Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2017-219 - 6/20/2017 - Approved
2017-219 6/20/17 • M2017-087 Haas-Anderson Construction Ltd 00 52 23 AGREEMENT This Agreement,for the Project awarded on June 20,2017, is between the City of Corpus Christi (Owner) and Haas-Anderson Construction,Ltd. (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Carroll Lane From McArdle to Houston (Bond 20141 Project No. E13907 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Martinez,Guy,&Maybik,Inc. 6000 S.Staples St.,Suite 207 Corpus Christi,Texas,78413 2.02 The Owner's Authorized Representative for this Project is: Ernesto De La Garza, P.E.—Construction Management Engineer City of Corpus Christi—Engineering Services 4917 Holly Rd.,#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 365 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 395 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 Agreement 00 52 23-1 Carroll Lane From McArdle to Houston(Bond 2014) Project No.E13097 Rev 06-22-2016 INDEXED CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1 - 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2017-210552 Date Filed: 05/19/2017 Date Acknowledged: / 20170Alcorn:Reed 2017.07.20 09:5527 -05'00' 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Haas -Anderson Construction, Ltd. Corpus Christi, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Corpus Christi 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. Project # E13097 Carroll Lane from McArdle to Houston (Bond 2014) 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Haas, Darryl Corpus Christi, TX United States X Anderson, Jim Corpus Christi, TX United States X Lamon, Tim Corpus Christi, TX United States X Parish, Jim Corpus Christi, TX United States X Cullen, Drew Corpus Christi, TX United States X Moore, Randall Corpus Christi, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT AFFIX Sworn 20 I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. r a --'-'---v et' , LEE ANN CAVETT SMITH NOTARY PUBLIC commeropiconftas:11,t/ '-. 12-18-2017 ,,,,,,,,,,,,,,,,,,; g a Signature of authorized agent of contracting business entity said -N.- e.,(:,. L i I IP A , this the I / day of I e /r,-.� , NOTARY STAMP / SEAL ABOVE to and subscribed before me, by the 1 7 , to certify which, witness my hand and seal of office. lin ,�,�, ; �, r�J ; , c,,, ----k.:‘ 1... Signature of officer administering oath Printed name of officer administering oath Title of officer administerin oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.883 CONTRACT DOCUMENTS FOR CONSTRUCTION OF CARROLL LANE FROM McARDLE TO HOUSTON (Bond 2014) Project No. E13097 Martinez, Guy, & Maybik, Inc. 6000 S. Staples, Suite 207 Corpus Christi, Tx 78413 Record Drawing Number STR-900 Table of Contents 00 01 00 - 1 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 06-22-2016 00 01 00 TABLE OF CONTENTS Division / Section Title Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev 01-13-2016) 00 30 00 Bid Acknowledgment Form (Rev 01-13-2016) 00 30 01 Bid Form (Rev 01-13-2016) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest (Rev 01-13-2016) 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience (Rev 06-22-2016) 00 52 23 Agreement (Rev 06-22-2016) 00 61 13 Performance Bond (Rev 01-13-2016) 00 61 16 Payment Bond (Rev 01-13-2016) 00 72 00 General Conditions (Rev 3-23-2015) 00 72 01 Insurance Requirements (Rev 06-22-2016) 00 72 02 Wage Rate Requirements (Rev 06-12-2015) 00 72 03 Minority / MBE / DBE Participation Policy (Rev 01-13-2016) 00 73 00 Supplementary Conditions Division 01 General Requirements 01 11 00 Summary of Work (Rev 01-13-2016) 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 (Rev 01-13-2016) 01 31 00 Project Management and Coordination (Rev 01-13-2016) 01 31 13 Project Coordination 01 31 14 Change Management 01 33 00 Document Management 01 33 01 Submittal Register (Rev 7/3/2014) 01 33 02 Shop Drawings 01 33 03 Record Data 01 33 04 Construction Progress Schedule 01 33 05 Video and Photographic Documentation Table of Contents 00 01 00 - 2 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 06-22-2016 Division / Section Title 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 021020 Site Clearing and Stripping 021040 Site Grading 021080 Removing Abandoned Structures 022020 Excavation & Backfill for Utilities 022022 Trench Safety for Excavations 022040 Street Excavation 022080 Embankment 022100 Select Material 022420 Silt Fence 025205 Pavement Repair Curb Gutter Sidewalk & Driveway Replacement 025210 Lime Stabilization 025223 Crushed Limestone Flexible Base 025404 Asphalts Oils and Emulsions 025412 Prime Coat 025424 HMAC Pavement 025608 Inlets 025610 Concrete Curb and Gutter 025612 Concrete Sidewalks and Driveways 025614 Concrete Curb Ramps 025802 Temporary Traffic Controls During Construction 025805 Work Zone Pavement Markings 025807 Pavement Markings 025813 PreFormed Thermoplastic Striping Words and Emblems Table of Contents 00 01 00 - 3 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 06-22-2016 Division / Section Title 025816 Raised Pavement Markers 025818 Ref TxDOT DMS-4200 Pavement Markers (Reflectorized) 025828 Ref TxDOT DMS-6130 Bituminous Adhesive For Pavement Marker 026201 Waterline Riser Assemblies 026202 Hydrostatic Testing of Pressure Systems 026206 Ductile Iron Pipe and Fittings 026210 PVC Pipe AWWA 026214 Grouting Abandonded Utility Lines 026402 Waterlines 026404 Water Service Lines 026409 Tapping Sleeves and Valves 026411 Gate Valves for Waterlines 026416 Fire Hydrants 027200 Control of Wastewater Flows - Bypass Pumping Systems 027202 Manholes 027203 Vacuum Testing of Wastewater Manholes 027205 Fiberglass Manholes 027402 RCP Culverts 027602 Gravity Wastewater Lines (2015 07 01) 027606 Wastewater Service Lines 027611 Cleaning and Televised Inspection of Conduits 027618 Wastewater Rehabilitation Pipe Bursting for Gravity Sewer 028040 Sodding 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures 055420 Frames Grates Rings and Covers Part T Technical Specifications TS 685 Roadside Flashing Beacon Assembly Table of Contents 00 01 00 - 4 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 06-22-2016 Division / Section Title Appendix Title 1 Geotechnical Report- Geotechnical Engineering Study for Carroll lane from Houston to McArdle (Bond 2014), Report No. 1698 by Tolunay-Wong Engineers, Inc., dated May 6, 2014 2 Subsurface Utility Investigation- Carroll Lane S.U.E. by Hydro Ex, dated July 18, 2014 END OF SECTION Invitation to Bid and Instructions to Bidders 00 21 13 - 1 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 01-13-2016 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1 – DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2 – GENERAL NOTICE 2.01 The City of Corpus Christi, Texas (Owner) is requesting Bids for the construction of the following Project: Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 A.The project consists of full reconstruction of Carroll Lane, including roadway, water lines, wastewater lines, storm water lines, curb & gutter, sidewalks, driveways, and ADA curb ramps. The project is located along an existing Regional Transportation Authority (RTA) Bus Route, the existing infrastructure of which (bus stops, bus pads, etc.) will be demolished and replaced as part of the project. The project limits include Carroll Lane from McArdle Road to Houston Street, exclusive of the Gollihar Road intersection and the McArdle Road intersection. The project is approximately 4,300 feet in length and includes the following estimated material quantities for key project elements: 14,700 SY of new hot mix/crushed limestone base pavement with curb and gutter over lime stabilized subgrade, and related underground utilities (4,700 LF of new storm water lines, and 4,610 LF of C900 PVC water lines. 2.02 The Engineer’s Opinion of Probable Construction Cost for the Project is $5,902,170.00. The Project is to be substantially complete and ready for operation within 365 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 May 10, 2017 (Wednesday @ 2:00 PM) tobe 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. Invitation to Bid and Instructions to Bidders 00 21 13 - 2 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 01-13-2016 3.02 Complete and submit the Bid Form, the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. 3.04 If submitting a hard copy bid or bid security by cashier’s check or money order, please address envelopes or packages: City of Corpus Christi City Secretary’s Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid – Carroll Lane From McArdle to Houston (Bond 2014), Project No. E13097 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 May 10, 2017 (Wednesday @ 2:00 PM), at the following location: City Hall Building – Engineering Services Smart Board Conference Room 3rd floor, Engineering Services 1201 Leopard Street, Corpus Christi, Texas 78401 3.06 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. Invitation to Bid and Instructions to Bidders 00 21 13 - 3 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 01-13-2016 ARTICLE 4 – PRE-BID CONFERENCE 4.01 A non-mandatory pre-bid conference for the Project will be held on April 25, 2017 (Tuesday @ 10:30 AM) at the following location: City Hall Building – Engineering Services Conference Room 1 or 2 3rd floor, Engineering Services 1201 Leopard Street, Corpus Christi, Texas 78401 ARTICLE 5 – COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 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, Invitation to Bid and Instructions to Bidders 00 21 13 - 4 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 01-13-2016 errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Documents, Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 7 – INTERPRETATIONS AND ALTERNATE BIDS 7.01 Submit all questions about the meaning or intent of the Contract Documents, Addenda, and the related supplemental data using the Owner’s Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 7.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. 7.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only 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. Invitation to Bid and Instructions to Bidders 00 21 13 - 5 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 01-13-2016 2.A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal’s bid and the next highest bidder. 3.The Bid Bond must reference the Project by name as identified in Article 1. 4.Bidders may provide their surety’s standard bid bond form if revised to meet these Bid Bond Requirements. 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. 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 Invitation to Bid and Instructions to Bidders 00 21 13 - 6 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 01-13-2016 indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word “confidential” prominently on each page or sheet or on the cover of bound documents. Place “confidential” stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of “confidential” documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11 – MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days, thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. 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 Invitation to Bid and Instructions to Bidders 00 21 13 - 7 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 01-13-2016 against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ARTICLE 15 – AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 15.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 16 – MINORITY / MBE / DBE PARTICIPATION POLICY 16.01 Selected Contractor is required to comply with the Owner’s Minority / MBE / DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY / MBE / DBE PARTICIPATION POLICY. 16.02 Minority participation goal for this Project has been established to be 45%. 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. 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. Invitation to Bid and Instructions to Bidders 00 21 13 - 8 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 01-13-2016 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. 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. Invitation to Bid and Instructions to Bidders 00 21 13 - 9 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 01-13-2016 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. 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 Invitation to Bid and Instructions to Bidders 00 21 13 - 10 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 01-13-2016 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 Bid Acknowledgement Form 00 30 00 - 1 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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: May 10, 2017 (Wednesday @ 2:00 PM) for E13097-Carroll Lane From McArdle to Houston (Bond 2014). 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below) to the City’s electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier’s or certified check, please send to: The City of Corpus Christi, Texas City Secretary’s Office 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid – Carroll Lane From McArdle to Houston (Bond 2014), Project No. E13097 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 2 – BIDDERS’S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner on the form included in the Contract Documents, to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 21 13 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt Bid Acknowledgement Form 00 30 00 - 2 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 01-13-2016 ARTICLE 3 – BIDDER’S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A.Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B.Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C.Underground Facilities referenced in reports and drawings; D.Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E.Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A.Information known to Bidder; B.Information commonly known to contractors doing business in the locality of the Site; C.Information and observations obtained from visits to the Site; and D.The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A.The cost, progress, and performance of the Work; B.The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C.Bidder’s safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and Bid Acknowledgement Form 00 30 00 - 3 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 01-13-2016 all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder’s entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4 – BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A.Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B.Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C.Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5 – EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid, the Bidder’s responsibility, the Bidder’s safety record, the Bidder’s indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder. The Owner reserves the right to waive any and all irregularities in determining the Bidders’ responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non-conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder’s responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder’s Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney’s fees for collecting such costs and damages. Bid Acknowledgement Form 00 30 00 - 4 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 01-13-2016 ARTICLE 6 – TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 365 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 395 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7 – ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A.Bid Security. B.SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C.SECTION 00 30 01 BID FORM. D.SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E.SECTION 00 30 05 DISCLOSURE OF INTEREST. F.SECTION 00 30 06 NON-COLLUSION CERTIFICATION. ARTICLE 8 – DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9 – VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County, Texas for any legal action. ARTICLE 10 – SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder’s authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. Bid Acknowledgement Form 00 30 00 - 5 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 01-13-2016 10.03 Bidders who are individuals (“natural persons” as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder’s governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an “alias”) shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder’s enabling documents as filed with the state of residency, or as otherwise existing. ARTICLE 11 – BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: (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.) Bid Acknowledgement Form 00 30 00 - 6 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 01-13-2016 END OF SECTION 00 30 01 BID FORM Bid Form Carroll Lane From McArdle to Houston Project No. E13097 Page 1 of 5 Rev01-13-2016 Project Name: Project Number: Owner: Bidder: OAR: Designer: Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) A1 Mobilization LS 1 A2 Bonds and Insurance LS 1 A3 Storm Water Pollution Prevention Plan with Best Mangement Practices LS 1 A4 Curb Inlet Protection (Filter Fabric)EA 61 A5 Sodding SY 2,836 A6 TCP Plan and Prep EA 1 A7 TCP Mobilization/Adjustments EA 1 A8 TCP Items (Barrels, Cones, Etc.)MONTH 12 A9 Sign Boards EA 2 A10 Ozone Action Day EA 5 A11 Exploratory Excavation LS 1 SUBTOTAL PART A - GENERAL (Items A1 thru A11) Part B - STREET IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 Site Clearing and Stripping Ac 6.15 B2 Concrete Driveways SF 23,939 B3 Street Excavation SY 17,712 B4 Type D Hot-Mix Asphaltic Concrete Pavement (2 1/2")SY 14,188 B5 Type B Hot-Mix Asphaltic Concrete Pavement (2 1/2")SY 14,188 B6 Prime Coat (MC-30)GAL 2,128 B7 12" Crushed Limestone Base (Type A) (Grade 1-2)SY 17,712 B8 12" Subgrade with Top 8" Lime Stabilized (6%)SY 17,712 B9 Flashing Beacon Sign Assembly EA 1 B10 Prefab. Pavement Marking Type 1 (W) (Bike Lane Symbol)EA 26 B11 Prefab. Pavement Marking Type 1 (W) (Arrow)EA 3 B12 Prefab. Pavement Marking Type 1 (W) (Arrow) (Dbl)EA 3 B13 Prefab. Pavement Marking Type 1 (W)(Word)EA 3 B14 Refl. Pavement Marking Type 1 (W) (4") (Solid)LF 4,205 B15 Refl. Pavement Marking Type 1 (W) (8") (Solid)LF 300 Carroll Lane from McArdle to Houston (Bond 2014) E13097 City of Corpus Christi Martinez, Guy, & Maybik, Inc. 00 30 01 BID FORM Bid Form Carroll Lane From McArdle to Houston Project No. E13097 Page 2 of 5 Rev01-13-2016 B16 Refl. Pavement Marking Type 1 (W) (24") (Solid)LF 451 B17 Refl. Pavement Marking Type 1 (W) (12") (Solid) LF 680 B18 Refl. Pavement Marking Type 1 (Y) (4") (Solid) (Dbl)LF 4,013 B19 Refl. Pavement Marking Type 1 (18"x12" Yield Lines)EA 2 B20 TY I-C Raised Pavement Marker (Reflectorized)EA 15 B21 TY II-A-A Raised Pavement Marker (Reflectorized)EA 146 B22 Street Sign Assembly w/ 9" Blades (Green) and Stop Sign with Triangular Slipbase (10 bwg)EA 10 B23 Regulatory/Warning Sign Assembly with Triangular Slipbase (10 bwg)EA 18 B24 Cycle Track Directional Signs with Triangular Slipbase (10 bwg)EA 18 B25 Allowance for Unanticipated Street Improvements LS 1 $20,000 $20,000 B26 Concrete Sidewalk (Cycle Track) (Pigmented)SF 25,640 SUBTOTAL PART B - STREET IMPROVEMENTS (Items B1 thru B26) Part C - RTA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 Concrete Bus Shelter Pad SF 1,665 C2 Concrete Bus Pad (In Street)SF 3,318 SUBTOTAL PART C - RTA IMPROVEMENTS (Items C1 thru C2) Part D - ADA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) D1 Concrete Sidewalk SF 31,748 D2 Monolithic Retaining Curb SF 1,626 D3 Concrete Curb Ramps SF 3,236 SUBTOTAL PART D - ADA IMPROVEMENTS (D1 THRU D3) 00 30 01 BID FORM Bid Form Carroll Lane From McArdle to Houston Project No. E13097 Page 3 of 5 Rev01-13-2016 Part E - STORM WATER IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) E1 Remove Existing Inlet or Manhole EA 32 E2 Remove Existing Reinforced Concrete Pipe (15"-36")LF 2,436 E3 Asphalt Pavement Reconstruction SY 570 E4 Concrete Curb & Gutter LF 8,550 E5 5' Concrete Curb Inlet EA 48 E6 5' Concrete Curb Inlet Extension EA 8 E7 4' Diameter Concrete Manhole (Type-A)EA 13 E8 5' Diameter Concrete Manhole (Type-A)EA 4 E9 5'x5' Concrete Manhole (Type-D)EA 2 E10 6'x3' Concrete Manhole (Type-D) EA 5 E11 6'x4' Concrete Manhole (Type-D) EA 10 E12 18" Reinforced Concrete Pipe (Class III)LF 624 E13 24" Reinforced Concrete Pipe (Class III)LF 2,164 E14 30" Reinforced Concrete Pipe (Class III)LF 12 E15 36" Reinforced Concrete Pipe (Class III)LF 425 E16 42" Reinforced Concrete Pipe (Class III)LF 224 E17 48" Reinforced Concrete Pipe (Class III)LF 1,314 E18 Trench Safety (Storm Water Inlets or Manholes)EA 86 E19 Trench Safety (Storm Water Line)LF 4,703 E20 Grout Fill 15" RCP Storm Line LF 50 E21 Allowance for Unanticipated Storm Water Improvements LS 1 $15,000 $15,000 SUBTOTAL PART E - STORM WATER IMPROVEMENTS (E1 THRU E21) Part F - WATER IMROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) F1 Remove Existing Waterline (4" to 8")LF 227 F2 4" PVC C900 Waterline LF 26 F3 6" PVC C900 Waterline LF 529 F4 8" PVC C900 Waterline LF 3,710 F5 8" Ductile Iron Waterline LF 346 F6 8" Gate Valve & Valve Box, Restrained EA 22 F7 6" Gate Valve & Valve Box, Restrained EA 12 F8 4"x 4" Coupling, Ductile Iron, Restrained EA 6 F9 6"x 6" Coupling, Ductile Iron, Restrained EA 2 F10 8"x 6" Coupling, Ductile Iron, Restrained EA 4 F11 8"x 8" Coupling, Ductile Iron, Restrained EA 8 F12 4" Tapping Sleeve & Gate Valve with Valve Box, Restrained EA 2 F13 8"x 6" Tee, Ductile Iron, Restrained EA 4 F14 8"x 8" Tee, Ductile Iron, Restrained EA 5 F15 6"x 4" Reducer, Ductile Iron, Restrained EA 6 F16 6" x 45° Bend, Ductile Iron, Restrained EA 33 00 30 01 BID FORM Bid Form Carroll Lane From McArdle to Houston Project No. E13097 Page 4 of 5 Rev01-13-2016 F17 8" x 45° Bend, Ductile Iron, Restrained EA 25 F18 8"x6" Cross, Ductile Iron, Restrained EA 3 F19 8"x8" Cross, Ductile Iron, Restrained EA 1 F20 4" PVC Connection to Existing Line, Restrained EA 6 F21 6" PVC Connection to Existing Line, Restrained EA 4 F22 8" PVC Connection to Existing Line, Restrained EA 7 F23 Remove and Salvage Existing Fire Hydrant Assembly EA 5 F24 New Fire Hydrant Assembly (Type 1)EA 3 F25 New Fire Hydrant Assembly (Type 2)EA 5 F26 Replace Existing Water Service Connection with New Connection EA 23 F27 Adjust Existing Water Valve Box to Finished Grade EA 15 F28 Allowance for Unticipated Water Improvements LS 1 $15,000 $15,000 Part G -WASTEWATER IMROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) G1 Remove Existing 8"-10" VCP Wastewater Line LF 72 G2 Remove Existing Wastewater Manhole EA 1 G3 Adjust Existing Wastewater Manhole to Finished Grade EA 14 G4 4' Diameter Wastewater Manhole (6' Depth or Less) (Fiberglass)EA 4 G5 Extra Depth for 4' Diameter Wastewater Manhole (Over 6' Depth) (Fiberglass)VF 32 G6 8" PVC SDR26 Wastewater Main (10' to 14' Depth)LF 50 G7 10" PVC SDR26 Wastewater Main (6' to 8' Depth)LF 15 G8 Trench Safety (Wastewater Manholes)EA 5 G9 Grout Fill (8-10") VCP Wastewater Line LF 74 G10 Drop Connection at Manhole LF 3 G11 Allowance for Unanticipated Wastewater Improvements LS 1 $15,000 $15,000 Part H-GAS IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) H1 Backfill and Compaction of Gas Lines LF 1,630 H2 Adjust Existing Gas Valve Box to Finished Grade EA 4 Part I -I.T. IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) I1 2" PVC Schedule 40 I.T. Conduit with Pullstring and Mule Tape LF 2,562 I2 24"x36"x18" I.T. Pull Box (Installation Only)EA 4 SUBTOTAL PART F - WATER IMPROVEMENTS (F1 THRU F28) SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (G1 THRU G11) SUBTOTAL PART H - GAS IMPROVEMENTS (H1 THRU H2) SUBTOTAL PART I - I.T. IMPROVEMENTS (I1 THRU I2) 00 30 01 BID FORM Bid Form Carroll Lane From McArdle to Houston Project No. E13097 Page 5 of 5 Rev01-13-2016 Part J -WASTEWATER IMPROVEMENTS ADDITIVE ALTERNATE #1 (per SECTION 01 23 10 ALTERNATES AND ALLOWNACES) J1 8" VCP to 10" HDPE Pipe Bursting LF 1,496 J2 Replace Existing Wastewater Service Connection with New Conenction Ea 32 J3 Wastewater Bypass Pumping LS 1 BID SUMMARY SUBTOTAL PART A - GENERAL (Items A1 thru A11) SUBTOTAL PART C - RTA IMPROVEMENTS (Items C1 thru C2) SUBTOTAL PART D - ADA IMPROVEMENTS (Items D1 thru D3) TOTAL PROJECT BASE BID (PARTS A THRU I) TOTAL PROJECT ADDITIVE ALTERNATE #1 (PARTS J) Contract Times Bidder agrees to reach Substantial Completion in 365 days Bidder agrees to reach Final Completion in 395 days SUBTOTAL PART J - WASTEWATER IMPROVEMENTS ADDITIVE ALTERNATE #1 (Items J1-J3) SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (Items G1 thru G11) SUBTOTAL PART H - GAS IMPROVEMENTS (Items H1 thru H2) SUBTOTAL PART I - I.T. IMPROVEMENTS (Items I1 thru I2) SUBTOTAL PART B - STREET IMPROVEMENTS (Items B1 thru B26) SUBTOTAL PART E - STORM WATER IMPROVEMENTS (Items E1 thru E21) SUBTOTAL PART F - WATER IMPROVEMENTS (Items F1 thru F28) Additive Alternate SUBTOTAL PART J - WASTEWATER IMPROVEMENTS ADDITIVE ALTERNATE #1 (J1 THRU J3) Compliance to State Law on Nonresident Bidders 00 30 02 - 1 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 11-25-2013 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 Non-Collusion Certification 00 30 06 - 1 Carroll Lane From McArdle to Houston (Bond 2014) Project E13097 11-25-2013 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: Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 Statement of Experience 00 45 16 - 1 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 06-22-2016 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 1 – REQUIREMENT TO PROVIDE A STATEMENT OF EXPERIENCE 1.01 To be considered a responsive Bidder, the three lowest Bidders must complete and submit the Statement of Experience within 5 days after the date Bids are due to demonstrate the Bidders’ responsibility and ability to meet the minimum requirements to complete the Work. Failure to submit the required information in the Statement of Experience may result in the Owner considering the Bid non-responsive and result in rejection of the Bid by the Owner. The Bid Security of the Bidder will be forfeited if Bidder fails to deliver the Statement of Experience in an attempt to be released from its Bid. Bidders may be required to provide supplemental information if requested by the Owner to clarify, enhance or supplement the information provided in the Statement of Experience. 1.02 Bidders must provide the information requested in this Statement of Experience using the forms attached to this Section. A copy of these forms can be provided in Microsoft Word to assist with the preparation of the Statement of Experience. Information in these forms must be provided completely and in detail. Information that cannot be totally incorporated in the form may be included in an attachment to the form. This attachment must be clearly referenced by attachment number in the form, and the attached material must include the attachment number on every sheet of the attachment. The attachment must include only the information that responds to the question or item number to which the attachment information applies. 1.03 The Bidder may also be required to supply a financial statement, prepared no later than 90 days prior to the City Engineer’s request, signed and dated by the Bidder’s owner, president or other authorized party, specifying all current assets and liabilities. ARTICLE 2 – EXPERIENCE REQUIREMENTS 2.01 The Bidder agrees that, in addition to determining the apparent low Bid, the Owner will consider the responsiveness of the Bids and the responsibility of the Bidders in awarding a Contract for this Project. Information that indicates the Bidder or a Subcontractor is not responsible or that might negatively impact a Bidder’s ability to complete the Work within the Contract Time and for the Contract Price may result in the Owner rejecting the Bid. 2.02 If none of the three apparent low Bidders are deemed responsible, the Owner may notify the next apparent low Bidders in order, who will then be required to submit the Statement of Experience for review, until a Contract is awarded or all Bids have been rejected. 2.03 The Bidder is responsible for the accuracy and completeness of all of the information provided by the Bidder or a proposed Subcontractor in response to this Statement of Experience. 2.04 Provide general information about the organization as required in Table 1. Describe the organizational structure of the Bidder's organization as it relates to this Project in Table 2. 2.05 Provide resumes for the key personnel that will be actively working on this Project. A. Key personnel include the Project Manager, Project Superintendent, Safety Manager and Quality Control Manager. If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role, and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this Project, indicate how that individual’s time is to be divided between this Project and other assignments. B. The Bidder may provide resumes for an alternate individual if the Bidder is not able to commit to one individual for the Project at the time the Bid is submitted. Qualifications of these individuals will be Statement of Experience 00 45 16 - 2 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 06-22-2016 considered in determining whether the experience of the Bidder meets the minimum requirements. The Bidder must provide the services of the proposed key personnel for the life of the Project as a condition of qualification. Failure to provide the proposed Key Personnel may result in the disqualification of the Bidder and may void the award of the Contract. C. Provide information for each primary and alternate candidate that includes: technical experience, managerial experience, education and formal training and a work history which describes project experience, including the roles and responsibilities for each assignment. Additional information demonstrating experience that meets the minimum requirements should also be included. D. The Project Manager and Project Superintendent must have at least 5 years of recent experience in the management and oversight of projects of a similar size and complexity to this Project. This experience must include scheduling of manpower and materials, safety, coordination of Subcontractors, experience with the submittal process, Federal and State wage rate requirements and contract close-out procedures. The Project Superintendent is to be present at the Site at all times that Work is being performed. Foremen must have at least 5 years of recent experience in similar work and be subordinate to the Project Superintendent. Foremen cannot act as a superintendent without prior written approval from the Owner. 2.06 Provide information on the project experience and past performance of the organization. A. Provide information on projects that have been awarded to the Organization in the last 5 years in Table 3. Attach additional pages if necessary. Experience must include the satisfactory completion of at least five similar projects within the last 5 years for the Bidder's organization that are equal to or greater in size and magnitude than the current Project. B. In determining the responsibility of the Bidder, the Owner will consider the Bidder’s past projects and any substandard quality of workmanship on completed projects. The Owner will consider whether the Bidder’s past project experience shows substandard quality of workmanship, issues related to a substandard appearance of the completed work, the amount of warranty or rework required, problems with durability and maintainability of the completed project, and problems with the lack of quality of documentation provided. In addition to the work produced, the Owner may consider issues related to the quality of construction practices, responsiveness to the owner’s needs during construction, an inability to work in the spirit of partnering and any non-responsiveness of the Bidder to make warranty corrections. Information to make this determination will come from Owner's interviews with references provided for this project. By listing reference contact information in this Statement of Experience, Bidder indicates its approval for OPT to contact the individuals listed as a reference. ARTICLE 3 – SAFETY EXPERIENCE REQUIREMENTS 3.01 The Bidder agrees that pursuant to Section 252.0435 of the Local Government Code, the Owner will consider the safety record of the Bidder prior to awarding contracts. The Owner has adopted the following written definitions and criteria for determining the Bidder’s safety record. 3.02 The Bidder’s safety record will be used to determine if the Bidder can be deemed responsible. 3.03 Provide general information about the safety record of the organization as required in Table 4. A. For purposes of providing this information, the following terms shall have the following meanings: 1. “Bidder” includes the firm, corporation, partnership, or other legal entity represented by the Bidder or anyone acting for such firm, corporation, partnership, or other legal entity submitting the bid. 2. “Citations” include notices of violation, notices of enforcement, suspension/revocation of state or federal licenses or registrations, fines assessed pending criminal complaints, indictments, convictions, administrative orders, draft orders, final orders, and judicial final judgments. Notice of Violations and Statement of Experience 00 45 16 - 3 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 06-22-2016 Notice of Enforcement received from the TCEQ shall include those classified as major violations and moderate violations under the TCEQ’s regulations for documentation of Compliance History, 30 Texas Administrative Code, Chapter 60.2 (c) (1) and (2). 3. “Environmental Protection Agency” includes, but is not limited to the Texas Commission on Environmental Quality (the “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 00 45 16 - 4 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 06-22-2016 Table 1 – Organization Information Organization doing business as: Business Address of Principal Office Telephone No. Website Form of Business (check one) ☐ Corporation ☐ Partnership ☐ Individual If a Corporation State of Incorporation Date of Incorporation Chief Executive Officer’s Name President’s Name Vice President’s Name(s) Secretary’s Name Treasurer’s Name If a Partnership Date of Organization Form of Partnership: ☐ General ☐ Limited If an Individual Name Ownership of Organization List of companies, firms, or organizations that own any part of the organization. Names of Companies, Firms, or Organizations Percent Ownership Organization History List of names that this organization currently, has, or anticipates operating under including the names of related companies presently doing business. Names of Organizations From Date To Date Indicators of Organization Size Average number of current full-time employees Average estimate of revenue for the current year Statement of Experience 00 45 16 - 5 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 00 45 16 - 6 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 Work Estimated Percentage 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 00 45 16 - 7 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 Contract Price Final Contract Price # Contract Days # 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 Contract Price Final Contract Price # Contract Days # 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 Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Statement of Experience 00 45 16 - 8 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 Contract Price Final Contract Price # Contract Days # 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 Contract Price Final Contract Price # Contract Days # 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 Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Statement of Experience 00 45 16 - 9 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 06-22-2016 Statement of Experience 00 45 16 - 10 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 Contract Price Final Contract Price # Contract Days # 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 Contract Price Final Contract Price # Contract Days # 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 Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Statement of Experience 00 45 16 - 11 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 06-22-2016 Statement of Experience 00 45 16 - 12 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 00 45 16 - 13 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 5 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 System (“NAICS”) Category 23 for each of the past five (5) years? Provide the Bidder’s OSHA 300 and 300A logs for the past five (5) years in a separate attachment. □ Yes □ No 6 Does the Bidder have an experience modifier rate of 1.0 or less? Provide the Bidder’s NCCI workers’ compensation experience rating sheets for the past five (5) years in a separate attachment. □ Yes □ No 7 Has the Bidder had any OSHA inspections within the past six (6) months? Provide documentation showing the nature of the inspection, the findings, and the magnitude of the issues in a separate attachment if yes. □ Yes □ No Statement of Experience 00 45 16 - 14 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 00 45 16 - 15 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 Agreement 00 52 23 - 1 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 06-22-2016 00 52 23 AGREEMENT This Agreement, for the Project awarded on [insert Award Date], is between the City of Corpus Christi (Owner) and (Contractor). Owner and Contractor agree as follows: ARTICLE 1 – WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13907 ARTICLE 2 – DESIGNER AND OWNER’S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Martinez, Guy, & Maybik, Inc. 6000 S. Staples St., Suite 207 Corpus Christi, Texas, 78413 2.02 The Owner’s Authorized Representative for this Project is: Name of Owner’s Authorized Representative Office Address City, State, Zip Code ARTICLE 3 – CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 365 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 395 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 - 2 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 06-22-2016 Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $1000 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $500 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 – CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ ARTICLE 5 – PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. Agreement 00 52 23 - 3 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 - 4 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 - 5 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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. ATTEST CITY OF CORPUS CHRISTI Agreement 00 52 23 - 6 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 06-22-2016 Rebecca Huerta City Secretary J.H. Edmonds, P.E. 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 person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Title: Address City State Zip Phone Fax EMail END OF SECTION Performance Bond 00 61 13 - 1 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 01-13-2016 00 61 13 PERFORMANCE BOND BOND NO.________________________ Contractor as Principal Surety Name: Name: Mailing address (principal place of business): Mailing address (principal place of business): Physical address (principal place of business): Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78401 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. Contract 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: 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 (Date of Bond cannot be earlier than Award Date of the Contract) Said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original. Performance Bond 00 61 13 - 2 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 Payment Bond Form 00 61 16 - 1 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev. 01-13-2016 00 61 16 PAYMENT BOND BOND NO._____________________ Contractor as Principal Surety Name: Name: Mailing address (principal place of business): Mailing address (principal place of business): Physical address (principal place of business): Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78401 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. Contract 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: 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 (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. Payment Bond Form 00 61 16 - 2 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev. 01-13-2016 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1 – Definitions and Terminology ....................................................................................................... 6 1.01 Defined Terms ............................................................................................................................... 6 1.02 Terminology ................................................................................................................................ 11 Article 2 – Preliminary Matters ................................................................................................................... 12 2.01 Delivery of Bonds and Evidence of Insurance ............................................................................. 12 2.02 Copies of Documents .................................................................................................................. 13 2.03 Before Starting Construction ...................................................................................................... 13 2.04 Preconstruction Conference; Designation of Authorized Representatives ................................ 13 Article 3 – Contract Documents: Intent, Requirements, Reuse ................................................................. 13 3.01 Intent ........................................................................................................................................... 13 3.02 Reference Standards ................................................................................................................... 15 3.03 Reporting and Resolving Discrepancies ...................................................................................... 15 3.04 Interpretation of the Contract Documents ................................................................................. 16 3.05 Reuse of Documents ................................................................................................................... 16 Article 4 – Commencement and Progress of the Work .............................................................................. 16 4.01 Commencement of Contract Times; Notice to Proceed ............................................................. 16 4.02 Starting the Work ........................................................................................................................ 16 4.03 Progress Schedule ....................................................................................................................... 17 4.04 Delays in Contractor’s Progress .................................................................................................. 17 Article 5 – Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions ................................................................................................................................................... 18 5.01 Availability of Lands .................................................................................................................... 18 5.02 Use of Site and Other Areas ........................................................................................................ 18 5.03 Subsurface and Physical Conditions ............................................................................................ 19 5.04 Differing Subsurface or Physical Conditions ............................................................................... 19 5.05 Underground Facilities ................................................................................................................ 21 5.06 Hazardous Environmental Conditions at Site ............................................................................. 22 Article 6 – Bonds and Insurance ................................................................................................................. 24 6.01 Performance, Payment, and Other Bonds .................................................................................. 24 6.02 Licensed Sureties ........................................................................................................................ 24 General Conditions 00 72 00 - 1 Corpus Christi Standards - Regular Projects 03-23-2015 6.03 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 00 72 00 - 2 Corpus Christi Standards - Regular Projects 03-23-2015 Article 10 – OAR’s and Designer’s Status During Construction .................................................................. 36 10.01 Owner’s Representative .......................................................................................................... 36 10.02 Visits to Site ............................................................................................................................. 36 10.03 Resident Project Representatives ........................................................................................... 36 10.04 Rejecting Defective Work........................................................................................................ 36 10.05 Shop Drawings, Modifications and Payments......................................................................... 36 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work ................... 37 10.07 Limitations on OAR’s and Designer’s Authority and Responsibilities ..................................... 37 Article 11 – Amending the Contract Documents; Changes in the Work .................................................... 37 11.01 Amending and Supplementing the Contract Documents ....................................................... 37 11.02 Owner-Authorized Changes in the Work ................................................................................ 38 11.03 Unauthorized Changes in the Work ........................................................................................ 38 11.04 Change of Contract Price ........................................................................................................ 39 11.05 Change of Contract Times ....................................................................................................... 40 11.06 Change Proposals .................................................................................................................... 40 11.07 Execution of Change Orders ................................................................................................... 40 11.08 Notice to Surety ...................................................................................................................... 41 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 00 72 00 - 3 Corpus Christi Standards - Regular Projects 03-23-2015 Article 15 – Payments to Contractor; Set-Offs; Completion; Correction Period ........................................ 50 15.01 Progress Payments .................................................................................................................. 50 15.02 Contractor’s Warranty of Title ................................................................................................ 52 15.03 Substantial Completion ........................................................................................................... 52 15.04 Partial Utilization ..................................................................................................................... 53 15.05 Final Inspection ....................................................................................................................... 53 15.06 Final Payment .......................................................................................................................... 53 15.07 Waiver of Claims ..................................................................................................................... 54 15.08 Correction Period .................................................................................................................... 54 Article 16 – Suspension of Work and Termination ..................................................................................... 55 16.01 Owner May Suspend Work ..................................................................................................... 55 16.02 Owner May Terminate for Cause ............................................................................................ 55 16.03 Owner May Terminate For Convenience ................................................................................ 56 Article 17 – Final Resolution of Disputes .................................................................................................... 57 17.01 Methods and Procedures ........................................................................................................ 57 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 00 72 00 - 4 Corpus Christi Standards - Regular Projects 03-23-2015 18.18 Subject to Appropriation ......................................................................................................... 60 18.19 Contract Sum........................................................................................................................... 60 18.20 Contractor’s Guarantee as Additional Remedy ...................................................................... 60 General Conditions 00 72 00 - 5 Corpus Christi Standards - Regular Projects 03-23-2015 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. A term with initial capital letters, including the term’s singular and plural forms, has the meaning indicated in this paragraph wherever used in the Bidding Requirements or Contract Documents. In addition to the terms specifically defined, terms with initial capital letters in the Contract Documents may include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda - Documents issued prior to the receipt of Bids which clarify or modify the Bidding Requirements or the proposed Contract Documents. 2. Agreement - The document executed between Owner and Contractor covering the Work. 3. Alternative Dispute Resolution - The process by which a disputed Claim may be settled as an alternative to litigation, if Owner and Contractor cannot reach an agreement between themselves. 4. Application for Payment - The forms used by Contractor to request payments from Owner and the supporting documentation required by the Contract Documents. 5. Award Date – The date the City Council of the City of Corpus Christi (City) authorizes the City Manager or designee to execute the Contract on behalf of the City. 6. Bid - The documents submitted by a Bidder to establish the proposed Contract Price and Contract Times and provide other information and certifications as required by the Bidding Requirements. 7. Bidding Documents - The Bidding Requirements, the proposed Contract Documents, and Addenda. 8. Bidder - An individual or entity that submits a Bid to Owner. 9. Bidding Requirements - The Invitation for Bids, Instructions to Bidders, Bid Security, Bid Form and attachments, and required certifications. 10. Bid Security - The financial security in the form of a bid bond provided by Bidder at the time the Bid is submitted and held by Owner until the Agreement is executed and the evidence of insurance and Bonds required by the Contract Documents are provided. A cashier’s check, certified check, money order or bank draft from any State or National Bank will also be acceptable. 11. Bonds - Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 12. Change Order - A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. General Conditions 00 72 00 - 6 Corpus Christi Standards - Regular Projects 03-23-2015 13. Change Proposal - A document submitted by Contractor in accordance with the requirements of the Contract Documents: a. Requesting an adjustment in Contract Price or Contract Times; b. Contesting an initial decision concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Challenging a set-off against payment due; or d. Seeking a Modification with respect to the terms of the Contract. 14. City Engineer - The Corpus Christi City Engineer and/or his designated representative as identified at the preconstruction conference or in the Notice to Proceed. 15. Claim - A demand or assertion by Owner or Contractor submitted in accordance with the requirements of the Contract Documents. A demand for money or services by an entity other than the Owner or Contractor is not a Claim. 16. Constituent of Concern - Asbestos, petroleum, radioactive materials, polychlorinated biphenyls (PCBs), hazardous wastes, and substances, products, wastes, or other materials that are or become listed, regulated, or addressed pursuant to: a. The Comprehensive Environmental Response, Compensation and Liability Act, 42 U.S.C. §§9601 et seq. (“CERCLA”); b. The Hazardous Materials Transportation Act, 49 U.S.C. §§5501 et seq.; c. The Resource Conservation and Recovery Act, 42 U.S.C. §§6901 et seq. (“RCRA”); d. The Toxic Substances Control Act, 15 U.S.C. §§2601 et seq.; e. The Clean Water Act, 33 U.S.C. §§1251 et seq.; f. The Clean Air Act, 42 U.S.C. §§7401 et seq.; or g. Any other Laws or Regulations regulating, relating to, or imposing liability or standards of conduct concerning hazardous, toxic, or dangerous waste, substance, or material. 17. Contract - The entire integrated set of documents concerning the Work and describing the relationship between the Owner and Contractor. 18. Contract Amendment - A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which: a. Authorizes new phases of the Work and establishes the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work; or b. Modifies the terms and conditions of the Contract, but does not make changes in the Work. 19. Contract Documents - Those items designated as Contract Documents in the Agreement. 20. Contract Price - The monetary amount stated in the Agreement and as adjusted by Modifications, and increases or decreases in unit price quantities, if any, that Owner has agreed to pay Contractor for completion of the Work in accordance with the Contract Documents. General Conditions 00 72 00 - 7 Corpus Christi Standards - Regular Projects 03-23-2015 21. Contract Times - The number of days or the dates by which Contractor must: a. Achieve specified Milestones; b. Achieve Substantial Completion; and c. Complete the Work. 22. Contractor - The individual or entity with which Owner has contracted for performance of the Work. 23. Contractor’s Team - Contractor and Subcontractors, Suppliers, individuals, or entities directly or indirectly employed or retained by them to perform part of the Work or anyone for whose acts they may be liable. 24. Cost of the Work - The sum of costs incurred for the proper performance of the Work as allowed by Article 13. 25. Defective - When applied to Work, refers to Work that is unsatisfactory, faulty, or deficient in that it: a. Does not conform to the Contract Documents; b. Does not meet the requirements of applicable inspections, reference standards, tests, or approvals referred to in the Contract Documents; or c. Has been damaged or stolen prior to OAR’s recommendation of final payment unless responsibility for the protection of the Work has been assumed by Owner at Substantial Completion in accordance with Paragraphs 15.03 or 15.04. 26. Designer - The individuals or entity named as Designer in the Agreement and the subconsultants, individuals, or entities directly or indirectly employed or retained by Designer to provide design or other technical services to the Owner. Designer has responsibility for engineering or architectural design and technical issues related to the Contract Documents. Designers are Licensed Professional Engineers or Registered Architects qualified to practice their profession in the State of Texas. 27. Drawings - The part of the Contract that graphically shows the scope, extent, and character of the Work. Shop Drawings and other Contractor documents are not Drawings. 28. Effective Date of the Contract - The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 29. Field Order - A document issued by OAR or Designer requiring changes in the Work that do not change the Contract Price or the Contract Times. 30. Hazardous Environmental Condition - The presence of Constituents of Concern at the Site in quantities or circumstances that may present a danger to persons or property exposed to Constituents of Concern. The presence of Constituents of Concern at the Site necessary for the execution of the Work or to be incorporated in the Work is not a Hazardous Environmental Condition provided these Constituents of Concern are controlled and contained pursuant to industry practices, Laws and Regulations, and the requirements of the Contract. General Conditions 00 72 00 - 8 Corpus Christi Standards - Regular Projects 03-23-2015 31. Indemnified Costs - All costs, losses, damages, and legal or other dispute resolution costs resulting from claims or demands against Owner’s Indemnitees. These costs include fees for engineers, architects, attorneys, and other professionals. 32. Laws and Regulations; Laws or Regulations - Applicable laws, statutes, rules, regulations, ordinances, codes, and orders of governmental bodies, agencies, authorities, and courts having jurisdiction over the Project. 33. Liens - Charges, security interests, or encumbrances upon Contract related funds, real property, or personal property. 34. Milestone - A principal event in the performance of the Work that Contractor is required by Contract to complete by a specified date or within a specified period of time. 35. Modification - Change made to the Contract Documents by one of the following methods: a. Contract Amendment; b. Change Order; c. Field Order; or d. Work Change Directive. 36. Notice of Award - The notice of Owner’s intent to enter into a contract with the Selected Bidder. 37. Notice to Proceed - A notice to Contractor of the Contract Times and the date Work is to begin. 38. Owner - The City of Corpus Christi (City), a Texas home-rule municipal corporation and political subdivision organized under the laws of the State of Texas, acting by and through its duly authorized City Manager and his designee, the City Engineer (the Director of Engineering Services), and the City’s officers, employees, agents, or representatives, authorized to administer design and construction of the Project. 39. Owner’s Authorized Representative or OAR - The individual or entity named as OAR in the Agreement and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide construction management services to the Owner. The OAR may be an employee of the Owner. 40. Owner’s Indemnitees - Each member of the OPT and their officers, directors, members, partners, employees, agents, consultants, and subcontractors. 41. Owner’s Project Team or OPT - The Owner, Owner’s Authorized Representative, Resident Project Representative, Designer, and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide services to the Owner. 42. Partial Occupancy or Use - Use by Owner of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. General Conditions 00 72 00 - 9 Corpus Christi Standards - Regular Projects 03-23-2015 43. Progress Schedule - A schedule prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor’s plan to accomplish the Work within the Contract Times. 44. Project - The total undertaking to be accomplished for Owner under the Contract Documents. 45. Resident Project Representative or RPR - The authorized representative of OPT assigned to assist OAR at the Site. As used herein, the term Resident Project Representative includes assistants and field staff of the OAR. 46. Samples - Physical examples of materials, equipment, or workmanship representing some portion of the Work that are used to establish the standards for that portion of the Work. 47. Schedule of Documents - A schedule of required documents, prepared, and maintained by Contractor. 48. Schedule of Values - A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for Contractor’s Applications for Payment. 49. Selected Bidder - The Bidder to which Owner intends to award the Contract. 50. Shop Drawings - All drawings, diagrams, illustrations, schedules, and other data or information that are specifically prepared or assembled and submitted by Contractor to illustrate some portion of the Work. Shop Drawings, whether approved or not, are not Drawings and are not Contract Documents. 51. Site - Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed. The Site includes rights-of-way, easements, and other lands furnished by Owner which are designated for use by the Contractor. 52. Specifications - The part of the Contract that describes the requirements for materials, equipment, systems, standards, and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable to the Work. 53. Subcontractor - An individual or entity having a direct contract with Contractor or with other Subcontractors or Suppliers for the performance of a part of the Work. 54. Substantial Completion - The point where the Work or a specified part of the Work is sufficiently complete to be used for its intended purpose in accordance with the Contract Documents. 55. Supplementary Conditions - The part of the Contract that amends or supplements the General Conditions. 56. Supplier - A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with Subcontractors or other Suppliers to furnish materials or equipment to be incorporated in the Work. 57. Technical Data - Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; General Conditions 00 72 00 - 10 Corpus Christi Standards - Regular Projects 03-23-2015 b. Physical conditions relating to existing surface or subsurface structures at the Site, except Underground Facilities; or c. Hazardous Environmental Conditions at the Site. 58. Underground Facilities - All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, other similar facilities or appurtenances, and encasements containing these facilities which are used to convey electricity, gases, steam, liquid petroleum products, telephone or other communications, fiber optic transmissions, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 59. Unit Price Work - Work to be paid for on the basis of unit prices. 60. Work - The construction of the Project or its component parts as required by the Contract Documents. 61. Work Change Directive - A directive issued to Contractor on or after the Effective Date of the Contract ordering an addition, deletion, or revision in the Work. The Work Change Directive serves as a memorandum of understanding regarding the directive until a Change Order can be issued. 1.02 Terminology A. The words and terms discussed in this Paragraph 1.02 are not defined, but when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. It is understood that the cost for performing Work is included in the Contract Price and no additional compensation is to be paid by Owner unless specifically stated otherwise in the Contract Documents. Expressions including or similar to “at no additional cost to Owner,” “at Contractor’s expense,” or similar words mean that the Contractor is to perform or provide specified operation of Work without an increase in the Contract Price. C. The terms “day” or “calendar day” mean a calendar day of 24 hours measured from midnight to the next midnight. D. The meaning and intent of certain terms or adjectives are described as follows: 1. The terms “as allowed,” “as approved,” “as ordered,” “as directed,” or similar terms in the Contract Documents indicate an exercise of professional judgment by the OPT. 2. Adjectives including or similar to “reasonable,” “suitable,” “acceptable,” “proper,” “satisfactory,” or similar adjectives are used to describe a determination of OPT regarding the Work. 3. Any exercise of professional judgment by the OPT will be made solely to evaluate the Work for general compliance with the Contract Documents unless there is a specific statement in the Contract Documents indicating otherwise. 4. The use of these or similar terms or adjectives does not assign a duty or give OPT authority to supervise or direct the performance of the Work, or assign a duty or give authority to the OPT to undertake responsibilities contrary to the provisions of Articles 9 or 10 or other provisions of the Contract Documents. General Conditions 00 72 00 - 11 Corpus Christi Standards - Regular Projects 03-23-2015 E. The use of the words “furnish,” “install,” “perform,” and “provide” have the following meanings when used in connection with services, materials, or equipment: 1. Furnish means to supply and deliver the specified services, materials, or equipment to the Site or other specified location ready for use or installation. 2. Install means to complete construction or assembly of the specified services, materials, or equipment so they are ready for their intended use. 3. Perform or provide means to furnish and install specified services, materials, or equipment, complete and ready for their intended use. 4. Perform or provide the specified services, materials, or equipment complete and ready for intended use if the Contract Documents require specific services, materials, or equipment, but do not expressly use the words “furnish,” “install,” “perform,” or “provide.” F. Contract Documents are written in modified brief style: 1. Requirements apply to all Work of the same kind, class, and type even though the word “all” is not stated. 2. Simple imperative sentence structure is used which places a verb as the first word in the sentence. It is understood that the words “furnish,” “install,” “perform,” “provide,” or similar words include the meaning of the phrase “The Contractor shall...” before these words. 3. Unless specifically stated that action is to be taken by the OPT or others, it is understood that the action described is a requirement of the Contractor. G. Words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with this recognized meaning unless stated otherwise in the Contract Documents. H. Written documents are required where reference is made to notices, reports, approvals, consents, documents, statements, instructions, opinions or other types of communications required by the Contract Documents. Approval and consent documents must be received by Contractor prior to the action or decision for which approval or consent is given. These may be made in printed or electronic format through the OPT’s project management information system or other electronic media as required by the Contract Documents or approved by the OAR. I. Giving notice as required by the Contract Documents may be by printed or electronic media using a method that requires acknowledgment of the receipt of that notice. ARTICLE 2 – PRELIMINARY MATTERS 2.01 Delivery of Bonds and Evidence of Insurance A. Provide required Bonds with the executed Agreement. B. Provide evidence of insurance required by the Contract Documents with the executed Agreement. General Conditions 00 72 00 - 12 Corpus Christi Standards - Regular Projects 03-23-2015 2.02 Copies of Documents A. OPT is to furnish one fully executed Agreement and one copy of the executed Contract Documents in electronic portable document format (PDF). This document is the Project Record Copy of the Contract Documents. 2.03 Before Starting Construction A. Provide the following preliminary documents in accordance with the Contract Documents within 10 days after the Effective Date of the Contract: 1. Progress Schedule; 2. Schedule of Documents; and 3. Schedule of Values and projected cash flow information. 2.04 Preconstruction Conference; Designation of Authorized Representatives A. Attend the preconstruction conference as required by the Contract Documents. B. Designate the specific individuals authorized to act as representatives of the Contractor. These individuals must have the authority to transmit and receive information, render decisions relative to the Contract, and otherwise act on behalf of the Contractor. C. Owner is to designate the specific individuals authorized to act as representatives of the Owner and the limits of their authority with regard to acting on behalf of the Owner. ARTICLE 3 – CONTRACT DOCUMENTS: INTENT, REQUIREMENTS, REUSE 3.01 Intent A. Requirements of components of the Contract Documents are as binding as if required by all Contract Documents. It is the intent of the Contract Documents to describe a functionally complete Project. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OPT. 1. The Contract requirements described in the General Conditions, Supplementary Conditions, and General Requirements (Division 01 Sections of the Specifications) apply to Work regardless of where it is described in the Contract Documents, unless specifically noted otherwise. 2. In offering a Bid for this Project and in entering into this Contract, Contractor represents: a. Contractor has studied the Contract Documents, the Work, the Site, local conditions, Laws and Regulations, and other conditions that may affect the Work; b. Contractor has studied the Technical Data and other information referred to in the Contract Documents and has or will make additional surveys and investigations as deemed necessary for the performance of the Work; c. Contractor has correlated these studies and observations with the requirements of the Contract Documents; and General Conditions 00 72 00 - 13 Corpus Christi Standards - Regular Projects 03-23-2015 d. Contractor has taken all of this information into consideration in developing the Contract Price offered and that the Contract Price offered provides full compensation for providing the Work in accordance with the Contract Documents. 3. Organization of the Contract Documents is not intended to control or lessen the responsibility of the Contractor when dividing Work among Subcontractors or Suppliers, or to establish the extent of Work to be performed by trades, Subcontractors, or Suppliers. Specifications or details do not need to be indicated or specified in each Specification or Drawing. Items shown in the Contract Documents are applicable regardless of their location in the Contract Documents. 4. Standard paragraph titles and other identifications of subject matter in the Specifications are intended to aid in locating and recognizing various requirements of the Specifications. Titles do not define, limit, or otherwise restrict Specification text. 5. Provide the labor, documentation, services, materials, or equipment that may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result, whether specifically called for in the Contract Documents or not. Include these related costs in the offered Contract Price. B. Provide equipment that is functionally complete as described in the Contract Documents. The Drawings and Specifications do not indicate or describe all of the Work required to complete the installation of products purchased by the Owner or Contractor. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Designer through the OAR. C. Comply with the most stringent requirements where compliance with two or more standards is specified and they establish different or conflicting requirements for the Work, unless the Contract Documents indicate otherwise. D. Provide materials and equipment comparable in quality to similar materials and equipment incorporated in the Project or as required to meet the minimum requirements of the application if the materials and equipment are shown in the Drawings but are not included in the Specifications. E. The Project Record Copy of the Contract Documents governs if there is a discrepancy between the Project Record Copy of the Contract Documents and subsequent electronic or digital versions of the Contract Documents, including printed copies derived from these electronic or digital versions. F. The Contract supersedes all prior written or oral negotiations, representations, and agreements. The Contract Documents comprise the entire Agreement between Owner and Contractor. The Contract Documents may be modified only by a Modification. G. Request clarification from OAR for a decision before proceeding if Contractor is not clear on the meaning of the Contract Documents. OAR is to issue clarifications and interpretations of the Contract Documents in accordance with the Contract Documents. General Conditions 00 72 00 - 14 Corpus Christi Standards - Regular Projects 03-23-2015 3.02 Reference Standards A. Standard Specifications, Codes, Laws and Regulations: 1. Reference in the Contract Documents to standard specifications, manuals, reference standards, or codes of technical societies, organizations, or associations, or to Laws or Regulations, whether specific or implied, are those in effect at the time Contractor’s Bid is submitted or when Contractor negotiates the Contract Price unless specifically stated otherwise in the Contract Documents. 2. No provision of referenced standard specifications, manuals, reference standards, codes, or instructions of a Supplier changes the duties or responsibilities of OPT or Contractor from those described in the Contract Documents or assigns a duty to or gives authority to the OPT to supervise or direct the performance of the Work or undertake responsibilities inconsistent with the Contract Documents. 3. The provisions of the Contract Documents take precedence over standard specifications, manuals, reference standards, codes, or instructions of a Supplier unless specifically stated otherwise in the Contract Documents. B. Comply with applicable construction industry standards, whether referenced or not. 1. Standards referenced in the Contract Documents govern over standards not referenced but recognized as applicable in the construction industry. 2. Comply with the requirements of the Contract Documents if they produce a higher quality of Work than the applicable construction industry standards. 3. Designer determines whether a code or standard is applicable, which of several are applicable, or if the Contract Documents produce a higher quality of Work. C. Make copies of reference standards available if requested by OAR. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Carefully study the Drawings and verify pertinent figures and dimensions with respect to actual field measurements before undertaking the Work. Immediately report conflicts, errors, ambiguities, or discrepancies that Contractor discovers or has actual knowledge of to the OAR. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the Contract Documents issued pursuant to Paragraph 11.01. 2. Immediately notify the OAR of conflicts, errors, ambiguities, or discrepancies in the Contract Documents or discrepancies between the Contract Documents and: a. Applicable Laws or Regulations; b. Actual field conditions; c. Standard specifications, manuals, reference standards, or codes; or d. Instructions of Suppliers. 3. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the General Conditions 00 72 00 - 15 Corpus Christi Standards - Regular Projects 03-23-2015 Contract Documents issued pursuant to Paragraph 11.01, except in an emergency as required by Paragraph 7.12. 4. Contractor is liable to the OPT for failure to report conflicts, errors, ambiguities, or discrepancies in the Contract Documents of which Contractor has actual knowledge. 5. Contractor is deemed to have included the most expensive item, system, procedure, etc. in the Contract Price if a conflict, error, ambiguity, or discrepancy in components of the Contract Documents was known, but not reported prior to submitting the Bid or when Contractor negotiates the Contract Price. 3.04 Interpretation of the Contract Documents A. Submit questions concerning the non-technical or contractual / administrative requirements of the Contract Documents to the OAR immediately after those questions arise. OAR is to provide an interpretation of the Contract Documents regarding these questions and will coordinate the response of the OPT to Contractor. B. Submit questions regarding the design of the Project described in the Contract Documents to the OAR immediately after those questions arise. OAR is to request an interpretation of the Contract Documents from the Designer. Designer is to respond to these questions by providing an interpretation of the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OPT may initiate a Modification to the Contract Documents through the OAR if a response to the question indicates that a change in the Contract Documents is required. Contractor may appeal Designer’s or OAR’s interpretation by submitting a Change Proposal. 3.05 Reuse of Documents A. Contractor’s Team has no rights to the Contract Documents and may not use the Contract Documents, or copies or electronic media editions of the Contract Documents, other than for the construction of this Project. This provision survives final payment or termination of the Contract. B. Contractor is allowed to retain a copy of the Contract Documents for record purposes, unless specifically prohibited by the Owner for security reasons. Surrender paper and digital copies of the Contract Documents and other related documents and remove these documents from computer equipment or storage devices as a condition of final payment if the Owner so directs. ARTICLE 4 – COMMENCEMENT AND PROGRESS OF THE WORK 4.01 Commencement of Contract Times; Notice to Proceed A. The Contract Times commence to run on the date indicated in the Notice to Proceed. 4.02 Starting the Work A. Begin performing the Work on the date indicated in the Notice to Proceed. Do not begin Work prior to having the insurance required in Article 6 in force or before the date indicated in the Notice to Proceed. General Conditions 00 72 00 - 16 Corpus Christi Standards - Regular Projects 03-23-2015 4.03 Progress Schedule A. Construct the Work in accordance with the Progress Schedule established in accordance with the Contract Documents. 1. Adjust the Progress Schedule as required to accurately reflect actual progress on the Work. 2. Submit proposed adjustments in the Progress Schedule that change the Contract Times in accordance with the requirements of Article 11. B. Continue performing Work and adhere to the Progress Schedule during disputes or disagreements with Owner. Do not delay or postpone Work pending resolution of disputes or disagreements, or during an appeal process, except as permitted by Paragraph 16.04, or as Owner and Contractor may otherwise agree. 4.04 Delays in Contractor’s Progress A. Contractor is entitled to an equitable adjustment in the Contract Times if OPT directly delays, disrupts, or interferes with the performance or progress of the Work. The Contractor agrees to make no Claim for damages for delay in the performance of the Contract occasioned by an act or omission to act of the OPT and agrees that the extension of time provides an equitable adjustment. B. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delays, disruptions, or interference caused by or within the control of Contractor’s Team. C. No time extensions are allowed for weather conditions, other than those listed in Paragraph 4.04.D.1, for Projects using calendar days or a fixed date to establish the Contract Time. Contractor is to include the cost associated with weather related delays in the Contract Price and assumes the risks associated with delays related to weather conditions. D. Contractor is entitled to an equitable adjustment in the Contract Times if Contractor’s performance or progress is delayed, disrupted, or interfered with by unanticipated causes not the fault of and beyond the control of OPT or Contractor. These unanticipated causes may include: 1. Severe and unavoidable natural catastrophes e.g. fires, floods, hurricanes, epidemics, and earthquakes; 2. Acts or failures to act of utility owners other than those performing other work at or adjacent to the Site by arrangement with the Owner, as contemplated in Article 8; and 3. Acts of war or terrorism. 4. Rain days in excess of the number of days allocated for rain as described in the Supplementary Conditions. E. Delays, disruption, and interference to the performance or progress of the Work resulting from the following are governed by Article 5: 1. The existence of a differing subsurface or physical condition; 2. An Underground Facility not shown or not indicated with reasonable accuracy by the Contract Documents; and General Conditions 00 72 00 - 17 Corpus Christi Standards - Regular Projects 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 00 72 00 - 18 Corpus Christi Standards - Regular Projects 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 00 72 00 - 19 Corpus Christi Standards - Regular Projects 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 00 72 00 - 20 Corpus Christi Standards - Regular Projects 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 00 72 00 - 21 Corpus Christi Standards - Regular Projects 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 00 72 00 - 22 Corpus Christi Standards - Regular Projects 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 00 72 00 - 23 Corpus Christi Standards - Regular Projects 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 00 72 00 - 24 Corpus Christi Standards - Regular Projects 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 00 72 00 - 25 Corpus Christi Standards - Regular Projects 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 00 72 00 - 26 Corpus Christi Standards - Regular Projects 03-23-2015 days of Owner’s notice to replace a Subcontractor, Supplier, or other entity retained by Contractor to perform part of the Work. Do not make the replacement until the change in Contract Price or Contract Times has been accepted by the Owner if Change Proposal is to be submitted. G. Owner’s initial acceptance of Subcontractors, Suppliers, or other individuals or entities, or their replacements, does not constitute a waiver of the obligation of the Contractor to complete the Work in accordance with the Contract Documents. H. Maintain a current and complete list of Subcontractors and Suppliers that are to perform or furnish part of the Work. I. Contractor is fully responsible for the acts and omissions of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. J. Contractor is solely responsible for scheduling and coordinating the work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. K. Require Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work to communicate with OPT through Contractor. L. Contracts between the Contractor and their Subcontractors or Suppliers may specifically bind the Subcontractors or Suppliers to the applicable terms and conditions of the Contract Documents. Contractor is responsible for meeting the requirements of the Contract Documents if they choose to not bind the Subcontractors or Suppliers to applicable terms or conditions of the Contract Documents. 1. All Subcontractors employed on this Project must be required to obtain Workers’ Compensation Insurance. 2. Proof of this insurance will be required prior to the start of any Work. M. OPT may furnish information about amounts paid to Contractor for Work provided by Subcontractors or Suppliers to the entity providing the Work. N. Nothing in the Contract Documents: 1. Creates a contractual relationship between members of the OPT and members of the Contractor’s Team. 2. Creates an obligation on the part of the Owner to pay or to see to the payment of money due members of the Contractor’s Team, except as may be required by Laws and Regulations. 7.05 Patent Fees and Royalties A. Pay license fees, royalties, and costs incident to the use of inventions, designs, processes, products, or devices which are patented or copyrighted by others in the performance of the Work, or to incorporate these inventions, designs, processes, products, or devices which are patented or copyrighted by others in the Work. The Contract Documents identify inventions, designs, processes, products, or devices OPT knows are patented or copyrighted by others or that its use is subject to patent rights or copyrights calling for the payment of a license fee or royalty to others. Contractor is to include the cost associated with the use of patented or copyrighted products or processes, whether specified or selected by the Contractor, in the Contract Price. General Conditions 00 72 00 - 27 Corpus Christi Standards - Regular Projects 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 00 72 00 - 28 Corpus Christi Standards - Regular Projects 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 00 72 00 - 29 Corpus Christi Standards - Regular Projects 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 00 72 00 - 30 Corpus Christi Standards - Regular Projects 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 00 72 00 - 31 Corpus Christi Standards - Regular Projects 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 00 72 00 - 32 Corpus Christi Standards - Regular Projects 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 00 72 00 - 33 Corpus Christi Standards - Regular Projects 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 00 72 00 - 34 Corpus Christi Standards - Regular Projects 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 00 72 00 - 35 Corpus Christi Standards - Regular Projects 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 00 72 00 - 36 Corpus Christi Standards - Regular Projects 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 00 72 00 - 37 Corpus Christi Standards - Regular Projects 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 00 72 00 - 38 Corpus Christi Standards - Regular Projects 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 00 72 00 - 39 Corpus Christi Standards - Regular Projects 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 00 72 00 - 40 Corpus Christi Standards - Regular Projects 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 00 72 00 - 41 Corpus Christi Standards - Regular Projects 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 00 72 00 - 42 Corpus Christi Standards - Regular Projects 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 00 72 00 - 43 Corpus Christi Standards - Regular Projects 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 00 72 00 - 44 Corpus Christi Standards - Regular Projects 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.C 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 00 72 00 - 45 Corpus Christi Standards - Regular Projects 03-23-2015 data, in a form and at intervals acceptable to OAR whenever the Cost of the Work is to be determined pursuant to this Paragraph 13.01. 13.02 Allowances A. Include allowances specified in the Contract Documents in the Contract Price and provide Work covered by the allowance as authorized by the Owner through the OAR. B. Contractor agrees that: 1. The cash allowance is used to compensate the Contractor for the cost of furnishing materials and equipment for the Work covered by the allowance item in the Contract Documents. Cost may include applicable taxes. Make provisions for trade discounts, rebates, and refunds and reduce the allowance costs by these amounts. 2. Contractor’s costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances; and 3. Costs for cash allowances and installation costs as described in Paragraphs 13.02.B.1 and 13.02.B.2 above are included in the Contract Price. C. OAR will issue a Change Order to adjust the Contract Price by the difference between the allowance amount and the actual amount paid by Contractor for Work covered by the allowance. The Change Order will be issued at the time costs are incurred by Contractor for Work covered by the allowance and this Work is included on the Application for Payment. 13.03 Unit Price Work A. The initial Contract Price for Unit Price Work is equal to the sum of the unit price line items in the Agreement. Each unit price line item amount is equal to the product of the unit price for each line item times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparing Bids and determining an initial Contract Price. Payments to Contractor for Unit Price Work are to be based on actual quantities measured for Work in place. C. Each unit price is deemed to include an amount considered by Contractor to be adequate to cover Contractor’s overhead and profit for each separately identified item. D. OAR is to determine the actual quantities and classifications of Unit Price Work performed by Contractor to be incorporated into each Application for Payment. OAR’s decision on actual quantities is final and binding, subject to the provisions of Paragraph 13.03.E. E. Contractor may submit a Change Proposal, or Owner may file a Claim, seeking an adjustment in the Contract Price within 30 days of OAR’s decision under Paragraph 13.03.D, if: 1. The total cost of a particular item of Unit Price Work amounts to 20 percent or more of the total Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by the Contractor differs by more than 20 percent from the estimated quantity of an item indicated in the Agreement; 2. There is no corresponding adjustment with respect to other items of Work; and General Conditions 00 72 00 - 46 Corpus Christi Standards - Regular Projects 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 00 72 00 - 47 Corpus Christi Standards - Regular Projects 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 00 72 00 - 48 Corpus Christi Standards - Regular Projects 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 00 72 00 - 49 Corpus Christi Standards - Regular Projects 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 00 72 00 - 50 Corpus Christi Standards - Regular Projects 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; g. 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; i. Owner has been notified of failure to make payments to Subcontractors, Suppliers, or Employees; j. Failure to submit up-to-date record documents as required by the Contract Documents; k. Failure to submit monthly Progress Schedule updates or revised schedules as requested by the OAR; l. 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 00 72 00 - 51 Corpus Christi Standards - Regular Projects 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; p. 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; 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 00 72 00 - 52 Corpus Christi Standards - Regular Projects 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 00 72 00 - 53 Corpus Christi Standards - Regular Projects 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 00 72 00 - 54 Corpus Christi Standards - Regular Projects 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 00 72 00 - 55 Corpus Christi Standards - Regular Projects 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 00 72 00 - 56 Corpus Christi Standards - Regular Projects 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 00 72 00 - 57 Corpus Christi Standards - Regular Projects 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 00 72 00 - 58 Corpus Christi Standards - Regular Projects 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 00 72 00 - 59 Corpus Christi Standards - Regular Projects 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 00 72 00 - 60 Corpus Christi Standards - Regular Projects 03-23-2015 Insurance Requirements 00 72 01 - 1 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 06-22-2016 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 ☐ 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 ☐ Not Required Installation Floater Required if installing city-owned equipment Equal to Contract Price ☐ Required ☐ Not Required Insurance Requirements 00 72 01 - 2 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 06-22-2016 1.02 GENERAL PROVISIONS A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with Article 6 of the General Conditions and this Section. B. Provide endorsements to the policies as outlined in this Section. C. Obtain insurance from companies that are duly licensed or authorized in the State of Texas to issue insurance policies for the required limits and coverages. Provide insurance from companies that have an A.M. Best rating of A-VIII or better. D. Furnish copies of endorsements and documentation of applicable self-insured retentions and deductibles upon request by OPT or any named insured or additional insured. Contractor may block out (redact) any confidential premium or pricing information contained in any endorsement furnished under this Contract. E. The name and number of the Project must be referenced on the certificate of insurance. F. OPT’s failure to demand such certificates or other evidence of the Contractor’s full compliance with the insurance requirements or failure to identify a deficiency in compliance from the evidence provided is not a waiver of the Contractor’s obligation to obtain and maintain the insurance required by the Contract Documents. G. Notify the Owner if the Contractor fails to purchase or maintain the insurance required by the Contract Documents. Contractor shall not be allowed to perform any Work on the Project until the required insurance policies are in effect. A Certificate of Liability Insurance shall be submitted to the OPT. H. Owner may exclude the Contractor from the Site and exercise Owner’s termination rights under Article 16 of the General Conditions if Contractor fails to obtain or maintain the required insurance. I. Owner does not represent that the insurance coverage and limits established in this Contract are adequate to protect Contractor or Contractor’s interests. J. The required insurance and insurance limits do not limit the Contractor’s liability under the indemnities granted to Owner’s Indemnitees in the Contract Documents. K. Provide for an endorsement that the “other insurance” clause shall not apply to the OPT where the OPT is an additional insured shown on the policy. Contractor’s insurance is primary and non-contributory with respect to any insurance or self-insurance carried by the OPT for liability arising out of operations under this Contract. L. Include the Owner and list the other members of the OPT and any other individuals or entities identified in the Supplementary Conditions as additional insureds on all policies with the exception of the workers’ compensation policy and Contractor’s professional liability policy. 1.03 CONTRACTOR’S INSURANCE A. Purchase and maintain workers’ compensation and employer’s liability insurance for: 1. Claims under workers’ compensation, disability benefits, and other similar employee benefit acts. Obtain workers’ compensation coverage through a licensed insurance company in accordance with Texas law and written on a policy and endorsements approved by the Texas Department of Insurance. Provide insurance in amounts to Insurance Requirements 00 72 01 - 3 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 - 4 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 - 5 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 - 6 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 - 7 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 - 8 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 - 9 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 - 10 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 Wage Rate Requirements 00 72 02 - 1 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 REV 06-12-2015 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 00 72 02 - 2 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 REV 06-12-2015 Wage Determination (WD) No Construction Type Project Type TX-31 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) TX-40 Highway Highway Construction Projects (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). END OF SECTION 1/10/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/TX31.dvb?v=0 https://www.wdol.gov/wdol/scafiles/davisbacon/TX31.dvb?v=0 1/4 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 $10.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2017 * SUTX1987‐001 12/01/1987 Rates Fringes CARPENTER (Excluding Form Setting).........................$ 9.05 Concrete Finisher................$ 7.56 ELECTRICIAN......................$ 13.37 2.58 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 1/10/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/TX31.dvb?v=0 https://www.wdol.gov/wdol/scafiles/davisbacon/TX31.dvb?v=0 2/4 own illness, injury or other health‐related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health‐related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198‐005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non‐union rates. Example: SULA2012‐007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. 1/10/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/TX31.dvb?v=0 https://www.wdol.gov/wdol/scafiles/davisbacon/TX31.dvb?v=0 3/4 Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG‐OH‐0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis‐Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage 1/10/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/TX31.dvb?v=0 https://www.wdol.gov/wdol/scafiles/davisbacon/TX31.dvb?v=0 4/4 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 � 1/10/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/TX40.dvb?v=0 https://www.wdol.gov/wdol/scafiles/davisbacon/TX40.dvb?v=0 1/4 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 $10.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2017 * SUTX2011‐010 08/08/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures)...$ 12.64 FORM BUILDER/FORM SETTER Paving & Curb...............$ 10.69 Structures..................$ 13.61 LABORER Asphalt Raker...............$ 11.67 Flagger.....................$ 8.81 Laborer, Common.............$ 10.25 Laborer, Utility............$ 11.23 Pipelayer...................$ 11.17 Work Zone Barricade Servicer....................$ 11.51 PAINTER (Structures).............$ 21.29 POWER EQUIPMENT OPERATOR: Asphalt Distributor.........$ 14.25 Asphalt Paving Machine......$ 13.44 Mechanic....................$ 17.00 Motor Grader, Fine Grade....$ 17.74 Motor Grader, Rough.........$ 16.85 1/10/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/TX40.dvb?v=0 https://www.wdol.gov/wdol/scafiles/davisbacon/TX40.dvb?v=0 2/4 TRUCK DRIVER Lowboy‐Float................$ 16.62 Single Axle.................$ 11.61 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ WELDERS ‐ Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis‐Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health‐related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health‐related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198‐005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing 1/10/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/TX40.dvb?v=0 https://www.wdol.gov/wdol/scafiles/davisbacon/TX40.dvb?v=0 3/4 this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non‐union rates. Example: SULA2012‐007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG‐OH‐0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis‐Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: 1/10/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/TX40.dvb?v=0 https://www.wdol.gov/wdol/scafiles/davisbacon/TX40.dvb?v=0 4/4 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 � Minority / MBE / DBE Participation Policy 00 72 03 - 1 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 01-13-2016 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 00 72 03 - 2 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 01-13-2016 D. Minority: Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this policy, women are also considered as minorities. E. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51 percent of whose assets or partnership interests are owned by one or more women, or a corporation at least 51 percent of whose assets or interests in the corporate shares are owned by one or more women. F. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the Work to be performed by the joint venture. For example, a joint venture which is to perform 50 percent of the Work itself and in which a minority joint venture partner has a 50 percent interest, shall be deemed equivalent to having minority participation in 25 percent of the Work. Minority members of the joint venture must have financial, managerial, or technical skills in the Work to be performed by the joint venture. 1.03 GOALS A. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor’s aggregate work force on all construction Work for the Contract award shall be as specified in SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS. B. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved Change Orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor’s percentage is prohibited. 1.04 COMPLIANCE A. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. B. Make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. END OF SECTION Supplementary Conditions 00 73 00 - 1 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 11-25-2013 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 Martinez, Guy, & Maybik, Inc. B. The following entities, along with the members of the OPT, are to be named as an additional insured on all insurance policies, except workers compensation insurance and the Contractor’s professional liability insurance.- NONE ARTICLE 4 – COMMENCEMENT AND PROGRESS OF THE WORK SC-4.04 DELAYS IN CONTRACTOR’S PROGRESS A. The allocation for delays in the Contractor’s progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Supplementary Conditions 00 73 00 - 2 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 11-25-2013 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 43 rain days have been set for this Project. An extension of time due to rain days will be considered only after 43 rain days have been exceeded in a calendar year 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: 1) Geotechinical Engineering Study- Carroll Lane Rehabilitation From McArdle Road to Houston Street, Project No. 14.53.007/Report No. 1698 by Tolunay-Wong Engineers, Inc., May 6, 2014 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) include the following: NONE SC-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. Delete Paragraph 5.06 entirely and insert the following: “5.06 Hazardous Environmental Conditions at Site A. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner.” ARTICLE 7 – CONTRACTOR'S RESPONSIBILITIES SC-7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: “The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." END OF SECTION Summary of Work 01 11 00 - 1 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 01-13-2016 01 11 00 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. 1.02 DESCRIPTION OF WORK NOTE TO SPECIFIER: . Copy and paste the narrative description from section 00 21 13 Invitation to Bid and Instructions to Bidders – Article 1.01 and include any additional information after the primary description. A. Work is described in general, non-inclusive terms as: 1. The project consists of full reconstruction of Carroll Lane, including roadway, water lines, wastewater lines, storm water lines, curb & gutter, sidewalks, driveways, and ADA curb ramps. The project is located along an existing Regional Transportation Authority (RTA) Bus Route, the existing infrastructure of which (bus stops, bus pads, etc.) will be demolished and replaced as part of the project. The project limits include Carroll Lane from McArdle Road to Houston Street, exclusive of the Gollihar Road intersection and the McArdle Road intersection. The project is approximately 4,300 feet in length and includes the following estimated material quantities for key project elements: 14,700 SY of new hot mix/crushed limestone base pavement with curb and gutter over lime stabilized subgrade, and related underground utilities (4,700 LF of new storm water lines, and 4,610 LF of C900 PVC water lines. 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: B. Gollihar Road Project (City Project No. E13088 and E13089). 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 01 11 00 - 2 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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: B. Gas Line InstallationCompletion 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 Alternates and Allowances 01 23 10 - 1 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 11-25-2013 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 01 23 10 - 2 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 11-25-2013 2) Effect on the Construction Schedule anticipated by the selection of each option. 3) Cost of each option. 5. Upon selection of the product: a. Purchase and install the product. b. Contractor’s responsibilities for products shall be the same as for products selected by the Contractor. 6. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to adjust Contract Price if the net cost of the product is more or less than the specified amount. a. Adjust the unit cost applied to the quantities installed per the method of payment described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for products specified as Unit Price Work. b. Do not perform Work until selection of alternate has been approved by the Owner. c. Provide actual invoices for the materials. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 1.03 DESCRIPTION OF ALTERNATES A. Alternate 1 - Wastewater Improvements (Additive Alternate) (Mandatory): 1. Construction of Wastewater line from 8” VCP to 10” HDPE by Pipe Bursting as shown in the plans, Wastewater service line connections, and Wastewater Bypass Pumping as listed in the Bid Form as Wastewater Improvements (Additive Alternate #1) (Mandatory). 1.04 DESCRIPTION OF ALLOWANCES A. Allowance B - B25- Allowance for Unanticipated Street Improvements: 1. The sum of $20,000.00 to be used for unanticipated street improvements, as approved by the OAR prior to performing the work. OAR and Contractor shall agree on scope of work and utilize existing bid items and bid prices to determine unanticipated street improvements price prior to the work being performed. If no existing bid items and bid prices apply to the work being performed, a change order is required, which may draw from the allowance. B. Allowance C – E21- Allowance for Unanticipated Storm Water Improvements : 1. The sum of $15,000.00 to be used for unanticipated storm water improvements, as approved by the OAR prior to performing the work. OAR and Contractor shall agree on scope of work and utilize existing bid items and bid prices to determine unanticipated storm water improvements price prior to the work being performed. Alternates and Allowances 01 23 10 - 3 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 11-25-2013 If no existing bid items and bid prices apply to the work being performed, a change order is required, which may draw from the allowance. C. Allowance D – F28- Allowance for Unanticipated Water Improvements : 1. The sum of $15,000.00 to be used for unanticipated water improvements, as approved by the OAR prior to performing the work. OAR and Contractor shall agree on scope of work and utilize existing bid items and bid prices to determine unanticipated water improvements price prior to the work being performed. If no existing bid items and bid prices apply to the work being performed, a change order is required, which may draw from the allowance. D. Allowance E – G13- Allowance for Unanticipated Wastewater Improvements : 1. The sum of $15,000.00 to be used for unanticipated wastewater improvements, as approved by the OAR prior to performing the work. OAR and Contractor shall agree on scope of work and utilize existing bid items and bid prices to determine unanticipated wastewater improvements price prior to the work being performed. If no existing bid items and bid prices apply to the work being performed, a change order is required, which may draw from the allowance. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Application for Payment Procedures 01 29 00 - 1 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 03-11-2015 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 01 29 00 - 2 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 29 00 - 3 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 29 00 - 4 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 29 00 - 5 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 29 00 - 6 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 29 00 - 7 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 29 00 - 8 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 Measurement and Basis for Payment 01 29 01 - 1 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 01-13-2016 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 A-1 - Mobilization: 1. Include the following costs in this Bid item: a. Bonds and insurance; b. Transportation and setup for equipment; c. Transportation and/or erection of all field offices, sheds, and storage facilities; d. Salaries for preparation of documents required before the first Application for Payment; e. Salaries for field personnel assigned to the Project related to the mobilization of the Project; f. Demobilization; and g. Mobilization may not exceed 5 percent of the total Contract Price. Measurement and Basis for Payment 01 29 01 - 2 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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. The basis of measurement and payment for all other Bid Items shall be as described in specification sections and/or the Bid Form 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATES AND ALLOWANCES A. Bid Item B27- Allowance for Unanticipated Street Improvements 1. This item is a Contractor allowance to perform work related to Unanticipated Street Improvements required to construct the project per the plans, as approved by the OAR. 2. The Lump Sum Bid Items described as “Allowance for Unanticipated Street Improvements” has been set as noted and shall be included in the Total Base Bid for each bidder. This Allowance may be used at the Owner's discretion should an unanticipated adjustment of a utility, unknown structure, or similar situation warrant the use of the Allowance funds. Should the use of funds from the Allowance become necessary, the Owner will provide written authorization at a cost negotiated between the City and the Contractor. There is no guarantee that any of these funds will need to be used throughout the course of the work. The Contractor shall insert the figure noted in the Base Bid in the Bid Form. This item shall be used for unforeseen circumstances. Payment shall be negotiated for each circumstance, using unit prices in the Bid Form when applicable. B. Bid Item E20: Allowance for Unanticipated Storm Water Improvements 1. This item is a Contractor allowance to perform work related to Unanticipated Storm Water improvements required to construct the project per the plans, as approved by the OAR. 2. The Lump Sum Bid Items described as "Allowance for Unanticipated Storm Water Improvement” has been set as noted and shall be included in the Total Base Bid for each bidder. This Allowance may be used at the Owner's discretion should an unanticipated adjustment of a utility, unknown structure, or similar situation warrant the use of the Allowance funds. Should the use of funds from the Allowance become necessary, the Owner will provide written authorization at a cost negotiated between the City and the Contractor. There is no guarantee that any of these funds will need to be used throughout the course of the work. The Contractor shall insert the figure noted in the Base Bid in the Bid Form. This item shall be used for unforeseen circumstances. Payment shall be negotiated for each circumstance, using unit prices in the Bid Form when applicable. C. Bid Item F28: Allowance for Unanticipated Water Improvements 1. This item is a Contractor allowance to perform work related to Unanticipated Water Improvements required to construct the project per the plans, as approved by the OAR. 2. Bid Items described as "Allowance for Unanticipated Water Improvements" has been set as noted and shall be included in the Total Base Bid for each bidder. This Allowance may be used at the Owner's discretion should an unanticipated Measurement and Basis for Payment 01 29 01 - 3 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 01-13-2016 adjustment of a utility, unknown structure, or similar situation warrant the use of the Allowance funds. Should the use of funds from the Allowance become necessary, the Owner will provide written authorization at a cost negotiated between the City and the Contractor. There is no guarantee that any of these funds will need to be used throughout the course of the work. The Contractor shall insert the figure noted in the Base Bid in the Bid Form. This item shall be used for unforeseen circumstances. Payment shall be negotiated for each circumstance, using unit prices in the Bid Form when applicable. D. Bid Item G13: Allowance for Unanticipated Wastewater Improvements 1. This item is a Contractor allowance to perform work related to Unanticipated Wastewater Improvements required to construct the project per the plans, as approved by the OAR. 2. Bid Items described as "Allowance for Unanticipated Wastewater Improvements" has been set as noted and shall be included in the Total Base Bid for each bidder. This Allowance may be used at the Owner's discretion should an unanticipated adjustment of a utility, unknown structure, or similar situation warrant the use of the Allowance funds. Should the use of funds from the Allowance become necessary, the Owner will provide written authorization at a cost negotiated between the City and the Contractor. There is no guarantee that any of these funds will need to be used throughout the course of the work. The Contractor shall insert the figure noted in the Base Bid in the Bid Form. This item shall be used for unforeseen circumstances. Payment shall be negotiated for each circumstance, using unit prices in the Bid Form when applicable. E. Bid Item J1: 8” VCP to 10” HDPE Pipe Bursting for Additive Alternate #1 (Mandatory) 1. The basis for payment shall be as described in Standard Specification Section 021020. 2. 8” VCP to 10” HDPE shall be measured by linear feet to the lines shown on the plans, complete-in-place, and as described in Standard Specification 027618. F. Bid Item J2: Replace Existing Wastewater Service Connection with New Connection for Additive Alternate #1 (Mandatory) 1. The basis for payment shall be as described in Standard Specification Section 027606. 2. Replacement of Existing Wastewater Service Connection with New Connections shall be measured by each connection installed, complete in place, including fittings for proper installation. G. Bid Item J3: Wastewater Bypass Pumping for Additive Alternate #1 (Mandatory) 1. Wastewater Bypass Pumping shall be paid for as Lump Sum as described in Standard Specification 027200. Measurement and Basis for Payment 01 29 01 - 4 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 01-13-2016 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Management and Coordination 01 31 00 - 1 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 01-13-2016 01 31 00 PROJECT MANAGEMENT AND COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish resources required to complete the Project with an acceptable standard of quality within the Contract Times. B. Construct Project in accordance with current safety practices. C. Manage Site to allow access to Site and control construction operations. D. Construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. E. Provide temporary controls for pollutions, management of water and management of excess earth as required in SECTION 01 57 00 TEMPORARY CONTROLS. 1.02 QUALITY ASSURANCE A. Employ competent workmen, skilled in the occupation for which they are employed. Provide Work meeting quality requirements of the Contract Documents. B. Remove Defective Work from the Site immediately unless provisions have been made and approved by the OPT to allow repair of the product at the Site. Clearly mark Work as Defective until it is removed or allowable repairs have been completed. 1.03 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 1. Provide copies of Supplier’s printed storage instructions prior to furnishing materials or products and installation instructions prior to beginning the installation. 2. Incorporate field notes, sketches, recordings, and computations made by the Contractor in Record Drawings. 1.04 PERMITS A. Obtain building permits for the Project from the local authorities having jurisdiction. Pay building permit fees and include this cost in the Contract Price. B. Obtain environmental permits required for construction at the Site. C. Provide required permits for transporting heavy or oversized loads. D. Provide other permits required to conduct any part of the Work. E. Arrange for inspections and certification by agencies having jurisdiction over the Work. F. Make arrangements with private utility companies and pay for fees associated with obtaining services, or for inspection fees. G. Retain copies of permits and licenses at the Site and observe and comply with all regulations and conditions of the permit or license. Project Management and Coordination 01 31 00 - 2 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 31 00 - 3 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 31 00 - 4 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 01-13-2016 C. Prepare a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES indicating the owner of pipelines excavated and surveyed and all pertinent survey data, including the station where lines cross or conflicts may exist and the distance to the pavement centerline and elevations of the top of existing pipelines. D. Do not perform Work on the Project until all exploratory excavations have been completed and the Plan of Action has been approved by the Designer. E. Include the cost for these pre-construction exploratory excavations in the lump sum Bid Item for Exploratory Excavation. Pavement repairs associated with exploratory excavations will be paid for at the unit prices for pavement repair. 1.10 DISRUPTION TO SERVICES / CONTINUED OPERATIONS A. Existing facilities are to continue in service as usual during the construction unless noted otherwise. Owner or utilities must be able to operate and maintain the facilities. Keep disruptions to existing utilities, piping, process piping, or electrical services to a minimum. 1. Do not restrict access to critical valves or operators. 2. Limit operations to the minimum amount of space needed to complete the specified Work. 3. Maintain storm sewers and sanitary sewers in service at all times. Provide temporary service around the construction or otherwise construct the structure in a manner that the flow is not restricted. B. Provide a Plan of Action in accordance with SECTION 01 35 00 SPECIAL PROCEDURES if facilities must be taken out of operation. 1.11 FIELD MEASUREMENTS A. Perform complete field measurements prior to purchasing products or beginning construction for products required to fit existing conditions. B. Verify property lines, control lines, grades, and levels indicated on the Drawings. C. Check Shop Drawings and indicate the actual dimensions available where products are to be installed. D. Include field measurements in Record Drawings as required in SECTION 01 31 13 PROJECT COORDINATION. 1.12 REFERENCE DATA AND CONTROL POINTS A. The OPT will provide the following control points: 1. Base line or grid reference points for horizontal control. 2. Benchmarks for vertical control. B. Locate and protect control points prior to starting the Work and preserve permanent reference points during construction. Designated control points may be on an existing structure or monument. Do not change or relocate points without prior approval of the OAR. Notify OAR when the reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. Project Management and Coordination 01 31 00 - 5 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 31 00 - 6 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 31 00 - 7 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 31 00 - 8 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 01-13-2016 1. Obtain details for Working in these areas. 2. Maintain confidentiality regarding the Site. 3. Adhere to the requirements of the Texas Historical Commission. 4. Notify the OAR and the Texas Historical Commission. C. Do not disturb archaeological sites. 1. Obtain the services of a qualified archaeological specialist to instruct construction personnel on how to identify and protect archaeological finds on an emergency basis. 2. Coordinate activities to permit archaeological work to take place within the area. a. Attempt to archaeologically clear areas needed for construction as soon as possible. b. Provide a determination of priority for such areas. D. Assume responsibility for any unauthorized destruction that might result to such Sites by construction personnel, and pay all penalties assessed by the State or Federal agencies for non-compliance with these requirements. E. Contract Times will be modified to compensate for delays caused by such archaeological finds. No additional compensation will be paid for delays. 1.20 ENDANGERED SPECIES RESOURCES A. Do not perform any activity that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. B. Cease Work immediately in the area of the encounter and notify the OAR if a threatened or endangered species is encountered during construction. OPT will implement actions in accordance with the ESA and applicable State statutes. Resume construction in the area of the encounter when authorized to do so by the OAR. 1.21 COOPERATION WITH PUBLIC AGENCIES A. Cooperate with all public and private agencies with facilities operating within the limits of the Project. B. Provide a 48-hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Texas 811 at 811 and the Lone Star Notification Company at 1-800-669-8344. C. For the Contractor’s convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Martinez, Guy, & Maybik, inc. 361-814-3070 Ricardo Martinez, P.E. 361-947-2684 Traffic Engineering 361-826-3547 Project Management and Coordination 01 31 00 - 9 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 01-13-2016 Public Agencies/Contacts Phone Number Police Department 361-882-2600 Water/ Wastewater/ Stormwater 361-826-1800 (361-826-1818 after hours) Gas Department 361-885-6900 (361-885-6942 after hours) 361-885-5999 (Dispatch after hours) Parks & Recreation Department 361-826-3461 Street Department 361-826-1875 City Street Div. for Traffic Signals 361-826-1610 Solid Waste & Brush 361-826-1973 MIS Department (City Fiber) 361-826-3740 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 254-379-4400 Time Warner Communications Crown Castle Communications 1-888-632-0931 Century Tel 361-883-3000 Windstream Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-886-9005 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Coordination 01 31 13 - 1 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 11-25-2013 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 01 31 13 - 2 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 31 13 - 3 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 31 13 - 4 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 31 13 - 5 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 31 13 - 6 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 Change Management 01 31 14 - 1 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 31 14 - 2 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 31 14 - 3 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 11-25-2013 a. Indicate on a point by point basis for each specified feature that the product is equal to the Contract Document requirements. b. Make a direct comparison with the specified manufacturer’s published data sheets and available information. Provide this printed material with the Shop Drawing. c. The decision of the Designer regarding the acceptability of the proposed product is final. 3. Provide a typewritten certification that, in furnishing the proposed product as an equal, the Contractor: a. Has thoroughly examined the proposed product and has determined that it is equal or superior in all respects to the product specified. b. Has determined that the product will perform in the same manner and result in the same process as the specified product. c. Will provide the same warranties and/or bonds as for the product specified. d. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the product into the construction and will waive all claims for additional Work which may be necessary to incorporate the product into the Project which may subsequently become apparent. e. Will maintain the same time schedule as for the specified product. 4. A Change Proposal is not required for any product that is in full compliance with the Contract Documents. If the product is not in full compliance, it may be offered as a Substitution. 1.05 SUBSTITUTIONS A. Substitutions are defined as any product that the Contractor proposes to provide for the Project in lieu of the specified product. Submit a Change Proposal per Paragraph 1.02 along with a Shop Drawing as required by SECTION 01 33 02 SHOP DRAWINGS to request approval of a substitution. B. Prove that the product is acceptable as a substitute. It is not the Designer’s responsibility to prove the product is not acceptable as a substitute. 1. Indicate on a point by point basis for each specified feature that the product is acceptable to meet the intent of the Contract Documents requirements. 2. Make a direct comparison with the specified Suppliers published data sheets and available information. Provide this printed material with the documents submitted. 3. The decision of the Designer regarding the acceptability of the proposed substitute product is final. C. Provide a written certification that, in making the substitution request, the Contractor: 1. Has determined that the substituted product will perform in substantially the same manner and result in the same ability to meet the specified performance as the specified product. Change Management 01 31 14 - 4 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 Document Management 01 33 00 - 1 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 33 00 - 2 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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. 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. 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 01 33 00 - 3 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 40 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 01 33 00 - 4 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION 01 33 01 Submittal Register Submittal Register Carroll lane From McArdle to Houston (Bond 2014), Project No. E13097 01 33 01-1 07-03-2014 Product Information Sample or Mockup Operations Data 022100 Select Material Record Data 022040 Crushed Limestone Flexible Base Record Data 025404 Asphalts, Oils, and Emulsions Record Data 025424 Hot Mix Asphaltic Concrete Pavement Record Data 025608 Inlets Shop Drawing 025807 Pavement Markings Record Data Mockup 025813 Preformed Thermoplastic Striping Words & Emblems Record Data Mockup 026206 Ductile Iron Pipe & Fittings Record Data 026210 PVC Pipe AWWA Record Data 026214 Grouting Abandoned Utility Lines Record Data 026402 Waterlines Record Data 026404 Water Service Lines Record Data 026409 Tapping Sleeves and Valves Record Data 026411 Gate Valves for Waterlines Record Data 026416 Fire Hydrants Record Data 027200 Control of Wastewater Flows- Bypass Pumping Systems Shop Drawing 027202 Manholes Shop Drawing 027205 Fiberglass Manholes Shop Drawing 027402 Reinforced Concrete Pipe Culverts Record Data 027602 Gravity Wastewater Lines Record Data 027606 Wastewater Service Lines Record Data 027611 Cleaning and Televised Inspection of Conduites Record Data 027618 Wastwater Rehabilitation/Pipebursting Record Data 028040 Sodding Record Data 030020 Portland Cement Concrete Record Data 038000 Concrete Structures Record Data 055420 Frames, Grates, Rings & Covers Shop Drawing Paragraph No. Specification Section Specification Description Types of Submittals Required Product Information Sample or Mockup Operations Data Paragraph No. Specification Section Specification Description Types of Submittals Required Shop Drawings 01 33 02 - 1 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 11-25-2013 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 Submittal Register Refer to Submittal Register B. Include Shop Drawings in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT to indicate the Shop Drawings to be submitted, the dates on which documents are to be sent to the Designer for review and proposed dates that the product will be incorporated into the Project. Shop Drawings 01 33 02 - 2 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 11-25-2013 C. Incorporate the dates for processing Shop Drawings into the Progress Schedule required by SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 1. Submit Shop Drawings in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of Shop Drawings when preparing the Progress Schedule. Include time for making revisions to the Shop Drawings and resubmitting the Shop Drawing for a least a second review. Assume a 14 day review cycle for each time a Shop Drawing is submitted for review unless a longer period of time is indicated in the Contract Documents. 3. Schedule document submittals to provide all information for interrelated Work at one time. 4. Allow adequate time for ordering, fabricating, delivering, and installing product so construction of the Project is not delayed. D. Complete the following before submitting a Shop Drawing or Sample: 1. Prepare Shop Drawing Review and coordinate the Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect to Shop Drawings and Samples; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor’s responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. E. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Shop Drawing; 2. Location of existing structures, utilities, and equipment related to the Shop Drawing have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Shop Drawing are complete for their intended purpose; and 5. Conflicts between the Shop Drawing related to the various Subcontractors and Suppliers have been resolved. F. Review Shop Drawings prior to submitting to the Designer. Certify that all Shop Drawings have been reviewed by the Contractor and are in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Shop Drawings except for deviations specifically brought to the Designer’s Shop Drawings 01 33 02 - 3 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 11-25-2013 attention on an attached Shop Drawing Deviation Request form in accordance with Paragraph 1.10. G. Fabrication or installation of any products prior to the approval of Shop Drawings is done at the Contractor’s risk. Defective products may be rejected at the Owner’s option. H. Payment will not be made for products for which Shop Drawings or Samples are required until these are approved by the Designer. 1.04 SHOP DRAWING REQUIREMENTS A. Provide adequate information in Shop Drawings and Samples so Designer can: 1. Assist the Owner in selecting colors, textures, or other aesthetic features. 2. Compare the proposed features of the product with the specified features and advise Owner that the product does, in general, conform to the Contract Documents. 3. Compare the performance features of the proposed product with those specified and advise the Owner that the product does, in general, conform to the performance criteria specified in the Contract Documents. 4. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. B. Include a complete description of the product to be furnished, including: 1. Type, dimensions, size, arrangement, and operational characteristics of the product; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. C. Submit Shop Drawings that require coordination with other Shop Drawings at the same time. Shop Drawings requiring coordination with other Shop Drawings will be rejected until a complete package is submitted. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Shop Drawings as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Shop Drawing. Field tests may be performed by Shop Drawings 01 33 02 - 4 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 11-25-2013 the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Shop Drawing. 2. Certification of Local Field Service (CLS): A certified letter stating that field service is available from a factory or supplier approved service organization located within a 300 mile radius of the Site. List names, addresses, and telephone numbers of approved service organizations on or attach it to the certificate. 3. Certification of Adequacy of Design (CAD): A certified letter from the manufacturer of the equipment stating that they have designed the equipment to be structurally stable and to withstand all imposed loads without deformation, failure, or adverse effects to the performance and operational requirements of the unit. The letter shall state that mechanical and electrical equipment is adequately sized to be fully operational for the conditions specified or normally encountered by the product’s intended use. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Shop Drawing. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 SHOP DRAWING SUBMITTAL PROCEDURES A. Submit Shop Drawings through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Shop Drawing submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Shop Drawing submittal form is to be the first document in the file submitted. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. Shop Drawings 01 33 02 - 5 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 11-25-2013 e. Submit color PDF documents where color is required to interpret the Shop Drawing. Submit Samples and color charts per Paragraph 1.08.A. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. 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. Shop Drawings 01 33 02 - 6 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 11-25-2013 4. Make comments in the color orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Include explanatory comments in the Shop Drawing Deviation Request form. 5. Mark dimensions with the prefix FD to indicate field verified dimensions on the Shop Drawings. C. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of “or equal” products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. D. Designate a Shop Drawing as requiring priority treatment in the comment section of the Shop Drawing submittal form to place the review of the Shop Drawing ahead of other Shop Drawings previously delivered. Shop Drawings are typically reviewed in the order received, unless Contractor requests that a different priority be assigned. Priority Shop Drawings will be reviewed before other Shop Drawings for this Project already received but not yet reviewed. Use of this priority designation for Shop Drawings may delay the review of Shop Drawings previously submitted, pushing the processing of Shop Drawings beyond the 14 day target. Contractor is responsible for delays resulting from the use of the priority designation status on Shop Drawings. E. Complete the certification required by Paragraph 1.03. 1.08 SAMPLE AND MOCKUP SUBMITTAL PROCEDURES A. Submit color charts and Samples for every product requiring color, texture, or finish selection. 1. Submit color charts and Samples only after Shop Drawings for the products have been approved. 2. Deliver all color charts and Samples at one time. 3. Provide Samples of adequate size to clearly illustrate the functional characteristics of the product, with integrally related parts and attachment devices. 4. Indicate the full range of color, texture, and patterns. 5. Deliver color charts and Samples to the field office and store for the duration of the Project 6. Notify the Designer that color charts and Samples have been delivered for approval using the Notification by Contractor form. 7. Submit color charts and Samples not less than 30 days prior to when these products are to be ordered or released for fabrication to comply with the Project schedule. 8. Remove Samples that have been rejected. Submit new Samples following the same process as for the initial Sample until Samples are approved. 9. Dispose of Samples when related Work has been completed and approved and disposal is approved by the Designer. At Owner’s option, Samples will become the property of the Owner. Shop Drawings 01 33 02 - 7 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 11-25-2013 B. Construct mockups for comparison with the Work being performed. 1. Construct mockups from the actual products to be used in construction per detailed Specification Sections. 2. Construct mockups of the size and in the area indicated in the Contract Documents. 3. Construct mockups complete with texture and finish to represent the finished product. 4. Notify the Designer that mockups have been constructed and are ready for approval using the Notification by Contractor form. Allow 2 weeks for OPT to approve of the mockup before beginning the Work represented by the mockup. 5. Remove mockups that have been rejected. Construct new mockups following the same process as for the initial mockup until mockup is approved. 6. Protect mockups until Work has been completed and accepted by the OPT. 7. Dispose of mockups when related Work has been completed and disposal is approved by the Designer. 1.09 REQUESTS FOR DEVIATION A. Submit requests for deviation from the Contract Documents for any product that does not fully comply with the Contract Documents. B. Submit requests for deviation using the Shop Drawing Deviation Request form provided. Identify each deviation request as a separate item. Include all requested deviations that must be approved as a group together and identify them as a single item. C. Include a description of why the deviation is required and the impact on Contract Price or Contract Times. Include the amount of any cost savings to the Owner for deviations that result in a reduction in cost. D. Submit as a Change Proposal prior to submitting the Shop Drawing if the deviation will result in a change in Contract Price or Contract Times. E. A Modification must be issued by the Designer for approval of a deviation. Approval of a requested Shop Drawing deviation by the Designer on the Shop Drawings Deviation Request form indicates approval of the requested deviation only on its technical merits as generally conforming to the Contract Documents. Deviations from the Contract Documents can only be approved by a Modification. 1.10 DESIGNER RESPONSIBILITIES A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Section for general conformance with the Contract Documents. 1. Designer’s review and approval will be only to determine if the products described in the Shop Drawing or Sample will, after installation or incorporation into the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. Shop Drawings 01 33 02 - 8 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 11-25-2013 2. Designer’s review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. 3. Designer’s review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. B. Comments will be made on items called to the attention of the Designer for review and comment. Any marks made by the Designer do not constitute a blanket review of the document submittal or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. 1. Designer will respond to Contractor’s markups by either making markups directly in the Shop Drawings file using the color green or by attaching a Document Review Comments form with review comments. 2. Shop Drawings that are reviewed will be returned with one or more of the following status designations: a. Approved: Shop Drawing is found to be acceptable as submitted. b. Approved as Noted: Shop Drawing is Approved so long as corrections or notations made by Designer are incorporated into the Show Drawing. c. Not Approved: Shop Drawing or products described are not acceptable. 3. Shop Drawing will also be designated for one of the following actions: a. Final distribution: Shop Drawing is acceptable without further action and has been filed as a record document. b. Shop Drawing not required: A Shop Drawing was not required by the Contract Documents. Resubmit the document per SECTION 01 33 03 RECORD DATA. c. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. d. Revise and resubmit: Shop Drawing has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. e. Resubmit with corrections made: Shop Drawing is “Approved as Noted,” but has significant markups. Make correction and notations to provide a revised document with markup incorporated into the original document so that no markups are required. f. Returned without review due to excessive deficiencies: Document does not meet the requirement of the Specifications for presentation or content to the point where continuing to review the document would be counterproductive to the review process or clearly does not meet the requirements of the Contract Documents. Revise the Shop Drawing to comply with the requirements of this Section and resubmit. Shop Drawings 01 33 02 - 9 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 11-25-2013 g. Actions a through c will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Actions d through f require follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked “Approved as Noted” and “Resubmit with corrections made.” These drawings are to be revised to provide a clean record of the Shop Drawing. Proceed with ordering products as the documents are revised. 5. Dimensions or other data that does not appear to conform to the Contract Documents will be marked as “At Variance With” (AVW) the Contract Documents or other information provided. The Contractor is to make revisions as appropriate to comply with the Contract Documents. C. Bring deviations to the Shop Drawings to the attention of the Designer for approval by using the Shop Drawing Deviation Request form. Use a single line for each requested deviation so the Status and Action for each deviation can be determined for that requested deviation. If approval or rejection of a requested deviation will impact other requested deviations, then all related deviations should be included in that requested deviation line so the status and action can be determined on the requested deviation as a whole. D. Requested deviations will be reviewed as possible Modification to the Contract Documents. 1. A Requested deviation will be rejected as “Not Approved” if the requested deviation is unacceptable. Contractor is to revise and resubmit the Shop Drawing with corrections for approval. 2. A Field Order will be issued by the Designer for deviations approved by the Designer if the requested deviation is acceptable and if the requested deviation will not result in a change in Contract Price or Contract Times. Requested deviations from the Contract Documents may only be approved by Field Order. 3. A requested deviation will be rejected if the requested deviation is acceptable but the requested deviation will or should result in a change in Contract Price or Contract Times. Submit any requested deviation that requires as change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. E. Contractor is to resubmit the Shop Drawing until it is acceptable and marked Approved or Approved as Noted and is assigned an action per Paragraph 1.10.B that indicates that the Shop Drawing process is closed. F. Information that is submitted as a Shop Drawings that should be submitted as Record Data or other type of document, or is not required may be returned without review, or may be deleted. No further action is required and the Shop Drawing process for this document will be closed. 1.11 RESUBMISSION REQUIREMENTS A. Make all corrections or changes in the documents required by the Designer and resubmit to the Designer until approved. 1. Revise initial drawings or data and resubmit as specified for the original document. Shop Drawings 01 33 02 - 10 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 11-25-2013 2. Highlight or cloud in green those revisions which have been made in response to the previous reviews by the Designer. This will include changes previously highlighted or clouded in yellow to direct attention to Designer to items requiring selections or decisions by the Designer or highlighted or clouded in orange for a requested deviation from the Contract Documents. 3. Highlight and cloud new items in yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Highlight and cloud new items in orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Numbering for these new items is to start with the next number following the last Shop Drawing deviation requested. Include explanatory comments in the Shop Drawing Deviation Request form. B. Pay for excessive review of Shop Drawings. 1. Excessive review of Shop Drawings is defined as any review required after the original review has been made and the first resubmittal has been checked to see that corrections have been made. 2. Review of Shop Drawings or Samples will be an additional service requiring payment by the Contractor if the Contractor submits a substitution for a product for which a Shop Drawing or Sample has previously been approved, unless the need for such change is beyond the control of Contractor. 3. Cost for additional review time will be billed to the Owner by the Designer for the actual hours required for the review of Shop Drawings by Designer and in accordance with the rates listed in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. 4. A Set-off will be included in each Application for Payment to pay cost for the additional review to the Owner on a monthly basis. The Set-off will be based on invoices submitted to Owner for these services. 5. Need for more than one resubmission or any other delay of obtaining Designer’s review of Shop Drawings will not entitle the Contractor to an adjustment in Contract Price or an extension of Contract Times. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Record Data 01 33 03 - 1 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13907 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 Record Documents per Section 01 31 13 1.08 01 31 13 As-Built Red Line Markups of Contract Documents Operations & Maintenance Manuals Forward all manufacturer supplied O&M Manuals to the Engineer for all pertinent items on the project 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 01 33 03 - 2 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13907 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 01 33 03 - 3 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13907 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. g. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. Record Data 01 33 03 - 4 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13907 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 01 33 03 - 5 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13907 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 Construction Progress Schedule 01 33 04 - 1 Carroll lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 33 04 - 2 Carroll lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 33 04 - 3 Carroll lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 33 04 - 4 Carroll lane From McArdle to Houston (Bond 2014) Project No. E13097 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Video and Photographic Documentation 01 33 05 - 1 Carroll lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 33 05 - 2 Carroll lane From McArdle to Houston (Bond 2014) Project No. E13097 11-25-2013 2.00 PRODUCTS 2.01 PHOTOGRAPHS A. Provide photographs in digital format with a minimum resolution of 1280 x 960, accomplished without a digital zoom. B. Take photographs at locations acceptable to the OAR. C. Provide two color prints of each photograph and a digital copy on a DVD of each photograph taken. D. Identify each print on back with: 1. Project name. 2. Date, time, location, and orientation of the exposure. 3. Description of the subject of photograph. E. Submit photograph in clear plastic sheets designed for photographs. Place only one photograph in each sheet to allow the description on the back to be read without removing the photograph. F. Final photographs are to include two 8-by-10-inch glossy color prints for each of ten photographs selected by the OAR. These photographs are in addition to normal prints. 2.02 VIDEO RECORDING A. Provide digital format on DVD that can be played with Windows Media Player in common format in full screen mode. B. Identify Project on video by audio or visual means. C. Video file size should not exceed 400 MB. D. Video resolution shall be 1080p. E. The quality of the video must be sufficient to determine the existing conditions of the construction area. Camera panning must be performed while at rest, do not pan the camera while walking or driving. Camera pans should be performed at intervals sufficient to clearly view the entire construction area. F. DVD shall be labeled with construction stationing and stationing should be called out, voice recorded, in the video. G. The entire construction area recording shall be submitted at once. Sections submitted separately will not be accepted. H. Pipeline projects should be recorded linearly from beginning to end. 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures 01 35 00 - 1 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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. It is anticipated that the following two (2) City of Corpus Christi projects will be under construction at the same time as this project: Gollihar Road From Kostoryz Road to Weber Road (City Project E13088 & E13089) and Gollihar Road From Staples Street to Weber Road (City Project No. E13087). The contractor of this project shall meet, at times requested by the city, with the city, other contractors, and respective engineer to establish traffic control plans and construction schedules that will minimize impacts to the general public. The City will make final decisions on the traffic control plans and project schedules for the three (3) projects in these meetings and the contractors must abide by the final decisions. B. Work shall be completed within the specified time for these items: Description Time Phase 2a- Contractor shall construct the storm water improvements shown in the plans in Phase 2a prior to beginning any work on Phase 2 construction. 15 days Phase 3a- Contractor shall construct the storm water improvements shown in the plans in Phase 3a prior to beginning any work on Phase 3 construction. 15 days Gollihar intersection utility tie-ins and roadway construction This work shall coincide with City Projects 13088, 13089, and 13087. The intersection work for Carroll Lane/Gollihar shall coincide with the appropriate phase of work in the 13088, 13089, and 13087 projects. The intersection shall be constructed in quadrants in close coordination with the Contractor(s) of those projects. 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. Special Procedures 01 35 00 - 2 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 11-25-2013 1.02 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Pipelines or wastewater systems, 4. Communications equipment, and 5. Other designated functions. B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; 6. Plan of Action to handle emergencies; 7. List of manpower, equipment, and ancillary supplies; 8. Backups for key pieces of equipment and key personnel; 9. Contingency plan that will be used if the original schedule cannot be met; and C. Submit plan 2 weeks prior to beginning the Work. 1.03 CRITICAL OPERATIONS A. The Owner has identified critical operations that must not be out of service longer than the designated maximum time out of service and/or must be performed only during the designated times. These have been identified in the table below: Critical Operation Max. Time Out of Operation Hours Operation can be Shut Down Liquidated Damages ($ per hour) 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. Special Procedures 01 35 00 - 3 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 11-25-2013 E. Liquidated damages will be assessed if Work on critical operations is not completed within the time indicated. 1.04 OWNER ASSISTANCE A. The Owner will assist the Contractor in draining the existing pipelines as much as possible through existing blow-off valves. The Contractor will be responsible for providing dewatering pumps, etc. required to completely dewater the facilities and handle any leakage past closed valves, gates or adjacent structures. B. The Owner will assist the Contractor in providing signal timing adjustments as necessary at the Carroll Lane/McArdle and Carroll Lane/Gollihar intersections. The Contractor shall coordinate with the City Traffic Engineering Department at minimum of 72 hours in advance of any signal timing adjustments. C. The Owner will perform all gas line adjustments and relocations. The Contractor shall coordinate with the City Utilities Department a minimum of 1 week in advance of work zone closures for gas line work, and shall provide backfill and compaction immediately upon City’s completion of gas line work. The Contractor shall perform gas valve box adjustments to finished grades. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Quality Management 01 40 00 - 1 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 40 00 - 2 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 40 00 - 3 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 40 00 - 4 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 40 00 - 5 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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; l. 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 01 40 00 - 6 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 40 00 - 7 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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. j. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. Quality Management 01 40 00 - 8 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 Temporary Facilities and Controls 01 50 00 - 1 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 50 00 - 2 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 50 00 - 3 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 50 00 - 4 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 Controls 01 57 00 - 1 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 57 00 - 2 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 57 00 - 3 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 57 00 - 4 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 57 00 - 5 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 11-25-2013 entering the storm water system. Sheet flow and ponding is to allow solids screening and/or settling prior to entering a storm water conduit or inlet. D. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharges groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream, the Corpus Christi Bay. E. Testing of groundwater quality is to be performed by the Contractor, at the Contractor’s expense, prior to commencing discharge and shall be retested by the Contractor, at the Contractor’s expense, a minimum of once a week. Contractor shall coordinate with the Owner on all testing. Tests will also be performed as each new area of construction is started. F. Another option for disposal of groundwater by Contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Designer on a case by case basis. G. Prior to Pumping groundwater from a trench to the sanitary sewer system the Contractor shall contact Wastewater Pre-treatment Coordinator to obtain a “no cost” permit from the Owner’s Waste Water Department. Contractor will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. 1.12 DISPOSAL OF CONTAMINATED GROUNDWATER-NONE A. An allowance will be included in the Bid for the unanticipated disposal of contaminated groundwater. This allowance may not be needed but is provided in case contaminated groundwater is encountered during the course of the Project and does not meet the water quality requirements for discharge into the storm water or wastewater systems. This allowance includes all materials, tools, equipment, labor, transportation, hauling, coordination, and proper disposal of the contaminated water at an approved landfill, deep water injection well, or other site as agreed to by the Designer. Suggested disposal facilities would be [US Ecology (USET) in Robstown, Texas or Texas Molecular in Corpus Christi, Texas]. B. The payment for this Work will be based on the Contractor’s actual costs and will be negotiated. Payment will not include costs associated with dewatering which is paid for under [Bid Items X, Y, Z]. 1.13 DISPOSAL OF HIGHLY CHLORINATED WATER A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner’s requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine, which exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory agencies in the disposal of all water used in the Project. Include a description Temporary Controls 01 57 00 - 6 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 11-25-2013 and details for disposal of this water in a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Do not use the Owner’s sanitary sewer system for disposal of contaminated water. 1.14 WINDSTORM CERTIFICATION A. All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by IBC 2009. Contractor shall be responsible for contracting with a licensed structural engineer in the State of Texas to perform all inspections and provide documentation for windstorm certification to the Texas Board of Insurance. The Contractor shall be responsible for providing all necessary design/assembly documentation for all new windows, doors, louvers, etc. to the windstorm engineer/inspectors required to conform with the requirements of the Texas Department of Insurance. 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials that comply with Laws and Regulations. 3.00 EXECUTION 3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS A. Construct temporary controls in accordance with Laws and Regulations. B. Maintain controls in accordance with regulatory requirements where applicable, or in accordance with the requirements of the Contract Documents. C. Remove temporary controls when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls while they are still required. END OF SECTION Execution and Closeout Requirements 01 70 00 - 1 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 70 00 - 2 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 01 70 00 - 3 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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 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. 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. (7) 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 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 ½ 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 025205 PAVEMENT REPAIR, CURB, GUTTER, SIDEWALK AND DRIVEWAY REPLACEMENT 1. DESCRIPTION This specification shall govern the removal and replacing of all types of pavements and surfacing required to complete the project. 2. MATERIALS Unless otherwise specified on the drawings, materials and proportions used along with this specification shall conform to the respective following specifications: City Standard Specifications Section 022020 “Excavation and Backfill for Utilities” Section 022100 “Select Material” Section 025223 "Crushed Limestone Flexible Base” Section 025424 "Hot Mix Asphaltic Concrete Pavement" Section 025610 "Concrete Curb and Gutter" Section 025612 "Concrete Sidewalks and Driveways" Section 025620 “Portland Cement Concrete Pavement” Section 030020 "Portland Cement Concrete", Class "A" Concrete Section 032020 "Reinforcing Steel" Section 038000 "Concrete Structures". 3. METHOD OF CUTTING The outline of the trench shall be marked upon the surface of the pavement to be cut, and all cuts into the pavement shall be saw-cut as nearly vertical as it is possible to make them. All unwanted materials removed shall be disposed of by the Contractor and shall not be used as backfill material. 4. BACKFILL OF TRENCH Excavation and backfilling of trench shall be in accordance with City Standard Specification Section 022020 “Excavation and Backfill for Utilities.” 5. REPLACING STREET AND OTHER PAVEMENT All pavements, driveways, sidewalks, and curbs and gutters which are cut shall be replaced in a workmanlike manner, with like or better materials or per pavement repair details on the drawings. 025205 Page 1 of 2 Rev. 3-25-2015 6. REPLACING DRIVEWAY PAVEMENT On all concrete driveway pavements, the replacement shall consist of a reinforced Class "A" concrete slab with a minimum thickness of six (6) inches. The type of finish for the replaced section shall be the same as that appearing on the old pavement. Reinforcement shall be #4 bars at 12 inches each way with additional diagonal bars as indicated on the drawings. Any other type shall be replaced with like or better replacement. Replacement shall, in general, be to original joint or score mark. 7. REPLACING SIDEWALKS On all sidewalk pavements, the replacement shall consist of a reinforced Class "A" concrete slab four (4) inches thick. The type of finish for the replaced section shall be the same as that appearing on the old sidewalk. Replacement shall, in general, be to original joint or score marks. Reinforcement shall be 4" x 4" - W2.9 x W2.9 welded wire fabric located at mid-depth in the slab. 8. REPLACING CURB AND 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. 9. REPAIRING STREET SHOULDERS AND UNIMPROVED STREETS On streets or roads without curb and gutter where a shoulder is disturbed, it shall be restored to like or better condition. The shoulder surface shall be rolled to an acceptably stable condition. 10. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, pavement repair shall be measured by the square yard of the type of repair specified; curb and gutter replacement shall be measured by the linear foot; and sidewalk and driveway replacement shall each be measured by the square foot. Payment will be made at the unit price bid for the completed work and shall be full compensation for all labor, materials, equipment, tools, and incidentals required to complete the work. No separate measurement or payment will be made for subgrade compaction, sand leveling course, geogrid, ordinary backfill, cement-stabilized sand backfill, flexible base, prime coat, hot-mix asphaltic concrete, etc. 025205 Page 2 of 2 Rev. 3-25-2015 SECTION 025210 LIME STABILIZATION 1. DESCRIPTION This specification shall consist of treating the subgrade, subbase or base by the pulverizing, addition of lime, mixing and compacting the mixed material to the required density. This specification applies to natural ground, embankment, existing pavement structure or proposed base, and shall be constructed as specified herein and in conformity with the typical sections, lines and grades as shown on the plans or as established by the Engineer. 2. MATERIALS (1) The lime shall be a commercially produced "Hydrated Lime" in accordance with AASHTO M216, or in accordance with TxDOT Specification Item 260. The specifications apply specifically to the normal hydrate of lime made from "high- calcium" type limestone. Hydrated lime for stabilization purposes shall be applied as a slurry. (2) Lime to be used for the treated subgrade, existing subbase, existing base or proposed base is determined by preliminary tests and shall be applied at a rate indicated on the drawings, but no less than 6%. 3. EQUIPMENT The machinery, tools and equipment necessary for proper prosecution of the work shall be on the project and approved by the Engineer prior to the beginning of construction operations. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. Hydrated lime shall be stored and handled in closed weatherproof containers until immediately before distribution on the roadbed. If storage bins are used, they shall be completely enclosed. Hydrated lime in bags shall be stored in weatherproof buildings with adequate protection from ground dampness. If lime is furnished in trucks, each truck shall have the weight of lime certified on public scales. If lime is furnished in bags, each bag shall bear the manufacturer's certified weight. Bags varying more than 5 percent from that weight may be rejected and the average weight of bags in any shipment, as shown by weighing 50 bags taken at random, shall not be less than the manufacturer's certified weight. 025210 Page 1 of 4 Rev. 10-30-2014 4. CONSTRUCTION METHODS General - It is the primary requirement of this specification to secure a completed course of treated material containing a uniform lime mixture, free from loose or segregated areas, of uniform density and moisture content, well bound for its full depth and with a smooth surface suitable for placing subsequent courses. It shall be the responsibility of the Contractor to regulate the sequence of his work, to use the proper amount of lime, maintain the work and rework the courses as necessary to meet the above requirements. Application - Lime shall be spread only on that area where the first mixing operations can be completed during the same working day. Unless otherwise shown on drawings, lime shall be applied at a rate in pounds of dry-hydrated lime per square yard, in the form of a slurry. Application rate may be varied by the Engineer, if conditions warrant, but no less than 6% must be applied. Certification of lime quantity and quality shall be provided as required to monitor the application. Certification should be in the form of weight tickets which indicate the actual weight of dry hydrated lime, CA(OH)2 . The application and mixing of lime with the material shall be accomplished by the method hereinafter described. The lime shall be mixed with water in trucks with approved distributors and applied as a thin water suspension or slurry. Mixing - The mixing procedure shall be as hereinafter described. (a) First Mixing: The material and lime shall be thoroughly mixed by approved road mixers or other approved equipment, and the mixing continued until, in the opinion of the Engineer, a homogeneous, friable mixture of material and lime is obtained, free from all clods or lumps. Materials containing plastic clays or other material which will not readily mix with lime shall be mixed as thoroughly as possible at the time of the lime application, brought to the proper moisture content and left to cure 1 to 4 days as directed by the Engineer. During the curing period, the material shall be kept moist as directed. (b) Final Mixing: After the required curing time, the material shall be uniformly mixed by approved methods. If the soil binder-lime mixture contains clods, they shall be reduced in size by raking, blading, discing, harrowing, scarifying or the use of other approved pulverization methods so that, when all nonslaking aggregates retained on the No. 4 sieve are removed, the remainder of the material shall meet the following requirements when tested dry by laboratory sieves: 025210 Page 2 of 4 Rev. 10-30-2014 Percent Minimum Passing 1" Sieve .................................................. 100 Minimum Passing No. 4 Sieve ............................................. 85 Old bituminous wearing surface shall be pulverized so that 100% will pass a 2 ½" sieve. During the interval of time between applications and mixing, hydrated lime that has been exposed to the open air for a period of 6 hours or more, or to excessive loss due to washing or blowing, will not be accepted for payment. Compaction - Compaction of the mixture shall begin immediately after final mixing and in no case later than 3 calendar days after final mixing, unless approval is obtained from the Engineer. The material shall be aerated or sprinkled as necessary to provide the optimum moisture. Compaction shall begin at the bottom and shall continue until the entire depth of mixture is uniformly compacted as hereinafter specified. If the total thickness of the material to be treated cannot be mixed in one operation, the previously mixed material shall be bladed to a windrow just beyond the area to be treated and the next layer mixed with lime as previously specified. The first layer of the material shall be compacted in such a manner that the treated material will not be mixed with the underlying material. The course shall be sprinkled as required to maintain moisture content on the wet side of optimum and compacted to the extent necessary to provide the specified density. Unless shown otherwise on the drawings, all lime treated subgrades, sub-bases, and bases that are not in direct contact with surface or binder course shall be compacted to a minimum of 95% Standard Proctor density (AASHTO T99), unless otherwise specified. In addition to the requirements specified for density, the full depth of the material shown on the plans shall be compacted to the extent necessary to remain firm and stable under construction equipment. After each section is completed, tests, as necessary, will be made by the Engineer. If the material fails to meet the density requirements, it shall be reworked as necessary to meet these requirements. Rework, when required to meet pulverization requirements or density requirements, shall include the addition of lime, about 10% to 15% of the initial application rate, or as deemed necessary by the Engineer. A new optimum density will be obtained. Throughout this entire operation, the shape of the course shall be maintained by blading, and the surface, upon completion, shall be smooth and in conformity with the typical section shown on the drawings and to the established lines and grades. 025210 Page 3 of 4 Rev. 10-30-2014 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, lime stabilization for bases, sub-bases and subgrade shall be measured by the square yard of lime-stabilized material in place. Pulverizing, mixing, watering grading, compacting, working material etc., shall not be measured for pay but shall be subsidiary to other work. Payment shall be full compensation for all materials, labor, equipment, tools, and incidentals necessary for the completion of work. 025210 Page 4 of 4 Rev. 10-30-2014 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 60º F and falling, but it may be applied when the air temperature is above 50º F and is rising; the air temperature being taken in the shade and away from artificial heat. Asphalt material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. 2. MATERIALS The asphalt material used for the prime coat shall be MC-30 medium-curing cutback asphalt or AE- P asphalt emulsion prime, unless otherwise specified, and when tested by approved laboratory methods shall meet the requirements of City Standard Specification Section 025404 "Asphalts, Oils and Emulsions". Blotter material shall be native sand. 3. CONSTRUCTION METHODS When, in the opinion of the Engineer, the area and/or base is satisfactory to receive the prime coat, the surface shall be cleaned of dirt, dust, and other deleterious matter by sweeping or other approved methods. If found necessary by the Engineer, the surface shall be lightly sprinkled with water just prior to application of the asphalt material. The asphalt material shall be applied on the clean surface by an approved type of self-propelled pressure distributor so operated as to distribute the material in the quantity specified, evenly and smoothly under a pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of the asphalt material in all of the heating equipment and in the distributor, for determining the rate at which it is applied, and for securing uniformity at the junction of two distributor loads. All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphalt material shall be kept clean and in good operating condition at all times, and they shall be operated in such manner that there will be no contamination of the asphalt material with foreign material. It shall be the responsibility of the Contractor to provide and maintain in good working order a recording thermometer at the storage-heating unit at all times. The distributor shall have been recently calibrated and the Engineer shall be furnished an accurate and satisfactory record of such calibration. After beginning of the work, should the yield on the asphalt material applied appear to be in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work. Prime shall be applied at a temperature within the recommended range per City Standard 025412 Page 1 of 2 Rev. 10-30-2014 Specification Section 025404 "Asphalts, Oils and Emulsions", with that range being 70 to 150 degrees F. Application rate shall be not less than 0.15 gallon per square yard, unless otherwise specified. The Contractor shall be responsible for the maintenance of the surface until the Engineer accepts the work. No traffic hauling or placement of any subsequent courses shall be permitted over the freshly applied prime coat until authorized by the Engineer. Spread blotter material before allowing traffic to use a primed surface. Allow sufficient time for the prime coat to cure properly before applying surface treatment or asphaltic concrete pavement. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, prime coat shall be measured by the gallon of asphalt material applied. Payment shall include furnishing, heating, hauling and distributing the asphalt material as specified; for furnishing, spreading and removing sand blotter material; for all freight involved; and for all manipulation, labor, materials, tools, equipment and incidentals necessary to complete the work. 025412 Page 2 of 2 Rev. 10-30-2014 SECTION 025424 HOT MIX ASPHALTIC CONCRETE PAVEMENT (Class A) 1. DESCRIPTION This specification shall govern all work required for furnishing and laying Hot Mix Asphalt Concrete (HMAC) surface, binder and base courses required to complete the project. All subsurface utilities must be inspected, tested, and accepted prior to any paving. 2. MATERIALS 2.1. Aggregate. The aggregate shall consist of a blend of course aggregate, fine aggregate and, if required, a mineral filler. 2.1.1. Coarse Aggregate shall consist of that fraction of aggregate retained on a No. 10 sieve and shall consist of crushed furnace slag, crushed stone, or crushed gravel. Deleterious material in course aggregate shall not exceed 2% per TxDOT Test Method TEX-217-F. Course aggregate shall be crushed such that a minimum of 85% of the particles have more than one crushed face, unless noted otherwise on the plans. Los Angeles abrasion losses for course aggregate shall not exceed 40% by weight for the surface course and 45% for the binder and base courses per TxDOT Test Method TEX-410-A. Polish Value not less than 30 for aggregate used in the surface course per TxDOT Test Method TEX-438-A. 2.1.2. Fine Aggregate is defined as the fraction passing a No. 10 sieve and shall be of uniform quality. Fine aggregate shall consist of screenings of material that pass the Los Angeles abrasion requirements in paragraph 2.1.1 above. Screenings shall be blended with a maximum of 15% uncrushed aggregate or field sand for Type D mixes, or a maximum of 10% uncrushed aggregate or field sand for Type A, B, and C mixes. Grading of fine aggregate shall be as follows: Sieve Size Percent Passing by Weight No. 10 100 No. 200 0-15 025424 Page 1 of 8 Rev. 3-25-2015 2.1.3 Filler shall consist of dry stone dust, Portland cement, hydrated lime, or other mineral dust approved by the Engineer. Grading of filler shall be as follows: Sieve Size Minimum Percent Passing by Weight No. 30 95 No. 80 75 No. 200 55 2.2. Reclaimed Asphalt Pavement (RAP). Reclaimed asphalt pavement may be incorporated into the hot mix asphalt concrete furnished for the project, provided that the mixture is designed per the TxDOT Methods and meets the applicable provisions of said TxDOT Item 340 and this specification. 2.3. Asphalt. Asphalt Material shall be in accordance with Standard Specification Section 025404 "Asphalt, Oils and Emulsions" and AASHTO. 2.3.1. Paving Mixture: APPLICATION ASPHALT GRADE Residential or low volume PG 64-22 Collector Surface Course PG 70-22 Binder Course PG 64-22 Arterial Surface Course PG 76-22 Binder Course PG 64-22 Base Courses 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 B C D Course Base Fine Base Course Surface 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 4 of 8 Rev. 3-25-2015 delivery vehicles, and produce the surface tolerances herein required. It shall be wide enough to lay a 28-foot street (back-to-back of curbs) in a maximum of two passes. 4.6. Rollers. All rollers shall be self-propelled and of any type capable of obtaining the required density. Rollers shall be in satisfactory operating condition and free from fuel, hydraulic fluid, or any other fluid leaks. 5. STORAGE, PROPORTIONING AND MIXING 5.1. Storage and Heating of Asphalt Materials. Asphalt cement shall not be heated to a temperature in excess of that recommended by the producer. Asphalt storage equipment shall be maintained in a clean condition and operated in such a manner that there will be no contamination with foreign matter. 5.2. Feeding and Drying of Aggregates. The feeding of various sizes of aggregate to the dryer shall be done in such a manner that a uniform and constant flow of materials in the required proportions will be maintained. In no case shall the aggregate be introduced into the mixing unit at a temperature in excess of 350 degrees F. 5.3. Proportioning. All materials shall be handled and proportioned in a manner that yield an acceptable mixture as herein specified and as defined by the 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 025802 TEMPORARY TRAFFIC CONTROLS DURING CONSTRUCTION 1. DESCRIPTION This specification shall govern all work required for Temporary Traffic Controls during construction. The work shall include furnishing, installing, moving, replacing, and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary detours, temporary striping and markers, flagger, temporary drainage pipes and structures, blue business signs, and such temporary devices as necessary to safely complete the project. 2. MATERIALS Traffic control devices shall conform to the latest edition of the "Texas Manual on Uniform Traffic Control Devices", unless indicated otherwise on the Traffic Control Plan. 3. METHODS Sufficient traffic control measures shall be used to assure a safe condition and to provide a minimum of inconvenience to motorists and pedestrians. If the Traffic Control Plan (TCP) is included in the drawings, any changes to the TCP by the Contractor shall be prepared by a Texas licensed professional engineer and submitted to the City Traffic Engineer for approval, prior to construction. If the TCP is not included in the drawings, the Contractor shall provide the TCP prepared by a Texas licensed professional engineer and submit the TCP to the City Traffic Engineer for approval, prior to construction. The Contractor is responsible for implementing and maintaining the traffic control plan and will be responsible for furnishing all traffic control devices, temporary signage and ATSSA certified flaggers. The construction methods shall be conducted to provide the least possible interference to traffic so as to permit the continuous movement of traffic in all allowable directions at all times. The Contractor shall cleanup and remove from the work area all loose material resulting from construction operations at the end of each workday. All signs, barricades, and pavement markings shall conform to the BC standard sheets, TCP sheets and the latest version of the "Texas Manual on Uniform Traffic Control Devices". The Contractor may be required to furnish additional barricades, signs, and warning lights to maintain traffic and promote motorists safety. Any such additional signs and barricades will be considered subsidiary to the pay item for traffic control. All signs, barricades, and posts will be either new or freshly painted. The contractor and any traffic control subcontractor must be ATSSA certified for Traffic Control. 025802 Page 1 of 3 Rev. 10-30-2014 A competent person, responsible for implementation of the TCP and for traffic safety, shall be designated by the Contractor. The name and off-hours phone number of the competent person shall be provided in writing at the Pre-Construction Conference. The competent person shall be on site, during working hours and on call at all times in the event of off-hour emergency. The contractor must provide temporary blue sign boards that direct traffic to businesses and driveways during each phase of construction – see example below. The sign boards may be either skid mounted or barrel mounted. The City will assist the contractor in determining which businesses and driveways will receive signage during various construction phases. The provision, installation, and removal of signage will be considered to be subsidiary to the contract items provided for “Traffic Control.” Example Blue Sign 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, temporary traffic controls during construction shall be measured as a lump sum. Payment shall include, but not be limited to, furnishing, installing, moving, replacing and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary striping and markers, flaggers, removable and non-removable work zone pavements markings and signage, channelizing devices, temporary detours, temporary flexible-reflective roadway marker tabs, temporary traffic markers, temporary drainage pipes and structures, blue business signs, and such temporary devices and relocation of existing signs and devices. Payment shall be full compensation for all labor, equipment, materials, personnel, and incidentals necessary to provide a safe condition during 025802 Page 2 of 3 Rev. 10-30-2014 construction of all phases and elements of the project and to complete the work. Payment will be made on the following basis: The initial monthly estimate will include 50% of the lump sum bid amount minus retention (typically 5%). The balance will be paid with the final estimate, upon completion of the project. 025802 Page 3 of 3 Rev. 10-30-2014 SECTION 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 < 2º 80 feet (maximum) 24 inches Curve > 2º 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% Na 3 PO4 by weight) or an approved equal solution. After scrubbing, the solution shall be rinsed off and the surface dried prior to marking. 3.4 Layouts and Alignments - Suitable layouts and lines of proposed stripes shall be spotted in advance of the marking application. Control points shall be spaced at such intervals as will insure accurate location of all markings. The Contractor shall provide an experienced technician to supervise the location, alignment, layout, dimensions, and application of the markings. At least 72 hours prior to applying the permanent pavement markings, the Contractor shall notify the Engineer and City Construction Inspector to obtain City approval for the location, alignment and layout of the pavement markings. 3.5 Application - Markings shall be applied at the locations and to the dimensions and spacing indicated on the plans or as specified. Markings shall not be applied until the layouts, indicated alignment, and the condition of the existing surface have been approved by the Engineer. In the application of straight stripes, any deviation of the edges exceeding 1/2 inch in 50 feet shall be obliterated and the marking corrected. The width of the markings shall be as designated within a tolerance of 5%. All markings shall be performed to the satisfaction of the Engineer. Paint shall be applied uniformly by suitable equipment at a rate of not less than 105 or more than 115 square feet per gallon. The Contractor shall furnish a certified report on the quality of materials ordered for the work. This report shall not be interpreted as a basis for final acceptance. The Engineer shall be notified upon arrival of shipment for inspecting and sampling of the materials. When required, all emptied containers shall be 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) 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. (8) Clean-Up. At all times, the project site shall be kept free of all unnecessary traffic hazards. Upon completion of the work, the Contractor shall remove all rubbish from the work site, and shall clean and restore the area to a manner acceptable to the Engineer. Also, all damage done by the Contractor during the prosecution of the work must be repaired. Before acceptance, the work site must be neat and in a presentable condition throughout. No extra compensation will be allowed for fulfilling these clean-up requirements. 5. PERFORMANCE (1) Adhesion. Installed pavement markings shall adhere to the pavement sufficiently to prevent lifting, shifting, smearing, spreading, flowing or tearing by traffic. (2) Appearance. In addition to complying with all requirements listed herein, pavement markings shall present a neat, uniform appearance, and shall be free of unsightly conditions. Markings shall be free of ragged edges, misshapen lines or contours, and splices in transverse markings. (3) Visibility. The pavement marking material, in place on the roadway, shall have uniform and distinctive retro-reflectance when observed in accordance with TxDOT Test Method Tex- 828-B. (4) Observation Period. All material, workmanship and labor furnished shall be covered by manufacturer’s guarantee and/or warranty for a period of 12 months commencing on the final delivery date of the materials. Pavement markings that fail to meet all requirements of this specification shall be removed and replaced at the expense of the Contractor within 30 working days following notification by the Engineer of such failure. All replacement pavement markings shall also meet all requirements of this specification for the same warranty period after installation. 025813 Page 2 of 3 Rev. 3-25-2015 6. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, preformed striping, words and emblems shall be measured by each type and color indicated on the Bid Form including preformed arrows and words or other symbols as indicated in the Bid Form. Payment shall be full compensation for cleaning the pavement by any suitable means other than blast cleaning, for furnishing and placing all materials, and for all labor, tools, equipment and incidentals necessary to complete the work. 025813 Page 3 of 3 Rev. 3-25-2015 SECTION 025816 RAISED PAVEMENT MARKERS 1. DESCRIPTION This specification shall govern all work required for furnishing and installing Raised Pavement Markers required to complete the project. 2. MATERIALS RAISED PAVEMENT MARKERS shall conform to Reference Specification Section 025818 "Pavement Markers (Reflectorized)" (TxDOT Departmental Material Specification 4200). Unless indicated otherwise on the drawings, raised pavement markers and traffic buttons shall be of the type to be applied to the roadway surface with a non-integral adhesive. Types of raised pavement markers shall be as follows: TYPE DESCRIPTION I-A One face shall reflect amber light and the body other than the reflective face shall be yellow. I-C One face shall reflect white light and the body other than the reflective face shall be white, silver or light gray. I-R One face shall reflect red light and the body other than the reflective face shall be white, silver or light gray, or may be one-half red 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) TEXAS DEPARTMENT OF TRANSPORTATION 1 – 7 EFFECTIVE DATE: JANUARY 2010 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. DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) TEXAS DEPARTMENT OF TRANSPORTATION 2 – 7 EFFECTIVE DATE: JANUARY 2010 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 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) TEXAS DEPARTMENT OF TRANSPORTATION 3 – 7 EFFECTIVE DATE: JANUARY 2010 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. DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) TEXAS DEPARTMENT OF TRANSPORTATION 4 – 7 EFFECTIVE DATE: JANUARY 2010 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. DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) TEXAS DEPARTMENT OF TRANSPORTATION 5 – 7 EFFECTIVE DATE: JANUARY 2010 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. DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) TEXAS DEPARTMENT OF TRANSPORTATION 6 – 7 EFFECTIVE DATE: JANUARY 2010 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 lb. 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 lb. load. The following equation is used to determine the quality index value: QX L S L sL() / 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 change in physical or optical properties when subjected to the requirements of Tex-846-B. The temperature will be 140°F with the marker in a vertical position. The SI of the pavement marker must not be less than 80% of its initial value after being subjected to the heat test. DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) TEXAS DEPARTMENT OF TRANSPORTATION 7 – 7 EFFECTIVE DATE: JANUARY 2010 F. Impact Test. The RPMs will be impact tested during the pre-qualification process. They will be impacted with a 20-lb. 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. DEPARTMENTAL MATERIALS SPECIFICATION BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS TEXAS DEPARTMENT OF TRANSPORTATION 1 – 3 LAST REVIEWED: SEPTEMBER 2014 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. DEPARTMENTAL MATERIALS SPECIFICATION BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS TEXAS DEPARTMENT OF TRANSPORTATION 2 – 3 LAST REVIEWED: SEPTEMBER 2014 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 ASTM D 5 Viscosity, 135°C (275°F) Pa-s (Poises) 1.2 (12) ASTM D 2171 Viscosity Ratio, 135°C (275°F) 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: 45 μm (No. 325) 75 μm (No. 200) 150 μm (No. 100) 75 95 100 -- -- -- ASTM C 430, as modified in Section 6130.4. 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 DEPARTMENTAL MATERIALS SPECIFICATION BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS TEXAS DEPARTMENT OF TRANSPORTATION 3 – 3 LAST REVIEWED: SEPTEMBER 2014 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 µm 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 µm (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 µm (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 60 lb.) 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 (15 lb.) 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. 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 90º 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 = S D (P)½ or L = N D (P)½ 133,200 7,400 Asbestos - Cement Pipe, AWWA C603 L = N D (P)½ 4,000 PVC Pipe - Uni-bell equation 99 L = N D (P)½ 7,400 WHERE: L = Maximum Allowable Leakage (gallons/hour) S = Length of Pipe Tested (feet) N = Number of Joints in Tested Line (pipe and fittings) D = Nominal Diameter of Pipe (inches) P = Average Test Pressure (psi) If the pressure system fails to meet the leakage requirements, the Contractor shall make the required repairs to the system and the system shall be retested. This procedure shall be repeated until the system complies with leakage requirements. The cost of each retest shall be $100. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, hydrostatic testing of pressure systems will not be measured for pay, but shall be subsidiary to the installation of the pressure system component. 026202 Page 2 of 2 Rev. 10-30-2014 SECTION 026206 DUCTILE IRON PIPE AND FITTINGS 1. DESCRIPTION This specification shall govern all work necessary for furnishing all ductile iron pipe and fittings required to complete the project. 2. GENERAL All ductile iron pipe shall conform to AWWA C151. The interior of pipe and fittings (excluding fittings for wastewater force mains) shall have a shop-applied cement-mortar lining (40 mils thick) in accordance with AWWA C104. The exterior of pipe and fittings shall have a coating of coal tar enamel of approximately 1 mil thick or as specified in AWWA C105. Ductile iron pipe shall be wrapped in two plys of 8-mil polyethylene in accordance with Section 026402 "Waterlines" of the City Standard Specifications. 3. FITTINGS All fittings shall be ductile iron and in accordance with AWWA C153. Fittings shall have a pressure rating of 250 psi for sizes through 12" and 150 psi for 14" and larger sizes, unless shown differently on the drawings. Unless noted otherwise on the drawings, Mechanical Joints shall be used. 4. JOINTS Joints for pipe shall be mechanical type or push-on type such as "Tyton Joint", or approved equal; joints for fittings shall be mechanical joints, unless shown otherwise on the drawings. Mechanical joints shall conform to AWWA C153. Mechanical joints shall be furnished complete with joint material, Cor-ten nuts, Cor-ten bolts, glands and gaskets. When restrained joints are indicated on the drawings, restrained joints for pipe and fittings of 12" diameter and less shall be mechanical joint with retainer gland Series 1100 by EBAA Iron or approved equal, with a minimum of 250 psi rated working pressure. Restrained joints for pipe and fittings over 12" in diameter shall be push on type with a retainer ring as LOK-RING or FLEX-RING by American Ductile Iron Pipe, or TR FLEX by U.S. Pipe, or approved equal. Gaskets shall be of synthetic rubber. An analysis of the material used in each size gasket showing the type of synthetic rubber and that no natural rubber is present shall be supplied. 026206 Page 1 of 3 Rev. 10-30-2014 5. PIPE Pressure class ductile iron pipe requirements: Pressure Wall Range of Maximum Diameter Class Thickness Allowable Depth Cover (inches) (psi) (inches) (feet) - (feet) A - B* 4# 350 0.25 60+ 6 350 0.25 30 - 65 8 350 0.25 20 - 50 10# 350 0.26 15 - 45 12 350 0.28 15 - 44 14# 300 0.30 13 - 42 16 300 0.32 13 - 39 18 300 0.34 13 - 36 20 300 0.36 13 - 35 24 250 0.37 11 - 29 24+ x x x * Range of maximum allowable depth of pipe where: A = Ground water, or unstable bottom, or quick condition. B = Ideal trench conditions, and sand encasement is at an average density in excess of 90% Standard Proctor density. # Pipe sizes not typically specified on City projects, but shown for reference. x Requires special evaluation. The face of bells shall be plainly marked by color coding for classes so as to be readily identified in the field. 6. CERTIFICATIONS A certification shall accompany each order of pipe and fittings furnished to job site. Certification shall include the following items: indicate that pipe complies with Part 3 of this specification; indicate that fittings and joints comply with Part 4 of this specification (it should be noted that the supplier shall furnish sufficient technical material for the Engineer to determine whether or not push- on joints can comply with the "or equal" clause); and a copy of a laboratory analysis of the material used in each size gasket showing the type of synthetic rubber and that no natural rubber is present. 026206 Page 2 of 3 Rev. 10-30-2014 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, ductile iron pipe shall be measured by the linear foot along the centerline for each size of pipe installed. Measurement of pipe shall be up to, but not include, the fittings. Ductile iron fittings shall be measured per each by the type and size, as indicated in the Bid Form. Payment shall include all labor, materials, tools and equipment for the completed installation and testing of the waterline, together with all incidentals necessary to install the pipe and fittings complete in place. 026206 Page 3 of 3 Rev. 10-30-2014 SECTION 026210 POLYVINYL CHLORIDE PIPE (AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) 1. DESCRIPTION This specification shall govern all work necessary for furnishing all PVC pipe (AWWA C900 and C905) required to complete the project. 2. MATERIAL PVC pipe shall be made of Class 12454-A or Class 12454-B virgin compounds, as defined in ASTM D1784 with an established hydrostatic-design-basis of 4000 psi for water at 73.4 degrees F. 3. DIMENSIONS Pipe shall be manufactured to ductile iron pipe equivalent outside diameters. 4. JOINT Pipe shall have a gasket bell end with a thickened wall section integral with the pipe barrel. The use of solvent weld pipe shall not be allowed. 5. GASKETS Gaskets for jointing pipe shall be in accordance with ASTM F477 (High Head). 6. PIPE PRESSURE CLASS AND DIMENSION RATIO Unless indicated otherwise on the drawings, pipe shall have a dimension ratio (DR) of 18 and in accordance with: Pipe Size Designation 4" to 12" AWWA C900 Over 12" AWWA C905 7. CAUSE FOR REJECTION 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 1-½" & 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 1-½" 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 O-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 (2-½") 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 (2-½") National Standard thread (7-½ 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. l) 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 (5-¼") 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 finish grade. Hydrants and fittings shall be stored on timber and kept clean. The interior surfaces of hydrants and fittings shall be washed and sterilized with approved sterilizing agent, if requested by the Engineer at the time of installation. 4. CERTIFICATION The manufacturer shall furnish to the Engineer two (2) certified sets of prints showing complete details and dimensions of the hydrant. The manufacturer shall furnish to the Engineer one (1) certified copy of the physical tests of all metals used in the manufacture of the fire hydrant that is normally manufactured and that will meet these specifications. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, fire hydrants will be measured as a unit per each. Payment shall include, but not be limited to, furnishing and installing the complete fire hydrant assembly with valve, 6-inch line and fitting on the main; and shall be full compensation for all labor, materials, tools, equipment and incidentals required to properly complete the work. 026416 Page 3 of 3 Rev. 3-25-15 SECTION 027200 CONTROL OF 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: _________________________ Lift Station No. (if applicable):_________________ Start Date & Time: _____________________ 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: ______________________________ Phone: _________________________________ Name: ______________________________ Phone: _________________________________ Additional Notes: _____________________________________________________________________________________ _____________________________________________________________________________________ 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 ½-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 Z1, or pre-approved equal, and shall have the seating surface of ring and cover machined to secure a snug fit per the City Standard Wastewater Details. All storm water manholes shall be East Jordan Iron Works, Inc. product V1168 assembly, and for school zones shall be a bolted assembly per the City Standard Storm Water Details. Steps are not required for wastewater and storm water manholes. Joint material for precast concrete manholes shall be Ram-Nek Flexible Plastic Gaskets as manufactured by K. T. Snyder Company, Houston, Texas, or an approved equal. 3. EXCAVATION The Contractor shall do all necessary excavation for the various manholes, conforming to size and dimensions shown on plans plus a maximum of four (4) feet working room. Excavation shall not be carried to greater depth than required. Subgrade under manhole footings shall be compacted to not less than 95% Standard Proctor density. Shoring shall be the responsibility of the Contractor and shall be installed as necessary. Shoring shall not be removed or backfilled around until entire manhole is completed, unless authorized by the Engineer. Shoring shall remain in place at least twenty-four (24) hours after concrete work has been completed. 027202 Page 1 of 3 Rev. 3-25-2015 4. CONCRETE MANHOLES (STORM WATER ONLY) (1) Formed-in-Place Manholes: Where formed concrete is used, forms shall be built to dimensions shown on the standard details. Inserts and openings shall be formed so concrete will not be injured during process of stripping forms. Forms shall be braced and tied to prevent spreading or bulging, and shall meet approval of the Engineer prior to placing concrete. Forms shall remain in place for minimum of twenty-four (24) hours, and shall be removed within a maximum time of seven (7) days after completion of concrete work. Reinforcing steel, if required, shall be as shown on the plans. The bottom of manholes shall be carefully formed and inverted smoothly when finished, with pipes cut to fit inside surface of walls. (2) Precast Manholes Precast manholes shall allow unobstructed view of all pipes connected to the manhole. Precast manholes shall be designed to support HS-20 traffic loading and designed by a Texas licensed professional engineer. The upper 18 inches of the corbel shall be brick to facilitate subsequent grade adjustment. Either concentric or eccentric cones may be required. Where not specified, eccentric cones shall be used. Manhole designs shall be submitted for approval by the Engineer. 5. GENERAL CONSTRUCTION METHODS All items shall be installed as the work progresses and as shown on the standard details. Work shall be completed and finished in a careful workmanlike manner, with special care being given to sealing joints around all pipe extending through walls of the manholes. After finishing walls, the bottom of the manhole shall be completed by adding sufficient concrete to shape the bottom in conformity with requirements on the plans. Where old manholes are adjusted to meet new lines and grades, all old masonry or concrete shall be thoroughly cleaned and wetted before joining new masonry or concrete to it. HDPE adjustment rings are to be used to match roadway grade. A maximum of 18” of adjustment rings may be utilized. 6. BACKFILLING/LEAKAGE TESTING Backfilling around the manholes shall commence as soon as concrete or masonry has been allowed to cure the required time and forms and shoring have been removed. Backfill shall be placed in layers of not more than six inches (6”) and compacted to a minimum of 95% Standard Proctor density before next layer is installed. Wastewater manholes shall withstand a leakage test not to exceed the values stated in City Standard Specification Section 027205 "Fiberglass Manholes", except that an additional 10 percent of loss will be permitted for each additional two feet head over a basic two-foot internal head. 027202 Page 2 of 3 Rev. 3-25-2015 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, manholes shall be measured by each individual structure built, and paid for at the unit price bid per each, of the size, type and depth specified, complete in-place, and meeting the approval of the Engineer. "Complete in-place" shall mean all labor, materials, tools, equipment and incidentals necessary to furnish and install the manholes, excavation, compaction, backfilling, dewatering, concrete foundation, connections, adjustment rings, ring and cover, concrete work, leakage testing, video inspection, and adjust the manholes to finish grade. Extra depth for wastewater manholes over six feet in depth shall be measured by the vertical foot and shall be paid for at the price bid per vertical foot for "Extra Depth for Manholes". Rehabilitation of existing manholes with fiberglass inserts shall be measured by each individual structure rehabilitated, and paid for at the unit price bid per each, of the size, type and depth specified, complete in-place, and meeting the approval of the Engineer. "Complete in-place" shall mean all labor, materials, tools, equipment and incidentals necessary to furnish and install the rigid fiberglass manhole inserts, make connections, grout the annular space, backfilling, adjustment rings, ring and cover, concrete work, leakage testing, and adjust the manholes to finish grade. 027202 Page 3 of 3 Rev. 3-25-2015 SECTION 027203 VACUUM TESTING OF WASTEWATER MANHOLES AND STRUCTURES 1. DESCRIPTION This specification governs all work and materials necessary to perform vacuum testing of new or existing wastewater manholes. Manholes may be tested after installation with all connections (existing and/or proposed) in place. Vacuum testing may be performed prior to or after backfilling by the installer. Final acceptance, in accordance with the requirements of this specification, will consist of vacuum testing of the completed and installed structure (manhole) in place to include manhole/adjustment rings and manhole casting. 2. MATERIALS Vacuum testing shall consist of a minimum of the following: (a) Engine. (b) Vacuum Pump. (c) Hose. (d) Test Head device capable of sealing opening in manhole casting as required. (e) Pneumatic Test Plugs - these plugs shall have a sealing length equal to or greater than the diameter of the connecting pipe to be sealed. 3. PROCEDURE (a) The test head shall be placed at the top of the manhole in accordance with the manufacturer’s recommendations. (b) A vacuum of 10 inches of mercury shall be drawn on the manhole, the valve on the vacuum line of the test head closed, and the vacuum pump shut off. The time shall be measured for the vacuum to drop to 9 inches of mercury. (c) The manhole shall pass if the time for the vacuum reading to drop from 10 inches of mercury to 9 inches of mercury meets or exceeds the values indicated in Table 1. (d) If the manhole fails the initial test, necessary repairs shall be made by an approved method. The manhole shall then be retested until a satisfactory test is obtained. 027203 Page 1 of 2 Rev. 10-30-2014 TABLE 1 - Minimum Test Times for Various Manhole Diameters (ASTM C1244) Depth Diameter (inches) (feet) 42 48 54 60 72 Time (seconds) 8 17 20 23 26 33 10 21 25 29 33 41 12 25 30 35 39 49 14 30 35 41 46 57 16 34 40 46 52 67 18 38 45 52 59 73 20 42 50 53 65 81 22 46 55 64 72 89 24 51 59 64 78 97 26 55 64 75 85 105 28 59 69 81 91 113 30 68 74 87 98 121 4. TESTING AND CERTIFICATION (a) Testing shall be done by the Contractor and witnessed by the Engineer or his designated representative. All manholes and structures shall be tested as finished and completed for final acceptance. (b) ANY DEFECTIVE WORK OR MATERIALS shall be corrected or replaced by the Contractor and retested. This shall be repeated until all work and materials are acceptable. 5. MEASUREMENT AND PAYMENT Unless otherwise indicated on the Bid Form, vacuum testing of wastewater manholes and structures will not be measured for pay. Such items shall be considered subsidiary to pay items applicable for Fiberglass Manholes, complete and in-place. 027203 Page 2 of 2 Rev. 10-30-2014 SECTION 027205 FIBERGLASS MANHOLES 1. DESCRIPTION This specification shall govern all work required for providing, installing and adjusting fiberglass manholes required to complete the project. 2. GENERAL Fiberglass manholes shall be installed at the locations indicated on the drawings. 3. MATERIALS A. Manholes Fiberglass manholes shall be fabricated in accordance with ASTM D3753-“Standard Specification for Glass-Fiber-Reinforced Polyester Manholes and Wetwells,” latest edition, and the referenced design criteria as follows: 1. ASTM C581 Standard Practice for Determining Chemical Resistance of Thermosetting Resins Used in Glass-Fiber-Reinforced Structures Intended for Liquid Service 2. ASTM D695 Standard Test Method for Compressive Properties of Rigid Plastics 3. ASTM D790 Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials 4. ASTM C923 Standard Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes and Laterals 5. ASTM D2412 Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading 6. ASTM D2583 Standard Test Method for Indentation Hardness of Rigid Plastics by Means of a Barcol Impressor 7. ASTM D2584 Standard Test Method for Ignition Loss of Cured Reinforced Resins 8. ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings 9. ASTM F794 Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe and Fittings Based on Controlled Inside Diameter 10. ASTM C32 Standard Specification for Sewer and Manhole Brick (Made From Clay or Shale) The minimum wall thickness for all fiberglass manholes at all depths shall be 0.50 inch. The inside diameter of the manhole barrel shall be a minimum of 48 inches or as otherwise specified on the drawings, but shall not be less than 1.5 times the nominal pipe diameter of the largest pipe, whichever is larger. A concentric reducer over the barrel shall have a 027205 Page 1 of 6 Rev. 3-25-2015 minimum inside diameter of 31.75 inches at the top, unless otherwise indicated on the drawings. B. Manhole Pipe Connectors Manhole pipe connectors for Sanitary Sewer Application shall be made of corrosion resistant plastic. The connector shall eliminate leaks around the pipe entering the manhole wall and shall permit pipe movement without loss of seal integrity, and shall be in conformance with ASTM D3212. Material for elastomeric seal in push-on joints shall meet the requirements of ASTM F477. Material for rubber sleeve shall meet the requirements of ASTM C443. Manhole pipe connectors between 4 inches and 15 inches shall be Inserta Tee from Fowler Mfg., or approved equal. Manhole pipe connection for Storm Sewer Application shall be made with Ram-Nek flexible plastic gasket material as manufactured by K.T. Snyder Company of Houston, Texas, or approved equal, and wrapped with Class ‘A’ Subsurface Drainage Geotextile, AASHTO M288. C. Manhole Base Concrete shall be Class ‘A’ in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". Caulk for seal between fiberglass manhole and concrete cast-in-place base shall be Epo-Flex epoxy (gun grade consistency) as manufactured by Dewey Supply of Corpus Christi, Texas, or approved equal. Precast reinforced concrete manhole base shall be in accordance with the requirements of ASTM C478, as shown on the construction plans and detail drawings. D. Inflow Inhibitors Inflow inhibitors shall be installed in sanitary manholes. They shall be of 316 stainless steel with an equivalent thickness of not less than 18 gauge, and load tested in excess of 3000 pounds. The inhibitor shall rest on the lip of the seating surface of the manhole ring and shall not exceed a depth of 6.5 inches. The seating surface of the inhibitor shall have an attached gasket on the weight-bearing side. The inhibitor shall have a gas relief valve made of Nitrite and shall operate at a one (1) psi differential pressure. The inhibitor shall be fitted with a handle of 3/16 plastic coated stainless steel cable attached to the insert body with a 6# 316 stainless steel rivet. The inhibitor shall be constructed of materials that withstand highly corrosive sewer gases. E. Ring and Cover Manhole ring and cover for all manholes shall be for street application and shall be as indicated on the drawings. Manholes 5 feet in diameter and larger shall require a nominal 3- foot ring and cover, as specified on the drawings. HDPE adjustment rings are to be used for 027205 Page 2 of 6 Rev. 3-25-2015 grade adjustments. A maximum of 18” of adjustment rings may be utilized. F. Flowable Grout Flowable grout (or flowable fill) shall consist of a mixture containing Portland cement, fly ash, sand, water, and “Darafill” admixture (or approved equivalent), in the amounts shown below (or otherwise proportioned to provide 100 psi compressive strength at 28 days), to achieve a paste-like consistency immediately prior to placing the flowable grout. The flowable grout mixture shall be supplied by an approved ready-mix supplier. The manufacturer's representative shall be consulted for any final adjustments to improve the flowability of the mixture. Commercially produced flowable grout may be used with approval of the Engineer. 100 lbs/ CY Portland Cement 300 lbs/ CY Fly Ash 2100 lbs/ CY Sand 250 lbs/ CY Water 6 oz/ CY "Darafill" admixture, as manufactured by Grace Construction Products, or approved equivalent. 4. CONSTRUCTION METHODS General: The limits of excavation shall allow for placing and removing forms, installing sheeting, shoring, bracing, etc. The Contractor shall pile excavated material in a manner that will not endanger the work and will avoid obstructing sidewalks, driveways, power poles, drainage structures, streets, etc. Subgrade under manhole footings shall be compacted to not less than 95% Standard Proctor density. Vertical Sides: When necessary to protect other improvements, the Contractor shall maintain vertical sides on the excavation. The limits shall not exceed three feet outside the footing on a vertical plane parallel to the footing except where specifically approved otherwise by the Engineer. The Contractor shall provide and install any sheeting, shoring, and bracing as necessary to provide a safe work area as required to protect workmen, structures, equipment, power poles, etc. The Contractor shall be responsible for the design and adequacy of all sheeting, shoring and bracing. The sheeting, shoring, and bracing shall be removed as the excavation is backfilled. Sloping Sides: In unimproved areas where sufficient space is available, the Contractor will be allowed to back slope the sides of the excavation. The back slope shall be such that the excavation will be safe from caving. Safety requirements shall govern the back slope used. De-watering: The Contractor shall keep the excavation free from water by use of cofferdams, bailing, pumping, well pointing, or any combination, as the particular situation may warrant. All de-watering devices shall be installed in such a manner as to provide clearance for construction, removal of forms, and inspection of exterior of form work. It is the intent of these specifications that the foundation be placed on a firm dry bed. The foundation bed shall be kept in a de-watered condition for a sufficient period of time to 027205 Page 3 of 6 Rev. 3-25-2015 insure the safety of the structure, but in no case shall de-watering be terminated sooner than seven (7) days after placing concrete. All de-watering methods and procedures are subject to the approval of the Engineer. The excavation shall be inspected and approved by the Engineer before work on the structure is started. The Contractor shall provide a relatively smooth, firm foundation bed for footings and slabs that bear directly on the undisturbed earth without additional cost to the City, regardless of the soil conditions encountered. The Engineer will be the sole judge as to whether these conditions have been met. The Contractor shall pile excavated material in a manner that will not create an unsafe condition. Unauthorized Over-Excavation: Excavation for slabs, footings, etc., that rest on earth, shall not be carried below the elevation shown on the drawings. In the event the excavation is carried below the indicated elevation, the Contractor shall bring the slab, footing, etc., to the required grade by filling with concrete. Wall Preparation for Pipe Penetrations: For sanitary sewer application, pipe penetrations for pipe sizes 4-inch through 15-inch shall be made with appropriately sized core drill bits recommended by the manufacturer. Pipe penetrations other than described above and as authorized by the Engineer shall be made as follows: cut shall be equal to the outside diameter of pipe to pass through it, plus 1/2 inch. Cuts are to be made using electric or gasoline powered circular saw with masonry blade. Impact type tools shall not be used. Handling: Manholes shall be handled and stored in a safe manner as necessary to prevent damaging either the manhole or the surroundings. If manhole must be moved by rolling, the ground which it traverses shall be smooth and free of rocks, debris, etc. Manholes shall be lifted as specified by the manufacturer. Height Adjustment: If necessary, utilize HDPE adjustment rings to adjust the manhole to the correct grade elevation. A maximum of 18” of adjustment rings may be utilized. Installation: Lower manhole into wet concrete until it rests at the proper elevation, and a minimum of six (6) inches into concrete, then plumb. Backfill Material: Unless shown otherwise on the drawings, initial backfill around manholes (from subgrade to five feet (5') above the top of the concrete footing) shall be flowable grout. The remaining final backfill around manholes shall be cement-stabilized sand, or approved equal, containing a minimum of 2 sacks of standard Type I or Type II Portland cement per cubic yard of sand, free of large hard lumps, rock fragments or other debris. The material shall be free of large lumps or clods which will not readily break down under compaction. This material shall be subject to approval by the Engineer. Backfill material shall be free of vegetation or other extraneous material. Topsoil should be stockpiled separately and used for finish grading around the structure, if necessary. 027205 Page 4 of 6 Rev. 3-25-2015 Schedule of Backfilling: The Contractor may begin backfilling around manhole as soon as the concrete has been allowed to cure and the forms removed. Compaction: Backfill shall be placed in layers not to exceed 6 inches compacted thickness and mechanically tamped to at least 95% Standard Proctor density (ASTM D698). Backfill shall be placed in such a manner as to prevent any wedging action against the structure. Contractor shall follow operational requirements for bypass pumping as set forth in City Standard Specification Section 027200 "Control of Wastewater Flows". 5. TESTING Manholes shall be tested for leakage by either of two tests as specified by the Engineer. Water Leakage Test: The Contractor shall provide water, labor, and materials for testing. Testing shall be as follows: 1. With sewers plugged, the manhole shall be filled with water. 2. The manhole shall be checked after 24 hours have elapsed. 3. Water loss shall not exceed 2.4 gallons per foot of depth for the 24-hour period for 4-foot diameter manholes, or 3.0 gallons per foot of depth for the 24-hour period for 5-foot diameter manholes. Water loss shall not exceed 0.6 gallon per foot of diameter per foot of depth for the 24-hour period for all sizes of sanitary manholes. 4. If the manhole is within 9 feet of a waterline that is not or cannot be encased, the manhole shall be tested for no leaks and no noticeable loss of water shall be experienced for the 24-hour period. If water loss is excessive, the Contractor shall correct the problem and the manhole shall be retested. Vacuum Test: Vacuum testing shall be in accordance with City Standard Specification Section 027203 “Vacuum Testing of Wastewater Manholes and Structures”. 6. GRADE ADJUSTMENT OF EXISTING FIBERGLASS MANHOLES The adjustment of the ring and cover is to be achieved by removal or addition of HDPE grade adjustment rings that rest above the fiberglass corbel. If the ring and cover must be lowered to the extent that the new elevation cannot be achieved by removal of adjustment rings and it is necessary to remove a section of the fiberglass manhole, this work shall be done as described below. Note that manhole repair kits are available for this work. Remove the appropriately sized section of the existing manhole from the vertical manhole wall at least 6 inches below the seam where the corbel meets the vertical wall. 027205 Page 5 of 6 Rev. 3-25-2015 Excavate evenly around the manhole as required. Mark, cut and remove the required section of the manhole. Make a square cut as necessary for a good butt splice. Grind and clean ends of fiberglass that are to be re-united. Replace and align the top. Fiberglass a 6-inch strip along the outside seam all around with two layers of mat with one layer of woven roving sandwiched between. After the outside has set, go on the inside and fill any voids in the seam with epoxy or material provided by the manhole manufacturer for use in such application. After the putty has set, fiberglass a 6-inch strip on the inside as previously done on the outside. After curing, backfill with cement-stabilized sand, as described above, compacted to a minimum of 95% Standard Proctor density (ASTM D698) or as directed by the Engineer or his designated representative. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, fiberglass manholes shall be measured per each for each size (diameter) of manhole indicated. Payment shall be made at the unit price bid and shall fully compensate the Contractor for all materials, labor, tools, equipment, and incidentals required to complete the work. Payment shall include, but not be limited to; excavation, dewatering, compaction, concrete foundation, manhole assembly, connections, cast iron frame and cover, adjustment to finish grade, concrete work, backfill, leakage testing, bypass pumping, and other work as required to complete the fiberglass manhole. Extra depth for a sanitary manhole over 6 feet in depth will be measured by the vertical foot of depth in excess of 6 feet and bid as “Extra Depth for Manhole (Wastewater)”. Rehabilitation of existing manholes with fiberglass inserts shall be measured by each individual structure rehabilitated, and paid for at the unit price bid per each, of the size, type and depth specified, complete in-place, and meeting the approval of the Engineer. "Complete in-place" shall mean all labor, materials, tools, equipment and incidentals necessary to furnish and install the rigid fiberglass manhole inserts, make connections, grout the annular space with flowable grout, backfilling, leakage testing, and adjust the manholes to finish grade. 027205 Page 6 of 6 Rev. 3-25-2015 SECTION 027402 REINFORCED CONCRETE PIPE CULVERTS 1. DESCRIPTION This specification shall govern the furnishing and placing of reinforced concrete pipe culverts and the material and incidental construction requirements for reinforced concrete pipe sewers. The culvert pipe shall be installed in accordance with the requirements of these specifications to the lines and grades shown on the plans, and shall be of the classes, sizes and dimensions shown thereon. The installation of pipe shall include all joints or connections to new or existing pipe, headwalls, etc., as may be required to complete the work. 2. MATERIALS 1. General. Except as modified herein, materials, manufacture and design of pipe shall conform to ASTM C-76 for Circular Pipe. All pipe shall be machine made or cast by a process which will provide for uniform placement of the concrete in the form and compaction by mechanical devices which will assure a dense concrete. Concrete shall be mixed in a central batch plant or other approved batching facility from which the quality and uniformity of the concrete can be assured. Transit mixed concrete will not be acceptable for use in precast concrete pipe. 2. Design. All pipe shall be Class III (Wall "B") unless otherwise specified on the plans. The shell thickness, the amount of circumferential reinforcement and the strength of the pipe shall conform to the specified class as summarized in ASTM C-76 for Circular Pipe. 3. Sizes and Permissible Variations. a. Variations in diameter, size, shape, wall thickness, reinforcement, placement of reinforcement, laying length and the permissible underrun of length shall be in accordance with the applicable ASTM Specification for each type of pipe as referred to previously. b. Where rubber gasket pipe joints are to be used, the design of the Joints and Permissible Variations in Dimensions shall be in accordance with ASTM C-443. 4. Workmanship and Finish. Pipe shall be substantially free from fractures, large or deep cracks and surface roughness. The ends of the pipe shall be normal to the walls and centerline of the pipe within the limits of variations allowed under the applicable ASTM specification. 5. Curing. Pipe shall be cured in accordance with the applicable ASTM Specification for each type of pipe as referred to above. 6. Marking. The following information shall be clearly marked on each section of pipe: 027402 Page 1 of 7 Rev. 3-25-2015 a. The class of pipe. b. The date of manufacture. c. The name or trademark of the manufacturer. d. Marking shall be indented on the pipe section or painted thereon with waterproof paint. 7. Minimum Age for Shipment. Pipe shall be considered ready for shipment when it conforms to the requirements of the tests specified herein. 8. Inspection. The quality of materials, the process of manufacture, and the finished pipe shall be subject to inspection and approval by the Engineer at the pipe manufacturing plant. In addition, the finished pipe shall be subject to further inspection by the Engineer at the project site prior to and during installation. 9. Causes for Rejection. Pipe shall be subject to rejection on account of failure to conform to any of the specification requirements. Individual sections of pipe may be rejected because of any of the following: a. Fractures or cracks passing through the shell, except for a single end crack that does not exceed the depth of the joint. b. Defects that indicate imperfect proportioning, mixing and molding. c. Surface defects indicating honeycombed or open texture. d. Damaged ends, where such damage would prevent making a satisfactory joint. 10. Repairs. Pipe may be repaired if necessary, because of occasional imperfections in manufacture or accidental injury during the handling, and will be acceptable if, in the opinion of the Engineer, the repairs are sound and properly finished and cured and the repaired pipe conforms to the requirements of the specifications. 11. Rejections. All rejected pipe shall be plainly marked by the Engineer and shall be replaced by the Contractor with pipe that meets the requirements of these specifications. Such rejected pipe shall be removed immediately from the worksite. 12. Jointing Materials. Unless otherwise specified on the plans, the Contractor shall have the option of making the joints by any of the following methods: a. Ram-Nek, a pre-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. 1½ pcs 1" x 2'-5" 15" 1.9 gals. 2 pcs 1" x 2'-5" 18" 2.7 gals. 1½ pcs 1½ " x 3'-5" 21" 3.8 gals. 2 pcs 1½ " x 3'-5" 24" 6.2 gals. 2 pcs 1½ " x 3'-5" 30" 8.5 gals. 2½ pcs 1½ " x 3'-5" 36" 9.5 gals. 3 pcs 1¾" x 3'-5" 42" 12.0 gals. 3½ pcs 1¾" x 3'-5" 48" 15.0 gals. 4 pcs 1¾" x 3'-5" 54" 20.0 gals. 4½ pcs 1¾" x 3'-5" 60" 25.0 gals. 5 pcs 1¾" x 3'-5" 66" 30.0 gals. 5½ pcs 1¾" 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'-11" 1'-1" 1'-3" 1'-5" 1'-7" 1'-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 finish; for all connections to existing and new structures; for cleaning and television inspection; and for all other items of materials, labor, equipment, tools, excavation, backfill and incidentals necessary to complete the culvert or storm sewer in accordance with the plans and these specifications. 027402 Page 7 of 7 Rev. 3-25-2015 027602 Page 1 of 6 Rev. 7-1-2015 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 2 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 3 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 4 of 6 Rev. 7-1-2015 BOTTOM OF TRENCH IN GROUNDWATER Depth of Cut Required Bedding Less than 20 feet Gravel or Crushed Stone Over 20 feet Crushed Stone BOTTOM OF TRENCH NOT IN GROUND WATER Depth of Cut Required Bedding Less than 15 feet Sand, Gravel, or Crushed Stone Less than 20 feet Gravel or Crushed Stone Over 20 feet 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 5 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 6 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. SECTION 027606 WASTEWATER SERVICE LINES 1. SCOPE: This specification governs all work and materials necessary to construct the wastewater service lines required to complete the project. Wastewater service lines are those lines, constructed in public right-of-way, from the service tee on the main up to and including the cleanout at the property line. 2. MATERIALS: Pipe and fittings for wastewater service lines shall be PVC in accordance with ASTM D2665 and ASTM D3311 with a minimum size of 4 inches. Solvent cement for PVC shall comply with ASTM D2564. No co-mingling of different materials except through the use of proper adaptors. Adaptors shall have a stainless steel or fiberglass shear ring. 3. CONSTRUCTION METHODS: Where possible, service tees or wyes shall be placed along the main as required for services (no taps). The minimum size pipe for services shall be 4-inch diameter for residential and 6-inch diameter for commercial. Minimum slope for 4-inch pipes shall be 1/8 inch per foot (S=1%), and minimum slope for 6-inch pipes shall be 1/16 inch per foot (S= 0.5%). Wastewater service lines shall cross under water mains. The Contractor shall be responsible for establishing alignment and maintaining grade for the proposed service. Trenches shall be excavated in such a manner that will minimize damage to surface improvements. After installation, the excavated material shall be tamped into the trench to not less than the density specified in City Standard Specification Section 022020 "Excavation and Backfill for Utilities," and the surface restored to a condition acceptable to the Engineer. Wastewater service lines shall be bored, jetted or jacked under sidewalks, driveways, and other such improved surfaces, unless otherwise authorized by the Engineer. Service lines shall be leakage tested with the wastewater main. Contractor shall follow operational requirements for bypass pumping as set forth in Specification Section 027200 Control of Wastewater Flows 027606 Page 1 of 2 Rev. 10-30-2014 4. MEASUREMENT AND PAYMENT: Unless otherwise specified on the Bid Form, wastewater service lines shall be measured as individual units for each connection made to the main. Payment shall include, but not be limited to, the line from the tee on the main to, and including, the cleanout at the property line. Payment shall be full compensation for all labor, materials, equipment, trench safety, bypass pumping and incidentals necessary for wastewater service lines required to complete the project. 027606 Page 2 of 2 Rev. 10-30-2014 SECTION 027611 CLEANING AND TELEVISED INSPECTION OF CONDUITS 1. SCOPE This specification shall govern for all work, equipment, supervision and materials required to provide for cleaning and remote CCTV inspection and documentation of wastewater or other lines and manholes as required. 2. TECHNICAL REQUIREMENTS 2.1 General Closed circuit television inspection will typically be done under one or more of the conditions listed below. Requirements for on-screen labeling during each line segment set up, televising, video file labeling and hard copy inspection reports will be specifically addressed. The Contractor shall neither request nor receive assistance from the City, in the performance of work described in this specification. Unless otherwise specified and at Contractors expense, the Contractor shall provide for the control of wastewater flows and monitoring of the collection system for back-ups and surcharges, while flow control devices are in place. It shall be the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects or jobs (to include, but not necessarily limited to “Confined Space Entry”. 2.2 Inspection Equipment and Methods Electronic media shall be used to record the condition of all the segments of the mains and the manholes, tap locations and unusual situations during inspection. The inspection imaging shall be made on color professional grade DVD format for each line segment. All observations will require both audio and on-screen display. The camera shall transit through the wastewater line in either direction at a speed not greater than 30 feet per minute, stopping as necessary to permit proper documentation of the wastewater line’s condition. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. A television camera with pan and tilt capability will be required. The camera, television monitor, and other components of the video systems shall be capable of producing picture quality to the satisfaction of the City. The capture system shall have the capability of recording, digitizing and storing single frames of video images and “real time” live video, as well as collecting, storing and printing wastewater line inspection data for graphic display and report generation. The imaging capture system shall store digitized picture images, have the ability to export picture files to industry standard formats (jpg, bmp, and tif), be transferable to DVD and be printed at no cost to the City. Use of proprietary software is discouraged; however, if the Contractor provides the software and 027611 Page 1 of 8 Rev. 3-25-2015 three licenses to the City, proprietary software COMPATIBLE with the City’s GIS and existing database systems in use may be approved. However, in every case all observations will be recorded using the City approved PACP codes. 2.3 Flow Control / By-Passing This procedure will be used on all previously accepted (City owned) line segments. Except for new wastewater line acceptance inspections, the line shall be dewatered during inspection. A water jet cleaning unit will normally be running in the line in advance of the television camera to allow the highest quality picture available. Dewatering shall remove standing water and fog from the line segment to provide 360 degree view of the pipe being televised. Too high water level or the camera being submerged will be grounds for rejection of the inspection. All wastewater flows from intersecting lines shall typically be controlled through the use of in-line plugs for vacuum trucks and are considered subsidiary to the inspection for all line sizes. Plugs in intersecting lines shall be installed by the Contractor with no assistance from the City. The Contractor shall also monitor the upstream system for back-ups and surcharges, which may lead to Sanitary Sewer Overflows (SSOs). The Contractor shall immediately report to the City Call Center (361) 826-2489 all sanitary sewer overflows. Flow Control devices shall be installed in accordance with all applicable OSHA requirements, including, but not necessarily limited to confined space protocol. 2.4 Evaluation of Existing Lines for Potential Repairs/Rehabilitation – Pre CCTV: Cleaning and televising using a CCTV camera may be needed to traverse each line segment from manhole to manhole as specified in the work order. When an obstruction prevents the camera from proceeding, the obstruction will be recorded on the initial setup and a reverse setup will be attempted to view the pipe and obstruction from the other side. If the camera fails to pass through the entire section, the inspection shall be considered complete and no additional inspection will be required. However, the line segment evaluation form, as well as the graphic report, shall note full line length and the length traveled from each manhole set-up. All inspection efforts on the line segment will be recorded on the same tape / disk. The Contractor must exert all reasonable effort to televise the entire length of a segment of wastewater line, or to assist the repair crews with usable information for point repair. Prior to transiting the line the video display initially is to include upstream and downstream manhole numbers, pipe size / material, adjacent street names and the date. During the transit the display must show the continuous distance from the insertion manhole with an accuracy of +1% of the actual length to help mark observations on the report form. The video must have narrative documentation of notable observations. The Inspection Report shall consist of condition observations recorded using City-approved computer software generated formats, generally conforming to NASSCO and PACP codes. Specifically, items considered notable include: deviations in alignment and grade; abnormal conditions of the pipe barrel and joints; locations 027611 Page 2 of 8 Rev. 3-25-2015 and quantities of any sources of infiltration or inflow; dropped, broken, properly / improperly installed service taps; debris, roots or other impediments to flow and any other condition that may prevent either the proper completion of the inspection, or affect any proposed rehabilitation process. Evaluation of existing lines includes associated manhole inspection. 2.5 Evaluation After Repairs / Rehabilitation Post CCTV: Following repairs or rehabilitation to existing lines (by Contractor), a CCTV camera shall travel through required line segment to televise. The intent of this process is to inspect the interior of the line to determine the location of repairs, and extent of any unacceptable work. Prior to transiting the line the video display initially is to include upstream and downstream manhole numbers, pipe size / material, adjacent street names and the date. During the transit the display must show the continuous distance from the insertion manhole with an accuracy of +/- 1% of the actual length to help mark observations on the report form. Specifically, items such as detailed inspection of the repaired area using pan-and- tilt equipment will be shown in the Inspection Report, including digital photographs of acceptable or inadequate and/or questionable work. The video must include narrative documentation of notable observations, and be cross referenced to the Inspection Report. The Inspection Report shall consist of condition observations recorded using City-approved computer-software generated formats conforming to NASSCO and PACP codes. 2.6 New Pipeline Inspection: Upon completion of the installation of new lines, including any appurtenances such as manholes, service connections, etc., a CCTV camera shall traverse through each completed line segment. The intent of this process is to inspect the interior of the completed line to determine the location of service taps and extent of omissions and/or any unacceptable work on the pipeline or manholes, such as sags, infiltration, gapped joints, protruding gaskets, etc. Prior to transiting the line, the initial video shall initially include the upstream and downstream manhole designations, pipe size, project name and other pertinent information. When inspecting / documenting new wastewater line conditions, the Contractor must conduct a specific inspection for the presence of sags in the newly installed line. The approved method involves the use of an inclinometer on the camera. The belly tolerance is 5% or less for acceptable pipe installation. Any deviation from the 5% belly tolerance limit must be approved by the applicable Utility Operating Department. The graphic report will note the start and stop of sags and approximate maximum depth. During the transit the display must show the continuous distance from the insertion manhole with an accuracy of +1% of the actual length to help mark observations on the Inspection Report form. The video must include narrative documentation of notable observations, and be cross referenced to the Inspection 027611 Page 3 of 8 Rev. 3-25-2015 Report. The Inspection Report shall consist of condition observations recorded using approved computer-software generated formats. Specifically, items such as deviations in alignment and grade causing bellies / sags; abnormal conditions of the pipe barrel and joints; locations and quantities of any sources of infiltration or inflow; dropped, broken, properly / improperly installed service taps or any other condition that may assist the Utilities Department in determining the quality of the pipeline installation. 2.7 Manhole Inspection: A CCTV camera shall traverse the manhole from top to bottom to record the condition of the manhole and invert for structural condition and sources of infiltration on the manhole and invert. The initial video display must show the entry manhole number, location / street address, date and depth. a. The requirement is to commence capturing video at ground level. The video must be steady while panning and lowering to clearly record condition of the ring, corbel, the walls, and pipeline penetrations. The camera is to rotate during descent to inspect typical conditions and all penetrations. At the bottom of the manhole the complete invert will be inspected / viewed for infiltration and general condition. A washed out picture due to sunlight or shaking will be rejected for payment b. This manhole information may be retained on the same DVD if the line segment is also being investigated, or, if inspection is issued as a separate work order, a separate DVD and report will be required. As with pipeline inspection, digital photographs of key points of note must accompany the report and DVD. These would include seals on pipeline penetration, infiltration locations and other anomalies. c. The format of the Manhole Inspection Report will be as proposed by the Contractor and, following discussion, mutually approved by the Utilities Department and the Contractor. A sample form is included at the end of this specification. It will contain as a minimum: location & I.D.number manhole diameter manhole material depth of manhole condition of ring / cover evidence of infiltration condition of walls presence of inflow inhibitor condition of pipe mouths presence of coatings condition of invert location: street / easement above invert penetrations 2.8 CCTV Set-up: 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 8½” 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 SAMPLE TELEVISED INSPECTION REPORT FORM 027611 Page 8 of 8 Rev. 3-25-2015 SECTION 027618 WASTEWATER LINE REHABILITATION / PIPEBURSTING 1. SCOPE This specification shall govern all work necessary to rehabilitate gravity wastewater lines by pipebursting, wherein a horizontal boring technique utilizing a cutting/expansive tool head fragments the existing pipe, and a fusion welded, high density polyethylene pipe is drawn into the resulting tunnel. 2. MATERIALS 2.1 Polyethylene: ASTM Designation: D-3350 with a cell classification of 335434B D or E (with inner wall of light color). In addition, the liner shall be manufactured of polyethylene resins classified as Type III, Class C, Category 5, Grade P34, as tabulated in specifications in the older ASTM Designation, D-1248. This material shall also conform to the design criteria as specified in Plastic Pipe Institute (PPI) Designation: PE3408. 2.2 Dimensions: The pipe shall be (SDR 17, IPS) per ASTM F714 of the nominal diameter as shown on the plans and specified in the Bid Form, unless TCEQ requirements for water and wastewater line separation require pressure rated pipe of at least 150 psi, in which case DR 11, IPS pipe shall be utilized. At this pressure rating, a larger pipe may be required to maintain equivalent flow characteristics and hydraulic radius to the existing wastewater line. 2.3 Quality: All pipe shall be homogenous throughout, and shall be free of visible cracks, holes, foreign materials, blisters, or other deleterious faults. All materials shall be of the highest quality and highest performance. It shall be the product of a manufacturer actively engaged in research, development, and the manufacturer of said materials. 3. CONSTRUCTION METHODS 3.1 Pipe Jointing: Sections of the polyethylene (PE) liner pipe shall be joined by the butt-fusion method and performed in strict conformance with the pipe manufacturer's recommendations using approved equipment. The Contractor shall make arrangements to have a technical representative of the pipe manufacturer present for the start-up of the butt-fusion jointing and training of the contractor's personnel, or arrangements shall be made for the pipe manufacturer's representative to remain on the job until all jointing has been completed. When requested by the Engineer, samples of butt-fusion joints shall be furnished by the contractor for laboratory 027618 Page 1 of 4 Rev. 3-25-2015 testing. The test of such samples shall clearly demonstrate joint integrity, strength, etc. 3.2 Insertion Pits: The location and number of insertion pits shall be determined by the Contractor to maximize insertion lengths and keep the number of excavations to a minimum. The insertion pit size shall be the minimum necessary to perform insertion operations. Locations of insertion pits shall be acceptable to the Engineer. Removal of obstructions and point repairs shall be done as necessary. This work shall be done in accordance with Section 022020 of the City Standard Specifications, “Excavation and Backfill for Utilities.” 3.3 Pulling Pipe: New polyethylene pipe shall be pulled immediately behind the pipe bursting equipment in accordance with the manufacturer's procedures. The machine shall be specifically designed and manufactured for the pipe insertion process. The Contractor shall install all pulleys, rollers, bumpers, alignment control devices, and other equipment, required to protect existing manholes, and to protect the pipe from damage during installation. Lubrication may be used as recommended by the pipe manufacturer. Under no circumstances shall the pipe be stressed beyond 50% of its tensile strength at yield, that being 22,600 lb. for an 8" SDR 17 pipe. Provide a suitable pull measuring device connected to the winch or pulling system. Upon commencement, insertion shall be continuous without interruption, if possible. Terminal sections of pipe that are joined within the insertion pit shall be connected with a 1/4" thick neoprene gasket and a stainless steel band clamp having a minimum of 4 bolt/nut drawn down fixtures. The butt gap between pipe ends shall not exceed 1/2". The installed pipe shall be allowed the manufacturer's recommended amount of time, but not less than 24 hours, for relaxation prior to any reconnection of service lines, sealing of the annulus, or backfilling the insertion pit. Sufficient excess length shall be allowed to provide for this occurrence. 3.4 Service Connections: All service connections shall be identified, excavated, and disconnected prior to pipe bursting. After the new main has been pulled into place, allowed to recover, and secured to the manhole walls, each service shall be reconnected to the new main. Services shall be connected by the use of an approved pre-fabricated saddle. The pre-fabricated saddle shall be equipped with a neoprene gasket installed between the saddle and the liner pipe so that a complete water seal is accomplished when the two-piece saddle is placed around the polyethylene pipe and pulled together with stainless steel bands. Drill hole in main shall be flush with the inside diameter of the saddle. Continuous service shall be maintained. 027618 Page 2 of 4 Rev. 3-25-2015 3.5 Annulus Sealing: The relaxed pipe shall be cut 4" inside of manholes and any annular space sealed. The annular space may be sealed with a mechanical device, chemical seal, or quick-setting concrete. The method chosen shall be approved by the Engineer prior to construction. The sealant shall extend at least 8-inches past the outside of the manhole wall. The sealant shall form a smooth transition above the liner projection into the manhole. The sealant shall be applied 3" beyond the annulus on the inside wall of the manhole. The complete joint shall be uniform and water-tight. 3.6 Backfill: The insertion pit(s) shall be backfilled with an approved granular material from the invert to a minimum of 12" above the pipe. The balance of the insertion pit may be backfilled using approved material taken from the excavation. All backfilling shall be accomplished in such a manner as to achieve a 95% Standard Proctor density. 3.7 By-Pass Wastewater Flows: It shall be the responsibility of the Contractor to maintain continuous flow of wastewater, during execution of work. This includes flow of all mains, laterals, and services. Pumps and by-pass lines shall be of adequate capacity to handle all flows. Dumping of raw sewage on private or city property shall not be allowed. By-pass shall be made by pumping the sewage into the downstream manhole or adjacent system, or other methods as may be approved by the Owner and the Engineer. All bypass pumping must be per City Standard Specification Section 027200 “Control of Wastewater Flows.” 4. DELIVERY, STORAGE AND HANDLING OF MATERIALS: The Contractor shall be responsible for all handing and security of the materials. 5. CLEANUP: The Contractor shall clean up the area around the work area and restore surface improvements to a like or better condition as existed prior to construction. All pavement shall be repaired as specified. All broken pipe and other unwanted material shall become property of the Contractor and hauled off and disposed by the Contractor. 6. TELEVISION INSPECTION: Television inspection of pipeline shall be performed by experienced personnel, in accordance with City Standard Specification 027611. Television inspection shall be per the following: Post Construction video DVD of each wastewater line shall include voice description and stationing of each service indicated. Data and stationing shall be visually displayed on video. By-pass or diversion of flow shall be done by the Contractor as necessary to obtain acceptable video. 027618 Page 3 of 4 Rev. 3-25-2015 If any portion of the inspection DVD be deemed inadequate by the City, the Contractor shall re-video that portion to the satisfaction of the City at no additional expense to the City. DVDs of all work shall be furnished to the City prior to acceptance of work. One copy shall become property of The City and retained by the City. 7. TESTING: After the proposed line has been completed, internally inspected with video camera and record as required. DVD shall be furnished to the City prior to acceptance of work. Manholes and services are to be tested as described elsewhere. 8. MEASUREMENT AND PAYMENT: Unless indicated otherwise in the Bid Form, Wastewater Rehabilitation / Pipebursting will be measured by the linear foot for each size and depth range installed. Payment shall include, but not be limited to, all materials, labor, equipment and incidentals required for (other than pavement repair) trenching, installing the new line, surface restoration, clean-up, televised inspection, and other work as may be required. 027618 Page 4 of 4 Rev. 3-25-2015 SECTION 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: 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: 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: 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 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 SO 4. 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 2-½ In. 2 In. 1-½ 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)* 1-½ 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 0 to 5 0 to 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 TABLE 3 Slump Requirements Concrete Designation Desired Slump Max. Slump 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 4 inches 3 inches 5 inches 2.5 inches 5 inches 4 inches 6 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 Class of Concrete Sacks Cement per C.Y. (min.) Minimum Compressive Strength (f'c) 28-Day(psi) Min. Beam Strength 7-Day (psi) Maximum Water-Cement Ratio (gal/sack) Coarse Aggregate 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: (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. (3) 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. B. Equipment. (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 finishing 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: Bar Size Number Nominal Diameter, In. Nominal Area, Sq. In. Weight per Linear Foot, 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: Gauge Number Equivalent Diameter, Inches Gauge Number Equivalent Diameter, 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, #4, #5 4d #6, #7, #8 5d All bends in main bars and in secondary bars not covered above: Grade 60 Grade 75 #3 thru #8 6d -- #9, #10 8d -- #11 8d 8d #14, #18 10d -- 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: 5. STORING 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 TABLE 1 Minimum Lap Requirements Lap 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, 77º F.: 150 gm. cone, 5 sec., max., cm.................. 0.90 Bond and Extension 75%, Oº F, 5 cycles: Dry Concrete Blocks............................ Pass Wet Concrete Blocks............................ Pass Steel Blocks...(Primed if specified by manuf.). Pass Flow at 200º F................................. None Water Content % by weight, max................. 5.0 Resilience: Original sample min. % (cured)................. 50 Oven aged at 158º 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 3½"). (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: D1752 “Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction”, Type 1, where applicable: 038000 Page 2 of 19 Rev. 3-25-2015 PROPERTY METHOD REQUIREMENT Color ASTM D1752, Type 1 Black Density ASTM D1752, Type 1 40 lb./ft3 Min. Recovery ASTM D1752, Type 1 90% Min. Compression ASTM D1752, Type 1 50 to 500 psi Extrusion ASTM D1752, Type 1 0.25 inch Max. Tensile Strength ASTM D1752, Type 1 20 psi Min. Elongation 75% Min. The manufacturers shall furnish the Engineer with certified test results as to compliance with the above requirements and a 12 inch x 12 inch x 1 inch sample from the shipment for approval. (3) Curing Materials. (a) Membrane curing materials shall comply with ASTM Designation: C 309 "Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete", Type 1 clear or translucent, or Type 2 white-pigmented. The material shall have a minimum flash-point of 80 degrees F when tested by the "Pensky-Martin Closed Cup Method". It shall be of such consistency that it can be satisfactorily applied as a fine mist through an atomizing nozzle by means of approved pressure spraying equipment at atmospheric temperatures above 40 degrees F. It shall be of such nature that it will not produce permanent discoloration of concrete surfaces nor react deleteriously with the concrete or its components. Type 1 compound shall contain a fugitive dye that will be distinctly visible not less than 4 hours nor more than 7 days after application. The compound shall produce a firm, continuous, uniform moisture impermeable film free from pinholes and shall adhere satisfactorily to the surfaces of damp concrete. It shall, when applied to the damp concrete surface at the rate of coverage specified herein, be dry to the touch in not more than 4 hours, and shall adhere in a tenacious film without running off or appreciable sagging. It shall not disintegrate, check, peel or crack during the required curing period. The compound shall not peel or pick up under traffic and shall disappear from the surface of the concrete by gradual disintegration. The compound shall be delivered to the job only in the manufacturer's original containers, which shall be clearly labeled with the manufacturer's name, the trade name of the material, and a batch number or symbol with which test samples may be correlated. The water retention test shall be in accordance with TxDOT Test Method Tex-219-F. Percentage loss shall be defined as the water lost after the application of the curing material was applied. The permissible percentage moisture loss (at the rate of coverage specified herein) shall not exceed the 038000 Page 3 of 19 Rev. 3-25-2015 following: 24 hours after application............2 percent 72 hours after application............4 percent Type 1 (Resin Base Only) curing compound will be permitted for slab concrete in bridge decks and top slabs of direct traffic culverts. (b) Mat curing of concrete is allowed where permitted by Table 1 in this specification or where otherwise approved by the Engineer. 3. EXPANSION JOINTS Joints and devices to provide for expansion and contraction shall be constructed where and as indicated herein or on the plans. All open joints and joints to be filled with expansion joint material, shall be constructed using forms adaptable to loosening or early removal. To avoid expansion or contraction damage to the adjacent concrete, these forms shall be loosened as soon as possible after final concrete set to permit free movement without requiring full form removal. Prior to placing the sealing material, the vertical facing the joint shall be cleaned of all laitance by sandblasting or by mechanical routing. Cracked or spalled edges shall be repaired. The joint shall be blown clean of all foreign material and sealed. Where preformed fiber joint material is used, it shall be anchored to the concrete on one side of the joint by light wire or nails, to prevent the material from falling out. The top one inch (1”) of the joint shall be filled with joint sealing material. Finished joints shall conform to the indicated outline with the concrete sections completely separated by the specified opening or joint material. Soon after form removal and again where necessary after surface finishing, all projecting concrete shall be removed along exposed edges to secure full effectiveness of the expansion joints. 4. CONSTRUCTION JOINTS The joint formed by placing plastic concrete in direct contact with concrete that has attained its initial set shall be deemed a construction joint. The term “monolithic placement” shall be interpreted to mean at the manner and sequence of concrete placing shall not create construction joints. Construction joints shall be of the type and at the locations shown on the plans. Additional joints will not be permitted without written authorization from the Engineer, and when authorized, shall have details equivalent to those shown on the plans for joints in similar locations. Unless otherwise provided, construction joints shall be square and normal to the forms. Bulkheads shall be provided in the forms for all joints, except when horizontal. Construction joints requiring the use of joint sealing material shall be as detailed on the plans. The 038000 Page 4 of 19 Rev. 3-25-2015 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 of roadway to bridge any depressions and touch high spots. Ordinates of irregularities measured from the face of the straightedge to the surface of the slab shall not exceed one-eighth of an inch (1/8”), making proper allowances for camber, vertical curvature and surface texture. Occasional variations, not exceeding three-sixteenth of an inch (3/16”) will be acceptable, if in the opinion of the Engineer it will not affect the riding qualities. When directed by the Engineer, irregularities exceeding the above requirements shall be corrected. In all roadway slab finishing operations, camber for specified vertical curvature and transverse slopes shall be provided. 14. CURING CONCRETE The Contractor shall inform the Engineer fully of the methods and procedures proposed for curing; shall provide the proper equipment and material in adequate amounts; and shall have the proposed methods, equipment and material approved prior to placing concrete. Inadequate curing and/or facilities, therefore, shall be cause for the Engineer to stop all construction on the job until remedial action is taken. All concrete shall be cured for a period of four (4) curing days except as noted herein. 038000 Page 14 of 19 Rev. 3-25-2015 EXCEPTIONS TO 4-DAY CURING Description Required Curing Upper Surfaces of Bridge Slabs and 8 curing days (Type I or III) cement Top Slabs of Direct Traffic Culverts 10 curing days (Type II cement) Concrete Piling (non-prestressed) 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 STRUCTURE UNIT DESCRIPTION WATER FOR CURING MEMBRANE FOR INTERIM CURING WATER FOR CURING MEMBRANE FOR INTERIM CURING 1 Top slabs of direct traffic culverts X X 2 Top surface of any concrete unit upon which concrete is to be placed and bonded at a later interval (Stub walls, risers, etc.). Other superstructure concrete (wing walls, parapet walls, etc.) X 3 Concrete pavement (base), curbs, gutters, retards, sidewalks, driveways, medians, islands, concrete structures, concrete riprap, etc. X* X* 4 All substructure concrete, culverts, box sewers, inlets, manholes, retaining walls X* X* *Polyethylene sheeting, burlap-polyethylene mats or laminated mats to prevent outside air from entering will be considered equivalent to water or membrane curing for items 3 and 4. 038000 Page 16 of 19 Rev. 3-25-2015 Membrane curing shall not be applied to dry surfaces, but shall be applied just after free moisture has disappeared. Formed surfaces and surfaces which have been given a first rub shall be dampened and shall be moist at the time of application of the membrane. When membrane is used for complete curing, the film shall remain unbroken for the minimum curing period specified. Membrane which is damaged shall be corrected immediately by reapplication of membrane. Unless otherwise noted herein or on the plans, the choice of membrane type shall be at the option of the Contractor. Only one type of curing compound will be permitted on any one structure. The membrane curing compound shall be applied after the surface finishing has been completed, and immediately after the free surface moisture has disappeared. The surface shall be sealed with a single uniform coating of curing compound applied at the rate of coverage recommended by the manufacturer and directed by the Engineer, but not less than 1 gallon per 180 square feet of area. The Contractor shall provide satisfactory means and facilities to properly control and check the rate of application of the compound. The compound shall be thoroughly agitated during its use and shall be applied by means of approved mechanical power pressure sprayers. The sprayers used to apply the membrane to concrete pavement or concrete pavement (base) shall travel at uniform speed along the forms and be mechanically driven. The equipment shall be of such design that it will insure uniform and even application of the membrane material. The sprayers shall be equipped with satisfactory atomizing nozzles. Only on small miscellaneous items will the Contractor be permitted to use hand-powered spray equipment. For all spraying equipment, the Contractor shall provide facilities to prevent the loss of the compound between the nozzle and the concrete surface during the spraying operations. The compounds shall not be applied to a dry surface. If the surface of the concrete has become dry, it shall be moistened prior to application of membrane by fogging or mist application. Sprinkling or coarse spraying will not be allowed. At locations where the coating shows discontinuities, pinholes or other defects, or if rain falls on the newly-coated surface before the film has dried sufficiently to resist damage, an additional coat of the compound shall be applied immediately at the same rate of coverage specified herein. To insure proper coverage, the Engineer shall inspect all treated areas after application of the compound for the period of time designated in the governing specification for curing, either for membrane curing or for other methods. Should the foregoing indicate that any area during the curing period is not protected, an additional coat or coats of the compound shall be applied immediately, and the rate of application of the membrane compound shall be increased until all areas are uniformly covered. When temperatures are such as to warrant protection against freezing, curing by this method shall be supplemented with an approved insulating material capable of protecting the concrete for the specified curing period. If at any time there is reason to believe that this method of curing is unsatisfactory or is detrimental 038000 Page 17 of 19 Rev. 3-25-2015 to the work, the Contractor, when notified, shall immediately cease the use of this method and shall change to curing by one of the other methods specified under this contract. 15. REMOVAL OF FORMS Except as herein provided, forms for vertical surfaces may be removed when the concrete has aged not less than one day (24 hours) when Type I and Type II cement is used, and not less than one-half day (12 hours) when Type III cement is used, provided it can be done without damage to the concrete. Forms for inside curb faces may be removed in approximately three hours provided it can be done without damage to the curb. 16. 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 ITEM 685 ROADSIDE FLASHING BEACON ASSEMBLIES 685.1. Description. • Installation. Furnish, fabricate, and erect roadside flashing beacon assemblies. • Relocation. Remove and relocate existing roadside flashing beacon assemblies. • Removal. Remove existing roadside flashing beacon assemblies. 685.2. Materials. Furnish new materials in accordance with the following Items and with details shown on the plans: • Item 441, “Steel Structures” • Item 442, “Metal for Structures” • Item 445, “Galvanizing” • Item 449, “Anchor Bolts” • Item 656, “Foundations for Traffic Control Devices.” Provide flasher controller assemblies in accordance with DMS-11160, “Flasher Controller Assembly.” Provide flasher assemblies from manufacturers prequalified by the Department. The Traffic Operations Division maintains a list of prequalified flasher assembly manufacturers. Provide pedestal pole bases in accordance with DMS-11140, “Pedestal Pole Base.” Provide pedestal pole bases from manufacturers prequalified by the Department. The Traffic Operations Division maintains a list of prequalified pedestal pole base manufacturers. When shown on the plans, provide solar powered flasher controller assemblies in accordance with DMS-11150, “Solar Power Flasher Controller Assembly.” Provide solar powered flasher controller assemblies from manufacturers prequalified by the Department. The Traffic Operations Division maintains a list of prequalified solar- powered flasher controller assembly manufacturers. Provide shop drawings for the complete assembly. Refer to the appropriate ASTM or Aluminum Association designation for all materials shown in submittals. Use the fabricator’s model number to identify the base in all tests, drawings, documentation, and other references. 685.3. Construction. For installation and relocation, install foundations in accordance with Item 656, “Foundations for Traffic Control Devices.” A. Fabrication. Provide poles and bases in accordance with Item 687, “Pedestal Pole Assemblies.” Provide mild steel anchor bolts in accordance with Item 449, “Anchor Bolts.” Use galvanized bolts, nuts, and washers. B. Galvanizing. Galvanize all fabricated parts in accordance with Item 445, “Galvanizing.” Repair galvanizing for any steel part or member damaged in assembly, transit, or erection, or for any steel part or member welded after galvanizing, in accordance with Item 445.3.D, “Repairs.” C. Installation. Install roadside flashing beacon assemblies at the locations shown on the plans or as directed. Unless otherwise shown on the plans, stake the assembly locations for verification by the Engineer. Install pole, breakaway base, connectors, wiring, signal beacons, sign, and foundation as shown on the plans or as directed. Install the flasher controller assembly on the electrical service pole. Install watertight breakaway electrical fuse holders in all line and neutral conductors at the breakaway base. Use established industry and utility safety practices to erect assemblies near overhead or underground utilities. Consult with the appropriate utility company prior to beginning such work. D. Relocation. Disconnect and isolate the electrical power supply prior to removal of the assembly. Remove existing assembly as directed. Unless otherwise directed, salvage existing components such as sign, beacons, pole, and base. Repair or replace lost or damaged components as directed. Relocate existing assembly to the location shown on the plans or as directed. Install existing assembly at new foundations in accordance with Section 685.3.C, “Installation.” Remove existing foundations in accordance with Section 685.3.E, “Removal.” Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. E. Removal. Disconnect and isolate existing electrical power supplies prior to removal of the assembly. Remove existing sign panel, beacons, pole, and base from existing assembly. Store items to be reused or salvaged without damaging. Store sign panels above the ground in a vertical position at locations shown on the plans or as directed. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. Unless otherwise shown on the plans, remove abandoned foundations, including steel, to 2 ft. below the finished grade. Backfill with material equal in composition and density to the surrounding area, and replace any surfacing, such as asphalt pavement or concrete riprap, with like material to equivalent condition. 685.4. Measurement. This Item will be measured by each installed, relocated, or removed roadside flashing beacon assembly. 685.5. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Install Roadside Flashing Beacon Assemblies,” “Relocate Roadside Flashing Beacon Assemblies,” or “Remove Roadside Flashing Beacon Assemblies.” The Department will pay for electrical energy consumed by the roadside flashing beacon. New electrical services will be paid for under Item 628, “Electrical Services.” New signs will be paid for under Item 634, “Plywood Signs,” or Item 636, “Aluminum Signs.” New signal heads will be paid for under Item 682, “Vehicle and Pedestrian Signal Heads.” A. Installation. This price is full compensation for furnishing, fabricating, galvanizing, assembling, and erecting the roadside flashing beacon assemblies; foundations; furnishing and placing anchor bolts, nuts, washers, and templates; controller; and equipment, materials, labor, tools, and incidentals. B. Relocation. This price is full compensation for removing the roadside flashing beacon assemblies; removing existing foundations; installing new foundations; furnishing, fabricating, and installing any new components as required and replacing the assembly on its new foundations with all manipulations and electrical work; controller; salvaging; disposal of unsalvageable material; loading and hauling; and equipment, material, labor, tools, and incidentals. C. Removal. This price is full compensation for removing the various roadside flashing beacon assemblies components; removing the foundations; storing the components to be reused or salvaged; disposal of unsalvageable material; backfilling and surface placement; loading and hauling; and equipment, materials, tools, labor, and incidentals. GEOTECHNICAL ENGINEERING STUDY CARROLL LANE REHABILITATION FROM MCARDLE ROAD TO HOUSTON STREET CORPUS CHRISTI, TEXAS CITY OF CORPUS CHRISTI PROJECT NO.: E13097 Prepared for: Martinez, Guy & Maybik, Inc. 6000 S. Staples St., Suite 207 Corpus Christi, Texas 78411 Prepared by: Tolunay-Wong Engineers, Inc. 5233 IH-37, Suite B-7 Corpus Christi, Texas 78408 May 6, 2014 Project No. 14.53.007 / Report No. 1698 TWE Project No. 14.53.007 i Report No. 1698 TABLE OF CONTENTS 1 INTRODUCTION AND PROJECT DESCRIPTION 1-1 1.1 Introduction 1-1 1.2 Project Description 1-1 2 PURPOSE AND SCOPE OF SERVICES 2-1 3 FIELD PROGRAM 3-1 3.1 Soil Borings 3-1 3.2 Drilling Methods 3-1 3.3 Soil Sampling 3-1 3.4 Boring Logs 3-2 3.5 Groundwater Measurements 3-2 4 LABORATORY SERVICES 4-1 4.1 Laboratory Testing Program 4-1 5 SITE CONDITIONS 5-1 5.1 Site Descriptions and Surface Conditions 5-1 5.2 Subsurface Soil Stratigraphy and Properties 5-1 5.3 Shrink/Swell Potential 5-2 5.4 Groundwater Observations 5-2 6 GEOTECHNICAL RECOMMENDATIONS 6-1 6.1 Discussion 6-1 6.2 New Pavement Sections 6-1 6.2.1 Flexible Pavement Design 6-1 6.2.2 Rigid Pavement Design 6-3 6.2.3 Roadway Section Materials 6-4 6.2.4 Pavement Maintanence 6-6 7 LIMITATIONS AND DESIGN REVIEW 7-1 7.1 Limitations 7-1 7.2 Design Review 7-1 7.3 Construction Monitoring 7-1 7.4 Closing Remarks 7-1 TWE Project No. 14.53.007 ii Report No. 1698 TABLES AND APPENDICES TABLES Table 4-1 Laboratory Testing Program 4-1 Table 5-1 General Relationship Between P.I. and Shrink/Swell Potential 5-2 Table 5-2 Groundwater Level Elevations 5-3 Table 6-1 Flexible Pavement Design Values 6-2 Table 6-2 Recommended Minimum Typical Flexible Pavement Thicknesses 6-2 Table 6-3 Rigid Pavement Design Values 6-3 Table 6-4 Recommended Minimum Typical Rigid Pavement Thicknesses 6-4 APPENDICES Appendix A: Project Information Martinez, Guy & Maybik, Inc. Appendix B: Soil Boring Location Plan Drawing No. 14.53.007-1 Appendix C: Logs of Project Borings and a Key to Symbols and Terms used on Boring Logs TWE Project No. 14.53.007 1-1 Report No. 1698 1 INTRODUCTION AND PROJECT DESCRIPTION 1.1 Introduction This report presents the results of our geotechnical engineering study performed for the proposed new roadway as well as possible existing utilities replacement. Our geotechnical engineering study was conducted in accordance with TWE Proposal No. P14-C021 (Revision 2) dated April 2, 2014 and authorized by Mr. Ricardo Martinez, P.E. with Martinez, Guy & Maybik, Inc. on April 3, 2014. 1.2 Project Description The project consists of rehabilitation of a segment of existing Carroll Lane in Corpus Christi, Texas by construction of a new pavement section and possible replacement of existing underground utilities and addition of new curb and gutter. Carroll Lane from McArdle Road to Houston Street is an existing two lane asphalt covered roadway. A drawing provided by the Client presenting the proposed roadway alignment is provided in Appendix A. The reconstructed roadway cross section could consist of either flexible pavement or rigid pavement. Based on project information provided us, we understand that the existing utilities (water, sanitary sewer, storm sewer, and gas) that underlie the roadway will be replaced using open cut methods. It is our understanding that new flexible pavement section may consist of either a full depth reconstruction section or a full depth reclamation section. Further, new rigid pavement section may consist of a continuously reinforced concrete section or a plain, joint reinforced concrete section. The reconstructed roadway section design will be based on American Association of State Highway and Transportation Officials (AASHTO) and Texas Department of Transportation (TxDOT) methods. TWE Project No. 14.53.007 2-1 Report No. 1698 2 PURPOSE AND SCOPE OF SERVICES The purposes of our geotechnical engineering study were to investigate the subsurface conditions within the existing roadway and to provide geotechnical design and construction recommendations for proposed roadway reconstruction and possible underground utilities replacement. Our scope of services performed for the project consisted of: Performing nine (9) soil borings, two (2) soil borings to depths of 30-ft, three (3) soil borings to depths of 15-ft, and four (4) soil borings to depths of 5-ft along the existing Carroll Lane roadway alignment from McArdle Road to Houston Street to determine subsurface soil conditions; Performing a laboratory testing program to determine properties such as moisture content, unit weight, Atterberg limits, grain size distribution, and undrained shear strength; and, Evaluating field and laboratory test results to provide geotechnical design and construction recommendations for the proposed roadway reconstruction and possible existing utilities replacement. Our scope of services did not include any environmental assessments for the presence or absence of wetlands or of hazardous or toxic materials within or on the soil, air or water within the project site. Any statements in this report or on the boring logs regarding odors, colors or unusual or suspicious items or conditions are strictly for the information of the Client. A geological fault study was also beyond the scope of our services associated with our geotechnical engineering study. TWE Project No. 14.53.007 3-1 Report No. 1698 3 FIELD PROGRAM 3.1 Soil Borings The subsurface soil and water conditions at the project site were explored on April 15, 2014 by performing two (2) soil borings to depths of 30-ft, three (3) soil borings to depths of 15-ft, and four (4) soil borings to depths of 5-ft within the existing roadway alignment. Soil boring locations are presented in Appendix B of this report. Drilling and sampling of the soil borings were performed using truck-mounted drilling equipment. Our geotechnician coordinated the field activities and logged the boreholes. 3.2 Drilling Methods Field operations were performed in general accordance with Standard Practice for Soil Investigation and Sampling by Auger Borings [American Society for Testing and Materials (ASTM) D 1452]. The soil borings were performed using a truck-mounted drilling rig equipped with a table-mounted rotary drive. The boreholes were advanced using hollow stem auger drilling methods. The existing pavement materials were penetrated by augering and then carefully measured. Samples of the soils below the existing paving materials were obtained intermittently at intervals of 2-ft to the bottom of the borings at 5-ft, 15-ft, and 30-ft. 3.3 Soil Sampling Fine-grained, cohesive soil samples were recovered from the soil borings by hydraulically pushing a 3-in diameter, thin-walled Shelby tube a distance of about 24-in. The field sampling procedures were conducted in general accordance with the Standard Practice for Thin-Walled Tube Sampling of Soils (ASTM D 1587). Our geotechnician visually classified the recovered soils and obtained field strength measurements of the recovered soils using a calibrated pocket penetrometer. The samples were extruded in the field, wrapped in foil, placed in moisture sealed plastic bags and protected from disturbance prior to transport to the laboratory. The recovered soil sample depths and pocket penetrometer measurements are shown on the project boring logs in Appendix C. Coarse-grained, cohesionless and semi-cohesionless soil samples were collected with the standard penetration test (SPT) sampler driven 18-in by blows from a 140-lb hammer falling 30- in in accordance with the Standard Test Method for Standard Penetration Test (SPT) and Spilt- Barrel Sampling of Soils (ASTM D 1586). The number of blows required to advance the sampler three (3) consecutive 6-in depths are recorded for each corresponding sample on the boring log. The N-value, in blows per foot, is obtained from SPTs by adding the last two (2) blow count numbers. The compactness of cohesionless and semi-cohesionless samples and the consistency of cohesive samples are inferred from the N-value. The samples obtained from the split-barrel sampler were visually classified, placed in moisture sealed containers and transported to our laboratory. TWE Project No. 14.53.007 3-2 Report No. 1698 3.4 Boring Logs Our interpretations of general subsurface soil and water conditions at the soil boring locations are included on the boring logs. Our interpretations of the soil types throughout the boring depth and the locations of strata changes were based on visual classifications during field sampling and laboratory testing in accordance with Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) (ASTM D 2487) and Standard Practice for Description and Identification of Soils (Visual-Manual Procedure) (ASTM D 2488). The boring logs include the type and interval depth for each sample along with their corresponding pocket penetrometer measurements and SPT measurements. The boring logs and a key to terms and symbols used on boring logs are presented in Appendix C. 3.5 Groundwater Measurements Groundwater level measurements were made in the open boreholes. Water level readings were taken in the open boreholes when groundwater was first encountered and at about fifteen (15) minute intervals later. The groundwater observations are summarized in Section 5.4 of this report entitled “Groundwater Observations.” TWE Project No. 14.53.007 4-1 Report No. 1698 4 LABORATORY SERVICES A laboratory testing program was conducted to assist in classification and to evaluate the physical and engineering properties of the subsurface soils encountered within the project site. 4.1 Laboratory Testing Program Laboratory tests were performed in general accordance with ASTM International standards. The types and brief descriptions of the laboratory tests performed are presented in Table 4-1 below. Table 4-1 Laboratory Testing Program Type of Test Test Method Amount of Materials in Soils Finer than No. 200 Sieve ASTM D 1140 Unconfined Compressive Strength of Cohesive Soils ASTM D 2166 Water (Moisture) Content of Soil ASTM D 2216 Liquid Limit, Plastic Limit and Plasticity Index of Soils ASTM D 4318 Dry Unit Weight - Amount of Materials in Soils Finer than No. 200 (75-µm) Sieve (ASTM D 1140) This test method determines the amount of materials in soils finer than the No. 200 (75-µm) sieve by washing. The loss in weight resulting from the wash treatment is presented as a percentage of the original sample and is reported as the percentage of silt and clay particles in the sample. Unconfined Compressive Strength of Cohesive Soil (ASTM D 2166) This test method determines the unconfined compressive (UC) strength of cohesive soil in the undisturbed or remolded condition using strain-controlled application of an axial load. This test method provides an approximate value of the strength of cohesive materials in terms of total stresses. The undrained shear strength of a cohesive soil sample is typically one-half (1/2) the unconfined compressive strength. Water (Moisture) Content of Soil by Mass (ASTM D 2216) This test method determines water (moisture) content by mass of soil where the reduction in mass by drying is due to loss of water. The water (moisture) content of soil, expressed as a percentage, is defined as the ratio of the mass of water to the mass of soil solids. Moisture content may provide an indication of cohesive soil shear strength and compressibility when compared to Atterberg Limits. Liquid Limit, Plastic Limit and Plasticity Index of Soils (ASTM D 4318) This test method determines the liquid limit, plastic limit and the plasticity index of soils. These tests, also known as Atterberg limits, are used from soil classification purposes. They also provide an indication of the volume change potential of a soil when considered in conjunction with the natural moisture content. The liquid limit and plastic limit establish boundaries of consistency for plastic soils. The plasticity index is the difference between the liquid limit and plastic limit. TWE Project No. 14.53.007 4-2 Report No. 1698 Dry Unit Weight of Soils This test method determines the weight per unit volume of soil, excluding water. Dry unit weight is used to relate the compactness of soils to volume change and stress-strain tendencies of soils when subjected to external loadings. Soil properties including moisture content, unit weight, Atterberg limits, grain size distribution, penetration resistance, shear strength and compressive strength are presented on the project boring logs in Appendix C. TWE Project No. 14.53.007 5-1 Report No. 1698 5 SITE CONDITIONS Our interpretations of subsurface conditions within the project alignment are based on information obtained at the soil boring locations only. This information has been used as the basis for our conclusions and recommendations included in this report. Subsurface conditions may vary at areas not explored by the soil borings. Significant variations at areas not explored will require reassessment of our recommendations. 5.1 Site Descriptions and Surface Conditions The project site is located within the existing right of way for Carroll Lane from McArdle Road to Houston Street as presented on Drawing No. 14.53.007-1 in Appendix A of this report. Surface conditions at the time of our field program consisted of an asphalt covered, two lane city roadway. 5.2 Subsurface Soil Stratigraphy and Properties The top 0.5-ft to 1-ft of the roadway consists of asphalt over fill material. The asphalt thickness varied between 2½-in and 4½-in. The fill material thickness varied between 3-in and 9½-in. The fill material immediately below the asphalt consists of mostly clayey SAND (SC) with occasional sandy CLAY (CL). A phenolphthalein indicator solution applied to the samples of fill material did not indicate any presence of lime in the samples. Below the existing asphalt pavement section, the subsurface profile encountered within the project borings consisted of medium dense to dense clayey SAND (SC) and soft to very stiff, but occasionally hard, sandy lean CLAY (CL), sandy fat CLAY (CH), and fat CLAY (CH) to the completion depths of the borings. Results of Atterberg limits tests on selected samples of the soils recovered from the project borings indicate liquid limits ranging from 24 to 75 with corresponding plasticity indices ranging from 8 to 52. Based on this plasticity index range, the soils encountered in the project borings are considered to have low to very high plasticity. In-situ moisture contents of the samples ranged from 14% to 32% at the time of our field program. The amount of material passing the No. 200 sieve ranged from 28% to 91%. Undrained shear strengths derived from unconfined compressive strength tests and pocket penetrometer measurements ranged from 0.25-tsf to 1.30-tsf. Based on the above undrained shear strength data, the cohesive soils encountered within the project borings are inferred to have mostly firm to very stiff consistencies. Based on the SPT results, the cohesionless and semi-cohesionless soils encountered in the borings are inferred to have mostly medium dense to dense relative densities. Soil properties including moisture content, unit weight, Atterberg limits and grain size distribution, are presented on the project boring logs in Appendix C. TWE Project No. 14.53.007 5-2 Report No. 1698 5.3 Shrink/Swell Potential The tendency for a soil to shrink and swell with change in moisture content is a function of clay content and type, which are generally reflected in soil consistency as defined by the Atterberg Limits. A generalized relationship between shrink/swell potential and the soil plasticity index (P.I.) is shown on Table 5-1 below: Table 5-1 General Relationship Between P.I. and Shrink/Swell Potential P.I. Range Shrink/Swell Potential 0 – 15 Low 15 – 25 Medium 25 – 35 High > 35 Very High The amount of expansion that will actually occur with increase in moisture content is inversely related to the overburden pressure; that is, the larger the overburden pressure, the smaller the amount of expansion. Near-surface soils are thus susceptible to shrink/swell behavior because they experience low amounts of overburden. Shrink/swell behavior is normally considered to be limited to the upper 10-ft of the various soil formations in the Coastal Bend area of Texas. The presence of a water table will tend to keep the clays near the water table saturated and thus less likely to swell. Overall, the clay soils above 10-ft at this site possess mostly medium to high shrink/swell potential. 5.4 Groundwater Observations Groundwater level measurements were made in the open boreholes when groundwater was first encountered and then about fifteen (15) minute later. Groundwater measurements obtained from the project borings are presented in Table 5-2 on the following page. TWE Project No. 14.53.007 5-3 Report No. 1698 Table 5-2 Groundwater Level Elevations Soil Boring Completion Depth Depth Encountered During Dry-Auger Drilling Depth Observed about Fifteen (15) Minutes Later B-1 15-ft Free water was not encountered during drilling B-2 5.0-ft Free water was not encountered during drilling B-3 30-ft 18.0-ft 14.5-ft B-4 5-ft Free water was not encountered during drilling B-5 15-ft Free water was not encountered during drilling B-6 5-ft Free water was not encountered during drilling B-7 30-ft 17.0-ft 15.5-ft B-8 5-ft Free water was not encountered during drilling B-9 15-ft Free water was not encountered during drilling Groundwater levels at the site may fluctuate with climatic and seasonal variations and should be verified before construction. Accurate determination of static groundwater levels is typically made with standpipe piezometers. Installation of standpipe piezometers to evaluate long-term groundwater conditions within the project site was not included in the present scope of services. TWE Project No. 14.53.007 6-1 Report No. 1698 6 GEOTECHNICAL RECOMMENDATIONS 6.1 Discussion The project consists of rehabilitation of a segment of existing Carroll Lane roadway from McArdle Road to Houston Street. This segment of Carroll Lane will be reconstructed as a two lane roadway with new curbs and gutters, and possible existing utilities replacement. Our geotechnical design and construction recommendations for the proposed roadway are included in the sections below. 6.2 New Pavement Sections The methods used in our pavement analysis can be found in the AASHTO, Guide for Design of Pavement Structures. Data from a traffic study performed from January 9, 2012 to January 10, 2012 by others for the City of Corpus Christi (City) was used to estimate traffic conditions for design purposes using a 30 year design life. An annual traffic growth rate of 0.4% for Carroll Lane and a truck factor of 4% were used in accordance with City requirements. Our pavement design recommendations for flexible and rigid pavement sections are provided in the following sections. 6.2.1 Flexible Pavement Design The primary design requirements needed for flexible pavement design according to the Pavement Design Guide include the following: Material Layer Coefficient; Soil Resilient Modulus, psi; Serviceability Indices; Drainage Coefficient; Overall Standard Deviation; Reliability, %; and, Design Traffic, 18-kip Equivalent Single Axle Load (ESAL) In our analysis, we assumed U.S. climatic region I (wet and no freeze characteristics), the values used for our analyses are presented in Table 6-1 on the following page. TWE Project No. 14.53.007 6-2 Report No. 1698 Table 6-1 Flexible Pavement Design Values Description Value Material Coefficients Hot Mix Asphalt Concrete (HMAC), Type D 0.44 HMAC, Type B 0.40 Crushed Limestone (Type A, Grade 2 or better) [CLS] 0.14 Reclaimed Asphalt Pavement (Cement Treated) [RAP] 0.20 Lime Stabilized Subgrade (LSS) 0.08 Serviceability Indices Initial 4.2 Terminal 2.5 Soil Resilient Modulus 5,750-psi Drainage Coefficient 1.0 Overall Standard Deviation 0.45 Reliability 90 Design Traffic, 18-kip Equivalent Single Axle Load (ESAL) 2,117,230 Structural Number Required 4.32 Table 6-2 below provides the recommended minimum typical pavement section derived from our analysis using the AASHTO Guide. Table 6-2 Recommended Minimum Typical Flexible Pavement Thicknesses Pavement Option HMAC, Type D HMAC, Type B CLB RAP LSS SN A 2.5-in 2.5-in 12.0-in --- 8.0-in 4.42 B 3.0-in 3.0-in --- 9.0-in --- 4.32 HMAC = Hot Mix Asphalt Concrete CLB = Crushed Limestone Base RAP = Reclaimed Asphalt Pavement LSS = Lime Stabilized Subgrade SN = Structural Number Provided by Pavement Option Pavement Option A involves full depth reconstruction of the roadway through the use of new imported materials. The existing pavement materials would be completely removed followed by lime stabilization and compaction of the exposed subgrade, placement and compaction of new imported crushed limestone base (flexible base material), and placement and compaction of hot mix asphalt concrete. Finished grade of the new roadway surface can be either lower or higher than the finished grade of the existing roadway surface. TWE Project No. 14.53.007 6-3 Report No. 1698 Pavement Option B involves full depth reclamation of the existing pavement materials. The full depth of existing pavement materials (existing asphalt surface and existing base material) would be pulverized so that the maximum particle size is less than 1-½ inches, Portland cement would be introduced and mixed with the pulverized material, and the cement treated mixture would be compacted to required density. After compaction and curing, hot mix asphalt concrete would be placed and compacted. Finished grade of the new roadway would be higher than the finished grade of the existing roadway surface. It should be noted that the cement stabilized base material option will provide a “rigid” base course which may develop shrinkage cracks, which will reflect through the asphalt surface course. While not usually a structural concern, shrinkage cracks are an aesthetic concern and will require maintenance (sealing) to prevent migration of moisture through the asphalt surface and base course and into the underlying untreated subgrade soils. Failure to perform this maintenance, on a regular basis, will result in reduced pavement service life and performance. 6.2.2 Rigid Pavement Design The primary design requirements needed for rigid pavement design according to the AASHTO Guide include the following: 28-day Concrete Modulus of Rupture, psi; 28-day Concrete Elastic Modulus, psi; Effective Modulus of Subgrade Reaction, pci (k-value); Serviceability Indices; Load Transfer Coefficient; Drainage Coefficient; Overall Standard Deviation; Reliability, %; and, Design Traffic, 18-kip Equivalent Single Axle Load (ESAL) In our analysis, we assumed U.S. climatic region I (wet and no freeze characteristics), the values used for our analyses are presented in Table 6-3 on the following page. Table 6-3 Rigid Pavement Design Values Description Value 28-day Concrete Modulus of Rupture 620-psi 28-day Concrete Elastic Modulus 5,000,000-psi Effective Modulus of Subgrade Reaction 110-pci Serviceability Indices Initial 4.5 Terminal 2.5 Load Transfer Coefficient Continuously Reinforced 2.6 Plain, Joint Reinforced 2.9 Drainage Coefficient 1.0 Overall Standard Deviation 0.39 Reliability 90 Design Traffic, 18-kip Equivalent Single Axle Load (ESAL) 2,633,530 TWE Project No. 14.53.007 6-4 Report No. 1698 Table 6-4 below provides the recommended minimum typical pavement section derived from our analysis using the AASHTO Pavement Design Guide. Table 6-4 Recommended Minimum Typical Rigid Pavement Thicknesses Pavement Option PCC LSS Continuously Reinforced 8.5-in 8.0-in Plain, Joint Reinforced 8.5-in 8.0-in PCC = Portland Cement Concrete LSS = Lime Stabilized Subgrade 6.2.3 Roadway Section Materials Hot Mix Asphalt Concrete (HMAC) HMAC should conform to Item 340, “Dense-Graded Hot-Mix Asphalt” of the Texas Department of Transportation (TxDOT) 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. The HMAC should provide a minimum tensile strength (dry) of 85 to 200 psi when tested in accordance with TxDOT Test Method Tex-226-F, and should be compacted at 96% of the theoretical density as determined from the asphaltic mixture design prepared in accordance with TxDOT Test Method Tex-207-F “Determining Density of Compacted Bituminous Mixtures”. Portland Cement Concrete (PCC) PCC should be provided in accordance with TxDOT Item 421 “Hydraulic Cement Concrete”, 2004. Concrete should be designed to meet a minimum average flexural strength (modulus of rupture) of at least 620-psi at 28-days or a minimum average compressive strength of 4,500-psi at 28-days. Reinforcing steel consisting of deformed steel rebar should be used in accordance with TxDOT Item 440 “Reinforcing Steel.” The first few loads of concrete should be checked for slump, air and temperature on start-up production days to check for concrete conformance and consistency. Concrete should be sampled and strength test specimens [two (2) specimens per test] prepared on the initial day of production and for each 400-yd2 or fraction thereof of concrete pavement thereafter. At least one (1) set of strength test specimens should be prepared for each production day. Slump, air and temperature tests should be performed each time strength test specimens are made. Concrete temperature should also be monitored to ensure that concrete is consistently within the temperature requirements. TWE Project No. 14.53.007 6-5 Report No. 1698 Crushed Limestone Base (CLB) CLB should conform to TxDOT, Item No. 247 “Flexible Base”, Type A, Grade 2 or better and should be compacted to 100% of the maximum dry density determined by TxDOT Test Method Tex-113-E within ±2% of the optimum moisture content. Reclaimed Asphalt Pavement (RAP) Cement treated RAP indicated in Option B of Table 6.2 above should be road-mixed in accordance with TxDOT Item 275 “Cement Treatment (Road-Mixed)”. Imported CLB should meet the requirements for CLB provided above. For preliminary estimating purposes, a cement quantity of five (5) percent can be used. However, a mix design should be performed prior to construction to determine a target cement content and optimum moisture content necessary to produce a stabilized mixture meeting a compressive strength of 300-psi after 7-days. Cement should be applied once the roadway is thoroughly mixed until a homogenous mixture is achieved. The mixture should be compacted in one (1) lift within 2-hr of applying cement. The mixture should be compacted to at least 95% of the maximum dry density within 2% of the optimum moisture content as determined from ASTM D 698 “Laboratory Compaction Characteristics of Soil using Standard Effort.” Once the cement-treated base is compacted and finished, curing by sprinkling for at least 3-days should be performed to maintain the moisture content within 2% below the optimum moisture content. Uncontaminated materials of uniform quality should be provided and used in the cement-treated mixtures that meet the requirements of the plans and specifications. The Geotechnical Engineer should be notified of proposed material sources, changes to material sources and should provide verification that the specification requirements have been met prior to the placement of material. A qualified representative of the Geotechnical Engineer should be present during construction to sample and test the cement-treated base materials. Lime-Stabilized Subgrade (LSS) Lime stabilization of the subgrade soils is recommended for flexible pavement sections included in Table 6.2 above as Pavement Option A and for rigid pavement sections included in Table 6.4 above. Proper preparation and lime stabilization of the roadway subgrade will improve long- term pavement performance by reducing plasticity of the clay soils, increasing their load carrying capacity, and improving their workability. After completion of necessary stripping and clearing, the exposed soil subgrade should be carefully evaluated by probing and testing. Any unsuitable material (shell, gravel, organic material, wet, soft or loose soil) still in place should be removed. The exposed soil subgrade should be further evaluated by proofrolling with a heavy pneumatic tired roller, loaded dump truck or similar equipment weighing at least 20-tons to ensure that soft or loose material does not exist beneath the exposed soils. Proofrolling procedures should be observed routinely by a qualified representative of the Geotechnical Engineer. Any undesirable material revealed should be removed and replaced in a controlled manner with soils similar in classification or select fill. TWE Project No. 14.53.007 6-6 Report No. 1698 Once final subgrade elevation is achieved and prior to placement of PCC wearing surface or crushed limestone base material, the exposed surface of the pavement subgrade soil should be scarified to a depth of 8-in and mixed with hydrated lime in conformance with TxDOT Item 260 “Lime Treatment (Road-Mixed)”. It is estimated that 5% hydrated lime by dry unit weight of soil will be required. Assuming an in-place unit weight of 120-pcf for the roadway subgrade soils, 5% lime by dry unit weight equates to about 36-lbs of lime per square yard of treated subgrade. The actual quantity of lime required should be determined after the roadway alignment is stripped and subgrade soils are exposed by use of a laboratory soil treatability study. Lime used during chemical stabilization should be Type A hydrated lime or Type B commercial slurry. The lime stabilized subgrade should be compacted to a minimum 95% of the maximum dry density as determined by ASTM D 698 at a moisture content within the range of 4% above optimum. Lime stabilization should extend at least 1-ft beyond the roadway edge to reduce effects of seasonal shrinking and swelling. In areas where hydrated lime is used for stabilization, routine sampling and Atterberg limit tests should be performed to verify the resulting plasticity index of the stabilized mixture is at/or below 20. Mechanical lime stabilization of the roadway subgrade will not prevent normal seasonal movement of the underlying untreated materials. Therefore, good perimeter surface drainage with a minimum 2% slope away from the roadway is recommended. 6.2.4 Pavement Maintenance Periodic maintenance of the roadway should be performed over the life of the pavement structure. Maintaining the roadway to prevent infiltration of water into the crushed limestone base material and subgrade soils is essential. Allowing water to infiltrate these materials will result in high maintenance costs and premature failures. TWE Project No. 14.53.007 7-1 Report No. 1698 7 LIMITATIONS AND DESIGN REVIEW 7.1 Limitations This report has been prepared for the exclusive use of Martinez, Guy & Maybik, Inc. and their design team for specific application to the design and construction of the proposed roadway reconstruction in Corpus Christi, Texas. Our report has been prepared in accordance with the generally accepted geotechnical engineering practice common to the local area. No other warranty, express or implied, is made. The analyses and recommendations contained in this report are based on the data obtained from the referenced soil borings performed within the project site. The soil borings indicate subsurface conditions only at the specific locations, times and depths penetrated. The soil borings do not necessarily reflect strata variations that may exist at other locations within the project alignment. The validity of our recommendations is based in part on assumptions about the stratigraphy made by the Geotechnical Engineer. Such assumptions may be confirmed only during construction and installation of the project structures. Our recommendations presented in this report must be reassessed if subsurface conditions during construction are different from those described in this report. If any changes in the nature, design or location of the project are planned, the conclusions and recommendations contained in this report should not be considered valid unless the changes are reviewed and the conclusions modified or verified in writing by TWE. TWE is not responsible for any claims, damages or liability associated with interpretation or reuse of the subsurface data or engineering analyses without the expressed written authorization of TWE. 7.2 Design Review Review of the design and construction drawings as well as the specifications should be performed by TWE before release. The review is aimed at determining if the geotechnical design and construction recommendations contained in this report have been properly interpreted. Design review is not within the authorized scope of work for this study. 7.3 Construction Monitoring Construction surveillance is recommended and has been assumed in preparing our recommendations. These field services are required to check for changes in conditions that may result in modifications to our recommendations. The quality of the construction practices will affect performance of the project structures and should be monitored. TWE would be pleased to provide construction monitoring, testing and inspection services for the project. 7.4 Closing Remarks We appreciate the opportunity to be of service during this phase of the project and we look forward to continuing our services during the construction phase and on future projects. TWE Project No. 14.53.007 Report No. 1698 APPENDIX A PROJECT INFORMATION MARTINEZ, GUY & MAYBIK, INC. E13097 CARROLL LN 7 - City City of Corpus Christi Traffic Engineering WEEKLY SUMMARY Starting: 1/9/12 Site Reference: Karen 232 Site ID: Carroll Location: (Gollihar/SH358(SPID)) Direction: Bi -Di File: CarrSPIDGol1.prn City: County: Page: 2 TIME MON TUE WED THU FRI SAT SUN WK TOT WK AVG 09 10 Lane 1 am pm am pm am pm am pm am pm am pm am pm an pm am pm 00:15 20 118 23 126 00:30 11 114 23 87 00:45 15 94 18 100 01:00 9 111 14 111 01:15 12 102 8 106 01:30 12 119 12 93 01:45 6 101 11 98 02:00 9 108 16 96 02:15 15 114 14 112 02:30 11 108 10 112 02:45 6 133 5 116 03:00 5 158 3 126 03:15 3 185 8 175 03:30 4 136 8 127 03:45 8 145 4 148 04:00 5 154 8 155 04:15 7 171 6 196 04:30 6 182 9 218 04:45 7 168 9 172 05:00 6 187 4 190 05:15 10 241 10 215 05:30 16 242 16 222 05:45 25 219 26 233 06:00 25 190 30 210 06:15 28 194 28 196 06:30 32 140 29 162 06:45 51 150 41 138 07:00 54 108 48 114 07:15 56 140 52 125 07:30 89 93 87 92 07:45 168 99 155 88 08:00 254 76 246 93 08:15 169 77 160 76 08:30 146 91 146 96 08:45 171 57 153 79 09:00 139 80 156 72 09:15 113 59 91 79 09:30 83 56 96 66 09:45 69 65 91 67 10:00 83 48 95 62 10:15 89 33 78 53 10:30 86 35 82 24 10:45 80 60 102 35 11:00 91 48 100 34 11:15 75 38 87 30 11:30 94 31 97 30 11:45 102 35 90 36 12:00 98 16 108 21 43 244 21 122 34 201 17 100 33 194 16 97 23 222 11 111 20 208 10 104 24 212 12 106 17 199 8 99 25 204 12 102 29 226 14 113 21 220 10 110 11 249 5 124 8 284 4 142 11 360 5 180 12 263 6 131 12 293 6 146 13 309 6 154 13 367 6 183 15 400 7 200 16 340 8 170 10 377 5 188 20 456 10 228 32 464 16 232 51 452 25 226 55 400 27 200 56 390 28 195 61 302 30 151 92 288 46 144 102 222 51 111 108 265 54 132 176 185 88 92 323 187 161 93 500 169 250 84 329 153 164 76 292 187 146 93 324 136 162 68 295 152 147 76 204 138 102 69 179 122 89 61 160 132 80 66 178 110 89 55 167 86 83 43 168 59 84 29 182 95 91 47 191 82 95 41 162 68 81 34 191 61 95 30 192 71 96 35 206 37 103 18 rOTALS 8102 8125 0 0 0 0 0 16227 8093 NM Times 8:00 7:45 8:00 8:00 %IA Peaks 740 707 1445 722 ?M Times 17:15 17:15 ?M Peaks 892 880 17:15 17:15 1772 886 BOND 2014 STREET PROJECTS: ANNUAL TRAFFIC GROWTH RATE (per CCMPO Travel Demand Model) BOND 2014 STREET PROJECT LIMITS GROWTH RATE E13086 ALAMEDA RD KINNEY ST TO LIPAN ST 0.5 E13087 GOLLIHAR RD STAPLES ST TO WEBER RD 0.6 E13088 GOLLIHAR RD KOSTORYZ RD TO CARROLL LN 0.6 [13089 GOLLIHAR RD CARROLL LANE TO WEBER RD 0.6 E13090 MORGAN AVE OCEAN DR TO ALAMEDA ST 0.8 E13091 CORONA RD FLYNN PKWY TO EVERHART RD 0.2 E13092 AYERS ST OCEAN DR TO ALAMEDA ST 0.9 E13093 YORKTOWN BLVD LAKE TRAVIS TO EVERHART RD 2.6 [13094 STAPLES ST ALAMEDA RD TO MORGAN AVE 0.3 [13095 SOUTHERN MINERALS RD UP RIVER RD TO IH 37 1.7 E13096 YORKTOWN BLVD EVERHART RD TO STAPLES ST 2.6 [13097 CARROLL LN HOUSTON ST TO MCARDLE RD 0.4 E13098 OLD ROBSTOWN RD SH44 TO LEOPARD ST 4.4 E13099 WALDRON RD AIRDOME TO CARIBBEAN 0,8 E13100 SANTE FE ELIZABETH TO HANCOCK 0.2 4% TRUCKS CITYWIDE TWE Project No. 14.53.007 Report No. 1698 APPENDIX B SOIL BORING LOCATION PLAN DRAWING NO. 14.53.007-1 • �., 4 VICINITY MAP xdwick Rd Arp 0 PROJECT ,'= TWE Project No. 14.53.007 Report No. 1698 APPENDIX C LOGS OF PROJECT BORINGS AND A KEY TO SYMBOLS AND TERMS USED ON BORING LOGS 0 5 10 15 20 25 30 35 Asphaltic Concrete (4") Dense gray CLAYEY SAND, with some aggregate (4") Dense gray CLAYEY SAND (SC) Firm brown FAT CLAY with SAND (CH) Soft gray SANDY FAT CLAY (CH) -becomes firm at 13' Bottom @ 15' (P)4.50 (P)1.00 (P)1.00 (P)1.00 (P)0.50 (P)1.00 16 34 32 105 85 87 31 51 17 35 78 70 Tolunay-Wong Engineers, Inc. LOG OF BORING B-1 PROJECT: Carroll Lane Rehabilitation - Houston Street to McArdle Road Corpus Christi, Texas CLIENT: Martinez, Guy & Maybik, Inc. Corpus Christi, Texas COMPLETION DEPTH: 15 ft NOTES: Free water was not encountered during dry-auger drilling. The open borehole was backfilled with soil cuttings and dry bentonite.DATE BORING STARTED: 04/15/14 DATE BORING COMPLETED: 04/15/14 LOGGER: L. Ramos PROJECT NO.: 14.53.007 Page 1 of 1 EL E V A T I O N ( F T ) -- - - - - - - - - - - - - - - - - - - - - - - - - - DE P T H ( F T ) SA M P L E T Y P E SY M B O L MATERIAL DESCRIPTION COORDINATES: SURFACE ELEVATION: DRILLING METHOD: Dry Augered: to Wash Bored: to (P ) P O C K E T P E N ( t s f ) (T ) T O R V A N E ( t s f ) ST D . P E N E T R A T I O N TE S T B L O W C O U N T MO I S T U R E CO N T E N T ( % ) DR Y U N I T W E I G H T (p c f ) LI Q U I D L I M I T (% ) PL A S T I C I T Y IN D E X ( % ) LA B M I N I V A N E SH E A R ( t s f ) CO M P R E S S I V E ST R E N G T H ( t s f ) FA I L U R E S T R A I N ( % ) CO N F I N I N G PR E S S U R E ( p s i ) PA S S I N G # 2 0 0 SI E V E ( % ) OT H E R T E S T S PE R F O R M E D 0' 15' -- -- 27° 43' 44.00'' 97° 24' 12.50'' N W 0 5 10 15 20 25 30 35 Asphaltic Concrete (4") Dense gray CLAYEY SAND (4") Very stiff brown SANDY FAT CLAY (CH) -becomes hard at 3' Bottom @ 5' (P)3.00 (P)4.50 21 104 52 32 2.60 55 Tolunay-Wong Engineers, Inc. LOG OF BORING B-2 PROJECT: Carroll Lane Rehabilitation - Houston Street to McArdle Road Corpus Christi, Texas CLIENT: Martinez, Guy & Maybik, Inc. Corpus Christi, Texas COMPLETION DEPTH: 5 ft NOTES: Free water was not encountered during dry-auger drilling. The open borehole was backfilled with soil cuttings and dry bentonite.DATE BORING STARTED: 04/15/14 DATE BORING COMPLETED: 04/15/14 LOGGER: L. Ramos PROJECT NO.: 14.53.007 Page 1 of 1 EL E V A T I O N ( F T ) -- - - - - - - - - - - - - - - - - - - - - - - - - - DE P T H ( F T ) SA M P L E T Y P E SY M B O L MATERIAL DESCRIPTION COORDINATES: SURFACE ELEVATION: DRILLING METHOD: Dry Augered: to Wash Bored: to (P ) P O C K E T P E N ( t s f ) (T ) T O R V A N E ( t s f ) ST D . P E N E T R A T I O N TE S T B L O W C O U N T MO I S T U R E CO N T E N T ( % ) DR Y U N I T W E I G H T (p c f ) LI Q U I D L I M I T (% ) PL A S T I C I T Y IN D E X ( % ) LA B M I N I V A N E SH E A R ( t s f ) CO M P R E S S I V E ST R E N G T H ( t s f ) FA I L U R E S T R A I N ( % ) CO N F I N I N G PR E S S U R E ( p s i ) PA S S I N G # 2 0 0 SI E V E ( % ) OT H E R T E S T S PE R F O R M E D 0' 5' -- -- 27° 43' 47.20'' 97° 24' 10.30'' N W 0 5 10 15 20 25 30 35 Asphaltic Concrete (4") Dense gray CLAYEY SAND (6") Very stiff brown SANDY LEAN CLAY (CL) -becomes stiff at 13' -becomes soft and tan at 18.5' -becomes firm at 23.5' -becomes hard and gray at 28' Bottom @ 30' (P)4.00 (P)4.00 (P)4.00 (P)4.00 (P)3.50 (P)2.00 (P)4.50 1/6" 1/6" 2/6" 2/6" 3/6" 3/6" 15 19 20 27 19 109 107 102 108 48 41 36 23 0.80 1.80 59 55 56 Tolunay-Wong Engineers, Inc. LOG OF BORING B-3 PROJECT: Carroll Lane Rehabilitation - Houston Street to McArdle Road Corpus Christi, Texas CLIENT: Martinez, Guy & Maybik, Inc. Corpus Christi, Texas COMPLETION DEPTH: 30 ft NOTES: Free water was encountered at a depth of 18.0-ft during dry-auger drilling and rose to a depth of 14.5-ft after fifteen (15) minutes. The open borehole was backfilled with soil cuttings and dry bentonite. DATE BORING STARTED: 04/15/14 DATE BORING COMPLETED: 04/15/14 LOGGER: L. Ramos PROJECT NO.: 14.53.007 Page 1 of 1 EL E V A T I O N ( F T ) -- - - - - - - - - - - - - - - - - - - - - - - - - - DE P T H ( F T ) SA M P L E T Y P E SY M B O L MATERIAL DESCRIPTION COORDINATES: SURFACE ELEVATION: DRILLING METHOD: Dry Augered: to Wash Bored: to (P ) P O C K E T P E N ( t s f ) (T ) T O R V A N E ( t s f ) ST D . P E N E T R A T I O N TE S T B L O W C O U N T MO I S T U R E CO N T E N T ( % ) DR Y U N I T W E I G H T (p c f ) LI Q U I D L I M I T (% ) PL A S T I C I T Y IN D E X ( % ) LA B M I N I V A N E SH E A R ( t s f ) CO M P R E S S I V E ST R E N G T H ( t s f ) FA I L U R E S T R A I N ( % ) CO N F I N I N G PR E S S U R E ( p s i ) PA S S I N G # 2 0 0 SI E V E ( % ) OT H E R T E S T S PE R F O R M E D 0' 18' 18' 30' 27° 43' 51.60'' 97° 24' 07.90'' N W 0 5 10 15 20 25 30 35 Asphaltic Concrete (4") Dense gray CLAYEY SAND (8") Medium dense tan CLAYEY SAND (SC) -becomes brown at 3' Bottom @ 5' (P)2.50 (P)3.50 15 113 35 22 48 Tolunay-Wong Engineers, Inc. LOG OF BORING B-4 PROJECT: Carroll Lane Rehabilitation - Houston Street to McArdle Road Corpus Christi, Texas CLIENT: Martinez, Guy & Maybik, Inc. Corpus Christi, Texas COMPLETION DEPTH: 5 ft NOTES: Free water was not encountered during dry-auger drilling. The open borehole was backfilled with soil cuttings and dry bentonite.DATE BORING STARTED: 04/15/14 DATE BORING COMPLETED: 04/15/14 LOGGER: L. Ramos PROJECT NO.: 14.53.007 Page 1 of 1 EL E V A T I O N ( F T ) -- - - - - - - - - - - - - - - - - - - - - - - - - - DE P T H ( F T ) SA M P L E T Y P E SY M B O L MATERIAL DESCRIPTION COORDINATES: SURFACE ELEVATION: DRILLING METHOD: Dry Augered: to Wash Bored: to (P ) P O C K E T P E N ( t s f ) (T ) T O R V A N E ( t s f ) ST D . P E N E T R A T I O N TE S T B L O W C O U N T MO I S T U R E CO N T E N T ( % ) DR Y U N I T W E I G H T (p c f ) LI Q U I D L I M I T (% ) PL A S T I C I T Y IN D E X ( % ) LA B M I N I V A N E SH E A R ( t s f ) CO M P R E S S I V E ST R E N G T H ( t s f ) FA I L U R E S T R A I N ( % ) CO N F I N I N G PR E S S U R E ( p s i ) PA S S I N G # 2 0 0 SI E V E ( % ) OT H E R T E S T S PE R F O R M E D 0' 5' -- -- 27° 43' 56.30'' 97° 24' 04.80'' N W 0 5 10 15 20 25 30 35 Asphaltic Concrete (4.5") Dense brown CLAYEY SAND (3") Dense tan CLAYEY SAND (SC) -becomes medium dense at 3' -becomes loose at 7' -becomes loose at 9' Very loose tan SILTY SAND (SM) Bottom @ 15' (P)4.50 (P)2.50 (P)2.50 (P)1.00 (P)0.50 2/6" 2/6" 2/6" 14 15 20 115 108 27 11 28 30 Tolunay-Wong Engineers, Inc. LOG OF BORING B-5 PROJECT: Carroll Lane Rehabilitation - Houston Street to McArdle Road Corpus Christi, Texas CLIENT: Martinez, Guy & Maybik, Inc. Corpus Christi, Texas COMPLETION DEPTH: 15 ft NOTES: Free water was not encountered during dry-auger drilling. The open borehole was backfilled with soil cuttings and dry bentonite.DATE BORING STARTED: 04/15/14 DATE BORING COMPLETED: 04/15/14 LOGGER: L. Ramos PROJECT NO.: 14.53.007 Page 1 of 1 EL E V A T I O N ( F T ) -- - - - - - - - - - - - - - - - - - - - - - - - - - DE P T H ( F T ) SA M P L E T Y P E SY M B O L MATERIAL DESCRIPTION COORDINATES: SURFACE ELEVATION: DRILLING METHOD: Dry Augered: to Wash Bored: to (P ) P O C K E T P E N ( t s f ) (T ) T O R V A N E ( t s f ) ST D . P E N E T R A T I O N TE S T B L O W C O U N T MO I S T U R E CO N T E N T ( % ) DR Y U N I T W E I G H T (p c f ) LI Q U I D L I M I T (% ) PL A S T I C I T Y IN D E X ( % ) LA B M I N I V A N E SH E A R ( t s f ) CO M P R E S S I V E ST R E N G T H ( t s f ) FA I L U R E S T R A I N ( % ) CO N F I N I N G PR E S S U R E ( p s i ) PA S S I N G # 2 0 0 SI E V E ( % ) OT H E R T E S T S PE R F O R M E D 0' 15' -- -- 27° 44' 00.70'' 97° 24' 02.30'' N W 0 5 10 15 20 25 30 35 Asphaltic Concrete (4") Dense gray CLAYEY SAND (4") Hard brown SANDY LEAN CLAY (CL) -becomes very stiff and gray at 3' Bottom @ 5' (P)4.50 (P)4.00 19 105 37 20 2.30 58 Tolunay-Wong Engineers, Inc. LOG OF BORING B-6 PROJECT: Carroll Lane Rehabilitation - Houston Street to McArdle Road Corpus Christi, Texas CLIENT: Martinez, Guy & Maybik, Inc. Corpus Christi, Texas COMPLETION DEPTH: 5 ft NOTES: Free water was not encountered during dry-auger drilling. The open borehole was backfilled with soil cuttings and dry bentonite.DATE BORING STARTED: 04/15/14 DATE BORING COMPLETED: 04/15/14 LOGGER: L. Ramos PROJECT NO.: 14.53.007 Page 1 of 1 EL E V A T I O N ( F T ) -- - - - - - - - - - - - - - - - - - - - - - - - - - DE P T H ( F T ) SA M P L E T Y P E SY M B O L MATERIAL DESCRIPTION COORDINATES: SURFACE ELEVATION: DRILLING METHOD: Dry Augered: to Wash Bored: to (P ) P O C K E T P E N ( t s f ) (T ) T O R V A N E ( t s f ) ST D . P E N E T R A T I O N TE S T B L O W C O U N T MO I S T U R E CO N T E N T ( % ) DR Y U N I T W E I G H T (p c f ) LI Q U I D L I M I T (% ) PL A S T I C I T Y IN D E X ( % ) LA B M I N I V A N E SH E A R ( t s f ) CO M P R E S S I V E ST R E N G T H ( t s f ) FA I L U R E S T R A I N ( % ) CO N F I N I N G PR E S S U R E ( p s i ) PA S S I N G # 2 0 0 SI E V E ( % ) OT H E R T E S T S PE R F O R M E D 0' 5' -- -- 27° 44' 04.00'' 97° 24' 00.00'' N W 0 5 10 15 20 25 30 35 Asphaltic Concrete (3") Dense brown CLAYEY SAND (3") Medium dense brown CLAYEY SAND (SC) -becomes loose and tan at 13' -becomes very loose at 23.5' Stiff tan FAT CLAY (CH) Bottom @ 30' (P)3.50 (P)4.00 (P)4.00 (P)3.00 (P)3.50 (P)1.00 3/6" 2/6" 3/6" 1/6" 1/6" 1/6" 2/6" 3/6" 7/6" 15 16 15 24 29 25 122 110 114 101 32 28 75 17 14 52 2.10 0.60 39 33 47 91 Tolunay-Wong Engineers, Inc. LOG OF BORING B-7 PROJECT: Carroll Lane Rehabilitation - Houston Street to McArdle Road Corpus Christi, Texas CLIENT: Martinez, Guy & Maybik, Inc. Corpus Christi, Texas COMPLETION DEPTH: 30 ft NOTES: Free water was encountered at a depth of 17.0-ft during dry-auger drilling and rose to a depth of 14.5-ft after fifteen (15) minutes. The open borehole was backfilled with soil cuttings and dry bentonite. DATE BORING STARTED: 04/15/14 DATE BORING COMPLETED: 04/15/14 LOGGER: L. Ramos PROJECT NO.: 14.53.007 Page 1 of 1 EL E V A T I O N ( F T ) -- - - - - - - - - - - - - - - - - - - - - - - - - - DE P T H ( F T ) SA M P L E T Y P E SY M B O L MATERIAL DESCRIPTION COORDINATES: SURFACE ELEVATION: DRILLING METHOD: Dry Augered: to Wash Bored: to (P ) P O C K E T P E N ( t s f ) (T ) T O R V A N E ( t s f ) ST D . P E N E T R A T I O N TE S T B L O W C O U N T MO I S T U R E CO N T E N T ( % ) DR Y U N I T W E I G H T (p c f ) LI Q U I D L I M I T (% ) PL A S T I C I T Y IN D E X ( % ) LA B M I N I V A N E SH E A R ( t s f ) CO M P R E S S I V E ST R E N G T H ( t s f ) FA I L U R E S T R A I N ( % ) CO N F I N I N G PR E S S U R E ( p s i ) PA S S I N G # 2 0 0 SI E V E ( % ) OT H E R T E S T S PE R F O R M E D 0' 15' 15' 30' 27° 44' 09.30'' 97° 23' 57.00'' N W 0 5 10 15 20 25 30 35 Asphlatic Concrete (2.5") Dense gray CLAYEY SAND (9.5") Very stiff gray SANDY LEAN CLAY (CL) Bottom @ 5' (P)4.00 (P)3.50 17 110 36 22 52 Tolunay-Wong Engineers, Inc. LOG OF BORING B-8 PROJECT: Carroll Lane Rehabilitation - Houston Street to McArdle Road Corpus Christi, Texas CLIENT: Martinez, Guy & Maybik, Inc. Corpus Christi, Texas COMPLETION DEPTH: 5 ft NOTES: Free water was not encountered during dry-auger drilling. The open borehole was backfilled with soil cuttings and dry bentonite.DATE BORING STARTED: 04/15/14 DATE BORING COMPLETED: 04/15/14 LOGGER: L. Ramos PROJECT NO.: 14.53.007 Page 1 of 1 EL E V A T I O N ( F T ) -- - - - - - - - - - - - - - - - - - - - - - - - - - DE P T H ( F T ) SA M P L E T Y P E SY M B O L MATERIAL DESCRIPTION COORDINATES: SURFACE ELEVATION: DRILLING METHOD: Dry Augered: to Wash Bored: to (P ) P O C K E T P E N ( t s f ) (T ) T O R V A N E ( t s f ) ST D . P E N E T R A T I O N TE S T B L O W C O U N T MO I S T U R E CO N T E N T ( % ) DR Y U N I T W E I G H T (p c f ) LI Q U I D L I M I T (% ) PL A S T I C I T Y IN D E X ( % ) LA B M I N I V A N E SH E A R ( t s f ) CO M P R E S S I V E ST R E N G T H ( t s f ) FA I L U R E S T R A I N ( % ) CO N F I N I N G PR E S S U R E ( p s i ) PA S S I N G # 2 0 0 SI E V E ( % ) OT H E R T E S T S PE R F O R M E D 0' 5' -- -- 27° 44' 13.70'' 97° 23' 54.20'' N W 0 5 10 15 20 25 30 35 Asphaltic Concrete (2.5") Dense gray CLAYEY SAND (9.5") Dense brown CLAYEY SAND (SC) Hard brown SANDY LEAN CLAY (CL) -becomes tan at 5' -stiff from 5' to 7' Medium dense brown CLAYEY SAND (SC) Bottom @ 15' (P)4.50 (P)4.50 (P)2.00 (P)4.50 (P)2.00 (P)2.50 15 15 16 14 115 106 106 36 24 20 8 3.40 1.00 43 53 42 29 Tolunay-Wong Engineers, Inc. LOG OF BORING B-9 PROJECT: Carroll Lane Rehabilitation - Houston Street to McArdle Road Corpus Christi, Texas CLIENT: Martinez, Guy & Maybik, Inc. Corpus Christi, Texas COMPLETION DEPTH: 15 ft NOTES: Free water was not encountered during dry-auger drilling. The open borehole was backfilled with soil cuttings and dry bentonite.DATE BORING STARTED: 04/15/14 DATE BORING COMPLETED: 04/15/14 LOGGER: L. Ramos PROJECT NO.: 14.53.007 Page 1 of 1 EL E V A T I O N ( F T ) -- - - - - - - - - - - - - - - - - - - - - - - - - - DE P T H ( F T ) SA M P L E T Y P E SY M B O L MATERIAL DESCRIPTION COORDINATES: SURFACE ELEVATION: DRILLING METHOD: Dry Augered: to Wash Bored: to (P ) P O C K E T P E N ( t s f ) (T ) T O R V A N E ( t s f ) ST D . P E N E T R A T I O N TE S T B L O W C O U N T MO I S T U R E CO N T E N T ( % ) DR Y U N I T W E I G H T (p c f ) LI Q U I D L I M I T (% ) PL A S T I C I T Y IN D E X ( % ) LA B M I N I V A N E SH E A R ( t s f ) CO M P R E S S I V E ST R E N G T H ( t s f ) FA I L U R E S T R A I N ( % ) CO N F I N I N G PR E S S U R E ( p s i ) PA S S I N G # 2 0 0 SI E V E ( % ) OT H E R T E S T S PE R F O R M E D 0' 15' -- -- 27° 44' 17.70'' 97° 23' 51.70'' N W v Fill ■ Pavement Lean Clay (CL) Lean Clay w/ Sand (CL) Sandy Lean Clay (CL) Fat Clay (CH) Fat Clay w/ Sand (CH) Sandy Fat Clay (CH) Silty Clay (CL) Sandy Silty Clay (CL -ML) Silty Clayey Sand (SC -SM) Clayey Sand (SC) Sandy Silt (ML) Silty Sand (SM) SYMBOLS AND TERMS USED ON BORING LOGS Most Common Unified Soil Classifications System Symbols O;0O.;i ,'. /. /. /. /. /. 4 7.1 :I: 11111 4 4 I•'I. t /' • • ••• • Silt w/ Sand (ML) Well Graded Sand (SW) Well Graded Sand w/ Gravel (SW -GM) Poorly Graded Sand (SP) Poorly Graded Sand w/ Silt (SP -SM) Silt (ML) Elastic Silt (MH) Elastic Silt w/ Sand (MH -SP) Silty Gravel (GM) Clayey Gravel (GC) Well Graded Gravel (GW) Well Graded Gravel w/ Sand (SP -GM) Poorly Graded Gravel (GP) Peat Sampler Symbols Meaning 1 0 Z e Pavement core Thin - walled tube sample Standard Penetration Test (SPT) Auger sample Sampling attempt with no recovery TxDOT Cone Penetrometer Test Field Test Data 2.50 Pocket penetrometer reading in tons per square foot 8/6" Blow count per 6 - in. interval of the Standard Penetration Test Observed free water during drilling Observed static water level Laboratory Test Data We (%) Dens. (pcf) Moisture content in percent Dry unit weight in pounds per cubic foot Qu (tsf) Unconfined compressive strength in tons per square foot UU (tsf) Str. (%) LL PI #200 (%) () ** Compressive strength under confining pressure in tons per square foot Strain at failure in percent Liquid Limit in percent Plasticity Index Percent passing the No. 200 mesh sieve Confining pressure in pounds per square inch Slickensided failure Did not fail @ 15% strain RELATIVE DENSITY OF COHESIONLESS & SEMI-COHESIONLESS SOILS The following descriptive terms for relative density apply to cohesionless soils such as gravels, silty sands, and sands as well as semi -cohesive and semi-cohesionless soils such as sandy silts, and clayey sands. Relative Density Very Loose Loose Medium Dense Dense Very Dense Typical N60 Value Range* 0-4 5-10 11-30 31-50 Over 50 * N60 is the number of blows from a 140-1b weight having a free fall of 30 -in. required to penetrate the final 12 -in. of an 18 -in. sample interval, corrected for field procedure to an average energy ratio of 60% (Terzaghi, Peck, and Mesri, 1996). CONSISTENCY OF COHESIVE SOILS The following descriptive terms for consistency apply to cohesive soils such as clays, sandy clays, and silty clays. Pocket Penetrometer (tst) pp < 0.50 0.50<_pp<0.75 0.75<_pp<1.50 1.50spp<3.00 3.00<_ pp < 4.50 pp z 4.50 Typical Compressive Strength (tst) qu < 0.25 0.25<_qu<0.50 0.50<_qu<1.00 1.00<_qu<2.00 2.00<_qu<4.00 qu>_ 4.00 Consistency Very soft Soft Firm Stiff Very Stiff Hard Typical SPT "N 60" Value Range** <2 3-4 5-8 9-15 16-30 >_31 ** An "N60" value of 31 or greater corresponds to a hard consistency. The correlation of consistency with a typical SPT "N60' value range is approximate. REVISION DATE 2-13-07 GEOSYSTEM Tolunay-Wong Engineers, Inc. Hydro Ex SURVEYING, HYDRO EXCAVATION & CONSTRUCTION SERVICES CARROLL LANE S.U.E Submitted to: MARTINEZ, GUY & MAYBIK, INC. • '.CONEER7 r. )URVE 1^Oki 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 Date: July 18, 2014 Memo To: Mr. Ruben T. Perez, P.E. MGM, INC From: Daniel Olivo, V.P. Hydro Ex, LLC Subject: Carroll Lane S.U.E Dear Mr. Perez: Hydro Ex is pleased to submit a competed deliverable for the Carroll Lane - S.U.E. I have included all test hole data sheets and pictures. Thank you for the opportunity to work together on this project. If you need any additional information please contact me. 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 SURVEYING AND HYDRO EXCAVATION (361) 452.1375 802 Navigation, Suite 102 Caws eltdad, Thaw 78408 IBM MOM MeestesdPRA ofBolm 2.5ri belga En: 4141 TEST HOLE DMA SHEET Project # . _ 71st Hole # Utility: GAS L1 NE. Date: w Limits, I '0'''' of C'arro� 1-N M� A��le Rd City/County: Roadway Name: Comoll 10. • MS* MAW= ofittility She attar I -VI u tyate: C+AsT Utility Coati= rid= ofFumt.: Typeanon Base etc: Desaptioa ogle Beath Mark Data Raaf 1 Nativi Via. 36 &sax lo97.d ApFac. Sta.: J Guy WIRES 4 PO PO EDGE OP PAtrEtT tvimpate 23.10' vie ARS R 40.63' p1P5.C'TtOuJ of UNE J N t0167.012.7 e:; 9928. o568 E.LEV cr 27.g0 T0P L\" GAS LUNE CAST \Roll 'Ma avtartaaeuuktye;cptareWn has been performed under ctrydirection and atetnze and mrreetto the best etreylatoededge. AB otheruaderlmnd utilities ore rusted from 1nforelation of record prodded by the dant farthe'Mass( stall Were Ctif‘s Avtdr4.de HYDRO EXPIPRZSMILUIVII ro �c SURVEYING AND HYDRO EXCAVATION (361) 452-13T5 802 Navigation, Suite 102 Corpus Christi, Texas 78408 'BPLS REG# 10193804 TEST HOLE DATA SHEET Project # Test Hole # City/County: Utility: E IeC•�f i ca.l 1 P Roadway Name: Cam LtJ, Date° r Weather I.itnIte Iha,•rarr gr+ of eat all LN Me Qrdr le. �� Measured Depth of Holo: 2.87 SmittccEtov.: 30 5 • Elevglbp ofUtWty: 27,'-18 inev®BettomofUdity Size ofULi ity Way Mania!: t5 - Utility condition: Con CAU Thickness of brat.: Typed Pew. Base etc: Description of Sol O O Bench Mark Data BM. „F A Slav 21.53 Desaiptinn: IMP% Reel Northinx _K3 $, 4.1 56 /CO 7, lig Approx. Sta. : J >ibGE or bauEN18NT DtRECTIcIJ of LIr4E N: I0166.1-1216 E: 9929, 53lO ELt:.v= 27.1-18 To? Ul.111ER GROUND EL.I CTRIC AL J 'The subsurface utility exploration has been performed under my direction and are true and correct to the hest of my knowledge. Ail other underground utilities are noted from Information of record provided by the dCent and/or the Tens One-Callsystem." CinrtS Avi(.ca4e HYDRO @]{ REPRESENTATIVE 2" Underground Electric Depth of Cover 2.87' Hydro Es SURVEYING AND HYDRO EXCAVATION (361) 4524375 802 Navigation, Sulte 102 Corpus Christi, Texas 78408 TBPLS REG# 10193804 Project # City/County: Ce r`S i544 %Mee; Roadway Name: CUM' LM Limits) 4 4 -ion of 1'4114 [ L TEST HOLE DATA SHEET 3 Test Hole # &Utility• IJ PrTe R Ll to E Date: r Weather: Mc Aron, +G i.,tarSeCkiav► d� C-Wfol lv+ 4 De-lr;da, be. J Measumd Depth of Hole: 3, 19 Sw ccElev. g9 • R7 Elev®TepofUtility: .6R Elov@Bottom of Utility She of Utility: 6 " Utility Material: Utriity Condition: Thick= of Pvmt.: 7ppe of Pvrat. Base etc.: Descsipdon of Soil: Bench Mark Data ,ter. zel 85 Win: Iran RCA Nottlmt8 IW 341.311456 Eastinx I0047. toys Approx. Sta. LAMONT ST 132.35' CARROL L • EDGEOF PAvEMBNT ARCA o F DIRECTIOn) OF ILJA'TE R U N E 130.90' 1-1T N:11191,1578 E: !oni6, 0510 ELEv26,68 Toe WATER. LANE 6" MARION ST 'The subsurface utilityexpioratton has been performed under my direction and are true end correct to the best of my knowledge. Ail other underground utilities are noted from information of record provided by the Want and/or the Texas one -Coll System." r ( (2 kr Awir�n1 e HYDRO EX REPRESRHUMB t Hydro Ex SURVEYING AND HYDRO EXCAVATION (361) 452.1375 802 Navigation, Suite 102 Corpus Christi, Texas 78408 TBPLS REG# 10193804 TEST HOLE DATA SHEET Project # Test Hole # y City/County: CPo; ar i 5;; I Nueces (*.utility. (PLS Lou E Roadway Name• Cacra 1 hn Date - Weather: Limits lnirrCG•Fiat\ nc i'esrra! Ln, MLAnd le Cc.rrai Lin ¶ +6 n+PCiimn 0ale;d0. br, cor Measured Depth of Hole: 3,q/ Surface Elev• .`"I• Sa Elev@Top of utility: 2 6 17 Elev®Bottom of Utility Size of Utility: a'1 Utility Material. Utility Condition: Thickness of Point.: Typo of Pvmt Base etc • Description of Soil: Bench Mark Data BM. CP 419 Ee 29, 85 papipfiow iron R6CI Northing' Easting: I,-13413, 2456 1OOg7. (45 Appmx. Sta. • Offset. LAMONT ST AREA OF E.YCAAJAT DJRQrlOni OF GAS LINE 20.1'4 N; 11 196.22.36 E: 01974, 3893 E LEV = Z , :7 To P GAS LIn1E 2" 128.2' f 134/, 38 2 H t=DGE0F PAVEMENT MARION ST4 "The subsurface utility exploration has been performed under my direction and are true and correct to the best of my knowledge. All other underground utilities are noted from information of record provided by the client and/or the Texas One -Call System - HYDRO EX REPRESENTATIVE '4111.00.- TEST HOLE DATA SHEET roEs SURVEYING AND Project # Test Hole # HYDRO EXCAVATION City/County: Cprpns 0,40: /Nrxars CO, Utility: t,Jajec Lint. (361) 452.1375 Roadway Name• CA -44A 41 • Date: 802 Navigation, Suite 102 i Weather. Corpus Christi, Texas 78408 Limits 1 1 0') 1' c1 etArro) I n, , 11c /W IP -la in+arsac440r+ a f ear of i ITIPLS REG# 10193804 DalriCa br, i Measured Depth of Hole: 219 7 Sazfaco Env • 2°l. 5� EIev@Top of Utility: 76 4 57 Elev®Bottom of Utility Size of Utility: rt Utility Matcriak Utility Certain: Tltictmoss ofPvmt.: Typo of Pvmt. Baso etc: Description of Soil* Bench Mark Data BM.: CP P9 Eicv: 2q, 83 Descripdoa -1-r-Band Nam* 4 3.456 Fp� iCo/ 7.49,5" Approx. Stn. : - J HAROLD v R ‘C.) CARZR()L LN rr AREA or xCAVftrrot ;53.53' /28.73' 21,6(1, AiReCriomo W 4'rER U NC N:111152, /3/3 E I 23, 80-2 EUV -26.57 TOP W P,TE R ZINE 6 " LAMONT 5T J 'The subsurface utility exploration has been performed under my dlreWon and are true and correct to the bast of my knowledge. All other underground utilities are noted from information of record provided by the dent and/or the Texas One -Call System.' C.L LS i ncko cle HYDRO EX REPRESENTATIVE 1• TEST HOLE DATA SHEET lli.jdroEx,, SURVEYING AND Project #r Test Hole # ti `P HYDRO EXCAVATION City/County: t ` iir-t,5 C -Q, utility C -,A`-> i_l t,.) e (361) 452-1375 Roadway Name: C/2,crr.I Ly). Date: 802 Navigation, Suite 102 : Weather - Corpus Christi, Texas 78408 Limits I rvir'f?c1'°y' o -F C6_,(01 1 n. i 11 c ArA '- -c) 1 +eo ec4•i r o f Carlo! 1 TBPLS REG# 10193804 06.14-ida. bt , Measured Depth of Hole: 5 Surface Elev • t•Cl Elev@Top of Utility: -77. 5 LI Elcv@bottom of Utility Size of Utility a" Utility Material' Utility Condition: Thickness of Pvtnt.: Type of Pvmt. Base etc • Description of Soil: 11).7c Bench Mark Data BM.: CP 1 Elev.: 2q. 83 Description- irovt Rod Noming'-1 rc343,3/45C; Easting: Ic97, 495^ Approx. Stu. - �Ottscl: NARot_J e R I\ 155,56' 126,69' bIRECTl0r) OF CAS UWE. Af.EA of i AVATION 21,22/ N: Ii�i50, tto'7 1002.3,Z72.2 ELEV = 27, Sy To? GA<, Lt /sr 2 Lft1101\1T ST \1N "The subsurface utility exploration has been performed under my direction and are true and correct to the best of my knowledge. All other underground utilities are noted from Information of record provided by the client and/or the Texas One -Call System:' CVI( LS Aytlt<ACiC HYDRO EX REPRESENTATIVE i dro Ejx SU NG AND HYDRO EXCAVATION (361) 452-1375 802 Navigation, Suite 102 Corpus Chr>sti, Texas 78408 TOMS REG# 10193804 TEST HOLE DATA SHEET Project # Thst Hole # City/County:%r eiAAwes Com. Utility: Wiele.R 1»traE Roadway Name: ewe!! Ln. Date: Weather Y.Inlltsitotafthich,ni Head Cn ? 14cAvAlt P1 4r. IMre3atteli Ln. thlresida De Meassuod Depth °Moto: 3.52 Sst ccEteva 30.61 Eimigfrop of Utility: 27.15 Em@Bottom of Utility site(AUdHty:_ 12'� Why Matedal: Utility Thiciness of Pvmt.: type or Pm. Baso etc: Description of Soil: Beach Mark Data ,.CP41 Dom; than Rad NonhinEn 14343, 45so Easax 14097. by 5 Approx. Sm. :.-- Offsg r+ satewfaae utmty mvtoreta tics been performed under my direction and are um and correct to the best of my fie. Ati other underaraund Wide' are noted from Inhumation or record provided by the diets end/orthehxas One -Call System' 1 N:1161'1, J88 E :1oa23, 758 £t eV= 29.15 TOP 1e WATER LWE a Cls �rdeade HYDRO EX REPRESENTATIVE 12" City Water Depth of Cover 3.52' r 4 •1. NG AND HYDRO LAVATION (361) 452.1375 802 Nov on, BstiEe lOt Captw Ch!M, 7exaa 78408 = _ 141 1124 i>+afHoto: 2.28' sta coBicK: gj, 4$ wregeopefutft 27. PO of n Sias af heti' 02 U TEST HOLE DATA SHEET Tat Hole # Project City/County: l 's ,�� 4+► Utility: GA 1..1 G. Date: Roadway Nance: Coto! 61' Limits trlsyCon cf Pvmt: 'opaofPvt tBass oto.: Basaipti' cad fiat Nark bata »: gl. 83 D i 3,4Si icspg7,_4 Approx. Sta. : Met -er DIRECTIoM 0 GAS 1..10E N% 13230.527Z E : 10086, 318'7 ELEN= 27.20 Totem GAS L1 NE 2 GOLII HAR RD *the subsurkcautboxpignsflon has been parfarmed under my directiw► and are tato and correct to the bedge.AUoduu'atdegir undtttalesarenatedfromInformationoframrdprovidedblithe dust=04rthalbxasoaa-Cail3 ave Clot( A BYEIROTO 91 RESP TATtNB SUkVRlliN� AND HYDRO EXCAVATION (361) 4524375 802 Not, to 102 Carpus Ch CASAN 78408 tam RE8610103004_ TEST HOLE DATA SHEET Project # **''gr1 L/� '[tear Hole # City/C�u aty: //►► wren[ L//��{{ to PlOy Utility: G A S L`:JE 1i' Roadway lie, CMrot Lm. Date` Weedier Limits Imfaedifok,cf and J . M ArAl tMre:eat". 4 Carte! 1 n, Weida Oa, bleasored Depth ofRolc L91 satco nvi.: '24.36 t+ofltlillty: 7.3q It linen/Mr UdlitY Wed* C S" l Pon utaiticcetak= Uvu)-r e All Midas=ofPvmt.: 1 pcfPvtot.Basedu Doscrigoaotsog: Beach Mark Data q �3 ma CP 41 Iran Rd p3i43.4% lop47,6 Approx. Stn.. DIREC7rON of GAS LI LW AREA OF EXCAVATION r 27.29' N: 316 1.7167 E� laorg,g6o2 EtrEv = 27, 34 TroP 386.04f GAS UNE 'Ida ilea -ti\ 5 de 1.x,.1 8e,7`!' CARRoL LM lbws GOLL1HAR RD 'The subsurface at ty ercdortatan fres been performed under env dtreal9nand ate tine end correct tothe bestofars km:rt s. other undergroundu ere noted from Warmdtonofr000tdpravldedbythe era =Or dye tt One -cell System" CSS e MOROaxa Q�1!rnUVE (, ( -) O 0 (`) 0 00 (0 0 0 0 0 00 000 0 C.) () 0 0 v t ( roE�c ANG AND yYD110 EXCAVATION (361) 4524375 002 tiatgation, Sae 102 Corpus gots%lb s MOO Project # City/County: email Ln, Nam Wawa Dayetontote; 6, 74 Rev 23,65 Ektiommonitrizoducur G" U qty Mimeo a-- Va (Base etoz Cosaiptlenof9afh TEST HOLE DMA SHEET Canal I C,aFtR+Of.ETON Tst Hole #. 1 C} Utility;, f.Ja+d( L P Weather.—. 20.'}3 21.15' EDGE' 4F PIWEPIEArAREA Op ExcAgAT til ReetltsN OF WATER. LINE 47'1.9'1, Bench Mark Data cr Bbi4 4? 1 Phays-g+ beta Sc Dote iA047, watt — N: ati56 km01, 57`i0 EL'J 23.65Tot WATER LINE t; H subsoferautillyeeplorattohasbeenparftrmedundermydirectlonandaretrueandcorrecttethe bast afmyknetsledge.ABother urdargraundutlllttasare noted from Information of record providedbythe rECat ortg/or aneiatms anew System? System.n e1,ru Andd"ade BIM BUBBRBSENTitIWE mimmomp GDLL1 MR RD 1/i droEx TEST HOLE DATA SHEET TING AND Project# Test Hole # ! I HYDRO EXCAVATION� s " •/MI B` •'. utility:wo.�ter Line.. — (361) 452-1375 Roadway Name: Cdi Date: - - Weather... 802 Navtgattat, Butte 102 Como Christi,'!i 78408 \ TOMB REM 10193804 M d of ecote 14,39 Saxon= 2.9.414 dually: 25,05 814Botir m of Utility Err S3toofUtiEgr Utit1g+A4etrat* Osadfgaz ibiskrass of MIL: 1Wo otpvmt Base eta: Motion Beach Marc Data BDt, d Roc let.8.3 kern Rid Nattax gi 353.4 w tto9l. 1�5 1 .4)6336 ,1subserfaol u ityexploration has been performed ander mydireaJanand are true and wrest tothe hostel,/ ittiostiedge. A 1 other underground utilities ere noted from information of reared Provided by the taunt WI_ena -tin« HAMS DR 4. N:1%16,56442. 643.?o E : toe -M.804 ELEv: Z5".05 TOP WATER WJE 6 rf CONS DR \ 17.(Si 3 22.29 AMA OF te-AVATIOt J biRECTfoN OP wATrg sau� elfts Potolnule. HYDROEMPRISINTATIVE J RIO Nitro RID AND HYDRO EXCAVATION (351) 45+1375 802 Itavigatiatt, 8utte 182 Cotpu8 Chris%, 713306 78408 TP1.8 RE438 16183804 roof �� te8: 2Ci.S Etastacp ofMy: 26,15 saw= °Way skean/41W I 4-11 Utility maseriak Malty Caertioc 7hie of?vmt»- TEST HOLE DATA SHEET Test Hole # 12 Project FIBER pPTiC City/County: g /Nrx.�s Com. mar Date: ELimits I t.,�ay+ of Curd in, g -fet, I.otetsgakv► 4 ci io1 IN. bar ado. Dry Roadway Name! cud LA. "Mx( vtat.Butetc.: Diati EQn oral: Bench Mark Data If°" »X13,43.45 EsseriF IAo97.6015 Rogi HAR915 DR 330 33 CONS hfi — 30.'761 (MEC -nom O F FtBERa PT1G AREA 0 t= EXCAVATION N, 139216399 E: 1006, 1116 ELEV = 26:15 TOP FI(3Er oPrIG I Viz" 'The submit= itItydga Afl other n has been da gates ender net direction and are true and correct to the are rued font Mfannatlon record provided by the botxd trlgigmadad�. El othae crttd Ott and/or thaierasone ll5}stem acaatutougaffunssuiva C1n�Pao�L°. 411. - kr• lb 1 11/2 inch- ATT Fiber Optic Depth of Cover 2.93' dm ex NG AND HYDRO EXCAVATION (361) 452-1375 802 NavlgaCon, Ruff] 102 Corpus CfhtteR, Mum 78408 MKS REGO 10193888 TEST HOLE DATA SHEET Project # »# 1g My may: Cares C.i r sf /N"�e_s elf. may: Hemp. OPTIC Roadway Name: CSI 141, Date: Weather Limits h rsediior% O Card) I . tAJle 9b IK+rceAC 4aI ► erf Carrel In. Wad" Dr, MaodD ofia 42.90' Sartre : Q/1 50 Btovei by ofMDT a6 AO Size aru r.—j& Inlay Mattdak Utility Coati= Thick= cant: 1Xtoc PvmtBaseeta: Descripion aka: Beach Maris Data BM.:rp�q Desciptialz 'rota RIe matins lit 343. 4% E,$. Ico9?, PIE Apkwait. sta. HATuusoa 4 AREA CF EMCAVATION DIR6C ru» o F FIRER. OPTIC. N:1393%8?I2 E: 10096.9413 EL' = 26,60 ToP FIBER orrrC Zlz iheatkunccouta y m eteor has been performed wider my dlreNan end ere true end correct to the beget rob, krinrtedge.Aflether s IgrowtdWtkteserenooedtramInformationofrecordpravtdedbythe dere sulfa shall=One•CedSystem.• Ciirt.S AmleAde HYDRO IOC RBP UV>B r`• ••••=MO. '/2 "ATT Fiber Optic Depth of Cover 2.90' •-& --•., H dro AND HYDRO HYDRO EXCAVATION (361) 45221376 Navigation, SuiteCaw �Ct risti, 764�M L. � T REG# 1W &68R4 TEST HOLE DATA SHEET Project #'Ilot Sole # _ I L# City/County:(,^ orF1)4 alis; 111/045 N. Utility. 4.3aAce Line. Roadway Name:-— Date: _ , weather i M. 1.f. Edeasared Mgt *Molt 4.61'11 s6eslao 29.27 sestimparuttly. 244. 63 Site °MEW 8° Nasertet Ugly Confab= Mims efPvrw.: Type otPvmt.Base cox: Describe of Sal: B0ndb Mark Data Eft CP q Ev.: at 83 Iron R wets 34.13. 16097. 6416 Anita x. sm.: CONS Da "ittesalnwleoat 11tymuttontmsbamr to the Wade/ 120441410. AO other otetergrcand utilities aromated MoamInfo nrtnetana!retard pand aro eve and rided by the dicaltandjurrialrgas ads AneiraCle. HYDROBXunsEssurAms AREA v F Ai WRIER t,tR:ECM�iu E N:13920, 5102 E : 10o61,'7 906i E Le\I = 25.63 TO P WAFER LI MC Su 8" City Water Depth of Cover 4.64' A •w'.•. d , f¥%5 lK : -:Ar .•%, t•_;4 °%. :fes we• \ 4 2 7' & . ; & J & / �*4'.4"(.2.4 ,••• y � 4 . . \ i � w 7. •° y :« z\ \ «. � °����� f\ \kf we sum • droE)c VEYING AND HYDRO EXCAVATION (351) 452-1375 802 Navigation, Surto 102 Gapes Christi, Teems 78408 TBPL8 REO# 10193804 TEST HOLE DATA SHEET Proms 4 lfit Hole # i city/County. C°r5 arm /1J s t . Uiuty; GA U N E Roadway Name CAA Lr►I Datc Weather Limns k1 5e•�f+tor of Carrel M. #� 1�eraerl i�,n Carnal ln. QeJNda Dr, Meattond Depth allele: 5 5 sarsmmer 04. SG 6tev@tbpofWay: y� 8.0I novtgl3ottem dainty. :rccaofuility: Ugly Nettie Utility Conditicon Thick= otRet» iypa of Pvmt Base art:: Description 0 Base Mark Data Bbi: CP ° 9 MIA! d 1/83 Iron ROC) Nartbins 14343. 4% Eagdsv 1oo9?.6015 Apm:. Ste.: OEsct EoGeoF AAVCMGr r Air HARMS OR 4 AREA of EdCAVATI'N 2411 DIRECT tom OF 6AS LIIJe N:14067.78$3 E: Ioo40. y823 tLEV= 28.o1 1 -OP GASUNE f" CONS bR L53.SC 407. Iq' subsurface new egdoratlon has bear Forams! tinder mfr direction end ere troe and correct to the basted mftkaowtedge.All others utilities aro noted fro ra Wont nice cd record provided by the demand/artstonsOne-CoitSystem.' r(S AfttirAda »EXREPRESENDWIVE ) O ( O O (—) () O O 0 0 C) O O 0 0 0 0 0 (, (, 0 a Hidro EX SURVEYING AND HYDRO EXCAVATION (361) 452-1375 802 Navigation, Suite 102 Corpus Christi, Texas 78408 TBPLS REG# 10193804 TEST HOLE DATA SHEET Project # Test Hole # b,• City/County: Cors ac;s4-1/21L .SC.Q. Utility. 1.161/4-+( I~iAe Roadway Name: (ArroI LN, Date: Limits In+« 5ecEcr" O F Cc..crol Ln L. Weather. MEArdle. - 1„+rrsec+)o,,,of (cry) Ua)rziidA Dr. Measured Depth of Hole. ,GLI Surface Elcv • a9 .55 Elev@Top of Utility: .25. 51 Elev@Bottom of Utility Size of Utility. 1 r Utility Material. Utility Condition: Thickness of Pvmt.: Type of Pvmt. Base etc • Description of Soil: 0 A %FA Bench Mark Data BM. C P` 9 Elev• 029,83 Description. Ircw P\ Northing. I `I 34 3. '-I% Easting: )6°17, Gr -i5 Approx. Sta. : Offset. \\\ HOUSTON ST \\\ AREA OF CAvArroN 1:31REC ION of WATER LINE 51. 83 2 J J 0 ce ce G N : 14 27 Z '-1 -1 £ : 10051, 8386 ELEv = 25.51 ToP wu.+er Line G '' HARRIS DDR t //7 2 "The subsurface utility exploration has been performed under my direction and are true and correct to the best of my knowledge. All other underground utilities are noted from information of record provided by the client and/or the Texas One -Call System:' Chris AhA(fide HYDRO EX REPRESENTATIVE 6" City Water Depth of Cover 4.04' ire y SURVEYING AND HYDRO EXCAVATION (361) 452-1375 802 Navigation, Suite 102 Corpus Christi, Texas 78408 TBPLS REG# 10193804 TEST HOLE DATA SHEET Project # Test Hole City/County: CorpoS eki5*r ALeces Co. Utility: t„.1aktr L, n e. Roadway Name: Cafrat Ln Date: , Weather. Limi C• n f M Ce.-rrol In, f boifido- Dr Measured Depth of Hole. Li �y r Surface Elev • 2 9 , 2 7 Etev®Top of Utility: 2 y 63 Elov®Bottom of Utility Size of Utility as Utility Material. Utility Condition: Thickness of Pvmt.: Type of Pvmt. Base dc.: Description of Soil: Bench Mark Data mi.. CP q Elev •Ael' 83 Description. Iron Northing. 13 3'43. L15G Easting• 100gr7 614 5 - Approx. Sta. : ` Offset: "The subsurface utility exploration has been performed under my direction and are true and correct to the best of my knowledge. All other underground utilities are noted from Information of record provided by the cilent and/or the Texas One -Call System." .d-.= .., EDGE OF PAVE/16NT 1-\ HARRIS O R AREA OF EXCAVATia 32.08' COPuS bfk N:13i2O, s►o2 E : 10087, 7 goy ELEV = 29,63 TOP LOA -TER. t_1NE 8" CI r iS Artt:i rade. HYDRO EX REPRESENTATIVE rHyd i&dro E SURVEYING AND HYDRO EXCAVATION (361) 452.1375 802 Navigation, Suite 102 Corpus Christi, Texas 78408 VIALS REG# 10193804 TEST HOLE DATA SHEET Project # Test Hole # _ B.• • Utility. 6R5 Date. Weather. -to i n+etre-t-iovt a� City/County: Corpos /ifrtrjs Co, Roadway Name: Ctarro) LA 4 Limits IVett rse::+or% of CAI.(oi 1„, !% %�CArdle Cwroi Iv,, t'airida Dr, Measured Depth of Holo• 2 ,421 8 Surface Pier 29 R O Elev®Top of Utility: 2G• 8 2 Elev@Bottem of Utility Size of Utility 2 vi Utility Material. Utility Condition' Thickness of Pvmt.: Typo of Pvmt. Baso etc • Description of Soil: 0 I 71, I I 0 Bench Mark Data BM. P 4 Etcv Put. 83 Dcsaiption iron Rr)C't Northing: 343.1456 E sting: X0097 62.15 Approx. Sta. : �Offset.. J N 13931-1,692 10104.088 EL EV = 26,8 2. TOP GAS LikiE 2” "The subsurface utility expforatton has been performed under my direction and are true and correct to the best of my knowledge. All other underground utilities are noted from information of record provided by the client and/or the Torras One -Call System." C�nr i s Anci ra J HYDRO EX REPRESENTATIVE 0 0 0 0 411111.11111111 rox SURVEYING AND HYDRO EXCAVATION (361) 452-1375 802 Navigation, Suite 102 Corpus Christi, Texas 78408 TBPLS REG# 10193804 TEST HOLE DATA SHEET Project # Test Hole # t City/County: Carps Ca(ts)'; l Nr e&s Co. Utility. (A )AC E R) I N E Roadway Name: Carol 1 -rt Limi Date' Weather. Corral ln, Dahl flab. Dr. Measured Depth of Halo: Surface nets.: 29.59 3,92' Elcv®Top of Utility: 26 17 Elev@a Bottom of Utility Size of Utility. b' Utility Material' Utility Condition: Thickness of Pvmt.: Type of Pvmt. Base etc • Description of Soil: Bench Mark Data BM, P „.9. 83 Description' 1 Con Northing: )4 343, x-156 Eating. 109'1, (AS Approx. Sta. • Offset: "The subsurface utility exploration has been performed under my direction and are true and correct to the best of my knowledge. All other underground utilities are noted from Information of record provided by the client and/or the Texas One -Cali System.” Carrs Abrade HYDRO EX REPRESENTATIVE J n 7 r Z� Z-1 2C) o P "‹ 49st i 4141e ii ` �' `..7 , .: orn ...,, N. Y 1 Z -, a r _ u s HIORNT uiucn,m Rou 1o.66 it i i m '� WW1 RD o COrn . g s , Me sicerAs I 41w9Lft ..c)024, 9ouM RD 4( (� •iPE4 ofO / ctNxwi qinc/ Kama iia It A sna NTN /� c. O Q b JOE IwoA ff ��'IM .., ,m 1 ,./, z b O 4 r -�� -Ti tj• 9N1.6 .t,-4111111111.�� C O %C - c yV T II O )0 T� A`.�! / Z "i V �1� t/ 00 r7 -no G� m O ,� z _� m d �, r•- cn -� eke., �° m © . �'•-_�IP'l3 _ mer �, %� r mi' ,� t ���— '�, ' , tri o (/, W O L (..„ -0. , -‹ --< '22 ---4.. o 3 )0 4 ml ova fi.- s/ �Zo 0 rn 0 c.f) ....... ? l m cA(1) ..r, L9C-/v"4 RELEASE( CONSTRU P��1 M�C'4'F 11 rn o Z �'o I El c ! D r 0o '� I nm z , ni CF LONE STJ TION COA )0 -669 - CD § rl :tor a Engineering Services TDLR REGISTR,4 EABPRJB68 YOU DIG! 7ICPANTS REQUEST NOTICE BEFORE YOU OfG. MAST - 5717P ANO CALL 811 TION NO. ?1997 C, BENSON NO. DATE 6Y DESCRMIN REWSION No. DATE BY DESCRIPTION 5 q rn C 2 cn A `� $� _. Q '—. 0 C. .N CARROLL LANE FROM MC4RDLE to HOUSTON (BONO 2014) Cin' OF CORPUS CHRISTI — "' _,,, +111 >S� -' ;�• 4 *,rAl ,*+i * A n. _ c 6000 S. Staples Suite. 207 coves cnnsu TA, 3811.814.3070 Fax: B88-6535510 RI:JJtDo U)Rr1H `�"""� CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services i TITLE SHEET AND VICINITY MAP 58265 ! . +1 ;4s.. . ,,� I ‘y�. / Martinez, Guy & Maybik, Inc. CMI / SVecUry al Engineering & Suey ng Services TX W. P.E. Finn Rog, No. F-1415 S E C T I O N T I T L E S C A L E : 1 " = 1 ' - 0 " A 2 5 S H E E T W H E R E S E C T I O N I S D R A W N S H E E T W H E R E S E C T I O N I S S H O W N S E C T I O N I N D I C A T I O N ( B Y L E T T E R ) D E T A I L T I T L E S C A L E : 1 " = 1 ' - 0 " 1 2 5 S H E E T W H E R E D E T A I L I S D R A W N S H E E T W H E R E D E T A I L I S S H O W N D E T A I L I N D I C A T I O N ( B Y N U M B E R ) A 2 5 S H E E T W H E R E C U T I S D R A W N S H E E T W H E R E C U T I S S H O W N S E C T I O N C U T I N D I C A T I O N ( B Y L E T T E R ) S E C T I O N C U T D I R E C T I O N N O R T H A R R O W S Y M B O L L E G E N D 3 , 5 , 6 , 7 A D D I T I O N A L S H E E T R E F E R E N C E S ( K E Y E D ) ( K E Y E D ) ( K E Y E D ) L E G E N D 1 1 . 0 8 I N D I C A T E S E X I S T I N G G R A D E E L E V A T I O N P R O P O S E D E L E V A T I O N I N D I C A T E S A P P R O X I M A T E L I N E O R A R E A O F D E M O L I T I O N I N D I C A T E S A P P R O X I M A T E L I N E O R A R E A O F E X C A V A T I O N ( E X I S T I N G S I T E C O N D I T I O N S ) P R O P O S E D S Y M B O L S 1 1 . 0 8 G G U T T E R F L O W L I N E E L E V A T I O N D R A I N A G E D I R E C T I O N A R R O W S 4 . 5 ' W I D E C O N C . S I D E W A L K , 6 " C O N C . S T A M P E D L I N E A N D 5 . 0 ' W I D E C O N C . C Y C L E T R A C K D E T E C T A B L E W A R N I N G A R E A O N C O N C . R A M P S S U R V E Y B A S E L I N E / C E N T E R L I N E R . O . W . L I N E S T O R M L I N E F I R E H Y D R A N T G A S / W A T E R V A L V E S T A N D A R D S T O R M I N L E T P R O P O S E D M A N H O L E P R O P O S E D C L E A N O U T D I R E C T I O N A L T R A F F I C C O N T R O L A R R O W W A T E R M E T E R W A T E R C O N N E C T I O N T O E X I S T I N G C O N C R E T E B U S S H E L T E R P A D 1 1 . 0 8 T C T O P O F C U R B E L E V A T I O N C O N C R E T E B U S P A D ( I N S T R E E T ) A. STREETS C. CURB AND GUTTER D. UTILITIES AND STORM WATER (CONTINUED) F. WATERLINES (CONTINUED) 1. "SITE CLEARING AND STRIPPING" CONSISTS OF CLEARING, GRUBBING, AND 1. CURB & GUTTER SHALL BE STANDARD 6" CURB UNLESS DIRECTED OTHERWISE BY 20. UNLESS INDICATED OTHERWISE IN THE CONTRACT DOCUMENTS, DEWATERING OF OPEN 3. VALVE BOXES AND METER BOXES TO REMAIN IN SERVICE SHALL BE STRIPPING OF OBJECTIONABLE MATTER IN ACCORDANCE WITH SPECIFICATION THE OWNER'S AUTHORIZED REPRESENTATIVE (OAR) TO PROVIDE POSITIVE DRAINAGE EXCAVATIONS AND UTILITY OR STORM WATER TRENCHES WILL NOT BE PAID FOR ADJUSTED TO FINISHED GRADE SECTION 021020, AND REMOVING OLD STRUCTURES IN ACCORDANCE WITH FOR STREET. DIRECTLY, BUT SHALL BE SUBSIDIARY TO THE ITEMS IT MAY BE ASSOCIATED WITH. 4. ABANDONED WATER FITTINGS, VALVES, FIRE HYDRANTS, ETC. SHALL BE SPECIFICATION SECTION 021080, WITHIN THE LIMITS OF CONSTRUCTION, WHICH MAY REFER TO SPECIFICATION SECTION 022021.RECOVERED AND STOCKPILED AT A SECURE LOCATION BY THE EXTEND BEYOND THE RIGHT-OF-WAY IN SOME AREAS OF THE PROJECT. THIS PAY 2, WHEN MATCHING NEW 6" CURB & GUTTER TO EXISTING 4" CURB & GUTTER, THE CONTRACTOR FOR SALVAGE BY THE CITY. HOWEVER, ALL RELATED ITEMS ITEM ALSO INCLUDES ALL ITEMS LISTED IN THE DEMOLITION LAYOUT AND REMOVAL 21. PROVIDE TEMPORARY OUTFALLS FOR STORM WATER RUNOFF UNTIL DOWNSTREAM GUTTER SLOPE SHALL BE MAINTAINED AND THE 2" TRANSITION SHALL BE MADE IN THAT ARE UNWANTED BY THE CITY SHALL BECOME THE PROPERTY OF SUMMARY. THE CURB SECTION, AS NECESSARY TO PREVENT PONDING WATER. TRANSITION STORM WATER IMPROVEMENTSOMWA ARE INTO COMPLETED. THISGMAY REQUIREWTSYSTEM.TEMEMNORY THE CONTRACTOR. LENGTH SHALL BE 10 FEET MINIMUM. PUMPING LOPAYMENT WATER RUNOFFMADE INTO EXISTING STORM WORK.ER NO 2. "STREET EXCAVATION" IS MEASURED FROM ONE FOOT BEHIND PROPOSED CURB TO ADDITIONAL WILL BE FOR THIS SUBSIDIARY WORK. 5. WHERE A WASTEWATER LINE AND A WATERLINE CROSS, THE WATERLINE ONE FOOT BEHIND THE OPPOSITE PROPOSED CURB. 3. A REDWOOD EXPANSION JOINT WITH TWO) " DIA. X 15" LONG SMOOTH DOWELS SHALL BE PLACED OVER THE WASTEWATER LINE WITH A USUAL 23. CONTRACTOR SHALL PROVIDE 6" OF CEMENT -STABILIZED SAND BEDDING BENEATH 3. EMBANKMENTS FOR STREETS, WHERE REQUIRED TO ACHIEVE THE SPECIFIED SHALL BE USED WHERE NEW CURB TIES INTO EXISTING CURB. ALL PRECAST CONCRETE STORM WATER INLETS, MANHOLES, AND JUNCTION BOXES. VERTICAL CLEARANCE OF 18 INCHES. IF THIS IS NOT POSSIBLE, THEWASTEWATER LINE SHALL BE C900 OR C905 WITH A MINIMUM ELEVATIONS, SHALL BE SELECT EXCAVATED MATERIAL OR BORROW MATERIAL PER D. UTILITIES AND STORM WATER NO ADDITIONAL PAYMENT WILL BE MADE TO THE CONTRACTOR FOR THIS SUBSIDIARY PRESSURE RATING OF 150 PSI, OR SHALL BE ENCASED WITH A SPECIFICATION SECTION 022100, AND SHALL MEET THE FOLLOWING REQUIREMENTS: WORK. STANDARD 20 -FT. LENGTH OF PRESSURE PIPE. THE CASING PIPE FREE OF HARD LUMPS, ROCK FRAGMENTS, OR OTHER DEBRIS, 1. THE CONTRACTOR SHALL CONTACT THE APPROPRIATE UTILITY OWNER TO ADJUST OR SHALL NOT BE PAID FOR DIRECTLY BUT SHALL BE SUBSIDIARY TO THE NO CLAY LUMPS GREATER THAN 2" DIAMETER, RELOCATE UTILITIES THAT WILL INTERFERE WITH THE PROPOSED IMPROVEMENTS. THIS 24. CONTRACTOR SHALL PROVIDE CEMENT -STABILIZED SAND BACKFILL (3 FEET TYPICAL) CARRIER PIPE. SERVICE CONNECTIONS SHALL COMPLY WITH TEXAS LIQUID LIMIT (LL.) LESS THAN 35, INCLUDES, BUT IS NOT LIMITED TO EXISTING GAS LINES, PRODUCT PIPELINES, FIBER FOR ALL UTILITY AND STORM WATER TRENCHES IN PAVEMENT AREAS, AS ADMINISTRATIVE CODE, TITLE 30, PART I, CHAPTER 290, SUBCHAPTER D, PLASTICITY INDEX (P.I.) BETWEEN 8 AND 20, OPTIC LINES, UTILITY POLES, GUY WIRES, TELEPHONE/CABLE TV PEDESTALS, INDICATED ON THE DRAWINGS. NO ADDITIONAL PAYMENT WILL BE MADE TO THE RULE 290.44 WATER DISTRIBUTION AND CONTRACTOR SHALL PROTECT MOISTURE CONTENT BETWEEN 0% AND +3% OF OPTIMUM. ELECTRICAL DUCT BANKS, JUNCTION BOXES, ETC. WHERE FEASIBLE. THESE EXISTING CONTRACTOR FOR THIS SUBSIDIARY WORK. WATERLINES PER TCEQ REQUIREMENTS. UTILITIES SHOULD BE ADJUSTED OR RELOCATED PRIOR TO BEGINNING WORK ON 4. WHERE EXISTING ASPHALT OR CONCRETE PAVEMENT IS TO BE CUT, THESE CUTS THE AFFECTED CONSTRUCTION PHASE. EXISTING WATERLINES AND WASTEWATER LINES 25. CONTRACTOR SHALL PROVIDE TO THE OWNER'S AUTHORIZED REPRESENTATIVE (OAR) 6. WATERLINES SHALL BE PLACED TO DEPTH AS PER CITY'S WATERLINE SHALL BE VERTICAL AND MADE WITH A SAW. THAT INTERFERE WITH THE PROPOSED IMPROVEMENTS SHALL BE RELOCATED BY THE DIGITAL QUALITY COLOR PHOTOGRAPHS FOR ALL WATER, STORM WATER, AND MINIMUM COVER REQUIREMENTS ON WATER DETAIL SHEETS, OR AS CONTRACTOR. WASTEWATER CONNECTIONS AND/OR FITTINGS PRIOR TO BACKFILLING THE TRENCH OTHERWISE SHOWN ON THE DRAWINGS. HOWEVER, IT MAY BE 5. PRIOR TO PLACEMENT OF LIMESTONE BASE, THE SUBGRADE SHALL BE COMPACTED OR EXCAVATION. THE PHOTOS SHALL BE DATE AND TIME STAMPED. NECESSARY TO PLACE THE WATERLINE DEEPER AT CERTAIN LOCATIONS TO NOT LESS THAN 95% STANDARD PROCTOR DENSITY (ASTM D698) BETWEEN 0 2. EXISTING UTILITIES SHOWN ON THE DRAWINGS ARE FOR INFORMATIONAL PURPOSES IN ORDER TO AVOID CONFLICTS. AND ±2% OF OPTIMUM MOISTURE CONTENT, TO THE DEPTH INDICATED ON THE ONLY. THE ACCURACY AND COMPLETENESS OF SUCH INFORMATION IS NOT 26. CONTRACTOR SHALL TELEVISE ALL STORM WATER CONDUITS AFTER INSTALLATION, BUT DRAWINGS. THE TOP 8" OF SUBGRADE SHALL BE LIME STABILIZED (6%). GUARANTEED. IT IS THE CONTRACTOR'S SOLE AND COMPLETE RESPONSIBILITY TO PRIOR TO PAVEMENT CONSTRUCTION, IN ACCORDANCE WITH THE APPLICABLE 7. PIPE BETWEEN FITTINGS AT VERTICAL AND HORIZONTAL CHANGES IN LOCATE ALL UNDERGROUND UTILITIES AND STRUCTURES SUFFICIENTLY IN ADVANCE SPECIFICATION SECTIONS. UNLESS INDICATED OTHERWISE IN THE CONTRACT ALIGNMENT SHALL BE DUCTILE IRON PIPE WITH JOINT RESTRAINT OF TRENCHING AND EXCAVATION OPERATIONS TO AVOID DAMAGING EXISTING UTILITIES DOCUMENTS, TELEVISION INSPECTION OF CONDUITS WILL NOT BE PAID FOR DIRECTLY, 6. FLEXIBLE BASE SHALL BE TYPE A GRADE 1-2 CRUSHED LIMESTONE, IN DEVICES. UNLESS INDICATED OTHERWISE IN THE CONTRACT DOCUMENTS, BUT SHALL BE CONSIDERED SUBSIDIARY TO THE ITEMS FOR WHICH IT IS REQUIRED. ACCORDANCE WITH TXDOT STANDARD SPECIFICATION ITEM 247 AND SPECIFICATION OR CAUSING UNNECESSARY DELAYS. NO ADDITIONAL PAYMENT WILL BE MADE TO THE CONTRACTOR FOR THIS SECTION 025223. FLEXIBLE BASE SHALL BE COMPACTED TO NOT LESS THAN 98%WORK: IT SHALL BE CONSIDERED SUBSIDIARY TO THE BID ITEMS FOR MODIFIED PROCTOR DENSITY (ASTM D1557) TO WITHIN ±2% OF OPTIMUM MOISTURE 27. PROPOSEDMANHOLE RIM ELEVATIONS SHOWN ON THE DRAWINGS ARE APPROXIMATE. WATER IMPROVEMENTS. 3. SHALLOW ABANDONED PIPES (OLD WATERLINES, GAS LINES, UTILITY SERVICES, ETC.) CONTRACTOR SHALL SET MANHOLE RIMS AT FINISHED GRADE ELEVATION. CONTENT. WITHIN LIMITS OF R.O.W. SHALL BE REMOVED AND PROPERLY DISPOSED OF. THIS GENERALLY APPLIES TO ALL UNWANTED PIPES THAT ARE WITHIN ONE FOOT OF 28. CONTRACTOR SHALL COORDINATE WITH PROPERTY OWNER PRIOR TO ACCESSING 8. CONNECTIONS TO THE EXISTING WATER SYSTEM WILL BE PAID FOR AS 7. PRIME COAT SHALL BE MC -30 MEDIUM -CURING CUTBACK ASPHALT OR AE -P PRIVATE PROPERTY INCLUDING UTILITY EASEMENTS. ALL PERIMETER FENCE REMOVED INDICATED IN THE 81D FORM. ASPHALT EMULSION PRIME, AND SHALL BE APPLIED AT A RATE OF 0.15 GALLON SUBGRADE, AND ANY ABANDONED PIPES WHICH COULD IMPACT THE PROPOSED TO GAIN ACCESS TO THE SITE SHALL BE REPLACED WITH NEW FENCE OF THE SAME PER SQUARE YARD. TACK COAT SHALL BE SS -1 SLOW -SETTING EMULSIFIED WORK. ALL ABANDONED LINES TO REMAIN IN PLACE SHALL BE CAPPED AT THE MATERIAL. CONTRACTOR SHALL MAINTAIN SITE SECURITY BY MEANS OF TEMPORARY 9. WATERLINES TO BE ABANDONED IN PLACE SHALL BE DETACHED AND ASPHALT AND SHALL BE APPLIED AT A RATE OF 0.05 TO 0.15 GALLON PER ENDS AND CUT FOR REMOVAL OF SECTIONS AS REQUIRED TO ACCOMMODATE FENCING UNTIL PERMANENT FENCE HAS BEEN INSTALLED. CONTRACTOR SHALL CAPPED A MINIMUM OF 10 FEET FROM THE CONNECTION POINT. SQUARE YARD. CONSTRUCTION OF THE PROPOSED IMPROVEMENTS. THIS ACTIVITY WILL BE PAID FOR RESTORE ALL AREAS AFFECTED BY HIS ACTIVITIES TO PRE -CONSTRUCTION UNDER THE ITEMS SHOWN IN THE BID FORM. ABANDONED GRAVITY PIPES 8" AND CONDITION. RESTORATION EFFORTS INCLUDE, BUT ARE NOT LIMITED TO ALL 10. ALL ASBESTOS -CEMENT (AC) PIPE DETERMINED TO BE IN CONFLICT 8. HOT MIX ASPHALTIC CONCRETE SHALL MEET THE REQUIREMENTS OF TXDOT LARGER AND PRESSURE PIPES 12" AND LARGER SHALL BE GROUT FILLED WHEN EQUIPMENT, LABOR AND MATERIALS REQUIRED TO PLACE TOPSOIL AND SOD, WITH THE IMPROVEMENTS WHETHER DESIGNATED OR NOT FOR REMOVAL STANDARD SPECIFICATION ITEM 340 AND CITY SPECIFICATION SECTION 025424. ABANDONED IN PLACE. CONSTRUCT ASPHALT PAVEMENT REPAIRS, CONCRETE SIDEWALK REPAIRS, CONCRETE SHALL BE DISPOSED OF IN STRICT COMPLIANCE WITH LOCAL, STATE, DRIVEWAY REPAIRS AND CONCRETE PAVEMENT REPAIRS, AS NEEDED, UNLESS NOTED AND FEDERAL REGULATIONS. DISPOSAL OF AC PIPE WILL NOT BE PAID 9. CARE SHALL BE TAKEN TO PROTECT CURB & GUTTER AND OTHER CONCRETE 4. IF ACTIVE SHALLOW BURIED PIPELINES OR UTILITIES ARE ENCOUNTERED WITHIN THE OTHERWISE. ALL OF THE WORK LISTED HEREIN SHALL BE SUBSIDIARY TO OTHER PAY FOR DIRECTLY BUT SHALL BE CONSIDERED SUBSIDIARY WORK. SURFACES FROM ASPHALT SPLATTER DURING PRIMING AND SEALING OPERATIONS. PROJECT LIMITS, THE CONTRACTOR SHALL NOTIFY THE OWNER'S AUTHORIZED ITEMS AND WILL NOT BE PAID FOR SEPARATELY. REPRESENTATIVE (OAR) IMMEDIATELY. THESE LINES MAY REQUIRE ENCASEMENT OR 29. THE CONTRACTOR SHALL PROVIDE BACKFILL AND COMPACTION FOR GAS AND I.T. 11. WHERE EXISTING WATER SERVICE LINE CONNECTS TO EXISTING 10. LOCATIONS OF H.M.A.C.P. LONGITUDINAL CONSTRUCTION JOINTS FOR FINAL SURFACEWATERLINE TO BE REMOVED OR ABANDONED, PROVIDE NEW WATER COURSE SHALL COINCIDE WITH LANE STRIPING UNLESS OTHERWISE DIRECTED BY REROUTE. LINES. BMENTS AND A WATERLINES,ISH HO N IN ACCORDANCETERANH RDE SERVICE LINE OF SAME SIZE FROM NEW PVC WATERLINE TO EXISTING THE OWNER'S AUTHORIZED REPRESENTATIVE (OAR). REQUIREMENTS FOR AS SHOWN ON THE WATER STANDARD DETAILS WATER METER. CITY WILL REPLACE METER AS NEEDED. 5. ALL STORM WATER PIPE SHALL BE CLASS III REINFORCED CONCRETE PIPE WITH (SHEET 1 OF 4). 11. H.M.A.C.P. TRANSITIONS TO EXISTING PAVEMENTS SHALL BE TRANSITIONED OVER 10 TYPE B WALL AND TONGUE -AND -GROOVE JOINTS PER ASTM C-76, UNLESS NOTED 30. THE CONTRACTOR SHALL UTILIZE THE TEXAS ONE CALL 1-800-545-6005) / LONE 12. THE EXACT LOCATION AND SIZE OF EACH INDIVIDUAL WATER SERVICE FEET TO PRODUCE A SMOOTH RIDE AND SHALL BE CHECKED WITH A 10 -FT. OTHERWISE ON THE DRAWINGS. STAR FOR THE LOCATIONS OF UNDERGROUND UTILITIES IN THE FIELD AT LEAST 48 CONNECTION SHALL BE DETERMINED IN THE FIELD BY THE CONTRACTOR STRAIGHT EDGE PRIOR TO COMPLETION. HOURS PRIOR TO THE PERFORMANCE OF ANY WORK. PRIOR TO INSTALLATION OF THE PROPOSED WATERLINES. CONTRACTOR 6. STORM WATER JUNCTION BOXES MAY BE CAST -IN-PLACE OR PRECAST REINFORCED SHALL INSTALL THE APPROPRIATE SIZE WATER SERVICE FROM THE MAIN B. DRIVEWAYS AND SIDEWALKS CONCRETE, AT THE CONTRACTOR'S OPTION. CONCRETE FOR CAST -IN-PLACE E. WASTEWATER (SANITARY SEWER) TO THE EXISTING WATER METER IN ACCORDANCE WITH CITY OF CORPUS JUNCTION BOXES SHALL BE CLASS 'C' (3600 PSI MINIMUM COMPRESSIVE STRENGTH CHRISTI STANDARD WATER DETAILS. 1. DRIVEWAYS SHALL BE AS SHOWN ON CITY OF CORPUS CHRISTI "STANDARD AT 28 DAYS). CONCRETE FOR PRECAST JUNCTION BOXES SHALL HAVE A 1. ABANDONEDSERVICES SHALL BE COMPLETELY REMOVED AND CAPPED AT THE MAIN DRIVEWAY DETAILS". COMPRESSIVE STRENGTH OF NOT LESS THAN 5000 PSI AT 28 DAYS. OR MANHHOLE. G. SPECIAL RESTRICTIONS FOR SEQUENCING WORK 2. DRIVEWAYS SHALL BE CONSTRUCTED SUCH THAT TEXTURED SURFACES ARE NOT 7. ANGLES, BENDS AND TRANSITIONS IN REINFORCED CONCRETE PIPES AND BOX 2. NEITHER BLUE NOR WHITE PVC PIPE NOR DUCTILE IRON PIPE SHALL BE USED FOR 1. DRIVEWAY REMOVAL & REPLACEMENT SHALL OCCUR WITHIN THE SAME WASTEWATER LINES. ORNEXT WORKING DAY. AT NO TIME SHALL DRIVEWAY CONSTRUCTION REQUIRED, AS IN THE CASE OF CURB RAMPS. CULVERTS MAY BE PRECAST SECTIONS OR CAST -IN-PLACE, AT THE CONTRACTOR'S OPTION. (PRECAST SECTIONS ARE PREFERRED.) NO SEPARATE PAYMENT WILL BE 3. ABANDONED WASTEWATER MAINS SHALL BE FILLED WITH FLOWABLE GROUT MATERIAL. EXTEND BEYOND 3 WORKING DAYS. 3. EXISTING DRIVEWAYS, SIDEWALKS, CURB, AND GUTTER SHALL BE REMOVED AS MADE FOR THESE SUBSIDIARY ITEMS. THE UPPER 5 FEET OF ABANDONED MANHOLES AND ABANDONED CLEAN -OUTS 2. H.M.A.C.P. BASE COURSE SHALL FOLLOW COMPLETED FLEXIBLE BASE REQUIRED TO CONSTRUCT THE PROPOSED IMPROVEMENTS, INCLUDING THAT WHICH SHALL BE REMOVED AND THE EXCAVATIONS SHALL BE BACKFILLED WITH SELECT COURSE WITHIN 5 DAYS. IS REQUIRED FOR GRADE ADJUSTMENTS BEYOND THE PROPERTY LINE, IF DIRECTED B. UTILITY TRENCHES SHALL BE SHEATHED AND BRACED AS REQUIRED TO MAINTAIN A EXCAVATED MATERIAL AND COMPACTED TO NOT LESS THAN 95% STANDARD PROCTOR 3. UTILITIES BE ABANDONED BE MAINTAINED BY THE BY THE OWNER'S AUTHORIZED REPRESENTATIVE (OAR). REMOVAL OF THESE ITEMS SAFE WORKING AREA FOR WORKERS, IN ACCORDANCE WITH 0.S.H.A. STANDARDS, 29 DENSITY (ASTM 0698) NOT TO EXCEED 10" LIFTS. THE ABANDONMENT OF MANHOLES UTILITIES TOR AND REMAIN DINSHALL SERVICE UNTIL THE APPROPRIATE SERVICE IS SUBSIDIARY TO "STREET EXCAVATION" AND "SITE CLEARING AND STRIPPING", CFR PART 1926, SUBPART P 'EXCAVATIONS'. AND BACKFILL/COMPACTION SHALL BE CONSIDERED SUBSIDIARY TO THE WASTEWATER CHANGEOVERS HAVE BEEN COMPLETED BY THE CONTRACTOR AND UNLESS OTHERWISE SPECIFIED. CONCRETE SIDEWALK RUNNERS AND CONCRETE BID ITEMS. ACCEPTED FOR USE BY THE APPROPRIATE CITY OPERATING DRIVEWAYS PLACED FOR TRANSITION SHALL BE PAID FOR UNDER THE UNIT PRICE 9. TRENCH EXCAVATION SHALL NOT PRECEDE BACKFILL BY MORE THAN 200 FEET. NO DEPARTMENT. FOR "CONCRETE SIDEWALK" AND "CONCRETE DRIVEWAY" REGARDLESS OF WIDTH. TRENCH SHALL BE LEFT OPEN AFTER NORMAL WORKING HOURS. 4. ALL NEW AND EXISTING WASTEWATER MANHOLES SHALL BE ADJUSTED TO FINISHED CONTRACTOR SHALL PROVIDE SATISFACTORY GRADE AND POSITIVE DRAINAGE FOR GRADE PER CITY SPECIFICATION SECTION 027205. ADJUST EXISTING WASTEWATER 4. CONTRACTOR SHALL PROVIDE AND MAINTAIN SUITABLE TEMPORARY ALL DRIVEWAYS AND SIDEWALKS, AND SHALL FULLY COMPLY WITH TEXAS 10. ALL OPEN EXCAVATIONS SHALL BE ENCLOSED WITH HIGH-DENSITY POLYETHYLENE MANHOLE TO FINISHED GRADE BID ITEM SHALL INCLUDE NEW CONCRETE COLLARS. STORM WATER DRAINAGE MEASURES DURING ALL PHASES OF THE WORK, ACCESSIBILITY STANDARDS. FOR WORK BEYOND THE R.O.W. LINE, THE CONTRACTOR 4 -FT. HIGH ORANGE SAFETY BARRICADE FENCE (TENSAR UX4050 OR APPROVED AS REQUIRED TO PREVENT FLOODING AND PROMOTE POSITIVE RUNOFF SHALL NOTIFY THE PROPERTY OWNER AND RECEIVE THE OWNER'S PERMISSION TO EQUIVALENT) AND DRUMS. 5. CLEANING OR PURGING OF EXISTING WASTEWATER LINES REQUIRED FOR CONNECTING FROM THE SITE. SUCH TEMPORARY STORM WATER DRAINAGE DEVICES SHALL BE MAINTAINED UNTIL SUCH TIME THAT PERMANENT STORM PERFORM THE WORK PRIOR TO BEGINNING THE WORK. UNLESS OTHERWISE SHOWN INTO NEW WASTEWATER LINES SHALL BE THE CONTRACTOR'S RESPONSIBILITY. NO WATER DRAINAGE STRUCTURES AND CONDUITS ARE COMPLETED. THESE IN THE PLANS, CONTRACTOR SHALL CONSTRUCT DRIVEWAYS USING CITY OF 11. ALL VALVE BOXES AND MANHOLES REQUIRING VERTICAL ADJUSTMENT SHALL BE SEPARATE PAYMENT WILL BE MADE TO THE CONTRACTOR FOR CLEANING OR PURGING TEMPORARY DRAINAGE DEVICES WILL NOT BE PAID FOR DIRECTLY BUT CORPUS CHRISTI DRIVEWAY STANDARD DETAILS WITH AN B% SLOPE FROM THE LOCATED BY STATION AND OFFSET AND TIED TO EXISTING FEATURES THAT WILL OF THESE LINES. SHALL BE CONSIDERED SUBSIDIARY WORK. IN AREAS WHERE THE GUTTER TO THE EDGE OF CYCLE TRACK, A 2% MAX SLOPE ACROSS THE CYCLE REMAIN IN PLACE. ALL NEW AND EXISTING VALVE BOXES AND MANHOLES SHALL BE CONTRACTOR IS REPLACING EXISTING STORM LINE WITH A NEW STORM TRACK AND SIDEWALK WIDTH, AND AN 8% SLOPE TO MATCH EXISTING (BEYOND EXTENDED TO FINISH GRADE. ELEVATION ADJUSTMENTS FOR NEW MANHOLES AND 6. ALL WASTEWATER MANHOLES INSTALLED ON THIS PROJECT SHALL BE FIBERGLASS. UNE IN THE SAME LOCATION, THE CONTRACTOR SHALL WORK THE R.O.W.). VALVE BOXES SHALL BE PAID UNDER THE APPROPRIATE BID ITEMS IN THE BID THE MANHOLE MANUFACTURER SHALL PROVIDE CERTIFICATION AND DESIGN DOWNSTREAM TO UPSTREAM, AND SHALL REMOVE ONLY THE LENGTH OF FORM. CALCULATIONS TO THE CITY SHOWING THAT THE MANHOLES ARE DESIGNED FOR H2O PIPE THAT CAN BE REPLACED WITH NEW PIPE WITHIN THE SAME DAY. 4. EXCEPT WHERE INDICATED OTHERWISE ON THE DRAWINGS, CURB RAMPS SHALL BE TRAFFIC LOADING AND THE APPLICABLE SOIL AND HYDROSTATIC PRESSURE LOADING 5. CONTRACTOR SHALL SPRINKLE FOR DUST CONTROL AS NEEDED OR AS REQUIRED AT EACH CORNER OF EACH STREET INTERSECTION, AT CROSSWALKS, 12. THE CONTRACTOR SHALL LOCATE ALL EXISTING WATER AND WASTEWATER SERVICE CONDITIONS. MINIMUM WALL THICKNESS SHALL BE 0.50 INCH. IF REQUIRED BY THE DIRECTED BY THE OWNER'S AUTHORIZED REPRESENTATIVE (OAR)). NO AND AS DIRECTED BY THE OWNER'S AUTHORIZED REPRESENTATIVE (OAR). CONNECTIONS ALONG THE PROJECT CORRIDOR PRIOR TO LAYING PAVEMENT. NO MANUFACTURER'S DESIGN, HORIZONTAL RIBS AND/OR VERTICAL STIFFENERS MAY BE ADDITIONAL PAYMENT WILL BE MADE FOR THIS SUBSIDIARY WORK. DIRECT PAYMENT WILL BE MADE TO THE CONTRACTOR FOR THIS WORK: IT WILL BE UTILIZED TO ACHIEVE THE REQUIRED DESIGN CHARACTERISTICS. 5. CONCRETE PLACEMENT SHALL STOP AT EXPANSION JOINTS IN SIDEWALKS OR AS CONSIDERED SUBSIDIARY TO THE PAY ITEMS FOR WATER AND WASTEWATER 6. CONTRACTOR SHALL COORDINATE WATERLINE HYDROSTATIC TESTING AND OTHERWISE DIRECTED BY THE OWNER'S AUTHORIZED REPRESENTATIVE (OAR). IMPROVEMENTS. 7. WHERE A NEW PVC WASTEWATER LINE IS TO BE CONNECTED TO AN EXISTING BACTERIOLOGICAL TESTING WITH THE PROPOSED CONSTRUCTION 13. THE CONTRACTOR SHALL TAKE PRECAUTIONS TO PROTECT EXISTING UTILITIES FROM VITRIFIED CLAY PIPE WASTEWATER LINE, THE CONNECTIONS SHALL BE MADE WITH SEQUENCING FOR THIS PROJECT. 6. WHERE PROPOSED CONCRETE SIDEWALK TIES INTO EXISTING CONCRETE, DAMAGE. ALL PIPES, UTILITIES AND OTHER FACILITIES DAMAGED BY THE CONTRACTOR ONE OF THE FOLLOWING APPROVED COUPLING ADAPTERS: H. TRAFFIC CONTRACTOR SHALL PLACE A REDWOOD EXPANSION JOINT WITH J¢" DIA. X 15" SHALL BE REPAIRED TO THE CITY'S SATISFACTION, WITH NO ADDITIONAL PAYMENT TO - MISSION RUBBER COMPANY FLEX -SEAL ADJUSTABLE REPAIR COUPLING (ARC) LONG SMOOTH DOWELS DRILLED AND EPDXY SET WITH AN EXPANSION CAP AT ONE THE CONTRACTOR. - FERNCO 5000 SERIES REPAIR COUPLING (RC) 1. IT IS ANTICIPATED THAT THE FOLLOWING TWO (2) CITY OF CORPUS END. DOWELS SHALL BE SPACED AS SHOWN ON THE PLANS. NO SEPARATE PAYMENT WILL BE MADE TO THE CONTRACTOR FOR THE COUPLING CHRISTI PROJECTS WILL BE UNDER CONSTRUCTION AT THE SAME TIME 14. PAVEMENT REPAIR FOR UTILITY TRENCH SHALL BE PAID FOR ONLY IF THE REPAIR ADAPTER. AS THIS PROJECT: GOLLIHAR ROAD FROM KOSTORYZ ROAD TO WEBER 7. HEADER CURB FOR CURB RAMPS SHALL NOT BE PAID FOR DIRECTLY, BUT SHALL OCCURS OUTSIDE THE LIMITS OF PROPOSED STREET RECONSTRUCTION. TRENCH BE INCLUDED IN THE SQUARE FOOTAGE FOR CURB RAMP. RESTORATION ALONG EXISTING PAVEMENTS THAT ARE SCHEDULED FOR SUBSEQUENT 8. WHERE EXISTING WASTEWATER SERVICE LINE CONNECTS TO EXISTING SANITARYROAD (CITY PROJECT E13088 & E13089) AND GOLLIHAR ROAD FROM RECONSTRUCTION SHALL INCLUDE TEMPORARY REPLACEMENT OF BASE COURSE WITHSTAPLES STREET TO WEBER ROAD (CITY PROJECT NO. 513087). THE LOW P.I. MATERIAL THAT IS CONDUCIVE FOR SALVAGE. SEWER TO BE REPLACED, PROVIDE NEW WASTEWATER SERVICE UNE OF SAME SIZE CONTRACTOR OF THIS PROJECT SHALL MEET, AT TIMES REQUESTED BY 8. SIDEWALKS SHALL BE TIED TO ADJACENT CURBS, DRIVEWAYS AND CURB INLETS BY (4" MINIMUM DIAMETER) FROM NEW PVC WASTEWATER MAIN TO EXISTING PRIVATE THE CITY, WITH THE CITY, OTHER CONTRACTORS, AND RESPECTIVE STEEL DOWELS AS SHOWN ON THE DRAWINGS, IN ORDER TO MINIMIZE 15. WHERE UTILITY WORK IS PERFORMED UNDER AREAS OF THE EXISTING ROADWAY SEWER LINE AT THE PROPERTY LINE. ENGINEER TO ESTABLISH TRAFFIC CONTROL PLANS AND CONSTRUCTION DIFFERENTIAL MOVEMENT OF THESE FACILITIES. THAT ARE REQUIRED TO CARRY TRAFFIC PRIOR TO COMPLETION OF THE STREET SCHEDULES THAT WILL MINIMIZE IMPACTS TO THE GENERAL PUBLIC. THE IMPROVEMENTS, THE CONTRACTOR SHALL APPLY SURFACE TREATMENT ON TOP OF 9. THE EXACT LOCATION AND SIZE OF EACH INDIVIDUAL WASTEWATER SERVICE CITY WILL MAKE FINAL DECISIONS ON THE TRAFFIC CONTROL PLANS 9. UNPAVED AREAS BETWEEN THE BACK OF CURB AND R.O.W. LINE SHALL BE THE BASE OR BACKFILL MATERIAL. UNTIL SUCH TIME THAT THE PROPOSED CONNECTION SHALL BE DETERMINED IN THE FIELD BY THE CONTRACTOR PRIOR TO AND PROJECT SCHEDULES FOR THE THREE (3) PROJECTS IN THESE PAVEMENT SECTION IS CONSTRUCTED. THESE TEMPORARY PAVEMENTS WILL NOT BE INSTALLATION OF THE PROPOSED WASTEWATER LINES. CONTRACTOR SHALL ALSO GRADED PER THE TYPICAL SECTIONS, TILLED, AND BLOCK SODDED. PAID FOR DIRECTLY BUT SHALL BE CONSIDERED SUBSIDIARY WORK. DETERMINE THE APPROPRIATE TYPE OF WASTEWATER SERVICE CONNECTION TO BE MEETINGS AND THE CONTRACTORS MUST ABIDE BY THE FINAL USED AND INSTALL NEW WASTEWATER SERVICE IN ACCORDANCE WITH CITY OF DECISIONS. 10. PRIOR TO DRIVEWAY CONSTRUCTION, THE CONTRACTOR SHALL DETERMINE THE 16. EXCEPT AS INDICATED OTHERWISE IN THE CONTRACT DOCUMENTS, TIE-INS OR CORPUS CHRISTI WASTEWATER STANDARD DETAILS. DIFFERENCE IN ELEVATION FROM THE HIGHEST POINT OF THE EXISTING DRIVEWAY2. THE CONTRACTOR SHALL NOTIFY ALL RESIDENTS, BUSINESS OWNERS, CONNECTIONSWERH PROPOSED SANITARYRYWORK ANDN TO SHALLLHNOTS BE EXISTINGAURESANITARY AT THE TIE-IN DIMENSION SHOWN IN THE PLANS TO THE PROPOSED GUTTERAND SCHOOL OFFICIALS WITHIN THE CONSTRUCTION AREA 5 DAYS PRIOR ELEVATION ALONG THE DRIVEWAY. IF THE PROPOSED DRIVEWAY CANNOT BE SEWER LINES SHALL BE SUBSIDIARY NOT MEASURED FOR 10. CONTRACTOR SHALL PROVIDE FOR TEMPORARY BYPASS OF SEWAGE INTO TO PLACING CONSTRUCTION SIGNS. CONSTRUCTED WITHIN THE MAXIMUM ALLOWABLE SLOPE AT THE DIMENSIONS SHOWN PAYMENT. DOWNSTREAM MANHOLE WHEN REPLACING PIPE OR REHABILITATING EXISTING IN THE PLANS, THE CONTRACTOR SHALL EXTEND THE PROPOSED DRIVEWAY SANITARY SEWER MAINS, REHABILITATING EXISTING MANHOLES, OR CONSTRUCTING 3. REFLECTORIZED PAVEMENT MARKINGS FOR STREETS SHALL BE TYPE I 17. PRECAST CURB INLETS, IF ALLOWED. SHALL HAVE CAST -IN-PLACE THROAT AND NEW MANHOLES. BYPASS PUMPING SHALL BE IN ACCORDANCE WITH SPECIFICATION THERMOPLASTIC. IMPROVEMENTS BEYOND THE LIMITS SHOWN IN THE PLANS SO THAT THE MAXIMUM TOP. SECTION 027300 "CONTROL OF WASTEWATER FLOWS". ALLOWABLE SLOPE IS NOT EXCEEDED. ANY DEVIATION IN DIMENSION FROM THOSE SHOWN IN THE PLANS SHALL BE REPORTED TO THE OWNER'S AUTHORIZED 18. A PIPE COLLAR SHALL BE USED WHERE PROPOSED STORM WATER IS TO BE 11. DEFLECTION TESTING OF PVC WASTEWATER LINES SHALL FOLLOW BACKFILL 4. PAVEMENT MARKING WORDS, SHAPES, SYMBOLS, AND STOP BARS SHALL REPRESENTATIVE (OAR) PRIOR TO PERFORMING THE WORK. CONNECTED TO EXISTING STORM WATER OF LIKE SIZE. PIPE COLLARS SHALL NOT OPERATIONS BY NOT LESS THAN 30 DAYS. BE PREFABRICATED THERMOO PLASTIC. BE PAID FOR SEPARATELY BUT SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS 5. OBUTERATING EXISTING PAVEMENT MARKINGS SHALL NOT BE PAID FOR BID ITEMS. PIPE COLLARS WILL NOT BE REQUIRED AT STRAIGHT (NON -SKEWED) F. WATERLINES SEPARATELY, BUT SHALL BE SUBSIDIARY TO THE PAVEMENT MARKING TONGUE -AND -GROOVE CONNECTIONS OF SAME SIZE PIPES UNLESS THE JOINT IS PAY ITEMS. DAMAGED. 1. WATER METERS SHALL BE ACCESSIBLE DURING CONSTRUCTION. 6. IF DELAYS OCCUR, THE CONTRACTOR SHALL BE RESPONSIBLE FOR 2. THE CONTRACTOR SHALL COORDINATE WITH CITY WATER DEPARTMENT PERSONNEL TO ADDITIONAL TRAFFIC CONTROL COSTS, UNLESS AGREED TO CHANGE VIA SCHEDULE OPTIMUM TIME FOR WATER CONNECTION TIE-INS. CHANGE ORDER. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION ICITY PROJECT # E13097 SHEET 3 of 132 RECORD DRAWING NO. STR-900 LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI �/ CITY of CORPUS TEXAS Department of ACARROLL CHRISTI Services 6000 S. Staples Corpus ChristiT 3 Px3881 814-3070 Fax: 888653-5510RICARDO Maybik, Inc. dL o� �74- stt %* Vir7 MARTINEZ, 58265 :'A °tiRFG, i °� �L CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 GENERAL NOTES Engineering Martinez, Guy & Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 REMOVED, ETC., FOR THE CONTRACTOR'S CONVENIENCE, SHALL BE REPLACED WITH 1. THE ABOVE TESTING RATES ARE ONLY ANTICIPATED GUIDELINES, THE OWNER'S AUTHORIZED REPRESENTATIVE (OAR) LIKE -KIND OR BETTER AT THE CONTRACTOR'S EXPENSE. RESERVES THE RIGHT TO CONDUCT ADDITIONAL TESTING AT THE OWNER'S AUTHORIZED REPRESENTATIVE (OAR)'S DISCRETION. RE -TEST FOR FAILURES ARE NOT INCLUDED. 5. ALL WORK SHALL BE PERFORMED DURING DAYLIGHT HOURS UNLESS SPECIFICALLY 2. MOISTURE CONTENTS TO BE INCLUDED WITH DENSITY TEST. APPROVED BY THE OAR FOR OFF-PEAK HOUR UTILITY TIE-INS, SERVICE CONNECTIONS, 3. IN THE EVENT OF FAILURES, ADDITIONAL TESTS WILL BE REQUIRED. IF EXCESSIVE RAIN OR DRY PERIOD OCCURS ON A �C' PREVIOUSLY TESTED SECTION, THE CITY MAY ORDER RE -TESTS AS NECESSARY. 6. THE STORM WATER POLLUTION PREVENTION PLAN SHALL CONSIST OF USING THE BID ITEMS SODDING, SEEDING, SILT FENCE OR EROSION CONTROL LOGS, AND CURB INLET PROTECTION AS SHOWN ON THE PLANS. SODDING SHALL BE PLACED AS SOON AS POSSIBLE AFTER COMPLETION OF CURB & GUTTER, SIDEWALK, DRIVEWAYS AND SITE GRADING. IF INLETS, MANHOLES, OR JUNCTION BOXES ARE BUILT IN STAGES, SILT FENCE FABRIC SHALL BE PLACED AROUND THE STRUCTURE. ONCE INSTALLED, SILT FENCE SHALL REMAIN IN PLACE UNTIL DISTURBED AREAS HAVE ACHIEVED AT LEAST 75% VEGETATIVE COVER. CONTRACTOR SHALL PROPERLY MAINTAIN STRUCTURAL B.M.P.S THROUGHOUT THE PROJECT DURATION. 7. TOPSOIL AND SEEDING SHALL BE PLACED ON ALL DISTURBED AREAS OUTSIDE OF THE R.O.W. TOPSOIL SHALL HAVE A PH RANGE OF 5.5 TO 7, AND SHALL BE FREE OF STONES LARGER THAN ONE INCH, DEBRIS, AND EXTRANEOUS MATERIALS HARMFUL TO PLANT GROWTH. IF REQUIRED, CONTRACTOR SHALL PROVIDE SOIL -STABILIZING BLANKET OF JUTE MAT, WOOD EXCELSIOR OR MULCH NETTING TO STABILIZE CHANNEL BANKS AND ESTABLISH GRASS GROWTH. SOIL -STABILIZING BLANKET WILL NOT BE PAID FOR SEPARATELY. 8. ALL PROPOSED EASEMENTS AND RIGHTS-OF-WAY FOR THIS PROJECT WILL BE ACQUIRED PRIOR TO BEGINNING CONSTRUCTION. 9. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROCURING ALL LEGALLY REQUIRED PERMITS AND LICENSES, PAY ALL CHARGES AND FEES, GIVE ALL NOTICES NECESSARY AND INCIDENTAL TO THE DUE AND LAWFUL PROSECUTION OF THE WORK, AND ARRANGE FOR ALL INSPECTIONS, PER CONTRACT REQUIREMENTS. THIS INCLUDES FILING FOR AND PROCURING A TEXAS POLLUTANT DISCHARGE ELIMINATION SYSTEM (TPDES) NOTICE OF INTENT (NOT) FOR LARGE CONSTRUCTION PROJECTS, WITH THE TEXAS COMMISSION ON ENVIRONMENTAL QUALITY (TCEQ), PRIOR TO BEGINNING CONSTRUCTION. THE NOTICE OF INTENT AND CONSTRUCTION SITE NOTICE SHALL BE PROMINENTLY POSTED AT THE JOBSITE AT ALL TIMES. THE CONTRACTOR SHALL ALSO FILE A NOTICE OF TERMINATION WITH THE TCEQ UPON FINAL COMPLETION OF THE WORK. 10. CONTRACTOR SHALL COORDINATE WITH A.E.P. AND A.T.&T. TO ASSURE THAT THE REQUIRED ADJUSTMENTS HAVE BEEN PERFORMED PRIOR TO BEGINNING CONSTRUCTION OF CONFLICTING IMPROVEMENTS. H. TRAFFIC (CONTINUED) I. MISCELLANEOUS (CONTINUED) 7. TABS, TRAFFIC BUTTONS, AND OTHER TEMPORARY OR ABBREVIATED PAVEMENT 11. CONTRACTOR SHALL CUT AND PLUG EXISTING IRRIGATION LINES LOCATED WITHIN THE MARKINGS SHALL NOT BE PAID FOR SEPARATELY, BUT SHALL BE SUBSIDIARY TO THE R.O.W. AND SALVAGE IRRIGATION PIPE AND SPRINKLER HEADS FOR THE PROPERTY PAY ITEMS FOR PAVEMENT MARKING AND TRAFFIC CONTROL. OWNER. THIS WORK WILL NOT BE PAID FOR SEPARATELY, BUT IS INCLUDED UNDER "SITE CLEARING AND STRIPPING". 8. AT LEAST 48 HOURS PRIOR TO APPLYING PERMANENT PAVEMENT MARKINGS, THE 12. CONTRACTOR SHALL RELOCATE ROADSIDE MAILBOXES AS REQUIRED IN ORDER TO CONTRACTOR SHALL NOTIFY THE CITY TRAFFIC OWNER'S AUTHORIZED REPRESENTATIVE MAINTAIN ACCESS TO MAILBOXES THROUGHOUT THE COURSE OF CONSTRUCTION. UPON (OAR)ING DEPARTMENT AND CONSTRUCTION DEPARTMENT TO OBTAIN CITY APPROVAL COMPLETION OF CONSTRUCTION, CONTRACTOR SHALL INSTALL MAILBOXES IN THEIR FOR THE LOCATION, ALIGNMENT, AND LAYOUT OF THE PAVEMENT MARKINGS. PERMANENT LOCATION. 9. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING AND MAINTAINING TRAFFIC I.T. PULL BOXES WILL BE PROVIDED BY THE CITY OF CORPUS CHRISTI. CONTRACTOR CONTROLS THROUGHOUT THE DURATION OF THE CONTRACT FOR ALL PHASES OF THE SHALL PROVIDE INSTALLATION OF PULL BOXES. CONTACT CITY OAR FOR LOCATION TO WORK, IN ACCORDANCE WITH THE "TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL PICK UP PULL BOXES. DEVICES", TRAFFIC CONTROL PLAN, AND BARRICADE AND CONSTRUCTION STANDARDS. 10. ALL WEATHER ACCESS TO LOCAL RESIDENCES AND BUSINESSES SHALL BE MAINTAINED J. DESIGN CRITERIA THROUGHOUT THE CONSTRUCTION PERIOD. ALL WEATHER MATERIAL INCLUDES TYPE A/ 1.ROADWAY GEOMETRICS WERE DESIGNED FOR 35 MPH DESIGN SPEED. GRADE 1 LIMESTONE BASE, COLD MIX, OR OTHER MATERIAL APPROVED BY THE OWNER'S AUTHORIZED REPRESENTATIVE (OAR) PRIOR TO PLACEMENT. 2. FLEXIBLE PAVEMENT DESIGN WAS BASED ON 2,117,230 E.S.A.L. (18 -KIP) FOR 11. THE CONTRACTOR MAY USE EXCAVATED BASE MATERIAL FOR TEMPORARY TRANSITIONS 30 -YEAR DESIGN LIFE TO ACHIEVE A STRUCTURAL NUMBER OF NOT LESS THAN 4.32. TO EXISTING DRIVEWAYS DURING CONSTRUCTION, IF MATERIAL IS APPROVED BY THE 3. STORM WATER INLETS AND CONDUITS WERE DESIGNED FOR 5 -YEAR LEVEL OF OWNER'S AUTHORIZED REPRESENTATIVE (OAR). CALICHE SHALL NOT BE AN ACCEPTABLE PROTECTION (20% ANNUAL PROBABILITY OF OCCURRENCE). BASE MATERIAL. 12. CONTRACTOR SHALL CONTACT TONY SALINAS AT 361-826-1610 AT LEAST 72 HOURS 4. RIGHT-OF-WAY DATA SHOWN ON THESE DRAWINGS WAS BASED ON INFORMATION PRIOR TO ANY REQUIRED RE -PROGRAMMING AND/OR TIMING ADJUSTMENTS FOR PROVIDED BY THE CITY OF CORPUS CHRISTI. RIGHT-OF-WAY RETRACEMENT SURVEY TRAFFIC SIGNALS. ALL WORK RELATING TO COVERING ("BAGGING") SIGNS AND TRAFFIC WAS NOT CONDUCTED FOR THIS PROJECT. SIGNALS FOR TEMPORARY LANE CLOSURES, AND MOVING OR ADJUSTING VIDEO DETECTION CAMERAS, WILL BE DONE BY THE CONTRACTOR AND COORDINATED WITH THE CIN TRAFFIC OWNER'S AUTHORIZED REPRESENTATIVE (OAR)ING DEPARTMENT. THE TRAFFIC CONTROLLER WILL BE PROGRAMMED BY CITY TRAFFIC OWNER'S AUTHORIZED REPRESENTATIVE (OAR)ING DEPARTMENT PERSONNEL INCLUDING THE TIMING OF EACH PHASE FOR VEHICLES AND PEDESTRIANS, AS WELL AS PROGRAMMING THE VIDEO DETECTION ZONES FOR EACH CAMERA. 13. ALL TRAFFIC SIGNS ON THIS PROJECT SHALL HAVE ANTI -GRAFFITI FILM ON BOTH SIDES AND SHALL UTILIZE TRIANGULAR SLIPBASE SYSTEM INSTALLATION. 14. TRAFFIC OWNER'S AUTHORIZED REPRESENTATIVE (OAR) SHALL BE NOTIFIED AT LEAST 48 -HOURS PRIOR TO CONSTRUCTION. 15. ALL TRAFFIC CONTROL DEVICES AND SIGNS, INCLUDING BLUE WAYFARE SIGNAGE, SHALL BE IN PLACE PRIOR TO THE START OF CONSTRUCTION. 16. NOTIFY THE CITY'S AUTHORIZED REPRESENTATIVE (OAR)ING DEPARTMENT AND CONSTRUCTION DEPARTMENT TO OBTAIN CITY APPROVAL FOR THE LOCATION, ALIGNMENT, AND LAYOUT OF THE PAVEMENT MARKINGS. 17. CONTRACTOR SHALL PROVIDE CROSSING GUARDS AND ACCOMMODATE ACCESS FOR HICKS ELEMENTARY SCHOOL AND BERLANGA ELEMENTARY SCHOOL DURING SCHOOL DROP OFF AND PICKUP TIMES. I. MISCELLANEOUS 1. CONCRETE SHALL BE SAW -CUT WHERE AN EXISTING CONCRETE STRUCTURE IS TO BE PARTIALLY REMOVED. 2. TREE TRIMMING SHALL BE DONE IN ACCORDANCE WITH STANDARD HORTICULTURAL PRACTICE. TREES, TREE STUMPS, AND BRUSH WITHIN THE R.O.W. THAT CONFLICT WITH THE PROPOSED IMPROVEMENTS SHALL BE REMOVED AND HAULED AWAY. PAYMENT FOR THIS WORK IS SUBSIDIARY TO ITEM "SITE CLEARING AND STRIPPING". 3. PRIMING AND HOT -MIX PLACING OPERATIONS SHALL NOT BE CONDUCTED ON DAYS FOR WHICH AN OZONE ADVISORY HAS BEEN ISSUED, EXCEPT FOR REPAIRS. 4. FENCES SHALL BE RELOCATED PER STANDARD SPECIFICATIONS OR AS DIRECTED BY THE OWNER'S AUTHORIZED REPRESENTATIVE (OAR). THE CONTRACTOR SHALL NOT DISTURB FENCES ALONG THE R.O.W. THAT DO NOT ENCROACH WITHIN THE CITY R.O.W., UNLESS DIRECTED BY THE OWNER'S AUTHORIZED REPRESENTATIVE (OAR) AND REQUIRED FOR GRADE ADJUSTMENTS ALL FENCES ON PRIVATE PROPERTY THAT ARE DISTURBED y c (UNCONFINED COMPRESSION, 7, 74, & 28 DAY) CURB & GUTTER / CURB SIDEWALKS ANO CURB RAMPS DRIVEWAYS CURB, POST & GRATE INLETS BOX CULVERTS (CAST -IN-PLACE) WINGWALLS STORM MANHOLES (CAST -IN-PLACE) RIPRAP, APRONS & S.E.T.s MANHOLE BASE/FOOTING RIGID CONCRETE PAVEMENT. COMPRESSION STRENGTH (7 & 28 DAY) FLEXURAL (BEAM) STRENGTH (7 & 28 DAY) AIR CONTENT Z R Z AIR VOIDS - IN PLACE (CORE) 9, THEORETICAL DENSITY - IN PLACE (CORE) SIEVE ANALYSIS ATTERBURG LIMITS MODIFIED PROCTOR L.A. ABRASION CBR (STANDARD) WET BALL MILL TEST TRIAXIAL TEST DENSITIES OF COMPACTED BASE (ASPHALT STREET) DENSITIES OF COMPACTED BASE (CONCRETE STREET) DENSITIES OF COMPACTED BASE (C&G) HOT -MIX ASPHALT (HMA:) EXTRACTION, SIEVE ANALYSIS LAB DENSITY & STABILITY THEORETICAL DENSITY (RICE METHOD) TEMPERATURE - DURING LAY -DOWN THICKNESS - IN PLACE (CORE) DENSITIES - SUBGRADE (DRIVEWAYS) DENSITIES - SUBGRADE (SIDEWALKS) DENSITIES - BEHIND CURB AND GLITTER FLEXIBLE BASE' DENSITIES - SUBGRADE (ASPHALT STREET) DENSITIES - SUBGRADE (CONCRETE STREET) STANDARD PROCTOR - SUBGRADE DENSITIES - TRENCH BACKFILL SOILS: STANDARD PROCTOR - TRENCH BACKFILL • In n A 1 O 2 TESTING SCHEDULE PER 2500 SY OR DAY PER 10 EACH PER 2500 SY OR DAY PER 2500 SY OR DAY PER 2500 SY OR DAY A A O'",,Oo 00 n 2 PER 500 LF C&G / CURB PER 4000 SF PER 2500 SF PER 6 EACH PER 100 LF PER EACH PER 1000 LF STREET PER 1000 LF STREET PER 500 TONS OR DAY CONTINUOUS AS NEEDED PER 1000 LF STREET A A 0 0 0 2 2 0o PER 200 LF/LANE/LIFT PER 200 LF C&G PER 3000 CY PER 3000 CY PER 3000 CY PER 3000 CY PER MATERIAL SOURCE PER MATERIAL SOURCE PER MATERIAL SOURCE PER 100 LF/LANE/LIFT PER 2 DRIVEWAYS PER 5000 SF PER 200 LF A A 00 0 0 0 PER STREET/MATERIAL PER 200 LF TRENCH/LIFT PER MATERIAL SOURCE m 0 1 I 1 moo:, 20 17 U0 0 1 i;, o i;, W 1 A___,,,, �,w„ I N 2 467 EST. QUANTITY REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 4 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM MCARDLE to HOUSTON BOND 2014 CITY OF CORPUS CHRISTI CITY of Department CHRISTI Services 6000 S. Staples Suite. 207 Corpus Christi T3 Px3681 814-3070 Fax: 888-653-5510 Maybik, Inc. p, p po RICARDO '< ;.. ,,: ‘. _F rfI`�f ... P xgs�gg *�60 MARINE 01 5 265 ~t„i,. CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 GENERAL NOTES CONTINUED AND TESTING SCHEDULE CORPUS TEXAS of Engineering Martinez, Guy & Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 NNmmmmmmmmmmmmm�+Ir.,;,,,mmmmm � O tO co J O (/� A W N� O O U°. V N A W N PART E — STORM WATER IMPROVEMENTS E1 I REMOVE EXISTING INLET OR MANHOLE 1 EA I 32 vv W N PART D — ADA IMPROVEMENTS 01 CONCRETE SIDEWALK SF 1 31,748 nn N' 1 PART C — RTA IMPROVEMENTS co O) co A co co N-. N no NWWWWWWWWWWWWWW O co co J O) N A W N— O W CC J W co WW VI A WW W N" PART B — STREET IMPROVEMENTS 81 SITE CLEARING AND STRIPPING 1 >Dayyaa -. O CO OC J W ayyyyn VI A W N PART A — GENERAL Al 1 MOBILIZATION 1 LS I 1 ITEM NO. DESCRIPTION UNITS QUANTITY REMOVE EXISTING REINFORCED CONCRETE PIPE (15"-36") j ASPHALT PAVEMENT RECONSTRUCTION I CONCRETE CURB AND GUTTER 1 5' CONCRETE CURB INLET 5' CONCRETE CURB INLET EXTENSION 1 4' DIAMETER CONCRETE MANHOLE (TYPE -A) 5' DIAMETER CONCRETE MANHOLE (TYPE -A) I 5' X 5' CONCRETE MANHOLE (TYPE -D) 1 6' X 3' CONCRETE MANHOLE (TYPE -D) I 6' X 4' CONCRETE MANHOLE (TYPE -D) 18 REINFORCED CONCRETE PIPE (CLASS 111) 24" REINFORCED CONCRETE PIPE (CLASS 10) 30" REINFORCED CONCRETE PIPE (CLASS III) 36" REINFORCED CONCRETE PIPE (CLASS III) 42" REINFORCED CONCRETE PIPE (CLASS III) 48" REINFORCED CONCRETE PIPE (CLASS III) TRENCH SAFETY (STORM WATER INLETS OR MANHOLES) TRENCH SAFETY (STORM WATER LINE) GROUT FILL 15" RCP STORM LINE ALLOWANCE FOR UNANTICIPATED STORM WATER IMPROVEMENTS MONOLITHIC RETAINING CURB CONCRETE CURB RAMPS CONCRETE BUS SHELTER PAD CONCRETE BUS PAD (IN STREET) CONCRETE SIDEWALK (CYCLE TRACK) (PIGMENTED) PRIME COAT (MC -30) 12" CRUSHED LIMESTONE BASE (TYPE A) (GRADE 1-2) 12" SUBGRADE WITH TOP 8" LIME STABILIZED (6%) FLASHING BEACON SIGN ASSEMBLY • PREFAB. PAVEMENT MARKING TYPE 1 (W) (BIKE LANE SYMBOL) PREFAB. PAVEMENT MARKING TYPE 1 (W) (ARROW) PREFAB. PAVEMENT MARKING TYPE 1 (W) (ARROW) (DBL) PREFAB. PAVEMENT MARKING TYPE 1 (W) (WORD) REFL. PAVEMENT MARKING TYPE 1 (W) (4") (SOUD) REFL. PAVEMENT MARKING TYPE 1 (W) (8°) (SOLID) REFL. PAVEMENT MARKING TYPE 1 (W) (24") (SOLID) REFL. PAVEMENT MARKING TYPE 1 (W) (12") (SOLID) REFL. PAVEMENT MARKING TYPE 1 (Y) (4") (SOLID) (DBL) REFL. PAVEMENT MARKING TYPE 1 (18"X12" YIELD LINES) • TY I -C RAISED PAVEMENT MARKER (REFLECTORIZED) TY II -A -A RAISED PAVEMENT MARKER (REFLECTORIZED) STREET SIGN ASSEMBLY W/9" BLADES (GREEN) AND STOP SIGN WITH TRIANGULAR SLIPBASE (10 BWG) REGULATORY/WARNING WITH TRIANGULAR SLIPBASE (10 BWG) CYCLE TRACK DIRECTIONAL SIGNS WITH TRIANGULAR SLIPBASE (10 BWG) 1 ALLOWANCE FOR UNANTICIPATED STREET IMPROVEMENTS CONCRETE DRIVEWAYS I STREET EXCAVATION TYPE D HOT -MIX ASPHALTIC CONCRETE PAVEMENT (2 1/2") TYPE B HOT -MIX ASPHALTIC CONCRETE PAVEMENT (2 1/2") BONDS AND INSURANCE STORM WATER POLLUTION PREVENTION PLAN WITH BEST MANAGEMENT PRACTICES CURB INLET PROTECTION (FILTER FABRIC) SODDING TCP PLAN AND PREP _ TCP MOBILIZATION/ADJUSTMENTS TCP ITEMS (BARRELS, CONES, ETC.) SIGN BOARDS OZONE ACTION DAY EXPLORATORY EXCAVATION rr N CI rr rar r rT��D �mI �mrI �mI �mrI �mI �mrI T{ T �� �� NN D < <<<<N+Ih N M N-CrD�I NfrNr N O 224 1,314 86 4,703 N -• N N N "O) O) N� A A O N N A 2,436 570 8,550 48 8 13 W NO) W N W O) W— W -co " O) W N 1 25,640 -. -+" COW 0 - A� 03 U A OO)A N CA CO VI O 4,205 300 W W 26 3 J ��-• NNW 6.15 23,939 17,712 14,188 14,188 2,128 17,712 VIN N 61 2,436 W N PART J — WASTEWATER IMROVEMENTS (ADDITIVE ALTERNATE #1) (MANDATORY) J1 1 8" VCP TO 10" HDPE PIPE BURSTING _1 IF 1_ 1,496 N= PART I — I.T. IMPROVEMENTS = PART H — GAS IMPROVEMENTS H1 1 BACKFILL AND COMPACTION OF GAS ONES I LF 1 1,630 O 0 :O Fro' Co) g(), (9 C) WC) PART G — WASTEWATER IMPROVEMENTS 01 REMOVE EXISTING (8-10") VCP WASTEWATER UNE M NCN m T NNN m TI AN m T,'1- WN INV NNO- M' 8JONAW M n'1-, M-r.,M N Om W Vas 72a�Nm PART F — WATER IMPROVEMENTS F1 J REMOVE EXISTING WATERLINE (4" TO 8") ITEM NO. DESCRIPTION UNITS QUANTITY REPLACE EXISTING WASTEWATER SERVICE CONNECTION WITH NEW CONNECTION WASTEWATER BYPASS PUMPING 2" PVC SCHEDULE 40 I.T. CONDUIT WITH PULLSTRING AND MULE TAPE 24"X36"X18" I.T. PULL BOX (INSTALLATION ONLY) ADJUST EXISTING GAS VALVE BOX TO FINISHED GRADE REMOVE EXISTING WASTEWATER MANHOLE ADJUST EXISTING WASTEWATER MANHOLE TO FINISHED GRADE 4' DIAMETER WASTEWATER MANHOLE (6' DEPTH OR LESS) (FIBERGLASS) EXTRA DEPTH FOR 4' DIAMETER WASTEWATER MANHOLE (OVER 6' DEPTH) (FIBERGLASS) 8" PVC SDR26 WASTEWATER MAIN (10' TO 14' DEPTH) 10" PVC SDR26 WASTEWATER MAIN (6' TO 8' DEPTH) _ TRENCH SAFETY (WASTEWATER MANHOLES) GROUT FILL (8-10") VCP WASTEWATER LINE DROP CONNECTION AT MANHOLE ALLOWANCE FOR UNANTICIPATED WASTEWATER IMPROVEMENTS 8"x8" TEE, DUCTILE IRON, RESTRAINED 6"x4" REDUCER, DUCTILE IRON, RESTRAINED 6"x45' BEND, DUCTILE IRON, RESTRAINED 8"x45' BEND, DUCTILE IRON, RESTRAINED _ 8"x6" CROSS, DUCTILE IRON, RESTRAINED 8"x8" CROSS, DUCTILE IRON, RESTRAINED 4" PVC CONNECTION TO EXISTING LINE, RESTRAINED 6" PVC CONNECTION TO EXISTING LINE, RESTRAINED 8" PVC CONNECTION TO EXISTING LINE, RESTRAINED REMOVE AND SALVAGE EXISTING FIRE HYDRANT ASSEMBLY NEW FIRE HYDRANT ASSEMBLY (TYPE 1) NEW FIRE HYDRANT ASSEMBLY (TYPE 2) REPLACE EXISTING WATER SERVICE CONNECTION WITH NEW CONNECTION ADJUST EXISTING WATER VALVE BOX TO FINISHED GRADE ALLOWANCE FOR UNANTICIPATED WATER IMPROVEMENTS 4" PVC C900 WATERLINE 6" PVC C900 WATERLINE 8" PVC C900 WATERLINE 8" DUCTILE IRON PIPE 8" GATE VALVE & VALVE BOX, RESTRAINED 6" GATE VALVE & VALVE BOX, RESTRAINED _ 4"X4" COUPLING, DUCTILE IRON, RESTRAINED 6"X6" COUPLING, DUCTILE IRON, RESTRAINED 8"X6" COUPLING, DUCTILE IRON, RESTRAINED 8"X8" COUPLING, DUCTILE IRON, RESTRAINED _ 4" TAPPING SLEEVE & GATE VALVE WITH VALVE BOX, RESTRAINED 8"x6" TEE, DUCTILE IRON, RESTRAINED N D .D TI D In n T1 T1 CI * n D D -I. ('7) TDIT D D D D'TI CI W —N N ., CO AN A -• J W AU _ NO VI CJ NA _ A. -1-. N N W NJA O)-• WN WW ON A N 00 A N O) N� W NA) W J N 8<N 227 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 5 of 132 RECORD DRAWING NO. STR-900 LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI ACARROLL _ = u�tl E........!.f- k ` ��� qs*� g*; r� '�0 RICARDO 58265 MARTINE r,/ /? ,. NA ' _ t`�\ CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 Corpus Christi*5;: Tx. 78413 P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services ESTIMATED PROJECT QUANTITIES Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 R NOTES 1. PROPOSED TACK COAT. BID ITEMS (TYP.) ALL 5 SS -1 SLOW-SETRNG E BE APPLIED AT A RATE SQUARE YARD. 2. ROADWAY CROSS SLOP/ LOCADONS.. IN AREAS I PHYSICALLY ACHIEVED, , AND 411' AND SHALL /8 9 1/2' 4. WEST R.O.W. 12" TyP UNDER CURB�n PROP. Po r- POLES o a P i,, �i rn r� o �i P in o r=., r -- a-thaA CA -ry � U ti lock SHARED 0ESTRIAN WALK WD BIKE TRAIL 2.0% _MAX. N _ p _� T � ny A0, u,Zy WO � oui -pp yl.y O2� _Y QnRpa L,O u, r.- n'0 p2uk- : : : ) *1/4 b AA � '1 ci PPA N' a Ar -m ...- : jr" r it • I I I ill . - .-r , 7,-c 3 1 PROPOSED TYPIC 0 H N 4 a ?Ft p, a i N y n, ;8ti g it Ap p p mr� O 15x4. RCP (ro REMAIN) I - 2 2 . 4 SOUTH R.O.W. SECTION AT STRE mo El ? " Oa a EXIST 42" HDPE S4N. (TO REAGIN) Op OF R.O.W. •" 2 $ o 2 : as 2 cn 0 00 BASELINE A pEXIST r ti g ❑ 2" GAS p (A) N ,n 2 o a a PV N V I I I ❑ w\ 1. ro SANT. 36"Cr) o s V I 11 ❑ O a © 'GOLLOIHAR) R, " p o \�� //�� PROP. 24"RCP STORM 2 N ❑ g / VTERSEC7 I p (S. OF 21+00) /�\/ \ /0 y n OWN �Z N � 2� 'I- ' a �(/ ?x00 y ' // %,/i, i m O Z ro �p� p .ti n 5 ^ � E�r. Is"SAN. �� (N. OF GOLLIHAR) a o: NT RECOA 2 - "�' _�2 h. o .. o 1Tk r STA.26+50, STA.. 10' rm o r n - O PROP. LT. CONDU? r�, 2 SC.40 $ u . �2y o k., • EXIST.J6SAN (S OF GOLLIHAR)G CL Of o , p '2 u ,i v v To PROP. C900 8',ATER • g . rO a❑ EXIST 36" STORM R.O.W. /�., V V 11 (/)�/ 'PROP. Po ', ' POLES ,...,:- NO (N. OF GOLLIHAR) ��� EAST R.O.W. n G/'/. _ 1 EXIST. C900 I $ 0 8' WATER C' 4 Cn O EXIST 8" SAN. (N. OF GOLLIHAR) r.� ?;� OA� SAO L� ?''''"12 T^ V I I I +' C• �� iR I<2vrC ym. n; cn u r+' ,:Sf'n,2m, L� ��p A, te= y = k, 1 ' v pop yp �-�m� - o'r a V; ❑w m 2 2 A l �' R �Uo - gym.. " a o'^ `AA .0.1 Aoi oo • ,c, °•' m �`'Q3 p2g l (S. 41+00) EXIST. 2"GAS EXIST m..GAS N Q ry pmo V°r4 P2ii S oaf Baca Rte a o� .., " ,ol (N. OF 41+00) k 2 2 WEST R.O.W. NORTH R.O.W. { \ !PROP. PO POLES o it ag EXIST 2' -t 3} a e - a❑ "E 55I57: 8" WATER O 2 4 ` o N p x v 000000 lC) EXIST. t t t t t 2 GAS (N. OF lij lij lij lij lij GOLLIHAR) nnnnn 00000 222I2w2 cY ' STA. 3+20.36 ro STA. 9+24.85 )SED TYPICAL SECTION W/ PARKING ON EAST \ 33' BACK TO BACK 00000 HHHHH X 0 EXIST.. RCP (TOO 15x4. RCP (i0 REMAIN) El mmmmm OOOOO C3 C3 C3 C3 C3 ZZZZZ y�EnEnE aaaaa -la N.) 2 EXIST. 42" HOPE SAN. (TO REMAIN) ®t 'I .I- -F -F Io -F $ Cn co " :In. cm A is F3)03y N 2.0% MlN/TYP. _ o b0NN- 0000 En avvnn (KO' 0 oo"ncow I:I PROP. RCP STORM v A -la CO --4 CO c5 a 5 y • ti 55 2y Q / amc 'Si'p Ho-'e�j �,$o �'i O i p m PROP. LT. CONDUIT i 2 2 -PVC SCH.40 y;� ;tem Ib o v �� Amo aElEia®8®®880000©Q©©CI A O m 0 A y W 4 W W W W W b U _ _ a >4 4 tv o> U !v W o> 4. C. W 4n ry a 4 0 . 0 Ea rNa o OPROP. kn ' A B"r?.., C96 WATER w . m� 2 0 0 0 0 c, 0 c> A - an co o H"=o A c, 0 O O O O 4 4-p -‘ .4.C• •b b, ". v, v U cn PROP. Po POLES �_ ou -0 Al O n .cO oO O O O k O V QOm EXIST. 8" 0900 WATER 1 = 2 EAST R.O.W. O ,T1 o-0 a 1� '61 yry O A A a 2 A REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 6 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = E ?<< : r..,re 1 ,,/ ''• *�A %*? •` 4 MARTIN : 58265 ° +"y;Rf l -; •° tbii« — CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. StaplesSuite. 207 Corpus Christi Tx. 78413 P:361-814-3070 Fax: 888-653-5510RICARDO CITY of CORPUS CHRISTI TEXAS Department of Engineering Services EXISTING AND PROPOSED TYPICAL SECTIONS Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 2Zo mem as ,,-E,,..,m,- -, o a a El 8 ®® ®®8 8 0 0 0 0 ©0 ©© O o-1 x = • !o . N 4 N A N Iv w A a c1 0� m000000 �wo0 00 o= 0 - - 0 _ A A A A A A o 0 0 0 0 0 0 o A o A A U°cOVVHV A N V w O a n 00 N', U 2 n 0, 0 0 0 2 n m m 2 rn o C,'i A A A A A A A 2 2 `, a NOTES: 1. PROPOSED TACK COAT SHALL BE SUBSIDIARY TO HMAC BID NEMS (TYP.) ALL SECTIONS TACK COAT SHALL BE SS -1 SLOW -SETTING £MULS/FLED ASPHALT AND SHALL BE APPLIED AT A RATE OF 0.05 TO 0.15 GALLON PER SQUARE YARD. 2. ROADWAY CROSS SLOPES SHALL BE 2X TYPICAL AT ALL LOCATIONS.. /N AREAS WHERE 2X CANNOT BE PHYSICALLY ACHIEVED, SLOPES MAY VARY BETWEEN 1X AND 4X AND SHALL HAVE A SMOOTH TRANSITION. uflfl R Y o IX/ST. AT&T F.O. t ? cpp, N ice: h IIij WEST R.O.W. iii I% & f] N C" bN b 0Sv,e AA a n WEST R.O.W. 1g. ? WEST R.O.W. 'gH a \ pz a PROP P0 - POLES 1 oain �o PROP. 8" WATER vO S +-� PROP. 8• WATER - .. R o a(N. OF STA41+00) EXIST. 2" �GASW.S °; co N. OF STA41+00) EXIST. 2" �G4SW.S. IN Ia d§ " �: a'�" ¢e �^• o v a &a c. o ❑ a (S. OF GOLL/HAR) . Is•e S Fi o� O EXIST. 36" SAN. O 1 N O - �(N. EXIST. 36" SAN OF COWHAR) O Otn N x `; -, :QMTi! n N POSED TYPICA .--SEE DETNL l 2.0! MIN/il 7' PARKING STA.26+55.80 OSED TYPICAL 'OSED TYPICAL O SEE DETAIL A 2.08 MIN/11 �NEXIST. y E a o ABANDONED O 'STAN. RCP (TO REMAIN).— 'v �� y ei EXIST. ABANDONED 1.5 -SAN. RCP (TO REMAIN) o EXIST. 15" ABANDONED A&W00NE0 155W. N SAN. (TO REMAIN) EXIST (N. • OF GOLLIHAR) (70 REMAIN) S 14 \41/�'= STA.29+90.40 TO 43+54.69 L a ° 4 TO STA.27+30.20, STA.28+52.00 TC 60' R.O.W. SECTION AT GOLLIHAR INTI 0 4.10+89.91 TO STA.25+ 16.21 60' R.O.W. SECTION W/ PARKING ON o ¢ OF R.O.W i "' x EXIST. 36" HOPE/CIPP SIN. (S. OF COLUFNR) (TO REMAIN) ¢ OF R.O.W. q 4EXIST W R 36" HDPE/CIPP J SAN. (TO REMAIN) CC OF R.O.W "' EPROP. 36" TO / BASELINE 4 H e❑ PROP. 36" RCP STORM OF GOLLIHAR) / BASELINE � W ti BASELINE w H R E 48" RCP STORM O (N. NO k N EXIST. 10" HOPE SAN. (TO REMAIN (N. OF COLLIHAR) Z ,o EXIST. i0" HOPE SAN. (TO REMAIN) N 0 C) PROP. 24• RCP STORM , yIk I 1 !� Y�+ y CO N vJ �J 1TT,� yN n o ;s 8$� CO O ro; O O a - o O Nz n �j L; gym Ill N` PROP. I.T. CONDUIT - a Fi rli R C (©OF 41+00) �o EXIST. 2"GAS I„ �c m _ ; "' PROP. LT. Y ! �i �o CONIX/?2YVC, SCH 40 r, �N� •. p ��', 3 ;� EXIST. w 2AC SO.40 f 'c �i�g a `d ®O `$SP' ^ 0 V.,' T`H (FYIST.°4"GOF )5 PROP. 8" v OC9� WATER XM 0 �`' ;'' " N n a''o w +❑ MITER oQ a iA (n ,^,1 acs 1'"`' `�^1 2"GASB i -'o H3 O� C9/00 WATER OC9pp WATER , x ,,'II a F' 8'" p 0 0 [PROP. POTHER POLES I c, in EXIST OAT&T ? EAST R.0 W. i °� -'. AC•S o 1.�o = FAST R.O.W. �0 OAT&T EAST R.0 W. F.O. OATS F.O. F.O. 0Fr,❑O 900 WATER m o oo EXIST 2 GAS (N. OF COLLIH4R) EXIST AAS (N. OF GOLL/HAR) EXST.8" 0 C900 WATER REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION P CITY PROJECT # E13097 SHEET 7 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI i = = r 5t RICARDO R Vit. ,� "'tz`SS@+ �' ' *�� MARTINEZ 58265 •; �% �.— CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 Corpus Christi Pnrgn : 361-814-3070*• Fax: 888-653-5510 CITY of CORPUS CHRISTI�, TEXAS Department of Engineering Services EXISTING AND PROPOSED TYPICAL SECTIONS Martinez, Guy & Maybik Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 15.21' 1 1 1 ► III MATCH UNE STA 45+00 MATCH UNE STA. 30+00 MATCH UNE STA 15+00 r -c, 11111 c-, IIII ►FEVCE 1 ►Cl 1 jZ IIS 111 o - - hI �N v 11111 _'� --- II 111,0 ° 3V. 31! �y .4 4.98' 111 In' 111 o o i n, �ll�o I1.�� -- I M J _ ni u■ Co 111 DRWY. E j 11 R o g 0 1 C o $$ 6 c° N- 0 y 44 1 \� 7-1 - == m o 1 ti oo n II IIII VI no ____ HAROLD DR. rn m --- �r IJ w C o m p DALRAIDA DR. $ l 2 o I p• II p - - - 2� o I 04,i (EXISTING TOPO PAVING, STORM WATER PLA/ = 3.14 , ---=� _= -- -- 0 2s4' 2 I11 '4. 5..!� n n111 m aaaa c a mai 10 a 2� �. v llo IIII ~ IMI ROAD VIII -El -61-(-`0 \ �oo� iN 21 r-.H 2m 11 ti 111 m 1 ak i n, II Dm, c0%,'`=1 C ' N y� ��l r- m in ,.....-1 7 V O r- p�ovf cn ----- O"� _--- rl �, Cn Oa y�0 0� II11• y ^c.,2 �� �:V 111 NII W I' 1.ti �1 --r P LI zI �.J I I, // f - vc., a s^_ y�lO ---1 o o III A --- y2O lAWNER in + 4 _ m p,` p _ A -0 $ 2.4s' m - �' O <32 I nj �_ n i` = �1 - !`' PARKWAY-a. I� m I + 11. o CARROLLETON m N y z o 1 1 m u) IIrI I 2 �i S II 2 O �roI�I m m x ti gt ij mm L c 1 2 Rlbi gllli II �'I S �� c II -F-T o� Elm - t��I m� IIII $40. Gn °, A m� m o N PI II1 �=i� �` III n 1'.1 w �m itt m r SIDEWALK 2 y �I2IIIII 1 L 1 ��� n 190 a r II 2111 cn Co a c" 11 1 2 n ca III III - �� ti -4.28' a L m o IUB= v o co co o 4.99' I I I II III --�n r2 — a - m N� m O III / • � - 7^ �, u ri r c ' BRAWNER $ + - o o v: �v 1 o II _ ��_ PARKWAY -- - --1,), -____ - °' m1 W ca h i II X111 �� ��� �= - - 11 1 I,�7 1V 2 � /iA� V1. .-- \ ®I 1111 f � III fi -Y1 ► ' �f r� III r- I o I IlL- n = ,A. .,lig1 I DRWY. n� - - _ -�� c., '�4 I''�� - - n 111 11 N �p _ 391 q PRIMARY PROJ COPPUS 1 oe ' n n n 11 L n n U L n n U U n n U 11 n n 11• 1 n n � V n n ami 101 n n A W n n N� V 0 y ', _ Sr. —amu �� o � 3.78' I c61§-, ory r 1� 2 lJI_- ,a 1 I o II O� ++I U }- - ,o N V I Oi N I A („ I N I O I I I I I A o aa $ A I III C A U�- , II -- i• _ II II ,, ,p. II r," WIC. WIC. /111 - ��� P/I } w w1w m1.3 w1w m1.3 m1.3 w1w m1.3 w1w m1.3 w1w m1,0 m1.3 w1w m1,. w1w m1,. mo I. 9.92' II —, - lv �I --_, t II ---G11 a a 1a ala ala ala a I8. a la a la ala ala vo -ni 1 c., -='- �COPUS DR. o L- A 0 A1A 010 A1A 010 A1A 010 A1A 010 A1A 010 A1A 010 AIA 010 AIA 010 AIA 010 yr zo A o -, _ = c -0 _ "'ti ri1-- oo - — �� $n�i - - - h_ AIA AIA AIA AIA AIA AIA AIA AIA A1A VVEY CONTROL TABLE (BASE: VERT. & HORZ. o��,w_ 1 0 1NDUIT, GAS, WATER, WASTEW& I I I I L- L II II ��i --y7 CSC -7 CIC zn i (EXISTING TOF PAVING, STORM WATER R 0 0 010 0 0 010 0 0 010 0 0 010 0 0 010 0 0 010 0 0 010 0 0 010 0 0 010 0 0 $I p II 1 1 II m �" 111 m a C ICq -C N v I, +IN 24+00.55 29.77' LT. Jj1 18+30.96 t 24.19' LT. 34+98.16 23.81' LT. 28+22.41 25.46' LT. 45+66.97 23.21' LT. Jj1 40+30.03 t 24.14' LT. 43+45.11 22.27' RT. 48+45.32 33.25' RT. 31+72.98 23.40' RT. 37+53.89 24.03' RT. 1 N IN SIO 10+03.82 24.60' RT. Jj� 15+26.67 25.11' RT. 1 Io +I+ ISURVEY BASELINE BASELINE OFFSET STATION 1 O C x.a <n o m Ak " i� 1 r+i n �- NI cNol INIS a n w VIII m nil A 1� -I+» ° 101 _h_ rn10 ° IN _h_ w�2 W-_-.. _.4,45e IcZ,4v II1 Ii4 0 a2 --- �� =�n1 mo wi� 1I �?� �f. � i`� o :' y__ 22.67' LT. L 24.50' LT. 22.57' LT. 29.89' RT. 24.22' RT. 35.76' RT. 23.61 RT. -- i S 01 ryo - �1 wJL_ \COMROL POINT CP18 CEN/, CONSTRUCTION at BASELINE/R.O.W. ¢ SCM TOPO - SHEET 11) R PLAN & PROFILE SHEET 79 ., n�� ' �I 472 c4.- o =--= ke ') ^ri R..; X02 _ k? III j ice'-- $ _ _ rod`" TER PLAN &I 4813 1 CARROL6 LANE IIIA n 1�I R. �i �� 29.04 29.87 28.77 29.13 T/IRON ROL ELEVATION �g fel ��l��v% mom _ %a w N N N N N N N (,\6' N N (,‘,3 N W W P•-- `� u "'•-' o 0v 10101 a `v° 01101 v rn mf.' `v° m1 iv mlm or, ic`Oi, 19 Co iw oto u, iv 00 m N.1 - MI 1 I 1 1 1 1 1 1 - 11 3.88 m _ c C2 I II 17, 155,210.001 vIv -, vIv 01 17, 158, 1 18.240 17, 757,522.551 vIv -, vIv -, vIv -, vIv -, 17,155,894.976 17,156,355.885 TEXAS STATE PLANE GRID COORDINA NORTHING EASTING 17,155,004.898 1,338,866.8 1 7,155, 421.852 1, 339, 075.8 CONTROL TRAVERSE CLOSUR * o - �, `111-� --- III i'��1� @ 9 oRg -, 1 c» `-ii cn l 01 -, W O -, 1 w rn o, lv 0 -, i3 Cn -, 1 01 rn r=.> 1Y' (n 1 N CO?, -, 1 rn rn 01 lm N 1 m N i3 -, 1 01 rn mlv .9> 1 W N O -, 1 rn w vlo, W 101 -+ 1 0 ri I - - t'-. p u 2 y. m \ � C 2 II o III03 1' o . 1 QQ O iN V iN V O i.' `D W W -�u1 O �! 1 --- V 2,,01,:,, @ (n (n 0 W W O w a O N v -,,,,,o _ \11 II • -nI - L ONi 101 N 01 01 rFi2 - - - _-- w 1,339,940. 1,339,676. 1,340,461.6 ,340,1 42.5 1,340,350.4 1, 340, 624.0 1,339,829.2 1,340,087.2 ^5 o II p 1 I4.08' c•,2 o I II tiI' A,IA, A,I WiW my o i • ► W - wiw ` A 011 - 0 0 vl� m W 0 -,•I10 O �Io 0 0 wlw v N m1� \� �C o �11• �n $ Iv� o -AVI -- -�nl 0. o., I P.. 8 1111 n w� 4-- N O O W I� m T o IN N V A I61-4d. -4Io i� O b IO W IW W I� Li, V m IN N V ui Ci) �2 No ro -��I Al --, _ MARION ST ' I In _ ow n a N Ila & 1^�: VIII u ___ _ ,� r �= o m 711 1I rn _ o0m - - n ' s W 40+00.00 45+00.00 waw I.P.I. 27+75.; 'BASELINE HORZ. 20+00.00 25+00.00 10+00.00 15+00.00 0+00.00 5+00.00 SURVEY BASELINE STATION 4.'7 I.T. CONDUIT, GAS, WA 4319 CARROLL 1 1 LAVE i>A i...-. ---- - - - +- A 1 - QUA770N: ARROLL LN. 27+77.31 OLLIHAR RD. 26+11.0 LT CONDUIT, GAS, WA l' neo o � 0 0 0 0 0 1 0 0lo 010 0 o y C o Aoa c3 ��2 IV I�o0 n1 I - g f-,vA ii - a C) 2 4.28' .011 �1. -. ! ` I 211' III mo- r- a 2 1 1� u R 11g I N c �- N 14 --- m 1 1 n p v o3 1 --- n4 o 119 -222 a 2 V w V V w I w V cn I cn -. V V I V w I W V I V W I cn V I V WIC m 2 y c7 2 1 orn �" O A II II ti� W 1\3"- L0 cn n0 i; ~O 7;i CO C2I S I I II ,- 1 1 II 0 b., -�- v 1- Z a _ --- mcg O 1) O O A W W tp W H m Cn O v , 1 O, N V O, I P, W tp .-c 1 Cn i+ O A Y �I a �I7 �o_ S + I I O o y V A a k � F y --I I O O _ - _ o II `1, (n -1 •N O • \i C �- 4� I W O cu,?, - O O rn W V {a O N m Cn A O A W O N 01- 2 m C n- I �, a 2 y 2 1� V' O...],-4 L 2 A -� R. (n m W 0 0, W z `fl -, -, N 01101 C) ;0. 111 --1 �i IL ~O �l Z A 0100, NIm N `Oft`..) 0110 0W10v 2 ^ z n Q. 2 _J` 0 a [nay ---- m a o -- r r ---- In/1-Zm7~ ____ a n I _ O ��m �n r- ry HARRIS DR. ►• ' 2 Ni R. II a �� 2 w w w w w w w w w w w == = 01 1 GOLLIIIAR m 1 0 1 n 010 010 o 01wo m $ m Cm -- - Ay ROAD- 1 23 t� n o 4 0 ro O V w -P N ro a -, - -a O V -, v Cn W a o O N v w y 0 A 2 m a ^Irw +4 = ___ m " m I) c„ 40 SWK. m w 1 co w I to c"» w w I v .- l a, 0 1 �' _ z o J� ill oo lu --�- 2 _ + ____ 2 O� I.r cn in cn 101 cn cn -. -, cn 1w io N 10 m o n —_-_-_—_ n -- $ r ---- � -- Om --_ v V N N - N 01 N 0101 ro m C m HOUSTON ST. sA 1 �� '� f- �Ilp -- R. v m`. �r -- -- p _—_ m m y yo 01W o 101 ._ o 0 a 1 w 1-. 0 f N �; A r. m� 2 m o y O o .I o cn LAMONT ST. m r i=-= om� rrl 111 =__ '-�� CS L.,. I o� (..•.- n 010 010 010 010 010 0l0 010 0 0 I 8_11 II m Cm c�ir.l LO 8,q,-, oza nw m - �Im c 1ti� (0 VI upon m w-0 u1 w w101 wIw 10 NIN 010 NIm V �I$ wI� N o m zlll III C a r'-' ILO' �11J1� 1 co R 1 1 NP 1 N Np 1 1_ 1 1 1 r y o l -N l "'�o - +-= 11 ^ O r, ooh n + o ON U I� Iv U + I+ o I+ Iw + I+ w Iw + I+ low + I+ I� + 1+ to w Iw I� y a c z2 o C v 2.65'+ I '• ., 0 111 W III 2� pg+ ro O 0 II f. I(ir-- ,00 y a 0 o cn o : i N. � o naior 2 a C)� tiles of ti oto 0 0 ^ A� - I Z ^IVVI 1 0:11 $ � + N N eie N N eie N N eie N N eie N e ei. 010 oio ','11',6' 0 O� o0 z a0 - �. c o O� 0 1L 1 �1 - + 04 w til° 2.1 818 w18 -(1-4 ^01»18 8,12 wIm m 1110101 , .t 0 - -- a ala !Id- . ala . ala . d-la d-Id- • d-l� • !1! 11. �z !'c 1J c�ni`11-"rgw .1 a� III 171 1 1.., 1. 1�., 1� 101 1" 1n, 1" 1n, 1. 1e 1. 1n, 101 my 2 z _ ^1 hl -- v 11 1 N N 1 N .., 1 , I v N 1 Fg 0 1 e e 1 `° - 1- e 1 •v 1 `" e 10 ^ 10 e 1 e 0 10, e 1 �, - 10, zo a -. z A " E-,) MATCH UNE STA 45+00 MATCH UNE STA. 30+00 MATCH , LINE STA. 15+00 _' o WI v v V W W., Ie m Iro 1 v v m I� o i'.,,' o 101 17,156,818.486 17,156, 943.616 17,156, 694.901 17,156,756.633 17,156,509.853 17,156, 695.332 17,156,163.766 17,156,190.954 17,155, 979.708 17,156,032.331 17,155,768.784 17,155,821.796 2 2 o "ONTROL POINTS 5/8" DIA. IRON RODS y0y2yy2ROi20mOn01, 200-o r�+,Da �Ay ci '�n,n ryg2 2029 ,Z, i, 9 e,WI P, '-ie) W, 2$ y r•��r�� �Oa�On p y O y ;',,2--c n.� x,''''' •+1 11 �2oo2�yy2AN.+�iy N�2 ��02 NOTES r.4 bS1179'01,4 L 1,340,085.424 1,340,117.197 L1,339,939.977 1,340,008.174 I_ W W lis, ills' m1� cr"» = 666'060'60£'! 696290 $££' l _ I_ W W _� 1$ a'a 101 _ I_ W W 1�' N � _ I_ cH w N a m _ w w mto a � ? N�2LA� 2��� Ony �y4 pOi��a2y�O�yN Aad OCD,Tj Ngo c o,n n 03 c1 op, ..2,,,,- 1011 -03c1 ..�A �+ (001 •"roti '^ ro '=1. n vl (! S. 4 r-- I-0 c2i ,o y o REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 8 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = NA, E, .....74-*V1 t. �� ?*d4 i*.: "I 0 RICARDO MARTINEZ P' 58265 °d° qf�, T �' ' ba.v CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 rrignCorpus 6000 S. Staples Suite. 207 Christi Tx. 78413 P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS, Department of Engineering Services PROJECT LAYOUT AND HORIZONTAL ALIGNMENT Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 C Com ' I I 1 I '.Qy�i� w O 1 II I I I \J LI__ I SW. AIN JEW42" MDPE ACS W.W. Jet fere ea na, 42' HOPE )J I A W.W. 42" idGl°E— CONC ORNEWAY -- cowc. oRWY I• --J F sc I.- --/ 1 rgl o ..- /1 i \J I pA gFF L_- -- m m"' as i. wa aa� CONC. WALK ',--..-.Zit3^z. a F'Tu® « rog "a g� CONC. RAMP STARTS e N PALE w I ® I 111 r I N I I 1 I IB>, I I ,'1, k m -I� g I�r`_a 1 1 1 I CONC. DRN£WAY Va Fi© un- m$ La \ E \, X — - - o 4*9'oN R8"ACP % \\ - _ —W_4 0s 'G4S \4 WATER 8'AC� CURB £I 4 xr..!i��.. •d w�. RCP . �m� ''°- .. (TO 'MAN W.W.75'" RCP OPE SL PLm8D 42.. 8 8537 4� 022A g� ® .9328 v x✓014.6 it STORM J6'RCP— REAUbV' —STORM 4?'RCP(?OJOJ -4'5.'r I I _ _ J STORM 36"RCP ` STORM (IO J6��J.u'"•�C g g i7, McARDLE ROAD 44—C745 �•. �L"` L . 64541" I;!_ �.2" -_ 1.,.• -ATBT" ' - - • �L Aral Ai&i MS rer1....=.44hirW%. AT�YT :MUM A - T&T T&T _ _ --- ---- -- —<, - % ' :.., �_ ';,y T A 11 1 -I 1 , I I Are L <y,. I (�q�cl��1,yy'�� I 1� A - t✓ /,4ep _ — — o — v I— pow? —,� r -,i G1NN� N F ,b !!!m' I . '___ 'c. I CONC. DRIVEWAY POWER POLE �` 11- IA + (n O n I`1tII �'*Fr I 1 IL IJI 1 - - - -Ir LJ L rrl $�� M C) if Z r `I 4' CONC. WALMV y om 71 1 1 I 1 11 IF - 1 1 11 % .kA 1%4i Iles -44 NR CRASS 0RNEWAY R. W.W. 42" HOE ' ACME W.W. 42" HOP! Gly 2" W.s. • - I 1 , `19 U W. 8" 1GP W.w. M.r ) T FENCE -. ' 2"1L:S ,, 094 A -'$c I n„ POWER POLE _ — — _ 111,- � a _ - �.. — I tar 1 1 (EWE `,P CONC. ORWY. n J 11 II — — — - C� 'D i» CONC.. DRWE y q TR -I f - - � <! v i € a race - 1 HT O 1 1 R 11 $ 1r r 1 O A-,, I I oy I I I -_ L+ I I a 1, I �, IIJ II 1 I 'q�' II I I I I 11 0 h� I I I I 1 1 I I' 1.-." � I �� I II 11 _N. N O rg ^:" v CONC. WALK -3--01118 FD maoa ) AI I v It N I I I I I I 1 1 1 1 1 1 a 1 1 I i 1 e 1S � a • iF 1 1 I I$ I o I I I � I `^ MATCH STA. 10+00 v-r�5 �� g� GI' V) a -0v-, MATCH STA. 5+00 ,rrt n2ntm IT At V) REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION SHEET 9 of 132 RECORD DRAWING NO. STR-900 Cm PROJECT yE13097_ CARROLL LANE0,--- FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI LT= F�Vt •-TE: skt .°�'.. -• ' �4l / RICARDO MARTINE 265 �, NUN:v. ''� CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 corpus Christi Tx. 6 P: 3611-13 -811 4-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services EXISTING TOPOGRAPHY (1 OF 5) Martinez, Guy & Maybik, Inc. /ni TX.Civil Bd.Structral Engineerings Surveying ServicesP.E. Firm Reg. No. F-1415 MATCH STA. 10+00 1 ; S&-'4411,,-2,,,-----. PDINT 3 `' o CONC. DRWY o n, --- 0 a P $ SIGN POST 50 6" HEADER CURB F & CONC RAMP �'� I FfNCf� '? ` .3 • I ,+,{ � 32 *I I;� /1 I I I its I POWER POLE SIGNS I I p ...... ,, R,,,FIBERGLASS n.... ,, R�� 1 - BRICK SLV. MH SAN. MH ACTIVE ACTIVE W.W. 42" HOPE bd W.W. 42" HOPE —L < 1 _ ` ^ 1 1 fit -_a _,- ( 4' CONC, WALKKo "' K 193 / l m t 1 I _ _ - _ CONC. WALK 4. s p w III"Ai — — 1 — — BLDG. LINE CURB INLET 11 n w n 0-4.1761 0 W INV.Z.,4.44 R CENTRAL PARK I UNIT 3 a • i 3601 LAM ST. CRISTE3A AZA �_ 1 B11 (4302 WANDERING CREEK Of C.C. TX. 78410) Lori I '1 I I �Y1I1 41 I I fl70'l 70• 1 70'1 II 1 1 1 1 1 1 1 1 1 .1 I 1 BLDG. LINE O O O L. LOT 15 a WI LOT 14 3'ESW 1 L9T 4 I LOT 12 I Z z sl z Z 21 ti ti I a a a CENTRAL 4624 4618 4614 ALEJANDRO JR. & EVA PEREZ ALEJANDRO & ANDREW GARCIA JUAN SAMUEL SiNCHEZ• SR. BLOCK ROSARI LOT 15 1 LOT 14 LOT 13 27 L LOT 17 LOT 16 LOT 15 LOT 14 YVONNE A. COCO eLocKl ABEIARDO C. & SYLVIA OLNAREZ I ALFONSO & MARIA RODRIGUEZ I YOLANDA MARQUEZ I 4625 1 1 4621 1 4617 II 4613 CENTRAL PARK UNIT 1 J z ti I o 3 12 1`` o i 1VI- ct z z z z o z z I p 1 Uo o § 1 2 old 6 BLDG. LINE `b '� L II II v 1 1 11 il 4 1 1 4 [ 60.25.C'� �� � 60.25_ _ 60.25` .^ _ 60.25' � ` 36 .'RCP MOZZ - s .zga'`i�' - - - - .OAC. WALK 'I T/R=28.82 INV -20.38 1 (N)15•FL=24432 (E)36"FL-20138 (W)36"FL1.38 BLOCK J 12 ° IG Qi.Zfi I ,f.°,� p I 3>.'dJi,,---- - -tervc,f / roA� ', ;,89,,,ER POLE !S tann i3'0" 1— a Qo O 40' B_B N _SII r, 1) F ," 0 n1 1 o 1 m yN a a o r- 1" o - I k' f A nNN A FENCE S I o W U a�yye,� H (yy� .- sy CONC. DRWY u' CQNC. WLAK 2 �I Cn CONC. DRWY. m .��p m 5/B'" I.R. FOUND - - -_ ' --- ,_--- 11 .1L s °{� y.� O C' g ,� - ' ,� - - - - - - - - - - ,$' '� CONC. WALK A a o ; oco WS 2" GAS LINE 2" W.. il'a t 643' 2W.S. 4'" WATER LI WATER 4 C I W ' _ 'W O / '----1-1—/ ��" ttN(, �T ° P.P. A . F.a. ,L7� «b, - FfNCE W.W. 8'8� ,n o i 'b �: "m + tea- .I ,' _ b 6 CONC. DRWY. A - - — —^——•�-=°> ;�'�` �'. 161 ;s •.,� I 44 m II I I !� X11 a R �- o n A ^' 24" PALM TREE - FENCEN2OST O0 = ':. - - - - ^ r'lCONC. No D''- 0 -' DRWY. 'O R* �1 3O Op A 2 r FENCE K M M ° 1 11 n 1r FENCE x MATCH STA. 1 15+00 O 0 a MATCH STA. 20+00 co a s rn1y,,I xti�� 01,11 I ( i7�� REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 10 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI • = = r5�4 0* /� •;` $RICARDSO 7jo�8265 , II ..kik t TA MARTIN vo • Sl <. CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 Corpus Christi Tx. 78413 P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services EXISTING TOPOGRAPHY (2 OF 5) Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 MATCH STA. 25+00 MATCH STA. 20+00 ,: w{DRWI: q s POST - ej L= -I-T1 It I I 1 I 1 a I 1 1 I I2•D14 14x4, U *r.- — • w �' a ,k1 2" DIA TREE TREE i?-.....,.,1 2" DIA TREE CONC. ORM'. 5/8" LR FOUND • — — — --- --11 I 11 I I -I ✓ ; tt, - 11 1 1 kill Io I 1 I I 4.- t ?E `" { �d44. I • "----- $ H '-- - ' Cavo. wax N c. a z $ v CONC oawv. Z s" DX TREE .� .----gt—kt* 1 I `�' I 1--1-. Tf I�1I I v IA*---- I Ing I �5/8"LR. co.NCDRWY. FOUND CDNC. DRwY o IV DA TREE 1 r!R#:_-_t:: -0,' rcv,� 1 +}- 0, ,� ,. I I i,`�DI 111 Ri R11 j - - 1 Y -- -' CONC. wax a a s h t CONC. OR») �� F E D $ a;''."°': O Ioda a$ wmc, PI ...V II I I�vCE 112; I I1 I_I I I 1 I ©r5" ^1 ie. 8 Ou I A X 72' ( �. ' 67' - r 67. - , i - //- - 67. i}I 44 4P t" i 4i 4./ I 1 , 21425.28 s oia • I I I I I I I I 1 ( I 1 o w.w. AMM40I I I I I H I I I I T/R=28.e4 • I I I 1 I 1 I i i i i I I I 1 D-9.60 --X3.0+224 L Y£ BIOG. , I � S • •I; I u v lo 4,878 .1 . 4526 RAMIEB. WkCGU45 4531 ROBERT 8 K£ GREGORY, 8 X. ORPZ (313 NITA LAN£, EULESS TX. 76040) JOSE D. VASOUEZ (5227 BLLA- CYPRESS LN., 4522 3' LOT 9 I LOT 8 I LEAGUE CRY IX. 77573) 1 H08180 RODRIGYUEZ, ET. UX. LOT 6 S/B Th. ThuR?i cnaINLET FT Ila- KI 1 1 4 1 I — — LOT8 10T7 CL T & CHRISTINA MALE M4CEDONXO Jr R0S4 GONZALfZ ISMAEL MAI 4529 1 4515 (P.O. 805 728: 4 CENTRAL I 11 � 1 1 I .4 $ II 1 I I I I I I I I I 1 I II 60.15' , L L. 6025• 4:� I I .e._ i 60.. R 28j50� 29j-00 �4r _ 29f50 COI s BOO R. '-i -,, );, I- � o su (��._ _ a II 1I l 1 II 1 1 1 1 11 I I U I 1 II `fp^,'+ I 1y.,-a`1s 'pa- —�I• ■ 1-FENCE--. I$ --- I CONC. wax I m 2(-im� h1x tT - 0 t A-DV x7 1rn 2 MATCH STA. 25+00 , o N o aa n ;1i t n REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION SHEET 11 of 132 RECORD DRAWING NO. STR-900 Cm PROJECT y_E13097_ CARROLL LANE0,--- FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI tv .1 hr* : RICARDO ' �4 • 1 {cW pC471t, ........-...-V.,1, * •.. *� MARTIN 626, ::• s AE CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 corpus Christi Tx. 361-814-3070 Fa6 8653.5510 CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services EXISTING TOPOGRAPHY 65 OF 5JCivil Martinez, Guy & Maybik, Inc. / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 MATCH STA. 30+00 Z �A BAR TREE I _ PENCE M N x 1pc., $I3N POST E I b •`'aaal'; `" m a ?1 N "� i 1 I I I 11 1 1 I i I I l.. Py X GAS METER WATER METER X50 ..:4. ," aa% b ti k c l 1 I l I © 1 �(� 0 -. `�¢ CURB INLET ..,... . _AH vO 53 35-00 5 50 MIH lXL 36t00 361-50 Ww rs" RCP — u, CURB RUT 4 A � I v` eN r...";"- i°2 PHONE PM. NFLE> R a ISI I 1 I 1I I I w "�• , ;. � , N.v i m� titin `° �g ' �' SIGN ere POST POWER NNE PENCE R POWER POLE U.G. UTILITY MARKER 2 9" IATREE S. -£ WATER METER cas uELER , I Ix I ,,, c b w w ..-O A 1 1 1 e I 1x 4.4, -__- ASPH. NNW X ww4" t , ,- ,•.6-- 2' Gas LUNE — — - A7&T F.O. A AT&T i.0• b ,� T GA; 2'W.S ' i. 3 : GIs 'Ws- �; 3 W.W. AW SID I I �3 -3 7/6-28.10 T/R (i W.S. as I I 1 (S»''L-78.75 !S7 (1949) 098' 'FL -78.85 !E)1 I a I a a I WESTWOOD VILLAGE 4421 VOL. 11 (4425 CEDAR ST.) SEP. FAMILY UAWTEO PARTNERSHIP 4417 4413 PG 14 ROOOLF0 Z. GARCA4 BLOCK (4518 8LUEFIELO OR. 78413) USA S. & M NUWLIA ALANIZ ALBERTO & LORRAINE LLN4 LOT 7 1 LOT 6 LOT 5 LOT 4 • 107' CARROLLETON UNIT 1LT OFEL14 R. RAMOs �A O 3525 VOL. PC. 441 I it 4 3 oc 3 e 3 1 1 3•' w.s. a (1960 I I II 1 I I ` 2" W.S CAS I 1 I I 1i (1960) :41 1,: —— ti# — .Ex I �d i $E NTaa� gUR R *dc `D E0 4.I I ••� I 'ma ..A!&f.0 ? CAS iIN 7,1 ��.._. 0�n.® 3!m 1si I I l�C^ I SO_ POE FST. 24" RCP T ---� �„A_ �4 coNc. WALK ....-L—&-- itY —AT&T F.O. ,. M,. 8 A.G'.J AT&T FO: _ - - G4. 2 W.SL949. _ _ .'1—_�T _ GIS2' S. 1/4. 2..W � / 3 Ai CAS (1949) a . 8L'A(CP. WAIN a I '3 a WAVE' 95 I .43 I 18.73 I r I^'A, 17L-18.731" g I (6)8"70-16.73 17L-78. 73 =a (0)8"f1-16.83 `' (E) -NONE 7ONE 23.0 a (w)8"f1=)6.88 1 41 Ii, g g § cl 4 >~6 18 1 ,. ,I~ LLAGE BLOCK 1 4313 4309 4305 I 4LAUR ARTURO GU11£RREZ, 60 UX GEORGE COMET CAROLYN JOHNSON LOT 15 LOT 14 LOT 13 . LOT 1 CARRELLTON ADDITION UNIT 3 ANNEX M.C.S. 310 LLC. 25 VOL 35 BLOCK 4315 Iii 78 1 1 PG 56 1 i. • Iii ?ir i i� § i Is v \ 3 3 y II \ \ \\ \\a- PI 4 5 , i, in , v \\\ V n G 111 .» \\ \\ $ a III 11/ \ \ . III y 1/1 MY"ff II \\ \ \ \ 5 Ir ��SR' 1 nI NJ \� E3 '• embUI Biu J0 /t1 v tie 125'nAii — � ._ ===1` AE- wax—— — _.- - FQi i� {;y rn I Ia r 1I,� WAA$TER MET R Wbi o' c9c�� i II ad*4 II I A I 4 N. �o LOT 15 HELEN IMOGENE MILLER 3530 VOL. 21 PG 29 CARROLLETON L1. 14 °U68 INLET T/R-27.51 ... 0-4.67' NW -22.84 ..W.W.4" I1 I 11 PHONE PEO. % PENCE 4•, I II I I 4C B- cw.. (..r, o B ,; M N w p� N. 1 06117.0, j1 ;j ? POWER POLE ^� a NC,E ,iaEg6 0.4s METER Ngo �� . &VI F e� t ..,IGA 1 ..,111. r I 1 __ _ C• GAUCHE 0AW) 2 y -a. w000 PENCE $ M1 R$ d o ww4••i U.G. rmurY MARKER Ixy aiy I I I is I WATER METER ia I ti 0 ao GAS METER > 4 T c a, 1 4 1 c 1 ": t III II I I 1- s.r T= N -- FENCE tir WATER AEVER I< E a s UNE IjI) I _ - ff W.W.4"2 I i i \��/ 1 11 i i MATCH j` STA. 10 34+50 i, NOTE: FOR PAVING, STORM WATER PLAN & PROFILES SEE SHEETS 75 — 84 FOR WATER, WASTEWATER PLAN & PROFILES SEE SHEETS 104 — 113 o $ n Z n tn ;St rn POWER POLE ;i.ion 0_ a a U.C. UflUYM 4 �a �,sy it q eI G 8 $ o rW4'I I "I I' 11 I`'s I I '^ �_ O �1'e 1 I I I :. w$m m® a MATCH STA. 40+00 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION SHEET 12 of 132 RECORD DRAWING NO. STR-900 CITY PROJECT yE13097_ CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI � / f'T\\ t••• ••• .f+k� r* % s* 1 ,..• ,+�1 MARTIN \\ 8265 ( \ " �- CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 Corpus Christi Tx. 78413 P: 361-814-3070 Fax: 888-653-5510RICARDO CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services EXISTING TOPOGRAPHY (4 OF 5) Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 MATCH STA. 45+00 O CONC. DRIVEWAY *43 CONC. ORSEWAY A 4 o 4 4 F£A'CE CURB INLET DOWN GUY CURB INLET nPE HYDRANT 5158 POST AT&T F.O.--EHRB'7NLET - . AT& POWf `1 (111 _ N DALRAIDA DRIVE WATER 6" ACP AT&T40 401 F.0 WATER 6" ACP p u nBurs: w2. ;- O SIGN HOST POWER POLE 149. CURB 4VLET 4, O `A2 1 I a "1a II 1lt \ ---'1. ---1-1 L j 1 AT&T F.O. \\ 1 \ -4J� r7/ 4) W.W. 8YCP 9007 '-- 3a = �9003 I 018.5 oS -- 1..y.....:.i i D7&5I A A N o 8 5, AT&T F.O. B ' WNER YWR Y (SOUTH) BRAWNER PARKWAY (NORTH) 11 II II II II REVISION NO. DATE BY DESCRIPTION 'ON ON/MIO 02100311 N CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI EXISTING TOPOGRAPHY (5 OF 5) MATCH STA. 40+00 \PHONE PED. FENCE CORNER li 1F W.W. CLEANOUT WATER METER Y nA v CALICHE DRYLY ti A Y n Y Y kfit �! TREE 3.Ol4 ku 13 - ——fEGLIEGPd._E'R— Y. 8" VCP MISER POLE WW. 8" VCP CAS VALVE 545 4 PHONE PED. • b ` !OWER TOLE OH CACHE DRWY !INCE L 54S MARKER POST CRASS DRIVEWAY FENCE CORNER *W4" 54S L04E LARK Ab WATER ACM 7.7 ±GTI — — NJ CURB INLET — — .kJryc NGx*� °,1 9. PHONE PED. FENCE CORNS CURB INLET W.W.! F� WATER 6"C3, — ZT A87ALFT — "►* ' ati gV aim 4.11-gailaw, POW '.. Y t" PHONE PEO. a l A m 1 55 id*. 1.. a4 H UNDERGROUND UTILITY ASW Q1 ugN WATER MEJER� Y II x II ��i w b SI DEAD TREE (10" DN.) 4" CLEANOUT SIGN POsr COLIC. ORNfWAY FENCE P.P. ' FENCE W.M. 6" WS N.P. GIS (4 41) W.W. 24" 058 (1986) HOUSTON STREET A oP 40 4. OH � POWER �3 n Lr'!:32 CONC. RAMP t HN24 gc) SIGN POST (:z11 CO II tNNjI O'�j Y':� co BUS STOP W1DI NO CONC. PAD Q Q W FENCE ' _ `ktr MATCH STA. 45+00 37bOS .31HdVYO REVISION NO. DATE BY DESCRIPTION ca CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services r11911 6000 S. Staples Suite. 207 Corpus Christi Tx. 78413 P: 361-814-3070 Fax: 888-653-5510 Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 101dbgf :103rOdd WJYY S,INH17fSNO3 MATCH UNE STA. 45+00 MATCH LINE STA. 30+00 MATCH LINE STA. 15+00 o �" I � i SURVEY CONTROL POINT CP 11 (TO REMAIN) 1 ,__--_ ii it yy� i4i �b IY SURVEY CONTROL PO/NT CP4 (TO REMAIN) �(• O�Qy A2G mn I IJU o O iiil ii: (III \ DALRAIDA DR. 44 -- - Ldl I{ ASPH.IPAVEMENT— ✓STRUCtjON FOR STORM 54" RCP CONDUIT GAS, WATER, WASTEWATE (EXISTING TOPO PAVING, STORM PLAN AN 1 o II , IDUIT, GAS, WATER, WASTEWATER PL -- - -- �'"� --- CONDUIT, GAS, WATER, WASTEWATE NOTE (EXISTING TOPO PAVING, STORM PLAN AN ----f-_,,' . 4 4,S TA. 1+, CONDUIT, GAS, WATER, WASTEWATE mil �I? (EXISTING TOPO PAVING, STORM PLAN AN RR_LI D E (EXISTING ; STORM PL ✓I 9 J WARDLE_ROA p n,,��c N If-'i. -- ` v IL... . e I BEGIN PR i �vC-- O-O O I u LIE O = - it O � �, ::� r-"_"ter ; �_ L �° - 7...„ o $ zi z CARRO�LTONo m G 1 it A 0 ---- AND PROFILE SHEET 110 SURVEY CONTROL POINT CP16 I M (TO REMAIN) 1 \l'3 ii (15.7/NG RAMPS CROSSWALKS, SIDEWALKS /RBS AND PAVING IN INTERSEC7/0N TO I SHEET 10) 'ROFILE SHEET 78 BUS STOP„' CANOPY, 'SURVEY BENCH & CONTROL TRASH CAN POINT CP (TO REMAL z °LAN AND PROFILE SHEET 104 SHEET 9) °ROFILE SHEET 75 x H c::,��1 Jrq - ,-,4-- 2 -I- O 0l z� co o - A I C.0 = �rn BROWNER ,`' 1\‘....m PKWY. cN — w a I •x 0 0 ; 0 STORM CONC. BOX �N azoy A"2� �I; ;I �I �� Ili �I Ir U ;iii uiI lir: I p� fid --9-4 il{n0 - COPU5l 74-0 o' io 0'o - + (EXISTING PAVING, STORM I I I I SURVEY I CONTROL I POINT CP5 (TO REMAIN) I 1 1 I RAMP AT SCHOC CR SSWAL PAVIN 'J I a w --i - �� _ 'r_-_— z �I =-- j$ COPUS 1DR. 1 o o h o ; IIii _ li ���\� C I y IA I tJj ,ISo FT 7 roti o o 2 A= 1. 0 0 11 o WASTEWAT! O �� (i� - -- ,I A (EXISTING G, STORM PL II I I''li � �. J{ 41cn z��1 '431o I �c�� - �m s o_m`N n 2' wm AAS om ca� 2ir m' �o� aa apo 20 - a Ln T 13 I I SURVEY I CONTROL I POINT CP8 (TO REMAIN) o i- o� 1 0 ✓ AND PROFILE SHE _7 11) FILE SHEET 79 IP AT SCHOOL 7SSWALK � 0 IRVEY 1 1 1 WTROL IT CP18 REMAIIN) 1 I`1 1111 I11 1 I IIII I ' PLAN AND PROFIL oco x O .I'li O1'1 0 .: NOTE. EXISTING RAMPS, CROSSWALKS, / SIDEWALKS, CURBS AND PAVING IN INTERSECTION BY OTHERS (EXISTING TOPO - SHE PAVING, STORM PLAN AND PROFILE . .i O SURVEY CONTROL POINT CP15 (TO R AIN)' I I I I' ii Lq O II l SD - CONTROL PO/NT CP3 (TO REMAIN) to t, O E CO kl tI - r. + T VIII O iyli FI: l AliN, 43. ; ii ii 14 00 41+00 114. 1. IJ SURVEY CONTROL POINT CP12 (TO REMAIN) i I I.T. CONDUIT GAS, WATER, WASTEWA7 LT CONDUIT GAS, WATER, WASTEWA7 MAR I IF l r �y a�� 2A �OnS0A 2a2 ym 02c�cm 0-< ,mtt AOA ArAZmo�mA?2m �~A -o — '.�.� �� (EXISTING TOPO — SHE PAVING, STORM PLAN AND PR �O ���aom TION ITEMS ARE FOR CONTR ? REMOVAL OF ALL ITEMS I EMENTS WITHIN THE RIGHTS- "SITE IGHTS SITE CLEARING AND STRIP BID FORM. (EXISTING TOP STORM PLAN A _ ti 0 cn <n rn 0 0. r-,es, O 0= IA A g n �� mA�wm� vi0-,20=,A i r—i i 'F- I �� \�- - _ •F- oo 1 -FNB PROJECT • STA. 27+25.77 --- ` -� o -- <� 0'czm` Ji� --- �oi nnIL cn ca„ 0 CO --1o � 33 00 , HARKS_ ST I f r GOLLI R ROAD I - - i � � � ACTORS INFORMATION N CONFLICT WITH THE —OF—WAY SHALL BE CI PING" PAY ITEM, UNLE. ® SURVEY CONTROL POINT CP9 (TO REMAIN) _ _ PROFILE SHEET 109 11) SHEET 80 N AND PROFILE SHEET O A � m r 2 n � O 0 � C ,. OUSTfN ST o -1 LAMONT[5 . _li ( r ca-, Co „i�Ar- 0 '.-- Ate- - SURVEY CONTROL POINT CP14 (TO REMAIN) - 1( �-Z`1 ;:,tiOC m o 2niOCc'�or-�z . STA _ �� o 0 20r AOrn v�jrn ----- Ll III DVD PROJECT ro ("'' ;i .;..A. m�2-.1 ��za��m�'z�� cnOAO co oc �� ;, —_ a� - - lL-, � Cil of xca�m oA,,,mn, CO IA t- - ��aoc) OAr mA(oo IA IA oo� LI III I' -1, JIl III 01,1 0 •ci o m v, v, oa = IU \ �'r' kill 1 1 61 2 A a ` o m co 1.14 C -0�Onmioia,,C ' co ; xLo o ? MATCH LINE STA. 45+00 MATCH UNE STA. 30+00 MATCH LINE STA. 15+00 r o c O o rri ~ ti 0 C) a -C1)) 4 a r- IA REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT J/ E13097 SHEET 14 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI l'i = = _ S ek�� 1 d P: qSe� �� *' * ' */ C *; *Ip 0 RICARDO MARTIN R 5 265 • `AL -� ` CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 rimigin 6000 S. Staples Suite. 207 Corpus Christi Tx. 78413 7:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services DEMOLITION LAYOUT Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 I CARROLL LANE — FROM McARDLE ROAD TO BRAWNER PARKWAY (NORTH) ESTIMATED SUMMARY OF ITEMS TO BE REMOVED UNDER STREET EXCAVATION 0 0 0 0 0 Ch N N N N N N N N-. 0 A A A A A A A A A O (0 COV O1 N A W N-. 0 ,0 COV 0 0 A (N., N N O 0 Co V Cr,N A W N- O N A W N Co (0 0 V 0 N A W N O (O 0 V 0 N A co N b 0 V Ol N A W N- 01 no DENOTES TELEPHONE POLES POWER POLES WITH GUY WIRE, kT CATV PEDESTALS TO BE REMOVED BY OTHERS. N N N N N N N N N N N N N N N N N N N N NN N O O ----- 10 0 10 V V V V N N N N N N N 4 W V V V V 0 0 0 0 0 01 N A A A W WV N N N _ 0 0 + + 0 0 0 N N A A N N -4_ - 0 0 + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + 10 to + + + + + + A + + + '. -' + + + + + (., 0 O b W 0 N N N A A W - N CO 0 CO 0 CO CO W W 10 10 b 0, 00 N W V N N 90 b V W - N b 0, I V N N A W .0 A O1 N -- -- ,0 V A b O b 01 N 00 N- V 0 A 01 N W N b A A A A A A V A ,p 4 V N O 2 N O N of 2 N p p 2 V 90 N -. 00 ,..,no I 0 �0 N N O V ,„4 m W N ,+0 - 10 O, N (n N O N V V W Co Co t.1 b A 0. Co 01 Co0N 0 G -. -. - W <0 W V V CO 01 W N V A- N W 01 W CO Z. CO CH N A no A. - W N rn N A N A 0 N V (0 N A -. 01 -. W ,0 CO N V A 01 W V V V V V V N W -- N A W N N N A N V 01 A O N N+ O A N 0 W 01 ,0 A b •_ V V V N 01 A A rI y y ryJ A A A A .-1 A A A ryJ A N OV0 A OOi F. V A A ryJ �. y y A A '-1 -( '-1 -( -1 -1 '-1 A L y O O O O O O -1 -1 N N y y y y N N y ti y ti y N -( -i -( ,V -( 71 71 x, y y 71 y 71 71 71 71 71 71 71 7,-1 71 -i N N b N N N N N N N N N N N N N W W N.W N -. N N N N N.- N n41,!-41, A r A - A _ W N N V N N v N N N N N Co N N 01 A ''' O0 A O N N (.1 p N C., A b ,DN.. -.• N 1., N -. N N N N N N N N N OOj A A A A A A �1 0 l., 4, N ,V N L. O ., �. <0 t0 40 V W W W (., W W W N W O + + + + + + O N 0 0 W O (NO A b Co A N 0 W (0 w- (00 (00 (0f1 001 (.` A 4, A-. a N OND % N A N A N co 0 •(011 N V • N N A V A N 0 01 V V Co Co N N N N N N • O O O O O O STATION - 4 A VGA iy 1 (0 :"Cgym tnr m vSCC '0 O0 m W A co A co 01 N 0 O n �a �r- -. to (o< 0 A N N m �-0 V, D i W Co 0. 001 0, "Teti m •:-.,;°, `A, y N — — T. T 71 t•. 0 2 — — — — — — — tc'1 :.z N w A — -4— a r 1 1. r=n ., '',1-1.. t. co 1:3 O� T r N 1 — O CARROLL LANE — FROM McARDLE ROAD TO BRAWNER PARKWAY (NORTH) ESTIMATED SUMMARY OF ITEMS TO BE REMOVED UNDER STREET EXCAVATION W W N N N N N N N N N N 0 O O O O O O O O O t0 10 0 0 0 0 0 0 0 0 CO CO CO CO CO CO CO CO CO CO V V V V V V V V V V 0, 0 CO 0 - 0 (0 CO V O1 N A ((0-. 0 (0 CO V O1 N A W N Co •0 Co O, NN A N- O '0 CO V 01 N A W N - O ,0 CO V 01 N A W N - O 0 CO V 01 N A W N 0 0 Co V 0 rn i pW ((- 0 0 O O N (WO A O VN W 41W W N N N 0 0 0 (WO (WO N (WO coW co coV N N N N N N N N A W W W W N N 0 0 0 (NO p41V + + + + + + + + + + + + + + + + + + + + + A + + + + + + + + + + + + + + + + + + + + + + + + + + `, + + + + + 0 A (n A A 0 01 0 W N V V W N N V <., V A - 0 (0 0 0 0 0 4 W W N 0 V V V V W W -. 01 A W o1 A V ,V A A W W N O 0 N A A 01 N CO A V N CO W 0 W N N p CO N N + 0 N 0 0 A ? N Co p, N p ? N N N Co N W - co N - p N N ? + N N V a W N O- CO 0 A N W 0 A 0 N V 0 N 0 0 A Co Co A A 0O 0 0, N V 0 0 <0 V (O O N O <0 co V I 1 1 1 1 1 1 N A V N - O A O N CoW N A W V Co N 0 O -. V W - N CO N N 41 0 O Co (0 CO V 0 p W W A N N 4 4, 4 -• A W A A A A •-( -i A A A 0 Ar".--.-- A A A A A A a A A A A A A A A A a A A A A 0 0 A W 01 0 71 -1 "( -1 "( N N -1 -1 -1 71 ( ; i 71 71 71 71 71 71 N N r M ;i y 71 71 71 71 "( �i ,V 0 y "1 71 -1 7-1 -i +V V 0, 0 A Cr,+ + + + N 01 0+ A N N $•+ N 01 N- N N N O (n ? 01 N 01 N W N N N N N 01 N N N O N W 10 -. .0 m N • CO !v • <n V W V 0- W V f -'.7'O .. A -. ... A (., O, W 'o W i, ... - ... 0 .. N W N .. N- O 01 V 4 N W, V 0 N AN V ,-4 (n (•+ N V N V V W A N A V N W A V b- CH,0 W61 N A A O ' N O A • 0 V • O A O V 0 • • CO • V • CO • O • N O CO. • N V O '0 10 N y D A O P.N yGb�• kr2 ...r1 ,- z-1 •1 0 rWrn N cri 0 0 co `AR• N N 10., :"..n �z 0 A Nm c -D N 0 n 1n A A`�.� -.0 N -,0 N -, - A nit Q6,. r — - - 0 z n1 A v11 LI coN t0., 0 0o O = D 71 A m H A - ,. ,. ,. — — — Ok- A 2 r- 20 N N O N V V N m A i REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION SHEET 15 of 132 RECORD DRAWING NO. STR-900 Cm PROJECT 1_E13097_ CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI =7Tx. ,G,oF•.tY� :� r 5 rx*f RICARDO i \� /lt ( ^�........,•"j� P' i� '` MARTINE' / 58265 . ...' S9f-:cSTCQf • A CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 Corpus Christi 78413 P: 361-814-3070or Fax: 888-653-5510 _ CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services DEMOLITION REMOVAL SUMMARY TABLE Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 MATCH LINE 'CI COLLMHAR ROAD 6"C! ti CHEsn4UT STREET l rn t a ao,t I Pott I906> 100k a I M 44. A3 16'C1 4- M i \ A I v' ( OPUS STREET 6C1 1 04RROLTON STREET .• -----.I 11 1 I I I II I F T II I LLHLL REDWOOD STREET W6_LrW W_ W-- 3618 3610 3606 6'C w H 4'C! COPUS. STREET I 1 1 I I I I I 1 I I I I I 35301 35261 3522135144 I 1 M8'4C 3602 I 1 3617 1 3613 3609 13605 1 3601 IIIJ I 1 6'CI T -I HARRIS STREET I1 1 1 I I I I I I I I I 1- LI 1 3618 1 3619 36 0 1 36061 I I 1 I I I 1 3630 6'01 HOUSTON STREET a 1 T I 1 3533 3525 6 C M M T -T I 3526 3522 3518 13514 3510 f 4-C1 I I i 1 I -T _ I I 1 I I 1 1 I 6"C1 MCARDLE ROAD 1N 4- O F ,s, c--• 1 1 J MATCH LINE REVISION NO. DATE BY DESCRIPTION REVISION NO DATE DESCRIPTION 'ON ONIMV8O 08003d z1,3 -444 0) N CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI EXISTING AND PROPOSED WATER BASE MAP CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services 111971 6000 S. Staples Suite. 207 Corpus Christi Tx. 78413 P: 361-814-3070 Fax: 888-653-5510 Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. tad. P.E. Firm Reg. No. F-1415 I*:.' Nvtrli (0.RICARDO MARTIN "•9E� SiCH�58265 y' s•��•1:....�it> A ;wax 40P08d fr 'ON 133HS S,1N 270SNO0 MATCH LINE v .yum I c"i, I D 1js-i ,,,?O 1943' 4.0 9��9 ___"`•000666+++ J J J 1 6+ ) - SS SCOLLIHAR "..>- - - - '" 1 _ SS SS McARDL OAD SS SS 42" R.C.P. SAN 275 SS SS SS 1f1SS!C.P. SAN ROADS iv.-- CC's —Cir—__iv __ OSIS r__ __ / VP, V) I I u SS �SS SS v� i yi a i UI N § h LEGEN EXISTING INFRI 1 PROPOSED INFRA. I.9°76. T'9CJ, ------ �I W o �_ _ n 2n _ LAMONT O T STREET _ REDWOOD STREET 3614 361 3606 3602 1 % W\ o \ ' . ;n _ _ 1 1 _ ^� ^� __�__ SS __ ' S \ 5151 '"' O U j Z 8" t7L' . SAN U I 8' ..P. SAN WS317.1 71841 _. 6" V.C. SAN 189 g- 1 SS �_ = m�'a b T gg i N --T a 1 - - - 1 1 _ - I U J1 to L1L_ 1 1 1 I— n v +� o I "' Q N LI ' 1 1 oI� I= a — p HAROLD DRIVESAN ?,� HAROLD DRIVE 10" VAR. SAN 10" V.C.P. S SUB 419 3617 HARRIS 3613 3609 STREET 3605 3601 (�N ffv� A sy9s .0,s h Q r., m 1 1 1 1 _ m 9 pRS1•9 X r a 9 °' Of`�?O rn B 4, ? rss �.. ! f _ _ _ 3578 1 1 3614 3610 13606 1 1 ©4"" B�'I _—�—�_ OUSTDN EET V.C.P. SAN N3 � 1 ,� r_____ � SS SS sS�VCg� V o I N '%' 89 SS S$ n -- -- -- x�,, 1 U os?, I�s �i ti 8"C.P. 189 8 V.C.P. N / I v� r - - - DALRAID.A 1 13609 STREET 3622 1 r 3618 1 1Iv / r 3602 \ 1 vl : b 6i N • PRIVATE a v 1 9 ? 3545 ROAD^� 3533� 1 1 3525 a aof o 1 LO 8' V.C.P.. 2 � min " __�I +.o I a, -1 BAS 6'4.' 8 V.C.P.SAN, • o .c.- N -- —W +r o' C60 ter— -- 4. �r.�`79 O' 7 r --I z--- — -----+ r---- t o 1 S� AJ ,SUB 151 1 1 �, syr '� b SS S$ SSSS BRAWNER PARKWAY 8"V C.P. SAN 189 BRAWNER PARKWAY _--- -- _- -- --T _ 6,N 76,,--I JB __`Q`sO0 ( %3548 SS 3526 I - 3522 I SS - � 3518 - - 3514 I - - 3510 I 3506 i I 1-- 1 1 I 1 Q • , 0 W ' En tv ..1 �I A' NU)i I - - w L' 09 �� r- cn ,�- - - - 6 t9 Es -1 -1 - - - - 1 - - - - D r. I� m v 3549 8" P. SAN iil � En K 1 N �, m IN � q OLSEN DRIVE 1 MATCH LINE REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 1 7 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = •-•it p : • F+qsti� p* :• '* :*ri RICARDO MARTJNE I �r�o`'•• „...f.:12, 6: :' ••o�:o�� CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 2 C Corpus Christi P:361-13 P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services EXISTING' AND PROPOSED WASTEWATER BASE MAP Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 MATCH LINE o ili 15 1 COLUNAR ROAd 0.LS101'1 S .LS—0.L.. ++ • OSS-�01S -L -1_ -- --� I CHESTNUT STREET Z ii I � A 1 tI N a ---I -----I - ---1 1 I H____1!____, 1 _ „,n,7 1 11L -----L- L--L--L .--i 1----------1 1 Ip cARRarON STREET A IA I IA I 1�__-1 I _-- 1 I1 1 -1-- —I i 1----I� �--� I �$ I 1 A 1 I H 1---- I�. __-1 1 A A II F-17 11--LI—Jr-1- M; ,A +��� 15'� �� 1 1 1 1 1 1 I I I I I I 1 I_ �)1 REDWOOD STREET Iw IA _ —-1 73618I3610�`3 2s.\ 1 -1 -171 -1 -LT -1 — _ II _ \ ��1- I I I I 11 1 I _L—J_—]_—L-?6,13673 3609P350j36O7 HARRIS STREET T 1 13618 1 3614 13670 j3606I I I I ti 1 1 1 1 I I ry 17 —L--L1-�L —i- —I 1 1 1 1 I I I 11 ----J609I_—I COPUS STREET 3530 1.351T1 352n -3;14T 7 1 I 1 1 I I 1 1 1 1 1 1 I 1 1 I I I I -L-- 1--1--I—L-L--L- 42 STO ` r - 1 •— —L-- a �yyyyIt CO ,ii� J1 Yfi-----I----- Is --,- 42 36 a`” -s5 33 STO STO a. STO 36 STO-15 _ T., McAROLE ROADOAD . .... --- _ flr --'-----i i ----- I I I I 1 1 I I I I I_ TTT--T T TT I I I 1 I 1 MARION STREET 1 1 I I I 1 1 1 1 1 1 1 1 1 1 1 1 1 -� _L _L _L_L 4- STO STU-- STO STO LAMONT STREET HAROLD DRIVE L_Hi_--� -� BRAWNER PARKWAY 10x11 STO--STO----STO--STO BRAWNER PARKWAY J I Iv I I t I t I1 1I tI A of 1 I 1 •• :5: 3533 - - BRAWNER PARKWAY- — - 70x10 STO STO ST0 S — WARNER PARKWAY � 354 [ 6---plzz --ssie 3514 351 I I I I • MATCH LINE L- r ---1------� I- --- UI I I A 1 - L---J L J 15 L --- AI tV I REVISION NO. DATE BY DESCRIPTION REVISION NO DATE DESCRIPTION CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRIST! EXISTING AND PROPOSED STORM WATER BASE MAP CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services 11171 6000 S. Staples Suite. 207 Corpus Christi Tx. 78413 P: 361-814-3070 Fax: 888-653-5510 Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. tad. P.E. Firm Reg. No. F-1415 tf•,... F .kgs (RICARDO MARTINEZ� 8265_ - w ;wax 401)08d w 'ON 133HS S,1NV17NSNO3 MATCH LINE 1 J k— -__—__ N j G7 U ' cn " w D = vo___ -SC SV3 SVD McARDLE ROAD R ' --- -- '�+01.52'W/L.P.V. 0+04 2"W/90 2"W CAP 1.5' / r ---- - II- 0 � 0+ o CAP -- --- -- r -_- svo ---- sv`o -- -- svo svo vo St/� VD -Th BYO (---- -- -- __ _ 0+00 2'ST. Ai Ut N - _ ---�q0+� A U � }1 ,a -k 2 SL� f-----_ A I I Vl 1 � - U -----� �--- I _r I I __H I—__ rs 00+1342'ST• TlE-1 r ' VJ e= 19+03 8"45' I -R-5 ,,,_RJ c GOLUHAR ROAD ,..r— — Irodm 2•• W GASSY F'p PROP. 6" WS. GAS H.P. (4-4) 1 _SVO CHESTNUT ST n A A � : XI' �y� )7. I I I T -� Ob w y� �/ AS o A .GfGt}S 1s 2w cts _a mo/ I I • 0ti kb n, Gyi v w CARROLTON STREET " y -- I w D -- -- ----- I Aek o A � A C - £ _CA3 _ (;As - _ - 2.54 f S. GAS G j j I I N i•--- _ IUg -- -- w -- -- ----- x to ' - __ A' I A �� __—_ A D GAT I I __ __ __ __ __ __ __ J N v m r A -- -- a \ ` ■--G.A 2 S ---• MARION STREET --_ ti I� -- -- ----- ----- ----I -- — -- — w '-1,'''' COPUS STREET C, __ _1- A w1 a`� 1 3802 \ i `" ----1 -1 -_, N -- -� -„ � -- -- -----� -- -- ---' w ti V{ w w ^ 1 3530 — 3526 — — — — COPUS STREET 3522 3514 1URE ib9 W d 2 12 !G45� 12 1 —74/' n 1 I --�--�- L---L---I 3613 �--�-- LAMONTv $d u - $ r0 II - --�_- -_ �`—L- - __ ti•Iw w A � ` - 1 1 1 — - - — w N I g !A " PROP. 6" WS GAS H.P. (4-4) C9� 1 11 i 2"S.S. 2.• S.T. w 1. Imo A 2 w.s s GAS $ MSVO- • ��$ / --- --- '� rws. Gtio `�- 1 1 13+0.5' REDW00D STREET _ a 0 2 I --�--i -1 2' �� 3 2' ^,, 61B 3610 -- -- -- -- _— _I---- y HAROLD DRNE 2'90' • ;u4, �36061, �Z.�n o P/=111M 5' 2".on•-11+135' MOKRY DRIVE ..,AJ rACl rAcl PAC „ W $• me cAC f", AC 1 7 • H a x ..�- 4"w.S.'-49) 1 a N1 T i i---- o m 1IU __ __ J_—_L 3677 3613 3609 3605 2TRR 3607 v, 0.5' -_-1 HARRIS STREET S INSINST.FLNG y. 2 S 2�$VOV(/N k 36186 3614 3610 IS 606 } 1. ) (-41)$Y/O S -- `. $VOy HOUSTON STREET 1 _ I 1— r eLP.V.-- --SV8 �S �` ( 6"LP.V.(INSL)1 P 21 s. 044 s7 vow 4601 ANTHOI 4602 PAC li T—r 1 1 �, j 0 _126091 1 +, ;, PRIVATE ROAD n DALRAID STREET 2"W.S. GAS $vo 1. � ootid I _ 3638 3630 3622 3618 3602 Aril 3533 3525 �—-l_-----L---_ j_ -----J -- N 2"WS. — BRAWNER PARKWAY i 1,0 y:N^a BRAWNERPARKWAY _---— -- ------------------ \ CI N '-CaIR 3548 �3526� 3522 3518 3574 I I MATCH LINE ---SY/O----1 -S'd`o-- REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 19 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples�� Suite. 207 Corpus 3hristi P:361-814-3070 Fax: 888-653-5510 - t O X111 ��, I;:• '•\*4 �* * I f RICARDO MARTINEZ .., CITY of CORPUS CHRISTI T EX Q S Department of Engineering Services EX/STING & PROPOSED GAS BASE MAPMartinez, Guy & Maybik, Inc. 58265 / r •RFcT Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 • �'7 Nor MATCH LINE j".--__ \s- q\ McARDLE ROAD - GOLLIHARR ROAD i.r. .T. _ _ I.T. r -\ I- / / / r6X18" PULL BOXES 112 X36X18" I..T PULL BOX l C, CHESTNUT STREET � ,o <P��� yG 5 ,C) <P <<' 9 'P'-7 c:, i oo� p t - x CARROLTON STREET r m I I I I� x co A T 14 COPUS STREET 1 Fo 6 COPUS STREET MARION STREET 2 1 1 zo n 1 A. m s 0 1 �, r 1I IY _ i C2��� o J 7 0 1 LAMONT STREET X 1 – o – REDWOOD STREET�i� – – 1 F o 0 $ n — — HAROLD DRIVE ` HARRIS STREET J2 rmoi -I 1 r" / 1 \ n, rt HOUSTON STREET 1 4 1 1 L 1 - I— L 1 / - ~ . – DALRAID STREET X — 1 0 -` o y x — — r A BRAWNER PARKWAY — — 0 — — cc, BRAWNER PARKWAY $ $ – 1 L 1 1 I 1 I I I 1— 1— 1— — — —I — — L r - ��� I 1 I I I\ 1 I [ - - ,,,7, , – – —I MATCH LINE I I I I REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 20 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = =a; NAN ,• !P�!.°F.7-6-Ap p, .. .••.; i ` Y v RICARDO MARTIVE y} / 5 265 •RAS T l`vi"� CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 Corpus Christi P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services PROPOSED 1. T. BASE MAP Martinez Guy& Maybik, Inc. Y Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 VIII d ly— =I -- I�__ --�12 o __"�I§ J, ,III N �In - III In ' -- - _ 1�I -- IOI H 1 II, 1, •Z O m G) z m M I__' - OD ! - - - - — McARDLE ROAD O - _ O McARD E ROAD o 10:� 1 r _ 0 co 200' 500' ��,. e — K r �7 N ox O --- I -I- - 1 • o -- N N C,.I `�-- I AA - v -iAx,,-.,- ?y�;MATCHLINE :is:. a rg I _,_ A_NN I�o L ES O WHEN WORKERS ARE PRESENT TRAFFIC FINES DOUBLE Co Z�G7 m�z _ i 1 I. J r ROAD WW NEXT 1 MIL CA 171 (gym cac> x N °' N x o 1- i I © ' - O- i+ MATCHLINE B—B w? rnc,i� Oco IN ' O01 (P _ MARION STREET _ ,,. A i79 •_ �LAIONEET 1:11'DI',_. 0; __ Aid �LAMONT -- STREET r r X O > < 7.1 i p o [ 1 Ap MATCHLINE C—C NI cr Deo 1 J ©� ID ",� = I 11 1 L I L- I--�I- �-. 0 \ - • _ _ _ HAROLD DRIVE -- 03 NJ Z , H m D a c = N�' d MATCHLINE D—D - I 0 -X >� 1„, � -1 ��„ Ii __ --_ I- _ 1 r O � r [CONTRACTOR J NAME ADDRESS CITY STATE BEGIN ROADWORK NEXT 1 MILE o• aj �q 1 ' _L Y o -2c 1 __ '?�� 1 '@P,- i,. ---Io -- --�-- R �r - '' o' 1.1 - --�' 0'1 x a ' x' Ip1 -- -- �, 10 a� Z', -i y1 - ��• OI NN ND (/) NUI(/) Cxr 0 -P.N -PN rn! Wo-‘o OI col C) , I 1 -1 , I ,; MATCHLINE E—E ^SII -L m ;,:. —1 li r- p `§�AO J 0 73 -111 k, ROAD LGOl1/HAR ' GOLLIHAR ROAD F o m ' 2b 550' /-- ,o V-- 500' 200' O 0 0 - CHESTNUT DRIVE 1 }_ lil �i 1 m 2 MATCHLINE F—F - �x __ __ _ - J_ II III I' �fv k' 8,,,, i' n I I , 1 �_ I ;III A--'Ii t T- ANO I I - t i y , I 1 -_-11 1 1 1 IQ - ' 1 - I L_ 0 c! „� - CARROLLETON STREET — - - -- - I -I -'- Int 1, A0 ' i I I, 4 T O'C 1 1 1 -- ' 1 -- o ,- I -I- I � I -I- 1 10.4 �,� MATCHLINEG—G_ � _ m • _ 1 , , r'-A I_ In', - COPU_S_STREET 1 __ oo _ _,_ %, _,_ , , _,_ „,,,,,,, c, -1- 1-1 -1- 1 lot 1 I %y �-- I 1 -rte 1 i 41 --- REDWOOD STREET = �>:. MATCHLINE H—H ��E� > I 1 1 i I 1--7 1 I I 1 I I _ I T - - ki I _ i�J 1111111111111111 _ HARRIS DRIVE EJ F-1 r i If T� F� 1 �' t k` r_.1 - �- --- _ _ _ -- HOUSTON STREET -- PHASE 1 SEE SHE PHASE 2 SEE SHE PHASE 3 SEE SHE PHASE 4 SEE SHE E7 u)) O1. 1 1 1 1 1 I - I I 1 1 J► 1 , G "MATCHLINE _ _I_ J—J z 1_L±J_ J J 1 � - -- DALRNDA DRIVE ___ ��, _• ® a o Z , o i i f�,,1 `� ' O— BRAWNER (SOUTH) 25,26, & 27 E7S 28,29, & 30 ETS 31,32,33,34, & 35 ETS 36,37,28, & 39 o u _ _ _ -BRAWNER (SOUTH)-it _ _ __j _ _L _ 2ie / -- -BRAWNER GRAPHIC SCALL 0 100 200 a - -- - BRAWNER (NORTH) - -- ��- - - - o„A III szR ° a� 1:i y�L__--- (N�TH)- - - - - - III �_ 1 _J 1 _I J_ L - - __ 0 0 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 21 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE TO RIS BOND 2014) FROM McARDLCITYE OFto CORPUSHOUSTON — E.....,Tf It **5” „ ?. / % RICARDO MARTINEZ `Pot 58265 ;4�✓v d ,f�T a� r i«w °O 0 CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 TXrpu8s4 3hristi P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services TRAFFIC CONTROL PLAN CARROLL LANE ADVANCE WARNING' S/GNSCivil Martinez, Guy & Maybik, Inc. / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 1 ca. —_ ilj A y 1I l i ,1,c-sl -- I cAK 0 kI io Intel A -I- II II, --'- 'OI 'pF - �I -__ '�I� - I -I D A. -- -'- -'-- moi. -- Iml ---,91 I,I -,= - X f.In OIll i I I j I �- I 1 — �r II �I - I C A t,I� ���I 2' ll ��� 1' I Imo' . .i)� _�_ I 1 �`1 , IN m'111 II _I '- I I -, C I =L I 1 P , i- J j j I L - McARDLE ROAD=: b McARDLE ROAD __,4 _I - END DETOUR HICKS ELEMENTA SCHOOL PHASE 4 1 ' m— =1 1 11 — __ 1 MATCHLINE A—A -, _1_ _ , m 61 H p p Al Q ��-1-���--1-��I 1iIE �_ i LINCOLN STREET �Q a MATCHLINE B p 2 � � _ — - -- ------ - -1 O I K C A DETOUR J_L1 lt �� _- Al --I C - amu' I 1 - "- __y II 1 _- _ _J XVCo N (n 1 11 a MARION STREET.=- 0-'- i - - -'- i _-- - - __ _ _ —� rr'I ©� `a�� MARION STREET TII - I - -- -- ----- - - �N; ,I �, n 0 ` - - - - 1 _ - �_ LAMONT - I I - r ,. STREET -1 :y - '-- A I�-� L__L LAMONT LAL STREET __ __ I-��� L__L _ _ ;- - -- �- - -_� . - . =�a� 1 O t..:,,, .. r I I MATCHLINE 1 11 1 C—C J 1 L=_ _ -_ o yo LAMONT STREET j1 h —� C lu ' _ I� �' 1 n N = D =. v HAROLD DRIVE t ' 1- ZX I O Z O- m ='1 - ' -'- -- I---- ' -- -- - 4i N -F Q m' 1 , -- ~_- L_— i -- W r— ;U —MATCHLINE D—D —I - ul �� W4" C Z 1e _� -- �R --�-- -- D n ,41 ,, �' AI __ Sa __ per— T xr i X CO N O to rTl SIJ i�J� 0 _ vl, -- �.. __ i_ m —_� A -�_ I�* _I_ "1, I __J 1-- —I L l '< 01 X�o m= O m1 MATCHLINE m E—E 1 -'- I -- —1 ��V// MAHAN DRIVE E _I_ -_ .� fl .x. I� __I__, �_I_� L__I . 1.1 I.1 1 - JLI_ GOLLIHAR ROAD ■ -L �� GOLLIHAR ROAD �� �� _I �� _m_it _ __ - i F 1 f '' [ 1—. - 1 I I J-1 ' gyp r'' % CHESTNUT DRIVE= — _ MATCHL/NE F—F LL L=1L LILA a; ,�� _= 1 —J-- -1-- i -I- 1 -I- 1,1 ny I 1 -;_ �_ ' 1;1 -, A _'_ 1 -1 _T__, — I L---� j I o - - — I _ l _ ---- iO -I- -� r- -1- � -' CARROLLETON ST 1 - - -'- ��1 I r- _, 1 D cn rrl DETOUR O4 X to N v DETOUR' v,•---�ol�---;A1 ' MATCHLINE G—G __��1 o I ' D " — - m —,N; _; <, ,■�' _I_1'4 I I p A X co --- cn ^� � - �- I I s — — N rrl p m —� OI O I- -r COPUS STREET iC _I —+ �__' I I L -� OI -`— N L—_I_ 1_'_J — I__ J �__," A _ p, -I- __ __ __ - IA -I '=——'—' N '- -- K ;- - " — LILCLCI40 REDWOOD STREET MATCHLINE H—H my STREET' __-rte—_ — L `----L \ _ � _ 0 � 1_�= JI �T�111 1 1 1 11'1111 1 1 IJI1 _l r 1l1 11, _ HARRIS DRIVE _I - 1_I 1 J_1 1 1 I 1 I J_ 1 I I_ LJ 1 _ _1 HOUSTON DRIVE _111J_Li_LJ11 HOUSTON_ __L DRIVE_ f _ TT 1MATCHLINE J—J 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 V I 1 1 1 1 1 1 1____l__1 1 1 II I I 4, ,, N, J Oo DALRAIDA DRIVE - -- J 1 1 1 1 1 L- 1 1 I 1 1 1 I 1 I 1 1 1 11 I 1 4 A p y ��yC �Am�iy �y axo AmAoxmx y� -t002�00 m m �'"-,., - o 0 I—� - -T- -, 1 1 1 1 1 1„ 1 1 1 1 1 1 1 1 1 1 , p i s i ,., O -- Omni 2V� i O --* �BRAWNER(SOUTH).�� �L1�1_ I__I 1 I__ L L_I_ J_ J_ L J„, 4 y2 i~ ,-,,,r ,�2 o ” -,---, _ =-- BRAWNER _ — _ (SOUTHl_- pmx„Aom p 2o , Jo i__,,, _ �,--- -- ---- -----' / `2�0�0,2o���op w g , e, p A BRAWNER PARKWAY -- N cb � r _ 1 / /.- BRAWNER NORTH _ -- 1-I- - - -ate -- -- 4— _--- _ 8-R7, NORTH �� 1 - - \ \ v,p mam2�mm Inp2 " omI(�Op�l�mnUCI m miAm�ilila; /�� l7 , - _�J_L1_I_LL__L `oa CmI pyp�mpp2;11 p��\c�nlI T�Oo O O gm-1 \ 1 L i "r_ =rA s " 1 fb _Q C INTI m - 2 OLSENDRIVE - _OLN_RIVE 1� �[ -�� tii m"2 �`��moop2 m a�, %2og,,A__2p Ao2, �222-<G� - ra,11 I g 1 -- L PECAN STREET J 1 [_[ l— 1 2 �' .,OTA O ropA �„ A O ;c.i An�OF o� 2" ,c, A^ 1 _ _1 ��� 1J I DETOUR 1,2 2 1�2 �2 0 END DETOUR CARROLL LP i 1 j 1 , MULBERRY_ _STREET_ r �I 1 I� _1 _ � 1__I T I� 1 _ 1 —1 x�co N 1 (�/) " y " " Irl oc pc oc oc Il m�o �o „o N -,02, A2 2 A2 oia Z O x 1 —co _Q 1 1 TAD i� �� "Ai A 2 O mu LL_ o C� i" i Oh, On, ioz A oiA __I COTTONWOOD STREET _I_ (, Sm A �. o w N, -. o c c R ,/`. / i F1 i- 1 1--1 [_ _ Inaan -T-1 I l = 2 2 Lo t.w N, �. I, nrn rnrn Z m A A o o A A no no Oa go O p y 0 0 0 o' i n ,c r%) WOE .1 x cp N C m OC D XI �7 O 1– a " �'' r �1 / 1 _CYPRESS T =_= y o c,.= ` •z fEETS 25,26, & 27 fEETS 28,29, & 30 fEETS 31,32,33,34, & 'EETS 36,37,28, & 39 A A z a A � 1 `F`S S \ T,QF� — " rri SA 2 r.' Z X=c0 DETOUR CARROLL LN. — REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 22 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = Nkt -E "'F"9s*ap8� p�* ` r/ RICARDO MARTIN "Z B 4,,% t •8fG,:>.-:"-.; eta `� . m CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples CorpusChristi P: 361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI6-p.58265 TEXAS Department of Engineering Services CONSTRUCTION SEQUENCING LAYOUT/ DETOUR ROUTING Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 II I I Iii iii N v N to in 11, —i, _-- r N(p ,O, * T 0 7 Jm) _.x "Ica W n O O NCO N - y mD 0 r 4, I C N 2, > - - - D I 2 II,1I rr .;0 \ IAtp i< I =N _, J r-- I NOI - v J I' ; i° t)g N ' 4 , ', . \ I r ' tt 1-� h S p v, 2 2 o-- �— '� ----`-------`---- --- -- --- --w-- - �o a n i 13 NJ 00 A ^ m rr'//�r/ 1 5 ten 6.0 0 � T N v I_ �� I D / __ NA __ I P. v �c ,1 Vl m xT. o ;c N - j T . th r n A LI I rr��co �I o W 9. THE CONTRACTOR IS RESPONSIBLE FOR PROVIDING AND MAINTAINING ALL TRAFFIC CONTROL. 2. CARROLL LANE SHALL BE ONE-WAY (SOUTHBOUND ONLY) CONTROL DEVICES FOR THE COMPLETE DURATION OF PROJECT. ANY TRAFFIC 30. AT LEAST 48 HOURS PRIOR TO APPLYING PERMANENT PAVEMENT MARKINGS, FROM GOLLIHAR ROAD TO McARDLE. NORTHBOUND CONTROL DEVICES DEEMED UNSATISFACTORY BY THE ENGINEER SHALL BE REPLACED THE CONTRACTOR SHALL NOTIFY THE CITY TRAFFlC OWNER'S AUTHORIZED ro CARROLL LANE TRAFFIC SHALL BE DETOURED ALONG McARDLE, WITHIN 24 HOURS AT NO EXPENSE TO THE CITY. REPRESENTATIVE (OAR)ING DEPARTMENT AND CONSTRUCTION DEPARTMENT TO KOSTORYZ. AND GOLLIHAR AS SHOWN ON SHEET 22. NRTAIN CITY APaanvAI PAR THF I fN:ATInN AI IGNMFNT ANn I Avn1IT CIF la z y r.1 N �0 n mc y* ; CO �1 /rn 1/4.0 2zc ^^ Z VJ Z ?�Oy Vi. ryRy 'es�-II ~o 4 Hz '5,' r- (BUSINESS ►, Iy t� U 1,_, Sut aO ,OH • b g° b W �• 'v I►i REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION SHEET 24 of 132 RECORD DRAWING NO. STR-900 Cm PROJECT .E1 3097 CARROLL LANE FROM McARDLE to OFCORPUSTCHRISTIBOND 2014) CITY of Deportment CHRISTI Services 6000 S. Staples Suite. 207 Tx.r78413 Christi P: 361-814-3070 Fax: 888-653-5510 Maybik, Inc. %*) ` s.4,11, r RICARDO uARTINEZ 4 58265 h! '9f a 1 CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 SEQUENCE OF CONSTRUCTION AND GENERAL NOTES CORPUS TEXAS of Engineering Martinez, Guy & g. gSurveying Civil / Structral Engineering & Surve m Services TX. Bd. P.E. Firm Reg. No. F-1415 MATCHLINE A—A — , 1 .--'11 J L J N ,— c r_-, I,- I , rr I}I" Ile- - -- III I I i-_L-1- I n �� 1 N , L J r,1 r� �,(-_ V CACA � :Jd X.. I WN _L_ , x- x i i v O1� Y r-- } 4 _ ` —1 r- y_ I 1 L J N i— j -, -J n La__ J Il,1- 11I I II —__I� r-, p y ii 1 I I i V 1 1 �, I II II _ II 1 `\ \\ -- AC m i t 1 E-11.1--6-73 _ // 0 O rr== _- C 'i-_ h r_y �_ Li - GOILHAR oZ ROAD • • . O •O O 0 0 0 0 O 0 0 L J Lt m 1 > t Na �, N 0 o 0 — Iv o O _ I i_ 1_,r--1 I STA. 28+21. :-. i F STA. 28+23 I , ,I--r, I I - 1 iI I � n I STA. 1 , us_ 11 _ I ®s W m X �._ _ � N 14-x-, 11 Z 0 -i z 0 Fi O OXY PS) CA -1— 10 r'� rr- W (.1.1,2J a) ; C' I I I m CA X)a�� '01n".'� • 5-1 2 y i 14 O SIJ L; J_ O — -A< Al I WI 0O 0)L, ni —� x --f` O 11 ---x'� J m4-3 n� \ I/ / 1 _I 1----' J w L-J yh L 0 )LL LAN )SED pi. 4O \ ,}, Z--r-J' �_T� 1 PLASTIC DRUMS R11-2 SPACED ® 50' 0.C. 48"x30" M4-10 48"x18" m , ROAD CLOSE AREA R6-7 30"x36" - V Ao r- —It ---7r--7T-. N \ —1 O STA. 24+70 , 4, g r-, rr I z 1 0 1-- N) N o n % DETOUR p AHEAD CW20-3 CW20-2 48''x48'' 48"x48" ' 4" WHITE SOLID WORK ZONE STRIPING V --f I r , L-J IL.,,_JI JL_ I 1 � x 30+50 0 6' 3/1-00 BUFFERO 31+50 0 0) \-1_ \ \_ \ \ \ N L_ J I I 9 N (xi 0 x] r� i r-' x I � L F- i 1 I I --r-H- -I 1 r- 1-H I V A _'I rl r. STA. 25+70 , 1 l L---' l N 01 01O L_, I I I `x% L=.4 -1— 00 t 1 A _ L--J LS. — — I I MATCHLINE B—B MATCHLINE A—A REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 25 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = /eP'•" r RCAR58265 � �� iI'' 4 vaaE�� ,k, NE SR, AE,J.' CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Copus Christi P: 61 Tx. 78 -81 814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services TRAFFIC CONTROL PLAN — PHASE 1 (1 OF 3) Martinez, Guy & Maybik, Inc. Civil TX.Bd. / Structral Engineering & Surveying Services P.E. Firm Reg. No. F-1415 n O/JJV 1 30 N01103810 MATCHLINE C -C R.O.W MATCHLINE B -B Tx < �a II r ` CL OF n F■ ' I \, C' CARROLLTON DR. -Tr rt� uL�J z rn n MATCHLINE D -D R.O.W. TJ 0 0 CD) > rn 0 0 �.J Lrc___�J II i --h l \\ \\ II I COPUS ST. 0 z m W 0, x=1 N 73 MATCHLINE C -C REVISION NO. DATE BY DESCRIPTION 'ON ONIMV80 080038 z 0) 0 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRIST! TRAFFIC CONTROL PLAN - PHASE 1 (2 OF 3) REVISION N0. DATE BY DESCRIPTION CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services MCjil 6000 S. Staples Suite. 207 Corpus Christi Tx. 78413 P: 361-814-3070 Fax: 888-653-5510 Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 58265 l01Z,Sf :103108d WOW 'ON 133HS S,10170SNO0 MATCHLINE E -E MATCHLINE D -D L -i - - - . g — it_ 0 STA. 48+50 I I STA. 48+50 P:r��°J n illl Ili W 71 --v c, CA u N *Qm -< m z o _� ___� X'CJ WN 6 IR < Fz I o rn O HOUSTON sr. 0 • , X= I W CD II JJ 1111 zor i ^t No —I. '- Z / W /„„ / „ , . STA. 43+50 .3o A,) m r u II r n n ` c_ BRAWNER PARKWAY i (NORTH) L~ ^^ ✓ D C>7 \V/® /� 111 CTF • CY/U4 01X Fri 0 1 Z O IC • CA zx W VI iv .--1 N a 1— x x En "a a s . H + o o D Z W x73 Crl o ; • o STA. 4d+Z0; i _ II - W fJ o I I •. it at, II IJ I I 1 STA. 50+00 -- a I . T� U t-::; Q x O � 1 I O cm 1 SPACED ® 50' 0.C. R11-2 48"x30" "\I CWI-6aT 36"x36" x % %— � O \ I L I --- ' 4" WHITE SOL WORK ZONE 5 o F, r/ F x x 1 END ROAD WI 00 wD -F_ fi'L' ; ;;/ i �///�/ o I I1 Z Z =N mo m x ox r*� o �� I 0, o G20-2 48"x24" STA. 52+00 "a-,.. (7 vv -1 V --1 A _ (/) STA. 52+00 TYPE III BARRICADES ROAD WORK AHEAD DALRAIDA DR. I� T i, Yn L --J I_1J II 1 IIS , i �_ O I c. gD I II .. c M w . W CA m ' A x. zIv - rn ;�N. )NE WAY1 , — ;1-- J L LEGEND i ROAD CLOSED = I' c BRAWNER PARKWAY (SOUTH) o 1111 1 Zow 70 S Ih U •' CA ” ' . S 47+71 .1 X 0 ITC BARREL E 1 WORK ZONE � O' I rtH I I % hr I . c) A n � 1411110.- r MATCHLINE E -E REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 27 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = �* ?*,•• �/ - / RICARDO 0"z-: , t ' �� "' *!+ i� MARTINE g 58265 ' .. ,4r, � '�� •'� F`� CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 .Maples Corpus Christi Tx. 78413 P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXASGuy Department of Engineering Services TRAFFIC CONTROL PLAN - PHASE 1 (3 OF 3) Martinez & Maybik, Inc. Y Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 MATCHLINE E—E MATCHLINE E—E 02dnA%2nNp p H --ApmN y 33$2�lCZIy on�iA 2-Ey• 20H - O x 2 m r F 4-,- 11 z2 n2�`Tll(.1 i i m`n2��oo�4,g 5::? • yzaR,�i ��mm,,mY m -iv,h ''' m 2 rCmgy� g k a ; Z n H ^ Om pAO ,c O,.., -;,:lc) m A:, o n 41 2 0 `^r^c2i, �m $off ,� s4OBD ROAD WORK AHEAD CW20-1 48"x48" G2 4E - r-1 r,- - G20 -2a 48"x24" z x MIS STA. 23+00 __ IV ,-'� f STA. 23+00 1.,3_, ry J yII I' L,• O - N- �� x F J v END ROAD WORK 4,.X -0I\.1 CO -0 X I � N 40 ---x x -� I J 1 v N 1 L-� u C END ROAD WORI h r`� 1. O • 1 ----rl- a O m r T 1 W (7 (� OK STA. 24+97.9 1 J STA. 24+97.9 44 NOTE. CONTRACTOR SHALL CONSTRUCT THE PROPOSED STORM LINE OF PHASE -2A AT THE BEGINNING OF PHASE -2. THE CONTRACTOR SHALL EXPED?IOUSLY COMPLETE PHASE -2A WORK PRIOR TO BEGINNING ANY WORK ON PHASE -2B & PHASE -2C. UPON COMPLETION OF PHASE -2A, CARROLL-. LANE FROM GOLLIHAR ROAD SOUTHWARD SHALL BE OPENED TO TRAFFIC, AND SIGNS ASSOCIATED WITH PHASE -2A SHALL BE REMOVED. },o,,, -- -- --t11 A111011 _�. -- -- TJ+ v a -h -- —, r, I II rV7 O - ,__JLL �--I -' LPLASTIC DRUMS / 4" WH/TL SPACED ® 50' O.C. WORK Z� \ \ \ \ \ PHASE 2A WO -moi— -h -- -_� ,_ /01 cn pc I STA. 25+97.56 OO ILS to 1- L-- -- 1 ,�o_ I`®_ -.` STA. 26+00� aDE SIGN ON SKIDS RAFFIC -, o ce r i r,-, ll ZP CARROLL LANE CLOSED DETOUR) ---p --, I I� o cm W0 ON u, rks I- o m 1 VII - CONSTRUCT STORM LINE ONLY ((,) to O 1 --I ) ii (v Y/ 'r=-- - 1 r 0o, oO c4 -, Z m \ --,1 r' - , 4 I R Q m ik-iv .4 -' V -,-4 I-, - I L1 1 ° , - 1 STA 27+25.76 c, ,* �► Iii ii �� STA. 27+29.�t I,' '—i I1;��1 ,STA. 27+29.32 Q , iii II l l II ll , , \, °0 / __ __ __ __ __ __ __� J 111 % I 1 ---' C o �; %-ki".: _ _ 0111 7 rnWI C �H 0 0 0 0 0 D p 0 O O O O O O OO q oPI-cCD z k ',� 8 41 m 0 GOLLIH a. w & GOLLIHAR RD. Z io. i � > Z -<m ro CO ry CO > TYP. , r op CooiCO �m 'is 2 -'O ti ,.., i> Z O T M r. ST,1. R7. 0! =Ilk (i oxi o - CAI STA. FTS STA. 28+2330 0 4 ~~ 28+23.30 0 U 0 ei��= • STA. 28+24.63 2- 1 1 1 I vm o<4 4" WHITE SC WORK ZONE STRIPING � CO Tr • �r - CA i 1- CnW OD cm x"I m m mI GRAPHIC SC ®c I.1 rri i mmz„ (Am 0 1 m P. MATCHLINE A—A 0 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 28 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI _ = = t .........f -Y tt P. F x@q�r �s * ' �� 't� 0 RICARDO MARTINS 265 '�eA tt� CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 Suite. 814Christi 13070 Fax: 888-653-5510 CITY of CORPUS CHRISTI5 TEXAS Department of Engineering Services TRAFFIC CONTROL PLAN — PHASE 2 (1 OF 3) Martinez, Guy & Maybik, Inc. CivilTX.Bd. / Structral Engineering & Surveying Services P.E. Firm Reg. No. F-1415 MATCHLINE B—B MATCHLINE A—A o O illl jl AP RAMPS i£E DETAIL it v CO Z m C T � • rc j �. c -n �l �' O _ 0200000 2�N ntO �n o STA 34+51.821' —2-1y00��0 33 ON n��c nt `'�y�m=� oaw'N' ntCi-y�1r IIo \\� 'Ill%%00NPP2II 1 � n0� O(n �? �mti Ontk-2 m�0a0, tvOA nt 00 ��I VVV O I COPUS ST. 6 Nill 114 A,z, .,:.1 , 2,41..3 p0. 22C�o2 ary&a O X022 0THN 2r�+2 m i�A2(.0 mi.o2 io�q�2^ �2� hvv� 1 x x �y22cn a (-,--,8P,^i •\-CI^C3mnO3om 1 NyNNNy 2CU O� o,aj O 1 LA I 11 x:W CD I . I _4 - I I 1� �' �' g 2� yr Sn ou,A+ il' o o Nat4111411 4MM�N Ilk! 1 N.) V' \ , 0silik10 Ilk ^ O II •� �X x= — i r Ai 0 0 x N 1 ro, ►_ LA or," m 0 a)0) o I 1. 0 �� .1 =_�� 000���i 35;$.7 -- x x CN �� Ant 1 O COP! ST.•.. p. nM 1 I 9 • ..®.A-�. Ct NI11111111 1 • ri/ R.O.W. Z 110410.L STA. •+28 HATCHED AREA UNL (PHASE 2, r �vly I , =' iv R3-1 36"x36" 1 • � \\ Lr•\ 30' WORK ZONE J i � vgim �� PLASTIC DRUMS SPACED ® 50' 0.C. 'S 4" WH/TE SOLID WORKZONE STRIP TRAFF/C CONTR 42) TYPICAL SECTIO SCALE: 1" = 10'-0" .0110\ ,1/4..hi ...i. 0 77f N N I L eF v a 1 0 czi R.O.W. 0 III w r� chilisi\iki un. -- -- v x 1 O ` •, r 71 1 mvaaaoaiai v- .12 O x x 4Y� ke 1 O O Dp A Li)� � z 11 E I furl 11 N.) ♦ �► � TYPE III BARRICADE CONSTRUCTION SIGN ON DIRECTION OF TRAFFIC ; •1 CA' LL •• ST Q N ® mA hi 1 �� iv J ala 'CUWOl r CO i --- -- L°o cH TYPERICA/11 BARDES .V1tn 9b`�vr. iNNIIN.• ♦. 1 1 114,,o„ ia. L "'o R.O.W. v x lil • •sem u• � 1 • .. 4 NMVN 1.vim. __ NJrNJr IN � r. („..„ .,A O]' LLI O -X-- - -X--�_ WYMNNN \r _- '�/' r �.. r 0 v1 - ri z-1 N N Q r • IRREL WORK ZONE o - rnw x"1 w r. x m v c - TI 41' 0 I • :, MATCHLINE C—C MATCHLINE B—B REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 29 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = — r=:' d* RICARDO 4oF'T��� P•.: •••••••• .ek 11 � • o- 9 MARTIN 58265 •' CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 Corpus Christi Tx. 78413 P: 361-814-3070 Fax: 888653-5510o�q CITY of CORPUS CHRISTI TEXAS Department of Engineering Services TRAFFIC CONTROL PLAN — PHASE 2 (2 OF 3) Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 MATCHLINE D -D MATCHLINE C -C IRASP DRUMS SPACED ®25' O.C. �� -Iti I IN 1._-. • 0. o • 41kiii, STA. 45+79_ I � \ �I fi "1, O Z m ,g0 O F x x STA. 45+79 11 m m� m G `sa I -� II Iii INIS I .1 11 �_ 00000 STA. 45+90 177 m 75� - -- - - DALRAIDA DR. O � r 1101 I 1 x 1 (.,4__, (3) -F , ----,il. ii `� H I Dii ill el I- w A r 0 11 I IIIII�I m x m x , • m� O z m 1. I y 7, ,i z z > �� V I � � x=1 WN Z G7 11700' LANE 4 11' LANE Z G7 j= I cox, W O k) et j 11 11 1 1 =._ IIcs, -- -- ,-'_ ' -" BRAWNER G' PARKWAY (SOUTH) 0 m73 -I n D m a 0 O a iv 1 i1�!, ,_- C RID 7 / ®A a a '��I i I I z m e� rZ --- STA 42+2 W ��.1 I ➢ l D V � /Co �.'iJ rrr-Z-1- Z!HARRIS DR. 16:172._ EjA 0 X=1 1 �`, �, m o 1L } 1 LL_J_ _ ,T� W _, ,' ;,,,,,o:.�, o _6.� CA o /7 IE' 1111111111 , 00 __,m - CA I El O N STA. 48+75 vrn ^nA 0 1 11OUS4 ST I Lli - ® a -, rdo -- x 0 BARRICADE UCTION SIGN ON SKID 7N OF TRAFFIC C7 C PARKWAY G.I Zl L.lkollmm `� BRAWNER (NORTH Q) W I �' ,;- W N 1111 ,� i s � > 0 D O ' END ROAD WORE CO 0 �0 ) 11 I ;I 4' 0 N STA. 44+ 0 ak x x STA. 44+20 it�', N A - - �� ' I STA 44+22.24 a s =N rn m STA. 49+90 I TA. I V '52+00 I STA. 49+90 r: O r:I' 0 - o n n>42%% e ,..A 0 PLASTIC BARREL PHASE 2 WORK ZONE o C°Nhi!!idii • Q. • V TO X 0 CA a)X I X_ U) Dr ,> I I x x a D m D a= I 0 - ti 20 A Ilikelri MATCHLINE D -D REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT J/ E13097 SHEET 30 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI • = C � P Y..h r . P� '.. F kgSj� � +�' 4/ *;' *ddd �RI\ 5 MARTINE .. 58265 d+°Q T • ``� — ill.:: eta«� CONSULTANT'S SHEET NO. MGM PROJECT.• 3542101 6000 S. Staples Copus ChrSuite. 207 isti Tx. 78413 P: 361-814-3070 Fax: 888-653-5510 �/ CITY of CORPUS CHRISTI TEXAS Department of Engineering Services TRAFFIC CONTROL PLAN - PHASE 2 (3 OF 3) Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 SOUTH PAS=ISLAND==Ur fVE - _ `\III I' I '/ II 1 \111 lli/ 1 I 1 1 1 A \1 o� N v 0 m O CARR?LL LN. o o ( ,_ Z o a z m LEGEND I I � 1 , R a rn y I I I 1 I I p 1 I I 1 T I �1 - 1 1 1 STA. -2+60 1 n 0 d 4 tt bop 4 I 1 ROAD DETOUR CLOSED AHEAD HEAD CW20-3 CW20-2 48"x48" 8"x48" 1, 1 -GT-- W I mi O O -PCS x-N ROLL LANE _OSED DETOUR aaoaazo 10 r--rri wo CO�K —r �rmma to),(oI ooh �_, rmmoy .. x x- WI �o 0.N) � z o R X r a b«11+OO 4 s^ , c �cmr Oa -1) r mm ri m-0x�om m C Lm J mrZ m r m z y n� o k oo ���a �m ;1..7;1..70-1 T 4,K� I �I _ z Oy�N �! r E PROPOSED STORM LINE OF WASE 3. THE CONTRACTOR 7RK PRIOR TO BEGINNING ANY TION OF PHASE 3A, McARDLE 'C, AND SIGNS ASSOCIATED WITH -P CS x N-- -- -- -- COI =N , 1 ' 'p _ CAI ------- -- 00 D' ON -- -- -- "---.7' 1 _L__;�i t . 111 1 La 1,,. 4 ss SII. aII l �� -1 6W i o- o rrl n� -- y -- I. OOOOOOOOOOOOOOOOOTYP 0 0 0 0 0 o e e-- ��7'- o e e e e " E McARDLE RD. —--------- -- ---- �'��l gg' li o McARDLE a �_�-�-- -- RD. -- - - co ®<oo03 imn �t pAR o r`A Am � n� < T� O pHn N n I ll 411, in - 11 Si O if 4r �, r'n0= __ -53' c''' 2 , 1 MATCHLINE B-B 04 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 31 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI • = = - (- �OOOO 7 g ?�•'"• " "O'<TS' p , RI E ° RICARDO MARTINE m °> Rc 265 ` ST ti` AL `"� CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 Corpus Christi 61414-3070 P: Fax6888 653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services TRAFFIC CONTROL PLAN - PHASE 3A McARDLE INTERSECTION STORM SYSTEM Martinez, Guy & Maybik,S Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 IMATCHLINE B—B o o a -- H 1 STA. -2+60 1— 0 A v 1 A CJI0 I 1 1- 0 I w 010 I 0 0 v H....„.„....-------''.:r I 1- 0 O A 1 1- 0 1 0 O A v o - 1— o - - PLASTIC BARREL ROAD CLOSED DETOUR PHASE 3 WORK ZONE AHEAD AHEAD STA 1 MATCHLINE A—A REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION ICITY PROJECT # E13097 SHEET 32 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI CITY of Department = E. CHRISTI Services 6000 S. Staples Corpus ChrSuite. 207 isti Tx. 78413 P:361-814-3070 Fax: 888-653-5510 Maybik, Inc. Y ,, er 5; ~, TF"gs*��I * '. %*r RICARDO MARTIN ,,,. 8265 ) o RA_ Z`t�i� CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 TRAFFICMartinez, CONTROL PLAN —PHASE 3 (1 OF 4) CORPUS TEXASy of Engineering Gu & Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 MATCHLINE B—B MATCHLINE A—A TYPE CONS C • DIREC J O C m • I I J L- "... o o A A I L I w i1J I 2 co a\ o8A A n 1 1C3 T-- O -J L_ i Z "' Zi �_J - i 1 r___ cz,Z I Cn LEGEND rn 1-----'1-----'a fi1 .1"--:_ cO o \\\ o ;ROLL LANE LOSED DETOUR I J =a'r , YP. \ CONC. SIDEWALK -II \ IIJJ C �I 0 • K - x McARDLE RD. O O O O O O O 0 _ -P , x I xi 0 — CO O O O O On 01 m w n o c`, LLLo 03 0 oN •• STA. 1+66.81 -�L (3, o _JO r o; L- r �rl . l' N O �: F=T- ii __=...__ ii �v11 Ali �/, J, V `� iii / li 5 1+78 -- -- -- -- -- -- -- . F .F -1, A. 1+84.5 tl_ai ' . 1 ®� -'I -4I • `� L I V � i 1 1 1 F� m I�' 1_ `� -- --- 01 �' x -I ni z m -I z m p sA ci _ fir, (nom W� t u) rqCY) ®� co H n 1 Oa � L_J r n _ 01 g nAn rn Y O � 2 1 1\ . Ul •r n - l - 4-_ rl i r I I u, i M 0 sCII x I r0 �� 1. y H - O V O y Z Z -< m o O Fa I� • r"1 -- --- 1111.... •(Al 73 1 I V PLASTIC DRUMS SPACED ® 50' O.C. I 4" WHITE SOLID WORK ZONE STRIPING � \ � CO � L_J I 5-7 )"x36" I 4" WHITE SOLID WORK ZONE STRIPING IIx •• oG/ f' Team n L LL----- C o a CO C l, L 00 m CA ON �I ROAD CLOSED '\ O_, U L__., •• 6', BUFFEF Iv z L---1 r TYPE 111 I BARRICADES �I x' / • d_ • I _x ®.i 7.,.' I L_ n _ a ON ST. 0 L_, ' 1- 0 �f MATCHLINE C—C MATCHLINE B—B 0 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 33 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = .. ,.........?F.ryspd6 r ' p� 0 RICARDO 5 'd�a�Ac ao�� `•'� ‘Ar i#0 MARTINE 265 r� CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 Corpus Christi 1 P 784134-3070 7:: 361--8181 4-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services TRAFFIC CONTROL PLAN — PHASE 3 (2 OF 4) Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 MATCHLINE D—D MATCHLINE C—C \ t - _� 0 V6' BUFFER 0 0 6', BUFFER 0 ' STA. 16+50 14 �p N NI z x a I Oh, \U iv z n li ,_i 1 .11 Z O z x x vimpx pe� x O ri1 ,^r II I n r r II ��� [n �� o) I alp\ � o LI L_ J I I I I I r� — x x x 4 ,...„ CO 7J 03_0 CA I V -i -x-- ON j ,-, n 0 - ETOUF ONE WAY r 7J M 0 0 , ,- `, 0) 0) I— XJ OD tr rr a/ n , O a 70 m0 v _ _ i\ -- 36""x36x36 " , po G R.O.W. / Fl h ---�--- \ \, PLASTIC DRUMS SPACED ® 50' 0.C. Eilli 1 - rr- ' it s it I I II %T . T 0 LAMONT ST. TYPERICAIll BARDES -7,.. -----,STA: +-,,- o 4 r '13+50 loll /0 Ii 'r rn M � o 4' WHl TIC CONTR CAL SECTIO rry,_ , t„, ..:. . 0 o Y_- 1 o 11 1 CL OF o 1 x rn l z .. 4 TE SOLO WORKZONE STRIPING OL PLAN PHASE N PLASTIC DRUMS xl SPACED ® 50' 0.C. R11-2 48"x30" M4-10 48"x18" 1,1 0_ rri __ Z c) _ . _ _ . . _,11111111114 11 ►. cri ~ -1 Z \ Ill n a (8 I .I r, "Ti • o 11111111111 r-1 r1 - W OW x O is N "s oillikil 1: ig o (_r4 ,� SONE WAY> DETOUR t 0 0 Ci)D LEGEND ] -HATCHED AREA INDICATES AREA UNDER CONSTRUCT x x E illil �� 6', BUFFER y x 114,1 p O co r'� o o N D TN x x 3 x x r M r-� m m i. o„,:g...„ \ R.O.W. 1111 (4n, 'ARREL WORK ZONE r�-- - ROAD CLOSED I , II �, ��k. 11 I\ x' --,4.O o - N � o _ _ - L - im --i o A m U 1� HAROLD ST. 1. ilikii/ n MATCHLINE E—E MATCHLINE D—D REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 34 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = F Tftll 5� ••• "”' ..:** s�+; ' %*i ...•* RICARDO MARTIN g-.• •. 8265 ;i o� ° 5 . Vo cals:,Department CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 Corpus Christi Tx. 78413 P:361-814-3070 Fax: 888-653-5510.5 CITY of CORPUS CHRISTI of Engineering Services TRAFFIC CONTROL PLAN — PHASE 3TEXAS (3 OF 4) Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 A H E A D R O A D W O R K A H E A D R O A D W O R K MATCHLINE B—B MATCHLINE A—A 0 i McARDLE RD. V I1111 PW f› A L --J 1111111111111 lL__� L__y_ IF L s_rf4P_ _ or lop X11 c,4 70 0, rn� co �O z �mZ 011111 PLAS77C DRUMS SPACED ® 50' 0.C. - -- A ,ro I _______ I I I 10' LAI • • v j 0 _____ - TYPE 11/ BARRICADES v gill / R.O.W. \ --1 F- ®'.!JI. 1 � L_J 0IN .IleZ , 1 .4 4" WHITE SOLID WORKZONE STRII AREA INDICATES TRAFF/C CONTE SER CONSTRUCTION TYPICAL SECTI( ® SCALE: 1" = 10'-0" 41111 ri:\N' 17:11111111m 30' WORK ZONE I ' I 0 I\ le. Ili :: UIQ d1 _ � I I 4 lir 1 (A_ .....,..u044 , j „,_4,1j Cn • .1 0e, R.O.W. . ---- i m C' ONE-WAY TRAFFIC (NO PARKING) Ij PLASTIC DRU SPACED ® 5 A •/ - 4" WHITE SOLID WORK ZONE STRIPING Z 70 —II v J VII 1 i / 4" WHITE WORK ZOI ii ®— I • 01 mo v m o o3 cz MS 0' 0.C. �II I. IiiO o STA. 10+29i6�:`11 • 1111 . 111 1 TYPE III BARRICADE CONSTRUCTION SIGN DIRECTION OF TRAFFIL U O TED j 1 M -lON ST. TA f� Oprl :10°F0111,4°IiiIii. i O Z • Ill 4 O� 0 V x1011 x+ n A. x I W IV CY) - Ilar IITTII 011, I ill A rnCD m D V I. m V • I v ' / 1 _ 4 A1 CONC SIDEWALK g, -a it I MATCHLINE C—C MATCHLINE B—B REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 37 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = • Nsav,k .�5:= ';;�kqs*qtr * �� , •-.14 ? RICARDO MARTINE 0 '`: +• RNA .' <<i« CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples 20 Co pus Christi Tx. 78413 P:361-814-3070 Fax 888-653-5510 CITY of CORPUS CHRISTI58265 TEXAS Department of Engineering Services TRAFFIC CONTROL PLAN - PHASE 4 (2 OF 4) Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 MATCHLINE D—D MATCHLINE C—C w� °ICA II X'I Ul 1 o -' 4rS 4'. Zz g j 0 O il 01 CO M X _ _ ------..........k‘iiiiiiiii...._ 0 4,3 0: sr l ! 0 STA. 12+93 ■ ROAD LOSED (011i1 s-' o'■ A - 1 In c) 10o U n 'g 0 W I �� �� I W M0Y ST7Y Y3f- c: ST - Tmil �1 r a I--t� ® co O O N -1 F- '_ �1 v _� rim 7 uc Ln illiN^ 17 ' ' ._ j /1 STA: 1450 tm c•o 0 0 10NE WAY ROAD :3LOSEC DETOUR 2x v ,I 1 IM X x X I /I 1 PCAS77C DRUMS SPACED @ 50' 0.C. R5-1 36"x36" R3-2 36"x36" / 4" WHITE SOLID WORK ZONE STRIPING / v X X o 1 1 11 %1 41 I % X % I 0ii '0 CrZ .01 J / 4" WHITE SOLID WORK ZONE STRIPING U 1Cd/ $1F 1 F k W C T z L // "kill0 I - U ti0 IA x x X Y v /S 11 rn r" z 1.1 0 f I NX TYPE 111 BARRICADES \ 10' LANE • im ± STA. LN.� 28+23.31 -_ST A��� l' —Ix— ti -1 41 ,..4, oa._' :ROLD ST.I TEP J i...1 ,,,,,, x 1 / (4 .;. x...: 1 x"_ _, c,, 2 MI I pD^ WO O_, N I I �� I �_M T1 N / r X __ 0 / x-_, 0 0 .I __ � �� �= J cn o oN y -- __ _J Om 0 rri JV4II 0 1 I J o ,1 X --x- CFI 4SE 4 WORK ZONE O v00 p Edd011 1 rX Z Fl Oa C TI X P RAMPS kft NUP 4 V I4� I1 a TA , : Noa.... MATCHLINE E—E MATCHLINE D—D REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 38 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = �5�. �'?situ ''• * 1/, RICARDO MARTINEZ y 58265 •,,,,! ,�,RLN�t�¢.. :. 'hi` CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Copus Christi 13 P: 361-814-3070*1- Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services TRAFFIC CONTROL PLAN — PHASE 4 (3 OF 4) Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 MATCHLINE F—F MATCHLINE E—E I III Ipi ® = ' ■ I� V ' IIIIII� 42.a c O Co I _N 'g ri ,r .� ,,, , . , DAl . ..,..,m 0 2...._ , . __ ,__ 0 y STA. 30+00 L., -rin4 4 I o PLASTIC DRUMS SPACED ® 50' 0.C. ROAD WORK AHEAD CW20-3 48"x48" _.__ 4" WHITE SOLID / WORK ZONE STRIPING I f 0 U O n i x z VVV __,_ ,_,„ c, u I _, I _._ I 111 . 1 II I - 999 I 1 -- STA. 31+60 �z sl ® ou a I 07D *Om ' �.2 �� �� Amo 2. .�' ka a i Pl'1) ,� � 0 O w A zc4 o co x I z ^ �7=O n- ,n o u,,P(', r AI 70 27+00 VSTA i - i J I I V n - 1'/1m +STA. 27+25.77 I I STA. 27+30.0$ I i / s i-5- LEGS u. I ) , $ il ,,,N. , _ ki , ,.. rw . ji C V CI • O• O O O O O O O 0 GOLLJHAR RD. M Q I— .Z�7 0. / 1o' 4,=> I >z Xi m1 - TY r� m rn C) co ' 2Jo K00w � �•rrI d 0 O N �N I 2' W Nxo_ '� n xO m ■ 4 ■ w � rnICA o CA tv ea 1. N11118.../ MATCHLINE F—F REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 39 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = 1.1 E r 9•••. k-tt ,0*' �, " \ *6, i . '' /� P RICARDO MARTINEZ y +o: 858265, , d ° f� T a. . �E«� CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 Corpus Christi Tx. 78413 P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services TRAFFIC CONTROL PLAN - PHASE 4 (4 OF 4) Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 DISCLAIMER: The use of this standard is govemed by the "Texas Engineering Practice Act". No warranty of any DATE: kind is made by TxDOT for any purpose whatsoever. TxDOT assumes no responsibility for the conversion FILE: of this standard to other formats or for incorrect results or damages resulting from its use. ' O m-p SF.o 7-,"0 m 7'� No° �m m rn° m 3_ .❑ m° _s S O a 7 m 7 0 0 (° �,m 3 -,. ° m° E, °o o° 7 3 ..E-o- I n< o m- 0 o 3 O O ,-.-m rt V) -° ° ° rt N T m<< m ryD o0. -SX <'(4.>:0-g O GJ O 3- O C 7 N 3,i-Pam 0_ CD o° °° m 7 7 O a ? Q� Zz 0007-- CD I �, m m (I° 6.0 °• a° .o 0 n = ❑ V..):-';'.- O° a/ 7 0 .m zav, o ,❑WN0°° ? co 7 a.rt ,+ ° OJ O❑ C 3 O r0 m 3 N° *D,-,0,3 O (D 0 S nal m xN0<3c 00 rn ° o .m-. C 3 a° - 9 ° i0,�. 0,-3.:.<m W N O c0 l -4 O (0 :A W N , 2, 2. 3 7 a3 m vx rn u! m sur -1 c); O cu -51- 'O 7 (n ?=" as a7 ❑ ?lam O "DO. 0 3 c.....- s '� u! ja"Ts O �°0 <a' �,mm o1 mmi°XO 73c)m °°o m<m <.3 r3°"❑-z0 0Dc0,o m°m ,`<m mm our<°(° �7 °o rt r m 5a =-° -17 m < 7m -a moryocm7 'v0 .3 ° f ( to 1 m m7 m 0-v,`< f. o -oomm rn30`3 `<a3 amomo.Nv c.-°. -°O°0 0-0 3m 79moo m-0.-1.(D�o Lo -0 a, 0> D* rya °au c _a°7 °o �_P.v_� v-rt E. u,< 'o• *3 xi 7 ❑ 0 3 TIS-7 ° -0 ❑ is S S 7 rt7 o° E' a °-ry cr 7 U U N o m m n 0 7 m m p m ° O< O-,7,0 D ° O ry O ry 7 = 0 O�<G O O 0° C co c° a m 3 (7 m 3 m ° a z S 3 3 u! F 0 7 0 7 a a x• <. 0 m m 3 L 7 0 0 -O a to < -o m o m° o_ rt° a'519- 9.f 7 ° °.7 c 7 m m 3 o `<3 0m-.g60 D m 7 °< m ° °° O 7 a ur n o o N u ° ry o 0 o m rt Tl O--fD 3 ° n m O0' c w m o ° f o- 7<< 3 F ry 7,rt o _c> mao u -0 0 w iD 0 0 m art to `< m az m`D m� �m -3❑ m to ° 3 ° a- m (n7 7 m o c 7 o ur° m ❑ o �� v o o° v< ° m� �7 c °° o °m v 3° 3 ° o rtm a -< `< ❑ F �- T .. ;:177 3 c_n _ ., o o 7 N m a ,+ 3 0 0 0 ,.,. o �- o x 0 . x ° cTD O 3 rt N O S m 'O ,0_m m rt-_ 0 m '< m 7 (9 7 0 0 0 SNS 7 m N� O Q C7 ❑ u] O V 0 3 t° 7 9, 1] 0 `t 7 ° to ul ° to a a) 7 O D ° °- ti, C D O 0- 7 S rt 3° 7 a) 0 O t° O O S ,o l D,❑ 3-0 0 N•V m 3 0=00 ry m 0 0 7 rt m 740.3T0 -. 0° O O° 7 aKa-0-02.0 �.,� y rt f 7 0 m 7 O WC7 N° C O F5-,E-5.g 7 7 0 7 i° m ❑ ry❑ ry ° o o ° 7r MO o 7 2-momv m7 g 5m 7a<m° > v 3 o isa ° O m<0" co Drt 3 m° m a ° l y m°° 0 92 0<0 o •o 0 m m9 p m ,°+ 3 r. a O' Zl f = m a O O rt Vl u] N _a c t° 00 N. 0 0 3 m m m 7 O m ry° rt< m N `< ° N' n < 0 °- ° "O *g. a° 7 u] t° 7 0 ° U o O O j O f- 0 0 m S , t° O 7 a ° _ al 7 m 3 to ° m 7 ° =00 3 _ 7 7 O< 7' =u0:O Z ° Z. 7 ry N* ° 0 CD 0 7 ° ° O= 0 7 (� C O 7 �< co 7° 3 "� z : m F m rt° nmu, 0-0D u, m g ,(2... mo 0 Wim* N0 a-•.am o av am 7 7 023°.(9. O m E m N x C - 1 .-L7 N m a m ,J rt"O N t° a s m t° m 7 m° m° ° ' 7 a _ m 7 E. o o oz o° N o-m 00 7* o o m 3 T. u, 0 3 a -� 0 0 m o 7 , o 3 o 9° -Iz < v, CD 7- ° m �7 ,,-o 9,m 3 s. 7 m "7m c oo a) 9. 0 <0a M° (n oa` 0 v_ F m- o m a 0 3° m 3 �f°° -3 o f n 7 0 3 a 2 7 5rt .E.m <O O m7al° - a07 05`< °-030 ,, ,°° _ LI, CO _,a `° -o ° `•n m�.m m a0 m m� 4(" 02 rtpN 2.. ° ° 3 c F'm1� my 7 ^ �m ° o 2-39 0 ° In :..s. ry z 0 7=o ur m N ° m' 3 0 o N o ° m ° 3 7 m m o 0 ° 0 v;m 7N ami m f 3 7 �m c° 0 c n < 0 ry am m 7 ` ° O 7 S m t° 0 7' ° O 7 m S O °- 0 0 c)7� mCC) m rt7 m o ao rt" n ;� 3 w a ° N 7 Z u7 C 7. 3 45 m rt S 0 to 7) ,ry. O al N. m Cn 7 m E ,,,-.-3 3 • -0 O o �C Q ,„09, o 7 �o m (0 ° m 7-o m 7 o a, , rt00 a m° 0 «rt 0 o m 3�m o 00 m a°,m `0= v°a3 a7 z o�m D 3' "5 co rt 5. 9, ° a D T. c 7 �+ry m.+2- 7z m f 0g.',3" ° 0 m -� m S o n r co v 0a rt.- x7-° 3m o .0 3 -0mrt 7 o x 0 o - 7 _ _ -O � 7 0 `2 .. S N a> -o a< 0 7 -O L Q a ° o P m o CD m- ry o..T] gra' c N 7 ° 3 5 t° ° 0 m ,° m rt N i7° -Z a 7 ° x-iD 3 5 0 3 <0.0 j m -I ° aT-I m 0 3 'm °.3 mw m 0 3 & O m Kim 2. 7 D •7'Dm O - m N -0 N 0.tn.- m -, ? ur a m �`j m N M 0 t° p °. r= ,0-.7 D 0 D D m 7 S Is) to m 7 O t0 n a,° fo 7 o p N u] (n a1 O O m 7 m• N m 7 0° n mm m m3 - 3 c°< 3 m m D 3 o C 7 ° c 7 m 7 N F o x° 3 a-,° m °m2- 0 7o m�0 to o°m7 30 ;m ° o m m-30 ° 7 N a.7 3 m C our ° o �� m a� _a turn a 0 �n c_ ofg CD `< ❑ m -1130-an a 7 - D S a] m -1- °3 ° Zr, 7 C. 7 �. O ry rt a C N• m m-m t2, 5 7 m 7 o - a 1 - T a SI-1 t° 0 rya G m fn 7 - m O o rt< ?7D m O, ,a IT, 70 .m. < Ci3 •a m 73 .mzr 7 3 ° O ,°o mm C7 ry o� 9 - cmA 3 0- m ° °m 7 - 0 m -oo o� a ❑ - - o� m ° o m 11 n o ry 7 o a m 0 O D m ro m, m u m0 o co D �1 I) C7 D 0 m > Z n O Z -1 .fl C n O Z CO (n -I D Z D (7 _ m m W m Z O m -0-1-1 N m 0 0 ° x ° a� .94 .94 .94 .94• °2 1 D - '_' �0 0 ry n m *'-'"0.'-o 42 .41 .41 TRAFFIC ENGINEERING TEXAS MANUAL ON STANDARD HIGHWAY ROADWAY DESIGN MA MATERIAL PRODUCER DEPARTMENTAL MATE COMPLIANT WORK ZO THE DOCUME re—qualified products Control Devices List" teir sources and may or by contacting: Department of Transp Operations Division — (512) 416-3118 [o0o-( PT 00 co m II 0G.....1 7:70 0 .III1 JAl Co X1 W A m1 / STANDARD SHEETS UNIFORM TRAFFIC CONTROL DEVICES (TMUTCD) SIGN DESIGNS FOR TEXAS (SHSD) NUAL — SEE "MANUALS (ONLINE MANUALS)" LIST (MPL) RIAL SPECIFICATIONS (DMS) NE TRAFFIC CONTROL DEVICES LIST (CWZTCD) NTS BELOW CAN BE FOUND ON—LINE AT http://www.txdot.gov be used. The "Compliant Work Zone (CWZTCD) describes pre—qualified products be found on—line at the web address given ortation TE Ma 0000A� 1 1.14" 5" 1.14"1 5.55" 1.17" 2.57" .31" .31" � 14" .31"� 2.88" (. 17.5" p.1) G) Z m D Cl . N � 0730> m� oO mzomomzofNr o m c . 0ZOm>71)mom>M 0> oOx m30 D c O DOy0 N 1 1,''' O oC r a mC �� X-. u� r N 20" N N I N N D," N OOO�oDo . . WE5 P040 bc-14.dgp ©TxDOT November 2002 BARRICADE At GENET AND RE BC( 1111114 47 Ful 511 A AV NCD 20" _L 20" .4:".. ) , __� �� i TEXT LATER ALERT ` 1 '''s- 4 • CO IA -lymp N a a F F > > N = o -< m o3 F o, Q o R \ j 0. 2 0 T7 W �' IA COUNTY SHEET NO. S Z z m N C/)4" N \` 5"C 3.5" I 20" 3 5" II 11 3444. I1 a 1.4-D0 (ii C Traffic Operations Division Standard 36" 12" o C) —I48" R 0 g Z 0 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 40 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI v = ilit0FIN "FkgstQ� S.�� d ' * e 01RICARDO MARTINE g y, 58265 ' >' int' I0`ss t `, -f" -' ll ' .• ' CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staple co�Piscnristi Tx. 78413 P: 361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services BARRICADE AND CONSTRUCTION GENERAL NOTES AND REQUIREMENTS BC O 1 —14 Martinez, Guy & Maybik, Inc. Civil / Structral Engineering 8, Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 DISCLAIMER: The use of this standard is governed by the Texas Engineering Practice Act". No warranty of any DATE:kind is made by TxDOT or any purpose whatsoever. TxDOT assumes no responsibility for the conversion FILE: of this standard to other formats or for incorrect results or damages resulting from its use. 53 A N A W N cG �M 00 mo D ^D=Ta r o -5 *x m omaa ax =0mv 05 xi D n.3 �zo=0W4F RN° --��"s�o s 00 a''aaLI y90'mQ o "�^' _N� znvo N~° mr o3v_T, o o„- v co O 3 nom C coA� "m � � 71 y �fO (nw Z .v, mDao 0c^300 83 o ^c'Fmo0' -30 n�o°•<O n TEn 4=���JN O �° ° = ^:—s�xmNeT4m3 CD woo:77 TT N Ny o = Q o 5Wi 2QN wog *a2, Zaye cON TI m\l` m r.ow. x goo�W�' ;o o�gg° 1�3 "°__3^" 3a O e..O � 3N"vp �vo°I ,..a _ mom`° g`' m> " o -2$ ROAD WORK a NEXT X MILES NEXT X MILES =Di x 0 r \\ © ROAD WORK CW1-4L AHEAD XIX CW13-1P CW21 X x N Channelizing Devices ninimal work spaces, placed in advance of de TCP sheets for em OR WORK BEGINI > 2?m__ 324 3121°13a oo 9 F _2 Svx nn 3 g-3n a x x rO DRrno a S WITHIN CSJ LIMIT: ROAD WORK AHEAD XX CW20-1D ION ,W, ° m - -3n''a *2_9-„,A'770- Novmm- �i -m ,c ' $3 ,T, A0- o yv? O __ - _ 3`°o§n z •- (1 Q y a- J 3 a i n O F < .O..f O n 2• < N 'F S NA.Z. at x x 70 oigv m vm a 0 > 0 moo 'c F 8 Al O g p D3 3 m O o n e 1I a = i= w` _n s.vo3 s y 3 m o- 'o^ y °n 0 igvo ,° N Og o / x N ROAD WORK , NEXT X MILES NEXT X MILES C> Zv1`A n No a -x- 0 = m y= m ° O o r °° I S Aql • Iii ii 3 e cni = z n v ,c = ., - g ° i M o n i xy AmL O �Z NDW 0 �NN i 0 N n p 0 X0 i illiF...Na mU xDWmoi1NAr. x=nMX�m rri �N „ yfz N f x ,cTa 1 4. o NOlOo >p T DIli7. rI C oo° o°mm y m o * X = - I 5m XmO e/ O N 0f rym m mm N mxON CC51z o0• ? o3y a ozC Z _ 0 rri_°o f/ )Ng x It�Y y 6iS. gvoz a aovl Z A O x_ oCa aNj N=0a °' O oo 01 01 N A •„p a Wcr ? n y 2 A c T O Z � F O m °• H 5� Z '�O W V 4 x -y 'Olt! _. I O I O m00 AD O Dv m O mNl.m oo o. a a I° 0 pg- _,N n��=� OZ x $� 8.7 I Z -I a 1a�*A y j Xr 0 Z N µ °• ° �2, m N.° k s �m O \/rN /m D ,pnA8 ,. 4 ;q O O �0 -f = _Aq o -a- apda° `- < `••D'..� Z ryO ADD OZA -.�O2. S- ZOyOO o =mc o Z O x N 7 ° pg 0 Ts- 5,.. ,t-.a \ bn* .°. 82 Ta mvD O mm ° Na+ 0 oNf i % m°ooo�0�.�. rte m p7 �F'P m q'!ll » 0ur C � "'OO=gSis)) °0 wN E=.JO °m OyWz 0=yry 1 i x y i i C > ° 0 CZ+Tim'A N � F 0 / .F p no= moo3 p a• p.O �v o=0 -, 0 O,3 9,r O Et. v NI n i. y fmo o3;a tea°=mom m 0a O�mS • o ° o FO. -g� N cO I 3 a .°. v z o g = os.....:61i p ao mn v W r., 4, 2,0--. a:m f o � 30._.;_g , 4 m a fD" O xaj A Q O .G O T` r1,-.0,0: .%..! A v et a 8 3 °a N = as m (=j O . * n x 8m u =x .. y —iF rD�r Am i z m N g-, v D � N < ,c,.8.0.0. ° Z 0 m — N m N o v mem R o 3 R o 6- yoo.3 a -max g� a' O N % - ° - _ r,.5•o c'E 3E _ a8. f w - _ m s� `2 R D x3 y� Z T- 0 Ow go 92. N o 2"..6 CW3, CW4, CW5, CW6, CW8-3, CW10, CW12 CW1, CW2, CW7, CW8, CW9, CW11, CW14 oomno i*5ii N N N N N A Sign dumberor Serie TYPICAL COI m J,O -w co Q o - Go D \y y IC' nae, 2 m= : Ox _ 0 = o N m o w o o ts.w= D - - 3 g. g3 v� "£ o 0' o x x LA x w on A= O N G -I C - n NI >c-14.dc lovember 2002 RICADE AND CON PROJECT LIN BC(2)-1 z SHEET 2 OF 1: X F.I LEGEND - : gg mo 3 vided highways, expressways ial on Uniform Traffic Contra agrams or TCP Standard Sh rea to first Advance Waminc ween each additional sign. CO Oi O a o ION WARNING SIGN E O D 48" x 48" 48" x 48" Expressway/ Freeway See Typical Const Warning Sign Size Spacing chart or TMUTCD for sign spacing requireme Sign Channelizing Devic Type 3 Barricade 111 O co -P 4 y g < - N N ° 0 C O O �� R ad .n S S - -- ... - i ruction and the rats. ''1'm 0 " 0 cr. 0 cn O(3 O (P O cn O -1, N � a m ° a ND SPACING SPACING C o C, i - Nps %eaa _ O u, Ib J m (T ? W N -` 5. v m . p 01 ,O x i- 8 O O Z N �, mpQ� O.N * G O 0 N O o O 0 N O 0 O o O O 0 0 N-t 0 o m 0 N o v-... x 0 - = a] li N 1, REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 41 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = • .� .S. ! F ,�*'.' "'n ".7.--1.-..No d� a� ✓ *' RICARDO MARTINS P'' 58265 ; + °•' t •• •:�Fa, T `� t,„«� CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 TX rp0 3hristi P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS • Department of Engineering Services BARRICADE AND CONSTRUCTIONMartinez,Guy PROJECT LIMIT BC 2 —14 �� Maybik, & Ma bik Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 DISCLAIMER: The use of this standard is governed by the "Texas Engineering Practice Act". No warranty of any DATE: kind is made by TxDOT for any purpose whatsoever. TxDOT assumes no responsibility for the conversion FILE: of this stondard to other formats or for incorrect results or damages resulting from its use. iiia 3 s 5 o Se 3t NNOO lv W s w o 0 0- o o v 2 C 0.0 O,2 Soa, 0; r OC I a mp 0 .m. S mrt .:• w .. - OSO O -. <. NN j8 . OO v....i O. an a .. 73 _ O O f,. OCOmg„, �O -I3 y m 3no,cn<0 0 o.0gaoD g a, .. E S a, I C 3 113 } Z 0 Z z \I 3moa=3 O' I o if a - iO _fig m _ -'5- ,P N ,0 O a F o O ON FOOT g' O O •:: 0 -O r,,:•:!, 2 m E m rt. g m m .. j = d OO ry.'S. O O a d O-, ar OO F 0 N ;Er -9,R a271, "1E77 O 0 0 o_ o / x P fTl I j O 2= m R �• _'(J) <• m t0 3 .< f a g R a a 5 3 a a S. 7 F• �_ 5.no`.< 3. �0 3 w 0 0< COa 3Qag 0< ; (D o 0 0 0 0, . f a ' w o a N m a $- ”" O a N rto N. N m x — o 0 o aiTg o a) 3, z . 0 Q > -- rr'I C Fd in rn I— —•— A O y w .� . m f o N �_ (n m (D n m .TJ 0 I a m o v S cD • 2.-g. 0- g3 c m (0 o_ t) p 0 0 0 g (D(E rt n o m ,,.< co ,ao. 0- E (n - S m �. m 0. 10 0. S •-• O -Nc. ,o O - o 0 0- PI m m 33. 0 ,0 3 3 �; 3 c° F a :I. co 0 =.O N O w n a' m .+D `o o a n r 0 l - (SD 0 E 0 f o. —I o, 00 D o Cr") it E= m s O cn O rn I v o 01 o_ I r, � u) N 5. o f n .7 0- s ie 0 v 9. 0 0 0 ,o 0 m o_ = -: o n; st (/) 7) 0-) v J E-0 rdp y �,; y. o 53 Q O O• 3 -�� 0. ,n .r 3 • a, N A �. O_ ; N fTl Q �m zr m A 1 .. . N C? O O n .� (p S (0 N C 0 .< 0 N= O' E N M ' 10 -'• O. O N's N J 0' a ax N r N N N Z N g I o (O aD J O, UD A w N 7. oa rnP C) W o 03 0. p g m O"o 3 o m m Z 0 1 :AL APPLICATION zone speed limits shall be regulotc nd approved by the Texas Transpoi educed speeds shoi work activity and r Regulatory wo or covered 7 ' CAD - e 0 m 0 � Q 0 ,0 a m o E. 0 10 00.3 a -8?, o r- m 3' (oi �'Fc w�c a, 0 0 `m'c_ 0 ^: O ,0 O F O� ,OO E f.,0 T. p ,O o (n O m O o "2- a N P a..), 0 ,O N g N m. N 5. C� 3 3 O S OF.D O m 0 P1 I- in �r� _m m O= mm N� Z- m x — �.. L. Q T 0 o� C „,- o_ O N O ,Oy. o co O F m >> TZ- D_c. SSO, O:0 S S.F rt 0 m 54 >r Sao v =:,—,0 S.O. ,� rt a� m� N m > > F s; ,g. `O• Hi1.i N 0 OO 3 O KG -4P, , 0 o. 0. 0. O m S F m 0- ,0 co 3 3 0 0 _ m ,o it 0 rt o 45".3 _Q :-. c c (D o O A O H 1 to fTl N i< cD o 0 -. a, , y �- 3 a 2..5_'.. 9 m m 0- 00 N N cD 0 x N l- E 0 0= (0 D,, g: a, .. — -O a V 3 O y 0 3 3 -rO - . 1s O� (D rt o p. 0 O pS O,_ 0 0 0 0 0 Si c 5 a, N 0 - F' D_ 0 O' 3 g ('D 0- m ,0 0 m ,o g z� a 0 m m o N ,oN _ a w N 3• 3 j 0 N 0 0. r. G),O w. 0 .,.. O O- O 0. 0 oo2; cz _.. 0 AN mnm 2, . =Nm 0 z 2- So - s m 0 Coc<10 o(D- o. 33''m cD y o.E 0 0 d O . O- m 0 p c '2 - M. N S co<CT gTr, a a z0 o m0 (-3,,r o (00. - 3 c x 0 a.. coo m>v� m o y 5 move o_ o A c) g m. o z + Y ZONE SPEED accordance with the "Procedures >n, or by City Ordinance when withi e posted in the vic shout the entire prc ed signs (R2-1) shall t ods when they are not 00 °, F `-'m v a 00 * o? o f 3 MZ a m o 0 m o O m x- �.� m W- o7m o .-. a - ,c 0 3 C ?0. NN -O 0_ N O• �� J O �m �0 3rto o. v� m o 0 m c F a o O c N N m o Z. I- v >> m O O m m 0 0 0 o '3' m D `� u s a m y - a 0 0 o A ! 7 (D •' •o O• - (D --i 0 o m Q (D (--r � O 2- O 0- fl- -4 0 0 O o= '—I n 0 _ 0 w o o 0 0 3 �AI� 1 N n • n ° `3 Oa ice V �^ 0 S o 0 o .0. m 3 oa �' n �_ 0 3 3 f N A o 1 0 0 v I f0 l) l r n 3. N N 0. co � r-nNo opo ZX N " I . m (o / 0:0 0 m o m a o l.� VI- CD,— V 1 r NO N* z� > 1 V -0- - m C=D'. c g�� m T a T 7J �m O m E ' s' 3 4 Q 0 • Ana o -o CO 0 D m -.$ W MII W I s g I m o o '3 F– 7J Yo) Opp rh 0 _ O1 Q o z Traffic Operations Division Standard A iv N V2 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 42 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014)n CITY OF CORPUS CHRISTI y� v = a �* , i / RICARDO ::. i�°F- /-' f ��.`� P'(E,.......,�F,I-qlt! '• *t+ 1 MARTINEZ 58265 ... T,�r .- CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 corpus Christi Tx. 78413 P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services BARRICADE AND CONSTRUCTION WORK ZONE SPEED LIMIT BC(3)-14 Martinez, Guy & Maybik, Inc. civil/ Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 DISCLAIMER: The use of this standard is governed by the 'Texas Engineering Practice Act". No warranty of any kind Is made by TxDOT for any purpose whatsoever. TxDOT assumes no responsibility for the conversion DATE: of this standard to other formats or for incorrect results or damages resulting from its use. FILE: nop Travel lone edge F A A J =_S mp Nw MNa m' ,w_o° oa� ni N !iT ti LI -• pn _3 p"O ' N f - ia I O ism p N 3 -I-- ^"�, * T . v,NscTg - 2».2° -03'- 'oo S-2,(2 09 'pvon i .Rez x 1m ogw pa3aarpo3o I ''�3 3_ocmcy ma�c� _ _ s o 22,- D WP G 0 of m N ATTACHMENT FOR SIGN SUPPORTS ROAD r1q©Ran 0 --------- „AHEAD _ \// •\\\\\ \\\ tubing in order to extend post is made using four bolts, two must be located entirely behind SIDE ELEVA Te support. Splice insert lengths Wood ize, centered on the splice and uge material. IF nR (...@.:01116s W O M H 3 ? n x4 RI�O r„ w I' m k -°.°A CES FOR LONG T WORK 63DaD AHEAD 7.0' min. 9.0' max. I I� FP VT A W N 6 n94 2-='-'32-2P.08'5.18-5-2a'-.2."22-0-.1-8-2.2 mR my _ 0 O w r- o! m C rt. m." i = Z -1 n O o p p* j 3 Au 3 O 3 _, n m N0 O O 3 �. t� - m2 - ' Tl 1 2 , m- 3 2 _- A c a 9, 8- 3 n f° c cpm� mp c- 0 3$ - -- = 1 A o - o: o 2 3 a 73"-.4g -.22451 e 3 o F- - Z ri- _ ,a 2-'33 �� �= 8 0 - . a , W›'' :2 g_ . Et = 5-' 'T1: ' ,2 g. 2. . R g. 8' 0 -n Ali ___1=-4, .....,,, .. moo a3 g -g a � " jpsjy $m�o:2w Z 2 ? '- 'aD 3 n? ' .n ^ �. 'RR o b 1 n; - Z s3 �'2 -5 a 3 oo 33 K tn Z : gym Ka. y g _ -=13 Z 6 3 ;.g• --:25c- 0 m 3 m c -0 0 2 .4 .7,8-°-;,. �0 3..' R. mo A p. a'''..- a= rm os Dn " X� o 0 0: u, Z N o o v o v* n _ ro f �• s o. s o Attachment to wooden supports will be by bolts and nuts or screws. Use TXDOiS or manufacturer's recommended procedures for attaching sign substrates to other types of sign supports p � , (� z o r3 u, o 0 3 o m o u, -o ?. E to o o a D- Almoo f �= 5::' �D GI0 3 • m3 ommm - - o. of _ - .-. Q 2- .i'='. zo._ 21 2 Q "g._ Qmn jo.+ -+ .p m a° i-11:. W N m0 a x g' p .` g'1.3 -E" VI g'3 .� 0 N� - v�3n o3>'3 Zc 1s: r' �,v.voo .o NN- - mow o��m o' yEno� �zI�'N v' - - a2,2E.s.H- 3>:cmi-8^ g o-3 v.- 63'v Tm�a m's l ovm g, -2. 000e'-• f&.au)' yox- _ 1`��-T _ a3y ._ o£N0 03. .... mfs mv, 'm _ c ,ac _ - 53N IT: 3°8--8":88-9- F.. 3 E ri p g. g.= `=° 80.:. =ao 0356 go.s o3.o o. c n ga o 0 3 o 2-213,02-1.-= v c 3- 3 0 8 . 5 3 m c 3 _ _ y 8-,T,7,-.'28 -" a n 9 c'a oo .§.." o .o a' N Q R.i N :-.9,9, ;P W N Z NOm?3 N _ 811=-5-",,T, _ _.I g. O Ems-3fo o= g' -' Qoaoal'Llag sym`0 fN�'HO °2 mn'l G) v, _ 3 x � E�s my N m-F„--..:,:gm3 man- mop3°vog - - 3o'3na 31'33 iU - cy=9c 9-75°:§-,..,. k Jw.D - e 2.-' R 0-0 '49 3 8 9 ma E3, gvg -e `E-.3 m = 0 3 a ES. a p _ o- 30 -q'5 a c, n, •O 3 Q gf<3 _33 EQa o - _- o =,off = DISCLAIMER: The use of this standard is governed by the "Texos Engineering Practice Act". No worronty of any GATE: kind is made by TxDOT for any purpose whatsoever. TxDOT assumes no responsibility for the conversion m PILE. of this standard to other forots or for Incorrect results or domoges resulting from its use. � t O; A n 177,7- irk , > 0. g Roo- y; B o w g < a.m / 3 30 �' a�iBRA P-... m • 2 m g <-o:� �� LONG/INTERMEDIATE T _a+ �2 li N D _fN I1 I� oRs'u ,p u a'8� m ' A2. o . R to Z o /\ C r �I A .05. o. � u, o a a a u, '� • �� \\ �C . a, c '� u « 2 0 - "4 m �GI N p v A . p/ '4 gi m N •I o £ � oB A / m ERM STATIONARY — PORTABLE SKID MOUNTED SIGN SUPPORTS [ E °� CD N g V_ Z I •• —IR N . M , '8 a rn a aO PoPuA u T _.. K • by'it See 1 for hei requir ti: O � i VN W D T rnvN . .x �;Ea N N aI'-(...r) .a* zB.. rn I- 20 1/ s aag.� Ns 0 s _CO P O y \ N a 'zr O W . p O V 1 Z 7 1/2" N ^ 3 a � ^^ V) C .-- � 20 1/2" 41" -4 A N T a N - }V t Yt 84" <3 N �X L A W a T V 0 > 131 1/2 " 2 = X : 51 °c Vl __ E N S N C R '7';?: Cm9.X R'o ° P eR c.� m'U R.a °P. 6 p ° 2 Set QX Rpva' S' .... . •. •.......... ... N S - B R 33 ? v v, a 14x6 l 2 l 36 WOOD POST SYSTEM MOUNTED SIGN S p' A V, -0 g oo a T y J °XXXX o S GROUND MC to the CWZTCD and the rr he moximum sign squore h Two post i m 'S N — o 9. xi to y O 01_ rIX16121== czanztyszar=azssacar=i‘H. g'no C7� D a. Sqp3 •• t'; Q 36" l YES DR GROUND PPORTS 5- Vi�'o�R IN TED SIG 8 1/2' eo� ` ye. W.5. . C Esi p2 b `' �o a '4m C ' CO § 0 . R N R i °' v6. v R 3 R Z c'Di o ^ " ��-. $ ,1 `P a `4 fS. 2 m^ u, °c° Is ©i 111114 1. Nails may be used in the ossembly of wooden sign supports, but 3/8" bolts with nuts or 3/8" x 3 1/2" log screws must be used on every joint for final connection. 2. No more than 2 sign posts shdl be ploced within o 7 tt. circle, except for specific materials noted on the CWZTCD List. 3. When project is completed, all sign supports and foundations shall be removed from the project site. This will be considered subsidiary to Item 502. GENERAL NOTES OTHER DESIGNS MORE DETAILS OF APPROVED LONG/INTERMEDIATE AND SHORT TERM SUPPORTS CAN BE FOUND ON THE CWZTCD LIST. SEE BC(1) FOR WEBSITE LOCATION. WEDGE ANCHORS Both steel and plastic Wedge Anchor Systems os shown on the SMD Standard Sheets may be used os temporary sign supports for signs up to 10 square feet of sign face. They may be set in concrete or In sturdy soils if approved by the Engineer. (See web oddress for "Traffic Engineering Standard Sheets" on BC(I)). o'c Lr' '�° e (n r- FINwa15 8-14 2a•� a i ir -. ■ �wA 12 - ^ 0; • 11. V:c 3 o i - H J. X 3' \ID CONSTRUCTION ;IGN SUPPORT ;5)-14 ox: TiDOTac TxDOT low IxDOT lac TxDOT cnnT Iaol1 .ae I "*"" lat non o a Z ory . 2 °n I P N _ Sc ^`a Traffic Operations Division Standard nD Z q m m • r o o - a REVISION NO. DATE BY DESCRIFT:O>t REVISION NO. DATE BY DESCRIPTION ICITY PROJECT !1• E13097 I SHEET 44 Or 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014)Corpus CITY OF CORPUS CHRISTI �� CITY of CORPUS CHRISTI TEXAS Department of Engineering Services �Suite. >;� A,..... ��'r°' '' * i :RICARDO MARTINE i "—"".' e 3.,\ 58265 /rtl SSC. -Fp<:' a r l JA l CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples 2074pF Chnsu',Ash . 78413 Px361-8i4-3070 Fax 888-653-5510 BARRICADE AND CONSTRUCTION TYPICAL SIGN SUPPORT BC(5) -14 Martinez, Guy & Maybik, Inc. civil / Struetral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 DISCLAIMER: The use of this standard is governed by the "Texas Engineering Practice Act'. No warranty of any DATE: kind is mode by ToDOT for any purpose whatsoever. TxDOT assumes no responsibility for the conversion FILE: of this standard to other formats or for incorrect results or damages resulting from its use. .o o°a W -0 m = rnrn Roadway designation # IH -number, US -number, S Lower Level ILYA LEVEL Maintenance IMAINT Junction Left Left Lane Lane Closed Vehicle Highway Hour(s) Information It Is Hazardous Material High -Occupancy Friday Hazardous Driving Freeway Freeway Blocked Express Lane Expressway XXXX Feet Foci Ahead Emergency Vehicle Entrance, Enter Eastbound Emergency CROSSING Detour Route Do Not East Construction Ahead Cannot Center Boulevard Bridge Avenue Best Route Access Rood Alternate WORD OR PHRASE o' - n `-.$o V.^ -go oo Fos ono mw^rtmo ..cc3 om "" -oo 2.- v - ' o,?_?_. - s o °aas. yso s-"v�_ o°•°v m'2•§~m-°c8"Ao' E '0- .nn�nQErS,. - Fr>a�y ' a�3••moa o_cnm imwia�0 83 n v- rymc- ov,3°OF y 3g.. m2a�_ .vv,Co-_ooc�3 o'ogas a 3 - \a > n , s3m--? =mmoa`=- - 2 ` Soxl_ gt°Z o':`+' 3 a �y..-oo C .3 o a:F 5 ooa ..=3m s° o.- coo 2o A cr 3,a gS.wQ a=-igg'3mw m oRoo o 0, a - 32ZA'zm o3 3F`Nc )RTABLE CHANGEABLE MESSAGE SIGNS I NOT IN USE, REMOVE THE PCMS FROM THE RIGHT-OF-WAY OR PLACE THE PCN 40 BARRIER OR GUARDRAIL WITH SIGN PANEL TURNED PARALLEL TO TRAFFIC HWY HR, HRS INFO ITS JCT LFT LFT LN LN CLOSED HAZMAT HOV o 'Z' FRWY, FWY FWY BLKD XXXX FT 11 Telephone FOG AHD Temporary EXP LN EXPWY EMER VEH ENT (route) E EMER DONT I Service Road E I Shoulder XING DETOUR RTE CONST AHD BLVD Monday BRDG Normal CANT North I CTR Northbound ACCS RD I Major ALT Miles AVE Miles Per Hour BEST RTE Minor my Z .ae,g ."2-9-''5"..085-'9g'°7":' , 9 L. c0 3° 9,o o 5 -3?-'0 On p »g o .3mmomn Z s ? m m ma a m om o R. jy • -y,c-Fiam0 mesoncoa - o30- o^oV3V"'='u35- mo_3a . 5. 9 S BonO of - d2y: 0 om':;-.o'a ' 2'1' 0 S"oTsy sa m`a-noo va. a3 _o "" 3 oFo 8 1 -number, FM -number =Ma© Warnin. Wednesday Wei.ht Limit West Westbound Wet Pavement Will Not Travelers Tuesda Time Minutes U.. -r Level i Thursday To Downtown Traffic Southbound Street Sunday Parking Road Ri.ht Lane Saturday WORD OR PHRASE ^om. a�-o'ol0 �v'a a_ No Nn35 O gr; a o oav aaN O�n`Z ol o3"m a - o 5. _ , v a3f ca E s� �"= om; as132, DooaAp 2 as Qmma F .FRaoa R i m o• �3 2g- SW m5.1j!.IIfl[ P1. WET PVMT WONT (route) W WED WT LIMIT Z N TIME MIN UPR LEVEL TRVLRS TUES PHONE TEMP THURS TO DWNTN TRAF SPD ST SUN PKING RD RT LN SAT SERV RD SHLDR SLIP (route) S MAJ MI MPH MNR MON NORM (route) N D m m D O = ° O a N A W y D_ S* N t O% '1 r len Full Matrix PCMS s HANGEABLE MESSAGE ! len symbol signs, such hall maintain the legibi len symbol signs are r for, or replace that sic full matrix PCMS may ome size arrow. L MATRIX PCMS S FREEWAY CLOSED X MILE ROAD CLOSED AT SH XXX ROAD CLSD AT FM XXXX RIGHT X LANES CLOSED CENTER LANE CLOSED NIGHT LANE CLOSURES VARIOUS LANES CLOSED EXIT CLOSED M ALL DRIVEWAY CLOSED XXXXXXXX BLVD CLOSED 0 0 00_ 1- 0 J co N o m 3< 2 2g c ._ Z A OP A W to r' > O ore used, the characte " above. the "Flogger Symbol"( isibility requirement list vented graphically on tl aed to simulate a flas In 00 On nO+yDL3D7, 0 " 31 3 o a $no 3 Pa,-�3-3 T_o n3N2o�-- g*oogoon8fO.§nA8s F D n F m a o 3 c'"_=- * LANES SHIFT in PLICATION GUIDEL FRONTAGE ROAD CLOSED SHOULDER CLOSED XXX FT RIGHT LN CLOSED XXX FT RIGHT X LANES OPEN DAYTIME LANE CLOSURES I— XX SOUTH EXIT CLOSED EXIT XXX CLOSED X MILE RIGHT LN TO BE CLOSED X LANES CLOSED TUE — FRI — : O w p Co•a m O Z i- En C7 O - anf 0 »a0 R =o - c < - F o CO c -o .Z7 n n R -§g -ao - o- o arcm o- o, '2 a a o -, '' oFo Z to - o Q S ,--r in nd legibility/visibility re are represented graphir trix PCMS, they shall a board provided it mei y'n11YZN n�i mw0 GI cPrij G3 Nom-1z 2 03 _ Z zXmz �m g'-`0.- .'3='gm _a T„" a F'-n3sc >a�a -��n_ a�m .a aprn aa3"5N F� n o n _ z � _Faa �oo lust be used with STA ROADWORK XXX FT FLAGGER XXXX FT RIGHT LN NARROWS XXXX FT MERGING TRAFFIC XXXX FT LOOSE GRAVEL XXXX FT DETOUR X MILE ROADWORK PAST SH XXXX BUMP XXXX FT TRAFFIC SIGNAL XXXX FT O r> CD m o V % , N=mm5> o> 7 ZON : U c -00=D a`m � a aoc_ - ,i ments shall be mainto on the Full Matrix PCM upplement the use of ie visibility, flash rate ����Z7A (7 (/l -1O P' 1331 r.`c mz =D OD mcm I R5'S m v ROAD REPAIRS XXXX FT LANE NARROWS XXXX FT TWO—WAY TRAFFIC XX MILE CONST TRAFFIC XXX FT UNEVEN LANES XXXX FT ROUGH ROAD XXXX FT ROADWORK NEXT FRI—SUN US XXX EXIT X MILES LANES SHIFT = a' O r i co o - -• P.: 'ri-< co -0Dym S-IOA$m =3 -)f m TI C' O FT 9 = - � n mm?m�00= m -r1 ,- D op o in Note 15 under "PO with the approval of th In represented, and shy requirements on BC(7' n = Oz m 0 C O m mr) D Z m 00 0 0 m u z C A 73 m o0.mvO '1c0 oo my o, 5n n W ro-' mmmnm.Qmo m .i ?� n n 0- r0.0 - o -o �$_ o a mDo_a>moz ka.3 '1'E."-na<aaoo 'oE * A 0 Z m DETOUR NEXT X EXITS USE EXIT XXX STAY ON US XXX SOUTH TRUCKS USE US XXX N WATCH FOR TRUCKS EXPECT DELAYS REDUCE SPEED XXX FT USE OTHER ROUTES STAY IN LANE -m xi K 0x) =c�i v.0E rt C7 0 j C.%) o in m m F V) - - "T 2- m Z] =cn coma o -- Z m ro m a� CO LE gineer, it A substitute the c �5 o� _ �o a< ND g.. F,' ?r aoT Q 022,3, �3 8.9 _ END SHOULDER USE WATCH FOR WORKERS WATCH FOR TRUCKS EXPECT DELAYS PREPARE TO STOP FORM X LINES RIGHT USE XXXXX RD EXIT USE EXIT I—XX NORTH USE I— XX E TO I— XX N CD rt m C) 71 0 rn VCn -+ o .. 11 `m_ -0 3 n - 4.8 - �'$ q - o z fn C) 0- w _ o `8 n so c o * US XXX TO FM XXXX X X x -Ix -I XOX X X rnv/i-0 x D �X-i x AT FM XXXX BEFORE RAILROAD CROSSING NEXT X MILES CD 79 I- c00 c-.) O rto O D O 2 3 0 0 O O W J O g OD COD <n ba-14.dgn November 2002 0 (i) >ill 0:1 c) W 0 mD ' = rn is:,. USE CAUTION DRIVE SAFELY DRIVE WI TH CARE SPEED LIMIT XX MPH MAXIMUM SPEED XX MPH MINIMUM SPEED XX MPH ADVISORY SPEED XX MPH RIGHT LANE EXIT —I _. j m Cn rn 0 m .. Z f. a)2s� z>2 R S a 1� z o �. Z M (1 C7y-1 I3K 0 N NEXT TUE AUG XX TONIGHT XX PM— XX AM TUE—FRI XX AM— X PM APR XX— XX X PM—X AM BEGINS MONDAY BEGINS MAY XX MAY X—X XX PM — XX AM NEXT FRI—SUN XX AM TO XX PM z o n• d a>o r = Fn (n —C rn CD 0 - 2 o Y Q N REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 45 of 132 RECORD DRAWING Na STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI y� in = = `!` P.t .•• F..Tf,YL �, s 0.4ea *+p ` ��* I/� ,° RICARDO MARTINE r"5; C �pc58265 , r °+ �.(`�c��//,CC,'R,��f�uVV� T _`� ice`«� CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 corpus Christi P: 61-81 P: 361-814-3070* Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services BARRICADE AND CONSTRUCTION PORTABLE CHANGEABLE MESSAGE SIGN PCMS BC 6 —14 Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 DISCLAIMER: The use of this standard is governed by the "Texas Engineering Practice Act". No warranty of any kind is made by TOOT for any purpose whatsoever. TxDOT assumes no responsibility for the conversion DATE: of this standard to other formats or for incorrect results or damages resulting from its use. FILE: °* 2-'9oo=�� ,..,'s �• 3°� a1.� ° 0 , , .s m m J a� N ? w N m Qi m o ...m 3'do 03 Sam s n O 2'A' O N 53`'=33"_g'40 ,.'" "3.-� �= 0 3 3 p� 3 m ;, ,. 0 .- 1',3 y-g s. a m 00 om '1111111' 0, om3v f,�0 _ss0 0-0�' ii 711 • 3, -p:awm 4 s “0.4-7;1.- nm ox m a 3 0 - m 0-'s 09." .Z7 ? . V A Ut? W N 0.0- sJ N-X,Teset !!t!Ittt ,omo'3.3`°_ oo.e . 8- - $ g n p' :,g. g -9, O 3cr g.'4,4" .112 'A=m o 323 , m jRmo 2. mE1."2220-3aFo 0 - m mmm .9.5— _ Erg-��i-JRK __ os$ Z Z Mns fn r n ° m to C On _I X VaiN A W N� �ap a n DZ $ 3mnoa 3,a _° - F 2_0--0 -� ,oe,2`fa-�- Ro. 5- 82,E g y 0= E 2-_ = _- _-- = = o o 3o3��3�0D - 0= -R 0 ,*2.",2-3"g-9,' 8' 26-8-3- 0- 1 "--2,22,T s 6='sIsm o' °g-g1-95 Pr, PP A W N;- l'i „ g es.* " �3 -mjD,,o "-m0 n m-r -. r =o28 -g G7 o aj� E � - 2 E m- c o 0 N _ .-.., = - - ow''- 03 O = '- -030 Z g 3 _ _ 0 E gi—m'm mNca3o.c i Z"�o= �r 3r0- l._m.e.,y amg$ ° ?in r,ooc$3 n $Rmo 0 my xi a�o3m;5.no$ o m N g -83.5'82*- s s242. V.°2 z Z r O 2 v0i ag. -_ c.-2.— O F 1 70 m - S aEp m g-,, ;,:g m o 8-c dZ lmi� Dam,T1:2.0- � m =3 `; 0-v r $ - , o� $ _ _ Qg�� 3 08 R - $= Sam o 'I o '»• 0 09 g$E. sz 3-' Q T8 0 0 - 3 $. m `B.m � $ k . $ C s a H - - m 0.' _ sgm $3, - M m �• sM 0 o 0 TT m m T O D s m o G D ` �. �D° A _ .m,6 - _ .0' m '3 0 ` -I \ ` W ` Nm 0,0 m3 o 30. 3 n 2.i 3 - 3 88 D D �30a .: g H 3-- m: E O 5 s . ° 6-4.,_.3 0- 0 n m m AV\ I 2 m o ,.._ ,,, - J 2 0 . _ - .....:2-; 3 0 2 - -- o - *R3, - E w� - 3z W D — 1lm l/-I I_ ute for a Type C, steady burn warning light at the rate approved for use with plastic drums listed quare inches. y do not hove to be reflectorized where it color and retroreflectivity requirements for iffic. spacing requirements. a fffffl BIER AND ATTENUATOR END TREATMENTS FOR CTB'S USED IN WORK ZONES End treatments used on CTB's in work zones shall meet crashworthy standards as defined in the National Cooperative Highway Research Report 350. Refer to the CWZTCD List for approved end treatments and manufacturers. ,ctor on otic bracket ylis Mox. spacing of barrie reflectors is 20 feet. Attach the delineators manufacturer's recomr 'ROFILE CONCRETE BARRIER (LPCB) 20 o,0- -? two v2* 0 m m O (n --1 D C Z _ - - 23_33 0�°'=R$3 4._ 2 j c 3 F - Wog-. - 9 Pali ET N mV !-P.;", o , 3 n m m mm' 3 0 25.'2- 3s03» 0 -I° 3 . 2. 5%,"3 Z-32' '0 3 M » 3i U f =,c ' $ o-= m 51- - - w S O p H I EATION OF END TREATMENTS D Z Z G7 r 2 u) m m o 3A° m 3 `R' ° 03A° $m3 $ $ n 3 PEA3 A.3, m• o \\U l 'm o ov rn P >w f w D i -4 .� C R t 3 E T m T R' O 3 0 c v34.5-- v,-.-.F3,-_82,9- 2.-226"›.41-''-''-0""i mm "--. TO. I O m -, m sy3so �.r3mto K O ..pp ((�� �°O N 4 w C to w 0- 2 d moaa-~�° 'l$, _`Noom 0o UNTED ATTENUATOR m 0, 0 o c. Z m A W N O W :-.5. -- ,,-> 2JJ5 �,ov v O AI 3= • •••••• 4 CORNER CAUTION • • A W -' 0 2 D m�,'~eRo3ry m$E W 0 .,,,:m2 n Ti 35:2A. _o Rmm3o ..m oq - T02 in ''3 '0$X : 3=-R.'�0 ?'''Z',4,0:5-. E O, T n 1 0 $ 0 F1-8 p-5.51 We-. in - MINIMUM NUMBEF OF PANEL LAMP', fJ 3 0 3?- < c w3wu2 O m m a c C 331 s30•---sc�. m �7 09:0-,0 R.3,o,o'»0o > n a�RalloiinyoZ m Z 'm 3' m* In 0 '" 0 E 0 3 .0 •T3,2...,,.2.-...E. • • • • • • • • • • • �4mRm` 04= �,am V O 5-,0 ' 0 a 3 a - oa3g m mv°i ,'0m -0 °.,o n`0m°,oEss. O3 F p m 5 f -aO `x m-_,„ ._0° 1 0'O m ^' FLASHII "tna94-2 - 0 2 n s.Fi - tai mOQ6 - Rn y O m SQ T f m w 0- a E17' 6 N2..-n -0 - A 2 �0-YAs-o £ ZZm0 ' 0 93.,X0-1m - m 3 m .mg OyrC'O �$ O g$3co$ 9900 c m 2 c m 0.Fy$ O a100 m f173 . t-4-T, S C� n PT-51%?". as0. it 0 inn c m Z.---6.E.0---';.7> w O. 'ina'=-- 9:o oa m mR 0 . - z 9�o 0 > c - m. n 1 w ,Tifq T mo5t3• 3 T m » _ = O Z • • czi O •• •• ' moi» = 0-F m o 9 m I Wm Q o C D ill T 3am� E_ R m Z m 3� 3 Ung m w oa. R O n a 1 =3 • ••••• • n = z • • •• • •‘g=5",!,8 • 'saE'2'$ mmm 41 3 ry F o $' N z _� = C0C n 1 D 0 �' 0 yo\coo rtf� •..2 - =,� »am a oo moa °;o 9 3 48 f i 111: W crl 0 s. HG7D �-Fi= 0 0 =ZD 3 m ,00,>Z -. s- _ o m f �: ✓ \ —i Z . (J) �i n� I Az ,m `R_ 2 mOAO r^m J mO1O-4 li -p • 0 • • • • • • • • • • • • • 1O Q C 29 § 1 R. 7) o rTl 0 D TI Z r �n —I V/ - —I M _ m o 0 ApDmZ R'` �l m <OC AD O A m D Vl5.1�? mA�m =73• N O? o' ,o M2-o o `* Oor-nm COnOO • • • • • • • • • • • • • • ' O 3 ✓TI Z —1 C S D 73 _A R —I i� — 0 Z o Traffic Operations Division Standard Az"'�rm* a( Dmmm m REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 46 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI v = r p* 0*; fo RICARDO •` t�ig 'I" Ntt p�E:••.......I k I> *t0 �� %EZ 0 MARTINEZ 9 - 58265�,T, :F,; A. .4.,: CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 corpus Christi Tx. 78413 P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services BARRICADE AND CONSTRUCTION ARROW PANEL, REFLECTORS, WARNING LIGHTS & ATTENUATOR BC(-14 Martinez, Guy & Maybik, Inc, civil/ Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 DISCLAIMER: The use of this standard is governed by the "Texas Engineering Practice Act". No warranty of any kind is made by TxDOT for any purpose whatsoever. TxDOT assumes no responsibility for the conversion DATE: of this standard to other formats or for incorrect results or damages resulting from its use. FILE: V O' P, A W N' -` D W o O_ -£ N° m 0 2 -°w o 0 c. v 5 .' 03a 909-`"° - g 0o_=_ _"-- -'£ m n' 3gm-cmm°==°mo°0.£0- 'mc _ y .a£-m,�3� ��i°$°° 'S wm 900 ' 0= m -w 'Q92 °0n 2719-"'<a.-95: R�8N3-w oImmmo2�ns,o. °m= a 8m^'mmm0~- ° m323 "=-=�'3',11 H= ��g �. � w£�H33oo -0 0'o 3' £ 3• n.0 00 �s 03 :,a 02 - _a 0 ,312...--28- 0 0.3 -� .£ ' 2w - ' ..o "'oa " =2 gg `r 0 n m 'm 0 a _ oi 9_ g&.4. 0,0 °•` -- m mnc o £ 3 n e moa £u'°5 1 ' 9-5=• � 3- 3 v o 5 9 0 Q W2- £ e 0 - uta m c- £~ 0 9 a 0,11g-2,11 3i0 c 3= _ - m _ .0 n -„ m CO -N11 :. r C m . .. W 0 v D o^` lmmno" _ m '-' ^° m n..i_ °n" ,`^-a='9',.5 .aa 0m _m5, - i� i vwge, n vo 1'3-��'`3' » - - qo`o 0Tcv en2 nam '° ry 3 ' a3o mow 'c gg -, °,c off.. °co '°mnc '°"o P n m ,o°c��'n' 3i -5a_. o,.o�o s>_� „ R 0 �' 3 m w_ 3 m 9 9 u- °,o i'21::: n m �° ' 3 W N 0 ,S<O Ps V O> N . ,...7 1 5 v 1'rt 5 W£ m A° V 8 e_ m ° O O m n-2 O 2 V, 1 L �O 3 3 i aog 3200 333y o go' - e rmn n c 0 o 9? v 3 _ s;m °- 2- P an = E'o6 ° -3.-.-= rn3E zvw v gs a3 �.3 T- y 0 =-"232 3'oso3'k Qt-3-3 0"a£°° ° 0_36 - --_ = < - =3 ' mm c3_ 'o °- - n Pl g:1-.6.-2. 9`x..2 030_ -' o N U! 003 £$,c n£'a3,o m-6° m 3 0`° 0 00 0 3 5=. 0_0 �� `£omi A a3o 003 �oo� °p< o.s.,. 2,2°, �i'.1 o z £coo'"'$s _- ,.£" £w0^ ?3`$m 3 G� g oT °on n�O - _ m = ,20.: ,-,;--_,,.-,,-2--70,-t„,...: -o ao 2 `�Nrn y£ 3 61 =3j s�a`8.-= c_.-' 30_ T2o -o,n --'2 o o a� 9' of i°'o� o9! Eom,�=n w�."-3 mm�_ ��3< - o m `_° - m 0 n_ m `iia 3 o : 38-033 xoy3 Q3w 30 .3v_ ,,,n.B 0„,...,,119-99- =-g 2A.2. 2 n. 0 3,57,F. -2:.j Jm 3 0_.�4 o o o o. �' + n 0,,,•-•.= m= 2.e --,E-5.3 - o Q o 3 - m= vT=2-2..21:2- 3m o=T. - v? 9 g v w 0,9..- 2 - E a _ 0 1 2g-,.2 '-£ 0 3 c 3 m o o -6 = 3 o9 3 m o o. - 6 = W p' r, -W N R Z 3. -9 -„.J3 -5' -i --,-32Y-222,;,'2,=49250,-49, 9 y -F 3m:on _ - I- - voog 0 m'7o - 9- m w 3'o O -- "9n- - v2m's3 �g 0 cn _ = m.""2 O ''E-^3-.3.- 'm0oms- n3.. z 9 .` - 0om3o m - �3 T °0 6.5E2- c90 iga M o2t 3 T ^"o fmJ `0'00--'� =xy���g-'c�j°n£ C'v13�a3 F Em- - 2:,34 ,oT PATI a,3o30 egg 1.„,,2:1..4.„2,-=.83 * ''<n . z 6T 3 2 No -"• 20 >•x ° 1 5'0,0 _ _- n.' I ' U) '.°m,,,�R tic£ -� ma'c. m 5s oo_ 0-2 o'g'g-' e R° z o3g -Zq 0',9,5 3=c°R - -2,...-.2 " 0 9-' °- m o ''sr o m " 5 a';', I92 ..---"0 3 r°i 2E4 "y "7,"_5 F. -E- 2$- 003 --g. 3 m-6 V. 63 g'3-2 o N m.* o.y = _ - ,,. $ _ r o o, c c '�' e- - - o ^- 22- m0000. 1 0 6 `4 u - m m 0 Z 11 D z O R7 U) N • W a.o m° a N S i O m'-.- TIME C o 0- o, 0 s 0( 0 m Z g'25- C,=43 am5 'Ift!!' ogrE" 29'v 0 n f o ^:° k )1 .'-' g 11! aor w�'°°— O 00 �$ �a�ioPnomoO om;2tW5,g. mai QT ii �'iR3 la'£ti 4 R ti " 0 N 30 m' ° !IV"- =o v 3 0 Vm0 25 W - � W 'ZDl p N (7 D m s p im �� 1) 11 °Olio ? 36" min 52.a. -' o 2a202,1.S.°2.8 go 2 3 g 32. -.22=2 .� -i o f £ O W E. N- uo m mo9R.00 Sc ow ''o . - m m 1 0 m 'o-, = m ,4^ o v a - 'm 42" max ,-. ••3 4"max _ v '-' °: ? 3 3 - A 47 Q o £ m '060 - 29_2 ort - o n m - ..t—°./..2, o a0 iO om IIS yI 2 b , ■ SII m 9 N A W N O O v I o -O' O' f 3'57-s' m m m ° O= A e'N 1 J ngr ( £ d - m - d _ 1 W / / vi_ = 60» n_^o° 'nw Pig. j o. �w-o930 020.7=n� a a30s� vo,c -:.-w_ _ pg°omnN c` no4N mG; a.°" - c W- °�wS'',15." -j mo 0 m D"o g D V) At fummmvp# 1kt At g..? ;" dia. (typ) nounting and ing lights drum shall hove nimum of 2 orange 2 white stripes I Type A retro— :tive sheeting the top stripe 1 orange. r to allow ;tacking a num of 5 is (36" max) om°o� Po= 3- a2E.n L _ „6. _:o =- - w - ' R rnm _ °mc _ Scc°mm2 O n mO n v n\/O3 dy' w0 =2N6 p .0._,,,,y _, O ma 97 -0 a' 0 A W U) -93m 2-36.29 3.9_F, - 95-99. Tvm "s "u, z �v= ,..0 m =o " -, 3 3 = ' 5_9- 9.m - ; H Sr) $'91 i nla <pp E 2, _ T 20 `N2gw o„ 9'023 09. - W E bc-14.dgn )TxDOT November 20 co = n� ` y ,o 000 `m T- `5r -- - -y m - v nI o. (� m1 nx s2.o `d3 Q 3 s 2 C =o z o� 0 0 "-� J o o.,£ =m _ =--o rt -8220- m § <01 0 0 m3 °^ 3 =o n nR'� �<00 0 Ono ,..(1-O U) N 'oow _ `9. .3 oiO3 _� so l `°q"'F Ep) __,g= - co$N r., Z Z m CO frl S9 z w,n-3 0,c-, 3m on - - Tn_o o9.'�m -g g-3?=2 - .0 .2� 23R Rn1" 89. DO o.' �6,- 3" - < aZ3 a cv m v, a .'5' - SN o—s ww; '-:rm•- m�m� 292R g-54.0- so£ °°�£ o-, c-10 �, s fig, NZ omoi Z : 1 9£ 3 - 0 3 n o= . 3 s« O 9. W m, _330c n `§Q m moo`; R' Cr N W K `� 1 �- n 9- P 5-2.a _ N 62 ° '� o� 10 r' o (n m C T 689 �3 1-1oi°0 D 00 )NSTRUCTION DEVICES 4 ac TOOT Low: T%DDT Jac: TOOT _ 2m _ no '03 N y, -n - a� Ia °lis _ r*1 aN o 'amu A n" 7 7 6£ n = m a) m 0,0 '5i-,-,1 S x q x Traffic Operations Division Standard m - o mm REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 47 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = %J 'WA:), £. --...000 re.ekt r* '' "*+0� :* / e o�AR5 265IN�� p .�i ' °.. CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 Corpus Christi Tx. 78413*:` P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC(8)-14 Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 DISCLAIMER: The use of this standard is governed by the "Texas Engineering Practice Act". No warranty of any kind is made by TxDOT for any purpose whatsoever. TxDOT assumes no responsibility for the conversion DATE: of this standard to other formats or for incorrect results or damages resulting from its use. FILE: co I,_ ,I sem= 6 A 6 g a I a �ae r R ? m 1'' I 10 - 1. ma 0 q 1 1,AFAr NlEnr N a� > /4N///.,V A x ^ q O o cn c, g i O .TJ -I D co p y - n a m A J� - - - II o N A m C d J III mez /AF R m M a', 23 39 _ m II m 1. Opposing Traffic Lone Dividers (OTLD) ore delineation devices designed to convert a normal one—way roadway section to two—woy operation. OTLD's ore used on temporary centerlines. The upward and downward arrows on the sign's face indicate the direction of ands traffic on either side of the divider. The vented base is secured to the pavement with an to back adhesive or rubber weight to minimize movemen caused by a vehicle impact or wind gust. 2. The OTLD may be used in combination with 42" cones or VPs. table, :d or 3. Spacing between the OTLD shall not exceed 500 rle Base feet. 42" cones or Ws placed between e used, the OTLD's should not exceed 100 foot spacing. iay be 4. The OTLD shall be orange with a block non— ratedreflective legend. Sheeting for the OTLD shall !rums. be retroreflective Type BFL or Type CFE conformin to Departmental Material Specification DMS -8301 unless noted otherwise. The legend shall meet the requirements of DMS -8300. 71C LANE DIVIDERS (OTLD) D I- 3 i �t ��,►" Y N D Z T .0 4 0 M r <s,o COF?s= m o�^{ s 5—o1M; -.Tag'c)o`o o�oSaw 0aDo foRc,Fo03$Zoyam^oa"- a s .2.- woo - o s m o o V g gig�"2.xTT" z�-R o-, o3 0 o nNo-3330oO 9pma- mao v 'a...2 00�o'.ynNPenP m 0x7a�o-vnv° N2322'xTs ” ,`o- sA" - 36 c'-' 3� „..- Fs3j 3. min. distance above vel way travel . a ,.. - FO N F F O 3 5- ca A, o Sl. EL a• ^ no_ -^ 00 - oN 5 n F P o£ o- - ft - y 4 o^ !:.1,.., ,-3 ' 3 o ai n - <' oS. o,=o ^oa3 o � - -iv/ osgrt oJyo o _ mow= o 13 < ITl W c A c in 1 H ,, �m o H m J ' �i.:� Er 0 ra ' I 24" min. cn • w r., -- y aa,ob'oRo£o v m " m * rn rn a f ra - m �N o9 oo`c°oo� oz .'T7 08 V m r - - e, S"W X �£o- P' g g 3m =__= -3 � 3y s32 W e v= -•=,nm r �3oFo-a£v C O Z oo' o om k B 2- ^'� a- m F 2,3_9-0_g p a F -%0 1- -. � m 1 R 2"04.1.22:6.,7,1 — fn 2 Q D ` C _ °ya • g.7 3•co 3230 nano to sBao'n=a B. ( o o,c noTco� E 72 z E "m6 .> _LOW OR WATER BALLASTED SYSTEMS USED AS fUDINAL CHANNELIZING DEVICES OR BARRIERS :hannelize pedestrians, longitudinal channelizing devices or water ballasted st have a continuous detectable bottom for users of long canes and the top shall not be less than 32 inches in height. as barriers shall not be used solely to channelize road users, but also to protect the to NCHRP 350 crashworthiness requirements based on roadway speed and barrier application. to channelize vehicular traffic shall be supplemented with retroreflective delineation prove daytime/nighttime visibility. They may also be supplemented with pavement markings. as barriers shall be placed in accordance to application and installation requirements sed only when shown on the CWZTCD list. as barriers should not be used for a merging taper except in low speed (less than 45 MPH) a toper in a low speed urban area, the taper shall be delineated and the toper length ze road user operations considering the available geometric conditions. used as barriers have blunt ends exposed to traffic, they should be attenuated endations or flared to a point outside the clear zone. (ZING DEVICES (LCD) ght, deformable devices that are highly visible, have good target value and can be not designed to contain or redirect a vehicle on impact. a line of cones or drums. donce to application and installation requirements specific to the device, and CWZTCD list. provide positive protection for obstacles, pedestrians or workers. rith retroreflective delineation as required for temporary barriers y parallel to the travel lanes. ed perpendicular to traffic should have at least one row of reflective nents for barricade rails as shown on BC(10) placed near the top of the the device. EMS USED AS BARRIERS �� e8 0 a, A W bx 7- m --aR B",-=� 3o IoW; E_TaF;a < a T y _ ,-.6- '_ 5 v 3. m o 0 A 3- 5 3 a O 3 o� 3o,0aa. - a-22:2.: 30 0� 3 0 ri n m S'-- a 5. n 0.0 s b - m s- o m=-92-..,7,. 0. m# 3 m 3 _ o31. -,'I A m- ....'4 i„; 5Ng, 5 �£o� o mo o " T. �o < ,voo m = 2 3 p°z o,30< 0 0g`tea° ga g 9-',6,--5,7. 1mn -a `D e-5, we - w goomm v o o m= - o T S _- 6 ._=;,,o13,2s.0-S:„. o a 0 o x - w o 2 0 3. o q- ' a e a. a o - 1 0 0 0 -- o 58 - o 3s. 3 %gam A 30 ,,6� o m o. j J P 0' ? W b, 7'0 = m 5 3 D m C a C m n1, d F n o • n a- v n =1E-43 51 v0.a353E£3a.- 03n3megmo _ ; a F 3 go.w -`o'--� J lEa mm`w''5e'7 o -'0'.,7-9,§-,T3 -NERAL NOTES iAil 3 . 3 .-' u1 o 7 r' a- 9029-23::,-‘. o a.11 J ao bc-14.dgn ON: TxDOT ac TnDOT ow: TxDOT ac: 501 )TxDOT November 2002 CONT 1SECT JOB` wcnwAr PENSIONS I I BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC(9)-1 4 SHEET 9 OF 12 ** Taper lengths have been rounded off. L=Length of Taper (FT.) W=Width of Offset (FT.) S=Posted Speed (MPH) SUGGESTED MAXIMUM SPACING OF W cn O N J cn O cn o cn O U U O cn o to O W W cn O °m * a.. 15,13E11116 ' . 3 C- 5'2 n a - a m - 2.7=2 :9'''°,2a°, o 0 a 3 °• .. 0 n ` 0 l n o, u, _ n=-,--.;-...--2-.0 y = $ . r rn 0I O m 3 o _ o e o 3 n 3 0/6'73= _>>33 5'o�9� m. ? - o�„w_ os. - os. �i £s_ o w 3 m 3 s 3 - Co �I O cn 0 0 J 0, O cn 0 0 0, Ut O cn 0 0 IT .3 O N 0 0 N N cn O V! V! r'1"1-2 cn O 10' 11' 12' Offset Offset Offset Minimum Desiroble Taper Lengths s. o 0 - 3 w "'< - 0 a, 3 o s 1° w\ ' o a 8. 6 6'5'.4 ani s o a m ict Co Co Co N O cn J V O (n m O m O O V U? Ut u) O Ut N N a) N U! U W V! -- o 3 n 2 0 e $N 1° ^ " o. w ar o n a ,� s 3 . o 3g. — ....,,..c.-,0 = o - .< 3 .--_ a7 u) 00000000000 0 0 W J 0 ca., J m 0 0 01 cn 0 0 W Nco- 0( 0 —: 7 o 3 6 n— __ , IT, o, - 0 �. - '� - v - oo :2,-5 ill 3 m w .$ a -_ a w 8 o. Q E o Bgr— 'g m- Co, Q ooJJrnrncncn�i+wwoo O cn O Cn O (n O cn O N O n Suggested Maximum Spacing of Channelizing Devices c Q 6 3 '_ e 0 01 .. 3 ,o Traffic Operations Division Standard 000000°°°°11 va 0o J m 0 ? REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CIT' PROJECT # E13097 SHEET 48 of 132 RECORD DRAWING NO. STR-900 RROLL C FROM McARDLEA to HOUSTON (BOND BOND 2014)coops CITY OF CORPUS CHRISTI = = 'pc..11! Cn ' '?'9s,4ft �a; P RICARDO MARTINNP 5 265 `',= !« CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 0 S. ChisStaples Tx. 78413 P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC 9 —14 �� Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 DISCLAIMER: The use of this standard is governed by the 'Texas Engineering Practice Ace. No warranty of any kind is mode by TxDOT for any purpose whatsoever. TxDOT assumes no responsibility for the conversion DATE: of this standard to other formats or for incorrect results or damages resulting from its use. FILE: cR N '''''.1-1 'at' Eft. a. fl' m wv rn u rJ m Ul T. ^- - o l a= C j T j N 2 j A 218 awN \ / mon = o D "�3w ® e m � = Cn ' n y n �li�l -[ 31 r Z7 (b o - N µ _ �_ ���a,o=w = aQaoy of ym'a� g_ o no .a= -y3 n -vN o o'r� _ m �° a ;+ `° - o " - fO 1D 3 �0 5..E.yo - X5 m m �'1 No N 3 _9 5 m TRAFFIC CONTR( > Flat rail y be inside or outside of support, but n stiffeners shall be allowed on one borrica TYPICAL PANEL DETAIL D OR POST TYPE BARRI 1 1 1 1 1 1 o /F /F: / NG DETAIL FOR BARRIO/ 4' min., 8' max. Barricades shall NOT be used as a sign support. _.- ....„..,,2,-„,...- lx3 ,,,, �?No _,„ ag ame='w�a o= _=,so27Ag-yoaa�"-.8,1 h o° - o m '' co So 1 1 1 j a m o f o m- .5 3 o T� 2:0,1 Fo o -,Z _;� - 9 ItflurU ru nlCa o 1 1 1 f3 g5 -o - 20 a3I0 ' _» yA _ p a ga- !.-..".2 a" o x39.— D R!� 0 ��i m I` ---Io 3 z i, 0 0 m 8 20" 20" ~ — ' 3 - r Wai 2. 3.3 ;2g-2, N D33 v_2 -< ' 3'" n Ei o 0 0 _ Min. 2 drums or 1 i 3 b \ barricade vices parallel to traffic ed when stockpile is from travel lane. iI "-4" 2" min ""min14" min 2 min.2" min" min. 4" min. 28" min. 1 Two—Piece cones m o' a 0 g m �. _ W - l2" a;i�' 02 s3 "o-�',mm gO > = E'er 'El= -o ygo $ O o o m Ii:Ii: D a8 o `n a 0 �l p y s m ama" — g m 4 %1 f 5' ' - 0 < \ 1n . H - O "t, m \ �9 S" —i ` p 7.7. .11 \ \ ' t a torr Aal Q r FA N P -A N s N — . Fo F o x s0 m p —1 70 -< 1�1 \ A o v \ �i� 2o r`A / aD mo ac2N000a2oPfocW 3A 5 , •.,, Q .8�9 o�g f"oo n r ,x o \ oli s and tubular markers shall be predominantly orange, and tight and weight requirements shown above. zones have the body and base of the cone molded in one consolidated -piece cones have a cone shaped body and a separate rubber base, that is added to keep the device upright and in place. :ones may have a handle or loop extending up to 8" above the minimum vn, in order to aid in retrieving the device. Ibular markers used at night shall have white or white and orange ands as shown above. The reflective bands shall have a smooth, sealed ce and meet the requirements of Departmental Material Specification Type A. Ind tubular markers are generally suitable for short duration and stationary work as defined on BC(4). These should not be used diate—term or long—term stationary work unless personnel is on—site them in their proper upright position. ace cones, vertical panels or drums are suitable for all work zone Ibular markers used on each project should be of the same size 28" Cones shall have a minimum weight of 9 1/2 lbs. 42" 2—piece cones shall have a minimum weight of 30 lbs. including base. 3 r- 0 -u — p r D o Z Zz < 1 m g. p �. N m i. t Q \ I{ a / t \: T Tubule 1, A minimum of two drums shall 0 be used across the work area. // r M10' max. 110' max. 4.J0' max. (/ IIII!. z_ z ® . 1) O� 11I Ir w N ,'x O m 0 232'1 4) 831 2- 1 111 1 c�o� a'— w D 3"03 21 r wo _ a,7 >g Q o CO =C7 443oV°, . ao o >o n w 3g,,-Vn ',•■ . D. o w ialHi"d1 o ? 't: HIS DEVICE SHF 'ROJECTS LET A n.a v g' m P±'1111. 1 o H m oas t I1 v3T6 lilt H < 3 �m bS 5. o6p.aE w J a O P0I o • AN the "own 1 oft THIN THE PROJECT L a es LEGEND 7.GOg. P' W N 2 m_2Dvr0. .'6N " .3=2, H' -g Steady bum warning li or yellow waming reFl (Plastic drum with sten Lor yellow waming refle Plastic drum aF3ss3,83w�v_ ' c - m 7. "Quc zy� vD CON`. ZING DE :10)-1 08 TxTADOT lac: T CalT 1IgCTI r J W __oom O = m y JSED ON 2014. _ Fg 8 _o 0 _-- o -O 31zm ma N a _ nF__ - �_ - g , =a a _ o. T l^l Tcn ght ector dy bum light :tor — .x w-8 yrm _ _ A X 0- � : Vl J m / -1 R O Z o Traffic Operations Division Standard ' 9 » ., REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 49 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = =*: „�Fkli qs*�rd ` P .,e' RICARDO MARTIN •: o. R 8265 . ; �it��� ^' CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207' Tzr�84 3hristi*5�,i' P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC 10 —14 ( ) Martinez, Guy & Maybik, Inc. Engineering & Surveying Services CivilTX. B / dStructral. P.E. Firm Reg. No. F-1415 DISCLAIMER: The use of this standard is governed by the "Texas Engineering Practice Act". No warranty of any kind is made by TxDOT for any purpose whatsoever. TxDOT assumes no responsibility for the conversion DATE: of this standard to other formats or for incorrect results or damages resulting from its use. FILE: ? W N 7' gl_E - -6m 2-5g 3 � 2^_ o; .: s..-k R-� :-',az a.g _ _s_0 - f 2 =.1--,A _ -ES -I - 0 °os a-o o 30-0 _ -,� s3 :f, .3 2.3»a 0.a `g° , ,, nv o 3 o g _ S �. 8- 2ag- = i 3o. o m2a "a= o 30 390.. 300 3 _ -... ^0 - _?9 Pei F.rG,) s - E 2`6' n n 'r R o Q,'0F"5: 3 - m 3 n n o m 2.1. 3 9° o _ .. K N 7'"0 D_ ..o RI Z .' .. -1 3, Na Z - Z 3Q 0ag m3 _ , o'R, o o= on 7-. m a c N m o3 3 -u a 2Z. D 3 5 3; Z 3 .. l .... s a Z 0 3 3 (n N I I gam= - m D a,a _ �a 7) C> a3< V3 D N3 2 -1 c m 0 F°^'' 3 o.r3 A > <n 3 a AN: ' Z M3D—i� '�° -1 =o* - j'vo D ors* o Z -13 to >= mH o ,la = n3 g o m 3 3 O 3T x; j ' Q 3 ,°5, 0 ,0' .v w 3 3 F; c 06 E o o8 'u 3 0.0 5g;E 005am XI V m o ? W N 7. D 1.-1, ,,,-T.5. 0 3 BT v_D 42 1411 m g* "..°.8 ? x' a o o - 0 �o mrno-N o3 '5 2- '5Fa" o ^'x3,n c -2 R2 = m w-g D 0,3 ac, 6-.. 23 N'o < )v moo0 %8 'z` -_a °m `a3o m o m-.o,o o g9 Q m 03 ,5-2,g 03 03 n 3n,.= Z '1` 3 H om a3 _ n 3 o ° 3 z 3 590 = 0 3 3 8 8 g Oy a•_ 1 tia N .58 Z H I.NN ^ �. 3 �� �?n ;u .«o _ - M8n - '2E9' V) o0- <noo SIF ,93 5'" _ 2s 8a o f o - n 3 N'3 '585. °,6 rn£ E .�.. °' F " x nn a, _' m ,: 2 c 0 E Z m c o s E o 2 g. n3-f N d vm n 0 a co V N A W N 5a2' m T O ut T 22' N 2?-8132? - n R 'a i a � R T3 �.g I f 'm - '3 m'-r• v =n3 ', v _ o 3 3.1'.,, o ,a s D ow'slst,- - - - .6 - 0 3 3 3 3 0 3 oo'_` - -9,3 m -x_- - s_ 0U s nZ ata v� o3 �o< mo 9°' foo 3 g 53 ' 000 000. .PEO 3 0 0, - .4 - c5'0 vQ -_0 3 e c b 0 3 R-2.o n 5 o ,0 3 3 3 a _ 0. - _ 5- o oJ..: 2 rDr- 0 N n0 IR-13-5 0 _ : .- o o m= o2-,1:g. 3 m''�'.. - CI V z P.T. m z n m m 24 _ 6'5'7 3^ D3 y v "<3 _ .e = onv_ 3z 5 - '=a99' _ oo3 nom _ _ m 30 g m _ a- ga 3 c . y ..<2'2 m- n o o n Z ° J2 '‘','Z— vo y R ...22 ...5 •c - '3m 8A8P zmo _ o en oac ti R 0.i'o 5 0 Z m A r o 7) N 0 Z M m > < m 73 m m 0 D K r o S. 0 0 D in m m Z _1 D Z y A W N l C W N c= D 72F 3 MOR oYm 'o w '�i3 0' fH v� m9 �N - - m3 rn o3 33 RAISED PAVEMENT N.. §98T5 0 3 g' mu _ oa D $ 9 3 ni ut <n0 m 3 0 _ m30, q�2 0�' "��00 Vin —� N o _ .. .oa. r'. °'n G� - Fi.W OIiLMUf STAPLES OR N. TEMPORARY FLI TABS A I� Temporc Ro TOP VIEW = = 22- 3p 2E w 3a 0o K D S 5 2. m p 25 n o -i X- .4r m -r, o$H T 3 0 -to w w `2 c 3 � 3 SE 'F 0'N �0- - •3 i0 Vl WI o - m I O 2_2 - a p 3 RKERS USED AS _ of —0E"3:3 Rig. 'w'. Nm 'nom n 37. 3 o f o vg o= o 3'8 NR. 33 1 _ .. 30 _ - gl S 3ga = =-'3 g o V 0 g o x i 3 a i 3 0 g R i.2 _ _ .2 c o 0.3-D a°. o-_ SHALL NOT BE USE E—REFLECTIVE ROA 'HE PAVEMENT SUR Height of sheetin( is usually more tl 1/4" and less the \ \ �. \ -lexible—Reflecti\ Dy Marker Tabs FRONT VIEW I I GUIDEMARKS _ R rBN !II 33 m m m ED TO SECURE DWAY MARKER FACE D 2. a s, m LI f Ili v � D v l ° o3 1" 0.' 0o 2, o N, O m ov FO D= TA rr'v mo mn m D z m c Zo 0 xo -G D ''r n D m z m PENSIONS 2-98 9-07 1-02 7-13 11-02 8-14 105 1 o ti II'• £ o Amo n °c m ' o 0 no N .9.g.. m m5',3 0 FLEXIBLE, REFLECTIVE ARKER TABS DMS -8242 REMOVABLE, PREFABRICATED DMS -8241 ,9ARKINGS PREFABRICATED PAVEMENT MARKINGS DMS -8240 ADHESIVE FOR PAVEMENT MARKERS DMS -6130 ADHESIVES DMS -6100 z IARKERS (REFLECTORIZED) DMS -4200 4RTMENTAL MATERIAL SPECIFICATIONS s. \ID CONSTRUCTION JT MARKINGS ;11)-14 ON: TxTO DOT lac: OT [owTxDOT ja<: TO( CWT 1IgCTIrJ08 I NIGNWfY , .R3 g Hg � -O3 -n 0 9 _ ag'x N D n nw .3., 3 Traffic Operations Division Standard ,. 0 MM N 1 4. C4 0 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 50 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = r + � rr�:'^ �qst! g*; `• k O *` RICARDO MARTIN 58265 �j �.���:• k. •• ° t tXlck �? CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 corpuscnristiTx. P:361-814-3070 Fax: 88 - Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services BARRICADE AND CONSTRUCTION PAVEMENT MARKING BC 11 -14 Martinez, Guy & Maybik, Inc. Engineering & Surveying Services Civil / dStructral. P.E. Firm Reg. No. F-1415 TX. B DISCLAIMER: The use of kind is made by DATE: of this standard FILE: this standard is governed by the "Texas Engineering Practice Act". No warranty of any TxDOT for any purpose whatsoever. TxDOT assumes no responsibility for the conversion to other formats or for incorrect results or damages resulting from its use. Ttil-o o_ li A o r 0 o A _ v T o Z ° m Z a N 0. 3 3 ' 3 D -< I- -r1 c Z° I- D fZr'I A N M t71= M M Z ~ A°O°°O° N I I a N I 1 Voo ° ° 0 0 ° o ° 0 N T ° o°o o 1V ' I I 00 o° 0 0 o° °� 00° 0 O 0 0 ° °o 0 0 0 0 °O 00 0 O ° ° °° 0 0 0 ° 0 00 F 00 °a y ° 00❑ 0 °° { C m O o° °0 0° i a°° D o° 00 /1 N �t 44 0 0 D 0 O 0 0 0 0 0 0 0 ° 0 0 0 0 ° 0 0 /� 404 I 0 0 ❑ 0 ❑ 0 4 j 0 0 ° o m 3 m a D Z - m ryy, o n 3 z o � r N o 0 0 -I r D Z m C 0 O 0 %° G7 = D -< �j AFI., A l , m y A N D Z D N V i7i AFI �j VoV°O 0 0 N O m ° v 0 a M m Z -InA 000 0 N N 1 0 0 ° 0 1 \ �I II� 00 00 00 00 o�;� 00 °° 00 m o° 1 0o D 0 0 D 0 O °O 00 00 oo 00 00 0° 00-, !! Oq```1 0° O O C 0 0 0 00 00 ° O 00 o o 00 00 00 0p 00 00 O 0 °° Lj 1 o 0 ° ° 0 0 0 ° 0 T 0 0 o� 3 A r 0 o H �1 c_ rn 2. Q D < 'm ° - co D A Z N m o CI R. z r Z N �"I O 71 O m 0 1 G7 C2 �, C VI D m a ; m z° -4' I 0 1 0 .. m < m O F ° Vo v° 0 0 0 o 0 -g° 0 0 0 y 0 \ 0 0 +10 ° 0 0 0 1 0 0 m 0 0* 0 0 0 0 O w 0 0 0° 0 0 N° 0 °� j 0 0 O.l 0 00' -.0 0 0 0 0 < O 0rt 0 0 0 °p O O /\ 0 0 0 0 0I 0 °- 0 00 0 0 ° o 0 0 0' 0 0 0 0 0 0 0 A 0 0 0 00 0 0 T �° / W 11 -< o F 4Q1 ° o 0 o ° �o 0 0 T / 0G 0 0 0 0 0 i 0 0 0 0 ° 0 ° N 0 0 0 0 0 ° 0 0{ O O '0O 0" 0 ° O/ \OO 0 0 0 1 0 0 o 0 ° 0 0 0 -° 0 0 0 0 A 0 /� 0 Lj 0`Lj o o_a Eo =o O 3 in m fT7 o r Z 0o rmi �1 P1 o¢ p 73 H F N ,�.,, Z o D m .=<. g,3 3 ° W ml Z n4 D O A 1 z T. 3& In 1 (n a� > Z Z NJ O m Z 2 ° 0 I= 0 Z 0 m 0 (n 0 -n o Zl 0 (0 -1 n 0 m 0 0 O ° 1 -n C 0 r G o 0 Z o m Z 0 -4 �° > o D 0A 0 m 0 I (0) 0 C I 0 D = Z 0 W O 0"� D ° 1 0 0 N ° j 0 0 0 0 0 ° A I OD I g O f I I V oo ° ° 0 0 -< �° wa 0 0 y 0 0 00 OD 0 °° ° ° 0 i D y ` o �0 ° law- 4 ° 0 _ 0 D o D 0 0 ° 0 0 0 0 o 0 ° O ° 4 II -I I -I OFS m m co O m O > m Z Z 3 D z �1 < o (4 D V ti - D A D r m O D m 0 m 0 Z 0 ° n 0 o° A O° N °° 0 D 0 0 Z 0 O D0 0O < O 0 �0 o `" °° 0 0 0�� 0 0 0 0 m 0 1..- F N 4 D. 0 ti ° — ° D D 0 0 O O N 0 -4 o 05 0 j 0 > D 0 0 o r'J'' 0 -I 70 > I-1-1 m —I D _ z v7 -1 frl z a oo a REMOVABLE MARKINGS 5' + 6" WITH RAISED o s PAVEMENT MARKERS IF 10' 30' If raised pavement markers are used to supplement REMOVABLE markings, Raised Pavement Markers the markers shall be applied to the top of the tape at the approximate mid length of tape used for broken• lines or at 20 foot soacina for L J Type I -C or II -A -A CENTER RAISED 0 0 0AVEMENT 0 0 0 ° P LINE MARKERS I.— 10' —.I. 30' .I 1_54 OR LANE REr1EGTGRIZED k- 40' ± 1' _10 Ii ❑ Ai PAVEMENT LINE MARKINGS H 10' —.I.-30' :I White or Yell BROKEN h Type l -C or II -A -A LINES (when required) RAISED 0 0 0 0 0 0 0 0 PAVEMENT k 3' I_ 9' AUXILIARY MARKERS 3.1 OR Type I -C or II -C-R LANEDROP �$" LINE RAISED M II_ PAVEMENT MARKERS f 3 + 9 4 P 5 4 2 m >'a r Z 5 m= m N A4� E v o 1N1� -11-‘- r- U) Z -0 D N Z 0I (i) z� m r 0 O m A O m Z r z Ai° -I o �0 -T ° c' 0 D O o ~ O0 0 o ❑ < - £ Z O C m N W (n N m Z 0 t 9 9 0� N� o o 0 N N y� I� �l {'�. I I ❑I I❑ O O� prn I-- '0 Oj lot - 4 ❑ ❑ O o -1Z 0 0 m o D O O it o o Li) > Z 1, O N Z V D Z 79 _ O 1T111 > r (n Raised pavement markers used os standard pavement markings shall be from the approved products list and meet the requirements of Item 672 "RAISED PAVEMENT MARKERS." II 0 01 0 o O O O 1+ o o (.1 o 0 00�f cr 00 ` .9...- A N s 1+T_0 § FEE: bc-14.dgn 1 ©TxDOT February 1998 RENOGNS I 1-97 9-07 2-98 7-13 11-02 8-14 BARRICADE AND CONSTRUCTION PAVEMENT MARKING PATTERNS BC(12)-14 IL i N 1 1+ _ ma m - = N H O� 1v o RL o W -' �y a K i Traffic Operations Division Standard 1 ❑ 0 N ❑ ❑❑ y o 0 0 c o O u'i -< O O o- T O O ti 0 8 11 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIP110N CITY PROJECT # E13097 I •zr O z O OCO m 1= U 2 W z Z 00 a U J O p O- O Ct p CC Q Z Q O -e Oct ct mW 1Y SHEET 51 of 132 RECORD DRAWING NO. STR-900 of v = CHRISTIq. Services 6000 S. Staples Corpus Christi�< Tx. 78413 P: 361-814-3070 Fax: 888-653-5510 Maybik, Inc. i� • �'"x?s1�E* i� '..0 4 RICARDO MAR11N 6 65 iy �0T'RF• v tt`.N�� CONSULTANT'S SHEET NO. MGM PROJECT. 3542101 CITY Department CORPUS TEXAS of Engineering Martinez, Guy & Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 DISCLAIMER: The use of this standard is governed by the "Texas Engineering Practice Act". No warranty of any kind is made by TxDOT for any purpose whatsoever. TxDOT assumes no responsibility for the conver- DATE: sion of this standard to other formats or for incorrect results or damages resulting from its use. FILE: m m<o o 0 O N N D vn ._00M - •J mal 07 CD CD 0- 0007 N 007+ J fP -.E V1 +-d3E 0.0 ^vn an 0100++0 0131-<0 m<o m-mN 0o -0070. <3-7--I--3 o-•7 oox +-77 0 0 a +00 0J C 000 -•K 0731 a.m- 0 CD CD ON- O i a0 CD a7 E7 a -h0"- N N•' D z -O 77 -• 0 0 -•D J 7 7 -0 Co 0m• o m m 7C v. -F m -0 Shoulder ■■ °Za 0 - pzi O m D X) Q a r> c' C0. = Shoulder 7x0 =Z. 11 M +�'ao m p3> CD 0. > v X for 50 mph or less < x Work . Min Space x X for 50 mph or less > 3X for over 50 mph v J 3X for over 50 mph ^on act m0 J' mmN Ga (0 =0 007 XN 00 0 +0_ +N 0 N ? N _ i° END ROAD WORK VI+00- (D00000+0 NO 7 O 0400 00-,117£ VI 0•-•7 -7+770 0- -• -• -• -I £ 0777 70 007 0.-.a (D-cl- 19 0 ,0 0 Oj O X 0+�a0 2 O - p7Cv Conventional Roads .1.4. M +a'O X for 50 mph or less J . T� N 7W X CD N • , 0 3X for over 50 mph ■■ 771Shoulder ■■ > C) m 0 a Zt. -- •..--.--Y" �'' • Shoulder = //�� 30' -100' Max. \ C = o z Min. �.. Devices at n m 20' spacing "0:16 (See note 2)AL m <a ///� F- m y pj X for 50 mph or less 1/3 L B Work Space 150' Min. m 0 OD 0.'i 03 END ROAD WORK II co II;,\Y 3Xforover50mph o m Po) _N On 0077E0 0 7 00-R1100(0J0 LA -4.0 ^00 m- m 0 0 + d C 0 - C N_ END ROAD WORK V1-1-00--7 --•i£ o N 0 • -•- 0 0 N 7 0077 00a O a+ --•a.0 - 0,00 -FM O X < H!tiil! -fi(D-•V A-0-107 O N o. 7 0 0 1,<- -• + +1M00• 0 '-p.0 O -077 . 3-•030 0'• 0000 -Op 1 0 70+01 O-'N�///// \ ♦ mG0^00. a o \ 0-•7-+O J0 X! D O7 ON *.11 700 0 co 000 o0 ' \'7,• A D ' m N •-.. �G N 7 .O , O II.Co 7) 10K 0 N �- -7 A30 <J J + 0 �' 70 7+O • X for 50 mph or Iess < •1 m -. o -om u 7 <3X for over 50 mph ojm = ■■ Shoulder ■■ +m ° a ■ ■ ■�I� ■ ■ ■ ■ ■ 4, a O Z C7 ♦ yl I■� II IJc iiiii�iII • Shoulder ■ ■ O ■ (./) 3` 0' :..:ti t:..0 ..K��..ia ry Q _ M n c•:','„1`,Zs..., t, -100' Max. 0 C X for 50 mph or Iess 1/3 L B �, Work Space 150' Min. 20'' spacing a c1 (See note 2)M m m N o rn o I- Q m 3X for over 50 mph a-� ,-, '` m 00£0 Y o -? JXN p 7C S OO O -Li+ D 4C2X- I v o 4 m Right-of-way Line 0 1133N +N ma N - ,N O30 m X O + 4.0 - mo�Eimc0 �I a) al a W N T -+-o D1•-rn—.0-� i=7 Z .�. * r� n 01 O 1111 O 01 O 0i O 01 O N Xc$ 0 = For constru project req in the prof Barricades, 0 0 0 0 0 1 0,-c 0 -1, 00 0 0 0- a 0a -m -• from +77 oO m ERAL NOTES 5 CO onventional R aper lengths =Length of Ta 0+ 0 a - R. r F O E H O+ Cf (D al a 0 a++ 2-4 ++ N o `"o n o -• a' 1_ n -• 0 0 0 1 f c v m o N (T 2,25'2,28*,':‘' 0 - E -a x r * 01 a O 0 jj�11� 1L�1L'•1--1D1�J rai O �N -4-•W +IDJ O O J+O n C `- X= 0 7 0 7 K, 0 7 Vl VI N O N - 1 2 < -. Sr 0+7-• 7 0 0- J: 00 = RIO O O+O+ +i - +O n DR1 1 +0.0 .0 -•< O 7J o s o"' ' ' -• 0 m T 7° � � C � i v 0 01 O Cr, al ut O 01 VI (P O a N c0. o1 N 0 O ut ..z; , - a O O 7 0 a 0-• 7- 0 < K 0 2-94 2-12 8-95 1-97 4-98 ction or maintenance contract work, specific req( for shadow vehicles can be found 8ct GENERAL NOTES for Item 502, Signs and Traffic Handling. r signs where shown are REQUIRED. of devices illustrated are REQUIRED, except those triangle symbol may be omitted when stated elsewher for routine maintenance work, when approved by the r icles or other equipment should be parked near the r and not parked on the paved shoulder. with a TMA should be used anytime it can be positic 1 advance of the area of crew exposure without adver -romance or quality of the work. If workers are nc it road or work conditions require the traffic contr ;e, Type 3 Barricades or other channelizing devices rd for the Shadow Vehicle and TMA. r Vehicles with TMAs may be positioned off the pave( those shown in order to protect wider work spaces. Ihoulder work on divided highways, expressways and WORK" signs may be used in place of CW20-1D signs for shoulder work on conventional -1p TYPICAL USAGE REVISIONS per(FT) W=Width of Offset(FT) S=Posted Speed( + Minimum Desirable aper Lengths ** or Mounted ing Arrow Board Work Vehicle 3 Barricade LEGEND O� Z aa J NJ (Y.' O r 01 01 02 O 01 1111. O 01 Ut O N a) CO 0t Lr: N-. N 01 ut (n O -. - m J SHORT TERM STATIONARY 0 -N 0 0 0 0 co J 0 0 0 0 01 0 0 0 0 0 01 (d 0 0 0 0 N co+ 01 ut 0 O O ! ry �: 9x0s Deportment of Transportah Traffic Operations Division FIC CONTROL PLAN NVENTIONAL ROAD SHOULDER WORK TCP(1-1)- nber 1985 DN: TXDOT CK: TXDOT ow: TXDOT I On a On a Toper Tangent Suggested Maximum Spacing of Channelizing Devices -1 -1 C.710 Cr, 01 U10 01 C.111. 010 a 010 (N CA (n o ^ ■ INTERMEDIATE TERM STATIONARY • - In a 0 0 w N 0 0 - 0 0 0 (o CO 0 0 � 01 0 0 �1 0 Traffic Flow Portable Changeable Message Sign (PCMS) Truck Mounted Attenuator (TMA) Channelizing Devices Fl ro m a N cel O 0000000000 aJ O1 O O 01 A O O W N N a -' - m N o V1 i 00 O T. _. + K 0. T. 3. O,7=3 1 0 3 Nr Vz -I F 2r, DA 01 a a -1 O 01 j W 01 0 0 N N-. (O a 01 0 -. (0 01 (T 01 N 0 - mr civ, M ro a , m +O m N ,0 aO € Ci. IN) u --NN 0 `<n -- v - 070 ion REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 52 of 132 RECORD DRAWING Na STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = I4i 0* RICARDO r!, f�..‘, .('c-_• F _,Tfkll ' L ' gst�t1, " *+V MARTINEZ 58265 '''% ,,;L� / y CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 Corpus Christi 7x.68413 P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI''. TEXAS Department of Engineering Services CONVENTIONAL ROAD SHOULDER WORK TCP(/ -1)-12 Martinez, Guy & Maybik, Inc.~F-•.f�l•T,;�;° civil/ Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 DISCLAIMER: The use of this standard tS governe0 by the -TexO5 Eng neering Proctice ACt-. NO rorranty of Ony kind is mode by T,D07 for any purpose errafSoever. TxDOT assures no responsi0i l ity for the conver- DATE: 5ion of this stonWorO to other formats or for incorrect results or danogeS reSultinp from it$ use. FILE: ppa NN p0v 0 x N]O Ra a)O N n ♦ON yam 1-r.- qm < N ]x0 Oxo -07 Ow �a 42U.m TO ONCOMING TRAFFIC x Ing Sign Sea )posite Direc oS Below (/> Z i T o w m too' -. 32 tOL WI TI- hon H hon 2000 O Z m cp D r a a YIELD SIGN! ADT - See note C L O r x 1. 1. x x 15' 50' M. B work SDoce I.j. 150' Min. -100' Approx. Devices ot 20' SpOCInq -< 100' Mox. Devices of 20' spoc;no ivD -on. ♦ o\ D � z moo >D'4rn 0 0.voZ i <I rn , •.. • TO ONCOMING TRAFFIC C::::: Sano -'p :2 =in a0 gni a END ROAD WORK o -an oan �� ma Nam_ - -. (7p m N N •w mm om-•+i aWXOi X0 %N mXN %xN 010• av .o m' • rn as g - m x e m END ROAD WORK °2521,7 O_ -e • 0-0-.0., OSpp 0000..i-8an .C_4y_JS7 7C_ppo a 0 0 0 '"-2, O - o 0 qsi Nnlac,xN0 mxm el .0X mmw O w N • 8 a9 2:3€7/8ee as 0m 0 - 7-0 7 9m 0 -n % n m N rn ill' o a •z �� m= m .N -o o ITROL WITH FL Z • • i ii' : •Y::•':Y '. • co y D m x a orn r f D f7x f f • II I x x x 8 50' Min. 8 41(4._ Min. work Spore • \ 190. o• O. • + ., z m 'o o f? -v..Devices t N CT too- Max- 4i of 20' spocing 0%. P\ 4, `!C m>:;'o+ ♦ 40 \ Pe + Pe \ m tO D _,� �Z0 v >, vw D �D o Dm -< vxo vovv m n mxy 17 ✓ + \Rl 73 U1 arf 00 yr�� a* an eV, m. N m• w m • N O Xn xT XO SX? X •, N r m"�t0 m0 qm�� N N \ \ P. 111/.a Cf mN •O :cr.) a END ROAD WORK an O D 3Sx O z o y� m w '.-s; - o :o - m -. c) ' -•-1 m y. a w .•.. - c) m _ :3: e�-1)9.'21411' o ays x >2 p se n� i y. _ m x• y 100M070 0 .•-....9C p O n O cqq� 0 -. a .M < -. g /043g 5.i -S 't "< -,..>1.1-6,,“" q�.cq r -. -. u. O., 0. Cr, O V• 0 o, O a a N Our y, w O a -';'S '.E3 004 ,E ]]] �yp gQ �.. O yo �o 6665 8.� OxN 7 'n0o0 =•�� ON� nm rn _ 7Dorn 0o b~• Kr i3 S �a "ial m o O 4000C :L0' sign troffic co sight distance. For half city block. In hued be no longer tl :L0" sign with RI.2, 0t minimus moulting b1 O I2Sy-'�22.4'1'ia `oo, n�"O.gSam�j do O ci6t J .14,A-� JO •c- mx' 31 C 'l m NOTES c m eentionol RoadS On sr lengths hove bei moth of TaperCFT) : . .n o'er orn N _ O 9 {. f �0�}•�ry,> Lf: -0' p O� mOQt �] A <u R 1 �.i� i O w n o3 °ER Q-• < a m a.o -1-1S.3Rr;_B' <0O x'O KO� -. R o g a "o $Rg .n o o00000ouuo;� 0, O., u. o N u. u. o a N u. d+ N - o u. ., u 00 z 0 �< �ggo5001 1 1 px1; O` -N1 g N<0" '2)-1 m -I-. 000000.0J•l0/ O. O.0 aNN-i_*1?- 00:—.*�8p ?m O1 O 'ii-a.•vl3No S8 Aga- ggg1R" :.-.00 -•O Ri -3 a8 0- _ ,-.m- RQ,.-' /� *7.< a, dm-.-.d.muwN-0 oamNmo 0Na H X'Gi al X n —` i"�g1— - Ts- Texas Deportment of Tronspo Traff2 Operollonis ONlsion TRAFFIC CONTROL PL, ONE -LANE TWO-WAY TRAFFIC CONTROL TCP(1-2 _3 in -6 o moy be used on Projects with opOrooChes thot lects in urbon areas, work spoces should be no >1 oreos on roadways with less thon 2000 ADT, wn 100 feet. IO ONCOMING TRAFFIC' plOWe Stroll be ',loco on i pt. Nil Ore REQUIRED. strafed ore REQUIRED, except those denoted with len stated elsewhere in the plan, Cc for routii >y the Engineer. sign moy De installed offer the CW20-4D 'ONE LAI spacing shall be mointoined. On oaditionol CM20•ID 'ROAD WORK AHEAD' sign m the flogger or RI.2 'YIELD' sign is less then Id be used anytime it con be positioned 30 to 11 IpoSure without adversely affecting the perform Ire rto longer present but road Or work Conditio. Piece, Type 3 Barricades or otner cnonneiizing r Vehicle and TMA. IMAs may be positioned off the paved surfoce, rw rider work spoces. NN (unOed off. ram of OffaetlFT) 5 -Posted Speed(MPH) TYPICAL USAGE 0000000000: • '0 q S 0 LEGEND N �.io .p 3 ^Q Q4.ii y 0000000000 i� 0 gig' g� 0 n n ii s� • O + N<K INTERMEDIATE TERM STATIONARY 0000000000 c 51 Truck Mounted Attenuotor (TMA) Channelizin9 Devices S -. n -. n r �� .O m 0 0 T 0 0 V• a w N-- 0 2 _ y c § a 0 r ' 4 i P. 6 o a o 0 0 0$ o 0 0 0 0 0 0 0 0 i„ m S 1 n „ _ rnm r v 14 a 0 240' 42' 295' 49' C !if - i n s n Oy $ g am N yi gm• w a O ll, a w O O aw mr1 3 �8 i 0titO. iQ -. .D .000 �. N w a J O. O tJ. O Pirr - D. S 0 q 72 8 z 1-. go u,m" OOuo - - ONo . O . . �-o gN 13 1 '" " " REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION SHEET 53 of 132 RECORD DRAWING NO. STR-900 Cm PROJECT y_E13097_ CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI ( = = WL P OF k� i SSY�� . • i *-' � RIcARDO MARTINS 6/ ` 58265 ' /�r ss`� `��Q`• ( t In ' i CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 Corpus Christi 413 PX368 814-3070 FAX 888.653.5510 """ CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services ONE—LANE TWO—WAY TRAFFIC CONTROL TCP(1-2)— 12 Martinez, Guy & Maybik, Inc. civil/ Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 DISCLAIMER: The use of this standard ie governed by the 'Texas Engineering Practice Act'. No warranty of any kind Is mode by TxDOT for any purpose whatsoever. TxDOT assumes no responeib11Ity for the conver- DATE: Ston of this standard +o other formats or for incorrect results or dosages resulting frau its use. FILE: aci run Nn an -01-WI Nn an Wn Nn an u: --an co. r,a* ma* co* 008.7 �a� 0i ch* eaE CO* 0�:0� ° 0 ' 07 XN Xe. XW Xa ♦�•Mpp XI Xa Xe: X. Xa 70 x0 O -o r 0--•7 3- 7, O m Op - N W-� N9 a N� a W-1 NV a a0 m • a m a: e." 73 %► x>C jill 33 0 SO �7 '1/2 LL V x 1/2 L X 2X 1UATE FIE Z Q M ) i p 1f I lJ • • D -1 Shoulder • D<n . ... r ■ • • •..� Z * - _ m .. • • • ,. • • �� • . .�. • • ••. • ••. ••. - . •-�• a .— I.— , . . 21 . • — n =' 4i •••• '•Ili@ -:4Y' • OF VI r �o � • Q D ,� • • F • Shoulder N < m m N •• a in 30' .. Min. Approx. 100' M = 0 2X «o X 1 /�_ L` 8 Work Spoce X/2 1/2 L 8 a o END ROAD WORK F- C) M s - x IN X) N Eo0 �asD EX X ark o 0 70 o ° X. XW X. x0 ti'N a0 0,v 1) 11 3 W H 0 CO . 11 CO VII 0 • .-. N N_ ► ► BE PREPARED TO STOP W3-4 *20-7 B" X 48" A 48" X For either TCP(I-3o) or TCP(1-: USE ONLY WHEN FLAGGER! CONTROL TRAFFIC (See Notes 2 8 3) a n wn XO, 0.- V:AX XN 0 0 W N J xi, X n O:ti1:111 7 - mX • X. t7:np- - n W 0 7 A 7-0 Q 0 yo] O .03 6E O; N -. 7_7 N �- IN ► ro x O 2a$ 3ooq�� a 0 1 I --I Z Z m CP O m 1D� 00 -t e3 7 00 NO 07 Do° roan a n °° c; u:• --an r D Q 73 1/2 L X Q+ xW xa �0 �NV aOXO>E � 44:,111or D Shoulder ■.. /w• :LD OF VIEV 9;!! ' 1 °w 0-40 100' �CB 44 x,2^4.: 0 SO0 77 vac =>.0 z x !'°07CE 0 -- 7 0 ShOV/ ae, N Nn an ^wn 00+.0-• Wn 0-n OE Oaf co* 0 m* 70a07o Co -N °Xw xa OXe: 72 7 - r 7 £ WE Xe: ON c0 XN END ROAD WORK 70 XO. O 0-1.20 0Ce CIO 0aM . la; MO. • 0 cr • N N CP 0 .. W1 O. a x0 WM,,.p..,DD0 n cD - e: u' . W N- pp44 p0p0 a. -.--170 VO --�dO - 1 T o--,0 O?wLt§iOR<C:P-41180$029 O o0 Z m r in _ v.valo N: 01TO NutaaW V•O N OCAO W *gp pt -1O+n10E1M p r0 01 1♦ -yJCm OC l -tin tir7 _JJJJJJO C o O g0 ti•' 01 1° g.O V -"--w Oe :RAL NOTES m )nventionol Rc ver lengths h •Length of Tor Op 0002 -e< 00+7 �� z0`o°g- °+ i M O O C 7 7 2* 7 1 O- Orn a00, 1000 OO 00 y i. G M O q i 1n+m 0§meg$-4'3- 7^ §.E1 300 _ 0 p0-.- -0 0 v i c 0 y+ 31" 0 o yio x.1m O-w0<avv (p��+_o° SC iE 8 X 01 r * r O o O 9 L F �� NNN x� °O y� O -X NO 0 J_O p---1 a3 +. ♦-J~•p-• 'c°Q N N - ° 0 INC O 1000 7 1.1 7 0 -��O°�000�0°iO70�F'. 0070 µ ct ti' - -00 O N n♦ - O_7 m 0 0 0 0 C 4 :n O 1 O E- E C+Q 7 0 § 0 to 0 0 O 0: O O0 C ms r v N O o 00000 0: 0: V1 O to O a V1 O 01 01nu: N N - df O V: og O ti. _ -,O - ti - 00 - 7 --1 00 0 7- O 4<G Sa3 o3m<wmgE2aEOm`3E -*Z47, 50000 t yo p oe Q 0 3° w ^• ��� - Texas Department of Tronspor Traffic Operations Division TRAFFIC CONTROL PL.L TRAFFIC SHIFTS ON TWO LANE ROADS TCP(1-3: (j TxoOT Occertoer 1985 =El=w. r.C. O 7 °, °° O C C 1 g O O C O 0 O 2 0 0 0 a° O< ,',111,.,7..:6-.,, 2°m Z 9s Only ve been rounded off. r(FT) WWidth of Offset(FT) S•Posted Speed( TYPICAL USAGE N �J v o�ov J d: O V: tp ov l0 N °1 v v v O-* g -*38 1 1 7 Mounted g Arrow Board �1- < O LEGEND .7.It��ipO7 - 7 + °°+.3� + 3 -" SHORT TERM STATIONARY o a 0000o00017!Oy CO N o a N a 0 i...;.*a n T. m i ' G 0 y N.c p e. o p_ ; 3i pj y r 0 2 i 3; - 0 e, 7 [ D g 0 199:9.e, G R C 0 C�E200 0 Sui J o N O th o V O {T o a V: O 1T a W W° O 1n O -1o$ 7 y 1n 8 ■ �O OU 9 hall.➢➢°p ..-6~a.E w °•• im INTERMEDIATE TERM STATIONARY � < n E!/��,IrZ�1w> V -Lf''L�+'• p?a0 O pp tin 8 1 0 < td o 0 w O. 1 a 0 C .O <O < e N 0Rl1 i-0RJ0a.T' mC.. < ! 0 C ,rK fE 1 via. m a S 2S0 - - (7: Co - - W N -- -- O 40 CO -1 °: p_,a0 % ��- T _ Traffic Flow Portable Chongeoble Message Sign (PCMS) Truck Mounted AttenuOtOr (TMA) Chonnelizlnp Devices § -•-�$-yp01 _ g0 x1 m z21R-E-.Ono...1 � o y��•y$go 0 0 000 O 000 O °o F, r .13 aS1S'7_� -'$ow 'c i o ? 1 01:0 A O R Opo - j ° 0 C -liR7 7Rn 7 CCiX t0 ao O O 0 0 --/ d: O O 0 0 N a W O o N 0 0 0 N - - a T N 0 0 0 e Nin ? x - S� 1 �7c 1 °< m Eo§ v e N0NpS •� 00'ONO 1R 0 d }} CC JJ � O tq ' CC¢r� ono v ar o 2 p yA O N OO V: O to 17:0 O ai uv, J G�4b{ 0•y,Ey - ZR�O$ f N i 3 0 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION SHEET 54 of 132 RECORD DRAWING NO. STR-900 Cm PROJECT y_E13097_ CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI v = -........= "" CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services 1 N.‘,0.1 1 "tF ' " 1d s+ • is /- :.._..........__.....»...... y // RICAROO MARTIN i - 265 '<<A�_ `ti��� _ CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 60000S.Staples Corpus Christi Tx. 78413 P:361-814-3070 Fax: 888-653-5510 TRAFFIC SHIFTS ON TWO LANE ROADS TCP(1-3)-12 Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 DISCLAIMER: The use of this standard Is governed by the 'Texas Engineering Practice Act'. No warranty of any kind is mode by TxDOT for any assume rhoteoevor. TxOOT oesue no reeponeibl l Ity for the ccnver- DATE: elon of this stonddrd to other formate or for Incorrect results or dongpes resulting from its use FILE: c'i con xto N L END ROAD WORK -estnrpn pQQ _ -4p p :iXO, -. n0 pD 0 7 >_ ♦O♦ - O0 V Sion m AD + 7 7 0 7c 0 \ ON -+[ 1.8.1;)m7 ei.•tx .ch x for 50 mph or less A I .i 3x for over 50 mph I 0 Z Shoulder Shoulder M i— c) a a Z — -o a a M 14i n a C> o a iii �� •• �,,• M Shoulder •Shoulder 0 F f 1.3 L 30' x x x L e n100- work space ApprOX. r .r ... « T O0 0I� _ .•3 > a t7 (AZ= T* 0 m■ Infill-1 0W N • 0./C xOi X X N END ROAD WORK fn N m m -m. m A 4. „gnra. wen rwreo M a /--- END ROAD WORK \ G20-2 48" X 24" O 443 oq r ° �° 0 -+ [ .e? + X 0 • • .-. ..11, eli xm mI m+lmE x • u, 8mx A. m 'm0 'O rr _ y ox,o fl1R1� L x x X —I e„,---" 4 4 1 { O shoulder Za ,,.• it•. a .• - ., 3••.......- • n Q r% • • r. • C> •-•• 0 : i 1 Shoulder P1N 0Min. LL f F 11.1.12. IX X X 1/3 X L L L 1/2 L 8 Work 30 Space j 200' Approx. L1/2 L, 8 • .-a Min. • Min. ' / A ,. �o O mrel m-f z m^an an NO an 410 A 31:g. � x0 mxw .... exol aD0 mp 4. .0 iDr {�-Oi ♦0 CD . m .. N N 0x(: Xa S.N•a .0 oa CO N ti xa co-004.00IN 00.n 0300m7070 070 * * ,nom Da-172070D�7 7 0. 7 rn n c 0+ 3 - -1-•+Etp00--100 .-1 0. n • - •_-� • Ft . N.�,0 (7 w m '� J r-.n Or 0 a1 a1 N 0l7r (T 01 0�0(n0 d P.0 w 0 O * e P m0 70+D7CE74,0- 3004-0 p -ODD �. 0 312T � _.0 if this TCP is u lions shall be u ;enterline where the arrow ponel (1-4b) y,D�.O -SO O[D+1 a o -» - D i m �: y,1a 0 -$ JERAL NOTES 1 175( onventionol Re oper lengths 1 .Length of Toi n OMna M<00 t+W r0 200Q0 m+ N u100C 7791[71 Fie O-i+7-•+IOnC Nrn n000770 0; m'$�m N �N+N+ 0-•600 S 0 +_.a_m40Y000_no m ,4 0 1 00� +-p-S-N 70n d 3,S,.o�O3gE-o p114yp m In * : • �f O n 9 F �i:-�' O J SO++-ES 0• Owl N N O -t N ,,, 2 1 3 70N O4 7 ' I3 ; 0 --O..mm+a Yarm pi+0 A-3 J 0 G O Qi �•0170No00 O M2 �1 0 O� d1 0 0 f71 911 0 0 D N 0 V, N (71 0 y o O 0 O 7 O O 70 O V e�R�n 17, H [gam 0 yx, .0a0 moon 0� goZ n� w _ eNi Texas Department of Transports AI Trott' lc Operations D'vlslan TRAFFIC CONTROL PLAN LANE CLOSURES ON MULTII CONVENTIONAL ROADS TCP (1 -4) ©Tx001 December 1995 !ow JO" c" rxeor lo.. noon irected over o yellow centerline, chonnelizing devl -woy traffic should be spaced on topers of 20' or I re 35 mph or slower, and for tcnoent sections, at I ed in mph. This tighter device spacing is intendee onflicting markings, not the entire work zone. d for a left lone closure , CW20-5TL "LEFT LANE CL( d and ohonnel(zing devices shall be ploced on the ceded to protect the work space frau opposing traf1 oced in the closed lone near the end of the margin( signs where shown ore REQUIRED. 1 devices illustrated ore REQUIRED, except those de symbol may be omitted when stated elsewhere In the ntenonce work, when approved by the Engineer. WORK AHEAD" sign may be repented If the work zone Is less than 1500 feet. ith a TMA should be used anytime 1t con be position odvonce of the area of crew exposure without odvere ormance or Quality of the work. If workers ore no 1 r work conditions require the traffic control to re icodes or other chanelizing devices may be substi( isle and TMA. Vehicles with TMAS may be positioned Off the paved hose shown in order to protect wider work spaces. O-' z TYPICAL USAGE 825'1, 900' 75' 1 150' 1 900' 1 540' ds Only ve been rounded off. r(FT) WWidth of Offset(FT) S•Posted Speed( -1 O y 01 01 N O a1 V I O N at O d N ,o t0 N 911 N- N a1 (11 t71 o +•- O + * 7 m 3 * 0 0 791 Mounted g Arrow Board g l 7r < Barricade LEGEND - �' ,� SHORT TERM STATIONARY W-, d O r Co N 0 0 a1 01 0 0 0, w 0 0 N- ,T O O+ O- w- O 7 a 7 0 0 'Q On o On a Toper Tangent N C .1 O a1 a1 N O N 911 (n O d a N O w L. N . tn� i g$ INTERMEDIATE TERM STATIONARY s g<>0>1 .• a y% Traffic Flow Portable Changeable Message Sign (PCMS) !Truck Mounted Attenuator (TMA) Channelizing Devices y g a .,„-0..,- 1 a1 d T 00 0 R CD 0 .r a1 0 0 0 0 o o w N N 0 -- 0 N O to E o R N. ...)5 .- 0 -4 $ d k LONG TERN STATIONAR' SK �ga s s -4 a w (n N N aD a -- aD u1 N Zig m. v,ga J N to N s O g S g Z E N m [- n a 0 j6• 3 �n REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION SHEET 55 of 132 RECORD DRAWING NO. STR-900 Cm PROJECT y_E13097_ CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRIST! =7 = -...= CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services •—• i *' RICARDO '+ F��, . t.. •- 'f 4:4 - \ *+r MARTINE 58265 ;' • 9fC,T ‘���`� . / CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Corpus Christi Tx. 78413 P: 361-814-3070 Fax: 888-653-5510 LANE CLOSURES ON MULTILANE CONVENTIONAL ROADS TCP(1-4)-12 Martinez, Guy & Maybik, Inc. / TX.Civil Bd.Structral Engineering & Surveying Services P.E. Firm Reg. No. F-1415 MATCHLINE STA. 4+70 STA.—(0+70) STA. 0+97.51 STOP 81R Mc4RDLE ROOD STA 3+24.28 STA. 4+46 MATCHLINE STA. 10+00 MATCHLINE STA. 4+70 REVISION NO. DATE BY DESCRIPTION CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI REVISION NO. STREET SIGNAGE AND STRIPING STA—(0+70) TO STA 10+00 (1 OF 5) DESCRIPTION CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 6000 S. Staples Suite. 207 Corpus Christi Tx 78413 P: 361-814-3070 Fax: 888-653-5510 f/ RICARDO MARTIN Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 58265 2 -y ti 0 MATCHLINE STA. 15+00 MATCHLINE STA. 10+00 STA. 10+09.97 STA. 10+15.98 --STA.-70+17991 STA. 10+89.91 END TRANSITION START SEC7ION-3 HAROLD DRIVE STA. 12+22.42 LAMONT STREET MATCHLINE STA. 20+00 MATCHLINE STA. 15+00 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE DESCRIPTION CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI STREET SIGNAGE AND STRIPING STA 10+00 TO STA 20+00 (2 OF 5) CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 6000 S. Staples Suite. 207 CCorpuuss 3hrlstl P: 361-814-3070 Fax: 888-653-5510 r SE • x14 i2 f„i /\ •*6 • RICARDO MARTINEI2 Martinez, Guy & Maybik, Inc. cm/ Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 58265 MATCHLINE STA. 25+00 STA. 25+16.21 ENDSEC110N-3 START T84NSIIION STA. 25+28.92 STA. 25+67 -3TA-26+00 - Co7-3-- „3, cl3L9 STA 27+05.64 STA. 27+22.98 STA. 27+25.78 GOLUHAR ROAD STA. 28+24.63 STA. 28+76.67 STOP 84R N x` I CO r - MATCHLINE STA. 30+00 MATCHLINE STA. 20+00 MATCHLINE STA. 25+00 is 37VOS 0/HdVal0 REVISION NO DATE BY DESCRIPTION CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI STREET SIGNAGE AND STRIPING STA. 20+00 TO 30+00 (3 OF 5) REVISION NO. DATE CITY of CORPUS CHRISTI TEXAS Department of Engineering Services DESCRIPTION 6000 S. Staples Suite. 207 Corpus Chdstl Tx. 78413 P: 361-814-3070 Fax: 888-653-5510 Martinez, Guy & Maybik, Inc. Civil / Stnictral Engineering & Surveying Services TX. Bd. P.E Firm Reg. No. F-1415 RICARDO MAR11N fro•. 58265 0 'ON 133HS S,1NV17fSN00 7' PARKING 11' LANE on 9n -1-5n pi Ion 11' LANE IY _ _ i gr C -<",_ 7' PARKING CARROLL LANE 1 1 ' LANE 79�.5n 23 -1 -no 9.3�50 MATCHLINE STA. 25+00 is 37VOS 0/HdVal0 REVISION NO DATE BY DESCRIPTION CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI STREET SIGNAGE AND STRIPING STA. 20+00 TO 30+00 (3 OF 5) REVISION NO. DATE CITY of CORPUS CHRISTI TEXAS Department of Engineering Services DESCRIPTION 6000 S. Staples Suite. 207 Corpus Chdstl Tx. 78413 P: 361-814-3070 Fax: 888-653-5510 Martinez, Guy & Maybik, Inc. Civil / Stnictral Engineering & Surveying Services TX. Bd. P.E Firm Reg. No. F-1415 RICARDO MAR11N fro•. 58265 0 'ON 133HS S,1NV17fSN00 MATCHLINE STA. 35+00 MATCHLINE STA. 30+00 COPUS 7REET STA. 30+00 START SEC770N-3 COPUS STREET CARROLLETON STREET COPU.' STREET MATCHLINE STA. 40+00 MATCHLINE STA. 35+00 ISHEE! 59 of 132 RECORD DRAWING NO. d STR-900 CITY PROJECT I E13O97. DATE BY DESCRIPTION REVISION NO DATE DESCRIPTION CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI STREET SIGNAGE AND STRIPING STA. 30+00 TO 40+00 (4 OF 5) CITY of Department CORPUS CHRISTI TEXAS of Engineering Services 6000 S. Staples Suite. 207 Cx7us Christi P: 361-814-3070 Fax 888-653-5510 RICARDO MARTIN Martinez, Guy & Maybik, Inc. civil/ Stnictral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 58265 2 .�2 $ C) $ j ,r2 $ in 0 s 0 z m z 0 STREET NAME SIGNS AND STOP SIGNS MATCHLINE STA. 45+00 I » \ 1 1 it j' +-1\ 'may 00,1 ._____�___ll- DALRAIDA DR. 100HOS A IVIN3W313 VONV12138 ON >1 JVd ,L L BROWNER PARKWAY (SOUTH) -4 BROWNER PARKWAY (NORTH) ii ii 1 STA. 50+00 lag MATCHLINE STA. 40+00 D z -4 LTJ D rn H � C 1�9 ›Ir Erj STA. 43+56.66 --x X ----i--- STA. 44+20 EN0 TRANSI7TON —x X --x-. x !w� HOUST7N STREET I L 1 li' STA." 43+54.54 END 7RANSRTON rn L r ' r ONI>12idd ,L z m m 11 11 z C) 1 STA. 44+20 END 7RAN5I770N START SECTION-E_� v v MATCHLINE STA. 45+00 0 3376'OS OIHdVdO REVISION NO. DATE BY DESCRIPTION CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI STREET SIGNAGE AND STRIPING STA. 40+00 TO STA. 50+00 (5 OF 5) REVISION NO. DATE BY CITY of CORPUS CHRISTI TEXAS Department of Engineering Services DESCRIPTION 6000 S. Staples Suite. 207 Corpus Christi Tx 78413 P: 361-814-3070 Fax 888-653-5510 Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 'ON 133HS S,1NV17l1SN00 25.11 ' ® STA. 1+87.93 8D. N ; m N•II oo -{-- -- /3: r 26.0' @ STA. 27+21.78 26.0' ® STA. 28+76.67 r , n oO-E q I D 1 r. I n m i Z F 2. 4-1 I 7+19.51 (J) L o Jt STA. O r v cn N M p STA. 7+33.35 IV-1 �I •--� Q) 33.00' q� �� fr .4iiiii _stV I*, e 2 1'-0" y,. _iv, _1 L' DIRECTION C n YIELD LINE n O o I' 1 SCHOOL ZONE STRIPE DI -0-- 101-00 N JF PAVEMENT -\ I\A 111 O o eggI10+15.98 DI 1 1-6" ):N I• I �� \ _ 11 U 1-- P.Mrim a rzri a FT U 01 Alb Bio rIl �` 12.75 FT. NI t a a opo o�� CO r ��n N oA �` a RI '------ rrl l• 1,Y, 5,;.' oho T c)� r �n 8FT. _ ..j REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION SHEET 61 of 132 RECORD DRAWING NO. STR-900 Cm PROJECT yE13097_ CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRIST! .7.a ,, i /.1.4A o.... ?y?.- z RICAR0O :., , easi, / 0 • amu` �'2�. -. . MARTIN 0 58265 . A ' •t CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 Corpus Christi Tx. 61- -814-3070 Fax6 8653.5510 CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services PAVEMENT MARKINGS AND DETAILS Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 DISCLAIIrtR: The use of this standard la governed by the "Texas Enptneering Practice Act". No warranty of dny kind 1a mode by TxDOT for any purpose whatsoever. TxDOT assumes no responbibl l Ity for the cOnver- DATE: sion of this standard t0 other formats or for incorrect results or 0argge8 resulting from Its use. F ILE: GENERAL NOTES 1. Edgeline striping shall be as shown in the plans or as di The edgeline should typically be ploced a mininun of 6 in pavement. This distance may vary due to pavement raveling Edgelines are not required in curb and gutter sections of 2. The traveled way includes only that portion of the roodwo travel and not the parking lanes, sidewalks, berms and s ways shall be measured from the inside of edgeline to ins two lone roadway. o,s 'm�qa• ��aaS- gg9 C s110 5 ° m 5 4 r, .... i # >11 o g a 0 1 rn '• 4' Ye c c Shoulder width } may vory 9° __ i— 152 am g D 7007 tZ 13-1-97.- _ ggg S 10. r i \1 = a 9 i e 3 Om N CENTER FOUR LA WITH OF _., 0g2 o 2 Pavement Edge 6" min. (typ.) � � y 0 gg$ga C g' g'`%1 Lig � OD 60; 0.9% �O4ae > c$Yv� g'°'_4 N. V S$3 FR' '°� 1O -- a ----.) Ho 3 ? y�. , 3 '',,ci .s_ 11 rected by the Engineer. anes from the edge of or other conditions. roadways. y used for vehicular boulders. The traveled ide of edgeline of a n of necessary striping. Stop/Yield s greater than 30 ft. The median ed highway measured from edge of rn lanes. The median width might be e approaches of the sane intersection ermine If markings are required. INTERSECTIONS /� m ES 3" min. -4" usual NAY Or r max. for traveled RS way greater than 48' only) 6' min. when o smoulder exists (typ.) a i N j µ R 0 Di .! 0. 9 g m r r' 404 / R >, D O W k- Oal 0 All pavement marking materials shall meet the required Departmental Material Specifications as specified by the plans. m x K I II 'On 11 "Lf" WO LANE TWO-WAY ROADWAY WITH INUIT PREFABRICATED PAVEMENT MARKINGS IPPLIEO THERMOPLASTIC 'IC PAINT IINOUS ADHESIVE FOR PAVEMENT MARKERS Z 0 n 0 N m N TENT MARKERS (REFLECTORIZED) MATERIAL SPECIFICATIONS m • 11 1" White Lane Line —1 ====a W 0 0 F. a wN- Z Z O T 7 S 7 tiO N - M o o T I \\ i • 9§ z 0 0 `` Y F ; 1 e• a a 8 0 WE L D w N O ac N 0 m 0 0 0 w 0 m 0 O a 0 0 0 - m, m 9 i N to 0• •-0 D _- `�' W ' approach is optional but if used, it shall be o minimus 500 fl IL) see Table 1. 1) and the required crosshatching width is the full shoulder w •equired if delineators or barrier reflectors are used along ti refer elsewhere in the pions. YS WITH REDUCED SHOULDER ACROSS BRIDGE OR CULVERT 9a' .vn OR WITHOUT SHOULDERS f 4" 1i0.-4" max. YeIli 1.1 i I' .r. \. \ [VVVV ON ROAD BEiNG MARKED EQUAL TO 3yj2" 12" ED ON ROAD BEING MARKED EQUAL 1 YIELD LINES r o 0 s 7 it of it) \ Ilk, C a pp + y NI O P,,v. a s = i i il ;S o O ? Td R u o a _ a•: c G 1 o O 0 ;c y / I W.3. o 3 E? %t o- y 0 0 0-1 2 0 _ O 3 0 a", C. ^• ' N g� € -C k G� 2°° �Y = •��g:�9g a3 ass; oe lQ CO I" o r o o .. m o59m'$ gram am ng$ rn f �m J'au, x 70 K H g Z D oB o6 ao xEogp PI. "n ° %8 ti b" ,,m .8>:•, _ �o o 2�� Iv IA (Posted Speed — TYPICAL L 3m'gi°_$ •...V-6-; - Ra rn f.. Y Z ?I nr S. o. .2;•5 xn 3 . 5 " '• Z O 9 it a li s - . gig '- g F. in D —I '% D ? S m �$ gS g0 a , a0 o 4 �3 S0 3 bi r r -lei, N 03 2 o � X N - _i +~ Y- Z O '•a 4 $ iiii -- .8i Qfrl o ` I�— D o 8 - N B 1. F sad Z o �� S .€_. _ r-g N Amy ? E S` j 8 N o w°71 � r- ° 11. o F. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION SHEET 62 of 132_ RECORD DRAWING 140. STR-900 CITY PROJECT 1 E.1.3097 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014)Id CITYOF CORPUSCHRISTI cH s -- = CITY of CORPUS CHRISTI TEXAS Department of Engineering Services r�9 LTJ �`� 5:' , y RICARDO MARTINEZ I , ,.Z .. �4 ,� 65a ;'� ,'?, -i.2 CONSULTANT'S SHEET N0. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 Corpus Christi Tx. P:361-814-3070 Fax: 888-653-5510 TYPICAL STANDARD PAVEMENT MARKINGS Pm(1)-12 Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 DISCLAIMER: The use of this standard is governed by the "Texas Engineering Practice Act". No warranty of any kind is made by TxDOT for any purpose whatsoever. TxDOT assumes no responsibility for the conver- DATE: sion of this standard to other formats or for incorrect results or damages resulting from its use. FILE: Type I -C o SEE DETAIL "C" ❑ e 80' 5Y2 l N n Z m av o � �j �j m r k Z/ VTERLINE AND a � m = m 0 z r D z mo o l+ N _ a Z +x N a0 aa0 V _ Z i D ° �7 m N o I 3 a, I. z 0 0 o ° o% O o o n - o = o I/ m o o -* Z ++ Z 0 0 N 00 n1-1 n am ,'O X N N m Z rr-I (n - o GENERAL NOTES 1. All raised pavement markers placed in broken lines shall be placed in line with and midway between the stripes. 2. On concrete pavements the raised pavement markers should be placed to one side of the longitudinal joints. ai7 D 01 m 1 +A D 0 0 R\\ , a- £a Z CI Z 0o -n +, m ,. m as m 9 D -< TI D n 1-1 I— -I H P1 V) 0 - ° _ - a 11 ❑ _ - - a 11 0 O I D -< m m --i X Z D z P1 - ❑ - o - — t 1 1 i ° to a _ m �' n 0 ° - ° N m0001. ro Na - ;o .a D a E o 0 1-1 N CT`" 0 o 3 3 All pavement marking materials required Departmental Material as specified by the plans. 'PERMANENT PREFABRICATED PAVEMENT M, HOT APPLIED THERMOPLASTIC 'TRAFFIC PAINT 'BITUMINOUS ADHESIVE FOR PAVEMENT Mi m 0 0 < n Z o PAVEMENT MARKERS (REFLECTORIZED) MATERIAL SPECIFICA cn l'Texas Department of 7 Traffic Operations Dlvisrc [TION GUIDANCI RAISED MARKE =LECTORIZED PI MARKINGS April 1977 ON: TM,00 Tx N m111, = a y► n► n ci 0•1�•••.••••4•��•�rI4�rrri�1�1�•rS•1•i1rrr� ���0•ii�SL10.i�••y''•i'ii�if•I IriN•:AMi•yJir'irOSIPOAL•i 1 m in < m N D N m Z o a v Zn 'a N < - 1•go•L...LP 01.1•I.Pt•Y.01oP;.VP.b1o1 Oo A.O b..Iv1o.05:v>•e, / •1111.1111N111111111111♦ ,......1.1...... ...11.•., < — x..1......1.1.. 0.1••Io�P1.P.••S.P••I.P 0.0100.040%10..o101So1 DAIoP.el11oh0 / 11.1111.11111 111.111111• hall meet the Specifications TIONS y/ j N N , 0 m m a a co N a o co N NI 0 co N o 0 al w 0 0, 0 d 0 0 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION SHEET 63 of 132 RECORD DRAWING N0. STR-900 CITY PROJECT # E13097 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = r , - F gs�E *• * *lp,d / RICARDO MARTIN . 0 AFD 8265 'o .,AM�_s C k - A CONSULTANT'S SHEET NO. MGM PROJECT.' 3542101 6000 S. Staples co�P�S Christi Tx.61-81 P: 361-814-3070✓ CITY of CORPUS CHRISTI TEXAS Department of Engineering Services POS/TION GU/DANCE US/NG RA/SED MARKERS REFLECTOR/ZED PROFILE MARKINGS PM(2)-12 Martinez, & Maybik, Inc. Guy Y vil / Structral Engineering & Surveying Services Ci. Bd. P.E. Firm Reg. No. F-1415 TX DISCLAIMER: Tne use of this standard Is governed oy the 'Texas Engineering Practice Act'. No vorranty of any klno Is awe by TxDOT for any t%YDase enotsoever. TxDOT (*suns no responsiDi 1 ty for the eonver- DATE: sion of this Stonoord to other formats or for incorrect «sults or *mopes result;no from Its use. F ILE: I 8 in >§ IU I MINOR CROSS STREET (ONE -KAY, NON -SIGNALIZED) — — rnA U —I 4c7 MINOR CROSS STREET el ........... °PE r- I A7-71[ - I �' r- 4> (TWO-WAY, NON -SIGNAL I ZED) I> i>a rZ \\L • A' white broken TWLTL AT ONE-WAY STREET AND RIGHT TURN AUXILI A' White broken yellow Draken - > SEE DETAIL A t- yellow socio * * vories based on length of turn boy * * * Typical ly equal to '// the length of storage lone TWLTL AT TWO-WAY CROSS STREET AND RIGHT T varies (See note 3) 1 7.K/' I I 1 > 1 Mile (lone Oro*) •Vories )See note 3) , vories v I 20'-0 y I 0 0 0 y e 11111k 0 0 0 0 w 20' LI' fTyDI 0 in _ 4 s X R I I .%. 0 I e - 0 * * D • 0 • "I r "I o e I�o F ,B Type I.0 4. brf Ii$ Z '< Zr rr, n 4 aR -t ° r E 73I M al° 1 g W IDR CROSS STREET a . 3 j� Y 1 1 f\l/7I I� m' O A m 7. -S a .1'7QS plrik y o 0 I 13 0 ais _s a n ' �` m r.o? R i:' z 1-°° ° c, „a? AO > bvement morking moteriols shall meet red Deportmentol Moteriol Specificoti hecified by the pions. )T PREFABRICATED PAVEMENT MARKINGSIDN .IED THERMOPLASTIC 11N WS ADHESIVE FOR PAVEMENT MARKERS ION ID ADHESIVES IDM MARKERS (REFLECTORIZED) IDM MATERIAL SPECIFICATIONS D N y r 1i3_ o wr o xn' .-. D c G� r i N d t Q aQ v�� =z 7E Zi iff v * ms.' i m r \' 7✓L y, ^. - .• N N N O m. O O m O m S N O l7 o N a _ \101 ' O LN f%O,r ov�.g8 e. V. a u QN §;Rg4 :. ... <_"Q o Ro gi�2 i91R';g12 1,-R 4 en, x O� G •c n j C�+ so CN N re �: -• NTJ sa N. "9.. -. "RA" 03 3;: o;`1 4. 5g ~Ro EE 3c —Too 01 a�+ogz 08.3 3g gp_a:5o R gi j<62 o_. G� c J 6 G 1DNN _-ma r51 A g to Ci rri r --t (7 R a ONLY r r.' IS i - ;Amen► of Transportation 1perollonS Division MARKINGS FOR FT TURN LANES HIGHWAYS AND 7T TURN BAYS PM(3)-12 1pDgtOOr� N• OoN7] �oo[ nN '.00 Q0 001 3 N �i X - x�O_ C"GN nN 7 "gi Syr N7F_ 11 F o N Cap 7 N'-. C• C,ir� 1 C-giN� NON_r�O g' -'"El J 7 N: -• i �� rx,%N-• y Hg N* :o1-g$�4Rlag g 3-I -'o of ,'`o /RSI$§o ; 'SS R Rin':- •c °� U O . ONLY o REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION SHEET 64 of 132 RECORD DRAWING NO. STR-900 CITY PROJECT yE13097_ CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRIST! 0Suite. iv '•;�2 t .,..,ek tI l'' ... �s4 0*i' '.%,, .. .. RICARDO MARTINE �'4.5 265 Jq.r s =,,...„Civil ����� CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples 207 Corpus Christi Tx. 78413 P: 361814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI........ TEXAS Deportment of Engineering Services PAVEMENT MARKINGS FOR TWO-WAY LEFT TURN LANES DIVIDED HIGHWAYS RURAL LEFT TURN BAYS PM(3)-12 Martinez, Guy & Maybik, Inc. / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 DISCLAIMER: The use of this standard Is governed by the 'Texas Engineering Practice Act'. No warranty of any kind Is mode by T%DOT for any purpose whatsoever. TxDOT assumes no responsibility for the conver- DATE: elan Of this standard t0 Other formats Or for incorrect results or damages resulting from its use. FILE: ,,mw 'al' N m v m O x., O a 9 m z i 7 a , G O O �f m g$ ee-33 0i. N _guel5�� a m 1 E o .3 rt O J p O % (p p NO rtO R Ofa$ - y < D m 0. g N to N° o R `&4744 ?OOO.a;C 2 C pf m 9, N° O ; O r a N -.7. O O m yZ L ••Z x ., I 1■II ■11\\11 I I r x•D xN - x C =ri x N xil r F aro o ° " D -' l mo -• N o N F iSO 2a! N g. rt9elrt <m 3ag02;2k. x �g , D r D .< jS :',o a $im sk- liliht .1-0, CD_, a 0_1. CIL I g 1 as Q.C1 0— n i JH:fl!1 O m \ N H N S. -.Ng • a —1 -F�gO C7 34- m m • o w g544° Y-4p•� �nN r X Rs�i '.':..R. •. D 7 CD O 10 a+o Co r 3`� 8 33-, 1 4 �� v6ppg33 a; R X ° +. 1.3. ° 1 z.■ an (n x C) m ago -0 .. Z x 8$? a o o D ~ % r z (0 a v o 0) V 0. I C7 77 m\ - m— < m mm -aVM Rom _ 0 w 7 7n tCn Q� 0 0 P1 .6.12. X Q 7' f O 7 0) 7 fn Co 0 y K 0 — (D CD -• (D O _ f-) — 7 CD 0) 0 0— t/1 D .C1 � � 7+• (D0 -` o { m ql D 2 1/2' nominal 3' nominal I Pipe Dioneter � no r 0. = 0 O• n O (D a)P 8 m o33 m, ac zm fl a 7 7 7 N — 3 or 3 1/2' 3 1/2 or 4' Specific clomp 1 Universal clamp 1 Approximate Bolt Length '\i \\., %%• �` j% /Try &v Ly_ co .rt'a. O 7. 211 ",gzag. mUcmgng +§ DV1F m -a-r o9x--2 Ui7co ,-r w20pao6$o22;oaO;opCOq,my$8¢, aart3 O r [•.w<yOrt mm y-3a�m \ 9<N rt5o8`moomm—w=3"-, 3$ 4.4 N •ow N CA rt % %� .$a�mma $o7m a ag ym....a dF - 0-.a N —N " w N —T > a w N — pg D a yy ^Q ai Vnpp�C C O ~M� N N 5' N O a S m m n , O• l , N g p= &...... ...-..a G9 ■ O .. O �• ,- J- p pO_ 8 m rt rt 5..s..4 g 1 i , < yi _ l Q . rt J(' p C O gC_ [rt -.= N V to rt ;; F Op = N N Q 1p pJQ N- 4 rt, � 7 I 0 �� �� 'p�p yQ ! D p=y \8N O8�N.�� O.m OO g rt �S�pO�� �>COO� O O ''a" r P 3 J •s Vj]y(( rt- V Ap ry< 9 N l� O NJ m J 3. O O * CCmm NJ >' 3 G O spy 4mi R �q? N ^ V m O m --J J , i "'111 1 aO J ,77,Qai bi_17i paO J• V -g°__ -a l9°7 O_ w, t.o r as �41 o �+ y°J -iiA 3 37ry3rt N�pry a� go9 rry3rt B 3_°$rym (aNpomb- m3 � R--> a $a o% �..� J J'1O'1 [NGW ,..a77 y6 tO $ 03 �$2S nrt iSg$2�y m ,g s Q1>O-. $r,- m. a m 3 Rey - g r0 - ildd r O s 5- �' > s _• m -. rt VI -.N N NO ggO gg W� g 8 a3£ g"•S o $8$ �_33A_�_;p�F(' ry� m_ � p_R op $i NQS •C V C P O� ? tra 0 0 m S Na-? =G -•N+ m <~ Uta 8a O� 3 .3600?g g3Rc IN ig SSS V -°N p<• N°m a; m.SaR 2N°m gOa_ mO•a3C 3 mNxx 3 ■py $[ 9 $[ mmi 38$P :Q11$g iy Ol [rt 5 6 [1 XO -$ i!;q D Q]C.gth ° O !.? 8.sg go9 24omma °3 ° 33 $�QQ 07J a= -S w°o= rt 5° ° ,n-. . rt 1/Lg3 -NJ. 0i- rpt i> r N 01 Ip O W ! Q A $O i rt- [$ l 1 a.� 51n ? m3 a$prt So- m�i3: a �(p CC p pp N �� gE V p minim N�-JJa �.0 Oa O•. iJC J'� M 8, a9A - rt [ m a$ g y. _ g 7 °m-1 q. N N '- N 1 M •O ° 7• m 1"0 :m 8 y i. p p4 ff 8,T gO mm� p_rt �p-00 O pp 0. 0., LmN O M°1 ? Jpm ,�mm qt g am lnni,.. jj 4.5 Op p,m8. p 0 a (m#f�i m N g § nO_ma OpC . - O O im m O O ( N . O ~a`m a a Art, N O. �J O m^m_ Nw O.;• , xN-- m$-�-mrt a• R$o°.i m' Ca °D p� .aoca o�4 1ai.$mawo y� �' .Q5 ...,g :4!0:1,0/ a °a oia�i�o a, -a 0cn m Lyaw • if mo $n 0v°mJG 3- 2 03 .{ m .. p _ 4 X - y� i F irtment of Transportation )perallons Division (TING DETAILS 4DSIDE SIGNS �LIPBASE SYSTEM ;MD (SLIP -1 ) -08 y? 0 6 O - D O W N 5 a m Qq i i . q} f y. 5 X m vpJ�� ca 3410 o 13 N -O. ;2*0 t KOo4 g , w 8 R. C� ON O ppF Q °p a S� O - eQ N Te $ 3 0[ 3•. C V 0 Q O a m rt $ REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION SHEET 65 of 132 RECORD DRAWING NO. STR-900 on, PROJECT yE13097_ CARROLL LANE FROM MCARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = , „ • rel �* f'" *th i *: ...., * 1 w RICARDO MARTINEZ 0 i 5 65 /ce +, ` �. CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 Corpus P: 361 814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services SIGN MOUNT/NG DETAILS' SMALL ROADSIDE SIGNS TR/ANGULAR SLIP BASE SYSTEM SMD SL/P-1 -08Civil Martinez, Guy & Maybik, Inc. I Structral Engineerings Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 DISCLAIMER: The use of this standard is governed by the "Texas Engineering Practice Act". No warranty of any Dt,I Ekind is mode by TxDOT for ony purpose whatsoever. TxDOT assumes no responsibility for the conversion r : F of this standard to other formats or for incorrect results or domages resulting from its use. 0 W T O 9.8 „3 K N A W N 7. O 10 co J OI N A W N T N WW O Line Side I- 7 Lood Side Insulated Insulated Conductors 1 1 Conductors ... ii II... , i I 1 I RrsnLn..ny Rnes I ]m o O'»7 ga T? o'D(ng 2,581 ave,; °n 00 al D m TT40°T a, .om ]am O y w a m O N a -2 a m^ C , a n a o C2 O° At m O O J w' 'a y •^�' ,' O 3 tD . g N o a 6 3';'2'-=6. VI d 1' 'laO —.- a 0 O' a W O O O O O l l4 O O <I. - 2, -,TE ' w 0 °'m 0 a O' n a� -- O-3 O n m 3 O —a F as-. — N z m -°o fc,`yo 0- °m a -oz Da �5o2 3_ m^o m0 m21 0o0oaa, 33 s3,4 .S ' m>$ 9,,,..3oo°o o -g.-..=$.-:, m x2 ammo oo0 nr' , o. ttpo¢ m32p,M. ~ „rn f0SE - n' ,a5 -.6.g n^a'0 a cr,=:-2•$^m I oo,n Og a �'mo �0ov,' .I"oo y,c°ei vmo 2. am?,Sg anm arr› z- o-Q�Sm m°, goa8 Ma N3 om Nc>< g0 'm.°omn 3 n m o- _3m *va .•m. �.gmmf'am� -a gat.-- 00 ao ma �0oa m�y°l,im m �� o o > 0 o m o °.. 0 1 m m' z sa m° -" -n a° F g o--'-. ;11?).' °. o m£ oo .m 02 =i Wg moa soF l am0 g a o £ o TSm "a..5.€35. a Fc_n .C£ 2 0 0av0aj r0 Ocm O 0', n Wog c 'g2 S 0 00 E. g-o.Sto X30 .^�S - m'0. ..00 aie alg o £v°' foo I am n°m-1,1 m gm£ v-ra 0-00 0 i N o n A.T. 0023 ma om P'< e,-0 ' 0 m o C" a°�gmF °O m P°7 -J. a" 003 I 05.7.7 -°0000 ms ',.5"A' m3 °nE ao n ''',5 m 32-5 e m ° moo `-' 3 fo y° .'s r,': ° A' ° ' -.0 ° fe � 5 - f0 a m g ° t1.2 -(6°-O..m3 IV OQ E0m°S'-O.ay 712- gaa '7 20 Via O4.a ma^o.nNg S n 3a m pyV °O< 2 a° 0Q""'< N V.°"• Vl �,'S Ea 'Cl-"' J3 g0 .g 1Dgyp• ° 0003a�0 m3a 0- "''1'5";-'P,�°A0 °0g 'rn gm Et Wcfo �WooaO'' W 0 O 5 m m c 2°° a0 0£ 397,-§s, a o ° c m �c D.< m a m o > > n m m W y Q a a O^ - .. X. o O m D= 'c5; 2. O Vf (D O F g �. 2. 8=3o O TS 3-. O '42. ,4-0, m ^ -1 C' O a'' 'O g 0 O' 0 30°° noa -0'e "< 3mOWam,a' 0 Ta v-- 3 `-"go Non ,"7'-'1,'4"2' g.. 80 a i c 5a2. 2 o uo' o o °° A o v a x° .< c 0 0- 0 g g n 2.„12 - 2 1 11 0 m g •< 0 i3 7 m m W S C N S P m 0 D^i m a :< � a J 3' �° �+0 O= O O ; 'gi -^ 2-2,N n 3 g- N z. ,3 a a F O az_ O O iia O -13,8' 02c181,22 2 g „7. O _336; 3 a? Z- 2 m N -g O C 2? N f 9 0^ ,Ig J a 0 3; g. O^ o n a F 0 o N a 2 '5.1 m -m2,-, ga— Sao m 70.1-"- 0a� mg mgg m 3,T g mv. ,g£ a `0. n 0 00 �?a m m Mg ^°a ay g� a app�a � lm�oo 00 0001x/1. zn ry 2 m m wa y a0 Oo . ..0;Ti O 00 ,R.mg .3,e g 3 N 0,9a Og•Na Sa,O .O^ a 0V ^'°O O .00O TO' 'O nn F O a -.O =n DN t m, 0.00° °Ra a` ^ . jmryo7 m 3"° Om 13 a QUO 2.,i,—,778512; i° o o < o z a o - a a o m .O a'0 n ,0,a3'0'e ° a' o. al m..�0 rn W 0. a0 00 25,7 mm°m F•°'8 °g" J o 0am�v' vW amm 'o.4 pm 0 rP2 o3w3 m - n `•a cm2 m m as o 3w=0' 0. vim W^ � - g gun' O �v. °° o�' °oo a Nat`o'O m: ax ?m o° 'g c 5`7°•0 a. O ` ..� a ... < m_ n 0 h .. ,O tea° tO 3o m 3 ,c 2'< .'. c 0 00 0 a C, ov D 0 9 M a m " 3 0- E 0 m z r- > z O Fd ,,, t!1 0 0 00 i 73 0 1-n a m o21 2.'15 8-1 \ P.' o o— )rW T2... am'�o% mf' mznp4 0DN ° m R -.°< a 3 g o a m Z oa p \\I N �oa�C EXPLODED j= L -11 — LINE JSED BREAKAWAY ELE ca X. n \ -;- \ L\ m ma0aWm (7,1 v z V1 m m ao 0 v f0 a 0 AL. 111•• ii . 1 s: i" . is f o n O 00'gC � g g ,ox, O C xV w a 0, VIE W Ali, a 0 n n �_ 1.11111 n _,._:1. 2 D 1 1 n n n u3 CO O. 0 W 0 gRaQ oc voo 303E 3' q ga§ rn'O a Baan ^ a S 2 .. ��i �:::m ,'� °aac r o O Z n 0 7 m <a ° ^ _ "°� :t. CP N ."S4 1° a D ^aam' nW °3,^f7 �Cr '�o I::m�o� y�4m �: pW a 0 ay, 2 oxo^ z _ I a *os xr, P1 —I O'o -at. 0o -^r2 o 10 o in 7'-0" 0 Min.(See 00 note 13) 0 -0 °U ° 0 Fo O _ s C O F VP 7N y6^ 54 0 .8 -rt 1 0 m a m o -h^ v 7'-0" Min.(See Note 13) \ F N o o .IE la O , W9 a°° mm m0 W n o o m W m 00 ' 0090 \~ 0 N y gm F n > V' elN u g -Tl-Tl..; 0 0 o 0 g Al oe, m' i3 o3 N 1.-D.. Al D Zl (J) I OD M IldM TI GI W c 1 RED ROADSIDE CON ASSEMBLY AILS = BA(1)-13 TkOT lac: TxDOT ]ox T?DOT loc: TXDOT 3 Np'0»N m_m0 p�<a130 .00zcci '32 a 0 f OA °,-2.11-E $a n2ma .°.2.-2a_mw snv 0+_.ofC, O,nag^„ mgav a sOOpO"OOmaN .1V1,: -Bi OA 4 _� Traffic Operations Division Standard n.lA ° m 2-2'< ^ 3.1 0 a REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE SY DESCRIPTION SHEET 66 of 132 RECORD DRAWING NO. STR-900 CITY PROJECT 1f E13097 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI ig 1 I. E. t F:•• ...?e,.stt4 # / RICARDO MARTIN / -°. 56265 .f>'' ' � . � CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples co pus Christi Tx. 78413%* Fax. 888�653.5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services SOLAR POWERED ROADSIDE FLASHING BEACON ASSEMBLY DETAILS SPRFBA(1)-13 Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 DISCLAINERt The use of tris stonOor0 is Qoverned by the 'Texas Eng:neerin9 Proctice Act'. No ro rorty of ony DATE: :Ono is mope by TOOT for ony ouroOSe rnotsoever. TOOT OSsutls no reSoonsibil ity for the conversion FILE: of tris ston0ord to other formots or for incorrect results or 0onOQes resuittnQ from its use. OQ 0-• O. _ nnn 07 N m s QGGG�� w N omz a ..— m te — > 07 07w OO 'S O7 tip D 83 r1 OC 5-mOJ T s -. —o %— M 5 o as x 0 <o :--xno > m , . m o C 0— C Z 0 0 7 D < - 0 oo�o °o .o t Cm N ° N O0 9 z. U 73 L...E�pp /.1 i N 1 Sp�t'.o J n o•N nom ; "' J O•J — nQs g ° 3 jwn, 8 t/f X ox e Rn47, CC — m, oto07 0 _.....„,5„.......- — — O00 o v mo 4 — NN •x Nm '" 4 7 70 / ` i••^7__ III8Vit P4 rro•���r l'•� C'1 O)-1 ,o 1 -____—� oI n0 Op y OO x ,i Ol,% 0N3 N .D Z O r 00, • 000. Vowm— m o0 00 2 O.N0 O3NK O , , % "CIDO CTCT J anon .7 =on O 00 0031 0 o �m V1 C o n All*'•, 1,',', wo , im' o,' 1 1 I v I co 7 g"Rn On t°t n E v+ No - 0. O ,g o o - o p0 m cOx�7 A 0 — �: 'cE.o m on -1 -t N 0 .0 -I ... 7 - 0n— 34 .4 O o, / °1 xb r Ix > II 1, II I... f o o°o° J is a. , �, n xn.- o.o3, o m, �o�y '-r 0CDO mt°m�n10 - ,N xx0-- 0 0 0 Z - I Z I I 7 , 7 n m -• V J O r• O —1 g, o m , le O �. p7X D �\\\^A•, X • • N � ^, 1 I o OnN• ?.00 . 0* m C Oxp 0 F-• x-10 �� J n8?0 Ntn LC 0 J7 .>* N x0,0 9O << E 7< r O, •QDN Qa3;7 8 jn /,, 0\{ o g y :7 Iw. 7 t � ., L T o c I 1 L t — I yo ID- _ o On n NO 7n ,•0N° 0 es K N N o V a O 60 ». 7C o° 7 S 's „o o .a 0.0-1 a x 7 nN oon- n om,n o , ro 3 pX 7 j n7 y\ O�> xg n . A- O -n X.0— ..00 .•.o,3 ..S 1,74'8 N 78Ooggo n 04X 0sa. S 1, 0 7 0 O .a+ -s 3 x p x 7 7 O V 0 8 08 0 li n'• .9 n.1,— $mm, a .01, on o, moron x o 00 53 =n 0R o 0000 _t%00 m' t°co' SN 0 x 0 73 v 1,0+3 m -0 , _-5 now* Q, O r O , J• S O O 0 .0 0 0 , 00 .0 - _ mm 0000 0 70 <07 ' ° S— 3 "*00 '0 0 7 44 nioa m x o 000C 000 Mn --o*x o,,, o.No 7N— a 0005 .0 0 3 aie c o N !1,-J•o . 00 0 00 0, :, 0t's07, 3 0700C 0 7 ,mom 0 0 7 mm eno 0 00 t 00 o-• ° . .J n 0n m n o % N 7 0 m , o ,0 o 3 x - N Z ---- < e`C 4 C4:4 P. IFFIIMMMMMiiiiiil SECTION Y -Y a to v N `r n K K N • wN v � N a N RN N w CO -I, 1 BOX TOP VI 30 3'. n_I IIL I j�Cm oN1 14 %2" 3 ;:`,41• O /.. _, :,' 0 ...medi 14 1/2" 31/2 IB" 17 V4" �Q h 8) xRa s g _ Ailip NI ler CAL DETAILS rERY BOX ND BOXES t12) —14 r.00r iiAlii, Xi tn •ol OesK i1 4''g m / 8090,w 4, 7 - 0 7 -. n OO -m .3 K 0 y 7 m A i i 5:,;8‘-' m 0 m 0 ,C10 REVISION NO. DATE BY DESCRIPTION RENSION NO. DATE BY DESCRIPTION SHEET 67 of 132 RECORD DRAWING NO. STR-900 Cm PROJECT yE13097_ CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI iv = .........7.— TEXAS CITY of CORPUS CHRISTI Deportment of Engineering Services :-�• IN E '.'. jEk�11 ?5 . Zs 1 moi :* Il/ i I / :" DO MARTINE —5626s •: F� tt��� CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 Corpus Christi Tx. 78413 P:361-814-3070 Fax: 888.653.5510 ELECTRICAL DETAILS BATTERY BOX — GROUND BOXES ED(12)-14 Martinez, Guy & Maybik, Inc. Civil 1 Structral Engineering s Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 ro-,. , c� uTu l;.. c SS..,:'uoci, o LI Z ni o o n n Iy no n� <4) oz .l �cn n-Isa c, u�uliu c 5N�.5-ow'i, m i.,,;o -14.N I 1 O O 20 p n� �� aV �01 m y 33.00' 8-8 .� x F O i x. 16.50" 2 0 c' c� 1 n y n (n px k. k /�/ P.C. STA 12+95.19 P.C. STA 12+95.89 / 7, 5,II X /�\�,. - o m o 0 J� I -- Q ` \\\ y0 x.01 ,' r— (16.5' RT.) n (16.5' LT.) r � - o n \o 4.00 500 0 T o g 2.50 10.00 pC N —4 Q,,1 I= r l! r / 0 r T r / y iii' co co w V" jp, D 6 00roe a rTi "' 6 00 = o o LAMONT ST LIMITS OF S MATCH EX/S1 ICKS ELE 5 ,�5 0 � �_ ti � �myi oo r\ a-- o --0- 0 r 0. �. n 2 \• mss, D ,b r°,0, O C ~ 03 moo. oo o m,� v mI )10, LAMONT STREET_ 34.90 ° 34.60' rb Z ` r 10.00 , ti r 2 O +65. 10 EXCAVATION 9ES c 2 ro m= sTh — w� c� — n .„,6:e„„ w m v o s "o- _ �• a 2 C7 C• "� — a C4 (1 n Z �� ti�� Zy2 >< w1RL. k R.O.W. ITARY S( PROP. 7' CYCLE TF PROP. 5 CONC. W V �+ CJ) ....,1\) o 0 411 o 111:111, t a ~�cn = X31 2 h 4, 5 6 -4r".A �, CS:) �, Illi� ® .,,,,,....,...i_ � / nen O r--C.:::' CO �_ n u �-1 ti r r. rnkw �., II c1l v I o, / c.c On ao -- A y t. n p P.T. STA = 13+53.19 cn WI O o N • �\ P.T. / 13+54.15 2,,23 STA 0 2 o 2 !� 2% � (16.5' RT.) o o, 0 4 (16.5' LT.) = m xy �\ 5" j� 11 7' r s' xx n n a X. -il Q O O70 / i, y ?ION STA 1+48.8 ITS OF STREET EXCAVATIO BCH EXIST. GRADES 13 � i Il a 11 WN?.. 4�N�S II 1 r- I; II CC 2 cp t.n "1 m O 20 n U n� �0 U 2V x frly m ri ' \ L c') y \`\ n U O �j n� 'L fes! .- r,)i 0 I sA ��� II a Ij mNogo O :P C m p t-. ,- 7' �/ & 16.50" R. nn?, L+O?�ycn ir �� 0 - ?3', \; \ Y i� U<OONbp O �` U) m \ 2 M1 y -�, ....,..."--1 P.C. (16.5' STA RT.)— 10+32.3300 1- �� c u0 ®� n 0 q wti �` r O 90 wn'• Hu �mo,^i p ,4.56' • S �6, A v :N nis �u,;u o tie ay c a 009 m I. �� o cr"i r O n >A z WN? ^� m^'aib w ~ n a --1:111 a s 5=0.309 .1 c-, - m c W JOin, 1-- 11 o ti ,fin �I cE i. 5' 5' 2' 33.00' B -B / a —2 MARION SIRE — o Z „.,--1 �' 5, 1 5 o _ 2.1a 4a — Z P.C. STA / ., r ao" mm �? STA 15+76.351. cn k ti o, a ti ti n, ti p 0 hl' �c In / ' �\ P.C. 15+77.27 (16.5' LT.) I �\ � r a y is w o _m . v !.c. •••, o Za1..0 Z y (16.5' RT.) nnq Z y'ti o l� c-, rrn �A� 1 6Q8 y///T a rN r ti� A2• . r r Ul o 6.. 600 o(,� z� ova --s\y `� an ' --� -�' . w o-'11 0 766 6' A. O i, ti 0-'11 r-- 5 4 L CD ✓� oo c o R. O ROp, DRIVE m 5=0.309 o U y ', ' m % 5= w w c,Ae .rY v ~ II `O-2� �' " So9 y ,�% c, 5=0.309 iv 0 2 Z 0 A 2• o m i \ RL 6' 5' •.T. (16.5' STA 10+94 RT.) --It 2 ' II z �� 5� () r o�: _ 'A_ X01, HAROLD DRIVEnl Y 0 c> "— 52.40" � 2. 59.50" 2 n \ 5, 7, C, 90• / / / o c,2 TTT 5=0.309 ti •• 1 1s� ti o y `' o 0) n 16'-0" n n li 5 5=0.309 = EXIST. CONC. I c:).:. z = o z o o a \,� `/ DRIVEWAY ��� mac^ �! ���r 4, 5. 6, I \ A DO v �y m icor ,, '�• o oma xJ r 0 p °p 'nrr liiu0k':''y cnNORO (.%ii y co --1-1 T �l1 °i � -�I �i�(7 ala y v 16+35.53 x. P.C.�TA 16+37.15 rlk0 CO$ �, (16.5' RT.) —Ls, LT.) O O mk,. fin+ oa r + +o+ I r /(L85' 2 2 (4n+ v•� v= m orn t / s / -Y 'c �0cni� o, r 5' 7' o o, 7, n n '.50 ITION & C&G r— LEGEND .L ROADWAY I INSTRUCTED ?OWN. THE CC [LEY GUTTER 20 R. n Pks O c� si ry r 2 �A �$ nU U my v �� rau NII c) -,3 ca I CO ° A 0 II II t o co act r o 0)m ‘U o Q ` �U NN :0) ^C) U o uPliap c x � Rs m h )c x w -n 2 00,000 rn VNO -p O 37.00' ��= r OOo Ct K.) N) :0.q 2rTi SNTERSECTIO TO MATCH WSTRUCTION IS NOT A -i8 .•••o a .. a / SA •••,,•• G7 cR / Q'Pq& NS SHALL BE CROWN TO OF ASPHALT LLOWED. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT J/ E13097 SHEET 68 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE6000 FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI A'. = = — — p.............. .-1-,tid a**t ; , ;00 MARTINE e'OP`•8265 ; t""y [`' lax". CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 S. Staples Suite. 207 Corpuus4 Christi P: 361-814-30700 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services INTERSECTION RAMPS AND DETAILS (1 OF 3) Martinez, Guy & Maybik, Inc. CivilTX.Bd. / Structral Engineering & Surveying Services Firm Reg. No. F-1415 A -0 11 O O 2 m cn o 0 O N n O ti va kr+.,oT1 .R. w hvl " & 70 P70 �v �U n �C O O I� rT TO SCALE O 6o 7) 0a ' 7'EET EXCAVATION, VEWALK : GRADES ■ ^� •J ~3 •41n -I 1.9 W 0 m --....J b 1a ?mn L' X co O2 r 70AO ., V A ;OP. GUTTER ‘IG GUTTER CONNEC77C 3/4" EXP. JM A -o to R.2 -. CD II o - L nI P.C. STA 27+33.2Y w V o P.C. STA 27+33.19 Z oO \ (18.75'Lr.)i (19.25' LT) p p m 0 CARROLL LANE AND GOLLI CITY PROJECT #E13089 ` � O Q mor- m X i= X -N-I ZOO r� ,O_ xNZmm m N c U1 A� W `Z, �f) �� �O (ng n vl O m `J C O O A W co:' m y m -CO A Q 0W y m AC A m O . a 0 ✓` GOLLIHAR ROAD ✓` jr ✓` V' COLLINAR ROAD O O O lio 6" 4" n (� W , V n a r-- APPROX. O y O oKnocommocno3n0=1 Nomz-Oz=z_..g> r*_o mzmz�omArn 0 = 1\ N P' A , OmA--OCm=in,IN_n zoe>�O_zlmm \ b manna �1.0� 2 ti 02-0 = =o mmm� _�m�vmi m�ocmi�r*, m m F m m= 0 1.,...-1 O O P.C. STA 28+21.22 DI P.C. STA 28+21.20 1.p z oo,,N0rn�mo�� (18.67 LT.) (19.33' LT.) C~n0 Zti. 1.n �ZOZ zm03=�xm,- MNR2-1- Omonm= OAONm=yOQ Opo cm ~ -I -1 c)-... m+o a DI in --Ir,, N,V,.m,-,,,, :liNo ›mi- m Zy0Or>•-•` * IZ l: �1 c., A NNO" �„Orm, Or OC �Innn �xQ y2ti.41.-1r4WOZO mmNOnm `-K1n om 0r'OrmMm 2 r', x I O �Q r^ S rZ�i� O O 1 �1�cn SMA OW TO'rrV ~O, p` Z pNmO m" n=, ,,,mo 0 0011, -<_„C7m N n=�0 jz0 i N 0 N W U 8 2 nl �N) a N N �' O • O N.. O�y� 0 mm Oomoo N• x70 z OrolnmW0Om o n. W O n ^, y ,zr-owmCOOOO mu) \ mi \ U1 mZ-nmm,,, C�= N „,p, O A 1 =mN M m Z -< A� n 0 rn O .L rt 20 0 L rA • : • C, 71.22' 18.78' 19.24 ,. 70.76' "I 60.00' / R.O.W. • f � W 01 01 O N 0 c� R•�I n 16.50' v o `m • - n� oL 2 • pc... 7' S' O 1'712^ JZ r-0-0..2, Ico1.NrII W-URn r` 'CC© o:o-O I� A y mm e N a � O �l Z 1. 4., .0 O c53 9 8-° §-h' � � ., ,--0-40)N31j 11 X111111 GNU,.cn "NO000 43 2� : f 1' 2 n r m O 1.~ r, 16.50' I T 5' OOO O n1 n �) 0 o R. R _ L' LANE :RSECT WD CA. �� N 0 P.C. 35+71.76 k u '03 r 10 f ' I ' P.C. 32+4228 ? ,n rr Z v N (16.5' LT) Li rn 2 .0 \I 1. ' N - --- 0000- V Z (-N f f - --- --- �� z � AWINFA \ r 111 \� �� N °' r rIa _-- ril C") m 5 0 4.00 1` y �{, • O C>1 - f 10' �I m � � O2 O A cC� V V J , SII 1.--- •90. l� O moo. ti co vtil11 ---1 a III El 8, N F.,:) 8, H 8, H 8, H 8, ,. _ y r -. r a o s N N/N w /70 :--1 0 V v, 5=0.30%� m , N N II� IZ ♦ cOPUS (WEST) ST. 70.50' A v --------\\R' --Al.., �• 1 „ v CARROLLETON STREET - a V m N n v 70 N 4 iv N N 4 O `� Iv W W N W A `� 1�9 Nw Co " ti `� o 0 O 07 N n, W 0 OA a �' `� ro ti 0 0 g 2 n v • N A 2 2 N �. 7 N N ti A. . N N co ( n 66.40' r ' N W 7 N co o, n V---", °GO° �� % �� • S=0.307 - 9120'07" � X05 �O 6' 5" 7.9" bti� ��>!7 1 jI .31. B C TANGENT • ---- 22 N A N V � ~ O0 aa� o A� r r M U an(0� N m u -� 6. nc 201.0 m N y _ -- _ 21.1.0 v 6, o n Oy GO ,ITio� 2 Z R O ? w ( y �� P.T.36+29.89 a= ny :.-1 0� L.J P.T. 32+99." °'. m co co co co -.co (16.5' LT) r �/ r.",2. m p x,,l o (16.5' LT.) O 0 _ �\ Z o f % 0 -, �.o �:o 0 oona Win' o�co 8( c r _ a -o, ko, �c _.� C.i N \ 7' S' 7787' 70.4' �2 -yam -aN o �i x na • ny• '' I� OQ, 01- p s, ti c ", �• O ` . ' 19.13 L7y �i C � f i' p rn ,,,9 65 y cnA 2.� 2O �� CnJ J m <AO � Il la Sl�C 1C Oti O y co CoV 2• r�tl11 37.93 o Io �0:;, .r c w`n�• o • r�a h$ �io Ul O R. 0),__ Ir•ri. `! r xs a�o�o O rn 2 a cc) ci m c� m � q v•aO" a x' r u u ® o ' ru ,. mwvoo t---:, x N O a~� 1. i n al ri y nr; REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 69 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLYE OFto CORPUSHOUSTON TO RIS BOND 2014) '. - E ,.. 7F ,2p ,. /*5<, -' qs 11CIT1 _ RDO MARTINEZ r .. 5 265 .',% r°" %a AI ,:, Ii�i� CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 nrig...n ite. Corpus4 Christi P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services INTERSECTION RAMPS AND DETAILS (2 OF 3) Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 w=� • A II 0 i I o o O a – c., – n -o�g© 0 �C> 20 0b auu n0 ' a $eh o 5' 7' 16.50' 90 I r r i o I — 0 e U- C---) x n 1 ,sVO • VI Zx ,� 5' 7' C) .. O rri•\\ P.C. STA 34+63. .+ 6.5 RT. I^ vJ r.-.. J II \ J (4C -)II\ \ n. V /�� O Q nO +�� $.I,' Ro OO v ` . \ 10 O O Q riT... `"r�"�h. /!©!xk� zio Z-.1 (16.5 o2n�--'' - - - - — - - - :s�Nvro- Iz a `�� (TION ?OLL LANE STA ?/S ST. STA 1 ECT ANGLE RT �y S fi C)-53' ie i 1 BI n1i ve a r �\ 46'le G 42+61.84 = +00 EAST 90'00'27" (n 1� c 3.15' ? 6 t OQ6 Z T mE :I) y onm Rn n g Eby �� U I o r ^ " yr� x O nl ! �� _ s COPUS ST. 43.00' (EAST) 0o ___ C�31 w O 4 MATCH 28.160, AND HARE v H $ 36.80' oo Poo v ti ti0 9 ��. ?�- P:. 'ROP. 5' 7ONC. WALK 'ROP. 7' 7YCLE TRACK o r b) N r Sx ��43X w o C ^ q n .moi 1 90. O�cO. i O EQUATION CARROLL LANE STA , COPUS Sr. STA 1+0 ANGLE RT. 90'00' b n n — n u li ° a c 2 _,_ 5.0 404, o -- S, o _alimmt ' '?r l...4"3,%;ocn $ n\p ``--� �I • 2444, . 1 N 2 o g () v), --,k'' ,�� \'�� off, t___ ON a 7, 5 zv, Q �� r~ I r J c - 2 2 b w N' I 0 „ 42+95.832 " ^� ova, 2TA \g P.C. 41+92.44 (16.5' LT.) '" r� rti �,.. `'� Ci n 2 '� °' T 1� P.T. STA 35+7 n a (16.5'RT.J n o y u�� .+I n 2A r (16.5' RT) vvI p• '."+ _ , q - _ V q�.. O'OpO i : (.4 :', _'{` v O ___-F'X 4) i 'c -I - - i•O k !V tun 5.00 S / 12.00 9. r 5' ,Y SB 7• '\I o rte . L.P. `-- tn gZ ' PROP. 7 CYCLE TRACK .Ni n b a a q, oo ��� , Fa O !O r\l 0 (n 0 p O� �ro 01 o m Cj W s v0�o� O 1 ° n ill NIO l i i 1 b w S -0.30X '' n c„ .......-*- NI x ta� 10' a O 1.a n '\+ n�0 06 roro 39.90' i 10 f� 'I HOUSTON STREET •ci 6=0.30Z ro n 2 m a Ro o i C) lo $ I 11111111111111111 N o,r. i a) 110. IMUIIIIIIIIIIM -0 ry � r r —±(- .j n U _.-1 ._ 1.. 2 1 v r. / P.T. 43+55 (17.26' LT.) r- /f°i H �C aQ o I 5. '7 'o�1, 'ION: ILL LANE STA 43+24.38 = TON ST. STA 1+00 WEST CT ANGLE LT. 90'00'00" LIMITS OF CONSTRUCTION MATCH EXISTING GRADES (k7) O "to as IIIII/III4 IIIIIIIII� ',I,I,I,I,I,I,I„ xn f __-4 I b tb ^"1 ,,I,I,I,I,I••SA 0.•••�,I,I,I,I•% IIIII/III ••IIIII�II,I - Z r'1 14•100"W n q _ II a p q p P rriA I II,I,II,I,II,I�I •,•,•Io IIIIII#I IISISISISI�NI- I- cC _ A -. N U r. a (SI v, - �. P r l m I I II ii I p., 1,,. ..-- .1.'"0 (Z, Ai C'") oZ C� CC - -I 09,, v, o C i 'y H r r tz, ILL ROADWAY INTERSECTIONS SHALL BE 70NSTRUCT£D TO MATCH CROWN TO 7ROWN. THE CONSTRUCTION OF ASPHALT 'ALLEY GUTTERS 15 NOT ALLOWED. o ro o I n (,)n 4 n ra REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION SHEET 70 of 132 RECORD DRAWING NO. STR-900 CITY PROJECT yE13097_ CARROLL LANE0 FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI LTTx. �t\ ' �£""3*4+ /.:•* /•- %... ... DO MARTINE i ;" #i��•• 8 65 / ; ������ CONSULTANT'S SHEET N0. MGM PROJECT: 3542101 6000 S. StaplesSuite. 207 corpus Christi*y'•'."' 78413 P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services INTERSECTION RAMPS AND DETAILS �3 OF 3) Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 McARDLE ROAD C3 t c .••• 10W .•' (• � } o �O a O �1 N. H- • '- • P• ON Cna�,• a F— C70 k I h ••4 R - g — r'• i ■ 4 - i ■ EXIST. MH -E1 ACCESS INTO EXIST. 9'x9' R.C. BOX MH -D99 - OUTFALL MH -E1 -- NEW MH -D99 ACCESS INTO EXIST. R.C. BO) CHESTNUT GOLLIHAR DRIVE ROAD — co so Pc., n0 MATCH �co rrl LINE iI ImIN A—A ro p1, a ■ ■ ■ OA 0), � [vi GOLLIHAR �r • ■ 1 ■ ■ ROAD ■ ■ ~� I- - -T I tr = -- coop a 2 n IL C.)I� I n Ia a ro ■ IO ? Ii +. In I I i ._ 1 I rva 0 0 I J `-'4) ITI 1- 1 1 cr, 1 ---- MARION `i o a (II a� " STREET !!4 Iry ov Gla V 1 �ii -h t-- ■ ■ + --- I I I ----i I I nig o0 Cil N. 1 1 MH -B99 ALL ■o}fE-*-EnifN.Mf miufN RENEE 1 DI -132 I OA B4 I — — ----- ; o i*zo . n 1 Zi j ,� _ I rn I 2 . i■Z I■7 � CARROLLETON —� STREET 1T I 1 -1 T I a - t t I L; I N) to g 1 1 __---fin F:0,5N 03, •I rt„ ■ vOmo g }—I---��1,1 O mac) p G, n1 L 1 — �� ci opa 1 - -. 2 '^ ■ 1 4 1--+n'o, 0 -A ; 1 , COPU` I o IP p a I' , F 11' , I. - rill ? m 44. I _- p �, n' -COPUSa11 I N 1 �nNa p v 1 n CN �_1 \ I I J _ p w 1 ■ ■ Gla n j�I `� V a _ �~�nQ 1r Cn g " I i 1 n Al.• T ■ p ' oo r i �i °� j L-1 1 1 I I I 1— I ■ 1 1 k I h _ ,pV II �i I I n , i cep Al cnav p ov — LAMONr STREET r — J -\ 1- HAROLD - % H -ii DRIVE ■ Vin• 000�'o ■- . 0- - ■ n - - I cm I I I I - l ,I Iwo I Ipp *� Cn al �I ' I --- ■ -c) REDWOOD STREET t ., 1.. n r, "� 11 m\�x� I I m �, o of 1 o) P -It. I k i__ii I I� rh �� 'Gla, g -I O I oa I�� ti p N $ • ! u, - --A-lv 41,� 1 Kia-- Q .pori Gl s I p C -O5 1 1 1 i .. .- d I N. o m - I SZ) -� 1 \3 to.IGlc) 1 cn■ I cv. HOUSTON STREET -IL n0 - - I k, d c.)O A i ii p 44, Tpa n II v deo Gl n ry • --- m c):-. QCp-�r t:3 i � 1 I 1 I 1 1 '1 .. o coT 1 I I r__� ■ Icy. o I 0p�R1 �' cavo - -- i ■1 - IIno __ I i c „I , ` I I o w \ � al A oI -I iN � - 1_ I 1 4 i II c� �. r,pv I Cil o aN - - r nipv 6 -� ii O - 1 -- 4 --- � ca) �co _ ■ -- �'` --- I - I F --------I - I -; L • Ctl a BRAWNER (SOUTH) - BRAWNER (SOUTH) •1 r._._._.,._._...___■ = Ka EX/ST MH -E21 • ACCESS INTO EXIST 10'x10' R.C. BOX p- • c I 1= 1 cro a- 1 -- ■ - ■$*■ ru -132(n!"-1 " (n �AAA�y � y,yA A craoo $'z2�d P, o�� wE p � o�mo 2 a 1. 2 � z = ��om 'ao(n dam 1 1 20 A � o w y x k (� 2 n $ o , i , , o m 20 o x oo �� ; m f _ 2 A m o ci rO y a l AoA a A ' 1 r� r t 1 I III LJ L_I o� 1, v v m z a Irk` I (� O o o N, O _ ' , / v r ro / GOLLIHAR ■n� ik:v� ■ -- - 10 -- \� - ••rte•• ROAD �' O iI r r1p N I c P I v t n --I=O- GOLLIHAR g aor --- ■ --- 1 \ ROAD --m II I *� .:.te MATCH LINE A—A 1m� Zy022x k O Z�X ncm rh • rely = ti Z Oily 0 -ii t>c C) ZI1 )r-',t � X20 pp0 O g I = ei -� k y c-, --- B WNER (NOR ) REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 71 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = =et A. A.11. ... it r,.., "'�� '""..•?s*pad /* / ' ""F RICARDO��MARTIN Z S. 5826 � Rf ° ' < , ..., QA , / CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples 207 Corpus Christi P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services DRAINAGE AREA MAP WITH SUB -AREAS & Maybik, Inc. Martinez, Guy. Civil / Structral Engineering & Surveying Servicesk TX. Bd. P.E. Firm Reg. No. F-1415 E s » g ] g C 0 m i mC N �Tp 7 y18y� w~ 4 44 b Z n 4 Y m R1ry2 N nC O g n �i n Z O2 ? �O R 2 PP M i KN 9 10 �y(p O • 9 441 N N °ItwNY Mf! M NNNNNN 000000 a= ArNrr 4044 rNr40Ni ONi b040404YY VNNNOO 000000 PIU, Q�,v4NOV YAbYNA 000000 m as 8001E+04V N YYNYY 588888 *00409404 9• Ol O1N0 w04YYbY AO=Stt wYVYOY w wAVW04 .1v4Y04W04 Owb04010 000000 000000 Y 94w Y42w 000000 000000 800000 088888 E 2 y� 2 5'51 NJ <�. n yrt�Ni �•+�6 N 4� <� Td g' n O A C 44'32 M4 y�r.1� P. y1S \�< vTd yyO rta• '0224 rt !1p 5 ly1,� .9 pyr{�0C �/NA n 2 w fAE D. C n n y 5 O ' i d n II A b V O v c"m "'NY ZDD1D NAWFiD+NY 033223 GS222S ,. .y. NNNFD+FD4 vNjAAwAA ANObTA AONYVb wwAA www** ammo 'n 'n 'n'n 'n'n 000000 000000 000000 NNNNNN Orn NONv4 000000 n.46'. 888888 o! -r!••4 01••4!••4 000000 000000 000000 000000 iuwwww{+i.4 E 2 CZ NN O. NO •2 T C N ] 4 PRT, �/N4 S 4 w �18 vN J A PJ R y_, rfb vS ul 04. o0 N < ry n w R O J C pr O rwi d oas 2a2D SAwIN . CCCaC�•C NPP9aia S S 0000000 0000000 0000000 04.,42000 ON4+OVV5 Y NNNN roNi•+oo ,08 M888 000 YON ��rn r Vr r wVAwVAN 0NOWN00 ' PPP.... 8880000 000 0000000 000 SSSS 000 ww*wWV04 ONb 800 A0 001-' O 0 Mg pt gp es n iS• Crt Nfg t1 a42 5a2 424 vy al C g,4� v •• \ i S 1 N v VC n�49N all 0 yy pa yi]r. Vga ad aJ 0i I1N•ro} NNY '-' n E rarf g. C ] O. N N i 4 0 w i O N DDas AWN. /�/� CCCC '""An'"' 0404040 SSSS ��\\ wawa JJJJ NNdW wAWvr mit mit O°°8 Mt YYYV 0000 WWWN OOe FF++ VNVw bBNN Y Y YOeYb 0800 �M g O y{ .a R» 4 ; Orf S Mi. viN m Nia cN 1 f1 O u�i J �/ p yn ti1aJ ilg v- 0 iy iy `C �--�1yy1�1S-r41 '' a4 y iih6 ''''E .ms vi00. r P W M �p9 a n C a QS R a ssaa AWN. /�/� PARR PPP' N �nrn0 SSSS \\ wawa 0000 p •0000 NNNN 5555 0000 8mo g NNNN SSSS 0000 0000 iuwiuw YYYY 0000 0000 0000 bbbb AAAA dg Ow. Iy lj 9r R R -iS \ .?0 42, `�a0 �4pp .J�4 brl 1� ��9° N4 4p OA JJb b S+ i�% N� J O NC JC Rri yy��9; `�-r D �gv 3. S n -11mn 4r -.A- NI a N 0 M C W g � . O R a n'n' AWN. 0000 tnv�viv� OYON 2048 ONOO 0000 0000 YYYN 04•200 8888 V01Vv� NOVO 0000 8888000 wAWv� w,-. M < N WD n� 22 3 •i vn 34 vc 6 M ]4 ] S� c fIV '< 0 !)rOi N j vp A O 3 W ,. ] M i C j O ] T C 1 n •G yZ - O pb 5 C y A y •• Z w •f a ( VI ? A N QC T A ( O 9, ( ? N .fig nO ...np M2A TA' M•. p 2 . f O w D R (1) O r- `,. ` JA . E » 0 3 8 O 2 O E 2 5 aa 2g ®n• O \w \N YW rnw w wN 44. N O 2N 09 E • i] i g N aw 3 cc 0b ] N 0 EVE 2 1? ]]C N T CC I 0 j MMM d 0 22til N n aaT N y, pp 0 2 2 Mr]i� O m44in ?(E Tr N Ya ��O A Z 44 A yj� KK 2 r, 9 ••24 C ( O N 4 r1 b07 wO 11*WNil y WWWWWWNNN • • • AAA AAAVVV000 04VO4N 0N04bb 990494440000 WpWp AwA AWA www pAp pAp AOt OiTNNN0404 000000000 OONSOYYN '40,,0,0*9, VVObVY4n A v, NOOY0000 AwVA*wm 0000000004 NYYNYYNYY 42040044200 OOOOOOOww WAWWAWO000pl 4.44 rp 4Vp 40.4 ew9es wOOwOONNw ei cf. NN NODbVWYWYN O Y E•rrpr=rrp earn NAA 04 AO40AE0+ 0000000F+00 0494Y9494NF+F+ bYY OiYYN 000000000 888888885 000000000 C J w C MN1 `� t- <� <4• Ol yy�� -'0 m� <f R n O 9 R . .7h g• x C � ]C \ G via O �• yl 8E n�4p v yy4ny g r-14�O C �/N� n > < `at N WOy. C 0• 0 Qn i O C y r1 O ] N 1 d 4 � II w A O y v bO4V.1NAwN, 299899299 =019, AW=N. w N SSS mSmS mSm SS www N10.1NE0+E0+ NNNNNNNNN YNPE,T, N NY00AN,bV aD00NA0Yw NNNNNNNNN YYYYNNYNN bbAMT.T. 0000010101 v�v� nnnnnnnnnnn ��������� NNNNNNNNN 000000000 888888888 NYYNYYNYY SOOSOOSOO FA+ONi04b504NCi00 888888888 00000,0„yrA OSSOSSOSS 000000000 �0E+0�0E+0E+0E++�0E++�0E++�0E++�0E++10 WwWWWWWWW A >> w< Z 1Cn0 f64 M O• NO T MCQ ,, 0 N EoJ 0441 PET. e N w 9 4h N v] F r�g v4 .12 3% S -- ��04 12 9 N n `a< i 5 n O ] b 2 rr+ O J O w! w 03040430 0000 S Ola Aw NY w N r C.22-n422a22 APPA PPnPP rt2 2 2 S S S 0000000000 0000000000 00009009,0 OiS=At NNNGG bbvrV Von O4AOA NNYYNYYNYN YYOOYOOOtnO 9900000000 949444 Vv4V Vv40�w rNi44nniniwn4V44rA.00 0000000000 $$$555555 000000 0000000000 8888888888 FE+.4IE+.4 Y NNYYOYYOl10w O.0049bw0 oo9OO9Ybb9 M 00 4 46 Ck f(p <+• 0. NR G On d�C -,,J N7� 4 �arf n C 342 a a n r, M 3• J J\ �rpi i 9 v VC n9N :0 '✓i K 0 4. N ] �• "aw On Ate• r."2. 'S_, nCs C a R w /]1 a 0 O N n S a la N n C s S N 009999 Oir12AWNY !1!1(1222 222222 PPPPPP 000000 888888 JJJJJJ \\\\\\ wwaaaa JJJJJJ \\\\\\ wwaaaa E•r E•rYYW42 .lan 8 041004,. �+ ooiOoo8 p'ON1001:i 0000,44 00000e Din F+r~ir00Wi1 01012,9 HAODN OD O4 2040 u400 ..04.100 0000 50949490 I1yy0 O= 4 ~ S 4M yy�� A v J b S y, ri,C1 v;O r1 24. 7 �44 va 1 y, N 6 1 p Tito yVyo vg.4 ..4 .< yy,�yNy rOr{{ v3J y�yr vr'1 a 328 rp{ rIS Ny 10 ��pp A 0 0 - yy r} 8 E r1 • a 0)01000109 0441 T= 222222 PPPPPP ....A 000000 000000 ]]]]]] dNNNNW 000000 O4wVAwA OA004oA NNNNNN 888888 000000 8aa yy 009000 NNNNNN 888888 PPPPPP 000000 wwwwww 000000 000000 000000 000000 NNNNN . . . . . 40r00404F0+F0+ M 4 q 999 2 4^ -1�9r v'- iJrp} S D0 070 �dN 4 rr 4 v�yy�� br} -IN anp4 v]C 4 ra Oma• ]p ��Op uSS ri ]pnpop uN9 4 ]G1 ,Cry1 Rrf yrO1? vl l� -R vM S 0 yy,,Ja v4 M :.n Ny b S 4 N n O J i0 C J4 O ] O n a • 0010a 999 V 4_ - 000000 r, r, r, v, v, v, OOOOY pNp rArrPrArr04C1A NNNNNN 0008428 888888 000000 000000 880000 VVVVOyy�tn NNNNOS 000000 000000 0000040 V V W 0904100 awa4YbT "" O] n = C N ND Aw 31 vn -I in v4 o. 0 ?\a as v4 C !f0 v( 0 A N vo p c 1 3 c rl w O ] N m J T a `< • Z Y O S 9 2 C T Z O 2 2 W 9(i w A N p G o v� N m mum o G •iii mz N m g' r A y a y O 0 r I t� 1 J w O i O 2 0 a MMMb Z p< R �N ] E,4!u ro,,,-, 0J OYN AN O4 22 000 E W • 04 g b At AtA 3 CC VYN ] ..I N O' b Iri y5M4c A i CN21 N 2 4 fl I, 04 0 n llrhq:ga Z N 21E4 •O �Np �pO y� 2 3410 O rl� R O n0 A ? i R01NK E n. n Z g.27P yy 2 �~i r, 9 • ](• 04 6a 4 47, n MN rt 6 9 1 A 9 1 9 0 ] A ] `=! N YlON0l w X91%Y 0>•♦ 4• NNNNNNNNNN •••••••••• 9990 O****** 0000000 WWWWNNNNNN pA pA pA pAAA AOt O�Oi•POOOWW 0000000000 yYONNYY000 Wt2=4ONWN YwNYYNNAY01 NOOYY00000 T• WW0N•O.** Z7 SAvr• ..... 0 •8888888,, 000SSOOSAA AvrvrwwvrvrNAA 4942 • • ArgAy b42GE+F+Y .0904 ANYWWNYYYY bNVNNObYYO b040WW040WYN 48r4wwOOwww88 0800019 m 9a4Y 04bVmp94o B YYYYY88YY ,0+000000000 N HE+A08eHF+r= 0000000000 8888888888 0000000000 A; * 3&9'K 21 N' <�• yp n Y rtNF E. <� g T �n O 4 =1�C ria • 9 y,DS ..4rf. ':..q< vtilE �yyr110 -hMr} N J' v np 'E';',° N �+ n MN v9 ryyr11, 44/Ng 0 QJ �p 5 2 0 O. = j n 00 �J 9992 y^ : N i ! 3 i II W O v Yb0VQrvr*WNY 0 2n022nn2n1•f AO0 *04 YN. rl 222222222 /2122225/2I 12I12I n%1�(1 f1Ann^ AAA4.4000 NNN YNNYNWNNWW 044001080000 bE "w"" NNNNNNNNNN YYYYYNNNWW 000.00000•N pwwwYVVVbb �:.; 4,. n.0n 0000000000 0000000000co,,, 8888888888 0I 1000YNYY 8005800800 N. N NN Oi Dp 40 OD 0104. 904 8888888888 0 004-4YOYY N ONNOONOO 0800000000 0000000000 00000000000 000000000 WWWWWWWWWW A ' �Tp M SO T 550 •-• J 1 4 yy,Op vN2 [ 2 1/i N 44 s2 9 '-440 y, vrbi v�pJ•pO fD 9 ..., 11 n 5 2 n 3 C H O ] O Pg 04 022200220'1 ap�NnnAWN^N. Aw Y Onnnnnnnnnn 922OD22 SCC PPnnPPnnPP ~ SS SS 00000000000 88888888888 AYOANO0N000 .04449444 b04Vbyy>> b O4 ut A 42440090 YY,, 000,00,000 V88V0000000 OiV V01V������ O4V VODAVVAO�VV b.;;;,1 i, 00000000 000 888888888880008800008 00000000000 00000000000 00000000000 NNY , 10 W 00410004,, O 000r00rw0040401 0n00(00940,VAb HZZ AI... 94g NN ng ES ryE 00 w4C 41 H» 4y va •rT o C 342 v a . n M ] r]i 3 N nON ;W,CMg 0 a p6 ^�•�• ]rl H .'g� A� O( ll�•O O N 04 :S� 0 a J � 2 ^ J S S a a 4 O ® 9 C �Y : 3 N 000000 222222 PPPPPP rt vt 0.0.41 000000 000000 ]]]]]] \\\\\\ wwwwww ....-. wwwwww •04•0 ppW��;N!'f0'� VN04t0Arb0 V 4000004 NNNNNN 000000 000000 Ol 0404404 NN OVOONO Y P... -41p- WNmNam NNYYAOI 00094 v. Y 04,,1,406 NN 04001 0000 M O- r1 6L.' OOOJ R„ r v S y ca r4I s'w a4 g . va i oh g v 16 p Wny "11 RCM 41441 r< y..�= ��•+6� p i"3 Po. cog. yy,� ,Ada /fS 0 m ry a N n rf �p GI g w 000000 O1vrANY 222222 PPPPPP NNbbb 10 888888 ]JJ]]] YdNNNN PPPPPP 0000440 NNNNNN 000000 000G00 000000 Aw 0000044 NNNNNN 888888 PPPPPP X0y+0 X0y+000 W99WW10 • • • • • 800008 000000,, 000000 NNNNNN 040404040404 VVEV+EV+FV•'4 M O1 r1 ••IM 9� R» ar y� rt l r9} viS Or, CNral 4 gig y4r mrf 4n 658 N4 ]ppm uSa i�, -4," 18 ],Cy R# 9? x > 4S O. n m x02 0 b 4 N n 10 i 2 rr! 0 ] O M w 222222 O1rnAwN. 000000 000000 000000 wVb04yy 040444040 000000 000000 888888 000000 888885 NNNNNN NNNNNN 000000 MM wwww,, BOGO1 0404 Opp111 :1:E *1 M O n < 0 (0 WD (4 g g 5n 1 in vC N 1 04 .0 \J s• vM C A �N„<� 0 i nM lire v� p A O 3 C N 0. ] ? R j 10 ] T A •n•0 .< 1/1 O S T C 2 y Z 5 •• Z YYC w R T w T N C e nh N ? N ,90000 0040 TZT -"I ym1AD rl 3m N •• yy py hMZI i ] r 4 a n R V 1 O T i Z nl I (� E , i Vt 99 O J IyE Z r�rr W rl v 0? ®�• O Yw �N N• mw ] b• ••N wN N i. y 9E REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION SHEET 72 of 132 RECORD DRAWING NO. STR-900 CITY PROJECT # E13O97 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI CITY of = E. _ CHRISTI�P. Services 6000 S. Staples��®E�� Corpus Christix9si�� P: 61-81 P:361-814-3070 Fax: 888-653-5510 Maybik, Inc. B • * P� % `* �p RICARDO MARTIN 0 58255 : ,° rp°'.er, -- "�` � CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 DRAINAGE HYDRAUL/C DATA STORM LINES A, B AND C (1 OF 3) Department CORPUS TEXAS of Engineering Martinez, Guy & Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 - 000000 E w Cc 0 € N ]]�JJN rro ac acn C Tm .,t 0 R p�p ~m b HHZH N2 3 g q ]]�]H A CC]CNNg N 2 j H.H.m H12n-h d H �0ti.ti.�HI 0 Z j . •A �•ti.N A j jun �•aT N NNiN y p ]]a]YOS 0 22pp 00000 O T E dd]dnn ? nnn�'aI+O 'ro z &�•n M ]3 e♦ei ty N�.'m .. d ,c ,c �.e�N o .qS ]< yA ON 9 A� n N H In• T' V- N 3 2 H A fl S j G • c W N J 6 J o R H ] S 1 H `< < j - O• ] a H ] _p_0m»Ti*w»i F'0» NNNNNNNN PP!"!!': HAHNNHNNANA �O VOeA "�bHOTOV F+NNNNNNNNNN ft.==:: AbVmAAbbbTT 00000000000 .� o _YY gQ gQ I.bimm �eomifi w."i.N NHNNONOOHOO w• N bb SH88NSANFNw NNNNHNHHNHH SSSSOSOOSOO Of00"qq.A ��ppw"1"a1 NAO�N 800.01414 $i T".NAHAHHNNN Tpp��mNHp� H HTO�N NAOIW NAT HHH H VV".N WNNVAW WVVHV bVbHm bbAASWOWWN Nw000000HHH 000000000 WHHHNONNHN". HNNHVHHAHH 00000000000 88888888888 e ] w C H1NO. � I N= <^ SN Yt <-• T� �7 n V 0 C �1 �•O v,bN DS n Pr' N \j•< 6,1 O `Tga �0 66 Rp v j� ru xng n i < i n A x K O. PI j n C d 1 N j E a H i II p�p $ 0 ms I HHb0VTNAWNH H8 3sOs030osOo =x IxN Ix AW'iNN SO W N O A H pss03ssssss SSS�xx2xxxS SO WW00000 A NNNHH HHHNNNNNNNN 0w:IrPP'.H..N•.HNNNrN om�..wi-.W HA.ri 1414`•...14, HF.. HNNNNNNNN VOOmHN! NNI+NN GOONaONAAbmm ANwWAAwwwVV iaaaaaaaaii 'n'n 'n 'n'n'n'n'n'n'n'n 00000000000 .8.8.8.8.8.8.8.8.8:3 NNNNHNHHNHH 58850500800 AAbw VN NNE+ ATOOTVT00bT0 88888888888 OHOOHOHHOHH &OOSOSSOSS 08888880000 .0�'iwwwwwwwwww A > a< N O. A H SO • " S"' y,opY Pgm �<p N N m 2 N N 81 /.A .' r y1� IY0 �.ei S 6R _'' y n > w E A n 3 j C rwl O 0 r w Oss_OOSO03030 S TNZAW=NIxY No W d o A H Onnnnnnnnnnn C+���C C��C C��C ��C nnPPn PPn PnP HSS S S S 000000000000 "8888888888 NNAAOAOOw. ".nbbVVV,.o ppb WwbbHTONVO1b NNNNNN H�.. E+E+E+y+ NNbbO0o000000 AAmm 0000000000 g VVVVVVVVVVVV WWWWNOHiNN.pNON 000000000000 •ppp• • •ppp•pp•pppp•pp• • 0000000000000000 OS 000000000000 000000000000 OOVVN.Hi.N NNAVw NHVVVH" k6i. btO0mO0mON14.w..WObeNV.N.. 14 06 4Z (spry n yip ryY 2•12 0 nD� 'm va v� r•. ] .1 , nig A .00. ^]22lpy �O O.d Y 01O NNr+ agt n Y s! d �. < N g ( /^� f6 j S .. J0. G N m m y� Y ff n ■C yO C r1 d N H N C i y D. ] 000000 Q"�..AwNH n nn 222222 PPPPPP NNNNN 000000 000000 ������ 000000 ��\\\\ NW, NNNNAw .... 140140 �.N NNNWNW MMMMMM �i���� 000000 OONeOWi01 NmNTbO H mbmObN 1SNSWO H '.a =V0=NW Q� .Ti..bi..wi.O.A..O �E••i�M O� m '" H CCC J RN IY r v .4 S= 'i -i. ,+®w sm yN vw %1 O til r! v .0 'PAH PAH Vi. :� iNV -21 r y1Y P6 y.0 Z8.. Sei rfs 1** b N a ppn yy I.1 $ a 000000 ZULU 222222 222222 PPPPPP NNNNN 2 SSSSSS ]]]]]] ddYddY 000000 000000 NNNNNN SSSSSS 000000 VWW 000000 NNNNNN 888888 000000 rii Ci�C.�N 000000 000000 LO. LO. ON0N0N00N00N00N0 SU= M O� m ei H �] V� N„ 9r 00 ��I]O Viet S >0 N » HJR° 0 _ ]¢r�y. vm of 1� 00 0 9o�• S �4 JNg ]C p.y f0H y.91? v1 J e}''JO ~ S n �� 2. p0� Iwo 5 Y N a n j C 1 O 0 X w 3000000 Zp1NAwe.OH N 0000000 ODNNNN"�"� 00000E+0 28g8Ovb 0000000 80555585 HHHF•HHF• 0000000 8888888 VVVVVVV NN.V.+NNNN 0000000 ppp 0000000 AIN • • • • • mwVbVHm Q.N N.wi.W Nw N 0 < t N 2D vW ai .].n 3F11 0c a H 141 S,�e}} v< N RV •-^< 0 O fl rf N J vA A 1 o n O 3 C N E ] i R m ' 1 2 •< i r W O S Fill 2 C i Z A y Z D N g T N m T A T N w N r99 u99 Pg aid OJ mmZ y1A R 5-- yyyy 014 FZ� r a 5, w o q O r \ Z rn O VI O z 3 0 E r v ]' ems. O \w W• O Ee..0 O] N D ", 4' NN mmmmmmmmmmmmmmmmmmmmmm00 NNNNNF+014014 +14I-0OQ. NAWeJ +NNNN mVTNObmVTNNHO AWNH 222222222222222222222222 PPPPPPPPPPPPPPPPCPPPPPPP ......O.n.n.......n"..n.n.nNNNONONNONN 888888888888888888888888 GGO GGCC 00000000000 ] ] ] ] ] ] ] ] ] ] ] ] ] ] ] ] ] ] ] ] ] ] ] ] \\\\\\\\\\\\\\\\\\\\\\\\ dddddddddddddaaaaaYYYYYY \\\\\\\\\\\\\\\\\\\\\\\\ dddddddddddaaaaaaaaaYYYY .,9!F•+. 000p�H0NOH0HOA0AHHWNF, OVewzN8t0000ET•.FT•..AOOASET+.wn OEN+NV.... oNAH.nNwO".m OANF+AmTwVF+T.nVm TTTOTTTTTTTTTTTTOTOTTOTT NNw NNNw N TTTNTTTTTTTTTTTTNTNTTNTT HHHVHHHHHHHHHHHHVHV HF.,.. 000000000000000000000000 NpNNE+ppFF++HE+E+NGGH HHNEE++ HNNNH b 000NTO mt°1- .DV...A-T4,=TNO H AwwVATAVVbNTHmVHVNTTwmV bNmmV".AATwA ,, F, rH"AOPP:-, TTONNNbbbmNHNbwwOTNHTANO .nog,NNONNNOO.n. im;Ioo.n.no CC NNAN NHANTW0T1TTOTT O.N...T..00000008NN0000.n00.T....B..N..0 H H] O- Y H 4g Ow N„ i N .g S _y R -. v3M ".On gm i T '11 v r yy0 hly on -1 N .Yei K ,f6, "dei 'S y ixi ~a yy.0* v0S0 r1S N a m J 1°i N n a"."..nO.n.n"..n".".1,........n".".0...0".". HNW M O ] p P. r1 . mmmmmmmmmmmmmm m10mmmmmmmm NNNF+I+F+HEE++H H.O pi .I/.AWNF+NNNN OO�TN8=5' NHO V = 222222222222222222222222 PPPPPPPPPPPPPo,rer PPPPP 0"..,. 8'8;8;8 SSSSSSSis s,.8 SSSS ]]]]]]]]] ]�]]]]]]]]]]]]SSI?... a w w w w M Y Y Y m Y\N Y a M M M " " * N N N Y WOVOVSO.VOAO.H..00>000A.A..01P000 NNNNNNNNNNNNNNNNNNNNNNNN 888888888888888888888888 COOOOGGOGC OOHHOOOOOOONO00000000000 VV OO��.p1 peeppp 01OVOV.DOOAO.Hi.A000000.40000 NNNNNNNNNNNNNNNNNNNNNNNN 888888888888888888888888 GGGGGGGGGCCCOCCGGCCGOCOCOCOCOCCCOCOCCGGGGGGGGG 000000000000000000000000 000000000000000000000000 ww.H.It Ci%.%r%Iwwwww.H..www%.%.%.%.iiww 000000000000000000000000 000000000000000000000000. 000000000000000000000000 !NNNNNNNNNNNNNNNNNNNNNNN p”11.mym m 00.1000,, b 000HYmm A♦>> AA 010000, V.O.ObbHHNNVVOO8S0000HH H H] O� A H . V w N iA ,'�� 3\ 001 N•O5 cY .w+ Y _�ep J0 r1 _ij 2.8 Y -010 -gm mS -30 0N A '2 Gpeei{ Nri ICN gi' j Vp var 1 n �j. z<+ n N d 0 J n N n 4 f O O 0 3 Y 10101010 tit"' Aw 2222 PPPP ANA s TWVV T.nAm 6000 TWVV 0000 0000 0000 808080 p0 0000 101010 HHHm TN0T gY+15 H NObA 'AL E,. E,. E,. F,. 8888 I-1 -.+ VNpA. pm. 0000 H H] O� N ei 4g N..-. oH At 4 0" N il 0 Y V n YaO. AV Neff '-'5 ` D �� vQA im DD n(=N v�N O H OJ 'O'' A y.AA ei]C -a 0. Cerg vrtb SJ £•y yy.� B VSA O. 0 ] O a " a 3 C 5 ` S O !' mmmm NHmV Aw 0000 C C C C PPPP �'.NN14 0000 0080 0000 0000 ONN•_ PP?? WW.. 000 • • ywjw 1414 \\\\ adad 140010 AAAA 0000 N 'O'Op� AAAA H H] O� A r! H p J �y Y •�1}1r1 W r3 S r ah p 10 YN - ] �w ]0 =11 R' rY9 •r y. S of O.L1 SW fi 4" A a Jp e'! E a P y.JIn vYei' <-1• • n o ] O c O H r.p n M C I' � '. 33mmmmmmmmmm.nm3mmmmmm;10101010101010101010 xxi xI xI 14NNNNNNIVNHHF•INF'*WF+1-. HbmV0l 17,7•. TTmVTNAwNHObmVmTNA WI"HVO ou Z 00009P00009000000000000000000000 "•N•n0o".".".N".T01OO,T/.mT.T,.CO".".NOOv.NdO".".NOOT00NCe OHOOOF+OHOO OOOOAOONHOo. .„,.Oo0000 .p mVO...H pNp,F+NOHE+HNHmNN NHbHmN 8=25:501wO0AVAE+AAOwVN00AO1KJA8g=2N H HHHHH H HF•H HH H H W H HN H HH W HHH NH H HH H H ONOOONONOOOOOOOOONNOOOOO N.^000000 88888888888888888888888888888888 HHHHHHHHHHF•HHE•• WHHNI••.E+H".HHHN HHHYH• N ONOOP.no".Oo00o0000.n.noo000.n.n000000 88888888888888888888888888888888 VT>VVVaTVyTyVVVVVVAVVpAppp T>VVAVVyTyAVVVVVV N$NNN$NONNNNNNWNNASNN.wnNNOANNNNNN OOOOOOOOOSOOOOOSOOOOOSOOg,0000000 Q5� 5�5�5�5� 880888888888855888888§§25§88§§§§§ WNNONw,.WNOH0000HOT".NONHOAmE+0A0A1+ Ab VA V bT A TppGTA VaayyppT pppNA N.~OONAIH+T.wi.N0.8nNW008OH0111O A.N...O..VVVAOTwVY o m ^' A? va 3 �n i0 3n vQ r:4 SN "� nC NJ •.•c 0 n.., om' vo: C ] O S i Y Np �• _ T C p `]! D < V<i " 09y T Y .2 p z •� < D Z N » 17' N w y� N N 9w� ASA u O Zm i31 0.�0..x ID H '4 3 J 2. A d m R /f Vi O t r ''.'"E 1 rri E ,- N g 3 N E H Z IA " Oy 2, m'. w �N Yu O1� .nN "yN A. yN 3 NN WVOA1.Ai.A WNV O.O........ i.A W1ObPVT.Ni.AWNYObaV OHi.H..A wNYObmVT".A WNi+ 333mm3TTITTImm3mm0mm03mm0mm0mmsssm10310msmmsmm1mm3 xxxl xI xI xi xI xI xxI xI xI xxxi xI xI xi xI x Inn.AN.Vt.Iln PS..812. Clnlnrn..H.mAC.I = . OtDm°O�. "nm wm�'I . NHH V H N H W HH H b mV O. ". A W N H Obm T A NH O �3333333333333333333333333m33333sssssmssssssssss xxxxxxxxxxxxxxxxxxxxxxxxx�xxxxxxxxxxpxxxxxxxxxx T Tmmmmmmm1110A TT01000 mTT NI..r.n T Hgggr F+HHHHHHHNH HHHHHHHHH HbbwoommmN AAAwwwlm"Im"N ObmmmVVVTTTNNNAAAwwwNHHHO O w�HHHHHHHHHHNNHNNHNNHHNNHNHNNHNNNNNNNNNN!NNNNNN TbbOQ.bbTbbVOOVOOmOOmmHHmF+mF+F+.000NNONNONpNHWWpNWWN A.mi.wNZ2A6'IVE+.N..VH.BnT=.9.m•.B.NnAmNN.HOONOTIOW.TOY!.HOFN+.HO.t2P,p1VVN0AW8 W,","...HO.DOH..HD.HOOHi.HO.HDOH..FF:',OOV000HOCHOHHOp~O�OHCHOHHWObNNOHNONNONNEN+WWN 14141WW10O0014141NN1OHOOHOOTONVV.N..AAA!. titteWWNIH+IH+E+.HOI+W000mOVVVO�Q.001 ............................................... HHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHHE+Y+F+F+F+F+E+E+E+E+E+E+E+E+E+E+ 000000000000000000000000000000000000000000000000 00000000000000000000000000 8888888888888888888888 AAAHHAHHAHE+AHF+AHHAHHAAHHANNAHHAN1HH1NN1HHWHH1HHw 000".".O".".O".WO".".O".". OT,80".".008800800000888005008008 OOOOOOOOOOOOOOOOOOOOOOOOCC A ONN N bN OHiN TN N HNWN AWT! a.h AWN! .HON .HOWHW m.n.O.OmOAmVAmWmbAmbAwbHAmVVF+VAm00T F+AmPmOmAmAAm".OVm 888888888888888888888888888888888888888888888888 0000H0HHOHHOHHOHF+0 00HHOHF+OF+F+OF+OF+F+OF+F+OHHOM101HO N OOOTIO OSSOSOOOOOOOOOOHO00000000.N000OO.NDOS.NOSSOSSOSS ONi 000000000000000000000000000000000000000000000000 wwwwwwwwwwwwwwwwww....OFaaWE0Eaa y0y y0y y0y y0y E0E++0F+0F+0F+000000000000000 WWWwwwwtntn Y.WWW 1414 w 14141414 www 1414 C 4 SO -1.NQ - PFM '-' ' 91 �11N C3 0 a2 r 0 S rrr]]]"I gi < C O O •Y14 7i A Y H n o ] C r! RHEy " O ] ZZ= R d y TONOV ET+ONfTTO bTOHOV TtTF•+.OHi~TmAWNE+mmmObmmmVT"Im A"�mmNHmAWm NIN+ O.HO O N.H.. A wN FH+O 1010, TN A EZ H 0 onnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn C��CC SCC.CC�•CC�•�•CC�•�•CCCC�•�•+CC+�•C CCC�•C c �•�•C 2�•C C�•CC -»aaR»R» R•••���••.. nn PPn PPnnPPRPPl1R SC(1p PPPPPPPPPPPP�PPPP�PP H33 3 33 3 33 xY SSS ZZZ 3 SS S SS S SS SS SSS SS S SS S S 0000000808800000000000000000000000000000000000000 mw"�"'AA.Ti.100�T..m.An.>>nTm.n.ntn.nTmAw.nTmON".".TO.T..00.T..OTO.T..OSOOA00 1414055 8814140 5b0SOOm05AHSSOSHNSOSOWSSOObOO wN00000T00 F+F+ E+ NNOOON VGNO O 1400 GN000p0100 yA F+0 p0 N..�I"p,IO EO+VVAwOO yN.OpONHp0e00 p0 H.Ni. p0�•0 WWwNVONe."..OHibbAV.DAFH+001400.0.Wi.oVN00.b...W..AON•NEV+w.m0000AA.H..AVAW8gwg88 WWN OONO.H..HHOOF•00000000"..~..0000000".". ".".00400000OOO.H/1HOO NNN888888188G88�85M 8888wA888=9888^88888888888 pAp pApAVVAVTAAV VAVVAAVVAAAATVVAAAVVAAAAVVVVVVVVVOVTAVV OOOONNNVNOVNN NANNOIOONNOY+AAVVWWWVVmmmmV TVVOVAHVV NNNwwNNHNwANn .wi. nil! F+bNNONObNN 0000p0 p0 p088888p8 p8 p0 p0 p0 p80p0 p0 p0 p080808080 p08080808080808080808080808080808080808080 SSSSSSSSSSSSSSSSSSSSSSSOOOOSOOOOOOOOOOOOOOOOOOOOS §§§§§§§§§§§§§§§§§§§§§§§§§§§§§§§§§§§§§§§§§§§§§§§§§ NNN N NN N NN NN NN NN N NN N N 0000000000000000000000000000000000000000000000000 8888888888888888888888888888888888888888888888888 p OmOOn.020*NwN.Vi.HOA00=1-.01 T+ONNO'=WOOb C0.0HA0t0AHOHW.pNO ••• •• •• •pp�.O�.pp11• p p C�O�.A00Nw=8.8n NOWO.b..VvSgg=11OAObi O.N.."B.FA+V.N...OVAOHO.H..Q.WWVVFN+8=1,OHO O 90. OR £ <0• <. �0 CrSi Yn 3 i1D!OnY .5WN 94P .. d ]\ r1 S N p0 n. "n 0 p6 R]ZH vZ= Off. O -I 4Z ."�S•w.+ 3 W !1'. u J O ] O !242 1 0 n O a 7 pp00 Zr1 -< i4, mai m p p••"' 2 H Z y n MQ n < < 2 ' •• S ".' - N m R yI (� -/ 0 o )3 t C O 1� 0 \ ZI� o •tc 1 I� •,1 ; .4 c 3 2 i O C 0 i m OH1 v 0y pi. ri ] F\+W \N p• O? F+• A O0N O CN REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION SHEET 73 of 132 RECORD DRAWING NO. STR-900 CITY PROJECT # E13O97 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI CITY of Department ,�� = = - CHRISTI Services 6000 S. Staples Suite. 207F'`A.1 Corpus cnristi..........Ekg1t Tx. 78413 P:361-814-3070 Fax: 888-653-5510 Ma bik Inc. y� se* ' S` s*+Pd / �: •* 0 RJ.0 DO MARTINE / IP', 58255• ;• "y 4° RFS � :^ ` _ AL .0- CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 DRAINAGE HYDRAUL/C DATA STORM LINES C Continuation, D, AND PART OF E (2 OF 3) CORPUS TEXAS of Engineering u y Martinez G & Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 MUMAAAAAfpo■!1 (p91ApgA E AAAAAAAAAWWWWWWWWWWNNNNNNNNNeNeYYYYYYYYY YtD O*V OI�A%yY 1 0 L O &"Vit »%ObOiq`;: Qtk0eVQ4I yA» P'ii5 i61i »W » i0 OWOIVaear 5555 m , -s 5555594111 N A » V7,1il 000YPPPPYPPPNNNNNNNNNNNNNNNNNNNWWWWWWWWWAAA NNN» 4 pp Gep"116 m 5 n vv"iwvOiw oI-'I- O OV.O1Vtw Aw WWW nM WWW.J JWW=a OOOAwOo2ttc0 ioO 000,.aI.I ��i�i�i�iaaaa 2 2:222Sr Sr E'Eri yN' p� 2222266667 O 2 n YYYNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNNN ]» >IrlMKKC O VWtD000000YYYYYYYYYNNNNNNNNNNNNNNNNNNNWNWWWWWWAWW I --- SSSS2 sR i OOe Qi O�O�W0e0e000v�v�v�VVVOO�NwwwVVVwwwpl p1000AwA���AIOIO�N.+O�f lyl yR yR ynynytbmpa c £ .Olwwww000tObbtntntnwww 0e 99911fx1mmlmlO N aw�w}wa ryryp2ppp2��I2pppyyy2o A Z 0000000000000000000000000000000000000000000000008888p�8pp�80pDQ�SAppp `�!`�G` '7;""'- D F VVFA+ONONOIA+5 bObbWbWNVOiAAONWF FN+1�0ANNO�t ERR Np VtOWtONp1VFm+WO 3 �R 2 p9 NANNNNNY n AAwOOwOOweowOOwoewoewNOONO pop�NOONONOONYONOOpNpO0Ypopf0Y JJPJN rl 88=0:: QAi ImvNNAVi=kN+QOi ONi ONI8e.6t$12 OeF+N OeAAOIV tYO Ntbi10 F+NOFAiT,RVA 2222 3y�y.1y�y1ppp�{,,,ppp�{��� AA000A0PPAPPAPPAPPA YYAYYA!-'-"" !'r!"!'!-' JJSS 00000000000 000000 VtD tOtVDN00NIY+FY4,9,9$tOOtbOwAp0000VNN0�00 wawa M M I.1 rl VOIOIAN pVp pApII yWyVAvIVAWNWNNI..�WWNNWWMpVGNOIAWOIVOIAWyOIVOOf�NWWw,q O�to Atpn MMr2fN NWOR NOISt=1F+tVONVObiNOItOA 24NOSne,t/S=4,,2t Ni100eNNNSraFb+ I-11,1-11-1 6666 VOIOIYOO1YNOIYNOIYOVIOO�ONII ii ii iippnrp OnpAINAYOANAYOAOivIVIYOVIVIYAVIwA m mmm Nwg�ANO01O2,:N NwW:7,;g8 aw9,-gisw OIV OObI tilOissi:TbWwwNw ACAesIOYelb�10+Nw Aw WVwNONNwtOY.N.pAYOOPwNYOFb+pO OpIIN pNNONOPObFY+0eYY00AONAYO OVaiS0ewwNFV+NdAONNVOwbO0e 0ewONVANOpfIFPtAONINUQtt+ANFb+VIbv010v OOt OI64',p eY0Y0V0fYOYOVtOY0Y0VtOY0Y0Y0WOlYOY0W01YWYYW P;gWO0YYYtVVVNNOOVPF.O: NY0 YO iNilvIs Po PPOo NOIYYN1=N:NWA=im.A,Yo mmY, VOWN OOOOOOOOOOOOQOQOO QO Qo Qo Qo Qo Qo Q0 Q0 Q050j� Q0 Q0 Q0 Q0 Q0 Q050j Q0 Q0 Q0 Q0 $0$00000 Q000000 888888§§§§§§2525§2Si525252525252525252525 25 25 25 25 25 25 25 25 25 25 25 §§§§§§§§§ A 'lo- xl. 8mi <t m y�O L1 251 m6 Obi a A T 6O R , VTR • 1 M r va J yl. g 67'0 g hg,1 vt f1O v v r -W iA !1 R d = 6 C A O o C O N N t r99 i II C O Ap uW� ll i�zi 3 m TAD 33 C M", ^ n O •• I Z N J O 2 m 9 C1 w Z N (� (1) 0 C) 0 O 0 0 A< t ' N r n Z Z �N ni N• 1 P OI ni Y, n„ to 42 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION SHEET 74 of 132 RECORD DRAWING NO. STR-900 CITY PROJECT # E13O97 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI CITY CITY of Department �,�� = = CHRISTI Services 6000 S. Staples Suite. 207 corpus Christi P: 61-81 Fax: 888-653-5510 •1.-” Maybik, Inc. .,, ?5<?+ /* : - �•RI�C'ARDO ' 8265 �t'y- ......2 ,ll „ .-0 ' MARTINET ; »} CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 DRAINAGE HYDRAUL/C DATA Continuation of STORM LINE E (3 OF 3) CORPUS TEXAS of Engineering Martinez, Guy & civil/ Structral Engineering 8 Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 o o o) co O N -A COCO O N A NI CO CO O ti J L— SURVEY CONTROL POINTi ..3/8''0 /R. . 0+00.62 3576' RT 0, o ti I J 7TM LJ r - r r IllP. A m ° o o I l vJ L-- S P m BEGIN PROJECT ASPH. PAVEMENT STA. 1+84.00 p PROF/LE LEGEND EXIST R.O.W. CENTERLINE EXIST GROUND AT LEFT R.O.W. EXIST GROUND AT RIGHT R.O.W. - PROPOSED TOP OF CONC. CURB ----- _T__] PROP. MONOLITHIC RETAINING CURB (LEFT) /1 PROP. MONOLITHIC RETAINING CURB (RIGHT) [ PROP. MONOLITHIC RETAINING CURB (LEFT & RIGHT) + PROP. CL o PROP. TC LJ BEGIN PROJECT STORM SEWER STA. 1 +42.73 fl si � - v N � O � ArOH WATER 8" ACP / / \\ --AT&T FO - / lifii► JI Ifi. I— I o AT&T F.O. \ \�y I„ r I. AT&T I z !.. E° ' F.O. a1.. ''‘64.(,-.4.F2 \�2 _ = WATER' 8"' ACS - �� - - -4 WS-GAS=(TO WATEF -REMAIN) IX/ST 36'RCP Mc,4ROLE RD. 5- HOPE SLIPLINED v &. W.W. 42' RC; g ® VcA W. W. 15' RCP 'DLE ROAD a=21.97 P g O STORM 36'RCP REMAIN)- 14r,..______,±o, STA. 1+46.90 5' CONC M.H. (TY -A) STORM 42'7tCP (2010) McARDLE RD. - v O r g _ - - ---:---- S70 36' .., L a�, �, •; 36'RCP (1971) ..5.. GAS � g 9s P.P. _ —(TO . --0-- — GAS 4"WS---rI_ \ `I w m"l�R 'V ,� r: a • _ T AT&T r W� �� ' ® �/ AT&� = _ �w AT&T r&i A T AT&T �r "SAT&r � �_�\\ � AT&T // AT&f — _ ., I 1 , P.P. •— 1. 1.00' ,, ,�• B -B �� I tv I -,, .,, y y U p o 1+01SURVEY 94, PO NT ;%L9 CONDUIT JUNCTION BOX "X36'X18" kr LINES 3.5' COVER IH -A99 PROPOSED DIA. CONC. MANHOLE (TY -A) TA. 1+46.57 (9.0' RT) /RIM=30.02 (WITCH DC. Pl1NL) '4'7N) FL=22.97 '6'�W FL=22.47 2'( FL=11.97 z, A2 6L 0 SURVEY BASELINE PROP, 24" RCP STOk 2EV/OUSL Y ABANDONED) WW. 15 "RCF TO REMAIN ACTIVE) W.W. 42" ROPE - 22.66' LT. 5.67' DRWY 2+24.03 CL y, xa PROP. ROW PROP. (MATCH 19' CONC. ORWY EXIST. CONC. ORWY.) $ / — — i. � 566' ��, N c+n - 2+54.1. PAST Row r.,� y :'u m P.P. e g I M CONC. SwN.. 9 LJ c�'j 0 2+74 o . AS1T50 ROW yap oo, y -,60' g Ill,gi `' ',2 2+83.44 CL PROP. r, 2 H- R.O.W n 1 (MM4TCH CONC. DRWY. Eh7ST. CALICHE ORM') ti PN ( 010)(TO REMAIN) . 1'I ro -, nn o �5 20' O 111 `" C)G, Fi 4.1".1. 3+24. • : I PAST ROW SC -- ----- - CONC. SWK PS YJ 3.25' PAST ROW • IR 4.00' 3+46.86 CL PROP. CONC. ORWI:. PAsr ROW - - w M4TCH EXIST CONC. ( 3+48.17 - - - - - - - - (ROP. MATfH CL 10 C. ROWa',1 O 4 - " ,, PROP. 18 RCP ,,,6 LF ® 1.0% ®o, Cl-A4 PROPOSED 5' STANDARD CURB INLET sra 3+81.00 (16.0' LT.) T.O.C.=29.34 187E) FL=24.20 3+60 BEGIN MONOLITHIC} RETAINING CURB (REFER TO SHT.. 95 FOR DETAIL, TYP.) n a 1 -. SINN b�� -:. I�� PASJ Row \_ .GONG. SWK I„,, , °i o 1 P•-0 ASr ROw i moa”! 4 `cZ, v,a w 4O00 END / MONOLITHIC RETAINING c ., A(MATCH m - - - - - PROP 81 I • - - PROP. f0' CL CONC. .DRWY.ORI UST. CONC. ORWY.) .n,* CURB .M. _ PROPOSED )ARD CURB INLET 91.00 (16.0' RT.) 9.34 L=24.02 ?ROLL LAA 7ANSITION 15" RCP (PREVIOUS 42" HOPE (T0 REM awa �AI.! 5" P.P. �A wt $ 0 rn a. � 2 1.50' 6A0 .-1 N A x A y�l ry m PAST Row I oN SWK_ `�� o N a 09 RICH E A POINT jj SURVEY S7A. 4 LR. " o� g 1 4+67.44 PIEEEEE IS.T_ CONC OW POINT ; 2 23.61 RT. i o =n=ip $�a H.P.I 33' -B I I 6. 1 cn STA. 5+00o MATCH v o -Iro- co-- m ons II' II' �N o o a -:: 4 c)1.o � ?2c c $--1 N ami „� eoao aa REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 75 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = e* 0, /*r % • 0,... ,a` . F\� F'Ygf it . •* •DO MARTINE 58265 58265 l r Jf� AL CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 Corpus Christi P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services PAVING', STORM PLAN AND PROFILE SHEET FROM STA. 0+00 TO STA. 5+00 Martinez, Guyl & Mayb9 s,eIne TX. Bd. P.E. Firm Reg. No. F-1415 rn w o Ka 4 MATCH rn co STA. 0 ti 5+00 CO CO o IV MATCH STA. 5+00 I p CL=29.61 7C=29.59 p - O TC=29.69 5+23 BEGIN MONOLITHIC RETAINING CURB a rP.P. m o I t g '� x a 8 , I � 5+7295�Y PROP. 18' CONC. DRWY. (MATCH EXIST. CONC. OW) I+ CL=29.46 o TC=29.54 „ro -fin 0 MONOLITHIC RETAINING CURB RL c')„ II ( C 5+62 END 5+62 END $�0 o o _ _ 0 2USLY ABANDONED) , 0 REMAIN ACTIVE) 1 MH -A7 PROPOSED 4' DIA MANHOLE A) STA. 6+15.60 (9.0' RT) T/RIM=29.08 24"111 F1=23.9118 11=24.41 18'(F1=24.41 MONOLITHIC RETAINING CURB 33' ti""�5+96 o IRETAINING MONOLITHIC CURB RT. BEGINPasr 7.i�'rn PROP. 18" RCI 24 LF ® 1.0% 15 CONC DRWY. EXIST. CONC. O Rpw 3.67' PAST Raw S+BS.ZLCL_--� y ^� p �c ry I = MONOLITHIC5+80.664L�� RETAINING CURB RT.PROP. STA 6+1560 4' DAL (1Y-A) MSTORM MANHOLE M (MATCH WY.)PROP. !!III (MATCH 14' CONC. ORWY.�� EXIST CONC. DRWY) 4# °) 1 CI -A2 PROPOSED 5' STANDARD CURB INLET 1 STA. 6+75.60 (16.5' LT) TO.C.=29.34 18"(E) FL=24.67 CL=29.31 O TC=29.39 p c, rn a - 2 a -w .'yi p c5+96 24 RCPMONOLITHIC MH-A1 1 T/RIM=29.08 (Centeter)) MH-A1 /NV=2391 C. INLET CI-A1 INV=24.49 C. INLET CI-A2 INV=24.67 BEGIN p O RETAINING CURB -< FL=1391 P.I. LP.STA6+1560 Jr 0� 1 1 1- 0 , 18'RCP + CL=29.40 o rc=2s.48 �. FL=24.41 INTO M.H. 6+57 END '• 60' ROA PAST ROW 2 "°p' 6+41.28.�'L c.,000 '''',,P.1 � 33 -8 PROP. 10' CONC. DRWY. -O�` a �om"ao - - - - (MATCH EXIST. CONC OW) ���+ oi� o -N a rl;, VO,"-.1 o .� . .-....):70 m ,o,, a 4 off, A LONG. --- a 02 1--, yc� m . SID -ALK IIIIIII■ a 2 n ` g o o Bu ,Tt.. c�� 0 RM CL=29.60 + O TC=29.68 p MONOLITHIC RETAINING CURB RT. �� �� yin jz i a O c'=1A „ ao it® g ad n V.P.I. H.P. STA. 7+11.23 I 6+57 BEG 077 PAS RW cl '^ g , ti _ n MONOLITHIC 4-AQ.! RETAINING CURB 2 0 •r '0 -� 1 p HIGH 2 a� `;-. I CONC_SWK. = _ _ _ - _ - - - - 7+06.76 PROP. (MATCH 12 EXIST. CL CONC. ORWY. CONC. ORWY) v CL=29.470 o TC=29.55 I PROP. TC= 29.72 POINT W.V./F.H. $yo 'ors MB I CL 7 5.601 MN P.P. AA F� 1 1 a= g� �5 r 3/8'0 LR. SURVEY oyo 2 If i � W 7+35.85, 22.57' LT. I CONTROL PO/NT /18 `Q a 2/ I 7'+50 8f00 8+50 SURVEY BASELINE 94 CARROLL LANE I - (PREVIIOU' i I 7+56.981L PROP. 1 (MATCH £1�IST. ' CONC. DRWY. CONC. ORIN ravrvaEu air [ r LUITCI ] PROP. MONOLITHIC RETAINING CURB �(LEFT) I 1 PROP. MONOLITHIC RETAINING CURB (RIGHT) C ] PROP. MONOLITHIC RETAINING CURB (LEFT & RIGHT) 7+80 11 ' s I O CL=29.25 + orC=29.33 p +CL=29.03 o TC=29.17 f MONOLITHIC~ RETAINING CURB R7 VO-- ,p o to -. -,I �� 7+80 BEGIN 1 PAST6' ROW MONOLITHIC RETAINING CURB 8 -' Sw 1 coNcK. 200' o, a PAST ROW 1 _--- ----- 8p+24.4548 (MWTCN 10 CONC. ) o2 aea 5/8 31.65, 0 /.R MD.ti 8+ S. hN,_, S 2 Oa #O iia c 2 o ±, 1 19.862T. CONC_SWK. , o8' 8+93 N m 50'2 wla o ® II PAST ROW 8+86. lO P8OP. 10 - - - (48TH EXIST CL CONC DRY. CONC. O CL=28.81 o TC=28.89 p 18" M: RCP MONOLITHIC Al RETAINING CURB LT. A a 0 A' jloo - 5 8'0 /.R. MD. 8+91.61, I 30.13'LT. 1 Cl -B2 PROPOSED 5' STANDARD CURB INLET 1 STA. 9+1772 (16.0' LT.) T.O.C.=28.81 18"(E) FL=2291 - 9+35 END o� o 9' ,/ n=22.65 INTO M.H. MONOLITHIC RETAINING CURB p AI { I.1 j 8+93 BEGIN MONOLITHIC RETAINING CUR1 �� � MI �j V.P.I. LP. STA 28.811 PROP. )C= WATER 8"' C900 _ - - ALH� GAS 1 ® �� 11111111 3 ,} ��"� C2(:)) •\l STA 9+17.72 4' D/A. W.W.8" VCP i O AS yy9 9+36 END tiQ f1=22.15 Q (TY-A) PROP. STORM MANHOLE MH-B1 - x - - - '��� 9+43.97 CL .*111P,® I I's , 33 r�� 1 I \ e o MONOLITHIC RETAINING CUR T. CL=28.B3 cn TC=28.91 `�� y p rn �+rn c� a it 1 / gJ~ -� _, �.. o (.4-0',��„ ^ 1 a, = '. I MH-B1 T/R1M=28.55 (Center) C. INT. /NV-91 IN C. INLET Cl-B7 INV=2273 C. INLET Cl-B2 INV=2291 9O35 END MONOLITHIC RETAINING CURB RT. ((PROP.6' CON. C.. ORWY.) I TC`fl T57 IJ OR COC WY. L _ x - _ x 9+46.15 CL CONC. PAs��w PA - +- ..01 m - -- TtH FAST_F2' ) - ygx„` v56 p o N M.� 7.00' `°oA 1 -.sr, cn rn I A < 1 PAST ROW mma CL=28.98 ' ` p -N ni ^�r.,.,---®A o '� a cn on O m.. Io' . T� ,-) &4� Co (n �� TI; H 9+36 END MONOLITHIC y0� RETAINING CURB LT. II \ iv o°tie o n TC=29.06 n,+ -. '� o„` ti+� 0 om$ , 1 �' 1 o A 8 v, a i 22 o 2 N ti _ V. 2.50' 11-81 PROPOSED DIA MANHOLE A 1A 9+1772 (9.0' RT., 'RIM=28.55 4" N FL=2215 t" FL=1265 t' ( FL=22.65 22 o 1 _PASTW WO ok o m - 3✓ 1'00, �.� C. TC=29.06 0) CO o I3 MATCH Aa 0) S CO A. o 10+00 ti No Na 4 0 ti MATCH STA. 10+004 o oC-nti' w m _ pa~ IIS IIS 4a Qi = O �N ossa ro o -0 : 2 ao z� $-1 N ami m"?2c aa REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 76 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = [y6@ ,sP ••_..••••.:�kgeY r�5: ..s*p� e* .•' *d 0/, DO MARTINE p (P', 8265 rale E •-,;. y�.� CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 Corpus Christi Tx. 78413 P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services PAVING, STORM PLAN AND PROFILE SHEET FROM STA. 5+00 TO STA. 10+00 Martinez, Guy & Maybik, Inc. civil' Structral Engineering& Surve m Services Y g TX. Bd. P.E. Firm Reg. No. F-1415 a O N Aa MATCH o, STA O 10+0 N a oNi c c N MATCH STA. 10+00 Cg 8 IC=�'� SURVEY CONTROL 8'0 R. 1,+03. P iit oO - - _ II rT 1 1 §e 1Im� y/ H.P.C. RL STA 10+32.30 {f, -R' - r 6 T ra P fO MATCH EX PAVEMENT MARION S. STA 0+48 F S- vCSAC•-D011- r 1---- A /0 ■i ■ I' I �. ,.� a.E PROP. TC= 29.15 ® n v N.P.T RT. - - - - --- -...■ g 1 195 s n MARION 'I- r�1iA � ST. m, - - t. �. } 10+62 HIGH ~ -PROP. LT. CONDUIT JUNCTION BOX 24'X36'X18" o <n o .. O o CL=29.13 g1 TC=29.21 TC=28.76 MARION 5T / (Right Side) V.P.F. H.P. STA 10+61.43 ' F:, A P0/NTF- 20.3' + - - -: - - - - - • . - - - - - 10+63 40 CL. PROP. 10" CONC. DRWY. (MATCH EXIST CONC. CMW'Y.) a k c)-,,- 00 a � - Yi PROP rc= 29.24 V' v A \HP.0 RT. 9,c-> iO - - ,ti k .may. M t.• A y R .r O rg ®k - • O�4. ,�, n $ ti TC=29.27 1,z..r• +. o®� n V P.L STA. 10+86.43 , 77.4, // END. �_�� ro IbB70.64 i _ --.. '.% ro .. - 30.140. - 9ti 8" 9 ■ ' ■ a ` z - n+ o $ 2 cny PROP. TC= 29.06 4 ti �p 1 H.P.T. RT. STA 10+90.62 \ --.• " CL=1897 } 00 TC=2899 tike g4r ? O= ` is_ - b 6• 0 O 1 PROP. TC= 29.04 IgA Nom SD,A� Y n 11+35 BEGIN- AT&T F..O. AT&T I •• ^� g o s' ICL -83 P 5' STANDARD CL STA. 11+62.77 Tn/'_2RM 118"(w) FL -222 _ $ 1 11+07.40 6.34' . - 11+2/ I RASE ROW 11+23 CL 11+35 �.. BEGIN ,� . -_ .18 LW ( PROP. EXST C0A'6ORION) RETAIN/NG 0,1'7 ' CURB 9' 1 ,1/8"0 IR. END. I1+30.35, - 4 CL=28.66 cbi IC=28.74 ti MUNOLITHK RETAINING CURB RT 1. t 11+67 ENO -"� ®� 130.06YT aa�c^.-i �d 74s.-..,,�A"& WO m 5.~".,. .`].'.+O,vo* a;:,,,H ..��pa2 o -, ,m �1 `� i I iia y ! a�iu :-.1-- O 1' I' PROPOSED DARD CURB INLET +62.77 (16.0' LT.) 8.68 222.42 24" FL=21.66 RCP MONOUPWC / ROTATING CURB RT. •'k a if '.�•. V.P.I. L.P. STA 11+62.77 J PROP. TC= 28.68 ti �ao a u ,ate'; I 14r ° I` 160'0. mcc=-acrele• I PAST ROW'24" a.. Sw_ ` RCP � I '(/ STA 11+62.77 5' DIA A FL=21.66 I ` J8 RCP PROP STORM MANHOLE 1111-82 (i?;;.,:. > a a '°•9 /-• ` q,� IUJU ,I- �, 1.-----...=, 2'-0" I INTO I M.N. 1 MH -B2 T%RIM=28.42 (Center) MH -B2 INV=21.66 i' S C. INLET CI -83 1NV=2224 0,0,_ rA ,..� .- W(I V PAST ROW' 11+84.51 CL ' ILII ►lila- P.P WW 1�YCP 0/NT - (- CCR. MlN. I _ C INLET CI -B4 INV=1141 =� ,4�'im� I�wtF _ !�"� "�"�:�� Mil M1 3aI V.P.L. H.P. STA. 12+00.77 - =, I ,� s I o a 1 ro „ I $ I 1 r - I N o O -- ,I 11 - - - - - �� N a=28.79 k 1� I' PROP. TC= 28.87 o TC=28.87 18" Lx SUE 6'W O --J,9• •r. O o a LR. _. k P p £X.(SUI.)-7'' 0=141 L1.) ,:.3 CL=28.62 �4i1 A , ricI o . cn- r O y ®a 2i = , On '‘I r .. " y `1Z a n a A I 1 I yin 1 m O R. `-.War-- a n 1 a L ►.. �I n y ti o PAST ROW I 12+1093 CL PROP. is' CONC. OMIT. l2+13611 PROP. I ,' CL PAS • 199 CONC. DRW'v IT III 3 . •- y a r- a I m--- (MATCH EXIST. CONC. o5Wx.) I (MATCH EXIST. CONC ORWY c�j v.v r ,: w°°aaaa a 1 I y 1 w2`; --Q° .nnQ OAb.Z5-'� 'o. ,' i a� I4 I _ti r7� rot aN o • tirrn titiroN� ir".i �.pA `�m II � HO ase o a ,I'P tiN u 2 2gg$PROP. w- 0?aI O b 00p �� `4ANTC=28.70 r..-._ �Vc C., CL=28.62 Q TC=28.70 O STA 12+81.56 5' DL(TY-A) STORM MANHOLE M-83 18" RCP R III H-83 1/504-28.33 (Center) MH -83 IHV=21.42 INLI7 CI -85 V A ` x .. '+ END. 4.g - - - - - 1 ry-.6 p4" RCP fL=21.42 1 FL= INTO 92 M.H. I C INLET C1-86 INV=22C. � VP.I. LP. STA. 12+81.56 1 I• !, . L 'o air � f •iit � J_/8 0 IR. 1 +81.18, 7 24.50' LT VEY- CONTROL P0/NT /17 PROP. A 24" RCP � I �,� _ PROP. TC= 28.59 HP.0 RI. 12+95.19 60=21.42 ( c o .1I PROP. IC= 28.67 - ceAH $ .ti ■ 13 00 )P. 24'RCP v'M ■ ■ s ------41* - - / ®� 1 rwn oak P,br g II II !• a �� II 'p I*o\HP.C. Lr 12+95.89 0) _ _ '--- '.�� '---- N w�/r 6.6 _ I I - n I... -Y1 - - n- TEND. -1-1.77.7-NO},,, 50.251T 90.25JT -3� - - - - _ - CP v a o g a PROP. IC= 2867 ®h ST. EZ=?IR34 ���... II I LAMONT V.P.I. H.P. STA 13+22.80 J6' © LAMONT ST a - c _PROF_ �'' Jr \ = v '� ° * _ - PROP. TC= 18.84 STA 13+22.81 5X5' M.H. (TY -DJ -.. a T 4•• RCP FL=21.34 N� PROP STORM MANHOLE MH -899 c. CL=28.65 & ` y 2 o $ �' m g 'ROP. 24" 0.6 LF z - �+ ti *o 2, $ MH -899 IAN=20.34 (MATCH EXIST. 36" STORM F2) H.P.T. RT. 13+53.19 1.. as - ch ~ � F,. l• MI wi'', �•+ ' ®,- Eli -- _ •p'�' 1 1 I, I CT 2 O a ■ �•� / o _ - - TC=28.73 I p PROP TC= 28.72 iion N.P.T. LT 13+54.75 O R' n`" x a > 0`�? w W 1 I I 1 t � I• / P.A. y a 0 �+, A u i v,,^,w,.„: 4" RCP FL=21.43 I ° PROP. TC= 28.71 ®� g o ���. ^ a.,w rc=ate�� ,2, qy NvNa v v. o o � - �I V.P.I. L.P. STA. 13+67.40 PROP. TC=28.66 ok 24"' RCP STA 13+6740 4" OTA. (TY -A) awa awl 0 r'' 12=21.43 18" RCP PROP. MH y,'•�+00 I w _ , FE n $ FL=11.93 INTO M.H. It;:;LTT22b9 STORM MANHOLE -C4 M5-04 1/5/M=28.40 (Center)-*-5,,..:41a•o' MH -C4 TCi-0543 C INLET CI -05 INV=2201 ,,w ro I 13+86 : GAY o � �a vao �u '< i„ {` -I N '''. ' "V ,r.0 ..r.2 o oco,I�2 +t oI I 1 0, H v. u N r'- aha* u u u a ',,,,,..,,,,o.• I O1 R 34A �`, a •o FA 4ayAj is, O �1 n �rA I I wGi.. iA..--,r'• $ a � 02 • x x x 13MON(1011HK+95 lN o3 ado :.. ~ - n,, O -r n, "4 y "' a k ro ` 3s n ,w�� RETNNIAG CURB RT. -i-o, c" r ,.Oq®crj i4+32 END RETAINING CURB I 33 B- 8 1 �`o 14+ (REFER TO SHO. 95 7'u >~ FOR DETAIL. TYP. I I ) -� I I - 1 14+4Q.63 ,Tri. ,d RETAINING CURB CL '• CC=28.83 u TC=28.91 pp p `D 2 I\ ] RETAINING CURS LT. _ OcaUF.)-1"0 0=2 S' (RL) £x(&U£) 6'w 0-297' (RT.) I W.V. F. q 1j El • PROP. P. 7 16' CONC. DRY& CH EXIST. CONC. DPW.) ri e - - - - TIL? 4 CI '� �W ill n. ..z. - - i. ..' 2-4!5. o b (( f 13+95 BEGIN _- - AT&T O T _-_ - - J8" LR _' MONOLITHIC RETAIMNG C(/58 LT 14+7 /6 jj ££�WAPPING W.W. 8" KP TPP =tt 14+ L+ I I a I I o 1 Alf?, MOADLITFNC 1 + • 't N-14+7 , •' - n s' U o CURB LT. & RT. 14+' 1 : " I RETAINING CURB 1 + l.89�L_ } b I , 'r r r,N v •T •8 PROP. 17 CONC. ORWY. P W (MATCH EXST CONC. ORWY.) I 114+ / I MON r SEG1N-11+97 FNP !HlC 'L'TAlN1NC CURB 01.28.98 ,m, r RETAINING CUR8 RT. 1 TC=29.06 14+' : r di,�� �� NI 111b.-•naMar s:, TC=29.06 1 -,0 o �O N MATCH •A O� STA Q1 O 15+d0 N ONi IV O MATCH STA. 15+00 --z Ov1N^O-"i W^a,,,�...„ , o•n~ 1"=20' HORZ. r= 4' VERT. 0 o I o A Z n 4t ac, rri Z A `Ki $ rn REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION SHEET 77 of 132 RECORD DRAWING NO. STR-900 Cm PROJECT yE13097_ CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) OF CORPUS CHRISTI = = ...7............. CITY of CORPUS CHRISTI TEXAS r . Deportment of Engineering Services E . 7.1k1 y qs 4 • *+� MARTINE :. ss26s ; =% � - ����. -' CONSULTANT'S SHEET N0. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 Corpus Christir 413` TCITY P: 361-814-3070 814-3070 Fax: 888.653.551000 PAVING, STORM PLAN AND PROFILE SHEET FROM STA. 10+00 TO STA. 15+00 Martinez, Guy & Maybik, Inc. Civil) Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 �, rn o0 o ry •a MATCH rn Co STA. 15+00 ti rn otio o Ka MATCH STA. 15+00 O a=28 98 C3 NI l TC9.06 0 o TC=29.06 �n CL=29.13 u TC=2.9.27. n, 0� „� nro 1,1 y p- Th� ott v o °moa p� v, m za 8 .4. 4, 100,..R` oS T� Y !'O, 15+40 END SURVEYS I PAs ROW 15+08.86 CL CONTROL POINT /4 I PROP. 16" CONC. DPW. EXIST. CONC. OW.) -(HITCH 25.11'RT- eT B-B nU �2 a��L B = "' =�$ f��' 60' RAW o A2 N''''C $ 2 °p o ' e -'` i °'• g- `, a - - - - - - 1 15+40 END I o ti ` A x MATCH EXISTING PAVEMENT HAROLD ST STA 0+49.9 (W) g - 0 o o rn MONOLITHIC RETAINING CURB RT. H.P.C. LO 15+76.35 0PROP. r y i TC= 29.29 / H.P.C. RT 15+77.27 MONOLITHIC SIDEWALK RETAINING CURB I / o T .,\� a c;, ,i"COVER' / gg - PROP. TC= 29.29 (REFER TO SHT. 95 FOR DETAIL, TYP.) eti 1 / tie 1 2 O n Z ro STA. 16+06.40 4' DIA. (TY-A)� PROP. STORM MANHOLE MH-C3 _ _ - - - - �ti- - e _ 164-00 / ?OP. 24" RCP i -12 - _ 14" RCP MH-T/RIM= MH-C3 /NV=21.91 - ,yx, 9 1 - CL=29.28 oTC=29.36 p FL=21.91 II HAROLD ST V.P.I. H.P. STA. 16+06.40 - 21.34' II ' HIGH w n o HAROLD ST. WATER ,-.1 o 2 T POI HAROLD ST. o R Zit PROP TC= 29.38 Loc. 8" C900 II -WATER B"" 0900 D AoIME70 CLR. k - VO ®� H.P.T RT 16+3553 a9 h GAS 5. GAS 2'W. -__ - - - - - - - . ®�j 8.W. 9" VCP - 1 �; o o PROP. TC= 29.77 - y�' e \ . / - - \H.P.T. LT. 16+37.15 + CL=29.04 o TC=29.12 APROP. TC= 29.16 MATCH EXISTING PAVEMENT HAROLD ST. STA 0+52.4 (E) 7 t `ge 164-50 PRO) _ MH -C3 4' 014. MANHG STA. 16+06.41 M=29.12 l TA'M=29.12 FL=21. 24' (N) FL=21 PROP. 24" RCP XSTORM 174.3 LF ® +0.20,9' SLOPE II n 16+96 BEGIN p®� 3 TI a 1 1..i.,':=.'.-F3 It,81 , A ,,, ci .. CONC. 5WKLl S 16+93.30 G n Z 16+96 BEGIN V CL=28.89 p TC=28.97 O rRVYVJLV /Vr Vf LVIYL. WI( OP. MONOLITHIC RETAINING CURB (LEFT) OP. MONOLITHIC RETAINING CURB (RIGHT 1P unun/ mar P T ThIiur. ruaa /1 LIT MONOLITH/C Aq '• RETAIN/NG CURB LT. 17+43 END PROP. 20 CONC. DR C Row" . n1 MONOLITHIC RETAINING CURB (A44TCH B°51: CONC. .) PAsr 4 x - - 1740/7 nag. p p x •---. 9 t 17+08.23 CL 17+03.70, 29.71RT __ NO PROP. DRW✓. CO-61.'k'.`,,,,,,274... m�I�Ia2�l�aAI.-'y'O'S=i +y�"NI 150- A /7 / I // /I�m / / -1, vV'v dao ASB -- 9 975' -- i ./.4: 15" l2" HOPE / I 17+43 END MONOLITHICNtiNmoo URB RETAINING C v CL=28.74 i, TC=28.82 co �/ MONOLITHIC RETAINING CURB LT �"' rAST ROW V_ 1 7,1-52.40 L CCONC. 17+6255 CLI tl�e wCm o ro 0 p$?MOP. PASTROW ROP. ,- 18 ORWY. EXIST. CONC. DRWY.) cn 17+62 BEGIN / MONOLITHIC RETAIN/NG CURB LO STA. 17+84.60 4' DIA. (TY-A) PROP. 22' CONC. DRW 6 �• ,8 9' ®- c... _x +. 1 +6 B GI - - ,-;_,-1<•1 U � (MATCH EXIST. CONC. ORr') &/ 'i i-;‘,c� �o MONOLITHIC RETAIN/NG CURB oa I -�). cn,, `.'p 18" RCP PROP. STORM MANHOLE MH-C2 I MH-C2 T/RIM=28.46 (Center) _ _ x '-'x- - 1� ` I I CONT. SWK .g+.- ''"� , °' R 24" RCP i R=22.77 MH-C2 /NV=21.27 FL=22.27 INTO 9.9 C. INLET Cl-C4 /NV=2303 CI -C3 P 5' STANDARD CL STA. 17+91.60 1 T.O.C.-28.71 18'(W) FL=22.8 ale` q� r Ni PROPOSED RD CURB INLET 7.60 (16.0' LT.) '23.03 NI, Y.P.I. LP. STA 17+88.00 , Iji4 'o I 18+00 END 1 11m..�7 1 )A PROP. 7C= 18.71 R"' 2 1 Imp I ' MONOLITHIC RETAINING CURB % sir' ;111 ',11111 FL=222 STA. 17+91.60 CL=28.67 pp TC=28.75 .. C. INLET CI-C3 /NV=2185 _, o 1o.'''-. $ R2 I �� 1 1 O - ol MONOLITHIC RETAINING CURB LO 78+16 BEGIN o PAST ROW - % - 18 07.60 CL - - - _ _, --- 3- £X CONC. g .d I k 0' I I� �9 - - (MATCH N { CL=28.82 cn TC=28.90 o -4,, ',..?.sr) ":k N r c^ r MONOLITHIC RETAINING CURB LT. -',.n c'1 V� act + LIR' A 0o c„®- o n I 18+42 END a� V RETAINING CURB --- d 60',10. _MONOLITHIC/ 18+2234 CL PROP. 10' CONC. DROP'. (MATCH DOST. CONC. ORI Y) - - - - 4.OD� 0 1'°' 1 3/8'P LR. 18+30.96, _� 24.19' LT. SURVEY CONTROL POINT 16 PAST ROW 184-50 PROP. 24_RCF 2= 1 18+42 END _ _ x xiieo 9x -- n MONOLIIHC RETAINING CURB 1.50 ytiy� n x �' _ y �J CONO SWK_ y� ym J r - o MONOLITHIC RETAINING CURB LT. 1 V.P.I. H.P. STA 18+65.43 1 $ g } � 300' a a I HIGH POINT I a _ PAST ROW 18+70.64 CL O CL=25.76 O+TC=18.84 o 95 co ��' 2 2. ti S 0 ® y, a o . Nom. 44 O H " p m - R. PROP. TC= 28.94 I i -1,`.2 �,� g a lm �6 '/ cry a I U ®" 19+36 BEGIN n ay C 2g ^Zi 1.44' ��f 1 - ' - - - - - P.P. PROP.. 10" CONC. DRWY. (MATCH IXIST. CONC. DRWY.) _PAST R-OW --- ti 3 18+98.79 CL - - - - ROP. 10' CONC. DR - - - - - MATCH 5\150 CONC. ORr'fO t 100' l" co -I^r- O = e 40 m -'�l8'0 LR. END. 16+82.21, 29.77CT. MH -C1 PROPOSED 4' Dot MANHOLE (TY -A) STA. 19+43.40 (9.0' RT.) TRIM=28.45 4" S FL=22.59 18" FL=23.09 18'( FL=23.09 PAST ROW ma c" = r r• r / RETAINING CURB LT. STA. 19+43.40 4' OTA. (7Y-A) PROP. STORM MANHOLE MH-01 o, -1v, a, c, o;~ - 5`8' P I.R. fND�tie� 19+1349, 1 ''$ ®„ coNc sly._ - .C1 PROPOSE STANDARD CURB /NE I. 19+43.40 (16.0' 1 .C.=28.71 '(w) FL=23.17 29.69 RT. -co. - PAST RO 19+30.40 CL 78""FL=2RC MH-C1 T/RIM=28.45, T.0.C,=28.71 MH-01 INV=2159 1 1 ' - - - (,1MATCH IXIST. OC CONC. ) 24" RCP FL=22.59 4� 9 ,n M.H. C. INLET Cl-C1 INV=28.17 ,r ®6 -.. 19+ •BEGIN - L° CL=25.61 V.P.I. LP. STA 19+50.00 .''., LOW IIP 79+57 END MO OUTHIC y c?oa�^ .50" { 150 SURVEY BASED). 270LF 0 1.1 RETAINING CURB NC ;2 PROPOSEL iTANDARD CURB INLE 19+43.40 (16.0' L =28.71 !E) FL=23.37 6, TC=28.69 o � - PROP. TC= 28.69 STA. 19+53.40 C19+5. TENET CI-C2 INV=2337 D PAST1Row 142 CL 17 PROP. 10 CONC. D _ - _ _ (MATCH EXIST. CONC. La°. y<T'� Ka CL=28.81 MONOUTHIC RETAINING CURB LT (II o cn ti ..1..,,r-; 00� a 0 CI ti n V.P.I. H.P. STA. 20+00.00 T , 2@ti �-y.-. 735-8 7.50 ROW _ - 5/8"D I.R. FNd,t 119+83.50, t _PAST _ 79+89.23 CL 29.73'RT "'� } HIGH do POINT �° PROP. 70' CONC. DRWY. (MATCH EXIST. CONC. ORWY.J STC=28.89 PROP. TC= 28.89 o ox CU o Iv MATCH is ox STA. W 20+00 O N o7vi ONo o N MATCH STA. 20+00o a @ :(,) ony 4. _ , ri c3a22A A Z y ry y a NO m REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 78 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = �*: ?� yRICARDO ,I, te.P��'•'E..•.9 / �y `�eA I:. F. ' ;* Q *. MARTIN ,� A `` CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples�«< Suite. 207 Corpus Christi Tx. 61413 P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS TEXAS Deportment of Engineering Services PAVING, STORM PLAN AND PROFILE SHEET FROM STA. 15+00 TO STA. 20+00 Martinez, Guy & Maybik, Inc. civil' Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 N, o ti a MATCH rn STA. o 20+00 NJ o0) MATCH STA. 20+00 CL=2881 o TC=28.89 "� '7"-------\i \ V.P.I. H.P. STA. 20+00.00 I (TO REMAIN ACTIVE)WW.. 42" NOPE— CL 20+14.06 1 + I DP swK O -A y N T 1PROP. TC= 28.89 `�'� CL 20+25.62 1 20+37.06 CL E m PROP. 10 CONC. ORM'. v°i I EXI,VT 15 W.W.- A ID--..„ EX 8" W.W. r -EX1STE ACnY 2"W. EXIST W.W. 36" HDPE— EXIST. 42W.W.� (TO REMAIN ACTIVE) 4 36"W.. / ma. hh Ti'III Nc-111 II II 20+50 21+00 PROF/LE LEGEND EXIST. 80.W. CENTERLINE EXIST. GROUND AT LEFT R.O.W. EXIST. GROUND AT RIGHT R.O.W. PROPOSED TOP OF CONC. CURB [ 3 PROP. MONOLITHIC RETAINING CURB (LEFT) 1 PROP. MONOLITHIC RETAINING CURB (RIGHT) 3 PROP. MONOLITHIC RETAINING CURB (LEFT & RIGHT) RTC & LTC 200.00' S=-0.30% — — (MATCH EXIST. CONC. DRWY) icas - o 1011 P� qST ROW 20+98..62 CL P. 10' CONC. DRWY. SURVLY CONTROL PO/NT /5 3 8 0 LR. �!I 20+53.72 °°P 29.89' RT. cs O II - - - _ (MATCH EXIST CONC. ORWY.) 33'8.-B 9x x x hen 5�5 `'`O % ....AV � A xT -W.W. 15- RCP _ 01515 h 88 36" CIPP : a - - _ CONcsWK. k- x a _ 5.50' 21+05.80 CL 21+11.74 Cl 3.40' ./ PAST ROW PROP. 18' CONC. DRWY. (1.41TCH EXIST. CONC. DRWY.) PROP. 18 CONC. DR PAST ROW 5� (MATCH EXIST. CONC. 0 ..)- W.W. 10" VCP WW 70-7/OP.::-.3'' P.P. Y� --' CL=26.36 o TC=28.44 00 ' s M1NO8. HIC MH -01 PROPOSED 4' DIA. MANHOLE (TY -A) STA. 22+06.35 (9.0' R .) TRIM=28.03 4"N FL=22.37 18" FL=22.87 18' FL=22.87 ai 60' RO.W - - 1,°%'Z25' 0 _PASSDi BOW CONC. SWK. PAST ROW 1 71+71 73 CL 75 2-- I- - PROP. 10' CONC. DRWY. (MATCH EXIST. CONC. DRWY.) CL PROP. PAST • m 2 21+88MONOL BEGIN MONOLITHIC RETAINING CURB LT. STA. 22+00.00 17'7 PROP. CONC. ORµ/ MONOLITH/C (MATCH EXIST CONC. DRiI0) 9' RETAINING CURB 6 1.50' i,-.,,,,,,,,, a _PASL Rain coNc. swK_ �'�ru ti N CL=28.21 C. INLET CI-D2 INV=2313 i V.P.I. LP. STA 22+00.00 x5/6'0 I.R. RID. .o 1+95.56, ° N i- LOW a �+g n, v. 1- S1 r - TC=26.29 po 24„ RCP 1 PROP. TC= 28.29 -,-iy c>;c� g'g�i� o 19.84'RT. =14451 ROW 1 - 1'i® '.,j, "° at ,M END 5, gc� `' $ R=22.37 .. ° 1 STA 21+06.35 4' DL4 0Y-A) A PROP. STORM MANHOLE MH-Df .4,N-- 1�,q% °a� +LITH RETAIN/NG CURB RETAN q o� to i8" RCP \ fL=22.87 ' MH-01 TRIM=26.03 MH-O7 INV=2137 ti `+ o , ' ' 700' INTO M.H. - C. INLET C1-01 /NV=22.97 _\ 22+24 END c _21, �' m B 1.50' - - PAST ROW - - 22�F30.18 CL Cr, MONOLITHIC•2 RETAIN/NG CURB LT. \ \ 21+36 BEGINo PAo PAST ROW - p4 (MATCH c' 10' CONC. DRWY. EXIST. CONI DRWY.) -,--"•0-- 224-50 234-00 234- 706.. 24" RCP STORM PRO. 18'RCP f LF =Q� CARROLL W.W. 36" CIPP (TO REMAIN ACTIVE) 1 I i III ro ti CL=18.36 o TC=28.44 K5 h t. r--. 1 MONOLITHIC I RETAINING CURB LT. � cp Yr:.' n u o A ,`o v ,� • p®r gp 41 n 22+70 END 22+50.04 CL �a m 1 1.50' 22+36 BEGIN PROP. 23' CONC. ORN4: (MATCH EXIST. CONC. � ) � r _AROw come swk_ MONOLITHIC RETAIN/NG CURB (REFER TO SHL 95 I FOR DETAIL, nP.) °' �9 122+70 END `a cso'- -`s ''2 X r1 MONOLITHIC I RETAINING CURB 122+89.45 CL � X44. C RETAINIMONOUTHNG CURB LT. V.P.L H.P. STA 22+90.57 R '� 1.25" `_ 1..._ la , ''' _ - - 5.24' PROP. 10' CONC. DRWY. (MATCH MST. CONC. ORWY.) L+ CL=26.45 p TC=26.53 w CL=28.30 o TC=28.36 ' 10 b13 cn o PROP 7C= 28.56 0 r ('0i I I 23+97 BEGIN PA PAST ROW 23+15.97 CL PROP. 2l CONC. DR* (MATCH EXIST. CONC. _ - - - - - ) _ _ . - �'• CONC SWK 23+44.86 CL ROP. 12 CONC. DR7µ{6Y 5.25' 23¢47.55 CL (MATCH EXIST. CONC. DRw6) PASO ROW PROP. (MA 19' CONC. DRWY. EXIST. CONC. DRWY.) MH -D2 PROPOSED 4' OL& MANHOLE (IY-A) STA 24+18.53 (9.0' RT.) TRIM=2792 247S) FL=21.93 24FL=21.93 187W FL=2243 18'( FL=22.43 5�. 50 SURVEY BASELINE PAST ROW _CONC � �r, SWK PP I 23+74.90J1� PROP. 76' rl CL CONC. DRWY. 0 4,-00/� Ago✓ o M �:r 550' (MATCH EXIST. PAST ROW CONC. DRWY.) 23+97 BEGIN oMONOLITHIC ti 5/8 0 IR. RETAINING CURB Iv + CL=18.15 p TC=16.23 O o 24" RCP fL=21.9311=22.43 18" RCP H / MONOLITHIC / RETAINING CURB LE 7 /j jr _ .°y° e +. +- p p _. - 4+00.55, 29.77' LT. !"- SURVEY CONTROL POINT 175 A?oA"=" `n cots A _coNe_swR._- s. m ~ I INTO V.P.I. L.P. STA. 24+18.53 ��+ , G;31 7' w Yr wA �_ 2III y 24" RCP PROP. TC= 28.18 f FL=21.93 � STA 24+18.53 5' 041 (TY-A) PROP. STORM MANHOLE MH-D2 o---..:---,,,,,,o o m $ `r`^,, n, -` A "- ` 1 . , . �a y R �,':,^.! co-iR 1,1...::: +4 CL=28.19 c, TC=28.27 w 444 ±a / 1 --� �� �--1 ^i J ( Crl ^ ®� 1 1`� ,J/I MH-D2 T/R/M=2791 MH-D2 /NV=21.93 C. INLET C1-03 INV=22.51 I C. INLET C1-04 INV=22.69 24+36 IND 24+50.032cL a 1 - 2 444•0 o N •0 +> 8"RCP EMAIN ACTIVE)W.W. 36" CIPP i m MONOLITHIC RETAINING CURB PROPOSED 40 CURB INLET 18.53 (16.0' LT) '22.69 PpROP. 27 COO DRWµ�Y/ n (MATCH EXIST. CONC. Olr11Y.) 5 i O CL=28.34 =�C CZ, 41 cn o� T MONOLITHIC RETAINING CURB LT. a ave wp 4$r--1 V.P.I.H.P. STA 25+00.00 m ?CP STORM " °j} s- CONC. SWK. 3 I` I PAST ROW 4.75' 24k71.65 CL - - 1 I _ PAST ROW PROP. DIA - CONC_SWK_ 23' CONC. DRWY. II EXIST. II CONC. ORWY.) N 91 HIGH _ CONC_SWH. - - N `s TC=28.42 PROP. 7C= 2&42 o o ti MATCH STA. 25+C0 CZ) 1,.) ti ti ti(44 o STA. MATCH 25+00 o w`�mo ons II' II' �N o o nv.p ao �r ?2c c $--1 N ami kn „" aa REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT J/ E13097 SHEET 79 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = .� P; *j / RICARDO 58265 t ' ..:F t ' ,� F �- it ••. `'*�0 I' MARTIN' -` CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 Corpus Christi Tx. 78413 1:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services PAVING', STORM PLAN AND PROFILE SHEET FROM STA. 20+00 TO STA. 25+00 Martinez, Guy & Maybik, Inc. civil' Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 A 0, CH w ST o . 25+00cf ti rn o0o 0 MATCH STA. 25+00 o CL=2834 II1 ` VPI STA -.,I-_ p I PD'NT o TC=28.42 HP. 25+00.00 PROP. TC= 28.42 1 '' P •; I 7 SOS BASf7J l: 23T50 PROP 24" RCP STORM ...... CARROLL LANE -(TO REMAIN ACOYE)W..W. 36" CWP I I PROP 113.5 q y _. A 9 x Un 15+19.2( CCp PROP. 10 CONC. WY. I 1 325' bya J (MATCH EXIST. CONC. ?)Rt�'v)- _ - - L I I PAST ROW 2531.60 Lr 'ROFLE PROP. M U / ®n I / 1 I 10' COW. DRAY - - (AIAT1 £X157. CONC. DRVIY.) I u CL-18.19 TC=2827 I 25+49.37 CL MACH t !C I 'lila'I , 5/84/.IND 5o _ ete Sru o STOR 7.202 SLOPE 5HGL MH -03 PROPOSED 5' DM. MANHOLE or -A) STA. 26+15.50 (9.0' RT) T/R/M=2778 24"(S) F1=21.54 24" FL=21.54 18"(E FL=22.04 275 • :-: O ca I' PAST RDW IxNg ac II i27 3 aa I 1 I Igg� , �N "m 5 g $' T n a n % 20ROV I_ ip I li �"" N ? I - e 1 R +7V, II ffitf7CL PRROOPP 10' COYC: OW. - - - - (MATG11 EXIST. me. DRAY.) 0) CL=?804 0 TC=2812 m �:+ 97 29.81' RL '� / , I� I 24" RCP I of C. INLET CI-06 FL-21.54V5.5 INV=1871 '41D, j�q a+ SURVEY 3/8'4 I.R. CONTROL 6+11.91, _ _ a �y� + pax ' V.P.L L.P. STA 26+15.50 NUS, POINT 6 N.22' RI Rru o' G.=_s /p� qb?'i wN� ?4„ RCP PROP. lC= 28.07 !., $ 0C Ail 0 ~' b!.=•!.> ;.,:n.93.-..-:-• a "� k� FL=18.71 MN-D3 INV=11.54 -A I H •.1. '^ z,, 24"RCP (0=11.54 STA 26+15.50 5' DA. (TY-A) PROP. STORM MANHOLE MH-D3 -•^ ���iii °pro 26+22 ®ti av o 10 \CURB 18'RCP f fL=?2.04 () MH-03 T/RIM=27.81 MH-D3 /NV=21.54 o E g do nu • oc ' 24'RCP 14'RCP INLET C1-06 (£) FL=21.48 (N) FL=18.71 C INLET CI-05 INV=22 12 C. INLET CI-06 INV=18.71 26+43.3,5C1_ A •'' a N O1 ,. Il - _ - '- al + CL=28.23 '� ^, o ti (r, ' �n (CI-06 IS 6;r5' 0.D. TOP) PROP. 15' CONC. DRAY. (MATCH £X157. CONC. ORI»') _ _ - N i-- a `� � - - _ - C„ TC=28.31 o r+, r A �, �„ v, p '� v 16+5 57SL a e, `, 26+55.6 i PROP.�10 CONC. DRAY 2.F n N O 1fo Cn I ,I•�"h II. PAST H.P.I. r _pAsr .� (X1SI C0t1C. ORM') m '�" ®�, - 5/8"0 I.R. MD. 38.0' 8-8 ,, z 'CP STORA '65' SLOPE+ - 1 V.P.I. SIA. 26+75.00 0 O +64.71, MN -099 (BY OTHERS) 5' DIA. MANHOLE (TY -A) STA 27+05.25 (22.2'T.) T.O.C. -28.45 2475 FL=18.53 24'O FL=18.35. MH -05 (BY OTHERS) 5' OIA. MANHOLE (TY -A) STA. 27+51.15 (22.2' LT) T0.0.=2779 2475) FL=18.05 24' (41) F1=18.05 18'(W) FL=2254 �-o I- I PROP. TC=28.49 MH oa 29.92RT. 60' 18.76 ROW 19.24 I STA. 27+05.25 5' Du (TY-AJ V PROP. 74 .RCP - (BY OTHERS) (100 0 (8Y OTHERS-CITY PROJECT E13089) N PROP. STORM MANHOLE MH-04 MH-04 T/RIM=28.78, TOC.=28.72 oo N N CL-28.58 a TC=28.66 J-- ---- - MH-041NV=1753 Ar-- 1 nn � -1-, o I � I FT 36" RCP t I� _ Tv., „A - I chap 'Niv 00 _ _ $7+14•Bz,C� II � II g -+ s � ,-'r I ., y _ sax._ I f1=17.53 1 I ' • (,I V.P.1 H.P. 27+?3.20 ®® PROP CONC. DM 1 �� III1��III m ��i O R ® kl 7,14 U x M1 r MATCH EXISTING ASPH PVMT. PROP. LTC=18.85 RTC=18.97 ++ H. P.C. LT 27+33.19 `� X (AMTCH EXIST. CONC. �RW7)_ --a� ��a� !� \,' ��� ��m iu� 1 L \ - - - - EX TG= 26.62 g 4 % Hi , 4., )I 11 At kl 1 �, H. P.C. RT 17+33.23 A a a. �''� ft ::MI111 �IL - - lNv=17.30 v PI I•I EX. TC- 2890 ilg 11 Ir f'1 -g [R7 4 8" IIS CAS EL8'C I 8., µ.S MI O �M ay ra m Q ra • 4 �; o o STA 27+51.15 5' DIA (TY-A) (BY OTHERS) r I --•��_'`.) m1` < // 0� r,/ . EX.14 "G PROP. STORM MANHOLE MH-ft5 !4'f/P. W.S. I _�'1 �� G45 16" HP, W.S .� r If w.� /d I // ®.\, d/ ? - _- ._ATT MH-05 T RIM= (EXISTING P JTT MH-051NV=17.05 W.W. 10" KP . O� , I I $ a +I ao 1.4.<,:,' `,' Id r (T�,pJ 1/16• s ly � !r II �0 ----DUCT a PROP BANK EX.16"W co 16"W --c 18'RCP (W) fL=?234 GOLLIHAR ROAD _ GOLLINAR ROAD I I I k ..� • zi:at `Y'e ' R . o c C� z. $ ' 36" RCP 1;4\77k LI 16'C 2 g r Io w , ` Z 1% INV=14.61 ----.........,1.1 %4 I `� n, STA. 28+00.68, (22.33' LT.) o "' •' ? z't a '= ti `^ -. ` - - - - �+ PROP. 4' 014. STORM MANHOLE-D99 /�(0N TOP OF EXIST. 10z8' R.C. BOX) E •. I ,^ .4", I `-' o. ^'• " bo 47(3' ! RC. ;Sit 80X £X157. 10'x8' STORM R.C. ROY- _ r =- STORY 10'x9' RC &1X 41 o O I e STORM 10'x8' R.C. 603 36" RCP /11 I I c., I STA 28+00.68, o/s=6.48'RT EXIST. STORM MH-E7 'A' ( OVER EXIST 10'x8' R.C. BOX n c� ) a� a `\..-�� '-� I'^ I ?E4,111 -.---��y fL=2?.88 II yi�� -_I11�\T I0I I , Nr�= H P.T. LT 28+21.20 o i, �y b EXIST. W.W. M.H. II �I� PROP. TLT 28.14 I I r l o-,-, ____ MMMMMMM _i g7�_I4 \ I. 1 i W LR. SURVEY III���jjj''' REMAIN) `'j L'.°5"")) \ h N. P.T. RT 28+21.24 0o ,-. . _ _� , � 28+2 X215.46' �POINTCONTT/14 rji,, or (TO r `;`v PROP. IC= 28.18 3°iR ;i 111 LT. 36" RCP I I I o � i�r I I FL=2271 1 1 H ^; ': t E ''� �, 28+56 BEGIN ti rm c., I I a " V,P.1. L.P. STA 28+39.66 IC=28.00 w Z•41 2 ®-. i 'o I�' III. r IL + y p,5 RETAINING CURB O im k' ®�. (� PROP 5' DIA MANHOLE (TY-A) N g N �adi �. �' J , ss�. +Lx ro A ` 28+5220 STORM MANHOLE MH-E2 (BY OTHERS) , * .-,_,,,,,,,r, a 1111111 N , � a� i -- -"� ter_ FL=2206 i BCH 15T7NG MH-£2 T/R1M= (EXISTING MIT) .� 1-£1 8' OTHERSEE))TT 'TATANDARD CURB IN 28+39.00 (21.6'LRT.) 0.C.=28.00 17149 FL=24.01 I l�� OUR LADY OF THE MI HOLY TRINITY CHURCI 0 o 18" RCP ASPM PVMI MN-f? INV=2206 y D. w ro` f!=?363 C INLET CI-El 1AN=23.73 �� �:. :?�.� 1 n `^ INTO M.H. C INLET C!-E? 1NY=-23.86 �'. 8Y OTHERS) CURB INLET ANC ILET EXTENSION +39.66 (22.4' L1 8.01 L=24.01 STA 28+52.20 BEGIN PROPOSED ASPHALT PAVEME ,-PROP. 27OLF ® 0 [8Y OTHERS D 28+45 BEGIN 3,4'RCP MATCH NEW 36 RCP / c) -ii x 'f �, NONOL1THIC�SIDEWALK RETAINING CURB LT.y1 c>E 994" ^; II o 7� ftowilNE a 22 cu ' R a o . V,�I ll N 1-� p 8+ CL AST Row ZONC. DR1V,) Nara; mg. asPH. DRwY now. w.iP 1 6' d N `` 11 =2B.25 TC=28.33 � So "S. pOpgq� �x 1i, 1' y - - MIONOLI p0 b T®y \19+01 END n -£2 BY OTHERS) -A ) 28 +39.00 (6.011'' RT.) 7M=27.74± ITCH EXIST. PVMT) TS) FL=22.80 '(N FL=22.06 J FL -23.63 ( FL=23.63 :d ROP. 8'447C 900 WATER LDP. WATER 082) HERS) �.... -WW 10110PE oO 7) 0 REAGIN ACTT E' " N.P. RATA( NING CURB .... NONOUTNlC SIDEWALK 1. 1" 29+09.56,36 .�, 40 I o c': ; RETAINING CURE? LT. I a -' a i ' PAST ROW PROP.16 C08(.. (MUCH EATST. . - - - - ASPM POKING 101) P.P. a o C o Al �I ! `bI II 29+40 40" � ,,, CL=28.42 V.P.I. HP. 3!; 29+50.00 IuI g a `� u, TC=28.50 o 7VED AND RCP - PROP. TC= 2850 (HOLD) I `A' t II III ii 'n■ + M ���., p AN,'" I II O ! r'''..! I --. Oro. - a� A)-- O 1 11111 ti` h C r;,% ;!. '' 29+ 0.00 r g C.M.N ....., ti IeN 29+864c ; I VP./ HP. STA. 30+00.00 ij PfA I1 ....TFL$ S 3 : E / �& pP g$' („ CL-2827 PROP. TC= 28.35 I lil '•`a a r�^ ` OTC=28.35 MA CH ST 30+ 0 MATCH O STA. 30+00 O) rA . N N N 1v O) 1v co aoQi,3C)CI>CEXOO,�t7)OO_IVOm/2siDlE+t3VI000Iy z„ <02=0 =Dc IOOVIrtti- o ,... m6.0@oADOA-= ymmxrnmxmD-40-i-TM. m0 0 Mg c,,m Ct_sz2 "01 -O ,nmmz mr0 N Wvm• ,A mo �m mmx, mm, m mg mymmc>mm• ,,,,f c)a9.,mf 21n�vq•n�2�x cmi�xcmi�o> = T 0m' ,Zzy Cr-VI-_102mti y. 'y.�,H'p-KCf~A Fy .m ZO ..,m. 0-,i=rmz OIn0_.Q 0.„„Nic)m O, 000 Z ''Azo O m ?;p 0 mxmxm 000 4.2 V m ut my -,- �mAi m0F os„ z 0o0mom0=zzz zammro tiW~C,R-_‹ Inz,„,-. `•2 o ONN^�i " -� „:„.. -+ 02-I 183A , 6 =„ I Z80H ,OZ=„ I o o N4 I c1 A I � , n vI gEo fr,A000 ,,E.oJe0.,0 m zmvOan�x ON m z.m�v,O^,Oy O z p_om Op3r-r- 0~ON_S-iofzil,m 00 A.Y, r<MV1 OVII ��pANr„mo D D=tim (7 Ati�� 0 m 0 Z V, C`�C7 nO Ar- ?-1 -.11.7.,,,aa 0) V O n REVISION NO. DATE BY DESCRIPTION REVISION NO DATE BY DESCRIPTION SHEET 80 0( 132 RECORD DRAWING N0. STR-900 CITY PROJECT y_E13097_ CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY of CORPUS CHRISTI C tp 7.--........- CITY of CORPUS CHRISTI� TEXAS Deportment of Engineering Services I , r, << s . •, Te t1; AV" ' ",.A �!�*;•' ; * / , / RDO MARTINE ' q�s 650 , :r N. CONSULTANT'S SHEET N0. MGM PROJECT: 3542101 6000 S. Staples Site. 207 Corpus Christi Tx. 78413 P:361-814-3070 Fax: 888-653-5510 PAVING, STORM PLAN AND PROFILE SHEET FROM STA. 25+00 TO STA. 30+00 Martinez, Guy & Maybik, Inc. civil/ Structral Engineerings Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 rn o0 o ti MATCH rn o STI. N.) 30+00 N -- o 00 o MATCH STA. 30+00 ' CL=28.27 o TC=28.J5 ® � rte I V.P.I. H.P. STA 30+00.00 ' - _ � o k ��� �a mom CLR p'�'v o-0� � rn PROP. TC= 18.35 �II ��- o 30+44 BEGIN 0® x - � n� �o T.�py, ���g� Q @oaU�i .Wa•FAN`m IoM acn�oO ,� o �a i 36" RCP MONOLITHIC n �` �w �.- PUIPHIIiII �o� FL=2147 \'ilL V.P.I.S30+33.80 r„o• o 0 0 o a a RETAIN/NC CURB o �I I ' ` • �' : "' r illi . `� 36"" RCP 18"RCP PROP. TC= 28.11 STA. 30+3380 5' D/A. (TY -A) am$ ' I I �� H.P.I. LI wo FL=2 .472.....c)I / 8=1297 - INTO M.H. PROP. STORM MANHOLE MH -E3 MH -E3 TAIM=27.91 A�@ �.. wMM.` HPI. v,�'� ;� ;II 30+45.40 rn CL=28.07 o TC=28.15 / _ - MH f3 INV=21.47 C. INLET CI -E3 INV=23.05 C. INLET CI -E4 INV=2321 30+54 fND 9+,4"i -- 3� ; rt _ - - - - - - ` P. •. MONOLITHIC RETAINING CURB LT. 30+55 BEGIN MH -E3 PROPOSE 5' DIA. MANHOLE (T) STA. 30+3380 (6.0' T/RIM=27.91 6"(S) FL=21.47 36' FL=21.47 18"W FL=22.97 18'( FL=2297 STORM' -PROP. 18"RC/ 9 LF l I' 5.25' •nST ROW - - 30+67.86 CL .PROP. 25' CONC. DRWY. (MATCH EXIST. ASPH. PAWING LOT) EXISTING 36" RCP TO BE REMOVED AM MONOLITHIC RETAINING CURB RT. 30+76 END 4 ;n E `b CL=28.22 0o TC=28.30 LEGEND EXIST R.O.W. CENTERLINE EXIST GROUND AT LEFT R.O.W. EXIST GROUND AT RIGHT R.O.W. • PROPOSED TOP OF CONC. CURB ONOLITHIC RETAINING CURB (LEFT) ONOUTHIC RETAINING CURB (RIGHT) I li?"_.Z.il MONOLITHIC VOR. RETAINING CURB RT. w ®o V.P.I. H.P. STA. 31+35.00 Wwa"I .±,-. II T r0viI ln� r��'•' :1 GAvv 'W.S. qua P.P. I 1• PP. TEC. BOX a �liI 1_ 30+76 fN0 M�NOUTH ,B_,'' 1 - RETAINING CURB � g 31+24.05 CL T-,-,.-, g WM '"•`-7, f 2� CARROL, � I •+ .�." a L a �.- - - - PROP. 12' CONC. DRWY. (MATCH EXIST. CALICHE DRYLY.) `" GM.I ,..L -it'll' (PREVIOUSLY ABANDONEI 31 50 EX. GAS 6'HP. - � � I 11 A - m PROP. TC= 28.41 A:, EX 2"" CAS -.4 31+63 BEGIN- W4' '■1II 1.' : `.y MONOLITHIC d RETAINING CURB LT. k i wo 0 0 0 !A go a®^ EA:(SUE)-2"G DALAI' (a) AA " _o_e°yN= SSL vI :GM PEDPE I W.M.ii z` POINT /7 �sA '^""�'� 1 tiNti,,,• 3/8'A LR. 1+7298, 1 11 I A = c, m RI - 6.25' P457 ROW 31+78.97 CL , !"NPS. o � $ �� ��$ F. 'z'--`6' 23.40' RT .. --- PROP. (MATCH 15' CONC. DRWY. EX CALICHE 31+93 END a • W.M. G.M. 1111 i` I ,. P.P. . •• `, OH- MONOLITHIC RETAINING CURB LT. 32+28.25 PROP. 5' DIA. (TY -A) STORM MANHOLE MH -E4 4'IH da9 o� 2'._,.:.. ,, ,., gof oat I I, cas2wsI11IIi E GM ti -��� `'o��2v MH -E4 /NV=20.88 C. INLET Cl -E5 INV=2246 �y �„ n� p T VF' g u mNA II� Ill I.I'�I - WW4" �9 ��a,� o. m o^ �^,1 o may. N`g ti `.. %� C. INLET Cl -E6 /NV=22.62 EX.(SBEI-2'G 0=2.28' OM ,-1 ry o�0 ti Qo ' W.M. G.M. 09 ''[�'111 •■ w ■r �, _ 0�■ �li , __ .I .-7,-. 4ym0 ("ZS" �y�n Ci V.P.I. LP. STA 31+78.25 Ay PROP TC=1&07 H.P.C. LT. 32+42.28 �,a� %@ 02Q, �@ e" " ' 1 1 . ■ ri,2, PH. _ -� PROP. TC=78.11 *N� U� �I MIrraHr- 4 I ��r \N 6"DIP WATER (1982) v, TC=28.14 o I ,.. I (a, Ov76(RT.) a '■WA Ci. ® -- -.<0 _ A': Fl LeSd i/y ST' V.P.I. HP. 32+70.47 RT. TC=28.20 'ROLLETON DR. MH -E5 PROPOSED 6'x4' CONC. MANHOLE (TY -D) STA 32+86.50 (6.0' RT.) T/RIM=27.91 24'(7 FL=21.71 36'J'S FL=20.71 42'() FL=20.21 GAS 2"W.S. 3� 3 i �� ii El -0-0k c� y p 2 36" RCP - - i,ok ,--.2,, 32+86.50 6X4' CONC. M.H. (TY -D) PROP. STORM MANHOLE MH -E5 �7 II �� "' • '` 8" VCP W.W. 32+70.8 58.0' LT.) • • ,70 O � o FL=10.71 �� - MH -E5 VR1M=27.91, TO.C.=28.11 Iii NYN 1,,,IIIIo � 1 • J MiliMilr ® s � _ _ 'rti `= •`�o�` l id "i rn s... MH -E5 /NV=20.21 PI ' _� \ , N C. INLET Cl -E8 /NV=2219 pr i i■ i■ is ko n 36" RCP o y U FL=70.11 p H.P.T. CT. 32+99.44 CL=2295 U� ft=21.71 �1I- PROP. TC= 28.04 yea ■ m$ TC=28.03 22 y I o�+aa ,00rooO INTO cn33+11 M.H. I 1�®.fa BEGIN a P.P. CI,I®I111111.11...tp. _o�v0 +$ x � A.. 36'71CPVb�Z�A MONOLITHIC A `� - - N 1I 11 � � �; 61=20 11 ® RETAINING CURB LT °p o" -? a �r i f i �!■ D � � 1 � 33+34 ENO MONOLITHIC o i ' �� �n V.P.I. LP. STA 33+20.50 a v W.M. G.M. i l I • Ir �' ■ �_ • j w RETAINING CULT �..� o N y{I PROP. 7C= 2292 V'c" _ r.,u2 0' i In 4l JJ ■ ' 7 36 RCP � 2'CLR.33+20.50 6X4' CONC. M.H. (TY -.9) PROPOSED O4RD CURB INLET +20.50 (16.0' RT) Z92 'L=22.19 .. WW.4 �� I -11 9 LF 1' i�. G.M. Cl -E10 PRO) 5' STANDARD CURE STA 33+20.50 (11 TO.C.=27.92 18 (E) FL=22.35 I I Cl -E8 PRO 5' STD. CURB INLE & 5' C. INLET EX1 STA. 32+86.01 (4. T.O.C.=27.59 24" 5 FL=22.19 24'( FL=22.19 -� „� o y f1.=21.11 18" RCP PROP. STORM MANHOLE MH -E6 MH- 6 T R/M=2772 L.1 ~ _��� ®<o�'` /// - • b rn car rnQ INTO M.H. INLET MH -E6 - C.9 INV 2272 C. INLET Cl -f10 /NV=22.35 33+34 END V) 01 �,I 1 ' 1 IIS ' ,-,, CL=27.97 o TC=28.05 a c„ ` °: A Am �i" �� I MONOLITHIC o'N"`� RETAINING CURB LT. �'a#® 1 _. A� r oA o -• IIi1 `'"�o 0 0 2 0 -Y� a x oi�a 2nT ; - ��oo �, 'or cn Oo �+ I� 1 " MONOL?H/C RETAINING CURB LT. 33+73 END ;� 1 c 33+54 END c n A ,alp RETAIN/NC CURB MH -E6 PROPOSED 6'x4' CONC. MANHOLE D) STA 33+20.50 (6.0' .) T/RIM=27.72 42 75) FL=20.11 42'�('[N,)J FL=20.11 18' (V FL=22.11 18'( FL=22.11 ' NEO) PROP GIS 61' 4ANDONED) ?BEY BASELINE - P3+7$.11 CL rn '� c% �J `- C '� rn 2 c ! MONOL/TRIC META/NTNG CURB LT V.P.I. H.P. STA. 33+81.72 a2 3 PROP. 8" PVC C900 WAIER UNE u i ligh....,_ r (MATCH •IX2 H£ ) 133+73 END N rn n PROP. TC= 28.19'CW -\ 33+86 BEGIN �+ +. CL=28.03 oTC=28.11 r c;, Q Q) y o ', a u m • ,2,, o 2 18" CLR.. . R° `_ A a II og �'.I r MONOLITHIC RETAINING CURB Lt. y m 0 1,tip zz Io�A ' 34+49 END 11 G MONOLITHIC e9 I RETAINING CURB 1 33+86 BEGIN WM. CURB MONOLITHIC TO RETAINING � • a N 95 FOR 7YP) I t 8- w.W4"e '-''' I -, I� a +49 r �n "'i I�nl y� MONOLITHIC RETAINING CURB I , 1`-'1 "� l' N c[=2761 o v fr MONOLITHIC RETAIN/NG CURB LT. VP.I. H.P. STA 34+5000 @ GAI''z' W.M. Y 1 1 r .. 17 PP '.T 1 aJ �_ ' WW4•' I II II } -ta = _�Y.■ pri .CLICHE AT&TT&T .0 -.' , � c"' -A, TC=27.89 PROP. TC= 27.89 MATCH STA. 34+50 MATCH STA. 34+50 1"=20' HORZ. 1"= 4' VERT o �l O -,.."3 41-it Ar ~N or 12 � REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 81 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = oz,x,k, E -9E.' x°ir f* % RICARDO MARTIN i °e "` 58265 ;°° `?_' st© CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Corpus Christi Suite. 207 Px.61 Tx.78-814-3070 81 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services PAVING, STORM PLAN AND PROFILE SHEET FROM STA. 30+00 TO STA. 34+50 Martinez, Guy & Maybik, Inc.FI, civil' Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 ' °p o fv pd!.;133'W CH . 34+ ti Ft' � MATCH STA. 34+50 o TC -2789 CoQ o , V.P.I. HP. STA 34+50.00 I TEL �T I -5'' n >~ 134+59.14 CL 1 aam PROP. TC= 27.89 4: H.P.C. RT 34+6320 46 :. N� ABANDONED) EX. GAS 6- H.P. 6 ppROP. 18 I�AGI7GH CONC. IISR) MH -E7 PF 4' 014. MARK STA. 35+11.95 r/RIM=27.31 307W) F1=2L 24'( FL=21 �• as . �on I lin In10J� , V/065LY ABANDONED) W.W. l: ...PROP. 42" RCP. 570131 FOX o 6X EYJ6T GAUCHE o� cod a •0 moo - ®� I -a '®^ PROP. TC=27.83 i '� - 1 Nmaa� �� 1 / II/ 8I1 10 30-111LF Jl 1�� I Z.'. aux y chi' �' p� ? .o 34+69 BEGIN �. m, •_ `. _ o y 0.p I I MONOLITHIC `" RETAINING CURB LT yam^ �V H.P.T RT. �� g� snno� �`„2,�' x ry 0 4 ? A. oL oL �,S ,' ' - _ it „ a I "� 1 V \ a a c.l o+ _ -'J _ o la k mm - - (FROM PROP. MANHOLE -f8 I IO III RTC=27.70 g IFIe'• 2 �9 �` 9 �a v- 34+69 BEGIN w +�+ rn; + CL=2756 ^��' p rc=2764 n a 4Y' P �Fy `� r+ 36 RCP fL=20.53 INTO MH I I COPUS DR. a COPUS DR. `n o o o U� MONOLITHIC RETAINING CURB _. ,,�A�,T ��� o F � ® �`�.'1\!"•�-2 \ \� °o p 3�B'0 LR. SURVEY 34+98.16, CONTROL 2381' LT. POINT /13 lu ���,+ u u u w"o Nom. -.Vb. 09. cs FL -19.53 I (Right Side Only) ��►_ ? HPC RL 35+11.90 6X4' CONC. M.H. TY -D) -_-- _ �__• ---��---`'�+® .o ���1^1 ,Y L =c • n� - '" oo�,= o ✓I ' �'rC=27.65 PROP. STORM MANHOLE MH -f8 r____ -•- 48" P ,I as MH -E8 T/RIM=27.32 TO.C.=27.57 .:,-,,-----,-,-- yo f1=19.03 If 0 1cuz h MH -E8 /NV=19.03 ■I -E.- rn - = N '""Cl ��oo�' omi ^> ^ H.P.T. RT. 35+37.35 II p E1 0 �� ys a m'";"!� oa i o -� `_iC 2 o xa ooa aoa �� - w c..A.� oma, . p 0 u� 2 ro� i �� a $ t PROP. TC= 27.44 V.P.I. LP. 35+50.007C=27.38 x gV+N -,-.W=� ^�ayrt' �NHA2" y a m. a�a �y�i ora -0 '�L III �' Ill! I o oy o `,<�' '� gwa1 a '11G l�ry�c„c� �' 2356'X3' I �®-0 _ STORM M.HMHE9O) h c a „cn R.m ��•,og.,,1/ $� c 2`� o .1 �•I II •laiwn len • caa y x<�.. V o a MHrR/M=27.18n rs x�, MHINV=18.91" _ m A mmA O WW.4" i/ rC, _ ,+�� I J `1B'R 03 op�>cC. T CI -f12 INV=2166o o� n �or `yFL=18.92pI+39 Irlll II�! BMONOL/THIC�-2 • c% 35+70 END MONOLITHIC W.M ,�111.... ., . MONOLITHC ` a. a; "i FL INTO -21.42 M.N. '1-",1 .0- - • 1, , 1'S . 35+39 BEGIN GM 5�, MONOLITHIC f` IIII1 _ RETAINING CURB w. w, 6'VCP X-ING48 STORM cn H.P.C. LT. 35+71.76 RETAINING CURB ! 0 A VERIFY c., DEPTH... o c �• s.- o o �, ;a oo _ u +' ,- a1 a ` H.P.T. o PROP. TC- 27.55 g LT. V.P.I. 36+00.00 CL=17.77 Ir , � W.V. _ I Cis ��-- w: �j ��jl �$ ao� �H H r �o oi``Y o �2 2 Atiyrn� coma oa w x �. nw2b ^^V+o iVtiiium$`�a g • �" �� I a 171 - `v, �,=,=.A.-..,:1,,..,f, a _ ^� COPD$ $ p CL .F -27.70 p n o a W LTC= 27.80 COPUS DR. p 7C=27.78 0 0 18" 24'RCP (Leff Side Only) H.P.C. LT �" 4B'RCP cue• FL=21.19 LTC= 28.17 FT -1871 xm c '1 - PP I �r _ , �� 3la•n r Ex UE -6'W D=4.39' T. tiff ^'v °'0 ooh l,, lye n �'• '6 � � � " 1,11, I L�1 II, •I 1�1 ems. ■1�� 1 W _� - �t . 36+16.83 04' CONC. M.H. -O) a � 4B RCP � w PROP. STORM MANHOLE MH -f10 moa �' i ,-, FL -18.72 m 0 48' RCP -rrtvr. 48" RCi 23 LF 4 -0.302 D i D i9 �m ,.!1111 € II� 1 MH -E10 T/R/M=17.71, TO.0=2791 MH -E10 INV -18.72 C. INLET CI -E74 INV=21.19 � `T w wwa" , �- 11 0 .iel .I' i `a 36+ 1 BEGIN _ _ _ . , p 1114- - MONOLITHIC CURBfL=18.64 ,ni <n-. H.P.T. LT. 36+29.89 u o,�,�,-r. A,. • T • • :a E • .'RETAINING ama'.�'p`~°'= a aao„o,"=n1:44sre ' -P r1 48'RCP "�� PROP. TC= 28.02 �`�►.r FL -18.64 36+31 BEGIN MONOLITHIC®y CI -E15 PROPO. 5' STANDARD CURB IN, STA. 36+43.84 (16.0' TO.C.=28.49 18"(W) FL=21.44 • MH -E11 PROPOSED 6'x3' CONC. M.H. (TY STA. 36+4384 (6.01 T/RAM=2771 487S) FL=18.64 48' N F1=18.64 187E)FL=21.14 18(W) F1=21.14 -A10 F.O. 2 ?INS 1949 M �'`'-°\�"��"""m WW. J6 C'lPP- EX GAS 6"11.P. PROP. GAS 6' 36f50 (PREVIOUSLY -E10 PROPOSED '' CONC. MANHOLE TY - 36+16.82 (6.0' RT.) 28.37 ()N) FL=18.72 (W) FL=20.72 oo ig- ItiN��T^p "" Z�e p� `� `Oa m ®a i� 2 „o Y H 2 �d CL=28.10 e RETAINING CURB LT. at n TC=28.18 0 18" RCP NY 36+43.87 0X3' CONC. M.H. TY -D) w o __ EXISTING 36" RCP TO BE RE) REPLACED WITH PROP. NEW 41 127 LF ® -0.307( Si U INTO M.H. �r PROP. STORM MANHOLE MH -E11 MH -Ell T/R/M=27.93, T O.C.=28.13 MH -E11 /NV=18.64 C. INLET Cl -E15 INV -21.22 C. INLET Cl -E76 INV -21.38 37+07 END a' .n i' II o Io.nr. ■1I 00265) 37 0 It "I -E16 PROPOS/? 5' STANDARD CURB IN, STA. 36+43.84 (16.0' O.C.=2849 '8"(E) FL=21.50 37+25 END W.M. P7�TJEM 7 a i 14) 2 p v CL=28.50 4- o TC=28.58 EGEND EXIST. R.O.W. CENTERLINE D1.51. GROUND AT LEFT R.O.W. 5''/ST GROUND AT RIGHT R.O.W. 'ROPOSED TOP OF CONC. CURB 7Ll7H/C RETAINING CURB (LEFT) 1LlTH/C RETAINING CURB (RIGHT) 1L/TH/C RETAIN/NG CURB (LEFT & RIGHT) TC=28.65 MONOLITHIC RETAINING CURB LT ► q IC -28.72 N MONOLITHIC RETAINING G.M. CURB (REFER TO SHT I•I.I1;�- 1 ■ MONOLITHIC RETAINING CURB w 4" 11 • 95 FOR DETAIL. TIP.) �I��.I I ' Uo MH -E12 PROPOSED 6'x4' CONC. MANHOLE (TY -D) STA 37+74.83 (6.0' RT.) T/RIM= 28.47 48' 3) FL=18.25 48'(N) FL=18.25 9e'/WI n-9944 TC=28.76 nm pct 0 8 y I 37+31.83,C1_ PROP. 12 CONC. DRWY. 5.75' h o e. TC=28.77 37+25 END MONOLITHIC RETAINING CURB RT•. V.P.I. H.P. STA 37+38.86 _ (MAS CONC. 0) _ PAST •• IA IM EL/ I ,SII • �°, cg -oa an o'' "- o TC=28.78 PROP. V.P,I.= 2&89 .i ' ' o , 37+45,84 CL �� a I PROP. 15' CONC 1 DRWY. o 76=28.76 W M. G.M. 11 �• :,� (MATCH IX/ST. CALICHE DRWY.) 9_,. '1a' V - �r _ q �a I� 1 AT&T r o $ A SURVEY CONTROL POINT 8 / 3 8 0 I.R. 37+5389 24.03' RT. i ii gi II , : ill II I PP IX/ST. 24' RCP TO REMAIN AT& TC -28.71 36+74.83 6X4' CONC (lY-D) i, b ,1 1 PROP. STORM MANHOLE MH -E12 ti w.W4" 1 • 111111=/X2/2"..' ® .el! W.W. 15" RCP MH -f12 r R/M=28.47, TO.0=28.67 oµ C m `^ 1 ::1,11 D, -- . m ' V� _-______1..N2-c-,- = ooati"' oiMmin$o - ^gin ��ay^v MH-E12/NV=18.25 .,041,-- 24" RCP ,,,,o AND PROP. 4.0' DIA. CONC (TY -A) ^ , ,:-..-1 PROP. 48"RCP STORM 55 LF 0 -0.30X SLOPE FL=2244 INTO M.H. STORM MANHOLE MH -12A MH -12A TRIM=28.88, INV=2294.+, (MATCH EX/ST. 24'RCP FROM WEST SIDE PARKING LOT) 38+27.90 � - a 4. `�, v2 -c,%.. VA x a<,,,,„ oa CI -E17 PROPOSED 5' STANDARD CURB INLET STA. 38+27.90 (16.0' RT., TO.C.=28.39 18"(W) FL=21.29 yti' c,�' e,� • 27 LF PAST ROW '' mo^4o 0 II \a \ 37+96.05 CL 1 . (MATCH \ EPROP. XIST �f1. D .w4'11111111 IIISTA \ /V.P.I. CURB INLET -£17 /NV=20.70 �! w;4 L a ���1JI1 /N00 ,-- I_ �I L.P. STA 38+30.90 PROP. TC- 28.34 � �� I II I I � IU• , • larwau . m : a 111111 e I11III ill / / / � �NMs -- ;. -,a �,yq;, a 48• p 38+33.90 6X4' CONC. -D - r'� ��+� y / .�nAy„, Ali �+g oo 2 fL=1807 2' CLI?. 8"RCP FL -20.57 PROP. STORM MANHOLE MH -E13 MH -E13 TRIM -28.15, 1.0.0=28.35 w o CL=28.35 o TC=28.43 m r n ,..,,,•-----.- gym ' n m 1 co-. 32UW o ,np2Lo om _ �11� "Scn r -,;(-)A ®-T.0,. O2 w c. ..� 5.0 -5. o -o ` _ INTO M.H. I I MH-E13INV=18.07 CURB INLET -E18 INV=20.81 m x Ao+� ~ fo , V.P.T. H.P. STA 38+96.95 Iw®'� At h �na� wm&i$S�f x ti*--.. �����+�24i vri,u.u.a.. mea c" 1y,. yo,� Opp 2 a ti �'� C It II . �•..i r.•i, `� I `2_2 - p F,�"' ,5 gam$ Am+ �`w°a b �Aw o0 � UNoo �xae I PED. �' III i `0 o"�p �2c '�+ffi. gry cn 'W W.W4 i'Z�� !12 1� C N�38+70 zo g $ say. mt a:a �o��� "'wg8 o Lam!__ + T6 �. ^mo a •:+`� o A w 200 m l PROP. TC= 28.58 '. 39+al �I $',.r..ii; .+$ "i . NIG POI f ': 11111 o"a m+ @, o g to CL=28.49 p TC=28.57 0 .0 es 4 o mQ of EX. (SU.E)8'W 0=4.64' (014 mm$m.�°'-x GM l a i III a� v e a 1111 ��II II -_ ON PROPOSED G. MANHOLE D) X3.00 (6.0' RT.) 18 =17.68 =17.68 =21.13 =21.13 8" A.C. WAFER (1982) I I l a PAST Rl `� og 0 0 * e .ioco+,R�• 0®^ EX. SUE -1 f "AT&T 0=2.93' RT.) 4' " I 75"RCP �C 1 11111111 /'(MATCHIXIST.ASPH.Y.)�.EX pip,PROP.29'CON/.ORWCm1, A� o a IF fA:.£U.E. -1 2"AT&T P-290' - . 18" CU?. �I SU.E -2 G45 0=298 - . _ X11 7 I I \7 i.`:/� 4W.8" 8"AC WATER _ 18" RCP �� Ii'�II IIt_+.1■��III/!'r" �� �. IIR'I�'�I��!71II*I� VII 0 i"C=28.42 48'RCP FL=20.18 m Cl -E19 PROPOSE( 5' STANDARD CURB /NLE7 STA. 39+63.00 (16.0' RT TO.C.=28.37 18"(W) FL=21.21 �'II `` II 1 (PREVIOUSLY A&4NL • FL -17.68 INTO M.H. ,�' • - �;. V.P.I. LP. STA 39+63.00 `73 a P,..0. ��I�I •� E . • •i �j I/ o0 a l�lail 0 s ■ oU - as `�' xa ,1111 r+2 ' n o S..5.: 4 x _ •at 0' 10' 20' 1"=20' HORZ. 1"= 4' VERT. eI e) t o S n ^' o `I PROP. 1C= 28.38 48 RCF 39+63.00 6X3' CONC. -D CL=2845 FL -17.68 03 -00 o'' �- Co� 00• o I - to I c.,, r- -p aq®tea PROP. STORM MANHOLE MH -114 MH -E14 T/R/M-28.18, INV=1768 '' 14 CURB INLET CI -E19 INV -20.26 o g� CURB INLET CI -E20 INV=20.42 v®„ n V.P.I. H.P. STA 40+00.00 .- , a i •m cn.0, w.W 4 Ta ' a 2 p LI ^i o TC=28 53 c a^ PROP. TC= 28.53 MATCH STA. 40+00 ~rh -� MA �� i+p ' ti ti w REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT J/ E13097 SHEET 82 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI rre '* %*:• o•,:. tit ''•RFS,;; ;.......... .............. �"'s�li AI 0* DO MARTINE ' 58266 �� CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 20791 or Christi Tx. 78413 P: 361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services PAVING', STORM PLAN AND PROFILE SHEET FROM STA. 34+50 TO STA. 40+00 Martinez, Guy & Maybik, Inc. civil' Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 a a o0 c Iv Aa MATCH rn o0 ST o . 40+00 ti 4io o MATCH STA. 40+00 Oo TC=28.53 I '" ga I V.P.I. H.P. STA. 40+00.00 N m � � � � w x .a`,-.k,.'`'^i+ m 'i'1''7,allo+2e" q0p PED. m 0 ••/IN� 1 n o� r ti m. - �.vi 0 piv p 18" • CLR. 2p PROP. TC= 2853 �.,wa DL S.U.E. 4'G D.1.5.5. LT iltin �� 48. Rep ���� �• 'i o":I. I�riu.uwti`� �� WM. wo�":c� . • va o vvv" �,$ l 380 LR �.c'�"n'^, K,43*4' �� fL=17.47 ®� 18" RCP .®" Ol , " '~� PL=19.97 INTO MEI. omB Mal .. �+. I 24.74' LT At`;, "' V.P.I. LP. STA 40+32.26 `-'�o `'�� 1�I'I'Ciir_Li_09,Y�■�I.�• • �\ uit ii + ii 1 ii, W.W4' SURIEY Po L12 00 i -'-�- _ 43 B(7Y-0) 40+32.22' CONC. . �1 18., CLR. " q_ E m Q o PROP. STORM M4NHOLE MH-E15 MH-f15 T/RIM=28.13, INV=17.47 CURB INLET Cl-E21 /NV=20.05 CURB INLET Cl-E22 /NV=20.21 yA� • =��III � CI -21 PROPOSED 5' STANDARD CURB INLET STA. 40+32.20 (16.0' RT.) T.O.C.=28.41 187W) FL=21.25 c° / AT&T F0. GAS 2" WS •` ° I�I''�, L CCONC. 0 „ PROP.40+12'.22 DRW 1III'I p - - CATCH EXIST. CALICHE DRAY.) ) i 1 PRow2.6 ATO E, EMOVED `EX. 8" TO PROP. 0"HDPE o...? a BY PIPEBUBURSPNC • - - 6NP. GAS' GROSS/NC 0=10' = W.W 8" VCP WATER 6" C/P GV. _��,3'!-, Il IP MN 111111-MV MIill .I Mi I1 �I III D.C. D'C'' WATER 6I ACP MIN. GAS 4 "W. S. ti 1 c. i w , o / �.,I I I P.P. -DH ' 31 m ,E 52 Q Q ti .' 5. EA:(SUE)-6w 0=342' (RT.) V.P.1. H.P. STA 41+26.33 °e 0 y °°J. 9 o Il �_ - - 41+11.34 CL ` a I € n pm. _ 6_ PAST ROW PROP. 12' CONC. _ _ • _( TCH EXIST. CALICHE DRWY. DRWY.) m 41+2Z DD CL Ic I IIA I no, MH -E16 PROPOSED 6'x3' CONC. MANHOLE D) STA 41+97.10 (6.0' RT.) T/RIM=28.02 48 (5) FL=16.97 48' 11FL=16.97 187E)FL=21.17 18(W) FL=21.17 I. A I PROP. TC= 28.71 41+33 BEGIN ROP. 11 " CONC. D MATCH EXIST. GROUND) - e - - S'° 0/N Ya •y-ig - u: '.. g , �O �^ `�r, N :� n 41+33 BEGIN 18" CLR. MIN. / '^ MONOLITHIC RETAINING CURB LT. '11--.'21 x �N I ao A ^� o >� a , o 44 0 a o o�, 0 ONOLITHIC RfTA/N/NG CURB *'O I x ,2 q ' ^ C ,I W. W.4., �oAU- I `. I F D "Q u +g w III.II�I,II ` ' R • II' I MONOLITH/ Cl -E24 PROPOSED 5' STANDARD CURB INLET STA. 41+97.10 (16.0' LT) T.D.C.=28.48 18"(E) FL=21.41 ml. ti v O o� °j ` a ti 41+83 BECIN M ,� ',I411:II. .IPr' I 1 RETAINING URB (REFER TO SHT 95) 18" RCP 41+82 BEGIN II FL=19.47 ° r .0 /C °>m MONOLITHIC I II �IIII 42+14 END y I INTO M.H. • RETAINING CURB RT. 2 �, ..-T RETAINING CURB tI t p r ' '- Era, O ®�I. � II , ,!i MONOLITHIC A I RETAIN/NC CURB Ww.a" Y.P.I. L.P. STA 41+97.07 " PROP. TC= 28.22 41+97.07 6'X3' CONG (TY-D) - - - - - - - ° - m I II PROP. STORM MANHOLE MH-E16 MH-E16 T/RIM=18.01, INV-16.97 MATCH EXISTING PAVEMENT HARRIS ST STA 0+36.8 (E) 42+20 END ,„ �o MONOLITHIC RETAINING CURB CO IIII 1 x g'PAST x - - I 42,420.59 CL 42+27 BEGIN J- CURB INLET CI-E23 /NV=19.55 CURB INLET CI-E24 /NV=19.71 H.P.C. RT 42+31.21 j' � PAVEMENT 6TRUCIION ��� ��� 711. P00. /, , za ,V tMH,M1 P. G4S 6"I BASELINE I^ 12A I 'O PROP. 11' CONC. -(Abi R EXIST. CONC. DM'.. DRWY.) m0� o . �� 42+27 MONOLITHIC BEGIN RETAINING CURB LT. ° PROP. TC= 28.32 42+14 END MONOLITHIC i. `� w®� - m - ti' o', • a II'.. _� �' P.P. RETAINING CURB V, - - - - - - �•� ? I�n� a ,� III, �'�! 0 4, a m-671tt a,m•-x '`',...:11'`,r `" ti as foo 3COVER ��, ; RETAINING CURB LT.44 � 42+20 END MONOLITHIC 0 �' mp on o' RETAINING CURB RT. V.P.I. H.P. STA 42+61.83 _ N o `n N Iv I!,$0 - am m"a'^� - 18' CLR • �H� i' I> 2 ¢i PROP. 7C= 28.41 HARRIS DR. (Right Side Only) HARRIS DR. ,� o ` g HIGH - . ,g, mm$�'�'o a `,- II tiaq �+ I� POINT wWa' n II•o ! MIN. u' ,...44:3 F.4 24.,; Ri'o t o G=28.80 g it 4 94 END � Io Lx(sue)-6'w D=4.a4'(Lrf •� 0 �r 1I� m mi. Mme' I MONOLITHIC I ro c -7.:_.:, A z a o - n, c" $ a H.P.T. RT. 42+92.44 `� - ��I..��I__ �IIII P 'I RETAINING `o om CURB 2cn __ ■- IMPS' :...� rn PROP. TC= 28.26 °p oa �'idririallrA\� n v'n' �}I aa�^'„ �2 - c �' co,Ao IrOl ',. lia �,.AIVfI 1/16 I>•"i'I -�' •• �I' �' I• PROP. PAVEMENT RECONSIRUC7ION ®� / V.P.I. LP. STA 42+93.28, 7C=18.25 ": II MH-E17 T/R1M=28.05, INV=16.68 II -� c., H.P.C. LT. 42+95.83 tw..e ti <�' " O fi? g �q <- • • rn I I _ - Eill ... 18" RCP PROP. rC= ,,, m II 0 FL=19.17 INTO M.H. c. 28.26 42+94.20 6'X4' CONC. (71'-D) +O o '� ooli .tee 900-,:i • • � TEL. , ` I I - - - - I - - 3'COVER PROP. STORM MANHOLE MH-E77 A®� 428 o PED. °I' ••/ I' •. .. _ 11146 GAS 6"HP _-- W.S. (4-40 " I- 42+96.50 CURB INLET-E25 ��" cc, r� PROP. GAS 6"H.P. W.S 0N'"• • 42+94 END MONOLITHIC RETAINING CURB LT. M' I �w lU M=1 W "CIPP tA�,i" £.m"+.. I 42+93 BEGIN MONOLITHIC RETAINING V.P.I. H.P. STA. 43+25.02 CURB RT. In w 42+93 BEGIN pi .t W 24 I" II Noiii0H0TONSTPRov07h1/T ° 43+3B _ ;� - BEGIN MONOLITHIC n I 1 -I (B/4 RB) .I xcW� - - r.\ - Illy - - - s. z" w 1 0 RETAINING RETAINING CURB LT. 43+44.60 8'X4' CONC. (TY-D) SURVEY 3/8"I I.R. - • •. (•I CONTROL 4+4511, n [' ITL , !� ` ®f M1- \18" RCP II! PROP. STORM MANHOLE MH-E18 POINT 9 22.27' RT. '� 1 I • r�� B CURB P.T 43+55.00 . I • 1 6 LT. f2=19.03 i.n�� MH-f18 T/RIM=28.10, T.O.0=28.30 43+65 END ;�- "_ De' I,�• MH-E18 INV=16.03 MONOLDHIC RETAINING CURB ' 1 .,�� II .! • 111,43+56 BEC/N MONOLITHIC RETAIN/NG CURB .7.7-'' ...,,,,§1 � ro V P.l. 43+67 C. INLET CI-E27 INV==19.14 H.P.T. LT. 43+55.00 - - ` �I 1 43+67 00 �, u n 2 Q , TC=28.29 PROP. TC= 28.25 V.P.I. LP. STA 43+56.90 " m a ct 43+71.11 CL •r I. II' y Y'i m"a cnm oa `,C . T �i I.; 'o 2 EXIST �� • PAST "OW I�Iilli I.•� •� rav, ro c y +•Q V.P.I.43+77 PROP. TC= 2814 +oPROP I. ( '1, �� m+a°° a ao tim$o A �� �� = rc=zB.44 w®� 43+65 END MONOLITHIC n :NU) Q. '?',c~oxg"- ' 'H 2o o-0 o .2" $ o n" CA cn V.P.I. 43+87 • .1„ 1..; • ` TrC=28.69 I. 43+97 END MONOLITHIC v m* pg Ivv$O �k �r p, `"•i m 1 RETAINING CURB LT .p V.P.I. 43+97 , I i .•Yi,. x x x 44 44 CL=28.81 TC=28.84 V.P.I. STA 44+00.00 m -.O rn m 43+97 END 1--$'^o TC=28.89 O V.P.I. 44+07 '� PROP. TC= 28.83 q2 $ ` " ' �� MONOLITHIC RETAINING 44+14.5 CURB rC=18.99 ' V.P.I. 44+17 IJII I� IL rc=29.04 X RTC 29 /0 STA. 44+2700 w �. 8 VCP B CURB P.L - _m 2- 1 20.18' ALT 44+2a00 li 'CP TO BE REMOVED & PROP. NEW 48'RCP STORM 13' SLOPE EX a a.99 MATCH EXISTING CURBS & EXIST. ASPH. PAVEMENT t.' i°n 2 o LTC= 29.02 &RIC=29.10 M .r, cnm; -m m m A ",= +:r-.-= + I W.M.n B CURB P.I.0..L 6 \ MATCH EXISTING `b II ..�.7" . "1, w o ,i',m+2 STA 44+20.00 20.02'RT. R 20.26 40'B-B M ^2, O 0 LEGEND EXIST. R.O.W. CEN1ERL/NE EXIST GROUND AT LEFT R.O.W. EXIST GROUND AT RIGHT R.O.W. PROPOSED TOP OF CONC. CURB IOLITHIC RETAINING CURB (LEFT) IOLRHIC RETAINING CURB (RIGHT) EOLITHIC RETAINING CURB (LEFT & RIGHT) EXIST CL=2953 EXIST LTC=2917 EXIST RTC=2920 0 1ul ` �;,p + 0 PROPOSED MANHOLE (1Y -D) 660 (6.0' RT.) 0 16.53 16.53 21.83 21.83 - ) �� 0 i ti 4 A n O 60' ROW \ �� �y = END PROD ASPH. PA' STA. 44+L 2 �r d n' I) o a A I n a _ o ° i ) U ',6 l e I N n n N, Qj� mb $ -\y v 1 P.P. \ W.M. �.---_ EXIST. LT -29 6 48 'RCP EXIST RTG=29.09 FL=16.06 rn o0 o ry MA w CH rn ST . o0 o +00 ti a rn o MATCH STA. 45+00 is II AC. a ry-- 0' 10' 20' a T 4 ,,, 13r ~IN o^ •,...--. 1. m REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 83 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI '. = = a*�; �' '*.: •RDO QP `• c;2650 , �,„ ;F ;, di 4 �� ,*e MARINE p� % .� CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207�e� Copus Christi 7x.61-81 P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services PAVING', STORM PLAN AND PROFILE SHEET FROM STA. 40+00 TO STA. 45+00 Martinez, Guy & Maybik, Inc. civil' Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 rn ao0 ti w MA rn CH o0 ST . 45+00 N - rn o MATCH STA. 45+00 OEXIST LTC=29.6hI EXIST. RTC=29.09 '18'RCP FL=1606 � : I I 71 O I?9�p i zI H+O N5,1 • (n n(4ay % O U RECONNECT EXIST. SR PIPE LATERALS INTO N MANHOLE PER STAND4 'PROP PIPE TO EXISTII BOX CONNECTION DEP SHEET 94 OF 132 (BOTH SIDES IIP.) MH -E19 PROPOSEL 6x4' CONC. MANHOLE STA. 45+71.60 (6.0' 9 T/RIM=29.13 (MATCH E 487S) FL=15.85 48 N FL=15.85 15" E FL=25.13 15' (W) FL=25.13 f '3.p TER 8" ACP— EXIST. STORi TO BE CONI INTO NEW M ^_ IS i a0S'INH no t'r �p I �; , `. h C1 O i x x�� --- /''5 IR 1140 I •' 414.�y Mil / =455+66.97 s�CON1 n 23.21' LT. 0L POINT /11 FL_'RC� , � Vis; STA 45+73.10 REMOVE EXIST. M.H. & �. ,l ` 1 5• 1 1 �� „ ! I= / / 46+00 46, REPLACE WITH NEW EX(6T 181C RCP PROPOSED 6X4' CONC. (1Y -D) INTO M.H. 4.1'I o I ,?::,4,i.a I m 'I STORM MANHOLE MH -E19 T/RIM=MATCH EXIST. T/PVM7. DALRAIDA DR. _ _ F0. —AT&T F.O.OH _ - —+ _�"_:. aT&T F.O.AT&T ----g' P.P.• P. H ■ , P.P. DALRAIDA DR. WATER 6" ACP II i o �o .y PRO) W 6'ACP - - CA 'HI \\uan yq6 � 48'" RCP ,<ya n; m rn 2? cn 0 60' ROW v c. EXISTLNG 36" RCP TO BE REMOVED & T- - -REPLACED WITH PROP. NEW 48"RCP STORM 5HGL 201.1 LF ® -0.30Z SLOPE Tsr. . E WWF � EX. 8"VCP W W -50 47+00 47 er-LINE4S AT&T F.O. LINE PROFILE LEGEND EXIST R.O.W. CENTERLINE EXIST GROUND AT LEFT R.O.W. - - EXIST. GROUND AT RIGHT R.O.W. PROPOSED TOP OF CONC. CURB [ ] PROP. MONOLITHIC RETAINING CURB (LEFT) 1 PROP. MONOLITHIC RETAINING CURB (RIGHT) [ ] PROP. MONOLITHIC RETAINING CURB (LEFT & RIGHT) 1 � F, � �7 6 ? r t, /\ L 1 J AT&T F.O. \\� AT&T F.O. J 1 . -018.5' EXIST STORM PIPES \\ TO BE CONNECTED 5 3 INTO NEW MANHOLE 47 50 . Ft) :- - -,� S 2' w _-- �r�-__W.W,�GY__- 11 ., I I �,_ WATER 6" ACP pAR S OUTH) jj,,,, zo 018.5' lk AryB�WNER -I oIPARKWAY 46'RCP I a" - W¢ VCP - 8 S„ FL=15.23 _ , , ; % -� �FcPI 1 ACJ \ \ 1 ° '® a • nl y �� , STA 47+78.20 REMOVE EX/ST. M.H. & RECONNECT EXIST. STORM PIPE LATERALS INTO NEW ST MANHOLE PER STANDARD DE 'PROP PIPE TO DOSING R.0 BOX CONNECAON DETAIL' SHEET 94 OF 132 (BOTH SIDES TYP.) MH -E20 PROPOSED 6'x4' CONC. MANHOLE (TY -0 STA. 47+77.20 (6.0' RT) T/RIM=29.50 (MATCH EXIST. 48',(5) FL=15.23 48'N FL=1374 15" E FL=25.44 15'() FL=25.44 1 I I I k I Ico . li//j j o m o 0 y 'moi zom rg sl 9 PROJECT )RM SEWER 1. 48+26.60 48'RCP ® REPLACE WITH NEW FL -13.74 +� o o 18" RCP 18" PROPOSED 6X4' CONC. (TY -D) STORM MANHOLE MH -E20 48'RCP `oV '''1�n' FL=18.34 INTO M.H. TRIM=MATCH EX/ST T/PVM'T. ya r, .A, _ g11=13.59 EXl'T. _ STORM — — _= v J© =%> N I �. .p w - u, X10' R.C. B0 .----0 .----0 1I — — (I0 N II 11 11 SURVEY CONTROL POINT /10 38'WLR��� 33,28' 2, 33.25' RT o_ �A �toe'�ox - �� mA o`.^i A � 10. o n EXISTING M.H. 10'x10' R.C. BOX vN 48+31.2 (6.0' RT.) 9.23 FL=1309 R.C. BOX FL=Z59 - BRAWNER PARKWAY (NORTH) 1-i '= 17_ "I - 0 O Co N) A CO N)3 0 Iv IV 4a N) co IV CO LJ 0 FH _ �1 WATER 6" ACP WATER 8" 0900) WATER 6" ACP /� rn 2a r ol r1 a 0 0 g II1111 II II s a A, C3 IIOa O II II a A 4t t1 I I II 1 1 I I II I II' II' 4‘..o A6. ND. oIa 4 -0r ~ N oI�i m REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 84 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI ' = N.,� .......(.I- 4 o*5 ......... 4"•9S*Ot) *,: ..)....7,- ;* • -.RDO MARTINEZ . , 6�0 oP '�� °..• AL '� CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 Corpus Christi Tx. 78413 Fx:888-653-50 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXASl Deportment of Engineering Services PAVING', STORM PLAN AND PROFILE SHEET FROM STA. 45+00 TO STA. 50+00 Martinez, Guy & Maybik, Inc. civil' Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 atiz-.oti-,0o `" WEST R.O.W\ 2 -;••.-OOtiC�� WEST R.O.W\ m H L3 19 r-s1 N o cs "� in2 aao r ■ �y2II-II- .. !'+ _L ® 8 ®cp � .. " II II- .mea ® 6 I®� 00 4, r., o I—I' -,,,4,4.4. � / I I—I �� 1.A + -�" $im `� ( _I I i o0 Irol' Ip oac� ■ �� - I�- I' �� �� ■ A'� 'r ®?.''''''NT, FA n �i v 'i '.-1 oz n x o ti 03 a` o, w nti -6 o 6o o EAST a rnti WEST R.O.W. R.O.W \ 0 r, m o0 a°k mory Ag.l/moo ' oa EAST �' N 00 o. m 0 WEST R.O.W. R.0.14,-7-7'.1-,;:,"ti� c�'i P> ,;;a y O'Wo--, ^' �m NOy ro o0 .. m F =h,a � -11 a� �■ ia �� > � m 1- « HT1. .— '116111-11 ��^� Lg o N eo a, „, -� Nni v ^:y i /'I I_� �o NIS _, 0, Na\ -4- "� at- f MO o0 Iml=_ lay_ a � ,' ■ � � � ■ L - o ii �A O m,, A ®" aWco' A�� �n� 0, w_ a- (i a O 1 I ' m ®o o +� c, N , N ti, co EAST , w , WEST R.O.W. R.o.WFIZ C a o, o Co ,,,.,....1.,...„..... EAST rn 00, WEST R.O.W. R.o.wo)o -1,9..Ro 'N � 0 'An rri vao ■ 00 8 oa ?c)`g II- II- ® 8 o A� II= 11= >ti _=a ® •_ l''' Ill �r ,- '=".:a — --- ±!! x 0o -__ v titin` vl �yf A � •_\ _—_—_--y'�� // I �' MOO A N 1,1. tiyy + �Q2 I I�� nn soap / r, iV2 nn ,w,',�,' •••••• �a0 �V� �2 w�,"� 00 -,,-'0 GI U .p T IM m a ami o, o o o v UA rn N �� A �+ ®A i o n O o` a '�'� a, m o i.Ni ■1®,��m� o'er a 2 EAST 0 'a. WEST R.O.W. R.O.W \ o N `a o`, m o ti� oa 6' n o, m EASTR.O.W.> a Sc .. m o WEST R.O.W\ vA 1t,N O v c�Ny Q N I O 00 n co Tt ■ i nn , ',A -'et ,,.... FE -* h, ca, i ®a N 5, i 0 0 1,?. _----m> \ _— 0 0 N H as �- N � - - -a> "i I �� - N n+.iaQ el /I �I . _ n z ■ no iox= oar ■, ■ �� S> I-o- ado �A moo aro' -t'25.'EAST I I p� 'fiaA N , 1 11 �q ' I� �� 1gOA 0 F. „ A 0 rn i 6 rn •• o WEST R.O.W. R.O.W A V 0m a rn w 0 A bD o EAST o`0` WEST R.O.W. R.O.W\ 14-1 '-± I 'oci \ -A ag ''At-,,F. � IL5. 2n I�T ��ma �n AA ■ n n ® _ 57 v off _O n II o ® --> 0 "n — —m m a k pr-.:.,.. AA ti -m -- ==-� -- — �� ' - IIpp w�1.).o 1 D m v 22 ..-i (N °' mn " $ EAST R.O.W.\ 7. ' .; o WEST R.O.W\ V r �� $ EAST R.O.W. vw N o F. "A PR IIIc-' c,y�n T AA 24" R.CI4 24'®0.116% I � �i .' II u oo ; ® > k x c. A 00 .3;.1'... ma, >—_—_—_ `a,. HA ,, I f on �aQ� (,1 � 1 ®����a 0 O'4 g EAST R.O.W.\ REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 85 of 1321 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI ' = — 4. ,i* RICARDO ��� F\ xiA�� /-k•\;*°'1Ij MARTIN 8265 58265 R t..m, CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 60000 S. Staples Corpus Christi Tx. 78413 P:361-814-3070 Fax: 888-653-5510 CITY CITY of CORPUS CHRISTI TEXASGuy Department of Engineering Services STORM WATER LATERALS SECTIONS(J OF 3) Martinez, & Maybik, Inc." y TX. IBd. P.E. Firm Structral ngRegrNo. F--11415Ying Services o ti z. m w :o isi a N� .. o WEST R.O.W\ m ti a o, w o o WESTR.O.W ,� A �- U� a x t.B ., og-:S n' b 2 n � N �.� yti gmcn qE-,„r In �"Ra Qnsgrn•a 1y1T aan ' n o \o;a i�n Zs. f.. o mmmanx �nn oy� ' m^ Am a n ® $ o ---c o °° :-- ® 18 gaa ®An O• CLR.o �� N r- $N m II CLR. ,.nx H 171 ¢¢jj /I o5�11 AII nn o f N� rr. W ®A I� O %��qq nn .-..IA ��qq/lo)� < O o�oQ O J J R a O. 1 n o CO o4o '1 r1 ���`�3$ ,wa' n m� . A $tea• „, °. o� KJ 'p °' -,s. Iv a m m a 'o ti \ g �l a aa,, Nm o EAST R.O.W. WEST R.O.W\ S'dO o,o 'Tit'? °o o-•,, C, o ;, a rn m o ti ' g rn .� o EAST WEST R.O.W. R.O.W\ v --I--'-4.;- ia 8� ,I CZ) I'l I o n A I. o�"iaQ 2hmy A Sw=F ax onoci,ail n! O fop or, ��x I�T n;> im% `" nm �� Aye 1 Cr) lual o II A ON ® Y<TN CLR.� ..1 � 2 -..im -01 o --___,�?an c 4a o031 I I ss 51.1 a����'to o0 Nc., /IT- or> AI y I.. pi « c ,:l a' Awa 1z 1�_ I> �V '� ,'7- ,c._,:,. c^n� n A („1 O v__l rr r a EAST R.O.W.` A O -o.-1,-. x�-o T y�� � ga EAST R.O.W. nn d....,,% N �N O ti A ON NN_ NoWi O wEsr R.o.w\ r- $ CI)�� 63-_,_, X.,, _� N a°;a �: WEST R. o 5-5 ,.T o. W\ �o;a rrr^^ —, . ➢ y[� 17 '10 � �g�i an y2� ao ®a A ' aFL .0o- _ 8 k;,' C'alt -43 a ? cLR. N 2 A O yo �cm a -6" YM `A � _ -_fl_ ------- �— --� — - �„ m v m &.f ' 1- m `` Li --� �% _-_-_ - - J-_ - TO cD OTS .07.6 IC ` Tn;� ba.. �� --ii' O O - V L Ay JO ` 1Q ,0,& WOi N ti ti 0 n -ra�.° oao o aha ^—v aea A g L.® ' .�,. ` �C,.I o '—ti i Fr, EAST R.O.W. oa 61 �$o EAST R.O.W.\ a °' o i� m o o n, m � 'm WEST R.o.W\ o N n o, N O til xa�' �O rn m o R.O.W m.ri vA c„ rnaQ ids �I n2 ��Ln „3WEST 1" io Z. n to IN r rna aaQ y. H ® '' c° �B n 2 H pp x 0y &a a m nOaZ -:k = rn O aan � � , nn I �`� I' I. aan BYO ^,x , m a ^,x o —I a,, Uma a `®a on r .. A a",a a A Na II II N - 0-°a ® - ,.. _ co _ oa CLR._-_-_ I ; ��, N $ 2 78' CLR. �� c ----�� .gip---� a--- \ — :—. -- — A � A „), _.______ o �n w EAST R.O.W.` _ co q -.4'-,z.'. a a i --..... „33-,, ......,__, „,,,, 1 m�B� -• N o v `a o`, co o N N _n Aba 0a g •?wa n NO N a rn m :o EAST WEST R.O.W. R.O.W CA• aB$a 4 o ti a m o� N o �A a x�Q s��2$':� g2:),,, m y n �v c -v ti •• o WEST R.0.14,\ �x A i lia I �^,, �I �x �g2aH nn 8,8 aan n anao y 0A > aan aan 6' �^,,2 OLE: 1" = 20'-0" HORZ., 1" 4LE: 1" = 40'-0" HORZ., 1" a„y aaa cn oo �' as a �,. vn m $o1,-1 r 2 118° ®n o 0 ® `_ 2 r u u , cc ,i ® mo CLR. 1.. a o Co s� ',,,,''"'13,-,a$ a a� a o C11 qk ,:. ' I aa , n (+1 N O N as a, W O ,0a EAST Q 1at N O Iv N W. a 4 6 R.O.W. WEST R.O.WWEST O $ ya4rryO a 4 O N a m DJ N O N N 7. N `O,' c. A O EAST R.O.W. ` R.o.W\ vA w� n a 2 �aan baa y O Z. O . l: > aaQ n2 ,.. xa 2a OIxo, h b` ., n$"' ti nRao 8 8 -a...,0` n � � m a AA pO ® N N < Oi I® O OO a, II II® :-.5.'Oa ,-----.44 CLR. ooN 1 \ iO �Sti o 00 NN � j w C-0 ®-O Atw E 1 I ` o Iri �.------------ in- —rn o ;•N oho �O a yo,a 1+o , ° - o oho., ?, 'II c6no: O a%o, ao$ EAST R.o.W. A o �a ��$� Sia' r Aga 1 �� ; �a3a a EAST R.O.W. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 86 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE6000 FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI A'. 4,-",, <P,E•' ,�*:•% / RICARDO /p:8265 <«e; .•�. F .kgstl " '0,70 *,�G MARTIN• �I ;%fi CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 S. Staples Suite. 207 Corpus Christi Tx. 78413 P:361-814-3070*` Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services STORM WATER LATERALS SECT/ONS (2 OF 3) Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services1E TX. Bd. P.E. Firm Reg. No. F-1415 t -O" HOR HOR (IST. REAR ITER .123.34f - IV O't, o ti 0',m Ci F n'$ a m o vA '-e,'''' F, � - n r nn u , 00 ® n,—\A cnm c, Pt c o a w i32 m� o g,,:, m v' MI REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 87 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = — ,i* 1 RI F RICARDO 0-o ��� 1 58265 R `..�, F`VII) '\*�Ij MARTIN �` -6t' CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 .Maples Corpus Christi Tx. 78413 P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services STORM WATER LATERALS SECT/ONS (3 OF 3) Martinez,Guy Maybik, & Ma bik Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 MATCH UNE STA. 45+00 MATCH LINE STA. 30+00 MATCH LINE STA. 15+00 " __ i o{ 7S OF PROJECT - 11 I - 'T ii ■i DALRAIDA DR. M R. S ONV ONIAVd CURB INLET PRE (FILTER FABRIC) o -----HAROLD WB INLET PRO7EC 7L7ER FABRIC) 1 a x. 0oiY y 'R. L. _-- o __ — J --- WATER d 's a MCARDLE ROAG� o �� �� J WATER & WAS o CO V p�a Alp m~ A •• — f 2O g ii �ca� 2 O ma OI '�' a �i tee, Ami - s° O -- _- _, _=___" BRAWNER , So PKWY. PLAN & PROFILE SHEET 114 V :R PLAN & PROFILE SHEET 84 I I `J 1 �'":'= CARR 4101 ST 'LAN & PROFILE SHEET 111 7 PLAN & PROFILE SHEET 81 ___' - - t 111 06 I. / TER PLAN & PROFILE SHEET 108 WATER PLAN & PROFILE SHEET 78 -- l 'LAN & PROFILE SHEET 105 1 PLAN & PROFILE SHEET 75 '' . 43_,III,- 1 rn II I LIOP- I ____ I -_ - I; BRAWNER PKWY. a _ 111 1 CURB INLET PROTECT% (FILTER FABRIC) 1 E ` 11 „I 16i i III I I ilIii-11 �IPI I I 1 cn = I. II I� IIII IIII IIII 1 } A2 _ p NR m r, I ' to t E co k 1 i x, / ., 1:! U :_,.. n IA o iir- v 2 y �2 O� x.1 Ani Ai =-_ ggy mN N O O A PROTECTION RIC) 1 EA. TT --L RROL4 LANE _ CURB INLL?T (FILTER F4E 2 �z --- -- F cn a - I —= v. I 7cl CURB INLET I (FILTER FAB% a g oA �z�i __. ..... m H p 1-= A�` O �� M 13z. - M r, ___ EE �. 2 2 ri — N 2 EET 106 vI 111 I o, i I 114/ __ I 1 I CURB INLET PR (RL7ER FABRIC, r ...: • r -, ..a, iti 1 2 :„ o MARIOi;1 I ST. I 1 O �C a `-' --- ."-' 1:1 r"-- 0 1 -.:- li 0 ""D r- (-) C) -ill f`C2n`2� y�0�����~ e�y PRO7EC770N URIC) 1 EA. CURB INLET PROIEC7I (FILTER FABRIC) 1 WATER & WASTEWA -0 p 14 r I , A pa 1 Ilr if - WATER & WASTEN -1 r- =rC� O2I� O� o , ■ I I I a, vi g 1---- 'O1 o p pD�OZ�� P g ui tD F= o d A�Olj�� mi 0 ti yC6� =Rl'� I I S R. A GOLLIlf4RROAD I Sa R.210C� SO O a2 a� I . •,1 o ■ � ■-ilm �z -0 R. a : o� TLE SHEET 83 • c I r rUTON ST. II L 1 q LAMO S, Mil I ic1 z 1, 1, Z r�� -2 rn1� -r• 0 ID o= 0 1 o `� 1 ► 1 CURB INLET PROTECTION (FILTER FABRIC) 1 a n n Z ita D - - II MATCH LINE STA. 45+00 - MATCH UNE STA. 30+00 MATCH LINE STA. 15+00 k 0 O rr, c., ~ o o ti A _ , a' n / REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 88 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI E .x„� -t ..'F It tee* ;:- � ` �9s*++1t a *' `* . - 'DO MARTINE. 58265 t .'': « CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 Corpus Christi P: 361-814-3070 Fax 888-653-5510 CITY of CORPUS CHRISTI:. TEXAS Department of Engineering Services SHEET KEY AND STORM WATER POLLUTION PREVENT/ON PLAN LAYOUT Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 Dz o ••m m ' Z .. 0 > D • v1 civ t0n3+ rn 03). W 'DO z 0 D A 0 on cTr -ni r< e4�11 m _Z4'- o -n O 2cc O.•' 3 ➢4 0 " r^ .. - r4;I , •m r .. ' . .' I• •. 0 x A z O O ,y Z 0 O E M O Z V) O Z U1 0010 2 „5 .0 0 >. 0- O A D m A m Z A 0 O m Z 0 _, m A C o m Z 0 4n 0 H j 0 CO m 0 01 -1 A w O - .p m 0N 0 H 2 m -1 D m D .P D m I 1 I 1p. PrP 000 = U' �, CC AA , : ZZ . G70 . DD n� _ Z5 �m •• $ r• •D •• r • 0 m �'v r m A ..r0 •�A -• •• , -• -< _ m .. x I. > r- O Z C_ Aov, ai •. . •• _• 'rA r 4 •, , M O `00 . .m •" E0 OZ A ,.' A=1 DZ = Z" D rnj o Yc m r 0 '>DD ,. IT-41 I- z r"mi ,.D • .. P-1{p . rN 0 < m r x CO ,'r D m O D r0 �� O mz r.Zm4 Z >0 vm mm p0 n m0 r NC O �Z II0 pp coo F 0 0 V 0 0 r to D A r- 0 K 0 A o O 0 To, SITE DESCRIPTION EROSION AND SEDIMENT CONTROLS mm.�' mz0 mm, -4VZ• MiK c� *mZ A2C 73 Z .< �mVC mmm EM, A O OC mmr m0M mON'4 V1 4270 mv <O m< Z m z-<A+0 y 0$ -Ii 2a o0a.. Ax C Z< - mA D � OZDZ A O�0 m . , 2 • N M Z Z -t D 31'4z A u, A m y Z A n V1 z � 0-4 '4 AA 00 V,0y➢ 0 DO Z; �r IJZ mjN '0 O.m Dp Z Z o.�- m m CO 03 00 ta-, co ti { �U m- Am O. m r .0 O A { 0 0 C > O! ' " ti =• A. O ➢ O m 0. m 00 co O Z -1 A y •�A • • _• i - Op )5: A Om O CO 0 mp �r Z.0 0 0 D N u m 0 0 Z 0 O 0 Z OO A V m M 00 Z -I 2 m U nz mm 073 DC ti0 Z A O i -� m v T 0 UO M 0AA m 0 < m m Z' N > 0 0 0 m x m v Z co Z o W r r Z m A Z O Uf D > Z •<O O D 0 0 z 0 Z rD/1 V CO D >Dm AAr OS CC ZZm D-4 rmrc zON 2r �O-1-1W Z m� pN A A Z Z->-44 mm mm if, D D O Z n� Z D' Z 2 < Z m 0 'tcr y0 O Z- > Z r N• � z m z 1 r rN m C0 A m •00 , 0 '1 0 'ZZ N0 - • . ' r c n 0 • Z O 0 z II*Z*tt 0 y A '9 73 D O -I -4 0 -, A m Z x ➢ 0 - V rTl M >AO (n A A rl O ? IXkXIXI m�aOVUV v n-1A 0�vovAx -- 0 OA0000Dm0<mm* 0OAmZAKZmTn olzMornMmmZA 00I ZZm CO 2 °>°2-0ZZZ;00 0 0mOmC�0 C 4z-K 73-0c'U73ZzONXIxi 1n o m vU0 00 00 r r m m0UmV•O rG 0m NOZ 00oD Z 0 ?u m A A A 0=1 c Z Z mx X- -4 << AAAI rnmDmr 0 0Z m Z D 1 0'0'0 Kmm 07773 zD �r*lm Z N*0 pi0-<-I 00 rn -I- O m1rte„ A D ICI° 4 CO m0 $ VIm Z U mD O A m (/) -1 X nC X) m > U T (n.. .Wp •p •. �'DD •= c • r ? VIC D Wm �mm N O ZZ -'i -I'2 p n {2 00 CZ r, r4l A WC 00 z <- D DU P 3 0 0 20r.7 OD r m _ 0 O D 1 XI Om 7300000 mmrrA3 Om mmAZDO AAm DN0 =Z oZ ZmZo 0 z D r m In C 0 m 0m (/) 0o IXX i>>x(0 n 3 v0-i> cu OK-0 ry z%0tn m 0Z A N >�n _IA F rm Z p 0 zmm0 D Z Z Z mNn m > 02173 Z -I 0 (� .'l1 rTl N Z 0 -4^-1'�-•1D0 0OZO000Z n1vZ •47 0 �OmSD n000D0 -rr*IZAM-1 V,D 0 -4 Z ��mCm�2 D Z 0. D AS..40• Zm Dm Z 2 Zr Flo i m➢-C DZr=1 DrrFf�=4A 7300 4- SrmrN 4073= 3 Zmr.,m-p-� �mC 071 mmmrx„,Z-1 r C O V, 0 0 A z A COM m�NmO-n� mm D C r KOm �X'I-D4 pD-o—mm I,, M A '�2 �N0�77 A�NZO77O fn - 0 m C C r- D r A -1 2 O O r- r•ID-IZ mZZ SAA m0020A MU) COOm `"00?om, c-•imv1T ZUNZZ mmo= M0231771.0 CO Z,73ZZ •C YS• mZv Z 0 A ADm P1>> 0O0�G1 Z A u!?c,nj,Z -0(n D ZOOAD 02...Z m 0(n= 207'0 073A� '4 inn?r.. v �FzO -10,-0 000 Mm-4mDr x A m 1WOzm' ,Z-„ �D Ag--(91 m' OO�D=- zmr Z V'Zrr' T. 7) myCO OW>0 Crnv1O• 0or0.. 0.ZD)fO Z -1A£ 00-< Z0u0r AD D rZ•4 D 20 9 rn ro -., rn A O ' A O r Z Ary <D 32Z' D3 lm 0)m m.. Z r..N D• m' •' •. < S r • c. • Z - D A' • m �'' �,' r ' c - .. 0 ' •M .D •A „ . • • . • .. . •. .• ' .• .. - 073 O -4 IXXXXfTi <m A r+7 (nmr 2 2 D 0D 0 w00m m N NO A m0x 0 D O,AD O 0 O��N p Z 0z2,D G� AAc� 000 0> Z c 00 x3-1Q zK0O 4*1 0 4Z' A Z m �00C D O O C Z 0p, m Dx rm0 {0Z $ �O r A > m_ A. .• =�� { •, D A_ 0 �. Z. { D. - Z! - �� D•• A j tn ~. ➢' Mr •; Z �• D -1 • Z y :.y Vl • • •mf • . ➢0O.N O r"OA. ��Z g00, 0-1A om=•4Dn 0-0r MM,- (0Am >00 .D0 2 rDi(M.,y• >NP:F. o CAX Ulmer F'.v ➢ V'.4�m 0m r�Z.. nm ,-20. 0 O m�VC A mZ.z D D j =• W< m. 2-• m= A DC 0Z '4D. Z cC''m" •� x0 r '4 D N 4- > A 0 rn £ tm ,--. Z '0 r 0 o N r • A "m O A �1 Z .0 i- •0V1., • OWm.• 000. IZnnm -r CA_ 00 0C=.. Z DZ V-4D-0. mzo �Om, > m Amami ID-.773 -=C.- r WF- mmA Cm* m 0 Z0m' U) m A 0. Z_ -m�_ O O. 4p m'- D m m r m• -4 M O amr r0 O�..Y m �0' _D rA. 73 n A' m A m 0 '. •�� • • .. •. _ •••� •- • - • t- •.. • • 0 y• m ; � m . r• ' • r .. .• • 1 ' •yD� •• .. •• • • - , , • •• ' - r . k.." •.• • . .. Y . r AO �. - - .. . • v .� r _ - K .. i • .. • • • i '• . < < • ., _ r b • D `. A rn A 0 Z 0-0,473>> nr', rr-mr> xtiZ <T1>. mC A-10 om{Imnz AAUI yO K Z m>rnq- off, rr'1 114- rn 00cmZ CO x m11++,, mCZZ < {{ OC0 Um A m Om m-lmAy =4 Z x Om m .ZDI 0Domz 3 In�DO• m m A, Z r0~ N0 Zm•A m Dp,� 01 n 00 D A �*z A r•1 0,* Xr*1 A 0 0 A C v ao xi r*rnl: O )Z {m <0 - D z = m F-'1 •n 7J Z Z ZM 71 0 73 (n -< - o z > O A • Cr) Fl D S x .• n Z n V1D 0 m Z z_ g z 73 n A. mT. Z Ate, a REVISION NO. DATE BY DESCRIPTION RENSION NO. DATE BY DESCRIPTION `t O N � 2 Z m 4 JCt Ct °o Cc-C. O o SHEET 89 of 132 RECORD DRAWING NO. STR-900 CITY PROJECT ! E.1.3097 C C �® CITY of CORPUS CHRISTI TEXAS of Engineering Services 6000 S. Staples���� Suite. 207 Corpus Christi Tx. 78413 P: 361-814-3070 Fax: 888-653-5510 Maybik, Inc. :. moi* '4 i %fit �+ (,'+ I:: -"' ""•' 's!b .*+� Do MARTINET gcs265 • ' CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 Deportment Martinez, Guy & gReg rNo. F-1415Surveying Services TX.IBdtP.ErFirm Engineering Action No. 1. 2. 4. 5. IV. Vegetation Resources Preserve native vegetation to the extent practical. ® No Action Required ❑ Required Action Action No. 1. 2. 3. 4. V. Federal Listed, and Proposed Threatened and Endangered Species, Critical Habitat, State Listed Species, Candidate Species and Migratory Birds. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION ICITY PROJECT # E13097 SHEET 90 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI CITY of Department = = CHRISTIMartinez, Services 6000 S. Staples Suite. 207 Corpus Christi P: 361-814-3070 Tx.7888- Fax: 888-653-5510 Maybik, Inc. 1,� E, ... •%£11 .�'S�. qs4t 4 :: RDO MARTINE .' �.165°: '` CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 STORM WATER ENVIRONMENTAL PERMITS ISSUED AND COMMENTS (EPIC) (2 OF 3) CORPUS TEXAS of Engineering Guy & Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 A W N 7' Z Orm OWInW Oy Z (� O O � O nD 2,7,7,,-7,,,,-.0,-0 rrli O<O O=D _ ZOAmD my20 r0 zmti m r =05'8 Z<, ODDS ZK In Im yDrA A D~D A ZE' ZOO D mZr•p DA p mzm�o PN Ax mA n i' 1 .Z7 'Z-1. co Op m� Z 0 O 82,R' Ai Wg� O -�2y 000 c)mA n mD-rry1N 1 AW{ mZZ PI C D A �� �zn ��o WnW oy 8o5' 21_,,,,-;_,I, g21,,-'22',;;,[,.3_, RI -1 �A z 2 y 1-V-•''' WAN cx -Oi OOZm '2'1'2, OA= BOO mZ O'D,Om � 0 ° r ZAT, W,-, �oz 11r OU tC/I D-' W{D A� Air Zop O /O� \ /^' A L'� No xymio N'''''Fmn r<Fmmrmmm <,, WA A OC'"4_,) 17i D ,11 �Am G)o .0 J1 y y= D to yWy y C„ Opp 0 umi r D0 C NOO_ D C ZmOZ D m yZ W OO m>\m m W _ 0 � N m = � A N C) Z - 2 --• 21'e' m / � mm ,/ I yZ - 0 0 AN �- ��' 1 AD AO 13 rDOnr 0 - O 8rA m' 08C) D,,,'"1P1-';')EZ 3 W z-ASO �m nW�z Z�pom O ZAm �W yAr =I zODmmW AO < ypA o oar A�<m Z o r .2 1 I . Z \ D� r m �o o �� USUAL z D O DSO m ZZA .ZJ D-'O m m0 z O OZyr NO �� m2mo �A C) S W O 8-7, - Z O VI O Stm D O y o r m Z TtOm OZ O � m0�Om O O� NO Wyy y OID > :g?,--Vi. m g?, mD A - m ZmZ SAN P c1Z 2 o OmA ,P �OI;!!I: m2N AyxC mcO^ Z W m DZW mO(ymCmnmZpA�Dmmym DSrn0 ZO -I O O m ' 03 O ^�^ ,I 0 O 2 ),,11-,-1, ,nD -- WiD b,, 6 �+O1A 0 S� Dy• D - F W Or O(n M, mW Q< NDI O Z nZ - A- O mWQ Z W �� �O O Opm O ST .. NA - Wm`�O !n m AAl N to 2a 0 �OmO zA I'm OFy\DC -0 ,-mC'''00,-2„,,,,p O 0O§Wm1W*� O=Ao m_Coz I,,Ay oo zN Oy OOOm �DW O A '8,- "1 O 1r4 ,C,' la ryp P Zo m 8 W W 8 -UA- m O y` p O W 3 N Z O r 3�w WO pD O A .. mO zEOW m=A rDr_m', '5.2 'D28 OZ. )91O A ' r'AO z� OmAZ m ,,8 O ill z2 m>IN m0 a z'Z s m n§ OZ C0 m milZ< >m OOI°>C m 0o 2{ o--<{A-•lmmin -s_ ZN rD O> o z 1'-6" m ➢ r N � z Co) m 1.1 i>) f0 10 W J 01 N A W IJ 7' OD(n 0 A yIOrl 11 A7 X mm, Aoo m m-�i� y� klo�n o-mym) A ZNA��yzE n�Amtzm�QnDnno�W ymoA mOm(Son " m>ti m oD.N 7'90 �D�- 'o➢z vmNoN=i >=O �z�J cmZz m m mm • \h 160t, ,31I� ZD N�, Ao m NW NZ O a 0 isr-\ rrl r. 4) rZ=oNo�'' n 7'., 3 t AzN m � ,,-O rAon nD yNmZm m at. I� ,IO = O v ZO Al n\V\t'as, F,..%\C Z ZWtiZI zZZth Z =D rn R'., I* -411\ •ritira.1.4..11• Z 2 Y/O• A y 6E GRPOEO IA ZI. L'DG . O Z W mVm0On 7o> � DOW A _O �EZo"o,q p ONAO OOnO-i .'*��' Z o94 O ZI 1 D • AA D 5�0 ZI r °�,oW 2 mazzWD�,1 DiD'5_,P, N om m=,>; w,:,1n,,O O F., CmWmmG,, ow,o 2 et4, O 11C�mD rp 1 m mg FR 2 O`1 TtID WA OCm Ci mo m OADz={ oA 71ooDmNgEyNoyp= „ AONg gom zPo �zD� Om D Dm AE�om O W mO = pr O`4'- W Z x OO-p nl m O D FA {A DO=i g'' '+'1--1' mO '43','0 ry 0 5 Z2 a IIV.A*,.� a 1?..# 1-,-. ,+�ai in�i/ A*,.. xD,i' '•pt1r mVA .•I m OI t- a = =rn as r Z 1 ` O 1 on R. A N IN to ZW7r�A aWoPc,z r� 7z;W'o r D- Z� 0 2or OiZ D m OmmW ?O-,, WC� ,r17 D_ Z ON s- ff ''Jr' 0SOo T.'Om8Z AC O - 5 m yon ov mOm-1 Oz O �Oo �iC m ppni = m E.< A={ �,-1P10,:' 0 m z N , 2 u, - A�mW -W Ozc Oq ! Z i, 0 Elm,;;8 z Dn: y z �IA"x Oz Am mO soJ-N DZ Z'I ZD m J 01 0 A W N AO 000-1 AA0yDD =mO nmmin, Wc�zoy <zaizjym zm oOOOZ 2DDD> O (A D N Z Z m D{= A m ,0"0,1' r Z N m O -1 0 Z m z m �A ? 5 2 iF OA U1 0m-„ ODm DA W y Zm0 p0 m �m C�1�*t� y X ooy o.yz a2 me �rnAy w 0W, c, G22 Om X00 Iyy00 r D O D m 7 �� O r' W O In O m Z -1 OZ m0*m NA,D O5m A.W5O W m62A Ty cUi0 ,Pp>:cAN,7m 0�m 3 D AO 4 WZ X0z0 , C Z �Op ZmD 13 Wy o-1m A-1 m-O O 9!I 7 DOA Z Z DmA mz00 OX E,O miZ oAIF, zoopz in m N Oy0Z 0- m Z N mzm m a= ,-1-, z m ND OC A I- Ca 'RI `,� x 1 W m AO OCa Zm O�On S � p N m m �mzoZ A ,,1 g'-"r3 O W�= O Z Kmm D�Am ➢oO r = O � m \\ m �yCc80 i/I Z Z D6 n�DOD O➢C�� 6 Z co A .G 1/In m' Z D Z R-10 Sm O Om W NO� W Wpm W m OZcm2 �m�O S RI A O OmD xA0{m O f/ OO o� 'W o� o<m z W', m000o NZDSm P D D m m O (n y o N �----I O I I 1 I O I I 2 I y T " I y Q 1 O 1 I 1 WW-Di npm AZA UO 2�N nti -0 opo Z �O m` m !:i :, w:; -: ..0 r mDmOz 2 m DZO ONm< Z'r mKDm D DO o mD m m� m �mDO N Ev'00 c Aotn =0� m11'1-1= o�D� y AO5 O f�Tl 1 n Z C O r m` \ A\ O 111 4 N E°.* \Ar O-' 3 y0 0 0 Nr6 r1 D�� D� Oma mo ozi/i A W D CG) `,,-'8_1,-,',. O m I I < Ci ZO Ir0*I po I ~ A g m Z W. c� p0 D�=rE, AAtniIC Z Z OODSD N 4 1 11 I I L•� � Z NZM nAD m O a A D� '8-- Z 5F"Z m D m O XZD Q 1,i,,"'„); " Z Z- p, (A DOOOm tno m ‘.,)2 O<'''''P-1=-'''' _____ O ------7--- T -__ - __- _ �� Z AA � 8 . D. AAD _� DZm .. c O I IA mD N A �r ADZ I'l m yA �O Z- Z mZ cZZDZ mpm0 m 717 O E2E g.:-g', O D ZDo 2 ` A �• „1 - A m mmT> r � Inp n {y DO O x mJO Z� D m m m� C Z rISIlk -1 D W y y�O Oy E m= Z k Q A D n O V x6 yy Ovy O W D O Z c z / {. .1-T, m N ,11 N➢ N m = W x y m pA AN�vI z-oW m Fd1mm<W {m- O r D O ti 0 « {O N to D OZNAZ AO=� W y my 0,__,,,-2 A ��'zl'Lx < =, WDD,, Dmm" mmm>1r ?=off vl� zo WNmy m A O O Am ompZyo� O mZOZ OZA W O `� o m? �= Won p. y A O-� g < A O O O m C m C Z O r = ° A m �,�II O VI z� orr`-^: o1xN A A1/1 Z`< :O y A •„ 0 O D yA AZ : '1 O» ZC O O In Pe',','; A ro m'1 <iom W ,11 0N AA zm T;,- 4 Dom' ��{� Am WD O Ao r mz W AX REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 91 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = — xa E qF �kqs°dd ./ r d *; *�0 ' ?(, R1CAR00 MARTIN G ` .''• 58265 , td° ;; F-1 ,:, -' 1•.�'- CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 r 6000 S. Staples Copus Christi Tx. 78413 P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services STORM WATER POLLUTION PREVENT/ON STANDARD DETAILS (3 OF 3) Martinez, Guy & Maybik, Inc. Civil / Structral Engineering 8 Surveying Services TX. Bd. P.E. Firm Reg. 2. F-1415 r", ati ��m N � Arnm m1 h�A'A__ � m 1S ono �n A 0 0 '"y — A o h o micN A"A�O� ')-- @A nm n �� � ySIyor o ,o� k om p0 '9'1, �� n' rn' � >A °° o VARIABLE a�0� b- , �Z a` rAchn a� %^;_ �A roo fo zm 411 a= cn o 8° °o "'A im y� ° a� o0 0° o mo no r$,' 2A,° n azo��o p oPr VARIES �o yA �A vO ' 21 -`" 'ill 2 k 0 O 1vi k`g O �n nz: m I Aoa2 kvi m ti o y 0 111 o ro ''O 00 a N o" o- ; 91Ui A W N 0 1) m D D rm1 (/1 Z r2n m z m 70 • • 1 A W W -0� Oma. - O _ OO N J m z N O O� -- IP o�mA�sp�m� l \ �Oy 2 p AI' OG F" A A D [n 0 2 o � rri A D ID r O A Wei 0 A'W�mma=�o�o �y 111 ■ z IA V N m a . 1. A• D i D O m DO A A N O N 0 0 N C O O m -O ( � � l O g m" AA oN' .. m � "i la 6 y N O O O D zi O x Z 0 OZ ti S O ? p m 0 D ii N � � D A Z =OD 0 O O O No o r A W SID zD0 S L <m � mO p�G • O -1 Z O • -I n m C 43 O ` ___���111 a O y a ` O O Z p D N W- A 5 I 1 N_ \N O D J fon\ mA 2' .J pC D - r*I Z � m� pp CA Z ZZ G) O 0 � m �J () 2� Z m m O N S D ? (Zj 0 O A O A m Z m 6 IN m -NI O U .ZI ITl I ♦ �6.. ��O NO O�-Tmi �c�� ��lA n , NA nA AVl 2m 2D 2 n C�2 p� �O rn y n� t� O A n m ry N WI .0 �' nl N m LNi m� c- ^ 1/2 TIMES NOMINA F PIPE ( MIN. 4'-0 CONC. MANHOLI D z ~ N O �`�+ � \ 1-2. m r O O � O a A r rmi 0 m c) I v A ■�I n �7 '�� o a t0 W J V ` ,- O A TT I' I T ; � S S A 0 VI O. mN� 2— - ,�� n A -�U -0� 00 �OOtnO !` D N Q /lI D m A O a O 6 m 'F c� � OO �A 00 Oz Dn �tmz OC � 0 ^^� I p_ D CT N W � � N r'l :� m Am C- cr oc z�c�Az� or �� �A au�DiNo� 2m mm1 � ` J Q � 1 I D r D ^ � N (/i A q. z O � N i Z �'O O n fin (n �o � Z n, m 0 x - I RI 2 m D 0 O 0 m A VZl O I/,4RIA8LE D OI 0O y0 m2mAD �O OV1DDAm D m N xm �,_ A�Mmsrm r N O Z DN 8" 6" MIN VARIES %111 10 Z N _ mo v n�cn J m O m U � m 8" mD ��_ yy ZO i�D a-Ni op InzO*per Om 0 O OTy D Ez v,-D01 �m i N8' OOZ 00 O �A Z�. O m 8 / < oln m rD ~ AZp Jz� cn < D� A O �A 0 in) -')X,'' O �� Nm Az0,0 O� �l� [171 m si 0173 7, IZ 2 m tioAc�� In• 4 -0 (MIN.) 5'-6" (MAX) NOT ARITY SECTION YPE B'h1ANHOL #5 DOWELS 10" 0.C. (TYP) O.D. PIPE + 12" MIN. NOT TO SCALE MAY )VER C 00 < z D y pSIZE VARIES FPI < 0 � < m A A m - m p II AFAZm .`cZ. O Z O Om o O 0.D. PIPE + 12" MIN. 4'-0" (MIN.) 5'-6" (MAX) • C. PIPE SIZES, DIRECTION, AN NES, REFER TO STREET AND WATER PLAN AND PROFILES PLAN 'PE B'/NANHO I I I I i A i /A\ . � TT 11 Z o J z ,, A W N DSA � �zz om s D n n m z � • -)J* \— • f O .11 z ---- ZZO i DID A -r ' °D, m A�w Ia m =0 r • 1`` p ` n _ Z NCRETE SHALL BE CLASS "C" (3600 PSI) EXCEPT '/LETS AND CONCRETE COLLARS MAY BE CLASS "A". INFORCING STEEL SHALL BE GRADE 60. ONS RELATING TO REINFORCING STEEL ARE TO CEN ,L STEEL MAY BE SPLICED (15" MIN. LAP) IN THE \LF OF ALL INLET WALLS. 65 OF CONFLICT BETWEEN REINFORCING STEEL, PIPE .E FRAME, THE REINFORCEMENT SHALL BE BENT OR AS DIRECTED BY THE ENGINEER. R ALL EXPOSED EDGES 3/4". CITY STANDARD SIDEWALK MANHOLE RING AND CO RD CURB INLET. PROVIDE CITY STANDARD ROADWAY .E RING AND COVER FOR SPECIAL CURB INLET. '1.. Ti O Oma O D T' 4 `,a_ 11 1 / `0 . m A timO N m o 0 C f. o o (1 N m ,%` '2'0 ZvZ2 0000 tz0 S''4',2-31`,,~. I 0 W m 02� — �zoz op C m 000 2 , C D A x 53, xN s00 ® OOZ < C p,- y o m A © 0 0 R.® mo O p0 i. m 01 8.8, G D m N �\ 4'-0" m �/ (MIN.) 8.8 z01 :---'<Ao 0' mz� O ZOx 1 m p D Z r N-mF f>8' = O n �o n 8" 6" IN VARIES 10" 2'-0" A a m N 0< AD 0= 1 i \ x- M 7:1G _� o m zD m AA O r!l N pp 6.. MAX D A �m =m > n m A A l co m A ,1 (_ z AO D� Will/ (nm�1 Z `O 00 u,p O m T Z m y < ,� � O L Lxl ` #5 DOWELS 0 10" 0.0. (TYP) 0.D. PIPE + 12" MIP IlLiti I !� AoA \ VI 111 u, on NOT TO SCAL tvi Orn m Z�DOmr DZLJ �ITI ti cr-i-j , N R.C. BOX OR R.G. PIPE SIZE VARIES N 1.1:1 ZAP c,_, N m A� O�nZ Sm�UI O O O G A O O A 0 0 O D �. O a X Z O DOtn z p A A + D N N \ > m 11111N,� aill !91I!WIII \O O ,. rti Om01ma �m mZA �O N .'� �O E 0o>� W 1 D p- � O >OZO< <OODD O p A DD<� Zr m�=0 DZD SOm N�ymm . ~VNi OmmmmZ x,TP20 O -,,,,PI'','-,' (nNf m �1i-Dm Z ZVAZ� nx(/1�m r00 m O� 1'G)r., I mF''' p mD ' F.12?),,-87, �' 01 n 2 z _- A T.za1Dr Zm�r�� NAVA mzAoozm- rod vc�pm - Z O 8© m 001 cT m0 c�10 �0 G k '`` C DA O 0 �mA xN A m0 `�_ A O' 001 .@ ® O 250 m O 0 0 �T m k A O p -`792g D NOS fA*i OA< Zmz y '' 01 m 8.. 8.. -9-F, zT,T› zD 0r ---'0' vA 0 < A 0 4'-0" m (MIN.) 8.. 8.. Z '1m �O A c ' O c "' z m11Z� �� ti c>a' mo�c"s yzmN o��x ",, 0, tnpf^ in o )( Z. o� 6" 6" MIN 8" VARIES 10" c7 VARIES / f / a'. ti 0 z .2,6'18,,,2,z, zoo ,,,,,D,±1A HIE ' ,-ICS r � � 2 Oo c2nSo�r' �' 2 DTl ,,S1-1!.1 m OHm /+♦ / SEE PLANS (12' -0" MAX.) / Z� F xOW �a m m 1n» m® �/1 �o v z o z o "y a E m D Z 1 A o N -• A y W O m 00 N�� �� N O-�Z m�0 S AAO • m Ami /tO4 ASA �zn DO' zOn � 1 • « mAn I.. O n .e `O A' gi �Vmil Ell, 1MMF, % C ?IP I O Z OoO mm N oz O 4'-0" (MIN.) 8'-2" (MAX) SECTION D'MAN/ i DOWELS 0) i" 0.C. (TYP) D. PIPE + 12" MIN R.C. BOX OR R.C. PIPE (SIZE VARIES) C. O 6 \ W i O NOT TO SCALE 1 3-0" L6 m O 1 O T ZAm NOm � D A -I - - - MANHOLE RING AND COVER i Y / ..Ai-. O D V p A CJ ...<GN O D m z 0 A m n=.8-'n )F + �> 6 y Yl- D Z \ ].1 )F 5,,, m N , Amo m oti;u m O DZ mz. 4.-0.. \ tip Is �� L 1 -,:O zs \a f i o .\\\\\\ I O -1-1- T T wy� �D ?T. a cn � a I A lv 4 Kir' p p O� o�y m-0 �. \ ro �. ~Om ° > z ( \ a A �" O.ZA AZA �J 'D el, Nr Z O \ v�0 Oft R., i 1 m ,DO . _ O N W m Sti 2 m n O p m 8.. 8.. 1 Om OW ~� o. ao zD ii z O !'1 D o= J DA A �O G D () yA xN 0b y = m o 8" / �\ �''�/ 4'-0' MIN zO A 010., mm F < 000 ® _ 1-.;_A m 0 , m z fM*1O mh AU { p LOCO A N i O� �A ON 0 pK N O 0 m 2, Zti D_ D O AS O AO r �� n Z (nmp m m o z REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 93 of 132 RECORD DRAWING NO. STR-900 LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI ACARROLL = = �\l ryc E' F+qs�� „ *� /*t :* RICARDO MARTIN: 0 �. 58265 ��' +, � _�' •,`. " CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 Corpus Christi Tx. 78413: P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services STORM WATER STANDARD DETAILS (2 OF 3) Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 om~TN O2OOm y - N A m�VXy m q /� N �i o < 7.1'20c 0 2 NrX �' t'-6^ 6" 2' MIN. 6•' ? � m' p I;va.� 000 �0 xly om N� 2.-3�� oA ZA �� �k 0 / / I I V1 q" ��OyO 12" FINAL BACKFILL ,m0 z^�,m„ C "N 6" 1-3" 6 zin : N a m0 z a Aim b� m y� `ao Mg O _� 0 NOT TO SCAL F17 AREA � BLOCK OUT STANDARD TO ACCOMO EXTENSION 2 O Is Is O 0 Tf O N O �` A &ACK OF CURB � 0\ ~ A _ x C m y O .� v s y r^ rn � o y + AilAi cg n 0 o v m t aya ♦ \ <ccoFcuRB N 0— m g zZo Em I \I M o a I I 3 -0" (TYP) �i �i+ v a a ' o gim a; °; n 0 z 1� -6"x6" CONC. THROAT SUPPORT tc'' L_ 5. THROAT EXTENSION Gil y mc-) 'n 11f T17 AS CALLED FOR ON PLANS 1 m g 1'�H a `� v? 0 02 10 N I I :4'11 A 1 `�T ♦1 G X02 m oory' u2i 0m �2 A� • N^y-no r0•tOm2tim womm Zmrnm DO my or ins eoz mrT mov(Xm• yZmwr Fmr ML:34 T NOm OOT Nm Oy+Tl mol oZF _ / 2� 1/Cf 0 Z A m D A AN0 o -1T 0:9MTo D c�i= v� li `!� \ I I II J rn Oom,r ��/ V 00F oo g mPL4, rA y0f m'4;Eo0 M 4, m p 000 wo0Li P 0 >4, > mmp Oy T_, WAX . 2E4 Nu' m -Ig ` 6" 12" I ,.,. 6" oo py R HAS OPTION TO USE CEME SAND OR BACKFILL WRH SEL LATERIAL. FOR STORA 0 -' P (Am21 ery 0 gso 01 mvF NNyD o� Nm O N Oy m 12^ FINAL BACKFILL my NE. A�o 'py Zmm m��m OD-0On 0 144 (n Z®gip m 2 �.D 12" ® a?�o� ZOC oym o '•' o 0 o m Op° c-, V-gl, ovi O 70 0 o^^?cam n.�Z z0 j�0 ,.; O 0 O O Z= mZ z 6 C Om n; N o„za '-T3_.6 v a O?m�•- X rO N 2 z VARIES 0'> O y P z qb> 0 a 0 (SEE PLANS) o v, io yy Z \ 1 om 14 10 �m 4i mql 11. `, ` / \`� O S i� \ NOT TO SCALE '1 J� n lfA I NOT TO SCALE AS L PA 43 SECTION � OD• 2�'.���p �,,—iI- PLAN nr ,IANHOLE RING jII Ill e I 4'' 4t �0 n A o to,r .mom•__�— i mmattl NA'zisz 0,30 :s12'3 -0.(T�'P)i°n � � •0ati Oso611 q _B• m0-0 A o �^ AS CALLED FOR ON PLANS \ 01 g a ^ �® q.. ~ m o A mg r Is g.ivg 0,01 C 0n OA�m C pmNv oo (zz,m. a8r2 N �2 �Vy ��O--e4-, D• f) q .� >r 000 OP 0 'gym Psit. ym oo> bZ00 v 'J m n^ymN AOxmmDNDA m00m 2�mC9[ox m0.`6Ymy s�mimmF Fn m o �nmm m0 (l/ N� Dz 12/10•�NO�D ryZ rr, m gm'- ,...(AT ggm Z y0, 00m On n m-3,31 E0 .c Of�DJf rm1 my pi NO W No a m Z -/ MIN. A �; �7 m NO Nn =R OVDDmmm mN _2 go �O v2A.n02 Zym A ca m 0 D AD n 000OmX 0pfnm 0 " `)=n ,A- OZO o obb >> �Zxm A qoy0 y <8' FIyA Vymp N�[mJ IN Iply= CAD '+Oy NDm TC 2NX n A� y NAti 6^ 2'_0" Llimi. -0,-,* y7 y MIN. 5^ z0Z A 0 2 r` N 1`n1 m c� i' A nz 2 m Im p?iaOz m bV $ bn, (,bhb 0b S o. Di A2 ?� bba cn InHHO � r�i02 ?n p ygp gbgbm 0 Aj0 'In yH� (n (n O i2 yx- , �' 2�0o ii c� zA2 a 7•. 2N y"t2"o rgc", mom•7 2v 5 zn t C u o 1 ‚rI4, mIN rn ti Al NOT TO SG TABLE 1 dD INITIAL E TO 12" AB `_a b- br m0I0,0 43161 Ar 2 .��C� -to pO. 0g r', --, NVp Q k ryO �� A p�2 �A •_ ne ` X\O�X =202H Z O mzm tp� Ir D044 i 2F0 N • fi,C' G' R,, G�OZ O- A i A q i �� k FM1O {� O -S ygul OZVI ti Z i" Z 4> A� inOZ 2 .. g� !n ^IAC n y.^1 'h i C (n bliA C ZVr m n O o A N Om N4, Is `�T 11 011 c'�y Y OC Zi ^ �v ar* 1 z0 A\ 'IT. �! 1 o� Lti` mO A2 A 0 own a g.m\m s o(n ,\ _ -00 mX, 2r0�® ® 09 -Dx. O. 0y 0 m' O n 00 D n c A O p w z X �L�40 y x A rt TM ao A r Ob'� n'� Mr ri fnn Otb mmb b �n(OO`; �c 0� 00 �O Al+ii ��pO In12a2 ('n�C�, µ�, i g2 �00bnab gii bbZ020npO U% 1330 r—"N,rti;Or�v pi�C'(r -p2r " Vr I n�Om 1'0 UNPAVED L9 WI - v 02`O .o 82,:t4 0 X>z�m yn� Z �Om m 77 -V --TIN j2 m r;, o Dgoy OiN p0p mxr C fo-. z.. 0P o4 ? o "• Cox O®-( �0! c0i11 o 0,v (W0 mm mm' p20�pOp bDO �p p vT2 'Oi yi ^,(n2 by o�?bn,i utp Any, roib m�oo 0 bN a Ot"Oz2M�'b^� a ymD Zm `>"‹ Ozo 11 '-` I Aro v� yN 'OW In �^ A •" 1 0 0 V 000 aGA Z ' Nmb _0�0,� bbO pr.'y Om AO �+pYpY W nim A,,r,.,''(0 Q� ntn�m .6-0i6 Z i C �O b Tpn2 r^I D 0 m z* •i nrcu 11 b 1 oma 0 A,..r mi, 7• PA 03 4 A0' 0 0 0* m. m 11{' p�r'1 '`t bi 24 (On n �"Ob O O1'1 k 6 D D-1 '1 `� ymomrmi I I mO I OO A b )4 rn HOA 2 (n .� •^ -(Z is `, m-ocm I I I 43 ymcno z _a 0\ a �O N �; b oo W �� gnipni2bP iyromb 02n OA yrMmr, i�0�` r^m�(O�Oa COQ Zr~ W � 2 O Nz m QsuDim REIM nD ; O ., O k . 6" m 1 O a -. OW z WN 2.°i�: i 3 -ZN 'T� o n limy pi xr - IN D 0 m< MN. CLR. mD a N 2 00 g i c0 m �O Om 00 m0� m �� C, 0 m f 0 ;_ ,., yA b Amp m z yD po m Pi u Olbi) 2nn p AAn n oa o y O� ii0 NOS � 0� L 3OVE PIPE) WED AREAS n ki zzy 6" ON �',l 0 m mm Su o"� 00 x�' °C mm �bt ^� i0 n rc Hp bocNnoac0 ,..-1'4 F. Ob pOp I•!•$ OSS T� C0 r goo p(n�'( IL OO�g O to b+ F TO iti� ni�10• OHO G21���'bl "� !�i ''=ya S ..��r M� Ob �22� V yyi�0 T A C b A z�R Og MO(^v� b �D~p 2N i�Ox�Is m x W N m 0 0l N xl 0 m MIN. $y I �,Z coa oc nm A 1 m y \ V l% 01. zm m"' C0 O� mG <A ny CC0 �Iz9 ,00b i'" " mizv v 46 ym F ZD Om u'vzi y0 0 ^l Wryrm0''zlzp 2� 0 p O A I REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION SHEET_94 of 132 RECORD DRAWING NO. STR-900 Cm PROJECT yE13097_ CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI ' =Tx. 7.........P: CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services = E.. "".'E+,11�4 * `' ff i RICAROO MARTIN j 58265 .: �r If,\� ( 2: . CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Site. 207��� Corpus Christi 78413 361-814-3070 Fax: 888-653-5510 STORM WATER STANDARD DETAILS (3 OF 3) Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 8" ®App1 11 0 Mq C b70 73 C W ° 2t-U �2OL N� ~ _\ OR1 \�.'\ ppp D �y ��L c� o, w<gs \� 0 > p ��o ak —1 sy"rnX. m ;,Nx z AM� yq -< ?ego Re " i 2 + ro nz m 20o zo \\\\\\\\, \\\\\\\\\ \ — ;a mp2�' OM M y Z 73' 0 Or7 O W \\\\\\\\\ C'� tip 3" ``� \f�l`p —Fri y Un a \\\\\\\\\ \ > m�z0I— 40 II_i''''• IA i'o y m \\\\\''' \ NOT TO SCALE MAY AUTHORIZE LESSER SLOPE WIDUAL LOCATION BASIS. :WALK SLOPE BEHIi :ALE SIDEWALK SLOPE 2X MAX IX MIN AW. J FADER CURB DETAIL NOT TO CURB & GUTTER DE' z I ,2 o '""� = �n;\. I ti I M a Rnj_L___ti/� CZz„ 2F ba FO`a O \\\♦ \\\\ \\\\ \\\ \\\ \\\M C.1 AO rl Q15. \\\\ \\\ A 8 ♦\\\♦ ♦\♦ n 'q HH 0 y ';',''''Z2 D "1 z CyA2 , A A v ♦\\\\\\\♦ ::: ahs£ 2" r r m O 't,IIO 4. (A o„- A Vi aao o a 9"107,2 . o y )• $ — 2O 200 y n • (VARIES) O a .Y A r O OA `^ U -1-1 r*) ? /J s� \ \ :;;::;:;; A en o B Ms /2" '�•� '3• bro zi rZ O `�3 ET2 w;o ^1 oi ♦\\\\\\\\ Oby IN- Oq 6,Pa-4moa ,{ �, Ci C 2 0 i i`nyi //`/!( , x ..„.,:: \\\\\\\\, �b yAv o- o ca D 1 ti i N 0 R4--- W Eli o m 8" �az � \ 2 g� �zmz L_�___t M -' y [; r A H b . • Gs b o x $ m • q n 4" x 2 z , --rr•� . m : — \ 7 1/7" A A '-eO N p• ° b Z 0 m o ;Jr.„ y o rD` 8` m* _1 o M M°74" Z -- MAX.* A 2 0 w 0> h:—' w .j. = 2" 3" *—I n ` 0 ' , o O II Z 7"-- ° o.' cl Z lj C o T. m . I. �I �0 '''t 0 8 a Z 6 o• m ""..8.°3k. o°a a coo ; N 77/-:•""1MIN. 4" 2n ° � a nn, p '"'1 > n20AA p r M2/to 1 3/4 a)xiok- 2 9 �i •O '•� •/ -' I1 — z z G) N litm CO //° • CO- 7:---, v � xiro ; go P� o Z A°fig m m g Ao �Za� z spy O C o ° �, ' �� o,P I 0 M - I .1 • i' / -I ��--i�— D , z� i Z° o§ D oo � O °zo $ y o'435-'1 ryooA o o m m 73 • �� D r IM r a z 0 A z Ay ° ° 5'I SDIEWA[K P. d x i22 201 ?AFin4.. 6" MIN. (USUAL) 6. 0* AI—nVi ` 2 oy I. g yi7 16` 18" vi 26"4 2 `x OMOb�� 2" 1 y On�' _AN FOR " x n R V. ti X22 T,. oM yo Z , q C < 0 a$ at o I I I z .L Z/••� \\\\\\ os. yy 3,M 'o^a 8 mC G iill „� my ww O•+ tR r r+ 0 Z$ p o� u n - m 01— aAo o�y0 ; '.,--0J,),6tR4's 2 6, n'''-s.' .czi a D ' ro ..•4', in A. m 2oymp X VOLoClliF A 22y o •.. 1030,0 0 _ l2".. \ n 'r44',---,A / S P1A -4 2ti MI 2 0� $ N x o y2 M — D Morym$ PA?) Uym r^m° 'n',�At moxo� Pc, .Z) m Ertl Azo; o��o 6"';`-,3 -.1' o O z 2g" m � n,(40(.= ar,- �o 6� x n m oz P4 I I r SECTIOI PLP SIDEWAL1 I� I� E CURB & Gl = II o - e` y T 1 I °i 26" 7,= 1 - 24 O o vj 2 /f. a OMINSMOM Dtiro O O J F r., M Oso Z W w 22 )w z6�`� Z co =S x „ q%° I t —i - - d° M 2, '12 m 0o A J — Ax� NMT' X D M° %rAo G,, �ro mm �• '\bk ' Z Oo by 0 in OD �y M A /L1 / I I I I " so? A < A yp N 0 _ M1Oy �s A � ,, Mz n , �/ /I G)y !!� m m 1 1/2• i" �2 A ��� N� O TA "® 4 S 0,--.s• O Fn ° N m M WIDTH VARIES CD // / / ,j' r -r i 1-Z D Il r � x r!; b OO A A >c F N M yC� 'D N ° y 0� oMo M (5 • USUAL) < > 2' IT A F.D. 2 $ z a' az`, c, 2 Aw N ,o." u w H r I— M m �ill �� 2 (SEE NOTE) I I 26o �� C� ",og c2 ''A 5n yM ,,,, M b y-" "1 N 2 Og "K', M ,.A sy �n O Mp i'_(') O A FZ oo�';y�8a- ocon7 "�°$� os�T nn+nom yM oo 0a�,0,0', 202,613 g -,Moo, 6qU ,gz+ u -"�j` SAnL ayoa� n'� �o iRbbq 27,", Fr7+ ''' n A^i;122y 'byyrS.,r-) <., §pre'o, „ 2yAAC'n „, ggMN= i'<+, ,g'2 Z o" i''.- Fel; 2M n 2° q ic�yQrAT i' 2 r.,My n OA On O a•. MapM v,MCC r:,InM R y oA v Oti n.,A b tikk^y kM OP .,OMci �12j y0nyy O y'7 6`-'i'"-`).,R 92F;0 by V, ga Oz CASA na2y °p�!hC n, "�kb 0 b �nc�Z Ga �o a nknaCn y� M '' yo a^,M Ag< y 0-Egg y• y7, � r o o C '' n A m• Z +n C 7J Z rv+ Yz il I ' — -i -o m aoo mo M�ths "e�^mz°aoro"o Mya � zyq om 5'_D" _s°2�aq� mom,$ F, 2 br:, M o A Mao ,-, 2M.8.—,43._,8.31.';i yin9, y o'7, ai2r'2D MtoS2;92 pnoyo ZryZ�yVa,o . y `n �2 m o^+i k 2 y < y � i q o i s ny2 A D 00 �y yy �a °o° 21' n O x 2 cs3).„ A �I r 0 `'ceo m '" �fI o + _ m UCL bO2rx`, CMp�^i r'Toy nroiUC ,_„� n,0`^�O pap w q =,F hbCo n?C 2n,Q rry6 $A -'''''-'-^1 s^, 2ys22 2 - f.' v2 M yLU':6-4T ,-')-' o'ZyA YDA'n° 2yHOA Hyrnr,0"n p = CDto m0�2 r yH'-n > 3" �Op ,�zi,a n p ry Z O-, D -P c'cP i k" amAB,,,? yo°ooM o-1oi,J -MFAVO'fn" A ,p, M� 6 �C x �. , R.1o2g° "'°g'0Ncoo �°a3a3� 2'� `z= oZrooGt co ° 6 y3 �Azy r -1 r- tz M O � 8 0 m 22.q.: A2y�^�i C,Y,r $�2^n+ yS �O�+y 2Ma020 n 00 02Z� A MF ' F AOebC ''a`Cr'e,r',y+F S,9,-,36 ^ °Cbfi (..R.," 1,,N. ON. 'n 3 SI Q�j yg A y`� )x" roy A� ...,.°1'1":,,,,,,, Tn bb a., r An^ g M; MZ Orj2 ,Z„q =OSS oM v.; p�� ,,, AU Z, = r'i. �.DOZ rO`,n 3c b o;yc nti AO rrA pg irA`,O�,r°ry F . 0,,-,zra Ob r 23 o royyA, c� wA,z • M 2S ,— s� A m`2.° 9i' o.N a A AMo o,�o y of g a n o oMM n oa�� -•' 'q' 2 ,°,03,.., r-M1,g22� b ad °Aooy�2 x w fir- g p 2M 7,,.A, I .. AOMo m � g -.{ UAb2 q A°p- rM- OSA k o F SECTION A -A N O ,- o EXTEND PRINCII 12" THRU EXP. SLEEVED W/ Ed iR n X 0 �rO •co ..'+ D rA`,O +. `a 0. a h n .,o 'S =non,pp� {, O q0 yp'��b"�'�2`` nc.,Ay C'�CA �U n`n =AUS kmM YO a SZr,,...„ M2 v ,iA„ p,g�Pm�� x2 no d c hr-,16 o t A n M 3 ry-, a MMOM cY zoM � ro yy o c-1M `ii F� o 4 ° pGr-M2 r''M~AOC MC °rM^O h'2Ufi N o ' D — r A �M 26zp aAr 7" 2..;,' y \ _—o REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION ICITY PROJECT IE13097 I SHEET 95 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI gii c E wy CITY of CORPUS CHRISTI TEXAS Department of Engineering Services << ..'•-•:/.5‘ r y :'�k9s�tt .., ' *►4 '• 9 / DO MARTINS h`Q """""""'; ,% 'Ir '- :4C826S ;• .,, A' tNV1/4« CONSULTANT'S SHEET NO. MGM PROJECT. 3542101 6000 S. Staples Suite. o pus Christi Tx. 78413 P: 361-814-3070 Fax: 888.653.5510 CURB, GUTTER & SIDEWALK STANDARD DETAILS Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services • TX. Bd. P.E. Firm Reg. No. F-1415 i- 6106'1,,i, t" P-oLh.' 72' \� -I S,p fix, tw.4b 2'_7'-0'..5.--0.... 1 _6" I _� n,M,1 a e E :/ U bNggl y� V LIM?S OF SHELTER PAD STRIPING y_ TV -T-f,11,1 F N q 111 k o N N o b z n m n 43 t3g ra , r2A I IX MIN. SLOPE MAX. SLOPE +R MIN. SLOPE r , O N a0 r- _ o el O /' — ` , U TZ LONG. CONSTRUCTION JOINT Zo m pq (')ra n __, + o R' b t. �� f ; Y y n C) r / $ , by L____ ,, 7- —' —1 a n A O m yf2 *tea n $ o 0 I 11 I I --1 2X MAX. SLOPE `I IX MIN. SLOPE a Z 1 I III I —L J R c, I I I 1 Q / I / I �\ Z ' ir!Io `'• I I I III I — /i \ o 8f \ / /Iti�£ .. q /O m n 1pgo by PW: ^-71 3 po inI I r2 Ll' O O a,— 3 ? o 3 V` // g i 1,y b c g F.. C UMITS or SHELTER PAD STRIPING' 2X SLOPE (TYP.) — a N n L — — I ` I oypp o aa3p p� W-,9 ,2 ����55ii ((yypp b O 6 - bp .1t.;MI; °2 b q M b h . 0 E /p 2 w v ` q ~ ry V1 ,I,^^ v! c) O 1) • b y N pp ~ � C�� 0 y rr-Dir 1. ym III m a Do C /P rri_ 2.25" 1. `fj rr 1. Z1. �o O • 1- < O = _L ;+x o m Z I 'Ni oN O 11111a 2 § S 3 '''vLi) -0 O 1` il i<m t:,:-..12,"; ?.c., -4, �fT mQx p>tpt; ;i.i ^ E- 1,_5„ m. $'�w \ >"'a '. OR § yNv\ pFa�a m�sN$ 4.1°A6 '4 Fv OZn [oma" "' C) kgs O ppppogry C n ba go N C A V p p � � i3e 3 Q AJ$ U E5 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION ICITY PROJECT 1 E13097 SHEET 96 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI 2Suite. = = �`�1 ,� _,. ••••••..;+�sl+ � * _ .�i iF DO AIARTINEZ� ....• l i yv 65 i<<<\„ CONSULTANT'S SHEET NO. MGM PROJECT• 3542101 6000 S. Staples 207 Corpus Christi Tx. 78413 P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services BUS PAD DETAILS Martinez, Guy & Maybik, Inc. civil/ Structral Engineonng & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 JOSTRUCTION JOINT J/ SEE DWY. GUTTER )ETAIL) STD. 6" CURB G.B. TOOLED JT.J 6" CURB !L. GRADE BREAK N CONSTRUCTION JOINT1J (SEE DWY. GUTTER DETAIL) FAL STD. 6" CURB CONCRETE SIDEWALK (TIED) G.B. TOOLED. JT.- FACE OF CURB _ _ _ _ _ _ _ 1 3.-Q.. (IF REQUIRED) GRADE BREAK (IF REQUIRED) MIN. T., (A) m T mo MIN. A ARIES N A o . n o "' m VARIES A Q .1 o m— 64' m m { Vg N M. O o z —` *@ z ^� `i C -m 'LI 9 �zI q''7,' ki m S �O k / .51 1 tvi --=. ., NOT TO SCALE OR CONCRETE PVM'T & CURB PLAN WAYMTHDETACHED S/L I- -I- DRIVEWAY GUTTER (PAY AS STD. CURB & GUTTER) I I I/ I 1 I I I 1 I LCONSTRUCTION JOINT (W/2) MEM M PLAN / DWY. SCHEDULE (W/2) (W/2) 6" CURS T W/TH6"I DRIVEWAY WIDTH, (W) PER NOT TO SCALE TEPAVEi ENTL ASPHAL TPA. OR CONCRETE PVM'T & CURB PLAN %EWAYW/TH T/ED S/DEIFY. -1- DRIVEWAY GUTTER (PAY AS STD. CURB & GUTTER) 111111111 1 I L CONSTRUCTION JOINT LIP OF GUTTI (W/2) 1_ (W/2) 1 -SEE NOTE 8 J PLAN / DWY. SCHEDULE (W/2) (w/2) 6" CURS 1 LY/TH6"i DRIVEWAY WIDTH, (W) PER "E PAVEMENT , ASPHAL TPAP /, IS LESS THAN 16' 7 1 1 1 7 7 rri . .. ... I ... .. ,..,. MI -1 _ 1' I' I' I' 1' I' - EXPANSION JOINT (TY -11111111 ' — =Li MEM — La 11.: .�,F ��A m _�. co Ohm: %� A � I '11 m iI N zs IN 1 pr, m 4 ti / m (A) "� x p / VARIES �© m Z C m m zci / 3,_U,• VARIES c / 3'-0" T - r D To m A pip :� Nm m / MIN. zA m GRADE BREAK / MIN._ GRADE BREAK z A p o z o m/ y (IF REQUIRED) p 1nm n r 7<,5o P O O c o o ti rn ~ O. o A '�" N (IF REQUIRED) z A cz> AS READ. FOR y o z c`o p m, m o st n O p0 m p oz ';/' -'m m oin Z v 0 o vim m 0 3 �o0 m Z o o c m-' m zA n 7;1> m SLOPE ADJUSTMENT FOR EXIST. CONC. DR. A �., :0 z OD A 0 I" z n rZz- 'il-v 2' (C) V (5) 5' (USUAL) 2' (S) (USUAL) C&G VARIES SIDEWALK 1L (B) VARIES C&G TIED SIDEWALK 1 1 (B) 111 - VARIES THE EXACT - THE ENGINEE SPECIAL I\ . A W N , S>zX j�rl ZO mA �J0OXA nc2rD'^pD n I 5 nm ZA-2H �oN >,,I., 58 ➢n 82258 ,m0�— OD -; , ,5T?A p rn `L O 41+27.00 RT. 42+20.59 LT. 43+71.11 RT. W .p V D g; 3A. W J V A W� -.V0WmA W W W W A W.ND AD -r- I!;El!=1 W W W '0 FJ • 27+14.87 RT. 28+89.48 RT. 29+09.56 LT. 30+67.86 LT. N N + N it OWANyN V N S "<p( -423-I-1 23+15.97 RT. 23+30.18 LT. 23+44.86 RT. 23+47.55 LT. 14+40.63 LT. 14+81.89 RT. 15+08.86 LT. 16+93.30 RT. 17+52.42 LT. 17+62.55 RT. 18+07.60 LT. 18+27.34 RT. 18+70.64 LT. 18+98.79 RT. 19+30.40 LT. 19+67.42 RT. 19+89.23 LT. 20+37.06 RT. 20+48.62 LT. 21+11.74 RT. 21+71.73 LT. 21+79.85 RT. 22+50.04 RT. 22+89_45 -LL_ 12+10.93 LT. 12+23.61 RT. 11+23.28 LT. 11+84.51 LT. 10+63.40 LT. 10+80.61 RT. 9+46.15 LT. 10+05.70 LT. 8+86.10 LT. 9+43.97 RT. 7+56.98 LT. 8+24.45 LT. 6+41.28 LT. 7+06.76 LT. 5+80.66 RT. 5+85.21 LT. 4+67.44 LT. 5+22.95 LT. 3+48.17 LT. 4+05.80 LT. 2+83.44 LT. 3+46.86 RT. 2+24.03 LT. STA11ON CENTER OF PROP. DRWY. 1 SUMMARY OF C IVEWAY TO BE DETERMINED BY )N EXIST. CONDITIONS. S WITHIN DRIVEWAYS SHALL NOT RECTION OF PEDESTRIAN TRAVEL, J THE DRIVEWAY OR AT THE SIDEWALK DRIVEWAY. CROSS -SLOPE, _KWAY SHALL NOT EXCEED 500. EXCEED 100, EXCEPT UNDER AUTHORIZED BY THE ENGINEER. SHALL BE CLASS "A" AND HAVE A ACHES. 0, WITH A MAXIMUM SPACING OF 12" 'JAL BARS AS SHOWN. OF 3/4" REDWOOD EXPANSION BOARD ASED, 12 INCHES LONG, SMOOTH #4 FELT WRAPPED. CONTINUOUS BARS H THE EXPANSION JOINT, BUT SHALL ;LEAR OF EXPANSION JOINT. bbbN bb=: N.D N V D�TN 5 '-` o�N ITN'0'ob N bbooboob0000bbbbboobbbbb0000bobobbbbbbbbbbbbbbbbbbbbb00000000 N 8 5 'ONOO']o:0 8 8 5 8 V N 8 ob b b'o N i 8 N o W'0b'ob 8 80 80 8 8, 000000000 8 8 8, 8 8 8 8 N bbb'ob'o'ob'ob'o 80 N 8 8;5;8;',88, 8 Oo'ob'obOOAITb 8 8 N 8 bb0bb 8 8 8 8 8 D F 0 N 00 2.0 2.0 N N 2.0 N N N b o b 0.0 2.0 2.0 0 0 b b 0 0 b b N N b b N N o b V N N b o b N NN b b N b b NN b b N N b b N N b b N N b b 2.0 2.0 2.0 N N b b N N b O N N b b N IV b o N N b b N N b b 2.0 2.0 2.0 5.0 2.0 2.0 N N b b N N b b NN O b N N 0 b ION o b N N b b N 0 0 DIMENSION 'C' (FT.) (T N O b N N IT O b b IT ,n 0 0 U IT N 0 0 0 (T N fT b O 0 N fT N 0 0 b (T N i,M N N N N N fT 0 0 N !T 0 0 .T N N 0 0 0 IT N b O fT IT 0 0 IT (T b O N N 0 0 N N 0 0 fT (T 0 0 (T N N b O O fT N b b N N O b tT N O 0 (TN 0 0 N (P 0 0 N (P 0 0 N (T 0 0 N N b O N IT b b fT (T b b fT N b O (T N O b N N b O IT N 0 0 N O 0 0 N 0 N J mv m ^z O v 2 V- O m rn xm OTAJ g 1_'72." niOE-M �SOr n � (NNNNTNUNTNNUTVNpOA'0NVNVNNNTNVUNVuUNUNTNTVUTVTVUNUTVTtiOUTNTTVNNN1NtiN N IV N N O 2 s m 2 O z m p 0 1. SUMMARY TABLE MODIFIED TO FIT LIST OF I DRAWING STANDARD MODIFICA' )E DRIVEWAY NOTES: E EXPANSION JOINT SHALL BE , W, IS 16 FEET OR WIDER. TH THE BACK OF WALKWAY TO THI ACCEPTANCE OF THE PROJECT 1ONTRACTOR PROVIDING THE CIT THE TEXAS DEPARTMENT OF LI( Y AND STANDARDS DIVISION, AR( ALL ADA (AMERICANS WITH DISA 1VEMENTS, AS CONSTRUCTED, CC SSIBILITY STANDARDS (TAS) 01 ,RTICLE 9102, TEXAS CIVIL STAT 1' CUTOUT DOES NOT APPLY TO <ISTING CONCRETE ROADWAYS. C #4 x 12" DOWELS © 12" 0.5 NG CONCRETE ROADWAY. as. 12.50 5.50 OANSA bb bZgob ANN Nb 6.25 6.25 18.00 3.0 5.25 1.0 _.N Wca b N 7.75 3.25 2.75 2.50 N N(JT 5.25 5.25 5.55 3.00 4.75 INT fNT NO 5.50 7.25 7.75 W-' VNi0O0 o-.N?oo*m.mN{'-.P'0N KNIT OOON 000 N ITO 6.34 5.50 oo O OOOOITOOOITv�00IT0 34WNOOWWPoo-AWS NO 5.67 DIMENSION 'A' (FT.) 2 2r 1.83 1.52 - N N 0• • W 00 2.50 4.83 4.83 N-- 0O' 00,0.000 N N N' 2.22 4.16 2.0 1.81 2.86 2.11 1.37 OiOITOI 2.66 4.50 3.83 WOOO OOWOTI 3.00 3.66 2.66 3.33 2.66 2.83 p ha -660 WmmWW'0Wm0 - N o -N NW'0O00 - N- 4.83 1.66 OOW� Wow°, N A 1.66 1.33 "-» TO� 000--V A N DRIVEWAY (CO NCR ETE) 15.27 6.72 6.66 5.33 0.0 (il Ao"'0N K, 10.41 8.33 10.95 co W 9.50 24.44 W,J 01iD 3.05 2.77 3.05 3.61 7.0 11.08 9.86 9.0 12.13 3.83 5.83 2.90 2.91 0001001 5.27 2.50 3.33 3.88 8.88 4.44 W _, Ob 8.0 12.22 10.22 22.19 N(.1rn0o 0"-..bb---.4..."btT o'vt .0 3.88 0.0 800 W 0.0 0.0 7'toN-. Omi AOJJ DRIVEWAY (CONCRETE) (PRIVATE) (SY) '53'=',r''','-, 'Z LI, ; Amo 4C 0Z Z D 0 4,2 D nT, OZ NT DrN OJN° OZ~ 2{ -rA D ,z1_, r OZO A '�-�p m °m A X O N �� z 1 Z O REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 97 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = �;. *: % RICARDO vs +f� "..c ` t ' E F.iFj qs,§ ' .*0I� MARTIN: 1 58265 ;�� Lft" .' I. CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 Corpus Christi Tx. 78413 P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services DRIVEWAY STANDARD DETAILS (MODIFIED) (1 OF 3) Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 mz0 Are z Zp1 ON O p 2 oO `O Ar zz DmZO () < N i S NG D1O m A O p c. N -, O A m AD > < m 2 A Z C F N z CO VO 5 mZ z 1p m,,,58 .. A A Z m y R;,. � Z N O OOy m 0 pA Z O 4 xAA Z OO8 a :_ m COCNj (N 1 C 3 3 II OS l �pz• rm9 OOApOm pN>•1 � G N tiO AWC< N / : CA m D 51 Arr = N ak . AC � ;y O ZN ECI O x :2 m N4' 0 D O ,-,,g ` S SO z O N Ap Z Zm n C z oy 3H V v^14 \ O Z t r F vi o O z A x �O> ? 0ii. ®mNX ck/ N, W o NC ,u-3 11.1\ 1 .13 14OyO O b.1'' �D ON OX ACO r.0 •m ,T OO lm yo O C N o pO N- ") N_N �O � �O p m `0 m I A'mom Dm ZXDDma r, mm o0QcAAn N a mngy o O _n0 P .7\� �� 00DXw Na <nj y ZD mm oZ `nOp 11 CO ',_,m�m a PS m �O II � mm. 0 .� @I.^ o opo .- Z N A u x m a ' ; o p I 0N p PROPERTY LINE 2 wOn? 0� A mD� x, vo < ... OXm 20A � N O DN OOm 2 D m s� P~O O ?1I .�O ,, A pZ0 m 0m 0 * m A rAQ, 2ti, X a m PROPERTY LINE _L .„_l_ 8 2 A 2, * • Or m mm >xgz a O AO � R.8 K 882 O ti G T = o7m A?a O 9 v \(n ' 2�m u O N> mx m = 8 X z0� r+4 >< D -Ill o 2 Al o a 4ADS. zpcio�o' c� zA y x >zn oZ E8�Nmz D PI C \z K m Oom hil 3"L ®amp jO gi. 7� A Z I- -I O I Om C) 7,C GO HIO On m O c, R' Om c m �m K z � NXK = N Z 0NN m E m 7.1 -< m o °v -N A� H Z Z ti *(n �10 Q A m -I = -1 ITI O m I- >73 6" s,. o Cpl pm (TYP.) 8v A a `� .Ni1 a (TYP.)o • m p . A O OO DO AO m C o = D C) a D A m C z `C ii z 0 p o 9Z tli E o �� N oti Dy. 11 m� N CO K AO Ci1i� U O O D x a 11111 21D SAW-CUT LINE C m r m o om oN n Q O`1n ' 1 p N ,, Lr3ohl tip tiD ov o ns ZO ti 0 A m a \ m 1` m F z O O REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 98 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI _ = �E ,-.T;\ .. *: % RICARDO 013. °`) 'Fc !F.iFA\j ...:01 ' .*�I� MARTIN: j 58265 ;�� -fttk;' CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 Corpus Christi Tx. 78413 P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services DRIVEWAY STANDARD DETAILS (2 OF 3) Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 m D n o ti co (S) 1 m SLOPE (C) `O ' (C (S) 50:1 TO ZA m 100:1 G.B. r p� 1 c r G.B. .2. "� a'' a c c 2,3 Ilk 6 \\ m CONSTRUCTION J( 7---- o (A) 4,1Y \ y \ / ;210:1 VV» ti MAX. SLOPE RANGE 01010 10:1 MAX ):1 s p 1,29 'f,\'1 n FADE—C CURB RE o z O kli I(A1) F z WALKN AY > 14 43 o� n o N MIN. m „...S z D Pr, \ fly p fn ` et a g zy 7/ m rn o ix a 0 ION JOINT REQ'D. 1 r 0 6 D p vb \I � BACK OF CURB` EXPANSION JOINTS (TYP) PROPE 151 CN `NZ ��V o N atg C ` O 0 N 1 G B. BREAK) Ka (A2) W 7D (A2) G.B. (GRADE BREAK) A z 70 z N o G.B. I (0) I 11 Z m z O N ( RADE BREAK` -----___I 1 1 - m D D Z r^ G.B. (S) (Al) EXPANSION JOINT REQ'D-/ m x 1 RTY LINE ti 'C it p z c 0 z o c D 0 z (F) pinnil oc N (0) (S) o H 444 `n H m s O 1 z D g w RIVEWAY ICK WALKW IVEWAY )NSTRUCTION JOIN G.B. (A) e o; N Z / SLOPE N02 no (A2) RANGE 50:1 TO zz76 21 1 00: 1 G.B. (GRADE BREAK) o iLi O MAX. 1AX. m e �O 10:1 MAX. \l \wall g o - ti n O cl n a, 1 - p 1 1 m <O N / N g x o p I N C 1 C O m mC S A 0 c 1 1 m m O G.B. O o z cn v LEGEND (DRIVE TYPE) R = RESIDENTIAL DRIVEWAY C = COMMERICAL DRIVEWAY S = SPECIAL DRIVEWAY MRA = MULTIPLE RESIDENTIAL DRIVEWAY WITH DIVIDER CURB MRB = MULTIPLE RESIDENTIAL DRIVEWAY WITH NO DIVIDER CURB MCA = MULTIPLE COMMERICIAL DRIVEWAY WITH DIVIDER CURB MCB = MULTIPLE COMERICIAL DRIVEWAY WITH NO DIVIDER CURB TR = TIED RESIDENTIAL DRIVEWAY TS = TIED SPECIAL DRIVEWAY TMR = TIED MULTIPLE RESIDENTIAL DRIVEWAY TMS = TIED MULTIPLE SPECIAL DRIVEWAY °VALUE OF MAY BE CHANGED BY ENG. b RANGE OF NORMALLY ACCEPTABLE VALUES TMS TMR TS TR MCB MCA MRB MRA DWY. TYPE STANDARD DRIVEWAY DIMENSION CA 01 01 01 C,1 ( O O N U 0, O cA -, O AO O, 0 A a, O O 0 O, W N O> (A T O 0 O O 0 O c, ( (P O W O .1 Q A O A O A 8 O N O 0 A u- I O REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 99 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = ti- F N.N. E • ...?£,I-. *; *! rr*� �o RD0 MARTINET ¢ '' 5:265.; A' _ r` rRr 0 A� CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 Corpus81 risti P:361-13 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services DRIVEWAY STANDARD DETAILS (3 OF 3 � Martinez, Guy & Maybik, Inc. CCIA/ Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 ale rn en1� IIII aC .• gir rn c I a c z t ' r- !ar r 11 m'_ r rn /t— J $ 1 ) ` $ 1 a i m m I ren t N / 774 m 70 .4- 'eg i$ ;LAT'A _� 0 \i q 'v , �}ka� n maossau i 70 er ..t1- Si r• D ' • en Iiilli a 1212P g g fill 4 2 2 (DI a Et J=___ 1f i m m y m O ,—L '• r. a 7 XI .F p H ; i .t1_ Lit 1 €! 5 s a 3 • • $ " WC _nt me w _ MC •a a.• ,_ O 1:11arlig O i* yin a¢ fj a q$ df 4 frli Ecf$9 si: j • Y$ 1 al f SI I II 41 0 3:132 tyill al0$� le pr ;t a Q$ f' 15 ;2_ [ %E 91 R 1 I? B < gl P If 1 Hp a i € I s i # a &yea NO MI[ M ICWMM DATE N [f%.PIKM *.'OV y tE{ (/� �'I '� p CZ)Ik,., Iip 4 CARROLL LANE FROM MCAR01£ fo HOUSTON (SONO 2014)fil MY OF tCAVUS CxR6n ir of CORPUS CHRISTI TEXAS Department of Engineering Services 7�' VI;• 1241••••'2 N� �° • 1' . ; f5 <o:os aw.., 2orp : MTTiamo Cm a, cce,us CHIMP CYCLE TRACK STANDARD DETAILS (T or + Martinez, Guy &.Maybik, Inc. aaTeu..�ew.arrossivoTre Comm rz ea. PE nem Ree w •-1415r.TP Nu-, -o -' ) A l '--1 --------- I N J -1 5 P U (D TD) (6) (A) � % I .. Si 0 M N M v o A o O )1.7. A D O O p O q nim r ,Z I v_ R.O W z X S/W r ArZ/ �� ��� 20:1 On x .4 m I (MAX) F P• GRASS AREA s.I - M Xi Cl) ilk'\ 1 i gill AGZ o�1a> 0 0 Z /�� CA YI DIAGONAL CROSSWALK \ \\\\\ \ TYPE � m�Zmo D vI Gcmioc zm �Aulm D003 90y� 2Z0 O ZJZ Z rGRASS AREA 1\ / N I s/W 2 m ...zo:1 0 (MAX) ` '' a r S �,. � \ }} I,2 I O >al SyN CO)n< VI C • .• A O (f �� m Z 12 .m '0 R N A D ` OI p O O ,_ l", C (D) -(C)- (B) (A) c N2:i Lo^ .9 m x O]_ J nIJ ��1 J k 00 2 UNBUFFERED BUFFERED CONDITION N A W N N N, PEP §g _m. m<O ',V,..3. R� 'Ai -9221p f r0 mgim -I 588 8-ni AO O< c o E8K `gyp ���,� OJ RpD m 7C a CYCLE TRACK/SIDEWALK S V J nzg Z m I -AR - A ,r -o y m Amo N y yKo ZR ORD -+O N R F A _ = u,2 m5 -c m y 0 0 0 Z m cOzmrT. DO N o z O 0 g- 5 . a s rR.ZI N hz OOP P N v z<m 2'< m0 Pp. O OZ2p z�RZR �ag> NCmRn mo zmmm Inrmm rnom • rN.TOI > ,0 OROR ti0 Om r. z m .i yOAN AA >0 vi s Z Z • DIMENSION (B) m,1 Zm m aCR O m Oro. Nm o0 Ovr ZZ 00 xR R. N THIS PROJECT WILL NOT INCLUDE THE 8" WIDE STAMPED CONCRETE STRIP. 2S, P. 'II, D 0 0 x 'Z';' Zf O R mZi yA C w n z�: RF W •. VINO O R O I•I f Z R m m Z O A= mm0 Fn*-** A O x ISI0 mm• m Z n 7, Ttmm In N • Am`-1:2Emm Z N m Z.. m N 0 z v UMMARY mDE DO Om0OOf 8 2mC DO Wy Or2O 82 O g OnA z mONm02 • DIMENSION (D) REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 101 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLYE OFto CORPUS T RiS BOND 2014)CIT 1 _ _ E DO e 58265;.." boot �� ,,, , ,1F " k•••, -do MARTINEG ;, "- „./ CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 Tx. B 3gCorpus Christi3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services CITY OF CORPUS CHRISTI CYCLE TRACK STANDARD DETAILS (2 OF 4) Martinez, Guy & Maybik, Inc. civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 /f2• m O O S' Zv.\ n O rnm m° N x e .• p ti p \ \ N° U A A . \ N m N • • (8) . (G) . (D): < It C -ri M M C Z Po CONCRETE SIDEN - COLORED CONCRI CYCLE TRACK yX N O Z Q W Z O SEE STD. DRIVEWA P RED CYCLE CONCRETE DRP .. CO m in . �= Z I PLAN IFFERED CYCLE TRACK AT BUS STOP SHELTER PAD o Y DETAILS LAN TRACK AT DRIVEWA � • 3' MIN. CTi z "�-1 v; 10• TYP. (8) (G) ., (D) in.' K 5' MAX. m rn z z 12' MAX. - ' m NOT TO SCALE 30' PLAN ED CYCLE TRACK AT BUS STOP SHEL NOT TO SCALE PROPERTY LINE CURB & GUTTER 30' ° .. . e ° ° ''..\"— CONCRETE SIDEWALK I I I I I I I I I I I I I I I 1111111 1111111111111111111111111111 11111111111111111 1111 1111111111111111111 z COLORED CONCRETE g CYCLE TRACK ) N\ 0 mx O my NN O NZ N -PLACEMENT AREA FOR CCRTA BENCHES OR BUS SHELTER 1 i BUS STOP SHELTER PAD LACEMENT AREA FOR CCRTA 3ENCHES OR BUS SHELTER BUS STOP 5 SHELTER PAD -( / o.- g D JC., c> p rm o AQ a, ?,W / / Y' GRADE BREAK r,;, - > (F REQUIRED) mA m �o x O (8) V (c) (0) N m n A m C n• ?ASS AREA 7 PROPERTY LINE — — R. Om ,',g' A o OQ n ii o n - Z n m ~ on T Z N O o D N ff • C 3l \\ \ SLOPE 20:1 j co m SEE STD. DRIVEWAY DE1 P LAI ERED CYCLE TRAM CONCRETE DRIVEWAl THIS PROJECT WILL NOT INCLUDE THE 8" WIDE STAMPED CONCRETE STRIP (A) . l�. z Q o 3' MIN. V A W N .m2 '<W NriAO Z mT CIa a • MAX. . 5°f' V II nm� OZD m •=�DZO O ~N mD 0 O CYCLE TRACK/SIDEWALK SUMMARY v myclZ5 .ND mpA O 11JN -6' y `-'C y i N O .O v m DCA -Q1EO ZZ OOW+Z l'.-',A,'" C C zm�T M TI• <77,7„ mm `a / NY, AN 5 ; 8OD Nf O A =C 5' MIN. '5' MIN._ DIMENSION (B) :AY C / Vln O On D S !PI5'1,-j Zpm fOO. mOm Pig ... mmm Om - QmAnm m o7C0 OOQrz ZW 233 DO y0CA= m871 NNN(nZQ> 'al // / // .•.. DD km z. mPv CA Zm m ZyC V N zOz ZZO �p O o=f -� ' • OmNFD NO 00 nZ=O OO *.z,0„,1 AA mN . 5' TYP./4' MIN. 5' MIN. DIMENSION (C) mO m OO 0 DZ=� .0= OfO A io z y I/ /// GRADE BREAK 06= *.x, Oy • ~ rn 0 N (IF REQUIRED) 0 O 70, D N m n = o A N T y0,m8 A O m Z O : < A A Om A N m rXi F z mo z z DIMENSION (0) mm.lml AP N ti r.„ x O `;',S)) (A) (B) (C) (D) '1*`' v n A REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 102 Of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = e ........TF�12 0',.,/ �s*fit *; Z RDo MARTINEZ / �i+�• q58 65 +��•c;. ;`� CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 Suite. 207 Corpus Christi P: 361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services CITY OF CORPUS CHRISTI CYCLE TRACK STANDARD DETAILS (3 OF 4) Martinez, Guy & Maybik, Inc. Civil / Structral Engineering &Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 c c 0 m 0 4 A ` Nin�l 1 9/ to m C 0 $ MRI. Y C M C3 v cm ,1 Z 8- 8- 8- m gm��> C ,,' IZ.. >; '\� m §n�,m m � 1 N Om Ia — g�m mo I '� F. _ �o'A Z m1.0F9. pOC7 m ��ov `1��iy � Q ___ m Z o N �--1x .nF "y p in 0 In zo mA n AZZ "O ,,'.\ m �� ?moo ON r gz /�O •/ Z r z o x_`" m '� % ; �■N g m a �0 Zw = �m.A' APnb^ 2nzo >p 200A -1 A I� ,I i ; i �o,� ���� AO�pS cWai m 0 'la c1oo3•• 1Ot ` T 7F PROPERTY UNE c p m zoc c no„ n >; C=m N N N PROPERTY UNE HNo Ix A g . V O .�/ $bop 1 `O O A O p^ O y� Rj PROPERTY ERIE Vl Nit$. • 4' YIH. yo 4' MIN. -.p Z i 1 ...., r r O Zob ctQ�c Z its X. .....„ o 2p . ZA G.Q _.....p- a, in% - A 0 n m CYCL CONSTRI /4 DOWEL . 24" U • 18. O.C. (TYP.) ,ETE CYCLE REINFORCING COLORED CONI O_,E vs—s Cm NQ _ :_:.r.: � m -,-./ A - oo N o g Q '. A. 0 0 '. Oforot$r Concrete Mprr oes (esosa o elnfeue of ' crud torque to min. of -IDA). Anchor stay W sfon or Dorsi.. type. Se TY XXXXX(X)SB(X•XXXX) ANCHOR DETAI 4R SLIPBASE SI/ I a m %yIf EP R co cg ; �' :LE TRACK/SIDEWALK SUMA pn n ax�x rill -0 0 m S• MIN. 'S' MIN. —r - DETAIL DETAIL 'B' Not TO SCALE et , 3 co rn .1 c iii III � � A >� �2j � � . , / 0 0 • o 4 p'O u! z A Co• i t• o CRETE SIDEWALK N� 2v rn m 08. • . .• nn N^ - Ir 99 pp x '3>>a�,h�S= 8�e IIgpN �Sg75o$a,.0 11 mAz li I co m ..7a til -' " Al ii�?�'� so:111011-7lfS�ii�:" s R2 A AKp" _ 6 _ MIN. ���<o" mkt, • QQ •a itllig-A-vs; •1_' - P4-$lig i " o L s • ^o o A o ORI I Anp €pgA } .� p Hg' e'`_g2. g 'i'' / int MIN. • z i iS S e9-.g�[.�g+ Ige��w ie T. _'-- +w r.:4 n" Ox �� J RW FS Irr g o t Si ofir.` cw x F ! y !. r - MIN. VARIES ii .0 R <v A2 Zv v ill VIA gE. Gm NA A ?..vY Q FFj� 22 _; 'isy FG Li T y J_t ;.§.So Zj` � pp A DIAGONAL CROSSWALK DETAIL an F BICYCLE SYMBOL PANEL DETAIL: R7 N"xml ' y ,� o N �� 9- $, r , 4r G) Kofi $ °i§ g '',;',% - 60 1 i•" RI, ,i,'- a� ti 3�S 41014•Q111>ki-imi) N ' . '1111411 • el* A t g THIS PROJECT INCLUDE THE STAMPED CO 1 a N o2• 1, A A" g r sS N24R N I I gg NNN 000 WILL NOT 6" WIDE NCRETE STRIP. A17, rNYip tic 7. 8y 6g VJ t REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION SHEET 103 of 132 RECORD DRAWING NO. STR-900 Cm PROJECT /E13097_ CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI .7. a ��� F >• A 5s. • �yi4 / *;',.;PVir * �l ,,,t,' rj RiCARDO MARTIN ,, -.•.''58265 „, , ,• ��� " \\: CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Site. 207 carpus Christi Tx. 78413 P:361-814-3070 Fax: 888.653.5510 CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services CITY OF CORPUS CHRISTI CYCLE TRACK STANDARD DETAILS (4 OF 4) Martinez, Guy & Maybik, Inc. Civil / Structral Engineerings Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 ..p.. co co tv tv tv tv Na w w 1 '•' 1 I I 1 11 " J LI— - o O IV 4% rn Do O tv 4a aY oo O ti SURVEY CONTROL POINT /I 3 e"m IR. ST . 0+00.62 35.76' RT ?E w to 1 2 o/1 r-- r S: o � I \J E-- L-- n I 1 II I1 1 1-i LJ 1 L i- q of �• y g /1 I r-- , . .42 8"ACP '� /1 \\ STORMMH ,\- I _ III � \ly \ -_ - 1 /SL6�r9) - -_-_ _� �4" W. G45 �� WA1ER 8"AC�� _ _ -4"WX-G45---(!lj'11EiAN- - —1.' R„,.. ,0.24 1' t 1!'r1=IS.Or 1 cAROLE ST. WPC Sl1PIRIEL, � o WW 42" RCP 8 . 9.0' rUI] 0W.W.15" � R(Y+ ‘7'' ` McARDLE ROAD E STORM 36'RCP- (TO REAIMY) 0 4 STORM 42'RCP(2010) 0 STORM 36'RCP ��.... STORM 36'RCP • x 4 McARDLE RD. g II 39.08' (x971) $ 7-1 4-- — y - °'.''' a(SOE)-400.254'((4) -G454'WS - • --- `� '4'M 5. ATT fiT• .e• ; --- a ...Z.h 1 'j ER.(SU6)-AT&T o1ST D•26Y az) AT&T �. AT& ".: .� . - '" ATRI"� i / tl _ AIgT ATkT- r AT&T- -- -�IkT - - X A `3 j �•^+'� \\ AIYT ---rATRT 3.45 // - S^ N O " P.. ' 4 ' ' R sTA 1+84.+7 MATCH EXISTING CURBS • dl —' rt o ^bi E ; m A ^� k 2 O, ,2., z a rA -; ++ 0 n - - PROP. LTC= 30.00 PROP. RIC= 29.94 STA 1+84.00 8£CW PROPOSED ASPH. PAVEMENT _ - 40.8-8 r I % 1 O_ n - a $ O ,7� 2+01.94,. 2267' LI. STRO1. PONT 119 I 1r pf t 2 rGGpp � �O R eb {�^��bylH �i I i u - 8.5' € + 8.T ,r3.0'MIN. COtER I ..l .;. O I -- - .::, I— LJ �a rt. INti 1 k� a ' 0 2, 6C' RO.W 6" ' O FIR$okS $g C i "T .1 O "-PROP. 2"PVC "-PROP. CO I SJ PRE HYDRANT RELOCATED OUTSIDE 'OP. SIDEWALK TO L 4415.6 29.08' RT. a O, O 0 Px O ("I SCH40 COI (320 L.FJ ,h 3J' s-6 rte ti ` Er.' g g & 1• ) 1 9.00' 11 n 10.0' I i 1 w ■ __ x + i dao _3o n ----- STA 016 RT 11 'TE ALL NEW WATER AND GAS LINES 71 A 2' MINIMUM OFFSET FROM THE PLACED. THE EXISTING LINES SHALL NEW LINE 1S CONNECTED. 1-8"xO" TAPPING SLEEVE 1-6" GATE VALVE & BOX 1 -EXIST EIRE HYDRANT & ASSEMBLY 10 LF 6" PVC C900 WATER UNE P - W.W. 15" RCP ARROLL LANE —W.W. 42" HOPE 4+50 sOI /0P. 24'RCP 510RM � I- ASSEMBLY roan 6 ARE HIDRANT (TYPE 1) c I I 3.O'I1N_ H A N a ~ U A g N _ k COVER _1 nV P, x '<� `' :o =T.x suRutr HP nv 1 $� I / 3 o ---- Ob "PVC SCH4 CONDUIT 1Q. b 1 9E INSTALLED LINE BEING 4CTIVE UNTIL /Y �/ ri 21.00 Al 'm 1 I61'R 1 1 - MATCH STA. 5+00 4a OY Co O MATCH MATCH tv 4. STA. 0 1 Co 5+00 tv O IV Ns ry 4a IV O IV Co t.4 W O tv •r ti Oo co v y 1 w 1"=20' HORZ. T"= 4' VERT 0 o '4it I A Oaz 21r oca hi?;) --1m ti REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION SHEET 104 of 132 RECORD DRAWING NO. STR-900 Cm PROJECT 1 _ E 13097_ CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRIST! tv = EOE .- . �*;` ''':*r`i RICARDO MARTIN p `• 58265 I# 9e0 re i -- ) CONSULTANT'S SHEET N0. MGM PROJECT: 3542101 6000 S. Staples•xa. Suite. 207 Corpus Christi Tx. 78413 P: 361 814-3070 Fax: 888-653-5510 ""'"' CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services I.T. CONDUIT, GAS, WATER, WASTEWATER PLAN AND PROFILE SHEET FROM STA. 0+00 TO STA. 5+00civi1 Martinez, Guy & Maybik, Inc. 1Structral Engineerings Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 01 -A. rn w N a MATCH 0) 00 STA. o ti 5+00 0) 00o tio MATCH STA. 5+00 o II ' 0 21.00 1 o � z 30M/N. a o + COYER O 9 Z TT o B —��-- —iC—_ Nin -El'"Cl A y Y NI: A [PROP. 2"PVC SCH40 I.T./M.I.S. CONDUIT $ 13 O 11 n C-- a W.W. 42" HOPE 0) O 2 2 A H a scA Il } M PROP. LT CONDU/T 2' PVC SCH. 40 500 LF a 9.00' 3,1' -8 I - - - 1 60' 60' R.0..W 3051/N. o ` rn 0, COYER Rg ----- Ta f.I y " a 0 V 1. 0 IH!J 23+69 NEW FIRE HYDRANT VPI H.P. STA. 7+11.23 1-8'x6" 0/.. REDUCER, M✓ 1-6" GATE VALVE & BOX 1 -NEW F1RE HYDRANT & ASSEMBLY 10 LF 6" PVC 0900 WATER LINE 11 RE HYDRANT ZI 0 BL STA. 7+17.7 29.08' RT 1-5' CONC. WALK SURVEY BASELINE 74-00 RROLL LANE 1O~<c37O x - - - - - Nga .. i PROP. TC= 29.72 A 1- 6 FIRE e' ASSEMBLY (TYPE 1) T Tr 1 er I li CL 7 560 -' A s n s 3/8'0 LR. 7+35.85, 1 22.57' LT. SURVEY CONTROL POINT /18 PROP. 2"PVC LT.//M.I.S CO (500 LF.) Q� ,O n1 2, eqs '',1'r° XOpa 81 ----- It' mli COVER ao 0 ryU 5 1 2 $ o a w ti o s'0 /.R. 8RD.c 8+31.65. 29.862T. ca 11 °p1 1 O WATER LINE 17E -1N CONNECTIONS (SOUTH AND EAST) TO EXISTING 8"PVC C900 WATER MAINS A -8" D.I. TEE, MJ -8" GATE VALVE & BOX -8'x45 at BENDS, AM )0 L.F. X 8"PVC C900 WATER LINE .n a + o W.W. 15" RCP (PREVIOUSLY ABANOONED)- W.W. 42" HDP£(TO RE F50 SURVEY BASELINE 5 PROP. GAS . I 'b I __ d 51810 IR. ENO 891.61, 1- 411)o ,t ikt 30.13'LT. 0 1 N o 2 STA 9+19 RT. i �� , 2 S y i ee ...� B':Y8" D.l. lEf, MJ 1 =WATER 8"" C900 • e p• S STA 9+21 RT I 1 p ti - — ^� et. ® � 2-8""X45' D.l. BENDS MJ o '�' NEW WATER AND GAS LINE /1/NIMUM OFFSET FROM TN THE EXISTING LINES SHAL NE /S CONNECTED. GAS W.W. 8"" VCP Qi 2" W.S 1 1111 - � -- STA 9+31 RT. ry (JI. H i 33 B-B� 1 WBEGIN' £VC C900ATER Ur. Si NI et _._A O� LI r- ?I� IX �� O y El' O C O i3O m r V1 Pl 4, X X ti ,a b N ", ga m �_ Z 2 �°' { 27.00' 1 `-• 3OVIN. COVER 2 e 21.00' C.,' o STA. • co O N MATCH Aen S CON A. O 10+00 ti ti ti 0) MATCH 10+00 c., O ti o nnr ov ',_- ri -,n II' 4.. c:, 05 01 C a li I. . ) 4 -i -it 02: x.)m omoo z 'G 20o "I 2 2 l�ry yN o z m m a REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 105 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = � A'S.-..! ... ,sr•-•* *eta i - 0 -DO MARTINE c8265 ;.• ry< i „d„� L CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S.Maples Corpus Christi Tx. 78413 P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services _ I.T. CONDUIT GAS, WATER, WASTEWATER PLAN AND PROFILE SHEET FROM STA. 5+00 TO STA. 10+00 Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 rn o0 o ti a MATCH rn o0 STA o 10+00 tirn o N MATCH STA. 10+00 Ag$ Ao� — — — — CONS _Bow /3 / 10 03.6�12 • 14.60"1RT.� t o Co, o ,�-• #c` ,. B a --- � ^" o �ss - N ary 1 . / i 1111g I, PROP. LT. CONDUIT 2" PVC SCH. 40 500 LF -fir-tet---1L-�1 8X6 or.. 7E$ AM (13557- - - - - WATER 4" C i 0 II — STIA 0+50.6R 1-8'x6" D.I. TEE, Al 2-6x45 D.I. BENDS, MJ 4 LF 6' PVC C900 WATER UNE 1-6'x4" DJ. REDUCER, MJ 10 LF 4" PVC C900 WATER LINE 1-4" D.I. SLEEVE, MJ I �,.o TER 4.0M/N. Co _E. wm8X `p COYER y . 0., 51' ARION ST n _ _ -b. k r , 0 - - - - ` / '.-6. El' COYER ^ r` Sb00 64 END. -.?,,"'Z y� _ 30.14 30.141.T.V) m a 1 1 1 _ �. ti va U bcS I o ix. F, rte, ---Th ga `. m� ,..-(=.a ATAT C.O. 1 \ 0. •<o =1 m. �' snN o meoa x 1 111_ J� - 2 II 1",o'�7i m �io,�y 22a om ti py q pWW �^7�gA2 _ zo 5/8'8 IR FWD. AO /J+45 RT. yA o O#AAn c�O `W A 0=�q0 o; o �. 'F� . 11+30.35 I 30.06'1 spa T2E 8X6 D.I. TEE, MJ -a.._.I E'''M "� _ ,uA. No ASSERREMBLY HYDRANT ASSEMBLY (TYPE 1) `..::.`°g.'`)`" g n R- $ � n. h` o 2 a .-'', 1A � ?' o � � T'� .._,2 2"' gyo .L.1.1 i ,'+a e _ t,Op4 m x213 COYER 2 FIR') 6"VCP IIF v J / 94.6 —WW h 6,e �� �.mro 61}WATERLINE - — — — —WW t0 �I�I1I1�Ii ^� ak;�---- Y •- VA O — %-iL�.'.�i ice® i71fi��t�, �i� _ WATER 4"C.l. 8X6 AL C1 . � _ _ 2--00 PROP. W 6 '��I� — — — o STA 11+98.0 R 10t01�, [ 0 O & COVE)? VE, W ci ga . n,F. i'� ® ADL 0 ..�i ill �I - bybiv � n� y� i !nN H� I tiro ri �* n�i FIIIII i• c ,n �x� ea '41 oa T a i �Aao =� m ti 0 :c� C.10I r -g A SCH40 INDUIT (500 L.F.) ` I LIMITS OF PROP. 8" WA 28 LF OF 16" STEEL C CASING A MIN. OF 9 FT WASTEWATER SEWER CRC KU" CARROLL LAM —W.W. 42" HOPE— rE 1250 1PLING, MJ C900 WATER UNE REDUCER MJ BENDS, MJ C900 WATER UNE o .. IT, COVER IIo - ?�Jp2� .2--c M' m' 5/8"0 IR. ENO. 17+79.40, 30.0017. L `~"�'� o� 1 �/. VI • �■_II� , 1 3/8'8 I.R. 12+81.16, 24.50' LT. — _CONTROL SURVEY POINT X17 / i� ■ 4. 8 0•LBEND - - TT • -®g/ - - - O STA 13+11.6 RL 18"CLR. ���-�� 11:8X145' gill J AIN ACM ��� -7289 I.R.FND. 0N MJ COVER %� 50.251.r_ RE 1 - U 8 N45 OI B D,MJ NI 36"RCP © „■IIEa` � L,wi. 4) D 36 RCP w STA 13+776 RT. --I--,r, • L aT&TSF. O/ 1 1 8 X95' D.l. B£ND,MJ �o LAMONT Si 111 _ i STA 13+33.6 RT. � C �4 _ 8X45. 05 BEND,MJ i4.0"M/N A W STA 13+43.6 RL COYER - ' �T ���� + o BEGIN 8•PVC 0900 WATER LINE PIPE y -- -co- - - — `� , -- - �— - - - ;~ •ti mn NOTE ALL NEW W WITH A 2' MINIMA REPLACED. THE E THE NEW LINE IS 8- am II1i I .11111 N� ME 11 l.. moi/ - �, �" <8 p A##Ofo O, oat P n�� '� IT Oy Q ,�,� II n -�C a ea'l Za AA •}a fn F,M1,� N1 I cn 1 2F A a a •F 0 ^; O x oo _ - g 3 HN 2 CA a2 o OW.Z 1 a _1 nr^�2O O Z Co In r °�aAaOiU �� 0 A�''ny Cb0orn � $-87'`020 `�2, .c2�imc$Pn&' a E W ti 0 2 a2� �mOC ,,�m 2 o �� Ui A n 1 �,. ,p A F O O S n; ,...., _, _, .._, 'ri2o'aaaA o, �j� -oho-0o c���x" n� 0 r.„ i. mc, COYER 2 Alk ~ o� 0011°,$; m A� "2.,� 22 a�,�, y 2 Cc) 1 �p, c) r" ,,,,z,„ 33''8 8 ti m �O -a �Z 2 yN 2'n- I (Fa /) C Z rL70 D '� 1 +• STA 14+53.0 RT % ' EL SOE.J-2"G 0=2. i5' (RT.) I 1 - '1- 8X6" D.1 CROSSMJ I 15•''a GAS 7" W.S GA . i- --fah. �J ''=W5 a p �_. ` r,_ IX£OE) 6'W 0=297'(RTJ.:nil wATER 4 C -...1 : 't •"aMm�Irn:� STA 14+57.0 RT. T __ J1 ' 14+53 ] �1 :.r F0. ���C-�i��a 8" GATE VALVE, & COVER V//BOX %-,:, $ -��� WW 8" VCP 6" WATER LINE - — — — — -:- T . W.W. 8" VCP >J. 20, 1 o �n� ,in ,_,,,,_ g g - 4" WATERLINE TO BE ABANDONED IN PLACE AND CAPPED 1D �o •fa o� Cb o tv MATCH •A a� STA. c8 15+00 c N Na N.oo- c MATCH STA. 15+00 r 2 o N oO 0 n N mc. kA clrs ii' o AIN o44 sl 1(-) '� ' A� 2 �z-I m o_ REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 106 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = 5 ;:••"•,, *; - P' RICARDO ° +RF �I' �11 �� .41:.01 ,'% *14 MARTIN• - 0 58265 .: ;' ,.Civil %", '' CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. StaplesA. Suite. 207 rig"I'l Corpus Christi Tx. 78413 70 Fax 888-653 5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services I.T. CONDUIT GAS, WATER, WASTEWATER PLAN AND PROF/LE SHEET FROM STA. 10+00 TO STA. 15+00 Martinez, Guy & Maybik, Inc. / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 -rte o, 00 o ti � MATCH rn � STA. o 15+00 ti � rn otio o N MATCH STA. 15+00 SRVEY I_ -a''n< g Ps S'; ti i m UR POINT /4 I co o o 3.0MIN. CO COVERT a,mcto :' kk `-,-1x x x .i I F n A < N RI. P > � e. j -.p�pp A 3l8/ IR. 15+26.67 a 11T �'1 `� 11 a c, ti a a nA 3 'm�n� �p �C ;.' s `I��, B_B $a- w o UO Nkn c g O A� lb rn g '/ jjj gtn�y2 gx �_ v ��b o �� �' 1 60'RA.W (�I .� _ = L n ti� wC ��� -' �mm ��a Wp n O O �jOOOOOOp(� r -v T, O a g _ o�� O'� v , 4 , o 4.0"MINn� o - - -. v`..... r — COVER;� oti ---- -_o 7 - STA l6 n.r BEG/N 8 O.I. PIPEMJ __ COVER p, �a �y� N Co 8 GATE VALVE, W BOX HAROLD ST 10._ O & COVER HAROLD Si Ex( -121r 0=J.52'(R1) I - 'L- • STA 16+15 RL 16+15 8" _ WATER 8" C9 I I [ VATER 8" C900 8X6 D.l. CROSS,MJ 1144TER UNE 8_, - J _ In �"�-0� —GAS 2"W.S GAS 2"WS. .. c�/ STA 16+25.0 RT. _— r ,�4 N M ® W.W. 8" VCP — 8EG/N 8'PVC C900 14.0'MIN o 1 `a WATER LINE P/PE COVER �Nk g14 n rVPI H.P. OP. ; p 111 I PROP. IT CONDUIT 2" PVC SCH. 40 500 LF o C=29.16+50.008 ,°.,,,,,,. PROP. TC=29.28 �.= a '+ 4© cn fPROP. 2"PVC SCH40 l.T/M.LS. CONDUIT (500 L.F.) c 8$ E.., i 2 —- SII 5" RCP L CARROLL LANE 12" HOPE (TO REMAIN ACTIVE) I I x - x- - r473:° O 2 moo -- 2, xr;, -I I 5 /+80 IR. 1 "370 29.71V: END. y i I_-- X X x - L STA 17+25.0 RT. cn TE 8 X6 D.1. E, MJ II !/ // ov 1-6"EIREHq ASSEMBLY (TYPE 2 30MMIN. C 2+-.1`...., -ogl° ' — _ _ * _ II g �n COVER cix�� A A a" �y < -x-- - - o - X II ---- ® A o QV ~ 8 rco 1'1� IP"- ®i ITB -e r .cm C5 cz,3.0'MIN. c,o . .-i COVER `s 11 4E 60' R.OW roO-0 N im • Ia� 3/%R— 24.19' LT. SURVEY CONTROL POINT 116 y N Cp /PROP. 2"PVC SCH, / LT./M.L3 CONDUIT WW. 15 CP CARROLL LANE W.W. II42' HOPE 18+50 19+00 PROP 24"RCP STORM u, Oy -..r, Ai O (w a 6(94 c )"' // c1 -----o• �— 5180 LR. ENO. 29.7717: da 0 NOTE. ALL NEW WATER AND GAS LINES SHALL BE INSTALLED WITH A 2' MINIMUM OFFSET FROM THE EXISTING LINE BEING REPLACED. THE EXISTING LINES SHALL REMAIN ACTIVE UNTIL THE NEW LINE IS CONNECTED. .277 II coli N Ian PROP. 8" WATER G47E — VALVE AT 19+95 LOT 12 ILOT 1 I- 14 - o �A, O rn PROP. TOP OF CURB /E) 1 WW. 42" HDPE - 50 SURVEY BASELINE X, x X- ,to sq 79+950R7'. 8 647E VALVE, W/BOX \ I & COVER O 1v MATCH is O, STA. Cb 20+00 O N N N Iv A O ti Oo w O MATCH STA. 20+00 r2 w O o '1 n'`? • v 1v o 1o kA (,..0.--rs II°N 4.o = AN c o do sl c) j-13 °1 4-ilt 2 2 ''C prn °a2 A� o m o 2y 4 2 R3 ro o REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT J/ E13097 SHEET 107 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI Al'i _ = 3*_ r e t.4., J of RICARDO 58265 R 1 --‘6000 , F 2-t s*$d ''• -ir. MARTINS 0 ...4 A Ra. --- CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 S. Staples Suite. 207 Corpus Christi*5? Tx. 61413 7:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS of Engineering Services I.T. CONDUIT, GAS, WATER, WASTEWATER PLAN AND PROFILE SHEET FROM FROM STA. 15+00 TO STA. 20+00 Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 �' rn o0 0 ti MATCH rn 00 STA, o 20+00 ti a rn o N MATCH STA. 20+00 W.W. 42" HOPE ok ON go II 20+03 NEW ARE HYDRANT 8" LEAD TO NEW F.H. 11 tm I --- 21.00' U mA� p„1, r"- -0 t� SURVEY CONTROL POINT f5 1-3/8' 0 LR. - f z0+53.72 29.89' RT y �`^- 1,.co, 2"PVC SCH40 - T.I.S CONDUIT ..y 33B-B mom VI W.W. 36" CIPP 21 00 ,, R —W.W. 15" RCP + a 1R A LWW. 111 I, I I I `I f_1 eA W. W. 10'" VCP 70" VCP 3 -' -'-- Q, ris —1 ,-,-1,..1 2 O CARR r---- '' '' r 1,1 rte - 2 ILiii I [,/8"0 LR. MD' N.) o �PROP. 2"PVC SCH40 l.T/M.LS CONDUIT (500 L II 1-8'x6" DI TEE, MJ 1-6'x90' 0.6 BEND, MJ 1-6" GATE VALVE & BOX 1 -NEW FIRE HYDRANT & ASSEMBLY 10 LF 6" PVC C900 WATER LINE n I 1 1 'TYPE -2 - 1 1 1 FIRE HYDE gkII r, 1 +w II vH BL STA. 22+80 28.0' RT. r� C"y,',,. i/y 9.00 rn s o ov I 11 S N�� 41� � WRQ Nm@I 22+80 NEW RRE HYDRANT `a v 8" LEAD TO NEW F.H.ov `- PROP. 8" PVC C900 WATER LINE (500.0 LF.) J o X n R L ao �I.e 0 2350 SURVEY BASELINE oti- i =o $o ry ', � 2� ^loo !,11, � I N -� 580 AR. .'POI I SURVEY CONTROL 15 r, I 24+00.55,oy 29.77' LT. ~ aha", 9.00' ALL NEW WATER AND GAS 2' MINIMUM OFFSET FROM ;ED. THE EXISTING LINES S DV LINE IS CONNECTED. V 1 (TO REMAIN ACTIVE)WIIW. 36" 24+50 PROP. 24- R 01 1 P� 1 a + o rah -------- rn Am x OF CURB a..t yy g LINES SHALL BE THE EXISTING LII HALL REMAIN ACT) rn N n q 33'8-8 m mc2`n ti 2 m n • Os ti MATCH STA. 25+d0 ti o N w ti N N w o MATCH STA. 25+00 r2 w o ti �_^'� cN r s I ii' ii' 4.o o A ry o o sl c) n x. one z� ?0 y m +a. i REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 108 of 132 RECORD DRAWING NO. STR-900 CARROLL LANEA FROM McARDLE to HOUSTON (BOND 2014) FROM CITY OF CORPUS CHRISTI . = = F Nn ??4, "T.; i" *dd . 'RDO MARTINE. s% 4. 5:265 '' d`,<sTe . CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207"•';;"" MT)Corpus Christi 7x.78413*' P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 1. T. CONDUIT, GAS, WATER, WASTEWATER PLAN AND PROFILE SHEET FROM STA. 20+00 TO STA. 25+00Civil Martinez, Guy & Maybik, Inc. / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 o> m o ti w MATCH rn ST o . 25+00 ti rn o N MATCH STA. 25+00 I _i 1 11 o N I1 �L moo IJI" E c ,2*, ---- I +- R' I 11 51 �I 25+45.10. FND. 29.78'LT. ----- PROP. IT CONDUIT 2" PVC SCH. 40 228 LF 339 B _ ak,, r.,.3,- o � r -m I I c a 2IIc) 1 ----- m2NO v-,, N " ~ $ _ 5*8 / I.R. FND. ICT/VE) II I - - - + o 00 25+97.49, 29.81' RT.1111 A O r. SURVEY 3/8'0 I.R. 24.22 RT �7.7m POINT ,'6 ■�, �; wry la 0 2 1 0* "' 8 9.00' 21.00' co 2 In N n m 27.00' n o N II I N v Nva �26+64.7R. Ill CO �.yry END. I'� - - A — . 600 R.O.W — STA 76+900 RT. 2 0 o o ko n P.92'RZ mA o n 8-`~ i P ro 8"X45' O.l. BEND,MJ \ c��a sa2� - '- : + : -A m 30 m$� al <., �o S_41_27+00 8 X45' 0 RT. D.l. BEND"Mt PROP. I.T. CONDUIT JUNCTION BOX 24'X36'X78" p a § •� �, N \ lPl H.P. STA. 27+00.00 • i -. I N ^ o v "+ p o PROP. TC= 28.78 a^ 2 m `_ o A - - - - $ 1 A ;� - d'_> _ ,� = STA. 27+25.77 END PROPOSED HMAC. PAVEMENT ® STA 27+23 RL 8"X8" WATER 0.1. COUPLING LINE TIE-IN \ ®D 1 _ _ _ m`^ . r_� E .x no 27+50 28+00 o � 1 h MRS OF WORK 00885 <? 80' R.O.W. _ X8'G e 7.8P 6'• WS li1 Cf7 .1111L44 1 4 I(i ,®��',•� A$ o EX.14 6 W.W. 10" CP W1 GAS 14 _ (70-7055 10' VC' ■€�� • .r GAS 76" N.P. W.S. `per,:° ATT.1'1 I IW.W. .,. y.., o ��E - AA 1s' gas i� —DUCT .EX.16"W BANK m A GOLL/HAR 1 1 ROAD 1 . 4 ~ 1 o GOLLIHAR ROAD 0 rn0 beyon "'$ o PROP. 16"W o• �'' n m 1,4 �" m •I? 1 1 GOLLIHAR ROAD o 0 - Ia I E SL 10•x9" SFORL RC:-P€J# -_ STORM 70'xs' RC BOX © �; CCC7777 H 11 STORM 10..4' R.C. BOX ` I 1 III / r I � ,, - EXIST _ , ,�=1,��_�O �,+ R.SURVEY REMAIN ASS — — _ '—' – VPI H.P. STA. 28+24.60 – – — — „ 28+22.41, RTC 28.11 <C 28.27 1 I 25.46' LT. POINT /14 CLIt. (SPLIT CURBS PER R.V..E) T fa .� 1 .100 .�' m 1zmy� o ''', `` N3 ISN �2 g ,� `y 03 ~�S Lib 7 0 " 4.0' �- °'n8 _Ds DL COUPIJ pmt I I� 1 a , . WATER LINE 11E -IN �� m 2 WW4-. nA ' 5.R • 2 A n ill II I ma PREMN a -a 1 I HBMIC2 T 1 � o 0` 28+78.5 SERVCE I m N Aq om E g n CONENCRON TO WAf p,l , nw��o z 1 / , p IV m,, ooh a�Q N` CO 1 �c� .o ?� 0,y �m r o �� Qg� ,..°1:,,, MI„� nam ti ��' ,,,,,,yyy IOU ay om� &IQ. 0 (r a� ^2 n 30”"MIN._ COVER o ���2 „���=0 i. m=2 r.,,:2" i �E a � -Tones Tom o., ��, i 200' a a YAC mm2 ac ^� �+ 2!, C5 0 A gymo .. �$ 2�0�,1•. 3 r' ND AND GAS LINES SHALL BE cTSET FROM THE EXISTING NG LINES SHALL REMAIN AL NECTED. n o I� I�NII� I UI ■ IO ��22omaWW4 1 0 �ar�ia� V XV m LII. 22 m -, v, 29+75.8 SERVICE CONNECBON TO W.M. 2�r` 2hi21 33 _ , 0) Co MATCH STA 30+00 N ti ti Ka ti w MATCH STA. 30+00 r2 w o cAxnN �. ii' N 440 o Iv o sl I° � one z� _j y m O 0) i REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 109 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = ,<<g E....,.....,k•4 t �*y' `„ : *$ - RDO MARTINEZ / 4P, 5:265 :'; /°; A,�;,;>; t«x' ` CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. StaplesF Suite. 207 MT)Tx. 78413 Christi P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services I.T. CONDUIT, GAS, WATER, WASTEWATER PLAN AND PROFILE SHEET FROM STA. 25+00 TO STA. 30+00 Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 rn ao o ti 4, MA rn CH o0 ST' N., . 3 N + 0 rn otio o ti MATCH STA. 30+00 100 CONNECTION TOW.M. 11 Ko 'Ip _ / WW.4 I � I •' it.i�.ii11111.1i00 \VV R C �1 30+46.7 SERVICE a !a� I. I CONNECTIO' TO W.M. R^l * ^ / c o --f- O o a x Y - - �� .-,3 $ N OL bb 6 PE U4 n y oga_ r Ia w y 1 N) I 30+84.0 SERVICE W.4"t u '" + �" 2 0 :T.. $ CONNECTION TO WM. 0 M 1 11 c> CAS 2'w �1 1 ex(sraq-s'co-so'(cr.) I�1 I11II1z1 ----- w a ?�� 3t+NESERTW.M.I CONNECTION TO I 21.1 , - - - - - S ^Ai ~ h v Fo,o Coo a `N 11 11 11_ C) I'.6..,s W.W.4" + 2 ' WW4" a i o x ( II 4 r II p ; 3N+66.4 SERVICE CONNECTON TO W.M \lam - I - -- NMI 111111110 SURVEY 3 8"0 LR. .`n 14 (SUET-2"s P.r.9t' RL) COMM PoINT `7 +7298, 1340' in: o i o i o"' i Z,� o, o,a �,� ko. N 3l+90.3 SERV+C£ CONNECTION TO W.M. .. - ..,I - - - +,o, •t• °kj,`��� c o o w i m 1 . N r I iiii N,, ^5�M v .,.. p , k CONNfCR TO WM mW.W.9" ���II I oo ( 0"'2 `,E $ �� p ti Oda '"- - 300' ., - �'� a1. -' n� :b Ai'',' tg' tr i P - - _ ll 1 - gl: ,,o 0,,, I' 4 1 f I 0o 000?ry n �£�* st• W.W.I" a ;�`2o �<T \ _.x/SUFJ-1 C 0.228' 00) •o_ Mo N., x _!'hI ma^, �O A�� 'rk. II ' N IIit! 8 C4 YALW ��I��w - & COVER X N. N. C/ d© �' � .._ N S ?4, 46RT ak e A ®��III • yam— 1R71I=11M � iimwir:..�Z ----. dm r. -- - o 8 8 01 ;Kw 2'-'1,42R33 n o. �(''�f'� wsur.)-6'M 0-5.76'(87..) I I` ��� •,, ,.(: .. b 0 '",1c,:':.°%°,.. bl/ 1 2 s i w 4 - Ill =- �i--- / -, (Left Side TO GRADE) cARR£TON ST. iiIIm11fllliji ARROLLETON ST. - -.' i1H ., wow. 8-1CP i7+T0 i FXIST kz I�111I %WM -$' .W. M(/£)-, Y �1��I��i-_— CP, ADJUST M.H. TOP TO GRADE o..,. ` I [���W��e' I II rV —lit N FA' m 32+74.2 5£Rt4C£ cN b� a II $ CONNECTION TO W.M. ■ 1 o �x• n•� nb rob a d IPHIII I_J!1! II .' ~Ig� o ., �, q w CL' I b � o m 33+18.0 SERVICE CONNECTION TO WM. EMI 'e� �,II1In WC;3-'t y o,•+ ',Cir '�H 4 �$� �II11 r r � - �� 2ctR I �a a� 4 c,,,c)E ;off ppt� p n a, 1111 N -R t : H P fish m "8 o ohm • x ww.4 _ v • ( c ISE 0 all'0 a 00 _jL1I't D?ST. GP Al RANT A 8" PVC C900 UNE (204 L.F.) PROP. TOP OF CURB NOTE: ALL NEW WATER AND GA: WITH A 2' MINIMUM OFFSET FRC REPLACED. THE EXISTING LINES THE NEW LINE IS CONNECTED. 17, 1 ,,., ,..„ _i_„_ O o ri. y2y n U gx ....., „, c„. „ WWI” Ip...... gill mui111.1 I • ` III.: I� 1 g �+ _ t I a 6c 51 �4 P._.-, IE I 1, MIL! r ," 34+06.7 SERVK£ CONNECTION TO W.M N y .Y$ �r. I I � A n1 (.l r W.W.9 g ..fin I $b 34+36.9 SER4Cf TO II I y CONNECTION W.N. III &o F.O./ I nOr W.W.4" I'\I ,�a •e O 'v MATCH 4a O� ST Rl . 34+50 O N N, OO,03 O N MATCH STA. 34+50 . Oa ry koroNy � n 4, ng 1213A ,fr =„l 780/ ,OE=„ 1 o o o 1. 1. ;St Via` x h-i z y ~1 .4,Z1ZC q REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION SHEET 110 of 132 RECORD DRAWING NO. STR-900 Cm PROJECT yE13097_ CARROLL LANE McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI tv = , '' % �` � ; +► ''``S r"SF ?•Xl t; ".......`X's+++, *+ DO TINE 58265 ;' , Z. Z. CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207FROM Corpus Christi Tx.78413* P: 361 814-3070 Fax: 888-653-5510 "•'". CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services I.T. CONDUIT, GAS, WATER, WASTEWATER PLAN AND PROFILE SHEET FROM STA. 30+00 TO STA. 34150Civil Martinez, Guy & Maybik, Inc. I Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 o Iv 4> MATCH a Co ST o . 34+50 ti - rn o ti MATCH STA. 34+50 6cz, ''Nti S� •�kNm k'� O 7 "a iO = moo: m a f 1-15. \\ 0=, -t, I% 1 ` L ---I \\ r, 91995 MErs‘ WATER 1 _ - - \ , — L i — 1 '•, / LY ABANDONED) x xl 1 1 .-- 1, \ � , STA 34 "3.6 RT. oodv'Si I �' BEGIN 8 O.LP/PE. r�, �� ' i� PROP I o COPUS DR. � 0 1 c �� o o �+ V+ 3/8 a LR. 4+98.16, 2381" LT. sURVEr CONTROL POlNTf13 ( cn + +.3.6 : r. B X45' D.I. BEND, - - —&m.- MANHOLE -EB) 36" RCP i 1 -00 °p S 35+010 RT. fL=$0.69 iN1M.H. COPUS DR. 0 1 2 �^ O I WW.4 0 8 45 D.l. B£ND, 18"CLR. — — — .— — (Right Side TO GRADE (9 ) WW. s"VCP QMI■ r , o STA i5+965 RT /1 �1 \ © - 0 � E. r. 8X45' Di BEND,M✓ pO Q T .0 4g00 baa. rna tioy oc,y+, onq iii .o o 'D g g Nm 1 ,' 2' n �m1A r�c� � co 0 c m n, o § m,A 2 + 35+63.3 SERVICE CONNECTION TO W.M ,� r G+n $ �' oN ���' $rn hY. o W.4'" h • L J_ 44 �n �o iW o lip, -0 ell n,, A ogn e41 rn �1I.1 /:// %1 ,0I ill -- WW 8"VCP g�� �� VIE° i 11 +OP. 4.0 W.W. M.H. 35+72.9 �� III _ - - PROP. TC= 28.34 ® - - - r.- �� - -- 1-8"x6" Al. TEF Al 1-6" GATE VALVE & BOX 2-6" 45' 0/.. BENDS MJ 40 LF 6" PVC C900 WATER LINE WW (7949) 'CP 36+00 (LOPU5.g DR. eft S/'de TO GRADE) BL STA. 36+06 1-8 GATE VALVE & BOX v-1 �� 1 m�� COPUS DR. ® J A I I xx Ex(9uE)-6'w 0=4.39' (RL) 00 �a �, •/ex !.,'FM...: T 36+19.4 SERVICE / CONNECTION TO W.M.- 8" VCP TO 70" HDPE PIPE BURSTING 367 LF APPROX S=-0.30%—. n L uL (MANDATORY ADDITIVE ALTERNATE 11) r,,., Co -la —m ti • ,I.1 ' 361-50 (PREVIOUSLY ABANOT .�. " o, 2 P O cgi, T zih EXIST. 4" WATERLINE TO BE ABANDONED IN PLACE AND CAPPED 1-8'x6" 0/.. TEE, AAI 1-6" GATE VALVE & BOX 1 -NEW RRE HYDRANT & AS 10 LF 6" PVC C900 WATER —TYPE -1 RRE HYDRANT BL STA. 36+10.62 63.0' L - 4'x4" D.1 COUPLING, MJ - 6"x4" DL REDUCER, MJ '-6'x 45' D.I. BENDS Ml f5 LF 6" PVC C900 WATER I U VO V CONENCTIO TO SERVICE w. 4" LIQ o 2i m Q 37+07.0 CONENCIION SERVICE TO W.M. .1 o -1- 1 L+ 0 PE^` r^ `- j „; 60 o R.@I. WW4" o• -,..a " 3 Bid L� Ro yt x� I , oo � 27 n n --- 14. CARROLL L4/ ASELINE 371-50 29.87' RT. ilil 1 r' < _AT FO AT 37+52.5 SERVICE W. EWW4"" 200 XTOrzM CONNECNON TO r o r ®®®,II EX. 24"/CP SURVEY CONTROL POINT /8 3 8'Y 7+53.89, 24.03' LR. RT. a L J " ' �1 (T0 REMAIN) __ x x I • a v w4" III 111 W.W. 15" RCP, 1 ��� '-' = o la 0 FNEn I s%' ��x- - L'�J ..■� � 1-8'x6" 0.1. TEE, AAI 1-6'x90' 0/.. BEND, A 1-6" GATE VALVE & 1 -NEW RRE HYDRANT 10 LF 6" PVC C900 a i P .. Imo°- 1l,. kft i:1 A. I m BOX & ASSEMBLY WATER L/NE N, Ww4" ' DISCONNECT AND GROUT RLL EX/STTI 8'VCP W.W. UNE L L D.I. COUPLING 0 it 39+40.0 OR (13.6 PROP. NEW 4 DIA. F7BERGLASS MANHOLEWASTE T/RIM=28.17 /NV=: co 4; L� 5"4-- ;a 39+00.1 SERVICE cn ,,, _ CONNECTION 10 W.M. IIJII1'V )OTE.• ALL NEW WATER/ AND 0 VSTALLED WITH A 2' MINIMUM EXISTING LINE BEING REPLACE SHALL REMAIN ACTIVE UNTIL 7 9909 43 m e a .;, IIIIIIIII� EX(S.UE8"W 0=4.64' (RT) � _39+40,EXIST._ . ADJUST TOP >n E) % � oa • P. a �g yf'� L ' °° S�S2 • ��ITI8o� w.w4' .� EX E £UE. -1 l AT&02.93' RT. IX .U.[ -1 2" AT&TATd7 D-290' • . y C B gg� oga -, n m _4- 39+40 PROP. o a L. W.W. M.H. W - _ - __ n )- GAS v z9e Rr EA: O.E 2" _ . 1 \�1 WI � mml•I� �;= � . ,� ��� � G1111 Esremli � . MINIM �� ` ` W.W.B"VCP � �� IM IIMIWIev m''' — / cn o H STA 39+4550 RT. ��! I 18" CCR. m�O� 7 IngiNIIIII••eq ei $i T m ,, 8 G47E VAL aW:. "is& COVER p .� ?mc. °i- a a m Co„, $i' T T �^ �' r �'- ., o o a o A to ES SHALL BE ET FROM THE EXISTING LINES W LINE IS CONNE 7A. 39+46 25.4' 9 GATE VALVE & BO5 1'x8" 0./. TEE, MJ Y"GATE VALVE &BC 9'x45' D.I. BENDS, A LF 8" PVC C900 PI /f A 2"WS. GAS (194: ff PROP. 8" PVL C900 WATER Ll K F STA. 39+49 25.4' 0 (Ic RtMAI9 Acid GAS 6'%l.P. (PREVIOUSLY ABANDO 8' VCP 70 TO" h 0.l. COUPUNG, M� 45' 0.1 BENDS 6" PVC C900 WALE ADJUST M.H. TOP TO GRADE w o '' „„ _ . II" 4.0 "10 �N o do n ��� a 8'X8" D.I. TEE MJ � �n ® 2' CLR. 'a F a11 C°p cs, A i(.. ` o � «�O IIHO 10 �p nl I� 11 �ib, ��� 1, i, n O - a€k �~ A z o 1,1, II�{I z ` 17.$1 n ` 2W.W.4"I 14 1 ;T0 o ti ��� . 4 O S +00 lv -Ia 01 Co O MATCH STA. 40+00 ? m IV - REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT J/ E13097 SHEET 111 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI i = = F .,! r �` . ''..* r'*•' *� i • _ •RDO MARTINEZ pro: •5..265o,iA',% /Ai`; A��;- ���� CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207__ 111-171 Corpus Christi Tx. 78413 P: 361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services I.T. CONDUIT, GAS, WATER, WASTEWATER PLAN AND PROFILE SHEET FROM STA. 34-F50 TO STA. 40-F00 Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 4, O O O N 4a MATCH 0) CO O ST . 40+00 N . 0) IV CO O N MATCH STA. 40+00 O O M2.• I 1 i t99 I , $ �� b --.%.,,,,--, �ti 2,b+ a on o y I \ ELL(S0E1-4" GAS 04.55' (a) �. ^i III �5 ^g o I A �,a L a + 111 a ! 6'O� R r.v sn Aoco� kad w I sn akk cob u ti O ~ oo m� �° o' i s O Q g o0 8 b 2m v �, °e ��_ 40+19.5 SERVICE CONNECTION TO W.M. I o. ^ �0+30.03, aox l O� I Yo 11' C(j4 1 v i R• ���j d 24.14' LL S 1 C0 WIROL P0/NT /12 1 1W.W.4' - �. . ..N - J 6 _O COVER NNW i--— $ ao°;°'v � p k bc7, m 13:73 a zm Og b � � O r v� i ,a �a no 0 z kA ---- Ayy'~ i3T g 2 I t OOo� �b i� � El O 'I ,w� a a�`"• EXIST. Mit EXIST. WW. M.H. ' p_ ' ON -}W. _--- _ _ 11 6 NP. WS GIS CROAK 0J.0' W.W. 8" VGA -I W.W. 8" VCA �1.zm' mow" A M0:911•111111m..--tia� I sdir •`�[ on, x (S0E)-6w0342'(RJ) I0 i OHO env, n a olo s o= 41+12.SERVICE CONFNCTON TO WM." + ' me I - --I" EA: a mo • . N v og -i w�6NN xitim .�200ia F.• r i R 1 c - I Q11 7 I4 �a VI I �,x. 'a '• 4 41+450 7i o '-'•v " A 4A v �' W/80t q I 2§A a°'•°' e I b si �-- NS RVALV£, O $ p?i -,n 5.1 O �y r, arF� o o 1I+590 LT 1 2� o0oqu oo I •,, E 6 D.I. TEE. 'k FIRE HYDRANT MJ O I� O * �o e I 6 "ROW 1-6" ASSEMBLY (TYpf ?J ^siv .S$ X b 1 a^� ^, °' S.00' I�� I O';�• zz��, k 1319 1:--------------1--------lf xJ -.^a < Is 0*0 n, oo I Xnb o I� f/ cI 1zbo I 60' ~ .-14,'M1 �> I O PL. mJ J" , O p 0; II b to .. I .. , 41+80.0 I CONENCT/ON SERVCE O W M. I �, � T �� 0 ®i �a • I 1 J ®�O _ _ ...WI o+— o` — — _ �' I a �, W.W. �'� Oy yy Ow..Ct7 1eg 2 I 6 !,., V t. i o O = G q 3 " ' �, -- A y� M1 V d2 zrvl r., v - - ... ^� " ��— 1 PROP. 8" P PROP. 8" PV C900 WATER C900 WATER LINE (50 L.F. LINE (21 L.F. PROP. (® W.W.) -- _. > co b* 1-8'x6" 0.1 TEE, NJ 1-6" GATE VALVE & BOX 2-6'x45' 0.1 BENDS. 44 RESTR. 40 LE 6" PVC C900 WATER LINE BL STA. 42+71 22.0 LT. &A ROt/B a O9,ms xogrozzar' g HARAlS DR. �q HARRIS DR. 21.00 WW4 \ I / (Right Side TO GRADE) l _^ EY(SUE -6"W 0=404:6T) \ ! . v S t p �] OH 5l y0 2. � O STA 43t�0.6 LT 4.0' ti g>� �ili O I 8ECIN 8'D.r.PIPf•MJ v Z.) -.�� o=yy -, a f �l --- STA 43+30.6 LT I$y _ Thi?' — _ 2 --- 8'N45' D.r. BEND,MJ �3 1 — - OY r I $~ '. II��` 6" WS H.P. GAS (4-4 2 O bi EX 10. VCP REPLACED � � W/IF! IO" PVC PPE 43+177 SERVICE ��• i 1liiiiiiiiii 111 �W� +n" __ ,m_� - CONAg'CTitTN TO W.M. 106 Q ®` 24" C1PP W.W. (1986)— z k x.titiE ys -AlMJ SLR. - mw STA 43+34 LT. 8 X45' D.r. 1I _ qz , �� HOUSTON ST. � �:L I PROP 4'0 WW M.H. ,� (i �■ --- $ ol MATCH EXIST I0-VCP1 �I H¢USTON ST.o ro I r �\ -.-G'AS-- 0 I FLOWLlN£ .......1111111" !8'CLR.i I (L 0 R Side TO GRADE) .:R ipriLII�� w PROP. W.W. MH 43+39.0 .t. — , o I PROP. IC= 28.67 Y STA 43+44 LT. S '/845. !R. > I II f `•v 8'X45'D.I.BfND,11J43� POINT /9 22.27' RT. @ I♦ •r i II4.0' `° m ',,,,..77":"7 W ®x I O'' �v I STA 43+47.4 8'X45' STA 43+57.4 LT. D.l. BEND,AAI LT. 18" RCP -Pit COVED 4j f� _ - - .1 ��II II / �J� � a w aA :s: 1, - �' > 1 o'a ,+,�°i 2 'z' 'x 45' 0.1. 8ENDS R" GATE VALVE & 80X "x8" 0.1 COUPLING - 8'x6" 0.1 COUPLING ?-8'x45' DJ. BENDS - 8" GATE VALVE&BOX - 8'xB" 01 TEE. MI ?8 LF 8" PVC C900 WATT STA 44+20 22.0' LT. 1 STA. 43+07.5 4Z0' L: BECR4 WATER 8 0900 GAO'•PIPE STORM bz� -- Ha M1�jb I q0�1 I 0 " z �.�' a h'i sF Yt�!� •>7 V'')yj •'��� U O �2 yy 4 0 7•0--- a VP/ STA 44+00.00 " O o A I g A 4 PROP. TC= 28.89 q�tisb '' T o o, I sn 00 - ungg * jj 4444}} ,jj tLTT 9 n I 855444�5'D.L70FHL6.w 49#l9BF \ 2 2 g a.°v' I .V-' + I II 8T 4 TMJ \ �' STA 44+20.00 I ®D k i., COVER MATCH EXISTING CURBS ' IIII_ EXIST. PAVEMENT _ .._..,,•a ..... fr LTC= 29.01 RTC=29.14 L 2 & / ;44 2? II .fNOCPPROAPyO�SED(JMDI STA 44+2700 -STA 44+25.0 LT. PROP. 8" PVC C900 WATER LINE TIE-IN CONNECTION TO EXISTING 8" C.1. WATER MAIN VOTE: ALL NEW WATER AND GAS VIIH A 2' MINIMUM OFFSET FROM 4EPLAC£D. THE EXISTING LINES 5 HE NEW LINE /5 CONNECTED. - Ins,0 f 60' R.O.W 11 6 :AM CARROLL 44 50 SURWEy . — 4R8 fXiST W.M. a O jI a b Oxth \ RI , -Y Y ' 1 OV`, I xd 4 I I b Y ro bS k 1 _ c1 I fi m n - - s -I II ) II 44+91.4 EXIST. W.M. cin II fI I ��� ��� a -- ^ g2 �� • I Z i1 I 11 4'n T. r A O Cb O ry MATCH 4a Cr) STA. 45+00 IV CO O Na Iv Iv 4a rV Co N Co C.4 O C.4 ry <, r, 2 6 MATCH STA. 45+00 O a a p C3 , o n b rOr��, kfi AH 9 n 4it 2n q't�2 bn 2 ~N o. 0 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION SHEET 112 of 132 RECORD DRAWING NO. STR-900 Cm PROJECT yE13097_ CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRIST! = = 4 E. .yx9S*I+ /� ': i*: `•* i j D0 MARTINET. i i+�'..'58265 . +� 4tG, VAN. CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 corpus Christi P: 361 814-3070 Fax 888.653.5510 ""'"' CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services I.T. CONDUIT, GAS, WATER, WASTEWATER PLAN AND PROFILE SHEET FROM STA. 40+00 TO STA. 45}00 Martinez, Guy & Maybik,Inc. TX. Bd.tP.E. Fi mngReg rNo. F-1415& Surveying Services a rn ao 0 ti - MATCH O CO STA. o 45+00 ti - o Co o ti MATCH STA. 45+00 c:, I I I I I, fox Pi 5-, �! I� 1,'-,=-1,---- O O a .Nk A 2 n • / O S\ 0 IF i C''''''-- 5' 3/8'0 AR. 5+66.97, ------_ o .23.21' CL CSL POINT 111 �Ar�r FO. L/NE AI —AT&T F.O!IQ_r&r _(74..---0 / AT&T F.O. —OH _ 1 � I ... LDALRAIDA DR. WATER 8" ACP H — — —_ —_ _ DALRAIDA DR. A ►r C --WATER 8' 11 II iy 2A~ T — _I�\ J\\ ia o I n �� o m 1- '' 1 1N _ \I\ —i o 60' ROW n q a o I-\4 i 1 2n- F, \ \\ 1 \1 0 1\ \\ . \\ Q \\ \\ \ \\ Q \ \\ o_ \ \\ \ 1\ z \ \ \\ 1\ LI II PRORCP. P I I 48" STORM I'I L H 0 _ CORM j j., L1 ww M.H. — — — —11 SURVEY 3"u AR. ti A c+o 71 I I — — —' — CONTROL POINT /'10 +45.32, al 3125' RT. 1 1 1 o o 11 W.W. M.H. 11 L I 0 l� II II II II — — 0 II r',',1 , II II + II II O O --�� BRAWNER PARKWAY (NORTH) .,i/ a WATER -- _ _ 6 ACP _ WATER 8"' C900 -+ 1,\ I \\ WATER 6" ACP I I — I \\ 1 H 1 u 0 1V ±� rn o0 ti 0 r'1:3 ti a ti rn `O)0 w o w ti NOTE: ALL NEW WATER AND GAS WITH A 2' MINIMUM OFFSET FROM REPLACED. THE EXISTING LINES THE NEW LINE IS CONNECTED. 1 1 1 1 1 1 1 1 1 1 11 11 II -''.= - o 11 11 II a A ,� i 1 1 1I 1 1 1 1 1 LINES SHALL BE THE EXISTING L SHALL REMAIN AC �_ ii' o is O A�v Nj o8I o 0 c) n 4-iit C:".1 ,,,__ ,.ooa m ^oo A ~N ... NI REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT J/ E13097 SHEET 113 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = , . lot, ........, ?Z-1Ak *:'' J- ' 40 ✓ RICARDO MARTIN Z d .� 5826 ��� Vet..., • ` CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 Corpus 3hristi P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services I.T. CONDUIT, GAS, WATER, WASTEWATER PLAN AND PROFILE SHEET FROM STA. 45+00 TO STA. 50+00 Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 FILE PAIN SVR—L\Pro'ect Data\AIA 2 PR92ECT EI F .'t2821a1— orr¢ILLa s _No\DE OW ng 1a—Curb Romp St¢-t.dwg PLOTED: 12/8/2016 1:18 P USERNAME: Rudy PEN TABLE: mgmstOOih. ctb rr- r dwV8 98!3 dV'VH 88r10 NOILVNI814100 5' MIN dYVVH 8Hr)u 0 r 1 Co 0 (J) 1 Orri Lo zt �o O C O � a0 T ti om "a oz O Qi C) r- REVISION N0. DATE 2 m v BY DESCRIPTION CARROLL LANE FROM HOUSTON TO McARDLE (BOND 2014) CITY OF CORPUS CHRISTI CI1Y OF CORPUS C -RISTs PEDESTRIAN CURB RAMP STANDARDS OF 4 es- )I1VMSSOBD 0) grQ tt 0 BY DESCRIPTION CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services H • FILE PAIN: \\ GMSNi-I\Proj.ct Dato\MASTER PROJECT FILES\55.4101-CmdI La-14A-Nou\DE9KN DWCS\)IGM Drawing.\115-Cvb Ramp Sia -4.209 P.OTE6. 14/8/2016 1:19 PM (J) CARROLL LANE FROM HOUSTON TO McARDLE (BOND 2014) CITY OF CORPUS CHR!S71 USERNAME: Rudy PEN TABLE: mgmaldDlb.cib 'k CITY OF IOW CORPUS CHRISTI WIMP IMIIM TEXAS Department of Engineering Services FILE PATH: \\MGMSVR-1\Project Data\MASTER PROJECT FILES \3542101—Carroll Lane—McA—Hou\DESIGN DWGS\MGM Drawings \116—Curb Romp Std-3.dwg PLOTED: 12/8/2016 1-21 PM CARROLL LANE FROM HOUSTON TO McARDLE (BOND 2014) CITY OF CORPUS CHRISTI USERNAME: Rudy PEN TABLE: mgmstd01h.ctb CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services FILE PATH: \\MOMSVR-1\Project Data \MASTER PROJECT FILES \3542101—Carroll Lane—M<A—Hou\DESIGN DWGS\MGM Drawings \117—Curb Ramp Sld-4.dwg PLOTED: 12/8/2016 1:23 P CI) CARROLL LANE FROM HOUSTON TO McARDLE (BOND 2014) CITY OF CORPUS CHRISTI rn USERNAME Rudy PEN TABLE: mgmstd0lh.ctb Department of Engineering Services - 1 __ II fl j = o�� ,a vh n> mm$ O * a cS o r i� I ' PROP. S7 MANHOLE �,, -_ N 2 O �n m ; 2m°° 2R ok y ; O I x 1 A +' _OS — ,. oI �+I q A 1 -- r I • co HAROLD ST. c'' �r� Oi r a ni tikR. m rn� , ll , C) ;?.. F..:.' C) I. WAtR 0 8- C900 - __ ...... ........ rn pr a n— I — _ - i' k; --1Imo, A A J Z.: CI oC. $1 r %am y a 1V. G4S 2S "via ym c3 / ,, f X //— — 1� O 1 \x flH O V rn 7. J �` 0 - 2- a\S` gC ^/ r- VmIl'I� I-,; -43 � a mIih o�'pZ aO o y__/±1 P- a PA om m L ,� c N��� �lJ A7fR 4"Cl oz+ =X z - r O - p r T rn TO O 11 P.O1 W u- nom' � 2F-A I (- vl F A_ y 0 o. o g.` g� Ao O �a �� , A �oo m o 5 MARION ST. NI X O J S I 1 I cn Iii J 1 G4S 14•%P. WS. r 1 O a s $a II Q Q I. --1 • a _ •'1 as O mn 1 I II'�V O. 222 IT co C O � Iww a \\ 1 I cc �/ �a`. 1 1� `1�I ?-8'X45' D.I. —< TENDS, MJ, tESTRAINED / 1 I . ^Z GOLLIHAR RD. z iS '' PROP. 4 371E -IN 0 o 4 i WA ER4'Cl �� I. rr(111114.. r I 0 ® oma 1 g @Rb1Z3 134 R ''''� >c as o: % ———— A/ • .9±3/ SCALE: 1" = 10'-0" Ti /1 1 PROP. 8"" PVC 0900 WATERLINE STA. 28+52.2 WATERLINE TIE—IN CONNECT/Oi PROP. 6" GATE VALVE W/ BOX & COVER I 'ROP. BASELINE PROP. 24" RCP PROP. 6" GATE VALVE W/ BOX & COVER L. , ti I I N x-- \ / ------ — ' G. o as 2'ws. , , PROP. 8" GATE VALVE W/ BOX & COVER y 3 474" 0.1. COUPLING, MJ h '.9 T/E—/N CONNECTION r PROP. 8" PVC I 0900 WATERLINE 4"X k COLA I $ /"o1 j G6.. I RE C� O AT&T F.O. I a vs� 8 a' m m REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 1 18 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = r••i5'� •• F ..$gs�1r *,: ` ;* * * / RICARDO MARTIN: / 6 58265 : j� rR,/ L• ,� ( t� CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Co pte. 20 us Christi Tx. 78413 P: 361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services WATER LINE TIE—IN CONNECTIONS (1 OF 3) Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 0. q 0 i ' ' 0 Rl '94 6 � g$ •"*-• NI II o �� x x "I� ooh o a, ct'.' 8i� FiA ,� ` '' a °e o4 .ig n "� Ro �_ oo x _No x 01 e" r.v. WATER (1984 n O _ m _ „.....<'@-,c.. n 21'>< e, / am ea © °. I STOI O CARROLETON ST. V / x \ BASELINE 35 _ 00 'DP. 48" \\ Fra--- II dm, —I rri8e v� �� a (11F� v COPUS DR. z _; ', '1' P a o r o -O x __ 7:-.-1 jrAppV 0• _ TD oa n� nyt �I $ Gh `per OrA PROP. 6- GATE I VALVE W/ BOX & COVER u 7RMWATER AT&T F.( o°: -o am �a , ".'a io kR . itm R CI x 3� / \ il141 .II \ a$ I ., „ n, N -- H O PROP. 6" GATE VALVE -I X W/ BOX & COVER 8"X6" DJ. TEE, MJ x r6+15.6 '_INE TIE -1N CONNEC PROP. 8" GATE VALVE W/ BOX & COVER 11949) v v )) O 2O REDUCER, MJ 2-8745'SMJ AD.1.. BENDS, A r 11 C� TTW �J 0 gSi aa' .- g COPUS DR. 4 �k p 0� 9O CA ma nA / =m — C/// { , Z x U3 I -- 0 0 ma AX X X pp A HI P, rn o II 0 L.::(p ,� joX O = \ rrl, NI 0 n 8 xo O \�0x.-m AZ mo I o 1a- moi e -4m $ io §..' 1. na ni ,. NZ m REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 119 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE6000 FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI A'. = = E - E r5 *; DO ��`, 58265 r ! �`��� , x %. ,d ' �' MARTINE , • ;f A i CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 S. Staples Suite. 207 :. Corpus Christi Tx. 78413 P: 361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services WATER LINE TIE—IN CONNECTIONS (2 OF 3) Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 NI .. y 3;2jj i 3 - 0 p a V 44 m n, T \Q t II § - IC)\ k„� o In Q 2 w Z p p1 ,�I 0 Per q y Qo . . Z O ---1 ri 70I Co x r.NV gH 2 ^\ Vj / / I x x x � I 1 X _ e j iX PROP. 6" PVC C900 WATERLINE 250 II o • _ 1- y HARRIS DR. NI, N3 1 o e j e e $ 2 o R. 34 0 o mdgn 6CJ X i% 8 n - I 01 T, j I ,< $^X 1 j E y & `41: O � b 2 1 2F 111 •� W T ro �iffh....„ _ Z2 M j j_..... 0 rn e... •'I� C , . �r � x -• ± i' 0 6" MS MP. G45 41) o (4 rrl Z C) I/ �i ° $ = HOUSTON ST. z j A n I `"'% - x Z 0 — X x el' Ni, e e ptNP»iJx m ,1-,..1 4 CD li • Vic, ,lli1 -IN CONNECTION PROP. 8" WATERLINE NE -IN CONNECIFON 44 50 E v 1 1 Ie 1 11 I IN I I 1 j!!! j1-1 j 4 J_ ', O2 O O ��� n4 ,.., a v t Ph REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION r SHEET 120 of 132 RECORD DRAWING NO. STR-900 Cm PROJECT yE13097_ CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI c—_*, — I l 'i*►rli _ *� r RICAR00 MARTIN Z 26 . gip: %; `, ANA.. - CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. StaplesSuite. 207 corpus Christi P.361 -814-307o Fax: 888-653-5510 " "" CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services I WATER LINE TIE—IN CONNECTIONS (3 OF 3) Martinez, Guy & Maybik, Inc. civil / Structral Engineering 8 Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 ON �q 2 N O O O O O W O O o) co O ti -. O O (,WESTO O O O R.O.W. mo, t° a n • �: OA • �� c, O -... OO^= g03 cot~ 254 O O W co OWEST R.O.W. 20°SZ oEI �, a 5 `e " i oro m a� a• a44 0"1 m z 8 a`•- , a S$ ro m� k _yam ��m�� c� Q 2 ,,,,,,••• Sao a'`o 4' COVER m ,� 3' MIN. COVER n 'naA -' FOR 0 =$ ro m m .y ® o CLEAR 0) u u a o� ® A a rn o N SURVEY 0 • 0- 1 1- SURVEY o R o _ _ _ _ _ _ a _ - - - - BASELINE O \\ BASELINE AA o ycv' a• Nj v 1 I.,N N + I 5:55', 11 4 3' MIN. COVER Imo' 1. o �� mk I_,- 00 1 - oro L o� /// o q 1B. CLEAR o 2,a - 4' COVER ow 1111 o"1 co`ba 1-----•••.------,` Om�y r moi= o- ,13 -co'=k O�r O O o") co O N O -. EAST R.O.W., pOm 1\3 rr� W O 0e OST R.O.W. T kP P.1..,,.! 0� H O O O O O O -{V� 2-.1 O \ 0 sya= 04 TO, • moroQ w OWEST R.O.W. oti - is Rhe, ti aQ ii = R ':;1:. n,` agg -'1 NQ ;-., 5,- - 4' COVER .. _rJ _ u II v _ im if i ® SURVEY a BASELINE mr Q II u - 7- 7- p - o_BASELINE �m oa sc Q A - - ---------- - - - - --- 311 ' ° ;A a`d� g --- - SURVEY A NI" 2A Cy 'I'D R, t\ U oo AO I.I I.I . �� + I of ,� ti o (.t1m-, I� IN o �� _ . 3' MIN. COVER oaamo w N 8" o ; o't CLEAR S ■ . O c_ A27 ter --� Son // I. a ,c3 p i � mCLEAR 18" moms =2.•~ EAST ` R.O.W. ti °;°��ti ; v° . a ps, N • 00 CO •m n' m EAST R.O.W. Ril R, 0) O O O Hoa -A 1�� O OSW ':ar•p0 %F-.' n''' 'g y v O O O O O O O O N O (WEST R.O.W. 4' COVER $ ani `d m r'' Q m R. .s iia o �, -0o `� o `fig o Lgi ., - E�+' o* "ea` y ' 3' MIN. COVER n K; i1 in a .�N � 2 AA ti -� m a mho 4' COVER -- 11 „ i- _ � �A ® m � 0 18" � CLEAR _ r o_o o Ion o r 2 �aU m0 A `� 2m a� co ,.e. y4� ��-0 g o (Ai SURVEY BASELINE oro O SI ,o, •N --------- - - - - + 1 --------- SURVEY BASELINE 1.- 1N a, m a• v _- 1> iN o o i'''' .'4 1, ' _� 1 No......Z m MIN. COVER 3' ,,,s> L <.> �L R oro , CLEAR , • y o$ oo by = a a roza NM °' m .m-. r>.'2:,3az op T-co A i EAST • ' N O R.O.W. AO .o Top ^ om a i2 o� ri aro •• i, „04,,o mo C, v EAST m R.O.W.2 $ m O � REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 121 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = P ^/"."': ''"� F"-kgs*hd e' ',*pj / RDO MARTINET ptY +; •R, ''';`�� ST ,•,e tVdt„ A.:,...; �� CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Corpus Christi Tx. 78413 P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services WATER LINE LATERALS SECT/ONS (1 OF 2) Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 EXIST 1 8" ACP ()1 WATER EXISTING ABANDONED WASTEWATER 15" RCP PIPE -(I) \ ROP. WASTEWATER 8' TO 10" HDPE EXISTING WASTEWATER 36" RCP PIPE 0 (-) REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 122 of 132 RECORD DRAWING NO. STR-900 CARROLL LANEA FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = — 2,< F Na ...pi. s*1+ *. • *j RICARDO MARTIN: to �%."RG826Pi,'�� A; ' q ` CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Copus Chr. Suite. 207 isti Tx. 78413 P: 361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services WATER LINE LATERALS SECTIONS (2 OF 2) Guy& Maybik, Inc. Martinez, y Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 SPEC/AL NOTE ENGINEER SHALL CONTACT THE UTILITY DEPARTMENT FOR WATER VAULT DESIGN COORDINATION. NO W v rn cn A c.J N o A Co V 0) A a CA OZ 2 2CO At A 0Xn n r AZ t rt. F.C m O r Zaa vvmr 1.2 2 2j2A 2�2�,g2A 2 22 rylA 0. �r n O h O OnOrS1.0 r 2. OO C O-Cn �m mm rAr pyA-0OnZr o2r r rm 2 0y y2 r en 2.•, 2A �p�tiA-A ynmAAy m m 00 00AA OA 2C) O A r 0 a mA2. 12 Ap•pmA 200 A °AA n p)0 m 22.2 o Ao ywZ 0° om A>n om 2o w2v wc2 -2 2�y 2 A 2 O.m1 O 2 oO mAm e00oxm r" 2� 2gA=AwA°El Z="21 020 2 Z Z-2c1( -1 -Jr,' Acn 2.2 ,o1. nt yy a A-{ A` Z n oma o 2•t2 0 o0 "t 0 "'m�0 1,'0 0A A1.A Co ° O C mm 0 n 2 2. A 0 -mO D �2 co 2 n1a A oD>� m nn2nra0 n0rC °0tr0 �000,<r z000A200,0o0 2 020y0A.ry rOonC Aw COow 2 2A 2 00 02g22m2. °AZ O 02.Z02.m� ioZztz� ZA^mop � p zy �p2 oo o" up �my, n OIli ^i ro r m o On2 r„20 ZZ y yAz0 0 c:0 Zw§-111-0r-11-11-0--1-§-111-0r-11-11-0--1-'12r1m1.A��no1. 2 z� Arm 0m �� A��r�Sfi �aZ�-11 �vm�m°2� •= i"0 A 2 o 000A SA2m° 0� o^y hn�Ay 0 my Oc 01 0 pO Aw 01p 22 O yr mo200012 vlr Og'rr Zy cy0o~ O o 0Aym r rc0r OV00 CAZA y'2n co - t 2 0o 0o rti Or aA mOZ �aO2.O02 e y 2.^ Az Aym 2p 0102.A rd22n m An a o OZ or° A0 „10o n m2 AO m 2r 01 0 2. A r y- en 0 rr rA ma Z @ N0w Dp y0 2r O a00n A Or S2��0 2 02 2 2,A 00 'A 22AA 0° Cr 0 y�Am "l ~Dp2.a ��m n�O Zm y �rtCO m O D mm d2 00SpA^An n v2m2 O a or�y210-00w m ox w A m 702 0 n 2n a rp 2 p,O y22 no 1. A -12022 2 t A0 c m o 20yAp o2A2 2.o A022 p O 0-ymm2'a cno :1.".:1 (/) 2Zon_ 2.n moZrA- y0ooom�A�~ZX00 emm 0 o0 omAo n?o m?�zo � � 2. AZ om 1.0 mn2.k0vti0��22 2 O001r 0n m 2 nr 0 o0 2g,n Ocn TjpA t a Aozyzp a °nao0 m0-yyr 0 1. m1.00 om ° m� 2. m ACOO 0g � QZ� 0 ? y y2 0S yAcA 2 w 2r 0 y 0 o n 2. a a o=m° Io m 0 20 ZNA �01 „r n m o \ �2o 2.2. m 0 01 oo A `Ir O _+ W0 kw tti 01 c0�o Ompn2vm022 A2 0 01 A 0t mZ o� y�� moym2 O0 w n2 On OA n D 0 Z rye r 1.2m0� O m m ply r OAny y�O 2Zn_ 21.0 s 02A 2 m 2nA rA2--o k Z oy u, r 2A- (-) Arw p r„02 CO 0rA' A Z0 y yaym 0 o 2 01 0 0 1. °O702 mc. 2 myy 2 n 2r Ora O y1 n n 11. O A O 21 R-1 -o ZG °°a 2 0 AAp y pm 0yLio0nA A -0m°pZA 201rn0r2.--t2 O mO0O 2 m0�m ?A0 2r AA=m--To r',0, r 2 1. 2 r Am A 2 -,c2. 1 22A A 0 erA oo �2 m 2 yr,),22 Ay mwo02m CO0 A 0 �AZm Z 0o 0 n a0 w y2 Aoc0 0 0 o0 owm r0o 0 0 f A n z ��0�012 �0 2. 2. -mA°moOo2mo n0m o0 2g^0n r Pr 7 o 01� A < c0rZ 0 201 i20 Con�2om o 0 01 z i°o pa= �r-r2.moAn a�• HZ -y0�m 2z o 01 mAomzz�Aw A0p2 Orm-- A t0 wmmm,�m0 OA 0-� rZy y o p n,,,,2 2. r00o0mJOvimr0Cn -2.-_'Am"m�01 2 ,1� � ma m2A n z m oyv1.'n rw0 0 0 n m y r 0o2o n0 OA0 r~2 O m N y � 20AA0C m Z2000 0 0 0 rwA 02A 0002 j nO 2 �OC. 0C�a 0 t � 2 �o2 a20- AAZA C 2 1. A z n 0,"o o tiO 2 . a 0AZ A o ti01 2 0 w pA c o Z2 m 0 y 2 a , 0 mm m2 1.i„=,m ma on, w A 2 2 po2 A m o ?00'1 0 0A002m o1. AaZOm2.0 20�ON Ay p -, 0 � �tow r 0 n m 0d 01 0 21 o° 2 r m 0 02•n m n01 0 A < 2 c 0A A CO w2.An 0 1. (A n yp a 0 0 = O _cn 2 r A p 00 O 2. 0 2y Z S y 2 z r m cr 1. ym n , 2m o2 w01 0 0 0 A ro A Low: 0 ,' 0 2 01 A00 2yr0A0 c 0 1.01 AAO 0A0 p212m p ��� �0A i o y 0 ?n2ry°mA�m1. m A.2 0 a m Ann mZ m w rz n- : i g= o ym 2 rmm l0AA yo 2 nCOm 2 . 1,010 A y 2 A oO n m m ro y 00 ry 2 mm m N ti v tra h. v1'+ EN V IN %o"' S-1 ti 21a C.•• mra 2.0r r ry mmr oh 22. )7, 2. A� �� m0y 2 A101 rA 00 :0 U 02 02� ty 2 01 A 2 C 0 �0nNP2� A 0 r m ro 0° m oga 2 Onl 2001 21. mm2. � O m � 'V0� � \ y 0 110.�zO m Ill Ism �?a c Ono W o0A x012. C A w Z0� OSA 001 1,1. 0 R AO° g„ nog Any t02 2001 mAt A0A 222 022. omn � p z� v� mo ,A czRg r O A :0 2�� a� g 0 2nn op :A Pcn mfr y 11111 t 1 y ki a N. i iii 222,2r, m «01r n,, A rr C ARC, D , Z 0000 a cZ 0 y nk ��o� 20 2° Z 0 At a'>�D Al o' ono �-r“ no <IIN 2, 2x Pl a '� Q 010 Arz? 2 <.,_ n00Z A -n 20 .-)-2.,<-1 °o �A .. t o0mr 00 A A, Ornti 'Q�21y "). �" 7C ,, o ,,m v' r0 P, o 10'' D 0A Zoo 2D 0 2.W O2. o O ~ WI gD a A DA c1. X ft on A 0 ,2� o °c m 01 ' Ocy),l' N01 F-g, 2m�� cm�� '2'''-.1(-) C j� 0 y cD 10 2 m 2.o m m tiA O m mD2 ° 0 z 2 GENERAL NOTA TABLE 1 ING AND INITIAL BACKFILL PIPE TO 12" ABOVE PIPE) w n U II 010 02, 'E O. OO �O 002 AM% �°D OO 0 -`- = '- gip: � m,,.- <,, )''-1-°-',2',1'22'12 yOw1. �o ?, sr, y,,, p2 o�_ Ay ism of o amoro AocioD p py o� ,111--'0?, v, ,,D 21$1 h- o9, oo o'+ 42 'Xm- mo°:0 201 0 A o��o,._ t,2-2 ��aA� X10 o2. �'onaymv'2 �oyzZa=�° i2 .0 0 oDo�mm 0 pO �O tit 2p I•01 ,4 O DD,1.- 2 2 lx, D JAL BACKFILL 'HAN 12" AB w,0 OA D� D e1. wop2r 2-21O �012'-'ow 0 AP.-12'1'', o",m'",o�yvv' OmomOD-Dr-''',1' (o 1° 21%',6'22-21 w�0-OTt o,t mo A oo Z-fir- w oNO, yn,o 2I0'm on o2"or aOc° owcm . DAm -, ro 2.)2-2 oo'0'1'''14°°o' enm +o s m� NN�o ,10Z %-,,,-,,-L%-,,,-,,-L-,';,'z°Zva 0 r�A� m p�y 201 0 1, r D �, r,nn 21A ,,k2 o� : yyT mem = m oxm 012°,) � o m - 0 0 O o A r'' 0 0 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 1230f 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI _ = 4�,.d.. '; E. oF..?F 9ql r* : "' s*B �s*: J 9 RICARDO MARTIN 6 •• 58265 ; r' �° Rf, , �.:- -cm, CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 Corpus Christi Tx. 78413 P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services WATER STANDARD DETAILS 1 OF 4) Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 P2 2 z c -°, r,- cn 2--;) EO O ,� P a omp A�m° oOzA 2o �tiA yo maO � a � 2oam O zZ + n. 2 O to AO11 2m r3 O mC mo o?ar 'Ar co -r-'2 j', F) re m N v A .p o2 no "� y`n a 2Z 7ON 2 P- m 2 0 022 ap A DO rl C a maA m A 2 2z =~0�01� O, �O � rOOoa ry�zA 3 �z 320AO p?�2 TAr Je ~ m ?O? m nti ti A<= 2 2 G1 m\ + czn -rrz a ooA y m -zmn op F0-, til om 2o kil oZ - om'9 � m r! o ®{p L co tzo m mo - _ .,_ p �o, P,S m , , CO �� T 2ti , 9..73• * ' moo mA � p �I �1 C d <2, `0 2 '0 \ ? -1 , ///) 7RE HYDRANT LEAD 2 o ° -6\ my p °I n x mo ° m D A r,:,,,, m. Az on O ^t 2 m 0 ti 0A 2 o a l c m A1 m ptskl 30 2 tel 0 O4 a z , Am ° I.l�' Z mm2 m m oZ 2rn 2 " na Am N Rk 3AAA Co A ON -0Oti2 -10,2,, -p mo� A 3C 7 am n '"IN. x` 0- . v 2 �im mrOo2 6,m ae ao m m O CO ticV 2 l n az ') An P'"'-,mm \ o k1- yn rn O 02 OmArm00a000=eN mm g' 0p UA .)c 20 a� y`nO A m 200 nom m r 1, :-1 < z i'-' �a A m01OmP mocn A2 i o AZ R W \le Z° WzO 11 r.,-,m 6 NI �o Kt' o 2mo= ^m cp '%n�=" mo p zo m p '' PA '1 o O LI o a '�m Sm 1- m O p O O IF�� - I v pcp2='! m � m 0:2 Z�m0 NOT TO SCALE m 0 URB AND GUTTER 1 w n n m Ill AkEit t_ a2 m yyc2 ZA , \ p o - mr o m , SSEMBL YDETA/L (TY FIRE HYDRANT (M.J.) �m N m ` ReN nm2 m O C iO m -3-, O O A AS SHOWN ON PLAN a xn • m a N 2 m le. m m , Or\ �vn do 6.. i �� , 9", m= m o A,31 , °j N m ak C 1 fj/ / �� �i MIN. LAP IN. �V 2 A m \N 0 0 13 1/2"' ° O D is O`} % Irr YY �p V ,' p 2 9,• N a m O C„]�a k � � O � � a mti a N —! A m p ti— 00 A A A A a, p 2 1f2 m a IN DIA. - 19"" DIA.- 23 1/8 - DIA. - 27 3/8"" 014.- 30 3/8' NOT TO L ./ SNC. COLLAR TYPICAL y p " V V m A i-,-- Z 8 0 1— V @0)0-A m . tilta O III N n V �\ 7\ 3"-0" MIN. COVER (7YP.) \1 !• al o�\ o 4'-O" TO BOTTOM OF / CURB & 231-7353 (TYP.) N '� _L A n Sao m A a c \ o, y^ 27/32- 2 15/32"' A A n z5,, A : z: o ',1 `+ Ym N- 3/6 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 1240f 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI _ = oF E................. r* : '�y•9sB ; JJ RICARDO MARTIN •• 58265 ; °: R:5:. r,�:;: ,,.6-, 4,..- Xva. CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 Corpus Christi Tx.:78413-81�s P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services WATER STANDARD DETAILS (2 OF 4) Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 z C,, W I, O�p zmma00000mx fan ctiz oA66zcZm"-6 2:',,-8 'ccmnO?oz 171 a1n T--nAA°2O7,,i, 41° A A z n O m° A Z 2 y A r0 � �l a�lr(n D OC ADA(j lA'' AZ@gym �� '6,',i-',-,,.,,,,-1 oAmom mm yA��ooy om p n� z m A°A�zi� A ,A �Eom�1 o,`71, 'z ''m a 'z �mo,m `^a "z,, 02.0 t4 O mo O\AZAo "2ZAtin 20 zor Z zn2onA �mm�Z "Az k -'o a�y= m0 ° �m mo „ mn i Fnn -1,-, o° Ao O Av Nr mA,, ➢z64,-92 x Nm� No zm, _ " m N Nil o -0rr"� 41 VI wpm � n� t.O A"A o nAa 1 N 0 \ &)N til a v, 4 ^2 14 2,-2, 1-0-'2 ki AA O cn �0 I1I Mill '� p" -0o my oa z Ap z m o n Ano v, o 1 -1- AO cram oo _ A ?1,112 o 1 O {] Y `? C n � 4 A O 8r,---- :0, A, o' \ yy�r m nen ”,z N'6'lO pX \\ _ n� °(p 1m I m 1 U 0 U -SCALE ,.V, . } Is" do mnZnp� z`n"rOOmommo� 241 ti� mn-n,o c„m'�o�Aa m ommAZ Z m"A� AAZ �° zA��2n q�m��b�n q���ar moo Aon ,',3,72 {'r �A� °teno 2a�Ao qui F,,0On vmi 20rn Aym » m A , 1 y„z� N =o. - r' ro u,. m 0 m n P11, 11-' A m a 0 vq z k .,A ^� a z� n y \ c \ ` „ .n� CARRIER PIPE in V ti 2 a 0) \ \ z Nr m �m Zpp�~ min�wr Ua yyA m nn tioAzol =r�mmnAoozo O 2D timONmT �ACm�m�? ` mn, m k oa z �1 " 0 a�, 2 0 ' N- Am�c„ Z nA, O V' k O o ,,1-- i 2 k mm� mqm g �Am c� ‘Am22 2, A m m n'� a nm a a po a 2 �v !?3 of 1,, ti oo A� O n oN rSv __ zm 0 o ro v 0„ o n m a 0<0)� 00 !v v Anin ren n�v,a I'1000A otitip a"v, °� v�� z hoz Acs Ao oon �� oAn nzn mv hoz m ti zcAv� mn oymA �2'<= a'< 0° ZCAm mR°,m oo�A w n� oo0) 6',o ��� rrr �0, n� �mm '� 0o 0) „ n a - A v m -'= a °; n, 0 x? - n ' t� P m y 1 NI o� a� m� a �,, ti 0z 20 H m p n �" Amr on ,”' �mo� v,`o�P,Aoa 2.o,0A� - -cAm a'zn „A,pi �� o=n AxA °aoz z�''oz onm -ca � � amn nm2'4 AFo nm �I�� aim ��`. cA zA m0z n 2°�0 oza oovzi "� p"� tin°� °_ DO z� "�z o� �Z0 0< gz,' Ao0�,,�oo �z�°-° �'"m A���Z m0,)1 :AS/NG SPA %-11'',1 �■ I1111111�1111111 I1111111� _ _ _ , 2r n ,',F=.0'1 --- m Amm �c v,z�c Aon n-° o��n " O� Z an Op zm' m o a 0 0 ti \ N ,�, o ro y�� N Oz � C ,a 43 ivi n Oz n rpz� � nm oma;° m�z y2 ��� Z� �N� ° m z-- o. �`°om� °mommin ��� `os°� y T TO SCALE INSTALLED BY �1 t a o m n � nm ^ Aq ox „ ocz�n0 AZA m0A mezzo az :,,,,,,r -' n �oZZOa Amo nm~ < n° zy�r AAm A 0 ` 43 `N v' m \ 0)0) I1 Amo p A �2o Sn0 vain p k vm a 0)0) o is _ - y ` I m iiiii IIIIIIII O 000) aoz m 2a A so 0 z N � � Z r< E2°.' ,r, c7 U.xs �7 N oti U'� s, �� m n- m z W 2 O l� ,2 0, A k-- v w o 1 n Z I II M415,-]1- � A A mAln8 0o�c?0 �zm z Op� m� anon mno ,n0,c2 Ao A2r ZI00„.ocn :0<0) a 'A :r;,,, omo niZoy� o00 ,IIA tm'1n Ar Op ,II �� p � m" ° aOym T.'"!'° �a --`D''mnm 2 �, cn o m z�on°n o0 ''0) A�C�0O n° a z , .:__ ,% 2 c A ...11 d` k Z 0 1 1� 0) 1 1m -- -F 111 . 11 cz 0 _ i x. A 0) mao �v� Uc a - A�� 2 r o, ns i0 ? a N % r a L' '�' cn /\� c'' 4 n O p2 Ij anAi -9= 00< �A Lip /`per ;-1,,.,--, m2A 7 \ o 0 Is 2 m vz°i0 ar_ r on m2 Ti O jk o .■ z ti --= ■ 1111111 _ IIIIIIII toil m -i Z ,• m _L NOT TO SCALE VISHED AND INSTALLED BY CONTRACT( MBLY DETA/L "C" FST RISER ASSEJW a z o 11 - iik. cm• a u, z 0 n v \ C � 41tti °o p� k o \m -- 0 4 _ i 0-- lin-IIIIIII 0Axm , m 0 ',--4,1F,, P11 F p z N W N m N Ax° ti `^ c0 6 - z ' p o " A1 n o n y m r;'- o m ro 0) 1 n1 \ �� 1V y `` z0m -- ^ Ono -O 11,-;-) 1 " 1 n o k 1z 1 p 1 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION I J CITY PROJECT # E13097 SHEET 125of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI = = — i .••• .- *; %. -Do / �r1\ P58265 ,++ ,:.lbs. 4.-'< `w F•• ,As �\ *+ MARnNE '� / ; o/ L CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 Corpus Christi P:361-13 P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS1 Department of Engineering Services WATER STANDARD DETAILS (3 OF 4) Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 ntoiiAo;l Oy�� my�O�y 5-r--,20-1 r:2-9:1 Ax� O�z �oZ °C 2 o / c m 1. C ti O m zmm a Z� A T corn °� , Z ,,,, 2 �U y �P Q12 ( m o-0� �,� A onc-, ri 2 m aZ QJ -n m A Z +A my y No n4,r- o y�.z-z� AL °m0x 0 z 0 A ` m0o O�� AOz ,-IIv ti?N �m�� `^A N E 4 o a a ` Ay sl i� �o 21II.o 4 m%� Kaav- �m m44. - a �mz "1, / .m A 4 mv'�E cDia y a "� CO% / / N .49 m �2m=m J r o� mo h m1 co ;31 \ozr I co \ o I 9 mt y n 0 t,o t i - �' @ \ �m i mA ia '-iA , mo �lh v,2 ,:: A „ m< a, oU y om °m r oM S� ,n n m� a zr. \ =m � / A o � a vza omzm \'\ m � / ? A �vC 0 0 ` 0 00 + ° cpm �m i Oo m I o om / mm A m o =m o A /4 m m � m k 4 o mm t m "l n2 az i -32 o- Z N. A t a _,-< � 0 °v2 Oar 4 a m� / m Arc �00o AE iI-A c� m �4 / /4 i- // 2 m 4 � AO A / mn4 n 4 2 m 4 O ntiN ��IN --10'-',-, `0-'1',-' `0 -' ` ��O 1�o a -+_t Aon AOS 0kn Ao ,ti�� A%2 m' z o ••I m 2 O 0 m n ,,m Zvni2 AAmFJ' 1? y -I U% OZ Z6 �mc� m° n� A0� -0m mot Ao �mn�a m n A y h m 2 `� \ rat I A zi 0 A o 2. NOT TO SCALE A \ �r 2 m z z �� A �Ao �0 a 8 ti %�j� /� f m •• ` m la Am I 0 a om �� a w 3 A 0 , A a omm \ � 8.4 o�N ,°-, N d� '`N e� mm y ,n t2 t ^ 0 ��m 1+ wA ma o 22ooom k i \ c 0 A' %° mkvnim o'Pq� a r "'oI�im ?, P 2a2 A0 P.a Nmy z m zm2 00 m %vi \p i-� , on m00 �% AOc A ° �oiij o � �ro m -0 CI -0 1. cm� < �A z m ti L »� a Z m �ti zoo cA 3 0m �* cyti mcn AOm cm N0� .'. nip oAn ='�n z0'3' rr__ n z1 m .)� m v�G� -0 nn R. ,0,0,,,,,.-' iAy mpv ,A n0 r----,0 � -mil ,yp� r,a-0 � mDOi �`�� t-im Aym � 2-mi� °on V, Al P�� ��`O oN 0\�n ono 2-,-=-''' n p A.:� �-,� a�1D F, --'Ln iI, -i A a n m ° N o° ?y Is 22 o m 0 00A z 7�'v 2 w -04 ERS - SIZES 3/4- .5/4" MALE I.P. 00 IG (BY OTHERS Zcn gz� ° 0 i ��, ,A� mor z� non Zti� ,m �� A y 404 A -J3 I. mo o� o n r., timm o, � z c , p n o , 2o m m Z a m° o � o IN jO zCmmcm m a ���� Am1"8m 20 g0 n mm =n° n 2 n oz ocn � 2a A �mA i te o V -0 nl n! 1 o @` a Dn, m A a % cpm SO 1. ! vA T�G��mW ,t,.-'2\ 1 ,an s O��/ ,-0, ' o m o A� o F1 vm o o v � O y \ I1 � zy V z�qt. , m� A� m ° n Sz m C otA REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 126of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI _ = OF liks r* . "" k"./.01 *,'t*80 -' DO MARTINEZ ': 58.5 •zt 4R, E:'`;, �_• ai�`ri CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Copus Christi Tx. 78413 P:361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI... Department of Engineering Services WATER STANDARD DETAILS (4 OF 4) Martinez,Maybik, Guy& Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 2y \ \ $/ co // / « m \ / 2 aM9 \ t-0 9 )2 /; 2/ 2 /I \ ` \ co (3:31, G* ?\k§ 0 �\ ()2\ mm m`q; 2 !% \ \ � S. 2Z t! /~� F e rn\m \ \ ~\ 7 °\ 2 C® ;2 %$/ 7N «k^ %7 �\ \ \ © \. Et- (% . c,„- �`w; 2* ! (A 2'-0” 00 ` �� �� C£y_ %f�� -. _, L' NJ MAX. )� \\ WEST §99 _ -t, V. ,rn 2A - m Q/ ,,! ` %%2 )( \ \( ®k 'm / } PROP. ROAD TEMPLATE ABANOONED-\\ H.P.WS. GAS 6" H.P.W.S.- EXISTING MH- IOVED, REMAINING F MH TO BE .ED & IN-PLACE TEWATER N. IPE V. 36" CIPP-' N ACTIVE) ® STA. 3 REVISION NO. DATE BY DESCRIPTION R_ NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 127 of 132 RECORD DRAWING NO. STR-900 C RRO L LANE FROM MADE b HOUSTON (BOND 2014) ago CORPUS CHRISTI= A'. - _ .-. w * RDO MARTINEZ !. e e § + e tt CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples _�2 c c« Tx. 6^ P: 361-814-3070 Fax: 888-653-5510 of CORPUS CHRISTI TEXAS Deportment of Engineering Services WASTEWATER £l £ LATERALS SECTIONS (1 OF 2) Uamne,Guy& Ua Uk Inc. Martinez, Civil / Stru_l Engineering &Surveying Services Bd. REQ Reg. No. F-1415 w m oC) a r o 2'-� MAX. Iv DO o ti a) 03 o 8`Ip ago �A a ,,o �z as 2m� 0 Ny WEST Z a y' a R.O.W. A 1 l IOLi) =a z tb �W o -,:j ayn 2 o, µ A o,~(4) --0 o /JI EXIST. W.W. 15" RCP (PREVIOUSLY ABANDONED) . 40+93.35 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E13097 SHEET 128 of 132 RECORD DRAWING NO. STR-900 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI E NI* .... l 95 •""'��"'-9s*bpd i* is d % ' '* IS RICARDO MARTIN 2 0 j� ?,_RF826 0 4; IQf(�`.N ` ANN. - i CONSULTANT'S SHEET NO. MGM PROJECT: 3542101 6000 S. Staples Suite. 207 Corpus Christi Tx. 78413 P: 361-814-3070 Fax: 888-653-5510 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services WASTEWATER LINE LATERALS SECT/ONS (2 OF 2) Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 o O O�v k� o S /''j t�� IN N-I DOy Ap i; Z N 071 V CAti pVy o Zn ,p Do W ^mT AO SECTION cis: 1. ALL BENDS 2. INFLUENT FO FC i a,'� ` fi t't(j t t• ; M 1111111 ;o °A m;zN A Z F0fpl�c//ny� KM pOA �' O�AC ;�r'�.Aj Zmm Qf•1 OD Dm -= O• "" O �Fm dpi m�N A^AO =p S OOF -1< o O Z O • t v D D x m��F \ -„,,,,co % nOom \ '-i/ 5 m z l7 00 Z m� v n t(i. �', O O A C Z -n00 2 O O µ, m V'.zi A .Ui Z O. i') X \� ..10:, O A Co N 0 A A \/' �\ m Crn 00z /\j O F m D w rn z m 1'rll vii•1i : o m A Vy x 0 c 0 . to %. / "+//\//\//\//\//\//\//�!\//\/\//\//\//\//\ o / �� �Q/O�\\�\\/\\�\\/\\ /\\/\\/\\�\\/O/O o_ o F .- C c= 1_II r. (n o rm %\/,\/,\/.\/,\/,\/,\�.%\/,\/,\/,\/,\/,\/ m A Z D N .\�\\`\\\\ W m U U m Z F-1 m° O 1J J/ .:'. ; c r�����\ W m m OP z oT3 A k n o p / 4�� .• • S' MIN.,; •,\i\i\i\i\i\i\i\i� i\i\i\i\i\ 0 oz //�� ;f ,� ^gym W VJ O-m ^ mx N'k JZ O A��zF A O O rn A ,_,,mi- ui v, �� (� 1i41.. \\1�1' ,� J`' /,\/\/\/,//////.�.//\/\/\i `` . - ;N ma z� DD (+f T O J ro t- v z 0 1RIP �i� ��O y(1� a .. m r m .Z k m • m m f/L 1) . --- III Ao�p "5 = C t�t, � o - I� Q \�.� .,�`%' \ /fit ` \ �� 111111 \ D �Z PI l �« jl Z 7-'.V. m m CO t/ 410 +-\�•\�.�•..� \�.� \� .• \. \.- a. r T. M o O .. '. • �- .__ ., ///,////////////////////I- S mIn p MZ sj UI �^ ` � `� Do `� ■ iiiii " O o o V. OAU O �� A U O• S\\\ i/�. �1 c7� \\\ �AO zO � =��Zs i 0o_mo . � � _ W m� y �ym�x ��; U DA m C �zn C)n2 Z O ,Z°jp m� � m� m z n F zo A �IpA ZA \ mONFV - U � fOV) !!:: mo�o � ICVA,� ZZo P. Z'^ZmA'm"UOV'ri z PN (n J m U A •u mOG =OCOjrx<m� SZ=0001A•t02 OAAmzmm-,0m OVr ZmOm C m 0, mF m„c Amn OA(D7 �IAf_; pomD ("y-1 mW W ZD UGW r OAOA- mm( -40 VImZ>-m ZmZCOOOZ AN-t () A8 SDOAO-IZ�pZ-�- AA r yZAz.ZVIDVyOIr*yOOgC �2�mOzmwmzD 'nNC Am �j VyN=F AN �,To7 CM2, mmD� mro No0rm rr-OmDz-mU mDz CD U Azo = Z A z W D m o z m 0 2 g m m 2 r Z V A c t A c->x O 0 r m o. x m m A O RI m r toWm Dm A,VCAVI _mVyDmo0x-' NC)m z0r AJ!; xy p m �O� N f • Zzzo m 00,cm c"�-iy�lAm!)�W m O Z y yyA�r- 0o A�G� A OOC)mA pA AV) OOFm x z c- o x D 0 o Y 0 = V1 D A -+ //�� SJJ Z m Dr '•y V) ` E 2 O F O� A m o O z W A yjyV)Z m0 rn y Nz pO N9 c�-1 rO� OffO�rn Km Om mzy V+C m py FF mo `.tom. -1p S $o A _ � �t'nyo ;i ;DO OA;m Zn Z oo AA �Z A-Fip C >yro m00 ; cpOF A^AO N OO - {D F Nf N �O fryer O �;• O C 2 UZ O• ZD m�AV NO ��A'A V'? \\\ /\\\\\\\\\\\\\\� \\% /\ \ \� /\ /4i. 5MIN.PzCror<m IU.y m A U { y m �v,-u V4m 2) mm - m s m ViycCCggq7�� 000 m mFp 2MAOop OOp A4 \ in y O cn x Ovz o0),.Z'o 1x1jx•�mp \ 0.A 0m, - yIW+I % 0�m rmZM- / f/yN-1O(nAZ /\ ,,,., Com / \......,/ %/�` //// �\\'%%/``//``r \%``%�%�% \\/+./'%/`%/`\//�j`//``//`%`//``//`\//``//`\ / \\\\\\\\\\\\\ //\\//\//\//\//\\//\//\%`//\//\//\//\/ \/��\/\/\�\.\/\�\,�/\�\/\�\/ . /\\ \/\\/Q/\\,Q\`,\`/\� �,\`/\`/\`/\` ., /� ////////,////; ////////// M�gmo mAN W m O o ZA O MZ yp` v `m v0 O A _m , mz z O o m z- ,- N p oo . v AO m z p A r V)r m D �y �'n%1 mrm < A f = 1,.7, n V+ \\\\ \\ nrs 11i / 1 t .. '.. - r .....-1 730 rF�VA -y a' 730.- co A -i -1+ V N H V/ Cr DOmU I•/� 1 \,\\\\ \•i C z Dm O<W MOX0M026> ZA -/D;= AD V) rAV+r O- mr-O0 M,,-„,4„, DOn-1m r -Coco m m mC� .......... D 11`� t �j� . ..• �.. t•. . i` ' II�' z D oV rWOOD m=O< Om mA opzOmr z„, '1 Om O� c7 m MO ZOym AmA 2W n OC Dm OMX0> GOODD �O ZO I.o 6- -n m, f2*1-➢1 O ?:O ocoz U1y•�UZ FC y. o Zz -=OO n mm=,Wm m r ,„_. O m -+V2 Zv_Am m pp UpF o C�ZmO C Znmf7A , m-imm DO /-� l/ O7 Z /^ H „mO vDAma r ,U- mrZ ZrD m t7 Jm ' �O �mA 1� O D ca) ! _ O- m �'� Sy 0 2� s Moo �� 4,1 �1'��1: 1 �It�... .1.43g �j� ir��il. ''' .::.. .; , • ►�. Zyy� mZ \` om ,m -0 \ �•m y'• IIIIII�I T"^' / O - ro Wi=g= Z mo; mN' A my Om; m< i`� 00, or z 005>>0 U O_AA C m DW 0Vf mm Amx W T'.Zml web,....... �ir��it ':Q' /' �. IIIIIIII' D D o WmZm AW -1m m m Z m x A V+� ti2m C)- V co<Omx m �1 V D A `^, .9 A 2 m Vl O F �N'.S' It��It.• �. �� li �\�--: //////\I` _�\\�- m.. p Z m O O x V a V Z Z O D m V VIA -O-TD" mc ODmr- O mm Vm OC c OrWm ,c c A m O y _<m. O O, m m O F = Z= o N o O O F r g WC Z Z 0,1 -1r x Z'nOmg C A a p r m rz•1 O _y<Z- -1 = or m D C o >y m D o n O A, O, CmxZ -� O z O n v m O V �' m ZW x < V m v A n m Vy 1 .!t�'!1, Q. '� . - -/\/\/\r/\/\/\'/\/\�\/\/\/\� . I ll r .I (� w/\``\/\/\\/`\/``/`\/``/\\/\`/\`/\\/�1� , //\//`//`//\//\//\//\//\//\//\//`//\//\!�=� \\\\\\\\\\\\\O\\\\\\\\\\\ // \/``/i\`/``/\\/``/\`/``/`\/``/\`/``/`I� '•�\\\\�\\\\\\\\\\\\\\O\r--�:: •mm�::� \\O\\O\\\\\\\\O\\O\ // // // // // // // // // // // •im -'' • z - :.:: .. :::" :: MU [mD O D g A AM O ,y S y D O p Uy 1 m mc m 0 >>m Zz , Cl m Z m o A D m 0 A m~ rmi z A Opt -^ r m 0 0 — 4 V .. %/ .i Y\ II�'. :.- // / // // // // // // // // //onimm %\/\\/\\/\`/\`/\\/\`/\`/\`/\\/\I��� • mom' o Z ,Zo0 Z C) Z Oo O N A O N Z m p c zmm +\ Cf) 0-,,,o V/ Z le Q 1T ro- oX \ N v 2 m N m Z N m V/ () `/ m c z _ 000 j— \ ;N z�Z �_ 1 VRIES no p , Tv) N N ZCO� tT A Z XXX 17, mil 1 I Am •• O4V; �FFF Z O cor Vy �� mo yr >p mq my • Op ZCx m V1N4 (n N VI N F_ 7C m m m C O �o� � mZmmyP m 711 Zm �zx -1 U �.jmo SpSO N czmiF NOF�NFm �� �x,�� ZN Dp m m`.v Amm cUnz Oy^ m 0 x0 m o __ p Dm O w N A U - o ZZ� 13 00 �m pe �5 U o m A� m rn O W A OOm O z r AO ZZ � m �A OO m \ D G m V) 1 m O z 0 D r � � m rn m \\ rn 082' pmm �AO �A o z o �m m�pmA AZA � yCyd;� �O S� V mms,0 Jo O A O H 0 1 T O!O M V m m ~ tL-• �1 I MIS m z s mpp 11' ',o I m oA. � o X7372 Z C r- p mm Z C _ g co A m Z Z= r o D p D -, A -4_ O O N N• m W O D. Z oo IIIIIIIII% N COAW `� X111 z ii/55�� ZIA! c A O A O C �� 1=�i'' ). ; v m m 0 mm p 2 D =m 0 A- I) ;: g \ D A CD 2 l� N O Y Q0 m Mc� D C!) I DURAPLATE 5800 PHENOLINE 309 S INCLUDING BENCH & WALLS. 7—#4 REBARS EQUAL SPACING FIELD BEND HDPE ADJUSTMENT RINGS (18� MAX.) NATURAL GROUND OF FINISH GRADE `— REINFORCED 3000 PSI CONCRETE PROTECTION RAVEN 405 MODEL NAME JEFFCOAT 326 OATINGS TABLE oto. MANHOLE DIAMETER 4' OEQUIREMENTS REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT j E13097 I SHEET 1 29 of 132 RECORD DRAWING NO. STR CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRIST! CITY OF CORPUS CHRISTI,o TEXAS �, em `• 0 \% �`�+�+1t "% �`• CONSULTANT'S SHEET NO. WASTEWATER STANDARD DETAILS (1 OF 4) = _ Deportment of Engineering Services 0 O cn 0 0 S-11V1]a NO11ONNOO BOIAfIBS HA>iLIVUV DOIALIBS OH` ONV1S 0, 00 m5 0 m 4 v 0 0 yO m z rnO 0 v 0 0 m N m Al 0 A Al CO O m 0 { Z O C mm 0 11,m m z� 0 N O vm 0 m z0 o x m z x z "D O n � 1 0 D H 1 O 1 m z O H co 00 H 31VOS 01 10N V -V NOILO3S 0 •-• A 31' 0S 01 ION 31YOS 01 ION -D z DEPTH AS REQUIRED -D O 0 O (1)-V)TOT C>A00 0 rnOrnOz mO0 x -n <^AAp5 AA:�11 mOZZ z0 z O xm NA 0m?Azo,T0 o m rnm O mu' z° m; c<n zm m 2mmZ6 m ..1C OOA-,(,) 00 oz � m0,A m --r Cm m N m I A co 00 z> O r ti i� .. 4 m>z mJ A 9 gYY 0 6 �i1,..( ON m v 0 0 -' ymy c C)) 0z C m =m O 0 m 1V REVISION NO. 'ON ONIMVd0 Otf03321 DATE 0 BY CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI :S81ON NOIIOANNOO OIAEJlS WASTEWATER STANDARD DETAILS (3 OF 4) 0 O A-IOHNVVV GNV 8A1VA 8Sd8-lal HIV 0 5' MIN VARIES m x v _m 0 0 rrn mF4 r o mmZ o A D N O C A uv/ G 0r _y i\\ 0 En CZ A it 2 g -0 -0 . 8, rr1 z r cmn 000 y1Gv�f -I 0 A </1 --4 ^• O N ` Al (/) f�•1 2 0�0 >z x ;am T cl < D 0AZc2 NfO A' r5. '� 4 Z v m 0 0 ET AO r�Z 1 0o�1 OVI0y gAm O �O0 I (n C m -I T z rr�tom Z rz rn mrr--z, U. i f N 0 R O o � M111 2 ffm A ZO A0 Z 0 � � A Z r1 A 0 z 0 0 cn 0 0 0 REVISION NO. 1Id1]a aEIV11O8 NOILO]NNOO 3OIAEI3S 1f1O do]a DATE Alaimo MIEWIRESNoWiNI m N 0 O Z Z 00 FO NO 'NIA .0—,4 O A to Z 0 x 0 D A 180HS GM -0 80 Sz0-0 d38f110V3f1NVW 3WVN 1300W r r Snarl a3AO ddd ro m 0 O 0 O ONldld 04 31f103HOS .9 ONIdid 04 31f1O3HOS .9 0 m CITY OF CORPUS CHRISTI TEXAS BY Department of Engineering Services 8' OR DEEPER 0• m 0 40 0 A A 4' MAX. DESCRIPTION .ON 133145 S,1NV11nSN0o A u ru zy >ry �Zy PEW vOm Zoin rmSM occ;oc>Om6?.RoFo,-08,-,550 Kim �3JvA 0 m z E'm;??..A--tDicEy 2'r OC o -2 0m -f mmmA,Z �pf ;OCO X{=1cN• OA AN mmA . mN mo>g-Z2 v,, Mm (ym��y � AO�v (m/l g N = 00,0 2M0 m .Am -Ir Oz N mOm FN mOOpzr m_0_Om, ,g�5_r=Q r 0Am"i0 r mAOC� gO Npn�D-� l JD r';') z 0 Z O �m-^ Vl Om m0 zm �C m g6 m gym z mpN 0Z0D �\'\ -i0 \ /� O lJ ~ Z O rm o 6 0 0 N 4 m z r m ,� N Z -o r N m0 n v A{ ib/ 0 Nrl =, mR Z Oy N D m o 0 p N f4 r m A N Z p (n m0 T �{ m nm C A - ,f r �mm tC")�spv 1 m m OAmmo mr.1'12 mooz0 07? '-VUA -i ZOCN Aco _[y_� N0O O .'m wN� -, cr,�'"O i7p O_r•m0mf 0m02 zmz l mm A p mnO0o( 0Iomz § 0 NFoDO A Fm A mm. N, W-, N a V' m mm0 �p O mFzm OCO 0 m O r A A m 1 m g m m m O oo o Z iA 0 ZN p f n O O• m Z z z f O N SHOWN IN TABLE 1 TRENCH BACKFILL AND PAVEMENT REPAIR ASING DETAIL FOR WASTEWATER LINES TO SCALE NOT TO SCALE GENERAL NOTES FOR BACKFILL �` 1� O N H 0 n D M N pm O pm m O O N \ J / �� ll H 0 D��m 0 Q H D 2 -ITEM p -00 AZ TO / / \ 1 ik z <D< o 3' MAX. DISTANCE _ BETWEEN SPACERS II\�0ONm \ `�/ /nm O 0 N (A/7 FINAL u N0 0 OO Z A 0 0 � m C) 0 z m BACKFILL SEE TABLE (UNPAVED AREAS) L ° \›-A OT MOmi- Om N A t1OCxiK ��,m , \ Np mo A A 0 0 v o m 0 0 A C z A N O o F m mi N m 2 Dmbz m Oc T N O y 2 i ZO g m O D mm g m z* 0 000 0 O 0 00y0 C Mo X m m m 2 o o o o � m m C� �g fi1N A TA O R S n Z Z 0 C C p F MO m 0 ON _A\• 0000, Z �V ON 11 m 0m z D f�`r� Xf2N ;; 0� A l m 8 ip .o. 0 A m mm 1 (6,1 m -p v Z m 0 r z $//////\/r�//`\ 8 O F ,2- N O c.E o _ 2.7' m f ' "( •,M 0 ... 0 m 0 N c tJ 2 O U m0 A ALL BEDDING AND INITIAL BACKFILL SHALL CONSIST OF THE FOLLOWING OR REFER TO DESIGN ENGINEER REQUIREMENTS: GRANULAR BACKFILL CONSISTING OF EITHER NATURAL SAND OR SANDY GRAVEL. OR MATERIAL PRODUCED BY CRUSHING OF NATURAL STONE OR GRAVEL Ili EXCAVATIONS <20 FT. DEEP AND ABOYEAVATER TABLE, USE MATERIAL TABLE 1 BEDDING AND INITIAL BACKFILL (BELOW PIPE TO 12" ABOVE PIPE \ �\\ \\ 0 \\ / 0 * oz Az m� \\<D Tors, \\ m i- \\/ %�\\ r ... ; /\/��/\\\\////�//////�//\/\/\//\/ /\/\//\/r\//\r/\//\rr\r/\//\rr\//\rr\//\rr\/r\r/\//\rr\//\/r\r/\//\/ �i/\\i/\\ir\\/i\\ri\\ri\\/i\\ri\\ri\\/i\\/i\\ri\\/: /\r\/\r\r\\r\/\r\/\r\/\� ; ,... \. = o ii �� m DX DD cc �2.�Zz ns. s. O , VARIES — . ` j Ei •u , •■: /-� \\ gm \\ :AN N \\ � \\ pA ''DI, A z m s o f F •: P •, mC \ \A I __ (� 'D;m DF r0C m A oO m Z0 0. 0 00 � J r mNczi NN mv4> --mm ->� Z vF 0 ,--- �O ss ymm" m F m; 02 0o Oi NC'Am\ 0m N7c C �Z r� Om;Z 0 m =non)m NZ �� fm��11pJ ;O Ni XSmO D.il O m, mmA �0 m y i�Or Y � mms m D t^oma Ommm� µ; 0 �rp�oDpNo v<0 5�i xDv tN� a� oO WF�-( O zmDzzPO N NAA-( Z O;n -I °' -f-' A{ mmF OX O Am mMN OA,�O�Og00 v0 O NOAm;f O �7v 0 z Av �o m0m0pmmO0mm , mm ON <m.Zm r mo<0 m1 OmZNJ-,- mm ;f`tmm P A 0 <f`I f,l ONf+t Av)RRj O m= S ; O�o� � 0cmr 0r0m OOrCp m O p1 N m� �ps�mz0 0 mO O N OA�NF>�� /�t f'' TABLE 2 FINAL BACKFILL (GREATER THAN 12" ABOVE PIPE) UNPAVED AREAS PAVED AREAS of 0 O N F z m � y f.Aj m p A DRi:;33R'l A0 .o0 mNZ v (7 _. A f+1 Z mf m fi0 N �V)O�UI cn - . N -00 Nzcl,NO "y '1 Uj mimn [[�' m X VxN 0„ mrA+I r D ( Zi �.'L7 fi• m m Om; 5ypp5��>y \CCS N 1 XM--' 0-0° ,or, o m C �' g m O �N A`A 800 A0000lr ni .1. p°888 > DpDp m Op W O� m4m8Ag 0OOAn fU,IN y> OM ;W NA2(nm nC NON ���;; 0 55 Dp C m O mpOmE -ImZ O ON O m 6'0 910 �i '7'2 -IRM (OI N .n fn tit >> N :Sl (% Y41, 0 .m7C 0O 1 m �p NAV pm 09 Z fa0FFFF gF Aom fm OyN A&g m m 00 Lmt q01,2 f m rn0 m NwF Zmr,M O m ; mOi m p� 0 Z p m„5...)0(...�x+' 0 g 0 ° F OFr ci m Em D �fnONF -, z m O m REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT / E 13097 I SHEET 132of 132 RECORD DRAWING NO. STR CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI CITY OF CORPUS CHRISTI TEXAS = _ ~"� Department of Engineering Services' /- od^ • �,;.- Im r y�H�F's1;;'',7 �. s,�, ..y4 f -1i w% CONSULTANT'S SHEET NO. WASTEWATER STANDARD DETAILS (4 OF 4)' 00 9101 ADDENDUM NUMBER 01 Project: Owner: City Engineer: Designer: Carroll Lane from McArdle to Houston (B nd 2014) Project Number: City of Corpus Christi J.H. Edmonds, P.E. Ricardo Martinez, P.E. E13097 City of Corpus Christi MGM, Inc. Addendum No. 01 Specification Section: 00 9101 Issue Date: May 05, 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 Ad ndum. App • ved b : Lame Addendum Item •. Modifications to ection 00 30 01 Bid Form, Plan Sheets, and Section 01 11 00 Summary of Work. Attachments: Bid Form (Attachment 1) Plan Sheets (Attachment 2) Summary of Work (Attachment 3) \*°42 RICARDO MARTIN .,.,„ 58265:Tei Q: pti 1-74friz--paft [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. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. None Addendum No. 01 E13097 Carroll Lane From McArdle to Houston (Bond 2014) 00 9101-1 Rev 01-13-2016 ARTICLE 2 — MODIFICATIONS TO THE CONTRACT DOCUMENTS. 2.01 ADD, DELETE OR REPLACE CONTRACT DOCUMENTS A. Delete the following Contract Document: Deleted Contract Document SECTION 00 30 01 BID FORM SECTION 00 1100 SUMMARY OF WORK B. Add the following Contract Document: Added Specification Sections (o Technical Specifications SECTION 00 30 01 BID FORM (Attachment No. 1) SECTION 00 1100 SUMMARY OF WORK (Attachment No. 3) 2.02 AMEND SPECIFICATIONS (OR TECHNICAL SPECIFICATIONS) A. None ARTICLE 3 - MODIFICATIONS TO THE DRAWINGS 3.01 ADD OR DELETE DRAWINGS A. DELETE the following Drawings: Deleted Drawings 2 — SHEET INDEX AND SYMBOL LEGEND 5 — ESTIMATED PROJECT QUANTITIES 24 — SEQUENCE OF CONSTRUCTION AND GENERAL NOTES 56 — STREET SIGNAGE AND STRIPING STA.—(0+70) TO STA. 10+00 (1 OF 5) 57 — STREET SIGNAGE AND STRIPING STA. 10+00 TO STA. 20+00 (2 OF 5) 58—STREET SIGNAGE AND STRIPING STA. 20+00 TO STA. 30+00 (3 OF 5) 59 — STREET SIGNAGE AND STRIPING STA. 30+00 TO STA. 40+00 (4 OF 5) 60 — STREET SIGNAGE AND STRIPING STA. 40+00 TO STA. 50+00 (5 OF 5) 100 — CYCLE TRACK STANDARD DETAILS (1 OF 4) 101— CYCLE TRACK STANDARD DETAILS (2 OF 4) 102 — CYCLE TRACK STANDARD DETAILS (3 OF 4) 103— CYCLE TRACK STANDARD DETAILS (4 OF 4) 110 — I.T. CONDUIT, GAS, WATER, WASTEWATER PLANS AND PROFILE SHEET FROM STA. 30+00 TO STA. 34+50 111— I.T. CONDUIT, GAS, WATER, WASTEWATER PLANS AND PROFILE SHEET FROM STA. 34+50 TO STA. 40+00 Addendum No. 01 E13097 Carroll Lane From McArdle to Houston (Bond 2014) 009101-2 Rev 01-13-2016 B. ADD the following Drawings: Added Drawings 2 — SHEET INDEX AND SYMBOL LEGEND (Attachment No. 2) 5 — ESTIMATED PROJECT QUANTITIES (Attachment No. 2) 24 — SEQUENCE OF CONSTRUCTION AND GENERAL NOTES (Attachment No. 2) 56 — STREET SIGNAGE AND STRIPING STA.—(0+70) TO STA. 10+00 (1 OF 5) (Attachment No. 2) 57 — STREET SIGNAGE AND STRIPING STA. 10+00 TO STA. 20+00 (2 OF 5) (Attachment No. 2) 58— STREET SIGNAGE AND STRIPING STA. 20+00 TO STA. 30+00 (3 OF 5) (Attachment No. 2) 59 — STREET SIGNAGE AND STRIPING STA. 30+00 TO STA. 40+00 (4 OF 5) (Attachment No. 2) 60 — STREET SIGNAGE AND STRIPING STA. 40+00 TO STA. 50+00 (5 OF 5) (Attachment No. 2) 100 — CYCLE TRACK STANDARD DETAILS (1 OF 4) (Attachment No. 2) 101— CYCLE TRACK STANDARD DETAILS (2 OF 4) (Attachment No. 2) 102 — CYCLE TRACK STANDARD DETAILS (3 OF 4) (Attachment No. 2) 103— CYCLE TRACK STANDARD DETAILS (4 OF 4) (Attachment No. 2) 110 — I.T. CONDUIT, GAS, WATER, WASTEWATER PLANS AND PROFILE SHEET FROM STA. 30+00 TO STA. 34+50 (Attachment No. 2) 111— I.T. CONDUIT, GAS, WATER, WASTEWATER PLANS AND PROFILE SHEET FROM STA. 34+50 TO STA. 40+00 (Attachment No. 2) 3.02 AMEND DRAWINGS A. None ARTICLE 4 — CLARIFICATIONS 4.01 QUESTIONS A. Refer to the Questions section of the City of Corpus Christi Capital Programs Civcast, Project E13097 Carroll Lane from McArdle to Houston (Bond 2014). B. Question: "Regarding the deeper manholes at STA 32+71.1 and STA 39+40.00: the plans call out these manholes as 48" in diameter. Both manholes are approximately 19 feet from the rim to the lowest invert. Normally, Corpus spec is for manholes 13 or 14 feet and deeper to be 60" in diameter. In addition, each manhole has a 36" CIPP line that is to remain active running through the base. Per detail sheet 129 (the note at the top right corner), a manhole with this size pipe is required to be 5 feet in diameter. Please advise as to what diameter you would like these two manholes to be." Addendum No. 01 E13097 Carroll Lane From McArdle to Houston (Bond 2014) 009101-3 Rev 01-13-2016 Answer: The manholes shall be 5' diameter as shown in the City Of Corpus Christi standard drawings. The change will be reflected in the Addendum. C. Question: Why are there sub -phases 2A, 2B, and 2C on the Traffic Control Plan? What does the note on sheet 29 refer to about the closure of Copus Street? Answer: The limits of the TCP Sub -phase 2A is primarily to be used for the construction of the main storm water line as shown in the plans. With regards to sub -phases 2B and 2C, the intent is to allow vehicular and pedestrian traffic around the construction of Carroll Lane between Copus and Carrolleton by way of detouring traffic through Copus or Carrolleton. By separating the TCP into two sub -phases, the travel route as stated above can be maintained while construction of improvements between Copus and Carrolleton along Carroll Lane is underway. Copus Street closure is in conjunction with sub -phase 2B and Carrolleton, with Sub -Phase 2C. D. Question: The plans call for the placement of Type B and D HMAC to be completed in two equal lifts of 2.5". Will it be acceptable to construct the HMAC in two lift, i.e., the first lift at 3" (Type B) and then the second at 2" (Type D)? Answer: The 3" HMAC (Type B) and 2"HMAC (Type D) lifts are acceptable provided that the contractor uses the proper methods and equipment to achieve the required end results. E. Question: Who is to install the gas line? Answer: City of Corpus Christi Gas line will provide the installation of the gas lines. Contractor shall backfill the lines once installation is complete. F. Question: Is there a TCP required for the gas line installation at the Gollihar intersection? Answer: The gas line installation within the Gollihar intersection will be completed by the City within the time the TCP for the Gollihar project is in place. G. Question: Is the gas line to be installed under or over the duct banks located at the Gollihar intersection? Answer: The gas line is to be installed by the City Gas Department. The Contractor shall coordinate with the Gas Department for alignment. H. Question: What is the gas line minimum production/installation per day? Answer: The gas department will be installing 150 LF of gas line per day. I. Question: Is the gas line to be installed under or over the duct banks located at the Gollihar intersection? Answer: The gas line is to be installed by the City Gas Department. The Contractor shall coordinate with the Gas Department for alignment. J. Question: Why isn't the gas line installed prior to the beginning of the project? Answer: The installation of the proposed gas lines is easier facilitated as said work is performed under Contractor's TCP and without duplicating efforts for demolishing and then making pavement repairs. Addendum No. 01 E13097 Carroll Lane From McArdle to Houston (Bond 2014) 009101-4 Rev 01-13-2016 K. Question: It appears that the testing and compaction for the 12" subgrade preparation may require compacting and testing the 4" of underlying soils as well as 8" lime stabilized subgrade. Does that mean that the subgrade preparation will need to be compacted twice—i.e., once for the underlying soil and once for the lime stabilized subgrade? Answer: The lime stabilized sub grade is for the upper 8" of the 12" sub grade preparation. Once the lime stabilized soil is compacted, density testing can be performed only once for the entire sub grade. L. Question: Is compaction/density testing under sidewalk required and what is the frequency of testing? Answer: Compaction will be required underneath the sidewalk. The density underneath the sidewalk will be tested as listed in the Testing Schedule given in Sheet 4 of the plans. M Question: Is the Soldier course detectable separator between sidewalk and cycle track to be included in this project? Answer: The soldier course separator will be added to this project. An addendum will be made with quantities and changes to the plans. N. Question: What hours are crossing guards at elementary schools required, what certifications are required? Answer: Crossing guard will be required during school days within student arrival and dismissal times. Cross guard certification as per the requirements of CCISD and CCPD. An addendum will be made listing said requirement as a line item to the bid. O. Question: Is the separation between the proposed waterline and existing ACP adequate for construction? Answer: The separation provided in the plans is adequate for the work to be completed. Care shall be taken where work occurs adjacent to the AC pipe bends. P. Question: Within the Contract Document, under 01 11 00, sect 1.04, part B, it mentions that the Contractor shall pay for delays caused by the gas line installation. Is that correct? Answer: The word "Gas Line Installation" was misplaced and belongs after the colon contained in part A, which refers to work that Owner will be performing. Part B states that Work by Contractor may delay the work that Owner is to perform as stated in Part A. Contractor is to coordinate work by Owner with the OAR. Contractor is responsible for delays in the completion of work under his responsibility. The correction shall be made by addendum. 4.02 CLARIFICATIONS A. Clarification: Bid time is for 2pm (corrected). B. Clarification: The City's standard (sheet 125) show a relatively shorter segment of waterline made up of entirely new D.I. pipe and fittings in avoidance of an immediate utility conflict. The segments of proposed waterlines as shown in sheets 121 and 122 are crossing the entire right-of-way width of Carroll Lane and, as such, are being considered as an entirely new waterline with straight sections of PVC C900 pipe in combination with Q.I. fittings at more locations than just at the point of conflict. The representation of (as Addendum No. 01 E13097 Carroll Lane From McArdle to Houston (Bond 2014) 009101-5 Rev 01-13-2016 well as the quantities for) the proposed waterlines in said sheets 121 and 122 will be kept as shown and without any changes to the Contract Documents. C. Clarification: The lead pipe shall be Ductile Iron Pipe per the City standard and not per the drawing showing the Type 1 and 2 Hydrant Assemblies. The cost of the D.I. pipe shall be subsidiary to Bid Item F24 NEW FIRE ASSEMBLY (TYPE 1) and Bid item F25 NEW FIRE ASSEMBLY (TYPE 2). Please be advised that an addendum will be prepared making the noted changes A. Clarification: Bid time is for 2pm (corrected). END OF ADDENDUM NO. 01 Addendum No. 01 E13097 Carroll Lane From McArdle to Houston (Bond 2014) 009101-6 Rev 01-13-2016 00 30 01 BID FORM Project Name: Carroll Lane from McArdle to Houston (Bond 2014) Project Number: E13097 Owner: City of Corpus Christi Bidder: Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) OAR: Mobilization Designer: Martinez, Guy, & Maybik, Inc. Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization LS 1 B3 A2 Bonds and Insurance LS 1 B4 A3 Storm Water Pollution Prevention Plan with Best Mangement Practices LS 1 B5 A4 Curb Inlet Protection (Filter Fabric) EA 61 B6 A5 Sodding SY 2,836 B7 A6 TCP Plan and Prep EA 1 B8 A7 TCP Mobilization/Adjustments EA 1 B9 A8 TCP Items (Barrels, Cones, Etc.) MONTH 12 610 A9 Sign Boards EA 2 B11 A10 Ozone Action Day EA 5 812 All Exploratory Excavation LS 1 1313 Al2 Crossing Guards 3 1314 SUBTOTAL PART A - GENERAL (Items Al thru Al2) LF Part B - STREET IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 Site Clearing and Stripping B2 Concrete Driveways SF 23,939 B3 Street Excavation SY 17,712 B4 Type D Hot -Mix Asphaltic Concrete Pavement (2 1/2") SY 14,188 B5 Type B Hot -Mix Asphaltic Concrete Pavement (2 1/2") SY 14,188 B6 Prime Coat (MC -30) GAL 2,128 B7 12" Crushed Limestone Base (Type A) (Grade 1-2) SY 17,712 B8 12" Subgrade with Top 8" Lime Stabilized (6%) SY 17,712 B9 Flashing Beacon Sign Assembly EA 1 610 Prefab. Pavement Marking Type 1 (W) (Bike Lane Symbol) EA 26 B11 Prefab. Pavement Marking Type 1 (W) (Arrow) EA 3 812 Prefab. Pavement Marking Type 1 (W) (Arrow) (Dbl) EA 3 1313 Prefab. Pavement Marking Type 1 (W)(Word) EA 3 1314 Refl. Pavement Marking Type 1 (W) (4") (Solid) LF 4,205 Bid Form Carroll Lane From McArdle to Houston Project No. E13097 ADDENDUM No. 1 ATTACHMENT No. 1 Pagel of 5 Page 1 of 5 RevOl-13-2016 00 30 01 BID FORM B15 Refl. Pavement Marking Type 1 (W) (8") (Solid) LF 300 1,665 31,748 B16 Refl. Pavement Marking Type 1 (W) (24") (Solid) LF 451 3,318 1,626 B17 Refl. Pavement Marking Type 1 (W) (12") (Solid) LF 680 SF 3,236 B18 Refl. Pavement Marking Type 1 (Y) (4") (Solid) (Dbl) LF 4,013 LF 5,477 B19 Refl. Pavement Marking Type 1 (18"x12" Yield Lines) EA 2 B20 TY I -C Raised Pavement Marker (Reflectorized) EA 15 B21 TY II -A -A Raised Pavement Marker (Reflectorized) EA 146 B22 Street Sign Assembly w/ 9" Blades (Green) and Stop Sign with Triangular Slipbase (10 bwg) EA 10 B23 Regulatory/Warning Sign Assembly with Triangular Slipbase (10 bwg) EA 18 B24 Cycle Track Directional Signs with Triangular Slipbase (10 bwg) EA 18 B25 Allowance for Unanticipated Street Improvements LS 1 $20,000 $20,000 B26 Concrete Sidewalk (Cycle Track) (Pigmented) SF 25,640 SUBTOTAL PART B - STREET IMPROVEMENTS (Items B1 thru B26) Part C - RTA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 Concrete Bus Shelter Pad SF 1,665 31,748 C2 Concrete Bus Pad (In Street) SF 3,318 1,626 SUBTOTAL PART C - RTA IMPROVEMENTS (Items C1 thru C2) D3 Part D - ADA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) D1 Concrete Sidewalk SF 31,748 D2 Monolithic Retaining Curb SF 1,626 D3 Concrete Curb Ramps SF 3,236 D4 Cycle Track Stamping LF 5,477 SUBTOTAL PART D - ADA IMPROVEMENTS (D1 THRU D4) Bid Form Carroll Lane From McArdle to Houston Project No. E13097 ADDENDUM No. 1 ATTACHMENT No. 1 Page2 of 5 Page 2 of 5 RevOl-13-2016 00 30 01 BID FORM Part E - STORM WATER IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) El Remove Existing Inlet or Manhole EA 32 227 E2 Remove Existing Reinforced Concrete Pipe (15"-36") LF 2,436 26 E3 Asphalt Pavement Reconstruction SY 570 529 E4 Concrete Curb & Gutter LF 8,550 3,710 E5 5' Concrete Curb Inlet EA 48 346 E6 5' Concrete Curb Inlet Extension EA 8 22 E7 4' Diameter Concrete Manhole (Type -A) EA 13 12 E8 5' Diameter Concrete Manhole (Type -A) EA 4 6 E9 5'x5' Concrete Manhole (Type -D) EA 2 2 E10 6'x3' Concrete Manhole (Type -D) EA 5 4 E11 6'x4' Concrete Manhole (Type -D) EA 10 8 E12 18" Reinforced Concrete Pipe (Class III) LF 624 2 E13 24" Reinforced Concrete Pipe (Class III) LF 2,164 4 E14 30" Reinforced Concrete Pipe (Class III) LF 12 5 E15 36" Reinforced Concrete Pipe (Class III) LF 425 6 E16 42" Reinforced Concrete Pipe (Class III) LF 224 33 E17 48" Reinforced Concrete Pipe (Class III) LF 1,314 E18 Trench Safety (Storm Water Inlets or Manholes) EA 86 E19 Trench Safety (Storm Water Line) LF 4,703 E20 Grout Fill 15" RCP Storm Line LF 50 E21 Allowance for Unanticipated Storm Water Improvements p LS 1 $15,000 $15,000 SUBTOTAL PART E - STORM WATER IMPROVEMENTS (El THRU E21) Part F - WATER IMROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) F1 Remove Existing Waterline (4" to 8") LF 227 F2 4" PVC C900 Waterline LF 26 F3 6" PVC C900 Waterline LF 529 F4 8" PVC C900 Waterline LF 3,710 F5 8" Ductile Iron Waterline LF 346 F6 8" Gate Valve & Valve Box, Restrained EA 22 F7 6" Gate Valve & Valve Box, Restrained EA 12 F8 4"x 4" Coupling, Ductile Iron, Restrained EA 6 F9 6"x 6" Coupling, Ductile Iron, Restrained EA 2 F10 8"x 6" Coupling, Ductile Iron, Restrained EA 4 F11 8"x 8" Coupling, Ductile Iron, Restrained EA 8 F12 4" Tapping Sleeve & Gate Valve with Valve Box, Restrained EA 2 F13 8"x 6" Tee, Ductile Iron, Restrained EA 4 F14 8"x 8" Tee, Ductile Iron, Restrained EA 5 F15 6"x 4" Reducer, Ductile Iron, Restrained EA 6 F16 6" x 45° Bend, Ductile Iron, Restrained EA 33 Bid Form Carroll Lane From McArdle to Houston Project No. E13097 ADDENDUM No. 1 ATTACHMENT No. 1 Page3 of 5 Page 3 of 5 Rev01-13-2016 00 30 01 BID FORM F17 8" x 45° Bend, Ductile Iron, Restrained EA 25 LF 72 F18 8"x6" Cross, Ductile Iron, Restrained EA 3 EA 1 F19 8"x8" Cross, Ductile Iron, Restrained EA 1 EA 14 F20 4" PVC Connection to Existing Line, Restrained EA 6 EA 2 F21 6" PVC Connection to Existing Line, Restrained EA 4 EA 2 F22 8" PVC Connection to Existing Line, Restrained EA 7 VF 32 F23 Remove and Salvage Existing Fire Hydrant Assembly EA 5 LF 50 F24 New Fire Hydrant Assembly (Type 1) EA 3 LF 15 F25 New Fire Hydrant Assembly (Type 2) EA 5 EA 5 F26 Replace Existing Water Service Connection with New Connection EA 23 LF 74 F27 Adjust Existing Water Valve Box to Finished Grade EA 15 LF 3 F28 Allowance for Unticipated Water Improvements LS 1 $15,000 $15,000 SUBTOTAL PART F - WATER IMPROVEMENTS (F1 THRU F28) $15,000 Part G -WASTEWATER IMROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) G1 Remove Existing 8"-10" VCP Wastewater Line LF 72 1,630 G2 Remove Existing Wastewater Manhole EA 1 4 G3 Adjust Existing Wastewater Manhole to Finished Grade EA 14 G4 4° Diameter Wastewater Manhole (6' Depth or Less) (Fiberglass) EA 2 G5 5' Diameter Wastewater Manhole (6' Depth or Less) (Fiberglass) EA 2 G6 Extra Depth for Wastewater Manhole (Over 6' Depth) (Fiberglass) VF 32 G7 8" PVC SDR26 Wastewater Main (10' to 14' Depth) LF 50 G8 10" PVC SDR26 Wastewater Main (6' to 8' Depth) LF 15 G9 Trench Safety (Wastewater Manholes) EA 5 G10 Grout Fill (8-10") VCP Wastewater Line LF 74 G11 Drop Connection at Manhole LF 3 G12 Allowance for Unanticipated Wastewater Improvements LS 1 $15,000 $15,000 SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (G1 THRU G11) Part H -GAS IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) H1 Backfill and Compaction of Gas Lines LF 1,630 H2 Adjust Existing Gas Valve Box to Finished Grade EA 4 SUBTOTAL PART H - GAS IMPROVEMENTS (H1 THRU H2) Part I -I.T. IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 11 2" PVC Schedule 40 I.T. Conduit with Pullstring and Mule Tape LF 2,562 12 24"x36"x18" I.T. Pull Box (Installation Only) EA 4 SUBTOTAL PART I - I.T. IMPROVEMENTS (11 THRU 12) Bid Form Carroll Lane From McArdle to Houston Project No. E13097 ADDENDUM No. 1 ATTACHMENT No. 1 Page4 of 5 Page 4 of 5 Rev01-13-2016 00 30 01 BID FORM Additive Alternate Part J -WASTEWATER IMPROVEMENTS ADDITIVE ALTERNATE #1 (per SECTION 01 23 10 ALTERNATES AND ALLOWNACES) J1 8" VCP to 10" HDPE Pipe Bursting LF 1,496 J2 Replace Existing Wastewater Service Connection with New Conenction Ea 32 J3 Wastewater Bypass Pumping LS 1 SUBTOTAL PART J - WASTEWATER IMPROVEMENTS ADDITIVE ALTERNATE #1 (J1 THRU 13) BID SUMMARY SUBTOTAL PART A - GENERAL (Items Al thru Al2) SUBTOTAL PART B - STREET IMPROVEMENTS (Items B1 thru B26) SUBTOTAL PART C - RTA IMPROVEMENTS (Items C1 thru C2) SUBTOTAL PART D - ADA IMPROVEMENTS (Items D1 thru D4) SUBTOTAL PART E - STORM WATER IMPROVEMENTS (Items El thru E21) SUBTOTAL PART F - WATER IMPROVEMENTS (Items F1 thru F28) SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (Items G1 thru G11) SUBTOTAL PART H - GAS IMPROVEMENTS (Items H1 thru H2) SUBTOTAL PART 1 - I.T. IMPROVEMENTS (Items 11 thru 12) TOTAL PROJECT BASE BID (PARTS A THRU I) I SUBTOTAL PARTJ - WASTEWATER IMPROVEMENTS ADDITIVE ALTERNATE #1 (Items J1 -J3) TOTAL PROJECT ADDITIVE ALTERNATE #1 (PARTS J) Contract Times Bidder agrees to reach Substantial Completion in 365 days Bidder agrees to reach Final Completion in 395 days Bid Form Carroll Lane From McArdle to Houston Project No. E13097 ADDENDUM No. 1 ATTACHMENT No. 1 Pages of 5 Page 5 of 5 Rev01-13-2016 -0 n o m m = z 0 m c -1.,z� Z - N O _CCo Coo CO Co Sr.OCo Co CoCo Oa ,4 V(� V,OVi S. W '4 '4 Ch OCT)CoA w Co Ch Co CA ?• Po c. C. AAAAAAAAAA W W www W W w (A c4 NNn)n)n,®NNNIV U W 90 O !D P. V P. U A w N -. O 9. Cb V ?, U W N 2 b CC V O CT A W N -. O !o m V Or CT A W n, p 9. du V ?, U oo=yA22ASSSSSSSSSS�HAA—a-"yaMIoz„o @ ��L c� moo aS2QQ52pp52QQQQaQQv""= AA r�. 22 22 z 2222 ....;,,,,.,,.,4x,,.,,SSap 220 cn in N In _ _ _ _ I+� (+� .5,„..., � �� �y y.g_, 1 � P,M Imn mmm Q{� (QAA �� C y y ApO V yr/1 y� y In q2q q2q ,�r„„„m - >OOCm0 m -1ti q, n2 6 66 6 n nnn nn nnn nn On %C n$2222 CG 22"22n22 5 % as ma a �' �.y y y yI„ y mmm mn , C-1zy, yy yyy ym O mmm m mmmm mm mmn n, , nn n nn, , n, ,n n2C m .. OOA00 c7O Oo•In 0 r r Zx m - r�* O O o 0 0 _' O o x o O O 2 . O O O o n x o O o 0 0 0 2 0 0 2 0 0 o O _ 2 2 a m� ,z,,,c2A2i o2O,,,.- 2Q, $,,,=-- vvv v a � 2zzaac'z �o� 0opgg000go0gz z 2 a iii - v�vv�a���E�yvv ? v3a2 r.�V ' aaaaaCCC r- A a aao? o OOOo00000O0^00007 O 2 rT 2p O 1„ pznoz yy yy a p"000 `� o o`po�o p"o 0 o mnyi l- ,C, 0 000 � � y�S y�o� c)n p ''.§2 A- - 2 2 2 2 2 2 2 R E R m v,T y m m y 2 2 2 z 2 2 < 2 2 2 2 2 2 2 2 2 2 2 2- m m; m; m; '9 m; m m L m 2 0 0.- m a a v t a v o s 2 0; �„ y a a a y i 2 c a o p p o p rT yyyyyyyy y y y S'y- S"y a a a m m S r vi x x x x x p o g 2 m o E zgiziz�Az�ggggc a y"+y ' t x:13"J >i Azz22zz2zz2z222 z22s ” !IIIIWINNMIPWWP!!!!!':Iig!!!!!0":=7::::::- m00op0oa aa,opor'%' yno SyZ^ Ie6� nnnnnnn nn11 1 1 I I 1 I I I I i I 1 I C oC�m0c p a v�� v()yyA p o-� �y p z2z221121 �'1"�t000 000000000 �m� �� vv��vc2in '�'`�' -a ^' m O AAAA p_3���a`a�_a_so-oarr., �o�o�c�Ao zzzzzzzzzzzz��� ��������a^o eM UAwti-O- y� pmm mmmC �s �CxA WP!!!!!':Iz as+n+!$�r+�- �roi1 vI g 075 -- ' O _ y y y 2 a A y y -I -y -Iti A ryh ry+lm Iy�lm Bryn ly+lm mr+1 mr+1 0c 0� a mm a O 2 W Nc� m m � � m m x� a m m 00 r 2 A w b a s �r--.4m rr++�, r+.11 2r+1r?�� �� m g A A A A W w W W .: b �. -,,q-1 , m0 �1 -1 �� ����U...` n n O y�2Qj Tj Aj rT -mitis `�' gn.A W N.O�rpriti'�" +* +�0 —113 CCCmmy ��r- x\\m m 200 2 2 2m 2222'~ � =?r"n��m�2 mma X22 za``� �� a����o rA 000m2opoov 1 1 c�c�c2jE� zy ;OAW N -Awn -Awn _wr - a- 2 0o myy y 00 0 0000 yy, inelillipma-1'1-9,5!. ` _+-' -1aw I ` r -II�7. p m2y m y n 2 t i ,....2A ..C.4(.. r�' y 2 2 0 0 "' R i n n r� S V A t m� g R ),. p O O p 0 0 0 0[� O 0 0 0 0 0 O c o2 ` -.V. y y 1 1 - 5 pR�G� C rmn 17 �l '1'1 �t TI �1 �1 �1 ^1 �'I �1 �1 �1 �1 �1 A p aa'lavaaaaa o yyyyo ry nnn.7��mp� W W W Www SAm 2 n--` ? A. 0 n 1 mi a N --4-4-4, y y N Iry1 p o^ o `�...�...._.`�. 2 m Oma` A A w W Nn7 �. �. CTpma m�Sr2+1� Ati-I aC7 ny` I A ca CnO AoUOCTp4 4 p<2y0 CTA0)0) - -I Co OAA r,1 21a +4c4T4o+o4''m� wpcpnA-, -44-4..-^ `cRRR'Ra .L'-1ao rrO rgzz `2 2'p'o$og yy ''q .i'0) 00002 1 z I ^my ArR % C n y 'ti -1-..... 00 1 App o 000'1"` ya�0` c:I m O A 00000000 y y O A y y 0 O I I A a T a t.. 2 Ln r'� y y y y y y y y -I �I y O W 2 y 2 V. AAA. cn y A =m uawly_ I o2 ti tt-ip:-p�++p--p�ooa �Toi��� .i. z— y O 'J000OOOOO m j'-y„Eg `�"� ,, I_ '1 4-i L2 Pr A � N ► 2 I -C 4 V) n iv NOIldId3S30 X30N1 133HS mi 0m O� Z =m m � < m iyn� -1 z �Z 'o I-\ z :0 S A 0 WATER CONNECTION TO EXISTING DIRECTIONAL TRAFFIC CONTROL ARROW L 0 r GN39311O91AJAS 1 m G) m ;2 z ; mtnvL FGfv v O NO 50 F. V NS. U W I,j-. O b m V OI U W N :. C 0m2V ,Op) U A W N O b b b b b b b b b 9. P3r4 Or U A 3-4,1•3 aaay aaaaaaaaaaaa A.... -1 -I :4 �,-I-C AAy O)®a m y TO yK-C<� 0,-)0,-, C C-1-� O II �®BmGB ~ ��� O mmmm ro1 y�OOO X m A C)C7 C) 0c,2 c, §i C�2 C7 --I, r- A AA� Fn ary,a r,�ar�, asr�, a_>>y yyy 2222222222 �aaaa 02 -4 0* Ing;m c) „ =i ��� 2 22x2'1 2.1 rz+1 r2i, x2,,0000 �O pC o 00 o aO � «-C On,.....% D- m 0> ' 4 0ac)a >cc� �a a ti _ SS yyy a ria aroma 00 to Z-1mZ ZSrT m �D m Z y y yy% =J=10 AAA A� I. �C x�C �y1 �y1 5-,2 ::4 m>y -.Mr', z 2-1 m rn �0 �1 22�SrA�1 n1TCCC C L7 yy y>y y 222>° y> yy yA D' o;z 13nlo, O rn <� V:1- COmmOpp0� 222C)C7 f7 C7 y- � 2222 AAA �222� IIII��� 1 R_ FRER �-y,�o <m .o ym o rr�, z��r^o aammm xxxx C O2 p Dx Or„ m ”' 1.> N m 8o, 0^^ '1'layynC'�nAAAA 3E )1 as as D aaa g g g y g g by A� Z rr� ym��xt� OOOyy HH A%%AOOp ZZ 0 m r.,, r-1m2z2 A `�-1-1 mpOp2 O� -. to 0 (7 0 000 yyyyyy222A r�IT r O O O O m m -p A A o m �+ 0 r-lr'-1"-1-. 0)00)8~-) 0 -- to,op�roD, _,.. Bopp W -1 � � "�-vV -. 8 2 22 m 'E 'E 'E q +1 -I q " y H % m ; y 0 • yyyymmAWnppl-LI p2200 mmmrrniaoiaa�H a.n Htn r—f 21 r" • j`r^r r�-"2zA AN ^ Sgg as aaaaraa aaa c:Irs� O Zy-.�-�'�-o ori=222��� ����1�� p o p o ��r�'1 pw rpu�2 Cn Nom. mmOOOnC'1 C'ln til �t -'Iv�w...� 0�1 �1 �'1� `A.�" `i1I1222 no no 1.n.n.n. 1.-0n.aAAA .t..........1 It v a gp 0 0 CO 0 0 0 CO 20 �l O Lo y y Co p- 10---- m-- - --0 CO OVd NSI1SHS S(1S SISNONOO ZO NZ uo)n ,7'g"'3-01 QOy �m m Opo m 0. 0 0'40 D O mm2 nr-0 m mm> D0 DZ zo 111 S108WAS 43SOdO21d -1yy-1 mAA A AA AA AA , Ag3���^ in m m m m m m m m yNyyrn,,, yyyyy (—. 2 x x x x x x x 2 m m m m AwN� .y"I' ...-.,,,, o, qs� o000000 yyyyyyyy AAwwO CT n -T ,.cn-o 1- ti 2 0 0 0 0,“588z1 � 1 y y y y y 00 00 aA?AC�AAaA44.4 cA a UA0CNiIO � X2'0.'2822 NOIldINOS30 1 f 1 1 i ® 05-04--201R.M. ADDENDUM No. 1 - SHEETS 5, 24. 56, 57, 58, 59, 60, 100, 101, 102. 103, 110, 111 I' REVISION NO. DATE BY DESCRIPTION - 1 1 REVISION NO. i DATE 1 BY 1 DESCRIPTION SHEET 2 or 132 RECORD DRAWING NO. STR-900_ CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI E a �t�i �.rpi>1 Air . 4 *tl ,*.rl j �M 1/ RICARDO MARTINEZ j I 58265 :� F ec/ E�?,_,, Li�x7 4� o y rl a vi w m _N q 2 2 �I �� �u ` =$mH - soon S. smve& sD . zoo Corpus713nnsn Tx P: 381-814-3070 Fax 888-653-5510 SHEET INDEX AND SYMBOL LEGEND CITY of CORPUS CHRISTI_..:.... TEXAS Deportm ent of Engineering Services Martinez, Guy& Ma bik, Inc. CMI / Structral Engineering Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 b6 JO Z 3OVd > > 0 n rn =z m C -1z Z • N 0 0 b 0 co O N 1 a N 1 5 0 x N 0 N A 0) v 6 ao a L_ 0,.0 0 .., 0 0 A C. CO V CA n,A GN O L 4 Vl > Y q 41 DP D � 4 A U U Co 0 N N N N 2 DPD D U 4 U V Alm CO VIM m 0,1!a 044 p 0I0 0 00 -5t jz IX I 212 U 0 O m U -I-9 C.4 AIN O co m A N Of x N N 0). A 8 r r N 0 0 8 Z rn T N m V 5 N011dI IOS30 0 N 0 U\ 05-04-2017 REVISION NO. c) -o 4 I o DATE S 0 c;,1 N R.M. BY ADDENDUM No. 1 - ADDED CYCLE TRACK STAMPING, CROSSING GUARDS, AND 5' DIA. MANHOLES DESCRIPTION CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI ESTIMATED PROJECT QUANTITIES REVISION NO. DATE BY CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services DESCRIPTION 6000 S. Staples Suite. 207 Corpus Tx. Christi P: 361-814-3070 Fax: 888-653-5510 Martinez, Guy & Maybik, Inc. CMI / Stxuctral Engineering & Surveying Services IX. Bd. P.E. Finn Reg. No. F-1415 RICARDO MARTINEZ 0 1010g£ :1031 id non 'OM 133HS S,INVI7HSNOO 1 N i m p 0 X 3 i 822 STREET SIGN ASSEMBLY W/9' BLADES (REEK) MND STOP SIGN WITH TRIANGULAR SUP8ASE (10 8WG) 823 REGULATORY/WARNING WITH TRIANGULAR SUPBASE (10 BAG) 824 CYCLE TRACK DIRECTIONAL SIGNS WITH TRIANGULAR SUP8ASE (10 BAG) 825 ALLOWANCE FOR UNANTICIPATED STREET IMPROVEMENTS j B20 821 I TY II -A- TY I -C A PAVEMENT PAVEMENT MARKEFR (REF1.ECTORIZED) CD I @ COI ,S ,31; V PPP.� >i> mm EES 6>>00 ,� ::� 'l — m 0 O Q m 1—B15 1 REFT_ PAVEMENT MARKING TYPE 1 (W) (8') (SCUD) I B16 1 REFL PAVEMENT MARKING TYPE 1 (W) (241 (SOLID)_____._._. .. y'2 zxEE c0i m �m4 a: p CD 03 N� vv 0y c0i PART A - GENERAL Al I MOBILIZATION _ LS A2 ' BONDS AND INSURANCE 1 LS A3 1 STORM WATER POLLUTION PREVENTION PLAN WNH BEST MANAGEMENT PRACTICES A4CURB _ A4 _. I CURa�LET PROTECTION (FILTER FABRIC)�LS SEA A6 I TCP PLAN AND PREP -rn 1 A7 I TCP MOBILIZATION/ADJUSTMENTS I EA ABI TCP ITEMS (BARRELS, CONES, EFL.) MONTH_ f A9 SIGN BOARDS - EA A10 1 OZONE ACTION DAY EA All 1 EXPLORATORY EXCAVATION 1 LS J 5' CONCRETE CURB INLET D(IENSON EA 1 8 1 I 4' DIAMETER CONCRETE MANHOLE (TYPE -A) EA 13 + 5' DIAMETER CONCRETE MANHOLE (TYPE -A) EA 4 15, X 5' CONCRETE MANHOLE (TYPE -D FA 2 I 6 X 3' CONCI EIt MANHOLE (TYPE-0EA 5 6' X 4' CONCRETE MANHOLE (APT ) EA 10 '- ii REINFORCED CONCRETE PIPE CLAS III LF 624 I 24- REINFORCED CONCRETE PIPE CLASS II LF 1 2.164 30 RONFORCED CONCRETE PPE CLASS III) LF 12 36' REINFORCED CONCRETE PIPE (CLASS 611) LF 425 42' REINFORCED CONCRETE PIPE (CLASS 61 LF 224 48' REINFORCED CONCRETE PIPE (CLASS BOLF 1,314__ ,1 V1 D D D D D D qv; 1 T D D 52 N m-.• 0rC,C9 _ 0 -•01m 0UN A 40 300 A N 0444 0 0 b 0 co O N 1 a N 1 5 0 x N 0 N A 0) v 6 ao a L_ 0,.0 0 .., 0 0 A C. CO V CA n,A GN O L 4 Vl > Y q 41 DP D � 4 A U U Co 0 N N N N 2 DPD D U 4 U V Alm CO VIM m 0,1!a 044 p 0I0 0 00 -5t jz IX I 212 U 0 O m U -I-9 C.4 AIN O co m A N Of x N N 0). A 8 r r N 0 0 8 Z rn T N m V 5 N011dI IOS30 0 N 0 U\ 05-04-2017 REVISION NO. c) -o 4 I o DATE S 0 c;,1 N R.M. BY ADDENDUM No. 1 - ADDED CYCLE TRACK STAMPING, CROSSING GUARDS, AND 5' DIA. MANHOLES DESCRIPTION CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI ESTIMATED PROJECT QUANTITIES REVISION NO. DATE BY CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services DESCRIPTION 6000 S. Staples Suite. 207 Corpus Tx. Christi P: 361-814-3070 Fax: 888-653-5510 Martinez, Guy & Maybik, Inc. CMI / Stxuctral Engineering & Surveying Services IX. Bd. P.E. Finn Reg. No. F-1415 RICARDO MARTINEZ 0 1010g£ :1031 id non 'OM 133HS S,INVI7HSNOO SEQUENCE OF CONSTRUCTION NOTES: PHASE 1 -GOLLIHAR TO BRAWNER (EAST SIDE) 1. PLACE APPROPRIATE SIGNING, STRIPING, AND CHANNELIZING DEVICES AS SHOWN ON THE PHASE 1 TRAFFIC CONTROL SHEETS, AND CLOSE NORTHBOUND HALF OF CARROLL LANE. 2. CARROLL LANE SHALL BE ONE-WAY (SOUTHBOUND ONLY) FROM GOLLIHAR ROAD TO BRAWNER PARKWAY. NORTHBOUND CARROLL LANE TRAFFIC SHALL BE DETOURED ALONG GOLLIHAR, KOSTORYZ, AND BRAWNER (NORTH) AS SHOWN ON SHEET 22. 3. FROM CARROLL LANE CENTERLINE TO EAST ROW LINE, CONSTRUCT NEW STORMWATER, WASTEWATER, WATER, PAVEMENT, CURB AND GUTTER, SIDEWALK, ADA CURB RAMPS AND DRIVEWAYS TO FlNAL SURFACING. PHASE 2 -GOLLIHAR TO HOUSTON (WEST SIDE) NOTE: PHASE 2 SHALL BE DMDED INTO 3 SUB-PHASES (2A, 28, 2C) AS SHOWN IN THE DETAILED TRAFFIC CONTROL PLAN SHEETS. 1. PLACE APPROPRIATE SIGNING, STRIPING, AND CHANNELIZING DEVICES AS SHOWN ON THE PHASE 2 TRAFFlC CONTROL SHEETS, AND CLOSE SOUTHBOUND HALF OF CARROLL LANE. 2. CARROLL LANE SHALL BE ONE-WAY (NORTHBOUND ONLY) FROM GOLLIHAR ROAD TO DALRAIDA. SOUTHBOUND CARROLL LANE TRAFFlC SHALL BE DETOURED ALONG GOLLIHAR, KOSTORY2, AND BRAWNER PARKWAY (SOUTH) AS SHOWN ON SHEET 22. 3. FROM CARROLL LANE CENTERLINE TO WEST ROW LINE, CONSTRUCT NEW STORMWATER, WASTEWATER, WATER, PAVEMENT, CURB AND GUTTER, SIDEWALK, ADA CURB RAMPS AND DRIVEWAYS TO FlNAL SURFACING. PHASE 3 -McARDLE TO GOLLIHAR (EAST SIDE) NOTE: PHASE 3 SHALL INCLUDE A SUB-PHASES (3A) AS SHOWN IN THE DETAILED TRAFFlC CONTROL PLAN SHEETS. 1, PLACE APPROPRIATE SIGNING, STRIPING, AND CHANNELIZING DEVICES AS SHOWN ON THE PHASE 3 TRAFFlC CONTROL SHEETS, AND CLOSE NORTHBOUND HALF OF CARROLL LANE. 2. CARROLL LANE SHALL BE ONE-WAY (SOUTHBOUND ONLY) FROM GOLLIHAR ROAD TO McARDLE. NORTHBOUND CARROLL LANE TRAFFlC SHALL BE DETOURED ALONG McARDLE, KOSTORYZ, AND GOLLIHAR AS SHOWN ON SHEET 22. 3. FROM CARROLL LANE CENTERLINE TO EAST ROW LINE, CONSTRUCT NEW STORMWATER, WASTEWATER, WATER, PAVEMENT, CURB. AND GUTTER, SIDEWALK, ADA CURB RAMPS AND DRIVEWAYS TO FINAL SURFACING. 4, PHASE 3A SHALL USE SAME DETOUR AS SHOWN FOR PHASE 3. ADDITIONAL TRAFFlC CONTROL IS SHOWN ON SHEET 35. PHASE 4 -McARDLE TO GOLLIHAR (WEST SIDE) 1, PLACE APPROPRIATE SIGNING, STRIPING, AND CHANNELIZING DEVICES AS SHOWN ON THE PHASE 4 TRAFFlC CONTROL SHEETS, AND CLOSE SOUTHBOUND HALF OF CARROLL LANE. 2, CARROLL LANE SHALL BE ONE-WAY (NORTHBOUND ONLY) FROM GOLLIHAR ROAD TO McARDLE. SOUTHBOUND CARROLL LANE TRAFFlC SHALL BE DETOURED ALONG GOLLIHAR, KOSTORYZ, AND McARDLE AS SHOWN ON SHEET 22. 3. FROM CARROLL LANE CENTERLINE TO WEST ROW LINE, CONTRUCT NEW STORMWATER, WASTEWATER, WATER, PAVEMENT, CURB AND GUTTER, SIDEWALK, ADA CURB RAMPS AND DRMEWAYS TO FlNAL SURFACING. GENERAL NOTES FOR TRAFFIC CONTROL: 1. THE INTENT OF THE TRAFFIC CONTROL PLAN IS TO ALLOW UTILITY IMPROVEMENTS WITHIN THE CLOSURES FOR THE STREET IMPROVEMENTS IN EACH TCP PHASE, CONSTRUCTING MAINS IN THEIR ENTIRETY AND LATERALS/SERVICE CONNECTIONS TO AN ACCESSIBLE POINT OF CONNECTION FOR THE SUBSEQUENT TCP PHASE. HOWEVER, SHOULD THE CONTRACTOR WISH TO PERFORM UTILITY WORK PRIOR TO PERFORMING STREET CONSTRUCTION, THE CONTRACTOR SHALL UTILIZE TCP STANDARD SHEETS TCP(1-1)-12, TCP(1-2)-12, TCP(1-3)-12, AND TCP(1-4)-12 AS APPLICABLE TO THE WORK BEING PERFORMED. THE CONTRACTOR SHALL SUBMIT HIS TCP PLAN TO THE ENGINEER FOR APPROVAL PRIOR TO PERFORMING ANY UTILITY WORK. 2. ROAD CLOSURES SHALL BE LIMITED TO WORK AREAS ONLY. 3. ALL WORK SHALL START AFTER 6:00 A.M. AND WORK SHALL BE SCHEDULED SO THAT NO WORK IS PERFORMED AFTER 6:00 P.M. UNLESS APPROVED BY THE CITY. 4. CONTRACTOR SHALL PROVIDE TWO (2) TRAILER MOUNTED TRAFFlC BOARDS (3 LINE MESSAGE) AND TWO (2) TRAILER MOUNTED ARROW BOARDS TO BE USED THROUGHOUT THE CONSTRUCTION PHASE. MESSAGE BOARDS AND ARROW BOARDS WILL BE USED PRIOR TO ANY CHANGES IN TRAFFlC PATTERNS AS DIRECTED BY THE ENGINEER. THE CONTRACTOR SHALL PROVIDE THE ENGINEER TWO WEEKS NOTICE PRIOR TO MAJOR TRAFFIC CHANGES IN ORDER TO NOTIFY THE MEDIA. ARROW BOARDS SHALL BE CONSIDERED SUBSIDIARY TO THE TRAFFlC CONTROL PAY ITEM. 5. ALL EXCAVATIONS SHALL BE BACKFlLLED AND COMPACTED IN ACCORDANCE WITH THE PLANS AND SPECIFlCATIONS AND SHALL BE OPEN TO TRAFFlC IN ACCORDANCE WITH THE PROJECT SPECIFlCATIONS AND TRAFFIC CONTROL PLANS. 6. CONTRACTOR SHALL PROVIDE CONTINUOUS ACCESS TO ALL BUSINESS AND RESIDENTIAL DRIVEWAYS DURING CONSTRUCTION PERIOD. 7. ALL WORK ACTIVITIES SHALL BE IN ACCORDANCE WITH THE PROJECT'S TRAFFlC CONTROL PLAN. NO WORK SHALL BE PERFORMED OUT OF SEQUENCE UNLESS AUTHORIZED BY CITY REPRESENTATIVE. 8. TRAFFIC SIGNS, SIGN SPACING, SIGN LOCATIONS, TAPER LENGTHS, TRANSITION LENGTHS, AND ALL TRAFFIC CONTROL DEVICES SHALL BE IN STRICT ACCORDANCE WITH THE PROJECT'S TRAFFIC CONTROL PLAN AND SHALL ALSO COMPLY WITH THE LATEST EDITION 'TEXAS MANUAL ON UNIFORM TRAFFlC CONTROL DEVICES" AND CURRENT REVISIONS, AND DISCREPANCIES BETWEEN THE TRAFFlC CONTROL PLAN" AND CURRENT REVISIONS. ANY DISCREPANCIES BETWEEN THE TRAFFlC CONTROL PLAN AND THE TEXAS M.U.T.C.D, SHALL BE IMMEDIATELY BROUGHT TO THE ATTENTION OF THE ENGINEER. IF A DISCREPANCY BETWEEN THE TRAFFIC CONTROL PLAN AND THE TEXAS M.U.T.C.D. IS DISCOVERED, THE TEXAS M.U.T.C.D. SHALL GOVERN. 9. THE CONTRACTOR IS RESPONSIBLE FOR PROVIDING AND MAINTAINING ALL TRAFFIC CONTROL DEVICES FOR THE COMPLETE DURATION OF PROJECT. ANY TRAFFIC CONTROL DEVICES DEEMED UNSATISFACTORY BY THE ENGINEER SHALL BE REPLACED WITHIN 24 HOURS AT NO EXPENSE TO THE CITY. 10. THE CONTRACTOR SHALL INSTALL AND MAINTAIN A 4' HIGH BARRIER FENCE AROUND ALL OPEN TRENCHES OR EXCAVATED AREAS. SAFETY BARRICADE FENCING SHALL BE HIGH DENSITY POLYETHYLENE (TENSAR-UX4050 9SB-ORANGE-4" HIGH, OR EQUIVALENT). 11. DURING NON-WORKING HOURS, CONTRACTOR WILL BE REQUIRED TO PROVIDE A 3:1 OR FLATTER SLOPE WHERE VERTICAL CUT EXIST ADJACENT TO EDGE OF PAVEMENT. MATERIAL USED FOR SLOPE PROTECTION WILL BE SUBSIDIARY TO VARIOUS BID ITEMS OF THIS CONTRACT. 12. BARRICADES, SIGNS, CHANNELIZING DEVICES AND OTHER TRAFFIC CONTROL DEVICES MAY BE ADJUSTED TO FIT FIELD CONDITIONS AS DIRECTED BY THE ENGINEER, 13. EQUIPMENT AND MATERIALS SHALL NOT BE STORED IN PUBLIC RIGHT-OF-WAY AT ANY TIME DURING THE COURSE OF CONSTRUCTION, ANY MATERIAL OR EQUIPMENT APPROVED BY THE ENGINEER FOR TEMPORARY PLACEMENT IN PUBLIC RIGHT-OF-WAY SHALL BE ADEQUATELY BARRICADED WITH TYPE II BARRICADES ON EACH DIRECTION OF TRAVEL 14. THE CONTRACTOR SHALL MAINTAIN ALL REGULATORY SIGNS DURING THE CONSTRUCTION PERIOD. 15. ALL CONSTRUCTION WARNING SIGNS MAY BE GROUND MOUNTED OR ENGINEER APPROVED PORTABLE MOUNTING DEVICES. 16. CONTRACTOR SHALL NOTIFY THE CITY'S TRAFFIC ENGINEERING DEPARTMENT IMMEDIATELY AT (361) 826-1962 IN THE EVENT THAT ANY STREET SIGN, POST OR SIGN FOUNDATION IS DAMAGED DURING CONSTRUCTION. 17. THE CONTRACTOR SHALL MAINTAIN AND PROVIDE SUITABLE TEMPORARY DRAINAGE MEASURES THROUGHOUT THE PROJECT SITE TO ENSURE POSITIVE DRAINAGE UNTIL SUCH TIME THAT PERMANENT STRUCTURES ARE COMPLETE AND OPERATIONAL. THE COST ASSOCIATED WITH CONSTRUCTING/MAINTAINING TEMPORARY DRAINAGE IMPROVEMENTS WILL NOT BE PAID FOR SEPARATELY BUT BE CONSIDERED SUBSIDIARY TO THE PROJECT. 18. TRAFFIC CONTROL DURING INSTALLATION OF UTILITY CROSSINGS SHALL BE HANDLED BY TEMPORARY LANE CLOSURES USING FLAGGERS, MESSAGE BOARDS AND OTHER APPROPRIATE TRAFFIC CONTROL DEVICES AND SIGNAGE, TWO-WAY TRAFFIC MUST BE MAINTAINED AT ALL TIMES ALONG CARROLL LANE. ALL UTILITY TRENCHES MUST BE BACKFILLED, COMPACTED AND PAVED TO CARRY TRAFFlC. 19. CONTRACTOR SHALL "BAG" EXISTING SIGNS AND TRAFFIC SIGNALS AS REQUIRED FOR LANE CLOSURES AND DETOURS. 20. CONTRACTOR SHALL NOTIFY THE CITY TRAFFIC ENGINEERING DEPARTMENT AT LEAST 72 HOURS PRIOR TO MAKING ANY LANE CHANGES OR LANE CLOSURES. GENERAL NOTES FOR TRAFFIC CONTROL (CONTINUED): 21. CONTRACTOR SHALL PROVIDE TEMPORARY WORKZONE PAVEMENT MARKINGS (REMOVABLE TRAFFIC BUTTONS) FOR ALL STRIPING TRANSITIONS BETWEEN WORK PHASES. GREAT CARE SHALL BE TAKEN TO PRESERVE THE FINISHED HMAC TYPE D SURFACE FROM CONTRADICTORY MARKINGS FROM RESIDUE LEFT BY TRAFFIC BUTTONS. THE CONTRACTOR MAY ELECT TO PLACE THE FINAL HMAC TYPE D MAT AS A FINAL WORK PHASE WITH AN APPROPRIATE TRAFFIC CONTROL PLAN APPROVED BY THE ENGINEER. 22. CONTRACTOR SHALL INSTALL AND MAINTAIN TEMPORARY ASPHALT PAVEMENT WITHIN THE TRANSITION AREA BETWEEN THE EXISTING ASPHALT ROADWAY AND THE NEW ASPHALT ROADWAY, THE TRANSITION AREA PAVEMENT SLOPE SHALL BE MINIMIZED TO THE EXTENT FEASIBLE WITHIN ALL AREAS OPEN TO TRAFFIC INCLUDING INTERSECTIONS, DRIVEWAYS, AND TURNING LANES, ETC. THE TEMPORARY ASPHALT TRANSITION SHOULD BE EXTENDED AS NEEDED TO PROVIDE A SMOOTH DRIVING TRANSITION BETWEEN BOTH PAVEMENT SURFACES AS DIRECTED BY THE ENGINEER. IN ALL OTHER AREAS CLOSED TO TRAFFIC. TEMPORARY ASPHALT PAVEMENT SHALL BE INSTALLED TO PROVIDE A 3: 1 MAX. SAFETY SLOPE. THE INSTALLATION, MAINTENANCE, REMOVAL AND ALL INCIDENTAL COST ASSOCIATED WITH TEMPORARY PAVING WORK WITHIN THE TRANSITION AREA WILL BE CONSIDERED SUBSIDIARY TO THE TRAFFIC CONTROL PAY ITEM. 23. IT IS ANTICIPATED THAT THE FOLLOWING TWO (2) CITY OF CORPUS CHRISTI PROJECTS WILL BE UNDER CONSTRUCTION AT THE SAME TIME AS THIS PROJECT: GOLLIHAR ROAD FROM KOSTORY2 ROAD TO WEBER ROAD (CITY PROJECT E1308B & E13089) AND GOLLIHAR ROAD FROM STAPLES STREET TO WEBER ROAD (CITY PROJECT NO. E13087). THE CONTRACTOR OF THIS PROJECT SHALL MEET, AT TIMES REQUESTED BY THE CITY, WITH THE CITY, OTHER CONTRACTORS, AND RESPECTIVE ENGINEER TO ESTABLISH TRAFFIC CONTROL PLANS AND CONSTRUCTION SCHEDULES THAT WILL MINIMIZE IMPACTS TO THE GENERAL PUBLIC. THE CITY WILL MAKE FINAL DECISIONS ON THE TRAFFlC CONTROL PLANS AND PROJECT SCHEDULES FOR THE THREE (3) PROJECTS IN THESE MEETINGS AND THE CONTRACTORS MUST ABIDE BY THE FINAL DECISIONS. 24. THE CONTRACTOR SHALL NOTIFY ALL RESIDENTS, BUSINESS OWNERS, AND SCHOOL OFFICIALS WITHIN THE CONSTRUCTION AREA 5 DAYS PRIOR TO PLACING CONSTRUCTION SIGNS. 25. REFLECTORIZED PAVEMENT MARKINGS FOR STREETS SHALL BE TYPE I THERMOPLASTIC. 26. PAVEMENT MARKING WORDS, SHAPES, SYMBOLS, AND STOP BARS SHALL BE PREFABRICATED THERMOPLASTIC. 27, OBLITERATING EXISTING PAVEMENT MARKINGS SHALL NOT BE PAID FOR SEPARATELY, BUT SHALL BE SUBSIDIARY TO THE PAVEMENT MARKING PAY ITEMS. 28. IF DELAYS OCCUR, THE CONTRACTOR SHALL BE RESPONSIBLE FOR ADDITIONAL TRAFFIC CONTROL COSTS, UNLESS AGREED TO CHANGE VIA CHANGE ORDER. 29. TABS, TRAFFIC BUTTONS, AND OTHER TEMPORARY OR ABBREVIATED PAVEMENT MARKINGS SHALL NOT BE PAID FOR SEPARATELY, BUT SHALL BE SUBSIDIARY TO THE PAY ITEMS FOR PAVEMENT MARKING AND TRAFFlC CONTROL 30. AT LEAST 48 HOURS PRIOR TO APPLYING PERMANENT PAVEMENT MARKINGS, THE CONTRACTOR SHALL NOTIFY THE CITY TRAFFlC OWNER'S AUTHORIZED REPRESENTATIVE (OAR)ING DEPARTMENT AND CONSTRUCTION DEPARTMENT TO OBTAIN CITY APPROVAL FOR THE LOCATION, ALIGNMENT, AND LAYOUT OF THE PAVEMENT MARKINGS. M4-J M4-J SIGNS SHALL BE CONSIDERED SUBSIDIARY TO TTIAFFIC CONTROL PW/ PAY rrEl,/S. "BUSINESS" SIGN AND BARREL TO BE PLACED NEXT TO ENTRANCE OF BUSINESS OR STREET IN CONSTRUCllON ZONE. (iy ��S��fSS SIGN PLACEMENT DETAIL ,I WORK ZONE CHANNEUZING DRUM EXISllNG OR NEW PAVEMENT 4.5' MIN. -6' U.\K. SUBGRADE NOTE: WJNTAJN EDGE SLOPE OF J:1 OR RATTER 31. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING AND MAINTAINING TRAFFIC CONTROLS THROUGHOUT THE DURATION OF THE CONTRACT FOR ALL PHASES OF THE WORK, IN ACCORDANCE WITH THE "TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES", TRAFFIC CONTROL PLAN, AND BARRICADE AND CONSTRUCTION STANDARDS. 32. ALL WEATHER ACCESS TO LOCAL RESIDENCES AND BUSINESSES SHALL BE MAINTAINED THROUGHOUT THE CONSTRUCTION PERIOD. ALL WEATHER MATERIAL INCLUDES TYPE A/ GRADE 1 LIMESTONE BASE, COLD MIX, OR OTHER MATERIAL APPROVED BY THE OWNER'S AUTHORIZED REPRESENTATIVE (OAR) PRIOR TO PLACEMENT. 25 1ttRu@ 7:::_1��� EDGE TREATMENT DETAIL 33. THE CONTRACTOR MAY USE EXCAVATED BASE MATERIAL FOR TEMPORARY TRANSITIONS TO EXISTING DRMEWAYS DURING CONSTRUCTION, IF MATERIAL IS APPROVED BY THE OWNER'S AUTHORIZED REPRESENTATIVE (DAR). CALICHE SHALL NOT BE AN ACCEPTABLE BASE MATERIAL 34. CONTRACTOR SHALL CONTACT TONY SALINAS AT 361-826-1610 AT LEAST 72 HOURS PRIOR TO ANY REQUIREO RE-PROGRAMMING AND/OR TIMING ADJUSTMENTS FOR TRAFFlC SIGNALS. ALL WORK RELATING TO COVERING ("BAGGING") SIGNS AND TRAFFIC SIGNALS FOR TEMPORARY LANE CLOSURES, AND MOVING OR ADJUSTING VIDEO DETECTION CAMERAS, WILL BE DONE BY THE CONTRACTOR AND COORDINATED WITH THE CITY TRAFFlC OWNER'S AUTHORIZED REPRESENTATIVE (OAR)ING DEPARTMENT. THE TRAFFIC CONTROLLER WILL BE PROGRAMMED BY CITY TRAFFlC OWNER'S AUTHORIZED REPRESENTATIVE (OAR)ING DEPARTMENT PERSONNEL INCLUDING THE TIMING OF EACH PHASE FOR VEHICLES AND PEDESTRIANS, AS WELL AS PROGRAMMING THE VIDEO DETECTION ZONES FOR EACH CAMERA, 35, ALL TRAFFIC SIGNS ON THIS PROJECT SHALL HAVE ANTI-GRAFFITI FILM ON BOTH SIDES AND SHALL UTILIZE TRIANGULAR SLIPBASE SYSTEM INSTALLATION. 36. TRAFFIC OWNER'S AUTHORIZED REPRESENTATIVE (OAR)ING SHALL BE NOTIFIED AT LEAST 48-HOURS PRIOR TO CONSTRUCTION. 37. ALL TRAFFIC CONTROL DEVICES AND SIGNS, INCLUDING BLUE WAYFARE SIGNAGE, SHALL BE IN PLACE PRIOR TO THE START OF CONSTRUCTION. 38. NOTIFY THE CITY'S AUTHORIZED REPRESENTATIVE (OAR)ING DEPARTMENT AND CONSTRUCTION DEPARTMENT TO OBTAIN CITY APPROVAL FDR THE LOCATION, ALIGNMENT, AND LAYOUT OF THE PAVEMENT MARKINGS. 39• �gr:giRECE�i�f:JVJ��oi�0!�1�Gst���1 Tt.�M���:�1��gotCCESS LilliDURING SCHOOL DROP OFF AND PICKUP TIMES ON SCHOOL DAYS ONLY. CROSSING GUARDS SHALL MEET CERTIFICATIONS REQUIRED BY CCISD AND CCPD. ,../ ADDENDUM No. 1 ATTACHMENT No. 2 PAGE3 OF 14 1n � z z � 8 z 0 � z 0 C) Ii: °'(/) � (/) "' 0 0 Gl !!l G'.i "' d z ::,; :::, 0 :,! 1n0: z � z � "' CONSULTANT'S SHEET NO. MGM PROJEC� 3542101 Q) (/) -�Q: Q) C: (/) ·c:Q) ml�� Q) C: 'o,.�� Gj (.) 1-- "-..., 0 C: Q) >-1--0 -Q (.) Q) � <: C) j:::: � (.)� 0 ::::s i-:::e� �� � � g§ �-i ::s � u �� 8� ......ion. .....J ::c Cl: � 0 8 l!._ r5 8§ 0 La.. ..., a C) (.') (3 IJ.J �t5� _. -�u as<: "5 ::::s "'C � @ � fl: (rj SHEET 24 of 132 RECORO DRAWING NO. _STR-900 __ CITY PROJECT fE/3097. cn V m I mraie I�r jJ t Ncot CO 33 N I rlir - ru � O o p RFVIS ON II?* J 2017 DATE 'o CO Q3 CDCD MATCHLINE STA. 4+70 . 10+00 N 3; v11. ilk xp x '-n CO 1— x� L STA. —(0+78) I' I I -1-__-JL% I _ _ _ 1 1 I 1 ' 11 I I STA 0+97.51 , J 1.L I I L-- I r -y I I-- 0C41 Co • . I 1 1 ' n 1 1 1 1 I I I I I , `�J i1 , I I� 1 1 r I 1 , I I , r -r---- I 1 it 1 Ly-_ I `- f"--- I 1 ,�\ STOP 84R I - - - _._J I ,ep1 <�' a 4 V _ �_-fes' i n I 11 1, a; % V i I6#00 s4; i li ,, J ``v � �_ 2 MCAROIE ROAD 7' PARKING IV i !' I I. i 0 co 1Z co U Z I --____ _--__- I Ir - - —I=3- Iss: �`� .a , \ ' 'l I 1"-'1-1 � 1 IT O D STA. 9+24.85 Y STOP 84R END SECTION N - - - - ' ---- 5 r� I IIi , START -2 TRANSDION I + r It ----t-.—.___________4„:1 11 , I I { I o- I i ` J \: . 10+00 N 3; v11. ilk xp x '-n CO 1— x� L STA. —(0+78) I' I I -1-__-JL% I _ _ _ 1 1 I 1 ' 11 I I STA 0+97.51 , J 1.L I I L-- I r -y I I-- 0C41 Co • . I 1 1 ' n 1 1 1 1 I I I I I , `�J i1 , I I� 1 1 r I 1 , I I , r -r---- I 1 it 1 Ly-_ I `- f"--- I 1 ,�\ STOP 84R I - - - _._J I ,ep1 <�' a 4 V _ �_-fes' i n I 11 1, a; % V i _ F'- g l i li ,, J ``v � �_ 2 MCAROIE ROAD - - —I=3- Iss: �`� .a , 1 ' 'l I 1"-'1-1 ----`------- ,- STA 1+84.00 START SEC710N-1 -' �L. STA 1+87.93 _ STOP 84R S + I I o- 1 \ 1 1 I i 1 N STA 2+80 1 q. END SECTION -1 )•` START TRANSITION1 c2i = 8 Gd 0 I —I 1 I STA 3+24.28 Pill I II 'I I 5•. r D m r STA 4+48 I I I 0 52? [Fars...77. TA. 4+70 N x l 03.70 0 R.M. BY A DEN M No.1 - ADDED 8- WIDE STAMPEOCONCRF-E STRIP DESCRIPTION CARROLL LANE FROM McARDLE to HOUSTON (BOND .014) CRY OF CORPUS CHRISTI STREET SIGNAGE AND STRIPING STA—(0+70) TO STA 10+00 \ (1 OF 5) REVISION NO. DATE BY CITY of CORPUS CHRISTI TEXAS D ep atm eI t of Engineering Services DESCRIPTION 6000 S. Staples Suite. 207 Corpus Tx. Christi P: 361.814-3070 Fax: 888.653-5510 Martinez, Guy & Maybik,i nc. civil/ Sirucbal Engineering 8, Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 I Fl �k�! �r* �. moi, ys!)l fi RICFRDO MARTIN W. _x582659 j tolagr W3lY dd won [>C 0 rn CO �qrn MATCHLINE STA. 15+00 1 XI N- I SC rrt Co- o g� O r G- 51 7' z rn z m z z rn ONlxadd ,L N N N x I xCA , N O— O-4 e -o Mr": CO WM rrTT 0=l n v Nl Ia. S co XI NI C°- - 0 0 Mt N V Oo p r MATCHLINE STA. 10+00 0, cm oz Oki_ rn STA 10+09.97 Y NINE 44R1ON I 0 ac Como 01- T MATCHLINE STA. 20+00 N I –R I' j^ 2117 7 ooQ ^, N - � CO- 0 _CD r z m z m m w 4— D z m D XI z C) .o. STA. 10+15.98 -S7A77D4.17391 STA 10+89.91 END TILWSTRON START SECTION -S MATCHLINE STA. 15+00 A REVISION NO. Cf) 1 p O 05-04-2017 'ON 9NIMdO O6008 DATE Zrl 1° L5 LUIS R.M. BY ADDENDUM No. 1 - ADDED 8' WIDE STAMPED CONCRETE STRIP DESCRIPTION CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI STREET SIGNAGE AND STRIPING STA 10+00 TO STA 20+00 (2 OF 5) REVISION NO. DATE BY CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services DESCRIPTION 6000 S. Staples Sulte. 207 Tx. Coorpus Christi P: 361-814.3070 Fax 888653.5510 Martinez, Guy & Maybik, Inc. Gvll / Struchal Engineering & Surveying Services TX. Bd. P.E. Finn Reg. No. F-1415 !Wag :1031)021d WDW 'ON 133HS SINVCNISNOo MATCH /NE STA. 25+00 MATCHLINE STA. 20+00 REFER ID PROPOSED TYPICAL PAYING SECTIONS SHEET 6 & 7 ////(-( 7' PARKING 25+16.21 _ __==57A '''•• \ ENO SECT70N-3 SfAAr IRANSION I � .1 r I / Z Z _._ co c -o ff� I 0 t> via ----_ — - - — --- N .. • STA 254-67 x- i k g _ r„, olm n. Ill t x _ \ % • d �' .— N, x a , N .'Z7 CO t^ STA 26+55.83 I II __ AN qp a a �v e`•' !,..! `lb- r r f . �I 11LANE 12' LEFT LVP)RN I STA 27+05.64 _ _ • - -- = III m ; ! MATCHLINE STA. 35+00 Xi co N^ 2 urn Xrim 01 ® --a N ID xI ODJ ® 74 z 0 'P 5 m v .Z7 —to NI X „ OD 0 O STREET NAME SIGNS AND STOP SIGNS y RI N X CO -O MATCHLINE STA. 30+00 C) m m ,n v co PI z C) MATCHLINE STA. 40+00 R.3..1x- I C9.73 1'0'1 k- II COPD SIRfET z 'd' r�r1 ® N - w U -U. —4 z Z RI m Sn MATCHLINE STA. 35+00 b x Z C) ab x 0 0 C) C m 4 !KT 05-04-2017 REVISION NO. I CATE L60� 1031.08d 'WO R.M. BY ADDENDUM No. 1 - ADDED 8' WIDE STAMPED CONCRETE STRIP DESCRIPTION CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI STREET SIGNAGE AND STRIPING STA. 30+00 TO 40+00 (4 OF 5) REVISION NO. DATE DY CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services DESCRIP11ON 6000 S. Staples Suite. 207 risti Tx. 78413 P:361-814-3070 Floc 888-653-5510 Martinez, Guy & Maybik, Inc. Civil I Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 /r*e..W. ,*1' RICAROO MARTIN 58265 .... rte, 101 .f UO3f0dd WOW 'ON 133HS S1NV11RSNO0 U,.TCHUNE STA 45+00 WWI CR L. taAlk ;i 1} cif 8 1 a i r; i4 moo /mot MAO I I_ was man gisso4 ST -52122 U P m AN1CHMDNC CTA 40+00 ell 0 1 7' PARKING / 3 l m a.1 -- ss CC D n OIIt; 1. f it1 b �..,: g iA rem=1,I 1 1 I au ono II or ih..r DY1 m xesii MAICNLINE STA 45tep 3 a LTO 2 m-0.1011 u1eMei Ms Out 9 Me 1 mcn a us 1 - Mai a- WE toe awns Me pIDVfQM CARROLL LANE FROM McAROLE fo HOUSTON (BOND 2014) as a CORPUS Dean Stitt; SIGNAGE AND STRIPING STA 40+00 TO STA. $0+00 (5 AE e% I TEXAS el Oepaltment of I g;nwuirg Services lW W 101 FR N CITY of CORPUS CHRISTI R1e1P1mi n erm4.aeew 61b A! a 1014ux10 RIK b01161.3310 Martinez. Guy & Maybik. Inc. n t mtod Frenal) 4 Survry.y sv c.0 eC. PE Fie Ibe. He, F1116 N01133S2131NI 133211S 30IS lbs )43V2i1 313A3 0321311t19N0 H. 3O 6 30dd Z'ON 1N3WHO` 111 L 'ON Wf1GN3GGH Ar wq rre o, (8) / N PAW. � i - II.7 6 6' TVP. -10' VAX. CROSSWALK DIAGONAL TYPE P.C. ('d1.1) .001 01 ,09 (e) P.C. NAL) ,OP 01 ,OZ ('dk1) 11311110 IY 1311110 0 s REVISION NO. O5 -C4-2017 041E R.M. BY ADDENDUM No. I - ADDED 8' WIDE STAMPED CONCRETE STRIP II I I 2 0 C z 173 C 11 m m n C, F- m -1 z m N m n O z /N z F N m v 0 ti 0 0 z O C Z ;.1 2 m o 2 N z 0 0 is v N 0 vt. 2 C 2 C 215 2 2 2 (0) NOISN311I0 2 2 C 2 (0) NOISN311I0 CYCLE TRACK/SIDEWALK SUMMARY ko N V c . .. 0 0 0 O f (8) 0 0 ('dA1) .001 01 ,0S 20:1 .. 10 N O -p C�7y- P7'1 =a raj g —4 rro o ff —® SAY 20:1 A. O r ` L 3'6 i 18 CROSSWALK DACONA�rraE C)• N (9) ('dA1) 831100 79 911AD .9 0 DESCRIPTON CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI CITY OF CORPUS CHRISTI CYCLE TRACK STANDARD DETAILS (1 OF 4) REVISION NO. DATE CITY of CORPUS CHRISTI TEXAS Department of Engineering Services DESCRIPTION 6000 S. Staples Suite. 207 Corpus ClTdstl Tx. 78413 P: 3151.814-3070 Fax 888.6535510 Martinez, Guy & Maybik, Inc. Civil / Structral Engineering & Surveying Services TX Bd. P.E. Fern Reg. No. F-1415 • x!/ • / RICARDO LtARTSN, /I,4 8265 r; �� !OI ZtSf :103f08d )V W( 'ON 133HS SINVIIRSNO0 7 N UI ),-wady 0, 0 -o >c-0 = G.,®949 j .-;,-J' NV r- --4ism 5 - - el EL. rrio - II (D .ao1 (B) I(A) yom I co o '-'2g m XII 0 o . . V laic' Af� •:. :.-_j o o g -4 n Vi; r A2 / I�a - *: 0 o > 0 n =z m c O z m -I Z s z o As im z co N v Z c C A O 8A > O 0 0 0 c N s 31V3S 01 ION • 0 C O 03113ljn8Nf1 ^7. O 0 sZ v N 0 N i Z U 2 O N 2 i 2 Z (0) NOISN31110 2 m N Z 0 CYCLE TRACK/SIDEWALK SUMMARY (0) 3N11 A1213d0 31V05 01 ION 0 c a v c rn rn in rn v n n r rn-0 xi D az n -a 0 in c • 1 in in 0 C, N r in xi r C1 z X 0 C 511V130 AVM3A180 '015 33S AVM3NZ10 313210N00 2131100 ONY 821f10 p (8) (C) 3N11 A1213d NN14301S 3132101400 GRADE BREAK (F REOUIRED) (0) ® j5-04-2017 REVISION NO. DATE s n N R.M. BY ADDENDUM No. 1 - ADDED 8- WIDE STAMPED CONCRETE STRIP DESCRIPTION CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI CIN OF CORPUS CHRISTI CYCLE TRACK STANDARD DETAILS (3 OF 4) REVISION NO. DATE BY CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services DESCRIPTION 6000 S. Staples SSuuiitpe. 207 Chita Tx 7'84113 P: 361-814-3070 Fax 888-653-5510 Martinez, Guy & Maybik, Inc. cm/ Structral Engineering & Surveying Services TX. Bd. P.E. Firm Reg. No. F-1415 :103108d NMN N 0 'ON 133HS S,1NY17RSNO3 z 0 0 )131/111 3131.3 03213Ad118N1f1 NO 31VOS 01 ION r C, m 3 m z � (f) Om m --t - o • z m m -I Cl) O cn z '1(") ^z^nXi D D D G) = z N m o O z - I z MN REVISION NO. (f) 05-04--2017 DATE JOH3NV 313b3NO3 og-� ao ..oqm xs ��-��� reg al;r41 , � 2,12�fr _ � p N 1 O< q m U ° gg/opww1 + o=S" =•e� �».gp.7 =� S Nehlaga a; N 74 g 1 3 ` 7 u m a= 9 2 E0 a o u/ d -'467.1§!2ai.E94eil im R.M. 6Y 18 SNOUVOUIO3dS 1V183101 -0310N 3SIAWONIO SS31NA OI 31VOS 01 ION 11V130 M1VMSSO210 1VNOOVI0 0 z VARIES ADDENDUM No. 1 - ADDED a' WIDE STAMPED CONCRETE STRIP DESCRIPTION CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI 37V3S 01 ION 31YOS 01 ION 03 C m m m mv) O l,N on 00 rz m -1 C, m C w T 0 z 0 z O z O O z C D 2 z z ut ' 0 s m 2 z N z O m z z A (0) NOISN31110 ANVWWns HlVM3ois/HOVMI 313A3 8111/130 13NVd 108WAS 310A3I8 CITY OF CORPUS CHRISTI CYCLE TRACK STANDARD DETAILS (4 OF 4) 0 N .8. 11V130 r 0 MIN. m I MIN. _.....f.._6...II_.}._4- 7...; _t._ If ! REVISION NO. � DATE z I I K p 1- I L. i• z=-LL1 1-i1Ir , I I _ 31V0S 01 ION 31,t3S 01 ION 11/111V.1343 4" MIN. A xnA Ay °i N C) 0 2 C) m 0 r I I CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services DESCRIPTION 6000 S. Staples Suite. X207 Tx 78413 P: 361-814-3070 Fax: 888.653-5510 Martinez, Guy & Maybik, Inc. CMN! Structral Engineering & Surveying Services NX. Bd. P.E. Firm Reg. No. F-1415 TI Tz-Ak RICARDO wanW -� 58265 ; o 0-1 4. 0 'ON 133HS SJNV17I)SNO MATCH STA. 30+00 C NNNE 10 W.MJ 30+46.7 SFRWCE CCNNECR7N 10 W.Y. 30+84.0 SERMCE CONNECTION TO W.M. 31+30.7 SOMCE CONNECTION TO W.M. SURVEY CONTROL PONT /7 CAS 2 '" 11-5. 31+66.4 SOAVE CoNeNCiiow 70 W 31+726 2340' RF. 32+25.3 SERVICE CONNECTION TO W,Y CARROLLETON ST W.W. 8'1rP 32+74.2 SERVKE CONNECTION 10 W.L. 37+160 SERHCE CONNECTION 70 W.Y. W..W4"1 W.W.4" pti W.4 S» REVISION NO. DS -04-2017 DATE 34+369 StRHCE COMECRav TO Wit MATCH STA. 34+50 0- a8 N c, 2 R.M. BY ADDENDUM No. 1 - REVISED 4' WASTEWATER MANHOLE DIAMETER SIZE TO 5' DIAMETER DESCRIPTION REVISION NO. DATE BY DESCRIPTION z 2 r O CO v CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI LT. CONDUIT, GAS, WATER, WASTEWATER PLAN AND PROFILE SHEET FROM STA. 30+00 TO STA. 34+50 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 6000 S. Staples Suite. 207 Corpus Christi Tx 78413 P: 361-814-3070 Fax 888-653-5510 Martinez, Guy & Maybik, Inc. cm/ Structlal Engineering & Surveying Services TX. Bd. P.E Firm Reg. No. F-1415 Fk11t R 00 MARTINS itt SveF 2n7 IOI i49f 103Y)Hd IYOW 'ON 133HS SJNVJ7ASNO0 !CH 1\) Eigi4.• 0 IV N3 o o C.•4 o MATCH STA 34+50 RA 1 -iR2i 111 ifj •••• -1 g4.AQ. . .,..),..k ; g k r I I i . I, . I . ., .,-. • - 14 A 0, , L_-- i \ .:, •'d a ' 81:01 NIIITIP&', NW ',6, 4:21 % t-----:: "S ...-- 1 * --.,' t 1 I ..1. I L. ,......) I N + MI D..1.8121;0,141 lipt spow Jr At7P-18) COPUS DR. ,•' -.. . 0.91 g ----00116.Y.. '8AUJ It" FL=.20.69 MIL COPUS DR. !..'. (0, 0, g a 23.87' U. 'PONT J7,4_ frakillirT'l. A.= ':=7". - (Right Side TO CRADE) k w.w. 8"VCP 0, w.w.4 $:2 .-------,-----• :-. ill I 0 . , - ,MH1.11M7)14"4-4111 • ___..... r,mir.„,ii ..R. r. ci N5- 01. 84. IN a ax g.....ti t....,p I --......., . _ . - g -44 ' P - - - 'S ..... . L..? _15D.I. 8910,111 8 NS 11111ft......_. WZ 4 F52 . • • „ 1 , ... -• V, .7,> qi lip '''l 1 bil ., 0 . .. . - ';'.*.Aazi y!:,,...... Z.... - . enq Irme _ ,?m , _. ws-r...-R ,...„Egml .7.,:.. .354-6.13 SayOCEW ,:,. i Q6 j .1,-.•,..rA 1 imam W. • • % Ai Ele8 : WATER UtE % ee 4110.." -0 1 pgig-1 I 6 * ,E 0 Ammo -171 ;PI iiral NO: z><z?4, ,. 1 CA I 0. • 1 y. .a. P ...7.: N ..--.. N •:... --+.... ...'' I •: 1 9' ii W.w. 8"VCP r --777,5±,a Eta wwmie, ACUUST • d I . P. PROTC. 2a34 i •Ii , g _ iz Inman 48 .,. MIL TOPS TO •••' 1 . . 1,113 '`,..91 1:1 4 ... • R I P11"..41v1 COW? .RgIc.... s.,.0 ',, 4....., . P - ICi 1 s-...,...-,, ,„..,.,2.1. -‘1,,,,,s:.. -k4' . , P...„.g. oi ,. COPUS DR. & , law '''-'''. -- Peet?' Ill _ 1 - - (ifirtUikeTO GRADE) IA So/ eglW I D.L 1 IEEKI 11 ).c : 18",., • I : arap-61, cb4..zr 877J it. E R .534 Q i rill • j0•1.• SW WA •Sti....7.1":;:,10. tiMIIIIK19111 • rdiV . ' P I . A -4111 1 ri ifiranassm 11 9 • 1 . 11 .• C . I . ...-7.-- 36+19.4 COVRECTION STIMCE TO W7.1.- Ilil ii. • TO : -.• . 24e7:43.50 I • 0 ,'•:., •-,. ,I. I.... II . , ! N P, Fi. 't ' ‘... is.: 53 ; ': 1 A. ) r ' 4 • '.. 1 3' zi.; • . 1 ,•,4 Immo 0) ---1. 8 .A- r• won R :t - ,,, 'i sk: i.ZZ.......,... ....•, ' ' •, .. : --,- • 1 . ., .':, a P WO tt'. al. iR-.• [43';i ,::. I I 1 r-7.49 ', - SD - , , g s,, P n'll S>,(0,-. - ........ ' A§?. L.% w,-,- A FR ?.. b.' Cot . .) :I . 36+69.8 CONENCRON SOAVE TO W W.14 4' if , .:. &- ''' ; i - I 1 , E; s _. --E R ,._ 40. I *). 1 '.. -,) )1- -• ..1 SERVICE t- •• : '•:"I .174-0Z0 CONDICRON TO W.M. . 44.I .. P, i -to i . - ,., Pill • ; .4 2 , R . c .. .._ -1. . . ' . . , . .:,.' „ . 1 " , ,..1 - ,. ,• ,-...c.4 ' . : . ‘ 11:1 4g2 x M.I. c) C.....4 n . .), 27 . wI / . 1•10.t s. . . s,..... g N ,- • __ . ,..._ ?c, -o 14,43, Itto , O'13 ., , 11374525 3744007 29.87' RT. 1 I , . , 'OLL LAf 37f50 C. , I*1 AT&T 1- 2____ -*1 CONNECRON S ERIICE ' 4 200 : TOW W.W.4 7, 1.. 4":, • to:: ,,,s,..,. -.1V.,-...-.1.1, Ili . CONTROL PONT? VIIs.°1r7; 24.0.3' Rr. 1 r I2' - 0 • :H ... 1 2 ( ,,§ I .... TVII.A.b I k :t i I ki 1 • . 1 w I %... °I 4 :1. N A ..... ....... ..., X ... ............ ...---;;. • (4 -01 k - ' ' Y kli bz ''.....q. q I a Zi. • ..--"......-',..--.................--.. .0 .".......-... ........ .....,_ .._, -..-- ...„- ----- ..- ...- - -- . • _ 0 L -..... • „.,„,.. - , e' ..- -..- . i • -.„44E RI ..... Retnif w , ....iitcR .. - . I-8- FIRE moRANT ASSORLY Orr • 2) sx.ylt ,4 __ _ i IL .,_,.,-C4. Al' i 5'7A 39457.0 RT - I 1 i i y AMt,55 111M , ' • , ., ?•• 'Z'. l't ,'' k> .. I ) u - g`i' P i! I ..... z.x.-- , , , . 9. W.W.<" .... ..... ' , :, 'ill ;-, gii - 8 ,.... .xt ., ,.....,1 •-• „. • % P ; I p 39+00.1 9131140E ., . z-.2. ”1 •-• I % k I t in r.,,,,-- a•• CONHECTION TO Wil. . FE < z:i p A %.. I ..3. 1102 1 IOTE; ALL NEW WATERIANO 'STALLED VAN A 2' MINIIAt XINING UNE BEING REPlAl HALL REMAIN ACNE MX % ZVI/LENZ 4 A l' . i /2: • 044.$4* IBM I' y ADJUST 70P TO DIME • 11. 1 '1, rt R,,,A W.W.47 • Old 39440 PROP. W.W. MN 1119 % k• ism , e• ; Aro 0-zar EC 0 NAT 0.2.50' • >ii • . iz 17- re . .• it _L -=----.C-.• •••• , SAE GC 04 • • it,l -.. If 4,, !"'-,..A "51 ill AM. Al - 441110 IF ... Er.:. 'OW Illii111141r1 - W.W.81•CP V'. • IIMINICIM.14:1Mr411 M" Pr p fa : R • i. IIIII ,,,, 14 gilt! o .•,.. ! 1. 2 •••• : I tty,p :Ct: •-• MS [4.17.1.....L.C• AI g "1-8 , u • co.. -,szcle, I I xg:o ''' • S1, I s4 9DENDUM Nc TACHMENT 'AGE 19 OF 1 S SHALL BE r fROM DIE EWING LINES ' LINE IS CONNEC L 39+46 25.4' RT. WE VALVE , BOX 'r8" 0.1. TEE MI GATE VALVE & 80k azvasAi r 8" PVC C900 PIPA ot . ii A . , .13. g all f7 ,011f l9P+61' 1•••=20' HOR21 1".= 4' varr. GRAPHIC 0 10 20 I -.4. K.5 P. P.P.4" . • ' ; z Xi MATCH. , ..._, i.J.• .. 0 IV - -ra Cr) I+ A Ca Co CZI , • MATCH STA. 40+00 05-04-201 am. ADDENDUM No. I- R. , 4. w MANHOLEkp. SIZE •NR •. DATE Y mi.,1j TO 5. ovoAETER D.,.. - :i . :;ft. . ,...• .- r.) DESCRIPTION SHEET 1 1 1 of 132 RECORD DRAWING NO. STR-900 CITY PROJECT / E13097 CARROLL LANE FROM McARDLE to HOUSTON (BOND 2014) CITY OF CORPUS CHRISTI 1 III ....,ks ••• • .••&. // ,• • -DO MARTINEZ / .6:265 '',, . 0 • 9 • x."-,... z z Pc") --. u, im 6000 S. Staples giori3te. :0_7 u Christi Tx 8413 P361-814-3070 Fax: 888-653-5510 If. CONDUIT GAS, WATER, WASTEWATER PLAN AND PRORLE SHEET FROM STA. 34+50 TO STA. 40+00 CITY of CORPUS CHRIST! TEXAS Deportment of Engineering Services Martinez, Guy & Maybik, Inc. CIA I Structral Engineering & Surveying Services 1X Bd. P.E Firm Reg. No. F-1415 Summary of Work 01 11 00 - 1 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Rev 01-13-2016 01 11 00 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. 1.02 DESCRIPTION OF WORK NOTE TO SPECIFIER: . Copy and paste the narrative description from section 00 21 13 Invitation to Bid and Instructions to Bidders – Article 1.01 and include any additional information after the primary description. A. Work is described in general, non-inclusive terms as: 1. The project consists of full reconstruction of Carroll Lane, including roadway, water lines, wastewater lines, storm water lines, curb & gutter, sidewalks, driveways, and ADA curb ramps. The project is located along an existing Regional Transportation Authority (RTA) Bus Route, the existing infrastructure of which (bus stops, bus pads, etc.) will be demolished and replaced as part of the project. The project limits include Carroll Lane from McArdle Road to Houston Street, exclusive of the Gollihar Road intersection and the McArdle Road intersection. The project is approximately 4,300 feet in length and includes the following estimated material quantities for key project elements: 14,700 SY of new hot mix/crushed limestone base pavement with curb and gutter over lime stabilized subgrade, and related underground utilities (4,700 LF of new storm water lines, and 4,610 LF of C900 PVC water lines. 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: B. Gollihar Road Project (City Project No. E13088 and E13089). 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. ADDENDUM No. 1 ATTACHMENT No. 3 PAGE 1 OF 2 Summary of Work 01 11 00 - 2 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 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: Gas Line Installation 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 ADDENDUM No. 1 ATTACHMENT No. 3 PAGE 2 OF 2 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1 — BID RECIPIENT 1.01 In accordance "(V h the Dr win s, Specificai.i°°ns, and ConIract Documents, this Bid Proposal is submitted by ti4SS-- er501. LD✓t3truC ror� 0'4, (type or print name of company) on: May 10, 2017 (Wednesday @ 2:00 PM) for E13097 -Carroll Lane From McArdle to Houston (Bond 2014). 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below) to the City's electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City of Corpus Christi, Texas City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid — Carroll Lane From McArdle to Houston (Bond 2014), Project No. E13097 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 2 — BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner on the form included in the Contract Documents, to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 21 13 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signatures Acknowledging Receipt ..4._ (01,e7) S-- c--17 ,,,, Bid Acknowledgement Form Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 003000-1 Rev 01-13-2016 ARTICLE 3 — BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and Bid Acknowledgement Form Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 003000-2 Rev 01-13-2016 all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4 — BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5 — EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid, the Bidder's responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder. The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non -conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Bid Acknowledgement Form Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 003000-3 Rev 01-13-2016 ARTICLE 6 —TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 365 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 395 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7 —ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON -COLLUSION CERTIFICATION. ARTICLE 8 — DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9 — VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County, Texas for any legal action. ARTICLE 10 — SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. Bid Acknowledgement Form Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 003000-4 Rev 01-13-2016 10.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. ARTICLE 11— BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: 9 S� er30 CO �ruC4; 0+1 I (typed or printed full legal name'1of Bidder) By: (individual's signature) Name: .�,O ,cjcls 4 geggelf,einted) P: [433s -Anderson Mans Title: (typed or printed) Attest: d ret C LJ . k1 (individual's signature) State of Residency: r' < Federal Tax Id. No.! 21 I d J Address for giving notices: OA' 1 9 Cr9Lis ris-4-, , T' 78 '7 Phone: 3'' — a''p2S3c-- Email: dcu leh. e dt 9 Ss`" Old& s , C'v (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) Bid Acknowledgement Form Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 003000-5 Rev 01-13-2016 END OF SECTION Bid Acknowledgement Form Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 00 30 00 - 6 Rev 01-13-2016 00 30 01 BID FORM Project Name: Carroll Lane from McArdle to Houston (Bond 2014) Project Number: E13097 Owner: City of Corpus Christi Bidder: Haas -Anderson Construction, Ltd. OAR: Mobilization Designer: Martinez, Guy, & Maybik, Inc. Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization LS 1 $ 300,000.00 $ 300,000.00 A2 Bonds and Insurance LS 1 $ 300,000.00 $ 300,000.00 A3 Storm Water Pollution Prevention Plan with Best Mangement Practices LS 1 $ 100,000.00 $ 100,000.00 Type B Hot -Mix Asphaltic Concrete Pavement (2 1/2") SY A4 Curb Inlet Protection (Filter Fabric) EA 61 $ 118.00 $ 7,198.00 A5 Sodding SY 2,836 $ 5.00 $ 14,180.00 A6 TCP Plan and Prep EA 1 $ 1,000.00 $ 1,000.00 A7 TCP Mobilization/Adjustments EA 1 $ 100,000.00 $ 100,000.00 A8 TCP Items (Barrels, Cones, Etc.) MONTH 12 $ 5,150.00 $ 61,800.00 A9 Sign Boards EA 2 $ 21,700.00 $ 43,400.00 A10 Ozone Action Day EA 5 $ 3,530.00 $ 17,650.00 All Exploratory Excavation LS 1 $ 35,000.00 $ 35,000.00 Al2 Crossing Guards DAY 175 $ 118.00 $ 20,650.00 SUBTOTAL PART A - GENERAL (Items Al thru Al2) $ 1,000,878.00 Part B - STREET IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 Site Clearing and Stripping Ac 6.00 $ 18,000.00 $ 108,000.00 B2 Concrete Driveways SF 23,939 $ 8.65 $ 207,072.35 B3 Street Excavation SY 17,712 $ 11.00 $ 194,832.00 B4 Type D Hot -Mix Asphaltic Concrete Pavement (2 1/2") SY 14,188 $ 13.00 $ 184,444.00 B5 Type B Hot -Mix Asphaltic Concrete Pavement (2 1/2") SY 14,188 $ 13.00 $ 184,444.00 B6 Prime Coat (MC -30) GAL 2,128 $ 4.20 $ 8,937.60 B7 12" Crushed Limestone Base (Type A) (Grade 1-2) SY 17,712 $ 20.00 $ 354,240.00 B8 12" Subgrade with Top 8" Lime Stabilized (6%) SY 17,712 $ 9.35 $ 165,607.20 69 Flashing Beacon Sign Assembly EA 1 $ 7,190.00 $ 7,190.00 B10 Prefab. Pavement Marking Type 1 (W) (Bike Lane Symbol) EA 26 $ 283.00 $ 7,358.00 611 Prefab. Pavement Marking Type 1 (W) (Arrow) EA 3 $ 212.00 $ 636.00 612 Prefab. Pavement Marking Type 1 (W) (Arrow) (DbI) EA 3 $ 324.00 $ 972.00 B13 Prefab. Pavement Marking Type 1 (W)(Word) EA 3 $ 289.00 $ 867.00 614 Refl. Pavement Marking Type 1 (W) (4") (Solid) LF 4,205 $ 0.45 $ 1,892.25 B15 Refl. Pavement Marking Type 1 (W) (8") (Solid) LF 300 $ 1.05 $ 315.00 B16 Refl. Pavement Marking Type 1 (W) (24") (Solid) LF 451 $ 6.50 $ 2,931.50 B17 Refl. Pavement Marking Type 1 (W) (12") (Solid) LF 680 $ 3.35 $ 2,278.00 618 Refl. Pavement Marking Type 1 (Y) (4") (Solid) (DbI) LF 4,013 $ 0.45 $ 1,805.85 Bid Form Carroll Lane From McArdle to Houston Project No. E13097 Page 1 of 6 RcvOI-13-2016 00 30 01 BID FORM B19 Refl. Pavement Marking Type 1 (18"x12" Yield Lines) EA 2 $ 29.00 $ 58.00 B20 TY I -C Raised Pavement Marker (Reflectorized) EA 15 $ 4.70 $ 70.50 B21 TY II -A -A Raised Pavement Marker (Reflectorized) EA 146 $ 4.70 $ 686.20 B22 Street Sign Assembly w/ 9" Blades (Green) and Stop Sign with Triangular Slipbase (10 bwg) EA 10 $ 736.00 $ 7,360.00 $ 3,286.20 SUBTOTAL PART D - ADA IMPROVEMENTS (D1 THRU D4) B23 Regulatory/Warning Sign Assembly with Triangular Slipbase (10 bwg) EA 18 $ 583.00 $ 10,494.00 B24 Cycle Track Directional Signs with Triangular Slipbase (10 bwg) EA 18 $ 530.00 $ 9,540.00 B25 Allowance for Unanticipated Street Improvements LS 1 $ 20,000.00 $ 20,000.00 B26 Concrete Sidewalk (Cycle Track) (Pigmented) SF 25,640 $ 9.15 $ 234,606.00 SUBTOTAL PART B - STREET IMPROVEMENTS (Items Bl thru B26) $ 1,716,637.45 Part C - RTA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Cl Concrete Bus Shelter Pad SF 1,665 $ 12.00 $ 19,980.00 C2 Concrete Bus Pad (In Street) SF 3,318 $ 18.00 $ 59,724.00 SUBTOTAL PART C - RTA IMPROVEMENTS (Items Cl thru C2) $ 79,704.00 Part D - ADA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Dl Concrete Sidewalk SF 31,748 $ 9.15 $ 290,494.20 D2 Monolithic Retaining Curb SF 1,626 $ 40.00 $ 65,040.00 D3 Concrete Curb Ramps SF 3,236 $ 18.00 $ 58,248.00 D4 Cycle Track Stamping LF 5,477 $ 0.60 $ 3,286.20 SUBTOTAL PART D - ADA IMPROVEMENTS (D1 THRU D4) $ 417,068.40 Bid Form Carroll Lane From McArdle to Houston Project No. E13097 Page 2 of 6 RevO I -13-2016 00 30 01 BID FORM Part E- STORM WATER IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) El Remove Existing Inlet or Manhole EA 32 $ 825.00 $ 26,400.00 E2 Remove Existing Reinforced Concrete Pipe (15"-36") LF 2,436 $ 29.00 $ 70,644.00 E3 Asphalt Pavement Reconstruction SY 570 $ 102.00 $ 58,140.00 E4 Concrete Curb & Gutter LF 8,550 $ 20.00 $ 171,000.00 E5 5' Concrete Curb Inlet EA 48 $ 4,260.00 $ 204,480.00 E6 5' Concrete Curb Inlet Extension EA 8 $ 1,140.00 $ 9,120.00 E7 4' Diameter Concrete Manhole (Type -A) EA 13 $ 4,420.00 $ 57,460.00 E8 5' Diameter Concrete Manhole (Type -A) EA 4 $ 5,890.00 $ 23,560.00 E9 5'x5' Concrete Manhole (Type -D) EA 2 $ 10,600.00 $ 21,200.00 E10 6'x3' Concrete Manhole (Type -D) EA 5 $ 10,600.00 $ 53,000.00 E11 6'x4' Concrete Manhole (Type -D) EA 10 $ 11,800.00 $ 118,000.00 E12 18" Reinforced Concrete Pipe (Class III) LF 624 $ 136.00 $ 84,864.00 E13 24" Reinforced Concrete Pipe (Class III) LF 2,164 $ 141.00 $ 305,124.00 E14 30" Reinforced Concrete Pipe (Class III) LF 12 $ 165.00 $ 1,980.00 E15 36" Reinforced Concrete Pipe (Class III) LF 425 $ 206.00 $ 87,550.00 E16 42" Reinforced Concrete Pipe (Class III) LF 224 $ 242.00 $ 54,208.00 E17 48" Reinforced Concrete Pipe (Class III) LF 1,314 $ 324.00 $ 425,736.00 E18 Trench Safety (Storm Water Inlets or Manholes) EA 86 $ 118.00 $ 10,148.00 E19 Trench Safety (Storm Water Line) LF 4,703 $ 5.90 $ 27,747.70 E20 Grout Fill 15" RCP Storm Line LF 50 $ 82.00 $ 4,100.00 E21 Allowance for Unanticipated Storm Water Improvements LS 1 $ 15,000.00 $ 15,000.00 SUBTOTAL PART E - STORM WATER IMPROVEMENTS (El THRU E21) $ 1,829,461.70 Part F - WATER IMROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Fl Remove Existing Waterline (4" to 8") LF 227 $ 24.00 $ 5,448.00 F2 4" PVC C900 Waterline LF 26 $ 91.00 $ 2,366.00 F3 6" PVC C900 Waterline LF 529 $ 93.00 $ 49,197.00 F4 8" PVC C900 Waterline LF 3,710 $ 72.00 $ 267,120.00 F5 8" Ductile Iron Waterline LF 346 $ 153.00 $ 52,938.00 F6 8" Gate Valve & Valve Box, Restrained EA 22 $ 1,530.00 $ 33,660.00 F7 6" Gate Valve & Valve Box, Restrained EA 12 $ 1,220.00 $ 14,640.00 F8 4"x 4" Coupling, Ductile Iron, Restrained EA 6 $ 693.00 $ 4,158.00 F9 6"x 6" Coupling, Ductile Iron, Restrained EA 2 $ 733.00 $ 1,466.00 F10 8"x 6" Coupling, Ductile Iron, Restrained EA 4 $ 881.00 $ 3,524.00 F11 8"x 8" Coupling, Ductile Iron, Restrained EA 8 $ 1,170.00 $ 9,360.00 F12 4" Tapping Sleeve & Gate Valve with Valve Box, Restrained EA 2 $ 5,010.00 $ 10,020.00 F13 8"x 6" Tee, Ductile Iron, Restrained EA 4 $ 609.00 $ 2,436.00 F14 8"x 8" Tee, Ductile Iron, Restrained EA 5 $ 653.00 $ 3,265.00 F15 6"x 4" Reducer, Ductile Iron, Restrained EA 6 $ 353.00 $ 2,118.00 F16 6" x 45° Bend, Ductile Iron, Restrained EA 33 $ 766.00 $ 25,278.00 Bid Form Carroll Lane From McArdle to Houston Project No. E13097 Page 3 of 6 RevOI-13-2016 00 30 01 BID FORM F17 8" x 45° Bend, Ductile Iron, Restrained EA 25 $ 919.00 $ 22,975.00 F18 8"x6" Cross, Ductile Iron, Restrained EA 3 $ 942.00 $ 2,826.00 F19 8"x8" Cross, Ductile Iron, Restrained EA 1 $ 1,010.00 $ 1,010.00 F20 4" PVC Connection to Existing Line, Restrained EA 6 $ 2,990.00 $ 17,940.00 F21 6" PVC Connection to Existing Line, Restrained EA 4 $ 3,030.00 $ 12,120.00 F22 8" PVC Connection to Existing Line, Restrained EA 7 $ 3,160.00 $ 22,120.00 F23 Remove and Salvage Existing Fire Hydrant Assembly EA 5 $ 1,060.00 $ 5,300.00 F24 New Fire Hydrant Assembly (Type 1) EA 3 $ 6,740.00 $ 20,220.00 F25 New Fire Hydrant Assembly (Type 2) EA 5 $ 5,760.00 $ 28,800.00 F26 Replace Existing Water Service Connection with New Connection EA 23 $ 2,290.00 $ 52,670.00 $ 1,060.00 $ 5,300.00 F27 Adjust Existing Water Valve Box to Finished Grade EA 15 $ 648.00 $ 9,720.00 F28 Allowance for Unticipated Water Improvements LS 1 $ 15,000.00 $ 15,000.00 SUBTOTAL PART F - WATER IMPROVEMENTS (Fl THRU F28) $ 697,695.00 Part G -WASTEWATER IMROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) G1 Remove Existing 8"-10" VCP Wastewater Line LF 72 $ 77.00 $ 5,544.00 G2 Remove Existing Wastewater Manhole EA 1 $ 1,840.00 $ 1,840.00 G3 Adjust Existing Wastewater Manhole to Finished Grade EA 14 $ 2,030.00 $ 28,420.00 G4 4' Diameter Wastewater Manhole (6' Depth or Less) (Fiberglass) EA 2 $ 9,190.00 $ 18,380.00 G5 5' Diameter Wastewater Manhole (6' Depth or Less) (Fiberglass) EA 2 $ 10,400.00 $ 20,800.00 G6 Extra Depth for 4' Diameter Wastewater Manhole (Over 6' Depth) (Fiberglass) VF 32 $ 1,650.00 $ 52,800.00 G7 8" PVC SDR26 Wastewater Main (10' to 14' Depth) LF 50 $ 124.00 $ 6,200.00 G8 10" PVC SDR26 Wastewater Main (6' to 8' Depth) LF 15 $ 147.00 $ 2,205.00 G9 Trench Safety (Wastewater Manholes) EA 5 $ 1,060.00 $ 5,300.00 G10 Grout Fill (8-10") VCP Wastewater Line LF 74 $ 41.00 $ 3,034.00 G11 Drop Connection at Manhole LF 3 $ 1,320.00 $ 3,960.00 G12 Allowance for Unanticipated Wastewater Improvements LS 1 $ 15,000.00 $ 15,000.00 SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (G1 THRU G12) $ 163,483.00 Part H -GAS IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) H1 Backfill and Compaction of Gas Lines LF 1,630 $ 21.00 $ 34,230.00 H2 Adjust Existing Gas Valve Box to Finished Grade EA 4 $ 589.00 $ 2,356.00 $ 1,120.00 $ 4,480.00 SUBTOTAL PART H - GAS IMPROVEMENTS (H1 THRU H2) $ 36,586.00 Part I -I.T. IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 11 2" PVC Schedule 40 I.T. Conduit with Pullstring and Mule Tape LF 2,562 $ 12.00 $ 30,744.00 12 24"x36"x18" I.T. Pull Box (Installation Only) EA 4 $ 1,120.00 $ 4,480.00 SUBTOTAL PART I - I.T. IMPROVEMENTS (I1 THRU I2) $ 35,224.00 Bid Form Carroll Lane From McArdle to Houston Project No. E13097 Page 4 of 6 RcvOI-13-2016 00 30 01 BID FORM Additive Alternate Part J -WASTEWATER IMPROVEMENTS ADDITIVE ALTERNATE #1 (per SECTION 01 23 10 ALTERNATES AND ALLOWNACES) 11 8" VCP to 10" HDPE Pipe Bursting LF 1,496 $ 100.00 $ 149,600.00 12 Replace Existing Wastewater Service Connection with New Conenction Ea 32 $ 1,730.00 $ 55,360.00 J3 Wastewater Bypass Pumping LS 1 $ 10,400.00 $ 10,400.00 SUBTOTAL PART J - WASTEWATER IMPROVEMENTS ADDITIVE ALTERNATE #1 01 THRU J3) $ 215,360.00 Bid Form Carroll Lane From McArdle to Houston Project No. E13097 Page 5 of 6 Rev01-13-2016 00 30 01 BID FORM BID SUMMARY SUBTOTAL PART A - GENERAL (Items Al thru All) $ 1,000,878.00 SUBTOTAL PART B - STREET IMPROVEMENTS (Items B1 thru B26) $ 1,716,637.45 SUBTOTAL PART C - RTA IMPROVEMENTS (Items Cl thru C2) $ 79,704.00 SUBTOTAL PART D - ADA IMPROVEMENTS (Items D1 thru D3) $ 417,068.40 SUBTOTAL PART E - STORM WATER IMPROVEMENTS (Items El thru E21) $ 1,829,461.70 SUBTOTAL PART F - WATER IMPROVEMENTS (Items Fl thru F28) $ 697,695.00 SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (Items G1 thru G11) $ 163,483.00 SUBTOTAL PART H - GAS IMPROVEMENTS (Items H1 thru H2) $ 36,586.00 SUBTOTAL PART I - I.T. IMPROVEMENTS (Items 11 thru 12) $ 35,224.00 TOTAL PROJECT BASE BID (PARTS A THRU I) $ 5,976,737.55 SUBTOTAL PARTJ - WASTEWATER IMPROVEMENTS ADDITIVE ALTERNATE #1 (Items J1 -J3) $ 215,360.00 TOTAL PROJECT ADDITIVE ALTERNATE #1 (PARTS J) $ 215,360.00 Contract Times Bidder agrees to reach Substantial Completion in 365 days Bidder agrees to reach Final Completion in 395 days Bid Form Carroll Lane From McArdle to Houston Project No. E13097 Page 6 of 6 Rev01-13-2016 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: By: Name: Title: Business address: 1'1 S.- 4rDC_31.5friief; / 641 (typed or printed) (signature -- attach evidence of authority to sign) (typed or printed) p: .,d€nt A3as-Anderson Mnaagement,• �C _ &oa(/fy_ y �7 Corpus 0465 -� ) 7^/l _ _r 0117 Phone: I_g Culp END OF SECTION Compliance to State Law on Nonresident Bidders Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 003002-1 11-25-2013 00 30 05 City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER TO BE ASSIGNED BY CII 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: iks-iztvierovi 6.4.)-riehak1,, 6--d P. O. BOX: 70 a STREET ADDRESS: I a lior4/ fd CITY: cr,4cj s drzn: ,-- FIRM IS: 1. Corporation _ 2. Partnership ' . 3. Sole Owner 0 4. Association S. 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 /i 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 Nyl— 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 AI, 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 O5 -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. Q� k (49SJ Certifying Person: (Type or Print) Signature of Certifying Person: Title: DEFINITIONS Rsas-Anderson: Marlegemera$-, It. Date: 5_ JD ` 17 a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi Disclosure of Interest 003005-2 Rev 01-13-2016 00 30 06 NON -COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi, Texas 1201 Leopard Street Corpus Christi, Texas 78401 CONTRACT: Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: By: Name: Title: Business address: Phone: ggs- 64_4i -06+10)i/ b yped or printed) 6.0 . {lq9s (signature -- attach evidence of authority to sign) (typed or printed) Prss4den2 Haas -Anderson Management-, LC. Par.ier MCOSIA '(b pu5 r'54-/ -- r70117 3/-7C3- d0 6le_ g..N94s1 Q ode_ `-sb4) Co>„ END OF SECTION Non -Collusion Certification Carroll Lane From McArdle to Houston (Bond 2014) Project E13097 00 30 06 - 1 11-25-2013 • CER'ITMATE OV z..I1 ITED PARTNERE P OF IIAAS.ANDERSON CONSTRICTION 11, LTD, FILED In the Office of the Secretary of State of Texas DEC' 06 2001 Corporations Section The undersigned, desiring to Yonas a Limbed, Partnership pursuant to the Texas Revise!. Limited. Partnership Act as set forth in Article 6132a4. of the Texas Revised Civil Sea tet CAW), docs hereby certify: 1. The Dame of the firir -under which said limited partnership is to be conducted it HAAS -ANDERSON CONSTRUCTION I, LTD. 2. The address of the registered office and the name and address of the regis.crei1 agent for service of process is: Registered Agent teaistered Of'tM DARRYL 0.11.4AS 1401 MOLLY ROAD CORMS Ct5RIS TI, TEXAS 78415 3. The address of the principal office in tb 'Untied States where Partnership retard' are to be kept is 1401. HOLLY 1tOAD, CORPUS CHRISTI, rrEXAS 70415, 4. partner is: Name The Horne, mailing address, arc street address of the business of each general Address HAAS -ANDERSON MANAGEMENT, L.C. 1401 HOLLY ROAD CORPUS CHRISTI, TEXAS 78415 IN WITNESS"WHEREOF, the undersigned has executed this Certificate of Limited Partnership to be effective as or the - day of Pe. e- l e, 2001► GENERAL PARTNER: BAAS.ANDERS0 4 `fIANAG'f'MENT, L.C, DARR 's , HAAS, President c 1DATAV4In ,na /►ndmtallTAC Ltd CgLw jU r, CERTIFICATE OF AMENDMENT TO THE CERTIFICATE OF METED IITED PARTNERSHIP • OF FILED In the Office of the Secretary of State of Texas DEC 10 2001 Corporations Section HAAS -ANDERSON CONSTRUCTION 11, LTD. Pursuant to the provisions of Section 2.02 of the Texas Revised Limited Partnership Act, the undersigned limited parmership desires to amend its certificate of limited partnership and for that purpose submits the following certificate of amendment. 1. The name of the limited partnership is HAAS -ANDERSON CONSTRTJCTION II, LTD. 2. The certificate of limited partnership is amended as follows: The new name of the limited partnership is HAAS -ANDERSON CONSTRUCTION, LTD. . 3. This amendment to the certificate of limited partnership shall be effective on Janua-y I, 2002. ti Signed this lday of PQ -c., t-. . A,- , 2001. HAAS ANDERS ON MANAGEMENT, L.C., General Partner By: /4-, DARRY A . HAAS, President BID BOND TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Hartford, Connecticut 06183 KNOWN ALL BY THESE PRESENTS, That we, Haas -Anderson Construction, Ltd. , as Principal, and Travelers Casualty and Surety Company of America, as Surety, are held and firmly bound unto City of Corpus Christi, as Obligee, in the sum of Five Percent (5%) of Amount Bid by Principal Dollars ($Five Percent (5%) of Amount Bid by Principal) for the payment of which we bind ourselves, and our successors and assigns, jointly and severally, as provided herein. WHEREAS, Principal has submitted or is about to submit a bid to the Obligee on a contract for Project No. E13097 Carroll Lane from McArdle to Houston - (Bond 2014) ("Project"). NOW, THEREFORE, the condition of this bond is that if Obligee accepts Principal's bid, and Principal enters into a contract with Obligee in conformance with the terms of the bid and provides such bond or bonds as may be specified in the bidding or contract documents, then this obligation shall be void; otherwise Principal and Surety will pay to Obligee the difference between the amount of Principal's bid and the amount for which Obligee shall in good faith contract with another person or entity to perform the work covered by Principal's bid, but in no event shall Surety's and Principal's liability exceed the penal sum of this bond. Signed this 10 day of May, 2017. Haas -Anderson Construction, Ltd. (Principal) By: /2c%S `riaas•Anderson Management, Travelers Casua?ty and Surety Company of America By: i _>- �- _ 0 <-7-4,c �.--_ Y Annie Foley, Attorney -in -Fact ST PAUL Wr TRAVELERS IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3057 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. TRAVELERSJ Attorney -In Fact No. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 230850 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No.0 0 7 0 0 6 8 6 5 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters. Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Betty J. Baxter, Kevin G. Keetch, Lonna Pokrant, Annie Foley, and Vickie Trbula of the City of Corpus Christi State of Texas . their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 6th day of October , 2016 State of Connecticut City of Hartford ss. Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company %SeimA's AM4 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company By: Robert L. Raney. Senior Vice President On this the 6th day of October 2016, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company. St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America. and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do. executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021. 58440-5-16 Printed in U.S.A. G • TE)' 0) r Marie C. Tetreault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of e� 1•N.. �.N,SG P{ ...... SEAL/4'J t\SEAL. a }S...:�a frt1 20 /-1 Kevin E. Hughes, Assistant Sec tary To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 00 52 23 AGREEMENT This Agreement, for the Project awarded on June 20, 2017, is between the City of Corpus Christi (Owner) and Haas -Anderson Construction, Ltd. (Contractor). Owner and Contractor agree as follows: ARTICLE 1— WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13907 ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Martinez, Guy, & Maybik, Inc. 6000 S. Staples St., Suite 207 Corpus Christi, Texas, 78413 2.02 The Owner's Authorized Representative for this Project is: Ernesto De La Garza, P.E. — Construction Management Engineer City of Corpus Christi — Engineering Services 4917 Holly Rd., #5 Corpus Christi, TX 78411 ARTICLE 3 — CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 365 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 395 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 Agreement Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 005223-1 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 $1000 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $500 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 — CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price Plus Add. Alt. #1 $ 6,192,097.55 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 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 005223-2 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 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 005223-3 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 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 005223-4 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 Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 005223-5 Rev 06-22-2016 ATTEST CITY OF CORPUS CHRISTI Olg asy signed by Rebecca HUNG ON: cn•Rabeece Muerte. O. mel,e0eccehOea.camtxe . c•US Dale: 2017.0721 1e43,8.050e' Rebecca Huerta City Secretary D.ggelly wed by Jeff Edmonds ON: m=Jel1 Edmonds. o, oo.Engindodn0, emsl.jefreyee«teaes.<om, <aUS Dere: 2017.07.77 08:25:04 -0500' J.H. Edmonds, P.E. Director of Engineering Services APPROVED AS TO LEGAL FORM: M2017-087 AUTHORIZED ati- Aimee Alcorn -Reed 2017.07,10 13:23:41 -05'00' Assistant City Attorney BY COUNCIL 6/20/1 7 RH/ML Digitally signed by RH/ML Date: 2017.07.20 10:00:44 -05'00' ATTEST (IF CORPORATION) CONTRACTOR Haas -Anderson Construction, Ltd. (Seal Below) By: Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Title: Darryl 0. Haas Digitally signed by Darryl 0. Haas Date: 2017.06.22 09:57:33 -05'00' President, Haas -Anderson Mgmt., L.C., Gen. Partner P.O. Box 7692 Address Corpus Christi, Texas 78467 City 361/853-2535 State Zip Phone Fax Dcullen@haas-anderson.com EMail END OF SECTION Agreement Carroll Lane From McArdle to Houston (Bond 2014) Project No. E13097 005223-6 Rev 06-22-2016 ACORD® CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 6/22/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the rnrtificata hnIdar in Han of cur.h pndnrcempntfcl. PRODUCER Higginbotham Insurance Agency, Inc. dba Swantner & Gordon Insurance Agency, LLC P 0 Box 870 Corpus Christi TX 78403-0870 INSURED HAASA Haas -Anderson Construction Ltd / P. 0. Box 7692 Corpus Christi TX 78467-7692 CONTACT NAME: _ Diann Eisenhauer PHONE 361-561-4276 (A/C, No, Ext): ‘-gc,AXESS,deisenhauer@higginbotham.net 99 deisenhauer hi inbotham.net INSURER( AFFORDING COVERAGE INSURER A The Charter Oak Fire Insurance Co INSURER B :Travelers Property Casualty Co of A INSURER c :The Travelers Indemnity Co of CT INSURERD:The Phoenix Insurance Company INSURER E : Great American Insurance Co INSURER F: Crum & Forster Specialty Ins. Co FAX 361-844-0101 (A/C. No): NAIC # '25615 ;25674 .25682 25623 16691 44520 COVERAGES CERTIFICATE NUMBER: 962794880 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE INDICATED. NOTWITHSTANDING ANY REQUIREMENT, CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LISTED BELOW HAVE BEEN TERM OR CONDITION OF ANY THE INSURANCE AFFORDED BY LIMITS SHOWN MAY HAVE BEEN SUBR WVD POLICY NUMBER ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, REDUCED BY PAID CLAIMS INSR LTR i TYPE OF INSURANCE ADDL INSD POLICY EFF ' POLICY EXP (MM/DD/YYYYI (MM/DD/YYYY) LIMITS A x COMMERCIAL GENERAL LIABILITY X I OCCUR CO4D398656 9/1/2016 9/1/2017 / EACH OCCURRENCE 51,000,000 CLAIMS -MADE DAMAGE TO RENTEDPREMISES (Ea occurrence) 5300,000 MED EXP (Any one person) 55,000 GEN'L X 1 PERSONAL & ADV INJURY S1,000,000 AGGREGATE LIMIT APPLIES PER: POLICY Li PROT LOC JEC I OTHER: GENERAL AGGREGATE 52,000,000 PRODUCTS-COMP/OPAGG $2,000,000 S B AUTOMOBILE X LIABILITY ANY AUTO ALL OWNED[ AUTOS HIRED AUTOS MCS -90 1 SCHEDULED AUTOS i 1 NON-Ot ED f AUTOS BA3D892937 9/1/2016 9/1/2017 / COMBINED SINGLE LIMIT (Ea accident) S 1,000,000 BODILY INJURY (Per person) S ) BODILY INJURY(Per accident S X PROPERTY DAMAGE (Per accident) 5 S C X UMBRELLA LIAB EXCESS UAB X OCCUR CUP3E987368 9/1/2016 9/1/2017 11 EACH OCCURRENCE 51,000,000 CLAIMS -MADE AGGREGATE 51,000,000 DED I X 1 RETENTIONS 10,000 S D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORJPARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes. describe under DESCRIPTION OF OPERATIONS ¥ / N N /A UB4D402822 , 9/1/2016 9/1/2017 / X I STATUTE I I PER OETH E.L. EACH ACCIDENT 51,000,000 N E.L. DISEASE - EA EMPLOYEE $1,000,000 below E.L. DISEASE - POLICY LIMIT 51,000,000 E F Excess Umbrella Contractors Pollution TUE139924100 PKC104345 9/1/2016 9/1/2016 9/1/2017 9/1/2017 / Each Occurrence $19,000,000 Each Pollution Cond. S5,000,000 7 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) See Attached... CERTIFICATE HOLDER City of Corpus Christi Engineering Services Attn: Sylvia Arriaga-Construction Contract Mgr. PO 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 (2014/01) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORD AGENCY CUSTOMER ID: HAASA LOC #: ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY Higginbotham Insurance Agency, Inc. NAMED INSURED Haas -Anderson Construction Ltd O. Box 7692 Corpus Christi TX 78467-7692 POLICYP. 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 Commercial General Liability Policy includes a blanket automatic additional insured endorsement that provides additional insured status only when there is a written contract requiring such status. Form CG D6 04 08 13 - Blanket Additional Insured (Contractors) / Form CG D3 16 11 11 - Contractors Xtend Endorsement (Blanket Additional Insured - Owners, Managers or Lessors of Premises; Blanket Additional Insured - Lessors of Lease Equipment; Blanket Additional Insured - State or Political Subdivisions - Permits) General Liability policy includes a primary and non-contributory provision only when there is a written contract that requires it. Form CG D6 04 08 13 - Blanket Additional Insured -Automatic Status if Required by Written Contract (Contractors) Commercial General Liability Policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract that requires it. Form CG D3 16 11 11 - Contractors Xtend Endorsement Commercial General Liability Policy includes an endorsement providing 30 days' notice of cancellation will be furnished to the certificate holder except 10 day notice of nonpayment of premium. Form IL T4 05 - Blanket Notice of Cancellation (30 Days) Commercial General Liability policy includes Form CG D3 16 11 11 - Contractors Xtend Endorsement. Contractual Liability - With respect to operations performed within 50 feet of railroad property, the definition of insured contract in Section V Definitions 9."Insured Contract" Item c. is amended to read "Any easement of license agreement" and Item f.(1) is removed. Business Auto Policy includes a blanket automatic additional insured endorsement that provides additional insured status when there is a written contract that requires such status. Form CA T3 53 02 15 - Business Auto Extension Endorsement Business Auto Policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract that requires it. Form CA T3 53 02 15 - Business Auto Extension Endorsement Business Auto Policy includes an endorsement providing 30 days' notice of cancellation will be furnished to the certificate holder except 10 day notice of nonpayment of premium where required by written contract. Form IL T4 05 — Blanket Notice of Cancellation (30 Days) Business Auto Policy includes Endorsement for Motor Carrier Policies of Insurance for Public Liability Under Sections 29 & 30 of the Motor Carrier Act of 1980 - MCS -90 (Rev.4-00) (Rev. 09-08) Business Auto policy includes Endorsement CA 20 70 10 13 - Coverage for Certain Operations in Connection with Railroads where required by written contract Workers Compensation Policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract that requires it. Form WC 42 03 04 (B) - Texas Waiver of Our Right to Recover from Others Endorsement Workers Compensation Policy includes an endorsement providing 30 days' notice of cancellation will be furnished to the certificate holder except 10 day notice of nonpayment of premium where require by written contract. WC 42 06 01 (00) - Texas Notice of Material Change Endorsement -Blanket Notice of Cancellation (30 Days) Workers Compensation Policy includes Longshore and Harbor Workers' Compensation Act Coverage Endorsement Form WC 00 01 06 A Contractors Pollution includes Additional Insured -Owners, Lessees or Contractors - EN0111-0211 - Where Required by Written Contract; Primary and Non -Contributory Additional Insured with Waiver of Subrogation - EN0118-0211 - Where Required by Written Contract Umbrella Liability: Form UM 00 01 11 03 Except for the terms, definitions, conditions and exclusions of the Policy, the coverage provided by this Policy shall follow the terms, definitions, conditions and exclusions of the applicable underlying insurance. Waiver of Transfer of Rights or Recovery - Form UM 04 88 07/08 30 Day Notice of Cancellation - Form IL T4 05 — Blanket Notice of Cancellation (30 Days) Project: E13097 Carroll Lane from McArdle to Houston (Bond 2014) / ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Haas -Anderson Construction, Ltd. The Charter Oak Fire Insurance Co Policy #C04D398656 09/01/2016-09/01/2017 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY BLANKET ADDITIONAL INSURED - AUTOMATIC STATUS IF REQUIRED BY WRITTEN CONTRACT (CONTRACTORS) This endorsement modifies insurance provided under the following: / COMMERCIAL GENERAL LIABILITY COVERAGE PART The following is added to SECTION II — WHO IS AN INSURED: Any person or organization that: a. You agree in a "written contract requiring in- surance" to include as an additional insured on this Coverage Part; and b. Has not been added as an additional insured for the same project by attachment of an en- dorsement under this Coverage Part which includes such person or organization in the endorsement's schedule; is an insured, but: a. Only with respect to liability for "bodily injury", "property damage" or "personal injury"; and b. Only as described in Paragraph (1), (2) or (3) below, whichever applies: (1) If the "written contract requiring insur- ance" specifically requires you to provide additional insured coverage to that per- son or organization by the use of: (a) The Additional Insured — Owners, Lessees or Contractors — (Form B) endorsement CG 20 10 11 85; or (b) Either or both of the following: the Additional Insured — Owners, Les- sees or Contractors — Scheduled Person Or Organization endorsement CG 20 10 10 01, or the Additional In- sured — Owners, Lessees or Contrac- tors — Completed Operations en- dorsement CG 20 37 10 01; the person or organization is an additional insured only if the injury or damage arises out of "your work" to which the "written contract requiring insurance" applies; (2) If the "written contract requiring insur- ance" specifically requires you to provide additional insured coverage to that per- son or organization by the use of: CG D6 04 08 13 (3) (a) The Additional Insured — Owners, Lessees or Contractors — Scheduled Person or Organization endorsement CG 20 10 07 04 or CG 20 10 04 13, the Additional Insured — Owners, Lessees or Contractors — Completed Operations endorsement CG 20 37 07 04 or CG 20 37 04 13, or both of such endorsements with either of those edition dates; or (b) Either or both of the following: the Additional Insured — Owners, Les- sees or Contractors — Scheduled Person Or Organization endorsement CG 20 10, or the Additional Insured — Owners, Lessees or Contractors — Completed Operations endorsement CG 20 37, without an edition date of such endorsement specified; the person or organization is an additional insured only if the injury or damage is caused, in whole or in part, by acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies; or If neither Paragraph (1) nor (2) above ap- plies: (a) The person or organization is an ad- ditional insured only if, and to the ex- tent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the perform- ance of "your work" to which the "writ- ten contract requiring insurance" ap- plies; and (b) The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organi- zation. © 2013 The Travelers Indemnity Company. All rights reserved. Page 1 of 3 COMMERCIAL GENERAL LIABILITY 2. The insurance provided to the additional insured by this endorsement is limited as follows: a. If the Limits of Insurance of this Coverage Part shown in the Declarations exceed the minimum limits of liability required by the "written contract requiring insurance", the in- surance provided to the additional insured will be limited to such minimum required limits of liability. For the purposes of determining whether this limitation applies, the minimum limits of liability required by the "written con- tract requiring insurance" will be considered to include the minimum limits of liability of any Umbrella or Excess liability coverage required for the additional insured by that "written con- tract requiring insurance". This endorsement will not increase the limits of insurance de- scribed in Section III — Limits Of Insurance. b. The insurance provided to the additional in- sured does not apply to "bodily injury", "prop- erty damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or sur- veying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities. c. The insurance provided to the additional in- sured does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products -completed opera- tions hazard" unless the "written contract re- quiring insurance" specifically requires you to provide such coverage for that additional in- sured during the policy period. 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible other insurance, whether primary, ex- cess, contingent or on any other basis, that is available to the additional insured. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis, this insurance is primary to other insurance available to the additional insured under which that person or organization qualifies as a named insured, and we will not share with that other insurance. But the insurance provided to the additional insured by this endorsement still is excess over any valid and collectible other insurance, whether primary, excess, contingent or on any other basis, that is available to the additional insured when that per- son or organization is an additional insured, or is any other insured that does not qualify as a named insured, under such other insurance. 4. As a condition of coverage provided to the addi- tional insured by this endorsement: a. The additional insured must give us written notice as soon as practicable of an "occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: (1) How, when and where the `occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. b. If a claim is made or "suit" is brought against the additional insured, the additional insured must: (1) Immediately record the specifics of the claim or "suit" and the date received; and (2) Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. c. The additional insured must immediately send us copies of all legal papers received in con- nection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and oth- erwise comply with all policy conditions. d. The additional insured must tender the de- fense and indemnity of any claim or "suit" to any provider of other insurance which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement is primary to other insurance available to the additional insured which cov- ers that person or organization as a named insured as described in Paragraph 3. above. 5. The following is added to the DEFINITIONS Sec- tion: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or or - Page 2 of 3 02013 The Travelers Indemnity Company. All rights reserved. CG D6 04 08 13 ganization as an additional insured on this Cover- age Part, provided that the "bodily injury" and "property damage" occurs, and the "personal in- jury" is caused by an offense committed, during the policy period and: COMMERCIAL GENERAL LIABILITY a. After the signing and execution of the contract or agreement by you; and b. While that part of the contract or agreement is in effect. CG D6 04 0813 02013 The Travelers Indemnity Company. All rights reserved. Page 3 of 3 Haas -Anderson Construction, Ltd. The Charter Oak Fire Insurance Co Policy #C04D398656 09/01/2016-09/01/2017 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY CONTRACTORS XTEND ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. Aircraft Chartered With Pilot B. Damage To Premises Rented To You C. Increased Supplementary Payments D. Incidental Medical Malpractice E. Who Is An Insured — Newly Acquired Or Formed Organizations F. Who Is An Insured — Broadened Named Insured — Unnamed Subsidiaries G. Blanket Additional Insured — Owners, Managers Or Lessors Of Premises PROVISIONS A. AIRCRAFT CHARTERED WITH PILOT The following is added to Exclusion g., Aircraft, Auto Or Watercraft, in Paragraph 2. of SECTION I — COVERAGES — COVERAGE A BODILY IN- JURY AND PROPERTY DAMAGE LIABILITY: This exclusion does not apply to an aircraft that is: (a) Chartered with a pilot to any insured; (b) Not owned by any insured; and (c) Not being used to carry any person or prop- erty for a charge. B. DAMAGE TO PREMISES RENTED TO YOU 1. The first paragraph of the exceptions in Ex- clusion j., Damage To Property, in Para- graph 2. of SECTION I — COVERAGES — COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY is deleted. 2. The following replaces the last paragraph of Paragraph 2., Exclusions, of SECTION I — COVERAGES — COVERAGE A. BODILY CG D3 16 11 11 H. Blanket Additional Insured — Lessors Of Leased Equipment I. Blanket Additional Insured — States Or Political Subdivisions — Permits J. Knowledge And Notice Of Occurrence Or Offense K. Unintentional Omission L. Blanket Waiver Of Subrogation M. Amended Bodily Injury Definition N. Contractual Liability — Railroads INJURY AND PROPERTY DAMAGE LI- ABILITY: Exclusions c. and g. through n. do not apply to "premises damage". Exclusion f.(1)(a) does not apply to "premises damage" caused by: a. Fire; b. Explosion; c. Lightning; d. Smoke resulting from such fire, explosion, or lightning; or e. Water; unless Exclusion f. of Section I — Coverage A — Bodily Injury And Property Damage Liability is replaced by another endorsement to this Coverage Part that has Exclusion — All Pollu- tion Injury Or Damage or Total Pollution Ex- clusion in its title. A separate limit of insurance applies to "premises damage" as described in Para- graph 6. of SECTION III — LIMITS OF IN- SURANCE. ©2011 The Travelers Indemnity Company. All rights reserved. Page 1 of 6 COMMERCIAL GENERAL LIABILITY 3. The following replaces Paragraph 6. of SEC- TION III — LIMITS OF INSURANCE: Subject to 5. above, the Damage To Prem- ises Rented To You Limit is the most we will pay under Coverage A for damages because of "premises damage" to any one premises. The Damage To Premises Rented To You Limit will apply to all "property damage" proximately caused by the same "occur- rence", whether such damage results from: fire; explosion; lightning; smoke resulting from such fire, explosion, or lightning; or water; or any combination of any of these causes. The Damage To Premises Rented To You Limit will be: a. The amount shown for the Damage To Premises Rented To You Limit on the Declarations of this Coverage Part; or b. $300,000 if no amount is shown for the Damage To Premises Rented To You Limit on the Declarations of this Coverage Part. 4. The following replaces Paragraph a. of the definition of "insured contract" in the DEFINI- TIONS Section: a. A contract for a lease of premises. How- ever, that portion of the contract for a lease of premises that indemnifies any person or organization for "premises damage" is not an "insured contract"; 5. The following is added to the DEFINITIONS Section: "Premises damage" means "property dam- age" to: a. Any premises while rented to you or tem- porarily occupied by you with permission of the owner; or b. The contents of any premises while such premises is rented to you, if you rent such premises for a period of seven or fewer consecutive days. 6. The following replaces Paragraph 4.b.(1)(b) of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: (b) That is insurance for "premises damage"; or 7. Paragraph 4.b.(1)(c) of SECTION IV — COMMERCIAL GENERAL LIABILITY CON- DITIONS is deleted. C. INCREASED SUPPLEMENTARY PAYMENTS 1. The following replaces Paragraph 1.b. of SUPPLEMENTARY PAYMENTS — COVER- AGES A AND B of SECTION I — COVER- AGE: b. Up to $2,500 for the cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to fur- nish these bonds. 2. The following replaces Paragraph 1.d. of SUPPLEMENTARY PAYMENTS — COVER- AGES A AND B of SECTION I — COVER- AGES: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. D. INCIDENTAL MEDICAL MALPRACTICE 1. The following is added to the definition of `oc- currence" in the DEFINITIONS Section: "Occurrence" also means an act or omission committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to a person. 2. The following is added to Paragraph 2.a.(1) of SECTION II — WHO IS AN INSURED: Paragraph (1)(d) above does not apply to "bodily injury" arising out of providing or fail- ing to provide: (i) "Incidental medical services" by any of your "employees" who is a nurse practi- tioner, registered nurse, licensed practical nurse, nurse assistant, emergency medi- cal technician or paramedic; or (ii) First aid or "Good Samaritan services" by any of your "employees" or "volunteer workers", other than an employed or vol- unteer doctor. Any such "employees" or "volunteer workers" providing or failing to provide first aid or "Good Samaritan ser- vices" during their work hours for you will be deemed to be acting within the scope of their employment by you or performing duties related to the conduct of your busi- ness. Page 2 of 6 ©2011 The Travelers Indemnity Company. All rights reserved. CG D3 16 11 11 3. The following is added to Paragraph 5. of SECTION III — LIMITS OF INSURANCE: For the purposes of determining the applica- ble Each Occurrence Limit, all related acts or omissions committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to any one per- son will be deemed to be one `occurrence". 4. The following exclusion is added to Para- graph 2., Exclusions, of SECTION I — COV- ERAGES — COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY: Sale Of Pharmaceuticals "Bodily injury" or "property damage" arising out of the willful violation of a penal statute or ordinance relating to the sale of pharmaceuti- cals committed by, or with the knowledge or consent of, the insured. 5. The following is added to the DEFINITIONS Section: "Incidental medical services" means: a. Medical, surgical, dental, laboratory, x-ray or nursing service or treatment, advice or instruction, or the related furnishing of food or beverages; or b. The furnishing or dispensing of drugs or medical, dental, or surgical supplies or appliances. "Good Samaritan services" means any emer- gency medical services for which no compen- sation is demanded or received. 6. The following is added to Paragraph 4.b., Ex- cess Insurance, of SECTION IV — COM- MERCIAL GENERAL LIABILITY CONDI- TIONS: The insurance is excess over any valid and collectible other insurance available to the in- sured, whether primary, excess, contingent or on any other basis, that is available to any of your "employees" or "volunteer workers" for "bodily injury" that arises out of providing or failing to provide "incidental medical ser- vices", first aid or "Good Samaritan services" to any person to the extent not subject to Paragraph 2.a.(1) of Section II — Who Is An Insured. E. WHO IS AN INSURED — NEWLY ACQUIRED OR FORMED ORGANIZATIONS The following replaces Paragraph 4. of SECTION II — WHO IS AN INSURED: CG D3 1611 11 COMMERCIAL GENERAL LIABILITY 4. Any organization you newly acquire or form, other than a partnership, joint venture or lim- ited liability company, of which you are the sole owner or in which you maintain the ma- jority ownership interest, will qualify as a Named Insured if there is no other insurance which provides similar coverage to that or- ganization. However: a. Coverage under this provision is afforded only: (1) Until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier, if you do not report such organization in writing to us within 180 days after you acquire or form it; or (2) Until the end of the policy period, when that date is later than 180 days after you acquire or form such organization, if you report such organization in writing to us within 180 days after you acquire or form it, and we agree in writing that it will con- tinue to be a Named Insured until the end of the policy period; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c. Coverage B does not apply to "personal in- jury" or "advertising injury" arising out of an offense committed before you acquired or formed the organization. F. WHO IS AN INSURED — BROADENED NAMED INSURED — UNNAMED SUBSIDIARIES The following is added to SECTION II — WHO IS AN INSURED: Any of your subsidiaries, other than a partnership, joint venture or limited liability company, that is not shown as a Named Insured in the Declara- tions is a Named Insured if you maintain an own- ership interest of more than 50% in such subsidi- ary on the first day of the policy period. No such subsidiary is an insured for "bodily injury" or "property damage" that occurred, or "personal injury" or "advertising injury" caused by an of- fense committed after the date, if any, during the policy period, that you no longer maintain an ownership interest of more than 50% in such sub- sidiary. ©2011 The Travelers Indemnity Company. Ail rights reserved. Page 3 of 6 COMMERCIAL GENERAL LIABILITY G. BLANKET ADDITIONAL INSURED — OWNERS, MANAGERS OR LESSORS OF PREMISES The following is added to SECTION II — WHO IS AN INSURED: Any person or organization that is a premises owner, manager or lessor and that you have agreed in a written contract or agreement to in- clude as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage", "personal injury" or "advertising injury" that: a. Is "bodily injury" or "property damage" that occurs, or is "personal injury" or "advertising injury" caused by an offense that is commit- ted, subsequent to the execution of that con- tract or agreement; and b. Arises out of the ownership, maintenance or use of that part of any premises leased to you. The insurance provided to such premises owner, manager or lessor is subject to the following pro- visions: a. The limits of insurance provided to such premises owner, manager or lessor will be the minimum limits which you agreed to pro- vide in the written contract or agreement, or the limits shown on the Declarations, which- ever are less. b. The insurance provided to such premises owner, manager or lessor does not apply to: (1) Any "bodily injury" or "property damage" that occurs, or "personal injury" or "adver- tising injury" caused by an offense that is committed, after you cease to be a tenant in that premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such premises owner, lessor or manager. c. The insurance provided to such premises owner, manager or lessor is excess over any valid and collectible other insurance available to such premises owner, manager or lessor, whether primary, excess, contingent or on any other basis, unless you have agreed in the written contract or agreement that this in- surance must be primary to, or non- contributory with, such other insurance, in which case this insurance will be primary to, and non-contributory with, such other insur- ance. Page 4 of 6 H. BLANKET ADDITIONAL INSURED — LESSORS OF LEASED EQUIPMENT 1 d' The following is added to SECTION II — WHO IS AN INSURED: Any person or organization that is an equipment lessor and that you have agreed in a written con- tract or agreement to include as an insured on this Coverage Part is an insured, but only with re- spect to liability for "bodily injury", "property dam- age", "personal injury" or "advertising injury" that: a. Is "bodily injury" or "property damage" that occurs, or is "personal injury" or "advertising injury" caused by an offense that is commit- ted, subsequent to the execution of that con- tract or agreement; and b. Is caused, in whole or in part, by your acts or omissions in the maintenance, operation or use of equipment leased to you by such equipment lessor. The insurance provided to such equipment lessor is subject to the following provisions: a. The limits of insurance provided to such equipment lessor will be the minimum limits which you agreed to provide in the written contract or agreement, or the limits shown on the Declarations, whichever are less. b. The insurance provided to such equipment lessor does not apply to any "bodily injury" or "property damage" that occurs, or "personal injury" or "advertising injury" caused by an of- fense that is committed, after the equipment lease expires. c. The insurance provided to such equipment lessor is excess over any valid and collectible other insurance available to such equipment lessor, whether primary, excess, contingent or on any other basis, unless you have agreed in the written contract or agreement that this insurance must be primary to, or non-contributory with, such other insurance, in which case this insurance will be primary to, and non-contributory with, such other in- surance. I. BLANKET ADDITIONAL INSURED — STATES OR POLITICAL SUBDIVISIONS — PERMITS The following is added to SECTION II — WHO IS AN INSURED: Any state or political subdivision that has issued a permit in connection with operations performed by you or on your behalf and that you are required © 2011 The Travelers Indemnity Company. All rights reserved. CG D3 16 11 11 by any ordinance, law or building code to include as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage", "personal in- jury" or "advertising injury" arising out of such op- erations. The insurance provided to such state or political subdivision does not apply to: a. Any "bodily injury," "property damage," "per- sonal injury" or "advertising injury" arising out of operations performed for that state or po- litical subdivision; or b. Any "bodily injury" or "property damage" in- cluded in the "products -completed operations hazard". KNOWLEDGE AND NOTICE OF OCCUR- RENCE OR OFFENSE The following is added to Paragraph 2., Duties In The Event of Occurrence, Offense, Claim or Suit, of SECTION IV — COMMERCIAL GEN- ERAL LIABILITY CONDITIONS: e. The following provisions apply to Paragraph a. above, but only for the purposes of the in- surance provided under this Coverage Part to you or any insured listed in Paragraph 1. or 2. of Section II — Who Is An Insured: (1) Notice to us of such "occurrence" or of- fense must be given as soon as practica- ble only after the "occurrence" or offense is known by you (if you are an individual), any of your partners or members who is an individual (if you are a partnership or joint venture), any of your managers who is an individual (if you are a limited liability company), any of your "executive offi- cers" or directors (if you are an organiza- tion other than a partnership, joint venture or limited liability company) or any "em- ployee" authorized by you to give notice of an "occurrence" or offense. (2) If you are a partnership, joint venture or limited liability company, and none of your partners, joint venture members or man- agers are individuals, notice to us of such "occurrence" or offense must be given as soon as practicable only after the "occur- rence" or offense is known by: (a) Any individual who is: (i) A partner or member of any part- nership or joint venture; CG D3 16 11 11 (3) COMMERCIAL GENERAL LIABILITY (ii) A manager of any limited liability company; or (iii) An executive officer or director of any other organization; that is your partner, joint venture member or manager; or (b) Any "employee" authorized by such partnership, joint venture, limited li- ability company or other organization to give notice of an "occurrence" or offense. Notice to us of such "occurrence" or of an offense will be deemed to be given as soon as practicable if it is given in good faith as soon as practicable to your work- ers' compensation insurer. This applies only if you subsequently give notice to us of the "occurrence" or offense as soon as practicable after any of the persons de- scribed in Paragraphs e. (1) or (2) above discovers that the "occurrence" or offense may result in sums to which the insurance provided under this Coverage Part may apply. However, if this Coverage Part includes an en- dorsement that provides limited coverage for "bodily injury" or "property damage" or pollution costs arising out of a discharge, release or es- cape of "pollutants" which contains a requirement that the discharge, release or escape of "pollut- ants" must be reported to us within a specific number of days after its abrupt commencement, this Paragraph e. does not affect that require- ment. K. UNINTENTIONAL OMISSION The following is added to Paragraph 6., Repre- sentations, of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: The unintentional omission of, or unintentional error in, any information provided by you which we relied upon in issuing this policy will not preju- dice your rights under this insurance. However, this provision does not affect our right to collect additional premium or to exercise our rights of cancellation or nonrenewal in accordance with applicable insurance laws or regulations. L. BLANKET WAIVER OF SUBROGATION The following is added to Paragraph 8., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV — COMMERCIAL GENERAL LI- ABILITY CONDITIONS: ©2011 The Travelers Indemnity Company. All rights reserved. Page 5 of 6 COMMERCIAL GENERAL LIABILITY If the insured has agreed in a contract or agree- ment to waive that insured's right of recovery against any person or organization, we waive our right of recovery against such person or organiza- tion, but only for payments we make because of: a. "Bodily injury" or "property damage" that oc- curs; or b. "Personal injury" or "advertising injury" caused by an offense that is committed; subsequent to the execution of that contract or agreement. EMENDED BODILY INJURY DEFINITION The following replaces the definition of "bodily njury" in the DEFINITIONS Section: 3. "Bodily injury" means bodily injury, mental anguish, mental injury, shock, fright, disability, humiliation, sickness or disease sustained by a person, including death resulting from any of these at any time. N. CONTRACTUAL LIABILITY — RAILROADS 1. The following replaces Paragraph c. of the definition of "insured contract" in the DEFINI- TIONS Section: c. Any easement or license agreement; 2. Paragraph f.(1) of the definition of "insured contract" in the DEFINITIONS Section is de- leted. Page 6 of 6 © 2011 The Travelers Indemnity Company. All rights reserved. CG D3 16 11 11 Haas -Anderson Construction, Ltd. The Charter Oak Fire Insurance Co POLICY NUMBER: C040398656 ISSUE DATE: 09/01/2016 09/01/2017 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: Number of Days Notice of Cancellation: 30 PERSON OR ORGANIZATION: ADDRESS: Any person or organization for whom the named insured has agreed by written contract to furnish this endorsement. PROVISIONS: If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancellation to the person or organization shown in the schedule ILT4050311 above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of cancellation. C) 2011 The Travelers Indemnity Company. All rights reserved. Page 1 of 1 Haas -Anderson Construction, Ltd. Travelers Property Casualty Co of America Policy #BA3D892937 09/01/2016-09/01/2017 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTO BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE - This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. BROAD FORM NAMED INSURED B. BLANKET ADDITIONAL INSURED C. EMPLOYEE HIRED AUTO D. EMPLOYEES AS INSURED E. SUPPLEMENTARY PAYMENTS - INCREASED LIMITS F. HIRED AUTO - LIMITED WORLDWIDE COV- ERAGE - INDEMNITY BASIS G. WAIVER OF DEDUCTIBLE - GLASS PROVISIONS A. BROAD FORM NAMED INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II - COVERED AUTOS LIABILITY COVERAGE: Any organization you newly acquire or form dur- ing the policy period over which you maintain 50% or more ownership interest and that is not separately insured for Business Auto Coverage. Coverage under this provision is afforded only un- til the 180th day after you acquire or form the or- ganization or the end of the policy period, which- ever is earlier. B. BLANKET ADDITIONAL INSURED v The following is added to Paragraph c. in A.1., Who Is An Insured, of SECTION II - COVERED AUTOS LIABILITY COVERAGE: Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an addi- tional insured is an "insured" for Covered Autos Liability Coverage, but only for damages to which CA T3 53 02 15 H. HIRED AUTO PHYSICAL DAMAGE - LOSS OF USE - INCREASED LIMIT I. PHYSICAL DAMAGE - TRANSPORTATION EXPENSES - INCREASED LIMIT J. PERSONAL PROPERTY K. AIRBAGS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS M. BLANKET WAIVER OF SUBROGATION N. UNINTENTIONAL ERRORS OR OMISSIONS this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. C. EMPLOYEE HIRED AUTO 1. The following is added to Paragraph A.1., Who Is An Insured, of SECTION II - COV- ERED AUTOS LIABILITY COVERAGE: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your busi- ness. 2. The following replaces Paragraph b. in B.5., Other Insurance, of SECTION IV - BUSI- NESS AUTO CONDITIONS: b. For Hired Auto Physical Damage Cover- age, the following are deemed to be cov- ered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in an "employee's" name, with your 2015 The Travelers Indemnity Company. All rights reserved. Page 1 of 4 Includes copyrighted material of Insurance Services Office, Inc. with its permission. COMMERCIAL AUTO permission, while performing duties related to the conduct of your busi- ness. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". D. EMPLOYEES AS INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II — COVERED AUTOS LIABILITY COVERAGE: Any "employee" of yours is an "insured" while us- ing a covered "auto" you don't own, hire or borrow in your business or your personal affairs. E. SUPPLEMENTARY PAYMENTS — INCREASED LIMITS 1. The following replaces Paragraph A.2.a.(2), of SECTION II — COVERED AUTOS LIABIL- ITY COVERAGE: (2) Up to $3,000 for cost of bail bonds (in- cluding bonds for related traffic law viola- tions) required because of an "accident" we cover. We do not have to furnish these bonds. 2. The following replaces Paragraph A.2.a.(4), of SECTION II — COVERED AUTOS LIABIL- ITY COVERAGE: (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day be- cause of time off from work. F. HIRED AUTO — LIMITED WORLDWIDE COV- ERAGE — INDEMNITY BASIS The following replaces Subparagraph (5) in Para- graph B.7., Policy Period, Coverage Territory, of SECTION IV — BUSINESS AUTO CONDI- TIONS: (5) Anywhere in the world, except any country or jurisdiction while any trade sanction, em- bargo, or similar regulation imposed by the United States of America applies to and pro- hibits the transaction of business with or within such country or jurisdiction, for Cov- ered Autos Liability Coverage for any covered "auto" that you lease, hire, rent or borrow without a driver for a period of 30 days or less and that is not an "auto" you lease, hire, rent or borrow from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company) or members of their households. (a) With respect to any claim made or "suit" brought outside the United States of America, the territories and possessions of the United States of America, Puerto Rico and Canada: (i) You must arrange to defend the "in- sured" against, and investigate or set- tle any such claim or "suit" and keep us advised of all proceedings and ac- tions. (ii) Neither you nor any other involved "insured" will make any settlement without our consent. (iii) We may, at our discretion, participate in defending the "insured" against, or in the settlement of, any claim or "suit". (iv) We will reimburse the "insured" for sums that the "insured" legally must pay as damages because of "bodily injury" or "property damage" to which this insurance applies, that the "in- sured" pays with our consent, but only up to the limit described in Para- graph C., Limits Of Insurance, of SECTION II — COVERED AUTOS LIABILITY COVERAGE. (v) We will reimburse the "insured" for the reasonable expenses incurred with our consent for your investiga- tion of such claims and your defense of the "insured" against any such "suit", but only up to and included within the limit described in Para- graph C., Limits Of Insurance, of SECTION II — COVERED AUTOS LIABILITY COVERAGE, and not in addition to such limit. Our duty to make such payments ends when we have used up the applicable limit of insurance in payments for damages, settlements or defense expenses. (b) This insurance is excess over any valid and collectible other insurance available to the "insured" whether primary, excess, contingent or on any other basis. (c) This insurance is not a substitute for re- quired or compulsory insurance in any country outside the United States, its ter- ritories and possessions, Puerto Rico and Canada. Page 2 of 4 © 2015 The Travelers Indemnity Company. All rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance Services Office. Inc. with its permission. You agree to maintain all required or compulsory insurance in any such coun- try up to the minimum limits required by local law. Your failure to comply with compulsory insurance requirements will not invalidate the coverage afforded by this policy, but we will only be liable to the same extent we would have been liable had you complied with the compulsory in- surance requirements. (d) It is understood that we are not an admit- ted or authorized insurer outside the United States of America, its territories and possessions, Puerto Rico and Can- ada. We assume no responsibility for the furnishing of certificates of insurance, or for compliance in any way with the laws of other countries relating to insurance. G. WAIVER OF DEDUCTIBLE — GLASS The following is added to Paragraph D.. Deducti- ble, of SECTION III — PHYSICAL DAMAGE COVERAGE: No deductible for a covered "auto" will apply to glass damage if the glass is repaired rather than replaced. H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF USE — INCREASED LIMIT The following replaces the last sentence of Para- graph A.4.b., Loss Of Use Expenses. of SEC- TION III — PHYSICAL DAMAGE COVERAGE: However, the most we will pay for any expenses for loss of use is S65 per day, to a maximum of $750 for any one "accident". I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES — INCREASED LIMIT The following replaces the first sentence in Para- graph A.4.a., Transportation Expenses, of SECTION III — PHYSICAL DAMAGE COVER- AGE: We will pay up to $50 per day to a maximum of $1,500 for temporary transportation expense in- curred by you because of the total theft of a cov- ered "auto" of the private passenger type. J. PERSONAL PROPERTY The following is added to Paragraph A.4., Cover- age Extensions, of SECTION III — PHYSICAL DAMAGE COVERAGE: Personal Property We will pay up to $400 for "loss" to wearing ap- parel and other personal property which is: (1) Owned by an "insured"; and CA T3 53 02 15 K. L. I COMMERCIAL AUTO (2) In or on your covered "auto". This coverage applies only in the event of a total theft of your covered "auto". No deductibles apply to this Personal Property coverage. AIRBAGS The following is added to Paragraph B.3., Exclu- sions, of SECTION III — PHYSICAL DAMAGE COVERAGE: Exclusion 3.a. does not apply to "loss" to one or more airbags in a covered "auto" you own that in- flate due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b. and A.1.c., but only: a. If that "auto" is a covered "auto" for Compre- hensive Coverage under this policy: b. The airbags are not covered under any war- ranty; and c. The airbags were not intentionally inflated. We will pay up to a maximum of S1,000 for any one "loss". NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS The following is added to Paragraph A.2.a., of SECTION IV — BUSINESS AUTO CONDITIONS: Your duty to give us or our authorized representa- tive prompt notice of the "accident" or "loss" ap- plies only when the "accident" or "loss" is known to: (a) You (if you are an individual); (b) A partner (if you are a partnership); (c) A member (if you are a limited liability com- pany); (d) An executive officer, director or insurance manager (if you are a corporation or other or- ganization); or (e) Any "employee" authorized by you to give no- tice of the "accident" or "loss" M. BLANKET WAIVER OF SUBROGATION The following replaces Paragraph A.5., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV — BUSINESS AUTO CONDI- TIONS: 5. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the ex- tent required of you by a written contract signed and executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by 2015 The Travelers Indemnity Company. All rights reserved. Page 3 of 4 Includes copyrighted material of Insurance Services Office, Inc. with its permission. COMMERCIAL AUTO such contract. The waiver applies only to the person or organization designated in such contract. N. UNINTENTIONAL ERRORS OR OMISSIONS The following is added to Paragraph B.2., Con- ealment, Misrepresentation, Or Fraud, of ECTION IV — BUSINESS AUTO CONDITIONS: The unintentional omission of, or unintentional error in, any information given by you shall not prejudice your rights under this insurance. How- ever owever this provision does not affect our right to col- lect additional premium or exercise our right of cancellation or non -renewal. Page 4 of 4 0 2015 The Travelers Indemnity Company. All rights reserved. CA T3 53 0215 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Haas -Anderson Construction, Ltd. Travelers Property Casualty Co of America POLICY NUMBER: BA3D892937 ISSUE DATE: 09/01/2016 09/01/2017 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE ../ CANCELLATION: Number of Days Notice of Cancellation: 3° PERSON OR ORGANIZATION: ADDRESS: Any person or organization for whom the named insured has agreed by written contract to furnish this endorsement. PROVISIONS: If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancellation to the person or organization shown in the schedule ILT4050311 above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of cancellation. ©2011 The Travelers Indemnity Company. All rights reserved. Page 1 of 1 Haas -Anderson Construction, Ltd. Travelers Property Casualty Co Of America POLICY NUMBEf: BA3D892937 COMMERCIAL AUTO ISSUE DATE: 09 _01 _2016 C9-01-2017 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COVERAGE FOR CERTAIN OPERATIONS IN CONNECTION WITH RAILROADS J s endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIERS COVERAGE FORM h respect to coverage provided under this endorsement. the provisions of the Coverage Form apply unless dified by the endorsement. SCHEDULE Scheduled Railroad Designated Job Site Any railroad where required by written contract. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. With respect to the use of a covered "auto" in operations for or affecting a railroad designated in the Schedule at a Designated Job Site, the two exceptions contained in the definition of "insured contract" relating to construction or demolition operations performed within 50 feet of a railroad do not apply. CA 20 70 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 Haas -Anderson Construction, Ltd. The Phoenix Insurance Company WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 42 03 04 ( B) POLICY NUMBER: UB4D402822 TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ❑ Specific Waiver Name of person or organization :l( Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium: The premium charge for this endorsement shall be 2 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Per Schedule This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 09/01/2016 Policy No. UB4D402822 Endorsement No. Insured Haas -Anderson Construction, Ltd. _ /N Premium Insurance Company Countersigned by The Phoenix Insurance Co. DATE OF ISSUE: 09/01/2016 ST ASSIGN: Page 1 of 1 0 Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. Haas -Anderson Construction, Ltd. The Phoenix Insurance Company TRAVELERS J~ WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 42 06 01 (00) — POLICY NUMBER: U134D02822 TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. In the event of cancelation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE 1. NUMBER OF DAYS ADVANCE NOTICE: 33 (or **) 2. NOTICE WILL BE MAILED TO: Any person or organization to whom you have agreed in a written contract that notice of cancellation or material limitations to this policy will be given, but only if (1) You send us written request to provide such notice, including the name and address of such person/organization, after the first named insured receives notice from us; and (2) We receive such written request at least 14 days before the beginning of the applicable number of days shown in the schedule. This endorsement does not apply when the reason for cancellation is non-payment of premium. ** Number of days Notice specified in the Certificate of Insurance to all holders of such certificates. DATE OF ISSUE: 09_01_2016 ST ASSIGN: Haas -Anderson Construction, Ltd. Contractors Pollution #PKC104345 09/01/2016 - 09/01/2017 CRUZ&FORSTER' THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS POLLUTION LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) or Organization(s) Where Required By Written Contract. SECTION III — WHO IS AN INSURED within the Common Provisions is amended to include as an additional insured the person(s) or organization(s) indicated in the Schedule shown above, but only with respect to liability caused, in whole or in part, by "your work" for that insured which is performed by you or by those acting on your behalf. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. EN0111-0211 Page 1 of 1 Haas -Anderson Construction, Ltd. Contractors Pollution #PKC104345 09/01/2016 - 09/01/2017 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON-CONTRIBUTORY ADDITIONAL INSURED WITH WAIVER OF SUBROGATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS POLLUTION LIABILITY COVERAGE PART ERRORS AND OMISSIONS LIABILITY COVERAGE PART THIRD PARTY POLLUTION LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) or Organization(s) Where Required By Written Contract. A. SECTION III — WHO IS AN INSURED within the Common Provisions is amended to include as an additional insured the person(s) or organization(s) indicated in the Schedule shown above, but solely with respect to "claims" caused in whole or in part, by "your work" for that person or organization performed by you, or by those acting on your behalf. This insurance shall be primary and non-contributory, but only in the event of a named insured's sole negligence. B. We waive any right of recovery we may have against the person(s) or organization(s) indicated in the Schedule shown above because of payments we make for "damages" arising out of "your work" performed under a designated project or contract with that person(s) or organization(s). C. This Endorsement does not reinstate or increase the Limits of Insurance applicable to any "claim" to which the coverage afforded by this Endorsement applies. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. EN0118-0211 Page 1 of 1 00 61 16 PAYMENT BOND BOND. NO 106604139 Contractor as.Principal Name: Haas -Anderson Construction, Ltd. Mailing address (principal place of business): P.O. Box7692 Corpus Christi, TX 78467 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: E13097 Carroll Lane from McArdle to Houston (Bond .2014) Award Date of the Contract: June 20, 2017 Contract Price: $6191097.55 Bond Dateof Bond: P -D17 (Date .of Bond cannot be earlier than Award Date of Contract(. Surety Name::Travelers Casualty and Surety Company of America Mailing address (principal place of business): 9601 McAllister Freeway, Suite 700 San Antonio, TX 78216 Physical address -(principal place of business); 9601 McAllister Freeway, Suite 700 San Antonio, TX 78216 Surety is a corporation organized_ and existing under the laws of thestate of: Connecticut By submitting this Bond, Surety•affirmsts authority to do business in the State of Texasand its license to execute bonds in the State of Texas. Telephone (main number): 210-525-3963 Telephone (for notice of claim): 210-525-3963 Local Agent for Surety Name: Keetch& Associates Insurance Address: PO Box 3280 Corpus Christi, TX 78463-3280 Telephone:361-883-3803 Email Address:LpOkrant@keetchins.com The address of the surety company to which any notice of clairn.should be sent maybe; obtained from the Texas Dept of Insurance by calling the following toll-free number: 1-800-252-3439 Payment Bond Form £13097 earroll Lane -McArdle to Houston (Bond 2014) 0061:16 1 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 Princip I Signature: O/f f-1 Surety Signature �� U"{� l�Wle-tiiv\± Name: Parer / 0_ /4.., s Name: Lonna Pokrant Title: Title: Attorney -in -Fact Email Address: o;La.> a 1/4d - 0"410„rs,.n. Email Address: Lpokrant@keetchins.com Pr'sid€n4, Haas-And°7son M� r::74.4.t nt. 'L.C.. Gene& Partner (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 00 6116 - 2 E13097 Carroll Lane —McArdle to Houston (Bond 2014) TRAVELERS) Attorney -In Fact No. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 230850 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No.0 0 7 0 0 6 8 7 4 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut. that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters. Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Betty J. Baxter, Kevin G. Keetch, Lonna Pokrant, Annie Foley, and Vickie Trbula of the City of Corpus Christi , State of Texas their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 6th day of October 2016 . Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company State of Connecticut City of Hartford ss. By: Robert L. Raney, Senior Vice President On this the 6th day of October • 2016. before me personally appeared Robert L. Raney. who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company. St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do. executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021. 58440-5-16 Printed in U.S.A. Marie C. Tctrcault. Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary,,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this �.3` day of LI_ _1 . ,20 `2 Kevin E. Hughes, Assistant Seci'Ltary To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER in ST PAUL r TRAVELERS IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3057 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. 00 6113 PERFORMANCE BOND Contractor as Principal Name: Haas -Anderson Construction, Ltd. Mailing address (principal place of business): P.O. Box 7692 Corpus Christi, TX 78467 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: E13097 Carroll Lane from McArdle to Houston (Bond 2014) Award Date of the Contract: June 20, 2017 Contract Price: $6,192,097.55 Bond Date of Bond: 4 L.) e ;?--0 (Date of Bond cannot be earlier than Award Date of the Contract) Performance Bond E13097 Carroll Lane- McArdle to Houston (Bond 2014) BOND NO. 106604139 Surety Name: Travelers Casualty and Surety Company of America Mailing address (principal place of business); 9601 McAllister Freeway, Suite 700 San Antonio, TX 78216 Physical address (principal place of business): 9601 McAllister Freeway, Suite 700 San Antonio, TX 78216 Surety is a corporation organized and existing under the laws of the state of: Connecticut 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): 210-525-3963 Telephone (for notice of claim): 210-525-3963 Local Agent for Surety Name: Keetch & Associates Insurance Address: PO Box 3280 Corpus Christi, TX 78463-3280 Telephone: 361-883-3803 Email Address: Lpokrant@keetchins.com The address of the surety company to which any notice of claim should be sent maybe obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 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 Surety `1 Signature: .Q—c4" Y Signature: ,/ Name: Po, ,, J / p /yan s Name: Lonna Pokrant Title: Prc;id5a4. irs :ss-lade- cn W.-37,eme^t.. tt,c Title: Attorney-in-Fact err�-� asrr+��R Email Address: e: @'Aians-a.dals.n...ars"- Email Address: Lpokrant@keetchins.com (Attach Power of Attorney and place surety sea! below) END OF SECTION Performance Bond E13097 Carroll Lane- McArdle to Houston (Bond 2014) 006113-2 7-8-2014 TRQVELERSJ Attorney -In Fact No. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 230850 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No.0 07006874 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut. that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters. Inc.. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies'). and that the Companies do hereby make. constitute and appoint Betty J. Baxter, Kevin G. Keetch, Lonna Pokrant. Annie Foley, and Vickie Trbula of the City of ('nrrns Christi , State of Texas their true and lawful Attorney(s)-in-Fact. each in their separate capacity if more than one is named above, to sign, execute. seal and acknowledge any and all bonds. recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 6th day of October 2016 . State of Connecticut City of Hartford ss. Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company .-�kSG9 t 1NSOq �P' qy4 jtOR PORAit 1.:0POR4 l�.''tA i �;SEA."eV' ;SSA a e By: Robert L. Raney. Senior Vice President On this the 6th day of October • 2016, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company. Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Company. St. Paul Mercury Insurance Company. Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company. and that he. as such. being authorized so to do. executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021. 58440-5-16 Printed in U.S.A. Marie C. Tetreault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary,.and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 019 day of Lt./I , 20 i q Kevin E. Hughes, Assistant Sectary To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER STPAUL Wr TRAVELERS IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3057 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001.