Loading...
HomeMy WebLinkAboutC2017-222 - 7/18/2017 - Approved • 2017-222 7/18/17 M2017-099 Austin Traffic Signal Construction 00 52 23 AGREEMENT This Agreement,for the Project awarded on Tuesday,July 18,2017 is between the City of Corpus Christi (Owner)and Austin Traffic Signal Construction Company.Inc. (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: Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2 E15165 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Maldonado-Burkett Intelligent Transportation Systems,LLP 3833 S.Staples St.Suite N214 Corpus Christi,Texas,78411 2.02 The Owner's Authorized Representative for this Project is: (TBD) Ernesto De La Garza.P.E.—Construction Management Engineer City of Corpus Christi—Engineering Services 4917 Holly Rd.,85 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 180 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 210 days after the date when the Contract Times commence to run. B. Milestones,and the dates for completion of each, are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones,Substantial Completion,and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Agreement 00 52 23-1 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project k:E15165 Rev 06-21-2016 INDEXED CONTRACT DOCUMENTS FOR CONSTRUCTION OF TRAFFIC SIGNALS AND LIGHTING IMPROVEMENTS BOND 2014 - TASK ORDER NO.2 NO, E15165 NM 9,6763 MMMMEMW MEN= MENSEW MEN= NNEW �W N%WAtl>H%1N%MNtlIMWMl pNbMNd M'tlAAWiWW91p NMMMF� � . Y 4/27/17 City of Corpus C h r I" s ti (i��11� UVio�u. MALOONAOO 64 AWY M Y W P!'I"Y,a l 10"MI' I¢on S,6Ai> 3833 South Staples St. Suite N214 Corpus Christi, Texas 78411 04/27/2017 Record Drawing Number 926 000100 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 (Revo1-13-2016) 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(Rev06-22-2016) 00 52 23 Agreement(Rev 06-22-2016) 00 61 13 Performance Bond (Revo1-13-2016) 00 61 16 Payment Bond (Revo1-13-2016) 00 72 00 General Conditions (Rev3-23-2015) 00 72 01 Insurance Requirements(Rev06-22-2016) 00 72 02 Wage Rate Requirements(Rev06-12-2015) 00 72 03 Minority/ MBE/ DBE Participation Policy(Revo1-13-2016) 00 73 00 Supplementary Conditions Division 01 General Requirements 011100 Summary of Work(Revo1-13-2016) 01 23 10 Alternates and Allowances 01 29 00 Application for Payment Procedures (Rev03-11-2015) 01 29 01 Measurement and Basis for Payment (Revo1-13-2016) 013100 Project Management and Coordination (Revo1-13-2016) 01 31 13 Project Coordination 01 31 14 Change Management 013300 Document Management 01 33 01 Submittal Register(Rev 7/3/2014) 013302 Shop Drawings 013303 Record Data 013304 Construction Progress Schedule 013305 Video and Photographic Documentation 013500 Special Procedures Table of Contents 000100- 1 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 06-22-2016 Division/Section Title 01 40 00 Quality Management 015000 Temporary Facilities and Controls 01 70 00 Execution and Closeout Requirements Part S Standard Specifications 022420 Silt Fence 025205 Pavement Repair, Curb, Gutter, Sidewalk and Driveway Replacement 025614 Concrete Curb Ramps Part T Technical Specifications General Specifications for Traffic Signal Maintenance, Repair and Installation General Notes Standard Specification Section 025803 "Traffic Signal Adjustments" 34 41 16.33 "Traffic Signal Controller Unit" 34 41 16.23 "Traffic Signal Cabinet and Assemblies" Item 416 "Drilled Shaft Foundations" Item 476 "Jacking, Boring, or Tunneling Pipe or Box" Item 502 "Barricades, Signs, and Traffic Handling" Item 600 "Lighting, Signing, Markings and Signals" Item 618 "Conduit" Item 620 "Electrical Conductors" Item 624 "Ground Boxes" Item 628 "Electrical Services" Item 633 "Uninterruptible Power Supply for Traffic Signals" Item 655 "Controller Foundation" Item 666 Retroreflectorized Pavement Markings Item 668 Prefabricated Pavement Markings Item 677 Eliminating Existing Pavement Markings and Markers Item 680 "Installation of Highway Traffic Signals" Item 682 "Vehicle and Pedestrian Signal Head" Item 683 "LED Pedestrian Signal Countdown Module" Item 684 "Traffic Signal Cables" Item 686 "Traffic Signal Pole Assemblies (Steel)" Item 687 "Pedestal Pole Assemblies" Item 688 "Pedestrian Detectors and Vehicle Loop Detectors" Table of Contents 000100-2 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 06-22-2016 Division/Section Title Cut-Sheets City of Corpus Christi Signalization Cut-Sheets Astro-Brac Assy,Tallon Series, 1-Way Cable Mount City Traffic Signal Cable Color Code Exhibit A—Camera Connector Pinout PELCO Astro-Brac Camera Mountings Wiring Diagram for Video Camera Surge Suppression Filter ISOTEC Video Cable PELCO Pedestrian Push Button Station Assembly Sheets Quazite PG1118BA18 Stackable Open Bottom Assembly Quazite PG2436BA18 Stackable Open Bottom Assembly SmartMonitor MMU-16LEip WAVETRONIX-Smart Sensor Advance VIVOTEK Speed Dome Network Camera—5D8364E/64E-M Cobalt by Econolite Cisco Industrial Ethernet 4000 Series Switches Acyclica Road Trend Data Collection END OF SECTION Table of Contents 000100-3 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 06-22-2016 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1—DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2—GENERAL NOTICE 2.01 The City of Corpus Christi,Texas (Owner) is requesting Bids for the construction of the following Project: Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2 No. E15165 A. This project is described as the construction of ten fully functional traffic signals city wide. The construction of the signals will include, but not limited to: foundations, mast arms poles, signal heads, pedestrian poles, pedestrian heads, conduits and conductors, cobalt controllers, cabinets, PTZ Cameras, Acyclica road trend, electrical services, signing, ADA ramps, crosswalk striping, pedestrian ramps, etc. Reference to the engineering drawings should be made for estimated summary of materials and details. Prioritized list of construction as follows: 1. Flour Bluff @ Purdue 2. Ayers @ Roosevelt 3. Horne @ Columbia 4. Staples @ Brownlee 5. Sante Fe @ Texan 6. Leopard @ Palm 7. Leopard @ Battlin Buc 8. Nueces Bay @ Buddy Lawrence 9. Leopard @ Lantana and 10. McKinzie @ Haven. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is$1,500,000.00 to $2,200,000.00. The Project is to be substantially complete and ready for operation within 186 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 Wednesday, May 24,2017 at 2:00 p.m.to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid, electronic or hard copy, by the specified deadline. 3.02 Complete and submit the Bid Form, the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. Invitation to Bid and Instructions to Bidders 002113- 1 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. 3.04 If submitting a hard copy bid or bid security by cashier's check or money order, please address envelopes or packages: City of Corpus Christi City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid-Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project #: E15165 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. 3.05 Bids will be publicly opened and read aloud at 2:00 p.m.Wednesday, May 24, 2017, at the following location: City Hall Building— City of Corpus Christi Third Floor Parks and Recreation Department Smart Board Conference Room 1201 Leopard Street Corpus Christi,Texas 78401 3.06 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. ARTICLE 4—PRE-BID CONFERENCE 4.01 A non-mandatory pre-bid conference for the Project will be held on Tuesday, May 16,2017 at 10:30 a.m.at the following location: City Hall Building—Engineering Services Conference Room 1 or 2 3rd floor, Engineering Services 1201 Leopard Street, Corpus Christi,Texas 78401 ARTICLE 5—COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. Invitation to Bid and Instructions to Bidders 002113-2 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 5.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE 6—EXAMINATION OF CONTRACT DOCUMENTS 6.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents, Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 6.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5, that without exception the Bid is premised upon completion of Work required by the Contract Documents, Addenda, and the related supplemental data,that the Bidder has given the OAR written notice of all conflicts, errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Documents, Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 7—INTERPRETATIONS AND ALTERNATE BIDS 7.01 Submit all questions about the meaning or intent of the Contract Documents,Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 7.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. Invitation to Bid and Instructions to Bidders 002113-3 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 7.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 8—BID SECURITY 8.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi,Texas in the amount of 5 percent (5%) of the greatest amount bid. 8.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of Bid Bond as an attachment to their bid. Cashier's check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents, the bidder's name and the job name and number and delivered as required in Article 3 below. 8.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition,that the Owner will be paid a sum equal to 5 percent (5%) of the greatest amount bid if, within 10 calendar days of Notice of Award of the Contract, the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Invitation to Bid and Instructions to Bidders 002113-4 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. ARTICLE 9—PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 9.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 9.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 10—CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place "confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of"confidential" documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11—MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days, thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Invitation to Bid and Instructions to Bidders 002113-5 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. ARTICLE 12—BIDS REMAIN SUBJECT TO ACCEPTANCE 12.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 13—STATEMENT OF EXPERIENCE 13.01 The three lowest Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 14—EVALUATION OF BIDS 14.01 The Owner will consider the amount bid, the Bidder's responsibilities, the Bidder's safety record, the Bidder's indebtedness to Owner,the Bidder's capacity to perform the work and/or whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ARTICLE 15—AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 15.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 16—MINORITY/MBE/ DBE PARTICIPATION POLICY 16.01 Selected Contractor is required to comply with the Owner's Minority/ MBE/ DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY/ MBE/ DBE PARTICIPATION POLICY. 16.02 Minority participation goal for this Project has been established to be 45%. Invitation to Bid and Instructions to Bidders 002113-6 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. ARTICLE 17—BONDS AND INSURANCE 17.01 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS sets forth the Owner's requirements as to Bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence of insurance. 17.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 18—SIGNING OF AGREEMENT 18.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the required number of counterparts (1) of the Agreement and attached documents to the Owner within 14 days.The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However, Owner will not be liable for any delays prior to the award or execution of Contract. ARTICLE 19—SALES AND USE TAXES 19.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 19.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 20—WAGE RATES 20.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 21—BIDDER'S CERTIFICATION OF NO LOBBYING 21.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees, consultants, or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process,the City may, in its discretion, reject the Bid. Invitation to Bid and Instructions to Bidders 002113-7 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 ARTICLE 22—CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CIQ and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 23—CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. ARTICLE 24- REJECTION OF BID 24.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security, with Power of Attorney, submitted as required by Article 8. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 24.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. Evidence of Bidder's recurring failure to complete an item of work within a timeframe acceptable to the City or in accordance with a City-accepted schedule is evidence of Bidder's failure to achieve reasonable progress under this subsection. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. Invitation to Bid and Instructions to Bidders 002113-8 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 F. Failure to acknowledge receipt of Addenda. G. Failure to submit post-Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity (i.e. U.S. Environmental Protection Agency,Texas Commission on Environmental Quality, etc.). J. Bidder's Safety Experience. K. Failure of Bidder to demonstrate,through submission of the Statement of Experience, the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources, workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. 0. Evidence of Bidder's lack of capacity to perform the Work. Evidence of Bidder's lack of capacity. Evidence of capacity to perform the Work will include a factual review of(i) all remaining work or incomplete work items under any existing city or non-city contract; (ii) ability to perform the Work with remaining sufficient resources, workforce, equipment and supervision/supervisory staff; (iii) ability in the past to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items under any existing City-awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. END OF SECTION Invitation to Bid and Instructions to Bidders 002113-9 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1—BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by (type or print name of company) on:Wednesday, May 24,2017 at 2:00 p.m.for Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 2—BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner on the form included in the Contract Documents, to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 2113 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt Bid Acknowledgement Form 003000- 1 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 Addendum No. Addendum Date Signature Acknowledging Receipt ARTICLE 3—BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are Bid Acknowledgement Form 003000-2 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4—BASIS OF BID 4.03 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 Bid Acknowledgement Form 003000-3 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally,the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. ARTICLE 6—TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 186 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 200 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7—ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. ARTICLE 8—DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9—VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County,Texas for any legal action. Bid Acknowledgement Form 003000-4 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 ARTICLE 10—SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. 10.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. Bid Acknowledgement Form 003000-5 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 ARTICLE 11—BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: (typed or printed full legal name of Bidder) By: (individual's signature) Name: (typed or printed) Title: (typed or printed) Attest: (individual's signature) State of Residency: Federal Tax Id. No. Address for giving notices: Phone: Email: (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form 003000-6 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 00 30 01 BID FORM Project Name: Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2 Project Number: E15165 Owner: City of Corpus Christi Bidder: OAR: Designer:IMalclonado - Burkett Intelligent Transportation Systems, LLP Basis of Bid Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Base Bid Part A-General(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Al MOBILIZATION LS 1 A2 BOND AND INSURANCE LS 1 A3 OZONE DAY DAY 6 A4 SILT FENCE LF 540 A5 CURB INLET PROTECTION EA 21 A6 TRAFFIC CONTROL PLAN AND PREPERATION LS 1 TRAFFIC CONTROL; SET-UP MAINTENANCE AND REMOVAL, A7 LS 1 COMPLETE IN PLACES PER ARTERIAL STREET SUBTOTAL PART A-GENERAL(Items Al thru A7) $ Part B-STREET IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 ORDINARY BACKFILL CY 4 B2 CONCRETE SIDEWALK REMOVAL SF 478 B3 CURB AND GUTTER LF 88 B4 CURB RAMP REMOVAL SY 16 B5 CONCRETE DRIVEWAY REMOVAL SY 33 B6 REFL PAV MRK TY I (Y)4"SLD(100MIL) LF 172 B7 PAVEMENT SEALER 4" LF 172 B8 PREFAB PAV MRK TY C(W) (24") (SLD) LF 2672 B9 ELIM EXT PAV MRK&MRKR(12") LF 928 B10 ELIM EXT PAV MRK&MRKR(24") LF 880 B11 ALLOWENCES FOR UNANTICIPATED STREET IMPROVEMENTS LS 1 $2,000.00 MANDATORY PART B $ 2,000.00 SUBTOTAL PART B-STREET IMPROVEMENTS(Items 131 thru 1311) $ 2,000,00 Part C-ADA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 CURB RAMPS(TYPE 2) EA 6 C2 CURB RAMPS(TYPE 6) EA 11 C3 CURB RAMPS(TYPE 12) EA 1 C4 CONC SIDEWALK(6") SY 29 C5 PED SIG SEC(LED) (COUNTDOWN) EA 50 Bid Form Page 1 of 3 Traffic Signals And Lighting Improvements-Bond 2014 Task Order No. 2, Project#:E15165 Rev 01-13-2016 00 30 01 BID FORM ItemDESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT C6 TRF SIG CBL(TY A)(12 AWG)(2 CONDR) LF 5990 C7 PED POLE ASSEMBLY EA 18 C8 PED DETECT PUSH BUTTON (APS)W/R-10-3e SIGN EA 50 SUBTOTAL PART C-ADA IMPROVEMENTS(Items C1 thru C8) - Part D-TRAFFIC SIGNAL IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) D1 DRILL SHAFT(TRF SIG POLE) (36 IN) LF 461 D2 DRILL SHAFT(TRF SIG POLE) (48 IN) LF 44 D3 CON DT(PVC) (SCHD 40) (2") LF 731 D4 CON DT(PVC) (SCHD 40) (2") (BORE) LF 1362 D5 CON DT(PVC) (SCHD 40) (3") LF 361 D6 CON DT(PVC) (SCHD 40) (4") LF 714 D7 CON DT(PVC) (SCHD 40) (4") (BORE) LF 3076 D8 ELEC CONDR(NO.8) INSULATED LF 3999 D9 ELEC CONDR(NO.6) BARE LF 856 D10 ELEC CONDR(NO.6) INSULATED LF 1712 D11 TRAY CABLE (3 CONDR) (12 AWG) LF 2105 D12 GROUND BOX TYA(122311)W/APRON EA 3 D13 GROUND BOX TY C(162911)W/APRON EA 31 D14 GROUND BOX TY D(162922)W/APRON EA 11 D15 REMOVE ELECTRICAL SERVICES EA 8 D16 ELC SRV TY D(120/240)060(NS)AL(N)TS(0) EA 2 D17 ELC SRV TY D(120/240)060(NS)AL(E)TS(0) EA 7 D18 ELC SRV TY D(120/240)060(NS)AL(E)SP(0) EA 1 D19 UNINTERRUPTIBLE POWER SUPPLY WITH CABINET EA 10 D20 INSTALL HWY TRF SIG (ISOLATED) EA 10 D21 REMOVING TRAFFIC SIGNALS EA 9 D22 VEH SIG SEC(12") LED(GRN) EA 77 D23 VEH SIG SEC(12") LED(GRN ARW) EA 14 D24 VEH SIG SEC(12") LED(YEL) EA 77 D25 VEH SIG SEC(12") LED(YEL ARW) EA 27 D26 VEH SIG SEC(12") LED(RED) EA 77 D27 VEH SIG SEC(12") LED(RED ARW) EA 14 D28 BACK PLATE (12") (3 SEC) EA 78 D29 BACK PLATE (12") (4 SEC) EA 13 D30 TRF SIG CBL(TY A)(14 AWG)(5 CONDR) LF 4996 D31 TRF SIG CBL(TY A)(14 AWG)(7 CONDR) LF 784 D32 TRF SIG CBL(TY A)(14 AWG)(16 CONDR) LF 4372 D33 INS TRF SIG PL AM(S)1 ARM (20') EA 2 D34 INS TRF SIG PL AM(S)1 ARM (20') LUM EA 1 D35 INS TRF SIG PL AM(S)1 ARM (24') EA 1 D36 INS TRF SIG PL AM(S)1 ARM(24') LUM EA 1 D37 INS TRF SIG PL AM(S)1 ARM(28') EA 5 D38 INS TRF SIG PL AM(S)1 ARM(28') LUM EA 1 D39 INS TRF SIG PL AM(S)1 ARM(32') EA 2 Bid Form Page 2 of 3 Traffic Signals And Lighting Improvements-Bond 2014 Task Order No. 2, Project#:E15165 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT D40 INS TRF SIG PL AM(S)1 ARM(32') LUM EA 2 D41 INS TRF SIG PL AM(S)1 ARM(36') EA 3 D42 INS TRF SIG PL AM(S)1 ARM(36') LUM EA 2 D43 INS TRF SIG PL AM(S)1 ARM(40') EA 2 D44 INS TRF SIG PL AM(S)1 ARM(40') LUM EA 4 D45 INS TRF SIG PL AM(S)1 ARM(44') EA 2 D46 INS TRF SIG PL AM(S)1 ARM(44') LUM EA 3 D47 INS TRF SIG PL AM(S)1 ARM(50') LUM EA 1 D48 INS TRF SIG PL AM(S)1 ARM(55') EA 1 D49 INS TRF SIG PL AM(S)2 ARM(32'/24') EA 1 D50 INS TRF SIG PL AM(S)2 ARM(32'/24') LUM EA 1 D51 RADAR ADVANCE DETECTOR EA 4 D52 RADAR PRESENCE DETECTOR EA 37 D53 RADAR DETECTOR COMM CABLE LF 5902 D54 CAMERA PTZ(SERIES) EA 10 D55 ETHERNET CABLE CAT 5 LF 1250 D56 ACYCLICA ROAD TREND SYSTEM EA 10 D57 ETHERNET 4000 SWITCH EA 10 D58 ALLOWENCES FOR UNANTICIPATED TRAFFIC SIGNAL LS 1 $4,000.00 IMPROVEMENTS(MANDATORY) (PART D) $ 4,000.00 SUBTOTAL PART D-TRAFFIC SIGNAL IMPROVEMENTS(Items D1 thru D58) 4,000,00 BID SUMMARY SUBTOTAL PART A-GENERAL(Items Al thru A7) SUBTOTAL PART B -STREET IMPROVEMENTS (Items B1 thru B11) $ 2,000.00 SUBTOTAL PART C-ADA IMPROVEMENTS (Items C1 thru C8) SUBTOTAL PART D -TRAFFIC SIGNAL IMPROVEMENTS (Items D1 thru D58) $ 4,000.00 TOTAL PROJECT BASE BID(PARTS A THRU D) $ 6,000.00 Contract Times Bidder agrees to reach Substantial Completion in 1 186 Idays Bidder agrees to reach Final Completion in 200 days Bid Form Page 3 of 3 Traffic Signals And Lighting Improvements-Bond 2014 Task Order No. 2, Project#:E15165 Rev 01-13-2016 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. ❑ Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of ❑ Bidder(includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: (typed or printed) By: (signature--attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: END OF SECTION Compliance to State Law on Nonresident Bidders 003002- 1 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 11-25-2013 00 30 05 City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER TO BE ASSIGNED BYCTr'Y-- PURCHASING DIVISION ~ f CITY OF CORPUS CHRISTI City of Carpus DISCLOSURE OF INTEREST Christi City of Corpus Christi Ordinance 17112,as amended,requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: P.O.BOX: STREET ADDRESS: CITY: ZIP: - FIRM IS: 1. Corporation 8 2. Partnership 8 3. Sole Owner ❑ 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 Job Title and City Department(if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Title 3. State the names of each"board member" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Board,Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Consultant City of Corpus Christi 003005-1 Disclosure of Interest Rev 01-13-2016 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City official,employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349(d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement,that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur. Certifying Person: Title: Signature of Certifying Date: Person: DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis,but not as an independent contractor. d. "Firm." Any entity operated for economic gain,whether professional, industrial or commercial,and whether established to produce or deal with a product or service, including but not limited to,entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation,joint stock company,joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads,and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi 003005-2 Disclosure of Interest Rev 01-13-2016 00 30 06 NON-COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi,Texas 1201 Leopard Street Corpus Christi,Texas 78401 CONTRACT: Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2. Project#: E15165 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: (typed or printed) By: (signature--attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: END OF SECTION Non-Collusion Certification 003006- 1 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 11-25-2013 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 1—REQUIREMENT TO PROVIDE A STATEMENT OF EXPERIENCE 1.01 To be considered a responsive Bidder, the three lowest Bidders must complete and submit the Statement of Experience within 5 days after the date Bids are due to demonstrate the Bidders' responsibility and ability to meet the minimum requirements to complete the Work. Failure to submit the required information in the Statement of Experience may result in the Owner considering the Bid non-responsive and result in rejection of the Bid by the Owner. The Bid Security of the Bidder will be forfeited if Bidder fails to deliver the Statement of Experience in an attempt to be released from its Bid. Bidders may be required to provide supplemental information if requested by the Owner to clarify, enhance or supplement the information provided in the Statement of Experience. 1.02 Bidders must provide the information requested in this Statement of Experience using the forms attached to this Section. A copy of these forms can be provided in Microsoft Word to assist with the preparation of the Statement of Experience. Information in these forms must be provided completely and in detail. Information that cannot be totally incorporated in the form may be included in an attachment to the form. This attachment must be clearly referenced by attachment number in the form, and the attached material must include the attachment number on every sheet of the attachment. The attachment must include only the information that responds to the question or item number to which the attachment information applies. 1.03 The Bidder may also be required to supply a financial statement, prepared no later than 90 days prior to the City Engineer's request, signed and dated by the Bidder's owner, president or other authorized party, specifying all current assets and liabilities. ARTICLE 2—EXPERIENCE REQUIREMENTS 2.01 The Bidder agrees that, in addition to determining the apparent low Bid, the Owner will consider the responsiveness of the Bids and the responsibility of the Bidders in awarding a Contract for this Project. Information that indicates the Bidder or a Subcontractor is not responsible or that might negatively impact a Bidder's ability to complete the Work within the Contract Time and for the Contract Price may result in the Owner rejecting the Bid. 2.02 If none of the three apparent low Bidders are deemed responsible, the Owner may notify the next apparent low Bidders in order, who will then be required to submit the Statement of Experience for review, until a Contract is awarded or all Bids have been rejected. 2.03 The Bidder is responsible for the accuracy and completeness of all of the information provided by the Bidder or a proposed Subcontractor in response to this Statement of Experience. 2.04 Provide general information about the organization as required in Table 1. Describe the organizational structure of the Bidder's organization as it relates to this Project in Table 2. 2.05 Provide resumes for the key personnel that will be actively working on this Project. A. Key personnel include the Project Manager, Project Superintendent, Safety Manager and Quality Control Manager. If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role, and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this Project, indicate how that individual's time is to be divided between this Project and other assignments. B. The Bidder may provide resumes for an alternate individual if the Bidder is not able to commit to one individual for the Project at the time the Bid is submitted. Qualifications of these individuals will be considered in determining whether the experience of the Bidder meets the minimum requirements. The Bidder must provide the services of the proposed key personnel for the life of the Project as a condition of Statement of Experience 004516- 1 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 06-22-2016 qualification. Failure to provide the proposed Key Personnel may result in the disqualification of the Bidder and may void the award of the Contract. C. Provide information for each primary and alternate candidate that includes: technical experience, managerial experience,education and formal training and a work history which describes project experience, including the roles and responsibilities for each assignment. Additional information demonstrating experience that meets the minimum requirements should also be included. D. The Project Manager and Project Superintendent must have at least 5 years of recent experience in the management and oversight of projects of a similar size and complexity to this Project. This experience must include scheduling of manpower and materials, safety, coordination of Subcontractors, experience with the submittal process, Federal and State wage rate requirements and contract close-out procedures. The Project Superintendent is to be present at the Site at all times that Work is being performed. Foremen must have at least 5 years of recent experience in similar work and be subordinate to the Project Superintendent. Foremen cannot act as a superintendent without prior written approval from the Owner. 2.06 Provide information on the project experience and past performance of the organization. A. Provide information on projects that have been awarded to the Organization in the last 5 years in Table 3. Attach additional pages if necessary. Experience must include the satisfactory completion of at least five similar projects within the last 5 years for the Bidder's organization that are equal to or greater in size and magnitude than the current Project. B. In determining the responsibility of the Bidder, the Owner will consider the Bidder's past projects and any substandard quality of workmanship on completed projects. The Owner will consider whether the Bidder's past project experience shows substandard quality of workmanship, issues related to a substandard appearance of the completed work,the amount of warranty or rework required, problems with durability and maintainability of the completed project, and problems with the lack of quality of documentation provided. In addition to the work produced, the Owner may consider issues related to the quality of construction practices, responsiveness to the owner's needs during construction, an inability to work in the spirit of partnering and any non-responsiveness of the Bidder to make warranty corrections. Information to make this determination will come from Owner's interviews with references provided for this project. By listing reference contact information in this Statement of Experience, Bidder indicates its approval for OPT to contact the individuals listed as a reference. ARTICLE 3—SAFETY EXPERIENCE REQUIREMENTS 3.01 The Bidder agrees that pursuant to Section 252.0435 of the Local Government Code, the Owner will consider the safety record of the Bidder prior to awarding contracts. The Owner has adopted the following written definitions and criteria for determining the Bidder's safety record. 3.02 The Bidder's safety record will be used to determine if the Bidder can be deemed responsible. 3.03 Provide general information about the safety record of the organization as required in Table 4. A. For purposes of providing this information, the following terms shall have the following meanings: 1. "Bidder" includes the firm, corporation, partnership, or other legal entity represented by the Bidder or anyone acting for such firm, corporation, partnership, or other legal entity submitting the bid. 2. "Citations" include notices of violation, notices of enforcement, suspension/revocation of state or federal licenses or registrations, fines assessed pending criminal complaints, indictments, convictions, administrative orders, draft orders, final orders, and judicial final judgments. Notice of Violations and Notice of Enforcement received from the TCEQ shall include those classified as major violations and moderate violations under the TCEQ's regulations for documentation of Compliance History, 30 Texas Administrative Code, Chapter 60.2 (c) (1) and (2). Statement of Experience 004516-2 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 06-22-2016 3. "Environmental Protection Agency" includes, but is not limited to the Texas Commission on Environmental Quality(the "TCEQ'), the United States Environmental Protection Agency (the "EPA"), the U.S. Fish and Wildlife Service, the U.S. Army Corps of Engineers,the Texas Department of State Health Services,the Texas Parks and Wildlife Department, the Structural Pest Control Service, agencies of local governments responsible for enforcing environmental protection laws or regulations, and similar regulatory agencies of other states of the United States. B. In determining the responsibility of the Bidder, the Owner will consider the following in regards to Table 4: 1. Whether the Bidder's response in reveals more than two (2) cases in which final orders have been entered by the Occupational Safety and Health Review Commission (the "OSHRC") against the Bidder for serious violations of Occupational Safety and Health Administration ("OSHA") regulations within the past five (5)years. 2. Whether the Bidder's response reveals more than one (1) case in which Bidder has received a citation or for which final orders have been entered from an environmental protection agency for violations within the past five (5)years. 3. Whether the Bidder's response reveals that the Bidder has been convicted of a criminal offense or has been subject to a judgment for a negligent act or omission, which resulted in serious bodily injury or death, within the past ten (10)years. C. The Owner may consider the responses to each question in Table 4 separately when determining the responsibility of the Bidder.The Owner may also consider the cumulative impact of the information generated by the Bidder's responses. ARTICLE 4—PROVIDE INFORMATION TO DEMONSTRATE THE ABILITY OF THE BIDDER TO PROVIDE SUBCONTRACTING OPPORTUNITIES THAT WILL MEET THE OWNER'S ESTABLISHED GOALS FOR MINORITY, MBE,AND DBE PARTICIPATION IN THE PROJECT. LIST ALL WORK TO BE PERFORMED BY QUALIFIED MINORITY,MBE AND DBE-PROPOSED SUBCONTRACTORS OR SUPPLIERS IN TABLE 5. INCLUDE PERCENTAGES OF WORK SUBCONTRACTED TO EACH TO DEMONSTRATE COMPLIANCE WITH OWNER'S STATED GOALS.STATEMENT OF EXPERIENCE REQUIREMENTS 4.01 Provide one printed copy of the Statement of Experience using the referenced tables and narrative descriptions as described in Article 2. Pages are to be 8-1/2 x 11 pages using a minimum font size of 10. A limited number of 11 x 17 sheets may be used, and must be folded to the size of an 8-1/2 x 11 page. 4.02 Provide a digital copy of the Statement of Experience in Portable Document Format(PDF)on a CD, portable drive, or other digital recording device. This digital copy is to include all information required to evaluate the Bid and should match the content of the printed copy of the Bid. When creating the digital copy: A. Create PDF documents from native format files. B. Rotate pages so that the top of the document appears at the top of the file when opened in PDF viewing software. C. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the original documents. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. D. Submit color PDF documents if color is used in the printed version of the documents. Statement of Experience 004516-3 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 06-22-2016 Table 1—Organization Information Organization doing business as: Business Address of Principal Office Telephone No. I Website Form of Business (check one) ❑ Corporation ❑ Partnership ❑ Individual If a Corporation State of Incorporation Date of Incorporation Chief Executive Officer's Name President's Name Vice President's Name(s) Secretary's Name Treasurer's Name If a Partnership Date of Organization Form of Partnership: ❑ General ❑ Limited If an Individual Name Ownership of Organization List of companies, firms, or organizations that own any part of the organization. Names of Companies, Firms, or Organizations Percent Ownership Organization History List of names that this organization currently, has, or anticipates operating under including the names of related companies presently doing business. Names of Organizations From Date To Date Indicators of Organization Size Average number of current full-time employees Average estimate of revenue for the current year Statement of Experience 004516-4 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 06-22-2016 Table 1—Organization Information Organization doing business as: Previous History with City of Corpus Christi List the 5 most recent projects that have been completed with the City of Corpus Christi. Project Name Year 1 2 3 4 5 Construction Site Safety Experience Provide Bidders Experience Modification Ratio (EMR) History for the last 3 years. Provide documentation of the EMR. Year EMR Year EMR Year EMR Previous Bidding and Construction Experience Has Bidder or a predecessor organization been disqualified as a bidder within the last 10 years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been released from a bid or proposal in the past 10 years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been involved in claims or litigation involving project owners within the last 10 years? List Projects below and provide full details in a separate attachment if yes. Have liens or claims for outstanding unpaid invoices been filed against the Bidder for services or materials on any projects begun within the preceding 3 years? Specify the name and address of the party holding the lien or making the claim, the amount and basis for the lien or claim, and an explanation of why the lien has not been released or that the claim has not been paid if yes. Statement of Experience 004516-5 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 06-22-2016 Table 2—Project Information Organization doing business as: Proposed Project Organization Provide a brief description of the organizational structure proposed for this project indicating the names and functional roles of proposed key personnel and alternates. Provide resumes for Project Manager, Superintendent, Safety Manager and Quality Control Manager. Position Primary Alternate Project Manager Superintendent Safety Manager Quality Control Manager Division of work between Bidder and Proposed Subcontractor and Suppliers Provide a list of Work to be self-performed by the Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work (based on estimated subcontract or purchase order amounts and the Contract Price). Description of Work Name of Entity Performing the Estimated Percentage Work of Contract Price Subcontractor Construction Site Safety Experience Provide Experience Modification Ratio (EMR) History for the last 3 years for Subcontractors that will provide Work valued at 25%or more of the Contract Price. Provide documentation of the EMR. Subcontractor Year I EMR Year EMR Year EMR Subcontractor Year EMR Year EMR Year EMR Statement of Experience 004516-6 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 06-22-2016 Table 3—Projects Awarded during the Last 5 Years Organization doing business as: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-7 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 06-22-2016 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-8 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 06-22-2016 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-9 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 06-22-2016 Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: Bidder's Safety Record and Experience Has the Bidder received any Citations for violations of OSHA within the past five (5)years? List Citations below (date and location of Citation) and provide full details in a separate attachment if yes.The full details must include the type of violation or offense, the final disposition of the violation or offense, if any, and the penalty assessed. Has the Bidder received any Citations for violations of environmental protection laws or regulations within the past five (5)years? List Citations below (date and location of Citation) and provide full details in a separate attachment if yes.The full details must include the type of violation or offense, the final disposition of the violation or offense, if any, and the penalty assessed. Has the Bidder, within the past ten (10)years, been convicted of a criminal offense or been subject to a judgment for a negligent act or omission, which resulted in serious bodily injury or death? List convictions or judgments below and provide full details in a separate attachment if yes. The Owner will consider the following information as additional support to make a determination as to the responsibility of the Bidder.The Bidder must answer the following questions and provide evidence that it meets minimum OSHA construction safety standards and has a lost time injury rate that does not exceed the limits established below: 1 Does the Bidder have a written construction safety program? ❑ Yes ❑ No 2 Does the Bidder conduct regular construction site safety inspections? ❑ Yes ❑ No 3 Does the Bidder have an active construction safety training program? ❑ Yes ❑ No 4 Does the Bidder, or affected subcontractor, have competent persons in the following areas (as applicable to the scope of the current Project): A. Scaffolding ❑ Yes ❑ No ❑ N/A B. Excavation ❑ Yes ❑ No ❑ N/A C. Cranes & Hoists ❑ Yes ❑ No ❑ N/A D. Electrical ❑ Yes ❑ No ❑ N/A Statement of Experience 004516- 10 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 06-22-2016 Table 4—Safety Record Questionnaire and Statement ofBidder's Safety Experience Organization doing business as: E. Fall Protection Ei Yes Ei No Ei N/A F. Confined Spaces Ei Yes Ei No Ei N/A G. Material Handling Ei Yes Ei No Ei N/A H. Demolition Ei Yes Ei No Ei N/A 1. Steel Erection Ei Yes Ei No Ei N/A J. Underground Construction Ei Yes Ei No Ei N/A Does the Bidder have a lost time injury rate and a total recordable injury rate of less than or equal to the national average for North American Industrial Classification 5 System ("NAICS") Category 23 for each of the past five (5)years? Provide the Ei Yes Ei No Bidder's OSHA 300 and 300A logs for the past five (5)years in a separate Does the Bidder have an experience modifier rate of 1.0 or less? Provide the 6 Bidder's NCCI workers' compensation experience rating sheets for the past five (5) El Yes El No years in a separate attachment. Has the Bidder had any OSHA inspections within the past six(6) months? Provide 7 documentation showing the nature of the inspection,the findings, and the Ei Yes Ei No magnitude of the issues in a separate attachment if yes. Statement ofExperience 004516- 11 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No2, Project#: E15165 Rev 06-22-2016 Table 5—Demonstrated Minority, MBE, DBE Participation Organization doing business as Project Subcontractors and Suppliers Provide a list of anticipated Minority, MBE, DBE Subcontractors or Suppliers contracts that will be used to demonstrate compliance with the Owner's Minority/ MBE/ DBE Participation Policy Name Work to be Provided Estimated %of Contract Price Statement of Experience 004516- 12 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 06-22-2016 ARTICLE 5—CERTIFICATION 5.01 By submitting this Statement of Experience and related information, Bidder certifies that it has read this Statement of Experience and that Bidder's responses are true and correct and contain no material misrepresentations and that the individual signing below is authorized to make this certification on behalf of the Bidder's organization. The individual signing this certification shall attach evidence of individual's authority to bind the organization to an agreement. Bidder: (typed or printed) By: (individual's signature) Name: (typed or printed) Title: (typed or printed) Designated Representative: Name: Title: Address: Telephone No.: Email: END OF SECTION Statement of Experience 004516- 13 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 06-22-2016 00 52 23 AGREEMENT This Agreement, for the Project awarded on Wednesday, May 24, 2017 at 2:00 p.m., 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: Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2 E15165 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Maldonado-Burkett Intelligent Transportation Systems,LLP 3833 S.Staples St.Suite N214 Corpus Christi,Texas,78411 2.02 The Owner's Authorized Representative for this Project is: (TBD) 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 186 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 200 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties Agreement 005223- 1 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 06-22-2016 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$400.00 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$400.00 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. Agreement 005223-2 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 06-22-2016 C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; Agreement 005223-3 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 06-22-2016 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations,tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper Agreement 005223-4 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 06-22-2016 financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. b. none 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR—Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 005223-5 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 06-22-2016 ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta J.H. Edmonds, P.E. City Secretary Director of Engineering Services APPROVED AS TO LEGAL FORM: Janet L. Kellogg Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR (Seal Below) By: Note: Attach copy of authorization to sign if Title: person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Address City State Zip Phone Fax EMail END OF SECTION Agreement 005223-6 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 06-22-2016 00 61 13 PERFORMANCE BOND BOND NO. Contractor as Principal Surety Name: Name: Mailing address (principal place of business): Mailing address (principal place of business): Physical address (principal place of business): Owner Name: City of Corpus Christi,Texas Mailing address (principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78401 By submitting this Bond, Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165: Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: (Date of Bond cannot be earlier than Award Date The address of the surety company to which any of the Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept. of Insurance by calling the this instrument in 4 copies, each one of which shall following toll-free number.1-800-252-3439 be deemed an original. Performance Bond 006113- 1 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 006113-2 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 00 61 16 PAYMENT BOND BOND NO. Contractor as Principal Surety Name: Name: Mailing address (principal place of business): Mailing address (principal place of business): Physical address (principal place of business): Owner Name: City of Corpus Christi,Texas Mailing address (principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78401 By submitting this Bond, Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165: Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: (Date of Bond cannot be earlier than Award Date The address of the surety company to which any of Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept. of Insurance by calling the this instrument in 4 copies, each one of which shall following toll-free number.1-800-252-3439 be deemed an original. Payment Bond Form 006116- 1 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev.01-13-2016 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 006116-2 Traffic Signals And Lighting Improvements-Bond 2014 Task Order No.2, Project#: E15165 Rev.01-13-2016 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1—Definitions and Terminology.......................................................................................................6 1.01 Defined Terms...............................................................................................................................6 1.02 Terminology................................................................................................................................11 Article 2—Preliminary Matters...................................................................................................................12 2.01 Delivery of Bonds and Evidence of Insurance.............................................................................12 2.02 Copies of Documents..................................................................................................................13 2.03 Before Starting Construction ......................................................................................................13 2.04 Preconstruction Conference; Designation of Authorized Representatives................................13 Article 3—Contract Documents: Intent, Requirements, Reuse.................................................................13 3.01 Intent...........................................................................................................................................13 3.02 Reference Standards...................................................................................................................15 3.03 Reporting and Resolving Discrepancies......................................................................................15 3.04 Interpretation of the Contract Documents.................................................................................16 3.05 Reuse of Documents...................................................................................................................16 Article 4—Commencement and Progress of the Work..............................................................................16 4.01 Commencement of Contract Times; Notice to Proceed.............................................................16 4.02 Starting the Work........................................................................................................................16 4.03 Progress Schedule.......................................................................................................................17 4.04 Delays in Contractor's Progress..................................................................................................17 Article 5—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions...................................................................................................................................................18 5.01 Availability of Lands....................................................................................................................18 5.02 Use of Site and Other Areas........................................................................................................18 5.03 Subsurface and Physical Conditions............................................................................................19 5.04 Differing Subsurface or Physical Conditions...............................................................................19 5.05 Underground Facilities................................................................................................................21 5.06 Hazardous Environmental Conditions at Site.............................................................................22 Article 6—Bonds and Insurance .................................................................................................................24 6.01 Performance, Payment, and Other Bonds..................................................................................24 6.02 Licensed Sureties ........................................................................................................................24 General Conditions 007200- 1 Corpus Christi Standards-Regular Projects 03-23-2015 6.03 Insurance.....................................................................................................................................25 Article 7—Contractor's Responsibilities.....................................................................................................25 7.01 Supervision and Superintendence..............................................................................................25 7.02 Labor; Working Hours.................................................................................................................25 7.03 Services, Materials, and Equipment ...........................................................................................26 7.04 Concerning Subcontractors, Suppliers, and Others....................................................................26 7.05 Patent Fees and Royalties...........................................................................................................27 7.06 Permits........................................................................................................................................28 7.07 Taxes...........................................................................................................................................28 7.08 Laws and Regulations..................................................................................................................28 7.09 Safety and Protection .................................................................................................................29 7.10 Safety Representative.................................................................................................................30 7.11 Hazard Communication Programs..............................................................................................30 7.12 Emergencies................................................................................................................................30 7.13 Contractor's General Warranty and Guarantee.........................................................................30 7.14 Indemnification...........................................................................................................................31 7.15 Delegation of Professional Design Services................................................................................32 Article 8—Other Work at the Site...............................................................................................................33 8.01 Other Work.................................................................................................................................33 8.02 Coordination...............................................................................................................................34 8.03 Legal Relationships......................................................................................................................34 Article 9—Owner's and OPT's Responsibilities...........................................................................................35 9.01 Communications to Contractor ..................................................................................................35 9.02 Replacement of Owner's Project Team Members......................................................................35 9.03 Furnish Data................................................................................................................................35 9.04 Pay When Due.............................................................................................................................35 9.05 Lands and Easements; Reports and Tests...................................................................................35 9.06 Insurance.....................................................................................................................................35 9.07 Modifications..............................................................................................................................35 9.08 Inspections,Tests, and Approvals...............................................................................................35 9.09 Limitations on OPT's Responsibilities .........................................................................................35 9.10 Undisclosed Hazardous Environmental Condition......................................................................36 9.11 Compliance with Safety Program................................................................................................36 General Conditions 007200-2 Corpus Christi Standards-Regular Projects 03-23-2015 Article 10—OAR's and Designer's Status During Construction ..................................................................36 10.01 Owner's Representative..........................................................................................................36 10.02 Visits to Site.............................................................................................................................36 10.03 Resident Project Representatives...........................................................................................36 10.04 Rejecting Defective Work........................................................................................................36 10.05 Shop Drawings, Modifications and Payments.........................................................................36 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work...................37 10.07 Limitations on OAR's and Designer's Authority and Responsibilities.....................................37 Article 11—Amending the Contract Documents; Changes in the Work ....................................................37 11.01 Amending and Supplementing the Contract Documents.......................................................37 11.02 Owner-Authorized Changes in the Work................................................................................38 11.03 Unauthorized Changes in the Work........................................................................................38 11.04 Change of Contract Price........................................................................................................39 11.05 Change of Contract Times.......................................................................................................40 11.06 Change Proposals....................................................................................................................40 11.07 Execution of Change Orders ...................................................................................................40 11.08 Notice to Surety......................................................................................................................41 Article12—Claims.......................................................................................................................................42 12.01 Claims......................................................................................................................................42 12.02 Claims Process.........................................................................................................................42 Article 13—Cost of the Work; Allowances; Unit Price Work......................................................................43 13.01 Cost of the Work.....................................................................................................................43 13.02 Allowances..............................................................................................................................46 13.03 Unit Price Work.......................................................................................................................46 13.04 Contingencies..........................................................................................................................47 Article 14—Tests and Inspections; Correction, Removal, or Acceptance of Defective Work....................47 14.01 Access to Work........................................................................................................................47 14.02 Tests, Inspections, and Approvals...........................................................................................47 14.03 Defective Work.......................................................................................................................48 14.04 Acceptance of Defective Work................................................................................................49 14.05 Uncovering Work....................................................................................................................49 14.06 Owner May Stop the Work.....................................................................................................49 14.07 Owner May Correct Defective Work.......................................................................................50 General Conditions 007200-3 Corpus Christi Standards-Regular Projects 03-23-2015 Article 15—Payments to Contractor; Set-Offs; Completion; Correction Period........................................50 15.01 Progress Payments..................................................................................................................50 15.02 Contractor's Warranty of Title................................................................................................52 15.03 Substantial Completion...........................................................................................................52 15.04 Partial Utilization.....................................................................................................................53 15.05 Final Inspection.......................................................................................................................53 15.06 Final Payment..........................................................................................................................53 15.07 Waiver of Claims.....................................................................................................................54 15.08 Correction Period....................................................................................................................54 Article 16—Suspension of Work and Termination.....................................................................................55 16.01 Owner May Suspend Work.....................................................................................................55 16.02 Owner May Terminate for Cause............................................................................................55 16.03 Owner May Terminate For Convenience................................................................................56 Article 17— Final Resolution of Disputes....................................................................................................57 17.01 Methods and Procedures........................................................................................................57 Article18—Miscellaneous..........................................................................................................................57 18.01 Computation of Times.............................................................................................................57 18.02 Owner's Right to Audit Contractor's Records.........................................................................57 18.03 Independent Contractor.........................................................................................................58 18.04 Cumulative Remedies .............................................................................................................58 18.05 Limitation of Damages............................................................................................................58 18.06 No Waiver...............................................................................................................................58 18.07 Severability..............................................................................................................................58 18.08 Survival of Obligations............................................................................................................59 18.09 No Third Party Beneficiaries ...................................................................................................59 18.10 Assignment of Contract...........................................................................................................59 18.11 No Waiver of Sovereign Immunity..........................................................................................59 18.12 Controlling Law.......................................................................................................................59 18.13 Conditions Precedent to Right to Sue.....................................................................................59 18.14 Waiver of Trial by Jury.............................................................................................................59 18.15 Attorney Fees..........................................................................................................................59 18.16 Compliance with Laws.............................................................................................................59 18.17 Enforcement............................................................................................................................60 General Conditions 007200-4 Corpus Christi Standards-Regular Projects 03-23-2015 18.18 Subject to Appropriation.........................................................................................................60 18.19 Contract Sum...........................................................................................................................60 18.20 Contractor's Guarantee as Additional Remedy......................................................................60 General Conditions 007200-5 Corpus Christi Standards-Regular Projects 03-23-2015 ARTICLE 1—DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. A term with initial capital letters, including the term's singular and plural forms, has the meaning indicated in this paragraph wherever used in the Bidding Requirements or Contract Documents. In addition to the terms specifically defined,terms with initial capital letters in the Contract Documents may include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda - Documents issued prior to the receipt of Bids which clarify or modify the Bidding Requirements or the proposed Contract Documents. 2. Agreement-The document executed between Owner and Contractor covering the Work. 3. Alternative Dispute Resolution -The process by which a disputed Claim may be settled as an alternative to litigation, if Owner and Contractor cannot reach an agreement between themselves. 4. Application for Payment-The forms used by Contractor to request payments from Owner and the supporting documentation required by the Contract Documents. 5. Award Date—The date the City Council of the City of Corpus Christi (City) authorizes the City Manager or designee to execute the Contract on behalf of the City. 6. Bid -The documents submitted by a Bidder to establish the proposed Contract Price and Contract Times and provide other information and certifications as required by the Bidding Requirements. 7. Bidding Documents-The Bidding Requirements, the proposed Contract Documents, and Addenda. 8. Bidder-An individual or entity that submits a Bid to Owner. 9. Bidding Requirements-The Invitation for Bids, Instructions to Bidders, Bid Security, Bid Form and attachments, and required certifications. 10. Bid Security-The financial security in the form of a bid bond provided by Bidder at the time the Bid is submitted and held by Owner until the Agreement is executed and the evidence of insurance and Bonds required by the Contract Documents are provided. A cashier's check, certified check, money order or bank draft from any State or National Bank will also be acceptable. 11. Bonds - Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 12. Change Order-A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. General Conditions 007200-6 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 007200-7 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 007200-8 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 007200-9 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 007200- 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 007200- 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 007200- 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 007200- 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 007200- 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 007200- 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 007200- 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 007200- 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 007200- 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 007200- 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 007200-20 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 007200-21 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 007200-22 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 007200-23 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 007200-24 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 007200-25 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 15.01.13 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 007200-26 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 007200-27 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 007200-28 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 007200-29 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 007200-30 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 007200-31 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 007200-32 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 007200-33 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 007200-34 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 007200-35 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 007200-36 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 007200-37 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 007200-38 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 007200-39 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 007200-40 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 007200-41 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 007200-42 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 007200-43 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 007200-44 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 11.04.0 for Work covered by a Modification determined on the basis of Cost of the Work. F. Establish and maintain records in accordance with generally accepted accounting practices and submit these records, including an itemized cost breakdown together with supporting General Conditions 007200-45 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 13.02.13.1 and 13.02.13.2 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 007200-46 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 007200-47 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 007200-48 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 007200-49 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 007200-50 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; I. Failure to provide Project photographs required by the Contract Documents; m. Failure to provide Certified Payroll required by the Contract Documents; n. Compensation for OPT for overtime charges of OAR or RPR, third review of documents, review of substitutions, re-inspection fees, inspections or designs related to correction of Defective Work, or other services identified as requiring payment by the Contractor; General Conditions 007200-51 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 007200-52 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 007200-53 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 15.08.13 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 007200-54 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 007200-55 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 007200-56 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 007200-57 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 007200-58 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 007200-59 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 007200-60 Corpus Christi Standards-Regular Projects 03-23-2015 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1—INSURANCE REQUIREMENTS 1.01 CONTRACTOR'S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises—Completed Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products/Completed Operations $1,000,000 Per Occurrence Hazard $2,000,000 Aggregate 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal &Advertising Injury Business Automobile Liability-Owned, $1,000,000 Combined Single Limit Non-Owned, Rented and Leased Workers' Compensation Statutory Employer's Liability $500,000/500,000/500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Required if Contract Price>$5,000,000 Contractor's Pollution Liability/ $1,000,000 Per Claim Environmental Impairment Coverage Not limited to sudden and accidental ❑ Required X Not Required discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation>3 ft Builder's Risk(All Perils including Collapse) Equal to Full Replacement Cost of Structure and Contents Required for vertical structures and bridges ❑ Required X Not Required Installation Floater Equal to Contract Price Required if installing city-owned equipment ❑ Required X Not Required Insurance Requirements 00 72 01- 1 Traffic Signal Improvements And Turn Lane Ennis Joslin Road Bond 2014-No.E15165 Rev 06-22-2016 1.02 GENERAL PROVISIONS A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with Article 6 of the General Conditions and this Section. B. Provide endorsements to the policies as outlined in this Section. C. Obtain insurance from companies that are duly licensed or authorized in the State of Texas to issue insurance policies for the required limits and coverages. Provide insurance from companies that have an A.M. Best rating of A-VIII or better. D. Furnish copies of endorsements and documentation of applicable self-insured retentions and deductibles upon request by OPT or any named insured or additional insured. Contractor may block out(redact) any confidential premium or pricing information contained in any endorsement furnished under this Contract. E. The name and number of the Project must be referenced on the certificate of insurance. F. OPT's failure to demand such certificates or other evidence of the Contractor's full compliance with the insurance requirements or failure to identify a deficiency in compliance from the evidence provided is not a waiver of the Contractor's obligation to obtain and maintain the insurance required by the Contract Documents. G. Notify the Owner if the Contractor fails to purchase or maintain the insurance required by the Contract Documents. Contractor shall not be allowed to perform any Work on the Project until the required insurance policies are in effect. A Certificate of Liability Insurance shall be submitted to the OPT. H. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 of the General Conditions if Contractor fails to obtain or maintain the required insurance. I. Owner does not represent that the insurance coverage and limits established in this Contract are adequate to protect Contractor or Contractor's interests. J. The required insurance and insurance limits do not limit the Contractor's liability under the indemnities granted to Owner's Indemnitees in the Contract Documents. K. Provide for an endorsement that the "other insurance" clause shall not apply to the OPT where the OPT is an additional insured shown on the policy. Contractor's insurance is primary and non-contributory with respect to any insurance or self-insurance carried by the OPT for liability arising out of operations under this Contract. L. Include the Owner and list the other members of the OPT and any other individuals or entities identified in the Supplementary Conditions as additional insureds on all policies with the exception of the workers' compensation policy and Contractor's professional liability policy. 1.03 CONTRACTOR'S INSURANCE A. Purchase and maintain workers' compensation and employer's liability insurance for: 1. Claims under workers' compensation, disability benefits, and other similar employee benefit acts. Obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law and written on a policy and endorsements approved by the Texas Department of Insurance. Provide insurance in amounts to Insurance Requirements 00 72 01-2 Traffic Signal Improvements And Turn Lane Ennis Joslin Road Bond 2014-No.E15165 Rev 06-22-2016 meet all workers' compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. United States Longshoreman and Harbor Workers' Compensation Act and Jones Act coverage (if applicable). 4. Foreign voluntary worker compensation (if applicable). B. Purchase and maintain commercial general liability insurance covering all operations by or on behalf of Contractor. The expected coverage is that which would be included in a commercially available ISO Commercial General Liability policy and should provide coverage on an occurrence basis, against: 1. Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 2. Claims for damages insured by reasonably available personal injury liability coverage which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; and 4. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including any resulting loss of use. C. Provide Contractor's commercial general liability policy that is written on a 1996(or later) ISO commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage as required in this Section. Insurance is to remain in effective for 3 years after final payment. Furnish evidence of the continuation of this insurance at final payment and again each year for 3 years after final payment to Owner and each named insured or additional insured. a. If required by Paragraph 1.01, provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor. Provide Installation Floater insurance that is a broad form or"All Peril" policy providing coverage for all materials, supplies, machinery, fixtures, and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor's Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; Insurance Requirements 00 72 01-3 Traffic Signal Improvements And Turn Lane Ennis Joslin Road Bond 2014-No.E15165 Rev 06-22-2016 f) Any loss at the Site; g) Any loss while in storage, both on and off the Site; and h) Any loss to temporary Project Works if their value is included in the Contract Price. 2) Coverage cannot be contingent on an external cause or risk or limited to property for which the Contractor is legally liable. Provide limits of insurance adequate to cover the value of the installation. Pay any deductible carried under this coverage and assume responsibility for claims on materials, supplies, machinery, fixture, and equipment which will be incorporated into the Work while in transit or in storage. 2. Blanket contractual liability coverage for Contractor's contractual indemnity obligations in Paragraph 7.14 of the General Conditions, and all other contractual indemnity obligations of Contractor in the Contract Documents. Industry standard ISO Contractual Liability coverage will meet this obligation. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. 6. Personal injury coverage. 7. Endorsement CG 2032, "Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured" or its equivalent. D. Purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. E. For Projects with a Contract Value that exceeds $5,000,000, purchase and maintain umbrella or excess liability insurance written over the underlying employer's liability, commercial general liability, and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first-dollar liability coverage as needed. F. Provide Contractor's commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for Owners Indemnitees as defined in Article 1 of the General Conditions; and 4. Provide primary coverage for all claims covered by the policies, including those arising from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third-party injury and property damage claims, including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor's operations and completed operations. Provide Contractor's pollution liability insurance that includes long-term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The Insurance Requirements 00 72 01-4 Traffic Signal Improvements And Turn Lane Ennis Joslin Road Bond 2014-No.E15165 Rev 06-22-2016 completed operations coverage is to remain in effect for 3 years after final payment. The policy must name OPT and any other individuals and entities identified in the Supplementary Conditions as additional insureds. H. Purchase and maintain applicable professional liability insurance, or have Subcontractors and Suppliers do so, if Contractor or any Subcontractor or Supplier will provide or furnish professional services under this Contract. I. The policies of insurance required by this Section must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Section or required by Laws or Regulations, whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor, Owner, and all named insureds and additional insureds. 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether performed by Contractor, Subcontractor, Supplier, anyone directly or indirectly employed or retained by any of them, or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 PROPERTY INSURANCE A. Purchase and maintain builder's risk insurance in the amount of the full replacement cost of the Project. This policy is subject to the deductible amounts requirements in this Section or those required by Laws and Regulations and must comply with the requirements of Paragraph 1.06. This insurance shall: 1. Include the OPT, Contractor, and all Subcontractors, and any other individuals or entities identified in the Supplementary Conditions, as named insureds. 2. Be written on a builder's risk "all risk" policy form that includes insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and insures against at least the following perils or causes of loss: fire; lightning; windstorm; riot; civil commotion;terrorism; vehicle impact; aircraft; smoke; theft; vandalism and malicious mischief; mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake;volcanic activity, and other earth movement; flood; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and Regulations;water damage (other than that caused by flood); and such other perils or causes of loss as may be specifically required by this Section. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder's risk, by Insurance Requirements 00 72 01-5 Traffic Signal Improvements And Turn Lane Ennis Joslin Road Bond 2014-No.E15165 Rev 06-22-2016 endorsement or otherwise,this insurance may be provided through other insurance policies acceptable to Owner and Contractor. 3. Cover expenses incurred in the repair or replacement of any insured property. 4. Cover materials and equipment in transit or stored prior to being incorporated in the Work. 5. Cover Owner-furnished or assigned property. 6. Allow for partial utilization of the Work by Owner. 7. Allow for the waiver of the insurer's subrogation rights as set forth below. 8. Provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 9. Not include a co-insurance clause. 10. Include a broad exception for ensuing losses from physical damage or loss with respect to any Defective workmanship, design, or materials exclusions. 11. Include testing and startup. 12. Be maintained in effect until the Work as a whole is complete, unless otherwise agreed to in writing by Owner and Contractor. B. Evidence of insurance provided must contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each named insured. C. Pay for costs not covered by the policy deductible. D. Notify builder's risk insurance provider if Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 15.04 of the General Conditions. Maintain the builder's risk insurance in effect during this Partial Occupancy or Use. E. Contractor may purchase other special insurance to be included in or to supplement the builder's risk or property insurance policies provided under this Section. F. Contractor, Subcontractors, or employees of the Contractor or a Subcontractor owning property items, such as tools, construction equipment, or other personal property not expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. 1.05 WAIVER OF RIGHTS A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. All policies purchased in accordance with this Section are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional insureds in the event of a payment for loss or damage. Contractor and insurers waive all rights against the Owner's Indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable Insurance Requirements 00 72 01-6 Traffic Signal Improvements And Turn Lane Ennis Joslin Road Bond 2014-No.E15165 Rev 06-22-2016 property insurance. None of these waivers extend to the rights Contractor has to the proceeds of insurance as trustee. C. Contractor is responsible for assuring that agreements with Subcontractors contains provisions that the Subcontractor waive all rights against Owner's Indemnitees, Contractor, named insureds and additional insureds, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, for all losses and damages created by or resulting from any of the perils or causes of loss covered by builder's risk insurance and other property insurance. 1.06 OWNER'S INSURANCE FOR THE PROJECT A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor, Subcontractors, or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits may be basic policy limits or any combination of basic limits and umbrella limits. In any event, Contractor is fully responsible for all losses arising out of, resulting from, or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT, named insureds, or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. ARTICLE 2—EVIDENCE OF INSURANCE 2.01 ACCEPTABLE EVIDENCE OF INSURANCE A. Provide evidence of insurance acceptable to the Owner with the executed Contract Documents. Provide the following as evidence of insurance: 1. Certificates of Insurance on an acceptable form; 2. Riders or endorsements to policies; and 3. Policy limits and deductibles. B. Provide a list of"Additional Insureds" for each policy. C. Provide evidence that waivers of subrogation are provided on all applicable policies. D. Provide evidence of requirements for 30 days' notice before cancellation or any material change in the policy's terms and conditions, limits of coverage, or change in deductible amount. 2.02 CERTIFICATES OF INSURANCE A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code §1811.101; or 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. Insurance Requirements 00 72 01-7 Traffic Signal Improvements And Turn Lane Ennis Joslin Road Bond 2014-No.E15165 Rev 06-22-2016 3. No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 2.03 INSURANCE POLICIES A. If requested by the Owner, provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles. B. Contractor may block out(redact) any proprietary information or confidential premium pricing information contained in any policy or endorsement furnished under this Contract. 2.04 CONTINUING EVIDENCE OF COVERAGE A. Provide updated, revised, or new evidence of insurance in accordance this Section prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 2.05 NOTICES REGARDING INSURANCE A. Notices regarding insurance are to be sent to the Owner at the following address: City of Corpus Christi—Engineering Attn: Construction Contract Admin. P.O. Box 9277 Corpus Christi,TX 78469-9277 B. Submit questions regarding insurance requirements to the Construction Contract Administrator by calling 361-826-3530. ARTICLE 3—TEXAS WORKERS' COMPENSATION INSURANCE REQUIRED NOTICE 3.01 WORKERS' COMPENSATION INSURANCE COVERAGE A. Definitions: 1. Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC- 81,TWCC-82,TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the Project. 2. Duration of the Project-includes the time from the beginning of the Work on the Project until the Contractor's/person's Work on the Project has been completed and accepted by the governmental entity. 3. Persons providing services on the Project ("Subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the Project, regardless of whether that person contracted Insurance Requirements 00 72 01-8 Traffic Signal Improvements And Turn Lane Ennis Joslin Road Bond 2014-No.E15165 Rev 06-22-2016 directly with the Contractor and regardless of whether that person has employees. This includes,without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. "Services" include,without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44)for all employees of the Contractor providing services on the Project, for the duration of the Project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the Contract. D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the Project,the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. A certificate of coverage, prior to that person beginning Work on the Project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the Project; and 2. No later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery,within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project. H. The Contractor shall post on each Project Site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The Contractor shall contractually require each person with whom it contracts to provide services on a project,to: 1. Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44)for all of its employees providing services on the Project, for the duration of the Project; Insurance Requirements 00 72 01-9 Traffic Signal Improvements And Turn Lane Ennis Joslin Road Bond 2014-No.E15165 Rev 06-22-2016 2. Provide to the Contractor, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project, for the duration of the Project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project; and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) -(7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this Contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the Project will be covered by workers' compensation coverage for the duration of the Project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the Contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. END OF SECTION Insurance Requirements 00 72 01- 10 Traffic Signal Improvements And Turn Lane Ennis Joslin Road Bond 2014-No.E15165 Rev 06-22-2016 00 72 02 WAGE RATE REQUIREMENTS ARTICLE 1—PREVAILING WAGE RATE REQUIREMENTS 1.01 PAYMENT OF PREVAILING WAGE RATES A. Contractor and any Subcontractors employed on this Project shall pay not less than the rates established by the Owner as required by Texas Government Code Chapter 2258. B. Contractor is required to pay Davis-Bacon Wage Rates. 1.02 RECORDS A. In accordance with Tex. Gov't Code §2258.024, the Contractor and its Subcontractors, if any, shall keep a record showing: 1. The name and occupation of each worker employed by the Contractor or Subcontractor in the construction of the Work; and 2. The actual per diem wages paid to each worker. B. The record shall be open at all reasonable hours to inspection by the officers and agents of the Owner. 1.03 LIABILITY; PENALTY; CRIMINAL OFFENSE A. Tex. Gov't Code §2258.003—Liability: An officer, agent, or employee of the Owner is not liable in a civil action for any act or omission implementing or enforcing Chapter 2258 unless the action was made in bad faith. B. Tex. Gov't Code §2258.053(b)—Penalty: Any Contractor or Subcontractor who violates the requirements of Chapter 2258, shall pay to the Owner, on whose behalf the Contract is made, $60 for each worker employed or each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the Contract. C. Tex. Gov't Code §2258.058—Criminal Offense: 1. An officer, agent, or representative of the Owner commits an offense if the person willfully violates or does not comply with a provision of Chapter 2258. 2. Any Contractor or Subcontractor, or an agent or representative of the Contractor or Subcontractor, commits an offense if the person violates Tex. Gov't Code §2258.024. 3. An offense is punishable by: a. A fine not to exceed $500; b. Confinement in jail for a term not to exceed 6 months; or c. Both a fine and confinement. Wage Rate Requirements 007202- 1 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 REV 06-12-2015 1.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Determination Construction Type Project Type (WD) No TX-40 Highway Highway Construction Projects (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). GENERAL DECISION NUMBER: 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$10.20 PER HOUR (OR THE APPLICABLE WAGE RATE LISTED ON THIS WAGE DETERMINATION, IF IT IS HIGHER) FOR ALL HOURS SPENT PERFORMING ON THE CONTRACT IN CALENDAR YEAR 2017. THE EO MINIMUM WAGE RATE WILL BE ADJUSTED ANNUALLY. ADDITIONAL INFORMATION ON CONTRACTOR REQUIREMENTS AND WORKER PROTECTIONS UNDER THE EO IS AVAILABLE AT WWW.DOL.GOV/WHD/GOVCONTRACTS. Wage Rate Requirements 007202-2 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 REV 06-12-2015 MODIFICATION NUMBER PUBLICATION DATE 0 01/05/2017 � SUTX2011-01008/08/2011 RATES FRINGES CEMENTMASON/CONCRETE FINISHER (PAVING & STRU[TURES)...$ 12.04 FORM BUILDER/FORM SETTER PAVING & CURB...............S10.09 STRUCTURES------S13.01 LABORER ASPHALT RAKER...............S11.07 FLAGGER.....................SD.D1 LABORER, COMMON.............$ 10.25 LABORER, UTILITY............$ 11.23 P|PELAYER...................$ 11.17 WORK ZONE BARRICADE SERVICER....................S11.51 PAINTER (STRUCTURES)..---..$ 21.29 POWER EQUIPMENT OPERATOR: ASPHALT DISTRIBUTOR.........S14.25 ASPHALT PAVING MACHINE......S13.44 MECHANIC....................S17.00 MOTOR GRADER, FINE GRADE....S17.74 MOTOR GRADER, ROUGH.........S10.D5 TRUCK DRIVER LOWBOY-FLOAT................$ 10.02 SINGLE AXLE.................$ 11.01 ---------------------------------------------------------------- VVELDERS - RECBVERATEPRESCR|BEDFORCRAFTPERFORM|NG OPERATION TOWHICH WELDING |SINCIDENTAL. ================================================================ Wage Rate Requirements 007202-3 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 REV 06-12-2015 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 THATTHE 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 Wage Rate Requirements 007202-4 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 REV 06-12-2015 WHERE APPLICABLE, I.E., PLUMBERS LOCAL 0198.THE NEXT NUMBER, 005 IN THE EXAMPLE, IS AN INTERNAL NUMBER USED IN PROCESSING THE WAGE DETERMINATION. 07/01/2014 IS THE EFFECTIVE DATE OF THE MOST CURRENT NEGOTIATED RATE, WHICH IN THIS EXAMPLE IS JULY 1, 2014. UNION PREVAILING WAGE RATES ARE UPDATED TO REFLECT ALL RATE CHANGES IN THE COLLECTIVE BARGAINING AGREEMENT (CBA) GOVERNING THIS CLASSIFICATION AND RATE. SURVEY RATE IDENTIFIERS CLASSIFICATIONS LISTED UNDER THE "SU" IDENTIFIER INDICATE THAT NO ONE RATE PREVAILED FOR THIS CLASSIFICATION IN THE SURVEY AND THE PUBLISHED RATE IS DERIVED BY COMPUTING A WEIGHTED AVERAGE RATE BASED ON ALL THE RATES REPORTED IN THE SURVEY FOR THAT CLASSIFICATION. AS THIS WEIGHTED AVERAGE RATE INCLUDES ALL RATES REPORTED IN THE SURVEY, IT MAY INCLUDE BOTH UNION AND NON-UNION RATES. EXAMPLE: SULA2012-007 5/13/2014. SU INDICATES THE RATES ARE SURVEY RATES BASED ON A WEIGHTED AVERAGE CALCULATION OF RATES AND ARE NOT MAJORITY RATES. LA INDICATES THE STATE OF LOUISIANA. 2012 IS THE YEAR OF SURVEY ON WHICH THESE CLASSIFICATIONS AND RATES ARE BASED. THE NEXT NUMBER, 007 IN THE EXAMPLE, IS AN INTERNAL NUMBER USED IN PRODUCING THE WAGE DETERMINATION. 5/13/2014 INDICATES THE SURVEY COMPLETION DATE FOR THE CLASSIFICATIONS AND RATES UNDER THAT IDENTIFIER. SURVEY WAGE RATES ARE NOT UPDATED AND REMAIN IN EFFECT UNTIL A NEW SURVEY IS CONDUCTED. UNION AVERAGE RATE IDENTIFIERS CLASSIFICATION(S) LISTED UNDER THE UAVG IDENTIFIER INDICATE THAT NO SINGLE MAJORITY RATE PREVAILED FOR THOSE CLASSIFICATIONS; HOWEVER, 100% OF THE DATA REPORTED FOR THE CLASSIFICATIONS WAS UNION DATA. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG INDICATES THATTHE 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 Wage Rate Requirements 007202-5 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 REV 06-12-2015 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 Wage Rate Requirements 007202-6 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 REV 06-12-2015 THE REQUEST SHOULD BE ACCOMPANIED BY A FULL STATEMENT OF THE INTERESTED PARTY'S POSITION AND BY ANY INFORMATION (WAGE PAYMENT DATA, PROJECT DESCRIPTION, AREA PRACTICE MATERIAL, ETC.)THAT THE REQUESTOR CONSIDERS RELEVANT TO THE ISSUE. 3.) IF THE DECISION OF THE ADMINISTRATOR IS NOT FAVORABLE, AN INTERESTED PARTY MAY APPEAL DIRECTLY TO THE ADMINISTRATIVE REVIEW BOARD (FORMERLY THE WAGE APPEALS BOARD). WRITE TO: ADMINISTRATIVE REVIEW BOARD U.S. DEPARTMENT OF LABOR 200 CONSTITUTION AVENUE, N.W. WASHINGTON, DC 20210 4.) ALL DECISIONS BY THE ADMINISTRATIVE REVIEW BOARD ARE FINAL. ---------------------------------------------------------------- ---------------------------------------------------------------- END OF GENERAL DECISION A END OF SECTION Wage Rate Requirements 007202-7 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 REV 06-12-2015 00 72 03 MINORITY/ MBE/ DBE PARTICIPATION POLICY ARTICLE 1—PARTICIPATION POLICY 1.01 POLICY A. It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities,women, and Minority Business Enterprises(MBE)to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October 1989, and any amendments thereto. In accordance with such policy,the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 1.02 DEFINITIONS A. Prime Contractor: Any person, firm, partnership, corporation, association, or joint venture as herein provided which has been awarded a City contract. B. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials, or any combination of the foregoing under contract with a prime contractor on a City contract. C. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned: a. For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. b. For an enterprise doing business as a partnership, at least 51 percent of the assets or interest in the partnership property must be owned by one or more minority person(s). c. For an enterprise doing business as a corporation, at least 51 percent of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled: a. The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments: a. Minority partners, proprietors, or stockholders of the business enterprise, must be entitled to receive 51 percent or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. Minority/MBE/DBE Participation Policy 007203- 1 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS. B. These goals are applicable to all the construction work(regardless of federal participation) performed in the Contract, including approved Change Orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 1.04 COMPLIANCE A. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. B. Make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. END OF SECTION Minority/MBE/DBE Participation Policy 007203-2 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 00 73 00 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement SECTION 00 72 00 GENERAL CONDITIONS and other provisions of the Contract Documents. All provisions not amended or supplemented in these Supplementary Conditions remain in effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below. ARTICLE 1—DEFINITIONS AND TERMINOLOGY SC-1.01 DEFINED TERMS A. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: City of Corpus Christi,Texas Maldonado-Burkett Intelligent Transportation Systems, LLP B. Paragraph 1.01.A.54 "Substantial Completion" is more specifically defined for this Project as: 1. The following items are fully functional and suitable for operation in accordance with the Contract Documents: a. All traffic signals shall be fully operational by allocated contract time. 2. Only the following items not yet complete in accordance with the Contract Documents: a. Final Punch list items b. Final clean up 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 007300- 1 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 50 rain days have been set for this Project. An extension of time due to rain days will be considered only after 50 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. Delete Paragraph 5.03 entirely and insert the following: "5.03 Subsurface and Physical Conditions A. No reports of explorations or tests of subsurface conditions at or contiguous to the Site, or drawings of physical conditions relating to existing surface or subsurface structures at the Site, are known to Owner." SC-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE B. Delete Paragraph 5.06 entirely and insert the following: 5.06 Hazardous Environmental Conditions at Site A. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner." ARTICLE 7—CONTRACTOR'S RESPONSIBILITIES SC-7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS,AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: "The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." END OF SECTION Supplementary Conditions 007300-2 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 11-25-2013 011100 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 2113 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: This project is described as the construction of ten fully functional traffic signals city wide. The construction of the signals will include, but not limited to: foundations, mast arms poles, signal heads, pedestrian poles, pedestrian heads, conduits and conductors, cobalt controllers, cabinets, PTZ Cameras, Acyclica road trend, electrical services, signing, ADA ramps, crosswalk striping, pedestrian ramps, etc. Reference to the engineering drawings should be made for estimated summary of materials and details. Prioritized list of construction as follows: 1. Flour Bluff @ Purdue 2. Ayers @ Roosevelt 3. Horne @ Columbia 4. Staples @ Brownlee 5. Sante Fe @ Texan 6. Leopard @ Palm 7. Leopard @ Battlin Buc 8. Nueces Bay @ Buddy Lawrence 9. Leopard @ Lantana and 10. McKinzie @ Haven. 1.03 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling and completion: 1. none B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his Proposal on the most expensive listing. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. Summary of Work 011100- 1 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. Allowance for Unanticipated Street Improvements Part B for unanticipated adjustment of utility, unknown structure or similar situations. 2. Allowance for Unanticipated Traffic Signal Improvements Part D for unanticipated traffic signal adjustments due to utilities or unknown structure conflicts. B. Completion of the Work described in this Contract may impact the construction of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.05 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work 011100-2 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 01 23 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS A. Alternates: 1. This Section describes each alternate by number and describes the basic changes to be incorporated into the Work when this alternate is made a part of the Work in the Agreement. 2. Drawings and Specifications will outline the extent of Work to be included in the alternate Contract Price. 3. Coordinate related Work and modify surrounding Work as required to properly integrate the Work under each alternate, and provide a complete and functional Project as required by the Contract Documents. 4. Bids for alternates may be accepted or rejected at the option of the Owner. 5. Owner may incorporate these alternates in the Contract when executed, or may issue a Change Order to incorporate these alternates within 120 days at the prices offered in the Bid, unless noted otherwise. A Request for a Change Proposal may be issued after 120 days or other designated time period to negotiate a new price for incorporating the Work into the Project. B. Allowances: 1. Include specified allowance amount in the Contract Price. 2. The amount of each allowance includes: a. The cost of the product to the Contractor less any applicable trade discounts. b. Delivery to the Site. c. Applicable taxes. 3. Include in the Contract Price all costs for: a. Handling at the Site, including unloading, uncrating, and storage per SECTION 01 3100 PROJECT MANAGEMENT AND COORDINATION. b. Cost for labor and equipment for installation and finishing. c. Cost for related products not specifically listed in the allowance required for installation, including consumable supplies and materials. d. All overhead, profit, and related costs. 4. Assist Owner in the selection of products. a. Identify qualified Suppliers. b. Obtain bids from qualified Suppliers. c. Present available alternates to the Owner through the OAR. Notify OAR of: 1) Any objections to a particular Supplier or product. Alternates and Allowances 012310- 1 Traffic Signal Improvements And Turn Lane Ennis Joslin Road Bond 2014-No. E15165 11-25-2013 2) Effect on the Construction Schedule anticipated by the selection of each option. 3) Cost of each option. 5. Upon selection of the product: a. Purchase and install the product. b. Contractor's responsibilities for products shall be the same as for products selected by the Contractor. 6. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to adjust Contract Price if the net cost of the product is more or less than the specified amount. a. Adjust the unit cost applied to the quantities installed per the method of payment described in SECTION 0129 00 APPLICATION FOR PAYMENT PROCEDURES for products specified as Unit Price Work. b. Do not perform Work until selection of alternate has been approved by the Owner. c. Provide actual invoices for the materials. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. 1.03 DESCRIPTION OF ALTERNATES - NONE 1.04 DESCRIPTION OF ALLOWANCES A. Allowance B-Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 1. The sum of$2,000.00 to be used for the purchase of Unanticipated Improvements (Mandatory) (Part B) 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances 012310-2 Traffic Signal Improvements And Turn Lane Ennis Joslin Road Bond 2014-No. E15165 11-25-2013 01 29 00 APPLICATION FOR PAYMENT PROCEDURES 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the General Conditions, the Supplementary Conditions, the Agreement, and this Section. The Contract Price is to include costs for: 1. Providing the Work in accordance with the Contract Documents; 2. Installing Owner furnished equipment and materials; 3. Providing Work for Alternates and Allowances; 4. Commissioning, start-up, training and initial maintenance and operation; 5. Acceptance testing in manufacturer's facilities or on Site; 6. All home office overhead costs and expenses, including profit made directly or indirectly for the Project; 7. Project management, Contract administration, field office, and field operations staff, including supervision, clerical support, and technology system support; 8. Professional services including design fees, legal fees, and other professional services; 9. Bonds and insurance; 10. Permits, licenses, patent fees, and royalties; 11. Taxes; 12. Providing all documents and Samples required by the Contract Documents; 13. Facilities and equipment at the Site including: a. Field offices, office furnishings, and all related office supplies, software, and equipment, b. Storage facilities for Contractor's use, storage facilities for stored materials and equipment, including spare parts storage, c. Shops, physical plant, construction equipment, small tools, vehicles,technology and telecommunications equipment, d. Safety equipment and facilities to provide safe access and working conditions for workers and for others working at the Site, e. Temporary facilities for power and communications, f. Potable water and sanitation facilities, and g. Mobilization and demobilization for all of these facilities and equipment; 14. Products, materials, and equipment stored at the Site or other suitable location; 15. Products, materials, and equipment permanently incorporated into the Project; Application for Payment Procedures 012900- 1 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 03-11-2015 16. Temporary facilities for managing water, including facilities for pumping, storage, and treatment as required for construction and protection of the environment; 17. Temporary facilities for managing environment conditions and Constituents of Concern; 18. Temporary facilities such as sheeting, shoring, bracing, formwork, embankments, storage facilities,working areas, and other facilities required for construction of the Project; 19. Temporary and permanent facilities for protection of all overhead, surface, or underground structures or features; 20. Temporary and permanent facilities for removal, relocation, or replacement of any overhead, surface, or underground structures or features; 21. Products, materials, and equipment consumed during the construction of the Project; 22. Contractor labor and supervision to complete the Project, including that provided through Subcontractors or Suppliers; 23. Correcting Defective Work during the Contract Times, during the Correction Period, or as required to meet any warranty provision of the Contract Documents; 24. Risk associated with weather and environmental conditions, start-up, and initial operation of facilities including equipment, processes, and systems; 25. Contractor's safety programs, including management, administration, and training; 26. Maintenance of facilities, including equipment, processes, and systems until operation is transferred to Owner; 27. Providing warranties, extended or special warranties, or extended service agreements; 28. Cleanup and disposal of any and all surplus materials; and 29. Demobilization of all physical, temporary facilities not incorporated into the Project. B. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price. C. Provide written approval of the surety company providing Bonds for the Schedule of Values, Application for Payment form, and method of payment prior to submitting the first Application for Payment. Submit approval using the Consent of Surety Company to Payment Procedures form provided. Payment will not be made without this approval. D. OAR may withhold processing Applications for Payment if any of the following processes or documentation are not up to date: 1. Progress Schedule per SECTION 0133 04 CONSTRUCTION PROGRESS SCHEDULE. 2. Project photographs per SECTION 0133 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 3. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. 4. Documentation required to comply with Owner's Minority/ MBE/ DBE Participation Policy. Application for Payment Procedures 012900-2 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 012900-3 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 012900-4 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 0123 10 ALTERNATES AND ALLOWANCES. B. Include amounts for specified Allowances for Work in the Agreement in accordance with SECTION 0123 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 012900-5 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 012900-6 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 012900-7 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 03-11-2015 2. For the means, methods,techniques, sequences, or procedures of construction, or safety precautions and programs; 3. For Contractor's failure to comply with Laws and Regulations applicable to Contractor's performance of the Work; 4. To make examinations to ascertain how or for what purposes Contractor has used the monies paid on account of the Contract Price; or 5. To determine that title to the Work, materials, or equipment has passed to Owner free and clear of Liens. 1.10 FINAL APPLICATION FOR PAYMENT A. Include adjustments to the Contract Price in the final Application for Payment for: 1. Approved Change Orders and Contract Amendments, 2. Allowances not previously adjusted by Change Order, 3. Deductions for Defective Work that has been accepted by the Owner, 4. Penalties and bonuses, 5. Deductions for liquidated damages, 6. Deduction for all final set-offs, and 7. Other adjustments if needed. B. OAR will prepare a final Change Order reflecting the approved adjustments to the Contract Price which have not been covered by previously approved Change Orders and if necessary reconcile estimate unit price quantities with actual quantities. C. Submit the final Application for Payment per the General Conditions, including the final Change Order. Provide the following with the Final Application for Payment: 1. Evidence of payment or release of liens on the forms provided and as required by the General Conditions. 2. Consent from Surety to Final Payment. 1.11 PAYMENT BY OWNER A. Owner is to pay the amount recommended for monthly payments within 30 days after receipt of the OAR's recommended Application for Payment. 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Application for Payment Procedures 012900-8 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 03-11-2015 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in SECTION 0129 00 APPLICATION FOR PAYMENT PROCEDURES for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in SECTION 0129 00 APPLICATION FOR PAYMENT PROCEDURES. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in SECTION 0129 00 APPLICATION FOR PAYMENT PROCEDURES for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid Item A-1- Mobilization: 1. Include the following costs in this Bid item: a. Transportation and setup for equipment; b. Transportation and/or erection of all field offices, sheds, and storage facilities; c. Salaries for preparation of documents required before the first Application for Payment; d. Salaries for field personnel assigned to the Project related to the mobilization of the Project; e. Demobilization; and f. Mobilization may not exceed 5 percent of the total Contract Price. Measurement and Basis for Payment 0129 01- 1 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 2. Measuring for payment is on a lump sum basis. Payment for mobilization will be based on the earned value of Work completed. B. Bid Item A-2—Bonds and Insurance 1. Include the following costs in this Bid Item: a. Bonds and insurance b. Measuring for payment is on a lump sum basis. c. Payment will be based on documentation of actual costs. C. Bid Item A-3— Ozone Day 1. This item shall be measured by Day. 2. This item shall include Monetary loss caused by inability to work on officially announced Ozone Days. D. Bid Item A-5—Curb Inlet Protection 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Placement and maintenance of inlet protection items. b. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under bid item. E. Bid Item A-6—Traffic Control Plan and Preparation 1. This item shall be measured by Lump Sum. 2. This item shall include but is not limited to the following work: a. Provide a Traffic Control Plan (TCP) signed and sealed by a licensed professional engineer.TCP must conform to guidelines established in the TMUTCD and the plans. F. Bid Item A-7—Traffic Control;Set-up maintenance and removal,complete in places per arterial street 1. 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 "Barricades, Signs, and Traffic Handling,"This price is full compensation for installation, maintenance, adjustments, replacements, removal, materials, equipment, labor, tools, and incidentals. 2. Barricades, Signs, and Traffic Handling will be measured by the lump sum. G. Bid Item B-1—Ordinary Backfill 1. This item will be measured by the cubic yard of material placed. Measurement will not include additional volume caused by slips, slides, cave ins resulting from the Contractor's operations. 2. 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 bit Measurement and Basis for Payment 0129 01-2 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 "Backfill".This price is full compensation for furnishing, hauling and placing materials and for equipment,tools, labor, and incidentals. H. Bid Item B-2—Concrete Sidewalk Removal 1. This item shall be measured by Square Foot. 2. This item shall include but is not limited to the following work: a. Demolition of Existing Sidewalk. b. Removal of material from the site. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under bid item. I. Bid Item B-3—Curb and Gutter 1. This item is measured by the linear foot. 2. The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the bit price bid for "Concrete Curb and Gutter".This price is full compensation for surface preparation of base, equipment, labor, material, tools, and incidentals. J. Bid Item B-4—Curb Ramp Removal 1. This item shall be measured by the Square Yard. 2. This item shall include but is not limited to the following work: a. Demolition of Curb Ramp. b. Removal of material from the site. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under bid item. K. Bid Item B-5—Concrete Driveway Removal 1. This item shall be measured by the Square Yard. 2. This item shall include but is not limited to the following work: a. Demolition of Concrete Driveway. b. Removal of material from the site. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under bid item. L. Bid Item C-4—Conc Sidewalk(6") 1. This item shall be measured by Square Yard. 2. This item shall include, but is not limited to the following work: a. Furnish and install subgrade preparation; b. Furnish and install concrete, reinforcement, and jointing. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under bid item. Measurement and Basis for Payment 0129 01-3 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 M. Bid Item D-11—TRAY CABLES(3 CONDR) (12 AWG) 1. This price is full compensation for furnishing, installing, and testing electrical conductors; and for materials, equipment, labor, tools, and incidentals.This Item will be measured by the linear foot of tray cable. 2. This Item will be measured by the linear foot of tray cable. N. Bid Item D-51-RADAR ADVANCE DETECTOR 1. This price is full compensation for the furnishing and installing Radar Advance Detector. 2. This Item will be measured by the each. 0. Bid Item D-52 RADAR PRESENCE DETECTOR 1. This price is full compensation for the furnishing and installing Radar Presence Detector. 2. This Item will be measured by the each. P. Bid Item D-53 RADAR DETECTOR COMM CABLE 1. This price is full compensation for the furnishing and installing Radar communication cable, connect in controller cabinet. 2. This Item will be measured by the linear foot. Q. Bid Item D-54 CAMERA PTZ(SERIES) 1. This price is full compensation for the furnishing and installing Camera PTZ(series), connect in controller cabinet. 2. This Item will be measured by the each. R. Bid Item D-55 ETHERNET CABLE CAT 5: 1. 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 "Ethernet Cable Cat 5."This price is full compensation for installation, materials, equipment, labor, tools and incidentals. 2. Ethernet Cable Cat 5 will be measured by the linear foot. S. Bid Item D-56-ACYCLICA ROAD TREND, POWER/COMM CABLE AND 2.4GHZ ANTENNA 1. The work performed and materials furnished in accordance with this item and measured as provide under"Measurement"will be paid for at the unit price bid "Acyclica Road Trend, Power/Comm Cable and 2.4GHz Antenna."This price is full compensation for installation, materials, equipment, labor, tools and incidentals. 2. Acyclica Road Trend, Power/Comm Cable and 2.4GHz Antenna will be measured by the each. T. Bid Item D-57 ETHERNET 4000 SWITCH 1. This price is full compensation for the furnishing and installing switch in the controller cabinet. Measurement and Basis for Payment 0129 01-4 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 2. This Item will be measured by the each. 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATES AND ALLOWANCES A. Bid Item none B. Bid Item none 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment 0129 01-5 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 013100 PROJECT MANAGEMENT AND COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish resources required to complete the Project with an acceptable standard of quality within the Contract Times. B. Construct Project in accordance with current safety practices. C. Manage Site to allow access to Site and control construction operations. D. Construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. E. Provide temporary controls for pollutions, management of water and management of excess earth as required in SECTION 0157 00 TEMPORARY CONTROLS. 1.02 QUALITY ASSURANCE A. Employ competent workmen, skilled in the occupation for which they are employed. Provide Work meeting quality requirements of the Contract Documents. B. Remove Defective Work from the Site immediately unless provisions have been made and approved by the OPT to allow repair of the product at the Site. Clearly mark Work as Defective until it is removed or allowable repairs have been completed. 1.03 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. 1. Provide copies of Supplier's printed storage instructions prior to furnishing materials or products and installation instructions prior to beginning the installation. 2. Incorporate field notes, sketches, recordings, and computations made by the Contractor in Record Drawings. 1.04 PERMITS A. Obtain building permits for the Project from the local authorities having jurisdiction. Pay building permit fees and include this cost in the Contract Price. B. Obtain environmental permits required for construction at the Site. C. Provide required permits for transporting heavy or oversized loads. D. Provide other permits required to conduct any part of the Work. E. Arrange for inspections and certification by agencies having jurisdiction over the Work. F. Make arrangements with private utility companies and pay for fees associated with obtaining services, or for inspection fees. G. Retain copies of permits and licenses at the Site and observe and comply with all regulations and conditions of the permit or license. Project Management and Coordination 013100- 1 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 1.05 SAFETY REQUIREMENTS A. Manage safety to protect the safety and welfare of persons at the Site. B. Provide safe access to move through the Site. Provide protective devices to warn and protect from hazards at the Site. C. Provide safe access for those performing tests and inspections. D. Comply with latest provisions of the Occupational Health and Safety Administration and other Laws and Regulation. E. Cooperate with accident investigations. Provide two copies of all reports, including insurance company reports, prepared concerning accidents, injury, or death related to the Project to the OAR as Record Data per SECTION 0133 03 RECORD DATA. 1.06 ACCESS TO THE SITE A. Maintain access to the facilities at all times. Do not obstruct roads, pedestrian walks, or access to the various buildings, structures, stairways, or entrances. Provide safe access for normal operations during construction. B. Provide adequate and safe access for inspections. Leave ladders, bridges, scaffolding, and protective equipment in place until inspections have been completed. Construct additional safe access if required for inspections. C. Use roadways for construction traffic only with written approval of the appropriate representatives of each entity. Roadways may not be approved for construction traffic. Obtain written approval to use roads to deliver heavy or oversized loads to the Site. Furnish copies of the written approvals to the Owner as Record Data per SECTION 0133 03 RECORD DATA. 1.07 CONTRACTOR'S USE OF SITE A. Limit the use of Site for Work and storage to those areas designated on the Drawings or approved by the OAR. Coordinate the use of the premises with the OAR. B. Provide security at the Site as necessary to protect against vandalism and loss by theft. C. Do not permit alcoholic beverages or illegal substances on the Site. Do not allow persons under the influence of alcoholic beverages or illegal substances to enter or remain on the Site at any time. Persons on Site under the influence of alcoholic beverages or illegal substances will be permanently prohibited from returning to the Site. Criminal or civil penalties may also apply. D. Park construction equipment in designated areas only and provide spill control measures as discussed in SECTION 0157 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 013100-2 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 H. Require Workers to wear clothing that is inoffensive and meets safety requirements. Do not allow sleeveless shirts, shorts, exceedingly torn, ripped, or soiled clothing to be worn on the Project. I. Do not allow firearms or weapons of any sort to be brought on to the Site under any conditions. No exception is to be made for persons with concealed handgun permits. Remove any firearms or weapons and the person possessing these firearms or weapons immediately from the Site. 1.08 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. Examine the Site and review the available information concerning the Site. Locate utilities, streets, driveways, fences, drainage structures, sidewalks, curbs, and gutters. Verify the elevations of the structures adjacent to excavations. Report any discrepancies from information in the Contract Documents to the OAR before beginning construction. B. Determine if existing structures, poles, piping, or other utilities at excavations will require relocation or replacement. Prepare a Plan of Action per SECTION 0135 00 SPECIAL PROCEDURES. Coordinate Work with local utility company and others for the relocation or replacement. C. Protect buildings, utilities, street surfaces, driveways, sidewalks, curb and gutter, fences, wells, drainage structures, piping, valves, manholes, electrical conduits, and other systems or structures unless they are shown to be replaced or relocated on the Drawings. Restore damaged items to the satisfaction of the OPT and utility owner. D. Carefully support and protect all structures and/or utilities so that there will be no failure or settlement where excavation or demolition endangers adjacent structures and utilities. Do not take existing utilities out of service unless required by the Contract Documents or approved by the OAR. Notify and cooperate with the utility owner if it is necessary to move services, poles, guy wires, pipelines, or other obstructions. E. Protect existing trees and landscaping at the Site. 1. Identify trees that may be removed during construction with OPT. 2. Mark trees to be removed with paint. 3. Protect trees to remain from damage by wrapping trunks with 2 x 4 timbers around the perimeter, securely wired in place,where machinery must operate around existing trees. Protect branches and limbs from damage by equipment. 4. Protect root zone from compaction. 1.09 DISRUPTION TO SERVICES/CONTINUED OPERATIONS EXPLORATORY EXCAVATIONS NOT APPLICABLE 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. Project Management and Coordination 013100-3 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 3. Maintain storm sewers and sanitary sewers in service at all times. Provide temporary service around the construction or otherwise construct the structure in a manner that the flow is not restricted. B. Provide a Plan of Action in accordance with SECTION 0135 00 SPECIAL PROCEDURES if facilities must be taken out of operation. 1.10 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. 1.11 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. 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. 1.12 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. Project Management and Coordination 013100-4 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 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. 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. Project Management and Coordination 013100-5 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 1.13 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. 1.14 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. 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. 1.15 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. Project Management and Coordination 013100-6 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 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. 1.16 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. 1.17 BLASTING A. Blasting is not allowed for any purpose. 1.18 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. 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. Project Management and Coordination 013100-7 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 1.19 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. 1.20 COOPERATION WITH PUBLIC AGENCIES A. Cooperate with all public and private agencies with facilities operating within the limits of the Project. B. Provide a 48-hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Texas 811 at 811 and the Lone Star Notification Company at 1-800-669-8344. C. For the Contractor's convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Project Engineer: Maldonado-Burkett 361-236-4611 ITS, LLP Designer's Name: Ramon H. Maldonado,Jr., P.E. 361-236-4611 Traffic Engineering 361-826-3547 Police Department 361-882-2600 Water/Wastewater/Stormwater 361-826-1800(361-826-1818 after hours) 361-885-6900 (361-885-6942 after Gas Department 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 Project Management and Coordination 013100-8 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 Public Agencies/Contacts Phone Number Crown Castle Communications 1-888-632-0931 Century Tel 361-883-3000 W indstream Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-886-9005 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Management and Coordination 013100-9 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 01 31 13 PROJECT COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Administer Contract requirements to construct the Project. Provide documentation per the requirements of this Section. Provide information as requested by the OPT. 1.02 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. B. Use the forms provided for Contract administration, applications for payment, document submittals, documentation of test results, equipment installation and documentation, and Project closeout. A digital copy of the required forms will be provided to the Contractor before or at the pre-construction conference. 1.03 COMMUNICATION DURING THE PROJECT A. The OAR is to be the first point of contact for all parties on matters concerning this Project. B. The Designer will coordinate correspondence concerning: 1. Documents, including Applications for Payment. 2. Clarification and interpretation of the Contract Documents. 3. Contract Modifications. 4. Observation of Work and testing. 5. Claims. C. The OAR will normally communicate only with the Contractor. Any required communication with Subcontractors or Suppliers will only be with the direct involvement of the Contractor. D. Direct written communications to the OAR at the address indicated at the pre-construction conference. Include the following with communications as a minimum: 1. Name of the Owner. 2. Project name. 3. Contract title. 4. Project number. 5. Date. 6. A reference statement. E. Submit communications on the forms referenced in this Section or in SECTION 0133 00 DOCUMENT MANAGEMENT. Project Coordination 013113- 1 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 11-25-2013 1.04 PROJECT MEETINGS A. Pre-Construction Conference: 1. Attend a pre-construction conference. 2. The location of the conference will be determined by the OAR. 3. The time of the meeting will be determined by the OAR but will be after the Notice of Award is issued and not later than 15 days after the Notice to Proceed is issued. 4. The OPT, Contractor's project manager and superintendent, representatives of utility companies, and representatives from major Subcontractors and Suppliers may attend the conference. 5. Provide and be prepared to discuss: a. Preliminary construction schedule per SECTION 0133 04 CONSTRUCTION PROGRESS SCHEDULE. b. Schedule of Values and anticipated Schedule of Payments per SECTION 0129 00 APPLICATION FOR PAYMENT PROCEDURES. c. List of Subcontractors and Suppliers. d. Contractor's organizational chart as it relates to this Project. e. Letter indicating the agents of authority for the Contractor and the limit of that authority with respect to the execution of legal documents, Contract Modifications, and payment requests. B. Progress Meetings: 1. Attend meetings with the OAR and Owner. a. Meet on a monthly basis or as requested by the OAR to discuss the Project. b. Meet at the Site or other location as designated by the OAR. c. Contractor's superintendent and other key personnel are to attend the meeting. Other individuals may be requested to attend to discuss specific matters. d. Notify the OAR of any specific items to be discussed a minimum of 1 week prior to the meeting. 2. Provide information as requested by the OAR or Owner concerning this Project. Prepare to discuss: a. Status of overall Project schedule. b. Contractor's detailed schedule for the next month. c. Anticipated delivery dates for equipment. d. Coordination with the Owner. e. Status of documents. f. Information or clarification of the Contract Documents. g. Claims and proposed Modifications to the Contract. Project Coordination 013113-2 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 013113-3 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 013113-4 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 0&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 0&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 013113-5 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 11-25-2013 7) Outlets. d. Changes of dimension and detail. e. Changes by Modifications. f. Information in Request for Information or included in the Project Issues Log. g. Details not on the original Drawings. Include field verified dimensions and clarifications, interpretations, and additional information issued in response to RFIs. 5. Mark Drawings with the following colors: a. Highlight references to other documents, including Modifications in blue; b. Highlight mark ups for new or revised Work(lines added) in yellow; c. Highlight items deleted or not installed (lines to be removed) in red; and d. Highlight items constructed per the Contract Documents in green. 6. Submit Record Documents to Designer for review and acceptance 30 days prior to Final Completion of the Project. E. Applications for Payment will not be recommended for payment if Record Documents are found to be incomplete or not in order. Final payment will not be recommended without complete Record Documents. 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Coordination 013113-6 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 013114- 1 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 11-25-2013 provided through Subcontractors and Suppliers. Provide the level of detail outline in the paragraph above for self-performed Work. e. Submit Change Proposals that comply with Article 13 of the General Conditions for Cost of Work. f. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the Designer to request a Field Order. C. A Change Proposal is required for all substitutions or deviations from the Contract Documents. D. Request changes to products in accordance with SECTION 0133 02 SHOP DRAWINGS. 1.03 DESIGNER WILL EVALUATE THE REQUEST FOR A MODIFICATION. A. Designer will issue a Modification per the General Conditions if the Change Proposal is acceptable to the Owner. Designer will issue a Change Order or Contract Amendment for any changes in Contract Price or Contract Times. 1. Change Orders and Contract Amendments will be sent to the Contractor for execution with a copy to the Owner recommending approval. A Work Change Directive may be issued if Work needs to progress before the Change Order or Contract Amendment can be authorized by the Owner. 2. Work Change Directives, Change Orders, and Contract Amendments can only be approved by the Owner. a. Work performed on the Change Proposal prior to receiving a Work Change Directive or approval of the Change Order or Contract Amendment is performed at the Contractor's risk. b. No payment will be made for Work on Change Orders or Contract Amendments until approved by the Owner. B. The Contractor may be informed that the Request for a Change Proposal is not approved and construction is to proceed in accordance with the Contract Documents. 1.04 EQUAL NON SPECIFIED PRODUCTS A. The products of the listed Suppliers are to be furnished where Specifications list several manufacturers but do not specifically list"or equal" or"or approved equal" products. Use of any products other than those specifically listed is a substitution. Follow the procedures in Paragraph 1.05 for a substitution. B. Contractor may submit other manufacturers' products that are in full compliance with the Specification where Specifications list one or more manufacturers followed by the phase "or equal" or"or approved equal." 1. Submit a Shop Drawing as required by SECTION 0133 02 SHOP DRAWINGS to document that the proposed product is equal or superior to the specified product. 2. Prove that the product is equal. It is not the OPT's responsibility to prove the product is not equal. Change Management 013114-2 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 11-25-2013 a. Indicate on a point by point basis for each specified feature that the product is equal to the Contract Document requirements. b. Make a direct comparison with the specified manufacturer's published data sheets and available information. Provide this printed material with the Shop Drawing. c. The decision of the Designer regarding the acceptability of the proposed product is final. 3. Provide a typewritten certification that, in furnishing the proposed product as an equal, the Contractor: a. Has thoroughly examined the proposed product and has determined that it is equal or superior in all respects to the product specified. b. Has determined that the product will perform in the same manner and result in the same process as the specified product. c. Will provide the same warranties and/or bonds as for the product specified. d. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the product into the construction and will waive all claims for additional Work which may be necessary to incorporate the product into the Project which may subsequently become apparent. e. Will maintain the same time schedule as for the specified product. 4. A Change Proposal is not required for any product that is in full compliance with the Contract Documents. If the product is not in full compliance, it may be offered as a Substitution. 1.05 SUBSTITUTIONS A. Substitutions are defined as any product that the Contractor proposes to provide for the Project in lieu of the specified product. Submit a Change Proposal per Paragraph 1.02 along with a Shop Drawing as required by SECTION 0133 02 SHOP DRAWINGS to request approval of a substitution. B. Prove that the product is acceptable as a substitute. It is not the Designer's responsibility to prove the product is not acceptable as a substitute. 1. Indicate on a point by point basis for each specified feature that the product is acceptable to meet the intent of the Contract Documents requirements. 2. Make a direct comparison with the specified Suppliers published data sheets and available information. Provide this printed material with the documents submitted. 3. The decision of the Designer regarding the acceptability of the proposed substitute product is final. C. Provide a written certification that, in making the substitution request, the Contractor: 1. Has determined that the substituted product will perform in substantially the same manner and result in the same ability to meet the specified performance as the specified product. Change Management 013114-3 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 11-25-2013 2. Will provide the same warranties and/or bonds for the substituted product as specified or as would be provided by the manufacturer of the specified product. 3. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the substituted product into the Project and will waive all claims for additional Work which may be necessary to incorporate the substituted product into the Project which may subsequently become apparent. 4. Will maintain the same time schedule as for the specified product. D. Pay for review of substitutions in accordance with SECTION 0133 02 SHOP DRAWINGS. 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Change Management 013114-4 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 0133 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 013300- 1 Traffic Signal Improvements And Turn Lane Ennis Joslin Road Bond 2014-No. E15165 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 013300-2 Traffic Signal Improvements And Turn Lane Ennis Joslin Road Bond 2014-No. E15165 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 0133 02 for approval of product 0140 00 to demonstrate compliance Notification by Contractor 013113 Photographic Documentation 013305 Progress Schedules 013304 Record Data 013303 Request for Information 01 31 13 Shop Drawing 013302 Schedule of Values 01 29 00 Substitutions 013114 Suppliers and Subcontractors 013113 and 0133 03 Document Management 013300-3 Traffic Signal Improvements And Turn Lane Ennis Joslin Road Bond 2014-No. E15165 11-25-2013 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Document Management 013300-4 Traffic Signal Improvements And Turn Lane Ennis Joslin Road Bond 2014-No. E15165 11-25-2013 0133 01 Submittal Register 34 41 16.33 Traffic Signal Controller Unit Shop Drawing Mockup 0&M Manual 34 41 16.32 Traffic Signal Cabinet and Assemblies Shop Drawing Mockup None 618 Conduit Record Data None None 620 Electrical Conductors Record Data None None 624 Ground Box Record Data None None 628 Electrical Services Record Data None None 633 Uninterruptible Power Supply for Traffic Signals Record Data Mockup 0&M Manual 682 Vehicle and Pedestrian Signal Head Record Data None None 683 LED Pedestrian Signal Countdown Module Record Data None None 687 Pedestal Pole Assemblies Shop Drawing None None Radar Presence Detection Device(RPDD) Record Data Mockup 0&M Manual 688 JAccessible Pedestrian Signal Units Record Data None 0&M Manual 686 TRF SIG Pole Assemblies Shop Drawing None None Radar Advance Detection Device Record Data Mockup 0&M Manual Camera PTZ Record Data Mockup 0&M Manual Acyclica Road Trend System Record Data Mockup 0&M Manual Ethernet 4000 Switch Record Data Mockup 0&M Manual Submittal Register 013301-1 Traffic Signals And Lighting Improvements-Bond 2014 Task Order No.2, Project#: E15165 07-03-2014 01 33 02 SHOP DRAWINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection, or installation of the product without additional detailed information from the Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the OPT to: 1. Record the products incorporated into the Project for the Owner; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and 3. Allow the Designer to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Shop Drawings, Samples, or mockups. Contract modifications can only be approved by Change Order or Field Order. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Shop Drawings not meeting these criteria will be rejected. B. Demonstrate that the proposed products are in full and complete compliance with the design criteria and requirements of the Contract Documents, or will be if deviations requested per Paragraph 1.10 are approved. C. Furnish and install products that fully comply with the information included in the document submittal. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description Refer to submittal Refer to submittal register register B. Include Shop Drawings in the Schedule of Documents required by SECTION 0133 00 DOCUMENT MANAGEMENT to indicate the Shop Drawings to be submitted, the dates on which documents are to be sent to the Designer for review and proposed dates that the product will be incorporated into the Project. Shop Drawings 013302- 1 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 11-25-2013 C. Incorporate the dates for processing Shop Drawings into the Progress Schedule required by SECTION 0133 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 013302-2 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 013302-3 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 0170 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 SHOP DRAWING SUBMITTAL PROCEDURES A. Submit Shop Drawings through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Shop Drawing submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Shop Drawing submittal form is to be the first document in the file submitted. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. Shop Drawings 013302-4 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 013302-5 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 013302-6 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 013302-7 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 0133 03 RECORD DATA. c. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. d. Revise and resubmit: Shop Drawing has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. e. Resubmit with corrections made: Shop Drawing is "Approved as Noted," but has significant markups. Make correction and notations to provide a revised document with markup incorporated into the original document so that no markups are required. f. Returned without review due to excessive deficiencies: Document does not meet the requirement of the Specifications for presentation or content to the point where continuing to review the document would be counterproductive to the review process or clearly does not meet the requirements of the Contract Documents. Revise the Shop Drawing to comply with the requirements of this Section and resubmit. Shop Drawings 013302-8 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 1.10.13 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 013302-9 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 11-25-2013 2. Highlight or cloud in green those revisions which have been made in response to the previous reviews by the Designer. This will include changes previously highlighted or clouded in yellow to direct attention to Designer to items requiring selections or decisions by the Designer or highlighted or clouded in orange for a requested deviation from the Contract Documents. 3. Highlight and cloud new items in yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Highlight and cloud new items in orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Numbering for these new items is to start with the next number following the last Shop Drawing deviation requested. Include explanatory comments in the Shop Drawing Deviation Request form. B. Pay for excessive review of Shop Drawings. 1. Excessive review of Shop Drawings is defined as any review required after the original review has been made and the first resubmittal has been checked to see that corrections have been made. 2. Review of Shop Drawings or Samples will be an additional service requiring payment by the Contractor if the Contractor submits a substitution for a product for which a Shop Drawing or Sample has previously been approved, unless the need for such change is beyond the control of Contractor. 3. Cost for additional review time will be billed to the Owner by the Designer for the actual hours required for the review of Shop Drawings by Designer and in accordance with the rates listed in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. 4. A Set-off will be included in each Application for Payment to pay cost for the additional review to the Owner on a monthly basis. The Set-off will be based on invoices submitted to Owner for these services. 5. Need for more than one resubmission or any other delay of obtaining Designer's review of Shop Drawings will not entitle the Contractor to an adjustment in Contract Price or an extension of Contract Times. 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Shop Drawings 013302- 10 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 Document per section 01 31 13 1.08 01 31 13 As-Built Red Line Markups of Contract Documents B. Include Record Data in the Schedule of Documents required by SECTION 0133 00 DOCUMENT MANAGEMENT to indicate the Record Data to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that the product will be incorporated into the Project. C. Complete the following before submitting Record Data: 1. Prepare Record Data and coordinate with Shop Drawings or Samples, other Record Data, and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information; Record Data 013303- 1 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 013303-2 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 0170 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 RECORD DATA SUBMITTAL PROCEDURES A. Submit Record Data through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Record Data submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Record Data submittal form is to be the first document in the file. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Record Data. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. g. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. Record Data 013303-3 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 013303-4 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 0133 02 SHOP DRAWINGS. b. The cursory review indicates that the document does not meet the requirements of Paragraph 1.02. The Record Data will be marked "Rejected" and "Revise and Resubmit." Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." When Record Data is filed, no further action is required and the Record Data process will be closed. c. The Record Data is not required by the Contract Documents nor is applicable to the Project. The Record Data will be marked "Rejected" and "Cancel - Not Required." No further action is required and the Record Data process will be closed. C. Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Record Data 013303-5 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 11-25-2013 01 33 04 CONSTRUCTION PROGRESS SCHEDULE 1.00 GENERAL 1.01 REQUIREMENTS A. Prepare and submit a Progress Schedule for the Work and update the schedule on a monthly basis for the duration of the Project. B. Provide schedule in adequate detail to allow Owner to monitor progress and to relate document processing to sequential activities of the Work. C. Incorporate and specifically designate the dates of anticipated submission of documents and the dates when documents must be returned to the Contractor into the schedule. D. Assume complete responsibility for maintaining the progress of the Work per the schedule submitted. E. Take the requirements of SECTION 0135 00 SPECIAL PROCEDURES into consideration when preparing schedule. 1.02 DOCUMENT SUBMITTAL A. Submit Progress Schedules in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. B. Submit a preliminary schedule within 10 days after the Notice of Award. The schedule is to be available at the pre-construction conference. C. Submit a detailed schedule at least 10 days prior to the first payment request. D. Submit Progress Schedules updates monthly with Applications for Payment to indicate the progress made on the Project to that date. Failure to submit the schedule may cause delay in the review and approval of Applications for Payment. 1.03 SCHEDULE REQUIREMENTS A. Schedule is to be in adequate detail to: 1. Assure adequate planning, scheduling, and reporting during the execution of the Work; 2. Assure the coordination of the Work of the Contractor and the various Subcontractors and Suppliers; 3. Assist in monitoring the progress of the Work; and 4. Assist in evaluating proposed changes to the Contract Times and Project schedule. B. Provide personnel with 5 years' minimum experience in scheduling construction work comparable to this Project. Prepare the schedule using acceptable scheduling software. C. Provide the schedule in the form of a computer generated critical path schedule which includes Work to be performed on the Project. It is intended that the schedule accomplish the following: 1. Give early warning of delays in time for correction. Construction Progress Schedule 013304- 1 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 0133 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 013304-2 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 013304-3 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 11-25-2013 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Construction Progress Schedule 013304-4 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 11-25-2013 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION 1.00 GENERAL 1.01 WORK INCLUDED A. Provide a video recording of the Site prior to the beginning of construction. 1. Record the condition of all existing facilities in or abutting the construction area (right- of-way) including but not limited to streets, curb and gutter, utilities, driveways, fencing, landscaping, etc. 2. Record after construction staking is complete but prior to any clearing. 3. Provide one copy of the recording, dated and labeled to the OAR before the start of construction. Provide additional recording as directed by the OAR if the recording provided is not considered suitable for the purpose of recording pre-existing conditions. B. Furnish an adequate number of photographs of the Site to clearly depict the completed Project. 1. Provide a minimum of ten different views. 2. Photograph a panoramic view of the entire Site. 3. Photograph all significant areas of completed construction. 4. Completion photographs are not to be taken until all construction trailers, excess materials, trash, and debris have been removed. 5. Employ a professional photographer approved by the OAR to photograph the Project. 6. Provide one aerial photograph of the Site from an angle and height to include the entire Site while providing adequate detail. C. All photographs,video recordings, and a digital copy of this media are to become the property of the Owner. Photographs or recordings may not be used for publication, or public or private display without the written consent of the Owner. 1.02 QUALITY ASSURANCE A. Provide clear photographs and recordings taken with proper exposure. View photographs and recordings in the field and take new photographs or recordings immediately if photos of an adequate print quality cannot be produced or video quality is not adequate. Provide photographs with adequate quality and resolution to permit enlargements. 1.03 DOCUMENT SUBMITTAL A. Submit photographic documentation as Record Data in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. B. Submit two DVDs of the video recording as Record Data in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. Video and Photographic Documentation 013305- 1 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 11-25-2013 2.00 PRODUCTS 2.01 PHOTOGRAPHS A. Provide photographs in digital format with a minimum resolution of 1280 x 960, accomplished without a digital zoom. B. Take photographs at locations acceptable to the OAR. C. Provide two color prints of each photograph and a digital copy on a DVD of each photograph taken. D. Identify each print on back with: 1. Project name. 2. Date, time, location, and orientation of the exposure. 3. Description of the subject of photograph. E. Submit photograph in clear plastic sheets designed for photographs. Place only one photograph in each sheet to allow the description on the back to be read without removing the photograph. F. Final photographs are to include two 8-by-10-inch glossy color prints for each of ten photographs selected by the OAR. These photographs are in addition to normal prints. 2.02 VIDEO RECORDING A. Provide digital format on DVD that can be played with Windows Media Player in common format in full screen mode. B. Identify Project on video by audio or visual means. C. Video file size should not exceed 400 MB. D. Video resolution shall be 1080p. E. The quality of the video must be sufficient to determine the existing conditions of the construction area. Camera panning must be performed while at rest, do not pan the camera while walking or driving. Camera pans should be performed at intervals sufficient to clearly view the entire construction area. F. DVD shall be labeled with construction stationing and stationing should be called out,voice recorded, in the video. G. The entire construction area recording shall be submitted at once. Sections submitted separately will not be accepted. 3.00 EXECUTION (NOT USED) END OF SECTION Video and Photographic Documentation 013305-2 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 11-25-2013 01 35 00 SPECIAL PROCEDURES 1.01 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. 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures 013500- 1 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 11-25-2013 014000 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 014000- 1 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 014000-2 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 0133 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 014000-3 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 11-25-2013 Documents and why it does not comply. Submit these test reports as part of a Shop Drawings submitted per SECTION 0133 02 SHOP DRAWINGS. 4. Provide Certified Test Reports for inspection and testing required in this Section and in other Specification Sections. Provide reports to indicate that Work complies with the Contract Documents or indicate that Work does not comply with the Contract Documents they are not in compliance and why it does not comply. Submit these test reports on forms provided per SECTION 0133 00 DOCUMENT MANAGEMENT. 1.05 STANDARDS A. Provide testing laboratories that comply with the American Council of Independent Laboratories (ACIL) "Recommended Requirements for Independent Laboratory Qualifications." B. Perform testing per recognized test procedures as listed in the various Sections of the Specifications, standards of the State Department of Highways and Public Transportation, American Society of Testing Materials (ASTM), or other testing associations. Perform tests in accordance with published procedures for testing issued by these organizations. 1.06 DELIVERY AND STORAGE A. Handle and protect test specimens of products and construction materials at the Site in accordance with recognized test procedures. Provide facilities for storing, curing, processing test specimens as required by test standard to maintain the integrity of Samples. 1.07 VERIFICATION TESTING FOR CORRECTED DEFECTS A. Provide verification testing on Work performed to correct Defective Work to demonstrate that the Work is now in compliance with the Contract Documents. Document that Defective Work has been corrected and verify that the OAR closes the item in the Defective Work Register. B. Pay for verification testing. OPT may perform verification testing as part of their Quality Management Program and impose a Set-off to recover the cost for this testing. C. Conduct the same tests or inspections used to determine that the original Work was Defective. Different tests or methods may be used if approved by the OPT. 1.08 TEST REPORTS A. Certified Test Reports are to be prepared for all tests. 1. Tests performed by testing laboratories may be submitted on their standard test report forms if acceptable to the OPT. These reports must include the following: a. Name of the Owner, Project title and number and Contractor; b. Name of the laboratory, address, and telephone number; c. Name and signature of the laboratory personnel performing the test; d. Description of the product being sampled or tested; Quality Management 014000-4 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 11-25-2013 e. Date and time of sampling, inspection, and testing; f. Date the report was issued; g. Description of the test performed; h. Weather conditions and temperature at time of test or sampling; i. Location at the Site or structure where the test was taken; j. Standard or test procedure used in making the test; k. A description of the results of the test; I. Statement of compliance or non-compliance with the Contract Documents; and m. Interpretations of test results, if appropriate. 2. Submit reports on tests performed by Contractor, Subcontractors or Suppliers on the forms provided by the OAR. 3. OPT will prepare test reports on test performed by the OPT. B. Send test report to Designer within 24 hours of completing the test. Flag tests reports with results that do not comply with Contract Documents for immediate attention. C. Payment for Work may be withheld until test reports indicate that the Work is not Defective. 1.09 DEFECTIVE WORK A. Immediately correct any Defective Work or notify the OAR why the Work is not to be corrected immediately and when corrective action will be completed. B. No payment will be made for Defective Work. Remove Work from the Application for Payment if Work paid for on a previous Application for Payment is found to be Defective. 1.10 LIMITATION OF AUTHORITY OF THE TESTING LABORATORY A. The testing laboratory representatives are limited to providing testing services and interpreting the results of the test performed. B. The testing laboratory is not authorized to: 1. Alter the requirements of the Contract Documents; 2. Accept or reject any portion of the Work; 3. Perform any of the duties of the Contractor; or 4. Direct or stop the Work. 1.11 QUALITY CONTROL PLAN A. Submit the Contractor's Quality Control Plan for approval as a Shop Drawing per SECTION 0133 02 SHOP DRAWINGS. Use Contractor's Quality Control Plan Checklist provided to review the document before submitting and include a copy of the completed checklist with the Contractor's Quality Control Plan. Do not begin Work until the Contractor's Quality Control Plan is approved. Submit an interim plan covering only the portion of Work to be Quality Management 014000-5 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 1.11.13.5 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 014000-6 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 014000-7 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 11-25-2013 2. Work Phase: Complete this phase after the Planning Phase: a. Notify the OAR at least 24 hours in advance of beginning the Work and discuss the review of the planning effort to indicate that requirements have been met. b. Check the Work to ensure that it is in full compliance with the Contract Documents. c. Verify adequacy of controls to ensure full compliance with Contract Documents. Verify required control inspection and testing is performed. d. Verify that established levels of workmanship meet acceptable workmanship standards. Compare with required Sample panels as appropriate. e. Repeat the Work phase for each new crew to work on-site, or any time acceptable specified quality standards are not being met. 3. Follow-up Phase: Perform daily checks to assure control activities, including control testing, are providing continued compliance with contract requirements: a. Make checks daily and record observations in the quality control documentation. b. Conduct follow-up checks and correct all deficiencies prior to the start of additional Work tasks that may be affected by the Defective Work. Do not build upon nor conceal Defective Work. c. Conduct a review of the Work one month prior to the expiration of the correction period prescribed in the General Conditions with the OPT. Correct defects as noted during the review. C. Conduct additional planning and Work phases if: 1. The quality of on-going Work is unacceptable; 2. Changes are made in applicable quality control staff, on-site production supervision or crews; 3. Work on a task is resumed after a substantial period of inactivity; or 4. Other quality problems develop. END OF SECTION Quality Management 014000-8 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 015000- 1 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 015000-2 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 015000-3 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 11-25-2013 C. Provide portable flood lights at any time that Work will be performed outside the structure at night. Provide adequate lighting at any location Work is being performed. 3.04 DRINKING WATER A. Provide all field offices with potable water. Provide a dispenser and cooling apparatus if bottled drinking water is provided. B. Pay for water services and maintain daily. 3.05 CONSTRUCTION FENCE A. Install and maintain a construction fence around the Site and off-site storage yards. Fence must be a minimum 6 feet high chain link construction unless shown otherwise. Provide gates with padlocks. 3.06 REMOVAL OF TEMPORARY FACILITIES A. Remove temporary buildings, sheds, and utilities at the conclusion of the Project and restore the Site to original condition or finished in accordance with the Drawings. B. Remove informational signs upon completion of construction. C. Remove Project identification signs, framing, supports, and foundations upon completion of the Project. 3.07 MAINTENANCE AND JANITORIAL SERVICE A. Provide janitorial service (sweeping/mopping) for the OPT's field office on a weekly basis or as requested. Empty trash receptacles daily or as needed. B. Maintain signs and supports in a neat, clean condition. Repair damage to structures, framings, or signs. C. Repair any damage to Work caused by placement or removal of temporary signage. D. Service, maintain, and replace, if necessary, the OPT's field office computer equipment throughout the Project as required by the OPT including replacement cartridges for all office equipment. END OF SECTION Temporary Facilities and Controls 015000-4 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 0133 02 SHOP DRAWINGS. B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Record Data in accordance with SECTION 0133 03 RECORD DATA. 1.04 STANDARDS A. Provide a SWPPP that complies with all requirements of TPDES General Permit No. TXR150000 and any other applicable Laws and Regulations. B. Perform Work to comply with the City of Corpus Christi Code of Ordinances, Part III, Chapter 14, Article X-titled "STORM WATER QUALITY MANAGEMENT PLANS" and any other applicable Laws and Regulations. Temporary Controls 015700- 1 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 0133 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 015700-2 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 015700-3 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 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. 1.10 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 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 and Laguna Madre. 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 Contractorr's expense, a minimum of once a week. Contractor shall coordinate with the Temporary Controls 015700-4 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 11-25-2013 Owner on all testing. Tests will also be performed as each new area of construction is started. F. Another option for disposal of groundwater by Contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater plant,the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Designer on a case by case basis. G. Prior to Pumping groundwater from a trench to the sanitary sewer system the Contractor shall contact Wastewater Pre-treatment Coordinator at 826-1817 to obtain a "no cost" permit from the Owner's Waste Water Department. Contractor will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. 1.11 DISPOSAL OF CONTAMINATED GROUNDWATER(NOT APPLICABLE) A. An allowance will be included in the Bid for the unanticipated disposal of contaminated groundwater. This allowance may not be needed but is provided in case contaminated groundwater is encountered during the course of the Project and does not meet the water quality requirements for discharge into the storm water or wastewater systems. This allowance includes all materials, tools, equipment, labor, transportation, hauling, coordination, and proper disposal of the contaminated water at an approved landfill, deep water injection well, or other site as agreed to by the Designer. Suggested disposal facilities would be [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. 1.12 DISPOSAL OF HIGHLY CHLORINATED WATER A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner's requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine, which exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory agencies in the disposal of all water used in the Project. Include a description and details for disposal of this water in a Plan of Action per SECTION 0135 00 SPECIAL PROCEDURES. Do not use the Owner's sanitary sewer system for disposal of contaminated water. 1.13 WINDSTORM CERTIFICATION A. All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by IBC 2009. Contractor shall be responsible for contracting with a licensed structural engineer in the State of Texas to perform all inspections and provide documentation for windstorm certification to the Texas Board of Insurance. The Contractor shall be Temporary Controls 015700-5 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 11-25-2013 responsible for providing all necessary design/assembly documentation for all new windows, doors, louvers, etc. to the windstorm engineer/inspectors required to conform with the requirements of the Texas Department of Insurance. 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials that comply with Laws and Regulations. 3.00 EXECUTION 3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS A. Construct temporary controls in accordance with Laws and Regulations. B. Maintain controls in accordance with regulatory requirements where applicable, or in accordance with the requirements of the Contract Documents. C. Remove temporary controls when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls while they are still required. END OF SECTION Temporary Controls 015700-6 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 017000- 1 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 0133 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 1.07 TRANSFER OF UTILITIES A. Transfer utilities to the Owner when the Certificate of Substantial Completion has been issued and the Work has been occupied by the Owner. B. Submit final meter readings for utilities and similar data as of the date the Owner occupied the Work. 1.08 WARRANTIES, BONDS, AND SERVICES AGREEMENTS A. Provide warranties, bonds, and service agreements required by SECTION 0133 02 SHOP DRAWINGS or by the individual Specification Sections. B. The date for the start of warranties, bonds, and service agreements is established per the General Conditions. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. Execution and Closeout Requirements 017000-2 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 11-25-2013 1. Provide a log of all equipment covered under the 1 year correction period specified in the General Conditions and all products for which special or extended warranties or guarantees are provided. Index the log by Specification Section number on forms provided. Include items 2.e through 2.g below in the tabulation. 2. Provide a copy of specific warranties or guarantees under a tab indexed to the log. Each document is to include: a. A description of the product or Work item; b. The firm name, with the name of the principal, address, and telephone number; c. Signature of the respective Supplier or Subcontractor to acknowledge existence of the warranty obligation for extended warranties and service agreements; d. Scope of warranty, bond, or services agreement; e. Indicate the start date for the correction period specified in the General Conditions for each product and the date on which the specified correction period expires. f. Indicate the start date for extended warranties for each product and the date on which the specified extended warranties period expires. g. Start date, warranty or guarantee period, and expiration date for each warranty bond and service agreement; h. Procedures to be followed in the event of a failure; and i. Specific instances that might invalidate the warranty or bond. D. Submit digital copies of the documents to the Designer for review. E. Submit warranties, bonds and services agreements within 10 days after equipment or components placed in service. 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Execution and Closeout Requirements 017000-3 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 11-25-2013 SIGNALIZATION SPECIFICATION AND CUT-SHEETS FOR TRAFFIC SIGNALS AND LIGHTING IMPROVEMENTS- BON D 2014 TASK ORDER NO. 2 PROJECT NO. E15165 Corpus Christi Standard Specification for Construction April 26,2017 SIGNALIZATION, ILLUMINATION SPECIFICATIONS AND CUT-SHEETS City Standard Specifications 022420 Silt Fence 025205 Pavement Repair,Curb,Gutter, Sidewalk and Driveway Replacement 025614 Concrete Curb Ramps Technical Specifications General Specifications for Traffic Signal Maintenance, Repair and Installation General Notes Standard Specification Section 025803 "Traffic Signal Adjustments" Section 34 4116.23 "Traffic Signal Cabinet and Assemblies" Section 34 4116.33 "Traffic Signal Controller Unit" Item 416"Drilled Shaft Foundations" Item 476"Jacking, Boring, or Tunneling Pipe or Box" Item 502 "Barricades, Signs,and Traffic Handling" Item 600"Lighting, Signing, Markings and Signals" Item 618"Conduit" Item 620"Electrical Conductors" Item 624"Ground Boxes" Item 628"Electrical Services" Item 633 "Uninterruptible Power Supply for Traffic Signals" Item 655 "Controller Foundation" Item 666 Retroreflectorized Pavement Markings Item 668 Prefabricated Pavement Markings Item 677 Eliminating Existing Pavement Markings and Markers Item 680"Installation of Highway Traffic Signals" Item 682 "Vehicle and Pedestrian Signal Head" Item 683 "LED Pedestrian Signal Countdown Module" Item 684"Traffic Signal Cables" Item 686"Traffic Signal Pole Assemblies (Steel)" Item 687 "Pedestal Pole Assemblies" Item 688"Pedestrian Detectors and Vehicle Loop Detectors" City of Corpus Christi Sienalization Cut-Sheets Astro-Brac Assy,Tallon Series, 1-Way Cable Mount City Traffic Signal Cable Color Code Exhibit A—Camera Connector Pinout PELCO Astro-Brac Camera Mountings Wiring Diagram for Video Camera Surge Suppression Filter ISOTEC Video Cable Quazite PG1118BA18 Stackable Open Bottom Assembly Quazite PG2436BA18 Stackable Open Bottom Assembly SmartMonitor MMU-16LEip WAVETRONIX-Smart Sensor Advance VIVOTEK Speed Dome Network Camera—SD8364E/64E-M Cobalt by Econolite Cisco Industrial Ethernet 4000 Series Switches Acyclica Road Trend Data Collection Specifications for 2 wire Accessible Pedestrian Signal (APS) POLARA iNavigator 2-wire System Signalization,Illumination Specifications and Cut-Sheets Page.2 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 44 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 j oint 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 44 bars. Adjust grades for positive drainage. Replacement shall,in general,be to original j oint or score mark. For j ointed concrete roadways,the joints in curb or in curb and gutter should match the concrete roadway j oints. 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 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 44 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 Corpus Christi Standard Specification for Construction July 2,2015 GENERAL SPECIFICATIONS FOR TRAFFIC SIGNAL MAINTENANCE, REPAIR AND INSTALLATION I SCOPE: The City of Corpus Christi is requesting the services of an electrical firm specializing in providing traffic signal installation and repair, emergency knockdown repair, and non- emergency routine installations to ensure proper maintenance and operation of traffic signals owned by the City of Corpus Christi. The work does cover intersection safety lighting where the safety lighting is on the same pole as the traffic signals systems owned and operated by the City of Corpus Christi. IL CLASSIFICATION: The traffic signal installation will be undertaken in accordance with the Traffic Signal system maintenance operations. All areas are located within the City limits. III. GENERAL: • Perform preventive maintenance services, repairs and installation of traffic signal equipment as requested. • A traffic signal system includes, but is not limited to: traffic signal controllers, controller cabinets and all appurtenant equipment, electrical service cabinet, flashing beacons, pedestrian and vehicle signals, detector systems (Radar-Video-Loop- Microwave), CCTV camera systems, wireless communication equipment, traffic signal communications equipment, battery backup system (BBS), intersection safety lighting, internally illuminated street name signs, Install traffic signal poles, mast arms, heads, foundations and all other related traffic signal equipment. All equipment shall be approved by the Contract Administrator, Traffic Signal Superintendent or designee. • Malfunction Management Unit (MMU): Shop test MMUs with an approved certified and calibrated MMU tester. Must have an electronic documentation file with date and time stamp and print out attached to the unit. Installation of MMU: Remove existing MMU/CVM and install certified MMU that has passed test inspection and place into traffic controller cabinet and make operational. Installation of ATC traffic controllers: Remove old traffic controller unit and replace with new ATC controller unit. Installation of TS2 traffic controller cabinets. Remove old controller cabinet and install new TS2 cabinet. • Troubleshoot, repair and maintenance check battery backup systems, audible pedestrian systems, radar detection systems, video detection systems & microwave detection systems. • Rewiring of signalized intersection. • Trenching, boring, installation, backfill for underground conduit. General Specifications Page. 1 Corpus Christi Standard Specification for Construction July 2,2015 • Replace LED traffic signal modules. Work on live and de-energized circuits. IV REQUIREMENTS: Contractor hired for the repair, maintenance or installation of traffic signals, within the jurisdiction of the City of Corpus Christi, shall meet the following requirements: 1. Proposers shall provide documentation indicating actual installation and modification of traffic signals completed in the past two years. The statement shall include the name of the agency(ies) for which work was performed and the date(s) the work was completed and shall be provided with Proposer's proposal. 2. The contractor selected shall perform the work described herein in a thorough and professional manner so that the City of Corpus Christi is provided with reliable and high quality Traffic Signal maintenance, installation and repair services at all times. Traffic signal maintenance and repair shall be performed in accordance with accepted standards for traffic signals and shall be performed to the satisfaction of the Contract Administrator or his designee. The Contractor shall immediately respond when notified by Contract Administrator to correct unsatisfactory work at no additional charge. 3. The Contractor shall leave work areas free of all dirt, litter, lubricants, or other materials utilized to perform maintenance services. 4. Contractor personnel must be competent in the construction and wiring techniques required for traffic signal installation. Personnel assigned to this Work must have at least 4 years of experience in the installation of traffic signal controller cabinet assemblies and in the operation of traffic signal NEMA controllers. 5. Contractor is required to have one certified IMSA Level II or higher Traffic Signals Technician and a journeyman licensed electrician to make necessary repairs to traffic signal devices external or internal to the traffic signal controller cabinet. The IMSA Level II or higher-certified Traffic Signals Technician and Texas licensed journeyman electrician are required to be on the job-site at all times to supervise construction, installation and troubleshooting. No work will occur at any signalized intersection under this agreement without a Traffic Signals Level II or higher technician and a Texas licensed journeyman electrician present at all times. PROPOSERS SHALL PROVIDE TO THE CITY WITH THEIR PROPOSALS A COPY OF THE IMSA CERTIFICATION(S) & JOURNEYMAN'S LICENSES FOR ALL EMPLOYEES WHO WOULD BE PERFORMING THIS WORK. 6. In the event that the Contractor at any time finds an unsafe traffic signal condition such as signals all dark, signal heads hanging down, RED lamps out etc., the Contractor shall make the repairs necessary to return the intersection to a safe operating condition. The Contractor shall report to the Contract Administrator or his designee immediately upon completion of the repair. Red Flash is considered a safe operation for this purpose. General Specifications Page.2 Corpus Christi Standard Specification for Construction July 2,2015 7. A pre-construction meeting will be required with the traffic signal contractor and the City Traffic Signals Superintendent prior to the start of work to ensure that all materials, equipment and work specifications are understood. 8. The Contract Administrator shall be the final authority in regards to quality and workmanship questions. 9. The Contractor is required to notify the Traffic Signals Operations Department one (1) week in advance of beginning any work on any City traffic signal facility. The City will not accept any work done where such prior notification does not take place. 10. The Contractor shall obtain all permits and inspections as required. 11. Public Safety and Convenience: Traffic control measures will not be billed separately, but are considered to be included in the pricing on the Bid Sheet. 12. Work Hours: The Contractor will confine all operations to daylight hours, sunrise to sunset. Under extraordinary conditions, Contractor shall notify the Contract Administrator and Traffic Signal Superintendent 48 hours in advance in the event night time work is needed. 13. Non-Work Hours: The Contractor may not store any equipment or tools on any right- of-way area. After completion of work at any site, the Contractor must remove all equipment, supplies, and materials from that site. 14. Protection of Property. The Contractor shall take proper measures to protect all property which might be damaged by Contractor's Work hereunder, and, in case of any injury or damage resulting from any act or omission on the part of or on behalf of the Contractor, he/she shall restore at his/her own expense the damaged property to a condition similar or equal to that existing before such injury or damage was done, or he/she shall make good such injury or damage in an acceptable manner. All damages which are not repair or compensated by the Contractor will be repaired or compensated by City forces at the Contractor's expense. All expenses charged by the City for repair work or compensation shall be deducted from any monies owed to the Contractor. LEGAL REQUIREMENTS: A. Laws to be Observed: The Contractor shall make himself familiar with and, at all times, observe and comply with all Federal, State, and local laws, ordinance and regulations, which in any manner affect the conduct of the Work and shall indemnify and save harmless, the City and its representatives against any claim arising from the violation of any such law, ordinance or regulations, whether by himself or by his employees. B. Permits, Licenses, Fees and Taxes: The Contractor shall procure all permits and licenses, pay all charges, fees and taxes, and give all notices necessary to the due and lawful prosecution of the Work. General Specifications Page.3 Corpus Christi Standard Specification for Construction July 2,2015 These provisions for securing permits, licenses and paying for all charges, fees and taxes will not be paid for directly but shall be considered subsidiary to the various bid items of this contract. C. Responsibility for Damage Claims: The Contractor agrees to and shall indemnify and hold harmless the City of Corpus Christi, its officers, employees, and agents (indemnities) from and against any and all liability, damage, loss, claims, demands, suits, and causes of action of any nature on account of death, personal injuries, property loss or damage, or any other kind of damage, including all expenses of litigation, court costs, and attorney's fees which arise, or are claimed to arise, out of or in connection with the mowing operations (Work) undertaken pursuant to this contract, regardless of whether such injuries, death or damages are caused or are claimed to be caused, in whole or in part by the negligence or fault of Indemnities. V. PERFORMANCE REQUIREMENTS: 1. Contractor shall remove all debris from the entire work site after completing any traffic signal work. Debris shall be placed in suitable containers and transported to the landfill for proper disposal. Disposal of the debris, including all costs charged at the landfill, are the Contractor's sole responsibility. 2. The Contractor shall be required to follow the work scheduled Monday thru Friday. Working on Saturday and/or Sunday will require approval by the Contract Administrator. Requests to work on Saturday or Sunday shall be submitted to the Contract Administrator not later than 4:00 p.m., Friday prior to that weekend. The work will be scheduled during daylight hours. 3. Contractor shall be required to follow all traffic regulations in accordance with the current version of the Texas Manual on Uniform Traffic Control Devices. Signs, sign stands, safety flags, and all other safety materials, devices and safety vests are required to protect the traveling public. Signs must be placed within 1 mile of working area. Signs, sign stands, safety flags, and other safety materials shall be kept in good condition. 4. Contractor shall be required to have Insurance before activities can begin under this Agreement. Contractor must deliver a Certificate of Insurance, as proof of the required insurance coverage. Contract Administrator will be given at least 30 days' notice of cancellation, material change in coverage, or intent not to renew any of the policies by certified mail. The City must be named as an Additional Insured. Coverage must include those types of insurance at the minimum insurance coverage levels as specified in "Insurance Requirements" in this bid. General Specifications Page.4 Corpus Christi Standard Specification for Construction July 2,2015 SUPPLEMENTAL TERMS AND CONDITIONS Traffic Signals Maintenance, Repair & Installations A. Term of Contract: The Contract will be for a twelve-month period, from notification by the City, with an option to extend the Contract for two additional twelve month periods, subject to the approval of the City Manager, or his designee, and the Contractor. B. Examination of Plans, Specifications, Special Provisions and Site of Work: Before submitting a bid, the bidder shall examine carefully the bid invitation, specifications, special provisions and the service contract to be entered into for contemplated ("Work"). The submission of a bid by bidder shall be conclusive evidence that he has complied with these requirements. C. Authority of Contract Administrator: The work will be observed and inspected by the Contractor Administrator or his designee, and performed to his/her satisfaction in accordance with the contract and specifications. The Contract Administrator will decide on all questions which may arise as to the quality or acceptability of the work performed; the manner of performance and the rate of progress of the work; the interpretations of the specifications; and the acceptable fulfillment of the contract on the part of the contractor. The Contract Administrator's decisions will be final. The Contract Administrator will be the Street Operations Department's Traffic Signal Superintendent or designee. D. Laws to be Observed: The contractor shall make himself/herself familiar with and, at all times, observe and comply with all Federal, State and local laws, ordinances and regulations which in any manner affect the conduct of the work and shall indemnify and hold harmless the City and its representatives against any claim arising from the violation of any such law, ordinance or regulations, whether by himself/herself or by his/her employees, or agents. E. Monitoring: All work completed under the Contract will be monitored, evaluated and approved by the Contract Administrator. F. Payment Provisions: The Contractor will be paid, for all successfully completed work, at the unit price bid for the set amount listed on the bid sheets and the tables. Pricing submitted will be firm for the full extent of the contract period. G. Workmen and Equipment: The Contractor shall furnish such suitable machinery, equipment and forces as may be necessary, in the opinion of the Contract Administrator, for the proper performance of the work. H. Temporary Suspension of Work: The Contract Administrator will have authority to suspend the work, wholly or in part, for such period as he/she may consider necessary. Written notice of work suspension and the reason therefore will be given the Contractor. The Contractor shall not suspend work without the prior written authority of the Contract Administrator. L Abandonment of Work or Default of Contract: If the Contractor fails to begin the work within the time specified; or fails to perform the work with sufficient workmen and equipment; or has insufficient materials to insure the completion of the work within the work cycle; or perform the work unsuitably; or neglect or refuse to remove materials or perform a new such work as may have been rejected as being defective or unsuitable; or discontinue the prosecution of the work without authority; or become General Specifications Page. 5 Corpus Christi Standard Specification for Construction July 2,2015 insolvent or be declared bankrupt; or commit any act of bankruptcy or insolvency; or make an unauthorized assignment for the benefit of any creditor; or from any other cause whatsoever shall not carry on the work in an acceptable manner, the Contract Administrator shall give notice in writing to the contractor of such delay, neglect or default, specifying the same. If contractor fails to cure within seven (7) calendar days from receipt of notice of default, the Contract Administrator may declare the contract void and enter into another agreement to satisfactorily complete the work for the remaining contract period. All costs incurred by the City as a result of arranging for satisfactory alternative completion of the work for the remaining contract period shall be deducted from any money the City owes contractor for past work performed. If City's costs exceed the amount of money owed to contractor for past work under the contract, contractor shall be liable for and shall pay City the amount of such excess within thirty(30) days after receipt of City's invoice for costs. J. Termination: When the contract is terminated, payment will be made for the actual work completed satisfactorily and accepted by the Contract Administrator at the contract bid price. No claims for losses of anticipated profits shall be considered. K. Personal Liability of Public Officials: In carrying out the provisions of the Contractor in exercising any power or authority granted thereunder, there shall be no liability upon the Contract Administrator or her/his authorized assistants, either personally or otherwise, as they are agents and representatives of the City. L. Assigningtransfer of Contract: The Contractor shall not assign, sell, transfer or otherwise Contract: The Contractor shall not assign, sell, transfer or otherwise dispose of the contract or any portion thereof, or his rights, title or interest therein without the prior written approval of the City. No subcontract will, in any case, relieve the Contractor of his responsibility under the contract. M. Prosecution of Work: Prior to beginning work, the Contract Administrator will arrange a conference between the Contractor's representative and the Contact Administrator. In this meeting, the Contractor will briefly outline the proposed procedure for performing the work, the amount and type of equipment to be used, sequence of work to be followed, estimated progress schedule and give his plans for providing safe traffic controls at all times work is underway. N. Scope of Payment: The Contractor shall accept the compensation as full payment for: furnishing all materials, supplies, labor, tools and equipment and obtaining all permits, licenses and paying all fees and taxes, necessary to complete the work under this contract; for any loss or damage which may arise from the nature of work, from the action of the elements, or from any unforeseen difficulties which may be encountered during the prosecution of the work, for all risks of every description connected with the prosecution of the work; for all expenses and damages which might accrue to the contractor by reason of delay in the initiation and prosecution of the work for any cause whatsoever. O. Acceptance and Request for Payment: When the work provided in the contract is completed by the Contractor and all properties have been approved and accepted by the Contract Administrator, the Contractor shall invoice the City on a monthly basis. In accordance with current statutes, the City shall make payments to the Contractor within 30 days from the date the work has been satisfactorily completed and accepted by the Contract Administrator. P. Fiscal Year: All parties recognize that the continuation of any contract after the close of any fiscal year of the City, which fiscal year ends on September 31 annually, is subject to appropriations and budget approval providing for such contract item as an expenditure in said budget. The City does not represent that said budget item will be actually adopted, that determination is within the sole discretion of the City Council at the time of adoption of each budget. General Specifications Page. 6 (Jty of(--(,)rpL,1.5 Christi Standard Revised August 14, 2010 CWTAERAL NOTES ALL WORK WILL 1`3E, DONE, IACC (,-)R,DANCE WITI 1: 'File standards set by the City Trail ic F"rigincer or Designecat the pre-constructi oil mcetillg fit accordance with tile Standards setforth ill the "Texas Manual oil Undbi'mTraffic (I ..ontrol I)evi(,(.-,s for Streas and Highways." 'rlie ,rralfic l"Ligineer, or his Designee, Nvill Show on tile, plans the iiiiiial location of poles bases, T'he Contractor shall be responsible f'or the location ofu(ilities prior to any excavating; and it,changes are required, the C.ontractor is to get with the City Inspector, city "fraffic I"Ligineer, and/orTraffic Signal Superintendent to.) discuss relocating the t"acility, The Coniractor shall be responsible for all, barricading, saf'(-ety precautions anii rcnioval of excess dirt and materials, ( o I , ntractor shall contact the City Pro"ject Inspector, (I"ity 1'raftle E;jlgineer, T'rafftc Signal Superintendent, fear o r inspection f fiorm, bolts and S(Ub out layout 24 hours prior to intent of'pour, and (2-hour inininlurn conformation) prior to pouring concrete. (11"ouring bases without an inspection will result in contractor i,emoving said btksc and installing a new one at contra etot* expense within one week). Exposed bolt threads and nuts shall be free ofconcrete and debris. The Traffic Signal Inspector prior to acceptance shall inspect finished base. Finished prodLICt should conform to CUrren't City of Corpus (,`hristi Traffic Signals standards for cost'nctics & quality in workmanship as stated in this docurnent. CI onditional Acceptance: ()nce construction of as traffic signal has been satisfiactorily completed, and at the direction cuff the City Trat'fic EIngincer anol/or the Traffic Signal Superintendent, the traffic signal, is turned can and Ilic "burn-iji" period begins, The Contractor must have the Vendor and/or Mail LI f4dUrer Representative can ]land for the turn oil. The burn-in period will last at least ?Cl days, DUring the burn-in period the signal system is allowed to operate tuider normal operating conditions, Any nialftinction OCCUrring during this period will require as repair or replacementild ifthe irialfunction is serious enough, tile bUrn-ill period must be restartcd. Final Acceptance: After the burn-in Ivriod is cornpleted, all. punch list items havc been corrected and the contractor has nlet all contract requirements (such as final cleat) LIP Of wo& site), the signal will be acccpted. "......... General NoLes Standards Pagel City of Corptis Oldsti Standard Revised At,ig(ist 14, 2010 Geucrral Notes Continued: C',ontractor shall guarantee rnaterials and workmanship for a period (')fone year. C.ity ofCorptis Christi Traffic Signals Department reserves the right to bill contractor for materials and lat)or for repair and/or replacement of contract work due to faulty craftsmanship dnring warranty period, A mininwril of two signal ]leads shall be maintained over traveled lanes when cojistruction on live intersection requires traffic to rilove from normally traveled lanes. Signal head not over (raveled lanes shall be bagged. 'rtic contractor will also be responsible- for the adJustment of'video detection cameras during this time. Cf'contractor requests Signals Personnel during non-duty hours, (after business hours, weekends and holidays) contractor will be billed for any overtime of personnel. Mininititil billing for overtirne personnel and vehicles is I hours at standard overti rne rates. Upon cornpletion of work., the contractor shall stibmitan "As-built" or corrected plan showing, in Mail, all constriletion changes including but tact litnited to, wiring, cable, poles, controller cabinet, detection systems and location ofconduits. Red lined signed, starriped plans may lie stibillitted as "as-built" !glans, All trall.lic signal eqtjipment that is removed shall remain the property of C,ity of Corpus Christi. SLICIIproperty is to be returned by the contractor to the CityTraffic Signal Shop at 2525 Hygeia St, Contractor DILISt contact the Signal Shop (361-826-1610) to make arrangements liar delivery. All traffic signal eqUipinent shall be returned in the same condition as removed. Poles will be stripped clean of all attached pai,ts before delivery and all equipment will be labeled and inventoHed. The contractor shall have frill maintenance responsibility of the traffic signal from tile tirne of Notice to proceed tothe initial acceptance and/or completion of removals in the case of rebtlild ofniodifications, All new installations require all vehicle and pedestrian indications to be City of Coi,pus Chi-isti approved LEM's. All new three section signal heads nionrited oil mast ares shall have one piece back-plates. Contractors that daniages Traffic Signal Systems will be billed .for all materials used as well as double time f'orstaffthat are pulled offexisting,jobs to make the repairs. General 1otes Standards Page 2 SEX.71ON 025803 `t 1'..!"aFTIC." fG1` AL ADfl-f °1"Ml::,l' T I. til; C"R.lP TlO This specification shall govern all work for° Traffic Signal djustrnents required to complete tlac prqj cct" . Mlw l`Fsl IAL All egLIil)rII r7t and inater•iials for rrcljustm eats shall be provided by the Contractor, unless indicatc d otherwise on the drawings. Mf?,f..'I IOD The cxistirag signal controls shall be nauintarinccl by tfrc Contractor, "Franst'(Tring control ofthe racljustccl signal control shall be clone by the Contractor. A. minimum (AAS hours advance notice shall be provided to the Engineer (City Trraf"1kc Engirrccrr) by the Contractor, prior to trarnsf'crring control cal'the adjusted signal control or any other interim sigma] racljaastrncnts ncccssrary to control traffic, unless otherwise noted on the drawings, Manual traffic direction by the City Police Department shall be arranged and provided for by the Contractor at any signalized intersection at any time that signal control must lac intcrrrupl eel. Pie C"ontrractor shall arrange for ar representative .from the City's Traffic Signals Division to be on site to insl,acct the process of`sil nral control transfer, cluring the work. 4, N/ll„ASt;6l ENI a1 TANDPAYM1LLlwT Unless inclicrated otlacrwise in the Proposrat, traffic sigr'raal arcljustnaents will not be nacraRlred Im pay, but sh al I be considered subsidiary to other work. 025803 Rev. 11/5/99 Fuge 1 of 1 January 2014 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 16.23 TRAFFIC SIGNAL CABINET AND ASSEMBLIES PART1 GENERAL 1.1 Description A. This specification shall govern all work required for the furnishing and installing Traffic Signal Cabinet and Assemblies as required to complete the project. 1.2 Related Sections A. 00 30 00 PROPOSAL FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 34 41 13.13 INSTALLATION OF TRAFFIC EQUIPMENT E. 34 41 16.33 TRAFFIC CONTROLLER UNIT 1.3 References The latest edition of the referenced item below shall be used. A. TxDOT Standard Specifications for Installation of Highway Traffic Signals B. National Electrical Manufacturers Association (NEMA) Traffic Control Systems Standards Publication C. Texas Manual on Uniform Traffic Control Devices (TMUTCD) D. Manual on Uniform Traffic Control Devices (MUTCD) E. American Association of State and Highway Transportation Officials (AASHTO) Standard Specifications for Structural Support for Highway Signs, Luminaires and Traffic Signals F. City of Corpus Christi Standards G. City of Corpus Christi Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS B. Documentation 1. Submission shall include complete technical, shop drawings, schematic diagrams, photographs, circuit diagrams, graphs, instruction manuals, and any other necessary documents to fully describe the proposed equipment. 2. At time of delivery, the supplier shall furnish two (2) copies of the programming and operation manuals and two (2)copies of the repair documentation for the equipment. 3. A permanent label / bar code with the serial number and date of manufacture shall be attached to each of the following components: a. Controller Unit(CU) b. Cabinet Power Supply C. Bus Interface Unit(BIU) d. Malfunction Management Unit(MMU) e. Cabinet Shell (on the inside of the cabinet door) 4. A list of serial number and manufacturing dates shall be provided with each shipment. PART2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi Product List—Traffic Department. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. Page 1 of 9 TRAFFIC SIGNAL CABINET AND ASSEMBLIES—34 41 16.23 January 2014 City of Corpus Christi Standard Specifications for Construction B. The intent of this specification is to describe minimum acceptable design and operational requirements for a TS-2 Type 1 cabinet assembly and shall conform to NEMA Traffic Controller Assemblies Standards Publication TS-2-2003 v02.06. C. Cabinet shall include the components listed below to form a completely functional 8-phase traffic control cabinet(see specifications for individual component requirements). 1. One (1) Traffic Signal Controller Unit in accordance with Section 34 41 16.33 TRAFFIC CONTROLLER UNIT. 2. One (1) Type 16 EDI 16LEip Smart-Monitor Malfunction Management Unit (MMU) with Ethernet Port 3. One(1) Power Supply 4. Four(4) Bus Interface Units (BIUs) 5. Sixteen (16) Load Switches 6. Eight(8) Flash Transfer Relays 7. One(1)Solid State Flasher D. Acceptable cabinet manufacturers are listed within the City of Corpus Christi Material Producer List—Traffic Division. E. Compatibility Clause 1. This specification covers deviations and extensions above and beyond the standards incorporated. 2. The Terminal Facility, MMU, Cabinet Power Supply, and BIU's must be fully compatible with the specifications as listed. 3. In the case of incompatibility or inconsistency between this specification and those incorporated, this specification shall be followed, unless otherwise noted in the Drawings or by the Owner. 2.2 Cabinet Standards A. Exterior 1. 16 phase cabinets NEMA Size 6 shall be supplied and cabinets shall meet the following criteria: a. Material shall be 5052-H32 0.125-inch thick aluminum. b. The aluminum shall have mill finish per NEMA TS-2 7.7.3 C. Door hinge shall be of the continuous type with a stainless steel hinge pin. (1) Rivets shall NOT be used to attach the hinge. d. All external fasteners shall be stainless steel. e. The door handle shall be stainless steel. f. Seams around fan or fan mounting plate shall be sealed with clear RTV silicone. g. There shall be no holes in the top of cabinet. h. The doorstop rod shall be stainless steel. (1) The brackets attaching the stop rod to the door and cabinet shall be aluminum and welded in place. B. Shelf Height 1. The cabinet shall have two (2)shelves installed. a. The backboard shall be mounted under the bottom shelf, NOT BEHIND IT. C. Ventilating Fan Assembly 1. Two(2)ventilating fans shall be provided and controlled by one (1)thermostat. 2. Each fan motor shall be equipped with sealed ball bearings. 3. Fans shall be mounted inside the cabinet on the left and right above the door opening behind the front top edge of the cabinet. D. Air Filter Assembly 1. Air filter shall be one (1) piece re-useable aluminum filter and shall be held in place by metal thumbscrews at each corner. 2. Air filter shall be a sixteen-inch (16")x twelve-inch (12")x one-inch (1"). E. Cabinet Light Assembly 1. An eighteen-inch to twenty-four inch (18" to 24") cool white LED light strip with protective lens. 2. The fixture shall be factory made and all components shall be housed in a factory made strip fixture enclosure. 3. An on/off switch that is turned on when the cabinet door is opened and off when it is closed shall activate the cabinet light. Page 2 of 9 TRAFFIC SIGNAL CABINET AND ASSEMBLIES—34 41 16.23 January 2014 City of Corpus Christi Standard Specifications for Construction 4. This switch shall be wired to place an input to Alarm 1 (BIU #2 Pin 23b)when the cabinet door is opened. F. Pull out Drawer Assembly 1. A pull out drawer shall be installed, centered on the bottom shelf. 2. The drawer shall be made of aluminum and come out on full extension drawer slides. 3. There shall be a compartment for documentation storage. 4. The lid shall be hinged at the rear, to gain access to the storage area. 5. The drawer will be used to store documents as well as support a notebook computer. 6. The drawer slides shall be of the ball bearing type. 7. Dimensions of the drawer shall twenty-four inch (24") wide x thirteen-inch (13") deep x two-inch (2")tall. G. Power Distribution Panel Design and Construction 1. The power panel shall consist of a separate module, securely fastened to the right side wall of the cabinet. 2. The power panel shall be wired to provide the necessary filtered power to the load switches, flasher(s), and power bus assembly. 3. It shall be manufactured from 0.090-inch, 5052-H32 aluminum with a removable plastic front cover. 4. The panel shall be of such design to allow a technician to access the main and auxiliary breakers without removing the front cover. 5. The power panel shall house the following components: a. A minimum of one (1) 15 amp main breaker. (1) The breaker shall supply power to the controller, MMU, signals, cabinet power supply and auxiliary panels. (2) Breakers shall be at minimum, a thermal magnetic type, U.L. listed for HACR service, with a minimum of 10,000 amp interrupting capacity. b. Two(2) 15 amp, auxiliary breakers. (1) The first breaker shall supply power to the fan, light, GFCI utility receptacle and two (2) auxiliary standard receptacles (one on each side of the cabinet)just above the top shelf. (2) The second breaker shall be installed to supply power for video detection equipment. (3) Both circuit breakers line side shall have a jumper between each other and will be fed from an external main circuit breaker. C. An EDCO SHA-1250 (or exact approved equal)surge suppressor shall be installed on the 12 VAC incoming line. (1) The alarm output from the suppressor shall be connected so that it places an input to Alarm 2 (BIU#2 Pin 24a)when the unit fails. d. A normally open seventy-five(75)amp solid state relay. e. A minimum of an eight(8) position neutral bus bar capable of connecting three (3)#12 wires per positions shall be provided. f. A minimum of six (6) position ground bus bar capable of connecting three (3)#12 awg wires per position shall be provided. 9. h. GFCI Outlet (1) One (1) GFCI outlet shall be installed in the cabinet for maintenance use to be mounted and easily available i. Two (2) convenience outlets shall be installed one (1) on each side of the cabinet just above the top shelf to be used for communication equipment. H. Inside Control Panel Switches 1. The inside door panel shall contain three (3)switches: a. AUTO/FLASH, b. STOP TIME ON/OFF. C. TEST/NORMAL 2. Door panel switches shall be hard wired. 3. The AUTO/FLASH switch shall have two (2) positions: a. AUTO, b. FLASH C. This switch shall permit the intersection to flash and allow the CU to cycle. Page 3 of 9 TRAFFIC SIGNAL CABINET AND ASSEMBLIES—34 41 16.23 January 2014 City of Corpus Christi Standard Specifications for Construction d. When in the FLASH position, this switch shall provide an input to Alarm 3 (BIU #2, Pin 19b)and shall NOT remove power from the CU, MMU, or BIU's. e. When this switch is placed in the AUTO position, it shall NOT initiate the CU start up sequence. 4. The STOP TIME switch shall have two (2) positions a. ON b. OFF C. This switch shall stop time the CU when in the position. 5. The TEST/NORMAL switch shall have two(2) positions: a. TEST b. NORMAL I. Police Panel Switches 1. A locking auxiliary Police door shall be provided within the main door that will allow access to a panel of switches for Police manual control. 2. Police panel shall contain two(2)switches a. AUTO/FLASH switch shall have: (1) Two(2) positions (a) AUTO (b) FLASH (2) The switch shall operate according to TS-2 section 5.5.3.10 Figure 5-5. (3) When in the flash position, this switch shall provide an input to BIU #2 Pin 22b. (4) When the switch is placed in the AUTO position the CU shall enter the Start-Up Flash see (TS2 3.9.1.1.). b. MANUAL/AUTOMATIC Switch shall have: (1) Two(2) positions (a) Manual (b) Automatic (2) Applies a Manual Control Enable input to the controller and will allow the Manual Advance Push Button to be active. (3) Switch shall override any external controls in effect. C. Signal Manual Advance Push Button shall have: (1) Shall be on a six-foot(6')cord. (2) The switch shall have a Manual Advance push button switch as specified in TS-2 section 3.5.5.5 item 6&7. J. Cables 1. All cables shall be of sufficient length to access any shelf position. 2. All cables shall be encased in a protective sleeve along their entire length. 3. The cabinet shall be equipped with two (2) extra Port 1 (SDLC) cables, properly terminated for use. 4. Shall provide power adapters for TS-2 Type 1 and TS-2 Type 2 Controller Unit. K. Flash Operation 1. When the cabinet is in MMU Flash, BIU #2 Pin 23a shall also be asserted. L. Wire Termination 1. All connector-wiring harnesses shall terminate all wires on the terminal blocks, whether the wires are utilized or not. 2. This shall pertain to all devices being installed at the factory or in the field. M. Backboards 1. The terminals and facilities (TF) shall be a sixteen (16) position, NEMA Type 1 Configuration four(4) as shown in TS-2 5.3.1.1 Table 5.2. 2. Load switches shall be arranged as follows: a. LS1-LS8 shall be wired and labeled as Vehicle Channels. b. LS9-LS12 shall be wired and labeled as Pedestrian Channels. C. LS13-LS16 shall be wired and labeled as Overlap Channels. 3. All wires terminated behind the backboards as well as any additional panels shall be soldered. a. No pressure or solderless connectors shall be used. 4. The backboard shall be hinged at the bottom, and be secured at the top with thumbscrews or wing nuts. Page 4 of 9 TRAFFIC SIGNAL CABINET AND ASSEMBLIES—34 41 16.23 January 2014 City of Corpus Christi Standard Specifications for Construction a. The thumbscrews or wing nut shall be retained such that when loosened to access the backboard they will not become separated and fall. b. The backboard shall pivot a minimum of ninety degrees (90°)from the vertical position to the horizontal position, with no interference, to facilitate access to wiring and components on the back of the panel. C. The Back-Board shall be centered on the back panel of the cabinet. N. Section 5.3.5 Power Supply: NEMA Traffic Control Systems Standard Publication TS 2-2003 v02.06 1. Shall be amended to provide a power connection adapter for TS2 Type 1 Controller Units. O. INPUT/OUTPUT Terminals 1. As a minimum, terminals shall be provided for the input/output signals listed in NEMA TS- 2 5.3.1.2 Table 5-3 for configuration 1 and the following: Function Purpose Alarm 1 Cabinet Door Open Alarm 2 Lightning Suppression Fail Alarm 3 Technician Flash Alarm 4 UPS Status P. Controller Unit Power Up 1. The CU shall be powered through the "Start-Delay Relay" circuit of the MMU. Q. Flashing Operation 1. All cabinets shall be wired to flash RED for all phases. 2. Flashing display shall alternate between phases 1-4 and phases 5-8. R. Detector Rack 1. Two(2)detector racks shall be installed in the cabinet. 2. The detector rack shall conform to NEMA configuration 2 (NEMA TS-2 5.3.4). S. Field Terminal Locations 1. Field terminals shall be located at the bottom of the backboard. 2. Their order shall be left to right beginning with Phase one (1) and following the order of the load switches. 3. Screw type terminal shall be used. T. Bus Interface Unit 1. Bus interface units (BIUs) shall as a minimum meet all NEMA Traffic Control Systems Standard Publication TS-2 Section 8 requirements. 2. All BIUs shall provide three (3) separate front panel indicator light emitting diode (LED) for: a. Power, b. Transmit, C. Valid Data. 3. Cabinets shall be provided with four(4) BIUs: a. Two(2)for Terminals and Facilities (TF) b. Two(2)for detector rack. U. Cabinet Power Supply 1. The cabinet power supply shall as a minimum meet all NEMA Traffic Control Systems Standard Publication TS-2 Section 5.3.5 requirements. 2. All power supplies shall also provide a separate front panel indicator LED for each of the four(4)outputs. 3. Front panel banana jack test points for 24 VDC and logic ground shall be provided. 4. The cabinet power supply shall be shelf mounted and shall not be attached to the back panel or shelf. V. Flash Transfer Relays 1. All eight (8)flash transfer relays shall as a minimum meet NEMA Traffic Control Systems Standard Publication TS-2 Section 6 requirements. W. Load Switches 1. All load switches shall as a minimum meet NEMA TS-2 Section 6 requirements. X. Inductive Loop Detector 1. Section 6 NEMA Traffic Control Systems Standard TS-2 — 2003 v02-06 shall be amended to delete section 6.5"Inductive Loop Detectors". Page 5 of 9 TRAFFIC SIGNAL CABINET AND ASSEMBLIES—34 41 16.23 January 2014 City of Corpus Christi Standard Specifications for Construction Y. Power Connector Adapter 1. Section 5.3.5 of NEMA TS-2 2003 v02.06 shall be amended to provide a power connector adapter for TS2 Type 2 as well as a connector for TS2 Type 1 Controller Units. 2.3 Malfunction Management Unit 1. Acceptable Malfunction Management Unit(MMU)Types; 2. EDI Smart Monitor MMU 16LEip with Integral Ethernet port or exact approved equal. 2.4 Controller Unit A. To maintain compatibility with City of Corpus Christi Traffic Signal Operations System, the only acceptable Traffic Controller Units are as listed within the City of Corpus Christi Material Producer List—Traffic Department B. All shall have Integral Ethernet Port and Data Key and Fiber Optic Ports or Fiber Optic Panels. 2.5 Ethernet Connectivity Interface A. The intent of this section is to address the minimum requirements for the addition of Cisco Ethernet Switch with network capabilities to be installed by the City. B. This interface will provide CAT-5 connections to equipment used in the cabinet as well as fiber connection from the cabinet to the rest of the City fiber network system. C. Shall be designed to operate in the harsh environment of a traffic signal cabinet. 1. Shall conform to the environmental requirements of TS2-2003 v02.06 Section 2. D. Shall be modular in design to provide maximum flexibility for configuration, and efficiency for inventory. E. Shall be designed and supplied with the ability to be managed remotely, using a browser based graphical interface. F. Shall be designed and supplied with intelligence so as to function as a network switch. G. Shall be designed to utilize Virtual LAN's as an integral part of its' minimum capabilities. H. Shall be available with a minimum of eight (8), and a maximum of twelve (12) CAT 5 connections using RJ-45 terminations. I. Shall be available with a minimum of two (2) single mode fiber connections using ST terminations. 2.6 Warranty Statement A. Warranty Coverage 1. The supplier of equipment shall warranty their product to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. B. Length of Warranty 1. The term of warranty shall be a minimum of one (1) year from the date of shipment for all equipment. a. Vendor shall state length of warranty in writing. C. Parts Availability 1. The supplier of equipment shall be able to provide replacement parts for a minimum of five(5)years after the warranty expires. D. Replacement Coverage 1. All units shall be covered as follows: a. If a malfunction occurs during the warranty period, the supplier shall, within two (2) weeks after notification, furnish a like unit, module, or auxiliary equipment for use while the warranted unit is being replaced. E. Reliability Clause 1. While under warranty, the isolation and repair of any unit malfunction shall be the responsibility of the supplier. 2. Any unit experiencing a total of three (3) failures that has twice been returned to the supplier for repair shall be replaced with a new unit of the same type at no charge to the City. 3. The replacement unit's warranty shall be that of a new unit Page 6 of 9 TRAFFIC SIGNAL CABINET AND ASSEMBLIES—34 41 16.23 January 2014 City of Corpus Christi Standard Specifications for Construction 4. Note: Malfunctions do not include damage caused by lighting, power surges, negligence, acts of God, or use of equipment in a manner not originally intended by its manufacturer 5. Shipping and Handling a. During warranty period shipping shall be handled as follows: (1) The City will pay for shipping the unit to the vendor and the vendor will pay for return shipping the repaired unit to the City/ PART 3 EXECUTION 3.1 General Information A. Compatibility Clause 1. This specification covers deviations and extensions above and beyond the standards incorporated. 2. The Terminal Facility, MMU, Cabinet Power Supply and BIU's must be fully compatible with the specifications as listed above. 3. In the case of incompatibility or inconsistency between this specification and those incorporated, this specification shall be followed. B. Documentation 1. All cabinets shall include complete technical, shop drawings, schematic diagrams, photographs, circuit diagrams, graphs, instruction manuals, and any other necessary documents to fully describe the proposed equipment. 2. At the time of delivery, the supplier shall furnish two (2) copies of the programming and operations manuals and two (2) copies of the repair documentation for the equipment. 3. A permanent label / bar code with the serial number and date of manufacture shall be attached to each of the following components: a. Controller Unit(CU) b. Bus Interface Unit(BIU) C. Malfunction Management Unit(MMU) d. Cabinet Shell (on the inside of cabinet door) 4. A list of serial number and manufacturing dates shall be provided with each shipment. C. Warranty Statement 1. Warranty Coverage a. The supplier of equipment shall warranty their product to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. 2. Length of Warranty a. The term of warranty shall be a minimum of twenty-four (24) months from date of shipment for all equipment. b. Vendor shall state length of warranty in writing. 3. Parts Availability a. The supplier of equipment shall be able to provide replacement parts for a minimum of five(5)years after the warranty expires. 4. Replacement Coverage a. All units shall be covered as follows: (1) If a malfunction occurs during the warranty period, the supplier shall, within two (2) weeks after notification, furnish a like unit, module, or auxiliary equipment for use while the warranted unit is being repaired. 5. Reliability Clause a. While under warranty, the isolation and repair of any unit malfunction shall be the responsibility of the supplier. b. Any unit experiencing a total of three (3) failures that has twice been returned to the supplier for repair shall be replaced with a new unit of the same type at no charge to the City. C. The replacement unit's warranty shall be that of a new unit. (1) Note: Malfunctions do not include damage caused by lighting, power surges, negligence, acts of God, or use of equipment in a manner not originally intended by its manufacturer. 6. Shipping & Handling a. During warranty period shipping shall be handled as follows: Page 7 of 9 TRAFFIC SIGNAL CABINET AND ASSEMBLIES—34 41 16.23 January 2014 City of Corpus Christi Standard Specifications for Construction (1) The vendor/manufacturer will pay for sending and return shipping of any unit that is to be repaired. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 00 PROPOSAL FORM. 1. If this item is not indicated within Section 00 30 00 PROPOSAL FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance, and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. THIS PORTION INTENTIONALLY LEFT BLANK Page 8 of 9 TRAFFIC SIGNAL CABINET AND ASSEMBLIES—34 41 16.23 January 2014 City of Corpus Christi Standard Specifications for Construction END OF SECTION Page 9 of 9 TRAFFIC SIGNAL CABINET AND ASSEMBLIES—34 41 16.23 September 2013 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 16.33 TRAFFIC SIGNAL CONTROLLER UNIT PART1 GENERAL 1.1 Description A. This specification shall govern all work required for the furnishing and installing of Traffic Signal Controller Unit as required to complete the project. 1.2 Related Sections A. 00 30 00 PROPOSAL FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 03 21 11.13 REINFORCING STEEL E. 03 31 11.13 CONCRETE STRUCTURES 1.3 References The latest edition of the referenced item below shall be used. A. National Electrical Manufacturers Association (NEMA) B. National Electrical Manufacturers Association (NEMA) Traffic Controller Assemblies Standards C. City of Corpus Christi Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS PART2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi Product List—Traffic Department. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. B. A TS-2-Type 1 Advanced Transportation Controller (ATC) as per NEMA Traffic Controller Assemblies Standards Publication TS-2—2003. 2.2 NEMA TS2 Fully Actuated ATC Controller A. The ATC shall conform to all applicable sub-sections of NEMA Traffic Controller Assemblies Standards Publication TS2-2003 Section 3 for a TS2 Type 2 Controller unit and work with current City of Corpus Christi Traffic Signal System. B. All cables, connectors and software needed to permit interfacing the ATC with a laptop computer, or modem shall be provided. C. The shelf mount shall be compact to fit in limited cabinet space. D. The shelf mount ATC shall be configurable for NEMA TS-1, TS-2 and TS-2 Type 1 Cabinets. E. To maintain compatibility with City of Corpus Christi Traffic Signal Operations System,the only acceptable Traffic Controller Units are as listed within the City of Corpus Christi Material Producer List—Traffic Department: 2.3 Communication Protocols A. The ATC shall have the capability of supporting communications with traffic management systems using industry standard protocols with the installation of appropriate software. B. At minimum the ATC shall have optional software to support the following protocols: 1. NTCIP Level 2 as defined by Section 3.3.6 of NEMA TS-2-2003. NTCIP v02.06 capabilities shall include all NTCIP mandatory and optional objects. Page 1 of 4 TRAFFIC SIGNAL CONTROLLER UNIT-34 41 16.33 September 2013 City of Corpus Christi Standard Specifications for Construction 2. The controller shall provide access to all controller data via vendor specific objects. 3. These and all other objects supported by the ATC shall be defined in a standard MIB file. 2.4 Ethernet Communication A. The ATC shall have the capability of supporting Ethernet communications, using TCP/IP communication protocols. B. The ATC communication protocols shall utilize two integral Ethernet Switches providing four 10/100Mbit Ethernet front panel ports. C. Minimum of two USB 2.0 ports. 2.5 Communication Ports A. The ATC shall as a minimum have the following internal communications ports: 1. Port 1 a. SDLC for communication to other devices in the cabinet. 2. Port 2 a. Terminal port for communication with a computer for the purposes of uploading, downloading or upgrading the controller software. 3. Port 3 a. Systems communications port shall be provided to either communicate to an on-street master or a central computer system or upgrading the controller software or database. b. If applicable, the ATC shall also be furnished with a multi-mode fiber optic telemetry communication port for communication between itself and the on-street master controller and remotely to the Traffic Operations Center. 2.6 Documentation A. Each ATC controller shall be provided with the following documentation: one service manual per unit,which includes a theory of operation,operating instructions,and basic troubleshooting information. 2.7 Warranty and Support A. The ATC controller equipment furnished shall be new of the latest design, fabricated in a first class workmanship manner from best quality materials. B. The manufacturer shall replace and install free of charge to the Owner any part or component that fails in any manner due to defective material or workmanship within a period of five (5) years from the date of delivery to City Signal Shop. C. The successful bidder shall provide a minimum of one (1) day factory certified training class and support in the operational use and care of the equipment for the benefit of the City Traffic Signal Operations. 2.8 Foundation A. General 1. The purpose of this specification is to describe a controller foundation for a NEMA type controller cabinet's size 6 as per NEMA Standard Publication TS-2-2003 v2.06 Table 7-1 and Figure 7-2. 2. The work shall include furnishing and installing anchor bolts, concrete, reinforcing materials,excavation, post with fittings, ground rod, pull box, conduit, and other incidentals required for a complete foundation as shown on the detail. B. Materials 1. Concrete a. Concrete shall be 3,000 psi strength at twenty-eight (28) days in accordance with section 03 31 11.13 CONCRETE STRUCTURES. 2. Reinforcing Steel a. Shall be in accordance with section 03 21 11.13 REINFORCING STEEL. 3. Anchor Bolts a. Anchor bolts shall be completely galvanized and of the dimensions shown on the Standard Detail. 4. Ground Box a. One(1)Type(C) 17"x 30"x 12"Ground Box, unless otherwise shown on the Drawings. Page 2 of 4 TRAFFIC SIGNAL CONTROLLER UNIT-34 41 16.33 September 2013 City of Corpus Christi Standard Specifications for Construction PART 3 EXECUTION 3.1 General Information A. Equipment 1. Provide the machinery, tools and equipment necessary for proper prosecution of the work. 2. All machinery, tools, and equipment used shall be maintained in a satisfactory and workmanlike manner. B. Construction 1. Controller Foundation a. Placement of anchor bolts shall be as shown on the Drawings and NEMA Standards Publication TS 2-2003 v02.06. b. Concrete slab and concrete block on which the cabinet will sit shall be poured as one monolithic unit. C. Concrete shall have a smooth finish free of brush marks and other mars. d. Cabinets may be set on foundation after they have set a minimum of seventy-two (72) hours. e. Cabinets scratched, dented or otherwise damaged prior to final acceptance shall be repaired to the Owner satisfaction at no cost to the Owner. f. Standard foundation shall consist of: (1) Two(2)four inch (4")conduits for signal cable, (2) One(1)one and one-half inch (1 1/2")conduit for electrical service, (3) One(1)three-quarter inch (3/4") conduit for grounding conductor, (4) One(1)one and one-quarter inch (1 1/4")for fiber optic cable. g. A 5/8 inch x 8-foot copper weld ground rod shall be installed in the pull box as shown in the detail. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 00 PROPOSAL FORM. 1. If this item is not indicated within Section 00 30 00 PROPOSAL FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance,and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. Page 3 of 4 TRAFFIC SIGNAL CONTROLLER UNIT-34 41 16.33 September 2013 City of Corpus Christi Standard Specifications for Construction THIS PAGE INTENTIONALLY LEFT BLANK END OF SECTION Page 4 of 4 TRAFFIC SIGNAL CONTROLLER UNIT-34 41 16.33 Corpus Christi Standard Specification for Construction June 7,2016 Item 416 Drilled Shaft Foundations 1 DESCRIPTION Construct foundations consisting of reinforced or non-reinforced concrete drilled shafts. 2. MATERIALS Use materials that meet the requirements of the following Items. ■ Item 421,"Hydraulic Cement Concrete," ■ Item 440,"Reinforcement for Concrete,"and ■ Item 448,"Structural Field Welding." Use concrete for drilled shafts that meets the requirements of Table 1 unless otherwise shown on the plans. Table 1 Concrete for Drilled Shafts Drilled Shaft Type Concrete Non-reinforced Class A Reinforced Class C SlurrV and underwater concrete placement Class SS Use coarse aggregate Grade 4,5,or 6 for drilled shaft concrete in reinforced drilled shafts.Grade 2 or 3 may be used if the shaft is dry and reinforcing steel has a 5 in.minimum clear spacing. Use a water-reducing,retarding admixture in accordance with DMS-4640,"Chemical Admixtures for Concrete,"in all concrete when using casing that will be pulled or when placing shafts underwater or under slurry. Use concrete with slump that meets the requirements of Table 2 as determined by Tex-415-A. Table 2 SIUMD Re uiremen s Minimum Acceptable Recommended Design Maximum Acceptable Placement Placement Slump, and Placement Slump, Placement Slump, Type in. in. in. Underwater and 7 8 9 under slurr Perform a slump loss test in accordance with Tex-430-A before beginning work when casing is to be pulled or concrete is to be placed underwater or under slurry. Provide concrete that will maintain a slump of at least 4 in.throughout the entire anticipated time of concrete placement.Time of concrete placement is described in Section 416.3.6.,"Concrete,"and Section 416.3.7.,"Additional Requirements for Slurry Displacement or Underwater Concrete Placement Methods."Note the temperature of the concrete mix at the beginning of the slump loss test.Place the concrete if its temperature at the time of placement into the drilled shaft is no more than 10°F higher than the slump loss test temperature.Use ice or other concrete cooling ingredients to lower concrete temperature,or run additional slump loss tests at the higher temperatures.Slump loss testing will be waived if anticipated time of concrete placement is less than 90 minutes. Use mineral drilling slurry that meets the requirements of Table 3,as determined by Tex-130-E. Determine pH of slurry by Tex-1 28-E or pH paper strips. Item 416 Drill Shaft Page. 1 Corpus Christi Standard Specification for Construction June 7,2016 Table 3 Mineral Slurry Requirements Before Introduction Sampled from the Bottom of the into the Excavation Excavation before Concreting Specific Sand H Specific Viscosity Sand Gravity Content IH (sec.) Content <1.10 <1°% 8-11 <1.15 <45 <4% Use mineral slurry consisting of processed bentonite or attapulgite clays mixed with clean fresh water.Do not use partially hydrolyzed polyacrylamide(PHPA)polymeric slurry or any blended mineral-polymer slurry. If approved,water may be used as the drilling fluid. In this case,all of the provisions of Table 3 must be met except that the maximum specific gravity is not to exceed 1.12. Sample slurry from the bottom of the hole,before placing concrete,and test it in accordance with Tex-130-E. Use a pump or air lift to remove slurry that does not meet the requirements of Table 3 while adding fresh clean slurry to the top of the hole to maintain the slurry level.Continue this operation until the slurry sampled from the bottom of the hole meets the requirements. 3. CONSTRUCTION Submit Drilled Shaft installation plan for review no later than one month before drilled shaft construction. Include the following in the plan: ■ Name and experience record of the drilled shaft superintendent who will be in charge of drilled shaft operations for this project. ■ List of proposed equipment to be used,including cranes,drills,augers,bailing buckets,final cleaning equipment,desanding equipment,slurry pumps,core sampling equipment,tremies or concrete pumps, casing,etc. ■ Details of overall construction operation sequence and the sequence of shaft construction in bents or groups. ■ Details of shaft excavation methods. ■ When the use of slurry is anticipated,details of the slurry mix design and its suitability for the subsurface conditions at the construction site,mixing and storage methods,maintenance methods and disposal procedures. ■ Details of methods to clean the shaft excavation. ■ Details of reinforcement placement,including support and centralization methods. ■ Details of concrete placement,including proposed operational procedures for free fall,tremie or pumping methods. ■ Details of casing installation and removal methods. The installation plan will be reviewed for conformance with the plans,specifications and special provisions. The Contractor will be notified within 14 days of receipt of the installation plan of any additional information required and/or changes necessary to meet the contract requirements.All procedural approvals given will be subject to trial in the field and will not relieve the Contractor of the responsibility to satisfactorily complete the work as detailed in the plans and specifications. Place the shaft to within the following tolerances: ■ Vertical plumbness-1 in.per 10 feet of depth. ■ Center of shaft located under column-1 in.of horizontal plan position. ■ Center of shaft located under footing-3 in.of horizontal plan position. Complete the embankment at bridge ends before installing drilled shafts that pass through the fill. Refer to Item 423,"Retaining Walls,"for provisions for drilled shafts passing through the structural volume of retaining walls. Item 416 Drill Shaft Page.2 Corpus Christi Standard Specification for Construction June 7,2016 3.1. Excavation.The plans indicate the expected depths and elevations for encountering satisfactory bearing material.Excavate as required for the shafts through all materials encountered to the dimensions and elevations shown on the plans or required by the site conditions. Removal of man-made obstructions not shown on the plans will be paid for in accordance with Article 9.7.,"Payment for Extra Work and Force Account Method."Adjust the bottom of the shaft or alter the foundation if satisfactory founding material is not encountered at plan elevation,as approved to satisfactorily comply with design requirements.Blasting is not allowed for excavations. Stop drilling if caving conditions are encountered,and adopt a construction method that stabilizes the shaft walls. Do not excavate a shaft within 2 shaft diameters(clear)of an open shaft excavation,or one in which concrete has been placed in the preceding 24 hr. Dispose of material excavated from shafts and not incorporated into the finished project in accordance with the plans and with federal,state,and local laws. Provide suitable access, lighting, and equipment for proper inspection of the completed excavation and checking the dimensions and alignment of shafts excavation. 3.2. Core Holes.Take cores to determine the character of the supporting materials if directed. Use a method that will result in recovery of an intact sample adequate for judging the character of the founding material.Such cores should be at least 5 ft.deeper than the proposed founding grade or a depth equal to the diameter of the shaft,whichever is greater.Take these cores when the excavation is complete. 3.3. Casing.Use casing when necessary to prevent caving of the material,to exclude ground water,when slurry is used for hole stabilization,or when required as part of the Contractor's Safety Plan.Provide casing with an outside diameter not less than the specified diameter of the shaft.The portion of shaft below the casing may be as much as 2 in.smaller than the specified shaft diameter.No extra compensation will be made for concrete required to fill an oversized casing or oversized excavation.Use casing strong enough to withstand handling stresses and pressures of concrete and of the surrounding earth or water,and that is watertight, smooth,clean,and free of accumulations of hardened concrete. Use construction methods that result in a minimal amount of disturbed soil being trapped outside the casing. This does not apply to temporary undersized casings used to protect workers inside shafts or to drilled shafts designed for point bearing only. Leave casing in place only if authorized or shown on the plans. Extract casing only after placing the concrete to an appropriate level.Maintain sufficient concrete in the casing at all times to counteract soil and water pressure.Rotate or move the casing up or down a few inches if necessary before and during concrete placement to facilitate extraction of the casing. 3.4. Requirements for Slurry Displacement Method.When soil conditions warrant,use the slurry displacement method to construct drilled shafts unless otherwise shown on the plans.Use this method to support the sides of the excavation with processed mineral slurry that is then displaced by concrete to form a continuous concrete shaft. Install surface casing to a minimum of 10 ft. below existing ground before introducing slurry. Do not use casing other than surface casing. Do not use surface casing longer than 20 ft. without approval. Do not extract the surface casing until after placing the concrete. Pre-mix slurry in a reservoir with enough capacity to fill the excavation and for recovery of the slurry during concrete placement. Do not mix slurry in the shaft excavation or other hole.Allow adequate time for hydration of the slurry before introduction into the excavation. Maintain a head of slurry in the shaft excavation at or near ground level or higher,as necessary,to counteract ground water pressure during and after drilling. Item 416 Drill Shaft Page.3 Corpus Christi Standard Specification for Construction June 7,2016 Use an air lift or proper size cleanout bucket,just before placing reinforcing steel,to remove any material that may have fallen from the sides of the excavation or accumulated on the bottom after the completion of drilling. Use a cleanout bucket if material is too large to be picked up with an air lift. Re-process the hole with the auger as directed if concrete placement is not started within 4 hr.of the completion of the shaft excavation.Then clean the bottom with an air lift or cleanout bucket,and check the slurry at the bottom of the hole for compliance with the slurry requirements of Article 416.2.,"Materials." Agitate the congealed slurry to liquefaction if the slurry forms a gel before concrete placement,and whenever directed. Recover and dispose of all slurry as approved,and in accordance with all federal,state,and local laws.Do not discharge slurry into or in close proximity to streams or other bodies of water. 3.5. Reinforcing Steel.Completely assemble the cage of reinforcing steel,and place it as a unit immediately before concrete placement.The cage consists of longitudinal bars and lateral reinforcement(spiral reinforcement,lateral ties,or horizontal bands).Connect individual segments with couplers or by lapping steel as approved if overhead obstacles prevent placement of the cage as a single unit. Extend the reinforcing steel cage as follows if the shaft is lengthened beyond plan length unless directed otherwise. ■ Extend the cage to the bottom for shafts supporting structures other than bridges. ■ Extend the cage to 25 ft.or to the bottom,whichever is shorter,for bridge shafts with plan lengths less than 25 ft. ■ Do not extend the cage for bridge shafts with plan lengths at least 25 ft.that are lengthened less than 33%of plan length. ■ Extend the cage as directed for bridge shafts with plan lengths at least 25 ft.that are lengthened more than 33%of plan length. If the cage does not reach the bottom of the shaft,it may be suspended,or a portion of the longitudinal steel may be extended to support the cage on the bottom of the shaft.Bars used to extend or support the cage may be lap spliced or welded by a qualified welder.Place the extension at the bottom of the shaft. Tie spiral reinforcement to the longitudinal bars at a spacing no more than 24 in.,or as required for a stable cage.Ensure lateral reinforcement is not welded to longitudinal bars unless otherwise shown on the plans. Center the reinforcing steel cage in the excavation using approved"roller'type centering devices unless otherwise approved.Use concrete or plastic chairs to keep the reinforcing cage off of the bottom of the hole. Use centering devices starting at 1.5 ft.off from the bottom of the cage and spaced vertically at intervals not exceeding 10 ft.Use a minimum of 3 centering devices per level at a spacing not to exceed 30 in.Flat or crescent-shaped centralizers("sleds")are not allowed. Support or hold down the cage to control vertical displacement during concrete placement or extraction of the casing.Use support that is concentric with the cage to prevent racking and distortion of the steel. Check the elevation of the top of the steel cage before and after concrete placement or after casing extraction when casing is used.Downward movement of the steel up to 6 in.per 20 feet of shaft length and upward movement of the steel up to 6 in.total are acceptable. Maintain the minimum length of steel required for lap with column steel. Use dowel bars if the proper lap length is provided both into the shaft and into the column.Locate and tie all dowel bars into the cage before placing concrete or insert dowel bars into fresh,workable concrete. Locate and tie anchor bolts when required before placement of concrete.Use templates or other devices to assure accurate placement of anchor bolts. Item 416 Drill Shaft Page.4 Corpus Christi Standard Specification for Construction June 7,2016 3.6. Concrete.Perform all work in accordance with Item 420,"Concrete Substructures."Provide concrete with maximum placement temperatures as specified in Table 4.Provide thermal analysis to show and temperature recording devices to verify maximum core temperature requirements are met as specified in Section 420.4.7.14.,"Mass Placements,"as directed. Table 4 Maximum Concrete Placing Temperature Shaft Mix Design Mix Design Size Options 1-5 Options 6-8 Diameter<5 ft. 952F 952F 7 ft.<Diameter 85°F 75°F Form portions of drilled shaft that project above natural ground. Remove loose material and accumulated seep water from the bottom of the excavation before placing concrete.Place concrete using underwater placement methods if water cannot be removed. Place concrete as soon as possible after all excavation is complete and reinforcing steel is placed.Provide workable concrete that does not require vibrating or rodding.Vibrate formed portions of drilled shafts. Place concrete continuously for the entire length of the shaft.Limit free fall of concrete to 25 ft.for dry shafts of 24 in.or smaller diameter.Use a suitable tube or tremie to prevent segregation of materials. Use a tube or tremie in sections to provide proper discharge and permit raising as the placement progresses.For dry shafts over 24 in.diameter,concrete can be allowed to free fall an unlimited distance if it does not strike the reinforcing cage or sides of the hole during placement.Provide a hopper with a minimum 3-ft.long drop-tube at the top of the shaft to direct concrete vertically down the center of the shaft when free fall is used. Do not use a shovel or other means to simply deflect the concrete discharge from the truck. Maintain a sufficient head of concrete for cased shafts at all times above the bottom of the casing to overcome hydrostatic pressure.Extract casing at a slow,uniform rate with the pull in line with the axis of the shaft.Monitor the concrete level in the casing during extraction.Stop the extraction and add concrete to the casing as required to ensure a completely full hole upon casing removal.The elapsed time from the mixing of the first concrete placed into the cased portion of the shaft until the completion of extraction of the casing must not exceed the time for which the concrete maintains a slump of over 4 in.in accordance with Article 416.2.,"Materials."Modify the concrete mix,the construction procedures,or both for subsequent shafts if the elapsed time is exceeded. Cure the top surface and treat any construction joint area in accordance with Item 420,"Concrete Substructures." 3.7. Additional Requirements for Slurry Displacement or Underwater Concrete Placement Methods.Place concrete on the same day the shaft is excavated and as soon as possible after all excavation is complete and reinforcing steel is placed. Use an air lift or cleanout bucket of the proper size to clean the bottom of the excavation before placing the reinforcing steel cage and concrete.Place concrete through a closed tremie or pump it to the bottom of the excavation.The minimum tremie diameter will be at least 6 times the maximum size of aggregate used in the concrete mix but not less than 10 in.Initially seal the tremie or pump line to positively separate the concrete from the slurry or water. Place concrete continuously from the beginning of placement until the shaft is completed.Keep the tremie full of concrete and well submerged in the previously placed concrete at all times if using a tremie.Raise the tremie as necessary to maintain the free flow of concrete and the stability of any casing used.Keep the discharge tube submerged in the previously placed concrete at all times if using a pump. Place additional concrete to ensure the removal of any contaminated concrete at the top of the shaft.Allow the top portion of concrete to flush completely from the hole at the completion of the pour until there is no evidence of slurry or water contamination. Do not attempt to remove this concrete with shovels,pumps,or other means. Level the top of shaft with hand tools as necessary. Use a sump or other approved method to channel displaced fluid and concrete away from the shaft excavation. Recover slurry and dispose of it as approved.Do not discharge displaced fluids into or near Item 416 Drill Shaft Page.5 Corpus Christi Standard Specification for Construction June 7,2016 streams or other bodies of water. Provide a collar or other means of capturing slurry and the top portion of concrete flushed from the shaft for pours over water. Remove the tube,reseal it at the bottom,penetrate with the tube into the concrete already placed by at least 5 ft.,and recharge it before continuing if concrete placement is interrupted due to withdrawal of the submerged end of the tremie or pump discharge tube before completion. If this condition exists,notify the Engineer and note the elevation and circumstances related to the loss of seal on the drilled shaft log. The elapsed time from the mixing of the first concrete placed until the completion of concrete placement, including extraction of the casing,must not exceed the time for which the concrete maintains a slump of over 4 in.in accordance with Article 416.2.,"Materials."Modify the concrete mix,the construction procedures,or both for subsequent shafts if the elapsed time is exceeded. 3.8. Test Load.Load test shafts,if required,in accordance with Item 405,"Foundation Load Test." 3.9. Trial Shaft.When required on the plans,construct trial shafts to the depth and diameter specified on the plans.Trial shafts include:drilling the hole,placement of the rebar cage(unless otherwise stated),and placement of the concrete.When trial shafts are required,delay start of production shafts until successful completion of trial shafts. 4 MEASUREMENT 4.1. Drilled Shaft.Drilled shaft foundations will be measured by the foot to the bottom of the shaft. 4.1.1. Interior Bents and Piers.Shafts will be measured from a point approximately 6 in.below the finished earthwork elevation at the center of each shaft,unless specific elevations or dimensions are indicated on the plans or unless otherwise directed to meet unusual conditions.The bent height shown on the plans is for estimating purposes only and does not control the top-of-shaft measurement. 4.1.2. Abutment Bents and Retaining Walls.Shafts will be measured from the bottom of footing or cap elevation. 4.1.3. Other Non-Bridge Structures.Shafts,including trial shafts,will be measured from the top of the shaft. 4.2. Core Hole.Core holes will be measured by each core hole drilled. 5 PAYMENT The unit prices bid for the various classifications of drilled shafts will be full compensation for excavation; furnishing,placing,and removing casing;furnishing,processing,and recovering slurry;furnishing,and placing reinforcing steel;pumping;furnishing and placing concrete,including additional concrete required to fill an oversize casing or oversize excavation;conducting slump loss tests;backfilling;disposing of cuttings and slurry;and materials,tools,equipment,labor,and incidentals. When the bottom of a drilled shaft is placed at an elevation below plan grade,no direct payment will be made for extra reinforcement placed to support the cage.The extra reinforcement will be considered subsidiary to the price bid per foot of shaft.No extra payment will be made for casings left in place. No payment will be made for"Drilled Shaft"until the concrete has been placed. 5.1. Drilled Shaft.The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement'will be paid for at the unit price bid for"Drilled Shaft,""Drilled Shaft (Non-reinforced),""Drilled Shaft(Sign Mounts),""Drilled Shaft(High Mast Pole),""Drilled Shaft(Roadway Illumination Pole),"or"Drilled Shaft(Traffic Signal Pole)"of the specified diameter,subject to the limitations for overruns authorized by the Engineer given in Section 416.5.1.1.,"Overrun." Item 416 Drill Shaft Page.6 Corpus Christi Standard Specification for Construction June 7,2016 5.1.1. Overrun.Payment for individual completed shaft lengths up to and including 5 ft.in excess of the maximum plan length shaft,as defined in Section 416.5.1.2.,"Maximum Plan Length Shaft,"will be made at the unit price bid per foot of the specified diameter. Payment for the portion of individual completed shaft length in excess of 5 ft.and up to and including 15 ft. more than the maximum plan length shaft,as defined in this Item,will be made at a unit price equal to 115% of the unit price bid per foot of the specified diameter. Payment for the portion of individual completed shaft length in excess of 15 ft.more than the maximum plan length shaft,as defined in Section 416.5.1.2.,"Maximum Plan Length Shaft,"will be made at a unit price equal to 125%of the unit price bid per foot of the specified diameter. 5.1.2. Maximum Plan Length Shaft.Payment described above is subject to the following provisions for extra depth drilling: ■ For bridge structures,the maximum plan length shaft is the maximum length shaft,regardless of diameter,for any drilled shaft on that specific bridge. ■ For retaining walls,the maximum plan length shaft is the maximum length shaft,regardless of diameter, for any drilled shaft on that specific retaining wall. ■ For overhead sign structures,the maximum plan length shaft is the maximum length shaft,regardless of diameter,for any overhead sign structures included in the Contract. ■ For high mast illumination poles,the maximum plan length shaft is the maximum length shaft, regardless of diameter,for any high mast illumination pole included in the Contract. ■ For roadway illumination poles,the maximum plan length shaft is the maximum length shaft,regardless of diameter,for any roadway illumination pole included in the Contract. ■ For traffic signal poles,the maximum plan length shaft is the maximum length shaft,regardless of diameter,for any traffic signal pole included in the Contract. 5.2. Core Hole.Core holes will be paid at$200 each. Item 416 Drill Shaft Page.7 Corpus Christi Standard for Specification June 7,2016 Item 476 Jacking, Boring, or Tunneling Pipe or Box 1 DESCRIPTION Furnish and install pipe or box by jacking,boring,or tunneling. 2. MATERIALS Use the following types of pipe or box: ■ corrugated metal pipe meeting Item 460,"Corrugated Metal Pipe,"of the size,type,design,and dimension shown on the plans; ■ reinforced concrete pipe meeting the special requirements for jacking,boring,or tunneling of Item 464, "Reinforced Concrete Pipe,"of the size,strength,and dimension shown on the plans; ■ reinforced concrete box meeting Item 462,"Concrete Box Culverts and Drains,"of the size and type shown on the plans;or ■ Other types specified by the plans. 3. CONSTRUCTION Excavate suitable shafts or trenches for conducting the jacking,boring,or tunneling operations and for placing end joints of the pipe or box if the grade at the jacking,boring,or tunneling end is below the ground surface.Maintain a 3:1 slope from edge of pavement on the shaft side of the road unless otherwise shown or directed.Provide a positive barrier when the shaft location is within the clear zone of the roadway.Protect excavations deeper than 5 ft.as specified in Item 402,"Trench Excavation Protection,"or Item 403, "Temporary Special Shoring." Install pipe or box so there is no interference with the operation of street,highway,railroad,or other facility and no embankment or structure is weakened or damaged. Repair any pipe or box damaged in jacking,boring,or tunneling.Remove and replace any pipe or box damaged beyond repair at the Contractor's expense. Backfill shafts or trenches excavated to facilitate jacking,boring,or tunneling immediately after installation of pipe or box. 3.1. Jacking.Provide jacks suitable for forcing the pipe or box through the embankment.Use even pressure to all jacks during operation.Provide a suitable jacking head and suitable bracing between the jacks and the jacking head to apply uniform pressure around the ring of the pipe or circumference of the box.Use joint cushioning of plywood or other approved material. For plywood cushioning material,use 1/2-in.minimum thickness for pipe diameter 30 in.or less,and use 3/4-in.minimum thickness for pipe diameter greater than 30 in. Use 3/4-in.minimum thickness for all boxes. Use cushioning rings of single or multiple pieces.Provide a suitable jacking frame or backstop.Set the pipe or box to be jacked on guides that support the section of the pipe or box,and direct it on the proper line and grade.Place the entire jacking assembly in line with the direction and grade of the pipe or box. In general,excavate the embankment material just ahead of the pipe or box,remove the material through the pipe or box,and force the pipe or box through the embankment with jacks into the space bored or tunneled. Furnish a plan showing the proposed method of jacking for approval. Include the design for the jacking head, jacking support or backstop(thrust block),arrangement and position of jacks,and guides in the plan. Item 476 Jacking,Boring,or Tunneling Pipe or Box Page. 1 Corpus Christi Standard for Specification June 7,2016 Ensure excavation for the underside of the pipe for at least 1/3 of the circumference of the pipe conforms to the contour and grade of the pipe.Ensure the excavation for the bottom slab of the box conforms to the grade of the box.Over-excavate,if desired,to provide no more than 2 in.of clearance for the upper portion and sides of the pipe or box.Taper this clearance to zero at the point where the excavation conforms to the contour of the pipe or box.Carry out jacking without interruption to prevent the pipe from becoming firmly set in the embankment.Monitor volume of soil excavated to avoid any appreciable over excavation.Pressure- grout any over excavation of more than 1 in.Pressure-grout between the carrier pipe and casing when shown on the plans. The distance the excavation extends beyond the end of the pipe or box must not exceed 2 ft.Decrease this distance as necessary to maintain stability of the material being excavated. Jack the pipe or box from the low or downstream end.The final position of the pipe or box must not vary from the line and grade shown on the plans by more than 1 in.in 10 ft.Variation must be regular and in one direction,and the final flow line must be in the direction shown on the plans. Use a shield or cutting edge of steel plate around the head end of the pipe or box extending a short distance beyond the end if desired.The minimum distance for parallel pipe or box jacking or tunneling is 3 ft.or 2 times the diameter of the pipe or width of box,whichever is greater,unless otherwise shown on the plans. 3.2. Boring or Tunneling.Bore from a shaft in an approved location provided for the boring equipment and workmen. Dispose of excavated material using an approved method. Use water or other appropriate drilling fluids in connection with the boring operation only as necessary to lubricate cuttings and pipe or box;do not use jetting. Use a gel-forming colloidal drilling fluid consisting of high-grade, carefully processed bentonite to consolidate cuttings of the bit in unconsolidated soil formations. Seal the walls of the bore hole and furnish lubrication for subsequent removal of cuttings and immediate installation of the pipe. Allowable variations from line and grade are specified in Section 476.3.1.,"Jacking."Pressure-grout any over excavation of more than 1 in. 3.2.1. Larger Diameter Boring Methods.Use the pilot hole or auger method for drainage and large utility borings. Pressure-grout any over excavation of more than 1 in.Pressure-grout between the carrier pipe and casing when shown on the plans. 3.2.1.1. Pilot Hole Method.Bore a 2-in.pilot hole the entire length of the crossing,and check it for line and grade during the boring or tunneling operation on the opposite end of the bore from the work shaft.This pilot hole will serve as centerline for the larger diameter hole to be bored. 3.2.1.2. Auger Method.Use a steel encasement pipe of the appropriate diameter equipped with a cutter head to mechanically perform the excavation. Use augers of large enough diameter to convey the excavated material to the work shaft. 3.2.2. Electrical and Communication Conduit Boring.Limit over excavation to the dimensions shown in Table 1 for electrical and communication conduit borings.Increased boring diameters will be allowed for outer diameters of casing and couplings. Pressure-grouting will not be required for electrical and communication conduit borings. Item 476 Jacking,Boring,or Tunneling Pipe or Box Page.2 Corpus Christi Standard for Specification June 7,2016 Table 1 Allowable Bore Diameter for Electrical or Communication Conduit or Casing Sin le Conduit Bores Multiple Conduit Bores Conduit Size Maximum Allowable Conduit Size Maximum Allowable n.) Bore Bore 2 4 4 6 3 6 5 8 4 6 6 10 6 10 7 12 8 12 1.The diameter of multiple conduits is the sum of the outside diameter of the 2 largest conduits for placement of up to 4 conduits in one bore.Submit boring diameters for the Engineer's approval when more than 4 conduits are to be placed in a bore. 3.3. Tunneling.Use an approved tunneling method where the characteristics of the soil,the size of the proposed pipe,or the use of monolithic pipe would make the use of tunneling more satisfactory than jacking or boring, or when shown on the plans. Ensure the lining of the tunnel is strong enough to support the overburden when tunneling is permitted. Submit the proposed liner method for approval.Approval does not relieve the Contractor of the responsibility for the adequacy of the liner method. Pressure-grout the space between the liner plate and the limits of excavation. Pressure-grout between the carrier pipe and liner plate when shown on the plans. 3.4. Joints.Make joints by field bolting or connecting bands,whichever is feasible if corrugated metal pipe is used.Make the joints in accordance with Item 464,"Reinforced Concrete Pipe,"if reinforced concrete pipe is used.Make the joints in accordance with Item 462,"Concrete Box Culverts and Drains,"if reinforced concrete box is used. 4. MEASUREMENT This Item will be measured by the foot between the ends of the pipe or box along the flow line. This is a plans quantity measurement Item.The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2.,"Plans Quantity Measurement."Additional measurements or calculations will be made if adjustments of quantities are required. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement"will be paid for at the unit price bid for"Jacking,Boring,or Tunneling Pipe"of the type,size, and class specified;or"Jacking,Boring,or Tunneling Pipe"of the type,size,and design specified;or "Jacking or Tunneling Box Culvert"of the size specified. This price is full compensation for excavation,grouting,backfilling,and disposal of surplus material; furnishing pipe,box,and pipe liner materials required for tunnel operations;preparation,hauling,and installing of pipe,box,and pipe liner materials;and materials,tools,equipment,labor,and incidentals. Protection methods for open excavations deeper than 5 ft.will be measured and paid for as required under Item 402,"Trench Excavation Protection,"or Item 403,"Temporary Special Shoring." Item 476 Jacking,Boring,or Tunneling Pipe or Box Page.3 Corpus Christi Standard Specification for Construction June 7,2016 Item 502 Barricades, Signs, and Traffic Handling 1 DESCRIPTION Provide,install,move,replace,maintain,clean,and remove all traffic control devices shown on the plans and as directed. 2. CONSTRUCTION Comply with the requirements of Article 7.2.,"Safety". Implement the traffic control plan(TCP)shown on the plans. Install traffic control devices straight and plumb.Make changes to the TCP only as approved.Minor adjustments to meet field conditions are allowed. Submit Contractor-proposed TCP changes,signed and sealed by a licensed professional engineer,for approval.The Engineer may develop,sign,and seal Contractor-proposed changes.Changes must conform to guidelines established in the TMUTCD using approved products from the Department's Compliant Work Zone Traffic Control Device List. Maintain traffic control devices by taking corrective action when notified.Corrective actions include,but are not limited to,cleaning,replacing,straightening,covering,and removing devices.Maintain the devices such that they are properly positioned and spaced,legible,and have retroreflective characteristics that meet requirements day or night and in all weather conditions. The Engineer may authorize or direct in writing the removal or relocation of project limit advance warning signs.When project limit advance warning signs are removed before final acceptance,provide traffic control in accordance with the TMUTCD for minor operations as approved. Remove all traffic control devices upon completion of the work as shown on the plans or as directed. 3. MEASUREMENT Barricades,Signs,and Traffic Handling will be measured by the each location. 4. PAYMENT 4.1. Barricades,Signs,and Traffic Handling.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 "Barricades,Signs,and Traffic Handling."This price is full compensation for installation,maintenance, adjustments,replacements,removal,materials,equipment,labor,tools,and incidentals. Item 502 Barricades,Signs,and Traffic Handling Page. I City of Corpus Christi Standards&Specification August 2,2010 ITEM 600 TRAFFIC SIGNAL STANDARDS & SPECIFICATIONS 600.1. DESCRIPTION: The purpose of this specification is to describe the necessary definitions, regulations,procedures, work--one control, and maintenance for traffic signal construction for the City of Corpus Christi and to provide a consistent set of guideline,practices and standards for use by designers, contractors and City of Corpus Christi Traffic Engineering Division. These specifications pertain to all phases of construction and modifications of new and/or existing traffic signals as shown on the project plans. The requirements of this specification shall be enforced on all contracts which include signalized intersections, even if no traffic signal work is part of the Contract. 600.2. DEFINITIONS: The words defined in the following section shall for the purpose of these specifications have the meanings ascribed to them pertaining to traffic signals. • ASA: American Standards Association. • ASTM: American Society of Testing Materials. • AWS: American Welding Society. • AWG: American Wire Gauge. • Backplate: A thin strip extending outward parallel to the signal face on all sides of signal housing, to provide suitable background for the signal indications. • Traffic Engineer: City Traffic Engineer responsible for all operations on streets & local highways within the municipality. • Construction Traffic Coordinator: The person in charge of construction barricading and barricade inspections. • Controller Assembly: The complete assembly for controlling the operation of traffic signals consisting of a traffic signal controller unit and all auxiliary and external equipment housed in a weatherproof cabinet. • Controller: That part of the controller assembly which performs the basic timing and logic functions for the operation of the traffic signal. • AEP: American Electric Power. • Detector: A device for indicating, the passage or presence of vehicles or pedestrians. • FHWA: Federal Highway Administration. • Flasher: A device used to open and close signal circuits at a repetitive rate. 600 Traffic Signal General Standards Page 1 City of Corpus Christi Standards&Specification August 2,2010 • Flash Operation: This feature discontinues normal signal operation and causes a predetermined combination of flashing signal circuits. • IMSA: International Municipal Signal Association. • Inspector: The Inspector referred to is the person appointed by the City in responsible charge of inspection of the traffic signal elements of a project. On a privately funded project, this person may be an Engineer representing the owner under the guidance of the City Traffic Engineer. • ITE: Institute of Transportation Engineers. • Luminaire: The assembly which houses the light source and controls the light emitted from the light source for roadway illumination. Luminaries' consist of a housing, lamp socket, reflector, and glass globe or refractor. • Manual Operation: The operation of a signal controller unit by means of a hand operated switch. • Mounting Assembly: The framework and hardware required to mount the signal face(s) and pedestrian signal(s) to the pole. • MUTCD: Manual on Uniform Traffic Control Devices. • NEC: National Electrical Code. • NESC: National Electrical Safety Code. • NEMA: National Electrical Manufacturer's Association. • Pedestrian Signal: A traffic control signal for the exclusive purpose of directing pedestrian traffic at signalized locations. • Punch List: The list compiled by the City for the Contractor noting deficiencies needing attention prior to final acceptance of the traffic signal system. • Phase: A part of the time cycle allotted to any traffic movement or combination of movements receiving the right-of-way during one or more intervals. • TxDOT: Texas Department of Transportation. • Signal Face: An assembly controlling traffic in a single direction and consisting of one or more signal sections. Circular and arrow indications may be included in a signal assembly. The signal face assembly, also called a signal head, shall include the visors and Backplates where specified or shown on the plans. 600 Traffic Signal General Standards Page 2 City of Corpus Christi Standards&Specification August 2,2010 • Signal Indication: The illumination of a signal section or other device, or of a combination of sections of other devices at the same time. • Signal Section: A complete unit for providing a signal indication consisting of housing, lens, reflector, lamp receptacle, and lamp. • TMUTCD: Texas Manual on Uniform Traffic Control Devices. • Traffic Design Engineer: Person in charge of Traffic Design for the City of Corpus Christi. • Traffic Signal Superintendent: Person in charge of the City Traffic Signals Maintenance & Operations Shop. • Traffic Signal Timing Specialist: Person in charge of the traffic signal coordinated systems & traffic signal timings. • UL: Underwriters Laboratories. • Vehicle: Any motor vehicle normally licensed for roadway use. 600.3. GENERAL INFORMATION: Contractor hired for the modification or installation of traffic signals, within the jurisdiction of the City of Corpus Christi, shall meet the following requirements: A. Contractor shall provide documentation indicating actual installation and modification of traffic signals completed in the past year. The statement shall include the name of the agency work was performed for and the date the work was completed and provide to the Traffic Engineer or Designee,prior to the start of work. B. Contractor personnel must be competent in the construction and wiring techniques required for traffic signal installation, have an excellent knowledge of traffic signal controller cabinet assemblies and have experience in the operation of traffic signal NEMA controllers. Contractor is required to have one certified IMSA Level II Traffic Signals Technician for any work external or internal to the traffic signal controller cabinet and is required to be on the job-site at all times to supervise construction. Contractor shall provide to the City a Copy of the individual's certification prior to the start of work. C. A pre-construction meeting will be required with the traffic signal contractor and the City Traffic Signals Superintendent prior to the start of work to assure that all material, equipment and work specifications are understood. D. Finished product should conform to current Traffic Signal standards for Cosmetics as well as Quality in workmanship. 600 Traffic Signal General Standards Page 3 City of Corpus Christi Standards&Specification August 2,2010 600.4. REGULATIONS AND CODES: A. Electrical Equipment. All electrical equipment shall conform to the standards of the National Electrical Manufacturer's Association(NEMA), the National Electric Safety Council (NESC), Underwriters Laboratories (UL), or the Electronic Industries Association (EIA) where applicable. B. Standards. All materials and workmanship shall conform to the requirements of the latest revision of the National Electric Code (NEC), Illumination Engineer's Society(IES), standards of the American Society for Testing and Materials (ASTM), American Association of State Highway and Transportation Officials (AASHTO), requirements of the plans, Traffic Signal Special Specifications, Special Provisions, and to any other codes, standards, or local ordinances which may apply. Whenever reference is made to any of these standards, the reference shall be considered to mean the code, ordinance, or standard that is in effect at the time of construction. 600.5. INSPECTION PROCEDURES: A. Notification. Prior to beginning any work on any City traffic signal facility, the Contractor shall notify the Traffic Engineering Division and Traffic Signals Operations Dept. one week in advance. Under no circumstances will the City accept work done without this prior contact being made. B. Inspection. The City Construction Inspector assigned to the project shall be responsible for coordination and inspection of all elements of the traffic signal system. The only persons authorized to modify that Inspector's directions is the City Traffic Engineer and/or his Designee. C. Acceptance. Final inspection on City projects as well as privately administered projects, for the purpose of generation of the Punch List, shall be conducted by the City Traffic Engineer, City Traffic Signal Operations Dept. the Contractor and City Construction Inspector. The Contractor shall notify the Traffic Design Engineer and the Traffic Signal Superintendent 48 hours in advance of a desire for final inspection. It will be the Contractor's responsibility to have a bucket truck available at the Final Inspection for inspection of any overhead signal resources. After the Punch List items are completed the signal may be put into Flash Operations for a period of at least seven (7) days if new. If the intersection is an existing it could begin its 30 day test period in normal operation described by the City Traffic Engineer. A Final Letter of Acceptance of the traffic signals will be initiated by the Traffic Design Engineer to Traffic Engineering, after the signal has functioned properly for a period of at least 30 days. If a major malfunction occurs within the 30-day test, the test must be restarted. 600 Traffic Signal General Standards Page 4 City of Corpus Christi Standards&Specification August 2,2010 E. Underground Traffic Signal Line Locating. When working in and around a signalized intersection the Contractor shall call the City Customer Call Center 361-826-CITY (2489) at least 48 hours in advance before of any digging, excavating and directional boring begins. Traffic Signals Operations is not on the "Call before Digging" list so you need to call directly to the City Call Center to request a line locate or the Traffic Signal Shop at(361-826-1610), after hours (361-815-1379). 600.6. EQUIPMENT SUBMITTALS: A. Approval. The Contractor shall note that the approval by the City Traffic Engineer and/or Traffic Signals Operations is required prior to installation of any equipment that is to be used. B. Material List. The Contractor shall submit two copies of a complete material list for approval which shall conform to these specifications. The list shall state all relevant information regarding materials and equipment to allow the City to procure exact replacements of any items supplied on the project. The submittals must be complete enough to be able to judge if items comply with the features specified and shall be evaluated by the Contractor prior to submittal to eliminate rejection of obviously wrong items. The materials on the list shall be identified by the contract project name or number, bid item number, catalog part numbers, catalog cuts, shop drawings, trade names, and schedules of other pertinent information. The materials from catalog cuts shall be clearly indicated by the Contractor. Any material designation used in the contract documents shall be so noted on the material list. If requested, the Contractor shall submit shop drawings for review and approval. C. Pre-Approved Materials. It is the City's intent to keep a"pre-approved" list of equipment for traffic signal projects. The intent is to streamline the approval process by making information available to the Contractor of items that have been previously approved under these specifications. This list is in no way to be construed as an endorsement of any brand or product. This list is available from the Traffic Engineer Dept, and use of the list does not relieve the Contractor from responsibility to comply with the specifications of a particular project. The maintenance of this list is at the discretion of the Traffic Engineer, and the Contractor should be prepared to provide submittals of all equipment as required herein. The Contractor shall be allowed to substitute a reference to an item in the "pre-approved"list in lieu of a catalog data sheet, if he desires, and if the City Traffic Engineer has provided such a list. Such reference shall be sufficiently complete for the City to judge which item is being proposed. The Contractor may also be asked to submit additional documentation from an independent testing lab attesting that the material submitted meets or exceeds the required specifications. D. Changes to Approved Materials. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. Proposed changes to the approved materials submittal shall be 600 Traffic Signal General Standards Page 5 City of Corpus Christi Standards&Specification August 2,2010 submitted in writing. If requested, the Contractor shall submit samples of proposed materials for testing and evaluation by the City. E. Rejection of Material. The City reserves the right to reject an incomplete or unclear material list or submittal. Installation of equipment not corresponding to the submittal shall be grounds for rejection of the equipment and replacement with approved materials at no cost to the City, even if the non-approved material might otherwise have been approved had it been properly submitted. F. Submittals. Submittals shall be delivered to the Traffic Engineer Dept. as soon as possible after signing of the contract. Payments to the Contractor may be held if the submittal process is not completed in a timely fashion, considering no equipment can be installed without all submittals being approved. Submittals shall be provided for the following equipment: • Pull Boxes & Lids • Pedestrian Signals • Traffic Signal Heads • LED Lamps (Light Emitting Diodes) • Backplates • Battery Back-Up System (BBS) • Signal Mountings Hardware • Backplates • Video Image Vehicle Detection Systems (VIVDS) • Microwave Detection • Radar Detection • Malfunction Management Units (MMU) • Buss Interface Unit(BN) • NEMA Load Switches • NEMA Controller and Cabinet • Wood Poles • Span Wire • Pedestrian Pushbuttons • Wire and Cable • Conduit and Fittings • Service Pedestal • AC Service Panel • Surge Arrestors • Breakers • Steel Pole & Arm • Sign Mounting Brackets • Internally Lighted Street Name Sign (ILSN) 600 Traffic Signal General Standards Page 6 City of Corpus Christi Standards&Specification August 2,2010 600.7. BARRICADING: A.General. Barricading shall be provided by the Contractor as provided for in the plans and requested by the City Traffic Engineer, Traffic Design Engineer, Inspector. The Contractor shall supply his own barricades or employ a legitimate barricading company for this purpose, supplying the Inspector with the responsible party's 24-hour telephone number for emergencies. B. Contractor's Responsibilities. It is the Contractor's responsibility to see that all traffic control devices are properly installed and maintained. All locations and distances shall be in conformance with the barricading details supplied by the Traffic Design Engineer, the Construction Traffic Coordinator and the Texas Manual on Uniforin Traffic Control Devices. Any time a Contractor's vehicle occupies a street open to vehicular traffic, or doing the work in the street for the purpose of hanging heads, erection of poles, cutting and installation of loops, or any other such work, adequate advance warning signs and barricades or cones shall be used as required by the Texas MUTCD. Additionally, all locations not in a road project shall have the SIGNAL CONSTRUCTION AHEAD signs and END CONSTRUCTION signs on all approaches of the intersection having the new signals or modification installed. Any trenches left overnight as well as any foundations that do not have poles sitting on them or any other such hazard to the public shall be adequately covered and barricaded with reflective standard barricades equipped with warning flashers or as directed by the Engineer. C.Contractor Supplied Barricading. If the Contractor elects to do his own barricading, a traffic control plan is required 48 hours (excluding weekends) in advance for approval. D.Lane Closures. Any lane closures or total closures of streets or existing sidewalks must be approved in advance. A 72-hour notice is required on all lane closures and/or total closures. No closures or partial closures shall occur during the peak hours of 7:00 am to 9:00 am and 4:00 pm to 6:00 pm, weekdays. E. Sidewalks. No sidewalks in the downtown area shall be closed unless authorized by the City Traffic Engineer. F. Materials for Temporary Traffic Control Devices. Reflectorized signs shall be constructed of retro-reflective sheeting and shall be maintained to meet the appearance, color and reflectivity requirements. Paints and coloration of signs shall be equal to the TxDOT standards. All traffic control devices shall conform to the Texas Manual on Uniform Traffic Control Devices for Streets and Highways. Contractors shall furnish copies of certifications from manufacturers of the lights that the warning lights meet the requirements of the ITE Standard for Flashing and Steady Burn Warning Lights, if requested. G.Temporary Signage for Traffic Signal Construction. Signs erected on portable supports normally mean signs which are used during the day to warn or guide traffic through and/or around the actual construction area, but at the end of the day such signs are either removed or 600 Traffic Signal General Standards Page 7 City of Corpus Christi Standards&Specification August 2,2010 turned away from the view of traffic. Portable supports shall be as shown in the detail. Signs required for nighttime usage should not normally be mounted on temporary supports, except when approved by the Inspector. Signs erected on fixed supports for use on construction projects normally mean signs that are to remain in place for both day and night usage to regulate, warn and guide traffic in advance of and within the limits of the project including the crossroad approaches. However, under certain conditions, such as where a sign may be required for a few days duration and then is no longer needed or where a sign is moved from location to location every few days or where it is not practical or desirable to provide a fixed mounting, such signs may be erected on a temporary support. Signs erected on temporary supports should be at a minimum height of 3 feet. Signs erected on fixed supports should be at a minimum height of 7 feet. All regulatory signs shall be erected at least 7 feet above the ground. Posts for fixed supports should be set in the ground without concrete footings. Where portable or temporary supports require the use of weights to keep the sign or barricade from turning over, the use of some type of sandbag is recommended. The use of pieces of concrete, rocks, iron, steel or other solid objects will not be permitted. Signing shown on the details is typical and may be adjusted to fit field conditions. No more than 2 signs shall be placed on a barricade. H.Visibility of Signals. The Contractor shall be responsible for maintaining appropriate visibility of new or existing signals. The contractor will be responsible for temporary signals or signal relocations necessary to meet the visibility requirements in the Texas MUTCD when traffic is detoured to another part of the roadway even if no other signal work is part of the Contract. 600.8. SIGNAL SHUTDOWNS: A.At any location where an existing signal is to be temporarily shut down for the sake of changing from the old controller or service to the new controller or service, the Contractor shall be responsible for arranging and bearing the cost of duly-constituted peace officers in their jurisdiction for directing traffic. Security guards are not considered as police officers and shall not be used for this purpose. B. Signal shutdown shall not begin prior to 9:00 AM on weekdays (holidays excluded) and shall be avoided from 4:00 PM to 6:00 PM weekdays. C.Additionally, the City shall not allow an existing traffic signal or flasher system to be turned off and STOP signs used to control traffic. The Contractor shall plan ahead and consider this when planning his project strategy. It is suggested that the new poles be installed as soon as possible and possibly temporarily wired overhead to avoid this problem. Except in highly unusual circumstances, the City will require the Contractor to place the new signals in 600 Traffic Signal General Standards Page 8 City of Corpus Christi Standards&Specification August 2,2010 operation before the old signals are removed. If temporary signals cannot be avoided, the Contractor will be responsible for all temporary signals. 600.9. CITY SUPPLIED MATERIALS: The City shall not supply nor lend out equipment on a contract-deduction as is or any other basis unless such arrangement is so stated in the plans or approved by the Traffic Design Engineer. 600.10. UTILITY LOCATIONS: The locations of utilities shown on the plans are approximate. All involved utilities, tunnels, and storm drains may not be complete on the plans, and the Contractor shall be responsible for obtaining any additional information from the applicable sources prior to construction, and determining the accuracy and adequacy of such information necessary for his performance of the work. Damage to any utility or existing facilities (including detector loops not involved in the project) shall be repaired or replaced at the Contractor's expense. Existing loop detectors damaged or broken by the Contractor shall be replaced with either video detection equipment or Microwave/Radar detection by him at no expense to the City, unless other arrangements have been made in writing with the City. 600.11. MAINTENANCE DURING CONSTRUCTION: A. General. Any and all maintenance, reattachments to Utility poles or City poles, temporary signals, relocation of signals over lanes, or pole relocations or removals shall be by the Contractor. The City shall have no maintenance or construction responsibilities during construction except for the timing in the controller cabinet itself. B. Detours. During detours, traffic signal heads and video detection cameras must be repositioned by the Contractor to the minimum requirements of the Texas Manual on Uniforin Traffic Control Devices and to the directions of the City Traffic Engineer, Traffic Signal Superintendent and/or Inspector. A min of two signal heads shall be maintained over the traveled lanes when construction on live intersection requires traffic to move from normally traveled lanes. Signal head not over traveled lanes shall be bagged. C. Left Turns. Where left turn arrows presently exist and a one-lane detour road will be built as a temporary construction detour, the Inspector, Traffic Engineer, or Traffic Signal Superintendent may require the arrow(s)be eliminated temporarily by the Contractor to facilitate traffic movement. D.Damage to Signals by Contractor. In the event that the Contractor or his sub-contractor damages any traffic signal facilities to the point that the signal installation is inoperative it shall be the Contractor's responsibility to set temporary Stop signs as soon as possible. It will 600 Traffic Signal General Standards Page 9 City of Corpus Christi Standards&Specification August 2,2010 also be the Contractor's responsibility to have an off-duty police officer on the site within two hours of the non-functioning signal, if the signal is not repaired to the Traffic Engineer and/or Traffic Signal Superintendent satisfaction within the first hour. In the event that the Contractor is unable to accomplish the above, the City of Corpus Christi shall at it's option send an on-duty police officer to the site and have either the City's Traffic Signal Maintenance Operations or another independent private traffic signal Contractor to facilitate the repairs. Any and all cost incurred by the City of Corpus Christi to repair the damaged signal facilities shall be the responsibility of the General Contractor for the project. 600.12. CABLE SPLICING POLICY. No splice shall be made to a signal cable and shall terminate in the steel pole terminal strip or in the base of a terminal strip. The signal cable run shall be complete straight run from the traffic controller cabinet to the traffic signal pole. The only exception is on span wire signal installations where individual feed cables enter the main cable from the signal heads. All cables for detection cameras shall be continuous without splice from the camera to the signal cabinet. All power feeds shall be continuous without splicing from the source to the service panel or meter and from meter to the controller cabinet. At no time shall any cable be permitted to be spliced in a pull box. 600.13. SIGNAL TURN-ON'S: A.City Approval. Signals shall be turned on when the City has determined that the location is in adequate condition(wiring, signals, service, etc.) to be turned on safely. The City Traffic Engineer or Designee shall make this determination. B.Manual Flash Mode. Unless otherwise shown on the plans, it is the City's policy for new traffic signals to turn on the new system and let it remain in the Manual Flash mode for 7 days before the system is switched on to cycling mode. C.Placing Signals in Service. The Contractor shall ensure that service has been provided and that all wires are terminated in the cabinet. At that point the Contractor shall arrange with the City Inspector for the Traffic Engineer Dept. to conduct an inspection to verify that there are no other circumstances that would delay the turn-on. The City Traffic Engineer shall coordinate with the Traffic Signal Maintenance Operations on turning the signals on to the flash mode through the Inspector. The Contractor shall have Vendor/Manufacturers representative,personnel and a bucket truck at the site on the day the Traffic Engineer or Traffic Signal Operations turn the signal on to flashing operation for the purpose of uncovering the signals and any necessary overhead work or inspections. The Contractor shall not place any signal in operation, either cycling or flashing, under any circumstances unless authorized by the City Traffic Engineer or his Designee! 600 Traffic Signal General Standards Page 10 City of Corpus Christi Standards&Specification August 2,2010 600.14. LOCATING OF FACILITIES: A. The Contractor shall locate poles, controllers, etc., as shown in plans. Slight less than three feet) deviation to avoid existing utilities is permissible, unless the new location would move the pole too close to the roadway, obstruct the view of another traffic control device, or otherwise not conform to the intent of the plans. Large deviations must be approved by the City Traffic Engineer and Traffic Design Engineer. The Contractor shall bear in mind that electrical plans are somewhat diagrammatic in nature when it comes to conduit routing and adjustments which may be necessary in the field. B. Ground Boxes: Existing signal ground boxes located in or near the proposed ADA ramp needing to be moved or relocated, shall first remove the signal cable from the conduit to make the lateral adjustment for the new proposed ground box. No splices will be allowed in the ground boxes. If there is not enough slack in the existing cable, then all cable in the conduit will be replaced. Traffic signal cable shall be a continuous run from the controller cabinet to the traffic signal pole terminal strip. If ground boxes & covers are removed, before start of demolishing and construction for the new ramp and sidewalk, all conduits shall be covered to keep any debris from falling into it. If debris falls into the conduits it will be the Contractor responsible to remove it by using high air pressure and water. Traffic Signal Operations will inspect the work before pouring the concrete. 600.15. PRESERVATION OF SOD, SHRUBBERY AND TREES: The Contractor shall assume full responsibility for the preservation of all sod, shrubbery, and trees at the site during the installation. When it becomes necessary to remove any sod, shrubbery, or tree branches, the Contractor shall obtain permission from the owner. All sod and shrubbery that are removed shall be carefully preserved and replaced in their original position. Damaged sod or shrubbery shall be replaced by the Contractor at his expense. 600.16. REMOVAL AND REPLACEMENT OF CURBS AND WALKS: The Contractor shall secure permission from the City Inspector before cutting into any curbs and sidewalks. Sidewalk slabs that require conduit or other facilities to be placed in or beneath them shall be neatly saw cut at the closest expansion or cold joint and the entire slab removed and replaced. Saw cutting slots through slabs is considered unsightly and will not be tolerated. Exceptions to this may be approved by the Traffic Design Engineer only on conduit runs in excess of 50 feet that are not bored. After the work is complete, the Contractor shall restore facilities which have been removed to the equivalent of their original condition or better. 600 Traffic Signal General Standards Page 11 City of Corpus Christi Standards&Specification August 2,2010 600.17. PERMITS: The Contractor shall obtain all permits and inspections as required. Cost of these permits is the responsibility of the Contractor and is subsidiary to the various items in the project. 600.18. SALVAGED EQUIPMENT: A. Salvaged Equipment. Equipment not reused in the new signal system shall be removed by the Contractor. Salvaged poles, signals, cabinets and contents, signal wire, pedestrian signals, signs, and pedestrian buttons shall be transported and unloaded at the City Traffic Signal Maintenance Operations Shop. B. Notification. The Contractor shall notify the City Traffic Signals Maintenance Operations Shop 48 hours prior to the proposed delivery date/time to arrange for the receipt of the salvaged equipment by the City. The Contractor shall make a complete inventory listing of the items salvaged and present it upon delivery of the items. C. Damaged Equipment. All equipment damaged or destroyed by improper care, handling, or transport shall be replaced with new equipment. The Contractor shall remove from the jobsite and dispose of any non-salvaged items and old wire. Holes resulting from the removal of pull boxes, foundations, and other materials shall be backfilled and compacted with material equivalent to the surrounding material and the surface made to match the surrounding surface in accordance with the appropriate specification. 600.19. CLEANUP: The Contractor shall leave the intersection area, right-of-way, and any work or storage areas in broom clean condition. Dirt areas shall be raked clean. No scraps or debris of any kind shall be left at the site. 600.20. WARRANTY: Unless otherwise noted on the plans or superseded by the requirements of other Items, the Contractor shall guarantee all items of workmanship and materials to be free from defects for a period of one year from the date of acceptance. 600.21. AS-BUILT PLANS: The Contractor shall supply the City Traffic Engineer and Traffic Signal Operations Shop with redlined blueprints of any and all field changes and alterations for a file copy on all projects with traffic signals for the City. This set of As-Builts is in addition to and separate from any other As-Built requirements in that contract. 600.22. MEASUREMENT AND PAYMENT: Requirements of this Item shall not be measured or paid for directly and are considered subsidiary to the other governing items specified for the project. 600.23. BID ITEM: 600 Traffic Signal General Standards Page 12 City of Corpus Christi Standards&Specification August 2,2010 N/A 600 Traffic Signal General Standards Page 13 City of Corpus Christi Standard Specification for Construction July 29,2010 ITEM 618 CONDUIT 618.1.DESCRIPTION: Furnish and place conduit. 618.2.MATERIALS: Provide new materials that comply with the details on the plans, the requirements of this Item, and the pertinent requirements of Item 622, "Duct Cable." When Specified on the plans,provide: a. Rigid metal(RM) conduit that is hot dipped galvanized inside and outside with a minimum of 1.5 oz per square foot of a zinc coating in accordance with the Texas Department of Transportation(TxDOT) Standard Specification Item 445, "Galvanizing." b. Electrical metallic tubing (EMT) and intermediate metal conduit(IMC) that is steel, galvanized on the outside, and protected on the inside with a suitable corrosion-resistant material. c. Polyvinyl chloride (PVC) conduit that meets the requirement of NEMA Standard TC-2, UL 651, and the NEC. d. High-Density Polyethylene (HDPE) conduit without factory installed e. Flexible conduit that is liquid tight. Furnish conduit from new materials that comply with TxDOT DMS-11030, "Conduit." Unless otherwise shown on the plans, fabricate fittings such as junction boxes and expansion joints from a material similar to the connecting conduit. Use watertight fittings. Do not use set screw and pressure cast fitting. Steel compression fittings are permissible. When using HDPE conduit,provide fitting that are UL listed as electrical conduit connectors or thermally fused using a electrically heated wound wire resistance welding method. Use Red 3-inch 4-mil polyethylene underground warning tape that continuously states "Caution Buried Electrical Line Below." 618.3. Equipment: Provide the machinery, tools and equipment necessary for proper installation of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. 618.4. Construction: Place conduit in accordance with the lines, grades, details and dimensions shown on the plans or as directed. Install conduit a minimum of 18 inches deep underground unless otherwise shown on the plans. a. Meet the requirements of the NEC when installing conduit. Secure and support conduit placed for concrete encasement in such a manner that the alignment will not be disturbed during placement of the concrete. Cap ends of conduit and close box openings before concrete is placed. Item 618 Conduit Page 1 City of Corpus Christi Standard Specification for Construction July 29,2010 b. Ream conduit to remove burrs and sharp edges. Use a standard conduit cutting die with a 3/4-inch taper per foot when conduit is threaded in the field. Fasten conduit placed on structures with conduit straps or hangers as shown on the plans or a directed. Fasten conduit within 3-ft. of each box or fitting and at other locations shown on the plans or as directed. Use metal conduit clamps that are galvanized malleable or stainless steel unless otherwise shown on the plans. Use 2-Hole type clamps for 2-inch diameter or larger conduit. c. Fit PVC and HDPE conduit terminations with bushings or bell ends. Fit metal conduit terminations with a grounding type bushing, except conduit used for duct cable casing that does not terminate in a ground box and is not exposed at any point. Conduit terminating in threaded bossed fittings does not need a bushing. Prior to installation of conductors or final acceptance,pull a spherical template having a diameter of at least 75% of the inside diameter of the conduit through the conduit to ensure that the conduit is free from obstruction. Cap or plug empty conduit placed for future use. d. Perform trench excavation and backfilling as shown on the plans or as directed and in accordance with"Item 400, Excavation, Trenching and Backfilling." Excavation and backfilling will be subsidiary to the installation of the conduit. e. Jack and bore as shown on the plans or as directed, and in accordance with"Item 406, Jacking, Boring, or Tunneling." f. Place warning tape approximately 10-inch. Above trenched conduit. Where existing surfacing is removed for placing conduit, repair by backfilling with material equal in composition and density to the surrounding areas and by removed surfacing, such as asphalt pavement or concrete rip rap, with like material to equivalent condition. Mark conduit location as directed. 618.5. Measurement: Conduit will be measured by the foot of conduit. a. This a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Change Order. Additional measurement or calculations will be made if adjustments of quantities are required. b. Boring through soil or rock will be measured in accordance with"Item 406 Jacking, Boring or Tunneling." 618.6. Payment: The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement"will be paid for at the unit price bid for Item 618 Conduit Page 2 City of Corpus Christi Standard Specification for Construction July 29,2010 "Conduit" of the type and size specified and the installation method specified as applicable. This price is full compensation for furnishing and installing conduit; hanging, strapping,jacking, boring, tunneling, excavation, and furnishing and placing backfill; replacing pavement structure, sod, rip-rap, curbs, or other surface; marking location of conduit(when required); furnishing and installing fittings,junction boxes and expansion joints; and equipment, labor, tools and incidentals. Flexible conduit will not be paid for directly but will be subsidiary to pertinent Items. Unless otherwise shown on the plans, no payment will be allowed under this Item for conduit used on electrical services or in foundation. 618.7. Bid Item: Item 618.1 Conduit(2-inch/PVC schedule 40)per foot Item 618.2 Conduit(3-inch/PVC schedule 40)per foot Item 618.3 Conduit(4-inch/PVC schedule 40)per foot Item 618.4 Conduit(2-inch/PVC schedule 40) (Bore)per foot Item 618.5 Conduit(3-inch/PVC schedule 40) (Bore)per foot Item 618.6 Conduit(4-inch/PVC schedule 40) (Bore)per foot Item 618.7 Conduit(2-inch/PVC schedule 40) (Bore Rock)per foot Item 618.8 Conduit(3-inch/PVC schedule 40) (Bore Rock)per foot Item 618.9 Conduit(4-inch/PVC schedule 40) (Bore Rock)per foot Item 618 Conduit Page 3 City of Corpus Christi Standard Specification for Construction July 29,2010 Item 620 Electrical Conductors 620.1. Description: Furnish and place electrical conductors, except conductors specifically covered by other Items. 620.2. Materials: Provide new materials that comply with the details on the plans and the requirements of this Item. Use solid insulated conductors that are rated for 600 volts; approved for wet locations; and marked in accordance with UL,NEC and City of Corpus Christi requirements. a. Electrical Conductors. Furnish electrical conductors in accordance with Texas Department of Transportation DMS-11040, "Electrical Conductors." b. Suppliers. Provide electrical conductors from manufacturers pre-qualified by the Texas Department of Transportation(TxDOT). The TxDOT Traffic Operations Division maintains a list of pre-qualified electrical conductor manufacturers. c. Grounding Conductors. Ensure that all grounding conductors size AWG No. 8 and larger are stranded, except for the grounding electrode conductor, which will be a solid conductor. d. Wire Colors. Use white insulation for grounded(Neutral) conductors, except that grounded conductors AWG No. 8 and larger may be black with white tape marking at every accessible location. Do not use white insulation or marking for any other conductor except control wiring specifically shown on the plans. Ensure that insulated grounding conductors are green except that insulated grounding conductors AWG No. 8 and larger may be black with green tape marking at every accessible location. Do not use green insulation or marking for any other conductor except control wiring specifically shown on the plans. 620.3. Equipment: Provide the machinery, tools and equipment necessary for proper installation of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. 620.5. Measurement: The Item will be measured by the foot of each single conductor. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Change Order. Additional measurements or calculations will be made if adjustments of quantities are required. Item 620 Electrical Conductors Page 1 City of Corpus Christi Standard Specification for Construction July 29,2010 620.6. Payment: The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement"will be paid for at the unit price bid for "Electrical Conductors" of the type and size specified. This price full compensation for furnishing, installing and testing electrical conductors and for equipment, labor, tools and incidentals, except that: a. Conductors used in connecting the components of electrical services will be paid for under"Item 628, Electrical Services." b. Conductors used for internal wiring of equipment will not be paid for directly but will be subsidiary to pertinent Items. 620.7. Bid Item: Item 620.1 Electrical Conductors (No. 6 Bare)per foot of each single conductor Item 620.2 Electrical Conductors (No. 8 Bare)per foot of each single conductor Item 620.3 Electrical Conductors (No. 6 Insulated)per foot of each single conductor Item 620 Electrical Conductors Page 2 City of Corpus Christ! Standard Specificitiori for ConsulicLion July 29,2010 IT 624 ('J'FROUND BOXES 624.1. Description: ('"onsiruel,fio-nish, unct install gmunel boxes eomj)kie ii,ilh 1hA% 620.2. Materials: Provide new materials that comply with the deuails shown on the plansand nicet the ft)llowing requirenicnts: A. Pr eenst Pol ymer Concrete Ground Boxes. provide fabricated precast polymer concrete ground boxes, and precast concrete grourid boxes that comply with Texas Departnicnt of' fransportation DMS-1 1070, "Ground Boxes," 13. Concrete Apron. Construct a concreteapron, wheri shown on the plans, in accordance with herr 300, "Concrete," and hemi 301, "Reinforcing Steel," C. Supplier. Provide grOUnd boxes frorn rrianufacturers prequalified by the -1,cmas Departrilent Operations Division maintains a list of prequalified ground box inarnit'acturers, 1'. 'T'ype A,: 11,5 in, x 21 in. x 10 in, (122311) 2. Type B: 11.5 in. x 21. in. x 20 in, (122322) 3. Type C: 15.25 in. x 28.25 in. x 10 in. (162911) ,4. Type D: 15.25 in. x 28.25 in. x 20 in, (1,62922) 5. Type E: 11.5 in, x 21 in, x 16 in, (12221 11 EIISLIN ground box withstands 600 lbs per square foot applied over the entire sidmvafl with less than 1/� in, dellection Per foot length ol'box, Ensure ground box and ground box cover withstand as test loading of 20,000 lb, over 10 in. 1)), 10 in. area centered on the cover with less than V.) in. deflection. Meet Western Undcrgro.)und Standards 3.6. 624.3. Equipment: Provide the machinery, tools, and equipiricni neecssary ficir proper prosecution ofthe work, Al I machinery, tools and equiptrient Used shall be maintained in as satisf,etory and workmanlike manner. 624.4. C01IStrtiCti0l): COnSfilld and/or Place ground boxes in accordance with theappropriate requirements ofthe Items shown in Section 624.2 "Material," 624.5. Measurement: This hent ill be measured by each ground box coniplete in place. 624.6. Payomit: The work pert"onned arid niaterials furnishcd in accordance with this herr arld me-astired as provided under"Measurernent" will be paid for at the Unit price bid, for "("Tround I.Ioxes" ofthe types and sizes specified, ]'his price is Full conipensation for excavating and backfilling; constuldkffl, furnishitig, and installing the ground boxes and concrete aprons when required; and equipment, labor, matcri'al, tools, and hacidentals. Item 620 Ground Boxes Page .1. July 29,20 10 624.7. Bid Win- Item 624.1 GrOLInd BoxesType A: 11.5 in, x 21 in. x '10 in. (122311) per each, Itern 624.2 Ground Boxes 'rype 13: 11.5 in, x 21 in, x 20 in, (1223 22) per each. hein 624.3 Ground BoxesType C: 15.25 in. x 28.25 in. x 10 in, (162911) per each Itein 624.4 Ground Boxes "fype D: 15.25 in. x 28.25 in. x 20 in. (162922) Per each. Item 624.5 Grotind BoxesType A: 11.5 in. x 21 in. x 10 in. (1.1131 €) ith Apron Per each. Item 624.6 Ground Boxes Type fl: 11.5 in. x 21 in. x 20 in, (122322) With Apron pet, each. Item 624.7 Ground BoxesTypc C: 15.25 in, x 28,25 in. x 10 in. (1.62911) ' pith Apron per each. Item 624.8 Ground Boxes 'Fype F): 15.25 in. x 28.25 in. x 20 in. (162922) With Apron Per eacli. Hoio for Y2" bolt with rosin Vror Ivmod. T�t J. KP ........................ SIDE m f END GROUND BOX COVER GROUND BOX COVER DIMENSIONS BOX DIMENSIONS (INCHES) _71 ZE 14 1 j K L M N P A, 8 IN E 23 1/4 23 13 Y4 13 ye 9 Vo 1 2 1/z 17 V4 1 ' 31/4 6 -Y4 -j C —�o_Y9 —17 —---- Item 620 Ground Boxes Page 2 CilYo1°Cri=aur Christi Standard Specification�fcIr(",onstnicl rw"a w.wmw.� a.�m�ww�July 19,2010 "' """""" "°"""°wow"wmmuiu"""�"""� mm�m"itlum�iuuuuuuuuu mei 111�G�fi �IiY�d�iifWV'^4uuu�fuauiwum'muim'uili�iuui._`"�. wmww�oWw mmummYmuil�' uMmll�uutlnmi�utlYMiJ +tllM Legibly is pi—ia"at the covet'- Nvitfa the aJapa-cal,Haatc niessagkc I'min the followings table in letters at least I iaa, aigh: For Ground Boxes Containipg-.)Yk��gjor Label With Mess .......... I i°affac signal systems and systcnas tat contain illaaraniaaation lacawci-cel by the signal cicct6caal "Dang;ci' lligfi Vcaltagc Traf is `signals" service, 1111"aa t�aa atic a� y�tcaaas '"I)"Gra to Ma la Volta, µllluiaaaal �tacaa7"_.__ Vclt ` ' cant , pstcraas .m. "1��aaag�e Jw1 l%fa a4g�,.�-affic Maaaa�caa ent"" "Traffic araaaa�a caaa _ Si illus-nination sy, I)ata �e� 19%ala V ltagc Sig! 111�ar7xiaaaatic�aa"" C)tlaca cl..,.c tt�c al �stems not...show�a aFaca�rc, � �""J�aat ca I li�lr `Jc>lt�a�c"" Item 620 Gac and Foxes Page City of Corpus Chllsd Starld'ard Specificatioti fOJ'COI)Sh-UCdOII July 29,200 ,1 hem 628 Electrical Services 628.1. Desci-il)tion: 'I. 11118tallati011. Rlriiish and install complete and independent points of electrical service. h. Removal. Remove electrical service. 628.2. Materials: Provide materials that cornply with the details shown (:)n the plans, re(JUirements of this Item, and the pertinent requirements of(he following Iterns. a. Steel Structur-es. Texas Deparfi,nent ofTransportatiori (NDO"t') Standard Specification Item 441, "Steel StrLICt,L,1rCS" b. Galvanizing. TxDOT Standard SPecification, Rem 4145, "Galvanizing" c. Anchor Bolts. TxDOT Staodard Specification Item 149, "Anchor Bolts" d. Conduit. fteni 61 , "Conduit" e. Electrical Conductors. [tern 620, "Electrical Conductors" f. 'I'mated Timber 11oles. ltecrr 627, "Treated Tfinber Poles- g. Foundations. [tern 656 Fouridatioris flor'fralfic Clontrol Devices. h. Electi-ical Services. For the installation ofelectrical, services, use new nuatcrials that meet the rCCILtirements of the NF,C, UL, (,-IISA, andNFMA, and that c(,.imply with TxD()T D N/I S-I 1080, Electrical Services, L Suppliers. 1,�urnisli electrical services frog n niariul'aCtUrCrS PI-CClUalified by the 'Texas IDeparttrient o fTran sport a tion. 'Fhe TxDOT'fraffic Operations Division rriaintains a list ol'prequalified electrical service mantifiacturers. 628.2. Equipment: Provide the niachincry, tools and CqUiptnent neccssary for proper installation of the work. All machiriery, tools and equiptnent used shall be maintained in a salisfiaetory arid workmanlike rnanner. For installations ofelectrical service$, Use new inaterials that meet the require mems of" the NIX,!, UL, CSA, and Nl',,'�,MA r,md that comply with DMS-1 1080, "I'd,ectrical Services." 628.3. Consh-netion: Perform work in accordance vvith the details shown on the plans and the requirernents of this Itern. 1tem 628 El,,ctrical Service Page 1 City of'("orpus Christi Standard Specificadoii for CorlAruction July 29,2010 MaMYo dM III HIMM WOMMMMIN A. Installation: Ensure conq,)onents ofthe elcorical service meet the rcquireinents of the ectrical Detail Standards. Follow Nl",I (., and local utility company requircinents when installing the cicctrieail equipment. Coordinatethe utility companies' work fior providing service. B. Removal. Coordinate i-cnioval with the appropriate utility company bet"ore beginning work. Before the removal of the electrical service, disconnect and isolate any existing electrical service equipment in accordance with the utility conipajiy's rcquirerneot, Use established indUStry and utility safety practices while removing electrical service equipment ticar any overhead a.tti lities, remove existing electrical service sUppOrt as minfinum ot'241, below finish grade unless Otherwise Shown On the playas. Rcpair the rernainirig hole by backfillfiig with material equal in composition and density to the surroundiiigarea. lZeplace any SUrface, such ,.-asphalt pavement or concrete rip-rap with like rnate6al to equivalent emiditiori. Disconnect conductors and remove them firotri the conduit or duct. Cut call"call. protruding conduit or duct 6-in, below knish grztde. Abandoned conduit or duct need not be I-CIT)OVed Unless ShOW11 on the plans. Accept ownership of in.salvageabIc materials, and dispose of them in accor(kince with federal, state, and local regulations. 628.5. Measurement: ']-"his Item will be measured by each electrical service installed or removed. 628.6. Payment: The work performed arid Materials furnished in aecordarwe 'with this Item and measured as provided under"Measurement" will be paid for at, the 'unit price bid fear "Electrical Services" ofthe types specified or "IZemoved Electrical Services." A. linstanation. 'chis price is full compensation fear paying all fees, pcnniU',,, and other c(")st,s; iriakirig arnatigement, With the utility company all work atid materials provided by the utility company; furnishing, installing, and connecting all components including 1)(flICS, SCI'ViCe SUPP014S, [IOUndation, anchors bolts, rip-rap, enclosures, switches, breakers, conduit (t'roni the service equipment including the elbow below ground), brackets, bolts, hangers, and hardware; and equipment, labor, tools, and iticidelitals, Cost, ft')j,utility-ow ried power line extetisions, connection charges, trieter charges, and other charges will be paid for by the City, '"I"'he City will reimburse the cojitractor only the I I arnount billed by the utility. No additional amount for SUIVI-VIS1011 of the, titility'swork will be paid It. Removal. This price is full compensation for coordinating with the tifility company to disconnect and isolate the electrical service; removing the service supports; backfilling holes; and equipment, labor, tools, and incidetitals, Item 628 Electrical Service Page 2 City of Corpus Christi standard Specification for Collstructio 11 July 29,2010 628.7. Bid Item: Item 628J Flectrical Services---per installation hem 62U Remove Elcetrical Services--.-per removal Item 628 Electrical Service Page 3 City of Corpus Christi Standard Specification for Construction Septeiriber 1, 2010 Item 633 Unint"el-k-uptible Power Supply for Traffic Signals 633.1. (W'eueral Imerij)tion. ne unintei-riplible Pmvei�,Nul)j)ly (UPS), also knoun tts a Bafler.y Back- 111),q,ven-i (BRS) sholl be a lurnkqj, p)igg ,)back utounletl(bolh,ktl to Mck or lejish/e elf 1he lrt# c Sigmal cabinet) antl be clesigne(Ifin, outtloor u,w in e.\,°Iretne environtnents. The 111Sshall o1wrale ujl to its ratetlpmver ivith existinqsitnal equilmtent, inclucling tm,y ontl till signol heaels, 7"he U]"S shall be cal)tible ofsupj)lying tvi 840 wart l000'.1in-a Inininnin? (?f 4'hours, qfnorrnol ol)ertVion tri ct u tnininuan 2 hours of1hisl-iing o1mrt'ition, (it its inoximum poiver ratirig,fi-om -34 (Iegree,s Celsius to 1 74 (legree (Alsius ttsjm- NEA.M environmental requirements��kxfion 2 I., ,7. 633.2. Scope: * The"I"raff-Ic Signal LJPS shall operate as line interactive with bUCk b0OSt Functionality. It shall alsoinchide as frail-safie bypass systeni; integral Rltotnatic electronic transfer switcIt, and battery subsysten'i. The specified equipment herein shall be reCerred to as a 1-JM * Transt'6-s to and from battery operation shall not intcrfin,c with operation Of Other C(ILlipillellt ill the intersection. * primary application of the UPS is to provide emergency power Im traffic contt-ol signal systerns, "]"be LIPS must SLIJ)ply 111)to a 7.0ainp 120 Al C", 60 flz continuous load for as rnininturn of 4 hours normal run time and a i-ninirrunn ofan additional 2 hOUrS Of 114SI) finle. * The LIPS shatl transfer the intersection to flasli niode via j,)rogrttnn1abte form relays, accessible through a terminal block to provide for connection for control wiritig to the traffic signal cabinet. * priniary input power soarce to the UPS shall be utility power. 633.3. System Deset-iption and Operation: • TheTraffic Signal L)PS shall consist, of a power conditioning arid intuface devicc, battery charger, inverter, batteries, fail-satc bypass, integral automatic, transfer switch, protective devices, and monitoring circuitry as specified herein and all 110LIsed in the ITIS Cabinet. • 'I I lie Traffic Signal lJPS shall automatically assure continuity orconditioned aridAutomatic Voltage RCgUlated (bUCk-bO0St fiUnctionality) Without switching to the batteries to keep the operating load voltage between 85-1 73VAC. Continuity ofcoriditioncd, Automatic Voltage Regulated power to the critical load shall be maintained when input power is lost and until input power retUrns, within specifications or until the I)atteries have been discharged, • In the instance ota power outage lasting longer than the LIPS is capable of supplying power in standby triode, the UPS systema shall be capable ofautonuitically qualjt'ying power and returning to normal mocle of'operation when line power returns. • Tac Up S and the Batteries rnust be hot swappable. There shall be no disruption ofthe Traffic Signal when removing the IJP or batteries for niainteriance, • The Inverter shall be equippe-d with an industry standard, I.P. addressable, F"therliet RJ45 port tor prognmynning and reniote monitoring. Prograrnming and conim.unications firmware shall be VVVittell, to RID Undet' 'Windows XP, 2000 or Vista's Internet browier, Internet Explorer. Inverter 9210mam Item 633 Battery Backup forTraffic Signals Page 1 City of Corpus Christi Standard Spe ific;atis:o for Clonstr action 13eptctirnber 1,x 01.0 �uuuuuuimmlR��II�YNitlV� 9V ,,., programming & Alarms aalrall alio have the ability to be monitored via t"tlaertaet using SNMP protocol. "The unit shall he capable ol'sendin g alarms to alert Traffic Operation Center ofara incident with the UPS assembly. 633.4. Modes of Operation: o Normal: The LIPS shall continuously supply power to the critical load. The charger shall supply temperatarre compensated DC power to the batteries, The charger shall maintain fire batteries its a fully charged state even at low input voltage conditions. The batteries shall remain fully charge(]. o Emergency: [..)poll failure of the input AC power source, the critical load shall be supplied by the I-T , which shall obtain its powt°r ftom the batteries through the rrtonaatie `Tran Fier switch and Inverter, "f'hcre shall be no interruption or disturtninces to the critical load upon failure or restoration of the input AC power :soarrce. o I: eelaaaa,fCana l,.laora rc torartiora arf`tl�e input AC lacrwer°source (pricer to complete battery discharge), the hill's shaalI atilornatically return to normal operation. f I"the batteries become cornpletely discharged (batteries have reached the l(-.1 cutoff point) the: LIPS shall automatically restart;and resuane normal operation including the, aatrtornatic recharge of"the baatterics once utility power is restorcd. o Fail-a cafe Bypass 1' ode: In came. of(JPS liailure, the critical load shall continue to operate on. utility power, There shallbe no disruption ofthe critical load. 0 Downgrade: if the batteries are to be taken out of service for maintenance, they shall be dim—,rnnected from the. I.JPS by means of`aa battery circuit breakerand Anderson quick disconnect;. "I`he UPS shall continue to function as specified, except fcrr power outage protection and dynamic response characteristics, 633.5. Nlaajot-Components: 9 An Electronics Module: 'rhe "rraakfic T,.J.PS shall be capable of providing continuous,, fully conditioned, regulated, pure sinusoidal ('AC ) power to tlac traffic control signal system during all modes, of"operation (except when the UPS is in bypass),, o Chaaa° ea•. The charger shall all he of solid-state conStrt;retiota. The charger shall rectify AC.' power to regulated DC power Gera the batteries, This shall be ,,in automatic function. "T"l're;charger should be a 3 stage temperature-compensated charger sura that the charger level for the batteries is a automatically aadjost.cd based on internal ambient temperature, Inverter: The inverter shall be of s olid--state construction. In case of'the lOSS of iralatrt power, the inverter shall convert IAC power from the batteries to AC.,, power, o Fail-safe i yp as . The bypass shall consist of"a Bail-saafie design, In case of U'PS litilarre (UP output power not present); the fail-safer. bypass shall ataorriatically transfier° power for the: traffic control signal system to the bypass Source. o Batteries:: (..)pon loan of illi-rut power, the batteries shall supply D(1' power to the inverter, Status display shall at as minimum be provided ftaa-: l) AC Line Present; ) Battery°y Char,fer; l) TJPS Cfutlac,rt lower Present; 4) ON Battery ) Buck and boost monitoring 0 Status Monitoring and Alarm Transmission.- The Inverter shall incirade remote monitoring alarm tr-ansmission capabilities through an I';thernet 104.5 l ' Addressable fort using the NN/IT' Protocol. As a minimum, the Inverter shall contain the following,monitoring,and transmit the following alarm functions: I) Input power present ( ystcna in Stand-ley mode); >) 1,TS ora battery operation; 3) Low battery coudition, Mena 633 Baatt:eiyr Backup for Traffic Signals Page 2 City of Corpus("Airisti Standard Specification for Const)-1,1C11011 September't, 2010 6316. Pi-otection: * The LJPS shall have a rnain input circuit breaker for over current protection and be readily accessible. * The UPS asserlibly, must be reasonably protected and provide lighting protection and surge suppression rneeting ANSMEEE C6141X-62.45 Cat A&B, * The battery subsystern shall be protected lay a1 circuit breaker, 633.7. Battet,y Systeni: * The battery shall be comprised ol"extrcaic temperature, noat cycle, Gl""L VRLA (Valve Regulated kead Acid) 5 year non pro-rated Nvarranty niinil-nurn, * T"he battery system shall consist of one or Inore strings (typically 2 or 4 batteries per string) ol:' extreme ternperature; float cycle GEL VRLA (Valve Regulated Lead Acid) batteries. Batteries shall be certified to operate at extreme temperatures f'roin ---40'(, to +74"C, * The battery interconnect cables shall connect to the inveiler via a single quick-release Anderson ("ormector, car otherconnectors ai-e to be used in the hatter harness. * Battery construction stiall include heavy-ditty, inter-cell connections for low-inipedance between cells, and hcavy-darty plates to withstand shock and vibration, * ']'lie top cover shall use tongue and groove construction and shall be el.)oxied or heat-sealed to Ifie I battery case Jor niaxanuin strength and durability. * The battery shall function it.laid on its side without the leakage of'chernicals and be so designed, * An integral liffirig handle should be provided on the batteries for case of'removal/installation. * An electronic "Battery Managet�" shall be included to monitor and protect the batteries by spreading tfie charge voltage equally across all the batteries in the string, ensuring that every, battery is properly charged. This will ensure an ideal voltage across each battery optimizing lil°e, and runtinie. 633.8. Electr-ical Specifications: Input Specifications a. Nominal input voltage,: 120 VAC single phase. b. Input voltage range: -+-15 to —20% of norninal (95 to 173). c. Input t'requericy: 601-1z±31-1z (51y0-)' d. JDPUt fre(ILICRCY slew rate: : Hz per second maxitnuni, e. Input configuration: 2 wire (Hot amd Neutral) plus ground, L Walk-in Delay: The BBS shall wait a niiiiii-nurn of live (5) seconds (user programmable) bel'ore reani'dag to norinal mode of'operatiOn upon restoration ofinput Power, (This value I'llay be programinable within the unit via software provided with the unit). g. Input protection. Single pole circuit breaker. h. PoNver conticction: I lard wired (terminal block), L All. coinponents, terminations, tcrrninal blocks relays etc. shall be fully accessible, j. Inverter connections shall be made on torminal blocks or shall be of the quick disconnecting type for ease of maintenance. flarnesses shall be terminated on the terminal blocks. Item 633 Battety Backup forTrall"ic Signals Page 3 City of'Corpus Christi Standard �pccifiu'aion for Construction Scpt(°rnber 1,2010 * Output Specifications: a. Power rating (continuous): minimum I I OOW/VA, single phase 120 VAC b. Output p(mer rating shall be the same regardless of whether or riot the BBS is in normal niode or emergency triode of"operation. c. Nominal output voltage: 120 VAC ±1(;l% no load to full load, 15111/4 high line to low fine. Cl. Output configuration: 2 wire (Hot & Neutral) plus ground. e. 1)('mer Conditioning Common Mode. -t 20 dB, Normal-NIodc: -60dl.l. f. (JI-OUnding: Single point ground. g. 0LItl)Ut I I i-CCILIency: 6()I'lz1 3 flz 'when synchronized With tile illpUt POWel% h. 601-1z--i-.0.51-1z when BBS is running on internal clock, i. Output wave shape: TRI it Sine Wave. j. Output voltage distortion with 1001,'O' firiear load: 10% nuix 1111) with any single harmonic no greater than 50"1"0. k. Transfer"I'imc: transfer time shall be less than I Orns. 1. Overload capability: 1100,11'0 for ten (10) mlnwes,, 15001/0 surge. m. Fault Condition: BBS shall withstanda, short circuit oil the output with no clarnage. n. Customer Connection: terminal block input and output. Tertninal block or lug shall accommodate as 116 10 AW ' copper wire and shall be clearly labeled Line & tmad, * Battery Specifications: a. DC bus voltage: 48 VDC nominal, b. Low battery eutoffshall be 42 volts DG e. DC Under voltage CLItOf'.J" Battery Manufacturers recommendations. d. Battery discharge time: Based on specific battery conliguration, EInginecring to specify the RID time's base on actual test data and ellipirical calculations, Tin es to be base(] Upon an ambient temperature ol'between 70 and 80 degrees F. e. The charging voltage shall be based upon the arnbient temperature within tile BBS enclosure. Actualvolts per cell shall be determined by best,engineering practice to nlaximize battery lifer. This setting shall be fhetory set, f, Protection: Circuit breaker, * Fail-Safe Bypass Specification: a. Rating 20-amps at 120 VAG b. 150 milliseconds rriaximum. c. Power sotirce: Line side of the input circuit brcakcr. * monitoringand meeting, Specifications: a. Contact rating: 125 volts (AC or DQ maximum, I X)O ampete max, 50 VA 30 watts niax. b. Contacts shall be Form C. c. Customer connection: Termirial Block. d. l.ED/LCD Display shall be visible in daylight conditions. * Reliability and Maintainability: a. Mean-Time-Before-l'ailure (NIT13F) shall be 80,000 hours, Mission M'FBF including bypass switch, is 150,000 hours. 1). "I'lic [VIS shall be designed for case of maintenance and serviceability, e. All components shall be accessible, ............... Item 633 Battery Backup forTraffic Signals Page 4 City c fCorporus C Krish S1<rncicrrd Suer ilrr�;,,itjorr for C„�i ilstarucR:[c�n July 29,2010 1110111HE Item 655 Controller IToundation 655.1. DESCRIPTION:RIPTION: '1%cw 7:wtnyioxe r,Y'lhis spe°cffie°ewlion is to (lesc:rw"be rw aewtwlrewlleaw°frwr-wwwelewl crww fi)r NEl411 ltVe c:mwlrollew° c.°crlwinets fiwr a Tl -2 7,'jp^ NEWM controller cabinet, The rrmrww-k slaewll wwclttrleaefr`ww°wrw�°lwrww ; enid instolling,onchm bolls, coney-cle, reiqfiweing wwwcwleNals°, exc,,ow,ation, Iwewst w ilh lliwwgm grrwwrnd 110-1,, 7nVI box, crearweltdi, antl other itrcielerwwuds w°equit,e(l f n,er ion os slrou,n on they detail. 65 5.2.. MA'l`ERIA S: A. C:'trnei—ete. Concrete shall be 3,000 psi strength at 28 days. B. olymet— Cl,oner t . l xlX)"1" tr;rtwdare "Traffic Signal Controller Cabinet Base; and Pad"T" -C:T-04 C. t chm- Bolts. Anchor bents shall be completely gal\panizcd and of the clinaenrsi<rns shown on they Standard Detail. .. GO-01111d BOX. One, Type C::' Ground Box, unless cathe°-r wise° shown on they plans, E. Met% All other materials shall be as shown on they Standard Detail. 655.3. EQUIPMENT:T: 'rovide the n°rachinewry, tools and equipment necessary liar proper larewse:cutiean cwf'the work. All machinery, tools and eeluilanreaat used shall be maintained in a satisfactory and wcwrleraranlilee manner. A. "ontrrrll t-Foundation. t. Placcnactit caf anchor bolts shall be as shown on the, plans. Failure to properly locate the bolts ntay be cause for the Contractor to demolish the irnpre.rlwer foundation and reconstrtrct to the proper dimensions. . Concrete slat) and concrete block on which the cabinet will sit shall be, pourcd as one unit, . Concrete shall have a smooth finish.free of°brush marks or other mars. 4. C'ibinets may be set on fiwundations after they have SO a rnininar:rrtr of72 lrc;wrrx's. Cabinets scratched, dented or otherwise claim ed prior to final acceptances shall be, repaired to the City's satisfiact.ion at no cost to the City. . Standard lswundations shall contain two 4 inch conduits to the hull bOX neXt to the cabinet, l inch conduit drain that; is cut flush Nvith the concrete surface inside tire, cabinet, and fitted with a scrccrr on the outsides end. Two l "/y inch conduits and one l r1/) inch condr.ril:. Item 655 Controller Foundation page 1. City of Corptis Christi Standard Specification for Construction July 29,2010 maiiim�g=m W NO 6. The slab around the block shall sit above the surrounding grade two to 66ur inches and shall be sloped slightly for drainage. 7. A 5/8 inch x 846ot copper weld gI-OUnd rod shall lie installed in the pull box as shown in the detail. 655.5. MEASIAZEMENT': A. Controller Foomdation. Controller foundations sliall be meaSUIred for payrilent by the riurnber ofunits cachl, in accordance with the plansand specil teat ions. 655.6. PAYMENT'- A. Controller Foundation. The accepted nunibcr of controller flomidations wilt be paid forat the contract unit price which shall be lull compensation for the controllcr fioundation, installation, and incidentals, 655.7. 131D ITEM: Item 655.1 —'NT`IMA `,rype Controller FOLIndation - per each Item 655 Controller Foun(kition Page 2 Corpus Christi Standard Specifications for Construction June 7,2016 Item 666 Retroreflectorized Pavement Markings 1 DESCRIPTION Furnish and place retroreflectorized,non-retroreflectorized(shadow)and profile pavement markings. 2 MATERIALS 2.1. Type I Marking Materials.Furnish in accordance with DMS-8220,"Hot Applied Thermoplastic." Furnish pavement marking material used for Type I profile markings and shadow markings that have been approved by the Construction Division,and in accordance with DMS-8220,"Hot Applied Thermoplastic." 2.2. Type II Marking Materials.Furnish in accordance with DMS-8200,'Traffic Paint." 2.3. Glass Traffic Beads.Furnish drop-on glass beads in accordance with DMS-8290,"Glass Traffic Beads"or as approved.Furnish a double-drop of Type 11 and Type III drop-on glass beads where each type bead is applied separately in equal portions(by weight),unless otherwise approved.Apply the Type III beads before applying the Type 11 beads. 2.4. Labeling.Use clearly marked containers that indicate color,mass,material type,manufacturer,and batch number. 3 EQUIPMENT 3.1. General Requirements.Use equipment that: ■ is maintained in satisfactory condition, ■ meets or exceeds the requirements of the National Board of Fire Underwriters and the Texas Railroad Commission for this application, ■ applies beads by an automatic bead dispenser attached to the pavement marking equipment in such a manner that the beads are dispensed uniformly and almost instantly upon the marking as the marking is being applied to the road surface.The bead dispenser must have an automatic cut-off control, synchronized with the cut-off of the pavement marking equipment, ■ has an automatic cut-off device with manual operating capabilities to provide clean,square marking ends, ■ is capable of producing the types and shapes of profiles specified,and ■ can provide continuous mixing and agitation of the pavement marking material.The use of pans,aprons, or similar appliances which the die overruns will not be permitted for longitudinal striping applications. Provide a hand-held thermometer capable of measuring the temperature of the marking material when applying Type I material. When pavement markings are required to meet minimum retroreflectivity requirements on the plans: ■ Use a mobile retroreflectometer approved by the Construction Division and certified by the Texas A&M Transportation Institute Mobile Retroreflectometer Certification Program. ■ Use a portable retroreflectometer that: • uses 30-meter geometry and meets the requirements described in ASTM E1710; • has either an internal global positioning system(GPS)or the ability to be linked with an external GPS with a minimum accuracy rating of 16 ft.5 in.,in accordance with the circular error probability Item 666 Retroreflectorized Pavement Markings Page.I Corpus Christi Standard Specifications for Construction June 7,2016 (CEP)method(CEP is the radius of the circle with its origin at a known position that encompasses 50% of the readings returned from the GPS instrument); •can record and print the GPS location and retroreflectivity reading for each location where readings are taken. 3.2. Material Placement Requirements.Use equipment that can place: ■ at least 40,000 ft.of 4-in.solid or broken non-profile markings per working day at the specified thickness; ■ at least 15,000 ft.of solid or broken profile pavement markings per working day at the specified thickness; ■ linear non-profile markings up to 8 in.wide in a single pass; ■ non-profile pavement markings other than solid or broken lines at an approved production rate; ■ a centerline and no-passing barrier-line configuration consisting of 1 broken line and 2 solid lines at the same time to the alignment,spacing,and thickness for non-profile pavement markings shown on the plans; ■ solid and broken lines simultaneously; ■ white line from both sides; ■ lines with clean edges,uniform cross-section with a tolerance of±1/8 in.per 4 in.width,uniform thickness,and reasonably square ends; ■ skip lines between 10 and 10-1/2 ft.,a stripe-to-gap ratio of 10 to 30,and a stripe-gap cycle between 39- 1/2 ft.and 40-1/2 ft.,automatically; ■ beads uniformly and almost instantly on the marking as the marking is being applied; ■ beads uniformly during the application of all lines(each line must have an equivalent bead yield rate and embedment);and ■ double-drop bead applications using both Type II and Type III beads from separate independent bead applicators,unless otherwise approved by the Engineer. 4. CONSTRUCTION Place markings before opening to traffic unless short-term or work zone markings are allowed. 4.1. General.Obtain approval for the sequence of work and estimated daily production.Minimize interference to roadway operations when placing markings on roadways open to traffic. Use traffic control as shown on the plans or as approved.Protect all markings placed under open-traffic conditions from traffic damage and disfigurement. Establish guides to mark the lateral location of pavement markings as shown on the plans or as directed,and have guide locations verified.Use material for guides that will not leave a permanent mark on the roadway. Apply markings on pavement that is completely dry and passes the following tests: ■ Type I Marking Application—Place a sample of Type I marking material on a piece of tarpaper placed on the pavement.Allow the material to cool to ambient temperature,and then inspect the underside of the tarpaper in contact with the pavement. Pavement will be considered dry if there is no condensation on the tarpaper. ■ Type II Marking Application—Place a 1-sq.ft.piece of clear plastic on the pavement,and weight down the edges.The pavement is considered dry if,when inspected after 15 min.,no condensation has occurred on the underside of the plastic. Apply markings: ■ that meet the requirements of Tex-828-B, Item 666 Retroreflectorized Pavement Markings Page.2 Corpus Christi Standard Specifications for Construction June 7,2016 ■ that meet minimum retroreflectivity requirements when specified on the plans(applies to Type I markings only), ■ using widths and colors shown on the plans, ■ at locations shown on the plans, ■ in proper alignment with the guides without deviating from the alignment more than 1 in.per 200 ft.of roadway or more than 2 in.maximum, ■ without abrupt deviations, ■ free of blisters and with no more than 5%by area of holes or voids, ■ with uniform cross-section,density and thickness, ■ with clean and reasonably square ends, ■ that are retroreflectorized with drop-on glass beads,and ■ using personnel skilled and experienced with installation of pavement markings. Remove all applied markings that are not in alignment or sequence as stated on the plans,or in the specifications,at the Contractor's expense in accordance with Item 677,"Eliminating Existing Pavement Markings and Markers,"except for measurement and payment. 4.2. Surface Preparation. Prepare surfaces in accordance with this Section unless otherwise shown on the plans. 4.2.1. Cleaning for New Asphalt Surfaces and Retracing of All Surfaces.Air blast or broom the pavement surface for new asphalt surfaces(less than 3 years old)and for retracing of all surfaces to remove loose material,unless otherwise shown on the plans.A sealer for Type I markings is not required unless otherwise shown on the plans. 4.2.2. Cleaning for Old Asphalt and Concrete Surfaces(Excludes Retracing).Clean old asphalt surfaces(more than 3 years old)and all concrete surfaces in accordance with Item 678,"Pavement Surface Preparation for Markings,"to remove curing membrane,dirt,grease,loose and flaking existing construction markings,and other forms of contamination. 4.2.3. Sealer for Type I Markings.Apply a pavement sealer to old asphalt surfaces(more than 3 years old)and to all concrete surfaces before placing Type I markings on locations that do not have existing markings,unless otherwise approved.The pavement sealer may be either a Type II marking or an acrylic or epoxy sealer as recommended by the Type I marking manufacturer unless otherwise shown on the plans. Follow the manufacturer's directions for application of acrylic or epoxy sealers.Clean sealer that becomes dirty after placement by washing or in accordance with Section 666.4.2.1.,"Cleaning for New Asphalt Surfaces and Retracing of All Surfaces,"as directed.Place the sealer in the same configuration and color(unless clear)as the Type I markings unless otherwise shown on the plans. 4.3. Application. Apply markings during good weather unless otherwise directed. If markings are placed at Contractor option when inclement weather is impending and the markings are damaged by subsequent precipitation,the Contractor is responsible for all required replacement costs. 4.3.1. Type I Markings.Place the Type I marking after the sealer cures.Apply within the temperature limits recommended by the material manufacturer. Flush the spray head if spray application operations cease for 5 min or longer by spraying marking material into a pan or similar container until the material being applied is at the recommended temperature. Apply on clean,dry pavements passing the moisture test described in Section 666.4.1.,"General,"and with a surface temperature above 50°F when measured in accordance with Tex-829-B. 4.3.1.1. Non-Profile Pavement Markings.Apply Type I non-profile markings with a minimum thickness of: ■ 0.100 in.(100 mils)for new markings and retracing water-based markings on surface treatments involving Item 316,"Seal Coat," Item 666 Retroreflectorized Pavement Markings Page.3 Corpus Christi Standard Specifications for Construction June 7,2016 ■ 0.060 in.(60 mils)for retracing on thermoplastic pavement markings,or ■ 0.090 in.(90 mils)for all other Type I markings. The maximum thickness for Type I non-profile markings is 0.180 in.(180 mils).Measure thickness for markings in accordance with Tex-854-13 using the tape method. 4.3.1.2. Profile Pavement Markings.Apply Type I profile markings with a minimum thickness of: ■ 0.060 in.(60 mil)for edgeline markings,or ■ 0.090 in.(90 mil)for gore and centerline/no-passing barrier line markings. In addition,at a longitudinal spacing indicated on the plans,the markings must be profiled in a vertical manner such that the profile is transverse to the longitudinal marking direction.The profile must not be less than 0.30 in.(300 mil)nor greater than 0.50 in. (500 mil)in height when measured above the normal top surface plane of the roadway.The transverse width of the profile must not be less than 3.25 in.,and the longitudinal width not less than 1 in.,when measured at the top surface plane of the profile bar.The profile may be either a 1 or 2 transverse bar profile.When the 2 transverse bar profile is used,the spacing between the bases of the profile bars must not exceed 0.50 in.The above transverse bar width is for each 4 in.of line width. 4.3.2. Type II Markings.Apply on surfaces with a minimum surface temperature of 50°F.Apply at least 20 gal.per mile on concrete and asphalt surfaces and at least 22 gal.per mile on surface treatments for a solid 4-in.line. Adjust application rates proportionally for other widths.When Type II markings are used as a sealer for Type I markings,apply at least 15 gal.per mile using Type II drop-on beads. 4.3.3. Bead Coverage.Provide a uniform distribution of beads across the surface of the stripe for Type I and Type II markings,with 40%to 60%bead embedment. 4.4. Retroreflectivity Requirements.When specified on the plans,Type I markings must meet the following minimum retroreflectivity values for edgeline markings,centerline or no passing barrier-line,and lane lines when measured any time after 3 days,but not later than 10 days after application: ■ White markings:250 millicandelas per square meter per lux(mcd/m2/Ix) ■ Yellow markings:175 mcd/m2/Ix 4.5. Retroreflectivity Measurements. Use a mobile retroreflectometer for projects requiring minimum retroreflectivity requirements to measure retroreflectivity for Contracts totaling more than 200,000 ft.of pavement markings,unless otherwise shown on the plans.For Contracts with less than 200,000 ft.of pavement markings or Contracts with callout work,mobile or portable retroreflectometers may be used at the Contractor's discretion. 4.5.1. Mobile Retroreflectometer Measurements.Provide mobile measurements averages for every 0.1 miles unless otherwise specified or approved.Take measurements on each section of roadway for each series of markings(i.e.,edgeline,center skip line,each line of a double line,etc.)and for each direction of traffic flow. Measure each line in both directions for centerlines on two-way roadways(i.e.,measure both double solid lines in both directions and measure all center skip lines in both directions). Furnish measurements in compliance with Special Specification,"Mobile Retroreflectivity Data Collection for Pavement Markings,"unless otherwise approved.The Engineer may require an occasional field comparison check with a portable retroreflectometer meeting the requirements listed above to ensure accuracy.Use all equipment in accordance with the manufacturer's recommendations and directions.Inform the Engineer at least 24 hr.before taking any measurements. A marking meets the retroreflectivity requirements if: ■ the combined average retroreflectivity measurement for a one-mile segment meets the minimum retroreflectivity values specified,and ■ no more than 30%of the retroreflectivity measurement values are below the minimum retroreflectivity requirements value within the one-mile segment. Item 666 Retroreflectorized Pavement Markings Page.4 Corpus Christi Standard Specifications for Construction June 7,2016 The Engineer may accept failing one-mile segments if no more than 20%of the retroreflectivity measurements within that mile segment are below the minimum retroreflectivity requirement value. The one-mile segment will start from the beginning of the data collection and end after a mile worth of measurements have been taken;each subsequent mile of measurements will be a new segment. Centerlines with 2 stripes(either solid or broken)will result in 2 miles of data for each mile segment. Each centerline stripe must be tested for compliance as a stand-alone stripe. Restripe at the Contractor's expense with a minimum of 0.060 in. (60 mils)of Type I marking if the marking fails retroreflectivity requirements.Take measurements every 0.1 miles a minimum of 10 days after this second application within that mile segment for that series of markings. If the markings do not meet minimum retroreflectivity after 10 days of this second application,the Engineer may require removal of all existing markings,a new application as initially specified,and a repeat of the application process until minimum retroreflectivity requirements are met. 4.5.2. Portable Retroreflectometer Measurements.Take a minimum of 20 measurements for each 1-mi.section of roadway for each series of markings(i.e.,edgeline,center skip line,each line of a double line,etc.)and direction of traffic flow when using a portable reflectometer.Measure each line in both directions for centerlines on two-way roadways(i.e.,measure both double solid lines in both directions and measure all center skip lines in both directions).The spacing between each measurement must be at least 100 ft.The Engineer may decrease the mileage frequency for measurements if the previous measurements provide satisfactory results. The Engineer may require the original number of measurements if concerns arise. Restripe once at the Contractor's expense with a minimum of 0.060 in.(60 mils)of Type I marking material if the average of these measurements fails.Take a minimum of 10 more measurements after 10 days of this second application within that mile segment for that series of markings.Restripe again at the Contractor's expense with a minimum of 0.060 in.(60 mils)of Type I marking material if the average of these measurements fall below the minimum retroreflectivity requirements. If the markings do not meet minimum retroreflectivity after this third application,the Engineer may require removal of all existing markings,a new application as initially specified,and a repeat of the application process until minimum retroreflectivity requirements are met. 4.5.3. Traffic Control.Provide traffic control,as required,when taking retroreflectivity measurements after marking application.On low volume roadways(as defined on the plans),refer to the figure,"Temporary Road Closure" in Part 6 of the Texas Manual on Uniform Traffic Control Devices for the minimum traffic control requirements.For all other roadways,the minimum traffic control requirements will be as shown on the Traffic Control Plan(TCP) standard sheets TCP(3-1)and TCP(3-2).The lead vehicle will not be required on divided highways.The TCP and traffic control devices must meet the requirements listed in Item 502,"Barricades,Signs,and Traffic Handling."Time restrictions that apply during striping application will also apply during the retroreflectivity inspections except when using the mobile retroreflectometer unless otherwise shown on the plans or approved. 4.6. Performance Period.All markings must meet the requirements of this specification for at least 30 calendar days after installation.Unless otherwise directed,remove pavement markings that fail to meet requirements, and replace at the Contractor's expense.Replace failing markings within 30 days of notification.All replacement markings must also meet all requirements of this Item for a minimum of 30 calendar days after installation. 5. MEASUREMENT This Item will be measured by the foot;by each word,symbol,or shape;or by any other unit shown on the plans.Each stripe will be measured separately. Item 666 Retroreflectorized Pavement Markings Page.S Corpus Christi Standard Specifications for Construction June 7,2016 This is a plans quantity measurement item.The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2.,"Plans Quantity Measurement."Additional measurements or calculations will be made if adjustments of quantities are required. Acrylic or epoxy sealer,or Type II markings when used as a sealer for Type I markings,will be measured by the foot;by each word,symbol,or shape;or by any other unit shown on the plans. 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement"will be paid for at the unit price bid for"Pavement Sealer'of the size specified, "Retroreflectorized Pavement Markings"of the type and color specified and the shape,width,size,and thickness specified as applicable,"Retroreflectorized Pavement Markings with Retroreflective Requirements"of the types,colors,sizes,widths,and thicknesses specified or"Retroreflectorized Profile Pavement Markings"of the various types,colors,shapes,sizes,and widths specified. This price is full compensation for application of pavement markings,materials,equipment,labor,tools,and incidentals. Surface preparation of new concrete and asphalt concrete pavements more than 3 years old,where no stripe exists,will be paid for under Item 678,"Pavement Surface Preparation for Markings."Surface preparation of all other asphalt and old concrete pavement,except for sealing,will not be paid for directly but is subsidiary to this Item. Work zone pavement markings(Type 11,paint and beads)used as a sealer for Type I markings (thermoplastic)will be paid for under Item 662,"Work Zone Pavement Markings." If the Engineer requires that markings be placed in inclement weather,repair or replacement of markings damaged by the inclement weather will be paid for in addition to the original plans quantity. Item 666 Retroreflectorized Pavement Markings Page.6 Corpus Christi Standard Specifications for Construction June 7,2016 Item 668 Prefabricated Pavement Markings 1 DESCRIPTION Furnish and place retroreflectorized or non-reflectorized(contrast)prefabricated pavement markings. 2. MATERIALS Furnish prefabricated pavement marking materials in accordance with DMS-8240,"Permanent Prefabricated Pavement Markings." Furnish prefabricated pavement marking materials used for contrast markings in accordance with DMS-8240, "Permanent Prefabricated Pavement Markings,"with the exception that the color requirement for the black contrast portion does not have to meet the color requirements specified for white or yellow markings.Store all materials in a weatherproof enclosure and prevent damage during storage. 3. CONSTRUCTION 3.1. General.Obtain approval for the sequence of work and estimated daily production. Remove all waste generated from the jobsite before the end of each working day. Establish guides to mark the lateral location of pavement markings as shown on the plans or as directed,and have guide locations verified.Use guide material that will not leave a permanent mark on the roadway. Place pavement markings in alignment with the guides without deviating from the alignment more than 1 in. per 200 ft.of roadway or more than 2 in.maximum and with no abrupt deviations. 3.2. Placement Limitations.Do not place Type B pavement-marking materials between September 30 and March 1 unless otherwise directed. 3.2.1. Moisture.Apply material to pavement that is completely dry. Pavement will be considered dry if, on a sunny day after 15 min., no condensation occurs on the underside of a 1-sq.ft. piece of clear plastic that has been placed on the pavement and weighted on the edges. 3.2.2. Temperature. Follow pavement and ambient air temperature requirements recommended by the material manufacturer. Do not place material when the pavement temperature is below 60°F or above 120°F if the material manufacturer does not establish temperature requirements. 3.3. Dimensions. Place markings in accordance with the color, length,width, shape, and configuration shown on the plans. Locate alignment as shown on the plans or as directed. 3.4. Methods.Place all materials in accordance with the material manufacturer's instructions,as well as the surface condition,moisture and temperature requirements of this Item,unless otherwise directed. 3.5. Surface Preparation. Prepare surface by any approved cleaning method that effectively removes contaminants,loose materials,and conditions deleterious to proper adhesion.Abrasive or water-blast cleaning is not required unless shown on the plans.Blast clean,when required,in accordance with Item 678, "Pavement Surface Preparation for Markings."Prepare surfaces further after cleaning by sealing or priming as recommended by the pavement-marking material manufacturer or as directed. Use adhesive,when required, of the type and quality recommended by the pavement-marking material manufacturer.Do not clean concrete pavement surfaces by grinding. Item 668 Prefabricated Pavement Markings Page. 1 Corpus Christi Standard Specifications for Construction June 7,2016 3.6. Performance Requirements. 3.6.1. Adhesion.Ensure markings do not lift,shift,smear,spread,flow,or tear by traffic action. 3.6.2. Appearance.Ensure markings present a neat,uniform appearance that is free of excessive adhesive, ragged edges,and irregular lines or contours. 3.6.3. Visibility.Ensure markings have uniform and distinctive retroreflectance when inspected in accordance with Tex-828-B. 3.7. Performance Period.All markings must meet the requirements of this Item for at least 30 calendar days after installation.Remove and replace all pavement markings that fail to meet requirements at the Contractor's expense unless otherwise directed. Replace failing markings within 30 days of notification.All replacement markings must also meet all requirements of this Item for a minimum of 30 calendar days after installation. 4. MEASUREMENT This Item will be measured by the foot or by each word,shape,or symbol. This is a plans quantity measurement Item.The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2.,"Plans Quantity Measurement."Additional measurements or calculations will be made if adjustments of quantities are required. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement"will be paid for at the unit price bid for"Prefabricated Pavement Markings"of the type and color specified and the shape,width,and size specified as applicable.This price is full compensation for cleaning the pavement by any means other than required abrasive or water-blast cleaning or milling;furnishing and placing materials;and equipment,labor,tools,and incidentals. Abrasive or water-blast cleaning and milling,when shown on the plans,will be paid for under Item 678, "Pavement Surface Preparation for Markings." Item 668 Prefabricated Pavement Markings Page.2 Corpus Christi Standard Specifications for Construction June 7,2016 Item 677 Eliminating Existing Pavement Markings and Markers 1 DESCRIPTION Eliminate existing pavement markings and raised pavement markers(RPMs). 2. MATERIALS Furnish surface treatment materials in accordance with the following Items: ■ Item 300,"Asphalts,Oils,and Emulsions" ■ Item 302,"Aggregates for Surface T reatments" ■ Item 316,"Seal Coat' Use approved patching materials for repairing damaged surfaces. Use a commercial abrasive blasting medium capable of producing the specified surface cleanliness. Use potable water when water is required. 3. EQUIPMENT Furnish and maintain equipment in good working condition. Use moisture and oil traps in air compression equipment to remove all contaminants from the blasting air and prevent the deposition of moisture,oil,or other contaminants on the roadway surface. 4. CONSTRUCTION Eliminate existing pavement markings and markers on both concrete and asphaltic surfaces in such a manner that color and texture contrast of the pavement surface will be held to a minimum.Remove all markings and markers with minimal damage to the roadway to the satisfaction of the Engineer. Repair damage to asphaltic surfaces,such as spalling,shelling,etc.,greater than 1/4 in.deep resulting from the removal of pavement markings and markers. Dispose of markers in accordance with federal,state,and local regulations. Use any of the following methods unless otherwise shown on the plans: 4.1. Surface T reatment Method.Apply surface treatment material at rates shown on the plans, or as directed. Place a surface treatment a minimum of 2 ft.wide to cover the existing marking. Place a surface treatment, thin overlay,or microsurfacing a minimum of one lane in width in areas where directional changes of traffic are involved or other areas as directed. 4.2. Burn Method.Use an approved burning method.For thermoplastic pavement markings or prefabricated pavement markings,heat may be applied to remove the bulk of the marking material before blast cleaning. When using heat,avoid spalling pavement surfaces.Sweeping or light blast cleaning may be used to remove minor residue. 4.3. Blasting Method.Use a blasting method such as water blasting,abrasive blasting,water abrasive blasting, shot blasting,slurry blasting,water-injected abrasive blasting,or brush blasting as approved.Remove pavement markings on concrete surfaces by a blasting method only. 4.4. Mechanical Method.Use any mechanical method except grinding.Flail milling is acceptable in the removal of markings on asphalt and concrete surfaces. Item 677 Eliminating Existing Pavement Markings and Markers Page. 1 Corpus Christi Standard Specifications for Construction June 7,2016 5. MEASUREMENT This Item will be measured by each word,symbol,or shape eliminated;by the foot of marking eliminated;or by any other unit shown on the plans. This is a plans quantity measurement Item.The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2.,"Plans Quantity Measurement."Additional measurements or calculations will be made if adjustments of quantities are required. 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement"will be paid for at the unit price bid for"Eliminating Existing Pavement Markings and Markers"of the type and width as applicable.This price is full compensation for the elimination method used and materials, equipment,tools,labor,and incidentals.Removal of RPMs will not be paid for directly but will be subsidiary to the pertinent bid items. Item 677 Eliminating Existing Pavement Markings and Markers Page.2 City Orcorpus Cllrisli Stand"ird Spedfication for Comstrucholl July 29,2010 offiam Item 680 Installation offfighway Traffic Signals 680.1. 680.2. MATERIALS: Ensure electrical materials and COINtRICti011 I'llethOdS COlIfOrIll to the current NEC, and additional local litility requirements, Furnish rrew niaterials, f,nsure all inaterials and construction methods cont"orm to the details shown on the I:ilans, the re(,'juirements ofthis Item, and the pertinent requiret-iients ofthe 60floNvilig Items: A. Romlway Illurninatioti Assemblies. Texas Departnient of]Ira nsportaation (l"xDOT) Standard Specification Item 610, "Roadway III LIMination Assemblies" B. Zine-Coated Steel 'Wire Stran(l, Itern 625, "Zinc-Coated Steel Wire `^tramd" Treate(l Timber, Poles. Item 627, "Treatcd Timber Poles" 1.). Plywoo(l Signs. Iteni 634, "Plywood Signs" E' Aluminum Signs, Items 636, "Aluarinum Signs" F. Foundations for Ti-alTic Control Devices. Item 656, "Foundations forTraffic Control Devices" Controller Assemblies. Provide controller assernblics that meet (he requirements of Itclu 601 Traffic Controller Unit and the details shown oil the plarls. H. FlasberAssemblies. Itern 685, "I'Jashing Beacon Assemblies" 1. Suppliers. Provide control and flasher assemblies from marull-IlCtUrCTS prequalified, by theTexas Department ofTransportation. The TxDOTTrallic Operations Division rnaintains as list ofpre(lLIkllifi(xl control and flaslier assembly manufticturers. J. Sampling an(I Testing. Sampling arid testing oftraffic signal controller asseniblies "ill be done in accordance \A4th Txl--)O T Standard Test Method Tex-1 170-T, 680.3. EQUIPMENT: Provide the niachinery, tools and equipment necessary for proper f)rOSCCLltiOIl of"(lie work. All machinery, tools arid eqUipIlICIA Used shall be maintained ill as satisfiactory and workinanlike manner. 680.4. CONSTRUCTION: Install traffic signal controller f"oundations in accordance with Itcin 655, "Controller F'oundation mid Pedestal Posts." Item 680 Installation of IfighwayTraffic Signals Page 1 City(�)('Corpus Christi Standard specification tov Constrlrcdon Jody 29, 2010 A. Electrical Requh-ements. 1. Electrical Ser-vices. Make arrangements for electrical services and install and supply materials not Provided by thc utility company as shown on the Plans. I.Ji'lless otherwise shown on he Plans, instal I 120-volt, single-phase, 60-Hz AC electrical service, 2. Conduit. Install conduit and fittings cal`the sizes and types shown on the plans. Conduit oflarger sizethan that shown ()it the plans may be used with no additional compensation, providing that, the same size is used for the entire length ofti'le conduit run. Extend conduit ill concrete l'oundations 2 to 3 in, above the concrete. Seal the ends ofeach conduit with silicone callikilIg 01' other approved sealantafter all cables an(] conductors are installed, 3. Wiring. (JnIess otherwise shown on the plans, flurnish solid No. 14 AWG conductors. Install above-ground cables an(] conductors in rigid nietal conduit, except for span wire suspended cables and condUCtOrs, drip loops, and electrical wiring, inside signal poles. Make power entrances to grotind.-nlounted controllers throilgh underground conduit, 'Wire each signal installation to operate as shown on the plans. Attach ends of Wires to properly Sized Self-illAdated solderless terminals. Affach tert'ninals to tile wires with as ratchet.-type compression crimping tool properly sized to the wire. Place pre-numbered identi-ficat ion tags of plastic or tape around each wire adjacent to wire ends in the controller and signal pole terminal blocks. Splices will not be permitted except as shown on the plans, unless the Engineer approves each. individmil splice in writing, Make all allowed splices watertight. 4. Gmunding and Bonding. Ground and bond the conductors in accordance with the NRC, Ensure the resistance from the grounded point orally eqUipIllent to the nearest ground red is less than I ohm. Install as continuous bare or green insulated copper wire (equipment ground) throughout the electrical systema that is the, sarne size as the neitt-ral conductor, but as minimum No, is AWG', Connect the equipment ground to all metal conduit, signal poles, controller housing, clectrical service ground, ground rods, and all other nictal enclosures and raceways. Provide copper wire lac;ndingjUrnp(TS that are as minimum No. IS AWG. B. Controller Assemblies. Construct controller foundations in accordance with Item 655, "Controller Foundation and Pedestal Posts," Intrnediately before Mounting the cmuroller assernbly oil the foundation, apply as bead of*silicone caa,ulk to seal the cabinet base. Seal any space between conduit ell(Cring the controller and the ftnindation with silicone caulk. Deliver the keys I-or the controller cabinets to the Engineer when the contract is complete. Place the instrUCtiO11 mallUal and wiring diagrams for all equipment in the controller cabinet, inside the controller cabinet. C. Timber,Poles. Furnish ANSI Class 2 timber poles other than flor electrical services in accordance witti detai Is shown oil the plans. Itern 680 Installation of flighway'l"raffic,Signals Page 2 City of Corpus Christj Standard spedficatit.'m for Construction July 29,2010 Umm MEMO 11. Preservatkm of Sod, Slmibbery,and Trees� Rephjee sod, shrubbery, and trees damaged durhlg the Colitraet. E. Removal and Replacement of Curbs and Walks. Obtain approval frorn the Engineer bel'ore cutting into or removing walks Or curbs not shown on the plans to be removed or replaced. Restore any curbs or walks retnoved equivalent to original condition after work is coilipleted, to the satisfaction ofthe E",'tigineer. F. SiLighting.ting. Attach sign fighting to traffic signal equipment as on s shown the plans. 9 4 Intersection 111urnination. onstruct Juininaires on signal poles as shown on the plans. H. Test Period. Operate completed traffic signal installations COntifILIOUSly for at [cast ,30- cLlys in a satisfactory rrianner, Ifany (",oiitrtoot--itit-iiishc(I equipment J'ails during the 30- (Jay test period, repair or replace that equipinent. This repair or replacerrient, except lamp replacernent, will start a rim 30--day test period, Replace rnaterials that are damaged or have failed prior to acceptarice. Replace hailed or darnaged existing signal systern componctits, when caused by the Contractor. The City will relieve the C(A'Aractor Cil, triaintenarice responsibilities upon passing as 30-day performance test of the sigmal sysleal and acceptance ofthe contract. 680.5. Measurement: This Item will be measured as each signalized intersection controlled by as single, traffic signal controller, 680.6. Payment: The work im-fortned and imiterials furnished ire accordance with this Iters atul ITIC,`Mtred as P1`OVidCd UMder"Measurement" will be paid for at the unit price bid 1:61. "Installation cal' ighway Traffic Signals" ofthe type (isolated, system, or Ilashing beacon) specified. "['his price, is Full con,qmisation For furnishing, installing, and testing the corripleted installation, controller and associated eqUipment, luminaires, signs and sign lights mounted Oil signal equipnictit, timber poles, niounting hardwarc and steel wire strand; pi-cservation rand replacement ofdama ,ed sod,, shrubbery and trees; removal and I-C,J)IaMlIent 01"CUrbS tined walks; and equipment, labor, tools, and incidentals, The City will pay R)r electrical energy consumed by the traffite signal. New drilled shaft foundations Iter traffic signal poles will be paid for under Item 308, "Drilled Shafts And I-Inder-Reanicd Foundations." C.'ontroller fOUndations will be paid for under Item 655, "Traffic Signal Controller Foundation."New condUit will be paid for under Itern 618, "Conduit," New electrical conductors will be paid ror under Itein 620, "Ellectrical Conductors," New glOLInd boxes will be paid fic)r under Item 624, "Ground Boxes."" New electrical services will be paid for under Item 628, "Flectrical Set-vices."New vehicle am'.1 pede,',;triall Signal heads will be paid for under Item 682, "Vchicle and Pedestrian Signal [leads." New traffic signal cables will be paid fi:)r under Itern 684, "'I't-affic Signal Cables." New traffic signal pole asseniblies will be paid For under Item 686, "T'raffie Signal Irate Asseniblies (Steel),"New traffic signal detectors will be paid for under Item 688, "Pedestrian Detectors and Vehicle Loop Detectors." Item 680 Installation ol"Highway'Fraffic Signals Page 3 On �Cityrl C.._r1_.1CYCIstdi.,.Standard up rills.�4� �� wiuuuw � i mmjul 29, t M TrwmiiRlimillilwwRM 680.7. RID ITEM: Item (aW 1 - Installation of Flighway'"fTaal"ic Signals I Isokite d.] - per each Item 680.2 - Installation ol`lli hway Tn'tllic Si a mis I'Systenil- per each Item 680 Installation of l-ligh ay`l"raf'fic.Signals Page 4_ City , of Corpus'Christi Slandard Specification fOrCO1)St1'UCdO11 October Z L 2010 ............._­............... .... ................. -UNBEEEMOCEir ftent 682 Vehicle and Pedestrian Signal Head 682.1 Description: Furnish mul install vehicle untlpe(leslriun signe.V heaely 682.2 Materials: Furnish only new materials, A. Definitions. 1. Bacli Plate. A thin strip of material extending outward fi-ojn all sides ol'a signal head 2, LED Optical Unit. T'he LJ111-) lens and associated supporting parts in a signal section, 3. Louvet% A device mounted to the visor restricting signal farce visibility, 4. Signal Section. One housing case, housing door, visor, and optical unit, 5. Signal Face. One section or an assei,ribly (4'2 or niorc sections facing otic direction, 6. Signal Head. A unidirectional lbee or as inallidirectional assenibly of"faces, inClUding back plates and lotivers when required, attached at a comnion location on a supl.)ort. R. G"eneral. Provide vehicle signal hexads it) accordance with Texas Dcpartment of transportation (TA)OT) I)NIS-1 1120, "Vehicle Signal Heads," Provide: vehicle signal heads from niaanufiwturers preqtialified by the Te ars Department ol—Yransportation, The TxDOT'fraffic Operations Division nraintains a list ol'prequalified vehicle signal head manufacturers, Provide pedestrian signal heads in accordance with TxDOT DMS-I 1130, "I'ledestrian Signal 1-leads" and Item 683, "LED Countdown Pcdcstrian Signal Module." Provide, pedestrian signal heads firorn rnaritit'henirCTS prequalificd, by the Departnictit. The Traffic Operations Division maintains a list of prequalitred pedestrian signal head manufacturers. SUPI)I)f only black polycarbonate signal ]read components that are of the sarne material and inanUfliCtUret' For any one prolica Use stainless steel bolts, nuts, washers, lock washers, screws, and otherissenibly hardware, When dissimilar metals are used, ensure the rnetals,are selected or insulated to prevent, corrosion, Use closed-cell silicone or closed-cell neoprene gaskets. 682.3. Equipment: Provide the machinery, tools and equipment necessary for proper j:X'OSeCUtiO11 of I the work. All niachinery, tools and equipment LISCCI shall be maintained in a satisfactory and workmanlike mariner. Itern 682 Vehicle and I)edestrian Signal llead page I C pry of Corpusarr�tr r1C, C ` �Cm�l.�Jt. 1C ens, tr,rrcacra ,,..,,..m..m, .., ...... October 21,70 ao �f�HWaarWar" � mMm . imm mimmu�um�"wm'ioiooi 'O�f�f�if��u 682. . Pedestflaan Signal Design Requirements. 1. The pedestrian signal housing shall be of"a quielc side mount pole aattrrrW;Naaa cnt single section clang shell with molded paolycarbonaatc components, Housing shall be pnolycaarboanatc, ultraviolet stabilized rnaterial, Clamshell housing slaaall be at least 0,0 in, thiek and ribbed so to produce the strongest possible assembly consistent with ligtht:-weight. All screws, latching bolts and hinge pains shall be"3 04 grade" stainless steel. Weather resistant gasket shall be provided on all hotrsingg openings, 2. The door shall be attached to the hotrsing With to^o hinged lugs can the side ofthe door and shall be fitted with easily removable stainless steel hinge pains. Two late.[') hags on the cloor side shall pa.rnait positives se,a lingr, between the; door and housing, . T"he clamshell will be drilled on both sides right. & let ot°`housing l"trr° side naotant hianging. 1-Holes will be pala:rg ged with rubber caps, 4. T'hc visor shall be ol',a sunscreen design parojecting� no more than two (2) inches 1'rorn. the door. it Nwill be flat black in color and ren')ova°ale & replaceable in design. . 'CTcr nainal block shall be part of"t,he, side mount to allow wiring of the irnteasectican before the pedestrian signal is mounted. Separate connection points are provided I'm, each socket-wire on one side oF'the to ainal block (of the quick disconnect type" On the opposite side of the teraninal lugs, terminals shall be provided Im field connection. wire, All ternairaal positions shall be permanently marked for identification, Ci. A side mount attachranent to pole ol'4 1,'2 inch or larger shall beprovided. The side naotant shall be; of'<a single piece paolycarlaonate and shall have a gasket to form a watertight bond to the signal head housing, The side mount may be attachedto either side of the housing. Attachment to the pole can be by stainless steel strapping or using 11'z inch bolts. Opening ofthe signal door shall he of a design to allow either lull or right swing. 682.5. Ti-azific Signal Design Requiecinent. 1. The traffic signal head shall be, constructed of'sturdy polycarbonate resin, and shall he ultraviolet stabilized material having aa.minimal tensile strength of 8,000 psi. All. screws, latching bolts, and hinge pains shall be stainless steel. 2. The signal htatasir°ag shall be ribbed to produce the strongest ngest. paossible assembly consistent with lightweight, 'The left and right of"each section shall include as heavy duty serrated ring;, which will allow positive orientation in -deg;rcc increments, T'he housing shall be one piece and shallbe complete with opaeningg$ left and right to accommodate, staandarrd t !V2 inch pipe size signal brackets, The individual signal housing; sections shall befastened together by means of attaching bolts and washer plates, The housing shall be 11aa't Black in Color, Item 682 Whicle and Pedestrian Signal Head Page 2 City ol-Corpus Christi Standard Sparc ifi(:ation for Coiistructi(ni O(ubcr 21,2010 3. ']'be housing door shall be polycarbonate and singic piece. 'The door shall be attached to the housing Nvith two hinged lugs and phis, Neoprcric gasket shall be provided between the door and housijig, The door shall lac I'lat Black in Color. A removable polycarbonate ttinnel visor shall IV I-VIOUrIted onto the door by nicans of R)ur stainless steel screws. 'Flat tunnel visor shall be, Flat Black in Color. vie signal heads shall have as louvered back plate. 4 1. The asseinbly shall be scated in as neoprene gasket, which Ins into the lens mounting Cavity on the door. "Hie lens shall be lield in place by 1"our ret aini jig slottcd clips and l'astened with 1-bur stainless steel screws. The lens and its gasket sliall be reniovable and replaccable with ,impale hand (cools. 682.6. Equipment: Provide the machinery, tools and equipment f'or proper instalh.,ition of the work, All machinery, toolarld C(JIJiP111C11t LUSCd Sh011 bC flUlit)Uflned ill as satist'actory and workmanlike manner. 682.7. Construction: A. Assembly. Assemble individual sigmal Sections if.) InUlti-section J'aces in accordance with the manufacturer's, reco nim endat ions to 16rin as rigid signal Eace. Assernble and mount sip heads as shown on the plans. Install louvers and back plates it) accor(lance with the manufacturer's reconituendations, Close ,,my openings in at.) assembled signal head with as plug ofthe same material and color as the licad, 11. Wiring. Wire each optical unit to the terminal block located in that signal secti(ni by means ot'solderiess wire connectors or binding screws and spade hips. Wire all sections of a multi section signal face to the section terminal blocks in which the traftitc signal cable is terminated. Maintain the color coding on leads frorn the in(Jividual optical UllitS thrOUghout the signal head, cxcept for the traffic signal cable. Use solderless wire cormectors or binding screws and spadc lugs for connections to terminal blocks, Use binding screws and spade hig", for field wiring. 682.8. Measurenient: ']'his Itein will be measured by each vehicle signal section, rvdestriatl section, back plate, and louver. 682.9. Payment: The work perft)rmcd and materials flurnished in accordance with this Item and rneasurccl as provided under "Mcasurement" will be paid For at the unit price bid for "Pedestrian Signal Section," "Vehicle Signal Scction with Back Plate," IV"LOLIVCr," of the types and sizes specified. This price is full cornpensation, for furnishing, assembling, and installing the signal sections, back plates and louvers, LED countdown modules, lenses and optics; in ounti jig attachments; and equipinent, labor, tools, and incidentals, I tern 682 Vehicle and Pedestrian Signal Head Page 3 C;tty of'Corpus Christi Standar cl Specificoflori for Consbitcdon October 21,201.0 682.10. Bid Rem: I tern 682.1 Install 12 inch Vehicle Signal Section with Back Plate (3 section) per each 1tein 6822 Install 12 inch Vehicle Signal Section with Back, Plate (4. section) per each Item 682.3 Install 12 inch Vehicle Signal Section with Sack Plate (5 section) per each Item 682A Install Pedestrian Signal Section (16 inch) w/LF1D Countdown per each Item 682.5 Install 12 inch LOLIVff Back Plate (AdJustable) per each Itern 682 VeIncleind Pedestrian Signal flead Page 4 of,ULY Corpus(J'11180 Sti,111dard Specification [or Collstriwtioll July 29,2010 .mvWAImma Item 83 LED Pedestrian Signal Countdown Module 683.1. Description: The intent of the this specification is to define the mininnirri acceptable design and operational requireinents for as pedestrian signal triodule drat displays tile standard "Fland / Man", with a coUnkIOWII ofpedestrian 6111C using, LED technology. 683.2. Materials: F,"nsure electrical materials and construction methods conform tothe, current National Elcctric Code (NEIQ and additional local utility requircments. Materials used lbr the lens and LFID niodule constraction shall conf'orni to ASTNI specifications where applicable, Fnelosures containing the power supply and electronic components of the L'F'D triodule stiall be inade oftfl.,94VO flame retardant jnaterials� The lens of the LED modulc is exclude(i from this reqUil-ernent. Furnish new materials. 13"'TISUIV all triaterials and construction inethods (.,.onform to the reqLdreinents of this Item and the following pertinent requirements; A. Signall Helad. herrn 682, "'Vehicle and Pedestrian Signal I-leads," B. Controller. Item 601, "'Frallic Signal Controller," C. Signal Indications. "Pedestrian Traffic Control Signal Indications" publislicd in the Equipment and Materials Standar(Js offfic Institu(c ol"Fransportation Frigineers, (referred to in, this docunrent,its 'T"I"C'Sl"), D. National Electric Code (NEC) E. American Society for Testing and Materials (ASTM). 683.3. Equipinent: Provide the machinery, tools and eqI.lipment necessary for proper installation ofthe work. All machinery, tools and equil,'mictit used shall be maintained in as satisfactory and workmanlike manner. 683.4. Constructioti: A. (jenei-al. 1. Modules designed as retrofit replacements for existing pedestri,,in signal indication lamps shall not require special tools for installation. Retrofit replacemetit modules shall fit into eXisting pedestrian signal 1101,113ingS built for the PTCSII, size stated in Section I of"the "Walking Person" and "I land" icon pedestrian signal indication Standard without modification to the housing. 2. A I I Ll D's used shall be rated for 100,000 hours of continUOUS operation over as terriperalure range of-40"'C to -174'C. 'I"he modules shall be rated for a minimum lire of"72 months. Modules shall meet all parameters of this specification throughout this 72-nionth period. Installation ofa retrofit replacement modUle into existing pedestrian signal 11OUSing S11,111 only require the removal of the existing optical unit components, i.e. lens, lanip inoduic, gaskets, and rCfICCtOr; MOdUlC-,S Shall be ),,,eather tight and fit securely in the hOLISing; and shall connect directly to existing clectrical wiring, 1"I"EM Item 683 Pedestrian Countdown Signal Module Pagel CiLy of Corpus Christi Standard Spedficatimi for C,costar ctior) July 29,2010 UNGME B. The Module. 1. '1 jic retrofit module shall be capable of'replacing the optical unit. The modules lens maybe a replaceable partwithOLIt the need to replace the complete unit. The Walking person and hand icons (I 6"xi 8") shall he full display (not onflinCS). The countdown digits shall be niade up ciftwo rows of LED's, F-`acli digit shall be as n1ininium of'seven (7) inches high and three (3) inches wide, 2. For each norninal message bearing surface (module) size, use the corresponding If (height) and W (width): .................................................. ................ Bearing Modtile lcoo Height Icon Width Countdown ('701111tdown S411-face Size Hei h( NVidth -1-111,11,11---.................... ...........--...... ................... Fl 1.6x 18) an min� 7 in. 7 in� min, 9 in. 6.5 iri� 3. Tfle unit shall not. baveany attachments or optic)ns that will allow (fie modc to be changed from cotinling the clearance cycle, to the full walk/don't walk cycle. 4. ']'he module sl,)all be a single, elf containecl device, not requiring oil site assembly fear installation into existing traffic signal housing, I'he power supply shall be designed to fit and mount inside the pedestrian signal module. The .6 a anufbeturing process fiat the modulesball be designed to assure ,,ssembly and in, all internal LED and electronic components are adequately supported to withstand mechanical shock and vibration from high winds and other sources, Environmental Requirements. The nu)dule shall be rated for use in the ambient Operating temperature range, measured at the exposed real-of the module, of-4.0 to +165"F. The pedestrian module shall be designed to meet NFMA 250 Hose down Test, The test is to be conducted on as stand-alone unit, No protective housing shall be use(L The niodule Icris shall be t..J'V stabilized, 1). Signal L&NS. 1. The lens ofthe H`A) pedestrian and Countdown signal modules shall be polyearbonate UV stabilize(] and a mininIUM Of'V111" thick, 2. The exterior of the lens of the LED pedestrian and countdown signal modifle shall be smooth and frosted to pt-event sun phantorn, E. Module Identification. Each l-nodUle ,hall be identified oil tfic backside with the III all 111acl urer's name, model ntimbers and serial number. The following operating characteristics shall be identified: nominal voltage, power Cons Ll I'll Pti 011, wattage and Volt-Anipere. mgm— Itern 683 Pedestrian Countdown Signal Module, Page 2 City of Corptis(",hristi Standiard Specification for Construction July 29,20 10 iffilffia F. Photometric Requirements. 1. Luminance, Uniformity & Distribution. For a niininium period of'72, trionths, the niaintainc(I minimum luminance values tbr the modules undcr normal operating conditions shall not be less than 5300 cd/n-)2 for the Walking Person icon and 3750 cd/m2 f'or the Hand icon when me-,asured perpendicoolat-to the surface of"the niodule at nine, (nine) separate points on, the icon. These values may decrease i.ap to 50%) ofthese table values beyond 15' from the perpendicular in either to the tell or right on as horizontal plane. The tinifoomity ofthe walking person and hand icons' illtanination shall meet a ratio ol'not more than I to 5 between the minimum and maxinnim huninance measurements (in Cdhot21, 2 1. (.1iromaticity. The standard colors for the 1,,I-,IID lledest6an Signal Module shall be White for the walking person and Porilind Orange For the hand icon and COUntdown digits. Gl. Electrical. 1. General. The 1110dUICS shall be, operationedly compatible With NEMA traffic signal controllers, cabinets and accessories manuffictured to "NDOT standards and the ( CO ity f01-1)US Christi standards, where cliff rent the City 01'(101-PLIS ChriSti standard will be Used. Maximum lam r°consumption re(jUi1'C1nCntSf6r OaCh indiCaf1011 arrc, aS 1`011OWS(in WattS): ..................... Icon 25 c 74 c ......... ... ............... .................... Hand 10.0 Watts 12.0 watts .. .................. s. .......... Walking Person 9.0 watts 12.0 watts -------------—_-11.t) ——(',ou ntdown 2 digit, 8.0 watts I LO Watts ................. -----..................... ... ...........-... .................. All wiring and terniinal blocks shall inset the requirements of`` ection 13.02 ofthe V'I'(,*,Sl I Standard. Thrce secured, color coded, 36 in long 600 V, 16 AWG inininimn,jacketed wireq, confortning to the National Flectrical Code, rated for service at +105'(,,,, are to be provided J'or electrical connection. Fach LED signal module shall be designed arca that there is no noticeable light OUtIlUt when connected to rated voltage through an finpedance ol" 15K ofini (either resistive or capacitive), The signal niodulc shall be designs-d so that, under normal operation, in AC voltage of no greater than 10 volts RMS shall be developed across the unit when it is connected in series with any value of impedance greater 'than 15K ohms and for any applied AC` voltage between 95 and 135 volts RMS that is connected across this series Combination. In addition, the signal niodule shall be designed so that the voltage across the module shall reduce in value to less than 10 volts RMS within I 00ni see when the n'10dLdC is switched off by any so]id state switel'i or switch pack having ail impedance. of 15K ohms or greater. Itern 683 Pedestrian Countdown Signal Module Page 3 Cityel'Ci orauChristi�� "tii n m"a.awicm Specification 1rr ,n, i riw ae taxaa.n �n 21 r. 0.10 momw .Voltage Range. aa. LED module shall operate from as 60 +3 Hertz arc: line power overa, voltage range from 11f1 tea 135 VAC RMS. The ca.arrent draw shall be, sufficient to ensure compatibiht,y aartd proper triggering and operation of load current switches and conflict monitors. Nominal operating voltage for all measurements shall he 120 +3 Volts rrns. Fluctuations in liras voltage over the range o 8OVac to 1 Vaac. shall not affect luminous intensity by more than I.1011 c,, The Ll",,.D circuitry shall prevent flickering at less thaarw 100 l lz over the volta c range stated above. The modules shall be designed and constructed set that the failure of a sin,[ble LE'D will not result in the loss ofadditional LE'D's. h. There shotald be no illumination cat`the anodule when the applied Ntoltaage is less thwart 35 VAC RMS, "l o test for this condition each icon must first be fully illuminated at the nominal operating voltage. The applied voltage shall there be reduced to the point where there, is no inumin ation. 'this point must be greater than 35 VAC; RMS, °. "a.rr°n�Ca'tra arrrcl "l"ur ra�(')f`l`°l inar�: F"aach icon of the module shall reach 901M., of their full illumination (turn-can) within 100 ins ofthe application of the nonainarl operating voltage. °T"ltc modules shall not be illuminated (turn-oft") al"lea° 100 nas of'the removal of'the nominal operating voltage. c1. For abnormal conditions when no ninal voltage is applied to the Unit across the t:wo phase wires (rather than being applied to the phase Nvire and the neutral wire;) the pedestrian signal unit; shall defiattlt to the hand syraalaol. . Tr"aansierat Voltage Protection.'The module's ori-board circuitry shall include, voltage surge Protection to wit:hstarld t6glw-repetition noise transients mid low-relaetitioa high energy transients aas stated in Section 2.1,6, 'NEMA Standard TS-2, 199 , or tate latest:version. 4. Electionic 1" oisc. "1"ltc modules and associated on-board circaaitr;y must meet federal t'ctrrwrtwarrtic atirawts C"atrrtmission (FCC)C)"Fide 47, Sub Part B, Scetion 15 regulations cancer"wtirat tlwe eniissiort ot�clectrortic noise. S. Power-Factor(PF) and AC Harmonics. The modules slraall larovicle as power fiarctor of 0.90 or greater when operatedat norninarl operating vollage„ aarad 771T, Total laarnaonic dislortion induced foto an AC:' power line by the module, operated at nontinaal operating voltage, at 77T shall not cxcee:d 201M), 14. Module Func,ticaras, 1. Cycle. °l`he module shall operate in ctne mode: Cletwonce Cycle Cottrrtdoia�tr Molle ( n�),% The ratodule will start counting when the flashing clearance signal turns on and will cocrrltdown to "0"" anew turn call`when the steady"Don't arlk" signal turns c.trt. 11Ct; Iule, will not hove fuse-ttcc,eos,ible sivlr+t:hes or ctrrro°tr/s',d`m-tr'tmlt fic utiou qf c j,cle. 1tern 683 Pedestrian Countdown Signal Module Page City of Corpus C]hristi StandardSpe ( on for Coristructimi )uly 29,2010 I , am-affiffiffinm 19W 2. Leaming Cycle. At power oil, the Module enters, a sin ,le aLitomatic learning cycle, I)Grjflt>the antomatic learning cycle, the courridown display shall arch in dark. 3. Cycle Modification. T'he unit, re-prograil'is itself if it detects any increase or decrease ofTedestrian I'iniingfile COLInting unit will go blank once as clitinge, is detected and then take one complete pedestrian cycle (with no counter during this cycle) to mtjust its buffer timer. 4. Recycling. The module shall allow I'm, conseCLItiVC CYCICS without displaying the steady Hand icon ("Don't Walk"). 5. Pmemption. 'Fhe mOdUle shall recognize preei,ription events and temporarily niodify the crossing cycle accordingly. If the controller preenipts during, the walkii-ig man, the countdown will l'ollow the controller's directions and will ad"just froili, walking mail to flashing liand. It will start to count dowil during the fLishing 11,111& Ififie emitroller Im-cempts during the flashing limid, the coutitclowil will contimie to (.,ourit Clown without iliternit)(ioil. The riext cycle., following the prceinj)tion evetit, shall use the correct, iiiitially prognimmed WIJUCS. 6. "Don't Walk" Steady. Il"the controller output displays Don't ' alk steady condition and the Unit has not arrived to zero or if both the hand and man are dark for some reason, the Unit SUSIVIKIS Mly tinrirr wind tile digits will ger Clark, 1. Quality Assumuce, 1. General. a. Unless otherwise specified all of the test will be conducted at all ambient. temperature of 77T and at thc nonlinal operating voltage of 120 VAC RMS, 1). "I'lie fbilowing production quality assurance ICSIS shall be perf"otincd on each ricvv modUle prior to shipilient. Bef'ore any measurements are jilade, the unit shall be energized at the rated voltage for as 30-minute bi.1111-ill period at ail ambient tell)Pffaftffe of Following the burn-in period, the initial luminous intensity shall be meaSUred. A single point MeOSUrCITICUt With aa. correlation to the intensity requircrilent of"Section L(A of'VIVSH for circular indications may be used, The cuffent flow and power factor shall also be deterinined, Units Found to have parameters outside the ranges allowed by this specification shall be rejected. c. The inoduics shall be ni,,-,,uuJtaACtUred in accordance with a vendor quality assurance (QA) prograni, The QA program shall iUCIUde two types of quaality assurance: (I) design quality aSSLirance and (2) production (IM'dity assurance. QA process and test I-CA111 documentation shall be kept on lila for aj minimum period of seven years. 2. C,'ouft)rniance., The module designs not satisfying design qualification testing and the production quality assurance testing ped'orniance requircirients shall not be labeled, advertised, or sold as confonning to this Specification. Itern 683 Pedestrian Countdown Signal Module Page 5 City ot'Corpus Christi Standard Specification fol.("Otis tructi On JLdy 29, 2010 3. Design Qualification Assumance. Design QUalit'ication, tcsting shall be peiJ'orined oil new module designs, and wheri as tnaJor design change has been implemented oil an existing design. LInless otherwise specifiecl, all of the tests shall be Conducted on the same set of randomly selected modules, hereafter called the sample set, at an ambient tenlperature ot'77"7' and at file noniinal operating voltage of 120 VAC RMS. Testing shall be pertbiined once every 5 years or when the, module design Or LEW(echnology has been changed. Test data shall be retained by the module manufacturers fora minimum period ol'7 years and Ibr a period of`art least 5 years beyond the last date of malll.lfilCtUre ofthat model type, 4. Pi-oduction Qwdity Assurance. All new, tuodules shall undergo Production Quality Assurance testing prior to shipment. Faih,11'e Of aflly rnodule to meet re(lairernents ofthe QA tests shall be cause for rejection, QA test results shall be maintained ft)r a period of'A, years. The production quality assurance sluill include statistically controlled routine tests to ensure niininium perfortnance levels of rnodulcs, built to incet this speci I ication. Prior to packaging for shipinern', each module shall be visually inspected for any exterior physica I damage Or assembly ,anomalies. (4areftil attention shall be paid to the Surface offlie lens to ClISUre there are no scrfitches (i,--ibrasiojis), critcks, chips, discoloration or other defects. 5. Delia ei-y and Acceptance. C,ornpatibility with a controller unit, conflict trionitor an(] load switch will be tested by connecting the module under test to the output of as standard load switch connected to a variable A(-' volta,gc supply with the output Of the load switch in the offstate, The AC, voltage developed across each LED module so connected shall not exceed ten (1 t1) V runs as the input to the LFD modt'de is varied froni 95V rnis to 135V rams. I J. Warranty. I. signal modUICS Shall be replaced or repaired if it flails to runction as intended duc to workmanship Or material (Iel'LTts Nvithin the first 60 rnontlis frool date of delivery, 683.5. MEASUREMENT: This f(ein will be measured by each installed LED Countdown Pedestrian Signal Module. 683.6. PAYMENT: The work perl"ornied and rnaterials Furnished in accordance with this Real and measured as provided under"Meisureinent," will be paid for at the unit bid price for "T,EID Countdown Pedestrian Signal, Module," "I'llis price is full compensation for furnishing and installing the module; and equipment, labor, tools, and incidentals. 683.7. im) ram: Item 683,1 - ITM COLUndown I edestrian Signal Module - per each Item 683 Pedestrian (,'ountdown Signal ModU10 Page 6 Corpus Christi Standard Specification for Construction June 7,2016 Item 684 Traffic Signal Cables DESCRIPTION Furnish and install traffic signal cables. 2 MATERIALS Provide polyethylene-jacketed multi-conductor cables in accordance with details shown on the plans. Individual conductors must be copper with polyethylene insulation rated for 600 volts.Furnish new materials. Provide traffic signal cables in accordance with DMS-11110,"Traffic Signal Cable." 2.1. Type A Cables.Use Type A cables meeting the requirements of IMSA 20-1 for underground conduit installation or aerial cable supported by a messenger. 2.2. Type B Cables.Use Type B cables meeting the requirements of IMSA 20-3 as the integral messenger cable for aerial installations. 2.3. Type C Cables.Use Type C cables meeting the requirements of IMSA 50-2 for loop detector lead-in installations consisting of 2 conductor shielded cable. 2.4. Types A and B Cable Materials.Provide the following materials for Type A and B cables: Use the size and number of conductors shown on the plans. Unless otherwise shown on the plans, use conductors consisting of 7 copper strands. Ensure color coding of conductors and sequence for cables are in compliance with Table 1. Base color is the insulation color.Tracer color is the colored stripe that is part of or firmly adhered to the insulation surface for the full length of the conductor. Ensure 2-conductor cable is of the round twisted type with fillers used where necessary to form a round cable. For cables with more than 2 conductors,ensure individual conductors are laid up symmetrically in layers with fillers used when necessary,to produce a uniform assembly of conductors with a firm,compact cylindrical core. Ensure fillers are a non-metallic,moisture-resistant,non-wicking material. Supply conductor assemblies covered with a wrapping of a moisture-resistant tape applied to overlap at least 10%of the tape width. Ensure the taped conductor assembly is covered with a tightly fitting black polyethylene jacket that is smooth and free from holes,splits,blisters,and any other imperfections. Supply cables that clearly show the name of the manufacturer and the IMSA specification number applied at approximate 2-ft.intervals to the outer surface of the jacket by indent printing. Item 684 Traffic Signal Cables Page. 1 Corpus Christi Standard Specification for Construction June 7,2016 Table 1 Conductor Color and Sequence for Cables Conductor No. Base Color Tracer Color 1 Black 2 White 3 Red 4 Green 5 Orange 6 Blue 7 White Black 8 Red Black 9 Green Black 10 Orange Black 11 Blue Black 12 Black White 13 Red White 14 Green White 15 Blue White 16 Black Red 17 White Red 18 Orange Red 19 Blue Red 20 Red Green 21 Orange Green 2.5. Additional Requirements for Type B Cable Materials.Additional material requirements particular to Type B cable are as follows: ■ Ensure cables consisting of 5 or more conductors have a 0.25-in.nominal diameter messenger. For the messenger,use Class A galvanized Extra High Strength Steel Strand with 3 or 7 wires. ■ A solid strand messenger with 0.134-in.diameter may be used for cables with less than 5 conductors. ■ To provide corrosion protection,ensure the messenger strand is coated and the interstices are flooded with a rubber asphalt compound or equivalent. ■ Ensure the integral messenger and conductors are enclosed in the jacket forming a cross-section similar to a figure 8. 2.6. Type C Cable Materials.Use the following materials for Type C cables: ■ Unless otherwise shown on the plans,use No. 14 AWG insulated conductors with concentric stranding with black insulation on 1 of the 2 conductors and clear insulation on the other conductor.Ensure conductors have a minimum of 2 twists per foot within the cable. ■ Use cables that have 100%shield coverage using aluminum bonded to a Mylar film. Ensure the drain wire is stranded tinned copper,2 AWG sizes less than the conductor,and in continuous contact with the aluminum side of the shield material. ■ Ensure the jacket is black polyethylene. ■ Use cables that legibly show the name of the manufacturer and the IMSA specification number applied at approximate 2-ft.intervals on a tape under the outer jacket. 2.7. Sampling.The Engineer may take samples from each roll of each size of cable for establishing conformity to IMSA.The samples will be at least 3 ft.long.Replace any cable failing to meet IMSA requirements. 3. CONSTRUCTION For each cable run in underground conduit,coil an extra 5 ft.of cable in each ground box. Splices are not permitted in Type A and B cables unless shown on the plans,or approved in writing. Ensure splices are watertight. Item 684 Traffic Signal Cables Page.2 Corpus Christi Standard Specification for Construction June 7,2016 Make splices between Type C cable and loop detector wires only in the ground box near the loop the cable is servicing.Use non-corrosive solder for splices.Ground the drain wire of Type C cable to earth ground only at the controller or detector cabinet.Ensure the resistance from the drain wire to the ground rod is less than 1 ohm. Test the cables after installation and before any connection to the cables.Cables testing less than 50 megohms insulation resistance at 500 volts will be rejected. 4. MEASUREMENT This Item will be measured by the foot of traffic signal cables. This is a plans quantity measurement Item.The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2.,"Plans Quantity Measurement."Additional measurements or calculations will be made if adjustments of quantities are required. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement"will be paid for at the unit price bid for"Traffic Signal Cables"of the types and sizes specified. This price is full compensation for furnishing and installing materials,and for equipment,labor,tools,and incidentals,except as shown below. Cables inside traffic signal pole assemblies will be paid for under this Item. Cables used for inside signal heads and controllers or coils in ground boxes,pole bases,and on span wires will not be paid for directly but will be subsidiary to pertinent Items. Item 684 Traffic Signal Cables Page.3 Corpus Christi Standard Specification for Construction June 7,2016 Item 686 Traffic Signal Pole Assemblies (Steel) DESCRIPTION ■ Installation.Fabricate,furnish,and install steel traffic signal pole assemblies. ■ Relocation.Remove and relocate existing steel traffic signal pole assemblies. MATERIALS Provide new materials that comply with the details shown on the plans,the requirements of this Item,and the pertinent requirements of the following Items: Item 416,"Drilled Shaft Foundations" Item 421,"Hydraulic Cement Concrete" Item 441,"Steel Structures" Item 442,"Metal for Structures" Item 445,"Galvanizing" Item 449,"Anchor Bolts" Furnish alloy steel or medium-strength mild steel anchor bolts in accordance with Section 449.2.1.,"Bolts and Nuts,"unless otherwise shown on the plans. 3. CONSTRUCTION 3.1. Standard Design.Fabricate poles assemblies in accordance with this Item to the designs shown on the plans.Alternate designs are not acceptable.Deviations that affect the basic structural behavior of the pole are considered to be alternate designs. For deviations that do not affect the basic structural behavior of the pole,electronically submit shop drawings in accordance with Item 441,"Steel Structures,"to the Bridge Division for approval. 3.2. Fabrication.Fabricate and weld in accordance with Item 441,"Steel Structures,"AWS D1.1,Structural Welding Code—Steel;and the requirements of this Item.Fabrication tolerances are given in Table 1. Table 1 Fabrication Tolerances Part Dimension Tolerance in. Lenqth ±1 Thickness +0.12,-0.02 Pole and mast arm shaft Difference between flats or diameter ±3/16 Straightness 1/8 in 10 ft. Attachment locations ±1 Overall ±3/16 Thickness +1/4,-0 Base and mast arm Deviations from flat 3/16 in 24 in. mounting plates Spacing between holes ±1/8 Bolt hole size ±1/16 Length +1/2 Anchor bolts Threaded Length ±1/2 Galvanized Length -1/4 Angular Orientation 1/16 in 12 in.' Assembled shafts Centering ±3/16 Twist 31n 50 ft. 1.1 in 12 in.between mounting plates an a ween mounting pl-afe—s—and base plates. Item 686 Traffic Signal Pole Assemblies Page. 1 Corpus Christi Standard Specification for Construction June 7,2016 Fabrication plants that produce steel traffic signal pole assemblies must be approved in accordance with DMS-7380,"Steel Non-Bridge Member Fabrication Plant Qualification."The Department maintains an MPL of approved traffic signal pole assembly fabrication plants. Provide properly fitting components. Provide round or octagonal shafts for poles and mast arms tapered as shown on the plans. Fabricate mast arms straight in the unloaded condition unless otherwise shown on the plans. The Department will accept bolted slip joints overlapping by at least 1.5 diameters in mast arms 40 ft. and longer. Provide circumferential welds only at the ends of the shafts.Provide no more than 2 longitudinal seam welds in shaft sections.Grind or smooth the exterior of longitudinal seam welds to the same appearance as other shaft surfaces.Ensure 100%penetration within 6 in.of circumferential base welds and 60%minimum penetration at other locations along the longitudinal seam welds. Use a welding technique that minimizes acid entrapment during later galvanizing. Hot-dip galvanize all fabricated parts in accordance with Item 445, "Galvanizing." Treat welds with Ultrasonic Impact Treatment when shown on the plans after galvanization and with the dead load(actual or simulated)applied.Repair damaged galvanizing in accordance with Section 445.3.5., "Repairs." Connect the luminaire arm to the pole with simplex fittings.Ensure the fittings have no defects affecting strength or appearance. Permanently mark,at a visible location when erected,pole base plates and mast arm mounting plates with the design wind speed. Permanently mark,at a visible location when erected,pole base plates and fixed mast arm mounting plates with the fabrication plant's insignia or trademark. Place the mark on the pole base plate adjacent to the hand- hole access compartment. Deliver each traffic signal pole assembly with fittings and hardware either installed or packaged with its associated components.Ship all components with a weatherproof tag identifying the manufacturer,Contract number,date,and destination of shipment. 3.3. Installation.Locate traffic signal pole assemblies as shown on the plans unless otherwise directed to secure a more desirable location or avoid conflict with utilities.Stake the traffic signal pole assembly locations for verification by the Engineer. Use established industry and utility safety practices when working near overhead or underground utilities. Consult with the appropriate utility before beginning work. Construct foundations for new traffic signal pole assemblies in accordance with Item 416,"Drilled Shaft Foundations,"and the details shown on the plans.Orient anchor bolts as shown on the plans. Erect structures after foundation concrete has attained its design strength as required on the plans and Item 421,"Hydraulic Cement Concrete."Coat anchor bolt threads and tighten anchor bolts in accordance with Item 449,"Anchor Bolts." After the traffic signal pole assembly is plumb and all nuts are tight,tack weld each anchor bolt nut in 2 places to its washer.Tack weld each washer to the base plate in 2 places.Never weld components to the bolt.Tack weld in accordance with Item 441,"Steel Structures."After tack welding,repair galvanizing damage on bolts,nuts,and washers in accordance with Section 445.3.5.,"Repairs." Do not grout between the base plate and the foundation. Item 686 Traffic Signal Pole Assemblies Page.2 Corpus Christi Standard Specification for Construction June 7,2016 3.4. Relocation.Disconnect and isolate traffic signal cables before removing the pole. Remove existing traffic signal pole assemblies as directed. Ensure the poles or attached components suffer no undue stress or damage.Signs,signal heads,mounting brackets,luminaires,etc.,may be left on the poles.Repair or replace damaged components as directed. Remove abandoned concrete foundations,including steel,to a point 2 ft.below final grade unless otherwise shown on the plans.Cut off and remove steel protruding from the remaining concrete.Backfill the hole with materials equal in composition and density to the surrounding area.Replace surfacing material with similar material to an equivalent condition. Move existing pole assemblies to locations shown on the plans,or as directed.Construct foundations for relocated traffic signal pole assemblies in accordance with Item 416,"Drilled Shaft Foundations,"and the details shown on the plans.Install existing pole assemblies on new foundations in accordance with Section 686.3.3.,"Installation." Accept ownership of unsalvageable materials and dispose of in accordance with federal,state,and local regulations. 4. MEASUREMENT This Item will be measured by each traffic signal pole assembly installed or relocated. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement"will be paid for at the unit price bid for"Install Traffic Signal Pole Assemblies (Steel)"of the types and sizes specified or"Relocate Traffic Signal Pole Assemblies(Steel)"of the types specified. New drilled shaft foundations will be paid for under Item 416,"Drilled Shaft Foundations." 5.1. Installation.This price is full compensation for furnishing,fabricating,galvanizing,assembling,and erecting the pole upon a foundation;furnishing and erecting required mast arms and luminaire arms;furnishing and placing anchor bolts,nuts,washers,and templates;and materials,equipment,labor,tools,and incidentals. 5.2. Relocation.This price is full compensation for removing traffic signal pole assemblies;removing existing foundations;backfilling and surface placement;storing the components to be reused or salvaged;furnishing, fabricating,and installing required new components including anchor bolts,nuts,washers,and templates; placing and securing traffic signal pole assemblies on new foundations;furnishing and placing conduit, ground rods,and wiring;disposal of unsalvageable materials;loading and hauling;and materials,equipment, labor,tools,and incidentals. Item 686 Traffic Signal Pole Assemblies Page.3 City of Corpus Christi Standard Specification for Construction January 04,2011 Item 687 Pedestal Pole Assemblies 687.1. Description: Furnish and install pedestal pole assemblies for vehicle and pedestrian signal. 687.2. Materials: Furnish new materials in accordance with the following Items and with details shown on the plans: A. Anchor Bolts. TxDOT Standard Specification Item 449, "Anchor Bolts" B. Foundations. Item 656, "Foundation for Traffic Control Devices" C. Pedestal Pole Base. Provide pedestal pole bases in accordance with TxDOT DMS- 11140, "Pedestal Pole Base."Provide pedestal pole bases from manufacturers prequalified by the Texas Department of Transportation, Traffic Operations Division. D. Pedestal Pole. Provide 4-inch diameter spun aluminum pipe. 687.3 Equipment: Provide the machinery, tools and equipment necessary for proper prosecution of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. 687.4 Construction: Install foundations in accordance with Item 656, "Foundation for Traffic Control Devices." A. Pedestal Pole Base. Ground the base with connector to the 1/2-13 NC female threaded hole. Fabricate the base for 4 L-bend anchor bolts arranged in a square pattern with a 12- 3/4 inch bolt circle. Provide mild steel anchor bolts in accordance with TxDOT Item 449, "Anchor Bolts," for each base. Provide three 1/16 inch thick and three 1/8 inch thick U- shaped galvanizing steel shims for each base. Size shims to fit around the anchor bolts. B. Installation. Install pedestal pole assemblies as shown on the plans or as directed. Pedestal pole assemblies include foundation,pole shaft, base, anchor bolts, anchor bolt nuts, anchor bolt template, shims, and miscellaneous components. Watertight breakaway electrical disconnects are required for pedestal pole assemblies used in conjunction with vehicle and pedestrian heads and components. 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. Repair damaged galvanizing in accordance with Section 445.3. D, "Repairs." C. Painted Finish. When required,paint pedestal pole assemblies in accordance with details shown on the plans. 687.5 Measurement: This Item will be measured by each pedestal pole assembly. ITEM 687 Pedestal Pole Assemblies Page 1 City of Corpus Christi Standard Specification for Construction January 04,2011 687.6 Payment: The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement"will be paid for at the unit price bid for "Pedestal Pole Assembly." This price is full compensation for furnishing and installing the shaft; base, shims, anchor bolts, and foundation; and materials, equipment, labor, tools, and incidentals. New signal heads will be paid for under Item 682, "Vehicle and Pedestrian Signal Heads." 687.7 Bid Item: Item 687.1 Pedestal Pole Assembly per each. ITEM 687 Pedestal Pole Assemblies Page 2 Corpus Christi Standard Specification for Construction June 7,2016 Item 688 Pedestrian Detectors and Vehicle Loop Detectors 1. DESCRIPTION Furnish and install traffic signal detectors. 2. MATERIALS Provide new materials that comply with the details shown on the plans,the requirements of this Item,and the pertinent requirements of the following Items: ■ Item 618,"Conduit" ■ Item 624,"Ground Boxes" ■ Item 682,"Vehicle and Pedestrian Signal Heads" ■ Item 684,"Traffic Signal Cables" 2.1. Pedestrian Detectors.Supply housing or an adapter(saddle)that conforms to the pole shape,fitting flush to ensure a rigid installation.Supply adapters of the same material and construction as the housing.Supply push-button switches that have single-pole,single-throw contacts and screw-type terminals and have a design life of at least 1 million operations. Ensure the internal components provide a push-button with normal open contacts,and include all electrical and mechanical parts required for operation. Ensure the push-button assembly is weather-tight and tamperproof,is designed to prevent an electrical shock under any weather condition,and has provisions for grounding in accordance with the NEC. 2.1.1. Standard Pedestrian Detectors.Provide a 2-piece cast aluminum housing unit consisting of a base housing and a removable cover.Provide threaded holes for 0.5-in conduit in the housing for any necessary conduit attachment. Ensure the manufacturer's name or trademark is located on the housing. 2.1.2. Accessible Pedestrian Signals(APS).Provide accessible pedestrian detectors in accordance with DMS-11132,"Accessible Pedestrian Signals(APS)." 2.2. Vehicle Loop Detectors.Use stranded copper No. 14 AWG XHHW cross-linked-thermosetting- polyethylene-insulated conductor rated for 600 volts AC for vehicle detector loop wire unless otherwise shown on the plans.Ensure each length of wire shows the name or trademark of the manufacturer,insulation voltage rating,wire gauge,and insulation type at approximate 2-ft.intervals on the insulation surface. When shown on the plans, use flexible vinyl or polyethylene tubing with 0.184 in. minimum inside diameter, 0.031 in. minimum wall thickness, 0.26 in. maximum outside diameter, and a smooth bore. Use tubing that does not adhere to the loop wire in any way and is capable of resisting deterioration from oils, solvents, and temperatures up to 212°F. Use tubing that is abrasion-resistant and remains flexible from -22°F to 212°F. Use orange or red tubing unless otherwise shown on the plans. Use sealant for the vehicle detector loops in accordance with DMS-6340,"Vehicle Loop Wire Sealant." Item 688 Pedestrian Detectors and Vehicle Loop Detectors Page.I Corpus Christi Standard Specification for Construction June 7,2016 3. CONSTRUCTION 3.1. Pedestrian Detectors. 3.1.1. Push-Button Unit.Meet the requirements of the TMUTCD when installing push-buttons.Wire the push- button according to manufacturer's installation instructions.Close unused housing openings with a weather- tight closure painted to match the housing.Verify that each button is communicating and fully functional. Do not use terminal connections or splice wire leads except at approved locations.All allowed splices must be watertight. Attach wires to terminal posts with solderless terminals unless otherwise advised by manufacturer's recommendations.Attach terminals to the wires with a ratchet-type compression crimping tool properly sized to the wire. Mount a pedestrian push button sign near each push button as shown on the plans. For installations where APS buttons are placed less than 10 ft.apart from one another,program the appropriate speech walk message(include the name of the appropriate street in the message)for these buttons.When 2 APS buttons are installed on the same pole ensure that the APS buttons are insulated to eliminate vibrations from traveling to the other button. 3.1.2. Controller Unit.If a controller unit is required by the plans,integrate the pedestrian controller unit into the traffic signal controller cabinet assembly. 3.2. Vehicle Loop Detectors.Provide the loop location,configuration,wire color,and number of turns shown on the plans.Loops may be adjusted by the Engineer to fit field conditions. 3.2.1. Saw-Cuts.Cut the pavement with a concrete saw to form neat lines.Do not exceed 1 in.depth on concrete bridge slab saw-cuts.Cut all other saw-cuts deep enough to provide a minimum of 1 in.depth of sealant over the wire.Make a separate saw-cut from each loop to the edge of the pavement unless otherwise shown on the plans.Ensure the cut is clean and dry when the wire and sealant are placed. 3.2.2. Conduit.Place conduit between the pavement and ground box as shown on the plans. 3.2.3. Loop Wire Color.Use the following color code unless otherwise shown on the plans. Use white for the first loop on the right followed by black,orange,green,brown,and blue.Use the same color for all loops in the same lane. Loops installed in multi-lanes will have the same color code in the order the loops are installed. When facing the same direction that traffic flows,the color code will read from right to left for all lanes carrying traffic in that direction. If traffic moves in 2 directions,the color code will be repeated for the other direction of traffic. 3.2.4. Loop Wire Installation.When shown on the plans,place the loop wire in a flexible vinyl or polyethylene tubing in accordance with Article 688.2.,"Materials."The loop wire color requirements do not apply to wires in tubing. Twist the wire from the loop to the ground box a minimum of 5 turns per foot.When only one pair of wires is in a saw-cut,it need not be twisted while in the saw-cut.Do not splice loop wire in the loop or in the run to the ground box. Hold the loop wire in place every 2 ft.with strips of rubber,neoprene flexible tubing,or polyethylene foam sealant approximately 1 in.long.Leave these strips in place and fill the slot with loop sealant. Splice the loop lead-in cable and loop detector wires only in the ground box near the loop it is serving.Use non-corrosive solder for splices and ensure the splice is watertight.Ground the drain wire of the loop lead-in Item 688 Pedestrian Detectors and Vehicle Loop Detectors Page.2 Corpus Christi Standard Specification for Construction June 7,2016 cable to earth ground only at the controller or detector cabinet. Ensure the resistance from the drain wire to the ground rod is less than 1 ohm. 4. MEASUREMENT This Item will be measured by the foot of saw-cut containing loop wire and each pedestrian push-button and controller unit. This is a plans quantity measurement Item.The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2.,"Plans Quantity Measurement."Additional measurements or calculations will be made if adjustments of quantities are required. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement"will be paid for at the unit price bid for"Vehicle Loop Detectors"of the type specified, "Pedestrian Detector Push-button Units"of the type specified or"Pedestrian Detector Controller Unit."This price is full compensation for furnishing,installing,and testing the detectors,detector controller units, including detector configuration devices or software(when applicable);saw-cutting,excavation,backfill, sealant,and sealant placement;pavement repair associated with saw-cutting;and materials,equipment, labor,tools,and incidentals,except as follows. The conduit and loop wire from the edge of pavement to the ground box used for the vehicle loop detectors will not be measured or paid for directly but will be subsidiary to this Item. New ground boxes will be paid for under Item 624,"Ground Boxes."New loop lead-in cable will be paid for under Item 684,"Traffic Signal Cables." Item 688 Pedestrian Detectors and Vehicle Loop Detectors Page.3 gg I -Way Assemblies isignals, with ��hexception n Designed �� accommodate all traffic of opticallly programmed.med. The Toulon Series Astra-Brae is desngned to be tough and durable. It features ally-axis addustabililty and is designed to facillitate the mouniting of any size si ir-ntmal to any size 1 mast arra or pole, AB-2403 Astra-Brat Asst', Tallon, Saril s, 1-WWay BaiirnudM Mount Tube K4p �, Signal Bond Sectuon ffsngih Caorung 1=1 Sac 29=2V'Bond PNC=Process No COor AB 44001 2=2 Sec 3646"Bond rt -Pbirnt A3-44015 i AB-3042 3=3 Sec 42=42'Brand Arm K'ia Oommp Kit 4=4 Sec 48-48'Bond 5-5 Sec 56-56"Bond �w � Aare Stoinlees steel upgrade,ovoilable:includes stainless clamrap screw and sloped washer. Specify by including-SS in the pod number,Le.,A4-06I 8-3-29-5'S-PNC, 1i AR-2003 Astro-Brae Asst', Tallloinw rl+ 1-Way CaNe Mount l Tube Kit fi _._...�.... i� r, Snynal Cable j ..,� Section Length, Coaling AB-0617 _ f-=1 manic 62=62'Coble PK=Procesc No Warr A3-44401 ' 2=2 Sec R4-q4'Coble PW =Nni 343 Sec 96=96'Coble Ala-44fa5 „ 1f.3043 Arun Kit 1 4-4 Sec Clamp Ka 5=5 Sec Note i .. .. .. Stainless steel upgrade awaiilable•includes stainless cable and dolled washer;. Specify by including-SS in the part nurmber"n,e,,AB-061 7-3-62-SS-PNC. � �a AB-2003 Abe Kit. Astra-Brat Assy, Galaxy saes,, 7-Way 'a rlle Mount � �gg� N�rf�� i I � / Signal rale, . Secton fen lh, Coolingrrl AG-01125 ; ]=I Sec 62=62"Cable Ph4C=Process No Cohn AB-400,110/ R-3455 2=2 Sec R4-S4"CoWe P =Pmol AB-400,110/ AB-4405 s Clamp Kia 3::.3 Sec 96=96'Coble 4=4 Sec Arm KiR 5=5 Sec Niolea Starrolless steel uprade uxwa'r4abllo. includes stainless cable and slotted washer. Specify by including-55 in the poo number,ii.e.,AG-01 25.3-Cut-55-r'Cwd'CC. 14are;1.All assernbl"ues are supplied slondord wills stainless slc V lasreners. 2,See Reference Section for clornp kit pole diameters. 3,See Reference Section for available paint col!o�rs. Page T1- wa,++foie^pelcolnc.carn-sa$es pe1co1nc.c=-4015-340-3434-fax:405.3400-34435 4/1/1115 ()L 0 Phl Flashing Yellow Arrow lOrange wffliack Stripe) o.t; OLD Phl Amber Arrow(White wr8lack Sir 1pe) DIED Ph7 Red Arrow(Black wMed Stripe) ig OLC NO Flashing YeIllow Arrow(Orange wIfflackStripe) --OCILC Ph,5 Amber Arrow(White wi Strilpe) -Ole OL C Ph!i Rod Arrow(Black w,'Rod Str[pe) OLD Pfi,3 Flashing Yellow Arrow(Orange w0ack Stripe) E-51�- OILB NO Amber Arrow(White wMiark Stili GILB Phi Red Arrow(Black wIRed Stripe) A :5izwwww OILA Phl Flashing Yellow Arrow(Orange wMiack itilp,ri) !j OLA Phl Amber Arrow(White w/Black Stripe) 77+� CX,A Phil Red Arrow(Blark wifRed,Stripe) 0 M CL PhO Walk(Green wIfflack Stripe) 0 ca 014 U CL ,0_, 1rhil Don't Walk(Red w1f3lack SO ipo) Ph6 Walk(Green wirBlack Stripe) IM 0 Ph6 Don't Walk(Red wIFIlock Stripe) 0 -;: ex NO Walk(Green wilMack Stripe) 0 U gyp. Phot Don't Walk(Red w/Black Stripe) 0 V Ph2,Walk(Green wiBlack Stripe) E Ito U — cc Phl Don't Walk(Red w0ack Stripe) v —0 M E U � SL J 0 E 0 Phil Green 13011 lGreen Wire) 0 7 7- 4.- M = Z r I'lig,Amber Ball(0tooge Wire) C CL CL @ imma Ph8 Red Ball(Red Me) CL G. E C:L 0 Phl Green Arrow(Blue Wire), CL .2 r or Ph Green Bait(Green Wire) rwono Ph6 Amber Ball(Orange Wire) (D-9 mom Ph6Red Ball(Red Wire) IM �2 JMm Ph5 Green Arrow(Blue Wire) < ar- '20 A v -j Phil Green Ball (Green Wire) 0 4 p- wwwPIA Amber Ball(Orange Wire S C E r.1,77. Ph4 Red Ball(Red Wire) kn � ria L, Phi Gievin Arrow(Blue Wire), 2 , I r a -2 0 065 0 55 0 0 M Phl Green Ball(Green Wire) 2 H Mom Ph 2 Amber Ball(Orange Wire) PIQ Red Ball(Red Wire) �7 7r, MOM Phl Green Arrow(Blue Wire) FI 1 �0 0 0 0 , Woe 00 1 i N C, Cr hrl 6 hJ(- F` 'Cynee/vIr*..,r c;&Pili^1 CM; V I 1)C:11 1:1 V-11-P 1-/..0 I NCC liR 1kJNL) �.. Pic R...V I CC h,..l N N C:C p 11::::1 El NI IeEINS (,1:1W41JN 0 I. MCS 33.1141:rC0 16 Irl M A 1 l; '131,11.I"1 MC.:AI1`,� SWEET *a DEPT. .b&[q�kFIC Po-GM�4CW,DWC ��� C4 CAMERA(,�AtaNYA":'I'ukVk FIW6'At.P"P mmmm� I'EXAS r GNdu417.C7Wnu WiPv ti av" :i Atlut,U -d 7- 1, , Street Servicesrr , Cry (tic ,otrcK ° PP Revised Ol/10/11 l,asl prime 1 Cl'l/10/1 1 8A9 A'1Vii. A ° A ITEM DESCRIPTION TART NO, :..I VIDEO DETECTION CAMERA BRACKET s"a � E t n d Tilt& Pan, Stellar Series: s: w ( ) Cable Mount, 1-Piece....,... ......... ........... AS-0 175 12 Cable Mount niece AS-01169 Gable Mount w/Service Wire Outlet 1 t�lece AS-0166 4 Cable Mount w/Service Wire Outlet 2title AS-0164 �W 5 Band Mount, 1-Piece.......... .... .. .AS-0170 a. Ca Hand Mount,2-Rec,e....... ................................ AS-0172 T Band Mount w/Service Wire Outlet, 1-piece ....... 11-----..... Ate;-0177 .� ,. 3 Band Mount w/Service Wirer Outlet, -niece .......... ... 1111-11111 AS-0173 1111. ASTT BRAC CLAMP KIT, Stellar Serim Cable Mount................... ..1111.,. ... AS-3009 13 Band Mount 1111.... .............. ...__..... .......................... AS-3004 .._..., ,.., CAMERA M IUN TINC3 I3I AC KE 11 r iere"/Turn. ... ........ ......... H-0514 1 Pieces,/filum. ... __ .,, SIA-051 5 ,1 1 1-Piece, Maria Versicam,Alum , __.... , .. , �, .., . 1111....... H t 37 AdJuStabie,2.88 to 4.38",Alum. .. ....... ..... SH-1533 1. All assemblies aro supplied standard with stainless steel fasteners. Stainless steel upgrade shall include stainless clamp grow kit *mom whore applicable. '1-piece bracket for rraounting Nteris, Clctetics, or Cccrnclite Solo " Pro type cameras. 2-pied; bracket for mounting Burte type cameras, 3. Please specify options when ordering.. ITEM 1 4 OPTIONS f rLrBt.I r r rl� .,�...... l I �a r"�f 1111 C ABLE LLMC rl l: � @AINT ITEM 13.a4f5i rwr�N PINT ,gyp w. 'Wy I iA WI A W 11 1tl'" ITEM 5,8 OPTIONS TUBELENGTH: t...�.:: BAND L r NGrt1. ",48 or 56"°2f� �t� 4.� 4�i --.--� .._...... S r611NLE ,r3A,rYE I)AIN"N" 10 w' 4 M aIn �* In M M14k! e ♦ f 311310 F* gds`r5 1 oull,pul, INPUT 11, -m - ,.m.. '14 " i- illy P- cX06-DICY P. w��aoWa� o , LINE UtIfE Ac V4- - � 1 ,��.,, :, , �� �' .,. .. 1 N (J 1� 21 SPw,„ ACP340 I "FRAI f SP-5. .�., � G 10 UN]'ll, (P vi 3 � I l Y).., w 120 VAC 120 VAC CHASSIS TB Off" NEUTRAL GROUND m� e CAI 0 41 w::: Ll �w "1a ESE TER1' 1HATIO ' TO 'B MADE WIRING DIAGRAM 0 (1) () LU C, Z M C) W I- Cxl U) 0) C (D -j -j 1- 0 CO 0 C) C, Lu C14 ui LIJ Lu Cdr w "%Was 0 w t 0 0 w ,-j Lli 0 �CL 0 0 o a z ?:ui 0 gw -jawz III LLJi W 0 z 0. LLJ z X Z 0 LU m' 0- J KX 0 X M Z > I-- lD 0- ui 0 Cc UJ Ca ,c cc CC4IZ( lCy W Q: uj 0 Uji w 0 >- :Dcrz UJ uT- C) Z w �11 0 < < U) -j 5 Lo 0- co cq LL z z z z z CL m (D CL 0 0 ,30 coE 0 0 z 0 QQ 9 LLJ 0 0 CC Uj L. ,C) uj UJ CL (2La. V) E 0 - C\l G z w 0 8 Lu U) W w p" Im z co 0 Ul 0 _j ci w 9 (v (n C) z L, Ld U) 0 o ?>' >- z m U) < Cc, 0 < X z zzzzzzzzz m 41, 2 cc Ui LLJ 0 w 0 Zo7 :Z� w I .. 0LI.I1. a) 2 ix, 000 0. Cl) w z CO 6i A E2 Q� ,q Z W 0 w 0 L) 5 z V) p iw 0 ce ttL z .4c 0 LU Q 0. j< Pw (L z 0) M W,0 0 z W, Ix Ujo o (L W a z_j F- 0 nujw wP aaW LL) 0 j z LU w uj M E < < 0 0 0 D Ul OD w z wo FOURZ1287 REINNEEM SPECIFICNIONSMAIR I'll'x I fill PG Style.( t aidAsseinbly overs RIE4111(1,1"04dS 601 �,.� �.. .��.. �.. DESIa3NrrCST ANSI DESCRIPTION I'ART No. WEIGHT 0 LOAD iN TIER' e t/^JF'2 CSolts Pt31°t"60C'AOa 27(12�I<yi) tJ,aaO F 1'a 0100 � @ aiiiaaaa 27 .2 k� 8,000 112,000 4e atr Pt .. � 311181'WA00 7(12a ntt , ... } Heavy 0iuty tia1213e1ts PC3i1104iAf10 27(12,2 lag) 16—,660M-2,500 iG t G3askatecI FIW3a Dirty mm°P G 1118HG00 "157(M 4 � 1M,Cl�t�l22,�CIC1 t5 /8 16 UHG' wF2 Bolts _ _ STAINLESS STEEL t"AM l lacrvy t`k A �1't�'111t3t4tiaGJ 2%(M2,?.kp) 2F„@ia0 F iO.0 wf3 2 w HEX KAt3 BOLT wF2 Holts _ W/ WASHER (2) ,Covers with molar lids w allable capon request,,See page 12 or pap Ebb for meter lid cover toad rating explanniion. a ✓ I 1/ taasketeel carvers nod holt grommets must he used with n tinsketed box.Gaskets reducMo the ( Inflow of fields but do not make the enclosure water tight. U o” 1� , 40 MULL SLOT 15 COF SKID RESISTANT SURFACE OVE 4/4 r 10 11 /-2X2 tack ie with Self-al��tl�l DIMENSION aION1 DESI NIT ST DESCRIPTION PART N O. WEIGHT# A LOAD# AN1SI TIEW " (0+4) X 4'" (102) 1/r PCs111tV&JA1Q ( g ( r nani),� ?�'Faa 133,750 � 22 tJ4ran FlottOro PO1110BA12 40 10 kgL 12 30 5 nam 22,66 MGUS611G�.FS (PG1118BB only) �� 53(2�4 kg) 10" 457 rrarr) 22,500/33,750 22 � r) Open Bottom wF' P01110UG12 � 460(10 kg) 12� 3at � 0013 3,75022 Csaskot PG31110I3G1'10 603 24 k'. 10'" 457 nam 22,500 F 33,750 _22 @ Open Bottom wF PG1118BB12 40(10 kg) 12"(305 T1- 22,500 133,760 22 2 Mouseholes —FG 111klUS1 863 2+4 kg mfa7 nana 22,500!33,750 22 ur Solid Bottom PG1418DA12 43(19x5 kg) 12 1/2'(318 nun) 22,500 F 33,750 22 PG1118DAiq 00 2'7 k10112' 476 nam 22 500133 750 2 u,, Solid Bottom wF P011100012 4 9, k 121 mm�� 22,500133,.760 22 G3askol PGf'1111110G40 060 27 k 1(3't12- 470 rnnr 12,500 13;3,750 22 ,e Footed rSgx PG31110iJA,12� m 41 9 k ) ,12 412" 310 ntrn� 22,500 133,1160 22.. PL31118JAi6 65(25 kg) 16112'(470 nana) 22,500 F 33"750 22 Llirneraslans tG weights in Parentheses aro amtric equivalent, Loadings comply with ANSIFSCTC 77(seas nage S), AP1111.2009 20 fflikazda" mamommilm 2411 x 3611 PIN Style(Stackable)Assembly SPECIRCATIONS/DATA and 2411 x 3611 PD Style Assembly ,POLYMER T014GUE & GROOVE 3/8--16 UNG STAINLESS3/8– HE16 UNC STAIN 0 SFEEL IIEX HEA0 DOLT SW �-EL X HEAD B61-T W/WASFIER (2)- W/WAqIER (2) /909 "V11 lk PLW SLOT x� P LL SL,0T COVEJ,� cor swD u RESISTANT SURFACK 2 P I E CE COVER COF SKID RESISTANT SURFACE 80 LIFTING BOLT 1 2" /all (13) 10) 2" 4 3/4" 121� X FIG Dox (51y 4 3/4" 121 G, —LIFTING BOLT (4) ('102) (102) PG BMW EXTENSION KNOCKOUTS (8) MOUSEHOLES (N 2"43688 only) E Y, Z4 4 2X 4" (102) X 4- (102) MOUSEHOLE, (P024368B only) LIFTING INSERTS (4) PD BOX =HUEIB6L� APRIL 2009 113 Imunzilld MANNIMM 2411 x 3611116 Style.(Stackable)Assembly SPECIFICATIONSMATA and2411 ic 3611 PO Style Assombly IS I ( IIIrIIc IIIIlo 10(10 DESIGN/TEST DESCRIPTION PART N . WEIG14T// LOAD ANSI YIPR' 4W/2 Etaalts 0 }W W8,00 0 H .„wnCovers with meter lids avall wble raot.0kgp ge1orpaSn 66 for,metelklcover loadd aakciacw/2 Bolts 100�5 k�" Ott12,000 ratingexplanation. 2Pece w/243.11. P324160,00 2 5! k 0,000/12,000 Caasketed cavorts and Molt grommets mint be No Bolts Na032xt3OWUAOO 100(45 lag) 0 000112 000 � used with a gnskeled box,C3nskets reduce 916 Heavy Duty ww/2 oaks 4xC243761AOO115(62 tae 71054-3761-A00 `16000/2200 1"a InNlaw of fluids but(,to not make the enclosure: f3a,kel.d I I..y Duty-'-71 243(F1G0 115(52 kg) '15,0100/22,600 1 a „„„ water light, w/2 Bolls r� Heavy Duty 2•Plece PG2436HSO0 122(55 kq) 15,000/22,500 15 W)2 Bolts I°ten vy Dut yw/2t3aatNe -T,52,536M-65 G BOXOS( t/IflllwI ��.. Wild)**24"" 4 ""t OUP lJOROS 11111134 ho IllsoI1 AS 1110101"Of AIIY StIIuk.) t1tG��mrllll�r31f� Il�IIIII�"I°IIIt1 �+�Ia�l _ DIMI:NIQN �DIMENSION� C3PIC3N/TPa"f�� .. DESCRIPTION PART NO, WEIGHT# A 8 LOAD 0 ANSI TIER* �e �" Ptd?42&r3' 15 1,41 (Ys k,) 1k1�(k a/�roaout' 1 1441 rrawra) ?2,500 t 31750 22 "(3 1 m..� P 2436BA24 100(LG k 24°' 610 mm 21"°X533 r"pim 22,500/33,750 72 .. ._ @ 03pen Bottom 00.0 k 30" 762 rnrla„ �27°' C§'ttC mrrt :?2,6441 P43240311SA36 254(115 kg) __10"(914 mm 33"(838 mm) 22,500 133,760 22 PC32430(3A42 2€13(133 kq) 42'"(1067 earn) '.. 39 22,/3115'/33,750 22 P02436BB18 132(63.1 kg) 18'" 457 rnm t5"'(131 mm 72,540/33,750 22 m r Open1ottom 02436B824 170 903I% � 24"" 010n�rn 71 633 mm 225100/33,{�at1 22 w/2 mourseholes PG2436883O 194 0(9 30" 762 mm 27`" 0Q6 mm, � 22 500/33,750 22 POa2436'SS36 252 114k ) 34°" 914mm 3S'(838 mm77,500/33'750 22 P03243OBB42 203(133 kq) 42"`(1067 rnm) 39"(991 mm) 77,600/33,7501 22 P6M-16 B GIG _14164 itg� 18"(4 a7 mm _=_ML 22,500/33,750 22 Open Bottom P 2436BG24 150 O1.11 k' 74"" 610 mm) 21' .e3 3"'nm 22,500/33,750 22 6 0w wbasket PC3243fi41a346 106 X80 9 k fO°' 752 rnm 27" 66atm 22 500 113 760 22 PG2430DO3O 754 115 k 36°" 014 mat 33 035 awn" 22 2 PG2430D 42 293(133 kq) 42°(1067 rrtrrr) !9"(001 ra7nt)_ 22,500 133,780 22 PG2436DA18 22,500/13,7550 22 Pl"a2436DA24 220 103.4 k 24'1/'2" 622 nwm 21" s�3 nim� 27 500/33 750 � 22 trw Solid Bottom27-QJ 13 � , �W91.4 ----21- PO324w36DA36 202 120 kg) 301/2"" £177 rrwm 33"" 838 mm) 22,500 1 33,750 22 PG2436DA42 371(14619) 421/2"(I III mm) 3Q`"(0431 n'arn 2?,500 133,1111_L_ 22 PD 130)(08 DIMENSION � DIMENSION DESIGNITEST DESCRIPTION IPTICIN PART NO. WEIGHT// I,3_ F LOAD// ANSI TIER' Pp243661A1U 169(72 kq) 10`"(457 mm 15" 361 mm 42,500/33,7010 27 open[3cttcrn P02436BA26 1439(90 l(q) 26"(660 mm) 23"(504 mm) 2.2,500/33,750 22 PD2436BA48X13(142 k 40" 1219 mm 45°"(1143 mm 72,600/33,750 22 Open Bwom Pt32436kN431t3 15f 71 k � M 22,50/33,750 221451� l w/2 Mouseheles PD2436g026x'197 00 k 2.G"" 660 mm) 23°` 504 rnrYa 22,500/33,750 22. PD _ 436BB4O 311 141 kq �0" 12154 mmm 5" 1143 nim 22 500 133 750 `?22 t pan Bell.,,, PD2436RC318 169 72 kq) 18"A57 rw'mr 16°'(381 mm) 22,600 133,750 22 WIGAskct t 2430BO70 199 90 kt& 28"" 600 rrt"tir 2:11604� 22,500/33,750 22 2436BG48 313(142 kg) 40"(12.19 ram) 45'(1143 mm) '2,600 1 33,750 22 Extensions (FOV IISO Wider 10"(100 DOX Ilnl 2�t1� II1r 111311.) DIMENSION DIMPNSILIN DESIGN/TEST DESCRIPTION PAIN NO3 WEIGHT 10 Ia G LOAD// ANSI TIER' Open Bottom _ PG2436EAOB 81(37 kq) 8 3/4" 222 mm) 22,500 133,750 22 --- _ Sell([Bottom PG2436RAOO 95 43.1 k, 9 1d4�rnm � N/A �� 72,500/33L750 22. Dimensions&weights In parentheses are metric equivalent. "'Landings compty with ANSI/OCTE 77(sae page 9')" APRIL 2009 34 YdeWtfrt mwlolP"a C"fffOtiMWNKK M1"INMn1f.Wm""Pj—➢ .➢➢➢WWW�w'.w�'.wW 1.o eewta;; --------- ..",. 1.00Ppf11.1M9rv4'®—1"--+YMJ �mIDY ddmemvmv ,--,dd mu�" PY.lmU1QO: mm, @UUNCw m.:aaw5�unw�ol I i, mart,Monl" )t,�o). MMU-16LMMU-16LE SERIES NEMA LCD MALFUNCTION MANAGEMENT UNIT MMU-1E with EIA 232 Port IIII1 U-1 LEipf with 10/10OMbps Eth rtiet Fort Whether you're a NOVICE or EXPERT Signal Technician, wcatrldn't it be great if you could: r ` LJ Use a built-in SETUP WIZARD CA to quickly and accurately configure ure the 133ign l ra. Monitor to the exact regUiren'aents of the cabinet and interseacstion l p Use a MENU DRIVEN N LCD Interface to view vital cabinet operational details Such as field signal voltages, historical avant logs„and rrioraitor ccanfiguration data? 4 ,< ll Use a lakailt-iia DIAGNOSTIC WIZARD to aut «rraaticaffy cffagrrraae cabinet .o rraaifunctions and fairapchit faerlt.y signals? If your answer is Yes, the LLdtW feN.tSaart:tTaaar "'„ rf r YOUI kn VnWwNMvxwmtn'mn ow MGi4AVM➢@il41!TWSWN1Y1^:!m'L qIO....... HA'N 4NYX'IDll.W 3mmvw dmmm fd mf fOJPQ:M".mom PmWO l6dm l4MFMm'.mm'YW'Nm.IV wnuaw.uwwuow WNnM.¢wf.Wu�w',�'wX',awxwo ww wWiNWtiii n iooimr oma M "tttl„ l�ll,ti„llllf; � l II�,;°, 'li" I �� Nenaa'T"S - 00 Standard: The MMU•16LE SnaariMonitor°rn meets all specifications of the Nenaa Standard rS2-2003 while maintaining downward compatibility with existing Nema TS'1-1989 Traffic Control Assenblies, Standardized Communications; teal-time SDt..0 communications with the Controller Unit exchanges field input status, Controller Unit output status,fault status;,. MMU programming,and time and date. Tull Intersection ttr Statras Display: Two high contrast, large area Liquid Crystal displays (LCD) continuously show frali RYG(W) intersection status, A separate graphic LCD provides a menu drivers user interface to status, signal voltages,configuration,event logs,and the Help system. Event Logging: A time-starnped nonvolatile event log records the complete intersection status as well as AC Line events,configuration changes, monitor resets,temperature and Irue PMS voltages. Satrap Wizard: Use the; built-in Setup Wizard to configure the Nernra Enhanced settings of the Snmwftvtonitor`ra by answering a short series of questions regarding intersection design and operation,. Diagnostic Wizard: The Diagnostic Wizard aUtoraaatit:ally Pirrfaotnts faulty signals and offers troubleshooting guidance. and Help System The integrated Help System provides context sensitive operational assistance, TS-1 Type 12 with SDLC Mode: The MMU-16Lb can be configured to operate with the:Port 1 SDLC function and Diagnostic;Wizard enabled in a TS-1 twelve channel cabinet with no cabinet wiring changes. Prograrn Card Memory: Enhanced settings of the MMU-16LP: aro stored in nonvolatile memory on the Twill Program Card, Moving the Program Card to ranotlsear MMU-16L automatically transfers all settings, Signal Sequence History Log: The five Cignal Sequence History logs steered in nonvolatile memory graphically display up to 30 seconds of signal status prior to each fault event, LEDguard'fn: This EDI innovative signal thresholding technique can be used to increase the level of raaonitorin,g protection when using Lib based signal heads, EDI ISMS- ngineT : A LISP coprocessor converts AC input measurement to "True ISMS voltage,, virtually eliminating false sensing due to changes in frequency,phase,or shoe wave distortion. SCcom"m PC Software: Access to the MMU-16LP data is provided by the industry standard EDI FCcom'M Windows biased software for status,event log retrieval,configuration,and data archival. Flashing Yellow Arrow PPLT: The n7artMonitoem supports MU°T"CD Flashing Yellow Arrow PPLT operation with two different rnodes for eilhei,TS-2 or TS-1 cabinet configurations. EBERLE DESIGN INC. 3rd l 9 East La Salle Street Tot MEN)) 968-6407 Rhoetalx, A7 E35040 USA Fox (602) sa e-199 www, r)1tr^aaaffir_, or n la MU-16L E Catalog Sheet—071907 Designed,Manufactured incl Tested In the Unaked States of Arnerrra ISO 9001:2000 Registered SrcoraP orfltear,r'C:rwn,and r IAS-rslgbe are tusdea na,s of kaxffle l"Iesign Inc. U.S.PatF NoF 7,246,03 i BERL_E DESIGN INC. '991 a name Lal SaHe Street 761(460) 960-6407 PhoFarflx,, AZ B5040 USA F%x( arae) 437-1996 varvarmrrL; tr'af 1 'QQn1 MMLJ-16LEip SmadMonftor PROVIDES A 10/100MBPSTHE 1 n WAN COMMUNICATIONS CAPABI I (Phoenix, AZ, USA) — Eberle Design Inc(EDI) has now added the option of a 10i100Mbps Ethernet communications port to the new industry standard MMLJ 1 Lip SIIMIMOI)it0f°'rM Malfunction Management Unit, for Doth NEMA Tu and TS-1 users.. The arse of Ethernet to cornmunicate with the StnallMonitorrm makes remote diagnostics even easier to accor'tplish, By furnishing the monitor with an Ili address, the unit can be integrated into a wide area network (WAIS). Communications r°ray originate frorn a rernote -rraffic Management Center, local Controller Unit, or a direct connection to a laptop PC network adaptor. DI ECccarrl software provides a c,rsor with the capability to retrieve, display, stare, and print real- time eal time Status and historical data, as well as 4, 'Mvm t multiple ;signal Sequence logs providing a ;' graphical view of the signal states for up to 30 seconds Wg— prior to a fault event, r �+ •. .'LN+,ti'fYi`/Irt F if Ff('] The MMU-16[_Eip SinatlMonitot includes a built-in Setup Wizard to a quickly and accurately configure the monitor parameters simply by answering a short series of cluestons related to the intersection W- geornetry and cabinet wiring. The built-in context sensitive HELP System and Diagnostic Wizard then autoraiatically pinpoints faulty signals, thin providing technicians with an unprecedented araocrnt of assistance and data feedback gUickly with a gash of the Help button. The MMU-16Lpip ,SmartMooitorCm menu driven operation presents signal voltages, data loth and vital cabinet inforrnation displayed directly on the MMU-161- ip MS"rrr�rrtMorritor front panel displays. The advanced capabilities of the MMUm161.,Uip StnarartMonitorwm increase the operational level of safety of the intersection and enhances the diagnostic features available.. Why guess when you can know! To receive further information on the MMUw16L ip 'rr M'Moraitorr'm and our CU-ROM product catalog including a free copy of ECcor"m software, please call 480-9 68-640"7 40"i" or visit our website at w.Mltraffic,corra. About EEE LE DESIGN, INC. An ISO 9001:2000 registered Company—Celebrating 26 Years of Excellence! EDI is recognized as a world wide: developer and manufacturer of reliable high-perforraaance component products designed to enhance and augment traffic control systems. M'i'te EDI array of products including signal monitors, vehicle detectors, power stapplies, flashers, load switches, and other vital infrastructure devices enables transportation professionals to integrate, automate, and rnanage traffic highways and intersections easily, efficiently and safely. EM is a proud member of IT A, NEMA, ITE, IMSA, Pl, IDA, and AAA industry organizations. E�cr'om ind Sraaar onitor are rraaru+rrrarks of Ebc,,rrle Design Inc,, SmartSensor Advance The Wavetronix SmartSensor Adv nc;e m bridges ifie gap between safety and efficiency with arse of a-kind feArrival"m f:ec hnolo y. SafeArrival allows custom rnanagenient of intersections rased upon the e tins ted tiro°ie of arrival (ETA), speed and range of vehicles,approaching the stop fear. g "it „- ,�� M ' � � 'r � // /ioi , /ii�iiiii/ii �//viii�i ✓i///�r fir 17r to 4CY (Soo wrwuftiied E wi ui4V 7eua) polo of, ---- a.m. »« �.. ..«.�. .. . . «�» ». � ., ... 50, 50, PLAN VIEW W;r,-x"0(7 (7070 Technical Spec ifications Measured Quantities and Outputs Igor vehicle range,speed,stop-bar ET � � � �� �"�010 m Dynarnic density(a measure of instantaneous roadway 0dlf l efficiency) �a N � Nermkaor of slrraealtarlocarrs vehicle detections. Vii;, (tAo (fadaCf )t m Logic filters for rune output " Combinational logic applied to rune oUtputs fol°alOrt oUtpUt �)��f" i�f f�; p� � ��k� k�i� f�� �041 Cinannel output from rrrUltiple alerts � � � 10 f..atcfarcl channel rant ut controlled fxInrt�� yalerts and t.irnr, �pjf(� ��1 � � p 0 Delday,grad extend settings used for channel oUtpUts Is Number"of channels:8 10 Detection data available via serial commUnacatiorns �WHO: I)( Detectable Area 'rs Maximum meacrrntira distance fa°ore center of lames:"3C)ft. f f� pt d p df �, X4 /1005 (15.2 n)) fGf (1 r �� ak �� , g Detection 50 t to 500 �C�ft.("11.1 ran) 0 ft. (15,1 m to 152A r"n) �jtt t dp�(,pff rppd dptlt�� d���fl fd 0 F°e rce�nta e of velnrr les detected qar before 400fta(1,21.9rn):lark. vehicles 95%;all r'notor vehicles 90 ,r Performance Detection accUrrac large vehicles 98%;all motor vehicles 551X, m Range accuracy:110 ft.(3 ria)for (qac of nneasuroments m Speed ace U€acya±5 mph(3 kph)for 90%Of roeasurernna nts N ETA accuracy: r"1 sec. for 8,13%of rne,astaremomts 1 Performance Maintenance N No cleaning or adjustmegnt.necessary m No battery replacement necessary 11 moan tirne between faHUrCS: 10 years(estinaated based on nnnaanUf;actUrim technigUes) M r r Physical Properties IN Weight:3.8 lbs.(1.7 kt') 0 Physical dirnensions. 13.1 in. x 10.6 in. x 3.8 in.(33.5 con x 16.9 crn x 5.7 c:m) Electrical m Resistant to corrosion,fumes,moisture deterioration and P Power consaumptiow 3.1 W rr 12 VDC ultraviolet rays Supply voltage:3-28 VDC oa Lnclosrare:Lexan polycarbonate, M Onboard surge protection Outdoor weatherable:UL 746C Watertight by NEMA 150 standardt:+�rnwnunl Communication Parts NCMA 150 coranfalianil for; Two half duplex RS-485 cane parts support: u E:xtornal icing(clause 5.6) Dedicated cictection connns n I'°°lose clown (clause 5.7) Configuration,verification or traffic display without o 4X corrosion protection(claUsra 5.10) disrupting detection comms u Gasket(clause 5.1. ) N Firmware upgradability over any corm port 1Nit:insfancfs La-ft, (1.5-rna)efr°cria User confi urahle: 0 Connef.A ar::Mll.,,C-1't 482 a BaUd rate Ships with rotational b ackplate for:360' roll n Response delay Contact closure)data output frequency 0 Virtual sensor Connections III Supported baud rates: 9600, 19:00, 38400,5T600 and n Sensor Wrafiguraatiori backup and restore 11.5210 bps ri Contact closure data output fregaataraC y; Opovating Conditions Minirna,rna:50 ins IN Accurate,performance im Defaacalt: 130 r'ns n Raairr uta to 4 in.(°1a,,,2 Cru)firer laoelr° Contact Closure data latency(varies with hand I°gate;and MAIRA a fnre(atint',r«airr frequency): - Snow Minimum:55 ins(this is achieved using(57000 bps baud Y Wind rate and 50 nary cautput fr'e(4ueracy) Dust Default: 1.42 rns(tuts is achieaved using;01600 bps baud I=rr rate and 130 rnts outl'aaat frcquenc,y;) Changing ternperalure (Aianging fighting;(even direct light of)sensor at down and Ruder Design dusk) III C)lac:.wraating f e-CILA:."r°ar„y 10,5-10,55(,",AH'(X-band) a Arnbicnt operating trwmp:-a40"I to 1.C5'F(-a4WC,to 4,C) No manual tuning to c'irrUlitry III Humidity:up to 95%Fitt(non-conderrsin ) Transmit modulated signals generated digitally No lemperature-ba*nevi c ornperlsaation necessary Tustin Bandwidth stable within 1.% 'm Tested under FCC Cf,R 47, part 15, Atr Pan 1.5.245 Printed CilCr.rit borard Canty^nnras m FCC certification aria p1roduc;t label IN Antenna vertical 6 dB bealn width(two-way pattern): 30' in FCC reg,ulaflon conrpliaant'forfife:,of the sensor ON Antenna horizontal 6 dB beano width(two-way patto°r rr): 1.0,5°" 111 hosted under NEMA TS 2-1908 Antrunna two-way sidelobes-40 dB " E,1°aocic laulSr s of 10 g, 1..1 nos half sine wave III "fransmit bandwidth:45 MI-la: a Vibration of 0.5 g up to 30 F x. ON Un-windowed rcr sokrtion: 1.1 ft.(3.4 rrr) a 300 V positive/negative pulses RF channels: 4 a Stored at,4911F(,-45"C)for 24 hours n Stored at 1851F(8511C)for 24 hours Configuration n C7peratic:rra at-29.2'F(-34"C,)and 107.3 VC,U III Automatic and manual C011figuration of detection sensitivity in a Operation at-29.211F(-34110)and 26,5 Vl1C, 54t.('i..Fa ray)rnc;r rnents n Operation at 1651 1117(7411C,)and 26.5 V11C In Channel outputs:8 u Opraration at 465 IFF(74a'(,)and 10,8 VDC, p Alerts per channel:4(32 total) • Zones per alert:4(128 total) Manufacturing Zona size irrcroment. 5 ft.(1.5 m) IN Manufactured in the USA Ma rnaa,rna detec;t,oaarr ecrrre erre:450 ft.(17. na) aa,arf ace{ncaunt and wave solder Tasseraably 10 High spend and low,peed detection filters a WC-A-6130 Class 23 c oropliant 0 Speed filter increment: 1 rnph(01.3 nail m Operational testing„. III Upper and lower ETA filters Sub-assembly test III ETA filter increnac;m't:0A seconds 43 hour'unit Ievel hoar°n i�'r Upper and lower count filters Final unit lest III C cant filter iracrea1'0011t: 1. NO Unit test results availabie m Graaphic:ai user interface with traffic repr°c seritaticrrr Display of configured alerts and their actuaation Support Vehicle tracts file logging Ill ["raining and tech support available from Waavetronix Supported operating systems: m Wavetronix training includes: as Windows@ Mobile(Soci(cat Mobile,650-M) a Irrstallaation and configuration instruction to ensurU' * Windows XIS accurate*performance as Wincicawr,s Vista 0.A Classroom and in-field instruction a Windows 7 as Knowledgeable trainers Software supported functionality: - Use of presentation materials * Auto-find baud rate as Vrrtuarl Configuration using computer playback Autcaefirrcl serlaal port InstruetiOrr in uses caf computer and handheld devices and * TCP/IP connectivity other necessary equipment Waavetronix tech support includes: f'c chnicaal representatives availaabte for installation and configuration Ongoing troubleshooting and maintenances support: oumonta ion 0 Corn pre hensivo user guide IN Instrallcr quick-reference guide. * User"Q"iAck-refere nce guide * Documentation available upon request: Detection accuracy * Range accuracy a. Earliest r arage of detection at'aee(A accuracy CTA accuracy FCC CFR 47 certification NEMA 250 standard for type U enclosure third Ix.,irty+test. data NE MA TS -1.998 standard third-party test data Warranty m Two-year warranty against material and workmanship defect "rhe advertised defection accurwa y of they company's Sensors is baric,can both external and loternal testing,as ouatllnod In amch productspecification document.Althougrh oor sensors are very accurate by industry standards,like,,tall other sensor manufacturers we c,anr)ot guarantoo tae^rtec'tion orassure that no coor,will raver occur in any particular applications of our tfecpN'aolog!y.Therefore,beyond the errxp nra ,s Litnited Warranty that arccornpaaraics each sensor-s t(]Icy the company,we caber no additional repiesentKuations,w,arrantles,goat aantee s or rrrrxe cfieza,to our customers,It is r¢rcr rrarrc,rrtfr;ct Haat purchasers aararl pntr prratcrr.s evaluate the aae,Curd,'ac y csf each sensor to<lcttrr'rrarrao the,acceptable naarrlln of error for each application within their particular systr.m'a(.s,y. SmartSensor Advance Bid Specification -1..0 General, I°hiss iters shall govern the purchase of above- The C;"I'°A.I7 shall provide vehicle call and emend data on ul:r ground continuous tracking g asclvaaraev defector(C'°It"4D) to eight charnrwls that can he a,:o owc had to a'oo O aa.t closure awcluivaaherrt to tire G"avetronix Sr- artSinvor Aelvalwea1. modirlews cornpHant svith PONIA TS"I,NEMA IS Z 'IM ;and 2070 controller catainests. A C:""1'AD cle.tects vehicles by transirutting Oec:tromaagnot.ic radar a,rl;rra0 through the.aain"Ile Agnaals bounce off vcehicks The C TA1D shall he capable of providing data for each tracked in their paths and part of the signal is iYuniud to the C.TA FX els,tcwe^tion over the serial parts. "The returned sigi aalk am thran pmore s.se d to cletewrmhw traaffic pararne lewraa When ua^taic dar track pler rtaalar is azraarlaalatew on Fusee smIal porm,Fust data is then aaarrailahle on thea Communications nelalorle aawitlarrat C TAY per are not affected by norzna:al Weather and environmental the ime of a lrayTic caainvoller or a contract c hisaarew 1101a recorder, Conditions srre.h as rain, Wind,tancaw,dust,etc'l NT Faust)do T'alalrarlaar tarry da,f`k dWa is UN' /'Ulfcra t17r f fiC slaaatrj 01lslia°aatiaPS araC1,161' not require donning andcan maaintidn pewriorrnaarrc;e over as lye°npraaar`na,,,cwrrraap arisoaos lwa!hvee n lraaffic sraaramrs, wide range o 4inibie nt t(°rujiQrafLfl'OS, .0 t)etrwctarblew Area. C'A'Af)s provide as non-intrusive nu.,mns of detcac-ting tr rffic, because they can he installed at the side of a ura dwaayr.Ilk 33 NWunthg Locatieaaa.'1 W C,""I"AD salwH humble to delvat property ty neat only roake:s thein safer to install tint as1,„«r irwrer anct report vehicle in(orinataeara when atiourite d within 50 cost-ewl fewctivea than astaoSol'a than rcre'luirew rOJdWaay raaodificaalionas f E(1,U in)of the center of the lanes of interest. or 1„7leie`t°r'1"rkl".nt, 1"he, C'IAD shall beable to detect and report vehicles .0 Wasured Quantities and Outputs.The C°I"r D dwH � in�emmatiota wheii rntruraWd at heigi is up to 40 N.012 naf detect range,speed,vc hicle e stimaal d.time c4 arrhaai ,I^"1' to above the mead surf aa, the sten"~bar for vehides cw clusters of vehicles moving in turas^ 3.2 Detection Range.The C""1'w"tl�shall be Rrlilc.a to eacwtcwca user 5a xte d direction of trave>l."t°hew Cw"1"AD shall also detect and rewptarl^rnfoa iraaatuoaa on the roadway located indath Clre;Y instantaneous ous rea idvvaay of'fia;rtau y, n&a<u°haaerridaryr at 50 ft.('15,2 rn)fre'rua tl°yeti tars„rw of the lrralew The C_TA D shall he arhltw to sairnultansausaly elMec°tand rew sod on vwl bh Flea C"T"A D W rrrourried. aeinr� aelW2i� esrroadwoywhen(hey The C " Ia aalbe able to detect and report arcseriallyetcneeetwcr lnear boundaries. itafcar`rra,atieara on the roachvay located with thew far boundary at 500 ft. Iles C layl)sheen assn on a semis e.aroput wh an the range speed, (152A ill)frons the base of the pole onwhich the FA is incl eatUdifiecl Count or ro"'Idwaay efficiency ra1onniewcl. reclrrircanaewnts for thaat Nome~are saatisfie:ci. C'`ear incoraairap;tr°ofl=ia„el al lee:=a°c+waat of large vcwlaie:°lcza awitlair°r 'Me CI'a+'D dull tarn on an W cwulpW on when to useav i l he detected d,and defirrewd renew mo asst combinational to.ic^aal is satisfiedreported tic;fore^tlr tlae'�, Irrrca-ar�-, eke eat l.hc C 111 shall 1 h= c y arrive 400 kt.(I21�9 ria)from the sensor for uace_roainl,traffic,,rlh percent of all niotor Tleer.C°TAD shall tarn on a nounarl channel output when any of vehaa es within the lust~-of-dw cif the C.'FAD shall be the cha mwl',alerts is on and the channel's delay and exhonel det cted and reported before Rwyr.arrives 400 ft.(121-9 in) lirne constraints arra sialisficxf. frc'rrn we a.csnason "Phe C la'th1 shall terra on as katChOd c°haHasrc»l Output When the:,. CO Performance. on alert t 6 turned on auad the delay tune is satisfied.d The C'"I°AD q shall turnoff alatc`hecl drier nel output w 1u n thea off galea t 4 43 detection Accuracy.The t: I"AD Audi ctc.to d at Iciest =1 turned(en or the roar~tinaesr exlairc,s gruel thaw e wiensaiean Fume A l trg like motor°wrehlcFlcaatawnbijirraticinsa aaace rat of large eaelaie It s sartisfle°+��, and at Nam rs ercmat of the lint:•-of-syl-tt of the C""1AD sensor wvhe e andt�ioea C:7anoraaaral aaral'l�=arses cased to cwale^ceanhwt clasu s rawlaic h can be detections of inulti-lout vehicles s aare not considea.r d URA as wail HM wariaa n t"PC r"vaaala`rrllesr, false~deatescticwris and merged detections of adjacent lane velaac.lc,as are not considered naissred detections. C2 RmWe Amuncy.Ile CIAD shall provide rarq),e a 4X corrosion protection (NEMA 250 ciato4o 5.10) in kNphkh 911%of Me meanimments am a Gaskct(NE.MA 250 clause 5.14) 1CCUrate within 10 ft.(3 m)when the vehicle is tracked The CIAD WEI be'" alilo to withstand a drop of tip to Wqxendently, 5 ft, (1„5 rn)witliout Corill-.'rornising its functional and 43 Speed Accuracy,'Hiv CIAD WH pwvide pa vehicle miamurral integruy, speed ineasunnuents in whkh 9V%of the invaNunnnents 'Me CTAP enclosure shall includea connec.tor that are accurate wit hin 5 rnph(8 kph)%1ion tracked ineets the 31,-(.-26482 s1recificMiom"1°he IAIUCD26482 indvpemlently. amnector simll pmvide contads for aril W and power 4A ETA Accum,Vw CIAD dwill provhle estixtiaWd amnmMms. time-of-ardval(RIA)meammorrionts in whWh 85%of die ZO Wed%,A.Tho CIADshall consurne less than 4 VV 0 12 mwswvmvnts aw namMe willvin mic second,vehen the VDC detecte,cl vehicles are WAW Kleperidently 0 as cotistant speed above 40 mph(64 J(ph)andarc-within 2.5 and 5,5 Tho CTAI),;hall ofivroto with,,l IX:input bvtween 12 WCand seconds of the stop bar. 28 VDC 5.0 Performance Maintenance.Ile CCA )MmLl mg mquire 'nw CTAL)shiall have onboard,Alrf,V protect ion. cleaning oradjUStulOut to mahmain pciforniance. &0 CcummunkMilon Ports."t'he CTAI)shall have two urge COAD Aull md my on Q"y bukup M Mom omunmicMinn parts, and bWh pwts MuH coldigmaWn hhnmatWn,thus elkni nathig alp nmd hn imbpembnNy and sinudtanecarsy, battery replacernent, Orwe We CTAD N calibintmt R shall not rquhv renlibmthn 'hvo independent cornmintication ports 011otv 011C port to Ile used for and Fffic toilhold h)mAntain porkimiance urthms the roadway cmifigurMlon W=Wthtg conaminications on the dedicated dala part. changes. Ile CIAD shMI support the upload of new Arniwam ink)the The nwan barter between failures shall be 10 years,which is (TIADI mmwolatHo memory over elther cornnwrikMion pwt, ostiniated based on manufacturing techjuques, The CTAD shall Support the user configuration of the 6A VhyMcM PwpaHm.Tlw CTAD kall not exceed 41b,;.(1,8 Wowing: kg)in wuj1A. a Baud rate The CFAI)shall not exceed 14 irl, x 11 in. x 4 era.(35A cin x 2Z9 o Cornmunic,,aflorl f)ort response delay crin x 10,2 crn)in its physical dinitmisjons, a Umad dosum outpW fwPoncy M!v0snal parts of the CYJAJ)shall be ultraviWokresktanf, Both amurninkMion ports shall sup )art all of the followhig corrosjon-resk�,tont,and protected ham fungus growth and baud rates:9600, 19200,38400,57600and 115200 layers, moist rare dotvrioration, '['Ile Contact CloStire Output fre(ploncy shall be user 6J EwKwu Ito CIAL)sholl be enclosed in a Wmi. conRgurable as short wA0 nim Waith a default near DO nis for polycarbonate, conip,atibilily, The enclosure shall be classified '11”Outdoor Cmitact ckmum dam AmH be MAbly arrrunmkated mor weatherability inaccordancewith LJL 746C hornerun cablv�connectionsas long a,,,,600�ft,(182.9 in)Avith Wwmy froan to time of channel requirement satisfac',,Hon N) Ile CTAD shMI be cassWed as wowdight acmuling ki the eventual relwrting of the detectiorrs,on the hack edge of be NEMA 2511 standud, the cwtact closure carol in 15 errs or loess. Ito CIAD 011CHSLU12 shall conform to test criteria set G,'wtact closure daM Intency iS dOPCIVIN11 011 balld iate read(aillnit fooh hi die NENIAL 250 standard for type 4X tniclosures. Quency sdthWs, 7he wquhvd mMhnuni nuot be achievable Wiwi Te,',I: results shall be Provided for each of the following the Nmd MW A so A a hW1 Mdue MW ow MMM(kywny 1 aq to type 4X apipTWOVamr" 9 l,,,,,xternal icing(NENIA 250 clause 5,6) %0 War DeAgn. The vertical be ani width Q the C.TAft at the ti dB paoprrts of theCunroavva:ayr pattern shall be 65cdogr�°+•s oa �,rew;atrror�, %I M"rnc`p wncy tat)ihty.The cr"rcurdtry shall be void of any rnaanuuaal tuning elerner is that could lead to human ormr 714 endles the CTA It to provide shouultaneoucs defection f"roita and a:dogr,adeed performance ovae-r hue. lbw currimW to thee feirthest nni;aes.The zaedical hi"aiti width as f:aa CTAT) tire fie'lyd ofziew inwhich if c'ain adeleeet treif t% All traansrnit unWuulartead sif„naak shall bogenerated by means of QU M dmuritry,sncnh as as elirect digital 1%horizontal be am width of the(;TAT)at the Ci dB synthesizer,that is refer i-rced to a bre r eivyr sourTe poi-as of thea two-way pattern shall be"I I degrees or fess, that is at least et 50 parts per million(parrs)stable over flie Specified ied temperature nanp,e°, and aat;es loss thia n 6 pepsins ?I narrout horizorulal heinu roulth narrows Clic fr"ehl of aruu^err of per year Any upconvrcersion ofar dyRaally p,erivnirte ed the CIA D Era the h'ri es of brie wsl au d he4m to eadude thr t raffia.° niodualMed signal dull purcwrve he pahaaa;ce stabihty and trruzicehag in the olayo.aih,rhu'erluon, hvquerncy staabil"uty inherent in the dd it,ally g,ernwraatcee:I two-way The sic�lzrNerbz Ira the CTIAD pattern shall be 40 dB or less. '["his sp ec if colion a iusurie sa that,rdar irr,,,opeeratuera, the C T'�ID .,t Tidy cntrjur�riis 0 PCC reclrcire imirts ea W Mod thew Ivo i�.r"fil Low sirdehrhu <eui,a that flit,liei'fui�iriariir°e f"rarirr dire earitarrrnri hcauusi aaaiahhs is fidliyulau°hia°oecl. ilicahty is oueiiotained,'orlrrecise alv;croi ithuaic rluaalitrl. Analarqub aruil oric:ro(virve e;ariaparrrir:^rafrr airrthilr a CTAD have characteristics 9.3 RF Channelo TInt:C.°`rAD shr,aH hamv ikle M le.am four !hat c°hriri e a0h to^irrlaer°atm e vai^irttae n"nd qo jUw mQuil RF channels 10 Nut rrrultiple units cern be mounted in the traiusurait symd is siert Qrc*wed ter a stable frr^rluueinu aA Source, seeaine°vicinity vvihhourt causing,interference between then, thzeiu fire.Chu))1 lilac=lil to eulaerieia,°cw iriuraec°elataErie�re°elerearrcaKl variations zolrich inau/muse ct to traiisauit out aaf its FCC IMO Configuration. f aullac°rrtarel baud and lares zcriPl Pre ruuiu��coail.rlirui�rt aiiilr 1 G.a" allo hutirrit . '10.1 Auto-con figuration/ he..(TFAD shall have as method NO CtAnfip;urring HIC scuasith/jty of r;Ctcection 'Tire CIAO shall not rely on tonapomtuare compaenrsaticin in act bast aft.0 5mQ incrruaaus ls, circuitry to maintain varrsnait freecpuaeenzy vtiala Q,, This allorvs the suerasrar to rliric:k yWid amuiiwoy it>r;aM the iiarrrp7errrztrriaa lrrrscel e°r,errshrr�ariaertiraratcre"hnieluers have been shozon intensitiT of roadside chiller avul sect ralilraoltriate rejeac°t icrrr to lic insia ffieierrut to ensure Iransuiait froluuency,ateahility,One thre'sholds to avoid false rhetcectioris cit dijfP rent rangers. reasaruu th&talcs of to c pith ure is nW sur ffkic uit A that id aloa,s not coinpensatre forfrequency variations due to c°ontlrorrearit Ile,auuteawoofigiurMion rneWod A all neat parohilait Hie aabilityf of the user to rrarrruuraally aac[purst the C..'°Ia+4D The baandvveidth of the,tsarssrnit signal of then C" A t Miall e:e~rnfigurWW not vrmry by rncaru than"la'/,e unci r all specified tIn relating conditions and Over llic'!expected life of the f TAD, The CT/ D aaharll support he confipraation a up tea QOit chaanrecl outputs with up to bur aleds prer c°haannO and up The hazrrrdaviehh of a l;"C'Al.t d r°c+r°li Q&the irrert crud ri'iiWe to fouar zones per aulcrt,msuhing in 32 cimfipruurkle aide ds rrf a trirluia•he.A change in haiarhaairhh copses o direct terror,in arras°! 128 con fig urraable zones, dw arcwaairnW nnWq i.ee.,a.`%charig e in harraTroidth aueoidd cause ra rruNee aenreri°c>f l X 61 #for a veehh4e al 200 ft. ffii I M.a Zone;ConfiguaraatMcrn.'l lw C:'MAD shall support he ira!,if the liaunhoiehh changes by rnor°e Chair I`/,due to seasonal configuring of zones in 5-ft.('d.5-rra)inc.rernents, teurulieratnw aas'iriatiems and c aarlueaiieeni Qq Mot Me CIAL) nhris!!support defection zonesas long as'150 1''t. rch need to he irnll rervicred to nrallain thes1cc*fied (437.2i). ac°c•iara y. %2 Werma DeAWL I-hur(YrA i antennas shall be `l"lie ability to de u°iie(,rice,hrraa,i,Zone shajililiees and e^rrltriirces couu�iav*rtratieon airhen coiurlaai'eed to point delectioa sc�hceaaes. c�dugsi};nozM esus printed circuit boards. Printed circuit board auate;nnas elhrriruate°the caws fiir RF hhu,C T D sir ill sojprpaort user corifigurarble frigh-speed incl Now ,apse ed detection filters fuer c,a(.'h Zone. eeiiirrcec°Peri,w+aricicrilriiira�Clasp ra^sceeltiir pec°rcaaseePraelirulriiitli. Printed circuit arilerinas are less hauvne to physical cline °l'Mw C`AD Mull suaprhrn t.he e°e'rnfigueriiag ofspeed diptears to their extreeriaerhl Teiarr irrassa in J-rripih(1.6-kph)incronacents. The speed thresholds can he arced to paroNa)e,mWer°rrra'g*qo `T"pta+. RieHrs can be to par°crvirle superiorgap rvrrrrtrrga°rr ent. rrrrrrrrr�ykr°wrrr�rrt�'crr ��r'cerra extension applications rat sir�rrrrlizerp Jorgrrxen exte ns¢rrra applicatir"rtes"rat si� nali>ed inle^r°.wrtzrrns, nnerseections,erspreecially ashen a hr`w;h speed traffic strreora especially when a high-speed trnf r stremn paraeseerrts a limited presents a linutcerl nand w r of opalaor'l rrrdtia^s to gq ord parr° rraahrer ofop>laortrritaaes to pW ont. erxraapah% aadrrer the oprerrtiotud ohlr r tior in to increase softy by erteeaehreg than rspree ra 1ijZht jbr Irrglisp>eed drivers, Qualm ed Muni is tied to the rtrttrtpwr asp'vehri les that react tete reporting of to°eo r'pre^e d ere hic lo�,,is not alesh'eahhr (')a the other ran,(w e,spaaee d and ETA raequir eore ws o f a zone,Foe example,.1w, hmrl'tubera Mee opsarrwdcsaal dyeeest ive is to rrrereaw e Jf cieewy greee rr ew,terrrsieso It rrray bre reaprrlrerl that there are traso r,aehichts IT sr f 1 a-sp eerl trajf c ctetecterl-willraa ?.5 to�r 5 ree'irrraps of espy parr tracer�pi W atlrae,rce per c.r°terraldrr� thr�+� 'r'arrt lr rht its'a"laatrrazte�it ra pour the ,-�t quene,reprorlin,�ofhi,xh-4spac°eat vehicle,,,is Hot desirable tiles rtap h(56 prprh),r"ns arl of°ia t one, The loe?ie is that iJ only OW eye hkk k ar tlrc edilewara.rear, this k not a thrceateabW as In addition, these spaeaerl filters(rare he cortf�rrc d to semen out if Were are troo aaehtchrs(tare f)tloeaeia,C, the other). ` be fiallr°raoin relaor'tir,{crf rdetecbons that raay ar w"ely Quid olaarratiorutl vehicle may bwwreMy ras.aroare that the learl user kk will by to ohfeecti'oes.Foa'example, haao spar=rwd Jihers mn also he used 5 char the frrtersectioa and a:°rrrse a re^armirl ccrtlrsioa.Rear earl screen out adelr lion of It oa-r wed elrtteer hkre rrraoatnie d detecUon a,.cilhshis are the ororst e`a nonoa forme of collision at a sigHalizerrl of tori-only bays,p ed e0r iaa x,swrlying trees,aarrl'radhratir�a�w intersection, firpy"rrs. 103 Wind wwsCl'r-based Scaltwarrea.The CTAD rsholl The C::TAIS shall support user a..onligum1~b t.ppor and Nris^l ade grraliNiNcal user inter f,tae+wrE°twwareWa that disp l ays,�s 1mver er esthn,°rWd [inw-of arriwaeal(FrA)filters No a.nht ams t1w current traffic pattern using,a graphical traffic r'e:pa+r ars;esrateatic:ara. ]"he C TAD shall support the configuring;of h:TA frltexrs.in incrvernetnts of 03 s uce:nid s. A arisraal r°e°para,ca'rrhition ofserf frc°parattc.'t°res nllcros are hrstadtee to aeric klrl(o;socinte spree frc defections with torr°esproaclier�e*'rrehrr.'les, The 13A thresholds can hr rwerl to proWde wrpacwriorpips and al Aeilifates era^r(hraltoa of CTA I)lrerfrrrnivn ae. aaaaa'1°e'aa', (fpr b"reeiY C"xtG"iPtaion applications at!iigrah,zed irrte�r°sr;etrorrs,espre ci'ally°rohen alai lr speed t rafl"r'c,strearra The grapahicol user inferfac(a Shall also cJirspwlaaye call present,salimited nirarherofolrpot°taaKstognprorrt, p=w cnonfigumd,rle.r'fsand provide YAM respwesentawonof emrrip n cohm the oprcr vAn al yah cthw is to iaa°nwsr rf'ptil by We&racauaa on. extending the,C;rea n lightafarr Iraawabidingr high ,;pcerd alrioer's, reporting of (prises^nay ea(tr 5 se°r:rims roast adounist meant I%cr yr°apahiml rr'scer interface shall parewide a men ns cif q(15 sccrnrehs owy not he desiralde, Vi!hicles udh 21 to,`i.;i log ong the welaicular track files with�,n update rate of Seconds are connrorty a:'arrsirie d in leas ire lire dri'oe°r°adilevrnrra gr°r'Me e thaon five lienees pier.,cscs aid, seen ud"t Me dight tants yetlbnv.t toror'rrrrr nwlori t,s closer An 15,¢a�cearrf�ls carer asrt�^»rlr/clear the intersection and those "I'hr arsrrr�earrrJr�srrarasat lrarraai ratezoill;P0Mer°rate�ret rarltir°Pr der,, heseload�" 5 second;can lar cepecrce ed to steeps. 1'Cpla�rrarun exon rale are I"PS Do;raxrprrir'e^rr�a rr!Mimi bertaaet at!r'�Irer'band Irrolecticrr has been Won to reduce rrerl_hw;ht running and rear r°artarso earl Mlhsdcrras. The graphical interface shish operate can Windows Pw Mede, L°TA filtering provides a air narnic font ofiditerrrraa zone Windows 7+g Windows Vista,and VVirrdowes 7 ire Mare,t+ET protection that arlrits soberta/r wms isalern rralfruewa& yi�w�rat� design rnerleclroaa rions rrhepriartlol�roacllrrrral nwMorls o/e `�(aorsa&wazrr*sVaaall sup;aprc�ra°tathe fe�a�lowviing func:ficanallfy+: ,'s l p � N onstrahm rrprortia!� of alawtrerrtirarra to p,aro°rsirlr!r rranre',�a)a ore@ aapilaor lrrnrtu.r�r aa'taarial rt rnatrcarll�y ferrel tlac. cr r ra ct 1.,r r rate (lie likelihood o f"renc�hh�aw,nuiximuni green,and nun h rizee file_ � port r�raaatrcally firrcl tfrr�r c'�wrarr.e^ca serial rctnrra�wun�ic�atlrar¢ e ecti'tae use of green hes�tr`rrrira cl'r�rrr°rrrreee o lila los°1 orehie'It^. }(aye's ff �s / 1 a Operate over ea T l"1/1P Connection Fherefixre, T"Qfabs°r rug rrpFasn paroniria^r.yraa tical efficiesrett he nobs, I'arcrwreie;.m virtual sensor rwcanneca icara for scrftwores usaN:ailtye'cwritpaaruf a serrsc'rr 1 he C AD shall Wde confip;ur'aalalc°Upper and hu", a Give the cep rate r lire afailrfy to rsm /l mk up the caaunt filters that happy doermines if a reaptdmd nuraalarer of C::TAD ca°rnftf uration tea a file or load/restor'cv the CmTAD spur ll&d d t:mtrc,ns are present. corrfig,imMion h"n a fila Ilya(CIAD shale supp on the e,crrafigturingp of cpuaali&d 11M Opmathg C.ean diNons."The C"pAD sharp rnainta h"i r°ewnt 111mrs in increments of one. "rccur°aate,perforr"iance in all wwoother conditions, including e c rain, frc^mh%main,sno%0 Mnd, dust, IQ,and changes in The(:"IND shall undug o a rigor crus as"rkenc:e of operational titirnparature and light,inc%fing dire d light taxa sensor at tc°sting to ensure product funt:tiona by and relirwlaOH,lbsthg dawn and dusk, shall include,the following, Fur7ctacanahty testing eaf all �ir°rtcr uarl sola •assearnblics C�"""�l" l.t operation shallct>R�atiRaaRc�ira rtrakw upW4 i � r�a.��1C1."�oil per lararr r. I,i N lrvW burn-in testing;of alfa hours'duration or gyreater° o Final unit funditmality testing prior to aslail:)arat°rat 'The UAD shall he capable of caaratinuous oltc ration over an 'lest results and.all associated data for the above testing,shall aantbient ternperature rani.w of AW to'16517(40"C to a4`(,). lac^lrrovk1od form ch latarchaased C'"'SII by serial nunalaer',upon Vie ie C'1' D shall be capable rrf c°ontlnuaaras opcaraation over air request. r°erW ive hurrafclity rarg;ea of 5%to 95%(ratan-condensing). 14M Suppod,°1'"hata(TAD naamdac•t urer shall pnwide lacrtl'a 12.1)°l"eaasHn . Wining and hx1inkal smpIacart sw wakos. 14.1 Training,`hhrc'*anainar(attrrra_r°-lar°eavlde��cltraarnbyMul'l 1 t I�'C;'C f dlf"l�a� 141:)shall lace 1 e eleral( canna~rrrrrreat.roras FC C. ct�rtrtrcacl un&r (,:I'""IT 4 ;ant 1"a se lion, berusc Ricient to fully trarin inMaaller and opearaatcarks in the, l..caaranar� atbr7 " '"� l.i.245 car 1 a.249 � :w nastallatlon, anter-0011 ig uraatrean,and unt!of the.(m`IAD to " �`' � �ca aa.an irttcaralreaaaarl raachatcar. errSur e acca:rn attw C;`AD harrfornaaan ec 11he 1K ceo ificalkar mhaall be t i halaryed on aaaa t xterrraal Th(:?ruancrfau tare^rwgararvl(,l€Bel training .Iaaall consist of la l:)el ort each C:,lr D a-te: ot'tair g to the rules Baal forth lay the, ' rtarrriaar^hransrwe classroom Jabs arr'ad luaoaas-naa, in-the-field', l^C_"C:°, instaallaatiaan.azul conlig;urathn Wning. The C'i' 1)shall conahalya with hC C"regulations ander all specified operating conditions and over die c*rahar.>crtc�ca lifer Classroom Job training Shall 1r-wvrc,rl�t haRe��rat-rtitsn;a raaatirning;and defining,the CTAD,its functions,and the (A he C'r'l°)'C1, procedures fear arty ser o as u adorn.'1 he e, rreawntsat ons l �",.1 k ".� 1... 122 NEMA IN TI 1"esting,Thea(,,TAI,)shall comply shall he ftalftawed by hands-ern labs in which h trainees Mhaall with the aapplic:abkc standar circ started in the 14ENAA IS (rra-rctle rr"sing, Out e^qr ympe nt to c:ahharaate and ccanfig urtw a4998la t andakrd.Third party teat noult s shall be.made aarVirtualisTA0, a tlaceunac-kIU thr classroorn,kdr presentation uc � le hw ranch oaf the feallowvnag 1r:stsolabs, 1 training shall include thea following items; � Vibration cater:,Of lCa g, l 1 rias half sine wyr4aSraa a Shock n off a g rrk-w tca3011z * I now livdg,eaahlea trainer or traakers thoroughly farniliarr e 300 V poskhremo gativea pulses aagalralic ci at one pulse lac'r with tlw C 1A1"a rand its gararcc ase s see°ond at mini` nuna and nuxanarau'u 1)C"sui Ny vcaltaW W 1'ac^"arntaatrcan nt;-;ate.kr�'I1a;,iuClUdirlg Visual aids,priratt"d CoW ten'r aarMure Wage at 494Q 1,WC;;' kw a n'ranuals and other haan(Wut rnarte malas for each student High l 1, ( ) or 2 4 hours� 1~Is ah tt na aea�aatrrra astr;ar,r ,r,at lri.r 1� �,r �: f ('r � a ��erw,alarmrtcrr Erle "'kuaal c<ba`rfr�rra'aaticarr crl tl"wc C."1a�l.t�cr �x � rkae.°IrRclia"kg;tArdeo and r'sawv data, ar Low usio a, lows I)C_ supply volta7g e at st 2 1, ki°C' and aacrhtate the viris ) IRS VDC 6 1optop ccrnrgarkterts or'Windowvs(Ii la,andhold devices, e Low Wrap,high L;aC supply voltaagyea at 29.21'(-;41KI and with the:ncc_essaq softotary and all neccssmy Wes, 2&5 VDC" tmnnerc°t w%0c. lanrc��h tera1 ,hig,h DC supply voltage at 1165. ,a'la(74"C,) a All otherc.eluipment necessary to facilitate the virtual Configuration uration of the (-"'['A[) e f-1 igh tr anR low W mtpoy verltaag e Qat 1652715(7PQ kin+:a HIS�C.)C' Field traaiaaing 4Wharovicic,raarla trainrc.wavrtla 61aex�laarracirr.. on olaportunity'to install and configiury the C."FAD at the 13,0 Manufaacturir g. 1°he C°` AF)spial)[to naaanuftactured and roaaclr,ide,Training,shall be suCla t1lat caacla trainee will assembled in the°t➢S& aaatrr„unt and align the CIA])correctly, The internial electronics of the C'°l"AD shall utilixe autc,ernat otl 14. Technka-1 rlssistama The rnanrrfacturc r-proOdmil fa:;rr°srrrlace na mns and wave a;trlder aassernhaly,and shall technical support shall be avaadaahte acu)rdh%tea conalaly vaifh be rartluirernents set forth in Ih"C.`A-610C 0as"s'2, contraantual agreements and ra technical representative Acceptability of sse^rrrla�lies, wailaahle.a to assist with the,physical installation, alignment,and configuration of each supplied C,l`"hA'D, Technical support shall be ywovided thereaatter to assist ivith troubleshooting, Mainterlanco,or replacernent of CTADs shou I d SLICII services be requi red 15.0 Documentation.CTAD dOCLIM(AltatiO11,411,011 iTICIM10 as cmc n)prejlensjv(,a tvsev guideas well as an IIIStaller(ILlick- reference guideand a user quick-roforence guicle TheCTAD nianufacturer sh"'I I Isupply the fol I owing documentation and specifj(,'°zltioll test rosults at the time of the bid Atbmiaah 0 Detection accuracy a R""Inge accunvy 6 Fk";aarliest range of dete("'Holl Sp(.`O(l aCCU racy FTA aIcctm'lcy IVC CF'R 47 curtificiation Nl.,MA 250 standard forlype 4X Enclosure third-p;,irty teM da t a NU,'NIATS 2.1998,,,,tandard third-1,iorly toot data 16.0 Warranty.The CTAD shall be warranted frog froj'n material end workinanship dcfec.ts for a period of two years from date of shij.nnent, g a --- SimartSensor Advance Installation Specification IM Gewwl. l`hiaa itaqn Thrall Wavmn he installation of an I w C"IAD Mind not be hataalrae'l in areas with exvuileeaad ribravew.,reruraei Ceintinutius tr°rrckinig advance elrmtee°tear°(C. 1` 1: strU tures.For example,e:ry rhr:ad sign bridges,tunnels and equivalent to We Wavestroarrix SruarTe nnu Pvdvancres, overpasses shrauhl bea avtiieleel,The C I°AD shall be naoaunte.,cl at Wast 30 ft,(%I, in)to the side of any saKI tavedieaaaaet C"l'AD on preaviele accuraate,ccansisterit,and reliable data sura aures, provided Ihreey are Ira«taalleal prtahaea"'Me reeeluircrn°ae uts in this specitiawatkni are intended to rrist,irt;Iaropor C.`AD rustaallritkni. 23 Caahlinl3.Ther We end ream ec tnor;,heap rued the tw111, C2r°482 srlaiaec°ificaatican aancl shall be designed to 2.0 Mounting and InsWIlatican, interface with Ihee appropriate NUL,-C.'.26482 connector, The connector backshe ll shall Leap an errrvia'eirara'reerataillls hile�io a�rnrrtn ,��~aeraalaiy I lace MAD sharp Ilea narrtrratteal ,.e,a ruaarae�ra�icrea capability. acral:7ilit�P. ale rl shall that offers e xcc,llent" l � a rtaaarrritinlg ar�asrwualrly Faa°aterraceal te�i sa larrlee, All cairae��crtaairs that interface Willa the connector shallervcarlre�eael mast:aarru,err other Solid structure" be ancaaseeal in as sing1v Ockeet,;anal the otoer di am Aer ie CIAD numntin g asasemb"shall lam kk the of this Jacket shad be within thae backshe>ll"sr cable 0.0, ne e OSSary elewigrecs of rotation to ensure Proper range to ensure prol~,err sealing.The hackshel l slaall have iu;mllaation, a strain rdieaf with crioulgh strength to support lhee cable stick under ezxtlrerne wmathrear a°eiit<lWin Reacerm nivrulaeal Tho ..lAi`i mria.rntrnl;assembly shall be eeara^tr°rrcto-atl of a.°eararaeaertear'aa area C'aanraearrl .f'h serreewa and reaciaraanaieur.art weather-resistant in iter i,als and shad be able tea support,a 1.aackxhells area(Aenaair Series:37 cable arahng hackhealls. 2.0.ILa.(U-kg) liraaea. The cable shall be,this Orion Wiry:C onibo-22072tlL12- 2a khumthg Lucaiiom The("IAla shad be r'iourate:xl at I'VC',GY or an e quWrde M c:aahlea that confrirnaa to the a htaihht thaat is within the manufacturers recommended following spe.c.ifiotiolis: niounting heights. a The RS-485 conductors,sshall be ai twisted pair, The Inca 22.'32 and RS485 conch-ICIOrs Shall hravee ncirrrinal Ile CW'"l"A1�skaarMN be a��a��ae>urrtcs�at gra rrffs�tet f�a°ciaara die ctrrater° capacitance ctnrcluctor t,eamductor of'IN"th,arr`i 4.~i pFAt of the;lanes of interest that is,consistent with the,C':I'Ak�as at"1 1el�l�. r77aaxiraaemnr r'iffseet. The RS132 and RS485 cerracluwkw8 shaall have norninael The C IAD shad he nmuntrrtl in a hwwar ether lreasitiian, cmductor LSC resrstarncea of less than 16,5 a hnis/100tl ft. looking lerwarrcls eiflun appmaclAng or departing Wk. (�3h°3 fl rn') at 68'k'(all C:). a "Me power e:ranductom Mail be mw Wsted parir with The C"SAD shad be r000ntod Su thaat it is pointed imminaal conductor DC'ra sist,ar'aca, of lies than.I L5 within ltt ft.(3 in)of the target point as defined by the elan,>/'1000 ft,(304A in)at 68'P(2011), manufacture,We oftarget l>ciints,fear°nrriunl g OWN a Ruh wire burry:lle or the entire cable ishan be shiekho cl and nmunlinl heightsr, with an alurninurn/mylaar°shield with a clr"ini wire. The C"'l:"AI)shad be ruciunted sada Hot its vearlOM writer hnc", The::carhle shall hravae a single crantinuciuw r°tin with nosplices, eers. Is ww,pithin 5 elelgrc us,of the lames,of iMerest as described, the ratranuhicturee's clocurnewtatiein, The cable;shall be terminated on,on thv two Ardwst ends of the cable.. Ahl,ninlg the CIAD's amter He with they raaachvay ensures that the aralenna beam raf be C lAD is positioned The cable length shall not exceed the following linlits for along the roadway. the olaearaaationaal baud rant_of RS485 aiinmunrcationa. Two C.IAI2 emits shall no bu nuxtrifeel so thartOn are Baud Rain CaMe Mob b gAntecl elire dllr ,at each other. 1.1.12 Kbps :300 ft,(91A in) ar:fi l Mars 600 ft,(182 9 in) C.:FAIN that are nraiuntud withk 20 ft.(&I ria)of v ac°hr 38,4 Kbps 800 ft. (2418 ni) other simll be configurerel to erlwraate can elifthrmit RF Ia'"8,2 Kbps 1000 I'L(304,8 ria) channels raegard less of We I oWHnlg dirc.e..l roan of llw C;TAR %6 Klihs, 2000 fC(609 6 nr) NOTE:Those represent anaxirrrrarn data rates.The data rate nsrart uhoold be The llaswaer converter shall opear<ate in the humidity range the nrtnirnnna data rates requirwd for operation, of 5%,to 95"/r at 77'F(25"C.)ligan-condo nsitig.,, If cor'nntunicatiean is ceancluctoO over thr RS-2:32 hut:, then tial RS-232 clrivatr must be able to sourceand sink±2 na24 �1"lar power,converter shall accept gra input voltage of 85 tag 264 VAC est 1207 to 370 VDC, The raablea laaragtla shall not arc°eeri the tall larwiatl`9 lirnits for The gtearverr Convertor st'raall aelaorote gat lata input frequency liar^operational baud mala*of lt-,a232 cesrnrnuraicaatiesns, of 47 1 I r to 63 H/ Baud Rte Cable Length The power converter shall presdur°L MI 010-1)1.11:V01tilgC of '1152 h„1,rlst, 40 ft.(12.2 re-r) 24 VDC IXC 576 Kbps 60 ft.(18.3 n,a) '['he power convertcsr Shall have as healer-.tars time,of greater ,3114 Kbps 100 ft.(30,51 rta) lhurn 20 iris at 1207 VAC 19,2 robin. 140 ft. (42,7 na) 9,6 K'bp,f 2,1701 f L (6'1 rn) They power eranvetir for s1'ra'all withstand a voltage across NOTri,t'T@team reprosent maximum(luau rates.Tile data rate used should be il'°s input and tarn Ut of 2 IN.Tile power”converter shall the rnininaurn efaata rate rntpu'ir€ad for operation. rnwithstanda voltagear°ro«as its irinputarrear f,a°car tract of L5w°ia. W. If 12 VDC tv,boini;supplied for the C.'a.AD then the cable, lrtrtth shall rant exceed 1111 ft. (��,i rn'), The herwpctr°converter shall r.°rarrsftar��rrs to safety standards 1JL,60950 aanel EN 0511950, tla t f t i 1:) �1seeirallulalatel for he " 1l 24 V '"1" l.)thenttile cable IlengthC rs iheal e�xe^r�atei lith ft"(1tr1 in). 55022 Tho power converter shall cernfcsrna to LNC standards EN 150122 C laass ll and EN 61.010 0-3-2,3. If'a cable hmg3tah of 6111:1 ft"(1819 in)to 2000 tL(htlrl.ti rn)it In br reelanrc�el, the power enable:Mhaa'11 be.,,'m t�,N1a�.'C`[ N�2A-1402 Voltage cr"traclrtieanri(�i,c,<85 VAC input), theerartl��aa.rt Volta'=e of tlaex power oconverter shall be less than 1 VD(% ore equivalent cable that naeeta�the following,reequireme nt s. g, r a 10 AWG c°tandm tr:ar size/gauge 2,6 Input File Cards.if input file cim-ds are used In the 9 2 conductor count detection system,then the C link!'172,Click! 174 or an Stranded cable types equivalent that ranter*ls that following be @ flare copper,maaterial used. * 600 V mange a 1947(90'C)temperature rating 11°10 Input files cards shall be compatible with '171,21711, o PVC/nylon insulation rnarturia;aI NEMA TS 1,and NEMATS 2 style,input racks, 9 PVC—polyvinyl chlor ides'a�rcketin g naaateeriaa'1 I � l'lae*input filet card,alaaall translate rlaataa fraar:ket^_»fr"t:rraa the o 25 per cune.ltrr:taar Cl'AD into contact closure outl)etts, Both c.r;tnrnaur'0caatiarn and power conductors can be bundled tt�rr.�t'kater•in lige 2+ana1tl cob](",as letraf,ar a then above- �}F actuation mode(�lsarx;�a�rs Ilac input ctrl fila cant°cl Shall Support rear"t mentioned conditions are,met" detection output in real time)eat a:el�setraatiura, 2.4 Lightning Surge Protection The CTAD shall be The,input file card shall race ivo data Packets overran inat,11luld awning lightning surge Protection devices that 16-485 any of the following baud raatrM w:"2600, 1920 0, moe�t or exceed the EN 61000-4-5 Class 4 specification"', 38400 garner 57600 bps. The lig,'htrrrng;sur'g;e Israstetction unit shall be the "t'Ita:r input file card shall autoba-ru d and mute-deete t a+ Waav'eetronix Click!""20)0)or a atgt.rivaalont. C;.`AD ovor wired and wireless con7naunic ation channels 2.5 Power Supply.The C'TAT'1 shall be installed usinga,the that have a rntaxinaurn laaieelaey Of 511()Ills, Click!2011, Click!202,oran equivalent AC to DC Mowll° rhe input filen carol shall cconl:aly with the N IN TS 2-1998 conve- ter that Illectrs the followring,sfaecificationr 1"raltge Coa°rtr°erllcar Asatratbliras with N N'ICII"Rr.pcicria'raarrctawts Then goNvesr converter shaall be power rated at 15 W or (Section 2"8 specification). greater at 7 ("5`(,')and '10 W or greater at 165'F(74'('), The.:po wej°conva r hor s aaall operate in the to rnperaaturer ratrrg,et of tea-251"t tea 165`F(34"C to 7,4'C). a a rr II i I W YPwirs«rr�a ��,� �dU'r.ra::arnaa �, MSI I Ili ilii • �I 4 ♦• • � 'o • �` 4• Features NPI' WK,�^ID83641 is Ip,arit of 0m SUlPIRIIEhAIIE�serie�s guu'cduucil]pane uadfenrig'II ICH dip .�a.�� �rt�rt. Full 1101 re a luubon ou 1h:ssuprerW Image quuallity.Adoputtiirg a 300 cp:ullical auucun III o 10180p Full HID SONY ClVIIOS Sensor Hhe SIC)d 364E is able to cap1lum�detaIlls at top�rmclp011 rpuuafitty Thal IIIP1157-�an d v 3,D fps @ 90K)p p:rXII IL IID 60 fps @7720p Ihtt PI 0-rated IlvcuusNumrg IpuI the v.mnera gaudy egauuurrsd raHru„dust,and m 30x;r°;r„xarms 11 ens cco•resicru wwRlhiuti a ywHde Herrupu attuure uarige II 'IPwweerr-,40'C ttc 5 w"C,This feadlure w IRerrrrovalt',e IIR-cuuf Filter for IDa'y 8 {ttugh II:uurs:Von ensures cpsvei aalforu it„cruder exttrerne weather ccruditdcrus land hazardous 360”Continuous plan arnd 22W T liBR einvircr Inerts It is especially suitable for rncrrpttcring wide it ilrmdoo dramuldr ar IPta ai-Harne IH 264 11 arid IMI dlhIEI GClcuuulPnsssioru shames st,oh Inas anrpruu°IPs.Ihlighrsrays and Ipauttuuag lots wheire puugttt-Hev+eH reIlaloililPy t Topde Codec) and precusrusm are aWayss requuired w WNWDIR IPu'ICu for,IUnparalleled Msibllfily rin II•Iligplhu Contrast Eruw innirnerutts The lD8364E,uulpperls hig lib,perfuurraance H tt 764,IIAPEAURE w Yd°' allher-prcclf 11P67-rated and drttElhI II Hcuusirmig compression Ile-:Prrnapr y acrd cCfei euro extra�smoedlh video quulralifty i�tdttu u� kidicua �°40"' °°'E5"IC 4,¢�de Tempe�rattuure�Ra�ngy for Exlrerne'Matther up mr 30 fps I II080p Boasting VII Pro fe ino,',cagy,the;~aD8364E ran a'so Cnrndittiions cope witth challlleavrdung ttrrgIhirrg conditions,and ppeneu me ussra2sr pitsalify cimm to the mi Audio DettecHacn for Instant Alerts caupalU'Ifities d0re huurrIan eye %APo'tt4u a scphdsbr-Med paanhiiHtt mechanism.line mi A,ruliafirarra(Jing for IMoving Objects camera poronAdes fast pare0se rruerrelmerott wutth ccruhHllmr.ur,.uaus:'36 ,,degree pan and Ill,Budd-aa 8,02 3ad Compliant HwcIE Plus 220 del fill,Us ra can also easily ccnlyd phue lens IpimAtiion ym a rrm uuse uaua m EID IF"hr,uacy M asli III Addpttiionall Picone-cilion d'cysduck t0 firack Rhe obievd clf infereisf end sett up to 2°5IE ixesett positions With the a Builta InD,IS HCISDXC(Card Sillot for On-board Storage b uHHH-in auto Hraclkinq feawttlure RHue,"EE2H3i 641E provades Nnislfa tarmeo us reacHucru ttafog suuspraaous niciArrap oLlects urmwide rarea local)ons before cp:erattcrs are awuraire of alcttiivify As willh all VI,rOrTE.'K IIr lue dayinight caiineraq,the S083164E features a reurrcvattnpe HR-cuil Neu niaintaining dear images 24 hours as day' inti and€c deHu;rw'Hdcn by u'ecapormrig increases or demuumauues In sound wcVuurrre,an adrdilil au � payer of inttuaus'ucru defection is ens+�,uued VWHtth cdhacu' sdvaruceud features spuds as S1Ctt,tS1DIf d lr"�YCS2 card slot,802 3aatt conlpli l PmrrE Plus and 6101 fips high quuahilhy � irideo„tthra SID183641E is ttHme best& q:e for the most demarro6nq outdoor siwsmreiHHarcue applications � y 34111 vol i o � I HUPIRE E M M Cut.`1p,4E I'lh'4",dMiAh L.*LbIlx^:0Iu0:rn'ImvL'Pc 1Wfl',4 x::ii 1l,0�m+l�waun,KlTmil;' " ... . . ildw', TI' -M'�+�44r, N'r �4'A�L".4a"Y'NoT,Mm'l l',rfi'..'4e�C"h4M'l ._ .... _.... ._ Aub Tl w4ck„xx•up Ni douaroc§mp un rrmuw g u@ beet 'p�pmtlTauu fIlr7rvririmtturm 11p6.l. POu11a'rareua Soh:',("garAuronC.¢'Njp) arman9ENvm�t I'Cm^ud^a riCIM1IPIa'i Al,mra4 T'an'I�pl '4,r U"Yaex rrw xa nrr 1L9W9'.',A':xtlt a-amrrwul Err' ,p. 1 ux uuxluGmO Wu lCluw'AprmWA . l"mtimrP,mArmm'^Iv»'ddy rmm,hPurA+°w,nuw'a,C'ArYnllem T.a iurnp e1Vuyqu.,? "m,w:9mr I��MYU,'MvmxYO b����4�� ma".':C^CRbkIaT I11r4{llx"^"cvayrcru t+Wr"f'ew'ual;duuast,wuu Cl fia;7.,^„ A�Ahm O';'w'hhAA Cwrraa4 rrnr 4'.mm0.a�artm w'ig dotal 4u'4Aiq 114-0 1 i GIII�M'Tf 1:T1+"mnr.uC9 Aa um'waxrl'w P4crwkilm riup t( T4A*Cmk server Lm,!Iil T4y'rc 'JY7a ,layl un9d.'a�^rcmin.Alla 4"'a�mrtul flJlu aap;u'ImsY,rv4lat W, 48Pu A""u"u�"uuul Adf4W4m7rva'wAr II''ocA Lmmmptllt R 1 4,,...7211 a'rmrr{ll".„a,uaa"r',� 0A4"Ap ArAIT,111IR FIR,F47 Aull•arm crwx R+ tS za nCa am 4 uucu IN NeIINWII,POEcW11utsU r f""anew u4'"roew ","3 ,,.CA"fr'arvr�s°w,"a�hlm1, Auudic r`2muw '4 3 _30 (wwuih4°.wJy AaWI analy^,I 76',..;":N'Pcuaq,^,yu;uu'u.#p AC 24 q I[mn-Arql!Y p"rnm.l7alwr TW^rmm 7 9 we rw 1'10 rw:4A sac W".'Iw-p,gml'ar,T"nary"�w WhYIR Tedlil'ur:ol yu V'wlY bq Pro Dgmi L"PAplYWuwWuIN }"hmcKl.N11:110 lR-u:r l lrP h:111 8'a^;485 Par PI m,°„vre:'mn�mW f7"ekXYD I,a Acir'd 15muuedu°aln NCm,' 1640111"w.11ll'TH 4plluu"Ymrr'a H-1 ;;11 Ua ab 3?r. Ar, ,?;,`:' Dl tw,xm`r7 n i3-9'.h.. TI-Wit LEIII I IMMM`CLYYaI'k" `+yvia9.Y.1 W,A,Cndniu"A m'�an xam al w�l�u".Im1s:'W' r C 2i,nA 14.m nANauaa'u: a lurk G"OVII.wruw l cvamw,^x.III'rN"A PIX plus PEE 1=0 kiI mi npfiaiil} Pw R'rirved 0 U5 -453'r mc y..l. 1'::4 Nei Rivetin X0 el-mem A U NV 't`u P3mrom!3 005 41A7"i mawr 1:::'ym,of Cmnum"u4'A'wnrt P,11l''!:::.I'xaum.. U'.up lRmup4a "TA29::Y Q 16 ,M..m 110)' Tm:, 'y mw PmsM V.uuMultlii 111%laIaWI0,1:341,lunm 401:'aaw'4ar#wlwlr�OA Ar 4v' 11:4mIrY.IL^du,Ix.J'-a Awamam'61'Cry m m 49 -buitul«w',u°I"'a 4 cni IE tl,mx.up mi IN V,m.uvl'V.n"aj I AKaI:..13V J fn lMv,ui"3 I ftAur 4p'M1 I rmw,vu u "-",Galan 1«4m anmmwSa Aaavr a1[IIaswe ' 44,gmdiwrm'AA6':'� ,,Cu fClq UJA',CLvVj WA 4d„il,41� PuL AA,'r�.414WJ I heatierwl p°ld'A'h mg, 9drCad(ltimw'.i^^N gwO'�i .. e4ur, P'i a..C,*«t M 1 LC 16 1 fiFP,,4 "m Wt Ww,mmxa Tro !C71 x,m rl 4,y .,,va1 mW m IIiWmnp'W1rml,I fl,asnly Hale ^I`M4 ld>'w*,J�w60 wi M Il"ll,,"N20,10 80 cawg a rvwmunuuv 4mn p 11 h 1..2nd 1,U110A 41 nam,!rrmUnI 1^4.vinj MP;+C' ,."uu'84�wrc'YC.mu"uW.Alliiwsld,At 6W:�AC,uI„�M�N'd I W 4 1290.720 Curh Imt rodm n al r 0 it rnm kfier de w 3064 a T SCO',101541 43ymwuahrap"I'elipn�ARl..III n idC�.-yr C(Pul„+.CNxm) 60 f1 Z 8'10,1c720 .rat?C:,..-,5lC(AC'24V) hu 111[G 43°CI... C f,'High PoL 30 1'pu l'rppgt,µ^AW Vvasraa^rr,lx 36 mnp�nd m 1 311 4m;%+C^'r4bY,CJa rip t r4:m lin WutR rrw.umx, 3em Pm3tutuwlwri'mTumft, I'IAmm ,wuap,:xrwereruw 4m�.""M.m°uA-1savrvuxrom 1t;uaw44pCysilea Iw.m:mmuliII+,A,Nrm„a^" 7r1Br1:l,IX!fK)G ,3141iWID A!m,,e 90 dU WWflb 1lkwnmer I'I,czga I elDc^,y,.'d U f,ueanwawp aw iyi Del °Ind 3 d3 mec LAIIW:amwr 3 m m10 x 'A:'Amm 7`Ir um I,'uurM hr. m"Ill ITmiC a a. r xlxr w.mt Ixl^, kary On f�W+@myerm V c 1 A to^m,m,"o mt +'ra�mlmauc a m�III¢I a p p a ".ocmmo rSnlraNlaC�:ma^rmll 19 try lYW'P'IIplw al. t^mam7akry uamrtwnr Ourrm&rri ,6,1,.ne n -a-vi kamrwla4wrnr,RAi ._. ... ourvug"seft"nl'tllawAjumv1ll,I%:eAImxxmryuallilvAaw7d,r4rmt�m iffIckmWAccasmMin Tw^anlu wt mnpa M,l aveday n°p h mwm CU f lu�cm ru"KI Iou,ga,,locw�6I Iiauldwn,u I„ !u a'IUVamtiMu+a 114,urc�n'ai"al', wpm ulmw l,aroy,xP mwa4K,Cx'2m,'u�4md AN xa n�l�aar al vd Ima�lm;u w@'uw,� "*wl I,~ rlcA a,ywamAuuas nr¢ral paxl aaacmW1A'4Cn?WIAlmvnwAkun Au#vaa,a 4 39 "kmvar:'Ilrs!Wr+aawep^rppm�4T':elu I"0.7m IAm(UP ql:'e 24, Old.,& LN+,am a'mua6.w`I Lmf4t4mf,ixv'^nY'k.�w!t0mlw3,mlC%P4XM'm'nW,',4P;3a".ti$,N:'PYTo1mk!I f,dve,kodr-INIutYoa'.ug;6m m,;ymn4ery ury V7;„4 stm aryl 1anu w«`M,q�p'analyu rve^S a1mi6;dil ras 4lm:':�penr C'puWmlW 313 9 mAu`hrmwer IOTNu' I T 4Lmurmwad'srgeaA,lp„w ALmSo Aun:1 r4 IUag;,wCk4 y Av„w9ar ,,.w,.9u4aakC'euk TP6 01 aW.ag%iq `a•- gym" I.ulnp,m14mir9 A�AC x7'19 07'%"75 Inilerfmiwe ElVbflrir l TmrrCpy;,M1hOnd i4^n4"u^11 t^hI mm Ilne mtp lA 1 Vktfi'o6,wmla'.'ure Axl q A wurauuwr wrnm,arp Pyr I AP 90'10 rWmu'v I 4u 4 �M 4EI r7r' M.f Lx NIP LVl$,7P&aa,Ail"nCCca �4 "A tU7 a -� � , ! .._._... m m'N.nnnnnnnnm„Ilu AW lll�w W2 14 1"""arfaca 9f„XONnseT1011u@.nkJn'ku"m.♦,4!i&ni4blT1 a.4Gl p�.��4"�*) 14r�mh oily ruwrru1ula9ardaa:ruu vLauocVn^L'94'..",T',.v A.CATO I a'w'6olksl wwn�we hra 3RETL u'aarmIa,n r;',IT'Wna"I fr:' ,PaadI.'.4:{un';^r..4"ua mlyd'apUtbr rill-1,In reed cMr1;,1 � ulUh nn,rvnm An44 ru,r ttrta',at,AnlfurX..tKits t'I4 Kim Powei'Adopter Ail 1116 AW23'1 a AM= 19 AP300t AP-331AA 341 70 WI Pw 2150 W Wr muemprmr Ih"amE l's'Auu d 11, v' t At', peridauunl1 lFwlpm urrm"minbn%Lid -4 :Q:O:xrar pray mjectw adapter CkM-11'17 AW22'1 IO'merra 40 c'pm C;o Ams nack endaarnl Ppe avveauolTriart 51.1 AC,112 AC4II AO-001 ulAu w ocryT,r j elll:'aCRq;$-pure t ,«r m"t4 C-u'mrx'ftryabfiw �AtWl-'D'%�M ARS&103rawapamm u mo Indrmcir t IpwA.m.^a^am4Ap 114 TnePBdmut4 hAaagE4 . Allua. rW,e:r W, C,py,,,l ivOH1{La>"Ill nlrtx rn: ywra. Ditatubuted by U"f4't:8441!K RKm 11 (I'kKII$m 11 n,TirK l,arop" E,1: 8"4 a L nrn.-; 1,fT,.a';,I., 3 F9t7. IVrvaw afx,Cll y;,r, fal"',.1 ,:C', I Jsu,I,✓W")'0 ,1„Ir, 824,,,,.r„ I w1 r u„„a Le, „t,,.,:xy ,r1,f3;.h ,., I`;q r,.rr•� L. N:E;,:a,t a.,i, i,I�.�t;e7:r�a a. Ixi.£ai rl lE«,,� tV1V(D17K �,s, °N �n�x1 AM-311 Pole MountAdapter miuumumuuow000uui m i of iwl �mimumu� � �wwl�wwwwwwwwwwwwwwwwwwwwwlim�Hi NMI l w"1PmJd• rl tl Pe at.merW led M Wi Wss Beft 1ks.mmc Waemita.mru 240 OJ x 15"7 W x 69(111)mat Cr.Roir Me Might 133 g NMI m .............. I � I iF i C, J11 obt Cw r� 0 "0'w ;Ms 1.5—6 in m:8dawme a mal P/N No"91':d04;1�2,1',11p1:1�C G, rr lot,VIVOMEK AP3001 it I. Specification I E E802.3 IEEE802.3u Standard IEEE802.3ab IE E8 2.3at Data in. RJ45 x 1 Data Pin out'. 1, 2,3,4,5,6,7,8 Connector Data and Power outs P45 x 1 Data Pin out: 1, 2,3,4,5,6,7, Power Pin out. 1,2,3,6 10 ASE-T;2-pair UTP(STP Cat.3,4,5 cable EI IAu568 100- (10 m) 100 ASE Thio-2-pair UTP/STP Cat,.5 cable EIAPTIA-568 100. C (100m) Network cable Recommend Cat,5e cable above 1000 ase-T:4•p it UTPISTP Cat e cable EMI° FCC Class B, CE Certification Safety: UL, cUL, C EN60 50.1 Power Input ,100,240 VAC, 0-60Hz,0.72A Power Power Output °5511 @ 0.6A Power Connector ;AC Jack General LED Indicators: AC Power x 1 ,Feeding ower x 1 ............ .... .._....,,_...,,..........................__....... Environment OperatingTemperature:0 - 0 Q' Storage Temperature; .40 -70t. Operating Humidity: 10 °° 90%(non-condensing) Enclosure Plastic Mechanism Dimensions(WxHx )a 6 x 3 x 140 m uau wGs a,x,,H av n „�.oll ua lll�ll�i �f ' cobalt by EconoUmIte cob jll�%/rllf�1 Ill �Il�wl�r wu�w u aso��°� 4; �� n nGrrc/���� ,ar N!.frt ll✓i a ',,, �i J IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII���00��\y��� �llllll��i�('((fffffffffffffffffffffffffffffffffffffffffffffr�r%//////////�/GO////%%�%° ISL) /� ,.�""�""!"'!"""° uuuuuuuuuuuuu IIIIIIIIIIIIIIIIIII IIIIIIIIIIIIII Illlllllllllllllllllllll�a,> ������1 -,,�j�/�'�°^'a;�:c uuuuuuuuuuhumu IIIIIIIIIIIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIIIIIII � IIIIIIIIIIIIIIIIIIIIIIIIIIII arc; www.e c ir„n ll ii to,c im u"I!�Y°hiilili��ii,rtrm�r lir I Ihl ��di�IVl�ii�". I r f "„' / cob 6 4ha o 'rhe traffic sk. %i r represents one of the Features r�rIO t: iinrn�nr�rtrarntairntc lhge ntAttechnology a n(.1 CII IIrTnm.nlrnli... Revoilutl:uonar , urge seven-inch craior Wt..F.wt.. 1hW.( t rtun�lr oa n Patiio n n OITIPOi nerntr of ea s,grneahze(.J urnterse fio n.As such, to(Jay's ea(.Jvarnn e(.J traffic skugrneal controller nrmm��nt: Touch-screen u� �l for urmt�utuw��, ���° fmu r�� integrate frnear llrnr rnr�lt(w rnlrnn,trc�lrnun sn wrhnlHe supportrogr rnl�mrnl�m4ig rng IlrnrJustry starn(Jar(Js rarnr1 mxfnedfiicafio n n Ecorno hte Ffulgh Nrolghtrness and contrast uls it for trearfot:iio n of riff(ming the IITIost ea(.Jvarnce(.�J better outdoor readaNi t than any other n;c��lrnt.11lrn�n(��k its � � �"^ � h��t0.� rarnc1 lirnrnovafive technriologes With the Cobalt rim fanrnlily ar,orrV.lira Tier on the market of ArJwearnn(wrJ rreairis porteatllorn Controllers (Ar(.) l::Inl[y hW.urmux, open archRecture re �-�turmre rmruilt:uw. rrneefiing the iin(Justrys A r('.steain(Jarr1 5,2b an(.1 pro t slkung a perafing s stermr kC » AC� �tarC�"rC� � � „ ( Cf "lt Is (.Je grie(.J to prowrle fidternafve Web browser-based user urter- an m.nrnnrneatn h e(.1 n Onrnlunllrnrafio n of fir(:. controller open tare aflo ws remote progr rrmrrm ng and status earn hnlittwn tmnre fuiricfioiriahty Withthe latest hnrarnr1hnek.1 r.bseivafi mmr (wwltlh appropdate network technology ar(.1 akp[I ;atlorsCobalt also features cormecfrr) a breakthrough ughn hnearcl(rn(c1 seven inch tc�uch screen � 2��f Ethz q=lrauwer(t�h H Pro-Processor user mns(wr Ilrnt(wriean(w Matche(.1 wruthn ra II lIlrmas(r orratirt that rovw des t trines more mars g sste rTn rimkrnc ro ra rTHTlme ai .ggaccess to fmrnr Mous teem trn rrt"aili lemower tar "e fio n n easiest in the lilrnrJust:r . processor Cobalt fir(::controllers ntrollers Mray be con figure(.1 With Two ulrmtegraE tlh "runt Swftches provw de , l n;o no kite's robust Cobalt Touch or Cobalt ASC. rap... four 't /'t 00MUt Ethernet fro ntaneiel ports " krllln;rat:iic�rn software package,gin, car other Il....lilrnm.n rakr nllln.rat:iic�rn Two USB 2. (arts software Irrnc„e iirng n.m.nrrernt r< rtrarn(Jrarc1r. Easy OS software upgrades viva USB Cobalt ulrnn lm.ncles ea hnlighn..power, Il.lilrnmmx beasc„c1 memory sfick, Std card, or Ethernet viva l rnt Irnr Il oarr1 that r�arr��ITf�c�h aalrn wriittn the�,r(.d� 2hn earnr��� �= (arm�w�lut °�1 urm raw��software urm�t ��I turarm .. �lur;��tu�wrn rc�� � n ��tearnrJearr�� rw�2 typcA-t or.Tyf-nc„ 2 II/0 connectors:tors: fommr Ethernet knorl:r„ ornrnum"mucafilons siIot for opfionai STC two hJ&I::3 ports, an Sh) Clar(.1 slot, ra seven inch color ornrnum"mucafirarms rrmoduies °r1::::°r II.....(: it") nTnOCksle wuiit:hn touch screen n.raknrabiiliit:iie rarnc1 ileek modern st flung ra n.m.nr'tOIM elrartonrneriin. Ikeypa(.L Cobalt alb T, IIlH ira ire IIII �e.:tLAiir o m perrwaklirng syskern • eark P earneallike Il.....lirn based software or other, 1....J nux .5.3x or later, kernel andII�o and Support ATC liti�^eATC4 lirnux software m Package age (II:� �'} EnOne Il�o arcd earnpluank to ATC Standard V, 5,2,b Annex Il..: Fully cearnplliant wlkh khe ATC Standard uersliearn sped fic akuearns 5,2b and proposed ATC Standard 5.°U 5 includes � Paw�r�P S3XX farnly processor m �l T C IlHemir-ff iro III' iiiin wlkh Q UII C e n iirne Two user IrkeFrre a ukuars ay s a . . AnenaryFar applli Advanced Dsply wokh �r� hi�� �r � k��r cakliarand � program ���r�kliorscreen (St nd i�) . 54, Mbyke s of FIL....ASH for storage of OS Soft 1::�asuc Dsplay wlkh text and textual menus only ware and user appllicc at9io ns no [ouch or grapNcs ( p kliearn) 1%1..: of SRAM memory for non volaklile parameter m w g .. models, Two rnea storage f type 2 connectors • Two lirnkegral Pkherrne t swlkche s for Iwo networks, FS2 type 1 connector EINEFour and PIel E - earnrnral l lltica llons l�eacd I�tl �akule ea�kiiearns: m frearrk �a�ae�l Pkhe�r` e�k �aearks.............kwea Barr PIV .>f,U Baird ,� � ,� �, Iwo earn P�IV � be configured Fear RSd232 eape ria t9i earn 2070 "FEES 2009 standard 5 „ 511.:x„ artead .7 plug... ( r in modules D akalkey 3,3V, 2 through 3 I%l:� jmm 1, Cal Uo "' Ilr i'1:IIIoIns III�I ' A l N agarC�'�?1✓e " ialr,e k a�rlur k ri_ d ac A d. o E:I: ricecI io I/ k sir y sir^ . air, C�au....ribir ee r khefealleaw m � skearnerurc keypad cearn lou t wokh khe���;TC All khe��� � Software features, us� ing��. /// �,� earn �I� _ .� � `" /� II.�C ��eaFkw�ar� � plus 5,2b and 5.°U 5 standard Full color gr�apNc urnkerf�ace w�lkh [ouch scree n 10 ij m. C" ealear TFT I CD rdli I wokl li h karli hk � and caa akaliTt �/ y g g y [ouch capabuTty Provdes menu sel ecklieo n uslin [ouch selecklieo ns. Readable lin ¢ruck sunlight Pry rrrnrnurg uses [such data entryrllawln g lrne~duski ural„ resstuue [ouch screen can be ea er [ouch gestures to selectyes/no, select enable/ gated wokh gloved hands e�I �Screen s ably^„ gull down link s°�lectueons sand mormore Not affected by cearnetdensat9io near water,drops ` cre en cart be swliged to advance to another, �m% VE Performs over, khe� IV I\AA kern er�akrare� range screen �1/ Gay g� re oraklie n (c 15 kairk color depth 555;c~155 .� l • Advanced arra hucs Controller � user A�x /3....11. ... Saf�G�orEar^r� (��r;�u g Enables Cobalt's enhanced �r��a hlic,� �,���r lirrke��r�. . Fuelead preauert for over,5 year's F face m Allows for an agency sUae6fic default database Fouch screen capaklliky n��rs [he keyboard m Aukarnaklirbackup of controller database to ea kliearnal never,has to be used V ,akralkey or manual back ug to U i:.:: flash etdrllue Re place s krae�dokliearn�al �te�xt me nu seler�kliearn w�l�kh - Context se nsukliue help Prlrk feature aawrniirg Fran status FigrapNc l seeckliarId ka khe • .Twa UII:: 2 5 gearks used to screen where data lig defined Update appllicc akliearn software . 155 statement leaglic processor to lest lirnpuks„ outputs or Upload or download co nfigurat9io n klirners and take actlio ns based earn khe results Upload logged data m. D akalkey socket for an optrkieon al 3,3V Dakalkey„ 2 through 3IVIIII::� m SD Memory Card socket • CPU Actklue II ' • .Three cornrnurnli ,akuearns ports standard: IvJENAA ATC S SII..... ' s rlial port .0 5 pal n serlial pork 2 pal n console serlial pork • Il:.:Ulk lin speaker, for enhanced eau dlieo controller feedback • integral c arryli ng handle lin back of controller m. Power'Supply Meets all re��rnernks of ATC standard u510, feale U / �l eels clro nlic fuse C 1101`1 t1i t"r eER LIL.rIr"ISS S LER IL AS IDSw=-AERY I� ISER Lr rn ISS t phases, 8 configurable concurrent groups lila 4 t:iilrrflreg « IK eyboarcq selection of cgcetrall[cecq cgyreralrrluc,stratus cqu irlings plays for each of the I controller er uIrelit: fuinc,tlloiris 16 p ecgces t:r[rare phases that can be conifl as pe(Jeslin lu(.iiing: controller, com. iinator„ prcAc„Irrlptor„ t:iili triirare overlaps base, cgcetec,tors, rarecq I INAIJ l xc lu§v e pe(.Jcest:rlirare op errat:iion I.Dyieralrrllic. I cep errat:iion Dce.t ereUzril � ISERLrrn ISS l xl:cerecgeablce walk rarec1 p e(Jesttr[rare c lcerarrarec ce - 64 wcehr c lce cgcetcec tors cgwrarec,cecq Walk « 16 sy tcelrT1 or sp ececq cgcetec,tor Il:3iikce lilreput:earec1 green t:iilrftiire g « l..Jrellcju e (J etcec for types rarecq op errat:iion A(Jagvfiv e rcecq clearance erareanc;ce « Ilrecgllwlk.kirally assiigin able to phase an(.1 qunc iions II....oc k/revere lock func talon by cgcetcec for Q .oQ..oll Q tulrlc:r/auQ.olrr t c ear/r.rll c ew r ° 4 cgcetcec;tor plains 120 c,cem.iireratiion patterns, each With its own cycle, ° 4 cgcetcector(. iiragreresfic. plain offscwtE3 ear :q splint plain s elec;ton g�� � . �• p � ���iif�rerablce by II cec c ulrec Of wcel�.�lrr�c, ealrecq/c�er occupancy ea,, 120 s Alit. plans, each With its own c cem.filreratcec1 phases, cgcetcec;tor wceNc,lce rarecq p ecgcestriirare recall rarecq phase celi 4 cecgcest:rVare (.fiat inost:iic. phare Offset rarecq splint:ceretrllcer (.fisplraycecq in percent or s ec.on(Jr L.StOlMeat:iic p erlrrflss,vice p erlo(Jr F ceERLLrn-ISS l iix ecq or float:iing force teff Separate buffers for cgcetcec,tor rac,t:llMt: „ cgcetcector frail[ Crossing arterlal com.iina iion urges, controller events, an(.1 IUNAIIJ events /Q Qulic;lk sylrec., feature Il....ceggcecq cgratea can be: i J/1 'uc w�c cq on front �rearecwl a q. ctrl ewcerl vla ea RS 232 tterlrrlllreral port, lJw�lE3 I� Ir circ�Il�rrllr:r/�uQ�;olr1 I� 'c ��/rrll c � flash (.halve, or w'�q) Carrel fcere re Irfl.toon s c u revs ; Each � efigurcec�q as % I � e � � 4 � �� Irr�ra t�ce c;c�elr A s � � serve,� �° �.e opera �frealre�,fc�errc�cq wore tcelcelrr�cet:r t:ce ra treaf��flc. Irr�ealrerac�c�e %', 1 rucerot first coli flr kt �kc rwcA, c�er bus �rrcAc Irrt�rtucelre cet�c�Area orcrt ;crtcr ae,,, i l (.flf ill ulreterkoc lk to prowucJe eacgcgcecJ Irrtcelreut:cer[Ire g t (Jown input guIrcr1Yr= rcut �rrf ciclwfclrcrtcrllrcrcc p ore - N"r(' IVIS level l %i c;celrltgr[uralrec c IIultuf[c cBut frcc 1��ticrrttoons « Supports entrer pcD, Ari°,pcan.1 "rS2 Nr(. II::" I eve[ f x � .:wcAlc w � l:gut toc tc cq cA�lit. phase �°�crcelr�tluraret cc�Aret:reaf ra�rf�[IIc,Pat:iicere�x Exut to c;cem.gllreeat:ilore (Ince treare§it:iiore) �ut t � et rrufterl erler �lrpfae batt oaflorar*f.; Cisco Data Sheet Cisco Industrial Ethernet 4000 Series, Switches Developed specifically to withstand the harshest industrial manufacturing environments, these switches offer today's most flexible and scalable industrial Ethernet platform that will grow with your network. Product Overview The Ciscoo Industrial Ethernet(11E)40100 Series is the latest addition to our ruggedized switching platforms and provides superior high-bandwidth switching,and proven Cisco i0eSoftware-based routiing capabilities for industrial environments.The IE 4000 Series delivers highly secure access,and industry-leading convergence using the Cisco Resilient Ethernet Protocol(REP)and is built to withstand extreme environments while adhering to overall iT network design,compliance,and performance requirements. The IE 4000,Series Is ideal for industrial Ethernet applications,where hardened products are required,Including factory automation,energy anidl process controll,intelligent transportation systems(IIT ),oil and gas field sites,city su rvell I a n ce programs,ands mining.With improved overall performance, greater bandwidth,a richer feature set, and enhanced hardware,the Cisco IIE 4000 Series Complements the current industrial Ethernet portfolio Of related Cisco industrial switches,such as the Cisco IE 2000 and IIE 3000, The Cisco 1E 4000 can easily be installed in your network.Through a user-friendly web device manager,the Cisco 1E 4000 provides easy out-of-the-box configuration and simplified operational manageability to deliver advanced security,data,video,and voice services over Industrial networks. Features and Benefits Table 1. Features and Beinefits,of Cisco W 4000 MESON= Robust Industrial Design a Built for harsh environment and temperature range(40 to 70 C). a Hardened for vibration,shock and surge,and nolse Immunity, 0 Resilient dual ring design via,4x Gigabit Ethernet uplInk ports. 0 Complies with multi-Industry specifications for automation,ITS,,and substation environments, 0 Improves uptime,performance,and safety of Industrial systems and equipment. 0 Fitted with compact,PLC(Programmable Logle Contrell)style DIN rail compliant form factor Ideal for Industrial deployment 0 Covers a wide range of Power over Ethe met(PoE)application requirements. User-FriendlyGUI a Aillows easily configuration and mentioning via a web browser. Device Manager 0 ElImInalas the need for more complex terinkial emulation programs. a 16teduces the cost of deployment SwapDrlve-"Zoraµ a simple switch replacement In case or a failure. Config"Replacement a No networking expertise required. 0 Helps ensure fast recovery. High-Donshy Induddal 0 Reduces complexity with one cable for both connectW and power. Power over Ethorrwet a Controls owls by OmItIng wiring,distribution panels,and circuit breakers. (P*E) a Creates space and reduces host dissipation. 0 Enables ready-to-use PoE devices like IP phones and wireless access points. 0 Supports(on select models)maximiurn HD camera deployments. 0 2016 Cisco and/or Its,affilflates.All rights reserved.This document Is Cisco Public Information, page I of 10 1 11,111 I'll,11 jill 1 Will; lt Full Gigablit Ethemet 0 Connects now wireless acom point(802.11n andel 802.11 ac). swl 0 Enal new HO IP Cameras and new PLC(Program mal Logic Control). 9 Allows SCADA(Supervisory Control And Data Acquisition)connectivity. a Prol Introductions of now bandwidth-hungry,applications,In the industrial space. 0 Supports very-detay-senstil applications and firne-sensitive networks. *Dellivers multiple rings,redundant ring topology for now network configurations. *Extends geographilicall scalability where longer distance connectMty Is required, Your Ruggedlized Choice for Industrial Environments The Cisco industrial Ethernet(11E)40010 Series offers: • Bandwidth and capacity to grow with your networking needs:20-Gbps noriblocking switching capacity With up to 20 Gigabit Ethernet ports per switch • High-density industrial PoE/PoIE+support providing in-fine power to up to 81 power devices,including 11P cameras and,phones,badge readers,wireless access points,etc. • Cisco 10S Software features for smooth,IT integration and policy consistency • Robust resifiency enabled by dual ring design via 4x Gigabit Ethernet uplink ports,Resilient Ethernet Protocol(REP),Parallel Redundancy Protocol l IEtherchannel and Flexiink support,irediundanit power input,dying gasp,etc. • True zero-touch replacement for middle-of-the-night or middle-&-nowhiere failure • Line-rate,low-latency forwarding with advanced hardware assist features(such as NAT, IEEE1588) • Simplified software upgrade path with universal images Figure 1 shows switch models,Table 2 shows all the available Cisco IE 4000 Series models,and Table 3 lists the power supplies for Cisco IE 41000 Series Switches,. Figure 11. $E 4000 Models 17-4000-16`r4,Gl - IE-4000-4UNG-E . MU -4000-4UNG-E IE-40DD-SG-E IE-4000-4TC4G-E l E-4000-16GT4G,E IE-4000-4G58GP4G-E IE-4000-81GUG-E IE-4001D-OGUG-E 112-4000-813T8113P4G-E E-4000-4GC4GP4G-E ff-4000-MG-E 0 2016 Cisco and/or Its afil All rights reserved.This docurnent is Cisco l information. Page 2 of 10 AliI111i00E6E0Ell Table 2. Cisco IE 4000 Series ModWs MEMOS= II-4000-4TC4 -E s b 4(FE) IE-4000-8T40-E 12 8(FE) IIE-48U" 4 -E 12 8(FE) j IIE-4000IE 12 d 4(FE) ( a(FE) IE-400D-1I6T4 -E 2a 16(FE) IE4000-4SWO-IE 116 Ail models have 4 4(FE) 8(FE) All mnodets ship GE Combo uplink Wth ILAN Mese IE.40004GT46-E 112 ports 8(GE) image, IE-40004GS4 -E, 112 8(GE) IE-4000 4GUGII 14(GE) 4(GE) IE-48814-"IGGT4G-E 20 18(GE) IE-4000-8GT8GW4G-E 20 8(GE) 6(GE) JE-000.4GS1111 4G-E' 16 i 4(GE) '8(GE) 'Combo ports provide one copper and one fiber physicalpart and only one can be activated)at a time. Can he upgraded to 11P Services at a fee.IP Services License Product Numbers are the fallowing: • IE4000-RTUI=(Paper SW License for IE4000 Switches) • L-IE4000-RTI.I (Electronic SW License for IE4000 Switches) All copper Gillga'ta'it Ethernet interfaces support speed)negotiation to 10'110011000 mops and Duplex negotiation.All dapper Fast Ethernet interfaces support speed negotiation to 1011010 imbps and duplex negotiation. Table S. Power Supplies for Cisco IE 4000 Series Switches PWWR4E170W'- 170W AC 100-24OV12.3A 50-6OHz 1 AC 90-264V' j 54VDC13w15A Yes Maxlmuirn poEWl of+prim. PC-AC- or support In a AC or high DC 125-25OV12.1A DC 106-300V DC anvlreminant PWIRI 1'7OWV I DC 12-54VP23A i IAC 10.8-60V i 54VDC13 SA Yea Ma)d rrurn pdI pant PC-Dc= support In a DC environment' i P WR4ES0Wk1-AC= SOW ;AC 100.24OW1„2,5A50.601Hx �AC W-464V 24VDC12.1A No NoPoE/P*E+support needed In aro A or IAC or air onvirownent DC 125-25OV11.25A DC 106-300V t PWWR4E60WW-AC- 1SOW AC 100-240VW11,25A 50-WHz Ata 00.264V' 24VDC12.1A No No PoePoE+support IEC= I needed when,IEC plug Is desired PWWR4E65W-PC- 65W AC 100-24OV11AA 50.60Hz. AC 90-264V 54VDCP1.2 A Yes Minimum(1-2 pout)PoE AC® or or support needed in an AC j DC 1125.250V11.OA IDC 106-300V or high IDC enwrironrnants IPWWR4lE65W.13C. 65W t'IC 2448VDC14.5A DC 18-6'OV j 54VtaC111.2 A Yes 4 Mdnirmum(1-2 purl)PoE DC% f support needed In a DC aanvirrc n mene 'The entire power budget for the switch and PoE ports needs to stay within 17''OWW.A PoE(port draws up to 115AW1f of power,and a IPoE+port draws up to 3OWW of power.. s''The entire power budget for the switch end PoE parks needs to stay within 65W. 2016 Cisco and/or Its affiliates.Pit rights reserved.This document Is Cisco Public Information. Page 3 of 10 Figure 2 shows a diagram,to help you select a Cisco IE 4000 model. Figure 2. Cisco IE 4000 Modell Selection Guide Client Rarte Copper or Fill INeed of Poll Proposed 1115000 Mill I i ST4 G or 16 4:G Mostly Copper Ports H POE 4T4 Mosby Fiber Porta h8on-PoE B ��ro I Need Mostly FE Ports Copper and Fiber Pons POE 4S8PG4G Can't Decide Poli H Non-PoE Sl 1!6GT4G Mlostly Copper ports PoE SGTBGP4G 11 Need Mostly Mostly Fiber Ports Non-PoE 8GS4G GE Ports Copper and Fill Pons PoE 4GSSGP4 Can't L ..................... Product Specifications Tall 4 fists specifications,Table 5 gives information about sm4tcb performance and scalability,Table 6 and 7 list important software features,Table 8 lists compliance specifications,and Table 9 gives information about management and standards of the Cisco IE 4000 Series Switches. Table 4. Product Specifications CMMMIMM�MM� I 1 1111 1 11 EMEM" :1110 Hardware * 1(3B IC RAM *128-MI6 onboard flash memory 0 1-GB removable So flash memory card! 0 Mini-i connector a 4 J-45 connector Alarm 0 Alarm YO:two afarm inputs to detect dry contact open or closed,one alarm output relay Power input *Redundant DC Input voltage wb operating rangw nominal 9.6 to 60VDC 0 Maxlmum DC Input current:3.7A(iE4Q004T4P4G-E,IE-4000.8TO-E,lE-40lD0-8GT4G-E,M-4000-1 6T4G-E), UA(IE-40W4GC4GP4G-1l IE400DATC4G-E,IE40004SSN&E,IE40004GUGNG-E,IE4000- 16GT4G-E,IE-4009-8GT8GP4G-E),SA(IE40MBS4G-E,IE-4000-8GS4CE) Power Constrmptlon - IE400D,4T4P4G-E,,iE-4aoo-8-r4G-E,,I E4000-8GT4G-E,and 1E-4000-16T4G-E:35W 0 IE.4f $E40004TNG-E,IE,40004UNG.E,IEAD004GS8GP4G-E,andl IE-4000-16GT4G- E:4OW -IE400"S4Gr~E,IE400"GS4G-E:42W a'Mom numll aremessured at&6V and do not Include PoE Power COnSuMption C 21716 Cisco and/or its affilfatas,Rill rights reserved.This document Is,Cisco Public information. Page 4 o110 iiIIIIIIi ellinglin i 1 jim: Dimensions,(H X W X D) 0 All 1E 4000 models have the following dimensions:6.12 x 6.12 x 5.09 In,,(155.4 x 1155 A x 29.2 ril * PWR-lIE170W-PC-Ai 6.93 x 3,72 X 5.60 In.(150,15 x 94.5 x 142.2) * PWR-iE1170W-PC-DC=:5.93 x 4.47 x 5,751 in,(150.6 x 113.5 x 145.8) * PWR-IEWWAC=;:5.8 x,2.01 x 4.4 In.(1147 x,51 x 112 mm) * PWR-IESCW-AC-IEC--.5.8 x 2.0 x 4,4 In,(1147 x 51 Y.112 tri *PWR-1 E65iiiiiiiiiiiiiiiii1i 5.9 x 2..6 x 4.6 in.(1150 x 66 x 117 mrn) * PWR-I E65W-PC-DC=:5.9 x 2.6 x 4.6 In.(150 x 66 x 117 ni Weight *AN IE4000 models listed in Table 1'.6,36 pounds(2.88 kg) PWR-IE170W-PC-AC=:3,88 pounds(1.76 kg) PWR-11E170W-PC-DC=.,3.7 pounds(1.67 kg) PWR-IE50W-AC=,1.4 Ib(0.65 kg) PWR-IE50W-AC-IEC=,,IA Ib(0,65 kg) PWR-IE66W-PC-Dr-=:2.6(1.118 Kg) PWR-I E65W-PG-AC--,.2.7(1.24 li ................. Table 5. Switch Peftrmance and Scalability ForeardIng rate Line rate for MI ports and all packet sizes I Number of queues 4 egress Un[cast MAC addresses 116,000 III muttleast groups 11,000 Number of VLANs 1,000 I lPv4 MAC security ACEs 1„000 with def wit TCAM Template NAT translation Bidirectional,128 unique subnot NAT translation entries,which,can expand to tens of thousands of translated entries if designed properly Table 6. Cisco 1E 4000 LAN BASE:Key Software Features Iiiiiiiiialli'llimll llwlillln�ll'�ass 1 11 Iiiii Layer 2 Switching I(IEEE 118023,802.3at,802,3af standard:,Vi NTP,UDLD,CDP,LI Unicast Ma:fitter,Flex1ink,Resilient Ethernet Protocol(REP),Parallel Redundancy Protocol(PRP)„Vi EtherChannel,Voice VLANI,q1niq tunneling Security SCR SSH,SNMPv3,TACACS+,RADIIUIS ServedClient,MAC Address Notification,BPDU Guard,Port-$ecurlI Private VLAK DHCP Snooping,Dynamic ARP Inspection,,IP Source Guard,802,1 x,Guest VLAN,MAC Authentication Bypass,802.1x Multli-Domain Authentication,Storm Control,Trust Boundary,,Cisco TrustSece security,IEEE 81 IMACsec,PIP'S 140-2 Layer 2 Multloast 1IGMPi v2,v3 Snooping,IGMP filtering,IGMP Querier Management. Fast Boot,Express,Setup,Web Device Manager,Cisco Network Assistant',Cisco Prime'plafforml,MIS, SmartPort,SNIMP.syl Storm Control-Unicast,Multicast,Broadcast,SPAN Sessions,RSPAN,DHCP Server, Customized TCAWSDM size configuration,DOM(digital optical management) Industrial Ethernet UP Ethemetili Profinat W,IEEE 1588 PTP v2,NTP to PTP translation,CIP Time Sync j Quality of Service ingress Policing,Date-Limit,Egress queueing/shaping',AutoQoS,Modular QoS CLI(MOO) Layer 2 IlPv6 1IPv6 Most,support,HTTP over 1Pv6,SN MP over IlPv6 i Layer 3 Routing IPV4 Static Routing Indusibital Management Layer 2 switching wilh 1:1 static Network Address Translation(NAT) Utility Power Profile,dying gasp,GOOSE messaging,SCADA protocol classification,MODBUS TCP/IP,utility SmartPort �macro,SPID,Ethernet CAM,IEEE 802.3ah,CFM(IEEE W2,lai ... .......... ........... ........... Support after product General Availability 0 2016 Cisco anidfor Its affiliates.All rights reserved.This document is Cisco Public Information. Page 5 of 10 Tattle 7. Cisco IIE 40,010 IP Services.Key Software Fealures IP IMultloast PIM sparse anode(PIM-SM),.DINE dense mode(PJM-DM),and PIMI sparse-dense anode Industrial Management (Embedded Event Manager(EEM) IP Unlcast Routlrrg OSPF,S'IGRP,8i3Pwd,IS-IS Ri PtoOry-leased Routing(1318 )„1 Protocols Cisco Express Hardware n img architecture delivers extremely,hIgih-performance IP routing Forwarding i Routing RIPng,OSPFv6,and EIGRPv6 support Irtualite tton �VRF Isle Tattle 8.. Compliance Specifications Electromagnetic FCC 47 CFR Part 15 Class A. Emissions EN 551 Class A VCCI Class.A AS/i CISPR 22.Class A CISPR 11 Class A CISPR 22 Class A ICES 003 Class A CNIS13438 Class A KN22 Electromagnetic EN55024 Immunityv CiSPR 24 ASfNZS CISPR 24 KN2,'4 EN 61I100*2 Electro Stalin Discharge EN 6180043 Rodlated RF EN 6100044 Electromagnetic Fast Transients EN 61001 Surge EN',616f1Gi4-6 Conducted)RF' ENI 6161104-8 Power Frequency Magnetic Field ENI Eli l-49 Pulse Magnetic Field ENI 610004-11 AC Power Voltage EN 6110004-118 Damped Oscillatory Wave EN-610004-29 DC Voltage Dips Industry Starndard!s IEN 610OD-6-1 4iglht Industrial EN161000.6-2 Industrial EN 611011 lmdustdai ENI 61326 Industrial Control EN 611131-2 Programmable Controllers IEEE 1613 Electric Power Stations Commurdcations Networking IEC 61850.3 Electnle Substations Communications Networking EN56155 Raltwvay-Electronic Equlpment on Rolling'Stock(EMC,ENV,,Mach) EN150121-4 Rai Signaling and'Telecommunications Apparatus ENI50121-3-2 Railway-Apparatus for Rolling Stork ODVA Industrial EtherNetfiP PRCFtNET conformance B IP30(per EN6I1529) 2016 Cisco andior its affiliates.All rights reserved.This document is Cisco Public Information, Page 6 of 10 Safety Standards arid' 4 information.Technology Equipment: Cardflica0ons ?UUCSA 60950»1 EN 60960-1 CS to IEC 60950.1 with all country deviations. NOM to NIOM-01"CFI(through partners and distributor) Industrial Hoon(Control Equipment): UL 606 CSA 022.2,No 142 Hazardous Locations: ANSMSA 12.12..01 CSA 022.2 No 213 JE'C 60079-4,-151ECEx test report i EN160079-6,-15 ATEX certification(Class I Zone 2)Cabinet enclosure required) Operating Environment Operating Temperature:400 to+75C a-40C to+70C(Vented Enclosure Operating) •-40C to+60C(Sealed Enclosure Operating) -34C to,+75C(Fan or(Blower equipped Enclosure Operating) ENI 60068-2-1 EN 60068-2-2 EN'611163 Anlitude:up to 15,000 feet Storage Environment Temperatuum,40 to+85 degrees C AlStude:16,000 feet IEC 60W$-2-14 lRumldllfy Relative humidity of to 96%inon�-condensing IEC 60668-2-3 IEC 60068-2-30 Shock and Vibration 1EC 60068-2-27(operational shock,50G,11me,Half Sine) IIEC 601(NonOperational Shock,65-11013,9mi Trapezoidal) IEC 601 tEC 60068-2-64,EN 161373(Operational Vibration) IEC 60068-2-6,IIEC 60068-2-64„EN 61373(Non-operational N4bmtion) Corrosion ISO 9223:Corrasion class C3-Ntadium class C4-Hlgh EN160068-2.52(Salt Fog) j ENI60068-2.60(Flowing Mixed Gas) Others RcWS Compliance China RoHS Compliance TAA(Government) CE(Europe) Warranty Five-year Ilmlted HW warranty on ail IE-4000 PI Ds and all IE Power Supplies(see table 3 above).See[ink below for more details on warranty Mean'Tims Between iE40004TC4Cw»E.578,730 Hours Failure(MTBF) IE'4000-8T4G-E:591,070 Hours IE-4000-8S4G-E:683,700 Hours IE-400f14T4F+tG-E:562,300 Hours IE-4000-16T4C-E:558,310 Hours IE-44004 aP4E:535,880 Hours IE-4000-8GT4C E;:$911,240 Hours IE-4000-8GS413-Er 883,700 Hours IE-4000 4GC4Gp4G-E:560,940 Hours 1 IE-4000-16GT4G-E:558,630 Hours IE•4000-8GTBGP4G E; 519,190 Hours IIIE.4000.4GUGPI-E:536,220 Hours 01 2016 Cisco and/or its affiliates.All rights reserved/.This document Is Cisco Public Information, Rage 7'of 10 Table 9. Management and Standards N i IEEE Standards *IEEE 802,1D MAC Bridges,STP 0 IEEE 80Z 3af Power ever Ethernet 0 1E EE 802.1p Layer2 COS jorlorftafl on 0 IEEE 8023st Power over Ethernet Plus 0 IEEE 802.1cl VLAN e IEEE 802,3ah,I DOBASE-X SM FJMMF only. 0 IEEE 802.1s Multiple Spanning-Trees a 11 EE E 802,3X fulll,d1uplax on 1 OBASE-T * IEEE 802,11w Rapid Spanning-Tres 0 IEEE 8102.3 110BASE-T specification 0 IEEE 802.1x Port Access Authenticallon 0 IEEE 802.3u I GOBASE-*rX spocification 6 IEEE 80 ,IAB LLDP 0 IEEE 802.3ab I OOOBASE-T specIficallon * IEEE 802.3ad Un k Aggregation(ILACP) 0 IEEE 802,32 1000,BASE-X specification 0 IEEE 802.3af Power over Ethernet provides up to 0 IEEE 1588v2 PTP Precision Time Protocol 11 5AW DC power to each and device 0 IEEE 802,3at Power over Ethernet provides up to 25.5W DC power to each end device RFC Compliance * RFC 768:UDP RFC 1305:NTP 9 RPO 783:TF IP RFC:1492:TACACS+ a RFC 791:IPv4 protocol RFC 1493:Bridge MiB ObjecIs P RFC 792:ICMP * RFC 11534:DHC P and BOOTP Interoperation 0 RFC 793,TCP RFC 11542.,Bootstrap Protocol a RFC 828:ARP RFC 11643.Ethernet interface IMIS 0 RFC$54:Telnet RFC 11757:RMON a RFC;951:BOOTP RFC 2068:HTTP 0 RFC 959:FTP IRK 2131,2132.DHCP 0 RFC 11157:SNMPv1 0 RFC;2236:IGMP v2 - -IRFC1901,,1902-1907SNIMIPv2 0 RFC;3376:IGMP v3 a 0 RFC 2273-2275:SNMPV3 0 RFC:2474:Dill Premclance 0 Rill 2571:SNMP Management 0 RFC 3046:DH CP Relay Agent Information option 6 RFC 1166:IP Addresses - RFC 3580:.802.1x RADIUS 0 RFC 1266:ICMPRoutar Discovery 0 RFC,4250-4252 SSH Protocol SNMP MIB Objects 0 BRIDGE-MO 0 CTSQO-SNMP-TARGET-EXT-MIB &CALISTA-DPA-W 0 CISCO-STACK-MIB 0 CISCO-ACCESS-ENVMOWMIB 0 CMCO-STACKMAKER-MIB a CASCO-ADMITS SIGN-POLICY-MIB a CISCO-STP-EXTENSIONS-M]IB 0 CISCO-RUTH-FRAMEWORK-MIS 0 CISCO-SYSLOG-MIB 0 CtSCO-BRIDGE-EXT-MIB 0 CISCO-TCP-MIB *CISCO-BULK-FILE-MIB 0 CISCO-UDI-1 0 CISCO-CABLE-DIA -MIB 0 CISCO-'ALAN-IFTABLF-RELATIONSHIP-MllB 0 CISCO-CALLHOME-1 0 CISCO-VLAN-MEMBERSHIP-MIB 0 CISCO-CAR-MIB 0 CIISCIO-Vrp-MIB a CISCO-COP-Mls 0 ENTTY-MIB *CtSCO-CIRCUIT-INTERFACE-MIB a ETHERLIKE-MIB o CISCO-CLUSTER-MIS 9 HC-RMON-MIS *CISCO-CONFIG-COPY-MIB 0 IEEE8j02I-PAE-MIB CISCO-CONFIG-MAN-Mill 0 IEEE8023-LAG-MIS CISCO-DATA-COLLECTION-MG 0 IF VSC0-DHCP-SNOOPINlG-Ml1B 0 IP-FORWARD-MI!B CISCO-EMBEDDED-EVENT-MGR-MIB o LLDP-EXT-MED-MIB CISCO-ENTITY-ALARM-MIB 0 LLDP-EXT-P'NO-MIB CISCO-ENITITY-VENDORTYPE-O$D-MIIB e LLDP-1 CISCO-ENVMON-MIB 9 N'ETRANGER CISCO-ERR-DISABLE-MG 0 NOTIFICATION-LOG-MIB CISCO-FLASH-MIB 0 OLD-CISCO-CHASSIS-MIB o CISCO-FTP-CLIENT-MIlB 0 OLD-CISCO-CPU-MIB & CISCO-IF-EXTENSION-Il *OLD-CISCO-FLASH-MIS 0 VSCO-IGMP-FILTER-MlIB 0 OLD-CISCO-INTERFACES-MIIIB 0 2018 Cisco and/or Its affiliates,All rights reserved.This document Is Cisco Public informallon, Page 8 of 10 SWI +'CISCO-IMAGE-MIB *OLID-CIS'G0-INS-IMIIB r CISCO-IP-STAT-MIB # ANLL?-CISCC3-tli EMORY-141VB •CISCO-LAG-MIB * CLD-CISCO-SYS-I'MIB< • WCO-1LOCENSE-MGMT-MlB •OLD-CISCO-SYSTEM-MIB w CISCO-MAG-AUTH-BYPASS-IMIB w OLD-CISC O-TCP-MIB .CISCO-MAC-NOTIFICATIONI-MIB •OLD-CISCO TS-IMIB •CISCO-MEMORY-POOL-MTB • R'IMOMIM'B w CISCO-PAE-MIIB 0 RMON2-MIB CISCO-PAGP-MIB . SMON-MM • CISCO-MNG-MIB * SNMP-COMMUNITY-MIB •CISCO-PORT-QOS-MIB •SNMP-FRAMEWORK-MIB ■ CISCO-PORT-SECURITY-MIB 0 SNM P-MPC?-MIIB CISCO-PORT-STORM-CONTROL-MIB • SWAP-NOTIFICATION-MIIB CISCO-PRIVATE-VL„pAN-MIB r SNMP-PROXY-MIIB CISCO-PROCESS-.MIIB *SNMP-TARGET MIB •CISCO-PROOUCTSWM S *SNMP-UIS'WMUB • CISCO,--RESIILIENT-ETHERNET•PROTOCOL-MIB +SNMP-VIIEW-BASED-ACM-MIB •CISCO-R'TTMON-ICMP-M11B • SNMPv2-MIB e CISCO-RTTMON-IP-EXT-MIB *TCP-M11B •CISCO-RTTMON-MIB * UIDP-MIB *CISCO RTTMON-RTP-MIB Table 10. SFP support i GLC-FE-100FX-RGD= 100BASE-FX IFE 2km IMIMF IND Yips 3LC-F`-1ddLX-R(il7 IMEIASE-LX1d1 FE 1010ra (SNIP IND Yroe j GLC-FE-IIOOFX= 100BASE-FX FE 2km SMFCOM No GLC-PE-IOOLX= 1 EASE-L 14 (FE 10IM SMF' COM No GLC-FIE-100EX= 100BASE-EX FE 140km SMIF COM No GILC-FI-10== 100BASE-2X FE 60km i SMF OOM I No i +GLC-FE-100BX-Dx, IDDRASE-BX10 FE 1Skm SMF COM No {SLC-F'E.IOOBX4)m 113013ASE-BX10 FE lokmrr SMF COM'' Yes GLC-SXWIIM-RGD= I OOOBASE-SX GE 550m MMF G IND Yes GLC LX4M-RGD+ 1B IIB ASE X LMi GE 1550rn/lOkm MMFISMF IND Yes GLC- X ,M-RGD= IODOBASE• X GE 7'4km SMF IND Yes GLC4BX404J4= 1000BASE-SX40 GE; 40km SMF I IND Yes +GLC-BX'40-04= IOOOBASE-SX40 GE {40km SMF IND l Yes GLC-BX40-DA4= IOOOIBASE-BX40 GE 40km SMP IND Yes GLC-BX804U4= 1OOOBASE-SX80 GE �80kmbt SMIF �IND i Yeas GL.C43XB04D4= 100OBASE-BX80 GE 80km SMF PPP IND Yes GLC X-MMIMD= I0008ASE-SX GE d 550m MMF @ EXT Yes GLC-LH-SMD-D— 1OOOBAaE-LXIL GE 55ornflOkmi MMFISMF EXT Yes GLC-EX-MdMMD= IOOOBASE-EX GE 140km SMF EXT Yes GLC- X-M MID= 1OOOBASE-XX GE 70km SMP EXT Yes GLC-BX-D= 1000BASE-BX10 GE 110km SMF !COM Yes GLC-BX-U= 11000BASE-BXio GE 10km SMF I COM Yes CW DMA-SFF'-xxxx=Q8 ftgq) CW DM 1 OOOBA E-X GE SMF COM Yes I WWDXIM-SFP-xxx (40 frog) DWDM I000BASE-X GE SMF GOM yes SFP-GEIS= 100OBASE-SX GE 550m MMF EXT Yes 0 2016 Cisco and/or ds affiliates.All riObts reserved,Thlis document is Cisco Public information, Page 9 of 110 iuuuuuuuiuuli iw+r SFP-GE-L= 1000BASE-LX/LH I GE '550000krm fi M1MtFISMaFEXT` Yes SFP-GE'-Zx 1000BASE-ZX GSE 70kM SMF EXT �"Yes GLC-SX-MM= 1000BASE-SX GE 65orn MGMIF COM No GLC'-LH-aMb' 1000BASI- d-H GE 5 0rrV10krn M4MIFISM�F' Com No GLC-2X—SriM= 1000BASE-ZX I E 70krn I SMF com Yes GLC-TE!= 1000BASE-T GE loom Copper EXT NA �Gt C T 1000HASE-T GE 100M firer COMM NA Note: Not all SFPs supported In alt Stipa/versions.For first software release supporting EFP refer to htt ://ww v. isco.com/eniU a/ rodu ts/hwlmoduile§l s54 5/ roadu tt» device support tables list,htmil .It non Industrial(i.e,,EXT,COM)SFPs are used the switch operating temperature must be derated/. MtIMF multi-mode fiber SMF=single-mode,fiber Warranty information Warranty information for the IE 4000 is available on ht_tp://www.cisco-servicefiinder.com/warrantyrndeir.as-X. Cisco Capital Financing to Help You Achieve Your Objectives Cisco Capital can help you acquire the technology you need to achieve,your objectives and stay competitive,We can help you reduce CapEx.Accelerate your growth.Optimize your investment dollars and ROI,Cisco Capital financing gives you flexibility in acquiring hardware,software,services,and complementary third-party equipment. And there's jiuist one predictable payment.Cisco Capital is available in more than 100 countries.Leam more. rll � ItaN� �, ItI CISM Americas Headquarters Asia Pacific Headquarters Europe Headquarters Cisco Systems,Inc, Cisco Systems(USA)Pte.Lidi. Cisco Systems International BV Amsterdam, San Jose,CA Singapore The Netherlands Cisco has more than 2'00 offices worldwide.Addresses„phone numbers,and fax numbers are listed on the Cisco Website at wv+;rwvw.clsco,comlga/offices. rrr Cisco and the Cisco Logo are trademarks or registered trademarks at Cisco and:/or its affiliates in the Ui.S,and other countries.To view a list of Cisco trademarks, go to this URL:www,cisco oumv"go/trademarks.Third party trademarks mentioned are the property of their respective owners.The use of the word partner does niCot imply a partnership relationship between Cisco and any other company.if t 10Hl NOW In USA CTB-733058-05 0216 2016 Claw aind/cir its affiliates.All rights reserved/,This document Is Casco Public Information. Page 10 of to �rraarr r rr�/r� �r r i m i III dltllffiiw iii lir,V% i A j irrr The web-based access provides Google /� Managing Starts N a secure login for analyzing data V le Maps anywhere.This console provides Understanding w an Intuitive way of managing ruses An intuitive and familiarunits or 1, Interface provides a means � based software arellntkl tgdi I it 7tt,I navigatingof CS into the fabric u. 4'AIV of Acyclica's analytics software. r ri2 Ranging from Purdue Coordination Diagrams to the B ARIC Metric,Acy- clica brings numerous Measures of If p ' � .. � Tu y�I a aJll r##�,i P �°�� T fectiveness to hand. n'kVtfrVk,4Intu6W� .. Ploe'eC°hec'Hi ° w'�,��and'•a^ P',uii,d tiyddP ddrri '. In'TCP I*Vme„ 'r C means of as a iP Acyclica Point and click Origin sestina Au<Nw 6, caI as a u oa�,�� tion analysis Is an easy way of u�hn s o r °”' Inter-opera visualizing the way traffic flows Sq wrc P,6kdr 1 if'gd i Card r" bila"firirato a range of ATr�S systems, I' IIA4 , throtaghcauta city. r I� �. f 1Y dl�6PM1 Add as many users as you would like at no additional cost. 'rhe cen Analyzer' trap backend provides a sins pie way CyClia of inter-agencydata sharing. The Acyclica Analyzer is designed to transform massive quantities of data into meaningful traffic information, From pint-arid-click origin-destination analysis to rezrl.tlm onges- All data Is stored and replicated tion mapping,the Analyzer is designed to help understand how people are movie e on multiple databases ora ensure pp g � p p g° Threliable and persistent data,we software runs in any standard web-browser and provides an intuitive interface without the sure data forever so you always hassle of installing additional software, have an accurate record of traffic information, Performance Metrics Route Delay Traffic Adaptive tiv WWith just a few clicks,the Acyclica Routes can be created using two or With Acyclica Analyzer and Compass Analyzer provides numerous twenty or more devices. WWith the Route technology,Traffic Adaptive systems performance metrics including l_P;RIC. Delay report,the intersection wait times can be easily tuned to maximize Reports can easily be saved as images or for all intersections can be viewed to performance. Using Compass data as PDFs for quickly sharing information. identify problem intersections, an input,TA can respond in real time. ,. J'r 2 TI-0 Ekmw lanrwwaatl , 42 ka MOO.N8".t"t .um l qr ., ew k 1 t Delay Matching Algorithms Route Analysis Only Wilifi provides the necessary data That is travel time?As it turns out, By analyzing complex routes one to be able to measure intersection this is not a straightforward question, segment at a time,AcycHca Analyzer delay.The Acyclica Analyzer provides an Acyclica uses multiple travel-time helps to identify congestion events intuitive graphical way of monitoring matching algorithms and provides all and understand their greater impact. how long vehicles are waiting for direct the data to users to permit sophisticated Selecting routes and comparing queue measurement, With Compass analysis. These algorithms can be used different days data is just a few clicks sensors in a grid configuration,Acyclica to quantify the efficiency of timing plans away. Analyzer can iidentify delay by phase for along corridors to minimize congestion. signal timing optimization. rt,;u20113 Acydic,2,im,,: 3211 West Main St..Suite 201,!6$,,'r,CO 80443 riI Data Collection SILIP,Effior hnfor 'Irnatian A or ......... CONGESPON MANAGOAFNir Is more than just travel-times. Acyclica augments this data by measuring Intersection delay by phase providing tools for traffic engineers to mitigate congestion. PERFORMANCE ME1 RKS are integrated Into the fabric of Acyclicas;analytics software. Ranging from Purdue Coordination Diagrams to the LA Route I nWw- tion Coordination Metric,Acyclica, brings numerous Measures of Effectiveness to hand NTL EROPERABUTY I'USB Acyclica complies with both NTop Center-to-Centerand theTMIDD USS port for extemal data, v3.0 protocol as a means of sup- storage o"qualified peripherals., porting inter-operability Into a including GPS and certain, range of ATMS systems. cellular moderns. BY114E INLUBEIRS .......... How does Roaffrend stack up to Road'Frend"" the competition? This is the workhorse of congestion data collection. Designed to optimize the collection -­',''','','",.°°°°..-°°°° Records W Hour process,Roac[Trend can collect over 240,000 records per hour,providing a new benchmark ..................... t Sampling Rate in performance. By collecting exclusively Wifi data,RoaclTrend passively collects MAC ad- ............... dresses with signal strength-allowing determination of relative proximity and the ability Data Latency-,-.,, to actually measure intersection queueing.The compact data collection device needs only .,Accuracy power,communication and a 2.4GHzantenna and the rest is plug and play. Wif'i dntersecflon Delay Passhie Data Collection, The ubiquity of Wifi-enabled devices RoaclTrend makes it possible to measure Unlike Bluetooth,which relies on makes RoaclTrend the perfect solution congestion,notJust travel-times. Along an Interrogation and responsefor for real-time,operations-oriented data. with Wifi comes the ability to detect collecting data,%rifi Is completely Higher sample rates translate to more ac- intersection delay at all approaches passive meaning that the sensor curate origin-destination,more reliable with a single sensor at distances of only listens. Passive data collection travel-times and higher quality informa- up to 1/8 of a mile.Together with the eliminates the possibility of Interference tion. With RoaclTrend,you can accurately Acyclica Analyzer software,delay can be with other 2.4Ghz equipment such as manage congestion in real-time. analyzed for each phase. wireless radios or other access points. Technical Specifications DeAkated ScanYiry Temperature range -2r0*to 7a5a"C(industrial option:40'to 85'C) The RoadTrend aytimizes data capture by scanning for onlWIfi devices, SI1gr;M Stro.,.ngl)w iAlednq Dimensions 177HX427WX6,30L Scanning sensitivity can be dynamically adjusted by limiting the signal strength of power consumption <5 Watts detection. Arionyvr[ly MAC address hashing can take place on Connectivity(wired) 10/1 GOBaseT RoadTrend to maintain privacy. Shrnpk,:fintegiradon, wifi 1 Watt 2.4Ghz Radio An advanced API is available for users inter ested In integrating with existing systems nMTBF� �>$00�,000hours Web 0nteiface Built In web server for devIce management Data Storage Capacity OOMB(Inlemal)�32GS(USB storage) 02014 Acyclica Inc. 323 West Main St.Suite 20Z.Frtsco,CO 8049;1 Agency Name: Project: Date: Specifications for 2 Wire Accessible Pedestrian Signal (APS) SYSTEM DESCRIPTION The Audible-Tactile Pedestrian Signal System shall consist of all electronic control equipment, mounting hardware, push buttons and signs, which are designed to provide both a push button with a raised vibrating tactile arrow on the button, along with a variety of audible sounds for different pedestrian signal functions. Substantiating documentation for meeting ISO, NEMA, IEC, and FCC requirements must be supplied from an outside Testing Services Laboratory. 2W APS Specification Checklist Page 1 of 5 Version 1.03 General Description 1. The System shall consist of a Central Control Unit (CCU) and Pedestrian Push Button Stations (PBS), as described below, and an iOS device w/the iOS client application or Windows PC with BLE dongle and Windows client application, for programming the system settings. 2. The System shall be manufactured by an ISO 9001:2008 (minimum) registered company. 3. The System shall meet the requirements of Made in America and/or The Buy American Act. Design Compliance 1. The System shall meet the functionality requirements of MUTCD 2009—4E and CAMUTCD 2011—4E. 2. The System shall meet NEMA TS 2 Section 2.1 Temperature & Humidity requirements, or TS4 equivalent. 3. The System shall meet NEMA TS 2 Section 2.1 Transient Voltage Protection requirements, or TS4 equivalent. 4. The System shall meet NEMA TS 2 Section 2.1 Mechanical Shock and Vibration requirements, or TS4 equivalent. 5. The System shall meet IEC 61000-4-4, IEC 61000-4-5 Transient Suppression requirements. 6. The System shall meet FCC Title 47, Part 15, Class A Electronic Noise requirements. 7. The Push Button Station (PBS) Enclosure shall meet NEMA 250—Type 4X requirements. 8. The Central Control Unit (CCU) Enclosure shall meet NEMA 250—Type 1 requirements. Functional Requirements 1. The System shall support at least 16 PBS's per intersection (on at least 1 channel) controlled by a single base unit located in the traffic control cabinet. 2. The System shall be able to be set to vibrate a tactile arrow button during the WALK interval following a button push and/or every time the walk comes up. 3. The System shall have the field-selectable function known as "LOCATE TONE".This means that during the FLASHING DON'T WALK and the DON'T WALK intervals, the system shall provide a locating tone that emanates from the Pedestrian Push Button Station.The system shall provide at least 3 different sounds to choose from. 4. The System shall have the field selectable function known as "Extended Push Activation". This is defined as the audible WALK message shall only be activated and audible during the WALK interval if the button is depressed for a field selectable minimum period of time (from 0.5 to 6 seconds). Also, for the following walk and clearance intervals,the volumes have a separately settable minimum and maximum volume level. 5. The System shall have the field selectable function known as "Informational Message".This means that a custom message giving the location of the street to cross and the intersection (or other information) will be vocalized only when the button is depressed for a minimum field selectable time. 6. The System shall provide a "Wait" message that plays once the button is activated until the Walk cycle goes into effect.This message must have the field selectable option of OFF or repeating every 4, 6, 8 or 10 seconds. 7. The System shall have standard "Travel Direction" options that can be selected at the time of installation. 8. The System shall have at least 10 field selectable WALK sound options including a cuckoo, a chirp, an MUTCD rapid tick or custom voice message. 9. The System shall provide at least 7 Ped-clearance sound choices including audible countdown (field selectable). The audible countdown shall represent the time remaining during the pedestrian Clearance interval.Timing is automatically adjusted to the CLEARANCE INTERVAL timing, provided by the traffic controller. 10. The System shall provide 2 language capabilities, selectable by user(as a field selectable feature). 11. The System shall provide an Emergency preemption message in conjunction with a preemption system (selectable feature). 2W APS Specification Checklist Page 2 of 5 Version 1.03 12. The system LOCATE TONE,WALK, and DON'T WALK audible features shall have independent assignable minimum and maximum volume limits. CLEARANCE volume level shall be controlled by WALK volume setting. 13. All sounds for all PBS's shall be synchronized. 14. The system shall have a non-visible, ambient sensing microphone located in the pedestrian station in an environmentally protected housing. 15. The LOCATE TONE volume shall adjust automatically in response to ambient noise with field selectable adjustment levels from -30dB below to +20dB above ambient in 2.5dB increments. 16. All other sounds volumes shall adjust automatically in response to ambient noise with field selectable adjustment levels from -30dB below to +20dB above ambient in 5dB increments. 17. The system shall utilize high quality digital audio technology, with a minimum 16-bit sample at a 48 kHz sample rate. 18. The PBS firmware and voice messages shall be updatable via Bluetooth.There shall be no requirement for the IC chips or module hardware to be removed or exchanged in order to complete a firmware or audio update. 19. The System shall have the option to mute sounds on all crosswalks except activated crosswalk (selectable feature). 20. The System shall have a real time clock capable of keeping time when there is no system power, for at least 2 years from the date of manufacture. 21. The System shall have the ability to have four separate program configurations with all features available, and any single configuration can be selected through an external input. 22. The System shall provide a user settable calendar function, allowing four separate configuration profiles to be configured to become active at different times of the day on a daily,weekly, or holiday basis. 23. The entire System shall be configurable from any PBS over Bluetooth. 24. The entire System shall be configurable from the CCU over Wi-Fi or Ethernet. 25. All field access to selectable options using a Bluetooth, Wi-Fi or Ethernet devices shall be protected using password security. Central Control Unit (CCU) - The CCU is the control unit that provides data for the Push Button Stations. The CCU shall be either a shelf mount (CCU-S) or rack mount (CCU-C) assembly. 1. The CCU-S shall be installed inside the Traffic Cabinet and powered by the AC supply mains (115 VAC). 2. The CCU-C shall be installed inside the 300 series Traffic Cabinet's Input File, replacing 2 PED isolator boards and receiving power from the rack(24VDC). 3. The CCU-S shall provide internal power to operate up to 16 PBS's. 4. A 24 volt power brick shall power up to 16 PBS's in a CCU-C configuration. 5. The CCU shall control at least 16 PBS's. 6. The CCU shall be logically configurable to assign any PBS to one of 16 traffic phases. 7. The CCU-S shall receive pedestrian phase Walk, Don't Walk and Clearance inputs from either the traffic cabinet load switches or an SDLC input. 8. The CCU-C shall receive pedestrian phase Walk, Don't Walk and Clearance inputs from a Transport Electrical Equipment Specification (TEES) C4S connector. 9. The CCU shall be able to self-test all PBS's and put a corresponding phase into recall should a PBS assigned to a phase fail the self-test. 10. The CCU-S shall provide optically isolated general purpose inputs. 2W APS Specification Checklist Page 3 of 5 Version 1.03 11. The CCU-S shall be used with a 4-cable interface harness assembly. 12. The CCU shall have internal storage to log several hundred events with a date-time stamp for each event. 13. The CCU shall have an internal real-time clock capable of being set in the field and propagating the time to each connected PBS. 14. The CCU firmware shall be updatable via either Wi-Fi or Ethernet.There shall be not requirement for the IC chips or module hardware to be removed or exchanged in order to complete the firmware update. 15. The CCU shall monitor PED interval conflicts and signal affected PBS's to an off state when a conflict occurs. 16. The CCU-S shall meet NEMA 250—Type 1 enclosures requirements. 17. The CCU shall have a backlit LCD screen and button interface to allow placing test calls and display status. Pedestrian Push Button Station (PBS) - The PBS allows the pedestrian to place calls to the traffic controller and provides vibro-tactile feedback during the Walk cycle. This equipment is typically mounted on a pole, near the start of the crossing. 1. The PBS shall be mounted to a pole by banding or bolting. 2. The PBS shall be a single fixture that contains a 2" activation area, in which resides an ADA compliant vibro- tactile push button with a raised directional tactile arrow, and a sign mounted above the button. 3. The PBS Speaker shall be 8 Ohms, 6 Watt, and weather-proof. 4. The button shall be cast aluminum, nickel-plated and powder coated black around the arrow, to provide high contrast to arrow color.The PBS arrow shall allow for change in orientation to one of four directions. 5. The PBS Arrow Button Actuation shall use Hall Effect Sensor technology rated to greater than 20 million operations. 6. The PBS Arrow Button Push Force shall have three adjustable pressure settings between approximately 1 and 3lbs to activate a button push. 7. The PBS Arrow Button shall pulse and vibrate at approximately 20 Hz with displacement factor based on pounds of force used to actuate. 8. The PBS shall have a rear facing speaker projecting sound from front and back, providing 3602 omnidirectional sound performance. 9. The PBS shall include internal Conflict Monitoring that monitors WALK, and DON'T WALK input signals for conflict conditions; disables system operation and logs errors if conflict occurs. 10. The PBS firmware and voice messages shall be updatable via Bluetooth.There shall be no requirement for the hardware to be changed out to update. 11. The system shall operate with the vendor's client application to record and upload cumulative ped count&call data. 12. The PBS shall meet or exceed NEMA 250 type 4X enclosure requirements. 13. The PBS Construction shall be: I. FRAME: Cast Aluminum, Powder Coated. II. HOUSING: Reinforced, UL-listed Thermoplastic. III. MESSAGE SIGN:Aluminum, Powder Coated, Ink Markings, or Reflective Vinyl Sheeting IV. PUSH BUTTON: Aluminum, Powder Coated. 14. Electronic circuits (printed circuit board assemblies) shall be in a water-tight housing/enclosure or encapsulated with a thermoplastic polyamide having a UL94-VO flammability rating and allowing light and RF transmissions (i.e. over-molded), for environmental protection.The housing/closure or encapsulation shall be capable of providing NEMA 250 4X protection to all covered components. 2W APS Specification Checklist Page 4 of 5 Version 1.03 15. The PBS Message Marking at the time of order may specify the Message Sign Markings to be the International Walking Person or the Informational Explanations for the three (3) distinct pedestrian displays (WALK, DON'T WALK, and PED CLEAR)that a pedestrian would see on an active pedestrian signal. Field Programming via Client Application (Apple iOS v8.0 or higher devices or a PC with Windows 7, 8 or 10) 1. The iOS and PC applications shall be upgradable. 2. The iOS and PC applications shall notify the user when a newer version of the client application is available. 3. The iOS and PC applications shall notify the user when newer PBS and CCU firmware is available. 4. The iOS and PC applications shall provide the mechanism to download the latest PBS and CCU firmware. 5. The iOS and PC applications shall be capable of setting all volumes and features of the APS system specific to the PBS's. 6. The iOS and PC applications shall be capable of setting/updating configuration options for a single PBS or all PBS's on the intersection for most functions from a single PBS or CCU. (Global updating). 7. The iOS and PC applications shall be capable of storing, modifying, loading, and emailing PBS configuration settings. 2W APS Specification Checklist Page 5 of 5 Version 1.03 PO Leader in APS Solutions dr➢Yy'�IVIVNwr!� n�K�rrax r✓al ��%%r�ii/%UWierory/���f➢1 J �����)VI�U'I�IIDVu�ry if / i) " IIwa ���yy�i/✓r�r/r/omro0i,ry�a uri/mAZyDfsirom i r P I START CROSSING LlWatch for Vehicles DON'T START Finish Crossin11 W 10 g It Started M.'ADY DON'T" CROSS PUSH BUTTON � T l CROSS � ,,,,iii//�/r✓��✓r�i»,ri✓Di%lion l � r Call year dealer hw more inhwmation, or visit ISO 9001:2008 Certified • Made in USA G)Pblam All riHl iits rebored PO",kA l i�4tiiolr9! ���,,�I Leader in APS Solutions Modernize Your , APS Technology with the miNavigator 2-Wmire System It r �I PUSH-BUTTONSTATION ak u �m � � Advanced pushbutton technology allows a selectable actuation farce uO�V ��'" ''" 3600 dual-side speaker output and instant response to ambient �o a tB CIO Intersection sound synchronization Over-mold protection for electronics Hall-effect pushbutton, longer life and reliability iiCCU CONTROL UNIT Remote communications and programming over Ethernet Multiple systems to meet your needs,TS1,TS2 (SDLC) and 300 series card Reduced cabinet wiring with card rack and SDLC controller options i LCD screen real-time status with Wifi connectivity for easy programming of intersection Up to 4 channels, 16 buttons fAN,. APPLICATION ACCESSIBILITY •Wireless communication/programming per IEEE 802:11 and 802.15.1 Easy, fast and secure programming options Apple° iOS APP and Microsoft° PC APP ARS Connectivity Accessibility, and Confidence with Independent La T sting� NEMA TS2/Temperature/ Humidity/ Mechanical-Shock-Vibration/Transient Surge ISO 9001:2008 Certified Made in USA POLARA.COM 100 Maple Street,Commerce,Texas 75428•903-366-0300 G)Polars All riHl,ts rebored `+a�®m®`®aa3 a I rme!S I tl ry3tl 31.86 saawas 5uua6u!5u3 10 juawpodea esmzoa �d rrN N" I oga2o,max,a Nouvleaa�va11N3".N�if31M SV'X31 X3®NI 133HS 31111 r g Cv 9EBs9 ..'S .ua�ane aadNoa,ew US18HO snda00 {® A110 3YKV9]W] P 1NNY9 / _ _ r$ 1E I J $ N H3OH0 )ISVl-V[03 ON0S-S1N3W3A0WdK 5 ttli k• a� ° ONUH011 ONV S"IVNOIS OlddVdl ~ ..�o••i�.. m x'" U) cis Npldftl:Y53n a8 I 3m0 'ON mmNWtlWPw AB 31VO 'ON NOISY 20 Vg Q W U p ® zi ® a � 12a 8®8cv._�e-�em._��$�tttt 8�8SSS8�G�r-r_.. ti�w 12 8888888S�rn« n` S�S���� S2 $8S w_ v ^888888888 . ttettt6,� ";88c v vB�W� ate® " e Ss �EcEc8c8cv-- G gut'sinto � gut$ C .».r3»+`-ii® iiiiiiiiti$$800==tea—�sioei.N wza 3? x ud vuv �� ®vm�vm�vm�d� i9W°�WWWE'� o� 3?3 3333 a naa uV x� v x $"NN2 mmnntinn ®Nmm®m®68mNwwwwanamS$------®..® .=== -�iTz� o w r = es W 12 u5uu o O 1,12 g5F�u �gg_2N g 32 zg 5zP g zQ 41.22 o Q xus p®4z 1.41.2 ga41. 1.41.2 - g �u� g3®t d ® gi�o2 g=t2® KM gztoa giA z 1. i E 1. F2 g x Fi $<2 3°� $cu � r m a o2a2aa2w z emg z z Y AMPARt =Z T! ..:Rare 2922ANB � (n n b w z ° � � z � g 3 2 -u 1* � v w � rL wow Z � n. c d ® � u 3 c`1. M 0 Qb, 1 RVN 98L N s Im c° 4 m3umm xv 1. BL"A all ,c 1 v _ =n NUXiS ��N3n -1-. U�3A, �4ttt?�,,>, I'll,ll-1�11.1— N SVX31 ITICIIHOS DNIUS]i IIS18HO sndaoi io ,lilaH699 ........................... DNana OCIVNOCIIVV4 Z#H3aHO NSVI-VIOZ GN0G-SIN3Vl3A0HdV41 CY DNII1iDI-1(INV S-IVNEMS 01=J=JVHl 1. I N01-1-SM ON NOISIIII 6"No I, .....................j I tJ L cl) 0 0 c) V1 Z < zw v) C5 Q 0000 w Z 11 LC C) CJ 11 O W Gl CJ W C3 o . . . w. 11 w< Q 0 wx lw 0 P Z w, u m w Z w0 CD < C, z P w vll < w < 1w 0- O �n w. < z !.. w ') z < o z CL z z Z o z w 0 w < < � < w o z j U , 0 ww < C, zi 0 1.) , Z u z < w m - C, < r- tt Icy- R) u < 0 V) z R 7, mz w V L---L-u I I -1—. U�3A, �4ttt?�,,>, I'll,ll-1�11.1— N SVX31 ),�JVAMS SIliliNvno aiimisi IIS18HO sndaoi io ,lilaH699 ........................... DNana OCIVNOCIIVV4 Z#H3aHO NSVT-VIOZ GN0G-SIN3Vl3A0HdV41 /a, w: " -- a A -1(INV S-IVNEMS 01=J=JVHl DNIIHDI C/) iv 1. I N01-1— ON NOISIIII 6"No I, .....................j I z v, ui . . . . . . .. . 1 c I V) ............ 0 z (D WWI, 04 aoz Q7 . ......'I'V----lZ ---I, cj < ............. 01- - x z LLJ 0 z LLJ ui z cy lw wl lw lw W z ......... cs z < z LY U) L) U- tz urUZ o G .1 000 "I ol z Iz -o 11 d d 41 I—ol .1 -1 Ja T Ll -11----1--I --I--I I ]:Am N- -1—. U3A, JO -L33HS 6s, SVX31 ),NVAAf)S NMOG >iVIN9 ,It IIS18HO sndaoi io AilD NOUDIS2Jl1Nl 1VNOIS OIJJV�ji H699 ........................... DNana OCIVNOCIIVV,4 Z#H3aHO NSVT-VIOZ GN0G-SlN3Vl3A0HdV41 CY a -1 GNV SIVNEAS 01=1=]Vul ONUH01 cf) iv 1. I N01-1— ON NOIS1111 6"No I, .....................j I 7 air. L3 L3 'o T ———— ——————— gxw N,w> (2)z w> . . . . . Sw . . . w 1 6 < @ < w >�z .N < < <t 1. z, 0, S On. 0.- O�- Cl) tt� tttt�t LD oo . 1 Lu s 1. 1.. . . . . . . C-4- 0- cn I E CJS 2(..51 xtUS d z V) d -j < &wQ F�" . G. v� 10 >O Gd < m I Hill III I 40 0 0 z I Hill < < wa ( 2 0, 1".. ND a" s I -, 15�,, 'N THT < I- tz z< I z -o HT TT go- 19 . . . . . . . 0 2 0 C', w< ......... d- +d ----vl— z 7 T lw Uz w .1o 11 tOz G E 11 11 7 o I lE I- wlw I < V, Wl I w 65 < a' s> > < al < -w < u < > o S z > < ,0 z u u u U3A, F JO Z 133HS 6s, sae SVX31 ),NvmnS NAA00 AV160 .. IIS18HO sndaoi io ,lila N0liD3S631N1 NVNOIS 31_A3Vdi ..................H699....... DNana 0C)VNo(1lVVl4 Ln Z#H3aHO NSVI-t,[OZ GN08-SlN3Vl3A0HdV41 a -1 GNV SIMMS 01=J=JVHl ONUH01 iv 1. I 401-1- ON NOIS1111 6"No I, .....................j I 'w% zzzwm ¢<ocem 'ITTr.I TITwzLwzW I I 0 6 L ��o 0w 2 0 C, wo na 0 om 00. .0 N. z3 za riin LD LLJ O-zo ...... Ft cl< .,-< WZV 3� . . . . . THIT ) Ll TN I'd) oN Z ul m w,z o < 0, Z' ---IN-NINN <c �o < O� z< < is o << <1.1 W<W<W<W<W< I I < w W 1. 1< <I < < << z < Ll z 2 < LLF Sl N wo 9,9z z z o o 2 < o 3-E I do 00 wl P, lw 0JO o o w< u S S 'w Wl I I I m< 1�W d CI .( LO W- 2'E �o k'k' �f ,2 1 w� ds 3 2 m< On o— It z t s < E wx w u w Q Q 5 wl o-o 1z' w wT 6 t 'k EAtN do I I I I"k 00-i"I'd -4- m'-I I L -dd,-Idd — 3 , 1-. U� A �4ttt?�,, ll-1�11.1— N SVX31 VIVG ]DINJIS �VM..IU3111Cv IIS18HO sndaoi io ,lilaH699 It ill" DNana-O ........................... CIVNOCIIVV4 Z#1d3aHO NSVI-VIOZ GN0G-SIN3Vl3A0HdV41 DNII1iDI-1(]NV S-IVNEMS 01=1=]Vul cf) iv 11 IOIIIAII N01-1— ON NOISIIII 6 ..................J1 11 ON! 2 z z - z z 10 1 ss S S, S S LLJ 2 -t-,a < > LLJ V) (<J V, L) LLJ < z z z z z z D 11 9 b Q b W p 2 m Ly m Q 2 w J J V, E z IW > 0 0- 8 c1l) Ca) C7 117117-77-111 3A, 5u!,00"!6u3 jo juawpodac W Z : "............. SVX31 SliON IV�..I]N]'.) 1UNME OGVNOCIIVV4 IIS18HO sndaoi io AilD Z#H3aHO NSVI-VIOZ GN0G-S1N3V43A0HdV41 'a ONUH01-1(]NV SIVNEAS 01=J=JVH1 a f— ­W­. 1. 3 0 ON NOISIA38 NOI1dIU3530 A9 31.V0 'ON NblSln3tl Coln so !Q. a get own Esp. . j. 8p , A g .W BSVY MW5 WEz 2 of V z au -P.A. nx, Q i rrpJw ¢ wFg WN ve 06C C 6 08� g 5 B I t 1 Toy Ig.1 W A a. Rig Ell; § Hip.. '10 W.; MRKtt N 1-16 ..6 S 5v gy g 1 HAP q No 6f " IS 2§ 1 0- Bit YS YE qy 5 TIRE i 62 A 2 IN To E 2 EQ d W, in go AH Wu Hp am MAKIN a x : , Y Q q. M q g ­A Mg v� do, M z- 'gas! sm 1 y! LL wO -H.-I a. No py 6 9 Wz.. Y,A v 1 at o 0. if i. go to s. 1 8 Mom am zo MOY z, 5,14 's K ESP s dM R Go!- Is a H -1, N i 21 HE OWN IN v 6 WA 8_Y AuS -ww -as U u 1 T - - ., I . 8 120 2, Q� IL gj 6 M qzuw; a j We RX. .. I I I v TINgu is 54 IgR a Bit 0 B PUB 2 6a RM No 2.9 a 1 x1ps is! A g 015 1, z Wi s -2 6 down Own 1 1 WN "" W A 1 Yj g !19 8 R BEURN a 9 '1 A 1 1 [,H a , E-B-. -6 243 & - St.— law A a 12,12 1 a x� R .410 A] IdfA— . . §599. Edo so go 1 1 it S' Z .N f .1 31 Z. , - a 2 9 W.-Wa v! n. L'S a 1 . Q B,g H20- r Q, a� N. - 2 .1n, HEZ E z A2* 02 z 1 88 so o' W W­hw A , A PWM,. ,-�T BE. SU 2 z I- U z M 18f Z GWA. S� 101 E W bi-A l. yo so ME MR f. MR M s �z E. I mis 1 0 y ."I N. .1 jn. Ent, WS oy g ME 9 @1 fggqp BUB 1, -HE A68 -6 , W85 N . 11 ng Me 3 z % 1 M'd-- 51V -a Jr.@ go, WE Ey ME a. as a 6 A - 1 5 K. 0­1 --- W :g Ax tog -a WS Im aH -, - b < 62 WE I ­ f m 9 2910. ?so M 6 2 ! 1 1010 ;.y 1, jR 010 W-W A j� �z WE 1 W M I .. qMj 8-nas 5g No ys� o MR Ra W 91 429 wig SP W z .,g z go UT wo 92 1 A ON; a. sy. ­M �b N 5. IW It A Q. T W s g a 0- 1 'Wi A WE 0 Q7 j, ?1 '.61101 MY j oost _11 S WE -9z W Jr 02 q 00 11 . it Qw- Un E IL WAG IS 9, T S S 2, A Eon— I a , 2, W, Y 6 IS on ROJO 'I to opf ZOO 5 K 08 Q Q 2i - 9 g Q'I a 2 Eno 9 "UP 90 as owl 3 W 1W 3 Qo o K R a OT 0006 'S 6 1 a % g. uc IN 22 W 1 6 6 - a No M a a 1 Q,3 R 1gCtUG xxism :1 - 3 a a , 1 1 2 Q82f I gE 511 o v !I am 10 01 a a a a HSI in! g 2 6 -1—. U3A, 0`Ninci�jnd @ Oja jimo �jnoij Qo —N 12 SVX31 ........................... .............. H699 It IIS18HO sndaoi io AilD inOXV] NOUICIN03 DNana OCIVNOCIIVV4 oo g c Z#H3aHO NSVI—VIOZ GN0G—SIN3Vl3A0HdV41 a A DNIIHDI-1 GNV S-IVNEMS 01=J=JVHl iv 1. 3LtlO IN 10111111 N01-1— ON NOISIIII 6 ..................J1 z 6 d 2 LLI @ @ h SCF C.) Wd oH 3noand -1—. U3A, ai inainc-i @ 2ia jjmH �inoij ... ............................... SVX31 H699 inO�,V� NVId ........................... DNana OCIVNOCIIVV4 IIS18HO sndaoi i- AilD (D Z#H3aHO NSVI-tltOZ GN0G-SIN3Vl3A0HdV41 A ONIIHOI-I(]NV S-IVNEMS 01=J=JVHl iv 1. 3LtlO IN 10111111 N01-1— ON NOISIn36 ..................j I ,0 m6O I I z z TWa UW 11 w n�I 1� C�- 4- U . . . . . . . E 0 @ V) —6 o .-7 ,7-- /-� . -, S 2 0 W- 5 CL 01 dz' oW Lj o V) LI) < Lj LLJ < Z < z z ODM W 0 a-u L'i (Ij C-) S ------------- mod Si mom= s F3 ................................. nuum lk ty S-3 MON 0- 0- .0 "[Willill:fill, .0m V) 1. o 7,w 0 1., 3, �,w zq 1 00/ ED c, 1w. Ln Z z < 17 < T CL 0 71 7 CL 00/0 0 cl/az/v ltlN sszo i 3 3 ei saarn�as 6uu22ur6uj �a au�w��adap ',s„" Cid 3n ind �g 23a 33m8 df10i3 Qo dy SVX31 H699 .. ... '"""))"" 31N1 I1SI21H� SI1d210� dm lll� (J-� Wed Vl JNISdHd O) > "r 11DNana-OaVNOCIIVW o B 3NfI5tllJlO3 f AHNtlI B � _ N c -G B+o. 8j l I d 7i#Qd3aHO NSVT-tltOZ C1f�C7.8-S.<N3Vl3�1K7,1!`dV41 Y JI/I O"NiJ.H01-1(INV SIVNEAS'JI=J=JVH e f- 3[ ld 31,_ all ��%.. NOI1dIN5S3O 1© 3LtlO ON NOISIM13tl N01-1 530 A9 31V0 'ON NOISIn3tl z �o x ow za N O O mZ N n D m F � `<(n a a ) Fa. zo C) _ Z CO x w � ¢ z �� %z SY a s ll Z 4Z (n0 G ® w rc Ir /\\\\ o . e zs ws V) o w W R u a o w zz z. L¢ Na ininm so 2 h} wa NIr na .... cv izw I- a,"}' 11 w(G w(.] wCL aCJ w Z� w, W WI- CJ ll fY Y Cl2N12- h Q Z .- N Vlw O� CJ O � Zha aJ two Cl w K I— n.. z _tea rc D z 0 z rc W $ J m j U 2 Z a C �. CJ o V) >" CJ Vl z m d Im. W W w 3f1aind 0 it zC7 J o Z V) i zz. a F u o 0 0 o m z x 4 a z Vl V) ] H � C5 a z � w 4 > P w o a V) v w z Z Ir z m m m r m > 47 p w W epr� 3na1j 1d w V) } a < Z 0. (g LY Ls! ci/az/v ltlN sszo i 3 3 ei 6a22 Qa aump"G S�X31 dd Vows @ as jum coo � CL7 dy N 9s�e9 pb a Nb�tl ,NtlaffN3� 3fNl IIS18HO S(1daoi da lllD N �d �01Jf N0� 5 11f17NOJ .) >.. ... ..:z 11�71ME-OGVNOgIVW d 3NflStll]l03 C At9Ntll ! � — �... Y Zi F�3C1kJQ�18d1-bLOZ C1NC)8-S.LN3kV3�1C7�ldWl J"NIJ.1iJl-1 i]NV S�It1WpIS 0I��dt�l � � `�' NOI1dIN5S30 A© -0 ON NOISIA38 NOI1dIU3530 A9 31V0 'ON NblSln3tl UJ jo Q U a. D O U } d 0 x - - x - I a s a � I O I _ I a a ao w R U _ o � � m O V H n mW L U N 0 x_ 7 — U C� ti h � i N 4 h O 1 6 6 h d O -51b � O cr/az/v ��N sszo i 3 3 ei saarn�as 6uu22ur6uj �a au,sw��adap ',s„"� > txCid 3n ind �g 23a 33m8 df10i3 Qo N� dy SVX31 9£699 fbo °`" '"""rr""...31N1 I1SI21H.� SI1d210� dm .11l.� �J-� SN011f/!)3N3 O`) ........................... ..z 11DNana-OaVNOCIIVW i 3ensa-Inn3 r eaevi i CJI a v � ®® Zi H3aHO NSVT-bLOZ ONOS-SIN3Vl3AOEldW1 i ONIJ.HOI-1(INV S-IVNOIS OI��VHl 3� �d Vit,_ all ��%.. NOI1dIN5S30 A© 3Ltl0 ON NOISIAII N01-1 530 AJ 31V0 'ON NOISIn36 >a i4J 4 n 6m tQ Om vWZ !QO W 3 GY ~ O fr a na< uaO- u600 w W zc'r a.� _______ ............._______ 0coax- .______ Z M a¢ Ld d a H w 00 O N a o m b N- OOnuj z z LLI o CL CL n c R g o m n ui H Z,b z d v � LLJ0- �� Baa xtiz -z� CL w ............________. 0 1Y ow o < - T1 Pm -o ott' o tj w n C, LJ o d a M'""C O O N �Fw z ry d ui z �m O LL o NIA ,61 O CL 1 'NIW,6t -1—. U3A, .. SVX31 mi �najnc-i @ rio jjmH �inoij ... ...................... . H699 AV�JOVIO ONNIM ........................... DNana OCIVNOCIIVV4 IIS18HO sndaoi i- AilD D Z#H3aHO NSVT-tltOZ GN0G-SIN3Vl3A0HdV41 A CY ONIIHOI-I(INV S-IVNEMS 01=J=JVHl iv 1. I N01-1— ON NOISIIII 6"No I, .....................j I O c 311HM HM N33HO 7 S' Aim, 11"',�15 ONV60 I 3ON-V�O r o ,�,5� 0 % 311HM III' 0 w11 ZI 1. 311HM N33bO N3 60 3DNVaO N33 NO 'ONV"') 9NVNO > 03a tt 028 65 C, m o .QJmy omz To u, Q .. 4f % i—---------L--------15 16 J— o ow n 10 8311081NOO 'MI:.3N 03SOdOdd Q W w Ti 3 --------------- o owp as u 311HM IIIA �' 0 b w z v 3DNV 0 G38 I 311HM IM 311HM N3280 6 ADVIG 30NVdO 03d 7) -1-. U3A, lIVMi NVX]i @ iS IJ VINVS .. SVX31 ........... . H699 inO),Vl NOUIGN03 ........................... DNana OCIVNOCIIVV4 AilD (D Z#H3aHO NSVT-tltOZ GN0G-SIN3Vl3A0HdV41 ONIIHOI-I(INV S-IVNEMS 01=J=JVHl iv 1. I N01-1— ON NOISIIII 6"NO I, .....................j I z, R o oo 67 o. 0, R 2 lo 21 z .1 ol @ @ -9 -f b�W,.< P-.c-5 T T 2w Jw v� T 71 lO 8 ttN A z 1�11 4d OO M- Z' X I mo� ................................... I—i NVX31 .............I 9z"'S 1. mod Fs z) o w N~ ooa 0, W, tt 'z �z L., o < z -1-. U3A, lIVMi NVX]i @ iS IJ VINVS SVX31 .............. H699 mV� NVId ........................... DNana OCIVNOCIIVV4 IIS18HO sndaoi i- AilD (D i Z#H3aHO NSVI-tltOZ GN0G-SIN3Vl3A0HdV41 A ONIIHOI-I(]NV S-IVNEMS 01=J=JVHl cf) 1. I N01-1— ON NOISIIII 6"No I, .....................j I ti LOi 6 Ell o z zo 0 IW cl, N, CL z 2 1.11 1. 1. "1 .1 lo 65 w LO. Ld Rl 7� U Of bin''-1�1 alt Of .6 'o 'o'o ®I z 11 cw) 2RIKKK .1 K IT I S G LJ d 75 s W� 0 Z a CL uj v)v u <F- T ro m w a. Ld 00 Z. z z Lu 0:D ry 8x. Q-u Vl tt O 0 -------------- T)i f mmm I omm mim won= mmm moo= tt 11,1111m, ..I Mi NVX3i ol ..................... - -------------- El k, 7 IW �o - --------------- z 0 W-Pll i-b#11 IWD Eg D LL- v) z O Q- < _j 0 -1—. U3A, IVI`Ji NVX31 @ iS 33 ViNVS L7 dy SVX31 ....... ... H699 .... ........................... DNana OCfIDIVNOCIIVV4 AV�dSVIG ONISVHd Z#H3aHO NSVT-tltOZ GN0G-SIN3Vl3A0HdV41 A ONIIHOI-I(INV S-IVNEMS 01=J=JVHl iv 1. 3LtlO ON NOISIM13tl N01-1— ON NOISIn36 .....................j I 2 CL 2 LL < < VIN wx <o 17 z L �Ow 0< w> < za wu" o 7w z < < LD c < < < 0 z < w> wo La 0, w zz < zw < lu o. c� U) < � I , :i C) �C4-)I.0 Q< < Q� z nz o z z uj V)� u) 6 < Ld < cD W uj CL Lj < z -o o 0 < z ry 'W0 I2z m, zW ol z 0, - K 05 z z < < IV181 NVX31 = 01 z VD it o o Kw u z w < W o o o o Ww v) < 0 o t,7.1 z < z v 'w LD L) < z z < W z z 0 z Ivin 0 N u) Ld IV181 NVX31 N W) IVNVX31 0 ry LIj V) < z w < LIj W Ww :2 LIj < LS] NO > I 0 -1—. U3A, IIVcJi NVX31 @ iS 33 ViNVS SVX31 ... ......................... H699 ........................... DNana OCIVNOCIIVV4 lll� NVId �dOiDf1(IN03 �R ilMIN03 flD Z#H3aHO NSVI-tltOZ GN0G-SIN3Vl3A0HdV41 JNIJ.HOI®I(INV S-IVNEMS 01=J=JVHl no i C/)v 1. 3LtlO ON NOISIM13tl N01-1— ON NOISIn36 .....................j I NrvU U) 0 . . . . . . . . . . . . . . . . . . Z 0 1 12 1 1 1 1 1 1 1 1 1 W2 < < W 0 z1 XI 1 0 U) u :D z �z V) < T z 0- A zI I z I V) 0 z u V) ti cr Z) z 0 z 0 D b < u) 0 V) vi O Z jo juawpodac e, NO l IIIHS SVX31 IIV,�Ii NVX]i @ iS 3J VINVS ..............1"", H699 It DNana OCIVNOCIIVV,4 ........................... SNOUVAJJJ 0) Z#H3aHO NSVI-t,[OZ GN0G-SIN3Vl3A0HdV41 D' la A -1 GNV S-IVNEMS 01=1=]Vul lc/) a DNIIHDIiv 11 IOIIIAII N01-1— ON NOISIIII 6 ..................J1 S, Wap ............ ------ ...............— ---------- ....... z W, 0 5�> 0i 'o Lj U V! gw z i C) 'NIA T LJ 0 LIj 3w r —Ov ............ -------- ....... .......– x T8 Ld L, C`4 h7 t CJ Ld LJ 0 0 cL 0 Ld CL ........................................ NIA 6L -1-. U3A, JO G 133HS N 6s, -N 12 SVX31 IIV,'Ji NVX31 iS 33 ViNVS .............. 9699 DNana OCIVNOCIIVV,4 ........................... SNOUVAJNj 0) Z#H3aHO NSVI-t,[OZ GN0G-SIN3Vl3A0HdV41 D' la -1 GNV S-IVNEMS 01=1=]Vul a DNIIHDIiv 1. 3Ltl0 IN IOIIIAII N01-1— ON NOISIIII 6 ..................J1 Ka wi 6 T-S z 7o 1.Pz,w" z < Lc f- LJ 0, T. < Z z O< -j u O NIA '6t NIA 6t CY UJ Cl O O g —---------- MW ...............------------ IW A T8 R < Wl- -1-. U3A, lIVMi NVX]i @ iS IJ VINVS SVX31 ... ......................... H699 AV�JOVIO ONNIM ........................... DNana OCIVNOCIIVV4 C-) § "IZ#H3aHO NSVT-tltOZ GN0G-SIN3Vl3A0HdV41 A -1(INV S-IVNEMS 01=J=JVHl DNIIHDI C/) iv 1. I N01-1— ON NOISIIII 6"No I, .....................j I O 311HM cQ ,,o< N336D DNv6o 0 T (138 NY 311HM N3380 P o 3DNVW 038 LJ 3DNV60 I F- .g 6 0 o T yr s F7 T —311HM N3380 F-f�NIIO <' --------------------------------- Z, r Harca N M 6 oNV"o 3� r138 3oNV 6o 3,HM 3", N3 rrF 03 - 5z; � M311081NOO oww VV43N 03SOdONd nae am w All, l< o EWO 311HM 311HM N3320 c5 Z N3360 cs 0, ONVHO G3H 031 N33a9 N33a9 0 a3DW60 311HM 311HM 30NV60 G3� 03F1m -1—. U3A, SVX31 C)A�H IIINAAONO @ IS SITIVIS —N 12 .............. H699 inO),Vl NolilONOO ........................... DNana 0C)VN0(1lVV4 IIS18HO sndaoi i- AilD Z#H3aHO NSVT-t,[OZ GN0G-8lN3Vl3A0HdV41 rel �Y A ONUH01-1 GNV TIMMS 01=J=JVHl 1. 3Ltl0 IN NOIIIAII N01-1— ON NOISIn3tl ..................J1 0)o So I I I N, . I w Lu I lo I 68 88 918dtn _t}5 Wj E t�� NW N1)y N! ri �f N! H' �Wi27tt.a 1�I 2 wm rl LO 0- zi .............I ........... .... .....11 18 GSW I 8 0 1 Hwl 2 El 6 1101, -o� 0 c5 -1—. U3A, C)A�H IIINAAONO @ IS SITIVIS .................... SVX31 H699 imV� NVId CN ........................... DNana OCIVNOCIIVV4 Z#H3aHO NSVI-tltOZ GN08-8lN3Vl3A0HdV41 -1(INV TIMMS 01=J=JVHl ONUH01 iv 1. 3Ltl0 IN NOIIIAII N01-1— ON NOIS1111 6 ..................j I o dm ffi E N m m o W, o W, m o W, 1�T ;l z .O . . . . ..7s < TaJ Q Cj L/ o cl ol", oll, 02'2¢ o o N, z V)al " �2 a- 0 z Lj z zw ci rLi LLJ 0 Z 0 LLJ = —0 Q LLj lu C, WC) CL 0 z 1� hf,e I S 0- cr o Na, « 0- 22 a) a) at CL z o zz UWm j L---j z C) V, V, s 0 V, 0 on 0 71 M -1—. U3A, SVX31 QA-IS IIINAAONO @ IS SITIVIS .................... H699 irlo)lv� VCIV ........................... DNana OCIVNOCIIVV4 rq Z#H3aHO NSVI-tltOZ GN08-8lN3Vl3A0HdV41 -1(INV TIMMS 01=J=JVHl ONUH01 iv 11 NOIIIAII N01-1— ON NOISIn3tl ..................j I z La uj uj j @ .0 tiF cY aw 0— T L3 01 r.... J.1 E 1! A s -oL WM -1—. U3A, SVX31 GAIR IIINAAONO @ IS SITIVIS b Ertl.............. H699 AV�JOVICJ ONISVHd ........................... DNana OCIVNOCIIVV4 Z#H3aHO NSVT-tltOZ GN0G-81.N3Vl3A0HdV41 p-, A -1(INV TIMMS 01=J=JVHl ONUH01 C/) 11 NOIIIAII N01-1— ON NOIS1111 6 ..................j I lo 25 ON, cmN� c. o�. 2 ww ww w -1 N w . . . D,~ 7 ? 7 7 o o o o o 0,. oi z uj 0 < I <<o ul. C)' 0 Z < v� 0 1 < -141-11- 0, o o C) o 1� z M�C-Zkmno� Ld < < wwww U) 3: A< �cto 0 c o o o < V) V)z uj Ld LLj X V) 0- 'Z 0- z na < , 6:z z o o I- OW0 �2z z z oLei z U) C, < o -, I .c LLj G _j z .wo X z z U z z < CL V) uj > 0 c c My < z S S v) z J < CJ z w c5 0 < o o o o o z z L) Z LD _j z z 0 Z u, 0 V) za a. u Ld Wz V) < < �qqqz Ld < U Ld 96 O < ol lo IG o -1—. U3A, CIA10 IIINAAONO @ IS SITIVIS SVX31 ....... ... H699 .... NV Id d1013n(]NOO 2R iinCIN03 ........................... 11DNana OCIVNOCIIVV4 Z#H3aHO NSVI-tltOZ GN0G-8lN3Vl3A0HdV41 -1(INV TIMMS 01=J=JVHl ONUH01 cf) iv 11 NOIIIAII N01MI-SM ON NOIS1111 6 ..................J1 < uj FA n' z V) cr 6 0 5 0 z 0 V) O 1 0 1 < I T < < uj Z L3 6 T z V) LLJ LJ 0 1 M 1, M LLJ V) z 0 V) V) 7K z z V) U Cz z iA- 0 0 < < :D 0 V) < z < O t----------- -1—. U3A, e, JO l IIIHS N 6s, SVX31 GA19 331NAAO�Jg @ IS S31dVIS .................... 9699 DNana OCIVNOCIIVV,4 ........................... SNOUVAJJJ 0) CC) A Z#H3aHO NSVT-t,[OZ GNOG 8lN:3Vl3A0HdV41 D' la ONU1i01-1 GNV TIMMS 01'=]V l =1 a iv 11 NOIIIAII N01-1— ON NOIS1111 6 ..................J1 oq 9 oq� ........—------- ............. Tf oz 8. < W-osm S-'� 17 < �ba.CJdN Pzw 2 O 81 5 3 0i m lw L.j LJ ------------- _j 0 c) NIN 6L 2 T K 61 a. ..zv -------- -------- yaw fr uj 0 CL Ld 0 cr uj cL _j 0 0- NIW ,6l 01 — ,1—. U�3Ae, JO Z IIIHS N 6s, SVX31 GA19 331NAAO�Jg @ IS S3�dVIS .................... H699 It DNana OCIVNOCIIVV,4 ........................... SNOUVAJJJ 0) Z#H3aHO NSVI-t,[OZ GNOG 8lN:3Vl3A0HdV41 a A -1 GNV TIMMS 01'=]Vul ONUH01 =1 iv 11 NOIIIAII N01-1— ON NOISIn3tl ..................J1 12M. - T---- ------- .. ............ ..... ------ W. w w n. -A �W,� O-W, INCJ 1, WW < 5w oNa< 0i 'o W, W Lj waw 8 Ljj 0 0- 0 w NIW '61 WIWI fl N- Ld ft _j z. 0 W CL W---- ----- ........ LO N 0 1. c 0-^ r cL af ul uj -j 0 0 Q. ......................................... NIA 6L -1—. U3A, SVX31 QA-IS IIINAAONO @ IS SITIVIS .............. H699 AVJOVIO ONNIM ........................... DNana OCIVNOCIIVV4 00 § Z#H3ablO NSVI-tltOZ GN0G-8lN3Vl3A0HdV41 A -1(INV TIMMS 01=J=JVHl ONUH01 C/) 11 NOIIIAII N011d1— ON NOISIn3tl ..................j I O ry o 311HM Tl-,. N3380 C5 F-30NVNO 4z 311HM 9321 ,S N33HO o 'NVNO _8 Krc o F '0-11W III. U 10 N1360 3DNV60 6 DNV�O G38 0 Fo-1 z ,-o N1380 o Vo r3N 30 z M t 311HW,Ili. ur 311HM NI 6D o 0 N 380 J;DNV80—1 0, rrF 938 F 30–N—VHO I d, Tz S wmL < BON M3110d'1'N0'3............................ VV43 N 03 SO d ON d --------- ---------------- nae ............................ All, o EWO 311HM N3EO 3owva—o G3 C, H U65 NM4� c dz 3ONV21 NO. N33a9 z I 0 z 0 aj ik7 wi 3DW60 G3� m, RIHM 3ONV60 03H < 311HM III' a N3323D z 1�z NJVI V, IDNV—N 4 o 0 (13N z 0 0 nm -1—. U3A, X10 illAISOM-1 @ IS SHI/W —N 12 SVX31 e �ftl.............. H699 inO),Vl NolilONOO ........................... DNana 0C)VN0(1lVV4 IIS18HO sndaoi i- AilD Z#H3aHO NSVT-VIOZ GN0G-8lN3Vl3A0HdV41 A -1 GNV TIMMS 01=J=JVHl ONUH01 1. 3LtlO IN NOISIM13tl N01-1— ON NOISIn3tl ..................j I z ol I La Lu cl WW W= UW 717 71.1 �7 o o �z LO @ Ll- 11: 1 12 Z,11 1171 11 11 1 Lg < Z o m Z 7, —�VH 3NO x0 W J if I[T,, W" AVM 3NO— z g- o— W 8a 113A3SO08 lo N- W, Ltd Etd 80 .1l3A3SOOH ............. z............................... -1-. U3A, X10 illAISOM-1 @ IS SHI/W .................... SVX31 H699 iGV� NVId ........................... DNana OCIVNOCIIVV4 C-) § Z#H3aHO NSVI-NOZ GN08-8lN3Vl3A0HdV41 A -1(INV TIMMS 01=J=JVHl ONUH01 iv 1. 3LtlO IN NOISIM13tl N01-1— ON NOIS1111 6 ..................J1 do 5 z 0 LO 11 o z 2fsn O 1. d 6 16 lo u Ln 'o 'o z. . .6 1H IHT 0 0 z rFD 0" V 6 0 Q. 0 ZN1N uj < w 2 v r. 2 z (NJ 0 < L i< o z w cr o Z S w a, --j Oo 2. —AVM 3NO < as wx R AVM 3NO- 0ff as L��ni>ooa It as i 13A3SO(7H o —-—— --—------------- V) v-, � a) z r. ti > V) ---------- D -j V) < Ya < aol On cr/az/v �vNpl sszo i 3 3 ei saarn�as 6uu22ur6uj Ja au�wJ�adap ',s„" 2107 1l3A3S''M IJ 15' S�13hV L7 dy SVX31 N 9£699 tbb s,sN��tl a��N»,3�NI I1SI21H.� SI1d210� dm .11l.� d:JdCl JNIS'dHd i...3Nnsa�Jim .A.... � 11DNana OoVNOQIVW W� � Zi Qd3C1kJQ�ISVl-bLOZ C1NC)S-S.LN3HV3�1C7EldWl d i ONIJ.1 OI-I(]NV S-IVNEMS 0I=J=JVHl z f— as �a , no �////l NOI1dIN5S30 A© 3Ltl0 ON NOISIAII N01-1 530 AJ 31V0 'ON NOISIn36 2�3 m _ 0 Q� W UUr O _ K n_ �x a Z O WCJ Z m Z C9 K FY Z K it _ CG 2 N CJ U � � 5 N F O' O to ZK Vl (n J m—J L ZW 6. <.71- w w axN. Frr v) vl Fc:>, oar r�0 y JN s a o a F FW O - 2n zzzW cis c>-Y+ Qao rnl- m z LLJ 0, d a n w w � g (/) ¢ ¢ U 00 =w V) Wz F a. n. t. W x ti zm W g N (h o=)w Q. rcN wc.9 wc� N< y NL VIZ. 0- T +t,"r y ZCC ZLC Q Z W> — w Y W ~W Z 05 UO C?I� CJ owrc 40 a z a ®rK (A 0 UJ Z Q J X z w m C7 Cl W w U. 0 E 0 J 0 4 1. "tJ0 113A3SMO z w N yry U v, c7 � K x w ti a o 0 0 0 U Z O z 6 z_ _ Q v g-' J 4 Z W Z Cfl ~ 0 O o O O Ir `e°a to 0 a J to <L u � 1i Z w x co -j ter, Z V Q CC ®I z WO U 1 Lc.! C..) w w w 1 G �� a y� SF 148 K Lc1 1 'FJCJ 1�3A3SOOi < U 3 1 '210 1I3A3500ti J W r in C" W y iv �J � tg .. �a � W W O LLJ Z Q cr/az/v ltlNpf sszo i 3 3 el saarn�as 6uu22ur6uj �a au�w��adap ',s„"� 310 1l3A3S''M fJ 15' S�13hV CL) dy SVX31 H699 ................... ftl affN»,3fNI I1SI21H� SI1d210� dm lll� Nd�d �01Jf1 NOS d 11f17NOJ _ .) z. ..� 11DNa(19-OaVNOgIVW �..3NflStll]l03 C.At9Ntll..� N a v CY Zi F�3C1kJQ�18d1-bLOZ C1NC)8-S.LN3kV3�1C7�ldWl z �idk =y DNiJ.fisDI (INV&u®IVN"JiS 7f��Vl�J �s no �rl U) NOI1dIN5S3O A© 31tlO ON 10111 3tl N011dIU0530 A9 31V0 'ON NOISIn36 cO T� Q uj a �U ® �J cr O O (�J n N 2 O - I � 1 O I _ I < 4 W F K ¢ a �O O Z 1 a G eY'(� O _ - U QO O z Om U 06 tt yW O J Z z QJ < C7 T. HCL T �U W~ O LYw ti �z ? �) 4 Q D W — z z r p 0 N C) (7 K h O O " Q Q 7Hi* V6 N 6 6 4 h tt z ------------- O cl/az/v ltlNpf sszo i 3 3 el saarn�as 6uu22ur6uj �a au�w��adap ',s„"� 2107 1l3A3S''M f) 15' S�13hV CL7 dy SVX31 9£699 . fbo °`" "ff"",'31N1 I1SI21H.� SI1d210� dm .11l.� �:J SN011f/!)3N3 O`) z ..� 11DNana OaVNOCIIVW d 3NflStll]l03 C At9Ntll ! N� a fi� ®� Zi H3aHO NSd1-bLOZ ONOS-SIN3Vl3AO�ldWl ' CY JNIJ.1i'JI-I(INV S-It1NEJIS OI���k9L �s U iv/ NOI1dIN5S30 A© 31tl0 ON NOISIAII N011dIU0530 A9 31V0 'ON NOISIn36 Ory _ ~AO !Oti �JVy� Wzu � w w O< EW _ zZI 5!z265w F�j Zw %ONO ZNL- 7t). N My w ~ ZV ____ C)6. _______ O •� a- ... a .____ NJ. Jbw¢Z 4' tll ui w�Kl' `a2® ryaP-a® 'V a2 5 uj {� 8 O 0. a o- �',. fL d N Q: 0 O a w o- 91 IW NM .6l 3� uj a� a n 9 O a a Ln uj n. Lad: rcoz o-wW z `z n a., o8 ' a. a a. < Lno- o" � � is � rnuias ! O Cj 0- tJ z w N quj a of C1 O d 3 D �. 'NSW ,6l ow �a CL NIM ,6l �g -1—. U3A, 2107il3A3S'MJ �� 15' S�3hV —N 12 SVX31 ... ......................... H699T3fN1 AVNOVICI ON181M ........................... DNana OCIVNOCIIVV4 Z#H3aHO NSVT-tltOZ GN0G-SIN3Vl3A0HdV41 7 p-, A DNII1iDI-1(INV S-IVNEMS 01=1=]Vul cf) iv 1. 3Ltl0 IN IOIIIAII N011d1— ON NOISIIII 6 ..................j I O ry o AUL o '. 311HM 311HM III- 6 , N]38',) 0 3ONVHD 0 w M, 6 03H -zyr s F7 311HM lln - 6 RIHMP- N N"? 33O r TM-. 30NV8 Nd ` M. F I 8311081NOO VV43N 03SOdONd --------------------------- --------------------------- lm ................................................................. lu z A 311HM Ilea z 6 N33a0 z DNVH0 03N Ilz 311HM Ilea O N33HO a. 39NVN0 rip K 'M lla311HM 311HM N33HO NM60 C5 I 3ONVHO --T J z A �3,qe a3b 30NVIIO 038 ak -1—. U3A, 5u!,22u,6o3 jo ju�wpodac is vignmoo n 0�1 INNOH SVX31 Qo ... ........ .. .............. . H699 in0),V1 NOUIGN03 ........................... DNana OCIVNOCIIVV4 sndaoi I- A113 Z#H3,3 JO NSVI-VIOZ GN0G-S1N3V43A0HdV41 CY -1 GNV SIVNEAS 01=J=JVH1 DINUH01 1. I N01MI-SW ON NOIS1111 6"NO I, .....................j I 2 4 g 11 1 Mw W. .1 1 ww J Vi —.1. ZE 3 0 W�0 MO 21 y0� T 1 7 w T.I I w Iti, 0 @ C-) @ T� 0 tw O T T IW 7 g~ JLC > wll�n W.w OJ. —0 w I Immool' I 1z —,,-d---------- 0 7� wW 0 W Um E Q 0 01 W.— z 13iia 39VNiV 0 > 01 0 f I I I I JDA, Is vlono-100 MON. zz 0— z, Wcb 0 Q., -W - > 0 8 '0 < w>I 0 yttt 2 LO 'U3A, is vignmoo n 0�1 INNOH Qo dy SVX31 ... ............................... H699 inO),V� NVId ........................... DNana OCIVNOCIIVV4 sndaoi I- A113 (C) Z#H3aHO NSVI-tltOZ GN0G-SlN3Vl3A0HdV41CY A -1(INV SIMMS 01=J=JVHl ONUH01 cf) iv 1. 3LtlO ON NOISIM13tl N011d1- ON NOIS1111 6 o 0, �w 01 W g lw ww 0 w W, �0 Ci Cr x Z 70 Z FO 10 ww W, 11 w c 1.6 lq5 1. 1. 1. 1.3 1. Z� L wwL E T u T K K .1 V) 9 z CY 0— La 1­0 0, K �H A� 13— . . . . . . J 0- CJ Fv� Lc!Lbj uj Z _j 00 0 in CL E z Lj 0 D La u C,=< of a-uJw mob.--- z!z Cry a g W, Lb oa, ¢0 H3110 MVNlVHG r h Z Cc, 'o 11 Ilol8lv -Mow-_ a 0, v) tas E o z ,ffo, o u 0 z E u 0. 8 0 C o o_ z z < 0 7 1-o v) Z tt Ln Q_ po �Mldl Dqlf 61- 0 z U3A, is vignmoo n 0 1 INNOH Qo SVX31 ... ......................... H699 AV�JOVIG ONISVHd ........................... DNana OCIVNOCIIVV4 IIS18HO sndaoi I- A113 Z#H3aHO NSVT-VIOZ GN0G-SlN3Vl3A0HdV41 A -1 GNV SIVNEAS 01=J=JVHl ONUH01 (f) 1. I N01-1- ON NOIS1111 6"NO I, .....................j I v� o v < < 0, 0 ww V. o o d N� om w. c., o < JUmi o o n Z O_ouj 0 < 0 on 7 < 3:0 EE z < z < < < o o Lu 0, z NO 10 < < < �C4) (0) �w R L,W- z LU U) Ln o to I Ld x 1w tw w m 0 U) LLj <> CL 0 z, < - — ) z z L o o o _T_L z o z '0 1� 5oo z= IN z �2z V) o o o o 1.EF . . ®I Wz B yw vd < 0�, :r z 0 z z u z n z z V) xw�2 D > 0 0 W o o o o O o o is viewl-103 0, < GO laOdHIV o o o o 11 z U z z z z V) U wz cn z O @ m @ z zLD z z < (810) 1�8_ Is vlehrlloD C) z 2 (CIO) 1v 06 IHOdw V) o OC lCodC is vlevc-IoD 0 48 Ld >_ V) < u x z 0- Ld 0 w O 3 Ld Ld O -1—. U3A, is vignmoo n 0 1 INNOH Qo SVX31 ... ......................... H699 NVId �joi3n(]NOO 2R iinCIN03 ........................... DNana OCIVNOCIIVV4 A113 00 § Z#H3aHO NSVT-VIOZ GN0G-SIN3Vl3A0HdV41 -1 GNV S-IVNEMS 01=J=JVHl DNIIHDI 1. I N01-1— ON NOISIIII 6"No I, .....................j I § K xU 0 C) ti z T. T. lo 11 W2 g < < uj 0 Z QO z z V) ttgT A La z ul ca °< Z lt7 0 V) V) cr 0 t7 r ca O z < 01 V V) ) lu 6 z 11 -1-. U3A, SVX31 is vignmoo n 0�1 INNOH Qo ... ............................... H699 SNOIIVAI-11 ........................... DNana OCIVNOCIIVV4 IIS18HO sndaoi I- A113 Z#H3aHO NSVI-tltOZ GN0G-SIN3Vl3A0HdV41 c A -1(INV S-IVNEMS 01=J=JVHl DNIIHDI iv 11 IOIIIAII N01-1— ON NOISIn36 ..................J1 a�) 0- Zb 0- n W m¢ 07 NNZ2z IC V) V. 2 cl 0 0- Z ry q7o ,u LO z ww .....--------- ..........-------- ------- ..... ------— t -------- o 0 < t Of Ln < In IN uj z _j t _j 0 z 8 .......... 'NIM '61 'Nim 6t All 7 oz 0�w Q R "V, z 0 "1 Aago zo - -----—----- ---- .......... M ------- - o ----- C) < V) to < "CN4 'NIN 'NIH 6t -1-. U3A, is vignmoo n 0 1 INNOH Qo SVX31 ... ......................... H699 AV�JOVIO ONNIM ........................... DNana OCIVNOCIIVV4 IIS18HO sndaoi I- A113 C-) § "IZ#H3aHO NSVT-VIOZ GN0G-SIN3Vl3A0HdV41 A -1 GNV S-IVNEMS 01=J=JVHl DNIIHDI C/) iv 1. I N01-1— ON NOISIIII 6"No I, .....................j I O 311HMam w 3111NNo" o g uG3� l . 3IM111H H 311HM IIIA A a') LJ 30NVdO I g N3380 c5 (/1 z 6 311 o T 038 0 O T z 61 M t MIHM III' - 311HM N3389 zi N33HO 0 =30NVIII 7 038038-1 4 z. O L22LJI I I Id Tz C, u ............ ...... 8 3110 8 1 NO 3 VV43N 0350dOHd nes yzl�, am w o Lll air 311HM N3380 c5 z 6 3ONVao 038 0U5 311HM IIIrn - 3ONVaO 3IIHM (338 N3380 c5 r 0 T 3DFV-60 > LB 038 311HM III' N33dO c 6 33NVIO z 03H 311HM III' N F3T8-o I0NV80 311HM T, 038 N-1311 4 6 No— T -3-0—NV80 4 <, -1—. U3A, MU VNIVC] @ Is 0-Vcloll —N 12 SVX31 ... ......................... H699 inO),Vl NolilGN03 ........................... DNana OCIVNOCIIVV4 sndaoi i- AilD OD Z#H3aHO NSVT-tltOZ GN0G-SIN3Vl3A0HdV41 ONIIHOI-I(INV S-IVNEMS 01=J=JVHl iv 1. 3LtlO IN 10111111 N01-1— ON NOISIIII 6 ..................j I z o o I E w CL @ lo Z ix I ol oEil W 11 Ow LO 71, z 1 11 'o 6 IXjp W,IXammsp IX 1. 0 z IW IW IW IW 11 wa o I o E5 8 1 z 8 N3 11 LL421 o z M W`lo lo Nw �o J --- Mod ......... ..... ........................... Mod --------- ... do Alvd ......................................... J. Mod 1. cl,—I I Z w 1.E 71, W>1. o fig IIEW dl/az/v Ngsb� —o 3 3 3A, saom�eg Guu22ur6uj�a au�w��nda(] CC7 ��tl aff�3��3fNI SVX31 - 7 W 1n0 rlIN ddo3l L7 9s6s9 IIS18HO sndaoi dm lll� �J - .. � 11DNana OaVNOCIIVW d 3NflStll]l03 C At9Ntll ! a - +2�« Zi H3aHO NSV1-VIOZ ON0S-SIN3Vl3A0EldWI A rY bidx ONIJ1iE71-1(INV S-VNEMS'J1=J=JVHl �s & NOI1dIN5S3O A© 3LtlO ON 10111111 N01-1 530 A9 31V0 'ON NOISIn36 LO 9 q W q.n 2 S La n 'S W W V2. 1w, 115 .1 u7 O n 2 n0> O G O 16 O 6u O oa a U LLj C5 6 on o Z _ V oU) LIALU z LU o N rZ¢ U V CrO�2 cr N "0, m a-UCSCd.aC T L3 �$ U d n M x J m H� UD a MOkI Y MOtJ a a w m .,f y 00 omW - - �r 41 270 Wltld _ i v u „i ......,.... _"`sem I i,�/ .-. �.. ..... � __ -mow mod r A "If rill m o �P J 2 m y j W o o _ L ( I> D CL W c� vo Nm - � a0 Z6 W n m w ay pa N s z 0��y, W ! O 7 2 v, J VI g U M�y a ~ n FI A F 3 O 2 a r cL Lo r ow W-hil -1–. U3A, NU VNIVC] @ Is 0-Vcloll .. .... SVX31 ... ......... ....... ... H699 AV�JOVICJ 9NISVHd ........................... It, DNana OCIVNOCIIVV4 OD WISIM103 1-1 ®m Z#H3aHO NSVT-VIOZ GN0G-SIN3Vl3A0HdV41 '�jCY A DNIIHDI-1 GNV S-IVNEMS 01=J=JVHl 1. I N01-1— ON NOISIIII 6"No .....................j I RS -w -w w- w- Ig GW W2ZK z v. of JN 0 0 0 w w w ww, Z, 90 LZ zo mmw Z 0 1 1 1 1 1UlGz uj < lJ zz U. I'- << 0 Z < 0 v-, z � w < Z LLJ < < < < 0 C) U) 0 V) z CC <wt W UJ < 0 V) Lj x z 1% 0- Z- D < , 'w0 >1 11 Ollz �2z 0. < zFa z God G LLOO W"vod < w LJ ---------------------rl" Z V) < 4.U- z u 0 C) z -d w < w o o o o < u lwl z LLJ Z S z < ui Tw � LLJ z < z Alvd J7— Lj V) s CJ < N NO I z -1-. U3A, NO VNIVC] @ Is 0�-Vcl03l SVX31 .................... H699 (9D NVfd �joionONOD GNV iinONO3 ........................... DNana OCIVNOCIIVV4 IIS18HO sndaoi 10 ADD Z#H3aHO NSVI-tltOZ GN0G-SIN3Vl3A0HdV41 p-, -1(INV S-IVNEMS 01=J=JVHl DNIIHDI cf) iv 1. I N01-1— ON NOISIIII 6"No I, .....................j I Qm KO ZK ui Li z 0 O uj 0 Z nu, U) u :D cl C) V) LJ z 0 M Q LLJA Lj Ln z z 0 TIT-1-1-1 I I V) z u F- IZ cra z z 0 0 C) D < U) 0 V) V) Z -1—. U3A, NU VNIVC] @ Is 0-Vcloll im SVX31 ... ............................... H699 SNOIIVAI-11 ........................... It, DNana OCIVNOCIIVV4 OD WISIM103 C 1-1 Z#H3aHO NSVT-tltOZ GN0G-S.1N3Vl3A0HdV41 CY -1(INV S-IVNEMS 01=J=JVHl DNIIHDI C/) iv 11 IOIIIAII N01MI-SM ON NOISIIII 6 ..................j I L� 7 0 0 0 CL . 6 Ln W, 6 7, 'zt 0- 1 Iz CL < I al f'f 0z '02- m w OF Z, . ......... .............-------- ------ -------- ------- ---- < < (nLn 0 Ln .4 g T co PC zp 0- CJ j 0 a- 0- cl: 0� a. CJ 'NIN 61 'N IW Za g 6 < ............-------- -------- a ...........-------- .... ......... T Q < rq F ;< ui 0- n. 0 0- 'NIN 61 'NIA c", c -1–. U3A, MU VNIVC] @ Is 0-Vcloll SVX31 ... ......................... H699 AV�JOVIO ONNIM ........................... It, DNana OCIVNOCIIVV4 OD WISIM10a 1-1 (C) "I Z#HEICINO NSVI-tltOZ GN0G-8lN3Vl3A0HdV41 A -1(INV TIMMS 0I=J=JVHl DNIIHDI C/) no iv 1. I 401-1— ON NOIS1111 6"No I, .....................j I O N3111M 0 O o", 31IHM F-11M C, N13a1 I Z 30NV60 6 ONV�O r77771- 0 o T 03H Z� F7 T z r3ONV 60 rF31IHM N3380 oz F-jo–N—VHO 65 ------------------------ ----------------------------------------- 6 g < Tz wc, w. S wl z w lw ry M311ON1N`0'3............................. VV43 N 03 SO d ON d --------- ---------------- nee 'Ll w<3- o �z x"ll air MIHM SII tb N33t0 c5 0 z 03H U5 RIHM III NM40 3ONV�O NO. 31IHM (338 N33a9 0 0 T 3DNV60 03 az RIHM 'w N33dO 3ONVIO 51 03H 2 6 0 jo, 0 m -1-. U3A, CJA�R XlH NlliiVH @ iS GNVd07 SVX31 ... ........ .. .............. . H699 inO),Vl NolilONOO ........................... DNana 0C)VN0(1lVV4 IIS18HO sndaoi i- AilD Z#H3aHO NSVT-tltOZ GN0G-S.1N3Vl3A0HdV41 'I/AI -1(INV SIVNEAS 01=J=JVHl ONUH01 C/) 11 10111— N01-1— ON NOISIn3tl ..................j I z z lzWl. LLj 8E T. z Ld WI w WT 7, @ @ W61 1.n 1 11 LEI' ol z W 1 021111 rl. 0 E I L o, Illo WI Illool l z 4 oa I o 4,j W--0 0 z z Fa o 2 wo- 2 au mo8 ----------- GAIL on8 N1111V9 ........................... 6 C5tt IY 0 0 p- 8 -1—. U3A, CJA9 XIH NIIiiVH @ iS GNVd07 ... ........................ SVX31. H699 imV� NVId ........................... DNana OCIVNOCIIVV4 00 § Z#1d3aHO NSVI-NOZ GN0G-SIN3VI3A0HdV41 DNII1iDI-1(]NV S-IVNEMS 01=J=JVHI iv 11 IOIIIAII N01-1— ON NOISIn36 ..................J1 O I R to i, o 1 6 61. 1 1 CZ, I�T 61 ? < �z o z uj El 11 11 11 A A A A IE w w '.2 W,n 1 �, aN4 LLj 0000 00000 000 loo 'EHE 11H IH o o" U�8a- o 0- C3W n. — 0 Z uIr, A-j uj 0 1 w 0 CLUo x W z o ww Mntt.......... - - .......... rcf of, IM3AM� GA19 X19 NIIIIVG IM -0 1/ Z O Z, V) z CLtla 0 IZ Cc' u) R VII 0- CL 0 < .00 0 1 -1-. U3A, CJAR XIH NlliiVH @ iS GNVd07 SVX31 .. ... ...................... . H699 AV�JOVICJ ONISVHd ........................... DNana 0C)VN0(11VV4 IIS18HO snJap i- AilD Z#H3aHO NSVT-VIOZ GN0G-S.1N3V43A0HdV41 CY 'I/AI -1 GNV SIVNEAS 01=J=JVH1 DN11HD1 11 10111— N01-1— ON NOIS1111 6 ..................j I n o� N� o v) < < w wo wo ow wo z It IN I m m arta acv Z, 0-w uj 0 0 153 z < 0 v� > L La z < < < < < < z o o o o z 1� z w w w w z 2 V) uj Ld L/) X 00 1 LLj V) w% m -(90) I L,r, 0- lir 0- 7 1> I NO < z < vl� 6:z —T 0 0, 0, 'W0 o �2z oLE n z -W z < o z < < ),VM3A1o(1 ono < z U < 'n V) o < z > u 0 AVMIANG rt rt Nl-lj-Lv2 z 0 0 0 0 >- o z 0 Ld Z Z < Ld z ,V Ld Ld Twz < J. z n(1 kVM3A1 0 V -.4 . Dno W Nn Ld W< V) < O < IN NO La I 0 z -1—. U3A, CJA�R XIH NlliiVH @ iS GNVd07 SVX31 ... ........ ................. H699 NV Id �joi3n(]NOO 2R iinCIN03 ........................... DNana OCIVNOCIIVV4 C-) § A DNIIHDI Z#H3aHO NSVI-tltOZ GN0G-SIN3Vl3A0HdV41 -1(INV S-IVNEMS 01=J=JVHl C/) 11 IOIIIAII N01-1— ON NOISIn36 ..................j I cO ZO (A cr 0 z 0 U v u- Q, 12 SO O z La 0 Z < zOg Om Stt C.) LIj Z < A La Lj z 0 V) �A - - - - - - - - Lbz 0 u) >- < zw z z orr cry < < u) V) -1-. U3A, SVX31 CA R XIH NlliiVH @ iS GNVd07 ... ......................... H699 SNOIIVAI�l ........................... DNana OCIVNOCIIVV4 Z#H3aHO NSVI-tltOZ GN0G-SIN3Vl3A0HdV41 A ONIIHOI-I(]NV S-IVNEMS 01=J=JVHl iv 11 IOIIIAII N01-1— ON NOISIIII 6 ..................J1 ui _j 0 EL w paso 5 _j v) < ci 0 <w cr uJ IC-) N Rl. 7"<,.— a ag rz 2 HE A is < o X2 ' of m 4 cn uj < _j 0 a- oo 0 5 W P, w .-j 0 0- 0 'NIA 0-1 'NIN 6t ty aoA �u Q1W. —�W-w jz www .. .......... -- c --- 0 < T8 04 CL Lu -j 0 CL 0 o 'NIN ,61 'NIN -1–. U3A, SVX31 CJA�R XIH NlliiVH @ iS GNVd07 ... ......................... H699 AV�JOVIO ONNIM ........................... DNana OCIVNOCIIVV4 "IZ#H3aH0 NSVI-tltOZ GN0G-SIN3Vl3A0HdV41 A -1(INV S-IVNEMS 01=J=JVHl DNIIHDI C/) 11 IOIIIAII N011d1— ON NOISIIII 6 ..................j I O ry o O N3111M o T MIIIH� F—IM 3DNV60 1 6 O0 z Z� WH 311HM N3380 F 30–N—VHO .................... dmr P- O N, y, Q, W z C, F-w' 311081NOO 8 -:3 03SOdONd z r3N V o"o 3,HM N3 3IIHM Ill. N33a0 3oNVaO G3 U5 3LIHM III- u ms 3ONVaO N33a9 z 0 a R 0 T 3ONV60 G3a IIIHM N331O c, 2 3ONVa0 N < 3IIHM (1321 rn N318o z 30WHO 67, 0 j f. -1-. U3A, �JO IDNIMMVI ),cicine @ CIAIO ),VO S=m Q0 dy ... ........... SVX31 inO),V-1 NOWONO3 ... ........ ....... .. H699 ........................... DNana OCIVNOCIIVV4 Z#H3aHO NSVI-VIOZ GN0G-SlN3Vl3A0HdV41 A -1 GNV SIVNEAS 01=J=JVHl ONUH01 a C/) 11 10111— N01-1— ON NOISIn3tl ..................j I ua 2 2 1 1 ml s I 6 11 1 W1,O, X I 1gchw T X X X�o X wWX 1�3 �x lo �o LJ I @ lo T llll.�v ol .7� > LO zs 01 Z ............. cl 8. �l. -- 0 2 z z o 1z - 1 — ----------- Y o /o/w .1i H o -lz zmc -------------- mod " MON I'll-I'�l"///////:///,,,,/,�///,-",�............ .......................... 0� - -----------...... jr g/ LL U1,il . . .......... ua, !10 Tb GA19 09 S333rlN L.... 11j"I's ir/orrf,, MC;-H— ——- -----------—7 —--—-- —MOH o W ~ wuw z IW wo -1–. U3A, `HCl 30N36MVI ACI(In9 9 GA19 AV9 S303nN ..............H............. ... ............................... SVX31 i(10�,Vl NV-Id 699 It ai DNana OCIVNOCIIVV4 sndaoi io AilD Z#H3aHO NSVT-t,[OZ GN0G-SIN3Vl3A0HdV41 a A -1(INV S-IVNEMS 01=1=]Vul DNIIHDI C/) 11 IOIIIAII N01MI-SM ON NOISIn36 ..................J1 O z .1 if 6 0 'o Z w M U W C5 7 0 �o ga Iz > 3. z CL w z V,2 q- L, Sa u Eg CC . ... 0. . g z 1 0 1 1 1 1 V) . . . . "o W N, z 2 LJ 7 S: w HHTE'.'o'o 'o 'n HHTE HT HE Hff T r�- 10 a 0- 0 G 0 CL 0- -7––– 2 ul L.J W IF/m/i/d/ z IL 01 < r O:DU3 z w u cr0 0 tr m CL U JJ < z 91 S 17 < j WSW aS m 8 M08 6- 11 L7 0- 0AI9 AV9 SKMN 0- lim) 0, ji .............I A f/ oo,/ ILV) cza z m 7 I 4*MZFZ 'n 3: 2 a) L) V z 0> 0 4 A C�D 08 ry 6p g u -7-E ca c: a) m V) Z 12 Well il, 'o m 0 of CL -1—. U3A, NCI TON16MVI ACWH 9 CIA18 l,VR. sioim Q0 .. rafNl SVX31 NV`JOVIG ONISVHcJ ... ...... .. .............. . 699 r. ..............H............. DNana OCIVNOCIIVV4 GD A Z#H3aHO NSVI-tltOZ GN0G-SIN3Vl3A0HdV41 DNIIHDI -1(]NV S-IVNEMS 01=J=JVHl C/) 1. I N01MI-SM ON NOISIIII 6"NO I, .....................j I 20l m 00 RS z w w z w z w 0 0 z z w w w W7w CbnLK ti Y < < V) -0 L O'z IN I z 10 Z, zan.F acs z aw uj < 2 5 7 0 < z CE E < 0 < 00 z D D W Wz 0 0 z z w w " " lit111,, ,f\) 0 z LLJ d p 3 Q ¢ 3 tx-w () < V) V) z z W WS. <= LLJ ui z , < z LLJ L,T 0- X V) —————— CL -z vl� 'W0 x �2z z z 0 .0 z z 0 0 z < Ld z z n Z < W, 'd z w Pm V) 0 L'i I Ca > 0 < af. < 0 0 Ave S303(IN NO z 0 < V) u z z W < w 0 0 0 0 0 0 (.5 z z 4 w z w w m z LO pz Tw < < z 0 1 V) F m o a z <z z z 0 Vii u ui "v"rlN "d 333nN s363 Ld U) < z X LJ Jr 0. < W L'i -1-. U3A, �(l TON16MVI ACIT1H 9 CIA18 l,VR. sioim N Q0 SVX31 ... ......................... H699 o (�D Nd Id �joi,)nCJNO') ?R iin(IN03 It IIS18HO ai ........................... DNana OCIVNOCIIVV4 CC) Z#H3aHO NSVI-VIOZ GN0G-SIN3Vl3A0HdV41 -1 GNV S-IVNEMS 01=J=JVHl DNIIHDI C/) 1. I N01-1— ON NOISIIII 6"No I, .....................j I m § 0 z 0 U- 0 8 < uj (J Z te o Yg Z 0 o G U m < LJ z S L-j j C) < o < 0- w. L L, LLj zV) V) -,--< z V) V) 0 C) 0 0 ott < < D C.) ca z z 0 b b b < Err 0 V) V) lOO - 9 ------------- -1—. U3A, JO l A]HS ti 6s, ........ ...... SVX31 GG 30N36MV-1 MIWO �o OA�G AVG 5303nN ... ... ........ e9659 ai ........................... Amna OCIVNOCIIVV4 IIS18HO sndaoi io AilD GD SNOUVAIII Z#H3aHO NSVI-t,[OZ GN08-SIN3Vl3A0HdV41 c -1(INV SIVNEAS 01=J=JVHl DNIIHDI 11 IOIIIAII N011d1— ON NOISIIII 6 ..................j I Wl 'p, 6 Vim W2 mw ... -- ----- V,8 N LLj o w z. a WT. 'WI O Ln zi Til o oo 0 0 w a. 'NIA 6l oz < oz IW o x z < T- ,5 Ic .. ............... ----- < In < oxg� T� ;< 0 0- 0 0 C.0 < CIL< NIA'6t 'NIA ,61 -1—. U3A, JO � 133HS N Qo 6s, ........... .......... SVX31 b10 33N3�JMV-1 mione 0 OAA��] )MI S303rlN ... .... H699 ai .............................°y 11DNana OCIVNOCIIVV4 IIS18HO sndaoi io AilD GD SNOIUVA3�3 00 § Z#H3aHO NSVI-t,[OZ GN0G-SIN3Vl3A0HdV41 c A -1 GNV S-IVNEMS 01=J=JVHl DNIIHDI a 11 IOIIIAII N01-1— ON NOISIIII 6 ..................j I 6 wl WO, wi z WE 8,6 Z uj _j IZ 0 CL 91 mw �2 T Ld ----------- -------- O. 0 u N p LN. 0 NIA 61 1Q. Ld -j ..zv 0 0. uj Q- cr Q- -1—. U3A, �J(J TA3�JMV-1 AGCY18 @) CJA�O AVO S303nN SVX31 ... ....... VIVHDVICI ON161M ... ........ ....... H699 ........................... DNana OCIVNOCIIVV4SI1d210� dm GD Z#H3aHO NSVT-tltOZ GN0G-SIN3Vl3A0HdV41 A DNIIHDI-1(]NV S-IVNEMS 01=J=JVHl 11 IOIIIAII N011d1— ON NOISIn36 ..................J1 o 311HM11- mm N338') .o AoVqe Q a I u z ONV60 w 53�.i p 311HM Ila 311HM I1, ry U r L N33a9 LIJ .- z r in a I-,- rN rONV�10 �0 — 30NVNO 'j8'j 0 03H r L cf3d 0 o F7 vw E C, z .1 311HM L 311HM LO c5 FN33-1 N33�10 0 z w -- FTYNVK 113177, �gs Tz O ............................... F I M311081NOO - VV43N 03SOdONd ww- 113,1 1 U 16 Ll �w cg Lll I I WOO GI e mg 311HM N3310 c5 19 03H U5 31IHM III- z 3ONVaO N3319 10 -M 3DNV60 z G3F 0 311HM 11. w N33dO 3ONV60 I 31 0 ul 311HM r. N33230mV,a o 0 IDN. Nx 31 T fj -1-. 'U3A, iS VNViNVI @ iS MlVd011 -N 12 SVX31 .. ... ...................... . H699 inO),Vl NOUIGN03 ........................... DNana OCIVNOCIIVV4 sndaoi i- AilD OD) C-) Z#H3aHO NSVT-tltOZ GN0G-8IN3Vl3A0HdV41 (C) A -1(INV SIVNEAS 01=J=JVHl DNIIHDI C/) 1. 3LtlO IN 10111111 N01-1— ON NOISIn36 ..................j I O 121 1 2 11 li a8 6� T 2 z 7 �7 m z� 2 12-o �5 o I o K3 6 2 z z 8 o LLJ Tm w, T @W>w z & z's �!-s �w 0a zE, Iz 6—m", Wz, . -a YU -z OWz z I Z, o LO I w Ow ],z M W7 T E W1-1. 0 lz 1� o o w 21 8 o W, M O 6 Z, A L, Iz z IT kwl z V., N wx a, wb 5 0 z" (b X lo 12 ol YU mod Mob WW IS VNVINVI M08 > bbl I >w z NO -,IX, z m rr 6, w v, 0 0) O Owo lo U3A, iS VNViNVI @ iS MlVd011 L7 dy .. ... ............................... SVX31 699 sndaoi i- AilD OD) InO�,V� NVId . ...........H............. DNanaOCIVNOCIIVV4 Z#H3aHO NSVI-tltOZ GN0G-SIN3Vl3A0HdV41 A ONIIHOI-I(]NV SIVNEAS 01=J=JVHl cf) 1. 3LtlO IN 10111111 N01-1- ON NOISIn36 ..................J1 O I 3 K T K, zo 1; 0 1. lw o K i 'El SM CL T z , " I ' wNp 2 u "56 dKaa1 E mi ff HE z 0 0 � CL W �Iloo SV) W w zw < :Wu 0 Z O JrD m 0 0-13: Ld ti it zo o S o�ol IT, VNViNVI ol o 'M 15 ------ (9 19 11 moa MOa .1 v" z lo 7 vii m V) 4—Z o 4- 0 o z Q o. lw 7 RO Ul o y CL bux 0 z On z ilk Fl. Eg r2 OL Ill 0 T i -1—. U3A, iS VNViNVI 0 1 MlVd03� —N 12 SVX31 H699 .. ........... . ........................... DNana OCIVNOCIIVV4 lll� OD) AV�dSVIG ONISVHd Z#H3aHO NSVI-tltOZ GN08-SIN3Vl3A0HdV41 -1(INV S-IVNEMS 01=J=JVHl DNIIHDI (/) 1. 3LtlO IN 10111111 N01-1— ON NOISIIII 6 ..................j I UN d N, N, L)v z < < < z z mw axe. Yi v) < w z I Mw O-x acs z ur ci uj 0 zz 0 z (M?L:� w U 10 0 < U- m z v, (., < < < <, , z 0, u¢i 0 z �C!4) UJ w Ln LLJ < 2 V) < vs w hw LLJ v�) n. oO 0- wx 0 < w-, M� a z 1. v, '0 (A 0 0 w w, 110 1.IN z I2z Z� Li W m 0 uj z < z oO z Z �E. < 0 zw C) < < 0- < LLJ > O� 0 0 0 03 4; LLJ 'INIIINII < < z 2 V) < V) W I., O o o o o o w L) z z 74 z z 0 0 0 C) 0 0 < VNVINVI z U) z LLJ < z 0 LLJ z LLJ V) LLJ VNVINVI < ID U) -1-. U3A, iS VNViNVI 01 MlVd03N -N 12 SVX31 H699 .............. ........................... DNana OGftlCIVNOCIIVV4 OD) NVId �dOiDf�(IN03 �R ilMIN03 Z#H3aHO NSVT-tltOZ GN0G-9IN3Vl3A0HdV41 A -1(INV S-IVNEMS 01=J=JVHl DNIIHDI cf) iv 1. 3LtlO IN 10111111 N01-1— ON NOISIIII 6 ..................j I cO �S' (n �5. m .1 Q� uj -z YYz 0 U- cr :D T T. lo 11 < T < < uj Z < cr 7 z U) -6 z < GJ z m LA z. u z U)z A LLJ V) 0 -A �z < < -z- z o V, ti L) OU Iz < R V)- va 6 z 1 1 ktt O w N- -1—. U3A, JO L 133HS N SVX31 iS VNViNVI iS (RdVd011 .................... H699 Dmna OCIVNOCIIVV,4 ........................... OD, SN011VAIII Z#H3aHO NSVT-t,[OZ GN0G-SIN3Vl3A0HdV41 a -1 GNV S-IVNEMS 01=1=]Vul DNIIHDI C/) iv 1. 3Ltl0 IN IOIIIAII N01-1— ON NOISIn36 ..................J1 1-2 0 I.Wo .,-w cu Jwm� z. ol —w -------- ---------— 71 w < -z .� I Fp T5 (A 0i �>J TD Q ov wl<w. W < lw W.�w cl 0 NIA '61 ti .............................. -------- --------- Ln 0 0- NIM 6l -1—. U3A, JO l 133HS N SVX31 iS VNViNVI iS (RdVd011 .................... H699 DNana OCIVNOCIIVV,4 ........................... OD, SN011VAIII 8j Z#H3aHO NSVI-t,[OZ GNOG SIN:3Vl3A0HdV41 a -1 GNV SIVNEAS OQW81 DNIIHDI =1 1. 3Ltl0 IN IOIIIAII N01-1— ON NOISIIII 6 ..................J1 6 z. Twi8 cl 12" cwxJN Ln z bEv� z , I W N ao W 11 T. 0 1. I K N Z NIA 6L IAJ CLW 0 MY LLJ 1w,W, ..............--------—:4 . .................. T < eC A Inn j vl) 0 a. 0 0-1 0- F MIN 6t -1—. U3A, iS VNViNVI 01 MlVd03� —N 12 SVX31 .............. H699 AVNOVICI ON181AA ........................... DNana OCIVNOCIIVV4 OD) CC) Z#H3aHO NSVT-tltOZ GN0G-SIN3Vl3A0HdV41 'D A -1(INV S-IVNEMS 01=J=JVHl CY DNIIHDI cf) iv 1. 3Ltl0 IN IOIIIAII N011d1— ON NOISIIII 6 ..................j I O 311HM TIF. N3380 NOVIG FON-1 4 9321 c# m rn -E Krc 311HM F—IM 30NV60 1 o m6 038 V3 0 m 0L,0 MO z� z 6 311HM llla 31 N33 0 N3380 F-30-N-110 65 L R, L 7, z, Tz O 'z N z ­5 ul O u WI- ......................................... 8311081NOO VV43N 03S0dOdd nae w At o Boz Ew d 311HM III' n N3EO c5 z 6 038 5 U 311HM III'C z 3ONVNO 3IIHM b 0 0 N31aj z. 0 . 3DNV60 93 az 311HM 03d 311HM I", 16 IDNV80 z 938 vly 0 a 0 -1-. U3A, NO NIAVH @ GH IIZNI>i,)h (-o SVX31 ... ......................... H699 inO),Vl NolilGN03 ........................... DNana OCIVNOCIIVV4 AilD Z#H3aHO NSVI-t,[OZ GN0G-SIN3Vl3A0HdV41 c -1 GNV S-IVNEMS 01=J=JVHl DNIIHDI 11 IOIIIAII N01-1— ON NOISIn36 ..................J1 61 pz 1 11 1 cl m o00o I So ug I w T V tt 1. lw W� I- 8 W, Z > > 6 Ld > .15 U am- o I IW �o o ao 0 0 tt 0 10 @ @ 12 1 1 1 31.111� .� I I!t 7 uj 111. 10 Im t.1.7� 11 WM 0 Z� < 2, 0 > 7o pz -—----------- pz.1. HQ N]AVH ----------- -------------------............................... moa 0, .5 o Z. Z, 111W zp I I 1 0 11 ol W,.1 ps 19 > ro -1-. U3A, NG NIAVH IIZNI>IDA Qo SVX31 dy ... ......................... H699 It DNana OCIVNOCIIVV4 imV� NVId ........................... AilD • 00 § Z#H3aHO NSVI-tltOZ GN0G-SIN3Vl3A0HdV41 'D c A -1(INV S-IVNEMS 01=J=JVHl DNIIHDI C/) iv 1. I N01-1— ON NOISIIII 6"No I, .....................j I 00 J O Ox lo I lo I o A w 'w 3 3 tL7 z T T E V, ff a: T, 'T 3 T E m _71 WF'w, 2 .6 0 0 c�,-~nN V— g u . . . 6WO222 :,88 Lj o� ol o? w 01 0 10 Z- cL < L.J W zw L,)_j _oo- (D R:-j Z 8 WIWI I a a z:D w. o 0 w cr < M u Z Ld z I 5 —------------ -------- cl 80 N3AVH CD S -0 ow 4 .-"---- --—-- ------------- .............................................................. ,, moH x.................................... -- ————————— —————---......... V1 4— z z z > 7 41, _j 2- > 4—z 6 zo killill,0. z 9 ll� 8 a- a: lig 0 w -1—. U3A, NO NIAVH @ GH IIZNI>i,)h (-o SVX31 ... ... ... ........ ........ ... H699 MOOVIG 9NISVHd ........................... DNana OCIVNOCIIVV4 Z#H3aHO NSVI-VIOZ GN0G-SIN3Vl3A0HdV41 (C) CYA -1 GNV S-IVNEMS 01=J=JVHl DNIIHDI 11 IOIIIAII N01-1— ON NOISIIII 6 ..................j I RS 1 UK w2 dw w. 0 c F, E w7 w 2 v) 7 V z lo o z uj w LD < zzw zQ 0 L v-, 0 <o a< Ld z z < U) � z 0 uj z V) u) V) X Ld < < 0, X c:) La z 0- CLCNS C� o < z. ww <cF Z Z < H Z Z < La CJ O K J IJ N3AVH < z z V1 Y. U®7 Ls C) o o o o z z 0 U z4 w z N3AVH < Z 0, W z Ld Ld z Ld Z x C5 N Ld N3AVH Lu < w u)) < -1—. U3A, NO NIAVH @ GH IIZNI>i,)h (-o m SVX31 ... ......................... H699 NVId �joi3n(]NOO 2R iinCINOD ........................... DNana OCIVNOCIIVV4 AilD C-) § Z#H3aHO NSVI-VIOZ GN0G-SIN3Vl3A0HdV41 -1 GNV S-IVNEMS 01=J=JVHl DNIIHDI ws iv cf) 11 IOIIIAII N01-1— ON NOISIIII 6 ..................J1 O uj 0 FA u a z 0 u d ac D V) 01 01 <g S < - - - < LLJ 0 Z Z-6 - - - - CY z a 6m V) La pmz 0 z uj C 10 1 W. z u) LLj 0 z Q--- U V) V) < 0 < btea Z� D z ZZ 0 L) < _0 V) vi ------------ z ----------L -1-. U3A, NO NIAVH @ GH IIZNI>i,)h Co SVX31 dy ... ............................... H699 SNOIIVAI-11 ........................... DNana OCIVNOCIIVV4 Z#H3aHO NSVT-tltOZ GN0G-SIN3Vl3A0HdV41 A ONIIHOI-I(]NV S-IVNEMS 01=J=JVHl cf) 11 IOIIIAII N01-1— ON NOISIIII 6 ..................J1 LLv, KW W "jaw V, V,6 (I-)8 6i s 55 W. E W, Lj -off w Z io ----- .....---------—-------- ................— LL, 0 t C, F�_ CS a. oo (o i >/ 0 Ld _j 0 > 0 E w E Cl Nin uj 0 cL ---------------------------------------------------------- O Q 2z --------- ..........--------- ... ... —---- ........ LO Rx To�< V) < ut Ld _j 0 0 -------------- of oLO Z- NIM 61 cl NIM '61 -1-. U3A, NO NIAVH @ GH IIZNI>i,)h (-o SVX31 ... ......................... H699 hVO,)VIO ONNIM ........................... DNana OCIVNOCIIVV4 "IZ#H3ablO NSVI-t,[OZ GN0G-8IN3Vl3A0HdV41 CY A -1 GNV TIVNEAS 01=J=JVHl DNIIHDI 11 IOIIIAII N011d1— ON NOISIIII 6 ..................j I O ry O O g. 311HM I11m lw N3380 0 39NV20 Krc MXIIIH� F—IIHM o LJ 30NV60 I r77771— g 6 0 o T M t 311HM IIIA 311HM III o N3380 N3380 F-jo-N--o 3 F---=N—v-do Y, 038 ---------------------------------- < a) 00< Cly 0 O Tz 13 m < z ­5 M3110d'1'N0'3............................ VN3 N 03 SO d ON d --------- ---------------- H < o as BAF- 311HM IIIA N33t0 c5 0 3owo G3H o U5 .2 311HM z 0,1 —N3 3 a'J 91 o 3DW80 G3F U, 311HM N33230 ]JID NJVIEi o IDNV80 038 m -1—. U3A, SVX31 2 JO l 133HS C7 ;fid Nnil-01—di IN—11-1 IIS18HO sndaoi io AilD SNNi3G NOIS H699 It . Cv .......................... il DNana-OCIVNOCIIVV4 A 2� Z#H3aHO NSVI-VIOZ GN0G-SIN3Vl3A0HdV41 a z tisk c ONIIHOI-I GNV S-IVNEMS 01=J=JVHl 1. 3LtlO IN 10111111 N01-1— ON NOISIIII 6 .................. I --r-6 zz-----------rft- < ",z, -Y < a < 4 61 lw 'c' z 5 < -Z w N- R< 2,6, LO C p E < z m 6i P P. WE � ~ mWP uj z px mj 30Nt 1—mL �c Ww _j < ttY T—Z,�- T, LU z ¢2< LU V) z 65 z < z log 0 41- 2ZO, 4m=z xd Z 11 4mmm z 4mmm Z: 6.1 z z -j Ln 0 0 7 -.j ---------------------------- UJ LL. z LLJ z .-j L 0 -1—. U3A, % haur SVX31 2 JO Z 133HS N C7 ;fid Nnil-01—di IN—11-1 IIS18HO sndaoi io AilD S�NiTl NOIS H699 It il -O ........................... DNana CIVNOCIIVV4 Z#H3aHO NSVT-VIOZ GN0G-SIN3Vl3A0HdV41 DNII1iDI-1 GNV S-IVNEMS 01=J=JVHl iv 1. 3LtlO IN 10111111 N01-1— ON NOISIn36 ..................J1 84 v-1 z r-bfl Fi 4 C)o I F;T 1 r-I ,-T T—R F, �, ,-� I, --T ................. CN At f �2 > X x M X 0 mom= T cnUx �E2 77 Ln L V) ommmi D < FIT; 8--G TGI 4- X Ln X x Ln r4 cmn LIM I-llz — . 4� E ol R* - T Low I.X m bra So LO '5 -1—. U3A, SVX31 2 JO �� 133HS NnII-01—di IN 11-1 IIS18HO sndaoi io AilD S�NiTl NOIS H699 It il ........................... DNana OCIVNOCIIVV4 Z#H3aHO NSVI-VIOZ GN08-SIN3VI3A0HdV41 a DNIIHDI-I GNV S-IVNEMS 01=J=JVHI iv 1. 3LtlO IN 10111111 N01-1— ON NOISIn36 .................. I 8t 84H¢ 1 -;] r 14� x X X 4 Ln X Ln .16 Q. 77 ol IW 4-a x z�b�b FE: z V) 14 Ln < 7L ,7 F o > 0 > X M M x —T-TI T -1—. U3A, JO l IIIHS L7 ;fid —N 12 SVX31 SNNil(l N0110Cl2J1SNOO IIS18HO sndaoi io ,lilaH699 ........................... DNana OCIVNOCIIVV4 (C) Z#H3aHO NSVI-VIOZ GN0G-SIN3Vl3A0HdV41 A fY DNII1iDI-1(]NV S-IVNEMS 01=J=JVHl 1. 31tlO IN 10111111 N011d1— ON NOISIIII 6 ..................J1 'o z Q - orvmi < < z 6 8 i 6 I Iq l< I 1z, 411 L .1 .1 WW I Iby o w R Ml Ml < NO E V4 .1 I.o XV '64 1 0 Z < LLJ o u 1 3003 IN3W3AVd tio oNno AvmovoN xvn Ot MIN o S XVN z U) o z Z WIMMm, --i'l 16 P p 0 El _j LLJ o 0 0- < z < z S LLJ z < 2 z ui UJ .1 z -z ui z w u5 '9 rn 0. < LLJ moz -j St < 10 00 6 16 z z 5 < Wl Oz. V) >. < < UJ o :D z Z 0 .�z -----------........... -i LLJ < ui u V) wad (Z u wl 1. LLJ i za 00000000l. w-i z� 0 -j - z LLJ IS z� xvw NIN 'I L LLJ < FW v- JNA La V) 16 2 m ow -1-. U3A, JO 7 IIIHS C7 ;fid -N 12 -1 SVX31 S�Nil(l NOIUDCI�JiSNOO IIS18HO sndaoi io ,lilaH699 ........................... DNana OCIVNOCIIVV4 Z#H3aHO NSVT-VIOZ GN0G-SIN3Vl3A0HdV41 lidx A fY DNII1iDI-1(]NV S-IVNEMS 01=J=JVHl 1. 3LtlO IN 10111111 N01-1— ON NOISIIII 6 ..................J1 3121SSOd383,HM Z JM V) 0 a- z 0 < (A (A zJ < ti� Na -z z z o o w z 0- v� w 0 L <1 Im vr Z z T W. to -Z LLjj z 0 0- e"g lw Z vi a z CJ W Ld La < 16 < So x C7z �z u 0 z < z F', Yw 14 9 i _W- '-z L a -W W� d�� — I jW �l AN F-< Tb il 9 V, 1," 0O by < < 0 u ww" �z 2- I H W W-, 0 ZI -1—. U�3A, �4ttt?�,,>, I'll,ll-1�11.1— N offSVX31 SIIVIIG NOISN31X3 13NIGV3 IIS18HO sndaoi io ,lilaH699 ........................... DNana OCIVNOCIIVV4 00 "I Z#H3aHO NSVT-VIOZ GN0G-SIN3Vl3A0HdV41 A -1(INV S-IVNEMS 01=J=JVHl DNIIHDI C/) 1. I N01-1— ON NOISIIII 6"No I, .....................j I > Ln V) T. Gi 'Y z t < w uj z UJ . i I > > ui I-D I -- —m—. 'U3A, SVX31 SiNIAI�JMOI�J GNV SliON NVNINIC .. IIS18HO sndaoi io .111,0.111,0NOUOFI�JiSN03 CNV ICIVMJ�Jvo ..................H699....... DNana OCIVNOCIIVV,4 Z#H3aHO NSVT-VIOZ GN0G-SlN3Vl3A0HdV41 a -1 GNV SIVNEAS 01=]=IVHJ. 8, ONUH01 1cf) iv NOI1dIN5S30 A© 31tl0 ON No N011d1— ON Nols— z j 3i b 0 ka 2 o9 ql, .11 5.9 1..V z Lu C, Po t M C3 u t -OX CD z LLJ od ----------- 0- N L Nr> lo c 11 11 lz 6 M > Ae w u o ol 0 0 0 0ao > cL > I 0 0c� -° __ac � � J lo wm 1. 1 L CJ N o C,1) a o cl, vCT C) T Nto y w NE > 11 O wt m a)I o w I I I I c . ,1C N 17 �..(0 6' w z o c- >0 L > nEvU— w o c 17 E C) - me N CJ I E 2 co m:� I c, o L. c'r, E N NCC L 6 L sot-L z a o w B, w c'C' < I - o w -.11�I.. I .1-5 0—. �I L. F, 43 1 'w 1 7) .2":i CD c, > 011 I o w c L 1. E C 11 c o— I E, <m,o b .1 to N11 E L, m 0' E—� T I.. c -6 1 L.'C I z L c �3 W awo�x I IL w2u, o o "1 1 17 E 1) 11 1 L'­o x cc w o c a) ��Eo o� ow o o—c c. ol 11 1 Ol 11 m ,ao c o I .I- . I —. I I — (D a I L .. .1 o w I w, N,".1 1 > o— L—o w o 3*�', < IE 1. o ) o 'D��C am < T w`0 —0 1 0'o I I o I I I c I C, mL 2 o T ID I E C,11 —6,1 o 1) 11 o.c v I wl O c I I E C,I c, E I lo 0 1 .0 I o -'z .. c X ; C E 'c c I c w c o 0 W N o > N o Z o L S 3 4. U U N> c,6 < I- o cl c C cet c I 'D I—m c c z X I �l L > o c o Q 00 o o w I o 1� N r) 0 E C, C, E ww uci (c C.1 C) E W L - o 0 1 w c KO L c L m L o E I I I C, c No 0 j� x N, �71 I I E-- o,-o-o-,-- o 11 o 11 O- E 1, c m c w < I I I c I I I I B, C (D 11—L C I z cf N, I o •I I E m-c' c 1, o:t o-c- o 5 w o"- ---, , �,N , "., m o '0,w o E W E — c c —C,0 0 w O c o I m > 5 b a, c L c,L c. I 2 o .L '0 E'7 c m 0 C m c L -- D 0 U o w > to - I I-a ...•- b E b m c E I I I > ti o— o 1 11——C w m r c U W m 11- 11 1.. o , I 1 '.2 rn> E ON 1 1 c > '.. w 2 "o > o�o c L o m I I c I(I I I I 1 11 1 lO I.. L <'�E c. �W t�� wx WX c -E E L 0 3� 1 18,o. 3AI 5u!'00"!6u3 jo juawpodac 1 KIN ........... N 6SI uN�lnSVX31 iMn i3lrO&I IIS18HO sndaoi io AilD NOIUOFI�JiSN03 GNd ICIVMJ 1UNME OGVNOCIIVV,4 0 00 Z#U3(3UO NSVT-NOZ C)N0G-SIN3VI3A0HdV41 p A ONIIHOI-I GNV SIMMS 01=J=JVHI r�v 1. -0 ON NOISIA38 N01-1— N—.N I S AM lu B Hf g its lit v, j 1 1 t aw; c; 2 SIR- mill! n 13 hu ab it 11 IN f Ago 1 a "lot, will 1 Fwl 2E. RE MOM - 18 M11E R5NCNEi In b 2 INS A it 1 Ef B os VIM 1 PIT MIR In Sh Iv 16= Q� X - 0- El -0 of it New 2 1110 i M to! X Ell I F, 90a Ed FMa 1101 1 fit BE w 2'-1. Z-I? 44 1 EMS 9 IN gag HIM M WHIN win '7771-77-77—� HIM! 414. 114M Man 141 MIR POP I—MKpug n- 9 Ing U FV MINT; -1-. U3A, ISVX31 ilAll (11]dS INOZ >I�JOM H699 t IIS18HO sndaoi io .111,0NOUOFI�JiSN03 CNV ]CIV31N ........................... ilDNana-oC)VNOCIIVV4 a Z#H3aHO NSVT-VIOZ GN0G-SlN3Vl3A0HdV41 -1 GNV SIVNEAS 01=J=JVHJ. ONUH01 cf) 1. 31tlO IN 10111111 N01-1— ON Nols— j 0 ZD "A®r- 0 CL Ln Wu C) 08['7 L-v co �0- xwF 2=C> V) "E E 8 V, 7, s CS 0 Q) C, 2 (D 0 Q) c wN E c 7 s .2 LLj '6 4- = - -I- 0 C & 0 22 2 Gob co (D r-,j v G n �F S,o S EW > T t 2 W 3�= 0 1orb 171. 0 0 7;"'o, & S S Q) .0 ;- I I t O 015 1 1 1, 1 1.1 o)-2 lo 0 C o 11 E. 1,, 1v 11 ss w -S E 6 -S f z (D to c N a�2 LL 110 u 1 6 g,Q u ,- E UD CID 0 CL 0 L (1) C), 0 u n 0 1 0 '6 (D R & E cy t t LLJ .1 10 cr o E 9 2 t 2 T c c 0 o .lo- 0 K R 3 0 & g E S .0 "a 1 > 1)1. .0 S -0 CD -1—. U3A, ISVX31 SliON NOIS ),cJV�JOdAli H699 t IIS18HO sndaoi io ,111.0NOIUOFI�JiSN03 CJNV ICIV3N ........................... ilDNana-oC)VNOCIIVV4 (N Z#H3aHO NSVI-VIOZ GN0G-SIN3Vl3A0HdV41 -1 GNV S-IVNEMS 01=J=JVHJ. 8, DNIIHDI C/) I iv NOI1dIN5S3O A© 3Ltl0 ON NO N01-1- ON Nolsil 6 .................. Cb j V) Y9 6 z V) z z V P u g'6 fn 0.2 CL Z g t e- L 0- 2 P t s- t t S t a H IF Uv 2Na 6 11 9 t 18 as z El- 11 E 2 t T�z E E 2� 9 t k.E f 7 t 5 51, 11 b f t t 2-6-t a 8-. P �z 4 F vsus 9 S N E t B Nq$ t 1.1 IE -6 �-.s 2 a 2 R t F,s t p� �z g�s a e t v&9® l 5 8 t 8 j.2 N, o 7'E 43 43 9 g �s E 7 lo o 6' 0, k I 41 El L .1 9 1 s.v, t A-5 2 t F; s g s 2,t° 81 8 E q,D a t ...................... t z 8 a L:t.oS t S= 8 k............. . ....................... 2 > cog t t -Ull 71MA I i -b g, s CIE �s 117117— :mP77-111 1 — 3A, 5u!,22u!6u3 J0 ju�wpodac CO SVX31 moddnS NON Wdli — 5 e� b ON ------ 1UNME-0C)VN0(11VV4 1108HO snwo io Am NOUOFI�JiSNO3 GNV ICIVMJ�Jvu <> z 0) 00 Z#H3aHO NSVT-VIOZ GN0G-S1N3V43A0HdV41 p, A ONUH01-1 GNV SIMMS 01=J=JVHJ. ON NOMA38 N01-1— A9 3— ON Nolsil 6 Z Ell Sl ps z �127 Q) 25 WAR 2 A W 9 'jig Z .1 RIM A RE A m AP 1E8 o 110 ­ mp sun A 1 Y 221CJ61" i ME m 2119 Hit a- ............. . ............ ............... ll R_ a HER 25 ill LU '12 w v X2 81 amm ................ .... ... m 0 z — — fill ITT F ............... 02i CA CL �L (A NL x z OZ Sol CA ZO 4 El <7 7 ar t-,\,,w o , Nil 2 Lw LA t L < -0 r A M A! -Na V) ------- 15 CA N0 o LLJ LU Z o. 1 ICA A. oil (A 1 All -1-. U3A, SVX31 (SA3d) NOIS 30VSSIA 1N9V30NVH0 CN IIS18HO sndaoi io AilD H699 ........................... DNana OCIVNOCIIVV4 JJOVi(JOd N0li3MjiSN03 GNV 30VOIN ]VO (XD a Z#H3aHO NSVI-tltOZ GN08-SlN3Vl3A0HdV41 -1 GNV SIVNEAS 01=J=JVH.L ONUH01 C/) NOI1dIN5S3(i A© 31tl(i ON No N01-1- ON Nols- 0 L'i w oz Lo U w 4- Z w LD tL E 4- 9 -2:T, LLJ co 0- C> E Z rr, C, t -2 N UJ ZD B t V) CL -Z tc & FS 2-2 O CL F 2 9 H- C:> LZ R -88 'H W, 16 Z21 V) MEN 0- -- 0 uj 'a u cl zz 2 N'-�-'EE' (D f f- b -2r; -5--- w Z.- 'e-k 2 9 Q Z 11 k0lill- 044,11- B, E Ef, g E -q- �pt�?2,;'St §t-E 2, 9,s-. -.5 t ' z- Z 2 S 71 Is -1---- ------ - W. ..................................... V 4 P ........... .2 1 t s A 'M 2 8 9 17,F k j-6 j i -2 0 P� 9 fi t, t "I T.2"ll-, 6, fl c i�ar�o ltlN sszo s 3 3 ei saain�as 6uu22ur6uj �a au�w��adap bl— L :J f� �fx d SVX31 `joivnNIUV a S1H011 N Qo »I',3fNl ONMJVM Sd101'JTIA3 1 '�3NVd _ �N 9£659 tr 11�71ZJ(19 Oot/NOgIVW IIS18HO Sndaoi id .111.0 M02i V N0110MUSN00 ONV 30VONa]V® ' 3NfI5tllJlO3 f AHNtlI LII a v Zi HEICINO NShc-NOZ GN0G-SIN3V13�10HdWl A �Y -I ]NV 5-VNEJS 0I��dHlDNIJi71 s w C/) iv NOI1dIN5S3O A© 3LtlO ON NOISIM13tl N01-1 53O A9 31V0 'ON NOISIn36 Cb c In ,WWI ~�p�' L.7 C7 H LLJ O • o • �y N 0 - - 6' - w p J b LLJ Rt 5. • w w Ys 8 a° co Q E3 55 # �, N5572 N J & off° °a a+v k a a a oh wBcI w �. • w o o s ¢ a ¢�o DJ.+gym e z z z N'o 4 Y -meg&"° 8 0 _ w w oo v x m + a b `6 t g Sto8i �v fio.cam' � t LJ e L v J + ` m W in O ........', . F,n «a+o _ vv.k22 " an —S� '"5o xU5 W °5:'- rod.5.err ®_t9 g„_ t uj u ° a� _ - v 5 8 5c g v5.' �a n o 0 5 a~ av - a - Gag �v�« kv tl _ rv.f`.a� � LLJ a w b o m « a m - - ............,0.4..,.C...."...>....�,— I'll,ll--1�11.1--..... 3A, DNana OCVNOC 131N1ih SVX31 S131AIG ONIZIINNVH,6st . 9s6sq ndaoi io Am NOIUOFI�JiSN03 CJNV ICIVMJ �Jvo N CC) "I Z#U3(3UO NSVI-NOZ C)N0G-SIN3Vl3A0HdV41 A -1 GNV S-IVNEMS 01=J=JVHl 8, DNIIHDI lc/) iv 11 IOIIIAII N01-1— ON Nolsil 6 .................. z V) U Lu S g- 'IT Lo LLJ 2 S Z s u C) o S OC)5 y0 I u t a �2 2 & 2 FT4 F co N t gt t e -1? 2 cl 11 6 2 B E 2 IT t 2 2 "tQ., t 17� S 1 7 _2 �E x�—o.L—aO M—o 2-3— >E? S -------- ---------- --------------------- K .2 &— t S. C, Ovt ME I �.......... -0 t M.- 1 t sa'.2 22 B E" I —6 -6 s E- b F -&2 ,a t T 8 F5 2 -6 9 g E Fp 41, S -6 ®_ 21 t"7, t g 6 vav t t s g ­2 R t ET � s ani gat s�E.E g 2 t.a t 17 T E 41� I F E t t 6 I's 2 S aGn ? t t .6 g t a 8 4 t P° vg2 3A, 00 .... ...... SVX31 S13 AIG ONIZ11INWHO A------Q 1UNME-OGVNOCIIVV4 1108HO snwo io no NOUOFI�JiSN03 GNV ICIVMJ�Jvo 00 Z#H3aHO NSVI-VIOZ GN0G-S1N3V43A0HdV41 a ONUH01-1 GNV SIMMS 01=J=JVHJ. w 1. 3Ltl0 ON NO.I— NOU-0— ON Nolsi,6 ------------------L_ CA 1 A t0q OZa to a oil 1H 10 Los 7 NT g CA MI M1111UM 1 tog 20H, as It'flop 19 Was WAIMS 6 all MUMIT"s 1F _J M 1INT vWQM !1110;lemulm!:A Mill Wit ss v. TH WA, P 9!".2 s KISH111i oil ml IM a 119, MMS M1011101- Wts I All M10 1 fool �M_ ;i -C-=" a H q! F F•R R M% 11 , -, WO .......................... a7 11 Wry; I W! US UP& WoUt iz E." V-2 s SUMMIT DUMM, 4 110100; Musl An Q- Hi � vase dws how :2 v in S i At 0 z 12101!1! 9111,;Ail it 1; sex ""h 11HUM 1; H papal- AU!!Q QP is A z Z z AWAY 6s —1—. U�3A, Ct" ll-1�11.1— N .............. SVX31 S13 AIG ONIZIIINNVH,) ........................... 8HO sndaoi io Am NOIUOFI�JiSN03 CJNV ICIVMJ�Jvo 9�6sq DNana OCIVNOCIIVV,4 IIS1 00 "I Z#U3(3UO NSVI-tltOZ C)N0G-SIN3Vl3A0UdV41 A CY -1 ]NV S-IVNEMS 01=J=JV8l 8, DNIIHDI iv 1. 31tl0 ON NOISIA38 N01-1— A9 31V0 ON Nols— z Eka 2 IN U Lu &- 6 E V) ul E 0 z in 27 2 f,R t z u t uj w m z :F dcvic 2 4�11 % I i,�E� m �jj z— U' 0 :9 p 0 0 I., �I z I E E3 S, \ ,\ / rmr} v P I E L t 37 6 R S t .2 E El p:�-- & % ---No 0 (ei E -6 t 8 t- o aga 0 --------------------------------------- 'Z 0 8 0 .21 0 R 0 -KH A u CC7 au 0 t 2 for e z 1 0 0 t t 2 E a CL "3 3A, A )OR SVX31 SONNAVA WIM"d 9£699 IIS18HO sndaoi io .111,0NOUOFI�JiSNO3 GNV ICIVMJJVU 0) Z#H3aHO NSVT-VIOZ GN0G-S1N3V43A0H,4vq1 CY 2a ONUH01-1 GNV SIMMS 01=J=JVH1 NJ s 2 z -ai un mys, af ag IV HUR list in to HS M Sly, 1 8 h Lt fay a A- M VMS 12 tv oil WIN T 6WH owl QW, log japy vim A t 1 1 ;-n t Q 10 litd. a€ I i tin Igo, h Et i 1 11 a M 9 FEE 2 R 0 8 a I VIA oil I 0- q 1h; a w h SP all;11 lit Mill t E H Ell lea a I i 1 it A i I is 11 101 gv� lar ........ —N 12111.1 111--1 SVX31 SNdlilVd ONI>QJVA INIA]AVd IIS18HO sndaoi io AilD N0li3FQJiSN03 CJNV ICIVMJ�JVU so 9£659iiDmna-OCIVNOCIIVV'4 0 ' la Z#H3aHO NSVI-VIOZ GN0G-SlN3Vl3A0HdV41 C) CY A -1 GNV SIVNEAS 01=J=JVHJ. ONUH01 a cf) a iv 1. 3LtlO IN 10111— N01-1— ON Nols— z V) Cb 2 z V) a C.L V) z oo o o o 1 11 0 z U CJ z O O o. ❑ R v- u , W a -Lo o z LU —1, VT" Z Pb b La m 0- 41 M a Cfz w v 2 Y- 0 1, v) D C, m C < z EE 0 z J < V) V� LLJ CL 0 —j 0 'o 110 o 0 0 do 0, 1 0 0 16 o 9c: 0 R > > .0 0 Ld 0 z 0 0 im a LNJ < 0 < < t I 0 cc 11. 0 LA 0, w 00, w z z o < I o ui z In 0 CL 1 cK0 a CD 0. L'i ZL� ZL� < W cc Er F z z LA « z z < 0 LLJ ob w > 2 z On CL -Al Z La u Z7 7 lo. z .6 o �t ui z o C, o ui E E z & c u u t -1- U3A, I— L—SIO ZAA 00 . . .. .............. " SVX31 TINE(] �Volcj)li .. .... .. ..1 ", 9£699 It IIS18HO sndaoi io AilD ........................... DNana OCIVNOCIIVV4 >d�JOM IVNOIS 31-dJVdi 0 Z#H3aHO NSVT-VIOZ GN0G-SIN3Vl3A0HdV41 p-, n3% udn A S V I ONIIHOI-I GINV S-IVNEMS 01=J=JVHJ. cf) iv 11 IOIIIAII N01-1— ON Nolsill- 0 V) S.- 's s z LLJ U) V) -j < 73 tww > 6 OL- .1p 0 g 7' x x 0 2 x f a-- a 8 q LJ z I 1 1 0 Si > 2 b LLJ 8 s t g 2 Ly E-6 B t F — — — — — — — — — — — E, "S'S, 1 1 E 71 -"-'--o 7 F 11= , ,I ; -- _� ��.�- X S. z --w mss �a - eg d LLJ /& x x x 0 a ARA.'. -b W. — — — — — — — — — — — j c (n ® —7-T I-- 7 U 41 6 11 LdOf z LL, 25 LLJ :D z X X V) 0 az wIL — — — — — — — — — — — U, z. < J:,e 7w v, x -1- U3A, 7—SIO ZAA 00 0(' S 6V' SVX31 SNOIS GNV STIV31N�IVG ... .........................1"", CN H699 It IIS18HO sndaoi io AilD V ........................... DNana OCIVNOCIIVV4 >d�JOM IVNOIS 31-dJVdi Z#H3aHO NSVT-VIOZ GN0G-SIN3VHGA0HdV41 V S_jV E)S ojj�VUJ -1 GINV SIVNEAS 01=J=JVHJ. DNIIHDI iv 11 IOIIIAII N01-1— A9 31V0 ON Nols— ................. g 0 < z < <13 LLJ u R:: 2 E J, LLav�t < z Ld 0 *A m NW nj 0 Ln 0 < -j 6 � z RC R Ln Ld Jw m -6'G va 'P C,0 C -.8 t z 0 f —1 �'- � ',� 0,'c 6 7 t2 2 z -6 02 0 E�s S VI 82— 9 r > W o ?-6 > > 0t z of E 0 m.z t 'o z f, T Y Q .33 z 2 f R si N8 -E V) Lj z I Ell I �N,1, 110,; 12 1 UJ lo 2 z c CNS I'llb. — -, 1. S 1. z 71 io 12 5 g i t I nmo RUE H: -6 Z� Lo , I R-o 0 1-6 z , E 2 \jj , H-o�,o - -- &8 b� Z El SlH _mow g C'.ol �n, ", z 9 U�3A, 6s,04,Ct">�,.- t t-(L)o] SVX31 SliON �? SiFIGN03 9£6sq ... ............................... DNana-0C)VNo(11VV14 IIS18HO sndaoi io Am slivi](1 lv3iNiolll /m, Z#U3(3UO NSVI-NOZ C)N0G-S1N3V43A0HdV41 -1 GNV SIMMS 01=J=JVH1 DN11HD1 iv 1. 3LtlO IN 10111111 N01-1- ON Nols- ................. V) LL] 0 Ld z 06 < cn LLJ deg L) 2: Ld 0 m _j u Ld --------------------- �U - � _ wEn - _ 7�0 - _- U 1 3 �Z -2 73 1 o 1 1. 1. 1 11 P 'E t s p I E I o v#iN o+ a s 8 6 U 00900- N I I I I 1 0 N I v I o 6 e 1�IF I _5 E N+Cwo" I E :Ew Z ol I R '0 F 0 t 08 �E 1. .Lvl1 1 1.1 ;1 0 6 .1 15 61 '15.1 1,0 C.1 1,81 1 Vo 1, 'F 1. Ho B .1 7� t -0 z 6 g S 0 L, I I L S 1. 11 10 1,V t 1. 'a I E"­ 1 117 1 11 T,t 9, :t I Ell I I 1 11 lws 11 1 1 1.1 7 1 0.E 1 11,0.1 E'"I �"�T 1 0. -1 1. _218. t E 2 B 6 'W b w l. T S S .1 11 1 1 81 0, 1 -0 E- 1 0, 1 1. I lot_'0"1 -1- 1 11 1_1 .1 16 S I I S:t 01, 0E I I SEH., :.I Lo N, I I A"WLS 1 111.18, 17 1 1.1 S S 1. 1 1.1�0, 1. 1 El aaP. 5 L I I 1 11, -1 :S 01.1Z..010 I t ELI I t I IF 2 1..1 1 01 1 1, w I I 2.- 1 w -3, . 6 'o " 0 1 1 1 1. "00 -1 qd 1 10 O -1 1 .1 0 1 6 1. c I -,I I I I I E.1vi .1 L 1 1 1 1 .10 e, 0, '-0 1,.1 .0 :t G+ -.1 1. 0 1 161 E I I, t o 10NE 8,.1 0 11 tll T.1 1, 1 P t 1.201t.07 1,1, -6 o 0 E I E� 11W L5 0 z 16 .:t lo OU 1,W, I t 5 0 S -'s s 0 1. 31". I Fon 1� C; I I, 1 0 11 0 10 0 10 E E I I 1 0 E T ,5 .0 2 C2 2 F. 11 15 6 ENz .2 0 - 1-0-0. o -1 1. 11 "1 1 1011 0 . . . . . . , I. .12� ,�B C:2 -6 E 11 0 ww O E 0 E.0 11 1 1 1 01 1.1 11 16 LVY 0, 1 L,-0 I S 1.ILI 1. -6 1. 1 0. 0 Z, L 1, .1 Im IS 0 .1 1"E I o,1. .1 1 1 1 L I I I ..... E .1�o ��. L Uv p 0. 0 m x0 + 0 o I I I x I I c 0 I 11 1 16.1 81, 1.E 11 L 11 1 1 11 1.:t 1� I I 1 0 11 I"N,- 1 1 1. o N 0 1 Ll I N .0 t 0, E0 1. 1 1-L. .1 w ­­�_-- .- 0, " - --- - ",s S T:I 0 1 1 1-1 1 1 1 '-L E-6 101 q I� I I 1 2 T I E. 67 15 0 t V 1, .-C o 0. E. -0 I's .1,0 1.1 1,. 0 1, 0 2 2'�t C.. S o Iq 1:2 1 .w = z- " I 1 .1- 1 .1 1 0 6., uONL aL 10 -L I L 7 7 "7 _,7 0, ------ 7, �.E I 0 f�c 0 1 L 0-,-6 11P 1. .0.1 6 i t 0 1 1 49 0 1 Sj .1 R:t 11 11 11 Yo 01 1 p. SO -1-. 'U�3A, t/t- 7 03 00 ll-1�11.1— d� SVX31 Si�10cicMS il(�GN03 -N 12 9�6sq % ... ......................... DNana 0C)VNo(1lVVl4 IIS18HO sndaoi io Am slivi3a IvMiO313 Z#U3(3UO NSVI-tltOZ CIN0G-SlN3Vl3A0HdV41 1- -1 GNV S-IVNE)IS 0I=J=JVHl DNIIHDI 1. 3LtlO IN 10111111 N01-1— ON Nols— ................. V) 61 o°yV) I,c� LLJ 0- z V) < L) F- I-A C) z LLJ 0 -j u LLJ LLJ 0 cr V, LLJ o S L ILI --I m & D o' o- o < lb 1. u 115 11 1- L Z IF 0''o S.L I I Z < �z ,1 1.L o7 z 2 S 811.2 6 CS mz g C, 3 t 8 L E o ." ":: o. S 2 15 C-I I L I 0 z 5+2'o .1. .—o1 o 18-' 11 1. .1 o 1, t W—Z H b P;I 21 L I Ll 7,0 9b1,Ll I Ll 7.1 21 1,1 1 3 10 1. 411-wl 1 1-1. 11 41 1 11 E 'L t F ,= .'�'V"; —'6 �'8" 0 1, tl oO 'o I 1 1- o C.- o 1�4 c I X 1116 lol 16 -;-7 LLJ Ll I ooG fl. s 6 n w CD n c5.1.1 1510 lotb m n. D U 44 Z 0 U z oW Z ———— S u t T F �1-1- I ol I Ld —-—-—-—-—- o' o C) U�3A, s,04,Ct" ll­1�11.1- �� 6 N o 9�6sq -N t2IM" -1 SVX31 s�joionGNOO IIS18HO sndaoi iAm slivilcl ivoiNioll] 0 DNana OCIVNOCIIVV,4 LC) ) Z#H3aHO NSVT-VIOZ GN0G-SlN3Vl3A0HdV41 ol p-, c'l ONUH01-1 GNV SIMMS 01=1=]Vul C/) iv 1. 3LtlO IN 10111111 N01-1- ON Nols- ................. V) o 16 1, P I on m R U-) VG Ld Q� 0 0 R _j u m (D < D O cn a >1 .0 z 0 w u u 0 0 "I w �2 u LLJ C!.1 to E"P". 15 'x 12 R 61 1 S S 11 1 Z o.> o '0 1 1 'o o I 1 11 1 1 1 1 1 o 1)Lq 11C o o RF IE 0..1 b T I 010 E -.- - - - ol 11 1 1 F S 11- 11 8 ,. P. 00.-1 1 71 8 F -2 EF .1 9 F. S .6 t z 3 1. 1 6, .1 1.-,0 `E0 1 11 1 C! YS Loi 1, 1. 16 0.� 1. 0 t 3E E S 0 o 01. 0 SN ObuoE I L C 11 1 1 0 W cU- LLJ 1 0 F w o... E Sa :t I I*1 01 0 I I L'E 0, 01. o- p"- w 0 U, CL 2 F S �p .1 1 IL I I I I I Z I I -NC "Z ". .I =.71 .. . ,- , I 1?.1 1.5 2 1�o.1 1 1 1� -6-. t L�..I. .. o ®v C I Eq E L- C 1 0, �'7 o 11 15 tii) I's tLl�ll1 -1.. 1 o 8 2 '-L .011 1 1 0 L 1- 11UNiF 1=11C. ? .1 z 8 2 o 1 11 1 < Ll, Ll I 7,4" :2 t -6 1, LOC--6 1.T 1 0 0H .- P -L-11 Z. .0. 1 BC. 14 > ol 1. O 1 .1 01SILS St'8 11 ;5 1.,1.1,?. L. 10 .01 1 -5 0 1. 1 1 I.>1. 1 CIc E 0 L I I OR I "I 1 11 H - 0.CO ti_Ovt, o �T! I I I *o I I�, t 10 Vl 11 16 1 1,1 1 1 63-6 1' & 0yr 10 0 11 .0�'L 1' 0' '9", 21V_ _ I L "I'Ll I s-N- 1 11 00 102", L O� 0 '1. 11 L 6. 1 0' It 1 110 1 11 1 1 ..- -10 1 Y, Oo 1, 1 Eo 1 .11, 11 0 2 -0 1 011 lx= S .06w,00 I _10 0. L 1 0 L 11 1. 01. 0 w 0 11 t 0111, 1-�_lvt LT I 1-1. 1121, I V, 0 1. 1.1 1-6 1 "1 IL L.. �D.L *1.Il .11 I E"1, 1. 1 1 1 1 1 117�1 t6� ,1 2,fFFb ­010. oll.1.1 ll 0"1 IK.I P13" �t-,1 15 9. 1 1-Y I k 10 11 11 1., +C 1 0, 1-01- PP 'Z , 110,111,10 c Ow-VZ IN 1,1 1.0.1 .1 0 oE 116 1.11 0 0.0 N 0 0 0 ff, I ION I I 1 0 C:0 UOo 1862 1 lo L- 1.1-= .1 1.1 1� I? I I I 1 1, 1. "E';2 .0 1,�O 1 1. I E I I I 1.1 are > -1 6 1. 1 cl.1. lo Y,I., I-L.7;olriEVn L 1, 1.9�EGN 7. I.H �141 VO vwN r. 0 0 r I E' 0- E I U I L I I I C I W L 11 I'ZIL I 1�1 1 0 I.E 0 .0, P >,6 - E S 1., 15 10 s I 1 11 0 1 I'S I I N O. L.1 0 Flt 1 11.1 -61 1 o Cb I>0 1. .1 R It Is LL s g 80 0 S 0 p 0 t CO.1&T,1 7 08,1- -P 2 "'1 11 < 6 11 L-60, �22o L..'.>. E 80; 01 .1 -3-6.2 -o - o ol I I I., I I I I I tl lo .1"1. t I. I t S 1;,187 "E 1 2 2 S 82 a 0.1."1. X,1,-6 1., 'o 1. 1 1 .....I 1. 21 1� 1, L. .6 11 NN t.I I"1,11 'E OL 0' '1 1.-0'0 00- c 1 11 1 .1 -1—. U�3A, t/t- t, 00 ll-1�11.1— d SVX31 S3XO9 GWO�JO % —N 12 9�6sq ... ............................... DNana OCIVNOCIIVV,4 IIS18HO sndaoi io Am sliv13a IvMiO313 CC) Z#U3(3UO NSVI—tltOZ C)N0G—SlN3Vl3A0HdV41 pidx -1 GNV SIVNEAS 01=J=JVHl ONUH01 1. 3LtlO IN 10111111 N01-1— ON Nols— ................. < V) Ld x IN Rn T 2. Ilas 3 F 12 -6 11 11 �2 .1 fal 11.1 u z -1 1- Fl 1 11 1 ILI "I I CD LLJ F,1 0 O�a U CD LA R 's I 7 c3 Ld S a 6 F N z IN E 1. L �IS 1, L.I 1 2 'S 1 .1 g S I c 0 o 'Jai VCT C.171. v ol w1 11 1, 81 1.L. �Fll +2 4- 167 1 F 2 1. 5 g U�I I, c.6 o-o F I 1 1,1 x 1 0 E- on I I I I X I 1 11 X I I I lo Lo 1.lo .1 9, 1 1 1 1 21 .9 P �F1X. 1 o .1 Fol 11 1� X..1 1 1 11c I I X. s& s L Q I 1 11 1 1 1 1 9.'u c- 16 I — II -a 6 L 2. 21 "z I R I 5 cr. S Ltl R 2 F.�I I I I I I 1 01 1 1 > S 2 S F P o 0 m 0 z 0 CL �o x—, tl 1 1.lo S 11 c: I LD 4,7 U & I lo z ol w F D 6.1 1 2 c 's LLJ 0 21 .1 =-c x 11 I-S C) 16 1 C) z x 1. 11 1. I U 2 2 2 X x x 0 (n .o— I (16 J -61 o .4 c 6 x t t z z LO L====F4= -1-. U�3A, t/t- q 03 COll-1�11.1- d� SVX31 ViVO �? S3iON 331A�13S 9�6gq ... ......................... DNana 0C)VNo(1lVVl4 IIS18HO sndaoi io Am slivi3a IvMiO313 Z#U3(3UO NSVI-tltOZ C)N0G-8lN3Vl3A0HdV41 -1 GNV TIMMS 01=J=JVHl ONUH01 cf) 11 10111- N01-1- ON NMI- ................. <1 06 S L.41 o F'; arrN E 11 1 o I E 1 0 1 1 1 < 0 71 1 1-1-1 IT- u z I S"I E 11 E ------------- cn LLJ 0C LLJ S u LLJ u 1.11 16.1 o 15.c. 1 31 IE 1111 -j w LLi V) 0- "'Z 10 1 0 1 0 1 I E I I I El S 1110 1- o' 0 0 z"- no a oo Fes- E' c 2 lo S CJ xi1 ­0 v, x LLJ 5 a F 21 1 C, FI 1. 11 x I .1 1 E° 1 1 I 1 0 t I!I P 1 15 1. w 7, 2 g � .2 2 E 10 31 2L, I E I ly a I Ed o I I I-I I cr6 t IL 5 1 1 I I E ...... Ol 6"g-,"o 0 SSE -2�' S 0 1 0 -14 a: as c bac 8Ev o L I st 8 8-8VI SL 1.-1 1. v, p 11 17 0 1 .1 cl 1, 6-116 101, 1 T, I C;' 21 E 1.2 It 08 I'o �.I11�lz IEEa LI�1. d=1 IL I I ol 1. .1 1 1 31 1. 11-118 2 t 7- 2- '57'-a .7 Ll IT 2J-, -1 tO JOU 1 1,1 �jl . I- IHIII -60 ILI -E.1 I Lo I I Ll-'I ' � .1 21O -1 IE 141 .1 1-6 1 1 I-6t EII.0 Ij .0 1 "1 "1 1. 1CEc hll I L -6 oz. LI 1. 0 S:t 1 1. .11 11 S 6.1 �lq'p 'o�o 0 �n''0:� I 2U .11 Ll IIL :WE -9 1 'El Ll 11 1 Vo...0-"-6 2'- T&OU -Sl L 11 O�':S'C E"V I I, S '_0 8 f 1. L ..O 0 0,0 E,.2 T E. l:.1 L 1 2 t S.1 8�t I w-I I S E 0 S� L" 11 7,.1 1.1 1 1 0 Ilu I X, :I k -�'I .I �j MI 6 >I E I t.2 C I, I 11 1,.1 Ll 11-11020� 'I :t'0' E-1 0 0 N 0 .1 1- " 0 .rn 1. .1 101---UU . vEm 0 "d -61 1. 2 F I '.z I - .,., 2:'�* fl., 1.1p '.E L-oS? Lo- �O 0-�-S L 1 1 11 0-110 0 0 -0E I, oll- 1 1;'. 1 S E 1 8 - OE o Vo 1.1 1 ol 1, L 6 2 2-'E hE If c I Ol"I 0 b'5 '1 5 -��S'0 'F L I m5 1.1 L 1.Lt L' sszo 3 3 3A, V - g C73 � CC) o tl aff 3 ,3fNl SVX31 S31UN GNV 3�1(1S0�3N3 331A�13S c so iJDNana OCIVNOCIIVw IIS18HO SI1daoi dm ,lila SlId13C:I -]VOIN1J3-13 z � 9£659 f d 3NflStll]l03 C At9Ntll ! 00 a eC' 11 ® � a CY Zi 1d3C1kJQ�ISVl-bLOZ C1NC)S-S.LN3HV3�1C7EldWl _ z N Lidx i� EJNIJ1iE71-1 GNV S-VNEMS'JI=J=JVH° s f— `ono ////l (I) NOI1dIN5S30 A© 3Ltl0 ON NOISIAII N01-1 530 A9 31V0 'ON NOISIn3tl g � LLJ Z5 v W 0 d >x.: tz– `sol 2J °o. a F® oZ O 1 w I- ro p® LLI - °- - m BUD v �I – ti LLJ — — — — m o+ v 0 o oac:c U}U _ -3c+ w3 3`v waw o-v.cv.c 6= J c 6. iO o, o w . � �n000t o •- � CgJO LTJ+ N tON LUx c 0�1�1 P C L G L` t w w 7 _m Ld o w I .�••^�l �I°a + F- C� � v � LLJ -± ..t W I J O E ai j ° ° - t ELL- 5 W Nq O U b �5 t L o x �w -1 11 U U-j w _-_-_-_ I- r`l °GC-L G OJ LT o l O N Yr tv U N U N+ N U N t_ x t o ° .... .................... c� c� Lu I I� -- -m o` Cl. W I - ., � II of o LA z v - W LLJ L—jL Z TJ I— oU GO .� w - O y U COC]d) 6 ow o o++ -itlJ`O+ - t0l#UO -NNInC Wd C� U o oU U O L= � f`�I/' � �of C� IIL wolo.-ON �..-UiNowvlo -°9 I O I <7 Ld w o} n. w 0- f— .o w - � � o a U3A, t/t 00 SVX31 cJS ',? JS S3d/�i iNOdc](IS 331A�J3-, 9s s9 ... .........................�fNl DNana 0C)VNo(11VV14 IIS18HO sndaoi io Am slivi3a IvM1O313 Z#U3(3UO NSVT-NON C)N0G-S1N3V43A0HdV4I -1 GNV SIVNEAS 01=J=JVH1 DN11HDI 11 10111AII N01-1— ON Nols— V) N, N5 'd11 < 0 L/) aw ` c 1) T: V) V) c Z) . < Ld 2 U u L/) 0 16 t u Lal l- LLJ 2 V) 0 _j 8 LLJ LLI V) 15 Z. o ....... Z 'u lo, > cr o aaaiii `i' < m c ol LLI I l :c LLJ C) UJ 0 > T tO 0 > t 2 1. IN t E t L-6 ILLJ > > < cr c.) 0 in a In d 0 1 ¢g LLJ u 4' > > LLI o 1— 1 —5. 1. .1 VL2 i 2 'dX1 ..09 F L R Ll 'ELI 27H. I I T S.I 'ob� o S lo III 1 1. Z S)6 o 11 1 L 2" . 0 .1S c v? I t o o o olo > I— ob I I. c O--------------- --- -------- o c I 31 o o C, (D 7- t q, - ' -Ti I H", c ooL ccow,c o t 1�1 I I I L, ooI— _c' o — 1. 1 . Ilo*b lo Iww < o W o o 9 -o < "57w vii II fr. 0 t t C .1 o. 'o I -H > F ---- at obNo -7 o >o' o. of L. Lc v Mi 0 o LLI I c I o I I I I I I I I I 1 1, 01 L 1 0 1 C_ I It 1 -6 71 1-6 11 F 1 +v r,N 1 1, 1 1 .1 1. o I I I NO L. I o. I c > -1—. U3A, .............. SVX31 S�Ni]G A]iS),S IVN')IS OIJ3V231 .. 9£659......................... DNana GooVNoaIvw IIS18HO snA 'A daoi io m �Vd)d S3NiK IV3Ni3333 0 "IZ#H3aHO NSVT-VIOZ GN0G-SIN3Vl3A0HdV41 CY aidx A DNII1iDI-1 GNV S-IVNEMS 01=J=JVHl 1. -0 ON NOISIA38 N01-1— A9 3— ON Nols— Jtlb < 0 M Wy SV) z 404 —j G (A < < d < �T Les LJ —J Lav CD < < 00 L) cr m — �2 I-- Ld i® -j (A u < La! 0- 11 61 1 11 vl o I bo N I)t I I- t 11,18t 0 1.1 1 ol B." o o LS M .......----------- 0a . 2 B Lti sM .1 o S 2 oO cr. I N I L I.— I.z .2 ? . 113 ­3 . Cr, t > tQ V ' 12E .1 a� 228 .9— 1 1. 1 t.1 a-o t I I �l E I E 1,E -6 1 o -2 t 8 C3 �l 1�Al 1 1-1 0 11 .1 4E.1 t I I I o o 11 6 g o o. le 11 1. L 1.121-6LI, 177 11 11.7 1 1 11 .61 o- N, "7, mai 1 oI I I I o w, 7-o 51, & P, 111 1 o 1 & 26 5 S 1. o I I I I I o I I ..+U El- I n6 2 8,R.2'1 3 1'1 cnv ur LL E -1-. U3A, { �—Zl :? AM 00 SVX31 53NOZ 331 9s6sq % —11 ... .........................1"", DNana 0C)VNo(1lVVI4 IIS18HO sndaoi io Am ONV �dIDOJJA GNIM Z#U3(3UO NSVI-tltOZ C1N08-SlN3Vl3A0HdV41 -1 GNV SIVNEAS 01=J=JVHl ONUH01 iv 11 10111- N01-1— ON Nols- ................. N, u Ld z 7 0 0 LLJ z T T4 cS Ld U CD Epp 1 0 COsem - ol zu ggyp% ---------------- vI Lu 1-7 1. 1-) v� Im, IL C) v) 0 v,--- :�� ITWON 0- coo---o 0 o o 81 8-8-11 1 UJ CD Wc- (D LD C,- LIJL'i C.) CD L'i L'i C7 li N Lu LIJ A/ 4 0 cr c ---- -------- U� C�O Ln z LZLJ rn CL 8 U� LLJ LLJ LLJ < —JLJ < W -j c m 4- < 0 1, 0- LLJ LLJ J C -0 c n 0- � CL O Z II li II II II II CD (51 LLJ CD I m L H LLJ L'i L'i LLJ CD C) C) (D C) ---------- -1-. -U 391 5u!,oau,6u3 jo juawpodac Zl-(Ooc)l-Vhs 6s, SVX31 (3NOZ ONIM HdN 000 IIS18HO sndaoi io Am VdV ISVn 3T)NIS H699 It ,- ........................... Dmna-oC)VNOCIIVV4 SINnIMUS IdOddClS -1VNQ1S 3133VU Z#H3aHO NSVI-NOZ GN08-S1N3V43A0HdV41 -1(INV SIVNEAS 01=J=JVH1 DN11HD1 NOI1dIN5S30 A© 3Ltl0 ON No N01-1— ON Nols- ................. Lu lo La Z N, n lo o y 16 o Vi 'o 81 IS V)o:: .2 2 11110 s s u V) V) V) CL s ts 6 0 lo Ob�t S; 0- I S D V) & lo --- ---- t V) -6 -o 'o 4� t i 7 'i S 0 N 0 0 0 N 0 Ll 8 a Z Sq, z E Z, z ..................... o s L 3 t A 3 , 7i 7 7 7 7 7 7 & .2 Z ,I ol 'c I-u!--N .9-£Z +4611H 111!+110M -N .1-161 S T-m 31 o Z . . . . . . . s ol 0- o V) Led 3 -o 8 lo o� .moi CC EES cr 7 7 o 2 E F R 2 11� 11 11 11: -1—. U3A, z l—Woo�—Vhs 6s, SVX31 (3NOZ ONIM HdN 000 IIS18HO sndaoi io Am VdV ISVn 3T)NIS H699 .1 It ...........................4 DNana-oC)VNOCIIVV4 SINnIMUS ld0ddClS -lVNQlS 3l33VU Z#U3(3UO NSVI-tltOZ C)N0G-SlN3Vl3A0HdV41 A -1(INV SIVNEAS 01=J=JVHl ONUH01 cf) iv NOI1dIN5S30 A© 3Ltl0 ON No N01-1-- ON Nols— ................. (\j & ' m N—b2 t: LLJ t Ld .... RO 1 8 L. C EO < 1 -6 1.1, 2z S s t > E In 6 < On 6 2, 81 S Ln m w H e. -- 0. , I 0 ol I o 1 11 1 o' < . K 0 OIL- L" '1 .1 I I lo u Ln — Z: V) F 5 0 V) F,G 1,3 4E oE < o 1 0 '1 F E 0 -5.E D- W C) CL (A rncnNC +v .0 1 o c. t,ff,U, PC pJv wl 11 1 0 1 b > 1 1.1,.B o T-ola GN I 1.1 ai I OIlOO= OIL —.5— E-1n-2 12 L L.,O 1 .11..-1,lo-.1 1 1, 1 1., I.-g-1�2 o o 1 11� E-6�,� 1I E S f so L-6��1. .1 "E'S S 0 I. ,, - -�,1,. H. O-m -- — 116 00? Z c-- L. 0 7, L E L Lo, 0 0 1 1 1 EJAW 0 11.1 1..0 .111 .1 E 6 P 2c. 16 Ta I " 0 1 0 L7 O ­L;-- .,. , ;Pb S. --Is E Ic E I I I 2'E 14: x C11 0 < "0 1V 1 c� 11 c '6 FE :"I Ln wti O+ VE < 1 1.lq 0- m E M t11 + Ld u W I V) V) CC < z t b < z U M E Ell LU 10 O� Ul < LU loo C) 15 a 0.- 0- 0.. V) 0 L, . zOl-u,.E — 3A, 5� 1-. U� !'Oau'6u3 jo juawpodac 00 6s,04,Ct'>�'.— t I) 00 1-VAC I- SVX31 (INOZ GNIM HdA 00l) 9�6sq ... ............................... DNana OCIVNOCIIVV,4 IIS18HO sndaoi io AilD ),-19Ajssv A�jv ism ivnci Z#H3aHO NSVI-VIOZ GNOG-S1N3V43AOHdV41 -1 GNV SIVNEAS 01=J=JVH1 ONIIHOI cf) iv I ON 'o I, NO-1— ON Nols— .....................j 1 6,m o 1.2z, 0 coCL mi a t 2z D V) 0 I I I I I E I ol ll .1 Ln V) 41 1 1 1 L1. Lj < uNN N+3 -c. t�' 0 o 8 Ti 9"1.)b 5;' 6 0 ...."I 'o •R- 2 o".I, Y I L CIt >B < z 1. --.01. W 1 'ubbT, z CI CD U < < 1111.12 -.12.11 6121+ —1.aUN 1,C.1. 1 1 wo' II II T o cr C)�': V) 1;P..1 IS a L, 6-6 B I I 1 1,�� 'E-' 1� I E �11 8 'z -6 7 u Ln < C} E 1. �1. a-olo o ol -- -o �tlo— L� .... .. N: L��..­N-'*-.-�- — — o ,L" > 1—o & < 1-2q, I I I I :D oC 11-12, 1 t 2 2-6 7n H 8G .1 -2.1>1. 12.14 t p E & t t 1 9 E I., --IET2,"o S 6 1 c-il' Iv. �;7,-- E +3 CEn - 116 ul—L �q 'o —S Lo ZC &E6 TE E La ++LiU-¢—b"", 11E 11 1--11 M In UG11 ID �I Oa"o z 1w z c' coC..00OU �o CCnvwi 1 > Ld O ct LLJ z -6 0 IS I E. > o z CJ ..........------- co ------ ............. Ld DuPON .9-91 V) E " bu!+--N InuiwoN—.0-92 < Z — -6 to Illy Ld E -H 5-14 VI -11-N ..9-,61 % > 'u— Na V) > z V) Z o < 00 > < c o z--- z o c 0 o LU Z E.E U� A5u!,Oau,bI3 jo ju�wpodac 00 6s,04,Ct>�,. 3 , ll­1�11.1— F t—(7) 00 1—VAC im....... " .............. SVX31 (INOZ GNIM HdA 00l) 9£6sq tr ... .... ....... DNana OCIVNOCIIVV,4 IIS18HO sndaoi io AilD ),-leAissv A�jv ism ivnci LO Z#H3aHO NSVI-t,[OZ GNOG-SlN3Vl3AOHdV41 �? -1 GNV SIVNEAS 01=J=JVHl ONIIHOI v U)) i I ON 'o I, NO-1— ON Nols— .....................j I 0 co CL o:? L on .1 v� Ln Z Cnpaoo D 0 4 8 +E> L/) V) V) Lj < 0 COPv 0 TITT11n I +O ­ dl .1 1 I I c CJ SL. 1. 118 ol A n. 0 < Z R 12 .1 1 z 00 6Y 1, .1.1 IT 7 1, ,-In CD U < < 2 6 L 0 of C) > V) O­X I W u S I P -6.E I I L._. I, o L W­ El- 'I. S, < .E0--' E I Cr :D 2 z 8 In I— gn;,.2 'aYNo> OC .2 I,I Ill .'�I.,. 1 7 1,E col I& vY I IS I I I E to 7 E > I � ot I I "I 2 t.1.1 2 1 1�I I o I o —c— I n 6-6. I E I E 11 1 L I— — . .-I W,4 I g MIIL I I I"L I I Il I 1 .1 1 ,,o .,5111 1 In. F.._­ EE o V) + z z 0 0 z + u v. V) luill I V) m < cc Wv u 71 I OE -2 b E 7 LU 8_0 => A I z I'1 .1 s Li .1 1. ol III E' 'o'I JOO c5 z 1 0 O. 4 o 12 I t ? o-I I_ I-FI Ln c. -1—. U�3A, 5u!,Oau,6u3 jo ju�wpodac00 6s,04,Ct">�,.— I'll,ll-1�11.1— NI—(r") 00 1—VAC im ". SVX31 (INOZ GNIM HdA 00I) ... ........ .................... 9s6sq ... DNana OCIVNOCIIVV,4 IIS18HO sndaoi io AilD ),-leAissv Adv ism ivnci Z#H3aHO NSVI-t,[OZ GNO8-SIN3Vl3AOHdV41 -1 GNV SIVNEAS 01=J=JVHl ONIIHOI cf) iv I ON 'o I, NO-1— ON Nols— .....................j I 0 co E D V) z 0 Lj < 0 O (D T T < 5 z kCD U < o of C) V) o`:u < 0 o Jo cc� U� U� < Lai :D o o c� c� 11 0 0 1ry� cnJT T T T -5 r di cT 3N CO NO Ci6E 3- L. I I lo I I-o < S E c .1 'a —————— - Lo o 7�7�7 7 7 T 7 7 7 Ell I o o I o aim E L so IF - niq f_ fJUL 000- 41 116 oI I I I o 7 7 7 7 7 7 T 7 T 7 T T T i v LL No o oo I o H o... 7 7 7 2 z 2.6 -6 o- M F S, t 2 > o 6 6 "o a oY_ S, .2 ... F wl c,o T L E LNbO IT 5) ...... 1 11 iG 11 1 1 11 7 7 a R t" c,/az/v '1tlNp1 sszo s 3 3 ei jo au lwpoda0 `'N0UANN03 W?J'd 1SVN S�X31 t „N'aD"la,w S3Hni3f1d11S 1�JOddfiS 1NN01S JIj3V2i1 9£699 tr 113�1an� Oo�NOalvW IIS18HO SI1daoi dm .lm b10J ,l 9A3SSV 07JVGNV1s U`) d 3NflStll]lO3°C A.... eidx -' JI/I DNiJ.1i'DI i]NV S�It1WEJ�S J���WI�J f— ��:z`a`i�= nli ���.. s w (/) NOI1dIN5S3O A© 3Ltl0 ON NOISIM13tl N01-1- A9 31V0 'ON Noisi 3 NI F.0 N f Ln u E C L EU E i. E —_ c; z u fi _ _ y Q] < LA V)u W ,,y�CC Z U u _ U7 u & a U _ _ � v n -a y �r0 aNv L - o o _ _.. - om 1 ` Lo v -c E - -- Lev(!7 as1*4 < ID'o C. o V, Q C E+ O x ¢ ✓� R t ars -d b W cNWCU - - o <-7� a oo.osoft m m _ a w w < � h - - - � z a -= `. ..i „E ® m "J - a r Q - �- \ - 13n mJe. alotl 6L �.sl/A. �z�E Wn Zvi V d a m _ o tog - �„C','.'y:�g„¢',�.'u® o b 6 � _ N vo mo g - -, ---' 3m ---- --- wo r n �a -------- - - - xw vie x w ------ :----}---: o ---- I F � � - � w o MMMe4a � — I-C7 0 a z 4 MM - ® a -oma 0 oc o a, Yla `�`"....i - 1 — + ti ...._....... - - mo m z o z � °rynwwr-ammo _ ____ _ _ — _ _ c /" I °' d 0 ...---------- _ I o __ ___ m omPmrvmi a � t I , n tel'" 'n ,4 � -1-. U3A, SVX31 SllVi3CJ 3-10d VI�JV N ... ............................... iSVN S3?Jni3nus H699 It —11 ........................... DNana OCIVNOCIIVV,4 IIS18HO sndaoi io AilD 0 ns JVNDIS 01 V 00 i 0 g Z#H3aHO NSVI-tltOZ C)N0G-SIN3Vl3A0HdV41 —j A ONIIHOI-I GNV SIVNEAS 01=J=JVHl C/) NOI1dIN5S30 A© 3Ltl0 ON No N01-1— ON NOISI— J................. 2 F Q, NO Ln 0 M c 0 (�D u uj V) X 0 u V) C) fi t ,N7 7, C) 0, 2,�.1 t [if CL Ld I-- CL E -6 LIE 1 9- Z,, �62 V) Ul) < T ....... ------ --- ------ CL I Ell 0 u 6 L'i u s uto oww < oz,50 7 6 T).. I—L 6'. T .6 z 11 16.1 1,. t x s Z u.F & z E n cr 0 z z u LLJ 0 0 Y. u 21 Li V) L'i z 0- 0 0- u OU T V) u uL oL 7 < +109 m I R,11 -4 a-� F 6 C-D S u ---------- La La < cl 1< F F4- o F I o 21 15 < 'o u a- 7o tz! 0 La t FE 0 o I o.- Eol o N —6 .. o o z 'o 0 Lll —E t 2 '�2 z 6 % 15 -E' 0 co < E --- ------- rm < -------———------- > .......... uj < z < 11 Ld UJ w d -2, t 0 o V, Sl z L -------------i -1—. U3A, z t—v—v4n-1 6s, SVX31 S-IlVi3G N�JV N IIS18HO sndaoi io AilD s3�.4ni,,Dnas i�joddns 3MVNINM "Joi H699 ........................... DNana-oC)VNOCIIVV4 cv SONIMVW] J,19H3SSV CINVQNViS Z#H3aHO NSVI-tltOZ GN0G-SIN3Vl3A0HdV41 CY A DNII1iDI-1(INV S-IVNEMS 01JAV81 C/) NOI1dIN5S30 A© 3Ltl0 ON iv No N01-1— ON Nols— ................. LA V) <LLJ < 5- st t 10 0 < t 0 0 0 Cc, o < '8 81 (Do < DC72 A�o 2 t < S & E'.'Z ..2 I I- I I 1- 1. 'o, I:-z P -2o o Z. E < C-) 0- 0- S LLJ o -—--—- CD LLI < LLJ x x U LLJ LLJ ----- L7 CL LLJ Un L LY NJ < t & s c1l. Li P lo x tiff o u o. < o < 0 7 o E 1S pa 15 27 P, 6, t z 2 aJr & R WCL LL < J - t LLJ W CD U % z Lu o U Z < < LLJ<. wz C- ------------- < 6u!L41j xaldw!s o —10H �10e -1—. U3A, 7 t ISVX31 STVAG HV Id .. IIS18HO sndaoi io ,lila )Nlc.dhVG hNV iSVh ..................H699....... t ilDNana-oC)VNOCIIVV4 Z#H3aHO NSVI-t,[OZ GN0G-SlN3Vl3A0HdV4I A -1 GNV SIVNEAS 01=j=jVHj8 . , NOI1dIN5S30 A© 3Ltl0 ON DNIIHDI cf) iv No 401-1— ON Nols— ................. LU S— o cm Na, o- t CD 2 gt B E F 8 N-6 t 8 m Ld cn 91 INISOIZS -. Of 17E.�101— Nl— I'll I I —R, �!S Ln H S-a -6- EE < 87 i.� ...... 1*4 "n, C, 0, 18 'E'7''''E. C'1 1 t, B 0 11 8'Q'. 11 U!N t b EE 8 6 LA Is 13, 0.8 1 2 t 2 0, 1 P, b., !-H a ------------- -_-j I L.I em II ma r V) rilk lil- I I Z -6 I J..11 I Ld r 7 w 5 cPt- D < E 11 EG III CL s lil III t--------------------------------- L�f............. 16 R -1-. U3A, JO � 133HS 6s, SVX31 �[—(]J—Si N0IiVGNFI0J 110d ,It IIS18HO sndaoi io Am IVNOIS 31JJV�Ji H699 ........................... DNana OCIVNOCIIVV,4 Z#U3(3UO NSVI—NOZ C1N08—SIN3VI3A0HdV41 CY a -1 GNV SIVNEAS 01=J=JVHI ali cf) DNIIHDI NOI1dIN5S30 A© 31tl0 ON No N01-1— ON Nols- ..................... E - - ----- --- C) s s - ----- --- --- ---- 11.1 0- , CO 0 0 N 6 ----- --- ------- ----- I-N 1 0 0 In m E E , 9 ,n - C) < 'S D —- ----- ---- ------- ---- I N, 2, Ell 0 C) W 77-7 7T -10-M-M-Z_7 7--F_7-.7 0, ? u- N= 0 . . . . . . . . . . -6 1.-.1.1,3 1 .1.1 B, Z Z 1,E.E 0 E I L ---------- ------- I N- 0 < E' S 0 -, ,, � - z E 2, ?:t 0' -D 0. 0 .1— cc S. • ------------------- < 11 IE 0 o., z:E 16 ::1. . ..... ... ... 0 O-E +E O 1. 1 0 1wt _e L coDT C�1. < Y".w t z 0. o w 1110 1 E In- 0::1 Z Z 0 "gOw'.01 F I oo 17 I I IX00 E 01 101, .1 Od '0 t N w 1 to 11 c Eo 9,8 10 c Ocloo �Llo 0 00 E NOa f 10 1. vi l EF -6 l6 1." Z +qr,-H -w,j ac Ea -2 OF10 E 0 LU t t 1. oaa tiw° w 0 V) o 11 � n - 6 - ------- .......... ------- -------- z u< v, ¢E h 10 0 0 < zw Z E III < C� I w na 0 0 0 C -F 8, do .4L l I LO 0 0 6,0 4 -D 0 z V) E°1 < T I T 211-1 f o t 2i I w, V, # # 110 Lo Ic', Lo 10, 0 # -D o 0 RZ. . C L�Io; K d.1 0 < E"O 0 u z V- o < I �-111 INJM N I'l�1'3'0'H'IN (73315N I N91530 HdN 001 -IqOI .-S) -1-. U3A, JO � 133HS 6s, 4L"Rl- SVX31 Z[-(]J-Si N0liVGNFl0J 1104,It IIS18HO sndaoi io Am IVN01S 31JJV�Ji H699 ........................... DNana OCIVNOCIIVV,4 Z#U3(3UO NSVI-tltOZ C)N0G-SlN3Vl3A0HdV41 p-, rx -1 GNV SIVNEAS 01=1=]Vul ONUH01 NOI1dIN5S30 A© 3Ltl0 ON iv No N01-1- ON Nols- ..................... E rna- - ------ ------ ---- s- sB - ------ ------ ---- 0 ------ ------ ---- ------ ------ ------ --- L, - c rOL 0, C) 9 . -51 ------ ------ -- a 11.14� 4— 4 t L 0, F 0, 1 . . . ... . . ... ... .... . .... Ll, . .... - - - - t.1.1 1,- �,,. , -60 -; 0 . .-.. " - W-:7 IL &0 S. ------ ---- nna 2 � 2 2 2 - - - - - - - - - - - - 0 0 -0- - c c ------- c - (5.oar2 1&0 E F Q 6' 13 -STH,1.1.2 t 11 S 0 t wt a�w coD P-PPaQ-3 15,3...Aq T & I To 0. 8 yr 2_,, lz B 0 z-,SO 2 0... 7°LL CSE 0 0, 0, 0- T 7 0 L- 0 0 -L T, E CE, E oo .. 17 1:t 11 1 0'. °°° E l O le t 11 t w:t Ol:x� 2 10 t 0 0. t—c 31 110 0 0 0 NOa f I,EF 0. Z +4r,-H -w,j OF" a, 1. - -1 1 :7 -2 6Z uj 0 t t 1. 0 0- Ln Ln Ln ,.LLo 11 n - IS 6 - ------- .......... ------- -------- v, ¢E h 10 0 zw of C� nu 15 w IWd C -F 0.- 8, .4L I 6,0 4 0-D ul t E t 2i I wl V)Nllo Lo Lo lo, 0 IN IN of PO."ll Z L�lo; 0 E"0 0 o u z 83315 BNIM 11111 INIM -lqOl .-S) -1—. U3A, JO 5' 133HS 6s, 4L"Rl— SVX31 �[—(]J—Si N0liVGNFl0J 110d 'ae,It IIS18HO sndaoi io Am IVN01S 31JJV�Ji H699 ........................... DNana OCIVNOCIIVV,4 Z#U3(3UO NSVI—tltOZ C1N08—SlN3Vl3A01ldV41 CY a -1 GNV SIVNEAS 01=J=JVHl cf) NOI1dIN5S30 A© 3Ltl0 ON ONUH01 No N01-1— ON Nols— ..................... E N''I - — ——— —————— s s C) t 2 V) G Ln E 2,E 2 5 ItE C) M 717-77-.7 E.E E I L 1 7 L. lo 1� 1 E - wG S& 'E E, ol .1 1 0 coD T w t E", E 0 S z 07P I SO, 10 �o of 0�I, 0 Z Z c F oo E LA IOE U X00 t c w '? o w:t 76 to 2 10 t 0 t—co o LE l—o- 0 E 2ba f o 00 0. +qr,-H f5u!�.".n -w,j S�, IIE I Ea E .1 b i- o 2 t t L, LU I —g gg, —A. tiw° lw Is P-I I:JO L/) �rEtr - ------- ......... ----- -------- uj v, t 'E III C� na E O 'F 16 �o < 4 D LLJ 0 0 tE 2 z U V)N2i 0 IN 0� C L�lo; So E- 0 C., 933d5 aNIM 033dS GNIM N Il 9 NOIS30 HdN 001 (wlgpl e=351 -1– U3A, jo juawpodac n–Wmi 00 6s, 4L,V� (3NC)ZGNIM Hdh OOL ONV 02) M— SVX31 , (Li S9 01 9) 1,19h3SSV V48V ISVh 9N01 IIS18HO sndaoi io AilD O�Ianlondi�', MOddrIS WNSIS 31J-�VU H699 ........................... DNana 0C)VN0(11VV4 Z#H3aHO NSV.L-t,[OZ GN0G-S1N3V43A0HdV4l D' ILII -1(INV SIVNEAS 01=1=1V81 ON1111401 cf) iv I ON No N01-1— ON Nols— .....................j I cli 0 o I h I Lj M. L'i & V) ? 5 do 0 loll, It la V) o 'o U-CC -�l 0 =Q. So CL z E laz 0 t9 'ey E S I., 0, NO— o o .Z E S 'N' 2 0-1 0. 0 Uh &` Gn t tov 'o R." 1 , "' 1 1p -F: � 4 -0 ----------------------------- o,O.- Eat.0. t GN- �—t 62 o S .0 0.2 "c E, o.n o R-6. I I I I I.,. Id 1. '15 F -0— E' < 9 oNrn SOO 32 S '..�,,�; &. z E C) 2 ar :2 0- Ld .1. x cc t LLI -6 E� -U!n..O- t z 's t �E �o Z z < > LLJ o, V) w u 8 E ti– V) 11 y o z .......... co tt U IDU!-N llV1 EE L/) ---- LL +1�1-H 1 [Duj�N .0-92 < w E D IE J."p-N 0 to 66 's t z 51, t 2,> w P" .1110 z o, z 0 z w z 010 U Ho< < x 0. 10 > alb l.J< LrN tE 2 0 E j<Ep1q z 10 t E 0 o 0 T -M.0- 0 E L I I VN 10 -1— 'U3A, jo juawpodac zI-(z)vvil 00 6s,of 4L,Va (3NC)ZGNIM Hdh OOL ONV 02) M— SVX31 , (Li 01 9) 1,19INISSV V48V ISVIN 9NOI IIS18HO sndaoi io AilD O�lanlondi�', MOddrIS WNSIS 31J-�VU H699 ........................... Dmnia OCIVNOCIIVV4 Lo Z#H3aHO NSV.L-t,[OZ GN0G-SlN3Vl3A0HdV41 D' A -1(INV SIVNEAS 01=1=]Vul ONUH01 cf) iv I ON No N01-1— ON Nols— .....................j I ,1 LLJ z c� ZC 0 K S LLJ C", V) UJ# x kanE of sz 12V) lol�l I IL On Z� ob— ca P J" :D cr I o o OE I ..I lw 2 U V)< c Z Pi 0 0- Ln lz I I I V)0 z 0 E & —W tz H a 7 2 t 0 a z 0 0 11 0 ILI 0 us w m jn m z uj z m <0 1 R ZOO0- u U ...........-------- -7 0 1 2 t u 6 R 17,t -j s C I., bb bLLJ a- 17 Ir .1. ---- -------- < 016 u oz -I J Ea V) s!. Co LLJ o. u z ... IF u z F 11 V) 0 u - LJ ol— u 6L�E oE V) t o LLJ 6- 6 Ld 16 1. t .6-81 6 o o. R R 9-o F 'o Eo .1 I E E uj & ;o w Ul < Q ul '6 w x w lE I 2.1r, oz 6.1 1.11 o mo SP lw 'w- s b z Cr o c o -ma O x w x a 0 Vie m ......... --- > < v J -6 LLJ o" 0 z 6 o 00 n 'QZ�l ..tT .9-9� I'lo M ..IT .,'.3-,£Z v — 3 , 1—. U� A Z t—(2)VA-1 N 6s, —N 12 SVX31 sbjoiDnGN03 IIS18HO sndaoi io Am s 12699 livill Iv3PA3111 ... 9 ........................ Amna OCIVNOCIIVV,4 "IZ#H3,3 JO NSV.L-t,[OZ GN0G-S.LN3VI3A0HdVI1 CY la A -1 GNV SIVNEAS 01=J=JVHJ. DNIJ.HDI a C/) 1. 3LtlO IN 10111111 4011dIU3530 ON Nol— .................. LLJ z 0 g E Z — Von— .2 7 z c, —b E. V) To E wN Ic,I uteri, 0 t s0 t C� o to L4:- L0 ...... . , �E.".f Z€ 9'9 29 c z 11.16 C, C! 011L."t 10 0 0 1� N; 0 ll CO —— —————— Eeo *I.o 21 I Fo ..........I- OIL— IL -E o —66— 9- 0 T Tt 1,. L. w 0. IL < ,73 CJ# LL oe- .2 Vc 2 z UJI c5 A -JI ' 0 o- u 1 2 2- 1 \7 LLJ CIL t Ld UV LLJ 41 t E 0_q E 0 5� 0 .0 > W 01 LLJ < < 0 b z D o LL 0 < n. Ew 0 z 1,0 4 < &s 16 �2 10 01 1— rod inn. 1 8,+ fl 6 -611, 1 1, 14. —2. o 9of Ei C6 z SO P20 5 nm... 10 .1 -21.1 u z z 0�1 L 0 u z x Z ga 0 - 0 ESt 93- m u V) E E n - ) t -- 0 s u r) 01 ---------- -1— U3A, jo juawpodac n-(0m] 00 6s,nay 4L,Ve (3NC)ZMinn Hdh OOL ONV 02) M— SVX31 , (Li S9 01 9) 1,19h3SSV V48V ISVh 9NOI H699 IIS18HO sndaoi io AilD O�Ianlondi�', MOddrIS IVNSIS 31J-�VU ........................... DNana OCIVNOCIIVV4 Z#H3aHO NSV.L-t,[OZ GN0G-SIN3Vl3A0HdV41 D' A DNIIHDI-1(INV S-IVNEMS 01=1=]Vul cf) iv I ON No N011d1— ON Nols— .....................j I Z — 2 2 0 m ry JCC< V) Z < Z ul < un V) u '7 V)<0 C) 6 0 wa 7 n 17 �n - - - - - - c V)C) < CL .40 z oJ —0 o -0 0 H 00 a 3e t t 6 < o T T T T uj z c�c. c° C; E vo 7 +c�c�c�c� o 0 u bo. La < Ln z < _R _R < ­6 3, CO o. E,F'l Lj V) o E J + w CL 'o 0 u < m 4 etbet -0'0 asop w?o 67� IF z & < 0 z W ol z E o z < 0 > L) E vi aZ 0. 47 w r U z o w -2 E,E �a l�/ v•�o = r V) 00 3A, 5�!,00"!6�3 jo ju��podac ryr L7 7dy 4"Q SVX31 on awd moms w--s Nniiv—,N—%ei"I ANMQ OGVNOCIIVV4 IIS18HO sndaoi io AilD AbJV iSVA ON01 00 Z#U3(3 JO NSVT-NOZ GN0G-S1N3V43A0HdV41 p-, -1 GNV SIVNEAS 01=1=1vul 8, ONUH01 C/) iv 1. 13Ltl0 ONNOISIA38 NOI1dIU3530 A9 3— 1 N— E ff z V-21 ———————— CA go 1121;1 eqqq a V222 gy lit Moil a h a Ma 1 gg TOM oil! 1 FEE, ARM lv� a g 41 k- 0 - CH lit g 1 1 g E S Z� VIRIK12P am A R-1 'BE rr DOE TER 6 1 ? A- 1it! ----- well 1 poll 5 1 2 1 A5 calls ! 001 mg-vem t—m-MINNER MEMO 2 IF: 8 -S LA ....... ............... .............................. -1—. 'U3A, �0-3o—'Si N SVX31 C.1Vd ONV ISVn 13NIGV3 . IIS18HO sndaoi io AilD �JIIIO�JiNOO IVNOIS OIJJV�ji H699 It .......................... ilDNana-oC)VNOCIIVV4 wemaer Z#H3aHO NSVT-t,[OZ GN0G-SIN3Vl3A0HdV41 D' DNIIHDI-1 GNV S-IVNEMS 01=J=JVHJ. C/) NOI1dIN5S30 A© 3Ltl0 ON iv No N01-1— ON Nols— CrJ................. C) -:x C) z m z IT - �f' ..c cr i LLJ Ld All L L� 0V) Of -cr N ----------------------- o L :c T W 4- cz 4- An U2 B2 0 0 0 g_ E- I - I,_ i-d t 6 E - ________=====1 ---------- r -- --------------------- - ------------------- - - - ------------------_--- - --------------- ---- 1-47 1 ---------------- - -------------------- t a Fj F V. z_.2 2 -2 s va 6 _n quo Ev P-1 s 0 N bj !6 r (fl s VX _ (V w ���� ���� A� .'1 SItlN°JIS JIjdV211 � (L' s n Qe, Z#2130210 NSVT 14OZ ONOS-S1N3W3AONdWl U) _ ONIlHOII ONV SIVNDIS 01ddVNI r f i y I - i } { r , c co . ■ o 1il S, � P!�� SIVNDIS 3Id=IVHI es "- C, t r,„ ' Z#213(]210 NStll MZ UNOS-S1N3W3AOZ1dWl (/) °JNIlH°JII UNV SIVNSIS 3HAV211 F ti i co, ' sp 4� J .,w0�� i. . `�'��✓f ) it ) �/�_ "'' 04 SIVNDIS3Id=IVHI 4Q� wj a r ) / Z#2134210 JiStll MZ UN08 S1N3W3A021dW1 ' °JNIlHE)Il UNV SIVNSIS 3HAV2ll _ _ I Im � rl 1 r i n ; A r 00 m C SIVNSIS 31=lzl HI I— �� Z#2130210 msvi n0Z ONOS-S1N3W3AONdW1 CA ONIIH°JII ONV SIVNoIS DIddV211 6 i t , �t _ o e C, i 117117-77-111 E 10 L 133HS 3A, ba�Qa pmp"G �qo'RPUP e SVX31 TV110 SONVONVis H699 iiDmna 0C)VN0(11VV14 IIS18HO sndaoj io AilD >11VMIGIS ONV bjiino qsno Z#H3aHO NSVI-VIOZ GN0G-81N3V43A0HdV4I CY DIN111401-1 GNV S-IVNE)IS 0I=J=JV81 ww C/) 1. 1 3Ltl0 ON NOISIA38 NOI1dIU3530 A9 31V0 ON N01-6 VIP "d 1 LP JA 11 1 Mot M. OR nM. WHig Ogg ad - - mago-6 g Pv gh; ilk 04 M 1-5 15 g HIM 110 01 on Q wa whi m0d 1 1 pit g 0M IP T. sot X , AOW -n"Q a s— 150915 VIC ! 9 fHnf HTV, LU a -HR! Mjq21011. go!"! 1 1g,lit N fWrArR MP 1 1 Uj FK A ­ UR, AQ. 10 RP 0 gag 12 J! Ega a g Q110 gnu" %1. o o !a. w - m IN, g 11 MOO . -W 11, QN1611 ;,q tU 1 1 y 1 SEW , "s ANN U, 51;i�', -� A IL a . mp. - mi. , US a ion 2912V IBM IN qhq§ tau I HM 'flaxt Rv A NO CL ON V. N �­A P� a3 zxaa D z two z Rob 1i > Egg KA- J w Uj Q 1w IT o-. -qj po 1 _RH z 2 §9 Vg 9 00 N v ho oz z 5np r. IS g 12 N; Os z U Uj USA SRI ZE E P 0 X. 202 HAS jet mad i LZ pw Lu o Z U) 1 3 "L/L z DR L t 00000 dV3 02 ".-An W H LU is I IT; 's g" So ti - ow IL h go ;until 15 jg AT Lw z P H E� is to -1—. U�3A, JO � 133HS ' 9�6sq ... ......................... SVX31 11VITI SCI�JVCINViS —N 12 -1 1 �N IIS18HO sndaoi io Am AIVMIGIS ONV �jjiino 'Ej�jno -11 - DNana OCIVNOCIIVV,4 Lo Z#U3(3UO NSVI-tltOZ C1N0G-SIN3Vl3A0HdV41 DNIIHDI-1 GNV S-IVNEMS 01=J=JVHl iv 1. 3LtlO IN 10111111 N01-1— ON Nols— ..................j I ------------ % U-) cls� it 2- R, QL sS3NA3lH11N3h3htld Ky 6w E Ad p 0, �,M A H N, T y.6wp X" ;t o ,13111. mxa --- --- ------------------------V------------------- w X A -1-. U�3A, 7t-(L)Vqd Qo 6s, 4L"Rl— SVX31 SONI>I�JM INIIAIIAVd 'o,It ... ......................... IIS18HO sndaoi io AilD CJ6VGNViS IV31d)d H699 ........................... DNana-0C)VN0(1lVV4 Z#H3aHO NSVT-VIOZ GN0G-SlN3Vl3A0HdV41 la A -1 GNV SIVNEAS 01=J=JVHl ONUH01 a a C/)iv 11 10111— N011d1— ON Nols— ..................... La s L & z Lj Q. (L LLj C)z, p -Or 8 Fri W 1, / C7uj z W Li wm v f2 uj z LLJ --6 z La LLj F- Lj Q z t < 8.5 6 om w La LLjL Lj y Dov L T u u 2 .......... [> R 9 Lj 1> Z L-> -j uj 1> c) -j v) o v) 0 v) :D Ld uj Lj o LLI u z -j v) m Lj< uj zm o -j�l m m T z-i < N V, t: 0 b zlo m u t: . < 3r a,;�, . < Z16 S 2 1. 2 z w cn I N. I I oo 11.1"o Ld c R E E 0 Ld 1] 2 < < 7 z L J Ln z 0 ;X g-v Z Ld z fb vi<L, 2 uj of 1:2 Z LJ _2 M t < < LL,m z o < d << ij-�"-� 0 -=kA I I ic m j ago wit La Rr HE < z2 z LLI:D L)o & o n -1-. U3A, SVX31 SONIA�JVA 311JO�Jd ... ............................... SbD�1vh ai H699 IIS18HO sndaoi id Am 03SIV�J CNisn 30NVOIC10 NOlilSod ........................... DNana OCIVNOCIIVV,4 Z#H3aHO NSV.L-t,[OZ GN0G-Sl.N3Vl3A0HdV41 CY A ONUADI-I GNV S-IVNEMS 01=J=JVHl cf) NOI1dIN5S30 A© 3Ltl0 ON No N01-1— ON Nols— ..................... z uj 7 2 Inc LC m La 7 t 7 t D V, u- 0 m a ti- Ld w Fes' 0- u Z z << cn -6 Ld 2 U5 n. z 7 P11 1>1 0�� F < u t� HCC JW MMEM,w R.,a uj Ld Z CJ z la 2 L, L>L-j 8,6 V; L'i LLJ E z C) z 0 -71 ? 0 8 uj W 0 0 z 7 < Lj Lf) Z < 0 LLJ z Lj z z —> > Q< 2 V) 0 Q- Ld L'i > I.- WOn < z �1- W ui > uj _j Lu W L, 0 z 9,6- U- < 0 UJ 2 z u z % -1 7 < LL .2 Ld 0za < < z W L z L Z-j 0� LLJ 31 z LL, Ld LLJ z z 9 W LU z 0 'r w L, u 0 L, sszo i 3 3 el 1 saoin�eg Guu22ur6uj�a au�w�Anda(] Zl-(C�Wd � �a nf3f o _ SAVO Naini 1331 iwim CINV S�X31 a ofv of fN»IafNl SAVMHOIH 03a1A10 S3NV1 Nbnl 1331 9£699 ° ll��an� OQ�NOaIVW IIS18HO snddon id AilD AVM-OMl �1d3 S`�NI7121VA 1N3W3Aci � 7) 3NfIStllJl03 f_.AHNtlI d .,�.aer 00 7i#F�3aHO NShc.-tltOZ C1N0G-S.t N3Vl3�1K7,1!`dV41 o- z h�dx31 �' ONIJ H01-1 GNV TIVNEAS 0IJAV81 U -ldN5S30 A© 3Ltl0 ON NOISIM138 N011dIU0530 A9 31V0 'ON NOISN3tl _ _ o zCE>-zEL < C 1I-2 p® y1 "HgN�� nm� Yoga _ N < Ed z-, ��IVO a~ z � c .a _ _ -v axi~ eg W a °`� 8N - ti.. Lad ' .k Q w E +w > Ld CL n z boo-av° +-.c O � + oz�D ai ®d F< I` I 0 3 _ < vo f- aw J Z LJ _� LL �I In a° 133NiS ssodo iorm o W C7 Z Y W Y < J J ® D r U- I _ ol I a = G o € o oyl dl z - ° w CD g n W I z u V) Ln Al Ld Ir _ x v U, IN I I M e K o 3. `z I Ix �I� C� NO dIN0 LiJ I � z l,1N0 ~ v w A -' _ J J P® t � L - J ((73ZH 17N`J[S-NON °AtlM-OMlI furl Q I v I( Q ......ISO" NON[IN U ° � �"" 7- p>- _ (O3ZI MIS-NON 'AVM-3NO) ® 13181S SS083 HONIM /L 009101 ADDENDUM NUMBER 1 Traffic SignalsAnd Lighting Improvements—Bond 2014 Task Order No.2 Project Number: [City Engineer: J.H. Edmonds, P.E. Designer: Maldonado-Burkett Intellig ransportation Systems, LLP AddenclumNo. Specification Section: 009101 Issue Date: 5-19-17 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 Approved by: Ramon Maldonado,Jr., P.E. 5/19/2017 Name Date ow FAddenclum Items: ........_................. Article 1—Bidding Requirements rticle 2 Modification to the Specification or Technical 0, wo,3 .'..'e4to'00" SID ifi Specifications AI Article 3—Modifications to Drawings G AW —Clarifications Article 4 5/19/2017 Invitation to Bid and Instructions to Bidders (Attached 1) Bid Acknowledgement Form (Attached 2) Bid Form (Attachment 3) Agreements(Attached 4) Measurement and Basis for Payment(Attachment 5) Plan Sheets(Attachment 6 and Attachment 7) No Addendum Nw 1 � D09101-I Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#:E15165 Rev 01-13-2016 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. SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS and SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM DELETE: SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS and SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM ADD: SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS (Attachment 1) and SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM (Attachment 2) B. SECTION 00 30 01 BID FORM: DELETE: SECTION 00 30 01 BID FORM in its entirety. ADD: SECTION 00 30 01 BID FORM in their its entirety(Attachment 3). C. SECTION 00 52 23 AGREEMENT: DELETE: SECTION 00 52 23 AGREEMENT ADD: SECTION 00 52 23 AGREEMENT(Attachment 4) D. SECTION 00 0129 MEASURMENT AND BASIS FOR PAYMENT: DELETE: SECTION 00 0129 MEASUREMENT AND BASIS FOR PAYMENT in its entirety. ADD: SECTION 00 0129 MEASUREMENT AND BASIS FOR PAYMENT in its entirety (Attachment 5). Addendum No. 1 00 9101-2 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 ARTICLE 2—MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS. 2.01 ADD, DELETE OR REPLACE SPECIFICATION SECTIONS (OR TECHNICAL SPECIFICATIONS) A. Delete the following Specification Sections (or Technical Specifications): Deleted Specification Sections(or Technical Specifications) SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM SECTION 00 30 01 BID FORM SECTION 00 0129 MEASUREMENT AND BASIS FOR PAYMENT B. Add the following Specification Sections(or Technical Specifications): Added Specification Sections(or Technical Specifications) SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS(Attached 1) SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM (Attached 2) SECTION 00 30 01 BID FORM (Attachment 3) SECTION 00 52 23 AGREEMENT(Attachment 4) SECTION 00 0129 MEASUREMENT AND BASIS FOR PAYMENT(Attachment 5) 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 SHEET 3 OF 128—BID FORM CONTRACT SHEET 4 OF 128—TRAFFIC SIGNALS INTERSECTION BREAK DOWN B. ADD the following Drawings: Added Drawings SHEET 3 OF 128—BID FORM CONTRACT(Attachment 61 SHEET 4 OF 128—TRAFFIC SIGNALS INTERSECTION BREAK DOWN (Attachment 71 Addendum No. 1 00 9101-3 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 ARTICLE 4—CLARIFICATIONS 4.01 QUESTIONS A. Question: "Plan sheet 15 is Pole "A" going to be placed at same location of existing wood pole?" Answer: "No, place Pole"A"as close to existing wood pole to the West." B. Question: "What brand of camera is required?" Answer: "Vivotek SD8364E/64E-M" C. Question: "Who notifies property owners about vegetation or objects needing removal?" Answer: "A City Inspector to notify property owners." D. Question: "Plan Sheet 36, Box culvert for drainage ditch may be problematic in placing same signal equipment. Is there any as-builts for the structure?" Answer: "No,as-builds are not available.Any problems with signal will be addressed during construction." E. Question: "Can a bid item combining a 2" and a 4" conduit in same bore be added?" Answer: "No, bid conduit bore items as shown on plans, adjust pricing accordingly." F. Statement: "Refer to plan sheet 7 General Notes 3K stating "Vender and Manufacture Representatives will be present during turn on." END OF ADDENDUM NO. 1 Addendum No. 1 00 9101-4 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 Addendum I O„1 Attachment NoA Sheet 1 Of 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: Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2 No. E15165 A. This project is described as the construction of ten fully functional traffic signals city wide. The construction of the signals will include, but not limited to:foundations, mast arms poles, signal heads, pedestrian poles, pedestrian heads, conduits and conductors, cobalt controllers, cabinets, PTZ Cameras,Acyclica road trend, electrical services, signing, ADA ramps, crosswalk striping, pedestrian ramps, etc. Reference to the engineering drawings should be made for estimated summary of materials and details. Prioritized list of construction as follows: 1. Flour Bluff @ Purdue 2. Ayers @ Roosevelt 3. Horne @ Columbia 4. Staples @ Brownlee 5. Sante Fe @ Texan 6. Leopard @ Palm 7. Leopard @ Battlin Buc 8. Nueces Bay @ Buddy Lawrence 9. Leopard @ Lantana and 10. McKinzie @ Haven. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is$1,500,000.00 to $2,200,000.00. The Project is to be substantially complete and ready for operation within 180 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 Wednesday, May 24, 2017 at 2:00 p.m.to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid, electronic or hard copy, by the specified deadline. 3.02 Complete and submit the Bid Form, the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. Invitation to Bid and Instructions to Bidders 002113-1 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 Addendum I o.1 Attachment I O A Sheet 2 Of 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-Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project #: E15165 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. 3.05 Bids will be publicly opened and read aloud at 2:00 p.m.Wednesday, May 24,2017, at the following location: City Hall Building— City of Corpus Christi Third Floor Parks and Recreation Department Smart Board Conference Room 1201 Leopard Street Corpus Christi,Texas 78401 3.06 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. ARTICLE 4—PRE-BID CONFERENCE 4.01 A non-mandatory pre-bid conference for the Project will be held on Tuesday, May 16,2017 at 10:30 a.m. at the following location: City Hall Building—Engineering Services Conference Room 1 or 2 3rd floor, Engineering Services 1201 Leopard Street, Corpus Christi,Texas 78401 ARTICLE 5—COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. Invitation to Bid and Instructions to Bidders 002113-2 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 M 1 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 5.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE 6—EXAMINATION OF CONTRACT DOCUMENTS 6.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents,Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 6.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5, that without exception the Bid is premised upon completion of Work required by the Contract Documents, Addenda, and the related supplemental data,that the Bidder has given the OAR written notice of all conflicts, errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Documents, Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 7—INTERPRETATIONS AND ALTERNATE BIDS 7.01 Submit all questions about the meaning or intent of the Contract Documents,Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 7.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. Invitation to Bid and Instructions to Bidders 002113-3 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 o � rt O � heetOf 7.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 8—BID SECURITY 8.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi,Texas in the amount of 5 percent(5%) of the greatest amount bid. 8.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of Bid Bond as an attachment to their bid. Cashier's check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents,the bidder's name and the job name and number and delivered as required in Article 3 below. 8.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition,that the Owner will be paid a sum equal to 5 percent (5%) of the greatest amount bid if, within 10 calendar days of Notice of Award of the Contract,the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Invitation to Bid and Instructions to Bidders 002113-4 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 M I O„1 f Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. ARTICLE 9—PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 9.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 9.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 10—CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place "confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of"confidential" documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11—MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days, thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Invitation to Bid and Instructions to Bidders 002113-5 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 M I 0„�f 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 0045 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 14—EVALUATION OF BIDS 14.01 The Owner will consider the amount bid, the Bidder's responsibilities, the Bidder's safety record, the Bidder's indebtedness to Owner,the Bidder's capacity to perform the work and/or whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ARTICLE 15—AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 15.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 16—MINORITY/MBE/DBE PARTICIPATION POLICY 16.01 Selected Contractor is required to comply with the Owner's Minority/ MBE/ DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY/ MBE/ DBE PARTICIPATION POLICY. 16.02 Minority participation goal for this Project has been established to be 45%. Invitation to Bid and Instructions to Bidders 002113-6 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 NoA Mo,f 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. ARTICLE 17—BONDS AND INSURANCE 17.01 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS sets forth the Owner's requirements as to Bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence of insurance. 17.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 18—SIGNING OF AGREEMENT 18.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the required number of counterparts (1) of the Agreement and attached documents to the Owner within 14 days.The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However, Owner will not be liable for any delays prior to the award or execution of Contract. ARTICLE 19—SALES AND USE TAXES 19.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 19.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 20—WAGE RATES 20.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 21—BIDDER'S CERTIFICATION OF NO LOBBYING 21.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees, consultants, or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process,the City may, in its discretion, reject the Bid. Invitation to Bid and Instructions to Bidders 002113-7 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 Mof ARTICLE 22—CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CIQ and to determine if you need to file a Form CIQ please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 23—CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. ARTICLE 24-REJECTION OF BID 24.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security,with Power of Attorney, submitted as required by Article 8. C. More than one Bid for same Work from an individual,firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 24.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. Evidence of Bidder's recurring failure to complete an item of work within a timeframe acceptable to the City or in accordance with a City-accepted schedule is evidence of Bidder's failure to achieve reasonable progress under this subsection. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. Invitation to Bid and Instructions to Bidders 002113-8 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 Addendum I 0„1 Attachment NoA Sheet 9 0f F. Failure to acknowledge receipt of Addenda. G. Failure to submit post-Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity (i.e. U.S. Environmental Protection Agency,Texas Commission on Environmental Quality, etc.). J. Bidder's Safety Experience. K. Failure of Bidder to demonstrate,through submission of the Statement of Experience,the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources,workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. 0. Evidence of Bidder's lack of capacity to perform the Work. Evidence of Bidder's lack of capacity. Evidence of capacity to perform the Work will include a factual review of(i) all remaining work or incomplete work items under any existing city or non-city contract; (ii) ability to perform the Work with remaining sufficient resources,workforce, equipment and supervision/supervisory staff; (iii) ability in the past to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items under any existing City-awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. END OF SECTION Invitation to Bid and Instructions to Bidders 002113-9 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 Mof 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1—BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by (type or print name of company) on:Wednesday, May 24, 2017 at 2:00 p.m.for Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 2—BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted,to enter into an Agreement with Owner on the form included in the Contract Documents,to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 2113 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt Bid Acknowledgement Form 003000-1 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 3Sheet 2 of M Addendum No. Addendum Date Signature Acknowledging Receipt ARTICLE 3—BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are Bid Acknowledgement Form 003000-2 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 Addendum 10„1 Attachment No.2 Sheet 3 0f necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4—BASIS OF BID 4.03 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 Bid Acknowledgement Form 003000-3 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 Addendum 10„1 Attachment No.2 Sheet 4 0f addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally,the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. ARTICLE 6—TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 180 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 210 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7—ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. ARTICLE 8—DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9—VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County,Texas for any legal action. Bid Acknowledgement Form 003000-4 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 heet Of M ARTICLE 10—SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. 10.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. Bid Acknowledgement Form 003000-5 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 Addendum I o„1 Attachment No.2 Sheet 6 of ARTICLE 11—BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: (typed or printed full legal name of Bidder) By: (individual's signature) Name: (typed or printed) Title: (typed or printed) Attest: (individual's signature) State of Residency: Federal Tax Id. No. Address for giving notices: Phone: Email: (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form 003000-6 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 Addendum I 0„1 00 30 01 BID FORM Attachment No.3 Sheet 1 0'f Project Name: Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2 Project Number: E15165 Owner: City of Corpus Christi Bidder: OAR: Designer: Maldonado - Burkett Intelligent Transportation Systems, LLP Basis of Bid Item DESCRIPTION UNIT ESTIMATED UNIT PRIDE EXTENDED QUANTITY AMOUNT Base Bid Part A-General (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Al MOBILIZATION LS 1 A2 BOND AND INSURANCE LS 1 A3 OZONE DAY DAY 6 A4 SILT FENCE LF 540 A5 CURB INLET PROTECTION EA 21 A6 TRAFFIC CONTROL PLAN AND PREPERATION LS 1 A7 TRAFFIC CONTROL;SET-UP MAINTENANCE AND REMOVAL, LS 1 COMPLETE IN PLACES PER ARTERIAL STREET A8 CONTRACTOR UTILITY COORDINATION LS 1 SUBTOTAL PART A-GENERAL(Items Al thru A8) Part B-STREET IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 ORDINARY BACKFILL CY 4 B2 CONCRETE SIDEWALK REMOVAL SF 478 B3 CURB AND GUTTER LF 88 B4 CURB RAMP REMOVAL SY 16 B5 CONCRETE DRIVEWAY REMOVAL SY 33 B6 REFL PAV MRK TY I (Y)4" SLD(100MIL) LF 172 B7 PAVEMENT SEALER 4" LF 172 B8 PREFAB PAV MRK TY C(W) (24") (SLD) LF 2672 B9 ELIM EXT PAV MRK&MRKR(12") LF 928 B10 ELIM EXT PAV MRK&MRKR(24") LF 880 B11 ALLOWANCES FOR UNANTICIPATED STREET IMPROVEMENTS LS 1 $2,000.00 MANDATORY PART B 2,000.00 SUBTOTAL PART B-STREET IMPROVEMENTS(Items B1 thru B11) Part C-ADA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 CURB RAMPS(TYPE 2) EA 6 C2 CURB RAMPS(TYPE 6) EA 11 C3 CURB RAMPS(TYPE 12) EA 1 C4 CONC SIDEWALK(6") SY 29 Bid Form Page 1 of 3 Traffic Signals And Lighting Improvements-Bond 2014 Task Order No.2, Project#:E15165 Rev 01-13-2016 Addendum I 0„1 00 30 01 BID FORM Attachment No.3 Sheet 2 of ItemDESCRIPTION UNIT ESTIMATED UNIT PRIDE EXTENDED QUANTITY AMOUNT C5 PED SIG SEC(LED) (COUNTDOWN) EA 50 C6 TRF SIG CBL(TY A)(12 AWG)(2 CONDR) LF 5990 C7 IPED POLE ASSEMBLY EA 18 C8 I PED DETECT PUSH BUTTON (APS)W/R-10-3e SIGN EA 50 SUBTOTAL PART C-ADA IMPROVEMENTS(Items C1 thru C8) $ Part D-TRAFFIC SIGNAL IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) D1 DRILL SHAFT(TRF SIG POLE) (36 IN) LF 461 D2 DRILL SHAFT(TRF SIG POLE) (48 IN) LF 44 D3 CONDT(PVC) (SCHD 40) (2") LF 731 D4 CONDT(PVC) (SCHD 40) (2")(BORE) LF 1362 D5 CONDT(PVC) (SCHD 40) (3") LF 361 D6 CONDT(PVC) (SCHD 40) (4") LF 714 D7 CONDT(PVC) (SCHD 40) (4")(BORE) LF 3076 D8 ELEC CONDR(NO.8)INSULATED LF 3999 D9 ELEC CONDR(NO.6)BARE LF 856 D10 ELEC CONDR(NO.6)INSULATED LF 1712 D11 TRAY CABLE (3 CONDR) (12 AWG) LF 2105 D12 GROUND BOX TY A(122311)W/APRON EA 3 D13 GROUND BOX TY C(162911)W/APRON EA 31 D14 GROUND BOX TY D(162922)W/APRON EA 11 D15 REMOVE ELECTRICAL SERVICES EA 8 D16 ELC SRV TY D(120/240)060(NS)AL(N)TS(0) EA 2 D17 ELC SRV TY D(120/240)060(NS)AL(E)TS(0) EA 7 D18 ELC SRV TY D(120/240)060(NS)AL(E)SP(0) EA 1 D19 UNINTERRUPTIBLE POWER SUPPLY WITH CABINET EA 10 D20 INSTALL HWY TRF SIG (ISOLATED) EA 10 D21 REMOVING TRAFFIC SIGNALS EA 9 D22 VEH SIG SEC(12") LED(GRN) EA 77 D23 VEH SIG SEC(12") LED(GRN ARW) EA 14 D24 VEH SIG SEC(12") LED(YEL) EA 77 D25 VEH SIG SEC(12") LED(YEL ARW) EA 27 D26 VEH SIG SEC(12") LED(RED) EA 77 D27 VEH SIG SEC(12") LED(RED ARW) EA 14 D28 BACK PLATE (12")(3 SEC) EA 78 D29 BACK PLATE (12")(4 SEC) EA 13 D30 TRF SIG CBL(TY A)(14 AWG)(5 CONDR) LF 4996 D31 TRF SIG CBL(TY A)(14 AWG)(7 CONDR) LF 784 D32 TRF SIG CBL(TY A)(14 AWG)(16 CONDR) LF 4372 D33 INS TRF SIG PL AM(S)1 ARM (20') EA 2 D34 INS TRF SIG PL AM(S)1 ARM (20') LUM EA 1 D35 INS TRF SIG PL AM(S)1 ARM (24') EA 1 D36 INS TRF SIG PL AM(S)1 ARM(24') LUM EA 1 D37 JINSTRFSIG PL AM(S)1 ARM(28') EA 5 D38 INS TRF SIG PL AM(S)1 ARM(28') LUM I EA 1 Bid Form Page 2 of 3 Traffic Signals And Lighting Improvements-Bond 2014 Task Order No.2, Project#:E15165 Rev 01-13-2016 Addendum I o.1 00 30 01 BID FORM Attachment No.3 Sheet 3 of Item DESCRIPTION UNIT ESTIMATED UNIT PRIDE EXTENDED QUANTITY AMOUNT D39 INS TRF SIG PL AM(S)1 ARM(32') EA 2 D40 INS TRF SIG PL AM(S)1 ARM(32') LUM EA 2 D41 JINS TRF SIG PL AM(S)1 ARM(36') EA 3 D42 INS TRF SIG PL AM(S)1 ARM(36') LUM EA 2 D43 INS TRF SIG PL AM(S)1 ARM(40') EA 2 D44 INS TRF SIG PL AM(S)1 ARM(40') LUM EA 4 D45 INS TRF SIG PL AM(S)1 ARM(44') EA 2 D46 INS TRF SIG PL AM(S)1 ARM(44') LUM EA 3 D47 INS TRF SIG PL AM(S)1 ARM(50') LUM EA 1 D48 INS TRF SIG PL AM(S)1 ARM(55') EA 1 D49 INS TRF SIG PL AM(S)2 ARM(32'/24') EA 1 D50 INS TRF SIG PL AM(S)2 ARM(32'/24') LUM EA 1 D51 RADAR ADVANCE DETECTOR EA 4 D52 RADAR PRESENCE DETECTOR EA 37 D53 RADAR DETECTOR COMM CABLE LF 5902 D54 CAMERA PTZ(SERIES) EA 10 D55 ETHERNET CABLE CAT 5 LF 1250 D56 ACYCLICA ROAD TREND SYSTEM EA 10 D57 ETHERNET 4000 SWITCH EA 10 D58 ALLOWANCES FOR UNANTICIPATED TRAFFIC SIGNAL LS 1 $4,000.00 IMPROVEMENTS(MANDATORY) (PART D) 4,000.0 SUBTOTAL PART D-TRAFFIC SIGNAL IMPROVEMENTS(Items D1 thru D58) BID SUMMARY SUBTOTAL PART A-GENERAL(Items Al thru A8) $ SUBTOTAL PART B -STREET IMPROVEMENTS (Items B1 thru B11) SUBTOTAL PART C-ADA IMPROVEMENTS (Items C1 thru C8) $ SUBTOTAL PART D -TRAFFIC SIGNAL IMPROVEMENTS (Items D1 thru D58) TOTAL PROJECT BASE BID(PARTS A THRU D) $ - Contract Times Bidder agrees to reach Substantial Completion in 1 11.80 Idays Bidder agrees to reach Final Completion in 211.0 days Bid Form Page 3 of 3 Traffic Signals And Lighting Improvements-Bond 2014 Task Order No.2, Project#:E15165 Rev 01-13-2016 Addendum 10„1 Attachment NoA Sheet 1 0f 00 52 23 AGREEMENT This Agreement, for the Project awarded on Wednesday, May 24,2017 at 2:00 p.m., 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: Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2 E15165 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Maldonado-Burkett Intelligent Transportation Systems,LLP 3833 S.Staples St.Suite N214 Corpus Christi,Texas,78411 2.02 The Owner's Authorized Representative for this Project is: (TBD) 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 180 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 210 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties Agreement 005223-1 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 06-22-2016 Addendum I 0„1 Attachment NoA Sheet 2 0f 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$400.00 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$400.00 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. Agreement 005223-2 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 06-22-2016 Addendum 10„1 Attachment NoA Sheet 3 0f C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; Agreement 005223-3 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 06-22-2016 Addendum I 0„1 Attachment NoA Sheet 4 0f 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods,techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations,tests, studies, or data are necessary for the performance of the Work at the Contract Price,within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper Agreement 005223-4 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 06-22-2016 Addendum 10„1 Attachment NoA Sheet 5 0f financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. b. none 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR—Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 005223-5 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 06-22-2016 Addendum I o.1 Attachment NoA Sheet 6 of ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta J.H. Edmonds, P.E. City Secretary Director of Engineering Services APPROVED AS TO LEGAL FORM: Janet L. Kellogg Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR (Seal Below) By: Note: Attach copy of authorization to sign if Title: person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Address City State Zip Phone Fax EMail END OF SECTION Agreement 005223-6 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 06-22-2016 Addendum 10„1 Attachment I No.5 Sheet 1 0f 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in SECTION 0129 00 APPLICATION FOR PAYMENT PROCEDURES for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in SECTION 0129 00 APPLICATION FOR PAYMENT PROCEDURES. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in SECTION 0129 00 APPLICATION FOR PAYMENT PROCEDURES for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid Item A-1- Mobilization: 1. Include the following costs in this Bid item: a. Transportation and setup for equipment; b. Transportation and/or erection of all field offices, sheds, and storage facilities; c. Salaries for preparation of documents required before the first Application for Payment; d. Salaries for field personnel assigned to the Project related to the mobilization of the Project; e. Demobilization; and f. Mobilization may not exceed 5 percent of the total Contract Price. Measurement and Basis for Payment 0129 01-1 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 Addendum I O„1 Attachment No.5 Sheet 2 Of 2. Measuring for payment is on a lump sum basis. Payment for mobilization will be based on the earned value of Work completed. B. Bid Item A-2—Bonds and Insurance 1. Include the following costs in this Bid Item: a. Bonds and insurance b. Measuring for payment is on a lump sum basis. c. Payment will be based on documentation of actual costs. C. Bid Item A-3— Ozone Day 1. This item shall be measured by Day. 2. This item shall include Monetary loss caused by inability to work on officially announced Ozone Days. D. Bid Item A-5—Curb Inlet Protection 1. This item shall be measured by Each. 2. This item shall include, but is not limited to the following work: a. Placement and maintenance of inlet protection items. b. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under bid item. E. Bid Item A-6—Traffic Control Plan and Preparation 1. This item shall be measured by Lump Sum. 2. This item shall include but is not limited to the following work: a. Provide a Traffic Control Plan (TCP) signed and sealed by a licensed professional engineer.TCP must conform to guidelines established in the TMUTCD and the plans. F. Bid Item A-7—Traffic Control;Set-up maintenance and removal, complete in places per arterial street 1. 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 "Barricades, Signs, and Traffic Handling,"This price is full compensation for installation, maintenance, adjustments, replacements, removal, materials, equipment, labor, tools, and incidentals. 2. Barricades, Signs, and Traffic Handling will be measured by the lump sum. C. Bid Item A—8 Contractor Utility Coordination 1. Include the following costs in the Bid Item: a. Within the contract plans and specifications there are numerous requirements for coordination with owner, and utilities (city, AEP,Telecom, etc.).This pay item is to pay the contractor for meeting all these requirements within the contract.The bidding of this item is acknowledgement that the contractor understands and will Measurement and Basis for Payment 0129 01-2 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 Addendum No.1 Attachment INo.,5 Sheet 3 of 5 provide all coordination of utilities, as necessary, to construction the project as shown. This includes all costs ofmeetings, extra research, labor, equipment and subcontracts. All time constraints and delays as the result ofutility coordination and other associated costs related tothese requirements, are included. H. Bid |Lenn B-1—Ordinary Backfill 1. This item will be measured bythe cubic yard of material placed. Measurement will not include additional volume caused by slips, slides, cave ins resulting from the Contractor's operations. 2. 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 bit "Backfill".This price is full compensation for furnishing, hauling and placing materials and for equipment,tools, labor, and incidentals. |. Bid |Lenn B-2—Concrete Sidewalk Removal 1. This item shall be measured by Square Foot. 2. This item shall include but isnot limited Lnthe following work: a. Dennn|idnn nfExisting Sidewalk. b. Removal of material from the site. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid underbid item. J. Bid |Lenn B-3—Curb and Gutter 1. This item ismeasured bythe linear foot. 2. The work performed and materials furnished in accordance with this |Lenn and measured as provided under"Measurement" will bepaid for aLthe bit price bid for "Concrete Curb and GuLter" This price isfull compensation for surface preparation nf base, equipment, labor, material,tools, and incidentals. K. Bid |Lenn B-4—Curb Ramp Removal 1. This item shall bemeasured bythe Square Yard. 2. This item shall include but isnot limited Lnthe following work: a. Demolition nfCurb Ramp. b. Removal of material from the site. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid underbid item. L Bid |Lenn B-G—Concrete Driveway Removal 1. This item shall bemeasured bythe Square Yard. 2. This item shall include but isnot limited Lnthe following work: a. Demolition nfConcrete Driveway. b. Removal of material from the site. Measurement and Basis for Payment 012901-3 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 Addendum I 0„1 Attachment No.5 Sheet 4 0f c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under bid item. M. Bid Item C-4—Conc Sidewalk(6") 1. This item shall be measured by Square Yard. 2. This item shall include, but is not limited to the following work: a. Furnish and install subgrade preparation; b. Furnish and install concrete, reinforcement, and jointing. c. Any other items required to complete this bid item in accordance with these contract documents that are not measured and paid under bid item. N. Bid Item D-11—TRAY CABLES(3 CONDR) (12 AWG) 1. This price is full compensation for furnishing, installing, and testing electrical conductors; and for materials, equipment, labor, tools, and incidentals.This Item will be measured by the linear foot of tray cable. 2. This Item will be measured by the linear foot of tray cable. 0. Bid Item D-51-RADAR ADVANCE DETECTOR 1. This price is full compensation for the furnishing and installing Radar Advance Detector. 2. This Item will be measured by the each. P. Bid Item D-52 RADAR PRESENCE DETECTOR 1. This price is full compensation for the furnishing and installing Radar Presence Detector. 2. This Item will be measured by the each. Q. Bid Item D-53 RADAR DETECTOR COMM CABLE 1. This price is full compensation for the furnishing and installing Radar communication cable, connect in controller cabinet. 2. This Item will be measured by the linear foot. R. Bid Item D-54 CAMERA PTZ(SERIES) 1. This price is full compensation for the furnishing and installing Camera PTZ(series), connect in controller cabinet. 2. This Item will be measured by the each. S. Bid Item D-55 ETHERNET CABLE CAT 5: 1. 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 "Ethernet Cable Cat 5."This price is full compensation for installation, materials, equipment, labor,tools and incidentals. 2. Ethernet Cable Cat 5 will be measured by the linear foot. T. Bid Item D-56-ACYCLICA ROAD TREND, POWER/COMM CABLE AND 2.4GHZ ANTENNA Measurement and Basis for Payment 0129 01-4 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 Addendum 10„1 Attachment No.5 Sheet 5 0f 1. The work performed and materials furnished in accordance with this item and measured as provide under"Measurement"will be paid for at the unit price bid "Acyclica Road Trend, Power/Comm Cable and 2.4GHz Antenna."This price is full compensation for installation, materials, equipment, labor, tools and incidentals. 2. Acyclica Road Trend, Power/Comm Cable and 2.4GHz Antenna will be measured by the each. U. Bid Item D-57 ETHERNET 4000 SWITCH 1. This price is full compensation for the furnishing and installing switch in the controller cabinet. 2. This Item will be measured by the each. 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATES AND ALLOWANCES A. Bid Item none B. Bid Item none 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment 0129 01-5 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 01-13-2016 7,77 17-7-7,Z-11,71 31�1 9, "', - . iVAUS] MI ,,�p, SVX31 immAns SIUUNvno a ........................... OCIVNOCIIVV4 IMUH3 snddoo so m/3 Z#H3aHO NSVI-VIOZ GN0G-SIN3VI3A0HdV41: 'a -1 GNV S-IVNEMS 01=J=JVHI DNIIHDI C/) 1. -0 ON NOISIA38 3", # ----------- , Q 2 6 0 — z: � I- -----------------------2E,222 0 E -�r) oil 2 of of 1 No stilts spot IMEET hus ef colt OZ 11.1 1 gn 0, u Z SAW n 16 R U) CIS 2- "1 z A111 113 .55 AHmagpim of A c I to MUM I I LI 31 A 31 1 AN 81 SISIEJ SI d d d d d z. -k dr -Ii 1—h I* US= 9 Id- -Id AS A ..... JO � -L33HS SVX31 ),NVAAf)S NMOG >iVIN9 IIS18HO sndaoi io Am NOUOIS�JliNl ­IVNOIS OIJJV�ji 9�6sq . iiDmna OCIVNOCIIVV,4 Z#U3(3UO NSVI-tltOZ CINOG-SlN3Vl3AOHdV41 a -1 GNV S-IVNE)IS 0I=J=JVHl ONIIHOI iv NO-1- ..................j I I W"A"I 7 p7� 2 T, 2 ------- zT . . . . . . . . . . . 9 16 7� 0-< < oo 17 Iz N. ----------- 6 0 z z 7 0 . . . .. . . . . . . . . . . . . . ol� m 7, U) W-1 LD 0-7 2 . . . . . . . 0 z-o LLJ o,E 5E o 5E z Lo > Z LLJ "o, o �o m < 0,W,�,j . . . HIT,- W, 'r, S S I T 8 -78� (-D 0- TT� z 1'7. o tz < t, V� m D a R e.. . . . . . . . cl I I w<0, 1 < Lq o L�l 2 c Z. o o IS 11) > o 6 cl cl ol t, 11 % << <>>>>> o z I -z..... L. 11 V, l<I I << ,j Ll 14 z. z I z I z �u�u lu o oo c, E < 1�;j---- -t-dd--H-I'l "J"16 L . ............................L d... IFT ll-�I CIN AS"'I"" Report Created On:5/24/2017 2:30:19 PM PROJECT: E15165 Traffic Signals and Lighting Improvements Bond 2014-Task Order No.2 BIDDER: Austin Traffic Signal TOTAL BID: $1,901,368.50 COMPLETION TIME: Not Required BIDDER INFO: 4615 Priem Lane Pflugerville,TX 78660 P:512-255-9951 F:512-255-0146 003000 BID ACKNOWLEDGEMENT FORM ARTICLE 1—BID RECIPIENT 1.01 In accordffca ance this Bid Proposal is submitted by (¢peorp�ntname mƒ conqnmny) on�UVe6neadoy, yNay �4 �O1��t��UUp'm.6zrTnaMicB�ne|sAnd Lighting Improvements—Bond 2014Task Order No.2, Project#: E15166 1.03 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below)to the City's electronic bidding website at . if submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City ofCorpus[hristi,Texas City Secretary's Office 12U1Leopard Street Corpus Christi,Texas 784O1 Attention: City Secretary Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 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. fi —m,mmrPVCmrtemr)%mr�rr)rAwrm�C, 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 ofthe Contract Documents. lOI Bidder accepts all of the terms and conditions of SECTION 00 2113 INVITATION AND INSTRUCTIONS TOBIDDERS, including those dealing with required Bonds. The Bid will remain subject tmacceptance for 9Odays after the opening ofBids. 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 ofthe following Addenda: 111111IWI-111KII, .,x — ME Al ddRi'd 17 Bid Acknowledgement Form 003000-1 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#:E15165 Rev 01-13 mzo 11 11 1 rflfffl///r/ lllJid/6//r%/ /6/r Acdtxurt1 % kcf O'1e � rw� d �y , �t r ,,,,,✓!xi ...,,,.,,r,,,.,,, //,., .,,./� r«,rrri, /�r, .,,,,r, �,.,,r ,i ,�✓rccii�,,lu/nr I �iniei/,./�r<„/ ,/i i�/irva!,ar 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. 106 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 Bid Acknowledgement Form 003000-2 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2, Project#: E15165 Rev 0143.201.6 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 tnthe Work osindicated inthe Contract Documents. 3.09 The Bidder has correlated the information known tothe Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents,and all additional examinations, investigations, explorations,tests,studies,and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors,ambiguities,or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided bythe OAR isacceptable tothe 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 byBidder 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 4.09 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown inthe BID FORM. A. Extended arn0unts 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 onactual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used tocompute the actual Bid price. ARTICLE 5—EVALUATION OFBIDDERS 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. 6.02 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 Bid Acknowledgement Form 003000-3 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No,2, Project#:E15165 Rev 01-13-2016 addition,the Owner reserves the right toreject any Bid where circumstances and developments have, inthe opinion ofthe owner, changed the responsibility ufthe 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 ofthe Contract. Additionally,the Bidder will beliable tothe Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. ARTICLE 6—TIME OFCOMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 186 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 200 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' ofdays indicated. ARTICLE 7—ATTACHMENTS TOTHIS BID In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TVB|DDFR� tkefo||ow|nparemadeaconditionoffl* Bid . A. Bid Security, B. SECTION 003OOOBID ACKNOWLEDGEMENT FORM and documentation ofsignatory authority. C. SECTION OU3OO1BID FORM. D. SECTION UO9OO2COMPLIANCE TOSTATE LAW DNNONRESIDENT BIDDERS. E SECTION OO]OO5DISCLOSURE OFINTEREST. F. SECTION 0030O6NON-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 ofterms with initial capital letters isdescribed in the General Conditions. ARTICLE 9—VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County,Texas for any legal action. Bid Acknowledgement Form 003000-4 Traffic Signals And Lighting Improvements—Bond 2014 Task Order Nol, Project#;E15165 Rev 01,13-2016 ARTICLE 1U—SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number inthe Bid Form. 10.02 The Bidder, or the Bidder's authorized representative,shall sign and date the Bid Form to accompany all materials included inthe submitted Bid. Bids which are not signed and dated in this manner, or which 6o not contain the required documentation of signatory authority may be rejected asnon-reuponsive. The individua|(s) signing the Bid must have the authority tobind the Bidder to a contract,and if required, shall attach documentation of signatory authority to the Bid Form, 10.03 Bidders who are individuals("natural persons" as defined by the Texas Business Organizations Code§1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative tosubmit the Bid and tosign onbehalf ofthe 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 ofthe Bid and designating the individua|(s) authorized to execute documents onbehalf ofthe Bidder. Bidders using anassumed name (an "aUas")shall submit acopy ofthe Certificate ofAssumed Name orsimilar 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 SeclTtary of State may SUbarit a copy of their Certificate of ALIthority. Nonresident Bidders LhaL have riot previously registered with the lexas Secretary o/State shaU submit a copy or the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. Bid Acknowledgement Form 003000-5 ARTICLE 11—BID SUBMITTAL 11,01 This Bid is submitted by: Bidder: ky ...__ __........ .. (ty ed or printed full legal name of Bidder) ._._......_ _ .—.._............. indivi s signature)rl _____.___.._...__ ...__.__.._._........ .. Name: (typed or printed) Title: '. pe or printed) Attest: (�; .,, i ... ., ;= "e (individual', ign re) State of Residency: Federal Tax Id. No. C° ..___....._...._.___- Address for giving notices: Phone: 4 Email , individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form 003000-6 Traffic Signals And Lighting Improvements—Band 2014 Task Order No.2, Project#t: E15165 Rev01-13-2016 CIN AS"'I"" Report Created On:5/24/2017 2:30:19 PM BID TOTALS BASE BID Total Part A-General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR $127,516.00 PAYMENT) Part B-STREET IMPROVEMENTS(per SECTION 01 29 01 MEASUREMENT AND $62,091.80 BASIS FOR PAYMENT) Part C-ADA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND $226,831.00 BASIS FOR PAYMENT) Part D-TRAFFIC SIGNAL IMPROVEMENTS(per SECTION 01 29 01 $1,484,929.70 MEASUREMENT AND BASIS FOR PAYMENT) Total $1,901,368.50 BASE BID Part A-General(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) No. Description Unit Qty Unit Price Ext Price Al MOBILIZATION LS 1 $85,000.00 $85,000.00 A2 BOND AND INSURANCE LS 1 $6,000.00 $6,000.00 A3 OZONE DAY DAY 6 $500.00 $3,000.00 A4 SILT FENCE LF 540 $7.00 $3,780.00 A5 CURB INLET PROTECTION EA 21 $116.00 $2,436.00 A6 TRAFFIC CONTROL PLAN AND LS 1 $3,000.00 $3,000.00 PREPERATION A7 TRAFFIC CONTROL; SET-UP LS 1 $18,500.00 $18,500.00 MAINTENANCE AND REMOVAL, COMPLETE IN PLACES PER ARTERIAL STREET A8 CONTRACTOR UTILITY LS 1 $5,800.00 $5,800.00 COORDINATION Sub Total: $127,516.00 Part B-STREET IMPROVEMENTS(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) No. Description Unit Qty Unit Price Ext Price B1 ORDINARY BACKFILL CY 4 $151.00 $604.00 B2 CONCRETE SIDEWALK REMOVAL SF 478 $5.80 $2,772.40 B3 CURB AND GUTTER LF 88 $78.00 $6,864.00 B4 CURB RAMP REMOVAL SY 16 $80.00 $1,280.00 B5 CONCRETE DRIVEWAY REMOVAL SY 33 $65.00 $2,145.00 B6 REFL PAV MRK TY I(Y)4"SLD LF 172 $2.00 $344.00 (100MIL) CIN AS"'I"" Report Created On:5124/2017 2:30:19 PM Part B-STREET IMPROVEMENTS(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) No. Description Unit Qty Unit Price Ext Price B7 PAVEMENT SEALER 4" LF 172 $1.00 $172.00 B8 PREFAB PAV MRK TY C(W)(24") LF 2672 $14.40 $38,476.80 (SLD) B9 ELIM EXT PAV MRK&MRKR(12") LF 928 $2.70 $2,505.60 B10 ELIM EXT PAV MRK&MRKR(24") LF 880 $5.60 $4,928.00 B11 ALLOWANCES FOR LS 1 $2,000.00 $2,000.00 UNANTICIPATED STREET IMPROVEMENTS(MANDATORY) (PART B) Sub Total: $62,091.80 Part C-ADA IMPROVEMENTS(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) No. Description Unit Qty Unit Price Ext Price C1 CURB RAMPS(TYPE 2) EA 6 $5,500.00 $33,000.00 C2 CURB RAMPS(TYPE 6) EA 11 $5,500.00 $60,500.00 C3 CURB RAMPS(TYPE 12) EA 1 $5,800.00 $5,800.00 C4 CONC SIDEWALK(6") SY 29 $105.00 $3,045.00 C5 PED SIG SEC(LED)(COUNTDOWN) EA 50 $460.00 $23,000.00 C6 TRF SIG CBL(TY A)(12 AWG)(2 LF 5990 $1.40 $8,386.00 CONDR) C7 PED POLE ASSEMBLY EA 18 $1,700.00 $30,600.00 C8 PED DETECT PUSH BUTTON (APS) EA 50 $1,250.00 $62,500.00 W/R-10-3e SIGN Sub Total: $226,831.00 Part D-TRAFFIC SIGNAL IMPROVEMENTS(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) No. Description Unit Qty Unit Price Ext Price D1 DRILL SHAFT(TRF SIG POLE)(36 LF 461 $285.00 $131,385.00 IN) D2 DRILL SHAFT(TRF SIG POLE)(48 LF 44 $350.00 $15,400.00 IN) D3 CONDT(PVC)(SCHD 40)(2") LF 731 $20.00 $14,620.00 D4 CONDT(PVC)(SCHD 40)(2") LF 1362 $28.00 $38,136.00 (BORE) D5 CONDT(PVC)(SCHD 40)(3") LF 361 $25.00 $9,025.00 D6 CONDT(PVC)(SCHD 40)(4") LF 714 $30.00 $21,420.00 CIN AS"'I"" Report Created On:5124/2017 2:30:19 PM Part D-TRAFFIC SIGNAL IMPROVEMENTS(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) No. Description Unit Qty Unit Price Ext Price D7 CONDT(PVC)(SCHD 40)(4") LF 3076 $32.00 $98,432.00 (BORE) D8 ELEC CONDR(NO.8) INSULATED LF 3999 $1.40 $5,598.60 D9 ELEC CONDR(NO.6) BARE LF 856 $1.50 $1,284.00 D10 ELEC CONDR(NO.6) INSULATED LF 1712 $1.50 $2,568.00 D11 TRAY CABLE(3 CONDR)(12 AWG) LF 2105 $1.70 $3,578.50 D12 GROUND BOX TY A EA 3 $876.00 $2,628.00 (122311)W/APRON D13 GROUND BOX TY C EA 31 $975.00 $30,225.00 (162911)W/APRON D14 GROUND BOX TY D EA 11 $1,100.00 $12,100.00 (162922)W/APRON D15 REMOVE ELECTRICAL SERVICES EA 8 $225.00 $1,800.00 D16 ELC SRV TY D(120/240)060(NS)AL EA 2 $1,800.00 $3,600.00 (N)TS(0) D17 ELC SRV TY D(120/240)060(NS)AL EA 7 $1,800.00 $12,600.00 (E)TS(0) D18 ELC SRV TY D(120/240)060(NS)AL EA 1 $2,500.00 $2,500.00 (E)SP(0) D19 UNINTERRUPTIBLE POWER EA 10 $6,500.00 $65,000.00 SUPPLY WITH CABINET D20 INSTALL HWY TRF SIG(ISOLATED) EA 10 $21,000.00 $210,000.00 D21 REMOVING TRAFFIC SIGNALS EA 9 $1,300.00 $11,700.00 D22 VEH SIG SEC(12") LED(GRN) EA 77 $195.00 $15,015.00 D23 VEH SIG SEC(12") LED(GRN ARW) EA 14 $195.00 $2,730.00 D24 VEH SIG SEC(12") LED(YEL) EA 77 $195.00 $15,015.00 D25 VEH SIG SEC(12") LED(YEL ARW) EA 27 $195.00 $5,265.00 D26 VEH SIG SEC(12") LED(RED) EA 77 $195.00 $15,015.00 D27 VEH SIG SEC(12") LED(RED ARW) EA 14 $195.00 $2,730.00 D28 BACK PLATE(12")(3 SEC) EA 78 $85.00 $6,630.00 D29 BACK PLATE(12")(4 SEC) EA 13 $95.00 $1,235.00 D30 TRF SIG CBL(TY A)(14 AWG)(5 LF 4996 $1.50 $7,494.00 CONDR) D31 TRF SIG CBL(TY A)(14 AWG)(7 LF 784 $1.70 $1,332.80 CONDR) D32 TRF SIG CBL(TY A)(14 AWG)(16 LF 4372 $2.90 $12,678.80 CONDR) CIN AS"'I"" Report Created On:5124/2017 2:30:19 PM Part D-TRAFFIC SIGNAL IMPROVEMENTS(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) No. Description Unit Qty Unit Price Ext Price D33 INS TRF SIG PL AM(S)1 ARM(20') EA 2 $3,490.00 $6,980.00 D34 INS TRF SIG PL AM(S)1 ARM(20') EA 1 $4,240.00 $4,240.00 LUM D35 INS TRF SIG PL AM(S)1 ARM(24') EA 1 $3,785.00 $3,785.00 D36 INS TRF SIG PL AM(S)1 ARM(24') EA 1 $4,650.00 $4,650.00 LUM D37 INS TRF SIG PL AM(S)1 ARM(28') EA 5 $4,340.00 $21,700.00 D38 INS TRF SIG PL AM(S)1 ARM(28') EA 1 $5,245.00 $5,245.00 LUM D39 INS TRF SIG PL AM(S)1 ARM(32') EA 2 $5,100.00 $10,200.00 D40 INS TRF SIG PL AM(S)1 ARM(32') EA 2 $5,890.00 $11,780.00 LUM D41 INS TRF SIG PL AM(S)1 ARM(36') EA 3 $5,360.00 $16,080.00 D42 INS TRF SIG PL AM(S)1 ARM(36') EA 2 $6,210.00 $12,420.00 LUM D43 INS TRF SIG PL AM(S)1 ARM(40') EA 2 $6,290.00 $12,580.00 D44 INS TRF SIG PL AM(S)1 ARM(40') EA 4 $7,190.00 $28,760.00 LUM D45 INS TRF SIG PL AM(S)1 ARM(44') EA 2 $6,587.00 $13,174.00 D46 INS TRF SIG PL AM(S)1 ARM(44') EA 3 $7,520.00 $22,560.00 LUM D47 INS TRF SIG PL AM(S)1 ARM(50') EA 1 $16,600.00 $16,600.00 LUM D48 INS TRF SIG PL AM(S)1 ARM(55') EA 1 $15,600.00 $15,600.00 D49 INS TRF SIG PL AM(S)2 ARM(32'/24') EA 1 $6,670.00 $6,670.00 D50 INS TRF SIG PL AM(S)2 ARM(32'/24') EA 1 $7,728.00 $7,728.00 LUM D51 RADAR ADVANCE DETECTOR EA 4 $6,910.00 $27,640.00 D52 RADAR PRESENCE DETECTOR EA 37 $6,270.00 $231,990.00 D53 RADAR DETECTOR COMM CABLE LF 5902 $3.50 $20,657.00 D54 CAMERA PTZ(SERIES) EA 10 $5,800.00 $58,000.00 D55 ETHERNET CABLE CAT 5 LF 1250 $9.00 $11,250.00 D56 ACYCLICA ROAD TREND SYSTEM EA 10 $6,690.00 $66,900.00 D57 ETHERNET 4000 SWITCH EA 10 $6,500.00 $65,000.00 CIN AS"'I"" Report Created On:5124/2017 2:30:19 PM Part D-TRAFFIC SIGNAL IMPROVEMENTS(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) No. Description Unit Qty Unit Price Ext Price D58 ALLOWANCES FOR LS 1 $4,000.00 $4,000.00 UNANTICIPATED TRAFFIC SIGNAL IMPROVEMENTS(MANDATORY) (PART D) Sub Total: $1,484,929.70 003002 COMPLIANCE TO STATE LAW(JNNONRESIDENT 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 tmaperson who isnot aresident ofTexas. "Resident bidder" refers toa person whose principal place ofbusiness is inthis state, including contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that iscorrect for Bidder. [] Bidder qualifies as a nonresident bidder whose principal place ofbusiness or residency is in the State of . 110 Bidder(includes parent company or majority owner)qualifies as a resident bidder whose principal place ofbusiness is|nthe State ofTexas. 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 ofnonresident Bidders. Bidden CompanyName: By: 't,of authority to sign) (signature a—tta-C Name: Title: Business address: Phone: Email: END OF SECTION Compliance toState Law onNonresident Bidders 003002-1 Traffic Signals And Lighting Improvements-Bond 2014 Task Order No.2, Project#: E15:165 11`25-I0I3 00 30 06 City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER TO BE ASSIGNED BY-CrrY— PURCHASING DIVISION City of CITY OF CORPUS CHRISTI Corpus DISCLOSURE OF INTEREST Chnsti City of Corpus Christi Ordinance 17112,as amended,requires all persons or firms seekingto do business 1�i wi%t the Ci to provide the following information. Every question must be answered. Ithe question is not applicable, answer with "NA". See reverse side ,or Filing Requirements, Certifications and definitions. COMPANY NAME: Af P.0.BOX: STREET ADDRESS: CITY: zip: tt FIRM IS: 1. Corporation 2. Partnership 3. Sole Owner E] 4. Association 5. Other 0 DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. 1. State the names of each 'employee" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Job Title and City Department(if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" W109iWU11e,.)'/0 U1 ilWik� W WU UWi1Vi.1,111JJ 191 Lik,i1UUV4;ilkwWU ildkll, Name Title V7 I 3. State the names of each"board member" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Board,Commission or Committee A 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 �,J ru I ,J Titl City of Corpus Christi 003005-1 Disclosure of Interest Revel-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 Chri$i,Texas as changes occur. A-C'Jo, Certifying Person: Title:L Crypo or Pri'"I) U Signature of Certifying r Date: Person: b 3 17 DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereot, c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis,but not as an independent contractor. d. "Firm." Any entity operated for economic gain,whether professional, industrial or commercial,and whether established to produce or deal with a product or service, including but not limited to,entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation,joint stock company,joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads,and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi 003005-2 Disclosure of Interest Rev 01-13-2016 003006 NON-COLLUSION CERTIFICATION STATE OFTEXAS COUNTY OFNUE[E3 OWNER: City ofCorpus Christi,Texas l2OILeopard Street Corpus Christi,Texas 7Q4Ol CONTRACT: Traffic Signals And Lightine ImDrovements—Bond 2014 Task Order No.2, 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: � � �~ type or printed) By: (signature ottochlevidence of o ithority to sign) Name: (typed or printed�_V_ Title: � Business address: Phone: Email: � END OF SECTION Non-Collusion Certification 003006-1 Traffic Signals And Lighting Improvements Bond 2014 Task Order No.2, Project#: E15165 11'25-2013 BID BOND KNOW ALL MEN BY THESE PRESENTS: That we Austin Traffic Signal Construction Company, Inc., as Principal, hereinafter called principal, and Federal Insurance Company, as Surety,are held and firmly bound unto the City of Corpus Christi,as Obligee,in the sum of five pet-cent of greatest amount bid by principal (5%GAB)as a proper measure of liquidated damages for the payment of which we bind ourselves,our legal representatives,successors and assigns,jointly and severally,firmly by these presents. WHEREAS, Principal has submitted or is about to submit a bid to Obligee on a contract for construction of TRAFFIC SIGNAL$ AN LIGHTING IMPROVEMENTS BONI)2014-TASK ORDER NO.2—Proiect No.E 15165. NOW,THEREFORE, if the said contract be awarded to Principal and Principal shall,within such time as may be specified,enter into the contract in writing and give Such bond or bonds as may be specified in the bidding or contract documents with surety acceptable to Obligee; or if Principal shall fail to do so,pay to Obligee the damages which Obligee may suffer by reason of such failure not exceeding the amount of this bond,then this obligation shall be void;otherwise to remain in full force and effect. Signed,seated and dated 15th day ofd,2017. Austin Traffic Signal Construction Company,Inc. Attest: By: (Seal) Stephen Rutledge,Vice President Feder, Ins rance Company (Seal) L L 7L Witness: So*,pohiieAlFlunter, BY:Witness e_e'ieM�rshail,Aitorney-in-Fact C: F-1 L.1 B E-3 Power of Attorney Fc,deral Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Know All by These Presents,'That FEDERAL INSURANCE COMPANY,an Indiana corporation,VIGILANT INSURANCE COMPANY,a New York corporation,and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, (to each hereby constitute and appoint Don E. Cornell, Sophinie Hunter, V. DeLene Marshall, Tina McEwan, Robbi Morales,Ricardo J.Reyna and Kelly A.Westbrook of Dallas,Texas;Steven Dwain Brockinton of Little Rock,Arkansas----------------------------------------------- each as their true and lawful Attorney-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver For and on their behalf as sLirety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than bail bonds)given or executed in the course of business,arid any instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 80,day of March,2017. 11,Awn M,(All team y,,,A,,,4�t an t sec roulry Stephen M,lianq.Vice llrosident * 0 (a * 00 STATEOFNEW jERSE1Y County ot'Hunterdon ss. On this 8"day of March,2017 before me,a Notary Public of New Jersey,personally carne Dawn M.Chloros,to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney,and the said Dawn M. Chloros, being by me duty sworn, did depose and say that she is Assistant Secretary of FEDERAL,INSURANCE COMPANY, VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that the seals affixed to the foregoing Power of Attorney are Such corporate seals and were thereto affixed by authority of said Companies;and that she signed said Flower of Attorney as Assistant Secretary of said Companies by like authority;and that site is acquainted with Stephen M. Haney,and knows hurt to be Vice President of said Companies;and that the signature of Stephen M.Hancy,subscribed to said Power of Attorney is in the genuine handwriting of Stephen M.Haney,and was thereto subscribed by authority Of said Companies all(]in deponent's presence. Notarial Seal s KATHEMNELADELMR NOTARY PUBLIC OF NEW JERSEY www No.251OW6 COMIA199ior EXP*6 duty 16,2019 CERTIFICATION Resolutions adopted by the Boards of Directors of FEDE.RAL,INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY oil August 30,2016: "RESOLVED,that tile kfllow,ing authorizations relate to the execution,for and on behalf Of tile Centrally,of ponds,undertakings,recognizances,contracts and other written commitments of the Company entered into in the ordinary Course of business(cacti a"written Commitment"): M Each of the Chairman,tile president and the Vice Presidents of tile Company is hereby authorized to execute any Written Commitment for and on behalf ofthe Company,under the seal of tile Company or otherwise. (2) Each duty appointed attorney-in-fact of the Company is hereby authorized to execute any Written Coulnutinent For and on behalf'ofthe Company,under the seal of the Company or Otherwise,to tile extent that Such action is authorized bY tile grant Ofi.X)wcrs provided for fit such person's written appointment as such attorney-in-fact. (3) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized,for and on behalf ofthe Company,to appoint in writing any person the attorney- in-fact of tile company with full power and authority to execute, for and on behalf orthe Company,under the seal of the Company or otherwise:,such Written Commitments of the Company as may be specified fit such written appointment,which specification may be by general type or class of Written Commitments or by specification of one or mere particular Written Commitments. (4) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized,for and on behalfofthc Company,to delegate in writing to any other officer of the Company the authority to execute,,for and on behalf of tile Company, under tile Company's seal or otherwise, such Written Commitments of the Company as are specified fit such written delegation,which specification may be by general type or class of written Commitments or by specification of'one or more particular Written Coinufloncins. (5) The signature of any officer or other person executing any Written Coniniftnient x,appointment or delegation Pursuant to this Resolution,and the seal of the Company,inay be affixed by facsimile Oil Such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that tile Foregoing Resolution shall not be deerned to be all exclusive statement of the powers and authority of officers,employees and other persons to act for and on behalf of the Company,and such Resolution shall not limit Or otherwise affect the exercise of any Such power or authority otherwise validly granted or vested." l,Dawn M.Chloros,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY(the"Companies")(to hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true,correct and in full force and effect, (if) the Companies are duty licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S.Treasury Department;further,Federal and Vigilant are licensed it)the U.S.Virgin Islands,and Federal is licensed in Guam,Puerto Rico, and cacti of the Provinces of Canada except Prince Edward Island;and (iii) the foregoing Power of Attorney is true,correct and fit full force and effect. (AMI under rity hand arid seals of said Companies at Whitehouse Station,NJ,this 15th day of May,2017, D;twn M,Chloros,AS,'4',MIH'10AVUlry' IF EVENT YOU WISH TO NOTIFY US OF A CLAIM,VERIFY TETE AUTHENTICITY OF'THIS BOND OR NOTIFY US OF ANY 0114E.R MATTER,PLEASE CONTACT US AT: Telephone(908)903-3493 Fax(908)903-3656 entail:SUrety@chubb.corn Form 15-10-022513-U GEN CONSENT(rev.12-16) Policyholder Information Notice IMPORTANT NOTICE AV/SO /MPORTANTE To obtain information or make a complaint: Para obtener informacio'n o para someter una queja: You may call Chubb's toll-free telephone number Usted puede llamar al numero de telefono gratis for information or to make a complaint at de Chubb's para informaci6n o para someter una queja al 1-800-36-CHUBB 1-800-36-CHUBB You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informaci6n acerca coverages, rights or complaints at de companfas, coberturas, derechos o quejas al 1-800-252-3439 1-800-252-3439 You may write the Texas Department of Insurance Puede escribir al Departamento de Seguros de Texas P.O. Box 149104 P.O. Box 149104 Austin, TX 78714-9104 Austin, TX 78714-9104 FAX # (512) 475-1771 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: D/SPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your premium Si tiene una disputa concerniente a su prima o a un or about a claim you should contact the agent first. reclamo, debe comunicarse con el agente primero. If the dispute is not resolved, you may contact the Si no se resueve la disputa, puede entonces Texas Department of Insurance. comunicarse con el departamento (TDI). ATTACH THIS NOTICE TO YOUR POLICY UNA ESTE AVISO A SU POLIZA: This notice is for information only and does not Este aviso es solo para prop6sito de informaci6n y become a part or condition of the attached no se convierte en parte o condici6n del documento document. adjunto. Form 99-10-0299(Rev. 1-08) CIN AS"'I"" Report Created On:5/24/2017 2:30:20 PM ACKNOWLEDGE ADDENDA NAME ACKNOWLEDGEMENT DATE Ed Schroeder 05/23/2017 8:55:21 AM CIN AS"'I"" Report Created On:5/24/2017 2:30:20 PM REQUIRED DOWNLOADS TYPE NAME DOWNLOAD DATE Bid Docs E15165 Specifications 5/11/2017 1:38:51 PM Plans E15165 Plans 5/11/2017 1:25:23 PM Other Bidders Worksheet 5/23/2017 9:05:15 AM Bidders Pre Bid Attendance Roster 5/23/2017 9:17:37 AM Addenda Addendum#1 5/22/2017 3:24:01 PM 00 52 23 AGREEMENT This Agreement, for the Project awarded on Tuesday,July 18, 2017, is between the City of Corpus Christi (Owner) and Austin Traffic Signal Construction Company, Inc. (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: Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.2 E15165 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Maldonado-Burkett Intelligent Transportation Systems,LLP 3833 S.Staples St.Suite N214 Corpus Christi,Texas,78411 2.02 The Owner's Authorized Representative for this Project is: (TBD) 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 180 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 210 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Agreement 005223- 1 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.21 Project#: E15165 Rev 06-22-2016 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$400.00 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$400.00 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ 1,901,608.50 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. Agreement 005223-2 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.21 Project#: E15165 Rev 06-22-2016 C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; Agreement 005223-3 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.21 Project#: E15165 Rev 06-22-2016 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods,techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations,tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper Agreement 005223-4 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.21 Project#: E15165 Rev 06-22-2016 financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. b. none 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR—Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 005223-5 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.21 Project#: E15165 Rev 06-22-2016 ATTEST CITY OF CORPUS CHRISTI Dig tally signed by Rebecca Huerta Dig tally signed by Jeff Edmonds DN cm Rebecca Huerta o ou DN cn Jeff Edmonds,o ou Engineering, W ema rebeccah cctexas com c US ema �effreye@cctexas com c US ,1 ,Jf �L,C". ' I12Q1."��,, Date:2017.08.1111:22:15-0500 Date.2017.08.1108.46.33 0500 Rebecca Huerta J.H. Edmonds, P.E. City Secretary Director of Engineering Services APPROVED AS TO LEGAL FORM: M2017-099 AUTHORIZED Aimee Alcorn-Reed BY COUNCIL 7/18/17 2017.08.10 17:10:45-05'00' Digitally signed by RH/ML RH/M L Date:2017.08.11 10:06:49-05'00' Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR l a na p f�Od rlg L.I e,Z Digitally signed by Diana Rodriguez Date:2017.08.0716:26:16-05-00- Austin Traffic Signal Construction Company, Inc. Stephen ped e Digitally signed by Stephen Rutledge ul (Seal Below) By: R Date:2017.08.07 16:25:51-05'00' Note: Attach copy of authorization to sign if Title: person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief P.O. Box 130 Financial Officer Address Round Rock, Texas 78680 City State Zip 956/239-1615 Phone Fax SteveR@ATSCC.com EMail END OF SECTION Agreement 005223-6 Traffic Signals And Lighting Improvements—Bond 2014 Task Order No.21 Project#: E15165 Rev 06-22-2016 ........... CERTIFICATE OF INTERESTED PARTIES FORM 1295 10f1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-223266 AUSTIN TRAFFIC SIGNAL CONSTRUCTION CO. INC. ROUND ROCK,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 06/13/2017 being filed. CITY OF CORPUS CHRISTI,TEXAS Date Acknowledged: Aimee Alcorn-Reed 2011.08.1016:42:13-05'00' 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. PROJECT E15165 TRAFFIC SIGNALS and LIGHTING IMPROVEMENTS-Task Order#2 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling intermediary SHIN, FRED Roundrock,TX United States X 5 Check only if there is NO Interested Party. 6 AFFIDAVITI swe 'ar,,'or ffirm,under penalty of perjury,that the above disclosure is t t1e and correct. Celia Gutierrez Notary Public,State of Texas My Commission Expires Signature of authorized agent of contracting business entity\". July 31,2018 AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said this the day of 20 P to certify which,witness my hand and sea[of office. dl 7 e 4 If'�, -11 1 1 r , (1, �41 , / Signature of o*er administering oath Printed name of officer administering oath Tide of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.883 INSR ADDL SUBR LTR INSR WVD DATE (MM/DD/YYYY) PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE INSURER(S) AFFORDING COVERAGE NAIC # Y / N N / A (Mandatory in NH) ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? EACH OCCURRENCE $ DAMAGE TO RENTED $PREMISES (Ea occurrence)CLAIMS-MADE OCCUR MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ $ PRO- OTHER: LOCJECT COMBINED SINGLE LIMIT $(Ea accident) BODILY INJURY (Per person)$ANY AUTO ALL OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS AUTOS HIRED AUTOS NON-OWNED PROPERTY DAMAGE $AUTOS (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below POLICY SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2014/01) ACORDTM CERTIFICATE OF LIABILITY INSURANCE 8/03/2017 USI Southwest Austin 7600-B N. Capital of TX Hwy #200 Austin, TX 78731 512 451-7555 Cindy Ellis 512 451-7555 512 467-0113 cindy.ellis@usi.com Austin Traffic Signal Construction Co., Inc. & ATS Drilling, Inc. P.O. Box 130 Round Rock, TX 78680 Zurich American Insurance Co. American Guarantee & Liability 16535 26247 A X X X GLO483972305 03/01/2017 03/01/2018 1,000,000 100,000 10,000 1,000,000 2,000,000 2,000,000 A X X X BAP483972405 03/01/2017 03/01/2018 1,000,000 B X X AUC549084905 03/01/2017 03/01/2018 20,000,000 20,000,000 A N WC483972205 03/01/2017 03/01/2018 X 1,000,000 1,000,000 1,000,000 Project: E15165 Traffic Signals and Lighting Improvements Task Order No. 2 (Bond 2014) The General Liability and Auto policies include a blanket automatic Additional Insured endorsement that provides Additional Insured status to the Certificate Holder (and other entities as required by the Prime Contract), only when there is a written contract that requires such status and only with regard to work performed on behalf of the named insured. The General Liability, Auto and Workers Compensation policies (See Attached Descriptions) City of Corpus Christi Engineering Services Attn: Sylvia Arriaga 1201 Leopard St. - City Hall, 3rd Floor Corpus Christi, TX 78469-9277 1 of 2 #S21259357/M19955675 AUSTITRA1Client#: 148784 SZTHB 1 of 2 #S21259357/M19955675 SAGITTA 25.3 (2014/01) DESCRIPTIONS (Continued from Page 1) provide a Blanket Waiver of Subrogation in favor of the same when required by written contract. Coverage is Primary and Non-Contributory, when required by written contract. 30 days notice of cancellation applies, when required by written contract, with the exception of 10 days notice of cancellation due to nonpayment of premium, per policy form. 2 of 2 #S21259357/M19955675 Additional Insured --- Automatic --- Owners, Lessees Or Contractors U-GL-1175-F CW (04/13) Page 1 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. Add’l. Prem Return Prem. GLO4839723-05 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured : Address (including ZIP Code): This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section II -- -- Who Is An Insured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement . Such person or organization is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1.Your acts or omissions; or 2.The acts or omissions of those acting on your behalf, in the performance of your ongoing operations or "your work" as included in the "products-completed operations hazard", which is the subject of the written contract or written agreement. However, the insurance afforded to such additional insured: 1.Only applies to the extent permitted by law; and 2.Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to: "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. AUSTIN TRAFFIC SIGNAL CONSTRUCTION CO., INC. & ATS DRILLING, INC. 4615 PRIEM LN PFLUGERVILLE, TX 78660 3/1/2017 3/1/2018 3/1/2017 U-GL-1175-F CW (04/13) Page 2 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. C. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV ---- Commercial General Liability Conditions: The additional insured must see to it that: 1.We are notified as soon as practicable of an "occurrence" or offense that may result in a claim; 2.We receive written notice of a claim or "suit" as soon as practicable; and 3.A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. For the purposes of the coverage provided by this endorsement: 1.The following is added to the Other Insurance Condition of Section IV ---- Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a.The additional insured is a Named Insured under such other insurance; and b.You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2.The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV ---- Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", offense, claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. E. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section III ---- Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the written contract or written agreement referenced in Paragraph A. of this endorsement; or 2.Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms and conditions of this policy remain unchanged. Additional Insured — Owners, Lessees Or Contractors — ZURICH Ongoing Operations — Scheduled Po'ocy Na. Eff Date of Pol. Exp. Date of Pal Eff Date of End Producer No Add I Prem Return Preri GL0483972305 3/1/2017 3/1/2018 3/1/2017 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part SCHEDULE Name of Person or Organization: Location and Description of Ongoing Operations: Additional Premium: SEE EXPANDED DESCRIPTION INCL. ENDORSEMENT, FORM U-GL-1114-ACW (10/02) A. Section II — Who Is An Insured is amended to include as an insured any person or organization shown in the Schedule of this endorsement, but only with respect to liability arising out of your ongoing operations performed for that insured at or from the corresponding location designated and described in the Schedule. However, if you have entered into a construction contract with an additional insured person or organization shown in the Schedule of this endorsement, the insurance afforded to such additional insured only applies to the extent permitted by law. B. With respect to the insurance afforded to any additional insured shown in the Schedule of this endorsement, the following additional exclusion applies: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. All other terms and conditions of this policy remain unchanged. U -GL -1465-D CW (12-13) Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission Policy Number GL0483972305 ENDORSEMENT ZURICH AMERICAN INSURANCE COMPANY Named Insured AUSTIN TRAFFIC SIGNAL Agent Name USI SOUTHWEST, INC. Effective Date: 3/1/2017 12:01 A.M., Standard Time Agent No. 36349-000 EXPANDED DESCRIPTION ENDT. U—GL-1465—DCW ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - ONGOING OPERATIONS SCHEDULED SCHEDULE NAME OF PERSON OR ORGANIZATION: ANY PERSON OR ORGANIZATION TO WHO YOU OR TO WHICH YOU ARE REQUIRED TO PROVIDE ADDITIONAL INSURED STATUS IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT EXECUTED PRIOR TO LOSS, EXCEPT WHERE SUCH CONTRACT OR AGREEMENT IS PROHIBITED BY LAW LOCATION AND DESCRIPTION OF ONGOING OPERATIONS: ANY LOCATION OR PROJECT WHERE YOU ARE REQUIRED TO PROVIDE ADDITIONAL INSURED STATUS IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT EXECUTED PRIOR TO LOSS, EXCEPT WHERE SUCH CONTRACT OR AGREEMENT IS PROHIBITED BY LAW, AND WHERE THAT CONTRACT REQUIRES ISO CG2010/CG2037 10/ 2001 EDITION FORMS OR THE EQUIVALENT OF SAME. U -GL -1114-A CW (10/02) Additional Insured — Owners, Lessees Or Contractors — ZURICH Completed Operations — Scheduled Policy No Elf Date of Pol. Exp Date of Pr.,I Eff Date of End Producer No Add'I. Prem Return Prem GL0483972305 3/1/2017 3/1/2018 3/1/2017 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part SCHEDULE Name of Person or Organization: Location and Description of Completed Operations: Additional Premium: SEE EXPANDED DESCRIPTION INCL. ENDORSEMENT, FORM U-GL-1114-ACW (10/02) Section II -- Who Is An Insured is amended to include as an insured any person or organization shown in the Schedule of this endorsement, but only with respect to liability arising out of "your work" at or from the corresponding location designated and described in the Schedule performed for that insured and included in the "products -completed operations hazard". However, if you have entered into a construction contract with an additional insured person or organization shown in the Schedule of this endorsement, the insurance afforded to such additional insured only applies to the extent permitted by law. All other terms and conditions of this policy remain unchanged. U -GL -1466-D CW (12-13) Page 1 of 1 Includes copyrighted matenal of Insurance Services Office, Inc with its permission Pottcy h& nber GL0483972305 ENDORSEMENT ZURICH AMERICAN INSURANCE COMPANY Named Insured AUSTIN TRAFFIC SIGNAL Agent Name USI SOUTHWEST, INC. Effective Date: 3/1/2017 12:01 A.M., Standard Time Agent No. 36349-000 EXPANDED DESCRIPTION ENDT. U—GL-1466—DCW ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS - SCHEDULED SCHEDULE NAME OF PERSON OR ORGANIZATION: ANY PERSON OR ORGANIZATION TO WHO YOU OR TO WHICH YOU ARE REQUIRED TO PROVIDE ADDITIONAL INSURED STATUS IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT EXECUTED PRIOR TO LOSS, EXCEPT WHERE SUCH CONTRACT OR AGREEMENT IS PROHIBITED BY LAW LOCATION AND DESCRIPTION OF COMPLETED OPERATIONS: ANY LOCATION OR PROJECT WHERE YOU ARE REQUIRED TO PROVIDE ADDITIONAL INSURED STATUS IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT EXECUTED PRIOR TO LOSS, EXCEPT WHERE SUCH CONTRACT OR AGREEMENT IS PROHIBITED BY LAW, AND WHERE THAT CONTRACT REQUIRES ISO CG2010/CG2037 10/ 2001 EDITION FORMS OR THE EQUIVALENT OF SAME. U -GL -1114-A CW (10 02) Other Insurance Amendment --- Primary And Non- Contributory U-GL-1327-B CW (04/13) Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. Add’l. Prem Return Prem. GLO4839723-05 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured : Address (including ZIP Code): This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part 1.The following paragraph is added to the Other Insurance Condition of Section IV ---- Commercial General Liability Conditions: This insurance is primary insurance to and will not seek contribution from any other insurance available to an additional insured under this policy provided that: a.The additional insured is a Named Insured under such other insurance; and b.You are required by a written contract or written agreement that this insurance would be primary and would not seek contribution from any any other insurance available to the additional insured. 2.The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV ---- Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", offense, claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. All other terms and conditions of this policy remain unchanged. 3/1/2017 3/1/2018 3/1/2017 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 CG 24 04 05 09 Insurance Services Office, Inc., 2008 Page 1 of 1 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV ---- Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. GLO 4839723-02 IF YOU ARE REQUIRED BY A WRITTEN CONTRACT OR AGREEMENT, WHICH IS EXECUTED BEFORE A LOSS, TO WAIVE YOUR RIGHTS OF RECOVERY FROM OTHERS, WE AGREE TO WAIVE OUR RIGHTS OF RECOVERY. THIS WAIVER OF RIGHTS SHALL NOT BE CONSTRUED TO BE A WAIVER WITH RESPECT TO ANY OTHER OPERATIONS IN WHICH THE INSURED HAS NO CONTRACTUAL INTEREST. GLO4839723-05 POLICY NUMBER: COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CA 20 48 10 13 Insurance Services Office, Inc., 2011 Page 1 of 1 DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are ‘‘insureds’’ for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Endorsement Effective Date: SCHEDULE Name Of Person(s) Or Organization(s): Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an ‘‘insured’’ for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an ‘‘insured’’ under the Who Is An Insured provision contained in Paragraph A.1. of Section II ---- Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I ---- Covered Autos Coverages of the Auto Dealers Coverage Form. BAP 4839724-05 ONLY THOSE WHERE REQUIRED BY WRITTEN CONTRACT EXECUTED PRIOR TO LOSS. 3 /1/2017 Coverage Extension Endorsement ZURICH Policy No Eff Date of Pol Exp Date of Pot Eff Date of End Producer No Add I Prem Return Prom BAP483972405 3/1/2017 3/1/2018 3/1/2017 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Business Auto Coverage Form Motor Carrier Coverage Form A. Amended Who Is An Insured 1. The following is added to the Who Is An Insured Provision in Section II — Covered Autos Liability Coverage The following are also "insureds": a. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow for acts performed within the scope of employment by you. Any "employee" of yours is also 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 business. b. Anyone volunteering services to you is an "insured" while using a covered "auto" you don't own, hire or borrow to transport your clients or other persons in activities necessary to your business. c. Anyone else who furnishes an "auto" referenced in Paragraphs A.1.a. and A.1.b. in this endorsement. d. Where and to the extent permitted by law, any person(s) or organization(s) where required by written contract or written agreement with you executed prior to any "accident", including those person(s) or organization(s) directing your work pursuant to such written contract or written agreement with you, provided the "accident" arises out of operations governed by such contract or agreement and only up to the limits required in the written contract or written agreement, or the Limits of Insurance shown in the Declarations, whichever is less. 2. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance — Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form: Coverage for any person(s) or organization(s), where required by written contract or written agreement with you executed prior to any "accident", will apply on a primary and non-contributory basis and any insurance maintained by the additional "insured" will apply on an excess basis. However, in no event will this coverage extend beyond the terms and conditions of the Coverage Form. B. Amendment — Supplementary Payments Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in Section II — Covered Autos Liability Coverage are replaced by the following: (2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. U -CA -424-F CW (04-14) Page 1 of 6 Includes copynghted material of Insurance Services Office, Inc , with its permission C. Fellow Employee Coverage The Fellow Employee Exclusion contained in Section II — Covered Autos Liability Coverage does not apply. D. Driver Safety Program Liability and Physical Damage Coverage 1. The following is added to the Racing Exclusion in Section II — Covered Autos Liability Coverage: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. 2. The following is added to Paragraph 2. in the Exclusions of Section III — Physical Damage Coverage of the Business Auto Coverage Form and Paragraph 2.b. in the Exclusions of Section IV — Physical Damage Coverage of the Motor Carrier Coverage Form. This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. E. Lease or Loan Gap Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Lease Or Loan Gap Coverage In the event of a total "loss" to a covered "auto", we will pay any unpaid amount due on the lease or loan for a covered "auto", less: a. Any amount paid under the Physical Damage Coverage Section of the Coverage Form; and b. Any: (1) Overdue lease or loan payments at the time of the "loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the loan or lease; and (5) Carry-over balances from previous leases or loans. F. Towing and Labor Paragraph A.2. of the Physical Damage Coverage Section is replaced by the following: We will pay up to $75 for towing and labor costs incurred each time a covered "auto" of the private passenger type is disabled. However, the labor must be performed at the place of disablement G. Extended Glass Coverage The following is added to Paragraph A.3.a. of the Physical Damage Coverage Section: If glass must be replaced, the deductible shown in the Declarations will apply. However, if glass can be repaired and is actually repaired rather than replaced, the deductible will be waived. You have the option of having the glass repaired rather than replaced. H. Hired Auto Physical Damage — Increased Loss of Use Expenses The Coverage Extension for Loss Of Use Expenses in the Physical Damage Coverage Section is replaced by the following: Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured' becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We will pay for loss of use expenses if caused by: U -CA -424-F CW (04-14) Page 2of6 Includes copyrighted material of Insurance Services Office, Inc , with its permission (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto", (2) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is $100 per day, to a maximum of $3000. I. Personal Effects Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Personal Effects Coverage a. We will pay up to $750 for "loss" to personal effects which are: (1) Personal property owned by an "insured"; and (2) In or on a covered "auto". b. Subject to Paragraph a. above, the amount to be paid for "loss" to personal effects will be based on the lesser of: (1) The reasonable cost to replace; or (2) The actual cash value. c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered "auto". No deductible applies to this coverage. However, we will not pay for "loss" to personal effects of any of the following: (1) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. (2) Bullion, gold, silver, platinum, or other precious alloys or metals; furs or fur garments, jewelry, watches, precious or semi-precious stones. (3) Paintings, statuary and other works of art. (4) Contraband or property in the course of illegal transportation or trade. (5) Tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. Any coverage provided by this Provision is excess over any other insurance coverage available for the same "loss". J. Tapes, Records and Discs Coverage 1. The Exclusion in Paragraph B.4.a. of Section III — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.2.c. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply, 2. The following is added to Paragraph 1.a. Comprehensive Coverage under the Coverage Provision of the Physical Damage Coverage Section: We will pay for "loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices: (a) Are the property of an "insured"; and (b) Are in a covered "auto" at the time of "loss". The most we will pay for such "loss" to tapes, records, discs or other similar devices is $500. The Physical Damage Coverage Deductible Provision does not apply to such "loss". U CA -424 F CW (04-14) Page 3 of 6 Includes copyrighted material of Insurance Services Office, Inc , with its permission K. Airbag Coverage The Exclusion in Paragraph B.3.a. of Section III — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph 8.4.a. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply to the accidental discharge of an airbag. L. Two or More Deductibles The following is added to the Deductible Provision of the Physical Damage Coverage Section. If an accident is covered both by this policy or Coverage Form and by another policy or Coverage Form issued to you by us, the following applies for each covered "auto" on a per vehicle basis: 1. if the deductible on this policy or Coverage Form is the smaller (or smallest) deductible, it will be waived, or 2. If the deductible on this policy or Coverage Form is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller (or smallest) deductible. M. Physical Damage — Comprehensive Coverage — Deductible The following is added to the Deductible Provision of the Physical Damage Coverage Section: Regardless of the number of covered "autos" damaged or stolen, the maximum deductible that will be applied to Comprehensive Coverage for all "loss" from any one cause is $5,000 or the deductible shown in the Declarations, whichever is greater. N. Temporary Substitute Autos — Physical Damage 1. The following is added to Section I — Covered Autos: Temporary Substitute Autos — Physical Damage If Physical Damage Coverage is provided by this Coverage Form on your owned covered "autos", the following types of vehicles are also covered "autos" for Physical Damage Coverage. Any "auto" you do not own when used with the permission of its owner as a temporary substitute for a covered "auto" you do own but is out of service because of its: 1. Breakdown; 2. Repair; 3. Servicing; 4. "Loss"; or 5. Destruction. 2. The following is added to the Paragraph A. Coverage Provision of the Physical Damage Coverage Section. Temporary Substitute Autos — Physical Damage We will pay the owner for "loss" to the temporary substitute "auto" unless the "loss" results from fraudulent acts or omissions on your part. If we make any payment to the owner, we will obtain the owner's rights against any other party. The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto" it replaces. O. Amended Duties In The Event Of Accident, Claim, Suit Or Loss Paragraph a. of the Duties In The Event Of Accident, Claim, Suit Or Loss Condition is replaced by the following: a. In the event of "accident", claim, "suit" or "loss", you must give us or our authorized representative prompt notice of the "accident", claim, "suit" or "loss". However, these duties only apply when the "accident", claim, "suit" or "loss" is known to you (if you are an individual), a partner (if you are a partnership), a member (if you are a limited liability company) or an executive officer or insurance manager (if you are a corporation). The failure of any U -CA -424 F CW (04-14) Page 4 of 6 Includes copyrighted material of Insurance Services Office, Inc. with its permission agent, servant or employee of the "insured" to notify us of any "accident", claim, "suit" or "loss" shall not invalidate the insurance afforded by this policy. Include, as soon as practicable: (1) How, when and where the "accident" or "loss" occurred and if a claim is made or "suit" is brought, written notice of the claim or "suit" including, but not limited to, the date and details of such claim or "suit"; (2) The "insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. If you report an "accident", claim, "suit" or "loss" to another insurer when you should have reported to us, your failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. P. Waiver of Transfer Of Rights Of Recovery Against Others To Us The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by such contract. This waiver only applies to the person or organization designated in the contract. Q. Employee Hired Autos — Physical Damage Paragraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other Insurance — Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented under a written contract or written agreement entered into by an "employee" or elected or appointed official with your permission while being operated within the course and scope of that "employee's" employment by you or that elected or appointed official's duties as respect their obligations to you. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". R. Unintentional Failure to Disclose Hazards The following is added to the Concealment, Misrepresentation Or Fraud Condition: However, we will not deny coverage under this Coverage Form if you unintentionally: (1) Fail to disclose any hazards existing at the inception date of this Coverage Form; or (2) Make an error, omission, improper description of "autos" or other misstatement of information. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy. S. Hired Auto — World Wide Coverage Paragraph 7a.(5) of the Policy Period, Coverage Territory Condition is replaced by the following: (5) Anywhere in the world if a covered "auto" is leased, hired, rented or borrowed for a period of 60 days or less, T. Bodily Injury Redefined The definition of "bodily injury" in the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease. U CA -424-F CW {44-14) Page 5 of 6 Includes copyrighted material of Insurance Services Office, Inc with its permission U. Expected Or Intended Injury The Expected Or Intended Injury Exclusion in Paragraph B. Exclusions under Section II — Covered Auto Liability Coverage is replaced by the following: Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the "insured". This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. V. Physical Damage — Additional Temporary Transportation Expense Coverage Paragraph A.4.a. of Section III — Physical Damage Coverage is replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to $50 per day to a maximum of $1,000 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". W. Replacement of a Private Passenger Auto with a Hybrid or Alternative Fuel Source Auto The following is added to Paragraph A. Coverage of the Physical Damage Coverage Section: In the event of a total "loss" to a covered "auto" of the private passenger type that is replaced with a hybrid "auto" or "auto" powered by an alternative fuel source of the private passenger type, we will pay an additional 10% of the cost of the replacement "auto", excluding tax, title, license, other fees and any aftermarket vehicle upgrades, up to a maximum of $2500. The covered "auto" must be replaced by a hybrid "auto" or an "auto" powered by an alternative fuel source within 60 calendar days of the payment of the "loss" and evidenced by a bill of sale or new vehicle lease agreement. To qualify as a hybrid "auto", the "auto" must be powered by a conventional gasoline engine and another source of propulsion power. The other source of propulsion power must be electric, hydrogen, propane, solar or natural gas, either compressed or liquefied. To qualify as an "auto" powered by an alternative fuel source, the "auto" must be powered by a source of propulsion power other than a conventional gasoline engine. An "auto" solely propelled by biofuel, gasoline or diesel fuel or any blend thereof is not an "auto" powered by an alternative fuel source. X. Return of Stolen Automobile The following is added to the Coverage Extension Provision of the Physical Damage Coverage Section: If a covered "auto" is stolen and recovered, we will pay the cost of transport to return the "auto" to you. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. All other terms, conditions, provisions and exclusions of this policy remain the same. U -CA -424 F CW (04-14) Page 6 of 6 Includes copyrighted material of Insurance Services Office, Inc , with its permission WC 42 03 04 B (Ed. 6-14) © Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B (Ed. 6-14) 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 (܈) 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 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: POLICY NUMBER: WC483972205 Notification to Others of Cancellation U-GL-1446-A CW (05/10) Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. Add’l. Prem Return Prem. GLO4839723-05 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part Liquor Liability Coverage Part Products/Completed Operations Liability Coverage Part A. If we cancel this Coverage Part(s) by written notice to the first Named Insured for any reason other than nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation: 1.To the name and address corresponding to each person or organization shown in the Schedule below; and 2.At least 10 days prior to the effective date of the cancellation, as advised in our notice to the first Named Insured, or the longer number of days notice if indicated in the Schedule below. B. If we cancel this Coverage Part(s) by written notice to the first Named Insured for nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or organization shown in the Schedule below at least 10 days prior to the effective date of such cancellation. C. If notice as described in Paragraphs A. or B. of this endorsement is mailed, proof of mailing will be sufficient proof of such notice. SCHEDULE Name and Address of Other Person(s) / Organization(s): Number of Days Notice: All other terms and conditions of this policy remain unchanged. PATIN COLC 30 3800 WEST 2ND STREET TAYLOR, TX 76574 03/01/2017 03/01/2018 Webber, LLC 30 Insurance Compliance P.O. Box 12010 - W2 Hemet, CA 92546-8010 BAP483972405 03/01/2017 03/01/2018 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 01 (Ed. 7-84) 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 Infor- mation Page. In the event of cancelation or other material change of the policy, we will mail advance notice to the person or organiza- tion 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: 2. Notice will be mailed to: 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 No.Endorsement Effective 03/01/2017 Insured Premium $ Insurance Company Countersigned By WC 42 06 01 (Ed. 7-84) 30 SEE ATTACHED EXPANDED DESCRIPTION ENDORSEMENT, FORM U-WC-332-A (07-94) Policy No. WC4839722-05 30 Webber, LLC Insurance Compliance P.O. Box 12010 - W2 Hemet, CA 92546-8010 00 61 16 PAYMENT BOND BOND NO. 82456134 Contractor as Principal Name: Austin Traffic Signal Construction Co. Inc. Mailing address (principal place of business): P.O. Box 130 Round Rock, TX 78680 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: E15165 Traffic Signals and Lighting Improvements Bond 2014 Task Order No. 2 Award Date of the Contract: July 18, 2017 Contract Price: $1,901.608.50 Bond Date of Bond: August 3, 2017 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name: Mailing address (principal place of business): 202B Hall's Mill Road Whitehouse Station, NJ 08889 Physical address (principal place of business): 202B Hall's Mill Road Whitehouse Station, NJ 08889 Surety is a corporation organized and existing under the laws of the state of: Indiana 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): 908-903-3493 Telephone (for notice of claim): 800-362-4822 Local Agent for Surety Aon Risk Services Southwest, Inc. Name: Attention: Ricardo Reyna Address: 2711 N. Haskell Ave., Suite 800 Dallas, TX 75204 Telephone: 214-989-2194 Email Address: Ricardo.Reyna@Aon.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Payment Bond Form E15165 Traffic Signals & Lighting Impr Task Order 2 006116-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. . . Contractor as Principal Signature:�[(41 v � Surety Signature: Name: Title: Email Address: (Attach Power �� ` ;Z (,��} f 1, . 09 C_ � - aJ- Name: . Spk?.-- „-T V. DeLene Marshall Title: L-A. 11A- V ,'e' Attorney -In -Fact Email Address: eA-? c12._ 6 4-7c‘..__(--— ,. . , . „. I. r,,_., .„ of Attorney and place surety seal below) END OF SECTION Payment Bond Form E15165 Traffic Signals & Lighting Impr Task Order 2 00 61 16 - 2 7-8-2014 C I—I U B B Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Know All by These Presents. That FEDERAL INSURANCE COMPANY, an Indiana corporation. VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Don E. Cornell, Sophinie Hunter, V. DeLene Marshall, Tina McEwan, Robbi Morales, Ricardo J. Reyna and Kelly A. Westbrook of Dallas, Texas; Steven Dwain Brockinton of Little Rock, Arkansas each as their true and lawful Attorney -in -Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same. and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this FP day of March, 2017. ACAs-�s'I- Th. Iktv:n M. Chlortzc.:I.ssistant Secretary STATE OF NEW JERSEY County of Hunterdon ss. Stephen \l. lfancy. Vice President On this ir day of March, 2017 before me, a Notary Public of New Jersey, personally came Dawn M. Chloros, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros, being by me duly sworn, did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that she is acquainted with Stephen M. Haney. and knows him to be Vice President of said Companies; and that the signature of Stephen M. Haney, subscribed to said Power of Attorney is in the genuine handwriting of Stephen M. Haney. and was thereto subscribed by authority of said Companies and in deponent's presence. Notarial Seal KATHERINE J. ADELAAR NOTARY PUBLIC OF NEW JERSEY No. 2316685 Coring:Mon Expves Juty 16, 2019 CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016: `RESOLVED. that the following authorizations relate to the execution, for and on behalf of the Company. of bonds. undertakings, recognizances, contracts and other written commitments of the Company entered into in the ordinary course of business (each a "Written Commitment"): (I) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise. (2) Each duly appointed attorneyin-fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise, to the extent that such action is authorized by the grant of powers provided for in such person's written appointment as such attorney-in-fact. (3) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized. for and on behalf of the Company, to appoint in writing any person the attorney- in-fact of the Company with full power and authority to execute. for and on behalf of the Company. under the seal of the Company or otherwise, such Written Commitments of the Company as may be specified in such written appointment. which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to delegate in writing to any other officer of the Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments of the Company as are specified in such written delegation, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution. and the seal of the Company. may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED. that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalf of the Company. and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested." I. Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect, (ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed in the U.S. Virgin Islands, and Federal is licensed in Guam, Puerto Rico, and each of the Provinces of Canada except Prince Edward Island; and (iii) the foregoing Power of Attorney is true, correct and in full force and effect. , Given under my hand and seals of said Companies at Whitehouse Station. NJ, this ,,3t' iI Al t!$ „2ba.7. W : Itiwn NI. Chloresc. Assistant Stxrctary9 IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM VERIFY THE AU n4EN77Cff2 roF THIS BOND.QR Nine US OF ANY OTHER MATTER. PLEASE CONTACT US AT: Telephone (908) 903-3493 -.Fax (9q 903.3656- c'e rliaiL surety@chubb.com Form 15-10- 0225B- U GEN CONSENT (rev. 12-16) %��idtut�14:: Policyholder Information Notice IMPORTANT NOTICE To obtain information or make a complaint: AVISO IMPORTANTE Para obtener informacion o para someter una queja: You may call Chubb's toll-free telephone number Usted puede llamar al numero de telefono gratis for information or to make a complaint at de Chubb's para informacion o para someter una queja al 1-800-36-CHUBB You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Form 99-10-0299 (Rev. 1-08) 1-800-36-CHUBB Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companfas, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente primero. Si no se resueve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. BION Empower Results® August 3, 2017 Stephen L.Rutledge AUSTIN TRAFFIC SIGNAL CONSTRUCTION COMPANY INC. 4615 Priem Lane Pflugerville, TX 78660 Aon Risk Solutions RE: CITY OF CORPUS CHRISTI Bond #: 82456134 Project: Traffic Signals and Lighting Improvements Bond 2014 - Task Order No. 2, Project No E15165, Corpus Christi, TX Contract Amount: $1,901,608.50 Dear Stephen: Enclosed please find the above captioned bond executed per your request. The bond must be signed by an authorized representative of your company and sealed with the corporate seal if applicable. It is your responsibility to carefully review the bond prior to execution to verify they have been presented on the correct form with the appropriate names, bond amounts and dates, and to ensure the bond conform with your needs and instructions to us and provide the appropriate terms to all parties. Any discrepancies, deficiencies or modifications must immediately be brought to our attention, in writing. Failing such advice to us, you understand we will have no liability for any deficiencies or discrepancies in or required modifications to the bond. By affixing your signature, executing and providing this bond to the obligee you are verifying and, we will justifiably assume, the bond has been issued correctly with the best interests and requirements of all parties being properly considered. Sincerely, V. DeLene Marshal Record #: 2612533 Aon Risk Services Southwest, Inc. 2711 North Haskell Avenue, Suite 800, Dallas, TX 75204 • tel: (214) 989-0000 • fax: (214) 989-2530 00 6113 PERFORMANCE BOND BOND NO. 82456134 Contractor as Principal Name: Austin Traffic Signal Construction Co. Inc. Mailing address (principal place of business): P.O. Box 130 Round Rock, TX 78680 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: E15165 Traffic Signals and Lighting Improvements Bond 2014 Task Order No. 2 Award Date of the Contract: July 18, 2017 Contract Price: $1,901,608.50 Bond Date of Bond: August 3, 2017 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name: Federal Insurance Company Mailing address (principal place of business): 202B Hall's Mill Road Whitehouse Station, NJ 08889 Physical address (principal place of business): 202B Hall's Mill Road Whitehouse Station, NJ 08889 Surety is a corporation organized and existing under the laws of the state of: Indiana 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):908-903-3493 Telephone (for notice of claim): 800-362-4822 Local Agent for Surety Aon Risk Services Southwest, Inc. Name: Attention: Ricardo Reyna Address: 2711 N. Haskell Ave., Suite 800 Dallas, TX 75204 Telephone: 214-989-2194 Email Address: Ricardo.Reyna@Aon.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Performance Bond E15165 Traffic Signals & Lighting Impr Task Order 2 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 L Surety r , Signature: ) l I Signature: Name: S --}'I, .. 1- Name: V. DeLene Marshall . _ _ Title: Al tr. U i0- Title: Attorney -In -Fact Email Address: ��(( 2(i) 2c Email Address: DeLene.Marshall@Aon.com (Attach Power of Attorney and place surety seal below),;: END OF SECTION Performance Bond E15165 Traffic Signals & Lighting Impr Task Order 2 006113-2 7-8-2014 CHUBS Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Know All by These Presents. That FEDERAL INSURANCE COMPANY, an Indiana corporation. VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation. do each hereby constitute and appoint Don E. Cornell, Sophinie Hunter, V. DeLene Marshall, Tina McEwan, Robbi Morales, Ricardo J. Reyna and Kelly A. Westbrook of Dallas, Texas; Steven Dwain Brockinton of Little Rock, Arkansas each as their true and lawful Attorney -in -Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same. and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof. said FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 8u' day of March. 2017. 4 1) -rt— sfl. e ISOA-e ' Iikiv:n NI. Ch s. Assistant Secretary STATE OF NEW JERSEY County of Hunterdon ss. Stephen NI. !lams. Vice I'rc'idi.in On this 8th day of March. 2017 before me, a Notary Public of New Jersey. personally came Dawn M. Chloros. to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros, being by me duly sworn, did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that she is acquainted with Stephen M. Haney, and knows him to be Vice President of said Companies; and that the signature of Stephen M. Haney, subscribed to said Power of Attorney is in the genuine handwriting of Stephen M. Haney. and was thereto subscribed by authority of said Companies and in deponent's presence. Notarial Seal KATHERINE J. ADELAAR NOTARY PUBLIC OF NEW JERSEY No. 2316686 Commission Ezpaes,Uy 16, 2019 CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY. and PACIFIC INDEMNITY COMPANY on August 30. 2016: "RESOLVED, that the followtng authorizations relate to the execution. for and on behalf of the Company, of bonds, undertaking, recognizances, contracts and other written commitments of the Company entered into in the ordinary course of business (each a "Written Commitment"): (I) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise. Each duly appointed attorney-in-fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company. under the seal of the Company or otherwise, to the extent that such action is authorized by the grant of powers provided for in such person's written appointment as such attorney-in-fact. (3) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company. to appoint in writing any person the attorney- in-fact of the Company with full power and authority to execute, for and on behalf of Company. under the seal of the Company or otherwise, such Written Commitments of the Company as may be specified in such written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (2) (4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized. for and on behalf of the Company, to delegate in writing to any other officer of the Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwise. such Written Commitments of the Company as are specified in such written delegation, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, maybe affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exdusive statement of the powers and authority of officers, employees and other persons to act for and on behalf of the Company, and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested." I. Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect, (ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed in the U.S. Virgin Islands, and Federal is licensed in Guam, Puerto Rico, and each of the Provinces of Canada except Prince Edward Island; and (iii) the foregoing Power of Attorney is true, correct and in full force and effect. ,,, ,.,,,,. =1 • Given under my hand and seals of said Companies at Whitehouse Station. NJ, this ..>'d,da,�Bti Ai i4stn201.7. \ `' W ; Y Yom. NJ\tsokig lliwn NI. Chit rrt s .:htiSI:int Secretar}' IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM. VERIFY THE AUTHNI'1Ci' i OF THIS BOND QR ispip US OF ANY OTHER MATTER. PLEASE CONTACT US AT: Telephone (908)903- 3493 :Fax (9qe903=3656 • surery@chubb.com ire �63EV Form 15-10- 02258- U GEN CONSENT (rev. 12-16) Policyholder Information Notice IMPORTANT NOTICE To obtain information or make a complaint: You may call Chubb's toll-free telephone number for information or to make a complaint at 1-800-36-CHUBB You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Form 99-10-0299 (Rev. 1-08) AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede llamar al niimero de telefono gratis de Chubb's para informacion o para someter una queja al 1-800-36-CHUBB Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companfas, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente primero. Si no se resueve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POL/ZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. Empower Results® August 3, 2017 Stephen L. Rutledge AUSTIN TRAFFIC SIGNAL CONSTRUCTION COMPANY INC. 4615 Priem Lane Pflugerville, TX 78660 Aon Risk Solutions RE: CITY OF CORPUS CHRISTI Bond #: 82456134 Project: Traffic Signals and Lighting Improvements Bond 2014 - Task Order No. 2, Project No E15165, Corpus Christi, TX Contract Amount: $1,901,608.50 Dear Stephen: Enclosed please find the above captioned bond executed per your request. The bond must be signed by an authorized representative of your company and sealed with the corporate seal if applicable. It is your responsibility to carefully review the bond prior to execution to verify they have been presented on the correct form with the appropriate names, bond amounts and dates, and to ensure the bond conform with your needs and instructions to us and provide the appropriate terms to all parties. Any discrepancies, deficiencies or modifications must immediately be brought to our attention, in writing. Failing such advice to us, you understand we will have no liability for any deficiencies or discrepancies in or required modifications to the bond. By affixing your signature, executing and providing this bond to the obligee you are verifying and, we will justifiably assume, the bond has been issued correctly with the best interests and requirements of all parties being properly considered. Sincerely, V. DeLene Marshal Record #: 2612533 Aon Risk Services Southwest, Inc. 2711 North Haskell Avenue, Suite 800, Dallas, TX 75204 • tel: (214) 989-0000 • fax: (214) 989-2530