°q LEGEND. AND ABBREVATIONS. -1fl Sexwwm„ Kamen co MEM COR14148 Wy Ulp W= 1111 ° h 2 i U a s3er117 o1 161 054150 50 STR-895 an N35507 / 713002 coxsu mrs sxrrr x01 FRI PROJECT: CORI 4148 OTRAFFIC CONTROL PLAN — PHASE 3 0 SO' 60' 6 I. REFER 10 563. los FOR RONVICE WARRING TWEE CONTROL WAAGE PAW LEGEND. MD ABBREVIATORS. 2. CIMENSIONS SWIPE ARE TO BACK OT CURB. LEGFillk - TEMPORARY scauunox REQUIRED ; las: ¢e] 0 O z 0 w N ce Z 5 Z a r0 M N ZW W N 0=I- 0- 0 < N I 0, N re W >- 0w118 a 0U118a 161 RECORD DRUM ND STR-895 an neurn (E+XW] Mc t„ I0 2011 - 442p„ D..xJ An.. µ.s.o-a.roIPEU-AY-.RASE �.o — NW INC/ .M.1aM.. M.� �o�r® ORO 0' _0 V L S has ;17) mr 9K n, m1s - 10.6,. Oen.r r.: M.mm..i9•Nw-..-ORAE-.IIA.o ..m n�TRAFFIC CONTROL PLAN - PHASE 4 0 30' 60' SCALE: 1.=30' I. REFER TO SM. ICS FOR WO. VIARNINO iFFUSIO COMM SIOMOR OVA LRCM. MO OBBIEVAI.13. a 1 ,J COMMEr. WEE 0 0 N o Ng �g >a 1- O W U O 9+¢0119 of 161 WOW ORMING STR-895 CMI' MGR. /E1.2022 1 ,o'er // 11 w 2 Q 3_ WilliPmememon N'100(sr �' _ ■ CFM Ja NELiZCIL DRUMS R MS 1 TRAFFIC CONTROL PLAN - PHASE 4 scuff TRAFFIC CONTROL 0 30' 60' scuff uram R WON Of oN. NR 36,12. 1T $vhf 4J fNi PROJECT: CO Li MEET No COR1ata8 Z U 0 31112O01161 RECORD DRAW NO.. STR-895 pry maw / 01]002 z 3_ 0X8 &�d TRAFFIC CONTROL PLAN - PHASE 4 0 XV 80' TRAFFIC CONTROL PLAN - PHASE 4 0 30' BC 05 MR AO.C2 TRAM P.. LE62110. AND A092.40ONS. 2. C01102510125 SHOWN AND TO FOLK Of CORO. 12512020A2 SCATATTDADON 520.105 z 6 Sv? 0 INTERSECTION 6 O AYERS ST. - £r121 d 161 AWum MING W. STR-895 ON MUM 1E1300 mic Jen ID. MIA sow+ grr. ul Flr wsv,rings Cvror-mr-sFlr¢ rag W d R _ > _ S>;e - . ^ _ 840 e= l L4_J4c CONSULTANT'S SHEET No. RB PROJECr.00914l48 s / 11E C1" I`tiN'== "'ryY s g8 ` ` A.9 19n s za.s x.9 BARRICADE AND CONSTRUCTION (BC) STANDARD SHEETS GENERAL NOTES: xaA 1. The Barricade and Construction Standard Sheets (BC sheets) areintended to shover typical examples for placement of temporary traffic control devices, construction pavement markings, and typical work 20ne signs. The information contained in these sheets meet or exceed the requirements "Texas R.m3 R 1 BLACK p LEGEND / •\ STAY ALERT y - — -- - shown in the Manual on Uniform Traffic Control Devices' (TMUTCD). 2. The development and design of the Traffic Control Pian (TCP)is the the .T - - fl INICNOLS NU N. Shoreline Blvd Suite 70101-3717 responsibility of Engineer. 3. The Contractor may propose changes to The TCP that are signed and sealed by o licensed engineer for approval. The Engineer may develop, x0LEGEND BLACK ANO sxpeaL p+� 1 y a , III,, professional sign and seal Contractor proposed changes. 4. The Contractor is responsible for installing and maintaining the traffic control devices as shown in the plans. The Contractor may not move or change he approximate location of any device without the approval of the Engineer.TALK wxITE BLACK 1 N 'Tse I Es OR �.—) \�(''O 1s TEXT LATER 5. Geometric design of Ione shifts end detours should, when possible, meet the in WHITE 2d - applicable design criteria contained manuals such as the American Association of State Highway and Transportation O£ficiols (AASHT01, "A "Roadway ?1I 6 O \ / xO 20 20 Policy on Geometric Design of Highways and Streets," the TxDOT Design Manual" or engineering judgment. 13' Jw O O O 3. s,- Iz i.e��2.yE. la.s m s- 6. When projects abut, the Engineers, may omit the END ROAD WORK, TRAFFIC n CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services FINES DOUBLE, and other advance warning signs if the signing would be redundant and the work a appear continuous to the motorists. If the adjacent project is completed first, the Contractor shall erect the wry warning signs a shown on these sheets, the TCP sheets o directed by the Engineer. s The BEGIN ROAD WORK NEXT X MILES sign Shall be Pi' P�: O O O �O O ■,\` R I.s SO. Radius, o Ts Indent Black on rellw ij mr. o Prong, [TALK OP TEXT rant revised to show appropriate work zone distance. - ,--,- LATER] C specified 1000th 7. The Engineer may require duplicate warning signs on the median side of divided highways where median width will permit and traffic volumes I I- justify the signing. 8. All signs shot l be constructed in accordance with the details found in the s "Standard Highway Sign Designs for Texas," latest edition. Sign details not shown in this manual shall be shown in the plans or the Engineer shall provide a detail to the Contractor before the sign is manufactured. 9. The temporary traffic control devices shown in the illustrations of the SIGN DETAIL (G20 -10T) BC sheets areexamples. As necessary, the Engineer will determine the roost appropriate traffic control devices to be used. 10. As shown on BC(21, the OBEY WARNING SIGNS STATE LAW sign, STAY ALERT TALK OR AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) BARRICADE AND CONSTRUCTION GENERAL NOTES AND REQUIREMENTS TEXT LATER (see Sign Detail 020-1001 and the WORK ZONE TRAFFIC FINES DOUBLE sign with plaque shall be erected in otivancof the CSJ limits. However,s the TRAFFIC FINES DOUBLE sign II not be required o projects consisting solely of mobile operation work, such as striping or milling edgeline rumble strips. The BEGIN ROAD WORK NEXT X MILES, CONTRACTOR and END ROAD WORK signs shall be erected at or near the CSJ limits. 11. Except for devices required by Note 10, traffic control devices should be in place Only While work is actually in progress or o definite need exists, 0010 Traffic 3ond01 their below Texas Traffic Phone pre -qualified products shall be used. The "Compliant Work Zone Control Devices List" (CWZTCD) describes pre -qualified products s es 0nd may be found on-line at the web address given or by contacting: Department of Transportation Operations Division - TE (512) 916-3118 12. The Engineer has the final decision on the location of all traffic control devices. SHEET 1 OF 12 13. Inactive equipment and work vehicles, including workers' private vehicles must be parked away from travel lanes. They should be as close to the THE DOCUMENTS BELOW CAN BE FOUND ON-LINE AT http://www.todot.gav 1ie0as OeparwiwrtaflOew.pwnllan apendlame right -of -soy line as possible, or located behind a barrier or guardrail, or a5 approved by the Engineer. COMPLIANT WORK ZONE TRAFFIC CONTROL DEVICES LIST (CWZTCD) DEPARTMENTAL MATERIAL SPECIFICATIONS (DMS, BARRICADE AND CONSTRUCTION WORKER SAFETY APPAREL NOTES: MATERIAL PRODUCER LIST (MPL, GENERAL NOTES I. Workers on foot who are exposed to traffic or to construction equipment ROADWAY DESIGN MANUAL - SEE 'MANUALS (ONLINE MANUALS)" AND REQUIREMENTS within the right-of-way shall wear high -visibility safety apparel meeting the requirements of ISEA "American National Standard for High -Visibility STANDARD HIGHWAY SIGN DESIGNS FOR TEXAS (SHSD) Apparel," or equivalent revisions, and lobeled os ANSI 107-2009 standard TExAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (TMUTCD) BC (1 1 - 1 4 ` m �a T^+ �a.1 l.m",I..r stur122 a 161 RECORD PRIMP Nd STR-895 performance for Class 2 or 3risk exposure. Class 3 garments should be TRAFFIC ENGINEERING STANDARD SHEETS ©r,om wa .' considered for high traffic volume work areas or night time work. :13 ;1 1 ^ — I CRYR101EC1/EI3092 ole: Dec I6 2016 - 1034en Uv:bl Evw N,Inprow mgsKOc[ Toa sry ac-H.dwe LI B a g 2 fr aw –w E` R J dal S CONSULTANTS SKEET No. TNI PROJEC1:COR1414W f , 4 Ix �Q 9 1. • l'€ '+bC' v3 �� TYPICAL LOCATION OF CROSSROAD SIGNS T- INTERSECTION TYPICAL CONSTRUCTION WARNING SIGN SIZE AND SPACING0'2 0200 IRDw Alau: " ROAD MR AxE oxo lmL=AAs 1��4 IN»xaRlsoczo SPACING SIZE I I„ Iwpl s 1''o_a r <Yso lO horn \ { wW,l { nv-vn,v IOW-1500' Hwy it a p -' M Il�elxa .cert Ligns NuMb`es G0 vent{andl RccE E e x'reaewml / Ppatpd Speed Li9nA Sohn in9 caus.. 1 x t ; 1 MPx Feet IApiprx.l // D „, �) Waxx zoxE C1221CW20a CW22 4e x 4e 48" x 48'• ,5 20 sinINICHOLS t t 8x0 sov qlE / OEclx m n. /� n t i) rerrlf 160 OAAD TRAFFIC n20 5 CW25 40 2 40 WOR N 1pl DOUBLE • OOD�.E 5 320 A s [Y250 0 ID 8x0 2 IwADmYWpI © n2o Sa P 62D-STcem Rxo so1P cwt, [W2, CWT, OM, 36" x 36" 48" x 48"55 400 G20 la riaml uo a .9, CWII. SOOx I moa 4I I I I � CW14 60 6002 Imnted an bock of "ROAD NORD AREAD'IC1120-101 sign with approval of Erpineer. 02D 2 CW], CW4, 65 OOP QkwM (See note 2 Wenn CWS, CW6, 48" x 88 46" x 49" 10 8002 Row Ywk AM. 1012010ISIgn and c CSJ LIMITS AT T-INTERSECTIO! 8148-3, 75 9004 •END ROAD WOR. sign, unless no. otherwise in pions. 2. .e Engineer may use the reduced size 36' 2 36" ROAD.. AHEAD 1.20-101 sim new. tak to back The1020-21 I. Engineer de C1410, .12 80 IO003 with tile reduces( size 36' x Ill• •RD ROAD Rand te'sin-21 volume crossroads DDwegMsrfor ager low rill being Intersection, other signs, that 510010 be used when work is • x Texos• manualmeSUWlneer may mit thea signs an lax Mina will details. Whether a road is lbw volute. This Information shall be Meal in the pions. inw field conditions, the Engineer/11 alocation cral oaring of draw appropriatef the nelrements. my sign not shcen on ms.The ien additional elans ire semis.. these signs [ sena. Traffic control Plan sleets or the Rork Zone Standard S.ets. E 01010'1010- arlsion shell a performed of or neer an oan2,rpan - wi ..2 -6 a The ROAD 140126 NEXT X MILES• left signs am11 be replaced rrbrpern20-11,4( theloxr02 CONTRACTOR a "ROAD WORK NEXT ln me .aao�r arrow p d highways, x s, iditol 6s Devices" r Iml application diagrams or TCP Stana�e sheers. nark area ower distance between mach mdlrlonl al, g' ser the GENERAL NOTES CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services motorists of the length of constructicn in either a rho the Intersection. The Engineer .11 Mcermine Mettler a roadway Is unsidered n,gn gn vo 5. Additional treffic control devices may be shown elsew.re in Me place for 019022 vol. crossroads. 6. Men mrk cc s in the iceereecceon ere, appropriate treffic control devices, es s.o elsewhere in the pions tenni. by 1. Engineer/Inspector, Moll be in place. 1. 5020101 or larger size 01000 may be used es necessary. ems y. 2. Distance between sims should 0 increesee as required to here 1500 her advance .rning. • WORK AREAS IN MULTIPLE LOCATIONS WITHIN CSJ LIMITS SAMPLE LAYOUT OF SIGNING FOR WORE BEGINNING AT THE CSJ LIMITS I areore mvaae warning. 1 d a 2 ❑* '""'TP** w , 1ofz Engin, ee SPEED NSI L/ TA xuam 2 under 'Typical at 1.DRN disc r. aro the Engineer. See Siang. [shrPed WWGM-Si <>111-46 eOR ERA Q Fi LO �LIMIT /I /�/� R20-LIMN DOUBLE V V �v MSq nMil 5. Onlytdiaam d sngee warning sign sizes me In w dimreu. RR.0 LWm 0 atN MMOxe-aT • Lv1)IP amaprim - i'0 MM ��E m'\ STATE LAM 6. Sae i sin listing '1MR Sign Appendix or the'Standerd Ilia-soy Cfar 146 AREA AHEAO •° �m Q xo Ix Rx 661 for Tenor manual complete at of oval lobe sigh sign AyemREAD XX / ID ''-IP :=-1=',1:21-. ` i li rf 81%.sigls • AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) BARRICADE AND CONSTRUCTION PROJECT LIMITS ✓ YxD 1 rffe4) ., 4 a LEGEND .,'''- x o- o- Barricade . p aro Chanel(zing Dices xoRk b {> 1 PrA fpr SPEED2...---.TRW?.. Sa Limit w q1 tins sBaaid 0 LIMIT X XSee Sign Typical Construction 1.11 extendedhoEglpeer,ina0 Engineer/Inspector d m e0ddi.oal� 'ROAD WORN Eo¢x120arpiced In Ill 020z00 12021120 ranges s. Lee 1. applindole rre sets far exnat 10mticn NOTES X nor °CIPf channelwithin end spot m o a gm end m ce (LAYOUT distance n spas grequirements. SAMPLE OF SIGNING FOR WORK BEGINNING DOWNSTREAM OF THE CSJ LIMITS WORK placed- for each specific 5rl sign SHEET 2 OF 12 M❑ MMOm sov 210 STAY ALERT ,G20 to the nearest the irre f Engineer. RWD MM GM ROAD Oh SPEED LIMIT MMexo-Si r1AT5 Imr araE1 rOa decimals anal) be used. aoororb b ne neer. CLOSED x11-2 MRROAD 20 14010E amnsol[i X X _ Sara E rNDw STATE LAW "BOs01N win 0 Um Department of nanapafelbn spW xx gY - I�I' D 10115 ' 10 hp-IE MM m �, \ Ni MMRchanz-h h r IMM e the C5.1 Limits. Tney inform ttle Its Where traf,la finds nay d0,�1e BARRICADE AND CONSTRUCT ION ~ EIC PROJECT L[MlT l j\f�I 0 ..,..s,..;0ra6O x[54 Limit o J (=^ MM "r„;2ea BC (2) –14 sxEET123 d 161 RCM ORAWA.0 NO. STR-895 1 ? , E ap oap0aand far n r rr ffI o,tr01 lan. N a , mR2 ©..b3 age ()TOOT DM1 :I��... SPA[[ �/ NX ontromtw gin staff speed 1Im1r"g"at W,w YWN m xM M IX he eIw ar T,',;',=',',.° O ,r-,:'''.;,?:,t':; 0)r .7:2,— e-0,-IS amh m Off PROJECT 1E130,32 ole: Dec I6 2016 - 1034en Uv:bl Evw N,Inprow mgsKOc[ Toa sry ac-H.dwe Es Des Ogg 13. 5016 - 10344e ilear:17 hie 14,173.0rnengssalce 'MP STD BC-14.deg M a S g 3 _ 0Fj m £ - l 0o.m0NRrs 01EET Nu. FRI PROJECT: CO1714148 T` +Tv I .`% %r�/ 'liy ' i N$.) r €! '�p..Sn-•r TYPICAL APPLICATION OF WORK ZONE SPEED LIMIT SIGNS 'ProceduresxF Work Zane speed limits shrill be regulatory, estoblishid in accordance with the 'Procedures for Establishing Speed Zones,' and approved by the Tens Tronsportotion Commission, or by City Ordinance when within Incorporated City Limits. Reduced speeds should only be posted in the vicinity shorn for one directim only.ES See 13512/ for/ addalwal w signing. ///'''CSd of work activity and not throughout the entire project. LIMITS Regulatory work zone speed signs (R2-1) shall be removed periods or covered during per otls when they ore not needed. Signing sllonl forSigning direction only. sa=csfor additional amng (LWITS FREESE ' NICHOLS ID I\ b 1750 1500'1 h $e generala S.,\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ \SS p p\\\ \\\ Sae General Note k p �p „Sa I ori lSee �� a���o �� k a 4 o� o�� 1Z' GUIDANCE LONG/INTERMEDIATE LI 7 0B 1 FOR USE: TERM ` * 5 WORK ZONE LIMIT 60 SPEED ° "5PEE0 LIMITS GENERAL ZONE SPEED 6 0R s G ,LIM[i NOTES SPEEDPEEDIMT LIMt 0 k05 WORK SPEED 60 ap s "-' ZONE sP ED LIMIT 60 G2a m "zl LIMIT 70 8ON CITY of CORPUS CHRISTI TEXAS Department of Engineering Services This type of work zone speed limit should be included on the design of 1. Regulatory Work 0010 speed limits should be used only fpr sections of construction the traffic control plans when restricted geometries with a lower design projects where speed control is 'f mal or illportance. speed are present in the work zone and modification of the geometries to 2. Regulatory work zone speed limit signs shall be placed on supports at a T foot minimum a higher design speed is not feasible. mounting height. Long/Intermediate Term Work Zone Speed Limit signs, Men approved as described 3. Speed zone signs ore illustrated for one direction of travel and ore normally pasted above, should be posted and visible to the motorist Men work activity is present. for each direction of travel. Work activity may also be defined as a change in the roadway that requires 4. Frequency of work zone speed limit signs should be: 0 reduced speed for motorists to safely negotiate the work area, including: 40 nnh and greater 0.2 to 2 miles al rough road or damaged pavement surface 35 mph and less 0.2 to 1 mile bl substantial alteration of roadway geometries (diversions, cl construction detours 5. Regulatory speed limit signs shall hove black legend and border on a Mite reflective dl grade background (See 'Reflective Sheeting" on 6C1411. el width fl other conditions readily apparent to the driver G. Fabrication, erection and maintenance of the"AOVANCE SPEED 11010 (CO3-5lsign, As long as any of these conditions exist, the work zone speed limit signs 'WORN 200E"1220-5aP1 plaque and the "SPEED LIMIT'(02-)(sign shall not be paid for should remain in place. directly, but shall be considered subsidiary to Item 502. SHORT TERM WORK ZONE SPEED LIMITS T. TO"ning signs frau view, laying signs or01daxn win Int be'''owed, "less as iherwi se noted order REMOVING OW COVERING" BC 141. AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) BARRICADE AND CONSTRUCTION WORK ZONE SPEED LIMIT This type of work zone speed limit may be included on the design of B. Techniques that may help reduce traffic speeds include but ore not limited to: SHEET 3 OF 12 the traffic control plans ehen workers or equipment are not behind concrete A. Lax enforcement. barrier, when work activity is within 10 feet of the traveled copy or actually B. Flogger stationed next to sign. In the travelled way. C. Portable changeable messy 9 9e sign IPCNSI. ,Texas Oepar0senro0Trempwbtlon rmmm aptyy°"'' Fonda M Short Tenn Work Zone Speed Limit signs Mould be posted and visible to the D. Law"power (drone, radar transmitter. E. Speed monitor trailers or signs. motorists only Men work activity is present. When work activity is not m present, signs shall be removed or covered. 9. Speeds shown on above are for illustration only. (See Removing or Covering an BC141,. Work Zone Speed Limits should only be pasted as approved for each project. IO.For more specific guidance concerning the type of work, work zone conditions 000 factors impacting allowable requl0tory construction speed zone reaction see TxDOT form *1204 in the T000T a -form system _ BARRICADE AND CONSTRUCTION WORK ZONE SPEED LIMIT BC (3) - 1 4 ©..m, oma, 9E7124 a 1 61 "ECOR0 0..OlMHG An STR-895 - - 4 I�... l m.. 1dal Ol0 00ECT (EI3092 hie 14,173.0rnengssalce 'MP STD BC-14.deg Petri Oen 1 Is - losses+ ebJ rhe. uNlf� ,s s occ iv ssb ¢-INmm $ a a cossuLMJI1S SHEET Na MI MEC,: CORT/i/e 9 68g !l011, is ;°, • %31 t i yW;t . F `:Yep a g GENERAL NOTES FOR MWK ACHE SIGNS TYPICAL MINIIAAA CLEARANCES FON LONG TER1A AND INTERMEDIATE TERM SIGNS Iz ml ., , I ,n a straight and plum condition a.or as direct. by the Engineer. 22. va stwl bet`pa maintains plans r All signs shall be Installed be used In 0°o- sapdame . ted by the Engineer. s o -s shall be used to rem me, tram, and ( �u�de we 'nq o are y Mirk g 1 g A ROAD MORK AHEAD s: mos. s adamaged greater min. , ROAD MORK �AHEAD .. .0 m ` ' ROAD WORE AHEAD. ff _min.e r '9:g: pas. ROAD LWDRK AHEAD _ ' P .g mini fee r I.. Pie are. ale s , can+rater may for either the n zea n I. p a. r n the staara N'Meoy sign Deaths far Texas. IS.01. The ale neernns°estr wrnrequ re the Contractor to rurn�m al -her vorx zone signs the, re Nowa in the Tial. but may have been omitted from the plats. Any .11 rne� tam rhe canrmtr, e awpeanm�ar piens aon.entea n writing Inspec.11 install Me si. support in a.m..tor'scmtr c%r Pnimplemented. auin. ` revsupon , a"'g the mmgea In c M hda in the *Cpwlianaxo-xTonemTraffic Control Device l haoor . The.troctee T pa r a copy manufacturer'son to tsars . o n end T a t e<.Me doral harlanirramendorlm: so mon: Engineer co, o- mrrm reflective sheeting m directed by ireEngineer/Ms... "' lantinwrion marking, e. be sheen only an the bac, of ,he Sign S.M.. The ng n P rem 1. cwre Contractor Moll r being I �miic red. need 15 as moxmm,m height ithmens ./Or asaanr oitagm used or Identirlcatlan shale W j WO WI WV;' _ LLE 8E 5_�"-„ o=$ - ..n, �i .1 g damaged , ',ORATION a WORK TTI Isreplace damned w. e Manual mini..'raft posts eaemtrol not sra "Timework rIn Paved shoulder . Men plmimo ma !supportaappears straight as plan.Contra.. * * No aie'cro anal' xqr m place unser skmas as o whoa or I.vaIi^ ' n�ea hetone. Men sJp`"ol;a: ore placed !advisory or a�ata cel almuha not cover me Palace Of the wren 0�a, * being per... The ingirmr is respansible for .lecting IS reSpOnSible fOr .auring I. sl. ng heig. s.stractsgn '� ;:s man facturer`'s rec .ing" °""tan • .atiOn Mare than 3 days. b stationary work that occupies o location more than one daylight period up to 3 cloys, r nimxims warn feinting ra. Long-term stationery -- ,imerk rw that ampies hated or more took I �a�r ,n a single hurl ighf per.. mare than one hour. cation go to I hour. moves cam,naws mo ra. S., .nation - work that pomp. a intermittently !stowing for w to apprax,mo. y 5 mmmotea.l qM W Zoo Support ATTACHMENT FOR s a not protrude ve a �° n SIGN SUPPORTS %, Afar re.. U. WM.'SuO is supports w s ar manufacture s r ndaa PrOCemres for attabing sign ND xE SIGNMBquNfam of Lmlq-iermr - least , feet, but w+ more ,nm g feet, move me wvea Surface, cept os Mom for .. ` 2. bol short tum✓short Oration signs shall be signs. of I (air move the ponmem wrraw but a me foal 2 fw,aabo the bottomof w:e e e SItermraar• b a t aft a r a `ohe-r trm/shormed ng mrrigm and shall car o - a i _ .- a CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services pNq��l substrates to other s pe signswwrra en ¢°fox ate lag height.feet, e. N nhmr Signs shall be momtm at least a .bat m, ore tang feet, above the paved cram Ila a ss of work duration. 412 mils ROAD ' - ' i. em The Co to I I turn. theq ,hes shown an BC 121 miens otherwise News In He phone or as directed by he Engineer. GN SUBS i. pp�� pp ©o@I�6 .on a, WORK W ODO� m Nails shall NOT h wore the Ms.. is install the mnmmhrer's r Sign o support that i used.The UUCP lists each smsrra m the different types models of sign supports aNOT sign sego with 0 % , AHEAD IkhigNOTOM be DI IONed. EDa signfoste. on substrate. of iwrm ave. 1 2. A Nscrews or more plymod cleat, 1/2. thick b` s par to a ab ee erten, odd di. �� fret' I De attached sign directly to the Sfgn that . 'v'°Ib ora mon Inde r the I s°°nwas mor aprove Other methods Of n ting the sign facer etrate the Mae of the eign mrel. The screws shall be ° m s o splice PEFLf[iIYE sIIEEiiXQ �kof Me Signame PAINT ELEVATION +rat rany rmbr PRe"mnd, meta Plastic support. Multiple signs shall not be bitted or spliced by means. Wood lam Shall be retroreflective and constructed of sheeting meet. the color ond retro -reflectivity requirements of - f 1. All rigaa 1.rewi CPS -6300 2. Mite sheer b&mlknoune AIM IiTTERGerlmoiq, meeting the remmrevenra of 0s6 PI00 Trce a Trce n. I w muN for q a a rage backnowae. Night vi Splice Is u0ing four bolts. Mo Pain, . no belov the Vice Sol ice emust be locatedn0 SIDE ELEVATION supports Shall not be extended Or repaired by API icing or I alanmei le Nighwy n din letters had raiders pe1.Rwau inrtemstmare xiyi.ayrsI. urger.. for Texas mama .`s aa, letters dna hinders shall be Of Arirstleioe Itrworlrnmmal in waraaoe with Department sramrw as specification. REMOVING OR COVERING workmanship AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) BARRICADE AND CONSTRUCTION TEMPORARY SIGN NOTES the sign .etrote, not near the bone of the support. Splice insert len°. Lwla be at leost 5 tims nominal poet eize, centered cn the ml,w and Nava other RIRMS. 1. AP. sign messages nay . calf.. or . not apply, the signs shall be removed or completely covered. 2Lona-termtraffic 90 dense? when of at least the save gage material. r signs instal lea in tw median of dlviwanighays o intersections Mere the sign ary . seen fran approaching traffic. STOP/SLOW PADDLES I. STOP/SLOW should be el traffic masRaday method as 2. used utanight, the STOP/SLOW paddle shall be retrKhenOr epmairs may ear CONTRACTOR REQUIREMENTS FOR MAINTAINING PERMANENT SIGNS WITHIN THE PROJECT LIMITS I mar used show route deeiyar 'te thatgore potentiallyer`hazardouss`t`orMotiletmeration, ms, directions, a skids sail not be tram at qa deg ee as es to the roadway. Thew signs Mould be nave r completely a tic, o.r materials which will cover 1. entire sign face mi properties under autambi le neaai ill. at night, or damaging Man son nq. . Duct tape or other`�esivve materialshall Signs dna anchor sta.Don w reaves rata .les boar, Ilea upon completion or soli. MON SUPPERS NEIGNTS m '' STOP/SLOW be amm�ea mon a staff patio a minlnwn G- a s. ants In a STOP SLOP paddle feces geographical, ter through a work meed the sate, , role Li. of nuns moa keep frau turning over, z T. usess.h gs require ro1e will I ed r neap rhes a f mer SHEET 4 OF 12 I , a n m from sp, erg 0 in Section SE.os IN. Signaling Devices In the TW"TCD z the roo.y Armon nor signs until the pentane. sign massage matches pen.. signsand to construction s are am d , comets, aintain a mnmosteeel r other solid objects en Ih t w permitted W, , m mo not pram e r minium. TexR• newNrfanepTTran.Pa mrfpR , R D 0 n ant // 10 M la' \\ a• a5's �i�met a„Poses, .y Shall be to = Mists is visible testy all times. o as core riginal l alas then nt,hetF9ginanprmaports,Meets. they Mile a A9. Ewpbags youth reran such e f minium or ire inner ;5 lbs e! a t tears of 50 ell al shaIt N +ere Ven only sammgs l be was or a durable tubes/ T be use. idesigned %%KN ll���\shall5. BP i 2 ` '° a I. O,heig heights shown n the PD sheersorthe Seagn t signs are to be removed aid mato s aile pay Item for waQr pr,. hwarrna.awr„ w m m the signs snail meet t. mriny repairedonheightsis shaMould . wlme the�i°a 'hnr existing signs. ms gearlr charnel devicesshould not be urea for supports. On _ mon+m rts of the '” "°scontrol°ber nn' id D r° ssua b h d °fast suspended meg' o° ee placed oro other aidanfaawn mea support. elan suis wsiorts placed m slopes. s Viol I NOT . plaCed under , Skid and m m use(' m level BARRICADE AND CONSTRUCTION TEMPORARY SIGN NOTES BC (4) - 1 4 s. Any cwerraalrr hielher construction ea... s.11 be replaced os soon as possible by 1. "Ion•nevEzior GITEO `"'' sHtrr125 a 167 SCOHD MIMS NO. STR-895 2e 24 - me proper guidance far to motorists. This .1I be subsidiary i.:. 4 zea nn m.aa„ a sthe ler GGz 0 n r nm I not he al lowed to cavy m ran Of sinfwe. g pa nt - h N I CITYFRTIECr IET30CD Petri Oen 1 Is - losses+ ebJ rhe. uNlf� ,s s occ iv ssb ¢-INmm '6cm-• 8 9 8, t i 5 8 E 7, E At .6: !— :IV ws • 1 °E. 5. C.ISULTANYS VET Na. RI PROJECT:COB/6140 ,51':194, *M.... "i k 0 . /40.00un Ma . D ' '111'11 No.. ,..'s12Mn face r A UM 1.1..,:i'cl 1r Sign , Post Sign ..• Post r„ Post x, poe IIII 30' t See BC141 for sign height 29 foe 244 x 40. 4x4 black MA . See 3C611 Length be Inorea. odditionol 244 bra. of sk Teo de .Y for s ability. 40. win nem mecher Rt. . desirable 6.. S. m.n. weak so.s. .ii. in reinforci. sleeve 11/0 larger t. sign desirable 30 rx7y.,fly°:,n'i min in . See the ClIZTC far tetembent IMO Bose Post raFREESE NICHOLS WO It Situretine Ste, Suite z.on,mr -t• require.. 246 Ih.k.... for sign 2 he•ght requir 11/0 larger than sign ummer .., 11/0 terger ..,.133.1 II:INgZgeillIV6201 Win., I. ..2. postl--e Iten SIM PoS. .. 40. Prom . yr ont 40 block 9x4 block Vele Wirer] gintledmentI OPTION 2 ...or Stub] 1M., St. ceclR:rnorcing Sieerel I WING CHANNEL PERFORATED SQUARE METAL TUBING t Toll 4 o=or SKID MOUNTED WOOD SIGN SUPPORTS LONG/INTERMEDIATE TERM STATIONARY - PORTABLE SKID MOUNTED SIGN SUPPORTSO GROUND MOUNTED SIGN SUPPORTS efer to the 51122CD nd 1. menufacturer's installation p ocecere for each type Sigl Support. The maximum sicn equar footage shall centre to the manufacturer's recommendation. wo post installations c....e for Iorger eigne. CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services 9 sq. ft. or less. 'pm ext.. thinwall plastic sign only is ..,. ft. 0, less Of Oro rigid Si. substrate I is. in sec/. J.2,1 of the ClIZICO, ex.pf 5/8' ply... Mr pl.. , allowed. 0 3/8. x 3. gr. 5 . a MO' 1 I/0 Dia. I.. 6 WEDGE ANCHORS .th steel old plastic Wedge An.. SYsteeti. efe. on the V Standard Sheets mu be used ....erY f'OC''ne.'*"..eyffnay' f'be'ert in'an'cret"' s'''arreinf!guiet d'y :e'lle if mourn. by the Engineer. (See web address far Mraffic Engineering StOndartl Sheets• on BC11/1. 12 per support, joini4 eign K. OM suPports 0 4 • OTHER DESIGNS V MORE DETAILS OF APPROVED LONG/INTERMEDIATE AND SHORT TEM SUPPORTS CAN BE FOUND ON THE CIUTCO LIST. SEE BC.. FOR WERSITE LOCATION. 1 314. x I 3/4, II foot lz ga Reef GENERAL NOTES (DO NOT SPLICE. .. 1 3/0 galv. re. 1 3/4 1 3/9 • 4 12. Ihole to hole, 12 go. support teleScOpeS int0 sleeve Nominal Post Size ',yr... of Posts :::::::::::27':',711 II um Sq. feet of Sol I DriteMen Dfilled hole., Required support. but 3/0' bolts with ruts or 3/. x 3 I/0 log scrims must be used an every taint for f.nol connection. with 5/16. holet 1 1 4 4 4 1 NO or 3/0 x 3/4' square tubing 1 3/9 • x 1 3/9 ' x 52' Mole to hale/ 12 ga. square perforated 4 x 4 4 4 6 2 I 21 36. 21 36' NO YES '' rf7.11:PC?:.'e::";:tr*sP:119ireVtri'M/:Z:d'on the AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) BARRICADE AND CONSTRUCTION TYPICAL SIGN SUPPORT UPright Mu. telescope to T tubl. dioponal brace 1 4 x 6 2 YES 017.0 Lief. PrevIde 7' .1.1 above pavement yr , 1 3/4 • 0] 3/4 • 4 32" lhole , MOD POST SYSTEM FOR GROUND MOUNTED SIGN SUPPORTS '' !=Z?OncottA177:Te=oe"ft:.:noeTtZeCt'21'to. This will be consider. subsidiary to Item 502. to holel 12 00. squere perforated t.ing cross brace , y.20 at wale ;..,,.,.....,i4.,.!,..-- /.. 'Afi' . 6 , . 0 See DC 61/ far definition of Mork Pration.• ,,.., sign posts DUST . one piece. Splicing 01I " NCI be allured. Poets shall be painted white. See the CRIED for the type of sign subStrate A .”, pin needed to 1 I 6 T2",!; ' '' ". cry/ he weed for e.h o.roved sign SuPPert. M.. SideSlape 36. 111, 1 3/9 "11 3/4 " x 129' 11'lel SHEET 5 OF 12 , pr. 00114• /hole to hole, 12 go. square MN+. 4..ggZ/n . • Welds le start on ,,,,,,,,.. sides ,10(p. iubing 4 fre.0 0008,011.0,........ gavrIVO . going . oppOsite directions. Minium uprit ghgatcomur -......- I. 48 viela, do not .. f..... ' . , uleight Completely welded 181844 CrOund tulehlg Mole to hotel 12 .. perforated BARRICADE AND CONSTRUCTION TYPICAL SIGN SUPPORT weld starts e erts weld alhere ' weld tubing ekid MOle tO hole) SINGLE LEG BASE 3, ' 12 ga. squem d II Perforated BC(5)14 5i. View tubing sleeve • Ireland to skid oin r POIr 140011. 14001 Imo two sluM260(161 RECORD DRAM PA STR-895 6 SKID MOUNTED PERFORATED SQUARE STEEL TUBING SIGN SUPPORTS ' 9-07 214 .13 ”T '''" 1 00"T an, MEC, i E,.., i B 0 rd' P. u g r. a v _ _ _ =- us161 a� CONSULTANTS SHEET Na ROI PAVER: COR16169 ?:3aA? ',4 ee�T� $S pQ lSy41 Fdleec 41f ; WHEN NOT IN E"WYE THE PDMS F. THE RIGHT-OF-WAY DR PLACE TME RCM, BEHIND BARRIER ORGUARDRAIL WITH SIGN PANEL TURNED PARALLEL TO TRAFFIC RECOMMENDED PHASES AND FORMATS FOR PCMS MESSAGES DURING ROADWORK ACTIVITIEStit (The Engineer MOy approve other RIeSSOgeS net Specifically GOVered here.) PORTABLE CHANGEABLE IE55AGE SIGNS The em ones e s ns1.151'° all° used I. wee..fa°I` Messages on PM to eight characters repr wald m`,dott ii4plwen thonmple Arm such mwlD,• 5 w ods tret are noret"oi Phase 1: Condition Lists Road/Lane/Romp Closure List amp Other Condition List Phose 2: Possible Component Lists2. ACtiOn to Take/Effect on Travel Location Warning WW Advance List List List Notice List Thrsea pxee messages Inca. E Menne of m message Id, thought. and met be understood by d on fr.. i.e., .6XIT FREEWAY CLOSED X MILE FRONTAGE ROAD CLOSED ROADWORK XXX FT ROAD REPAIRS XXXX FT MERGE RIGHT FORM x LINES RIGHT AT FM XXXX SPEED LIMIT XX MPH TUE-FRI XX AM - % PM Min Me WY �w LLZ- z �d �� i0 limy mF� CLOSED.. Oa not use tre term ...it 5US, SH, FW al. with . number men referring aga raadwY. 6 use (should he ood. where mini. 7 feet Move the rshod. ROAD CLOSED AT SH XXX SHOULDER CLOSED XXX FT ElADGER XXXX FT LANE NARROWS XXXX FT DETOUR NEXT X EXITS USE XXXZX RD EXIT BEFORE RAILROAD CROSSING MA%IM(M SPEED XX MPH APR XX- X% X PM -X AM T sage rm..KE4'aa used onllyye� wrk is to wlaeoyatane nom morning work should ...toyed .ted onvening °t midnight. the P. 1 xar �o bwln on Friday evening and/or Centime into Murry marring. " 0000 CLSD AT FM XXXX RIGHT LN CLOSED XXX FT RIGHT LN NARROWS XXXX FT TWO-WAY TRAFFIC X% MILE USE EXIT XXX USE 0090 I -XX NORTH NEXT % MILES MINIMUM SPEED X% MPH BEGINS MONDAY B. mEE«fe./I0o to may eel phone Mien are avail an o Each pose may be "splayed for either far seconds eocgcneort 1, for 0ttr5ee4secups each. Do not .uld be a"teady M'ra'moonrlds included wous while displayed. 1h` message RIGHT X LANES CLOSED RIGHT X LANES OPEN MERGING TRAFFIC XXXX FT CONST TRAFFIC XXX FT STAY ON US XXX SOUTH USE 1 -XX E TO I -%X N PAST US XXX EXIT ADVISORY SPEED X% MPH MAY XX9. BEGINSIII! tor-. Ms.. 0, ivo ors of Ma message same as guy a re. 1 S 511101 LEFT' or 'LANES SHIFT RIGHT ,a iDri ern ° CENTER LANE CLOSED DAYTIME LANE CLOSURES LOOSE GRAVEL XXXX FT UNEVEN LANES XXXX FT TRUCKS USE U5 XXX N WATCH FOR TRUCKS X0XXXXX TO 0000000 RIGHT LANE EXIT MAY x-Xkeeping %X PM - XX AM CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services on PO.. not understate the message. 1 display nes age that scroll horizontally or vertically across eof the eIgn. 1 ac able ablfv'weon a PC. .Both wordsts abbreviated wards �In a prase mut m Two -wad phrases trot NIGHT LANE CLOSURES I -XX SOUTH EXIT CLOSED DETOUR XMILE ROUGH ROAD XXXX FT WATCH FOR TRUCKS EXPECT DELAYS US 0XX TO FM XXXXare USE CAUTION NEXT FRI-SUN together. Worce or phrases of on this 1101 Mould not M abbreviated, unless shown in the 1 height should be a leas mils. Rey Would be visible from at leost 1/2 1.51 mile . t VARIOUS LANES CLOSED EXIT XXX CLOSED X MILE ROADWORK 0051 5H XXXX ROADWORK NEXT FRI-SUN EXPECT DELAYS PREPARE TO STOP DRIVE SAFELY XX AM TO XX PM mould daylight.` iTr otter hht ond eight of110 belies and mosi Pe legible ufron 1 oof f011 jwtiOaee. be centered on m nes a boors rather than EXIT CLOSED RIGHT LN BUMP TO BE XxXX FT CLOSED U5 % EXIT x X MILES REDUCE SPEED XXX FT ENO SHOULDER USE DRIVE WITH CARE NEXT TUE AUG XX 1 Me POIS Whould default to on illegible diaplay Mat .il malfunctioned.PCM hos A pattern such as a series of horizontal soli O. is wawriete MALL DRIVEWAY CLOSED X LANES CLOSED TUE - FRI TRAFFIC LANES SIGNAL SHIFT iE XXXX FT USE OTHER ROUTES WATCH FOR WORKERS TONIGHT XX PM- X% AM XXxxxxxx STAY WORD OR PWASE ABBREVIATION WOOD OR PHRASE EVIATION ABBREVIATION LVDIN LAWS SHIFT i° CLOSED Mose 1 met M used with STAY IN LAhE in Pnoee T. LANE X W N See npplicatian Guiael Ine< xee Access How AGCS M Major RAJ AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) BARRICADE AND CONSTRUCTION PORTABLE CHANGABLE MESSAGE SIGN (PCMS) Alternate Avenue ALT Miles Per Hour APPLICATION GUIDELINES WORDING ALTERNATIVES Best .te Boulevard BEST E Evil Minor t2 PM VON I. .ly I or 2 `sbotnlare tO on o POOL I. The .rds ALL con be as appropriate. be sPe e10A GANT North Z t poseh° mutao w 2. Roadway aeelaoed tlon1e Ill, US, eq LP cm he a. the •Other .ndition Lis. °1 • SN Closure ifrroa "cm beInt tian GONST AW Rood N be selectedorp 0. . p, uset the 'Action or on" rev.. r , ao SI cm ion, cal Warning, o' Advance Natle t be r... an appropriate. CROSSING Detour Route XING RTE Drot RIgat Lone RD Lx ear location Higo°x °m" ma °R 54 replaced as appaylate. Interchanged °s needed. i u e Do T Service d theMosebe used stood of disra°� is necessary.appropriat they must . MILE EI. asWiOaan Emergence EeeCIP rowel E O. 50° y E. CMS Moll heed ed t° two phases, AT,,and BEFORE old PASTnInlES ter.. as needed. a.smoteneve by themselves. 9. 9. Distances °r .10 con be eliminated from the message if a Vehicle INER YEN So HI Saurroana I s 6. Far advonoe .n the current Mte is within seven days location phone Is used. Entrance. Enter Exprees tone ENT EXP LN Speed SPO dam of t. Advance Ie type y for E xpFog ressway Street seliepho ST SUN na mare than oe .eek or,ar tom ark.tification SHEET 6 OF 12 "PRY a Temper., TRAP Freeway Blocked FA KD PCMS SIGNS WITHIN THE 0.0. W. SHALL BE BEHIND GUARDRAIL OR Fr 0vau FRI Traffic x in. CONCRETE BARRIER OR SHALL HAVE A MINIMUM OF FOUR (01 'Tomas Department mfTransportation ,,,none ErIving RAI IKIV.TRYLRS Tues.ad PLASTIC DRUMS PLACED PERPENDICULAR TO TRAFFIC ON THE Hazardous y Illah-Vehicle0009 acre UPSTREAM SIDE OF THE PCMS, WHEN EXPOSED TO ONE DIRECTION OF TRAFFIC. WHEN EXPOSED TO TWO WAY TRAFFIC, THE FOUR DRUMS BARRICADE AND CONSTRUCTION x gown Upper Level a VER5 VEx SHOULD BE PLACED WITH ONE DRUM AT EACH OF THE FOUR CORNERS OF THE UNIT. PORTABLE CHANGEABLE ooemei IR, MRS cies NEO" Information ms wrWes�ht FALL MATRIX PCMS SIGNS MESSAGE SIGN (PCMS) Junction Left J. LET Let Weetboind Nun Wool. le t. can used, 11 Mcrae.. height and legibility/vlaibility requirements Moll be maintained as listed in Note'PORTABLE- E"11E55A[E SIGNS. bo BC (6) -14 Left Lace Closed . TcieSED 0 w x t furl 2. sen.! s 'Flogger syedar anza-n arerepresented gra...1Iy an the Full uao-ik PCIa sign and, with tne approve or the Ena mer. ,1Lone the legibility/visibility entthe listed s° 0sx0n 27 of O. REWRO DOM NO. ST —895 Lower Level Maintenance LWR wlxl LEVEL B n symbol 01 100 ,hielew on War, P0. trey M. an 0 ...rent me ase of the static elm represented. aw Mann not substitute m .m, gto =��� �`'". ,�,.. d m IN M5- d 5 M foror replace Mat aim. mm, s Used, to s,mHee o flashing arrow bawd provided ,t meets m v�s�b�lity, Haan rate dad diming requirements an ecce for ire • am alae encu. _ lir a, m. alwn,an limen r, , nmM , pm r 7-13 on, PRGIECF{ESXIB3 otc Dec 15, DOIN - 10.55an Nsif.grawingssoocc toe STD 0C-140wg 5 g X g 5 2 g g P g X g ; _ o - 1.1.' • "= - gl Tqw i' . e mm kz, I COMMTANFS MEET M MI PIMECT,COR1/148 • .0. it MF A r..- ' Mx114:( 4 b 54. ,, I, " 2 I. Barrier•eflecters shall . pre-qual if ied, and conform to the color and reflectivity require.. of DMS -860D. A II. of prequalified &wrier 7gTI:rillf1P:M.rjrIke1 RefleCtors con be found et the .erial Producer List web ockiress sho. on ECM. 2. Col, of Barrier Reflectors shall . as spec. i. in the SMUT= The .st of the reflectors shol I Pe consider. s.idiary to Item 512. _....ii ....._-•1111111 -III illg011rii. Mgr LOW PROFILE I i • I .. ing of barrier reflectors is $0 feet. Attach 1..lineMorS Os Per manufoctoreris recormedotions. CONCRETE BARRIER 11.PCB, Arrow Boards may be Woofed behind channel...log devices . Mime for a shoulder taper or Mier.. taper, otherwise they shal I De del ineated with four 141 channel izing devices placed perpendlcul, to traffic on the u.trearn side of traffic. ow I. The Flashing Arr. Board should be used for oil I.e closores on mitl-lane roadilays, or sl . rto,,...Ving40,1rrown1enance...r.or con......rienottion.ac,...tiviontiet.os on_,.... tt.orm0.1 ylonera.s.... ,, ,....., .,,,....,.. 2 or work on ...rs .less Me 'CAUTION. display Isee detail tel. Is used. 3. The Engineer/Inspector 5.11 Moom ol I oppropriote signs, herric.s and/or °Sher traffic control devices that Mould . used In conjunetion with the Flashing Arrow Peard, 4. Ste Floshing Arrow Boord .uld . ohie to dispiay the following syn..: FREESE NIICHOLS 000 N. ...lee 01.1. Suite raT. tTSSTOS;t1r dillr::''- _......1116.4.,... , CONCRETE TRAFFIC BARRIER MIR, • • • • • • • • • • See 0 8, OM 101A 1110°.'Pln.0 il°1°. • .0 3. Mere traffic Is al one si. of the CtB, two 121 Barrier Refle.ore shall be mosnte . approximotely the midsection of each section of CTB. An olternote mounting .cation . uniformly Spaeed at One end Of eaeh AP_...1110.0111‘1 0 0 OR • • • CM. This will allow for attachment of a !sorrier grapple wit.. hii..........els,...0_12.-...1010111,.• 'imm'••-•••' --me.mi•-•'4-1 tile II of Weeping the reflector. The Barrier Reflect, mounted on the side of 3 Barrier Reflectors • • • • • • • • • • the C. shall . 1.ated directly below the reflector Meunted On tep Of fhe !sorrier as Mown . the detoil above. .111111W0°. .1.1 es per ...iirer. 4. Mere CTO separates .1. traffic, ttr. barrier reflectors .11 be recomendotions. 4 CORNER CAUTION ALTERNATING DIMOND CAUTION • • • • • • 'ranted on ecch section of CTB. The reflector on. on top shall .ve I too yellow reflective faces 101-DirectionallMi le . reflectors on eo, ei. of the barrier Moil rove one yellow reflective face, as Maim In DELINEATION OF END TREATMENTS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 1. detail Move. 5. Men CM seporates traffic traveling in the some direct!. no bare, • • • • 0 • • • • • • • reflectors will . requir. on top of 1. Gel. 6. Barrier Reflector units .11 . yellow or Mite in cola- to mo. the edgeline be.. si-OPie.... END TREATMENTS FOR • • • • • • • • • • • • • • • irroin is 7. 1M•SpaCing Oh Barrier Reflectors forty 1401 feet. 8. Pavement morkers or temporary flexible -reflective roadroy worker tabs shall NOT be ued as CTB delineation. D. Attachment of ier liefleCtore to CIO shall be per menufacturer'S r.ommenaations. 10.1essi. or dolloped Barrier Reflectors Moll . replaced os directed by the Enginmr. 11.530. 000 050 shall be oklireeted as Mown on the alsove detail. CTB'S USED IN WORK ZONES E. trectrtents used on CT5. in work manes Moll imet crostr.rthy standards as defined in the National C.perative Highway Research Report 350. 00303 10 the METED List f, approved e. treareente end ...terere. DOUBLE ARM. LEFT & RIGHT CHEVRON ARR. LEFT & RIGHT 5. The •CALITION• display consists of four nerner Imps fleshing sinultmeously, or the Alternating Dimond Caution male as Moon. 6. T. etraight I ine m display is NOT ALLOWED. 7. . FlaMing Arrow .rd ehal I . copoble of minium 50 percent dim•ng from ra. Iom voltage. BARRIER REFLECTORS FOR CONCRETE TRAFFIC BARRIER AND ATTENUATORS The flashing rate of the lams .11 not be lese thon 25 nor more M. 40 fles.s per minute. B. Ili imn 1010 •on time..11 be opproxi.ely 50 perc. far the flashing arrow and am. in ervalS of 25 percent for each sep.lential phase of the floehi..vron 9. The Sequential arrow display is NOT ALLOWED. 10. The fleshing a -row display is the TROOT ...re however, the sequential Chevron LIGHTS al ploy soy . used durl. daylight operations, ..ngr.f1.1e support. 11$ThFlhion o v.icle, trailer or o., .1WARNING 2. Warning I ightS e.11 NOT be installed an lerricacies. 3. Type A -Low Intensity Flashing Mrning Lights are commonly us. with dem. they me inten. to warn of or mark a potentially homordous (1i) I. Darning lights shall meet the requiremmts of the NM.. cr.. Their use .11 be de Indicated on th. Meet ond/or ot.r Meets of t. plonS . t. de61.ation NV. The type A Mrning Light..11 not be .ed with signs manufactured with Type NsLar Csc Meeting meeting the requiremmte of Departmental Material Specif Ication OMS -11300. 13. A ul I on.rix PUB may be used to eirr.lote o FloMing Arrow Boo -d prOVi. it meets visibility, f losh ro.. diming remire.nts on this sheet for . •me size arras. 14. le h. mounting height of troller emoted Arr. Boards .uld be 7 feet fran roadway 10 bottom of panel. AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) BARRICADE AND CONSTRUCTION ARROW PANEL, REFLECTORS, WARNING LIGHTS & ATTENUATOR 4. Type -C and Type 0 360 degree Steady 0035 0013500 ase Intended to . used In o eeries for delineation to supplement ot.r trot,. central REOU1REIENTS 1 °I devices. Thelr .e Shall be as Indicated an this sheet ../er other Meets Of the plane by the .81.0tIon •SIX. 5. the Engineer/Inspector or the plms Moil specify the loc.ion end type of warning lights to . irmtol I. co Me traffic control .vIcee. 101 "57ZE MINI. MIER .."'•"" the 51 1TE P,cha. Specifications for FloSning a. Steady -Burn limning LIghts. [ - 5. IMn required by the Engineer, the Centro., shall furnish n copy of 1. worning lights certific.ion. the warn!. lig. merufecturer wi II 17. licgenr'uf'Sedth;071;117.01•9n%871,'Tyt:-r•C'Otn'Orilypettig:.yLnI'l Lights Noah] mly . Mooed on The outs. of the curve, not the insi.. 8 30 x 60 OF PANELATTENTION . DISTANCE 3/4 mile Fleshing Arrow BOW,. shall be aqui.. with NOT INURE, REMOVE THE ARROW BOARO FRON THE RIGHT-OF-WAY OP PLACE THE 8. The !Motion of warning lights and earning reflectors on drims shall be. .wn elSeMere in the plane. C 48 x96 15 1 mileMEN 00.'""'''' '""r' dev'"'• g05 ,2°t22,54'"4 gaIRT,4,.. TYPe , Wasni. Light or WARNING LIGHTS MOUNTED ON PLASTIC DRUMS oPPro. 3000 05 an o I. Type A fleMing warning I ightil are intend. to warn drivers that they are approoMing ar are In a potentially .Sar.us cr.. drum odes.. to the trove,. 2. Type A r.011 fl.ing warning ligh1S ore not inte.d far del ineation and .11 not . used in a series. , A series of sequential flaMing wo-ning lIghtS plaCed On c.meliming .ices to form o merging taper may be eed far ....on. If ued. FLASHING ARROW BOARDS tie successive fleMing of t. sp,ential wOrnina llghtS ...Id mot. 'roll t. beginning of the toser . The erel of t. nerging taper in order to identify the des.. vehicle poth. The rate of flashing for each light shall Pe 65 flaShes per minute, p. or minu5 10 flashes. I. Type C and 0 shady -burn werning I ights ore int.ed tO be used in o series to deline. the edge of the trove! lane on detours, 00 1500 SHEET 7 OF 12 5. Type A, Type C and Type D warning 350s Shall be [Walled . locations as .tal led on other she. In h. plans. 6. Darning lights MP I not Pe installed on o drum that has a sign, otevran or vertical panel. rill Menges, on lone closure, a. on other similar conditions. 7. The wain. spacing fp yarning I ights on droms should be Identical To the charnel ie., device spacing. TRUCK -MINTED ATTENUATORS01.88 00p0500000000 01 fiensportatIon .,,, 0 WARNING REFLECTORS MOUNTED ON PLASTIC DRUMS AS A SUBSTITUTE FOR TYPE C (STEADY BURN/ WARNING LIGHTS 1. Trook-mounted attenuate. Mel used on TROOT foollities I. A warning ref.. or approv. sestitute may . msmt. on a plastic dr. as a eMstitute far 0 Type C, steady burn inrnIng light at the discretion of the Contractor unless °elands. noted in . plaiS. 0. The Salmi. reflector shail . yellow In col, and shell . norafoctured usi. o sign s.strote escrowed for ose •th plastic dr. [Is. on /he CIVITCD. The warning reflea ,01: Z,t",07?",e:tgr,Rf,'"ZZR7n1"7.:',::,74,!: Z:;R::',.°L:°‘:!Xr0 10000. 0,. 000c0c,scu cog. c cc, 'ow S. Square substrates must hove a minimum of 30 square inches of reflectorized sheeting. They do not hove to . ref./cried w.re it "f 5. 0; :reLr7iing refIecter Mooing MProecning traffic sholi have sheeting meting The color old retroreflectivity requirements for set meet the requirements auti in. in the National Cooperative Highway Research Report No. 350 MCI. 350 ar I. Manual for ASSesSing Safety Bererare 1.011. 2. Refer to. CRTC° for the regOiremente af Level 2 or Level 3 rillm. 3. Refer to t. UUCP for a 11of approved WAS. 4. Nes ore remir. on fremoys mnless otherwise noted in the plan, 5. A INA .ould be us. anytine that It cm . poSItioned 30 lo 100 feet in 0.. 0 of . ar. Of Crew measure BARRICADE AND CONSTRUCTION ARROW PANEL, REFLECTORS, WARNING LIGHTS & ATTENuATOR03 BC(7)- I4 StIEET1 28 of 1 61 WOO 0•101X M. STR -895 30 sore inches m DM 8. -type 0 or type c. 7. Men used near two-way troffic, Doth sides of the warning refl.tor shall De reflectorlied. without adversely affecting the work perThrmonce. ILA Id not be rp.dred IS shen a work '• O•h:o'rs'erpread eL, the rOad.ay wd Me writ ,ew is an 1 100 •Mm '''e ° "` mi. mem 8. The warning reflector .old be womf. on the si. of t. handle nearest mccooching traffic. 9. The maxim. spacing for warning reflectors should be Identical to the channel...vice spa.. requirements. exte.ed distome from tte TM. 9.07 8.14 1 • I mem vi 7-13 I cm' main, 1E030. otc Dec 15, DOIN - 10.55an Nsif.grawingssoocc toe STD 0C-140wg E_ � 0 =_ — — n e l J' Wr190LLN11'5 51[EL No. FNI PROECi: CO y 1 ¢`y • ii GENERAL NOTES On rrmrpya, 0ir^'ssused w xmale le" min eer be T. shand not 9/16. dia.�ry. i w'sl reed as the primary .alnel Irina ant. hilt may be r.10ced in fingern allow collection for Settle. by vertiCel Or 42.1.-Dieee igns and In -lenge. , pale,. One-piece coneS My . used with ire OpOr0V01 of «ve Engineer- °.t r emr,e warning Iig,tep intain the terraif persavnel are present on the prejeef at 011 VMS ta . RN Shari t nneS On fr.inaS, dr. Ore the preferred in oncrinelifinget 4' Min a pmut isiw piece amenplaced er en p «e amen m ev. by t. Engineer. nror 0 minis. of 2 Orange au BNICHOLS CITY of CORPUS CHRISTILlt 4. ware ma all related iterre Shall Caply with the uixoi ai nof c cli WerManual k `*rarria°n`co..•.`Iwoewncet+epL1oe.�ue ara,c05. OrrenS. /. seS, and related aaoi. Imorla Shall exhibit that ld ad'ee°r,e°i°r mpllceo-«rpm pre«r their appearance or of 24 Contractor eer.mem mve ° . mnone, m rap p« any piastre e e. dee C+Moll eaan of zg „rp. i r and 2 white stripes tro- reflective heeting being mope. Stripe alevron -asm. sing raffia R< emiae mpr•vider. Driveway Sign OTM. 6.P�.a t al ,ravel aver °' by en° aver meats identified r« rro prevent by the cpp'«emmpea,m. ice replace- men, aev'ca mist he an approved crevice. GENERAL DESIGN REOUIREMENTS Plywood, sA85011 or Metal dsign SUDstr0te5 asti1 NOT be used on plastic is tlrUnS I. Pion.° dn. shall be a two-piece drun shall be + a.. . +ne i design, n bottom. }mn`a 000 2. The Indy Taper to allow for stacking a °+5 SIGNS, CHEVRONS, AND VERTICAL PANELS MOUNTED Searates fram the 00. *hen see en 0 meim0o-wal I00t00000000 Of 20 PPM Or greater but prevents ae romp g -,--- --��, ON PLASTIC DRUMS di I. e`eon handling Ond/Or air 1.-hulenee Created e3. Plastic dr. s.11 he constructed of mrv`tia fntor lexible, defornMie HOT dams +le TEXAS Deportment of Engineering Services actor shall use metal or single piece yea wniOS .•hat .I mi0°,,,ve°eVe: aOr Si. Supper.. n4. Drula Shall 'melpn when viewed rran °airecrlm. ire' Oran i ioomor Intal lea On MSC Shalla Mini. 0f 16 .Che. od a maxim. of 42 inch.." CNi siond k ' t. CRTC° 00 for , Signs used on plastic °' "�"'+«,ar.a w�« ,mane.ee latm m ,m dr. Chevrons and Other mock ze. 5. The top of t. dr. shall have a hullt-in handle for e.y pickup the color . Moll be Maimed to drain s.II have a minim. allow ...rent of 6. The exterior of 1. orange and whae retrorefl.tive clrareferential stripes not ss that 4 inches nor a _ \ :j? trailing of Vertical Pamela Shall be with ore, nal Panels slope m ,warn a + m e ,ppmIm : e`'° MOCe between any « adjacent stripes e e�.inches nwilt. T. eShall ha. a wail. width of 36 fo be « eo m i..4,* o in.. s . l'of �.1onrma '//'N. . i . I . Other sign 0.50.8 ,ext r a„mIpi coy.ased os appro. by the Engineer. Sign a n height, except- for ro 89 «r,eaSignaa„awe« �n rete N eel° 8. =, °”. ae®�Mor.,a«tmalarial. r. gran bed, Ar aamaximumnap weight of 10.Drun O. W. Shall be Merkel +n 1pnur«,m and roll Muror. RE0008EELECTIVE SHEETING +ii► \ \ i . orttwowash.,, and locking for each Canned -tin. Mounting bolts engageduts .11 be fully eels should net extend ethan rz/\ AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES I. The StripeS uSed an dr. Shell he anStruCt. Of Meeting Meeting the co,. °he retroref ismtivit. recruiracem, of Mivernmentoi Mt.., tree.. moil be supplied unless othernolse specif I. In the plans.z•Now. S.., I... 0.-8.0. 'Sign race klaterlars.' Type A reflective 2. lhe Meeting shot I . euitable for use on ar. Mall a.ere to the drum eurface Ir.h that, upon vmiculor Imp., t. sheeting shol I remain °Mitred in-alo. and exhibit no delminating, cracking, or ioss of e axe +° rw�of , sheeting r89 ...rm ,Ivitr other than that lossmm re M DIRECTION INDICATOR BARRICADE gi 0041111° DETECTABLE PEDESTRIAN BARRICADES T. Chevrons troy be plaCed On OrlelS in -I. Du,. of curve, On Merging tapers or on .ifting tonere. Mor u'epeeed °mrrp" Mere thom on every third drum. A minis. of Oyes ED .ould be uSed at each !caption coll. ice in the plans. nd -11e sidewalk Clos. signs .ich it ` nrea m plee,ic m,.., with BALLAST The Direction Indicator 8 clrr° airectimwl I. Men exieting r.estrion foci i ities ore ...tad, cloSod, co mmevpl 0r ,m Engineer. ,p rola w to 00 I. LInPallOSted ba.S 8.11 be large eroughThis weigh b'et guldonce to driven, I oetect.le cra Include accessibility features co. M1 SHEET 8 OF 12 Ice., when filled with tie hal a. material, Shack! m. een 35 I. 1.10.0 and 50 108 Imaxinunl. The 00110.1 May . Sand In ale to three scracess ...ate fran t. hose, Sand-filled cevIces os base, or other Me yabya m rnr ,anal, rub and into the int.00,008 n . ia.,.. Indicator °a closed sidewalk. a dev that is Mt.table by a person «epcyaunaar mas4-cw° ,TNaaUaparterenrdTnrrepwhNOn ra of rxrabagS will be ed however or emmaymove cerement mrface may not exceed 12 2. can mlraecon°tr«,eeofm In,e51 prmrubber base m reved .so!.ubeehose. 4. The tall. Shall nOt `°R "" 0` a yeee;m, « Rma romm b"l`.5. Men used in regions crimp a above a roil with Type A retroreflective 'Meeting in .11.• ° types ,^ rood g Da., per ata Niee.rope.ANDa. prrapn.. Direction indicator Barricade will not he oil... rs are am on t. epwt on.,°. wammer the la,.p .lane. o.ve, iong.tud.nal channel .zine .vIcee. sane concrete ond ,,ng am «.,a,m,nr, r.oin link «Iing an..ith °...tr. .. afar rape, m plastic amn egnn arw e.s a.r.n°m ar ruble,mnoolr.nhtnefsimn.pndare -Ameri.re with Olsobi I itles act Accessibility Guidelines mlnap on also.. movewent.n detectable «a nit en BARRICADE CHANNELIZIMG DEVICES BC(8)-14 holes in tile bottoms so that eater IInalml I«, as free..bea« a hazard Om stryck by a vehicle. roll with no roi,ntern, mrre, ar .h«0ides a woo. continuous rail alae.. ale f. °°° trailing . ©,pep, rap = ,m .�=— sxEEr129 a 161 RECORD O&NNIC NO. STR-895 6. Ball.. Shall nOt T. Ememv« mer be She pl.. en top of drums. S. ,p «pens °pee Of pram ,e ea.., 4-03 T-I3°a• wn wc. w s 0i ala 0300 RN.VECT I E10092 ea ars 15. 2016 - 1656. Ilse°161 NO l.f...f.ge5e0CC S.70 22 z :1 A9 - . CONSULTANT'S SHEET No. .CO1214148 a 1 '.... /F 'Wit ' il , -ft 00 12 07 to 127 r to 127 07 to 127 127 I. The chevron shall be a vertical rectal. with o 12 by 10 inches. I-1 1.---.1 1.-.1 •-.1 minim. size of 2. .vrcrts are inten.d to give notice of a Sharp GENERAL NOTES See 47 note 7 247 W.- « g 187 Min. chmge of tal !amen/ with the direction of travel and provide adolttienol ...is C. gut... fer vehicle operetors with regord to changes in horizontal oligrment of the roadway. 3. Chevrons, Men used, s.11 be erected on the out- et. of a sharp curve cr hr. or on the fa- st. of cm intersection. They .11 . in line with I. Work Zone channel lying °ley.. illuetrated on this .eet may be installed . el°. proximity to tr.. end are pultdale for use on high or Mw speed roe/Nays. The Erolneer/InOpector .11 en.. that spa.. and plccement is uniform and in .00rdolce with . 7Texos Manuel on Uniform Traffic Control Devices. 1.1.001. 2. Channel izing device. e..n an this elleet ... a driveable, fixed or Portable beset 1. requirement for self-ri.ti. cronnelizi. del/lees trust VP - I L 7ived Do. w/ APPr9fe VP -IP '.'f". e Algid 36' a. at right angles to °par.... traffic. Spacing should be such that t. motorist alwaye hos three in view, until the change In al i.ent el imin.es its need. 4. 1,.:r.,,,e3forfil 1,Letc.hevron should be visible 5. Chevrons shall . orange with a black nonreflec- to specified in the .neral Notes . other plon s.ts. 3. CII:Lelizing device. on self-rigning supports should . u. in worlt zone or where charnel iztn. devices are frece.ly impacted by errant vehicles or vehicle related M. gusta .ino alignment of Ma .onnelizing devices cliff.. to maintain. Locations of the..i.s shot I be detailed else- Mere In the plans. the. devices shall conform to the 1991C0 and the 70..41. Work Zone Traffic Control Devices List. tCk21907. 4. The Contractor eh°. maintain devices . o cle. condition and replace 11911FREESE 1NKHOLS FEE.n„tv:. frx. i4N.Mg?" W. .ve legend. Sheeting for the .evren shall be damped, norreflective, f.d, or broken .ices md bases os required by the Cngineer/Inspector. , '4F4-. Self- ion... 0• eft.. • t SupPOrt ...of ,., retroreflective Tyre Boar Type C.confonsIng. .Portmentol Material Speelfication ONS-8300, Lnless nat. ot.rwise. T. legend shall meet the Me ...tar.. be repoired to maintain proper device spacIng znd align.. 5. Portable loses shalt be fo.leat. frao virgin omVar recycl. rubber. The dep. F I XED 1111,01.1 or eelf-r1.11n. li DRIVEABLE requirements of ONS-8300. f Ned Bose to Approved ..sive 6. For Long Tenn Stationary use on tapers or far rble+13oz,,,,°,77.7-ixtble transitions on fr.ways and divided higrywoys .1f-righttng chevrons may be used to supplement 7622116 OrLms but not to replace plastic arms. portable bases shall wei. a oiniwun of 30 lbs. 6. Pitver.t sofoces stroll be Dreored in o manrer ttet ensures proper banding 17... . aresives, t. fixed mot. t.e. ond t. pavement surface. .esi.s shall be prep.ed old app. a cord". 1 the f to- ' re...time. 7. The instal. ma removal of .annelizing devices shall not pause I. Verticol Pcnels Wel rre nonmatly uto .annelize traffic or . opposed sing lanes of troff ie. CHEVRONS detrin.tal effects . the final pavan.- arfocee, incl.°. pavement Surface discoloration cr surface integrity. Driveable ba.s .11 not be mined. final payment surto.. .17....basee./M.P.0. eh., oPProf2 all application <re regrow!! procedures of fixed CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services 8' to 127 1.---.1 6 VP's . Pe used in daytime . nighttime s.a.e. They moy . uSed at the edge of shoulder drop-offs end other areas such as Mne tr./Fans Mere positive doytime ond nighttime delireotion . required. The Engineer/Inspector shall refer . Me hood./ Otzeigft Mon. Appendix 8 "Treatment of Povement Drop-offs In Work Z., for additional guidelines on the use of min. note 7567 2VP's for drop-offs• ore to be reflective oral. and reflective Mite cnd Peorrolo T00% ol7FL'eno7Ft. '77onn''''Ifer'iz'Fif''"" should always tiope d.vmard toward the travel 1.e. 4. VP's used on expnweswoys znd freeways or ot.r high id' Of fsetOP i l' fsetOffsei 12' On o Toper On a Tangent sPeed ro0.0. may have more that 270 square inches retroreflective area facing traffic. 30 y 150' 165' I 00' 30' 60. of 5. self-righting supports are arail.le with portable .se. Stilill 35 L. .- 205' 225' 245' 35' 70' See 'Caroni. W. ione 'toff. Control Devices List. -,.11, " 265' 295' 320' ao• ao. 1912709. 6. S.eting for the VP's shall . reiroreflective Type A 45 450' 495. 540' 45. 90' I I conform. to Oepo-tmental Material Speolflo.lcn 016-8300, 50 500' 550' 600' 50' 100' Mtg. or sel -righting, .less no. otherwise. 55 L WS 550' 605' 660' 55' 110' T .re the height of reflective =feria, co the .rttcal P.el is 36 Inches or gr.ter, o pool stripe of LONGI TUDINAL CHANNEL I 2 ING DEVICES MEDI 60 600' 660' 720' 60' 120' PORTABLE 6 inches shall . used. 65 650 715' 780' 65' 130' AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES I. LCDs ore croshworthy, I ight.ight, deformable .vlees MO are higihly viSible. have go. target value and cm be COnneCted tegether. Tney are not designed to contain or r.irect o yMiele on le.t. 70 700' 770' 840' 70' 190' VERTICAL PANELS (VPS) 2. LCOs . be used inetead of a line of cones . drum. 75 750' 825' 900. 75' 150f 3. L. sholl . pl.ed in occur.. to application 4. Instal.. requirements specific to 1. device, ond 80 800. 800' 960' 00' 160• , urd only when shown on 1. ClIZTCO itst. I Ds s.uld not be used to provi. positi. s. ve ..on for obstacles pedeStriOIS cr verher no. Ot °r f.. en rt... 06 I. Oppoei. Traffic Lere Olfidere 10,11/ toe delineation devices desk.. to canfert o . shall be Supplelnented .ith retroreflective eation CS required fee temporpry barriers on 00171 men pion. ro.ty pool... travel lanes. . LCDs used os .r,cades plop. perpobleolor to traffic should have of leOSt One row of reflectlye sheeting me... requirements for bcrricale rai is as shown on BC110/ placed neor t. top of t. ,„.:.7en 6,11.: 2fo SUGGESTED MAXIMUM SPACING OF normal are. roadway seotien to .0. Ott°, te.orary LCO along the fut I tength of the device. CHANNELIZING DEVICES AND 27 247:2 operation. are u.d . centrins. The upward and crams MINIMUM DESIRABLE TAPER LENGTHS , tOa/mord on the sIgnfs face IrMicate he direction of 'raffle on either sIde of . divider. T. ftJl Pon e. b. Is secored . Me pavement with .1 achesive 67062227 wet. to minimize movement to caused by 4 vehicle Now/ or OM gust. WATER BALLASTED SYSTEMS USED AS BARRIERS I. Water ballasted systems used as barriers .011 not be used solely to 462202ize road users, Pst oleo to pro.. the work space per 1. gorcori0e NCI. 350 crostmorthinews requirement. hosed on (42884424eed end harrier .plicolion. 2. Water 1.11°.: stems teed to enamel iye whip.. traffic shall be supplemented witiv re-M.2f leetive .lineotion SHEET 9 OF 12 , .111 2. The Ott° may be used in c.ination with 427 cones cr VPs' hortoble, 3 Water ballasted eystem teed as barriers shall be placed In mcordance to application . inetal lotion requirements specific to the .vice, and used only Men shown on the ClIZTCO list. 4. Neter ballasted systems used os barriers should not be used for a merging tow e.ept in . speed Iles. than 45 NMI 'Texas Department ofRansportatIon ..„..,,,, V find . 3. Spacing between the OTLO .oll not exc. 500 Driveable Base not he toed, the 01.1.0's should not exceed 100 foot spacing. mounted feet. 427 cones or WPs placed between .0 ..7 9. 4. The OTLD 511011 be orange with 0 blOok non- on dr.os. reflective legend. Meeting for the °LLD Mall be retroreflectIve Type 13n or Type Cumonfoletng ur. ate.. Men used on a taper in a low speed urban o-ea, t. taper .11 be del ineat. and the taper Imo. .fold he deeigned to optimize road user opertatians considering the avail.. geo.tric conditions. 5. .n water ballast. systems used as borrlers Dove blunt entle woo. to traffic, they Mould . attenu.. as per manufacturer recommendations or flared to a point auteide Me cleor zone. BARRICADE AND CONSTRUCTION CHANNEL [ZING DEVI CES .• tSiono Derepeoqnrutimreeemnd tenoottl eirINeiIaS. c.l0I 11PS-0300, If used to plonneli. pedestrians. longitudinal deviCe8 or voter ballasted .ca -1 T0hS3p00e uttho eiehseMraowtf t :4',,T,...7r.r.17 VZrIr„.,r. BC 191 -14 HOLLOW OR WATER BALLASTED SYSTEMS USED AS ,, .-., 312127 2472022*1226 82* 27* 68 . sicul30 a 161 RECORD DRAW NO STR-895 OPPOSING TRAFFIC LANE DIVIDERS (OTLD) LONGITUDINAL CHANNELIZING DEVICES OR BARRIERS 9-07 0- M 871 7, 628* 7-13 OW PROdar 1 613092 ea ars 15. 2016 - 1656. Ilse°161 NO l.f...f.ge5e0CC S.70 g g El g 9 6 5g 73 g 11 gi* f9" 1 -. t. . : t ' Z - CONSULTANT'S SHEET Na. 1001 PROJECT: COR1.11013 6 -11A A9411 ROI AS/ „ . .' ,7, 1- ii .8evv` I Foch rood, of 0 -_____,,,., TYPE 3 BARRICADES 1. Refer to Me Carpi lont Work Ione traffic Control Devices LIst .1127.1 for deioi Is of the Type 3 Barricades oncl a list of all materials .ed In the construction of Type 3 Barricades. 2. Ty. 3 Barrio.. Noll he used at each md of construction Projects otos. to all traffic. 3. Bamicades extending acr.S a raSINy ShOuld WM StripeS that SlOpe downward in Me direction toward which traffic nost turn In .tourIng. 111-en both right cod left torne Ore provided, . chevron striping , 610p. Wattmcd . both directions fr. the center of the bcrricade. Ilhere no ttrne are provided at a closed ra. Striping should Cope doenserd . toth directtcos toward the center of roadway. 9. Striping of rolls, for right sl. he of troadwayshOuld . Slape he .nward to the left. For the left side of the roodway, strip. ,Llid slope Wsoward to the riNI. 5. 1..iflootIon tooltIngs may be shown Only On the POOP Of t. barricade rails. The maxim. Wight of letters an/. company iog. used for identif icetion shall be M. divioedhighway shell be barricaded in the sane tram.r. „„ ,, ROAD 9.."` CLOSED W-10L BM 7 OM ...„.......:-- 7,_,-, - ' 1_ I'''' ", ...... _. ,..„,, , sum ., , i: 02°Tgr '42'.44:21.2A '- ---' _ _ ..,--- .---""' - _ _ _ 1. reron;rasi,k1r,,rredId.,recti..ono....i 2. 7loYericto's.etrUctian .0, '',:. may be used Win dram fer safety . rewired in . alms. ----- \ 3. Vertical Panels on flexible support may . substituted far drums when tile TyWcal , shoulder width . feet. Pi't.'s 'tr. 9. 0. the ....larn is gr.er feet, Weedy-burn lights ,do, ea omitted if dr. are used. PE878C1I VE VIEW 5. Drama must extend the length are not required of the culvert wi.ning. WMFREESE NICHOLS Cl_S°73" rt -f 6. Barr.. Noll not Pe Placed Wallet . troffis ...NO.,. clear zone is provided. PERSPECTIVE VIEW R0026805' LEGEND T. Naming lion. snail MT be installed on Ocrricades. 6. I.re barricades requIre the uSe af weights to keep fr. turning over, the use of scoNage wi. dry, cohestonless mod is recommended. The fi---R tIg - i 011) Pl.tic drum flon.ags will he tied shut 10 keep the SO. frOM Spill ing NO 10 noIntoin o constant might. So. 00. Shall not . Staalted In a elaner T. three roils on Ty. 3 barricades 811011 he reflectorized oronge and . g i - g 11011111 rirts lb" Plostic drum with steady OL. light or yellow worming reflector that covers , 601-11. of a borric. ral. reflective Neetl. Pock, concrete, Iron, steel . other solid objects will MT . permitted. Sarclangs should weigh a minima of 35 . and a maxi. of reflective Mite stripes Ito one si. foci, one-, troffic m.o. sides 11 . 11 11 g ----,----..., A Reedy burn waning light 50 lbs. Sandhogs NW I he mode of o duroble material that tears upon vehicular impact. Rubber Iguall OS tire inner Imbeel Val I not be us. for e.... Sen.ego .1 I only be placed along . upon the base supports of the device old .11 .. suspend. ObOve grand level or hung with rope, wire, chains or other fasteners. 9. Sheeting for barricades shall be rettoreflective Type A conform., tO Cepartmental IMerial Specification W5-8300 unless Went,. noted. trng Barricade SipiShOuld WW1 1111 dosomrd in the direction of detour. I. 51',8nS e..uld ...fed on in.pendent supports at a 7 foot mounting heiNt In center of rood.y. The signs should be a minimum of 10 feet .hind Type 3 Porricades. 2. Actvence signing snal I lb os specif lee Weemere in the plans. 11 11 !V sax. I,th Type 3 am-ri s PLAN V I EW 11 Y: 9, g ' 8 g 1 1. , b ' - - . 49 g e Imre°. nutter of plastic dr, side of opproacinng traffic width .es it necessary. I Cral maxim.. of a drLmst e en f the nin. or yellow warning ref lector me rovn f 2 CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services 80 BILicood. eass,1190a1 1uNpl),"108,.. TYPE 3 BARRICADE (POST AND SKID) TYPICAL APPLICATION PLAN V I EW CuLvERT WIDENING OR OTHER ISOLATED WORK WITHIN THE PROJECT LIMITS noLoI ArirlEI PeiieCtFfve TN'S DEVICE SHALL NOT BE USED ON gAetIng CONES PROJECTS LET AFTER WWI 1014. 7 !nage. r'rIcr.e i: TYPICAL STRIPING DETAIL FOR BARRICADE RAIL . it rbli'l. whe 1 I i. . EDGELINE 111111111111111111111 ii. li 4l. min. white 2. min. g CHANNEL I ZER SP II I 1 I II I I I AII wIr II AII IMIIIIIIIIIIIIIIIIII b m mtn. n. 6" AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES SO I f a RI/I II III II II / Air / Air .."- 1 n o. m Piot roi i n . re nall 'eXe. I. .. device is intended only for .e in place of a vertical panel to fr e n'e7st :1'1 Viteef a 7070r.'00°,`,107,3.'7""- TYPICAL PANEL DETAIL FOR SKID OR POST TYPE BARRICADES Two-Piece cones One-Piece cones Tubular Marker c.nel ize traffIc by indicating 1. edge of the trovel lone. It is not intended . be used in transitions or tapers. 2. This device Noll not . used to seporate Imes of troffic Imposing or ofnengisel. or worn of .jents. 3. This .vice is hosed on o 42 Inch, two-piece cone with on olternale Ait... .JL Approx. or vertcal plrvans CD 24O2" Cecshe cones g sha.g 30 80. 1001.0119 base. striping patterns four 4 inch retrareflective W., with on ...Imre 2 pinbee/ twfMeoern wbhoiNg1 eelcd,f rencevd atrm N.uned, l ttnheT.h9002 e dn w.t.hiitea,pfioot rtshr.i.gh„ti. 030:6confrming1000por.n101 Malaral Spcsl. oeCr.iifosfefI1CrM1 athbtIteeeMIOfnkrtIe.WWetdr.S.ers-h8e, 3oofi0unrlg O. 01 50 maximmspacng r ,n.e 0ggeal 4. Ilte Pose mos weigh 0 minims of 30 .s. 1 Tra fic cones cod tubular markers Sholl be predominantly oronge, a. SHEET 10 OF 12 Pin. 2 Oran, pin. 2 dr. or I Type 3 'Iroa'rrIrat13 1,..., ice. IT STOCKPILE Meet the height and might requirements sham above. 2. One-pieCe CCOeS ,e . body and .se of 1. cow molded in one consol ION. 00,. 3..-0,00. OcneS have a cone shaped body and a separate rubber base, or alias, that Ls 0.ed to Men the device upright old In Owe. l gm. OAK*. Operations 'Rum Department or Wanspowswon aTbr,r, (I)hei 3. Two-plece cones moy have a handle or loop extending up to fIll above the minim.. ht shdn, in order to oid in retrieving . device. On onttway r00. Desirable ,nstrectx drums stockpl le location or .rrico. may . is outside omitted here ole. Tones *-------"."--.......A Chonbilzi, .vices ...lei to trot,. should . used Olen stockpile is within Rd won trovei one a. fon s or Mauler markers us. at night d. Nom Nonshall have shorite Mite ond orange Pons e. The reflective bor..II hove o smooth, s.led out r surface end meet tra rewires.. of Cepartmentol Material Specifloortion 0115-0300 Type A. 5. 26. ones ..bular markers ore generally suitable for short ...on and S. t-term Stalorlary work as defined co KM. These should not lee used for internediate-term or long-term stationery work unless personnel is on-site BARRICADE AND CONSTRUCTION CHANNEL I Z ING DEVICES G to mointoin then In their ;roper upright ,..on. 6. 42" wo-piece cones, vertical pone.. drone are suitePie for all mark U. BC ( 1 0) - 1 4 91E1081 31 or 161 RECORD NNW NO. STR -895 Clitt Ilion, 7. Cone or tubtacr !workers us. on each project should be of 0058052 8130 00000 8090000 0000 .0 tt00 10 000009' TRAFFIC CONTROL FOR MATERIAL STOCKPILES e. hope. 9-078-14 ow 1 ''"'. 713 or MEC, i ..,09 Mews is, Nom - amp, mum/ cm Marsiamingssa. TCP STD M-14.0 6 . Pt 4g4 g D 3 cs 63 g g 30 ra ,_ -TiT . , . CONSULTANT'S SMEET No. FRI PROEM, CORI61445 3 , eil e , Ai 61 e V .1'161 w' ...> vs ,e j WORK ZONE PAVEMENT MARKINGS Temporary Flexible -ReflectiVe Roadway Marker TOPS DEPARTIAENTAL MATERIAL SPECIFICATIONS PAVEMENT MARKERS IREFLECTORIZED1 DMS-4200 GENERAL REMOVAL OF PAVEMENT MARKINGS TRAFFIC BUTTONS 306S-4 300 I. The Contractor shall be resoonaMle for molnitainIng work acre a. I. Pavement morkings that ore no law, applicable, could area. confusion EPDXY AND ADHESIVES PAS-6100 31438989.0=dings, In amerance ath the standard 49911041 a motorist Mesa or Into the elem. partial of the rood. TOP VIEW FRONT VIEW SIDE WIEN BITMAINOUS ADHESIVE FOR PAVEMENY MARKERS OMS-6130 specif Motions and special movialans. on ol I roadwoys open to traffic 6041144 removed a- obliterated before the roadway iopened to traffic. within Me C5.1 limits teleas otherwise stated In tte piens. PENMANENT PREFABRICATED PAVEMENT MARKINGS OM5-0240 2. The above .11 not apply to detours In place for less than three '4 traj A=InVPillj°71Cniffontjjii4gejf=171Urg: '44' .r, .r. flogger, and/or sufficient Mainel Ming devices me used in lieu of markings to outline the detour route. TEMPORARY REMOVABLE, PREFABRICATED PAVEMENT MARK INGS 0106-0241 r=fREESE NMI iNICHOLS r2r z.21.N-4,"° 3. AddifiOn01 SuppleMenfOl gOvelent marking details may be fonnd M the 3. Pavement markings shot! be removed to the fullest extent possible, pions or specif teatime. so as not to leave a discernable marking. This shol I be by my method ie- M! A. -.1 f TEMPORARY FLEXIBLE, REFLECTIVE ROADWAY MARKER TABS OMS-824 B improved by TANI Specif imam Item 673 for 'Eliminating Existing 4. Pavement markingS shall Pe installed in accordance with the TMITCO Pavemp.nt Markings ond Markers, ma as Mown On the plans. *3890649 term markings ore remired on the plane, short- term 4- TZ,77p:,?:n.77; =o7.71Zr= 'i,77;::;1.'" '"' markings shoM conform with Me AUTO°, the plans and details as Adhesive pad Neigist Of Sleeting is usual, more tnan lid• and ieSS than M. A I ist of prequal if ied ref !active raised pavement markers. non-reflective traf 1 lc buttons, roadway marker fob and othe novement markinge can be foand ot The KAM-arta Producer List web address shown on BC111. Mown m Me Stmdard Plan Sheet ISBISTFill. 5. Sub., to the approval of the Engineer, my method Mot proves to M 6Men Standard 03812103041 the successful an a particular type pavement may M used. . pngS ate Mt in place and reedemy iS Opened tO traff SC, DO NOT PASS signs 30011 be erected to mark 6. Blast cleaning may be used bUt iiii1 I apt Pe (mai. unless sPecific0111 the 0891311(966 Me sections Mere passing is pronibitea arm Ham in the plata. PASS WITH CARE signs at the beginning of sections Mare passing S. Over-paiMing the SHALL NOT BE STAPLES OR NAILS SHALL NOT BE USED TO SECURE TEMPORARy FLEXIBLE-REFLECTIVE ROADWAY MARKER TABS TO THE PAVEMENT SURFACE is permitted. of serkinge pennItted. 3. All work zone movement mrsings Moll be Ms.! led in accordance with Item 662, Mork Zone Pavenent Markinip.• a. sasosoi or raised pavement morkers Shell On OS gireCtng ,,y -,,e Engineer. 9. Removal of existing pavement madings and markers will be mid for Mrectly in Oceardanee with Item 673, 'ELIMINATING EXISTING PAVEMENT RAISED PAVEMENT MARKERS MARKINGS lep MAE," unless otherwiSe stated in the plias. I Torparary flexible-reflective roadway marker tabli used as puldemarks Moll meet the requirements of PAS-13242. 2 Tabs detailed on this asset ore to be inspected and aCCepted by the Engineer design°. Sonatina testing is CITY of CORPUS CHRISTI TEXAS Department of Engineering Services I. Raised pavaant morMrs are to be aim. according to the dattarne 10.Black-aut marking taPe . be ceed M eaver conf iicamil mistimg on BC112i. /parkin. for periods less tem two weeks when approved by the Engineer. 2. All raised pavement markere. uSed for wad Zane MarkingS Shall meet the requirements of Item 632. 'RAISED PAVEMENT MASKERS. and geportmental Materiol Specification 01/16-4200 or MS-4300. PREFABRICATED PAVEMENT MARKINGSat Or representative. and not normally required. hOwever at the OptiOn Of the Engineer, either •A• or •B• below may be impomd to assure quai itY Mfarm Pi..., m Me A. Select five 161 or more fobs at non. fnan each lot or shimant end admit to the Canstnation Dhision, Materials arm Pavement Marlon M determine spmiflartion cam! lam. B. Select fim 151 tabs and perform Me following test. Affix 1 ive 151 tabs 24 inch intervals an al 0001101tic paveMent in 0 I. Removable prefabricated payment markiras shall met the reguirements Of 0116-0241. 2. Non-remov.le prefabricated pavement marking., Moll Mani Mall met the requIrenants of DMS-0240. MAINTAINING WORK ZONE PAVEMENT MARKINGS straight line. Using a median size possenaer vehicle or Pickua run over the ma-kers with the front and rear Pr. at 0 speed of 35 to 40 miles per houe, four PI tines in each direction. No mare Mal one III cut of the f ive 151 reflective mrfaces shall be loSt or displaced as o result of this test. 3. Snell deSign varianceS May be noted beheen tab manufacturers. 1. . Contractor will be responsith far maintaining work zone pavement MarkingS within the worK limits. See Standard Sheet IPISTMO for tab plaCement 0100 pavements. 00 Standard Meet TCP1361 for tab plamment on seal coat mark. 2. Work Zone pavelnent markingS Shall be inSpated in aaordance with the frequency and reporting requireneentS Of Mrk ZOne traffic control device Mopes/ions as required by Form 599. RAISED PAVEMENT MARKERS USED AS GUIDEMARKS AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) BARRICADE AND CONSTRUCTION PAVEMENT MARKINGS 3. The ma-kings should provide a visMle reference for a MM. distance of 300 feet during nonrol daylight Pars Old AO feet Men ill/mina. by automobile lombeas headlights ot Matt, unleal sight distance is restricted by roaMay geometries 4. Markin. falling ta Meet this criteria within the first 30 days after P.m./ snail be reacted at the espense of the Contractor ae Pm Speelf !cation Iteen 662. I. Rai. povenient markers Med iaS mislead-he Shall be fr011 0(800.30329 produCt liSt, ond meet Me requirements of 060-4200. 3 bresive for guidemarks shall be Pitusinous material hot appl i. Or butrribber pad far all surfaces, ar thermoplastic for concrete Guidemarks shell be ...gaited aSt YELLOW - Pro adaer reflective Surf/lea/ with yeller lady/. MOTE - Ione SP. reflective Surface with Mite Pa, SHEET 11 OF 12 'Terns Departmen t of hartspOrted.. 50639200 BARRICADE AND CONSTRUCT ION PAVEMENT MARKINGS BC ( 1 1 ) - 1 stall 32 a 161 RECORD °RIM NO STR-895 (1 00130.00 ©'"T ''u'' '"".' Po. 1 POT or7POSOTT oP. ToPOOTT.TCO '''T1 '. .....T Pa 9-07 1 c,„•pwav / E13092 Mews is, Nom - amp, mum/ cm Marsiamingssa. TCP STD M-14.0 ! Q m g ¢ =__ _ ''' a e� al CONSULTANTS BEET Na. PM PROJECT: C0R14148 -Rpp £/`131rgsR 1, ce Kgs it � p- Ei 0555 £ PAVEMENT MARKING PATTERNS STANDARD WORK ZONE PAVEMENT MARKINGS DETAILS 60 3 pe II-0-A buttons -.1 pr DOUBLE - �--° �° °f o Y gio 12//C� 10 to jo'�ce o o a NO-PASSING 1tlRifPS aro li 0 a ° o ° o o' 000 oo booA-A Ff 000°a°°v°°°"ol oeoevo 3 Yellow Yellow LINE <t°Ix 0, Typ..,,, y Type Y buttons w Yellow �EM°**IIIICHOLS REFLECTORISED PAVEMENT MARKINGS - PATTERN A RAISED PAVEMENT MARKERS - PATTERN A Type I-C , I-A or°II-A-A o Tv ar Y outtote v SOLID EDGE LINE ° o 0 0 0 0 o D o 0 < II-A. a .�1 o(o°vo° L INES OR SINGLE "w'nfe cp k- e{ —Tell i5or�°oA J7 °o rt II-n-AJ° ype Buttons pe NO-PASSING LINE ^ '�m�te ar Yellow REPLECTORIZE6 PAYMENT WIIXINGS - PATTERN B RAISED PAVEMENT WAFERS - PATTERN B Prefmrimtea morig: may De suest ituteitP=faenornzea"°w'enear �mr nnas. " Engineer. FOR TWO-LANE, TWO-WAY T C 60• 5• W buttons WIDEv=iL°j o o 0° y oo0 LINE mw.rm ' � fo 00 0 0 ° 0 0 0 war mm Tom aleelmineo Ems Msb I CENTER LINE P. NO-PASSING ZONE BARRIER LINES HIGHWAYS CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services pe I-C y 66° o v o II AA� ° o oavoaovoo o TYPe CENTER naaoaaa Whitely, a —— Type -Cor ...„PPPti pe laoTyType YDu+fanal OR LANE 90- 1 !„...0............0“..........0...........0.t� �% low White ooP moo moD e e �aaoaaaalaaa 0306_\6 Dutton. /4 LINE w•+.�+ws I...Ip'-.� 3o'��/ Wifew Yellow BROKEN 1:han` or II-A A LINES pe1-Doo°o`-Rana S E RAISED PAVRENT WNAERS a °� a ° 3• q 0 ° ° ° ° T..... Prefabricated markings may be msr tutee far reflector,. paverem marking: YPe I-C EDGE & LANE LINES FOR DIVIDED HIGHWAY AUXILIARY Type I-C cm II-0-6 LANEDROP LINE I= �6 AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) BARRICADE AND CONSTRUCTION PAVEMENT MARKING PATTERNS '0 a°,,00061- a ono 666 aao 1� 6686 i G.1 s 1 White e'' %o pu a o Ta 0 °.oa °oa °RAISED 5 - 6- REMOVABLE MARKINGS �.—.i WITH RAISED oa°o°o°Ooa .00a.a°°°o°o G.° o oaoao60a 0aoa 06 o 0. a °ooh T 1 ` as 6°6 wnitei Tel — 0113. 000 000 P. ytop PAVEMENT MARKERS Lia1 God Raised Pavement. Markersto supplement RDIOVABLE markings, the markers shall be applied tO the//// PAVEMENT MARKERS PWPLECTOPIIED PAVEMENT 00050655 of the tape at the approximate opeuse ' 1eol Prefabricated markings may be substituted far reflector,” pavement inaningc.en LANE & CENTER LINES FOR MULTILANE UNDIVIDED HIGHWAYS id lines. ibis allows an easier 20' and ta". raised pavement marK.rs Center °-y ,°"o be used on edge 1M6 SHEET 12 OF 12 \10 — —� fEtte '-`�oo aaa vo ...""'''White'... ... 1.. .ao 0 -• 'Texas 086065 enI. ollhnepwRX°R Ope one 000100 -.,y'e„ow- °O° 003oI-A-A BARRICADE AND CONSTRUCT ION —”///a sac �upcaatfons on PAVEMENT MARKING PATTERNS aae30 —— �Wnite d a a a 101 111 a.. o00~Tr°a c pavementmarkings Sha. be frog the approved products gist and meet the redulremenre of Item 6:2 RAISED PAVEMENT MARKERS. BC 11 2) 1 4 REFLECTRNZEO PAVEMENT MA154555 RAISED PAVEIENT humus ri. - 7 ,SHIEr133 or 161 RECORD RH yp I,W, STR-895 Prefabricated markings may be substituted for refl60tar�.ea p6etlwnr markings. ©�r°aI [a.. 00 T..�.... TWO-WAY LEFT TURN LANE•• "M°11 ,.. o, OM PMVEC1 i 01369] WORK ZONE SHORT TERM PAVEMENT MARKINGS DETAILS • fo f21� 206 -y .174"±.2 rR • 1. rz' rF 20.06" TN .& 4.5'.... F— { SOLID LINES DOUBLE NO -PASSING LINE SINGLE NO -PASSING LINE Or CHANNELIZATION LINE 0 20 06" -'6 m IP. + , F-206 -.1\ t-44.5G,s raNa BROKEN - 4P31 —too LINE afRri F-60"1 Type 01 101n mOR 1•,3" o. F-14.5.6- WNW m wufowf.e mica f.lau m.. nm.l '?"of"-- fNmwfmr fNaN aa,M..x mark. a typeset .e oomaem0* • m.�'xr mem:wrenm.�. Py o. ,vg is iKn"mw""5 :�.. oof."P`• w."•.m.w moW eMroadways *Rh ADT owl. of up to 7500 ye bee Wan trucA modems *needthese vol. .on shoL. tl: The ;moo PNd 1for placement ol,orromorle:, be Moo. os voon os , *eager perm.. 6. For .aM waml0 mroadways. . mw MDT PASsw im a Abe OUR. to mn�uen. beginning mo nn�o am tl.b� fa syn ml Te II'at .. 54 xm •rev O..m o. f,', nom. com,.i ore. WOO/ aid ro be n 0, **012. mm of no-v®ua �.. 1> .v m 2 .m.w. am. a..m..ml shadd fico um., f.o-.0•oomrn m •oe0 --° mato,TEMPORARY FLEVALE-REFLECTIVE ROADWAY WAKEN TAM IIABS, det.ed *2b: sheet h x e adesignated TypePY-;:' .mf. *05* 0Nm oy. N m.. Tabs3. Man�.o 621 be 2, m°1.° of00�l&2 , norma WAIN n....N . II 2.m..f4fm0.0 ml...restrict.. roadway .1. No boo consecutive tabs ear No I. per NOD feet of A. be nim. or fail to meet theriwol I. Ramo.. prefabricatedgapommel &OA.mm ...i urequirements .-82.4t.of . 1st I brogue.. ilrb.moi..a eri:/nufmof we4rprIvo.,.mmf..P.f NON REMOVABLE PREFABRICATED PAVEMENT MARKINGS fa x00010 . 62*,55074P. u01 of ung 5E,f�wpoe. ao or. 021 02 12 01 ,. be web fm:.ylwmc5o:.w.imwo-mf 4.fdPwPeNPo..mmn.Pm felnlP.mcSm..w.rPmn.mf-WWw W PavHW Hun.wf RASED PATIENT MAMAS �m and me f.9w..menN of 1,1101 gem 672. 'RASED nP 1nm.mf-4200. o.. reflPb�.<ofs.d'Wdpa�ia,reimoPcon •e.om fa.w m u. fob.. ..e eke. 031-1, DO ±61 PASS WORK ZONE SHORT TERM PAVEMENT MARKINGS PATTERNS CENTER LINE & NO -PASSING ZONE BARRIER LINES FOR TWO LANE TWO-WAY HIGHWAYS -a eke 1-� 60 NOT PASS a a T PIN 'E'0,2211•1••1•, m 111 TYP. 5-2 PASS GRE TAPE LANE LINES FOR DIVIDED HIGHWAY white h.� PAs DEE TABS << W a - - a ,,, ,,, ,, 111 N, II, a TAPE LANE & CENTER LINES FOR MULTILANE UNDIVIDED HIGHWAYS TABS III a a • pe W — TARE iii e mow TYPA Y-2 III 111 III TWO-WAY LEFT TURN LANE _ a a TAPE TABS a III 111,11„ w x111 III ,I, ▪ IIII „II I , , , ,II , , , , , TABS Rwe nt 111110• 1111 ....Be T.re Mo., I.N Po..mnf vont Itopel Y:C mu..*P�.m wVA&F sharl tem ma.. Ombe w om.me.f71 m•mmm"en t.?'mn DEPORTMENT MATER._ SPECIFICAIERS PAVEMENT WAXERS IREELECTORISEDI DIAS-I200 WZ(STPM)-03 WNSLOTANFS DIEU No. MI PROJECT: COR141 A6 5/x7134 d 161 MORO DRAM NO. STR-895 GIT ±50410± 1713092 D`oNySKOCC TCP STD WS -Bebop .ply ISI iimi I Ir• CROSS SECTION Duwwo "eeDE BARRICADING DETAILS FULL STREET CLOSURE CONSTRUCTION au. IL DN DN.aED . BARRICADING DETAILS FULL STREET CLOSURE CONSTRUCTION ** TYPICAL APPLICATION ROCITY ACCEPTANCE G MVO TAY EMI SE.. CURED UP. Al 'MEM myunmg SEEDS xsrc FEN sSwm, Isc MD NO Dc. CLOSED 0111 -2) cFOR REMSEITY. STREETS MO FOOS WMWOR��-2 SOS FOR �10 Fr. ECI011 STET. wMv F 1/2 SIKES CLOSURE WOM-ROFFI BARRICADING DETAILS 1/2 STREET CLOSURE CONSTRUCTION 0-0 E -r + r-° END OF ROAD OBJECT MARKER (TYPE 0M -4B) INSTALLATION DETAIL RESIDENTIAL STREET APPLICATION TRAFFIC SIGN INSTALLATION DETAIL SIGN LOCATIONS 3a_ g. F1 C0@JDNIVS 5/15 Nn iM PROJECT: C0R14148 O N 0 m W N 0 In >-g }a ¢o 0 0 LEJa 0 sHET135 or 161 5/0500 05x55 NO. STR-895 pry FROIEC1(E13UH2 Del¢ Dec 13, 2016 - 1030e. Use, bJ Fib C TCV STD VD a tl g a $ o fr;- • m$� tt 104SarSlrs SHEET . vw PROEM Cae14148 t 4 ;: S' -°egg `; 2 ,. TRIANGULAR x ® 5/8'manufacturers' 3491911 I ® e SLIPBASE INSTALLATION GENERAL REQUIREMENTS GENERAL laTFv NOTE to IsaMw3dsl °310. O nkinp ma ewisH n avprovl H 1m swigs mama simdrde Frgim.. 0 Pim There are various devices approved 8NG T wE m pmt Nth Mie eyelen eMll mHam ro im iolloNim apacifimiaw: 10 •zI for the Triangular Sl 1pbase System.ng 875. ttiic�0 seer.) .used my ee'wIth thl �eileieeMoll co TMnaarmt.m. 4.ime, Maim, aM ImHlm or teel slip sen Please reference the Material Producer m lei aim 11 List for approved slip base systems. Gr sif "Ptheyy3meHlMe r2llarl.� ® httpl//www. txdot. gov/business/producer_) i st. him PSI 11 bm000 PSI in85rion 96.? 006144111 le strength ® The devices shall be installed per 40.12aaa+lm In z' w11 ..en lona. .be rieINICHOLS reapllllef4datl ons. ¢311,, �•.•Oeikeim aimster lulmelee3 Mal I bel:itnin Me range of 2.067' t 22.883• Installation procedures shall be AST A123 or Asn .653 G210. f. . vs. A6531, reaoa+ 161 per ASTI1 a If remind. provided to the Engineer by Contractor. outs. g meter weld aeon by mMmxlm NIM :Iw Nlre per AS11113833. a . mans semen) .A an 0.276"nominal hoes MIWein Ilea 4 ,n2Pvmixing.• m e/ "r el .Inlet a.iu 500 re 0 1113. Is la-rseletmm alar Heel +ubira or pipe Nim awivolent z IYL . - Asim Gleeter uM rel l MIck see my . mad If they met Me fol ),Ing: • 6616m48,000 • PSI .1.11. Hrern. 62,000 Ps 213. mrol.n mel.atim In 2'MmwM mall Iufuno.l wall be rape or 0.248' 10 2.49 M.rIth CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services Stet 3/4 ' dia.er hole. Prov. a rod .. mbar. A concrete - • •i .:....... ... ...... m pp. . Olaet anelm m®m enamel eau m Nltmn Me rows H z.ess• a 2.895• a n o 13 rat loi.lel8. re.H+e for .alled drarbwa or sign clams aM Team W l011pboa• System ca noente. The rebel. ado-ee2 ler 4. Sim m.o. antll� be eplimdlaup3eans/trHMere alum. sly) support poets shell net be 01104. ASSBABLY PRcOFOLPF a d.lm I. Prem. meter by 42-1en deep hole olid rook is encounter., the eePM or tM fat/notion my be redwed awn Mot e a nInl. of 18 I 136 Into Me solid rook. 2. The Flmer may perm} mH concrete a than Z s yards to e ml W NIM o portable.[leu 62 M.30r mil I s less 1. anixing in a itm container my Oal I.ee by Engineer. arate mlm Class A. 3. the w en. of the alio base elub Ire^ the on/sr of . merete. Garan re snA book an _ MI hIng It dorm into the .wets to mare woe ..roof beton IM concrete and s.. doe the .woo. 6213) l It Is between 2 to 4 I1*2 k0. H concrete looting elseMere in the 2 5 M f concrete. .uld to. approx. o the el.. 8 minima of 4 Goys tont, .less mhx0iw elrected y Me Engineer. d e tr Imyl. .31.311p..llpsyHm n nultldirecti.al awe Is mslyed to release Mum elm. from my 1. 4191 ams.. se flat 1516 potion of iM eim .11m i to 7.5 feet move e erne of the trove,.ray tral ., Moe of ills closest laIO Men 6112 plate Is beim the edge of pavement or 7 to 7.5 feet HoMe oIn the alio plate is Moe H MThe Me edge e travel., Tm 61811 be pl.vM A'm AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) SIGN MOUNTING DETAILS TRIANGULAR SLIPBASE SYSTEM z Ola - n RD Sw A5w4 TY pyxxlx15.9-xxxxl CONCRETE ANCHOR - •min- edge w Alla. al to apart using 1m� H coecrm.enIs. n el o elm IaPnointnimde5ae SIa(OLSP-21 9. a +res cons.. H aeries Concrete thr • It rupp wC series 4* M00 onA5Twury60per .*4 Yie le etre.. PI Yield u�u11 ltl.eetmel of 50 ma 75 991, respectIvel lists, bolts . rashers 11 farm 1.1 IRIII 5/13• Monter dCwve 21405x- af 1/29 me torque to 50 map en or omes1on 53°'013. on, 1 and an. per ..l .' .seiv Pr..00rrs nm/ be Ice. after n`ey mire }UM car as.tahe ofbol Mall east flush vl. lllsm°"alr• �Ieop of 1l0014'11.0 In .0 The "ight concrete NIM a 3 1/25 ' m;.=alI tension mg of 5000 and 3100 Pei, respectively. Texas De%nrhnmrtaT Transportation rMrmW arms aurum SIGN MOUNTING DETAILS SMALL ROADSIDE SIGNS TRIANGULAR SLIPBASE SYSTEM SMD (SLIP 1) OS stEErl36 d 161 RECORD D540401 Aa. STR-895 Al 02 SOX Aso IT xkxxxa1541x-x,alll r 1D,40, 491* 4002 m. 'ono. .4" 1'i m'„I�n,"°°' r z0el idal 0111S10411011413052 ae Pavement E Shoulder wrdth no :Wee mists 4. Teem Cente rmt k Pk MM Edge Lm ',How Line TWO LANE TWO-WAY ROADWAY WITH OR WITHOUT SHOULDERS VRitee M TQ a NR a Yelow L. di White Edge Line e / e CENTERLINE AND LANE LINES FOUR LANE TWO-WAY ROADWAY WITH OR WITHOUT SHOULDERS Pavement Edge A4 edge the. Yelow Edge Lit TIMM CC' num. for traveled noy greater than ex White Lone Live 0 4" Solid Yellow Line -1- 4 Yedoe Edge Lb. Bs Solid While Luanne., e Wzea i Len P gne men Pe g 6 4004 eyl ex Me Loo 4> ' 4•• Yea. Edge L. C> 4• White Edge Lbe EDGE LINE AND LANE LINES ONE-WAY ROADWAY WITH OR WITHOUT SHOULDERS GUIDE FOR PLACEMENT OF STOP LINES, EDGE LINE & CENTERLINE Nosed on Travel y Payment W 4„ idthe for „4,„.d highways ,Sap or Told Lrc 4• WMIe Loa Line Ni esa be Eleld measured determ. the too oessary04204 has otl dented, .11 be oioced irnen the media, sidth Ma width is derma os area between two roadways of o dividedcolor anwa m edge of tamed ray la edge of traveled woy. The rneafinn excludes turn InneY The motion width eight be diffeyent between Kowa., interchanges otl of opposite wood. al the same Intersection. narow me.. width wAl be the conleolling width to datermile mwelciles ore required. FOUR LANE DIVIDED ROADWAY INTERSECTIONS Lw meth greater Mon or equal to 4• v es WIRe edge2rc waa2e l (W app o b Teo.Teobut 'n me4 it 4H be a .620449 SW feet lag. 3. The wid8.7f 1 and the regleea 4roswle440 width M Me IW moulder width b 4. The al.ammeg b 4.4460,, m 4684 deg IM s0mNe. 4, a 44412 fez, aldc of elsewhere 6 del..., pm. KK ROADWAYS W TH REDUCED SHOULDER WIDTHS ACROSS BRIDGE OR CULVERT GENERAL NOTES I. EThe edge. should dge.striping shall em be p be Mooed a 44 olmations shown In he m nr m ed by the Enneer. 149 sePOMment dOsl� r nal n W ea, due tpavment ng or othe comet.. of 1994.6014 2. The traveled tor vehicWor w•emport9 cludes lone, al portion. bermthe s old sbulderi. The Inside of g a Ibde of edgelne traveled eloys shaft. meowed Iron the o two Mu modem. MATERIAL SPECIFICATIONS PAVEMENT MARKERS tREELECTGRIZEID OAS -4200 EPDXY AND ADHESIVES OMS -6100 RITMO/XIS ADHESIVE FOR PAVELENT MARKERS OMS -6131 TRAFFIC PAINT YS -8200 HOT APPLIED THERMOPLASTIC OMS 8220 PERMWFNT PREFABRICATED PAVEMENT AWNINGS OMS -8204 P9 pavement . 6Mg materials shall meet NO ,tired Departmental Matra) Specifications as specified by the plans. 3'IV V V V V V FOR POSTED SPEED ON ROAD BEING MARKER EQUAL TO OR GREATER 1KAR 45 MPH IVVVVVvvvvoo FOR POSTED SPEED OR .0 ®NO MARKFO NON TO OR LESS THAN w MPH YIELD LINES TABLE 1 - TYPICAL LENGTH IL) P ted Speed so GO °yow. rta e.wem e, DIM EXAMPLES. AA feet 6 tool roller In ,eree of a bridge roadway. The 0610 of Me crow n8MN4 a ea e. feel on a 40 erose mgt reduces me n16e:Q LPN aadway M w • 106.61 IL rowers a eD 4. PM(1)-12 CONEU4241S SHEET No. RI PROJECT: C0RI.. E (.4 ti (SNPAMIkt c8 a�rn 0 o 0 } ti o 0 0 Z_ O Z N Z Z U aj sR¢r137 DA 161 RECORD D.PAWMG NO. STR-895 Ory P0OkCl (EI3092 am REFLECTIVE RAISED PAVEMENT MARKERS FOR VEHICLE POSITIO mai a SEE AL A SEE DETAIL • r. d � 4s. I .a —4— —,D• —I CENTERLINE FOR ALL TWO LANE ROADWAYS Type 14.A ere SEE DEM V CENTERLINE & LANE LINES ®ed emml mmker T a<I-D. aNm FOR FOUR LANE TWO-WAY HIGHWAYS ^«=PI^=w';^mlai °u°�'h NING GUIDANCE .ekk Sumner. erekeed center. Cananuoue 1 oy Felt hs» lane f Type 11-0-0 E> \`- Type o I CENTERLINE AND LANE LINES FOR TWO-WAY LEFT TURN LANE Type POmFOR rya` o LANE LINES FOR ONE-WAY ROADWAY (NON -FREEWAY FACILITIES) tp»ma aarmM vaMk ma ree 1«. m»me ».o»De ay v ma. 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 OPTIO. Ph OR UNTERLPE CENTER OR EDGELINE r—' .., j. 11UU•E�ai��aifa��ifai�i�il REFLECTORIZED PROFILE ATERN DETAIL Mira REFLECTIVE PLED TIE PIMPLE PAVEMENT MAWR. r 1 T 000^a sorry A wick Awa cheek for Me thicMesekine and .. a warmely equal to P stack 5 penrlere to MM.= eight or T waters. NOTE BROKEN LANE LINE OPTIONAL E' OW LVE GENERAL NOTES 6e alrMa. ea n Mie ».m ova r m.» 2. On concrete ement markers shoukf a ppcedMi0 one sae of lee xwgmdml Mean MATERIAL SPECIFICATIONS PAVEMENT MARKERS IREFLECTORIIEDI EPDXY M.0 AOHESNES NTUMINOUS ADIESIVE FOR PAVEMENT MMKERS TRAFFIC PNNT HOT APPLIED THERMOPLASTIC PERMANENT PREFABRICATED PAVEMENT MARKINGS OMS -4 DNS.° DMS -6 NS -8 DAM -0 Al pavement marking movies shm meet tro required Departmental Malarial Specifications m specified My the alms. ds^ Type I (Top View) RelleCeeriae Surface SECTION A RAISED PAVEMENT MARKERS PM(2)-12 5 8 b 000SULTAM$ MEET Ns M PROTECT: COR14198 9: N 2 U 00 Z D D www U Y Q �a www N to O O 0 a 00 sHeEr138 .1 161 WOW MOMS N0. STR-895 pry PA ECI 1010092 8 >IMmu Loa Dap s ive e� g ITS 0. gg l CONSULTANT'S SHEET Ra. TM PROJECT: CORI A148 9 ; k5 m J �F$ rN'�� • !F arl B.rah as aies •Yelow f� /� Dolled B. utile Lone 4a6OA..`,A`' � 4/1 k '• "roe a-.•• a_ ry c er b 5BE oETAt c �,�� W a I-A.A 1 ween n ei N IM WN a ® NICHOLS 7.1111-37, 0,aea r ° oAAM _ k — a -G m IT § B ,e PI Type II -CIT ci lea etc Dec Id, xm6 - ztzJan u mel sus. x.(Mu-armps cocc MP STD 4Rtmvs arp 1 NEVE. I EL NEL NEI.. •1 4"- k- 1 NEE. 'NEE. ..EE MINE ..I IEEE E ... EN/ ENE .MI ., l•• NW •1 4 4.NE IIIII 111 BEN .L. -.NE. MEW. `E V I ■ AZ SNE WE ■o. O.1 MIME 1.11 ■.1. MEAN .EE. 11.5' (s.5') 4" 4'T I .... NEE 1E .EI' �m •• •••I NM 6.5' (1.5') 1 4" T O 4" - H MEW MENS 1111 1111 NEM IEEE 1.11 1111 NEN ..l ME TEN NE 1111 •1 .ii I. i. SUNNI INE.1E E.E., 1EEE• NMI INNEN NEM MINE' ..E.I 11..11 O.7 I1.N.1 IN..NI NENE ►1r 1 1 1 PI!U \ '...1 mom- -‘1 I ... '1 1' s. NEE\. WEL All ■.1. IEEE II ■. IEEE\ ANNNI ......1..... 9.0' (t.5') 4" — k— I ,•M .E.11 NENE, IEEE NENE NEVE 1 1 ►'UM NENE it 1 1 ■ 1 7 1 EL I .• 1 NEM NEL I1 NEM 1 1 ••••L I 1 7.5' (±.5') IT) 1 1 N 4" H vl 1 1.N., 11.1. E.E. 'o.. EMI I.1. .E.r IEEE .E.' I.E. ENI I.. .I I. •1 AN E\ 111 IBEN EN\\ E.E. E... NENE MEN NENE NENE NENE 1.EE 1.1. 1..1 N.E. NEM ■.1. IEEE MINE ME ■III ..E. .Eu ■III .o. uu .EEE .EEE .1.1 .1.1 3.5' (±.5') 4" 4 1IO■ ■■.. ■■■.I IEEE N..EI MUM .ENS '1.■ ..EE I.■ NEW 1111.1 ■.. ,.■ IBM UM , ,. •v 1 ■I : ► 1 7.5' (1.5') 4" H k— • 1 1 1 . ..1 III ■.1 INT ...EU IN I11 NEE • ENE ■ ENS 1 .ENI 1 I MEI 1 1 NEVI 1 NEN 1 N.1 ■ NEN ■ NEN ■ NEN ■ NEN ■ .1N • .1i • • .NN • ••. k 6.0' (±•.5') SI 00 GENERAL NOTES: MWwam R fool ;Mt* mmRims Mar. be used, shouldWm, otherwise not.. II Mon one mord. be paced with ge consists of e Met word x. These the are stalked size for nom. instolationr sizes may be one..d for low speed Moon reduced Wlget Speed cmbfons or other crl�ayeaamons a sine eroge 3. Me IalOWdnm apace between makings should be ofsheight of IM markings "ed . Out Me m low haws not mead len end. Rd 4. uncles YVRigs considered apYOWtote le use PRIM Awort. Re Include Man a g STOP MONT WEST, LIMN ONLY 25 ISPN SYMBOL ARROWS B. Nowlin. STOP .A0 SIGNAL AKA) SCHOOL Nin PEG X.WG R X R (see RCPM standard, ROUSE XXX STATE XXX Other ear a W m ne ems mde cmatdm 5. Moontroeed me of pavement msAmg. <m realm confusion.in Wirer WordaM symbol mo,X'.gs should, be no more Man three i shoe not be used on pov mress °no eSloe<aa °es �:ce1 repaired to stop at t In ,once to o slop Me, unlms every mMle is t4oaegenerally be m man. I43M we Nee in width. with ScMol messages beng am sched c,amrN Raiment aro X°mg`I."efer to and VI a1 Me ilexes Ikreal on Uniform Sped,b. o. lettere nled Devises, 8. Spoii.d be approximately 1 inches She MO of tellers may very d.pe.ng m the width of the travel knes 9. laromUse arrow merings may be used to cm, either midance or roasSolory messages. Arrows used to convey a morolatory movement musl be accompanied d by etarderd word .01.81m. NI markings ore to be M,edspecified elsewhere In M. SPACING BETWEEN LINES OF PAVEMENT MARKINGS MPH SPACING 545 MINIMUM 4 TIMES THE LETTER HEIGHT >45 MINIMUM - 4 TIMES THE LETTER HEIGHT MAXMIAI - 10 TIMES THE LETTER HEIGHT e040LTN('s slur led. FNI PROTECT: COR14148 GO Z Y N Q 0 Z 3 0 Q 50 50 0 oa 00 SiaET140 of 161 RECORD MAW N0. STR-895 00' mixer 1 .3090 STANDARD INTERSECTION (TYPE 'A" CROSSWALK ) SCHOOL AND NON -SCHOOL ZONE CROSSWALKS AT INTERSECTIONS ACROSS HIGHER FUNCTION STREETS (TYPE "B" CROSSWALK ) CROSS WALK BAR (DETAIL "E") NOTES: IEMPUTES SKY, ee USED CONTROL P. NEOUrREO. MIDBLOCK (TYPE "C• CROSSWALK) 1 m� rc wvE��rt EOOES a..R»StRSS �e€S 1 Oaf .` v.�'vww.. `..s awe MIDBLOCK C SWALK, SCHOOL O. ON -RELATED CON ED BY A TRAFFIC SIGNA HALL B COMBINATION -TYPE CROSS K (TYPE "D" CROSSWALK ) LONGITUDINAL BAR (DETAIL "F") co..siruirs SHEET No. RG ROWER: COR14148 sHeE'r 141 Dr 161 RECORD DRAM R0. STR-895 CITY PROZCT (EISMS wor,vearenesscocc TEE STD CRSMKS.r. POLE D M.EVSTrl*ANIOtrit,0 W/PDSH BUTTON POLE C 100.17+72.511 (200441) PROP. SMIAL P0006012001 ARM VOtitoP.S'N.°7-VgArsr,... mpirl reauzz81.1= 066009. POLE E AlB.1.75.25 (32.05 P. SIGNAL POLE W MASI A. g.211c11.°1-"KlArs,... 00071,87: a - AYERS 81: of POLE F 0017+50.64 (29.508) NOP. PEDESTRIAN PO. NEW 24. DIA FOUNDATION PEOESTRAN SOLAL HUD /PUSH BUTTON STA./6.56.81 (31.501R) PROP. RONAL POLE W/1.T ARM (36. LONG] ON NEW 36.. FOUNDATION. I -PEDESTRIAN .13NAL 00000 0/0-70000 6011080 POLE G (47.7.1a1 H SOTTO. STA1.70.72 (41.551R) PROP. SO. POLE WAR. ARM (44. Loxo) ox NEW 36. OW FOUNDATION. I -PEDESTRIAN SIGNAL READ W/PUSH 701109. 000 RASO (1) AYERS ST. / SANTA FE ST. SCALE: 1T-20' PROPOSED STREET NAMES FOR ILSN QUANTITY DFSCRIPTION ILSN (8)5 !LSO SICH (E)S [L.SN SIGN (8)5 o.sx siow SIGNALIZATION PLAN SI Lltir TURN YIELD n.smo R10-17 30036" 56 I. ONLY 03-60100 57 03-800201 03 10 40 rt 01 1510 ONLY ONLY PROP. SIGNS TO BE INSTALLED ON MAST ARMS 63-80AR eR0p.100080)06+ WITH 8.11PLATE 000 LEGEND IRIycI Num A 7508. 000010089530591690 6807•00100009 7906. 01(19*) 08 IWO 0000 0000 [Ririe' 0000 00 :4"r'rla"ETIREAASTCLOrr...SAKIELTATI,,, OUTIA7rfr. Vct.11%."= PROP. SIGNAL POLE PROP. SIC. MAO 0..ESTRLAN 3. .,DON,TrANsINALL PROVIDE MD INSTALL ONE PHOTOCELL. CONTACT RELAY, AKO SERV. MITCH FOR PROP. CONDUIT EXIST, Lab. PORECNTIMC,TRZAttnarVE D115111r.SIANAL POLES 1V/ NAST AN115. SICRALS AND SION. NO PRE''' CONTRKTOR 5). CUT .01DON00 EFS. FOUNDA1.5 TBELM PROPOSED MOE. REMOVE PAN/TILT/2000 CAMERA =110ZET4. „PU,L.,1..021L5 ,rgo:ACKH11.....PADME.,,CO,NC... RUT 511RFKE 70 W. ADJACENT. REMOVE PROP. PULL BOX 6. NINO SPIED OHM FOR POLES A.NO FOUNDATIONS SHALL BE 100 1/PH. CONDUIT RuN N.BER ZINT, 571fEU''02PT77'agrakTLIfal="g3B7-11'27-17071R VIM:ZINO 5iONAL HEM TRAITIC ENGINEER AT 361-826-3500. SIGN NUMBER 8. ONIZE1/211A,RESPONc5I&EZOR. 1,200:E.00TING OLRACE PRI. TO CONTACTING THE COY CP =1..Z.,1, -rt WITH ROBERT NON. AT (381) ele-63.34 FOR I.T. FIBER or. UNE LOC. 10. ZSZLZIN=.1PLPLOTN.T.. NAST ARNS. ALL DAMPENS SH. BE NOUNIED STA.S5 STEEL VELLUX.__DETICRQU-NalM Ott gITUES'EcTota= rRAMIGZAVSTEITCPErr.NAW'' DOCUMENTS. THE CONTRACION 51.1. P.. ALL NECESSARY EOUPNENT (INCL1)01/16 IIVAUTIONTA 01 000 1P,70. u05 c.127.2100 700 08 000) . 0001050000 080 INTMSECTION. 2. LOCATIONS OF RADAR PRESENCE DETECTION DEVICES. AS DEPICT. 01. GENERAL ANO THE MANUFACTURER ()METRO. REP) 1000 MOO. 1.0 LOCATION TO FRONDE THE MOST EFTECTWE COVEFo.. Ig13=Sttt 71ra."7,107."MerAZIAlltlar/SWITITITTVRAMC'E'SMAL YE,..-„Fac„natw,var PAIT=ED.N a7.cln.r.1= kEgsfarlEMOZgroanIVETAT's DAMPER POLES A & E AYERS AYERS ST. DAMPER; No Border, White On Green; (AYERS) E Mod: DAMPER POLES C & F SANTA FE SANTE FE ST. DAMPER; No Border, White On Groan: (SANTA FE) E Mod: R 10-3e SIGN ooSCALE: N.T.S. 11000015000000 PROJECT: COR1414.15 2 z z cL 0) 00 00 s)78v1420)161 RECORO GROW NO STR-895 Ott 0700)1 1113002 DeC 15, 2016 - 1101. Um, NArFSOra.nos‘Cv-AT-PL-SIDNAL41110 SIGNAL POIECART POLE NUMBER WOE ARM LENGTH 4,4 PED Ee' PED PED 364 WITA LUMINAIRES NO YES NO YES AEE OF LENS SIGNALTWE A SIGNAL FACE NO. 19 20 11 ll 21 17 121. LED SIGNAL INDICATIONS ER OW OW MN (-R DW EY EY EY EY EY EY EG E6 MMP DETAILS POLE RED YELLOW GREEN RFD ARROW YELLOW ARROW GREEN ARROW LED PED SIG LAMP TOTAL 10 SO LED SIGNAL HEAD DETAILS. ITEM. SIGGHGD E 121 SIG INDICATION BACK PLATE BACK PLATE 3SEC 4 SEC SEC . SWOON EA EA HALT 1430 WILT ro 10 HALT 11 1.13 13 HALT 15 H3 143C 18 19 21 TOTAL (EM AB B GROUND BOKaUMMTIEG REM 624 ...APRON 7 MINIMUM PEDESTRIAN LIMING PHASE FLASHING TOTAL 02 04 16 08 26 CONDUIT RUN SUMMARY RUN N0. REM 6.113 ITEM 620 ITEM 621 REM. CONDUIT TYPE ELECTRICAL CONDUCTORS ILLUMINATION SIGNALGBLE (Mk 14AWG) PR GMERA RADD (111 31 PVC R)x AI PVC TRENCH LIE) BARE HWIG) NO. 12 HWIG) 1RAYGME4 .OR NO.R MEI 7.0R)BLE (EA) 20 CNDR ISA) IEA) Erairr (EA) RADD GBIE IGI 5O s0 11 10 ss 04 ss 66 14 zo 16 TOTAL (M) 297 lA 311 468 1670 284 327 71 Notes) TV ITN does nAA fi 0Me 00;A0 sDf mole 00l MP PA. GME TERMINATION CHART CNUR COLOR A MCNTRL 20 NDR ERIE 3 FROM. TO ORM MN.. CABLE MM. TO CNTRL CABLE 4 FROM 0 CA8tE 5 FROM E CABLE 6FROM F 2UCNDR. CAME 7 FROM CNTRL ECNOR. 1 MACK P.B. COMMON P.B. CONINIONP.O. COMMON Pa. COMMON P.B. COMMON P wpm S. COMMON S. COMMON S. COMMON COMMON SSH2008R S. COMMON COMMON S. COMMON 3 RED SH2306R 06 APS 5X7,19080. SH112102R 0115.18040. 04APS 4 GREEN SH 23066 06APS 5X7,1900.6 5X20086 SH12z1020 SA15,1/3045 04015 ORANGE 5X53065 SA SW SH7,1908Y 20085 SA11,21029 5015,18045 SH 17 Vi 6 BLUE 51110300.s 0. 5X603(- SA1005R X14071 -R SA 17 DW WHIM/MACK SH 1011-G SPARE SH603EG SPARE SA 10OS6 101407 EG SPARE REO/BIACK S7101EY - 5X603(-5 SPARE SA MOST X34076-7 EFN/BLACKH1011-FT S - 5116034- 40 SPARE S0 1005EFY SA E - 10 ORANGE/BLACK 04AP5 - OAPs 08400 MAPS 02 APS - 11 MUE/BGCK 04APS - OARS 00APS OAPs 02APS 12 BMOC/WADE SHOW - SHIN - 13 PEO/WHITE SH BOW SH 9 OW SA12 OW GREEN/WARE - SPARE 02APS SPARE -- 15 0.11E/WARE SPARE -SPARE SPARE MAPS SPARE - 16 GCK/8ED SPARE- SPARE SPARE 11.11.3W SPARE - 17 WHITE/MO SPARE --SPARE SPARE SH130W SPARE - 16 ORANGE/RED SPARE-- SPARE SPARE SPARE SPARE BLUE/RED SPARE --SPAM SPARE SPARE SPARE ZO RED/GREEN SPARE -- SPARE SPARE SPARE SPARE 01 05 02 -15 W! 06 03 04 m7 08 PHASEDIAGRAM AYERS ST. AT SANTA FE ST. r -m 02. 06 RECALL 01 ACTIVATED 04. 08 ACTIVATED 05 1I6 a Oonsusr is SIFT No. M PROJECT CORI414B SANTA FE ST. TRAFFIC SIGNAL SUMMARY 215er143a 161 RECORD P&MAC N0. STR-895 alY pR6XCr / (-1.1032 2016 3 4 m zb: =8 w .. LJtOIY CONSULT.Wrs SHEET No. MI PROJECT: LORIS.4B •` W''^+Vh any a � i D4 Iv 'vet .r., 181 tTt��. �..` §g '4.. "K F "tet FOUNDATION DESIGN TABLE NOTES: FOUNDATION SUMMARY TABLE 03 05oUUT0 RETNFoOc[Nc STEEL ENeENGTH OiP i�L SNg�r - L4) ANC OR B(�T DESIGN () FOUND TION 0 1Q pn bolt ae¢1pn ae to a the on ° ° gi venpunder Loads. ¢'. DRILLED LENGTH © TY E ROME] TEXAS CONE �ENETRONETEfl ANCHOR LO Ni D O SWEAR TYPICAL APPLICATION Foundation Deatpn LOCATION FOx IDENTIFICATION' .. ND. FEETI M. 6 PITCH 10 ISS/f� q0 IN , , I DIA TYPE K -ft Kips Q2 Fo ion e¢19n Lgads ar TM ft. E EA 24-A 30-A 36-A 36-B 42-A - 24" -4e 2 at 1 ,2 5,3 4,5 36 1 2 Ye I I pale, pedestal neunaad fhs b aee°IPiteie atfuctars°fA."" .V.NTA FE S.3 ©Fo listed A - SW 36-B 1 18' 50-A 3e•' 0- R9 u3 a+ 62' 10,3 6.0 I We S5 17" 2 82 3 acontrollrm assembly. (dee Selecilon Table/ Isee Sslection�able' atl es may be paratelYor iloriiy B - 24-A 6 36-A 36" 10-#9 u3 of 6' 13,2 12,0 9.4 I j:" 55 19' 2 131 5 semi aspole wiM o w + Indite, le¢ onl C - NW 36-A 1 IS' Mastarmass embl Y� Isee 5 'tion Table' inefl°rtYaotlripe.'Opanit Fieloc a ° nor an D - NW 34-A 1 6' Wn HO .• 1111 9i o0 IL 2 ' YN ,. :fr mm{� ID 36-B 36 • 12-#9 M3 at fi �� 15,2 13,6 10,4 2" S5 21" 2 190 2 poleir,n,14'mpei?i arm ha 30' siroin ()Field Penetrometer readings a a Q fa°5 E - NE 36-8 18' .3 �/" f+„+ maY be°ih °a d iro�imate lY u e e Juar aMfi leng s. F - SE 36-A 42-A 42" 14-.9 at 6" 12,4 15,6 11.9 2 55 23 2 221 9 Mast arm assembly, Mee Selection Table/ 05 is ins Dril G - SE 24-1 1 6' I4 fuck encouniered� ed 0nimM, afl+° eiarerelr's iner`o ao ie rock. FOUNDATION SELECTION TABLE FOR STANDARD MAST ©Deelmol lengths in a n able are ARM PLUS ILSN SUPPORT ASSEMBLIES (ft) ie Traffic signal PD °W Interpolatter ion for rTither FON FDa 36-A FDS 36-B FON 42-A faoitfo°r entry into Sumury Table. MAXSINGLE ARM LENGTH ZO-A 8 24'3% 24'x' -- +' V'/hC(o ANCHOR BOLI 8 TEMPLATE SIZES m 32 % 28 2' % 3e2' N 13:" OBOLTOPBOTOMLTR 0 THREAD CLE z LENIiUNCDLOiB 14:1X5 fi' x 3 - — 12 SS" r'/e'• 5%. m CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 44' % 28' 4 X 36' '^ t - 4 %" 19" Il 1/2" i1/2 " MAX SINGLE ARM LENGTH 36' qq 2 3 5" 21 12 / 0 11/2" My 24' % 2'/4 4. 9 5 (" 23" 13 y 9l/" MM! d m son O Mo MAXIMUMCOMBINATIONS000LEA32 X 24 1_-- t ger 051ta arela°�ptab e, i LENGTH Use aver 9e N v over \ qo .zq the Conduit ' 4q . 3s elmeeeeed+enrov�f J\ =a15 , °f so creel rerpl°te I 1 P Ee rEXAM00mgh, .p°a Wires Span w I+h M1DI ave° gra 4 / than Wali dlarreRe� to -cvic /� TOTAL DRILLED „MIT LENGTHS �` ' min. Top TsmPla 32' 2n2 'thoa anatne IDand1 du to wind ape ee m single 36' na 36-A c upwri a e+ arm. o Nut (YP% aF Ananor Bolt r p �I �E I aY ase— Arm 1oP+ianall §p�h//�P�a<F I Bobna ane bolts r° - EP S ear caq a° locatloi¢ ueln9 P3 i Wiper. u Criers ° '°..hied xllaaserfo V=7: 22 boltsoreIn ^ani, re loads. < coital GENERAL NOTES, (l Deei t 19914 PASHTO Standard • v rrlcal Specifications or eSigne, Lu 'nal Structural suantl faros Bora Signals aninterim revisions 'f Dilaveiefal R<^n °r ing creel shall conform to Item 440, Rei fmrTln9 6teel". Con° e e shall be Class 1,.. AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) TXDOT SIGNALIZATION STANDARD DETAILS _ im am ,I -�w< TOP VIEW r bolts shall b - - - TYPICAL STRAIN POLE ASSEMBLY _.11 _ '�• rOh °4 `° �ar<reab ve I IEimrei cut ulRUNG se raallesi es. Bolts Galvanized M1nu s shall betappedotter grin adf2ins.. ' Anchor „Mrm s that are l r _ °Ae+in fr g g v°r m --.._ = Tra I EreppE rhe VL 4 I _' Type 2 _ iC(lncn' min }, tl�< } �° L LSN , ptumppori lnp 0'_0„ ,:° ': m• Conduit (See Layout 1af,'i as directed L i aM1e for the Engineer. ar zr 4�I1_II Circ ITenpo,,,, .. .��.ilY" . 11T r steel J_ g laiial steel. Item 449, "Ant raElolfs". Rliideior ° AST. A36s hat irGalvm6zel�tefmm ofor the to ends shall orm re length plus for all anchor bhOarotherwanc w,+elzed oA45, Gaanvi °� h�OI88ben ne °° a °°im av n I+.m 4 washerssed °.°? a ani emplaces a e d nM+e ne d no aA. 1,'• Min i ITYGaea Arm lop ,anal' :I -L II g� Lubn+are dna°iTonaa°da�rim 1is449. n onittlnp8°ire . ¢ rpa re ' n e ¢ I��F1�ar.�e,aot Tempi to i - v (S arTan°; a eaf°realXe - ,""K 411.2 •r Transportation TBXae Department050010 for ON HOOKED ANCHOR NUT ANCHOR / 81S+bari.° 2�,Ifraro T la o rCOrdlasONsio, 0005 (TYPE I) (TYPE 2) ANCHOR BOLT ASSEMBLY , ' p - Sao- ii -area :�I • m TRAFFIC SIGNAL `Sf.. to Tdyle ram ai:e 5)5 taM1' ' i (■illi m POLE FOUNDATION D 111 a = TS—FD-12 ®0'l500 on 0-0009000) - may 550005 hole / sn 4r Dia _ with the fixed arm }bat two bolts n TYPICAL MAST ARM on 50 of �ed ma ei Bela enough ELEVATION 44pf 161 RECORDORMAIG la 895 MEC, / E13092 ensure ore to tension under dead load. ASSEMBLY °a rare p00059. FOUNDATION DETAILS ASSEMBLY �.h ",1n� 1 a, e 6 a �- -:_- e a ma_ 1,,,,iSTR t So CRI3JLTANTS SHEE1 No. IN MEC, COR14140 1. y x� 1W ±1 4t\� "#V X i [ i ND POLES PGL AL POLES Length De o�D :" 0,0 �rhk D. c., 10,, D,„ @rnk Lntlar SHIPPING PARTS LIST ' In. In. in 'n In. In, n 'i.8 iyP Ship each ale with the fallowing attached' enlarged nand role, poli pap, fixed-arm°"". 20 12.0 9.3 8.6 7.8 .239 12.5 9.5 8.7 .239 36-A connection bolts and washers an any additional hardware listed he Wle, 24 12.0 9.3 8.6 7.8 .239 13.0 10.0 9.2 8.3 .239 36-A les With L win0i re 24' Poles With ILSN 19' Poles With nNoaILSNl re One Luminaire and 32 10.3 9.6 0.8 .239 9.0 10.0 2 .219 36-4 Lmc mvrp two Ifw1LSN attached)us: ve�ear re See 36 13.5 10.8 9.3 .239 15.0 12.0 0.2 .239 36-A sinal hand Hole, clamp-on hale nose note above ft We lanatlon Quantity nation Quantity 0 es lona, ion Quantity 44 14.5 11.6 11.1 10.3 .239 16.5 13.5 12.2 tl.a .239 36-B 20 20,100 - 20-100 rmNICHOLS 24 24,100 245-100 24-100 ROUND ARMS 26 - 1 285-100 20-100 L< +h O 011117Riae Li OOLTGO0 f, 1 Mk,,.. 32 321-100 325-100 t. In. ' 36 36L-100 1 365-100 32-100 - 20 .3Sp 40L-100 -100 40-100 24 23,1 9.0 5.B .1 T9 - 23.t 9.0 3.5 .1i9 - 44 44,100 445-100 44-100 00" le Traffic Si pool Arms [I per pole) Ship each arm with the IIe+eO equipment aitachatl 44 39.0 0.5 Yee I Arm 11 Signal) Type E Arm 12 Signal. Type XII Arm 13 Slgnalsl Ops I. OBase 11.0 5.1 .239 2'-8" 43. .5 4.0 .239 2 -3 Br • Pole 0.0. Do rm ind O.D. Top Din with n° Luminaire engM Leh, I C connecter AT= Connectors a nd 3 q'a Con :sista and no L1 Nwni nal Arm Len9}hDesignation D ILSNQuantity " M Desi shat tan Qu° Quantity D esiala+tan Qumtl+Y CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services /ou,TLlaaminaire 20 201-100 Dv- Pole Tae OD .D. with Lund-noireo: . Arm s 24 241-100 2413-100 . ()Thickness20owh are minimm3, ihroker m0+er1018 may be used. 28 2BI-100 2813-100 1 32 32212-100 Q 02 may be Increased by up to 1" for polywrial arms. 36 3612-100 II-100 36112-100 1 401111-100 1 Nominal Am Length - L 44131-100 1 - See "Tenon Defoll'' See '1511p Joint Detail 90 ( 4 rc -re Arrn II per 30' pa . horino1 Arm Length Quart'ty '--�-'-----L, B arm 2 ast M o+lon- Note: me arm :hall be f00rIW+eO sir= with d the unload: r Z-c. e1 IL. A Wax. 2 per pole/ Ship with ciamas, With and washers TRAFFIC SIGNAL ARM Nominal Arrn Length Qu0ntl+y a Wised Mai/ IF n 5 elsheat aLarA ( 9 Arm AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) TXDOT SIGNALIZATION STANDARD DETAILS ^ M D OetalleA papAnchor hoqr As emblies 11 per pole/ see Anchor eat Ancor BOlt nai a Of the falowi ng:eeEach anchor bolt assembly W oaddasherd. templates,ilSeNsei pCIILSN/" NamefmLam nol NomRB .MA_• Detol L.B Olmefer Len Quantity per Standard Drawling "s-FBottom nut o°aoradvces 'Type z$ See Sheet A A a or D 1(1. 2 Templates troy be for ac -0' "Brooke Bracket SNS g 2 4' - 2 removed shipment. Assembly 3 -0. Asaertly - �--- �� . },��� S 2 Y © © © 0 Threaded02 far - a SHEET I OF 2 p o' TrafficSignal Ann g e001011 A0lNc DETAILS" DefailW,OShee 2ofZDEr F E g n€ IA-Taros Department of Transportation TABLE OF DIMENSIONS 'A" - TRAFFIC�SIGNAL Artn Length Arm Type "rm 2 10 ' ''. B• m SUPPORT STRUCTURES - q Type LEI 5 10 a 12' 1 12' of Roadski sheet 12' ,1 r 0., SINGLE MAST ARM ASSEMBLY (100 MPH WIND ZONE) 3z :AA' y\ / CGrV v1�NiVi�%w/i, SMA-100(1)-12 snag n %^ o.,,..,., sxcET145a1161 RECORD MOM M. 895 s-FD.lan STRUCTURE ASSEMBLY sr �" .a.c m"o. '" Mr MOW 1E13092 = dY 3 —. se s t j1 Yo coNsuLTANT'S Slee .. M MEC, COR14149 IT9' alo seam VIBRATION WARNING «°Tp�Secrifn Most Arm a of SMA and DMA strum:ur +i and c ns In It M1t w Structures l ops sue ° 40e fasTic cMraoariarioa o4 0 4 v f the rioda o4 « ble 'Inter boVrO4 °role 401 mwlna'°a gnat lnsrag:E we of° fi -0.0.6r0 _I - Y Lap g a d posiruons; °existencersolldity o « 'ares; presence mon ir«M1rents o me 40 pipe arm, such as elIXu end came s arm-w n orlenailon; and arm-pole ailffnesa.ff avibrarl 4,2 gewy, � INQz {oi _ 4',1m-- ilp a fdrwle / [.tl P re e/a" afek min Such the Structure and moY lead to galloping In meter.. which may celfatigueee°dare ;„,,,,... fi• snapeltp matan arm in conditions furtherd ge a rte + e a ma the a. ° sts have indicated °alod�l ��- = --' —wind — :-T--: - wfim�rinasls wunepd me back a�de*o hems navin?P -vents, D« 'area or*«nae 1----— �€ Arts ro ab�l� ter unaoc a narman�c ni rte+.an o ter a 'ng a tamer ign. N nmiaalaie°4 °--0'.°.',°X.:,37%.,,-. vel nut er a. orae+e M. holm °niariM1eY magi De°appl lm, 4moeMucd Desvenied tee 'f=and InZe«neivedmeoaure t''' I--, m e nibs+iognnn�. MOIEFREESE M—MMNICHOLS ,Pr'is'm TZT- t Toln*Ea,,41P' _ M4-3 lanloT°elgoal"1ai a a1�tl oa ii« . ad�9hDac eoree�dl r+rmirm o Izinq 'n movements i with oly taloexcursioneEmatl4M upwardexonerate, . um down market ane ani pea cisaaaeao'ee. °cairn item 44s, •cam nam rung"• e r *red ro rhe arm e see Da°roilw Plate iwn: ins e ° e an a+m ter n -opo-lo. SLIP JOINT DETAIL TENON DETAIL e ;ri�i�aapalee. Exaesswe v7erar,anennaiif„ai*a"alia: a+a c°nr,nuahfaranora +nen rwa eaYa. GENERAL NOTES: De�lgn Snfarms to 1999 TO Stmtlar0 Spec if lca+eans r d Interum Sp°ec°Ifcoarlane meraro9"9Oeslgn"Wlne°Sped eauaa°1 e0 ,v altos 0 1.3 guar factor. aeaa bmr arOre designed +o Support o" eluminaire a mo one ° "Sky Brooke, 'Easy Bracket" 1=1srabMroda ne ,e:el r mslorsa we fM1en,Yra Threaded c°cng. rte 1 n u specifieddd inter to lighted street p rete°o ao9 ied 4. ff. The specifiedfrom BRACKET ASSEMBLY plaequate 85"lbS sign toad aIle 4ph. iseffective °sof CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services wind pr paoiiled algnoi a1 o and p rrie sr"' a efface I edare°a ual creo times 1 an effective ret area of 32.4 s0 ft tactual area tures drag °" °ceje °sralwardre9ne •M4-D' 4p street a data p a S, P., fore r„arllalre.arrn algn°arm ectlonrde+al IS, �LIM-A" 4w lunlnalre a antl eaoulq°a tl tVo. cfo boli and 4ounm+lonreeta717 'Sate .1A-C" for material specifications. with Item 686, 'Traffic Fabrication 51a1 the details, dimensions, and weld PoleAs emblaes Mtn.. amwith°a a47c11 rMeFanrlc arw,lusrn°D a°a� Inter ioe4g,r-T d ld 5eannNeue"gs 'nal e9 4a�ri '7,; Met an a sn°pnp n7n7,a a nee lea D Iter 66, "Traffic Signal Pole p°IYMc°re10e0apermitted f�°s Ia�j 1 amgrtiieat8teel lf. 1 accardonLoz7; Item 9 ,..glvaniisnq °lafier°fmrmaclanl i 1 { OeviaT ion frpn tM detalea and dlmene ions a 1111111111111 ,A-, 'iFriT �s; °OrL;;r5iYaalre.ne.e aee�amne e nail, h AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) TXDOT SIGNALIZATION STANDARD DETAILS 9g _ _7 nt - N4-2 .0—,...'n9 SHEET 2 OF 2 1 V Q MA- I'/' Di)a— 2 , • CoupIadng orlanied �wliM1sn°ineelowars90be °`+Mai°"°' ° ' ARM WELD DETAIL ARM COUPLING DETAILS Texas Department of Transportation 0Ca'ullov ONIeIm TRAFFIC SIGNAL SUPPORT STRUCTURES pfi gm. oe,errmlan Mie°1n boaro'a. SINGLE MAST ARM ASSEMBLY (100 MPH WIND ZONE) SMA-100(2)-12 �,.,m, , '., «I I,,. SHEET 146 of 161 eEcoRo MP.4$wC NO. STR-895 , �,. `z,7el Cr1Y maga IE 130°3 g g g ,........ g g ; - 5 Til - A 45,ii° g ;rt I CONSULTANT'S SHEET M. fel PROJECT COR14148 it, 5 k 4-‘... 4; 111t. ' 1 g[ ii ' . - E GENERAL NOTES FOR ALL ELECTRICAL WORK ' • Zo.= :-.c,t,',,,,T;t,',I;6"71'g2.=:;°7,7'gr, ,°.Z,7',-,',1';'.''"'r'"' ""'"' " 8. Pros°. PVC elbows in PVC conduit systents, unless otherwise shown on the plans. Use only a flat, hIgh tensile strengtn polyester fiper puit tope for pulling conductors throUgh tne PVC conduit system. When golvonlzed steel RUC elbows are specified!. cal .d for in 2. Provide nevi cnd unused moterialS. Ensure thot oll Meer,. and install/0E0MT comply with the plod, Ond Ony !tertian of the PMC elbow Fs buried lesS than 18 in., grOund tile RNIC the applicable articles of the National Electrical Code MEC, igDOT standords and elbow by mecos of a grounding busnrng on a r rgid metal extension. Grounding of the rigid SpeCificationS, NOtionol Eleatriool MOnufectunere ASSOCIOtiOn (NEM, and Ore liSted ea metal elbow Is not requIree if the entire RMC ell:ow is encased in a minimum of 2 in. of IUnderwriters Laboratories MLA orto,NationotlyeReortzedsT,esfing Lob TRTL, NRTLs such,,, concrete. PVC extenslons ore or lowed on these concrete enotoseci rigid metal elbows. RMC or . oteCetclgdiancgtoneare ASsoClotron C A, Intert K Ind. reiCeS NA In ., or FM ApprOva PVC elbOwS Cme SubSidiary to various bid items. . onsidered equivalent to UL. Where reference .s mode to PENA I tat. de:noes . Intern, iono 1 Electrotechnlool Commission llEC, listed dev ince will not . considered on 9. When requiree. provide High-Density Polyethylene MOPE, candUlt with factory installed internal g ac table equal to o NEMA listed device. Acceptable devices may have both a NEPA and IEC conductors according to Item 622 'Duct Caste." At the Contractor's request and with approval by . listing. Faulty foprication Or peer workmanship in ony material. equipment, Or insta lotion the Engineer, SubStitute HOPE conduit with no conductors far tamed schedule 40 or Schedule 80 PVC 2 is justification for rejection. Replace or reinstall rejected material or equipment al no Oen.. bid under Ited 618. EnSure tared HOPE SubStituted far PVC is schedule 40 and of the sane - °edition°, cost to /Me Deportment. size PVC called for in the plans. Ensure the substituted HOPE meets +he requirements of Item 622, except' thot the conduit . mesa.. 11,tthout toctary- instat I ed conductors. Woke the transition of P the HDPE conduit to PVC tor MAC elbow when required, at the bore pit. Provide concUlt of ihe size founeatiorm. Provi. PVC or galvanized steel MAC elbows os called for of all ground hares and e. provide the following test equipment os required by the Engirt.- to confirm comp! ronce yelth foundations. ihe contract and the NEC: voltmeter, ommeter, mego. meter 11000 volt OCI, ground resistance , .1 Mraied within the lost year. Provide calibration certification to the Engineer upon repueSt. Operate teSt eQuipment during inSpection 08 reclueSted by tne Engineer. service riser conduit. $ i 5. .stail.groundingoosShasm,on,ihe;plans ond,in Occordancerwith the NEC.thEnSure 011,metall. B. CONSTRUCTION METHODS go,Pmen grau d ng t cene,,,or. provide etroneee bere copper or green insulated grounding conductors. Orotund 'Meer , Provide ond hIstall expansion joint consult fittings on °it structure-mounted conduits at t connectors, and bonding jumpers ore subsielory to the various bid .ems. the Structure's expansion jOints to allow for movement of the conduit. In addition, provide and install expOnSIOn joint fittings on ail continuous runs of galvOniZed eteel MC condurt g 6. Wnen required by toe Engineer, notify /he Deportment in writing of materials fran the externally e/mosed on structures su. as bridges of maximum intervals of 150 ft. When 2 mot,,;01 Prod,=, List MPL1 imended for one on each project. Prequallied materials are requested by the project Engineer, supply monofectorer's specification sheet for expansion - ifs*. on rne MPL on T.001's weOsite under "Roadwcy Illumination and Electrical Supplies." joint cenduit fitting. Repair or replace exponsion joint fittings that do not allow far .:5 No substitutions will be alloyed for materials on this list. movement at no additional cost to the Deportment. Provi. the method of determining the amount of expansion to tne Engineer open request. Do not use LFMC or g CONDUIT LFNC as a suOstitute for the required expOnsion condort fritings. 2 A. MATERIALS 2. Space 011 conduit supdcrts of maximal intervals of 5 ft. Instal) conduit spac0rs when . $ , Provide conduit, junction boxes, fittings, and nardwore as per TxDOT Departmental Material ::.tg7A'° 7,:°-,?°2gg;!...:°.:.;'0°.r.?:fltr3r,T.:! ::':',";1:1.27e.c°,.?:,"fltY7+;?..7,°,:,;°',',g.. . Specification MMS) 11030 .Comduit. and Item 600 .Condultr of TxDOT's .Standord Specifications F'r C9rtltr':e1Tutrgtr'71:"6717cOn°fheTr"g' "':17rW'm!IXoAr117''"-T‘On'"*t;tt'°".1 r:-1"8... 3. °° re'lli2*OITchir-t"Lt'e%r1"s9Cr""Yd'y'rtt7te*E're;t1%94""c"" 8 Pr.,. ....it tYPee OCSOreity to tne descriptive coaeYor oe sno. on theEpiona'.c0o not substitute other types of conduits , those shown. Provide 1 iqu Frit ight flexible metal con., 4. Unie. otherwise shown on the plans, jack or bore conduit p I .ed beneath existing roadways, ILFIJCI when Mesh>. conduit is coll. for on galvanized steel rigid metallic conduit (RISC) driveways, siaewolkS, or offer the hose or surfacing operation has Oegun. 8ockfill Ond systems. Provide iiquicitight flexible nonmetallic conduit ILENCI when flexiDle conduit is compact the dare pitS below the conduit per Item 476 "Jacking, Poring, or Tunneling Pipe Celled fOr On pOlyvinyi chloriee (PVC/ SyStema. Or Box. prism 'to installing conduit or duct calsie to prevent bending of frie camections. . 2. Provide galvanized steel RMC for all exposed conduits, unless otherwise sham on the plans. 5. When placing conduit in the sub-grode of new roadways, hockfill oil trenches with excovated P Properly bond ell metal conduits. material unless otherwise noted on ihe plans. When placing conduit in the sub-base of new ropdwoys, backfl 1 1 oil trencnes with cementt.tobi 1 izee loose as per requirements of 18 3. Unless otherwise shown on the plons, provi. junction boxes with a minimum size as shown in Items 110 "Ex00vOtiOn., 400 "Excavation one Sackfill fa StructureS" 401 'Flom:bre the following toble, wnich applies ta the greatest nLm.r of conductors entering fhe box Bockfill", 402 -french Excavation Protection., and 403 "Temporary Speciol Shoring." through one conduit with no more then fr. conduits per tax. When a mrxture of conductor sizes , present, count the conductors as , oli ore of the larger si e. For situations 6. PrOViee Ond Ple. Welming to. alsOroximotely 10 in. obove all trenched conduit as per Item 610. not applicable to the table, size junction Poxes in accordance wifn NEC. 7. Durrng construction, temporarily cop or plug open ends of all conduit and raceways immediately Offer installation to prevent entry of dirt, debris ond animas. Temporary caps constructed of IraFREESE IMICHOLS flt4. rzoLtr. CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) TXDOT SIGNALIZATION STANDARD DETAILS AWG t 3 CONDUCTORS 5 CONDUCTORS T CONDUCTORS durable duet tOpe Ore atowed. Tightly fix the tope to the comluit Opening. Clean Out the conduit and prove , clear , accordance with Item 6/0 prior to installing any conductors. B. ErMure Conduit entry into the top of any enclosure is wpferproof by it'd., i ing ...it Seel,. hubs or uSing boxeS wifn threaded bosses. This includes surface mounted safety switches, meter se cons, service end los/Fres, OUX 1 I Iory enclosures and junction Oates. Grounding ousts:nos on water tight sealing hubs are not reriared. i se . 8' x 8. x 4. T 8"x 8- I( 41 81 g 81 le 41 '' '4,:t;71 :"go°,,f,c,?4 7,.',T.d,Vg.':,','17Ttg7g,';',;..°Y:h4".1.%,7V4.end "tt'"'• 'r"'de "d 10. Install a bonding jumper from each grounding bushing to the nearest ground rod, grounding lug, . Junction Cox s with on internal volute of .ss than. 100 cu. in. ond supported bY or equipment grounding conductor. Ensure all pond.° jumpers ore tne sane size as the equipment enterina raceways must hove threaded entries or hubs identified for the Intended grounding 00nduOter. Bonding Of COndurt used OS 0 00Sing under r0.00wayS fOr duet Cable TS ma purpose and .pported by connection of two cm more rigid metal conduits. Secure recurred, if the duct extenOs the fui 1 length througn the casing. conduit within 3 ft. of the enclOSure or within 18 in. of the enclosure if all conduit entries ore on the sane side. Mechonrcolry secure all junctica boxes wil. mj st a. etectricei services, install o 6 AWG solid co.. grounding ...tr.. eondu0t0r. an .ternal volume greater trion 100 cu. inches. 12. PtaCe boxes that the between 3 in. 6 in. ..„„4-' ifre...s0spartmen f of mensportet. franc 93 it",."9" . Conduits entering ground so conduit openings are and 5. Provi. hot dipped gal.-0.cl cast iron or sand cast a fuminum outlet poxes for from ttm bottom of thr box. See the ground box detail an sheet EPA, junction boxes containing only 10 AWG or 12 AWG conductors. Do not use Ole cos, Oldninam poxes. Size outlet boxes Moore.° to tne NEC. ''. r,:'E.e;,-IgeZ-..°L'ctr,Z7r1;ne"e7:e1;.:ift:',..'reg:igIO'n7if fOn,i'..V,:e7n1=g:lOg%.*Zego7i 6. Do not use intermediate metal conduit 11M0 or electrical metallic tubing (EMT1 tests. 00 net uSe duet tape os a permanent coneuit sealant. Do not use silicone con 1 it aa a un lees SPeCr f roc 1 , requirml by the Pl. :thee,. ltnen EMT ie co, lee 1,r, pray,. conduit sealant. Junction boxes mode fr. gavonIZed Steel sheeting, 1 ISted Ond approved for outdoor use, unless otnerwi se noted on the plans. Size all galvanized steel junction boxes 14. rite smooth the cut enda of all mounting strut and conduit. Before instating, paint the field . accordance witn the NEC. Provide junction boxes for INC condUlt syste. tnat meet cut en. of all =Latina strut ond MSC [threaded or non-threcxledl aim zinc rich point 194)) or the Sane requirement,: ter junCtiOn DOgeS oSed with RUC SyStem9. more zinc content) . alleviate oversproy. Use zinc rich point to touch up galvanized meter ia OS aliened under Item 445 "Galvanizing.. 1. not paint non-galvanized material witn a zinc rich ELECTRICAL DETAILS CONDU1 TS 11 NOTES ED (1 ) -14 7. Provide PVC junction boxes intended for outdoor use on PVC conduit systems, unless point as an alternative for materials respired to be gOlvoniZed. otherwise .t. on the plass. , ser147 of 161 RECORO MOW NO. STR-895 Si ,,,,.... + COYBRIBIECI /B13092 % • Oil:meter r -20,212 12001 — i t 'SPAN' Varies min CONDUIT HANGING DETAIL CONDUIT MOUNTING CHANNEL less than 2' i 5. x 1 IV- 12 Go. 2.-01 to 2I-6" 1 55' x 1 55" 12 Ga. A2,6" to 3.-0. 15 , not reduced .y mom Mon i.. Meroi 5" "Za!or • ° Br i dee Deck ZL,V1. PV4:tr VT - Hex Hat 202 00000 522020 °A=7, Ihreoded Coupler Nut Hex Hut HANGER ASSEMBLY DETAIL ELECTRIC CONDUIT TO BRIDGE DECK ATTACHMENT COradu, =7= malleable , conduit struts -11 - --Stainless steel 20. OOI2OOIO Go c°,1. For conduits 1VT" to 2' use li" dia. anchor. Anchor 1 V2' cps. Strut TYPe Stainless steel or not aim,. Conduit Strop Conduit 1AouM Trig Mmnel . Kindorf, Unistrut or equal, 1602 dip fl. go voM man CONDUIT MOUNTING OPTIONS Attachment to mncrete surfaces See E01110.2 TYPICAL CONDUIT ENTRY TO BRIDGE STRUCTURE DETAIL EXPANSION ANCHOR NOTES FOR BRIDGE DECK ATTACHMENT , Use torque controlled mecnanicol expansion oncnors that ore mercy. for see In crocked concrete by the internation. Code Council, Evoluotion Service TICC-ES1. The chosen ancnor proauct snail dove o designated ICC -ES Evaluation Report number, Ond lie Opproval Met. .011 be maintain. on tne ICC -ES weDsite under Divieim 031600 for Concrete Anchors. 2. Uniess otherwise approved by the Engineer, VW net uSe adhesive anchors: do not use exponsion anchors that ore not included , the ICC -ES approval lien and do not use expansion anchors that are only approved for use , unCrOWied concrete. 3. Use Onshore manufactured with stainless steel expansion ereams. Ancnors manufactured with carbon steel expansion wedges are not allowed. Anchor Males con be either zinc -plated corbon steel or stainless steel. For application , marine environment, both the oncnor body and expansion Melge Shall De Stain,. Steel. M'on'tICI-2=gg1721Trdn:n-Mg°g2,:-17=!°=-1:h.IT.T,r" OemonstratIon test to evoloote the Oracedures ond tools. The test she, be witness. and approved by the Engineer prior to furnisning anchors on tne structure. 5. Prior to hole drilling, use rehor locator to ensure clearing of existing :11:1e76:02fl,1il::7:0er01be0.'I00re6r00.:h7A:f1leinv:0:d'tnZeeTee:110f!b1:nt term. .rmin for Ofeletr torquer/1g and tightening of anchors. 6. Uee anchors of minim. 1600 Mos tensile capacity Minimum of steel, conceete 07=c1r1?e20raT20ime'ad=ertr:22ZI'M:4!t01'l=r0i tlIntifs7710' introduced after conduit instal lotion. fme—Concre 'N.34. StOinle010 e. steel expansion anchor. Anchor l'reecbir!'” Texas Department of Transportation ELECTRICAL DETAILS CONDUIT SUPPORTS ED(2) -14 8 5 t— ,s51 CONSULIAOSSKETNe 3IPMEMC012/41421 0 0 TION STANDA CD 0D SHEET 1 48 of 1 61 MORO RUM NO STR-895 CM' PROJECT /E1.5092 C.212 222 22. Tem — 2.50, User As 2Ia teseslimvirossixt. 11.m — mem. owe MC. - Oxtan "dm ne s vends • 3 sex- - sc Avg k 5 CONSULTANT'S SKEIN°. MI PRIECT.COP141.03 13 0 I. ,, - Ve.,,- il ........... , ,1 SUPPORT TYPE STEEL POLE ISP) *NO STEEL FRAME rwISenF.l.td1.1.tC oeraIltl1Ab2laagrte.rivap. DOaanTl sqPecc.ohnardniuunenetl uar2l e0ds. peminoatann Sope3ciNfiedM-.len Tr0,C:...1::'=',s " natdeDbl perloceopKtsvoiieersi I."PdwStreotinmeeetivethxpe etrreaua'icEtpli dUrzleonsiig aSfi teno.reornvte mka. e se0cstgst$- frshv p r % on,esf dl iil ouga Isol dl itfih 1-- ei. rcsirfetnrseosca.ti slMtcl orhsiuuuannnpgtnpt,. t nriFloetiuori phn,lndoida00w Oniacs.t eoe. e "co,opan. anne COndudtOr exitS weotherhead. ZVi'c': rir'-a;'t'o'ihri7.e.iec'i'n'Can''ficor74nC'e rtg'inVeltiifi'vm'err'-gvT'd'er?et2peT71. r.d ...'.n. Or COI, code 6. 3.Provide Install % in. IB in. . in. length iengtni length of Line I m2eS0anleyo' u cnmrteerthaiceSe upc oikinle, rI check wt.. utiiitY Defore Instoit ing. ' Point of Ott"... .rs 'ir-s.ots,e.f NAOle pe„ Tl Emri Os ugh edges snail White insuiation 0..n. of neut.. iX• conclucts Crain hole 1 .i L.-- 1/\ — old galvanized A r id,. x . ho. oncnOr oo thno x b it for underground service supports. Provide end InStoll galvonIZed N In. x 56 in..x 4 in. ,,,,o,,,,,,, of service Ora, % to be below insuictlon with fOr OE.. white tope where z _ o,000s FREESE NICHOLS CITY of CORPUS CHRISTI FiiiFcl-Ig TEXAS Deportment of Engineering Services ancr bolts for overhead servisupports. Ensxme anchor bolts hove 3 in of threod„ with hoce y; in. to 3 gi in. Of t. exposed anchor bolt projecting obove finished foundation. Provide 1h1":h ona "stall teveling nuts for oli anchor poits. conductor exits e.nond one of the cnchor bolts to the re.r cage with 6 AWO bore StrOntle0 copper conductor. Use .],...;,..:. listed mechonicol connectors rated for embedment In concrete. See inset B. ienoth, I, min., s.scLos,:117:.;.,st41,t,hil,s01I., 11,."0s, "ter o" ""1 fra. f"n"tiOnS flor a" Is. .0s. C.Use cies, C concrete for foundotions. En5UrC reinforcing steei is grate 60 with 3' of 1 Meter Unplastructed concrete cover. tftnitn i _ wealnernead. ' Conduit support •,-- _ spacing, 3.mos from th«nos, and S. in aetveeen ._,org.00 unless otnerwise Enci"o" rmi " t" Service channel '' conductor exits TYP. weatcernead. TT' Red insulation or color code 6. 'engin of Line I POLE or Line 2 conductor's insulation witn 24. Dioneter I. -1°`e'.:e'is7-irneigeldii. s-....-77/.17-1-'' —T —{ N. TOP PLATE ' . ' 1-1'.. ' A - ll-. Enclosure bracket or66 1 F.Elrill ond top stee, poles and frames for V2 in. X 13 UNC tank ground fitting. For steel pole service l supportS, provide ond irate. tons ground fitting 4 in. to 6 in. below electricol Service enCIOSore. m I Provi. properly sized hole through the bottom of the enclosure for 1. service grounding electrode 61 m ." conductor. Ensure electrical service grounding electrode conductor is as short and straight as possible ,a: from the to the tank fitting. For frame install 6 Otner OrrOngeneni approved ila the Engineer. Inset A lKindorf ---2115 •• Me\ ter i - 7-.R — enclosure ground steel service supports, provide and tank ground fitting On Steel fro. post. lostoll serviOe grounding electrode conductor in a non-metallic . Ccnduit or tubing (ran the enclosure to tne stem. frame post. Connect electrical service grounding electrode conductor to tne tons ground fitting. see steei frame ono steel pole oetaile ond !fleet A fOr II UniStru, 13 -line or °puck.— ------- _. 01 C..1 . , . ' • z 5 12 U i i r, .5 ii, I a, .... 10T_ _. L 1 ;'.. more inform, o, Si. servi. entronoe conduit and .ancis circuit conduit as shown in the p.a.. for ,4,11 underground conduit runs fran the electrichl Service, extend RUC frau the service enclosure to an RUC ik Inset 8 .. '. • elbow, and then connect the schedule type and size of conduit shoen in the plans. Provide and install Cies, "C. grOtnding bushings where RUC terminates in ft. enclosure. Grounding hushings are nal required when WC concrete— MI 1., .. . .... s.'.‘10 MAC -PVC ‘41,'S '''. 'l BASE PLATE DETAIL is fitted Into a sealing nuo or trreaded boss. B.If Steel ants or trome is inted. bOnd each separate painted pieCe with a bonding jumper ottoched to a topped po hole. '0aregOMI21F(e'c-at0.°7`":nt'w:::int`". i. W PVC PM'..1 Zrs1.77VC,Fs'i oarsand AZ adcol 1 , /1 ... t Iry f.T.n.III.10 'I.' reinforcing bars pitCh Nap. , tt°°,-e—'04,17:=71'4011224:=2T: minim. size 6 SSG strand d copper boncing lumpers. waive up oll threaded bonding connections WITH SAFETY wrench tight. SERVICE ::,:,Tr,')e,7;.(nt..!,7'-r.ry,ZIVZ `."..°Z-71'-`.! ""— ""'"t"* '"'" '' "*°' "" " 11.s66p drawings are not rep ired for service mopport structure unless specifically stated V2. x 13 UNC. Install eisevmere Or directed by he Engineer. term ground fitting, ' SWITCH WITHOUT SUPPORT TYPE SP (0) - / OVERHEAD SAFETY — SWITCH 1/2" SERVICE BOTTOM OF POLE ._se Note 4 . SERVICE SUPPORT TYPE SF & SP n rinrin . (.. Cann., electric°, nerviee gr..ing 1 k a izi litl ti b t ' electrode conductor. 0 '-.1 AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) TXDOT SIGNALIZATION STANDARD DETAILS agave grade ma Aso I See Note I. — 1-- 11 66 1 5. thick .nerete pod .1ass C - '12cl'in7Prn'ontVr-To, max. SATEce ISWITC11...=gi I • I. Center of meter socket 60" typicot .-. ctesve gra.. (Verlfy with utility, ---- Anchor concrete ond wire mesh] , MIII~M. = " FRONT V I EW ihreOded INSET A ...n° ,,,,_, INSET B Dimension veries, instot i only as wl. as required to accommodate MI 1 I .I Steel post M111 .lf.X 2gel'a:re ecuipment 111111 ill ENSEERLVOSICUMEE. I channel Strut , for mounting 2,1,:7T'.,,ut. .. needed to SeCurely Mont ''.0 11,,,TI SERVICE ENCLOSURE swit" .. co. required, 3' il c T. 1 0,0 o e 1 inset A t ,,,fff 11 TOP VIEW SERVICE SUPPORT TY SF (0) & SF (U) Ini eqUipMent .. .., "0 . . .,. 1.111111t• Inset A III I 2. II 19_.T_t__'' i .• .. , Texas Departmental Ten:sponse. : s-'111.1. I i inset g -- M. -- A ,-,i,Rilic1 ' ' 6 5 ELECTRICAL DETAILS .., 01=111111v .1.Il. inset RLI'Itl';', I ......_ _ I SERV 1 CE SUPPORT .. 1„.111 foundation bars and s2 spiral 6" ltd., 1 111 1 1 CA-. alio. x 36. AMP. . fourickmtion 4-.5 '. I reinforcing Dors ' Hook 002 30 Splrol Larsen, TYPES SF & SP ED(7) -14 SifET149 a 161 WOO LAINIVC NO. STR —895 WITH SAFETY SWITCH 00 Pitch WITHOUT SAFETY SWITCH Ityp. I ot 6' pitch ' FRONT VIEW WITH SAFETY SWITCH HOOKED ANCHOR DETAIL SERVICE SUPPORT TYPE SF(U) - UNDERGROUND SERVICE SERVICE SUPPORT TYPE SP(U) - UNDERGROUND SERVICE PM PROJECT / E1.3092 owe MC. - Oxtan "dm ne s vends • 3 sex- - sc Avg 3' 2 g 1 ; 1 g -g 01 :1. swig ..- ... I CONSULTANT.S SHE, No. Fill PROTECT: C011•148 m - l li'init ' x .1, - .' s -;';' al 1 TIMBER POLE UP/ SERVICE SUPPORT NOTES GRANITE CONCRETE /GC/ & OTHER CONCRETE (0C) NOTES ''';gCr.ret:'14;Cri.';;'°,7r,r.'r''':.!:°,:-L21rI';'":1°.;•`.;,?gwiger:',;Z::,„-.. Se ice 1. EnSure eleOtrWOI ServlOe upSperItm+ TS 0 OlaSS 5 treated timber pole as per n 627 -Treated Timber Poles.' &need timOer pOle to depth required in Item 621. 1. 5rbiL.1/zi.:,/!.,a,„,l2„/E,::1.ws that meet tne requirements of 0145 11.0 -1; Safety switch l (when required' ; 2. Conduit and electrical conductors attacned fa tne electrical service pole Ond undergra. within 12 in. of Service pole are not aria far dir•tly Out are subsialary to the electriol e s•vice. 3. Verify pots are marked as. required cn Ce• 11080. Location of martini, r 3. install pole -1'00 MOunted OhotOcell /Tr an SnOuld 1,,e approximately 4' •Ove final grade. Use +me twateint plOkup ; 1:'')-- locations when bandling pole in norizontal position, and 0.po,n, 7-''':7.7.!';',L2,,'T;',':e::;?:°r.'1. Pioku0 location for use in raising tho pole tO a vertiall poSition. These marks ore small but conspicuous. chart In plan set. 4. gain pole as reguired to provide flat surface 4. Embed poles 42 in. or 10k of the length plus 2 ft., whichever is greater. for e008 Channel. GOin tinter pole to % in. mos. depth and I 11 in. mac. neicb. Gain 5. Eci,',.:47,y0;m1 r,1;8,z1,1.tai.r der, is of s•sices ore in occoroonce wit' uti iity In 0 neat ond MI ,' II Enclosure i -Detail A •11'1VonY'PrPL . ,'ir?u,:'°." 1 1 //'? ./ i>;l0/ :i-raaia VI UI.1 ule wi 1, Wing'. 116 Mi g 24 5 i, pole workmayl 5. Pant meter and •rvice equipment on Stainless or equol; Provide cnonnel aised I In. tO 3 Y4 In. 20 6313 deptn, and 1;i In. to 1% in. maximum ;cMhain. File smootn tne cut ends of galvoniCed aonpo 01 10 08 pole. Secure each OnOrtel 0131 041048 to timber pole with two golvonized or SS WO bolts, le in. minimum diameter by 1% minimum length. Use c galvanized or SS flat washer on each log bolt. Do not StOck channel. l 6. When excess ength must be trimmed from poles, trim from the TOO end Only. 0 CIOSS 5 pOle. Melt. OS required C) Service drop eran ut I i ity company /attached below weatherheall POillt OP-- -1 ateochmen, to De Dela/ 1 a"1n;7T??,°' " a'n"°°i 7. FLF.rdsh o1de op equal/. Attach channel strut wilt depth, eAuCire U-bOltS or bock to Or Other secure gmountinas arOved B. Bockfill the holes thoroughly by tampino garade, place Odditionbackfill material pOle tO al lOw fOr settling. Use Materiel to the surrounding area. Backfiliind ubslOtary sta various 014 items. White Insulation or color code 6- length II .;;:- neutral conductor's Insulation with 6. le 12;1,,. white tope wnere -1't--;-..Pt., elite the warner/mod. Red insulation or ;._ dorne stainless steel concrete enamors Coos. back channel strut with long bolts, RUC ell b.t. Enin.,Ecece .StrutSr. Ucnodnedrugirt Per uti in 6 in. liftn. After tamping to requirements in a 6 inch high cane around the 00mpOSitionansity equal in . de will not be pot; for directly but is 1.-2- tar /4. typ. I (As required or allowed US s ccmpany, 25' measured from aro.. ' ouans d eta I ity CONCRETE • s hole SERVICE UndergrOon0fUl o Pole ' 04 a. Bushing 0*801 E. SUPPORT e '' 401 Fitting CITY of CORPUS CHRISTI TEXAS Department of Engineering Services (D ServiCe coneuit ORMC/ond Service entronce conauctors - One Red, weotherneoa One Black, One White (See Electric. Service Dotal - i color code 6. length Of Line I or Line 2 conductor's insulation ,,-(i with red ape where 00nductor emits the weath rheod. WC Conductor Circumetances may require tne electrical service Support fo be taller than The 25. show, cneck witr, utiiity oefore installing immemssonsensUM VII P 0 Safety switen (wren requires, ® Meter (when required) slack 10- max. - rrW%:;Tre s s AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) TXDOT SIGNALIZATION STANDARD DETAILS 0 Service enclosure 0 6 AW6 bare grounding electroae Pole brand conductor In Y1 In. PVC to must be ground red - extend ;5 in. PVC 5' or less 6 in. underpay.... above °rode 0 . ins so0 ft. Copper clad und r d - drive or.0 . rod ----__ tO a aepth of 2 in. to below grade. C) cFelConds7 size as Orcnch circuit 2:2n2;7? End 1 - .; - tt:TjrZrati-lel ij • i I I - Pole reorkIng annnaa. 4- line. Side Viet DETAIL A TOO Viet above ground See Note 7. Before installing channel -See Detail A ,..'";;,h:.T.,.r:Tn"AcT„'g..1.7."7n:,":' there is no point splatter an the pole. ,','.'2° '". below Oroc. Fitting 0 O P"'"'" I –!Lr47" E. Fitting ..z04-. Toarm+ol'" :70771:r-,';g,T.'n'n° i;11 Ar...sDepartmento/Ransportation 0 When repulrec, lay the serving v _ H 0 _.)..4 . _ PVC, Or other ,ovis. Dare 6 MVP copper conductor. Pun wire from pole top to butt wren; 1: ,o- Or Capper putt plate. Protect '5' ' 870310* II iZ;21:.' C e. ,0 ,0 conduit ,,.. oo oh000 oo Wyout ELECTRICAL DETAILS SERVICE SUPPORT ......,.. with non-concluctive Crane ROO TYPES GC, OC, & TP T,'..: g",.- of 0 ft. °Dove finisned grade. [-----E) 0'-‘17own(FliFlner'gL'r;a%4'e CenCrete Pole %" belay prode ED (10) -14 @ When 3010013013 08 utility, cut CONCRETE SUPPORT 91E1150 of 161 RECORD DRUM NO. ST R —895 SERVICE tOP of pole at on one, i e to SERVICE SUPPORT TYPE TP (0) enhance rain run of; Overhe. (0/1 1 40301 CITY PROJECT I E13092 consu TMR'S SHOT Na M PROIEC'T: COR14148 Zino die cost or AIM. or Galv. l tesrnate Pole Cop /�" Beak plateportment Back plate Comportment of Metal Cap with min. • r, `7?,J A w, \ r .,`.'A� 01'• _" ,;g_a-`" --� I ////�'.a set screws / f Mn9 n9 H e 4or j5� , r n. i/ 11111- '2"'A1 �\ f clamp I. 1'\\ � ;p Pale --10 . �M1readed anm,ala 1O slaty • �'-: J1�. 1--s.. Wall J Frameiiiiiii 1 /. I 1_ Round al Pole Polygonal ea^ Pole Luminaire ArmII .pa\ +nrcatla DETAIL J P DETAIL A ° -,„v,„np Ai, NO TM Pale I M-M�NICHOLS Mn! s,TPVtr° SECTION X-X.n9. 15^ x 2 i,' A3 35T2 Dr so Mar Pole wl "'u""a luminaire, POLE COUPLING DETAIL DETAIL G � R �4nenr wall me Ha Thi hanging "a ane'%I �r —pee Beta�ll C Weldine access canparimanY +self.M1� rl �- or a, 9 z ,---See Detal Pole fo �V i'"—q.. o "x alternate os tlio Hooka for urn M.22Ci2T13, ` a3ose+ roof—I■ 4..* % / l/ Bal urate Nlaza or sheat A-569 �'u +o is ` Na 0 ole M1 �g acrewe i o w 9'n9 wire Blackburn T „ pproved e0aal. �� D15 �s4 on '' l,1 �a■■' 600 v (Z p Pe HO terminal black eaatl)on DETAIL ■ I .�! ME �_ r Scr' \ ewsiarmIL6N 9Fi / i::; ndM1z "Frere 3%x in. M^ B Haar DETAIL �,. C 2x6 °°t max. �7 5011? loclkwasner, mi9S2M1elea him�a oin eas 6°cl°wit ° --- Pole . nuf, - 13NC terminal �tsr',n eas block SECTION Y -Y 1� ayes, PM1i I. Pal HD. s - 2 x 11/" eaif-taOnTYoc eF talo leas steel re a CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services • of a o a P+lana 1 COPPER GROUND hole 1;0 C of 4.0 6' fee OeTano 0 1,,o -u. '� d f tan d / CONNECTOR fro. Iv ea ° a we �/ a ground connector _ ° .D TM1reo eetl strap 9y•x gain '1� r\ m e over n lwl< d" Bc c 29 mina o °ver 11 2 ln. �r f . 0 /.• 2 u^pna tloW a / ata �, �. 6 or d t o re bot ,'� Bar n9Tor MD e , motets 3 6e41 ok 2i4d'�> min - 1��3n'.dM1ol ZFrame- ILII af-eoltm m for -III or`first al �• F ked MOMle B Onme far _R orm as - at duo mob asinem0113ea+o first arm on dual '° dl '/. I thread, ACCESS COMPARTMENT itti arm asarml yea ���� Orin less r Clmgtl o l Ta�faaoel 11��1 caZP n9 NOTES: i Q •• -e�/w um ` enol les mast orthreaded osa (L amdual en 8Oz°Qe `^ mmt annraa s-,c,,_73 y� al° :reertl c omdua?l tns zmce .� The cave alto be an pceae formed from ABS plastic, assalG ly lcdches and °orae rmlog; o sexTremedweo M1er"o vetoble fola ssita Tvo shall be ix SECTION V -V l io ere i-20 stainless a+Oiewo rainproof of seal.Lat h sorewaeafit tightly nproof AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) TXDOT SIGNALIZATION STANDARD DETAILS DETAIL 0 oeeemb'Y ma DETAIL E assembly r DETAIL re kir F 2. screwsw ro fprovide w ,meach aCtUrer luwith f4ar le sire Ifo r 2eaoelum wim IL '' ef0i 19' po no }LSN L consisting of, onecoverassemblies, ' or P oveaie9u seroales etwo terminal manao-e atle '": 2F and a. humin nm ret a 9n aha no ;P8: sin " a° ieaa a+eel neaa aaewa, aha �H Anchor Dla ete Boit 0iamaier Slo Len9TM1 Op. D Bose x 4gaJuai. n9e fl ] tll „% ground c fIhe traffic signalTTotract r shall1!nat itaaorss -sl rn`a rna !aakb� a rx o aha Inaral°this kit ems ins+lam _ I'/" I N," 3 %z' tTa or x I l' 13.4' ex x'H^ Dl=V!'—, p �' 3. Term aate*nl� e5G ,? B nalrv,V 6032B0°V,,tnN95GPo6 T- Na003 _ ' C onpar#seni 1 �" ' " 19' 20 x 1 N. 13.5' } -- ac r 4. lnatall one Buesmonn�BM60]2 'ref Lir use aLfi OM 2C o n 2 '/ ' 4 /z" 2, 22 x 2 13,6• mm Feraz-SM1owmut x30352 fuse block for Doles wTere luminolree are to be Instal lee. 2 I/" 2'/z' 23" 24 x 2 /" t3.T - E slot '/. o eel Le*Orb- 4blustaent Texas portmem Df Trarisprt0HO0 Mcrae wv 03130 a 0 001 MI ya• BASE PLATE PLANRa ae /►: x59 TRAFFIC SIGNAL - -� - g s=^ m _ J k,0M1Ph000rr Baa{ e I /, o °aaa'm \ 0652 SUPPORT STRUCTURES illyx N I MA Min, pene+ra+len 060 Min. MAST ARM POLE DETAILS _-�• sae Detail H Da arra+Ian i' 1002 0elretricn within base weld.even tl MA -D-12 POLE ELEVATIONDETAIL H .,r�,IT, ,h 03300swE151 161 atm DGNzh0 NO, STR-895 e aaT m. LL — -___-- 121 /E13092 g I ; P 15 '': fl.. i Ci L., t 554 MIGULTANTIS 27550022. FM PROJECT: C01914168 2. \ 5 a 1 4 g ARM SIZE SIZ: LIC 2 413 CDEF 41,0711 0 c c 0 Ea %, ) MATERIALS 6 5 .129 12 9 9 6 1 . i 7.0 .i29 11 p a e 7 %P 7.6 6.0 .179 13 Pi 9 10 ro 11 6 7 1 2 1 11/2 7.5 0.2) .179 11 11 11 tt a a a a t Y. z ' A 1 va 2 ..ww/ Ri. , G iR0 0 eo .1. .179 18 II 11 8 2 11/4 9.0 .179 .179 13 13 to to 3 1 A 4rfe- ,,._(,) ASTI/ A36, A588. or 4522 0,50 9.5 .179 17 12 14 9 2 11/2 )4.0 .„4 ,4 ,4 ,c ,4 4 , , 1 .. / i ° uC-2 Connection 601, ASTM A325 or A449, except where noted 9.5 .239 16 12 19 9 2 11/2 g3 •A3. IA . I° I. A II. ,, %, Pin 5olts ASON 0.325 10.0 14.5 239 16 .255 19 12 19 IS 9 10 2 3 11/2 11/2 10.0 1.0 .239 .239 II 14 14 14 11 11 11 11 2 3 / A 1 ge lit 1 ki% pipe° ASTLI .3 Gr.13, A50I, A1000 1.1SLASaF or.so, A1011 IISLAS-F or.a0 Irel FREESE IlMiNICHOLS EissiF,TIVII: rr .0N,TttP° o .33a is 13 15 lo 3 1 02 11.5 .239 14 14 11 11 3 11/2 e" / mm. L. . -- '1A17Z2- m,sc. ,,,,,,,„,,,,„ gtgrgeleteel or 9tolnless °feel I/ ' i Y1: - -a_ A DETAIL, uC 2 „AM-1 ABo o r • 19. ottaaeoe % i; •• 3, a 1/4 r 522A 008 NSAS, AA00 m, fj) A1.1 A57, L1011 HSLAS, 10PSLAS-F, ' A1011 1.15LAS-F A1011 SS have higher but ri raiii 'RIN)4.PDP1iP1 ,...--'t-WoOrT=It --\-_-1:M7.o•,t".,i r. 3 or may yield strengths too c.Il o8e ra3os aeiittansrt taneehctqlmahhul neooi oSl .mete.pse noth hhceooeqivcnue nohndnoIinutsii ertes teeel • in DETAIL B en8re eMwAshaliaotO1nellI gril esS.S maIineott arttc goe'7a.intaSntcr cgrod eetii 0m1h1 ktinAe.. glIoI ' oloneoafentxnt rasst ohsi! hmd2 mavudepoteeeof r1U tmhso-eeoret na.orfI orIdeoe1tpi.ecnrs ntohg2ttt gtko'gttao2'd3l hwe'rl . ..7 //.. 14 total w.ith % <MC 2 Li c I arm if_ -FIongs each) Posher eaohl - II 44_44)44)g/4 % CITY of CORPUS CHRISTI TEXAS Deportment of Engineering SS t ... ,amil _II 43), ow Arm t Arm x ----, 011 1 P A min. 05% Penetration °P7PPP_. nrci'OF'd FIXED MOUNT ARM CLAMP-ON ARM D"'" ' FIXED MOUNT DETAIL 1 FIXED MOUNT DETAIL 2 ARM BASE WELD DETAILS GENERAL NOTES: Clomp-on .90116 ore oaeo for the second arm on dual MoSt arm assemblies. A Maximum t ile wide vertical slotted hole shall be Arim SIZE CONN. BOLTSPIll sours ARM SIZE A F 2 CONN. BOLT51119 BOLTS ARM SIZE F CO9f. OOLTSPIN BOLTS Out In the front wan, plate to factIttote drainage durtno galVaniging. The Slot Shall be centered behind the cirm and shall , . F no. Nt. No. ow , + N.. Dic No. Oio .1 M A No. 0,0 f,10. Dia . no lenge- than 1). arm diameter minus I" 6.S 7.5 .179 .179 12 14 6 8 a 4 1 222 1 2 7.0 7.5 .179 .179 12 la 6 ft Y. A 4 65 Y. 2 66 2 % 6.5 7.5 .179 .179 12 6 14 a 4 4 1 1 2 % 2 % -0;p7-0,,,-5:-'4,-Pp7n5,,P7P,710=Pa:,,z7Tapr." -6"' i" o .179 la e 4 1 2 34 o .179 la 9 Y. 4 10 2 74 6.0 .,49 ,0 g 4 , 4 ,/, "6 9.a .5 .129 .1. le la io 12 a 0 1 6 1 1/2 3 2 10.0 7 .19 .179 16 16 10 10 IE 6 1 2 % 6.0 5.5 II.IAI.F .1. is 12 6 I I A4 3 % r774PuMl'r-isP46P'70T"*"" ac,P,ogl.°m;"aP,.142-P, AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) TXDOT SIGNALIZATION STANDARD DETAILS 9.5 .239 . 12 4 11/2 334 % gA •AAA IA IA A I A 36 undernolgglg 9'z'Egd27Preg'.' " Pr""' "t"'" 27227257 10.0 .256 a ''I' re Gapc„_„ ' 15 ii• 6 1" gelk ' i % 3 10.0 .239 g la 7 10 ' 1 6 1 3 34 10.0 .258 2.t..., te 12 ,-- 6 -I ->-.. 1 /'70 3 96 t NOTE: Pin bolts shall be A325 with threads excluded e0 f 1ova i'TMLf%d *m-51 I /c rainagehole required -\ 1 -5057'-T-i'gl ngabnhy. eca.phl a"aI nt,his.a dglth k5aoaiantta,eoosnhlstlaei, % u0e N4il//9diadrUloe1:ie c=atao.pytpe treop1eeopnrnpt.l peDPe n.Sbdoo,hhlto8,l---r2 -g..i ) Ct/ hoArurIemp - hew vA. eIn b..ef t"ftetBeorh; eltp.ed2evi n2 Oh eof rETrmcnoleoaPtc,rrn,toog,io '0 Vn'.r."ngod iitanar %PgpiIpiI 0e z 0. 310. A'Ocr.hm'r 610% -7 / 42l70767542l707675re ,rt:.999Y, 'it, cc4 m4, Grade 50 0.-4" -oat, 8SX :;,:pr t "SIM x stiffener g I Penetration 'Texas Department of Transportation . r,„,,,e 11..1/4 =Tres - .4,, required ) C rf Deere 00101,00 10,01041 6 i i,7,--(!.o 7 0 t II- 11111 STANDARD ASSEMBLY ; 1 S\--- 11 01;11F111111la 5 44; -? 44 • , „ 4=-1 I. 5 ,,,, -? g FOR TRAFFIC SIGNAL SUPPORT STRUCTURES . MAST ARM CONNECTIONS " ell. '''..0. Connection bolt with AI& '.. A I 'I. MA-C-12 " o .", g ,TYP, -,,c41n`iVZ.P`a'% I Is. aus.t t 1111111_„10,,, P-"io°In 1=-nnection 511 SHEET 152a 161 Mr= PRAM NO. STR -895 -.-7 wosgre p,n ,jol,,j k"4" .... Vrong:ggrt r.g "glImm 2921 2222 me I 2122 I CLAMP-ON DETAIL 1 CLAMP-ON DETAIL 2 CLAMP ON DETAIL 3 ,cbal OM PROJECT /E13092 5 ftp ¢ m o ¢ a - e =" •a jz°l S CONSULTANT'S SHEET No. FNI PROECI:COR14148 Xn � a �� { ini-t . ' �p TABLE OF DIMENSIONS � ''''r 1 oetoiaoo c -m nsN ARM 512E A B°L � Ts 3 ine die in. in. 7.�a in ea. In. / r•1§NICHOLS g2e 17&I, 561 6500 cle I" Max a = �e�� au°'re \ • Trp °_ =79.F,!, a'rc o °e hole OreOu'r ' 3:• olo threaded Mc- •• _/: ala drainage note Ile ^ fz /,° u s+r°°, grade so C /�Vs• die drainage hole couplingocridlt for r r t` P �� f eo o Y "W !ql I t\ b YiDia threaded a� olu rM1 ansae coupling ofOf 6 yipebao o� _ coneuiT cannec+or con n connector ` n �'�ipolma ` O� + Q Ann Plpa rtrwn B _ ..,..L =C•.• Y° sa, 6o°Plpe =��� irrpl ,/e '/ t�rro rue s ° a o SECTION A -A SECTION B -B �g Arm s'a1 eo =C -e_ Arm ° Pipe atle s Pia as required Dr o SECTION C -C M_ilyd_ CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services / eer SIO" Penetrvlion ix/ ,'4"41.1'" 1 M -x I �x/,e fOr • item �ms1EB„-I..L 111MYS: �_° Am Enmk/: �y `/. TTnrobol 41 th dp [k ILSN Conn.,. bolt Pole 1 flat„ ok washers.ex nut, Pin Bol CLAMP -ON DETAIL 1 ILSN Connection Bo M 2 Pin Bolt ��'� calk wa=herswi+„era ' ag:Tction 7'T 1 wl iM1 1- E Pole 1.—L Pole M 2 lock washers oars CLAMP -ON DETAIL 2 ILSN CLAMP -ON DETAIL 3 AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) TXDOT SIGNALIZATION STANDARD DETAILS GENERAL NOTES: Armcpmi A nI 1 enaur ax aener out in rhoersOpldeo-ilerinot omatchealbe fiedrilled wiring he .le 0ebarVbo74o7ea. ce as 'fret arm Is "'""e. Wma Nice ps ouy % ltlei im, we1 [lamp R '•, ` a ,Texas of Department of Transportation c l orlon Itsasatlsa tleslpntvin°rtl 4a"rceaare+ion NOTE: AMI= Pin bel+= �,al be ADDS with threads excluded ala Pip: VI analnave areiairolea Tore y,• l,p7,11 =ea+n ear°aaI Baal CLAMP -ON ARM pi^ 85% e;aea _/ N-2 oe+alai. V o. �repoaeq ° ILSN ARM COUPLING DETAIL oq•mfow Division STANDARD ASSEMBLY FOR TRAFFIC SIGNAL SUPPORT STRUCTURES MAST -ARM CONNECTIONS befi" Anw=.. for each p nl emir=orienta+i ne°hove'been+'°"'°°�"W° ...all approved by the after enotneer. ARM BASE WELD DETAILS MA -C (ILSN) -12 e,� sNEEr1530t 161 MORO DRAW NO. STR-895 =LL 21811 dry PROJECT1.... E 'g g i . 5 g 3 —E ::.. 111. _7. lb ...- t . I CONSULDNI. SIM No. FM PROJECT: COR16148 MATERIALS 0 , \ ! , , ., 4 r, . 91-6110t. 1101 Nominal Arm Length, '11° ° r A, v__,....1.x ASTM An Gr.65-35 or A149 Gr.80-50, 1-6',1ID' NominaArm Length/ 7" l _ — - ) 11. ... Pipes A5T6 Gr.I021 0, or A36 (Arm only) ASTM A53 Gr.B, A501, A1008 HSLAS-F ...BOO, or A1011 HSLAS-F Gr.50 (I) Strut E %"x 2" Mln. .21 Mirk toleaIght <00°. min. straIghT , e Arm RtrP,otes(g) ASTPA 036, 9572 0,50 (1), or 2590 2 (01. " Max. , leng th 10200.1 lenge' 1'1 Rlsc. ASTIA designations as noted .% 7 4r!oDenFFpfatoIl1L%s!it.r npcnIsioht'eaogtli7llgea4Tl I' MICIOEs r:r! 1p--1er:T(T.2) r!nhoe'Canca7IlLcv'ee lo,s7n'71aerir!7hnmiS'IcptlieroglieO'eAl'nnrailli,VgfTt"i-rghe'id!i OrFtArnnrIOtIOrkSicdn'nw=:tu. 1/1/4. 1'LA1/4N:: *SC.HD. 40 LP22Ai ," ®C(DIV2odagoRFfl:IIlataCIThffrr7rIIiangi%'MihFe Faur',=c7m!iieTr 1 ' /' .Arilligh:. - GENERAL NOTES: 8—FOOT LUMINAIRE ARM 10—FOOT LUMINAIRE ARM Design conforms to 1994 AASHTO Standard DIRECT ATTACHMENT 00.0.0001.00 for 00.0.0..., Supp7M, /or C 1/4. Dia. A307 Bolts C 1/4. Dle A307 Dolts 'rind l!LNIITILATO'n/T2? Z:Ign WIng'''' 2 at 4" c-c each see 2 at 5. c-c each al. DETAIL n CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services 4 bolts woahere & 4 look 4 bolts . per 010Mo woHners Per !,e, ... = 4 loOk .,— .!=do7-T:!1!)gernor=r-'4WIZ'tglrlai re 7°','.r.,.,°2:Z:Zrerr,V:M?e°'4° 4'.'''''' c'r" dimensions, and weld procedures shown pair 5"/..pprOX, ''''' herein. Weld references call for preopproveol weld procedures ‘rhich the Fobricator must I obtain prior to fobrIoction. In the abeense of 74/ Dia. Holes 4 I .10T1 I 3NC TOPOed 1/4° 4. specified Fabriooton tolerances, dimensions shall be wIthIn the tolerances generally / c1N..... 4 '' 0,0 1/4. Dio. x I 1/4. A325 Bolt Threads 1/4" Die x 1 1/4'1 A325 Bolt obtainable in normal fabricotion proctice. dalv'Z'!!! V4-igry=',!, .T.h A157 CIA.° —/i. 11411111 - P316'n% ' s i A , , 0 I2 per fitting) A 9.4 ... I2 per tittingl '23.iik " Item 445, "Gal van i 2 i rig•. Deviakion frau the details and dimensions LA-2>wrei CLAMP ATTACHMENT CLAMP ATTACHMENT TTMENT DETAIL NO. 1 DETAIL NO. 2 '44110in 0°1O Illw .,.," *0' 'irli;e'r-';711,[w, ..... n't" II;* ..... IV'. trper°.;i4,10, '!..Z5,.; 111 id r) q,1 9 ..i . # , shown herein require submieslon of shop drawings in accordance with Item 441, .Stee1 Structures.. Alterrmie designs ore not acceptable. ,,,,g0r0M50;;WPgT0'2,I.I.0ng 7=10::ft',70P'd Tne 612e specified. The bolts and look washers AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) TXDOT SIGNALIZATION STANDARD DETAILS (HALE SECTION/ (HALF SECTION) LA-4-7,4 ' Dlo. A307 Bolts Bolis'' / LA'YI: °-°,1,01l7h °' Arm Simplex Pole Simplex asla Ann Simplex roshall be e secured to the pole with the oVIer AppX. -I hardwarItems called foinr the plane. When Pole Simplex clasp attachment Is epecifled, the FabrIcotor Shall sills the clamp assembly securely attached to the pole at the location shown on the plane. POLE SIMPLEX DETAIL 2 bolts & 2 lock Aker, se 0,0„, washers per clasp-, / UPPER If clomp assemblies are ordered without SIMPLEX FITTING UPPER SIMPLEX FITTING Poles, the Fabricator shall shlp one upper and 2,0A. one lower clasp assesbly together In a single 5. Approx. Package, Irmluding al I nuts and woshers 1B / e 1 *1' 'llin %. 4" required for the clasps and simplex fittings. V g amal 1 '1/ OP II ler _ ,' .._ ,-.150L.40 I 5z. , ,2 per fitting) /e• Cla. x I .6" A325 Bolt I2 per fItting, l , 4/ HI I5. Pio. Approx. FO% 411 _ ...." -----.1- Department Transportation 000 . IM ,,,,,/ , 4 ,,I.. Pipe Lip 4.,0.00••• M. 0,0.0 "— ° ____,...' It y0 , 6" Ta — liMirill I 015 CR 50 r ....., :=;govesi pk 110, pi-- 14PV74,, 110,-- 11,1o., . e.b, EP .... - MOOV 'irrorl!,-,,,.. o, Arm strvisx kl— -; 0 1 1 0 5 s 0 0 ' .5 704-Texas of Tarr, operatrons .1.7 STANDARD ASSEMBLY DRAWINGS FOR LUMINAIRE SUPPORT STRUCTURES LA-24, ' L0-0 1/4 CLAMP ATTACHMENT CLAMP ATTACHMENT LOWER Pole SImples j C onla SIMPLEX FITTING LOWER Pole Simplex 52" SIMPLEX FITTING Ms ARM DETAILS LUM —A —12 DETAIL NO. 3 DETAIL NO. 4 (HALF SECTION) (HALF SECTION/ z-rywr ,y,,,,17 1.5 -- 5111 1000, 10.7 11710 — — "— SHEET154 of 161 WOW DRAW AV. ST R —895 SECTON A—A SECTON B—B ARM SIMPLEX DETAIL rii 1 1 11 29 ____ ay PROJECT f E13092 mr COIsuTANFS SHEET No. TM PROJECT:CORI.. -:i(e$ri � v•'..'� Wi 1 I/E ce ��I`. wei 1 i ROADWAY ILLUMINATION LIGHT FIXTURES ' w._ kett oL -4psarxmrm'mi°nmnsiI" 6ftoiureOtLUI P64opP' clEMahowadohsoo 9�°rA 5 6ISg°rope iabel -eneom me°w, rshov nwmal:Ue'nerilela,eitlncnata°emq 'reat-r wnnickese'rai° eeiiswialmmst seel aMes iee+gwniss+. n e ct a"evo°lmreAhoope°e ' 3.f tlorq91+°oPoeq ace61eaf`aaivatmeniupluadrImps gr ea Supply °pl° to fixture that ime following. from Meet ANSI GvYibratimnr.sementa. Use high preSsure edea we,sneafrom TKOOT's producers at °f the wattages rrve soetothe4 eegeerynoutlnle Eeo+ o 'ua°yixtbmin4ra}:Frated lamp shown ° .No oda. the ground up to a 50 ft. monotTng lbubble corresponds level position Fully exnsaataof usable lomm life ndr nq'shed without cycling. ovls exceed 1.6 sq. ft. effective projectedarea. not a g.maxiweight. 5: he+therF e'Omoxa0artea'at'LeaoaaPronueITL1'1'mita. E. Equip fixture wiltargio-ewith s PIna+aed. m ''o3tIs°idmtln°oior ftetuoelgniq"eeeninialllo,i'''"' dple.foralloherfixtur", Perform nee• FingNICHOLS a R. ' t`followingphotometric requirements using pt'sn d photometric data and pnotmmeiric data obm1ned o eatingU$.urctnwOae SY°aaln+extUee404-hroa t-s°rYtestinRaorders witASTMB1T. °°m°led fixre onIn4s°w1ihATM05402,-stnd0rd oratics for Assassin the solvent Resistance of Organic It50 War most asOer (underpass/ mounted lumina're.°Mtat 'io.fm areata"r°vie°a1intensity t4d0.20 H. Coatings Usingo °Onta mg7Igiaroee'vea°orrtz°o rteave.eitnroh,Poeea0'42ggeOesmcio oriku'olwhnballast tray, parts from am'nleaa-areal, or aluminum oo oa r:1axilum to mmm.em noainm, illwninarrce forMirr ratiowitnimthrectstul.0 . OP adequate aabelie, s oep°rtMeniceL+ a 2. 250 -watt most arm luminaire. Meet TEsw Cutoff ovine Imnam Intensity 0foot-cadle1enmIols.CdancewwM1<STIt :12akA a Q'e�fi33. PaPdenota°a mFen0nuclipreaTint0e openposition rectangular area onq 19.0 ft by when reuI properly nalevel p lin indicated m +heTeInetll'eteegf0ca the m point ihertfo ada l0044 eoore it e#Ilei fP ° ittninei he4e°on°od + o£°tlo re fitoqmnlm 2. Preva lens retainer spring a oy be fabricated fgalvanized accordance with ASTN A153. Onny5 nlCoot-candles 3. i� nylon throcd or oiapproved for all stainless steel nuts. n.30oot- aes ani0411 aetne.'' not exceed 20:1maxinum-to-minlnunM1orzantal 1 I. Provide assemblies which meet r110ninace uniformity ratio withinn g. eet IESNA off candle 2. Do not point reflectors, except when approved byhthe E 1 ne r, some surfaces may pointed with 92r. 3 measuring 220 M proo°periy P intensity a Pucioatee reflective white paint._ level bobble s0 °above the m by tong s of thhe surface area. En `re°i r ....ties 010. an`ine s £°'Iowa. i and 30.0 ft. In from the°long s of this rectangular a. °Piece r °r a niea ° in any e10 0 ft. Interval c ft. on do not a°o acre a P minimum Iphotometric°ccs comportment Y he use o rm... or vulcanized ee0n, u'Osed-cell silicone quake+, - g the It Do not exceeded 20:1 maximum ro minlmm horizontalan 0.75 � approved eythhe the mamba so the e e uniformity within rectangular 2. Prvior agile socket mounting e 'amp tamer is cone'ste4t wi+n m s. B amittea`da° alira ratio are trerw ai xru'eeaa ao ne + 'oa no+one°+riatotarretriateoa or pub'Iahe°e mtTmm.+ria b. segre i:aarr .p n roe ou a a 1 bon s g:l+era data aOmen if is ar o . a i.°pv ax,n �s'n aegreea n secmleS6 I o a ei°ee ‘271°';1',°,1.7 sada''. sea hg'gs leas io I°enei«ra°'te .I dotter Peae a. Ma "°mlde'a wP+n,n zo2'or'pab lanae nit i':aaacer00n° ve''''al'' P'xrlre eft ill ency wl+nim i of gA'lahed en141,044. Si4. ai lisembe yawith o 'amp support m addition to the Ione socket t fensureer� outer envelope is Equip einaneopticalu amed. w' J. Provide 5/32 'n. intik Im'n.l clear heat tempered or barest /care glass. Fler+rion' ah oraAaao"at. Inc r'tg TeeYng°y�or+erlece °orhFcato>°wuoi°onNceu • a CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services K. Meet he following ballast requirements an pass tests 'n accordance w' ea aTex-1130-T, Ballasts of aa' o'TneiretrenceOtUm'aaa. qMunP e° 0:.Oiinnre.ovohleor oluminun troy o4 adequate thickness. Polies, 2. P Ovide a fixture wiring diagram ° rTisolated capper wumagnetic eregula three sa a e cot' ballast. 4. Provide last factor 5n clee n s. nthe circuit v 1,: 1"ted°n loercen,daotaea }IncWfolltt,lp ring fluctuatios oa.wvli°t o ah. 440 arts 4o nominal vryratin c. 552 warts for 400 watt nominal I'°ting uinq �fin .dars aro exceed aioa of 2D e cenmtl boil bd mnuns a1na mp aT wire n lora irig!i nqmii 4iman id mi00 watt' max mum rot Is ilP Eli' in' 7. Ensure 0the ballast power foo oo, when testeda+ circuit voltage indicated i on the platy, la not leas tnm 90X. R. Permanently and clearly mark ballast or fixture +o Indicate following: g: heMeigemeh of+aer pai a0ran eci am :uadorer Egi a114g 0 1 vopta Lnd ppae ea+a 'n °ccorm4ae with Tea+ Me+had T" -""-T' m eleA'tront' iglem e0 ata 22'1'1 "E +rem�f''a'15TarTPnq Ida 0 Hiqh Preawre SaOi un Yapor 'gni tng Aasemei ea.' 1. a ting pu wit a itude q 2500 volts minhmm, 4100 vette Max... Sheet 1 of 2 e°Wlse i o t micrg7gegeda me 2250 mer AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) TXDOT SIGNALIZATION STANDARD DETAILS 0 0 .0 -m 3. Ensure 1 p lee occursextenmtM1e o°en4circu it vo tape m e ua #o or greater than 90 percent o4 peak open oh-ouit ape irlat ';‘,1.;,3 as acne. noet0e°,POatae°a',r aro tea 1010.1. ota'o„Itu 0 pulse either, 6' ni a� a+arte, a ° erposs 11304 rt. M. B° not ° e ofm°uata mceaa balloon mounted 1Mm'na'rea.°For wall inu`,°,nrfo(tulwerp°ae nrectiuminolrea, provide irovide place time-delay . nylO , parcel fuses. f '° e'rttsupply wires a 1. ..late .eP00 nY an m for N. Provide e a two using " material. 'Eno. a pna,;al,a terminal blank 'a a4 adequate 2. '.1- ei, gt °lutea h pulp flxi.re wlm s 'ate cr d�T TEES reammmendat,mla. MOY on the Terminal . Pi e°ao`Pi e.t O. z: Install MOV an the termYnal e1o'k. TexaT Department Ouvrmns of Transportation 'ADW Wean ROADWAY Y ILLUMINATION DETAILS (ROWY ILLUM LIGHT FIXTURES) RID (LUM1 ) -07 o io «.",.,n SHEE! 155 at 161 RECORD azatuwc 40. STR-895 L.:m.e - W . [ OW PRCUECI / EI3a92 b I. o 16 a a _ `so m� a_ LJol i b'a J mwsWW3 SKU Ra. 1 PM0.051; C0R14148 �^ .IIy;F "� is . � 1 ' f_ gi I(;E p _ i P1. .... - ere aifIcatmn: T. 1with approved No alternates w1 b i6eOnly only pre -quos with fixturetl Product ernatesw abe coonsidere lined p maintainsortation lixDOTI then bias. aterlal The Construction Division MST, of the Texas pr.ucers list Dear designations. Use the following webs to o View this list: s `list.nmr deof umteperreonerio Use of 'fii aamateriaabiadoe elieve rad ow at meet the o prequalified A l+Biters o Including ud ng to se shown iflatt, m y ce Insm t wi+mien Material 2. tofyted ond tested at any dih writing aed+o`which fixture from the prequalified list o£ approved fixtures will be 3. To have o fixture listed as O. Submit a sOmple of ach type o min 1 pertinent data, including published pbotmetrla a and format,ped' m both sl a of in -ave aged" dotal data recently e photometric data luminaire T%OT- TRF Ile East Riverside r, Austin,x 78704 commitmentb. to quality. Oml+tMe`i Ding dacurentoi lOn: OA/OC prams aacuZr=1! a wIM the following minium requirements, a. Written statement of the camponies 04/90 policy. trainingA/0C as their p y lob reaponsibili+y- n procceddur`eas Illy for handlingorders for fixtures built ciricatias. d. A writien procedure res built,dcertified,uand teetea0foraixoOT orders. © list+ficoeaton features far T%DOT fixtures with OA/aC person signature. O Q -� M m © O • i �� ,� 2 rieFREESE NICHOLS 78401-3717 3. Fixtureeck " - Q a r241f gicnand 6. Sockt. et, and shutoff red Groisd Pod 0 -O ignibracket T. steel �alluminum ckei`data Ground Rod 8. Bopllaat electrical ad 9. FOR THREE -WIRE CIRCUIT -CENTER GROUNDED FOUR -WIRE CIRCUIT -CENTER GROUNDED D. Photo sato` data d. cation samples, if approved, will o be tarn manufacturer but will be retained by the 0.E5 SERVED T 980V 240/480 VOLT LUMINAIRES SERVED AT 24 the for orison testing. Once fixture has ebe approved, do not en SERVICE OR LUMINAIRES FOR 1 SERVICE. AT 240V FOR 1240/480 VOLT SERVICE, OV manufacturing tmethod without. prior approval ofthe Deportment. Unapproved changes will result t in rejection luminairesof the fixture. e. In addition, specification. Luminaires that inconsistently etric information will be removed from the or thatorenslatent with 0 photometric -qualpass ified list at the discretion o£ the Department. pr UromI Ino: U,le in accordance with Test Method Tex -1110-T, "Sampling L1Oht1nq Assemblies.' NOTES: Mmufnnurer w CITY of CORPUS CHRISTI TEXAS _Deportment of Engineering Services V- :7410'6 xf a ih fun W a'ln1 e+ inq�beeli Vere tofine prolacrelocation. LrkmanshapphothlnlfiversearcJZtitotthe wrrantiea 0 Bonding 1,0-13t' d, �pei `r tl dTo`rc`e i pole of heir respective manufacturers. e.w w amps an ace s a eu © Q Use pre-quualifiedCBreakawoy Connectors for bothuT-Base and Shoe -Base a0a. nector Ia0iieg; 501151 *Olt W. of electriooa g required in the Ballast section, Provide photometric testing of fixtures. Teat fixtures Q or otNer misted for Its intended purpose Ot the I. Manufactuer Te imnufact ren, t wing re -We. (�. e. concrete, direct burin l...1 From ea run, aelect one completed fixture of 25, with a of 5. T giricaa independent test lab inspected dna approesto TxDOT. Cited cal wresting maybe a. Provide photometric report in two form,. 1. Standard averaged forrnat for asymmetric fixtures. 2. Un-overaged T showing both sides. Un -averaged data may be supplied In two files or as approved by the partment. . ProvideD electrical and photometric test data directly to TRF -1E electronically Aping f rolect. O � w s eat data for af r hlot Is approve yTNF-TE. e . Provide 1M1 ireports: . TxDOT's [ - stun -Job number, intenance amtraet number, or purchase order number the fix+urea ore assigned To, 2. a unique fixture test number er fixture, and nt it le3. date of a s ctLme m p d. rite tee unl ue lab re lnqurt r or tof Thepfixt re housing w Ensure the West retainspt Ovide he Deportment a teflon. r e. Retain reports, Io quon 1,1es,`aid other documentation. recordsdecals. Submit the De Sheet 2 of 2 f. Submit to TRF -TE a records t Deportment preport for sh1pments to eoch lob. AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) TXDOT SIGNALIZATION STANDARD DETAILS g. uotion Of Make flxtureable frrtU TxdnnTDefixture eparetment p ventaries of fixtures roducedupon request, all manufacturing stonDa adman in ispehe cifi specifications,end records ting one tracking. 2. Departmental Test Reporting. Departmental test reports will be issued In accerdonce with Text 1110-T. Texas Deportment OF Transportation T ILLUMINATION DETAILS (ROWY ILLUM LIGHT FIXTURES) RID(LUM2)-07 0x0101560( 161 MORO OWING NO. STR-895 _L We PRAIECI /EI3092 Service C 11/4. Main. PVC T° Electrical Service 1" PVC To Telephone S L / o 8 3 S tl w . 6. ..g= LJSTR-895 ie CONSULTANT'S SHEET Na PM PROTECT: CORR.. E .y 1: I �� . �5 1 / rcoc1e1terCabnet GB— • a r Yz' n MSImmA • �mmw If Bolts Ix TrxlColl - dl" ��� TOP VIEW (Slab & Base) rert5 w ry51ae I I aMmAC*"" or B exG T 'Stilt ''I„I ralFREESE BNICHOLS BOO N. Shoreline Blvd. Suite UM CABINET IduEN xYb vn. I Il—'c•�I 15°— • IiiiiiTiI�J Grade I,,1' III — _ Ir ;�� �t�I� .IM �' ��_ 108 Hf D 7 !�0 i 1 al a• 11/' Minium PVC To Electrical Service , P°P • • • -Cls She Pao I" is Telephone Service \ eC�in Round 3' cmdltt2 SIDE VIEW TOSI9eIPales CABINET (Slab & Base) t•M in BASE CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 44000 I 1-28000—{ 40.625-1 I i a� ru 0 Ili e Mesh (Se gate ID I 1 0 I n 0 Grade �I r'xz' AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) TXDOT SIGNALIZATION STANDARD DETAILS TRAFFIC SIMAL CONTROLLER ERSE:eand e MAN copper grand *Ire and at 0 lap ' foto . Me w of nim`t mlwa OBROUNO (80) I. Provide a traffic 9 ooze (cabinet ease) manufactured of 0.125 aluminum with mill finish.ground 2. (Omitted) net¢prtl°'dnd °mee arrone conductor ea en b terse..Pm.°p°` a� Vend rod from ° ...sr, In the slob. NOTES; 1. FULL WELD CONSTRUCTION. 3. The e elanoainum cabinet base Cabinet. lcorm to Ike dimenimas sawn and must accommodate rd et wire reen0zt reinforces..rave Joints mm foul ices In ei the 6 -Inch overlap. r. men batmen me Lofton me previa, o 1.1.3 Inch 4 accordance «te min.°, for Me slew nn aaer.. rite Item 421. Construct he slab aLoardace CABINET BASE m ' 3rAIy «n. r'rers Caen . ni -13 rc elal O.lf« eI in arh.n« of . seine to ,n m 1. a .. m rob a elnlmm ra19 l evf .«emit c 750 Me. 5. p Bid nn 3 -Mon conduits thrMgn Me SIM 0 tier rm.. traffic signal poles and grand boxes as stonn an edge aa,:'fife° cabinetame rift 4 cable racks one on each side : n a, iin22. M 7 • from m+I top 1 e e laImagen.a plus Mo Move M 3 Imre scums Ice Inure e t T-ehh d emm112,2 Inchesa`ine°� oto Lo I Me 1 wraps I coupling. . Terminate . oon.lts wit-, a WO., between 2 the`em of tth dslob, 1e v,• a3 C :i:inl'.'.r:"a to a ramsews to Mr..®"r° n rel ef. Secure ash a rase, to h: ba®m mcm seal ea tat eLo seal am be .emeea „„ =mi.. ills num al.a apply fa x° as I r m 1 up.seocr ec ltethrc ta°labmthe electrlmlaatelemonesemi... n to the electrical nem pale as Me elealrlosle.. the er.lw. Tel. ar tm .met not rider my Mramtaae the base or cabin, to mem out of IMir anchored position or muse my mmonent deformation. 7 m a ronotochtrer must supply cert If Motion by on IMmerglent Meting Mivuotery Or sealed by a .0.1.1Me 7. d elfhr by Inareee r by peer« t. OM the erre h h. pas. ming a 4.1 one-hole°.m °I or m«ar lm.. bInstalled,ll..«e h. ,h Lo... miles •, gage ra Mat:, r If, ,m tile pm. rb 5. h Lon to Ire concrete with a el !Icons caul° ma aid fmhma to to slob Lor Pn CeSh6T: nstructlom m 0,912ler cabinet the m far..almm.tmlla-I3xCLo1h. 15. hen 11cane caulk Load epeclfled In IteM 683.3.5 met Lo RN 133. ®f Texas Department of Transportation r da3r ass ,a, TRAFFIC SIGNAL CONTROLLER CABINET BASE AND PAD TS CF 04 oont conform M dimension. "aa met a, level. our h elm . set T5 °„''' 'rent= cry" " -,:7„ =•. ^m• �^^ I • 20. Cid -Cf m sua°,dlary te step See. •�• a•-•• tt 6(2401 157 a161 RECORD num N0. _. pry PROLCTFEI3092 016 Po g ' g w u 6 1 5 g ....... -i 11_ 114 -:. 241- _ 1 o CONSULOOS SHEET Po. FM PROJECT: COR141 48 %. -'4... 4 :in. -1V,sa , ,,,,,PV.47... •P gg ,,, Pq.\ I --A j VIZ'sl',.oll,'e'l'aZ" . GENERAL NOTES. In accordance with the findings of TADOT sponsored 0.4 moun,,n —dd . Mail), ale mounting U -bolt ilditi,WMIttl% , 1 Ye dia. tube 00ddle research, the Msfallatton of o dunning plate M accord.. with the details shown here at the end of signal mast anns of SMA and MA standard structures reduces excessive harmonic vertical vibration, and thus fatigue dam,. Any deviation pipe Sompina R 0 1,, -,,n;%'tot,., from these detal Is may reduce the effectiveness of thi$ dOMping device. EMIFREESE =NICHOLS r:r =6Mr° Location of 4 Equal Spaces Sll'i'l'en,'z'tcii nrgils°-,' -1 Aluminum sign blank for damping shall conform Mr,11 717gg'PlaqP ;4 [, 01 ir. r(-) plate to Departmental material SPecifiaotionS DgDugli. Materials for must arm manting clamp and tube saddle shall be alurnInm castings or aluminum alloys as In mocoraanoe with maranfactxreral stipulations. Mounting most orin—'' OP., PiPe nipple and coupling shall be alorinan alloY 606I -T6 or SOSS-Te. Punning ..ma 'il ( Mounting Cloqp 'ILT IC__ - --r. -121,1.,ir- 6 6 6 T tube saddle - 1 a'.): . 4-4- -f-_,-W- D 41I. plate mounding and u -bolt assemblies ehal l aantorm to Standard sheet SMUIDEM-08. U -bolts for saddle mounting shall have a minimum yield strength of 36 14411. Position centerline of damping plate to align with ,,,,,,naen.tinme r:fate she, I be mounted horizontally. g7A-77=07fggl'PeT,Z'-g g':i7gLtvere10.% ,1: -.Ter°' Iliin'InVm"pice t Damping t EriigtaZIR:"a4:7:nin Eintere' PLAN d vertical clearance requirements ore le. 'S'-TairileaH'POFSIFCTIT'o'n+Iteef'7iF,12tuaEllil.sn'g' g—g CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Support Assemblies V-0" Min 6" Vended Pack plate g,:r;ler-n?1; Saddle Spacing Mal' 4 'A" E Vs. dia square Psoa '''arimp'nVi'd'ra'n5'" b"we" s Tw.. SECTION A -A I 'All (Showing standard placement of signal head, h0c1W-7--) mounting o i =P. , I Wounding clomp U-loolt is not shown tor clorityl r f Oaten' / ri dV1 I M?4Z."i umnum S1,0h4 "ila._tr 00 a'Wlli-40d,''a"12,-4WI uV.osaddle 1UMidesnsi;JqrioZ 1alrulfm.ilinfum . e s.s6...16.sesil.,`l•ZwniR`w!S-i2nlqa %dltro e tJ!1`,7.-,w-'—Pt:',71-:" X_1 mountIng pipe “... gSZ6b6MrE6lbm.:e 1),;rd 111 giptbr''''' II 1-ni'-e«leM42,1 0 ..-6 untIne. clam0 l,-17DIP - 'S 'IT'X''' AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) TXDOT SIGNALIZATION STANDARD DETAILS - ! , Fi .,. cow., RR !77 1,9....,, Ine 7 I\ 7,i7.?.7F - -E--] •-, -- ---_ __ _ , 1..(4.,,' F -,-.°11"L , - PTI'' A Ma riEFr—* ,lE 111.01$:111) t arm SECTION B -B tehowTne damping plate attraNment, 1 -dggsl'itc.1-.-1 i , L__1 g=llate ,i.,,,,. 4- Vented Pack plate Damping 1 and sign°, 0000 00000010 ELEVATION SECTION A -A (Showing alternate placement of signal head) (Wanting olamp U -bolt is not shown for clarity, DAMPING PLATE MOUNTING DETAILS Texas Department of Transportation A/ Traffic OperatIon6 Pvt. MAST ARM DAMPING PLATE er.owtne alternate placemalt of signal head, Oft canrendad supporting assembi les to achieve required height DETAILS ratiMnd ett '1ePtt17 .e:h I Z,711 Ppf.en:cifeVp'1111° - _ MA -DPD -12 - _ sicEr 158 a 161 REM MAW NO. ST -895 -- ..- 1 ...r. In [ CM' MEV 1E13092 SIDE OF POLE (STEEL) MOUNT R10 —3e SIGN PEDESTAL POLE MOUNT EVUE7 rIc Tan ;a rEljEt RtITETagle T1.7511 BMWS. =OM:WM= '11iIIIVIOrEAC7=4110,1. CONSuLTINIM SHEET No. FM (MEC, CON19148 0 z 0 122 1— • r w &I 01 M 4.1 0– < 0 Cd 0 01 00 TRAFFIC SIGNALIZATION STANDARD DETAILS SHEEr 159ot 161 RECORD CROW NO. STR-895 COY PROJECT / (13092 ar Dec 22. 2016 - • 0•Pn rth. war‘ora.mpsvnacc STD SIGNAL DETAILS... HORIZONTAL PUNE (ARM MA% 2 RISE PER FT.) " ASTRO-MSC MODEL AB -0635 STAINLESS STEEL, OR APPROVED EQUAL 2" DIA. PIPE r \ • 'lcSIGNAL FACE CAST ALUMINUM HARDWARE (TYP.) END AND CENTER SIGNAL/SIDE OF POLE MOUNTING DETAIL 2" PEDESTRIAN PUSH BUTTON * TYPICAL: BOTTOM OF SIGNAL AT MINIMUM 16'-0" ABOVE STREET GRADE ED CUSS A CONCRETE 00601 REINFORCED EINFORCED WITH # 3 REINFORCING STEEL, NOTES: 1. SIGNAL HEADS SHALL BE "STAIRSTEPPED MOUNTED" ON MAST ARM. TO MAINTAIN EQUAL VERTICAL CLEARANCE. 2. CLAMP AROUND AND SUPFITTER TYPE MAST ARM ATTACHMENTS MAY BE USED, WITH APPROVAL OF ENGINEER. 3. REFER TO INTERSECTION PIAN NEW AND MATERIAL LIST FOR HUMBER AND LOCATION OF TRAFFIC SIGNAL AND PEDESTRIAN SIGNAL ADS. PLAN VIEW APRON CONCRETE ELEVATION VIEW APRON FOR GROUND BOXES ( WHERE REQUIRED BY PLAN NOTES ) VIEW A -A COVER SECTION DETAIL 1. GROUND BOXES SHALL BE MANUFACTURED FROM POLYMER CONCRETE AS CALLED FOR IN SPECIFICANONS. 2. MINIMUM (( 'ASID) DIMENSIONS (L%W%H) FOR TYPE C (13 i24 TYPE 0 17%30-)))))) 3. RPM GROUND BOX SHALL BE DESIGNED FOR 020,800 POUND (PASHTO H-20) SINGLE WHEEL LOAD OVER A x 20" AREA N ACCORDANCE WITH AASHTO SPECIFICATIONS. 4. COVER SHALL BE POLYMER COE BOLT -DOWN WITH3 NC FEMALETHREADS SHALL (NCRETPLACED ON DTHE UNDERSIDE OF THE COVER. COVER SHALL BE BONDED TO GROUNDED CONDUCIDR WI10 THREE FOOT JUMPER, BLACKBURN TTC4 OR BURNOY NC22B2 CONNECTOR AND SPLIT BOLT CONNECTOR. 5. THE COVER SHALL BE PROVIDED WITH A DROP HANDLE AND SHALL BE HELD DOWN BY MEANS OF ONE OR MORE BOLTS. B. EACH PULL BOX SHALL HAVE ONE 3' A 4" (APPRO%IIMTE DIMENSIONS) CONDUIT OPENING AT EACH END. 7. THE PULL BOX k COVER SHALL BE GRAY OR BUCK IN COLOR. B. THE PULL BOX k COVER SHOWN ON THIS DRAWING ARE GES EXAMPLES -ONLY. PULL BOXES k COVERS OF OTHER IGN WHICH MEET THE REWIREMENTS IN THESE NOTES WILL BE DEEMED ACCEPTABLE. 9. A MINIMUM GRAVEL FILL OF 18 INCHES SHALL BE PUCEO UNDER EACH GROUND BOX. 10. WHERE INDICATED ON PLANS, GROUND BO% WILL BE ENCASED N CONCRETE APRON AS DETAILED. PULL BOX DETAIL DATE 0099) CONSULTANT'S SIEET N0 FNI PROJECT: COR141413 TA I TRAFFIC SIGNALIZATION STANDARD DETAILS slier tu d 161 RCC0.R0 009180 N0 STR-895 COY PROJECT 1(13092 8 5_ Sm HE. Dec M. 2016 - 4,06, Lkor: elks Dic NNIE,Draninps NILE EIS SIGNAL DE TAIL.S(03keiwg R609 ILSN STREET NAME SIGN AS PER SPECIFICATIONS BACKBRACE SLIDER PELCO U—BOLTS (ANY 5/I6-18 UNC BOLTS MAY BE USED ELECTRICAL TERMINATION (WIRING NOT SHOWN) NOTES: TYPICAL MOUNTING CONFlGURABON (OTHERS POSSIBLE) ELECTRICAL CONNECTIONS HIDDEN FOR CIARRY TYPICAL STREET NAME SIGN MOUNTING DETAIL EXPLANATION OF DESCRIPTION ILSN SIGN NOTES: 1. EIGHT FOOT ILSN SIGN SHALL NOT EXCEED 11.5 SOFT. EFFECTIVE PROJECTED AR. (EPA) AND SHALL NOTEXCEED A WEIGHT F 85 L.. SIX FOOT ILSN SIGN SHALL NOT EXCEED �SO.R. EPA AND SHALL NOT EXCEED A WEIGHT OF 70 LBS. 2 MESSAGE SHALL BE AS SHOWN ELSEWHERE IN THE T ARM PELCO ASTRO—BRAC AS -3009 STAINLESS STEEL CABLE MOUNT INTERNALLY UGHTED STREET NAME SIGN N LEN�H; B ORB SINGLE OR DOUBT£ FACE ILSN Sign 6 5 CONSLLTMRS SHEET No. FN PROJECT. COR16168 0 N 0 Z O m W N 0 0 >a S O 0 D Z W 0 TRAFFIC SIGNALIZATION STANDARD DETAILS 91E60161 o1 161 RECORD MAIM NO. STR-895 CRY PRHJCC! / (13092 00 9101 ADDENDUM NUMBER 1 Project: Owner: City Engineer: Designer: Ayers Street - Ocean Drive to Alameda Street (Bond 2014) Project Number: E13092 City of Corpus Christi J.H. Edmonds, P.E. Freese and Nichols, Inc. Addendum No. 1 Specification Section: 00 9101 Issue Date: January 23, 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 Farm may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: Nicholas A. Cecava, P.E. January 23, 2017 Name Date Addendum Items: Article 1: Revised SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM —Attachment 1. ARTICLE 1-- BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA pF T11)f * ; /\ * , MCHOLAS A. CECAVA i i • �3-7397391 •'4�� 1-23-17 FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-7144 (Firm Name & Registration Number] A. Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM: DELETE: SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM in its entirety. Addendum No. 1 Ayers Street - Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 OD9101-1 Rev 01-13-2016 ADD: SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM in its entirety (Attachment 1). ARTICLE 2 — MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS. None in Addendum 1 ARTICLE 3 - MODIFICATIONS TO THE DRAWINGS None in Addendum 1 ARTICLE 4 — CLARIFICATIONS None in Addendum 1 END OF ADDENDUM NO. 1 Addendum No. 1 Ayers Street - Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 009101-2 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: 2:00 P.M. on Wednesday, February 15, 2017 for Ayers Street — Ocean Drive to Alameda Street (Bond 2014) — Project No. E13092. 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 - Ayers Street — Ocean Drive to Alameda Street (Bond 2014) — Project No. [13092 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: Bid Acknowledgement Form Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. [13092 Addendum No. 1 Attachment No. 1 Page 1 of 6 003000-1 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. Bid Acknowledgement Form Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 Addendum No. 1 Attachment No. 1 Page 2 of 6 003000-2 Rev 01-13-2016 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and 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 Bid Acknowledgement Form Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. [13092 Addendum No. 1 Attachment No. 1 Page 3 of 6 003000-3 Rev 01-13-2016 responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder. The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non -conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. ARTICLE 6 — TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within '' `;e 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 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. Addendum No. 1 Attachment No. 1 Page 4of6 Bid Acknowledgement Form 00 30 00 - 4 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. [13092 Rev 01-13-2016 ARTICLE 8 — DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9 — VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County, Texas for any legal action. ARTICLE 10 — SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 Addendum No. 1 Attachment No. 1 Page 5 of 6 003000-5 Rev 01-13-2016 ARTICLE 11— BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: By: Name: Title: Attest: (typed or printed full legal name of Bidder) (individual's signature) (typed or printed) (typed or printed) State of Residency: Federal Tax Id. No. Address for giving notices: (individual's signature) Phone: Email: (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 Addendum No. 1 Attachment No. 1 Page 6 of 6 003000-6 Rev 01-13-2016 00 9101 ADDENDUM NUMBER 2 Ayers Street - Ocean Drive to Alameda Street (Bond Project: 2014) Owner: City Engineer: Designer: City of Corpus Christi Pr..: ct Number: E13092 J.H. Edmonds, P.E. • Freese and Nichols, Inc. Addendum No. 2 Specification Section: 00 9101 Issue Date: February 10, 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: Nicholas A. Cecava, P.E. February 10, 2017 Name Date Addendum Items: Article 1: - Bidding Requirements — Attachment 1 Article 2: - Modifications to the Specifications or Technical Specifications — Attachment 2 Article 3: - Modification to the Drawings —Attachment 3 Article 4: - Clarifications ARTICLE 1— BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA 1 ,Pc.' OF' Te Ie ,vf .A-%S,,40� 0' NICHOLAS A. CECAVA i 0 • or 0 ▪ 97391 ; i�: Vs ▪ ...ENS G\� Z-10• 17 FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 [Firm Name & Registration Number] 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 Ayers Street - Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 00 9101-1 Rev 01-13-2016 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS: DELETE: SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS in its entirety. ADD: SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS in its entirety (Attachment No. 1) ARTICLE 2 — MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS. 2.01 MODIFICATIONS TO TECHNICAL SPECIFICATIONS A. SECTION 34 41 16.23 — TRAFFIC SIGNAL CABINET AND ASSEMBLIES 1. PART 2 — PRODUCTS a. Paragraph 2.4 ADD: 2.4 B. Controller Unit must have the latest software revision installed B. SECTION 34 41 16.33 — TRAFFIC SIGNAL CONTROLLER UNIT 1. PART 2 — PRODUCTS a. Paragraph 2.2 ADD: 2.2 B. Controller Unit must have the latest software revision installed 2.02 MODIFICATIONS TO APPENDIX A. APPENDIX D — SIGNALIZATION STANDARD PRODUCT LIST 1. DELETE: Signalization Standard Product List (2 pages) 2. ADD: Revised Signalization Standard Product List (2 pages) (Attachment No. 2) 3. DELETE: EDI (Eberle Design Inc.) — SmartMonitor — MMU-16LEip with 10/100 Mbps Ethernet Port 4. ADD: EDI (Eberle Design Inc.) — SmartMonitor — MMU2-16LEip with Ethernet Port (Attachment No. 2) 5. DELETE: EnGenius — Dual Band Wireless Ruggedized N600 Outdoor Access Point (ENH710EXT) 6. ADD: Intuicom — BroadBand Solutions 5GHz (Integrated) (Attachment No. 2) 7. DELETE: L -COM - Hyperlink Wireless Brand 2.3 GHz to 6.5 GHz Broadband 8 dBi Radome Enclosed Log Periodic Antenna (HG2458-08LP) Addendum No. 2 Ayers Street - Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 009101-2 Rev 01-13-2016 ARTICLE 3 - MODIFICATIONS TO THE DRAWINGS 3.01 MODIFICATIONS TO THE DRAWINGS A. DELETE the following drawings: Deleted Drawings Sheet 4 of 161— General Notes Sheet 23 of 161— Existing Waterline and Wastewater Basemap B. ADD the following drawings: Added Drawings Sheet 4 of 161— General Notes (Attachment No. 3). Sheet 23 of 161— Existing Waterline and Wastewater Basemap (Attachment No. 3) ARTICLE 4 — CLARIFICATIONS 4.01 QUESTIONS AND ANSWERS A. Question: Will recycled crushed concrete flex base meeting DOT 247 (Type A Grade 1) specifications be allowed as an alternative aggregate on this project? Answer: Although a suitable material to be added to future Bond street projects, crushed concrete base is not recommended by the city for this project, at this time. B. Question: Cured in Place Pipe specification allows only for water cure. Will alternative curing methods be allowed? Answer: Alternate methods will be considered based on a change proposal submitted by the Contractor for City review. C. Question: Cured in Place Pipe specification does not allow for enhanced materials calculation in the physical properties in determining wall thickness, only the Table 1 DR calculation. Will physical properties calculations according to ASTM F-1216 be considered when determining wall thickness of the liners? Answer: Yes, the City will consider alternate wall thickness calculations based on a change proposal submitted by the Contractor for City review. Addendum No. 2 Ayers Street - Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 009101-3 Rev 01-13-2016 D. Question: Since the deflections of all sizes call for ductile iron pipe, and the ductile iron extends beyond the 45 bend on each side of the deflections, are you going to include a bid item for a transition coupling to transition between C900 and ductile iron pipe? There are quite a few of these, and I want to be sure to account for the cost of this material which is not called out in the bid summary. Answer: Transition couplings should be considered subsidiary to the unit prices for waterlines. See General Note F7 on Sheet 4 of 161 (Attachment 3) E. Question: Is Ayers Street designated as an arterial or collector street? Answer: Ayers Street is an arterial roadway. F. Question: Can low profile barriers be considered a pay item? Answer: No. Low profile concrete barriers are subsidiary to the pay item for Traffic Control as per Technical Specification 025802 (MOD) — Temporary Traffic Controls During Construction. G. Question: Special Note #1 on sheet 4 says that the contractor is to backfill city gas lines and this will be no direct pay. Can the City establish a bid item for compaction of gas lines? Answer: Special Note #1 on Sheet 4/161 will remain unchanged and will not be a pay item. The existing gas lines within the limits of the project are noted on Sheet 24/161 and are also noted in the plan and profile sheets. The location and elevation of the existing gas lines can be reviewed in the drawings and Appendix B of the Contract Documents. H. Question: Are contractors required to bid on the additive alternates? Answer: Yes. The Bidder is required to submit bids for all Additive Alternates #1, #2, and #3. Any Bid submitted with a "No Bid" on Additive Alternates #1, #2, and #3 may be considered a non-responsive Bid. See revised Section 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS (Attachment 1) I. Question: For the temporary signalization required at Ayers and Santa Fe, does the City want temporary detection or time base coordination? Answer: Contractor will provide temporary detection END OF ADDENDUM NO. 2 Addendum No. 2 Ayers Street - Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 009101-4 Rev 01-13-2016 ADDENDUM 2 ATTACHMENT 1 SHEET 1 OF 10 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: Ayers Street — Ocean Drive to Alameda Street (Bond 2014) Project No. E13092 A. The proposed improvements include hot mix asphalt pavement, concrete curb and gutter, concrete header curb, concrete driveways, ADA —compliant sidewalks and pedestrian facilities, water distribution, wastewater collection, and storm water drainage improvements. Additional work items included with the project are traffic signalization, pavement markings, signage, traffic control and sequencing, and IT and street lighting conduit, and coordination with franchise utility owners and City Departments on existing utilities. The project includes three additive alternates for the reconstruction of wastewater manholes and wastewater mains ranging in size from 15" to 24". 2.02 The Engineer's Opinion of Probable Construction Cost for the Project Base Bid is $6,640,000. The Project is to be substantially complete and ready for operation within 360 days. additional time will be allotted for any Additive Alternate. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports, or other information relevant to submitting a Bid for the Project. ARTICLE 3 — DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than 2:00 P.M. on Wednesday, February 15, 2017 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. Invitation to Bid and Instructions to Bidders 00 21 13 - 1 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 Rev 01-13-2016 ADDENDUM 2 ATTACHMENT 1 SHEET 2 OF 10 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 — Ayers Street — Ocean Drive to Alameda Street (Bond 2014), Project No. E13092 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. 3.05 Bids will be publicly opened and read aloud at 2:00 P.M. on Wednesday, February 15, 2017, at the following location: City Hall Building City of Corpus Christi 3rd Floor— Parks and 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. ARTICLE 4 — PRE-BID CONFERENCE 4.01 A non -mandatory pre-bid conference for the Project will be held on 9:30 A.M. on Monday, February 6, 2017 at the following location: City Hall Building — Engineering Services Conference Room 1 or 2 3rd 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. Invitation to Bid and Instructions to Bidders 00 21 13 - 2 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 Rev 01-13-2016 ADDENDUM 2 ATTACHMENT 1 SHEET 3 OF 10 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 related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 7 — INTERPRETATIONS AND ALTERNATE BIDS 7.01 Submit all questions about the meaning or intent of the Contract Documents, Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 7.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. Invitation to Bid and Instructions to Bidders 00 21 13 - 3 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 Rev 01-13-2016 ADDENDUM 2 ATTACHMENT 1 SHEET 4 OF 10 7.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 8 — BID SECURITY 8.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi, Texas in the amount of 5 percent (5%) of the greatest amount bid. 8.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of Bid Bond as an attachment to their bid. Cashier's check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents, the bidder's name and the job name and number and delivered as required in Article 3 below. 8.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition, that the Owner will be paid a sum equal to 5 percent (5%) of the greatest amount bid if, within 10 calendar days of Notice of Award of the Contract, the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Invitation to Bid and Instructions to Bidders 00 21 13 - 4 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 Rev 01-13-2016 ADDENDUM 2 ATTACHMENT 1 SHEET 5 OF 10 Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. ARTICLE 9 — PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 9.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 9.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 10 — CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place "confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of "confidential" documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11— MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days, thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Invitation to Bid and Instructions to Bidders 00 21 13 - 5 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 Rev 01-13-2016 ADDENDUM 2 ATTACHMENT 1 SHEET 6 OF 10 Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. ARTICLE 12 — BIDS REMAIN SUBJECT TO ACCEPTANCE 12.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 13 —STATEMENT OF EXPERIENCE 13.01 The three lowest Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 14 — EVALUATION OF BIDS 14.01 The Owner will consider the amount bid, the Bidder's responsibilities, the Bidder's safety record, the Bidder's indebtedness to Owner, the Bidder's capacity to perform the work and/or whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ARTICLE 15 — AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non -conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 15.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. 15.03 The Bidder is required to submit bids for all Additive Alternates #1, #2, and #3. Any Bid submitted with a "No Bid" on Additive Alternates #1, #2, and #3 may be considered a non- responsive Bid. Invitation to Bid and Instructions to Bidders 00 21 13 - 6 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 Rev 0143-2016 ADDENDUM 2 ATTACHMENT 1 SHEET 7 OF 10 15.04 Method of Award: A. The Bids will be evaluated based on the following order of priority, subject to the availability of funds: 1. Total Base Bid -OR- 2. Total Base Bid plus Additive Alternates #1 and #3 -OR- 3. Total Base Bid plus Additive Alternates #2 and #3 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 responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. Invitation to Bid and Instructions to Bidders 00 21 13 - 7 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 Rev 01-13-2016 ADDENDUM 2 ATTACHMENT 1 SHEET 8 OF 10 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 CIO and to determine if you need to file a Form CIO, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 23 — CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. ARTICLE 24 - REJECTION OF BID 24.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security, with Power of Attorney, submitted as required by Article 7. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre -Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. Invitation to Bid and Instructions to Bidders 00 21 13 - 8 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 Rev 01-13-2016 ADDENDUM 2 ATTACHMENT 1 SHEET 9 OF 10 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 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 Invitation to Bid and Instructions to Bidders 00 21 13 - 9 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 Rev 01-13-2016 ADDENDUM 2 ATTACHMENT 1 SHEET 10 OF 10 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 00 21 13 - 10 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 Rev 01-13-2016 City of Corpus Christi Signalization Standard Product List 1. Wavctronix SmartScnsor Advancc Part Numbcr WX SS 200V Standard backplatc WX SS 200V 002 Full rotational backplatc WX SS 200VR Rctrofittcd scnsor with :standard backplatc WX SS 200VR 002 Rctrofittcd sensor with full rotational backplatc 2. Wavetronix SmartSensor Matrix — Part Number — WX-SS-225 and recommended accessories 3. Wavetronix "Click 650" Cabinet Interface Device 4. Alpha Technologies — FXM 2000 — Rugged UPS Module 5. Cisco IE 4000 Ethernet Switch and Power Supply 6. Nema TS2 Type 1 Traffic Signal Controller Cabinet; Henke Enterprise, Manufacturer 7. Econolite — NEMA TS2 Fully -Actuated ATC Controller — Cobalt ATC1000 8. Vivotek — Speed Dome Network Camera SD 8364E/64E-MP 9. Vivotek — AM -311 Pole Mount Adapter 10. Vivotek — AP3001 11. Digi —AC Power Supply— Part Number 76000736 12. Digi — Port Server TS 4 H CC MEI —4 -port 13. MOXA — VPort 364A -T 14. Astro Sign-Brac, Tallon Cable Mount for Overhead Street Name Signs: AB -0635 stainless steel 15. DELETE: EDI (Ebcrlc Dcsign Inc.) SmartMonitor MMU 16LEip with 10/100 Mbps Ethcrnct Port (DELETE) ADD: EDI (Eberle Design Inc.) — SmartMonitor — MMU2-16LEip with Ethernet Port 16. Polara — Navigator APS EZ Communicator - 2 -Wire System 17. Delta - CIiQ DIN Rail Power Supply with conformal coating on PCBA (DRP012V015W1AZ) ADDENDUM 2 ATTACHMENT 2 SHEET 1 OF 5 18. Acyclica, Inc. — Road Trend sensor with Skywave Antenna 19. Quazite Hubbell Ground Box 20. Signal Heads 21. Duralight - LED Internally Illuminated Street Name (ILSN) Sign 22. Duralight - JXM-400VIEIL Series Countdown Pedestrian Lamps 23. DELETE: ADD: Intuicom — BroadBand Solutions 5GHz (Integrated) 24. L -COM — Hyperlink Wireless 2.4 GHz 3 dBi Mini -Mobile Wireless LAN Antenna (HG2403UR-NFBx) 25. DELETE: L COM Hyperlink Wircicss Brand 2.3 GHz to 6.5 GHz Broadband 8 dBi Radomc Encloscd Log Pcriodic Antcnna (HG2158 08LP} ADDENDUM 2 ATTACHMENT 2 SHEET 2 OF 5 Complies With The New NEMA MMU2 Standard and MUTCD Requirements SmartMonitor MMU2-16LE SERIES NEMA LCD MALFUNCTION MANAGEMENT UNIT • MMU2-16LEip with Ethernet Port MMU2 16LE with EIA 222 Port Whether you're a NOVICE or EXPERT Signal Technician, wouldn't it be great if you could: ❑ Use a built-in SETUP WIZARD to quickly and accurately configure the Signal Monitor to the exact requirements of the cabinet and intersection? ❑ Use a MENU DRIVEN LCD interface to view vital cabinet operational details such as field signal voltages, historical event logs, and monitor configuration data? ❑ Use a built-in DIAGNOSTIC WIZARD to automatically diagnose cabinet malfunctions and pinpoint faulty signals? If your answer is Yes, the MMU2-16LE SmartMonitor® is for YOU! NEW MMU2-16LE SmartMonitor° ENHANCED FEATURES NEMA TS2-2016 Standard: NEMA Standard Flashing Yellow Arrow PPLT: Standardized Communications: Full Intersection & Status Display: Event Logging: Setup Wizard: Diagnostic Wizard: and Help System TS -1 Type 12 with SDLC Mode: Program Card Memory: Signal Sequence History Log: LEDguard®: EDI RMS -Engine: ECcom PC Software: The MMU2-16LE SmartMonitor® meets all specifications of the NEMA Standard TS2-2003 (R2008) for the MMU2 configuration while maintaining compatibility with NEMA TS1-1989 Assemblies. The MMU2-16LE SmartMonitor® supports MUTCD Flashing Yellow Arrow PPLT operation and meets / exceeds the NEMA Standard MMU2 requirements of TS2-2016 FYA, providing modes for both TS -2 or TS -1 cabinet configurations. Real-time SDLC communications with the Controller Unit exchanges field input status, Controller Unit output status, fault status, MMU programming, and time and date. Two high contrast, large area Liquid Crystal Displays (LCD) continuously show full RYG(W) intersection status. A separate graphic LCD provides a menu driven user interface to status, signal voltages, configuration, event logs, and the Help system. A time -stamped nonvolatile event log records the complete intersection status as well as AC Line events, configuration changes, monitor resets, temperature and true RMS voltages. Use the built-in Setup Wizard to configure the Nema Enhanced settings of the SmartMonitor® by answering a short series of questions regarding intersection design and operation. The Diagnostic Wizard automatically pinpoints faulty signals and offers trouble -shooting guidance. The integrated Help System provides context sensitive operational assistance. The MMU2-16LE SmartMonitor® can be configured to operate with the Port 1 SDLC function and Diagnostic Wizard enabled in a TS -1 twelve channel cabinet with no cabinet wiring changes. Enhanced settings of the MMU2-16LE SmartMonitor® are stored in nonvolatile memory on the EDI Program Card. Moving the Program Card to another MMU2-16LE automatically transfers all settings. The five Signal Sequence History logs stored in nonvolatile memory graphically display up to 30 seconds of signal status prior to each fault event. This EDI innovative signal threshold technique can be used to increase the level of monitoring protection when using LED based signal heads. A DSP coprocessor converts AC input measurements to True RMS voltages, virtually eliminating false sensing due to changes in frequency, phase, or sine wave distortion. Access to the MMU2-16LE data is provided by the industry standard EDI ECcom Windows based software for status, event log retrieval, configuration, and data archival. EBERLE DESIGN INC. t\EDI 3510 East Atlanta Avenue Phoenix, AZ 85040 USA www. EDtraffic . com MMU2-16LE Catalog Sheet -111616 Tel (480) 988-8407 Fax (602) 437-1996 ADDENDUM 2 ATTACHMENT 2 SHEET 3 OF 5 Designed, Manufactured and Tested in the United States of America ISO 9001:2008 Registered SmartMonitor and LEDguard are registered trademarks of Eberle Design Inc. U.S. Pat 7,246,037 & 9,460,620 Broad Band Solutions 5GHz 5.150-5.825 GHz BROADBAND SPECIFICATIONS OVERVIEW The Intuicom 5GHz BroadBand Solution provides the highest data rates along with the most robust industry -established security features. Designed for high bandwidth and long range industrial applications, the 5GHz BroadBand Solution provides a full -featured enterprise class transceiver. FUNCTIONALITY AND FLEXIBILITY Utilizing best -in -class OFDM-based technology along with the 802.11a industry standard, the 5GHz Broad - Band Solution leads the marketplace in performance and efficiency. Implementing dynamic modulation techniques and auto -optimizing bandwidth allocation, the 5GHz BroadBand Solution is inherently resistant to interference from other RF equipment. With robust environ- mental specifications and security that includes, WPA, WPA2 (802.11i), MAC and RADIUS authentication, the 5GHz BroadBand Solution provides superior "real world" throughput and performance. BROADBAND PRO SOFTWARE With Intuicom's BroadBand Pro' soft- ware, configuring a wireless solution has never been easier. Intuicom's set-up makes getting operational a straight -forward and simple process. The 5GHz BroadBand Solution includes utilities for site survey, antenna align- ment, and auto discovery. With proven performance in dense RF environments, Intuicom's wireless networks power through the congestion to provide reliable data transport where other technologies fall short. Intuicom's BroadBand Pro software provides real-time access to the status of an Intuicom networkfrom a single screen. ADDENDUM 2 ATTACHMENT 2 SHEET 4 OF 5 KEY FEATURES • Up to 108Mbps • 20+ mile range (LOS) • Extensive Security options including WPA, WPA2 and MAC/RADIUS authentication • 802.11a compatible • OFDM technology • Single Unit OperationTM: any unit may serve as an Access Point, Repeater, Remote and Mesh • IP67 and NEMA exceed- ing environment specifica- tions • Complete Utility Suite to simplify set-up and operation • Available as: Integrated Antenna, Stand Alone and Access Point Cluster APPLICATIONS • Security Systems • Video Surveillance/ Monitoring • High Speed Backbones • T1/EI Replacement • Mobile Data & Remote Access • Mesh Networking • Remote Sensor Data Collection • Backhaul connectivity to legacy networks To learn more about Intuicom BroadBand Solutions and how to make your applications more productive, please contact us at: info@intuicom.com or call 303.449.4330 Tntuicom Wireless Solutions REGULATORY AGENCY CERTIFICATION BroadBand Solutions 5GHz 5.150-5.825GHz BROADBAND SPECIFICATIONS &GENERAL SPECIFICATION WIRELESS INTERFACE Frequency Range Integrated Stand -Alone Access Point Cluster Size 8.2" x 5.9" x 2.3" w/ antenna 11.0" x 9.7" x 4.7" 12.5" x 9.3" x 5.8" Weight 4.3 lbs. 2.8 lbs. (1 unit) 7.9 lbs. Power Requirements 10-28 VDC 10-28 VDC (up to 2 units) 38-56 VDC (4 units) Number of Radio Units 1 unit up to 4 unis 4 units Antenna Type Panel (28 dBi) Panel, Sector, Parabolic Sector Environmental -45 to +85°C (IP67) -45 to +85°C -45 to +85°C WIRELESS INTERFACE Frequency Range 5.150 - 5.825GHz Peak Transmit Power 28 dBm (600 mW) Receive Sensitivity -94 dBm to -74dBm Channel Widths 5MHz, 10MHz, 20MHz, 40MHz Modulations OFDM, BPSK, QPSK, 16QAM, 64QAM Protocols 802.11a, Proprietary Bursting Compression Dynamic Ack Timeout TLS EAP Method Passthrough EAP Method Hardware Retries Preamble Mode Periodic Calibration Disconnect Timeout Onfail Retry CSMA Disable Station Channel Scan List 802.11 i-WPA-PSK 802.11 i-WPA2-PSK 802.11 i-WPA-EAP 802.11 i-WPA2-EAP 802.11 i-TKIP 802.11 i -AES -CCM 802.11i -802.1x 802.11i-RSN Radius Authentication MAC Access Control List FCC Part 15.247 Industry Canada RSS-210 RoHS Compliant Note: Specifications subject to change without notice. Visit www.intuicom.com for updates. ® 2016 Intuicom, Inc. Revised 03.07.2016 INTUICOM INC. 4900 NAUTILUS CT., STE. 100 • BOULDER, CO 80301 • USA T: 303-449-4330 • F: 303-449-4346 E-mail: info@intuicom.com • www.intuicom.com 1 IEEE NETWORKING FEATURES 802.11e WMM and OOS 802.11h DFS and TPC 802.1d Ethernet Bridging 802.1p Traffic Prioritization 802.1q VLAN 802.1s Spanning Tree 802.1w Rapid Spanning Tree 802.3-1998 Ethernet 802.3ab Gigabit Ethernet (3 and 4 Radio Units) 802.3ac Extended Frame Size for 802.1q a 802.1p Support 802.3ad Link Aggregation/Port Bonding/Port Trunking 802.3i 10 Mbps Ethernet 802.3u 100Mbps Ethernet and Auto -Negotiation 802.3x Full Duplex and Flow Control OSPF FTP / TFTP HTTP Telnet SSH SNMP Syslog Routing Firewall / NAT NTP VPN DHCP Server / Client BROADBAND PRO SOFTWARE IP Discovery Tool Local or Remote Configuration Network -Wide Diagnostics Bandwidth Test Tool Spectrum Analysis / AP Scan Tool Real -Time RSSI Client Connection Quality Audio Aiming Tool Configuration File Management INTUICOM RADIOS REQUIRE PROFESSIONAL INSTALLATION ADDENDUM 2 ATTACHMENT 2 SHEET 5 OF 5 r1 Nntuicom® Wireless Solutions GENERAL NRTFR A 2120101011 147FarTED MEM.. STREET DIMENSIONS SHOWN ON ME PUNS ARE M ENCIT ED STROCTURES IN ACCORDANCE W. SPECIFICATION SECTION 021080 OF coNsraucnox. VOICH M. EXTEND BEYOND THE RCM -OF -19W THE PROJECT. 3. -STREET ExCAvATON IS ...ED FROM MC FOOT ECM. PROPOSED CURB TO ONE MOT BEHIND THEROPPOSRE ppPRTOSED COM -ava, Tau-tra.r..Tat7R, a7o.:2 FREE Of M. 'PD, ROCK FRAGMENTS. OR OM S S. MEREIEttli'AZNP+07N:CliElai4:TVT7BrCOT. MESE CUTS SNELL E.-717,4= """"7 :"?."°Vg 0=7117111=0"171TrLOW2A2"11=0 ON THE MAXIMS. 7.11PACLE0 TO NOT LESS MOM L.Sp plrE. IX ACCORD": WITH 10. HOT MX ASPHALTIC ""''''BETAK2/2'70'12ROTECT CURFIIITER°R 77'.AND 011ifircti'CREIE“'"''SURFACES '7CO'ZTTIFP'FL'ITIFSTI'INIFIEVRIM471 raft" VIC "TEK31•".421C111rOCEOT.T.I'Llr.=21' o nROJEWAYS *100 qDFAVil 05 p=1../W.S SIAM. BE AS SHO. ON MTV OF CORPUS mom 7503103R0 DRIVEWAY. FAC AR NO7 OTILLEOPLAI% tPgr S DOWELS SHALL BE SPACED . IF .CMIRED. MLL EC DETERMINED IN ME KEKocm cuRc KoR E7.2 FOR MEV, BUT IS INCLUDED ':14."""lic7j r'n 212 trgAIIItril 11. U7ITA7127' nrEAPBETNE'' riUMTBACK OF CURB NM R.O.W. L. SHALL DE CAMEO. TRIED MO ETU. SODDED. C. CURB AM GUTTER amt..a....aarraartraz °THEM= BY THE 2. NKR MATCHING NEVI 6- CLWN MITER TO EMT. 3. MM. IKE GUTTER SLOPE 11TALL EC 10 M.' SOOMH DOWELS SNELL BE rola JrZIE,OFX.,„.. TAZ„,.. TT:1,0,N SZAMLAE.E MINNOW UTIURFS ARO STORM WATER "F"'"' 71.'''',M,r7,,,TrIE4frosorro.:=rs 74. INCLUDES. eur is NOT LwrrED VINO CAS PRODUCT %M.S. 'EIDER OPTIC 2=AIPRLI FAEUEOLY.' C OMPL ET E „ESS OF TNE CONTRACTOR, SOLE AND COMPLE LIMMES SHOULD a iausmo nriZipos'rn PEPE' - -WA77. AT4g71?"41 =CM ."22227 Tor„razor oo - ErEflanin,E,FgEs7`5"-c=-.."- EfWaSPirlt. ritil'AFT:"274' '"E FligiLTS7PPR ERETDEC:2 SHNI SI 0 SUBSIOLMY 17.37. Al THE EC CAM-M-PLA.CE OR PR.., REINFORCED cm.. CONCRETE MIR CAST -IN -PUCE JUNCTION PSI MIME/ COMPRMSNE sm.+ Al 20 DA.. CONCRETE PIPES AND MOE CUD/ERNS MAY BE PREGST SECTORS OR E PPNTRACTOR, onotr. NO SEPARATE PAYMENT WILL 10. MOLES. BEN '''' REINFORCED CONCRETE PIPES AND NOM CULVERTS artip'" " 7170.1H"r 2:3EPRES 021'37012%31,1"... 117InE ::Rrc....''T .11.04 MN.. 13. ALTrPENTECZTICTS STIALL'"" '"DE ENCLOSED WEN HICH-DENSCE. pp,pppmPOLTETIMENpappp,pE •,,p-fT, . NM DRUMS. ' 4TIA;M:Fl. '7F7E,VFJP:p1232;1"'ETTY:21211174111.;.UVAM9OLIIITZEES I'MPE"10 rOLVEST'11/ ND MR SEPA.ELY. E. ALL PIPES. LITM OTNERYLL°EllETEINGED "BY LT% CONIZTOR BEorAREO mc cnrs SATSFACITOI, NO awn., Fon.etr TO '71'6;70= TVE'llAWCIrrH --..74.aaaaag.TIZZIr RESTORATION ALONE ENSURE PA T ME SMIEDLEED FOR.SUBSEOUENT rpCOXTRU REPLACEMENT OF RASE COURSE WM LOW E TREATMENT ON TOP Of THE W727.%".11.7.clf:71 14"'t47:'141, 19. EXCEPT M .c.,,TP SHALL 2241"E""CONSIDEREO sAsto= NOT BE REQUIRED Ai STRAIT (NON-SKFWEEOT .&":17PZIFF.1.1 ' OREM, 611.1T1'HAVIITE' SUB M FOR PAWN!. PIPE 70trig"T'fltr CROOvE CONNECTIONS OF SAME ROITHTS'IIITINMPT.Ig ITOIS IT NAY BE ASSOMTED .23.:11EVEWORARY OZAL,L„. "MAY TEOUIREVP0F. P.P. OF' 1111apENSTIN zr WATER SYS.. NO M.O. PAYMENT 24. ZI„„„TRAFOR SHALIPZIrE 6. CEMENT-STAMILt. S. ODOM BENEATH ALL NE AMMON. PAMEN7 Xi BE mmr1T max= tOri THIS SUI2912"Ar. 2771i'77:212724.rNE"10( irEZVIS' 7U CONTRACTOR St'TLERLL s'E'T =a?" 27. CONTRACTOR SNAIL COORLIPIATE WITH REA; °:iF, CISLIWYOY FECONAgr"E' 2B. CT IS LOCATED 0 e "'" To on. SEP TEL E-69506051 ABNOTEDE. SERVCES BE COMPLETE, REMOVED AND CAPPED AT ME INUN OR 2. =ER ELLIE PVC IME NOR MICE. IRON PIPE SRN/ BE USED FOR WAMMATER 2r1=R2T12rE'00 00 100013 flE=TX:=,`=. gr.r.% ,7.14= tgazorznra.. TIM'crg GRADE =11'LLWILIVERZECON""TZOrFORTE22roZPU"RLO Of NialiEbAZIXL=OrCATElaron1rotsA LICKEFISIL'LF;Ci0:1MC11. IF'ASOSSEFrIli":0.1' FACT'dMir"..S.dC 0E_SLr"ION'7.A4' r, VERTICAL. STIFFENERS NAY eE MERE. roajl,R41447,T.a.T.imiiF,m - MISSION MODER COMPANY REX-SEAL ADJUSTABLE REPAR COUPLED (IPC, 1111-S=T°E f23°I.2.7712.Lnr2.020121E1INTRACTOR FOR 1. COUPURD a. MERE 'MISTING WASTEWATER SERVICE U. CONNECTS IO COMM WASTEWATER TO EC pRLIFIETElipliF"NTW"LZ =7A 17770LEXEISTI01 %"23=A721INE AT Vi'LL'AVEPROPO ETIDE2ER" la"="4",:" WATER AccAtcrcr.,,o,Tri DE FOR TEMPORARY BYPASS OF SERER,. INTO ...STREAM =27'41rE22SirSTATT=OrgraL=NEr= "'" II. MCIIpprIpIST2 LJLETIC WASTEWATER UM SHALL FOLLOW FiAgFiL OPERATORS BY F TIMM 1NFR I. WATER METERS SHELL BE ACCESSIBLE MANS CONSTRUCTOR. 3. VALVE KOKES AND METER BOKS 70 P.D. IN Sum, SHALL ....TEO TO NIKI. =2.22 ,r7SOURTN=2.B21/1rErRMCIO' ETFISPR'S.21271NE."'MPT HOWDER. ALL MATED no. THAT ME UNWANTED BY ME WV .1.1. REouvE THE. PRINTERTY OF ME CONDUCTOR. . STEWATFR UNE SHALL BE C900"OR C905 ..11.2Ar......11.11, '"* '12S2Plra"n 2RP:eta TOT AT &MTN. , PIPE BETWEEN MTH B. 2.4E01101TO ME EXISTING WATER SMTM WILL BE PAID FOR . INDICATED THE 9. WATERLINES TO . ABANDONED IN PLACE SHALL BE FILLED 73TH FLOWNOLE GREN1 al.amarzcaarega o""o R r--,-."rezao&T.R " aa-. .R.Ts- 0, V.12;12t52712:Ciflit":14E CORFU opppLp. SPFFIN RrqmirrneAs FOR SFOIIENCING MRS EF,Uogi-Li11-3:11.1111%,:71....:17M,-17.117 FENt r:Fr rsERE,',OLZATtUrcREEFIITNrOMINark 'REgTSLUSZnE SIOSIOARY WORN. 'VErrAllICZWAZEIT'Z'EnIE1041==?011V" D. °WRAC. SHALL COORDINATE WATFRUNE 1.1.0STATIC TESTI. AND ORCTEMOLOCICAL. MONO W. THE PROPOSED CONSTRUCTOR SECIENCIND FOR Rid P... 01. TRAFFX coranT6a"nrma"rarfet r=ic=solTirr """ " 2. REFLECTORIZED PAWMENT MARMCS FOR STREETS SHALL BE TYPE 1 TFERMOPASTIC. "41L PAVEMENT WAKING MD .17IC fokir.C.:1=LL' "'1111rinE'PR=717Er DE LOCATOR. MOMENT MO LAY. OF THE P.AvEMENT MABRINGS. '4=4.11'0'3 LlT 1ZE 7R.='0EF`TTIE ToWg .F1 '111.1"rXes 7;1 *OK IN ACCOODINCE M. THE 'YEWS MANUAL ON UNIFORM TRAFFIC CONTROL MICE, MEM CONTROL KAM. AA0 OAR.. MO CONSTRUCTION STAN... 7. AIL WEATHER ACCESS LOCAL RESIDENCES MO M.S. SHALL RE MM.. grAgg=fetruCcOrD=0=3=174VEMOIME'EN'VEER PRIOR TO PUCENENT. raSgratrOUCC=171OTZT IMMO: =ETSTNTIETR. za.,...02.10 WOMETECTON CAMEUVIVOONE BY '1:CI"LUOig“TiLlir'r7FLID'OilEIRESTSPEDELPF°A'Se'r PROW/J.0 THE DETECTION ZONES. TFAitrilEiN•71 OFIrTiklik7FCATEg Zrell'ORCMTBEI= ETI'Rt,FIFS=NETOIATE=." .IEWC4 rIFSEEOE01 REL4CA":".1172i1 I0000 701 00 EVERPTA7÷0%7Ei rOOT'W‘122,T,..F61 rj gaLpL 4041 REPAIRSup7..pai (2.91) rp.7 MS 0. /ARCM ,,NFSUS . s. SAW -CUT WERE IN EXISINE CONCRETE STRUCTURE IS TO BE FiiZFAIPTRoElliTh7PLFORITEEZIS PAS% .L:VEgl'AN.4:0•E'Agil"SOV.FiTEESZErairiATRVir " rS" AREAS WATT ai 5.5 TO 7. ARO SNUL BE FREE OF ERIALS H.M1AFOL TO RANT OF JUTE MOri TT7E1417STRZT=Titr'-"-*"" ...:arazr,a-001..graza=",a1aLVZ:11,TO/gMOF' PROCURING A TEXAS POLUJIENT DISEHA.E CLINNATION SYSTEM TIMES, NOTICE OF I.MT (MI) FOR URDE CONSTRUCTION ROMS. MTH THE TEXAS COMMESSON 00 ronIVAN24.1',[14Ve T.,Z7'11"40`.=.1“. AT ALL TIMM THE CONTRACTOR SH.L MS0 FTLE A NOR. OF 707111.71. WM ME MOO UPON MAL CONPLETION OF 1. WOW. AllrrALVATEWICLAWN ^,:14°20 MOARIT'.'74411=1,,r".".47.' WORK WILL NOT BE PAM FOR SEPARATELY. BUT IS INCIAIDED UNDER MAAR cii7:-:7R,FiSaliFigFR7241°-"=4.°R11"-7o' ,j, DFSIGN CRITERIA Y GE [TRIGS WERE DES.E0 FOR 20 MPH DES. SPEED. FLEXBLE P 'AVE1AENT DESIGN WM DASE0 ON 726.660 pe -)01, FOR.30-YEAR 3. ,!1°„07R7,t`71:IrLITS:S7'02k.7,7,7E,E0J6E'D"F0....RL271,',EA'RZ,FL:f...OF RETRACEMENT S.E1, WAS NOT sKrur Nnwc. LINSISEITAIEUFOTSOEIEFL'iRE ETTAESF:'1" 2 rCZANCSIRUCTOZ C77:11 ZZLr°7E"TvV-19001,11.:S7 Vr.7,7" VARAPILL. ADMIXTURE MANUFACTURED BY BRACE CONSTROCTION RRCOUCTS. FLEWIABLE GROUT SNAIL BE SUPPLIED fOLLOYMIG MIXTURE BY AM APPROVED REPOV-INIX -LrztrEn.sz=,,7:7;,',LE 100 OBS/CY PORTL. MEW 000/07 1011*10 250 LDS, VAIER 2100 LDS/CY WO 6 03/CY DARATILL CAU ADDENDUM ATTACHMENT 3 SHEET 1 OF 2 EX... GAS LINES ARE LOCATED NITNIN THE PROJECTS LIM. pppE p,ppupp CONTRACTOR SINLLL NOTIFY ,T,HE C.X.,,,DE=Encro„r, APPROPL0 'PT.E'DIRIOR TO =NO CONSTMICTON. CORSMONTS 1110E1 VW PROJECT: COR14148 17 0 • w cr) E 5 0 070 17 0 GENERAL NOTES 91EE1 4 of 161 WORD MOM Kt STR -895 CITY PROJECT E13092 3 a _Y to i a `eg 23 a zq 11 5 WETNa MI Ri0.ECf: C01114103m `(\.C/J1HJLi0M'$ 8 'kP� nACP 11 4,441h,'. / �♦ `' aP �f •� Pte`. 1; g Z,,,,, 66.Y 1 \ ca IIrATP AYERS � ��; W� Mt MtE111Z 5MINI 1mg� gsn'e S _ 't. , D..® ® , ' 111111111 4 1:1110 PALM Row -1 t ' r IM, ,TIP -''g <TIP ...+gE��fgO 1 g NW { �� -nncP- cunonceMr all CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services i¢ 1"1"' '1.'� � RMallIM OMR MIN �1 — �I i,¢Rc IXI WWATERLINE ATER VALVE /_MI ' .. ....... .._..� �i I -- ORE HYDRANT EXISTING WATERLINE BASEMAP ' YN1Ru m D 5 0 150' 300' AT q LL Y 1 =ff m2 `,Z`` I ♦MI 2 1 • , (111116, AYERS STREET OCEAN DR. TO ALAMEDA ST. (BOND 2014) EXISTING WATERLINE AND WASTEWATER BASEMAP ii • exDPPIO �jl —�,, MEM AYERS ST. ,. �" _MPo t* v A� -AYEDRSS ' O 10' ■ ■ w ilk` a 4N �� EIN DP 141111 NM s■■ � 44_YY//// Q PuwRRww,. ,w MOM/ 11111111/1,.. MEW FW 12 Mit iiiiikb. 4 ... , p -0-R ¢ rt� a Miff ill N Myi II III 11 Mal ,�d Caryl �11 4h ADDENDUM Yru F r F Fy__r NCOl r-. MP IP_ •_ _. lyci_ • -.1.1 IIIIpWMEMATTACH.� S EET 20N 3 srt� w 161 macaw DRIMA'C HO. STR-8g5 • Acceptable Manhole W a P.P.W.LnTEw,.TER w„ „ ,� Locations to Receive Bypass Flows EXISTING WASTEWATER BASEMAP wAs,TER w,„„• o 150' 300' O FOR MACIOREF... R s"�MO, urc wLwn . """`"A'°' LIFT STAR. an MAC / 03092 1 1 1 l a a a a a a a 1 a A a A A 1 1 1 1 1 1 1 1 1 1 a a x x VLF Y51i' ............................. 1 l 1 1 1 PP. wu,[wni[R uxE 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 6:?C L���s� -)hv. CIS �f ��,' . ��, c..1 (type or print name of company) on: 2:00 P.M. on Wednesday, February 15, 2017 for Ayers Street — Ocean Drive to Alameda Street (Bond 2014) — Project No. E13092. 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 - Ayers Street — Ocean Drive to Alameda Street (Bond 2014) — Project No. E13092 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: Bid Acknowledgement Form Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 Addendum No. 1 Attachment No. 1 Page 1 of 6 003000-1 Rev 01-13-2016 Addendum No. Addendum Date Signature Acknowledging Receipt ‘64 ,-4I \ \ 2.-"Aci ,,i,,,. - "L 4°111 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. Bid Acknowledgement Form Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 Addendum No. 1 Attachment No. 1 Page 2 of 6 003000-2 Rev 01-13-2016 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and 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 Bid Acknowledgement Form Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 Addendum No. 1 Attachment No. 1 Page 3 of 6 003000-3 Rev 01-13-2016 responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder. The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non -conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. ARTICLE 6 — TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 360 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 390 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. Addendum No. 1 Attachment No. 1 Page 4 of 6 Bid Acknowledgement Form 00 30 00 - 4 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 Rev 01-13-2016 ARTICLE 8 — DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9 — VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County, Texas for any legal action. ARTICLE 10 — SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 Addendum No. 1 Attachment No. 1 Page 5 of 6 003000-5 Rev 01-13-2016 ARTICLE 11- BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: By: Name: Title: Attest: G?I C 1�.� crcl -1-s LLC ))1.)w L1 c. -1.k 7 ppJ1'nc �2/vii t s (typed or printed full legal name of Bidder) ual's signatu - (typed'or printed) (typed or printed) State of Residency: Federal Tax Id. No. Address for giving notices: Phone: (individual's signature) TFXhI ;Z'1— 34122D5 iP 2241 l—tz, 4, 41i l ?2C 7 )1 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 Addendum No. 1 Attachment No. 1 Page 6 of 6 003000-6 Rev 01-13-2016 00 30 01 BID FORM 00 30 01 BID FORM Project Name: Ayers Street from Ocean Drive to Alameda Street (Bond 2014) UNIT Project Number: E13092 EXTENDED AMOUNT Base Bid Part A - GENERAL (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Owner: City of Corpus Christi1 LS 1 Bidder: LPC Z^ice_sk L(_(., r --)11,,CU. '1101^4. C✓vitc,S OAR: , TBD A3 Clear Right -of -Way AC Designer: Freese and Nichols, Inc. 15' 4'' O. CO A4 Ozone Day Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid Part A - GENERAL (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization LS 1 B2 A2 Bonds and Insurance LS 1, X10 750, 90 175.0. t� A3 Clear Right -of -Way AC 4.2 / 1 0S-0. sl 15' 4'' O. CO A4 Ozone Day DAY 4 413, so ' IA 11' .0b A5 Survey Monument EA 2 70 -7, ro 7 1'115. CoW A6 Traffic Control Advance WarningSignage LS 1 A7 Traffic Control LS 1 11 I 7.z.: I'71 �,> A8 Exploratory Excavation LS 1� Itis Ll213s o. I4S-7. 42� 3s-v,O A9 Temporary Pavement Repair SY 300 I (S, oS 34- M 5 . CD A10 Block Sodding SY 1,850 S. 4S- I 1010'12.5D All Silt Fence for Storm Water Pollution Prevention LF 4,800 , I 114 362, 1'0�W Al2 Curb Inlet Protection EA 28 O Z. S`' X 4'(0.. (3t) A13 Storm Water Pollution Prevention Plan LS 1'p 1'SO.S� 00 IS ISI. •, SUBTOTAL PART A - GENERAL (Items Al thru A13) i17(.. 413.50 Part B - STREET IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) /� B1 Street Excavation SY 14,370 2i .S-3 30°0'1(x,10 B2 12" Compacted Subgrade SY 14,160 5 j 1 ' '2 a .7() B3 Prime Coat (0.15 Gal/SY) GAL 1,826 FL 1 (01111.3t4, 111. Bid Form Ayers Street - Ocean Dr. to Alameda St. - Project No. E13092 Page 1 of 9 REV 01-132016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT B4 10" Crushed Limestone Flexible Base (Type A, Grade 1-2) SY 14,000 `�h Y 4 of �o` (X///` BS Geogrid (Tensar TX -5) SY 14,160 -q v � X 3' 5 f , cc B6 2" HMAC Pavement (Type D) Surface Course SY 12,1726 V 2� t CCU .�O B7 3" HMAC Pavement (Type B) Base Course SY 12,172 3-ci . s z � ,311. +1 5 B8 6" Concrete Driveway SF 13,000 O. .1.-1 133�r1� . co B9 Unanticipated Concrete Driveway Removal SF 200 l1_ . 00 (D2.140 B10 Asphalt Pavement Repair (Type 1) SY 160 (s. co -24 B11 6" Thick Concrete Pavement SY 107 ) 3C . ) s 4� v 1 D5 )41...3 B12 6" Crushed Limestone Flexible Base (Type A, Grade 1-2) SY 118 30. s- ,7 e, 31�. • 50 B13 6" Compacted Subgrade SY 118 b.; 400.3+ B14 Concrete Steps CY 3 '.1.1./S Z1031 .15 B15 Adjust Existing Manhole to Finish Grade EA 13 i `7-1 Z . 1 Iu te(02.50 1 616 Remove and Replace Chain Link Fence LF 170 Lz.32 1 ��/j 4..� (,0� 1 B17 Pre -Fab Pavement Marking Type 1 (W) (ARROW) EA 24 •„1.-7Z LS' 153' Lt 818 Pre -Fab. Pavement Marking Type 1(W) (ONLY) EA 9 3261 Db B19 Pre -Fab. Refl. Pavement Marking Type 1 (W) (BICYCLE SHARED) EA 12 ; 32 • 3i q3, ✓ Vcvo B20 Refl. Pavement Marking Type 1 (W) (4") (SOLID) LF 1,270 6.-1 250.1.0 B21 Refl. Pavement Marking Type 1 (Y) (4") (SOLID) LF 2,550 1.91 OCE 1 1 OCE 1�O B22 Refl. Pavement Marking Type 1 (Y) (4") (DBL) (SOLID) LF 1,455 ``;3 I%Q1� 6 `35,15 B23 Refl. Pavement Marking Type 1 (Y) (4") (Broken) LF 715 AI. i ��1 ���111 �y't� 0 %5 `1 B24 Refl. Pavement Marking Type I (W) (4") (BROKEN) LF 120 .61 (7 0 �� B25 Refl. Pavement Marking Type I (W) (8") (SOLID) LF 950 1.33 X263, 0 B26 Refl. Pavement Marking Type 1 (W) (12") (SOLID) LF 920 7 Z 250240 B27 Refl. Pavement Marking Type 1 (W) (16") (SOLID) LF 70 3.63 2 5�. I 0 B28 Refl. Pavement Marking Type 1 (Y) (12") (SOLID) LF 50 1.1Z 1. (`f1 `�1�{(• 629 Refl. Pavement Marking Type 1 (W) (24") (SOLID) LF 117 C o �LWQ U B30 (BROKEN) Refl. Pavement Marking Type 1 (W) (4") 2' Segment, 4' Gap LF 345 .(../ 241.15 631 Eliminate Existing Pavement Markings LF 670.;,03C.16,15. �,; 1(�2 dl,' f� B32 Handicap Parking Symbol EA 1 . S` 2t/JJ{�/' i J B33 TY II -A -A Raised Pavement Marker (Reflectorized) EA 220 / �S 1331, colO B34 TY I -C Raised Pavement Marker (Reflectorized) EA 60 (�U GS 1Q'3. (W; 30.00 B35 Refl. Pavement Marking Type 1 (Yield Lines) LF 120 .t 2 0 ).4. V111 " % ao 4✓ . Bid Form Ayers Street - Ocean Dr. to Alameda St. - Project No. E13092 Page 2of9 RW01—t 1 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT B36 Street Sign Assembly w/ 9" Blades (Green) and STOP Sign EA 6 S i 5 ��, 837 STOP Sign Only EA 1 9 ' 5s— c98.• ^ `I -Fl.GO B38 Speed Zone Sign EA 6 q 5L I 0 2q n Le ./6O B39 Regulatory Sign EA 66 ) 1G L. / v ' 32) r 1L _2.IO 840 Warning Sign EA 19 S'LL�. CO ;J 0 +5 ._J o B41 Handicap Parking Sign EA 19��t 378 tS 'L V V B42 Allowance for Unanticipated Street Improvements LS 1 $ 30,000.00 $ 30,000.00 SUBTOTAL PART B - STREET IMPROVEMENTS (Items B1 thru B42) It i D 1.324!'l Part C - STORM WATER DRAINAGE IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 12" Dia. RCP (Class III) LF 24 212%5.0 C2 15" Dia. RCP (Class III) LF 61 96,01D 5Q 60 .21 C3 18" Dia. RCP (Class III) LF 671 � 33 ,. i is q ,3 gI o C4 24" Dia. RCP (Class III) LF 55 I C9 0 I' _0 I y� (S /ui • 1 y C5 30" Dia. RCP (Class III) LF 102 3 11g. S-3 1 S 2110 `O) - C6 36" Dia. RCP (Class III) LF 364 2 Z Z o e Qo C) 84 C7 42" Dia. RCP (Class III) LE 378 .25-7 41 l...., tor1:512.46 512.46 C8 48" Dia. RCP (Class III) LF 265 al5.40 121481.c° C9 54" Dia. RCP (Class III) LF 1,032 •W`f, to 36441. 44. C10 60" Dia. RCP (Class llI) LF 571 -3 � bb o cl , 2 8 V ri7 22_1135 C11 Tie-in Existing 12" Dia. RCP EA 3 I2.S-0.33 350. q C12 Tie-in Existing 15" Dia. RCP EA 7 I, LsO.33 Sti 52.31 C13 Tie-in Existing 24" Dia. RCP EA 1 I . _) 1 33 ( i . C14 Tie-in Existing 60" Dia. RCP EA 1 131) 33 C15 15" Dia. Plug EA 2 4. IAC:4C— 1 /;J1'1C) . 00 (k/ C16 30" Dia. Plug EA 1 Q0�' 9-0-1.5-09-0-1.5-00 C17 Remove Existing 60" Transition Reducing Stopper EA 1 Y; 1 fC1 7r4Q .' g y o — 7 C18 Abandoned In Place Existing 15" RCP and Fill W/Grout LF 70 83 ( i . t(� V C19 Sidewalk Drain EA 5 3, b1,s 'lk,335,cD C20 5" Standard Curb Inlet EA 21 41133: 3L lI B Qb. C21 6' Standard Curb Inlet EA 1 S3�2•ir c,,"2,. LS- C22 10' Standard Curb Inlet EA 3 I S) OS, Q. 11 _ .j2 (.1 • 11r1 Bid Form Ayers Street - Ocean Dr. to Alameda St. - Project No. E13092 Page 3 of 9 REV 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT C23 5' Curb Inlet Extension EA 10 i + S.)\ 2! 1 1 31 3111 . op ✓IV C24 5' Dia. Concrete Storm Water Manhole (Type 'A') EA 1 , '' . C25 Concrete Storm Water Manhole (Type '6') EA 2 - J L i C °'.-- 25� 162, Co C26 Concrete Storm Water Manhole (Type 'C') EA 2 �2= /3 ' / 0 �' 1 _ �O • Db 1p C27 Concrete Storm Water Manhole (Type 'D') EA 8 161 RSS•,iu 13*�' �� .40 C28 Concrete Storm Water Junction Box (JB -1) EA 1 040,t' 1 ; Zq o' 0 _ u ' 2._q C29 6" Concrete Curb & Gutter LF 5,611 1040 �\ -i 1 1221214.61 C30 6" Concrete Curb LF 120 -W • 'f 4 *I..5 j 'O C31 Unanticipated Curb & Gutter Removal LF 100 1L 242-o C32 Remove and Replace Concrete Sidewalk SF 100 128 co1ti.it 12. CO C33 Remove and Replace Concrete Curb and Gutter LF 1003 3i�• 3 W 313 d • ct C34 Trench Safety for Storm Water Conduits LF 3,523 .2.41- 252 5, j o) _ ✓` 1(/`(+ C35 Trench Safety for Storm Water Inlet, Manhole or Junction Box EA 39 (c0c, °' 23,S�s5. Ila Allowance for Unanticipated Storm Water AC36 Improvements LS 1 $ 25,000.00 $ 25,000.00 SUBTOTAL PART C - STORM WATER DRAINAGE IMPROVEMENTS (Items C1 thru C36) 11532x513.1, Part D - WATER DISTRIBUTION IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT)/ 01 4" Dia. C900 PVC Waterline LF 57 6 ,j 0A , 33� 7.1 5 1 D2 4" Dia. 45° D.I. Bend EA 4 r3s-cis o,i D D3 4" Gate Valve W/Box and Cover EA 3 C8 11. -LV 2_43 „3 1 :76 D4 4" Tie-in Connection EA 3 ?LH. O J 2.54-1 , DO D5 6" Dia. C900 PVC Waterline LF 227 % S • �5 1841+,33 D6 6" Dia. 45° D.I. Bend EA 16 2, I • 1, 1 .. g 1 i�71 - D7 6" Dia. 22 1/2° D.I. Bend EA 1 ���' L3 10/w D8 6" Gate Valve W/Box and Cover EA 6 9.15 24. 7 S 51 •54 J D9 6" Tie -In Connection EA 6 �) 2%0.5 0 1 � 010 8" Dia. C900 PVC Waterline (DR 18) LF 144 GO , 41 �I. 't �5 8"1 r 6% ✓1(111 011 8" Dia. Ductile Iron Waterline LF 128 ( - 1 0 1 CI, •%�77 Bid Form Ayers Street - Ocean Dr. to Alameda St. - Project No. E13092 Page 4 of 9 REV 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT D12 8" Dia. 45° D.I. Bend EA 16 1 4 i'T6 Q 114,6° .9.1)3,10-0 ,10?l D13 8" Dia. 22 1/2° D.I. Bend EA 2 .L .1,6' 70 k53.11-0 014 8" Gate Valve with Box and Cover EA 5 `13q‘.%-.1) 1„Q 5'1. 50 D15 8" Tie-in Connection EA 5 i /14,9.25 D16 10" Tie-in Connection EA 1 (433.3c Z S1P1- • J 0 ,2'C-0 410 017 12" Dia. C900 PVC Waterline (DR 18) LF 2,170 q0,(13 4 •1° 1,C11) Q1) 51 018 12" Dia. Ductile Iron Waterline LF 687 'LL, ''1 4-1SQ413 114-153413 019 12" Dia. 45° D.I. Bend EA 52 43 S . i,DX53. 2.2 ( /� D20 12" Dia. 11 1/4° D.I. Bend EA 3 �S `1-51. 1. 2% 5 es./ Fl k D21 12" Gate Valve with Box and Cover EA 21 2 $'.; LS- 1 jq ✓' 01 Q. 2 D22 12" x 4" D.I. Tee EA 3 50p 2-0 784 j 24-.120 V D23 12"x6"D.I. Tee EA 6 /' J oz, 2-q+ +. I D24 12" x 8" D.I. Tee EA 5 C -Ci Z _ y 0 2gLp 4• D D25 12" x 12" D.I. Tee EA 4 ( Z?) 1S- 2.02. t 0 D26 .I. 12" x 10" DReducer EA 1 1 1 25 2- 0 0 li''2 . 2. D D27 12" Tie-in Connection EA 5 V03 tr2 13, o lq, l6 0 D28 Fire Hydrant Assembly (Type 2) EA 9 4I -7S -0.4G 14115%0 04 1 D29 Replace Existing Water Service W/New Service Connection EA 14 3''0�/^�o '�Z D30 Adjust Exist. Water Valve Box to Finish Grade EA 1 1133 19L 1 o Ll llit -10 D31 Trench Safety for Waterlines LF 3,413 42- Z 8�q ,44# D32 Allowance for Unanticipated Water Improvements LS 1 $ 15,000.00 $ 15,000.00 SUBTOTAL PART D - WATER DISTRIBUTION IMPROVEMENTS (01 THRU D32) tll 15 1382 4f Part E - WASTEWATER IMPROVEMENTS (BASE BID) (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) El 10" Dia. PVC SDR 26 (ASTM D2241) Wastewater Gravity Line (0'-6' Depth) LF 160 /O 4 75 'SS n II) o 4- Y 0 b v E2 10" Dia. PVC SDR 26 (ASTM D2241) Wastewater Gravity Line (6'-8' Depth) LF 513 l I 1 I 0 (0 tp,ct 13 1 2 E3 4" Dia. Fiberglass Manhole (<6' Depth) EA 6 j D (0q 7, ,/; [0 1n_ 4 . to E4 Extra Depth for 4' Dia. Manhole (Over 6' Depth) VF 2-15q,9/ l 62 1 . l4 E5 Rehab of Existing Wastewater Manhole W/New Fiberglass Liner and Ring and Cover EA 2 O 1 410.a 16 1"{4 , up E6 Rehab of Existing 10" Wastewater Line W/CIPP LF 474 l . 21 2.g, i D3.46 Bid Form Ayers Street - Ocean Dr. to Alameda St. - Project No. E13092 Page 5 of 9 REV01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT E7 10" Dia. Plug EA 1 3,ss- Ci i .3,5S- /y n LA i 3 65 Y ✓JJVVV E8 Replace Existing Wastewater Service w/New Wastewater Service and Cleanout EA 7 9. , 4 2 . �"2 Ir x13'11. t.4 E9 Abandon in Place Exist. 10" VCP Wastewater Line and Fill W/Grout LF 292 C .310 n153.11 E10 Bypass Pumping of Raw Sewage LS 1�I� G,2-: 4OS_ 0 (D -0 . v' Ell Trench Safety for Wastewater Lines LF 673 4/ )STS S�IOn . 2 l E12 Trench Safety for Wastewater Manhole EA 6 Q (G Q- / O UO to 5 Dw� . E13 Allowance for Unanticipated Wastewater Improvements LS 1 $ 15,000.00 $ 15,000.00 SUBTOTAL PART E - WASTEWATER IMPROVEMENTS (BASE BID) (El THRU E13) Q Viq•j III Part F - RTA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) F1 5" Thick Concrete Bus Shelter Pad SF 570 —1. 11e j J 4,. 1 .O F2 8" Thick Reinforced Concrete Bus Stop Pad SY 147 ` Lr 4-) , 1161, 0 %2j . OI F3 7" Crushed Limestone Flexible Base (Type A, Grade 1-2) SY 168 1 +�6 2$ 0 SUBTOTAL PART F - RTA IMPROVEMENTS (F1 THRU F3) 349t / 3 1 `q1 Part G - A.D.A. PEDESTRIAN IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) G1 4" Concrete Sidewalk SF 24,435 —1. 11e 114-1q54-.60 G2 Compacted Select Fill Material Under Sidewalk SY 153 �) 1, ' 4. �COQ� G3 Concrete Curb Ramp SF 2,680 ),1 ,, ?s 1 52 .3/D ,�i4 D �J G4 Refl. Pavement Marking Type I (W) (Crosswalk) (10' Wide) LF 385 't- lv 458 i� G5 Unanticipated Concrete Sidewalk Removal SF 200 q LS i q 3b. ct f w G6 Concrete Sidewalk Retaining Curb (18" Max. Height) LF 170 IIS' (i. `t '7191D. t> SUBTOTAL PART G - A.D.A. PEDESTRIAN IMPROVEMENTS (G1 THRU G6) 261,W13.38 Part H - GAS IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) H1 Adjust Existing Gas Valve Box to Finish Grade EA 9 (3 L ;t— ! b .A 1 1 bO SUBTOTAL PART H - GAS IMPROVEMENTS (H1) 3r/1'21c Part I - SIGNALIZATION IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1 Traffic Signals at Ayers St. / Santa Fe St. Intersection LS 1 1- ci O(01 N 33 c1 ol, 7 3(0 I SUBTOTAL PART I - SIGNALIZATION IMPROVEMENTS (I1) .; 35, o o. 31' Bid Form Ayers Street - Ocean Dr. to Alameda St. - Project No. E13092 Page 6of9 REV 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Part J - I.T. IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 11 2" Dia. PVC (Sch 40) Elect. Conduit LF 2,760 t r 4 S 2. 'i ��11 2(2 (• 1 26y I/0 12 24"x36"x18" Pullbox (Handhole) EA 7 1 5g `.5-0 3,gg5.ST) _1 SUBTOTAL PART J - I.T. IMPROVEMENTS (J1 THRU 12) S1 11 • 1 0 Part K - STREET LIGHTING IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) K1 3" Dia. PVC (Sch 40) Elect. Conduit for Street Lighting LF 1,332 t 9 . 3` %� i� 51 H./I (, K2 11"x18' Pullbox (Handhole) for Street Lighting EA 11 t r 4 S 2. 'i x18" % I5 `q1 2 .DD SUBTOTAL PART K - STREET LIGHTING IMPROVEMENTS (K1 THRU K2) 4 I J) '15q. . 52 - Part L - WASTEWATER IMPROVEMENTS (ADD. ALT. #1) (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT)/��� L1 Rehab of Existing 21" Wastewater Line w/CIPP LF 366 I I ci . t s- /1 O� U'/ X.Ap J L �(/' I L2 Bypass Pumping of Raw Sewage LS 1 p c U' V? ITIts-c. L3 Traffic Control EA 1 ((S 9-135z�.s 2 3S `i�yr0 1 SUBTOTAL PART L - WASTEWATER IMPROVEMENTS (ADD. ALT. #1) (L1 THRU 13) ►7143$. 4i) Part M - WASTEWATER IMPROVEMENTS (ADD. ALT. #2) (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) M1 24" Dia. H.D.P.E. DR 11 I.P.S. Wastewater Gravity Line (14'-16' Depth) LF 366 = aOC.lo;4_1 /y r- i� M2 Pipe Burst Existing 21" VCP Wastewater Line LF 366 3;` z D'11 _ , 31- 114\ M3 5' Dia. Fiberglass Manhole (<6' Depth) EA 1 (1 SN 2 Z . S- a M4 Extra Depth for 5' Dia. Manhole (Over 6' Depth) VF 10 I(/ '102 i0 (gS7 i D_ . DD M5 Remove Existing Wastewater Manhole EA 1 13bt .'". 213 b ` M6 Asphalt Pavement Repair (Type 1) SY 45 I I Z7 0. 1411C1. 00 M7 Bypass Pumping of Raw Sewage LS 1 �3 b0� 9� 23 (000.. M8 Trench Safety for Wastewater Lines LF 366 I'L (. '1i 1St1 • 5 L7 M9 Trench Safety for Wastewater Manhole EA 1 �.1 1 O c44 M10 Traffic Control LS 1 1,4E ` 2- �0 7 q qS7 OJ SUBTOTAL PART M - WASTEWATER IMPROVEMENTS (ADD. ALT. #2) (M1 THRU M1.0) 31411 . i9) - Er Bid Form Ayers Street - Ocean Dr. to Alameda St. - Project No. E13092 Page 7 of 9 REV 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Part N - WASTEWATER IMPROVEMENTS (ADD. ALT. #3) (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Ni 18" Dia. H. D. P.E. DR 11 I.P.S. Wastewater Gravity Line (14'-16' Depth) LE 742 2.7 I. 3l I ���, (. 444- N2 Pipe Burst Existing 12" VCP Wastewater Line LF 742 G I . 36 146,52C1•17. N3 24" Dia. PVC SDR 26 (ASTM D2241) Wastewater Gravity Line (14'-16' Depth) LF 76 to S-3 O /I�• 1411 D N4 5' Dia. Fiberglass Manhole (< 6' Depth) EA 5 i4 az.r� 11o,O(Q2.5D {, N5 Extra Depth for 4' Dia. Manhole (Over 6' Depth) VE 47 ) O Z t � 321g:1210 N6 Remove Existing Wastewater Manhole EA 4 -- 2 '"J 1, 1 40. fYh 1/v N7 Asphalt Pavement Repair (Type 1) SY 130 ti�1,0. 1o4.za 13,2t4,00 N8 Remove Existing 21" VCP Wastewater Line LF 76 62 s-144�5 ! Olt - 1N9 N9 Bypass Pumping of Raw Sewage LS 1 ^ CI rb`�f • f q %0 der `t N10 Trench Safety for Wastewater Lines LF 818 )e0v 1 13 V 3� (, N11 Trench Safety for Wastewater Manhole EA 5 / 44 W- ,?%�1 0J 2 DO N12 Traffic Control LS 1I) C 3q. G' f c3Lt 3J SUBTOTAL PART N - WASTEWATER IMPROVEMENTS (ADD. ALT. #3) (N1 THRU N12) I 1-65.0314 Bid Form Ayers Street - Ocean Dr. to Alameda St. - Project No. E13092 Page 8 of 9 REV 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT BID SUMMARY SUBTOTAL PART A - GENERAL (Items Al thru A13) 2 -13.51 1 SUBTOTAL PART B - STREET IMPROVEMENTS (Items Bi thru B42) 1 Q J n, 31+12_ SUBTOTAL PART C - STORM WATER DRAINAGE IMPROVEMENTS (Items Cl thru C36) [' 3 Cj�2' SUBTOTAL PART D - WATER DISTRIBUTION IMPROVEMENTS (Items D1 thru D32) 1 �G� 2 a� �, Lle ,�1la SUBTOTAL PART E - WASTEWATER IMPROVEMENTS (BASE BID) (Items E1 thru E13) . 2 D IA g SUBTOTAL PART F - RTA IMPROVEMENTS (Items F1 thru F3) + 3t9� 730'7 SUBTOTAL PART G - A.D.A. PEDESTRIAN IMPROVEMENTS (Items G1 thru G6) 2,51 . 3� SUBTOTAL PART H - GAS IMPROVEMENTS (BY CONTRACTOR) (Item H1) gr 1/12- .Di) SUBTOTAL PART I - SIGNALIZATION IMPROVEMENTS (Item 11) 3�/�� ' 31f SUBTOTAL PART) - I.T. IMPROVEMENTS (Items J1 thru J2) (O� y5 t� 1 t 1 , ) o SUBTOTAL PART K - STREET LIGHTING IMPROVEMENTS (Items K1 thru K2) 14.) 1154. 6j TOTAL PROJECT BASE BID (PARTS A THRU K) 5,'11 7, tL 3, cal ( SUBTOTAL PART L - WASTEWATER IMPROVEMENTS (ADD. ALT. #1) (Items Ll thru L3) l, �2 . Ey (\ SUBTOTAL PART M - WASTEWATER IMPROVEMENTS (ADD. ALT. #2) (Items M1 thru M10) �2i 0 l 2 . 00 SUBTOTAL PART N - WASTEWATER IMPROVEMENTS (ADD. ALT. #3) (Items Ni thru N12) h✓ X11 �� / , D`i �. 54 Contract Times Bidder agrees to reach Substantial Completion in 360 days Bidder agrees to reach Final Completion in 390 days Bid Form Ayers Street - Ocean Dr. to Alameda St. - Project No. E13092 Page 9 of 9 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: By: Name: Title: Business address: Phone: C?c-- Z4,,uf--s Lu f��,� (typed or printed) (signature -- att'ch e ce of out J/ l,.,., C . C L� (typed or printed) L —& L.o?.J 4. (1,1„, C,i— rx -1010c -�16�1,00� Email: END OF SECTION Compliance to State Law on Nonresident Bidders Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 003002-1 11-25-2013 00 30 05 City of Corpus Christi Disclosure of Interest vr� City of Corpus Chnsti SUPPLIER NUMBER TO BE ASSIGNED BY CI fY PURCHASING DIVISION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: P. O. BOX: STREET ADDRESS: (UC c 4 FIRM IS: 1. Corporation 8 2. Partnership [/ 4. Association 5. Other L CITY: L;,. .. CL ,t1 �T`F ZIP: 784 ,1 3. Sole Owner 0 DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Job Title and City Department (if known) til 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 A 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 Disclosure of Interest 003005-1 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: Ayers Street — Ocean Drive to Alameda Street (Bond 2014) Project No. E13092 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: C!L G ( C �`�Q�11�t �iC✓J1lC� (typed or printed) (signature -- attt/Fh evidence of authority to sign (typed or printed) (l) -c; S� . Phone: -(1' i L —(oov 7 Email: END OF SECTION C c C"' C ; al A4.• Leos Non -Collusion Certification Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 003006-1 11-25-2013 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 Avers Street -Ocean Drive to Alameda Street (Bond 2014), Project No. E13092. 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 15th day of February, 2017. CPC Interests, LLC dba Clark Pipeline Services, LLC (Principal) BY: TITLE: Surelec Insurance Com BY: Dennis M Descant, Jr., Attorney -in -Fact Clark Pipeline Services -City of Corpus Christi -Ayers Street -Ocean Drive to Alameda Street.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 organised 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 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 2I st day of March, A.D. 2013. State of Texas County of Harris ss: m 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. SURETEC INSURANCE COMPANY By: John Icnox Jr. resident JACQUELYN MALDONADO Notary Public State of Texas My Comm. Exp. 5/18/2017 Jacq ielyn 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 15th day of February 2017 Bre • t Beaty, Assistant ecretary 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 pm CST. , A.D. 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: Ayers Street — Ocean Drive to Alameda Street (Bond 2014) Project No. [13092 ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Freese and Nichols, Inc. 800 N. Shoreline Blvd., Suite 1600N Corpus Christi, TX 78401 2.02 The Owner's Authorized Representative for this Project is: Wayne Otto, P.E. — Acting Construction Engineer City of Corpus Christi — Engineering Services 4917 Holly Road #5 Corpus Christi, TX 78411 ARTICLE 3 — CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 360 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 390 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 Ayers Street—Ocean Dr. to Alameda St. (Bond 2014) — Project No. [13092 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 $1,200 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $500 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 — CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price Plus AA #1 and #3 $ 6,254,181.88 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 Ayers Street—Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street—Ocean Dr. to Alameda St. (Bond 2014) — Project No. [13092 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 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 Ayers Street—Ocean Dr. to Alameda St. (Bond 2014) — Project No. [13092 Rev 06-22-2016 ATTEST Digitally signed by Rebecca Huerta DN: cn=Rebecca Huerta, o, ou, email=rebeccah@cctexas.com, c=US Date: 2017.05.08 13:48:04 -05'00' Rebecca Huerta City Secretary CITY OF CORPUS CHRISTI Digitally signed by Jeff Edmonds DN: cn=Jeff Edmonds, o, ou=Engineering, email=jeffreye@cctexas.com, c=US Date: 2017.04.28 14:17:12 -05'00' J.H. Edmonds, P.E. Director of Engineering Services APPROVED AS TO LEGAL FORM: M2017-046 AUTHORIZED Aimee Alcorn -Reed 2017.05.04 17:21:36 -05'00' Assistant City Attorney BY COUNCIL 3/28/17 RH/ML Digitally signed by RH/ML Date: 2017.05.05 14:50:05 -05'00' 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 DigDatlea1ly 2017.04261yChristopher C. 1801:32 -0500' Clark President 6229 Leopard Street Address Corpus Christi, Texas 78409 City 361/816-6007 State Zip Phone Fax cclark@clarkpipeline.com EMail END OF SECTION Agreement 00 52 23 - 6 Ayers Street — Ocean Dr. to Alameda St. (Bond 2014) — Project No. E13092 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 280129536 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: E13092 Ayers Street - Ocean Drive to Alameda Street (Bond 2014) 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. 4410906 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: E13092 Avers Street — Ocean Drive to Alameda Street (Bond 2014) Award Date of the Contract: March 28. 2017 Contract Price: $6,254,181.88 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: Kerry Woods/Keetch & Associates Address: 1718 Santa Fe Street Corpus Christi, Texas 78404 Telephone: 361-883-3803 Email Address: kwoods@akeetchins.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 E13092 Ayers Street — Ocean Dr to Alameda St (Bond 2014) 006116-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and 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 f.r any legal action. Contractor as PrincipaInter s db lar: 'ip• ne'erv's�� Signature: -- Surety SureT- k sura ceCom ..n Signature: .1 /' �r .•..'. Name:L., .. J L Name: Dennis M. Descant. Jr. Title: *ThR.e W— Title: Attorney-In-Fact -- Email Address: Cc\w1,e rV`,C�;,.c- Lam Email Address: dennis.descant@bch-insurance.cor (Attach Power of Attorney and place surety seal below), , END OF SECTION Payment Bond Form E13092 Ayers Street – Ocean Dr to Alameda St (Bond 2014) 006116-2 7-8-2014 - :: _.•_' . .....• . . • t......" .._.. • 1 P1• •••,,, h i, t . r '!.r7' ` . � 2., • . • 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, providing the bond penalty does not exceed Ten Million and 00/100 Dollars ($10,000,000.00) 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 ghall continue in force until 12/31/2019 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 Attorneys) -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, recognizanccs, •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 -Pact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be ft 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, : 'ts corporate seal to be hereto affixed this 2sth day of April , A.D. 2017 , State of Texas County of Hands ss: SURETEC By: John Knox' .. ' res On this 25a day of April , A.D. 2017 before me personally came John Knox Jr., to me known, who, being by me ' y 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. Llilif/� ���.�Iv��o,,� JACQUELYN GREENLEAF *. •(6%Notary Public, State of Texas *.!"`►l Comm. Expires 05-18-2021 Notary ID 126903029 LA( Jacc elyn Greenleaf; Notary Public My commission expires May 18, 2021 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 ftzr hermore, 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 A.D. M. Brent Beaty AsAtAilt At eery '•• ' :� 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 -C09 s' J ......... 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 00 61 13 PERFORMANCE BOND BOND NO. 4410906 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: E13092 Ayers Street — Ocean Drive to Alameda Street (Bond 2014) Award Date of the Contract: March 28, 2017 Contract Price: $6,254,181.88 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 E13092 Ayers St — Ocean Dr to Alameda St (Bond 2014) 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 Nue County, Texas for any legal action. Contractor as Principal CPC Interests, LLC dba lark.• m: Se s Signature: e Surety SureT- s rance Co' +a� / / �• . Signature: Name: ( - 5t, . C LS- Name: Dennis M. Descant. Jr. Title: �rc.I ; cc - —If Title: Attorney -In -Fact Email Address: Cc_14,LC c._. r. ,,�:r,^.c-L,,,," Email Address: dennis.descant@bch-insurance.com (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond E13092 Ayers St — Ocean Dr to Alameda St (Bond 2014) 006113-2 7-8-2014 POA #: 4221073 SureTec Insurance Company LIMITED POWER OF ATTORNEY Snow 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, providing the bond penalty does not exceed Ten Million and 00/100 Dollars ($10,000,000.00) 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 12/31/2019 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be U 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 Attorneys) -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, recognizanccs, .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 20" of April, 1999.) In Witness Whereof SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, • Is corporate seal to be hereto affixed this 25th day of April , A.D. 2017 , State of Texas County of Harris ss: SURETEC By: John Knox' .. ' resi On this 2•5u+ day of Apra , A.D. 2017 before me personally came John Knox Jr., to me known, who, being by me • .i y 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. ���uirrb ��,.1yrrrro,,� JACQUELYN GREENLEAF ?z !F+a Notary Public, State of Texas Sit....../48V, Comm. Expires 05-18-2021 4°;,;a, Notary ID 126903029 t/ Jacq Ilyn Greenleaf, Notary Public My commission expires May 18, 2021 1, 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 A.D. M. Brent BeatyAs id S1.6 mir ••t? 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 pm wJ •• 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