Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2017-212 - 4/25/2017 - Approved
• 2017-212 4/25/17 M2017-058 Bay Ltd. 00 52 23 AGREEMENT This Agreement,for the Project awarded on April 25,2017 is between the City of Corpus Christi (Owner)and Berry Contracting.LP dba Bay.Ltd. Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Yorktown Boulevard—Everhart Road to Staples Street(Bond 2014) Project No. E13096 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 45 Corpus Christi,TX 78411 ARTICLE 3-CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 540 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 570 days after the date when the Contract Times commence to run. B. Milestones,and the dates for completion of each,are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages 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 Yorktown Boulevard—Everhart Rd.to Staples St.(Bond 2014)—Project No. E13096 Rev06-22-2016 INDEXED CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. Bay Ltd. 12017-179379 Corpus Christi,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 03/16/2017 being filed. City of Corpus Christi Engineering Services Date Acknowledged: Aimee Alcorn-Reed /(Rr✓� 2017.05.18 17::27:41-05'00' 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. E13096 Yorktown Blvd.-Everhart Rd.to Staples St. (Bond 2014)Total Base Bid Part 1$10,506,860.75 Total Base Bid Part 2 $8,838,277.00 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Lentz,Jon Corpus Christi,TX United States X 5 Check only if there is NO Interested Party. ❑ $NIN111NIp 6 AFFIDAVIT '•., ,,�`�•P,Y.•P � I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. O, �l 9 ro O z iZ y; � -Q�� E� � 7 �c�c , o �• gnature aud agnt of gess entity ,rX P �. AFFIX NOTARY ST94pQ1t •�•a••+UNUM✓ /I / ,, 1 Sworn to and subscribed before me,by the said �JO n iia I Z this the l day of 20� to certify which,witness my hand and seal of office. &- - zk_� — �i r(/Ado] Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 CONTRACT DOCUMENTS FOR CONSTRUCTION OF YORKTOWN BOULEVARD EVERHART ROAD TO STAPLES STREET (Bond 2014) PROJECT NUMBER E13096 FREESE mINICHOLS 800 N. Shoreline Blvd- Suite 160ON Corpus Christi, Texas 78401-3717 Phone - (361) 561-6500 Fox - (361) 561-6501 % *�1 *:...................::::�S C iOty ofCE� CAVA j 00 10% 97391 /0 SEN EO; Corpus /�Z7-17 Christi FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 Record Drawing Number STR-899 January 27, 2017 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 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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 Sanitary Sewer Manholes and Structures 027402 Reinforced Concrete Pipe Culverts 027602 Gravity Wastewater Lines 027604 Disposal of Waste From Wastewater Cleaning Operations 027611 Cleaning and Televised Inspection of Conduits 027614 CIPP 028020 Seeding 028040 Sodding 028300 Fence Relocation 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures 055420 Frames, Grates, Rings, and Covers Table of Contents 000100-3 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 Rev 06-22-2016 Division/ Title Section Part T Technical Specifications 025802-MOD Temporary Traffic Controls During Construction 028061 Landscaping 028100 Irrigation Systems 028680 Colored Concrete Pavement 34 41 13.00 Traffic Signal Standards and General Requirements 34 41 13.13 Installation of Traffic Equipment 34 41 16.23 Traffic Signal Cabinet and Assemblies 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 City of Corpus Christi -Signalization Standard Product List C Quazite PG2436BA24 Stackable Open Bottom Assembly D Subsurface Utility Engineering (S.U.E.) REPORT END OF SECTION Table of Contents 000100-4 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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: Yorktown Boulevard—Everhart Road to Staples Street(Bond 2014) Project No. E13096 A. The proposed improvements include concrete or 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, landscaping, irrigation, and IT and street lighting conduit, and coordination with franchise utility owners and City Departments on existing utilities. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is$10,117,000 for Base Bid (Part 1) Concrete Pavement and $9,490,000 for Base Bid (Part 2) H.M.A.C. Pavement. The Project is to be substantially complete and ready for operation within 540 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports, or other information relevant to submitting a Bid for the Project. ARTICLE 3— DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than 2:00 P.M. on Wednesday, February 22, 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. 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. Invitation to Bid and Instructions to Bidders 002113- 1 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 Rev 01-13-2016 3.04 If submitting a hard copy bid or bid security by cashier's check or money order, please address envelopes or packages: City of Corpus Christi City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid—Yorktown Boulevard—Everhart Road to Staples Street(Bond 2014), Project No. E13096 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 22, 2017, at the following location: City Hall Building— City of Corpus Christi First Floor City Council Staff Room or Council Chambers 1201 Leopard Street Corpus Christi,Texas 78401 3.06 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. ARTICLE 4—PRE-BID CONFERENCE 4.01 A non-mandatory pre-bid conference for the Project will be held on 10:30 A.M. on Tuesday. February 14,2017 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 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 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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. 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 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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 8. 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 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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 22, 2017 for Yorktown Boulevard—Everhart Road to Staples Street(Bond 2014)—Project No. E13096. 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 -Yorktown Boulevard—Everhart Road to Staples Street(Bond 2014)—Project No. E13096 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 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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 540 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 570 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7—ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 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 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 Rev 01-13-2016 00 30 01 BID FORM 00 30 01 BID FORM Project Yorktown Boulevard from Everhart Road to Staples Street(Bond 2014) Name: Project E13096 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 1) Concrete Pavement Part A-GENERAL(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-A1 Mobilization LS 1 1-A2 Bonds and Insurance LS 1 1-A3 Clear Right-of-Way AC 15.1 1-A4 Ozone Day DAY 4 1-A5 Survey Monument EA 2 1-A6 Traffic Control Advance Warning Signage LS 1 1-A7 Traffic Control LS 1 1-A8 Temporary Pavement for Detours SY 1,500 1-A9 Block Sodding SY 13,825 1-A10 Seeding for Erosion Control SY 100 1-A11 Silt Fence for Storm Water Pollution Prevention LF 6,864 1-Al2 Curb Inlet Protection EA 25 1-A13 Storm Water Pollution Prevention Plan LS 1 1-A14 Rock Filter Dam LF 45 1-A15 Stabilized Construction Entrance LS 1 SUBTOTAL PART A-GENERAL(Items 1-A1 thru 1-A15) Bid Form-Concrete Page 1 of 17 Yorktown Boulevard - Everhart Rd.to Staples St. (Bond 2014)- Project No. E13096 REV 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATEDQUANTITY UNIT PRICE EXTENDED AMOUNT Part B-RIGID(CONCRETE) PAVEMENT, MARKING&SIGNAGE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-B1 Street Excavation SY 49,002 1-B2 12" Compacted Subgrade SY 43,376 6"Crushed Limestone Flexible Base(Type A, 1-63 SY 43,376 Grade 1-2) 8"Thick Continuously Reinforced Concrete 1-64 SY 41,119 Pavement 1-B5 13" Crushed Limestone Flexible Base(Type S, SY 525 Grade 1-2) 1-B6 Geogrid (Tensar TX-5) SY 525 1-B7 Prime Coat(0.15 GAL/SY) GAL 74 1-B8 2" HMACP(Type D)Surface Course SY 491 1-B9 4" HMACP(Type B)Base Course SY 491 1-B10 6"Concrete Driveway SF 17,435 1-B11 Unanticipated Concrete Driveway Removal SF 100 1-B12 4"Thick Colored Concrete Median SF 20,424 1-B13 4"Thick Colored Stamped Concrete Median SF 1,462 1-B14 Asphalt Pavement Repair(Type 1) SY 96 1-B15 Asphalt Pavement Repair(Type 2) SY 168 1-B16 Adjust Existing Manhole to Finish Grade EA 9 1-B17 Adjust Existing Telephone/Electrical Box to Finish EA 16 Grade 1-B18 Prefab Pavement Marking Type 1 (W)(ARROW) EA 22 1-B19 Prefab. Pavement Marking Type 1 (W)(ONLY) EA 19 1-B20 Prefab. Pavement Marking Type 1 (W)(BIKE EA 12 LANE SYMBOL) 1-B21 Refl. Pavement Marking Type 1 (Y) (4")(SOLID) LF 9,490 Refl. Pavement Marking Type 1 (W)(4") 1-622 LF 3,060 (BROKEN) 1-B23 Refl. Pavement Marking Type 1 (W)(4")(SOLID) LF 9,143 1-B24 Refl. Pavement Marking Type I (W)(8")(SOLID) LF 3,025 1-B25 Prefab. Pavement Marking Type I (W)(16") LF 120 (SOLID) 1-B26 Prefab. Pavement Marking Type I (W)(24") LF 380 (SOLID) Bid Form-Concrete Page 2 of 17 Yorktown Boulevard - Everhart Rd.to Staples St. (Bond 2014)- Project No. E13096 REV 01-13-2016 00 30 01 BID FORM ESTIMATED Item DESCRIPTION UNIT QUANTITY UNIT PRICE EXTENDED AMOUNT 1-B27 Refl. Pavement Marking Type 1 (W) (4") LF 750 (BROKEN) 2'SEGMENT,6'GAP 1-1328 Refl. Pavement Marking Type 1 (Y) (4") (SOLID) LF 630 (DBL) 1-B29 Prefab. Pavement Marking Type 1 (24"x36"Yield LF 160 Lines) 1-1330 Eradicate Existing Striping LS 1 1-1331 TY II-C-R Raised Pavement Marker(Reflectorized) EA 370 1-B32 TY I-C Raised Pavement Marker(Reflectorized) EA 40 1-1333 Street Sign Assembly w/9" Blades(Green)and EA 4 Stop Sign 1-1334 Regulatory Sign EA 37 1-1335 Warning Sign EA 6 1-B36 Other Signs EA 8 Allowance for Unanticipated Street-Related 1-1337 LS 1 $ 30,000.00 $ 30,000.00 Improvements SUBTOTAL PART B-RIGID(CONCRETE) PAVEMENT, MARKING&SIGNAGE IMPROVEMENTS(Items I- 131 thru 1-B37) Part C-A.D.A. PEDESTRIAN IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-C1 4"Thick Concrete Sidewalk SF 76,630 1-C2 Concrete Curb Ramp SF 1,975 1-C3 Prefab. Pavement Marking Type 1 (W) LF 830 (Crosswalk) (10'Wide) 1-C4 Concrete Sidewalk Retaining Curb(18" Max. LF 100 Height) SUBTOTAL PART C-A.D.A. PEDESTRIAN IMPROVEMENTS (Items 1-C1 thru 1-C4) Part D-RTA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-D1 5" Pedestrian Concrete Bus Stop Pad SF 1,170 SUBTOTAL PART D-RTA IMPROVEMENTS(Item 1-D1) Bid Form -Concrete Page 3 of 17 Yorktown Boulevard - Everhart Rd.to Staples St. (Bond 2014) - Project No. E13096 REV 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATEDQUANTITY UNIT PRICE EXTENDED AMOUNT Part E-GAS LINE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-E1 Adjust Existing Gas Valve Boxes to Finish Grade EA 16 SUBTOTAL Part E-GAS LINE IMPROVEMENTS (Item 1-E1) Part F-LANDSCAPING&IRRIGATION IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-F1 Landscaping in Median LS 1 1-F2 Irrigation in Median LS 1 SUBTOTAL Part F-LANDSCAPING&IRRIGATION IMPROVEMENTS(Items 141 and 1-F2) Part G-I.T.IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-G1 2" Dia. PVC(SCH 40) Elect.Conduit w/Mule Tape LF 5,384 1-G2 24"x36"x18" Pullbox(Handhole) EA 7 SUBTOTAL Part G-I.T. IMPROVEMENTS(Items 1-G1 and 1-G2) Part H-STREET LIGHTING IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-1-11 3" Dia. PVC(SCH 40) Elect.Conduit w/Mule Tape LF 4,100 1-1-12 11"x18"x18" Pullbox(Handhole)for Lighting EA 24 Conduit SUBTOTAL Part H-STREET LIGHTING IMPROVEMENTS(Items 1-H1 thru 1-H2) Part I-SIGNALIZATION IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-11 Everhart Rd. Intersection Signalization LS 1 1 12 Remove and Install School Zone Flasher EA 2 Assembly SUBTOTAL Part I-SIGNALIZATION IMPROVEMENTS(Items 1-11 thru 1-12) Bid Form -Concrete Page 4 of 17 Yorktown Boulevard - Everhart Rd.to Staples St. (Bond 2014) - Project No. E13096 REV 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATEDQUANTITY UNIT PRICE EXTENDED AMOUNT Part J-STORM WATER(DRAINAGE) IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-11 18" Dia. RCP(Class III) LF 501 1-J2 24" Dia. RCP(Class III) LF 1,090 1-J3 30" Dia. RCP(Class III) LF 18 1-J4 36" Dia. RCP(Class III) LF 245 1-J5 42" Dia. RCP(Class III) LF 233 1-J6 48" Dia. RCP(Class III) LF 178 1-J7 54" Dia. RCP(Class III) LF 1,379 1-J8 60" Dia. RCP(Class III) LF 636 1-J9 60" Dia. Precast 30°Bend EA 1 1-J10 Tie-In Existing 18" Dia. RCP EA 2 1-J11 Tie-In Existing 24" Dia. RCP EA 2 1-J12 Tie-In Existing 30" Dia. RCP EA 1 1-J13 Tie-In Existing 36" Dia. RCP EA 1 1-J14 Tie-In Existing 54" Dia. RCP EA 2 1-J15 Tie-In Existing 60" Dia. RCP EA 2 1-J16 Tie-In Prop.24" RCP to Existing 8'x5' RCB EA 1 1-J17 Tie-In Prop. 18" RCP to Existing Manhole EA 4 1-J18 Tie-in Prop.24" RCP to Existing Inlet EA 1 1-J19 Sidewalk Drain EA 4 1-J20 5'Standard Curb Inlet EA 20 1-J21 4' Dia. Concrete Storm Water Manhole(Type'A') EA 2 1-J22 Concrete Storm Water Manhole(Type'B') EA 1 1-J23 Concrete Storm Water Manhole(Type'C') EA 3 1-J24 Concrete Storm Water Manhole(Type'D') EA 11 1-J25 Remove and Replace Existing Curb Inlet Top w/ EA 1 New Top 1-J26 Remove Existing Manhole Top and Cap EA 1 Bid Form-Concrete Page 5 of 17 Yorktown Boulevard - Everhart Rd.to Staples St. (Bond 2014)- Project No. E13096 REV 01-13-2016 00 30 01 BID FORM ESTIMATED Item DESCRIPTION UNIT QUANTITY UNIT PRICE EXTENDED AMOUNT 1-J27 Plug Exist. RCP Inside of Exist. Manhole EA 5 1-J28 Plug Exist.27" RCP EA 2 1-J29 Grout Fill 15'of Existing R.C. Pipe and Abandon in EA 5 Place 1-J30 5"Thick Concrete Rip-Rap SF 457 1-J31 Concrete Headwall (PW-1) LF 19 1-J32 Modifications to Exist. Headwall Including Box LS 1 Culvert Repairs 1-J33 Pedestrian Rail (Type PR1) LF 134 1-J34 Remove Existing Concrete Headwall and Rip-Rap LS 1 1-J35 6"Concrete Curb and Gutter LF 125 1-J36 6"Concrete Curb LF 20,414 1-J37 Unanticipated Curb&Gutter Removal LF 100 1-J38 Remove and Replace Concrete Sidewalk SF 100 1-J39 Remove and Replace Concrete Curb and Gutter LF 100 1-J40 Trench Safety for Storm Water Conduits LF 4,280 1-J41 Trench Safety for Storm Water Manhole, EA 37 Junction Box,and Inlets Allowance for Unanticipated Storm Water 1-J42 LS 1 $ 25,000.00 $ 25,000.00 Improvements SUBTOTAL PART J-STORM WATER(DRAINAGE) IMPROVEMENTS(Items 1-J1 thru 1-J42) Part K-WATER DISTRIBUTION IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-K1 6" Dia.C900 PVC Waterline LF 18 1-K2 6" Dia. Ductile Iron Waterline LF 33 1-K3 6" Dia.45°D.I. Bend EA 4 1-K4 6"Gate Valve with Box and Cover EA 2 1-K5 6"Tie-In Connection EA 2 1-K6 8" Dia.C900 PVC Waterline(DR 18) LF 2,040 1-K7 8" Dia. Ductile Iron Waterline LF 347 1-K8 8" Dia.45°D.I. Bend EA 28 Bid Form-Concrete Page 6 of 17 Yorktown Boulevard - Everhart Rd.to Staples St. (Bond 2014)- Project No. E13096 REV 01-13-2016 00 30 01 BID FORM ESTIMATED Item DESCRIPTION UNIT QUANTITY UNIT PRICE EXTENDED AMOUNT 1-K9 8"Gate Valve with Box and Cover EA 16 1-K10 8"Tie-in Connection EA 10 1-K11 8"x 8" D.I.Tee EA 1 1-K12 8"x 8" D.I. Cross EA 1 1-K13 8"x 6"Tapping Sleeve EA 2 1-K14 12" Dia.C900 PVC Waterline(DR 18) LF 5,375 1-K15 12" Dia. Ductile Iron Waterline LF 172 1-K16 12"Tie-In Connection EA 4 1-K17 12" Dia.45°D.I. Bend EA 18 1-K18 12" Gate Valve with Box and Cover EA 17 1-K19 12"x 6" D.I.Tee EA 2 1-K20 12"x 8" D.I.Tee EA 9 1-K21 12"x 12" D.I.Tee EA 2 1-K22 12"x 12" D.I.Cross EA 1 Abandon in Place Existing 12"Waterline and Fill 1-K23 LF 5,550 with Grout 1-K24 Abandon in Place Existing 8"Waterline and Fill LF 560 with Grout 1-K25 Fire Hydrant Assembly(Type 1) EA 4 1-K26 Fire Hydrant Assembly(Type 2) EA 16 1-K27 1"Water Service for Irrigation EA 1 1-K28 11/2"Water Service for Irrigation EA 4 1-K29 Replace Existing Water Service W/New Service EA 2 Connection 1-K30 Adjust Exist.Water Valve Box to Finish Grade EA 6 1-K31 Relocate Existing Water Meter to Property Lines EA 4 1-K32 Trench Safety for Waterlines LF 7,985 Allowance for Unanticipated Water 1-K33 LS 1 $ 15,000.00 $ 15,000.00 Improvements SUBTOTAL PART K-WATER DISTRIBUTION IMPROVEMENTS(Items 1-K1 THRU 1-K33) Bid Form-Concrete Page 7 of 17 Yorktown Boulevard - Everhart Rd.to Staples St. (Bond 2014)- Project No. E13096 REV 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATEDQUANTITY UNIT PRICE EXTENDED AMOUNT Part L-WASTEWATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-L1 Rehab Existing 18"Wastewater Line w/CIPP LF 174 1-1-2 Bypass Pumping of Raw Sewage LS 1 1-1-3 Allowance For Unanticipated Wastewater LS 1 ,Improvements I I $ 10,000.00 $ 10,000.00 SUBTOTAL PART L-WASTEWATER IMPROVEMENTS (Items 1-L1 THRU 1-11-3) Bid Form -Concrete Page 8 of 17 Yorktown Boulevard - Everhart Rd.to Staples St. (Bond 2014) - Project No. E13096 REV 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATEDUNIT PRICE EXTENDED AMOUNT QUANTITY BID SUMMARY SUBTOTAL PART A-GENERAL(Items 1-A1 thru 1-A15) SUBTOTAL PART B- RIGID(CONCRETE) PAVEMENT, MARKING&SIGNAGE IMPROVEMENTS(Items 1-131 thru 1-1337) SUBTOTAL PART C-A.D.A. PEDESTRIAN IMPROVEMENTS(Items 1-C1 thru 1-C4) SUBTOTAL PART D-RTA IMPROVEMENTS(Item 1-D1) SUBTOTAL PART E-GAS LINE IMPROVEMENTS(Item 1-E1) SUBTOTAL PART F-LANDSCAPING& IRRIGATION IMPROVEMENTS(Items 1-F1 thru 1- F2) SUBTOTAL PART G- I.T. IMPROVEMENTS(Items 1-G1 thru 1-G2) SUBTOTAL PART H -STREET LIGHTING IMPROVEMENTS(Items 1-1-11 thru 1-1-12) SUBTOTAL PART I-SIGNALIZATION IMPROVEMENTS(Items 1-11 thru 1-12) SUBTOTAL PARTJ -STORM WATER(DRAINAGE) IMPROVEMENTS(Items 1-J1 thru 1- J42) SUBTOTAL PART K-WATER DISTRIBUTION IMROVEMENTS(Items 1-K1 thru 1-K33) SUBTOTAL PART L-WASTEWATER IMPROVEMENTS(Items 1-1-1 thru 1-1-3) TOTAL PROJECT BASE BID (Part 1) (PARTS A THRU L) Contract Times Bidder agrees to reach Substantial Completion in 540 days Bidder agrees to reach Final Completion in 570 days Bid Form -Concrete Page 9 of 17 Yorktown Boulevard - Everhart Rd.to Staples St. (Bond 2014) - Project No. E13096 REV 01-13-2016 00 30 01 BID FORM 00 30 01 BID FORM Project Yorktown Boulevard from Everhart Rd.to Staples St. (Bond 2014) Name: Project E13096 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 2) H.M.A.C. Pavement Part A-GENERAL(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-A1 Mobilization LS 1 2-A2 Bonds and Insurance LS 1 2-A3 Clear Right-of-Way AC 15.1 2-A4 Ozone Day DAY 4 2-A5 Survey Monument EA 2 2-A6 Traffic Control Advance Warning Signage LS 1 2-A7 Traffic Control LS 1 2-A8 Temporary Pavement for Detours SY 1,500 2-A9 Block Sodding SY 13,825 2-A10 Seeding for Erosion Control SY 100 2-A11 Silt Fence for Storm Water Pollution Prevention LF 6,864 2-Al2 Curb Inlet Protection EA 25 2-A13 Storm Water Pollution Prevention Plan LS 1 2-A14 Rock Filter Dam LF 45 2-A15 Stabilized Construction Entrance LS 1 SUBTOTAL PART A-GENERAL(Items 2-A1 thru 2-A15) Bid Form-Asphalt Page 10 of 17 Yorktown Boulevard - Everhart Rd.to Staples St. (Bond 2014)- Project No. E13096 REV 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATEDQUANTITY UNIT PRICE EXTENDED AMOUNT Part B-FLEXIBLE(H.M.A.C.)PAVEMENT,MARKING&SIGNAGE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-B1 Street Excavation SY 49,002 2-B2 12" Compacted Subgrade SY 43,902 2-B3 Geogrid (Tensar TX-5) SY 43,902 13" Crushed Limestone Flexible Base(Type A, 2-64 SY 43,902 Grade 1-2) 2-B5 Prime Coat(0.15 GAL/SY) GAL 5,569 2-B6 4" HMACP(Type B)Base Course SY 37,123 2-B7 2" HMACP(Type D)Surface Course SY 37,123 2-B8 6"Concrete Driveway SY 17,435 2-B9 Unanticipated Concrete Driveway Removal SF 100 2-B10 4"Thick Colored Concrete Median SF 20,424 2-B11 4"Thick Colored Stamped Concrete Median SF 1,462 2-B12 Adjust Existing Manhole to Finish Grade EA 9 2-B13 Adjust Existing Telephone/Electrical Box to Finish EA 16 Grade 2-B14 Prefab. Pavement Marking Type 1 (W)(ARROW) EA 22 2-B15 Prefab. Pavement Marking Type 1 (W)(ONLY) EA 19 2-B16 Prefab. Pavement Marking Type 1 (W)(BIKE EA 12 LANE SYMBOL) 2-B17 Refl. Pavement Marking Type 1 (Y) (4")(SOLID) LF 9,490 Refl. Pavement Marking Type 1 (W)(4") 2-618 LF 3,060 (BROKEN) 2-B19 Refl. Pavement Marking Type 1 (W)(4")(SOLID) LF 9,143 2-B20 Refl. Pavement Marking Type 1 (W)(8")(SOLID) LF 3,025 2-B21 Prefab. Pavement Marking Type C(W)(16") LF 120 (SOLID) 2-B22 Prefab. Pavement Marking Type C(W)(24") LF 380 (SOLID) 2-B23 Refl. Pavement Marking Type 1 (W)(4") LF 750 (BROKEN)2-SEGMENT,6-GAP 2-B24 Refl. Pavement Marking Type 1 (Y) (4")(SOLID) LF 630 (DBL) Bid Form-Asphalt Page 11 of 17 Yorktown Boulevard - Everhart Rd.to Staples St. (Bond 2014)- Project No. E13096 REV 01-13-2016 00 30 01 BID FORM ESTIMATED Item DESCRIPTION UNIT QUANTITY UNIT PRICE EXTENDED AMOUNT 2-B25 Prefab. Pavement Marking Type C(24"x36"Yield LF 160 Lines) 2-1326 Eradicate Existing Striping LS 1 2-B27 TY II-C-R Raised Pavement Marker(Reflectorized) EA 370 2-B28 TY I-C Raised Pavement Marker(Reflectorized) EA 40 2-1329 Street Sign Assembly w/9" Blades(Green)and EA 4 Stop Sign 2-B30 Regulatory Sign EA 37 2-B31 Warning Sign EA 6 2-1332 Other Signs EA 8 Allowance for Unanticipated Street-Related 2-1333 LS 1 $ 30,000.00 $ 30,000.00 Improvements SUBTOTAL PART B-FLEXIBLE(H.M.A.C.)PAVEMENT,MARKING&SIGNAGE IMPROVEMENTS(Items 2- BI thru 2-B33) Part C-A.D.A. PEDESTRIAN IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-C1 4"Thick Concrete Sidewalk SF 76,630 2-C2 Concrete Curb Ramp SF 1,975 2-C3 Prefab. Pavement Marking Type 1 (W) LF 830 (Crosswalk) (10'Wide) 2-C4 Concrete Sidewalk Retaining Curb(18" Max. LF 100 Height) SUBTOTAL PART C-A.D.A. PEDESTRIAN IMPROVEMENTS (Items 2-C1 thru 2-C4) Part D-RTA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-D1 9"Concrete Bus Stop Pad SF 2,980 2-D2 5" Pedestrian Concrete Bus Stop Pad SF 1,170 SUBTOTAL PART D-RTA IMPROVEMENTS(Items 2-D1 and 2-D2) Part E-GAS LINE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-E1 Adjust Existing Gas Valve Boxes to Finish Grade EA 16 SUBTOTAL Part E-GAS LINE IMPROVEMENTS (Item 2-E1) Bid Form -Asphalt Page 12 of 17 Yorktown Boulevard - Everhart Rd.to Staples St. (Bond 2014) - Project No. E13096 REV 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATEDQUANTITY UNIT PRICE EXTENDED AMOUNT Part F-LANDSCAPING&IRRIGATION IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 241 Landscaping in Median LS 1 242 Irrigation in Median LS 1 SUBTOTAL Part F-LANDSCAPING&IRRIGATION IMPROVEMENTS(Items 241 and 242) Part G-I.T.IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-G1 2" Dia. PVC(SCH 40) Elect.Conduit w/Mule Tape LF 5,384 2-G2 24"x36"x18" Pullbox(Handhole) EA 7 SUBTOTAL Part G-I.T. IMPROVEMENTS(Items 2-G1 and 2-G2) Part H-STREET LIGHTING IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-1-11 3" Dia. PVC(SCH 40) Elect.Conduit w/Mule Tape LF 4,100 2-1-12 11"x18"x18" Pullbox(Handhole)for Lighting EA 24 Conduit SUBTOTAL Part H-STREET LIGHTING IMPROVEMENTS(Items 2-H1 thru 2-H2) Part I-SIGNALIZATION IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-11 Everhart Rd. Intersection Signalization LS 1 2 12 Remove and Install School Zone Flasher EA 2 Assembly SUBTOTAL Part I-SIGNALIZATION IMPROVEMENTS(Items 2-11 thru 2-12) Part J-STORM WATER(DRAINAGE) IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-J1 18" Dia. RCP(Class III) LF 501 2-J2 24" Dia. RCP(Class III) LF 1,090 2-J3 30" Dia. RCP(Class 111) LF 18 2-J4 36" Dia. RCP(Class III) LF 245 2-J5 42" Dia. RCP(Class III) LF 233 2-J6 48" Dia. RCP(Class III) LF 178 Bid Form -Asphalt Page 13 of 17 Yorktown Boulevard - Everhart Rd.to Staples St. (Bond 2014) - Project No. E13096 REV 01-13-2016 00 30 01 BID FORM ESTIMATED Item DESCRIPTION UNIT QUANTITY UNIT PRICE EXTENDED AMOUNT 2-J7 54" Dia. RCP(Class III) LF 1,379 2-J8 60" Dia. RCP(Class III) LF 636 2-J9 60" Dia. Precast 30°Bend EA 1 2-J10 Tie-In Existing 18" Dia. RCP EA 2 2-J11 Tie-In Existing 24" Dia. RCP EA 2 2-J12 Tie-In Existing 30" Dia. RCP EA 1 2-J13 Tie-In Existing 36" Dia. RCP EA 1 2-J14 Tie-In Existing 54" Dia. RCP EA 2 2-J15 Tie-In Existing 60" Dia. RCP EA 2 2-J16 Tie-In Prop.24" RCP to Existing 8'x5' RCB EA 1 2-J17 Tie-In Prop. 18" RCP to Existing Manhole EA 4 2-J18 Tie-in Prop.24" RCP to Existing Inlet EA 1 2-J19 Sidewalk Drain EA 4 2-J20 5'Standard Curb Inlet EA 20 2-J21 4' Dia. Concrete Storm Water Manhole(Type'A') EA 2 2-J22 Concrete Storm Water Manhole(Type'B') EA 1 2-J23 Concrete Storm Water Manhole(Type'C') EA 3 2-J24 Concrete Storm Water Manhole(Type'D') EA 11 2-J25 Remove and Replace Existing Curb Inlet Top w/ EA 1 New Top 2-J26 Remove Existing Manhole Top and Cap EA 1 2-J27 Plug Exist. RCP Inside of Exist. Manhole EA 5 2-J28 Plug Exist.27" RCP EA 2 2-J29 Grout Fill 15'of Existing R.C. Pipe and Abandon in EA 5 Place 2-J30 5"Thick Concrete Rip-Rap SF 457 2-J31 Concrete Headwall (PW-1) LF 19 2-J32 Modifications to Exist. Headwall Including Box LS 1 Culvert Repairs 2-J33 Pedestrian Rail (Type PR1) LF 134 Bid Form-Asphalt Page 14 of 17 Yorktown Boulevard - Everhart Rd.to Staples St. (Bond 2014)- Project No. E13096 REV 01-13-2016 00 30 01 BID FORM ESTIMATED Item DESCRIPTION UNIT QUANTITY UNIT PRICE EXTENDED AMOUNT 2-J34 Remove Existing Concrete Headwall and Rip-Rap LS 1 2-J35 6"Concrete Curb and Gutter LF 10,805 2-J36 6"Concrete Reverse Curb and Gutter LF 9,730 2-J37 Unanticipated Curb&Gutter Removal LF 100 2-J38 Remove and Replace Concrete Sidewalk SF 100 2-J39 Remove and Replace Concrete Curb and Gutter LF 100 2-J40 Trench Safety for Storm Water Conduits LF 4,280 2-J41 Trench Safety for Storm Water Manhole, EA 37 Junction Box,and Inlets Allowance for Unanticipated Storm Water 2-J42 LS 1 $ 25,000.00 $ 25,000.00 Improvements SUBTOTAL PART J-STORM WATER(DRAINAGE) IMPROVEMENTS(Items 241 thru 2442) Part K-WATER DISTRIBUTION IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-K1 6" Dia.C900 PVC Waterline LF 18 2-K2 6" Dia. Ductile Iron Waterline LF 33 2-K3 6" Dia.45°D.I. Bend EA 4 2-K4 6"Gate Valve with Box and Cover EA 2 2-K5 6"Tie-In Connection EA 2 2-K6 8" Dia.C900 PVC Waterline(DR 18) LF 2,040 2-K7 8" Dia. Ductile Iron Waterline LF 347 2-K8 8" Dia.45°D.I. Bend EA 28 2-K9 8"Gate Valve with Box and Cover EA 16 2-K10 8"Tie-in Connection EA 10 2-K11 8"x 8" D.I.Tee EA 1 2-K12 8"x 8" D.I. Cross EA 1 2-K13 8"x 6"Tapping Sleeve EA 2 2-K14 12" Dia.C900 PVC Waterline(DR 18) LF 5,375 2-K15 12" Dia. Ductile Iron Waterline LF 172 Bid Form-Asphalt Page 15 of 17 Yorktown Boulevard - Everhart Rd.to Staples St. (Bond 2014)- Project No. E13096 REV 01-13-2016 00 30 01 BID FORM ESTIMATED Item DESCRIPTION UNIT QUANTITY UNIT PRICE EXTENDED AMOUNT 2-K16 12"Tie-In Connection EA 4 2-K17 12" Dia.45°D.I. Bend EA 18 2-K18 12" Gate Valve with Box and Cover EA 17 2-K19 12"x 6" D.I.Tee EA 2 2-K20 12"x 8" D.I.Tee EA 9 2-K21 12"x 12" D.I.Tee EA 2 2-K22 12"x 12" D.I.Cross EA 1 Abandon in Place Existing 12"Waterline and Fill 2-K23 LF 5,550 with Grout 2-K24 Abandon in Place Existing 8"Waterline and Fill LF 560 with Grout 2-K25 Fire Hydrant Assembly(Type 1) EA 4 2-K26 Fire Hydrant Assembly(Type 2) EA 16 2-K27 1"Water Service for Irrigation EA 1 2-K28 11/2"Water Service for Irrigation EA 4 2-K29 Replace Existing Water Service W/New Service EA 2 Connection 2-K30 Adjust Exist.Water Valve Box to Finish Grade EA 6 2-K31 Relocate Existing Water Meter to Property Lines EA 4 2-K32 Trench Safety for Waterlines LF 7,985 Allowance for Unanticipated Water 2-K33 LS 1 $ 15,000.00 $ 15,000.00 Improvements SUBTOTAL PART K-WATER DISTRIBUTION IMPROVEMENTS(Items 2-K1 thru 2-K33) Part L-WASTEWATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-L1 Rehab Existing 18"Wastewater Line w/CIPP LF 174 2-L2 Bypass Pumping of Raw Sewage LS 1 Allowance For Unanticipated Wastewater 2-L3 LS 1 $ 10,000.00 $ 10,000.00 ,improvements SUBTOTAL PART L-WASTEWATER IMPROVEMENTS (Items 2-L1 thru 2-L3) Bid Form-Asphalt Page 16 of 17 Yorktown Boulevard - Everhart Rd.to Staples St. (Bond 2014)- Project No. E13096 REV 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATEDUNIT PRICE EXTENDED AMOUNT QUANTITY BID SUMMARY SUBTOTAL PART A-GENERAL(Items 2-A1 thru 2-A15) SUBTOTAL PART B- FLEXIBLE(H.M.A.C.) PAVEMENT, MARKING&SIGNAGE IMPROVEMENTS(Items 2-131 thru 2-1333) SUBTOTAL PART C-A.D.A. PEDESTRIAN IMPROVEMENTS(Items 2-C1 thru 2-C4) SUBTOTAL PART D-RTA IMPROVEMENTS(Items 2-D1 and 2-D2) SUBTOTAL PART E-GAS LINE IMPROVEMENTS(Item 2-E1) SUBTOTAL PART F-LANDSCAPING& IRRIGATION IMPROVEMENTS(Items 2-F1 and 2- F2) SUBTOTAL PART G- I.T. IMPROVEMENTS(Items 2-G1 and 2-G2) SUBTOTAL PART H -STREET LIGHTING IMPROVEMENTS(Items 2-1-11 thru 2-1-12) SUBTOTAL PART I-SIGNALIZATION IMPROVEMENTS(Items 2-11 thru 2-12) SUBTOTAL PARTJ -STORM WATER DRAINAGE IMPROVEMENTS(Items 2-J1 thru 2- J42) SUBTOTAL PART K-WATER DISTRIBUTION IMROVEMENTS(Items 2-K1 thru 2-K33) SUBTOTAL PART L-WASTEWATER IMPROVEMENTS(Items 2-1-1 thru 2-1-3) TOTAL PROJECT BASE BID (Part 2) (PARTS A THRU L) Contract Times Bidder agrees to reach Substantial Completion in 540 days Bidder agrees to reach Final Completion in 570 days Bid Form -Asphalt Page 17 of 17 Yorktown Boulevard - Everhart Rd.to Staples St. (Bond 2014) - Project No. E13096 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 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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: Yorktown Boulevard—Everhart Road to Staples Street (Bond 2014) Project No. E13096 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 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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 moderate violations under the TCEQ's regulations for documentation of Compliance History, 30 Texas Administrative Code, Chapter 60.2 (c) (1) and (2). Statement of Experience 004516-2 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 Rev 06-22-2016 3. "Environmental Protection Agency" includes, but is not limited to the Texas Commission on Environmental Quality(the "TCEQ'), the United States Environmental Protection Agency(the "EPA"), the U.S. Fish and Wildlife Service, the U.S. Army Corps of Engineers,the Texas Department of State Health Services,the Texas Parks and Wildlife Department, the Structural Pest Control Service, agencies of local governments responsible for enforcing environmental protection laws or regulations, and similar regulatory agencies of other states of the United States. B. In determining the responsibility of the Bidder, the Owner will consider the following in regards to Table 4: 1. Whether the Bidder's response in reveals more than two (2) cases in which final orders have been entered by the Occupational Safety and Health Review Commission (the "OSHRC") against the Bidder for serious violations of Occupational Safety and Health Administration ("OSHA") regulations within the past five (5)years. 2. Whether the Bidder's response reveals more than one (1) case in which Bidder has received a citation or for which final orders have been entered from an environmental protection agency for violations within the past five (5)years. 3. Whether the Bidder's response reveals that the Bidder has been convicted of a criminal offense or has been subject to a judgment 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 5. 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 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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 Na me 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 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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 004516-9 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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- 10 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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- 11 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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- 12 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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 004516-13 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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: Yorktown Boulevard—Everhart Road to Staples Street (Bond 2014) Project No. E13096 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 540 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 570 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages 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 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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$1,000 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$400 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 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 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 Yorktown Boulevard—Everhart Rd.to Staples St. (Bond 2014)—Project No. E13096 Rev 01-13-2016 00 61 16 PAYMENT BOND BOND NO. Contractor as Principal Name: Mailing address (principal place of business): Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78401 Contract Project name and number: Award Date of the Contract: Contract Price: Bond Date of Bond: (Date of Bond cannot be earlier than Award Date of Contract) Said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original. Surety Name: Mailing address (principal place of business): Physical address (principal place of business): Surety is a corporation organized and existing under the laws of the state of: By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Address: Telephone: E -Mail Address: The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Payment Bond Form Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 006116-1 Rev. 01-13-2016 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Signature: Surety Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 00 61 16 - 2 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 Rev. 01-13-2016 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1— Definitions and Terminology 6 1.01 Defined Terms 6 1.02 Terminology 11 Article 2 — Preliminary Matters 12 2.01 Delivery of Bonds and Evidence of Insurance 12 2.02 Copies of Documents 13 2.03 Before Starting Construction 13 2.04 Preconstruction Conference; Designation of Authorized Representatives 13 Article 3 — Contract Documents: Intent, Requirements, Reuse 13 3.01 Intent 13 3.02 Reference Standards 15 3.03 Reporting and Resolving Discrepancies 15 3.04 Interpretation of the Contract Documents 16 3.05 Reuse of Documents 16 Article 4 — Commencement and Progress of the Work 16 4.01 Commencement of Contract Times; Notice to Proceed 16 4.02 Starting the Work 16 4.03 Progress Schedule 17 4.04 Delays in Contractor's Progress 17 Article 5 —Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions 18 5.01 Availability of Lands 18 5.02 Use of Site and Other Areas 18 5.03 Subsurface and Physical Conditions 19 5.04 Differing Subsurface or Physical Conditions 19 5.05 Underground Facilities 21 5.06 Hazardous Environmental Conditions at Site 22 Article 6 — Bonds and Insurance 24 6.01 Performance, Payment, and Other Bonds 24 6.02 Licensed Sureties 24 General Conditions Corpus Christi Standards - Regular Projects 007200-1 03-23-2015 6.03 Insurance 25 Article 7 — Contractor's Responsibilities 25 7.01 Supervision and Superintendence 25 7.02 Labor; Working Hours 25 7.03 Services, Materials, and Equipment 26 7.04 Concerning Subcontractors, Suppliers, and Others 26 7.05 Patent Fees and Royalties 27 7.06 Permits 28 7.07 Taxes 28 7.08 Laws and Regulations 28 7.09 Safety and Protection 29 7.10 Safety Representative 30 7.11 Hazard Communication Programs 30 7.12 Emergencies 30 7.13 Contractor's General Warranty and Guarantee 30 7.14 Indemnification 31 7.15 Delegation of Professional Design Services 32 Article 8 — Other Work at the Site 33 8.01 Other Work 33 8.02 Coordination 34 8.03 Legal Relationships 34 Article 9 — Owner's and OPT's Responsibilities 35 9.01 Communications to Contractor 35 9.02 Replacement of Owner's Project Team Members 35 9.03 Furnish Data 35 9.04 Pay When Due 35 9.05 Lands and Easements; Reports and Tests 35 9.06 Insurance 35 9.07 Modifications 35 9.08 Inspections, Tests, and Approvals 35 9.09 Limitations on OPT's Responsibilities 35 9.10 Undisclosed Hazardous Environmental Condition 36 9.11 Compliance with Safety Program 36 General Conditions Corpus Christi Standards - Regular Projects 007200-2 03-23-2015 Article 10 — OAR's and Designer's Status During Construction 36 10.01 Owner's Representative 36 10.02 Visits to Site 36 10.03 Resident Project Representatives 36 10.04 Rejecting Defective Work 36 10.05 Shop Drawings, Modifications and Payments 36 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work 37 10.07 Limitations on OAR's and Designer's Authority and Responsibilities 37 Article 11— Amending the Contract Documents; Changes in the Work 37 11.01 Amending and Supplementing the Contract Documents 37 11.02 Owner -Authorized Changes in the Work 38 11.03 Unauthorized Changes in the Work 38 11.04 Change of Contract Price 39 11.05 Change of Contract Times 40 11.06 Change Proposals 40 11.07 Execution of Change Orders 40 11.08 Notice to Surety 41 Article 12 — Claims 42 12.01 Claims 42 12.02 Claims Process 42 Article 13 — Cost of the Work; Allowances; Unit Price Work 43 13.01 Cost of the Work 43 13.02 Allowances 46 13.03 Unit Price Work 46 13.04 Contingencies 47 Article 14 — Tests and Inspections; Correction, Removal, or Acceptance of Defective Work 47 14.01 Access to Work 47 14.02 Tests, Inspections, and Approvals 47 14.03 Defective Work 48 14.04 Acceptance of Defective Work 49 14.05 Uncovering Work 49 14.06 Owner May Stop the Work 49 14.07 Owner May Correct Defective Work 50 General Conditions Corpus Christi Standards - Regular Projects 007200-3 03-23-2015 Article 15 — Payments to Contractor; Set -Offs; Completion; Correction Period 50 15.01 Progress Payments 50 15.02 Contractor's Warranty of Title 52 15.03 Substantial Completion 52 15.04 Partial Utilization 53 15.05 Final Inspection 53 15.06 Final Payment 53 15.07 Waiver of Claims 54 15.08 Correction Period 54 Article 16 — Suspension of Work and Termination 55 16.01 Owner May Suspend Work 55 16.02 Owner May Terminate for Cause 55 16.03 Owner May Terminate For Convenience 56 Article 17 — Final Resolution of Disputes 57 17.01 Methods and Procedures 57 Article 18 — Miscellaneous 57 18.01 Computation of Times 57 18.02 Owner's Right to Audit Contractor's Records 57 18.03 Independent Contractor 58 18.04 Cumulative Remedies 58 18.05 Limitation of Damages 58 18.06 No Waiver 58 18.07 Severability 58 18.08 Survival of Obligations 59 18.09 No Third Party Beneficiaries 59 18.10 Assignment of Contract 59 18.11 No Waiver of Sovereign Immunity 59 18.12 Controlling Law 59 18.13 Conditions Precedent to Right to Sue 59 18.14 Waiver of Trial by Jury 59 18.15 Attorney Fees 59 18.16 Compliance with Laws 59 18.17 Enforcement 60 General Conditions Corpus Christi Standards - Regular Projects 007200-4 03-23-2015 18.18 Subject to Appropriation 60 18.19 Contract Sum 60 18.20 Contractor's Guarantee as Additional Remedy 60 General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 5 03-23-2015 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. A term with initial capital letters, including the term's singular and plural forms, has the meaning indicated in this paragraph wherever used in the Bidding Requirements or Contract Documents. In addition to the terms specifically defined, terms with initial capital letters in the Contract Documents may include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda - Documents issued prior to the receipt of Bids which clarify or modify the Bidding Requirements or the proposed Contract Documents. 2. Agreement - The document executed between Owner and Contractor covering the Work. 3. Alternative Dispute Resolution - The process by which a disputed Claim may be settled as an alternative to litigation, if Owner and Contractor cannot reach an agreement between themselves. 4. Application for Payment - The forms used by Contractor to request payments from Owner and the supporting documentation required by the Contract Documents. 5. Award Date —The date the City Council of the City of Corpus Christi (City) authorizes the City Manager or designee to execute the Contract on behalf of the City. 6. Bid - The documents submitted by a Bidder to establish the proposed Contract Price and Contract Times and provide other information and certifications as required by the Bidding Requirements. 7. Bidding Documents - The Bidding Requirements, the proposed Contract Documents, and Addenda. 8. Bidder - An individual or entity that submits a Bid to Owner. 9. Bidding Requirements - The Invitation for Bids, Instructions to Bidders, Bid Security, Bid Form and attachments, and required certifications. 10. Bid Security - The financial security in the form of a bid bond provided by Bidder at the time the Bid is submitted and held by Owner until the Agreement is executed and the evidence of insurance and Bonds required by the Contract Documents are provided. A cashier's check, certified check, money order or bank draft from any State or National Bank will also be acceptable. 11. Bonds - Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 12. Change Order - A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. General Conditions Corpus Christi Standards - Regular Projects 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. [13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 2.58 Wage Rate Requirements Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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. 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 007300-1 11-25-2013 developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 65 rain days have been set for this Project. An extension of time due to rain days will be considered only after 65 rain days have been exceeded in a calendar year and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC -5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.03.A which describe subsurface and physical conditions. 1. Geotechnical Reports include the following: : Subsurface Investigation, Laboratory Testing Program and Provision of Pavement Recommendations for the Proposed Yorktown Boulevard Project — Everhart Road to Staples Street (Bond 2014) (City of Corpus Christi Project No. E13096), Corpus Christi, Texas, Rock Engineering and Testing Laboratory, Inc., March 24, 2014 — See Appendix A — Geotechnical Report 2. Subsurface Utility Engineering (S.U.E.) data includes the following exploratory excavation performed along Yorktown Blvd. — Everhart Rd. to Staples St., prepared by Hydro -Ex, LLC — November 2014 — See Appendix D — S.U.E. Report 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 concrete or 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, landscaping, irrigation, and IT and street lighting conduit, and coordination with franchise utility owners and City Departments on existing utilities. 1.03 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling and completion: Yorktown Boulevard — Lake Travis St. to Everhart Rd. (City Project No. E13093) 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 be extending a 4" gas line from the southside of Yorktown Boulevard at the intersection of Boston Drive to an existing gas line on the northside of Yorktown Boulevard at the intersection of Lipes Boulevard. The Gas Department will locate and adjust and/or relocate other existing gas lines within the project limits as needed. 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 ALLOWANCES A. Bid Item 1-B37 - Allowance for Unanticipated Street -Related 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. B. Bid Item 1-J42 —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 1-K33 —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 1-L3 — Allowance for Unanticipated Wastewater Improvements 1. The sum of $10,000.00 to be used for the purchase of Unanticipated Wastewater Improvements due to unanticipated work or unforeseen conditions and/or conflicts related to the work. E. Bid Item 2-B33 - Allowance for Unanticipated Street -Related Improvements Alternates and Allowances Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 012310-2 11-25-2013 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. F. Bid Item 2-J42 —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. G. Bid Item 2-K33 —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. H. Bid Item 2-L3 — Allowance for Unanticipated Wastewater Improvements 1. The sum of $10,000.00 to be used for the purchase of Unanticipated Wastewater Improvements due to unanticipated work or unforeseen conditions and/or conflicts related to the work. 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) - Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) - Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) - Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) - Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) - Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) - Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) - Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) - Project No. E13096 012900-8 03-11-2015 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid Item 1 -Al, 2-A1 — 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) - Project No. [13096 012901-1 Rev 01-13-2016 2. Measuring for payment is on a lump sum basis. Payment for mobilization will be based on the earned value of Work completed. B. Bid Item 1-A2, 2-A2 — 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 1-A3, 2-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 1-A4, 2-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 1-A5, 2-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 1-A6, 2-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 1-A7, 2-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 1-A13, 2-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 Measurement and Basis for Payment Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) - Project No. [13096 012901-2 Rev 01-13-2016 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. I. Bid Item 1-11, 2-11— Everhart Rd. Intersection Signalization 1. Consists of the complete installation of a new traffic signal at the Yorktown Blvd. / Everhart Road 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 B). 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. J. Bid Item 1-J32, 2-J32 — Modifications to Exist. Headwall Including Box Culvert Repairs 1. Includes the vertical extension of the existing concrete headwall with dowel bars into the exiting per contract documents. 2. Includes spall and crack repairs to the existing concrete culvert boxes in accordance with the contract documents with repair quantities as noted per contract documents. 3. Measuring for payment is on a lump sum basis. Payment will be based on the earned value of Work completed. K. 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) - Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. [13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. [13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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. Note to Specifier: The information in the table below should be reviewed and updated as necessary for each project. C. For the Contractor's convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Project Management and Coordination Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. [13096 013100-8 Rev 01-13-2016 Public Agencies/Contacts Phone Number Project Engineer — Nick Cecava, P.E. Freese and Nichols, Inc. 361-561-6500 Traffic Engineering 361-826-3547 Police Department 361-882-2600 Water/ Wastewater/ Stormwater 361-826-1800 (361-826-1818 after hours) Gas Department 361-885-6900 (361-885-6942 after hours) 361-885-5999 (Dispatch after hours) Parks & Recreation Department 361-826-3461 Street Department 361-826-1875 City Street Div. for Traffic Signals 361-826-1610 Solid Waste & Brush 361-826-1973 MIS Department (City Fiber) 361-826-3740 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 254-379-4400 Time Warner Communications Crown Castle Communications 1-888-632-0931 Century Tel 361-883-3000 Windstream Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-886-9005 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Management and Coordination Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 013300-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Document Management Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 027402 Reinforced Concrete Pipe Culverts Record Data 027602 Gravity Wastewater Lines Record Data 027611 Cleaning and Televised Inspection of Conduits Record Data 027614 CIPP 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 Street Lighting Improvements - Conduit, Pull Boxes Record Data Street Sign Assembly and Proofs Record Data Submittal Register Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 013304-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Construction Progress Schedule Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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: None 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. [13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Oso Creek. 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 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 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 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. The contractor is required to provide a certified flagger at the intersection of Lipes Boulevard on all Luther Jones Elementary school days when Yorktown Boulevard is reduced to only one lane in each direction and as directed by the City. The contractor is responsible for directing school traffic exiting Lipes onto Yorktown during the scheduled times of school drop off/pick up. Lipes Boulevard becomes a one-way street from Lethaby to Yorktown during the hours of 7:15am-8:15am and 2:45pm-3:45pm on school days. The contractor is required to adjust the temporary traffic controls on Lipes Boulevard during these times. 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 025802 (MOD) Page 1 of 3 Rev. 10-30-2014 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. 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 O5 -0 v AURN GMLDE\ TEMPORARY SIGNALIZATION Contractor will be required to provide any required 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. 025802 (MOD) Page 2 of 3 Rev. 10-30-2014 4. MEASUREMENT AND PAYMENT Bid Items 1-A7 and 2-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. Payment shall include, but not be limited to, furnishing, installing, moving, replacing and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, temporary 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 fmal estimate, upon completion of the project. 025802 (MOD) Page 3 of 3 Rev. 10-30-2014 TECHNICAL SPECIFICATION SECTION 028061 LANDSCAPING 1. GENERAL 1.1 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Trees. 2. Ornamental Grasses. 3. Ground covers. 4. Topsoil and soil amendments. 5. Fertilizers. 6. Topdressing 8. Stakes and guys. 9. Landscape edgings. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. SECTION 021020 "SITE CLEARING AND STRIPPING" for protection of existing trees and planting, topsoil stripping and stockpiling, and site clearing. 2. SECTION 021040 "SITE GRADING" for excavation, filling, rough grading, and subsurface aggregate drainage and drainage backfill. 1.3 SUBMITTALS A. General: Submit each item in this Article according to the Conditions of the General Provisions. B. Product certificates signed by manufacturers certifying that their products comply with specified requirements. 1. Manufacturer's certified analysis for standard products. 2. Analysis for other materials by a recognized laboratory made according to Page 1 of 10 methods established by the Association of Official Analytical Chemists, where applicable. 3. Label data substantiating that plants, trees, shrubs, and planting materials comply with specified requirements. C. Planting schedule indicating anticipated dates and locations for each type of planting. D. Maintenance instructions recommending procedures to be established by Owner for maintenance of landscaping. 1.4 QUALITY ASSURANCE A. Installer Qualifications: Engage an experienced Installer who has completed landscaping work similar in material, design, and extent to that indicated for this Project and with a record of successful landscape establishment. B. Provide quality, size, genus, species, and variety of trees and shrubs indicated, complying with applicable requirements of ANSI Z60.1 "American Standard for Nursery Stock." C. Measurements: Measure trees and shrubs according to ANSI Z60.1 with branches and trunks or canes in their normal position. Do not prune to obtain required sizes. Take caliper measurements 6 inches above ground for trees up to 4 -inch caliper size, and 12 inches above ground for larger sizes. Measure main body of tree or shrub for height and spread; do not measure branches tip -to -tip. . 1.5 DELIVERY, STORAGE, AND HANDLING A. Packaged Materials: Deliver packaged materials in containers showing weight, analysis, and name of manufacturer. Protect materials from deterioration during delivery and while stored at site. B. Trees and Shrubs: Do not prune before delivery, except as approved by Architect. Protect bark, branches, and root systems from sun scald, drying, sweating, whipping, and other handling and tying damage. Do not bend or bind - tie trees or shrubs in such a manner as to destroy natural shape. Provide protective covering during delivery. Do not drop trees and shrubs during delivery. C. Deliver trees, shrubs, ground covers, and plants after preparations for planting have been completed and install immediately. If planting is delayed more than 6 hours after delivery, set planting materials in shade, protect from weather and mechanical damage, and keep roots moist. Page 2 of 10 1. Do not remove container -grown stock from containers before time of planting. 2. Water root systems of trees and shrubs stored on site with a fine -mist spray. Water as often as necessary to maintain root systems in a moist condition. 1.6 PROJECT CONDITIONS A. Utilities: Determine location of above grade and underground utilities and perform work in a manner which will avoid damage. Hand excavate, as required. B. Excavation: When conditions detrimental to plant growth are encountered, such as rubble fill, adverse drainage conditions, or obstructions, notify Architect before planting. 1.7 COORDINATION AND SCHEDULING A. Coordinate installation of planting materials during with project manager/Landscape Architect for each type of plant material required. 1.8 WARRANTY A. General Warranty: The special warranty specified in this Article shall not deprive the Owner of other rights the Owner may have under other provisions of the Contract Documents and shall be in addition to, and run concurrent with other warranties made by the Contractor under requirements of the Contract Documents. B. Special Warranty: Warrant the following living planting materials for a period of one year after date of Substantial Completion, against defects including death and unsatisfactory growth, except for defects resulting from lack of adequate maintenance, neglect, or abuse by Owner, abnormal weather conditions unusual for warranty period, or incidents that are beyond Contractor's control. 1. Trees 2. Shrubs. 3. Ground covers. C. Remove and replace dead planting materials immediately unless required to plant in the succeeding planting season. D. Replace planting materials that are more than 25 percent dead or in an unhealthy condition at end of warranty period. Replace all palms that have not `pushed out' new growth as determined by the Landscape Architect. Page 3 of 10 E. A limit of one replacement of each plant material will be required, except for losses or replacements due to failure to comply with requirements. 1.9 TREE AND SHRUB MAINTENANCE (During Construction) A. Maintain trees and shrubs by pruning, cultivating, watering, weeding, fertilizing, restoring planting saucers, tightening and repairing stakes and guy supports, and resetting to proper grades or vertical position, as required to establish healthy, viable plantings. Spray as required to keep trees and shrubs free of insects and disease. Maintain trees and shrubs until final acceptance from City. 1.10 GROUND COVER AND PLANT MAINTENANCE (During Construction) A. Maintain ground cover and plants by watering, weeding, fertilizing, and other operations as required to establish healthy, viable plantings until final acceptance from City. 2.0 PRODUCTS 2.1 TREE AND SHRUB MATERIAL A. General: Furnish nursery -grown trees and shrubs conforming to ANSI Z60.1, with healthy root systems. Provide well -shaped, fully -branched, healthy, vigorous stock free of disease, insects, eggs, larvae, and defects such as knots, sun scald, injuries, abrasions, and disfigurement. B. Grade: Provide trees and shrubs of sizes and grades conforming to ANSI Z60.1 for type of trees and shrubs required. Trees and shrubs of a larger size may be used if acceptable to Engineer/Architect, with a proportionate increase in size of roots or balls. 2.2 MEDIUM TREES A. Medium Trees: Upright form, branched or pruned naturally in relationship to caliper and height. 1. Form: Multi trunk, clump, with 3 to 4 main trunks maximum. 'Tree form' 2.3 SHRUBS A. Form and Size: Shrubs with not less than the minimum number of canes required by and measured according to ANSI Z60.1 for type, shape, and height of shrub. 2.4 GROUND COVERS AND PLANTS Page 4 of 10 A. Provide ground covers and plants established and well rooted in removable containers and with not less than the minimum number and length of runners required by ANSI Z60.1 for the pot size indicated. 2.5 TOPSOIL A. Topsoil: ASTM D 5268, pH range of 6.5 to 7.5 percent organic material minimum, free of stones 1 inch or larger in any dimension, and other extraneous materials harmful to plant growth. Topsoil shall be friable and brown in color. 1. Topsoil Source: Import topsoil from off-site sources. Obtain topsoil from naturally well -drained sites where topsoil occurs at least 4 inches deep; do not obtain from bogs or marshes. 2.6 SOIL AMENDMENTS A. Ironite: 40 lb. bags. B. Sand: Clean, washed, natural or manufactured sand, free of toxic materials. C. Gypsum soil amendment grade. D. Peat Humus or Compost: Finely divided or granular texture, with a pH range of 6 to 7.5, composed of partially decomposed moss peat, peat humus, or reed - sedge peat compost and decomposed organic material such as hay, leaves, twigs, bark, wood chip, grass clippings and manure. Manure should not be more than 20% of the volume. Acceptable supplier and product from New Earth `Enriched Bed Mix. E. Manure: Well -rotted, unleached stable or cattle manure containing not more than 25 percent by volume of straw, sawdust, or other bedding materials; free of toxic substances, stones, sticks, soil, weed seed, and material harmful to plant growth. F. Herbicides: EPA registered and approved, of type recommended by manufacturer. G. Water: Potable. H. In lieu of site tilling the specified amendments contractor may provide a pre mixed landscape soil from 'New Earth' Enriched Bed Mix. Till 4" of specified soil to a 6"-8" depth. 2.7 FERTILIZER Page 5 of 10 A. Slow -Release Fertilizer: Granular fertilizer consisting of 50 percent water - insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: 16 percent nitrogen, 10 percent phosphorous, and 5 percent potassium, by weight. B. Fertilizer Tree Tablets: Agriform or approved equal. 2.8 MULCHES A. Hardwood Mulch: Organic mulch, free from deleterious materials and suitable as a top dressing of trees and shrubs, consisting of the following: 1. Type: Fine ground mulch, grade 'A'. 2. Size Range: 2" maximum, 1" minimum. 3. Color: Uniform dark brown color, acceptable to Landscape Architect 2.9 STAKES AND GUYS A. Guy Stakes: 6' metal "T" post, new painted green. B. Guy and Tie Wire: 1" Poly Chain. C. Flags: Standard surveyor's plastic flagging tape, white, 6 inches long. 2.10 MISCELLANEOUS MATERIALS A. Concrete mowing strip see landscape plan for location and detail. 2.11 LANDSCAPE EDGINGS A. Edging: Aluminum edging, 4" x 1/8", Green in color, install as per Manufacturer's instructions. 3.0 EXECUTION 3.1 EXAMINATION A. Examine areas to receive landscaping for compliance with requirements and for conditions affecting performance of work of this Section. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Lay out individual tree and shrub locations and areas for multiple plantings. Page 6 of 10 Stake locations, outline areas, and secure Architect's acceptance before the start of planting work. Make minor adjustments as may be required. 3.3 PLANTING SOIL PREPARATION A. Before mixing, clean topsoil of roots, plants, sods, stones, clay lumps, and other extraneous materials harmful to plant growth. Spray beds with `Round Up' if weeds or grass exist. B. Mix soil amendments and fertilizers with topsoil at rates indicated. Delay mixing fertilizer if planting does not follow placing of planting soil within a few days. 1. A "Planting Soil Amendments Schedule" is included at the end of this Section. C. For tree pits backfill material, mix planting soil before backfilling and stockpile at site. D. For planting beds at grade level, mix planting soil with the specified amendment on the surface of existing topsoil and mix thoroughly before planting. 1. Mix specified soil amendments prior to mixing fertilizer. 3.4 GROUND COVER AND PLANT BED PREPARATION A. Loosen sub grade of planting bed areas to a minimum depth of 4 inches. Remove stones larger than 1-1/2 inches in any dimension and sticks, roots, rubbish, and other extraneous materials. B. Spread planting soil mixture or amendments to depth required to meet thickness, grades, and elevations shown, after light rolling and natural settlement. Place approximately l/ the thickness of planting soil mixture required. Work into top of loosened sub grade to create a transition layer and then place remainder of planting soil mixture. C. Till soil in beds to a minimum depth of 6-8 inches and mix with specified soil amendments and fertilizers. 3.5 EXCAVATION FOR TREES A. Pits: Excavate with vertical sides and with bottom of excavation slightly raised at center to assist drainage Loosen hard subsoil in bottom of excavation. 1. Container -Grown Trees: Excavate 15" wider than root system, plus the Page 7 of 10 following setting -layer depth: a. Setting Layer: Allow 6 inches of planting soil. C. Dispose of subsoil removed from landscape excavations. Do not mix with planting soil or use as backfill. Clean excavation soil may be used for watering saucer. D. Obstructions: Notify Architect if unexpected rock or obstructions detrimental to trees or shrubs are encountered in excavations. E. Planting Beds: 1. Spray all areas with an approved herbicide. 2. Remove and dispose of existing grass, vegetation, and turf (if they exist) 3. Till subsurface soil to a depth of at least 2 inches. Spread 4" of 'New Earth' `Enriched Bed Mix' and initial fertilizers tilling thoroughly into top 8 inches of soil. Trim high areas and fill in depressions. Till soil to a homogenous mixture of fine texture. Prior topdressing 4. Clean surface soil of roots, plants, sods, stones, clay lumps, and other extraneous materials harmful to plant growth. 3.6 PLANTING TREES AND SHRUBS A. Set container -grown stock plumb and in center of pit or trench with top of ball raised above adjacent finish grades as indicated. 1. Carefully remove containers so as not to damage root balls. 2. Place stock on setting layer of compacted planting soil. 3. Place backfill around ball in layers, tamping to settle backfill and eliminate voids and air pockets. When pit is approximately 1/2 backfilled, water thoroughly before placing remainder of backfill. Repeat watering until no more is absorbed. Water again after placing and tamping final layer of backfill. B. Set trees on a cushion of planting soil. Carefully work backfill around roots system. Plumb before backfilling, and maintain plumb while working backfill around roots and placing layers around roots. C. Dish and tamp top of backfill to form a 4 -inch high mound around the rim of the pit. Do not cover top of root ball with backfill. 3.7 TREE GUYING AND STAKING A. Upright Staking and Tying: Stake all trees. Refer to the landscape planting and guying details. Page 8 of 10 B. Guying and Staking: Guy and stake trees with a minimum of 3 "T" post 6' length. Securely attach no fewer than 3 guys to post and attach flags to each 1" black Poly Chain. 3.8 PLANTING GROUND COVER AND PLANTS A. Space ground cover and plants as indicated. B. Dig holes large enough to allow spreading of roots, and backfill with planting soil. Work soil around roots to eliminate air pockets and leave a slight saucer indentation around plants to hold water. Water thoroughly after planting, taking care not to cover plant crowns with wet soil. 3.9 TOPDRESSING A. All planting beds to be top -dressed 4" of hardwood mulch. B. Mulch backfilled surfaces of pits, trenches, planted areas, and other areas indicated. 3.10 CLEANUP AND PROTECTION A. During landscaping, keep pavements clean and work area in an orderly condition. B. Protect landscaping from damage due to landscape operations, operations by other contractors and trades, and trespassers. Maintain protection during installation. Treat, repair, or replace damaged landscape work as directed. 3.11 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus soil and waste material, including excess subsoil, unsuitable soil, trash, and debris, and legally dispose of it off the Owner's property. 3.12 PLANTING SOIL AMENDMENTS A. Tree Pits & Planting Beds: Backfill 'New Earth' 4 -Way Mix. 3.13 MAINTENANCE (During Construction) A. Tree maintenance: Maintain trees until completion and acceptance of the entire project. Maintenance shall include pruning, cultivating, weeding, watering, mowing and application of appropriate insecticides and fungicides necessary to Page 9 of 10 maintain trees free of insects and disease. 1. Reset settled trees to proper grade and position. Restore mulching material which has blown away due to dryness or disturbed by maintenance operations, and remove dead material. 2. Correct defective work when deficiencies become apparent and weather and season permits. 3. Water trees within the first 24 hours of initial planting, and not less than twice per week until final acceptance. 4. Maintain all bed areas to be weed free. 3.14 ACCEPTANCE A. Planted areas will be approved by the Landscape Architect at substantial completion of all working operations and recommend beneficial acceptance upon completion of specified compliance with specifications and requirements. 1. Final acceptance is defined as the date on which the City officially accepts the project. 3.15 CLEANING 1. Perform cleaning during installation of the work and upon completion of the work. Remove all excess materials, soil, debris, and equipment from site. Repair damages resulting from planting operations. 4.0 MEASUREMENTS AND PAYMENT Landscape described in the plans and specifications will be paid for on a lump sum basis wherein no measurement will be made. The lump sum price will be full compensation for furnishing and installing all equipment; shop drawings; providing all submittals and warranties, furnishing all labor, materials, tools, equipment; and incidentals necessary to complete work as described in this section and related other sections of these specifications and plans, as well as maintenance until final acceptance by the Owner. Page 10 of 10 SECTION 028100 IRRIGATION SYSTEMS 1. GENERAL 1.1 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes valves, piping, specialties, accessories, controls, and wiring for drip irrigation systems. B. This Section includes valves, piping, specialties, accessories, controls, and wiring for drip and shrubbery irrigation systems (drip). C. Related Sections: The following Sections contain requirements that relate to this Section: 1. SECTION 028061 "LANDSCAPING" 2. SECTION 026204 "PVC PIPE FOR IRRIGATION — ASTM D2241" 1.3 DEFINITIONS A. Pipe sizes used in this Section are nominal pipe size (NPS) in inches. Tube sizes are Standard size in inches. B. Supply Piping: Piping from water source to connection to irrigation system pressure piping. Piping is under same pressure as water supply. Piping in this category is not included in this Section. C. Pressure Piping: Piping downstream from supply piping to and including control valves. Piping is under irrigation system pressure. Piping in this category includes pressure regulators, water meters, and backflow preventers, when used. D. Circuit Piping: Piping downstream from control valves to irrigation system, drip, and devices. Piping is under pressure (less than pressure piping) during flow. E. Control Valve: Manual or automatic (electrically operated) valve for control water flow to irrigation system zone. Irrigation System -028100 Page 1 of 10 1.4 SYSTEM PERFORMANCE REQUIREMENTS A. Location of Sprinklers and Devices: Design location is approximate. Make minor adjustments necessary to avoid plantings and obstructions such as signs and light standards. B. Minimum Water Coverage: Not less than: 1. Planting Areas: 100 percent drip cover. C. Components and Installation: Capable of producing piping systems with the following minimum working pressure ratings except where indicated otherwise. 1. Pressure Piping: 150 psig. 1.5 SUBMITTALS A. General: Submit the following according to the General Provisions. B. Product data including pressure rating, rated capacity & settings, for the following: 1. Backflow preventers, 2. Valves, including general -duty, underground, automatic control, and quick -coupler types, and valve boxes. 3. Subsurface drip, mainline, isolation valves and devices. 4. Controls, including controller wiring diagrams. C. Submit written manufacturers standard operating and maintenance instructions, upon irrigation systems acceptance. D. Submit reproducible irrigation system record drawings (as built). 1.6 QUALITY ASSURANCE A. Comply with requirements of utility supplying water for prevention of backflow and backsiphonage. B. Comply with requirements of authority with jurisdiction for irrigation systems. C. Installer Qualifications: Engage an experienced Installer who has completed irrigation systems similar in material, design, and extent to that indicated for Project that have resulted in construction with a record of successful in-service performance Irrigation System -028100 Page 2 of 10 1.7 PROJECT CONDITIONS A. Perform site survey, research city utility records, and verify existing utility locations. Verify that irrigation system piping may be installed in compliance with original design and referenced standards. B. Irrigation system layout is diagrammatic. Exact locations of piping, mainline, valves, and other components shall be established by Contractor in the field at time of installation and approved by the Project Engineer and the Landscape Architect. C. Protect existing or newly installed work, bed layouts, and other features designated to remain as part of the final landscape work. Promptly repair damage caused by irrigation system work. Cost of repairs is contractor's expense. D. Promptly notify Landscape Architect of unexpected subsurface conditions. E. Coordinate irrigation system work with landscape work specified in SECTION 028061 "LANDSCAPING". 2. PRODUCTS 2.1 MANUFACTURERS A . Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Irrigation Meters: a. Five (5) irrigation meters refer to irrigation legend. 2. Backflow Preventers: a. Five Febco Model 765 Pressure Vacuum Breaker 1" & 1 1/2". 3. Automatic Control Valves: a. Hunter ICV Series, 1" & 1 1/2". 4. Control Valve Boxes: a. Ametek by Plymouth Products Div.,10" & 24" Jumbo Boxes. Irrigation System -028100 Page 3of10 b. All valve boxes to have green lids. 5. Quick Couplers: a. Hunter or Nelson. 1" 7. Subsurface Drip: a. Rainbird Subsurface drip XFS .09 GPH or approved equal. 8. Controllers: (5) Hunter Irrigation Controllers: a. Hunter PCO Series Controller and Enclosure 2.2 PIPES A. Polyvinyl chloride pipe: ASTM D2241,rigid, unplasticized PVC, extruded from virgin parent material. Provide pipe homogenous throughout and free from visible cracks, holes, foreign materials, blisters, wrinkles and dents. 1. 3" diameter and under: SDR 21, Class 200. 2.3 PIPE AND TUBE FITTINGS A. PVC pipe fittings: ASTM D2241 schedule 40 PVC molded fittings suitable for solvent weld, slip joint ring tight seal, or screwed connections. 1. Size slip fitting socket taper to permit a dry unsoftened pipe end to be inserted no more than halfway into the socket. 2. Schedule 80 PVC pipe may be threaded. B. Insert fittings: ASTM D2466 insert type fittings. 1. Saddle and cross fittings not permitted. 2.4 BACKFLOW PREVENTERS A. Pressure Vacuum Breaker: FEBCO Model 765, 1" & 1 1/2". 2.5 CONTROL VALVES A. Description: Manufacturer's standard control valves for circuits, of type and size indicated: Irrigation System -028100 Page 4 of 10 2.6 QUICK COUPLER VALVE 1. Nelson - 1" with (4) keys and swivel 2.7 VALVE BOXES A. Control Valve Boxes: Tapered enclosure of rigid plastic material comprised of fibrous components chemically inert and unaffected by moisture corrosion and temperature changes. 1. 10" deep x 13" diameter base dimension and Jumbo 18" x 24" for drip. 2. Drainage Backfill: Cleaned gravel, graded from 3 inches maximum to 3/4" minimum. 3. All valve boxes that land in planting beds to have green lids. 2.8 SUBSURFACE DRIP A. Rainbird XFS Subsurface Drip or approved equal. 1. Flow rate: .09 GPH 2. Emitters Spacing: 12" 3. Filter 4. Pressure Regulator 5. Air Vent 6. Check Valve 7. Flush Cap 2.10 AUTOMATIC CONTROL SYSTEM A. Hunter Controllers a. Hunter Pro -C Controller refer to irrigation legend for size. 2.11 ELECTRICAL CONTROL A. Electrical Control Wire: Two -Wire system 2.12 ACCESSORIES A. Backfill: Clean soil free of stones larger than 2" diameter, foreign matter, organic material, and debris. Suitable excavated materials removed to accommodate the irrigation system work may be used as fill material subject to the Landscape Architect review and acceptance. B. Clamps: Stainless steel, worm gear hose clamps. Irrigation System -028100 Page 5 of 10 3. EXECUTION 3.1 EXAMINATION A. Investigate and determine available water supply water pressure and flow characteristics. B. Examine final grades and installation conditions. Do not start irrigation system work until satisfactory conditions are corrected. 3.2 PREPARATION A. Set flags to identify proposed sprinkler locations. Obtain the Project Engineer and the Landscape Architect's approval before excavation. 3.3 EARTHWORK A. Excavation, trenching, and backfilling. 3.4 PAVING WORK A. Install piping in sleeve under drives & 'Flat Work' concrete mowing strip. Refer to irrigation plan. 1. Install piping sleeves prior to construction of new pavement. 3.5 PIPING INSTALLATION A. Excavation and backfilling: Excavation shall include all materials encountered, except materials that cannot be excavated by normal mechanical means. Excavate trenches of sufficient depth and width to permit proper handling and installation of pipe and fittings. If the pulling method is used, the pipe "plow" shall be a vibratory type. Starting and finishing holes for pipe pulling shall not exceed a 1'-0" by 3'-0" opening. 1. Fill to match adjacent grade elevations with approved earth fill material. Place and compact fill layers not greater than 8" depth. Provide approved earth fill, sand, excavated, or topsoil fill material free of debris and rocks larger than 1" in any dimension. 2. Install irrigation mains with a minimum cover of 15" based on finished grades. Install irrigation laterals with a minimum cover of 12" based on finished grades. 3. Excavate trenches and install piping and fill during the same working day. Do not leave open trenches or partially filled trenches open overnight. Irrigation System -028100 Page 6 of 10 B Plastic Pipe: 1. Install plastic pipe in accordance with manufacturer's installation instruction. Provide for thermal expansion and contraction. Ensure square cuts. Remove burrs and shavings at cut ends prior to installation. 2. Make plastic to plastic joints with solvent weld joints or slip seal joints. Use only solvent recommended by the pipe manufacturer. Install plastic pipe fittings in accordance with pipe manufacturer's instructions. Contractor shall make arrangements with pipe manufacturer for all necessary field assistance. 3. Make plastic to metal joints with plastic male adapters. 4. Make solvent weld joints in accordance with manufacturer's recommendations. 5. Allow joints to set at least 24 hours before pressure is applied to the system 6. Maintain pipe interiors free of dirt and debris. Close open ends of pipe by acceptable methods when pipe installation is not in progress. C. Subsurface Drip, fittings, valves and accessories. 1. Install fittings, valves and accessories per manufacturer's instructions. 2. Install drip for trees within the tree well. Refer to irrigation detail. 3. Install quick -coupling valves with an adjustable double swing joint riser. 4. Install backflow prevention valve, fittings, and accessories as required to complete the system. Location shall be approved by the Landscape Architects and City Engineering Department. 2. Install controller with pedestal. a. Contractor responsible for all trenching, to include trenching to the power source, laying conduit, pulling wire, and electrical connection by the irrigation contractor. D. Subsurface Drip Installation. 1. The drip line shall be installed at a uniform depth and width. 2. When possible, pressures test the system before covering trenches for leaks prior to planting. 3. Pre -irrigate areas to ensure that the soil is hydrated to field capacity before planting begins F. Flushing, Testing and adjustment: 1. Flush and perform system testing upon completion of each section. Make necessary repairs and retest repaired sections as required. 2. Adjust drip after installation for proper and adequate flow of the water over the coverage pattern. Adjust for the proper flow. 3. Adjust all electric remote control valves flow control stems for system balance. Irrigation System -028100 Page 7 of 10 4. Test and demonstrate the controller by operating appropriate day, hour and station selection features as required to automatically start and shut down irrigation cycles. 3.6 VALVE INSTALLATION A. Valves: Install underground valves in valve boxes or pits. 1. Install in -ground control valves in a valve access box as indicated. 2. Install valve access boxes on a suitable base of gravel to provide a level foundation at proper grade and to provide drainage of the access box. 3. Seal threaded connections on pressure side of control valves with Teflon tape or approved plastic joint type compound. B. Control Valves: Install in valve control valve boxes, arranged for easy adjustment and removal. 3.7 BACKFLOW PREVENTER INSTALLATION A. Install pressure vacuum breaker. Install according to plumbing code and health department authorities with jurisdiction. 3.8 AUTOMATIC CONTROL SYSTEM INSTALLATION A. Install controllers according to manufacturer's written instructions and as indicated. B. Install free-standing controllers on concrete pads. Install as per Hunter installation instructions. C. Install control wire in same trench with piping. 3.9 CONNECTIONS A. Connect piping to subsurface drip, devices, valves, control valves, specialties, and accessories. B. Connect water supplies to irrigation systems. Include backflow preventers on potable water supplies. C. Electrical Connections: Connect to power source the controllers, and automatic control valves. Contractor must contact AEP to determine electrical point of connection prior to construction. All electrical connections from controller to Irrigation System -028100 Page 8of10 electric valve to be installed in accordance with state law. Power shall be by contractor. 3.10 FIELD QUALITY CONTROL A. Testing: 1. Flush and perform system testing upon completion of each section. Make necessary repairs and retest repaired sections as required. 2. Repair leaks and defects with new materials and retest system or portion thereof until satisfactory results are obtained. 3. Adjust all electric remote control valves flow control stems for system balance. 5. Test and demonstrate the controller by operating appropriate day, hour and station selection features as required to automatically start and shut down irrigation cycles. 3.11 CLEANING AND ADJUSTING A. Flush dirt and debris from piping before installing drip supply lines and other devices. B. Adjust automatic control valves to provide flow rate of rated operating pressure required for each circuit. C. Adjust settings of controllers and automatic control valves. 3.12 DEMONSTRATION A. Demonstrate to Architect that system meets coverage requirements and that automatic controls function properly. B. Demonstrate to City's maintenance personnel operation of equipment, bubblers, specialties, and accessories. Review operating and maintenance information. C. Provide 7 days' written notice in advance of demonstration. 3.13 DISPOSAL OF WASTE MATERIAL A. Stockpile and dispose of waste materials, including unsuitable excavated materials. Maintain site clear, clean and free of debris. 3.14 ACCEPTANCE A. Test and demonstrate to the Landscape Architect the satisfactory operation of the system free of leaks. Instruct the City's designated personnel in the operation of Irrigation System -028100 Page 9 of 10 the system, including adjustments of sprinklers, valves and controller. B. Upon acceptance the City will assume operation of the system. Acceptance is defined as the date on which the City officially accepts the project. Said date is also the point at which the one-year guarantee begins. 3.15 CLEANING A. Perform cleaning during installation of the work and upon completion of the work. Remove from site all debris and equipment. Repair damage resulting from irrigation system installation. 4.0 MEASUREMENTS AND PAYMENT Irrigation Systems described in the plans and specifications will be paid for on a lump sum basis wherein no measurement will be made. The lump sum price will be full compensation for furnishing and installing all equipment; shop drawings; providing all submittals and warranties, furnishing all labor, materials, tools, equipment; and incidentals necessary to complete work as described in this section and related other sections of these specifications and plans, as well as maintenance until final acceptance by the Owner. Irrigation System -028100 Page 10 of 10 TECHNICAL SPECIFICATION SECTION 028680 COLORED CONCRETE PAVEMENT PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Integrally colored concrete pavement. 2. Colored concrete pavement. 3. Stamped concrete pavement. 1.2 SUBMITTALS A. Submit according to the General Provisions. B. Product Data: For each product indicated. C. Mix Designs: For each type of integrally -colored concrete mix required. D. Samples for Initial Selection: Manufacturer's color charts. E. Sample Panels: 2 by 2 feet to demonstrate finish, color, and texture of decorative cement concrete pavement. F. Qualification Data: For Installer and manufacturer specified in Quality Assurance Article, including names and addresses of completed projects, architects, andowners. G. Material Test Reports: From testing agency indicating compliance of concrete materials, reinforcing materials, admixtures, and similar items with requirements. 1.3 QUALITY ASSURANCE A. Installer Qualifications: Trained or approved by Manufacturer of decorative concrete systems. B. Manufacturer's Qualifications: Three year's experience manufacturing products required. C. Testing Agency Qualifications: An independent agency qualified according to ASTM C 1077. D. Source Limitations: Obtain products from same source throughout Project. Colored Concrete Pavement -028680 Page 1 of 5 E. Field Samples: Locate at site and obtain approval before start of final work. Field samples shall be minimum 4 by 4 feet by full thickness. 1. Demonstrate range of finishes and workmanship, including curing procedures. 2. Approved field samples set quality standards for comparison with remaining work. 3. Approved field samples may become part of the completed Work if undisturbed at completion of Proj ect. 1.4 DELIVERY, STORAGE AND HANDLING A. Deliver materials in original packaging with labels intact. B. Store in clean, dry and protected location, accordingto manufacturer's requirements. 1.5 PROJECT CONDITIONS A. Environmental Requirements: Comply with requirements of Standard Specification Section 030020 "Portland Cement Concrete" and Standard Specification Section 038000 "Concrete Structures". PART 2 - PRODUCTS 2.1 FORMS A. Comply with requirements of Standard Specification Section 038000 "Concrete Structures". 2.2 STEEL REINFORCEMENT A. Comply with requirements of Standard Specification Section 032020 "Reinforcing Steel". 2.3 COLOR MATERIALS A. Integral Concrete Colorant: ASTM C 979, factory -measured powdered mix in self - dissolving packaging, consisting of non -fading finely -ground synthetic mineral -oxide coloring pigments and water reducing wetting agent. 1. Product: Butterfield Color® Uni-Mix® Integral Colorant. 2. Color: To one of the Standards Colors. Landscape Architect & City of Corpus Christi will approve and select the color. Colored Concrete Pavement -028680 Page 2 of 5 B. Integral Concrete Liquid Colorant: ASTM C 979, admixture for integrally coloring concrete, consisting of non -fading synthetic mineral -oxides coloring pigments suspended in a pH adjusted water-based solution, dispensed at the batch plant, or premeasured in pails for job -site addition. 1. Product: Butterfield Color® Uni-Mix® Integral Colorant. 2. Colors: As selected by Landscape Architect/City. 2.4 IMPRINTING TOOLS A. Stamp Mats: Semi-rigid polyurethane mats with projected texture and ridged underside capable of imprinting texture and joint patterns to plastic concrete. 1. Manufacturer: Butterfield Color®. 2. Pattern: As selected by LandscapeArchitect/City 2.5 ADMIXTURES A. Comply with requirements of Standard Specification Section 030020 "Portland Cement Concrete" and Standard Specification Section 038000 "Concrete Structures". B. Do not use calcium chloride or admixtures containing calcium chloride. 2.6 RELATED MATERIALS A. Comply with requirements of Standard Specification Section 030020 "Portland Cement Concrete" and Standard Specification Section 038000 "Concrete Structures" for expansion joint filler, bonding agents, etc. B. Bonding Agent: ASTM C 1059, Type II. 2.7 INTEGRAL CONCRETE MIXES A. Comply with Standard Specification Section 030020 "Portland Cement Concrete" for Class "A" concrete; Maximum Slump: 4 inches. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine subgrade and sub base for compliance with requirements. B. Do not proceed with decorative cement concrete pavement until unacceptable conditions are corrected 3.2 FORMWORK A. Comply with requirements of Division 3 Section "Cast -in -Place Concrete", Division 2 Section "Cement Concrete Pavement", and Division 32 Section "Concrete Paving". Colored Concrete Pavement -028680 Page 3 of 5 3.3 STEEL REINFORCEMENT A. Comply with requirements of Standard Specification Section 038000 "Concrete Structures". 3.4 CONCRETE PLACEMENT A. Comply with requirements of Standard Specification Section 038000 "Concrete Structures". B. Do not add water once placing has begun. Do not retemper concrete that has started to set. C. Uniformly broadcast pigmented powder release agent to concrete surfaces at rate recommended by manufacturer and according to manufacturer's instructions. 3.5 FINISHING A. After final floating, apply a medium broom finish perpendicular to direction oftraffic. 3.6 JOINTS A. Comply with requirements of Standard Specification Section 038000 "Concrete Structures" and details shown on the drawings. 3.7 CURING AND SEALING A. Protect decorative cement concrete pavement from prematurely drying and excessive cold or hot temperatures. B. Cure decorative cement concrete pavement according to manufacturer's instructions. C. Curing and Sealing Compound: Apply uniformly in continuous operation by sprayer or short nap roller according to manufacturer's instructions. After initial application is dry and tack free, apply a second coat. 1. Do not over apply or apply in a single heavycoat. 3.8 REPAIRS AND PROTECTION A. Repair damaged decorative cement concrete pavement according to manufacturer's instructions. B. Clean spillage and soiling from adjacent construction according to manufacturer's instructions. Colored Concrete Pavement -028680 Page 4 of 5 C. Protect decorative cement concrete pavement from damage or deterioration until date of Substantial Completion. 3.9 FIELD QUALITY CONTROL A. Comply with requirements of Standard Specification Section 038000 "Concrete Structures". 4.1 MEASUREMENT AND PAYMENT 4" Thick Colored Concrete Median and 4" Thick Colored Stamped Concrete Median and shall be measured by the square foot of surface area of completed median 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. Colored Concrete Pavement -028680 Page 5 of 5 December 2016 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 (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 (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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 YORKTOWN BLVD. PROJECT - EVERHART RD. TO STAPLES ST. (BOND 2014) (CITY OF CC PROJ. NO. E13096) CORPUS CHRISTI, TEXAS RETL PROPOSAL NUMBER: G114121 PREPARED FOR: FREESE AND NICHOLS, INC. 800 NORTH SHORELINE BOULEVARD, SUITE 1600N CORPUS CHRISTI, TEXAS 78401 MARCH 28, 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 Arkirdo,:ate OF reqs tt **I MARK C. ROCK e • 411$•%.. 71395 •�- i4,Ic',pFG1STEik-*�� Mark C. Rock, P.E. Vice President of Operations ��tE 0 F. TE���►11 r CHRISTOPHER• • ;ROCK I; AF::..958• 66.... ���: • ENS*: %.* SS�ONAI.E�� Christopher A. Rock, P.E. Vice President Corpus Christi TABLE OF CONTENTS Page INTRODUCTION 1 Authorization 1 Purpose and Scope 1 General 2 FIELD EXPLORATION 2 Scope 2 Drilling and Sampling Procedures 5 Field Tests and Measurements 5 LABORATORY TESTING PROGRAM 6 SUBSURFACE CONDITIONS 6 General 6 Soil Conditions 7 Groundwater Observations 8 OSHA Soil Type Classification 9 PAVEMENT RECOMMENDATIONS 10 Routine Maintenance of Rigid and Flexible Pavement Systems 14 Earthwork and Foundation Acceptance 14 Dewatering Construction Considerations 15 GENERAL COMMENTS 16 APPENDIX Boring/Core Location Plans Boring Logs B-01 through B-12 Key to Soil Classifications and Symbols March 28, 2014 Freese and Nichols, Inc. Attn: Mr. Ron Guzman, P.E. YORKTOWN BOULEVARD Everhart Rd. to Staples St.; Corpus Christi, Texas RETL Job No.: G114121 INTRODUCTION This report presents the results of a soils exploration for the proposed Yorktown Boulevard Project with project limits between Everhart Road to Staples 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 P110713B 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 Yorktown Boulevard from Everhart Road to Staples Street in Corpus Christi, Texas. The project includes reconstruction of the existing 4 travel lane roadway with a divided median. It is understood that the profile grade line of the roadway will remain the same or will be slightly lowered. In addition, new utility lines will be installed approximately 10 to 15 -feet below finished pavement. RETL performed the following: • Evaluated 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 the recommendation in this final report. • Provided soil parameters, trench excavation design parameters, OSHA soil type classification and recommendations needed by the contractor/engineer to design braced excavations for installation of underground utilities. In addition, prospective contractors will utilize the information provided in this report during the bidding process. 1 of 16 March 28, 2014 Freese and Nichols, Inc. Attn: Mr. Ron Guzman, P.E. YORKTOWN BOULEVARD Everhart Rd. to Staples St.; Corpus Christi, Texas RETL Job No.: G114121 The Geotechnical Engineer states that the findings, recommendations, specifications or professional advice contained herein, have been presented after being prepared in a manner consistent with that level of care and skill ordinarily exercised by reputable members of the Geotechnical Engineer's profession practicing contemporaneously under similar conditions in the locality of the project. No other representations are expressed or implied, and no warranty or guarantee is included or intended. The scope of services did not include an environmental assessment. Any statements in this report, or on the boring logs, regarding odors, colors, unusual or suspicious items or conditions are strictly for the information of the client. General The exploration and analysis of the subsurface conditions reported herein are considered sufficient in detail and scope to assist the design engineer in selecting suitable pavement sections for the proposed street rehabilitation project and to provide the contractors with information to assist with bidding and design of trench excavation protection. The information submitted for the proposed project is based on project details provided by Freese and Nichols, Inc., and the soil information obtained at the sample locations. The Geotechnical Engineer warrants that the findings, recommendations, specifications, or professional advice contained herein, have been presented after being prepared in accordance with generally accepted professional engineering practice in the fields of foundation engineering, soil mechanics and engineering geology. No warranties are expressed or implied. This report has been prepared for the exclusive use of the Freese and Nichols, Inc. for the specific application for the proposed Yorktown Boulevard Project with project limits between Everhart Road to Staples 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 pavement cores, soil borings and determining strength and classification of the subgrade soils samples obtained. 2 of 16 March 28, 2014 Freese and Nichols, Inc. Attn: Mr. Ron Guzman, P.E. YORKTOWN BOULEVARD Everhart Rd. to Staples St.; Corpus Christi, Texas RETL Job No.: G114121 A summary of the field investigation performed for the Yorktown Boulevard Project is provided in the tables below: YORKTOWN BOULEVARD EVERHART ROAD TO STAPLES STREET; CORPUS CHRISTI, TEXAS Boring/Core Number Boring Depth (ft) Location Depth of HMAC in) Depth of p Base (in) B-01 20 N 27° 40.399' W 97° 24.585' Yorktown Boulevard; 100' E from Everhart Rd.; 5' from south edge of pavement; Outside EBL _ 3.50 7.00 B-02 5 N 27° 40.362' W 97° 24.489' Yorktown Boulevard; 350' E from Everhart Rd.; 5' from north edge of pavement; Inside WBL 6.00 9.00 B-03 20 N 27° 40.331' W 97° 24.445' Yorktown Boulevard; 150' W from Dallas St.; 5' from south edge of pavement; Inside EBL 5.00 7.00 B-04 5 N 27° 40.281' W 97° 24.331' Yorktown Boulevard; 450' W from Lipes St.; 5' from north edge of pavement; Outside WBL 9.00 7.00 B-05 20 N 27° 40.241' W 97° 24.269' Yorktown Boulevard; 60' W from Lipes St.; 5' from south edge of pavement; Outside EBL 5.50 7.00 B-06 5 N 27° 40.199' W 97° 24.165' Yorktown Boulevard; 150' W from Yorkshire Dr.; 5' from north edge of pavement; Inside WBL 6.00 6.00 B-07 5 N 27° 40.154' W 97° 24.088' Yorktown Boulevard; 200' E from Yorkshire Dr.; 5' from south edge of pavement; Inside EBL 6.00 6.00 B-08 20 N 27° 40.121' W 97° 23.994' Yorktown Boulevard; 1,000' W from Staples St.; 6' from north edge of pavement; Outside WBL 7.00 7.50 B-09 5 N 27° 40.077' W 97° 23.935' Yorktown Boulevard; 1,500' W from Staples St.; 6' from south edge of pavement; Outside EBL 6.00 6.00 B-10 20 N 27° 40.055' W 97° 23.872' Yorktown Boulevard; 1,000' W from Staples St.; 5'from north edge of pavement; Inside WBL 6.00 8.00 B-11 5 N 27° 40.023' W 97° 23.828' Yorktown Boulevard; 500' W from Staples St.; 4' from south edge of pavement; Inside EBL 4.25 6.00 B-12 20 N 27° 40.004' W 97° 23.768' Yorktown Boulevard; 60' W from Staples St.; 5' from north edge of pavement; Outside WBL 6.00 6.00 3 of 16 March 28, 2014 Freese and Nichols, Inc. Attn: Mr. Ron Guzman, P.E. YORKTOWN BOULEVARD Everhart Rd. to Staples St.; Corpus Christi, Texas RETL Job No.: G114121 YORKTOWN BOULEVARD EVERHART ROAD TO STAPLES STREET; CORPUS CHRISTI, TEXAS Depth of IIMAC & Flexible Base Material Boring/Core Number Boring Depth (ft) Location Depth of HMAC (in) Depth of Base (in) C-13 --- N 27° 40.409' W 97° 24.589' Yorktown Boulevard; 50' E from Everhart Rd.; 5' from north edge of pavement; Inside WBL 6.00 7.00 C-14 --- N 27° 40.379' W 97° 24.538' Yorktown Boulevard; 350' E from Everhart Rd.; 5' from south edge of pavement; Inside EBL 5.50 4.00 C-15 --- N 27° 40.336' W 97° 24.442' Yorktown Boulevard; 600' E from Everhart Rd.; 5' from north edge of pavement; Outside WBL 7.50 7.00 C-16 --- N 27° 40.296' W 97° 24.378' Yorktown Boulevard; 150' E from Dallas St.; 6' from south edge of pavement; Outside EBL 5.50 4.00 C-17 --- N 27° 40.267' W 97° 24.303' Yorktown Boulevard; 200' W from Lipes St.; 5' from north edge of pavement; Inside WBL 9.00 7.00 C-18 --- N 27° 40.215' W 97° 24.213' Yorktown Boulevard; 200' E from Boston Dr.; 5' from south edge of pavement; Inside EBL 5.00 5.75 C-19 --- N 27° 40.182' W 97° 24.125' Yorktown Boulevard; 40' E from Yorkshire Dr.; 5' from north edge of pavement; Outside WBL 6.25 6.75 C-20 --- N 27° 40.132' W 97° 24.049' Yorktown Boulevard; 450' E from Yorkshire Dr.; 5' from south edge of pavement; Outside EBL 5.50 6.25 C-21 --- N 27° 40.101' W 97° 23.963' Yorktown Boulevard; 750' W from Staples St.; 6' from north edge of pavement; Inside WBL 8.25 7.75 C-22 --- N 27° 40.058' W 97° 23.893' Yorktown Boulevard; 1,250' W from Staples St.; 4' from south edge of pavement; Inside EBL 5.00 6.50 C-23 --- N 27° 40.044' W 97° 23.845' Yorktown Boulevard; 700' W from Staples St.; 5' from north edge of pavement; Outside WBL 6.25 7.75 C-24 --- N 27° 40.004' W 97° 23.792' Yorktown Boulevard; 200' W from Staples St.; 5' from south edge of pavement; Outside EBL 6.75 6.50 Average Thickness 6.00* 6.50* 4 of 16 March 28, 2014 Freese and Nichols, Inc. Attn: Mr. Ron Guzman, P.E. *These values were rounded to the nearest'/ -inch. Where: EBL = East Bound Lane WBL = West Bound Lane YORKTOWN BOULEVARD Everhart Rd. to Staples St.; Corpus Christi, Texas RETL Job No.: G114121 The average thickness of the HMAC is 6.0 -inches and the average thickness of the base material is 6.5 -inches. These average thicknesses are rounded to the nearest'/ -inch. The borings and pavement cores performed for this project were used to determine the classification and strengths of the in-situ soils 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 and GPS coordinates obtained using a commercially available GPS at the boring locations. The boring logs are included in the Appendix. Drilling and Sampling Procedures At each boring location, pavement cores were performed to provide access to the subsurface soils. The pavement cores were obtained using a coring machine equipped with a diamond bit to penetrate the existing pavement constituents to a depth the subgrade soils were encountered. Once the pavement constituents were penetrated and the existing pavement constituents removed, a drilling rig equipped with a rotary head turning hollow stem augers was used to advance the boreholes to the desired boring termination depth. Disturbed soil samples were obtained employing split -barrel sampling procedures in general accordance with the procedures for, "Penetration Test and Split -Barrel Sampling of Soils, (ASTM D1586)." Undisturbed soil samples were obtained using thin-wall tube sampling procedures in accordance with "Thin Walled Tube Sampling of Soils, (ASTM D1587)." The samples obtained by this procedure were extruded by a hydraulic ram and classified in the field. All of the samples were placed in plastic bags, marked according to boring number, depth and any other pertinent field data, stored in special containers and delivered to the laboratory for testing. Field Tests and Measurements Penetration Tests - During the sampling procedures, standard penetration tests (SPT) were performed to obtain the standard penetration value of the soil. The standard penetration value (N) is defined as the number of blows of a 140 -pound hammer, falling 30 -inches, required to advance the split -barrel sampler 1 -foot into the soil. The sampler is lowered to the bottom of the previously cleaned drill hole and advanced by blows from the hammer. The number of blows is recorded for each of three successive 6 -inch penetrations. The "N" value is the sum of the second and third 6 -inch increment number of blows. The results of standard penetration tests indicate the relative density of cohesionless soils and comparative consistency of cohesive soils, thereby providing a basis for estimating the relative strength and compressibility of the soil profile components. 5 of 16 March 28, 2014 Freese and Nichols, Inc. Attn: Mr. Ron Guzman, P.E. YORKTOWN BOULEVARD Everhart Rd. to Staples St.; Corpus Christi, Texas RETL Job No.: G114121 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)4, 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 the issuance of this report. 6 of 16 March 28, 2014 Freese and Nichols, Inc. Attn: Mr. Ron Guzman, P.E. YORKTOWN BOULEVARD Everhart Rd. to Staples St.; Corpus Christi, Texas RETL Job No.: G114121 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 K. Kp 0-1.1 Ex. HMAC Pavement Not Applicable 1.1-11 Fat/Lean CLAY 48-84 30-57 1,700 0 120 0.4 2.5 11-14 Fat/Lean CLAY and CLAYEY Sand 31-43 18-27 900 0 115 0.5 2.0 14-17 Fat/Lean CLAY and CLAYEY Sand 31-33 18 900 0 55 0.5 2.0 17 20 Poorly Graded SAND and Silty SAND __ _ 0 30 55 0.33 3.0 Where: D = Depth in feet below existing grade LL = Liquid limit (%) PI = Plasticity index C = Soil Cohesion, psf (undrained) 4) = Angle of Internal Friction, deg. (undrained) ye = Effective soil unit weight, pcf K,= Active Earth Pressure Coefficient Kp = Passive Earth Pressure Coefficient Exceptions to the soil conditions provided in the table above were observed. Of particular interest is the lack of sand between the 17 to 20 -foot depths in borings B-01, B-03 and B-08 where firm to stiff fat/lean clay and clayey sand soils were encountered. Lime was indicated using phenolphthalein, an indicator solution, only at boring locations B-08 and B-10. Base samples were subjected to Atterberg limits tests to determine the plasticity. The liquid limit (LL) ranged from 30 to 35 -percent and the plasticity indices (PI) ranged from 13 to 16. The trench protection should be designed to provide the most conservative design given the design parameters provided in the table above. 7 of 16 March 28, 2014 Freese and Nichols, Inc. Attn: Mr. Ron Guzman, P.E. YORKTOWN BOULEVARD Everhart Rd. to Staples St.; Corpus Christi, Texas RETL Job No.: G114121 It should be noted that the values for the design of braced excavations provided in the table above are based on the soil strengths and soil densities encountered in the field and generally accepted empirical formulas correlating undrained shear strengths to drained shear strengths and the corresponding angle of internal friction for clay soils. The active and passive earth pressure coefficients were calculated using the drained angle of internal friction as recommended in "FOUNDATION ANALYSIS AND DESIGN', written by Mr. Joseph Bowles where he states, "Drained soil parameters for stiff clays and 4)-C soils in general may be appropriate for lateral pressures behind braced walls where the excavation is open for a considerable length of time." Groundwater Observations Groundwater (GW) observations and the depths the borings caved are provided in the following table: GROUNDWATER OBSERVATIONS BORING NO. DURING DRILLING UPON COMPLETION B-01 15.5' GW at 14' and Caved at 16' B-02* Dry Dry and Open B-03 15.5' GW at 14'and Caved at 16' B-04* Dry Dry and Open B-05 16' GW at 10' and Caved at 16.5' B-06* Dry Dry and Open B-07* Dry Dry and Open B-08 17' Wet and Caved at 16.5' B-09* Dry Dry and Open B-10 17' Dry and Open B-11* Dry Dry and Open B-12 Dry 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 near the 14 -foot depth. 8 of 16 March 28, 2014 Freese and Nichols, Inc. Attn: Mr. Ron Guzman, P.E. YORKTOWN BOULEVARD Everhart Rd. to Staples St.; Corpus Christi, Texas RETL Job No.: G114121 The groundwater readings provided in the table above are indicative of the conditions at the boring locations during the time of our field investigation. It should be emphasized that water levels in open boreholes may require several hours to several days to stabilize depending on the permeability of the soils and that groundwater levels at this site will be subject to seasonal conditions, recent rainfall, drought or temperature effects. OSHA Soil Type Classification The table below provides a summary of the OSHA Soil Type Classification for the soils encountered at this site to the depth of 20 -feet at the boring locations: D DESCRIPTION OSHA Soil Type Classification 0-11 Stiff Clay Above Water Table Type B 11-14 Firm Clay Above Water Table Type B 14-17 Firm Clay Below Water Table Type C 17-20 Medium Dense Sand Below Water Table Type C It should be noted that the contractor's "responsible person" shall make the final determination of the OSHA Soil Type during excavation of the soils at the jobsite. The maximum allowable slopes during construction for soil OSHA soil types are provided in the following table: GUIDELINES FOR MAXIMUM ALLOWABLE SLOPES Soil or Rock Type Max. Allow. Slopes for Excavations < Than 20' Deep Stable Rock Vertical Type A 3/ Horizontal : 1 Vertical Type B 1 Horizontal : 1 Vertical Type C l'/2 Horizontal : 1 Vertical Guidelines for maximum allowable slopes were obtained from OSHA documents, but do not take into account any recent revisions or the stability of long term unprotected slopes. Long term unprotected slopes will likely require flatter slopes. The guidelines presented herein for slopes does not imply RETL is taking responsibility for construction site safety, this responsibility falls entirely upon the contractor and his responsible person. RETL is assuming that the contractor will comply with all rules, ordinances and other requirements to comply with safe construction practices. 9 of 16 March 28, 2014 Freese and Nichols, Inc. Attn: Mr. Ron Guzman, P.E. YORKTOWN BOULEVARD Everhart Rd. to Staples St.; Corpus Christi, Texas RETL Job No.: G114121 PAVEMENT RECOMMENDATIONS The proposed roadway rehabilitation will include the reconstruction of the existing 4 travel lane roadway with a divided median. It is understood that the profile grade line of the roadway will remain the same or will be slightly lowered. In designing the proposed roadway, the existing subgrade conditions must be considered together with the expected traffic use and loading conditions. The conditions that influence pavement design can be summarized as follows: • Bearing values of the subgrade. These can be represented by a California Bearing Ratio (CBR) for the design of flexible pavements or a Modulus of Subgrade Reaction (K) for rigid pavements. • Vehicular traffic, in terms of the number and frequency of vehicles and their range of axle loads. • Probable increase in vehicular use over the life of the pavement. • The availability of suitable materials to be used in the construction of the pavement and their relative costs. Specific laboratory testing to define the subgrade strength (i.e. CBR/K values) have not been performed for this analysis. Based upon local experience and soil classification, the estimated CBR and K values for the natural 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 — 5,234 East bound (8/22/2011) 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 l8 -kip Equivalent Single Axle Loads (ESAL) and calculated required structural number are provided in the table below for 20 and 30 -year pavement designs: 10 of 16 March 28, 2014 Freese and Nichols, Inc. Attn: Mr. Ron Guzman, P.E. YORKTOWN BOULEVARD Everhart Rd. to Staples St.; Corpus Christi, Texas RETL Job No.: G114121 YORKTOWN BOULEVARD PROJECT (Everhart Rd. to Staples St.) Pavement Constituent 20 Year Design (2035) 30 Year Design (2045) ADT 8/22/2011 (Eastbound) 5,234 5,234 Design Lane ADT (with 2.6% growth) 9,691 12,527 Percent Trucks 4% 4% Calculated Flexible ESAL's 1,214,612 2,497,724 Calculated Rigid ESAL's 1,463,339 2,867,716 Required Minimum Structural Number (SN) 4.66 5.17 Rigid Pavement Thickness (in) 7.23 8.17 2011 ADT, percent growth and percent trucks were provided by the City of Corpus Christi. Recommended Pavement Sections — Yorktown Boulevard Project (Everhart Rd. to Staples St.) 20 -Year Design Life — Required SN20= 4.66 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 7" HMAC Type D 2" 2" 4" 2" 1" HMAC Type B 4" 4" --- 3" --- Limestone (Type A Gr. 1) 11" 11" 11" 12" 6"* Tensar Geogrid TX -5 No No TX -5 TX -5 No Tensar Geogrid BX1100 No BX1100 No No No Lime Stabilized Subgrade (5%) 8"* --- 8"* --- --- Calculated SN 4.70 4.70 4.69 4.69 N/A 11 of 16 March 28, 2014 Freese and Nichols, Inc. Attn: Mr. Ron Guzman, P.E. YORKTOWN BOULEVARD Everhart Rd. to Staples St.; Corpus Christi, Texas RETL Job No.: G114121 Recommended Pavement Sections — Yorktown Boulevard Project (Everhart Rd. to Staples St.) 30 -Year Design Life — Required SN30= 5.17 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 8" HMAC Type D 2" 2" 2" 2" 1" HMAC Type B 4" 4" 3" 4" --- Limestone (Type A Gr. 1) 15" 15" 12" 13" 6"* Tensar Geogrid TX -5 No No TX -5 TX -5 No Tensar Geogrid BX1100 No BX1100 No No No Lime Stabilized Subgrade (5%) 8"* --- 8"* --- --- Calculated SN 5.26 5.26 5.25 5.25 N/A *The existing pavement constituents when properly salvaged, stockpiled and replaced in accordance with 2004 TxDOT Specification Item 305; Salvage, Stockpile and Replace may be used in lieu of the constituents indicated in the table above. If the existing salvaged pavement constituents are utilized in the Rigid Pavement Section No. 1 above, then the salvaged pavement constituents will require cement stabilization in accordance with 2004 TxDOT Specification; Item 275; Cement Treatment (Road Mixed) with a minimum of 4 -percent cement based on the maximum dry unit weight of the raw salvaged pavement, as determined by the standard Proctor (ASTM D698), and then compacted in place to a minimum density of 98 -percent of the standard Proctor (ASTM D698) and within 11/2 -percent of the optimum moisture content. Given that the average existing HMAC thickness is 6.00 -inches thick and the average thickness of the existing base material is 6.50 -inches thick, of which only approximately 5 -inches can be salvaged without problems associated with contaminating the base material with subgrade soils, RETL recommends milling the upper 31/2 -inches of HMAC prior to salvaging the material in order to comply with 2004 TxDOT Specification; Item 275; Cement Treatment (Road Mixed) which limits the amount of asphalt concrete pavement to no more than 50 -percent of the mix. 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 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. 12 of 16 March 28, 2014 Freese and Nichols, Inc. Attn: Mr. Ron Guzman, P.E. YORKTOWN BOULEVARD Everhart Rd. to Staples St.; Corpus Christi, Texas RETL Job No.: G114121 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 5 - 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. The flexible base materials utilized shall meet the minimum physical requirements for TxDOT Item 247, Type A, Grade 1. Base materials in flexible pavement areas should be placed in maximum 8 -inch thick loose lifts and compacted to a minimum density of 98 -percent of the maximum dry density, as determined by the modified Proctor test (ASTM D1557), and within 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 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% -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 should 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. 13 of 16 March 28, 2014 Freese and Nichols, Inc. Attn: Mr. Ron Guzman, P.E. YORKTOWN BOULEVARD Everhart Rd. to Staples St.; Corpus Christi, Texas RETL Job No.: G114121 The use of concrete for paving has become more prevalent in recent years due to a decrease in the material cost of concrete and to the long term maintenance cost benefits of concrete pavement compared to asphaltic pavements. The concrete pavement should be properly reinforced and jointed, as per ACI, and should have a mean concrete modulus of rupture of 620 psi (4,000 psi compressive strength concrete). Expansion joints should be sealed with an appropriate sealant so that moisture infiltration into the subgrade soils and resultant concrete deterioration at the joints is minimized. The joints should be thoroughly cleaned and sealant should be installed without overfilling before pavement is opened to traffic. Routine Maintenance of Rigid and Flexible Pavement Systems The pavement sections provided in this report are designed based l8 -kip equivalent single axle loads over the design life. During the design life, the roadway will require routine maintenance such as crack sealing and seal coats for flexible pavements and joint maintenance for rigid pavement sections. Without proper maintenance, moisture infiltration into the base material and subgrade will result in rapid deterioration of the pavement system. RETL recommends that the City of Corpus Christi protect their investment by incorporating an aggressive maintenance program. Earthwork and Foundation Acceptance Exposure to the environment may weaken the soils if excavations remain open for long periods of time. Therefore, it is recommended that all excavations be extended to final grade and the utilities, boxes, and manholes be installed as soon as possible to minimize potential damage to the bearing soils. The bearing level should be free of loose soil, ponded water or debris and should be observed by the Geotechnical Engineer, or his designated representative. Concrete, pavement constituents, bedding materials and backfill materials should not be placed on soils that have been disturbed by rainfall or seepage. If the bearing soils are softened by surface water intrusion, or by desiccation, the unsuitable soils must be removed from the excavation and replaced with properly compacted fill. Backfill materials should be placed in maximum 8 -inch thick loose lifts and compacted to a minimum density of 95 -percent of the maximum dry density, as determined by the standard Proctor (ASTM D698), and the moisture content should be maintained within —1 to +3 -percent of the optimum moisture content. The Geotechnical Engineer or his designated representative should monitor the placement of roadway constituents, bedding material, backfill and backfill behind the curb. Any areas not meeting the required compaction should be recompacted and retested until compliance is met. 14of16 March 28, 2014 Freese and Nichols, Inc. Attn: Mr. Ron Guzman, P.E. Dewatering Construction Considerations YORKTOWN BOULEVARD Everhart Rd. to Staples St.; Corpus Christi, Texas RETL Job No.: G114121 Based on the groundwater observations made during the drilling operations and based on our experience with other geotechnical investigations performed in the vicinity of the project limits, it appears 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. The following discussion is general information that may be useful where dewatering operations are required. For construction of shallow excavations, open drainage or interceptor ditches can be expedient and relatively inexpensive method for lowering the groundwater table a slight distance. The interceptor ditch has to penetrate deeper than the elevation of the work area. Water collecting in such ditches normally has to be pumped out of the ditch for disposal. Since gravity flow is relied upon to bring the water to the ditch, the continued inflow is dependent on the water level in the ditch being kept low. With this method, it is common to construct small pits in the ditch, termed sump pits, for locating the necessary pumps (sump pumps). The drawing down of the water table can also be accomplished by constructing a series of sump pits, or, if greater depth is required, some type of drainage wells around the construction area and pumping the water from these pits or wells. For dewatering to intermediate depths (to about 30 -feet but more if sufficient area is available for installing the necessary equipment) well -point systems are normally used. To dewater an area, a series of well points is installed around the perimeter of the area. The groundwater level within the perimeter will be lowered when the well -point system is put in operation. The spacing of the well points varies according to the soil type and depth of dewatering. Spacing conventionally varies between 3 and 10 -feet. With the type of pumping equipment conventionally used for well points, the depth of dewatering that can usually be achieved by a single line of well points located around the perimeter of an excavation is about 18 to 20 -feet. This is due to the limit on the practical lifting, or suction, capacity of the pumping equipment. Lowering the water table through a greater distance may require the use of a two (or more) stage (multistage) installation. Where a two- stage installation is required, the well points for the first stage of drawdown are located near the extreme perimeter limits of the area that can be excavated, and are put into operation. Well points for the second stage are subsequently located within the area that has been excavated, near to the bottom elevation that has been dewatered by the first stage. The second stage well points then lower the water table to the additional depth necessary to complete the excavation in dry conditions. 15 of 16 March 28, 2014 Freese and Nichols, Inc. Attn: Mr. Ron Guzman, P.E. YORKTOWN BOULEVARD Everhart Rd. to Staples St.; Corpus Christi, Texas RETL Job No.: G114121 Subsurface water that flows in an upward direction into an excavation area that is being dewatered imparts a seepage force that tends to loosen the soil, reducing the soil strength. The change in strength should be considered in designing excavation bracing and foundations. Where excavations are to extend more than a few feet below groundwater level, open ditches or pits may not be practical, and more advanced methods may be required. Other methods of dewatering are available and may be more cost effective than those mentioned above. Additional information concerning dewatering may be obtained from a contractor whose specialty is dewatering. GENERAL COMMENTS If there are any revisions to the plans for the proposed project, or if deviations from the subsurface conditions noted in this report are encountered during construction, RETL should be retained to determine if changes in the recommendations are required. If RETL is not retained to perform these functions, RETL will not be responsible for the impact of those conditions on the performance of the project. It is recommended that RETL be retained to provide observation and testing during the construction of the proposed project. RETL cannot accept any responsibility for any conditions which deviate from those described in this report, nor for the performance of the project if not engaged to also provide construction observation and testing. If it is required for RETL to accept any liability, then RETL must agree with the plans and perform such observation during construction as we recommend. All sheeting, shoring, and bracing of trenches, pits and excavations should be made the responsibility of the contractor and should comply with all current and applicable local, state and federal safety codes, regulations and practices, including the Occupational Safety and Health Administration. 16 of 16 APPENDIX March 28, 2014 Freese and Nichols, Inc. Attn: Mr. Ron Guzman, P.E. BORING/CORE LOCATION PLAN YORKTOWN BOULEVARD Everhart Rd. to Staples St.; Corpus Christi, Texas RETL Job No.: G114121 ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TX 78409 (361) 883-4555 March 28, 2014 Freese and Nichols, Inc. Attn: Mr. Ron Guzman, P.E. BORING/CORE LOCATION PLAN YORKTOWN BOULEVARD Everhart Rd. to Staples St.; Corpus Christi, Texas RETL Job No.: G114121 ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TX 78409 (361) 883-4555 March 28, 2014 Freese and Nichols, Inc. Attn: Mr. Ron Guzman, P.E. BORING/CORE LOCATION PLAN YORKTOWN BOULEVARD Everhart Rd. to Staples St.; Corpus Christi, Texas RETL Job No.: G114121 ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TX 78409 (361) 883-4555 LOG OF BORING B-01 SHEET 1 of 1 G a ? rF0 Rock Engineering & Testing Lab., Inc. � % 6817 Leopard ,' OCaCorpus Christi, TX 78409 hone: (361) 883-4555 QPM Telephone: Agro GQe Fax: 883-4711 9r `G o CLIENT: Freese and Nichols, Inc. PROJECT: Prop. Yorktown Boulevard Project LOCATION: Yorktown Boulevard; Corpusus Christi, TX NUMBER: G114121 DATE(S) DRILLED: 02/24/14 - 02/24/14 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 (%) GROUNDWATER INFORMATION: Groundwater (GW) was encountered at 15.5' during drilling operations. GW at 14' and caved at 16' upon completion of drilling operations. SURFACE ELEVATION: N/A LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX DESCRIPTION OF STRATUM LL PL PI ASPHALT (3.50") 1 BASE MATERIAL (7.00") / - - 10 - / s / j� 15 SH S-1 SH S-2 SH S-3 SH4 SH S-5 SS S-6 SS S-7 P= 1.5 35 P= 2.25 29 P= 3.5 26 P= 3.0 24 P= 2.75; 24 Tv= 1.3 1 N=9 25 N= 6 27 59 49 24 17 35 32 94 0.7 85 89 52 FAT CLAY, with sand, dark gray, moist, stiff. (CH) Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above, gray and brown. Same as above, brown, very stiff. LEAN CLAY, brown, moist, very stiff. (CL) SANDY FAT CLAY brown, moist, very stiff, slickensided. Same as above, stiff. Sand seam encountered. Same as above, firm. 20 Boring was terminated at a depth of 20 -feet. of N - STANDARD PENETRATION TEST RESISTANCE P - POCKET PENETROMETER RESISTANCE D DI T - POCKET TORVANE SHEAR STRENGTH D REMARKS: depth d location was determined by RETL. Boring operations were performed by EnviroCore, Inc., a drilling sub consultant to RETL, at GPS Coord. N 27° 40.399' W 97°24.585% Boring Location: Yorktown Boulevard; 100' E from Everhart Rd.; 5' from south edge of ment pave ; Tv= 1.3 tsf; C= 2,600 psf LOG OF BORING B-02 SHEET 1 of 1 G ��G`�*,P` sr�tio 817 Leopardring & Testing Lab., Inc. St. Corpus Christi, TX 78409 , oe Telephone: (361) 883-4555 4r° G9 Fax: (361) 883-4711 y ``' CLIENT: Freese and Nichols, Inc. PROJECT: Prop. Yorktown Boulevard Project LOCATION: Yorktown Boulevard; Corpus Christi, TX NUMBER: G114121 DATE(S) DRILLED: 02/21/14 - 02/21/14 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 iv-.. .❖. - - SH s-1 SH S-2 ASPHALT (6.00") BASE MATERIAL (9.00") I P= 2 0 P= 3.0 27 27 48 18 30 73 LEAN CLAY with sand, dark gray, moist, stiff. (CL) Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above, very stiff. j5 N - STANDARD P - POCKET T - POCKET Boring was terminated at a depth of 5 -feet. i PENETRATION TEST RESISTANCE PENETROMETER RESISTANCE TORVANE SHEAR STRENGTH REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by RETL at GPS Coord. N 27° 40.362' W 97° 24.499'. Boring Location: Yorktown Boulevard; 350' E from Everhart Rd.; 5' from north edge of pavement; Inside west bound lane LOG OF BORING B-03 SHEET 1 of 1 44 rFs Rock Engineering & Testing Lab., Inc. Corpus Christi, TX 78409 <; ' OC % Corps Chard, T 4e Qpm Telephone: (361) 883-4555 4;. 99° Fax: (361) 883-4711 '' * CLIENT: Freese and Nichols, Inc. PROJECT: Prop. Yorktown Boulevard Project LOCATION: Yorktown Boulevard; Corpus Christi, TX P NUMBER: G114121 DATE(S) DRILLED: 02/24/14 - 02/24/14 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 COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) GROUNDWATER INFORMATION: Groundwater (GW) was encountered at 15.5' during drilling operations. GW at 14' and caved at 16' upon completion of drilling operations SURFACE ELEVATION: N/A LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX DRY DENSITY POUNDS/CU.FT DESCRIPTION OF STRATUM LL PL 1 -----_- ASPHALT (5.00") BASE MATERIAL (7.00") FAT CLAY with sand, dark gray, moist, stiff. Presence of lime - - - - - 10 SH S-1 S 2 S-3 S�4 P= 2.25 P= 2.25 P= 1.5 P= 4.25 30 33 33 23 54 18 36 108 1.8 76 was not indicated using phenolphthalein, a lime indicating solution. Same as above, gray. (CH) Same as above, brown. LEAN CLAY, brown, moist, very stiff. Same as above. - SH S-5 P= 3.5 1 26 s f/ 3�j�• i� u uhf!• e' 5 1 C// _ - 15 - SS S6 SS7 S 1N=12 II ,r II N= 15 , 23 27 31 13 18 48 CLAYEY SAND brown, moist, stiff. (SC) Same as above. V 7 7 20 Boring was terminated at a depth of 20 -feet. ii N - STANDARD PENETRATION TEST RESISTANCE P - POCKET PENETROMETER RESISTANCE T - POCKET TORVANE SHEAR STRENGTH 3 s EMARKS: and location was determined by RETL. Boring operations were performed by EnviroCore, Inc., a drilling sub consultant to RETL, at GPS Coord. N 27° 40.331' W 97° 24.445'. Boring Location: Yorktown Boulevard; 150' W from Dallas St.; 5' from south edge of LOG OF BORING B-04 SHEET 1 of 1 4 G`aeN T�sriRock Engineering &Testing Lab., Inc. 6817 Leopard St. �, ' OC V Corpus Christi, TX 78409 qe°r° GQe°0. Fax 8831) ) 883-4555 9y `� CLIENT: Freese and Nichols, Inc. PROJECT: Prop. Yorktown Boulevard Project LOCATION: Yorktown Boulevard; Corpus Christi, TX NUMBER: G114121 DATE(S) DRILLED: 02/21/14 - 02/21/14 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 (%) F 2 71 o 5 0 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 17/ - // / - SH S-1 SH S-2 ASPHALT (9.00") BASE MATERIAL (7.00") IP= P= 2.5 2.0 28 33 51 19 32 74 FAT CLAY with sand, dark gray, moist, stiff. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above. (CH) 5 - i i i ,, t 5 i Boring was terminated at a depth of 5 -feet. N - STANDARD 3i 5 P - POCKET T - POCKET 3 PENETRATION TEST RESISTANCE PENETROMETER RESISTANCE TORVANE SHEAR STRENGTH REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by RETL at GPS Coord. N 27° 40.281' W 97° 24.331'. Boring Location: Yorktown Boulevard; 450' W from Lipes St.; 5' from north edge of pavement; Outside west bound lane RING B-05 SHEET 1 of 1 G ��P�a rFST Rock Engineering & Testing Lab., Inc. , OC %a Telephone: 6817 Leopard st. Corpus Christi, TX 78409 e�9gT0 o,�QP Fax: (361) 883-4711 883-4555 9y `�� CLIENT: Freese and Nichols, Inc. PROJECT: Prop. Yorktown Boulevard Project LOCATION: Yorktown Boulevard; Corpus Christi, TX p NUMBER: G114121 DATE(S) DRILLED: 02/25/14 - 02/25/14 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 (%) GROUNDWATER INFORMATION: Groundwater (GW) was encountered at 16' during drilling operations. GW at 10' and caved at 16.5' upon completion of drilling operations. SURFACE ELEVATION: N/A LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX DESCRIPTION OF STRATUM LL PL PI ASPHALT (5.50") BASE MATERIAL (7.00") ; SANDY FAT CLAY, gray, moist, stiff. Presence of lime was 0- / _ 5 - - - 10 - SH S-1 SH S-2 SH S-3 SH S4 S-5 P= 2.0 27 P= 2.0 24 P= 2.5 25 P= 1.0; Tv= 27 0.6 1 P= 1.0 26 53 43 17 16 36 27 65 55 not indicated using phenolphthalein, a lime indicating solution. Same as above, brown. Same as above. (CH) SANDY FAT CLAY brown, moist, firm. SANDY LEAN CLAY, brown, moist, firm. (CL) Sand seam encountered. /4 r s i *. i L 7 •. U .4 C ,: L •..• 5 • •. - %, 15 y; . SS S-6 S-7 N= 7 20 N= 17 24 12 CLAYEY SAND, brown, moist, firm. POORLY GRADED SAND with silt, brown, moist, medium. u F. 5 20 - Boring was terminated at a depth of 20 -feet. Z � N - STANDARD PENETRATION TEST RESISTANCE ni P -POCKET PENETROMETER RESISTANCE T - POCKET TORVANE SHEAR STRENGTH J REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by EnviroCore, Inc., a drilling sub consultant to RETL, at GPS Coord. N 27° 40.241' W 97°24.269'. Boring Location: Yorktown Boulevard; 60' W from Lipes St.; 5' from south edge of Tv= 0.6 tsf; C= 1,200 psf LOG OF BORING B-06 SHEET 1 of 1 Rock Engineering & Testing Lab., Inc. 6817 Leopard St. Corpus Christi, TX 78409 Telephone: (361) 883-4555 Fax: (361) 883-4711 CLIENT: Freese and Nichols, Inc. PROJECT: Prop. Yorktown Boulevard Project LOCATION: Yorktown Boulevard; Corpus Christi, TX NUMBER: G114121 DATE(S) DRILLED: 02/21/14 - 02/21/14 FIELD DATA LABORATORY DATA O >- 5 0 F- 0 0 SAMPLE NUMBER LOG OF BORING G114121 YORKTOWN FREESE GPJ ROCK_ETL.GDT 3/18/14 SH S-1 SH S-2 0 w \N/ z J >O w aoa ZZWo U0 CO zai a a: MOISTURE CONTENT (%) A F I LIQUID LIMIT TTERBERG LIMITS E- z J U U g a o_ PI PLASTIC LIMIT PL w y 0 y aW `- z O co O t 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 (6.00") 1 1 BASE MATERIAL (6.00") P= 2.0 P= 3.5 23 22 58 18 40 70 FAT CLAY, with sand, gray, moist, stiff. (CH) Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above, gray and brown, very stiff. Boring was terminated at a depth of 5 -feet. N - STANDA P - POCKET T - POCKET RD PENE PENETR TORVAN TRAT OME E SH ION TER EAR TES R ES STR T RESIST (STANCE ENGTH ANCE REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by RETL at GPS Coord. N 27° 40.199' W 97° 24.165'. Boring Location: Yorktown Boulevard; 150' W from Yorkshire Dr.; 5' from north edge of pavement; Inside west bound lane LOG OF BORING B-07 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 and Nichols, Inc. PROJECT: Prop. Yorktown Boulevard Project LOCATION: Yorktown Boulevard; Corpus Christi, TX NUMBER: G114121 DATE(S) DRILLED: 02/25/14 - 02/25/14 FIELD DATA LABORATORY DATA LOG OF BORING G114121 YORKTOWN FREESE.GPJ ROCK_ETL.GDT 3/18/14 ww 0 SAMPLE NUMBER SH S-1 SH S-2 J 2 \N/ z O 1- z z icy >w 0 ct Ci) to c7S`nOZZwa U U mO�WO zaI-acc MOISTURE CONTENT (%) A rI LIQUID LIMIT TTERBERG LIMITS w w 0 � z J U U a a PI PLASTIC LIMIT PL COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) DRILLING METHOD(S): Hollow Stem Auger GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during drilling operations. Dry and open upon completion of drilling operations. SURFACE ELEVATION: N/A DESCRIPTION OF STRATUM ASPHALT (6.00") 1 BASE MATERIAL (6.00") 1 P= 2.0 P= 2.5 23 22 62 20 42 97 FAT CLAY gray, moist, stiff. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above, brown. (CH) Boring was terminated at a depth of 5 -feet. N - STANDA P - POCKET T - POCKET RD PENETRATION PENETROMETER TORVANE SHEAR TES REST STR TR STA ENG ESISTANCE NCE TH REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by EnviroCore, Inc., a drilling sub consultant to RETL, at GPS Coord. N 27° 40.154' W 97° 24.069'. Boring Location: Yorktown Boulevard; 200' E form Yorkshire Dr.; 5' from south edge of pavement; Inside east bound lane LOG OF BORING B-08 SHEET 1 of 1 Rock Engineering & Testing Lab., Inc. 6817 Leopard St. Corpus Christi, TX 78409 Telephone: (361) 883-4555 Fax: (361) 883-4711 CLIENT: Freese and Nichols, Inc. PROJECT: Prop. Yorktown Boulevard Project LOCATION: Yorktown Boulevard; Corpus Christi, TX NUMBER: G114121 DATE(S) DRILLED: 02/21/14 - 02/21/14 FIELD DATA LABORATORY DATA SOIL SYMBOL �o w SAMPLE NUMBER w a MOISTURE CONTENT (%) ATTERBERG LIMITS w ❑ � z J U U LL PI LIQUID LIMIT PLASTIC LIMIT PL COMPRESSIVE MINUS NO. 200 SIEVE (%) DRILLING METHOD(S): Hollow Stem Auger GROUNDWATER INFORMATION: Groundwater (GW) was encountered at 17' during drilling operations. Wet and caved at 16.5' upon completion of drilling operations. SURFACE ELEVATION: N/A DESCRIPTION OF STRATUM .�. •• • 5 10 15 20 ss S-1 SH S-2 SH S-3 SH S-4 SH S-5 SS S-6 SS S-7 ASPHALT (7.00") BASE MATERIAL (7.50") N= 6 29 71 25 46 82 LIME STABILIZED SUBGRADE with sand, dark gray, moist, firm. (CH) Presence of lime was indicated using phenolphthalein, a lime indicating solution. 1 1 1 1 P= 2.0 30 P= 2.5 24 P= 1.5 29 P= 0.5 22 N= 7 N= 7 16 21 83 26 57 101 1.4 95 74 FAT CLAY, gray, moist, stiff. Same as above, dry. Same as above, greenish gray and brown, moist. (CH) Sand seam encountered. LEAN CLAY, with sand, greenish gray and brown, moist, soft. Same as above, firm. Same as above. Boring was terminated at a depth of 20 -feet. N - STANDA P - POCKET T - POCKET RD PENETRATION PENETROMETER 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° 40.121' W 97° 23.994'. Boring Location: Yorktown Boulevard; 1,000' W from Staples St.; 6' from north edge of pavement; Outside west bound lane G OF BORING B-09 SHEET 1 of 1 G GN s� Rock 6817 EnLei eerd ing & Testing Lab., Inc. i"4 ' O C �v Corpus Christi, StTx 78409 9e°9°�o Gose° 9!? Telep(361) 8hone: (3 1) 883 4555 1- 41 CLIENT: Freese and Nichols, Inc. PROJECT: Prop. Yorktown Boulevard Project LOCATION: Yorktown Boulevard; Corpus Christi, TX NUMBER: G114121 DATE(S) DRILLED: 02/25/14 - 02/25/14 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 - 4. SH S-1 SH s -z ASPHALT (6.00") BASE MATERIAL (6.00") 1 P= 2.0 P= 2.0 32 33 84 28 56 86 FAT CLAY, gray, moist, stiff. (CH) Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above, brown. - S S ) i J 3 ) D J J C ) C C ) v r 7 Boring was terminated at a depth of 5 -feet. i ni N - STANDARD PENETRATION TEST RESISTANCE P - POCKET PENETROMETER RESISTANCE 91 T - POCKET TORVANE SHEAR STRENGTH J KS: Boring depth andlocation was determined by RETL. Boring operations were performed by EnviroCore, Inc., a drilling sub consultant to RETL, at GPS Coord. N 27° 40.077 W 97023.935'. Boring Location: Yorktown Boulevard; 1,500' W from Staples St.: 6' from south edge of v LOG OF BORING B-10 SHEET 1 of 1 G 0%0' `� rFSr� Rock Engineering & Testing Lab., Inc. ' OC .0 6817 Leopard CororpussChristi, TT X 78409 Qe°9°To oQe°0. TeTelephone(361) (361) 883-4555 ey * CLIENT: Freese and Nichols, Inc. PROJECT: Prop. Yorktown Boulevard Project LOCATION: Yorktown Boulevard; Cor us Christi, TX p NUMBER: G114121 DATE(S) DRILLED: 02/21/14 - 02/21/14 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 (%) GROUNDWATER INFORMATION: Groundwater (GW) was encountered at 17' during drilling operations. Dry and open upon completion of drilling operations. SURFACE ELEVATION: N/A LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX DESCRIPTION OF STRATUM LL PL PI ASPHALT (6.001 BASE MATERIAL (8.00") •;• ❖. - -•;• ��- •• S 1 P= 4.0 41 LIME STABILIZED SUBGRADE, dark gray, moist, very stiff. Presence of lime was indicated using phenolphthalein, a lime indicating solution. �%- 5 10 - - SH S-2 SH S-3 SH sa SH S-5 P=20 P= 2.5 P= 2.0 P= 1.0 34 31 25 21 78 25 53 107 0.6 93 FAT CLAY gray, moist, stiff. Same as above, greenish gray. (CH) Same as above. LEAN CLAY, greenish gray, moist, firm. Sand seam encountered. •/' 1. •S-6 i . 15 ss I N= 7 21 33 15 18 43 CLAYEY SAND brown, moist, firm. (SC) Sand seam encountered. SILTY SAND brown, moist, loose. i ••' SS f 1 N=7 23 20 i Boring was terminated at a depth of 20 -feet. N - STANDARD PENETRATION TEST RESISTANCE P - POCKET PENETROMETER RESISTANCE T - POCKET TORVANE SHEAR STRENGTH ) REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by RETL at GPS Coord. N 27° 40.055' W 97° 23.872'. Boring Location: Yorktown Boulevard; 1,000' W from Staples St.; 5' from north edge of pavement; Inside west bound lane LOG OF BORING B-11 SHEET 1 of 1 G G`a-t"?'� 0 Rock Engineering & Testing Lab., Inc. c O� .° Corps Chard, T *-1 Corpus Christi, TX 78409 (361)83-4555 tgeo9a� GoseQP,�c Telephone: hone) 883-4711 ` Nk 0 rr 0 r N 5 o CLIENT: Freese and Nichols, Inc. PROJECT: Prop. Yorktown Boulevard Project LOCATION: Yorktown Boulevard; Corpus Christi, TX p NUMBER: G114121 DATE(S) DRILLED: 02/25/14 - 02/25/14 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 - - SH S-1 SH S-2 ASPHALT (4.25") BASE MATERIAL (6.00"1 4. I IP= P= 1.5 3.5 32 30 70 24 46 89 FAT CLAY dark gray, moist, stiff. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above, brown, very stiff. (CH) 5 - i i j i . i Boring was terminated at a depth of 5 -feet. N - STANDARD PENETRATION TEST RESISTANCE ) P -POCKET PENETROMETER RESISTANCE o T - POCKET TORVANE SHEAR STRENGTH REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by EnviroCore, Inc., a drilling sub consultant to RETL, at GPS Coord. N 27° 40.023' W 97°23.828'. Boring Location: Yorktown Boulevard; 500' W from Staples St.; 4' from south edge of pavementI ; nst LOG OF BORING B-12 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 and Nichols, Inc. PROJECT: Prop. Yorktown Boulevard Project LOCATION: Yorktown Boulevard; Corpus Christi, TX NUMBER: G114121 DATE(S) DRILLED: 02/21/14 - 02/21/14 FIELD DATA LABORATORY DATA 0 m 2 } 0 ww 0 SAMPLE NUMBER V w) a \u z 0 >0 >w V) V) 71 ZZWP CJ Y 00OOwo Zdl-n.Q MOISTURE CONTENT (%) ATTERBERG LIMITS r (LIQUID LIMIT PLASTIC LIMIT PL 13 IPLASTICITY INDEX u_ r u)0 Z (f) UJ Z 0 oa 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 0 wi 0 0 Q. c7 w w JSLL 0 0 N Q co LLI of 0 J 10 15 20 SS S-1 SH S-2 SH S-3 SH S-4 SH S-5 SS S-6 SS S-7 ASPHALT (6.00") 1 1 1 1 N= 7 P= 2.0 P= 3.0 P= 3.5 P= 0.75 N= 5 28 27 26 24 21 19 63 59 20 20 43 39 95 1.0 79 79 BASE MATERIAL (6.00") FAT CLAY, with sand, dark gray, moist, firm. (CH) Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above, brown, stiff. Same as above, very stiff. FAT CLAY with sand, brown and greenish gray, moist, very stiff. (CH) LEAN CLAY brown and greenish gray, moist, firm. Sand seam encountered. Same as above. N= 12 23 29 SILTY SAND, brown, moist, medium. Clay seam encountered. Boring was terminated at a depth of 20 -feet. N - STANDA P - POCKET T - POCKET RD PENE PENETR TORVAN TRAT OME E SH ION TER EAR TES RESI STR TR STA ENG ESISTANCE NCE TH REMARKS: Boring depth and location was determined by RETL. Boring operations were performed by RETL at GPS Coord. N 27° 40.004' W 97° 23.768'. Boring Location: Yorktown Boulevard; 60' W from Staples St.; 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 Symbol TERMS CHARACTERIZING SOIL Major Divisions Letter Hatching Color NAME STRUCTURE GV1/ m .,.: p ' Well - graded gravels or gravel - sand mixtures, little or no fines — SLICKENSIDED - having inclined planes Of weakness that are slick and glossy in appearance GRAVEL GPo • �o Q ( ww Poorly -graded gravels or gravel - sand mixtures, little or no fines FISSURED - containing shrinkage cracks, frequently filled with fine sand AND GRAVELLY SOILS GM y )t 0 Silty gravels, gravel - sand - silt mixtures or silt; usually more or less vertical LAMINATED (VARVED) - composed of thin layers of varying color and COARSE GRAINED SOILS GC /14 w )'' Clayey gravels, gravel - sand - clay mixtures texture, usually grading from sand or silt at the bottom to clay at the top. SW..*: : Q Well - graded sands or gravelly sands, little or no fines CRUMBLY - cohesive soils which break into small blocks or crumbs on drying CALCAREOUS - containing appreciable SAND SP • aw r Poorly - graded sands or gravelly sands, little or no fines quantities of calcium carbonate, generally nodular. WELL GRADED - having wide range in AND SANDY SOILS SM O Silty sands, sand - silt mixtures grain sizes and substantial amounts of all Intermediate particle sizes. POORLY GRADED - predominantly of SC 1 /r, .-1 w Clayey sands, sand - clay mixtures one grain size (uniformly graded) or having a range of sizes with some intermediate size missing (gap or skip graded) ML Inorganic silts and very fine sands, rock flour, fine or clayey silts with SYMBOLS FOR TEST DATA silty or clayey sands SILTS AND CLAYS CL % A w w 0 Inorganic clays of low to medium plasticity, gravelly clays, sandy clays, silty clays, lean clays M/0 = 15 - Natural moisture content in percent. FINE LL<50 OL _—_ -- _ Organic silts and organic silt -clays of low plasticity • = 95 -Dry unit weight in lbs/cu ft. Qu = 1.23 - Unconfined compression GRAINED SOILS MH Inorganic silts, micaceous or diatomaceous fine sandyor siltysoils, elastic silts strength in tons/ sq ft. 51 - 21 - 30 -Liquid limit, Plastic limit, and Plasticity Index. SILTS AND CLAYS LL > 50 CH co m Inorganic clays of high plasticity, fat clays 30% FINER - Percent finer than No. 200 mesh sieve OH ..A Organic clays of medium to high plasticity, organic silts 30 B/F - Blows per foot, standard penetration test. HIGHLY ORGANIC SOILS P - , • w 0 Peat and other highly organic soils Y - Ground water table. TERMS DESCRIBING CONSISTENCY OF SOIL (2) COARSE GRAINED SOILS FINE GRAINED SOILS DESCRIPTIVE TERM NO. BLOWS / FT. STANDARD PEN. TEST DESCRIPTIVE TERM NO. BLOWS / FT. STANDARD PEN. TEST UNCONFINED COMPRESSION TONS PER 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 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 I CaLal[,ATC1W 3360 E. La Palma Avene, Anaheim, CA 92806 P. 0. Box 6150, Anaheim, CA 92816-6150 PH: (714) 630-3700. Fax (714) 630-6349 !ECONOLITE An Econolite Group Company 1 of 6 #683-10575M-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) Q 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 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. 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 S.U.E. REPORT Hydro Ejx SURVEYING, HYDRO EXCAVATION & CONSTRUCTION SERVICES Submitted To: FREESE ��NICHOLS YORKTOWN BLVD. S.U.E OLIVO HYDRO -EX, LLC— Doing Business As: HYDRO -EX 802 N. Navigation Blvd., Suite 102 Corpus Christi, TX 78408 P: (361)452-1375 F: (361)452-1376 Hydro EX SURVEYING, HYDRO EXCAVATION & CONSTRUCTION SERVICES TEST HOLE DATA SHEETS AND PICTURES OLIVO HYDRO -EX, LLC — Doing Business As: HYDRO -EX 802 N. Navigation Blvd., Suite 102 Corpus Christi, TX 78408 P: (361)452-1375 F: (361)452-1376 Hydr EX SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 1 DATE EXCAVATED: 9/24/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO 5. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE I.27' APPROXIMATE UTILITY DIP ECTION AREA\ OF EXCAVATION -_vWATER. VALVE ONE CALL UTILITY MARKINGS FENCE LINE SIbEWALK UTILITY DATA NORTHING: 17133684.510 EASTING: 1339899.550 TOP OF UTILITY ELEVATION: 15.51 SURFACE ELEVATION: 20.27 *UTILITY OWNER: CITY *UTILITY TYPE: WATER/ACP *UTILITY SIZE: 6 IN REFRENCE POINT DATA DESCRIPTION: MONUMENT SP100 NORTHING: 1713 5160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE IS PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. TH#1 6" WATER LINE DEPTH OF COVER: 4.67' Hydr EX SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 2 DATE EXCAVATED: 9/24/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE UTILITY DATA NORTHING: 17133639.470 EASTING: 1339968.279 TOP OF UTILITY ELEVATION: 15.63 SURFACE ELEVATION: 19.83 *UTILITY OWNER: CITY *UTILITY TYPE: WATER/ACP *UTILITY SIZE: 12 IN REFRENCE POINT DATA DESCRIPTION: MONUMENTSP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE IS PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. TH#2 12" WATER LINE DEPTH OF COVER: 4.2' 2 Hydr Ex SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 3 DATE EXCAVATED: 9/24/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE CURB INLEr MANHOLE c e • FENCE LINE SIDEWALK ry 0 UTILITY DATA NORTHING: 17133581.160 EASTING: 1340064.160 TOP OF UTILITY ELEVATION: 15.14 SURFACE ELEVATION: 19.54 *UTILITY OWNER: CITY *UTILITY TYPE: WATER/PVC *UTILITY SIZE: 8 IN REFRENCE POINT DATA DESCRIPTION: MONUMENTSP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE IS PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. grif If TH#3 8" WATER LINE DEPTH OF COVER: 4.40' 3 Hi.4.pdr: Ex SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 4 DATE EXCAVATED: 9/24/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE / 9t5tbEWALK FENCE LINE APPROXI MATE UTILITY DIRECTION a x FOWER POLE UTILITY DATA NORTHING: 17134011.650 EASTING: 1339276.517 TOP OF UTILITY ELEVATION: 13.01 SURFACE ELEVATION: 16.79 *UTILITY OWNER: CITY *UTILITY TYPE: WATER/PVC *UTILITY SIZE: 8 IN REFRENCE POINT DATA DESCRIPTION: MONUMENTSP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE IS PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. 4 TH#4 8" WATER LINE DEPTH OF COVER: 3.78' Hydr EX SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 5 DATE EXCAVATED: 9/24/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE APFROKI h1ATE UTA LJ ry DIRECTION 2.22' BACk OF CURt3 CABLE PECESTAL 3.39 t 8,51 AREA oF xCAVA7/oni PoWE PoLE FENCE LI NE UTILITY DATA NORTHING: 17134189.620 EASTING: 1338975.685 TOP OF UTILITY ELEVATION: 14.93 SURFACE ELEVATION: 17.48 *UTILITY OWNER: CITY *UTILITY TYPE: WATER/BLACK WRAP *UTILITY SIZE: 8 IN REFRENCE POINT DATA DESCRIPTION: MONUMENT SP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE IS PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. TH#5 8" WATER LINE DEPTH OF COVER: 2.55' 5 Hydr EX SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 6 DATE EXCAVATED: 9/24/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE UTILITY DATA NORTHING: 17134176.460 EASTING: 1338987.621 TOP OF UTILITY ELEVATION: 14.10 SURFACE ELEVATION: 17.70 *UTILITY OWNER: CITY *UTILITY TYPE: WATER/ACP *UTILITY SIZE: 12 IN REFRENCE POINT DATA DESCRIPTION: MONUMENT SP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE IS PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. TH#6 12" WATER LINE DEPTH OF COVRER: 3.60' 6 Hyder EX SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 7 DATE EXCAVATED: 9/24/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE GUARD POST AREA OF EX[AVATio 6.62 Y APPROXIMATE un LI T DIRECTION BACKoF /CURB —16.1 FIRF HYDRANT pFWER PoLE -I SIDEWALK UTILITY DATA NORTHING: 17134628.520 EASTING: 1338143.341 TOP OF UTILITY ELEVATION: 13.31 SURFACE ELEVATION: 18.61 *UTILITY OWNER: CITY *UTILITY TYPE: WATER/PVC *UTILITY SIZE: 8 IN REFRENCE POINT DATA DESCRIPTION: MONUMENT SP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE IS PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. TH#7 8" WATER LINE DEPTH OF COVER: 5.30' 7 Hidr EX SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 8 DATE EXCAVATED: 9/24/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE GuA1t pp3T APPROXIMATE UTILITY _�- pI RECTION • AREA r ExCAVATIoN 0 POWER POLE LI StoEWAU. 11-1.37: FIRE HYORANr BACK 6V CURB • UTILITY DATA NORTHING: 17134634.670 EASTING: 1338147.795 TOP OF UTILITY ELEVATION: 13.22 SURFACE ELEVATION: 18.17 *UTILITY OWNER: CITY *UTILITY TYPE: WATER/ACP *UTILITY SIZE: 12 IN REFRENCE POINT DATA DESCRIPTION: MONUMENTSP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE IS PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. TH#8 12" WATER LINE DEPTH OF COVER: 4.95' go. 1•‘''', • _ - * _ a 8 Hydr EX SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 9 DATE EXCAVATED: 9/27/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE C4NCRETE l...,./ BOx V APPROXIMATE UTILITY DiRECrIUN AREA o F ENGAVATION eLY [TACK2F CURB • 67, 89 MAN HOLE UTILITY DATA NORTHING: 17135035.470 EASTING: 1337416.720 TOP OF UTILITY ELEVATION: 15.94 SURFACE ELEVATION: 18.53 *UTILITY OWNER: ATT *UTILITY TYPE: ELECTRICAL *UTILITY SIZE: 1 IN REFRENCE POINT DATA DESCRIPTION: MONUMENTSP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE IS PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. TH#9 1" ATT DEPTH OF COVER: 2.56' 9 Hyder EX SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 10 DATE EXCAVATED: 9/27/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE A IrPRU C IMATE UTIUTV DI.ECTIoN 7EAREA OF EXCAVATION C ouCRE'TE 13oX 19.89, yOR4TOw ti ko BACK or cuRB 67.2G 5"[ MAN HOLE UTILITY DATA NORTHING: 17135040.870 EASTING: 1337418.773 TOP OF UTILITY ELEVATION: 16.20 SURFACE ELEVATION: 19.10 *UTILITY OWNER: CITY *UTILITY TYPE: WATER/CAST IRON *UTILITY SIZE: 8 IN REFRENCE POINT DATA DESCRIPTION: MONUMENT SP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE IS PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. TH#10 8" WATER FIRE LINE DEPTH OF COVER: 2.60' 10 Hi.pdr EX SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 11 DATE EXCAVATED: 9/27/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE AREA of EXCAVATION AprpokIMATE l til17 f 01aEGTiot•I (.5q BACK OF CU �-' 8 MAN t+oLE "i/tNN 21.65' 4 51DEwALK 4 UTILITY DATA NORTHING: 17135219.630 EASTING: 1337077.137 TOP OF UTILITY ELEVATION: 13.65 SURFACE ELEVATION: 17.50 *UTILITY OWNER: CITY *UTILITY TYPE: WATER/ACP *UTILITY SIZE: 12 IN REFRENCE POINT DATA DESCRIPTION: MONUMENTSP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE IS PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. TH#11 12" WATER LINE DEPTH OF COVER: 3.85' 11 Hydro Ex SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 12 DATE EXCAVATED: 9/27/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE 0.57 AREA OF EXCAVATION ATt,FoK/MISiE / UTIL17�/ Ai,ac�wu 6.5'x' k RT oL. ti axg or Cuae MAt.' HOLE y� SIDEWALK UTILITY DATA NORTHING: 17135228.680 EASTING: 1337075.220 TOP OF UTILITY ELEVATION: 11.72 SURFACE ELEVATION: 17.25 *UTILITY OWNER: CITY *UTILITY TYPE: GAS/WS *UTILITY SIZE: 16 IN REFRENCE POINT DATA DESCRIPTION: MONUMENT SP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE IS PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. 12 TH#12 16" GAS LINE DEPTH OF COVER: 5.53' Hydr Ex SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 13 DATE EXCAVATED: 10/6/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE APFP0Yrr' TC LJT LJ r y CPRECTI(N -N.ftw yURko4vti 1.52' AREA OF EXCAVAT1 ON BACK OF Culla 15 i0C WALK MANHOLE UTILITY DATA NORTHING: 17135233.520 EASTING: 1337072.854 TOP OF UTILITY ELEVATION: 11.81 SURFACE ELEVATION: 16.34 *UTILITY OWNER: CITY *UTILITY TYPE: GAS/CAST IRON *UTILITY SIZE: 16 IN REFRENCE POINT DATA DESCRIPTION: MONUMENTSP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE 15 PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. TH#13 16" GAS LINE DEPTH OF COVER: 5.00' 13 Hydr EX SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 14 DATE EXCAVATED: 10/6/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE '8.39' MANHOLE UTILITY DATA NORTHING: 17135243.420 EASTING: 1337073.967 TOP OF UTILITY ELEVATION: 11.55 SURFACE ELEVATION: 16.95 *UTILITY OWNER: ATT *UTILITY TYPE: ELECTRICAL *UTILITY SIZE: 1 IN REFRENCE POINT DATA DESCRIPTION: MONUMENT SP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE IS PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. TH#14 1" ATF DEPTH OF COVER: 5.4' 14 Hydr EX SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 15 DATE EXCAVATED: 10/6/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE 3.28 YSIDEwA K ep0w o F CuR5 UTILITY DATA NORTHING: 17135127.830 EASTING: 1337010.792 TOP OF UTILITY ELEVATION: 12.95 SURFACE ELEVATION: 18.05 *UTILITY OWNER: CITY *UTILITY TYPE: WATER/ACP *UTILITY SIZE: 12 IN REFRENCE POINT DATA DESCRIPTION: MONUMENT SP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE IS PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. Hydro Ejx SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 16 DATE EXCAVATED: 10/6/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE UTILITY DATA NORTHING: 17135130.570 EASTING: 1337020.942 TOP OF UTILITY ELEVATION: 12.27 SURFACE ELEVATION: 17.50 *UTILITY OWNER: CITY *UTILITY TYPE: GAS/PE *UTILITY SIZE: REFRENCE POINT DATA DESCRIPTION: MONUMENT SP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE IS PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. 16 TH#16 GAS LINE DEPTH OF COVER: 5.23' Hydro EX SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 17 DATE EXCAVATED: 10/11/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE PIPELDJE MARKER \\ V fit,T, x'VHATE VTILIT 11.23 44'510C '5'f WALK UTILITY DATA NORTHING: 17134477.490 EASTING: 1338218.548 TOP OF UTILITY ELEVATION: 12.20 SURFACE ELEVATION: 18.36 *UTILITY OWNER: CITY *UTILITY TYPE: GAS/HP *UTILITY SIZE: 8 IN REFRENCE POINT DATA DESCRIPTION: MONUMENT SP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE I5 PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. TH#17 8" GAS LINE DEPTH OF COVER: 6.16' 17 Hydro Ejx SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 18 DATE EXCAVATED: 10/11/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE &Kk OF CURB 041, 11/ 8� V� v Prgyr1Liry r ' V�/ bIREcrloN 5.12.• MEP of TION Ex CAN/H to. LI 8 � '5fOE2Lk UTILITY DATA NORTHING: 17134479.270 EASTING: 1338228.055 TOP OF UTILITY ELEVATION: 16.07 SURFACE ELEVATION: 18.63 *UTILITY OWNER: ATT *UTILITY TYPE: ELECTRICAL *UTILITY SIZE: 1 IN REFRENCE POINT DATA DESCRIPTION: MONUMENTSP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE I5 PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. TH#18 1" ATT DEPTH OF COVER: 2.56' Hydr Ex SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 19 DATE EXCAVATED: 10/11/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE UTILITY DATA NORTHING: 17134223.090 EASTING: 1338694.099 TOP OF UTILITY ELEVATION: 13.92 SURFACE ELEVATION: 16.82 *UTILITY OWNER: CITY *UTILITY TYPE: WATER/PVC *UTILITY SIZE: 8 IN REFRENCE POINT DATA DESCRIPTION: MONUMENT SP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE 15 PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. 19 TH#19 8" WATER LINE DEPTH OF COVER: 2.90' Hdr: EX SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 20 DATE EXCAVATED: 10/11/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE gACK of cURS UTILITY DATA NORTHING: 17134224.690 EASTING: 1338697.271 TOP OF UTILITY ELEVATION: 14.44 SURFACE ELEVATION: 16.79 *UTILITY OWNER: ATT *UTILITY TYPE: ELECTRICAL *UTILITY SIZE: 1 IN REFRENCE POINT DATA DESCRIPTION: MONUMENTSP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE IS PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. 411.- .44 .... 4 a,- ' t .. - . 7 411, 1..„ fib 1111, • it a, I. TH#20 1" ATT DEPTH OF COVER: 2.35' 20 Hydr Ex SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 21 DATE EXCAVATED: 10/11/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE UTILITY DATA NORTHING: 17134224.750 EASTING: 1338697.352 TOP OF UTILITY ELEVATION: 14.19 SURFACE ELEVATION: 16.71 *UTILITY OWNER: CITY *UTILITY TYPE: GAS/WS *UTILITY SIZE: 4 IN REFRENCE POINT DATA DESCRIPTION: M0NUMENTSP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE IS PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. TH#21 4" GAS LINE DEPTH OF COVER: 2.52' 21 Hydr Ex SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 22 DATE EXCAVATED: 10/15/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE UTILITY DATA NORTHING: 17134215.590 EASTING: 1338693.888 TOP OF UTILITY ELEVATION: 13.03 SURFACE ELEVATION: 17.01 *UTILITY OWNER: CITY *UTILITY TYPE: GAS/HP *UTILITY SIZE: 8 IN REFRENCE POINT DATA DESCRIPTION: MONUMENT SP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE IS PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. TH#22 8" GAS LINE DEPTH OF COVER: 3.98 Hydr EX SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 23 DATE EXCAVATED: 10/15/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE 26.641 PROICIMATE. UTILITY DIRECTION 8,90' `.� MANHOLE AREA c r ExcAvAr /Q N Uf.WAL)C BARB G F CURB UTILITY DATA NORTHING: 17133142.770 EASTING: 1340632.278 TOP OF UTILITY ELEVATION: 17.34 SURFACE ELEVATION: 20.26 *UTILITY OWNER: CITY *UTILITY TYPE: WATER/PVC *UTILITY SIZE: 8 IN REFRENCE POINT DATA DESCRIPTION: MONUMENT SP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE IS PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. TH#23 8" WATER LINE- END POINT DEPTH OF COVER: 2.98' 23 Hydro EX SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 24 DATE EXCAVATED: 10/15/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE UTILITY DATA NORTHING: 17133156.050 EASTING: 1340642.635 TOP OF UTILITY ELEVATION: 17.53 SURFACE ELEVATION: 19.91 *UTILITY OWNER: ATT *UTILITY TYPE: FIBER OPTIC *UTILITY SIZE: 1 IN REFRENCE POINT DATA DESCRIPTION: MONUMENT SP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE IS PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. 24 TH#24 1' ATT DEPTH OF COVER: 2.38' Hydr EX SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 25 DATE EXCAVATED: 10/15/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE 21.71' �+y (/ (2:"41—MANHoL.E UTILITY DATA NORTHING: 17133151.940 EASTING: 1340641.364 TOP OF UTILITY ELEVATION: 15.87 SURFACE ELEVATION: 20.07 *UTILITY OWNER: _CITY *UTILITY TYPE: GAS/HP *UTILITY SIZE: 8 IN REFRENCE POINT DATA DESCRIPTION: MONUMENTSP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE IS PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. TH#25 8" GAS LINE DEPTH OF COVER: 4.20' 25 Hydr EX SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 26 DATE EXCAVATED: 10/25/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE kOR to - 4/ p1;rA of %e.A ATIDN ale 2.34,1 .may `51D ALK Mot GF Lug 3 UTILITY DATA NORTHING: 17132691.620 EASTING: 1341486.123 TOP OF UTILITY ELEVATION: 17.39 SURFACE ELEVATION: 21.08 *UTILITY OWNER: _CITY *UTILITY TYPE: GAS/HP *UTILITY SIZE: 8 IN REFRENCE POINT DATA DESCRIPTION: M0NUMENTSP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE IS PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. TH#26 8" GAS LINE DEPTH OF COVER: 3.69' 26 Hidr EX SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 27 DATE EXCAVATED: 10/25/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE UTILITY DATA NORTHING: 17132697.980 EASTING: 1341489.401 TOP OF UTILITY ELEVATION: 17.89 SURFACE ELEVATION: 20.75 *UTILITY OWNER: ATT *UTILITY TYPE: FIBER OPTIC *UTILITY SIZE: 1 IN REFRENCE POINT DATA DESCRIPTION: MONUMENT SP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE IS PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. TH#27 ATF DEPTH OF COVER: 2.86' 27 Hydr EX SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 28 DATE EXCAVATED: 10/25/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE UTILITY DATA NORTHING: 17132735.720 EASTING: 1341627.529 TOP OF UTILITY ELEVATION: 15.95 SURFACE ELEVATION: 20.98 *UTILITY OWNER: CITY *UTILITY TYPE: WATER/ACP *UTILITY SIZE: 12 IN REFRENCE POINT DATA DESCRIPTION: MONUMENT SP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE IS PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. 28 TH#28 12" WATER LINE DEPTH OF COVER: 5.03' Hyder EX SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION it 29 DATE EXCAVATED: 10/25/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE POWER POLE FENCE LINE 8.Ack OF� 4,R8 4140c; ZIP APPROk 1MN"fE UTI LITy 01l0.ECTIoN AREAoF ENCAvAT1oN y�R doh, 4, 11-1.09 0 k.� UTILITY DATA NORTHING: 17132735.470 EASTING: 1341627.145 TOP OF UTILITY ELEVATION: 18.36 SURFACE ELEVATION: 20.98 *UTILITY OWNER: ATT *UTILITY TYPE: ELECTRICAL *UTILITY SIZE: 1 IN REFRENCE POINT DATA DESCRIPTION: MONUMENTSP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE IS PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. 29 TH#29 UNDERGOUND ELECTRIC DEPTH OF COVER: 2.62' Hydr EX SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 30 DATE EXCAVATED: 10/25/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE UTILITY DATA NORTHING: 17132735.320 EASTING: 1341626.994 TOP OF UTILITY ELEVATION: 18.53 SURFACE ELEVATION: 20.98 *UTILITY OWNER: ATT *UTILITY TYPE: ELECTRICAL *UTILITY SIZE: 1 IN REFRENCE POINT DATA DESCRIPTION: MONUMENTSP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE IS PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. 30 TH#30 UNDERGOUND ELECTRIC DEPTH OF COVER: 2.45' Hui.jdr EX SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 31 DATE EXCAVATED: 10/25/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO 5. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE teSIDEWALR R PO oLE FENCE LINE 1 H."191 APPROXIMATE. u TI I.ITY DI .E.CTICN AREA OF - 13ACK of EXCAVATIor4 cults 15281 o� 4/ UTILITY DATA NORTHING: 17132736.660 EASTING: 1341627.455 TOP OF UTILITY ELEVATION: 15.39 SURFACE ELEVATION: 20.96 *UTILITY OWNER: CITY *UTILITY TYPE: GAS *UTILITY SIZE: 16 IN REFRENCE POINT DATA DESCRIPTION: MONUMENT SP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE IS PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. 31 TH#31 16" GAS LINE WITH VALVE DEPTH OF COVER: 5.57' Hi.dr EX SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 32 DATE EXCAVATED: 10/26/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE UTILITY DATA NORTHING: 17133587.470 EASTING: 1340069.340 TOP OF UTILITY ELEVATION: 14.42 SURFACE ELEVATION: 19.23 *UTILITY OWNER: CITY *UTILITY TYPE: GAS *UTILITY SIZE: 16 IN REFRENCE POINT DATA DESCRIPTION: MONUMENTSP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE I5 PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. Hyder EX SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 33 DATE EXCAVATED: 10/26/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE PIPE UwoE MARKE rZ GUA�r� RAIL. 1/1510E.WALK UTILITY DATA NORTHING: 1713448 5.980 EASTING: 1338223.427 TOP OF UTILITY ELEVATION: 12.69 SURFACE ELEVATION: 18.63 *UTILITY OWNER: CITY *UTILITY TYPE: GAS/WS *UTILITY SIZE: 6IN REFRENCE POINT DATA DESCRIPTION: MONUMENTSP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE IS PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. 33 !'i • N. :,•1Z'' . • ... .7 le:1 TH#33 6" GAS LINE DEPTH OF COVER 5.94' Hydro Ejx SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 34 DATE EXCAVATED: 10/26/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE 4, '(;CLQ $AGK OF cu F03 UTILITY DATA NORTHING: 17134439.080 EASTING: 1338506.455 TOP OF UTILITY ELEVATION: 13.04 SURFACE ELEVATION: 18.19 *UTILITY OWNER: CITY *UTILITY TYPE: WATER/ACP *UTILITY SIZE: 12 IN REFRENCE POINT DATA DESCRIPTION: MONUMENTSP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE IS PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. TH#34 12" WATER LINE DEPTH OF COVER: 5.15' 34 Hdr EX SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 35 DATE EXCAVATED: 10/26/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE • FIRE HYDRANT 37.57 13RtCL.1 WA L APPROXIMATE V TI LI T)' DIRECT 1.39' ZO.90' AREA ExCAVATIoN \�� �-,y'S1oEWALK �. UTILITY DATA NORTHING: 17134434.9 60 EASTING: 1338526.894 TOP OF UTILITY ELEVATION: 15.11 SURFACE ELEVATION: 18.46 *UTILITY OWNER: CITY *UTILITY TYPE: WATER/PVC *UTILITY SIZE: 8 IN REFRENCE POINT DATA DESCRIPTION: MONUMENTSP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE IS PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. 35 TH#35 8" WATER LINE (SERVICE) DEPTH OF COVER: 3.35' Hydro EX SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 36 DATE EXCAVATED: 10/29/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE a`,,,..., 4iSIDEtvALh 16, SS \tiMkNHOLE '''''''',----- 1OF }, CURB A, UTILITY DATA NORTHING: 17134043.080 EASTING: 1339229.802 TOP OF UTILITY ELEVATION: 13.80 SURFACE ELEVATION: 16.70 *UTILITY OWNER: CITY *UTILITY TYPE: WATER/ACP *UTILITY SIZE: 12 IN REFRENCE POINT DATA DESCRIPTION: MONUMENTSP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE IS PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. Hdr EX SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 37 DATE EXCAVATED: 10/29/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE FIRE HYDRANT' BACK OF CURB APrgoxIMHTE LIT ILITV DIRECT'"~ UTILITY DATA NORTHING: 17134440.990 EASTING: 1338507.762 TOP OF UTILITY ELEVATION: 12.02 SURFACE ELEVATION: 18.02 *UTILITY OWNER: CITY *UTILITY TYPE: GAS *UTILITY SIZE: 16 IN REFRENCE POINT DATA DESCRIPTION: MONUMENTSP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE IS PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. 37 TH#37 16" GAS LINE DEPTH OF COVER: 6.0' Hydro Ejx SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 38 DATE EXCAVATED: 10/29/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE CONCRETE eox 4 9K A MANHOLE --,‘, .-. UTILITY DATA NORTHING: 17135033.769 EASTING: 1337415.701 TOP OF UTILITY ELEVATION: 14.05 SURFACE ELEVATION: 18.50 *UTILITY OWNER: CITY *UTILITY TYPE: WATER/ACP *UTILITY SIZE: 12 IN REFRENCE POINT DATA DESCRIPTION: MONUMENTSP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE IS PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. 38 TH#38 12" WATER LINE DEPTH OF COVER: 2.90' Hydro EX SURVEYING AND HYDRO EXCAVATION 802 N. Navigation Blvd., Suite 102 Corpus Christi, Texas 78408 361-452-1375 Office 361-452-1376 Fax TBPLS REG# 10193804 LOCATION # 39 DATE EXCAVATED: 10/29/14 CLIENT: FREESE AND NICHOLS PROJECT: H14-0103 LOCATION: YORKTOWN BLVD FROM EVERHART RD TO S. STAPLES ST HYDRO EX REPRESENTITIVE: CHRIS ANDRADE CONCRETE / BOX AREA OP EXCAVATION 18.82 /\PPROXi MAIC UTILITY DIRECT1oN j'O,`a k Ta tvN G3ACk OF CVRg 4 MANHOLE UTILITY DATA NORTHING: 17135039.930 EASTING: 1337418.264 TOP OF UTILITY ELEVATION: 16.78 SURFACE ELEVATION: 18.80 *UTILITY OWNER: CITY *UTILITY TYPE: GAS *UTILITY SIZE: 16 IN REFRENCE POINT DATA DESCRIPTION: MONUMENTSP100 NORTHING: 17135160.280 EASTING: 1337066.939 ELEVATION: 18.09 * NOTE: UTILITY OWNER, TYPE AND SIZE IS PROVIDED BY VISUAL INSPECTION AND HAS NOT BEEN CONFIRMED OR VERIFIED WITH THE OWNER OF SUCH UTILITY. 39 TH#39 16" GAS LINE DEPTH OF COVER: 2.02' Hydro EX SURVEYING, HYDRO EXCAVATION & CONSTRUCTION SERVICES TH# 1 17133684.510 1339899.550 15.51WL 6IN TH# 2 17133639.470 1339968.279 15.63 WL 12IN TH# 3 17133581.160 1340064.160 15.14WL 8IN TH# 4 17134011.650 1339276.517 13.01WL 8IN TH# 5 17134189.620 1338975.685 14.93 WL 8IN TH# 6 17134176.460 1338987.621 14.10 WL 12IN TH# 7 17134628.520 1338143.341 13.31WL 8IN TH# 8 17134634.670 1338147.795 13.22 WL 121N TH# 9 17135035.470 1337416.720 15.94 UE 1 IN TH# 10 17135040.870 1337418.773 16.20 WL 8IN TH# 11 17135219.630 1337077.137 13.65 WL 12IN TH# 12 17135228.680 1337075.220 11.72 GL 16IN TH# 13 17135233.520 1337072.854 11.81 GL 16IN TH# 14 17135243.420 1337073.967 11.55 UE 1IN TH# 15 17135127.830 1337010.792 12.95 WL 12IN TH# 16 17135130.570 1337020.942 12.27 GL 2IN TH# 17 17134477.490 1338218.548 12.20 GL 8IN TH# 18 17134479.270 1338228.055 16.07 UE 1IN TH# 19 17134223.090 1338694.099 13.92W1 8IN TH# 20 17134224.690 1338697.271 14.44 UE 1IN TH# 21 17134224.750 1338697.352 14.19 GL 4IN TH# 22 17134215.590 1338693.888 13.03 GL 8IN TH# 23 17133142.770 1340632.278 17.34WL 8IN TH# 24 17133156.050 1340642.635 17.53FOC 1IN TH# 25 17133151.940 1340641.364 15.87 GL 8IN TH# 26 17132691.620 1341486.123 17.39 GL 8IN TH# 27 17132697.980 1341489.401 17.89FOC 1IN TH# 28 17132735.720 1341627.529 15.95 WL 12IN TH# 29 17132735.470 1341627.145 18.36 UE 1IN TH# 30 17132735.320 1341626.994 18.53 UE 1IN TH# 31 17132736.660 1341627.455 15.39 GL 16IN TH# 32 17133587.470 1340069.340 14.42 GL 16IN TH# 33 17134485.980 1338223.427 12.69 GL 61N TH# 34 17134439.080 1338506.455 13.04WL 12IN TH# 35 17134434.960 1338526.894 15.11WL 8IN TH# 36 17134043.080 1339229.802 13.80 WL 12IN TH# 37 17134440.990 1338507.762 12.02 GL 16IN TH# 38 17135033.769 1337415.701 14.05 WL 12IN TH# 39 17135039.930 1337418.264 16.78 GL 16IN OLIVO HYDRO -EX, LLC - Doing Business As: HYDRO -EX 802 N. Navigation Blvd., Suite 102 Corpus Christi, TX 78408 P: (361)452-1375 F: (361)452-1376 Son PS&6 County 4441 NUECES BAY 1 ''\.401,...,,,q, 1*it S000 GRAPHIC MAP SCALE P 3000 woo CALL BEFORE YOU DIG! * TnvP0 RH em.ne11bAN . CeOwefm4 00oRS WOKS BMW Ms O. 811 THE LONE STAR NOTIFICATION COMPANY AT I-800-669-8344 CORPUS CHRISTI BAY PROJECT LOCATION (SEEWE= n. 0 VICINITY MAP PLANS FOR (STREETS) YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) PROJECT # E13096 FY - 2014 PREPARED BY: = NESE ICHOO S �UbLI *sa - rye RELEASED F CONSTRUCTION: UJ 7 CONSOIIM T'S WEI Ne. DSI PROJECT: 40RI.150 TITLE SHEET/VICINITY MAP SHEET 1 M 222 M ORO ORAMR.'C ero. STR-899 99, PMYRI / E10056 DRAWING LEGEND PROPOSED SYMBOLS ♦ FIRE HYDRANT STORM WATER INLET ESISS MN TO BE mousy. Do ,..HOLE -I61- WATER VAL. • worm RHEA ® DRAINAGE DIRECTION ARROWS EEO NM( INLET E STORM WATER MANHOLE WAST.ATER MANHOLE e UM CONTROL POINT I T3{50 I TOP OF CURB ELEVAPON ITC.601 TOP OF CONCRETE ELEVA3ON 173.501 TOP OF PAVEMENT TION TP OF ETE INLET 11.0.. -..sol DORErnoN.L TRRAFFIC c AwmoLAAMOR 1:1E11 ‘-‘ RICHT of WAY EXISTING STUROI5 4 O -_ ) PROPOSED CONCRETE SD.ALN OR CURB WA N /RAS Ex N HOL NW:RAOUL GRADIENT LINE DE THIS C!6S S6O. . '( tiearT,rE N NORTH ARROW INC =rIS ', EREL SECT. CUT INDICATOR SECTION MDIUTOR (Br LETTER) DETAIL COLE SECTION TITLE LI HT LE -TE ETE I E FT EE FE E SECTION C. DIRECT. SHE. WHERE C. IS DRAWN SECTION OR DE1-AIL WARN TRLE TAIL TITLE LE: s/° 0ETAL SCALE ERE DETNL ISD0620 2 SHEET NO. SHEET IND. DESGRIPTON 191 113 29 35 37 19 57 67 ss 100 105 10 TITLE SHEET /V.IPIT.MAP PROJECT WuAP/.15F11x AUBNMENE GENERAL MOTES BiD°IPANr xlw 6:g1PAVEMENE EN' NEEN""NEENEEs BASEoI9ANE°xl 6 IA A[PAVEMENT EMMA.. OUANTTNa 5116.66.1( ANDTESTING SCHEDULE ELAM. ARO PROPOSED MENT ROADWAY S SEL310105.A. 55+20 MAMMANDPROPOSED w"E.ROADWA.N RECNDNSSTA ss.2RP:M T EMS.. TOPOG... P.6 STA 902510 STA 13+50 ELM.. TOPOGRAPHY P.6 STA 13+50 TO STI118+50 EMS.. TOPOGRAPHY P.6 STA 27+50 -.STA 31+25 ELM.. TOPOGRAPHY P.6 STA 31+25 TO STA36+25 1301S. NG TOPOGRAPHY P.6 STA 36+25103TP 4,00 yrA 1301SPI. TOPOGRAPHY P.6 STA 55+00301PD WATERONE RAP AND PROFILE STA 0+00 TO STA .75 WATERONE RAP AND PROFILE STA71+75 TO STA 9+25 WATERLINE...I AND PROFILE STA 9+25 TO ST, 13+50 WATERONE RAP AND PROFILE STA 4.0.1-0.7.16+CO WATERONE RAP AND PRI=6-101/11:09:Trl,:: STORM WATER ANALYSIS STREET APO .ORPA WATER P.6 AND PP013.51. 55.13 TO ENO ==::==.2aT.5DTDSEA= �E(EnsnxBlsrasowoT°srw sswo 110-6SROAETTEEHOE1=1.1& NO SIODIFICATIONS RAN APO DETAILS nn.DARDDEE= RC-- SIONAOE P.6 STA .0.0 STA 15+00 moo ro,TA SHEET NO. 115 199 106 109 151 1513 111 181-202 203 210 2.215 216 SHEET INDEX (CONTINUED) DESCRIPTON STOW WATER POL.TION PREVENPON P.6 STA .01.0 53.15+00 Nis (EE' TYPICAL STANDARD PAVEMENT MARKING POSITION GUIDANCE WING RASIE0 MAPPERS REFLECTORLEED PROFILE MAPLINGS B..1:E"nR.ENN'N'N CONSTRUCTION SECILIMONG LAYOUT .CONTROL P.6 PHASE 1 WA 15+00 TO STA 22+50 TP▪ A+ IC CONTROL P.6 PHASE 1113.10+00 TO STA 15+00 .AF COM.. RAW PHASE 2 STA 30.010 STA 05.0 E1ENE6 'EL(=o1:1111 =1: 111:91:107-A116:0 • °N1: I Eror° ARROW EaEnDRs, WARNING 1.67-5 6,111...1.1 STANDARD �(ii vwExr NEN' N'PA TE°NssrAxww° P (x -z1 -u IIx -s Eu Metes -1=1:1;1.12706S-ArOARD DETAILS LANDSCAPE DRAWINGS CONSULTANT'S SHEET No. MI PROJECT: GOR16150 SHEET INDEX & DRAWING LEGEND SHEET 2 of 222 RECORD MMHG No. STR-899 5(1? PMUECE i E13096 I I I I=ILLwIuwILLLu I EGO, OR LAXE LI ON ■11111111111■ FINN! ......k LETHARY OR LUTHER ONES ELEMENTARY 11■1■\ 11111■ 060 • ST. JOHN SOUO ROCK G 3 THE BAPTST RETH E4ENT WORSHIP = CATHOLIC [[]] [[]] CHURCH \ OME uNT (PHA. t) NM �_0+00 5+• 10+•e 15+00 20+00 25+00 30+ 0 °R �wR owN aLw.1�111111� e � \ STRIPES, tm sss'J�l a WirMill I a■.. , 'i� II111. i. _ ., Iiip:41111 21. 1E■ �11\�p m\C \\� Mlig &11I11I 0111 .1°11 \r*�A �S1qEl r :. WE AbAIMII mak, UM i 111•111. mm m mm mm CHURCH BAPTIST 11.11111111111111.11 YORKTOWN � m •� $*' �k.II!_I�!JU! o1111 Ill* 4% .11" re mm m. OM i mE mM 1 1 1 1 1 1 it ar-E-r_ , mm nnn E III i� X60+ )r eL In •` 7 \w • I P • 5+00 0 lir +00 i_� TOR MOWN ISLw. LIFT STATION ASBURY CHURCH YORKTOWN BLVD. (EVERHART RD. TO STAPLES ST.) 111111 PROJECT LIMITS Oi PROJECT LOCATION MAP/BASELINE ALIGNMENT 0 250• 500• SCALE: =250• CNS roRMoxN BLVD. S RP —s— I— uLTPNtS SHEET I PROJECT: COR16150 0 aa1- z oz 4 ow z d w 1i1 om a SHEET 3 of 222 RECORD 0996990 No. STR-899 CRY FR(UCCI- i E13096 otv Jon 26, 2017 - 3029 Use, bJ Flo' NAI,Dranlne,TNI22-PLL-LOCNP A, GENERAL NOTES CM E... SHOWN ON TFE PLANS .E TO BACX NE ,0101,10 PROP.. OMR CURB TO (i:lEBmr 25. EESLET STOEVLD., THESE CUPS snAu E. me 'ST wo xBE 10 BE PAD FOR UNDER ITEM .L.R ROIST-OFMAM. E SUPPORT 1110-THROAT. s HROAT. LixEsa olmxcEv sxui xsvE w 6 x 6THIS ACTS. WILL NOT B E0 BUTPROJECT LTA:07"E CO 'HERE6118ATS INCTOL/MtE MORSE OR COM BC "E° CONCRETE FOR CAST-IN-PLACEwc (6000PSI Moa COAPRESSIVE 12 vxs). m SHALL ,'",UT,r4REFtne8=c% E,F,Zre-0170'11.117ZA C98 BE PRECAST ErEaj ax r wi Ex ix rE 06 [00 ArTMww AVE.. CO.ACTOR SHALL .0 SA▪ NT.. SET. STAMM 9. COM L NOME . TEMPORARY BC REHABIUTMNG F WATERLINES I. WATER METERS SHAM BE AMESSBLE DURSO MMISPRUCTION. 5. "LMTEZ A 8' WATERLINE CR.S. ME OVER ME WASTEWATER LINE WM A USUAL VERTICAL C APPLIED 10 HOT MIX ASPNALTIC STAND., woiE µo wL RE OHE«w NTx . T Tr, sR.mHT EwE m"' oR A ;u"F" "'E sRExmH a SPrI8Ers 36 6 R DRIVEWAYS ANO SIOFWAI 50 0,00,.. OF CORPUS MRISTI .IVEWAV ALKS, CURB, CUTTER 0.1140M01 pr0E0 7.82,120"UTOEFORIRMOLTSTLEE.NEYOND 9. PROPERTY L. I p, DIRECTED BY 7ME ENGINEER. REM. OF THESE ITEMS IS SUBSIDIARY TD .STR POSITIM OF ID C. USED WHER THE R707EUIREO, WILL BE DETERMINED IN ME EXPANSION JOI. SIDEWARS OR AS m EEvrenw JOINT 1.07 OR BE DIRECT. BUT IS INCLUDED 6. CURB CI OM. TO .STINO C.1. THE GUTTER SLOPE 518701.91.10 WILL Et 000iTV RIES AND xSTOBE NNxSEWEREPay.TELr. ZaxVGH IS NOT OMRASTEED. 81"si TO BE E SHALL L BE CO N IT Ter :TTERS r,Itr HAM/ MIME TNT! MIDVE616EttY UCE CUE -M0-.00. CONMECTIO. LOWDER NEEDED IN THEASOITI PA C UBSID Wiu BE 050E TO mEs IL .0 ANC OW CH a. ENI.plE,C0T101. 90 ME EXISTING WATER SYSTEM TOLL BE PAO FOR AS INDICATED IS THE 9. isE°x°xNABANDONED TtTE P10. o NsFILLED T WITH E se's"' .wO:""Ew SHALL BE tEOSItTE.T.U2DIARLY WOR 70,8 o71Z? 11=773, 3. UTILITIES BE AMSDOSED SHALL BE IINSTAINED BY TIM CO CONTRACTOR SP 1-070021 TEMPO. NOT D REWIRED TO STEVE BUT BE !SPED H Er. WM 1RAFFIG mE PTmPosEo coxsrmcnox awExONo EOR Rxls RRwEOT.2. REFLECTOR.. PAVE1.1.T MARKINGS FOR STREETS SHALL BE MPE 1 THERMOPL.TIC.P ENT O.KINOS SMLL BE PAD F. UNDER ME . IT. OF ANITARY E WASTEWATER TASu COMPLETELY ( 00ESLY RE AND , THE .11 OR PVC PIPE NOR DUCTILE IRON PIPE ST. BE USE0 FOR WASTEWATER ..LL BE PILLED WTH PLOWABLE OROM INTERIM 0H0DOSED SANITARY SDKS x0011 0 BACMILUF0 19. SEM 0 COMPACTED TO NOT L.S THAN MR 006206/05220950000112000090090unP 002E THE LIT• S=IrOUR8:0=RUCTION. IF 1.10.116 IS .PROV. BY ME MIGIMER. - IuwumR a Z ALI WOW SEMI. TO COVERING 0C SIGNS 01.19112V00 E CLOS RES AN CA.C. OR ADMSMO 16.0 DETECTION CAME 8.8"2 OttgONTSEEDE7OR EACH NK!'FI 1 ANFnI2 pArz5 r4,0,1„r SAW -CLIP WHERE All ESSTISC CONCRETE STRUCTURE IS TO BE IMMING,0611AUL BE DONE IN REMOVED. ETC.. FOR ME CONTRACTOR. CO LIKE -OND OR BEMS AT THE COMRACTGR. • ID PLAN SHALL TMLSISplapIMING THEHBID ITEMS .0,00000.. IS PROJECT VAS BE MOUSED M RESPONSIBLE FOR PROCURING at GIMES AND t"tcl"Rt°17 "E'ss WOW. ALIO ARR.. FOR ALL SOM.. NOT BE MO FOS SEMMES'. BIS IS INCLUOE0 MIDER hEAS I. ROADWAY OEMLIETRICS WERE DESIGNED FOR AO MPH DES. SPEED. 2. R21001:0PAVEMENT DES., FLESerEsPISSE"'I'AELST CRITERIA: '.i'0011µ 1'1911 1"1.6 060110000 06 ' E;E0BE„ D sww FOR 25-1M. LEVEL OF PROTECT. 050022 NOTE&: STMEOET NEEDEO ITSOMAtTIONSEastArssEsi0SIETTEpErstipEEpr Es" -47 FLGWWPo F 0.R(NI1 M TFRNI l[Rl�• mTO IMPROVE ME To MET Rm of THE MIXTUREMAIMEMPIREICS REPRESETRATVE SH. BE aLTEo E6R an nwL 100 300 B/. FLY ASH 250 B;/. .S/CIs WATER 6102/. dSwiu tHAHTION CONSULRM'S SHEET No. TNI PNO M, COR141 SO Ny W= 111 GENERAL NOTES SHEET 4 o/ 222 WORD pMNING N0. STR-899 ON PROJECT) E13096 OL. Jan 20 no z . ba Wll CONSULTANT'S SHEET No. TNI PROJECT: COR1415O BASE BID (PART 1) CONCRETE PAVEMENT ESTIMATED QUANTITIES - TOTALS BASE BID (PART 1) CONCRETE PAVEMENT ESTIMATED QUANTITIES - TOTALS BASE BID (PART 1) CONCRETE PAVEMENT ESTIMATED QUANTITIES - TOTALS fix' ax+' qa. ei'•)'�• SP $ •�j •_ i' '� P )Pi in Pl. ,� Es" • ITEM DESCRIPTION UNIT QUANTITY ITEM DESCRIPTIONU NIT QUANTITY IT DESCRIPTION I UNIT I QUANTITY PART A GENERAL PART .1: STORM WATER (DRAINAGE) IMPROVEMENT PART L: WASTEWATER (SANITARY SEWER) IMPROVEMENTS -A1 MOBIL1 CATION 1 1 -Ji 18. DIA.CP (cuss III) - I� WASTEWATER E w/CIDP 11A - - RIGHT -OF -VW - _DIA OP (Gu IE)) CP (Cuss IE)) - 1-U ALLOWANCEF. UNANTICIPATED WASTEWATER IMPROVEMENTS Ls - - CP (Cuss IE)) - - ADVANCE WARNING slCxncE - 1 J6 RCP (cuss IE)) sr DA CP (cuss III) LF 78s TESTING SCHEDULE - BASE BID (PART 1) CONCRETE PAVEMENT - 7 TRAFFIC CONTROL 1 CP (Cuss IE)) 1 -All -A9 TEMPORARY PAVEMENT FOR DETOURS BLOM SODDING 13.825 146 Ore DA (cuss E)0 LF 668I DESCRIPTION RATE QUARTET I -A10 I -All SEEDING FOR EROSION CONTROL SILT FENCE FOR STO. WATER POUSITION PREVENTION 100 1-J5 60. OA PRECAST Mr BE. -114 EXISTING 1, MA RCP EA Wy W= Wv " O„ ER '^nREE a- 1,11 _114 EXISTING 2, OA RCP IRENCH MATERIAL SOURCE - ION PREVENTION PUN «M "0000 M 1,12 TIE -114 EXISTING Sr OA RCP - EA' 1 STANDARD PROCTOR - BOBO�PwcKITu E PER PER) F1,15 1,14 TIE -114 EXISTING 5, OA RCP EA DENSFIES - aE (ASPHALTx STREET IS/Lr00ANE/LW ART El: RIGID (CONCRETE) PAVEMENT, MARKING W SIGNAGE IMPROVEMENTS1,16 TIE -11,1 EXISTING Mr RCP _0 P.P. 24 .P TO EXISTING RCB EA EA 1 - SOMME (5x 50000) it/050/un 1-131 STREET EXCAVATION 49.0. 1,17 TIE-IN PROP. 18 To awn EI.LE EA PER 2 INNER/US - BASE m a GRADE ,-z)I-82 626 ca6PACTEll SUBORDE 43,376 1-J19 - TO E,DSITxO INLET SIDEWALK DRAIN EA OEnsrtlEs - BEHIND Cu.� AND U.,m PER 50. SF PER zoo 10: LY NFORCED PAVEMENT 4I.". 1,20 , STANDARD CURB IRE, EA CRUSHED -.BLE BASmPA SGE -z) 00001000502 51 -22 MAHOL aEAC CONCRETE STORM win LE (TYPE 0') 1- DOA (015 CAE/MO - LE (TYPE .c.) _ - - COOP (TYPE D) SURFACE COURSE MACP (TYPE B) BASE CCNRS LE Bo CURB WNW/ Uro BoR ABRASION 1_810 6. comc,FrE DR1,wAy 17.'” I -J26 RE EXISTING HOLE ram ca. EA BR (STANBvm) PER MATERIAL SOURCE 2 p 0 0 & - - a u $ f p >a CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services MEM OF EXMT. WNHOLE EA WET S&L MILL TEST TRAMS TEST PER MATER._ SOURCE PER ATR. SOURCE MATERP/05000/uET _ 813 PETE umlw , THICK COLORED <rzo0000 - .PIPE AND ABANDON IN PucE EA 5 DENSFIES OF COMPACTED BASE (ASPHALT 5000/5 PER 1-514 - ASPHALT PAVEMENT 0)rE 0I5 OPE R) - CONCRETE (1 457 DEN.. OF COMPACTED BASE (CONCREE smEEN DE000IE0 OF COMPACTED BASE (Ot0) PER 200 a/sw2/un PER 200 00 5C 102 MANHOLE E/ELFl�RIUL�BOX 1,32 MODIFICATIONS TO INCLUDING BOX CULVERT REPAIRS - 1-818 TO FINISH GRADE PREFAB. PAVEMENT NG TYPE 1 (W) (ARRpn , 22 1,34 /50 551)pPA.L R REMO, EXISTING CONCRETE HEADWALL AND RSP -RAP LF . HOT -MIX HAL (Ma .TRACTION. SIEVE ANALYSIS PER 5D0 TONS OR DAY 1-819 - PRE,. PAVEMENT MARKING TrIvE 1 (W) (5NLY) ,.P E 1 ()0 (BIKE UNE sYMBOu 1,35 - 0. cONCRETE CURB 9 GUTTER LF 125 UB DENSITY @ 000(ICE METHOD) PER 500 TONS OR DAY PER 5OD TCNS OR DAY - m (spm) - -LAY-DOWN CON0NUOUS AS NEEDED - 1-825 )0) 1(w) (<') (BROKEN) PAVEMENT MARKING TYPE 1 (W) (a') (50.IO) LF 9.143 1,39En LF 100 - PUCE (E X AR VOIDS - IN PUCE (CORE) PER 1000 LF STREET PER 10O0 LF STREET -620 REEL. PAVEMENT MARKING UTE 1 (5) (81 6s0LID0 - STORM_ X THEORETICAL DENSITY - IN PUCE (CORE) PER 1.0 LT STREET - (W) o -) (s O) - Aa9 _ D INLETS ALLOWANCE �^ M WEER IMPROVEMENTSLS UNANRCK:I ' CONCRETE: 1-826 - PREFAB RENT NG EYPE I 0 0 (w) (n )z(av(Kx1 ) z' Exr, s GAP LE 660 PART WATERTED DISTRIBUTION (IMPROVEMENTS (UNCONFINED B. 1e, t 26 COY) -828 PAVEMENT 866Kwo TYPE 1 M (a') (spm) )5L)SEOx LF 530- 1 K1 6. DIA. C900 PVC WATERLINE (DR 15) ER / 0005 090/0UREI - E 1 (24'808 VELD LINES)) WATERLINE o cuR9 Rm. pep 40. sa 1-830 ERADICATE EXISTING STRIPING 1 03 6. DIA AS D.I. BEND VALVE WI, BOX AND COVER En DiaVEWAYS ORATE INLETS PER 2500 SF PER 8 UCH YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) BASE BID (PART 1) CONCRETE PAVEMENT ESTIMATED QUANTITIES SUMMARY AND TESTING SCHEDULE - - COT MuxER (RETLEcmRIZED) I -C ROJSEO PAvEmENT mARKER WERECTOMZED) 1 05 1 K6 6. RE -1N CONNECRON DIA GODO PVC ITE OR 1e) EA BOX CULVERTS (CAST -IN-PLACE)_ PER 100 LF -STREET S.ASSEMBLY w/S' BLADES (GREEN) AND STOP SIGN WATERLINE WINCAVALLS PER EACH 1 RECUUTORY SIGN E 37 _ r DIA 4, D.I. BEND EA 28 ES (CAST -IN -PUCE) RIPRAP. NPRONS et S.E.T.• PER 2 UCH PER 40D0 SF _K8 1-835 B38 WARNING SIGN OTHER SIG. E 6_ 510 MO COVER 6" TIE -IX CONNECTION EA 10 is BASE/Toon PER ,o EACH -BSZ nuaxANCE FOR u PROVEMENTSIMPROVEMENS Ls ' EA I RIGID CONCRETE PAWNERS I -CI PART C:ADAEPEDESIRIP2 66 THICK CONCRETE SIDEWALK _ _ ON STR NDM (T t DAv) FLEXURAL SmER1pn (Zzt ze DAR) PER 2500 SI. OR DAY 07 1-C2 CONCRETE CURB RAMP F 1.975 I -K14 12. DM 0900 WC WATERLINE 1e) ONTENT PER 2500 SY OR DAY -PREFABRENT NG TYPE 1 (W) (CR55WA1 ) (10' WIDE) UNANTICIPATEDRETE SID REMOVAL 1-015 1, OA DUCTILE IRON WATERLINE SLUMP SLUMP PER 2500 5Y 5 DAY 1T sr 1-05 CONCRETESDew we (5 MAX. HEIGHT) m BOK AND COVER EA Kat: PART D: RTA IMPROVEMENTS 1-D1 58 PEDESTRMN CONCRETEDSr 1.1I.I._ - EA i. TIE E TESTING RAT. APE ONLY ANTIcIPATED GUIDELINES, TIE ENGINEER RESERVES STING AT THE ENGINEERS DISCRETION. RE -TEST PART EQ GAS LINE IMPROVEMENTS EA IRE CONTENTS TO BE INCLUDED WrtH DENSITY 7EST. 1- US 16 PART T:V UNDSCAPINGIT&S IRRIGATION IMPROVEMENTS U E AND EA 1 5 A PREY 1'S'IV TESTm sErnoN, INE pry COY COINER RE-TETS -F1 LANDSURING IN MEDIAN _ WATERLINE WIT TILL COIN .OUT MAROON IN PUCE srI�M�1)wrE EC7SECrO ,- ntN W MEDIAN 1 R1 G: I.T. IMPROVEMENTS - - L.4 LY (INE 2) PNC (SCH 40)ELECT.rt w/MULE TAPE - ',AR SEERvAsssE FORIRRIWTIOR EA 1 1- I ..w .,B w imX (EIRROBOL-0 H: STREET LIGHTING IMPROVEMENTS - - TOR Ox EEW/NEWxsm00EITCONNECTOR - 000 )000 00) ELECT. LDXWrt VI/MULE TUEI 200 1 .1 006050 WATER WOvE 80007 TO FINISH MOE RELOCATE ExISTING WATER METER 70 PROPER', uurs EA 8 1- 18:15 PULLSOX )0000O� FOR LOHT.D CONDUIT 001 532 TRENCH FOR WATERLINES 7,985 SHEET 5 D. 222 RECORD DRAM NO.. STR-899 PART I: SICNALIZATION IMPROVEMENTS INT 1_10.5 ALLOWANCE FOR UNNmcIPATED WATER IMPROwAENTS Ls 1LF scHDDLCTION 1-12 IJECIOVE AND INSTALL =ONE T,aSH. ASSEMBLY BASE BID (PART 1) CONCRETE PAVEMENT CRY PROJECT / 013096 no = wIll 2 w 77 & w $ No 1 CONSULTAN/5 SHEET ND. TNI Ma, COR1415O BASE BID (PART 2) H.MA.C. PAVEMENT ESTIMATED QUANTITIES - TOTALS BASE BID (PART 2) H.MAC. PAVEMENT ESTIMATED QUANTITIES - TOTALS BASE BID (PART 2) H.MAC. PAVEMENT ESTIMATED QUANTITIES - TOTALS W' "1",• ..27 ' �•5P 1,-, w'<in di ♦,, •• Ex • ITEM DESCRIPTION UNIT QUANTITY ITEM DESCRIPTIONU NIT QUANTIFY DESCRIPTION I UNIT I QUANTITY IT NI PART A GENERAL PART J: STORM WATER (DRAINAGE) IMPROVEMENT PART L: WASTEWATER (SANITARY SEWER) IMPROVEMEMS - - 13 so. CP (cuss III) LP 501 2 -LIE w/CIDP LF 1 PRP AND INSURANCE CLEAR RIGHT-OF-WAY 2-J2 2.13 2, OW RCP (CUSS ILA) OW CP (cuss ILA) - z -u e:WAss PUMPING DE RwW sExaD ALLOWANCE FOR uwWTIcwATED wasitWATw WmmuEUERs s Ls T T - CP (cuss ILA) 2.6 TRAFFIC CONTROL ADVANCE waexlxc slcwoE15 42. CP (cuss ILA) FOR DETOURS TEMPORARY PAVEMENT2-. CP (Cuss ILA) CP (Cuss ILA) LT .313 BLOCK SODDING 13.825 2-J8 GO. OW RCP (cuss III) LT 838 TESTING SCHEDULE - BASE BID (PART 2) H,MAC. PAVEMENT 2-A10 2-A11 SEEDNG FOR EROSION CONTROL SILT FENCE FOR P. WATER PODUnoN PREVENTION 00 R 2-J9 - 80. PRECAST 312 BEND - DESCRIPTION RATE NO WI EI a&. �2 ~LLS d S mna 2-Al2 CURB INLET E 25 2-31 I TIE -IX EXISTING 2, DA RCP P O2TV 2-A13 STORM P.2.12 a n PREVENTION P TIE -IX EXISTING 30. DIA RCP P 1 SO. 2,14 2-415 FILTER ROCK DAM STABILIZED ,. rt" w Mi.., SOURCE B:FLEXIBLE (H.M.A.C.) PAVEMENT, MARKING k SIGNAGE IMPROVEMENTS - - - M wc/[00 FXq J16 .117 - TIE-IX2 - ME (ASPHALTSTREET)- 520 (CONC.STREET) Lr/505/00 5/505/0)0 s - 2-312 - paD NENss-S 2 09 - TO Eamxc INLET - RD(DRIVEWAYS) -CRUSHEDEEMBLE BAE (TYPE A[APDL -z) _JP W STAND. CURB INL, - PPR. (SO ) - CO, (D.:s CAL/WO _4.DIACONCRETESTOPWATER MANxis (TYPE 0) DERsrnes - BEHIND CURB aND 13.TER PER mo 0 :Gz - 8005 (TYPE B) BASE COURSE_ LE OrPE '00)EA 1 1-317 -138 3. Mwv (TYPE D) sUREUE COURSE_ 6. concKFrE DRIVEWAY ”....” 2-J24 LE (T70 'C) CONCRETE STORM LE 4 FLEXIBLE SIEVE ANALYSIS PER 3000 CY _ow 100 „ TOP ATTERIPRO LIM. PROCTOR pp,(TYPE pER .03 or 3-011 4. THICK COLORED STAMPED CONCRETE MEDIAN 1,462 2 J26 2 .7 REMOVE EXISTING MANHOLE roe rem ca. PLUG RCP 0E Mwn00E En .. ABRASION PER 3000 Cr CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services 2-1312 .UST .ISTINC xx. FINIS DDK PIP INSIDE EMT. BR .90550) - 2-1314 IrGRAAL w Hxlsx GTwnE PRE. PAVEMENT NO TYPE T (w) (ASP OR.C.2 J29 GROUT FILL IP OF PIPE AND AeWDaN IN vLACE2.130 WTHP CONCREW 5-P°'457 PM, rrsr , SOURCE PER 001/00x0/00 -PAVEMENT TYPET G. CONES 2_ 31 CONCRETE u BASE (ASPHALT STREET) v m We - TYRE T ((0 (BIKE STI/BOL) _ 00 00 A u INCLUDING BOK CULVERT REPAIRS (000) sREEr) LIFT PER wD 01 - - 2 -We M (x) (scup) ) REFL. PAVEMENT MARKING ,PE T (W) (K') (BROKEN) LF 3.060 _ 2.34ALL anlro(TYPE PR:) AND Rm-RAP DENSITES or COMP.. BASE (CRD) 0000 PER mo L1 Tac 080 :Gz 2-019 REFL. PAVEMENT MARKING TYPE T (W) (n') (0a.I0) LF 9.143 2-235HOT-.ALT (Hua) 2-020 - REFL. PAVEMENT MARKING NNE T (w) (B') 1 (w) (10') (5000) 2-138 - O. CONCIREI-E REVERSE CURB 2 OUTER , 9.730 .10.4.01. SIEVE ARIALESS LAB DENS:. AR 0 00 �IPER PER NCO TONS OR DAY PER 500 TONS OR DAY 6 6 -022 PREFAB. PAVEMENT 0Np IC1 T O. (24.)(0900) - (RICE METHOD) 500 TONS OR DAY = 0-aza (w) (') (KENOS ENT. s Ow REFL. PAVEMENT 14.21170 TYPE I (3.1 BL) - 2-J40 ER TRENCH SAFETY FOR STOP WATER CONDUTS , 4.200 - LAY-00841a THICKNESS - IN PLACE (CORE) CONTINUOUS AS NEEDED PER IMO LF STREET 5 2-020 PREFAB. PAVEMENT NG TIPE I nap 2.41 TRENCH SAFEW FOR STORM WATER MANHOLE. BOX. NIB INLEIS EA 37 0 RR VOIDS - IN PACE (CORE) PER 1000 , STREET o-Bes - �'x1s) ERADICATE .15.1C STRIPNC - WAI(ER((REF E 370 9-B42 AuO952 FOR PART CK:I WATER DISTRIBUTION IMPROVEMENTS 0000 MEN s T x THEORETICAL DENSITY - W PLACE (CORE) PER TODD OF BmtEO s - I -C RNSED PAVEMENT MARKER (REri00:02702) P00009050520000:20)0009) P 2-K1 LF 18 CONC..: - 2-N30 LY w/z' BLADES (GREEN)AND STP vcx REGUIATORY S. E E 2-K2ERuxE -CUTTER LF 33 (20001W00 0005900109. T, 00, m ro BAT) / CURB PER 500 LF Cmc/CURB YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) BASE BID (PART 2) H.M.A.C. PAVEMENT ESTIMATED QUANTITIES SUMMARY AND TESTING SCHEDULE 2-B31 WARNING SP P 2-K4 6. GATE VALVE VII, BOA AND COVER . 2 SIDDVALI. AND CUR. MIPS PER POO SF Bss ALLOWANCE FOR uT P T 2-1. LP EE -IN CONNECT. NE (Da TB)z . . 2 2..0 DRIVEWAYS OMB, POST & GRATE INL,S PER 2500 sr PER 6 EACH PART EDESTRIAN IMPROVEMENTS CP -WATERLINE TS (CAST -IN-PLACE) PER 100 LFx 2-C1 4. THICK CONCRETE Aa2 76.630 K9 8. CATE VALVE 74, BOK AND COVER (53S30-5135,it(53S30-5135, PER 2 EACH _ - T (W) (CR05swxu( Oa WIDE)- IN CONNECTION EA 10 APRONS m S.E.PER a 4000 SF2-C4 REWAXING CON1000 SIEYAu CURB UB' MAK, HEIGHT) L1 :w asE/1Dmlxc CONCRETE PER To EACH D: RTA IMPROVEMENTEA - - NE (OR .m DN STRENGTH o m ze DAT) _ z- PmEBTRMN G T•Tro s: _ WATERLINE 0( 01502 I�I(BP. STRENGTH (, m ro DAT) PART GASOLINE IMPROVEMENTSTIE-IX ]- UST TB �mPART vv _ x. NT SLUMP PER zw0 sr OR MY - LANDSCAPINGSoIRRIGATION IMPROVEMENTSa o-Kus 12. GATE MARE WI, ROM AND COVER z- nax W MEDIAN2-FI ILANDSCOANG IN MEDIAN T z -K EA LA R SCD Rs PART G: I.T. IMPROVEMENTS2-K2.1 13 a 13 01 TEE . I. THE ABOvE TESTING RATES ME ONLY ANTICIPATED GUIDELINES, THE ENGINEER II. a cD.M1B 0 H- PVC (SCn w) ELECT. PROOF W/MMt TAPE IN PUCE EXISTING . WATERLINE AND RLL W. GROUT Z ABANDON , 8300 TESTING AT THE ENGINEERS DIs[R.ON. RE -TS T NOISPRE CONTENTS TO BE INCLUDED AA, DENS, PARTHSTREET LIGHTING IMPROVEMENTS - EXISTING 8.EINE AD FILL WI, GROUT �0mo(HAN o FORC- wi ( w) E0 CONDI, W/uMt TAPEFIRE TB - av (TYPE s) es xECRr EUaxAmuDrzEs1D05080ICEcmwaERa-s z- 718 zTa PART I: SICNALI2ATION IMPROVEMENTS z Kw FOR Tl/x R REPLACE EaiRRKanx w ER WMEW SERMCE CONNEwON- B- E AND INSTALL SCHOOL ZONE PUSHER ASSEMBLY i 2 1,30 2-X31 .UST 1.1. WATER VALVE BOXES TO FINISH WOE RELOCATE EXISTING WATER MEP TO PROP.. UNES P P 6 2-K32 TRENCH WET( FOR WATERLINES ALLOWANCE w UNANTICIPATED MSpw E B , 7.905 SHEET 5.1 "222 RECORD DRAM NO. sTR-899 BASE BID (PART 2) H.M.A.C. PAVEMENT CRY MOTS) 513096 mN(C=E POs) DETAIL 1/95CO 120' EXISTING R.0 00 BACK TO n. WALK RIGHT NRN LANE TRAVEL UNE ,v TRAVEL UNE/LER TURN UNE V Tz __ ____ _ L t .0. F9- �«T,E, �E E .2 anBr 'CONr:LICTION JOINT xum/ O STD PROCT DENSrtY J Oi TYPIE.tCAL DETAIL AT 6" CURB KM REFER TD sNEE m FOR s CURB DETAIL. TO TRAVEL UNE _ = E. T. n\ NN.. "T OEXISTING ROADWAY SECTION 0 STA. 5+60 0 5' 10' SCALE 1.=5' 120' EXISTING R.0 WALK _ ERI RDEAEMNN, I EGENO O (REr[v To s1HMTET96PmxMUMASE)rlOu (CRC') 60wrnC o oM ex s ANLE 9 nsR(, xsmuvnE 1-z) (Asru ossa) TO WITHIN zzx OF OPTIMUM MOISURE CONrENr. O 12. COMPACTED Tv(Arn oPTED TO 95X STANDARD ssej aACETWEEN o ANO +Jx OF O OF CURB WMPACTED , 96x STANOutD Paptm O wmsC.PE MEDIAN (REFER TO [NDSC.PE/IaalraKON SNEES) BACK TO BACK OF CURB ID 611 RIGHT TURN UNE CURB BIKE UNE TRAVEL UNE .aTET+ xE `PROPOSED 1z TRAVEL UNE V PAvEM NT MAW. (TM) 0 LE, TURN UNE B. CUR UNOSCARED MED 0 TO OF CURB TERUNE 0 TRAVEL UNE SLOPE TRAVEL' UNE BIKE UNE B. CURB IDEW %A� PROPOSED ROADWAY SECTION 0 STA. 5+60 _ll `ILl 0 5• 10' SCALE: ,•=5' 0 0 `PROPOSED a POC WATERLINE a CONSULTANTS SHEET No. MI PROJECT: COR16150 OaLn 0 0 0 0z(^ a W1n 0 Z W Q d U CD LT Z W UD � W W N X 0 Z CD 0 U SHEET 6 of 222 RECORD DRAM N0. STR-899 CRY PMUECT i =13096 otv Jan 26, 2017 - 307a ux.: Nl File. ECTION 120. EXISTING R.0 BACN TO DAC P.P. 5( SIDEWALK RIGHT NRN LANE c `c RE TRAVEL UNE ,v TRAVEL UNE/LER TURN UNE ExISTOrrtEP -- R, -- __ ____ - -PLOD T ,E A3A.CP, CP waT KE ELn B r UN, ED MEDIA P„ 3TC. RRa a aENSR 0 O1 MIL REFER LroDEET 8 L� 8( CURB & CURB "V.":1:7 ET' TYE 0 NOTE: Mcage & c`U�RER1 TO TRAVEL LANE ____ -aa Ex ST RASE 1 FCEND O z MMACP (TYPE CO SURFACE COURSE Oz TACK COAT (SUBSIDIARY ro num BIo ITEM) • n• ...CP (TYPE e) BASE COURSE • PRIME COAT (MC -an) (0.15 GAL/s) QQ 1--2)CRUSHEDCOMPACTED BASE(TYPEDE caro 557 OWI NRY; O`OPTIMUM PROCTOR CONTENT (2 DRS. U. LIR NOT TO EXCEED 77 • oMPAaT70 sMe RI1 (DYED DIRECTLY OVER E EXISTING ROADWAY SECTION 0 STA. 5+60 120' EXISTING R.O. WALK 0 Sa( COMPACTED SURGRADE COMPACTED TO + E IMM xoU-8 io�NTEt e'"EEN o 0SFECT BACKFILL MATERIAL FR. STREET DOCAVARON TO . ,croft OMsm. RB COMPACTED TO 95% STANDARD O =Ore MEDIAN (REFER TO UND.APE/IRRI ATIDN BACK TO OF CURB UNOSCAPED MED SIDEWALK RIGHT TURN UNE SEE ,RAIL 1/6.1 BIKE UNE TRAVEL UNE PAVEM N 0000 0 0 0 ATE UNE TRAVEL UNE V YP ,ului..iw.XO.. TO OF CURB CREV 0 TRAVEL UNE 000 PROPOSED ROADWAY SECTION © STA. 5+60 0 5' 10' SCALE: 1,5' 0 O 0 PROPOSED S. PVC WATERLINE CONSULTANTS SHEET No. MI PROJECT: C01516150 N s I SHEET 6.1 al 222 FfcoRD a%,wG N0. STR-899 COY PROTECT i =13096 ate. Jan 96, 2017 - 30ea U...: by TTI.. IRO. R.O.W. 1,• ..cRRALT PUVEL LANE BACK TO BACK TRAVEL LANE CONSTRUCTION JOINT 0 "IVEI MIRMIMINBEIN CDTYPICAL DETAIL AT 6" CURB SGLE NTS LICIEL REFER TO SHEET 86 FOR 6. CURB DETAIL. ROURIo169‘.1" 3:1 NA.X. PZELEPR'LINE (TO REmAIN) LANDSGPED MEDAN MCI< TO BACK Ise• TRAVEL LANE TRAVEL LANE WALK ---------------- ----- 11M1RE EX,T GSE z..-E,T TELE H E E 0, EXISTING ROADWAY SECTION STA. 21+00 0 5' 10' SCALE 1,5' 120' DIISTING R E'l TELE E EIT -TELIE ET'TE ETI rEl E O ?;ETF'El"-Of`Er'E.PVEDNETTAN""'`P) • gOXAUC'THEODT01187SLEIWARNRgARTIS(Per''" (ASTN 0698) TO WITHIN +2% OF OPTIMUM MOISIURE CONTENT O It; COMPACTED SUOGRADE COMPACTED TO 05% STANDARD OPTIICAZ OgINSVRE(TON'TW° e''EE" ° " O gurtEcK.F-LoutrEglE,70'ET,;'Er % STANDARD PROCTOR DENSITY. • LANDSCAPE MEDIAN (REFER TO LANDSCAPE/IRRIGATION SHEETS) BACK TO BACK OF CURB UNDSCA8E0 MEDIAN BACK TO fteC3% OE OMB - EXISTING PONER POLE z-TT6EIL.,,,CTE LI E 0 'N PLACE; — I01-60.J,r— „ -ExIST Ifi. HP 4..5 , . R. 6E9660 '.- PR ED 1.2. PVC WATERLINE 0,12 E NrE▪ TEL°Z.7`aaa PROPOSED ROADWAY SECTION STA. 21+00 SCALE. 1 =5 ET' TE l" E T -TE LI E E -I CONSULTANT'S SHEET No. MI PROJECT: C0916150 ' 8 4= leg+ 0 0 a_ ct • 0,15 S'ELE,") 0 L,Z z 2 00 0 0 SHEET 7 a 222 RF0000 DRAM No. STR —899 CRY PM/EU / D3096 1201 WREN!. ROW BACK TO BACK TUVEL WINE TRAVEL LANE - - - - --- ------------ _ _ 0 0 TYPICAL DETAIL 6" CURB KM REFER TO SPE„ 59 FOR 6.AT CURB It SWER DETAT QI ;onyx c"" LANDSCAPED MEDAN g WICK TO BACK TRAVEL LANE TRAVEL LANE Exl„ .HX-\ CHTi' r L 1 FGFND 1.2•CONIPACTED SUBORN. COMPACTED TO 95S • 2. HMACP OWE 0) SURFACE COURSE 'REN'T CP.;56' TITIgIllrIZESTIVCOPRIPTPEVT 'TWEE" O TACK CO, (suesoaNy To nAIACP BID ITEM) ® 5LLPITI WSKFILL MATERIAL FROM STRE„ EX. A O a' HIJACP (TYPE 6) SASE COURSE PROikRi'l;r8114F. C'''PACTPD TE PS% W'47P''7 o• PRIME CO, (X10-20) (o in W5/9V) !CATION • 1.2. CRUSHED LIMESTONE FLEXIBLE BASE (TYP ° R'RTRT LE'D'APE/E* 1-2) COMPACTED TO 98% MODIFIED PROCTORE E PP'PP gl,,LA141n TO WITHIN K2% OF OPTIAUM NIOPISPEIT „Ss EA LIFT NOT W EXCEED 7.) • 1Jo.LITRA,Z-LOBE.CIRCAlr) (LAVED DIRECTLY OVER EXISTING ROADWAY SECTION STA. 21+00 - ----- In121-1 x TELE H E 'PE PA' EXIST u TELEPHONE --,1 Exv E (TS PEWIT) Exl„ RASE E (TO RETCH) E -I E I 1201 EXISTING RED.W. BACK TO BACK OF CURB E L E TRAVEL LANE _ 1/7.1 SEWN TXFS MITENIT. WX TRAVEL LANE BACK TO FRCK OF CURB 81 0 TRAVEL LANE 6. RWE. C c kati.47147 0 TRAVEL LANE 000 PRORKSED IR. PVC IY,ERLINE n• • v. 0 0 0 0 0 0 nrE9,'Eu°04xcco,,,- 5L1 T E JDPROPOSED ROADWAY SECTION STA. 21+00 0 5' 10' SCALE 1,5 EL T TELE H E '9Pgr9= PCP • 1-E •-x CONSULTANT'S SHEET No. MI PROJECT: C01,16150 >- 0 < 0 < Cs] ELZ 0 0 0 0 0- -01 Tv<) (j,-3 LLI 0- 0 010= < 0001) 7.1 of 222 RECORD 0906900 nro, STR —899 CRY PRCVECT E13096 We: Jan 06, SIX - We, IT ET TAIFTWurEln2WLV,WWSECTIONS (ASPHALT/Avg IRO' EXISTING R FINISHED GRADE- \ \ 1311 V' RADIUS CONSTRUCTION JOINT intim "\\ 0 TYPICAL DETAIL AT 6" CURB SCALE: N T,S, N. REFER To sHEEF Bs FoR 6' CURB DErAIL. "an TRAVEL LANE V TRAVEL LANE ........ ------------- ------------ UNDSCAPEO MEDAN BACK TO BACK TRAVEL LANE TRAVEL L..E 7: -------- ----- EXISTING ROADWAY SECTION STA. 32+00 0 5' 10' SCALE: 11=5. 1 FGEND. ® ;ocrEresPVErrArsj"N ("") ® uxuus°,40-2saan -2) (A. ) PT MO TU ONT • 12R:o COMPACTED SUDGRADE COMPACTED TO 9S% STANDARD 'PPTLrgrl A7gl'STIT1YRE'TNT‘ Er) ° A"° " • NR,SIT, r° 'OP DENSITY, • LANOSGRE MEDIAN (REFER TO LANDSCAPEARPICATION SHEETS) 1-c11 BACK TO BACK OF CURB CZO?TCE° MEDIAN K TO BACK OF CURB 'BIKE LANE " TIUVEL LANE .6 TUVEL LANE LEFT TURN — — BIKE LANE OLE 6' CU B /-7B LVCD'O,,r're E 11. PLN el ExIST H CAS -72guo. ITO REmAlx) '-PPOPOSED 12. PVC WATERLINE PAvalENT NAARKING (TM) latake.`81.\ ‘‘• norm24-202— re'2'33 73'1;3'13, PROPOSED ROADWAY SECTION CO STA. 32+00 SCALE: 1,5' E 17 TELE H E ELE E ET^ r E ET r E., 1 U E E LI E CONSULTANT'S SHEET No. PRIIECT: COR14.150 SHEET 8 of 222 RECORD DRAM No. STR-899 CRY PRGVECT E13096 120' EXISTING RO.W. 0 2 12. Y TO E1ACK E -I TRAVEL LANE FINISHED GRADE FS. CCO� ' 0 • 'N 4 ICAVE'RVEl'EltrCO-REI 1-15- 95% STD PROROR DENSI, ( \r" (I)TYPICAL DETAIL AT 6" CURB SCALE: N.T.S. 11015: REFER TO SHE,. FOR 6. CURB SE (AMER DEri, NEE: GRAVEL LANE UNDSOAPED MEDAN Lt' BACK TO BACK TRAVEL LANE TRAVEA..E I I ____ ..... =_‘Z - - E TELE H E r E E r LI E r E F0FM). O V HMACP (TYPE 0) SURFACE COURSE O TACO CO, (SU.IOIARY TO 511.10.CP BID OEM) O HMACP (TYPE 0) BASE COURSE O PRIME COAT (14C-20) (0.15 OAL/Y) • 13. CRUSHED LIMESTONE FLEXIBLE BUSE (TYPE A. GRADE 1-2) COMPACTED TO 9. MODIRED PROCTOR DENS, OSTIA 01557) TO WITHIN G. OF OPTIMUM MOISTURE CONTENT (2 LIFTS. EA. LI, NOT TO EXCEED 51 • TCEO=CTIZU= "'ED DIRECT' 'ER EXISTING ROADWAY SECTION STA. 32+00 SCALE: 1.=5 12;4COMPACTED SUBC.DE COMPACTED TO 95.1 Z.10 rjM (TPIZUMETIGUrCOMIT''''" ® .SjLBTLOYr(IGEPILLOFM=C[EPA=CTITORETEj;r=0X PROCTOR DENS, o rErrscre MEDAN (REFER TO LANDSCAPEARRIOAOON SIDEWALx - E .-..1,711(POSED 2. PVC PROPOSED 125 PVC WATERLINE BACK TO BACK 0 CURB TRAVEL LANE CZARCED MEDIAN BACK TO BACK OF CURB LE, TURO LANE ,- SEE DETAIL 1/3.1 OYPICA ) C " 76O r°" ------c-) 0000 0 0 0 r-RIETEL4XlirCORDUIT ETT1 -IE PROPOSED ROADWAY SECTION © STA. 32+00 0 0. lc SCALE 1,5' 78(5.75VR" 6 ! Ps CONSULTAWS SHEET No. MI PROJECT: 001,14150 6116618.1 of 222 FraRD DRANNO0 No. STR-899 P0)???/ E13006 ote. Jan GS, - 2.13, User b.( Ole OVENrounInpov0V,K2-SECTIONS (ASPHALT5(1, TRAVEL L/NNE ' ....... ....... .... EXIST 16" HP GAS 0 TYPICAL DETAIL AT 6" CURB LEFT NRN LANE MEBU" LAH r 7AMOLAMS.- EXIST KKK, BLAEB"-• \ ---------- -- i.66"w 0 EXISTING ROADWAY SECTION 0 STA. 51+75 SCALE. 1,S. I FilFaa ?,;EUKT000sBCREr7AVEMENT SECTION (CRCP) ® g.g",g3PTLV.T.T,,,Y4g1,4%,=s,_.GR'e OSTIA ONO TO WITNIN ,2% OF OPTIMUM MOISIURE CONTENT pROcmp IAMF;E(ACWNi") 'ET'EEN '00 +3% 00 • EiCYT,TrPCKgBLLCUZTIPATTI 70'Weji= giOt"TOR • LANOSCAPE MEDIAN (REFER TO LANDSCAPE/IRRIGATION SHEETS) BACK TO BACK OF CURB SIDEWALK r E L BIKE LANE TRAVEL bkNE N'lar 1IVIR/eZei-X, - Re r 7.70m,r• RAVE ARE ER URN ARE g 0 0 TRAVEL LANE TRAVEL LANE BIKE E 00 7827,,f,f s suss y.0 mrs3.71=0,,ss„ PROPOSED ROADWAY SECTION 0 STA. 51+75 1== SCALE: 1 .=5. M. V SIDEWALK „e, g7REI BONSULTAWS SHEET NO. 91611ECS C01,16150 01 001 0000 -;-, ca a g 2 O01 0< WET 9 of 222 00>000 0006900 IVO STR-899 000 39000001! E13096 22.1 BACK BAC 3 7 cS ao os'4�HooHS��ETH,NE .TD R�.e�Hi P Oi TYPSCALE, T.S roDE11CM REFER TO TA�IL�AT cD�&CURBCOREA ^CUE,R ONLY IL NOM Mo.N SORB 6 Ronf° .) LAN ED MED BAC TO TRAVEL LANE TRAVEL LANE curiEr� o-ls. nAUC� cu Fe KTauRr�i LTO XPi rrIA PL'Iu.. 'LHE F(.FND O z HN'tP (TYPE o) SURFACE COURSE O TACK Car (SUBSIDIARY TO 299CP BID ITEM) Q a HN.tP (TYPE B) BASE COURSE Q PRIME co, (8C-30) (0.15 GAL/59) ® BASE (TYPE h GRAD 122 )cCOMPEncrm ETO 9exEMODI ED PROCTOR (ASTM D1.7) To 1E CONTENT (2 1-1(18. En, un NOT To EXCEED O CONPnc7E9 5u0RnE) (LAVED DIRECTLY OVER Da EXISTING ROADWAY SECTION 0 STA. 51+75 0 5' 10' EXISTING R.O. LI E O 12. + x or aPrINUN No 958. o O 'RR OCC/0 uMsm'. w "'ACT' TO CCU "C'' Dn 09005(92050025(6(9(620200002820/8800205 8. SIOEVIAL BACK TO OF CURB L ED TO OF CURB LUX( r 1/9.1 SEE DEO, 5Fzz,11( MPu� TRAVEL LANE 0000 LE, TURN LANE REV 0000 TRAVEL LANE P.D."!0060100 0,9, 'PJ ' STREET u0nn o PROPOSED ROADWAY SECTION ® STA. 51+75 TL SIDEWALK (TEa LEYI2 FIBERti. Ro RE ux) ' (To PE".I CONSULTAN S SHEET NO. MI PROJECT: C01916150 N 0 N §a w¢� m 0 0 0 0 Z 2 Z aim Y � Q < w Siff I 9.1 o) 222 RECORD 0002960 No. STR-899 CRY PROIEC1 i (15096 ECTIONS (ASPHALT LA, FINISHED GRADE - 120. EXISTING R.C.W. "nfrg•T- rEFPF'c'r°r ‘11E0 ismaimm 1 ° C) TYPICAL DETAIL AT 6" CURB SCALE: NTS NM REFER TO SHEET 86 FOR 6' CURB DETAIL. BACK TO BACK TRAVEL LANE TRAVEL LANE UNDSCAPED MEDIAN BACK TO BACK TRAVEL LANE E -fl .1 2 /1 E !ST HA -5E -f RICHT TURN LA, 0 EXISTING ROADWAY SECTION 0 STA. 55+20 SCALE FGEND. ® rIEEFTTOC'S'IfERET'0570T2'erTA7LV" (CR') :.:411,1rEleTT'OMalf,2AE'llgT.RKLTORT4SF'N''DE (ASTM 0690) TO WRHIN 2R OF OPTIMUM MOISTURE CONTENT O 1r COMPACTED SVBORADE COMPACTED TO 954 STAN O SELECT BACKFILJ MATER, FROM STREEr CAVATION TO 6" lag6w09 OF CURB COMPACTED TO 85REXSTANRARD PROCTOR O LANDSGRE MEDIAN (REFER TO IANDSGRE/IRRIGAPON SHEETS) K TO BACK 0 CURB K TO BACK OF CURB BIKE LANE TRAVEL LANE TRAVEL LANE LE, TURN LANE TRAVEL LANE 6' CURB aleamomam=.6" PAVEMENT MARKIN „ r/OA'1.12!- N '221061111211 PROPOSED ROADWAY SECTION 0 STA. 55+20 0 5' 10' -MC) g ! CONSULTANT'S SHEET No. MI PROJECT: C01914150 SHEET 10 of 222 RECORD a99 90 STR 899 0113 PM/EU E13096 XV EXISTING R 0 BACK TO BACK AL Wg FINISHED ORADE s cure f k Gurrzn AVEL LANE O O 0 = 0 CY 0 TYCAPICARLT DETABL�L ATDM6"RB @ CURB OUTER A L. 0 TRAVEL LANE ER) BACK TO LEFT TUR TRAVEL LANE SER RB LI.E Qi z HMACP (IDE D) SURFACE COURSE O TACK COAT (SUSS!DUR? To nMACP BID ITEM) O . HMACP (IDE B) BASE COURSE O PRIDE COAT (IAC -30) (0 IS GAL/S) Qs SE (IDE A GRADE z)c COMTO (ASTM DSm) TOO WMIN w E CONTENT (z LIFTS. EA. LIFT NOT TO POEM 7.). O cauPAnED SUBG6RADRm)(LAVED DIREC,R OVER EXISTING ROADWAY SECTION 0 STA. 55+20 0 5' 10' SCALE: 1,5' 120 EXISTING R.O. O SELECT BACKFILL AND +Uz OE OPnuU nFROM e COMPSTREET EXCAVATION ACTED 9Sx STANDARDT 0 rAc o MEDIAN (REFER TO LANDSCAPE/IRRIGATION TO OF CURB TO OF CURB SIDEWALK TRAVEL LANE E DETAIL 1,M B D B G z: TRAVEL LANE 0000 LEFT TURN LANE TRAVEL LANE 000 TRAVEL LANE is PAVEMENT MARKIN N BIKE LANE u�> SIDERALK N&- 4:— www"Imulds-miasofek PROPOSED 12) PVC WEEEPLINE 0 0 0 0 0 0 PROPOSED ROADWAY SECTION 0 STA. 55+20 Ro R unax) V~l } O Q N as oou o� a O O a z IDI— O�Z 0 ZLJ 2QH Op Z 0O HH w Qy Q xQ(n (r Ld d O (n Cy W 0 ¢ U SoEE110. o/ 222 RECORD DRAM R0. STR-899 CRY PRWECT i (13096 ESTIMATED SUMMARY OF ITEMS TO BE REMOVED UNDER 'CLEAR RIGHT-OF-WAY AND STREET EXCAVATOR. 0 C05150115/V5 SHEEP W. MI PROJECT: C015.1506150 , HEADER smJn9c R.C. vivLR cu. PIPE () aM srEAwco 'n AEw x 5545. ai xesh E •wr LETc wnrx Am (L.F.) wnR n,0x LnLE xo L •Y.�xU ^w .: E Ot 63+49 srnox v45vxnL (r 0,RM ,e n v x az ae eo (0 ixiEr (A (4( nF Rio- LE MANHOLE (EA) a ,z 0Er , /e WIRE Ero� (w) u (u)e e ,z (A—Ew w (E) 6M. 1.)) (Lj + - +7 LT/RT 32.600 30.742 45.675$4jgt.�Q•.?'.•..)�=P 3,7 Li 3+29 RT 1+31 RT 3+33 LT3+39 LT 3+41 LT u3+51 W RWa xE PT 4+11 LT4+16 u - LT/RT4+15 4+17 LT/RT 5,1 RT 5+96 PT 6,0 LT 6+24 FR 9a> 6+28 FR a+c LT Lr b9+85 7+89 u- 8+40 LT CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services PT 9+86 LT 10+13 RT rj .o ,0,6 n T'00 12+33 /Rr BO 93 Lr .60 �z 567 I3 m LT $14+00 ;a YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) DEMOLITION/REMOVAL SUMMARY § Is 15+94 RT 15+97 RT 16+04 RT 16+07 LT 16,5 LT u- +/Rr 961 ,m 16+51 16+55 T/Rr 16+66 RT a 17,14 RT 17+93 RT 9 18+93 Frt 19+03 LT 827 4(0 19,0 RT 19+32 LT O e � _ A 204. LT 20+60 LT 21+66 LT 22+14 RT 22+54 PT 577 22+71 LT +s, LT 620 SHEET 1 1 of 222 KCVO DRAM No. STR-899 TOTAL m15 SHEET. 00600 20742 45505 Sao 0 0 0 0 0 20 0 .0 , 67,5 ,3 0 0 0 6 2 0 0 .5.6 , 0 2,6 0 .6 a o 06 2a, NOTE: * Eswcmw fg1E:m m0 Wren ary v OEsrus ro wE REuwEo Ric,n-oE wnr LE, 12020020 ammxi E ON PMUELT i E13096 Ute 255 26, 2017 - 3,65 User: bJ RI5 100.1,215.18285,1,-,L-0:80.51, ,1,-PLL-0Ex0,ax0 ESTIMATED SUMMARY OF ITEMS TO BE REMOVED UNDER 'CLEAR RIGHT -OF -war AND STREET EXCAVATOR' 8 e CONSaLTANtS SHEEP No. MI PR:•OJECT: LC01314150 ASPHALT HEAD o 6srm a.LPIPE OR CAL PIPE () AT. xVT�(S.F.)E mrric CO Nn SEWERy LINES NE) s mlYTv/w .%^.0_,20.sON OR LINES (LE) w a =TOE sEaaa IL 14^ �LL 1 ,n 4l: 4� EE 9.25+31 STATION PAVEMENT (.v) aDree 0 DTiSii 0.r1 ) ,a 1. sa 42.44.m (Ew) ,Nis (00, ((2) i RIAPLE. MANHOLE (EA) a ,z (u) u(E) n a (iA) ,ns Ea s e u ,z lv) (END " (04.) (v) (EA) '') 23+52 LT/PT 40 75 23+69 LT 23+65 RT 25+10 RT 792$i 25+18 LT 25+23 LT LT 25+91 LT W W W Y 9 UMW o 26+01 LT air/m 26+1 e s 26+43 LT 28+63 T 28+74 LT/RT 37 50 x 80m al+oo RT 80 29+16 RT 29,1 PT 925 0 Nom LT/RT a< 32+24 LT a 32+32 LT 2 rg b CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services 32+43 LT 32+60 LTVI i 36+45 LT f2 36+84 RT 37+18 LT 40 679 RT as 0 x - +04 RI- ax 38+26 LT 36+45 2/32 o 9: 38+52 RT 527 di 39+04 RT o oa 39+46 RT 5,e YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) DEMOLITION/REMOVAL SUMMARY 41+42 RT 41+79 PT 0 475 41+52 LT 42+04 RT 42+36 RT 42+75 LT + LT/RT as x 1 a+32 RT see + - +65 LT/RT 45+61 PT 046+93 , x a PT 47+07 RT 49+87 RT 9 o 2 -0 s J L >oJ 50+59 RT 2/62,}a 51+05 �,E 51+10 LT/RT 51+45 LT/RT 53+74 PT 54+60 RT 785 55+18 RT 55+55 PT 55+56 RT LT 58+34 PT SHEET 12 a/ 222 RFLORO DRAIBYx' NO. STR-899 56+a6 iT TOTAL THIS SHE, 0 0 0 Hae xm zz, 0 0 0 x0 0 +0 s 7565 0 0 0 0 6 0 x „ w 0 x6 135 0 0 +0 0 0x 0 GRAND ,ALS: sx aaa 20 ,742 45,575 aze z•o zz, 0 0 o zo o ,i • ,c.278,s o 0 0 ,z i z ,e 77 , za 55, o a ,• o o e zai CRYPCT/E1JO96 I L. L� a 0 m iaa�s 1 1 k ° P i W n.N, CURB " ARE ROA wE U I F I tcl �IQ . $ I IE wuacx g CONSULTANTS SHEET No. MI PROJECT: 0.14150 MO M NO A7 W= ; �' min,m-�'.. 8d _ s UR .� ly'P Yid I,evc k ./ a.0 ' �n.�'o` �'� MATCH LINE STA. 4+75 ,a: �.w =74Ga-- b ;� .a ,39&s� o 6 m € k ma E a� CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services EPT rJE FF.. IP arm YORK TOWN BOULEVARD Iooxma Panr n 5 61'16'11_ E I. �.VF(.: O , J� " a�00 srov'%ia:,ei ,— - _ - _ , — _ ,-_ _ �I , irJi j a iE xvn iwc' nc YORK TOWN BOULEVARD I Pt;PNn n }# — - E— CUT IMRE e 787 o� "�v� MO PARR. a.NNrEa $$ te srN €YE yu1.0.8088 YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) EXISTING TOPOGRAPHY PLAN STA. 0+00 TO STA. 4+75 CAB ...CR A. SANITARY .- ;�- I , d4 10CP P NE• DRAINAGE E,s ar om ro© E PEDESTAL 0mE ° NaEPE,N% _—` Iq „n '.45- FIRE PAMIANT ° E(301 R-N..11 ""'11c1," I N. WE I' .NR 0 .1, POPER POLE EOF i 'Aii'o. ,ss, ear) H '''' ' as Poi.. T ox rxI'Aa1wa:. ;7I1' .1/4 ` Re • xaE Ias ux Posn�omxa usE" soma -us)mumow : ....11'......TE ............./yYlli 1— o.. m ''-i' LAKE Nam a NurrEE I - wE e Icw, x, na AMAI£ 1/5 SUMEL FON Mr OF RAPACO.,w.Tso.Er.,H.arwo.raoa�w o <9ypss yon Q ^�{WlJ . PNaxENaox rxs moz --"',F wx E xm ms"Nx . NON„N.x. "-- � '^• ® _ 1. _ .v 10 v m - Aro, ... .".�, ws�„ F rrr 1 3 m O222 RECORD ORA nw No STR-899 nn PxwLvr A e, Soss 20 5+00 YORKTOWN BOULE✓ARO 6.00 15.550 CVN8 OU CURB Sr 3.0 7+00 561_16'6' I 1 "_ 6+00 _ - �BnsEOxE/ Q PGry 77.799 `CURB A GUTTER YORK/OWRPDULEIARO 18.820 DE 18.5 AT 9+00 N + rn Z 6 OMER TE 19 1STP ------- SUMER HOLD1NOS III LP oR x« o:. °E ME;,ax :. aHUxE voEmGxlxo xeER eER,KE mvxsl ,ow,l�. J. PPS Ta,ocupxrc MAP WAS PREPARED FOR OESEN PURPOSES OW. 4. THE UNR- OF MEAPPIE 15 U.S. SORVEP FOOT. 74,17 LTEVeZearn BASED ON A BOUNDARY SURVEY I TTSM rvLL.RREEE PP ET UA REFLECTIONS SUBDIVISION UNIT 19 VOL. 55. PG. 53 20 10 BO CONSULTANT'S SHEET 10 GW PROJECT: COR14156 I8 b RSHEET 11 EcoRH 9�A A., n STR-899 Clrl PROJECT 1E13096 N MATCH LINE S JONATHAN W. FLOES inn. � M�i.`z°o5i :ro assEo o�.'wsE05w.001k°M"�`�� c m °.�` „:oi cn • THE UNIT OS MEASURE 5 UR SURVEY SOOT. DENNIS DEDRES REFLEC11ONS SUBOIVISION UNIT 18 VOL. 55. PG. 53 P M. & ' R N. C.. 55. I/vo n Ccs . Pry MANE J. RIOS JR ET LIE CLA 0 2D 40 60 8 Yo 8 CONSULTANT'S SME! FNI PROVER: COR1415O slEEr 1 5 0a 222 RECORD UM NK !N STR-899 COY PROJECT / E13O96 03 MA FJ—ROLO Ru008 CAURCI. POT LiC147 YORKTOWN PLAZA VOL. 55, PG 105 SOSO ROCS WORSPIP CENTER 21,111,7 71gr,P3740 8.5510 17,1= Vg; .125L !SONG %.1MIRI NG 1 11 15 11 TYCZrE'S 5.! VOL. 56. PG 4 M.MP.R.N G.,TX. 2C8 VR U 813. FERLEm —nThiOlini WA. LI RIN ELEVRI8.78 N(80)FLR8 07 UE GOT irrO \ —CURS OMER NG °.m"49,r cGT L,Gt YORK TO CONTROL POINT 83 CURB GUTTER 15+00 DOULEVARO 16+00 PORKT0i0V BOULEVARD ;11 S 611611" E ROW LIMAN 19_301P q174g" A 11 11 —5- 11 11 CURS le GUTTER PP S 61.22'06" E 1kt. 2_0 Smoot zoRE/ 11 II 1 35 FOR r I 8:746/ 1 1.1 11 Igig"C SWE — WON SONO 5. ANGIE CRUX SUR EDWARD P NEMEC. Er GY REFLECTIOZ. 55, PC 53 KERRWLLE DR/PE r'• 3. THIS TOPIDOPAPHIC WA VMS PREVARED FOR DESIGN PIMP>. MSS TNE UNII OF YEA.. M U.S. SUR. FOOS Alra",ffilek,74 =mt.: -- CURB CUTTER 0,STIllA A SILVA ITIARRA 4.62 o o 111—n 11 11 1 5 17.7NG /43440 '175'1 /-15.855C Gv to LO 9 1G — /1,1•M — THE LAKES, UNIT 6 VOL 59. PG 2 20 40 50 zammoss,..9. DONSutTAN,S 0000 46 00 PROJECT, 00014150 66 r At 5 10 c, 065 11, ,r) O 0 032 C, Z • Z 0< L.L1 LLJ z 0 3- o o 000. • >—< SHEEr 16 a 222 RECORD .9%0 NO S TR —899 cr,, PROJECT 1413096 1 Ii.TOWNHOMES VOL. 50,404 M. & P. R. N. C. T%. i 1.) m R _c6 Oa C_C6M1 B aorna,oNE:) — — — — COVE ,re BRIM YMIXiKSHIRE VppIIIIL. FENCE TOWNHOMES 56.40153 P. R. N C, T%. ,C,N NESSE./ aoN ,ea (Tax.0MES) '' YORKSHIRE TOWNHOMES VOL. 56.444 �,1-E x — Bs= xis ---7 a 0 D-- weo 50Bo-1 Oo,o Be: ea 50 B. SOW mmo ass 8�----- 1e.. \-18.6,64 Fx xx 1T.70BRI BDs, `1T'B9G -CURS '392° YORKTOWN BOULEVARD1 /"B:nB couwo* l441 cuae ex ,rza� esxa 19+00 leant 20400 S 61'22'06" E o . 200 1e.Ixc 22-00 IT.sx 1+ o6o--� v--«.s.m--, sN6--_— ,e.oxx c _ — --Ecco--- --, —ae»-- ses —..— , nes --R N 7NC 1eauB ,i v” e:isc YORKTOWN BOULEVARD Ol ae a GUT.- `iiex \_ culla x MIER �-:v' c —'S--W--��cS-- aal =92/— -- eP�— VOL 20.01 17.T6'5.637"0% N.C. —a48--tesw ',— m--. exM, ,Tu—t lsees6Jsmcwuz 10.7311> Assn.,18.0a xCxxrowN 0,,s,04,,,,° THE LAKES, UNIT 6 VOL. 59, PG 2 M N P. R. N. C., T%. SEOF TF_ I , .166 mm. B1Td P ,-- (.me,l. swn za¢ 1 ms) aiB as,.o ox ilcs u1v ov uEN�sa lao (1 ou11�x1 Ix: i,.�siw.ss. E. lvmss.eT) sxoM+ .xs mMsaR Point 1 ox axis afiuEcr. 3. DIG TOPOGRAPHIC MAP WAS PPEPARSO TOP DESCH PURPOSES OHM 1. THE Wei OF MEASURE IS U.S. SURAT ECOS SE CHHISTOPHEHH.GAHZA 0 20 90 SD 60 LONSULTANT'S SHEET No. Flw PROJECT: COR14150 ILA HQ 111 Wy „ns 38 11 Eth co oco m0 O Z 2 Z cr9 0 < O= w W SHEET 17 or 222 RE MO a.m. N0. STR-899 CRY PRCUECT A 4130O6 41 YORK TOON BOULEVARD 88 0+1 L., 27“ 04 cum A ER S(2 YORKSHIRE romunomts VOL sa, PG 4 '7,9EZTAEr"' so RIATLXA'IS 7(5)7 S170 113;2 WOK) KLAILIT BRICK FENCE OB. VA10CIAN VL":11.,.° —":f;;Z=, th ."1255 PAO ANOI BOSO 7:ET. — IT15. j! COLO soso 9 - r \// 24+00 E:97; BOX) FLAS 04+4rL12k,9 17 :`81627-5:676 ASPHALT A"A Z84LPU'AT6:3 4V01 41.45.7s CON0505 POOL 45 CURB .1 CIA R J1Z 11% 30 68 B3 OAR O GLI ,,Tt2t15 Z".1Z-n El r 4 AhrNO GEN STREET .411-TAu tt WOOD FENCE S059 173•TP IT 48;701117/r MEDIA NO 11-11ON 5 6122.06" E 26+00 A ROW Uro --605.05-4 me. CURB O OUT INN 41 +82 27+00 082 521„ YORKTONN BOULEVARD -40.ALS SW- 2,18.61SW YORKTOWN RAPT. CRUNCH THE LAKES, UNIT 6 VOL 59. PG 2 '71',74FrA.11FLIFE"'Fii:ETE4 LIErZ,,T 11:8r" 3. TRIS %PC...0 50, BAK „REARKED KOK RESIGN NON... OTOS. O OSA K.00,5 IL 5 0 50ITOO A05, Eaworzw,Tearrn zrair,HE7iEz CURB St GUTTER (/) +0,97/— le Z UOT — ROST INLET RIM ELEV.'S Si 'r3 17.3NO 24511. ,775, 'Liik513 SA OMER I 7:5IE 40.066 JOON AND NARA STELLA NENE. AIDAORIAL ROUND/010H KENEDY SUBLIIVISION VOL XX, PG. XX 0 RD 40 60 .4414117 corvsararrs 88881 24 RC PROJECT: (08/ 4/50 an cr, <ci 2 6 080682 .2 0+8§ SHEET 18 +8 222 RECORD DRAVOG NO. S TR —899 Cr, PROJECT / 613095 41 N U) z U YORKSHIRE ESTATES UNIT 2 VOL. 57, PG. 86 M. & P. R. N C., TX. ERIC HILL JAJ 1255 BOSE 506D 1256 PP °°9 5060 0050 0050 0050 0050 1266 - 5060 6060 15.640 \-,° `,°.°rvo oat C PARKING. 28+00 II 2 11` 4.140 �a°D . CUP' 1 81 25000 S 61'22'06" E YORKTOM65 BOULE✓ARO 30+00 CURD . 9650 60RKTO065 BOULEVARD a ourrta riss,o OCT JOHN G ANO MARIA SlELLA '<NEM' MEMORIAL FOUNDATION KENEDY SUBDIVISION VOL, XX, PG. XX M. & P. R. N. C., TX. :« wN iS4PaR, 7€K P Mmc I usvl&,, e.o�1 rys —N° — 3RVCE 00+6 so,�.�0+ 3 1-.5 TOPODP,HiC MAP WAS PREPAPEO FOP DEVON PURPOSES ON, 4. THE VW Of MEASURE 0 5 A.AvEl FOOT WAS EPAR60 .401.11 CU NAP R�"F°ErK�NFOR 2267 2,7,s i= Sale- -546 N WATER NH °c60..l a_°.0 «c.,ol T_) 02-02 scs <o —T ,s 16.13 LA axe "oT BASELINE/ 64DLsoHEleo. Msx 17.060 SIDEWALK 10 UEDOC Na686751 6< HERITAGE RAPPST CHURCH OF CORPUS CHRISR THE LAKES, UNIT 6 BLOCK 2, LOT 3 VOL. 57, PG. 77 a 20 90 60 6o CONSUDTANrs SHEET No. MI700/601 CQFM130 BLEED 19 oL 222 RECORD OW HE 00 STR-899 CIN PROIEC7 1E13066 TE_// 1 mxrw�,E fORI rv1 1 k W (® \VI ESTATES Ip M.VOL hI 04 SR. NC )., TX. ,i1K.ort_/ P.C ET ROM J R,cxa„�a. ° N O oanr YORKSHIRE ESTATES P5R. NPG. C.0i%. n Vx M.VOL. gm)(e') x ] Tato o BOK, Fr „rt tro]o p:Ncf Y)rt-)i y 6 1 I � 111YORKSHIRE I BUCKINGHAM ESTATES \ M. & VOL 48, NG.C3]T% OW) rl-s 93 xZ:4_1 1z sIxs z hwxsxw,P Fps�sxo,.x ux7:72:9:-'57:7;55°''''''''' —m U.E ss aE"::)va a,e �wcWOOD,esc'e.ms f�D—, ,eS—. r---wsnK:o te3»E,a.zsm .x sues'../-, ,e.>asw ,��� smc cUxrAEre a<.c. :o ., F. r W „F CURB 17.090 a 6Urrza -----'32+ ,T.sac ,e tz °uE wqr ,s,c N° vnRw.c o,ve a wr,Ev ,a uc TOTO HORKTOAR/ BOULEVARD CURB a CUTTER rEm mar' t wirer s IC Ux nF� S 61'22'06" E 22 06 o a+ 35+oOx�� �'� S4d+00 3,+. �°. c°xE nV.� , ¢ aow 3200 coxmoF agxr A1e\, 5N4 33+00 0 — Iflww `,e.x° a96 t,a.ssr YORKTOWN BOULEVARD ss CURB xrurnal \sc�i:ow `ie: �rzo.aE max ., e e wrrEq xov,xxc-\ Ic- —„a° _-_—, ucr----OG----OL'----Ucr urs_ =---ucr---- - ac uc�==—� ------ -------nc -------.° — ---unr---Ucr— a--Y4T--- — —u� — ° �” ALK � ,o a o« no 900761,-10.0.591VDoc xo"e ,-zo.o,m socwux �--ao a avnc_ — YR20 o�s '''S waxen o, CORPUS exwsn g �, HERITAGE EL.',' THE LAKES. UNIT 6 g),a•x z. BLOCK 2. LOT 3 VOL 57. PG. JJ M. & P. R. N. C., T%. scow MO rxE.u. u.xoEz 30 YL,.unxoEz CRYSTAL PARK VOL. 56, PG. 17 M.&P. R. N. C.. TX. va Ex°v nEs-ce ue iiwoeii NPsa� zo,a t.i°ssi »u w°°'..m° w°uE, octan »,;,'so"j ix. I z,xle°.Ja. z. Inmee.s» sxnvx a c°mwo. a°w, , a ,xis vxacc*. nwE ¢iavmwry a assxuxE v°smw"w usu szmry --" s°- 4. THE LINrt OF MEASURE IS U.S. SURvEY EDO, tl CwrsULTANPS SHEET Na. fW PEWEE. CORIOSO 8 SHEL7 20 of 222 REMO .111. STR-899 CIIY PROJECT / E,3OP6 04) 72) q BUCKINGHAM ESTATES VOL. 48, PG. 37 2sS -a-- I 719 "-TOM)? 12. DE_ ST DE) 12sS TR 19.39SVI /0.377P CONCRETE ALLEY 20. ALLEY _L\ 18.777P I 70.6.3SW . s 2oMND (f) LoJ 22 22 ELEV. RT.1 2 -1 0.5.5 TR.OBR 111'.PRE:113!AR'Dr(- CURB d GUTTER -7 ST WATER TAR \ 9.7BT _ITAS )9))111,9 S(18.a_L 12 sL,_ 31243 FIT.T1.23 5041 ss+sss s 3,00 38s-00 CONCRETE \ -19 IDT IED626 NREI ec GUTTER '4B 787 19..41C _T---9e7SOT 1,L661',,r 'CONTROL PONT 02 22*70/ YORK TOM, BOULEVARD 0 CURB GUTTER 22 40+00 4..111'''' • 'TTEA YORKT000(1 BOULEVARD (204 002. 547,2IL 1 I _oil I '7`0" -VA 70CU7M TR247) FL -12 T7 a E(1)1 R-9.91 SV,I0 ) El -13 26 14E— - 1DT- - LICT SOMA. \10..O.FR GOT XTEITE" ,„ 462020(4 P ..754 — PUARR COT DOT TNE TEACHING ExP ESS LLC (2200) 4120 2220 2*200 0044004150 (22(50 417(7501 (02 urorp.ovT,rao: tor (7522) TOPOCNNFITTO D. WAS PREPARED FOR DESIGN PURPOSES 070.7. THE IIIND OF DERSURE IS US. SURVEY FOOT ETZT07,:%176,7.2Vrn TJZIVE+TEZ:14 Vn7:41 NLICOF;r1Int21 AAE A°A AA'EA CA' A A""'AAA SIDEWALK MOST S.OS6 ‘00 --DG ..r115.1STATN_ mxpxy 0070 20.5017 -FMB, >Rep 2275 /UT' 67/ 11 TENNISON T XEELER CRySTAL PARK VOL 56, PG 147 ‘f) 22 _ [Iv' • 'u"" -\22 uor 20.36SW,./E.X- - -UC 19.93TP*''' .NTSEIN T KEELER 020471 SPOTLIGHT %',uTzpv,vg,,vr 20 40 60 e6TW! FOCIFO: -1.74 7414re0425ll zta.L ..... CONsutranYS SHED 40. 7011 KKLECT: 00414150 Z8 5 22 61 82 6100)" 6107 57047 21 a 222 RECHRO 044620 60. 04 STR-899 (1 ROLLO' 1,3505 0 0 UJ PRE BUCKINGHAM ESTATES VOL. PET PG. 37 IA & P. Ft N C., TX 1111 c, '4 :rt t BUCKINGHAM ESTATES VOL. 48, PG. 37 AC & IP R C., TX N AN n5 1,w Ess 1.3SS MS MS 0 9UP 19.•STP iniCOOrnr,CE, 1 ism, CONEREIS ALLEY I',.."..301 ALLEY ISMOTP U.ISSIS 19.13 E.PIEW SOVI.Aikir= --- . 33n 20.0010 .... PE 1O, ILLENG MENG ‘1:.NTO ,c, GAR,,,, CURB \ -19.30T 2 STORM WATER Siii . ' 3/ MIER 2 \-1;r. ,12.70;r8BOULEVARO__ eim E,,,, o- .s SiZMI FARIS OS INTO 1 1M ESEI1 P1 -00 92+00 93+00 g SCHENi„,__ :Or: ' S viNg '06" E 94+00 95+00 45 0.2 .1XE/H —195 CRETE Ho \ ,-- SELINE7 I cm TE CRETE H MASS an • KYOR TOM SOULE-144RO — 11,1'sWIss :UTTER-7rtrEL I V InTRIE‘4I078'3' IIM 1 WI'44.-Ell'OrM VI '''.1:r10 EAMON° lik M 19 CONCRETE g ycH -Tipiall ,C UV, ----------- — '— uE .. s SSG GG. 111 • ''' ° • LUIRE 'a • BIM MU ELEVEISSP .. \ -19.99"P " I'1'6".. ' - .7),33.44 iLL .188, ... I, OE Ass .1 0 Itri - CET ZrEl£V1576: "G'in PARE,. EMI PLE1135 ESCOREMS HOLM. LM VCZOL.tiT , 31 REi .1,2305 NE001 EL1111-'' sEilir) FL,' AI Amu, ESCOME00. ET M CRYSTAL PARK SUMO/SION LOTS 7A, 7B, 7C. & JO BLOCK 1 VOL. H. PG. 54 1112,1-T-t-Ht7 _,..., ,_ SMRAt 2-7,^u,tq30 N(231) v011 B. PARKING AREA ERASEtTON Lean WATER ELRIA90 CRYSTAL PARK EX -11 EV BLOCK 1, VOL. 57. MC V 11 EVE m SEvit-p NE RIG ELEP R.20.68 VENTURES. INC viCiin RES Pi 0-.1".3" FOCI:EL-9 SI SUBOINSION LOT 7E PG. 12 PO. 11- ,Hp0E 1 .• z - I n'' :6A-7:0FEEFigsSi7:26AFT:R.F.EF4 3. MG TOM:GRAPHIC PAP WAS MPG. HOP ILLEIGN PURPOSES MILL A. NE UNE Or /ASSURE IS U.S. SURVEY Mt g.,"7:4,%11412.11,1742L1,2%27.1422:71A.A.V42'"A"A. 2=2"P.F.,774."2,127122S21',2= W2rolf Trr' 0 20 10 A0 48-11,Eg r:3:74 -"P- 0 0 50 F- COnaltinNrS 05005 50 RH MOUT COR4150 , 1110 Wu As CCM 3:1"g TXRT A1tiT'A a ill; 505 5 05 z 0 Rig 0 2 o 0 50050 z 6 2 8 0 z 0 o_ 0- 00 0-0 ,± • cr) SHEET 22 of 222 RECORD DRAWING ma S TR —899 PROJELF 013096 �E ,'�0%.0.,9".' IuOas ws f o Heol fx: E °Bi s�wRw�u mM wrxiW�iExaonsixis P oxrWiE (EE�ie,E�iaw :e.aejure vo°nuRwC usER sExyTa 2 It) BUCKINGHAM ESTATES EWE iv- aez VOL. 48, NG. 31 SEWER M. & P. R. C.. T%. RnO i a�o ROOT) FL.8.00 Eosa ) -_00s s<e.)- o44- ,Ess // ,TSS ITSS x,0.42 /0.73TP I s.44T0 r.-° m \10.e510 0 RaT aORaRE,E ,EEE. .'95.'.C.'95.'AL.'AL.':a . .° W° FENCE Is 54TP l'',, � (AA,za. Imza,°T- -I°W----,Ea----I°W--=—'" ISPN0 -----166---�°W— --,0a—�--,OR--.— a 20 21. iia a0 CURB : ,UTTER J \17U \lVZ YORK70N9✓BOUCE✓ARD,{caxmav° /IM I e,°I cuTTER� /111L �°O:00zO axe '"TT'—\. OO 47+00 • 46+00 5 61'22'06- E 49+00 50 s'o-7U s0se____a' — ass�OASEux U F aw - e:zucuaLrTER� ':IL 194ss� NO PAR5N5 CURB s ra T55 \ YORKRJlav BOULEVARD /AN :y� G ' -\ �'— KC -'rL'- - -xd( ,T DDT Off, OCT - Oar-sO! -STD- 9oEw4Ex EO.00m ,-20 ft.7RC ° ° ----- wc,O-) TE=O.zz - ------0 - Is.«,0- - - ,,..,- - CONCRETE m YR_ ASBURY UNITED I.E,ROPST ASBURY ADDITION VOL. 56, PG. 118 M�&P. R. N. C., 66. ("")"- 3 avus)s°EUTe.. 4. 1PF USD OF MEASURE IS US SURVEY 0301. TNIS MAP WAS PREPARED WICK 1NE KNEW OF A CURRENT TITLE ERSHIP 20 40 DO Sa: 8 0065(A61616 01001 Na MI PRQIED7 CORPUS° SHEET 23 of 222 RECORD MENG NO. STR-899 601 PR01ECT j 613096 2 G $ mb BUCKINGHAM ESTATES'" VOL 48, PC. 37 M &P. R. OTTO. N�,sszr �S ' VI BUCKINGHAM ESTATES VOL. 48, PG. 37 M.. P.R N. C., TX. 1$4 ,zs:— ,zaa-- ,ss— sass W''..',seer° Ixss s.es.r lzoaaT x°'sm 20 ALLEY .03SP wood FEN ce eaEre „L,,,=e.,.n' 20.07 L-20-3WP rS0 0. 09 :,. Lisa — — ,a laJD RIII "' KO-cI — s NSW) aSW)En-Tse a:l�, was @ cumn — — 52+00 �,—f_—x5 -zSTG CURB — w -R — — �.c PPK —xo.o— — —�,- - YORNTOWN BOULEVARD EV. 61'22'06" E X59+00 54+00 ♦ 55 — was n .2310 zo0.3.)i , s.s,c ' LRI ZES -.6 0 YORK TOATV BOULEVARD WIt NO PARKING fie oa. Tr ' —zzo.az— m.ozc CURB . COTTER N9.seG w xcu*rta� 19 B� /—�1 1 _ —.;—_ _ �R wALw ,s `•�s.aE: _1.9.7%.,,roc„,,„,--- c...— -- F. — roc suc1L——�a—=wr—c —ucr —Bar—"drIX— — m ---we rt" :E r.vas✓y' marl!. • o o a ° •. •• o.eosn _e SHO a1 tn74 FURLSASBURY —II �I H _ a u R <a ZMN ENarwN°ewE POMT A00MON VOL 56, PG. 1113 ./�4nF :.mow\ 21.0xc�' oto PeTP u;ae°e': avro°rv”' co"R,"i 0 ' 7:a amµ L= „7 ,""Ia"'Su`wROK ,amlR" Re:a-- "- sEawcE caw:) m.H�oR. 3 MIS lOPO.P. NUR VAS PREWAR. roR OESEGN PURPOSES avy. A CONSULTANT'S SHEET N° FNI PROJECT: CORIVSO S. SHEET 24 or 222 RCCORD ORA TNG N0. STR-899 ON PROJECT / 013096 0 LAJ BUCKINGHAM ESTATES VOL. 48. PG. 37 NO, FL. -17 21 1 2.1.1•P 2' NE EiSr cucc cur,. YORKTOWN 8O17/7104A RD /n YORK TOON ALTIVARD 65G RAW .20.46w 2,18811. cZE 12W 2•0•P VT& S 612206" E oVo'' PCM1,12 • NM( ASBURY AODIT VOL. 56, PG. it7ESarioSsairiFiFZZTEF:=11,- Lromv7= Lriugt.41Z7Z1V,TZT,LlorgEOZAM'EX,V4?"`"r rgg'1,°;;P:67.="fli, ZEL'Inglffol; =MU ''' M2ITZUTINS "" ""'" LkrUgT20 trr 51•110,1 • tt,P0 GUTTER; FL.-• CARD KAMP Pp 0 450 EP* \ -CURB de GUTTER EvEKH. ..47„ 1••••• Immo/m.0s 1 consuirmrs SHEET NO_ PFNECT 09014150 OCR 00 D 0 0 0310 z 6 2 Lt 0 cr > z 0 0 ›- 0_ 0 < C3 0 00 0_ + 0 WEI 25 o5222 RECORD .44. STR —899 PROASCT 013096 V l� b g ss fr S ae o w Y 5Yw nSTA.]2+54.4fi(3.19R_Ti S'a COSIMMcT 510104 NR N20LECF. 0071.4150 auP �� vrcwwR " la rAxwxc sx \-� srw YORKTONN BOULEVARD m CUTTER €8 f= 7777 SIDE .9 0.10.11.T YORKTONN BOULEVARD i, CONTROL POINT /1\-[um N:17135160.39 E: 133 066.9) EL:18.08+5 5T A,41.45(5.4)RT) \ `CUTS m GUTTER KMKTOWN BOULEVARD CONTROL POINT d2 5:1)134928.8) E:133)510.03 a:19.60 TA 9+51.25(4.49LT) 4+00 +•• 501'18'10-E- _ 14-�00 _ _ , Ik+r' 15100 5-61'16'11-_E_ ---B9A M4 RON x T ;, `8466LNE/ _ E npK -'"nn 9+00 Oi00 5 61'16'11' F W WY LL 31 m m.1m •r W_ pp SER 2 §� -cum �� YORA'TOMN BOULEVARD CURB I! GUTTER N'.O1 )13468fi.4NOL �T E: 133)94),69 STA 1 + STA.tA+51.58(2.25LT) `cone t CUTTER a YORK72ITN BOULEVARD rTLA� \ s1wR GUT. IEA `CURB �A Raw E/ omxa YORKTOWN BOULEVARD ...-CURB sCUirfR RAMP pp No P J PARKING O xy - SME wux PRIORY 0051/00. POMII N0. 3 - 0/8' WON ROD WEN PEA5T/C CAP STAMPED '54)[(5(70' 1)6' NORTHWEST OF THE 047ER5EC1108 OF DALLAS Si. R YORKTOWN BLVD. 0. XI7ER PRIMARY CONTROL PONT NO. 1 - 5/8' NON ROD Wm/ PNSl1C CAP STAMPED Sw,<5EYE- fib' 50UMEA57 OF TIE N)ERSEC70N 07 EVERNART RD. & YORK/0945 %VD. 0 - oo ErEE PRIMARY COMIROL sow NO. 2 - 5/6' IRON ROD WIN PIASOC CAP STAMPED 70ULt50YE- 569' 004)708451 07 THE INIERSECRON OF EVERHART RD d' Y RKTOWN &.YD. 0.. {'EER sx_ sHwALx rep SN ! 9NWtR s -v 4 x ' nAAI 04 Kg - CITY of CORPUS CHRISTI TEXAS Deporlmenl of Engineering Services \ CURB k GUrm+ BOULEVARD y wlrt9l C. w"r `WB n GUTTER 29 YORKTOWN BOULEVARD YORK)OWV BOULEVARD CONTR0. POINT 66YORKTOIN N:17133960.56 E: 1335259.59cux0 EL 17.09 STA.29+50.8)(5,13T) CURB a ounER� 19+00 ). 20+00 S 61'22'06- Ems_ ____ __�f E/ _ ___Sfit'22'06'E_ ROW 29+00 X+00 2..,°' R"�rtew E/ 25+00 _ - umax M - - - �OO+ �IYA 58t'22'08'E �wRw k CUTTER \-cyp _ YL'RKTONN BOULEVARD `tee a GUTTER CONTROL PONT A4 N:17/34449.11 E:1338387.85 EL 19.01 STA.19+51.63(5.35LT) YORKTOWN BOULEVARD cu"*'"'" W44 CONTROL POINT N5 5:1)13418).03 E 1338801,39 STA.24+49.))(44.OBRn 8RT) YORKTONN BOULEVARD RIAN r c N currTEP r PEEN m LI MT Arar YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) PROJECT CONTROL P 4 IxnKw"r so900+ SEewAEx PRIORY 005780. POINT N0. 4 - 5/6' IRON ROD WT7/ RASIK' CAP STAMPED '80445EYE' 42A' SOU7IFAST OF TME W7E00E0E071 OF GALLAS Sr k YOR TOWN BLV. 1' - 20 4077 m .l1 7719477 0057160 PANT NO. 5 - 5/6' IKON ROD IMM 982.4570 CAP STAMPED 'BULLSEYE' 12W NOR7/WESl OF 761E N1eK4ea70N OF BOSTON DR G /08/77OWN BLVD 1' = 20 FELT 98.41477 0.457(0[ PONJ NO. 6 - 3/B' IRON ROD 47/77 98[.4511' EAP STAMPED EULLSEYE' 377 59452407 OI: ME INTERSECTION O' 8051.40 DR. B YOIT(lOMN BLVD 1' . 20 /407 ( -61111- � 1TGFND GUY WIRE CA .4E o STORM WA. MANHOLE _:_am commolicAnoNs HOLE nn. aPa[ ["Nu SANITARY MANHOLE .4 SIGN ' °8 TELEPHONE PEDESTAL a "E ilnil "�cP ary izs maw wpaE W'iwl M- 0 Iflvlm s9. E. Iv 1 sxarm ns cwrxw wxmx w)56 r �yT,• AF IC sw: vnn0us rE 4)4)5o aN 9) NE wmwNlm usE''''''''') 5"'''' w w"%' " OFT ' oE9wN PwP�A onE.. d )/f $(,557•' t, Ao>`� UNI OFNwURE 6 s naw, FOO, " m26) 5n+Em `0 Nan PuncPnnTcrsrzca. wrs9rercEs. su rtEEn Ea # A AW •tM1cTwgr.E: ® YN 65F0 • tItlg ll6AZ/i p 66vE54cn)45 m e m ary A wmr zIcry ().9� 9°41rfaio40 20 4-0 601e a YORKTOWN BOULEVARD CURB a GUTTER� 4+5 CUA YORKTONN BOULEVARD CURB a CUTTER. RED �p coxa s curTR ...no 1c 32+00 ,P 3]+00 _y_ _ ^ 5 61'22'08' E �E Row E/ ]]4+00 S 61'22'06' E 6T,a5 +00 _ _ - -V4A*4 E/ `asmm cu CO ROL POINT /IB 5:1713381733 1339527.28 EL:19.19 YORKTOWN BOULEVARD CURB a CUTE CONTROL POINT 48 N:17133724.53 a1339700.71 399 STA 51 547 \mlm Be MATER YORKTONN BOULEVARD SHEET 26 d 222 RECORD DRAM 5a STR-899 124 I 13 1E�1f t -` a{/�rV 54 'FdG:�..�^ w io�v�m ewnx mwr nano 9/09 K PRIMARY CONTROL PONT NO. 16 - 5/8' IRON ROD 947TH PLASTID CAP STAMPED ' . 26 770 7' A'ORINWEST OF ENE NIERYCTION OF YON(SINRE OR. @ YORKT0M1 BLVD, 0. 207121 94*4 PRIMARY CONTROL PONT NO. 7 - 5/6' IRON ROD WON PLASTIC CAP STAMPED '1' = 27 E'eka 190' SOUNFAST OF TIO NTEI(SECTIN OF YOIfiiSWRE DR, 6 7C.....W BLVD. 7' = 20 /757 CRY PRDKCI 1E13096 ROL POINT $ � c _ b .aye 71 a 1 C01192 ANA'SCON SHEfT Na F1W P.NMECT. COCORN'S('N:1:17133481.47 BOULEVARDYORKTOWN • , STA 44 51 1 • YORKTONN BOULEVARD CONTROL PONT W10 N:17133006.74 CONTROL55 PONT #13CONTROL E: 1340137.55 EL: 20.26 STA.39+51.04(5.55RT) YORKIONSV BOULEYARO aRe. cun[x g n a curTEx EL 20101&08 .77 STA.49+51.38(0.5ORT) EZ5•S 40+00 44+00 45+00 - - 5 61'22'06 E A - - `g u e/ ~- 9 Ran -. � S 61'22'06' E ane a w ® 1': non rTE5 \ 49ti 00 _ 1 5000 5 61'22'Dfi' E y,3 0,,,,,,.../ YORKTONN BOULE✓ARO[ORK10404 I coxa a wn[n- \\. e,[1.. BOULEVARD CUM n GUT. cu a cur. 004KTONN BOULEVARD vn. SI VI ti la 1 e�esVts�$_ 5. � ¢ S Tar din TEST tib CURB a GU --.N. 9 �` MENU, `MK wxGUETE�� AvE4r pa Nor PUNTER --/ J� wwY,w«s'"' o�PL TEJ M Kvn �xo W n PARIOIC AREA w® ',R O1 I `y PRIMARY CONTROL POINT N0. 8 - 5/8" IRON ROD WIN PLASTIC CAP STAMPED -BU[LSEYE• 689' 50NeO 0NEAST OF THE ERSECNO" ON 104045IRE DR. & YORKTOWN BLVD. I' = 20 0400 FRIARY (001004 POINT NO 9 - 5/8• IRON R00 [MIN PLASNC 44. SWIPED 'BUELSEYE- 1.189' SO4TNEAST Ol THE RDERSECNOV 00 YORRSRARE DR. & YORKTOWN 4LYA r . 20 FEET PRIMARY minim PONT N0. 10 - 5/8• IRON ROD MAIM PLASTIC CLAP STAMPED $ULLSEYE• 730 NORTHWEST O" Inc 4NIERSECNON OF STAPLES 5T. & MINNOW 9440 1' . 20 FEET WALK 4SM' CONTROL POINT 812 1. N:t7t32681.93 o CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services 6/44 sx EL:21.24 STA.57+68.6a(75.81LT) I rOLFc �� o,� a GUTTER .0 MPHO 840. N W ti - x �,.,. ce, ... a w PP R w COI a wrlve.\ POLE0 5 61'22'06- E - - 5+00 ___.:1----- caa2 - w , �n \EBIDI ET 500 4 arr. coxa a w I0 Er:O earnu 2 Co YORKT0NN BOULEVARD as a GUTTER CUR... CONTROL POINT W11� N:17132771.32 E: 1341460.31 EL 21.73 STA.54+52.34(4.974 YORKTOWN BOULEVARD o f 00 NTROL POINT W16 CONTROL N:17135050.22 E:110.00 .26 EL: STA.3+50.78(104.4480) /1 -gr nor eo•T� 57+00 5 6112206 E 56+00 / S4:°r[L - x T 0 /cueawTEe / YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) PROJECT CONTROL SW[wux PRIMARY CONTROL PONT N0. 11 - 8/8' IRON ROD WIEN PLASTIC CAP STAMPED •BOLSEYE• 235' NORNNE57 OF 76E 8OERSECIpN OF STAPLES 51.. & YORN0ONN 84)0. I' . 20 WELT PRIMARY CON1R04 POINT NO. 12 - 5/8. NON R00 WEN FUSTIC CAP STAMPED -80445EYE• 80' NSODINEASW O" NE INTERSECRON OF STAPLES 5r. & YORKTOWN 8400 1" = 20 NET PRIAWRY CO TROL POINT N0. 18 - 5/8• IRON 800 NWM PLA5TIc CAP 5TANPEO SMLLSEYE- 35 NOBMN4Sr Or THE INTERSECTION Or 444000RT R0. & YORKTOWN BLVD. 7 - 20 WELT 150S'1ONN 8000LVARO cum. Num /., i�mFi .E i zoei Rio e�.sm �'GU'sE --s710.74'1::) '`� tanraN laom N TE,cE tanusl sauxNu. .. 1.1 not °. / E,E1g w :xanN ., POSMO No LP. SEOP, .* o,OF Tpi •A .3. ..x:oa oaT1.1. 1. Pn n wPURPOSES ONLY. 4P�;WSTEWBFo .APWAS PREPARED VII. KAS WOE HO x c 1s m.r .x .ccun.TE rmE suncx unr am,Dg TE _ _ .,uATE µo ARE NOT BASED oN A BOUNDARY 5905 Y / / PEuaWEx off ixE wou"IrmE.'Y'm 14guff/a,,3.22 / >•* w� ' ..ox. .. o� R„m�-� •°r' Cur m� 'Rua°. \ '\ "Rpi..................................................Tx 4 3 .g y 0*27 C OLPOINT 815 :1338150.57 Ss6n46.63xn SHEET 27 of 222 REcaeo oa4wwc. STR - 89 9 u'"[P'%/'tet' \'�\f7J'WI;,"•0- •6' /FlD[B.ISYYO o ,� h P"m PRIMARY CONTROL POM NQ 15 - 5/8• IRON ROD WIN PLASTIC CAP SWAMPED 'B17LL5EYE• 138' NORDINEST 0P 184E AVTER5ECTIO.74 O" DALLAS 50. & YORKIOWN BLVD. 1 • . 20 TEF, ON PROJECT / E13096 `Ma :mi ■■■■■■ 11111 1111 II a II I 6'.cP 6"ftP 6"axP I pPoo 0x DLiMS SHEETb. MI MEC, CO1314150 •• p.. IaMXL] li iill■ . x6 ax . • �.I� �r rc ¢~.4' �� i■1 Tsao a ,I .`111 .ka e•rP a,ICPPxV. MP -• P IP6" Mx3.p a •: mm�.•m. I 1 ,_ a • i■ � t' -i- _ a a m m as _� — 8 ill N. i Y I¢== �. ���:� � NW �v r„ Ili „� nn Iid i 11111111M1 En gqIMil IAN A 9oa ` •� .= YONIfTOWN BLSaMilrar 'eu r. OWN BLVD. rVDW� ®,A11 1 1 1 0 Taop/e °9.CJ Mao• -WI a __ e"N 0. ,�: �I�` ___ _ ' *n° '' �--B lil w e �"„� ;..I■ •Map °� — Exm wn.Ea�xF uax y �..1--'• 1--° ii i� MI MI= i ai i X EAST WATER 'el CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services ataoo 4 j' F /Lin =1 �i O Baa wnien o�V� E. / .�111•I == I ' I :- ell! dila`:I�iim .0ii-ii Mi P6p:. rlwE xmzwr — ��p,�`� I" _ y. �ii ,���♦��i�. ii� ii. ii iw__ iitiil"mi hr NCI PROP. PIPE SIZE 1'� � 1 WATERLINE BASEMAP .Nwpoxm Ix Papr "'C T" 0 250. SOW SCALE 1 =MO a" q �4 9 qui qO ,a,k� aa. uP • YY /-X —(2)---Q—• � vpP ��axoiil■* a >- —5 —� login L6., . — It YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) WATERLINE AND WASTEWATER BASEMAP 11.114 IIII IAN 0 W IIIa \_a___euP___� n ISI WO % AO rem F p olio ,uP u® i.�. !■,:uP all � /II- uP f ,zuP , eV B .-�1-' I.—arolP -_ _ _ __� arolP I IzuP , .,� IzuPIzuP�6TIP a Err sw. a o- _ :21 1STR-89 _[q YORKTOWN BLVD. awp WNNROWN BLVD.' 111 p., 1 1 1 1 1 1 1 1 1 1 1 a• �� a D w ` A Igiff. m - ERGO E. • •,,,.� 1111111111E-mm.ii ii En ii.. ZS: ii�M iii ME # it 1111 . mmi pl izz ' • ; *1E ,'11ki`i-iiai - ii =ii ii ii ii i! ii i. S222228 22222 ROW MHG NO. 9 pAWEC{ / E13096 I FUND O WASTEWATER BASEMAP ' 0 250' 500' SCALE: 1 =250 OF ANY cpmmn per WASTEWATER WASTEWATER LIEF _ _I / •1• 11111111111� = p S Z l7 [ 1 al LMOIUSOELTCOR14150UiMS SEE �, �U ) i� e I11 l 1mm s — —`,\1111■ P t _ • vl -�� '.� FREESE ®NICHOLS ilium _I I������I I I I I mei N E=la El ®�'�`�`' 23 aa•s� wRKf®w ' INEMO.tt��. :_� �y __ TgMiOWN eLw.T B ,. » �,. 1 1 1 III 1 �_ 1_y 2. �w;+a �� 1111111'° -e 1 Ep.u.,, '�_ >/► 1��1■� g wn�wnx cxv roxu Win 1 mt ����� _ 110�� uwx 11 _�• ,° ■: x 9 as x °°Lo .\,.1 -b b____ _-_. di i Him Exn n�x wr� � �� CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services g�2, '1 o .� ASCE as MEOW WATER MS x AA. ► ���\■■ - g s� M `'al a P�o no°uw,ExR�°oLE �. N olli` h� �P n0°x w,rw PPr 62r — • • STORM WATER BASEMAP , SCALE I =25 1,j r nr ¢= Di L6 4u—c hp, III 1 1_JJ_1J,LI y` /yii I II ((`` t EI -r�l Rx �. C � _� 11 �roi I1�'L�(2�,1 _ I� roE _ ■rnii111. / I vws- ) c L_ ) 1 � / 3\11111■4&A .■m��Cma : YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) STORM WATER AND GAS LINE BASEMAP CROSS In ■■ ■_ME iii ;x ■■M• — T a ..... Elm r...1•�� ♦ Alm �� rim s% roE---- wRRYOYM O 'BM. ---,-- MVO ✓°O r \\ Jo•r\ ro1111■ ° ,,•P nv I!2ro e ' p. ffi — gy *tit L. Ammo - A Ilh wa£ . s°iav i WC ME 0 "-mom t - - Olin ` 1�I mC -1ll111LL a —_ - `` �� �`��- + le,, No to Ewe8o _ w SHEET 29 0a 222 RECORD 02MAN n'0. STR-899 O GAS LINE BASEMAPMO ` �ccEnuMAN 0 250' 500' SCALE: 1'=250' ar a2n ncrm caxsmucnox n¢. CRY PAgECi) E13096 MOTES. (TYPICAI AO WA1TR SWF%TS 2. B4LeRAVE043 PROTECT ALL EXISTING WATERLINES IN TYE VCINITY OF INSTALLING NEN —3. ,g4OZRDI,CTor TO RELOCATE WATER PETER TO PROPERTY UNE AS PER CEA WATER Erg REFER ro SHEETS - .18 mix are STANDARD WATER DETAILS. IA REFER TO SHEETS 49 - 52 FOR CITY STANDARD WASTEWATER DETAILS. YORR)DWN%YQ 1+00 YOY,1TOI11VBLY° 1 1 I I 2 17 -J +00 J H r EVERHARTRO. .x. ass[uell]M 6 1) 106 STA 53 ((.e.'EXIST ID. ACP WATERLINE L1 I -12. DE -IN CONNECTION _3+0 1-r.n. AssweLv 0]TE 1) 1-u.a reNo1 - .n. Assw.a': OWE WATERLINE PLAN 0 20' 40' o rlLLE VAUEYNRLROo .E drvo 01. «2 (6mA1Tn) SCALE: 1 =20 HORIZONTAL SCALE VERTICAL SCALE X00 TO E6� IS 59 (95 12. 5 (iT) EXIST SET RC B TEET91221) N 0+00 1+00 2+00 3+00 4+00 4+75 /., Lel ROAM'S SHEET I PROJECT. COR 4130 50001 30 of 222 000090 MWMHG No. STR-899 CRY PROJECT i E13096 ST. JOHN THE BAPTIST TRACT VOL. 67. PG. 760 MOST REV VOA MICHAEL MULVEY VILLA OUILT OF CONPOS SOUTH LP q 005 Et1:w.T a2.0 Ln 390c.0.r Ln YORNT00151/BL.fl OP BASELINE ]+00 Am, W �► eV (tOz.Y Ln 0 CFAS, PVC WATERLINE 410)E3B3o Mn 00) TA 88 )33 .n PROP. 0 CURB All'one MAL, 10 00.aTE VALVEWC rovrrowwavD. 8+00 PROP 6 CURB A11!..,- 00. PROP BE CURB -- WATERLINE PLAN 20' 60' 0 SCALE: ERT( HORIZONTAL SCALE VERTICAL SCALE MLLARREAL JR. ET UX REFLECTIONS SUBDIVISION UNIT IS P. TOP OF CURB ELT) [PROP TOP OF OuRB 02) TO.P: 13.09 (LT) IP6oP. a Prr TE UNE an 10 000. 0- C TERLIN 1110.(x..... To.P= 1016 .9P= 11.0 cLn 28 4+75 5+00 6+00 7+00 8+00 9+00 9+25 uLrMIT'S SHEET I PROJECT. COR 6160 N , W aQ 07 SHEET 31 of 222 950060 9093580 N0. STR-899 CRY PR01ECT i E13096 ON JP - 359P urs: J Fla.Pararranln9z 0V-00-PP-OHNO ,ave VILLA 011ILT OF CORPUS SOB, LP EISS M EL[ (10') a GROUT x 42S. MOST REY w4. MICHAEL MODE rv(10') a - w(100 TL - STA JA RICO. LT) FM. ASSEae,r (TYPE 2) L POINT 0+00 91 (u.0'RT) vE w/ PROP. OE CURB 7774_13_,+00-7-,7 1 Q N /HP P. 24. xPI mama WATERLINE PLAN O. WO. 0 6 REFLECTIONS SUBDIVISION UNIT 1B SCALE: 1"=20' HORIZONTAL SCALE SCALE: 1 VERTICAL SCALE VOL. 55, PG. 53 FRANK RIOS 112. ET 0X LARRY E. SR PRO YVONNE CLAVETTE PROW TOP OF CURB nnl /0' T.O.P.m ICRO 10* (RU IPROP 1z PVC WATERLINE (LTI- 12.T.0Pm1..20an SPR TnUxE (.1/ ICE T.O.P.m13.26 (Lr) TOP= 136J (Lr)- 16 9+25 10+00 11+00 12+00 13+00 13+50 uLTANTS SHEET I PROJECT' COR 4.150 !n 0 N _11Q 0 0 ma12 z 2 z 0. m y�v 0< >- 0 L1,0 0 ZCL K p O LJ zH- Z N 0Q N SHEET 32 00 222 RFCORO 6006W0 A'0. STR-899 CRY PROM/ E13096 X12 — Dap User 6J ma. NAT OrnelnRs 0V—.3-PP,TROD.c ne crAO11TION!11 CATI YORKTOWN PLAZA VOL. 55, PG. 105 SOLE ROCK MOSSO CENTER w ((44. ' LT) K 6/ DRAINAGE DITCH VOL. 1914 PD. 1033 STA 13+67.34 (440 8080+369360+2080+2) 20 PP 4UE = zE AND RILIID PASO, 4. a55 440[? (TVP+)2 M 1+0 Z 0 Q PROP. BY UM YORATOWYBLYO. PROP. 6. cum Iwrx•eD.1h CROCE %±00 _ Sfl]1B1, 'I 13.8. 80.54=24/4 4.0.9. ------ ------- ______ YORRTOWNBL{R m- PST 5-8 vs RC13 WRATI5LV zoa.e E7'1'.5= 18+00 =_ _ -__ EDWARD P NEMEC. ET UX REFLECTIONSSUBDINSION UNIT 1B VOL 55, PC. I M. k P. R. N. C..53 TX. =1 WATERLINE PLAN 20' 40' 0 4. SCALE: 1 =20 HORIZONTAL SCALE SCALP 1 = VERTICAL SCALE STA 10+55.40 .s SENOI. (2I..21 80 ''4WWIRPRF EXIST +S. PVC WATERLINE 1(]2.5' " TIE-IN CONNECHON TO OALLASST. m R4R,N w> ER REQ .!,--71:1'1.= ' 1345 (L, s o(an 9 (PT) poop TDP of aRe (Rn PROP. e' PVC w.reRLRE Mr) ," ..aP = .455 (Rn 12 TOP 14.52 (Ln� TN=RE (Ln/ — y PROP.. TOP OF CURB LTL '094 16 ET E p 13+50 14+00 15+00 16+00 17+00 18+00 18+50 • 4+ °LTPNES SHEET SHEET 33 a 222 400888 DRAM No. STR-899 CRY P86041 i E13096 Ota 5uo 27, 2017 - 00P ser bj me. N.IF.ernvinRs 0V-rKs-Pa-wr,01 ,ave 01 FL=11.10 E(5.) TLP.P5 YORKSHIRE TOWNHOMES VOL. 58, PG. JEAN NEE55EN RMTER (T0rxN0uE5) u (65.4' Ln ORKSHIRE TOWN HOMES VOL. 58, PG. 15.1 1:70. 111EIN 'CONNECTION JEAN NEES). PORTER (TOMPORES) NEax(+0MN0 4+5) TFn ,:,, 0ELn W:/ E I, GCE VALVE IV 8 COVER IPRUP. I5 RCPF. -PROP . s CURB YOldr/r NVKI� PROP. O. CURB STA zfi (84.0. Ln e2x x 0 0+ WW/ l STRhcEnIxw.,Erz wATERLNE MP. .E 1UE/6 80.W. 19+00 CAUTIONIII %MOM FOR UNE Look -nous Ara,PROTECT 00,1151.O.OZISTRUCTION TMES, UNIT 6 VOL. 59, PG. 2 a TA+5w (0zaFO (ROTATED) CW 0,1' WATERLINE PLAN SCALE: 1.=20' HORIZONTAL SCALE i VERTICAL SCALE ro WEnF+ B5 `2 18+50 19+00 20+00 PROP TOP OF CURE.1511 ( n LETT ROP ix'PVC WATERLINEh 21+00 22+00 6 12 22+50 ;e• 0o ULTANT'S SHEET I PRWECT: COR 4150 N , W SHEET 34 o1 222 RCMP 000# 6 N0 STR-899 CRY PROJECT 1E13096 Qa�T - aca, User R.. NCIF vP nlnx cV-553 aa-MTR(01),ave ORUSHIRE T WNHOMES VOL 58, PG. au_Ep 5:1gool (T HOMEsj 0.6 VAUGHAN 10 4WER NH, N(TOPytV) FL=362 C(eor%tV) EO r) R=x1610 —z0 rr— u — * L_ 50 —POW 0E uE aOSP POSP L/PE9 BOULEVARD ExIs1. a KPux: ZERRO n1ED) .M. assE(::1=v (naE 2) CURB YORATONwsLVRCipiE VALVE 4+0 STA 57 (44.0' Lr) MNV vALVE w/ ypg\ 26+00 �HroP. 0a5EPNE/0 R.0.w YORRTOWA'BLVO. 0(10') a=0.02 SP 2PSD_, WATERLINE PLAN 20' 40' 0 SCALE 1=20' C., T%. HORIZONTAL SCALE SCALE. 1"=4 VERTICAL SCALE BOSTON OR STA Ax0 °°"' w/�RGCT 27+00 N — Z IPROP. PP" RCP ACM ENEDY %OBDIVISION / 5 Ism cn0 VOL. X3 PG. XX „1„014/ / a" VISE AA PROP TOP OF CURB OMzo = L 16 PROP. TOP OF rm 0-O TE 22+50 23+00 2 24+00 25+00 26+00 27+00 27+25 CONSUMW'S SHEET N0. EN PROJECT: COR16150 N 2 05 U m 03 w III)QQa III ) p W 0 U h o O � !n 0 1n a =NO 15 m O N Z 2 Z O c m Y � < Oz LEL SHEET 35 of 222 RECORD Mo7NG R'0. STR-899 CRY PR U£CT j E1.3096 ate, Jan 27, 2017 - PlOpp User: b) rlv. N,16,9ranlnys 2V-1115-PP-RTE101 ,any floSo alzAA P3OSOmom ORKSHIRE ESTATES UNIT 2 VOL. 57, PG. 86 112S5 - rzs (aa. LT) Ti GSTE VuvT W/ ERIC HILL ROSO ANO rluouW/Cour DEBRA YORATOWMBLIII YOBA'TOWBBLIR ) i -e as servo OI. Na (RarAreo) RrsoP. e cuTm ErvEOx. c. xx v .1ZIoN & & P. R. N. C.. TX. rO R O�LxsmmO %%414 PVC WATERLINE1 BENO DI, AU [x2r)PVC WTOATERLINE isrNO HICH PRESSURE OAS HERITAGE BAPTIST CHURCH OF CO6 Us CHRIST T -IE LAKES, 20. YR BLOCK 2. OT 3 WL. 57, PG. )� CAUTION1O WATERLINE PLAN SCALE: 1,20' SCALE: I HORIZONTAL SCALE VERTICAL SCALE NST 1 12 '27+25 28+00 PRO, TOP OF EXIST LEFT Ra (RT) PROP TOP Or CVRe(LT) 92 � ammo„ cneleume \ PVC WATERL1NE 12 y3 29+00 30+00 31+00 31+25 uLTAN15 SHEET I PRWECT: COR 6160 SHEET 36 0f 222 REC0RJ 900#W6 N0. STR-899 CRY maxi- i E13096 YORKSHIRE ESTATES = VOL. 54, PG. 104 ROLAND x. auCooN6N. ux r...8."4516VrouLT) LROT.6,0) 5XItT.7.-'4C=E: YORAWREORIVE SOFMSHIRE ESTATES hillik. i .) OS pE 0 DI. 1,1 (ROTATED WOO.) FI,1 9 • I-, ASHEN , MBE 2) a. T) Z,I'YEEErOD ' ght . ,11- IV'''-.HEEErOD ' S, 32,6.1 (ACC L A cmoi-26 A c . IZZINg.” 05, ' 'MOP. 14. I L 13.,00 R. R.RN:4,.. SIUB,111610.1:1ORSTVES WODi BOSH) 21,157 D. FL 165 YORNTOINVBLIZS 34+00 WY. ,,,VT21,7ALZ I L00 YOR/0/0144MBLY11 it412,°-vv,ag R.1 UGT- -4g. UZI- -To LIG, E DOC NO 08S701'''' HERITAGE BAPTIST CHURCH OF CORPUS CHRIS, THE LAKES, UNIT 6 BLOCK 2, LOT 3 VOL 57, PC. 77 655 5CO, AND ,ELDIA MANDEL WATERLINE PLAN SCALE: 1 =20 HORIZONTAL SCALE SCALE: 1 =4 VERTICAL SCALE MANDEL PN NCES-CC LLC 12 31+25 32+00 PROP TOP OE CURB (LT) POP. PvC WATERLINE I -PROP TOP OF CURB Dr) er ME REMAIN) 33+00 34+00 35+00 36+00 36+25 45 2 CONSULTANTS SHEET No. MI PANED, COR“150 0600) 37 of 222 90006000055656 ST R -899 663 P50161 I3O96 M z x BUCKINGHAM ESTATES VOL. 48, PG. 37 0 -5 .5 B°x (51(6,0° .x. AssEUBir (ttPE )z) COVER Ln 6+5045 (44.0 LT Ta X750 3.0 LT) RENDS DI YORKTOWNBLID, P RD AND FILLED 5/0900+ ER nfe. 3500 BASELINE,. R.0,,. 7+0 8+00 h PH\ PROP 6" CURB ROUT PROP. 0 YORA7vM4V02YR a .esu .®o .leso- w z ORO, , H\ TnEg TIBE°:5(5+0 Kn x 111 Wilirigml 111 WA I II I Mat D (4, RT) TYVV V iso*a . BEND DI. u, ro T'Fi lope 7' RTI' (RTEN°T,'-r-EDIE'IN CONNECT. TO A T KEELES CRYSTAL PARK VOL 56. PG. 147 WATERLINE PLAN TEMIIw0 T KEELER SCALE: 1,20' HORIZONTAL SCALE VERTICAL (SCALE 20 OF RD (RI PROP. CURB an JPROP. 12r,.TEa NEh r 16 36+25 37+00 38+00 39+00 40+00 41+00 BLTANT'S SHEET N W 11 600 !n O N <a ¢� �VIo m O N z 2 z Y � 0 < osLLJ SHEET 38 of 222 RECOPO 90050% R0. STR-899 080 35011)1 i 113005 BUCKINGHAM ESTATES VOL 68, PG. 3] M.k P. R. N. C.. TX. BUCKINGHAM ESTATES VOL 40. PG. 3J .n. assEURir 0W 21 20. ALLEY MNo Hu=m W/a OUT 1 /�— roSLrRNE(10, v-20.05 sE0 Imo +E D SSISrmL Ixc CRYSTAL PARK SUBDIVISION L05 A. JB. icbemo HOLDINGS L I BLOCK VOL. 60, PG. 54 O „O 101 R�AIx W.TER xE� WATERLINE PLAN SCALE: 1,20' HORIZONTAL SCALE VERTICAL (SCALE pp. - LAND VENNRED INC CRYSTAL x PARK SUBDIVISION BLOCK 1. LOT JE 0 . 67, PG. 12 606;) ELa sT2.Ne� n T2 (65. EM 20 --------.. PROP. TOP OF CURS (LT) ATE (L op mm G 12 41+00 42+00 43+00 44+00 45+00 46+00 ULTPNTS SHEET I PREUECT: COR 4150 !n 0 N cr ¢� =0 m o 0 z 2 z aIm Y � oQs SHEET 39 0f 222 REE00RJ 6100#WC No. STR-899 cNr PMUECT j =13095 mai BUCKINGHAM ESTATES iE) a VOL. 48, P. 31 E(154) FL= -0-89 wIN4L' saws 1256 201 ALLEY FILLEa ROUT I P 64 CURB > SL o LT) F 00 PROP. 66 CURB PROP. 67 CURB 9+00 Wir / I�TEvuxE � usELV A YORMU/NVBL{SS Ta 46+01.a0 (*909 Rx E(a) w o')a a=t z.aT WATERLINE PLAN SCALE: 1,20' HORIZONTAL SCALE VERTICAL SCALE -e TUR56 TITS' N M. & R. N..c.. T%. F n (v) ET LER IPROP 29) w55' 516' 155 e TOP= )5 77 (5, TERLNE ( 0 PROP TOP OF CURB (.n Ex51(P;Tw PRoo. TOP of CxRx . 16 12 46+00 47+00 48+00 49+00 50+00 • 46 OLTAMS SHEET N 0 N cr ¢o� = N o O Z 2 Z 09m Y � 0 < os rw SHEET 40 of 222 RECORD 9946986 N0. STR-899 COY PRGVEC) 1E13096 uluive fz TOP 1663 (Ln-\\ 0 MATCH LINE S BUCKINGHAM ESTATES VOL. 68, PG. 37 BUCKINGHAM ESTATES VOL 68. PG. 32 RIN Eiiv=fe.ee M. & P. R. N. C., T%. Iwnroz C (p 5000 2-, GATE VALVE BOX 6/ COVER -e 65 BEM DIAU AND TLLE ./DMUT 18 CP 0) PROP _--_ ==_ -_=_ -_ =_ -====-____U1 53+D0. Oec 55-N PMP. assELIN / PI ya,XTOWNILIA PROP. P. CURB ASBEND DI. 16.1 To RswN 6O Dewm m pse.z wn UNITEDASBURY AASBURTADDITION VOL. 56, PG. 118 WATERLINE PLAN SCALE: 1"=20' HORIZONTAL SCALE vEGRrAicnL lscnLE 155 ATE rOP fs za 0.n P. TOP OF CU R B(LT) TOP 15.16 CRT) �\ROP PVC WATERLINE (v)�n a 01111 R PVC WATERLINE PROP TOP OF Gun: (RT) oP 1665 (LT) 0 G 2 2 __ G 1616 16 12 50+00 51+00 52+00 53+00 54+00 55+00 uLrMnS SHEET MI PRNECT: COR16150 !n Ocr _1150 =01 O coo 14 z 2 z o0m Y K Q os SHEET 41 of 222 RECORD DRAM R0 STR-899 CRY PRO¢C1 i E13096 Qa,S — C1256 User NJ ma. 981,116nlnx cV-60 66 v6901 ax 0 8) BUCKINGHAM ESTATES Z.) rL=�iia4 VOL. 48, PG. 37 Non a=-ze & P. R. N. C.. TX, 5 (6i WOs'1 ').T=-zn a=ls 3I� -41rAi , ALLEY 1 WATT«s A" 44- CIPP NOTES: a. !RED WASTEWATER SYSTEM ew f6. T«I rEE,s wsT eE a4 I«c«Ls. -•.'. c" WwL YO.PNTOWNBLIR III RW. 6 EW/ 1-12. PE IN CONNECTION TO W l (SEE PROTI E a;/42 ASBURY TEIlION VOL 56. PG. 118 28 EX WW1.1,1 BEGIN _ PP11(floe Rr � (.M IS. (SW) a= 364 28 n 24 ,59 0-0 —6V0--/1 m ® 4)44.- WATER AND WASTEWATER PLAN 0 20' 40' 0 B' SCALE: 1,20' SCALE: 1, HORIZONTAL SCALE VERTICAL SCALE 60+00 MI PROJECT: COR14150 24 24 eaL«e (Lr)h of Cum (RTI L TO r..r E OF cN «« (LT) / TOP= 6"r uO,aI:uCN y fiz(P TE _4 24 12 20 8 liIY 11 I 1 I I i= /-PROP. c 12' PVC WATERLINE s LryE CFTC i BLEil 1 , 1 ) 1 \\1 �P I I 20 4 12 P s 66() P«o a_ \`---SII, EX-VAMAH-2 EXIST, 4. MANHOLE BEGIN CIPP �6. �z MS.«N T< .E E r EH nE. «H L ER EX -WWW -1 EXIST 4, MANHOLE CIPP ENO + a OLT) zl a6 zo (ma so EE 6ewuTATm wrte cPP -o:bn ®®/Z7"-./®®® WASTEWATER... LINE PROFILE A —. 0 20 40 0 - .. � 4 . ,...,, 55+00 56+00 5]+00 5]+50 0+25 VERTICAL SCALE 2+45 08 Q D 3�w 00 as x'00 0 Z + ZQ0) Q Z 0* �5a SHEET 42 0/ 222 800808 M4MNMYC N6 STR-899 CRY P90101 i =13096 22 20 18 16 14 10 a ''4LIII V 22 20 19 . i-Tet1 18 AIATERLIS 18 ...E Ern �a 81.1 'fgrsE PROP 81 CROSS , 711.1 caxx. 14 11111.1111111 14 14 12 II10 10 20 20 WATERLINE LATERAL Oi ® STA. 4+00 (LEFT/RIGHT) 18 EXIST I. TEL Cen REMAIN, 70T IY13.80 " TEE 8808. S.118 T. MOP r("Tg. aTnTEo) E w/nox T.o e: Iiso 20 0 16 18 16 � II Ro reE/innirv) 10 w T V 4 10 12 it TmunE N bac. e o 8 N tl I 8 10 6 I elroa nc 6 c a 2 w n R rvn rJ WATERLINE LATERAL O® STA. 22+32.24 (LEFT/RIGHT) 18 14 12 10 WATERLINE LATERAL O® STA. 25+85.57 (LEFT) PROP. r OOP VALDE /BOX g CwEn 07. WATERLINE LATERAL 3 ® STA. 16+38.40 (LEFT/RIGHT) 20' 40. SCALE: 1,20. 0 HORIZONTAL SCALE ER'CAVALSLE CONSULTANTS SHEET No. MI PROJECT: COR14160 WATERLINE LATERALS SHEET 43 of 222 RFCORJ MOWS Na STR-899 COY PMUECT i E13096 om Jan 36, zols - e&Opn user: kJ Re. xr6,9canlnps.V-613-Lai-4.101 Jns 20 20 20 18 18 s wgeox 1xU No l4 20 NU (81 .15TEBJ Iz 1z EIEL 10 o ! i� y 4i 80 REP, PROP/,,R5 RCP 1 cl COMM Rw s ao ss' BENo WATERLINE LATERAL > ® STA. 29+51.24 (LEFT/RIGHT) 24 24 22 22 20 EFLRE 20 18 EETE 18 sia TEE PROP- Se GALE I6 YE w11 reare' as' BMo Tar 1 14 12 ' xc wnrePCxe 12 7.9.,:°"41 ""° 10 WATERLINE LATERAL O® STA. 50+90 (LEFT/RIGHT) 10 m�ROfP"ii°is E° 10 q WATERLINE LATERAL e ® STA. 32+50.25 (LEFT) TYPICAL WATERLINE TIE—IN 0 CROSSING INGDETAIL (LEFTsSIDE) 22 20 18 16 2 10 8 22 EC x�r 'xn vE+trLx[ / Par. .e nN) 1 rEgIVgE" 8.8 PE 48. 1181 7512.47 ELEOT/P8*B2 EE" ATA 20 18 16 10 WATERLINE LATERAL OCO STAN 38+50 (LEFT) 20' 40' SCALE: 1,20' HORIZONTAL SCALE o ER AL'SCAL SCALE CONSULTANTS SHEET No. MI PROJECT: COR14160 WATERLINE LATERALS SHEET 44 of 222 RFC000 a%,WG No. STR-899 CRY PRWECT i E13096 OA Jan 26. Ona - Sonpn user: kJ RR 14114011,414a5SBv-vK3,0,40011 Jny WATER DISTRIBUTION SYSTEM GENERAL NOTES SEPARATION OF WATER AND WASTEWATER LINES T. w accwroaNCE may, cm of c05Pus r WATER gS WASTEWATER iHNPLLSSHALL LCHRISTI WATER DRISION DISTRIBUTION SYSTEM STANDARDS. ACCORDANCE Asol cnUON EruSMR AND WATER SYSTEMS. 06 TEXAS IN 2 THE CI, RESERVES THE aarr TO ALLEM THE 5-y51.EN FOR ...ON Ar ANy El. BUT THE DATE Cr TETT AL ACCEPTANCE OF THE SYSTEM WILL BE UPON COMPLETION OF THE PROJECT AND MRSFACTORY S. J. THE EXISTI. SYSTEM SHALL MANN IN SERVICE UNTIL THE PROPOSED HE CONTRACTOR SHALL PROTECT THE MIST. SYSTEM LINA ITIS TAKEN SERVICE. OF SERVICE. a. THE CONTRACTOR SHALL FURNISH ALL 001775404 TABOR AND EQUIPMENT REQUIRED TO INSTALL THE PROPOSED SYSTEM. S. TESTING or SLIPERVIS.61 OF THE WATER DINSION. WATER FOR RELING THE NEW WATER LINE AND PERFORMING TESTS WM BE FURNISHED TO THE CONTRACTOR BY THE CITY OF CORP. CHRISTI THROUGH A STANDARD SUPPLIED BY HCONSTRUCTION METER CONNECTION STAN.R0 WARR CONSTRUCTION ATERR AND MD. WILL BE E CITE ALL WATER THE C.TRACTOR H. PAID DISCHARGE PRESSURED) a DECHLORINATED APPLICABLE IN EES FORTHE WATER CONSTRUCTOR METER. NOE NT TR WATER NIMES RECUT.... ND STOCK-MEE Ar A Lour,. DERGNATED SHE WATER MS. BANTERIALS MY BE THE CONTRACTOR SH.L SHALLN OUT OF SERVICE . THESE GED BY Tu T CLAMED BY THE CITY PRDR TO THE RNAL INSPECT,. BE DISEISSED BY THE CONTRACTOR. T THE CONTRACTOR SHALL BEAR ALL COST ASSOCOTTED W. WATERLINE B DAIAAGE CAUSED BY THE TOR) UPON COMPLETION OF PROJECTS ALL WATER LINES SHALL BE FREE OF ALL PATCHES AND SPUCES LT ALL RH... TIES OF THE RROROSED SySTAI INTO THE EXIST). WATERLINE SHALL BE RECONNECTM AND BE MADE UNDER SUPERVISION OF Iris WATER ON INSPECTOR. ME .NTRACTOR SHALL FURNISH ALL MATERIALS AND ALL EMMERT THATIS REQUIRED MIKE raps ON cry MANS Afin9n0E0 THROUGH wore DIVISION INSPECTOR (72 ).0 RECONNECTIONS9. ALL EXISTING SMVICE CONNECTIONS MD ONTO THE MISTING WATERLINE SHALL BE RECONNECTED BY THE CONMACTOR. INCLUDI. RELOCARNG EXISTING WATER METERS IT SHALL BE RE CONTRACTOR'S SOLE RESPONSIBILITY TO NOTIFY AND COORMNATE WITH THE WATER DAIMON SAID / RELOCATIONS IN ADVANCE OF coNsmucRoly TO AVOID rS (ND SEPARATE INSPECTOR MINOR LENOIR DUCTILE IRON PIPE ADJACENT TO EITRIMS MAY WATER DAMON INSPECTOR RASED ON mama. ENCOUNTERED INTMREED. THE TcREAs RSoR SHALL DAP. AS DIRECTED AND SHALL BE PAID AT THE UNIT PRICE RAPPROPRIATE SIZE WATERLINE. a LmnR LENCIH IS DEFINED As A SI.LE LOCATIONREQUQTaINO THE USE OF Two .DINTS DR MINOR ADJUSTMENTS ror a:canals OF RMNGS, VALVES, ME HYDRANTS. ETC CAN BE ANTICIPATED. THE CONTRACTOR SHALL MAKE MID MINOR ALMISTAIENTS AS DIRECTED BY IRE ENGINEER ND/OR WATER NIPPLESDAIMON INSPECTOR AT NO INCREASE CIF CONTRACT PRIGE. WATER DIVISION WILL DE MINTED PRIOR TO ALL CHANGES 12. ALL 13. DTcnEIR WITH ).. POLVETIMMVE /WO SHALL BE RESTRAINED MILS SHALL Mc EXCEPT 7/HERE LOCKING OR SWIVEL FITTINGS ARE EITILIMR UNLESS OTHERWISE SPECIFIED BY THE WATER DIVISOR ENGINEER ALL OFFSETS ARE TO BE DUCTILE IRON PIPE ASSEMBLIES LOCKED TOGETHER BY RETAINER GLANDS. wools IRON BEN. SHALL BE UTILIZED FOR ANY CHANGES IN ALIGNMENT OR .ADE. L FILL MTH CONTR.M9 LOW STRENGTH WM.,S WM BAPPROVED EQUAL AT ML FIRINGS. CONCRETE THRUST BLOCKS SHALL BE PUCM BEHIND ALL FIMNSS 0 A WATER UNE BRIN00 OR ENGO BE INEER EAPPROVED MEL, CONTRACTOR L VALVES WILL BE REMOVED O5 RUED AS REQUIRED BY WATER ODN INSPECT C COORDINATE MTH WARR N INSPECTOR AND NOME ALL AFFECTED CUSTOMERS 24 HaneS PRIOR TO KREGER OF MISTING ER EXCEED .• COVER TO AVOID 0.TRUCTION, THE USES OF BENDS COULD BE REQUIRED.WATER DISTRIBUTION SYSTEM STANDARDS CALL rar MAXIMUM 48- COVER ON WATERLINES WHEN DEEMS18. CONTRACTOR SHALL KEEP ALL EXISTING vasors ACCESSIBLE DURING ALL PHASES CONSTRUCTION.ALL NEW WATER MAI. SHILL BE INSTALLED SO THAT PIPE IDENTIFICATION HAWN. ARE COMTE° .TOP OF THE PIPE.ALL SERVICE LINES UNDER PAVEMENT SWILL BE ONE INCH. INSIDE DINAETER. AGNIMUM. SPECIAL NOTZ ENGINEER SHALT CONTACT THE MILT, DEPARTMENT FOR WATER VAULT DESMN COORDINATION. COMMISSION ON ENVIRONMENTAL QUALITY (TCEo) AND T. cm WATER DETAILS . CROSS.2. WHENEVER WATER le WASTEWATER LINES CENTERED N THE WASTEWATER UNE IN ADDITION TO ANY REQUIREMENTS AS DICTATED BY NEM I TS NPIE£ CONTRICTOR MAY BE REQUIRED BY SION INSPECT TO INSTALL CENTERED JNTS OF DUCTILE IRON E AT CROSSINGS or swampHAZARDOUS T PHE ROWDUCiATER OLOWUNES I� COPS YE CORES n TO MX OSAMBiSEETAM 2 (441M - 5* A WATERLINE MINIMUM COVER REQUIREMENTS MEI I. ALL AM. IN TIM sarsr SHALL HAVE A AMMAN or Jr ON COVER AND BE 12. MM. BELOW SU.R.E AT ALL POINTS AND HAVE VALVE CLEARANCES IN ACCORDANCE NMI THE VALVE DETAIL. Ns (TzABOVE) IN THE STREET SHALL HAVE .° COVER AT ALE POINTS J. ALL AMTNS NOT UNDER THE STREET MIME HAVE A ATININUAI OF 36" COVER AT ALL POINTS. 4 p:N• 59.! • , •iii '.... y;'. g a (00551ER THAN 12" AIME P167) UNPAVED AREAS PAVED AREAS MC MOE TO WATER LINES MEETING REQUIREMENTS.ms ozaB me Alm s . 1/2. SIM - roox 1AW - 0070 N82M29 70-RProIO.,A.. DON: a„DOT) OW BELow HMIER TABLE. OSE CASSE Amxurt. r ror Irtu az 1, MADE 2. A770 E ER CD. ACT MA (DesRRA TO 93 TD z sx of oSRMw. STI. TOPSOIL cam aD m BE PuaO uv „---(2 Pas aravac'av TYP. P/PE TRENCN/NG BEDDING AND BACKFILL FOR WATERLINE NOT TO SCALE GENERAL NOTES FOR BACKFILL NOME 700NC0715 PAVEYPNT 05001 CONTmOTOR OP.. TO IRE MEM STABLIEED SMIO OR sacral MEL SELLS! 0.10111 MUMS N REDOING AND DINNIIT1NL NAMED! FINAL DACN:II I an5N PIPE i0 12" ADM PPE) (00551ER THAN 12" AIME P167) UNPAVED AREAS PAVED AREAS MC MOE TO WATER LINES MEETING REQUIREMENTS.ms ozaB me Alm s . 1/2. SIM - roox 1AW - 0070 N82M29 70-RProIO.,A.. DON: a„DOT) OW BELow HMIER TABLE. OSE CASSE Amxurt. r ror Irtu az 1, MADE 2. A770 E ER CD. ACT MA (DesRRA TO 93 TD z sx of oSRMw. STI. TOPSOIL cam aD m BE PuaO uv IL COME. an wmciO.e ANIONS FROM EVGVE IX LW MS P Ernnrw) B RO.O D MMTIM.,aRDAO MWF. � roaLow7 L770:7) REQUIREMENTS APA Ala a 1,00 040 00 Aaw -20 (M As sa CEsl6N [NIXKER) 5wSULTN(rS SHEET No. TNI PROJECT: COR14150 Nn i 111 SHEET 45 o1 222 RECORD DRAM NO. STR-899 CRT PROJECT / 713096 an. Jan 30 ROL OD NOT EILOCK 11111 ���II!�IlUiilll■k0 NarE ANYIHNO LESS THAI RILL OE DUCTILE IRON LOCKED 20 THE VALVE. HYDRANT" awar ONDISTL.SED SOIL FIRE HYDRANT ASSEMBLYDETA/L (TYPE f/ NOT TO SCALE FIRE HYDRANT ASSEMBLYDETA/L (TYPE2) WAFER LINE BEHIND CURB NOT TO SCALE ESTE.dt: ORAIWICE 00, SHALL ccARsE unt / cAA FSS501.3, pry. yoLowE 0.13,1 SSD SHALL EVITVO A MIN. 6. ABOVE 0,04IN OWLET T ;RINI. SHALL OE LOCKED TOGETHER Or TO BE BLOCKED AGAINST ;TRW SOIL AS SHOWN 4. ALL Br INSTALLED ELMO; 5. L.,,A0RasNOZZLE,ELCES ROAD, .1.133,SS OTHERWISE NOTED. 6. HYDRANT SHOULD NOT Sr SET CLOSER VIM a. TO assmicrons THAT ARE IN LINE WITH NOZZLE a FREHYHO DBE SEI RANTLW pr IV BE W.,M 3000 PSI CONCRETE COEUR so RISER SHALL. OE (WIRE OR GS?' IRON OR PVC AS AlaNtrACTURER 3 273/0- 30 3/8. VALVE BOX DETAIL O PAVEMENT NOT SGLE VALVE BOX DETAIL NATURAL GROUND PICKNOTCH NOT TO SGLE FIRE HYDRANTASSEMBL YDETA/L /TYPE 2) NOT TO GALE L/D DETAIL NOT TO SCALE 2 CONSULTNl15 SHEET b MI PROJECT: C01314150 Nn 111 000) 46 of 222 RECORD WNW N0. STR-899 Cry PROJECT) E13096 GLAL Jan 30 PIPE INSULATION DETAIL NOT TO SCALE INSULATORS PE, aowr spb sow. RE SPACER A MINIMUM OF ONE FOOr FROM EACH SIOE OF .10, INSULATOR SPACING DETAIL NOT SGLE 9 I ST SPACER CASINO SPACERS MAIUFAZURED BY ADVANCE PRODUCTS WO OR EWAN., RS FOR PIPE INSTALLED IN USIND S.ALL HAVE A WATER TAP MO SERWCE. THREE TO SIX WATER CONNECTIONS NOT TO SCALE DETAIL A" TEST RISER ASSEMBLY CONNECTION �TO SCALE MEM cwygruRE OawR rossreic. TYPICAL VALVE INSTALLATION AT INTERSECTIONS NOT TO SGLE TEO WATERL INEADJUSTMENT DETAIL NOT SGLE � IS "HOER GENERAL NOTES CAS,NO SIIALL BE SM. TYPICAL CASINO DETAIL NOT TO SCALE AFTER BACTERVICAL SAMPLE PgSFS ASSEMBLY AV INS uE z mows O.P DETAIL "5" TEST RISER ASSEMBLY NOT TO SCAE FURNSHED AND INSTALLED BY cavracra, CONTRACMR W. MOVE RISER assnea AND "FLL I. BRASS ..,`" S.""'• DETAIL .C" TEST RISER ASSEMBLY NOT TO SCALE FURNISH. AND INSTALLED BY conawroR 1," BRASS TEE FOR I • SERVICE ;BLOTS LOTS CONSUL -U 5 SHEET b ENI PROJECT: COR141S0 NI WWy111 '4)! n - Q � w„ Gpp CY Ft 8 p o I> oNLAJ 3� I SHEET 47 222 RECORD DRAM N0. STR-899 CRY 0KUECT / E13096 antw Jan 30 SERVICE WITN SIDEWALK TYPICAL CUL -OE -SAC SERVICE NOT TO SORE (COMP. NT,Aw' X ) spgg SERVICE WITHOUT SIDEWALK NOT TO SCALE WIZ NO MORE INNI S LOTS SHMI RE PER LER. TYPICAL CONNECTION DETAIL NOT TO SCALE SERVICE WITH SIDEWALK TIED TO CURB NOT TO SCALE ,72:2. IF THEREOF SIDE11,11.UTIL, EASEMENTRE2. THERE IS MORE THAN 2' FROM MCI( SIDEWALK 3. INE WA CCRPORI/SNV STOP SOR9 POLYETHYLENE P.IBIND OR GEE le COPPER )t')) , EP.(,..08 �.. AS RECAPPED) TYPICAL CONNECTION DETAIL NOT TO SCAG ,- /8 dmlL BRASS "W" DETAIL MARKER LOCATION LAY C PRE-SET SERVICE LINE MARKER DETAILS NOT TO SGLE SERVICE LINE MATERIALS REw30 C,AMPC ALLOWED FOR e i LARGER MAINS. .1,4'71r7/2.7r v 1r7/ sraO+PO a^ MOPED COMPRESSION OUTLET WITH OMNIP - CORPOWION gra, aro.. Ar SE RI fiCE rms. ONE PIECE CORR POLYETHYLENE TORINO OR TYPE H COPPER ANCP 2'. (NO SPLICES ANGLE METER STOP S£5XI- J/a•'¢ ,' uL �4•• UNLESS pR[[rm omERMsc =DS= mY W/ [UNP RSET ell YETm Ram Wr WrtET. METER (RY OTHFRS) METER 0DAPTER AN0 CHECK ✓ALV£ (BY OMERS) sso o/C = r - 8s,Au v.•' UNEZS STEP 0mrA,Sr NEER NNT R„E, R: 0/.0 WHET. 0000TE COLI L000s(0)O THEOS2 MANE AP. SY PMP CONGAYSSON. METER BOX SRW TE T .AN ,.P rt RE 77REP 0 NSE R.NE oNE. aoa ,nR '0'047n7"4;:=7.41:' RRASR ;VT., MlINGSSAMILCOMPLY YITINA.W.WA C800-66 AND BE MVP. POLYEill,.E. NOR. 00 NOT PUCE BOLLK0 MONT Oe HOSE ourTus BOLLARD DETAIL NOT TO SCALE ULRMS SHEEP MI PROJECT. COR14150 0) 30 w CP D pm O 0 z z €ER2 0 Y 30 Q O = SHEET 48 of 222 RECORD DRAWING NO. STR-899 CRY 000.601 / :13096 GIFN UNPAVED I PAVED UNPAVED 1 PAVED CONSIILIMTS 1.7 . FM PROM, .4150 PROVIDE NEW RING. COVER AND STAINLESS 1 / THROAT OPENING: SEE PGNS & SPE. FOR PROVIDE NLLY RIG. COVER AND STAINLESS I THROAT OPENING, SEE PLANS & SPGS FOR STEEL (SS) INFLOW INHIBITOR REQUIRED DIAMETER STD. (SS) INFLOW INHIBITOR REQUIRED DIAMETER MANHOLE REQUIREMENTS r.- 7= tII „ 3 *a J / 12 I 3,000 PSI CONCRETE DOLLAR (PROVIDE Ta=rt7aVErAZ I =, PINTRMitna9°3-74 (eZsjDE I REGAN REINEDTCENG. 3-B.1 BANS) PIPE DIAMETER 51, MANHOLE DIAMETER PLACE CONCRETE 70 TOP OF CORBEL -.. \ TagiAsTa'2°X; I PUCE COGRETE TO TOP OF CORBEL I MATCH 1,... 36, TO 5123 MPG 31 MIN 1, LIMESTONE BASE OR APPROVED BASE MATEGL HxDOT TEM 247' APPROVED COATINGS TABLE MANUFACTURER MODEL NAME 'AfPRLOWEItrAillrAL ‘,...., .,, , . STAVITHEITICHIPgAMILEIASE BA. . LE. THAN THE JEFFCOAT J.G.GAT 3. i 2 18.1 FI'"clran,-;.T.2. smo (1.5 GCBS OF (T... ,,,, ,,,. ,,,E A, SG1-1.10 g:Ero ' nnzig,,x V THICKNESS OF THE GISLLND ALLIACENT EME. RAVEN LINING SYSTEM SHERWIN WILLIAMS GVEN .005 DLIGPLATE 5800 ,,,,,, BONDErl gr,, , FLI2IWARILL'GOL4117 PA MIN 20 DAYS) ,,E,,r,sE,Tstz ALL FIGNGS OE SDR ,IVsni, PROVWE CORROSION AAIICK..,.,3 °: RESISTANT ca-mc PER °NG APPROVED COATINGS SHALL DO. OR C.SHIELLO CONC. ADDITIVE 26 -FLOWABLE ALL 1, P.CAST CONCRETE ABOVE CONNECTOR SECTIONS ,,sr. C-67/3 (BB DAY COMP SIR 5 600011S0 FLOWAB. FILL W. FINAL GCKFILL TO BE SELGT GGAVANON COMPACTED IN 6. L/PFS . .5 STD PROCTOR DENSITY FIGOABLE ELL 1, ABOVE CONNE.ON ALL FERN. SHGL E SOR 26 CARBOUNE I•. COAT GL CONCRE. SURFACES GENOUNE 3. INCLUDING BENCH A/ WAILS. (100 • DAGFILL ADOITIVE "I%.*L'OrAT. MG. SPACING ..: , (LLD PSI MIN 0 28 DAYS) 1,01... WALL THICKNESS. g.,Y.INE2'..N OR MORE ABOVE 7MIT1.71C1r1',F°T1= MANHOLE INVERT ANN - 77 WALL ',UNLESS DESIGNED BY ENGINEER • ,PrIr' 1,1"a V.Tbr:. ---:" PROVIDE CPU.. STONE. PER GDOT ITEM GT DR 2. 3 OR & tuFazma-,m),: • ValaTZVp4A1Z COIAPACT TOP 81 OF SUGRGE TO 7.io, 01111M. MOIST,. ASTIA D688 i W.." H 00 1-2. 96. PROCTOR DENSITY AT .3. Al , cuT OPTIMUM MOISTURE AS. D698 :t-TIg, 6 Ti•- , .1,..11, 'R- H FIBERGLASS MANHOLE CONCRETE MANHOLE NOT TO SGTE NOT TO CALE GNNOLE 1307701.1 SHALL BE TT SHGED W. CONCRETE GROUT SLOPED 13/FL TO OPTI. I I.r071TRGDE'S7DUIZETP° SONOTUDE OR EGAL TO FORM CONC. COLLAR l'IF' .11. UAL SPGING FIE. BEND FTIIPT NANG. GAT (..8R.1A PPE 11WXX1 1MV11II 10° R&ZIGr- '1l'7IT,2RZiErI .9E3.r(Tl"It8 ICKET PGM'PIRNE % 1 (TM) ... I I DESCRIMION YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) CITY OF CORPUS CHRISTI WASTEWATER STANDARD DETAILS MANHOLE INVALLgION 1 OF 4 NHPOIPLEE .NCRTnl XA FLAN WASTEWATER MANHOLE IILIN. 0/2. RADIUS (re•J NOTES: 1. INSTALL SEAL IN GCORGIGE W. GCS. SPECS. sr? 2. NSE RUBBER SGL GSEMBLT GPROVED BY ,A. UTILITY DEPARTMENT. (TPSMNA OR PIPECONX OR IGERT A TEE) (BOTTOM) PIPE SEAL DETAIL . ItS7r129'gr NOT . SCALE MANHOLE PROTECTION 1.7,1r FORCE GENERAL WASTEWATER CONSTRUCTION NOTES: (CULTIVATED/SPECIAL) 4110. IN UNPAVED AREAS NOT TO GAO • 1. .E CONTRACTOR SHALL VISIT THE SITE OF THE WORK AND EXAMINE LOCAL CONDITIONS TO BE .COUNTERELL IMPROGIAGTS TO BE PROTECT.. AND PER/A. AND FEES TO LIE r REQUIRED. ALONG WITH OTHER RESEARCH 7HAT IS NED.SARY 70 ENSURE MAT THE 181 CONC. CO IIPIR HOPE Ap4USTLE1/7 RINGS D3NTRACTOR THOROUGHLY UNDERSTANDS .E PROJECT MD IS FULLY AWARE OF ALL THE PROWDE R.TRAINED CONDITIONS AND CONSTGINTS Mir MAY BE ENCOUNTERED DURING THE COURSE OF WI' 5 % V, CONSTRILOGN JOINTS OW) 2. .E CONTRACTOR SHALL ADHERE TO AIL MED RECULATONS PER 30 TG CHAPGR 217 ....i.11-91.1•1111 AND TRENCH SAFETY FOR EXCAVATORS. - I- ..- ‘IIII - , AlCiplik k , y,„,) 3. .E CONTGCTOR IS RESPONSIB. FOR ALL TRAFFIC CONTROL AND MUST GNERE TO THE a a .IIIN MANUAL ON UNGRM TRAFFIC CONTROL D.C. (1.11.CD). )1111, A A ALL FIBERS,. GNOMES SHALL BE MONOTITHIC PATH 0.60. MINIMUM WALL TIICKNESS. WHIG GROUND '• • IBM I SI 1 II! I IN EXGRG IF PROVIDED OR RGUIRED. FTBERGGSS BOLL. SHALL BE DESIGNED TO WITHSTAND GROUND oATOLIMArtfliketiVirs0 1=2"'' HYDROSTATIC HEAD PREGURE UNDER ALL CONDITIONS. ' li,«Mr5E4n6=Irain ocrAn-EArw, P,a4omzE.,,s,, USE SONOTUBE OR EQUAL . FORM 3000 PS1 CONCRETE (PROM. REBAR REINFORGGIENT 3-#4 AAP. STOP ASSEMBLY. CONCREIE COLLAR ..n. PLAN 6. FOR FIBERDLASS MANHOLES, THE MANHOLE FOUND.. .., BE PRECAST ON GROUND SURFACE. (PROCEDURE MU. BE SUBMITTED ILL TTE ENGINEERING SIGGES CONSTRUCTOR ENGINEER FOR APPROVAL.) li. .1konoszL.,1 DI.IfS1ILLEIEIRIT MOTE ',Tr ArrgrARALLG WITH DOWNSTREG ,. DIRECTION. 7. THE CONTRGTOR SGLL PROVIDE PROTECTIVE WARM ON AG GPOSED CONCRETE SURFACES. INCLUDING CORBEL ARG GLLNOTE WAGS AND MANHOLE BENCH. MANHOLE PROTECTION 8. FOR FIBERGLASS MANHOLES NITH WATERLIGT GITOM. ADHERE TO AG MANULGITURER FORCE MAIN DISCHARGE MANHOLE DETAIL REQUIREMENTS. FIBERGLASS 1101TON AND SIGION MUST ATS0 BE FGTORY INSTALL. (RESIDENTIAL) AB% IN BARS) GP. (MINIMUM) UNPAVED AREAS NOT TO SCALE NOT TO SCALE FRP INSERT RFNABILLTATION Of EXISTING MAN., NOTES' = CONSUL.HS SHEET nu 410 MEM .14150 PROVIDE NEW RING & COVER 10. STAINLESS-, %%AV.% ,Vel=11% ' mgro"-,Tmar.-1-.9.=rn,T:Nrszo.=,,,zrar64-4 0..7:1'o,, PLANTERE 3.1,00 PSI CONC.. OOLLAR (PR.. 2. PINCR TO INSTALLING CONTROL OF FLOW OR INITATINC MANHO. REPAIRS, ILE CONTRACTOR SHALL PLACE IMRRICADES AND SANS TO DNERT TRAFFIC AND PEDESTRIANS PER THE APPRO.) TRAFFIC .BAR 1011.0..ENT 3-. B.5) CONTROL P,N, . REQUIRED. 3. ENE .NTR.TOR SHALL PREPARE THE INTERIOR OF THE EXISTING FOUNDATION STRUCTURE BY IltrT11.19'CLUTTI lir lefUR'&7716/Nn-WASSMi WrATErtj'Er ""H' T''' E"U 4. THE CONERACTOR SHALL BE RESPONSIBLE FOR THE D1SPOS. OF THE R.ULTING SLUDGE AND DEBRIS -"VO Ellrg P Tr TUE7 AT All APPROVED SRI. .CORD1NG TO ALL PERTINENT WAS. DISPOSAL REGU,TIONS. 5. THE CONTR.TOR SHALL USE QUICK-SETLING NON -SHRINK CONCRETE GROUT TO SEAL MD RESHAPE ENE BOTTOM. SUBMIT PROPOSED MATERIALS TO BE USED , THE ENG1N.R FOR APPROVAL. c i 7 r, , - , 4 2 ''‘X, Et , ' 5 -.0 1J 'I cl' j 0 A - A 0 PROADE COATING TO EXPOSED CONCRETE SURFAC. WITH APPROVED SYSTEM TO P.P. CORROSION. 7. FRP INS.' SHALL COMPLY W. ASTM 03753 W. SINGLE PIECE MONOUTHIC BARREL ANO CORBEL CONSTRUCTOR WITHOUT S.MS. EONS OR SECTIONS. WALL THICKNESS SHALL PRON. AN AA.. 6 V. . 0 , CEMENT ST.I.ED BACKE111 (1.5 SAC. OF CEIENT/CV) '''4 .K1 . ',W, . VA REMO. TOP C.BEL 6, ,,,,,,,, if -OF Exuma ILANHOLE E3 P EVAIP H-20 LtAl PALM AND WALL .IFENESS OF 3b PSI MIN. N. CUT BOGOR OF FRP INSERT TO FIT EVENLY ON BENCHES OR CHIP BENCHES OUT TO EVEN, SIIPPIRT INSERT. 9. SEAL ANNULAR SPACE AROUND EXIST EN. WITH J.E ROPE AND CHEMICAL GROUT n „,„ 6. TO. BE4FIELUEEERMINED Err cormucToR) \ i rAB:: 7111.111r' F .(ELLIELY FLEA.RE AND USE MD. S. TO CORE FOR 5. 1 , -P. NEL WI. NAMABLE, NLL "1 ." \ 3. s. \ .._ CONNECTA. (18. 0.-ODEP) .. ... . \ N . , . . EXCAVATION WALL Ps ....... CONCREEE mum. ... S'A. '''W S. PIPE SEAL G.AlL ,-. IF NM. DEPARTMENT e App.ry. 5EAL .... PROVIDE PIPE STA _// (1EATCH EXIS1ING OD CUT EXISIING PIPES CONNECT. 1.1.1. BENCH TO R.AIN IN PLACE 11ZA. . a ,, OUT AT MANHOLE -- MANHOLE ABOVE BENCH .RAFIL mom. NOD ,,,,,a„ PROVIDE MISSION RUBBER CO UNROI OR EQUAL COUPLERS W. STAINLESS STEEL SHEAR RIN. 'E'`.?" 2;1;g1N,F2= PROPOSED EIRERGL.S./ GR'r (" "7-0°Ltrz„r--) ''':::!-.-,-;•,-.:.,-.:.-. '..1°. . 1 : ' 1 .... . ' OUTSIDE THE EXISTING NH WALL OR . .QUIRED PCSTING CONCRETE MOT. 71., .0.ABLf P0 FRP INSERT REHABILITATION OF EXISTING MANHOLE FRP INSERT PIPE SEAL DETAIL NOT TO SCALE NOT TO SG. I 1/4" LEITER= (2) I 1/2" CLOSED PICAROLES '1'..:--,EIL M.H1NE ED. OF RIND mum., 1MNHOLE RING AND COVER: i I BY I DESCRIPTOR YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) MY OF CORPUS CHRISTI WASTEWATER STANDARD DETAILS REHABIUTATION OF EXISTING MANHOLE MANHOLE RING AND COVER2DEolAIT,S, ': 'WX1 %TRITER' 171F1rN9N117DIS SSEVEIMUITONASEL7BIEPGHT : : WES. Fl...1 19. THE OUTER LID. 2. TRALLP SHALL BE RESTRATED mom .NHOLL roN .. HOURS APER .E PL.EMENT OF CONCRETE, AND COLLAR SHALL PROVIDE A SIRLICIENT, CLEAR 0110.0 TO ACCOMMODATE THE SPECIFIED MANHOLE COVER. P.:(:T=;,12- : l''' INNIS= 3. A.N.-M-305 (LATEST R.SION) PROOF L.9 TEST. IS REQUIRED (TO BE 0.1111.0) (.000 LBS) AND MOST BE INSPECTED. PRIOR TO IN.AL,T1ON. .E \ RESELLS OF RP 0ST SHALL BE SUBNILLED TO THE CRY. E. THE MANDEACTURING RAC1.ES FOR ALL PROVIDED RING AND COVEF1 ASSELABLLES SHALL MEET OR EXCEED ALL EPA ENVIRONMENTAL STANDARDS \ MO OSHA .FE, .ANDARDS. THE G.TINGS SHALL BE MANUFACTURED COVER PLAN VIEW FROM RELGCLEO MATERIALS. THE CONTRACTOR SHALL PROVIDE CERTFICATON. NOT TO SCALE / / \ / ‘A cum OPENING MANUFACTURER (I) MODEL NUMBER. V-1168 INFLOW INHIBITOR .:fr'"."..........1"' "AV .LLEAR sou.cy 9,530_, REQUIRED . ALL ' $ a IRON MRKS F.ME- V1420 30. (2) U.S. FOUNDRY ...57 P5r5r1 NEENAH FOUNDRY DE -12. (1) OR APPROL. EQUAL (MADE IN . USA) .1_,H 'ArNITTPN9EDFORP=111Et',K',7" ' " 24 r'''''''' M SECTION OF RING & COVER RING & COVER APPROVED LIST , 0 Cm PROJECT N E13096 NOT TO SCALE E CONS'AMS NO .1 PROJECT: 00014150 APPROVED RVa APPLICABLEPROVIDE BACKFILL PER REQUIREMENTS onSHEET b` 1 bT ix:.w.�" t E PRONIDE SO' RING 0 CR WITH STAINLESS STEEL (SS) «l ER MODEL NAME MATERIAL �Y N,le MINFLOW INHIBITOR.N-TEC B 0-025 SHORT MODEL 9B6 (SS) MO 9B" / VENT OMAT MODEL RDXII (5i. JIB BS MWSD PPE NI. 2 ;Ma' MISTING wG CTrPJ�-"..��++ VALMATIC VIA STEAL wIm5TAu0 TESTING PRESSURES r .I�AR� -- �Iilillllnllllnllllnll I Prc STOCOVER N PPER \ CEMENT STABILIZED ° s'oE flltcrn/C19 n Inn m; Iml nn 00 ED CONCRETE INFO A SEE IL DUNE °AL PUP cawioE 4 B : yea BORES) Tw. l ;a y TTAVE BY STEEL AS aEo° _ ACTOR,' BONDED DOM E Pei C ,,,,..,...,,,,,..= ptPUR6 "'") 181 "”" a q 5D �° "YY STANDwD B . B PFRw,-w,E PR I+ y. : ti5o Ps Mx o ) PPDRr� ��„- SHALL a STARLESS STEELS B'' UTIMES DEPARTMEM 6 SCHEDULE cPIPING TEE on crnory ,' ARMIN. 3000 Ps CONCRETE V 1 a 1 --- FOUNDATION OAE !, a x = CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services M e), G1i11 D SCHEDULE 40 PIPING v — OR WTTE46" TOP OF CONCRETE IS AT " OD + Q PROMECONCRETE W FRONT VIEW S,DDLE SIDE VIEW °S SEE x51R ANNE GROUNDWATER CDrn00 PL,NS COMPACT TOP B. OF SUBORADE TO 95% DENSITY ASITI D-ess AT X3. BOLLARD DETAIL DEEP CUT SERVICE CONNECTION AIR RELEASE VALVE AND MANHOLE °"'"°" MOISTURE`°"""T NOT To SCALE NOT TO SCALE NOT TO SCALE R121.11 -00-41A0 SERVICE CONNECTION NOTES: YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) OF CORPUS CHRISTI WASTEWATERSTANDARD DETAILS AIR Ro_rsE VALVE MUIR° AND SERVICE CONNECTION DETAIL s 3 ora PRmb MA"nWK[x� 2 OR EASEMENT KN REP % 'gHtnrC 'T . 213'MT LINE OUTSIDE BA ra As 5170 AND NE a ' Tx SERVICE PIPE MD FITTINGS TO M WELD SCx 40 PVC /r Ov. 3. FOR EASING MAN PIPE MATERIAL - AND/OR MCP USE UTILRV O. RFinEO PLUG SE ,UMg C WYE O AT Ar G/I®8 'I' ' 1, SERVICE CONNECTOR. SE 50% USE DIREtrtED 5 IF PIPE LENGTH. ON SERVICE LIN, ER 0 i O ROUT RE IRED . SCH 40 FROM CLZANCUT WYE E MAIN LINE. AMIN 0/4 P AS NEEDED ETM= /E o ' B 3/B' ■ iplienfaMOIVAArsmomv .^ .. D SIZE45++4) N CLAOUTBOOT oxW"p�uq tC N ' . S. DRULr STEEL SHEAR FCRxco -I/z yr cuRB .s sxOWu.ffl '" '"UrL''_ �,.. `.r ^_{ SAND` as /X "} : SUSE TOMxv- A(z EXH)naER WATER /WORTS' °" sn'=r 5 D; 222 STR RE OROORAWLN899 FZ' HOPE DRDRzFOR ) / SECTION A -A SECTION B -B OF MBAR WITH SERVICE CONNECTION DETAILS STANDARD SERVICE MARKERPRo mx ENQ PON H ExD. TYPICAL CAST IRON CLEAN-OUT BOOT TO SCALE NOT TO SCALE 010 PPo.f^F / 013086 NOT TO SCALE NOT TOSCONE ALEREQUIRED EACH STREET TAP NOT TO SCALE UNPAVED PAVED ASPHALT REPAIR: 3" MIN. THICKNESS. IN NO CASE SHALL REPAIR BE Q mom-Ayr's shm- rua. MI FROJECk C0.4150 • COATED OR SIMN.SS Sis...LEEL SPICER.130,„,‘DY • R. PIPE W 1.1 1. IN* LE. THAN THE .IGKNESS OF OUSTING PAVEMENT. PROVIDE RUNE COAT (0.15 CAL PER SY MIN.) _CONCRETE REPAIR: , MIN. THICINESS. IN NO CASE SHALL REPAIR BE LE. THAN THE PlICKNESS OF EXISTING CONCRETE r.- F„,* ......., , .. 411"...4 WELDED STEEL OR LAS,Ta, sYET,1:1_11E (at TOPSOIL SEE TABLE 2-3. B QINP I F SAWOUT PAVEMENT PAVEM.T vi 4" TO 10CASING DETAIL • :Eli =MUM y- • 12,MESIONE BASE OR APPROVED BASE MATERIAL r'IT-'117TilIgNIFYSE0 NCR TO SCALE ER PIFE IHTIA.VEIE=ITCAIIIHE 'HORNE. OF THE Dan. ADJACENT BASE. KELL SHALL BE CEMENT STABILIZED D (1.5 SACKS OF CEMENT/ COATED OR STAINLESS STEEL SPAC. BODY .,..., srrrr cum PIPE jai WELDED STEEL OR CAST POLYETIOIENE (WI , Ativ.,,,,, ,i'V.,,,> p*: no ,,,,,,. cRoyr ..." Cr ....° C RUNNERS 'NOTE. r11-8-2015 Revco» I.; PEROTVORD.030030ARTICLEDIGUTSAND.CAVATIONS.APERMIT INCAVATON OR IMPORTED FROM CITY DEVELOPMENT SERVICES DEPARTMENT LS PEOUIRED RIR MATERIAL SEE TABLE 2-11. A ALLUTIL1143111.3.13. IRE M4TALLAPONOFAUBLDITRAT (PAVED AR.) GROSSESTHE ROVV AT A PERPENDICULAR OR N.A FERRERO.. ANGLE AND Rm. AN Do. OF 0. 0Q LESS Wm_ NOT BE p.m rrrE 0 To BE INSTALLED BY [UMW 'DIE ROAD SECTION. 12' TO 36" CASING DETAILo 1. TO SCALE "a" MKK. 3' DIST ,,E....,..T.NLV.EIMPACIEDTPER.,011TALSOAFILILLARE \ —ALL BEDDING AND INTRAL BACKFI ==i1SROPNAARSP''"1=13.LTIZI121=''' .A.- e'''...''' ''''' ....-''' REPLACEMENT ON CONCRETE STREETS. A SITE SPECIFIC PAVEMENT MATERIAL SEE TABLE 1 _ 7 :i' III lilialial Cln-AND RESTORATION PLAN TRAT INDICATES TX.ENBAL .TUFIE OF THE PAVEMENT AND ROADWAY TOE CUT AND RESTORED, THE W''n1 --------- - . ------- . ---------------- --Ilkiiiril-1.:- DISTING PAVEMENT SECTOR (IF KNOWN), TNE LOCATION AND APPROMMATFAREAOFTHFEYCAVATION/PAVFMENTRFPAM, -NINE. • ••• S. NOTE 5 , ,,,:.,,, R =VAPOR ItIkSIZErEm.._ V. PIPE DIA + 2' SHOWN IN TABLE I. CASING SPACER .OULD BE SPACED A UAXNUM OF OW F00,1,4R*A.,FACH TRENCH BACKFILL FOR WASTEWATER LINES °Kr CASING DETAIL AND PAVEMENT REPAIR FOR UTILITIES INCLUDING THE ARP ROMMATF LENGTH ARO WIDER OF PIE PAVEM.T REMAIN aEunexm THE 30A0WAVTRAVFLUNE(S). MOST BE IRCULDED IN THE 011AVVINGS/P.MIT APPLICAITON. ...._ KKR TO SCALE HOT P) SCALE GENERAL NOTES FOR BACKFILL TABLE 1 BEDDING AND INITIAL BACKFILL TABLE 2 FINAL BACKFILL (BELOW PIPE TO 12 ABOVE PIPE) (GREATER THAN 12 ABOVE PIPE) YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) CITY OF CORPUS CHRISTI WASTEWATER STANDARD DETAILS PAVEMENT REPAIR/PPONFILL/GEPERAL NOTES/CASIPC DETAILS, OF UNPAVED AREAS PAVED AREAS CASING NOTES: -.641r= ra6,—,J,LZT...—gaZ.'W.°17" " CONSISTING OF ERN. NATURAL SAND OR SANDY GRAVEL. OR MAIM. MOWED BY CRUSHING OF NATURKK STONE OR GRAVEL A' rOVOIA2OF=071110NOILL 9.11 BE APPROVED SELECT MATE., FROM THE EXCAVAT- ION; OR IMPORTED MATERIAL, ALL 10ER ''''' ''' 13'°' 'OE" A'VE_Ii_ 'PE.Ej° 'KM-1.a BE .1E4 mAi.IAL FR.' EXGVATION OR IMPORTED MATERIAL IN EITHER CASE, ALL MATERIAL SHALL MEET INE FOLLOWING: 1 CASING DIAMEFER. LENGTH. LOCATION, MO WALL TH.NESS STALL BE P. PROJECT 0 DICAVATIONS [20 rr. cm= AND arrow mi. TABLE USE rano., RI CI'llhrfa- rarm Rim , ix DIAMETER; 1.1.5 PI I3-20 SPECIFIC REQUIREMENTS. (MINIMUM SCLIMULE ..10) 2. ALL CARR. PIPES IN INSTALLED CAM. SHALL BE SUPPORTED BY BOLT-. STYLE CASINO SPACERS ("ADVANCED PRODUCT,CR APPRO.) EQUAL). Q. TNE oDNTRAo-DoR s3A,,_ pRoypE Lrc.,_,,,,,,,,, N.,,,,,,,E, ,opus EDN Ecm•oE m.s ONLY ON CARR. PIPES. liELAWC. EWE JOINT RESTRANTS OR APPROVED ECM SHALL BE USED. ' rIPIX_ACREE'ESNME7VrTH''A -511=1:ValierErrIDLITY'M MNME: ZEAR?1110N BETWEEN THE 1.1AXIMUM 0.D. OF THE CARRI. PIPE AND THE CASING WALL. 2.D.PuOASTIONINGpOr THE SPACE. SHALL ENSURE THAT THE CARRIER PIPE IS TEO' SU PORDED NRCLIONOUT NS L.OPI. B. SPACERS AT EACH EMI SI-341 NOT BE PAR. WAN Tr FROM TVE .0 OF THE CASING. %., CASILIPsAgcRLSH:cLL,,,BE INSTALLED IN TIE CENTER OF THE PIPE SECTION. E INS SPACERS .011 BE 3 FEET. 5. THE TWO ENDS OF THE GONG PIPE SHALL 3E SEALED WATERTIGHT MTN AN ADVANCED PRODUCTS SYSTEM. INC. MOM_ AZ - ZIPP.. P. 1.30EL D .D SEAL. OR 08.1 APPROVED EQUAL IA.. THE FOLLOW. CRIME. rrErinrio REQUIREMENTS OF ASTM DZIO3 FOR: SP CP . LW SP-. CP-GM SW-. OW-ON AND IN AMMON: ,,,,,,,,, ,,,,•• s•-vE _ 100. passirrx pi. SIEVE - aorr Loam PLA.CITY INDEX (PO - NP TO 10 MAX. 0 IN xi.. arrwroorts (023.) OR eanw wAn. rim. USE CRUSHED STOW OR CRI.SHED GRAVEL MEETHO ...DAD. OF: , ,,,,,,,TE ,,,,,,,,,,,E ,,,,,,E,,,,,,, ,,,,,,,, ,..,., .,,,, ,,,,,,,„. , OR B. CRUSHED LIMESTONE P. ,DOT MOM 421. CiMDE 2. 3. OR 4 LOOSE LIFTS TO BE PLACED COMPACT MATERIAL TO 353 sm. pROCTOR (0.8). MOISTURE TO BE ADJUSTED TO 1 3% OF OPRWM. B. TOPSOIL TO BE PROVIDED EQUAL OR BETTER THAN DOSTING: AND MATCH EUSIINC TOPSOIL DEPTH. 0,,,,,QT TO .STINO PiENNErS'S(730=11011011 TO ,,,, 3,,,,,,,,,,, ,,,, ••,,,,,,,E MEW METHOD-TOP .L SALVAGED TO BE PLACED ON TOP) NO CLLIM. MOISTURE COMPACT LOOSE OR IF DOES MDTILITETTIV.''' SEE TABLE B. FROM BOTTOM BACKFILL SAND PHO SHALL REQUIREMENTS: SAND .% PA.ING WM:LOT TO (*/-20) > 3. DIA - 1 TO +3M 95S D698 STD PROCTOR LIFTS OF 1, MAX SELECT MATERIAL FROM OCCAVATION NOT TH' U" CE"E'T 2-REM B BELOW. 3. BELOW BOTTOM OF ROAD BASE TO OF ROAD .SE: SIBLL BE G.ENT STABILIZED (1.5 SN/C.Y.) MEET THE FOLLOWING CRADARON 4 55-100 10 .-100 40 25-100 200 10-20 I NP-10 TOn.3,3,Q OF DSOS. MOISTURE TO OF OPPMUM. CINQUE.' i =13096 PROPOSED WATER"H�o/ooR`0:. °TER `o THE 0 TYYP. PIPE CROSSING DETAIL CONNECT PROP. PVC YN SPIER TO ERIS, V.C. PIPE b>sr[q ta AaaROrFD FgML f1EHiN �Fi mH so OO CONH)ECTpv PROP. WASTEWATER LINE CONNECTION 0 TO EXISTING PIPE DETAIL 1. THE LIRE OF INTERIOR PUTFORIA IS MANDATORY, WHEN ARAB,. WO:HOLES. igOgrAgRATIHMLASSPEFORESITC171fX017'" 'LL VAOPEE'TIMESAAMMEIWATI1EUPPITAD°Et.'"T 'ELM THE '"WE TYPICAL SECTION SHOWING MANHOLE IN ADJUSTED POSITION AND USE OF INTERIOR MANHOLE PLATFORMS PLUG EXISTING R.C. PIPE FROM INSIDE OF MANHOLE DETAIL MIEs 1 L. MST. INVERT SURFACE TO BE C "° HwIn'HHR ED CONSULTANTS SHEET No. MI PNWECT: CP114.150 N 0 N §a D¢a z 2 z aim Y � Q 0 < W UTILITIES MISCELLANEOUS DETAILS SHEET 53 of 222 RF'a0a a%,WG No. STR-899 CITY PMUECT i E13096 AN: JAR 26, SO, - 4,2,1pH HXr,Sf Fna. NAIFADrnnlnDA CV -TO DT-WW_DETAILSAIAR 00 20o 30 0 s & g _. ma. o CONSULrMM'S SHEET N. MI PRWEC,: COR14150 L_1_,)p� 1 �y B 6ipt -e §p �__-ukE �I .1r- I I I I I I I I I I 114 S as -- UIQ °H I l%� 1( TI — / ILL II , ^ V _.L �•6 o--, o MI 4 �® ...1,, a r, B totid, III 1/1 III WY IL =zp oemta f� _ m s 1,1,1,-, = s �• ia,6-1 11 l i1 c m I� s a'xs' Rc - _111111 I r:-6 . �. .. " _ $ 3 mRNrOwN &VD -`CD //}-(\� _, - U - -6A-1. - on - - DA z I I ' _� ,e I ' _ __ e 0a a 1_ D.1 I e°' I ,a 1' 1Tf .z .,° I� _ ~ I � a `�'� 'f oA� I +_I ,Ir_,...,,_ '/.�I�I�-� sa ae az � ` � = -`II 6.1. DAO KERRVILLE DRI —1 G � r _ DA ]o 1. L 41' 1 Iw-78 L o T— — 7 v DA -]A -'— — / 71 } DA -11, RI I DA -9A I i DA I } RI 11A T DA = w }� PI 140 1 sa• L DA -14A f DI DA -166 . � DA -16 oA a iii oA-20 } I I PI DA -16A 1 1 ° I 1 CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services g ' , 1 1 1 I`4'ti L 1 oj �N° - ,DRRI -- mm -- -� IIIIIIIII� �Ed MI= �� == (41:11, _''111AI� . Ed� -- -- -- -- o STORM WATER DRAINAGE AREAS SCALP 0 200' ao YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) STORM WATER DRAINAGE AREAS C LE. 1--2o0. IMEND' NOTES: o EXISTING GURD INLET s. . PROPOSED GORD INLET AUT naL..T� o IGNI• °� T c°os° Aw OTTn. . 0'— PROPOSED STORM S.03 UNE PI POST INLo GI OWE INLO I,-wFLOOD SHEET 54 of 222 KCVO LWAOWM No. STR-899 CRY PMUEC? 1013096 00 20o 30 Yorktown Blvd. to Cross Gate Ditch DRAINAGE AREA INLET AREA T ZONING C -VALUE ACRE MINUTE INCHES/HOUR (DCWZONING) cf s EVERHART RD. (NE CORNER) to MH -1, 0A-1 1 CI -1 1 0.63 1 15.0 1 623 1 CG -2 1 0.750 1 3.89 MH -2 to MH -3 to WEST SIDE OF CROSS .TE DITCH DA -2 CI -2 1.0 22.0 6.77 CG -2 0.750 9.. DA -3 CI -3 1.95 22.0 6.77 R66 0.500 6.60 EASTBOUND LANES FROM MH -16 AND SOUTHSIDE OFFSITE FROM MH -17 TO CROSS GATE DITCH (NEW RCP) DA -5 31-5 0.60 145 637 ON 0.750 3.77 DA -7A 1.03 7.52 DA, ex -CI -2 1.03 18.0 7.52 CN -1 0.750 5.81 DA, 1.00 18.0 7.52 CN -1 0.750 5.64 DA -7 CI -7 1.33 19.0 7.31 ON 0.750 7.29 DA -9A ex -P1-2 2.27 22.5 6.68 CN -1 0.750 11.37 DA -9 CI -9 0.63 15.0 8.23 CN -1 0.750 3.89 DA -11A ex -PI -3 1.03 7.. 5.81 DA -11 C-11 3.16 23.5 6.52 CN -1 0.750 15.45 DA -14A ex -GI -1 1.15 18.5 7.42 CN -1 0.750 6.40 DA -143 ex -P. 1.57 20.0 7.12 CN -1 0.750 8.38 DA -14 CI -14 0.53 DA -163 ex -GI -2 1.26 19.0 7.31 CN -1 0.750 6.. 1.47 19.5 7.22 CN -1 WESTBOUND LANES FROM EX -M1-1-8 TO CROSS GATE DITCH (1.15TING RC ) DA -4 C1-4. 0.60 145 8.37 ON 0.750 3.77 DA -6 CI -6 1.33 19.0 7.31 ON 0.750 7.29 DA -8 CI -3 ON/RS-6 493 DA -10 CI -10 0.52 8.51 RS -6 0.500 2.21 DA -13 CI -19 1.38 19.0 7.31 PUD 0.750 7.57 DA -15 CI -15 ..0 7.31 PUD 0.750 7.89 DA -16A ex -PI -5 2.53 23.0 6.60 CN -1 0.750 12.52 DA -17 CI -17 1.15 7.42 PUD 6.40 DA -18 CI -18 2.89 23.0 6.60 CG -2 0.750 14.31 PUD 443 DA -20 CI -20 0.73 15.5 8.10 062 0.750 4.43 •DraIns down Mart Rd. storm m In to Oso Creek NM& 1. TROOT WINDSTORM SOFTWARE WAS USED TO CALCULATE SS TR. PG - 2 ..H.a-L„AR TALWATER OF 12.0 WAS USED AT CROSSON, PATON PER CEP OF CORPUS 000 CONWT000T'S5NEEr140. PRIM: COR14150 0 0001 001 LI -1 § 0001 77 cao g 2 a 0 0< STORM WATER ANALYSIS SHEET 55 of 222 ITORD DRAM NO. STR -899 cag P229/771 E13096 ALA JAE W. - AOILTA LLNAL: IT.J ANIFTORALLIANNTCV-AP2-PL-SLORN ANALASISAIwp —I I- VORATOWNBLVD. _J 1 EVEMIAIRT IMITS OF CONCRETE ILvt.(tIF ;Top gP REFER To sHIEF so 6 SO STA 3+16.30 P.C. STA 3+27. Tss p.a. _. - Mr1 ZIAATIO' g III WI - I 1 nt 7.3.1R1i) I 1 LPROP. DASEUNE/C .-I —(6. Rri 5' - ' Ail t IM2741/417.1381 1 -11212 831 1::1-1 ' ''' • .)') a+.31.92 85351 CCNIROL POINT fl ._._. 11 12'"PI8 60 1 —' 1 7 :11 11 11 I , .. vi . pr 2 Plli ,‘ NV 1 MEM wommeimmim2 00 ion — YOIN72WN BLY2Z 9085908)IA9090 1 1 1 1 1 1 I I r LIMITI+LNONCRETE PNEMERT AND 8. CUR AMTCH EXIST. GRADES @ G STA 3+11.30 WENMEVEPCZR.'''' STREET AND STORM WATER PLAN P. y BEM SCALE, I =20 SCALE: 1 =4 HORIZONTAL SCALE VERTICAL SCALE k,„ EY' EVERHART RD. TET LL.1 z 5 0 NOTE. (TYPICAL ALL 01)661 & STORM P&P SNFFIS1 ALL DIMENSIONS ARE TO HACK OF CURB LNL6S CALE° FOR OTHERWISE) 'c'LL %%EFT re;rr FOR STORM WATER UTERAL SECTIONS. SEE SHEETS 76,5. FP'legT=TEVIrnel'AgT. omrs":i-WEET 'T'SECT'" RE-GROOT DIOTTOM OF ALL DIST. MANHOLES Se INLETS 1222IN PROJECT LIMITS AS REQUIRED TO PROVIDE POSITne OPANACE TO OUTLET PIPES. NOTE. (er SY4BOL) 11011 A CONCREIE TO ASPHALT PAVEMENT REPAIR (TYPE I). SEE DE, 3/85 =7,e;Nrn17.1": PROP. ASPHALT MEW), SEE DE, 3/80 PROP. DOS STOP PAO 50311 SEEM—MEM 'MEET PLAN 18 PFEBENTED PRIMARLY FOR BASE BD (PART 1) CONCRETE PAVEMENT WITH HEADER CURB. F BABE BD (P011 2) 0131,0. P02113591 18 AWARDED, CURB AND GUTTIBI SHALL BE LEED W LEU OF FEACER CURB AND TOP OF P9030350 8020180 CLIRB MD CUTTER FOR MEDIAN SHALL BE CONSTRUCTED 0.17 HICHB1 THAN SHOWN 82 0-9 moITT R.O.W. F 20 1 0+00 1+00 2+00 3+00 4+00 cllsuLroors SHEET No. 111 0 0 2 _1 D Cr) OE, .2N 0 ..,T, 0)11 .1! >c2 00 U 18 SHEEf 56 of 222 RECORO DRAM NO. STR –899 1171 PROJECT E13096 5+00 w - �PrereP. re re��rere- _ U R.I. STA 6+34 5+00 9.24h ROP. CuRB ( BO' T4+o (so' Ln STRIP YORAaTONNMLlR P. CURB o ren 40 (sn O' RT) GRADE BREM SPEW (spa "neo' o.E. REFLECTIONS IT TR (5&O RT). VOL 55. pa 53 STREET AND STORM WATER PLAN I SCALE: 1=20 SCALE:1=4 VERTICAL SCALE HORIZONTAL SCALE NORM (BY S1Y90L1 •Q. '94=1: E " o ELEC< m"Ls TO PTSTo ro H.Inre GUT wz' ro•MEN9oNs.=ono To,. TOP or CURB ( � — — _ — � i _s= (an— T _ rroP — � S.0.30. (`n 4+75 5+00 s00 an __.7,.g,. LPROP. TOP OF RAO TRO. xo s o.sz. (LT( 7+00 13+00 9+00 9+25 ULRMS SHEET ENI PROJECT: COR14150 + N Lf" DV) .0 0 z 6 z O 0 SHEET 57 0( 222 RECORD DRAM NO. STR-899 CRY PROJECT / E13096 0 z 1 ST. JOHN THE BAPTIST TRACT VOL. 6 7, PG. 760 " E P.I. SHA 8+37,8 P.I. STA 0+37, b 5:%,Fs"""E"" YORYGOWNEILKt 6. cu. -ria.zs PROP Ie. x 5' RCP P.C. 2, 12+2135 L.FL' W/ mOw spzip P C. STA 12+60.35 (a.o• , NI CEA 10+01,35 (0.0. (3.0 LT) 12+00 I- PROP. EIPSS71.1t1:13701/. °." YORKTOWNBLVD. -grigz?a END BUS SEOP P. R.0:. LINE EBST. WOOD FENCE ROP. BUS STOP SHELTER PON X.4.,,TVai,B[r ILT,ELP4REMH REFER TO VT. 103 STREET AND STORM WATER PLAN SCALE: 1 =20 SCALE: 1 =4 HORIZONTAL SCALE VERTICAL SCALE PROP. SIDEWALK WH -2 PRCP. 0.1-10. A) ?Er)) : 'iZ1032, ao:FEE4u, 8(.,0) 0= izso REFLECTIONS SIMI,/ SION UNIT 1E1 VOL. 55. PC. 53 sr, 12+008 (ass' RI 13.24 F""410t MInTEHEET U" ro,r2Exrt C"TTE (HP NN118011 C> 6FITirargn'ur-rrenFoTs-1 nrxneR4K7F ® (71f1Z rA',;E:I.Org9IgroF7R7FTR zo 936 20 CI 2 T.0.0.217 24 (LO 1:01.-17.2.4 010 (20080 S- 1180 - \ PROP, TOP OF CURB (RE) MST RIO, 120. S2-0 BA (LT) ._:.:,,)).„ _.... L PROP TOP OF CURB 0-r) 7°Pulf'`' EEE'' X.. 0- 1112, 12 10+00 11 -TOO 13+0.0 13+50 OLTAWS SHEET No. FNI PROJECT. COR14150 1,7; RI,v3 8 o 0 op z . 9 0 ct - 3030 .1! 58 SHEET 58 of 222 RECORD DRAM NO. STR-899 ON PROJECT E13096 11 NOTE& seueoL) ° rollonVrefgreoroZ "1-TrotUT" YORKTOWN PLAZA VOL. 55. PC. 105 m` I o aRx =5 11 I p m1 T0 r(7%/FPIT 000000(09166) .L.46....• PROP. r CMS EP.w. - - PROP. BASELINE/ W. 0000. o. coo. TOr ---0) 1 +00 P.I. STA 1,51.77 '41 PROP. 0 CURB P.I. STA 13+76.77 F71 (B.O. n0 /PROP. S.. 253.2. R.C.P.1 rORNTONW SEM .0.99 41 YORKTOWN BLVD. (08 P.C. STA 1 +49.99 P1111.1115 " --- 70°, ;f21,0 ot/ BASEL%Ul. STA 17+22.SS E= 1328106.2S rREIgl "C." v FYL.Ovv,R,KeHS oT ,m1 1E! zr,=E,D,A0- 9' STA 17+99,9 REFLEC'TION'S° SU'BIDIVSION UN'IT 10 m. PROP. EV SIDEWALK _I cTi It=fr ." I C"4211(ginL"r"' 1P4 ‘7. STREET AND STORM WATER PLAN SCALE: 1 =20 SCALE: 1 =4 HORIZONTAL SCALE VERTICAL SCALE 11111112 ITS F CONCRETE PAVEMENT ETI • 111111MINIIIPRORE. P. PST 60. PIT BENS = 712 ,Erott& EXIST. r ACP WATERLINE -Nk'l yeA192.ePr.TOB DALLAS 91: I I 11Mt REFER TO SHEET 01 Fc0R ITEpAIR OFLEXIST. toolleVetI80 pE REF. TO SHEET 78 6/001E8DED HEEAPIT 11-1E LAKES. UNIT 6 00 32 20 16 12 RIGHT SIDE STORM WATER PROFILE (REFER TO SHTS. 69-73 FOR LEFT SIDE STORM WATER PROFILE) 7 E=0.306 (LI) PROP.100 01 0286 efn ma_ BR RBA — _ a 6*0060(20880 1' E P. e 1 4+ 00 KC.E 55 R.FA T'E AA. PROP. TOP OF CURS (L. SP. LE. 00 O.T) ('L‘O 'BEITATTBLE""00- (87 EX 8. ACP WATERLINE ABANDON.) 100ANECT PROP. RE EP Evc WATERLP1E p pmc 207 RCP 0 EXIST. 60 )E8 L" 0. RE... 2 HOL r . • OAS LINE (HO AIL.STFO) " e'L 66_2680* 12 '11 E7 8-35-11-11__ 5_1 20 51 8 33 I. 7 P 17+00 7.76 7.4 820 A e 0 IB+50 ULTA1EYS SHEET No. FNI PROJECT: COR14150 SHEET 59 of 222 WORN DRAM NO. STR-899 CIN PROJECT E13096 m z YORKSHIRE TOWNHOMES EE SYx P (*oMMOUES) OSS YORKSHIRE TOWNHOMES VOL. 58. PG. 155 JEAN NEHMEN PORTER (TOM POKS) NOTES (9Y S»AEOL) 'CY YORKSHIRE TOWNHOMES O WL M. F58,)PC.4 rxO Eicer vexes m OE sausrzn o nwsn ORAnE. s� l ffi P. R. T%. JEAx(roMN ENHOME )RTE DoST. BRICK FENCE w. LINE 5I P so. +R ),e.HOO .xP Nae 602 2 17a.28 2. L)m abO•aroE = 6.92 II AORNTOWNOLVR 9 7 72•;;F:-° .EowN CUA ELIxEAc Raw. Wane A 80 PCP.k 22 /"H=22'1",*" � -=ROL POI 21. .. Roo. a. 12212 NMI PROP rv' YORKTOWNSL Am 18000 PHALi 522. eP (0e.? RG c-, 24(E)R= RP, UNIT 6 VO. 59. PG. G.2 .o.w. ux < PROP. EH REPO. STA 21+ .,b STREET AND STORM WATER PLAN 0 20' 40. 0 4. 6 HORIZONTAL SCALE VERTICAL ISCALE OSTA°22 apt 20 RIGHT SIDE STORM WATER PROFILE (REFER TO SHTS. 69-73 FOR LEFT SIDE STORM WATER PROFILE) 0-6 (m) 9„ PROP. ORP OF CURB (LT) P 0.- 2.5 HOL— — Troo RL— PRo o_— PVC u no oaxeO) R 16 e v g`" 6.5 16+50 19,00 20+00 21+00 22+00 22+50 ULRM'S SHEET ENI PROJECT: COR14150 N 30w a cP D N oco Oo CN z z F. . 0 SHEET 60 of 222 WORD DRAM N0. STR-899 ON PROJECT) 013096 N z YORKSHIRE TOWNHOMES VOL. 56, PG. 4 M. k P. R. N. C. TR. I (TOOErxnOME7 � w/ s' sm�Ix IXIST. 52a (39.0' LT) —Lr G_`n11•e ce€=11.111 EMI ES• (5! 902600 •0 Oz a»'o °Z.f,�o110 O901�n "%,O � �RaoE 0.B. LonoCHAR R. Bus syop TER MoL'.'RPR I REFER TO 5116 o] R os0— —90s — G L/PESSOULEVARD I LINTS 0 CONCRETE ,TC va K[(SGSPp ve e ) ,101 AOEN ,,TFAC uE +55 iss NCE -PROP. B. SIDEWALK e RoosR.o11oso— —�0— - x,.11] [P OP. O OOR9 (39.0' LT) P.0 STA 26+32.87 (9.0' Ln AR]+1a.a (0+0' S PROP 60 90 lk s PP. n.119E MANHOLE GROUT FILL 1,9 OF +00+20N C.P. (- RT):----..-- 26+00 ® PROP. COLORED µ 27+OC +(RE:A/s1)_. P c L P.T. STA 25+29.8 MO' (E: .9/9) Rm n P.C.7, F. a R1 a o.eAs w ORNTOWN BLVD, I.11111.1111.111= ==1:1=1:11111 Ham23 lira cHE CO ROL POI STD. Iwo 50 0R= 9.02 mpo z1RST. NLEr oR�r°-p. a..z PROP. 0. SIDEWALK THE LAKES, UNIT 6 ( 0+ 1s 12.6 8.0 ,000 Rn lozo G ° STREET AND STORM WATER PLAN z.�I PTA 26+79.80 0 20' 40. o AT a SCALE: 1-20• HORIZONTAL SCALE VERTICAL SCALE VLE DO TOWOR SUBDIVSION 0 (21 0 LE 11 50 7.77 NOW T PR°8 Or RCP 0-6 s 7E 89. PROP TOP OF w+9 (L» TO EPP +0.55.% (Er) HOT 22+50 2 3+00 2 5+00 2 6+00 RIGHT SIDE STORM WATER PROFILE (REFER TO SHTS. 69-73 FOR LEFT SIDE STORM WATER PROFILE) PROP TOP OF CURB (Rn E 91z 2 7+00 2,2 LONSULTANGS SHEET N0. TNI PROJECT: COR14150 N ¢a 00 N 0 cop z0 z 0 F. 0 SHEET 61 0T 222 RECORD DRAM NO. STR-899 CRY p661.8 -CT / E13096 LINE STA 27+2 x -N — —Fuss 6050 —6060 NOTES (Br SYMBOV •(7- 0 M6 EIEDT DD%Es To DE60= Ttar DR: ss Q 7=:,=,,T omaNaTON �j 76, m to] PROP. B. SIDEWALK BDSD— fN$r. "a lFP 1PROP. CUM RE z,ZRN) SWEDD MEDIAN P'LTC:Mcoun PRO, or- 2B+ rylTDR PROP. 5 SURD (2 6.5 m) 5�(SwI E-5.55 yPROP. ENEPT SUBDIVI%%ON VOL. G. ANSE 33" PIPE AND ABANDONED IN PLACE I SW HERITAGE 4,CORPLIS CUR, 7KES� R.O.W. OPE UI T BLOCK 2, LOTNT., b VOL. 57, PG. 77 STREET AND STORM WATER PLAN SIB 20' 40' 0 SCALE: 1 =20 SCALE: 1"=4' HORIZONTAL SCALE V RUGAL SCALE 16 RIGHT SIDE STORM WATER PROFILE (REFER TO SHTS. 69-73 FOR LEFT SIDE STORM WATER PROFILE) poop. -ryoB STA ei (zesol SAS T.O.C.•,s.. SE) PROP. TOP OF CURB (RN) P OF D an E,URT. NoxT ROW w5 amLIE N RSD ED, — PROP S" WC WATERLINE 27+25 28+00 29+00 0+00 0 1+25 uLru(rs SHEET ENI PROJECT: COR14150 0 SHEET 62 OT 222 RECORD DRAM NO. STR-899 CRY PROJECT) E13096 YORKSHIRE ESTATE VOL. 54, PG. 104 le'(s0) = 1292 W>RafrE Ox x.•(sW) L - 1292 -PROP. 0' SIDEWAL% YORK EOR/VE YORKSHIRE ESTATES OL 54, PG. 104 eMx) T = 14.05 BUCKINGHAM ESTATES VOL. 46, PG. 37 lass 07. WOOD ONCE ALLEY STA 35+33.87 GRADE SPEAK (BOTH 5106) (20 2/20) ID -HOLE 0•2 50 (0J PRO) , 5<04n E - aa, (02.0 LT) PT (x0 LT) PROP. 10 . Ea, 0CP.I 51 eir 33+ 10 a ff1 1E5111 O .ml CONTROL POI N1 115 PaPATOBNBLVR 1' iPr woswm WEDI> (PE 3/91) (0.0' LT) iT2D.o2 500 'a+00.19 UPS YORfrowNBOOR F LILT - 01 -11 ROAPi2+2ae31(i9o' Pp e570-12.35 toff,- (RY mono •m nn o EL<CT 00x6 ro BE 917,F x TO Ewlsn ,E47. 55'(x5) L = ee9 (0E) E - e.e9 20(4x') - 10.52 HERITAGE BAPTISLgH yqzzaomus [Ems, BL E OCK LAKES.2. UNIT3 6 LOT VOL SJ. PG. 77 M.k P. R. N. C..,, TIC ,PROP. a CURB STREET AND STORM WATER PLAN 0 20' 0 4. e SCALE. =20 HORIZONTAL SCALE VERTICAL SCALE 55 x 250 R3) NG TO.t-10.05 (LT) .............. PROP. ,a RCP. R CP PROP. TOP OF CUPS (RT) 35+00 RIGHT SIDE STORM WATER PROFILE (REFER TO SHTS. 69-73 FOR LEFT SIDE STORM WATER PROFILE) r 20 35+00 36+25 ULTAM5 SHEET ENI PPOJECI:COR14150 0 SHEET 63 of 222 RECORD DRAM NO. STR-899 ON PROJECT j (13096 NW IS. far SYRIAOL) •CY pn"o 21j BOxEs TO Bc musico ro rw6N cear BUCKINGHAM ESTATES VOL 46. PC. 37 12RE NIW/ SR5,0. 18 , (39.0LT) 20' ALLEY PROP. 8. SIDEWALK D.T.1/1000 FENCE tss „- .8.88wHOIE ro.r R(TO Rn v'+, (mry1=0.x8 .Yw) U - 8.x8 a. x.�cBYn � - ,+.xe „w+,3E (10 Rr ) RIM_T�.W-1903 7P (=i 188 11. 6xx CRE PROP. 01 CURB MOW : o(PT'34,o W/ i P.C. 9n 39+.31.x8 q1irk.Walar1P P fio (uµNop STA. 3.19 18 30_ YBE)i=P.m = ,z WO.7.'n'+0+22 srAnw+ zeas YOX/()01{9Y6L{9. TYPE BR. i (u.Nxo�1 5301 YORKTOWN 0560 (s) 1 - 9.6o CRYSTAL PARK 20130)+=,110 VOLP R. G. 147 CON RETE REMOVE AtR`s( EXIsr. a 881 .e (89.8 RTI eYuc) ri = 10.10 STREET AND STORM WATER PLAN SCALE. 1"=20' HORIZONTAL SCALE VERTICAL iSCALE 7 NH 13 PROP. TYPE .12. LE s0 (2e5OR0 RIM -221:(0126 e 42 51) [ _ +a+i 181(511/) 13.00 'oriEt c14'1 -,Nr PROP. TYPE V IAANHO (204' 0-1 PROP.x �P EH RIu-,8.88 Rx (PROP T12, D 2 '") EX. Er E ACP WATERLINE PROP. 8. PPB WATERLINE TAPE V se (.1. PROP TOP 0 CURB (L,) 00(4 RIGHT SIDE STORM WATER PROFILE (REFER TO SHTS. 69-73 FOR LEFT SIDE STORM WATER PROFILE) PROP. TOP Or [- 1.1.20 P. PROP. 181 36+25 37+00 38+00 39+00 40+00 20 k0 41+00 ULT>NTS SHEET ENI PROJECT. COR14150 0 SHEET 64 of 222 RECORD WNW N0. STR-899 CRY PROJECT / E13096 00 TCH LINE S BUCKINGHAM ESTATES VOL. 48, PG. 37 EX -NH -5 Wr"At'TOP " "'RP ILV.S5 (0.0. FF) EX. 4811116(7= 10,26 EX. LOWE) IOW DO. 2/53 1 SS EXIST. WOO FENCE BUCKINGHAM ESTATES VOL. 48, PG. 37 'MOVE Re REPLACE EXIST. 'PR' INLET W/ ST GIN INLET STA 61-176.55 09.0. CO RIM= 19.00 16(38) T ss WTI ALLEY PROP. EIT SIDEIVALX (60 2/97) p • I • 5, a 1+77.46 (3.0' RD: gl-1; PAR. 1:7177z3 5:1!,5.0?R"" HMI CONTROL POINT #9 'TTIONT PROP. BASELINE/Op vaqxToKw IPROP. v 229 R C P REMOVE @ POW EXIST. 27. RCP FROM !WIDE MANHOLE. CRON FILL 15LL OF EXIST. 27. PIPE MO ABANDONED IN PLACE NH- T 5 PROP. TYPE •DTI HOLE 37 1A W;;TR7 R” PRO, TO OMB YORIOVIVNBLNIE 0937.300+0(0 (7030099) 45+81.45 W.OT PIMA 20,8 F745) 11:2.i20500 SS1. 22 Ore .411111b. '27745,,705 90333+6 'T.I.M°11 LT° NOTES' MT SWAM() 0STORWOOKS RANITTECPPRBROXTITMRTAXST7/ 527+60 +0160706. CONCRETE 330 92;„; 02 2e.ovE . REPMCE POT CG752AL PARK SUBDIVISION LOTS 7A, 78, 78 az 70. " 's('760 . '97. 00( 30. 70. 50 I11:er=7730I2 BLOCK 1 STREET AND STORM WATER PLAN 0 20' 40' 0 SCALE. +20 SCALE: 1,4' HORIZONTAL SCALE VERTICAL SCALE CONCRETE .w. N BRASELTLI 1,11,10211,VES. INC CRYSTAL PARK SUBDIVISION BLOCK 1, LOT 7E VOL. 67, PG. 12 CIT U E EXIST. zr RCP RIGHT SIDE STORM WATER PROFILE (REFER TO SHTS. 69-73 FOR LEFT SIDE STORM WATER PROFILE) 12 8 0733239(61(7 ,7s FP!,, o A A 41+00 CI -15 LAC. -19.00 (LTT 00-23 CAM PROP. TAPE 'DT MANHOLE STA. +WWI (2 .5' RN RON 21.51 070.29+12.65(06.0 RR) PROP. TOP OF CURB MA — (RITO -‘=—= (H771.1r0" PR" 'S. PORTROV RCP @ T2 00 42+00 43+00 P!' 1 7 61 44+00 zEXIST ROLL R OW Sw0 MX (.1 TLLPROP TOP OF CURB MIN 20 4 0 46+00 66 SHED' 65 of 222 WORD DRAM NO. STR-899 ON PROJECT 013096 BUCKINGHAM ESTATES VOL 48, PG. 37 ISPS STA 47+48.69 GRADE BREAK (ROTH SIDES) Aurr PROP. O. SIDEWALA S7 CP x PROP. BASELABIS R.O...ISOWBSOL PRTLWAY STRIP ANDSCAPED MEDIAN (RE: 3/P0 PROP. ra N7 5411BUu m nEunw .P. POW PO tPROP. B Cure PROP 6' CURB CURB NOTES. (BY SMBOL) •O• .t ELEv a To eE >an TO FINISH mADE. G.w. HEE A sr_ STREET AND STORM WATER PLAN o o EL s 1 +213 HORIZOENTAL SCALE vEa O L IsaLE N z U 32 28 24 20 16 32 O46+00u (REFER TO SHTS. 69-73 FOR LEFT SIDE STORM WATER PROFILE) 2! 6 8 28 24 RICHT R.0 V/ PROP TOP OF CURS (LT) -r_. n =-- ,-PROP � _. mhn .-. 20 ` �� 16 12 10 50+00 47+00 48+00 49+00 ULroF 6 SHEET ENI PROJECT: COR14150 5447 66 of 222 RECORD DRAM NO. STR-899 CRY PROJECT / E13096 0 U ELM 1.2 BUCKINGHAM ESTATES VOL. 48, PC. 37 ISSS DO ALLEY BUr.CH AM ESTATES VOL 48. PG. 3J MST. WOOD FENCE PRO, 8' SIDEWALK STA GRADE WU, (BOTH SIDES) .. 4.) IS (0 STA 30+80.11 SEM gl T P.T. STA 2.3.00 (BO SR 52 R (B.0 RD Ir W ("=)am (OLT Kw OLE R.C.P.(S0 T (RENE00 x TT - Ta � FOR PROFILE. RE PRO, 8. CORD STA 53+22.51 simmist • 0 i Mn.et TT FCC OC RENO, LTDBEPUDE EXIT INLET 0 2 240' BS 241,10 -14.23 R.0, UNE '"rgOrla"StNr'Ir ASBURY ADDITION O STREET AND STORM WATER PLAN zG' D o (ALN: 1•=20• HORIZONTAL SCALE vERncnL'scnLE E II NOTES (B0 50480() /0 O» 2+58 °HN2 ET CT B3.Es ro BE ea2sw TO HNISR GERr (REFER TO SHTS. 69-73 FOR LEFT SIDE STORM WATER PROFILE) 4444. T 1(004 PROP 8 - PVC SITERLINE o PROP. TOP OF GORR h?I .Terra.ow 4444 IExIr. aq w 4444 4444.. 4444... h9— — — �oses h*( — — --mac . _ RD 20 O=0.32% (RnS= aaox PROP. TOP OF CONNI.CRO s 50+00 51+00 52+00 53+00 54+00 55+00 ULRMS SHEET ENI PROJECT: CO 50 SHEET 67 2T 222 RECORD DRAM NO. STR-899 880 080000 / 013096 NOTES: (8Y SYMOO) 'O" O N N 0 [ x[ E E T FI x [. C> FxOR ENLARGED DETAIL REFER SHEET 90. CONTROL POINT e Ia1 F t- Mtn .a,SL6U I� o gra i59 60+00 ULRMS SHEET ENI PROJECT: CO 50 H o `,/ I E= Taal Tei.oR b Ijl Yotarro WSLMR --M EI n ___II Ijl flPES STREET AND STORM WATER PLAN SCALE: I"=20VERTICAL (SCALE HORIZONTAL SCALE (REFER TO SHTS. 69-73 FOR LEFT SIDE STORM WATER PROFILE) ao.u. (50. . LEFr P.O.W. EXIST. RICHT P.O.W. Tia WI r HEPX1ST77 E WIN TO. BE. REHASED TE 6R 55+00 56+00 57+00 56+00 59+00 60+00' 1111 ICE A" CC O K SHEET 68 of 222 RECORD DRAM NO. STR-899 CRY 050001 j 013096 LEFT SIDE STORM WATER PROFILE (REFER TO SHTS. 56-66 FOR RIGHT SIDE STORM WATER PROFILE) 13+50 16+00 15+00 16+00 17+00 OEXIST. STORM WATER PROFILE (AT CL OF MEDIAN) 0 20' 60' 0 8' SCALE: 1=20' HORIZONTAL SCALE NILCVSEL 18+00 0-5 CI 4 LEFT SIDE STORM WATER PROFILE (REFER TO SHTS. 56-68 FOR RIGHT SIDE STORM WATER PROFILE) 28 24 4T) 882- -,a.2WATERLINE 26 xa<- 0o 2 5 RO PROP. a Fv2 WATERLINE—HO 6.22 560 05S 12 018+50 19+00 20+00 21+00 OEXIST. STORM WATER PROFILE (AT CL OF MEDIAN) SCALE. 1,20' -0 40 0 B HORIZONTAL SCALE NILCAL's L'E 22+00 22+50 18+50 OLEAN ARE=. aMOVE 0612 o!N110I E CORSULTPMS SHEET No. MI PROJECT: COR16150 !n 0 01 cr §a 0 0 m O 55 z z ��m Y � Q 0 < W SHEET 69 of 222 RECOR0 59959)0 N0. STR-899 CRY PROIEC0 i =13095 ate- Jan 26. 2x17 - No P user: XJ rla. x11ENDEnnInoz 2V-1112-PRE-STRN(41 .dna LEFT SIDE STORM WATER PROFILE (REFER TO SHTS. 56-68 FOR RIGHT SIDE STORM WATER PROFILE) EX RE DIP aSETEWATER 22+50 23+00 24+00 25+00 26+00 0 5' 10' SCALE: I =4 OEXIST. STORM WATER PROFILE (AT CL OF MEDIAN) 0 20' 40' 0 8' SCALE: 1=20 HORIZONTAL SCALE VERTICAL SCALE SCALE: i=4 27+00 27+25 LEFT SIDE STORM WATER PROFILE (REFER TO SHTS. 56-68 FOR RIGHT SIDE STORM WATER PROFILE) 24 CI -9 -Lacu92 (0 MANHOLE Ro REurv) OEXIST. STORM WATER PROFILE (AT CL OF MEDIAN) 0 SCALE: 1- 0 4 B HORIZONTAL SCALE VERTICAL iSCALE CLEAN MO R:MO°E DEBRIS INIpE CONSULTANTS SHEET No. MI PROJECT: COR14150 !n 0 N a w¢� DNo m O N Z 2 Z aim QY � 0 < W SHEET 70 of 222 RECORD 599680 N0. STR-899 CRY RMUEC11 E13096 OM Jan R6. - 5a3p user: RJ Fla. NAIFAerunln9702-50-PRF-Si2M01 d.9 LEFT SIDE STORM WATER PROFILE (REFER TO SHTS. 56-68 FOR RIGHT SIDE STORM WATER PROFILE) 31+25 32+00 33+00 34+00 35+00 OEXIST. STORM WATER PROFILE (AT CL OF MEDIAN) 0 20' 40' 0 6' SCALE: 1 =20 HORIZONTAL SCALE VERTICAL SCALE SCALE: i=4 36+00 36+25 CI -II CI -13 T.ox (RT) T.o.c.-la e4 (LT)) sr= EEL EE VL LEFT SIDE STORM WATER PROFILE (REFER TO SHTS. 56-68 FOR RIGHT SIDE STORM WATER PROFILE) 24 RICHT F.0 EXF, LE, 12 36+25 37+00 38+00 39+00 40+00 OEXIST. STORM WATER PROFILE (AT CL OF MEDIAN) SCALE: 1,20' -0 40 0 B HORIZONTAL SCALE �Ea I�AL's��E 41 00 Nore: CLEAN .N9 .1oiR6° DEBRIS Eo° )'PIPE CONSULTANTS SHEET No. MI PROJECT: 00114150 !n 0 N cr 0¢11 � N o .0 N z z ��m+ + Y � 0 < Oz w SHEET 71 of 222 RECIRD 0.WNM1VC N0. STR-899 CRY PROJECT i E13096 ate- Jan 26. 21117 - 5113p user: kJ RD. NAIFAeranlnpaSCV-EKS-PRE-CTRN(111 dnR 20 -_ .. f EHISTsr000 CI 5 TOG 19x5 (Ln 00 (PT) IST.POLE (T2 Pa. PGA LEFT SIDE STORM WATER PROFILE (REFER TO SHTS. 56-68 FOR RIGHT 511)E STORM WATER PROFILE) E5 aE.eery A11 EXIST. 361 CP L__ 28 24 20 41+00 42+00 43+00 44+00 O EXIST. STORM WATER PR0FILE (AT CL OF MEDIAN) 4 0 20' 40' 0 8' SCALE: 1=20 SCALE: i=4' HORIZONTAL SCALE VERTICAL SCALE 32 45+00 46+00 32 28 24 20 12 LEFT SIDE STORM WATER PROFILE (REFER TO SHTS. 56-68 FOR RIGHT SIDE STORM WATER PROFILE) 28 24 20 46+00 47+00 48+00 49+00 50+00 OEXIST. STORM WATER PROFILE (AT CL OF MEDIAN) SCALE. 1,20' -O 40 0 B HORIZONTAL SCALE 5Ea IAL 1s;'11E NEM CLEAN AND PENOVE DEERS IN CONSULTANTS SHEET No. MI PROJECT: COR14150 N W I 0 !n 0 N Cra § =¢a �No m O 95 z 2 z aim Y � 0 < OzLLJ w 0 0 + - 0 o1.09 ,A Z LEL F O 00 3txLlo CC .moo O a U+i co 55155172 a222 RSCO00 0.WNM1V0 N0. STR-899 CRY PMUEC- i 513096 ate- .Jan R6. .17 - 553p user: kJ Flo N.51.115anIn ..-.2-PRT-22.10l.9 LEFT SIDE STORM WATER PROFILE (REFER TO SHTS. 56-68 FOR RIGHT SIDE STORM WATER PROFILE) 8 -^.-ss Hcr -- as�E �• /5 IXHI EXIST. J6 PC.P: "11 l - Ii.sJ PROP. TYPE ai (SPECIAL N.NHOIE 'EMT= scT zs ncT ` zs ncE zs xcL zs nczROCIE351 24. PCP .. 6 50+00 51+00 2+00 53+00 OEXIST. STORM WATER PROFILE (AT CL OF MEDIAN) 0 20' 40' 0 6' SCALE: 1 =20 HORIZONTAL SCALE VERTICAL SCALE SCALE: i=4 54+00 55+00 NEL CLEAN AND FED°µ1P 1,4511.,24 -FA REMOVE OM1E 2 2 LEFT SIDE STORM WATER PROFILE (REFER TO SHTS. 56-68 FOR RIGHT SIDE STORM WATER PROFILE) Exls IEtT w l E<v.:NIOHT Pow 55+00 56+00 57+00 58+00 OEXIST. STORM WATER PROFILE (AT CL OF MEDIAN) 0 20' 40' 0 4 6' SCALE: SCALE: 'CHONTAL SCALE SALE 59+00 60+00 CONSULTANTS SHEET No. MI PROJECT: COR14150 Ulu N�n gg I !n H 0 N §a =¢a �No m O 55 Z 2 Z aim Y � Q 0 < W SHEET 73 of 222 FfCORJ 594560 NO. STR-899 COY PROIEC0 i =13096 2 22 22 22 22 22 22 STORM WATER LATERALS O® STA. 112+18.56 22 STORM WATER LATERALS (Th ® STA. 19+83.68 2 22 STORM WATER LATERALS 0 STA. 23+42.67 (RIGHT) STORM WATER LATERALS ® STA. 23+49.60 (LEFT) 22 STORM WATER LATERALS ® STA. 28+73.67 (RIGHT) STORM WATER LATERALS © STA. 28+77.74 (LEFT) STORM WATER LATERALS O© STA. 32+24.54 20 18 16 14 12 10 LEGEND: Oi EXIST. 1.2ACP WATERLINE EXIST. ATV TELEPHONE Qs vwov. 1z we wnTERUNE 0 moo. 2 PVC WATERLINE pEXIST < w usurvE © EXIST. a PK WATERLINE pEXIST. a nP o.SUNE EXIST. FIBER OPTIC UNE 0 EXIST. a xE WATERLINE 25 HGL E DE=SZTILWZRZTO or ADJUSTED OR E. DENOTES PIPE TO BE REMOVED DV CONTRACPOR. SCALE, I G20 HORIZONTAL SCALE CONSULTANTS SHEET No. MI PROJECT: 601214150 STORM WATER LATERALS SHEET 74 o/ 222 NrcoRD GENEWC xo. STR-899 MY PROJECT i E13096 or Jon 26, 21117 - 5soss Uaar:SJ Tnv. rrarrunlnoz 2v-EWS-Lai-STRN,UV4 22 22 22 22 22 22 24 a 24 24 24 8 w IS' °- n 3 e 0 mg O ma= 1 Lo 12041SULr2N15 SHEET No. MI MU., LO1414150 20 16 14 2 �W aeo 1° e 6 1717... 1717.. 1717.. 1717.. T 111-0 cv 1717... 1717.. 1717... 1717..... Gmm... II �... 1717.. 1717. 1717.. 1717... 1717... 1717.. 1717... 1717. 1717. 1717.. 1717. E.. 1717. ux0 JI 1717... 1717.. 20 201717.. 1e 1eiN 16 16 14 14 Pte. 12 12 10 10 e e 6 6 , 1717.... N .00a:c W. L 1717 e�R.cv '9,91R'''• E 2.21 �J 1717.. 1717... 1717. Ns = Izso -..tzw I�.... I. y... 1717 1717... s0620x 1717. 6 1717.. 1717.. �- P.M 1717... 1717...a 20 20 1e la 16 16 14 14 12 12 oR - 13 10 0 a 6 6 1717. i 13.00 waR6P 1717. 1717... 1717 \ 1717. 1717. 1717. Q zz 20Wp Sp'x 1717.. 1717. 1717... 1717...8 Ia 20 16 IB 14 I6I 2 14 t0 12 10 6 8 F AI 1717. z 1717.. �� 1 I 1717. E Iz 10 x0v. 4 4.C.P. 1051 22 22 20 20 18 I8 16 16 H to 12 2 piwv.w�Rcv �- - 1010 8 8 1717. 1717.. 1717.. E EP 1717. 00 1100 1717 1717.. G „ 1 €ems ,.� II 00 � � 1717.vv s 5,.411 i:-.9..' 1717. 1717. 1717 1717.. 1717.. ��.:�I e I i z ,x R.c.v. R. 1717... 22 201P° 18 16 i. 12 10 8 'IVO) _Ep Ol igvvy LEIa v. v. WIII%ixh 4 gY ; _ �mi � e _ z:IEV :II �emni CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services STORM WATER LATERALS S. STA. 37+18.63 (RIGHT) STORM WATER LATERALS STORM ® STA. 38+18.52 ® WATER LATERALS STORM WATER LATERALS STORM WATER LATERALS STAN (RIGHT) ® STA. (RIGHT) ® STA.(RIGHT) 0 24 O 24 24 O 24 26 39+04.96 �n5 x43+74.67 OW.O 6 20 I6 14 Iz P"'''. 1717..... 1717..... �. f 1717.. 1717. 1717..... Ix m + a „„,_ 1717.. 1 1 1717... s 1717 1717... 1717. 'I1717._ „ „ 1717. 1717 11 1717.. 1717.. 1 1717.. E L.x 1717. t °1717. 1717..1:0 2 16 16 12 1z 0 E +1717 o _ 1717' 1717- II wig ° zr xcv 1717.. 17,17,, 1717.. 1717... s v.... e 1717. 1717. 363.17....17 2 2 16 1e- 12 1a ' 1717... 1717 .ales 1717... x.0v -z.nx 1717.. E m - 1717. R 1717- p I 1717.. 1717... 1717.. 1717... 1717.. - 1717. II.�{���`m I 1717. 1717... 1717.. LEGEND: O EXISS 11 ACP WATERLINE 4 Q Ern. AT, TELEPH.E O px0p. Iz'PVC WATERLINE O 0x0P a w0 WATERLINE EXIST. . Ws cwsunE sr a v,c WATERLINE E s a HP MUNE O r. za 16" HP EXIST. sWATERLINE a.11, axo_- N.Q ES. wxmc • AT0xnNex0PEs OoW 0 •• DENOTES PIPE ro BE xwwm e. c0mRxemR. 1712 0ExmEs UruTr UNITS TO sE w,osre0 BY a aWNER 0 10 za 40 YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) STORM WATER LATERALS P3 z Rc.v .x3.17 s . H.S.."' ...TS 0 01 1717... 1717.. a 8 1717... 1717... 1717... _I m 1717... 1717.. 1717... 1717... 10 WIc..� SHEET 75 01222 WOAD DRAM No. STR-899 STORM WATER LATERALS STORM WATER LATERALS STORM WATER LATERALS O® STA. 43+76.50 (LEFT) O p STA. 91+10.27 O ® STA. 55+33.67 CRY MIXT i E.006 We. Jow 26, 2012 - 5 op• Ow, riv. x,6,11.41305152-rx3-Lai-STRN.D. PLAN OFS'STANDARDINLET Spl0YN NOTE: Ns TO srxe >Ea saNcwRo 096Ei..125..7.'s R Fa SECT/DNA-A NOT TO SCALE FL OWI /NE TRANS/T/GNAT/NL ET FOR 4"' OR 6"3717. CURRAND GUTTER NOT TO SCALE STANDARD CURS INLET STEEL SCHEDULE ALL 5.5 No. a ATEMIVED N.,`, q`N., A. EARS RENDAENcm • b•6,ws ,s.Ns i1•1LS Z.O.SME 1)6 0_ vn-,o• ,io-o. /5-0 ,ro.-r v.' -o' .i .i, v.-0. .i..-0. n._6.6. 055_65 6/35.2. 6/3.-2. 2/6._0 3/,._,. ec mN,O re SIR., r txr. SEF DEE SUM._,. 5 PIC' KSLOT DETAIL 21 1/0 DU 91 na<NINO LUGS GRATE SECTION GRATE BLOCK 1/ 2ST DA -9/4 zzzU/a' DA 2310/ O. RING SECTION C/TYSTANDARD/NLETANO S/DIYALN MANHOLER/NOB COYER 44377110 DETAILS INLET AND SIDEWALK NANO°,F RING k FOYER NOTES 1. NANHOLLE RING g COVER ST.L SE EAST JORDAN MANHOLE ASSEMBLy FOR LO..TING N. -TRAFFIC. 2. THESE DETAILS SHOW GREY -IRON GNSTINGS. FILLETED ANGL. Mr. SHARP AND PERFECT ANIS. 3. COSTING SHALL BE .1.IE TO PATFERN, FORM, ANO DIMENSIONS, FREE FROM CRACKS. SPONGINESS ANO 4. MACHINE SURF.ES VELD FIT WHICH WILL NOT PATTLE WE. PASSING TPA.. LOAD. 3. TRAFFIC SHALL BE RESTRICTED FROM M.H. FOR 36 HOURS AFTER PLACEMENT OF RING. 8. RINE AND C.ER SHALL RE DIPPED IN COAL TAR OR ASPHALT J. OTHER GASENG PATFERNS FOR RING H GO.RS BE SUBMITTED FOR P.N.VAL PROVIDED THE P. OhIER C.F. DETAILS AND THE COVERS OF OTHER C.ENCS SHALL FR .E RIN. OF THIS SHE.. 6. MINIMUM WEIGHTS OF FINISHED CASTINGS, .E C.ER = POUNDS. THE RING = 1. POUNDS. 231 °PENN " R1 R i1•1LS Z.O.SME CO C. APRON� grallooJ/ Cax.>HroN TOP -59 6039 (DAGWML) -9066(660091 PLANOFPOST/NLET 0- . 1eve Noa 6Iw a cwE TVD z..z.1 ro orEs As,";2 cNou, (OPTIoI LHON JOINT 2 0 -2r4 E.w. 0 uloNowp90 6020 rqaas L®A SECT/0s4,1?-49 NOT SON, L OT CONC COL. FLAN OF STANDARD ORATE INLET OT TO SCALE SECT/OA/C-C CONSULTANTS SHEET NO. MI PROJECT: COR161 SO 0 N cc w¢Cs' 00 m0 sl z 2 z arm Y � O < 1 SHEET 76 oI 222 313ORD SRAM N0. STR-899 007V PMUEC- i E13096 odf :Do=rot„Er &N.07'21721Z.Z0 1100 220 [100509 0?) PRE -CART CONC. MMHG] F NOTE% HS20 LOADING CONCRETE 28 00' COMPRESSIVE STRENGTH - 5D00 PSI REINFORCEMENT STEEL - 60.000 PSI RES. MIN SPLICE LENGTHS f4-22. #5-2, 36-33. ',MANHOLE 106L/RISER REINFORCED PER ASTM D-4721 AWYWAYEETAIL TYPE :4"Af&NNOLE NOT TO SCALE NOT TO SCALE (i) Tic COVER BACK \NE51 55IVING HOLE LI 1-518' Qa4M _ vg2P2ar "' 41 PLAN VIEW PICKSLOT DETAIL 1/3I - OP IN, DIA H -2. 201/21. OM _5- 2 COVER SECTION 1-2.2 I /N. 011A-.1 2' 01 FRAME SECTION CITY STANDARD ROADWAY MANHOLE R/NG& COVER CASTING DETAN NOT . SCALE 07C-(1071)"*. (21222) rAZ*76,EiE7*ANFED'I"f PLAN 777E 2ir MANHOLE NOT TO SCALE ,T72Fzrrto tP*07100 1.1 JIs VERT 0 0 HC:* 12. (1210) (4402) FT:47$;aM.F.22:F° 0000556255 R0 - PLAN T7PE 'C'HANNOLE NOT TO SCALE 3020 RSI CONCRE. 56640 0.0. 50 00011 0 9 0.1 H*AZ * -SEE KEDWAY DETNL 6 PPE 6/09001 NEMO' DETAIL RSIM (2422) 41:21,9; SECTION 7E IV' AIANNOLE NOT SCALE ROADWAY 2402200) 22 RING 14 CONT NOTFR rssilVsTo 44.,ng0r,40,...,',72421.77,27,'2,4242 7 z2xn,crz 24= 4,,.,40,4o.,2, trz2.„ p.4,,4214, oF BOLTED N 68 ASSEMBLY LOAll RATING HEAVY 011. COVER S hIE SOME AS SHOWN ON THS SHEET MO PROVO. 6PESPIN=IrRPE*C7ARTS***T"* "-LET' rD'EFC=SIV -7110'LLSH*EEETT:NLT5%707L707,LRENGS =%0*IN*C.52ArOSTR:0521.FIEST:0 '13*L*0'10-101S**E""* 2"::*5'1T5'5°1'57EINZDOF THS SHEET • Ip/AZa suRr-AEL. VELD FT WH CH VILL NOT RA.LE WRH nra0.2 515E C5*E* rlDIFO*PrELMEPar F**" F** H**** 7=HrT°°'IL"51'75T.'"'"" 6. R60 Ao0 .6ER sryALL NE oppEp Ix COAL TAR OR ASPHALT. AAMPO*0176 DENS. OSTIA EGAST MANHOLES NILM) (212012) SECTION 7771E 'C'MANNOLE NOT . SCALE GENERAL NOTFR FOR CONCRETE DRAINAGE ATRuCTuRFS. 'CruLAErinsUri-SAnsEiros' eVias's7jAs5' :Ola*ITUMF:Dtj1417E/71" 2. ALL REINFORCING STEEL SHALL DE GRADE 60. 3. DIMENSIONS REUTINO TO REINFORCING STEEL ARE TD CENTERS OF BARS. 4*6701,0*F.Z47*Ro*Agvrs r7242.42,724Anz szs° 4-) L'e* TRAFFIC LOADING AND SEALED DV i'EAPFAVETEIF0:ECT6r7DIE'Fra*N'57EPF.'*IreL"P*1"A"1" rigUSIDTelL jo,oRAc ALL INLET WALLS SHALL C R NOS D 3.0 S 3 N. NQGL °Ti:F0215P5MNel D47R10°N:'*Er PLAN 7771E 27'MANNOLE NOT DO SCALE -7,727:702 0..C. HOR. &IRS is 0 9 ac. VERT. OARS 50,.021.01-01 r„4,2rJ24",42.02F,'Dro9420 j SOIS PROCTOR OEM. (0.0112 r*NOT Ir0T *10 00109 EilFRiF27.26FilPririlil'17F*A77*an" 'NLET "'LL 4O-2. (400) 500 )9 0.0. 00. 050 SECTION bral TYPE 27'AIANNOLE VSZLZEglly NOT TO SCALE Z2T1,E *111E561,r015VRE=NTR7106 BY 0.15RD 000F02 P2 CONSULTANTS SHEET No. MI PROJECT: COR14 I SO 001 0.OILJ § 0- 0 0 a z 2 a. 0 0< WET 77 of 222 RECORD DRAM No. STR-899 CRT ARLVERT 1E13095 TRANSITION of mIEaL) L CURB INLET N=FL sev PMD I(9EZ xTw- "sr v I6) 2-I. CMO. (. REM, PRI4ROIR PAVEMENT 00 icEc rE INEEr / �mxm6Mr SUPPoRr . 0)P) SUEVBED x1 T):; L, CURB/NLET TNPOATF.XTEAS/ONPLAN NOT TO SCALE r" —1 k o '227g712, Ba o s- • L tl4g. !INERT BE x0 ° CEETOPO 0 REMOVEANDREPLACE FOP OPEX/ST/NG CURR INLET DETA/L NOT TO SCALE 12" MIN roaffE 0000000000.0 ) DRILL et EPDXY GROUT Ixm 00003100 PROP. P/PE TOEX/ST/NG RC BOX CONNECT/ONDETAIL =c...,. RADE 2.21=-'4Ez- \ u Toc0 RS wNtltETr SEC71ONA0O NOT TO SGLE PA 0.00.0.0. n e OROPsm(: rL,P )E0 SECTION MANHOLER/SERDETA/LNOT TO SGLE YEDAIBEOS s RETE Pnveuwr UNPAYEOA/1E4S PAM",AREOS '51u7FIUNEFED TO 25R STD. °we) oz=q0 0080)9° PROCTOR BACK 1122AT run *02) - ImJ n a 000 (GREATERRFlTIN4 12" ABOVE PIPE} � OR RIMS 01./ OF TISTAL 0118 0 r/ MOVE - rasa xO n sRvf P�.srrmr, N,OE, rrryi 30 NP ro .D .w.. 1. CRar„0 S,0)„ 112 r0 i LSE VEZ z e,rg �, 0)0390 accREraTE, rmsT 0010 'Raa 0)R u1 00)0)09 ao seo TO S COMParvs Sro oma rasa) a ro t .,a of ORroRR.. 01 J 00io 00 TO (CTO BE 0)+ ceRmwE Pm ro eE Puccs : FRE LO a LOOSE srss OF CT MATERIAL mos s,.RPO:EO s.xO SEE raE z-RE9 BOTTOM OF noTwr oEL MELON O BASEROAD BORE ,O rai n Rx• rmsoxmc 110 ORADA17.1 x .nwuOR 0)n r9, usE a NnR9uu e,0nuw ua Pro,, 00000 Prey ,, ORrwrzx 0Ax rn. u.,n .wm.Pow eco0ar0 0090) °C� SEE RDE R° FAT .STN x0 EM A CONDPAOTE0 TO STAN (INIAL 9Po9nu) PROCTOR DENS! 0009 9999) TRENCHRACNF/LL FOR STORM WATER P/PES NOT TO SCALE (CONCRETE PAVEMENT ONLYI 'DS OrL'42LLULE44TETOT gOEMP 24 !TO. PROCTOR DENS,. (A90 0999) ECT s i rn0 90) rtEN PROCTOR DMSO" aSIN 0890) -CEMENT-STABILIZED SAND BEDDING 40 saxs 009000/0.:1 00'0) PROCTOR DENSITY OSTIA' °0991 TRENCHBACKF/LL POR STORM AVATERRC. BOXCULVERTS NOT ro SCALE (n:0 00090 040�PRuxs) EX/ST/NGR.C. P/PEPLUG TO SHALE PIPE COLL. STALL BE USED W NNE A TO T yr CANNOT BE PLACED, SUCH AS A B EAR RZANCED PIPE ERN: OR TIE-IN CONCREFECOLLAR RETAIL NOT TO SGLE GENERAL NOTES FOR BACNF/L L gEnnlNn ONO) J. Rgr0N I (BEI CAN PIPE TO 12' ABOVE PIPE.) 000 (GREATERRFlTIN4 12" ABOVE PIPE} UNPAVED AREAS PAVED AREAS OR RIMS 01./ OF TISTAL 0118 0 r/ MOVE - rasa xO n sRvf P�.srrmr, N,OE, rrryi 30 NP ro .D .w.. 1. CRar„0 S,0)„ 112 r0 i LSE VEZ z e,rg �, 0)0390 accREraTE, rmsT 0010 'Raa 0)R u1 00)0)09 ao seo TO S COMParvs Sro oma rasa) a ro t .,a of ORroRR.. 01 J 00io 00 TO (CTO BE 0)+ ceRmwE Pm ro eE Puccs : FRE LO a LOOSE srss OF CT MATERIAL mos s,.RPO:EO s.xO SEE raE z-RE9 BOTTOM OF noTwr oEL MELON O BASEROAD BORE ,O rai n Rx• rmsoxmc 110 ORADA17.1 x .nwuOR 0)n r9, usE a NnR9uu e,0nuw ua Pro,, 00000 Prey ,, ORrwrzx 0Ax rn. u.,n .wm.Pow eco0ar0 rs. run�- j10 EO - /.0 x0 z 9.0.9 n.,. OF sun. =n,E°s0 r:/ ,, 00 ,,P • CONSULTANTS SHEET No. MI PROJECT: COR161 SO (n 0 N cca ¢ �aCB' �No m O 10 z z O 0 m Y � 0 < Oz w SHEET 78 0/ 222 KM DRAM N0. STR-899 CRY PROTECT i 013096 8-2 rrozir,k,r=r6 megt.,-to. PLAN 7771E 27'SPECiAIL MANHOLE NOT TO SCALE IMF= TrOVEE"B FINISHED PAVEMENT NMI12. 0 C Homo BARS (GP.) Azmninkeraii, 0 B. 0, VERT. BAPS (GP) tP"Sz'O-1"0"M E." 111111 fB.7,,TA BEEDEDE.N.MAAMPOSEM alrffIETRE=EMANTES 11:1: (4%) -i5 0 10. 00 EA. MT (SEE No. 12 ON SOT. 77) gl Mr • roff PIPE W/ GROOT . SEE KEYWAY DETAIL SLIT 77 SECTION O77'PE 17'SPECIAL MANHOLE NOT SGLE SI.E=gREELVErfr T L J 80202002 00280 as BARS o 12. EV,Si7EL ar4ortraV REMOVING STORM WATER ED MANHOLE TOP AM9 CAPP/A/6 DETAIL NOT SGLE 42 CONSULTANT'S SHEET No. MI PROJECT: CON. I SO P-220 .2 - (22 0 0 2220 L±1 § 0- (I'3 ea cv z 2 a 0< STORM WATER SPECIAL DETAILS SHEET 79 al 222 RECORD DRAM No. STR-899 00003802001 1=13096 ote, Jan 27, 2017 - 8,3Son User: b.f Fla NAIFESEABInosECOCC STO STAGG,. CROSSGATE DITCH EXISTING HEADWALLS 0 NO. 1 AND NO. 2 MODIFICATION PLAN 0 20' 40' SCALE. 1 —20 lc> /1PRDIA. PEDESTRIAN RAI (59 L.E.1 REFER TO SHE, 00 SAX -CUT AND REPINE EXISTING WINGIVN, ULT S SHEET No. FRI PROJECT: COR14150 • • • ,VIN " CROSSGATE DITCH EXISTING HEADWALL NO.1 DEMOLITION PLAN 0 20' 40' SCALE: 1 —20 11 eox .2 11 r. 3 11 11 DRILL Pc SET IN EPDXY Ems, 0 HEADWALL NO. 1 — ELEVATION SCALE: 1 —5 NOL, ME, TO TXDOT STANDARD rg12=ANTLCM7MGLIg 111121=-IGN. REFER TO SHEET SO rri WV% gvErm) vm) ,ror • UteraCri APPROX- GROUND DRILL M SET IN EPDXY GROUT 1)1 ,,Lt?","` • 41 %4 TaVECTWALL REPAPS HEADWALL NO. 1 EXTENSION DETAIL NOT TO SCALE vor vrE:= Try ENS, HEARN 1.1--Ts.j RI, 01 SET IN EPOGY GROUT 1)1 f:°Dopr(LIR, '11. E"1 • 4 FE;AF"I'LL HEADWALL NO. 2 EXTENSION DETAIL NOT TO SCALE I. REMOVE LOOSE AND DETEMONATED CONCRETE MTH CHIPPING HAMMERS LIMITED TO 10 LDS, 2, CLEAN ANY EXPOSED REINFORCING STEEL TO REMOVE LOOSE CORROSION SCA, D. APPLY GERTICOAL BY EUCLID CHEMICAL COMPANY ACCORDING TO THE MANUFACMRER'S INSTRUCTIONS REPORT ANY ONIAGED AREAS TOG LARGE FOR APPLICATON OE GERTCOAL TO THE ENGINEER. 00) 005 0,0 Z0 r2 55 0) 6 2 g2 6 0 SHEET 80 of 222 RECORD MOM NO. STR-899 OrY PROJECT E13096 ocr ry-TOP or oir3u o HEADWALL NO. 1 — CONCRETE RIP—RAP DETAIL 5' 0' SCALE: 1,5' VARIES VARIES ,7,E wuna#B2il2Eu o SECTION — CONCRETE RIP—RAP SCALE: NONE CDRIP—RAP TIE—IN DETAIL SCALE: NONE CORNER REPAIR ORIGIN& SURF !STING REINFORCING !STING C,LOSICRETE EIN OF rzETE INFZE. RECTANGULAR REPAIR SR"SMOAAIR EA -4 PrIAIL KS S LLE.4453A01.0 PRE -WALL Ev (2000 uul. r i,r VOLLAIES �SHAI aAE TCTLEGEVIn m.vva"v`oa REonmsv DEAFIL `vlr) R ORENcn • LA2. vE TYPICAL BOX CULVERT OCONCRETE SPALL REPAIR SCALE: NONE TOE WALL DETAIL AT TOP OF DITCH SCALE: NONE BOX CULVERT CONCRETE REPAIR QUANTITY ESTIMATE CRACK REPAIR 0 BOX CULVERTS 260 L.F. SPAS RPVAIR. BOX CULVERT No. 1 BOX CULVERT No. 2 BOX CULVEFR No. 3 BOX CULVERT No 4 BOX CULVERT No 5 TOTAL 0 oN 01 Q SHEET 81 of 222 RECORD M30990 NO. STR-899 CRY PRU,Ci / =13096 otr--Jan 23, 2013 - Balla. User: bJ IF3.11paxlnes 2V-rk3-PL-OULFPLLas9 24 24 24 24 24 24 24 24 25 25 25 26 116 27 28 mg 29 29 24 0.424 6.85 24 49.90 0.444 6.85 24 53.32 0.462 6.85 24 53.98 0.480 6.85 24 55.77 0.532 6.85 59.77 0.568 6.85 63.45 67.46 0.632 0.668 6.96 6.96 25 80.67 0.730 2.07 25 65.05 0.768 2.07 92.15 0.864 8.07 FS 25 A5 25 fi• 96.54 139.04 144.47 156.93 196.27 0.902 0.962 1.000 1.136 1.234 8.07 0.13 6.41 8.57 6• 230.13 1.430 9.52 26 283.41 1.592 9.74 ,t 7 ! at TABLE OF DIMENSIONS & REINFORCING STEEL (Wings for One Structure Eno) Dimensions Vo 1.1e Rein orc•ng Bars JI Bo s J2 Tr® st ea 10. NIUE Spa spa 348.72 1.804 10.02 ne. fi• 432.94 2.046 10.30 27 489.52 2.302 11.24 505.72 2.448 11.47 Extend Bars G 0 MINN nm •mgi. 1PT liCik 111111 IIi H NH NH Hm %BMW =a amm saisimight mama 0 M2 PARTIAL ELEVATION - PW -I 12. Conkt Jt . J2 SECTION A -A g Wing Rein, Et 111-1Mr 4 , SECTION B -B Mflawing Wing Reinfi TAB E OF WINGWALL REINFORCING (2tWings. Bar size Spa 26 26 24 24 26 24 24 24 TABLE 0 TOENALL REINFORCING Bar S ze Ho BARS J. Spa less BARS D. BARS J2 -Field Bend 00 00001. oO ...NEMO E.-. BARS J3 '-0. Extend Bars ITyp OEN 11111111 111 rn En= mi WING DIMENSION CALCULATIONS. Formulas: (Al I values are M Feet: Ltw :°[-IF(rISI"-(117 7/In"-g Cosine 0 Ltw r:TZ'7;1 N777:, - ,x.x,,, x Cosine 0 Tot 1 WI:low:ill Area (Two Wings - SF: s. 121(HwIlLw: for Ty PW -1 . 121(Hwl(Livl - 6 SF for Ty PW -2 cud Hw , 4' . 121(HwIlLwl - 1.5 SF far Ty 1.0-2 and Hww 4. BARS SIIIMEMIIIMEMMEM 0 Js PARTIAL ELEVATION - PW -2 SL:1 UZ:roIT7,;,r2=. snrannII. 0 Culvert Skew e.,0.?p,.:;1.cable box culvert standard far S, B. T 01 DI UMW Win all Ce Wingwall SECT ION C -C 1 WIngwal SECTION C -C WA% 6Tr:1 T. af Slope PLAN DETAILS FOR NON -SKEWED BOX CULVERTS 09 Toe of Slope DETAILS FOR SKEWED BOX CULVERTS 6r: givert Skew PLAN (Shaving 30 Skew, 0 0000 00910 • O. 0 At discharge end. chamfer may be Y1... ® For 15. Skew - 1. For 45. Skew - 3. 0 aucntities shown ore for tym Type IM-1.vings.. :Igiri°77sT=7,•Mt%rf71.;,"',7%.T, ZIGW:::Ta:!:=IgtrIgtMCIIIVvrght of Dices D. ®01.0010: 9090flOI :Tt,; g'0,-,°;.01Vg;1!0". Extend Bars E2 I • -6minimun int0 the WingWal I footing. Lap Bare MI 11-61 minimum with Bars M2. ® 2pQa? vzg =..rvL wing. 0 O. min to 5-0. max. Estimated Curb heightS Ore shown eissmOnere in the plane. For StruCtureS 1grl'er11111V19'10';',.':;4:V;CPS:=-aff'For structures with TO bridge rail, refer to 76 -CM ggirr:rgqn:TO,'=ur:r4EIZOLT "". 0 rztvehic le. safety, the following requirements grade. - For structures with bridge rail, bulldog:0e flush with finished gra.. =Tr:PI:Meg,' WO 2,=1,7b:11:"7, 0 1..-0:ft001001.e,2'0"rt00I010I:0*004AC standard GENERAL NOTES: Designed in accordance with AASMO LRFO Bridge DeMinlaTIC9lOncrete Ws • 3600 psi MMI ViP'agTergr=er' to re: arc. 't re= :rnvitgervh:OT:nG:c1Vilf:IlinricF'gn directed by the Engineer .See pCS Sheet.far winging!! type arid additiOnal d'TITZ:tMeWn:O=r-Mte and reinfarcin steel shL: DESIGNER NOTES: seTN:a7t'r,MITq Y:lofg; MOtImi:=Inr:F'2edo7iTt Cane0MY be LIS. For applicatiOnSnwithamt t d to the wingwal , Ammr4-' /Mass OsrprOnent of nansportsdarr CONCRETE WINGWALLS WITH PARALLEL WINGS FOR BOX CULVERTS TYPES PW -1 AND PW -2 PW 01.001 000091 2010 CONSULTAMWS SHEET 00. MI PROJECT: COR16150 E1-1 * 0- 300* o 3 11.0 g 2 a 0 s 0< 001 CONCRETE HEADWALL DETALS 00000 82 of 222 WORD OWNS WI STR-899 C. PROJECT E13096 oar_ Jan 27, - 13,2on neon b.j N,FarranIngsVNICO-Or-HEALNALLalwp OTYP. BOX CULVERT CURB EXTENSION DETAIL CORNER OPTION "A CORNER OPTION e FILL HEIGHT 2 FT AND GREATER r = 0 WINGWALL CONNECTION SULE: PPP N SECTIONA-A `r°DwT R�wFDORc°E�nErv1�i OPRECAST REINFORCED CONCRETE BOX (R.C.B.) BOX DATA FOR FILL HEIGHT MORE THAN 2 FT. SECTION DIMENSIONS trent ' REINFORCING w i.ti C) .e O Weight Ha, hi hx hT h. hs 6 38 0.62 0616 0616 O. par Pear 'ant= GENERAL NOTES: net enown J� BARSK -#4 f��tn t- i�-sjt 0 MULTIPLE UNIT PLACEMENT BARS V (#5) Spaced at 161 MOK OPTIONAL BARS L (#5) CO BARS L (#5) OO BARS U (#4) "EYED NOTES • ;77,ZTON1 TO THE CULVERT TOP • APPSTLEPAP NEC= To CLEAR OBSTRUCTORS ecLsswr TO uvurnN 0,962. e T ueltasN Luv. 4`1 OSECTION SECTION THRU CURB KEYED 6131.5 O FLS INc nwU O aPe:F.Lsl< Na sc i,",, io DputsoR = Len . !PCP., Q 7201r9SE BE ONSULTANTS SHEET No. MI PROJECT: CORI.50 HEADWALL MISCELLANEOUS DETAILS SBEET 83 of 222 WORD M30990 No. STR-899 010 PMU£Ci j =13096 2017 - e.93o7 User: dm Jan 27. 2plr - saso, User: 91 ria. E 14 q o ti m mag l 0 CONSULT/9n SHEET No. MI PROJECT: LOR16150 n i +e M, a€ �-'; iA� �B: Cdf �rrte 0° 6 nr {—EM o1 Fail /Or Payment tO-P Max has Spacing® as h— Fxpelomrorselare Fare or oo usualtb Max Post SpxdnP o e as repo K. °x u a° Cal.amtt a vu,relaT— rt• p xax o 0 I f 0111 W I o^ MI In I I� ka= TYr at64Y Ergs �- PI.ssY xX-a Yd pi�a� Min • CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services AT ABUTMENTS AT SHOP SPLICE AT ENDS OF UNIT AT SLAB CONST JOINT AT SPLICE JOINT '^ E age m soh o. g a I ROADWAY ELEVATION OF RAIL CONSTRUCTION NOTES: a .p nSv: Srei a irk Face of rail a. .5. Mu. be vertical ato approved. Posts must be i: g a 4P zhd 1vr 4P;te OO tVW adway grade. Use Type han XS, exs.w'se #, IhilJrLISwteat u� s00 ae z?ooP de <3 k �. - ------ Nd o N ; wemfiers s must tr�1 al;e�ee:.; e_ "Arlt rail and F6=rail I w, to approximately I5d by grin g. . ..cmN _ BOTTOM PLATE DETAIL o; les 4 AAs F for Pasts , ......................•...... �. v/ a . rroafi Ns.ly zvr r MATERIAL NOTES: Fli o Provide Pm led raps �.tesr zs3 Grade a for 3E. rxaxl net o washers) - 1 vd 1 yr rrrPJ r lug I or welded lug v° aadl Poe.. o'sg 4 r Ara of nail p To z yr GM : as al components otherwise shown a �s-`setlseIfP° Dia ASTM ,uoz Grade a eoxs cue . 6 three rods with one tack d hex Me aMnl moods AT SPLICE OR EXP S SECTION A-AwaSher eaCh YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) PEDESTRIAN RAIL DETAILS r n IJ .PI .,tThreaded own[, in ys must 5, minimum di a con olled threads. wit © BASE PLATE DETAIL HSS SPLICE DETAIL - ------------ L - GENERAL NOTES, Aa Zrannlac ' rve l r f�ttH55tRrp1 1 1 wn r f r u te o m1.ore onwnwa JdPo not use his rainng en bridges with details elsewhere as o these require.sTtro;:tVe'croiT=s ko 3 w hi. fvfP xsoxta<Yrl _ ©0 showing section ne DI tedl s Max II tn.noowns are omit a. aerage weight of railing ,s 36 Plf. g a a annwr - RAIL CAP DETAIL ©IP Min I rr s0 one an ed re xa �a^e's a xlonl.,1T owe ma; o ' N:I• n r Alof sA' UX. anZ g g nna smoore. ©xs aft crane ny,wx.nel ttiwmN� aamnaa,e ..�. _-_ Int 1 ti Oxs sa.soos xeo.al6we. '.1 �� Oxss,9ooxo,as OfiMssT.xsx6z6a PEDESTRIAN RAIL ,Pa m k >~ vexasr !!!70 m CfP RETAINING WALL SLABS OVER B. THICK DI.� nI nog. a w SHEET 84 of 222 Rrc0R0 0GNNE N0 STR-899 POST MOUNTING DETAILS an .o,.,. .A n" GIN PRAM /E1.5096 dm Jan 27. 2plr - saso, User: 91 ria. (SEE ROTE I) 7,„FaTa. g Vi.P/4r2. IMMERM .11 "1111111111111,: 07."MggLsglgoRron'Alg'',7 g117.1grS0871'1"..1.1." \\1 71r: gttenNIV"" RACK TO RACK OF CURD (SEE NOTE I) 0 TYPICAL 6" CURB DETAIL CURS NOTFS EFLEA'TStCEFFr.rUF;Ei". VEArTr XETTL T,'IJR7%11.1147110/0".C7(WX11L)•" :TliSFTrA;r11. INeTrLUTtHTE O. Eii17:21.N17 LONG SAWED JOINT UNDSCAPEO MEDIAN BACK TO BACK OF CURB TITgEonterg7` EFAFZ 4rel mzior— (SEE NOTE I) (SEE NOTE 1) -rgvIZ`11"0.41e (SEE NOTE I) rgr 721-IPET ''Z'acrsTearaircTorr=D =T-Z=c-reTZLE 'AsLrED =0.41.2.,=eagarrnIx TYP. CONTINUOUSLY REINFORCED MIngsLerft:Er +"` CONCRETE PAVEMENT SECTION GENFRA! NOTFS rgFErfO'SM trFOTMET=ACITZTV7JELS ) ,zro;Lzrz;z2- --x,mr:fnrwnruro. NN- NN - REPAIR (SEE PLANS) ...EST.' FLEXIBLE t 7117t,zial,TA,7,7/ - Ifoc,77.-2A,Nrovres.cra.- 0-InP,AZE&',,°,49 *" F. was a 24. 0.C. TYPE 1 ASPHALT PAVEMENT REPAIR SECTION NM.. (PIPE D) FFE17764 TEN'TOP T'O'F-ZO=C:I=ODE7ECT' (IY'l.RP.S4RrjhD'E'172rnOMFIRE:EL t'S;016 ro-a°2.Pnva tax') 12.2."7FT,..EgLsg"1=g0FTgr.27 1.14Zag,1..7reg".g.g +" °F PROP 3. HMACP (TYPE 0) ,TACK COAT R PAIR (SEE PUNS) CRUSHED LIMESTONE FLEXIBLE =ER= TIVEST'ANPARO ,TEFaialpur.) / waw.u.p....ART4s0D- atsora,v1,9„0 " ;VITA ZEE \-it• 20' 0.C. TYPE 2 ASPHALT PAVEMENT REPAIR SECTION TO VIRHIN +1% OF OPTINIAI MOISTURE 1,2,-,Frg111,02=e0=° g171;g1=-..",r11Zr0 +"" 1' (SIDE STREETS) CONSULTANT'S SHEET W. MI PROJECT: C01316150 o g X o 0< 0 L6DLJZ 11 0>0 <2)E 8 SHEET 85 of 222 30(000 DRAM No. ST R —899 CM' PROJECT j E13096 Be Reay x,z o,z O.C. mlc2.0 ns SNONN nO sl\ 22 BARS cart. 1' RADIUS CONSTRUCOON JOINT ...—CONG. PAVEMENT SECTION EPDXY ec9°:To Bx' TIB° nT CONC. PAVEMENT Is POURED) TYPICAL 6" CURB DETAIL NOT TO SCALE VARIES - ASPHALT 6- CURB NOTES; Z=irrSIDEWALK ex0C (2 CONCRETE a veuMT. axo Esu, NOT EXCEED OW c. (w� SPACIUN °:;..7 1/S' Z aw ,/z' Oem suuL 'OME°N.T°NAT'NTHe BE SEALED VOTH JOINT SEALANT. 2.-crM1N° fSINe.az.T—° PAVEMENT REPAIR SEE PUNS FINISHED ASPHALT PAVEMIMT 22 EARS a 04 0.c. BOII. \ 12 CONCRETE TO ASPHALT PAVEMENT SECTION TIE-IN DETAIL NOT TO SGLE SAWED LONGITUDINAL JOINT LONGITUDINAL OR TRANSVERSE CONSTRUCTION JOINT TRANSVERSE SAWED CONTRACTION JO/NT EXPANSION JOINT JO/NT SEALANT COMPOUND NOT TO SGLE GENERAL NOTE% L LOGTION OF JOINTS SHALL BE AS SHOWN ELSEWHERE IN THE DRAWN.. BE USED. 900 CONSULTANTS SHEET No. MI P.., COR16150 SHEET 86 of 222 RECORD MOM N0. STR-899 CRY PMUEC1 i =13096 E K 6 ° o = . _ a e= o CONSULRMS 51E0 No. MI PROJECT. COR14150 . ` If M°1 dry; Ep'" f'1 .E� F GENERAL NOTES TRAVEL LANE TRAVEL LANE I. DETAILS FOR PAVEMENT WIDTH, PAVEMENT THICKNESS AND THE CROWNo•~ 6§ TABLE NO. 1 LONGITUDINAL STEEL OR SHOULDER TRAVEL LANE TRAVEL LANE OR SHOULDER CROSS -SLOPE SHALL BE SHOWN ELSEWHERE THE PLANS. PAVEMENTS TUDINAAL JOINT ARE WIDER THAN 100 FT. WITHOUT A FREE LONGITUDINAL NOT COVERED BY THIS STANDARD. FIRST ADDITIONAL STEEL r 6"v fiO ' SLAB THICKNESS AND BAR SIZE REGULAR STEEL BARS SPACING AT EDGE OR JOINT BARS AT RANSVERSE CONSTRU TION JOINT (SECTION X -X) Z Z LONGITUDI A Y Y i� LON ITUDINAL TO EAGGREGATES COARSE R OFTHERMAL ExPArvS10rv(CTEINOTCNMORETHarvEWCOEFFICIENT 55 x OITH A [x/Iw/°F 3 ALL THE REINFORCING STEEL AND TIE BARS SHALL BE DEFORMED W N Ili '-•' WV ' WV �7 .- SA N_ =e „ 6LL h� e T (IN.) BAR SIZE SPACING (IN.) SPACING a (IN.) SPACING 2 x c (IN.) LENGTH L (IN.1 CONTRACTION JOINT ,.�■■II..1111,, CONSTRUCTION JOINT STEEL BARS CONFORMING TO ASTM A 615 (GRADE 60) OR ASTM A 996 (GRADE 60) OR ABOVE. STEEL BAR SIZES AND SPACINGS SHALL CONFORM TO TABLE No.1 AND TABLE NO.2. 0 ].0 x5 6.5 3 TO 4 13 50 TRANSVERSE CONSTRUCTION I'�..II.. ..I1.. �'��� 4. WHEN LOW CTE CONCRETE (NOT MORE THAN 4.0 X 106IN/IN/°F) IS $i E].5 a5 6.0 3 TO 4 12 50 JOINT X /• ADDITIONAL STEEL BARS PRODUCED. TABLE NO. to MAY BE USED FOR LONGITUDINAL )NAL STEEL as APPROVED BY THE ENGINEER. gX r@ I B.D I18 x6 9.0 3 TO 4 50 I I■11■111111■11■II■1 5. STEEL BAR PLACEMENT TOLERANCE SHALL BE •/- 1 IN. HORIZONTALLY €a `o 8.5 a6 8.5 3 TO q 1] 50 x I.Ii.IIIIII.II.II.I CD CRET 0.5 IN. MVERTICALLY. AVERAGE BAR SPACING ALL LONGITUDINAL BARS) SH kp03«3 9.0 x6 8.0 3 TO 4 16 50 ..I1.. LONGITUDINAL CONFORM TO TABLE NO.1 OR TABLE NO.IA, yRb 9.5 x6 T.5 3 TO 4 IS 50 1■� 1�•"•••' IIII..II..IIIII� STEEL HANCALCULATED B PAVEMENT WIDTHS OF MORE T 15 FT. SHALL HAVE A LONGITUDINAL C X 10.0 a6 T.0 3 TO 4 1q 50 II 1.11.. E I■�II ..II.. , ���"�' JOINT (SECTION Z -Z OR SECTION Y -Y). THESE JOINTS SHALL BE LOCATED WITHIN 6 IN. OF THE LANE LINE UNLESS THE JOINT CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services FI 10.5 x6 6. ]5 3 TO 4 13.5 50�•"•• ••II•� LOCATION IS SHOWN ELSEWHERE ON THE PLANS. 9S `o 11.0 a6 6.5 3 TO 4 13 50 III ��.".. I..II..II 1111.II..1"'' ..I1.� TRANSVERSE STEEL ). THE SAW CUT DEPTH FOR THE LONGITUDINAL CONTRACTION JOINT (SECTION Z -Z) SHALL BE ONE THIRD OF THE SLAB THICKNESS (T/3). 8P g�` 11.5 x6 6.25 3 TO 4 12.5 50 �. 0_.".0 Q.I�.ia 8. WHEN TYING CONCRETE GUTTER AT 'A LONGITUDINAL JOINT, THE TIE e�h 12.0 x6 6.0 3 TO 4 12 50 III 111111.1211 III..II..IIII� BAR LENGTH OR POSITION MAY BE ADJUSTED. PROVIDE 3 IN. OF BAR COVER FROM ONE BACK OF GUSTED TO THE END OF TIF BAR. FF 12.5 a6 5.i5 3 TO 4 11.5 50 ..II..II 9. REPLACE MISSING OR DAMAGED TIE BARS WITHOUT ADDITIONAL COMPENSATION BY DRILLING MIN.10 IN. DEEP AND GROUTING TIE p: So 13.0 a6 5.5 3 TO 4 11 50 �..".. `.-�� I'� iiii1i ..11.. W��I��L1 �", BARS WITH TYPE 111, CLASS C EPDXY. MEET THE PULL-OUT TEST REQUIREMENTS IN ITEM 361. ` rg P/2H -1 a TIE BARS TABLE NO.2 TRANSVERSE STEEL AND TIE BARS E 1 OLE BAR ��72 TIE Bags B 10. OMIT TIE BARS LOCATED WITHIN I6 IN. OF THE TRANSVERSE CONSTRUCTION JOINTS (SECTION x- USE HAND -OPERATED IM«ERslon VIBRATORS TO CONSOLIDATE THE CONCRETE ADJACENT TO ALL FORMED 'f 'e io SLAB THICKNESS (IN J TRANSVERSE STEEL TIE BARS AT LONGITUDINAL CONTRACTION JOINT (SECTION 2-2) TIE BARS AT LONGITUDINAL CONSTRUCTION JOINT (SECTION 0-0) PAVEMENT SHOULDER L LONGITUDINAL OR CONTRACTION JOINT LONGITUDINAL EDGE CONSTRUCTION JOINT PAVEMENT OR SHOULDER EDGE JOINTS. II. LONGITUDINAL REINFORCING STEEL SPLICES SHALL BE A MINIMUM OF 5 IN. STAGGER T E LAP LOCATIONS O NO mo THAN /3 YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) CONTINUOUSLY REINFORCED CONCRETE PAVEMENT CRCP(1)-13 BAR SIZE SPACING SPACING BAR SIZE SPACING ()CIN BAR SIZE SPACING IICIN N OF THE LONGITUDINAL STEEL IS SPLICED IN ANY GIVEN 12 -FT. WIDTH TYPICAL PAVEMENT LAYOUT AND 2 -FT. LENGTH OF THE PAVEMENT. 7.0 - 7.5 05 48 a5 48 45 24 S SHOWN ON STANDARD PLAN VIEW (NOT TO SCALE) I2. THE DETAIL FOR THE JOINT SECTIT PNP RESERVOIR VETT SHEET 'CONCRETE PAVEMENT SECTIONS ANO DETN LS SHEET !31 18.0 - 13.0 a5 48 86 48 86 24 so FOINGM BAR • FOR +M eaR az FOR •s BaR L 50 °I sDD IT1aNu zs^ FOR •4 Rax TCCL ARs TI BARS MAY BE LONGAMINAL L L JOINT zI Fan •5 °AR E PLANE AS Iii^ eat BARS TRANSVERSE BARS FOR +s SHEET 1 OF 2 ,TayAG.WaWWxxM E BARS 11 CONTINUOUSLY REINFORCED c c a. c c 1 1 1 LONGITUDINAL BARSNO SPLICES ALLOWED WITHIN ID FT OF TH NT. LONGITUDINAL BARS TRANSVERSE BARS 0 0 O�2 ° NSVERSE BARS SINGLE PIECE TIE BARS SHOULD BE IN SAME PLANE . TRANSVERSE BARS FOR ].O IN. TO 9.5 IN. SLABS. MAY E Pu[ TRANSVERSE CONSTRUCTION JOINT LONGITUDINAL CONSTRUCTION JOINT 6. CONCRETE PAVEMENT ONE LAYER STEEL BAR PLACEMENT T - 7 to 13 INCHES LONG I )NAL BARS FOR 10.0 IN. E0 LAE IN. SLABS. SECTION X - X SECTION Y - Y LONGITUDINAL CONTRACTION JOINT CRCP (1) - 1 3_ SECTION Z - Z I. I„„, SNEE! 87 WI 222 WORD DRAM No. STR-899 .. o,,. m n. "" oLL a h.m 1F4YF WY PRAM ! E13096 Mc Jan 27, aniT - (1° gW' G 0 a 6 a 3 _ w _- °B� _ o CONSULTANTS SHEET No. MI PROJECT: COR14150 ••€ W`f?� ''„ 2w ' ' M''. i! Ifl:� "� pp CAST-IN-PLACE TABLE NO. IA LONG TUDINAL STEEL FOR 10 FT 15 Or corvc eE nn rErvAFFIc S LOW CTE CONCRETE AS APPROVED BY THE ENGINEER SAWED corvr9ac - °3G eby SLAB THICKNESS AND BAR SIZE REGULAR STEEL BARS FIRST SPACING AT EDGE ADDITIONAL STEEL BARS AT TRANSVERSE CONSTRUCTION JOINT Tw. ERE OF 30 LB JOINTS EEE CONCRETE BARR-TANDARO EXPANSION JOINT T/3 SA DEPTH PREFORM . LITLM INDUS OR LL TIEHBBARSE D N LSO CONTINUOUS EE NOTE 12) IBEBE S €�O T' MAY PIECE OF C• TE TRAFFIC 4jm Yr`ai T BAR SPACING OR JOINT SPACING (SECTION SPACING %-%I LENGTH ° ° �CMENT° E E 510E OF JOINT. BARRIER E JOINT. THE SAME 111 rill . rvw Uyl , I1 " go^E'e '^6` ee „: (IN.) SIZE IIN.1 TIN.) (IN.1 (IN.) \ T\' Y-£ 7.0 x5 7.5 3 TO 4 15 Sp ° �� C $ 7.5 x5 ].0 14 ° . . //�� ��%/. ��I ��i/��������f// �� ��������, P*Y6MENT L 3 ,i• 8.0 x6 10.0 3 TO 4 3 TO 4 20 50 50 BRIDGE APPROACH ° SLAB• T IAIPREGNA ASPHALT HMAC IUNDE' ENTI FREE LONGITUDINAL CONFORMING - STM 0 994. $ F°€ 8.5 a6 9.5 3 TO 4 19 50 •TWO LAYERSIJOINT a 30 LB ROOFING F� LOCATION OF WITHOUT (INT BA SI BE 11; 9.0 66 9.0 3 TO 4 18 50 AS DIRECTED THE ENGINEER, ga• 9.5 x6 8.5 3 TO 4 17 50 TRANSVERSE EXPANSION JOINT DETAIL 6'g� 10.0 116 8.0 3 To 4 16 50 FREE LONGITUDINAL JOINT DETAIL AT BRIDGE APPROACH CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services 10.5 *6 7.5 3 TO 4 15 50 11.0 x6 7.0 3 TO 4 14 50 SSB 6.]5 13.5 EXISTING CRCP NEW CROP YKE g Kk€ 11.5 46 3 TO 4 50 MIN. 10�1 MIN. 30"EDGE OF CRCP PAVEMENT OR LONGITUDINAL JOINT EXISTING PAVEMENT EDGE PROPOSED PAVEMENT 12.0 12.5 66 x6 6.50 6.25 3 TO 4 3 TO 4 13 12.5 50 50 ° ' ° y CONCRETE CURB TO BE DINT $E$D 6: 13.0 a6 6.0 3 TO 4 12 50 ° ° - TRANSVERSE CONSTRUCTION JOINT REMOVED (IF APPLICABLE a. SEALING MATERIAL c •g$ LONGITUES '/ TIE BARS F°4 Bg TL REINFORCING EEL SPLICES EDGE OF CRCP PAVEMENTMalWd ° ° 99 H OR LONGITUDINAL JOINT --- ° 1" DRILL 6 GROUT WITH 0 25" FOR a6BdR DRILL AND GROUT WITH TYPE 111 CLASS C EPDXY. DEMONSTRATE THAT NGTH OF THE BOND STRENGTH TENT III.CLASS C EPDXY I 21" FOR a5 BAR YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) CONTINUOUSLY REINFORCED CONCRETE PAVEMENT CRCP(1)-13 �- THE MEETS REQUIREMENTS OF PULL-OUTATESTRSPECIFIEDH IN ITEM 361. 1.BEFORE WIDENING WORK, DEMONSTRATE THAT THE BOND STRENGTH OF THE EPDXY GROUTED TIE BARS MEETS THE REOURIMENTS OF PULL-OUT TEST SPECIFIED IN ITEM 361. OPTION At DRILL AND EPDXY 2. SPACE TIE BARS AT 24" SPACING. USE N6 TIE BARS FOR B" D THICKER SLABS. USE 45 TIE BARS FOR LESS THAN B" THICK SLABS. PLAN VIEW 1 NOT TO SLALEI LONGITUDINAL WIDENING JOINT DETAIL EXISTING CRCP NEN cPCF PARTIAL DEPTH SAWCUT 1 18.36. NEW LONGITUDINAL STEEL BARS SHEET 2 OF 2 T -- Ji EXPOSED EXISTING STEEL BARS ,Texas Ospiamne Tien°yM°W°n bs°Ns,W - -- T/2 - �- . JII CONTINUOUSLY REINFORCED T WIDTH BY 2-61 LENGTH STAGGER THE LAP LOCATIONS SO THAT LONGITUDINAL STEEL IS SPLICED IN 0 2-FT. OF THE PAVEMENT. 12-FT WIDTH BY 2-FT LENGTH NO MORE THAN 1/3 OF THE ANr c1VEN 12-FT, '''TN OTHER 'N- IN THIS AREA, E BREAKING OF iNE EXI TING CONCRETE WILL BE 0000*PLISHED BY LICH WEIGHT JACK HAMMERS AS APPROVED BY THE ENGIN ER. OPTION EU BREAKBACK AND LAP CONCRETE PAVEMENT ONE LAYER STEEL BAR PLACEMENT T - 7 to 13 INCHES CRCP (1) - 1 3 LAP ONGME CONFIGURATION MEETING THIS REQUIREMENT WILL BE ALLOWED.�m TRANSVERSE TIE DETAIL w'iry o.IN 56661 88 OI 222 20108] MOMNO. STR-899 JOINT EXAMPLES OF LAP CONFIGURATION ©`„w, """'"` s ,�„ ,, ,,,,,,,, , PLAN VIEW (Nor r0 SCALE, EXISTING CRCP TO NEW CRCP o�n m n. • *. oLL CNY PRAM / E13096 Mc Jan 27, aniT - (1° tELTUE"Arrc2,111,,T1,"`` /-3E WI- • / /2. MORTAR PP, TRANSVERSE MARKING " 200 t3!2 026022000 TYPICAL 6" CURB & GUTTER DETAIL 4" CURB & GUTTER DETAIL TYPE '13HEADER CURB DETAIL 7A-Prr NEW CONS. NOT TO SCALE EXISON6 JOINTcS,LEV, -3/, REDWOOD aPANSION 3,, MRS CONT. MAUL K „IIINAT<E FLOWLINE a OUFIER .‘R L -BARS ;PAT N L L —DRILL PE S. IN En@ GROUT (X) /4 WHEELS 15.. (ma. a. INTO EXIST. GONG) LT/E-/4 — —RUSTIC SLEEV, W/ ENDS CARPED. NOT TO SCALE - PANNO CAP SEAL CREENSTREAK cora Ig,,ZHNIE,ULIA,L„LoTTALL TO CONC. PLACEMENT a,„Fturogor CAP SEAL DETAIL 6" REVERSE CURB & GUTTER DETAIL 352605 meraTio, riAiEYT,:s-E-cFAL CAP SEAL DETAIL NEW CONC. TO NEW CONC. NEW CONC. TO EXIST. CONC. NOT SCALE PAX AS RP -AXING CURB PAY SIOEWALK TOOLED EDGE OP.) PROP. CONC. CURB Lolg *RETAINING CURB SHALL END WE. A g Erf,Vg T° THE 7-7iEgM,ZDE"`" A M. ,SE er SU,RADE PER N TE 5 NOT TO SCALE t TAW L 1. rg"E ro.w,4E.Flotc NOT TO SCALE TYPE 'A' HEADER CURB DETAIL NOT TO SCALE [, VARIABLE VA). (LEL., MAIER 0,40, 0,03,1 o -Na CONTE REBAR 12. TH../ EXP. JOINT MP DREW. PRINCIPAL !HEINE SLEEVED AV/ ENOS CAPPED. -rt r NO. • @BAR HThEh-LirlitICIIITPEITLICIIII CONTINUOUS (TYPICAL)1(1grNAR rIVOr CONC CURS CURB AND GUTTER TIE-IN DETAIL SIDEWALK RETAINING CURB DETAIL PLAN FOR SIDEWALK 0150000 29 vox PIA, IL PERIM - 3.gr 1.1114. SLOPE OR I.SHUEAEL VARIES •Or'AVADVAIOZETLOCTLEOPEPASI sT'E SURFACE & SIDEWALK SLOPE BEHIND CURB NOT TO SCALE NOT TO SCALE TH 'ATE r0ETOVITELLAT0HtTETEALEZ. (THIS SHEET) rg@Ln T leoPro`2" r INTO EXIST. CONC.) L- EXIST. CONC. SIDEWALK 11,111,11Ek NEW TO EXISTING SIDEWALK TIE-IN DETAIL NOT TO SCALE L Z°ErtI,<B°1'.',IrE PLAN SIDEWALK DRAIN NOT TO SCALE PLAN SECTION A—A 5' VALLEY GUTTER DETAIL .'EE "cTE cETcw Yekaisums_eigm "cg 1-Vtia`V,T1117ETTL ZE,TToRAZIVg" Tg:s7."Ar, ',11,k,?;lrarDH,E7f,-107=`,EZT°H"e' CURB & GUTTER PM HEARER CURB NOTE, 1. ,A,LL C200Ro,ErpkW55Z• 3.000 PE STEEL GRADE 60 ATrgorEGCC=SANG'HIE‘ATER 'CTURVI'A-2100E50.SCHT'ETMA7LEMLAT gliTTETR5=171r 'arollte,TKPEsZloTs DOWELS 3 15. .1,1C ,ACED AS INDICATED . ME NO. • DOWEL ZILE 2 zrETz9:1-70E--„,:um 9 TE's EHD 4 wiERE NEw CDR@ & Co-FEER OR HEADER @AB JOINS ,SENG CARO @ GUTTER. TRANSITION THE UST I@ GE THE NEW TO MATCH ME OLD IN SHAPE. HA/i/HrEHRH.-°Y.138'ELVGILIV-@% TPLECPTENZIfHSPHM&TE,T" ROVER DPP., PER LOADING DESIGN CONDITIONS REFER TO WZraTwrglE30 60 E,TZ7170 =2 Z1°4& T,"ALTTV:D.,T=EnE. rE7HEDNE:ETIng OP' CEUTArTE"T 6. TYPICAL CURB k DETPL IS CI. STANCARD AND SHALL GE : fIT-Era FIAT:4 2LI'ZIANTiFFZ Zr.IIITN;.°R1l*EltssIENIIDTTOCITAELAIWAtEcT s° ETTECE=EPLET004°EEHCITrKME 'AEC'ETOTZTTONu=. FROM ME To. DERARTMENE OF LICENSING AND REGULAEON (MLR). gfcKTKHRKPo'6.1U,T7 YH2f,51'j'Eno,,, 40 POLICY AND 6,NDARDS DIVISION. ARCHITECIRRAL BARRIERS SECTION, 000050003/3/832002000220000 0 T-V%22,,0„10# rs *-Efttiv„pr,HET,z / COUNTERSUNK KWIK BOLT 0 9. o.c. V41-704T.TDITAI(gTKATT@IEEsA.R`H'"'"T 8. LEAST I. OF THE AR, BEHIND ME CURS SHALL BE GACKFILLED rcoorztg,"4,rtEtrc,F,g2^12 2g,„—Az wax, — _4. NO UT, THAN 48 HOURS.OF REAM, OF FOR. (OR SOONER IN 5 oIr0 oNNE0 I_ZIvE000 TEATHER) tlEORDER TO PROTECT THE BIRICELBLEARIES: ALL EXPANSION JOINTS TO BE 3/, RE09000 PIPAA@ION BOAR°. UNLESS OTHERWISE NOTED. 3. ALL CON,ETE CL@S •GE @COO psi. ,L STEEL. GRADE 60. ly = 60,00 WE 3. CONCRETE TO RECEIVE BROOM FINISH. SECTION B -B 4, 321900650 9090520009 VOW@ */600200 BY 1/2. DEEP SHALL THE F THE SIDEWAU. NOT TO SCALE Ps. GONSULTAWS SHEET No. MI P.., COR16150 (00 0(01 '6 000 z 2 001 c'El" 0< w o o o 01 Lel r 00 01 WET 89 of 222 ITCYRD DRAM No. STR —899 COV PROVECT (13096 Hte: 38H 27, 21117 - 8,5160 UsaEXJ Flo NAIENDE,IngzACHCO STO Cd.6-WALX.,/, Il'ar2;2=1;22t,.. E°:ITePoia`.47° 8' SIDEWALK DETAIL L E , •10PVIPLIK NOTP•r I. 080.1211.207.4 BE 3, THICK REDWOOD. ;22;2FEITV=`Voa,'W.°°' ''.'` '"`• CONCRETE TO RECEIVE MOON FINISH. • Or=17f INTERVALS (MAXIMUM). 00 (i'02;7202:;8/08) ASPHALT PAVEMENT SECTION AT NEW CURB AND GUTTER (-1) ENLARGEMENT PLAN 0 STA. 55+61 AND 55+99 [5505: 9. EOM,' MME 0 SURFACE COURSE 200'c0:E08,r480) K -PRIME -COAT (015000/01= PROP. , CRUSHED MAESTME FLEXIBLE 80800050000000l-2( 002010000 (ACTM DI557) TO WITHIN LBW OF Tr,rF:0T[0200001.11, TENSOR TX -5 CMG. OF Eiriciuognu. PROP. ASPHALT PAVEMENT SECTION SCALE: NILS FC'ONTO %CP= XPH7ALTZ71 rIMOCES'' _KS APA EXIST. CONC. PROP. r HMO' 055E =ROTOWTXTEPOTSTM TO R 3' CRUSHED LIMESTONE TENSAR TP -S GEOGRID OP OfarOMTIE OF.LACS:' COMPACTED COMRADE) PROP. TO EXISTING ASPHALT 0 PAVEMENT TIE-IN DETAIL 93 0/90,1210 00000 • IV 0.C. ENBEDED 3' MIN. THK. CONCRETE WALK CC"' 1,20.521 M CUM C) SECTION LTWA21.• I EXIST. CONC. 3/.. EXPANSION JOINT L W/#0.12. LW DOWELS • 10FegilaAEOBE.2"r' TTIM4' -TEIr 0 CONCRETE STEP DETAIL SMLE: NWS 0/82101100 2 2 000 Ps. CONSULTAAIPS SHEET NO. MI PROJECT: C01316150 00 001 0(1= Cr Ld § ca 0a00 z 2 a 0< MISCELLANEOUS DETAILS SHEET 90 a 222 930000 DRAM No. STR-899 an PROJECT E13096 Wm Jan 27, 21117 - 8,5MB User A( Flo NALFArrunInszVENISC-DT-NISCLOMsks YORKTOWN BLVD ..... 2 PROP M CURB PPOP M KM MIMMK RC w LINE . BUCKINGHAM raTEENS9IrE' UFT STATION (-1) ENLARGEMENT PLAN 0 STA. 55+61 AND 55+99 [5505: 9. EOM,' MME 0 SURFACE COURSE 200'c0:E08,r480) K -PRIME -COAT (015000/01= PROP. , CRUSHED MAESTME FLEXIBLE 80800050000000l-2( 002010000 (ACTM DI557) TO WITHIN LBW OF Tr,rF:0T[0200001.11, TENSOR TX -5 CMG. OF Eiriciuognu. PROP. ASPHALT PAVEMENT SECTION SCALE: NILS FC'ONTO %CP= XPH7ALTZ71 rIMOCES'' _KS APA EXIST. CONC. PROP. r HMO' 055E =ROTOWTXTEPOTSTM TO R 3' CRUSHED LIMESTONE TENSAR TP -S GEOGRID OP OfarOMTIE OF.LACS:' COMPACTED COMRADE) PROP. TO EXISTING ASPHALT 0 PAVEMENT TIE-IN DETAIL 93 0/90,1210 00000 • IV 0.C. ENBEDED 3' MIN. THK. CONCRETE WALK CC"' 1,20.521 M CUM C) SECTION LTWA21.• I EXIST. CONC. 3/.. EXPANSION JOINT L W/#0.12. LW DOWELS • 10FegilaAEOBE.2"r' TTIM4' -TEIr 0 CONCRETE STEP DETAIL SMLE: NWS 0/82101100 2 2 000 Ps. CONSULTAAIPS SHEET NO. MI PROJECT: C01316150 00 001 0(1= Cr Ld § ca 0a00 z 2 a 0< MISCELLANEOUS DETAILS SHEET 90 a 222 930000 DRAM No. STR-899 an PROJECT E13096 Wm Jan 27, 21117 - 8,5MB User A( Flo NALFArrunInszVENISC-DT-NISCLOMsks 2-orkt2E.meR TYPICAL COLORED CONCRETE MEDIAN i*%7111:iFIEEL 111=111E11 11 I 11 I 11 I 11 I 11 I 1E1 I I—I 0 SECTION AT ASPHALT PAVEMENT 2. WOE - NOW P 0 CONCRETE MOW STRIP DETAIL 89 4=1E6. ITAVAIEV CURB EMI tiriatirk -111111.= - - -,1411111 11,111,111111111111111,111,111=1 TZT MC:a% DEW, CrBPU o SECTION AT CONCRETE PAVEMENT CONSULT/00S SHEET No. FNI PROJECT: COR14150 1:t 00) uJ 5 1 ) 0 0 0 1 9 0 c t c, ,c2 CONCRETE MEDAN DETAILS 0890) 91 of 222 WORD DRAM NO. STR-899 ON PROJECT / E13096 1 P.C. STA D+27.22 LIMITS OF CONCRETE PAVEMENT (MATCH EX.. OM.) jJ m P.C, STA D+36,02 _S61 16 11.13, YORKTOWII BLVD. 1°Z.a,1 • ' STA 3+03.24 PROP. CONC. MEDIAN PROP. D. OURS 7U4. P.C. STA 4+3,2 PA-. STA 3-34.11.5 PROP. CONC. MEDIAN (8.0. RT) 0 P.T. STA 4+.i7.92 't P,C. STA 3+27.09 PROP. B. CURB YORNTOWN BLVD , STA 4+39 53 REM Alma • or • EVERHART RD. — STREET INTERSECTION PLAN 0 20' ao• SCALE. 1 -20 J .11F14111. LT, ASPHALT PAVEMENT REP. (TYPE 1) REFER TO SHEET 05 ASPHI, PAVEMENT REP. (TYPE 2) REFER TO SHEET SS PROP. B. SIDEWALK PROP, 8' SODA. DALLAS ST. — STREET INTERSECTION PLAN 0 20' no• SCALE( 1,20' EMS _ 2Esi STA 25+15.05 '2 PROP. CONC MEDIAN -1 PM% 12971 - PROP. S. CURS P.C. STA 25+27.87 P.I. STA 5+73.03 (OV ) P. B. CURB PROP S. SIDEWALK „ Y & E P 8. SIDEWALK SOM P.I. STA 26+131.22 STA 211 07 83 pApp. 8. AHAB (380. LI YOR/170161/ BL{92 P. CURB PROP. BASEL.] PM, es CURB YORATONAV BLVD. P., STA 26+19.80 e.o. n-0 PROP. e. CORO 411111=== JP. u 4 Ff:REPAVE''' BOSTON AND LIPES — STREET INTERSECTION PLAN 0 20' 40' CONSULTANT'S SHEET IN. PROJEC0 CO1414150 0- Ld ±11 3 o N g 2 o0< STREET INTERSECTION PLANS SHEET 92 of 222 rerCORD SRAM Ha STR-899 01? PROVECT E13096 ate, Jan 27, 2017 - WSBon User S.j 411,114.0.1400HCV-.33-PLEINTERSECTION.013 Z /PROP P. CURE PP)O 0A0 ME900.8400. 32+00 33+00 pR0p. o0R0 34+00 YORKSHIRE DR. — STREET INTERSECTION PLAN 0 20' 40' LEGO& PROP. ASPHALT PAVEMENT SECPON REFER TO SHE, 90 ASPHALT PAVEMENT REPAR (PO, 2, REFER TO SHEET 85 STAPLES ST. AND YORKTOWN BLVD. STREET INTERSECTION PLAN 0 20' 40' SCALE: 1 =20 CONSULTANT'S SHEET No. MI PROJECT: CORI 6 I SO STREET INTERSECTION PLANS SHEET 93 of 222 WOAD MOM NO STR-899 CRY PROTECT / E13096 ote, Jan 27, 2017 - 8,5,5so User 5J Fla NAIPNrrunInovHOV,53-PL-INTERSECTIONNIDAvo raNICTLN. lo SG VD. Li)CURB RAMP — TYPE A 1== SCALE 1"=5' YORKTOWN BLVD. 0 CURB RAMP — TYPE B 0 5' 10' --1=L:ITHINGS =POSH= SIDE SURFACE YORATONNBLN2 425r: kr5:10,55 :65491:50SITE SIPE ,'"TEZ'E'L".r""`"'F"' PAO MIK CNPH A 11 -1- rgr6APA,"' A A SpCURB RAMP 7 TYPE C 0, 5 10 SCALE: 1 =5 CDCURB RAMP — TYPE D SCALE: 1 =5 0 CURB RAMP — TYPE E SCALE: 1 =5 CONSULTANT'S SHEET No. MI PROJECT: COR.150 01 0(0 LO 1i1-1 L-1 o g 2 a 0< CURB RAMP DETAILS SHEET 94 of 222 ITCORD DRAM No. STR-899 GO? P530001! =13096 ote: Jan ST, 2017 - 9,01sH Use, kJ HAIEHDrAnIng5LOV-TK3-0T-RAHAolrg NEN 5' CONC. NEW CONC. UNDINO (SEE PUNS) „ Lop oF SOB., OR 70Z: ?TPVUL =44'0 'V'T trAradAlr` SECTION 174PeK,I211-, CIF USG. (SEE PTME) SIDETVAU VARIES - SEE PUNS TOP OF SIDEWALK KIRE ETTOENr Ss, BA °A7crrg X'AT" CURB SEVOND PROP. ASPHALT PAVE'' IMMeialite"Nrsirm'''.911r ;',,,VaiS2g727 (1)SECTION SCALE NTS -E7r.i?7:42" CI) SECTION tiffE: FOR CU. RANP GENERAL NOTES AND APPITIONtlEsEAUL,UEEF43.E0c2 OF LIAP STANDARD SHEETS -99. NM. - SEE P N ST CONC. SIDEWALK LOP SIDEWALK „E„...F..„, 0FADE,OUT N'ETT CU21,7 C(TEC PL=Sr %Ott 4.TTG 1CDSECTION SCALE: NT S ROM FOR CURE RAMP 4ENE.L NOTES NO C=UrGHTIEST(WLEF:AN°G2E44 MN, STANDARD SHE,S 96,H. 11;gret="` FF°:EFFS:FIV C ACTED SU NEW LAYBACK CURB 0 FOR WHEELCHAIR RAMPS SCALE NTS 4.1,,,fWELS 70,0°42% iSfFEF,77 ENGEM SUM.. NEW LAYBACK CURB AND c) GUTTER FOR WHEELCHAIR RAMPS scALE . TS r, • 90.1.11,91tS SHEET No. PRIIEGT: C01,14.150 01 0 0 ro ,±1 § , g 2 a 0< CURB RAMP DETAILS SHEET 95 of 222 1.04 MMHG No. STR-899 CITY PROTECT / =13096 ote, Jan 27, .17 - 9,02as User 99 Flo NOIFNEranIngsGENIGG-OT-9,1,011.9, y N N. . 0, NO EXACONAt. CUPS .11. ARE OISCOMILED. DAM. CURD . I . WY BE ALLOW D Cul A USE BY CASE DA. ONLY IF OTHER CONP...ONS ARE NOT TrASORLE AR 0 0.5r BE MP.. 0 BY I. ./ Y MOR MOTE CU. RAN= BE ALIN. . A CASE BY .SE FF Hir .1 14'0 flU IT% r= rNEr rr I Y P R I 0 R 5 X I 52117: 411114& sue) g . 2 g g 6 , n 8 c.t.= S ! 15 -: ..gi _c L 1 CONSULTANTS SHEET No RI PROJECT CORIAISO :.' - . :.. t " 4 ' 2 TO CORSI... tilli CROSS.. ll M 5 N w tem -- — -, ! :-----.." - SIOEtUl ADJACENT "F"r"`"' TYPE 101 TYPE 1 TYPE 4 DIAGONAL CURB RAMP CURB RAMP MID -BLOCK PLACEMENT PERPENDICULAR CURB RAMP DIAGONAL COMBINATION CURB RAMP PERPENDICULAR RAMPS (SIDEWALK ADJACENT TO CURB) PERPENDICULAR W THE TANGENT OF THE CURB RADIUS AND CONTAINED IN CROSSWALK (RETURNED CURB) CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services . . . . won, OR 70' :TILTS"' - ..„.• , -•:::::., s ' 741 TYPE 2 TYPE 1 I 1 TYPE 5 TYPE 8 PARALLEL CURB RAMP WITH YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) CITY OF CORPUS CHRISTI PEDESTRIAN CURB RAMP STANDARDS 1 OF 4 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) CURB VC:- on...WS Air Z 02/2 , 2 TAR. To E.T. ASTALL OFTELY.E WARN. SURFACE ATEA CIIENO.Cta I - 11..... MIR 101979/200 2 SMOOTH SURFACE ernvax .rreNFOUN IS LESS DIM 6 JA, 2 EL.NaTr 0 . TYPE 9 7115E 12 TYPE 3 TYPE 6 OFFSET PARALLEL CURB RAMP FLUSH CURB RAMP AT MEDIAN ISLAND OPENING PARALLEL CURB RAMP DIRECTIONAL RAMP WITHIN RADIUS (SIDEWALK SET BACK FROM CURB) {CONSTRUCT a WIDE TYPE I2 CU. .. IP STA IS., ONLY 51/0/ 96 0/ 222 185050 5851049 NO STR-899 CRY 212.21- i E13096 ote: J. 27, 2017 - 9,00177 U.: 109.1,1170701,71.2922 270 ADA RAMPS DI 21.01, OUR TO ,%,14 Ot5C-6Y-OISE aPPtiA2D DK ARE ROT Loy riff ' 0*5*) y4�•w` D J MB ,,A41410, y y y y k D bowREINFORCING SUBGRADE PREPARATION: CURB RAMP NOTES (CONTINUED): c B W E ° b w ma= l ''o CONSULrNT15 SHEET No. MI PROJECT: C091415O I. SUBGRADE UNDER CONCRETE SIDEWALKS AND CURB 6. CURB RAMPS, FURLS AND LANDINGS SHALL BE AT RAMPS SHALL BE COMPACTED TO 95% STANDARD LEAST 5' THICK CONCRETE AND EXPANSION JOINTS PROCTOR DENSITY. SHALL TYPICALLY BE USED AT MATCHLINE WITH ADJOINING AREAS SIDEWALK NOTES: 7. MANEUVERING SPACE AT THE BOTTOM OF CURB RAMPS i; ? ) p P °i �y�y � dLP OF 4Xd' WHOLLY CONTAINED SNAIL BE A CMINIMUMROSSWALK SIDEWALK WIDTH FOR A[5 ARTERIAL AND WITHIN THE CROSSWALK AND WHOLLY OUTSIDE THE I. THE COLLECTOR COLLECTOR STREETS 5 5'. WHERE A 5' SIDEWALK CAN PARALLEL VEHICULAR TRAVEL PATH. NOT BE PROVIDED DUE TO SITE CONSTRAINTS A NOT MINIMUM 4 SIDEWALK MAY BE PROVIDED. 5'X5' PASSING 8. ...ACK CURB AND GUTTER MAY BE CONSTRUCTED AREAS SHAT[ BE PROVIDED AT INTERVALS NOT TO MONOLITHICALLY WITH CURB RANDS. PROVIDE N0. 4 X EXCEED 200' FOR ALL SIDEWALKS LESS THAN 5' IN 12' LONG SMOOTH DOWELS O 12' ON CENTERS IF NOT MOM PLACED MONOLITHICALLY 2. MAXIMUM ALOOL12HT VALUE T:Z2E SI. ALL ACCESSIBILITY STANDARDS (AS) AND I6 AC $68.102, STEEL TO BE CRAG 60, Ty=60,000 P. 1/ DIAGONAL CURB RAMPS ARE DISCOURAGED. DIAGONAL 5. SIDEWALKS SHALL BE AT LEAST 4' THICK CONCRETE CURB RAMPS MAY BE ALLOWED ON A CASE-BY-CASE 845/S ONLY IF OTHER CONFIGUPATIONS ARE NOT 6. CONCRETE SURFACE TO RECEIVE BROOM FINISHFEASIBLE, AND MUST BE APPROVED BY THE CITY PRIOR ), TRANSVERSE CONTRACTION JOINTSI/8" WIDE BY I/2" i0 CONSTRUCTION. DEEP SHALL BE CUT IN ALL SIDEWALKS AT 5'-. 12 RAPE ACCEPTANCE OF THE PROJECT SHALL BE INTERVALS (MAXIMUM). CONTINGENT UPON THE CONTRACTOR PROVIDING THE CITY WITH A FINAL INSPECTION REPORT FROM A B. DETECTABLE WARNING SURFACE CERTI PROD. FOR SIDEWALKS THAT 16TAC EGISTERED accasso, SPECIALIST E $68.52 STATING THAT ALL (AMER/CMS INTERSECT CONTROLLED DRIVEWAYS. DETECTABLE WITH DISABIImES AC) HANDICAP IMPROVEMENTS, AS WARNING SURFACE SHALL BEA MINIMUM OF 24' IN CONSTRUCTED, COMPLY WITH THE TE S ACCESSIBILITY DEPTH IN THE DIRECTION DA PEDESTRIAN TRAVEL, AND STANDARDS (TAS) FOR ELIMINATION OF ARCHITECTURAL EXTEND T ROUTE BAR,RITOS PER TEXAS GOVERNMENT CODE CHAPTER 469. Vi r "`s' el zu1 �: n ,°'°'° 11 CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services TYPE 131 AT INTERSECTION W/FREE RIGHT TURN & ISLAND INTERSECTS THEOF CCOTNTTROLLED DRIVEWAY. WHERE r IN DETECTABLE WARNING SURFACE NOTES: COMBINATION COMBINATION ISLAND RAMPS CURB RAMP NOTES: i. CURB RAMPS MUST A DETECTABLE WARNING I CROSSES CPRS TAMPS WHEREVER AN ACCESSIBLE ROUTE SURFACE NAT CONSISTS STS OF OF RAISED TRUNCATED DOMES CROSSES (PENETRATES) A CURB. COMPLYING WITH SECTION 705 OF THE AA THE OI SURFACE MUST CONTRAST WLARES. WITH ADJOINING 2 SLOPE CRITERIA: SURFACES INCLUDING SIDE DARES. _MAX •` X.= `II IBI's i IIIII.'1'Uml�ll III14�1111 .%. CURB WNW D• Ano. MN MD AMPS AND LANDING AREAS 2. DETECTABLE WARNING SURFACE FOR RAMPS SHALL BE SLOPE MH X. IN PER FT) AOA SOLUTIONS, INC PART NO. 246OREP RAMP IN DIRECTION OF ]RAVEL 1,12 / 8.O3S / I" PER FT CAST-IN-PUCE REPLACEABLE TACTILE WARNING SIDE SLOPE OF RAMP (FLARE) I: IO / 10% / 1.2' PER FT SURFACE TILES TRUNCATED DOME, OR APPROVED CROSS SLOPE OF RAMP 1:50 / 2% / 0.24' PER ET EOUNALENT, IN 'BRICK RED" COLOR. LANDING AREA (ALL aR£CTIONS) 1:50 / 2% / 224" PER FT 3 AL/CN TRUNCATED CONES IN RIE DIRECTION OF AREAS PEDESTRIAN TRAVEL WHEN ENTERING THE STREET. YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) CITY OF CORPUS CHRISTI PEDESTRIAN CURB RAMP STANDARDS 2 OF 4 SIDEWALK IN DIRECTION OF TRAVEL 1'20 / 5% / 0.60' PER FT SIDEWALK 4. DETECTABLE WARNING SURFACES SHALL BE A MINIMUM SIDEWALK CROSS SCOPE 100 / 2S / 0.24' PER F! OF 24' IN DEPTH W THE DIRECTION OF PEDESTRIAN GUTTER IN DIRECTION OF TRAVEL 1:20 / SS / 0.6. PER ET TRAVEL, AND EXTEND IHC FULL WIDTH OF THE CURB RAMP OR LANDING WHERE r PEDESTRIAN ACCESS A SAMISEN TRANSITION IS 0000(000 WERE RAMPS TRANSITION TO sr000N DIRECTION OF TEL ROUTE ENTERS HE STREET. N S. DETECTABLE WARNING SURFACES SHALL BE LOCATED 50 0PROVIDE CRCUUTION PATH ICRROSSESES WHERE LINE HE EXTENSIONMINIMUM iHE CURB RAMP. FLARED OF . AND AEDGE MAXIMUM Mt I. FROM or NING SLOPED ar£Tu05 D CURBS MAY MEASURED u00FHACE5 TO BBEE CURB. ALONG HEW CORNER RADIUS. PSDES AAJ.LEL TO BE USED ONLY WHERE PEDESTRIANS WOULD NOT NORMALLY WICK ACROSS THE RAMP, EITHER BECAUSE ERIE ADJACENT SURFACE IS PLANTED, SUB5IANTAILY OBSTRUCTED, OR OTHERWISE PROTECTED. 4. LANDINGS SHALL BE 5'X5' AIN.. WITH A MAXIMUM 2S SLOPE IN ANY DIRECTION. 5. CURB RAMP MUST BE WHOLLY CONTAINED WITHIN CROSSWALK MARKINGS, EXCLUDING SIDE FLARES.O TYPE 14 1 PERPENDICULAR CURB RAMPS (BI—DIRECTIONAL) (SIDEWALK SET BOCK FROM CURB) CAM AFAL J -_ill LORD RAMP r DIT) - jai OJ , ew = KII Irll=ldll. 3.5 HEADER CURBS AT CURB RAMP SWEU 97 D/ 222 RECORD awe STR-899 CRY PMUECT/E1JO96 ate, Jan 27, 2117 - A,OdAn User: kJ Fia. NAIDNDrunlnR, Socc sill ADA RAMPS 01-0 ,axe 410' ® #,... 0 �� In �� naHmc .4100, SETBACK SIDEWALK GENERAL NOTES a LS b w w a _- maw L CONSULTANTS SHEET No. MI vaglEcr: Loatal5o _ y . p� ` r�~ Oo, :Y 4 eT o:iyAn m i rli Ez ` 0—NEWT . • I. ALL SLOPES ARE MAXIMUM ALLOWABLE HE LEAST POSSIBLE SLOPE THAT WILL STILL GRAIN PROPERLY SHOULD BE USED. 2. PLACE TRAFFIC SIGNAL OR ILLUMINATION POLES, GROUND BOXES, CONTROLLER CAFE INFL SIGNS, DRAINAGE FACILIRES ANO DRIER /2IS SO AS NOT TO OBSTRUCT RIE A CESSIBLE ROUTE OR CLAR GROUND SPACE T1iI1: PROTECTED ZONE J. THE MAXIMUM ALLOWABLE SIDEWALK CROSS SLOPE EQUALS 1%. 4. STREET GRADES AND CROSS SLOPES SHALL BE AS SHOWN ELSEWHERE IN THE PLANS. S EXISTING FEATURES MAT COMPLY WITH TAS MAY REMAIN IN PLACE UNLESS OTHERWISE SHOWN ON THE PIANS. YLJ V .moi un N_ LL cnax CONTINUOUS GRADE GRATER THAN SR MUST BE PRONGED. HANORNLS MAY BE DESIRABLE ON ONE OR B01H SIDES OF THE SIpEWiLLK TO IMPROVE ACCESSIBILITY ND AILS MAY ALSO BE NEEDED TO PROTECT PED£SIRMNS FROM PoTENiMLLY HAZARDOUS CONDITIONS. IF PROVIDED, HANDRAILS MUST COMPLY WITH TAS 4.8.5. % craws VIII j B. HANDRAIL EXTENSIONS SHALL NOT PROTRUDE INTO THE USABLE LANDING AREA OR INTO INTERSECTING PEDESTRMN ROUTES. B. SIDEWALK DETAILS ARE SHOWN ELSEWHERE IN THE PLWS IN PEDESTRIAN ORLBUITON FOR POST OR MEL MOM. ABOVE THE SURFACE PROTECTED ZONE AREA. L„IELrB N 2.7-M0 .o• CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services 4,- APRON oEESEr SIDEWALK YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) CITY OF CORPUS CHRISTI PEDESTRIAN CURB RAMP STANDARDS 3 OF 4 CLEAR GROUND SPACE CENTERED AT PEDESTRIAN PUSH BUTTON 11 �'� I��*\ 44.411 A 2om,MA.•.aN� "o"BA PROTRUSION OF TO Br ARB„/o,Pt IBra,MTHT w"B l BOTTOM To PBOWOF AMAXIMUM 4HEIGHT rT RIF ADD,TIONAL CURB OR rouvoknox OHwB. DETECTION BARRIER FOR VERTICAL CLEARANCE <80'" 40004, / WIDE SIDEWALK PLAN VIEW '''s z .i ` PLACEMENT OF STREET FIXTURES (ITEMS NOT INTENDED FOR PUBLIC USE MINIMUM 4' X 4' CLEAR GROUND SPACE REQUIRED AT PUBLIC USE FIXTURES.) SHEET 98 O/ 222 RECORD QOM No. Tp op SIR -899 SIDEWALK TREATMENT AT DRIVEWAYS CRY PROM / EMUS ate, Jan 27, 2017 - A,05An Vaar,J riv. NAIFNerun nR, Soc2 Sill ADA RAMPS 01-0 4, DETECTABLE WARNINGS pcsstsco4R.. <41) g 0 g ' 2 g E — ‘g. n 8 •2 CONSULTANT'S SHEET W. RC PROM C016161S0 ., 4 1Hi A E L'E g FA Pca ' Eli pipTAJRE IIET, . R 1111 ME 2' X 8- a 82 tg4i 112 -- Sg 2: 1J, ,S,A;1 g , 1 i L04 ,I, L''''" g8g ,r, !,31, 8g%°g8N4E t g'',;2,,%ggggg2, 0OM," 20 - 47, PARALLEL CURB RAMP FA<E OF PERPENDICULAR CURB RAMP CITY of CORPUS 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 ,10,02.SAW2.9 P0, —I SWF OP PO • RECAP 0 ID. OSSA 00121CATED EI,ECTAOLE WADMIOD PM. FP. CUPS PS EC ' P. fiWi YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) CITY OF CORPUS CHRISTI PEDESTRIAN CURB RAMP STANDARDS 4 OF 4 C66 SECTION TYPICAL SECTION THROUGH 14=RODZIARRDZOLOSIVC OF il,ECTABLE A COS.= A—A CURB RAMP FS E UPS R. O':q).',N)qq• O'g,ggggg'ggV' ..g'MgMg T.gg Mar :47, ..--FACE OF CUPP DIRECTIONAL CURB RAMP 0-(00 VEVEMIS.• 1 islts°115EAT c '''' 6 l' ri S ! .T4i• r, • g L Prro — 6 ....m TYPICAL PLACEMENT OF DETECTABLE WARNING SURFACE ON SLOPING RAMP RUN AT A RADIUS , • ' • \ -------7,,, ' NI / / ,...,••• \\ ,\ \ f ••• . 2... SECTION B—B CURB RAMP PROFILE SHEET 99 of 222 1.0A0 MMHG Ha STR -899 CRY PRNELT / EMUS AS, Jan 27, 617 - COSAn User: b.j S.TADruxInosALOCC SiO ADA RAMPS 01-044, CONCRETE PA YEMENI" ASPNAL 7" PA YEMENT WIT/ 6- CURB ISM C&G ORNEWAr wIDTH, (6) PER PLAN / SCHEOULE (NM (2/2) c71. ST. OF CURB E -o. 51-011 ON/2) Lv.ge-rcEuL. 9.1908g untn=n4,„ n> (-"`"P- 2 _ ff,12,T V& VIL Agir Fr'RE RAW E or ORD/EWAY GUTTER (PAY AS STD. CURB ac GUTTER) sTo, cups our6up OR CONCRETE PVIA, d CURB PLAN ZW/VEIYA WM/ 77E0 SIBEIYALAr NOT TO SCA. CONCRETE PA 14SWEVT ASPNAZ T PA YEMENT It7TN 5"CLIRI? 1 MYTH 6"C.ca DRINEWAY WIDTH, (W) PER DRIVEWAY METER (PAY S STo. cuRa A cur., OR CONCRETE PVIAT Ie CURB PLAN ZWYEIVA IYITN DETACHED Sh7EIVALK NOT TO SC, El SUMMARY OF CONCRETE DRIVEWAYS 0 DRIVEWAY STATION WIDTH V (21.) DIMENSION V (21.) DIMENSION 'S1 (FY.) DIMENSION V ((11.) DIMENSION 1A1 (FY.) FAIPV °SY-- (CONCRETE) (sy) DRIVE.). (CONCRETE) (PRIVATE) (SY) EXIST DRIVEWAY *popF *SPH. CONC. 5+11 (RT) 35 o a 4 6 51.2 23A 6 5+96 (90 35 o a x 10+62 (LT) 38 „.s 8 114.9 0 12+59 (LT) 35 11.5 8 0° 107.2 0 13+30 (LT) 28 , 36 8 , 0 90.1 0 x 16+25 (LT) le , 35 8 2.6 0 85.9 0 x 18+93 OFT) 30 11.5 8 94.9 X 19+03 (LT) 25 11.5 8 82.6 X 22+54 (RT) 26.5 11.5 8 2.5 0 06.0 0 X 22+91 (LT) 25 112 8 22 0 82.6 0 X 23+85 (RT) 36 11.5 8 0 109.7 0 X 29+17 (FT) 38 11.5 8 2.5 0 114.3 0 X 36+84 (RT) 25 11.5 a 2.5 0 82.9 0 X 30+02 02T) 24 11.5 8 0 80.6 0 X 39+61 (RT) 24 11.5 8 0 91, 0 X 40+04 (NT) 26 11.5 8 2.5 0 0,9 0 X 40,3 (RT) 25.5 11.5 8 2.5 0 86.1 0 X 41+79 (RT) 20.5 11.5 8 0 71, 0 X 42+36 (RT) 17 11.5 0 2,5 0 66.0 0 A 44+32 (RT) . 11.5 8 2.5 0 82.5 0 X 50+59 (Fa) 30 11.5 8 0 95.6 0 X TOTALS 188.1.8 60.6 MIRY. NIIVS: prOSS-72aFFIrBL-Zie‘722'PEr"27i<2;i17" 3. CONCRETE FOR ORNEWAYS SHALL BE CLASS OE. AND HAVE A MINIMUM THICKNESS OF 6 INCHES. folEA-.01:234LL Ose, zrE 60. WrtH A MAXIMUM SPACING OF 12. C -C AND AOOMONAL 5. EXPANSION JOINTS SHALL BE OF 3/4. REDWOOD EXPANSION BOMRD ANO DOWELS SHALL BE 00=00=0. 2iC2 7i7t8 0*022 I821P71 00=10001280 to-,,ruzE,r,F Tux:- ;-1,.(-cv.cz-TH-.,;Ec&F,-,p6,-,1-11,,TErvor„Tm-Lrza:r.= rz-4(.2-rc,0,,,c,rDltzun-er,c°T; calLz. 1;11-032.1+Le0.6.765511101 51-31103905 0359 OF TEE ARE...URAL BARRIERS ACT SPECIAL NOTE. THE EXACT TYPE OF DRIVEWAY TO BE DETERMINED BY THE ENGINEER. BASED ON EXIST. CONDITIONS. CONSULTANT'S SHEET No. MI PROJECT: COR16160 SHEEM 00 of 222 082*0A0 DRAM NO STR-899 000 PR0E00 / E13096 ot 366 27, 2017 - 9,0736 User: b.j F716 NAIFArrunInpAACIECC STD DRIA.O63,38 2M' fffs2 OR DA As co • Ra BARN 0 lz frP. xou.j E SECT/ON DN/YE/YAYIi7TN 77E0 SIDEWALK (j)suu) (wE1nw. SLOPE 7.17nEx n7x) s-0' (usw ) 0.10( Arcs uT /a was (xw s ixm Exist. xc.) To R on As EWIE0 FON OGG ADJUSTMENT1.1. SLOPE 0.10' PER FOOT FADE 010 -spa' EXPANSION JO. • mcxw.0 0.9'.1xnwcxoLEij E.w. SECTION DRIVEWAY MTHDETACHEDS/DE/YAGY NOT SGLE PLAN ON/YEwYAYGuT/PN N. TO SGLE 13 11/16'105/1. Bs RAR cart. (Tm.)- 1 / NK Dow. (reP)-/ 9ARs 0 120.c.sw.-S ONLY DRIVEWAY WITH TIED SIDEWALK 7.1 CONING.. JOIxT W/ 013'1'0. Om) SECTION PNI E/YAYGWTTEN NOT TO SCA. NOTE: TYP. DRIVEWAY NEADENLY/NBDETAIL NOT TO OGLE PROP. CONC. OR! %(suesmv�sH Toncaxc. oarvEA III III III. CONDI DRIVE'S/AY TO ASPHALT PAVEMENT TIE-/NDETA/L N. TO SCALE CONSULTANTS SHEET No. MI PROJECT: COR161 SO N W I !n 0 N D¢a <2) sq z 2 z aim Y � Q 0 < W S0EE[101 of 222 9(0(00 O490990 N0. STR-899 CRY PROJECT i E13096 TOOLED 111JIA, JOINT -.-,,F I 4 A/4( EXPANSION 201A,S (TB') ..,.....- PROPERTY LINE 5 ,, 3/4( E SON JOINTS MP) 1 E 1 -2,''''" ,1 g SIDEWALK .-. oi 6 Lal Lg; 1 20,1 MAX el CON ON JOINY„ gFADE-OUT IOCK OF CUPP-, CON GT. JOINT-__._ \ k BACK OF CURBI 12 .2 1M GYP) TYPE NOT TO SCALE dig O.A (CANDE BRE.) 3/ EXPANSION JOINT GYP) TYPES /TAN% et Infir/ DIMIEWA NOT TO SGLE (WO (F) (W2) 74 ,A=1' AMPERE( LINE -L 0/4( EXPANSION JOIN( Om) (F/X) (WI) 0,/2) (4) /2) CONTINUOUS AD" (W2) P4242 =22222) :27211<i° 777'ff IS) IIR/Ilk7YAY NOT SGLE THICK WALKWAY DRIVEWAY \IIEXPANSION JOINT PEOIN (4<1(<20 7 CONTINUOUS EXPANSION JOINT RO/ IF) DRIVEWAY ( F ) TYPES 01/141 •1 /MCA) ORIVE7VA TYPES IAMBI di (NCR/DRIVEWAY NOT TO SCALE NOT TO SCALE BACK OF CURB STANDARD DRIVEWAY DIMENSION 0Vtt TYPE (F;.) C1.7 (4'.) 10-30 10 16-35 15 MRA 10-30 5-10 10-30 MCA 10 16-35 10-20 NCB 10 16-35 <10 TR 10-30 TS <16 MAR 10-30 TMS <16 <10 VALUE OF MAY BE CHANGED BY ENG. RANGE OF NORMALLY ACCEPTABLE VALUES. LEGEND (DRIVE TYPE) R = RESIDENTIAL DRIVEWAY C = COINJORICAL DRIVEWAY S = SPECIAL DRIVEWAY MREt = MULTIPLE RESIDENEAL CONAWAY WrtH NO CODER CORD MCA = MULEPLE COMMERIG, DRIVEWAY c,,,,occ cum TR = EEO RESIDENEAL ORNEWAY TS = EED SPECIAL LMIVEWAV = EEO MuLTIPLE RESIDENTML DRNMAY = TIED MULEPLE SPECIAL ORMEWAY r2, • 474 CONSULTANT'S SHEET No. MI PROJECT: COR14150 (LI 27( 50 7440 40 EL, 0it 2,0 LTJ c>, 121 1400102 of 222 900090 DRAM na STR —899 CRY PRCVECT 513096 Am Jan 27, 21:117 - ADANA User: b.j FI2 NCIFTDrunInpucCOCC STD DRIVEMAYSANg EFEEFr RE: 03 BUS STOP SHELTER PAD SD BUS STOP / SHELTER PAD PLAN o<eE wiNo oE'P'Tro SAND LEVEL -UP (CONCRETE PAVEMENT) �i BUS STOP / SHELTER PAD SECTION 0 3' 6' SCALE: i"=3' a wi e. Nws u (Nu SIDES) SAND CONC. fires SAND L )Ne. NAR DETAIL BUS STOP PAO o,zw,cSTSE BIM oRo (ASPHALT PAVEMENT) OBUS STOP / SHELTER PAD SECTNONC,ON PROCTOR NOISTgy.;.D.Em0THICKEN EDGE DECaHORET e.. _ , RECOENT CONCRETE BUS PAD TO 0 ASPHALT PAVEMENT TIE—IN DETAIL BUS SOP SHELTER P. :403)n LLOW T. es x(013. COMP.TED wggRADE� SCALE: 1"=3 OWEG1-2)COMPACTEDx�E ,2 urrs. LIT mTg EXCEED n N coNsuLT}M'S SHEET No. MI PROTECT: C01216150 BUS STOP SHELTER PAD DETAILS sh U103 or 222 RECORD M. AO. STR-899 CITY PROJECT / E13096 a,T - a, Dn.12.3 TTIv. NA,EABraningsSFNttc-BT-Bus PaB,ang +00 0 N + n 01 fl a0 FOR Ev6RHART Ro. STRIPING PIAN. REFER TO SHEET Jul YORNTOMNBLVTL 1+00 2 EVERNARTRO. -1 PROP. B CURB Oc TYPICAL STRIPING ALONG MEDIAN 0 0' 20' S (m.) M R of smwE (we1 n)v Rk (w/Sow) (1LFL(47(z of (50 (1)iv(5Rq n 4+00 CROSSWALKPREFAB REEL 1,PEc�) _ EF (w) Fk.7, PAR 7-7 , (Woxo) PA K iwi:w,r xn") " n 1(w) (ARROW) ?EEL FAS R) PREFABWS PEELPAK PARK Z YORRTOWNBLVO. Iltrn EVERHARTRO. LI— TO 51011 __—L—_1J Ala ((wwW) BICYCLE FOR DER.; IZao, STRIPING PLAN. REFER STRIPING PLAN l FT(())v15Lo) n , , iwi c.i(aAaTM z 1.00 Si 10+96 35 ORKTOWNDLVO.. 2+00 YORKTOWNBLVD.. NATES „r7 Dms eNE t BASK of fo To cw�m of STRIPE 4,,g , w1Tx ,PPRrnaL of Ta. Flc'ZI EmwD DEPT UNE FOR BICYCLE UNE MARKING DETAILS REFER SHEET IN. PREFAB(w) (WORD) PARK G PAvrD)'Tr , 1 I 14130(50000) E, PPV,MRK x trl Q 5N 1z 0 STRIPING PLAN 0 30' 60' s r'Ai N (n z (w) (e P s^) MEhi PS) (S, fp (a')v(exg ee a -t Pnv S� ttE'n(w) (nRRow)I RE. RAP wR nei m �. A / R 111 L 29 R A Rea 2.2ECR SS �i) i— „ .00 • (rIE (aP)v(sinl n le]iUu 7.2 POI_ PREF. REa 2112. I)� 0 n�v(w) (woRo) M R 00 (0)v(e01 n (w) (0) 000)n ) ( ) (sro)v MRx n ST +79 12000 YOR/LTOWRBLVD YORATOWNBLVD. 19 00 71. ' (w) (za^I (SL. FORK n ...as sr 1 iw)en PAP M(w/ 00090 1 (MCe') (sin) [ei c<iw(2pn 11 FC99 MV"ws") n.,6. sz.,) g)-7 STA 24+70.07 CSI N VORATOWVOLVO. z 0101)00) STRIPING PLAN c/PESBOULEVARD ��og0000000 ,_ aav umen 26+00 o pE : a 3 RRo90 I - SCALE: 1 =30 ro((0) (moi mSu 100 (2 7nsy Nluo x¢j (9,0) ei(w 1FALE ow)1''' r1';)'-(07).' (51 PREFAB 2(OI wOR . " n (w) L(�'jv(eael n i iwi ei a ^��io-S " iwi`is1 a27 MR` iwi((: iM(aww) n RE. e) (AP sin) ( n STA 7+ 37. <TPRE R ° R eL P. Rk n 222, FE q kiwi ;oRoi L ((iEJv(axkJ n i iwii:..)M( ")n iw7...m) ;;,n,»Es3; isSof - we3 Rea P.00 MR (0) P.,M R. n n 1 (w) (.nRow) M) (.) in) - BOSTORDR rawroWRBLVD, z0 Mvx (w/000)0) (0) C.^) (sm) 201.) iwi (ai7'(smi STRIPING PLANSCALE: 1 =30 iw)sE6uv°(NTS 0.0 T( ) PPV Ru p ('NI (a')v(R�q n !W1 !1s^) (s.nJ (00 (0") (vn) n 00 uLrMNtS SHEET No. I Np ., LOR16150 (n 0 N Ld =▪ N 0 co O z z z oj CC Y � QCC LLI 0 Q I O O O z a 0 a 0 0 Z H O ce N 00)0105 wa 222 9)00.0 00960)0 xo. STR-899 On 00000' j 013096 , ) elc,7, \v\ (w) (,p)v(e1P)n M 01 4S. TY STA 3,15.14 it REO?/lE II I I I—, 1 0, (ARrecw)ua PRN M) (a�v(sn) ' R[a_ Pnv uan tt re[a cnv urea r YORMOWHBLM. 3. 5 ' 3'°°— 1 3Jauu 00 — aw 0 T - YORITOWBBLW. _ r TVEi (1/j (w0xn) >Y E.F (r taaRowj uxu_ M (wP)v(sw) ' MI (�)u(enq Tr LEa MI (.I (swjm 0n STRIPING PLANSCALE: 1 =30 ns+n(w) UxZ,v," hla a, av �) Tv i 00 YOBATOWBBLYO.13.00 00+00 1 OD (wJT (IPJ CStn)TM M(o)(aax:tti L3 t (w) (1/000) iED P: \ w: »i.Po STRIPING PLAN 0 30' so' s z. SuLrPMS SHEET MO. I PROJECT: LOR.150 (n 0 N ONO m O 00 z z z O 01 Y � Q0 0/) 100//106 of 222 000000 0006990 00. STR-899 003 360901 j 013096 otr Jan 26, eau - 632pc 632purc,: bJ +3 7,71,,77,H.HHHHH(H— PR FAB BEFL SAE BBB (W) SNOBB) — STA SOTS, BE STA 50+04.11 0.8,01191, BLVD. 05 00 —51+00 z YORKMINV 13.24 51 05 LL.1 z 0) ci) STRIPING PLAN '1'•=30' o I STAPLES SE PREF. PE, PAT AIRS ZE(B'EA)VErl 77'('W7TAERZ'S)"' LS I (W) MORO I L, HZH,Hr-,HH'Hr YORNTOWNBLVD. _54+00 55+00 STA 53+95.29 PREFAB PA,, , MORO) BEFL PAY BBB FL I PSE441)BEIST) st, PREF. PEFL PAY BRE TY I Ho4 olmmr, REFS13 !TEFL MEE 1) 57+00 o Irt2- e4'7Efar" MOOHHHHH EFL Pt:), MRS TV ,E tRI=LS1 ELE° 0 STRIPING PLAN 4 4 I 0)» romrramseva MAO 77TE;EgEL7 55+ CONSULTANT'S SHEET No. MI PROJECT' COR14.150 u l u l ul 11. 00) Ih 0z P 0 0 z 0_L 0051 co SHEEM 07 a 222 055000 DRAM to STR-899 500300051 1=13096 ote: Jan 26, 2M7 - User: b.J N.SIF‘Dr.c.r4IngzxCV,M3-PL-STRIPING.Mm rS"Z n EVRHARTRQ I iro`te�i ami PREFAB 0i a�iN Q 411 8 —11 ELIMINATE EXISTING PAVEMENT MARKINGS AND RE -STRIPE CROSSWALK MARKING P�w(RIPE,T 0000�000�oo4- mi Triwi an Al ( 1 TV rrta owe"`jYl i i –T' -(;3"a"1") EVERHARTRD. uLr2NTS SHEET I PRWECT: COR16150 N , W u. 'g' -4.7(:,Z may EINNSITION C) EVERHART RD. STRIPING PLAN 0 30 00. SCALE: "=30' ELIMINATE EXISTING PAVEMENT MARKINGS AND RE -STRIPE D. LANE MOTHS ARE MEASURED FROM BACK OF CURB CENTER OF STRIPE. 7. es( ,T,L°N rrox5)Sw.L —"T or uL N 0 N cr <a 15 0 0 m O N z z z 0 � � v Y � Q0 Q I 0 z 0 ERHART RD. SHEr108 a 222 WORD 0996900 NO. STR-899 CNY PM /ECU j (13096 +00 I II 331 1+o0 ru ,omv�Rn tONLY ON,f p) 4+00 nUE 133 . tL, tY ( I. YOFATOWN6CN1, 5+00 6+00 ` +oo I, ® _ C BIKE LANE SIGNAGE PLAN Everhart Rd, NEXT SIGNAL STA 30' 1SLE.1=30 8+00 .12,00 z 0 MBA 13+00 N w z x NO 7a" EValrOjAET,LF"''' EPT THAT z. NEFEv ml sy . v9 FON mlwwiex sial -EY - -X. oErl Is. srPr xkreir S:N. r<nE FILL INntE9 ON ,NEZE0NP SE (SUPER NIGH SPECIFIC MIENS,MIENS,FLUORESCENT). c 0303 MESP CIF INIIXsm oR BIKE LANE R7 9 SIGNAGE PLAN 30' 60' SCALE: ,30' WNSULRMS SHEET No. TNI PROJECT: COR14150 N 0V) 8 jV Om 0 z 0 z 0 Y - 0 0 LLL 0 0 z a� 00 zZ 0 �o V 0 0) 0x000109 of 222 RECORD DRAWING N0. STR-899 003 030.601 j .613096 BIKE LANE N Q �.. ., 23 OD Z- 24 00 �xEr P .0 E4F 20,1 25 29+00 O 0 O N STREET NNE NOIR 410 STOP SOB (SI NANETE0 LOCATION) STATION LOC 9-N. SLADE PN. SLADE STOP 16+49 0 YORKTOWN BLVD. 5000 DALUS DR. 7600 YORKTOWN BLVD. 5000 25+01 YORKTPRN BLVD. 5100 BOSTON DR. 5000 1 IIIII ■& 1©I O 1E1E9 nti 26+. SIGNAGE PLAN SCALE: 1,30. BIKE LANE tlOTE: Eraeadearz CPECNL NOTES: PEsra , =cFt Ix EzFw9.E,CE01. CLTPMS SHEET ENI PROJECT: COR14150 N 0 W 0 j N Q: CDOO O z 00eb !Y Q O 71 O O M z . a01 w O �F- zo N N N S(EET1 10 0a 222 WOW WNW NO STR-899 Pry PROJECT / 013096 O M x 1+00 2+00 33++00 M z 40001,00 OSIGNAGE PLAN 0 30. 60' S / retguuF 42+00 3+ 5 NQ HE ENGINE 2 REFER TO SI,. 1,51 FOR TRNHOULAR SLIPBASE SYSTEM SIGN 1.1011H,10 DETALS. VEPwi NOTES. rvE EMI 167iTEEP ox 1E ExoxT m6 xac.s�xE aE E..cx spa. c �x.Exsx. w '4 (savor mcx W:F ixLrg Larc oafs<ExO.' SIGNAGE PLAN 0 301 60' SCALE: 1,301 BIKE - LANE 1 STREET SASE SONS Ab SLOP SONS (BY AA®ED LOCATION) STATMR 32+45 BAN S ADE YORKTWYX BLVD. 5200 BAN SLADE YORKSHIRE OR. 7500 STOP k LONMEWS SHEET Ib. TNI PROJECT: C0131415O O O 0) jri z. o_ SHEET 111 oY 222 RECORD DRAM° NO. STR-899 OTY TKUECT) E13O96 0 BIKE - LANE SM. 51-FOW w ` 47i fit- BASELlne 0+00 51+00 52+00 40 L..... St. NEXT SIGNAL ST0. MMS 0 SIGNAGE PLAN 0 30' 60' S 53+ -rersFuuE 54 55 60 z x 1 9 EIEGIN RPRrt1TUE IIELOTOMES �ttr ONLY ONLY ONLY ONLY RIGH UNE MRNRIGHT 1 1000011111111 5]+00 iiio00000000000 SIGNAGE PLAN SCALE: 1,30. 44 P BIKE LANE k uLRMS SHEET ENI PROJECT. CO 50 1,1010. BE LOCA 0, 2. REFER TO MM.° FOR TRIANGULAR SLIMME MST. SIGN BOLINTIRG DETAILS. SPEC.WL NOTES; Au_ NM TRAFFIC SIGNS EXCEPT SIRE, NAME BMOES. WILL HAVE 6.c5L RT Eu. L.. c.�' aR 4e7"(.IP .. R .�..EcIFlc W.TE.... TL.TraEEX7 ' 0 z Z 0 a 0 00 z n 0',I- 01 Q 1n SNft71 12 0a 222 RECORD DRAM N0. STR-899 CRY PROJECT / E13096 o+00 ) 117/21(112M/ SLIM 1+00 Z+00 -3+00 / 1 1 / 9 8 9 Ir e+00 PROP_ O CURB +00 11:7.710141V11.12s+oo PPOP_ a cope (3'Nu � oEPrn)PEEf LGHnNt :_0080 J+00 1 CONDUIT LAYOUT PLAN SCALE: 1 =30 511 oOx1. (7=7,c4\ 1 4:11 € r ,F"ww e; ,.'E x�xrlN� T -PROP 6" CORR YORKTOWN BLVD. IPPIaAn �e�.` Ix. O�:roP" CONDUIT LAYOUT PLAN 30' 60' SCALE 1"=30' n.$ LFSENLk MIL ® P.n ExOe x H LINE STA 15+00 0 IMULOPNTS SHEET No. I MEC, COR16150 0 N cr a w¢`+ o N 0 O z 0*zm Y � 0 Oz CC LLL 0 Z N ONO go 1-o 00 Zo O Q L strn1 13 of 222 RECORD 980#989 N0. STR-899 CNY P110/EC1 i E13096 —/ / II�'i. cav"ter z x (DD. ,I'T oTa;, rEga „c 0.41,18012 �lo Nucxrl � ( N. �. we x i3°HM N3om�i B` u�Mlx� a"»+. o ro` r1`,. CONDUIT LAYOUT PLAN SCALE: 1 =30 �r xnrva (c DBnx( PROP. s CURB y pEy6.. yp, I.FO STREPRET LIGHTI3, 56 LPNG a DEPTN)I xT I CONDUIT LAYOUT PLAN 30' 60' SCALE: 1"=30' J FCFNn pp CAP ENDS 0 uLLA S SHEET W. I PROJECT: 00616150 N W W W O O z + go 0 0 O O + O N U Q In SHEEl1 14 of 222 RFCORO 000600 N0. STR-899 COY PMUEC) i E13096 0 N ° 3t+00 YOKKlaNNMYR 36+00 f ` 3)+0� OTr S. 336+�--�� - -]►nom:.—.�- w YORK OWNSLVO. PROP. ir CURB PROP. 6. CURB w z x J w.oulr (a50M1.. osnxl CONDUIT LAYOUT PLAN SCALE: 1 =30 39+0 40+00 rORATOIVNBLVIZ •I k"0"Pni3REei us.n Ta to MIrv� oElvrxl I a2+00 44+ 0 Q YonICTOWN PROP 6' CURB z x m Nil CONDUIT LAYOUT PLAN SCALE: 1"=30' 1 f: go ro TME eVE oT co.ovlT. TME O1SuLrPMS SHEET No. I POOJE0I: COR161SO N W W 0 §a D▪ (1, '- o0 O CA z 0 z O 0 Y � CC LEJ 0 Q >- DN O go 0 Do Z O O U Q N SHEEN 15 of 222 RECORD 0906))) No. STR-899 CRY POMACE i =13096 / \ Mw. DEPLn) PROP. 6 CURB QAH e. a' CURB N 00 46+ .--: 47+00> 48+00 49+ _ z J (3�u rv. o�vrx)oE ucnnxc 0+00 52+00 E STA 52+ + 0 OCONDUIT LAYOUT PLAN 0 30' 60' SCALE: 1,30' cox0urt FOR Uri uctrtlxc (n 53+0 z U F 54+00 55+ PROP. 6' CORO PRO? D. CURB 6+00-----7 rAWITOOxauv. Cc PULLBOXPLAN PiT CONDUIT LAYOUT PLAN - -PULL BOR "orE. — SCALE: 1 -3R 0 uP wo: OF oNDUIr. A ro TUE CExrER rtx' °°E 6'NGER nlcx wLra,;E :iRPR LLf.HTINf e PARED TO 95X STD. DENS, AROUND NDUIT OR a OR, we CONDUIT w/ MULE TAPE (25OD Le WED) 5]+00 0 TYPICAL CONDUIT EMBEDMENT DETAIL /-`oa Pwe T ;-2.1g:341,43; = =// NoIF TO BE (SCHEDULE 40) TVE M T,', ) coxourt FOR , MULE rmE (xwo LB Tm) �S' wrc (scx w) co.D.r igo B Rn- w w' MULE T"E O, PULL BOX SECTION De MIN LE END CAP SCI -I 40 PIPE SLEEVE 0 IRRIGATION SLEEVE DETAIL TS uLrMNES SHEET I PROJECT: C0814150 0 N 61-1 <a 15 = N O m O N z z O 0 m Y � < Oz LEL 9 O go F-� o¢ Z O WNfn116 of 222 955000 DRAM No. STR-899 CRY PRCVEC1 i =13096 otc Jan 26. - 2.32pn Uwr: bJ Fle NAIFBDFonInp,CV-110-PL-COHOCITELE0 ;AI 4+15A (6]w' LS, STA 4+,0.3 (5e.1' LT) J"+ (zoa: Is)`1 iNSIOE R.0W 0T31.1 (87 z LT) mo.4 AFI °° I ZE F4n. 0+00 IIP 121 8+00 Ir 1+00 6 2+00 +00 - I 6s. SEDIMENT CONTROL FENCE— END TREATMENT (TYP. AT DRIVEWAYS) 0 30' 60' 4+00 Y 5+00 NfV 0 - - 6 PROP. uxswE 1.140 i:Ole Ei� 9Insoe R.C.w. EvEtarirriaa STORM WATER POLLUTION PREVENTION PLAN (imDi C0 I'�°Piu00 `0% ri Mij Ei' IusIDE 0`g 11 +00 raiVITOWN IN_T.1. ,a+,es 0.. LT) YORKTOWN BLVD. LJ T N,F. I FOR CONTRACTORS INFORIAAPON ONLY. 1 a NGA44cRE/wEEx WATERING DEPTH PER WEEP WHICH EGWL APPRO..% G uex�c°xIn's1DE R 14+ 155 STORM WATER POLLUTION PREVENTION PLAN IEMBO Cl - PROP. CURB INLET ISH pp PROP. NIANHOLE ® D PAPERING Lr TEMP J FERTILIZER. °(RL . 0 S` EE." 13 01?.) SILT FENCE 0 30' 60' SCALE: 1"=30' T U z 0 uLTA S SHEET I PROJECT: 00814150 N 0 N ro J 0 O� O ON Z 0 0- 0 STA. 15+00 1080)117 of 222 980000 0446990 40. STR-899 CITY PM /ECU i E13096 H LINE STA 15 16+00 r/,'16+05.2 (16.5 PT)..v LTJ %1ST. 12000E FENCE YO /n'Oxx9<v0. 12+00 in of ��i� IxsmE R.o.w 1 2+00 Mry EXIST. WOODEN ROLLE sra 19+65.7 MO. LT) (265' ST) :0.'19+. 2 (2es'w0 1 CI STA.16+82.7 (59.D RT) YORCIGINBLM. auN Oork m1 —r vla� _ it 111-1 CBOBBGw]BOOC (z2z zE 1��� Ixsloc rz. Ew.l 5snw i0c1�irvslDE R. w. s STORM WATER POLLUTION PREVENTION PLAN w l» x 23+ STA. 23+.z, abs +n 24+ 25+0 LG; =ra 25+4].] (S6.G. Rn YORKtOWN BLVD. 51- E.>. 5D+5.5.5 (52.5 RT M z U i-- I(s6 aEEO rIT.L R.O.w. STA z3+.66 (JP Rn MAL 1. FOR CONTRACTORS INFORMAPON ONLY. 15.555 VAPORING (MED ON WS (02ERING DEP, PER WEEK wnIDN EQUAL PGPROx (twiEwl��i�INsmE R.ow. BOBImrBR M zEliF=E R.o.w STORM WATER POLLUTION PREVENTION PLAN IESftl4 a-IPROP. CORD INLET ▪ -R PROP. MANHOLE ® D WATERINGR3A▪ PRO (EF..SHE,12DT2-▪ 11P - SILT FEN" 0 30' 6c' SCALE' 1-=30' (sas LE) C' INSIDE R.O.w. ;e 052 UL5RM'S SHEET I PROJECT: 001216150 z 0 SHEEJ1 18 of 222 95*000 DRAM 50. STR-899 OW PROJECT i E13096 O O Tj W IrvSIDE R.D.W 3,+00 STA. 32+24.6 (ss.o' LT) 18.8N1 7.w.H/ \ 32+ A� 33+00 STA 32+24.5 (20.5 171ThO 0 z2+ ' ..6 OS, RT) 01-12 STA. 32+se.3 (me' MarroSONBL&u 6++00 3,00 1�S 01 pROF L98898,3 NE., 47MZ;77 raaJrmwweara „+16.6 (26.6 RT- I z x M Ileo eEl�'%mc x.0.6. 0 STORM WATER POLLUTION PREVENTION PLAN / =E1'3,1) m Insure x.0.6. C \s, _+ (3) a'LTI LJ STA 33+ 18 m.0 FT+0 1-14 Rn m 1E1 40+00 =-,41.6 (00 TO a1+00 roxxrowxetm. 42+00 01-15 3 STA 4.3+74.6 (08.0' LT)_ 0 a /600 u+65 (O2 R0 43+00 " EL. Iw 0 (miss L�G�' I�xsIOE R. lila `C Ix6mTw.I NIrvE� CONTROL 3E4031 Ro°6.I of ,. FOR ▪ CONTRAtipS IrvmxwnON ONLY. cIPPROP. CURB INLET WATERING .5E0 ON TERING DEP. PER WEEK WHICH EOL APPRO2 ry-B 13,575 GnLxGRE/6EPROP. MANHOLE [EQUALu RE Ix .LLED.ER IxL T G P mExT. GG .T GD66 LGUTIGxG—_ FERTILIZER, D WATERING r-1 TEMP FILTER FABRIC OE C;3 (E.OEET12(03( GILT FENCE r i I g u) xsoE =En I=FE E1=J tlEr• 1TwsIDE n. OSTORM WATER POLLUTION PREVENTION PLAN 0 30' 60' SCALES "=30 �xGID UL0AMTS SHEET I PROJECT. COR16150 N W 101,- o c10 z z z O 0 m K Q QI O 9EE0119 of 222 REC000 000#WC NO. STR-899 CRY PROIEC1 j 013096 ate: Jan 26. 2037 - 23 p Paar,J Fla. PararranlnpaSCV-.03-PL-GVB axa O 0 / \ o STORM WATER POLLUTION PREVENTION PLAN CJ N ti 1 W 5700 Z x H M re S1E,ZexI 'T", n.o.w. N01C 1. FOR CONTR.-FM INFORMAFON ONLY. 2. , s.525 w4ACRE/WEo.s WATERING DEP, PER WEEK WHICH EQUAL nPPxor EEK ® AREA TO RECEIVE BLOCK SOO. FERTILIZER.o WATERING ABRIC LET MD sx.LL YE I5* 71w .,,Ex 1099 TaP PEE..EnT. ae 57 Cxnx LaLI,s r -1 TEMP �:— PICT FENCE (REF.. SHEET ,zMANHOLE) lE.GEN2 WI-, PROP. niociOLE sou, wscE n. J nn. se+.wzi �Ow.' m) 58+00, 0+00 STORM WATER POLLUTION PREVENTION PLAN 0 30' 60' 0o UL7PNTS SHEET I PROJECT' COR16150 N 0 N Qa I- - N0 �N m O No H Z Z O I Y m Y � K 'c> O a STORM WATER P0LLUTIOI PLAN STA. 45+00 TO SHEEM 2O of 222 WOAD 0.110HC NO. STR-899 *710 PIMEC1 i E13096 SITE DESCRIPTION EROSION AND SEDIMENT CONTROLS ow k O CONSULTANT'S SHEET No. FNI PROJECT: COR14150 PROJECT LIMITS. WN BLD. FROM SOIL STABILIZATION PRACTICES: TEMPORARY SEEDING OTHER EROSION AND SEDIMENT CONTROLS: MAINTENANCE erosion and sediment; 4 m ' e� la Nt., A IOTALT Es 590TiTO sone SILEs PERMANENT PLANTING. SODDING. OR SEEDING working order, If n It will E done at the earliest date possible but P _ MULCHING B LINNET ' .PoSed ground has eq. sufficiently to prevent . DRlvcwnvs�I sO$wnLKs. wnEELcnAIR CURB RAMPS curse n GUTTER AND sGNAuunON' BUFFER ZONES I. PRESERVATION OF NATURAL RESOURCES ftrther The urea OTHER' NsmucnaN Acnvlly HAs priority followed by devices protecting storm sewer inlets. CEASED arLLEBS SNABLIIZEDCWITHIN 1a DAK UNLESS ACTIWTIES An ARE SCHEDULED TO RESUME OR BE PERFORMED WITHIN 21 DAYS INSPECTION eas well as very every y� W.el NO • WI «6 I& ar ILaAma " ® o dip a^ Ilimea. r. mere f rein (ae record.fon aon frtt toSite). tlreport Aper STRUCTURAL PRACTICES: should"ce sed onthe inspectionresults controlscanah been M SMIL InEpDWiLL INCWDE PREPNNC SLY FENCES revisetat the inspection revised c tl NN�NNBING�ATMnE - ATS GRADING INLETS, TER LINES WATERLINES EWASTEWATER LINES HEADWALLS. AND LOCATIONS LISTED _ DIVERSION. INTERCEPTOR. OR PERIMETER DIKES DIVERSION. S WASTE MATERIALS: dmeet tot tontl BSTORM ELOW. _ DIVERSION OKEERAND SWALE COMBNATONSWALE shall state PIPE SLOPE DRAINSmanagement _ PAVED S regulations. All debrls wIll be deposited In the dumpster. The durnpster ROCK BEDDING AT C NSTRUCTIN EXIT TTNG AT CONSIRUCTgg E%ITwill be emptied as necessary or as regulred by local P CMNNEMER NALN RS SEDIMENT TRAPS No conatructlon waste material will be burled w alts._ SEDIMENT BASINS STORM INLET SEDIMENT TRAP ST.E OUTLET STRUCNRES hch HAZARDOUS W TE.(INC TING):he 9 u ii e 8 C 0 s` dal t CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services CURBS AND GUTTERS I. aooroorlote soul 1%,:otw shall be contact. irnmediotels STORM SEWERS VELOCI, CONTROL DEVICES In the event thot contarnInated soil . dIscovered. the approximate measures fell be taken by EROSION CONTROL LOGS the contractor such that oll handllng and disposal of hazardous waste is legal. OTHER sq,,,, wAstr. All sanitary waste will be coll.. from the portable units os necessary or as reguned by local latlare by a licensed sanitary mate NARRATIVE -SEQUENCE OF CONSTRUCTION (STORM WATER MANAGEMENT) ALTIMTIES. management contractor inletI. Install structural controls one protection at mean, inlets Prier to ...we of voting topsoil. 3. IA ftp ces TOTAL PROJECT AREA: 1a.5 A.. Alwlnd ll stockpiles and al embankment aM moms Tan locationsOFFSITE B Around all new and tendwary Inlets as mon as they ere functional. VEHICLE IAACKINC. TOTAL AREA i0 BE DISTURBED• 1a.5 ACRES 2. Install erosion control Toga ae IrMlpkb on the drawings HAUL ROADS DAMPENED FOR DUST CONTROL LO TH TARPAULIN EXCESS DIRT CN ROAD REMOVED DAILY WEIGHTED RUNOFF COEFFICIENT: combined runoll welf,)) 0.]0 (AFTER CCNSTRUCTOu) YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) CITY OF CORPUS CHRISTI STORM WATER POLLUTION PREVENTION PLAN NOTES of 3 Inv-over.. a Construct 1M proposeInv-Inv-over..e0 accordance with the plans And sroBIUZED CONSTRUCTION ENTRANCE soeclDwtlons DIRER. EwsnuG CONDITION OF SOIL $ VEGETATIVE5. LAVER R OF EOSn(contract VEGETATIVE COVER. Prepare topsoil ond apply gross block saddIng to areas ...Wed n the documents. 6 Prepare v senna for erosion control w all areae mtede of FAT CLAY SOIL CH( the Kohl-of-way baurbeb by contractwa activities KSDisposal and haul roads shall be construct. , a PAAVEMETAND FLATKBO% GRASS LANDSCAPING ZO 7. Upon comp.. of construction octiNflies, remove oll temporary structuralermanne0 r thot will omise ond control the sediment that may enter receivino DIpoalrean be located in any trate., water.. or controls atl re-se.d arena disturbed by t sr renow strearnb. Conn.,. staa-no ors. and veh-ole ma-ntenance ore. shall be NNE OF RECEIVING WATERS: 050 CREEK BASIN constructed by the contractor in a manner which minimizes the runoff of all Pollutants. All water.. shall be [laved as soon aPractical .inc. deb, and other DCB-120-100 obstructions Marne durina construction operations that are not sort of the finished work. OCB-I20-101 = STORM WATER MANAGEMENT. Oce-130-10iDuring construction 1em ens. storm water runoff .11 be conveyed sting ditches, curb W gutters PERMITS: RM Ts. drainage structure. that may be rewired le be woo.. by contractorahunEMl permanent storm wale droinatt improvements naw been cananuctM. then RPREVENTON EQUIREMENTS. INCLUDING AND SHALL OBTAIN ALL PERMITS AND FULFI FFIERg AND F INTENT (WNL ONOTICE OF ERRMINATION (TO NOMO ACLLS BE PERFORMED ATSPNGS I:cED. Na SEPARATE PAYMENT Wu BE MNE FOR SUCH PERMITS THE SAEET121 oT 222 RECORD WNW NO. STR-899 CRY FlKUECT) E130g6 Twater Prevention TIL Resources v I. Hazardous Materials or tion Issues 2 3 t G & 00 3 E o :2- t 1del CONSULTANT'S SHEET No. TNI PROJECT: COR14150 y ) q •e b3 � S a —aVr ee l°' re a wit..�w.; ^,: ,� o-., vgg Em' • Discharge Permit Construction General Permit required for TPDES535 150000Stermwaterw projects with I or mare acres distrubm sail. Projects with any disturb. soil most protect for erosion and xentatlon. arm xo Action Rwmrm ® Bemired Actio. Action M No d sedimentation dare with TPDES Permit UR ISDDOD controlling aeon on n accordance 2. the sWJrevise .nen nerensw ary to control potion em y Ne 9 cern P one 3, Post Construction accessible to the puaoc and Totice.CEO. EPA or other inspectors CSO with SW3P information on w „ear ted site. 4. When Contractor project specific locations IPSdsl, increase disturbed dao area to s acres or more, suborn xGI m TCE0 cad the gree. n r streams, watere0000 ane Wetlands Clever water Act Sections revArN In alcal issues or archeological orl/facts /Oohs, burnt ra*, flint. pottery, etc) are found during construction. wase work In fie Mena,.5 area and canted )h Englrex Im0Mlaley. ®No Action Repuiree ❑ Repo m %man %L No. anasphalt z. IV. Vegetation Reaaur000 General rapyles to all 050/ects0 Comply with Ye lbzard Communlat/on Act O. AO for personnel who will be working with hazardous materials by conducting safety /0 neer. plot beginning construct. and making workers aware N potential hazards In ih workplace Ensure that all workers are pwi000 with personal pot.. equipment orradate far ant ...us molvlals used. Obtain and keno on-site Mater/al Safely Data 5t Ys. DIS051 far al/ hzardans pc.. used on . poled, wt. may Pee. M ore M Melted to He following categories. Paints, acids, solvents, podWs. demical o00/nves, fuels and concrete arming compounds a a00/lives. Provide odea/ storage, off Lure grand and arered, for p.a. wNab may be hazardous. Martaln product labelling as required by Inc Ad. Ma/Main an adequate sum of on-site spill response materials. as indicated In Me MSOS. In tie event ot a spill. take actions to mnlgode the soIll as indicated In OwMSOS. In accordance with safe wank practices. pact/cgs, and contact )h Olstrl811180ll C 0 880 immediately. Th CwMoaw shall to responslde for tha ped containment and cleanup of all pedant spins. Contact ere Engineer if any of fie follwirg are dehchd: • 0000 Or 0lstressed vegetation Lal /OentRled as normon b piles drums, aMser, barrels, etc. • undesirable smells o- odors • Evidence of leaching or seen. d subNagcs alar indicating hear....moterials 0lsomer0 can Ido „ y go lay a~ LL� m ® o g V ei 0Workg 1 a dor a 4 USAGE Permit rewired for Hilly, dredging, excavating or otter work In any water bodies. rivers creeks. streams, wetlands or wed areas. The Cavrador must <NMe to all of . terms . conditions assoc.. with Inc following lermrRsk ®x Per.Required 111x bona Per. - x not Required oma than v M acre Noma our weua.m .t.t. 111xc Nationwide N Permit - � tug w m d1n2 cue. vs m I. Notre. 111Iml„ uo erne° xequ5ee3. Other Nationwide Per. Required: xwP ed bb.. Fro emere of . US Pro.. pro .cad m control .°Mee go, Iloet.on h, Prolect.e check pet management oa11 ed a anepost-project T Preserve nativa vege/allon M On extent podical. ®No Anton Requir. ❑ 3051,00 Acton pagan No z s. V. Federol Listed, 0. Propos. Threatened and Endengered Species, Critical Haakwt, e00p[g possible or contamrrel/m on site. Ham.. Materials our CrpaMreNca issues Spctllc to Ms Project, ❑ No Acton Required ® bemired Alban xn 0 No. 1. CEASE WORK IN COMT.I.TED AREA. z. CONTACT ENGINEER AND CONSTRUCTION SERYiCES. SECURE THE SERVCES OF u N atuEED/PERNITrED HAZARDOUS111NationwideO WASTE DISPOSAL CONDUCTOR. 4. GATHER AND DISPOSE OF CONTAMINATED .TER. IN A MANNER 'NAT Is BOTH SAFE AND LEGAL. von other EnvIrenmenml Issues CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services store Listed Species, candidate Species and Migratory Birds. ® No Acton Remirm ❑ Rewired Action Action No. .mune applic.e regional or site pecc em1.meetal issues.. ® No Acton Beame0 ❑ Rew'ma Action Action No. YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) CITY OF CORPUS CHRISTI STORM WATER ENVIRONMENTAL PERMITS ISSUED AND COMMENTS (EPIC) or Best Management Proems: Ereslm Sedimentation Post-Construction TSS ❑ Temporary vegetation ® ser Fence ® Veneta. Elle Stripe ❑ aarkst3/Um0rg ® 0a0k berm ❑ Releot3Mirrgoupn system 111.1. 111 Tr ate DN. ❑ Ea.ndm Detention Basin ®e.g., ❑so dog Rum ❑ Camta0wok.. ❑ caterse.. ❑ straw Bole Dine ❑ Wet Basin ❑uwro.❑era ma ❑ao Ern entreCam.. Erosion Control Compost ['Erosion Control Comcast ['Mulch Toter Brmand Sochi MUI.M1 EI n m w c s ®MJ n Fit r arm a a Com os F'1. m 3,03300, ❑ compost ED Berms d Sack. ❑ Comp. Filer Berm a.tl Socks ®vgetoton Lima man. ❑ s m Onle Sediment Trope ❑ so a Fore System. ['Sediment Basins 2 If ant a ih Titled spec. are observed. cease work In the Immediate area, do not NNuh species or dhabitat and contact lh Engineer immediately. Th work nay 30 rem. active rests from bridges and hr structures airing restly season of Inc Gras escalated wnb Inc nests, /f coves or sinkholes are disco ere., wase work In the ImmeO/Ned area, aro cot. the Eiglneer /30580/8/0// 3. SHEET"! 22 al 222 RFC= DRAWING N0. STR-899 CRY PROJECT ye F13096 INLET WALLS nie2 n'Arse" SILT FENCE CURB INLET - PLAN MANHOLE - PLAN NOT TO SGLE NOT TO SGLE 'Mekg, E'e,7° WIr"F‘Allt11-11CT RE t;EFTIVEOPGINO SEE NCrE' 1 faliM iCP DOWN) FLOW Ma& NOTFS, Wrgc7g.:WorTjEccToUttorE:Hrom " MreeE' HisVA arrrEnuPED 4'Perucr"S ,EEJ EFFEICT MIXAWOLAILGEOE A 'Er FN COM ON 0 TEE, CEOTIZOTOPE "E'A'Er'E° FIrE7 TEMPORARY FILTER FABRIC INLET PROTECTION DETAIL NOT TO SCALE NOM FLEEAFS. "Ec,T,'Frz..r TA7z aior0-7""" CURB INLET PROTECTION DETAIL NOT TO SCA.E CIIRR 9.11F7 PROTECTION NOTES: 2E=ETEcno'HrTca'IC'TO.LA3V.HHE7ntnr:. %'ELLc=oHAT•L ps.L%sr= rruaXiVE"TErrtn'' ELTHCSEFTHFT.Z7FrorTsFEEFjevoRMTH' 'TT/EL4;::TRE3HCSTS;EFBE'LOWE'TICCHERR7ESOP OF THE BOARD. THE SCREWS SHALL BE PGCED ON 3' 0.C. THIS METHOD IS USED IN LIEU OF ua7y'pme- Fuzzxrct-E„,,ew DIRT/DEBRS FROM THE SCREW LOCATIONS. APPLY CHEMICAL SANDING. AGENT AND APPLY rICHrIZETT'LTEIAPHSZBH 7 "'ACE THE "" TH' 'ETH' r.°T t'SE' EreirFpsvIli=74.--xt ce7 L2001-0°,1,nts=0.7 rE",, %."'14E: '141TETTOrNr"rIlr:LTREARCLAT'ElrEArXtE; FT:I2 CONSTRUCTION DUE TO WAAGE OR DEFERIORAnON (SUBSIDIABY TO INLEF PROTECT.). cevEr°72RoriivAletrov'tlidIao'rrOri cOlaCTSLEeir Tn. glc_OT, CET"Ts r 'N'LL CONDUCTOR OBSERVES AN IMMINENT MREAT uF FE0E0OINO OF SuRROMNDEmO RrturERIY.'' 5 INLET PROTECTIONS SHALL BE REMOVED AS SOON AS THE SOURCE OF SEDIMENT IS STABILIZED LA ROCK FILTER DAM AT EARTHEN BOTTOM CHANNEL NOT TO SGLE SECTION AA NOT TO SGLE 13C3, EILTFIR 0.41/ NnTFsa EEEEEE EEE ELE0E 0E 0EEcEE0 „E E,E0EEEE. EuEE 0E.„000,E0 EE ELE0E0 EEEE ;MARK. 'LVINWOMZITHla A'N'DYWIDELSUTCreregIMET7REA' DRA".°E VEEGFIVTIrifFE0r. W'EFIVRH. S''F'rEREgI2INSHAALNII TEDTIEIrre°!': T"E 3. THE ROCK FILTER DAM DIMENSIONS SHALL BE AS INDICATED ON ME PLANS. 0. SIDE SLOPES SHOULD DE 2:1 OR FUTTER. 5. ROCK FILTER 0.1 SHALL BE A MINIMUM OF TVO FEET IN THICKNESS AT TOP OF .11. 6. FILTER DAMS SHOULD BE EMBEDDED A MINIMUM OF a' INTO EXISTING GROUND. , II,IUED,I,14ENTHETRX,NEsOR PONDING OF SEDINEW UDEN RUNOFF SHALL RE OF THE DIMENSIONS FAEFEE-SE5.ErTrI+EEViICSEE:Lt4C7EEED 17PFE VIUMW INg11[0ErSTEIRrOlrEaYETOUrP STRGN BED 4,grroA's• ' 9. FLOW OUTLE-F SHOULD BE cffro A STMILIZED ARG (VEGEFATION. ROCK. 10. THE CUIDLEUNES SHOIWI HEREON ARE SUGGESTIONS ONLY AND MAY BE MODFIED BY ME ENGINEER. " FASTEN FABRIC TO TOP STRAND OF WELDED 2-,.'osTsE =A.AE,F,ero mu= nA 472.7 BASED POST 16. SYMBOL: ---SCF--- TEMPORARY SEDIMENT CONTROL FENCE DETAIL NOT TO SGLE SFDIUENT rntaRni. FFFWEIINOVOUJDEUNES± ntElroaryFrg'i—T FSZE4111=FLERX01,11.41orv— '.11,1EnTIDEEZNHOWN HERE Nir SU.ESTIONS ONLY M0 MAY BE MODFIED EXISTING GRADE TOYELTIMEIT PROFILE 9VM ETZLTITTLEIPTEL11-i% AV 50' MIN. ----------- PLAN STABILIZED CONSTRUCTION ENTRANCE NOT TO SCA, rorn-rmirrinN FHTRAN, NOTES. 1. STONE SIZE. 3-5" OPEN GRADED ROG. 2. LENGTH. AS EFFECTIVE BUT NOT LESS THAN 50'. 3. THICKNESS. NOT LESS THAN a". a. w1.11,10T LESS THAN FULL WIDTH OF ALL POWS OF INGRESS/EGRESS. , 5 w41.0 'EH„Aarow palrnow= ,rAL :HEzra g.Tc7E D4-,,,DrArranazE,FpHztTermsInTrzradtaeanrca AT. 6 EtP3EiW:VE2A7A°:D"gittrgOADieg;TV2iN'SEA5I TRACKED ONTO POOL C ROADWAY MUST BE REMOVED ' Rntra.ro7A"44%,147,7Egt'i4=1,4"""A'rE 'A"' AwALE ' CONSULTAICTS SHEET No. RC PROJECT: CO1314150 -R. 00 00 Ev' o w 0 < — 1L7, 0 0 0 0 12 z 000 0000 z 0o z () z1.1c D ‘,6,a Oa- 0 00 00001 23 o 222 WORD DRAM NO. STR-899 CITY PROJECT / E13096 Pavement Edge Shoulder width 4" Yellow Centerline y 4" White Edge Line Yellow Liz Yellow Line Shoulder width TWO LANE TWO—WAY ROADWAY WITH OR WITHOUT SHOULDERS Pee. y r Edge 6 Mn. pro. 4" White Lane Line � e White Edge Line CENTERLINE AND LANE LINES FOUR LANE TWO—WAY ROADWAY WITH OR WITHOUT SHOULDERS w omni Lone Line �N E> 4" Yellow Edge Line White Edge Line EDGE LINE AND LANE LINES ONE—WAY ROADWAY WITH OR WITHOUT SHOULDERS Pavement Edge 0 White Lane Lin L 4" Solid Yellow Line Tr el.100 dgwlidi Minimum ts P e em #m6 a s1V' elan nmum GUIDE FOR PLACEMENT OF STOP LINES, memTraveledEDGE LINEnm& CENTERLINE Highwayst Widths for undvide.d 61690 0o or Foce Curb 4 Yellow Edge Line 8" Sorid White Channelisin.g Line whim Edge Line , While Lane Line All medians shall be field measured ry striping. Stop/Yield bars and centerlines shall he placed thon 30 ft. The median width is defined as the area between measured from edge of traveled way to edge of traveled way. The ion x turn lane . edam, width might be different between intersections. interchanges and of opposite approaches of .1 same intersection. The norrow median width will he the controlling width to determine if markings ere required. FOUR LANE DIVIDED ROADWAY INTERSECTIONS cries Lone width greater than or 4,1 to 11' liNFOr;rpoZtghfLe4nlehr,r4roppr000rho oftionol but if used. It shall be o minimum 500 feet long. 3. The width of the of feet NO and the rag, d crosshatching width is the full shoulder width in advance of the bridge. 4. The crosshatching is not req,red if delineators or g fence Mails, refer elsewhere in he Mon mer reflectors ore used M structure. 5. ROADWAYS WTH REDUCED SHOULDER WIDTHS ACROSS BRIDGE OR CULVERT GENERAL NOTES 1. ine ne stripingne should typically nm mbee :re„tein .ecuon..f conditions. 2. The traveled way includes only thot portion of the rood, for vel,culor trove,. not the parking lone, sidewalks. berms a. shoulders. The traveled rmeosu frorn the inside of edgeline to imide of edge. of o MATERIAL SPECIFICATIONS PAVEMENT MARKERS giEFLECTORIZED1 DMS -4200 EPDXY AK) ADHESIVES DMS -6100 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS DMS -5130 TRAFFIC PANT HOT APPLIED THERMOPLASTIC PERMANENT PREFABRICATED PAVEMENT MARKINGS DMS -8240 uerdDrtmioMeplcia the required Specifications ef�anas specified by the plans. 94777777 FOR POSTED SPEED ON ROAD BEING MARKED EOUAL TO OR GREATER THAN 46 MPH Ioo\a00000a FOR POSTED SPEED ON ROAD BOK MARKED EGOAL OR LESS THAN 40 kg, YIELD LINES TABLE 1 - TYPICAL LENGTH (L) Posted.Speed Formula L. OWS 0440,11,1,, w.wren offsei if Notching should lw Bridge reduces to 2 feet on a 40 MPH roadway. The length of the crou- hatching PM(1)-12 CONSULTANTS SHEET No. MI PROW.: COR14.150 01 0 N §a Q^ =01 m O NO z z I—� Y � 0 < o 0 z Q 0 z (nz z U H S0En124 0l 222 RF1000 000#x90 No. STR-899 CRY PM/EU j 013096 REFLECTIVE RAISED PAVEMENT MARKERS FOR VEHICLE POSITIO 6G E> SEE DETAIL a CENTERLINE FOR ALL TWO LANE ROADWAYS NTNG GUIDANCE Centerline Continuous twamay left turn lane Ty C a� Typ.ID SEE OETNL "C" ao CENTERLINE & LANE LINES Ica, FOR FOUR LANE TWO-WAY HIGHWAYS is p as 00 -mm center.. m AA DETAIL "C" CENTERLINE AND LANE LINES FOR TWO-WAY LEFT TURN LANE ✓ Tyre se or IIA« > o Type IM or IIMM 00 LANE LINES FOR ONE-WAY ROADWAY (NON -FREEWAY FACILITIES) MATERIAL SPECIFICATIONS PAVEMENT MARKERS IREFLECTORIZEOI EPDXY ANO ADHESIVES DINMINOUS ADHESIVE FON PAVEMENT MARKERS TRAFFIC PAINT HOT APPLIED THERMOPLASTIC PERMANENT PREFABRICATED PAVEMENT MARKINGS DMS -6 ONSM DMS -6 IMS -8 DMS -8 DNSM NI aired Departmental Material vement marking s SpMlliflcat Spemeet cifications required by the plans. Io o /0 0 0 0 0 0 0 0 01 CENTER OR EDGELINE o BROKEN LANE LINEof REFLECTORIZED PROFILE USING REFLECTIVE VE PRONE DETAILVMEMARKINGS Z1,2 iet6ocp1 .' 1lr� equal to stack of 5 quarters to a maximum height of 7 quarters. a EWE LINE OR CENTERLINE OPTIONAL 6 EDGE LINE OR CENTERLINE NOTE: GENERAL NOTES Me stripes. Type I (Top View) Surface x5°7: Type II (Top View) SECTION A RAISED PAVEMENT MARKERS PM(2)-12 CONSULTANTS SHEET No. MI PROJECT: COR161S0 (71 o N §a w¢� =NO m O N z 2 z Y � 0 < Oz sprn 125 a 222 RFCORD PRAMS ND. STR-899 CM PM/EU i E13096 ota Jon 27, acs - ass, Ueer bJ ss,. Lam ov g — n o p ° g ma= L, CONSULTANTS SHEET W. MI NpJECT: COM.. *) ne i'''t g. wies note Vanes a 9 Dosed a xnLaeOt Yelax..o d 0 0 otYtoi 1 SEE PET L ap �� o 0 0 0 l,yP , AMarkers w li 11 �5t . 0(01 m 3e 0 - .yela d o .I. ee 170 or �TY , e 6 xnRe e e DyPa ��M�MIIMMI\. e e e Ye,. Sa� 11> SEE DETAILD DETAIL A o o MINOR/_ C/�,J Varies °n length turn oya,w°ge x . TWO-WAY STREET " ,g *xx Typicallyequalt y, tn<'Iequ Ione CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services TWLTL AT TWO-WAY CROSS STREET AND RIGHT TURN LANE DROP eo°,Iu Lane,di% DETAIL C v0.0 vw�s rsK n... p , - J 0 1 o= 7]rq z= m,ted 8 white Lao Line o m k E DEMI_ F„ l placement of Stop Bar ex e e e ite broken and Crosseallt shall be approved by . ..n. app. GENERAL NOTES or °"'"71 RPM .menL .da t,. — LI °�, y d,4 1 DETAIL B — —.ow MATERIAL SPECIFICATIONS nuaY leogn.n sE oEruLA yellow solid PAVEMENT PA MENT MARKERS t EFLECTORIZEOI M°ie e°Oelm a -- EPDXY Alp ADHESIVES 01.1S-6100 st d dg. i °r ex°. 'n the °n w q ey `r(/\ PAVEMENT RIITL uS ADM FOR P NT MARKERS'arkfrgaea I;nie YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) PAVEMENT MARKINGS FOR TWO—WAY LEFT TURN LANES, DIVIDED HIGHWAYS AND RURAL LEFT TURN BAYS TRAFFIC P mite broken HOT APPLIED THERMOPLASTIC MIS 8220 to of id 4 4 R Ai EN PREFABRICATED Emat DMS-8240 4.6or Yne. eM.n in IM iemae TYPICAL TWLTL AT ONE-WAY STREET AND RIGHT TURN AUXILIARY V LANE ° pavementmarking Trials shell meet the ^ea Ted Departmental Material Specifications n Umioom Trallc control oevi<esurn be rnediat Type II-A-A Make„ Sold 0 H Make„ `-R Aega as„° • a recto .nle„ „ala <I,e.nw< n , e rs. v v v vee ®_ —— r _e SEE ceTNL v 6. �� 01 o w 0 r- _ .6 6.. 6 a.l 5.. N°,. 5 TYPICAL TWO-LANE HIGHWAY INTERSECTION WITH LEFT TURN BAYS TYPICAL TRANSITION FOR TWLTL AND DIVIDED HIGHWAY PM(3) 12 sHEET126 D/ 222 RCCaw MOM No. STR-899 CRY PMUECii E13096 1 4"T A NEP I,. \. B\ ■■■L ■■■■, i1 4"SIH n ■■■I IEEE NEW EEE NEN,■■■ NEI iii ■I 1 ■■■ IE II 4 \ •AN •• ■\. 1' I•P 1 4 OEN A ICI NII ■■■■ ■■■■ ■■■■ ■■■■ IIII IIII 11.5' (±,5') 4" - - INN I■ I've'II I i■■■■ 6.5' (i,5') 1 4' T 4"H H NW 1EEEE NEW IEEE iiia IEEE NEI 1EE ■■V 1■■ ■■I 7■ I' AI is. \I ■Ti■■1 I■■U■ Nom VIII VIII ■■■■I 1■■■■I NEW =WIM ■■■1 'E\I V 1 1 '\ 4 ' mi.— 'VI IF A II 1 1' A . •• ■■■\. VEIL ILII . ANNEMEL MEE/ 9.0' (±,5') 1.13 O 4 4" I� 7.5' (±,5') IEEE/ \■■■■ NEM IEEE ■■■I IEEE NEW IEEE EEE, MEI ■■I ,EE ■■ Er I • 4• •\I IMEM ■■\\ ■■■■ ■■■■ ■■■■ ■■■■ ■■■■ ■■■■ ■■■■ ■■■■ ■■■■ ■■■■ ■■■■ ■■■■ ■■■■ ■■■■ ■■■■ ■■■■ ■■■■ ■■■■ ■■■■ ■■■■ ■■■■ ■■■■ ■■■■ ■■■■ 3.5' (±,5') 4" H k- i...NIEEE EEE ■■■I ■■■ NEW IEE ■■■' ME ii1 1i Er i ■I 1 ■I 4 I. 1 • ,I■ ■L. COII ■■\I■■■,■■■■■■■■ IIII IIII 1 \EE OE IIII ■■O-- aam m �, .t IIII 10I NENE AMEN IIII ANNE I IIII e IIII IIII ■■■ ■■■■ ■■■ IIII III 7.5' (±.5') I I AL ■■ II •NENE• ■■ NE II Off IIB 1I1 NEE EEO • ilii t ■■■I 1 1 ■■■1 1 1 ■■■1 1 II• 1 ■■■ • III I III I NEE • • ••NEE 6.0' (±.5') 0 m I. Minimum 8 foot white markings should unless othenvise noted. If mnmge consists of more than one word. it should be placed with first word neorest the driver. 2. These details are s.ndard size for normal irntollatiom sizes may be - ow sped UrbancoMrliern: larger sizes may be needed for freeways. above rage speed WM.. longitudinal space m e between mr other critical arkings tiorn 3. M ekings sbaultl be at I.st far times the height of the markings, on lO w peed roads, a ut shaltl not exceed ten times the n. 4. markings cora red appaTate 1m use when unlesswarrant include the RIGHT LEFT, TURN ONLY 25 MPH SYMBOL /MOWS B. Warning STOP AHEAD SIGNAL AHEAD SCHOOL SCHOOL X-INO PED X-XIG C. Guide US ROUTE XNX STATE XXXI Other words or symbols may be ecess d certain conditions 5. Uncontrolled use of pavement markings can result in driver confusion Word and symbol markings should be no more thon three lines. nt 6. The word n� by a SII top line t be �and on siign. The advance to a : word "STOP" shall p r vehicle is t be placed on the pavement n regal. to stop at all times. 7. Pavement markings should generally be no more than one lane in width, with School messages being the exception For details of School and School crossing pavement markings, refer to Port VII of the "Texas Manual on Uniform Traffic Control Devices". B. Spacing between letters should be approximately 4 inches, The width of letters may vary depending on I. width of the travel lanes 9. Lane -use arrow markings may be used to convey ether guidance or mandatory messages. Arrows used convey a mandato, movement must be accompanied w s.ndard signs and .e xi...n.1 marking word Pavement Mafia, are to be local. as specified elsewhere In the plans. SPACING BETWEEN LINES OF PAVEMENT MARKINGS MPH SPACING 045 MINIMUM 4 TIMES THE LETTER HEIGHT >45 MINIMUM - 4 TIMES THE LETTER HEIGHT MAXIMUM - 10 TIMES THE LETTER HEIGHT CONSUL-FA/41'S SHEET No. TNI PROJECT: COR14150 Ny W= War111 > E H— o U ° Z 0 a 0 QLd z3 Z 0 Z Q 0 O30 3030 Z Q 4, 0x0001 27 01 222 RECORD DRAM NO. STR-899 CRY PROJECT / E13096 ante: Jan 30 STANDARD INTERSECTION (TYPE "A" CROSSWALK ) 24,ORE STOP 104A 01 PELEtinF SCHOOL AND NON•SCHOOL ZONE CROSSWALKS AT INTERSECTIONS ACROSS HIGHER FUNCTION STREETS (TYPE "B" CROSSWALK ) CROSS WALK BAR (DETAIL "E") NOTES: 2. TEIPPLATES SHALL SE USED TROVZOTTOW BY ENGINEER DO NOT STRIP N wTRIP ET w/xamiA. (s Feorr�'r'1 �� z. sar eu MIDBLOCK (TYPE 'C" CROSSWALK ) I ze rtt¢ or .uuesVmsF uN¢l MIDBLOCK C CONT B SWALK, SCHOOL 0 ED BY A TRAFFIC SIGNA COMBINATION•TYPE CROSS ON•RELATED HALL K (TYPE CROSSWALK) Ii LONGITUDINAL BAR (DETAIL 'Fs) CONSULTANTS SHEET No. EN PROJECT: COSI. S0 N W I 0 N cr w¢� 001.— m O SHI O Z 2 Z aim Y � Q 0 < w WNfn128 of 222 ITCORJ MOWS NO. STR-899 CRY PROIEC1 i E13096 ND, . za. 2z. OD, - LoAeo. e«,: 0E6 MEW NII TEO HES R7-90 L g of. Circle - Red Me11.1. [EKE LANE] R-10" R3-17 ep Leg. - Whne Bock,. - Block Btrou01I01t;U) AHEAD R3 -17c Legend - Bookstand - Beek END R3 -17c Leg. - White trell.) Bookstand - Bak SPECIFICATION REFERENCE TABLE MATERA, AND TESTS DIVISION SPECIFICATIONS PLYWOOD SIGN BLANKS D-9-7100 ALUMINUM SLR BLANKS 0-9-7110 FL, SAFACE REFLECTIVE SHEETING, TYPE C (HIGH SPECIFIC INTENSITY) 0-g-8300 VINYL NUN -REFLECTIVE DECAL SHEETING 0-9-0320 COLOR USAGE REFLECTIVE SHEETNG OR OTHER MATERIAL 2E,, 22= 21", :22112= "g70.== T.1-':ECC=HTIZIF?C'llS1=SIT, BLACK LEGEND/BORDERS VINYL NON -REFLECTIVE DECAL SHEETING WHITE LEGEND/BOROERS TYPE C MOH SPECIFIC INTENSITY) GENERAL NOTES: The 000e0 and lateral spacing between lettere and numerals shall conform elth the Texas "Manual on UnIform Traffic Control Devices for Streets and Hig3eays". BOW, and any app.., changes thereto. Lateral epoch, of text shall pronnde a balanced appemance. NI materials shall conform to Departrnent Specifications. 5171 Monks shall be faOricated from 0.00 inch thick alurnInurn alloy Urype 7.3/: Zw3"tOndOr'r:94)1 For red buMground signs. legend shall be appli. by 00009 cut-oul white reflective eneeting applied 10 colored Nackground or coneinatlon thereof. Beckground shall be reflective sheeting (Type CI. 01 .9(0 beekground signe, WO, legend shell 00applied Oy effeeOng process. cut-out vinyl non -reflective decal sheeting or combination thereof. Red. green or other colored legends, eyrneule, odder borders Shall heandlien by screening process with transparent ink, cut-eut reflective sheeting applied to white background or combination thereof. Background shall be reflect. sheeting (Type Cn. 070 30" •;> FROM PC OF CURD RETURN OR CROSSWALK No parking signs SEE PLANS'FrOr LOCATIONS c) NO PARKING ALONG BICYCLE LANE W7 THRU . DETAIL "A" SPECIFICATION REFERENCE TABLE MATERIALS AND TESTS DIVISION SPECIFICATIONS TRAFFIC PANT ONS -8200 THERMOPLASTIC, HOT APPLIED UMS-8220 PREFABRICATED PAVEMENT IMINGS-PERMENT DMS -0.240 GLASS TRAFFIC BEADS CMS -8290 GENERAL NOTES: ille:S.s,t Izsegovement nnorkTngs shall he white unleSS instolled odvonce of the BEGIN RGHT TURN LANE YIELD TO BIKES RIGHT TURN LANE 0 AT INTERSECTION 109 RIGHT LK MUST TURN RIGHT 000 CONSULTANT'S SHEET Na. MI PROJECT: C0916150 00 91021129 of 222 9.000 DRAM ta STR -899 CRY PROJECT j E13096 ote Jon 27, - .1150ao User et Re 0,1,110991,9XCECC STO BIKE LANE.MB IFErrodopECOCC STD SLIPBASE-31113116, s w & - a w 3 . m 2. o J COSISOLRM5 SHEET M. MI PROJECT: 301916150 ` Eel €5 TRIANGULAR Keeper BolPlaro ® ® SLIPBASE INSTALLATION GENERAL REQUIREMENTS' GENERAL NOTES. NOTEslip ewe *011 M permanently perw,tly marl. to Indicate nauracl,rar. w1 .1, deign, and Iooa0lan M to of Iseslfpaariaes�'wt. T There are various devices approved z. 10.002. 0subj.5" m mle are�.ro, TACT wnra;� Standards me ro11o0030 .356 60tlane. 10 saeM for the Triangular 5l ipbase System. T llen3i101. 5 nll sdsediammn Please reference the Material Producer sot 10.:S Or lI010W swell* lereal tubing le plPe 1008 List for approved slip base systems. Oilier la may be wed If 55 May ..at the calla Ted httpo //wwx. txdot. gov/bus i nese/producer_I i et. him s inch.. yleu ield .I.endm ® The devices shall be installed per z0inull mink. iooa lees eaam 70,000 Mid ee .iml me .agz or N Ili ili WY p- ileW _ ` _`_ -�a�- �- " .�.� manufacturers' recommendationsbMte. 131, .e. the rads i 2.106 �to v99• . Installation procedures shall be avadl l m wrlemeter lF .mute0zi o.311 ...ereSSW A653 ala P prey.. 4.1 wlrp asT. A55s1, moat 164 30 05110 0325 If reyired .. crest w d seen by .Ma 110138 01111 zlry sirs per AST/ 0833. provided to the Engineer by Contractor. 1 r • or Aw9 ratw..r Pipe 2.01 eta dlawvrl aalvanl. per minu11w115mi o-8 Iter 9 vanlRiry.° 2 Bolt length is a ep011 1fles0 00 w� � 2.1 hii.q r pipe with eedvale. 1/2. ,. outs. 1a:w as wall t am mer cast the rel beim PSI 1 um • ._ ..'..� • • _. 15,000 mmimw 10301 Strength 03,0 min...epsilo emeeh elm.. In r SIX Ten be e e. off CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services �•�-. •. _• Sind r i dem. role. Prow. 0I2-1,05 rod an w regia. Class A cmcrete 0cmrsintal ..; ... �"`^"^' 3s 21' nm. .. Wblea Maw. r ihaeal I be...Inn MeMe re. 2.8556. . to 2.895• lan m ASO A123 See Tref.3. Opr.las Oivi.lan e.belM for MMI led dr.. or elan clap and rexw pbws Syrian mpaente. Te wbelte address Nes 11118, /r/M. MM1.90W3011oati6 Wlrvfria. ntm 1. Sian . soots .11 not be spiked except Mese chop. 01y, asoort 33010 .311 not M epi land ASSEMBLY I.8lamtr by 12 d, ire depth deep Isle. If 00118 rook is .. redepth of the tae mm3. mw be r.w:e .m mat It Is 0 100.1 a amia.n of l9 Imms into fro sol Id rook. Y Enn8meer my batches or men man 2 ob. yartthon 0.5 � M be with a p yard., hand WAIN 3 Ole, w�ltmllee c0031aIar may be al 1w. by apiwr. Concrete OW 1 a Class A. 3. pipe andel tM elle bele etw0 Into Ms owe. of the uonoreM. ROMte vat Mlle pshinp . den Into 03 0000rele M ours 688E cont. between th1mlm ie amend end. t�I�M work me stie into Me o14Inc .Mow1M parte a81l it tee else.ere In Me au0otlm LS cf of meta. • 88,301 �z eros M est, unless Ica i by me Erolner. 5. he .rimy ar el lWase .nate. IS .911101reaioM1 p 15 MSi9ad to rel.. Men Mr. from my Sasa1 I. Cut 0Wo. so MM. bofta, or the 0181 0111 b0 1 M 1.5 feet Move Me Wee or the trroels. 11.5., 0093 of 1M claw. 181 Men 8112 plate le bels the 409e or pavamt or 1 to T.5 reel Move el Ip plats when Ms 01Ip plate is Move me Wee of the mawlwy. Ts cut Mal I be pleb and YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) SIGN MOUNTING DETAILS TRIANGULAR SLIPBASE SYSTEM OlaZ 91 RD 5611 ASS/ 1T 0068l0I5AIR r*Gl CONCRETE ANCHOR deal.. using e ctlasewn. Ten multiple stye me Intal led an Me ems and elm to support wry m .swrt. ensure its Walnut 810808 belwn each Man le msMoire0. See y10ISLIP*I for clear.. Mord on site types. Concrete a.er ocal0t0 of 5re• diameter stud bolt with MC ser. bolt r s• In 'e threads � l upper and Q seie akabolt018 S a m nte6. 1M ms 1.3,of 50 and .193 and waders Irstrength � 2.m n.n 9a1.13ed m Ilan 685, "CO .., •sr. Texas Department Transportation '■ ■ . • Sr9• dikes. Concrete Ander 9place., lot. a mmlmaof car. Mmi� up0003 or °Merica fryer Manchors Mm tye tyInstall. have i III epoxy us stal l.00001 Type .i.iw 0 Awar0w �be l. �1MmRaree0: resa extend at lee. much elm tof .11.el al ""and �1p1311 Tie,; • Mea instal sencananon,5 with a 5I Mn i 1 a Inl3p�l o'lanelanandMean 3 pal, respective. or rmma a3pMae Wake SIGN MOUNTING DETAILS SMALL ROADSIDE SIGNS TRIANGULAR SLIPBASE SYSTEM SMD (SLIP 1) 08 221-1/130 of 222 4/CORP MINING so. STR-899 91 Rb SO Ass/ . RWadls9d-X9M ®IaoT dent MI 9-oe odd lay •ma v. mr `".• '"• „`"•, ea 269 1 CRY PROJECT j E13096 IFErrodopECOCC STD SLIPBASE-31113116, m Lb LE BARRICADING DETAILS FULL STREET CLOSURE CONSTRUCTION MP PSI CONC. © SREET as, ":Co''m..T — BARRICADING DETAILS FULL STREET CLOSURE CONSTRUCTION cws zrnlw ®C sr VIN CO 1.411 NEW .a smEE""m`'"u:""PalT 3wM SUE smEET [ arinmin. SCE BARRICADING DETAILS 12 STREET CLOSURE CONSTRUCTION 4 Y aox NAN Amoo CLOSED um xi mom wR. I'll -z 5.,6 Ew so w w:� smEEr. END OF ROAD OBJECT MARKER (TYPE 0M-013) INSTALLATION DETAIL RESIDENTIAL STREET APPLICATION SIGN LOCATIONS CONSULTANTS SHEET No. MI PROJECT: CO1916150 V fn Lt Z O 5 D (n U m } (O O N IELL 0LEJ 1(113(1131 of 222 RECORD DRAM NO. STR-899 CRY PMUECT i E13096 ota Ju,. 27, - .EE53PP User : bJ 3Io llllllI1 II IIIIIIIIIIIIIII IIIIIIIIIIIIIII IIIIIIIIIIIIIII • ff ONS .' ' vs WW1 ID 00 "to i .... * tir so a.R> it. *,,K5=c), IAMI-,..n r111P ��A1■■ • ■11l►�i11■ . 11111111 111 E TANGS ON ■11111111111■ ems ma 1 1011111.111 i BLVD. 1 1 1 1 1 1 1 IEI"I I • 111•101ii• 11 1 1111111111111111► ps .umnoup ��TOLEDO ia o .• ■■■■■i,_ - ORKTOWN ORD 0 I!©1■■\ 1.11111M PI ■ Er RIP 1 471111111111111 ISI 111164 I w94 11,E I FfCtER TRA C SIGNS = OPPOSING UNE DIVIDERS LSc(BPAC!D AS PER PUNS) - TYPE III BARRICADE s EsvxPEPNO ss vPUNS) • (Pw'n PEE ¢EB) us tsPxNO ss Pw Puxst ��`zR��E"aEioRl�o�s.nW�. z.� cNETWBN MR PIPE B DIRECT= OFT ARROW wxEL W <=I NO LEFT Pax PEWIT= NM <1= NO PIG, TURN PEPPERED WWW <=I NO LE, on PBM nM PERMITTED M CONSTRUCTION WORN AREA 010 :.o' ,■ ISI 11111111■1uu11111.11111 \/I \/I\I OTRAFFIC CONTROL ADVANCE WARNING SIGNAGE NOTFS; saLE t =zaa BID DEB t-u,"WAFER CONTROLA E WARNING =NAGe YOWL BE USED. z. ITiSHALL PROVIDE INTO (VALES MESSAGE BOARDS Y xN MESSAGE) nvo (2) TRAILER MONTEanmc ARROW TO BE I'VrElE=HrOrGI9EnTfIETIIO.INTER. IAT! MESSAGE BOARDS AND ARROW BOARDS IN PIO ITEM ,RAFRG CONTROL AINANGE WARNING SIGNAGEE Mei ONc (TR RL DNTROI c ONL h VIZPAI 2 WORK ZONE PAVEMENT WARNINGS YELLOW pouNLF SEE, SI9ZSI°R4 LIPAFFIrZE WIDENS \ /I OBEY NAMING SIGNS STATE LAW O =rm BEGIN WORK ZONE TRAFFIC FINES DOUBLE PRE RiESENT 29.224. END ROAD WORK ROAD WORK t MIXT % MILES ROAD WORK ♦ NEU x MILES NEST % MILES • MATCHLINE ADONESS STT CONTRACTOR ROAD WORK NEST 9 MILES END WORK ZONE O 25 © O CONSULTANTS SHEET NO. MI PROJECT: CON,. SO 0 0 N CC w¢� ' m8 O z 2 z O 0 m Ocr _ < Oz Cr W 0NEET132 of 222 000000 DRAM N0 STR-899 CRY PUMP" i E13096 Ota 227 BT. 2Bt7 - 19,52cE Yaw: bJ us,. PRI _ 1111111111 IIIIIIIIIuII, ,, IN OD 0 VO DR 111111 BOF�1111111111�\M 1AdI 4 f 11111111 1 EP P111111 — 7f woo •�4 DEM 11111 .1I1U,0. CONTROL ADVANCE WARNING SIGNAGE SCALE 0 sosLF: Epp NOiFe. IC CONFROL SIOliAGE FOR HE x. VO S. LOD SHALL PROVIDE T. ip) (22)ET DER DOo mucic TRAFFIC o Dos r0 0 os WARN. SIGNACE. OBEY AWNING SIGNS STATE LAW BEORKGIN W ZONE TRAFFIC FINES DOUBLE PRE PRESENT END ROAD WORK ROAD WORK t NEB%MILES ROAD WORK ♦ NIXt%MILES NCO % MILES • DERem xDILE NANE ADDRESS STE CONTRACTOR ROAD WORK 2)90 % MILES END WORK ZONE 2EP5 © O © O O O CONSULTAMS SHEET No. MI PRGUECT: COR16150 N W LC I 0 N §a w¢� En 3 m O CR z 2 z 0. m Y � 0 < Oz Cr zQ z aN 0z z Z 0¢ U 3 U U Q Z o j WHEn133 of 222 RECORD 599622O 90. STR-899 COY PRO¢C1 i E13096 Tv Jon 27, - (1550n Bev( : bJ Fi.. I I I IIII 11111 11111 1 EGAL OP .■ .IIIIIIIIIII• -TTIME • ME ME AM 111111111111 i 1111 \\\\\\Y///////O '11� 1: I W LLU ® ®N N® • :: M M -- I-, CARLE EL :U: - S - Oft :: • II (5) :: I-, G 0 0 111 1 1 II ,11,. I1\* * REFER TO PHASE 5, NOTE 1 SHEET 136 TORR OWN BLVD 11-1111uuuu11111-11111-1111111, opal oumE tirmuum 0 CONSTRUCTIONSEQUENCING LAYOUT SCALE: 1 D Am.iiiii II 4 I IP I FDEND DEMOTES oCE riiaa v ,I, .. SCA. SR. YORKTOWN BLVD. (1111111 RENPNES SHEET I PROJECT: CO1414150 ocr 6 15 N oa mc) z Z 0 00 Y 00 K §)-1 Q I LLI N z 0 z s6010134 0a 222 RECORD M95040 N0. STR-899 CRY RMI ECE i =13096 SEQUENCE OF CONSTRUCTION NOTE: t .TZTTZA :="s°F TOT; TZ :11r4A " UTILITY. CURB, SIDEWALX, AND ROADWAY IMPROVE...ITS. PHASE IA -TIXNAgIcEg"c=e'lVo"-V71=117,.'3V,ZT r'gcr:4ecpEL:s!'r'.'ot MAINTAN A MINIMUM OF ONE 1_41E IN UCH DIRECTION. MAINTaN ACCESS TO ALL DRIVEWAYS. CONSTRUCT WATER, STORK UPLITY. CURB. SIDEIVAK AND ROADWAY IMPROVE.... PHARE CONTRACTOR SHALL BEGIN PHASE 2 ONLY AFTER COMPLETION AND ACCMTANCE OF PHASE 111rtH NO OUTSTANDING PUNCH UST ITEMS. TRANSITION WESTBOUND MAFFIC TO TVO-WAY TRAFFIC IN NEW EASTBOUND LANES BETVEEN STA 12+00 TO S. STAPLES ST. .NTAIN A MINIMUM OF ONE UNE IN EACH DIRECT.. MANTAIN ACCESS AU_ DRIVEWAYS. CMSTRUCT PHASE .NTRACTOR SHALL BEGIN MUSE 3 ONLY AFTER COMPLETION AND ACCEPTANCE OF PHASE 2 WrtH NO OUTSTANDING PUNCH UST ITEMS. TRANSITION 4116TBOUND ,AFFIC TO TVO-WAY TRAFFIC ON EXISTING EASTBOUND LAN6 BETWEEN STA 12+00 TO EVERHART RD. MAINTAN A MINIMUM OF ONE UNE IN EACH DIRECTION. AMINTAN ACCESS TO ALL DRIVEWAYS. CONSTRUCT WATER, STORM UTIUTY, CURB, SIDENALX, SIGNALIUTION AND ROADWAY IMPROVEMENTS. CONTRALTOR SHALL BEGIN PI-WSE 3A ONLY AFTER COMPLETION MD ACCEPTANCE OF PHASE 3 WrtH NO OUTSTANDING PUNCH UST ITEMS. TRANSITION WESTBOUND TRAFFIC TO TVO-WAY TFMFFIC IN EXISTING USTHOUND UNES BETVEEN STA 3,3 AND 3+9, MaNTAIN A MINIMUM OF ONE UNE IN UCH DIRECPON. MAINTAIN AccEss TO ALL DRIVEWAYS. CONSTRUCT WE, STORM UTILITY. CURB. SIDEWALK. SIGNALI2APON, AND ROADWAY IAPROVEMENTS PIMSE 4 CONTRACTOR SHALL BEGIN PHASE 4 .LY AFTER COMPLETION AND ACCEPTANCE OF PHASE 3A WITH NO OUTSTANDING PUNCH UST ITEMS. TRANSITION EASTBOUND TRAFFIC TO IWO-WAY TRAFFIC IN NEW WESTBOUND L.,1ES BETWEEN STA 1+00 AND SF, 12+00, MAINTAIN A MINIMUM OF ONE UNE IN EACH DIRECTION. MAINTAN ACCESS TO ALL DRNEWAYS. CONSTRuCT WATER, STORM. UTILITY. CURB. SIDEWALK. SIGNALIZAPON. AND ROADWAY IMPROVEMENTS PHASE 4A CONTRACTOR SHALL BEGIN PHASE 4A ONLY AR1ER COMPLETION AND ACCEPTANCE OF PHASE 4 WrtH NO OUTSTANDING PONCH UST ITEMS. TRANSITION EASTBOUND TRAFFIC TO TVO-RAY TRAFFIC IN EXISTING WESTBOUND LANES BEPNEEN STA 1+00 AND STA, 12+00. MANTAIN A MINIMUM OF ONE UNE IN UCH DIRECTION MANTAIN ACCESS TO AU_ DRIVEIIMYS CONSTRUCT WATIR, STORM. UTILITY. CURB. SIDEWALK. SIGNALI2APON. AND ROADWAY IMPROVE... P1 -ASP 5 (SEE NOTE 0) CONTRACTOR SHALL BEGIN PHASE 5 .LV AREN COMPLEFON ACCIAPTANCE OF PHASE AA WEN NO OUTSUNDINC PUNCH UST ITEMS. THIS FINAL PHASE INWLvES THE ENTIRE LENGTH OF THE PROJECT, BEGINNING , THE WEST END OF THE EVERHART RD. INTERSECTION AND PROCEEDING EAST STAPLES ST. INTERSECTION. TRAFFIC WIU_ CONTINUE IN BOTH DIRECTIONS ON P -IE NEW ROADWAY UNES. FINAL RORK ON MEDIANS WILL BE ACCOMPLISHED BY RESTRICTING TRAFFIC FROM THE INNER UNE, SO THAT FINAL MEDAN WORK INCLUDING UNDSCAPING IF AUTHORIZED. WIU_ TAKE PUCE WITH EASTBOUND UNE ON Y. AM1.1 WESTEOUND TRAFFIC IN THE OUTER UNE ONLY. THIS PHASE YALL ALSO INCLUDE ITN'S'TFAFLTATrOMMFT,LTLE'PERMANENTLSIGNAGE, PMEMENT MARKINGS AND 1.SED PAVEMENT MARKERS. FINAL ANUSTMENTS TO TRAFFIC SIGNAL CONTROLLERS. REMOVAL OF TEMPORARY POLLUTION PREVENPON CONTROLS AND TRAFFIC CONTROL DEVICES. FINAL CLEAN-UP MID MAKE RUDY TO OPEN THE COMPLETED ROADWAY TO TRAFFIC, AND PROJECT CLOSE-OUT NOTE: CONTRACTOR TO UTILI2E APPROPRI,E TR,FIC CONTROL FOR ,eLec.r, ',111112 e TO S64 MODIFIED PROCTOR IFIBES61"" DENSIIN(ASTMD-1W) (DTEMPORARY PAVEMENT REPAIR SPECIAL NOT, GENERAL NOTES FOR TRAFFIC CONTROL: I. RaeD CLOSURES SliALL SE UNITE) TO WORK AREAS MIL, IILNLLETWCILPSEPI/IFSSDTSZROV'EDAV VE'FIIIIILCITTISI,C1E1"042 THAT *"“ AF'n "' iFfALTIVUK vezzegz.cEr.-gtEma Irgn g, THE PENEICOAr= rUCPERACCE101 Zg.tZfr1VgFf=4""nr,,;,-FhntA.,`"-1.=''''''"' """" 'COR'172AFOR'SIRAY7TRIITIECET<YriirinD;?PiNTICFEE'LETTBADEIFf Fac.enzzE- Ez-frAi.,,i7ELcarz=v,m-gF,,; 'iTgerZA-V.T412 ITO gr. r..101,°.WVEKLY,n` woneferal= V042111,"ONEWs'UNer TR"'' PLA". W"'"H'L PER''ED TT=IL-E=INSLTRZT:D11.41ATI:O'CILPIVF/IF' °E'e"HALL LIET.It'd`rg°1"72; De'''. A"' CU'E' ieSeplieng,I414,FS,MTZ"ZITZIr%Mn202`2,ra7,7,t'lleltiVE.Itg" 10. THE CONTR.TOR SHALL INSTALL AND MANTAN A HIGH BARRIER FENCE AROUND AU_ OPEN TRENCHES OR CA ". ralyaEFF,Torm g=r7rgarzrgapnoEtIA zFrgao-gmumt ffELs OF 14. THE CONTRACTOR SI-LAU_ MANTAN AU_ REGUUTORY SIGNS DURING THE CONSTRUCTION PERIOD. 16. ?,13= ZaLanY.TTHE,Cla TrZgalERIIDIGSANIZtADATRY.AT (361)-626-3S47 IN THE EVENT THAT gocaroww-mavtuRrugrtgartz Darlu'r,rzzarmgE ntEmE.E oPo„fg-Fores=tv-grAnnum-sTozrewra.gm„--.7 orret .0 MED TO URRY TRAFFIC. TEMPORARY PAVEMENT REPAIR SHALL BE CONSTRUCTED AS PER DETAIL Vim. 9 Co- St- E INC SI- µ TRAFFIC 5 -IS As p EouIREo Fop µ -Rs 20. g0=0-.„0,0, 0;0.10_ cronstlEr n.FFIC ENGINEERING DEPARTMENT , LEAST 72 HOURS PRIOR TO AWING ANY UNE i1117171 FOLREPV1i760,1213,E=riErO'RARTAXEXSZCZnat zzo. z, wu nrt. .E E OF Si E, Er+ - pc CESS BLE Rp `IT , p" TIYES (-12)TYPICAL EDGE TREATMENT DETAIL SCALE 1,10' pcasalota7ZiZ NFP (I)BUSINESS SIGN PLACEMENT DETAIL SCALE: 1,10. 1:ONSULTAkItS SHEET No. PKWECT: COR14150 SHEEM 35 of 222 RECORD DRAW/HC NOE STR-899 CffY PRGVECT / 213096 g_ ra787,2`2g"° 70 wOBK AREA B—B PHASE 1A 0 TRAFFIC CONTROL SECTION 0 51+50 o 10' 20. SCALE: 1 =10 22 B—B PHASE 1 TRAFFIC CONTROL SECTION © 32+00 o 10. 20. SCALE: 1 =10 'HERM NON REMOY 0(oeLxxs, Z., ve0Pi< AREA B—B PHASE 1 TRAFFIC CONTROL SECTION 0 21+00 o 10' 20. SCALE: 1,10 7,5VEE,,ff "° it,7(",,AR" -12,14,CYCE" PHASE 2 0 TRAFFIC CONTROL SECTION 0 51+50 o 10' 20' SCALE: 1 =10 WORN AREA B -B 22 EL PROPOSED vogrEPLNE PRECILLFEE' UT6, tVZBnVgr PHASE 2 TRAFFIC CONTROL SECTION 0 21+00 a 10. 20. SCALE: 1 =10 EETE"'" WORK ',EP Dvrn OR VERTCAL PANELS YR. NON NEMOV WHO.- (.0(BLO) Lta 4 TE,77og B—B PHASE 1A 0 TRAFFIC CONTROL SECTION 0 55+00 o 10. 20. SCALE: 1,10. CONSULTANT'S SHEET No. MI PROJECT: COR.150 01 0 (I) § (I' 3 o z g g 0< (Ea zo 00 z < —1 arc o 0 strul 36 of 222 ITCYRD MOM No. STR-899 CITY PROTECT / =13096 0-0 REMOV I PROPOSED 81 WATER NE PHASE 4 0 TRAFFIC CONTROL SECTION CI 11+00 o 10' 20' SCALE: 1 =10 120: ExISTIND CHANNELI8IN4 2 WPM NON REMOV - 121 X 3.51 OPPOSING -ZERO 1,11E,OZIELERs S =.21"4,er WORK AREA.. B B PROPOSED 81 WA-11=8UNE PHASE 4 0 TRAFFIC CONTROL SECTION 5+50 o 10' 20' ALE. -1 120' EXISTING R WOR'K'AREA B -B PRO OSED 1.21 MATE LINE 1/ PHASE 3 0 TRAFFIC CONTROL SECTION 6+00 o 10' 20' PHASE 5 0 TYP. TRAFFIC CONTROL SECTION FOR MEDIAN CLOSURE o 10' 20' LE. 1 -1 1201 EXISTING 2.5 Lt' Lt' B-0 iZOPTEL rrAFTV nOtTAFFR:ZAZT.ED moD PED -6's221- 841 ELIZING - ,8,48.11ELZING PHASE 5 0 TYP. TRAFFIC CONTROL SECTION FOR MEDIAN CLOSURE o 10' 20' CONSULTANT'S SHEET Nu. MI PROJECT: 001216150 01 0 (1) § 01 z 2 a 0< 10000137 of 222 900000 DRAM No. STR-899 001 PKVECT E13096 D+00 1+00 817/2/47.051.18 ELMS 2+00 LOo 9 8 9 C lI II I I� Ir MATCH LINE STA 7+50 .+00 YLSPMDINSLYG 5+00 TWE III R.RRIo:DE6) Q O 7+00 YORRIVIN/ BLVD. I/ I TRAFFIC CONTROL PLAN — PHASE 1 6+00 9+00 10+00 (wEua1- _iii0)a[D) I1+00 SCALE: 1 =30 (+'IM(sLo) Nov) 15 0 20 00.0001) z 0 Tir z c. (TEry )i°nE olv " (2•)000010)tD(") 002'00.2)0.) E 96812 4+067 00(51(0 R�.D c„ZZ ZZ HAPHEHENG zr so a 0 N) 5 !n 3j 0 SIDEWALK CLOSED ROAD CLOSED 0 TRAFFIC CONTROL PLAN — PHASE 1 0 30' 60' SCALE: "=30' iOSULTANTS SHEET No. I PROJECT: C01916150 CL 0 0 10 SWEn138 D0 222 900000 2200000 No. STR-899 On PROJECT i (13096 N N Ty -e , 2. OYP,),HE DIVIDER ,o rx (µDXiiEIbR) PANEL 0+mer)1 e Eo onstttPl Ds Ens. sIo wur L r(6'IM(oDU(s;gtw) .. 6+W'56.pop P- 1 =i Affwir TRAFFIC CONTROL PLAN — PHASE 1 yam T'EEoxmoE slDxwE PiaN. EEDExo. um aDeaErnnaa,ss I` X22+Wr TYPE III 4 /MT AIMISM.9101•3 2 0 uLTRNYS SHEET I PROJECT: C01316130 s00u139 of 222 000000 000000 9(0 STR-899 093 PRO/ELT i E13096 SPECIAL NOM O ROAD CLOSED ROAD CLOSED TRAFFIC CONTROL PLAN - PHASE 1 0 30' 60' SCALE: 1"=30' CONSULTANTS SHEET No. MI PRUIECT: COR16160 O O z o a 0-< zin0 0<0 U 0_ 0 n 4 0 stiff/140 of 222 REcoRD MOWS N0. STR-899 COY PRWEGT i E13096 I k I 1 LO S & z _ a' ma' _ o CONSUMWS SxEE1 No. MI PROJECT. C01714150Y P =. w yE L I xM4� I L 1zs a.c. Ma.)� A \ E i xnx- go` T rzso ��os. _ e 3 xez r.z (xox 6Euw1� soom LO "3 1 ��+ Q 4 0 0<= —II 4— 1 4 1 11 1 4 1 4 4 4 4 1 1 1 H 4 1 4 1 1l— /M a W MA MATCH LINE ST, • 0 31+00 r -� 32+00^ 34+00 33+00 Ar +00 0 �_ ®1111 ' `" '� j +/00 6 ,(7....7„--7,— o c. ) ��o N n m q) x s 7 37+00/ MATCH LINE ST, fr Ar CONTROL PLAN — PHASE i 1 i CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services OTRAFFIC 'SCALE 1 =30 ROAD HEAD ITWCRK 25 f., r26V Zn -30 b a.) o o x7 n -TAPER.�, owas. sowx YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) TRAFFIC CONTROL PLAN PHASE 1 STA. 30+00 TO END 11, n i (g' i _ •{Qj raxawxveuv. - . 0,14r) :I__„ -41+00— — 44+ N —3d+00 �� J9 00 40+00 42+00 43+00 00 45+00 cam ° „— — — ——— —�— —. — 1 — e — — — W/� — - Z/ _K . N ,-.G ,ro.E C( rQ • �IAN M °rsspowALN. CLOSm us ROAD CLOSED J (na) A xxxms IT.) ., w ixemr a . LL4s,.e G aRe'l.r SIDEWALK OSED usueuw ' „ su _ \� r x<• CONTROL PLAN — PHASE 1 OTRAFFIC 0 30' 60' SCALE "=}o' ' gi-zroxdo �� '''" scsxo, "'''''a10 ABexTnnnarvs. '� '' SHEEr141 of 222 WOAD OP OD No. STR-899 CAL PMUECi / E1J096 III � 0+00 1+00 z+00 3+00 �TI --- - O i 4+00 SIDEWAL TRAFFIC CONTROL PLAN - PHASE 1A ,EXIST. SIDEWALK 0 301 60. SCALE: 1 =30 racrsoxrvveeva xacI.47xs .51 nPE III LiGRRICADES TANGENT I� 1'LrmA'1DN 8+00 10+00 •12+00' r 13+ L •(o'lM(osU(sw) O z U ROAD CLOSED 0 TRAFFIC CONTROL PLAN - PHASE 1A 0 30' 60' SCALE: "=30' MEL 2. tALLG:0111MIGUI,Or ARE TO SACK OF CURS UNLESS 1SuLTRMs SHEET No. I PRWECT: COR16150 0 O O w SHEr142 of 222 RCCoRD t%twG No. STR-899 CRY PRO¢CT i E13096 917 - 11,24n. user b.J IFxvrnxlnpz cV,10-TE-PxnsEl ara 4.( 1 CH LINE S Ili I• I* :' ROAD CLOSED (xax-REuax)vERnC, PANEL ' O 2 cR ln^),HE DIVIDER O 25D.C. O ) `o dD D DR w (xox�uEmw) .cx Mv.I xs (s�(wI(sLD) 18+00 CHAMNELIZINC DRUMS D+0 O e oEILL, ROAD CLOSED ROAD CLOSED EDTRAFFIC CONTROL PLAN - PHASE 1A JROAD CLOSED N z 0 TRAFFIC CONTROL PLAN - PHASE 1A 0 30' 60' SCALE' 1"=30' � I 0o uLTRMS SHEET I PROJECT' COR16150 10000143 of 222 000000 000MHC 90. STR-899 CRY PROIEC1 i =13096 CH LINE STA 30+00 e3000.ai- -H 4- c:iroi0�unl o 25 00"i,:`=I SID I+ ROAD CLOSED 00 0 S0 0 11 h M 33+00 34+00 3 +00 M+00 • • }]+ 0A N KMTOWNBLVA 017T1147e,DCHAN021110M"" ;I IL OTRAFFIC CONTROL PLAN - PHASE 1ASCALE: 1 =30 ® 3 r1R urvE DIVIDER EXIST SIDEWALK WZPIA (RWW) M w' ---1 1 i I11,77 CHANNELEMS DRUMS r SIDES/EH CLOSED (ATTACH RICADE) B TYPE III BARRICADES TYPE III BARRICADES TT --Me TmE III mrewuoEs To 0 0 1 tRmRj "� �• �I I• •I • YaBOINI'KVR H,ra0eo. I; •I- I. ; I- T t O 7.44+0O — — :j - E BARRICADE M TRAFFIC CONTROL PLAN - PHASE 1A SCALE, 1"=30' '611,7r balk 'I -I .I uLr0NTS SHEET No. I Ri0.100 COR14150 N W W u. w 1000144 of 222 050000 0055250 NO. STR-899 001 330)01 i (13096 1 (a(R0 - M EM )M(D9L)(SiD) H '4'/+00 Ar 48+00' ' 49+00' 50+00 51+00 ( 52+00 // 47,4‘70/:,__/,e__AlAr' // // / .di 701—Ar -'d7 ZArffi Z AlZ .W4lisisrliffi0 o w oc. 01'aJ 4- 25 RN (aL�on e Bo o.�I: m=ias I a H rcRennlxv4 1 / 4+004- -55+00'7 0 EDTRAFFIC CONTROL PLAN — PHASE 1A 11-4 TYPE III BARRICADES 56+p0 a /27 NEE: I. REFELTO,SI-rt. 132 & 133 FOR ADVANCE WARNING TRAFFIC MIT L !DRAGE PUN. LEGEND, AND ABBREVIATIONS. SIDEWALK CLOSED 0 O ELISING OR Ji TRAFFIC CONTROL PLAN — PHASE 1A SCALE: 1.=30' LEFMANE TURNLEST/ uo %PFCAUL NOTES: ax 0 00 cfc Z U 0o uLTRM'S SHEET I PROJECT' CO1214150 N , W te u. sHEr145 of 222 3000Po MING No. STR-899 0(13 PROIEC1 i =13096 MATCHLINE STA. 60+00 233' -romp DO 00 00 00 4 /13,6VINNVOLIC -7,447z. 0 TRAFFIC CONTROL PLAN — PHASE 1 A 0 30' 60. SC.ALE: 1 =30 STAPLES ST 0 120 TANGENT )1 • uHoomorilinoom IMRIFIZT` 2. CONTRACTOR WILL BE RESPONSIBLE FOR ALI PROOT PERMITS de =9. • • cpTRAFFIC CONTROL PLAN — PHASE 1A 0 30' 60. IS=1 SCALE: 1,30. 1E3 IANE MST TURN LEH 0 0 STAIXES ST SIDEVVALK CLOSED MIL 17ROTS7LLOEPLt.'=,=.513=1ZCN;.'FF' tALLII11MIOrZ4Or ARE TO BACK OF CURB UNLESS CONSULTAWS SHEET Na. MI PROJECT: C01314150 strul 46 of 222 RECORD DRAM No. STR —899 cay PRGVECII E13096 0+0• 1+00 VORK O/M•ZILM9. 2+00 3+0 ) *7 i - I II V) r ti z TYPE A FLASHING ARROW PANEL 6+00 9+00 - EWES SIDEWALK 10+00 'I - raiWTOMNKtA 4+00 5+00 6+0 7+00 C YORAJCION ',BCH" SDMIT 25 41, TRAFFIC CONTROL PLAN — PHASE 2 SCALE: 1,30' SIDEWALK CLOSED )0* 70?000007) \ 11+00 1P2Pk1 (09407—) • 10CHANNEUO.C. (mmj /// 1a / OP iR� OTRAFFIC CONTROL PLAN — PHASE 2 0 30' 60' SCALE: 1,30' • q s 14 0G. Ow.) E oIVIOE6- �•iID F0a p�i"FiMISG EFEro eecx 0r0c1urse a"Sit55 IC ULTANT'S SHEET I PROJECT: C01716150 CL 0 0 AT LO • m'o 007 1 W 5x777147 of 222 NfCORD :ROM N0, STR-899 CITY MAIM 1 E13096 ota.lc, 27, ea17 — vatom Vero,' bl ma 4,7A...4774,0 0 0 N N 0 C86 - a to o c�xU op Uus o to 00�. 000)Ms i4; • to a.c 9,1.1 PE III BARRIO. 081 20+00 YORK RAW Br. 21+00 22+00 IS E SHEEP fir.. FTC CONTROL 0 TRAFFIC CONTROL PLAN — PHASE 2 SCALE: 1 =30 mgrimp „PE 4rAll V 7.;ire dirM amar (m,l Ns. +00 0 fsl N N z U SIDEWALK CLOSED • 0 o.0: m'o1 E o���oTa LPEED 25 ROAD CLOSED MATCH LINE STA 22+50 • r -- 4 a.R OcmE 4 p"® Y IM n ' + y � eo a Tro= /28+00 -� 4 0 0 M /30z TRAFFIC CONTROL PLAN — PHASE 2 0 30' 60' 1112.1E1 CONSULTANTS SHEET No. MI PROJECT: COR16150 N 0 N cr w¢� =NO O Z 2 Z O � m Y � Q < w of 222 WNfn148 RFCORO 003601 NO. STR-899 CRY PROTECT E13096 0 .4 0 v SIDENVAIJO C11LOSED CLOSED ROAD CLOSED ROAD idi =EM`141"s A,24"0,Z, Zr; (7,225 a aa2aa5a,a 411 AVA/Ailigrn 4+ MRATUNFIBLYZ1 BLVIZ z VERTICAL PANEL OPPOSING TRAFFIC UNE DIVIDER 0 125' 0G• R1- 0 TRAFFIC CONTROL PLAN — PHASE 2 0 30' 60. 'SCALE: 1,30. N a 25 a ma nrt Ta7/4)'"E TRAFFIC CONTROL PLAN — PHASE 2 0 30. 60. IS=1 SCALE' 1"=.30' h LEM '1744747OXONat.'=,TxraNN=oM4r.'"' ta2-1"747,1,1n 'E Tr) L'NLE' CONSULTANTS SHEET No. MI PROJECT: C01316150 u l u l ul 11. SHEETi 49 of 222 1.0A0 MOS No. STR-899 Porairci E13096 z rae/CIOWNBLIV. CHPINELIZINS PREPS 0 SPL C (LP, L. 48+00 09+00 0+00 5 + VV. 02(5 U1 L2.1z 25 OPPOSING TRAFFIC UNE DIVIDER 0., 09, TRAFFIC CONTROL PLAN - PHASE 2 0 30' 60' 1SC.ALE: 1,30. wi e 0m61 0 [3.1118418 I I /17-240 :TU741— vo= 58+00, 89+00 0' 00005t.wrg.) Kat VELLPO' gra= '"LE' TRAFFIC CONTROL PLAN - PHASE 2 Is=1 SCALE: 1.-30' 0.880141 NOITONN I. UNE CLOSURE ON STAPLES ST. SHALL BE USED ONLY VINE VILTEIV„,s1NecILS01,,PRIEN OR UNFINISHED WORK REMAINS IN THE' CONTIR!,CLTTAR INLL BE RESPONSIBLE FOR ALL MDT PERMRS SEPENLIErlITOrt:EPC'Er1,714.'''' '""Ve'E"L' 3. ,B,ZR, A0G;T40:ragT,ITF9 MOT AT LEPST .611 HOURS PRIOR TO PIN 0 (0 (1.1 L.L1 00 CONSULTANtS SHEET No. 818.80, 00816150 01 1110 0 (-5 1000150 a 222 FCCORD 0/810188 ST R —899 CRY PRCIECT E13096 40 00 T OTRAFFIC CONTDROL PLAN — PHASE 2 'SCALE: 1,301 gN ft UUNEUHUHUU \XR,L' ' LINE \ NT \� SPECIAL NOTES. 1 LANE CLOSURE ON STAPLES ST. SHALL BE USED ONLY WHEN WORK ACTIVITY IS PRESENT OR UNFINISHED WORK REMAINS IN THE INTERSECTION AREA. z CONTRACTOR WILLBE ESPONSBLEETED FEES AS E FORA o D T PERMITS Se SUPPORT PROJECT AIMPROVEMENT. NO SEPERATE PAT FOR THIS ACTIVITY. 3. CONTRACTOR TO NOTIFY TXDOT AT LEAST 68 HOURS PRIOR TO ANY WORK ON STAPLES ST. OTRAFFIC CONTROL PLAN — PHASE 2 0 30' 60' SCALE: 1"=30' CONSULTAMS SHEET No. MI PROJECT: COR16150 N , W SHEE7151 of 222 055000 MAIIEVO N0. STR-899 000 PROIEC1 i =13096 A ROAD CLOSED SIDEWALK CLOSED POAD CLOSED KEEP TRAFFIC CONTROL PLAN - PHASE 3 0 30' 60' SCALE: 1"=30' :17e="' ocN(nv.)' ® 7 .®ice/� OR .. 6+oD _ ago 00 9+0 I' 'I I. .3 4 11 I r 0 0 q 0 0.va F rwa'sos» 0 m SI 0 (�")(w)(Sln) 1 o so vrlrv�i.us r OPPOSING 0 12 0.c 000) E DIVIDER TRAFFIC CONTROL PLAN -PHASE 3 0 30' 60' SCALE: 1"=30' 0 Z U 2. &LANSt110=1-1.0r. PRE TO BOCK OF CURD UNLESS N MATCHLINE ST 4 -o CONSULTANTS SHEET No. MI PROJECT: C01714150 00 0 N cr a w¢� =NO O Z z � � m O' Q 0 < W 1)EET152 of 222 RECORD MMNMVC N0. STR-899 CRY PMUEC" i E13096 ONANNSTISI 0 01,111AS 11 ID. 00. ITYR ",:z2Agr 113-2 RILL. OR TRAFFIC CONTROL PLAN — PHASE 3 r'SCALE: 1 =30 ‘('',Z=ES11 LINEX, S. SEGMENTS. 21 GNPS SW20-5011 RIGHT LANE MUST TURN PIG TRAFFIC CONTROL PLAN — PHASE 3 °SCALE3: '1 =30 EVEZVARTRIt "c111"Vral,'T. U'LE' CONSUL -WS SHEET No. PRIIECT. C01314150 ul ul ul 11. 0 0 strul 53 of 222 ITCORD DRAM No. STR —899 0113 /111101323 E13096 ROAD CLOSED ROAD CLOSED iscLIDEW.ILK CHANNELISIN6 0 10 0.1. MP) raiblrOMNOLVII CNNYNELIZING DRUMS r -T 0,E.) S. TYPE lo2ro•OICADE CW6-3 2000 D' (FeEka0v) MYR 1 •-• RIONTIA. WET TURNRIGI1T LZAA 0031 , • 4/ MATCHLINE 141LP 71.0' =017E0+0E00) 2. SEGMENTS E. GNPS RIGHT.* TURNRIGHT EDTRAFFIC CONTROL PLAN — PHASE 3A 0 30. 60. SCALE: 1.=30. VESP4 (NE.OSN 00 _6+00 7+00 120 0+00 502000+00TRAFFIC \ lot'. 1. 1 • 0+00 50)0+ loVO1' \ •E00 WORK EAD • , J \ ) YORNTOWNSLIV. <;= 9+00 _ YORATOP•111.1,11 11+0. 0 TRAFFIC CONTROL PLAN —PHASE 3A 0 30' 60' Is=1 SCALE: 1"-30' r MIL girRoTZTaiLni2%.'=,Tur:R=N;.'"' 'cltZT:THIVa" Tr) HLINE STA. 5+0 CONSULTANT'S SHEET No. 91911011 COR16150 u l u l ul 11. 0 8.00 51 L(A 0< a_ 0 0 0 StrEn 54 of 222 ITCORD DRAM No, STR-899 001 P00001 / E13096 SCLOIDEwNLSEND I EDTRAFFIC CONTROL PLAN - PHASE 3A SCALE.o1 -30 2. ALL DIMENSIONS SHOWN ARE TO MON OF OURS UNLESS CALLED FOS OTHERWISE. CONSULTANTS SHEET No. MI PROJECT: COR16150 sHEr155 of 222 RFCoRD DRAM No. STR-899 CRY PROEM" i E13096 IF TO,. RIDDRADV-VSS-TF-PHASESP.dwp _J —1 r 1 ROAD CLOSED Rt,;g• <=, <=1 04-00 C0•001-1SING 01014- 0 30. O.C. MP.) 0."),•00,) 4 nn -T1 -4T"' "(h1Z1gr g170,5,1•000c1F4,LANE ONTER 0 25. 0, (TVP.) ) - ▪ (1'0)(:!-I=ES 017.) • V010.1 Ma. raVNTOPNBLYI2 O. PIPE III EV0RICADES035 aa„ aaaaaaaEs CLOSED cnespEuzl. oRuus . 0,) I I_ • 1001 (RELOY'', 410•04-0(01) TRAFFIC CONTROL PLAN — PHASE 4 0 30' 60' SCI7 CHANNELIZIN• MUMS 5 035 1/04- 4- v E FT I G L PAN E L 25' 0.0 (100.) nro.JW)-e 4 h HH I I 03000-404) )20(W)(540) II0F0 (101100 p 0.,PE III 8,00.1000 (20,00(0.13) \ <= I I 0 1YPE 0 007 . Ter 21/2 TYPE m ,f11/1— / SIDEWALK CLOSED EC -DERE III BARRICADE rairral, /MYR 0 TRAFFIC CONTROL PLAN — PHASE 4 0 30' 60' SCALE 1,30' 2000.4-4034 INE STA. 11 40 0 0 60 (i) 0 40 00. CONSULTANT'S SHEET No. PlAllE03. C01,16150 u l u l ul 11. 103 '4- 004 0 1110 40 hid 6' a stru156 a 222 ITCORD DRAM Ha STR -899 CRY PRGVECT j 613096 • 20 00. 020.) s T T U 00 OTRAFFICCONTROL PLAN - PHASE 4 1,30. 30I 60. h h\ - bxb LEFT LASE CLOSED 1 LONE CLOSED .e .:e 200. .20 o��No„ (.')(oSUM(sL0)EO MAM n -- e<pa IRENw) (24l1u1(sn) wv) iTgREoeum(.o)I TRAFFIC CONTROL PLAN - PHASE 4 SCALE: 1,30. { 0 2s o.c. Ova.) CONSULTANTS SHEET No. MI PROJECT: C0114150 N 0 N §a =01 oNo O z 2 z atm Y � Q < w 5x000157 of 222 RECORD 0006200 No. STR-899 CRY PMUEoi i 013096 ROAD CLOSED c"MN) (2P2 (PEP.,) 900(210) \ TOP O zs O1 T.P) o z0 ac. (Tw s,. II J tzs o.c Z)T 0+00 "� (s2 (202XV) )(x)(OBLHSLO) ••T a. III BARIIKADos (,w.) MUM., MAINE ('-Z ozT(snj ). L OAD 012 (m J_ CLOSED 0 s0 o2ITOE 5 6s.x / f CRT. YaEIISI<.51 SIDEWALK CLOSED 0 125 0";:e7(xP.) 200' TAP 00 TAHGE 30' 60' SCALE: 1=30' 6+00 TRAFFI 0 30' CONTROL PLAN - PHASE 4A 60 SCALE: 1 = (51205 274,— olvmve VARGO._ PANEL e 26 0.0 .) 7+00 �+00 (55i O 0) CHLINE STA.11 100 200. TAPER 120. 00 ocu(nvJus w.w 1]+0 18+00-.19i 7 mgr' RILL. OR TRAFFIC CONTROL PLAN — PHASE 4A 240 ITIO 200. 200. r z..z.2 :In o ) feTARNELSOoe�91793 ONS w.so 7(oeL)Mfsw) 0 z5 0.0.01113 o z0-sL EVECVARTRA ROAD CLOSED �I, a us o.c ONR3 ElOWARIta ZI- T z7 2.10. TR/96010N fgig- -IT SIDEWALC CLOSF31 OTRAF CRT ROAD TRAFFIC CONTROL PLAN — PHASE 4A 0 30; 60' SCALE; "=30' MIL 000 CONSULTANTS SHEET No. MI PROJECT: COR.150 N 0 N ' DNo m O N z z o � � v Y � < >- w SHEE[159 of 222 000090 DRAM N0. STR-899 900 PMUEC1 j (13096 :1=11,7r NEXT MLES rneuroIHvxJa LER WE MM6 NPN LEFT To o€, OTFL� I . Ra.^0; a o8 iv. III (TyP 7- • 31+00 - • ▪ o, . c • CHANNEL.. 0.6,15 00 00 • PORNTONIVBLVIS BLVII NEXT X MILES I P,0-1 TRAFFIC CONTROL PLAN - PHASE 5 TYPICAL MEDIAN CLOSURE © INTERSECTING STREETS 0 30' 60' bQ7E. TiVFI t -,P 2En w, rEI To 2 201 1-043012612116122=22101=E=S2 '22' '22 ;e• uLrMNnS SHEET I PROJECT. LOR16150 N S1EE160of 222 RECORD DRAM No. STR-899 CRY PMUEC. i =13096 3 K E; £ 52 CONSULTPM'S SHEET Hp. FRI PROJECT, COR14150 .or -o, q''b... = <•"•.,,x� iq7 F5 ryf"i w 4• .91 a.T 6•24.s BARRICADE AND CONSTRUCTION IBC/ STANDARD SHEETS GENERAL NOTES; Ic.e R-. a•��C n 1. The Barricade and Construction Standard Sheets (BC sheets/ a intended to show typical examples far placement of temporary traffic are devices, construction pavement markings, and typical work zone signs. The information contained in these sheets meet or exceed the requirements 'Texas a.l a•� R_ 11��R• - w m 50Cw R 0 BORDER STAY 1I ALERT - — shown in the MonuoI on Uniform Traffic Control 0evice6" ITMUTC01. 2. The development and design of +he Traffic Control Plan IT CPI Is the T9" r MOM 1 26 S FREESE ®NICHOLS responsibility of The Engineer. 3. The Controc+Or way prOPOSe ononges t0 the TCP Gnat Ore signed and S601eQ by a licensed professional engineer for approval. The Engineer mqy develop, '. BACK o LEGExe, Ari00snptt 1 ;* q^ sign and seal Contractor proposed changes. 4. The Contractor i8 r esponsible for Installing Dnd maintaining the traffic 5110E &AGN 'TS•� 1.25 _ - \� 1 control ;Joyless 40Shawn in the plans. The C00tr00tce may not move Or change the approximate location of any device without the approval of the Engineer. • TALK OR TEXT LATER design possible, meet The 5. Geometric des) cf lane shifts and detours should, when _ ITE _ �i applicable design criteria y andr contained in rtataln such as ins ASHIO). Association of omte ci Desig and Highways anon reels," s IA100001 " "APolicy "Roadway De /�/l .. . 6 O 2p^ 20' 20' f g Highways and Streets," ins Tx00T ig Ma UonO Geometriceengineering Design Lbnuol' or erg ileeerin0 Iudarent. � O O 0.5• It' 2.s'e. T•.2•B" 11./. r.40 t4.6 B.S. 6. When projects abut, the Engineerlel may omit the END ROAD WORK, TRAFFIC 1'�'I I se' CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services FINES DOUBLE, and other advance morning signs if the signing would be redundant and the work areas appear continuous to the motor1Bt5. If the adjacent project i5 completed flr5t, the Contractor shall erect the necessary warning signs as Shown Theme sheets, the TCP sheetsor as directed by the Engineer. The BEGIN ROAD WORK NEXT X MILES sign90 shall be . O O O • Q O O .1.8" _ — .0" RadiuF 1.25• BarM7, 0.75" 1Mnt, BIoc0 en Vella, [STAY ALERTI Font; 0 .0" Radius, 1.2S- knew, 0.Indent, Block n 0raxel [TALK On ITC LATER/nh Scan 808 FpepTriw length, revised to show appropriate work Zone distance. .68eT•1. Be•>17'1.68• 7. The Engineer may require duplicate warning Signe on the median side of divided highways- where median width will permit and +raffia ;chiles- .Sl „31 Justify the signing. B. All signs shall be constructed in ;accordance with the details found In the s 'Standard Highway Sign Designs for Te000,• latest edition. Sign details not shown in this mallUal shall be shown in the plane d' 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 oreexamples. As necessary, the Engineer will determine the mos+ appropriate traffic control devices to be used. 10. As shown on 00(2), the OBEY WARNING SIGNS STATE LAW sign, STAY ALERT TALK OR YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) BARRICADE AND CONSTRUCTION GENERAL NOTES AND REQUIREMENTS TEXT LATER lase Sign Derail G20-1071 and +Vee WORK ZONE TRAFFIC FINES DOUBLE Sign With plague mall be ere1971 tl In * be oof the CSJ limits. However, the TRAFFIC FINES DOUBLE signwIll of be required projects ccosistIrg solely of mobile operation work, such as striping or mailing eageline rumble strips. The BEGIN ROAD WORK NEXT X MILES, CONTRACTOR andEND 0002ROAD WORK signs shall be erected of ar near ins CSJ limits. 11. Except for devices reouired by Note 10, traffic control devices should be in place only while work is octually in progress or a definite need exists. Only pre -qualified products shall be used. The "Complier* Work Zone Trofti, Control Devioes List" ICWZTCDI describes pre-qu0lifled products and their sources and may be found on-line at -he web Oddreeb given below Or by contacting; Texas Deportment of Transportation Traffic Opera+fans Division - TE Phone 15121 416-311e 12. The Engineer has the final decision on the location of all traffic control devices. SHEET 1 OF 12 13. Inactive equipment and work veil is les, inc Iuding workers' private vehicles must be parked away Iran travel lanes. They ShOuld be as close to the THE DOCUMENTS BELOW CAN BE FOUND CN-L1NE AT hfpil/www.t%dotgov 124' 'Tow.. Depwde,axei 02vupeen088 o,aneam right-of-woy line as possible, se located behind a barrier or guardrail, or as approved by the Engineer. COMPLIANT WORK ZONE TRAFFIC CONTROL DEVICES LIST I0827CDI _ of t DEPARTMENTAL MATERIAL sPECIFICATIoNs 2045. BARRICADE AND CONSTRUCTION WORKER SAFETY APPAREL NOTES: MATERIAL PRODUCER LIST OPL/ GENERAL NOTES 1. I. Workers on foot who are exposed To Traffic or To construction equipment ROAM.? DE5100 MANUAL - 5EE "MANUALS ;ONLINE MANUALSI•' 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 ISHSDI BC 1 4 Apparel," or equivalent revisions, and labeled as ANSI 107-2004 standard TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES ITMJTCDI (1) - ,an _ _ moon',MOT lc. 1,00T 5;471 61 07 222 WOW DRAM NO. STR-899 performance for Class 2 or 3risk exposure. Class 3 garments should be TRAFFIC ENGINEERING STANDARD SHEETS Orem �Iw: .Nes >~ considered for high traffic volume work areas or night time vork, 444,44444 ::gr 7:11 8-22 Fuc * I CRY a...1. f E13096 ueennl m.. N.aP3 a .56, ern a +e a CONSULRM'S SHEET No. TNI PROJECT: COR14150 r.- � �',.•a� It' f3 �gP le< Nf�'1, �� ie E TYPICAL LOCATION OF CROSSROAD SIGNS T -INTERSECTION TYPICAL CONSTRUCTION WARNING SIGN SIZE ANO SPACING 6 2 Imq © madp .4 rs'sfult\//A�PYJIoEMaaDtt/p/) �jc20-lar GN -*R ROAD ARTv uIIESo I['-ISI 5029 SPACING 9A ramal a CttG-10 uo-1 em \ >\' " I/ m aAr y 1.÷...''150;41., a Sign eruurLar a Serle Mloml cmvRooa E:Dreea.yr/ ree a Posted peed Sign' Weird x cRa;s*Ao a - NPN LAPSpro.l XyA 30 FREESE ®NICHOLS 0- Lml1ilf W' F F F ::IT0'!DXRf95 pIRS (sews 240 �� mo �r�;,' RM„per, CPI, SKY, CWr, LWL. 36" x J6' 48" x 48' 50 COO- GM -tai Tset CI 8.11.55 5002 Nwrol II Pg GWII 60 6000 Dw N p p L e w J 0 a P '� ,l JI ©tr ba m*Nd m bac? Of TAO mm 41.42.0120.101 aim rim mraal of En... lsw 2s1w) CW3..N4, CW3. C16. 46" x e8' 08" x a 6D 600 001 1. 1N ypleal einiesa TWO,. on e <ro wsm gPa4m Mrle m a 'MAD .-OM1 ANEW 10120-10141. 400 4 CSJ LIMITS AT T -INTERSECTION C1119.3, 25 9002 1620.21 'DO ROTO 1,11' 6104 * e. In o1*6. CWIO, 0112 80 10002 2. > MFmwiner nay m 1M redo. m 3�pxp366 .0 WM W1W 1IR0-103 sl .4 to Ea. 0,11.1" sign n °roes SI e Cs. Noe 9 undo- '17610,1 Conal 6.sWeil. NTnlw 610. Mr 'TN.. 01p M Ergine.- 5111 ...Ina me typos Ord loo such as a flogger ors, r o I1, other ; any obit laws fr traffic control 0.4066, signs, 1401 Mau IE be used men „orY, a t o TM FROW 00101 614, owl 000011107. SSA 14.6. rednuef fee 140 way mIfi MA 4avorani M Aid* m H. fox. M Fnplsr cal determine Yemw a raw le Ise velars. r le Iwersflm Hall ba sign 40011140; the E011er/Insecta may respire 0001110001 ai in the plans. 3...,10006 GMYEL.e49 ether eproria0. 4iaw Wim w.tianl 4104 ore rep..e mer 04 IGsre0 Net of 111 n1nil04. r4Airrr04. TNA 4WIoor/Inewotos .111 drlwel�H o vapor r11I i* ew epee. of 011 0140 not ...me Of meets, Tr 1e o1 m e or The Mork WAD ROCA KENT Xros amw s' 102410// i1, Moll m reoulrn m 4141an oer0e to vl se sine per10 web o1 or M'�eeeog11w1 3, it 0cm..an clews fine read et a T-Infrawaf.m RAW I020-611 elm DXIIIItl 1x6 The .ROAD 11.K NEXT X IAILES• set 3 EVrl Orme IGm-IbiR1 • aigna snail M replaced by by the detour me C6d,'acir Mall pl we f e 'CONTRACTOReee few dna rand eleWORK Iso LCllolia WILES" riga, Vnm aand NEXT psi 0.1111 a fforr in the Alma. t r6 tyrf clsi.mmin 4atli I. rel. s� xpre4 Wows 400 raww f i' ... Avi.. 0. IIW1001 typist acpllem1. eigem a TCP Hamwd Saw. Ylnlnm eietaw frac work 600 to firer Means Morn ng Alm nearest me turn orb ,rWo sleimoe batmen scan .111v01 s19Y GENERAL NOTES F. CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services The 10101140. 11, 1, N 17600* In 41.r dlrrli* 0110 0 04. 010161 1 of Inatn 001,1 .110 Wenn. 140 long.. +0111 a rwwq I4 paler. Man Talmo. S. 000067601 trarfl0 groins. devisee wry. Now elm.. In flys plan for slyer rota. 000001wde. corn.l devioep r else..else..NoelsIn mprosels a 00*rfoi 6. INN .4 occurs In 1M inter.... Vag Rp pima 6 os ...Ind by ree DwIn.r/mRw, eat I 04 m In place. I. clal m IV* Oside may y be used 06 recs. Sw 2. 01440. between acme a1,ul4 m llvmeeo ogre.. 10 Mm 1100 feet 04...0.3.tree SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING WORK AREAS IN MULTIPLE LOCATIONS WITHIN CSJ LIMITS k AT THE CSJ LIMITS H 1 v 0011 I I i Ire Oaanve Iwq. ❑Y aN-9nN N NOIx MAR IMO -101611. 141y10 sen A ,r0 * lee roes 4. 3neelro 'typical SPEED STAY ALERT `at I Leo .w0. al to 01461.* of MN En0lner. see Mph 2 antler 00- Me *o C.w6w ,au•. MS20-Ir - LIMIT X 9..4. .Witt I.T' mEv 01®10 shop. 6140 .ma a4 E. yarn Onl S 0170.10 ro I0 <(?1111_ N;; filo-6s .* 1p IanA RNRE-I A1, � Lno-10 4 INPk■ MIa a ATE L LAA 6 $40 1 014 4 stagVd Niyaor Ap situ 4140 11011A In 'IYNOI', situ Awauiw 6 rhe “1%=,.,":..° AxEAO Re wT liF \ 40/ C70.10rx''\I 411 situ 04,104 r1, l4me• n gl r6 raP11r1 1IN a seri 1,01..1, a6im YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) BARRICADE AND CONSTRUCTION PROJECT LIMITS / C mo,o y Memel lying AM \ ��� Mriml- f uTNESE t 4 1, 4 EI ," 04 p LEGEND « W Type S So -rico. -0 a .4AlP- 000 Channel lalrg Dov loos 5. s F 1 v1, rg e1 R SP6ED 1x1411 100 + sign �4 -I Ira t Tim YwlO Limit16N1 <word.. O' This S' TYPI6a1 C517en e sr40 en I .0 extend. ollstanoes oosur sl work spaces, TM E*Olner/I1,Yactor Wald enwre WAS Mtl0 ANfAO' 1(120-I01,Ime ore plm4 In Wvam 01 10455 work areae m ming o-lvere 114, aro 81111 993-2 if N 100011°^ rep NOTES % Naming Sign 5o 0 iso PALACE/ .min .le WPM. 10016. Sae 1M awli0able *Mots f0' exwfi Io4o130 and 0040 a of e1m4 aq mowed 1asng devise. The Contractor dial ermine the prise distance T len aPaci4g reau. resents. SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING 3OONSTREAM OF THE CSJ LIMITS to. ExiaOoft* 020-1 series slams a. ROAD NILES" prolear. SHEET 2 OF 12 k RFNaN-� PoeR STAY AlfflT mor t i1, 1110 a net le rim fine "o0roralaof the [nolo.. to *le INMta ROAD ROAD AK SI SPEED INN Nyvio-Sr If Kf SC w �IIo No deaiwe�eehol I 1• ,Pewee 1 ICL05EO All .,L pNEW /n NILE X X2X .,,,,,,,„,,,'..."LE ruaN,I STATE LAN 20NEodrncsmr aEGixb 20xE'IG2o-aTpl ane 'END MOR 00x' -G20 I 0 MgM me saga I6l,i Wep4Mtane of Tramparm1104 ....... I�IAe a I O Ip fX2slp -. Asesr Ba tom 400 X% mel - CRO "" a �:� a \-�M*loY\ TI 4 ej'wl iei :see !Intr.:. ms nPoMng or le the caJ fa. T I Iwoorkers are MCLen L1 a5 . Throe da be e" BARRICADE AND CONSTRUCTION t N Re quired O3.1 1.101. nam t u14�°i10 onel PROJECT LIMIT •* not be cts Mons o.le operatic.. work. pr .orxMElat Ins so lel of { roe ac ofHEAD BC (2) -14 X162 m O. RECORD OWNING NO. STR-899 raM r �sPwED Rt -e afo rpt a. Wal 1. ` an lin Trarlla CnirwePlm.emn r 9 Ho..n ®rte MI4 MOr,w RO,,m erm222 �� r NE .% IRMO I X X Q * M old 4r me x014 2me galm4rr 4Pgra 11m1t aIm m *, ,%, q y00 T -1l I Pry PROJECT) 213096 ueennl m.. N.aP3 a .56, ern a +e 2 E w 3 o p is 6 H 3 6 5 ' - -_ ° a s #,-1 t CONSULTPM'S SHEET No. TNI PROJECT: COR14150 �3>n a ww! i s �� 0' - i LSI i.q f'.. diad: `rg„�;„' g TYPICAL APPLICATION OF WORK ZONE SPEED LIMIT SIGNS Bork zone speed limits 6h011 De req latmy, es}llbl i51nM in oCcm-dar,ae ri en the "Procedures far Este. (Shing Speed lanes,' all0 appravatl 65 the Texas TrSsppr}anal Cammissi an, fX by City grd irdrae kthen ri Min InCerp0rated City Limits. Reduced speeds should only be posted in the vicinity 5, mI won. fa only.. m'"�r011010cr mdtllfinei (deem mein} CSJ of work activity and not throughout the entire project. / `IM1T5 Regulatory work zone speed signs (R2-1) shall be removed / or covered during periods when they ore not needed. ..i.,ore m w. Seeulzl far adult sial mined sianko, ///���1(1170 (LIMITS / FREESE ®NICHOLS t 1 I. l b 1150' - 150'/ b, sou 4u1 S \\\\�.'%\1 .'%\.\\ \‘. ss b b I Se• 9Y'•ra1 ,n+a 6 f �p TISo' e5o0'T z �����������p �a dal ������� ���� I GUIDANCE LONG/INTERMEDIATE 1 SPEED LIMIT 7 0 Rz-m 60 FOR USE: TERM A WORK ZONE < ZONE 5P EO 60 SPEED \/ ..-'.SONE ”" LIMITS GENERAL WORK SPEED 60 -rip " l l NOTES SPEED Y11 70 6G Q 5 0 E 60 G 0504 ". A ZONE 50 cee.S. mR SPEED LIMIT 70 R(.n CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services This type of work sone speed limit Should be Included a1 Me deign of 1. Regu1otory w0rk [one 00eed limits should De used only for sections of coneiraefien the trait is control plans Mn restricted geometries with o Iver design prOj0010 wMre 05000 CQ'1fr01 ie of mpjar .000ro 1e0. speed are present In the work zone Sid modlf io0tlon of the pediatrics t0 Z. Regulatory work zone speed Iimlt signs shall be 510ce0 on supe2ris at a 1 foot minimum a higher design spsod is not feasible. Wonting height. Lap/lntermediofe Tern Mork tare Speed Limit signs, when approved as described 3. Speed zone signs are illustrated for one direction of travel and are rgnplly posted above, should be ported and visible to the motorist when work activity ie present. for each direction of travel. lark 00tiVity day 0100 b0 defined 0e 0 Charge in ted r00Pway then react, 0 4. Frequency of work zone (peed limit signs should he a reduced speed for motorists to safely negotiate the work ansa. Itoludirg1 40 mph and greater 0.2 to 2 miles al rough rood or dampen pave ent surface 35 mph and less 0.2 to 1 mile 0l substantial alteratiomn of roadway geameirlos IIiver(IM.I Ci 00netra0tidl WOWS 5. Regulatory speed limit signs *hall have black legend and border an a Mite reflective oh grade background (See 'Reflective Sheeting. m 801411. el width el other conditions reo01Iy moored (0 to the driver 6. Fabrication, erection (0 maintenance of 0 LI111VARCE SPEED LI*IT•1013-5leign As long as any of these co ditime exist, the work zone speed limit elgna WORK ZO,E•1020-S1P) plaque and the 'SPEED LIYIT'1R2-I/signs shall not be paid for should remain In pldce. directly, but steel be considered subsidiory to Item 002. 1. Turning signs from view, Icytna I9*e ever or dawn .111 not be almond, an15,8 as SHORT TERM WORK ZONE SPEED LIMITS otn0(5(5* nprea ,.ndtr •aFAavlNG oa 000081x( an BDub YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) BARRICADE AND CONSTRUCTION WORK ZONE SPEED LIMIT This type of work nne speed limit cloy he Included an the design of 8. Techniques that may help reduce traffic speeds include but are not limited ton SHEET 3 OF 12 the trait la control plane when workers or equipment are not behind concrete A LN. enforcement barrier, edge work zetivity is within 10 *eel. of the iroveled way er actually B. Flogger stationed nest to sign. in the travelled way. C. P9rtoble changeable message sign OEMS . - , Tema. 0 pwren0eMat Trempwbllen TNM pk 1 .s , e Short Term cork Sore Spend Limit signs should be posted act via ible to 1M D. Low -parer (drone) rads' tr01011+ er. motorists only en work activity is present. when work activity is not E. Speed00monitor trailers or signs. M present, signs shall be removed a covered. 9. Speedo shorn n dhtm 1( a00ve Ore far i I lustramon any. *yes Removing or [Merino an Meeh. Work Zone speed Limits should only be posted as approved for (ado project. I0.For mere specific guider,0 concerning the type of work, work zone conditions 01,1 factors impacting 0l towable reguldory construction speed 40110 reduction see TOOT farm 01204 In the TxDUT a -fin system BARRICADE AND CONSTRUCTION WORK ZONE SPEED LIMIT BC (3) — 1 4 SHEET163 of 222 RECO. DRAM NO. STR-899 .cel ®+md,��ek,mmme ,mile. ,®+ Iml e> rm'm ' m' 3-01 8-10 " IA Pry PROJECT) E+3096 mfr tan zT, mer - zosg. . bJ 1.a.. worswevmeasm. sin a .d ` € ' a, a K E e ii .- s 5 t 1 CONSULTANTS SHEET No. TNI PRO M, COR1415O .Y`: 4 •: ar) i g j'l �`o s" r<• 140 � j�.� ryf•• � „.' ? GINEZONE SIGNS m...,lMOSES .,o"" `Il TYPICAL MINIMUM CLEARANCES FOR LONG TERM AND INTERMEDIATE TERM SIGNS lz sr n. '40 40. `t, 'O� nolebN.a8I. sr0.,p,t ma pl.m.�nnne. aper no dist. art. 00,04'. 2. Woo. eim pons 3. Bmricages Mall HOT llx paned ,Hite, v used as sign Als Ma lea n area sin the place arm dire° ad b Sims mal b used 4 remlate, . g E -6.� WORD WORK AHEAD \ • a . g T e' .a ad - 'Vee m v ` a l� die _� 'ROAD NORK AHEAD 4040. / ` M3 1.1 1 'I° I WOROADK 11oNK MEAD I 6 0• min •drag. Mldr4�M1aw Ira famish eaN r Me el the .an zea. "., •Sim are. tee lets' I9K0 nen m e Her r. n wa� urea m the P . n e 1. me 5 fr. Sur r Tre me care. Purr. otter zee soma mar The sen t ear w, nate been mated ma .. mlmlw ,n me alae 40,41 m by re int 1.4®s, wham me Fry red.. the im e rMga. bi•oTem. diary and roar b oth 1. In In rirng 10fra ging 'w l a, d ',hie m'no sae Potent Tq The �d,a,we in tar a. Having both the Inspector ail [antral initial a. dote the eared fen enmpmeD shall funrisn sign tompte • ai,m, Work Zs. Traffic Contr. Dee 1 inialIM a slon� 11 :it` the eau e1. a r0eaaidorlmu I+ lea eta remrni 1 alIb D 00810 0 v felines a copy e1. 110 1440 nv.r'. 4. 0 0 r 1....x140 Lryiwr Tl: Ca t IS ra,p, m e WW iNlra�e e m owe.ea sopa_-, 3.0 replacing cingslaa wino P.. r crooked ...ea aq/m M.. fireis:enyeub.eectsr. mal. reign. of 1.ter, away camp toms used n. FREESE ®NICHOLS .,. ,4, J 1 ••,, I mi ac.a dere ed ram mm poste .w not blsp,ma. , II loco Moulder M.gib1. if too placing MN Mmeh m ml.vel moo. iro Ip east larane moot b mlmt. q ane elm appears straight ata pllm, Wfeet• MOI NO' b plata aOT Nib m a nxw a' levelllp, ,{ of Then 1 are 01°x0 m m leg supports. fray Mould b arrmtd to ihe upright nearest rhe Novel lane ,top` enol planes ...gory a ul etanel mould nor awed the •mems m tb parent elm, 1 n suer st help,. fat m si ad ie type simwhe+retes wry heed m the type e Cont..tla remonalbb4, fee 404001 0 t 111 he align ` for a,ppri, aimsng mn,. hal. o. Meiate Size el:ae ore. tor Me mnge.fasuar.s re4pmer.flwork being o.Nin oengrminew a. epee Ino of wale r0alreente. a. long -tem f`M}itt`igmge"m`f D namlinn °ater Y*ore Motle a loalonareim one .11.1 period m to r ass, or nl4nn.09 lasting stationary - My,. walk Nim autples a kation for are Mon 1 nor In a elmie MEI i y0 oar T°G �f-r"aTn t. - sc. 1 acup,ee a °motion q . 1 eco. I. -.410 Nf a neMliroavnnnmmir a istrattt.Nl, Mapping0a se 10 mprecim iy 15 rancho,: I glypprt ATTACHMENT FOR SIGN SUPPORTS Attatlnent to WOO. W.I. -, Nd.IgI°W Pike L@RaaOnargfa.Nfnrwwdlahtiawe al. anal I be at We T foe., Dut not more tlm 9 feet, Wove Me 04100 arta, •.oat CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services . era e e ToppvNru int or.11 60-41.. WO S urea note bol ix WT' 41 a auuractm•r•e raamwld9 1. M0 Dohw of 4art•reda.sas Mean fer supple.. nrl Duration Mne4. wed maims Val fu of loot moss the ...Mt .reins but no tae Mm 1 Iwo .weiiiiIHE ed it I leu of 4 riblerM5.rr Drain elml. L5 infer .,°suds llgnsgwi '� \i_ -II ,..., s fa' atitohi g 0Tgn- pms1,4MM to peer type .f 4.. Ino elm 1 only awing *NeipM aril Mal l be ram. at ted ma of ted eerheay T rain. h se Y ag rrfiviwrfiealar° sign... '',,II !�epp plrgC \,' / 41Ip1 Supper. 1, flmel* 1'aeiae Ma b anted at least t feet, Duo not more then f feet, Wove In pared mem revaaleee of work Oration a' ;'IBES ar�1r ng ROAD 44:0 sign ' ata' 11 fernier ane elm sires mw an 9c 111 mita° °.Milia @dee m me plena m m dire°. DY the MeimT. oec6Mf Ma e@ okra /j ((\ !^ W W W WORK ` al \\\tk Poi I6 Mal NOT core T e 6ATco" listsm sabeir. M6� n. used s . rn..iaa ter eco type . aim �. In Mala` bemused o . different mar Is avirq area. cIrrTmt ilnw a. neaeu n aim supports. types AHEAD/ \ be of IOM@tl. Each BITowe ,Waa.n material. oar NOT m appro.wOM emrirah, reaaataae N ietl� 406 W Ire weave. l M type III mod or none a eedalee, t WD 6. Was, Mato. to Me Oak Wording fully Prose The OlsT mol l he 0/.1 d to rte 9ask a rhe ming thedoom. All Sim Opp., extend w ted \ I \ VAP t\, • shall De attached directly 10 The sign of eq slow sign woad . not ....rood , art i I.I. w ql1 De plaq m min •lee a Me Sul. aro .pad at . centers. The Engineer m/ ammo. oiF r wlnpm of spiking Me elm Iota. REFLECTIVE SHEETING NO 00 she sign, F0Mer e0LLY1 )aH Wood, Buns 51,t. 11 4 Multiple signs thou l not be 10Ined a spliced by m1Y 1A68• Wood I. All alp. Mall be retrrelleotta aro caemw.d of Moe,. wet. Me alar VO retro -0°f leo-1101y r.mireeMa of 1015-1100 .fair rigidelm• r Ino -936160 fed• rat lay elm, Re at dd... per se"p00a ifiwfii14 10 Moro an TTG, 1. to Meeting,ng requirements of Ns• -100 Type 1, a me Mtn I whUta b000r6 1. Orange Meang, Meering Me rept... of 010-81m type aN m TYPO Tho .11 are m. a 1.1010 elm. wino ......fn... Mar Reinforced relgnriv la rye be el 1.111 sten ,b geliw . molt uel4. four ext. MO eve 1015. Me Medd. p.a. SOOO..6I MO be I h, M4*O•ly *Mia .014 sl a 5U400rfs shall not be @xh 1090 P r@po ir94 or s01 icing Or. I a1[neeel lelim m coTov. DY iM federal XiM.ve Ignlnie al lm ,015 O,a w° 9t 1M4a im7.M'11a1"`ndara Htynq type lea lm fee lee°' manual. Slpn, Were PO rc0er• Mal bo of filar eta a peer 0- in nee. -aura• Yon Opaxene 5rmeew au Sealfigelgs. g,MO,INIP OR GOVERINE YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) BARRICADE AND CONSTRUCTION TEMPORARY SIGN NOTES Me etaerw n Supper*. S01iw in t Iwo Mould be w fne epi bee other means. am aim owes.. am be confuted a w 1t aplr, slobs Mnl1 m rem. or Ie} I covered. r Intermed! ah I stens Install. en emore wtai tri g my. 1r.I r.e mettle 90 0ep•0' v. of m Mast the eat gaps mterial. m ecr i . . lm AMP. I• too for •Ips° ..1 he eq m 41v1. plows P. lea' my 944 ng Mopla. rastn STOP/SLOW PADDLES fro/ag90000 are thee9Qy 84x014 laasarat trams I. by Ilateor.. The 011/444 p.Ne elm mould a 1n t 241 et 41.01 16d .1 Hided, 1.s MONS. NM. Mall he e0Wii.. C'ONTRACT90 REQUIREMENTS FOR MAINTAINING PERMANENT SIGNS WITHIN THE PROJECT LIMITS 1 ps ore use, b give codas of tial a lava e regular.. a w1. m ...lel ly hazer.. ted'rano alar lav, sof ol rah ammo -mad bHimHma winds, 01 aedvl , pima rer` 1. S installg... m Ml04 061111 *14 00 termed a 90*404e apse° h Me r.meey. ,nate eipbs Mame be ,em.o m a0mehl4 6n1.red 1M not rm.. cover the a signs .40I Mint. thelalp Mal brl6°` .. 0�,laoeil. homy nil lockatinmiom; WM.cr 4 mermin..i41414ea 1 8044 s. 4.1,48.11`NOT be us.Oto cower sign. Ever h a m foe. 1. tope r ofia ofeamate-111 i a t.0111 l NM be afftwo at 11 b rem. abs .1w 090"1111. hos aapl•t,m Of verb. 5'. Ca &PPM,. HEIGHTS 0,4444 9 poddle1 may be mhMM to a staff with a minNm • I� or 6• to UR Maar 0 ro r P ,. N gore Irmrporot. s ROW peddle Taps other veogramicel, altos. infer...ma Rivera pwroce.ing r., a rax lone need 140`°°40, if not Letter rate mldace as annul ly metalled m a rad. col Mout oanxrmilm. waipefe . keep from Nnirp over, I. Me ear..a.e :x'0 Py, ooie,imle°e epi meek, De pea 1 SHEET M OF 12 ea.a .111 10 r1q aaM 1.9 coq 1.s q1, Mq qi I I ing ab t9 tt m n0 .•shoo 61.03 PM Signal Ina 0eviwailnwthe 1pNC0. 6pe,vrw0 re6µelo40 or own. .1.m...u1 n vl.n „ail, ma conditions, a peas.. sips mil I Fro p.a. sign heeeape WO. oro react. ...Ilion. Men ore reared ond relocated most` construction 1 in a ate.conIrt eeisteel Rork. se sig ...lit mlate MMII M b palmi -}q ee elm eR9,0 mini.. - ,T r°°Depnmleix. Tlemgp4rNtlm reafnr OS , 6 \ .R3. ey M011 *. Risible to motor. 0111*In prposeRR Ie6r6.1.1.n06m6. b be atoShhe. nMM6e Pgl.oI2 ., f9h 0.11 b1 enMe e1. S5 gp, Mollde ma ofaminlam of JSSuSO. Moos l flat Mrs no50141 oefilcul or impact. Ramer lank a° tire 100,re1Ws11oMM11 N)T . Me ����• %a 1_7/4;o• j 4_, a 6BC shall meat rhe mTr.dYm M`; .IgM m M: Mea a1.` ee°"om ..tar. �1e "t. alaaDe�ld d a.TM.apmmlmepmle1.m 5. ]! paeannl alms are b ram. coq ralawf. wired R+arrY Haat°, sky egpa. as shorn o..b T Mete r ted CIMCO.i:i.all`notMeremiredno.im.Iseis.ea1Me .ets me '° :.,:°�°`I �'� construe,. e m; work should 140 m gid Pater ballasts a°ipea for m°m"lisirN'vices Mould n. De used far pal la. m porrmla sign wpporra. s;m nppata melpe0 Melo.. m��ay. erimam yb�edMon oon.t.0112,20 liist. id ever Me bo. hdfrm control1. Sanbego stall m p m. clsotang M ass,. � we are. lry g vim rope, vire, dam a1. m . ..go Mallbe pit. �egthof:be i,eto "7`W, 'sin° e,. ° a m1®fir d , kid and Mol 1 aro . mei e. BARRICADE AND CONSTRUCT [ON TEMPORARY SIGN NOTES BC(4) -14 sxcET164 of 222 TCS �6 �. STR-899 \ s ora s1m a 1rof�l°er.l Molar m°1 It sora: a doomed M me Camroo.r For MP.- cv stre.fon emnpm. Mall b replw. oar arm w posall 6Th ted wawa SUM 1Aep.Cordwao. p,.m1 m „mm la. .a I.+. m.� T 9• x40 re e proper pi,. for a. whrie.l r msidiay Oat g rmarrl Men Ma giall 0,1 crones or *used rte f se sm.,wr-8114 la.s a.er-°lo-° t. ,tee 1140 the arm lam. r�i amiM.11ro, healer. re 9e.a my p.rfimw ill la e1=. ®• Ism,. LM APO ECT) E13096 mfr tan zT, mer - zosg. . bJ 1.a.. worswevmeasm. sin a .d 2 6 M e =_ a o s f t 1al CONSULTANT'S SHEET No. TNI PROJECT: COR14150 y z .�E ossa.: ,� • r0. 21 yr sips.. 2. yeo �ye1o11rr. , 26 �'�ldsia ® :: /spm l rm� ! ro. Sim IA. �� I IA° aft3'wP= I, �. .poa S. for , MIa. N f ase on r.:11 0004 awf iF a' &i el L.Nm f Immo. aa0itlaa' Rxe biI iry, w «� S. e 10 le. 01.40 33. In ). m11e. ane r larger :::7,1%-NpLlpppppj� SS/• m 1111 ti In0. a. ear FREESE ®NICHOLS fe• M9M ra4iremf Sr.. Nae J ;0- 11 1 M ler. �r 111E 1 It �e / j aC F1 F-1 Front sir A.f Dlra tray eye elft d OP 1011 Imeee3 Ereervlt1 MT. 2 10220- Stub/ lwwelr St. .o 1Rei .a). Sleeve. MEND CHANNEL PERFORATED SQUARE KETAL TUBING D �a SKID MOUNTED WOOD SIGN SUPPORTS LONG/INTERMEDIATE TERM STATIONARY - PORTABLE SN:D MOUNTED SION SUPPORTS❑ Refer GROUND MOUNTED SIGN SUPPORTS 0001 type elan supper, Roe rails. sip) sp. footage snail of.. To . nonufoonrer, rooanronamion. p Instalcm be .. .0- IrDar eIP�WEDGE CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services s u m r less- 1..914 n.e 1 0100. el. on. 16 s eO. :0-:n" f Kia,'+:z. + IM NIZISO1 04041 S/0• Sly.. o 1/2. plywood Is allmo. x. �O 119• yp ANCHORS Sc. Steel onsrarokre n. n .0 Wilerp Ow Dr. y ye a 01001.0 for .Ion. Lp to ID epri fehre1 slpn If.r 21 .• GNIl�wiSase. 410.13tly0 ile 'Tref fly vNTn.r IIA 0111414 sl.ne�sm ecLOCATION. IST 3.•a 0-m, sHalr 12 pn6.1.01Icanin0 Im pmol aw ..Otte OTHER DESIGNS fm 1 1 a Troll lc 1gRf DETAILS Of APPROVED LONW INTERMEDIATE AND S.RI TERM SUPPORTS CAN BE 101110 ON THE cw r ECM FOR wE ITE a ria x. re 411 rat 12 •'I._ l OEIERAL NOTES m Iotf 1041X1 SPLICE) 1 l/P 0011. rand ]/A 1 0 2 4 1M• ro 9dn Tf ea s.pprl f0leaoopee into alrw elentnel Poet Size .1141 a syNlwf of 5101 face en ssi frOMat OAllw e r Halls say n wee In no weary m Roar elanInolo 010041rs 6w S/9' nel a rive e . 3/0 4 S I/O' wrie�4ef w worm awry Jeln for .INTI nw1 con0119 S/Is• Dolt. YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) BARRICADE AND CONSTRUCTION TYPICAL SIGN SUPPORT Aare heino 1 Le ' x 1 IN • a M• 11104e l. I2 e t 4 6 2 1 tl it %• %' 220 YES L M Na0 fM 3 Bion were Nall 0 614x1'8"X13 a 1 f0-. erre < a+6101 Per 00001. i<we1✓1010 rohaA m Nv� WO. mat fi pQpQ Oa, 119104 fi61. 111.9.1 Mm e x 6 2 ee DRTCO LiH. on.. P' 1anf e aw a 12 x M• mere WOOO POST SYSTEM FOR GROUND MOUNTED SIGN SUPPORTS 1. Inn le. to s..lele0, 011 PDT eu.0rre and We .311 *E00 Pr91wr ro. 1910 . ....red alt 00 0..2. P.M pa are 01,10. pa t1o m ; • _ ro. :11:3.3 N 1T;1211 . . ❑lee aN1 For 0-R Wutim' rflnlPlm et •w xID! �Ifi Aix06161 �e.w. t1�irpeell A sr m azrta 0-r nryp. n am ..004.V'na mat 4n ea New tr Ham Man. aim 6.0011. ry 034•%3. m, B bolt • %- ' AM. .iavelan IIA a� 4129 ...... SHEET 5 OF E2 01/16' 0 12. l ,£ 1.0124 61161 to slum alta ala. Mlm laid* _ Oji m ,1161 p pwb eMpr a rPp yBpO aalelona z:,;,,,.., su ewro gonna inMop uroNn..l ., _� L• 6114 0 11114 DIA. a;o. ar1d. .859. MoleTotln. 12 aarfeel4 a.l0 �.a 0 BARRICADE AND CONSTRUCTION TYPICAL SIGN SUPPORT .1e1 0.248 live 6114 • bfm s*. ii fewyy Irate Ns 1a el 12 „✓ SINGLE` MSE _ ��D � BC(5f-14 .313POI04.0 ekla tea ee-Fie. mm' um�e. ram �..l.nm 0011165 m 222 09,19990"°. STR-899 fiD I @1111 w..� 2612 �,ei d — I SKID MOUNTED PERFORATED SQUARE STEEL TUBING SIGN SUPPORTS -1e e,n e I .6a LYPY Mara) E13096 ' € tt - 6 G 3 E E _ - _ - _ ^- O1 - s f dal t 014010TAM'* SHEET No. MI PROJECT: COR14150 'K'''',OR 4 SE, .o= � N= " r',... Ij � z.5 A�, 0 .'"- It MN HOT IN USE, ROOK 'NE Po6 FROM THE RIMIr-UF-TUT OR PLACE THE POE. BEHIND NORMGUARDRAIL Wnx eras Buri TUprh PARALLEL TO TRAFFICITh. RECOMMENDED PEASES AND FORMATS FOR PCMS MESSAGES DURING ROADWORK ACTIVITIES er messages t sped0 holly covered here.) Engineer may approve ochTo PORTABLE CRANGEABLE MESSAGE SIGNS +. IN /mincer/Insp.. mall approve nil masa.. dao m prima Mmosable000Mould mast, p Ntmpe, m Pas .mad m,»aln ne ears mon B Norm 0moyt0004 far to . cht afraterrsunr worm, at Including Mole Norm such as •lo,• a I. pia.al Phase 1: Condition Lists Road/Lane/Rom Closure List Otter Condition List Phase 2: Possible b le C opponent Lists Action to Take.iEffect on Travel Location Warning A. Advance lib. L16T List NaTlce Llst oor w. phec o re rgl al lamest Ica. terse of lM ease Moble Flald y a single y e einple nlptTl, aM must a mmref.ee by I. sr0 -EXIT a refer to m exit rally On o fraemyr 1.1., 'MP.' FREEWAY CLOSED X MILE FRONTAGE ROAD CLOSED ROADWORK XXX FT R0A0 REPAIRS XXXX FT MERGE RIGHT FORM X LINES RIGHT AT FM XXXX SPEED LIMIT XX Wit TUE-FRI XX MA- X PM FREESE ®NICHOLS 1011 CLOACA.' do Tatum 1h for. 5. u.oy1 an ih raw. or Hx.r11a0e aeeleanm rex, *A, ax, 00 a0lag vim OM 'Mar., referring to 1oe... 6. In use ih dttm of a stationary 1.5 memos panel sou. be chino i rap 1h rangy, gape possible. Wove ROAD CLOSED AT IN XXX SHOULDER CLOSED XXX FT FLAGGER XXXX FT LANE NARROWS XXXX FT DETOUR NEXT X EXITS USE %XXXX RD EXIT BEFORE RAILROAD CROSSING MAXIMUM SPEED XX MPH - APR 00- XX X PM-0 AM 1. The mum term ehuld De mad Ifih worm Ie toirtort 104001 5alrdoy mrrlp ma a,0 M s.May em,Ip at mi.., daps and flour. of 110 am*d be continuo 0d m no a*01 If aux bM. m Friday honing mrr Into Wrap/Imrninp ROAD ROAD A7 FM XXXX RIGHT LN CLOSED XXX Ti RIGHT LN NARROWS XXXX FT 700-000 TRAFFIC XX MILE USE ExiT 000 USE EXIT 1-00 NORTH HENT X MILES MINIMUM SPEED XX MPH BEGINS MONDAY 0. Vie EMlneennow0M' may select ane of tp options Anion re poll eels fm alpl0yla aOva-awn mssps on 0 PW0. Ease praol Noy n displays. Par Boner low smaa0 Nam r 1r ON. 0041,0 0 s. N net MI.. reeeepe r .arm Included In D Nolen.. r» Mee. Would N ateay burn r °M iruwe Mlle mmlayed. RIGHT X LADES CLOSED RIGHT X LANES OPEN MERGING TRAFFIC XXXX FT CONST TRAFFIC XXX FT STAY ON US XX% SOUTH USE I-X% E TO I-XX N PAST US XXX EXIT ADVISORY SPEED XX MPH BEGINS MAY XX 15 pro. vlmM Inforta m m a iso-pars M... .a Bo M,g um themere l Me in ale sae erg oncoming the tnira Iirc.11. + message Nonce, ES SAM 01011• CEN-ER LANE CLOSED DAYTIME LANE CLOSURES LOOSE GRAVEL XXXX FT UNEVEN LANES XXXX FT TRUCKS USE US XXX N WATCH FOR TRUCKS XX%XXX% TO 0000000 RIGNT LANE EXIT MAY X-X XX PM - XX AM CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services on a PON. 0Hnm1 `m10 I not i1layre�1mol rymal10 or vertically arose Me foot of theelan. 14. irte fol lowing tole lists aabreriata vends 0.0wa-.er0 Omuta mm Woes. NICHT LANE CLOSURES I-XX SOUTH EXIT CLOSED DETOUR X MILE ROUGH ROAD XXXX FT WATCH FOR TRUCKS EXPECT DELAYS US XXX TO FM XXXX USE CAUTION NEXT FRI-SUN 0 0* a wow. act h displayed weelmr.uyWM r Nemec onnAna Iiet Maur, not be P00 character aie0, [clan mom in the Moo. 10. mni1 el 01010 Dee 0101010 101from 01 leasaat t 1/0 1. 1 m ie out Me next VARIOUS LADES CLOSED EXIT XXX CLOSED X MILE ROADWORK PAST 5H XXXX ROADWORK NEXT FRI-SUN EXPECT DELAYS PREPARE TO STOP DRIVE SAFELY XX AM TO XX PM aNuld be 600 fort n1*t rap 800 fiat In 0,0 400, MOt aast1 mlbvf0fvel how aeal,roafr Mian of to Ina.n a aN legible Pm mlyM ext Mould be cert.... [card ratter tam EXIT CLOSED RIGHT LN TO BE CLOSED XXXX FT 00 US XXX EXIT X MILES REDUCE SPEED XXX FT ENO SHOULDER USE DRIVE WITH CARE NEXT TUE AUC XX I I� rale vnolan, 1* default r®d to am corkersot m 00Mae N11I T PFK nod wolfagtlld. A pattern such a o .ria of horizontal n1,0 a le 1praprlata. MALL DRIVEWAY CLOSED X LANES CLOSED TUE - FRI TRAFFIC SIGNAL XXXX FT LANES SHIFT r USE OTHER ROUTES WATCH FOR WORKERS TONIGHT XX PM- XX AM XXXXXXXX STAY NM 10 PWASE ,BBNEVIA1Io1 BUN OR PHRASE ABBREVIATION CLOSED it LAMES sxirt in Row I act bre aped vim STAT IN 1001 In M. 1. LANE 1X see Appilaa;m CAM Ma Note 6. Nana Al Calor AIN MI YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) BARRICADE AND CONSTRUCTION PORTABLE CHANGABLE MESSAGE SIGN (PC MS) Avenue Net Rote NE BST RTE 11,1es Per `APPLICATION GUIDELINES WORDING ALTERNATIVES Baulevrp Nitlpe BYO 00090 n00111 Waal I. Only I or 0 shave me 10 Da mama FM. I. fin novo ROOM, LEFT aM ALL .an h i 2.yl0 101 lyre iv WIC erould N 001.01ed 1100 me2 14 N 00 a ap 001000 E 2.appro...0000 try, EWLAA01 *01 w eM ea. 0 Mpg Claae Llet• aM the •Omer Corminat L I AM. tr 09 (oi5i AMD trove Paxip r. 4xlp i 1. A Ord plwmtcm M aN:IW fru th 'A.i lAm sio iaM/EPfpR 6T .57, i Mravidima E, 5 H can +0 aehSartN Tor , 000 00 at faxra Ibnlrq v u p N r nanpad a gpepr Rafe. MieaOrmtm CROSSING NINO III. tL 01 4. x100 none and rear. replan m cores. .. A,we OAoo Eat RTE LANE Srri IATLN Rp me tlmAoay e. d a mos It a dheto e r 1.0 5. NO/. IONAA• erg KENNY cm be .e.. E a ne.d. Is M Ina lama in the fir. plme sale... 6, AIF�K' DM i �i �te.a of dlenaree if ncev.ry. DY n ere 0010 a a...mate. 5. if ion POK re n.0 In..,iy� h� Eastbound el E 9,p1� I l��y $1MRy AfI .11Pe11 1A` a a in Imo of 1010 ft. E. Glue., t, BEFORE and DAST Merano.. as reed¢ EImmrr Fn.raflm+ FmMle BER VFx LI" elt ,—, el 5 an a t Ie a 1010Inereeel200. 10 M.tact r AXEO om u el Iml nates fru Ona mwam If a a. Fr Ma. omina, eMm /he nM dole ie NIMIn sem OD's 9. (*lot. oho, IA Meq ofbe M.o. with 1 pal date, on �e Norm Lace PAP EN 1 a me s«4 fyplaily be fr mold mm loffM ENV.. MOM Fn IXPB(t SOXSaar SamY NN m lora one* rir work. SHEET 6 OF 12 Fop Men 'w NV,ut et- r evamwv1* SMRs PCMS SIGNS WITHIN THE 0.0.5. SHALL BE BEHIND GUARDRAIL OR �" Freeway Blahs ONO 1100 lam 10OANTR CONCRETE BARRIER OR SHALL HAVE A MINIMUM OF FOUR IN, ,Ibw0ep.rfinent of Wmmp0•MWdr 00,0.10 as*Vomm Pr tai OAIVIW nnfiv Tamara ON. PLASTIC DRUMS PLACED PERPENDICULAR TO TRAFFIC ON THE wrlal 1040*' adg I B UPSTREAM SIDE OF THE PCMS, WHEN EXPOSED TO ONE DIRECTION "Miele v mlmv wv von I0001*., 1.1cM le rRC0*0 W SEL yFR OF TRAFFIC. WHEN EXPOSED TO TWO WAY TRAFFIC, THE FOUR DRUMS SHOULD BE PLACED WITH ONE DRUM AT EACH OF THE FOUR CORNERS OF THE UNIT. BARRICADE AND CONSTRUCTION PORTABLE CHANGEABLE oKorr,mtim 0RS m k,Fa SBR FULL 401011 PCMS SIGNS MESSAGE SIGN (PCMS) P Alm. tTLlut Kraals) I. eon Full Wirer 4a1s sirs are Meq to ormter ted. ma IepibNlrynalDl Illy rsmlrminl0 moll N mint.. at Ia. In Note 15 am MONTABLF `eSftim Nese pn,e • aI.mEASLENESSAGE 5 Move. BC (6) —14 La Lara Lore closet L Ta tet Pam./ sell rot SO PM PMT 2, .in moo a as .rye Trooper Solto,'10120-11 ere rareeen. muhiahlY m the Pull Maria POG aim ere, vim ih aroval cf th Dol., it .n treie..l Fly/.ie;D; I ify rennin... ista mere, °p can m T I NMI. 0*1 lm sHCEr166 0/ 222 m DRAM ^n. STR-899 N InvLevel ol ,a. tilLEVEL 5 Shen Nato .a mama) ly of me Ful I MMf ix Pals, Noy IN only ample.en to ae of M e static aim 'mean..., Nn mm 1 m, eint.10 a °tom masa >e,l .. I Avm I m mrd a Ix-nuroer. v5-senor, sx num, h-mnOer oan Iize arm be used to .Ip1ate a f�a irg rrow Dar*'alma It meals the visibility, 11an rate erg dimllg remireants m Kn1, fa' the i 0T _1e I CRY PKIIKT / E13096 2 W aa d • e '" ii - m Via] t CONSULTAM'S SHEET N. MI PROJECT: COR14150 i s*".,.�' b3, D R �, olein Y'(j'1,� � , 1. Bmria Tile, ...on, to tie mar mil Renee.ilsmaybehnovices Rralootivity eflwfra MirasYs aP�O+Nm"B6ao-lA� aaaaNDiriae Bmrie� 16 talk o fag N n Ye/era carom p1a� 2. Lola ofd teN/I Hol 40I 40 a specified in iM ',AUTOS. Me a0. relator. cane dretl filmy o m �- Iter a pM • LOW PROFILE m aaht I W sowing of barrier reflatms Is M leen Attach Me &lineafae w per .oerfwtaer'n rw�weMionr CONCRETE BARRIER I1 -PCB/ _ nMoor , rrov Boan�i�wIon ottmrwiaenw eebMannel ries r>Blireatad wirn th four For ow Ularwnizirq W.. phase perpandiwlor to rein to and the ...roan.. W .-mfr,. Fleshing Arrow BwtlM old La 140 al I law orowes m noligloor m.o. or }ravel lanes. yrs. Maw diversions Z. winim error. . ar Oa IU not act v m Teal., or .or on Moulders �nleae Me 'CAUTION/ display wed elI .1 ala se. aporeprlate 3. TM control avis tot a Mal I anew al . , a In luntlm rim ih Flwnlre error Was traf�cdi I. TMtFloMing avian Beard should le My to dapla Me }al north. modals: FREESE ®NICHOLS 1 CONCRETE 1RAFFIC BARRIER ICTBI o • •• •+ • s«Dfia in e _��� • •• � ti A atm 1I /raffle a m as aria of }nor a miasma. tee T21 m +mon :;: on of CT& 410)..'‘..%••••• 1mi:.lr iw ricer i; meas at one era of ma 6� • : . [Ta for off a to a11w rfwNNnr M iSr., Mt." Moto, e, IM. amino reflector. a m s a4"11.1:111111111101A1:111..-es.Na eM • • • • • • MO CID nU p !Mahn directly I Tela the re,l.c,a marrceb pn Sep wa �r�s 4. Fors /ruff lo, amrlar reel.owe Moll be rooNarr o5a. 1 CORNER WIC* ALTON/ORR DIMOND CAUTION • • _ _ 1.1101 Of CID. Me Walt 0 rep WI I nen I a9aa of .l low `.eflective .rim .11 haveel OIn 4.110. MMM•a,n fa*,e0m0mar +n DELINEATION OF ENO TREATMENTS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services argil al. 5. Mon CM s0aatea rrcfllc /ravel Ire In Me o Elreation. M Barra • • 6. Barlxt RNlpta unik s call h je11a vtMiifi In rola is oat. Me rmewngerami Wolfe END TREATMENTS FOR • � •• T. Magma r Barrier Reflectors ,s early um far. e. PMYant ivkera a twooray 11pa1a rrltttln Malay ay mixer taw Mal I Ml a wed as Rs dw1140alav Karla Pell«tae M CTB anal I b per nOUPoctaer's °racomamat amwed Sorrier Reflectors an11 he replmsd es airsoted 10.05 N• EMIar. 11.51 W e elope Derriere Mail Wanneal. to Mom en the Man &tai 1. [TB' S USED IN WORN ZONES Da ae0prte used on 0108 in 0.x t ormtea ny elan.. w alined In M. Natlawr Cooperative 1 WWe] Neaman Report 350, o m �NTCD tOM o alms* •N r DOUBLE ARR01a LEFT L RIGA C,NWWN MN LETT s RIOT S. NM Vatter Malar aaeiw• N four goner lam f Igehing •Imavemtly, a Me ANtfrMiry DIM. CMAO m& a /fan 6. BU Wolf» rine Catlin 01.+41 It ALLOW, i• Tia ll be M iimiry Tara Boa. M TO tl` he � BARRIER REFLECTORS FOR CONCRETE TRAFFIC BARRIER AND ATTENUATORS 1l 11*M•l IOONAir.M1535anee OW 11 ll1 ell.*. I. in Ina a zs pwia'•nt for a..01i 0ow 101 on« Of.11.11. ant .orio,ora mN Wel 140.1•101 ° Iaarra 10. lih°ht 01010,, II n TAM- alae., Mayer, the NOW 101 Wean WARNING LIGHTS d1 pie My a sed 5.10,2 MAIM Moret l0., 1 Be,ianin a Boar. mall a Mucosa 0 a Miele, Mai ler a 0MM auitale suparr, ILA Bard SHIT INT BE USED to laterally Nift Iratfla „ming IiW,fe Nei Mer th rwuira•Nie of 4.M RM. 2, a WIMl lige Mall Wl Da Inivosa N Dana os. 3. type a Inane,/ Fleshing %W m net am ..mal t u.1.11 arum, They ser in.. m 4.n r a mix a pMeltial ly nWatu mo1r um owl De a .10.10 he Nall.tial 'id, TM Type A M. Re]oad M R, 11 Nt aau}m1+M .Ma Theo BRM Ci" Osnew w,er arm Mats of the plan Ntgf Dtparl4-0I x0•rlel SpwI4la°at`110 NM -1500. 0 IL ; 1,11Nma, .15 My W Read p din ate o F1aMng Arra Boal Veil. It Mata v1•10,Aty, r morning Iore ns raOAlra�ea m tn. MMM fa /M pair Alza ora. ne net b noil<r mvntta Arra Baa& anal. W ] reH }4.m MM. I A faeD'ont"Y'um of YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) BARRICADE AND CONSTRUCTION ARROW PANEL, REFLECTORS, WARNING LIGHTS & ATTENUATOR 1, Type -C oM Type D 510 4000. Sw40y sum Llatt ere Intense +a Pe WM Inocrea Ion fa 401 40.1+0 app NW l.. at. Maffle o0lr0l REQUIREMENTS „v . IMI/ ora Mal 161 & ;n ieaad m W e age. 8840 exw Nast, or Ont pima by al deeig ori a Mr. S. Tr• Mginerlinepeotm a n pions Nall specify /No loo m n typo o waning ate to he Natal Ion m the ,raft la contra ay. rreE NSx=UN ul IUM 6aBEn v[151BILITr ATTENTION I b4. M DgiTnr, ?40 Contractor ran a a ran n Uma w^I/Icatlm NU ran Hort purxtar will tM 0 -est Nrcase Spool/ lcarime'or Fl0Nlng aM 6femy-Ban Warning LI.e. MI, MM ornina lights meet tM realm.0 0 Moody a4. ono y ,eody Ban Lights Mould only N plaed a The maids of Me curve, Ml +he n I l 7. Men won •To Typo` OF LAKs DlsTmuCa *911 M Arrow bgmda Was wine aiming I U Rf 1(HT-OF RAi OP PLACE 740 APROW FARC 0040 1*0 W ills lae&irm 0 delmrn1 4.p INfe awl raving a aura Hol a m nim eletermrm th Dlau C ere xC 96 lani is •..STNS d 40eew. TFNCm1a]roC�R11P TRAFFIC lU1• Worn". Llmt a WARNING LIGHTS MOUNTED ON PLASTIC DRUM{ ere�Ya OWN.* canted 0 a 4Nia morning Ilia ore Mended to worn .here Mo/ tray ere pero0Nlng a at In a po/mtlal ly 00ame am. ImM mMw mel M. ere•IMNIMwanrre1Leaserere,inmatetodeilimineataIiiiMIDeua00maaria*. wawN}Iol a oar.° 1 Spee placed 0 aren.ln. • •deview •fe r» a raring rag my W used fa a1 an.. If uses, FLASHING ARROW BOARDS 1. ...siveening e4. n ma finial Minim 1IN. uwld ter fr. th hal.. of n tapir. n Nd of n arcing taper in 5. `co COW. W M. MM. Tho .NIM e4. lam I Imp Ua11 he 65 flan. pa e111uw. plw a 0TSU Id flans. 0a-reaar-0.n Ing 1l o ere int.. 10 a uvea Ina der. to Wigan, ell aro m me trawl In 0 &tares m An grows, SHEET T OF 12 m Taw al psoras. 0 r sin ler well, w 5. T6. � A, Type C one typo 0 caning Tights Mal h Mr a heat Meets In Ms pions. or oire l m man tot h0. RI demon T. spieing lianto l T. TM •ori t ire lialre m auras snots & i iml to n o enamel nig aw co .pap TRUCK-YpUNTEO 1iiEM1ATOR5 • ,Rppo.v.. moor&il•rlmerbfron Sir WARNING REFLECTORS MOUNTED ON PLASTIC BRUITS AS A SUBSTITUTE FOR TYPE C ISTEADY BURN, WARNING LIGHTS l0w1 wadO00M rrili,lee 1. i2. the fined In 4.h Notional A. A amino ref Impar or aiR ved ,Na ate my &"ane m a pl... ol e m a Wait,. for a boo C, Wady Tarn wanlno 1 net a the I . yellow otherwise Tho ing of the 2 . Moll ege remake red wing a elm War. appro. for we with prat to ata lista wanon tle ing `°mem oreai� hem .Ding r<f Ic+er aey 0 ran S Rama `amtta reflectorsbanning MeMe a ei MAato-'ua� roan.. earl Mown. HI.. Research Ras, Na. 350 tail ,SBI or Mw Wool to Awes. Safely Hardware 005310. 2. Refer to CANTU, for the rewlrOMMa of Laval : or 3, Level to n'LMeCefa- alie,ofppr�left ,. a e p rem rc m recta unless atomise & BARRICADE AND CONSTRUCTION ARROW PANEL, REFLECTORS, WARNING LIGHTS & ATTENUATOR mceUre ore n"0ea sf eill They not nave }o p re./lecrorixa Mom i, at.,wtnrm Tyells. a .t Meal 30 aiAm Ione 6. TM el& Of the minim reflector facing cartooning traffic Nell Mw a.Hi09 meeting Mt color ase ratraaf Manit4 r<mrremes for s. 10 to 4000.1 n .amine M'"°ra 'r `mf posiWoetioned < BC(7) -14 7Nm167 0l 222 WORD WNW W. STR-899 40 nava ,none, C1,6 8300-TypeeB e l4. C. Oath of the affecting Me worn prfmvwe arm is sprma clan , Male a a ,I# lax a0. ism nor ro1A� ®mom N••^- 'mrup,�a room stir e-. ATM�re }Iwim-yiwalEAbe mv11aJ1 m 400* 0.,1`livlale twesR e°ep 0000ilg 1rarr a. .a. 0.m an re w a +at,ml m Me mm I+TIng & I& a1ng M ermMe. mart. aa,aee from 11 Ir win ®. 1 er a 13 CRY PAgWCT j E13096 me ton z], zm] - zmoon ue.he um 11.1,momOssTesET xTn sumo .fl: G w = e & 4 E _ _ - s f 2 al CONSULTANTS SHEET m. TNI PROJECT: COR14150 ry . E •�i:p ry„'�'j 3�� ill x $ jejn : j lr,. � g ,;� Ex �� y• e M1 GENERAL NOTES 4 FM p I. sealim y work mem m free.. true Moll ... ne xaele le win Nn mind, Mar. Wig Melte. Y p«e /one , !fluty avrN miicame �nemain,�avm merle M 1 dna 1 Mr im a2. crinrry.eraliZi. 2rta.co of In tam. OM col m ms mei cot In rope. , sectionsusen vertical panels, m ernes. emtiav Neer . bah °"«'o .«zlnro I iTte ano-pleoe ea.. be with Me Engineer fpw`mw w wexsi m the project atmatlofiwc a the N i1i 3. For Mc. tern aq learnt lvrn izlm device hr OM M replaced ,n town. trmnf w e' wx _� «!rima e6 vert,ml Nevis, two-piece cows er ae p .can cows m l Meelafea ,r. Fan am N here mtypm a MM. of z «apeaeSeCeed I FREESE ®NICHOLS I. Rue and 1...11 1 y .iM iM realraraMe of 110 ram me 111.1201 eM.E m I]cem IM'xylawmyr0* t zmlro Oev era Lief M1e . Wm and rel it flood w omen/Alo ab S. sledtheae coltottohabiaanot or aro.or .!acre Mat mull amere.l0 E 6. The w/m N 2 wnN strips. wingTypeAetna -- -- Meeting el. the a pe ' ry cover. «seem 16" x x4• S: uremia Vii' . N Masiem Oowsoo ralmno Lane m m 0/Da, ram ane pam Al„arieGrimmt Man n uaeeed a tempo may _ imT' neeeeriicins me rale!- nem vioe Pet Man Serb. Melee. PlVwood. Al mei run or et ul Si Oa BUD61rOtBastic NOT be MEBO On GENERALDESIGNREOUIREMENTS I irl ea alalic «w eel I wet Me foewiw fealreuwel i. Pl.. arms Paola be a ..plece beim. ...ay' of the el. s.I I . the TOO pertien and .... . all be M come Nr the NOM The N acoNmuss T. espo-ere Ord x I ItMk s Inc.. by a MM. travel lip no meed of20 Roder OP atIon.. an la mrlml orsm. be Taper 10 el I. far go *001 of ---�--�- Saes ,zs• p la SIGNS. CHEVRONS, AND VERTICAL PANELS MOUNTED ON PLASTIC DRUMS CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services fd order ...roe ors. 1. Tal al I Id . rp ...PP. Cmmapmr ql M Mall UM mel flea« Or aria vim he nmell.im Miura Cr elm awwfa. 4. Drupe sho w«lenel. ewpc coli! 1tlor le a nolo of 16 thew! In elan « the S6l Iran Mile man ri seed Iran bar dlrwfim. The NM. of IpcM Inmel Ira m heel Sail w o Mise of 11 l N wed. w a2 Mo.. ml 0L N I, Mis oY 11 IS rot IMenoe f« f lam lm. w ob 1M MEMO Oft Sr providers e1 aP«Oeee 6.01.1! Web.lm 51. rMid m MOM. «:w Mall M eourecSr d wing orae Med m me pITdg. E. Seer. and M. P«M zom elms elm mew.. hansom e mNM with type Its or 11. S Ormbe mimnm mels r« ro.rmpalla . T Pi ric., shown w Iw.iisn >M ml as rnr«.ftaMi ar na,lr.mte mull be.1aIed 10 aoln soler and rot..ef.riv le New N}pR.1 of a own. I I I ,Feed NI6 IMI dinner n leeow fo IOW, wwnlm rHlmfw unit w owe. 6, the extorter a u eery In1I Pon a Motrin al far alternating wage end n to elraef ooIre of .Tal stripes not less Inco 12 ]6' \ M r / I 'f« oma trot l Ina a of E1IleEIn.31.1. Foalero,•mem Mere. Weiwl P owl! .11 M Imifoo<Ired nM w and WIN iw mead me rem.. « 2066100 Imo A gltipw iripm m V«11w1 Pawls NII slaps eon toward Wended /raveled Imo. spece Miran ab two Nio nit Ora. oboe no. mood 2e Inchon to • dHA ail hare aroxksiw .tem of MinUnsiaroxiww Mita ere ] IMuecHao o wlnip of 1we ImfMlm « f nu N alIw dao to m ns mu oodYiafrm Mu Oou. EnsNUIW '/ 4 I /` �♦ I �� ' 4. Omer he s ILII m sad bI. erelmer. 61Q,dlr'baleewlelotn.0. neem 1.- els In nam w u /Mee de lel no were7 fos cote R9 moles elms dammed In mN a moos e.P is aa1°Owtrutta al of«wv.1M MIMIIr.«mP, nt erne lir wlnmrlN SAM or Meer proud marl el. A grue bar NII have w merlon peel lasted milli or 11 Tea IMO. and .ea shall be marked RETROREFLECTIVE SFEET INC h wmifmMevr a core we cob vomer. s6���� ' versa �, 00lte N Detectable Erne .' ill\ A. Slane Mall M Instal a sem aMln Iran mN mow. l N u1 1we washers and an TN emir for ea. a..Im1 nut, 6. Nwntllp Eolis antl lets NII M tui Iy wewpd N f. bee fy 1:poem Bela mleuld rot axfertl rote xm 1/x YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES uS. on drum mwtma tine Me 1. l Materiels son °er ma iwrrwg00 e a we eneetIng mai, swelled males. aMerwlee smorlied In Ma pions. 2. T. ......11 . Meltable far Me an crel shall aMere to Me ecuo met. mah 11.1.. amen vehleula. Immo, me .M1. thal I nem, abler. Imola. ana onlblf ro ...Ina. mooning, or I. of retrorelmolafy war Iron frost tom ape to warm. Of ter ewnlq v eo. / \ \I DIRECTION INDICATOR BARRICADE ' DETECTABLE PEDESTRIAN BARRICADES ' err w.. placeday be ..I 1M amwesmol a'Naiirronw.ltabo s . a) PrMe an the ....4 . ±ilia or epoom cot more 11. an Mary Third dride A Ian!. of trroe 13/ Marla b awed m each leo-Alan Called fm In Me none. e. ROA, Re -11 1, R9-11 and R9 -I10 Salm. Closed elle .11m 21 wide mole! m Plastic true, vI BALLAST T. Plneatien Indienian Barr lee. my e• seed In *ashes, trio alreerimoi 1. Men *slating cede.. w.l buy 1 I t. areieot M, anew w enI. ame wM orawl of me aliba]. I. pmol*0 bates Shall be lora Mon. w rola w . m lbs. of MP sela. re delvers le y'hard sae mama w wee my femur.. omelet. Piro . 1111 •Nerelm Nall,. SHEET 0 OF 12 a Om ed elm the bal Iwr .triol, should weigh le+.een baScrel in one toiMoveinsanNp spaateafrom ire Owe, awe Inlormieugh Me tan emd-fl I led plmtl4 base, or ogler boa PM Ins dmie. as epgwae by rte Engineer. StackingLre ver anal. the transition ape Into I. ond4a m/w Bmrlmm anal �ee In me et. elm a Ma. error emwet Pn • mu. i be placed acre. 1. MI I width of the olooed elev.. ,.. ..eatable peadeem. barricade/ elmilar to the one ale.. Tovu QePsrNmsrml dl TrarnoVumllws OaemBTallo lyvyya FwmMeM of allowed, wwur le COD.. moo povwml...pp. sagdw .I w al serf_ eawN _ 2, Bomb elth Bei 11 -in b° tMin on colo 1 shall ro o n .eew40 a°o00 nm5« mm « id rubber Owe. 3. Ifar i6,nmx wnla.nll. yam forW.I.enarmsmermm collet on t mlecae,I at.. « taro l that 4. Me tall e at mei meld Mcrae board to aolwiets, petbelrI0,*, « 0orkwc when the arm le a`°s° 5. Mon needM regi. au:eepae wz., ales Maim, emeroo rYpnBfvlze w sMtTw n alba rtttlm toms colte Cra Waage stripe coma a u°�re° a pas. 1'00* 00 yawn m aero 6lrwttm Beloatcr Barr lade w11I not a° s21I4.1.4211 e. 2. 410 4.0 q pew wpv.sm. Ple .s4er„ot1ms. 1< a Iw amem. or amlafmiwl lyohain link .110. to a trimua. Pam nonoFand amr?ies ICAMM ce attached oltn 0140.1111100 AM ea'.aa should fur w meg o.anmle peas.. 0._ BARRICADE AND CONSTR T UC ION CHANNEL!ZINO DEVICES BC (81-14 sxcEri 68 of 222 RFCOIm DRAWING NO. STR-899 eo Ne w MIl°4rcle. • l not Gallant aNid'Er a Iw®i tet, iro stn no mi l..e, burr., er e� nit e;;ee'°r `don6. ®Tem ��ama11 �' ympile. lave.. �aI r DaCcet .11 not be paved m ,mar a.�. ]. Aauc. roc hey b wed Io eeare of arse N moment, 9-0] I e.. m I 4 811 LYD Rani j E13096 me ton z], zm] - zmoon ue.he um 11.1,momOssTesET xTn sumo L w 0 p M $ -- -_ 82 l r t CONSULTANT'S SHEET No. FNl PRO M, 001114150 ��rb3) S ` `.n $ �yf , - 4 12 I. Ps c.v..11 be a vertical«etagle rim o inrxs. I' 1.-.1N-441.---NI�•.{ �•-'� ninimn pix of ore�aaY A 2. of o GENERA- NOTES IS, ^ate 1 ^ [ $ 1• 1: rah t - u,a cny or rim eM er,elve tam m,ravel r�Us Imi4 od l.11lrl eWleaio ofd Sa:aer» la h< mond ratorsevt INrm a err Mara.. in 3. a .11 be eren.oe n for ee 9,m nte of erbecMarilm, mcurve e .11 be n lire vitn appro.,. I.Sark me cwe.mizim wviWSI1 Mia Meet .nMimroilea I u.rro,ea m M. io trait lc .tl ore suably for um m ape. a lavfp-,_ wl..a.a m.lror.Ergiilw.nr acc�m .11 erw.e Net u,olim a.eor,e {Tont C000ment ntrol o vices• in . •'•n ,h netts mor 2 arta ie IEaw.devices.. lti ramiramfri� Nlr-riy)'Nrl9 chove l vo-i.i Ii�zim .i.e. mai VP -1L el. Dam a ea VP -1N omwy u �a ace VIII : _ a X Nip. 5 t X TION angles to traffic spurt .1.1 M ear mor me motorist ...ye treeint 41. it,h a m. in awn. I for effective, Reaeam asoma M visFvisible4Mxel Ip, S. Chevron M mop elm a tick narealec- 6e sow. aE in No ...al Wofes or oxer pion a... _ lei. M.i«e en self -Tu ra .wants vale ee l...a in Mer« zone avN,IcareloM1allzim rlrq pubis me fiigw�tly lepao,eegarm, vehicles a Vee. m rh W el lei. oto. to n Localone devices shall M - lniN'e pia. 'lhes device.Mallao thntarn 1conform ad th elm- 'Taal loot Mork Zona Trail is Can.! Davi. Liar, 106113N. 4. me 6rntrmrw mail MlMain .16e4 In a el. condition and Noun. rFREESE H= NICHOLS SL V:pttiy 12' Wniu w espawls nl Pe . g Ion me .won Mall M retroreflective Type Dna' 1 OaH.la ,o DFmnl laalunoteriol 5cifica, ion 015-1130.36015-1130.36I orae of Tec mew. elms I meet r1. Woo., norefl.., PAK or brakes &M ase and Mw me rewired. � L W irerfIns... Ile wall ore required id to male. groper Inp and ipntemrrwrm ef¢I.e S. Fatale CerN and I M ...af6d trot Arpin arnya raawle4 rwea. The FIXES 9 v a } DRIVEABLE of 0.6-6360. as Bae Bea owu ...sive a Lap Term Sto .. use m lepers a gr stable Base,and divided nl0hwa rot DD was Milnemunitions ONi1N chevrons be algid ,o .wnl.vit pIDsllc Ors bort not rorwlweplwti<dw., ...le bores. Moil pal. a .lobe. of M Ibe. whorl prepared Pows some.- re m�lpaper MUM ail a.pam b ma qpl. amoral. to m. manufacturer's .m.+l .e tlnI I h as's 3. Inst mlm� marvol or aarn1161 moraldsiriaeollsoolM Vern. Panels mural normally wad ro ...1111. lame1.1111sra CHEVRONS detelnentol m e ..., m or e tsar. Im' er alrowel, Poses pall rap a. Old r+ewal .aura... ;Mn, Das.pW,ar pail appro. m1 gpllcmlm as removal aaH/.. a} a.0 CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services be used In mil aMlma. f'^� VP's nay um, atedge el „mlwr o -W -oars an Toney aw acb as Tae haal,irw .hr. 41.I;0w daytime mop meter sh a1 e.ion i. rRe le.a. �wlrwaylrwseb 1reo re. I° themb rOMO' ne.l .W.ela e'Traplen, of frvaml, aW'of}p In 1.6 Zeno- 1 nmol wiGlire• m ,M we of min. not aMi ' 3. MP's MouldM Minted MM to PMP it Med a, sone mw M1W�a to on -w ,w I. r�a s ml r M reflective sage ma reflective mise oras vau{e 4441,1111 wa pee p aala 0 :i:mi. To *.em 6 Sums.. 0. vloa Moslem . M .. m:le aap.d ae ma ;ra d{hat 4 used IM a Ip. II' 0 0' mar • T weeVP's Waey6. mvyave.are NMI 210 Pere Inane30 }Wing 4.1116 50Wer1 165 BO' SO' 60? oof reiraaflectiw cr. S.-r•Mtirg lWaaM ore awl lmle rill port.. ome. SS L•‘ -j-5-‘,., 203' 225' 245' 35' 70' See •107011001 Work tae Sniffle :datum D.rlws L I. 40 265' 295' 320' 40' 80' - I. 6. SheeILIRna tar my tea mo11 M re/yore/9.1m 1156 A 1�� 43 450' 495' 540' 45' 90' agile D� immal ..131 Spnlflm,im 00.8300, 50 500' 550' 600' 50' 100'oft Mi. a .elf-ripnial gideins == 2 W5 550' 605' 660' 55' 110' lar or Wm..motala1 m 81 me rrlml awl le 36 Inches or greater, a pawl ¢,ries of L°N0171101MAL CHANNELIZING DEVICES ILCDI 60 600' 660' 720' 60' 120' PORTABLE 6 irasee .11 b. sea. 65 650' 115' 180' 65' 130' YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES VERTICAL PANELS (NASI daeor,ny. Il. . Promo. 0lvims tat a. Manly visible. aw wW WW1 van. d an no I. LPN ae al. DonneOted.Oether. Thy ore M 08.. to oomain or redireor o .1. m low. be {mega 3. 70 ]5 TOO' 150' 110' 625' 840' 905' 10' TS' 140' 150' L. Mall be pleoaet'rn nemaa4 Pa rappwliaaaimOl"". Baum lm ion rewlree.he aalnr m ms rkelee, rhe 800' 880' 960" BO' 160' Waal Only.e UPN 1.1.80 nOr bye Vee. 10 yr.., pwrtiVe prOMOMm fa aWraleeii mWerr Tau a Mr... Nn 6 bmr, rememi MP is Trarr le Lane Divider. 101151 ah 1. dela.allm dealse a.el m anter, a P5. r 0171 It Pe ron p mv0 rwMlyim4l lel tp Me rrarvllnINim m rewlra }a teaaral parlor. 10.6 6. Lake ..4w Mo.E rrioa0..:Noc.r4.neio*lor Nal.. mle. 11I1 paw a1 leore res .. o1 retie. .Met nmeeting • is Tewinbard ..retie fs for bar..& ret ie ee ,hem ti 01101 pl.. near e top of the q.p*rn t'o..ltihove 5•favroa Speed OMNI 1 I n.smn a 01,w 1 re l SUGGESTED MAXIMUM SPACING OF raadvay �Mmlm P., LCD PIM. mn . a Lam or Me swipe. CHANNELIZING DEVICES AND 006-4 aro us. onteem-art x MINIMUM DESIRABLE TAPER LENGTHS 16 - i ®• momm ilelo4ovNoe... renoim I Oau trroonnoo on.iotM Me a side al ,h divider. nRe - to oaM 24.451 006 2 ai66401 l nlni.lnowow.nir oaevOMormiale lWWforrlamet. RATER BLLLA5320 SYSTEMS USED AS BARRIERS I. Nora wlper.d system wa m oarlre anih M M wed solely ...lin rnm uaars but INm m rrr ih Wm143 the aDmari te KW ISD amke2tnir.ee rewi 411 50 bee.0501 05 5Wd.w ore .orris oW6OHim. 2.m,er�meilwm Nd y.tee u..0mdarn.Iwvmlala}rdfle awlm pawplem,p .Ion ro,ra.11wriw sllrootlm Irz 6enree�6 toNH. My SHEET9OF 42 be uvea in o.miM ton aim az' z. Re DrtD ar may _ Nee OILD Mall not exce. 500 pm!R Iiaedo-e ^o551 at any .pP 011432 nes rod �amYrneynipMlme vlell 3. Wo relre .gill M alt . In 9.0. to pep!ldwlm W0 Metall.. rewire... iris ro me aria., anden earn m Car. let. a mea only 1. Water .119e.barriers MMM wed for a gt 1ov lee. Ilv¢s Ikon IS IMi tomer ve L �f • ,levo Us'V.rmhenlaf 18maPwrfatlm nefffs bA Stender. I14• :wml. Sow feet 2• Ws Places 1r1 a canes r 1 mor .y b. ore a memo a I noWla i I 4. D �°.'"mm°91ange �'> °em�gmll co v, reaaerlectioe Type 6na Type GemNanlM MM. lemon lIr.al Tea ore ns. ro oprie�ia road walWero5466 wultrrlM Nle awilW01 1600 coalitions. derin0 Wer Table desig.e.etawx mfw tlla w barrier... ¢ Mm ore mowed "Ara ` m mwld 6IN a nt d ablate oast. BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES e D �elmtari.l ifiWrim06-6300 p11m,rlma.l Ir Im1 .Illtno rwa. emend Mall eel me rewiraerrta of Mrs 8300. pan Irl.hou. 11 11 Hent al�ura was mtl th res a} th molt Moll Wt x ass a in Mt- BC(91-14 SHEET169 or 222 WC= OWNING NO. STR-899 HOLLOW OR WATER BALLASTED SYSTEMS USED AS •ape mu...mmol.. @b."o..eN. °" m1. 0401 Maar "-" OPPOSING TRAFFIC LANE DIVIDERS MILD/ LONGITUDINAL CNANNELIZ[NG DEVICES OR BARRIERS ROT11} 14 I em M 1 .aa CttY PROJECT) E13096 € a g 2 & E '§ see a CONSULRM'S SHEET No. TNI PROJECT: COR14150 ya J � y �, e 31. —O�' •a §) ta; ag ga ' ;.., , I. >;. - ' • TYPE 3 BARRICADES E. rowvay of adivided Ire [wplian Von Me Traffic Ware Moine List ICI! 1 ReferI. to i f« wfa is Type wee in ins mes2. Type 3 a Moll °b used or YO`a. eaT order emeYrwmmr ais /pro'IaYaeaects 'nnPd osed m s Ka[I. Tis a hoe 3, ame«a n Me aOreor%aO6° Mea, act t fkrn tpos nbt°a':°pe'OpeT e, damned n M. esu r s4ivnw of the Me Mmor Die oh TwMere no tura ore provide, at o cio. ee 'ern as ow n r m airing... 4. Striping gg of orae l.,, rtn �or M right ion of n.d ine ee of n,'. la a apo amm«a to me lerf- fee mei e.ar, elpi°�p°0e should S. �rlva°pflim e°oinirmrir°ipe n� b .mess only m fb book of }b Wei.. raj 1. I minion mime of Tatra apoee amwnY ICD.. um or °a'w'e be 0. barricaded inn sionay ate bee. RI I-3 CLOSED 40la s:� - ,L-�L ••�.'4.e /!/ /y F� Y`�: /i _ � �y 72:-...--'— .. r,-- ..• �- nYr % l / bT — a / Y _— - 30 neer ��� I. Isere itis roar... _ wpeililY la •mien. ens not b miMM ® 2. Pleat is pow/rvclim fencing ray be one ran d. for a WW1w r.a. me pia®, Te 3, wrenal Pawls a. , . r .,•part ` \ O col Abe oWafito. for errs Mentihe \ PI®no ora .. ° Ma M Iamon vim., , nen la wee« , [+.m, -w,° iPfa PERSPECTIVE VIER my b „,,,, w enrr re amp, ave x orae .r mime Me Ian. no} rrmdan of the solo. oldeniory a..aY roman FREESE ®NICHOLS lel to trarria mine m aaea°°+a cleaierazone ['rs prov1f'ce o aro to rarlGd FERSPECTIVE VEER RoaA'0Y LEGEND I. Wooing I I. enol I xo, M Iota lea a, born .. Were barn require mindoogs loin dry, tes nem front sand Is ring Ms use B. `rllol L V a ® Plastic dna 0 M 110,0 MY fo MW Me una Yoe mil line ane to n a mite. bees shall net le si.scl in a war M 11ree rel le m Type 3 barrio.. Pall M re•Ienriee° worm and ° 4 > 41111111111 ® Plastic «m eim Ontly barn e yel Iw banning r 1.10Mr Iimt Mat moorsmy Iron, see a omiww falls refimall SOT lip. "ace Iron, i « a ieae will Nor b pas tt.e +a;mm,°apiavete .mom.of is band a nod.. Im11ve Mite .tree.. m aro .lee wlin.. to verde mm Dom .leas II r« .my / II II 11 { e S Moly barn .posing Iipn OD lbs. r Mo. ° e rib tear. ra renfor I. 1. Of'. .100 ealYltlonly rat leire lIplaced �nla'�°°. 00.• 'I not Db1 .parte of ftt 0nlw ae Pel wan b IMMW 0 moor .reuse Iwrl on ,lir naw, elra Mereast n fast. re. ro f« °Pri0.6 WII garage w typo A Co ... ra Depo.rnm rotrlal Swai.irerlm ors -6300 unless °Therese moria � Wk. .>r3p Pala [Ian II ambos In fns direct., .morn. I, SIP. wmla b mains. m ImeM.or •Mann at a r fest MM. ttim, . center a Koehn. SM. Should te mini. or Ip ret behind ryas T earriwws m ° 2. bores Minim Pell De as 20201f 12 elwM«e In ire plan. II II ^m• . Yw 3 6rrico. A th PLAN VIEW 11 L ' 9 . E _+® pp _ e Lnl.rau ane., Of alonla dr. approaching rrar,lce .lath Mena Ii MM... sea nal. a a armee e an a rel. of « y` m warning rai.al« fns ii CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services Barr I aures MaiI NOT be owl as a sign support. TYPE 3 BARRICADE (POST AND SKID/ TYPICAL APPLICATION PLAN VIEW CULVERT WIDENING OR OTTER ISOLATED WORK WITHIN THE PROJECT LIMITS TT T AAI Ina no im11 1 seflemrrr THIS DEVICE SkYL NOT BE USED ON Tnntµro 6.-1. CONES PROJECTS LET AFTER WWI 2011. 4• mitt. rare TYPICAL STRIPING DETAIL FOR BARRICADE RAIL r min. ■ Ii: Mir. r mm, 6' mY min: men, warm. • f3. ,T �6" I 1. EDGEL INE In. 1 ml n. Mt4. men. 2" man. Von IR: CH<NNEL IZER I I lkk min. IV min.min. YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES stiffens ` I 46 26• n in. Flat roil be Inerre tem Stiffener Me no IJ i trw I w I. saw w Y r« we In mac. a a n.Nml ie INi lfl or outs. of mewl. nors z of snare moll w °Ilona m err carni aaa. TYPICAL PANEL DETAIL FOR SKID OR POST TYPE BARRICADES _L Teo -Plegia Cones Gee -P Isee eases Tuaul or Yorker by vie ,. or of tee w1 len. ie not ImPeea to b wee in n toitlaw r imera, °f tteatolerant, to transition,. Ken to i of .... i• Ioeea traffic Imposing 3. anamen..., Meld On 0 42 l00 -.2.000 um oNtia afrmv 01t�e )gilt spot. Ap0Ace. Dram oarconesL Apra4 28' Cores shot I have a Alain. eeimrt of 9 I/2 Ib.. 42' 2 -piece moos oho!! Imre a minimus I i °f o ✓� SO lbs. iMllb tq pax. e -wiping pattern far. btive Dab. elm a woo.. t irrh Pp rMixonnbabma.fthe color a Me bora Monacorr. aim t emWI re for cee °tecllae for Mob fns wvdw is .ran, a r 1...1.• o- Me Neelles .1 0les it Ief100aprl00. . res for MobhN oras Pis 1 ramal I.D we rIw Aia.rwing to Dep«teaepl Marlal 5weiliwfim 016.6300, 'nim at Sp mune..•wing O' i. ib 020 oat o°mini. a 30 we. F I I I, Tra no mos041WVI°' eebwP.0I1b 00.00,roe,««w.aN SHEET 10 OF 12 z ma : does 3 Dv r3amp3 ® STOCKPILE :ort . might morasses. rheas mora. body and base or me core clad In ore maul Motel 2.30 .lees apiece cones Mea are .masa May .ase.. nmoer omni or be Imt, Mot to bap fes wvlw apri. apoi Df ,,eras •.Penmen of TYanspo ear Tr O ' CD Q✓ 3. Mt. m, -n or der�a „MN.aaid io .-owing try°Oeviea.lo 2. 12.20 7 pminalelern Makable law menet,. cruxor am;e�Sid2 MI.. f -N an ❑ ...... m °� v ;,I pttlw Ila r° ran I ❑ D n within iii: ,p r' n nes travel a.. r wenn. used I. Mnee revisor!. oinne m° Mon. r°°;°00 0°•0030 °IM^aa apo " m' ""° "°°'bp«M°'""`r'°' o ""`m'N d" l one gem -ally I, m;fmh f« [N«i duration. «a mer -ten m i« rr'I ace wNrrN r NTIa. Taw r« in r eat ml„ wan mese ,. m•.Ir. oofr'er BARRICADE AND CONSTRUCTION CHANNEL IZINC DEVICES a} in ,hurl arr�drr hositi� S. 1 rei axe. ver iwl one e « area «e mi.. t« all Ma zee BC (i 0) —14 sNEeT170 0l 222 REC0.Po OWNING NO. STR-899 b Conine or mem ram on each project mal° be a rib come elw D.O,ewr ati aP �am'm,waln ,pod, Imo. na SII!! TRAFFIC CONTROL FOR MATERIAL STOCKPILES m0 Maw. 9-03 B -rte w trc ..s I .a4 CRY Mane sr E130p6 o a 40 K - e E £ E m #1-1 t CONSULTANT'S SHEET No. TNI PROJECT: COR14150 _ 1..1 ) 4 F5 ' 6 ray' ryf♦A � 6 • Z MORK ZONE PAVEMENT MARKINGS Tefflp0FOry Flexible -Reflective Roatlwoy Marker Tobs DEPARTMENTAL MATERIAL SPECIFICATIONS PnvEW3r MAPPERS ,KFIECrOR1EWN BM -+zoo GENERAL REMOVAL OF PAVEMENT MARKINGS TRAFFIC BUTTONS 6115-4300 I. The Canrwlor M.I I be ib a for ma Ma n ro work zona ad A, Paverent =rtero0 tnw are no longer mol locals, could creak eanfwian EPDXY AND ADHESIVES EMS-6100o.e.n .1. 111 bearer ore nos, n 211032, rim me Mended 03 e He eleoma Mme raaany 41, 1* TCP 41EW x STw VIEW BITUMINOUS ADHESIVE Ea PAVEMENT MARKERS D145-6130 qe< Iim1 a eel apela pravtsets unless o.N`ww, m a roadways 1s, 0raff a and M rwvee a ml tweree Oaf. Ilse raaerayi ° epewn ro maff is NO. tna CST rad aInn l .." 1E9..47 PREFABRICATED P*VEME1 MARKINGS 0x5-0240 lace for lase MN lie. bliensian snail beles 1. Cola, patterns conformance with its 2 raw, ewe 800411 r.,aor artf ent. Nee ob. Nall not aoply to detours n pmmeii 04 devises m used ine the atm s to -Totes maifam r° oDevices. in Moo of ax i AVEIEw MA NG14, 4* 20RIC.,TEO a5-8341 FREESE ®NICHOLS 3. Amount eo ,praaoll berammedto m�w r extra pmamle• plaaia�r sae6fiooe6m1 at pvemat mrkiro details 2103' M 1210 In lea v waw a acre,, areiwp maw so a ee M cm sera /1' ` 1 F^ 1' A• ^{ / -ENORmm FLEXIBLE. REFLECTIVE ROADWAY MARKER TABS Ws e2aC 1. Pwaeen na'kinw mol be instgll10 In aovdvp Mtn the R241 wad by 7,007 S4,0 4.eke Its Err fwiYlinilw-Irq Ear113ro ad a0 Mao m Me alma. oa.wnl Seek imps ad xwra•. rt Tern .aktnoe me rewires, m 111 planet Mout -ens raeal a( pararie ma 104 may 01031.. 14 1.4 1a a 0311 vMingN 0 a conform elm tM IMMO, nM plots ad doral la w ooellry partime 1f me raaW,M os, avibee F law p)l. email xeiplr of Medi rsI. 11+ one lase mm 1 . of Preanal Newel ref eel lou ra red P6veawn 1v1.1r1, _ a'liaymarx. tea and mime Nes oarnw mown on rec1l to Xi 1M Producer Liat m ON Sta.. Ilan t 101 Select 10 me approval et the Bpiner, ap .111,2 teat yews a be tar"' m ° parsall ryp paw.. mai a use. ..14164740. 4. van sta.. pevwn+oklres ere not In of... reoaq w ,.elel err a re..0.66awlwaM ly Is mew. to raft la, SO 60110E55 aim, mail be rale re nax roi49lnp m .. me MpimPASS Alla %IN rte a,attars Were opelns 1s, prohibited as m Imo. Ips ° the beginning of sect.. ewe pewits 2. - n9 me SMALL AN BF STAPLES OR NAILS SHALL NOT BE USED 30 SECURE TEMPORARY FLEXIBLE -REFLECTIVE ROADWAY MARKER TABS TO THE PAVEMENT SURFACE A int ez ee'xirye ...Tee 1. All Installed In aaanoo 0. Raoul N ralwe paww,l viers shall 2, w OlrwM1d by ths with vlfma 4M, x141 Pavemr wxi,ar mp4wr, 9. 1 41ep po ea�t vkipe od vMre 411 M Po �atl lin axvdvea nth Ices 6n, •a3MMnAG EX':STING riw[I1r RAISED PAVEMENT MARKERS aMinTxci aro wRK[Rs,• wises Wen. ,rafa 1n me p1ay. w raoew sorter teaser os 4u laaok° 1 Me11 40,4 Ifs 1leyir*lla°0M. of .6-1212. z robe oral lea m this sleet aerobe In,potm ad awned M Ire DMi1wr desipvm s 1111 tearing Is CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services I. Ral°ea pavement naked are to be floc. oxerdiro m 111e patterns 1a1lmdart maxim 103 Wet a Ulm to ower 449111°0111 a.ldlro a B 0+4!, markings 1a palma Iva then 103 wake can approves by n. Froinsn. 3. a roisaa Nowa Miters wed for M zone wr6lnge ana11 enrol otte ort Of leen 673, "RAISE4 Per0EM1 4RC4Rmm w S• and Bepa-1t°1 4-4]00 or 6-4100. stmelemdn RN PREFABRICATED PAVEMENT MARKINGS a reprewamtw. rad nm Hy reairsa Pawnor s,1 w ap11m of the Erolnsr, I9Mr 'A• 111111,0106 iq a Irpexd to awe owelty before plwemerd on Ile reads.. a re 111 Mw iNotarialNotla 1I4 Catr erlm DINA , ...late NO PO.. toa Section to detensIne,pecifloaf eon carol Ivo. w 161 .0 am perform the foi lwlro tout. Affix Owe 24 Insh Intervale en aeapopawn. lo In a m I. Orwell yNaa:ear4e pa+si4snt vk 191 mai wt me ermine..e}raar IN OMS-Ai4t. fort ONO Nell or 2. eker.mvala pretaxpoems. workings Iv me require -lento of lustedpoems. MAINTAIN]NG WORK ZONE PAVELENT MARKINGS lire. Niro pe a alelze. poesengr VMlole. w olden. over me vMrs with cat rm. ad rt.terw ere 0 40.1 eV 35 te 40 n61w pr Mur, ft. 1111034 In 6. eermom.m 1111, re w o st or N 0/ Oa of tieIleslet faee Mall o mull- 11M1leaf bs1p1.14,1001 My ba Alma bMn TN naofmw,n. Ie la earls re ran pos.. 1. 4 ren Ins wk IIN.,. lbode 4. Sou ser1aa mom 121S76611 fa em p0mnmrc met4 n*41.031. see aanl on pal at wore. St.., gen la lr I I for tm pap 2. forkrarsanl vein. Mall a Iwwwea In ...ante elm fee m rgeniroyezonecont relreM. of wart zTref. rol v p Inswe'arlea as ma. by ren 599. RAISED PAVEMENT MARKERS USED AS GUIDEMARKS YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) BARRICADE AND CONSTRUCTION PAVEMENT MARKINGS markings.4300 mould Aral. . 0114.1 1130 wu me 160 wt van haler. by WAN.1. aDeal mom ions w niter. unless .IMN Imp le deer... by roam. maces.. of SD 0030 after Of* w*M Mn11 a mond also apsni« a NNApra fire* +. SSpekieleMlm Ina 660. a° ter 1. Rol t, 1° 0l wi�den.MM 2*l I be from tM covo ora , me ° �I tvarey ewrvofia ralema ba•,rerd vken ywiad y 0 P'alrof Vail a a }M sae vufinewn. 3. emmava fa wlavea 411 a betanin. atar101 1a1 4*11ee a rubber MO for all wfaw, m 11wmm1mrlo for med-ere atrrie idamem 21011 IN deelpm00M w *011111- ELM -Ione El lrer reflar liw A.. elm ,a. Aurmoos sl. elle teAl fon dyl. SHEET II OF 12 � �yE . ,Tx.. D,partrwnl of 7.l1(44.0an 5lanaard BARRICADE AND CONSTRUCTION` PAVEMENT MARKINGS BC(11)-14 o+oui 71 of 222 RFcaRO OWNING NO. STR-899 tke 9:07.iN Newsy I. m,�m„ee I. ��1 1-00 1-02 9eT • I ;a• R ' - 11-00 R1s, Ley MU. / E13096 6 8 2 r5 g 2 8 g W g = ti sl kg — I: . ,9 ; t 1 "O'o CONSULT/20"S SHEET No. FNI PROJECT: COR14150 S'I , 1 * M . 110 2%Al'° . in i 1 f STANDARD WORK ZONE PAVEMENT MARKINGS DETAILS PAVEMENT MARKING PATTERNS Typo II -A -A "Fne Y N•Fifone Lo ni% n n * n%n0 0 0 0 0 DOUBLE =,,. 10 to 2" 116 rte 1:A -A ,p to / 2.• Type IIA4 .0 1 geooaaeroassao 4 tc 12' wee.. r000eci00000 0 D 0 NO -PASSING — — 1 ,re, low U• -r- LINE = ' TyPs T buttons Yellow rMEIFREESE NICHOLS REFLECIORIZED PAVEMENT MARKINGS - PATTERN A RAISED PARBENT MARKERS - NEVEM A Type I -C , I -A or II -A -A ,...„_,Type 1/ or Y buttons SOLID EDGE LINE D 0 00 000 00000 `in Type 11 -A -A ‹'1 L INES OR SINGLE —7 7''' f ...___.. Yellow :::t:3e?::::t"'*"'q.:7*'*; O'' 4 to a" 0. TY110 V 01-1,11o. 6 Ve 1O ' ' ----.------17 11-A2 ' N0 -PASSING LINE 4 Whiteer Yellow REFLUTONIEED PAVEMENT WARNINGS • PAVIERN B RAISED MENEM, MARKERS • PATTON B3„ PeZani2=21ZDT=OrgenloSniuTarr.M4=r7:=1:m1=4C'"fl'' Type I -C Type; 01.1,10/14 WIDE .1.° ot ro".o'C 0 0 0 IS 0 CI 0 L INE = ' -6- CI 0 0 0 0 OCO 0 070 0 0 0 8/ CENTER LINE & NO -PASSING ZONE BARRIER LINES FOR TWO-LANE, TWO-WAY HIGHWAYS or ommaroc sac ma m L2,.. L8.........., 6611T. CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services Type 1-C Type I -C or ° a a oa00000v000vv0000ec00000covaoorr00000ac0000 Type 14 CENTER ::."°, ° ° ixahra• --'''' ......,-- TYPO I.-LOr iI-C-111 ra3 .H.r.... a —351 ,c. a no ... ... 106. Y b0i-0006.,.... <'' OR 10---11131 - LANE mpaczyte . :IL. (> 40110 ,se.oTy.,o2000000rForsoloy .... 000400100 e,,,, 11131 /a c• oo o "i67'*'•••• • •.:•."B.. 7:— " h_ ,o. .....------./n c,„ LINE ,,, , BROKEN IYM I, or II -A -A Orhen reco, rash LINES Type 17C'OrF II -C -II o 4 o o o o o • • o • • • oaoci000P0000vaoaw 000 woo/Zoo" ° REFLECTENIZED PAVEMENT MARKIN:a RAISED PAVEMENT MARIMRS \ o 0 o o ° ° ° 0 0 S. 11, 'w.-10 Prefarloated warkin94 ray Ds miailtateed far ref Isetorlied 040,010,0 malalnes. TY. 1-0 EDGE & LANE LINES FOR DI V I DED H I GHWAY AU X I L 440? mill _Y/ Type I -C a" 11-C-0 OR LANEDROP L INE .... - i=i iiMi 4r M YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) BARRICADE AND CONSTRUCTION PAVEMENT MARKING PATTERNS `0 Type 1-0 '1( — — — .c. .. ... ..." ... ... ..'"n* I-9'1 9' -I .1,...— 10 . Type 11•A-.4 Type V bottom .0 REMOVABLE MARKINGS 5' 2 IV h --vi WITH RA I SED ggc7g2gOrgggggggggggggggargggggggragggilgigg 4> fr ,>PAVEMENT .1 I. ,r, 020 000 000 000 ntr* 000\ T2fre 1-:"' White/ MARKERS 1-707.— 30 —1.1 It rail. pareTert marhers ore 0.00,, /o samplemard12210YABLE harking, Me maws shall la applied to the Wahl Pavertent MarK9r4 nntclocno 0M11410 MARAINSS RAISED PAVENENT MARKERS NIP of the tape at . approximate / elcl length of tape ueed for broken 11rms ar a/ 20 foci 4202109 far 1.--.1 PrefobrIAMed mein. nro to .,4041000.d for ref Ismael. 00000.01 markings. LANE & CENTER LINES FOR MULTILANE UNDIVIDED HIGHWAYS mlle tires. This olio. m cooler 20' 2 1" Cerave1 or rale. pavan. WM. Centerline only - Mt to he used on edge lines ,,,,,, pp. SHEET 12 OF 12 <in TyDe Im, \ -C .. —— < 000 6 000 .8. Go a a a a .4> 4E0' if Texo• Department,/ Deneperftgen No* 4> ° — 000 *1.01 low Type V ooefone TN. II -A-4 gf: ° " yono BARRICADE AND CONSTRUCTION ,_ ,. 0o. 11 Dn. 00 000 PAVEMENT MARKING PATTERNS .,> 4> F.Y-\ coo 4> 4> 7VNIII-e• 000 000 000 nn a liaised pavement moraers /reed as etch/lard Dammnt marhIngs snail Pe from ale aporryea products I lat ancl met the repuireMenta of Item 672 .1141540 0951115NT mARKPAS.- BC (1 2) —1 4 RECLECTOR1350 PAVEMENT MUMS 0015E0 PAMEEENT MANNERS 0010 m-ilden 74.'"vorrli'.1:T1'1'=""1 SHEEn 72of 222 WORD DRAM NO. STR —899 erefahricarea narkiros my he substituted far refledaricea camera markings. Oalgay NM., an i-oT TWO-WAY LEFT TURN LANE 9-27**..' 2-98 I-13 11-02 B-14 307 I ''''''' CR MATT / E13096 Jan 27, 2017 - 2.1S, Use, kJ Flo IF‘Druelnos,COCC STO TCP 12.dwg P g ; n 8 ! '§ Of, S! !: . —i 1 i v ,.- L, 1 CONSULTANT'S SHEET No. MI PROJECT: COR14150 2 h. L.;.., ifu: 47 ,7 °t . V '1 • • END LEGEND ROAD ROAD WORK Type 3 Barricade • • Channelising Devices WORK 620-2 12F'"It'n'21 • " " . Qtr1 HeavY We', Vehiele W TA'4:14.,=n1q1A1 1 AHEAD 1 ge noi:"2, A • • 1 el' -F=Trzeocrd A z.104: ,,'Irgrs, 1 CW20-10 0A ) END Sign <II Troffic Flow • • 'srn-o t e 1, II, WORK ROAD WORK Os Flag 00 Flag, ROAD 1 i k ,Danii:.'n:, A AHEAD GO -2 xn.?:". 1411 lie : tan' 8.8' ' 2 WORK CW20-10 AHEAD c7 4 1 •,2 IL I-, 4 CW20-10 (Flags - El • • 'SVeg F"'''' T".; Lx.r'. "re:trIV SM., &ZIP= Vernet. 1) g il See note 11 .,4 , 4 Offset offset offset Toner Tangent I 1 08.9,2 k' I ....52 40 265' 295' 320' 40' 80' 240' 155' . ..° gti, - .',._ e 50 500' 550' 600' 50' 100' 400' 240' • AIP,..6! 55 L_ws 550' 605' 660' 55' 110' 500' 295' • s 60 600' 660' 720' 60' 120' 600' 350' .. ; 2- I n a c t 1 v e lEcrerten°21 • Channelising 7,2% ne" 11 .° 0 e 8 Work vehicles or I ,ehoeersse47Ornthe Nilloi -2 rs.'r'V' No e 3/ ws Top r lengths have Peen rounded off. L.Length of aperIFT) W.Width of Of fsetIFT, S.Posted Speed1141,1) CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services work area is a x . v, glrueckesr=erTjeh !,8 TYPCAL USAGE 7Z,7,.',. traveled way. crones, etc., shall remain in areas s ...Le SHORT DURATION SHORT TERM STATIONARY INTERNED/STE TERN STATIONARY LONG TERM STATIONARY • i iSurTIAVegge separated frorn lanes of traffic by '8 I'vr-FIA"otehigh intensrly rotating. , - , u; =4."'" floshi2g. - .. . chonnelisation devices ot all times. 11: , g- S . GENERAL NOTES =,;g• or strone lights 4 ..g Velbnalebs% 4 g 1 'nnOet'es44 . Flap attached to signs Mere wn are RfOURED. (See notes 4. 5) ;11:1;:g3.: thS'ea / I n 11 . 4 5 F . _, : 1 1 once or duality of the work. If workers ore no ood or won conditions require the traffic control Tpe 3 Barricades or other channelising dea or the Shadow VeNcle ard TMA. IfKles with TIkks nloy be positioned off the pored se shown in order to protect wider work space. T 5 I "SHOULDER 15-11for shore; e,,ro,nrkeonn.dinvoild. hicgio.tesies:ariscand,f,„ YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) TRAFFIC CONTROL PLAN TCP (1-1)-12 ISee note 21 A END ROAD WORK • F.n":, "'"e7Sefrorshboser„.OrktroVnv2U r°..° ROAD WORK G20-2 .ee note 2a ' a. s.. . • )111• ; ! 2 : 'el"' ''''''tenG'n'E'RrIgnefo'recelrne 0'3'. be f"" go=flreng re and -Fro. Hamill, AHEAD CW20-10 'SF4genotes 1 & 7/ Vrit'en1 • Ad . • • • I . A • • ROAD WORK AHEAD END ROAD WORK ROAD TCP (1-10) WORK SPACE NEAR SHOULDER 0-13 TCP (1-1b)ri. (Flop- See notes 1 • 71 WORK SPACE ON SHOULDER 020-2 WORK I.Ste 'noL• AHEAD ir°1., TCP (1-1c) (Flags - See not. 1 4 71 WORK VEHICLES ON SHOULDER SHEEN 73 of 222 ITUIRD DROViG No. STR —899 Conventional Roads Conventional Roads Conventional Roods TCP (1-1)-12 CRY PROM- / E13096 Jan 27, 2017 - 2.1S, Use, kJ Flo IF‘Druelnos,COCC STO TCP 12.dwg i c CONSULTANTS SHEET NO. MI PRUECT: COR14150 °Am�f3 !� a gE ee1, oDn"c ENO • IROAD LEGEND. isrn:59 e:" ROAD WORK CWaD fi ®pype 3 Ekmm. . cn0nna MamaTruck ROAD ��N Hnvy WD Vehicle ® Mounted R1-2 V14 CW3-4 NOR aa" x ae" AHEAD AHEAD 15ee mite 21 •♦ BE f moiler NDunte ara TlDnniiq Arrows eo pMp,� — n r Pc.s1 az' x az " x av rI ?'o V $e8 PREPARED / y a r nrr�c m w Ili i uu �i �V II .fie " K. TO TO STOP 9 a• ^ V: Fla, n_ "t- Flogger F ONCOMING TRAFFIC -i • Rca + / note 11 - / ro"�.`"n" �mi sueeneee 6tn "g afi x amiDla mxry &rein . 4.M 6 nLte Ise. m F set set 0 1W nt Duoa. - %%X . / ROADWORK ss' 1 note z1 ♦ FEET / es 0 L 60� 20 265' z 250 a0.20-2 e x z. 45 450' 495' 540 45' 60 320 90 r lea rnmi trove war :FBF 8 bore so55 L W shall M fioe� at o e 60 65 35D0' 7i0 45' • .' 75 750' 825' Ys 150 900 47 5a0 7' e30 e b b 2 p ma= E L 1 CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services • a F1900 ntImal Only y L. et of ep. 1 n . .e . 6 Leta sp...,—, • TYPICAL USAGE �:r�'; .0 Din W.I. ( `ON srnTlZiv MO= IL Jshadow vehicle with TMA or. high inteneity ON .X;3 GENERAL NOTES • m 9ri*t3 note. 5 6 61 He" eferrotating,wWw '4 . — n I. except tbse denoted with the a in t , or for routine maintenance work. when approved by the Engi.er. 0820-40 axLN RON3 MEM" sign, but proper sign spacing Moll be maintoined. N ' o troe usedif Mance rein ea • 5'08 no%al�snti 61 tis S. vont ;bWritn o TMA should M use, anytime it mn be 3UM1 100000 an in eaveae thitioned out adversely e wiay ohicles • mam az X ax x • m 20 Y C•20-7 x a9 reeuire ol to remain in place. Type 3 Borricodes or . oft tiwtpavveenesrlae. nectcao the m k 6. mail,. t.5i[ f be rn6 �venoryer m out roodorf dhown in Veer 1L protect ewer yore moms. YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) TRAFFIC CONTROL PLAN TCP (1-2)-12 yam— T0 n Ex roti TCP (1-2a) ONCOMING TRAFFIC see ot. 61 mop e ee, :VV... • Ie _ s X X cWte-2P e9 FEET s titwre -I have y be med an projects wilth oppro Odecmate sight diatom For pole. in Nock. In rural roadwaysless than x000 be no 15ee z1 a note oreos onpr with maces ld he longer thanet. nrp .0 fe" 1 00 9 E ?e e8R GE PREPARED 6_ 1- o YI foou t n�miemi mounting "TheiOs� XG TRAFFIC" pogw Me 00 place, ono supiwrt TCP 1 ne 4 I afi x afi ONE LAM V/ 4f' i TO STOP 0 _ II note R1 • . DN: IAXE ROAD AXFAO afi 20-40 x se . Flamers should um wo-my rados or other met.ds of tad n horizontal omilvmUm'flc99 dame to the traffic. gth of the P. Land a queue of stopped L table omitted stoppingrder to maintain adequate sighttl9+1 dl coy v lace.ggerW If . work space is urve. the buffer distances in 12. channelizing devices an a pilot should be ��e STOP/SLOW males 10 control irLNi<. Flags alwula pv limited t0 emergency situotions. ROAD HEAD CW20-40 END ROADWORK y ♦ .- ae x afi `\ w ROAD OR ♦ . ROAD TCP (1-20) WORK AHEAD zo-lo ONE LANE TWO-WAY - a. AHEAD 0-no IFlogs- see note 0 TCP (1-2b) a 1 ,� Trani. Handling. 5119Er174 a) 222 xCYRO Lt<VC No. STR-899 Sm nLte 11 CONTROL WITH YIELD SIGNS ONE LANE TWO-WAY (Less than 2000 ADT - See note 7) CONTROL WITH FLAGGERS TGP0-2)-12 ON PMIMI i E13096 c 6 w ...MD SHEET M. MI PRVECT: 0012.150 pyY,.f ) � 04 '"• v. �' ; • iw '" T A' LEGEND •Barricade m M Channel101.1 Oevlaes ROAD NOR K ROAD Heavy Work X.... ® RHanf0i u X49 AHEAD ie 0%I�e = N 414 IRO END ROAD WORK 2R_1 eF° x ee^ AHEAD W ROAD WORK tEND la r Mounted amni.g Arrow Board FI0 M A Portable ase Message sign ISaapOuta Il S.eagOis 1) _ i a Traffla F. x Y, — .�RO % A Flop Elapse 'g I LEFT CX2R 531 LOSE.. l' \I'7 414 spe°os1O.e Far.. . °°°r**r'00 S.X..ted ch mpev aee l.. T. R l2eel'�X .n WWI al W W y T. FXW/V yv X� T `, ¢„ H_ N : 3 one• x one K Offs lre.toff..r °na.°r T30' on �f .3 ,o. 01120' a $ a xxxn T 30 2 150' 165' 180' 60' 90' 3016-3aP %• 35 L• = 205' 225' 245' 35' TO' 160' 120' one 40 265' 295' 320' 40' 80' 240' 155' I I5 450' 495' 540' 45 90' 320' 195' 50 500' 550' 600' 50' 100' 400' 2/0' .g k% 55 L XS 550' 605' 660' S5' 110' 500' 295' 60 600' 660' 720' 60' 120' 600' 350' 65 650' 715' 780' 65' 130' 700' 410' TO 700' TTO' 840' 70' 140' 000' 475' J i5 750' 025'1y900' TS' 150' 900' 540' • • $ m B 9E Camenilaml RooA **Toper lengths here Open ran0a0 off ¢.lift of I.e. ) lath of OfraH(FT1 5 -Posted 5.00.10 p 3 CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services MoSaw V tole with gh 1Mmary m• 11 • g RBi: rel 3s 11, l //X Ina, �S.q - g TYPICAL USAGEor 3i• -$ uoeaE W a STATIONARYgTem .a X aiXJ n.., S_ notes . • • a GENERAL attNOTES eipu Mrd Nom, ar to a REaugn riorkInge R :a) x .\ XX 2013%124' P. * r , �I k \ t. wIth M ante s 11luatay . on R. when ,.pen ihwae I. arra rl e mairne rex aalttedn app omen .the Horne., rth a 1lDM .0 ld be work, vire a oven by the Enpireer. 3' scent ed Vehicle to 100 etversely . CM.. of Me rI it rea. be work. r require the traff. coIf workers are no ntrol of to rrXpeinOOInOplp1 pd or lace, conditionspe Baricade. or other a Iz rg devlpee may be eukHitutuen for the ooner Vehicle and TeX. 4.Additional P.m VNlalee NM TWe M position n In ea. - •61 % i SM1atlow vMlole with rTMrfaY� high Intensity i 1 i.1 ar Is�flrcbe' Iiytf.. I. rotas 3 e 4) -6aT 36 38 -\ ehom in ordealas. lane, r the to protect aror rinerP surface, next M these r mark Apace. c taper le optional. u It Nau1d b 100 reef approximately per are, wilt Nvmlikinp used, spaced n 20 feet. YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) TRAFFIC CONTROL PLAN TCP (2-5)-12 e RIGA! � T*PD (2-5D) le TCP le used sora Ian lane alrere, C1020-5TL "LEFT LANE CLOSER' 6 of e shall used ab cham.l's.° avlcea .11 he placed on 1 Mvkl.ge _ �1 XL,centerline de wad., lee .re same fran o.osIng traffic, LOSED cwzd 5TH 4B' X 4B' 700(FT 130 _ 51' ,M B ION CM3 -1, XX z4 % 24 arrow tm board placed in . closed lane near lte end n the mei.. TCP (2-5b) END ROAD WORK� x Iz • .. o T. Iloti.l pa.. markings shall be ramped for long-term prolene. 4e x z4 n, I nn, \k5. V V /x /. YY `u' $ ♦ . g S 5•0 , rot, V V ^ kYrtl' °14 - 3 + ID CLOSE. aN2pxsfa Texas Department of Transportation anam/ae mnom o - a - 2° a ROAD WORK AHEAD cN DVD ROAD WORK 5, % EDI� _ w16xip wertl°" mantra. root wrrw TRAFFIC CONTROL PLAN TCP (2-5a) %+ X 41 ll .mat. ;a' x 2 TCP (2-5b) — ♦ . ROAD WORK quina, sfor e ''''""°"' andbe found lin CENERL NOT0E5 S1 cps its LONG TERM LANE CLOSURES MULTILANE CONVENTIONAL RDS. TCP (2-5)-12 ONE CLOSED AHEAD csas«0 0%rw+eo anal Handl non CDT. semen 1965 m i aa. SHEEN 75 at 222 WORD 0GX1NC NO. STR-899 LANE TWO LANES CLOSED tl .,.. 651 TCP(2-5)-12 C. PM/EU /=13096 e a op CONSULRMS DIEU N.. MI NxNECB GOR16150 4 . LbzB it M'i� � Ee c.xr.L. Benner' LEGEND T r, yEChan-alio.; . e Dev,cee .s., g° I\\ mtl 6LL Ibi ‘‘ ,.., Safety glare fence E g! •:u1 lik b NOTES, 3.- IFI I. Length of safety Gare rexe et be .a ,ft.d . eeexre to » aid a. .e. of BARRIER DELINEATION WITH MODULAR GLARE SCREENS \ . re.m Ili«0tlme D g1`b tgb o.§ B$ _p ai°:K ,ro _ _ _ a .e n.. � y a t. Mee, d.rlm ay.aa.,a by My one unit. 7+00� 0 cern fellow. mminimal, saoezz aa:°on`hes by ,x ,1 x160 can be atte:hea ritoLti"trpactrof b80600«9ma. wga. installed >: oHmdpr .. "4..5 sa.aty,co.ton 701xxmnm1n1a, be as exon e,a..e ,n H. +144. CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services § gs8g:o DEPARTMENTAL MATERIAL SPECIFICATIONS o eem 1 SIGN FACE MATERIALS GIS4DELUNEATOLS END OBJECT MARKERS YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) WORK ZONE SHORT TERM PAVEMENT MARKINGS MODULAR GLARE SCREENS FOR HEADLIGHT BARRIER DMS-661 �Y+—A-- — k i (A-0-0—A—A 11SS SS11 IliS SI Only o L.. T o e o_uweae �following web N�,M.e,.LD aaLl6,.ry/paelostianemnetrallmFn D., ';',2',i.7. a. D.d.r r014i VERTICAL PANELS & OPPOSING TRAFFIC LANE DIVIDERS WILD) 1,f' G Pt gwAMTIM m ➢. '- o SEPARATING TWO-WAY TRAFFIC ON NORMALLY DIVIDED HIGHWAYS /Raw "'pn0nv"a Ti'R° "°" NOTES, 1. - m. ra at a roma!, divided maheaf. island mMe tarn ;;;pupa oltimoOMapplication ot monneiltirip devices sten they ore used far this pupae& This . rot a traffic AiTift If MIA GAT., IA ni M weeti for other TYR. of roods Cr applications, Mom locations seamoe eaten r In TM A x. a . device.. according o dina the, 9a4aeM Spacing Moen 4th. Device Spacing fable 4 94,6, but notexceeding ,4•. TRAFFIC CONTROL PLAN TYP ICAL DETAILS WZ (TD) -13 1. 5.0".00 n0" da,w arra b 010D0+ ear. Men 0000».tai .. axalaamt. 4 ,348«,,4. . GILD 8 I0 r. va.4 n4 .� . .r ®.ro . sNTni7601222 0.G0700 u0. STR-899 ' Lt‘...—,', v w'0 +0+a 8E' 40 1n ;+40181.. a• e� i, G —10",n .d. to -1""1" .008-, ",•, m'"'• ,'•114. Hair .0+00 000081+1+ 44 3000,00 my MMDnCi j E1.5096 2017 - gllor rlv. a b 3 -f. IS 5 ° 0.-n _ o CORSET/WS SHEET No. MI PROJECT: CP1 14150 19 { Mm"' TE aa at Ee WORK ZONE SHORT TERM PAVEMENT MARKINGS DETAILS WORK ZONE SHORT TERM PAVEMENT MARKINGS PATTERNS S s5_ DOUBLE *.Ins , ,o )z -L E zo Y� Trac r -x m rE D D .. NO-PASSING• R4- i Do NOT PASS �. / 00 NOT PASS R4-1 X.1. T ifs LINE TAPE , to I L— =` r l z r� V SOLID I- -B... w 4.S...1-1 _ a . , - - —� . . . . III .1.� W N �'°' C11IY " Y^ „ " oc^a :a Ihi LINES 20 `- 2 Y- 2 K `� cella. �i' T r z Type u_F ..‘.7 :i D12y SINGLE TABS r D NO -PASSING ,INE TAPE cxA LINEAT Ix ne• l .ell�a�v{,`n3't6. '° I . CENTER YITX CARE TrE r•� R4-2 LINE 5 NO -PASSING ZONE BARRIER LINES FOR TWO PASS PITH GRE LANE TABS z TWO-WAY HIGHWAYS @E 002' Tyra r -z or•'IDD lib $0. BROKEN TABS ryp, 1.. DED LINES —I, I ,B "aA4N[EL111EHE ' 2 ,�,n_I.-.'\rell—���r.4. R — .1.a C. — — — — — a ... f$ Fip WIDE DOTTED T.Bs 1.—,2..6..-1 ua I ur_r D Type II -/w,�. - tJ - J ,.I f�-n ..P ... ... ..., I.I •�... a CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services 44 • r 1PIR LANE DROP LINES/ TAPE •. - -I2 .B-��1$ -r r -�Ynt.. nae Dotted LII,.. Aid. potted Ylae Gore Nmkinpe o0 a/�\€ lir E TABS S Eb$ zo .a• mn� r LANE LINES FOR DIVIDED HIGHWAY A 4o .e S g- ■ u• E TABS E WIDE GORE ■ E� .1 • _ E� MARKINGS 1z TAPE 1 2O•.a- I--{ ,.6 _B-�Ilni..�- - - - - a 1.. ... ... ... ... 12 noir.% a Type a CJ - rellarA— 4J T ' Type L n 4 000 ... ... 2 ... — nnira/— d. T,',." To NOTES. r0 eygg °; r=2I,Q4;1 r ,mom `a'°°rQr '°`'D18 LANE & CENTER LINES FOR IWLTILANE UNDIVIDED HIGHWAYS YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) WORK ZONE SHORT TERM PAVEMENT MARKINGS Nolltypicalneedsane ne 5. :°°°bw°ra;:Qd' ». r " " 02- by r, .s,not. 4. Temporary flexible -reflective roceleray �r" rooftops O. en ADE per me..mn212.se Prasevol., »o;P Permalent pavement mornings are In place. .en tne Contract. Is responsible fee p.c... af Dern:rens ent 1 remain all.nout n. for greater than 14 . . tfar C2200r2aK pr2Nl. 0 00222.mmnr. Remount pavement earnings stall be placed as ea. — — — II. III III III III ° aearnersma. 0)2. a . g . — — en _ _lI d .I;Tro r_E ., to — Fi1„ — — — $. all 11, l'' 1.. N. mar roars.. 00 NOT PASS elan, elan be er.arw to mark the 6.almr.e o. e...tms Mier. is nB beginning ar ....lane M.r. •Mmas TAPE TWO-WAY LEFT TURN LANE TABS permitted.Cassino Manual on Uniform Medina . d.= iet. the IOOJTTC10 Ol4kl acats We°`1.102.s of p2,0 m zone. .0r LP w 14 .alma0t402Control nindicate. �a .mm—. p e.e -------11 sn�.00Ica • r. Paro-m ioswil ern ro PASS S`WIT of 4062 a AV or I. _ aniseed 0001 m0rO..a be erected (see 1. be applied ra . Ilo-k r 4404 T """"°° °wl °I ler. an .atter 2.0.00) 0v rat..a wrae0iart .�m..1°TNI. `k=d n �nwneadm,wl.anrsa.rn Ara ne ra o-0ww p12...11e.�a2re 0.2 tro.torl, 0020,. 6...eiw ewe»Ir:tlq m*R r°22i 0.120 it amara a PREFABRICATED PAVEMENT MARKINGS 0...0 elsewhere ,n .m plain. piece can.e arm m. allowed for 21112 purpose. 2 e 1I meet TEMPORARY FLEXIBLE. REFLECTIVE ROADWAY MARYER TABS (TABS) z. Nen-r.mpvo.R aavtearl.'nt ovel,vn �kenp�ke%ilez"ii rQ r ee"mrrue'cr"�aae-0240 """ WORK ZONE SHORT TERM PAVEMENT MARKINGS 2 w ,0.4,00 mocker tab. Aral10. m .me .me. rl I1 0. pe r -z Preemrica.ea`swere11t 010 )1,0,. • rl 0020,), T amar 0)0 10200.0/1 as RAISED PAVEMENT MARKERS TYoe n1. re21ac.iw elrvwe .n wI1 ypa r .00 00.Y revue! iw vow rim wI 1 I eoY nCt 2. Tara Plal I .r 2,02022,01 w. 2I 00,0l2l2m1al INS -824x. 'i:.0. raised ix: -nAtsio o.vLuxT`Ninl"aiEns�am work k ro..ml1 meet the r.wirm.n.t or WZ (STPM)-13 noun o- r� ^°-'0.°I 0yk1n "°'r DEPARTMENTAL MATERIAL SPECIFICATIONS 1005) B MATERIAL PRODUCER LISTS t1APLl b er nn snail le „.2 000. mm 11,x2 o.`nian.•alnlem2niYe1 0 Isr2ae le ea aY raoa 0.700 110. �o -'c°°' I"• ' -r----'''I'''' _ Wooler ' . Pan r'.m.n... ono Clang eters mes..ea lin. ro ,heir t 290 ic i, l .m...° — ..e... sxtn 177 a 222 xcIRO DUNxc xo. STR-899 r loco vee. 2r lire .nal W ml.. o- vol .a met visual . parlmmne reputra.nre ev Xxe l W na I141/.awbAaWr/blleln mnnectore6wnBNNanlelmatelb� weall.aTwnalaefaulLNM - r'n m"• `•"'. u CII0PAW[CT/E1.5096 2017 - gllor rlv. c F b w a CONSULiPMS SHEET Ny. MI NgJECT: LDR1a160 •••g. ) , of •T5 '''. ' • VUaP I ARTMENTAL MATERIALSPECIFICATIONSSezaD UNEVEN �j PERMANENT ERwxBX PREFABRICATED LANES TEMPORARY (REMOVABLE, PREFABRICATED MARKINGS CMS -02.11 !! E� CWB-lI SIGN FACE MATERIALS DMS-0J00K I COLOR UBU81.06 BN68TING MATERIAL 6x • see Table ,� BACKGROUND TYPE Be..BOR TYPE C°LSHEETING `` Gf: BLACK LEGEND 6 BORDERS ACRYLIC NON -REFLECTIVE SHEETING W IA M; a s e°IP.FYE GENERAL NOTES . I Ile II; Gmmrlm e.,e 4ip. Ca1.:Z°e:It I am a:.'"`eer .me,If'—`: <e re condm persists. lane condition my be ' NEXT XX MILES ,DIrsaP Pk. Advisory 3. CENTER ` lrteFg I ecenterlines o S1 15k ki' . 1cwa Itis UNEVEN I Ia 4 LANES isaa, see Tmle �VEN E/ I UNEVEN 4 4 LANES x� + "«xamaCB UNEVEN LANES Iedemo. LINE gns are obsured or obl iles ..re me center I Ins markings cre not In peace. The signs Installed. a. shall be smwa as me distances recommended us veBC s+aara.°.enali remain In Piave mri ParnaNn+ Pwr.nr markings are °imaaeaore,Eyle.NG5�MA subsidiary to Item BARRICAD, Rel¢uTwee, HANDLING.- ave away ilnree onme ?I'fier KZre Tr ;7:2 mrermvim e T. Sherr term markings Hell not be used to sl.Nare eme The. rk`s'ra,'e""e:Iaamy"Simo�rly�ar�mT�ew'w.!Ira%:'°1 .°°"eIn CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services 'I'pl TWO LANE CONVENTIONAL ROAD FOUR LANE CONVENTIONAL ROAD TABLE SI Ease cmelrlm Ease Height m 1 N likening Devices 8 Y id; g 2= �O CENTER LINE r a � V C9 Mem cr equal to: IAS mI%yl rP MAI ave r SIm 0R -II 777„3:,°„'4.:=;°".71.`10.°7,:,r,,open ort a e° ra rro,fie after work OperMittine MOM. YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) WORK ZONE SHORT TERM PAVEMENT MARKINGS ,sae xma al r (4/4 nerNHwa ref cmelrlm exi,re — ®/7��y 11 "'n1 D Less then or war, to J Signe c°B-lI ..).1e, m /i'_'7,1: A0 d va Dist•13. may M a ma bum of Si If Lnevm Imes :aye mee opera.. ceose. Uneven lanes snala not 0° Neralee e n open to Mad. Mea D Is greater mm 3.. x• L — ^ a= o BeeNatea x y • TasteK» Meme Note AI RRA 010 CONTROL DURING PLANING. OVE LAV AND LEVELING OPERATIONS ARE SHOWN ELSEWHERE IN THE PLANS. .°.....^x SIGNING FORPO UNEVE LANES UNEVEN LANES MINIMUM WARNING SION 812E UNEVEN LANES /� NO Ca03030dl roods 36' x 36" y CENTER LINE cwe-II Fred divided road a .18• x air WZ (UL) -13 NO CENTER LINE fWe - UNEVEN LANES SHEET178 aa222 WORD GPAMNG No. STR-899 TWO LANE CONVENTIONAL ROAD DIVIDED ROADWAY Jo, � au - Cm'PRULCT/E13096 POLE D wiP owTT SICNAL w/PLsn NTrTox POLE C PROP. SIGNAL POLE 1,144T H BilTTON. LLMxABE EASEDFrBI(I1 POLE E STA PRDP. SIGNAL tPOLEw' iMWST .RM ON NEW 36. . PEDESTRIAN SIGN, H. CSH SOTTO AND MD POLE F IDG ku,� `4110000�.o oleo. e \ �« 0 � o m o I-, °1 o- .m o <-0B mnrvnrwecua ©7 I1 o YORKMMwavu 3+Do-- a+ao o s+oo and Wr I o *-- 4- GI m7 �QQ POLE H POLE G >� AB Imo. '''',/- 11 i�E ma wPEDPESE,°RoLszc:` HE' F o P �o.�° �C' 0 11 w/PLBn 070.: ' ® ® ® r=7,, �� �ST� / ' m nOtI� 9s • ' X07 �!i�� IJ IIJ � �IJ �iGri�lri ° T°°•RAT°x POLE B I I - t150 l� © © ® ,.,. PRUP ElEcmx.L sER.K A + n ^sz.aw B) =.7f=1-- POLE A STA a«s.,z (63,w) PROP. SIGNAL POLE raw IRA LNe„opNx e "r HR° w/PsBUYO. LUMINAIRE.wBanD YORKTOWN BLVD. / EVERHART RD. SIGNALIZATION PLAN 0 20' 40' SCALE IN FEET PROPOSED STREET NAMES FOR ILSN STREET QUANTITY DESCRIPTION 52 m' Yorktown OUT S3 ml everhart Two sa of Yorktown nm ILSN SIGN (B)S 1 ILSN SIGN (8)S ILSN SIGN (8)S ILSN SIGN (6)S 55 ml Everhart r , 51 LEE( YIELD ON x I /O0 R10-17 30•x36" PROP. SIGN TO BE INSTALLED ON MAST ARMS DAMPER POLES A & E YORKTOWN YORKTOWN BLVD. DAMPER; No Border, White On Green; (YORKTOWN) E Mod; DAMPER POLES C & G e EVERHART EVERHART RD. DAMPER; No Border. White On Green; (EVERHART) E Mod; A (LEO) LE FLASHING YELLOW ARROW @COO 2" (LEO) LENS PROP. COUNTDOWN WITH BACKPLATE PEOESTRNN HEAD (LEO) R I r 141 ©©000 ALL SIGH, EQUIPMENT AND HARDWARE BOTH ABOVE AND. BELOW GROUND. ii IR ©0,1,m 0500 srrorgz z0LAt,„20.,E AND INST,L ONE PHOTOCELL. CONTACT REL., AND SERVICE 4. WINO SPEED O.. FOR POLES AND FOUNDATIONS SHALL BE A MINIMUM OF 100 MPH. 381-813-72. AND C1NS IRAFFIC ENGINEER AT 331-823-3500. J. INSTALL WINO DAMPERS ON ALL MAST ARMS. H. ALL DAMPERS SHALL BE MOUNTED WITH S,NLE. STEEL ASTRO-SIGN-BRAC MOUNTINGS. ZT RROOBERT ROB ES T`aB1) BIS -8334 FOR MIS° BER OPTS" TIE` OCATE`.Sn NGE. ID. INSTALL 1LSN SIG. ON SIGNAL MAST ARMS. 11. 00+1600+06S+LL PROVIDETWO (z) TRAILER MOUNTED TRAFFIC ,SSAGE BOARDS oT )TD THE TRAFFIC MESSAGE BOARDS IN BIO REM I-11 ',VER.. ROAD INTERSECTION VEHICLE nrirtnnx W1100+ `N°T TVC (INCLUDING RE). Eua INSTALLATION FOR A COMPLETELY FUNCTIONING TRAFFIC SIGNAL SYSTEM FOR EACH 2. LOCATIONS 14 IVE Ee MVERPRESENCE Ic am) MAY MOD, THE LOCATION To PROVIDE THE MOST .ION DEVICES.. DEPICTED. ARE GENERAL AND E LEGEND e EXIST PULL sox 0 PROP. SIGNAL POLE im pRop, woHAL n PROP. PEDESTRIAN HE, PUSH BLmx ASSEMBLY 9 EXIST LTwn POLE L3 RAR PRESENCE DETECTION DEVICE /TILT/3DD MM M µ . POLL BOLL CONOVITBNNMBER 07 SIGNAL HEAD CD SI. NUMBER ?•D- WHIM. CDNSULTFM'S SHEET ND. FNI PROJECT:COR1a1S0 1 0) &w aJ z EVERHART RD. SIGNALIZATION P sNEET 179 of 222 RECORD DRAM N0. STR-899 CITY PROJECT / 013096 SIGNAL POLE CHART POLE NUMBER A4AST ARM LENGTH moI P ED P ED P ED PED FOUNDATION TYPE 36-0 36-13 36, WITH LUMINAIRES YES NO NO SIZE OF LENS SIGNAL ME SIGNAL FACE NO. 17 21 10 11 14 121 LED SIGNAL INDICATIONS ER DW DW ER DW ER DW ER DW DW EV EY EV EY (-FY EFV EG EFY EG EFV EG POLE RED YELLOW LED LAMP DETAILS GREEN RED ARROW YELLOW ARROW GREEN ARROW LED PED SIG LAM TOTAL MINIMUM PEDESTRIAN TIMING PHASE WALK FLASHING DONT WALK TOTAL 02 28 35 04 22 06 24 31 OB 21 28 GROUND BOX MAWR. ITEM 624 TYPE D W/APRON I 4 SIG HEAD LEDS GNAL HEAD DETAILS - HEM 682 SIG HGD TypE 28' sic INDICA-110N BACK PLATE BACK PLATE 3 SEC VEH SIG SECTION HD SIG SECTION EA HALT 10 HALT 14 HALT 13 TOTAL (EA) MINIMUM TIMING Phase 01 02 03 05 28 271 30 10 Red Clear CONDUIT RUN SUMMARY RUN NO. ITEM 613 ITEM 620 ITEM 621 ITEM 634 ITEM 6266 ITEM 8257 ELECTRIGL CONDUCTORS ILLUMINATION SIGNALCABLE (TY -A, 14 AWG) CAMERA RADD TRENCH 3" PVC TRENCH ILFI 4" PVC TRENCH (Ln BARE (EA) HW (EA) NO, 12 HW (EA) TRAY CABLE 4 CN/550) .12 CN(BLE 10 CNI50) BLE ETHERNET GBLE (EA) RADD CABLE (FA) 11 11 132 104 17 11 111 14 26 3.5 108 TOTAL (LF) 466 131 22 1903 Notes., chartNo snot re ea the eaabbes of came insid the Poles. GBLETERMINADON CHART ELECTRICAL SERVICE DETAILS CABLE 1 FROM A CABLE 2 FROM 3 CABLE 3 FROM C CABLE 4 FROM D CABLE S FROM E CABLE 6 FROM F CABLE 7 FROM G GBLE 6 FROM H BLACK P.B. COMMON P.&COMMON P.B. COMMON P.B. COMMON P.B. COMMON P.B. COMMON P.B. COMMON P.B. COMMON N/A S. COMMON SPARE COMMONWHITE S. a S. COMMON SPARE S. COMMON SPARE RED SH 13,1906R ,40BR SH 09028 SPARE SH 13,1404rs SPARE 4 GREEN 10,19066 04006 SH0902G 13,14046 SH 16 W ORANGE :H10,1906Y SO6 04050 SH0902Y 13,10000 H1701ER NPS .103 ER me APS H7OS ER m FPS H1207 ER m APS 7 WHITE/BLACK SH1701EG (MAPS SH103 EG 00 APS SH70S EG 02 APS SH1207 EG 04 APS REO/BLACK 1701EY SH103EY SH705EY SH 1207 EY - EEN/BLACK SH1701EFY - SH ER SH70S EFY - SH EFY - ORANGE/10 SPARE -SPARE-SPARE"'SPARE 11 BLUE/BLACK SH 20W _SH S W_SH 10 W_SH1S W_ 12 BUCK/WHITE -SH S - S - S - RED/WHITE 04nv5 - OBAPS %APS - - 02A PS -- 14 GREEN/WHITE 040551 - 06 APS - OBAPS - 02APs -- 15 BLUE/WHITE SPARE-SPARE--SPARE--SPARE- 16 BLACK/RED SPARE - SPAR - SPARE - SPARE -- TIMING PLAN Plan ) AM PM OP of. LGMN 85 SO 35 35 28 28 28 Phase -Faceoff 35 47 Phase -Farce0} Phase -Form. 28 Rim Offset Sync Phases 04, 00 04, 00 04, 08 01 02 05 06 03 4- 4- 04 07 06 PHASE DIAGRAM Oi EVERHART RD. AT YORKTOWN BLVD. 03, 07 ACTIVATED 02, 06 ACTIVATED 0), 05 ACTIVATED 04, m6 RECALL CONSBLTRMS SHEET No. MI PRWEC2 COR14150 EVERHART RD. TRAFFIC SIGNAL SUMMARY SHEET180 D/ 222 RFCORO 003555 G N0. STR-899 CRY PROJECT / =1.3096 DONAL-SU WO ELECTRICAL SERVICE DETAILS FLECIMICAL SERVICE ND. EET No. ELECTRICAL ISLDIM AND ED(5)-03 SERVICE CONDUIT (M Rs NO./SEE AMPS 15� 013 AMPS SBD / AMP RanNGPOLE/AMPSE/AM555 CIRC. o. BRANCH lGKE Kva LonD 1 -ELEC SERV TY1-ur• 0(120/240)060INS1ALIE)APIM 55«6 N/A 11/00 N/0 a 1P/30 2P/20 6.1 TIMING PLAN Plan ) AM PM OP of. LGMN 85 SO 35 35 28 28 28 Phase -Faceoff 35 47 Phase -Farce0} Phase -Form. 28 Rim Offset Sync Phases 04, 00 04, 00 04, 08 01 02 05 06 03 4- 4- 04 07 06 PHASE DIAGRAM Oi EVERHART RD. AT YORKTOWN BLVD. 03, 07 ACTIVATED 02, 06 ACTIVATED 0), 05 ACTIVATED 04, m6 RECALL CONSBLTRMS SHEET No. MI PRWEC2 COR14150 EVERHART RD. TRAFFIC SIGNAL SUMMARY SHEET180 D/ 222 RFCORO 003555 G N0. STR-899 CRY PROJECT / =1.3096 DONAL-SU WO a 3 2 n Fc 3 p ^ ma= o CONSULTANTS SHEET Nm. MI PROJECT: CQ216150 - •, h V4 :.`'••j j ' P'•+ .) £bit IL, : ' !®F /�,h�•m.. E: 3 ND LYB0N Length D. 0,. D,, D„ ,l D, o9M. DNP0L69 D„ Qihk 701YW 3 tan SHIPPING PARTS LIST Pi In. In. In. In. in. In. in. In. in. In. each with the -MI lowing attached. enlarged hand hole, pole cap, flzed-arm 5111,4fo 20 12.0 9.3 8.6 7.8 .239 12.5 9.5 8.7 7.8 .239 36-A pole eatim bolts and washers mG my abdi+imal hardware listed In the table. 24 12.0 9.3 0.6 7.8 .239 13.0 10.0 9.2 8.3 .239 36-9 30' Poles Nith Luminous 24' Pols. With ILSN 19' Poles MIM No 2012.0 9.3 8.6 7.8 .239 13.5 10.5 8.7 8.8 .239 36-A xsnl,a Above hardware plus: Orbe Luminaire and No ILSN 32 13.0 10.3 9.6 8.8 .239 14.0 11.0 10.2 9.3 .239 36-1 Lsgth (r i30 It Ioole a01ante0) Above M1anan dse plus are mall See 3640 13.5 10.8 10.1 9.3 .239 15.0 12.0 11.2 10.3 .239 36-A II ho,hd Is, slap -m .Implez hood hale nate above 14.0 11.3 10.6 9.8 .239 16.0 13.0 12.2 11.3 .239 36-9 tt Deelgnatlm OuootItY Deelooatim Quantity 0esimatlm Wmti+y 44 14.5 11.8 11.1 10.3 .239 16.5 13.5 12.T 11.8 .239 6-B 20 20L-100 205-100 20-100 N y_ tg.WV " IL " '"- 2� o'�n 24 24L-100 245-100 24-100 Arm ROUND ARMS POLYGONAL ARMS 28 28L-100 20S-100 28-100 Length L, 0, 0, L'1�+hIc L, D, 0 O, Q Ris. 32 32L-100 32S-100 32-100 f+ ft. In. In. In. 81.8 tt. In. In. *. In. 36 36L-100 385-100 36-100 20 19.1 6.0 5.3 .179 1'-8' 19.1 8.0 3.5 .179 1'-7' 40 40L-100 1 403-100 40-100 24 1'-9' 23.1 9.0 3.5 179 1'-B'94 44L-100 445-100 44-100 29 27.1 9.5 5.7 .179 1'-10" 27.1 10.0 3.5 .179 1'-9" 32 31.0 • 239 1'-I1 31.0 I'-10' J6 35.0 1 0.0 5'2 339 2'-0' 35.0 I 0 0 ] 5 239 I'-11' Trafflo SIgm1 Amro 11 per pole) ship each arm with the listed equipment attached 40 39.0 10.5 5.1 .239 2'-3) 39.0 11.0 3.5 .239 2'-1• Type ]: Ann (I Signal/ Type MC Arm 12 Signals, Type III Arm (3 Slgndlel M 43.0 11.0 5.1 .239 2'-8' 43.0 11.5 4.0 .239 2'-3• w enm 2 Braakat De -Pale Bae O.D. CO • Pole Tap O.D. wIth no LMnlnaire L: Shoff Length L•^s,^I i COB connector and 2 CGB Conn-zgre Aeaenbllea ant 3 CGB Cmle0.= L Nwninal Ann Length Dm. 17oleft Tumwith ILSN Dlg,etim .e OuM ol+y Deelgmtlan W+l+y m DWIgnWivan+ItY m O CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services wre Luminaire 20 20I-100 Da- Pole Top O.D. wide Lunlnalre 01 -Arm Base 0.0. 29 20I-100 24II-100 10 Thloknee. Mon* are minimums, thlaker moterlale may be used. 28 281-100 28II-100 32 32II-100 321E-100 0 D2 may be Imam:Med by up to 1• for polygmal arms. 36 3613-100 361212-1002 40 401E-100 Nominal Ann Length - L 44 44=-100 Sea Te Denial I' see "s ip acini Detail" eo• F $• + _N (1 per 30' pole) 0, oLuminaire 1. Nominal Arm Length WantitY 1 11 8' Ann Mast arm ar Nota The arm to1lrb0fabrloa E eethrnlomt w1Ml un m 1 mnCho�n ILSN Arm (Max. 2 per pole) Ship with clamps, bolts and waehore TRAFFIC SIGNAL ARM Nominal Arm Length WantitY (Fixed Mount) rsean3lnl,I.rre etum-0" 7' Arm 9' Arm YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) TXDOT SIGNALIZATION STANDARD DETAILS See g771.MA-D• -00+011 A Oho eeBabllee 11 Amlar Bo per pole) + AAnchm ILSN Ann Cpneiian- See She Anchor Bolt Bolt EaoM1 mabor bolt aeaa•ly aa,wleie of Me fol lovira: Top ant Bottan +enplates 4 manor bol+s, B u+a sea STsa 'MA-(ILSNI' Nominal Ann Length - Nan Arm LgM (8'l yy t. II Detail� ,II t - [Monster 1 �� Length g•_q• Ouowl+y 8 flat washers, and 4 nut anchor devises ITYpe 2, per Standard Drawing 'TS -FO'. °r 4 i 1y," 3'-10' Z Templates noY be removed Oar shipment. - ,. 0• Assad,? � a- � I g 2" 4'-3'• Aeeenb,y EI Paso 5! 5 0 0 0 © Threaded Caupling for $§` o e 4 E SHEET I OF 2 COB Comeotor Traff is Y sWhee`ARMcpCOUPLING DETAILS" SW i Slq,el Ann _ • i F °fm g -E e ,oa O TBXaB �Of/111BI✓�Tr0/ISAW'Io)ION Trarrto 4ammv Melon TABLE OF DIMENSIONS •A• - TRAFFIC SIGNAL Ann Length Arm Type II 24' 10' 20' 11' 32' 12' 36' 13' 40 9 .B m SUPPORT STRUCTURES Arm Type IIl 5 can 10' of 1r Road 12' See 12' sho� ee -D `- o,,1 a SINGLE MAST ARM ASSEMBLY (100 MPH WIND ZONE) vnwnVAWAVYANY/AY/AUOV!AU//v/wAkriG' SMA -100(1)-12w v Foundatlan ®lxorc aa 144. SHEET 181 a 222 ItECMD MOVING NO. STR-899 STRUCTURE ASSEMBLY STS FD et nn ..• a 12491 CRY PROkCT j E13096 tar c P - b W S _ p = - me= 6o CONSOLRMS SEEM Nm. MI PROJECT C01216150 .1.19.taknees VIBRATION WARNING e pennnleei Is Most Arms of WA and DMA structures and clomp -on Arms of LMA mucturree of approximately 40 ft an i Ion au'eei o to ',cal vIDra+lans in i rineae+io T ° $8 Mighty and nos i a row i its /solids of nassikpl tee; 'resenc or 7g:°1-11%11,,7,77 elop�epal nu°to till, uln Lao n weights positions; existence/solidity idl+r or Iwo plaie� presence or trona;' -0•Min] _If le 1.s 00 Dip' a such as store and °marcs; arm -rind oriental-1mi d arm -pole stiffness. +a +e o °lea tE AY:'•� "' _ „ £ � ' Fuc „m 1; c rm ale . D• C Ena Pl+;entCrmlok man Such vllraticn° mer awes ratlqu° gaga° +o tM ° ng'S'Irs and mer s°e to q.3.6F nq In m°aer l: \ Iris oanalri0na Mion may firmer aamw me °+rwtere ma alarm rho pmlla. Tee+e nave IndiOared 6' .nape _ mar wMn rind Is blawina terad rM bask sits or slanal Made ndvin an- ntetl baokpl arae vtiacMtl a prmmlltfY o4 unaoeeprm le ndnanio vibrahian and/or gal ;aping Pa raY°Mx M1IGM1. �� � IllThe (� WV "y sem• `� a_ �' " Norex A j:u=Aft . than appro....Maly B" orem°erv°d at the arm tip, a daaIno pl2de shall be fated t° the arm See "Damping Plate Mounting WWI." on standard sheet, MA -OPD -M. SLIP JOINT DETAIL TENON DETAIL arr:ot°ti:°a�o:iG:f o' e.°pannia'.22 re4:itv:dvie:arlon°:.n°a°l ifr',w+e: a ia:ra oryoa°+,+I�q:'iar°mwar'4 mm rr0 moa. GENERAL NOTES: eefgn vanrarma to peei4loaYlana for eta i01:SUDDo Hl !o'° Iq 1F p Liyi' 51 Sperm erarfip gIgn°I° ee wale 1 mph Daus a 1.3 wet faeta. Sialnless steel bands la- Cable°I Pols° are W°ion. to support ens 8'-0' Ilminairs arm, ane 9'-0' 5d oast Drwket ae In 'Petro -Bran" In+emal lY Ighied °free+ nae sign and are +re4410 al Mky Brwkef' Eaey BrakM' rif�n Isndm as t'mularaa. The spavifisd Iml na ars land .111T a 7,7"t7,1%.,7, ' Dla Thremed Cquyl Ing. 4 tnd Iuninaire am equals 60 Ib° vertical dead loon paw me horizontal wlnd The specified internal lightedad oanfarreei+ ve ;atom load oppliea 9.5proect.d area of 1.6 eaft. ft from BRACKET ASSEMBLY rhoorimMul bind of rood e,°i°an affective 1. ar' a of 11.5 plus CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services profs/vied ifled atonal applied a the end of the ',raffle. atonal ar m apgls 1BO lba vertical Gena Zoud pales tknndri Tanta* rind load on nn Iva Olwted anee or 3 . e w aea imae drag ooe4f loleMl. See Standard Sheet •MA -D• for pole detalle4 'MAA -C• for traf41° elanal ann m Ian doral le, - I or infernally Ighted °treat nam °Ian as SNcawaotlan::;:,r StLLW-A" for Ilminalra as and ',tan details ' 4 Internal Iy IGM1ted ameei nae siw Batelle, and "TS-Fb' far anMa Dolt and raantloilan tlsial Is. See •Al9-C v material spaoi9l na+Ian°. Pola°brina+len Mal l be In aooe.rdanee rim Item 686, • a4faa Signal Aswabllee (steal;• antl rim Me ata; Is, dimanalane, antl rely prooedu'ee °nom nerein. weld ra4erenaee call Our pr°°ppppr vee rale longitudinal Manee MIM me Fmrle.atan bund mtaln pilar te imrlaarlan. Swam Ws is Materials, 4abrioarlan toler°noes,Pnd snippinnpp ppp°ota0ee anal neer and ta 686, "Tr fie Sion; Pale a of id Meet ie the rewirmaMm permitted for u. 1 Aeampl tea (Steell'. Dams I4 k -b o lrOpanskpls 10 as 0naeea OmM t1a natea,,fal Ivmizinandl ftrgfmvmigl In ear anee r em a rina',tan. :AI 4 0 la+Ian N +ru0c'E5Ee a i^,aneeindoeig�am inn re�i� egbmteeian of ane.p arawitea �n a gage wi;n 90'-'. .J .I�1 aoosptmle. ea r g e na SHEET 2 OF 2 ' ' /4 YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) TXDOT SIGNALIZATION STANDARD DETAILS MA im' Dia qtr Incl seam raid mmr ba 'V ofleMed riman the ;oxer se. cow °` rg °'°n°' °"" ARM WELD DETAIL ARM COUPLING DETAILS Naxos Department of Transportation , milk gm:lbe Melon TRAFFIC SIGNAL SUPPORT STRUCTURES p96dxmm. pm.rrena pmetr.la m 1092 rltn 6. base welts. SINGLE MAST ARM ASSEMBLY (100 MPH WIND ZONE) SMA -100(2)-12 ®n de.„ma 1e. iw L., �l Ja 'weam SHEn182 of 222 ORD ORM3v0 N0. WORD S T R — 8 9 9 '"` a T30i CMI' PAUkCT j E13096 8 & - o w 3 i mei ' o CONSULTANTS SHEET No. MI PROJECT COR14150 -- +' ' J;.•• ,:...;J. _ .,'P, ' £01 3P Yy�l" pa -- _ ARM SIZE cgoll RM SI MDR A B c o n + A B c o mM= 3,r MATERIALS In. In. in. In. In. In. In. I Y in. I In. In. In. In. In. in. In. 1 Y in. 1 iA % % I - 2 ^d Sn f 2101 "N55 OrGA, ASBBa :'r,5TY Or65r.50 Cla¢e 2, L r. e 1Y IY. 1y. I 1C3 P01 YWnal 5Aa• , or A101155 Cr.50 �s 1 Y. 1 PlonesO ASTM A38 A506 m 572 Or.50 1 y 1 iA A �� I : Conn.-Hon Bolts ASTM A325 or A449, exPop+ Ater* mtea Sr 2 - 31I Bole ASTM A3z50 10 5 1 I 1'yl 1 s I A 1i rRr' 'I �/�. PIPS® PoO 5 R1000253 XSLA5-f Gr. 50, XSLAS-F Gr. 50 W Mi yY -C. "Ga =al �c 11.0 z' 9 1e 13 15 10 3 I Ma 1.5 39 1 ; 14 II 11 3 14. . A1011 C �: I' 7#0'1---.. A m�zea steel or stainless steel %a]0 %I aria ,'. I idea. Har �,me orae ted 1 Ye I DETAIL A AAs 11 sSLAAs A1008 xsus-P, 2'ISLA At 00or /.•MCJI m g x q.i I '/.•Wiese+e /.otic %x/.i -. �5•WV..e[ + M bo+ranl _,,3., rYG %IwMcz A101 A 01 'SS nr M1 higher Yle d e+relp+ne nut ( Ae�®AS ���%� . ma not have lees a oga4�lan than the grade indi Potea. A1011 55 gr. 50 nxrterlc end c eo M1ave o mnlmmUNNICit DETAIL Bttf 1r t Ir tm23 I2 Ih B'will ;::, mils he aoineptable all u ee ].. Liam 2 I'rk wend a mo. IA I \... w 1/. 12flat 0 I . YC 2 • • aqe R� %o I %• In1/4;,scAc Po le 411 a o r CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services A 1444488048, —_—__II. e4• dla Mle r2/•mond in M �o _� _ E Pole m Pole somlrr Hle. and E PAI PAW Dole Plate ?' • 0ebu-t nolem5 and Arm " MI A rm ��� Min. 85% w P int eke., Polak forrarearal11006 for aralnape FIXED MOUNT ARM CLAMP-ON ARIA Bstail J• FIXED MOUNT DETAIL 1 FIXED MOUNT DETAIL 2 ARM BASE WELD DETAILS GENERAL NOTES: ...lanp-:n driatclsZelT rio�Me aloo a a'm n cal:tr ee our <IaD Mr11N l RN SIZE CONN. eD. BOLTS RM SIZE A F i CONN. eo io BOLTS RM SIZE A F mR eo e BOLTS plat* fI !tate drainage r7, the rranry Molnm Ring. aPo r M1IM Me mm ma end II 01 in. t In, " in. P in. a D. In. a 0 in. In. in. in. in. In. a in. No. in. 01 In. ♦ in. in. In. In. No. in. be longer tom V,:* am alaleier minae 1" % % a Y %6.5%a grleg Irre+rarm1Bal oge f oel gee.h f aerm """'1iee % 0.0 .179 la 9 Y. A % 8.0 .179 14 53f % m mPo nn e Pol211- Itfar are %4 pvtam Parr ew1lx1040 hdia147, YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) TXDOT SIGNALIZATION STANDARD DETAILS 1 % 10.0 .179 la 10 9.5 .179 le 6 1% Pin bolts are rewired M prevent rotatlm of ohne-m ams eeetgn torose. 10.0 .239 19 12 4 I . 1 A 10.0 .239 le 10 1 e 1 3 % 10.0 .239 le 12 6 I 3 9{ under clod 0a• GaP 1" Mm1 2T max NOTE. Pin DOlta eMll 0a A325 rind M me excluded o reWilrea 4 Pin Pipe Y' `" P�Po ITYP3 a ae \ I - Mit, and MI Sall r ITYPI "Trp 2 % Dia Dia oe e-'♦ draimge nolo 'MEN'' d I /2. Ola - threaded thre dee ��', r � E Ann E Pin Mit,- ti C. Dips 0 M1ole \�L , TY P BIOa i/ I TYP In. r5% M1 Pi, • r: -4 !i T aralnoge d -.-., .. _ n Yc-z I > hole %I - iM1rea Oca caupliM PIn MI+, J pipe L Mla %• dia E Arm Sm 80 PIPo / • u-strap, firma 50 rran rM mbar plant. vin bol+ ndrjg'� ata pipe nal ieve ala nolec rota i • 01a ga lvmizea .:41:11 AC' dig tratnage Mie aoMer in. k alum Plate eM1al I ba 4umidletl vIM fa ecM Dint 4 Y1alh eMn41eIE in l• I°Mie Mreded Me Pole after am mientatime M1ove been �, �� coupling aper ad by 4th Engineer. -e"mi. E Ann Oto. Po Y �e • Mtak Penetration rade 50 E in. r5% d MI+ 3r0 PI }i44aror [ Jtl bolt 5 boltreg..rePe�nra+tm ewiree aha• 9 Reaulred fir e 0 Texas Department d'Tr0]Mpa'talla9 e r •utrea o motif*. „� ` x y 1c z Traffic Wallow ONI. I 4 + %x l� I STANDARD ASSEMBLY u € %x v. , WIN CL,��� 1 11 � FOR TRAF SUPPORT - ° Ilineil -�� ` A I - MAST ARM CONNECTIONS11$32 MA-C-12 a ITvp1 y, i�4 �w a i ai .et [ g+int 0SHEE 4/001048 0/ 222 RECORD ORM% N0. STR-899 Pole Y. 144 i002 estr rn� a1d 2rlock weMre. m int Bolt with c sol+ teraeMre Pin Bolt wind M1ex�ut, M2 ea2 lurk 2 washers Po was r —E ®] m 19e Iwm r � n �., x� Pin Boli —E Pole Pole 211aek raeMre a CLAMP-ON DETAIL 1 CLAMP-ON DETAIL 2 CLAMP-ON DETAIL 3 I 30 I — - MAI C110 PROJECT/E13096 E c w 0 n i — - 2 o CONSULTANTS PEE( No. MI PROJECT: CGR14150 -xJ $ -` 4, Po•.+ xfr,,,v dip Y1�:1 t E: 1 Y TABLE OF DIMENSIONS rm ISN Support Arm Clam -m ILSN ARM SIZE A P MK BOLTS PIN BOLTS �I ala 40 Pipe in. 10 in. «. 4 4 in. win. 2 % Gap •1 Vy• max, W Y li lia my V ga"fie m-"aLL Max cap I.2' Ola Irk repo \ r - T'a Dia w /¢ Ola rami ed amino. hole 3.- /s• U Strap, Grade 50 R•i/,• Y dla drainage hole 6! ix -INA) d,a dralnape hole �� couPaDia ye Dia ina Ponrn threaded threaded Y. • Dia th f Pln Dolt �lT1 ! cond It c actor f Pln halt � ', ra aaoupl In cmneotm f Pin DPI; "Awl,w Ina for ip and Im1a conduit connector 'f Ann Dlp 4 MI a Pip hole yy Ola San e0.7:31'4,. Pti (Trot eY • oto "II f Arm � • Dia IC El f Arm Tro TYC kn 60 Plp ` En BO Plp Ola w rewired (Trol1/4 Drs ade D Grade s0 SECTION A -A SECTION B -B SECTION C -C CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services wl ane s tratim Pe ; a+lan of I4Tt R P V. c NI 110G1 11 wq I�q�pppyy� ax/. �sxx v.I 'Rj ` i $ _ ilallIIV _ _ �f ILSN Ann „Ill rl LL Lf ILSN Arm Rp _ _ aN ` r r Il� le al v° ^' q� yin boalie . yp)thl •a Ick ...IP 1r P ! ILSN Connection air with "� I �Q Pals 2 ddlZ vomer Pin Bolt m Ip ...here. CLAMP -ON DETAIL 1 ILSN ® ' So nrmotlan Bolt wim I -� & 2 IwI vasM1eremehera Pin Bolt �f Pole CLAMP -ON DETAIL 2 ILSN CLAMP ..... " gweef ! 0044004400lt wim �f Pole L 2 I washerewaenara -ON DETAIL 3 YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) TXDOT SIGNALIZATION STANDARD DETAILS GENERAL NOTES: Gimp-onILSN orm les. IAeI shall man used 0e • muh In iM tra wiring mpee. anned nolo eM li'De riela o-il led rnraugn me pole owe°u;ovlde vireeae atter arm le "loafed. r Dom nolm,aw meq aPl«e �mie o«ur a dotal 1, welds a mor cl elms lar O clam! pad+e+a on t'E e+a,la / Pin Calte aredeagalred ro Prevent rotatlal or alum -m oath m r .elft .Ind tarwe. NOTE: Pln bolts mall be A325 threads Ann / / aereaAim ! w -z Dotala r Dla r aded Semolina Texas Department of TE.00p 4?.1/o. STANDARD ASSEMBLYMena Malanp FOR TRAFFIC SIGNALO SUPPORT STRUCTURES with excluded tran iM a ',A , Pin sol+ j' • dip pi ma*.i Imreye' ala hole° rm a la%,b pia r. mi°:ed ,n. BmN olmp Plate anal I de tumlehed wl+n CLAW -ON ARM ILSN ARM COUPLING DETAIL m �' MAST -ARM CONNECTIONS �P Fmla tm eph Pin hair. Us dla dela pin bolt eMl l be Held dl" led tKcugh app oved by th arm mlenmrime hm. b«n approved by m. Eng,n«r. ARM BASE WELD DETAILS MA -C (ILSN) -1 2 pT�PD� 5 •• ® f1.1w S9EE1184 o1 222 RfC0RD 0.—No. STR-899 ,,. if..ma _ 1 19 L CITY PRAM / E13096 ate, Js 2017 - a eP Um:: bJ riv. K e CONSULTANTS SHEET . le PROJECD COB19150 Zlnc Ela Cae+ ar SaDatfl F 4oC ,,..... Aaaeee ao°°a ap Back plate ,,.,fire,, Back plate Calrya Tmenf C. 611111min•.of 3 °3a. a m Pole i' .,. \_ 1 3 ...... +, M� ,,,, .. _ Wj< Eve ". 1��- E ,,:... VI r ra• ala rook rot anginawire /T Rr ���, " iii / /// `� a;, :. IA'ND, "'''� �� '� y �/ 'A' ICY''. =% !Clam ,� D 31: �1 Pal. SI I ff y ; Yx 0 ; � I—. Moll J of =NPsi°g Fra"° I U'ILe1ll, Round Pole Polygonal Pole Lunmalre Arm threads '` %• DETAIL J DETAIL viw Aail i M. :�.��war'a y•Y.0 Tab and POI• W VI III- iiim Ie.!. YAP � '"N a�_�e Ifor pole with SECTION X -X Mat rang. %• x 2 Y ASTM 0000 Or sD Ienimirel POLE COUPLING DETAIL DETAIL G ni 4th aoaeea ocmpm00 for �m011g lube 1. 1.� 0 pars 0°Meole veld see Oeial Fro nO ae + n V. irwn viEer +Iwo a iM aa• canpErimen+ I+veli ainAla °+ e+ al+ematDap \ !steel �iria ullozo ar enw+ A-569 1%. u c _�� �� I m e �Im+min.eoo.C°p 9 � H oEholx Dla. ee am =:� ,a �lao!Hook for 00 12TI3 m 5 hang.. vire Blackburn G C: A . / 117172=1 q° ea,. \ Dks 2-e6 1-M f�� rrI lIfi 7`7,7711 F 12 of vault 600 wlr •Ian Type HD terminal Elook 12ro�Braa'4) _■ DETAIL :■0py` RRRR'x _■'� Bol+ mmp• \ Screw for ILSN a�■.i 2' MIn. 8 DETAIL 's• Eia rook .PI C po rWglmA ��t" m max.MI- lt —_ �� Y• a+alnlwe oa Tana! M Nu+ ��� + clinalt K I = �Hexinlwe IA• - 13NC Olook IN \1— SECTION Y- ,, \ ` I 2T„ Irwn Type "F' eiain leve afwl 19 rep'E) " $ 0 CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services D li4 [LSD app! iedl prlanal) COPPER. GROUND :� • alwreme 1 of 4"x 6• pw HHai G '� or anawle Na10 6°I.•x e10-32 for aureola }reed 'Tao' . CONNECTOR g. holes q lu tar ocDPer ne omnwter o q I.D. Hoodoo le TM1rwdeE Strap i(e"x I' lMin� I� HZIMiw le cover Hmdnole g min.+ Hmawle cover �B min. 120m n.ol+ © j — w Y" ! roso1L lees Y" dieMlo0k Ives� Bar IlL '1I�■w. ,� �. dl 0ol • Int NO ° tee 3 M II6" :I� 2 rnioww.e db awlsFrans-1� � npl Fr -o 2minII I II and / �,' �' Tab adnollali�i artac+Mpn+mot 011. a oDeninamx 2 min FN. tar -IIFIxeE !ib" x �' i �; - momf ann oat arm Inle TX.:-7 J. own+ van Singe moat mp ran I I ! Ikea m fire arm an ami most I + oro n".aE,eUOi moat ,o Eia Y I threaded ACCESS COMPARTMENT m e®"�clwe- arm lea r aro' ll\ `i� I��! lee %Iar�p-m a r °wt E annr l�\ ``i�� �� an_1 aoupiing © aualpBilw°t NOTES: •- dualm 1, }ha I E° farmeU Fran FBS Ee T- most arm ...Iles /'��%n _2mudla threaded pang ' 2 per , i� (y'� I 2• Eia rlrwded I 1 cwpl Trp - 2 per cover anal ma piece plaetlo anal a y pray color• a'4 aiwl l ro suttmle rot exposure M gran En, I last ma extreme warner. Cover .hall lateN rim two sorer prii iaiMw and anal! rir rig.+ly +o +ne ens louvre tin ro areata a i_ SECTION M -M rainproof veal. Larch °mer..hall b° 1rq-20 ara1,%:a flat YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) TXDOT SIGNALIZATION STANDARD DETAILS �.O DETAIL dual mpar arm D a88an010 DETAIL d E 0.aelnlyt mm DETAIL socket head screws with tamer proof 4eatre. F z. The pole mmurmrurer anal I provide .Ian soon pole a separate kit (for 30'mpole rim Iunlnaire I4m 9� el Iran 19' w iM1 no ILSN Iaring o4: one Dover 61. iw Iatoh Ing assemblies, two ...al wlino�reN elm luninatrel L - d ILSN Ignl �I .Circle ala! and lw mBOiln! er%IP`earfappi 1. gpo'014alnne rSITx�0poln na°C 2Zex aM m Cr.' ABoifr Oloretergtareiar Xole v.., Length OlarNm L x T mi.. Range R 3. 11'•1 ' aro Sd connector Blackburn TTT: Bumdy SCCz2J12T13. r - ra 10.Tonal raa a Install the kit item in the Yield. 1 Y• 1 y • 3 Y' IT" or x 1 A. 13.91 0•+Va Bolt xol. ,! 0lamter ii - 3. TM screw Mle s Inp m the ego louvre Daok Dlate anal I Oa for }w Mmamm .8650 1z rermmal afrl a. me Mprarinn .965EPO6W _ theillE trip• and our Busemm eBM6032B Nae Ol l:t. ,a Aoows Lrnportnent /ILr 1 Y" 2' Al. 19• 20" k 1 Y 13.5• ,\ q, [natal ane Busemnn a0N6032B: LIttel4uae 0.6003aA-2C. m a 2• 217 • 4II" 21„ 22, x 2• :TT m Ferran41a30 52 4uw EI°0k ran pale. 41- lon.wlrea are to D° nstalled. 2Y• 2Y" 23" 29•x2 A• 13.8• 7. • , 2 L lenn+ le Length Texas Department of Transportation Truffle Mora., MI. BASE PLATE PLANx°ng° - 'is ", TRAFFIC SIGNAL = g ^ _ . 0 ko ' • (� x A \col.III5E7 O SUPPORT STRUCTURES MAST ARM POLE DETAILS t x � <1:7."‘"''''.�; '" SSD Mln. pane a+len ©6.0Min. LL:._ • Sw Detail H � -_ \ ,s. arra-Hon .I+hon 6. ofrela°re'reroMlal MA -D-12 ®}�1 uuv I9 Ions �m�m,u :.: POLE ELEVATION gl m sNrn185 °/ 222 WORD MN% No. STR-899 DETAIL H :o ma ansa. I xaaw 1TiI CT0PM313CT/E13096 ate, Js 2017 - a eP Um:: bJ riv. 8 ° o - W 9 9 _ m➢i _ io CONSULTAN S SHEET N. MI MEC, 001214150 i""� `4 .•^ ,'" .' (6t %•'s' ?'�f�,��®®W Y 1;,5 3 !? e FOUNDATION DESIGN TABLE NOTES: FOUNDATION SUMMARY TABLE 03 FON DRILLED REINFORCING STEEL E LENGT O SLLE&SHAFT -fr <)) ((fid)) ANCHOR B¢T U`pA DESIGN FOES ?JON N N O Ananor bolt rwMot ion odeeIgn elven inter AVL' LENGTH© 830-0 TYPE SHAFT ERT SPIRAL TEAS CMIXIbF]� Ro1ETER IX?. BOLT ANCHOR WMfNT „Eft TYPICAL APPLICATION FwnOahion Oesim Lwds. LOCATION IDENTIFICATION FON N0 IF E� BARS 0 PITCH 10 15 40 DIA kFay t it DIA TYPE 1I -ft Nips QF n0ation Davia� Lcote ono the o�W�a Mwra m TYPE EA 24- A 30-A 36-A 6 3 B 42-A 24-A 24' 4-#5 #2 of W. 5.7 5.3 4.5 n' 36 12 y' 1 10 1 control la °l.. pedestal counted owl owabls mmlm Gntl at + aw a huoiure.EvERLIA128 R0 0Fwnoatima be Ile+ea POLE A 36-B 19 30-A 30• B-#9 #3 at 6' 11.3 10.3 6.0 1 %' 55 1T" 2 BT 3 Mast arm assembly. Wee Seleotlon Table, moy wwrately mcorting i0 e11211Grity Gr 1.n,,° .71.11....r. VOLE B 24-4 6 36-A 36• 10-#9 #3 of 6• 19.2 12.0 9.4 1 y' 55 19' 2 131 5 Mat arm asembly. (see Selwtlm Table, 30' cote with m ...Pout Iwlnolra. lo°uWt Ian ort type. are ror rte COMrcorOr'e Infarnptlon onIY• PoLE C 36-A I6' Mast arm (see Sel arm a Table) POLE 0 24-4 6' MO IA Al y Wu �' yr Pa mgmaLL s_ �_ N 36-9 36' 12-#9 #3 of 6' 15.2 13.6 10.4 2" 55 21" 2 190 7 Nally. S etr �1elni of rTla10 Mm 30' 8 shaln QTs,' ParehGmeMr reatlirps M a teeth PoLE E - 19 #3 1/' 04 perp=im°fel. 3 is 5 feet nioy M ueat is Gtlluet mart I, POLE F 24-4 6' 42-A 42" 14-#9 at 6• 17.4 15.6 11.9 2 55 23• 2 271 9 Moe+ arm aaeenbly. Wee Sele°+10n Tablet Ma Drl let Q5f 11 *2*. POLE G 36-A 16' n°N acoanMretl� a inimm oP M Toro PoLE H za-A s aiamateia mTla rocN. FOUNDATION SELECTION TABLE FOR STANDARD MAST QDwlmol teethe m Meign Table aro ARM PLUS ILSN SUPPORT ASSEMBLIES (19) Traffic. slew, Pole o ow Imerp°latlan for other Round rTablle. FON 30-A FON 3fi-A FON 36-B FON 42-A a foot entry Into Summary MAX SINGLE ARM LENGTH 32 4B' 24 % 24 'r'•; V'hKS'C ANCHOR BOLT 6 TEMPLATE SIZES Nw no € BOLT TOP BOLT w. MAXIMUM DOUBLE ARM -. 32 X 26 32' X 32' ! Il4r OENGTH T• THREA�O CIRCLE RA M LENGTH COMBINATIONS 36' % 36' Y.• 1'-6' - 12 N • 7 1/5• 5 %" 240' X 36' 1 1/2 • 3'-4. 2. CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services 44' X 28' 44' X 36' 1 P . 3'0• 7' 4 % . 19• 1, I/' TTY ' MAX SINGLE ARM LENGTH 36' 44' 4'-3• 0• 5• 21' 12 % • 0 % • No 24' X 24' _ / 221/. ,_9. 4O 9• 5 %' 23• 13 N' 91/' 20' X 28' o Mln tlimm�a me given. MAXIMUM 00UOLE ARM 32' X 24' 32' % 32' , •' ,aper MIM ore cowptable. LENGTH COMBINATIONS 36' % 36' 40' %24' 40' X 36' Movm Ca1Wi rorgirdded TOTAL DRILLED SHAFT LENGTHS b' 92 98 M' n 36' eVg: aEffarl Ignore the tam I' of coil. 1/' thN. min. Cl rculm 5rwl Tap Tecalafs F EXAMPLE. 1.Fon 8 mon ts.len w ntl epwtt famMftan Spm amsuplpr+ W M a 32 arm with fM1er amu M 8' 2• For IOOnpM1 taaim WIrM spent Taunt tion 3 o uppmt a singe 36t = ror. Xwvy He, _ �Y° F ae r par lAlpNor Boli Wlrw 'IB Swo. Coble steel Template< eroalr P rw"' 4.� GENERAL NOTES( 4/ i m iaroter !1 may' dMLinl72X1'ong , t • p0 spiral Highiw ly°Signe moires ort Trarfio manor +e to ,IeWaIMA�r`N Oa (1X1 aonfo LartStrcoturGl Srowrta°tar on Signals and IMxlm revision° thereto. ocatiere using .3 1 .. • • -- rm..' Rainlaraln9 ental alp, wnrann to (tan 440 ar Gr a6M� px �'fIa •Remrramg 6teel•. Anchor bolts to M 102919r. tool ���.�((r Inlafe ly ariaMM 0trae shayI ft UL MImN!�'w p It Circle Concrete °hall M Claes ft". so°rlpi•a Dolre are In erpae e M nelan from the span Jnr' Tnreabe ror Mr MIM rOwa Wire (Gats. oII a cut to i BUN rLa ‘11;"1. o 2• in Tse YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) TXDOT SIGNALIZATION STANDARD DETAILS 1. - - 1co.MC a Tilt. Bol+a nuts sr a TOP VIEW and note Wait Mve Ll ft for alfter MleimIng. g '� 1 I I 1 TYPICAL STRAIN POLE ASSEMBLY u/ 10 rellw• °nal prowmor. concrete ate g ca v oche a al re reef thm 1" in tiamMr Anchor m 6 If that tapped r q°Ivmi:ing. shaconform to "alloy steel. °r f000 83-etrmgtll mild steel" per Item 449. "Anchor Anchor + + B • .g olts mar are I" In Hooter or Lea Noll conform $9 $ '^ °� s 6� = Ty Oe 1 u R-. o L $ 7 Type 2 ue linml mm. Arm L 8'_g. '.',. rimrpwl SMeI _�`� ""'° u. ITamororyl I Cond l' Isco Layout srmefe ror ataMMr. 'AMR: / Orimr OlreotM by thread length pias lSZeformall anchor theend ornerwl ae notch. EXweM waMlma ort expowa nate ebal l M a°lvml=.d All 8=:71'. rrpp eMl l M in €°mamas with Item 445. Galvmixam.. aro,°+ec ant aroe0ao0 ochre nw0 wf be wlwnlut. "• ILSN Su�pmttng w the Englrmer. 1 m z LWraal ant rl9nran maM1or Mlre wfien €actin int e ru Ire In cowrtonoe with I+en 489. 'Arwnor Bal+e'. / „ InIi 1 Arm mprmau require.. a m �-I'�. 11 qII 5+e.1 M iryoee Dirwlar eG+fam Terol lamer Dorm rerolol / \Lunin°Ire F - yerhiaal ears csw -j Melon G9*4 for al=e pj i"I�•..9°IT �I�I 7R.. ienceiare Tame OgmlmeN d' Ti7gHar ror FIX! 24 M HOOKED ANCHOR NUT ANCHOR MIXaearl. a? V,' I■ P9 TrMlu O�d10'a Melon (TYPE 11 (TYPE 2) ANCHOR BOLT ASSEMBLY p6 =rill MGr®Ii aet°t�n'ne •Oil _ ■ �� DI. v- g TRAFFIC SIGNAL • Mita ere Ip T bl Ion ai & Inopl �. ■,I' POLE FOUNDATION M1M1ooggoo QOrlent mabm Mlte M col w Vx�lOal Dm. may feat sA 4t 018 TS -FD -12 with the flzea ann Olreotlon fo than two MIM are m TYPICAL MAST ARM t 12 hole *r material rlrm mwgM1 ELEVATION ®O°L s m�s�as J`"m w,..... "'�`• SNEEl1 H6 o1 222 RFcauwu6MC No. STR-899 tensionMn0m 0°°0 Iwo. to go so Is Dlaced ASSEMBLY FOUNDATION DETAILS Torr. 4.r a xmmr o��l ,m CIIYPMU£CTIE13096 ote, Jan 27, 2017 - 3,2 P user: b) Flo, NAIF,eroxlnns FxDDF SIGNAL - c In $ o °�- o w g p - ' ^ —p ma= Ll- 1 �o CONSULRMS SXEEi No. MIR FG, CQR1 150 MATERIALS 8 " %u•+, -4 •`.. o'£IEif %T`3�.- ,'" pi f1"£^ Ef 1 e MO' Nan Incl Arm Lena+M1) PPI. or Arm EI.PI.t 35 orA3e40ACnnIgly0' p5 7'-6,1" Is' Nonlnol Arm Length,B'-6"I• 0• (• , — 1o' (.Y,-0'1 Ann Pipes A 6 cr�1021fi HS1M A53 Cr. B. A501or AI mB �LAS-F Or.So®� 011 HSLAS-F Or.500 s#rut C Ye •x 2• Mln. — Min. stratghfr // Minestraight Arm Strut Plates® ASTM A36, A572 ...SO IO. or A500 vpp 2" Max. Ien9M 2• Mox. Mieo. ASTM Melgn°tims « noted g PQ1R 0. P(« �(6 °clvvnl Removable plaid. �� Ze atrytx z•-o•S / • uln. !Elul' amp m g = /tort "rut B Me x 2 M,n. 2V1.10.40. Pipe yolvaMie0 metal°cap 0Olnmelonal Iimlf. are °Ivan to show acceptable •-3•S h• Mln. variation In design. All or a FaMioa+or•a Drone+ton Si Y (� ';* le. ILEA •�" lima B�e a. I N- N a-�n N e } C 94' / 26"S%" Max. 1 ,n. O N } rut It Si,"x 2' 3'-oS y" Max. 1 °ulor ann IengM moll M1o« iM dare O dlmalalona rlMln ape°Ifled Mleran«s. = duBai - ' x LA-t Ail _ h/ I R SLH 90 Plpe 1 7/e" O.O. .,/,.:," L ,u p/�(�/p//, Min. - / �/— , J" ®A oT iM mvtxials let.d far Dlatea m°y ba us.0 ravings m nM .pwl4y a ponilaular ASTM �. LA -I I rrr \ des�gmil°n. pp � _, X - _t • ©A576nmustheel sortablefor N rging and s nim nmeet °f ; y' SC 0 Plea _ ee 1 JS kel. alq elongation In 2 Incnes o4 22 porceM. IY."o. D.` LA-2 ®ASTM ASi2. AIOOB HSLAS-F, d A1011 XSAS-F may �/. r ' ' hove M1tRT Isle I}r;i47utaInM nave «a elongot on roan iM grade Indicated. 8—FOOT LUMINAIRE ARM10—FOOT GENERAL NOTE. LUMINAIRE ARM 0eslgr confonms +0 1994 AASHTO Stanmra % • - A307 Bo +e C Vz' D'a.Aac Bolte 2 at Io-° soon alae 2 at 5. o-o each side DIRECT ATTACHMENT spaalna}lan. rar s}ruatgral swear}. rar DETAIL HaNnwem eunanrosretod roF°o NSOIM ls 5«.d a 90 Plw a 1.J p�Dst Ta°+ar. CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services 4 Dolts ...hers M 9 look 4 belts 0 per elm. 7 y snare per 9 Ica clary a lonetl fo apr} a fio Ib. Iw(naire = r tinea?ap fmfefflaleroon}Itoertab «t ft. iUOI ar« « Materials and fabriw}Ion Mal I be In edaroe eitn Item 88. TraPTi° Slyyml Pole Ilea (fasll' mtl rIM }roe details. N �eN 5' Apprw. - ENC neirreln7 1 ie enaaeaaa�ll raraar° apprw.d as pro«ar« M(Pn 1M Fmrlcator mut opbetoaln lar M rmraa}lan. In Ma m««a of I Olo. Xoles- IA• anallfibadwlholm Ma to PrEn ssgcearal6y°ne A / \� /// %• Ola. x 1 %' Bolt I3NpTapped %' Dla. x I y• 325 Bolt X obta(nmle In mmol fmr(Put,on prao#I«. Dn e a rvlee notM a '';'''''IgE'''' o?*'n In a�oIgE''' wltn gtivane5etl Ela _'•^j1 cl Rl oaAlp x 6' C x T' 512 GR So i i A36 Ix Isla out • Field 12 per Tltf ingl 12 p (eld out �x (2 per fitting) " _ B ion em • von Dev(ation from tM de+ails ash dime ... In P, LA-2 I, .. _' . LA-2 roe IIM CLAMP ATTACHMENT A CLAMP ATTACHMENT11 DETAIL NO. 1 DETAIL NO. 2 '''011..' IIIA% �' �•' jgie in P f ria Itl _" k N iz perilt+,nm I j" Lip ,p �' a°oeW°tiian5, _— % �iD shown herein require em 441, Ion ea shop duras s pl Tem��OO with Item 9910 'Steal Structures . lg« are not epMele. n pole mpl.x n++ aMpp road wee `T5AseTMpeaA as itla °eno/`+ i°W .pmlerw e ra :let YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) TXDOT SIGNALIZATION STANDARD DETAILS (HALF SECTION) (HALF SECTION) LA- LA-3 Gla. AJOT Bolos LA-3 , fi, z m a w• P-c <xn ala. 2 %• DI! A325 Bolts look I bole.re Ann alwlex '�% Pale Simplex =I^m Arm SinpleX analVbe re teems Ifor°° :role plane. ot r Pole Slwlex 2„ o ° Approx. clap tachment le speo,fisd. the Fmrlaator Glrp aeeerbly aeawel POLE SIMPLEX DETAIL t%',.',;:,°.-1,1 iM lopor,an .naM1 an i•ne`ohm: 2 look per of clam. washers per olq. MO8 UPPER SI,PLEX FITTING UPPER SIMPLEX FITTING +b alar lis° are ordered o eittrouf lavtar Mal I eM1 one upper and Pros low diary aesMiDl together m a allele 5• A••rox. pwkage, lowera all nuts ash.o.ere / � / y = Af\ %" 4„ reaulred for the clops and 31.10X finings. ,�I = %' Dia. x 1 %' ]25 Boli y " Ula. x 1 %" mono ' ]25 Bol} per I`� 7/e Ola. Approx. swt e(o P(pe� MIM /��/a lal�ri/✓/ me clam �I"OYetl x 6' �} ' �aeowa (2 per peW°...ins) ViiTexas DCII= Ili �i iz ce"Otte++I1y1 O4gar/mmMG/TrangatgNon STANDARD ASSEMBLY DRAWINGS FOR LUMINAIRE SUPPORT STRUCTURES L. : 15 0 ,i5'/VOW' 50 �� 715 GR SOLI Arm sMpl.x Arm simplex 9i _ _ LA 2 i� A • I� LA 2 CLAMP ATTACHMENT CLAMP ATTACHMENT LOVER Pal. vwl.x dry SIMPLEX FITTING LONER Pala slip, ex y,,, SIMPLEX FITTING' ARM DETAILS LUM-A-12 DETAIL NO. 3 DETAIL NO. 4 (HALF SECTION) (HALF SECTION) ®TmD : �'��« v �o„ ,. h' Ia w` �"� w ""�� SHEFT187 P)222 RFCORD ORAs3WG NO. STR-899 SECTON A—A SECTON B—B ARM SIMPLEX DETAIL „e m,'r re„a .",I —P.M-/E13096 ote, Jan 27, 2017 - 3,2 P user: b) Flo, NAIF,eroxlnns FxDDF SIGNAL - ote, Jan 23, 2017 - 32¢31 Umr:b1 rl+. laararranInm= ixani S[SnnL - mannan 8 e CONSULTANTS SHEET No. MI M EC1: C714150 ROADWAY ILLUMINATION LIGHT FIXTURES Fixture Ronin: 1 G & Sockets a "xwx J `4 ++ICI y £Bt �� m g . Fp yen" pg _ . A. Provide +UL Ilstew fixiuro aultable Oar use In sof 190otlae. Enuv optical eamprtwM neNa IEC S+aMrd P. Dtwim +UL ICreOI hoes Imry a90kals rated tar 600 V, 1500 cot em ani Metmd a 5000 V pules. Neuf +UL 496 60529 -Ip esu. Pla asrmawnt 5aMt Ineld:4 .1g. iMiwtin9 n' ra .vete +uL, IP fi5 optlaal, and chore date aJlramnta. In -Ism hep lam , IM nlaMl o oY aJip eve 9. can.f�raai l.t�re hw4i�>alia�w fro wattagerequirements. rorel wia a ii'np maimed m . we stake[-pyated sapper alta tri',;:, ase , fa fM eri10 a mar tram e6x sail -few al. aaaf Imimm. PraY1a. rtxtsre ..a ho asnfw+. Ina tO 0 2 -in. Dips alio 1,gde rMh 0 - o + ter amA3le or a Nmmnte plea r mini, ,earese Q. SuPollya md-secure) lam. inrpredea a fixture MPS, wet the foilowing3 triol producers Ila+ of fret level. Meet ANSI 136.31 3.0 0 viDrotim requirements. reams m x . loved. C. Af+ant a level bobble to Me fly,. housing. Enure thelevel bubble la seneltive to 1 ee changes In hewn on the Plane. No alte000 havesre. 'IT4'gm ai any point wiMln 5 mmws M int level Dasirlm. Eneuna the lawn bobble le clammy vlelD la 4rw 2. Average ratan Imo I4e 30,000 4,e la. 6aspm90 xi level i#Im a4 4lxfure. q• FOal1� ,,:rg sod -Maul. airy O4bueab le 42 1240 as rallnyezpinWlMsd t.. cycling. Enure level of ... 4M grceho ed 1. a 50 ft. effect, project. D. 90 not leased 1.6 aa� ft. ng photve 11 reseed area. 90 not t!. c 60 Ib. maximum weight. 5. Neel fM F 11nia1 Toxic CoEaroMrie+10 Lesoaate Prceeere ITC ILPI Ilml+e. E. EmiP 4l xture with a 3 -pang photawl I rawpt90le with ahertiry cm Installed. F. Pain+ Inatae a4 4lxiure I In grayy, whm inial I ily on wlvanized poles. Fr a3 Other 4lxiurea, Perform .= W Al Y e�e�// em� 's u.sr g _ �� aCCn 12 palM +o mvte,T14,:":':',: o4 fM pole as dlrwted Dy the wpar}meni. O. ,the fol Iwing ph0tamrrle re.Irements wing 003 "9d p0etarotrie data and photdm+tic data ob+alned by tasting G. Eee a iMmpeat pwdr .oaf eyeiem. Enwra venni even. 1000-4,r. salt -spray feetlgln aaardmce vIM ASTM Ba, i. swill flxturee. olvmt In aaicordmwio with with ASTM °5402, ...word Prmflae for Aseeeaing Me solvent Reelatmae o4NOrga TOE 1 50 Wain a arm (underpass, mounted Innaire. Abet IESNA Cutoff requirements. Provim a minimum inteneliy o4 0.20 Coatings Ueing .IVenf Rube." n Meet 00 mope'lyy° rsotangi lure IevwelrOu00Ie100:0 tt. Vie. tMimSdpol Mot e1Mery I anyeyvel 9oosotit5 eur4xeoarea. H. Fabricate braokete, nota, Dolts, washers, ballast tray, and parte from stainless-steel, cr aluminum uo not exceed 50,1 maximrVto minimum horizontal 1l luninanoe uniParmity raflo vel Min Wm...maulerarea. of adequate thickness ail approved by the Osoarbrent except rM1atl 2. 250 -watt mast arm mounted luminaire. Meet IESNA Cutoff remirenenta. Provim a minim. Intensity o4 0.20 foot -whole wimgre arm Pob Ina tr,171E a a ring 190.0 mr. b 95.0 4r.a soh. 1.1 roDerlY Ina level poet+Ina as Inwicatad on the nt eliM1er lora Ina of int eurfaw�rwi Ensure Imp ilrtei„itle0s ola� a Ila Men Instal litg• ra le 4 . In frmM eloP MIs teat. laYY y.5 +- w lsta in asoorEmoa rifhmAST)I AI2],aI'AI53rllorr�63� w4del veore M cwt re a le InifM ape ei#tan law lrobWble 9�. �1a. move int mitlw'72,2°'111r 2. Glass retainer corn ng atlas may M .kingmea sem gal I amlzed s99 In ...once WItM1 ASTM AIS]. nn arty ty. ft. Interval alma Me ice n. 10.0 r+. +O 90.0 n. on .1h 20i la °,1,-;41r *.,lire ma Izawrltal a minim. w at n ty err. alpmqq Me Ilne.Oo slot axceetl 2011 mmlmm-to-minlmm Dor1x 3. vIde Pro.. nylon throat or which approvedethe Inking means 400 al I etalnls¢s steel note. In+enl+y o4 0.30 moat-ra ratio rum. I. Provide had al ,nun reflectors l lee which meet the fol Iegbal ll Iminmas tunIformitymounted e0ual coating. 3. 400 -watt mast ave mo.fed 1un110ira. N IEb5N6 °heft 1naulramnMed. P0ovlde a ming r Intensity at 0.20 foot-candle ed to wiMin fM wtangru Cutoff 1. Dol lobed alumni l cto ., except pt t at,Algal,when 2. r, hot paint feel wrnte, except that, when aprowd by the Englnwr, some surfaces may M painted wlrM1 922 in a rwfmgl ular arw 100. *fl9 .220.0 if. Y 41. r r Y In a even so lilOn ae Indlam01 an fM 2. Mite paint. eve boable 50.0 PT. idsoint oe ee oar q alae 90 arse re 4a ddoe are9 Endre imlt ,than l+tee almq a Inc 3. Raefleotars may De one plume r segmented w follows. parallel to ant 30.0 4t. In Prm the I.QQ rive o4 MIs rocimgJ laraareg m not decrease by more than 0.75 toot -whole One place refl wioren In airy 10.0 Pt. interval Img fM Inns }run 10.0 ft. to 90.0 4t. both eldee o4 the Imminalre oho provide a minimus I. Seat Nwimetrl0 caryariment Dy the ore oP a seamless Cr vu10ml2. army al.ed-cell sl ltome gasket, In}rw1#y of 0.30 , rsrMle of amq palm} almq fM Ice. Oa nM exceed 20:1 nmimm-inminlmm Mrizmfal int matMd approved by int 0rpa-bmrrt. it nun,mann uni4ami+y rutin riMin Me tea+araular arw. 2. Providea non-aw7wfable lamp socket mounting method so the lamp center Is consistent with Me s- Enure phoametrl0 data la o pTI'g nt 4041 fixture g Tll,V, Naim pabI 1,Z photam0lc dant la' aper ed pMtomtr'e re4w roprfa aubmltted duning the DroawllflaaMon rocee¢ as rhe ryDi901 photaneirlo 90tput Inerwd o4 puDl IMed dmaJ 0. Se .*heed retlwtors: PoI lows: 1. taab semen e a DOM arae (0 ail eite eiaee 'P Me are eaJare) of Ma wgmnt M a rt Id int of moximm candela within 5 degrees M1rizartal ly and ver+lasl ly. a lunlmm el 1l plate and aide veal support aseenDly. rSeal glass leve to I.a Prone wIM a an D1wa . Maxim. omdela rliM1ln 20X o4 puDl rt mmtin+m ooMel a. lea.I la� gasket. 3. Fiztra 90*Iclmey wlMin 100 o4 DlblleMd 0* 101ehoy. EOuip +M o�lasl are wt+h a lamp support in addition to the lamp socket M ensure the autos envelope is 4. poalf lona ed. J. Provide 5/32 In. thiole fhiok Imin.l oleo' heat +33,310040 or b0*03 00ie Blare. r C leen CcmtmlwindrnerMieheaar10Ctin snEaraaexltito, Elcrical TettyngrLEo2afa,ierorFxTYaNu°°waRTLt w g 41 CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services - b K. Meet the 401 lowing hal lost rwulremmie and wase testa In accordance with Test Method tax -1130-T, "Ballasts of 1Asrna h10*lJr oalpmen+s 0 rainless , r aluminon tray of adeaate 1hi Okness. 2. Provl. aofixiure wiring.. as removable ballast. capper would magnet, regulating three isolated sol I ballast. Iwf. 4. Prwlm hal last foots between 0.95 mw 1.0. e. wo.hen fM alrault ventage IMlaated m rho alma la applied, int hal Iter inpu+wattage d,rhp 4lwteee'ne Pe fM #Z #vel#spa a4 p ua 10 rnllnol} oho minus 10 pram#, m soh exceed Me Pol Iwl10: D. 490 gig for 2501 waif nminal lamp 0aMn0 552 :gig Oar Ina whet nminal Imp rating 6. Wrinq T1'gtwfim o4 Me +eat veMme o4 plum 10 percent and minor 10 nrasnt, .3 ore the lamp whom I Wtwtim mw trot axwetl a MMI of 20 ceromt ant hal loaf lmintalne Imp watMaa wiMin Ma faI Iwi10 snit+.. 0 WONT. minSiWafts noxi�us Oar 150 war+ llwin9l nip rohlnq D. ITS WOMB nil sS mho 3T0 Matte maxlmm Tr 250 watt nominal Imp rahlnq o. 280 Watts minim. oho 4T5 Mafia mmlmm fr 900 Want .sinal Imp raFl10 T. 90X re Me ballast power fao+r, when tasted at oiroult voltage Indl.ted an the plane, la not lees Mm 8. Pe,mxnently and clearly mark ballast r fleture to Indlaate sol lowing, D. Catalog amber Rage rating e. Conwtim diver. f. �ULulisti mn1gqar y L •ElsoMmiol4".1-7 ylAim a4 X jr an mill -1.' ZW4 250npo+r LagM my Aarembieroaoordmw wiM Tref .+MO Tex -114a -T, 1. Provide a el -my -Ina Finn win.0 volts minimum, 9000 volfa mak... Sheet 1 04 2 00th I90.,, nlmm aP 0.8 mlaraswmde at 2250 Ifs. pulse 'c'.'11,19':4,4"1111" - YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) TXDOT SIGNALIZATION STANDARD DETAILS is Enerr MMe open Olroutf vol+ape to eyol irwi+vel+ogee oasara a or greats Mm 90 percent o4 pwk ape* 4. Ener. 091,, rope+Ifim rate 10 a minim. a me Per 0101,. a m of 0. 1TM argra bolo.). s' Dire+dilnw°utwpulse a. after a°minim. o4 3nminutes .d a mailman o4 10 minutes If the lamp falls to .tart. m. Do not plo nip flnlleneelay ole mounted lminlrea. For wall moult r unmrowa mounted lunlnaires, provide 09 2 lila "-'n°1 lack f w+luny M p wlrae 94,141 wa gn9 anlr9mnta: Pr Iwsla+ewa ll1O Glary p0rceyaln, pnmoli0 w+erlol. l Ewra phe10lla temninotoala Peraf .equate N 2. Fabriaotalismiwle framm nickel, °tn. plate. brae., r aluminum. 0. Eawpflxfurr ol* 000 www }.0140 In 000009010. rlM 9000 rwameho.ima. Ice M arw ice +o ice. z: inial wv on me terminal oirg2w pepsT)menFd TTgnspaYwl7at Traffic M'atms Mak ROADWAY ILLUMINATION DETAILS (RDWY ILLUM LIGHT FIXTURES) RID (LUM1 ) -07 o p - 2 'a [ 1 io mTmoTP mm m.mme w.1.1 I. we, len. I.K. ave, m.'" SHEEr188 a) 222 WORD 220- NO. STR-899 ,r c'''"5P" "` 1241 CNY PAUkCT j E13096 ote, Jan 23, 2017 - 32¢31 Umr:b1 rl+. laararranInm= ixani S[SnnL - mannan o w $ _ a o 6 _ - . ma= _ �o� CONSULTANTS SHEET No. MI PROJECT. COR16150 _ ` � „ _-Jam,'• p� '£W £BT�„,- C( 3„ t'.. ® e,„ . 0° c Pres plif,00+IOn, T. UM Only pre-WoI Ifled 4'xtureti. No alternates MIII be considered. I. Only materials with approved proaw+ codec or Marg... from Prewal'fled promwere are accepted on DIM. The ronefruMion Oivici0n Trl'o G4 fM taxa. Oepa t ef rrro,TrlM'm ITx00TI moinfo'ne the Ontario' pradawoP Ile+ of appevad bus )near pr.uoe OGWs or Mel Ona*)Ons. Ues iM Pol Iwinq wbel*a +o vie. ale Ile+: Mipn//www. Mt. state. tx. ue/Welnees/pradueer_Ilet. rM U e r petal )tied morarpal datenM',.I ler. the cmm0tor of *M r.epmslbi I1t to provide mat.rta l0 mar Inepec+edcandltesteed at any *line mlE 'may lbe'related 14 not In oompl lance slit ithe epeolfleatIons. Y M 2. NociNedthc Deeaon 'olea4.writing as to .Ich fixture frau the prequel Ified Ile+ of approved fixtures wi I I be 3. To haaEm a fixture Ile+etlm pre-efal if lads a. i+ 0 . ea + armoire and al I pertinent data Imploding puel'eMd photometric data d W� and Dom sides ef 'm-Gveragstl• doROI fo:an epMIY *sated aRF 11 data )IES format, both tin, TX RlverciM Dr. Austin, T% rer04 b. Demonstrate 0 commitment }o waliir. u '++re following ...mental -ion: `� i. a/�c proarm do0men+a+Ian with ref following minimum retirenonral oWritten statement of the aarymie. DA/OC p1'ay. . CIA/0C pereOn exployed that Ms gonna! OA/0C *raining and has 0A/0C ae +Mir prlmory lob respanGl Dllity. esti+rap procedure epeairlaally fcr handling orders far rixrures bu'It *o INDOT apwif'catl Ons. ® d. A written prpcetlure Par keep'nq *rook of Pixturee bull+, der*Ifled, and tested for Tx007 orders. e. A aMak lar w rtnnres for rxODr rlxtaree with OA/PC person MI/nature. SII QI QO 111 © © O © © N W 1] " as - P �_ eT �� „,, a �a �a� 2. FI 65 a UL wrt, Mecum _ii„, _t. S.r ,f,aa+tm _ G 5. 33G o r040cM1On D —N Ina meting at pini analysis 0 © Q 6. Spoke+, MOV, and shutoff Ignitor data Ground Rad 0 GrtM R. Stainless steel and aluminum brook. data B. Ballast eleo0oal data 00 90 PLo+aetr'c data FOR THREE -WIRE CIRCUIT -CENTER GROUNDED FOUR -WIRE CIRCUIT -CENTER GROUNDED1. data 0. Preauoll Martian Porgies, If approved, wi 1I not be return. to +M manuf00+mar but will be retained by the LUMINAIRES SERVED AT /BOV ON 240/400 VOLT LUMINAIRES SERVED AT 240V SEROR the Deportment far 0 arlPan tasting. Ova a fixture roe Men approved, da Pot Mange my material or FORVICE I20% 40 VOL)TASEERVICERVEO AT 240V FOR 1240/480 VOLT SERVILE) Pr,ar approval of the Deportment. mapproved changes will result 'n rejection me+a wItMW maes uring M of ma e. In deaitlen, lunlnalres x'inProti:een+edwiM caapi lana. with MIG apeclflcatlOn. Mer'lres Oa- inn-h:""nt'Y pace +oI ng or gel pro+are+ria In4amw Ian will rorove an a pre -qualified i41atllicit at the discretioDepartment.Department.tliearetla4 the Department. .5932.11.01E U. Sample In aoaprdmp with teat Me+Ma Tex-llta-T, •soryling Liyn+Ing Aecero l,es.• NOTES* 0egufga ::ret 01.0 010, V. Replace Pal lad mxiurae, Men nm-oppeerrab le dJ5 to Mf15s 1n .0rer00 3 or workman00ip flim'' five years of Ire*a1IMI0n ° Ues 1/2 In. -'3 .0 threaded, copppeerr or+In-plated copper, pole with a fixture mar pes I iaefirq, Mlivored to the project lection. Loup and phoftal la are auDlt} to itw warroMlae Dmdinq tanLfled reMa apo romiatore fm both Tiara. a Mlr raepes ire moWfaaeurere. ®Q Ues - al Ified BradnaesypCanreatore for boa T -Base and Shoe -Base Insileailme. SIDV1GO IQ sp1 i+ Bolt or other 0ameat0r. W. COnto* elettrloal tea+Ing regulr00 In the Bal Ice* motion. Provide photame+rle tea+lig o4 4lxturee. Test fixtures ® Ues Grouts Rotl Clary IIC3. Oar Iia )rioted Pur"" Me fallowing rates. ILe. tngrete, 7 bur'a1...1 I. ManufaMuer Testing. Before fixtures are Mippd from me manufacturer, test fixfires as follows. F 0t Nl nary aeleM are .tea texture o4 ear 25, with a minima O 2 and a px,mm pe 5. Tee+Ipganufac ser m of I I y. dent teat lab inspected and approvetl Dy TxDOT. Elztrlcal tee+lig IIIA M performed at S 000tr,*rl s fool I ty. 0. 7,81 a. Preside IES averaged ie report In two asymmetric, fix 1, itStandardl= avertma Pshowi for both 100mio rixtures. 2. Un-avxag00 Irma, showing Do+r sides. Lin -averaged pato may M eupl led In two ii les pr as approved by 0. ProiVI eleamltl and pMtmem'a teat dots d'rtfly m TR-rE eleMroni0l ly far evaluM,m color +o srovide fixtures following +l* proles#. Do no+ a rep 4lxiuras uMll +ea+ da+o Por eat Io+ Ia approved by TRF -TE. c. PrwiM iM Inform—Hon on teat repo,. I. reDControl-Section-Job nuibor, maintenance *trap* number, or purchase ordernumber me fixtures are assg m'auefix., + r per fixture, 3. date of 4. mililes ouracture, pltt and lot fixture free. d. Write the miaue lab report number010 On the tap of Me fixture rousing weir permanent maker. Ensure the test lab retain the result/. for 5 years. Provide the Department atese to documentation. e. Retain records of manufacturing Iota, test reports, for auan+l+les, uhe other pertinent deal le. Slim'+ reacrds to the Deportment mon request. Street 2 of 2 f. SWni+ to TRF -TE a dal lr shipment report for sh'pmenrs to eat job. CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) TXDOT SIGNALIZATION STANDARD DETAILS oductIon ofkfixtures foravallable tusexDOT an De00 ant proJecrors upon e, Inventor . of flxturest, all eefpr00uoed tonvolved in the 0epartment .pelf ime,Texas artwre de o4 rMlxture testing mth�t aoilnp. 2. Dep n ea porting. test reports will be iccusd In t0areawe with Tex 1110-T. ry��.,��� apartment of Transportation TNf2 Ma'a100OM2'm ROADWAY ILLUMINATION DETAILS (RDWY ILLUM LIGHT FIXTURES) RID(LUM2)-07 ®Tmm.M.a ,.0-1-- a. —I 0, i� ' sHEn189 aj 222 RFCORO 0000001 NO. STR-899 •:s. awn 1-- 1201 Cay PR0IECT j E13096 Met Jan 27, 2017 - 3,26pn um, b. rlv. 0,11F1Gratinp0 Tx00T SIGNAL - Ts -2E-0 ,axed e W 2 CI a p _ -- o CONSULTANTS SNEEI Na. ENI PROJECT;CgN16150 Cv .w.. < u4 �35•v. .' rB ia Ew •i art 1= e f 'S St I° PVC is Tel Service lU' MINIM, PVC is ElectricalService'��/////// � m Controller ' y Cabinet d w. Grant 9m • .ti iBeo-11el if YalM w. ►—r :111111 Y ;- I r a iaa "Fa iH VIEWaTmlmgil IWeesTOP B/ I °• I• lpi,I1,1 (Slab &Base) ALU �E Y 64BINEI ,N Y, NI 1. 4� li 6 P/' YI°i.0 PVL To Electrical Service �� L $@. IOB'th U �- U _ — _. - r--- I is ieleaNve Sarviw� %w•wrec, Rewltra.4Pm YIa 45 $3 E1 .: ail t0 §# P i i 1 5 .5' ]' Cadulte SIDE VIEW i051pwI P°Ice CABINET BASE (Slab & Base) CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services 44.000-18.000—I • 40.625 Eh g_S o Egs w L R_Y, e Yeell Iva Nate 121 — �' 1" X 2 Grade 0BR0UND (50) • YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) TXDOT SIGNALIZATION STANDARD DETAILS NES; 1.O FULL WEIR CONSTRUCTION. awe L n..."V" �.m ' o aNmla >6pPre 2IYw wxmouBB eBg, I ,7:1=1a m 9 N�pwq na =LPL"'ool pont I. Trot. signal bane (cabinet base) 0,000,0 lursb of 0.125 ...nun' AUb mill P^°b. mob. Lena fr M^>M.lM fret. —Ina w�a�oly specified In 5w -6A.1 Meet InN.20 CABINET BASE 0. (Omitted) niorri. to the dimensions shown and must accommodate . L... around rad trot <I www,..II..a . a,ldeJoitsa,asp In Itmelma > 20 lanl'Y n .Int.. a .I0, In .l I N. aw.6w «.. _3. .IIII x w ..m ea a o 750 Ca II., w... Unlevie � TMw,.�w.N.a a the»* m�`1.'°l Memel , I _ .,a.�m edge a I.de Imw..Miwm _ ...1 -al. a I -In Ince.. ,COM...ler°'"° Itemmi 31„�w,Ia Bochi°wi,flem'i ire »toel vw.tl ser°'v'eoe °�°n nllw. Seare cable rare to Me Wee ww............. mor.�.wio arrm,ne: «...Inm>1 11, m.,an alto m " 4 �,r'aPI 0.-1=1-=,trzE:'av,; :1".171.7.,.. ' '1=7I°'.?:,:r=7::,' i.w 7,:r. IZZII.tr.la.. 7r.1 7 myal1 .. 1 labor al defamation. ....,°�°I..;m.°'vl.« moia'«":I0,ll.l.4.imv:"�n are,alw.a® °" o w w a I m N I.I.rbyMr.narb.n...e.I.el.. T�1 =.. I a�1.uI�; ll:1 Orr.alIP1.....=1:11",.z. nalarmar w6w.wMIXET, 6 .1 ..e.trhe aoret.e v. a atl lame oaulk ......adta. al. per 19. Anwar Nw confroi 'or owlnet to ma bme mine ear staining alsel 1012 NE cel. el lloone QUA b. afoolfled In ,,•, w.xe,w,w 22In Texas Deportment of Transpdfa9on r Bad onaa> oNr rw TRAFFIC SIGNAL CONTROLLER CABINET BASE AND PAD TS CF 04 0. ara..calom et«.00ntrala`.palaa.ba. ta ballbe . cement Mme.I. boo. In place. mat .» Z. .Ia w 1®nroans. n.a, aa,aarIT,I®r Tae SHEET 19O 01222 800000 D00_ N0. STR-899 Tsar a..wlnlrr ..I ua o. 132 1 cm, PAW[CT j E1.5096 Met Jan 27, 2017 - 3,26pn um, b. rlv. 0,11F1Gratinp0 Tx00T SIGNAL - Ts -2E-0 ,axed ate, Jan 27. 2417 - y2 p Um,:b.J rla. N IParaxln.z T%DDT S[ON.L - Mn -01'0-1241, L c w o r w L e _ =o .5r.aya. • _ . ko CONSULT/WS SnEEI No. MI MEC, C 16150 ITi %t IW�a u pw t `' a (`e<, � l- t••allunIn0zmfelan2blanki°k [i� 5 GENERAL NOTES: int ndinse of TxDOT sponsored S� .- E t 3 No,niirq elmp �1, Saddle nmentlny U-Galt cru Irun'°.03Ainhm9 � I y" 11a. Tubs saddle • OaminO R 5 -e I /¢" tl*a. OM1 aO Serwrer meoi+ army St I • ae w°EaneetM ^nerollcl le f�mm �eresoa°r' in d fMona!at + e d vie�niionea,a�OBs iaue�Oamrnmige.p vertl� l°n details mac reduce the effwtiene., of a daamin9 viw. W IA ; W WV 9= �� �a -^6LL 3 " $j 4 1 Eaal spa°ae 3 Is,p//: nipple Ins, blank) fordampingl conform shal0.l 26 ?itaccordance'.Itn Alou inyLcoation[ tiny clam II `I Y' I 1 y.'J I , Materials �e Ma piloailaate las,oun la .abl.l q ofor mast mm mounting clamp and tube saddle shallIns, oast.. ar aluminum alloys tin manufacturer, s ipulati°ns. Ing 8e gi!a #E- Mwrtinp clmp ( ! :n_—_—_—i+'F _ __-='-.5-4�I�-_'a-ri.' .ITI I'L _ ;Tl _l_ - ISl �n I/z' tllo tubs fit saddle-) _ _ 1'11 Mre+ am - 41Ir 6061=T61ar 60 1. ad cwpn Sall bo ,°,'0 nInum al for 6,o 6 or 6083e ` Dan an? Ira°.e '"�t dmP we+ min�mm y1a d .;::,,o°IM1 °f 3s kai: lymmll p Inyvlm.aM1ail al,crl:a,tallre poei mce.ei lalo Ma.o.fhoown35I vt. M �I a IreEN I ma�ov re's pl+mol f Daminp R Iunirrun plp. ren+xp a+steno') ,zre.gY,,. , upparttro 011e eklal, nxei e s,0 e pgfrE ympiny f .125• t°k )nun PLAN me alignment ver+iwl clearance reaJiranm+a are o acceptable. .+I�la9oMd mepry1 viin o tie enalp izT°n [ranmii5 s alvmelzl,p'. standards Ikeio' esrlprya applieaNls 51.10 dlmaalm CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services eipn play) "..ernllaa _ xln s Vented bock plate 5wefar Il IIS 9 Gel TT". So...assert Spaol UU° • 6 hI S t Sk • dla square head tion polls boteew dmpina f a,d1 eolfso SECTION A-A I I1 • (Sheehy standard p cos er, of elynal head Ma' sa aura d bolt 3 nonhieB clam. - (xov,rlrp elms, U-boli la not shorn for elorityl µ• µ T O reln9 -F6 0 I umi•num roarfl,p , ��—__- _ t :'dale ampit f .125^tfIok 1 sl0! al°nkl SOF'Ql* �\\\ _, k\\ tcotub. GGi 6 %rne NII * I V dawlee 5'- Ema�nO 2 o:0°,,.. *0,15159 plea .. ` r �� p ahs w M1eaag (T l yo tee.. pate- All or1-u",.- NI or a�pa INast n O "Do :n - a, xmnhlnp c Oma: 1,n:' Irr i e a,• II. � �: '� ii pmP o SC/ s 11 a uoiruniO fa°npeplftetl'aco°r YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) TXDOT SIGNALIZATION STANDARD DETAILS -- �j ---- -� esew nipple pw�nrmy �% u,lv.rw 3.a i %' TM1ebosd 2 SAI. 1eip�Nl.1 a� a,n mb U-bolt �II ,. _-,211- t I%a Thread. ,AC xa..i (`/` • SECTION B-B zna.lny empire plate arrw mend cSiaol ttwM1�; II� Vented book Dummy 0 head psok p100 ' plate 1-0 and .Idol assert., ELEVATION SECTION A-A Mhos.° alternate placement of Canal lead) Mounting clam U-bolt Is rot show, far lath» DAMPING PLATE MOUNTING DETAILS Department of Transportation , Trott, M"10b'a INIstan MAST ARM DAMPING PLATE alt.rnate placement a .Ipal M1.ad1 O n�rii.wporNrp ae.amll. achieve r.Jl.<height DETAILS *901, i 05)1 e00)!ni°an°'9tete,plw Baan ie,eiiri ._61 . MA-DPD-12 .. (Duca cram ma le _ mm III 1, SHEET 191a 222 WORD Mo7N_ No. STR-899 e•to Ia= 1 CNYPROLCT/E13096 ate, Jan 27. 2417 - y2 p Um,:b.J rla. N IParaxln.z T%DDT S[ON.L - Mn -01'0-1241, r• SIDE OF POLE (STEEL) MOUNT R1 0-3e SIGN PEDESTAL POLE MOUNT NOE; 1"Z7oZTMEM17.2.rrau0r0=.'"" ZocanT,.72'sort,,cr=EAr,7' CONSULTANT'S SHEET Nu. PROJECT: C01914150 TRAFFIC SIGNALIZATION STANDARD DETAILS SHEET 192of 222 WORD MN% No. STR-899 COY PRCVECT / E13096 ote, Jan 27, 2017 — 3,29,an Use, b.j NAIF,Drar,Ings,XDOT SILNAL — SGNLIO.dwg =oo0 000 ASTRO-BRAC" MODEL AB -0635 STAINLESS STEEL, OR APPROVED EQUAL 0 IN. 6"x6" HANDHOLE HORIZONTAL SHALL PLAHAVE MAX 0.2 RISE PER FE) END AND CENTER SIGNAL/SIDE OF POLE MOUNTING DETAIL PEDESTRIAN PUSH BUTTON * TY, 6'P0'ICAL: PBOBOVETTOMSTREOFET GRASIGNADEAT AT MINIMUM PROPOSED CLASS A CONCRETE AEON R ENFORCED WITH & 3 NOTES: I SIGNAL HEADS L BE LDMNEON MAST ARM. MAINTAINQL VERTICCAL CLEARANCE. 2. CLAMP AROUND AND SLIPFITTER NPE MAST ARM ATTACHMENTS MAY EUSED. WITH APPROVAL 3. REFER TO INTERSECTIONPLANVI OF ENGINEER. MATERIAL LIST FOR NUMBER AND LOCATION OF TRAFFIC SIGNAL AND PEDESTRIAN SIGNAL HEADS. PLAN VIEW APRON CONCRETE ELEVATION VIEW APRON FOR GROUND BOXES ( WHERE REQUIRED BY PLAN NOTES ) VIEW A -A COVER SECTION DETAIL GROUND BOXES SHALL BE MANUFACTURED FROM POLYMER CONCRETE AS CALLED FOR IN SPECIFICATIONS. 2. 111,MINIMUM c (iISIDE DIMENSIONS (LXYXH) FOR TYPE D ((1)'x30`-; 3. RPM GROUND D BOX NGSHALL E W BE DESIGNED V RFOR A 120.6000 POUND tN ACCORDANCE WITH AASHTO SPECIFICATIONS. 0 x A 4. COVER SHALL BE POLYMER CONCRETE BOLT -DOWN RAFFIC SIGNALS "LLB P. A GROUNDING LUG UNDERSIDE NC OF THE COVER. FEMALE SCOVER SHALL BEEBONDED D ON H TOGROUNDED ORNBURNORY02LRCONNECTORUANDRSPLINOETR CONNECTOR. 5. THE COVERS HALL BE PROVIDED WITH A DROP HANDLE AND SHALL BE D DOWN BY MEANS OF ONE OR MORE BOLTS. 6 CHPULL BOX SHALL AVEONE 3. x 4. APPROXIMATEEACH oNS) cO P EACH END. Z. THE PULL BOK & COVER SHALL BE GRAY OR BLACK IN COLOR. DRAWING ARE EXAMPLES-ONLY.&PULLLEBOXES & COVERSR SHOWN ONS OF OTHER DESIGN WHICH MEET THE REQUIREMENTS IN THESE NOTES WILL BE DEEMED ACCEPTABLE. 9. A MINIMUM GRAVEL FILL OF 16 INCHES SHALL BE PLACED UNDER EACH GROUND BOX. 10. WHERE INDICATED ON PLANS. GROUND BOX WILL BE ENCASED IN CONCRETE APRON AS DETAILED. = 5' MIN. TO 9' MAX. PULL BOX DETAIL cryPE a,c.1n1 CONSULTANTS SHEET No. MI PROJECT: COR16150 TXDOT SIGNALI ZATION STANDARD DETAILS SHEET 193 Pa 222 RECORD ORANWG N0. STR-899 CRY PRGnCi j E13096 otc Jan 2i, 2417 - 330p User&J EL& NAIF1.eroxlnez TXUOT SLOPE - 33NLI9,an9 STRAIN POLE DETAIL 'A' POLE • PIPE 1217161 WHEN MOO TRAFFIC SIG MAST ARM "ACNETVIO 0 CAMERATAIL FOR CAMERA ASSEMBLY CONSISTS OF COMMA, LIENS, ENCLOSURE, SUNSHIELD AND ORPCNET ASSEMBLY. CAMERA HOUSING RA OU BRAgtET THE 1/10E0 1 CAMERAS SHALL ROADWAY AS POSEI A STAINLESS". norv SUPPLIER. ATE V.I.V.D.S. CAMERA MOUNTING DETAILS 0.20 PLO OF VI ASTALUTION TO PROVIDE PRO CABLE ENTRY AND FILITPOINTS IA TIE POLES SHALL BE WATER TONT. (WIRING NOT SHOWN) NOTES: TYPICAL MOUNTING CONFIGURATION (OTHERS POSSIBLE) ELECTRICAL CONNECTIONS HIDDEN FOR CLARITY TYPICAL STREET NAME SIGN MOUNTING DETAIL ILSN SIGN NOTES: 1. EIGHT FOOT ILSN SIGN SHALL NOT EXCEED 115 SOFT. EFFECTIVE PROJECTED AREA (EPA) AND SHALL NOT EXCEED A WEIGHT OF 85 LBS. SIX FOOT LSN SIGN SHALL NOT EXCEED 8.7 SO., EPA AND SHALL NOT EXCEED A WEIGHT OF 70 LBS. 2. SIGN MESSAGE SHALL BE AS SHOWN ELSEWHERE IN THE ANS. EXPLANATION OF DESCRIPTION NTERNAL, LIGHTED STREET NAME SIGN IGN0R LENGTH, 6 SINGLE OR DOUBLE FACE ILSN Sign 6 S CONSULRMS SHEET No. MI PROJECT: COR16150 TXDOT SIGNALI ZATION STANDARD DETAILS SNEFD194 of 222 WORD Mo7NG ND. STR-899 CRY PRAM j E13096 ate, JA Ate, Jan 27, 2017 - 3,33pn Uses b.j Re, NALFArrasInpALTXDOL SIGNAL - Ad/Ass g R L i, 2 g ?, /5 W 11 6 W ':' B5 s! ri. ,"„-E. g 1 , L CONSULT/WS SHEE1 No Fel PROJECT, CEIR141. -., '" •4 1,-', , 1 6/ . A 11: , . •„ II gs .t71 Fl f i !IS '''i 'f..,9,,. . 8 ,.1 0 ; 01 i I ill 11! 61 1.4 Si -S• sto l'. .Ot .1 1,.. .1•11;i, '8 're'S GENERAL NOTES FOR ALL ELECTRICAL WORK 0.055,'..1:.10.:''''..2.%==',.:= .1..1''50'''00' '''''''. ' 6. PrOvIde PVC elbows . PVC con.. SyStemf. unieS. Other/Nee MOM On tee pions. Use only a flat, nIgn tensi le strengin polyester fiber pull tope for pul !in° conductors hr.. the PVC rio.uit system. When .1vonized steel ROC elbows are specifically .1Ied far in 2. Provide new cnd snused meter... Enstre that all materials mid installations comply with 1.. plans and any portion of the ROC elbow Is buried less than 111 In. ground I.. MC the applicable articles of ihe Notional Electrical Code 1NECI, TAW e.o.m. end elbow by means of a grounding bushing cri a rigid metal extension. 01100 1,9 of the concrete. PVC extenSionn ore pillow. on theSe concrete enc.. rigid metal elbowS. ROC or :::74:n:rtnfro'n..;-0:r:'trw4!;°g.°0metal elbow s not required if the etire RAC elbow is ecased in 0 mini.. of 2 n. ofy::::76::r.9:,,..z,0=;.,nt,,,4.:.2. 1715C5CP:it==elt7Xlert O5"llt: gire" ' ::(TenWiriZO:P:o.TrENTlisTedP!IetTCZ7'5 PVC elbows cre nalfeldlory to varlaisnia Items. / listed devices .11 not . considered an 9. When requir., provide High -Density Polyethylene 01DPEI corn.. with fact./ inst... intern. =P;VIr:OutletrrtlEtril;t2PPItteP.' ALpfable devices may have both a NEW and IEC conductors occordIng to Item 622 "Duct Cable.• At .e Contractor's request and with appr.al by C list1.i..ng.,.F:acult,y fzab..r;ic..at°io.n,,orar. p7z..e.'dr7....rP.4-okmo:orrnclsreeheg+iipZtinaOlVal nIyrrmelatteer7i1a1l, .equipment, cc Inestt a.l latim eIVx.c.epEtnPgVCtihnecatearlt,lheeed ucbfooentr .itiun. te 1IsH11O. sPuEEpncpsoulnriederu] biwtoriwethdeiotuhHtOnPEfo oocsotuncbedsyutc-ittinourstets ad fl of1.ror bcoProVeC-od luioss tcchsee.dsue.rdelNeuoles9ie0 r4o0thr ae ls.tOrmeonffsutilteheio6n0so6oPm2fVe2 1,t,:g,5500'SSO ns..pmno uMe rrMeroeuted DPwehweeem =g. ) , bln*.'or"11:: TrVinc=. the HINE ow.. to PVC Ice ROC 61.61 when require. ot 1.. 00re pit. Provhile 00rMilt Of the 616. On0 sOnedule as enn. On tee Diana. Do Mt est.° SunatItuten CCINNIT in. grOund 00.6 . foun.tions. Provide PVC or .Ivinized st.1 RIAC elbows as .1Ied far at all ground boxes and foundat Ions. - Pr-- - --- *05* *55(0)511* -4.;%,,,,,,,:,..,.,-..,:e..L.00,,,,,:ts :.:.;.n.v."', Z7n[1%?::7= tne contract 010 Me NEC tenter, tor.e wren..., and tOrque Screwerivers. Ensure oil equipment nag teen properly 10. Use two -hole straps wheri supporting 2 in. owl larger ccricUits. On electrical service poles, -.. Pire OH. . . ....0 on•nte.off etra. . Ceo.rly SiSed stainie64 Steel or .• din.00 tele service riser conduit. grhe assnti 0.ce . ,...... and.° as shown on plIn 0rdenOM the NEC. Ennis. all rastaill0 El OCOSTRUCTION METHODS 5 corquit. metal .14. loninifire. PM rretol en0106.. Cre banded to the P.Ipment ...ding . ooriductor. provi. pore.. bare cooper 00 green insulat. grOunOing C......../. .0.2 FON, 1. Provide and install expansion joint can.. fittings co 011 stria/tura-mount52 conduits at lory to the viria. bid itenti. I...v./ore, expansion joint.. allow for movement of I.. conduit. In addition, peovIde Z6Per=LIT6701:7cnd install expansion joi. fitting. on all continuous runs of .1vani.d steel R1AC conduit =05Z.ZZ.fe.t :.Z.I'..76 are externally exposed cn struch.res su. cm bridges 01 n.inun intervals of 150 ft. Shen reou.ted by the prOlect Engineer, supply mOsufacturer. 31/401fIcation Mort for exp.61. listed on the ANL on TxDOT, weissite under •Roo.ay Illumination end Clectri.1 90001,...• leint <On.. fittings. Repair Or rep1001 exp... Joint fittings Mot do not 011. fOr No su..ltutions lei I I be allowed for materials on this list. illOvelient at no exiciltional cost to the Department. Pr... the meth. of petermining the cmaunt of CONDUIT anon.. to h. Engineer upon request. 00 05* use SFLIC or LFNC . a substitute for t. required expo/Mon conduit fittings. 2. Space 911 co.ult supports at maxim. inter.. of 5 ff. Install candy.' spo.rs Men . ., .,...0.., ,..„ 0 0. .r.o.„ 0. . .0. *00.1,o, 01.;g7WP! 77,:;170Tgrg.31%,9r.7:,..mr;:° :n7I-.4,.n.==. n,',"g.=...':74.gml...7,7:::E....c,=-.,, rf,-.,.?.,:4,.., 1A-. girag:,5:510.5=7•50T197•Zir 3. Do not att./scan.. nupports dr.tly tO pre-etre/1SM 00nOrete .0.exCept an en.n conduit. listed unOer item 616 on tne ANL urcer "Roo.. 11 lunination and Electrical Sunni les.• specifically In tne plans or as a/woven by tne Engineer Provide oanduit types aocording to the .scriptive cone or as Moen on tne plans. Do not littlViilnP:7:::1ignogirfuTVgite"dr" Z/5-5PonlicrvOnPrzZ11:e6rPgIC15:.:116POOZTV1OrC/5" 5" rt:15:4+s,PPZ:nloik5P17of'-nort:trP:17;•ae:Ptr5=1ZP':aVrilon"tP.P;b:IVerN1PrOPP"' systems. Pro.. liquidtight flexible nonmetallic co.uit IL.. w.n flexible conduit is coof.t the bore pit.6 .low the ocoduit per Item 4/6 'Jacking, Boeing, or fennel ing Pi. Called Ice on pol.inyi cniceide (PVC, nye... Or 6.• prier TO ...ailing eOndult Or Wet Cable tO prevent bending Of the am...a. 2. r,i,:go,21,go=ngtrz.1,161 ROC nr..oll exposed conduits. unless otherwise onoyn an tile pie.. 5. Shen piecing cor..11.1. in the s.-grode of new r.dmys, bachfil I all trenches with es.vated material inless otherwise noted on the plans. Shen placing conduit In I.. e. -base of new roodsays, .c.111 all tr.c.s with .ment-stobllIzed .se os per requirement. of 3. Unless ot.nrise shawn al 1.. plans, provide junction boxes with a minimum size as .own In II.. 110 'Excavation% 400 •Excavation and Back.. for Structures", 901 'flo.ble t. following table. MI. applies lo the great., number of cold.tars entering the box Sachet II", 402 -Tren. Ex.vation Or.ectiorr, and 403 'Temporary Special Shoring. - through one corquil. with no mare I.n four conduits per box. Men a mixIsre of conductor time in prenent, count the conductor. 06 if all Ore of the larger nize. For Siturftion6 6. Pr... and pla..rning tape apprOximately 10 In. Ob.• Oil ....ea COndult 06 .r Itan 6.. not owl icanie . the toble. size /unction to.. In =confer. with NEC. '" '0549'r'-Pgre'tirl'alIBiT'ro'7::;i5irt'Ogtr5Torje5t? ,56:1P17:15/d5On?Ohl:r?P'P '0'°3=3:r.17,^ -u-01:1°3 IIlAla Illw !:_ te I a i '''',..... :I.11F I! W., p Ig rig) CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) TXDOT SIGNALIZATION STANDARD DETAILS *00 3 CONDUCTORS 5 CONDUCT.S 7 CONDUCTORS durabnduitle 0550 tape ere allowed. Tightly fix the tape to the conduit opening. Clean out the coand prove . oleo- in accor.nce with Item 616 price to installing crly conductors. 5" ni1P6P":irTatI9'brie9;59171'.1°1= rOX56.T1/:iP‘IZINOZPIP;76::PInn•11/9'15 rillgWeirTINTI:5 OC., Service enniOaree, auxiliary en010.r. cra 1.CtiCei b... Grand,. bushings on .ter tight sealing 11.s cre not renotreo. 4. Junction boxes with an internol volume . less than 0000. in. and sugOort. ne '5" l05.',00i0%71,105,374-•.0105.,:,20^E51.= 00.,5014 -;=14,!;•:.',.9100.;2702,..510402129„=, entering refeethlys mu. hove threaded ...les ce hubs identified for the intended grOunding 00nalueOr. Bowling Of 00.u. seed 06 0 Caning irKier roadways for duet cable Is not purl.. arq Sup... by connection of two or noire rigid netol ccnduits. Secure required, If the duct extends Me full length through tne casing. within 3 ft. of <lo... or within 10 in. of the If oil eon.. henoenciocure conduit ontrros erg ch the sone 610o. Ne.micolly .cure all Unction box. with 11. At all electrical en servicesInstall a 6 A. solid capper grounding el.trade conductor. Intern. volume ..ter Own . 100 cu. In.es. - in. a. 6 'n Ampir fflensee.promeneollhosporterfon he. 5.P0".1115 00bLVP5Pd5"Pn'Pel 0050 (1-01:gon°, ,Tg.::.:2',..].:0.gnd..°TAr.p.::::.T:.7.;71u:.. =;°17,47 Pc21,72 .r.;.;1l .L.: -'nor -t1" '-g. "r. ". re'3-17.:: °=,•.,;1'..1,•=e2y::er°:,...:-t1,:nr-0,. = :•or,%°.' Trinr,rxd-p.°T ' ',ZI1`.'1Tr°'e rr.I.T4.,°7"%lne:',"31=1;',111.T.T.,p2V. te...7.0.7, - Ost tape as a pen:anent co5u157t sealant. . rot use silicone caulk 0010010sealant. rtInctIonPboxes mocii5/ ISTie .1vanized :t.1 sheeting, list. and .proved.for autc.r .e, unless otherwise noted on I.. plans. SI. all .1vanized ..I jusction bo.'s 14. File swath the cul. ends of all mounting strut and conduit. Before installing, paint Ihe field in =coroner. with .1. NEC. Pro.. junction boxes for INC conduit system. that meet cut ends of all ranting strut and MAC Uhrea.d or non-trreadedl wIth zlno rl. point 199% or the sane requirements for junction box. used wife ROC systems. more zinc content. to alleviate overspray. Use zinc rich paint to touch up galvani.0 material as allowed u.er Item 495 "Galvanizing." Do net point non-galvenized material with a zinc ri. ELECTRICAL DETAILS CONDUI TS & NOTES EDC1) 1 4 T. Portg:r1:9:01I,C :;:niztended for ...or u. cn PVC conduit systems, unless paint os an alternative for mo.r.le re.ired to Pm .1vani.. =21'" cP' Siff/195 a 222 WORD DRAWING NO. STR -899 cn, PROJECT / E13096 Ate, Jan 27, 2017 - 3,33pn Uses b.j Re, NALFArrasInpALTXDOL SIGNAL - Ad/Ass ote, Jan 27, 2017 - 135pn Um,: b., tie. NAIEAGI'axlnpA T%DDT SIGNAL - edt,ax t 3 CONSULTRMS SHEET No. MI PROJECT: LORIS'S° ��x •�i � c �y' jmp''�£ Y I, io.- 1,a. ey KY "_" I; 1 ~i� 6 C nit Sppao w t' ' �6. Girder 1 E Girden� Er CO Expensian Ancnona D`cN Can5111n III IIJ 4 Threaded o0a� Strut Type �tainl<ec steel I>�ilala d uit 4 ran Concretewltatn �Carmrero Structure ewe t 35- Dtpmptar StructureWO., • AnalOr p x. •. I�yr�mo Rigid Mata (Si -Stainless steelCO.., expansion anchors Wm n z La%ult �. Concuit RMCI 4( Jt J< J4 e(�/,I A/F A\i Ir)A/F A\F mai I.b strep z1'%® • Sea 'HANGER See 'HAN DETAIL' far caro It �� p ntlor 1 -I int, anti Ina, fel iF : clotto I ., uor or vmlzem Hat dip o- corqut}p 1 �/ III h W NA Ya„ ga- �°aa m �I \ CaWiIA t Wun+l n9 Charnel [ �II\ dept• uw� ., dacha I ' /a s' \ CONDUIT MOUNTING OPTIONS ONS • •SPIN• 6• At' Uxnen See EDIIIB-z surfaces Mi Min variaa - a a, o p _ =_ w a_ a' 'l o CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services CONDUIT HANGING DETAIL . Ring all Ezpmeton YJ , temp Bridge Depx �tt��{r Z��Y?AT �a�t}t �i� '�i�� ''�`.. 3• max. .. moi'•... yip 0�i� I " CONDUIT MOUNTING CHANNEL � U� 'S040" •X• x 'x• •T" • PVUltt e • 1•x1%• Yuz•-6.. 12 Go. z/ _ vC 26-' TO 1 $- x 1 54- 12 Ga. %. Dia. Expansion + ... 081-61 to 3'-01 1 j(• x S Ye' 18 Da- Anew 1. ex Nut, SDI it Lx Charnel* .stn roundi olI wpaa r aro. 0If 0M10000afhsel yi. br a sx. 1' im.har •Plat Na.Iwr TYPICAL CONDUIT ENTRY TO BRIDGE STRUCTURE DETAIL 1 Hex Hut YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) TXDOT SIGNALIZATION STANDARD DETAILS Rigid Mesal I- Cantluit IRlptt Y.' Threaded Coupler NWT NB EXPANSION ANCHOR NOTES FOR BRIDGE DECK ATTACHMENT Hex Nut that ore dfor approved ion ` see W` In oxectr.ncreie by t. Iniernoilonol Code pCwroi , Ewe... Servipe ICC -ESI. The c r product Mall eetcnated ICC -ES Evalwtton Re a Its approval status -ES MIMI •pip- Thrwpep DaWYit MWli sup aanrol mainta an the ICC website anMr Dlvleion 031600for Concrete a Anchors, a ax�utA SDI It Lm ervlae approved by }M1 EQpinwrn do hasiw ancM1oral ne Ce-f5o aDwoval e f oyereizep aeimener expmelan anchors that pre anlr anprr in �, lists concrete. 'T' Tens steel nle.pion wedge..S.W.r J. Dae rctvp with manufactured wtM carred ten sea teeswedgesempr o allowed. .W Drees re -plated da talnleae = G con either zinc cmc a or ar.n or p the Moho- L L _ _ _ I i anon mr,ne ern body m expansion.mil • T 7,,,. NM e Condeit vice 1M1 000 hall De siolnleee steel. e 'Maas Deportment at fis7rpmfallon Su .4.. Mount Ina x t SDI it a Install w .cam d In accordance with the anchor--- Channel gather H Flat Neahar esap+.'leroc Installation m Arrange as fuels De demonsthe tration test approvecto lbyths Ene the gin rtor Trocedures O tools. urnlantng Orenorest lon 3, Prior hal sing, use reran loco to enof existing m08C1aa Strands or reinforcement- Instal l'anchora crew clearing effective HANGER ASSEMBLY DETAIL 01. n depth, IMfI, as shown. Increase Mnaa need. to enure sp 'tied+ o'd length far proper torweirp and tightening of anchors. anchors 6. Iles anchor of minis.. 1600 Lbs tensile ity (minims. of steel, concrete ELECTRICAL DETAILS CONDU I T SUPPORTS ED (2) -) 4 ea concretepullout moths determined o ACI Apppendts 01 ELECTRIC CONDUIT TO BRIDGE DECK ATTACHMENT ae`Otre �e t cn'eeff.. No lateral a shat OTmo 15 m1 Ion. mT lm r..I Ion. r m SxEn1960/ 222 RECORD GP N% NO STR-899 IOtrocucec o termlwnculi Installation- ..... D. mm .. a J LNy P.M" j E13096 ote, Jan 27, 2017 - 135pn Um,: b., tie. NAIEAGI'axlnpA T%DDT SIGNAL - edt,ax `� o G w 3 p o 6 3 z e -t. - maw tl �o CGn Ermus SHEET No. MI PROJECT:C12214150 ELECTRICAL CONDUCTORS A. MATERIAL INFORMATION I. Specification 1045/11090 'Conductor.. m Item 620 •Elecfricol Con.otormoe.• Provide 12. 1EGC1 in 'stranded Provide Type Xi./ insular« card«toe in «<oraonce with Departmental Motrlal _ ng of 50 volts or more. co.uctors as Mated an The Material P e List IY alta elsewhere, e. the �E<C�To i. as 9 a Lnder RIdentify Grounding i afa9roind wirsalfw lies- Item 620. on P�ennineulwti lett ovlde tl minimm sizel8 AYIGTEGC. Tne EEL is paid r eta epw a Naive Illumination Electrical .calx INPL1 carrying conduct. Contained in °apt.°Ens.all EGCe ° Snrinx °me fYapccawocfon insulation.am conductorsconformance with the NEC. Identify grand. ins conductors bonded mtoge her a t°°location.°onw traffica1an1 ude baro y . Identify unhanded 1.11 uc ore vitro my color insulation older item 620. ,Ding by e\ • �/• F .." ec ?'• ii .,J �� £6, ,3. Fe N" I"1 -1m pt green, ate, r ray keep colon « consistent thr grout the wiring ye to except Identify conductor. 6 American Wire Gauge CMG/ m smaller by cominnua L. TEMPORARY HIRING color jacket. Identify el.trical conductors a larger by continuous color er TyliMIptala vim acloned jape, my a 1. ;Meal f ac0 0ape w fM1 ..�� les! 6 in. yoithe con6°p°icfon a instil of,m i a I ape of o NEC Grmf l°clerYiap.ryrins allatlmeCOmd OeparM1mnT afandartl aheefa. y-= 2. Provide 0 solid copper 6 AWE grounding •1°<troae conductor to bad to e14t11ro1 2. Provide 0 MGm. fault GIr0ult ruPttr 1000*) f. Meer « a f IZ Al. ice service e«ipment tot oromin9 ale<iro0e Cr e Cr.. r« Dle a e "awldpme* 0069 ° machines, ice storage Car mEtre i }M1efe Inion 1_ �,�'�^ = y y5m lndrroa insulation W IAT y- �if gad y - - - 6LL r }on. e} auld.rrqq groundingroD020 edecion w 4 9 round roar refrigerators pp myonothe, aLe connsciM In accardage withl cont! 4hewMi iol ldeingm mol cord m widows set, r •M«I•, Intuit pr•ekr type.Olmter , receptacle, electrode a o concrete ericaelectrode e '^ with p1m.. 3. Uufelatwovec° nuts with !«tory applied sealant fr temporary wiring 3. Were tw mere c onor and re. t1 Identify the c siof exon Crag. circuit Dy a rocIng a non-metallic tog Enclose Meted bolo tco 2. Min. a. mo„. tope.rY Tape Ms end Dino . conductor splices within enclosure r ground or va groundin circuit uct « algia location. Provide toga with heap Ices tremor. P Wove Badevertically and more than 5 ft. two .ge mage to I Indicate number, Ie other horizontally fa , than structure. e nstalling temporary cad IddeentifiwVim in 1 plans. Print circuit Identification m The tap .ape subject vehicle traffic a e with a permanent marker. lowest opoint. e. vertical ra ne NEC.rance senger wawires that suppat least ort pot. wer sae«T.. in SPLICE OPT ION 14. elitl bolt connectorssplicing ctors forl<cng a pecIff in pl5r )IoOO. terminal root 4 . aCGNpfesstG. T UL /minemated gel -fill. anuli ii0 .poi an. Splictn. enas of ing mo rl0aluc nggu�ol� 5. P frog fns Gmafr«fim 0 and in a fame Y 5amur and Vn 000 0m0a v�fh Y� breakaway disconnects, splice covers, a holders one icer NEC. subsidiary si roar o variousd nim. B. CONSTRUCTION METHODS GROUND RODS & GROUNDING ELECTRODES 1. use only o floe, high fens/Ie strength polyester fiber pull tome f..111 n9T A. MATERIAL INFORMATION conPerform conductor tthe hroughx of t.miIf a conductor cannot freelyucf.edinppk Provide on. Install 1 at Seal between Ineulation°r° Iatenoetion. or it repairsdeportment. P a rending irnge services. Provide Hot melt Tube with It. 620. Coordinate with to length rode MY beical lee r Inesane s«on0.p.ifIt. o lo ations. diameter the et indivi longereaive Engineer o suttees he tests. 1. « additional form plc sheets. Concretee aced Mavdlng a rapes maybe cal led for In fade Tape t !tope V° Split bolt Leave f mill 41 maximum length em o the splice In specific «°tions ncl«Ing electrical eery. , see plan .Met°. extend ucing°o ono 2. Lw f. im.my ] for each y'A p n/9• t n/Y ' CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services Leavemaxima liwif minimum, of conductory:.ol ff. ingroundB. CONSTRUCTION METHODS / eronxeSwhenboxes. gth of r roughat s withnoes, spliice.weatheLeave 3. Mo. eplixe conductoru Manning ne. F«tion ground 1etal al soil, In junctionhrowes• gra."..., W. i.e... r concrete. orr both. w =1.0 for tricot i• Fu In r . an r Installed ° and use only Meted compression or eon type prse.e °connector..heat In concrete, r m connection of the conductor o e roma rad 1. enclosures blocks, split ate splices with M wall readily«c salble for Inspection repairs. a' round rods Instal led In �� pel-fi Ted in soil, sure that the M No between 2 to 9 in, below finished race. d�ikzo� tubing matOverlap conductor ant splice �;e 2. M not I«. ramp rag.., the tone a Ie. man'imFn a n. fflo aid. o the splice.r drilled hole a° timer M Wrap split bolt .01 around in I idu iprio 111C1e °conducton i , �', — � ®= II y ',,i--171A y / Inonwde Trow lotion diameter with p d race ea the imprinted port nonce. is of the nipper end of M1ee?v mdrwfarse, f ligt,e tubing, iner.se a diameter of ] Installr Itrae Insulation Laing hot molt adhesive tape to provide a watertight aro benmen rItn° 0O}frm 2• Min. I 3' Nln, the IMeividual oaMntore and thea heat shrink tubing. Ensure extends hot melt tape. °p° fro YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) TXDOT SIGNALIZATION STANDARD DETAILS < Remove al rpm c«tinge such as concrete splatter from the r« anmP°edges poet .rink tubing. Use o seal the e.s of heat .rink tubing. Heat .rien tubing fill the Duerooe avxla n burned, o overheat., a 0onsi f«five and mol r 1«w. at the comp location. • • ap 5. Route a straight a for conneetion to 0. Six m metal l l-411140 1*91001*4011ce 000408 a<0ar0in9 t Iroolluel°b00 0of fo.einma f. a wnon a possible 9,401• a minimm man04ac urn a ° 141ca*Iana nin L in p «e o Mot drink hying. r terse <0nabirs. SPLICE OPTION 2 S. Wirenuts withfaci.y applied w w f. 6 ANG. 6. m otherwise c int pions,ending I« Spilt Bolt Type rounding trader Gf.evane fns ar conductor. with metalocarduit, provide ace ...I I grroadin9 y. WpO08,no acoxmb° « ucTnwter v r• nuts In gn,',.) MGMelf cube s M lase otewitn al led lilt conduit- .en protecting lotion o and proprlY 91x0 bonding Amur on each end a he o caMulr. 6. Support caductre In ilhmingtion M1ea vitro a J-nookat the top of ice pole. i, wrlrten wrhorixllon Is rewired before installing a round rod in a hwrizonial frapcM1 P. ravky soil m a sal id ruck hof1m. k0M1ofvp iown.°Cordd i" vifl°i nlchetl iMividucl cmuci.afrGMe"oorma, strands will Gfai.eZ tlagde6 Dde end o4 /uc iia /y• igMp-Iack� See firg4a 6. epi roMuc s ono a«I•s tet aanw:gerTTana a Mir iia Pall an molded cover Ineu orlon reel etmde }eci ai nc dedlilml ° h derorinoni.t a pppmDmenf of namporfsNm 'Maw OMamniMu Yiw,dar° 9. D r damped ...tor with duct tape, electrical tope, on wire nuts. Listed Screw Type Use Go not approvedsplicing methods. fat SGr /Lm with *gel -fill. s are c°""" 's <_ .ms °OY8 1p..0 ...,."7,T1 a .,roan ron6btrm ro a elegcl.deco7r.".,b" ,gngk,i"en � 'Al ��� r g� ol a «.Qo1< <ma tai.. �a M amO.V ELECTRICAL DETAILS list«TrP ...kion. M alx dxir°t°II°wee. 11. Install breakaway m conductors under Item 620 don hose Instruct,. when "g as Y threaded Mctlona. Proper w1°O1Y1 portion o4Q1° *.mi ® ® \—` CONDUCTORS EDt3) 14 akoway devices. Trim waterproofing boots Y Connectors tO fit a ogoY _/ he c Woton i de connection. .ly one conductor en SPL ICE OPT ION 3 , •�, -/Lain Sana :rn .. MOT 1=h r a .nae.. SHED of 222 WORD DRAWING No. STR-899 a si0 ngle opening in a .. Provide waterproof with r c. Mmnings. Lea. factory sealed. Use prequel ified brook.. can«fora and apw m the w%° openingsL i sten Screw Type o�n nn,.,. n.., U cn, Mani / 613096 c & P - b § o _ - _ ma '- o CONSULTANTS SHEET No. MI PROJECT: CQ916150 ELECTRICAL SERVICES NOTES ' e. Enna".al ,nafa0a ton 0n° n05rims c0m a with i*5 a Ie SERVICE ASSEMBLY ENCLOSURE MAIN DISCONNECT D BRANCH CIRCUIT BREAKERS provisions iTtl l'itrecd al EEnwelim}wlo"E•: ejonn=l}retia' 50 05iel500 Manufacturers ''...............r."1.Flela °r dal l Tl age-"wnie° reimfe opera* to rf wemo, fo A �Ide ag doer pa a and bran. cit breakers as on the Elen e ............... ica of roclomr5. a Ie lackmle In Dorn ice f pwifima 00touch breaker panels, bran adman br er m eMwn ec rlme5fpmir» 2. type wlvanixec a 1Gal • w usec Tor. tyq C Dana oma anon In r me aul amlcafian pr war mlp 1n m55-00 , equipment, ypr T �' « an welo r ` t.�nm ice utility am." provides transformer a1� than s0 KV m Ina.. ot«Im 6t justification fa- rejection...ere manuffafrlm re precede «rrant,ea ilace�yn i iia omaiv ioccerGS mclowrea °ewrooca rite au n circuit a*5 peranf a ° ° customary ..rode pr , force. State. 106 m eNr vpr a tate r*5 available interrupting capxl utility prOvviderl to prov ee ♦ 2. th Electrical Detail. standard' (� e' cease nnfcf l°fO°nelrpn"rM electric Y 1«r Engineer. Electrical Services -type A,' Din 'EE cfr,col services -Type C,- Ides Ilona rot In pewrdanw rifaDis 11oeD. o m Type PHOTOELECTRIC CONTROL i' DepartmentalProvice 'Mate Material Swo ficafian iEMni 11060 •Electrical serv,we,•S11061" Pravpce alwirun i d°Inlaee 11081 (11062 11063 M 1106. Oa "Electrical rvlwe-Type 00' 11 ♦ 'Electrical Services -Type Tw,- A6 Il s ape peinf In1e« areal. sl r .E Item anofawl l as Lara rhe IPL+ Now adjust, orshield on the atmaorO Speciftmhla,e. Pr IWselevfr * �iw i peAcc. [, and 0, fl Iaiea f'pµ5vji0B0 ma i:M`S. vOooroatSpreACw ES w ¢�r1I GS B Nom 1 photocel ran a r 0r v la1 a List Ian Oeponmeni web sire ,hoer 'OTD n ih amp w c prov w an AL •*5loara afian. Noan pl oarowaa (rciTcprwa�alfM1 as Pap�wa'w�v 1111 iwln°Ntfed iantaq Electrical Supplies.• Item 626. Provider otner service types as • s °• ' of pole photocel Ie m i ace tall top 3.PrwlHa electrical amv,ce Os 5 i1i•C °'n°f"nelwma im. *55051 th In.""0 w e w .*5 Ero,a1 , • �Yp 4.��iewith �_y,.y+.':o.. t-- ''' �4 A+'�'• t. ' iB -"•e��- 38 Y C...: �_ .� --`y c 1 li W L '"' ILw ;� - aC� tea,. yaiiifTiKL7Zonany°io connection l ar° irnliity lawor"mm,°0°°. eiin� a i far ice rootMeihe meter .ELECTRICAL SERVICE DATA oval cociOrauiec elfn }case 1 prim r etqplrrqq .il l laflco ,so. pang t° co C rlfx ice of 111 movicer t° w ermine mere Irenmfe, 'a1*5etemrkelnafe me Elec. Service ID Plan Sn«f Number Elecir}cal Sxviw Oeamipiian Service OSSISS NNsize Service Dandw}prE No./six safety 5viran cepa Main Y f. Bkr. ole/Amps T« -Pole Canirocfor naps Panel"/ ter Ane Race. Brantll Circuli ID Branch Graph Bkr. Pole/Amps ermtll Clrculr Areas %VAN Lasa 5.ttlne encl.-we manufoctunr will provide Pastor Lock type 2 wit" prase fawners r`°de2W ZrecaInstalling Cmirocrm SB 183 2B9 ELC 511V TY A 210/5B0 1w1551AL (EI aF (Ul 2' Lv2 100 2P/100 100 N/A Liamiro NB Ligmip 2P/.0 2P/a0 26 25 28.1 N�Lcck w2sg. Yv a. NwirlLock zle¢ ka 1 he Sfafe. °° "°' ape p x electrical service eau panni until instal SB oroo IP/20 I CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services are installed. Eocxe olaeanecia M10 -e*5r Ix all ipmnh I*5Ide Me 6 NB Aape« 30 ELC SEW TY D 120/240 06011515S(EITSI0I 1 i/• 3/v6 en 2P/60 30 100 Sig. Controller Lunl*5irea P/30 P/20 23 9 5.3 frim'P ecf 1=s; lir mli=ga from Im�O0Up1tclwnraot ce roW lre4lr�'ice NEC. °' CCTV ?P/20 3 1. Mien galvanised le apeelfleo for wt¢. .mews, cabs m crown... nor... End a Noce 56 ELC STV TY T 120/240 00001SICSPOSP101 1 �/' 3/.6 N/A N/A N/A TO ming Beccon I Flashing B«can 2 IP/20 IP/20 e 1.0 6.Prn1«11itdeewiring anlmd 05 -need. r 75.0. Provide _ate EI[aTle an uarian. ♦ rrlwl servVmces nuT1t18M p a ca,ow.m tea for dee 6 bl a ric01'yServipe4cora aneprr apeciTic'ro foot «rvice as a In pan. srancard 3 -prang jar or by colored is ai 6 and deni}fy5eite ISM,.APO are of by OantInuou=e w Y a Yt r Y meter OhO}OLBCI 00I05ldewnde seal* I500AVGG c orlor. 101SW service entrance f a cmhln,Oue5c*OOlO'rm'•• • Varl4 ar Ice * 105 r 5005 cairn utl l it Six mOY cMLSO ox 000etl It of c or•e insulation reyiremm�fa. En urs em li size neefa he aflarwl }tical° receptacle rite w1( a w ape, Man le...Hying cO,wotoro. dEno.. sero vice an °elite rmougn a elycusned cann�«fal ITOO OpeninglRina tile it`i i11pw1f GO°inImm°71'inen•a II.`i 0n°eCm, c'0a r it wll EXPLANATION Of ELECTRICAL SERVICE DESCRIPTIVE CODE Hat dipped - Ca"uit mounting andel (Unisir• K,*5ar4, B -1 ,n• Cr epip11 r ..r can s attach. electrical 9.Au . hes electrical Service ELEC SERV TY X XXX/XXX XXX (XX, XX (X1 XX (X) weniron including �'oa cahe:iUwaGTI is 1 riser 0 T va iZetmO er •loctrioal pr ...tic type J '510¢0 iurn5&n0 0u*yi n°u �f av car. 511 05 pOai4 4er Zrraie1Y. i " 0 w • r,•m Servide Voltage V / V r Ica regia metal c Ir (RYCnd fm a1I ca duifa an "rvice, ekcem (m _ O co..",cen. PV it emiaininq elecirleal"«rvice pranalro elecirade '1e Disoamecr Amp Rating Size the service entrance coon, a .Own In *5 on. Encore 000indicates ma g only/ metal conduits Typically Mot warn in / on *5'nllnaywt fires bran.ra.. circuit Y r enclosure ¢e Exfm`dOneo size of n ,vanes ice ground "d **5n l5 (SSl • Safety Seliall Ahead of• Meter -Check iUtility«eA aYw IOOu — — — — — Cr Sand coin 6-- box 11witt`h cover. Piece,. car • to idea - "w photo- Noufa Phot..11 f- 6.. Ted et op 1� o 20 feefra finish.IrgradaTiMulew Engineer.an a uil I,y POMO, YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) TXDOT SIGNALIZATION STANDARD DETAILS atoll°a e an i1*5e qC Mrere �i rerm,naeae ,n i service mc1 (Nsl• N «fetY switch Aheadf Meter-CM1e°k with Ut,11hY ...Use �* 110,1500.0* flexible "fol conduit IL 1 is allowed wf«en M• meter and ervYceneerplw,• *nen ins a re rFN160 fa eaan 5ix the E50 0000 TYw Cell antl pale Ice LICp`an«a edner. six w service eni mvepnaedcliL ei *5h «i In Os• c°lvanizaa steel (•off r .en, learoafn. Strap LFM within o c m FIC lees i 12 manes ,n length SS. Sceinlese at«I lCuefw Enclose e/See MP ° w11°taln a 0u Tres m L• Alumina Must= EnOloemel5ee IPL M ° Brandin °a 1wii° fA° —gint2Vir 5u00vr' Fnrequired an iu-• °nY Ebmlg i:1C nSNVK :sec •N`ifo a�oc«t`,ee °r Tr« wngpfm nhlno Location movement stmt to • ectia catimhof'the least six ice."Inside vi Enclowre alot Installation details a4 services calfmm to ufil ify (TI• Tamp o1B0Spr Stele TOP MOUNTED PHOTOCELL InstallconceitnaK ma rr3qfcet car«m arrcoa awcarfiroman e uld°Iulr. empany epe5 0iwilau.°iare (1./. LUMinaire (Ni None/No Photocell Or l�T ng"g Cents°ter Teaulr_ }rice} ravcfllerc peer 1i auw,t as cMmmiOaOmdef 0-110 tL0 ot*. Beefa'e enceri0nf nv J00 05es 1 aminated ec service f — mel oa and eloper ° `OOewureQoflMO it:Zkllcal aprvrce carnOCOprOp GC. Granite . ,Teves PaearOmmtm Renes ncenan On Nrm Sre MSN cTrm a1pro1 s ixq iii ea i`r: Th." ap ncretefa rets epi thiservice n ,n. fare a vpock:ia• RRe'duuccen11 in.. inl17Tnf pion et ov. 5e«i Mile •v'D.m«Ica ELECTRICAL DETAILS f.. M'fn.alroaan�«1:.°recllM'pan m. �;�fPro.pT paid 1 n «IdiMM fide 4 i mType wiprlm E%•E»tef`ip0ngrwote 'Ym falllnp ecuilcznnlmar osis y°eelreulfa eupplet0 Y the 0. Ian. TS• service an traffic :Wein' eeIT in. Plan tan 1 k 11 IE wTme lan'aptOtno oeapli a the« Iprol r *5 ings a *5a 1letion Of w k TO me Engineer. in. In Ps• airsiap twice 0• F«d SERVICE NOTES & DATA ED t5) 14 15.00 } }ratan 111 If In the ban of a eervlee enclosure calx 0 �rw Ufilserviw ape - ; ppr I... mil,., of ism 1 _ ewiwlenf flnaioaneilmalae f ams. Provide d�ro wrgrwnoys.r„Ic• F« *5' a a1 me canou,fs. ant ,mi*5reab*5*5an .0nalucwra to0"Opgrargin with 11ffec D Iran u.. r ° ,cter Z014 �..P ""°'"" Ire X" ET sxEnt 98 d/ 222 FfCORO LWn_xv6 No. STR-899 aa�conduce sealing nub or threaded boss, swan as a meter base nub.. 1 . �,r 41 L cn, P.M"j E13096 c - _ L _ , e;_ - n CONSULTAN S SHEET No. MI PROJECT. COR16150 �ws+oyl� `� - . ry �+�••••y..,W (bi,l3la g.� Ei 1.m'- a _ 1♦ ry 1 120 Red insulation or color of Linexar Lina 2N 20 240 Real Insulation or �. ftp ocitea t Insulationl here conductor the spa r ` 40 coNnc at ion with where conductor eeatNrneacexits the SO2 s n t aR Unite inY...�"'�F= lar case 16"1ea0m port u u 1/11 aol5 Maaoaalo�iim ins inealaiiac it %e L ' O —.—.— r �O —.— a re abductor ! ext. the A A1 W W= �Y9 W n H.101 exits ire eamNrrileac. O Two ,O _. _. _._._._._.T 1 'd e O i— �d I® i Iswllwin.istteefOfwhen as encltlarel Windows — _ _ © ® 1ume�ro ® 8 b O °° + 1 e I �bted. I0 -- 1 �1=1� 1 0 = 7. x060 E��] —� �� CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services MOO � Grounding 11 E. ode,' 1 fl L1© �� -H t re L_—_—_ �' Grwnain0 Elea SCHEMATIC _ rode T THREE 1 yat ru Brma1 °,,°;`„,"' TYPE WIRE 1 Granai to Eleafro0e A _ nq rotlrsul• SCHEMATIC TYPE THREE WIRE y Iac1 T maleatnce. SCHEMATIC TYPE T 20 Vo 240 Volt 12 '' 40 Volt 120/240 VOLTS - THREE WIRE Broncn suit Brmdl Clrauli B arch Circuli Galvanised steel --Buy Off Tire SNIP' Branch a1ly, re,m r<wlrea Ianiall seat«e1I topaft l m pole or an iir ably, Itantlna contractor will he Install.. C SCHEMATIC TYPE D - CUSTOM 120/240 VOLTS - THREE WIRE YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) TXDOT SIGNALIZATION STANDARD DETAILS SCHEMATIC LEGEND Safety Switch Moen 2 MeterIbsen reequired-verify with eleatrta uttltty S Service Assembly Enclosure 4 Math Oixannsei Breaker 1S. Electrical Service Dotal 5 CIrcutf Breaker, 15 Mp 1Cantrol Circuit) 6 Aukl l Iary Enclosure Control Station 1'11-0-A" Switch alk LEGEND , Plata Electrle Control lenclael,-e- mounted m. , � eose — Per Sart.Llgtlfin.SContactor Pewee Control Ntrina 10 Poee Dletr,wnan Te unci Bla ace 11 Neutral Bus ELECTRIICAL DETAILS —N— Neutral Want r 12 Brach Cirwti°realer ISee ElectricalService Data/ SERV ICE ENCLOSURE —G— Ea'i1°faarollncinc aa''''' r-aleaya In ad Breaker Bonen..Bonen..AND s cen er Loea Lea NOTES 15 Ground Bua ED(6)-14 ®..a0 re ,m 1. 0T ..1.00, ° ^�• 5HEFT 199 o/ 222 RfCORO BG5WVG NO STR-899 • `°""' „^ - CITY PRAM /E1.5096 K."coon.`„}.. o $ 88 6 L' o el - . e'er cel n CONSULTANTS SHEET No. MI PROJECT: C9R16150 i t+v,,:.d .4 Fi`W %y F5 - F Y 1��hx �� e TRAFFIC SIGNAL NOTES . I. . of .66 nainmre conductors through the Signal controller cabinet. 2. Inclutle the.. equipment prem . Bona a1l`expaSed nductor Inaslparts to engrowdino System. metal d n 3 I waY luminaire, enesulre0. r materiel and ♦ Ifen 610, -Roadway with the on mite. i 1 except for Tc ate o f innairPo' T instaled odd., unirrores performance ration t of nee _ aSaaelatest. . I4�n} tad traffic yr tone t ::::°„',7,7: free are ala s are dao a for use, Service pr n 1nelf'z able corn o 12 RG gnem zxxR conn %:.. Enirarc gond xp s mr cage in nuee listed inaaii°al°' 5 rates eNaOio.t In concrete. S. TZWT at ora S-ROfor onn"afur`herdet 6. Drill and 81.01 poles fon IVs In. z 10 UNCtt gnaw. fitting. Provide awaDw tank gr.. fitting in. o acerly bin. directly lo. hole through the the for ...run.g vy,.aan. colon Insolation.on n.trac..of tape where with rmlta conductor exile.- Insulation upas fi l fb m • cabOccoduaafol a Insulation with red pe where autortexi. the an ece Corm moo.' 16. meaner... a• s 1. 120/x80 vo Nlr. UI IYe WV gg 9 . I- Donde offrlfe elw}riaal elegroctrode conductor toarode mdtthetank Conneceiectrt t electrce ical ground fittinTs as short g.. Ensure 88 electrical voce pronalnd6 rode conductor ure to the torn ci ;Weight as possible from the groundvice^ racem conduit and Drumm circuitfor further information. Si. condx. es elan inthe clams. T. derma electrical .Ensure bon enclosuree with stainless X minim •Idth of`ignal y, In. Y enclosures Install dr«xete neo .cure toWNWusing fab -bolt bonds are of ea esu . Install properly ¢ ss steel rwas.. each e. fide or drill on fag properly sized stand-off of " signal pole 4a of ming conali.Oz" rope to fi. Ca.uot W teat am insulation.eta on al illumination' To venpower t conductorsos required Claw., 0In I duct 20 Insulatlonl reslerical tarroe feria on traffic signal as a1 terminal., all6groaM rit I' f n thread Drill, o a ra Ito.% I6 UNC. Install '7. - See onic�ecft Teal M. Note servicedgsrwrMuoga . SService ervice Sane... 1 r - -coon.- c CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services 9. awn box covers before a.lying poser to inavelgt`mai Anatol otlo'f _ Sm Note y �I ,:1:.' O S. .s*s Set Signal able type I Terminate conduits entering the of enclosures clfN o0.41.1f-sealing ebab Or threaded Dose e w to nue. Instal Ica grounding . al l e`rol Sal al l l conies ma the.._ rwnlin bushingults not to tthe grounddldmwith o or jumper. eeaenttrdoditl eaexpanding Toelx In. 1 _— 6mrnln `,INSET A --- ___ S. TS -CCP atan>d ler n dationrda a Isired a eve, t :'�n9 (� if« en lel d N is c minima oT 1s•. are air mimfllameml molal mer« cawair p area erne+ a rooawy la za . ell Enor 6Fitting c°deed v1etlrmvn a eoa `fr 1 YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) TXDOT SIGNALIZATION STANDARD DETAILS ZX ' x aha ;a'vy i,i,M,Nc :. v s Noo-„n6 code vt S e 1 • :, za<.eK41, VW ac �a coon s'i — SIGNAL POLE re TS -PO abalsC.ale Ism WITH SERVICE atlea " an wqui+detairl — . 0001 Pow .own as cn e0role. see eiearleal ...a, layout ehseis. SIGNAL CONTROLLER SIGNAL POLE ape maa . . Wit.. detail. FRONT VIEW aawraer^rpfnwpam+pn me; °�v ,.,.,,,: Z Vilii SIGNAL CONTROLLER SIDE Zr-...v,:<a�.lsv VIEW See TS -CF ceno'd for condo}adgrom.mng eaairswnir. s. Myoma locatifor onandadditionalSYSTEM c.4.1. that ore r ared. ELECTRICAL DETAILS TYPICAL TRAFFIC SIGNAL DETAILS EDIS)-14 —n.1,mT 20, ,w mT>a ems. SHEFr200 D1 222 RECORD DRI MO NO. STR-899 '"'�`"' ort d1A• coon. r, - COXPRUIECT/E1.5096 c olotto.. oeB 3 o cl m a= o COMBLRMS SnEEI km. MI PROJECT: 714150 l @ �` • . iy1 :4 ?�'•`il'... .� 40vv •„�' F5 Y1 •^S•�4W= i pa e TIMBER POLE(TP)SERVICE SUPPORT NOTES GRANITE CONCRETE(G011 OTHER CONCRETE(OC)NOTES I im lOfrollrer ra electrical rtes Granite .rw•ceeEncl.0 1. electrical aervic° support is a classConcrete MCI or wisp r Iremenfa. i°nwt•o.• Ego. timbr pole os e`rrpole Ito2deptM1 `0 Cwr:WYe ion meet rhe`/elO6111 r•wirro f^intter sires^ 62T. i roviw GC d a< pole Mt meet the rewireanta of 045 11000 2. Caduit and trical comae.. vElwtripol Sarvi era."° °rvi ° pole .bele 12 electrical e°are° t p0010aiiiO 2. 700 °°,rtes°.° ra,a polaa auliaDla /a d'rw, mmedmn. imo 1M grwrA ri tees) apCp°e lel IOundofiwe. ae vicew, r w. ore ° s. parr o electric! Iger 9. .rife Poles are marked w r treed w COS t Location of mviinng pole-top3. Install ed photocell I n`eii °res r .venaarolwuro�n• tdw meet. p Ilckupmo08 °AlonM1lorten[ inlrai°Ing iM pol• t0 8 08 1 001 po°ir lone $ IFI aler*.)^Baal red See Electrical Service Data iMsa marks are small but cmwicuam. e. Goin.le O wir•drif^ service fpion set. ies flat lover e. Enda poles 42 in. art 10X of TM length plus 2 f,., srudlever is greater. uer w Win r to % s. Ensure ainstallation ,Gil+ of Service+ Ore in accordance with utility death ai ala InlrNmf•r Win' caraany °pefwtm°. °e ] nY esu rM. wired) fe•." �'- e i a � Petal A x _ 0-tae°w P00°C °r WV +^^ � 4'4... Ora°° I I N W W(� yjS a SW. `• -^a- o+ pole workmanlike S. fent me w equipment w 0. In I°C°iMMlw ° poln}�ack�n ye poli pre ke a6 anchoring ther ring po steel or olEerlMnnel alx0°I Intr m] 4' In.electtrr`icnutln"`yas ov ury w top M art - maxima depth, m0 't/rm n, to % maximum wniah cre Install golvmizec or olnlea steel 1 V in. a cut ends point Mfa 1 %1a width. File mint p Ie n.efya • _ - //m / Ig5-4,,=.7L,_ _w dt.uer lt typeP 4o IRI to .noon w )area* with o ilr°pomePe�tn Secure wcM1 channel apo, two .lwniter b d Or SS lag1On boltminium. l ngth.m Uae1°a gal VOni Zd or SSSS f flat w h lag.!,. Do S a clwnel, °' "�i° irawln°irl�°1eonam1°° a,iy. trlmlea tram pole., if ness s pole, height arequired 0 Q Service drop free un It, company Point Or in mp,me : 1`I°mIi Strut other mounting a v. galvanized in accmdm with ABi4 B. Backe,)) r a onero if by taming BPO. t place additional k II material to thes surrounding arrea. a' iiililrp`r:Iil 6..atarrrto verloua bid Item. 0 White IMulafi°n or COlOr n cdelength e gth ;-,eP6-neut.%tr. °Ie°iwn .- to 12 a Iconductor ts ne.. to el OnehO al Max. sptOinlepa atroi �t�`rTM1 la golf ell Bushing pY the Engin)., Ensure bolts O rorpraxd Main. 2e• Galore a Bell Al s]. W n°, a w Anel struts. conduit as dr,„. la Pole EM �, �q in 6 in lifts. Altar taming to rewCer lr ment. in a e IMhtM1i high care ardent the nototlbenpola for directly but Is CONCRETE SERVICE SUPPORT Undergrtun01U1 frpIV typ./ aO 1 11:°.;7";172.7.4;i0"0 CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services oIII below seotMrMod attachment II© Insulation below QService conduit 11.1110.1 rorviC entrance conductorsdm Ba. wemnerM1earLfM Block, One White ISw Electrical colorcod 6- conductor's inauaiw IIn rd ,up• 05Ms aw grans.f oy mree a porl s rviro.,nter tbdeIhthe 25' F • ;J El[.- Service natal wMre © c c,or ani,+ the Conductor slMe e R51C .Own, check hl Ity w Installing ' u 1-c � O Safety avirw (.nen rewlre0l O deter inw reauiradl �8mx.'2•mn.. Service EMDunt YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) TXDOT SIGNALIZATION STANDARD DETAILS © Service enclosure Oi BC0w[tare >Oun0100 electrode Po pr conductor in Vg in. PVC to 0, n° 0 grand res - extend V in. PVC V or leas 6 in. underground. a.. grad° clad o % m. B ft. drive ground rod - drive proud rod 0 r° O depth o4 2 in, to 9 In. war grade. Bushing Q9 MC sem size as branch circuit `oBell al I coda)T. le Q : Q $ �'. WfefY Sw'In \I [wM1en rewired + •. J ill M II - I Pole m°reilp Side View Tap VICO 08,0 ground Ii`ne. x° DETAIL A natal irp :Mese) ro Bore i. Before :?!,1°=:',4'.7:„,c, 11:.".r.: ono)) a ,MT nae pew w,, e p edge ed paint with zpM-:lop atter. Endure Exrwd ,Mra is M pole} splatter w the ES PVC 6" grade Fitting . ® See pole -top mounted pprocel l BY°9eII EM Fitting YieMm derail an EI51, ei ` mPoa`dal pnperemMOl» panwr.wirt.dpy.M.erYiw '°T p ..-- �Ej ap-iz other ELECTRICAL DETAILS utility provide pare a EVIG Capper coMllc . Run wire from pole I. °o part esu `PrWect etre tt ear-`cmwa rroipol e• re l0•1� E- cawl..a clalrwlCYii a g °£a a+ S layout SERVICE SUPPORT aaM"`actor Gr Grand kat TYPES GC, OC, & TP material or aeovve f�ln... grade. ala. non• 0 r°dp°ror S ]r ro`i'i0 Ca... Pole n °• [• to a• below grade ED(i0)-14 aIw iniMmdgrad• © ITw rew1r0 by utility, out.i..� elm, ®1.001 OnmOw mm N m I. l i.. .i .... SHEr2O1 of 222 WORD M N% 40. STR-899 lap OT We at on enhance rein r,n or'igle to SERVICE SUPPORT TYPE TP (0) CONCRETE SERVICE SUPPORT • Overt...WI I ,.m ml,. este. .w. u CRY Ceara j E1.5U96 a' c $ b '1-' a oei _ -- n CONSULRMS SHEET Nm. MI PROJECT: CORIUM° DUCT CABLE & HDPE CONDUIT NOTES Ground Dox I P h Departmental Material Specification 16M51 11060 1 C y,� v, a4 '�iJ $' .44, igi 22 £ v !„c3:: f^W+= Ei ' y�l"•v. pa 'Duct Cable' and Item 622 •OumotmCable.' ravlde Mac} die as Ivied on the Material Producer 1 UPLI on Department .1) site under Mondwy Illumination and Electrical Supplies. Item 622. 2. Provide High -Density Polyethylene MOPE. conduit In accordance with M6 11060 nd Iter 618, Conduit.' Ode HOPE de listed on the IVC on the Deportment web elle under Roadway 1l lumina} and Electrical Supplies,' Item 618. ] Provide dmactmcab. ma HDPE conduitin. unless otherwise in Me as diameter, by descriptive code or the spplan. _ Bend duct and OPE conduit as recmmen by t mi .nun \ Z \\ 3 \�1\ \�\\� \\ \ ]' 10 fi' Flf}18ng1 End N Yyt Y er ILW ' my^6LL N bending radius D 26 In. 2 In. duct. F u4 comendot Ions Mon Walingduct w la and HDPE conduit reels and Wring instal lotion of duct cable ma HOPE a "^"PPP /y i ,/ , �� i,,�• •-•N•0049, •O / e • • O Aggregate r tete bad Is gland minder ma not In the ground ibox. Ene re the a 5n E 4.; r 4. Do not entering ligrandabacx or wWnd:t duct conduit. /0e • t cable evo eHOPE n steel MC el owsPE acmaacie Baas no} maaac Inca Ire Interior of tre boz. pporly... e far in the pias and m Ian of a MIC McLe_,,,,, LwL, `\ei,e„j 1O M�ca�ISIe contact, ground the PMC elbow. • un Duct Cable/NUPE Duct Cable/HOPE PVC Elbow 5. Furnish and install duct cable with P 1arY Inial led condacfTa ., lead de wgwn In }h plane and os required by the National Electrical Cade MEC,. NEC contains epeclftcm to PVC Conduit requlreenis 4 duct cable In Article, • ante al lc Undergrauc CM.. with Cmduciae� Coupling 6. 9ren acnqult adelno le act I.d far In ire man.�.xte,d d,at =.7';.:,'°Z. aanqult DUCT CABLE/HDPE AT GROUND BOX ragh ire aaguif colo in me emf.lxn: and r t= tM coin. T. Seal t sof duet cable or HOPE condo eB expandable foam, an atter ac oved method after c Ietlug to pull tests required by Item 622. B. Provide minimum scam' o4 24 In. under roadways, 18 In. In other !ovations, or as shown on the plane.over 9. F oleo a Install I I ca fittings t .D e t cable a HDPE It o of er types of conduit. pct cablemmd HDPE conduit mayDe field-ih moped and spl lmdtwithhPVC or Bei i ma °ROPE with a stainless steel d with !feted ez external boldinfittg clamps connect. coupling locking ring. Iittlno oonneot. with approved Ings. a sing m oved for HOPEtun a boxM udoemay . ex... he W RNC a SCH-40 may conduit nipple d, f 18. of cove B• ° rte of Me ello.. I4 not, ll prigid .tensionva nd ground Waning Is rewired. CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services laepoxy chemical cowl.. mm aconne connecters all Installed a %ed In moor... or dMesive pmwith theal ir mmufacPxa C Do PVC OPE. Do fittings, 1•- . exposed not a glue on not We wafer pipe a conduit with neat ealnk tabing• r connect Ccondui deli tot el.v MillirI rll'n'snapl�eoiRMt 4 Ducat lens. 7g7:1:7.' MIC toP9C . - . - • .. eztendm ase. DD not splice monk""' In y. 1o RNC a Dw /re4111" /' -. Ground rods Ors rd (�Tlo/ i■. �e���•°/XIS 4/4 d. Id" t/� ©OOe ei' �O %jp `� meet, but maymDe mouelsewhere Del shaft foundation YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) TXDOT SIGNALIZATION STANDARD DETAILS II t1 1 . ' . ..:, .... Claes A Concrete Duct caba/HnoE ,�;;� ;;I; PVC Conduit arc �ImNssa- IA��i DUCT CABLE / HDPE AT FOUNDATION body) ng lackig rings. DUCT CABLE/HDPE TO PVC. -rte, Ary s��mv/ Casing $ g Q4"• ,T wweporbomdaf*seuPwMM^ a Duct Cable/HOPE Rigid Coupling �? ELECTRICAL DETAILS / rated 1 :' Conduct m offs suit L � it -" "" -----Rigid Metallic Conduit =it cosh. c Tor to placing DUCT CABLE/ HDPE CONDUIT CorCorrector ---- klnnlno. is a.ym J ED f 1 1 1 -14 ®;mm. n w,.h.h.o° DUCT CABLE/HDPE TO RMC BORE PIT DETAIL m a 0. a,., 5xEn202 of 222 WORDwuexvc NO. STR-899 u CRY PROJECT jE13O96 GENERAL NOTES; 1. DETAILS SHOW A TYPICAL SIGN WITH TWO FLASHING. BEACON HEADS. WHEN ONLY ONE BEACON IS REQUIRED, INSTALL THE UPPER 2. SEE TXDOT 5, ROADSIDE FLASHING BEACON ASSEMBLIES• FOR FURTHER REQUIREMENTS. SEE TXDOT SIM STANDARD SHEETS FOR LATERAL AND VERTICAL CLEARANCES AND SIGN MOUNTING DETAILS. INSTALL SIGNS AS SHOWN ON THE SIGN LAYOUT SHEETS, 4. USE A DRILLED SHAF7 FOUNDATION AS SHOWN IN THE PUNS. WHEN PLANS REQUIRE A DRILLED SHATL FOUNDATION, SEE TXDOT STANDARD SHEET TS -FD. ON A SLOPE, INSTALL ONE EDGE AT TZIJAID4M5DRILLED SHAF7 FOUNDATION IS SUBSIDIARY TO 5. INSTALL BEACON HEADS AS SHOWN HERE. AS SHOWN ELSEWHERE ED USE HARDWARE SPECIFICALLY TSITGINEEDPINI°07INALTNCIIMOV HEADS POLES. 6, PO. SHAFT SHALL BE ONE PIECE, SCHEDULE 60 SPUN ALUMINUM PIPE, ASTM B429 OR UI ALLOWED. O(ALLOY ONLY). NECESSARY xG ALUMINUM AND WI NGT ELECTRICAL CONNECTORS MFO8, PROVIDE SINGLE POLE R NON-FUSEDWATERTIGHT AS SHOWN ON T ILE ROADWAY ILLUMINATION AND ELECTRICAL SUPPLIES.' APPROVTXDOT REM 685. FOR ED ALL A GROUNDo(E"AL)CFUSE ) CONNECTOR NTH A ENUTRoC)LL A BREAKAWAY SE'ELMARKING ANDA PERMANENTLY INSTALLED DUMMY FUSE 9. PROVIDE CLEMANGE AS SHOWN ABOVE THE SIDEWALK OR PAVEMENTGRADE AT THE E.E OF THE R.D. WHEN A BOTTOM BEACON ISNOT USED, MOUNT TRE BOLLOM OF THE SIGN AT LEAST 7ABOVE THE SIDEWALK OR PAVEMENT GRADE AT TRE EDGE OF THE 11. =ER HsEA OF CONDUIT AND GROUND ROD IS BELOW TOP OF 12. EouiPr°T EN. NT WILL BE SELECTED FROM TXDOTS APPROVED 2 670 I **0° (SEE NOTE 10) (SSE NOTESHAFT1 E uxwnON ACORN POP CAP POST (SEI NOTE 6)u CABINET BOX TRUNSFOIOXER BASE B .ICAC MAS. (ausn AES8A9L-S) LINE SIDE INSULATED CON DUnw+s .0 SIDE INSULATED CONDUCTORS FROM GROUND BOx ► B EAKAALAv TRANSFORMER BASE NON-FUSED BREAKAWAY ELECTRICAL CONNECTORS TO FUSHING FLASHING BEACON SECTION gatROu 0) " (SEE SOTS XO) LINE LORD NON-FUSED BREAKAWAY ELECTRICAL CONNECTORS EXPLODED VIEW CONSULTANT'S SHEET No. TNI PROJECT:COR14150 Liu WME A O Wy9 Lo FLASHING BEACON DETAILS 50¢)203 Of 222 REM. DAM NO. STR-899 CITY PROJECT 1E13096 A. 1. GENERAL THECONSTRUCTIONAREAS CONTAIN UNDERGROUND ELECTRICAL LINES, PIPE RUNS, FIBER OPTIC CABLES AND CONDUITS. THE CONTRACTOR SHALL VERIFY SAID LINES PRIOR TO EXCAVATION. 2. HE BIDDER SHALL VISIT THE EOF E WORK AND EXAMINE LOCAL CONDITIONS TO BE ENCOUNTERED, IMPROVEMENTS TO BE PROTECTED AND CONDUCT OTHER RESEARCH NEHCESSARY TO ASSURE THAT THEY UNDERSTAND THE PROJECT THOROUGHLY AND FULLY AWARE OF ALL CONDITIONS AND CONSTRAINTS WHICH MAYBE ENCOUNTERED DURING THE COURSE OF CONSTRUCTION. 9. IN SHALL MAKE THE AGE TO NECESSARDEERSRIRSNOUPLACEES. THE UTITLITIEE9 BAAWN OR NOT ON THE KIIN SEMI EA NO DRAWINGS ION HIAND UTILITY E CONTRACT PPRICE.. ALL SUTCE CONTRACTOR H REPAIRS SHALL CONFORM TO THE REQUIREMENTS OF THE COMPANY OR AGENCY OPERATING THE UTILITY. GENERAL .01. OF WORK B WOK CONSISTS OF, BUT IS NOT LIMITED TO: 1. GAPING • COMPLETE INSTALLATION OF CREPE MYRTLE TREES. WILD OLIVE TREES.FOUNTAIN, FEATHER, MUHLY GRASS& WEDELIA GROUND COVER WITH ALUMINUM EDGING. IN ACCORDANCE WITH PLAN SPECIFICATIONS a CONSTRUCTION DOCUMENTS. CONTRACTOR TO SUPPLY AND INSTALL ALL REQUIREMENTS OF THIS CONTRACT. PREPARE THE SITE OR CONSTRUCTION AS SPECIFIED. SITE PREPARATION TO INCLUDE TOPSOIL PLACEMENT, BACKFILLING, PLANTING MIX PLACEMENT, TOORESSING HARDWOOD MULCH. 2. IRRIGATION • SUPPLY AND COMPLETE INSTALLATION OF AN IRRIGATION SYSTEM. IRRIGATION SYSTEM W7H(5) POINTS OF CONNECTION MAINLINE, INSTALL PVC PIPING, ROGATION CONTROLLERS W/ENCLOSURE LIKE STRONG BOX' OR APPROVED EQUAL PRESSURE VACUUM BREAKER S. ENCLOSURE ON AB" CONC. PAD, CONTROL, VALVES, SUBSURFACE DRIP IN ACCORDANCE W. PLANS AND SPECIFICATIONS. 3. PAYMENT NOTES. • HE CONTACTOR SHALL BE RESPONSIBLE FOR OBTAINING.. APPLICABLE CITY PERMITS AND PAYMENT OF ANY AND ALL FEESASSACIATED WITH • QUANTITIES wgL BE LUMP sum co PACKAGE A& B FOR LANDSCAPE a IRRI.TION IMPROVEMENTS. • EMS OF WORK NOT LISTED SEPARATELY WILL BE CONSIDERED SUBSIDIARY TO HE VARIOUS LANDSCAPE AND IRRIGATION ITEMS AND NOT MEASURED FOR INDIVIDUU PAYMENT. C. LANDSCAPE NOTES 1. CONTRACTOR SHALL BE RESPONSIBLE FOR ANY COORDINATION W/IRRIGATION&SUBCONTRACTORS AS REQUIRED TO ACCOMPLISH ALL LANDSCAPE OPERATIONS. 2. BACKFILL MATERIALS FOR ALL PLANTING SHALL BE IN HE FOLLOWING PROPORTIONS: 2/9 NEW TOPSOIL &1. PEAT HUMUS. PLACE AGRIFORM TABLETS IN ALL BACKFILL MIX 9. TOP DRESS ALL PLANTING AREAS OF A"OF CEDAR MULCH. 4 SOIL SCHEDULE TO BE P TOPSOIL FOR PLANTING BEDS. ALL SOIL FOR PLANTING BEDS, AND FREE FROM TOXIC MINERALS,CHEMICALS,NOXIOUS WEEDS, ROCK LARGER THAN IS8.5-7.5 SOIL TO BE CLEAN IN ANY DIMENSION AND OTHER OBJECTIONABLE MATERIALS. 5. ALL SOIL AMENDMENTS SHALL BE INCLUDED IN THE LANDSCAPE COST FOR PLANTINGS. TILL 9" OF APPROVED PLANTING MIK S. STAKE &GUY ALL TREES. STAKE TREES W/B'T POST. B P" GREEN HOSE. SEE PLANTING DETAILS. 7. EDGING TO BE SAS% VP ALUMINUM EDGING (GREEN IN COLOR). & PLANTINGALL AMULCSHAH. H. FEERTILIEWITH F TI APPROVEDFERTILIZER. 8, DSC4PRELEASE HA P OF MIX TILLED CONTINUOUS O" OF BLENDED TOPSOIL AND LANDSCAPE MIX SLL HAVE N. SAND 45% COMPOST 15% BARK D. IRRIGATION NOTES 1. CONTRACTOR SHALL CONFORM TO ALL CODES a ORDINANCES RELEVANT TO HE WORK UNDER HIS CONTRACT. 2. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL LABOR MATERIALS NECESSARY TO FULLY EECUTE6 GUARANTEE THE WORK ENTAILED IN HESE CONTRACT DOCUMENTS. 9. IRRIGATION SYSTEM LAYOUT IS DIAGRAMMATIC EXACT LOCATIONS OF PIPING,VALVES & OTHER COMPONENTS SHALL BE ESTABLISHED BY CONTRACTOR AND SUBCONTRACTOR IN HE FIELD AT TIME OF INSTALLATION AND APPROVED BY PROJECT ENGINEER & LANDSCAPE ARCHITECT. 4. ALL VALVES SHALL BE PLACED IN I0"624" JUMBO VALVE BO%ES W/MIN. OF P OF GRAVEL MIX FOR DRAINAGE. 5. ACCURATE ARBUILT SHOWING AS A IN.,VALVE LOCATION, SUPPLY LINE 6 SLEEVE LOCATION, WILL REQUIRED ALONG W. ALL PRODUCT INFORMATION & OPERATIONS MANUAL AT PROJECT CLOSE OUT. 8. IRRIGATOR RESPONSIBLE FOR ALL COORDINATION WITH THE LANDSCAPE CONTRACTOR. GENERAL CONTRACTOR AND ALL SUBCONTRACTORS. 7. ALL NECESSARY CONNECTIONS AND FITTINGS SHALL BE SUPPLIED AND INSTALLED BY HE IRRIGATION CONTRACTOR AT THE POINT OF CONNECTION. CONTRACTOR TO Y FOR ALL FEES & PERMITS. 8. THE ENTIRE SYSTEM SHALL BE UNCONDITIONALLY GUARANTEED BY HE CONTRACTOR AGAINST ALL DEFECTIVE WORKMANSHIP AND MATERIALS FOR A ONE YEAR PERIOD FOLLOWING HE DATE OF ACCEPTANCE. THIS INCLUDES TRENCH SETTLEMENT. 9. CONTRACTOR SHALL OBTAIN ANY REQUIRED S,ADHERE TO ALL MUNICIPAL CODES, AND FOLLOW STANDARD AND ACCEPTED LOCAL PRACTICES. 10. PRESSURE VACUUM BREAKER SHALL BE ENCLOSEDLOSEDIN A'STRONG BOX ENCLOSURE OR APPROVED EQUAL. 11. LOCATION OF THE IRRI.TION CONTROLLERS, RAIN RS & PVB SHALL BE APPROVED BY PROJECT 12. LANDSCAPE CONTROLLER & PVB SHALL BE LOCATED INA PLANTING BED IF POSSIBLE AND APPROVED BY L.A�ACTUAL LOCATION & MOUNTING TO BE APPROVED BY LANDSCAPE ARCHITECT 8 PARKS AND RECREATION DEPARTMENT. PVB SHALL BE ENCLOSED (LOCKABLE) & WINTERIZED. SUBMIT SPECIFICATIONS &'CUT SHEETS' FOR APPROVAL 19. IRRIGATION MAINLINE TO BE INSTALLED MINIMUM 2)5' AWAY FROM EDGE OF 2' CONCRETE MOWING STRIP. 14. IRRIGATION CONTRACTOR SHALL SUPPLY & PROVIDE POWER TO ALL IRRIGATION CONTRALLERS.000RDINATE POWER W/ GC AND AEP. OWER/ENERGIZED WITH COME FROM ADJACENT LIGHT POLE. E. SUBSURFACE IRRIGATION SYSTEM PRODUCT: RAINBIRD OR NETAFIM DRIP, SR" S...09 GPH. tY EMRTERS, 1S-16 ROW SPACING. DEPTH TO BE 4' UNDER TOPDRESSING. INSTALL FILTER, PRESSURE REGULATOR. FLUSH VALVES, AND AIR VENT. INSTALLATION: 1. HE DRIP LINE SHALL BE INSTALLED AT A UNIFORM DEPTH & WIDTH. BURY BELOW THE MULCH. 2. PRESSURE TEST HE SYSTEM BEFORE COVERING TRENCHES FOR LFAKS RIO TO PLANTING. 9. PRE -IRRIGATE AREAS TO ENSURE THAT HE SOIL IS HYDRATED TO FIELD CAPACITY BEFORE PLANTING BEGINS. PLANTING : IP LINES WIH 5' STAPLES s' O.C. PL 1. PROVIDE A PROPER COMPACTED SUB GRADE PRIOR TO THE INSTALLATION OF THE DRIP LINE LATERALS. 2. PLANT ALL TREES & SHRUBS PRIOR TO INSTALLING HE DRIPLINE LIN. INSTALLATION STEPS: 1. ASSEMBLE & INSTALL FILTER, REMOTE CONTROL VALVE & PRESSURE REGULATOR VALVE ASSEMBLY. 2. APE OR PLUG ALL OPEN ENOS WHILE INSTALLING HE DRIP LINE TO PREVENT DEBRIS CONTAMINATION REMOVE AFTER INSTALLATION. . INSTALL DRIP LINE IN UNIFORM ROWS. 4. INSTALL AIR VACUUM RELIEF VALVES AT THE ZONES HIGHEST POINTS. STAKE LOCATION FOR APPROVAL. 5. THOROUGHLY FLUSH SUPPLY HEADERS & CONNECT DRIP LINE LATERALS WHILE FLUSHING. FLUSH LINES & CONNECT LATERAL SUPPLY LINE. 8. INSTALL LINE FLUSHING VALVES & FLUSH EACH SEGMENT TO ENSURE THAT NO CONTAMINATKNJ OCCURS. . INSTALL THE ENTIRE SUBSURFACE DRIP AS PER MANUFACTURERS INSTALLATION GUIDE LINES AND AS DETAILED. 8. CONTRACTOR TO PROVIDE DRIP INDICTORS ON ALL DRIP ZONES. 9. CONTRACTOR TO PROVIDE PHOTOS OF AL DRIP RUNS INSTALLED PRIOR TO TOORESS AND IN THE 'AS BUILTS' PLANS FOR REFERENCE & MAINTAIN... LEGEND P.O.C. POINT OF CONNECTION (FIVE) M-1 M-2 M3 M-5 1 12' IRRIGATION METER (FOUR) M3 1" IRRIGATION METER (ONE) C -A C -B GC C -D C -E HUNTER CONTROLLER IC -600 -ACC -PED ISOLATION VALVE, LINE SIZE 4• SCH 40 PVC SLEEVE, (SEE IRRIGATION PLAN) 1 1/4" & 1 1/2" MAINLINE (SEE IRRIGATION PLAN) A Q.C. DESCRIPTION OF ZONE 1" QUICK COUPLER VALVE IN VALVE BOX RAINBIRD OR NETAFIM SUBSURFACE DRIP, 5/8", .09 GPH LIGHT POLE OR PULL BOX (SEE CIVIL PLANS) IRRIGATION VALVE, 1"& 1 12" HUNTER ICV IN VALVE BOX PRESSURE VACUUM BREAKER (1)1"& (4) 1 1/2", FEBCO 8765 OR WILKINS (FIVE) & ENCLOSURE HUNTER RAIN SENSOR MINI CLICK (WIRELESS) SUBSURFACE DRIP SUPPLY LINE, 3/4" SHOWN FOR CLARITY DRIP ZONES TO INCLUDE AIR VENTS & FLUSH VALVES AS PER MANUFACTURERS INSTALLATION INSTRUCTIONS GPM - WEDILIA ZONE -CONTROLLER VALVE SIZE NOTE: IRRIGATION SYSTEM WAS DESIGNED WITH A MINIMUM STATIC PRESSURE OF 50 P51 AT THE P.O.C. INSTALLER SHALL FIELD VERIFY THE PRESSURE PRIOR TO ANY INSTALLATION. IF ANY DISCREPANCY EXIST NOTIFY THE LANDSCAPE ARCHITECT. Pressure Loss Calculation • Zone # 4-B, 33 GPM 1. 1 1/2" Copper Service Line - .31 PS 2. Meter, 1 1/2" 3.10 PS 3. Electric Valve, 1 1/2" 1.90 PS 4. Pressure Vacuum Breaker, 1 1/2- 4.50 PS 5. Mainline 2" 2.38 PS 6. Lateral 2.0 PS 7. Elevation, Loss/Gain N/A 8. Head Pressure Requirement 30.0 PS Design Pressure 44.19 PS Static Preresure 50.00 PS Residual Pressure 5.81 PSI MMI Mal : COR14150 LANDSCAPE AND IRRIGATION NOTES SHEET 204 W 222 FECOADDRAWAIG NO. STR-899 CfrvRAECIM H3099 ]000000 Enn Q Q • 9+00 00 0+00 TOTAL SITS WEDILIA IN ISLAND LD OLIVE TREE, — 5 GULF MUHLY GRASS, ALL DIMENSIONS ARE FROM CENTER OF TREE AND FROM THE LANDSCAPE SIDE OF THE 2' CONCRETE MOWING STRIP TYP.1 CREPE MYRTLE TREE 21 FEATHER GRASS/ PLANTER'A' 10000000�"0001,� �� < nr TECH LINE STA 9+10 NOTE: SHALL LOCATE AND MARK ALL PLANTING BEDS, TREES AND LANDSCAPE ELEMENTS FOR APPROVAL. FIELD ADJUSTMENT MAY BE REQUIRED DUE TO LIGHT POLE LOCATION. ALL ADJUSTMENTS SHALL BE APPROVED BY THE LANDSCAPE ARCHRECT AND THE CITY OF CORPUS CHRISTI. 2 LANDSCAPED MEDIANS SHALL BE CONSTRUCTED WITH A 296 MINIMUM TO 416 MAXIMUM CROSS SLOPE. THE CONTRACTOR IS RESPONSIBLE FOR UNIFORMLY COMPACTING THE SUBORADE OF THE MEDIMS TO PROVIDE FOR POSITIVE NDSCAPE PLAN TOP OF CURB COMPACTEDTOBS%STANOPAO PROCTOROENSRY. V -- 10 1 � _ \ / o — 34 3S — —50 — 63. ` 0+00 3+00 35 00 Tom" / k, 00 2+00 '� — TVP. 1 CREPE MYRTLE TREE 12 FEATHER GRASSIPLANTERI ALL DIMENSIONS ARE FROM CENTER OF TREE AND FROM THE LANDSCAPE SIDE OF THE 2' CONCRETE MOWING STRIP 2 CREPE MYRTLE TREES 12 FOUNTAIN GRASS/ PLANTER ID TOTAL 945 WEDILIA _ 3 LJ 0 a I I 2 LANDSCAPE PLAN 0 10' 20' 40' SCALE IN FEET 0 + MATCH LINE MATCH LINE STA 14+40 n CONSULT/WS SHEET No. TNI PRO1 C,: COR14150 SHEET 205 of 222 RECORD OWING N0. STR-899 OW PROJECT ( 013095 ALL DIMENSIONS ARE FROM CENTER OF TREE AND FROM THE LANDSCAPE SIDE OF THE 2' CONCRETE MOWING STRIP HUMM NOTECONTRACTOR : 1 o SCAPoELENMEENinSGFORRAPTE PPPROVA�L.FIELD oUSSIMENT AY BE REQUIRED DUE TO LIGHT POLE LOCATION. ALL ADJUSTMENTS SHALL BE APPROVED BY THE LANDSCAPE ARCHITECT AND THE CITY OF CORPUS CHRISTI. 2 E CONSTRUCTED WITH A2%MINIMUM TO a% MAXIMUM CROSS SLOPE. THE COMPACTING THE SUBGRADE OF THE RESPONSIBLETRACTOR IS HE MEO ANSTPROVIDELY OR POSITIVE ©i ANDSCAPE PLAN TOP OF CURB COMPACTED TO 95%STANDARD PROCTOR DENSITY. 1 I Imo\ 5 35' 23+00 20+00 21+00 22+00 1 E laW Q=mi� aT 24+00 _ -- _- _-_ TIP. 1 CREPE MYRTLE TREE TOTAL 2800WEDILIA IN TI -118 ISLAND 21 FEATHER GRASS/ PUNTER IT - ALL DIMENSIONS ARE FROM CENTER OF TREE AND FROM THE LANDSCAPE SIDE OF THE 2 CONCRETE MOWING STRIP \ / C -F-1 LANDSCAPE PLAN o TO' 2o' ad SCALE IN FEET N N LLI Z U CONSULTANT'S SHEET No. TNI PR01 C1: COR14150 SHEET 206 o/ 222 RECORD DRAWING NO. STR-899 CITY PROJECT ( (13096 TA 24+75 25+00 47:=,, 000000000000 26+00 T+00 -, 9T mow. •w� •,,tw ALL DIMENSIONS ARE FROM CENTER OF TREE AND FROM THE LANDSCAPE SIDE OF THE 2' CONCRETE MOWING STRIP S. 10 CONTRACTOR SHALL LOCATE AND MARK ALL PLANTING BEDS, TREES AND LANDSCAPE ELEMENTS O LIGHT RFIELD LL POLE LOCATION. ALL ADJUSTMENTS SHABE APPROVED BYTMENT MAY BE EIEIREOOUE 2 THE LANDSCAPE LANDSCAPED MEDIAS snuff BE CONSTRUCTED WITH A 2, MINIMUM TO 4w MAXIMUM CROSS SLOPE. THE CONTRACTOR IS RESPONSIBLE FOR UNIFORMLY COMPACTING THE SUBGRADE OF THE MEDIANS TO PROVIDE FOR POSITIVE DRAINAGE. SELECT BACKFILL MATERIAL FROM STREET EXCAVATIONS TO 4' BELOW TOP TYP.1 CREPE MYRTLE TREE 14 FEATHER GRAS& PLANTERS' r7 TOTAL 1550 WEDILIA IN THIS ISLAND 0 LANDSCAPE PLAN 2 LANDSCAPE PLAN o 10' 20' 40' SCALE IN FEET LLI Z 00 Ih II tH r.1 CONSULTANT'S SHEET No. MI PROI C1: COR14150 SHEET 207 o/ 222 RECORD OWING NO. STR-899 CRY PROJECT ( 013096 B Ell 00 f .3 +00 _. 33+00 34+0035 _.. _.._.. =-y I —32+00 rr WEDILIA ALL DIMENSIONS ARE FROM CENTER OF TREE AND FROM THE LANDSCAPE SIDE OF THE 2' CONCRETE MOWING STRIP WEDILIA a �O a 2 LANDSCAPE PLAN o 10' 20' 40' SCALE IN FEET LLI Z 00 Ih II tH r.1 CONSULTANT'S SHEET No. MI PROI C1: COR14150 SHEET 207 o/ 222 RECORD OWING NO. STR-899 CRY PROJECT ( 013096 MATCH LINE STA 35+22 1. CONTRACTOR SHALL LOCATE AND MARK ALL PLANTING BEDS, TREES AND MAY BE LANDSCAPE ELEMENTS FOR APPROVAL. FIELD. ADJUSTMENT REQUIRED DUE TO LIGHT POE LOCATION. ALL ADJUSTMENTS SHALL BE APPROVED BY THE LANDSCAPE ARCHITECT AND THE CRY OF CORPUS CHRISTI. 2. THE UK/SOAPED MEDIANS SHALL BE CONSTRUCTED WITH A 2% MINIMUM TO 4% MAXIMUM CROSS SLOPE. THE CONTRACTOR IS RESPONSIBLE FOR UNIFORMLY COMPACTING D INAGE. SELECT BACKFILL MATERIAL FROM M STREET PROVIDE XCAVATIONS TO V BELOW TOP OF CURB COMPACTED TO 95%STANDARD PROCTOR DENSITY. ©i ANDSCAPE PLAN MATCH LINE STA 40+50 u � B T9' 3535 —4.alte lL------...._:0..„..-,,,=r.,...2.----....,,,,,,r-.. 77. ... _"W -4.k= /a S9W1.~®f. iiF2 aY,�Tea' Lea T:_` n R aH .. 1 0 0 r Po oa.7 M 0 0 _III 1 35 / 3S 00 35 / 35 33 35 3 00 35 38 35 3 39+00 /— eB-u, 1, /at'.mi,1ti.:ib,,.`p. T NY31Y — ':.- 0+00 EP TYP. I CRE MYRTLE TREE 14 FEATHER GRASS/ PLANTER'S' ALL DIMENSIONS ARE FROM CENTER OF TREE AND FROM THE LANDSCAPE SIDE OF THE 2' CONCRETE MOWING STRIP TOTAL x500 WEDILIA IN TES ISLAND \ n u/ y II 1 Mr it LI 1. CONTRACTOR SHALL LOCATE AND MARK ALL PLANTING BEDS, TREES AND MAY BE LANDSCAPE ELEMENTS FOR APPROVAL. FIELD. ADJUSTMENT REQUIRED DUE TO LIGHT POE LOCATION. ALL ADJUSTMENTS SHALL BE APPROVED BY THE LANDSCAPE ARCHITECT AND THE CRY OF CORPUS CHRISTI. 2. THE UK/SOAPED MEDIANS SHALL BE CONSTRUCTED WITH A 2% MINIMUM TO 4% MAXIMUM CROSS SLOPE. THE CONTRACTOR IS RESPONSIBLE FOR UNIFORMLY COMPACTING D INAGE. SELECT BACKFILL MATERIAL FROM M STREET PROVIDE XCAVATIONS TO V BELOW TOP OF CURB COMPACTED TO 95%STANDARD PROCTOR DENSITY. ©i ANDSCAPE PLAN MATCH LINE STA 40+50 NDSCAPE PLAN o Ice 20. 40. SCALE IN FEET 11111 11 I i1 tH r.1 0)NSOLTNO'S SHEET No. MI PRO./ CI: COR14150 SHEET 208 o/ 222 RECORD OWING NO. STR-899 CRY PRWECT 1E13095 � B T9' 3535 —4.alte lL------...._:0..„..-,,,=r.,...2.----....,,,,,,r-.. 77. ... _"W -4.k= /a S9W1.~®f. iiF2 aY,�Tea' ALL DIMENSIONSARE FROM CENTER OF TYP.i CREPEMYRTL63355 TOTAL 4120 WEDILIA IN TIIS ISLANO� TREE AND FROM THE LANDSCAPE SIDE 14 FEATHER GRAsv PLANTER e OF THE 2' CONCRETE MOWING STRIP T:_` n R aH .. 1 0 0 r Po oa.7 M 0 0 _III 1 NDSCAPE PLAN o Ice 20. 40. SCALE IN FEET 11111 11 I i1 tH r.1 0)NSOLTNO'S SHEET No. MI PRO./ CI: COR14150 SHEET 208 o/ 222 RECORD OWING NO. STR-899 CRY PRWECT 1E13095 MATCH LINE STA 45+75 FOUNTAIN GRASS 8 CREPE MYRTLE TREE GULF MUHLY GRASS 8 WILD OLIVE TREE LEGEND CONCRETE MOWING STRIP ) LANDSCAPE PLAN o lo' zo' ao' SCALE IN FEET NOTE: 1. CONTRACTOR SHALL LOCATE AND MARK ALL PLANTING BEDS TREES AND LANDSCAPE ELEMENTS FOR APPROVAL. FIELD ADJUSTMENT MAY BE REOULRED DUE TO LIGHT POE LOCATION. ALL ADJUSTMENTS SHALL BE APPROVED BY THE LANDSCAPE ARCHITECT AND THE CRY OF CORPUS CHRISTI. 2. THE LANDSCAPED MEDIANS SHALL BE CONSTRUCTED ATRIA 2% MINIMUM TO 4% MAXIMUM CROSS SLOPE. THE CONTRACTOR IS RESPONSIBLE FOR UNIFORMLY COMPACTING D DRAINAGE. SELECT BACKFILL MATERIAL FROM STREET ANS TO PROVIDE XCAVATIONS TO, BELOW TOP OF CURB COMPACTED TO .% STANDARD PROCTOR DENSITY. BLVD. TYP. WILD OLIVE TREE PLANTER ENLARGED PLANTER TYPE SCALE !US TYP. CREPE MYRTLE PLANTER A I�IihI I �I 111 tm ral TYP. CREPE MYRTLE PLANTER B TYP. CREPE MYRTLE PLANTER C CONSULT/NYS SHEET Na. MI P. CT: COR14150 SHEET 209 o/ 222 RECORD DRAWING NO. STR-899 CRY PROJECT 1413096 6+00 J+00 % 4800 49+00 1` 1` .5 �• • 5,0(®i= 1.�2 WIC�. '. :41607-telW �•� J TYP.I CREPE MYRTLE TREE WEOILIA —14 FEATHER GRASS/ PLANTER'S' END OF LANDSCAPE SCOPE OF WORK ALL DIMENSIONS ARE FROM CENTER OF TREE AND FROM THE LANDSCAPE SIDE OF THE 2' CONCRETE MOWING STRIP 4 4 FOUNTAIN GRASS 8 CREPE MYRTLE TREE GULF MUHLY GRASS 8 WILD OLIVE TREE LEGEND CONCRETE MOWING STRIP ) LANDSCAPE PLAN o lo' zo' ao' SCALE IN FEET NOTE: 1. CONTRACTOR SHALL LOCATE AND MARK ALL PLANTING BEDS TREES AND LANDSCAPE ELEMENTS FOR APPROVAL. FIELD ADJUSTMENT MAY BE REOULRED DUE TO LIGHT POE LOCATION. ALL ADJUSTMENTS SHALL BE APPROVED BY THE LANDSCAPE ARCHITECT AND THE CRY OF CORPUS CHRISTI. 2. THE LANDSCAPED MEDIANS SHALL BE CONSTRUCTED ATRIA 2% MINIMUM TO 4% MAXIMUM CROSS SLOPE. THE CONTRACTOR IS RESPONSIBLE FOR UNIFORMLY COMPACTING D DRAINAGE. SELECT BACKFILL MATERIAL FROM STREET ANS TO PROVIDE XCAVATIONS TO, BELOW TOP OF CURB COMPACTED TO .% STANDARD PROCTOR DENSITY. BLVD. TYP. WILD OLIVE TREE PLANTER ENLARGED PLANTER TYPE SCALE !US TYP. CREPE MYRTLE PLANTER A I�IihI I �I 111 tm ral TYP. CREPE MYRTLE PLANTER B TYP. CREPE MYRTLE PLANTER C CONSULT/NYS SHEET Na. MI P. CT: COR14150 SHEET 209 o/ 222 RECORD DRAWING NO. STR-899 CRY PROJECT 1413096 PLANT LIST 0TY. NAME 512E COMMENTS 12 Fountain Grass 3 Gallon Full PGood Color, Pennisetum selaceum 28' Hol, L, Green 798 Feather Grass 1 Gallon Rooted, Full Pot, Naesella tenis5ima New Growth 5 Wild olive Tree 45 Gallon Sgl. Trk., tree Form. Cordia boissieri 6-7' HI., Specimen Match 15.140 804,110 4" P01POTS, 4' HL, Rooted, Wedelia trilobata 3u Cuttings 56 Crepe Myrtle Trees 45 Callon 3' Caliper, Multi Trk., Lagenlromia indica 'Dynamite Red' 3 Trk. 800., 8'-10' Ht. 25 Gulf Mutely Gross 1 Gallon Rooted, 12" HL, 10" 5prb. 845104bergia capilloris New growth LANDSCAPE SUMMARY Londeaape Material UNIT 144' Aluminmum Edging -1/8" % 5.5" Green LF. 180 Bed Preparation Tilled & Prepared (2" OF Mix) 6.Y 380 Topdreasing, 4' of Cedar Mulch C.Y 110 Planting Mix for Trees C.Y 1 Fine & Finish Grading LS 1 Pre–Emergent For Beds L5 360 Top Soil 4' C.1 SET PLUMB CMS. PREIS. RES SO AS TO BEARS/NE RELATRXISISP TO BACISSILL AFTER SEMI. AS RUINS BORE SOSO. IN WS. MINAS GROWSA6 FIT SO BE CIRCELOIRRS VERT.. SIDES PREPARES WAR. MK COMPACT IS LONERS OIL SO DEPTH PR V SHRUB PLANTING'PLAN5 PIT ORNAMEMAL GRASSES SPACING 32' O.C. 32" 0.C. As shown 15" 0.0.8.8. As Shown 32" 0.C. VARIES iovvc slaw-� A mxE .o wE Dov a..vF t t=11 liI�rrI ��II ITII1I II ��4 lel OVIII6 STRIP PLANT NG DETAIL FOR CREPE MYRTLE TREES — � 11=III=111 11=III=111 11=III=11 PLANTING DETAIL FOR WILD OLIVE TREE $a1 MI PROI : COR14150 SHEET 210 M 222 STR-899 crnRfa6cre E130p0 TV14.11. SI. SHOWN FOR CLARDY 'T T_ 1 19 ROWS OF DRIP ,E _�—� �� 12 R0WS OF DRIP 4R0WS OF — LIJ 19NOWSOFDRIP — — w� T1'P. �•S.L Z TVP.0 ROWS OF MLP NP. S ROWS OF DRIP TT. Ya'S.L. TIP. Ye$.L. TT. 5 ROWS OF DRIP U 4+00 11- — TP a'S L SH0WN F0ROLARDY I0000000nEll 4 i ' at I p. 11 MATCH LINE STA 9+10 -'a ISI 0IRRIGATION PLAN -AIIM 1 — a / — 10+0o MAINLINE 1 Y'��''` 13+00 'TVP. .•S.L. SHOWN FOR CLARITY 14+00 — 11+00 12+00 �- ,IOa' 111��'__ .=------ —TVP. �•$.L. 12 ROWS OF DRIP 5 ROWS OF DRIP 2R0W30F DRIP 12 ROWS OF DRIP — ©p SLEEVE 1 2 ROWS OF GRIP TVP.SROWS OF DRIP BROWS OF DRIP TYP. �• S.L. SHOWN FOR CLARITY BED El u o El I I I I I I I I 0 IRRIGATION PLAN o 10' 20' ao' SCALE IN FEET MATCH LINE STA 14+40 CONSULTANT'S SHEET No. TNI PROI C1: COR14150 SHEET 211 0/ 222 RECORD ORAWING N0. STR-899 CRY PROJECT 1E13090 19+00 3 ROWS OF DRIP 12 ROWS OF DRI- NP.ROWS OF DRIP PIP. 5 ROWS OF ORIP TP. y' S.L. SHOWN FOR MARRY HUMM IRRIGATION PLAN L IRRIGATION PLAN o Ta 20' SCALE IN FEET MATCH LINE STA 24+75 CONSULTANTS SHEET No. TNI PRO.I C1: COR14150 SHEET 212 of 222 RECORD OWING NO. STR-899 CRY PROJECT 1E13096 Ci IRRIGATION PLAN G2) IRRIGATION PLAN O 10' 20' 40' SCALE IN FEET CONSULTNII'S SHEET No. TNI PRO.I C1: COR14150 LJ SHEET 213 o/ 222 RECORD OWING NO. STR-899 CRY PROKGT ( 013096 e� I. o a a -4 00 V.- 32+00 33+00 34+00 5+0 32+00 --- --— — ROWS OF GRIP 1 ROWS OF or.S ROWS OF GRIP TYP. �'S.L. 2ROWS OF DR• 11 ROWS OF OR IP a �O a n 88,178, w ,c. I G2) IRRIGATION PLAN O 10' 20' 40' SCALE IN FEET CONSULTNII'S SHEET No. TNI PRO.I C1: COR14150 LJ SHEET 213 o/ 222 RECORD OWING NO. STR-899 CRY PROKGT ( 013096 MATCH LINE STA 35+22 EDIRRIGATION PLAN MATCH LINE STA 40+50 MO 2+00 TP. Ya's.L. as+oo TYP %'SL NP.�^S.L an iln TY°'�•S'L' TYP. 3'sL. 39+00 ++y w®w \ MAINLINE 1 Y' TYP. "S.L 36+00 Nur 44..4 SEE SHEET VW. O^S.0 a7+00 MYwpT. 'P. 1^S.L 35+00 ' PIP. a ROWS OF DRIP TIP. 0V' S.L. SHOWN FOR LIAR,TVP.W9.L. ---- TY P. d ROWS OF DRIP SHOWN FOR CLARITY ROWS OF ORI' . eEow NP. T4 S.L. SHOWN FOR CLARITY y 40+00 n D R 11 TYP.a Rows of GRIP VW. W S.L. SHOWN FOR CLARITY TYP.0 ROWS ForAP P aRaWS OF DRIP TY�._ rA ROWS of oP TP. W S.L. SHOWN FOR CLARITY 11 Rows or DRIP TYP. 1;• S.L. SHOWN FOR CLAR, n yt n u 11 • ea rf U EDIRRIGATION PLAN MATCH LINE STA 40+50 0 IRRIGATION PLAN o 10' 20' SCALE IN FEET CONSULTANTS SHEET No. TNI PR01 C1: COR14150 SHEET 214 00 222 RECORD DRAWING N0. STR-899 *7? ma -v. (E13095 MO 2+00 TP. Ya's.L. as+oo TYP %'SL NP.�^S.L + D , MAINLINE 1 Y2' as o FA .00 — — — 2 ROWS OF DRIP 9 ROWS OF DRIP __ -Pi ' PIP. a ROWS OF DRIP TIP. 0V' S.L. SHOWN FOR LIAR,TVP.W9.L. ---- TY P. d ROWS OF DRIP SHOWN FOR CLARITY ROWS OF ORI' . eEow NP. T4 S.L. SHOWN FOR CLARITY y n D R 11 II 0 IRRIGATION PLAN o 10' 20' SCALE IN FEET CONSULTANTS SHEET No. TNI PR01 C1: COR14150 SHEET 214 00 222 RECORD DRAWING N0. STR-899 *7? ma -v. (E13095 MATCH LINE STA 45+75 TYPICAL ISOLATION VALVE LINE SITE TYPICAL PRESSURE VACUUM BREAKER TYPICAL LIGHT POLE TYPICAL IRRIGATION CONTROLLER TYPICAL SUBSURFACE DRIP LINES AIMIC IN II11. illi • MIA IMINSIMAR -®=�i �`�w. BLVD. P.O.C. #1 STA 8+90 TYPICAL MAINLINE TYPICAL IRRIGATION METER TYPICAL T CONCRETE MOWING STRIP 1V" IRRIGATION METER P.O.C. #2 STA 21+40 P.O.C. & IRRIGATION EQUIPMENT & SCHEMATIC LAYOUT ©i IRRIGATION PLAN o Io• 20' 40' SCALE IN FEET P.O.C. #3 STA 29+30 1111 NOTE: •REFER TO SHEET 215 FOR IRRIGATION LEGEND *POWER TO CONTROLLERS BY CONTRACTOR *CONTRACTOR TO PROVIDE A DISCONNECT SWITCH TO EACH CONTROLLER P.O.C. #4 STA 37+60 P.O.C. #5 STA 47+60 CONSULTANTS SHEET No. TNI SSW C1: COR14150 W go z+ &00 30 8 SHEET 215 00 222 RECORD DRAWING NO. STR-899 000 Mani ( 013096 a6+00 MAINLINE 1 Y' P.O.C.. M. a'S.L. SEESNEEF aT+oo TMP. WS.L _ =s+o0 TYP. 11. SI. TYP. 1r S.L. / 50+oo •�-'E7 49+00 w INNINNION -- _ __ 11 R0WS OF DRIP An ��� -- � TIP. 6 R0WS OF DRIP — _i JTYP. 4 ROWS OF DRIP TYP. 4 ROWS OF DRIP r 11 R0WS OF DRIP ENO OF IRRIGATION SCOPE OF WORK TY, T0"S.L. SHOWN FORCLARRV U TVP.Y"S.L. SHOWN FORCLARNV ED-QTYP. 4•S.L. SHOWN FORCLARITY OEN,� — —/ 1 TYPICAL ISOLATION VALVE LINE SITE TYPICAL PRESSURE VACUUM BREAKER TYPICAL LIGHT POLE TYPICAL IRRIGATION CONTROLLER TYPICAL SUBSURFACE DRIP LINES AIMIC IN II11. illi • MIA IMINSIMAR -®=�i �`�w. BLVD. P.O.C. #1 STA 8+90 TYPICAL MAINLINE TYPICAL IRRIGATION METER TYPICAL T CONCRETE MOWING STRIP 1V" IRRIGATION METER P.O.C. #2 STA 21+40 P.O.C. & IRRIGATION EQUIPMENT & SCHEMATIC LAYOUT ©i IRRIGATION PLAN o Io• 20' 40' SCALE IN FEET P.O.C. #3 STA 29+30 1111 NOTE: •REFER TO SHEET 215 FOR IRRIGATION LEGEND *POWER TO CONTROLLERS BY CONTRACTOR *CONTRACTOR TO PROVIDE A DISCONNECT SWITCH TO EACH CONTROLLER P.O.C. #4 STA 37+60 P.O.C. #5 STA 47+60 CONSULTANTS SHEET No. TNI SSW C1: COR14150 W go z+ &00 30 8 SHEET 215 00 222 RECORD DRAWING NO. STR-899 000 Mani ( 013096 WAP. WIN 2 EExmR/• V �INIMMOV/m 1' ANGLE METER VALVE ON BRANCH VALVE ASSEMBLY (ENCLOSE W. LrETrmdO TYPE 2 COPPER. 0 wM WM ;o /moi REQUIREDRREQUIRED(CONTI(CONTINUO. FROM 0 - 43 FROM HORIZONTAL F=PE- / WNr1" SERVICE LINE MATERIALS SERVICE COMPS FOR NNECTI1M ALLOI/O"rax S .Mm Lwow MANS. MAINS; z I.P. THREAD cw.w Ter STOPS 3/4�rnI,/r.. PIM 2' REQUIRED WITH EP. THR.D INLET BY CCPPER COMPRESSION OUTLET W. CLAMP - CORPORATION STOP REQUIRE° AT ALL SERYCE ALL Lxusv0I SRL.. ALLOWED) BETWEEN 116 MAN TO METER - SIZES RECUIRm 6/4". 1". I 1/2". AND z INGLE METER STOP REQUIRED AT ALL ON ¢ 6/4" a ," -INSTALL 3/4" UNLESS DIRECTED OrxvmSE - COPPER COMPRESSION W/ GUMP INLET n METED COUPLING EDT CUTLET. FUER (gym11002000MPACTOR) VALVEMETER (BY D8ERS1 REQUIRED AT ALL ME,m6 - S=¢ 3/4.. -INSTAL 3/ UNLESS DIRECTED OTHERWISE COUPLING (R. OTHERS) REQUIRED AT ALL METERS - 3 N , - ETN,LE IP. WI P,a COMPRESSION. METER BOX G. NON V/ NOT TAR DIP WALL BE PROM. BY THE COMRACTOR FOR 3//4• METER BOXESSETTINGS. IF EXISTING STRUCTURE COM NOT HAVE ON, FOR URGER (r' a In) METER SETTINGS SHALL BE EDRNSHED Br DIE cm. BRASS FITTINGS BRASS FITTINGS SHALL COMPLY WITH AWN,. .100-112 AND BE WRAPPED IN POLYETHYLENE. UTERAL LINE. 12• IN LIR, IS• COVER FINISHED GRADE WIR E LE PIPE WALL RE. FIRMLY ON TRENCH 00 MY STACK PP. IN TILL TRENCH. PROVIDE HORIZONTAL SEPARATOR. PIPE IN TRENCH DETAIL TOPVIEW PAD SIDE VIEW SMOOTH TOUCH ANCHOR BASE. 0OT. MOUNTING BASE SECURED IN CONCRETE WITH 36" J BOLTS (4 PLACES). illylli�IIL—ITmTI T i SMOOTH TOUCH' STRONG BOX' ENCLOSURE -SECTION/ELEVATION- 3 REMTECANTROLVALVEPRESS. REG. AND FILTER FOR 3UBSURFACE GRIP 1-1 ll SII 1�II n. fT=1TU — T(i-1 I—I iII14III SECTION U. DRIPLINE 'STRONG BOX' SMOOTH TOUCH BACKFLOW CAGE AS SPECIFIED PER 512E. ENCLOSURE LOCKING SWING DOOR (DOOR MOUNTED TO ANCHOR BASE) PADLOCK PROTECTNE COVER. BACKFLOW P01013110. PADLOCK. ENCLOSURE SWIVEL POINT ATTACHED TO MOUNTING BASE. ENCLOSURE SECURED TO BASE ( 6 PLACES ) SCH. 40 PNCHOR BASE MOUNT. POURED CONCRETE BASE, 6" MINIMUM THICKNESS. EXTEND 4" BEYOND OUTSIDE DIMENSIONS OF ENCLOSURE. VALVE BOX W SPECIFI FINISHED GRADE ELECTRIC VALVE OS SPECIFI. SUBSURFACE DRIP DEPTH SHOU. BE Bei2 TRap, OF GRANITE 5. STIALE TYPICAL LgRIERIA COR a FOTHER ORKANTINGS WEDIL SUBSURFACE IRRIGATION INSTALLATION IN PLANTING TYP. ELECTRIC VALVE IRRIGATION SUMMARY PVC LATERAL LINE • DEEP G VEL FILL FABRIC P. MAIN UNE 01Y. NAME DESCRIPTION IB ELECTRIC DRIP nes. Ai 1 1/2'Flush Valves Complete In Place Includes Drip LiVUL, S Vents, ELECTRIC DRIP VALVES 1" Each Includes Drip Linea, Air Vents, Flush Valves Complete In Place 11 QUICK COUPLER 1" <070 4 IRRIGATION METER 1 1/2" Each 1 IRRIGATION METER 1" Each ISOLATION VALVE -LINE SIZE Each 5 IRRIGATION CONTROLLER EOch PRESSURE VACUUM BREAKER, 1 1/2" Each 1 PRESSURE VACUUM BREAKER, 1" <CCP 5 RAIN SENSOR, WIRELESS Each 1,625' MAINLINE, 1 1/2" 185' MAINLINE, 1 1/4' 260' 4" PVC 5CH. 80 IRRIGATION SLEEVE L.F. NOTE: IRRIGATION VALVES ARE DRIP VALVES AND SHALL INCLUDE DRIP LINES AIR VENTS, FLUSH VALVES, SUPPLY LINES 3/4" PVC, R MANIFOLDS IN THE UNIT COST. I. NOTE: SHEET 2160E 222 IS THE LAST SHEET OF THE DRAWINGS CONSULTANLPSSNEET NO. FM Mal COR,4150 IRRIGATION DETAILS SKEET 216 M 222 STR-899 CfrvPRWECTW E13ne 00 91 01 ADDENDUM NUMBER 1 Yorktown Boulevard - Everhart Road to Stapes. Stree Project: (Bond 2014) Owner: City of Corpus Christ City Engineer: J.H. Edmonds, P.E. Designer: Freese and Nichols, Inc. Project Number: E13096 Addendum No. 1 Specification Section: 00 9101 Issue Date: February 17, 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 17, 2017 Name Date Addendum Items: Article 1: - Bidding Requirements - Attachment 1 & 2 Article 2: - Modifications to the Specifications or Technical Specifications - Attachment 3 Article 3: - Modification to the Drawings - Attachment 4 Article 4: - Clarifications �P�� OF • TF�q• • -1 • * • 0. NICHOLAS A. CECAVA i i I0�13 • 97391 •: /� T•• YAC ENSEO ••: . 2-17-I? FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 Firm Name & Registration Number] ARTICLE 1- BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Addendum No. 1 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 009101-1 Rev 01-13-2016 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. SECTION 00 01 00 — TABLE OF CONTENTS 1. DELETE: Standard Specification Section 025414 Aggregate for Surface Treatment in its entirety 2. DELETE: Standard Specification Section 025416 Seal Coat in its entirety 3. DELETE: Standard Specification Section 025418 Surface Treatment in its entirety B. 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) 1.03 MODIFICATIONS TO THE BID FORM A. Section 00 30 01, Bid Form: 1. DELETE: SECTION 00 30 01 BID FORM in its entirety. 2. ADD: SECTION 00 30 01 BID FORM in its entirety (Attachment No. 2) ARTICLE 2 — MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS. 2.01 MODIFICATIONS TO STANDARD SPECIFICATIONS A. SECTION 025414 — AGGREGATE FOR SURFACE TREATMENT 1. DELETE: Standard Specification Section 025414 Aggregate for Surface Treatment in its entirety B. SECTION 025416 — SEAL COAT 1. DELETE: Standard Specification Section 025416 Seal Coat in its entirety C. SECTION 025418 — SURFACE TREATMENT 1. DELETE: Standard Specification Section 025418 Surface Treatment in its entirety 2.02 MODIFICATIONS TO TECHNICAL SPECIFICATIONS A. SECTION 3441 13.00 — TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS 1. PART 3 — EXECUTION a. Paragraph 3.9 Addendum No. 1 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 009101-2 Rev 01-13-2016 ADD: 3.9 C 4. The Contractor is required to have an Econolite controller representative present at the time the signal equipment is turned on. Representatives from other controller unit vendors or manufacturers are not an acceptable substitution to this requirement. The Contractor is solely responsible for coordinating and scheduling the Econolite controller unit manufacturer's representative to be present during signal turn -on. Having a knowledgeable representative at the project site when the controller is ready to be turned on is paramount to the safety and efficiency of this operation. B. 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 C. 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 2.03 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. 3) 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. 3) 5. DELETE: EnGenius — Dual Band Wireless Ruggedized N600 Outdoor Access Point (ENH710EXT) 6. ADD: Intuicom — BroadBand Solutions 5GHz (Integrated) (Attachment No. 3) 7. DELETE: L -COM - Hyperlink Wireless Brand 2.3 GHz to 6.5 GHz Broadband 8 dBi Radome Enclosed Log Periodic Antenna (HG2458-08LP) 8. ADD: EDI (Eberle Design Inc.) PS -250 Heavy Duty Cabinet Power Supply (Attachment No. 3) ARTICLE 3 - MODIFICATIONS TO THE DRAWINGS 3.01 MODIFICATIONS TO THE DRAWINGS A. DELETE the following drawings: Addendum No. 1 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. [13096 009101-3 Rev 01-13-2016 Deleted Drawings Sheet 4 of 222 — General Notes Sheet 5 of 222 — Base Bid (Part 1) — Concrete Pavement Estimated Quantities Summary and Testing Schedule Sheet 5.1 of 222 — Base Bid (Part 2) — H.M.A.C. Pavement Estimated Quantities Summary and Testing Schedule Sheet 132 of 222 — Traffic Control Plan Advance Warning Signage Sheet 133 of 222 — Traffic Control Plan Advance Warning Signage Sheet 134 of 222 — Construction Sequencing Layout Sheet 135 of 222 — Sequence of Construction and General Notes B. ADD the following drawings: Added Drawings Sheet 4 of 222 — General Notes (Attachment No. 4) Sheet 5 of 222 — Base Bid (Part 1) — Concrete Pavement Estimated Quantities Summary and Testing Schedule (Attachment No. 4) Sheet 5.1 of 222 — Base Bid (Part 2) — H.M.A.C. Pavement Estimated Quantities Summary and Testing Schedule (Attachment No. 4) Sheet 132 of 222 — Traffic Control Plan Advance Warning Signage (Attachment No. 4) Sheet 133 of 222 — Traffic Control Plan Advance Warning Signage (Attachment No. 4) Sheet 134 of 222 — Construction Sequencing Layout (Attachment No. 4) Sheet 135 of 222 — Sequence of Construction and General Notes (Attachment No. 4) Addendum No. 1 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. [13096 009101-4 Rev 01-13-2016 ARTICLE 4 — CLARIFICATIONS 4.01 QUESTIONS AND ANSWERS A. Question: How long is the anticipated maintenance period for the landscaping and irrigation? Answer: The City will assume maintenance of the landscaping and irrigation improvements immediately following final acceptance of the entire project. Contractor will still provide a one-year warranty on all landscaping and irrigation improvements B. Question: Will you accept sodding instead of the 100 sy of seeding for erosion control (2- A10)? This would be more cost effective as it is only about 2 pallets of sod. Answer: Yes, sodding will be accepted in lieu of seeding. C. Question: Is Yorktown Boulevard designated as an arterial or collector street? Answer: Yorktown Boulevard is an arterial roadway. D. Question: Street Excavation is measured and paid for by square yards. Can the total cut and fill volume of the roadway be provided? Answer: No. Contractor may compare the elevation and grades of the existing roadway to the new roadway in the Existing Topography Plan (Sheets 13 — 25) and the Street and Storm Water Plan and Profile Sheets (Sheets 56 — 68). E. 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: Pay items 1- E2 and 2- E2 have been established for Gas Line Trench Backfill and Compaction of City Gas Lines. See revised Bid Form and Quantity Summary. F. Question: Where are items 1-B5, 1-B6, 1-B7, 1-B8, 1-B9 located in the plans? Answer: These items are for the HMAC transition to Staples Street shown on Sheet 68 of 222. Items 1-B14 and 1-B15 for Asphalt Pavement Repair (Types 1 & 2) will be used for the other HMAC transitions to side streets and Everhart Road. These transitions are shown in the Street and Storm Water Plan and Profile Sheets. END OF ADDENDUM NO. 1 Addendum No. 1 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. [13096 009101-5 Rev 01-13-2016 ADDENDUM 1 ATTACHMENT 1 SHEET 1 OF 9 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: Yorktown Boulevard — Everhart Road to Staples Street (Bond 2014) Project No. E13096 A. The proposed improvements include concrete or 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, landscaping, irrigation, and IT and street lighting conduit, and coordination with franchise utility owners and City Departments on existing utilities. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is $10,117,000 for Base Bid (Part 1) Concrete Pavement and $9,490,000 for Base Bid (Part 2) H.M.A.C. Pavement. The Project is to be substantially complete and ready for operation within 540 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports, or other information relevant to submitting a Bid for the Project. ARTICLE 3 — DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than 2:00 P.M. on Wednesday, February 22, 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. 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. Invitation to Bid and Instructions to Bidders 00 21 13 - 1 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 Rev 01-13-2016 ADDENDUM 1 ATTACHMENT 1 SHEET 2 OF 9 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 — Yorktown Boulevard — Everhart Road to Staples Street (Bond 2014), Project No. E13096 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 22, 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 10:30 A.M. on Tuesday, February 14, 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 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 Rev 01-13-2016 ADDENDUM 1 ATTACHMENT 1 SHEET 3 OF 9 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 Rev 01-13-2016 ADDENDUM 1 ATTACHMENT 1 SHEET 4 OF 9 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. 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 Rev 01-13-2016 ADDENDUM 1 ATTACHMENT 1 SHEET 5 OF 9 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 Rev 01-13-2016 ADDENDUM 1 ATTACHMENT 1 SHEET 6 OF 9 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 00 21 13 - 6 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 Rev 01-13-2016 ADDENDUM 1 ATTACHMENT 1 SHEET 7 OF 9 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 00 21 13 - 7 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 Rev 01-13-2016 ADDENDUM 1 ATTACHMENT 1 SHEET 8 OF 9 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 8. 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 00 21 13 - 8 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 Rev 01-13-2016 ADDENDUM 1 ATTACHMENT 1 SHEET 9 OF 9 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 00 21 13 - 9 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 Rev 01-13-2016 00 30 01 BID FORM 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 2 SHEET 1 OF 17 Project Name: Yorktown Boulevard from Everhart Road to Staples Street (Bond 2014) Project Number: E13096 Owner: City of Corpus Christi Bidder: Part A - GENERAL (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) OAR: TBD Designer: Freese and Nichols, Inc. Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid (Part 1) Concrete Pavement Part A - GENERAL (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1 -Al Mobilization LS 1 1-A2 Bonds and Insurance LS 1 1-A3 Clear Right -of -Way AC 1-A4 Ozone Day DAY 4 1-A5 Survey Monument EA 2 1-A6 Traffic Control Advance Warning Signage LS 1 1-A7 Traffic Control LS 1 1-A8 Temporary Pavement for Detours SY 1,500 1-A9 Block Sodding SY 13,825 1-A10 Seeding for Erosion Control SY 100 1 -All Silt Fence for Storm Water Pollution Prevention LF 6,864 1-Al2 Curb Inlet Protection EA 25 1-A13 Storm Water Pollution Prevention Plan LS 1 1-A14 Rock Filter Dam LF 45 1-A15 Stabilized Construction Entrance LS 1 SUBTOTAL PART A - GENERAL (Items 1 -Al thru 1-A15) Bid Form - Concrete Yorktown Boulevard - Everhart Rd. to Staples St. (Bond 2014) - Project No. E13096 Page 1 of 17 REV 01-13-2016 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 2 SHEET 2 OF 17 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Part B - RIGID BASIS FOR (CONCRETE) PAVEMENT, MARKING & SIGNAGE IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND PAYMENT) 1-B1 Street Excavation SY 49,002 1-B2 12" Compacted Subgrade SY 43,376 1-B3 6" Crushed Limestone Flexible Base (Type A, Grade 1-2) SY 43,376 1-B4 8" Thick Continuously Reinforced Concrete Pavement SY 41,119 1 65 13" Crushed Limestone Flexible Base (Type S, Grade 1-2) SY 525 1-B6 Geogrid (Tensar TX -5) SY 525 1-B7 Prime Coat (0.15 GAL/SY) GAL 74 1-B8 2" HMACP (Type D) Surface Course SY 491 1-B9 4" HMACP (Type B) Base Course SY 491 1-B10 6" Concrete Driveway SF 17,435 1-B11 Unanticipated Concrete Driveway Removal SF 100 1-B12 4" Thick Colored Concrete Median SF 20,424 1-B13 4" Thick Colored Stamped Concrete Median SF 1,462 1-B14 Asphalt Pavement Repair (Type 1) SY 96 1-B15 Asphalt Pavement Repair (Type 2) SY 168 1-B16 Adjust Existing Manhole to Finish Grade EA 9 1 617 Adjust Existing Telephone/Electrical Box to Finish Grade EA 16 1-B18 Prefab Pavement Marking Type 1 (W) (ARROW) EA 22 1-B19 Prefab. Pavement Marking Type 1 (W) (ONLY) EA 19 1 620 Prefab. Pavement Marking Type 1 (W) (BIKE LANE SYMBOL) EA 12 1-B21 Refl. Pavement Marking Type 1 (Y) (4") (SOLID) LF 9,490 1-B22 Refl. Pavement Marking Type 1 (W) (4") (BROKEN) LF 3,060 1-B23 Refl. Pavement Marking Type 1 (W) (4") (SOLID) LF 9,143 1-B24 Refl. Pavement Marking Type 1 (W) (8") (SOLID) LF 3,025 1 625 Prefab. Pavement Marking Type I (W) (16") (SOLID) LF 120 1 626 Prefab. Pavement Marking Type I (W) (24") (SOLID) LF 380 Bid Form - Concrete Yorktown Boulevard - Everhart Rd. to Staples St. (Bond 2014) - Project No. E13096 Page 2 of 17 REV 01-13-2016 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 2 SHEET 3 OF 17 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1 627 Refl. Pavement Marking Type 1 (W) (4") (BROKEN) 2' SEGMENT, 6' GAP LF 750 1,975 1 628 Refl. Pavement Marking Type 1 (Y) (4") (SOLID) (DBL) LF 630 830 1 629 Prefab. Pavement Marking Type 1 (24"x36" Yield Lines) LF 160 100 1-B30 Eradicate Existing Striping LS 1 1-B31 TY ll -C-R Raised Pavement Marker (Reflectorized) EA 370 1-B32 TY I -C Raised Pavement Marker (Reflectorized) EA 40 1 B33 Street Sign Assembly w/9" Blades (Green) and Stop Sign EA 4 1-B34 Regulatory Sign EA 37 1-B35 Warning Sign EA 6 1-B36 Other Signs EA 8 1-B37 Allowance for Unanticipated Street -Related Improvements LS 1 $ 30,000.00 $ 30,000.00 SUBTOTAL PART B - RIGID (CONCRETE) PAVEMENT, MARKING & SIGNAGE IMPROVEMENTS (Items 1- B1 thru 1-B37) Part C - A.D.A. PEDESTRIAN IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-C1 4" Thick Concrete Sidewalk SF 76,630 1-C2 Concrete Curb Ramp SF 1,975 1 C3 Prefab. Pavement Marking Type 1 (W) (Crosswalk) (10' Wide) LF 830 1 C4 Concrete Sidewalk Retaining Curb (18" Max. Height) LF 100 SUBTOTAL PART C - A.D.A. PEDESTRIAN IMPROVEMENTS (Items 1-C1 thru 1-C4) Part D - RTA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-D1 5" Pedestrian Concrete Bus Stop Pad SF 1,170 SUBTOTAL PART D - RTA IMPROVEMENTS (Item 1-D1 ) Bid Form - Concrete Yorktown Boulevard - Everhart Rd. to Staples St. (Bond 2014) - Project No. E13096 Page 3 of 17 REV 01-13-2016 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 2 SHEET4 OF 17 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Part E - GAS LINE IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-E1 Adjust Existing Gas Valve Boxes to Finish Grade EA 16 SUBTOTAL Part F - LANDSCAPING & IRRIGATION IMPROVEMENTS (Items 1-F1 and 1-F2) Gas Line Trench Backfill and Compaction SUBTOTAL Part E - GAS LINE IMPROVEMENTS (Items 1-E1 and 1-E2) Part F - LANDSCAPING & IRRIGATION IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-F1 Landscaping in Median LS 1 1-F2 Irrigation in Median LS 1 SUBTOTAL Part F - LANDSCAPING & IRRIGATION IMPROVEMENTS (Items 1-F1 and 1-F2) Part G - I.T. IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-G1 2" Dia. PVC (SCH 40) Elect. Conduit w/ Mule Tape LF 5,384 1-G2 24"x36"x18" Pullbox (Handhole) EA 7 SUBTOTAL Part G - I.T. IMPROVEMENTS (Items 1-G1 and 1-G2) Part H - STREET LIGHTING IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-H1 3" Dia. PVC (SCH 40) Elect. Conduit w/ Mule Tape LF 4,100 1 H2 11"x18"x18" Pullbox (Handhole) for Lighting Conduit EA 24 SUBTOTAL Part H - STREET LIGHTING IMPROVEMENTS (Items 1-H1 thru 1-H2) Part 1- SIGNALIZATION IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-11 Everhart Rd. Intersection Signalization LS 1 1 12 Remove and Install School Zone Flasher Assembly EA 2 SUBTOTAL Part 1 - SIGNALIZATION IMPROVEMENTS (Items 1 11 thru 1-12) Bid Form - Concrete Yorktown Boulevard - Everhart Rd. to Staples St. (Bond 2014) - Project No. E13096 Page 4 of 17 REV 01-13-2016 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 2 SHEET 5 OF 17 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Part J - STORM WATER (DRAINAGE) IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-J1 18" Dia. RCP (Class III) LF 501 1-J2 24" Dia. RCP (Class III) LF 1,090 1-J3 30" Dia. RCP (Class III) LF 18 1-J4 36" Dia. RCP (Class III) LF 245 1-J5 42" Dia. RCP (Class III) LF 233 1-J6 48" Dia. RCP (Class III) LF 178 1-J7 54" Dia. RCP (Class III) LF 1,379 1-J8 60" Dia. RCP (Class III) LF 636 1-J9 60" Dia. Precast 30° Bend EA 1 1-J10 Tie -In Existing 18" Dia. RCP EA 2 1-J11 Tie -In Existing 24" Dia. RCP EA 2 1-J12 Tie -In Existing 30" Dia. RCP EA 1 1-J13 Tie -In Existing 36" Dia. RCP EA 1 1-J14 Tie -In Existing 54" Dia. RCP EA 2 1-J15 Tie -In Existing 60" Dia. RCP EA 2 1-J16 Tie -In Prop. 24" RCP to Existing 8'x5' RCB EA 1 1-J17 Tie -In Prop. 18" RCP to Existing Manhole EA 4 1-J18 Tie-in Prop. 24" RCP to Existing Inlet EA 1 1-J19 Sidewalk Drain EA 4 1-J20 5' Standard Curb Inlet EA 20 1-J21 4' Dia. Concrete Storm Water Manhole (Type 'A') EA 2 1-J22 Concrete Storm Water Manhole (Type 'B') EA 1 1-J23 Concrete Storm Water Manhole (Type 'C') EA 3 1-J24 Concrete Storm Water Manhole (Type 'D') EA 11 1 J25 Remove and Replace Existing Curb Inlet Top w/ New Top EA 1 1-J26 Remove Existing Manhole Top and Cap EA 1 Bid Form - Concrete Yorktown Boulevard - Everhart Rd. to Staples St. (Bond 2014) - Project No. E13096 Page 5 of 17 REV 01-13-2016 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 2 SHEET 6 OF 17 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1-J27 Plug Exist. RCP Inside of Exist. Manhole EA 5 33 1-J28 Plug Exist. 27" RCP EA 2 4 1 J29 Grout Fill 15' of Existing R.C. Pipe and Abandon in Place EA 5 2 1-J30 5" Thick Concrete Rip -Rap SF 457 2 1-J31 Concrete Headwall (PW -1) LF 19 2,040 1 J32 Modifications to Exist. Headwall Including Box Culvert Repairs LS 1 347 1-J33 Pedestrian Rail (Type PR1) LF 134 28 1-J34 Remove Existing Concrete Headwall and Rip -Rap LS 1 1-J35 6" Concrete Curb and Gutter LF 125 1-J36 6" Concrete Curb LF 20,414 1-J37 Unanticipated Curb & Gutter Removal LF 100 1-J38 Remove and Replace Concrete Sidewalk SF 100 1-J39 Remove and Replace Concrete Curb and Gutter LF 100 1-J40 Trench Safety for Storm Water Conduits LF 4,280 1 J41 Trench Safety for Storm Water Manhole, Junction Box, and Inlets EA 37 1-J42 Allowance for Unanticipated Storm Water Improvements LS 1 $ 25,000.00 $ 25,000.00 SUBTOTAL PART J - STORM WATER (DRAINAGE) IMPROVEMENTS (Items 1-J1 thru 1-J42) Part K - WATER DISTRIBUTION IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-K1 6" Dia. C900 PVC Waterline LF 18 1-K2 6" Dia. Ductile Iron Waterline LF 33 1-K3 6" Dia. 45° D.I. Bend EA 4 1-K4 6" Gate Valve with Box and Cover EA 2 1-K5 6" Tie -In Connection EA 2 1-K6 8" Dia. C900 PVC Waterline (DR 18) LF 2,040 1-K7 8" Dia. Ductile Iron Waterline LF 347 1-K8 8" Dia. 45° D.I. Bend EA 28 Bid Form - Concrete Yorktown Boulevard - Everhart Rd. to Staples St. (Bond 2014) - Project No. E13096 Page 6 of 17 REV 01-13-2016 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 2 SHEET 7 OF 17 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1-K9 8" Gate Valve with Box and Cover EA 16 1-K10 8" Tie-in Connection EA 10 1-K11 8" x 8" D.I. Tee EA 1 1-K12 8" x 8" D.I. Cross EA 1 1-K13 8" x 6" Tapping Sleeve EA 2 1-K14 12" Dia. C900 PVC Waterline (DR 18) LF 5,375 1-K15 12" Dia. Ductile Iron Waterline LF 172 1-K16 12" Tie -In Connection EA 4 1-K17 12" Dia. 45° D.I. Bend EA 18 1-K18 12" Gate Valve with Box and Cover EA 17 1-K19 12" x 6" D.I. Tee EA 2 1-K20 12" x 8" D.I. Tee EA 9 1-K21 12" x 12" D.I. Tee EA 2 1-K22 12" x 12" D.I. Cross EA 1 1-K23 Abandon in Place Existing 12" Waterline and Fill with Grout LF 5,550 1 K24 Abandon in Place Existing 8" Waterline and Fill with Grout LF 560 1-K25 Fire Hydrant Assembly (Type 1) EA 4 1-K26 Fire Hydrant Assembly (Type 2) EA 16 1-K27 1" Water Service for Irrigation EA 1 1-K28 1 1/2" Water Service for Irrigation EA 4 1 K29 Replace Existing Water Service W/New Service Connection EA 2 1-K30 Adjust Exist. Water Valve Box to Finish Grade EA 6 1-K31 Relocate Existing Water Meter to Property Lines EA 4 1-K32 Trench Safety for Waterlines LF 7,985 1-K33 Allowance for Unanticipated Water Improvements LS 1 $ 15,000.00 $ 15,000.00 SUBTOTAL PART K - WATER DISTRIBUTION IMPROVEMENTS (Items 1-K1 THRU 1-K33) Bid Form - Concrete Yorktown Boulevard - Everhart Rd. to Staples St. (Bond 2014) - Project No. E13096 Page 7 of 17 REV 01-13-2016 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 2 SHEET 8 OF 17 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Part L - WASTEWATER IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-L1 Rehab Existing 18" Wastewater Line w/ CIPP LF 174 1-L2 Bypass Pumping of Raw Sewage LS 1 1-L3 Allowance For Unanticipated Wastewater Improvements LS 1 $ 10,000.00 $ 10,000.00 SUBTOTAL PART L - WASTEWATER IMPROVEMENTS (Items 1-L1 THRU 1-13) Bid Form - Concrete Yorktown Boulevard - Everhart Rd. to Staples St. (Bond 2014) - Project No. E13096 Page 8 of 17 REV 01-13-2016 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 2 SHEET 9 OF 17 BID SUMMARY SUBTOTAL PART A - GENERAL (Items 1 -Al thru 1-A15) 540 SUBTOTAL PART B - RIGID (CONCRETE) PAVEMENT, MARKING & SIGNAGE IMPROVEMENTS (Items 1-B1 thru 1-B37) ESTIMATED SUBTOTAL PART C - A.D.A. PEDESTRIAN IMPROVEMENTS (Items 1-C1 thru 1-C4) days Item DESCRIPTION UNIT QUANTITY UNIT PRICE EXTENDED AMOUNT BID SUMMARY SUBTOTAL PART A - GENERAL (Items 1 -Al thru 1-A15) 540 SUBTOTAL PART B - RIGID (CONCRETE) PAVEMENT, MARKING & SIGNAGE IMPROVEMENTS (Items 1-B1 thru 1-B37) Bidder agrees to reach Final Completion in SUBTOTAL PART C - A.D.A. PEDESTRIAN IMPROVEMENTS (Items 1-C1 thru 1-C4) days SUBTOTAL PART D - RTA IMPROVEMENTS (Item 1-D1) SUBTOTAL PART E - GAS LINE IMPROVEMENTS (Items 1-E1 thru 1-E2) SUBTOTAL PART F - LANDSCAPING & IRRIGATION IMPROVEMENTS (Items 1-F1 thru 1- F2) SUBTOTAL PART G - I.T. IMPROVEMENTS (Items 1-G1 thru 1-G2) SUBTOTAL PART H - STREET LIGHTING IMPROVEMENTS (Items 1-H1 thru 1-H2) SUBTOTAL PART I - SIGNALIZATION IMPROVEMENTS (Items 1-11 thru 1-12) SUBTOTAL PART J - STORM WATER (DRAINAGE) IMPROVEMENTS (Items 1-J1 thru 1- J42) SUBTOTAL PART K - WATER DISTRIBUTION IMROVEMENTS (Items 1-K1 thru 1-K33) SUBTOTAL PART L - WASTEWATER IMPROVEMENTS (Items 1-L1 thru 1-L3) TOTAL PROJECT BASE BID (Part 1) (PARTS A THRU L) Contract Times Bidder agrees to reach Substantial Completion in 540 days Bidder agrees to reach Final Completion in 570 days Bid Form - Concrete Yorktown Boulevard - Everhart Rd. to Staples St. (Bond 2014) - Project No. E13096 Page 9 of 17 REV 01-13-2016 00 30 01 BID FORM 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 2 SHEET 10 OF 17 Project Name: Yorktown Boulevard from Everhart Rd. to Staples St. (Bond 2014) Project Number: E13096 Owner: City of Corpus Christi Bidder: Part A - GENERAL (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) OAR: TBD Designer: Freese and Nichols, Inc. Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid (Part 2) H.M.A.C. Pavement Part A - GENERAL (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2 -Al Mobilization LS 1 2-A2 Bonds and Insurance LS 1 2-A3 Clear Right -of -Way AC 2-A4 Ozone Day DAY 4 2-A5 Survey Monument EA 2 2-A6 Traffic Control Advance Warning Signage LS 1 2-A7 Traffic Control LS 1 2-A8 Temporary Pavement for Detours SY 1,500 2-A9 Block Sodding SY 13,825 2-A10 Seeding for Erosion Control SY 100 2 -All Silt Fence for Storm Water Pollution Prevention LF 6,864 2-Al2 Curb Inlet Protection EA 25 2-A13 Storm Water Pollution Prevention Plan LS 1 2-A14 Rock Filter Dam LF 45 2-A15 Stabilized Construction Entrance LS 1 SUBTOTAL PART A - GENERAL (Items 2 -Al thru 2-A15) Bid Form - Asphalt Yorktown Boulevard - Everhart Rd. to Staples St. (Bond 2014) - Project No. E13096 Page 10 of 17 REV 01-13-2016 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 2 SHEET 11 OF 17 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Part B - FLEXIBLE (H.M.A.C.) PAVEMENT, MARKING & SIGNAGE IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-B1 Street Excavation SY 49,002 2-B2 12" Compacted Subgrade SY 43,902 2-B3 Geogrid (Tensar TX -5) SY 43,902 2-B4 13" Crushed Limestone Flexible Base (Type A, Grade 1-2) SY 43,902 2-B5 Prime Coat (0.15 GAL/SY) GAL 5,569 2-B6 4" HMACP (Type B) Base Course SY 37,123 2-B7 2" HMACP (Type D) Surface Course SY 37,123 2-B8 6" Concrete Driveway SY 17,435 2-B9 Unanticipated Concrete Driveway Removal SF 100 2-B10 4" Thick Colored Concrete Median SF 20,424 2-B11 4" Thick Colored Stamped Concrete Median SF 1,462 2-B12 Adjust Existing Manhole to Finish Grade EA 9 2 613 Adjust Existing Telephone/Electrical Box to Finish Grade EA 16 2-B14 Prefab. Pavement Marking Type 1 (W) (ARROW) EA 22 2-B15 Prefab. Pavement Marking Type 1 (W) (ONLY) EA 19 2 616 Prefab. Pavement Marking Type 1 (W) (BIKE LANE SYMBOL) EA 12 2-B17 Refl. Pavement Marking Type 1 (Y) (4") (SOLID) LF 9,490 2-B18 Refl. Pavement Marking Type 1 (W) (4") (BROKEN) LF 3,060 2-B19 Refl. Pavement Marking Type 1 (W) (4") (SOLID) LF 9,143 2-B20 Refl. Pavement Marking Type 1 (W) (8") (SOLID) LF 3,025 2 621 Prefab. Pavement Marking Type C (W) (16") (SOLID) LF 120 2 622 Prefab. Pavement Marking Type C (W) (24") (SOLID) LF 380 2 623 Refl. Pavement Marking Type 1 (W) (4") (BROKEN) 2' SEGMENT, 6' GAP LF 750 2 624 Refl. Pavement Marking Type 1 (Y) (4") (SOLID) (DBL) LF 630 Bid Form - Asphalt Yorktown Boulevard - Everhart Rd. to Staples St. (Bond 2014) - Project No. E13096 Page 11 of 17 REV 01-13-2016 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 2 SHEET 12 OF 17 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 2 625 Prefab. Pavement Marking Type C (24"x36" Yield Lines) LF 160 1,975 2-B26 Eradicate Existing Striping LS 1 830 2-B27 TY II -C-R Raised Pavement Marker (Reflectorized) EA 370 100 2-B28 TY I -C Raised Pavement Marker (Reflectorized) EA 40 2 629 Street Sign Assembly w/9" Blades (Green) and Stop Sign EA 4 2-B30 Regulatory Sign EA 37 2-B31 Warning Sign EA 6 2-B32 Other Signs EA 8 2-B33 Allowance for Unanticipated Street -Related Improvements LS 1 $ 30,000.00 $ 30,000.00 SUBTOTAL PART B - FLEXIBLE (H.M.A.C.) PAVEMENT, MARKING & SIGNAGE IMPROVEMENTS (Items 2- B1 thru 2-B33) Part C - A.D.A. PEDESTRIAN IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-C1 4" Thick Concrete Sidewalk SF 76,630 2-C2 Concrete Curb Ramp SF 1,975 2 C3 Prefab. Pavement Marking Type 1 (W) (Crosswalk) (10' Wide) LF 830 2 C4 Concrete Sidewalk Retaining Curb (18" Max. Height) LF 100 SUBTOTAL PART C - A.D.A. PEDESTRIAN IMPROVEMENTS (Items 2-C1 thru 2-C4) Part D - RTA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-D1 9" Concrete Bus Stop Pad SF 2,980 2-D2 5" Pedestrian Concrete Bus Stop Pad SF 1,170 SUBTOTAL PART D - RTA IMPROVEMENTS (Items 2-D1 and 2 D2) Part E - GAS LINE IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-E1 Adjust Existing Gas Valve Boxes to Finish Grade EA 16 Gas Line Trench Backfill and Compaction SUBTOTAL Part E - GAS LINE IMPROVEMENTS (Items 2-E1 and 2-E2) Bid Form - Asphalt Yorktown Boulevard - Everhart Rd. to Staples St. (Bond 2014) - Project No. E13096 Page 12 of 17 REV 01-13-2016 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 2 SHEET 13 OF 17 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Part F - LANDSCAPING & IRRIGATION IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-F1 Landscaping in Median LS 1 2-F2 Irrigation in Median LS 1 SUBTOTAL Part F - LANDSCAPING & IRRIGATION IMPROVEMENTS (Items 2-F1 and 2-F2) 36" Dia. RCP (Class III) Part G - I.T. IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-G1 2" Dia. PVC (SCH 40) Elect. Conduit w/ Mule Tape LF 5,384 2-G2 24"x36"x18" Pullbox (Handhole) EA 7 SUBTOTAL Part G - I.T. IMPROVEMENTS (Items 2-G1 and 2-G2) 30" Dia. RCP (Class 111) Part H - STREET LIGHTING IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-H1 3" Dia. PVC (SCH 40) Elect. Conduit w/ Mule Tape LF 4,100 2 H2 11"x18"x18" Pullbox (Handhole) for Lighting Conduit EA 24 SUBTOTAL Part H - STREET LIGHTING IMPROVEMENTS (Items 2-H1 thru 2-H2) 30" Dia. RCP (Class 111) Part 1- SIGNALIZATION IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-11 Everhart Rd. Intersection Signalization LS 1 2 12 Remove and Install School Zone Flasher Assembly EA 2 SUBTOTAL Part 1 - SIGNALIZATION IMPROVEMENTS (Items 2-11 thru 2- 2) 30" Dia. RCP (Class 111) Part J - STORM WATER (DRAINAGE) IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-J1 18" Dia. RCP (Class III) LF 501 2-J2 24" Dia. RCP (Class 111) LF 1,090 2-J3 30" Dia. RCP (Class 111) LF 18 2-J4 36" Dia. RCP (Class III) LF 245 2-J5 42" Dia. RCP (Class III) LF 233 2-J6 48" Dia. RCP (Class III) LF 178 Bid Form - Asphalt Yorktown Boulevard - Everhart Rd. to Staples St. (Bond 2014) - Project No. E13096 Page 13 of 17 REV 01-13-2016 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 2 SHEET 14 OF 17 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 2-J7 54" Dia. RCP (Class III) LF 1,379 2-J8 60" Dia. RCP (Class III) LF 636 2-J9 60" Dia. Precast 30° Bend EA 1 2-J10 Tie -In Existing 18" Dia. RCP EA 2 2-J11 Tie -In Existing 24" Dia. RCP EA 2 2-J12 Tie -In Existing 30" Dia. RCP EA 1 2-J13 Tie -In Existing 36" Dia. RCP EA 1 2-J14 Tie -In Existing 54" Dia. RCP EA 2 2-J15 Tie -In Existing 60" Dia. RCP EA 2 2-J16 Tie -In Prop. 24" RCP to Existing 8'x5' RCB EA 1 2-J17 Tie -In Prop. 18" RCP to Existing Manhole EA 4 2-J18 Tie-in Prop. 24" RCP to Existing Inlet EA 1 2-J19 Sidewalk Drain EA 4 2-J20 5' Standard Curb Inlet EA 20 2-J21 4' Dia. Concrete Storm Water Manhole (Type 'A') EA 2 2-J22 Concrete Storm Water Manhole (Type 'B') EA 1 2-J23 Concrete Storm Water Manhole (Type 'C') EA 3 2-J24 Concrete Storm Water Manhole (Type 'D') EA 11 2 J25 Remove and Replace Existing Curb Inlet Top w/ New Top EA 1 2-J26 Remove Existing Manhole Top and Cap EA 1 2-J27 Plug Exist. RCP Inside of Exist. Manhole EA 5 2-J28 Plug Exist. 27" RCP EA 2 2 J29 Grout Fill 15' of Existing R.C. Pipe and Abandon in Place EA 5 2-J30 5" Thick Concrete Rip -Rap SF 457 2-J31 Concrete Headwall (PW -1) LF 19 2 J32 Modifications to Exist. Headwall Including Box Culvert Repairs LS 1 2-J33 Pedestrian Rail (Type PR1) LF 134 Bid Form - Asphalt Yorktown Boulevard - Everhart Rd. to Staples St. (Bond 2014) - Project No. E13096 Page 14 of 17 REV 01-13-2016 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 2 SHEET 15 OF 17 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 2-J34 Remove Existing Concrete Headwall and Rip -Rap LS 1 33 2-J35 6" Concrete Curb and Gutter LF 10,805 4 2-J36 6" Concrete Reverse Curb and Gutter LF 9,730 2 2-J37 Unanticipated Curb & Gutter Removal LF 100 2 2-J38 Remove and Replace Concrete Sidewalk SF 100 2,040 2-J39 Remove and Replace Concrete Curb and Gutter LF 100 347 2-J40 Trench Safety for Storm Water Conduits LF 4,280 28 2 J41 Trench Safety for Storm Water Manhole, Junction Box, and Inlets EA 37 16 2-J42 Allowance for Unanticipated Storm Water Improvements LS 1 $ 25,000.00 $ 25,000.00 SUBTOTAL PART J - STORM WATER (DRAINAGE) IMPROVEMENTS (Items 2-J1 thru 2-J42) 2-K11 Part K - WATER DISTRIBUTION IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-K1 6" Dia. C900 PVC Waterline LF 18 2-K2 6" Dia. Ductile Iron Waterline LF 33 2-K3 6" Dia. 45° D.I. Bend EA 4 2-K4 6" Gate Valve with Box and Cover EA 2 2-K5 6" Tie -In Connection EA 2 2-K6 8" Dia. C900 PVC Waterline (DR 18) LF 2,040 2-K7 8" Dia. Ductile Iron Waterline LF 347 2-K8 8" Dia. 45° D.I. Bend EA 28 2-K9 8" Gate Valve with Box and Cover EA 16 2-K10 8" Tie-in Connection EA 10 2-K11 8" x 8" D.I. Tee EA 1 2-K12 8" x 8" D.I. Cross EA 1 2-K13 8" x 6" Tapping Sleeve EA 2 2-K14 12" Dia. C900 PVC Waterline (DR 18) LF 5,375 2-K15 12" Dia. Ductile Iron Waterline LF 172 Bid Form - Asphalt Yorktown Boulevard - Everhart Rd. to Staples St. (Bond 2014) - Project No. E13096 Page 15 of 17 REV 01-13-2016 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 2 SHEET 16 OF 17 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 2-K16 12" Tie -In Connection EA 4 1 2-K17 12" Dia. 45° D.I. Bend EA 18 1 $ 10,000.00 2-K18 12" Gate Valve with Box and Cover EA 17 2-K19 12" x 6" D.I. Tee EA 2 2-K20 12" x 8" D.I. Tee EA 9 2-K21 12" x 12" D.I. Tee EA 2 2-K22 12" x 12" D.I. Cross EA 1 2-K23 Abandon in Place Existing 12" Waterline and Fill with Grout LF 5,550 2 K24 Abandon in Place Existing 8" Waterline and Fill with Grout LF 560 2-K25 Fire Hydrant Assembly (Type 1) EA 4 2-K26 Fire Hydrant Assembly (Type 2) EA 16 2-K27 1" Water Service for Irrigation EA 1 2-K28 1 1/2" Water Service for Irrigation EA 4 2 K29 Replace Existing Water Service W/New Service Connection EA 2 2-K30 Adjust Exist. Water Valve Box to Finish Grade EA 6 2-K31 Relocate Existing Water Meter to Property Lines EA 4 2-K32 Trench Safety for Waterlines LF 7,985 2-K33 Allowance for Unanticipated Water Improvements LS 1 $ 15,000.00 $ 15,000.00 SUBTOTAL PART K - WATER DISTRIBUTION IMPROVEMENTS (Items 2-K1 thru 2-K33) Part L - WASTEWATER IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-L1 Rehab Existing 18" Wastewater Line w/ CIPP LF 174 2-L2 Bypass Pumping of Raw Sewage LS 1 2-L3 Allowance For Unanticipated Wastewater Improvements LS 1 $ 10,000.00 $ 10,000.00 SUBTOTAL PART L - WASTEWATER IMPROVEMENTS (Items 2-L1 thru 2-L3) Bid Form - Asphalt Yorktown Boulevard - Everhart Rd. to Staples St. (Bond 2014) - Project No. E13096 Page 16 of 17 REV 01-13-2016 00 30 01 BID FORM ADDENDUM 1 ATTACHMENT 2 SHEET 17 OF 17 BID SUMMARY SUBTOTAL PART A - GENERAL (Items 2 -Al thru 2-A15) 540 SUBTOTAL PART B - FLEXIBLE (H.M.A.C.) PAVEMENT, MARKING & SIGNAGE IMPROVEMENTS (Items 2-B1 thru 2-B33) ESTIMATED SUBTOTAL PART C - A.D.A. PEDESTRIAN IMPROVEMENTS (Items 2-C1 thru 2-C4) days Item DESCRIPTION UNIT QUANTITY UNIT PRICE EXTENDED AMOUNT BID SUMMARY SUBTOTAL PART A - GENERAL (Items 2 -Al thru 2-A15) 540 SUBTOTAL PART B - FLEXIBLE (H.M.A.C.) PAVEMENT, MARKING & SIGNAGE IMPROVEMENTS (Items 2-B1 thru 2-B33) Bidder agrees to reach Final Completion in SUBTOTAL PART C - A.D.A. PEDESTRIAN IMPROVEMENTS (Items 2-C1 thru 2-C4) days SUBTOTAL PART D - RTA IMPROVEMENTS (Items 2-D1 thru 2-D2) SUBTOTAL PART E - GAS LINE IMPROVEMENTS (Items 2-E1 thru 2-E2) SUBTOTAL PART F - LANDSCAPING & IRRIGATION IMPROVEMENTS (Items 2-F1 thru 2- F2) SUBTOTAL PART G - I.T. IMPROVEMENTS (Items 2-G1 thru 2-G2) SUBTOTAL PART H - STREET LIGHTING IMPROVEMENTS (Items 2-H1 thru 2-H2) SUBTOTAL PART I - SIGNALIZATION IMPROVEMENTS (Items 2-11 thru 2-12) SUBTOTAL PARTJ - STORM WATER DRAINAGE IMPROVEMENTS (Items 2-J1 thru 2- J42) SUBTOTAL PART K - WATER DISTRIBUTION IMROVEMENTS (Items 2-K1 thru 2-K33) SUBTOTAL PART L - WASTEWATER IMPROVEMENTS (Items 2-L1 thru 2-L3) TOTAL PROJECT BASE BID (Part 2) (PARTS A THRU L) Contract Times Bidder agrees to reach Substantial Completion in 540 days Bidder agrees to reach Final Completion in 570 days Bid Form - Asphalt Yorktown Boulevard - Everhart Rd. to Staples St. (Bond 2014) - Project No. E13096 Page 17 of 17 REV 01-13-2016 City of Corpus Christi Signalization Standard Product List 1. Wavctronix SmartScnsor Advancc Part Numbcr WX SS 200V Standard backplato WX SS 200V 002 Full rotational backplatc WX SS 200VR Rctrofittcd scnsor with standard backplatc WX SS 200VR 002 Rctrofittcd scnsor 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 t—(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 1 ATTACHMENT 3 SHEET 1 OF 6 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 ncloscd Log Pcriodic Antcnna (HG2158 08LP) ADD: 25. EDI (Eberle Design Inc.) PS -250 Heavy Duty Cabinet Power Supply ADDENDUM 1 ATTACHMENT 3 SHEET 2 OF 6 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 SmartMon%to/© 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 SmartMon%to/® 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 SmartMon%to/® 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 SmartMonitol® 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 SmartMon%to/® 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. 35'1 ❑ East Atlanta Avenue Phoenix. AZ 85040 USA www.E0Itraffic.com MMU2-16LE Catalog Sheet -111616 Tel (450) 968-6407 Fax (602) 437-1998 ,,,,,,,,1 ADDENDUM 1 ATTACHMENT 3 SHEET 3 OF 6 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 0 Li 1- z 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. 14111m.m. 1101. Intuicom's BroadBand Pro software provides real-time access to the status of an Intuicom networkfrom a single screen. ADDENDUM 1 ATTACHMENT 3 SHEET 4 OF 6 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/E1 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 Tntu icomi Wireless Solutions Broadband Solutions 5GHz 5.150-5.825GHz BROADBAND SPECIFICATIONS GENERAL SPECIFICATION rWIRELESSINTERFACE Frequency Range Integrated Stand -Alone Access Point Cluster Size 8.2" x 5.9" x 2.3" w/ antenna 11.0" x 9.T' 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 rWIRELESSINTERFACE 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 FEGULATORY AGENCY CERTIFICATIONS j 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 IEEE NETWORKING FEATURES 802.11e WMM and OOS 802.11h DFS and TPC 802.1d Ethernet Bridging 802.1p 802.1q Traffic Prioritization 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 in 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 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 ADDENDUM 1 ATTACHMENT 3 SHEET 5 OF 6 lEntuiconi Wireless Solutions S-250 Heavy Duty Cabinet Power Supply The ideal power source when using high current devices such as video detection cards. The PS -250 Cabinet Power Supply is a shelf mounted unit which supplies regulated DC power, unregulated AC power, and a line frequency reference for the Detector Rack, Bills, load switches, and other auxiliary equipment. The PS -250 meets and/or exceeds all requirements of the NEMA TS2-2003 (R2008) Standard. All TS -2 Type 1 cabinet assemblies require the use of this unit as well as any TS -2 Type 2 cabinet assemblies that utilize Bus Interface Units (BIU). Each EDI PS -250 Cabinet Power Supply is put through a rigorous three part Total Quality Assurance program and tested under the extreme environmental conditions experienced on the street. It is this commitment to quality and performance that EDI products are known for, providing years of trouble free operation. PS -250 OPERATIONAL FEATURES Basic Functions: The PS -250 provides four outputs rated over the full -300F to 165°F (-34°C to +740C) Nema operating temperature range: Lf +12 VDC rated at 5 Amps Cf +24 VDC rated at 3 Amps Ef 12 VAC rated at 0.25 Amps Ef 60 Hz Line Frequency Reference rated at 50 mAmps Ef Input Voltage Operating Range is 89 Vac to 135 Vac at 50/60 Hz O Power Factor Corrected A separate LED indicator is provided to display output status and fuse integrity for the four supply outputs. The Line Frequency Reference LED indicator pulses to show 60 Hz activity. Input / Output Pins: Pin Function A AC Neutral B Line Frequency Reference Output C AC Line Input D +12 VDC Output E +24 VDC Output F Reserved G Logic Ground H Earth Ground 12 VAC Output J Reserved Test Points: Individual test jacks are provided for the +12 VDC output, +24 VDC output, and Logic Ground reference. Output Protection: The +12 VDC, +24VDC, and 12 VAC outputs are fused for over -current protection. Each output is protected against voltage transients by a 1500 Watt suppressor. Dimensions: Compact Size: 6.0 inches High x 4.0 inches Wide x 8.4 inches Deep Display Indicators: EBERLE DESIGN INC. 3510 East Atlanta Avenue Phoenix, AZ 85040 USA www. EOltraf iic.com PS -250 Catalog Sheet - 102516 Tel (480) 968-6407 Fax (602) 437-1996 FEDI ADDENDUM 1 ATTACHMENT 3 SHEET 6 OF 6 Designed, Manufactured and Tested in the United States of America ISO 9001:2008 Registered GENERAL NOTES BE MO FOR UNDER ITEM 'CLEM lilaii-OF-Wee. Aci4.72. A-SIKEIS r_v,,,Ess NOTED ANEW.. STREET DIMENSIONS SHOWN ON THE PUNS ME TO BACK • ;LIECTIO9 AITRDI'F,,cF=`' iSE47479siFC44:TET"l'igiFFF'%Lr: gl'T'ZN.X=rs,-;TEer:iEFRI,roz,- Fe"tlIrlear:OLIEMeMen 94e,"TOreent:494E97499,0=719EUMTEZSE NTS FOR STR ETS .11:9"111ranASrMr3;. 999"" • C.1,47.741=-902-1:04K,OrPMWW97-76,"11MENMO 90TFE09, 'EnRiEni:ROL.r, THE,E „A, A :FON'CI:Wi9R.FirlInill 2FIFSE7AFSFU99:',7611*0 PSIMINIMM .E7gEqgda:tEaEaia°iaIF= T.N 9 OR, OPTION.. SEPARATE PAYMENT WILL "9" 991:191. u'eg_os AND TRANSITONS IN RE 1M me, TEIEC24-D''4E' re'P2All'ifOT COKREIT PIPES AND BOX CU,ERTS TOP TS OR NOT LESS TLAN ""-er°42".' A.A.POT:HE971T 1°2; G9e:'''''''&10:W2TAIM4E'F-ZnIEFt097;;;;E11;ZODZIT0.i..19.C477. L'ILT.:1174NET-9P9TASP• HALT'En 13. :9:9poR17:0.9ATIWNV "ALL SE ENCLIg, W HIGH ORAME SAFETY EMRICADE FENCE S. APPROVED MuivALENT) NrTOREIfItTES likeLLRIK1E01„1,71:1111L 44,7741;;; rtf ff:LqLAG:MVET 457.131!":11:TS70'TEPrOT 7:1:9'9" 9C1LAFE:P6ILUZEN727::17!:17. OLE REPAIR 360 " ESTEE 70TJETTErciREVH - 0- 224 JR ORNEWAK MID SIOEWAI rzw,t44 4444 SE 44 444,. CI, OF CORPUS 44.4 MAMA. 7o41.171702r" -9" Fgt.! T9'9'99e '9'999 99-r EST ETZAT=17 EA-L.7"d; Inkag..7P4E.V.Mg« ;PA roFiiinFoRL:44:9' ,ST;TZ4sailsirlitifSE3Tai' T'T THESE IMPOPARV MEWS WILL NOT BE PAID FOR DIRECT, B. ED 1. DIRECTED FA CLE ENGINEER. REMOML OF THESE ITEMS IS SUBSIDIARY TO 'STREET "111-19019rSM99RM SEWER VEZL"..1f44` '41a4W°F-wl.,f4tE' °T" 7211474 .`4',EAZ'L"L` 42. .4 FOR PAM.T. pu.E THROAT AM TM „TNILIT,6. POILL11199' Ex, Loop, SHALL BE C MONS :rE 94:99' sEnEY.T.zonTETT U;A°' _ 79987ST0Claill:77 75:19'F'Sr111::EfTILVA: FtLgSgPFFICZIA7. RK e4Le pee::ipe t:7F,,RE ,,,E7.1%smwr CULVERTS AT CROSSCATE DITCH. '71 TZ L EForia1/2.'EX 'L‘'Es'ETUTE To T. cac°7 Ft° AREAS. AS INDICATED RAMP. MAWIN'ErIN :9M3A70 marnpmr. WPM OF CUM AND R.O.W. LINE SHALL OE GRADED. L.._CLIHELAND_WIIIE13 Fcz,' t71.14s-- IS D IITIIITiES AND STORM CRY% EHETricTesiuFffirEir:g7-114E=erVAX.r.f iriTir';1jFir;t45:‘,14:FEY ZlIctiF° WAT 1111.KOLES. TrrEn9=DneSIM FEF'PTIT nrEtE:. umas Ho,/ nrWEE4" ITMIT !UTE WASTEWATER (SANITARY SEWERI A""Tr'' '9'99 "A' 99 '9'91'9 R9:99'n THE "9 99 00/30 61110110 41 MOE F. PIPE NOR OUOCLE IRON PIPE SHALL BE USED FOR ...WATER LINEA i';''''InTT9E7"JP:911"11. n911i,E4g0 :090i1EIWETT:EISiT9FEFILEE;M DONED SANITARY SEWER MNS SMALL BE PLLED PLOWMLE CPO, WATERY, :1:t4 Nrw9LLIPIAVELLT:9TM99YOEL""OFKL:ErSCPS:: ,.04L,ZeweLecNE19;145,1fikitiT'"13ng TH E i.:APPicio'Z'rR"F:gWEWL-V4Anr-rn=nZocrrnvNieuif Artm1 m,er, Awn 9419:10ALME:91::=03EHZ=Or."191." 10 EagarierClerEPITEM'STKVFLOVAP OPERATIONS SY F WATERLINES :CHEEOEN:c:firvE3ZaR4F"ITTF-7"e" PER'"' R. VALVE BOXES MD METER BOxES TO REUAIN IN SERVICE SHALL BE ADKUSTED TO FINISH rfleENT,TRNEVAFTE9ZALCOr'tEiCi:99CFEEC'Eln7 '1919CFPEWULFT:FiNaSAuAN7S7915:09eTtATT4FT, 71ERFAIFTF9EUIER:F919- EZ1E 9n9 n9Ae:L nr ZZ=3A"'"" ""i4KEETIAPITFia7:iii'FIF=o. . P1.1777Ttal'AFWg'WICTICAL AND HORIZONTAL CHAP.. ALIMAIENT MALL BE 17:1-99ANATIAG1TE9rD:S90:119"9191STr9:91 g9ACL 'T 99""TE9 9"9 F" 4 e„e4L e, „. I E , PCEI. FOR REPAIRS. =OWED. EX.. ForE417 2grrE,-.EEP1-17.1-EZ;L'ZI'ED. °TELI'LIZ GEMS. THE CONTRACT° 010r0PLEITMEnOVEGM: :LAT9919S9M:W1CIL9991=0: iEho '911FilOnW:9"nliF9'f9C141FE:ITED:STOAEI.':C1,YOUFIElin'OE"D1f/WIOIRIASTEn: THE ALL ""'"'n • PRIM. BEGINNING IMPROVEMENTS. relvreSTIONS TO THE ExISTINO Mo. SYSTEM WILL BE PAO FOR AS INDICATED IN THE 0 WATERLINES TO BE ABANDONED IN PLACE SPA, BE FILLED WITH FLOW.. ORO. 'ALL "T9' 9 'ArS C9'9 '9"'r9r9 COtlialtirAEM7/P9F90Er: i1.714Fial:FrO9PBETE719712191T, '1:51F90'9TA°1):E:11710h1T ETERSCIETT9SIEELVT:ElFrT9,1,179; A itarTEI2FiE74ansE7,1:T741:1:7' aredEZEIZrZTVIONIRIUTTI5L767411,7°F77 tic,":424;t111:12:141,41t4. PAD FOR SEPARATE TR. R. R. THR RR."' "Lr •••=nen AJZLin.17c747.F: `4.SE-'-747F.PE.77 2,76;:rsi,,TAI:EFc"41,,LEZZ,McE oF TILJE :049,W1,1,ZG BE PM FOR SEPARATE,. BLIT IIMLY0E0 MUER MEAR LE1291a9rEFIN2FE191FTI="791gn979' .1-DIESIGI,LGELIE1119 H TRAFFIG go2rovv:1-0....0.7a 4'0E=.10=-EnT,., =Zs "M9 T99 TA9A'L -r9A" "MRIPFM9LV":7=1199SETS9S90".19 Irt"RAMEr 'Cr0109RAAC'T .19ROVAL FOR CLE LOC... Tr CO:=9170:09= 1:1=1"1: 7099N1VC" 21'1 re''' iN ACCORDANCE PATH THE TM. MANUAL ON MM., TRAFFIC CON.OL DEVI TRAFFIC CONTROL PUN. AND BARRMIDE AND CONSTRUCTION STAIMIRDS. zrz„tr=7- '9"." F" D99" S'99D• 2,99,716 MALL FLEXIBLE MEND. CRITER. rOP'1119AT:iStA:100141111. WERE DESIMM FOR 25 -PEAR L 1...4, .44.4. OF COMMENCE, EVEL OF PROTECT. 4,74,7AEF FaliaFAcv-FrA,TAWIT;Z",7Z-rsgMTL 7,7,naZ,THLE.'"rTin "uP; r4L 'Te"Es1C1142 1,7X:RiNAF luz-zo▪ lynaLegtumm,,:um.A,Fmr-Tri„,„ • •-•••• R"9"" 99n 9"ZigrIA9MT.1:19T7C94"1-9"1" E1119:1MN:LL EFLAD4E.::TqFgELPLi9:92r0Sg7ETZTCE9:0P UCH 1 14LIZPLI9N- T99MU SZC'CL:Ann/T.7AlreiT„laire9AirreFIC ATAISTMe.9 TNE,COAFT.O.N",V,SWINAS EfE0 er,,F TRA.C• 9:101AE eIreelrele11,4Cerrer9"9. '999E 11A1' ::9E'LOCATE LES 091.18-0330 MR 1AS Fe., 0.10 LOWPIOF GROW RIO' ADMIXTURE MANUFACAIRED BY 0 NSTRUMON PRODUCT. FLOW.. eeee1C,SeHALL BE SUPPLIED WITH THE FOLL XIME DY AN .PROVED REACAUKIX ADAM.1111570 ,,,a1-7,EE"P=m, oTTA.T4E.'""'" `" `1"- 100 LBW., PORTUND CEMENT L.K. FL, ASH 250 LEMC, WATER ENEITIN. EigiarsFH'IGETWo:°16etrrgit:Elf ADDENDUM 1 ATTACHMENT 4 SHEET 1 OF 7 - 3 CONSULTANT'S SHEET W. FNI PROJECT: COR14150 30 n QCUJ cf- 00E, 2 z Etw 01= >-LE GENERAL NOTES SHEET 4 *1 222 RECORD WRING NO STR-899 7)11 PROIECT I 413096 a WN001r00's SHEET NR. TNI VROJECT: COR1415O BASE BID (PART 1) CONCRETE PAVEMENT ESTIMATED QUANTITIES - TOTALS BASE BID (PART 1) CONCRETE PAVEMENT ESTIMATED QUANTITIES - TOTALS BASE BID (PART 1) CONCRETE PAVEMENT ESTIMATED QUANTITIES - TOTALS - _ ITE 1 DESCRIPTION 1 UNIT I QUANTITY ITEM DESCRIPTIONU NIT QUANTITY IT DESCRIPTION I UNIT I QUANTITY PART A: GENERAL PART A STORM WATER (DRAINAGE) IMPROVEMENTS PART L: WASTEWATER (SANITARY SEWER) IMPROVEMENTS - - ca (cuss IIp 0 0 I -LI REHAB EXIVNG I, WASTEWATER LINE w/CIPP LP I'•:ANS - RON D I SU E RIGHT -OP- 1-J2CP (CUSS III). - t -u s ALLOWANCE F. UNANTICIPATED WASTEWATER IMPROVEMENTS _ OZON _ CP (Cuss ILA) - AxCE wa+NINO SIGNAGE CP (Cuss ILA) TESTING SCHEDULE - BASE BID (PART 1) CONCRETE PAVEMENT -A7 TR/TEC CONTROL I J7 54. De. RCP (CUSS IIp LP = FOR DETOURS_J6 607 DA RCP ICUs III) LP 836DESCRIPTION RATE EST. O ANTItt AI SILT FENCE PO T ATE POLLUTION P ION LF 6.884 1 19 I J10 607 DA PRECAST 30. BEND TIE IN EXISTING 1, DA RCP a SOILSE A&NICI OLS - CURB INLET TECTI I J11 TIE IN EXISTING 24. DA RCP a STANDARD PROCTOR _ BACKFILL Tw& SOURCE - a ION PRVNIOP ROC FILTER DAM - - - - SUBIGRADE - PER /00001 PER 200 LP NCH/LIFT 250 A, CONSTRUCTION STASIS'T210I0 _° ADE (w STREET-) LT7200/Un FPRTT ES (CONCRETE) PAVEMENT, MARKING & SIGNAGE IM 1,15 _ TIE-IN EXISTING 60. DA RCP -_ a - 60520E (CONCRETES EEn LT/uxe/un 105 1-81 STREET EXCAVATION 9.2 i _ - ¢GRAD[ (OR EIWn)6 - - BASE m A. GRADE 1-21 - - -TO EXISTING ILLI - AD0 (5005001x0) DENSITIES - BEHIND CURB AND GUTTER PER 5000 SF Pm zw LT Toe -FM SE THICK CONTINUOUSLY REINFO.ED CONCRETE 20 5' STAND,. CURS INLET a — -96 FLEXIBLE BARA 0000E —z) EawID MEN sw Tx -5) S020200100i25 1-,722 LE (TYPE .) (TYPE -57 IMECOAT (0 1-023 CONCR,rE sTORM WATER MANHOLE (1000 r) ATTERSURC LIMITS PER 3000 CY -0000(0)0000000530BB — H PEURF M0 0020100(13005)5320020000 B) BASE _ LE (TYPE 0) TP 5/NEW DP MODIFIED mASI ON PER 3D00 CY _ (sADDRD) PER MATERAL SOURCE P. - p - _ - " <<;: a u� ems' m of p CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services -81 ICIPATED PETE DRI CONCRETE I RCPOF LABMANHOLE PER PATERA_ SOURCE PER E = STAMPED um _ .PIPE AND ABANDON IN PLACE BATE (ASPHALT =,5000) LE/UNE/LET -8 — PH LT PAVEMENT (TYPE AIR (TPz) 1-.130 _ 57 THICKCONCRETE nw-) .7 DENSITIES OF COMP.-. BASE (CONCRETE 01EE) OENS0ILS OF COMPACTED BASE (COG) PVmo LT/MOVE/ITT PER 200 LP CSG ,o= = MANHOLE wE FINISH 1-,132 MODIFICATIONS EXIST. HEADWALL INGLMOING we aLVFm REPAIRS -818 B00 TO MNSH GRADE EFAS. PAVEMENT MidiKING TrPE , (n (A4Ro,» RAIL ALL AND RIP RAP LP 1 HOT -MIX M. ASPHALTI) ertRAC7ON. SIEVE ANALYSIS PER SOO TOMS OR DAY — — , (2 CONLY) f (R1 (BINE UNE SYMBOL) P, = GU„IOR STABILITY KE MEIT,DD) PER 500 TONS CR DAY PER 500 TONS OR DAY - PO N•) (sOID) - TEMPERATURE - 010 -N eeeeueue es NEEDED - - , 13) (4-) (5WOK 01:0)) , 0v) (4•l (5OID) - ER LP 100 - PUCE (CORE) S. AIR VOIDS - IN PLACE (CORE) PER 1000 LP STREET P. leee L. elee - REFL. PA E I reee 0 (w) (8)( IID LF 3. 1-NOs THEORETICAL DENSITY - IN PLACE (CORE) PER ,DOG LT STREET -Ba FAB, PA ENT KING TR I 0 OIJD) I NM 1-J42 TRENCH SAFETY PDR STORM WATER 1.1NYHOLE, JUNCTION BOX, AND INLETS UNANS ALLOWANCE FOR CKA TED PATER IMPROVEENTS a Is 37 ' C SE Exr. 6 �REFL. PA E I TYPE , (w) (n )E I x(aro(OLJO002) )z Gw PART WATERR DISTRIBUTION IMPROVEMENTS (UNCONFINEDB. 14, a ze DAY) N - - , (r) )0•) (SOUK) (Gey - ITE (DR ,6) ER / CURS WG/CURB - E ENT KI G E , (14G6 HELD LINES - WATERLINE 0 CURB RM. mu 4000 sE 0 -810 ERADICATE EXISTI PING 1 K3 1 K4 8. DIA 45, DI BEND SE GATE VALVE WITH BOX AND COVER a DRNEWAYS es Ti PER 2500 SF YORKTOWN BOULEVARD EVERHART RD. TO STAPLES 5T. (BOND 2014) BASE BID (PART 1) CONCRETE PAVEMENT ESTIMATED QUANTITIES SUMMARY AND TESTING SCHEDULE - _ - - wI uaxuER (RETLECmRIZED) - FR (REF�CTOM=ED) _ (DR ,B) EA BOX RTsT (cosi-IN-RACE) -IX E) - L PUDE= (GREEN) AND STOP 5FON a E UNE PER aCH _ = BEND a 28 EG (CAST -IN -PUCE) APRONS_ SET. PER 4000 SF = K10 AND CO,ER 87 TIE -IX 0Emn P5 ,O e00-, -fl» ALLowAxcE ITP IMP CRATEDADA Ls , CONCRETE PART C: PEDESTRIAN IM�PPRROVEMENTS = AL (BLAH)RIGID ax STRENGTH (7(= 5 B» (,BIO a» PER 2500 SY OR DAY PER 2500 SVDAY.17 RAMP I - ,B) 1-C3, -u1-C2 (50) (C D WALK) (,B IDEB UNANTICIPATEDCONCRETE CONCRETE SID REMDAL Do ERL.ER SLUMP PER 2500 SY DR DAV -CB DON.ETE ID LK R ,wB 16• MAK. HEIGHT) L ,SO _ BOX AND COVER EA KM: PART D: RTA IMPRWEMENTS ,-D, s PEDESTRIAN C sE t., TG STOP - - EK i THE ABOVE TUTING RATES ARE ON, ANTICIPATED GuIDELINEs, THE ENGINE. RESERVES Nc AT THE ENGINEER'S DISCRETION. RE -TEST PART GAS LINE PRwEMENTs - 1030, -E. MNR uxE GRADE ,SN �PPRT pF:K -3. w A PREVIwsLY TESTm =Erne. THE CIT) F. wmEB RE-Tms LANDSCAPING Se IRRIGATION IMPROVEMENTS - WATERLINE AND FILL WITH .0. ^S NECESSARY. - t-Fz IxRIUTIw, Ix MEDAN1-K26 - ASSEMBLY (TYPE 11ATE 10 R) FIRE RANT LY (20 a 16 PART G: I.T. IMPROVEMENTS - 0.20 IL WATroADDENDUM WSERVICE 1 - PIT (SCH 40) ELECT. eo r w/uULE TAPE - , ,/s• WATER FOR IR ATTACHMENT 4 ,-Cz z4.x .,e PULS° (Id NOHOLE u =1-K.29200 PART H: STREET LIGHTING IMPROVEMENS 1,30 5/0w/NEW svnIOE CONNECTION ADJUST ExIST. WATER VALVE 80xES TO FINISH GRADE a EA a SHEET OF 1-H1 IOC (0CH 40) ELECT. CO IT W/MULF TAPEONDUrt - PROPERTY LIN. -H2 ,,.te.,e vuLlmxP(x R 0011006 CIMPRWEMENTS U 34 LP 7,85 SNEE! S 0l ZZZ R MMS NO. STR-899 ART F SIIGNALIZATION0 ,-K33 ALLOWANCE FOR UNANTICIPATED MATER IMPROwPMEN,s Ls , LS ,=IB REMM,E A2DEVEREART INSTALL GGHGGL =GNE USHER Au0BSI LA BASE BID (PART 1) CONCRETE PAVEMENT CRY PROJECT / 013096 § 4,. 3 P. CONSULTANT'S SHEET No. 1)2 ROJECT: 00014-150 P SE BID PART 2) H.M.A.C. PAVEMENT ESTIMATED QUANTITIES - TOTALS BASE BID (PART 2) H.MAC. PAVEMENT ESTIMATED QUANTITIES - TOTALS BASE BID (PART 2) H.MA.C. PAVEMENT ESTIMATED QUANTITIES - TOTALS . I 81 a. t ::, 4. L.,. ' Z , ,Eg ' a ITEM DESCRIPTION UNIT QUANTITY ITEM DESCRIPTION UNIT 0.NT, ITEM 1 DESCRIPTION 1 UNIT 1 QUANTITY PART 70L PART .1: STORM WATER (DRAINAGE) IMPROVEMENTS PART , WASTEWATER (SANITARY SEWER) IMPROVEMENTS 2-21 moolLeArrel 2-, :a. DA. RCP (CUSS III) . 501 2-L1 REHAB EXISTRO 1.6. WASTEWATER LINE W/CIPP . 174 2-A2 2-u3 .NOS AND INSURANCE CLEAR RIGHT-OF-WAY 2-J2 2-.2 24. DIA. RCP (CUSS III) 30. ou Roe (cuss 2) LF 13 2-L2 2-L3 (muss PUMP. OF RAW SEWAGE ALLOWANCE F. UnANTICIPATED WASTEWATER IMPROVEMENTS . LS 1 1 2-A4 OEGNE DAY 2,4 3-6. DA. RCP (CUSS III) LF 245 2 -es 2-A6 SURVEY MONUMENT TRAFFIC CONTROL ADVANCE WARNING STORAGE 2-J5 4.2. DIA. RCP (CUSS III) LF 233 2-A7 TRAFFIC CONTROL , 2 J6 48. DIA. RCP (CUSS III) LF 170 2-A8 TEMPORAW PAVEMENT FOR DETOURS BLOCK SODDING Sy 1 0 , 5 2,7 2. 54. DIA. RCP (CUSS III) OW DA. RCP (CUSS III) . . 1.370 835 TESTING SCHEDULE - BASE BID (PART 2) H MAC. PAVEMENT .2-A0 2-A10 SEEDING FOR EROSION CONTROL SY 100 2-.19 60. PRECAST 30. BEND IIIIII FREESE RNICHOLS %Tr 1-A11 2-Al2 SILT FENCE FOR STORM WATER POLL.ION PREVENTION CURB INLET PROTECT. LF EA 0,854 2-410 2-J11 TIE-IN EXISTING 18. OA RCP TIE-IN EXISTING 24. OA RCP EA EA 2 2 DESCRIPTION RATE QUEZITY 2-A13 STORM NAT. POLLUTION PREVENTION PUN LS 2-d12 TIE-IN EXISTING ECE OA RCP EA 1 SOILS: 2-A14 2-A15 R.8 FILTER BM/ STASIUZED CONSTRUCTION ENTRANCE LS 43 2-J13 2-216 TIE-IN EXISTING 36. DIA RCP TIE-IN EXISTING 54. Dal RCP EA Efk 1 2 STANDARD PROCTOR - TRENCH BACKFILL STANDARD PROC. - SUBCRA. PER MATERAL SOURCE 500 0/500/42000/ 1 PART 13: FLEXIBLE (H.M.A.G.) PAVEMENT, MARKING Se SIGNAGE IMPROVEMENTS 2-115 TIE-IN EXISTING 60. OA RCP EA 2 DENSFIES - .ENCH BACKFILL PER 200 LF TRENCH/LI, 250 2-81 2-52 STREET IE(CAVATION IV COMPACTED SURGRADE s., SY ,,,..0.2 43,02 2 J16 2 d17 TIE-IN PROP. 24' RCP TO EXISTING 6' 8 5' RCB TIE-IN PROP. 16. Roe TO EXISTING MANHOLE re EA 1 4 DENSFIES - SUBORADE (ASPHALT STREET) DENSFIES - SUBGRADE (CONCRETE STREET) PER 100 LF/UNE/LIF PER 200 LF/LANE/LIE- .0 - 2-93 GEOGRID (0ENSAR TX -5) ,.3.00,00 ,170,.P..24. RCP TO EXISTING INLET EA en 1 4 DENSFIES SUBORADE (DRIVEWAYS) PER 2 DRIVEWAYS 2 -ea 13. CRUSHED LIMESTONE FLEXIBLE RASE (/YPE A. GRADE 1-2) V 4.,,. 2-J20 , orneome cuee lorer ce 20 DENSFIES - SUBORVE (SIDEWALKS) PER 5000 SF 15 2-05 PRIME COAT (015 GAL/. .' '.... 2-12/0 DK CONCRETE STORM WATER MANHOLE (TYPE ,E) 00 2 DENSFIES - BEHIND CURB ARO GUTTER PER 200 LF ,o2 2 -Be 4..HI.MCP (TYPE B) BASE COuRSE SY ''''''.. 2-022 CONCRETE STORM wen 12/2120LE (irer 0') Ek 2-87 2-88 2- HMACP (TYPE 0) SURFACE COURSE 5. CONCRETE DRIVEWAY SY 0007.770 0)2 2-123 2-124 CONCRETE STORM WATER MINIHOLE EWE .C.) CONCRETE STORM WATER MANHOLE (0YPE .D.) EA 11 FLEXIBLE BASE: 02/0 0000002 PER 3000 CY ' 2-89 UNANTICIPATED CONCRETE DRIVEWAY REMOV, . 2 J25 REMOVE AND REPUCE EXISTING CURS INLET POP W/NEW TOP . 1 ATTERBURO LIMITS MODIFIED PROCTOR PER 3000 CY PER 3000 CY 9 g Pe g i 8 /3 3 ,0 P. I 1 . t t g A - g g , .1.1 S g 0o' 6 IPZ:c L,._ t Li° CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services 2-810 2-01/ q THICK COLOREO CONCRE. MEDIAN 4. THICK COLORED STAMPED CONCRETE MEDAN 29.542 1,462 2 J26 2 REMOVE EXIST. MANHOLE roe mo cep PLUG RCP OF en 1 8 LA. ABRASION PER 3000 CY 2-012 NDIUST EXISTING MANHOLE . FINISH GRACE .127 2 J28 EXIST. INSIDE EaS, MANHOLE pLuG EXIST. 27. RCP E, EA 2 CDR (STANDARD) WET PALL MILL TEST PER MATE., SOURCE PER MATERIAL SOURCE 2-813 2-314 2002) 0000 TELEPHONE/ELECTRICAL BOX TO FINISH GRADE PREFAB. PAVEMENT MARKING TRE 1 (W) (,,RROW) .2-a29 .0 GROUT FILL 15. OF ExsnNo R.C. PIPE AND ABANDON IN PLACE 5.. THICK CONCRETE RIP -RAP EA SF 457 5 TRAXAL TEST PER MATERAL SOURCE 2-5000020002 WOMEN) MARKING TYPE I (12) (0ox.") 07 05 2-131 CoNcRETE 0002220/0 (2/5/) DENS.. OF COMPACTED BASE )22002/0 022002)) PER 100 LF/LANE/LIFT 428 2-015 PREFAB. PAVEMENT LIARKING TaPE 1 (W) (BIKE /250 22252/) 02 12 2-232 MODIFICATIONS TO EXIST. HEADWALL INCLUDING BON CuLVERT REPAIRS LS 1 DENSFIES OF COMPACTED BASE (0200000 00000)) PER 200 LE/LANE/LET - 0007020L 2-1110 PAVEMENT MORKNO TT/ 1 (V) (4.) (SOLO) REFL PAVEMENT MARKING TypE I (V (e) (BROKEN) 9.490 0.050 2-133 2-104 PEDESTRAN RfaL (TYPE PRI) REMOVE CORCRE. AND RIP L2 134 LENSMES 00 204500)20 BASE (MO PER MO LF CM 102 2-0)90200. PAVEMENT meg.. Ty, 1 (W) (4.) (SCaID) 0143 2-035 ExISTING HEADWALL -RAP 5. CONCRETE CURB 0 G.TER . 10.805 HOT -NIX ASPHALT (WM) 2-0M 2-821 REFL. !MENEM 1ANRIONW TYPE 1 05) O) (SOLID) PREFAB. PAVEMENT MARKING TyPE 1 (W) (15, (SCUD) 3,025. 120 2-.1.36 2-.7 5. CONCRETE REVERSE CURB de GUTT. UNARTCIPATED CURB & SUTTER REMOVAL . LF 9.730 100 EXTRACTION SIEVE ANALYSIS us ores, 0 STABILItt PER 500 TONS OR DAY PER 500 TONS OR DAY 16 10 2-B22 PREFAB. PAVEMENT MARKING VC, I (00 1001(00/2) 380 2-132 0240022 220 REPLACE CONMWE SIDENIALP SF 100 002000/80DENSITY (RICE METHOD) PER SOO TONS OR DM 15. 2E929 0-520020/. ''200 22.92..... 1-,0 1 (M) (4.) (BROKEN) V SEGMENT, 5' OAP P020420) 20015100 TYPE 1 (0) (e) (00,10) (OBL) 750 2-039. 2-040 REMOVE AND REPLACE CONCRETE CURB AND CUTTER TRENCH SAFETY FOR STORM 521/5 2000000 LF /0 100 4,80 TEMPERANRE - DURING LAV -DOWN THICKNESS - IN 5/020 (0222) coeneuous AS NEEDED PER 1000 . STREET 5 2-B25 PREFAB. PAVEMENT MARKING TrPE 1 (2.36' YIELD LINES) 150 2-.1 TRENCH SAFETY FOR STORM WATER MANHOLE. JUNCTION BOX. AND INLETS EA 37 X NR VOIDS - IN PUCE (CORE) PER .0 Lr STREET 5 2-B26 2-027 ERADICATE EXISTNG STRIPING n II -C-R .SED PAVEM9VT MARKER (REFLECTORI7.) EA 370 ALANCE F. UNANDCIPATRM WATIMEMNTS LOWERPROVE 2-J42 ED STO PART K: WATER DISTRIBUTION IMPROVEMENTS X THEORETICAL DENS, - IN PUCE (CORE) PER 1000 LF 017 5 2-820 n I -C RAISED PA,MENT MARKER (REFLECTORIZED) 2-rc1 6. DIA. C900 PVC WATERLINE (Oslo) /018 /NACRE, 2-B29 2-B30 STYE NM ASSWFILY 2,93 BLADES (GREEN) AND STOP SON REGULATORY SM 2-02 2-I. 0. DA. DUCTLE RON WATERLINE 5. DIA 9, Da. BEND . 33 (UNCONFINED COMPRESSIO0 7, 14. 0 20 oer) CURB & CUTTER / CuRB PER 500 LF C&O/CuR8 41 YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) BASE BID (PART 2) H.M.A.C. PAVEMENT ESTIMATED QUANTITIES SUMMARY AND TESTING SCHEDULE , 2-E131 WARNING SIGN 2-88 6' GATE VALVE WITH BOX AND COVER EA 2 SIDERALKS AND CURB BYARS PER .00 sr 2o 200THER 2-93.3 SIMS ALLOWANCE FON UNAMCIPATED S.CE-REUTED IMPROPMENTS 2-25 2-N6 6' TE -IN CONNECTION 5. DIA. CSOD NC WATERLINE (OR 18) EA . 2 2.040 DRNEWA. CURB. POST & GRATE IN.. PER 2500 SF PER 5 EACH ADA PEDESTRIAN IMPROVEMENTS 2-87 5. DIA DUCPLE IRON NATERENE . 347 BOX CULVERTS (GST -IN -PUCE) PER . LF 20 2-c1 e 4. THICK CONCRETE SIDEWA. CONCRETE CuRB Ramp ,F SF yo.o. 1.975 2 . 2 KS 5. DIA 45. D.I. BEND fE GATE VALVE anTa DO% ANC COVER EA cs WINGWALLS STORM MANHOLES (GST -IN -PUCE) PER EACH PER 2 EACH a 2-C2 (0 2-C3 PREFAB. PAVEMENT MARKING -NNE 1 ON (ccossweer) (1(21 el.) 1 810 Da TIE IN CONNECTOR , lo 50002 00025 d< S.,. PER 4220 SF 1 2-C4 CONCRETE SIOEWA. RETUNING CuRD (15. MAX. HEIGHT) . 100 EA 1 MANHOLE CONCReese/rooVEMrENTeo RIGID ETE PA: PER 10 EACH 2 8.. PART 0: RTA IMPROVEMENTS SF 1 ,9.° Cp,0081EC1,8ETRLBUcS,,,,STORETEPA.,,s 2-813 2-814 5.. 5a TAPPING SLEEVE 12. DIA. C900 PVC WATERLINE (OR 113) EA LF 1 B3.7S GOISRESSION STRENGTH (7 le 28 DAY) PER 2500 SY OR DAY - sT,op ,A0, SF I ' '.° ).• PART E: GAS LINE IMPROVEMENTS 2-K15 2-816 Ic. me. DUCTILE vox WATERLINE IV TE -IN CONNECTION LF EA 172 a FLEXURAL (BEAN) S.ENOTH (7 tr M MO AIR CONTENT PER MOO SY OR DM PER 2500 sr OR PM - - 2 -EI hOJUST EXIMNC CM VALVE BOXESGRADE 2-KI7 123 DIA. LIS' WI. BEM EA 13 SLUMP PER csoo sr OR OM - Y mox GAS U.... BALKH, MO COMPACTION PART F: LANDSCAPING . IRRIGATION IMPROVEMENTS 2,18 123 GATE VALVE WI. BOX exo COVER EA . 17 2 2-F1 LANDS..100 IN MEDIAN2-02002:000)02EA 9 MIES: , 2-F2 IRRIGATION IN MEDAN PART G: I.T. IMPROVEMENTS 2-821 2-022 IV 0 I2. Oa. TEE 123 2 123 DE CROSS EA NA 2 ( I. THE ABOVE TESTING RATES ARE ONLY ANTICIPATED GUIDELINES, THE ENGINEER RESERVES pA 7210 &MI- 4...cuor TESTING AT THE ENGINEER'S DISCRETION. RE -TEST )... 2_0, 2. DA. PVC (SCH 40) ELECT. CONWIT W/MULE TAPE 2-62 263216321133 NUM% (RANCHO.) LP 3.384 00 0 2-023 2-024 ABANDON 1N PLACE 000-800 12. WATERLINE AND FILL WITH GROUT ABANDON IN PUCE EXISTING 8. WATERLINE MO FILL WITa GROUT LF . 5.550 560 2. MOISNRE CONTENTS TO eE INCLUDED WrtH DENS, TES, ). PART HI STREET LIGHTING IMPROVEMENTS 2-02001522 HYDRANT ASSEMBLY (/YPE I) t,:t10:10Z17:00FURt017.PNTRTSt ZITYLZZTVA.7701107f,41-1 4... 2-01 13. DA. PVC (SCH 4o) ELECT. CONDUIT W/MULE TAPE La 8,000 2-000 FIRE HYDRANT ASSEMBLY (1-rPE 2) EA 16 2-H2 11,18,18. PILLBOX (HANDHOLE) FOR LICHT. moue , SIGNALIZATION IMPROVEMENTS 2-827 2-ne r WATER SERVICE FOR IRRIGATION : 1/V WATER SER,ACE FOP IRRIGATION EA EA 1 4 ADDENDUM I SIONALI7ATION ' ' 2-820 REPLACE EXIS),. WATER SERVICE W/NEW SEROCE CONNECTION EA 2 ATTACHMENT 4 , :1; flEV.,,,,,,,HARTE 2,7,N11:,-.ER.S.E:-c7.1 COL ZONE FLASHER ASSEMBLY 2-8.30 NIPUST EX!, WATER VAL, BOXES To. FINISH GRADE EA 6 SHEET 3 OF 7 2-831 2-832 RELOWE EXISTING WATER METER TO PROP.TY LINES TRENCH SAFETY FOR WATERLINES . 4 SHEET 5.1 Of 222 ,-. DRAM NO. STR-899 2-833 ALLOWANCE FOR 11NANTICIP,ED WATER IMPROVEMEN. LS 1 BASE BID (PART 2) H.M.A.C. PAVEMENT CRY PROJECT / E13096 1111111111111111 1111111111111111 Illlllllllma .i■■■■■i ���11■■■ \u■■■■■■■u■■■■■■■ IIIII 111111 III re eis O OP 11111111 oNGTANc EGAL ■■ 0mow -,/-,..! r ...J ii. 111 uu.uuII.....■ ems ma C 1 WA 1111-1I 111111 iEll 'milli 11 ■111111111111111► FP TOLEDO go r =J. ■3 k.IPA .. I,t ul\ 'r,IIU 111,11 quill i� Oft/Pr YORKTOWN BLVD. 311) O0 rj`o�l`�I►6 �� (pi /1■■ O �■�. ■9��E■�,.._ IR Ar, E 0 fi z i \:?3 ♦�� �� Win 1681 I "1" 110 ��.�o� msk-2 s♦ umit t1�\II■o--igt‘hrre, 141 • ft so,.. i .. — LEGEND sEs TRAFFIC SIGNS =OPPOSING TRAENC VERTICAL CUNE .,DERs ELS(SPACING AS Pm PLANS) nae III BARRIeAD (ousxnc nwci¢raniSA xlxc AS PER PUNS) • TYPE B DIRECT= ONwcnmlOw PANEL F TILIFFIC W., a NO LETT OR RIDNT TURN PERMTEO ® CONSTRUCTION WORK AREA i 1 uu..........uIuuI.uI.II nimma ''ima=i onkel ouro ,\,1 \,KI a \/IST TRAFFIC CONTROL ADVANCE WARNING SIGNAGE BID ITEM -1-4. USSENC CONTROL ADVANCE WARNING axTrscasxE) pnoWlwo (�) T(2A)Em ou.„nTeF T 0, BE :T.0 USED THROOGHOUT THE CONSURUCTION PRASE MESSAGE =ARDS AND ARROW 80AROS WILL BE USED AS DIRECTED BY THE ENGINEER. THE CONTRACTOR WILL SELEUP, MESSAGE BOARDS AND DPP= BOARDS IN SIO ITEM 4 -ASA ORAFOC CONTROL ADVANCE WARNING SIGNAGE, A -Aa oR -AR .::Lt1a2.hDtt.411ouNitb260. 10114-4,1cci ENT KING HAAG CRETE I POW OF INTERSECTION LPD.E.LA = OPPOSING TRAFFIC LANE DIVIDERS OBEY WN8VNG SIGNS STATE LAW SPR BROO BEGIN ZONE TRAFFIC FINES DOUBLE PRE PRESEIR O O END ROAD WORK ROAD WORK 0)000 21[)S ROAD WORK 4• NEU x MILES NEST X MILES LJ Hortem RMu ABBESS ADDENDUM ATTACHMENT4 SHEET4 OF 7 ROAD WORK NEST 0 MILES END WORK ZONE 25 O O NAILTANT'S SHEET I FROJECT:COR14I5D Le O 20132w222 WORD DRAWING ND. STR-899 CM 2020561 i E13096 o,. Jan DE, 2017 - 106.>s N., b., F1. NxIENDnanINRR,CV-.K3-TRAF-LOA«P,ARD PRI E CH PP, 441 -- O 0 J � 0A o L 111 11 o opo o 11 _ 1111111111 1111111111�I� —= E 111111 0 VD BOB A R 11111111111�\��4 adI 1 OU N BLVD. e BOST A O NM ._ NM mm 1111111111 CI TRAFFIC CONTROL ADVANCE WARNING SIGNAGE N0 PMITEM PH.. TRAFFIC OL(zj N E WARNING SIGNAGE WILL BE USED. (2 unc M SS 2EI .w0 1rro (z) 14:114 002 NM 0 RTFFE IUE o US TO e MESSAGE BOARDS AND ARROW B.RDS IN BID IMA EAE.. "TRAFFIC CONTROL ADVANCE WARNING SIGNACE. OBEY AWNING SIGNS STATE LAW O BEN WORK ZONE TRAFFIC FINES DOUBLE ARE MiESENT 71171:1 c=p ENO ROAD WORK ROAD WORN 4. %MILES ROAD WORK F NM MILES NEST % MILES NAME CONTRACTOR ADDENDUM 1 ATTACHMENT 4 SHEET 5 OF 7 ROAD WORK NEST % MILES END WORK ZONE 25 © © © O © O 3 _ o CUNAILRM'S SHEET No. ml PROJECT: 00014160 0 U) CC LLT §a Y- 0 cs, 0 — Oo0O z C] Z 0. 00 cc 0_ Q O zQ z a� 0z Z 05 OQ U < V QQ cr I— Q 0NEEr133 w 222 1.0110 OFWWING ND. STR-899 CM' PROJECT 1213096 cte. Jnr x7, x017 - 100.F LGEFAL N ENDHo.Inws.V-YHB-TRAF-LOCNA a.a - -- I I I III ARON DP. ■■ .1111111111 . ..i ME ON niiiiiiNiii1°11111 146.14. ELEL �NNRII 1 1i11111 MP A RN E RLE W MEL R MP P11 AAP, H1164,71116A -_ rAt ago ii :: M 0 -: .. I 11 Oft 11111111111111 111 powism ,%UW NIB -- IiiiiIpttti 0 CONSTRUCTION SEQUENCING LAYOUT 56111,1 0 200 400' SCALE: 1 4200 ism 4.1 I DO I WW :: ii () SP -- ._. W 1111 I-, ;...... III►wiii MEND. THE r%'//p4///,01.64T CONK o PWOPP AREA rDNNraWN eEw. 111111 ADDENDUM 1 ATTACHMENT SHEET 6 OFA ma ERNT'S SHEET I NpJECT:CDR14t6D o8) ��PP- 0 0O z z Z 00= ceo0 < z 0 z 86134 of 222 WORD 016WING NO. STR-899 IXD' MOMC6! E13066 to Jnn er, 201 - tn56 6mn sJ Hie: NSA SDe Ipc1,Cv-rHR-TRnr-SEaa.9 SEQUENCE OF CONSTRUCTION NOTE: PHASE t ITZETZ UT.= ZEFIcAnIT HrE/TroHRZ;:H.'"m=E7A:ceg:To'.ITvE=e•CosZNr= NI, a I'. " ISE.. CURB, SIDER. AND ROADWAY IMF.VENEWS. PHASE IA L'%:1."c(7r.IHTHE'n(*o"-1:/:FSEE-VEZPLn.'s'st rAgTsA-rACFELFZOZ EX1rINIG'TES7RIITME7."' .INTAIN A MINIMUM OF ONE LYRE IN UCH DIRECTION. MAINMIN ACCP3S TO ALL DRIVEWAYS. CONSTRUCT INALER, STORM, UTILITY. CURB, SOMALI, AND R... IMPROVEMENTS. PuAqF STAPL.. mANTAIN"A*.1.1.1 OP ONE UNE IN PaCH DIRECT. IMNTAIN ACCESS ALL DRIVEWAYS CONSTRUCT SALER, STORM, UTIUTY. CURB, SIDEWA. AND ROADWAY IMPRO.XENTS PH.E3 HALSITrIrlYIE=OTRLAYFF'I'Sg ft,r6fAr'Z'F?ClEPEXTIZGa.A:T710'. EVERHART RD. MAINTAN A MINIMUM OF ONE UNE IN EACH DIRECTION. MAINTAN ACCESS . ALL DRIVEWAYS. CON.D. SALER. STORM. UTIU. CURB, SIDEWALX, SIONALIZATION AND RO.WAY IMPROV.ENT. alASS_IS FTCIN'ECX=C=EL1417.6THELE'IWE'El'ITSSTA.T+C23'6'NCOH 3+95. MANTAIN A MINIMUM OF ONE .E IN EACH DIREC5ON.W.TAIN ACCESS TO ALL DRIVE... C.STRUCT WKLER, STORM. IITILITY. CURB, SIDEWALK, SI.ALI.ON. AND ROADWAY IMPROVEMENTS. PHASE / ST.. UTILITY, CURB. SIDEWALK. SIGNALI.50, AND ROADWAY 11.PROVEMENT. PHASE 4A CONTRACTOR SHALL BEGIN PHASE 4A ONLY ARER COMPLETION MO ACCEPTANCE OF PHASE 4 WITH NO OUTSTANDING PONOH UST ITEMS. TRANSITION USTBOUND TRAFFIC TO 560 -WAY TRAFFIC IN EXISTING WE.OUND LAN. BETWEEN 1+00 AND STA, 12+00. MAINTAIN A MINIMUM OF ONE UNE IN EACH DIRECTION MAINTAIN ACCESS TO ALL DRIVEWAYS CONSTRUCT WAT., ST.16 UTILITY, CURB. SIDEWALK. SIGNALIZATION. AND ROADWAY IMPROVEMENTS PHASF5 (SEE NOTE 0) CONTRACTOR SHALL BEGIN PHASE 5 ALTER COMPLETION 343 ACCePTANCE OF pHASE NTH NO OUTSTANDING PONCH UST ITEMS. THIS PI.L PHASE INVOLVES THE EN5RE LEN. OF THE PROJECT, BEGINNING THE WEST .D OF THE EVERH. RD. INTERSECTION AND PROCEEDING E.. STAPLES ST. INTERSECTION. T.FFIC WILL CONTINUE IN B.H DIRECTIONS ON .E NEW ROADWAY UNES. FI.L WORN 0.N MEDIANS VKLL BE ACCOMPLISHED BY RESTRICTING TRAFFIC FROM THE INNER SO THAT 5NAIr. MEDANEWORK INCLUDING LANDSCAPING IF AUTHORIZER WILL TAKE PUCE WITH E.BOUND ITNTTFATAll".'3AULTLERPELRTIAENZSIONA07, S-17T,ZATNTTRAr.F1(HG5 'AND CRLDTDZELC171.1T'S'ARKE1',3, FIN'ar'LLAPI‘LOSS°T1IrETITSMTE0 TRAFFIC SIG.L CONTROLLE.. REA.AL OF TEMPO.. POLLUTION MEYER,. CONTROLS AND TRAFFIC CONTROL DEVCES. FINAL CLEAN -DP AND MAKE READY TO OPEN THE COMPLETED ROAM.' TO TRAFFIC, AND P.JECT O.SE-OUT. NOTE: . UTILISE APPROPRALE TRAFFIC CONTROL F. 0 PUC.E. OF FINAL ASPHALT PAVEMENT SE...PE IF ASPHALT P.EMENT R.DWAY IS SELECTED. PRIME COAT (0.15 CAL.,5) 1=11=1 Is:ur=u=rorT Pl'Eflia72:Arrird4L" El I rirr: HIEfR7PCRTOFOFD DENSITY (AS. D-1157) (1) TEMPORARY PAVEMENT REPAIR A 4'e'ifE,715,04'`TiFirsTfzre.:- A GENERAL NOTES FOR TRAFFIC CONTROL: 1. ROAR CLOSURES SDN. BE LUITED TO WORK IARILLE7=ELPSEIRLISSVS7PROIDAT 7,7Kgmarzrz,w.. - THAT **" AF'R L.CY/17..TOR"TV_ 'ADZE IPEIZZEPIIITOYDESIT4SOTItET11%a Inzg, '141'17.1,1ZW11,.; 211 THE gPLENETral IlAWDACT330 grfETTPEVIVSNr2/6DrRATI.CPC61401=''''' F0.5aZi0071,iEr.,i5.1C0WaiFi!ET:SiEeLiaiFIE°4°4" 0. ELL-FF0si,Farlamme.m 0.0t,r0F0; gz0E04 tyczerarD0v.ozg IT gr. -.100,,,,G0z7.0eccra g0J-r- nefezrum-0 :442107,00.A Teuwners 'LA". B'E'FlIFIUr..="2°11.111TELPZP....VVIL-EglgOLIL'AtTOLS.IfLASTDCILPIO frwe'gg,r-L DI.REPANCY BADE. THTPSRAFFITSUIRIrRLZ/VrTrigrAlf.ITC2 IrOVOTERT,K1E7.0rXIM.D. ASHALL ierig,1723THEFIFLROLTRATSITIArlIN=01PLBMITCP=22LSIWW412X6E1201113.7E26'11= 'SZTTIC=DE'ALISINTS%Une THIENASIfY RCZY+41-1=E FTACSEART:SOALOLS1r1=-7e111G°Hr).''"Lren r_'1.31TVCD.ZEFERrIEDVE117.11=711AMArEUreVaRnRKEETS1.1 IZLTSTIBIZY Tr,L=Te. 1-'E1`. OF F0F7FTESTRiatFiFthariii:E5: 0":,71'2.1 T?TL2F0-00---- 14. THE CON.CTOR SHALL MAINTAIN ALL REGULATORY SI.S MIRING THE CONSTIVICTION PERIOD. 15. ALL CONST... „A.!. SIGNS NM BE GROUND MOUNTED OR ENGINE. APPROVED PORTABLE MOUNTING D.C.. 16. ...31.0.Z4LI_,DoON.Y.E,Gla =Apra. INIONIZEZDayo.AT (361)-826-3.7 IN THE EVENT THAT -'r'HCEL"CIFATIF0/+NANTLFATI'1"P'CPFAriglEel,il'ESZEnle'NIFT'EPRTOIIIVFZ‘H'EM'MCTEIV L MIONEVEMIECO . --------- 20 =CT, SILL,3Z-c.°11111,.. CI. TRAFFIC ENGINEERING DEPARTMENT LFAST 72 HOURS PRIOR TO MAKING ANY UNE i.11 -7,s7 EyH°::°;rzo.B-Tt.,:TrF7.°=m,rrE,°x°ay°°g,°E.°rz<zrzat =4°. 23. CO.LACTOR MUST IINNTAIN ONE SIDE OF STREET OPEN AS A ADA ACCESSIBLE ROUTE AT ALL TIMER gTYPICAL EDGE TREATMENT DETAIL 0 BUSINESS SIGN PLACEMENT DETAIL ADDENDUM 1 ATTACHMENT 4 SHEET 7 OF 7 Mt,Oilloations to OW Item Oturntwot .T1 - CCNSICANTS SHEET NI FMK, CORM150 r. 1 A - ,A 576 SHEEn 35 of 222 1.0110 OWING NO. STR-899 CM' PROJECT 1E13096 otta Jan 27, 2017 - 10,521an Um, DJ FIR GENERAL NOTES BE MO FOR UNDER ITEM 'CLEM lilaii-OF-Wee. Aci4.72. A-SIKEIS r_v,,,Ess NOTED ANEW.. STREET DIMENSIONS SHOWN ON THE PUNS ME TO BACK • ;LIECTIO9 AITRDI'F,,cF=`' iSE47479siFC44:TET"l'igiFFF'%Lr: gl'T'ZN.X=rs,-;TEer:iEFRI,roz,- Fe"tlIrlear:OLIEMeMen 94e,"TOreent:494E97499,0=719EUMTEZSE NTS FOR STR ETS .11:9"111ranASrMr3;. 999"" • C.1,47.741=-902-1:04K,OrPMWW97-76,"11MENMO 90TFE09, 'EnRiEni:ROL.r, THE,E „A, A :FON'CI:Wi9R.FirlInill 2FIFSE7AFSFU99:',7611*0 PSIMINIMM .E7gEqgda:tEaEaia°iaIF= T.N 9 OR, OPTION.. SEPARATE PAYMENT WILL "9" 991:191. u'eg_os AND TRANSITONS IN RE 1M me, TEIEC24-D''4E' re'P2All'ifOT COKREIT PIPES AND BOX CU,ERTS TOP TS OR NOT LESS TLAN ""-er°42".' A.A.POT:HE971T 1°2; G9e:'''''''&10:W2TAIM4E'F-ZnIEFt097;;;;E11;ZODZIT0.i..19.C477. L'ILT.:1174NET-9P9TASP• HALT'En 13. :9:9poR17:0.9ATIWNV "ALL SE ENCLIg, W HIGH ORAME SAFETY EMRICADE FENCE S. APPROVED MuivALENT) NrTOREIfItTES likeLLRIK1E01„1,71:1111L 44,7741;;; rtf ff:LqLAG:MVET 457.131!":11:TS70'TEPrOT 7:1:9'9" 9C1LAFE:P6ILUZEN727::17!:17. OLE REPAIR 360 " ESTEE 70TJETTErciREVH - 0- 224 JR ORNEWAK MID SIOEWAI rzw,t44 4444 SE 44 444,. CI, OF CORPUS 44.4 MAMA. 7o41.171702r" -9" Fgt.! T9'9'99e '9'999 99-r EST ETZAT=17 EA-L.7"d; Inkag..7P4E.V.Mg« ;PA roFiiinFoRL:44:9' ,ST;TZ4sailsirlitifSE3Tai' T'T THESE IMPOPARV MEWS WILL NOT BE PAID FOR DIRECT, B. ED 1. DIRECTED FA CLE ENGINEER. REMOML OF THESE ITEMS IS SUBSIDIARY TO 'STREET "111-19019rSM99RM SEWER VEZL"..1f44` '41a4W°F-wl.,f4tE' °T" 7211474 .`4',EAZ'L"L` 42. .4 FOR PAM.T. pu.E THROAT AM TM „TNILIT,6. POILL11199' Ex, Loop, SHALL BE C MONS :rE 94:99' sEnEY.T.zonTETT U;A°' _ 79987ST0Claill:77 75:19'F'Sr111::EfTILVA: FtLgSgPFFICZIA7. RK e4Le pee::ipe t:7F,,RE ,,,E7.1%smwr CULVERTS AT CROSSCATE DITCH. '71 TZ L EForia1/2.'EX 'L‘'Es'ETUTE To T. cac°7 Ft° AREAS. AS INDICATED RAMP. MAWIN'ErIN :9M3A70 marnpmr. WPM OF CUM AND R.O.W. LINE SHALL OE GRADED. L.._CLIHELAND_WIIIE13 Fcz,' t71.14s-- IS D IITIIITiES AND STORM CRY% EHETricTesiuFffirEir:g7-114E=erVAX.r.f iriTir';1jFir;t45:‘,14:FEY ZlIctiF° WAT 1111.KOLES. TrrEn9=DneSIM FEF'PTIT nrEtE:. umas Ho,/ nrWEE4" ITMIT !UTE WASTEWATER (SANITARY SEWERI A""Tr'' '9'99 "A' 99 '9'91'9 R9:99'n THE "9 99 00/30 61110110 41 MOE F. PIPE NOR OUOCLE IRON PIPE SHALL BE USED FOR ...WATER LINEA i';''''InTT9E7"JP:911"11. n911i,E4g0 :090i1EIWETT:EISiT9FEFILEE;M DONED SANITARY SEWER MNS SMALL BE PLLED PLOWMLE CPO, WATERY, :1:t4 Nrw9LLIPIAVELLT:9TM99YOEL""OFKL:ErSCPS:: ,.04L,ZeweLecNE19;145,1fikitiT'"13ng TH E i.:APPicio'Z'rR"F:gWEWL-V4Anr-rn=nZocrrnvNieuif Artm1 m,er, Awn 9419:10ALME:91::=03EHZ=Or."191." 10 EagarierClerEPITEM'STKVFLOVAP OPERATIONS SY F WATERLINES :CHEEOEN:c:firvE3ZaR4F"ITTF-7"e" PER'"' R. VALVE BOXES MD METER BOxES TO REUAIN IN SERVICE SHALL BE ADKUSTED TO FINISH rfleENT,TRNEVAFTE9ZALCOr'tEiCi:99CFEEC'Eln7 '1919CFPEWULFT:FiNaSAuAN7S7915:09eTtATT4FT, 71ERFAIFTF9EUIER:F919- EZ1E 9n9 n9Ae:L nr ZZ=3A"'"" ""i4KEETIAPITFia7:iii'FIF=o. . P1.1777Ttal'AFWg'WICTICAL AND HORIZONTAL CHAP.. ALIMAIENT MALL BE 17:1-99ANATIAG1TE9rD:S90:119"9191STr9:91 g9ACL 'T 99""TE9 9"9 F" 4 e„e4L e, „. I E , PCEI. FOR REPAIRS. =OWED. EX.. ForE417 2grrE,-.EEP1-17.1-EZ;L'ZI'ED. °TELI'LIZ GEMS. THE CONTRACT° 010r0PLEITMEnOVEGM: :LAT9919S9M:W1CIL9991=0: iEho '911FilOnW:9"nliF9'f9C141FE:ITED:STOAEI.':C1,YOUFIElin'OE"D1f/WIOIRIASTEn: THE ALL ""'"'n • PRIM. BEGINNING IMPROVEMENTS. relvreSTIONS TO THE ExISTINO Mo. SYSTEM WILL BE PAO FOR AS INDICATED IN THE 0 WATERLINES TO BE ABANDONED IN PLACE SPA, BE FILLED WITH FLOW.. ORO. 'ALL "T9' 9 'ArS C9'9 '9"'r9r9 COtlialtirAEM7/P9F90Er: i1.714Fial:FrO9PBETE719712191T, '1:51F90'9TA°1):E:11710h1T ETERSCIETT9SIEELVT:ElFrT9,1,179; A itarTEI2FiE74ansE7,1:T741:1:7' aredEZEIZrZTVIONIRIUTTI5L767411,7°F77 tic,":424;t111:12:141,41t4. PAD FOR SEPARATE TR. R. R. THR RR."' "Lr •••=nen AJZLin.17c747.F: `4.SE-'-747F.PE.77 2,76;:rsi,,TAI:EFc"41,,LEZZ,McE oF TILJE :049,W1,1,ZG BE PM FOR SEPARATE,. BLIT IIMLY0E0 MUER MEAR LE1291a9rEFIN2FE191FTI="791gn979' .1-DIESIGI,LGELIE1119 H TRAFFIG go2rovv:1-0....0.7a 4'0E=.10=-EnT,., =Zs "M9 T99 TA9A'L -r9A" "MRIPFM9LV":7=1199SETS9S90".19 Irt"RAMEr 'Cr0109RAAC'T .19ROVAL FOR CLE LOC... Tr CO:=9170:09= 1:1=1"1: 7099N1VC" 21'1 re''' iN ACCORDANCE PATH THE TM. MANUAL ON MM., TRAFFIC CON.OL DEVI TRAFFIC CONTROL PUN. AND BARRMIDE AND CONSTRUCTION STAIMIRDS. zrz„tr=7- '9"." F" D99" S'99D• 2,99,716 MALL FLEXIBLE MEND. CRITER. rOP'1119AT:iStA:100141111. WERE DESIMM FOR 25 -PEAR L 1...4, .44.4. OF COMMENCE, EVEL OF PROTECT. 4,74,7AEF FaliaFAcv-FrA,TAWIT;Z",7Z-rsgMTL 7,7,naZ,THLE.'"rTin "uP; r4L 'Te"Es1C1142 1,7X:RiNAF luz-zo▪ lynaLegtumm,,:um.A,Fmr-Tri„,„ • •-•••• R"9"" 99n 9"ZigrIA9MT.1:19T7C94"1-9"1" E1119:1MN:LL EFLAD4E.::TqFgELPLi9:92r0Sg7ETZTCE9:0P UCH 1 14LIZPLI9N- T99MU SZC'CL:Ann/T.7AlreiT„laire9AirreFIC ATAISTMe.9 TNE,COAFT.O.N",V,SWINAS EfE0 er,,F TRA.C• 9:101AE eIreelrele11,4Cerrer9"9. '999E 11A1' ::9E'LOCATE LES 091.18-0330 MR 1AS Fe., 0.10 LOWPIOF GROW RIO' ADMIXTURE MANUFACAIRED BY 0 NSTRUMON PRODUCT. FLOW.. eeee1C,SeHALL BE SUPPLIED WITH THE FOLL XIME DY AN .PROVED REACAUKIX ADAM.1111570 ,,,a1-7,EE"P=m, oTTA.T4E.'""'" `" `1"- 100 LBW., PORTUND CEMENT L.K. FL, ASH 250 LEMC, WATER ENEITIN. EigiarsFH'IGETWo:°16etrrgit:Elf ADDENDUM 1 ATTACHMENT 4 SHEET 1 OF 7 - 3 CONSULTANT'S SHEET W. FNI PROJECT: COR14150 30 n QCUJ cf- 00E, 2 z Etw 01= >-LE GENERAL NOTES SHEET 4 *1 222 RECORD WRING NO STR-899 7)11 PROIECT I 413096 a WN001r00's SHEET NR. TNI VROJECT: COR1415O BASE BID (PART 1) CONCRETE PAVEMENT ESTIMATED QUANTITIES - TOTALS BASE BID (PART 1) CONCRETE PAVEMENT ESTIMATED QUANTITIES - TOTALS BASE BID (PART 1) CONCRETE PAVEMENT ESTIMATED QUANTITIES - TOTALS - _ ITE 1 DESCRIPTION 1 UNIT I QUANTITY ITEM DESCRIPTIONU NIT QUANTITY IT DESCRIPTION I UNIT I QUANTITY PART A: GENERAL PART A STORM WATER (DRAINAGE) IMPROVEMENTS PART L: WASTEWATER (SANITARY SEWER) IMPROVEMENTS - - ca (cuss IIp 0 0 I -LI REHAB EXIVNG I, WASTEWATER LINE w/CIPP LP I'•:ANS - RON D I SU E RIGHT -OP- 1-J2CP (CUSS III). - t -u s ALLOWANCE F. UNANTICIPATED WASTEWATER IMPROVEMENTS _ OZON _ CP (Cuss ILA) - AxCE wa+NINO SIGNAGE CP (Cuss ILA) TESTING SCHEDULE - BASE BID (PART 1) CONCRETE PAVEMENT -A7 TR/TEC CONTROL I J7 54. De. RCP (CUSS IIp LP = FOR DETOURS_J6 607 DA RCP ICUs III) LP 836DESCRIPTION RATE EST. O ANTItt AI SILT FENCE PO T ATE POLLUTION P ION LF 6.884 1 19 I J10 607 DA PRECAST 30. BEND TIE IN EXISTING 1, DA RCP a SOILSE A&NICI OLS - CURB INLET TECTI I J11 TIE IN EXISTING 24. DA RCP a STANDARD PROCTOR _ BACKFILL Tw& SOURCE - a ION PRVNIOP ROC FILTER DAM - - - - SUBIGRADE - PER /00001 PER 200 LP NCH/LIFT 250 A, CONSTRUCTION STASIS'T210I0 _° ADE (w STREET-) LT7200/Un FPRTT ES (CONCRETE) PAVEMENT, MARKING & SIGNAGE IM 1,15 _ TIE-IN EXISTING 60. DA RCP -_ a - 60520E (CONCRETES EEn LT/uxe/un 105 1-81 STREET EXCAVATION 9.2 i _ - ¢GRAD[ (OR EIWn)6 - - BASE m A. GRADE 1-21 - - -TO EXISTING ILLI - AD0 (5005001x0) DENSITIES - BEHIND CURB AND GUTTER PER 5000 SF Pm zw LT Toe -FM SE THICK CONTINUOUSLY REINFO.ED CONCRETE 20 5' STAND,. CURS INLET a — -96 FLEXIBLE BARA 0000E —z) EawID MEN sw Tx -5) S020200100i25 1-,722 LE (TYPE .) (TYPE -57 IMECOAT (0 1-023 CONCR,rE sTORM WATER MANHOLE (1000 r) ATTERSURC LIMITS PER 3000 CY -0000(0)0000000530BB — H PEURF M0 0020100(13005)5320020000 B) BASE _ LE (TYPE 0) TP 5/NEW DP MODIFIED mASI ON PER 3D00 CY _ (sADDRD) PER MATERAL SOURCE P. - p - _ - " <<;: a u� ems' m of p CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services -81 ICIPATED PETE DRI CONCRETE I RCPOF LABMANHOLE PER PATERA_ SOURCE PER E = STAMPED um _ .PIPE AND ABANDON IN PLACE BATE (ASPHALT =,5000) LE/UNE/LET -8 — PH LT PAVEMENT (TYPE AIR (TPz) 1-.130 _ 57 THICKCONCRETE nw-) .7 DENSITIES OF COMP.-. BASE (CONCRETE 01EE) OENS0ILS OF COMPACTED BASE (COG) PVmo LT/MOVE/ITT PER 200 LP CSG ,o= = MANHOLE wE FINISH 1-,132 MODIFICATIONS EXIST. HEADWALL INGLMOING we aLVFm REPAIRS -818 B00 TO MNSH GRADE EFAS. PAVEMENT MidiKING TrPE , (n (A4Ro,» RAIL ALL AND RIP RAP LP 1 HOT -MIX M. ASPHALTI) ertRAC7ON. SIEVE ANALYSIS PER SOO TOMS OR DAY — — , (2 CONLY) f (R1 (BINE UNE SYMBOL) P, = GU„IOR STABILITY KE MEIT,DD) PER 500 TONS CR DAY PER 500 TONS OR DAY - PO N•) (sOID) - TEMPERATURE - 010 -N eeeeueue es NEEDED - - , 13) (4-) (5WOK 01:0)) , 0v) (4•l (5OID) - ER LP 100 - PUCE (CORE) S. AIR VOIDS - IN PLACE (CORE) PER 1000 LP STREET P. leee L. elee - REFL. PA E I reee 0 (w) (8)( IID LF 3. 1-NOs THEORETICAL DENSITY - IN PLACE (CORE) PER ,DOG LT STREET -Ba FAB, PA ENT KING TR I 0 OIJD) I NM 1-J42 TRENCH SAFETY PDR STORM WATER 1.1NYHOLE, JUNCTION BOX, AND INLETS UNANS ALLOWANCE FOR CKA TED PATER IMPROVEENTS a Is 37 ' C SE Exr. 6 �REFL. PA E I TYPE , (w) (n )E I x(aro(OLJO002) )z Gw PART WATERR DISTRIBUTION IMPROVEMENTS (UNCONFINEDB. 14, a ze DAY) N - - , (r) )0•) (SOUK) (Gey - ITE (DR ,6) ER / CURS WG/CURB - E ENT KI G E , (14G6 HELD LINES - WATERLINE 0 CURB RM. mu 4000 sE 0 -810 ERADICATE EXISTI PING 1 K3 1 K4 8. DIA 45, DI BEND SE GATE VALVE WITH BOX AND COVER a DRNEWAYS es Ti PER 2500 SF YORKTOWN BOULEVARD EVERHART RD. TO STAPLES 5T. (BOND 2014) BASE BID (PART 1) CONCRETE PAVEMENT ESTIMATED QUANTITIES SUMMARY AND TESTING SCHEDULE - _ - - wI uaxuER (RETLECmRIZED) - FR (REF�CTOM=ED) _ (DR ,B) EA BOX RTsT (cosi-IN-RACE) -IX E) - L PUDE= (GREEN) AND STOP 5FON a E UNE PER aCH _ = BEND a 28 EG (CAST -IN -PUCE) APRONS_ SET. PER 4000 SF = K10 AND CO,ER 87 TIE -IX 0Emn P5 ,O e00-, -fl» ALLowAxcE ITP IMP CRATEDADA Ls , CONCRETE PART C: PEDESTRIAN IM�PPRROVEMENTS = AL (BLAH)RIGID ax STRENGTH (7(= 5 B» (,BIO a» PER 2500 SY OR DAY PER 2500 SVDAY.17 RAMP I - ,B) 1-C3, -u1-C2 (50) (C D WALK) (,B IDEB UNANTICIPATEDCONCRETE CONCRETE SID REMDAL Do ERL.ER SLUMP PER 2500 SY DR DAV -CB DON.ETE ID LK R ,wB 16• MAK. HEIGHT) L ,SO _ BOX AND COVER EA KM: PART D: RTA IMPRWEMENTS ,-D, s PEDESTRIAN C sE t., TG STOP - - EK i THE ABOVE TUTING RATES ARE ON, ANTICIPATED GuIDELINEs, THE ENGINE. RESERVES Nc AT THE ENGINEER'S DISCRETION. RE -TEST PART GAS LINE PRwEMENTs - 1030, -E. MNR uxE GRADE ,SN �PPRT pF:K -3. w A PREVIwsLY TESTm =Erne. THE CIT) F. wmEB RE-Tms LANDSCAPING Se IRRIGATION IMPROVEMENTS - WATERLINE AND FILL WITH .0. ^S NECESSARY. - t-Fz IxRIUTIw, Ix MEDAN1-K26 - ASSEMBLY (TYPE 11ATE 10 R) FIRE RANT LY (20 a 16 PART G: I.T. IMPROVEMENTS - 0.20 IL WATroADDENDUM WSERVICE 1 - PIT (SCH 40) ELECT. eo r w/uULE TAPE - , ,/s• WATER FOR IR ATTACHMENT 4 ,-Cz z4.x .,e PULS° (Id NOHOLE u =1-K.29200 PART H: STREET LIGHTING IMPROVEMENS 1,30 5/0w/NEW svnIOE CONNECTION ADJUST ExIST. WATER VALVE 80xES TO FINISH GRADE a EA a SHEET OF 1-H1 IOC (0CH 40) ELECT. CO IT W/MULF TAPEONDUrt - PROPERTY LIN. -H2 ,,.te.,e vuLlmxP(x R 0011006 CIMPRWEMENTS U 34 LP 7,85 SNEE! S 0l ZZZ R MMS NO. STR-899 ART F SIIGNALIZATION0 ,-K33 ALLOWANCE FOR UNANTICIPATED MATER IMPROwPMEN,s Ls , LS ,=IB REMM,E A2DEVEREART INSTALL GGHGGL =GNE USHER Au0BSI LA BASE BID (PART 1) CONCRETE PAVEMENT CRY PROJECT / 013096 § 4,. 3 P. CONSULTANT'S SHEET No. 1)2 ROJECT: 00014-150 P SE BID PART 2) H.M.A.C. PAVEMENT ESTIMATED QUANTITIES - TOTALS BASE BID (PART 2) H.MAC. PAVEMENT ESTIMATED QUANTITIES - TOTALS BASE BID (PART 2) H.MA.C. PAVEMENT ESTIMATED QUANTITIES - TOTALS . I 81 a. t ::, 4. L.,. ' Z , ,Eg ' a ITEM DESCRIPTION UNIT QUANTITY ITEM DESCRIPTION UNIT 0.NT, ITEM 1 DESCRIPTION 1 UNIT 1 QUANTITY PART 70L PART .1: STORM WATER (DRAINAGE) IMPROVEMENTS PART , WASTEWATER (SANITARY SEWER) IMPROVEMENTS 2-21 moolLeArrel 2-, :a. DA. RCP (CUSS III) . 501 2-L1 REHAB EXISTRO 1.6. WASTEWATER LINE W/CIPP . 174 2-A2 2-u3 .NOS AND INSURANCE CLEAR RIGHT-OF-WAY 2-J2 2-.2 24. DIA. RCP (CUSS III) 30. ou Roe (cuss 2) LF 13 2-L2 2-L3 (muss PUMP. OF RAW SEWAGE ALLOWANCE F. UnANTICIPATED WASTEWATER IMPROVEMENTS . LS 1 1 2-A4 OEGNE DAY 2,4 3-6. DA. RCP (CUSS III) LF 245 2 -es 2-A6 SURVEY MONUMENT TRAFFIC CONTROL ADVANCE WARNING STORAGE 2-J5 4.2. DIA. RCP (CUSS III) LF 233 2-A7 TRAFFIC CONTROL , 2 J6 48. DIA. RCP (CUSS III) LF 170 2-A8 TEMPORAW PAVEMENT FOR DETOURS BLOCK SODDING Sy 1 0 , 5 2,7 2. 54. DIA. RCP (CUSS III) OW DA. RCP (CUSS III) . . 1.370 835 TESTING SCHEDULE - BASE BID (PART 2) H MAC. PAVEMENT .2-A0 2-A10 SEEDING FOR EROSION CONTROL SY 100 2-.19 60. PRECAST 30. BEND IIIIII FREESE RNICHOLS %Tr 1-A11 2-Al2 SILT FENCE FOR STORM WATER POLL.ION PREVENTION CURB INLET PROTECT. LF EA 0,854 2-410 2-J11 TIE-IN EXISTING 18. OA RCP TIE-IN EXISTING 24. OA RCP EA EA 2 2 DESCRIPTION RATE QUEZITY 2-A13 STORM NAT. POLLUTION PREVENTION PUN LS 2-d12 TIE-IN EXISTING ECE OA RCP EA 1 SOILS: 2-A14 2-A15 R.8 FILTER BM/ STASIUZED CONSTRUCTION ENTRANCE LS 43 2-J13 2-216 TIE-IN EXISTING 36. DIA RCP TIE-IN EXISTING 54. Dal RCP EA Efk 1 2 STANDARD PROCTOR - TRENCH BACKFILL STANDARD PROC. - SUBCRA. PER MATERAL SOURCE 500 0/500/42000/ 1 PART 13: FLEXIBLE (H.M.A.G.) PAVEMENT, MARKING Se SIGNAGE IMPROVEMENTS 2-115 TIE-IN EXISTING 60. OA RCP EA 2 DENSFIES - .ENCH BACKFILL PER 200 LF TRENCH/LI, 250 2-81 2-52 STREET IE(CAVATION IV COMPACTED SURGRADE s., SY ,,,..0.2 43,02 2 J16 2 d17 TIE-IN PROP. 24' RCP TO EXISTING 6' 8 5' RCB TIE-IN PROP. 16. Roe TO EXISTING MANHOLE re EA 1 4 DENSFIES - SUBORADE (ASPHALT STREET) DENSFIES - SUBGRADE (CONCRETE STREET) PER 100 LF/UNE/LIF PER 200 LF/LANE/LIE- .0 - 2-93 GEOGRID (0ENSAR TX -5) ,.3.00,00 ,170,.P..24. RCP TO EXISTING INLET EA en 1 4 DENSFIES SUBORADE (DRIVEWAYS) PER 2 DRIVEWAYS 2 -ea 13. CRUSHED LIMESTONE FLEXIBLE RASE (/YPE A. GRADE 1-2) V 4.,,. 2-J20 , orneome cuee lorer ce 20 DENSFIES - SUBORVE (SIDEWALKS) PER 5000 SF 15 2-05 PRIME COAT (015 GAL/. .' '.... 2-12/0 DK CONCRETE STORM WATER MANHOLE (TYPE ,E) 00 2 DENSFIES - BEHIND CURB ARO GUTTER PER 200 LF ,o2 2 -Be 4..HI.MCP (TYPE B) BASE COuRSE SY ''''''.. 2-022 CONCRETE STORM wen 12/2120LE (irer 0') Ek 2-87 2-88 2- HMACP (TYPE 0) SURFACE COURSE 5. CONCRETE DRIVEWAY SY 0007.770 0)2 2-123 2-124 CONCRETE STORM WATER MINIHOLE EWE .C.) CONCRETE STORM WATER MANHOLE (0YPE .D.) EA 11 FLEXIBLE BASE: 02/0 0000002 PER 3000 CY ' 2-89 UNANTICIPATED CONCRETE DRIVEWAY REMOV, . 2 J25 REMOVE AND REPUCE EXISTING CURS INLET POP W/NEW TOP . 1 ATTERBURO LIMITS MODIFIED PROCTOR PER 3000 CY PER 3000 CY 9 g Pe g i 8 /3 3 ,0 P. I 1 . t t g A - g g , .1.1 S g 0o' 6 IPZ:c L,._ t Li° CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services 2-810 2-01/ q THICK COLOREO CONCRE. MEDIAN 4. THICK COLORED STAMPED CONCRETE MEDAN 29.542 1,462 2 J26 2 REMOVE EXIST. MANHOLE roe mo cep PLUG RCP OF en 1 8 LA. ABRASION PER 3000 CY 2-012 NDIUST EXISTING MANHOLE . FINISH GRACE .127 2 J28 EXIST. INSIDE EaS, MANHOLE pLuG EXIST. 27. RCP E, EA 2 CDR (STANDARD) WET PALL MILL TEST PER MATE., SOURCE PER MATERIAL SOURCE 2-813 2-314 2002) 0000 TELEPHONE/ELECTRICAL BOX TO FINISH GRADE PREFAB. PAVEMENT MARKING TRE 1 (W) (,,RROW) .2-a29 .0 GROUT FILL 15. OF ExsnNo R.C. PIPE AND ABANDON IN PLACE 5.. THICK CONCRETE RIP -RAP EA SF 457 5 TRAXAL TEST PER MATERAL SOURCE 2-5000020002 WOMEN) MARKING TYPE I (12) (0ox.") 07 05 2-131 CoNcRETE 0002220/0 (2/5/) DENS.. OF COMPACTED BASE )22002/0 022002)) PER 100 LF/LANE/LIFT 428 2-015 PREFAB. PAVEMENT LIARKING TaPE 1 (W) (BIKE /250 22252/) 02 12 2-232 MODIFICATIONS TO EXIST. HEADWALL INCLUDING BON CuLVERT REPAIRS LS 1 DENSFIES OF COMPACTED BASE (0200000 00000)) PER 200 LE/LANE/LET - 0007020L 2-1110 PAVEMENT MORKNO TT/ 1 (V) (4.) (SOLO) REFL PAVEMENT MARKING TypE I (V (e) (BROKEN) 9.490 0.050 2-133 2-104 PEDESTRAN RfaL (TYPE PRI) REMOVE CORCRE. AND RIP L2 134 LENSMES 00 204500)20 BASE (MO PER MO LF CM 102 2-0)90200. PAVEMENT meg.. Ty, 1 (W) (4.) (SCaID) 0143 2-035 ExISTING HEADWALL -RAP 5. CONCRETE CURB 0 G.TER . 10.805 HOT -NIX ASPHALT (WM) 2-0M 2-821 REFL. !MENEM 1ANRIONW TYPE 1 05) O) (SOLID) PREFAB. PAVEMENT MARKING TyPE 1 (W) (15, (SCUD) 3,025. 120 2-.1.36 2-.7 5. CONCRETE REVERSE CURB de GUTT. UNARTCIPATED CURB & SUTTER REMOVAL . LF 9.730 100 EXTRACTION SIEVE ANALYSIS us ores, 0 STABILItt PER 500 TONS OR DAY PER 500 TONS OR DAY 16 10 2-B22 PREFAB. PAVEMENT MARKING VC, I (00 1001(00/2) 380 2-132 0240022 220 REPLACE CONMWE SIDENIALP SF 100 002000/80DENSITY (RICE METHOD) PER SOO TONS OR DM 15. 2E929 0-520020/. ''200 22.92..... 1-,0 1 (M) (4.) (BROKEN) V SEGMENT, 5' OAP P020420) 20015100 TYPE 1 (0) (e) (00,10) (OBL) 750 2-039. 2-040 REMOVE AND REPLACE CONCRETE CURB AND CUTTER TRENCH SAFETY FOR STORM 521/5 2000000 LF /0 100 4,80 TEMPERANRE - DURING LAV -DOWN THICKNESS - IN 5/020 (0222) coeneuous AS NEEDED PER 1000 . STREET 5 2-B25 PREFAB. PAVEMENT MARKING TrPE 1 (2.36' YIELD LINES) 150 2-.1 TRENCH SAFETY FOR STORM WATER MANHOLE. JUNCTION BOX. AND INLETS EA 37 X NR VOIDS - IN PUCE (CORE) PER .0 Lr STREET 5 2-B26 2-027 ERADICATE EXISTNG STRIPING n II -C-R .SED PAVEM9VT MARKER (REFLECTORI7.) EA 370 ALANCE F. UNANDCIPATRM WATIMEMNTS LOWERPROVE 2-J42 ED STO PART K: WATER DISTRIBUTION IMPROVEMENTS X THEORETICAL DENS, - IN PUCE (CORE) PER 1000 LF 017 5 2-820 n I -C RAISED PA,MENT MARKER (REFLECTORIZED) 2-rc1 6. DIA. C900 PVC WATERLINE (Oslo) /018 /NACRE, 2-B29 2-B30 STYE NM ASSWFILY 2,93 BLADES (GREEN) AND STOP SON REGULATORY SM 2-02 2-I. 0. DA. DUCTLE RON WATERLINE 5. DIA 9, Da. BEND . 33 (UNCONFINED COMPRESSIO0 7, 14. 0 20 oer) CURB & CUTTER / CuRB PER 500 LF C&O/CuR8 41 YORKTOWN BOULEVARD EVERHART RD. TO STAPLES ST. (BOND 2014) BASE BID (PART 2) H.M.A.C. PAVEMENT ESTIMATED QUANTITIES SUMMARY AND TESTING SCHEDULE , 2-E131 WARNING SIGN 2-88 6' GATE VALVE WITH BOX AND COVER EA 2 SIDERALKS AND CURB BYARS PER .00 sr 2o 200THER 2-93.3 SIMS ALLOWANCE FON UNAMCIPATED S.CE-REUTED IMPROPMENTS 2-25 2-N6 6' TE -IN CONNECTION 5. DIA. CSOD NC WATERLINE (OR 18) EA . 2 2.040 DRNEWA. CURB. POST & GRATE IN.. PER 2500 SF PER 5 EACH ADA PEDESTRIAN IMPROVEMENTS 2-87 5. DIA DUCPLE IRON NATERENE . 347 BOX CULVERTS (GST -IN -PUCE) PER . LF 20 2-c1 e 4. THICK CONCRETE SIDEWA. CONCRETE CuRB Ramp ,F SF yo.o. 1.975 2 . 2 KS 5. DIA 45. D.I. BEND fE GATE VALVE anTa DO% ANC COVER EA cs WINGWALLS STORM MANHOLES (GST -IN -PUCE) PER EACH PER 2 EACH a 2-C2 (0 2-C3 PREFAB. PAVEMENT MARKING -NNE 1 ON (ccossweer) (1(21 el.) 1 810 Da TIE IN CONNECTOR , lo 50002 00025 d< S.,. PER 4220 SF 1 2-C4 CONCRETE SIOEWA. RETUNING CuRD (15. MAX. HEIGHT) . 100 EA 1 MANHOLE CONCReese/rooVEMrENTeo RIGID ETE PA: PER 10 EACH 2 8.. PART 0: RTA IMPROVEMENTS SF 1 ,9.° Cp,0081EC1,8ETRLBUcS,,,,STORETEPA.,,s 2-813 2-814 5.. 5a TAPPING SLEEVE 12. DIA. C900 PVC WATERLINE (OR 113) EA LF 1 B3.7S GOISRESSION STRENGTH (7 le 28 DAY) PER 2500 SY OR DAY - sT,op ,A0, SF I ' '.° ).• PART E: GAS LINE IMPROVEMENTS 2-K15 2-816 Ic. me. DUCTILE vox WATERLINE IV TE -IN CONNECTION LF EA 172 a FLEXURAL (BEAN) S.ENOTH (7 tr M MO AIR CONTENT PER MOO SY OR DM PER 2500 sr OR PM - - 2 -EI hOJUST EXIMNC CM VALVE BOXESGRADE 2-KI7 123 DIA. LIS' WI. BEM EA 13 SLUMP PER csoo sr OR OM - Y mox GAS U.... BALKH, MO COMPACTION PART F: LANDSCAPING . IRRIGATION IMPROVEMENTS 2,18 123 GATE VALVE WI. BOX exo COVER EA . 17 2 2-F1 LANDS..100 IN MEDIAN2-02002:000)02EA 9 MIES: , 2-F2 IRRIGATION IN MEDAN PART G: I.T. IMPROVEMENTS 2-821 2-022 IV 0 I2. Oa. TEE 123 2 123 DE CROSS EA NA 2 ( I. THE ABOVE TESTING RATES ARE ONLY ANTICIPATED GUIDELINES, THE ENGINEER RESERVES pA 7210 &MI- 4...cuor TESTING AT THE ENGINEER'S DISCRETION. RE -TEST )... 2_0, 2. DA. PVC (SCH 40) ELECT. CONWIT W/MULE TAPE 2-62 263216321133 NUM% (RANCHO.) LP 3.384 00 0 2-023 2-024 ABANDON 1N PLACE 000-800 12. WATERLINE AND FILL WITH GROUT ABANDON IN PUCE EXISTING 8. WATERLINE MO FILL WITa GROUT LF . 5.550 560 2. MOISNRE CONTENTS TO eE INCLUDED WrtH DENS, TES, ). PART HI STREET LIGHTING IMPROVEMENTS 2-02001522 HYDRANT ASSEMBLY (/YPE I) t,:t10:10Z17:00FURt017.PNTRTSt ZITYLZZTVA.7701107f,41-1 4... 2-01 13. DA. PVC (SCH 4o) ELECT. CONDUIT W/MULE TAPE La 8,000 2-000 FIRE HYDRANT ASSEMBLY (1-rPE 2) EA 16 2-H2 11,18,18. PILLBOX (HANDHOLE) FOR LICHT. moue , SIGNALIZATION IMPROVEMENTS 2-827 2-ne r WATER SERVICE FOR IRRIGATION : 1/V WATER SER,ACE FOP IRRIGATION EA EA 1 4 ADDENDUM I SIONALI7ATION ' ' 2-820 REPLACE EXIS),. WATER SERVICE W/NEW SEROCE CONNECTION EA 2 ATTACHMENT 4 , :1; flEV.,,,,,,,HARTE 2,7,N11:,-.ER.S.E:-c7.1 COL ZONE FLASHER ASSEMBLY 2-8.30 NIPUST EX!, WATER VAL, BOXES To. FINISH GRADE EA 6 SHEET 3 OF 7 2-831 2-832 RELOWE EXISTING WATER METER TO PROP.TY LINES TRENCH SAFETY FOR WATERLINES . 4 SHEET 5.1 Of 222 ,-. DRAM NO. STR-899 2-833 ALLOWANCE FOR 11NANTICIP,ED WATER IMPROVEMEN. LS 1 BASE BID (PART 2) H.M.A.C. PAVEMENT CRY PROJECT / E13096 1111111111111111 1111111111111111 Illlllllllma .i■■■■■i ���11■■■ \u■■■■■■■u■■■■■■■ IIIII 111111 III re eis O OP 11111111 oNGTANc EGAL ■■ 0mow -,/-,..! r ...J ii. 111 uu.uuII.....■ ems ma C 1 WA 1111-1I 111111 iEll 'milli 11 ■111111111111111► FP TOLEDO go r =J. ■3 k.IPA .. I,t ul\ 'r,IIU 111,11 quill i� Oft/Pr YORKTOWN BLVD. 311) O0 rj`o�l`�I►6 �� (pi /1■■ O �■�. ■9��E■�,.._ IR Ar, E 0 fi z i \:?3 ♦�� �� Win 1681 I "1" 110 ��.�o� msk-2 s♦ umit t1�\II■o--igt‘hrre, 141 • ft so,.. i .. — LEGEND sEs TRAFFIC SIGNS =OPPOSING TRAENC VERTICAL CUNE .,DERs ELS(SPACING AS Pm PLANS) nae III BARRIeAD (ousxnc nwci¢raniSA xlxc AS PER PUNS) • TYPE B DIRECT= ONwcnmlOw PANEL F TILIFFIC W., a NO LETT OR RIDNT TURN PERMTEO ® CONSTRUCTION WORK AREA i 1 uu..........uIuuI.uI.II nimma ''ima=i onkel ouro ,\,1 \,KI a \/IST TRAFFIC CONTROL ADVANCE WARNING SIGNAGE BID ITEM -1-4. USSENC CONTROL ADVANCE WARNING axTrscasxE) pnoWlwo (�) T(2A)Em ou.„nTeF T 0, BE :T.0 USED THROOGHOUT THE CONSURUCTION PRASE MESSAGE =ARDS AND ARROW 80AROS WILL BE USED AS DIRECTED BY THE ENGINEER. THE CONTRACTOR WILL SELEUP, MESSAGE BOARDS AND DPP= BOARDS IN SIO ITEM 4 -ASA ORAFOC CONTROL ADVANCE WARNING SIGNAGE, A -Aa oR -AR .::Lt1a2.hDtt.411ouNitb260. 10114-4,1cci ENT KING HAAG CRETE I POW OF INTERSECTION LPD.E.LA = OPPOSING TRAFFIC LANE DIVIDERS OBEY WN8VNG SIGNS STATE LAW SPR BROO BEGIN ZONE TRAFFIC FINES DOUBLE PRE PRESEIR O O END ROAD WORK ROAD WORK 0)000 21[)S ROAD WORK 4• NEU x MILES NEST X MILES LJ Hortem RMu ABBESS ADDENDUM ATTACHMENT4 SHEET4 OF 7 ROAD WORK NEST 0 MILES END WORK ZONE 25 O O NAILTANT'S SHEET I FROJECT:COR14I5D Le O 20132w222 WORD DRAWING ND. STR-899 CM 2020561 i E13096 o,. Jan DE, 2017 - 106.>s N., b., F1. NxIENDnanINRR,CV-.K3-TRAF-LOA«P,ARD PRI E CH PP, 441 -- O 0 J � 0A o L 111 11 o opo o 11 _ 1111111111 1111111111�I� —= E 111111 0 VD BOB A R 11111111111�\��4 adI 1 OU N BLVD. e BOST A O NM ._ NM mm 1111111111 CI TRAFFIC CONTROL ADVANCE WARNING SIGNAGE N0 PMITEM PH.. TRAFFIC OL(zj N E WARNING SIGNAGE WILL BE USED. (2 unc M SS 2EI .w0 1rro (z) 14:114 002 NM 0 RTFFE IUE o US TO e MESSAGE BOARDS AND ARROW B.RDS IN BID IMA EAE.. "TRAFFIC CONTROL ADVANCE WARNING SIGNACE. OBEY AWNING SIGNS STATE LAW O BEN WORK ZONE TRAFFIC FINES DOUBLE ARE MiESENT 71171:1 c=p ENO ROAD WORK ROAD WORN 4. %MILES ROAD WORK F NM MILES NEST % MILES NAME CONTRACTOR ADDENDUM 1 ATTACHMENT 4 SHEET 5 OF 7 ROAD WORK NEST % MILES END WORK ZONE 25 © © © O © O 3 _ o CUNAILRM'S SHEET No. ml PROJECT: 00014160 0 U) CC LLT §a Y- 0 cs, 0 — Oo0O z C] Z 0. 00 cc 0_ Q O zQ z a� 0z Z 05 OQ U < V QQ cr I— Q 0NEEr133 w 222 1.0110 OFWWING ND. STR-899 CM' PROJECT 1213096 cte. Jnr x7, x017 - 100.F LGEFAL N ENDHo.Inws.V-YHB-TRAF-LOCNA a.a - -- I I I III ARON DP. ■■ .1111111111 . ..i ME ON niiiiiiNiii1°11111 146.14. ELEL �NNRII 1 1i11111 MP A RN E RLE W MEL R MP P11 AAP, H1164,71116A -_ rAt ago ii :: M 0 -: .. I 11 Oft 11111111111111 111 powism ,%UW NIB -- IiiiiIpttti 0 CONSTRUCTION SEQUENCING LAYOUT 56111,1 0 200 400' SCALE: 1 4200 ism 4.1 I DO I WW :: ii () SP -- ._. W 1111 I-, ;...... III►wiii MEND. THE r%'//p4///,01.64T CONK o PWOPP AREA rDNNraWN eEw. 111111 ADDENDUM 1 ATTACHMENT SHEET 6 OFA ma ERNT'S SHEET I NpJECT:CDR14t6D o8) ��PP- 0 0O z z Z 00= ceo0 < z 0 z 86134 of 222 WORD 016WING NO. STR-899 IXD' MOMC6! E13066 to Jnn er, 201 - tn56 6mn sJ Hie: NSA SDe Ipc1,Cv-rHR-TRnr-SEaa.9 SEQUENCE OF CONSTRUCTION NOTE: PHASE t ITZETZ UT.= ZEFIcAnIT HrE/TroHRZ;:H.'"m=E7A:ceg:To'.ITvE=e•CosZNr= NI, a I'. " ISE.. CURB, SIDER. AND ROADWAY IMF.VENEWS. PHASE IA L'%:1."c(7r.IHTHE'n(*o"-1:/:FSEE-VEZPLn.'s'st rAgTsA-rACFELFZOZ EX1rINIG'TES7RIITME7."' .INTAIN A MINIMUM OF ONE LYRE IN UCH DIRECTION. MAINMIN ACCP3S TO ALL DRIVEWAYS. CONSTRUCT INALER, STORM, UTILITY. CURB, SOMALI, AND R... IMPROVEMENTS. PuAqF STAPL.. mANTAIN"A*.1.1.1 OP ONE UNE IN PaCH DIRECT. IMNTAIN ACCESS ALL DRIVEWAYS CONSTRUCT SALER, STORM, UTIUTY. CURB, SIDEWA. AND ROADWAY IMPRO.XENTS PH.E3 HALSITrIrlYIE=OTRLAYFF'I'Sg ft,r6fAr'Z'F?ClEPEXTIZGa.A:T710'. EVERHART RD. MAINTAN A MINIMUM OF ONE UNE IN EACH DIRECTION. MAINTAN ACCESS . ALL DRIVEWAYS. CON.D. SALER. STORM. UTIU. CURB, SIDEWALX, SIONALIZATION AND RO.WAY IMPROV.ENT. alASS_IS FTCIN'ECX=C=EL1417.6THELE'IWE'El'ITSSTA.T+C23'6'NCOH 3+95. MANTAIN A MINIMUM OF ONE .E IN EACH DIREC5ON.W.TAIN ACCESS TO ALL DRIVE... C.STRUCT WKLER, STORM. IITILITY. CURB, SIDEWALK, SI.ALI.ON. AND ROADWAY IMPROVEMENTS. PHASE / ST.. UTILITY, CURB. SIDEWALK. SIGNALI.50, AND ROADWAY 11.PROVEMENT. PHASE 4A CONTRACTOR SHALL BEGIN PHASE 4A ONLY ARER COMPLETION MO ACCEPTANCE OF PHASE 4 WITH NO OUTSTANDING PONOH UST ITEMS. TRANSITION USTBOUND TRAFFIC TO 560 -WAY TRAFFIC IN EXISTING WE.OUND LAN. BETWEEN 1+00 AND STA, 12+00. MAINTAIN A MINIMUM OF ONE UNE IN EACH DIRECTION MAINTAIN ACCESS TO ALL DRIVEWAYS CONSTRUCT WAT., ST.16 UTILITY, CURB. SIDEWALK. SIGNALIZATION. AND ROADWAY IMPROVEMENTS PHASF5 (SEE NOTE 0) CONTRACTOR SHALL BEGIN PHASE 5 ALTER COMPLETION 343 ACCePTANCE OF pHASE NTH NO OUTSTANDING PONCH UST ITEMS. THIS PI.L PHASE INVOLVES THE EN5RE LEN. OF THE PROJECT, BEGINNING THE WEST .D OF THE EVERH. RD. INTERSECTION AND PROCEEDING E.. STAPLES ST. INTERSECTION. T.FFIC WILL CONTINUE IN B.H DIRECTIONS ON .E NEW ROADWAY UNES. FI.L WORN 0.N MEDIANS VKLL BE ACCOMPLISHED BY RESTRICTING TRAFFIC FROM THE INNER SO THAT 5NAIr. MEDANEWORK INCLUDING LANDSCAPING IF AUTHORIZER WILL TAKE PUCE WITH E.BOUND ITNTTFATAll".'3AULTLERPELRTIAENZSIONA07, S-17T,ZATNTTRAr.F1(HG5 'AND CRLDTDZELC171.1T'S'ARKE1',3, FIN'ar'LLAPI‘LOSS°T1IrETITSMTE0 TRAFFIC SIG.L CONTROLLE.. REA.AL OF TEMPO.. POLLUTION MEYER,. CONTROLS AND TRAFFIC CONTROL DEVCES. FINAL CLEAN -DP AND MAKE READY TO OPEN THE COMPLETED ROAM.' TO TRAFFIC, AND P.JECT O.SE-OUT. NOTE: . UTILISE APPROPRALE TRAFFIC CONTROL F. 0 PUC.E. OF FINAL ASPHALT PAVEMENT SE...PE IF ASPHALT P.EMENT R.DWAY IS SELECTED. PRIME COAT (0.15 CAL.,5) 1=11=1 Is:ur=u=rorT Pl'Eflia72:Arrird4L" El I rirr: HIEfR7PCRTOFOFD DENSITY (AS. D-1157) (1) TEMPORARY PAVEMENT REPAIR A 4'e'ifE,715,04'`TiFirsTfzre.:- A GENERAL NOTES FOR TRAFFIC CONTROL: 1. ROAR CLOSURES SDN. BE LUITED TO WORK IARILLE7=ELPSEIRLISSVS7PROIDAT 7,7Kgmarzrz,w.. - THAT **" AF'R L.CY/17..TOR"TV_ 'ADZE IPEIZZEPIIITOYDESIT4SOTItET11%a Inzg, '141'17.1,1ZW11,.; 211 THE gPLENETral IlAWDACT330 grfETTPEVIVSNr2/6DrRATI.CPC61401=''''' F0.5aZi0071,iEr.,i5.1C0WaiFi!ET:SiEeLiaiFIE°4°4" 0. ELL-FF0si,Farlamme.m 0.0t,r0F0; gz0E04 tyczerarD0v.ozg IT gr. -.100,,,,G0z7.0eccra g0J-r- nefezrum-0 :442107,00.A Teuwners 'LA". B'E'FlIFIUr..="2°11.111TELPZP....VVIL-EglgOLIL'AtTOLS.IfLASTDCILPIO frwe'gg,r-L DI.REPANCY BADE. THTPSRAFFITSUIRIrRLZ/VrTrigrAlf.ITC2 IrOVOTERT,K1E7.0rXIM.D. ASHALL ierig,1723THEFIFLROLTRATSITIArlIN=01PLBMITCP=22LSIWW412X6E1201113.7E26'11= 'SZTTIC=DE'ALISINTS%Une THIENASIfY RCZY+41-1=E FTACSEART:SOALOLS1r1=-7e111G°Hr).''"Lren r_'1.31TVCD.ZEFERrIEDVE117.11=711AMArEUreVaRnRKEETS1.1 IZLTSTIBIZY Tr,L=Te. 1-'E1`. OF F0F7FTESTRiatFiFthariii:E5: 0":,71'2.1 T?TL2F0-00---- 14. THE CON.CTOR SHALL MAINTAIN ALL REGULATORY SI.S MIRING THE CONSTIVICTION PERIOD. 15. ALL CONST... „A.!. SIGNS NM BE GROUND MOUNTED OR ENGINE. APPROVED PORTABLE MOUNTING D.C.. 16. ...31.0.Z4LI_,DoON.Y.E,Gla =Apra. INIONIZEZDayo.AT (361)-826-3.7 IN THE EVENT THAT -'r'HCEL"CIFATIF0/+NANTLFATI'1"P'CPFAriglEel,il'ESZEnle'NIFT'EPRTOIIIVFZ‘H'EM'MCTEIV L MIONEVEMIECO . --------- 20 =CT, SILL,3Z-c.°11111,.. CI. TRAFFIC ENGINEERING DEPARTMENT LFAST 72 HOURS PRIOR TO MAKING ANY UNE i.11 -7,s7 EyH°::°;rzo.B-Tt.,:TrF7.°=m,rrE,°x°ay°°g,°E.°rz<zrzat =4°. 23. CO.LACTOR MUST IINNTAIN ONE SIDE OF STREET OPEN AS A ADA ACCESSIBLE ROUTE AT ALL TIMER gTYPICAL EDGE TREATMENT DETAIL 0 BUSINESS SIGN PLACEMENT DETAIL ADDENDUM 1 ATTACHMENT 4 SHEET 7 OF 7 Mt,Oilloations to OW Item Oturntwot .T1 - CCNSICANTS SHEET NI FMK, CORM150 r. 1 A - ,A 576 SHEEn 35 of 222 1.0110 OWING NO. STR-899 CM' PROJECT 1E13096 otta Jan 27, 2017 - 10,521an Um, DJ FIR Report Created On: 2/22/2017 2:53:17 PM PROJECT: E13096 Yorktown Boulevard - Everhart Road to Staples Street (Bond 2014) BIDDER: Bay Ltd. TOTAL BID: $0.00 COMPLETION TIME: Not Required BIDDER INFO: 1414 Valero Way Corpus Christi,TX 78409 P: 361-299-3721 F: BID BOND KNOWALL MEN BY THESE PRESENTS, that we BERRY CONTRACTING,LP DBA BAY LTD. as Principal, hereinafter called the Principal, and CONTINENTAL CASUALTY COMPANY a corporation duly organized under the laws of the State of ILLINOIS as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF CORPUS CHRISTI as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF THE GREATEST AMOUNT BID Dollars ($ 5% G.A.B. ), 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 bid for YORKTOWN BOULEVARD - EVERHART ROAD TO STAPLES STREET (BOND 2014) PROJECT NO. E13096 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documentswith good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, 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. Signed and.sealed this 22ND day of FEBRUARY 2017 54) (Witness) BERRY CONTRACTING, LP DBA BAY LTD. (Principal) s+;cer (Title) CONTINENTAL CASUALTY COMPANY (Seal) 7 r. (Surety) (Seal) (Title) MA LEN MOORE, ATTY IN FACT Printed in cooperation with the American Institute of Architects (AIA) by the CNA Insurance Companies. The language in this document conforms exactly to the language used in AIA Document A310 - Bid Bond - February 1970 Edition. G -108041-A POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Mary Ellen Moore, Steve Addkison, Cathleen Hayles, Aaron J Endris, Tricia Balolong, Individually of Corpus Christi, TX, their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed, This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 26th day of October, 2016. z Continental Casualty Company National Fire Insurance Company of Hartford American Cas lty Company of Reading, Pennsylvania Paul T. Bruflat # Vice President State of South Dakota, County of Minnehaha, ss: On this 26th day of October, 2016, before me personally came Paul T. Bruflat to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that he knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies. J. MOHR 6) NOTARY PUBLIC SO SOUTH DAKOTA My Commission Expires June 23, 2021 J. Mohr Notary Public CERTIFICATE I, D. Bult, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 22ND day of FEBRUARY 2017 • Form F6853-4/2012 Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania D. Bult Assistant Secretary Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company at a meeting held on May 12, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company, This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National fire Insurance Company of Hartford. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of American Casualty Company of Reading, Pennsylvania. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." 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 M 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: Berry Contracting, LP dba Bay Ltd. (typed or printed) (signature -- attach evidence orato sign) Name: Jon Lentz (typed or printed) Title: Estimating Manager Business address: Phone: Bay Ltd. 1414 Valero Way Corpus Christi, TX 78409 (361) 693-2100 Email: lentzj@bayltd.com END OF SECTION Compliance to State Law on Nonresident Bidders Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 003002-1 11-25-2013 SPECIAL MEETING OF MANAGERS BERRY OPERATING COMPANY, LLC February 1, 2017 Berry Operating Company, LLC, general partner of Berry Contracting, LP, dba Bay Ltd. held a special meeting this 1st day of February 2017. Edward A. Martin, President, presided as Chairman of the meeting and DonEtta Beaty served as Secretary. All managers were present and waived notice of call and purpose of meeting. Mr. Martin said the purpose of the meeting was to name the individuals authorized to act for and on behalf of Bay Ltd., Highway Division in connection with matters relating to the Texas Department of Transportation and other state, municipal, federal, quasi - governmental entities and private bodies. RESOLVED that the following named individuals be empowered to act for and on behalf of Bay Ltd. as to the making and signing of contracts, bonds, bids, offers or other arrangements and revisions, changes or modification of same as the needs of the company may require. K. J. Luhan D. W. Berry M. G. Berry A. L. Berry Edward A. Martin Robert C. Blair Diane DeCou Kevin Stone President Vice President Vice President Vice President Vice President Vice President Vice President and CFO Vice President FURTHER RESOLVED that Mr. Jon Lentz is empowered to sign contracts, bonds, bids, offers, or arrangements and revisions, changes or modification of same as the needs of the Highway Division of Bay Ltd. may require, hereby ratifying and affirming all such acts. FURTHER RESOLVED that Kevin Stone, Vice President and Jon Lentz, Estimating Manager are specifically empowered to act for and on behalf of Bay Ltd. to sign "Proposal to the Texas Department of Transportation". FURTHER RESOLVED that the Secretary be and is herein authorized and directed to furnish a certified copy hereof to any interested parties with the knowledge that such parties will rely upon same until actual receipt of written notice of change, deletion, modification, or revocation of such authority. Berry Operating Company LLC Special Meeting, February 1, 2017 Page 2 Attest: 0,0 , oor,,,, .01 DonEtta Beaty, Secret:* A . •• ed Correct: dward A. Martin, President Certification I, DonEtta Beaty, Secretary of Berry Operating Company, LLC certify that the above are minutes of a special meeting of the Managers of Berry Operating Company, LLC general partner of Berry Contracting LP, dba Bay Ltd., held on the date shown above and that such resolution was validly adopted at the Managers meeting at which a quorum was present and such resolution is a continuing resolution and is presently valid and hi full force and effect this Pt day of October 2016, to which witness my hand. DonEtta Beaty, Secreta 00 30 05 City of Corpus Christi Disclosure of Interest City of Corpus Christi SUPPLIER NUMBER TO BE ASSIGNED BY Cl l Y PURCHASING DIVISION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: P. O. BOX: Berry Contracting, LP dba Bay Ltd. 9908 STREET ADDRESS: 1414 Valero Way CITY: Corpus Christi FIRM IS: 1. Corporation 4. Association 2. Partnership 5. Other ZIP: 78409 -9908 3. Sole Owner 0 DISCLOSURE QUESTIONS [f 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." NameNSA 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 N/A 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 N/A Board, Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name N/A Consultant City of Corpus Christi Disclosure of Interest 003005-1 Rev 01-23-2016 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: Jon Lentz Title: Estimating Manager (Type or Print) Signature of CertifyingDate: Person: �s�,,r : 2-22.11 Nv,S DEFINITIIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. g. City of Corpus Christi Disclosure of interest 003005-2 Rev 01-13.2016 00 30 06 NON -COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi, Texas 1201 Leopard Street Corpus Christi, Texas 78401 CONTRACT: Yorktown Boulevard — Everhart Road to Staples Street (Bond 2014) Project No. E13096 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: Berry Contracting, LP dba Bay Ltd. Business address: Phone: (typed or printed) ' ts�.�. ��-:M M. (signature -- attach evide?ce of authrity to sign) Jon Lentz (typed or printed) Estimating Manager Bay Ltd. 1414 Valero Way Corpus Christi, TX 78409 (361) 693-2100 (main#) Email: lentzj@bayltd.com END OF SECTION Non -Collusion Certification Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 003006-1 11-25-2013 SPECIAL MEETING OF MANAGERS BERRY OPERATING COMPANY, LLC February 1, 2017 Berry Operating Company, LLC, general partner of Berry Contracting, LP, dba Bay Ltd, held a special meeting this 1St day of February 2017, Edward A. Martin, President, presided as Chairman of the meeting and DonEtta Beaty served as Secretary. All managers were present and waived notice of call and purpose of meeting, Mr. Martin said the purpose of the meeting was to name the individuals authorized to act for and on behalf of Bay Ltd., Highway Division in connection with matters relating to the Texas Department of Transportation and other state, municipal, federal, quasi - governmental entities and private bodies. RESOLVED that the following named individuals be empowered to act for and on behalf of Bay Ltd. as to the making and signing of contracts, bonds, bids, offers or other arrangements and revisions, changes or modification of same as the needs of the company may require. K. J. Luhan D. W. Berry M. G. Berry A. L. Berry Edward A. Martin Robert C, Blair Diane DeCou Kevin Stone President Vice President Vice President Vice President Vice President Vice President Vice President and CFO Vice President FURTHER RESOLVED that Mr. Jon Lentz is empowered to sign contracts, bonds, bids, offers, or arrangements and revisions, changes or modification of same as the needs of the Highway Division of Bay Ltd. may require, hereby ratifying and affirming all such acts. FURTHER RESOLVED that Kevin Stone, Vice President and Jon Lentz, Estimating Manager are specifically empowered to act for and on behalf of Bay Ltd. to sign "Proposal to the Texas Department of Transportation". FURTHER RESOLVED that the Secretary be and is herein authorized and directed to furnish a certified copy hereof to any interested parties with the knowledge that such parties will rely upon same until actual receipt of written notice of change, deletion, modification, or revocation of such authority. Berry Operating Company LLC Special Meeting, February 1, 2017 Page 2 Attest: DonEtta Beaty, Secret ed Correct: dward A. Martin, President Certification I, DonEtta Beaty, Secretary of Berry Operating Company, LLC certify that the above are minutes of a special meeting of the Managers of Berry Operating Company, LLC general partner of Berry Contracting LP, dba Bay Ltd., held on the date shown above and that such resolution was validly adopted at the Managers meeting at which a quorum was present and such resolution is a continuing resolution and is presently valid and in full force and effect this 15i day of October 2016, to which witness my hand. DonEtta Beaty, Secreta 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 Berry Contracting, LP dba Bay Ltd. (type or print name of company) on: 2:00 P.M. on Wednesday, February 22, 2017 for Yorktown Boulevard — Everhart Road to Staples Street (Bond 2014) — Project No. E13096. 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 - Yorktown Boulevard — Everhart Road to Staples Street (Bond 2014) — Project No. E13096 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 00 30 00 - 1 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 Rev 01-13-2016 Addendum No. Addendum Date Signature Acknowledging Receipt 1 2/17/2017 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 00 30 00 - 2 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 00 30 00 - 3 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) -- Project No. E13096 Rev01-13-2016 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 540 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 570 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7 —ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. 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 00 30 00 - 4 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 00 30 00 - 5 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 Rev01-13-2016 ARTICLE 11— BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: By: Name: Title: Attest: Berry Contracting, LP dba Bay Ltd. (typed or printed full legal name of Bidder) (individual's signtrture) Jon Lentz State of Residency: Federal Tax Id. No. Address for giving notices: Phone: (typed or printed) Estimating Manager (typed or printed) (individual's signature) Texas 74-2982901 Bay Ltd. 1414 Valero Way Corpus Christi, TX 78409 (361 693-2100 (main#) Email: ientzi@bayltd.com (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form 00 30 00 - 6 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 Rev 01-13-2016 SPECIAL MEETING OF MANAGERS BERRY OPERATING COMPANY, LLC February 1, 2017 Berry Operating Company, LLC, general partner of Berry Contracting, LP, dba Bay Ltd. held a special meeting this 1st day of February 2017. Edward A, Martin, President, presided as Chairman of the meeting and DonEtta Beaty served as Secretary. All managers were present and waived notice of call and purpose of meeting. Mr, Martin said the purpose of the meeting was to name the individuals authorized to act for and on behalf of Bay Ltd., Highway Division in connection with matters relating to the Texas Department of Transportation and other state, municipal, federal, quasi - governmental entities and private bodies. RESOLVED that the following named individuals be empowered to act for and on behalf of Bay Ltd. as to the making and signing of contracts, bonds, bids, offers or other arrangements and revisions, changes or modification of same as the needs of the company may require. K. J. Luhan D. W. Berry M. G. Berry A, L. Berry Edward A. Martin Robert C, Blair Diane DeCou Kevin Stone President Vice President Vice President Vice President Vice President Vice President Vice President and CFO Vice President FURTHER RESOLVED that Mr, Jon Lentz is empowered to sign contracts, bonds, bids, offers, or arrangements and revisions, changes or modification of same as the needs of the Highway Division of Bay Ltd. may require, hereby ratifying and affirming all such acts. FURTHER RESOLVED that Kevin Stone, Vice President and Jon Lentz, Estimating Manager are specifically empowered to act for and on behalf of Bay Ltd. to sign "Proposal to the Texas Department of Transportation". FURTHER RESOLVED that the Secretary be and is herein authorized and directed to furnish a certified copy hereof to any interested parties with the knowledge that such parties will rely upon same until actual receipt of written notice of change, deletion, modification, or revocation of such authority. Berry Operating Company LLC Special Meeting, February 1, 2017 Page 2 Attest: X DonEtta Beaty, Secret ed Correct; dward A. Martin, President Certification I, DonEtta Beaty, Secretary of Berry Operating Company, LLC certify that the above are minutes of a special meeting of the Managers of Berry Operating Company, LLC general partner of Beery Contracting LP, dba Bay Ltd., held on the date shown above and that such resolution was validly adopted at the Managers meeting at which a quorum was present and such resolution is a continuing resolution and is presently valid and in full force and effect this 1" day of October 2016, to which witness my hand, DonEtta Beaty, Secreta Report Created On: 2/22/2017 2:53:18 PM BID TOTALS PART 1 CONCRETE PAVEMENT Total General $1,397,667.00 Street Improvements $5,032,607.00 A.D.A Pedestrian Improvements $450,262.00 RTA Improvements $16,965.00 Gas Line Improvements $28,310.00 Landscaping & Irrigation Improvements $306,100.00 I.T. Improvements $80,008.00 Street Lighting Improvements $102,325.00 Signalization Improvements $361,600.00 Storm Water Drainage Improvements $1,785,160.75 Water Distribution Improvements $844,356.00 Wastewater Improvements $101,500.00 Total $10,506,860.75 PART 2 HMAC PAVEMENT Total General $1,401,262.20 Street Improvements $3,165,617.80 A.D.A Pedestrian Improvements $450,362.00 RTA Improvements $59,430.00 Gas Line Improvements $28,310.00 Landscaping & Irrigation Improvements $306,600.00 I.T. Improvements $80,008.00 Street Lighting Improvements $102,325.00 Signalization Improvements $362,000.00 Storm Water Drainage Improvements $1,936,196.00 Water Distribution Improvements $844,566.00 Wastewater Improvements $101,600.00 Total $8,838,277.00 PART 1 CONCRETE PAVEMENT Report Created On: 2/22/2017 2:53:18 PM General No. Description Unit Qty Unit Price Ext Price 1 -Al Mobilization LS 1 $443,000.00 $443,000.00 1-A2 Bonds and Insurance LS 1 $1.20 $1.20 1-A3 Clear Right -of -Way AC 15 $30,000.00 $450,000.00 1-A4 Ozone Day DAY 4 $120.00 $480.00 1-A5 Survey Monument EA 2 $120.00 $240.00 1-A6 Traffic Control Advance Warning Signage LS 1 $67,200.00 $67,200.00 1-A7 Traffic Control LS 1 $178,000.00 $178,000.00 1-A8 Temporary Pavement for Detours SY 1500 $91.00 $136,500.00 1-A9 Block Sodding SY 13825 $5.20 $71,890.00 1-A10 Seeding for Erosion Control SY 100 $29.00 $2,900.00 1-A11 Silt Fence for Storm Water Pollution Prevention LF 6864 $4.70 $32,260.80 1-Al2 Curb Inlet Protection EA 25 $210.00 $5,250.00 1-A13 Storm Water Pollution Prevention Plan LS 1 $3,900.00 $3,900.00 1-A14 Rock Filter Dam LF 45 $81.00 $3,645.00 1-A15 Stabilized Construction Entrance LS 1 $2,400.00 $2,400.00 Sub Total: $1,397,667.00 Street Improvements No. Description Unit Qty Unit Price Ext Price 1-B1 Street Excavation SY 49002 $4.40 $215,608.80 1-B2 12" Compacted Subgrade SY 43376 $1.95 $84,583.20 1-B3 6" Crushed Limestone Flexible Base (Type A, Grade 1-2) SY 43376 $11.50 $498,824.00 1-B4 8" Thick Continuously Reinforced Concrete Pavement SY 41119 $90.00 $3,700,710.00 1-B5 13" Crushed Limestone Flexible Base (Type S, Grade 1-2) SY 525 $43.00 $22,575.00 1-B6 Geogrid (Tensar TX -5) SY 525 $4.80 $2,520.00 1-B7 Prime Coat (0.15 GAL/SY) GAL 74 $18.75 $1,387.50 1-B8 2" HMACP (Type D) Surface Course SY 491 $22.00 $10,802.00 1-B9 4" HMACP (Type B) Base Course SY 491 $31.00 $15,221.00 1-B10 6" Concrete Driveway SF 17435 $10.00 $174,350.00 Report Created On: 2/22/2017 2:53:18 PM Street Improvements No. Description Unit Qty Unit Price Ext Price 1-B11 Unanticipated Concrete Driveway Removal SF 100 $15.25 $1,525.00 1-B12 4" Thick Colored Concrete Median SF 20424 $5.20 $106,204.80 1-B13 4" Thick Colored Stamped Concrete Median SF 1462 $9.00 $13,158.00 1-B14 Asphalt Pavement Repair (Type 1) SY 96 $110.00 $10,560.00 1-B15 Asphalt Pavement Repair (Type 2) SY 168 $130.00 $21,840.00 1-B16 Adjust Existing Manhole to Finish Grade EA 9 $1,400.00 $12,600.00 1-B17 Adjust Existing Telephone/Electrical Box to Finish Grade EA 16 $1,400.00 $22,400.00 1-B18 Prefab Pavement Marking Type 1 (W) (ARROW) EA 22 $300.00 $6,600.00 1-B19 Prefab. Pavement Marking Type 1 (W) (ONLY) EA 19 $420.00 $7,980.00 1-B20 Prefab. Pavement Marking Type 1 (W) (BIKE LANE SYMBOL) EA 12 $390.00 $4,680.00 1-B21 Refl. Pavement Marking Type 1 (Y) (4") (SOLID) LF 9490 $0.65 $6,168.50 1-B22 Refl. Pavement Marking Type 1 (W) (4") (BROKEN) LF 3060 $0.65 $1,989.00 1-B23 Refl. Pavement Marking Type 1 (W) (4") (SOLID) LF 9143 $0.65 $5,942.95 1-B24 Refl. Pavement Marking Type I (W) (8") (SOLID) LF 3025 $1.45 $4,386.25 1-B25 Prefab. Pavement Marking Type I (W) (16") (SOLID) LF 120 $10.25 $1,230.00 1-B26 Prefab. Pavement Marking Type I (W) (24") (SOLID) LF 380 $15.00 $5,700.00 1-B27 Refl. Pavement Marking Type 1 (W) (4") (BROKEN) 2' SEGMENT, 6' GAP LF 750 $1.10 $825.00 1-B28 Refl. Pavement Marking Type 1 (Y) (4") (SOLID) (DBL) LF 630 $1.30 $819.00 1-B29 Prefab. Pavement Marking Type 1 (24"x36" Yield Lines) LF 160 $19.00 $3,040.00 1-B30 Eradicate Existing Striping LS 1 $600.00 $600.00 1-B31 TY II -C-R Raised Pavement Marker (Reflectorized) EA 370 $5.70 $2,109.00 1-B32 TY I -C Raised Pavement Marker (Reflectorized) EA 40 $5.70 $228.00 Report Created On: 2/22/2017 2:53:18 PM Street Improvements No. Description Unit Qty Unit Price Ext Price 1-B33 Street Sign Assembly w/9" Blades (Green) and Stop Sign EA 4 $690.00 $2,760.00 1-B34 Regulatory Sign EA 37 $660.00 $24,420.00 1-B35 Warning Sign EA 6 $590.00 $3,540.00 1-B36 Other Signs EA 8 $590.00 $4,720.00 1-B37 Allowance for Unanticipated Street- Related Improvements LS 1 $30,000.00 $30,000.00 Sub Total: $5,032,607.00 A.D.A Pedestrian Improvements No. Description Unit Qty Unit Price Ext Price 1-C1 4" Thick Concrete Sidewalk SF 76630 $4.90 $375,487.00 1-C2 Concrete Curb Ramp SF 1975 $21.00 $41,475.00 1-C3 Prefab. Pavement Marking Type 1 (W) (Crosswalk) (10' Wide) LF 830 $30.00 $24,900.00 1-C4 Concrete Sidewalk Retaining Curb (18" Max. Height) LF 100 $84.00 $8,400.00 Sub Total: $450,262.00 RTA Improvements No. Description Unit Qty Unit Price Ext Price 1-D1 5" Pedestrian Concrete Bus Stop Pad SF 1170 $14.50 $16,965.00 1-E2 Sub Total: $16,965.00 Gas Line Improvements No. Description Unit Qty Unit Price Ext Price 1-E1 Adjust Existing Gas Valve Boxes to Finish Grade EA 16 $860.00 $13,760.00 1-E2 Gas Line Trench Backfill and Compaction LF 150 $97.00 $14,550.00 Sub Total: $28,310.00 Landscaping & Irrigation Improvements No. Description Unit Qty Unit Price Ext Price 1-F1 Landscaping in Median LS 1 $191,500.00 $191,500.00 1-F2 Irrigation in Median LS 1 $114,600.00 $114,600.00 Report Created On: 2/22/2017 2:53:18 PM Landscaping & Irrigation Improvements No. Description Unit Qty Unit Price Ext Price 1-G1 Sub Total: $306,100.00 I.T. Improvements No. Description Unit Qty Unit Price Ext Price 1-G1 2" Dia. PVC (SCH 40) Elect. Conduit w/ Mule Tape LF 5384 $12.00 $64,608.00 1-G2 24"x36"x18" Pullbox (Handhole) EA 7 $2,200.00 $15,400.00 1-J3 Sub Total: $80,008.00 Street Lighting Improvements No. Description Unit Qty Unit Price Ext Price 1-H1 3" Dia. PVC (SCH 40) Elect. Conduit w/ Mule Tape LF 4100 $13.25 $54,325.00 1-H2 11"x18"x18" Pullbox (Handhole) for Lighting Conduit EA 24 $2,000.00 $48,000.00 1-J3 Sub Total: $102,325.00 Signalization Improvements No. Description Unit Qty Unit Price Ext Price 1-11 Everhart Rd. Intersection Signalization LS 1 $344,800.00 $344,800.00 1-12 Remove and Install School Zone Flasher Assembly EA 2 $8,400.00 $16,800.00 1-J3 Sub Total: $361,600.00 Storm Water Drainage Improvements No. Description Unit Qty Unit Price Ext Price 1-J1 18" Dia. RCP (Class 111) LF 501 $180.00 $90,180.00 1-J2 24" Dia. RCP (Class 111) LF 1090 $140.00 $152,600.00 1-J3 30" Dia. RCP (Class 111) LF 18 $340.00 $6,120.00 1-J4 36" Dia. RCP (Class 111) LF 245 $210.00 $51,450.00 1-J5 42" Dia. RCP (Class 111) LF 233 $240.00 $55,920.00 1-J6 48" Dia. RCP (Class 111) LF 178 $280.00 $49,840.00 1-J7 54" Dia. RCP (Class 111) LF 1379 $310.00 $427,490.00 1-J8 60" Dia. RCP (Class 111) LF 636 $360.00 $228,960.00 1-J9 60" Dia. Precast 30° Bend EA 1 $3,900.00 $3,900.00 Report Created On: 2/22/2017 2:53:18 PM Storm Water Drainage Improvements No. Description Unit Qty Unit Price Ext Price 1-J10 Tie -In Existing 18" Dia. RCP EA 2 $730.00 $1,460.00 1-J11 Tie -In Existing 24" Dia. RCP EA 2 $730.00 $1,460.00 1-J12 Tie -In Existing 30" Dia. RCP EA 1 $980.00 $980.00 1-J13 Tie -In Existing 36" Dia. RCP EA 1 $1,500.00 $1,500.00 1-J14 Tie -In Existing 54" Dia. RCP EA 2 $2,200.00 $4,400.00 1-J15 Tie -In Existing 60" Dia. RCP EA 2 $2,900.00 $5,800.00 1-J16 Tie -In Prop. 24" RCP to Existing 8'x5' RCB EA 1 $1,400.00 $1,400.00 1-J17 Tie -In Prop. 18" RCP to Existing Manhole EA 4 $2,200.00 $8,800.00 1-J18 Tie-in Prop. 24" RCP to Existing Inlet EA 1 $1,500.00 $1,500.00 1-J19 Sidewalk Drain EA 4 $2,200.00 $8,800.00 1-J20 5' Standard Curb Inlet EA 20 $3,700.00 $74,000.00 1-J21 4' Dia. Concrete Storm Water Manhole (Type 'A) EA 2 $8,600.00 $17,200.00 1-J22 Concrete Storm Water Manhole (Type 'B') EA 1 $8,800.00 $8,800.00 1-J23 Concrete Storm Water Manhole (Type 'C') EA 3 $8,700.00 $26,100.00 1-J24 Concrete Storm Water Manhole (Type 'D') EA 11 $8,800.00 $96,800.00 1-J25 Remove and Replace Existing Curb Inlet Top w/ New Top EA 1 $2,800.00 $2,800.00 1-J26 Remove Existing Manhole Top and Cap EA 1 $2,700.00 $2,700.00 1-J27 Plug Exist. RCP Inside of Exist. Manhole EA 5 $680.00 $3,400.00 1-J28 Plug Exist. 27" RCP EA 2 $590.00 $1,180.00 1-J29 Grout Fill 15' of Existing R.C. Pipe and Abandon in Place EA 5 $1,200.00 $6,000.00 1-J30 5" Thick Concrete Rip -Rap SF 457 $14.25 $6,512.25 1-J31 Concrete Headwall (PW -1) LF 19 $810.00 $15,390.00 1-J32 Modifications to Exist. Headwall Including Box Culvert Repairs LS 1 $63,700.00 $63,700.00 1-J33 Pedestrian Rail (Type PR1) LF 134 $110.00 $14,740.00 1-J34 Remove Existing Concrete Headwall and Rip -Rap LS 1 $17,900.00 $17,900.00 1-J35 6" Concrete Curb and Gutter LF 125 $53.00 $6,625.00 Report Created On: 2/22/2017 2:53:18 PM Storm Water Drainage Improvements No. Description Unit Qty Unit Price Ext Price 1-J36 6" Concrete Curb LF 20414 $12.25 $250,071.50 1-J37 Unanticipated Curb & Gutter Removal LF 100 $37.00 $3,700.00 1-J38 Remove and Replace Concrete Sidewalk SF 100 $32.00 $3,200.00 1-J39 Remove and Replace Concrete Curb and Gutter LF 100 $87.00 $8,700.00 1-J40 Trench Safety for Storm Water Conduits LF 4280 $4.40 $18,832.00 1-J41 Trench Safety for Storm Water Manhole, Junction Box, and Inlets EA 37 $250.00 $9,250.00 1-J42 Allowance for Unanticipated Storm Water Improvements LS 1 $25,000.00 $25,000.00 1-K8 Sub Total: $1,785,160.75 Water Distribution Improvements No. Description Unit Qty Unit Price Ext Price 1-K1 6" Dia. C900 PVC Waterline LF 18 $100.00 $1,800.00 1-K2 6" Dia. Ductile Iron Waterline LF 33 $76.00 $2,508.00 1-K3 6" Dia. 45° D.I. Bend EA 4 $180.00 $720.00 1-K4 6" Gate Valve with Box and Cover EA 2 $880.00 $1,760.00 1-K5 6" Tie -In Connection EA 2 $1,400.00 $2,800.00 1-K6 8" Dia. C900 PVC Waterline (DR 18) LF 2040 $57.00 $116,280.00 1-K7 8" Dia. Ductile Iron Waterline LF 347 $110.00 $38,170.00 1-K8 8" Dia. 45° D.I. Bend EA 28 $230.00 $6,440.00 1-K9 8" Gate Valve with Box and Cover EA 16 $1,100.00 $17,600.00 1-K10 8" Tie-in Connection EA 10 $1,700.00 $17,000.00 1-K11 8" x 8" D.I. Tee EA 1 $380.00 $380.00 1-K12 8" x 8" D.I. Cross EA 1 $440.00 $440.00 1-K13 8" x 6" Tapping Sleeve EA 2 $6,300.00 $12,600.00 1-K14 12" Dia. C900 PVC Waterline (DR 18) LF 5375 $56.00 $301,000.00 1-K15 12" Dia. Ductile Iron Waterline LF 172 $160.00 $27,520.00 1-K16 12" Tie -In Connection EA 4 $2,100.00 $8,400.00 1-K17 12" Dia. 45° D.I. Bend EA 18 $400.00 $7,200.00 1-K18 12" Gate Valve with Box and Cover EA 17 $2,000.00 $34,000.00 Report Created On: 2/22/2017 2:53:18 PM Water Distribution Improvements No. Description Unit Qty Unit Price Ext Price 1-K19 12" x 6" D.I. Tee EA 2 $490.00 $980.00 1-K20 12" x 8" D.I. Tee EA 9 $520.00 $4,680.00 1-K21 12" x 12" D.I. Tee EA 2 $630.00 $1,260.00 1-K22 12" x 12" D.I. Cross EA 1 $840.00 $840.00 1-K23 Abandon in Place Existing 12" Waterline and Fill with Grout LF 5550 $18.25 $101,287.50 1-K24 Abandon in Place Existing 8" Waterline and Fill with Grout LF 560 $10.50 $5,880.00 1-K25 Fire Hydrant Assembly (Type 1) EA 4 $3,700.00 $14,800.00 1-K26 Fire Hydrant Assembly (Type 2) EA 16 $3,700.00 $59,200.00 1-K27 1" Water Service for Irrigation EA 1 $840.00 $840.00 1-K28 1 1/2" Water Service for Irrigation EA 4 $1,300.00 $5,200.00 1-K29 Replace Existing Water Service W/New Service Connection EA 2 $1,500.00 $3,000.00 1-K30 Adjust Exist. Water Valve Box to Finish Grade EA 6 $470.00 $2,820.00 1-K31 Relocate Existing Water Meter to Property Lines EA 4 $1,400.00 $5,600.00 1-K32 Trench Safety for Waterlines LF 7985 $3.30 $26,350.50 1-K33 Allowance for Unanticipated Water Improvements LS 1 $15,000.00 $15,000.00 Sub Total: $844,356.00 Wastewater Improvements No. Description Unit Qty Unit Price Ext Price 1-L1 Rehab Existing 18" Wastewater Line w/ CIPP LF 174 $300.00 $52,200.00 1-L2 Bypass Pumping of Raw Sewage LS 1 $39,300.00 $39,300.00 1-L3 Allowance For Unanticipated Wastewater Improvements LS 1 $10,000.00 $10,000.00 Sub Total: $101,500.00 PART 2 HMAC PAVEMENT Report Created On: 2/22/2017 2:53:18 PM General No. Description Unit Qty Unit Price Ext Price 2 -Al Mobilization LS 1 $440,000.00 $440,000.00 2-A2 Bonds and Insurance LS 1 $1.20 $1.20 2-A3 Clear Right -of -Way AC 15 $26,500.00 $397,500.00 2-A4 Ozone Day DAY 4 $120.00 $480.00 2-A5 Survey Monument EA 2 $120.00 $240.00 2-A6 Traffic Control Advance Warning Signage LS 1 $80,000.00 $80,000.00 2-A7 Traffic Control LS 1 $230,000.00 $230,000.00 2-A8 Temporary Pavement for Detours SY 1500 $91.00 $136,500.00 2-A9 Block Sodding SY 13825 $5.20 $71,890.00 2-A10 Seeding for Erosion Control SY 100 $29.00 $2,900.00 2 -Al 1 Silt Fence for Storm Water Pollution Prevention LF 6864 $4.00 $27,456.00 2-Al2 Curb Inlet Protection EA 25 $210.00 $5,250.00 2-A13 Storm Water Pollution Prevention Plan LS 1 $3,000.00 $3,000.00 2-A14 Rock Filter Dam LF 45 $81.00 $3,645.00 2-A15 Stabilized Construction Entrance LS 1 $2,400.00 $2,400.00 Sub Total: $1,401,262.20 Street Improvements No. Description Unit Qty Unit Price Ext Price 2-B1 Street Excavation SY 49002 $5.60 $274,411.20 2-B2 12" Compacted Subgrade SY 43902 $1.90 $83,413.80 2-B3 Geogrid (Tensar TX -5) SY 43902 $3.20 $140,486.40 2-B4 13" Crushed Limestone Flexible Base (Type A, Grade 1-2) SY 43902 $25.00 $1,097,550.00 2-B5 Prime Coat (0.15 GAL/SY) GAL 5569 $4.10 $22,832.90 2-B6 4" HMACP (Type B) Base Course SY 37123 $20.00 $742,460.00 2-B7 2" HMACP (Type D) Surface Course SY 37123 $9.90 $367,517.70 2-B8 6" Concrete Driveway SY 17435 $10.00 $174,350.00 2-B9 Unanticipated Concrete Driveway Removal SF 100 $15.25 $1,525.00 2-B10 4" Thick Colored Concrete Median SF 20424 $5.20 $106,204.80 Report Created On: 2/22/2017 2:53:18 PM Street Improvements No. Description Unit Qty Unit Price Ext Price 2-B11 4" Thick Colored Stamped Concrete Median SF 1462 $9.00 $13,158.00 2-B12 Adjust Existing Manhole to Finish Grade EA 9 $1,400.00 $12,600.00 2-B13 Adjust Existing Telephone/Electrical Box to Finish Grade EA 16 $1,400.00 $22,400.00 2-B14 Prefab. Pavement Marking Type 1 (W) (ARROW) EA 22 $200.00 $4,400.00 2-B15 Prefab. Pavement Marking Type 1 (W) (ONLY) EA 19 $320.00 $6,080.00 2-B16 Prefab. Pavement Marking Type 1 (W) (BIKE LANE SYMBOL) EA 12 $290.00 $3,480.00 2-B17 Refl. Pavement Marking Type 1 (Y) (4") (SOLID) LF 9490 $0.50 $4,745.00 2-B18 Refl. Pavement Marking Type 1 (W) (4") (BROKEN) LF 3060 $0.50 $1,530.00 2-B19 Refl. Pavement Marking Type 1 (W) (4") (SOLID) LF 9143 $0.50 $4,571.50 2-B20 Refl. Pavement Marking Type 1 (W) (8") (SOLID) LF 3025 $1.00 $3,025.00 2-B21 Prefab. Pavement Marking Type C (W) (16") (SOLID) LF 120 $10.25 $1,230.00 2-B22 Prefab. Pavement Marking Type C (W) (24") (SOLID) LF 380 $14.25 $5,415.00 2-B23 Refl. Pavement Marking Type 1 (W) (4") (BROKEN) 2' SEGMENT, 6' GAP LF 750 $0.65 $487.50 2-B24 Refl. Pavement Marking Type 1 (Y) (4") (SOLID) (DBL) LF 630 $1.10 $693.00 2-B25 Prefab. Pavement Marking Type C (24"x36" Yield Lines) LF 160 $18.00 $2,880.00 2-B26 Eradicate Existing Striping LS 1 $600.00 $600.00 2-B27 TY II -C-R Raised Pavement Marker (Reflectorized) EA 370 $5.10 $1,887.00 2-B28 TY I -C Raised Pavement Marker (Reflectorized) EA 40 $5.10 $204.00 2-B29 Street Sign Assembly w/9" Blades (Green) and Stop Sign EA 4 $700.00 $2,800.00 2-B30 Regulatory Sign EA 37 $660.00 $24,420.00 2-B31 Warning Sign EA 6 $590.00 $3,540.00 2-B32 Other Signs EA 8 $590.00 $4,720.00 CIVCAST Report Created On: 2/22/2017 2:53:18 PM Street Improvements No. Description Unit Qty Unit Price Ext Price 2-B33 Allowance for Unanticipated Street - Related Improvements LS 1 $30,000.00 $30,000.00 2-C2 Sub Total: $3,165,617.80 A.D.A Pedestrian Improvements No. Description Unit Qty Unit Price Ext Price 2-C1 4" Thick Concrete Sidewalk SF 76630 $4.90 $375,487.00 2-C2 Concrete Curb Ramp SF 1975 $21.00 $41,475.00 2-C3 Prefab. Pavement Marking Type 1 (W) (Crosswalk) (10' Wide) LF 830 $30.00 $24,900.00 2-C4 Concrete Sidewalk Retaining Curb (18" Max. Height) LF 100 $85.00 $8,500.00 Sub Total: $450,362.00 RTA Improvements No. Description Unit Qty Unit Price Ext Price 2-D1 9" Concrete Bus Stop Pad SF 2980 $14.25 $42,465.00 2-D2 5" Pedestrian Concrete Bus Stop Pad SF 1170 $14.50 $16,965.00 Sub Total: $59,430.00 Gas Line Improvements No. Description Unit Qty Unit Price Ext Price 2-E1 Adjust Existing Gas Valve Boxes to Finish Grade EA 16 $860.00 $13,760.00 2-E2 Gas Line Trench Backfill and Compaction LF 150 $97.00 $14,550.00 Sub Total: $28,310.00 Landscaping & Irrigation Improvements No. Description Unit Qty Unit Price Ext Price 2-F1 Landscaping in Median LS 1 $191,800.00 $191,800.00 2-F2 Irrigation in Median LS 1 $114,800.00 $114,800.00 Sub Total: $306,600.00 Report Created On: 2/22/2017 2:53:18 PM I.T. Improvements No. Description Unit Qty Unit Price Ext Price 2-G1 2" Dia. PVC (SCH 40) Elect. Conduit w/ Mule Tape LF 5384 $12.00 $64,608.00 2-G2 24"x36"x18" Pullbox (Handhole) EA 7 $2,200.00 $15,400.00 2-J3 Sub Total: $80,008.00 Street Lighting Improvements No. Description Unit Qty Unit Price Ext Price 2-H1 3" Dia. PVC (SCH 40) Elect. Conduit w/ Mule Tape LF 4100 $13.25 $54,325.00 2-H2 11"x18"x18" Pullbox (Handhole) for Lighting Conduit EA 24 $2,000.00 $48,000.00 2-J3 Sub Total: $102,325.00 Signalization Improvements No. Description Unit Qty Unit Price Ext Price 2-11 Everhart Rd. Intersection Signalization LS 1 $345,200.00 $345,200.00 2-12 Remove and Install School Zone Flasher Assembly EA 2 $8,400.00 $16,800.00 2-J3 Sub Total: $362,000.00 Storm Water Drainage Improvements No. Description Unit Qty Unit Price Ext Price 2-J1 18" Dia. RCP (Class 111) LF 501 $180.00 $90,180.00 2-J2 24" Dia. RCP (Class 111) LF 1090 $140.00 $152,600.00 2-J3 30" Dia. RCP (Class 111) LF 18 $340.00 $6,120.00 2-J4 36" Dia. RCP (Class 111) LF 245 $210.00 $51,450.00 2-J5 42" Dia. RCP (Class 111) LF 233 $240.00 $55,920.00 2-J6 48" Dia. RCP (Class 111) LF 178 $280.00 $49,840.00 2-J7 54" Dia. RCP (Class 111) LF 1379 $310.00 $427,490.00 2-J8 60" Dia. RCP (Class 111) LF 636 $360.00 $228,960.00 2-J9 60" Dia. Precast 30° Bend EA 1 $3,900.00 $3,900.00 2-J10 Tie -In Existing 18" Dia. RCP EA 2 $740.00 $1,480.00 2-J11 Tie -In Existing 24" Dia. RCP EA 2 $740.00 $1,480.00 2-J12 Tie -In Existing 30" Dia. RCP EA 1 $980.00 $980.00 Report Created On: 2/22/2017 2:53:18 PM Storm Water Drainage Improvements No. Description Unit Qty Unit Price Ext Price 2-J13 Tie -In Existing 36" Dia. RCP EA 1 $1,500.00 $1,500.00 2-J14 Tie -In Existing 54" Dia. RCP EA 2 $2,200.00 $4,400.00 2-J15 Tie -In Existing 60" Dia. RCP EA 2 $2,900.00 $5,800.00 2-J16 Tie -In Prop. 24" RCP to Existing 8'x5' RCB EA 1 $1,400.00 $1,400.00 2-J17 Tie -In Prop. 18" RCP to Existing Manhole EA 4 $2,300.00 $9,200.00 2-J18 Tie-in Prop. 24" RCP to Existing Inlet EA 1 $1,500.00 $1,500.00 2-J19 Sidewalk Drain EA 4 $2,200.00 $8,800.00 2-J20 5' Standard Curb Inlet EA 20 $3,700.00 $74,000.00 2-J21 4' Dia. Concrete Storm Water Manhole (Type 'A') EA 2 $8,600.00 $17,200.00 2-J22 Concrete Storm Water Manhole (Type 'B') EA 1 $8,800.00 $8,800.00 2-J23 Concrete Storm Water Manhole (Type 'C') EA 3 $8,700.00 $26,100.00 2-J24 Concrete Storm Water Manhole (Type 'D') EA 11 $8,800.00 $96,800.00 2-J25 Remove and Replace Existing Curb Inlet Top w/ New Top EA 1 $2,800.00 $2,800.00 2-J26 Remove Existing Manhole Top and Cap EA 1 $2,700.00 $2,700.00 2-J27 Plug Exist. RCP Inside of Exist. Manhole EA 5 $680.00 $3,400.00 2-J28 Plug Exist. 27" RCP EA 2 $590.00 $1,180.00 2-J29 Grout Fill 15' of Existing R.C. Pipe and Abandon in Place EA 5 $1,200.00 $6,000.00 2-J30 5" Thick Concrete Rip -Rap SF 457 $17.00 $7,769.00 2-J31 Concrete Headwall (PW -1) LF 19 $810.00 $15,390.00 2-J32 Modifications to Exist. Headwall Including Box Culvert Repairs LS 1 $63,800.00 $63,800.00 2-J33 Pedestrian Rail (Type PR1) LF 134 $110.00 $14,740.00 2-J34 Remove Existing Concrete Headwall and Rip -Rap LS 1 $18,000.00 $18,000.00 2-J35 6" Concrete Curb and Gutter LF 10805 $20.00 $216,100.00 2-J36 6" Concrete Reverse Curb and Gutter LF 9730 $19.50 $189,735.00 2-J37 Unanticipated Curb & Gutter Removal LF 100 $37.00 $3,700.00 Report Created On: 2/22/2017 2:53:18 PM Storm Water Drainage Improvements No. Description Unit Qty Unit Price Ext Price 2-J38 Remove and Replace Concrete Sidewalk SF 100 $32.00 $3,200.00 2-J39 Remove and Replace Concrete Curb and Gutter LF 100 $87.00 $8,700.00 2-J40 Trench Safety for Storm Water Conduits LF 4280 $4.40 $18,832.00 2-J41 Trench Safety for Storm Water Manhole, Junction Box, and Inlets EA 37 $250.00 $9,250.00 2-J42 Allowance for Unanticipated Storm Water Improvements LS 1 $25,000.00 $25,000.00 2-K6 Sub Total: $1,936,196.00 Water Distribution Improvements No. Description Unit Qty Unit Price Ext Price 2-K1 6" Dia. C900 PVC Waterline LF 18 $100.00 $1,800.00 2-K2 6" Dia. Ductile Iron Waterline LF 33 $76.00 $2,508.00 2-K3 6" Dia. 45° D.I. Bend EA 4 $180.00 $720.00 2-K4 6" Gate Valve with Box and Cover EA 2 $880.00 $1,760.00 2-K5 6" Tie -In Connection EA 2 $1,500.00 $3,000.00 2-K6 8" Dia. C900 PVC Waterline (DR 18) LF 2040 $57.00 $116,280.00 2-K7 8" Dia. Ductile Iron Waterline LF 347 $110.00 $38,170.00 2-K8 8" Dia. 45° D.I. Bend EA 28 $230.00 $6,440.00 2-K9 8" Gate Valve with Box and Cover EA 16 $1,100.00 $17,600.00 2-K10 8" Tie-in Connection EA 10 $1,700.00 $17,000.00 2-K11 8" x 8" D.I. Tee EA 1 $380.00 $380.00 2-K12 8" x 8" D.I. Cross EA 1 $440.00 $440.00 2-K13 8" x 6" Tapping Sleeve EA 2 $6,300.00 $12,600.00 2-K14 12" Dia. C900 PVC Waterline (DR 18) LF 5375 $56.00 $301,000.00 2-K15 12" Dia. Ductile Iron Waterline LF 172 $160.00 $27,520.00 2-K16 12" Tie -In Connection EA 4 $2,100.00 $8,400.00 2-K17 12" Dia. 45° D.I. Bend EA 18 $400.00 $7,200.00 2-K18 12" Gate Valve with Box and Cover EA 17 $2,000.00 $34,000.00 2-K19 12" x 6" D.I. Tee EA 2 $490.00 $980.00 2-K20 12" x 8" D.I. Tee EA 9 $520.00 $4,680.00 CIVCAST Report Created On: 2/22/2017 2:53:18 PM Water Distribution Improvements No. Description Unit Qty Unit Price Ext Price 2-K21 12" x 12" D.I. Tee EA 2 $630.00 $1,260.00 2-K22 12" x 12" D.I. Cross EA 1 $850.00 $850.00 2-K23 Abandon in Place Existing 12" Waterline and Fill with Grout LF 5550 $18.25 $101,287.50 2-K24 Abandon in Place Existing 8" Waterline and Fill with Grout LF 560 $10.50 $5,880.00 2-K25 Fire Hydrant Assembly (Type 1) EA 4 $3,700.00 $14,800.00 2-K26 Fire Hydrant Assembly (Type 2) EA 16 $3,700.00 $59,200.00 2-K27 1" Water Service for Irrigation EA 1 $840.00 $840.00 2-K28 1 1/2" Water Service for Irrigation EA 4 $1,300.00 $5,200.00 2-K29 Replace Existing Water Service W/New Service Connection EA 2 $1,500.00 $3,000.00 2-K30 Adjust Exist. Water Valve Box to Finish Grade EA 6 $470.00 $2,820.00 2-K31 Relocate Existing Water Meter to Property Lines EA 4 $1,400.00 $5,600.00 2-K32 Trench Safety for Waterlines LF 7985 $3.30 $26,350.50 2-K33 Allowance for Unanticipated Water Improvements LS 1 $15,000.00 $15,000.00 Sub Total: $844,566.00 Wastewater Improvements No. Description Unit Qty Unit Price Ext Price 2-L1 Rehab Existing 18" Wastewater Line w/ CIPP LF 174 $300.00 $52,200.00 2-L2 Bypass Pumping of Raw Sewage LS 1 $39,400.00 $39,400.00 2-L3 Allowance For Unanticipated Wastewater Improvements LS 1 $10,000.00 $10,000.00 Sub Total: $101,600.00 Report Created On: 2/22/2017 2:53:18 PM ACKNOWLEDGE ADDENDA NAME ACKNOWLEDGEMENT DATE Jon Lentz 02/22/2017 12:04:53 PM Report Created On: 2/22/2017 2:53:18 PM REQUIRED DOWNLOADS TYPE NAME DOWNLOAD DATE Bid Docs E13096 Specifications 2/06/2017 7:23:48 AM Plans E13096 Plans 2017-02-22T18:06:38.019Z Other Bidders Worksheet Part1 2/09/2017 11:01:24 AM Other Bidders Worksheet Part2 2/11/2017 9:06:38 AM Bidders Pre Bid Mtg Attendance Roster 2017-02-22T18:06:39.325Z Addenda Addendum#1 2/18/2017 9:59:37 AM Plans Addendum#1 Plans 2/18/2017 10:06:27 AM 00 52 23 AGREEMENT This Agreement, for the Project awarded on April 25, 2017 , is between the City of Corpus Christi (Owner) and Berry Contracting, LP dba Bay, Ltd. Contractor). Owner and Contractor agree as follows: ARTICLE 1— WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Yorktown Boulevard — Everhart Road to Staples Street (Bond 2014) Project No. [13096 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 540 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 570 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 01 35 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Agreement 00 52 23 - 1 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. [13096 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 $1,000 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 $400 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 Bid Price Base Bid Part 2 ARTICLE 5 — PAYMENT PROCEDURES $ 8,838,277.00 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. [13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. [13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 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 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. [13096 Rev 06-22-2016 ATTEST Digitally signed by Rebecca Huerta DN: cn=Rebecca Huerta, o, ou, email=rebeccah@cctexas.com, c=US Date: 2017.05.25 11:57:35 -05'00' Rebecca Huerta City Secretary APPROVED AS TO LEGAL FORM: Aimee Alcorn -Reed 2017.05.18 17:28:03 -05'00' Assistant City Attorney ATTEST (IF CORPORATION) (Seal Below) Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer CITY OF CORPUS CHRISTI Digitally signed by Jeff Edmonds DN: cn=Jeff Edmonds, o, ou=Engineering, email=jeffreye@cctexas.com, c=US Date: 2017.05.22 14:53:54 -05'00' J.H. Edmonds, P.E. Director of Engineering Services M2017-058 BY COUNCI 4/25/17 AUTHORIZED RH/ML Digitally signed by RH/ML Date: 2017.05.24 13:56:34 -05'00' CONTRACTOR Berry Contracting, LP dba Bay, Ltd. By: Title: Jon Lentz O N: cn=Jon Lent, o=Berry Contracting, LP dba Bay Ltd., ou, mail=lend@bayM.com, 0=05 D ate: 2017.05.0316:04:28 Estimating Manager 1414 Valero Way Address Corpus Christi, Texas 78409 City State 361/299-3721 Phone Ientzj@bayltd.com Zip Fax EMail END OF SECTION Agreement 00 52 23 - 6 Yorktown Boulevard — Everhart Rd. to Staples St. (Bond 2014) — Project No. E13096 Rev 06-22-2016 ACORN® 9 CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) _5/4/2017DATE(M THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Higginbotham Insurance Agency, Inc. dba Swantner & Gordon Insurance Agency, LLC PO Box 870 Corpus Christi TX 78403 CONTACT Diann Eisenhauer NAME: PHONE 361-883-1711 FAX 361-844-0101 WC �,� )' (AIC, No): ,Ne. E-MAIL S• deisenhauer@higginbotham.net INSURER(S) AFFORDING COVERAGE NAIC 0 INSURER A :ACE American Insurance Company 22667 INSURED BERRYI3 Berry Contracting, LP dba Bay, Ltd. P.O. Box 4858 Corpus Christi TX 78469-4858 INSURER B :ACE Property & Casualty Insurance C 20699 INSURER C :Indian Harbor Insurance Company 26940 INSURER D : 5/20/2017 j l INSURER E : $2,000,000 INSURER F : $100,000 COVERAGE CERTIFICATE NUMBER: 1878472959 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES INDICATED. NOTWITHSTANDING ANY REQUIREMENT, CERTIFICATE MAY BE ISSUED OR MAY EXCLUSIONS AND CONDITIONS OF SUCH OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO TERM OR CONDITION OF ANY CONTRACT PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY THE INSURED NAMED ABOVE FOR THE POLICY PERIOD OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, PAID CLAIMS INSR LTR TYPE OF INSURANCE ADDL INSD SUBR W POLICY NUMBER POLICY EFF IMM1DDIYYYY1 POLICY EXP (MMIDDIYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY HDOG27853602 5/20/2016 5/20/2017 j l EACH OCCURRENCE $2,000,000 GE TO PREM SES �a6NTED x occurrence) $100,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $10,000 X CG0001 04/13 PERSONAL & ADV INJURY $2,000,000 GENERAL AGGREGATE $10,000,000 GEN'L AGGREGATE 71 POLICY OTHER: X LIMIT APPLIES IECT X PER: LOC PRODUCTS - COMP/OP AGG $5,000,000 $ A AUTOMOBILE X - X LABILITY ANY AUTO ALL OSVNED HIRED AUTOS MCS -90 - SCHEDULED C EDULED NON -OWNED AUTOS ISAH09042374 5/20/2016 5/20/2017 // COMBINED SINGLE LIMIT acadent) $(Ea 2,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per acddent) $ PROPERTY DAMAGE (Per accident) $ $ B X UMBRELLA LAB EXCESS UAB X OCCUR CLAIMS -MADE G28119641001 5/20/2016 5/20/2017 EACH OCCURRENCE $25,000,000 AGGREGATE $25,000,000 / S DED X RETENT ON $250,000 A WORKERS COMPENSATION AND EMPLOYERS' LABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If yes. describe under DESCRIPTION OF OPERATIONS below YN N N 1 A WLRC48605199 5/20/2016 5/20/2017 X STATUTE OTH- ER E.L. EACH ACCIDENT $2,000,000 E.L. DISEASE - EA EMPLOYEE , $2,000,000 E.L. DISEASE - POLICY LIMIT $2,000,000 C Contractors Pollution CPL742031903 5/20/2016 5/20/2017 // l Cond/Agg $25,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached H more space Is required) See Attached... CERTIFICATE HOLDER CANCELLATION I City of Corpus Christi Attn: Sylvia Arriaga - Contracts Admin. P.O. Box 9277 Corpus Christi TX 78469-9277 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2014101) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORD® AGENCY CUSTOMER ID: BERRYI3 LOC #: ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY Higginbotham Insurance Agency, Inc. NAMED INSURED Berry Contracting, LP dba Bay, Ltd. P.O. Box 4858 Corpus Christi TX 78469-4858 POLICY NUMBER CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE. CERTIFICATE OF LIABILITY INSURANCE General Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status to others only when there is a written contract between the insured and certificate holder that requires such status. Additional Insured - Owners, Lessees or Contractors - Scheduled Person or Organization CG2010 10/01, Additional Insured - Owners, Lessees or Contractors - Completed Operations CG2037 10/01, and Additional Insured -Lessor of Leased Equipment -Automatic Status When Required in Lease Agreement with You CG2034 04/13. CG2038 04/13 Additional Insured -Owners, Lessees or Contractors -Automatic Status for Other Parties When Required in Written Contract. The General Liability policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it. Waiver of Transfer of Rights of Recovery Against Others To Us CG2404 05/09. The General Liability policy includes a primary and non-contributory endorsement - Non -Contributory Endorsement For Additional Insureds Form LD -20287 (06/06) only when there is a written contract requinng such, and Construction Project(s) General Aggregate Limit LD -21732 (01/07) - $5,000,000 Aggregate Per Project. The General Liability policy includes an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder as required by written contract except 10 days notice of nonpayment of premium. Notice to Others Endorsement — Schedule Notice by Insured's Representative ALL -32686 (01/11). Auto policy includes a blanket automatic additional insured endorsement that provides additional insured status to others only when there is a written contract between the insured and certificate holder that requires such status. Additional Insured - Designated Persons or Organizations DA-9U74b (06/14). The Auto policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it. Waiver of Transfer of Rights of Recovery Against Others DA -13115a (06/14). The Auto policy includes an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder as required by written contract except 10 days notice of nonpayment of premium. Notice to Others Endorsement — Schedule Notice by Insured's Representative ALL -32686 (01/11). The Auto policy includes Non -Contributory Endorsement for Additional Insureds only when there is a written contract executed prior to the date of loss -Form DA -21886b (06/14). Commercial Umbrella Liability Policy Form #XS -20835 (08/06) includes the following in regards to who is an insured: Any person or organization, if insured under "underlying insurance", provided that coverage proved by this policy for any such Insured will be no broader than coverage provided by the "underlying insurance". The Commercial Umbrella Liability Policy Form #XS -20835 (08/06) includes Transfer of Rights of Recovery Against Others to Us - If you or the insurer of "underlying insurance" waive any right of recovery against a specific person or organization for damages as required under an "insured contract", we will also waive any such rights we may have against such person or organization provided that the "bodily injury" or "property damage" occurs subsequent to the execution of the "insured contract". This policy will apply primary of other insurance and such other insurance will not contribute if you have agreed in writing in a contract or agreement - Amendment of Condition J - Other Insurance Form XS -33290 (04/11) Workers Compensation policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it. Waiver of Our Right to Recover From Others Endorsement WC000313 11/05 & Texas Waiver of Our Right to Recover From Others Endorsement WC420304B (06/14). The Workers Compensation policy includes Longshore and Harbor Workers' Compensation Act Coverage Endorsement WC000106A 0492, Outer Continental Shelf Lands Act Coverage Endorsement WC000109C (01/15), Maritime Coverage Endorsement - Limits of Liability $2,000,000 Each Accident/Aggregate, and includes Transportation, Wages, Maintenance & Cure WC000201 B (01/15), Voluntary Compensation Employers Liability Coverage Endorsement WC000311A (08/91) & Voluntary Compensation Maritime Coverage Endorsement WC000203 (4/84), and a blanket automatic alternate employer endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it. Alternate Employer Endorsement WC000301A (Ed 02/89) & Alternate Employer Endorsement WC000301 (04/84). The Workers Compensation policy includes an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder except 10 days notice of nonpayment of premium. Notice to Others Endorsement — Schedule Notice by Insured's Representative WC 99 03 69 (01/11). Project: E13096 - Yorktown Boulevard - Everhart Road to Staples Street (Bond 2014) - Bay Job #51-0676 \% ACORD 101 (2008101) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: HDOG27853602 Berry GP Inc/Bay, Ltd. COMMERCIAL GENERAL LIABILITY CG 20 10 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -- OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Any Owner, Lessee or Contractor whom you have agreed to include as an additional insured under a written contract, provided such contract was executed prior to the date of loss. Location: All locations where you are performing operations for such additional insured pursuant to any such written contract. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Section Il -- Who Is An Insured is amended to include as an insured the person or organization .shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. B. With respect to the insurance afforded to these additional insureds,. the following exclusion is added: 2. Exclusions This insurance does not apply to "bodily in- jury" or "property damage" occurring after (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the addi- tional insured(s) at the site of the cov- ered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another con- tractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 10 01 © ISO Properties, Inc., 2000 Page 1 of 1 ❑ POLICY NUMBER: HDOG27853602 Berry GP, Inc/Bay, Ltd. COMMERCIAL GENERAL LIABILITY CG 20 3710 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Any person or organization whom you have agreed to include as an additional insured under a written contract, provided such contract was executed prior to the date of loss. Location And Description of Completed Operations: All locations where you perform work for such additional insured pursuant to any such written contract. Additional Premium: (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Section Ii -- Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" at the location designated and described in the schedule of this endorsement performed for that insured and included in the "products -completed operations haz- ard". CG 20 3710 01 © ISO Properties, Inc., 2000 Page 1 of 1 ❑ POLICY NUMBER: 1 nOG27853602 Berry GP Inc/Bay, Ltd. COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Any person or organization against whom you have agreed to waive your right of recovery in a written contract, provided such contract was executed prior to the date of loss. Information required to complete this Schedule, if not shown above, will be shown In the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CO 24 04 05 09 © insurance Services Office, Inc., 2008 Page 1 of 1 ❑ NON-CONTRIBUTORY ENDORSEMENT FOR ADDITIONAL INSUREDS Named Insured Berry GP Inc. and owned subsidiaries per Broad Form Named Insured Bay, LE d Endorsement #LD -2X58 Endorsement Number Policy Symbol— HDO Policy Number G27853602 Policy Period 05/20/2016 • to 05/20/2017 Effective Date of Endorsement 05/20/2016 issued By (Name of insurance Company) ACE American Insurance Company • Insert the po cy number. The remainder of the Information ie to be completed only when this endorsement le issued subsequent to due preparation of a poltoy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, COMMERCIAL GENERAL LIABILITY COVERAGE Schedule, Organization Any additional Insured with whom you have agreed to provide such non-contributory Insurance, pursuant to and as required under a written contract executed prior to the date of loss Additional Insured Endorsement (If no Information Is filled 1n, the schedule shall read: "A11 persons or entitles added as additional insureds through en endorsement with the term °Additional Insured" In the title) For organizations that are listed in the Schedule above that are also an Additional Insured under an endorsement attached to this policy, the following is added to Section IV.4,a: If other insurance is available to an Insured we cover under any of the endorsements listed or described above (the "Additional Insured") for a loss we cover under this policy, this Insurance will apply to such loss on a primary basis and we will not seek contribution from the other Insurance available to the Additional Insured. LD -20287 (06/06) Authorized Agent Pagel oft CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT Named Insured and owned subsidiaries per Broad Form Named Berry GP, Inc. Bay, Ltd. Insured Endorsement #LD2X58 Endorsement Number Pouoy Symbol HDO Policy (umber 627853602. Potty Ported 05/20/2016 to 05/20/2017 Effective Date of Endorsement 05/20/2016 Issued By (Name of Insurance Company) ACE American Insurance Company need the policy number. The remainder of the (nformauon is to be completed only when this endorsement is leaded suossguent to ihs preparation of the pulley. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This Endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Subject to and eroding the General Aggregate Limit shown in the Declarations, for all sums which the insured becomes legally obligated to pay as damages caused by `occurrences" under COVERAGE A (SECTION I), and for all medical expenses caused by accidents under COVERAGE C (SECTION I), which can be attributed only to ongoing operations at your construction projects away from premises owned by or rented to you (such ongoing operations at such construction projects are hereinafter defined as "Your Projects"): 1. A separate Construction Project General Aggregate Limit applies to all of Your Projects, and that limit is equal to $ 5,000,000 2. The Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A, except damages because of "bodily injury" or "property damage" included in the "products - completed operations hazard", and for medical expenses under COVERAGE C, which damages and medical expenses can be attributed only to "Your Projects", regardless of the number of: a. insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits'. 3. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses that can be attributed to "Your Projects" shall reduce the Construction Project General Aggregate Limit and shall Olso reduce and erode the General Aggregate Limit shown in the Declarations. • 4. The iimiAS'`sfiOwn in' the.Dec1al'atlbns for Each Occurrence, Fire Damage and Medical Expense continue to ap- ply. HtiSwbver, such limits will be subject to the Construction Project General Aggregate Limit, as well as the • General Aggregate Limit shown in the Declarations. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A (SECTION I ), and for all medical expenses caused by accidents under COVERAGE C (SEC- TION! ), which cannot be attributed only to "Your Projects": 1. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -Completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce the Construction Project General Aggregate Limit. LD -21732 (01107) Copyright, Insurance t 1 0 is Office, Inc., 1996 Page 1 of 2 C. When coverage . for liability arising out of the "products -completed operations hazard" Is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Construction Project General Aggregate Limit. D. If any one or more of "Your Projects" has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Limits Of Insurance (SECTION lii ) not otherwise modified by this endorsement shall continue to apply as stipulated. Authorized Agent LD 21732 (01/07) • Copyright, Insurance 8 1 1 1 Office, Inc., 1996 Page 2 of 2 NOTICE TO OTHERS ENDORSEMENT — SCHEDULE NOTICE BY INSURED'S REPRESENTATIVE. Named insured Berry GP, Inc. and owned subsidiaries per Broad Form Named Insured Endorsement ##LD -2X58 Bay, Ltd. Endorsement Number Policy Symbol HDO Policy Number G27853602 Policy Period 05/20/2016 to 05/20/2017 Effective Date of Endorsement 05/20/2016 Issued By (Name of Insurance Company) ACE American insurance Company insert the policy number. The remainder of the Information to to be completed only when this endorsement is issued subsequent to the preparation of the pelicy. THiS ENDORSEMENT CHANGES THE POLICY. PLEASE READ iT CAREFULLY. A. If we cancel this Policy prior to its expiration date by notice to you or the first Named Insured for any reason other than nonpayment of premium, we will endeavor, as set out in this endorsement, to send written notice of cancellation, to the persons or organizations listed in the schedule that you or your representative create or maintain (the Schedule') by allowing your representative to send such notice to such persons or organizations. This notice will be in addition to our notice to you or the first Named insured, and any other party whom we are required to notify by statute and In accordance with the cancellation provisions of the Polley. B. The notice referenced in this endorsement as provided by your representative is intended only to be a courtesy notification to the person(s) or organizatIon(s) named in the Schedule In the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such persons) or organization(s). The failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule will impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. C. We are not responsible for verifying any Information in any Schedule, nor are we responsible for any incorrect information that you or your representative may use. D. We will only be responsible for sending such notice to your representative -and your re)resentative will in turn send the notice to the persons or organizations listed in the Schedule at I st 30 days rior to the cancellation date applicable to the Policy. You will cooperate with us in providing the Sc edule, or i causing your representative to provide the Schedule. E. This endorsement does not apply In the event that you cancel the Policy. All other terms and conditions of this Policy remain unchanged. ALL -32686 (01/11) Authorized Representative Page 1 of 1 ADDITIONAL INSURED — DESIGNATED PERSONS OR ORGANIZATIONS Named Insured Berry GP inc. Bay. Ltd. Policy Symbol ISA and owned subsidiaries per Schedule of Named Insured Endorsement #DA -13118a (06/14) Endorsement Number Policy Number H09042374 Policy Period 05/20/16 to 05/20/17 Effective Date of Endorsement OS/20/16 Issued By (Name of Insurance Company) Ir tlit*Eafenbie'Reithi IiIntigbilianformatIon is to be completed only when this endorsement Is Issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM AUTO DEALERS COVERAGE FORM MOTOR CARRIER COVERAGE FORM EXCESS BUSINESS AUTO COVERAGE FORM EXCESS TRUCKERS COVERAGE FORM Additional insured(s): Any person or organization whom you have agreed to include as an additional insured under a written contract, provided such contract was executed prior to the date of loss. A. For a covered "auto," Who Is Insured is amended to include as an "insured," the persons or organizations named in this endorsement. However, these persons or organizations are an "insured" only for "bodily injury" or "property damage" resulting from acts or omissions of: 1. You. 2. Any of your "employees" or agents. 3. Any person operating a covered "auto" with permission from you, any of your "employees" or agents. B. The persons or organizations named in this endorsement are not liable for payment of your premium. DA-9U74b (06/14) Authorized Representative Page 1 of 1 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS Named insured and owned subsidiaries per Schedule of Named Berry GP Inc. Insured Endorsement #DA -13118a (06/14) Endorsement Number TJ,PoE c Symbol ISA Policy Number H09042374 Policy Period 05/20/16to 05/20/17 Effective Date of Endorsement 05/20/16 Issued By (Name of Insurance Company) ACE American Insurance Company . _ _.._ _ ,- .- �---_-,_...., __......,.o., u.,., ...a...eo,,,on+ 14 lan,rAd cuhnanuent to the preparation of the policy. Insert the policy number. The remainder of the THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. This Endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIERS COVERAGE FORM AUTO DEALERS COVERAGE FORM We waive any right of recovery we may have against the person or organization shown in the Schedule below because of payments we make for injury or damage arising out of the use of a covered auto. The waiver applies only to the person or organization shown in the SCHEDULE. SCHEDULE Any person or organization against whom you have agreed to waive your right of recovery in a written contract, provided such contract was executed prior to the date of loss. DA -13115a (06/14) Authorized Representative Page 1 of 1 NOTICE TO OTHERS ENDORSEMENT — SCHEDULE NOTICE BY INSURED'S REPRESENTATIVE Named Insured Berry GP, Inc, and owned subsidiaries per Schedule of Named Bay, Ltd. Insured Endorsement #DA -13118a(06/14) • Endorsement Number 9 Policy Symbol ISA Policy Number H09042374 Policy Period 05/20/2016 to 05/20/2017 Effective Date of Endorsement 05/20/2016 Issued By (Name of Insurance Company) ACE American Insurance Company Insect the poky number. The remainder of the Information Is to be completed only when this endorsement is issued subsequent to ills preperatlon of the poQay. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. A. If we cancel this Policy prior to its expiration date by notice to you or the first Named Insured for any reason other than nonpayment of premium, we will endeavor, as set out In this endorsement, to send written notice of cancellation, to the persons or organizations listed in the schedule that you or your representative create or maintain (the "Schedule") by allowing your representative to send such notice to such persons or organizations. This notice will be in addition to our notice to you or the first Named Insured, and any other party whom we are required to notify by statute and in accordance with the cancellation provisions of the Polley. . B. The notice referenced in this endorsement as provided by your representative is intended only to be a courtesy notification to the person(s) or organization(s) named In the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). The failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule will Impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. C. We are not responsible for verifying any information in any Schedule, nor are we responsible for any incorrect information that you or your representative may use. D. We will only be responsible for sending such notice to your representativ=, and your rep -sentative will in turn send the notice to the persons or organizations listed In the Schedule at I ast 30 days pri-,r to the cancellation date applicable to the Policy. You will cooperate with us in providing the S sing your representative to provide the Schedule. E. This endorsement does not apply in the event that you cancel the Policy. All other terms and conditions of this Policy remain unchanged. ALL -32686 (01/11) Page 1 of 1 Compensation and Employers'Polio Named Insured and subsidiaries as per Schedule of BERRY GP, INC. Named Insureds -Endorsement #WC999999A P.O. BOX 4858 CORPUS CHRISTI TX 784894858 (10/06) Endorsement Number Polley Number Symbol: WLR Number: C4 8 6 0 519 9 Policy Period 05/20/201610 05/20/2017 Effective Date of Endorsement 05/20/2016 Issued By (Name of insurance Company) ACE AMERICAN INSURANCE COMPANY insert the policy number. The remainder of the information is to be completed ohly when this endorsement Is issued subsequent to the preparation of the policy. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an Injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit any one not named In the Schedule. Schedule ANY PERSON OR ORGANIZATION AGAINST WHOM YOU HAVE AGREED TO WAIVE YOUR RIGHT OF RECOVERY IN A WRITTEN CONTRACT, PROVIDED SUCH CONTRACT WAS EXECUTED PRIOR TO THE DATE OF LOSS. For the states of CA, UT, TX, refer to state specific endorsements. This endorsement is not applicable In KY, NH, and NJ. Authorized Agent 931 WC 00 03 13 (11/05) Ptd. U.S.A. Copyright 1982-83, National Council on Compensation Com ensation and Employers' Liability Otic ...,, ..Q.., p- Named Insured Berry GP Inc. and subsidiaries per Schedule of Named Insured -Endorsement #WC999999A (10/06) Endorsement Number Policy Number Symbol:'R Number. C48605199 Policy Period 05/20/2016 to 05/20/2017 TO Effective/Date6of Endorsement Issued By (Name of Insurance Company) ACE American Insurance Company Insert the policy number. The remainder of the Information Is to be completed only when this endorsement Is Issued subsequent to the preparation of the policy. TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule, where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the schedule. Schedule 1. ( ) Specific Waiver Name of person or organization: ( xx ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium: The premium charge for this endorsement shall be 2% percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: WC 42 03 04B (05144) ® Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. orkers' Compensation and Employers' Liability Polio Named Insured and subsidiaries per Schedule of Named BERRY GP, INC. Insured -Endorsement #WC999999A (10/06) P.O. BOX 4888 CORPUS CHRISTI TX 784694858 Endorsement Number Policy Number Symbol: WLR Number: 048605199 Policy Period 05/20/2016 TO 05/20/2017 Effective Date of Endorsement 05/20/2016 Issued By (Name of Insurance Company) ACE AMERICAN INSURANCE COMPANY Insert the policy number. The remainder of the Information Is to be completed only when this endorsement is Issued subsequent to thepreparatlon of the policy. NOTICE TO OTHERS ENDORSEMENT— SCHEDULE NOTICE BY INSURED'S REPRESENTATIVE A. If we cancel this Pollcy prior to Its expiration date by notice to you or the first Named insured for any reason other than nonpayment of premium, we will endeavor, as set out in this endorsement, to send written notice of cancellation, to the persons or organizations listed in the schedule that you or your representative create or maintain (the "Schedule") by allowing your representative to send such notice to such persons or organizations. This notice will be In addition to our notice to you or the first Named insured, and any other party whom we are required to notify by statute- and in accordance with the cancellation provisions of the Policy. B. The notice referenced in this endorsement as provided by your representative is intended only to be a courtesy notification to the person(s) Or organization(s) named in the Schedule In the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). The failure to provide advance notification of cancellation to the person(s) or organizatlon(s) shown In the Schedule will impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. C. We are not responsible for verifying any information In any Schedule, nor are we responsible for any incorrect Information that you or your representative may use. D. We will only be responsible for sending such notice to your representa iGe, and yo representative will in turn send the notice to the persons or organizations listed in the Schedule a least 30 da s prior to the cancellation date applicable to the Policy. You will cooperate with us in providing the chedule, o in causing your representative to provide the Schedule. E. This endorsement does not apply in the event that you cancel the Policy. All other terms and conditions of this Policy remain unchanged. Authorized Representative WC 99 03 69 (01/11) Page 1 of 1 945 00 6116 PAYMENT BOND BOND NO. 929592862 Contractor as Principal Name: Berry Contracting LP dba Bay Ltd. Mailing address (principal place of business): 1414 Valero Way Corpus Christi, TX 78409 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: E13096 Yorktown Boulevard — Everhart Road to Staples Street (Bond 2014) Award Date of the Contract: April 25, 2017 Contract Price: $8,838,277.00 Bond Date of Bond: MAY 8,. 2017 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name: CONTINENTAL CASUALTY COMPANY Mailing address (principal place of business): 5151 SAN FELIPE, SUITE 1800 HOUSTON, TEXAS 77056 Physical address (principal place of business): SAME Surety is a corporation organized and existing under the laws of the state of: ILLINOIS By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 713-513-6301 Telephone (for notice of claim): SEE ATTACHED Local Agent for Surety Name: SWANTNER & GORDON INS AGENCY LLC Address: 500.N. SHORELINE BLVD., SUITE 1200 CORPUS CHRISTI, TEXAS 78401 Telephone: 361-883-1711 Email Address:memoore@higginbotham.net The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800 252-3439 Payment Bond Form E13096 Yorktown Blvd —Everhart to Staples 00 6116 -1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor Principal Signature: Surety Signature: `,r-_, '_"_-- 4e Name: J a r La. ,,,' Z Name: MAR LLEN MOORE Title: ES--', ..r, a. •It'; ,)M ATTORNEY IN FACT Email Address: stir. ,,� aJ a� �� L' nk. C 0 m Email Address:memoore@higginbotham.net (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form E13096 Yorktown Blvd —Everhart to Staples 006116-2 7-8-2014 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT • Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Mary Ellen Moore, Steve Addkison, Cathleen Hayles, Aaron J Endris, Tricia Balolong, Individually of Corpus Christi, TX, their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 21st day of March, 2016. Continental Casualty Company National Fire Insurance Company of Hartford American Cas lty Company of Reading, Pennsylvania Paul T. Bruflat # Vice President State of South Dakota, County of Minnehaha, ss: On this 21st day of March, 2016, before me personally came Paul T. Bruflat to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that he knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies. My Commission Expires June 23, 2021 CERTIFICATE I, D. Bult, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 8TH day of MAY , 2017 . Form F6853-4/2012 Continental Casualty Company National Fire Insurance Company o ord , American Casualty Company of -Reading; Pennsylvania D. Bult 0 Assistant: S'ecratary Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company at a meeting held on May 12, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertalcings and other obligatory instruments of lice nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National fire Insurance Company of Hartford. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of lice nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of American Casualty Company of Reading, Pennsylvania. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25`' day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of lice nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." State of Texas Claim Notice Endorsement In accordance with Section 2253.021(f) of the Texas Government Code and Section 53202(6) of the Texas Property Code any notice of claim to the named surety under this bond(s) should be sent to: CNA Surety 333 South Wabash Chicago, IL 60804 Telephone: (312) 822-5000 You may aIso.vrita to CNA Surety at P.O. Box 106.8, Houston, Teccas T7251-1088. You may contact the Texas Department of Insurance to obtain Infarmadot on companies, coverages, , rights or complaints at 1400-252-34.39 You may also write the Texas Department of Insurance: P.O. Box 149104, Austin, Texas 787149104, or fax 512473-1771. PREMIUM OF CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the company first. If the dispute is not resolved you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for Information only and does not become a part or condition of the attached documents. 00 6113 PERFORMANCE BOND BOND NO. 929592862 Contractor as Principal Name: Berry Contracting, LP dba Bay, Ltd Mailing address (principal place of business): 1414 Valero Way Corpus Christi, Texas 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: E13096 Yorktown Boulevard — Everhart to Staples Street (Bond 2014) Award Date of the Contract: April 25, 2017 Contract Price: $8,838,277.00 Bond Date of Bond: MAY 8, 2017 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name:CONTINENTAL CASUALTY COMPANY Mailing address (principal place of business): 5152 SAN FELIPE, SUITE 1800 HOUSTON, TEXAS 77056 Physical address (principal place of business): SAME Surety is a corporation organized and existing under the laws of the state of: ILLINOIS By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 713-513-6301 Telephone (for notice of claim): SEE ATTACHED Local Agent for Surety Name:SWANTNER & GORDON INS AGENCY LLC Address: 500 N. SHORELINE BLVD., SUITE 1200 TeWOO:1g: CHRISTI, TEXAS 78401 Email Addres361-883-1711 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 E13096 Yorktown Blvd - Everhart to Staples 006113-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Signature: 0.\-i - Surety Signature: : /,/ . Name: --so n L .,,�, r Z Name: MAR LEN MOORE Title: E `, .-..- . �� n� �J r , Title: ATTORNEY IN FACT Email Address: L. 2n r 2.1) a.1.�- LA . CoM Email Address:memoore@higginbotham.net (Attach Power of Attorney and place surety seal below) ., END OF SECTION Performance Bond E13096 Yorktown Blvd - Everhart to Staples 006113-2 7-8-2014 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT • Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Mary Ellen Moore, Steve Addkison, Cathleen Hayles, Aaron J Endris, Tricia Balolong, Individually of Corpus Christi, TX, their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 21st day of March, 2016. Continental Casualty Company National Fire Insurance Company of Hartford American Cass 1ty Company of Reading, Pennsylvania Paul T. Bruflat F Vice President State of South Dakota, County of Minnehaha, ss: On this 21st day of March, 2016, before me personally came Paul T. Bruflat to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that he knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies. My Commission Expires June 23, 2021 CERTIFICATE I, D. Bult, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 8TH day of MAY , 2017 Form F6853-4/2012 Continental Casualty Company National Fire Insurance Company otg or , American Casualty Company of -Reading,; ?dnnsylvania C D. Bult 7/Vssi'stant S'ecrhtary • • gfr Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company at a meeting held on May 12, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National fire Insurance Company of Hartford. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of lice nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of American Casualty Company of Reading, Pennsylvania. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of lice nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures'); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." State of Texas Claim Notice Endorsement In accordance with Section 2253.021(f) of the Texas Government Code and Section 53202(8) of the Texas Property Code any notice of claim to the named surety under this bond(s) should be sent to: CNA Surety 333 South Wabash Chicago, IL 60804 Telephone: (312) 822-5000 You may alsa'write to CNA Surety at P.O. Box 1068, Houston, Texas 77251-1068. You may contact the Texas Department of Insurance to obtain Informed= on companies, coverages, rights or complaints at 1-800-252-3439 You may also write the Texas Department of Insurance: P.O. Box 149104, Austin, Texas 787149104, or fax 512-4754771. PREMIUM OF CLAIM DISPUTES: Should you have a disputa concerning your premium or about a claim you should contact the company first If the .disputa is not resolved you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached documents.