Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2017-223 - 7/18/2017 - Approved
• 2017-223 7/18/17 M2017-098 Haas-Anderson Construction Ltd 00 52 23 AGREEMENT This Agreement,for the Project awarded on Tuesday,July 18,2017 is between the City of Corpus Christi(Owner)and Haas-Anderson Construction Ltd. (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: OLD ROBSTOWN RD.-SH 44 TO LEOPARD(BOND 20141 E13098 ARTICLE 2-DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: CH2M HILL Engineers.Inc. 555 N.Carancahua,Suite 320 Corpus Christi,TX 78401 2.02 The Owner's Authorized Representative(OAR)for this Project is: Ernesto De La Garza, P.E.-Construction Management Engineer City of Corpus Christi-Engineering Services 4917 Holly Rd.,#5 Corpus Christi,TX 78411 ARTICLE 3-CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 365 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 395 days after the date when the Contract Times commence to run. B. Milestones,and the dates for completion of each,are as defined in SECTION 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 Agreement 00 52 23-1 E13098:OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev06-name INDEXED CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1- 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2017-222660 Date Filed: 06/13/2017 Date Acknowledged: 7 , AlmeeAICorn-Reed 2017.00.0415:19:00 -0500' 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Haas -Anderson Construction, Ltd. Corpus Christi, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Corpus Christi 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. E13098 Old Robstown Road - State Highway 44 to Leopard Street - Bond 2014 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Haas, Darryl Corpus Christi, TX United States X Anderson, Jim Corpus Christi, TX United States X Lamon, Tim Corpus Christi, TX United States X Parish, Jim Corpus Christi, TX United States X Cullen, Drew Corpus Christi, TX United States X Moore, Randall Corpus Christi, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT AFFIX Sworn 20 I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. 4 /% ' i � . CAVETT SMITH �^" LEE NOTARY 4, COMMISSIONSIOIRES:NOTARY PUBLIC "Foc 1 12-18-2017 : Signature of authorized agent of contracting business entity said I J ,-e i J C1 I 1 Y /) , this the � 3-�'� day of <S ‘.,\ di tp , NOTARY STAMP / SEAL ABOVE to and subscribed before me, by the \ _7 , to certify which, witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering_ ath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.883 CONTRACT DOCUMENTS FOR CONSTRUCTION OF OLD ROBSTOWN ROAD STATE HIGHWAY 44 TO LEOPARD STREET (BOND 2014) (E13098) P PP NNEW ONE= City of col-pus Christi, Ch24ft,,e. CH2M HILL Engineers, Inc. 555 N. Carancahua Suite 320 Corpus Christi, Tx 78401 ' . (361) 888-8100 Record Drawing Number: STR-901 000100 TABLE OF CONTENTS Division/ Title Section 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 o1-13-2016) 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 o1-13-2016) 00 30 06 Non-Collusion Certification 004516 Statement of Experience (Rev 06-22-2016) 00 52 23 Agreement(Rev 06-22-2016) 006113 Performance Bond (Revo1-13-2016) 00 61 16 Payment Bond (Revo1-13-2016) 00 72 00 General Conditions (Rev 3-23-2015) 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(Rev 01-13-2016) 007300 Supplementary Conditions 99 4-09 Spec=ial /"..R diti. Rs; fe- Division 01 General Requirements 01 11 00 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) 01 31 00 Project Management and Coordination (Revo1-13-2016) 01 31 13 Project Coordination 01 31 14 Change Management 013300 Document Management 013301 Submittal Register(Rev 7/3/2014) 013302 Shop Drawings 013303 Record Data Table of Contents 000100- 1 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 06-22-2016 Division/ Title Section 013304 Construction Progress Schedule 013305 Video and Photographic Documentation 01 35 00 Special Procedures 014000 Quality Management 01 50 00 Temporary Facilities and Controls 015700 Temporary Controls 01 70 00 Execution and Closeout Requirements Part S Standard Specifications 020100 Survey Monuments 021020 Site Clearing& Stripping 021040 Site Grading 021080 Removing Abandoned Structures 022020 Excavation & Backfill for Utilities 022021 Control of Ground Water 022022 Trench Safety for Excavations 022040 Street Excavation 022100 Select Material 022420 Silt Fence 025205 Pavement Repair, Curb, Gutter, Sidewalk, & Driveway Replacement 025223 Crushed Limestone Flexible Base 025404 Asphalts, Oils, & Emulsions 025412 Prime Coat 025414 Aggregate for Surface Treatment 025418 Surface Treatment 025424 Hot Mix Asphalt Concrete Pavement 025608 Inlets 025610 Concrete Curb&Gutter 025612 Concrete Sidewalks& Driveways 025614 Concrete Curb Ramps 025680 Colored Concrete Pavement for Cycle Track 025802 Temporary Traffic Controls During Construction 025803 Traffic Signal Adjustments Table of Contents 000100-2 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 06-22-2016 Division/ Title Section 025805 Work Zone Pavement Markings 025807 Pavement Markings (Paint and Thermoplastic) 025813 Preformed Thermoplastic Striping, Words& Emblems 025816 Raised Pavement Markers 025818 Reference Specification—TxDOT DMS-4200 Pavement Markers (Reflectorized) 025828 Reference Specification—TxDOT DMS-6130 Bituminous Adhesive for Pavement Markers 026202 Hydrostatic Testing of Pressure Systems 026206 Ductile Iron Pipe& Fittings 026214 Grouting Abandoned Utility Lines 026409 Tapping Sleeves &Valves 026411 Gate Valves for Waterline 026416 Fire Hydrants 027200 Control of Wastewater Flows 027202 Manholes 027203 Vacuum Testing of Wastewater Manholes 027205 Fiberglass Manholes 027402 Reinforced Concrete Pipe Culverts 027404 Concrete Box Culverts 027602 Gravity Wastewater Lines 027604 Disposal of Waste from Sanitary Sewer Cleaning Operations 027611 Cleaning and Televised Inspection of Conduits 028020 Seeding 028040 Sodding 028300 Fence Relocation 028320 Chain Link Fence 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures 050200 Welding 055420 Frames, Grates, Rings, &Covers Part T Technical Specifications T-037040 Epoxy Compounds Table of Contents 000100-3 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 06-22-2016 Division/ Title Section T-34 4113.00 Traffic Signal Standards and General Requirements T-34 4113.13 Installation of Traffic Equipment T-34 4116.23 Traffic Signal Cabinet and Assemblies T-34 4116.33 Traffic Signal Controller Unit T-34 4116.43 Ground Boxes T-34 4116.53 Vehicle Signal Heads T-34 4116.63 Pedestrian Signal T-34 4116.93 Poles and Assemblies T-34 41 19.13 Electrical Services for Traffic Equipment T-34 4119.73 Uninterruptible Power Supply T-34 4123.33 Video Imaging Vehicle Detection System T-34 4123.35 Radar Vehicle Detection System T-34 4123.37 Continuous Tracking Advance Detector T-34 4123.39 Radar Presence Detector TxDOT 416 Drilled Shaft Foundation TxDOT 684 Traffic Signal Cables TxDOT 688 Pedestrian Detectors and Vehicle Loop Detectors TxDOT 752 Tree and Brush Removal Appendix Title Exhibit A Design Calculations Exhibit B Geotechnical Report Exhibit C Subsurface Utility Excavation (SUE) Report Exhibit D Leaking Petroleum Storage Tank Reports END OF SECTION Table of Contents 000100-4 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 06-22-2016 Division 00 Procurement and Contracting Requirements 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1—DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2—GENERAL NOTICE 2.01 The City of Corpus Christi,Texas (Owner) is requesting Bids for the construction of the following Project: Name of Project: OLD ROBSTOWN RD.—SH 44 TO LEOPARD (BOND 2014) Owner's Prosect Identification No.: E13098 A. This project will upgrade existing street and storm water facilities along Old Robstown Road from State Highway 44 to Leopard Street. Improvements to these facilities include: • Removal of one driving lane in each direction with parking lanes on both sides for a majority of the project length and complete reconstruction to one driving lane in each direction with a continuous center turning lane. • Striping and pavement markings. • Removal and replacement of curb and gutter. • Removal of existing 4' wide sidewalks and Americans with Disabilities Act (ADA) non-compliant 5' wide sidewalks, and replacement with 5' wide ADA compliant sidewalks and construction of new 5' sidewalks in locations where none currently exist. • Addition of a 2-way cycle track. • Removal and replacement of concrete driveways as delineated in the contract documents and agreed upon by the City of Corpus Christi. • Installation of ADA-compliant curb ramps. • Construction of new Regional Transportation Authority (RTA) concrete bus stop pads with City and RTA concurrence. • Removal of span-wire signalization to be replaced with mast arm foundations. • Upgrades to existing storm water infrastructure including removal and replacement of existing storm sewer system and installation of a new storm sewer system that will meet the approved City of Corpus Christi Drainage Criteria Technical Guide (DRAFT) standards. Upgrades also include curb inlets and manholes. • Upgrades to existing water system infrastructure only includes adjusting and adding fire hydrants,waterline adjustments, and water valve box adjustments. Invitation to Bid and Instructions to Bidders 002113- 1 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is$ 5,780,000. The Project is to be substantially complete and ready for operation within 365 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports, or other information relevant to submitting a Bid for the Project. ARTICLE 3-- DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than 2:00pm on Wednesday, May 17,2017 to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid, electronic or hard copy, by the specified deadline. 3.02 Complete and submit the Bid Form, the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. 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—Old Robstown Rd.—SH 44 to Leopard (Bond 2014), Project No. E13098 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 2:00pm on Wednesday, May 17,2017, 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 Invitation to Bid and Instructions to Bidders 002113-2 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 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 at 10:30am on Tuesday, May 9,2017 at the following location: City Hall Building—Engineering Services Conference Room 1 or 2 3rd floor, Engineering Services 1201 Leopard Street, Corpus Christi,Texas 78401 ARTICLE S—COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 5.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE 6—EXAMINATION OF CONTRACT DOCUMENTS 6.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents,Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 6.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5, that without exception the Bid is premised upon completion of Work required by the Contract Documents, Addenda, and the related supplemental data,that the Bidder has given the OAR written notice of all conflicts, errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Invitation to Bid and Instructions to Bidders 002113-3 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 Documents, Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 7—INTERPRETATIONS AND ALTERNATE BIDS 7.01 Submit all questions about the meaning or intent of the Contract Documents,Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 7.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. 7.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 8—BID SECURITY 8.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi,Texas in the amount of 5 percent(5%) of the greatest amount bid. 8.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of Bid Bond as an attachment to their bid. Cashier's check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents, the bidder's name and the job name and number and delivered as required in Article 3 above. 8.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition,that the Owner will be paid a sum equal to 5 percent (5%) of the greatest amount bid if, within 10 calendar days of Notice of Award of the Contract, the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. Invitation to Bid and Instructions to Bidders 002113-4 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. ARTICLE 9—PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 9.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 9.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 10—CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly Invitation to Bid and Instructions to Bidders 002113-5 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place "confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of"confidential" documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11_MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days, thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. ARTICLE 12—BIDS REMAIN SUBJECT TO ACCEPTANCE 12.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 13—STATEMENT OF EXPERIENCE 13.01 The three lowest Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 14_EVALUATION OF BIDS 14.01 The Owner will consider the amount bid,the Bidder's responsibilities, the Bidder's safety record, the Bidder's indebtedness to Owner, the Bidder's capacity to perform the work and/or whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have Invitation to Bid and Instructions to Bidders 002113-6 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ARTICLE 15--AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 15.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 16--MINORITY/MBE/ DBE PARTICIPATION POLICY 16.01 Selected Contractor is required to comply with the Owner's Minority/ MBE/ DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY/ MBE/ DBE PARTICIPATION POLICY. 16.02 Minority participation goal for this Project has been established to be 45%. 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. ARTICLE 17_BONDS AND INSURANCE 17.01 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS sets forth the Owner's requirements as to Bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence of insurance. 17.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 18—SIGNING OF AGREEMENT 18.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the required number of counterparts (1) of the Agreement and attached documents to the Owner within 14 days.The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However, Owner will not be liable for any delays prior to the award or execution of Contract. Invitation to Bid and Instructions to Bidders 002113-7 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 ARTICLE 19—SALES AND USE TAXES 19.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 19.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 20—WAGE RATES 20.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 21—BIDDER'S CERTIFICATION OF NO LOBBYING 21.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees, consultants, or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process,the City may, in its discretion, reject the Bid. ARTICLE 22--CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CIQ and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 23—CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. ARTICLE 24-REJECTION OF BID 24.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security,with Power of Attorney, submitted as required by Article 8. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. Invitation to Bid and Instructions to Bidders 002113-8 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 24.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. Evidence of Bidder's recurring failure to complete an item of work within a timeframe acceptable to the City or in accordance with a City-accepted schedule is evidence of Bidder's failure to achieve reasonable progress under this subsection. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. F. Failure to acknowledge receipt of Addenda. G. Failure to submit post-Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity (i.e. U.S. Environmental Protection Agency,Texas Commission on Environmental Quality, etc.). J. Bidder's Safety Experience. K. Failure of Bidder to demonstrate,through submission of the Statement of Experience, the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources,workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Invitation to Bid and Instructions to Bidders 002113-9 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. O. Evidence of Bidder's lack of capacity to perform the Work. Evidence of Bidder's lack of capacity. Evidence of capacity to perform the Work will include a factual review of(i) all remaining work or incomplete work items under any existing city or non-city contract; (ii) ability to perform the Work with remaining sufficient resources,workforce, equipment and supervision/supervisory staff; (iii) ability in the past to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items under any existing City-awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. END OF SECTION Invitation to Bid and Instructions to Bidders 002113- 10 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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: (print Bid Submittal Date& Time)for E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014). 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below)to the City's electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City of Corpus Christi,Texas City Secretary's Office 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid—Old Robstown Rd.—SH 44 to Leopard (Bond 2014), Project No. E13098 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 E13098:OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 ARTICLE 3—BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and Bid Acknowledgement Form 003000-2 E13098:OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4—BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5—EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid, the Bidder's responsibility, the Bidder's safety record,the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder.The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non-conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Bid Acknowledgement Form 003000-3 E13098:OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 ARTICLE 6—TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 365 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 395 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7—ATTACHMENTS TO THIS BID 7.01 In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. ARTICLE 8—DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9—VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County,Texas for any legal action. ARTICLE 10—SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 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 Bid Acknowledgement Form 003000-4 E13098:OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. ARTICLE 11—BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: (typed or printed full legal name of Bidder) By: (individual's signature) Name: (typed or printed) Title: (typed or printed) Attest: (individual's signature) State of Residency: Federal Tax Id. No. Address for giving notices: Phone: Email: (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form 003000-5 E13098:OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 00 30 01 BID FORM Project Name: OLD ROBSTOWN RD.—SH 44 TO LEOPARD (BOND 2014) Project Number: E13098 Owner: City of Corpus Christi Bidder: OAR: 1TBD Designer:ICH21VI HILL Engineers, Inc. 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 BONDS&INSURANCE LS 1 $ - A3 OZONE ADVISORY DAY EA 5 $ - A4 TRAFFIC CONTROL PLAN AND PREPARATION LS 1 $ - A5 TRAFFIC CONTROL PLAN MOBILIZATION/ADJUSTMENTS LS 1 $ - A6 TRAFFIC CONTROL ITEMS(BARRICADES,SIGNS,&TRAFFIC HANDLING) (PER MONTH) MO 12 $ - A7 LOW PROFILE CONCRETE BARRIERS EA 50 $ - A8 ELECTRONIC MESSAGE BOARD EA 3 $ - A9 STORMWATER POLLUTION PREVENTION LS 1 $ - A10 BLANKET SODDING(ST.AUGUSTINE, INCL 4"TOPSOIL) SY 3,068 $ All SEEDING FOR EROSION CONTROL SY 3,068 $ - Al2 CURB INLET PROTECTION EA 71 $ - A13 DEMOLITION AND SITE PREPARATION AC 2.3 $ - A14 PRE-CONSTRUCTION EXPLORATORY EXCAVATIONS LS 1 $ - SUBTOTAL PART A-GENERAL(Items Al thru A14) $ Part B-STREET IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 2" HMAC TYPE D SY 19,255 $ - B2 4" HMAC TYPE B SY 19,255 $ - B3 PAVEMENT REPAIR SY 84 $ - B4 8"CRUSHED LIMESTONE BASE (TYPE A,GRADE 1-2) SY 22,372 $ - B5 TENSAR TX5 GEOGRID OR EQUAL SY 22,372 $ - B6 12"COMPACTED SUBGRADE SY 22,372 $ - B7 PRIME COAT MC-30 @ 0.20 GAL/SY GAL 3,851 $ - B8 TACK COAT @ 0.05 GAL/SY GAL 963 $ - B9 SIGN AND POLE ASSEMBLY EA 62 $ - B10 REFL PAV MRK TY I (Y)4" (SLD) LF 6,285 $ - Bll REFL PAV MRK TY I (Y)4" (SLD) (DBL) LF 836 $ - B12 REFL PAV MRK TY I (Y)4" (BRK) LF 1,620 $ - B13 1REFLPAVMRK TY I (Y)24" (SLD) I LF 56 $ - B14 REFL PAV MRKR TY II-A-A I EA 1 33 $ - Bid Form Page 1 of 5 E13098: OLD ROBSTOWN RD.-SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 00 30 01 BID FORM #WTI ` DESCRIPTION UNIT ESTIMATED OMIT PRICE EXTENDED QUANTITY AMOUNT B15 REFL PAV MRKR TY II-C-R EA 4 $ - B16 REFL PAV MRKR TY I-C EA 10 $ - B17 REFL PAV MRKR TY II-B-B EA 10 $ - B18 REFL PAV MRK TY I (W)4" (SLD) LF 104 $ - B19 REFL PAV MRK TY I (W)4" (BRK) LF 40 $ - B20 REFL PAV MRK TY I (W)8" (SLD) LF 290 $ - B21 REFL PAV MRK TY I (W) 12" (SLD) LF 1,309 $ - B22 REFL PAV MRK TY I (W)24" (SLD) LF 1,079 $ - B23 PREFAB PAV MRK TY C(W) (RR CROSSING)) EA 1 $ - B24 PREFAB PAV MRK TY C(W) (ARROW) EA 4 $ - B25 PREFAB PAV MRK TY C(W) (DOUBLE ARROW) EA 16 $ - B26 PREFAB PAV MRK TY C(W) (BIKE SYMBOL)) EA 16 $ - B27 PREFAB PAV MRK TY C(W) (YIELD TRIANGLE) EA 25 $ - B28 6"CONCRETE DRIVEWAY SF 18,742 $ - B29 4"CONCRETE RIP RAP SF 5,624 $ - B30 REMOVE AND RELOCATE CHAIN LINK FENCE LF 528 $ - B31 REMOVE AND RELOCATE WOOD FENCE LF 56 $ - B32 STREET EXCAVATION INCL.ASPHALT REMOVAL SY 24,127 $ - B33 REPAIR CONCRETE MEDIAN ISLAND NOSE LS 1 $ - B34 TREE REMOVAL EA 25 $ - B35 ADJUST AT&T MANHOLE TO GRADE(LABOR ONLY) EA 3 $ - B36 ALLOWANCE FOR UNANTICIPATED STREET IMP LS 1 $ 30,000.00 $ 30,000 SUBTOTAL PART B-STREET IMPROVEMENTS(Items B1 thru B35) Part C-TRAFFIC SIGNAL IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 CONDT(PVC)(SCHD80)(1.51N) LF 340 $ , - C2 CONDT(PVC)(SCHD80)(41N) LF 247 $ , - C3 POWER CABLE(2-1 CONDR)(6AWG) LF 620 $ , - C4 POWER CABLE(1 CONDR) (6AWG)BARE LF 310 $ , - 05 ELEC CONDUCTOR(NO 8) (INS)GROUND LF 272 $ , - C6 ELECT SERV-TY T(120/240 0000(SS)GS(N)OT(U) EA 1 $ , - C7 GROUND BOX(TY D)W/APRON EA 14 $ , - C8 FND FOR TRAF SIG TY 36B(36 IN DRIL SHFT(15.2 FT/EA) VF 61 $ , - C9 PED SIG SEC(16 IN) LED COUNT DOWN EA 8 $ , - C10 VEH SIG SEC(12 IN) LED EA 28 $ - C11 BACK PLATE (3 SEC)(12 IN)VACCUM FORMED EA 6 $ - C12 BACK PLATE (5 SEC)(12 IN)VACCUM FORMED EA 2 $ , - C13 TRAF SIG CABLE (TY A) (5 CONDR)(14 AWG) LF 766 $ , - C14 TRAF SIG CABLE (TY A) (2 CONDR)(14 AWG) LF 766 $ , - C15 TRAF SIG CABLE (TY A) (16 CONDR)(14 AWG) LF 956 $ , - C16 TRAF SIG POLE ASM (STL) 1 ARM (44 FT) EA 2 $ , - C17 TRAF SIG POLE ASM (STL) 1 ARM (36FT) EA 2 $ , - C18 PED PUSH BUTTON POST EA 4 $ , - C19 PED PUSH BUTTON EA 8 $ , - C20 CONTROLLER&TS2 TYPE CABINET W/FOUNDATION EA 1 $ Bid Form Page 2 of 5 E13098: OLD ROBSTOWN RD.-SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 00 30 01 BID FORM 'Item DESCRIPTION UNIT ESTIMATED OMIT PRICE EXTENDED QUANTITY AMOUNT C21 RADAR PRESENCE DETECTOR EA 4 $ , - C22 RADAR PRESENCE DETECTOR COMM CABLE LF 964 $ - C23 CAMERA PTZ(COHU 3960 SERIES) EA 1 $ , - C24 ETHERNET SWITCH EA 1 $ - C25 ETHERNET CABLE CAT 5 LF 46 $ , - C26 STANDARD ALLUMINUM OVERHEAD SIGN EA 4 $ , - C27 SCHOOL ZONE FLASHER ASSEMBLY EA 2 $ , - SUBTOTAL PART C-RTA IMPROVEMENTS(Items Cl thru C27) $ - Part D-IT IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) D1 IGROUND BOX(24"x36"x18") (HANDHOLE) I EA 1 7 $ , - D2 2" PVC(SCH 80) ELECTRICAL CONDUIT I LF 1 4,500 $ - SUBTOTAL PART D-IT IMPROVEMENTS(D1 THRU D2) $ - Part E-RTA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) E1 CONCRETE BUS PAD-60'X 12.5' SF 3,960 $ , - E2 CONCRETE PEDESTRIAN SHELTER PAD SF 1,680 $ , - E3 8"CRUSHED LIMESTONE BASE (TYPE A,GRADE 1-2) SY 440 $ , - E4 TENSAR TX5 GEOGRID OR EQUAL SY 440 $ , - E5 12"COMPACTED SUBGRADE I SY 1 440 $ - SUBTOTAL PART E-RTA IMPROVEMENTS(E1 THRU E5) $ - Part F-ADA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) F1 ADA CURB RAMP SF 4,096 $ , - F2 4"CONCRETE SIDEWALK SF 29,114 $ , - F3 4"CONCRETE CYCLE TRACK SF 21,607 $ , - SUBTOTAL PART F-ADA IMPROVEMENTS(F1 THRU F3) $ - Part G-DRAINAGE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) G1 MANHOLE TYPE A(4' DIA) EA 4 $ , - G2 MANHOLE TYPE A(5' DIA) EA 2 $ - G3 MANHOLE TYPE D(4' DIA) EA 7 $ , - G4 ADJUST SW MANHOLE TO GRADE EA 6 $ G5 REPLACE STANDARD INLET GRATE AND ADJUST TO GRADE EA 1 $ - G6 18" RCP CULVERT(INCL EXCAV, BEDDING&BACKFILL) LF 383 $ , - G7 24" RCP CULVERT(INCL EXCAV, BEDDING&BACKFILL) LF 297 $ - G8 30" RCP CULVERT(INCL EXCAV, BEDDING&BACKFILL) LF 8 $ , - G9 42" RCP CULVERT(INCL EXCAV, BEDDING&BACKFILL) LF 83 $ - G10 6'x2' RCB CULVERT(INCL EXCAV, BEDDING&BACKFILL) LF 15 $ - G11 8'x5' RCB CULVERT(INCL EXCAV, BEDDING&BACKFILL) LF 421 $ , - G12 5'x5' RCB CULVERT(INCL EXCAV, BEDDING&BACKFILL) LF 1008 $ , - G13 5'x4' RCB CULVERT(INCL EXCAV, BEDDING&BACKFILL) LF 1 294 $ , - G14 JUNCTION BOX 1 W/MANHOLE EA 1 $ , - G15 JUNCTION BOX 2 W/MANHOLE EA 1 $ Bid Form Page 3 of 5 E13098: OLD ROBSTOWN RD.-SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 00 30 01 BID FORM 'Item DESCRIPTION UNIT ESTIMATED OMIT PRICE EXTENDED QUANTITY AMOUNT G16 JUNCTION BOX 3 W/MANHOLE EA 1 $ , - G17 JUNCTION BOX 4 W/MANHOLE EA 1 $ - G18 JUNCTION BOX 5 W/MANHOLE EA 1 $ , - G19 5'CURB INLET EA 27 $ - G20 5' INLET EXTENSION EA 6 $ , - G21 SPECIAL CURB INLET(TYPE 1) EA 5 $ , - G22 SPECIAL CURB INLET(TYPE 2) EA 2 $ , - G23 CONCRETE CURB&GUTTER LF 9,654 $ - REMOVE EXISTING 18" RCP CULVERT AND BACKFILL WITH G24 CEMENT STABILIZED SAND LF 551 $ - REMOVE EXISTING 36" RCP CULVERT AND BACKFILL WITH G25 CEMENT STABILIZED SAND LF 69 $ - REMOVE EXISTING 42" RCP CULVERT AND BACKFILL WITH G26 CEMENT STABILIZED SAND LF 11 $ - G26 GROUT FILL&ABANDON 15" RCP CULVERT LF 30 $ , - G27 GROUT FILL&ABANDON 48" RCP CULVERT LF 582 $ , - G28 GROUT FILL&ABANDON 54" RCP CULVERT LF 519 $ - REMOVE STORM MANHOLE AND BACKFILL WITH CEMENT G29 STABILIZED SAND EA 1 $ - REMOVE STORM INLET AND BACKFILL WITH CEMENT G30 STABILIZED SAND EA 29 $ - G31 TRENCH SAFETY PLAN FOR STORM LINES LF 1,858 $ TRENCH SAFETY PLAN FOR MANHOLES,JUNCTION BOXES& G32 INLETS EA 52 $ - G33 JALLOWANCE FOR UNANTICIPATED STORM WATER IMP LS 11 20,000.00 $ . 20,000 SUBTOTAL PART G-DRAINAGE IMPROVEMENTS(G1 THRU G33) Part H-WATER IMROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) H1 FIRE HYDRANT ASSEMBLY(TYPE 1) EA 2 $ , - H2 FIRE HYDRANT ASSEMBLY(TYPE 2) EA 8 $ , - H3 ADJUST EXISTING WATER VALVE BOX EA 24 $ , - H4 ADJUST EXISTING WATER METER BOX EA 1 $ , - H5 8" MJ 45 DEG BEND EA 40 $ , - H6 8" DIP WATERLINE LF 236 $ , - H7 2"GATE VALVE WITH BOX AND COVER EA 1 $ , - H7 TRENCH SAFETY WATER LINE LF 236 $ , - H8 JALLOWANCE FOR UNANTICIPATED WATER IMP LS 1 $ 6,000.00 $ . 6,000 SUBTOTAL PART H-WATER IMPROVEMENTS (H1 THRU 1-18) Part I-WASTEWATER IMROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 11 JADJUST WASTEWATER MANHOLE RIM TO GRADE I EA 1 16 $ - 17 JALLOWANCE FOR UNANTICIPATED WASTEWATER IMP LS 1 $ 2,000.00 $ . 2,000 SUBTOTAL PART I-WASTEWATER IMPROVEMENTS(11 THRU 17) Part J-GAS IMROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) J1 ADJUST EXISTING GAS VALVE AND RISER TO GRADE EA 1 $ Bid Form Page 4 of 5 E13098: OLD ROBSTOWN RD.-SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED I UNIT PRICE EXTENDED QUANTITY AMOUNT SUBTOTAL PART J-GAS IMPROVEMENTS(J1 THRU J1) $ - BID SUMMARY SUBTOTAL PART A-GENERAL(Items Al thru A14) $ SUBTOTAL PART B-STREET IMPROVEMENTS(Items B1 thru B35) $ SUBTOTAL PART C-TRAFFIC SIGNAL IMPROVEMENTS(Items C1 thru C27) $ SUBTOTAL PART D- IT IMPROVEMENTS (Items D1 thru D2) $ - SUBTOTAL PART E- RTA IMPROVEMENTS(Items E1 thru E5) $ SUBTOTAL PART F-ADA IMPROVEMENTS (Items F1 thru F3) $ SUBTOTAL PART G - DRAINAGE IMPROVEMENTS(Items G1 thru G33) $ SUBTOTAL PART H -WATER IMPROVEMENTS(Items H1 thru 1-18) $ SUBTOTAL PART I -WASTEWATER IMPROVEMENTS(Items 11 thru 17) $ SUBTOTAL PART J -GAS IMPROVEMENTS(Items J1 thru J1) $ TOTAL PROJECT BASE BID(PARTS A THRU 1) $ Contract Times Bidder agrees to reach Substantial Completion in 1 365 Idays Bidder agrees to reach Final Completion in 1 395 Idays Bid Form Page 5 of 5 E13098: OLD ROBSTOWN RD.-SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 N m Q O Z r m m Z O v m N A A .0 O Z C Z C Z v A A m O et O 3 N 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) E13098 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 Old Robstown Road State Highway 44 to Leopard Street(Bond 2014) 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 Old Robstown Road State Highway 44 to Leopard Street(Bond 2014) 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 S. INCLUDE PERCENTAGES OF WORK SUBCONTRACTED TO EACH TO DEMONSTRATE COMPLIANCE WITH OWNER'S STATED GOALS.STATEMENT OF EXPERIENCE REQUIREMENTS 4.01 Provide one printed copy of the Statement of Experience using the referenced tables and narrative descriptions as described in Article 2. Pages are to be 8-1/2 x 11 pages using a minimum font size of 10. A limited number of 11 x 17 sheets may be used, and must be folded to the size of an 8-1/2 x 11 page. 4.02 Provide a digital copy of the Statement of Experience in Portable Document Format(PDF) on a CD, portable drive, or other digital recording device. This digital copy is to include all information required to evaluate the Bid and should match the content of the printed copy of the Bid. When creating the digital copy: A. Create PDF documents from native format files. B. Rotate pages so that the top of the document appears at the top of the file when opened in PDF viewing software. C. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the original documents. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. D. Submit color PDF documents if color is used in the printed version of the documents. Statement of Experience 004516-3 Old Robstown Road State Highway 44 to Leopard Street(Bond 2014) 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 Old Robstown Road State Highway 44 to Leopard Street(Bond 2014) 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 Old Robstown Road State Highway 44 to Leopard Street(Bond 2014) Rev 06-22-2016 Table 2—Project Information Organization doing business as: Proposed Project Organization Provide a brief description of the organizational structure proposed for this project indicating the names and functional roles of proposed key personnel and alternates. Provide resumes for Project Manager,Superintendent, Safety Manager and Quality Control Manager. Position Primary Alternate Project Manager Superintendent Safety Manager Quality Control Manager Division of work between Bidder and Proposed Subcontractor and Suppliers Provide a list of Work to be self-performed by the Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work(based on estimated subcontract or purchase order amounts and the Contract Price). Description of Work Name of Entity Performing the Estimated Percentage Work of Contract Price Subcontractor Construction Site Safety Experience Provide Experience Modification Ratio (EMR) History for the last 3 years for Subcontractors that will provide Work valued at 25%or more of the Contract Price. Provide documentation of the EMR. Subcontractor Year EMR Year EMR Year EMR Subcontractor Year EMR Year EMR Year EMR Statement of Experience 004516-6 Old Robstown Road State Highway 44 to Leopard Street(Bond 2014) Rev 06-22-2016 Table 3—Projects Awarded during the Last 5 Years Organization doing business as: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-7 Old Robstown Road State Highway 44 to Leopard Street(Bond 2014) Rev 06-22-2016 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-8 Old Robstown Road State Highway 44 to Leopard Street(Bond 2014) Rev 06-22-2016 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-9 Old Robstown Road State Highway 44 to Leopard Street(Bond 2014) 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 Old Robstown Road State Highway 44 to Leopard Street(Bond 2014) Rev 06-22-2016 Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: E. Fall Protection ❑ Yes ❑ No ❑ N/A F. Confined Spaces ❑ Yes ❑ No ❑ N/A G. Material Handling ❑ Yes ❑ No ❑ N/A H. Demolition ❑ Yes ❑ No ❑ N/A I. Steel Erection ❑ Yes ❑ No ❑ N/A J. Underground Construction ❑ Yes ❑ No ❑ N/A Does the Bidder have a lost time injury rate and a total recordable injury rate of less than or equal to the national average for North American Industrial Classification 5 System ("NAICS") Category 23 for each of the past five (5)years? Provide the ❑Yes ❑ No Bidder's OSHA 300 and 300A logs for the past five (5)years in a separate attachment. Does the Bidder have an experience modifier rate of 1.0 or less? Provide the 6 Bidder's NCCI workers' compensation experience rating sheets for the past five (5) ❑Yes ❑ No years in a separate attachment. Has the Bidder had any OSHA inspections within the past six(6) months? Provide 7 documentation showing the nature of the inspection,the findings, and the ❑ Yes ❑ No magnitude of the issues in a separate attachment if yes. Statement of Experience 004516- 11 Old Robstown Road State Highway 44 to Leopard Street(Bond 2014) 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 Old Robstown Road State Highway 44 to Leopard Street(Bond 2014) 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 Old Robstown Road State Highway 44 to Leopard Street(Bond 2014) Rev 06-22-2016 00 52 23 AGREEMENT This Agreement, for the Project awarded on (insert Award Date), is between the City of Corpus Christi (Owner) and (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) E13098 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: CH2M HILL Engineers, Inc. 555 N.Carancahua,Suite 320 Corpus Christi,TX 78401 2.02 The Owner's Authorized Representative (OAR)for this Project is: ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 365 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 395 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Agreement 005223- 1 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 06-22-2016 Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner$1,000.00 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. Agreement 005223-2 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 06-22-2016 B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; Agreement 005223-3 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 06-22-2016 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods,techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations,tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. Agreement 005223-4 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 06-22-2016 ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR—Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. ATTEST CITY OF CORPUS CHRISTI Agreement 005223-5 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 06-22-2016 Rebecca Huerta City Secretary J.H. Edmonds, P.E. Director of Engineering Services APPROVED AS TO LEGAL FORM: Janet L. Kellogg Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR (Seal Below) By: Note: Attach copy of authorization to sign if 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 06-22-2016 00 61 13 PERFORMANCE BOND BOND NO. Contractor as Principal Surety Name: Name: Mailing address (principal place of business): Mailing address (principal place of business): Physical address(principal place of business): Owner Name: City of Corpus Christi,Texas Mailing address (principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78401 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone (main number): OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Project Number: E13098 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 some 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 00 61 16 PAYMENT BOND BOND NO. Contractor as Principal Surety Name: Name: Mailing address (principal place of business): Mailing address (principal place of business): Physical address(principal place of business): Owner Name: City of Corpus Christi,Texas Mailing address (principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78401 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone (main number): OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Project Number: E13098 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 some 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 ❑ 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 06-22-2016 00 72 02 WAGE RATE REQUIREMENTS ARTICLE 1—PREVAILING WAGE RATE REQUIREMENTS 1.01 PAYMENT OF PREVAILING WAGE RATES A. Contractor and any Subcontractors employed on this Project shall pay not less than the rates established by the Owner as required by Texas Government Code Chapter 2258. B. Contractor is required to pay Davis-Bacon Wage Rates. 1.02 RECORDS A. In accordance with Tex. Gov't Code §2258.024, the Contractor and its Subcontractors, if any, shall keep a record showing: 1. The name and occupation of each worker employed by the Contractor or Subcontractor in the construction of the Work; and 2. The actual per diem wages paid to each worker. B. The record shall be open at all reasonable hours to inspection by the officers and agents of the Owner. 1.03 LIABILITY; PENALTY; CRIMINAL OFFENSE A. Tex. Gov't Code §2258.003— Liability: An officer, agent, or employee of the Owner is not liable in a civil action for any act or omission implementing or enforcing Chapter 2258 unless the action was made in bad faith. B. Tex. Gov't Code §2258.053(b)— Penalty: Any Contractor or Subcontractor who violates the requirements of Chapter 2258, shall pay to the Owner, on whose behalf the Contract is made, $60 for each worker employed or each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the Contract. C. Tex. Gov't Code §2258.058—Criminal Offense: 1. An officer, agent, or representative of the Owner commits an offense if the person willfully violates or does not comply with a provision of Chapter 2258. 2. Any Contractor or Subcontractor, or an agent or representative of the Contractor or Subcontractor, commits an offense if the person violates Tex. Gov't Code §2258.024. 3. An offense is punishable by: a. A fine not to exceed $500; b. Confinement in jail for a term not to exceed 6 months; or C. Both a fine and confinement. 1.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Rate Requirements 007202- 1 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) REV 06-12-2015 Wage Determination Construction Type Project Type (WD) No TX-31 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) TX-40 Highway Highway Construction Projects (excluding tunnels, building structures in rest area projects &railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). General Decision Number:TX170031 01/06/2017 TX31 Superseded General Decision Number:TX20160031 State:Texas Construction Type: Heavy Counties: Nueces and San Patricio Counties in Texas. HEAVY CONSTRUCTION PROJECTS(including Sewer and Water Line Construction and Drainage Projects) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO,the contractor must pay all workers in any classification listed on this wage determination at least $10.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher)for all hours spent performing on the contract in calendar year 2017.The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at: www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2017 * SUTX1987-001 12/01/1987 Rates Fringes CARPENTER (Excluding Form Setting).........................$ 9.05 Concrete Finisher........................................................$ 7.56 ELECTRICIAN...............................................................$ 13.37 2.58 Wage Rate Requirements 007202-2 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) REV 06-12-2015 Laborers: Common................................................................$ 7.25 Utility.....................................................................$ 7.68 Power equipment operators: Backhoe.................................................................$ 9.21 Motor Grader........................................................$ 8.72 ---------------------------------------------------------------- WELDERS- Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- ---------------------------------------------------------------- Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health- related needs, including preventive care; to assist a family member (or person who is like family to the employee)who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member(or person who is like family to the employee)who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of"identifiers"that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or"UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification,which in this example would be Plumbers.0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate,which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA)governing this classification and rate. Wage Rate Requirements 007202-3 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) REV 06-12-2015 Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based.The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year,to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter?This can be: • an existing published wage determination • a survey underlying a wage determination • a Wage and Hour Division letter setting forth a position on • a wage determination matter • a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys,should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor Wage Rate Requirements 007202-4 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) REV 06-12-2015 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7).Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- ---------------------------------------------------------------- END OF GENERAL DECISION Wage Rate Requirements 007202-5 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) REV 06-12-2015 General Decision Number:TX170040 01/06/2017 TX40 Superseded General Decision Number:TX20160040 State:Texas Construction Type: Highway Counties: Aransas, Calhoun, Goliad, Nueces and San Patricio Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2017 * SUTX2011-010 08/08/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving&Structures).....................................$ 12.64 FORM BUILDER/FORM SETTER Paving&Curb........................................................$ 10.69 Structures..............................................................$ 13.61 LABORER Asphalt Raker........................................................$ 11.67 Flagger..................................................................$ 8.81 Laborer, Common.................................................$ 10.25 Laborer, Utility......................................................$ 11.23 Pipelayer...............................................................$ 11.17 Work Zone Barricade Servicer................................$ 11.51 PAINTER (Structures).................................................$ 21.29 POWER EQUIPMENT OPERATOR: Asphalt Distributor...................................................$ 14.25 Asphalt Paving Machine.......................................$ 13.44 Mechanic..............................................................$ 17.00 Motor Grader, Fine Grade.......................................$ 17.74 Wage Rate Requirements 007202-6 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) REV 06-12-2015 Motor Grader, Rough.........................................$ 16.85 TRUCK DRIVER Lowboy-Float......................................................$ 16.62 Single Axle..........................................................$ 11.61 ---------------------------------------------------------------- WELDERS- Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- ---------------------------------------------------------------- Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health- related needs, including preventive care; to assist a family member (or person who is like family to the employee)who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member(or person who is like family to the employee)who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of"identifiers"that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or"UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification,which in this example would be Plumbers.0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate,which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Wage Rate Requirements 007202-7 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) REV 06-12-2015 Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based.The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year,to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter?This can be: • an existing published wage determination • a survey underlying a wage determination • a Wage and Hour Division letter setting forth a position on • a wage determination matter • a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 Wage Rate Requirements 007202-8 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) REV 06-12-2015 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- ---------------------------------------------------------------- END OF GENERAL DECISION END OF SECTION Wage Rate Requirements 007202-9 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 CH2M HILL Engineers, Inc. B. The following entities, along with the members of the OPT, are to be named as an additional insured on all insurance policies, except workers compensation insurance and the Contractor's professional liability insurance. NONE ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK SC-4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Supplementary Conditions 007300- 1 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 11-25-2013 Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 43 rain days have been set for this Project. An extension of time due to rain days will be considered only after 43 rain days have been exceeded in a calendar year and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5—AVAILABILITY OF LANDS;SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC-5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.03.A which describe subsurface and physical conditions. 1. Geotechnical and Subsurface Utility Engineering Reports include the following: a. Subsurface Investigation, Laboratory Testing and Provision of Pavement Recommendations for the Proposed Old Robstown Road Project—State Highway 44 to Leopard Street(Bond 2014), dated 11/22/2014. b. Old Robstown Road—SUE Quality Level "A" Project,dated 07/22/2016. 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) include the following: None SC-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.06 which describe potential Hazardous Environmental Conditions that have been identified at or adjacent to the Site. 1. Environmental Reports include the following: a. Leaking Petroleum Storage Tank(LPST) Database Query Results,Texas Commission on Environmental Quality(TCEQ), November 11,2013 (Exhibit D) 2. Drawings of physical conditions relating to known Hazardous Environmental Conditions at the Site include the following: None B. Contractor must comply with all federal, state and local environmental, health and safety regulations. Supplementary Conditions 007300-2 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 11-25-2013 ARTICLE 7—CONTRACTOR'S RESPONSIBILITIES SC-7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS,AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: "The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." END OF SECTION Supplementary Conditions 007300-3 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 11-25-2013 Division 01 General Requirements 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 A. Work is described in general, non-inclusive terms as: 1. This project will upgrade existing street and storm water facilities along Old Robstown Road from State Highway 44 to Leopard Street. Improvements to these facilities include: • Removal of one driving lane in each direction with parking lanes on both sides for a majority of the project length and complete reconstruction to one driving lane in each direction with a continuous center turning lane. • Striping and pavement markings. • Removal and replacement of curb and gutter. • Removal of existing 4' wide sidewalks and Americans with Disabilities Act (ADA) non-compliant 5' wide sidewalks, and replacement with 5' wide ADA compliant sidewalks and construction of new 5' sidewalks in locations where none currently exist. • Addition of a 2-way cycle track. • Removal and replacement of concrete driveways as delineated in the contract documents and agreed upon by the City of Corpus Christi. • Installation of ADA-compliant curb ramps. • Construction of new Regional Transportation Authority (RTA) concrete bus stop pads with City and RTA concurrence. • Removal of span-wire signalization to be replaced with mast arm foundations. • Upgrades to existing storm water infrastructure including removal and replacement of existing storm sewer system and installation of a new storm sewer system that will meet the approved City of Corpus Christi Drainage Criteria Technical Guide (DRAFT) standards. Upgrades also include curb inlets and manholes. Summary of Work 011100- 1 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 • Upgrades to existing water system infrastructure only includes adjusting and adding fire hydrants, waterline adjustments, and water valve box adjustments. 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. 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. None 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. Summary of Work 011100-2 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work 011100-3 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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. Alternates and Allowances 012310-2 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 11-25-2013 1.03 DESCRIPTION OF ALTERNATES A. Alternate A- None 1.04 DESCRIPTION OF ALLOWANCES A. Allowance for Unanticipated Street Improvements 1. The sum of$30,000 to be used for the purchase of means to adjust any existing feature which has been found and is unidentified in the construction documents and has been determined to be in conflict with the proposed street improvements by the Engineer. B. Allowance for Unanticipated Storm Water Improvements 1. The sum of$20,000 to be used for the purchase of means to adjust any utility which has been found and is unidentified in the construction documents and has been determined to be in conflict with the proposed storm water improvements by the Engineer. C. Allowance for Unanticipated Water Distribution Improvements 1. The sum of$6,000 be used for the purchase of means to adjust any utility which has been found and is unidentified in the construction documents and has been determined to be in conflict with the proposed water improvements by the Engineer. D. Allowance for Unanticipated Waste Water Improvements 1. The sum of$2,000 to be used for the purchase of means to adjust any utility which has been found and is unidentified in the construction documents and has been determined to be in conflict with the proposed waste water improvements by the Engineer. 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances 012310-3 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 03-11-2015 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in SECTION 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 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid Item A-1—Mobilization: 1. Include the following costs in this Bid item: a. 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 Advisory Day: 1. Include the following costs in this Bid Item: a. Equipment. 2. The basis of measurement and payment for this Bid Item shall be as described in specification sections and/or the bid Form. D. Bid Item A-4—Traffic Control Plan (TCP) Preparation: 1. Include the following costs in this Bid Item: a. Labor for TCP preparation. b. Coordination with City of Corpus Christi Traffic Engineering Department. 2. The basis of measurement and payment for this Bid Item shall be as described in specification sections and/or the bid Form. E. Bid Item A-5—TCP Mobilization/Adjustments: 1. Include the following costs in this Bid Item: a. Barricades, Delineators, Low Profile Concrete Barriers, all associated materials. b. Required Flaggers, Signs, and/or pilot trucks. 2. The basis of measurement and payment for this Bid Item shall be as described in specification sections and/or the bid Form. F. Bid Item A-6—TCP Items: 1. Include the following costs in this Bid Item: a. Barrels, Cones, Signs, Delineators, and all associated materials. b. Required Flaggers and/or pilot trucks. 2. The basis of measurement and payment for this Bid Item shall be as described in specification sections and/or the bid Form. G. Bid Item A-7—Low Profile Concrete Barriers: 1. Include the following costs in this Bid Item: a. Low Profile Concrete Barriers and all associated materials. b. Labor for low profile concrete barrier installation. Measurement and Basis for Payment 0129 01-2 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 2. The basis of measurement and payment for this Bid Item shall be as described in specification sections and/or the bid Form. H. Bid Item A-8—Electronic Message Board: 1. Include the following costs in this Bid Item: a. Required Message Boards (materials). b. Labor for sign/message board installation. 2. The basis of measurement and payment for this Bid Item shall be as described in specification sections and/or the bid Form. I. Bid Item A-9—Storm Water Pollution Prevention Plan (SWP3) During Construction: 1. Include the following costs in this Bid Item: a. Labor for SWP3 preparation. b. NOI Submittal. C. Labor during construction for regular reviews of implemented SWP3 components and required documentation. 2. The basis of measurement and payment for this Bid Item shall be as described in specification sections and/or the bid Form. J. Bid Item A-10— Blanket Sodding: 1. Include the following costs in this Bid Item: a. All related materials including but not limited to Sod. 2. The basis of measurement and payment for this Bid Item shall be as described in specification sections and/or the bid Form. K. Bid Item A-11—Seeding for Erosion Control: 1. Include the following costs in this Bid Item: a. All related materials including but not limited to Seeding. 2. The basis of measurement and payment for this Bid Item shall be as described in specification sections and/or the bid Form. L. Bid Item A-12—Curb Inlet Protection Install and Remove: 1. Include the following costs in this Bid Item: a. All related materials including but not limited to curb inlet protection. 2. The basis of measurement and payment for this Bid Item shall be as described in specification sections and/or the bid Form. Measurement and Basis for Payment 0129 01-3 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 M. The basis of measurement and payment for other remaining Bid Items shall be as described in specification sections and/or the Bid Form. 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATES AND ALLOWANCES A. Bid Item J1—Allowance for Unanticipated Street Improvements : 1. The Lump Sum Bid Items described as "Allowance for Unanticipated Street Improvements" has been set as noted and shall be included in the Total Base Bid for each bidder. This Allowance may be used at the Owner's discretion should an unanticipated adjustment of a utility, unknown structure, or similar situation warrant the use of the Allowance funds. Should the use of funds from the Allowance become necessary, the Owner will provide written authorization at a cost negotiated between the City and the Contractor. No work is to be performed under this Item without written authorization from the OAR. 2. There is no guarantee that any of these funds will need to be used throughout the course of the work. The Contractor shall insert the figure noted in the Base Bid in the Bid Form. This item shall be used for unforeseen circumstances. Payment shall be negotiated for each circumstance, using unit prices in the Bid Form when applicable. B. Bid Item J2—Allowance for Unanticipated Storm Water Improvements 1. The Lump Sum Bid Items described as "Allowance for Unanticipated Storm Water Improvements" has been set as noted and shall be included in the Total Base Bid for each bidder. This Allowance may be used at the Owner's discretion should an unanticipated adjustment of a utility, unknown structure, or similar situation warrant the use of the Allowance funds. Should the use of funds from the Allowance become necessary, the Owner will provide written authorization at a cost negotiated between the City and the Contractor. No work is to be performed under this Item without written authorization from the OAR. 2. There is no guarantee that any of these funds will need to be used throughout the course of the work. The Contractor shall insert the figure noted in the Base Bid in the Bid Form. This item shall be used for unforeseen circumstances. Payment shall be negotiated for each circumstance, using unit prices in the Bid Form when applicable. C. Bid Item J3—Allowance for Unanticipated Water Improvements 1. The Lump Sum Bid Items described as "Allowance for Unanticipated Water Improvements" has been set as noted and shall be included in the Total Base Bid for each bidder. This Allowance may be used at the Owner's discretion should an unanticipated adjustment of a utility, unknown structure, or similar situation warrant the use of the Allowance funds. Should the use of funds from the Allowance become necessary, the Owner will provide written authorization at a cost negotiated between the City and the Contractor. No work is to be performed under this Item without written authorization from the OAR. 2. There is no guarantee that any of these funds will need to be used throughout the course of the work. The Contractor shall insert the figure noted in the Base Bid in the Bid Form. This item shall be used for unforeseen circumstances. Payment shall be negotiated for each circumstance, using unit prices in the Bid Form when applicable. Measurement and Basis for Payment 0129 01-4 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 D. Bid Item J3—Allowance for Unanticipated Waste Water Improvements 1. The Lump Sum Bid Items described as "Allowance for Unanticipated Waste Water Improvements" has been set as noted and shall be included in the Total Base Bid for each bidder. This Allowance may be used at the Owner's discretion should an unanticipated adjustment of a utility, unknown structure, or similar situation warrant the use of the Allowance funds. Should the use of funds from the Allowance become necessary, the Owner will provide written authorization at a cost negotiated between the City and the Contractor. No work is to be performed under this Item without written authorization from the OAR. 2. There is no guarantee that any of these funds will need to be used throughout the course of the work. The Contractor shall insert the figure noted in the Base Bid in the Bid Form. This item shall be used for unforeseen circumstances. Payment shall be negotiated for each circumstance, using unit prices in the Bid Form when applicable. 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment 0129 01-5 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 PRE-CONSTRUCTION EXPLORATORY EXCAVATIONS A. Excavate and expose existing pipelines that cross within 20 feet of Project pipelines prior to any Work. Survey the line to determine its exact vertical and horizontal location at each point the existing pipeline may potentially conflict with the Work. B. Excavate and expose existing parallel pipelines at 300 feet intervals (maximum)for existing pipelines which are within 10 feet of Project pipelines. Survey the line to determine its exact vertical and horizontal location at each point where the line is excavated and exposed. Project Management and Coordination 013100-3 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 C. Prepare a Plan of Action per SECTION 0135 00 SPECIAL PROCEDURES indicating the owner of pipelines excavated and surveyed and all pertinent survey data, including the station where lines cross or conflicts may exist and the distance to the pavement centerline and elevations of the top of existing pipelines. D. Do not perform Work on the Project until all exploratory excavations have been completed and the Plan of Action has been approved by the Designer. E. Include the cost for these pre-construction exploratory excavations in the lump sum Bid Item for Pre-Construction Exploratory Excavations. 1.10 DISRUPTION TO SERVICES/CONTINUED OPERATIONS A. Existing facilities are to continue in service as usual during the construction unless noted otherwise. Owner or utilities must be able to operate and maintain the facilities. Keep disruptions to existing utilities, piping, process piping, or electrical services to a minimum. 1. Do not restrict access to critical valves or operators. 2. Limit operations to the minimum amount of space needed to complete the specified Work. 3. Maintain storm sewers and sanitary sewers in service at all times. Provide temporary service around the construction or otherwise construct the structure in a manner that the flow is not restricted. B. Provide a Plan of Action in accordance with SECTION 0135 00 SPECIAL PROCEDURES if facilities must be taken out of operation. 1.11 FIELD MEASUREMENTS A. Perform complete field measurements prior to purchasing products or beginning construction for products required to fit existing conditions. B. Verify property lines, control lines,grades, and levels indicated on the Drawings. C. Check Shop Drawings and indicate the actual dimensions available where products are to be installed. D. Include field measurements in Record Drawings as required in SECTION 01 31 13 PROJECT COORDINATION. 1.12 REFERENCE DATA AND CONTROL POINTS A. The OPT will provide the following control points: 1. Base line or grid reference points for horizontal control. 2. Benchmarks for vertical control. B. Locate and protect control points prior to starting the Work and preserve permanent reference points during construction. Designated control points may be on an existing structure or monument. Do not change or relocate points without prior approval of the OAR. Notify OAR when the reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. Project Management and Coordination 013100-4 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 C. Provide complete engineering layout of the Work needed for construction. 1. Provide competent personnel. Provide equipment including accurate surveying instruments, stakes, platforms,tools, and materials. 2. Provide surveying with accuracy meeting the requirements established for Category 5 Construction Surveying as established in the Manual of Practice of Land Surveying in Texas published by the Texas Society of Professional Surveyors, latest revision. 3. Record Data and measurements per standards. 1.13 DELIVERY AND STORAGE A. Deliver products and materials to the Site in time to prevent delays in construction. B. Deliver packaged products to Site in original undamaged containers with identifying labels attached. Open cartons as necessary to check for damage and to verify invoices. Reseal cartons and store properly until used. Leave products in packages or other containers until installed. C. Assume full responsibility for the protection and safekeeping of products stored at the Site. D. Store products at locations acceptable to the OAR and to allow Owner access to maintain and operate existing facilities. E. Store products in accordance with the Supplier's storage instructions immediately upon delivery. Leave seals and labels intact. F. Provide additional storage areas as needed for construction. Store products subject to damage by elements in substantial weather-tight enclosures or storage sheds. Provide and maintain storage sheds as required for the protection of products. Provide temperature, humidity control, and ventilation within the ranges stated in the Supplier's instructions. Remove storage facilities at the completion of the Project. G. Protect the pipe interior. Keep all foreign materials such as dirt, debris, animals, or other objects out of the pipe during the Work. Cap or plug ends of installed pipe in an approved manner when pipe is not being installed. Clean or wash out pipe sections that become contaminated before continuing with installation. Take precautions to prevent the pipe from floating or moving out of the proper position during or after laying operations. Immediately correct any pipe that moves from its correct position. H. Provide adequate exterior storage for products that may be stored out-of-doors. 1. Provide substantial platforms, blocking, or skids to support materials and products above ground which has been sloped to provide drainage. Protect products from soiling or staining. 2. Cover products subject to discoloration or deterioration from exposure to the elements,with impervious sheet materials. Provide ventilation to prevent condensation below covering. 3. Store loose, granular materials on clean, solid surfaces, or on rigid sheet materials, to prevent mixing with foreign matter. 4. Provide surface drainage to prevent erosion and ponding of water. Project Management and Coordination 013100-5 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 5. Prevent mixing of refuse or chemically injurious materials or liquids with stored materials. 6. Pipes and conduits stored outdoors are to have open ends sealed to prevent the entrance of dirt, moisture, and other injurious materials. Protect PVC pipe from ultraviolet light exposure. 7. Store light weight products to prevent wind damage. I. Maintain storage facilities. Inspect stored products on a weekly basis and after periods of severe weather to verify that: 1. Storage facilities continue to meet specified requirements; 2. Supplier's required environmental conditions are continually maintained; and 3. Products that can be damaged by exposure to the elements are not adversely affected. J. Replace any stored item damaged by inadequate protection or environmental controls. K. Payment may be withheld for any products not properly stored. 1.14 CLEANING DURING CONSTRUCTION A. Provide positive methods to minimize raising dust from construction operations and provide positive means to prevent air-borne dust from disbursing into the atmosphere. Control dust and dirt from demolition, cutting, and patching operations. B. Clean the Project as Work progresses and dispose of waste materials, keeping the Site free from accumulations of waste or rubbish. Provide containers on Site for waste collection. Do not allow waste materials or debris to blow around or off of the Site. Control dust from waste materials. Transport waste materials with as few handlings as possible. C. Comply with Laws and Regulations. Do not burn or bury waste materials. Remove waste materials, rubbish and debris from the Site and legally dispose of these at public or private disposal facilities. D. Provide a final cleaning to thoroughly clean the entire Site and make ready for acceptance. 1. Remove construction debris, boxes, and trash from the Site. 2. Remove construction storage sheds and field offices. 3. Restore grade to match surrounding condition and remove excess dirt. 4. Sweep all drives and parking lots clean of dirt and debris. Use water trucks or hose down paved site to like new appearance. 1.15 MAINTENANCE OF ROADS, DRIVEWAYS, AND ACCESS A. Maintain roads and streets in a manner that is suitable for safe operations of public vehicles during all phases of construction unless the Owner approves a street closing. Do not close public roads overnight. Project Management and Coordination 013100-6 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 B. Submit a Notification by Contractor for Owner's approval of a street closing. The request shall state: 1. The reason for closing the street. 2. How long the street will remain closed. 3. Procedures to be taken to maintain the flow of traffic. C. Construct temporary detours, including by-pass roads around construction, with adequately clear width to maintain the free flow of traffic at all times. Maintain barricades, signs, and safety features around the detour and excavations. Maintain barricades, signs, and safety features around the Work in accordance with all provisions of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD). D. Assume responsibility for any damage resulting from construction along roads or drives. 1.16 AREA ACCESS AND TRAFFIC CONTROL A. Provide traffic control measures to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. Provide all-weather access to all residents and businesses at all times during construction. Provide temporary driveways and/or roads of approved material during wet weather. Maintain a stockpile of suitable material on the Site to meet the demands of inclement weather. B. Schedule operations to minimize adverse impact on the accessibility of adjoining properties. Sequence construction to build driveways in half widths, construct temporary ramps, or any other measure required to maintain access to adjoining properties. C. Comply with the Owner's Uniform Barricading Standards and Practices. Copies of this document are available through the Owner's Traffic Engineering Department. Secure required permits from the Owner's Traffic Engineering Department. 1.17 OVERHEAD ELECTRICAL WIRES A. Comply with OSHA safety requirements regarding construction equipment working beneath overhead electrical wires. Prevent and pay for repairs for damage to existing overhead electrical wires or facilities. B. Provide for adequate safety with regard to overhead lines whether overhead lines are or are not shown in the Contract Documents. 1.18 BLASTING A. Blasting is not allowed for any purpose. 1.19 ARCHAEOLOGICAL REQUIREMENTS A. Cease operations immediately and contact the Owner for instructions if historical or archaeological artifacts are found during construction. B. Conduct all construction activities to avoid adverse impact on the Sites where significant historical or archaeological artifacts are found or identified as an area where other artifacts could be found. Project Management and Coordination 013100-7 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 1. Obtain details for Working in these areas. 2. Maintain confidentiality regarding the Site. 3. Adhere to the requirements of the Texas Historical Commission. 4. Notify the OAR and the Texas Historical Commission. C. Do not disturb archaeological sites. 1. Obtain the services of a qualified archaeological specialist to instruct construction personnel on how to identify and protect archaeological finds on an emergency basis. 2. Coordinate activities to permit archaeological work to take place within the area. a. Attempt to archaeologically clear areas needed for construction as soon as possible. b. Provide a determination of priority for such areas. D. Assume responsibility for any unauthorized destruction that might result to such Sites by construction personnel, and pay all penalties assessed by the State or Federal agencies for non-compliance with these requirements. E. Contract Times will be modified to compensate for delays caused by such archaeological finds. No additional compensation will be paid for delays. 1.20 ENDANGERED SPECIES RESOURCES A. Do not perform any activity that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act(ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. B. Cease Work immediately in the area of the encounter and notify the OAR if a threatened or endangered species is encountered during construction. OPT will implement actions in accordance with the ESA and applicable State statutes. Resume construction in the area of the encounter when authorized to do so by the OAR. 1.21 COOPERATION WITH PUBLIC AGENCIES A. Cooperate with all public and private agencies with facilities operating within the limits of the Project. B. Provide a 48-hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Texas 811 at 811 and the Lone Star Notification Company at 1-800-669-8344. C. For the Contractor's convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Project Engineer—CH2M HILL 361-888-8100 Engineers, Inc. Traffic Engineering 361-826-3547 Project Management and Coordination 013100-8 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 Public Agencies/Contacts Phone Number Police Department 361-882-2600 361-826-1800(361-826-1818 after Water/Wastewater/Stormwater 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 City Environmental Programs 361-826-4066 Specialist (Sharon Lewis) Solid Waste& Brush 361-826-1973 MIS Department(City Fiber) 361-826-3740 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 254-379-4400 Time Warner Communications Crown Castle Communications 1-888-632-0931 Century Tel 361-883-3000 Windstream Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-886-9005 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Management and Coordination 013100-9 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 11-25-2013 5. Record Data and approved Shop Drawings. 6. Construction photographs. 7. Test Reports. 8. Clarifications and other information provided in Request for Information responses. 9. Reference standards. B. Store printed Record Documents and Samples in the Contractor's field office. 1. Record Documents are to remain separate from documents used for construction. 2. Provide files and racks for the storage of Record Documents. 3. Provide a secure storage space for the storage of Samples. 4. Maintain Record Documents in clean, dry, legible conditions, and in good order. 5. Make Record Documents and Samples available at all times for inspection by the OPT. C. Maintain a digital record of Specifications and Addenda to identify products provided in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. D. Maintain a digital record of Drawings in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. 3. Record information as construction is being performed. Do not conceal any Work until the required information is recorded. 4. Mark Drawings to record actual construction, including the following: a. Depths of various elements of the foundation in relation to finished first floor datum or the top of walls. b. Horizontal and vertical locations of underground utilities and appurtenances constructed and existing utilities encountered during construction. C. Location of utilities and appurtenances concealed in the Work. Refer measurements to permanent structures on the surface. Include the following equipment: 1) Piping. 2) Ductwork. 3) Equipment and control devices requiring periodic maintenance or repair. 4) Valves, unions, traps, and tanks. 5) Services entrance. 6) Feeders. Project Coordination 013113-5 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 0133 02 for approval of product Certified Test Report 0140 00 to demonstrate compliance Notification by Contractor 01 31 13 Photographic Documentation 01 33 05 Progress Schedules 01 33 04 Record Data 01 33 03 Request for Information 01 31 13 Shop Drawing 01 33 02 Schedule of Values 01 29 00 Substitutions 01 31 14 Suppliers and Subcontractors 01 31 13 and 0133 03 Document Management 013300-3 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 11-25-2013 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Document Management 013300-4 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 11-25-2013 0133 01 Submittal Register Types of Skrnittals f +�iresl 3peCrffCatorf SpLfif�� tibi`USCI i(3Li p�Y Pra�i€tC�Irtfs�rF�nat�o�i �p�ra#�srafs I�#a 5ectaor,,,, .... ,NO....�.....,....., 022021 Control of Ground Water 1.4-13 Design/Procedure 022021 Control of Ground Water-NOI/TCEQ 1.5-C Procedure 022100 Select Material 1 Material Conformance 022420 Silt Fence 2-D Material Conformance 025223 Crushed Limestone Flexible Base 2 Material Conformance 025404 Asphalts,Oils and Emulsions 2 Material Conformance 025412 Prime Coat 2 Material Conformance 025414 Aggregate for Surface Treatment 2-A Material Conformance 025418 Surface Treatment 2-1&2 Material Conformance 025424 Hot Mix Asphaltic Concrete Pavement(Class A) 2&3 Material Conformance 025608 Inlets 3 Material Conformance Shop Drawings 025680 Colored Concrete Pavement for Cycle Track 1.2 Material Conformance 025802 Temporary Traffic Controls During Construction 2&3 Material Conformance Procedure 025805 Work Zone Pavement Markings 2 thru 5 Material Conformance 025807 Pavement Markings 2&3 Material Conformance Shop Drawings Procedure 025813 Preformed Thermoplastic Striping,Words and Emblems 2&3 Material Conformance Shop Drawings Procedure 025816 Raised Pavement Markers 2 Material Conformance 026202 Hydrostatic Testing of Pressure Systems 2&3 Conformance Procedure 026206 Ductile Iron Pipe and Fittings 2,3,4,5,&6 Material ConformanceShop Drawings &Certifications 026214 Grouting Abandoned Utility Lines 2 Material Conformance 026409 Tapping Sleeves and Tapping Valves 2 Material Conformance Shop Drawings 026411 Gate Valves for Waterlines 2 Material Conformance Shop Drawings 026416 Fire Hydrants 2&4 Material Conformance Shop Drawings &Certifications 027202 Manholes 2 Material Conformance Shop Drawings 027402 Reinforced Concrete Pipe Culverts 2 Material Conformance Shop Drawings 027404 Concrete Box Culverts 2,3,&4 Material Conformance Shop Drawings &Certifications 027611 Cleaning and Televised Inspection of Conduits 2,3,&4 Equipment Procedure/Report Conformance 028020 Seeding 2 Material Conformance 028040 Sodding 2 Material Conformance Submittal Register E13098:OLD ROBSTOWN RD.-SH 44 TO LEOPARD(BOND 2014) 01 33 01-1 0133 01 Submittal Register 028320 Chain Link Fence 2 Material Conformance 030020 Portland Cement Concrete 2 thru 12 Material Conformance Procedure 032020 Reinforcing Steel 2 Material Conformance Shop Drawings 038000 Concrete Structures 2 Material Conformance 050200 Welding 2 thru 12 Material Conformance Procedure 055420 Frames,Grates,Rings and Covers 2 Material Conformance Shop Drawings T-037040 Epoxy Compounds(S-44) 2 Material Conformance T-34 41 13.00 Traffic Signa)Standards and Genera)Requirements 1.4 A thru C Materials/Equipment Shop Drawings Conformance (if requested) TxDOT 416 Drilled Shaft Foundations 2 Material Conformance TxDOT 684 Traffic Signal Cables 2 Material Conformance TxDOT 688 Pedestrian Detectors and Vehicle Loop Detectors 2 Material Conformance Red Line As-Built Drawings Record Data Submittal Register E13098:OLD ROBSTOWN RD.-SH 44 TO LEOPARD(BOND 2014) 01 33 01-2 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 025608 Inlets 025807 Pavement Markings 025813 Preformed Thermoplastic Striping, Words and Emblems 026206 Ductile Iron Pipe and Fittings 026409 Tapping Sleeves and Tapping Valves 026416 Fire Hydrants 027202 Manholes 027402 Reinforced Concrete Pipe Culverts Shop Drawings 013302- 1 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 11-25-2013 Specification Section Shop Drawing Description 027404 Concrete Box Culverts 032020 Reinforcing Steel 055420 Frames, Grates, Rings, and Covers T-34 41 13.00 Traffic Signal Standards and General Requirements—Various Materials/Equipment (if requested) 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. 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; Shop Drawings 013302-2 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 11-25-2013 2. Location of existing structures, utilities, and equipment related to the Shop Drawing have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Shop Drawing are complete for their intended purpose; and 5. Conflicts between the Shop Drawing related to the various Subcontractors and Suppliers have been resolved. F. Review Shop Drawings prior to submitting to the Designer. Certify that all Shop Drawings have been reviewed by the Contractor and are in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Shop Drawings except for deviations specifically brought to the Designer's attention on an attached Shop Drawing Deviation Request form in accordance with Paragraph 1.10. G. Fabrication or installation of any products prior to the approval of Shop Drawings is done at the Contractor's risk. Defective products may be rejected at the Owner's option. 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. Shop Drawings 013302-3 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 11-25-2013 C. Submit Shop Drawings that require coordination with other Shop Drawings at the same time. Shop Drawings requiring coordination with other Shop Drawings will be rejected until a complete package is submitted. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Shop Drawings as specified in the individual Specification Sections: 1. Certified Test Reports(CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Shop Drawing. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Shop Drawing. 2. Certification of Local Field Service (CLS): A certified letter stating that field service is available from a factory or supplier approved service organization located within a 300 mile radius of the Site. List names, addresses, and telephone numbers of approved service organizations on or attach it to the certificate. 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). Shop Drawings 013302-4 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 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. Shop Drawings 013302-5 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 11-25-2013 B. Use the following conventions to markup Shop Drawings for review: 1. Make comments and corrections in the color blue. Add explanatory comments to the markup. 2. Highlight items in black that are not being furnished when the Supplier's standard drawings or information sheets are provided so that only the products to be provided are in their original color. 3. Make comments in the color yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Make comments in the color orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Include explanatory comments in the Shop Drawing Deviation Request form. 5. Mark dimensions with the prefix FD to indicate field verified dimensions on the Shop Drawings. 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. Shop Drawings 013302-6 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 11-25-2013 5. Deliver color charts and Samples to the field office and store for the duration of the Project 6. Notify the Designer that color charts and Samples have been delivered for approval using the Notification by Contractor form. 7. Submit color charts and Samples not less than 30 days prior to when these products are to be ordered or released for fabrication to comply with the Project schedule. 8. Remove Samples that have been rejected. Submit new Samples following the same process as for the initial Sample until Samples are approved. 9. Dispose of Samples when related Work has been completed and approved and disposal is approved by the Designer. At Owner's option, Samples will become the property of the Owner. B. Construct mockups for comparison with the Work being performed. 1. Construct mockups from the actual products to be used in construction per detailed Specification Sections. 2. Construct mockups of the size and in the area indicated in the Contract Documents. 3. Construct mockups complete with texture and finish to represent the finished product. 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 Shop Drawings 013302-7 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 11-25-2013 generally conforming to the Contract Documents. Deviations from the Contract Documents can only be approved by a Modification. 1.10 DESIGNER RESPONSIBILITIES A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Section for general conformance with the Contract Documents. 1. Designer's review and approval will be only to determine if the products described in the Shop Drawing or Sample will, after installation or incorporation into the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Designer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. 3. Designer's review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. B. Comments will be made on items called to the attention of the Designer for review and comment. Any marks made by the Designer do not constitute a blanket review of the 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. Shop Drawings 013302-8 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 11-25-2013 e. Resubmit with corrections made: Shop Drawing is "Approved as Noted," but has significant markups. Make correction and notations to provide a revised document with markup incorporated into the original document so that no markups are required. f. Returned without review due to excessive deficiencies: Document does not meet the requirement of the Specifications for presentation or content to the point where continuing to review the document would be counterproductive to the review process or clearly does not meet the requirements of the Contract Documents. Revise the Shop Drawing to comply with the requirements of this Section and resubmit. g. Actions a through c will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Actions d through f require follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked "Approved as Noted" and "Resubmit with corrections made." These drawings are to be revised to provide a clean record of the Shop Drawing. Proceed with ordering products as the documents are revised. 5. Dimensions or other data that does not appear to conform to the Contract Documents will be marked as "At Variance With" (AVW)the Contract Documents or other 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. Shop Drawings 013302-9 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 11-25-2013 F. Information that is submitted as a Shop Drawings that should be submitted as Record Data or other type of document, or is not required may be returned without review, or may be deleted. No further action is required and the Shop Drawing process for this document will be closed. 1.11 RESUBMISSION REQUIREMENTS A. Make all corrections or changes in the documents required by the Designer and resubmit to the Designer until approved. 1. Revise initial drawings or data and resubmit as specified for the original document. 2. Highlight or cloud in green those revisions which have been made in response to the previous reviews by the Designer. This will include changes previously highlighted or clouded in yellow to direct attention to Designer to items requiring selections or decisions by the Designer or highlighted or clouded in orange for a requested deviation from the Contract Documents. 3. Highlight and cloud new items in yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 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. Shop Drawings 013302- 10 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 11-25-2013 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Shop Drawings 013302- 11 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 022021 Control of Ground Water (Design/Procedure/Testing/SWP3/NOI) 022100 Select Material (Material Conformance& Placement Testing) 022420 Silt Fence (Material Conformance) 025223 Crushed Limestone Flexible Base (Material Conformance & Placement Testing) 025404 Asphalts, Oils and Emulsions (Material Conformance& Placement Testing) 025412 Prime Coat (Material Conformance) 025414 Aggregate for Surface Treatment (Material Conformance) 025418 Surface Treatment (Material Conformance) 025424 Hot Mix Asphaltic Concrete Pavement-Class A(Material Conformance) 025680 Colored Concrete Pavement for Cycle Track(Material Conformance) Record Data 013303- 1 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 11-25-2013 Specification Section Record Data Description 022021 Control of Ground Water (Design/Procedure/Testing/SWP3/NOI) 025802 Temporary Traffic Controls During Construction (Material Conformance & Procedure) 025805 Work Zone Pavement Markings (Material Conformance) 025816 Raised Pavement Markers (Material Conformance) 026202 Hydrostatic Testing of Pressure Systems (Material Conformance & Procedure) 026214 Grouting Abandoned Utility Lines (Material Conformance) 027611 Cleaning and Televised Inspection of Conduits (Equipment Conformance/Procedure/Report) 028020 Seeding (Material Conformance) 028040 Sodding (Material Conformance) 028320 Chain Link Fence (Material Conformance) 030020 Portland Cement Concrete (Material Conformance& Procedure) 038000 Concrete Structures(Material Conformance) 050200 Welding (Material Conformance & Procedure) T-34 4113.00 Traffic Signal Standards and General Requirements (Material/Equipment Conformance) TxDOT 416 Drilled Shaft Foundations (Material Conformance) TxDOT 684 Traffic Signal Cables (Material Conformance) TxDOT 688 Pedestrian Detectors and Vehicle Loop Detectors (Material/Equipment Conformance) Red Line As-Built Drawings 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; 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 Record Data 013303-2 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 11-25-2013 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: 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 Record Data 013303-3 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 11-25-2013 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. 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. Record Data 013303-4 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 11-25-2013 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. B. Designer may take the following action in processing Record Data: Record Data 013303-5 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 11-25-2013 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 013303-6 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 FLOATTIME 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 11-25-2013 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Construction Progress Schedule 013304-4 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 11-25-2013 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Perform the Work as required to complete the entire Project within the Contract Times and in the sequence stipulated below: 1. The Construction sequence is included in the TCP Construction Drawings. B. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. C. Perform the Work not specifically described in this Section as required to complete the entire Project within the Contract Times. 1.02 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Pipelines or wastewater systems, 4. Communications equipment, and 5. Other designated functions. B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; 6. Plan of Action to handle emergencies; 7. List of manpower, equipment, and ancillary supplies; 8. Backups for key pieces of equipment and key personnel; 9. Contingency plan that will be used if the original schedule cannot be met; and C. Submit plan 2 weeks prior to beginning the Work. Special Procedures 013500- 1 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 11-25-2013 1.03 CRITICAL OPERATIONS A. The Owner has identified critical operations that must not be out of service longer than the designated maximum time out of service and/or must be performed only during the designated times. These have been identified in the table below: Max.Time Hours Operation Liquidated Critical Operation Out of Operation can be Shut Down Damages ($ per hour) Low usage timeframe to be Water Service coordinated between Contractor and City Water Dept. B. Submit a written plan of action per Paragraph 1.02 for approval for critical operations. C. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner's normal operations have been restored. D. Provide additional manpower and equipment as required to complete the Work affecting critical operations within the allotted time. 1.04 OWNER ASSISTANCE A. The Owner will assist the Contractor with Traffic Signal Adjustments at the intersection of Old Robstown Road and Up River Road.The Contractor to coordinate with the City Traffic Engineering Department and City Traffic Signals Department 2 weeks prior to any signal adjustments. Contractor to provide any assistance needed by the City. 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures 013500-2 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 storm water 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 storm water 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 storm water system including open channels. Remove pollution control structures when no longer required to prevent storm water 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 storm water 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 11-25-2013 1.08 EARTH CONTROL A. Remove excess soil, spoil materials, and other earth not required for backfill at the time of generation. Control stockpiled materials to eliminate interference with Contractor and Owner's operations. B. Dispose of excess earth off the Site. Provide written approval from the property owner for soils deposited on private property. Obtain approval of the Owner if this disposal impacts the use of Site or other easements. 1.09 OZONE ADVISORY DAYS A. Do not conduct roofing, priming, or hot-mix paving operations, except for repairs, on days the City Engineer has notified Contractor that an ozone advisory is in effect. An extension of time will be allowed for each day for which priming or hot mix paving was scheduled, crews were prepared to perform this Work and the City Engineer issued ozone alert prevents this Work. Contractor will be compensated at the unit price indicated in the Bid for each day for which an extension of time was granted due to an ozone alert. 1.10 MANAGEMENT OF WATER A. Manage water resulting from rains or ground water at the Site. Maintain trenches and excavations free of water at all times. B. Lower the water table in the construction area by acceptable means if necessary to maintain a dry and workable condition at all times. Provide drains, sumps, casings, well points, and other water control devices as necessary to remove excess water. C. Provide continuous operation of water management actions. Maintain standby equipment to provide proper and continuous operation for water management. D. Ensure that water drainage does not damage adjacent property. Divert water into the same natural watercourse in which its headwaters are located, or other natural stream or waterway as approved by the Owner. Assume responsibility for the discharge of water from the Site. E. Remove the temporary construction and restore the Site in a manner acceptable to the OAR and to match surrounding material at the conclusion of the Work. 1.11 DEWATERING A. This item is considered subsidiary for all dewatering methods other than "well pointing" to the appropriate bid items as described in the Bid Form where dewatering is needed to keep the excavation dry, as approved by the Designer, and shall include all costs to provide a dry foundation for the proposed improvements. B. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. C. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to Temporary Controls 015700-4 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 11-25-2013 entering the storm water system. Sheet flow and ponding is to allow solids screening and/or settling prior to entering a storm water conduit or inlet. D. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharges groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream, the CC Ship Channel. E. Testing of groundwater quality is to be performed by the Contractor, at the Contractor's expense, prior to commencing discharge and shall be retested by the Contractor, at the Contractor's expense, a minimum of once a week. Contractor shall coordinate with the Owner on all testing. Tests will also be performed as each new area of construction is started. F. Another option for disposal of groundwater by Contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Designer on a case by case basis. G. Prior to Pumping groundwater from a trench to the sanitary sewer system the Contractor shall contact the Wastewater Pre-treatment Coordinator at 826-1817 to obtain a "no cost" permit from the Owner's Waste Water Department. Contractor will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. 1.12 DISPOSAL OF CONTAMINATED GROUNDWATER A. No well pointing is expected per the Geotechnical Report. B. If needed,the payment for this Work will be based on the Contractor's actual costs and will be negotiated. Suggested disposal facilities would be US Ecology(USET) in Robstown,Texas or Texas Molecular in Corpus Christi,Texas if contaminated groundwater is encountered during this project. 1.13 DISPOSAL OF HIGHLY CHLORINATED WATER A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner's requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine, which exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory agencies in the disposal of all water used in the Project. Include a description and details for disposal of this water in a Plan of Action per SECTION 0135 00 SPECIAL PROCEDURES. Do not use the Owner's sanitary sewer system for disposal of contaminated water. Temporary Controls 015700-5 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 11-25-2013 1.14 WINDSTORM CERTIFICATION A. All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by IBC 2009. Contractor shall be responsible for contracting with a licensed structural engineer in the State of Texas to perform all inspections and provide documentation for windstorm certification to the Texas Board of Insurance. The Contractor shall be responsible for providing all necessary design/assembly documentation for all new windows, doors, louvers, etc. to the windstorm engineer/inspectors required to conform with the requirements of the Texas Department of Insurance. 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials that comply with Laws and Regulations. 3.00 EXECUTION 3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS A. Construct temporary controls in accordance with Laws and Regulations. B. Maintain controls in accordance with regulatory requirements where applicable, or in accordance with the requirements of the Contract Documents. C. Remove temporary controls when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls while they are still required. END OF SECTION Temporary Controls 015700-6 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 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 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 11-25-2013 Part S Standard Specifications SECTION 020100 SURVEY MONUMENTS 1. DESCRIPTION This specification shall govern all work required for furnishing and installing survey monuments as required to complete the project. 2. MATERIALS a) Brass Monument Marker: 21/4" diameter brass disk with 31/2" anchor rod to be provided by the City. b) Concrete: Class A, in accordance with Section 030020 "Portland Cement Concrete". c) Rebar: No. 5 deformed bar, 31/2 feet long, in accordance with Section 032020 "Reinforcing Steel". 3. CONSTRUCTION METHODS The location of survey markers shall be established in the field by the Engineer and/or his representative Surveyor. The Engineer and/or his representative Surveyor will provide four off-set stakes with intersecting string line for precise location of horizontal alignment to which the brass disk shall be positioned. The Contractor shall excavate hole and set formwork. Forms shall be placed to a tolerance which allows the precise position of the brass disk to be within one inch of the center of the concrete base. The Contractor shall place concrete in accordance with City Standard Specification Section 038000 "Concrete Structures". At the appropriate time, the Contractor shall place the brass disk(provided by the City) to its precise position in the uncured concrete. The brass disk shall be placed to within 1/4" tolerance of its intended location. Positioning of the base and brass disk will be checked by the Engineer and/or his representative Surveyor. Non-compliance with specified tolerances shall result in replacement at the Contractor's expense. The properly furnished survey monument shall be neat in appearance with the exposed brass face free of cement mortar and constructed to an elevation of approximately one inch of finished grade. (See Survey Markers Detail on the following page.) 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, survey monuments shall be measured as individual units for each monument placed. Payment shall be at the unit price bid,which price shall constitute full compensation for all work, materials, labor, equipment, tools and incidentals required to install the survey monuments complete in-place. 020100 Page 1 of 2 Rev.10-30-2014 SILVER.SOLDER 6 R 1 ( 1/2'"0.©.X.065 14 B.&S.GA. M BRASS TUBING � s b 3/4 DISC DETAIL. N.TS. A A PLAN -.mmmmwmmm— 12" TOP ELEV. AP PROX. I ABOVE NATURAL GROUND "' 1"CHAMFER ::. ';, ~;► REBAR 2x' CLEAR NO.S REBAR 3x-6""LONG i- +M ' CLASS "A' CONCRETE SECTIO-N A-A SURVEY MARKERS DETAIL . 020100 Page 2 of 2 Rev.10-30-2014 SECTION 021020 SITE CLEARING AND STRIPPING 1. DESCRIPTION This specification shall govern all work necessary for clearing, grubbing and stripping of objectionable matter as required to complete the project, and shall include removing and disposing of trees, stumps, brush, roots, vegetation, rubbish and other objectionable matter from the project site. 2. CONSTRUCTION METHODS The site shall be cleared of all trees, stumps, brush, roots, vegetation, rubbish and other objectionable matter as indicated on the drawings and/or as directed by the Engineer or his designated representative. Tree stumps and roots shall be grubbed to a minimum depth of 2 feet below natural ground or 2 feet below base of subgrade, whichever is lower. Areas that underlie compacted backfill shall be stripped of all vegetation, humus and other objectionable matter encountered within the top six (6) inches of the soil. All material removed from the site under this operation shall become the Contractor's responsibility. The material shall be disposed of either at a disposal site indicated on the drawings or at a disposal site obtained by the Contractor. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, site clearing and stripping or clear right-of-way shall be measured by the acre. Payment shall be full compensation for all labor, equipment, tools and incidentals necessary for removing, handling, and disposing of objectionable matter from the site as indicated above. 021020 Page 1 of 1 Rev.10-30-2014 SECTION 021040 SITE GRADING 1. DESCRIPTION This specification shall govern all work necessary for backfill and grading of the site to complete the project. 2. CONSTRUCTION METHODS Prior to site grading, the site shall be cleared in accordance with City Standard Specification Section 021020 "Site Clearing and Stripping". Unless specified otherwise on the drawings, the existing surface shall be loosened by scarifying or plowing to a depth of not less than six (6) inches. The loosened material shall be recompacted with fill required to bring the site to the required grades and elevations indicated on the plans. Fill shall be uniform as to material, density and moisture content. Fill shall be free of large clods, large rocks, organic matter, and other objectionable material. No fill that is placed by dumping in a pile or windrow shall be incorporated into a layer in that position; all such piles and windrows shall be moved by blading or similar method. All fill shall be placed in layers approximately parallel to the finish grade in layers not to exceed six (6) inches of uncompacted depth, unless indicated otherwise on drawings. The fill shall be compacted to a density which approximates that of natural ground unless indicated otherwise on drawings. The Engineer may order proof rolling to test the uniformity of compaction. All irregularities, depressions and soft spots that develop shall be corrected by the Contractor. Excess material from excavation, which is not incorporated into the site as fill, shall be become property of the Contractor and disposed of away from the job site, unless indicated otherwise on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, site grading shall not be measured for pay, but shall be considered subsidiary to other work. 021040 Page 1 of 1 Rev.10-30-2014 SECTION 021080 REMOVING ABANDONED STRUCTURES 1. DESCRIPTION This specification shall provide for the demolition,removal and disposal of abandoned structures or portions of abandoned structures, as noted on the drawings, and shall include all excavation and backfilling necessary to complete the removal. The work shall be done in accordance with the provisions of these specifications. 2. METHOD OF REMOVAL Culverts or Sewers. Pipe shall be removed by careful excavation of all dirt on top and the sides in such manner that the pipe will not be damaged. Removal of sewer appurtenances shall be included for removal with the pipe. Those pipes which are deemed unsatisfactory for reuse by the Engineer may be removed in any manner the Contractor may select. Concrete Structures. Unwanted concrete structures or concrete portions of structures shall be removed to the lines and dimensions shown on the drawings, and these materials shall be disposed of as shown on the drawings or as directed by the Engineer. Any portion of the existing structure outside of the limits designated for removal which is damaged by the Contractor's operations shall be restored to its original condition at the Contractor's entire expense. Explosives shall not be used in the removal of portions of the existing structure unless approved by the Engineer, in writing. Portions of the abandoned structure shall be removed to the lines and dimensions shown on the plans, and these materials shall be disposed of as shown on the drawings or as directed by the Engineer. Any portion of the existing structure, outside of the limits designated for removal, damaged during the operations of the Contractor, shall be restored to its original condition entirely at the Contractor's expense. Explosives shall not be used in the removal of portions of the existing structure unless approved by the Engineer, in writing. Concrete portions of structures below the permanent ground line, which will not interfere in any manner with the proposed construction, may be left in place, but removal shall be carried at least five (5) feet below the permanent ground line and neatly squared off. Reinforcement shall be cut off close to the concrete. Steel Structures. Steel structures or steel portions of structures shall be dismantled in sections as determined by the Engineer. The sections shall be stored if the members are to be salvaged and reused. Rivets and bolts connecting steel railing members, steel beams of beam spans and steel stringers of truss spans, shall be removed by butting the heads with a "cold cut" and punching or drilling from the hole, or by such other method that will not injure the members for re-use and will meet the approval of the Engineer. The removal of rivets and bolts from connections of truss 021080 Page 1 of 3 Rev.10-30-2014 members, bracing members, and other similar members in the structure will not be required unless specifically called for on the plans or special provisions, and the Contractor shall have the option of dismantling these members by flame-cutting the members immediately adjacent to the connections. Flame-cutting will not be permitted, however, when the plans or special provisions call for the structure unit to be salvaged in such manner as to permit re-erection. In such case, all members shall be carefully matchmarked with paint in accordance with diagrams furnished by the Engineer prior to dismantling, and all rivets and bolts shall be removed from the connections in the manner specified in the first portion of this paragraph. Timber Structures. Timber structures or timber portions of structures to be reused shall be removed in such manner as to damage the timber for further use as little as possible. All bolts and nails shall be removed from such lumber as deemed salvable by the Engineer. Unless otherwise specified on the drawings, timber piles shall be either pulled or cut off at the point not less than five (5) feet below ground line, with the choice between these two methods resting with the Contractor,unless otherwise specified. Brick or Stone Structures. Unwanted brick or stone structures or stone portions of structures shall be removed. Portions of such structures below the permanent ground line, which will not in any manner interfere with the proposed construction, may be left in place, but removal shall be carried at least five(5) feet below the permanent ground line and neatly squared off. Salvage. All material such as pipe, timbers, railings, etc.,which the Engineer deems as salvable for reuse, and all salvaged structural steel, shall be delivered to a designated storage area. Materials, other than structural steel, which are not deemed salvable by the Engineer, shall become the property of the Contractor and shall be removed to suitable disposal sites off of the right-of-way arranged for by the Contractor, or otherwise disposed of in a manner satisfactory to the Engineer. Where temporary structures are necessary for a detour adjacent to the present structure, the Contractor will be permitted to use the material in the old structure for the detour structure, but he shall dismantle and stack or dispose of the material as required above as soon as the new structure is opened for traffic. Backfill. All excavations made in connection with this specification and all openings below the natural ground line caused by the removal of abandoned structures or portions thereof shall be backfilled to the level of the original ground line, unless otherwise provided on the drawings. Backfill in accordance with applicable requirements of Sections 022020 "Excavation and Backfill for Utilities" and 022080 "Embankment". All open ends of abandoned pipe or other structures shall be filled or plugged as specified. That portion of the backfill which will support any portion of the roadbed, embankment, levee, or other structural feature shall be placed in layers of the same depth as those required for placing 021080 Page 2 of 3 Rev.10-30-2014 embankment, maximum 10" loose lifts unless otherwise specified. Material in each layer shall be wetted uniformly, if required, and shall be compacted to a minimum of 95% Standard Proctor density, unless otherwise specified. In places inaccessible to blading and rolling equipment, mechanical or hand tamps or rammers shall be used to obtain the required compaction. That portion of the backfill which will not support any portion of the roadbed, embankment, or other structural feature shall be placed as directed by the Engineer in such manner and to such state of compaction as will preclude objectionable amount of settlement, maximum 10" loose lifts to minimum 95% Standard Proctor density unless otherwise specified. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the work governed by this specification shall not be measured for pay,but shall be subsidiary to the project. 021080 Page 3 of 3 Rev.10-30-2014 SECTION 022020 EXCAVATION AND BACKFILL FOR UTILITIES 1. DESCRIPTION This specification shall govern all work for excavation and backfill for utilities required to complete the project. 2. CONSTRUCTION (1) Unless otherwise specified on the drawings or permitted by the Engineer, all pipe and conduit shall be constructed in open cut trenches with vertical sides. Trenches shall be sheathed and braced as necessary throughout the construction period. Sheathing and bracing shall be the responsibility of the Contractor (refer to Section 022022 "Trench Safety for Excavations" of the City Standard Specifications). Trenches shall have a maximum width of one foot beyond the horizontal projection of the outside surfaces of the pipe and parallel thereto on each side unless otherwise specified. The Contractor shall not have more than 200 feet of open trench left behind the trenching operation and no more than 500 feet of ditch behind the ditching machine that is not compacted as required by the plans and specifications. No trench or excavation shall remain open after working hours. For all utility conduit and sewer pipe to be constructed in fill above natural ground, the embankment shall first be constructed to an elevation not less than one foot above the top of the pipe or conduit, after which excavation for the pipe or conduit shall be made. If quicksand, muck, or similar unstable material is encountered during the excavation, the following procedure shall be used unless other methods are called for on the drawings. If the unstable condition is a result of ground water,the Contractor,prior to additional excavation, shall control it. After stable conditions have been achieved,unstable soil shall be removed or stabilized to a depth of 2 feet below the bottom of pipe for pipes 2 feet or more in height;and to a depth equal to the height of pipe, 6 inches minimum,for pipes less then 2 feet in height. Such excavation shall be carried at least one foot beyond the horizontal limits of the structure on all sides. All unstable soil so removed shall be replaced with suitable stable material, placed in uniform layers of suitable depth as directed by the Engineer,and each layer shall be wetted, if necessary, and compacted by mechanical tamping as required to provide a stable condition. For unstable trench conditions requiring outside forms, seals, sheathing and bracing, any additional excavation and backfill required shall be done at the Contractor's expense. (2) Shaping of Trench Bottom. The trench bottom shall be undercut a minimum depth sufficient to accommodate the class of bedding indicated on the plans and specifications. 022020 Page 1 of 4 Rev.3-25-2015 (3) Dewatering Trench. Pipe or conduit shall not be constructed or laid in a trench in the presence of water. All water shall be removed from the trench sufficiently prior to the pipe or conduit planing operation to insure a relatively dry (no standing water), firm bed. The trench shall be maintained in such dewatered condition until the trench has been backfilled to a height at lease one foot above the top of pipe. Removal of water may be accomplished by bailing,pumping, or by installation of well-points, as conditions warrant. Removal of well- points shall be at rate of 1/3 per 24 hours (every third well-point). The Contractor shall prevent groundwater from trench or excavation dewatering operations from discharging directly into the storm water system. Groundwater from dewatering operations shall be sampled and tested, if applicable, and disposed of, in accordance with City Standard Specification Section 022021 "Control of Ground Water". (4) Excavation in Streets. Excavation in streets,together with the maintenance of traffic where specified, and the restoration of the pavement riding surface, shall be in accordance with drawing detail or as required by other applicable specifications. (5) Removing Abandoned Structures. When abandoned masonry structures or foundations are encountered in the excavation, such obstructions shall be removed for the full width of the trench and to a depth one foot below the bottom of the trench. When abandoned inlets or manholes are encountered and no plan provision is made for adjustment or connection to the new utility,such manholes and inlets shall be removed completely to a depth one foot below the bottom of the trench. In each instance,the bottom to the trench shall be restored to grade by backfilling and compacting by the methods provided hereinafter for backfill. Where the trench cuts through utility lines which are known to be abandoned, these lines shall be cut flush with the sides of the trench and blocked with a concrete plug in a manner satisfactory to the Engineer. (6) Protection of Utilities. The Contractor shall conduct his work such that a reasonable minimum of disturbance to existing utilities will result. Particular care shall be exercised to avoid the cutting or breakage of water and gas lines. Such lines,if broken, shall be restored promptly by the Contractor. When active wastewater lines are cut in the trenching operations, temporary flumes shall be provided across the trench while open, and the lines shall be restored when the backfilling has progressed to the original bedding line of the sewer so cut. The Contractor shall inform utility owners sufficiently in advance of the Contractor's operations to enable such utility owners to reroute, provide temporary detours, or to make other adjustments to utility lines in order that the Contractor may proceed with his work with a minimum of delay. The Contractor shall not hold the City liable for any expense due to delay or additional work because of utility adjustments or conflicts. (7) Excess Excavated Material. All materials from excavation not required for backfilling the trench shall be removed by the Contractor from the job site promptly following the completion of work involved. 022020 Page 2 of 4 Rev.3-25-2015 (8) Backfill A. Backfill Procedure Around Pipe (Initial Backfill) All trenches and excavation shall be backfilled as soon as is practical after the pipes or conduits are properly laid. In addition to the specified pipe bedding material, the backfill around the pipe as applicable shall be granular material as shown on the standard details or as described in the applicable specification section, and shall be free of large hard lumps or other debris. If indicated on the plans, pipe shall be encased with cement-stabilized sand backfill as described below. The backfill shall be deposited in the trench simultaneously on both sides of the pipe for the full width of the trench,in layers not to exceed ten(10)inches (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to a density comparable to the adjacent undisturbed soil or as otherwise specified on the plans,but not less than 95%Standard Proctor density. A thoroughly compacted material shall be in place between the external wall of the pipe and the undisturbed sides of the trench and to a level twelve (12) inches above the top of the pipe. B. Backfill Over One Foot Above Pipe (Final Backfill) UNPAVED AREAS: The backfill for that portion of trench over one(1)foot above the pipe or conduit not located under pavements (including waterlines, gravity wastewater lines, wastewater force mains and reinforced concrete storm water pipe) shall be imported select material or clean, excess material from the excavation meeting the following requirements: Free of hard lumps, rock fragments, or other debris, No clay lumps greater than 2" diameter Moisture Content: +/-3% Backfill material shall be placed in layers not more than ten (10) inches in depth (loose measurement),wetted if required to obtain proper compaction,and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95%Standard Proctor density,unless otherwise indicated. Flooding of backfill is not allowed. Jetting of backfill may only be allowed in sandy soils and in soils otherwise approved by the Engineer. Regardless of backfill method, no lift shall exceed 10 inches and density shall not be less than 95% Standard Proctor density. A period of not less than twenty-four(24)hours shall elapse between the time of jetting and the placing of the top four (4) feet of backfill. If jetting is used, the top four (4) feet of backfill shall be placed in layers not more than 10 inches in depth (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95% Standard Proctor density(ASTM D698). PAVED AREAS: At utility line crossings under pavements (including waterlines, gravity wastewater lines, wastewater force mains, and reinforced concrete storm water pipe), and where otherwise indicated on the drawings, trenches shall be backfilled as shown below: From top of initial backfill(typically twelve (12) inches above top of the pipe) to three (3) feet below bottom of road base course, backfill shall be select material meeting the requirements of 022100 "Select Material". 022020 Page 3 of 4 Rev.3-25-2015 Asphalt Roadways The upper three (3) feet of trench below the road base course shall be backfilled to the bottom of the road base course with cement-stabilized sand containing a minimum of 2 sacks of Standard Type I Portland cement per cubic yard of sand and compacted to not less than 95% Standard Proctor density. Concrete Roadways The Contractor may elect to backfill the upper three (3) feet of trench below the road base course with cement stabilized sand as noted above, or in the case of storm water pipe or box installation the Contractor may backfill and compact select material to 98% Standard Proctor density(ASTM D698)following City Standard Specification Section 022100. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, excavation and backfill for utilities, including select material or cement-stabilized sand backfill,shall not be measured and paid for separately. It shall be considered subsidiary to the items for which the excavation and backfill is required. 022020 Page 4 of 4 Rev.3-25-2015 SECTION 022021 CONTROL OF GROUND WATER 1. GENERAL 1.1 SECTION INCLUDES A. Dewatering, depressurizing, draining, and maintaining trenches, shaft excavations, structural excavations, and foundation beds in a stable condition, and controlling ground water conditions for tunnel excavations. B. Protection of excavations and trenches from surface runoff. C. Disposing of removed ground water by approved methods. 1.2 REFERENCES A. ASTM D 698 - Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures, Using 5.5-1b (2.49 kg) Rammer and 12-inch(304.8 mm) Drop. B. Federal Regulations, 29 CFR Part 1926, Standards-Excavation, Occupational Safety and Health Administration(OSHA). C. Federal Register 40 CFR(Vol. 55,No. 222) Part 122, EPA Administered Permit Programs (NPDES), Para.122.26(b)(14) Storm Water Discharge. 1.3 DEFINITIONS A. Ground water control includes both dewatering and depressurization of water-bearing soil layers. 1. Dewatering includes lowering the water table and intercepting seepage which would otherwise emerge from slopes or bottoms of excavations, or into tunnels and shafts, and disposing of removed ground water by approved methods. The intent of dewatering is to increase the stability of tunnel excavations and excavated slopes;prevent dislocation of material from slopes or bottoms of excavations; reduce lateral loads on sheeting and bracing; improve excavating and hauling characteristics of excavated material;prevent failure or heaving of the bottom of excavations; and to provide suitable conditions for placement of backfill materials and construction of structures,piping and other installations. 2. Depressurization includes reduction in piezometric pressure within strata not controlled by dewatering alone, as required to prevent failure or heaving of excavation bottom or instability of tunnel excavations. B. Excavation drainage includes keeping excavations free of surface and seepage water. 022021 Page 1 of 10 Rev.10-30-2014 C. Surface drainage includes the use of temporary drainage ditches and dikes and installation of temporary culverts and sump pumps with discharge lines as required to protect the Work from any source of surface water. D. Equipment and instrumentation for monitoring and control of the ground water control system includes piezometers and monitoring wells, and devices, such as flow meters, for observing and recording flow rates. 1.4 PERFORMANCE REQUIREMENTS A. Conduct subsurface investigations as needed to identify ground water conditions and to provide parameters for design, installation, and operation of ground water control systems. B. Design a ground water control system, compatible with requirements of Federal Regulations 29 CFR Part 1926 and City Standard Specification Section 022022 - Trench Safety for Excavations, to produce the following results: 1. Effectively reduce the hydrostatic pressure affecting: a) Excavations (including utility trenches); b) Tunnel excavation, face stability or seepage into tunnels. 2. Develop a substantially dry and stable subgrade for subsequent construction operations. 3. Preclude damage to adjacent properties, buildings, structures, utilities, installed facilities, and other work. 4. Prevent the loss of fines, seepage, boils, quick condition, or softening of the foundation strata. 5. Maintain stability of sides and bottom of excavations. C. Provide ground water control systems which may include single-stage or multiple-stage well point systems, eductor and ejector-type systems, deep wells, or combinations of these equipment types. D. Provide drainage of seepage water and surface water, as well as water from any other source entering the excavation. Excavation drainage may include placement of drainage materials, such as crushed stone and filter fabric, together with sump pumping. E. Provide ditches, berms,pumps and other methods necessary to divert and drain surface water away from excavations. F. Locate ground water control and drainage systems so as not to interfere with utilities, construction operations, adjacent properties, or adjacent water wells. 022021 Page 2 of 10 Rev.10-30-2014 G. Assume sole responsibility for ground water control systems and for any loss or damage resulting from partial or complete failure of protective measures, and any settlement or resultant damage caused by the ground water control operations. Modify ground water control systems or operations if they cause or threaten to cause damage to new construction, existing site improvements, adjacent property, or adjacent water wells, or affect potentially contaminated areas. Repair damage caused by ground water control systems or resulting from failure of the system to protect property as required. H. Provide an adequate number of piezometers installed at the proper locations and depths as required to provide meaningful observations of the conditions affecting the excavation, adjacent structures, and water wells. I. Provide environmental monitoring wells installed at the proper locations and depths as required to provide adequate observations of hydrostatic conditions and possible contaminant transport from contamination sources into the work area or into the ground water control system. J. Decommission piezometers and monitoring wells installed during design phase studies and left for Contractors monitoring and use, if applicable. 1.5 ENVIRONMENTAL REQUIREMENTS A. Comply with requirements of agencies having jurisdiction. B. Comply with Texas Commission on Environmental Quality(TCEQ) regulations and Texas Water Well Drillers Association for development, drilling, and abandonment of wells used in dewatering system. C. Prior to beginning construction activities, file Notice of Intent(NOI) for Storm Water Discharges Associated with Construction Activity under the Texas Pollutant Elimination System(TPDES) General Permit No. TXR150000, administered by the Texas Commission on Environmental Quality(TCEQ). The general permit falls under the provisions of Section 402 of the Clean Water Act and Chapter 26 of the Texas Water Code. D. Prepare submittal form and submit to TCEQ along with application fee. E. Upon completion of construction, file Notice of Termination (NOT) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit with the TCEQ. F. Obtain all necessary permits from agencies with control over the use of ground water and matters affecting well installation, water discharge, and use of existing storm drains and natural water sources. Because the review and permitting process may be lengthy, take early action to pursue and submit for the required approvals. G. Monitor ground water discharge for contamination while performing pumping in the vicinity of potentially contaminated sites. 022021 Page 3 of 10 Rev.10-30-2014 H. Conduct sampling and testing of ground water and receiving waters as outlined in Article 3 below. 2. PRODUCTS 2.1 EQUIPMENT AND MATERIALS A. Equipment and materials are at the option of Contractor as necessary to achieve desired results for dewatering. B. Eductors,well points, or deep wells, where used, shall be furnished, installed and operated by an experienced contractor regularly engaged in ground water control system design, installation, and operation. C. All equipment must be in good repair and operating order. D. Sufficient standby equipment and materials shall be kept available to ensure continuous operation, where required. 3. EXECUTION 3.1 GROUND WATER CONTROL A. Perform a subsurface investigation by borings as necessary to identify water bearing layers, piezometric pressures, and soil parameters for design and installation of ground water control systems. Perform pump tests, if necessary to determine the drawdown characteristics of the water bearing layers. B. Provide labor, material, equipment, techniques and methods to lower, control and handle ground water in a manner compatible with construction methods and site conditions. Monitor effectiveness of the installed system and its effect on adjacent property. C. Install, operate, and maintain ground water control systems in accordance with the ground water control system design. Notify the City's Construction Inspector in writing of any changes made to accommodate field conditions and changes to the Work. Revise the ground water control system design to reflect field changes. D. Provide for continuous system operation, including nights, weekends, and holidays. Arrange for appropriate backup if electrical power is primary energy source for dewatering system. E. Monitor operations to verify that the system lowers ground water piezometric levels at a rate required to maintain a dry excavation resulting in a stable subgrade for prosecution of subsequent operations. F. Where hydrostatic pressures in confined water bearing layers exist below excavation, depressurize those zones to eliminate risk of uplift or other instability of excavation or installed 022021 Page 4 of 10 Rev.10-30-2014 works. Allowable piezometric elevations shall be defined in the ground water control system design. G. Remove ground water control installations. 1. Remove pumping system components and piping when ground water control is no longer required. 2. Remove piezometers and monitoring wells when directed by the City Engineer. 3. Grout abandoned well and piezometer holes. Fill piping that is not removed with cement- bentonite grout or cement-sand grout. H. During backfilling, dewatering may be reduced to maintain water level a minimum of 5 feet below prevailing level of backfill. However, do not allow that water level to result in uplift pressures in excess of 80 percent of downward pressure produced by weight of structure or backfill in place. Do not allow water levels to rise into cement stabilized sand until at least 48 hour after placement. I. Provide a uniform diameter for each pipe drain run constructed for dewatering. Remove pipe drain when it has served its purpose. If removal of pipe is impractical,provide grout connections at 50-foot intervals and fill pipe with cement-bentonite grout or cement-sand grout when pipe is removed from service. J. Extent of construction ground water control for structures with a permanent perforated underground drainage system may be reduced, such as for units designed to withstand hydrostatic uplift pressure. Provide a means for draining the affected portion of underground system, including standby equipment. Maintain drainage system during operations and remove it when no longer required. K. Remove system upon completion of construction or when dewatering and control of surface or ground water is no longer required. L. In unpaved areas, compact backfill to not less than 95 percent of Standard Proctor maximum dry density in accordance with ASTM D 698. In paved areas (or areas to receive paving), compact backfill to not less than 98 percent of Standard Proctor maximum dry density in accordance with ASTM D 698. 3.2 REQUIREMENTS FOR EDUCTOR, WELL POINTS, OR DEEP WELLS A. For above ground piping in ground water control system, include a 12-inch minimum length of clear, transparent piping between every eductor well or well point and discharge header so that discharge from each installation can be visually monitored. B. Install sufficient piezometers or monitoring wells to show that all trench or shaft excavations in water bearing materials are pre-drained prior to excavation. Provide separate piezometers for 022021 Page 5 of 10 Rev.10-30-2014 monitoring of dewatering and for monitoring of depressurization. Install piezometers and monitoring wells for tunneling as appropriate for Contractor's selected method of work. C. Install piezometers or monitoring wells not less than one week in advance of beginning the associated excavation (including trenching). D. Dewatering may be omitted for portions of underdrains or other excavations, but only where auger borings and piezometers or monitoring wells show that soil is pre-drained by an existing system such that the criteria of the ground water control system design are satisfied. E. Replace installations that produce noticeable amounts of sediments after development. F. Provide additional ground water control installations, or change the methods, in the event that the installations according to the ground water control system design do not provide satisfactory results based on the performance criteria defined by the ground water control system design and by these specifications. 3.3 EXCAVATION DRAINAGE A. Contractor may use excavation drainage methods if necessary to achieve well drained conditions. The excavation drainage may consist of a layer of crushed stone and filter fabric, and sump pumping in combination with sufficient wells for ground water control to maintain stable excavation and backfill conditions. 3.4 MAINTENANCE AND OBSERVATION A. Conduct daily maintenance and observation of piezometers or monitoring wells while the ground water control installations or excavation drainage are operating in an area or seepage into tunnel is occurring. Keep system in good condition. B. Replace damaged and destroyed piezometers or monitoring wells with new piezometers or wells as necessary to meet observation schedule. C. Cut off piezometers or monitoring wells in excavation areas where piping is exposed, only as necessary to perform observation as excavation proceeds. Continue to maintain and make observations, as specified. D. Remove and grout piezometers inside or outside the excavation area when ground water control operations are complete. Remove and grout monitoring wells when directed by the City Engineer. 3.5 MONITORING AND RECORDING A. Monitor and record average flow rate of operation for each deep well, or for each wellpoint or eductor header used in dewatering system. Also monitor and record water level and ground water recovery. These records shall be obtained daily until steady conditions are achieved, and twice weekly thereafter. 022021 Page 6 of 10 Rev.10-30-2014 B. Observe and record elevation of water level daily as long as ground water control system is in operation, and weekly thereafter until the Work is completed or piezometers or wells are removed, except when City Engineer determines that more frequent monitoring and recording are required. Comply with Construction Inspector's direction for increased monitoring and recording and take measures as necessary to ensure effective dewatering for intended purpose. 3.6 SAMPLING, TESTING AND DISPOSAL OF GROUND WATER A. It is the intent that the Contractor discharge groundwater primarily into the existing storm water system in accordance with City Ordinance, Article XVI, Section 55-203, only if the groundwater is uncontaminated and the quality of the ground water is equal to or better than the quality of the receiving stream. B. The Contractor shall prevent ground water from trench or excavation dewatering operations from discharging directly into the storm water system prior to testing and authorization. Ground water from dewatering operations shall be sampled and tested, and disposed of by approved methods. C. Laboratory analysis of groundwater and receiving water quality is to be performed by the Contractor at the Contractor's expense,prior to commencing discharge, and groundwater analysis shall be performed by the Contractor at a minimum of once per week. Contractor shall coordinate with the City Storm Water Department on all laboratory analysis. Laboratory analysis of groundwater shall also be performed at each new area of construction prior to discharge from that location. D. Sample containers, holding times,preservation methods, and analytical methods, shall either follow the requirements in 40 CFR Part 136 (as amended), or the latest edition of"Standard Methods for the Examination of Water and Wastewater." Any laboratory providing analysis must be accredited or certified by the Texas Commission on Environmental Quality according to Title 30 Texas Administrative Code (30 TAC) Chapters 25 for the matrices, methods, and parameters of analysis, if available, or be exempt according to 30 TAC §25.6. E. Analysis of the ground water discharge shall show it to be equal to or better than the quality of the first natural body of receiving water. This requires testing of both the receiving water and a sample of the ground water. All parts of this procedure shall be complete prior to any discharge of ground water to the storm water system. F. Steps to Determine Legitimate Discharge: 1. Identify the First Receiving Water. a) When the first body of water is a fresh water system (Nueces River or Oso Creek), the analysis typically fails because the local ground water will likely be too high in Total Dissolved Solids (TDS). In the case of a perched aquifer, the ground water may turn out fairly fresh, but local experience shows this to be unlikely. b) If the receiving water is a marine environment,proceed with Step 2 below to compare the ground water quality to receiving water quality. 022021 Page 7 of 10 Rev.10-30-2014 2. Compare Ground Water Discharge Quality to Receiving Water Quality. The following table, Ground Water Discharge Limits, indicates that the parameters to compare to the receiving water are Total Dissolved Solids (TDS) and Total Suspended Solids (TSS). If the ground water results are equal to or better than the receiving water, then the discharge may be authorized as long as the discharge does not exceed the other parameters which would indicate hydrocarbon contamination. Note that the receiving water only needs to be tested initially as a baseline and the ground water shall be tested weekly to ensure compliance. GROUND WATER DISCHARGE LIMITS Ground Receiving Water Water Monitoring Monitoring Maximum Parameter Frequency Frequency Limitation Total Dissolved Once Prior to Solids (TDS) Initial+ Weekly Discharge <Receiving Water Total Suspended Once Prior to Solids (TSS) Initial+ Weekly Discharge <Receiving Water Total Petroleum Hydrocarbons Initial+ Weekly 15 m /L Total Lead Initial+Weekly 0.1 m L Benzene Initial+Weekly 0.005 m L Total BTEX Initial+Weekly 0.1 m L Polynuclear Aromatic Hydrocarbons Initial+ Monthly 0.01 m L 3. Analyze Ground Water for Hydrocarbon Contamination. All other parameters listed on the Ground Water Discharge Limits table must be analyzed prior to ground water discharge to the storm water system. If no limits are exceeded, ground water discharge to the storm water system may be authorized following notification to the MS4 operator(City of Corpus Christi) and all Pollution Prevention Measures for the project are in place. Analytical results shall be on-site or readily available for review by local, state or federal inspectors. Note that this step is frequently done simultaneously with Step 2 above to shorten analytical processing time. 4. Pollution Prevention Measures. A storm water pollution prevention plan or pollution control plan shall be developed and implemented prior to any ground water discharges to the storm water system. The plan's objectives are to limit erosion and scour of the storm water system, and minimize Total Suspended Solids (TSS) and other forms of contamination, and prevent any damage to the storm water system. Note that ground water discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the storm water system, the responsible party 022021 Page 8 of 10 Rev.10-30-2014 shall remediate any damage to the storm water system and the environment to the satisfaction of the Storm Water Department and/or any State or Federal Regulatory Agency. 5. MS4 Operator Notification. The MS4 operator shall be notified prior to ground water discharge to the storm water system. Contractor shall contact the designated City MS4 representative to request authorization to discharge ground water to the storm water system. Notification shall include: Project Name: Responsible Party: Discharge Location: Receiving Water: Estimated Time of Discharge: Linear Project: Yes/No Pollution Prevention Measures Implemented: Statement indicating all sampling and testing has been conducted and meets the requirements of a legitimate discharge. G. Discharges to Wastewater System In the event that the groundwater does not equal or exceed the receiving water quality, an alternative disposal option would include pumping to the nearest sanitary sewer system. Discharge to the sanitary sewer system requires a permit from the Wastewater Department. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater treatment plant, the costs for these operations shall be negotiated. Contractor shall contact the Pretreatment Group for City Utility Operations to obtain a Wastewater Discharge Permit Application for authorization to discharge to the wastewater system. Authorization approval will include review of laboratory analysis of the ground water and estimated flow data. Note that groundwater discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the wastewater collection system or wastewater overflows, the responsible party shall remediate any damage to the wastewater collection system and the environment to the satisfaction of the Wastewater Department and/or any State or Federal Regulatory Agency. H. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. 3.7 SURFACE WATER CONTROL A. Intercept surface water and divert it away from excavations through the use of dikes, ditches, curb walls,pipes, sumps or other approved means. B. Divert surface water into sumps and pump into drainage channels or storm drains, when 022021 Page 9 of 10 Rev.10-30-2014 approved by the City Engineer. Provide settling basins when required by the City Engineer. C. Storm water that enters the excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by manmade berm(s)prior to entering the storm water system. Sheet flow and ponding is required to allow solids screening and/or settling prior to entering the storm water system. Storm water or groundwater shall not be discharged to private property. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, control of ground water will not be measured and paid for separately, but shall be considered subsidiary to other bid items. 022021 Page 10 of 10 Rev.10-30-2014 SECTION 022022 TRENCH SAFETY FOR EXCAVATIONS 1. DESCRIPTION This specification shall govern all work for providing for worker safety in excavations and trenching operations required to complete the project. 2. REQUIREMENTS Worker Safety in excavations and trenches shall be provided by the Contractor in accordance with Occupational Safety and Health Administration (OSHA) Standards, 29 CFR Part 1926 Subpart P - Excavations. It is the sole responsibility of the Contractor, and not the City or Engineer or Consultant, to determine and monitor the specific applicability of a safety system to the field conditions to be encountered on the job site during the project. The Contractor shall indemnify and hold harmless the City and Engineer and Consultant from all damages and costs that may result from failure of methods or equipment used by the Contractor to provide for worker safety. Trenches, as used herein, shall apply to any excavation into which structures, utilities, or sewers are placed regardless of depth. Trench Safety Plan, as used herein, shall apply to all methods and materials used to provide for worker safety in excavation and trenching operations required during the project. 3. MEASUREMENT AND PAYMENT Measurement of Trench Safety shall be by the linear foot of trench, regardless of depth. Measurement shall be taken along the centerline of the trench. Measurement for Excavation Safety for Utility Structures shall be per each excavation. Excavations include, but are not limited to, those for manholes, vaults, pits and other such structures that are incidental to utility work. Measurement for Excavation Safety for Special Structures shall be per each excavation or by the lump sum for each special structure identified in the Proposal. Payment shall be at the unit price bid and shall fully compensate the Contractor for all work, equipment, materials,personnel, and incidentals as required to provide for worker safety in trenches and excavations for the project. Revision current for Texas Code Chapter 756 Subchapter C. Trench Safety. 022022 Page 1 of 1 Rev.10-30-2014 SECTION 022040 STREET EXCAVATION 1. DESCRIPTION This specification shall govern all work for Street Excavation required to complete the project. 2. CONSTRUCTION METHODS (A) Stripping and Excavation Strip the top 6 inches in all areas to underlay compacted fill, curbs, base or pavement, by removing all humus, vegetation and other unsuitable materials. Unless otherwise noted, remove existing trees, shrubs, fences, curb, gutter, sidewalk, drives, paving, pipe and structures and other items within the graded area which interfere with new construction of finished grading. All suitable excavated materials shall be utilized, insofar as practicable, in constructing the required roadway sections or in uniformly widening embankments, flattening slopes, etc., as directed by the Engineer, provided that the material meets the requirements for roadway embankment as specified in Article 3 below. Unwanted or unsuitable roadway excavation and roadway excavation in excess of that needed for construction shall become the property of the Contractor to be disposed of by him outside the limits of the right-of-way at a location suitable to the Engineer. "Unsuitable" material encountered below subgrade elevation in roadway cuts, when declared unwanted by the Engineer, shall be replaced as directed by the Engineer with suitable material from the roadway excavation or with other suitable material. Maintain moisture and density until covered and protected by the subbase or base course. Remove soft or wet areas found at any time, replace with suitable material, and recompact(especially utility trenches). (B) Subgrade Preparation That area shown on the drawings for street construction shall be cut to grade, scarified to a depth not less than 6 inches, or as otherwise indicated on the drawings, and compacted to 95% Standard Proctor density (ASTM D698) to within 0 to +3% of optimum moisture. The section may be accepted if no more than 1 in 5 of the most recent moisture or density tests is beyond±l% deviation from the required moisture or density requirement. Irregularities exceeding 1/2 inch in 16 feet shall be corrected. Soft areas found at anytime shall be removed, replaced with suitable material and compacted (especially at utility trenches). The correct moisture density relationship shall be maintained until the subgrade is protected. Excessive loss of moisture shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the subgrade, due to any reason or cause, lose the required stability, density, or moisture before it is protected by placement of the next layer, it shall be re-compacted and refinished and retested at the expense of the Contractor until acceptable to the City. 022040 Page 1 of 3 Rev.10-30-2014 (C) Curb Backfill and Topsoil(Sidewalks,Parkways,Islands, etc.) Fill and compact areas behind curbs and adjacent to sidewalks and driveways within 48 hours after completion of concrete work. The top 6 inches (where disturbed by construction or where unsatisfactory material is exposed by excavation) of finish earth grade shall be clean excavated material or topsoil capable of supporting a good growth of grass when fertilized and seeded or sodded. It shall be free of concrete, asphalt, shell, caliche, debris and any other material that detracts from its appearance or hampers the growth of grass. Topsoil shall meet the requirements specified in City Standard Specification Section 028020 "Seeding". (D) Matching Grades at Right-of-Way Line Finish grade at the property line shall be as shown on the drawings. The Engineer may require a reasonable amount of filling on private property where the sidewalk grade is above the property elevation. Use suitable material from the excavation. Unless otherwise directed, cuts at right-of- way lines shall be made at a slope of three horizontal to one vertical(3:1) or flatter. (E) Drainage During construction, the roadbed and ditches shall be maintained in such condition as to insure proper drainage at all times, and ditches and channels shall be so constructed and maintained as to avoid damage to the roadway section. All slopes which, in the judgment of the Engineer,require variation, shall be accurately shaped, and care shall be taken that no material is loosened below the required slopes. All breakage and slides shall be removed and disposed of as directed. 3. SELECTION OF ROADBED MATERIALS Where shown on the plans, Select Material shall be utilized to improve the roadbed, in which case the work shall be performed in such manner and sequence that suitable materials may be selected, removed separately, and deposited in the roadway within limits and at elevations required. Material used for roadway embankment shall meet the requirements of City Standard Specification Section 022100 Select Material. 4. GEOGRID If indicated on the drawings, geogrid shall be placed in the base layer according to the pavement details to provide a mechanically-stabilized aggregate base layer within the pavement structure. Geogrid shall be "Tensar TX5 Triaxial Geogrid", or pre-approved equivalent. Use (and approval) of a different product must be supported by documentation showing that the alternate pavement section will meet or exceed the required number of 18-kip equivalent single axle loads (ESAL) and structural number (SN) over the stated pavement design life, and the pavement design must be sealed and signed by a Texas professional engineer. Documentation must also include the structural design value used for the geogrid structural contribution, based on and supported by 022040 Page 2 of 3 Rev.10-30-2014 validated test data. Alternate pavement designs shall utilize the same structural design values for other pavement structural components (HMAC, base, sub-base) as used in the original pavement design, and the pavement designs must be approved by the Engineer and the geotechnical consultant. Contractor shall take care to protect geogrid from damage. Overlap edges of geogrid in accordance with the manufacturer's recommendations, but not less than 12 inches. Do not drive tracked equipment directly on the geogrid. Provide at least 6 inches of compacted aggregate base material over the geogrid before driving any tracked equipment over the geogrid area. Standard highway- legal rubber-tired trucks may drive over the geogrid at very slow speeds (less than 5 mph). Avoid turns and sudden starts and stops when driving on the geogrid. Any damaged geogrid shall be replaced by the Contractor at no additional cost to the City. Proper replacement shall consist of replacing the affected area adding 3 feet of geogrid in each direction beyond the limits of the affected area. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, street excavation shall be measured and paid for by the square yard to the limits shown on the drawings including excavation for street transitions. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, borrow material and incidentals necessary to complete the work. Unless otherwise specified on the Bid Form, compacted subgrade shall be measured and paid for by the square yard to the limits shown on the drawings. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, borrow material and incidentals necessary to complete the work. Unless otherwise specified on the Bid Form, geogrid shall be measured and paid for by the square yard to the limits shown on the drawings, excluding overlaps. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, and incidentals necessary to complete the work. All work required for disposing of waste, including hauling will not be paid for directly but shall be considered subsidiary to the various contract items. 022040 Page 3 of 3 Rev.10-30-2014 SECTION 022100 SELECT MATERIAL 1. DESCRIPTION This specification shall govern the use of Select Material to be used to treat designated sections of roadways, embankments, trenches, etc. Select material shall be non-expansive sandy clay (CL) or clayey sand (SC), in accordance with the Unified Soil Classification System (ASTM D2487). Select Material shall meet the following requirements: Free of vegetation, hard lumps,rock fragments, or other debris No clay lumps greater than 2" diameter Liquid Limit(L.L.): <35 Plasticity Index (P.I.) Range: 8 to 20 Moisture Content: as specified in the drawings 2. CONSTRUCTION METHODS Select material shall be mixed uniformly and placed in layers as indicated, not to exceed 10 inches loose depth(or 12 inches maximum for sanitary sewer trench backfill per City Standard Details for Sanitary Sewers). Unless otherwise specified, the material shall be compacted to a minimum of 95% Standard Proctor density. Each layer shall be complete before the succeeding layer is placed. The finished surface of the select material shall conform to the grade and section shown on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, select material shall not be measured for pay, but shall be subsidiary to the appropriate bid item. 022100 Page 1 of 1 Rev.10-30-2014 SECTION 022420 SILT FENCE 1. DESCRIPTION This specification shall govern all work necessary for providing and installing silt fencing required to control sedimentation and erosion during construction of the project. 2. MATERIAL REQUIREMENTS A. Geotextile shall meet the requirements for temporary silt fence per AASHTO M288. B. Fence Reinforcement Materials: Silt fence reinforcement shall be one of the following systems. Type 1: Self-Supported Fence - This system consists of fence posts, spaced no more than 8- 1/2 feet apart, and geotextile without net reinforcement. Fence posts shall be a minimum of 42 inches long, embedded at least one (1) foot into the ground, and constructed of either wood or steel. Soft wood posts shall be at least 3 inches in diameter or nominal 2 x 4 inches in cross section and essentially straight. Hardwood posts shall be a minimum of 1.5 x 1.5 inches in cross section. Fabric attachment may be by staples or locking plastic ties at least every 6 inches, or by sewn vertical pockets. Steel posts shall be T or L shaped with a minimum weight of 1.3 pounds per foot. Attachment shall be by pockets or by plastic ties if the posts have suitable projections. Type 2: Net-Reinforced Fence - This system consists of fence posts, spaced no more than 8-1/2 feet apart, and geotextile with an attached reinforcing net. Fence posts shall meet the requirements of Self-Supported Fence. Net reinforcement shall be galvanized welded wire mesh of at least 12.5-gauge wire with maximum opening size of 4 x 2 inches. The fabric shall be attached to the top of the net by crimping or cord at least every 2 feet, or as otherwise specified. Type 3: Triangular Filter Dike- This system consists of a rigid wire mesh, at least 6-gauge, formed into an equilateral triangle cross-sectional shape with sides measuring 18 inches, wrapped with geotextile silt fence fabric. The fabric shall be continuously wrapped around the dike,with a skirt extending at least 12 inches from its upslope corner. C. Packaging Requirements: Prior to installation, the fabric shall be protected from damage due to ultraviolet light and moisture by either wrappers or inside storage. 022420 Page 1 of 2 Rev.10-30-2014 D. Certification and Identification: Each lot or shipment shall be accompanied by a certification of conformance to this specification. The shipment must be identified by a ticket or by labels securely affixed to the fabric rolls. This ticket or label must list the following information: a. Name of manufacturer or supplier b. Brand name and style C. Manufacturer's lot number or control number d. Roll size(length and width) e. Chemical composition 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, silt fence shall be measured by the linear foot. Payment shall be at the bid price for the unit of measurement specified and shall be full compensation for furnishing all labor, materials, tools, equipment and incidentals necessary to complete the work. Payment shall include, but not be limited to, placing, maintaining and removing the silt fence. 022420 Page 2 of 2 Rev.10-30-2014 SECTION 025205 PAVEMENT REPAIR, CURB, GUTTER, SIDEWALK AND DRIVEWAY REPLACEMENT 1. DESCRIPTION This specification shall govern the removal and replacing of all types of pavements and surfacing required to complete the project. 2. MATERIALS Unless otherwise specified on the drawings, materials and proportions used along with this specification shall conform to the respective following specifications: City Standard Specifications Section 022020 "Excavation and Backfill for Utilities" Section 022100 "Select Material" Section 025223 "Crushed Limestone Flexible Base" Section 025424 "Hot Mix Asphaltic Concrete Pavement" Section 025610 "Concrete Curb and Gutter" Section 025612 "Concrete Sidewalks and Driveways" Section 025620 "Portland Cement Concrete Pavement" Section 030020 'Portland Cement Concrete", Class "A" Concrete Section 032020 "Reinforcing Steel" Section 038000 "Concrete Structures". 3. METHOD OF CUTTING The outline of the trench shall be marked upon the surface of the pavement to be cut,and all cuts into the pavement shall be saw-cut as nearly vertical as it is possible to make them. All unwanted materials removed shall be disposed of by the Contractor and shall not be used as backfill material. 4. BACKFILL OF TRENCH Excavation and backfilling of trench shall be in accordance with City Standard Specification Section 022020 "Excavation and Backfill for Utilities." 5. REPLACING STREET AND OTHER PAVEMENT All pavements, driveways, sidewalks, and curbs and gutters which are cut shall be replaced in a workmanlike manner, with like or better materials or per pavement repair details on the drawings. 025205 Page 1 of 2 Rev.3-25-2015 6. REPLACING DRIVEWAY PAVEMENT On all concrete driveway pavements,the replacement shall consist of a reinforced Class"A"concrete slab with a minimum thickness of six(6)inches. The type of finish for the replaced section shall be the same as that appearing on the old pavement. Reinforcement shall be 94 bars at 12 inches each way with additional diagonal bars as indicated on the drawings. Any other type shall be replaced with like or better replacement. Replacement shall, in general, be to original joint or score mark. 7. REPLACING SIDEWALKS On all sidewalk pavements,the replacement shall consist of a reinforced Class"A"concrete slab four (4)inches thick. The type of finish for the replaced section shall be the same as that appearing on the old sidewalk. Replacement shall,in general,be to original joint or score marks. Reinforcement shall be 4" x 4" -W2.9 x W2.9 welded wire fabric located at mid-depth in the slab. 8. REPLACING CURB AND GUTTER On all curb and gutter, the replacement shall consist of a section conforming in all details to the original section or to City of Corpus Christi Standard curb and gutter section, if required by the Engineer. Cuts through the curb shall be replaced with Class "A" concrete. Preserve the original steel reinforcing and reinforce all new curbs with three 94 bars. Adjust grades for positive drainage. Replacement shall,in general,be to original joint or score mark. For jointed concrete roadways,the joints in curb or in curb and gutter should match the concrete roadway 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 025223 CRUSHED LIMESTONE FLEXIBLE BASE 1. DESCRIPTION This Specification shall govern all work for furnishing and placing Crushed Limestone Flexible Base required to complete the project. 2. MATERIAL Crushed Limestone Flexible Base shall consist of crushed limestone produced from oversize quarried aggregate, sized by crushing and produced from a naturally occurring single source, meeting the requirements for Type `A' material as specified in Texas Department of Transportation (TxDOT) Specification Item 247 "Flexible Base". Crushed gravel or uncrushed gravel shall not be acceptable. No blending of sources and/or additive materials will be allowed. The material shall be free of vegetation and shall be approved by the Engineer. All acceptable material shall be screened and the oversize shall be crushed and returned to the screened material in such a manner that a uniform product will be produced which meets all of the physical requirements for Grade 1-2 as specified in TxDOT Specification Item 247 "Flexible Base". 3. TESTING The City will engage a laboratory and pay for one test each gradation, liquid limit, plasticity index, modified proctor, moisture-density relation, CBR, and necessary field densities. The Engineer may call for additional tests at any time. The cost of all retests, in case of failure to meet specifications, will be deducted from the Contractor's payment. The City will pay for proctor and soil constants and abrasion tests at the rate described in the materials testing schedule. If material changes, the Contractor shall pay the cost of additional tests required by the Engineer. The Engineer may waive testing and/or lime admix for small amounts for unimportant uses. 4. CONSTRUCTION METHODS Prior to placement of flexible base, the surface of the previous underlying course shall be finished true to line and grade as established, and in conformity with the typical section shown on the drawings. Grade tolerance shall be generally 1/2 inch, and highs and lows must approximately balance. If called for in the drawings or elsewhere in the contract documents, geogrid, as specified in City Standard Specification Section 022040 "Street Excavation", shall be placed as indicated. Flexible base shall be delivered and spread the same day if possible(no later than the next day). Base shall be mixed as required to produce a uniform mixture with water. Base shall be placed in uniform lifts not to exceed 10 inch loose lifts or 8 inch compacted lifts. Moisture and density requirements shall be as indicated on the drawings, typical minimum 98% Modified Proctor 025223 Page 1 of 2 Rev.3-25-2015 (ASTM D1557) under flexible pavements or typical minimum 98% Standard Proctor (ASTM D698) under concrete pavement and to within + 2% of optimum moisture. The section may be accepted if no more than 1 of the 5 most recent moisture or density tests is outside of the specified limits, and the failed test is within+I% deviation from specified moisture or density requirements. The surface of the compacted base, after meeting moisture and density requirements, shall be primed in accordance with City Standard Specification Section 025412 "Prime Coat". On completion of compaction and priming, the surface shall be smooth and conform to lines, grades, and sections shown on the drawings. Areas with any deviation in excess of 1/4 inch in cross-section and in lengths of 16 feet measured longitudinally shall be corrected by loosening, adding or removing material, reshaping, and recompacting by repriming and rolling. Moisture and density shall be maintained until the paving is complete. Excessive loss of moisture shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the base, due to any reason or cause, lose the required stability, density, or moisture before it is protected by placement of the next layer, it shall be re-compacted, refinished, and retested at the expense of the Contractor until acceptable to the City. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, crushed limestone flexible base shall be measured by the square yard complete in place. Payment shall be full compensation for all materials, royalty, hauling, placing, compacting, labor, equipment, tools, and incidentals necessary for the completion of work. Prime shall be measured and paid under separate bid item if specified on the Bid Form. Geogrid shall be measured and paid under separate bid item if specified on the Bid Form. 025223 Page 2 of 2 Rev.3-25-2015 SECTION 025404 ASPHALTS, OILS AND EMULSIONS 1. DESCRIPTION This specification shall govern all work for asphalt cement, cut-back and emulsified asphalts, performance-graded asphalt binders, and other miscellaneous asphaltic materials required to complete the project. 2. MATERIALS When tested according to Texas Department of Transportation Test Methods,the various materials shall meet the applicable requirements of TxDOT Specification Item 300, "Asphalts, Oils, and Emulsions" (Latest Edition). 3. STORAGE, HEATING AND APPLICATION TEMPERATURES Store and apply asphaltic materials in accordance with TxDOT Item 300 (Latest Edition) at the lowest temperature yielding satisfactory results. Follow the manufacturer's instructions for any agitation requirements in storage and in application and storage temperatures. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, asphalts, oils and emulsions shall not be measured and paid for separately, but shall be considered subsidiary to the appropriate bid item. 025404 Page 1 of 1 Rev.10-30-2014 SECTION 025412 PRIME COAT 1. DESCRIPTION This specification shall consist of an application of asphalt material on the completed base course and/or other approved area in accordance with this specification. Prime Coat shall not be applied when the air temperature is below 60° F and falling, but it may be applied when the air temperature is above 50°F and is rising; the air temperature being taken in the shade and away from artificial heat. Asphalt material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. 2. MATERIALS The asphalt material used for the prime coat shall be MC-30 medium-curing cutback asphalt or AE- P asphalt emulsion prime, unless otherwise specified, and when tested by approved laboratory methods shall meet the requirements of City Standard Specification Section 025404 "Asphalts, Oils and Emulsions". Blotter material shall be native sand. 3. CONSTRUCTION METHODS When, in the opinion of the Engineer, the area and/or base is satisfactory to receive the prime coat, the surface shall be cleaned of dirt, dust, and other deleterious matter by sweeping or other approved methods. If found necessary by the Engineer, the surface shall be lightly sprinkled with water just prior to application of the asphalt material. The asphalt material shall be applied on the clean surface by an approved type of self-propelled pressure distributor so operated as to distribute the material in the quantity specified, evenly and smoothly under a pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of the asphalt material in all of the heating equipment and in the distributor, for determining the rate at which it is applied, and for securing uniformity at the junction of two distributor loads. All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphalt material shall be kept clean and in good operating condition at all times, and they shall be operated in such manner that there will be no contamination of the asphalt material with foreign material. It shall be the responsibility of the Contractor to provide and maintain in good working order a recording thermometer at the storage-heating unit at all times. The distributor shall have been recently calibrated and the Engineer shall be furnished an accurate and satisfactory record of such calibration. After beginning of the work, should the yield on the asphalt material applied appear to be in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work. Prime shall be applied at a temperature within the recommended range per City Standard 025412 Page 1 of 2 Rev.10-30-2014 Specification Section 025404 "Asphalts, Oils and Emulsions", with that range being 70 to 150 degrees F. Application rate shall be not less than 0.15 gallon per square yard, unless otherwise specified. The Contractor shall be responsible for the maintenance of the surface until the Engineer accepts the work. No traffic hauling or placement of any subsequent courses shall be permitted over the freshly applied prime coat until authorized by the Engineer. Spread blotter material before allowing traffic to use a primed surface. Allow sufficient time for the prime coat to cure properly before applying surface treatment or asphaltic concrete pavement. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, prime coat shall be measured by the gallon of asphalt material applied. Payment shall include furnishing, heating, hauling and distributing the asphalt material as specified; for furnishing, spreading and removing sand blotter material; for all freight involved; and for all manipulation, labor, materials, tools, equipment and incidentals necessary to complete the work. 025412 Page 2 of 2 Rev.10-30-2014 SECTION 025414 AGGREGATE FOR SURFACE TREATMENT 1. DESCRIPTION This specification establishes the requirements for surface aggregate to be used in the construction of surface treatments and seal coats. The type, grade, and surface aggregate classification (SAC) of aggregate shall be as specified in the applicable specification or as shown on the drawings. 2. AGGREGATE A. Materials. Furnish uncontaminated materials of uniform quality throughout that meet the requirements of the drawings and specifications. Materials shall meet the applicable requirements of TxDOT Specification Item 302 "Aggregates for Surface Treatments" (latest edition). 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, aggregate for surface treatment and seal coats shall not be measured and paid separately,but shall be subsidiary to the construction in which these materials are used. 025414 Page 1 of 1 Rev.3-25-2015 SECTION 025418 SURFACE TREATMENT 1. DESCRIPTION One-course surface treatment shall consist of a wearing surface or underseal composed of a single application of asphalt material covered with aggregate, constructed on the prepared base course or surface in accordance with this specification. Two-course surface treatment shall consist of a wearing surface or underseal composed of two applications of asphalt material, each covered with aggregate, constructed on the prepared base course or surface in accordance with this specification. Three-course surface treatment shall consist of a wearing surface or underseal composed of three applications of asphalt material, each covered with aggregate, constructed on the prepared base course or surface in accordance with this specification. 2. MATERIALS 1) Asphalt Materials. The asphalt material used shall be AC-5 (AC-3 in winter) or other approved material as prescribed in Standard Specification Section 025404 "Asphalts, Oils and Emulsions". 2) Aggregate. The aggregate used shall be Type PE pre-coated natural limestone rock asphalt as prescribed in City Standard Specification Section 025414 "Aggregate for Surface Treatment", graded as shown below. One-Course: Grade 4 Two-Course: Grade 4—2nd course(top) Grade 3 — 1st course(bottom) Three-Course: Grade 4—3rd course(top) Grade 3 —2nd course(middle) Grade 3 — 1st course(bottom) 3. CONSTRUCTION METHODS Allow sufficient time for the prime coat to cure properly before applying the surface treatment binder. The area to be treated shall be cleaned of dirt, dust, or other deleterious matter by sweeping or other approved methods. If it is found necessary by the Engineer, the surface shall be lightly sprinkled with water just prior to the application of the asphalt material. 025418 Page 1 of 3 Rev.3-25-2015 Asphalt material shall be applied on the clean surface by an approved type of self-propelled pressure distributor, so operated as to distribute the material in the quantity specified, evenly and smoothly, under a pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of asphalt material in all of the heating equipment and in the distributor, for determining the rate at which it is applied, and for securing uniformity at the junction of two distributor loads. The distributor shall have been recently calibrated and the Engineer shall be furnished an accurate and satisfactory record of such calibration. After beginning the work, should the yield on the asphalt material appear to be in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work. Asphalt material may be applied for the full width of the surface treatment in one application, unless the width exceeds 26 feet. No traffic or hauling will be permitted over the freshly applied asphalt material. Asphalt material shall not be applied until immediate covering is assured. Aggregate shall be immediately and uniformly applied and spread by an approved self-propelled continuous feed aggregate spreader, unless otherwise shown on the plans or authorized by the Engineer in writing. Surface treatment shall not be applied when the air temperature is below 60° F and is falling, but it may be applied when the air temperature is above 50° F and is rising; the air temperature being taken in the shade and away from artificial heat. Asphalt material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. The rates of application of the aggregate and asphalt shall be as follows or as otherwise specified: 1 st Course 2nd Course 3rd Course Asphalt Cement 0.20 gal/sq.yd. 0.16 gal/sq.yd. 0.16 gal/sq.yd. Aggregate 80 sq.yd./cu.yd. 100 sq.yd./cu.yd. 100 sq.yd./cu.yd. The entire surface shall be broomed, bladed or raked and thoroughly rolled as required by the Engineer. Where multiple courses are specified, each course shall be applied in the manner specified for one course surface treatment. The Contractor shall be responsible for the maintenance of the surfaces until the Engineer accepts the work. All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphalt materials shall be kept clean and in good operating condition at all times, and they shall be operated in such manner that there will be no contamination of the asphalt materials with foreign material. It 025418 Page 2 of 3 Rev.3-25-2015 shall be the responsibility of the Contractor to provide and maintain in good working order a recording thermometer at the storage heating unit at all times. The Engineer will select the temperature of application based on the temperature-viscosity relationship that will permit application of the asphalt within the limits recommended in Standard Specification Section 025404 "Asphalts, Oils and Emulsions", with that being 220 to 300 degrees F for AC-3, and 275 to 350 degrees F for AC-5. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, surface treatment as an integral part of the final structural pavement section shall be measured in place by the square yard of surface area to the limits shown on the plans and as directed by the Engineer. Payment shall be full compensation for all labor, materials, tools, equipment and incidentals necessary to furnish and place the type of surface treatment called for. Surface treatment for temporary pavements shall not be measured and paid separately, but shall be subsidiary to the construction in which the surface treatment is used. 025418 Page 3 of 3 Rev.3-25-2015 SECTION 025424 HOT MIX ASPHALTIC CONCRETE PAVEMENT (Class A) 1. DESCRIPTION This specification shall govern all work required for furnishing and laying Hot Mix Asphalt Concrete (HMAC) surface, binder and base courses required to complete the project. All subsurface utilities must be inspected, tested, and accepted prior to any paving. 2. MATERIALS 2.1. Aggregate. The aggregate shall consist of a blend of course aggregate, fine aggregate and, if required, a mineral filler. 2.1.1. Coarse Aggregate shall consist of that fraction of aggregate retained on a No. 10 sieve and shall consist of crushed furnace slag, crushed stone, or crushed gravel. Deleterious material in course aggregate shall not exceed 2% per TxDOT Test Method TEX-217-F. Course aggregate shall be crushed such that a minimum of 85%of the particles have more than one crushed face, unless noted otherwise on the plans. Los Angeles abrasion losses for course aggregate shall not exceed 40%by weight for the surface course and 45%for the binder and base courses per TxDOT Test Method TEX-410-A. Polish Value not less than 30 for aggregate used in the surface course per TxDOT Test Method TEX-438-A. 2.1.2. Fine Aggregate is defined as the fraction passing a No. 10 sieve and shall be of uniform quality. Fine aggregate shall consist of screenings of material that pass the Los Angeles abrasion requirements in paragraph 2.1.1 above. Screenings shall be blended with a maximum of 15% uncrushed aggregate or field sand for Type D mixes, or a maximum of 10% uncrushed aggregate or field sand for Type A, B, and C mixes. Grading of fine aggregate shall be as follows: Sieve Size Percent Passing by Weight No. 10 100 No. 200 0-15 025424 Page 1 of 8 Rev.3-25-2015 2.1.3 Filler shall consist of dry stone dust,Portland cement,hydrated lime, or other mineral dust approved by the Engineer. Grading of filler shall be as follows: Sieve Size Minimum Percent Passing by Weight No. 30 95 No. 80 75 No. 200 55 2.2. Reclaimed Asphalt Pavement(RAP). Reclaimed asphalt pavement maybe incorporated into the hot mix asphalt concrete furnished for the project, provided that the mixture is designed per the TxDOT Methods and meets the applicable provisions of said TxDOT Item 340 and this specification. 2.3. Asphalt. Asphalt Material shall be in accordance with Standard Specification Section 025404 "Asphalt, Oils and Emulsions" and AASHTO. 2.3.1. Paving Mixture: APPLICATION ASPHALT GRADE Residential or low volume PG 64-22 Collector Surface Course PG 70-22 Binder Course PG 64-22 Arterial Surface Course PG 76-22 Binder Course PG 64-22 Base Courses PG 64-22 2.3.2. Tack Coat shall consist of an emulsion, SS-1 diluted with equal volume of water and applied at a rate ranging from 0.05 to 0.15 gallon per square yard. 3. PAVING MIXTURE 3.1. Mix Design. The mixture shall be designed in accordance with TxDOT Bulletin C-14 and TxDOT Test Method TEX-204-F to conform to the requirements of this specification. The Contractor shall furnish the mix design for the j ob-mix to be used for the project,unless shown otherwise on the drawings. The mix design shall be submitted prior to placement of the mixture. The design procedures are actually intended to result at a job-mix with properties in compliance with these specifications,and when properly placed the job-mix will be durable 025424 Page 2 of 8 Rev.3-25-2015 and stable. The sieve analysis of the job-mix shall be within the range of the Master Gradation and Tolerances specified herein. The job-mix shall meet the density and stability requirements as specified and shall be included with the mix design as submitted per above. If the specific gravity of any of the types of aggregates differs by more than 0.3,use volume method. Plot sieve analysis of job-mix; percent passing versus size on four-cycle semi-log paper or other appropriate type paper. Show tolerance limits and Limits of Master Gradation. 3.2. Master Gradation of Aggregate. The aggregate for the type of mix specified shall be within the following tabulated limits per TxDOT Test Method TEX-200-F (Dry Sieve Analysis): Type Sieve A B C D Size Course Fine Course Fine Base Base Surface Surface 1-1/2" 100 1-1/4" 95-100 1" 100 7/8" 70-90 95-100 100 5/8" 75-95 95-100 1/2" 50-70 100 3/8" 60-80 70-85 85-100 1/4" No. 4 30-50 40-60 43-63 50-70 No. 10 20-34 27-40 30-40 32-42 No. 40 5-20 10-25 10-25 11-26 No. 80 2-12 3-13 3-13 4-14 No. 200 1-6* 1-6* 1-6* 1-6* VMA minimum 11 12 13 14 025424 Page 3 of 8 Rev.3-25-2015 * 2-8 when TxDOT Test Method Tex-200-F,Part II(Washed Sieve Analysis)is used. 3.3. Tolerances. The mixture delivered to the job site shall not vary from the job-mix by more than the tolerances specified below. The gradation of the produced mix shall not fall outside the Master Grading Limits, with the following exceptions: for Type B material coarser than 3/8" and for Type D material coarser than 94. Variations from job-mix shall not exceed the following limits, except as noted above: Item: Tolerances Percent by Weight or Volume 1" to No. 10 Plus or Minus 5.0 No. 40 to No. 200 Plus or Minus 3.0 Asphalt Weight Plus or Minus 0.5 Asphalt Volume Plus or Minus 1.2 3.4. Mix Properties. The mixture shall have a minimum Hveem stability of 40 for Type A, B, and C mixes, and 35 for Type D mixes per TxDOT Test Method TEX-208-F at an optimum density of 96% (plus or minus 1.5) of theoretical maximum density per TxDOT Test Methods TEX-227-F and TEX-207-F. 3.5. Sampling and Testing of Raw Materials. The Contractor shall sample materials as necessary to produce a mix in compliance with these specifications. 4. EQUIPMENT 4.1. Mixing Plants. Mixing plants shall be either the weigh batching type or the drum mix type. Both types shall be equipped with satisfactory conveyors, power units, aggregate handling equipment, aggregate screens and bins (weigh batch only), and pollution control devices as required. 4.2. Truck Scales. A set of truck scales, if needed for measurement, shall be placed at a location approved by the Engineer. 4.3. Asphalt Material Heating Equipment. Asphalt material heating equipment shall be adequate to heat the required amount of material to the desired temperature. Agitation with steam or air will not be permitted. The heating apparatus shall be equipped with a recording thermometer with a 24-hour continuous chart that will record the temperature of the asphalt at the highest temperature. 4.4. Surge-Storage System. A surge-storage system may be used provided that the mixture coming out of the bins is of equal quality to that coming out of the mixer. The system shall be equipped with a gob hopper, rotating chute or other devices designed to minimize segregation of the asphalt mixture. 4.5. Laydown Machine. The laydown machine shall be capable of producing a surface that will meet the requirements of the typical cross section, of adequate power to propel the 025424 Page 4 of 8 Rev.3-25-2015 delivery vehicles,and produce the surface tolerances herein required. It shall be wide enough to lay a 28-foot street(back-to-back of curbs) in a maximum of two passes. 4.6. Rollers. All rollers shall be self-propelled and of any type capable of obtaining the required density. Rollers shall be in satisfactory operating condition and free from fuel, hydraulic fluid, or any other fluid leaks. 5. STORAGE, PROPORTIONING AND MIXING 5.1. Storage and Heating of f Asphalt Materials. Asphalt cement shall not be heated to a temperature in excess of that recommended by the producer. Asphalt storage equipment shall be maintained in a clean condition and operated in such a manner that there will be no contamination with foreign matter. 5.2. Feeding and Dryin _g of Aggregates. The feeding of various sizes of aggregate to the dryer shall be done in such a manner that a uniform and constant flow of materials in the required proportions will be maintained. In no case shall the aggregate be introduced into the mixing unit at a temperature in excess of 350 degrees F. 5.3. Proportioning. All materials shall be handled and proportioned in a manner that yield an acceptable mixture as herein specified and as defined by the 'off b-mix. 5.4. Mixing. 5.4.1. Weigh Batch Plant. In charging the weigh box and in charging the pugmill from the weigh box, such methods or devices shall be used as necessary to minimize segregation of the mixture. 5.4.2. Drum Mix Plant. The amount of aggregate and asphalt cement entering the mixer and the rate of travel through the mixer shall be coordinated so that a uniform mixture of the desired gradation and asphalt content will be produced. 5.4.3. The mixture produced from each type of plant shall not vary from the ion b-mix by more than the tolerances and restrictions herein specified. The mixture when discharged from the plant shall have a moisture content not greater than one percent by weight of total mix when determined by TxDOT Test Method TEX-212-F. 5.4.4. The mixture produced from each type of plant shall be at a temperature between 250 and 325 degrees F. After a target mixing temperature has been established, the mixture when discharged from the mixer shall not vary from this temperature by more than 25 degrees F. 6. CONSTRUCTION METHODS 6.1. Construction Conditions. For mat thicknesses greater than 1.5 inches, the asphalt material may be placed with a laydown machine when the air temperature is 40 degrees F and 025424 Page 5 of 8 Rev.3-25-2015 rising but not when the air temperature is 50 degrees F and falling. In addition,mat thickness less than and including 1.5 inches shall not be placed when the temperature of the surface on which the mat is placed is below 50 degrees F. All subsurface utilities shall be inspected, tested, and accepted prior to paving. 6.2. Prime Coat. If a prime coat is required, it shall be applied and paid for as a separate item conforming to the requirements of City Standard Specification Section 025412 "Prime Coat", except the application temperature shall be as provided above. The tack coat or asphaltic concrete shall not be applied on a previously primed flexible base until the primed base has completely cured to the satisfaction of the Engineer. 6.3. Tack Coat. Before the asphalt mixture is laid,the surface upon which the tack coat is to be placed shall be thoroughly cleaned to the satisfaction of the Engineer. The surface shall be given a uniform application of tack coat using materials and rates herein specified and/or as shown on the plans. The tack coat shall be rolled with a pneumatic tire roller as necessary. Tack coat is required before any pavement course not placed immediately following the previous course placement. 6.4. Transporting Asphalt Concrete. The asphalt mixture shall be hauled to the job site in tight vehicles previously cleaned of all foreign matter. In cool weather or for long hauls, canvas covers and insulated truck beds may be necessary. The inside of the bed may be given a light coating of lime water or other suitable release agent necessary to prevent from adhering. Diesel oil is not allowed. 6.5. Placing. The asphalt mixture shall be spread on the approved prepared surface with a laydown machine or other approved equipment in such a manner that when properly compacted, the finished surface will be smooth and of uniform density, and meet the requirements of the typical cross section as shown on the plans. 6.5.1. Flush Structures. Adjacent to flush curbs, gutters, liners and structures, the surface shall be finished uniformly high so that when compacted, it will be slightly above the edge of the curb and flush structure. 6.5.2. Construction joints of successive courses of asphaltic material shall be offset at least six inches. Construction joints on surface courses shall coincide with lane lines,or as directed by the Engineer,but shall not be in the anticipated wheel path of the roadway. 6.6. Compacting. The asphalt mixture shall be compacted thoroughly and uniformly with the necessary rollers to obtain the required density and surface tolerances herein described and any requirements as shown on the plans. Regardless of the method of compaction control followed, all rolling shall be completed before the mixture temperature drops below 175 degrees F. 025424 Page 6 of 8 Rev.3-25-2015 6.7. In-Place Density. In-place density control is required for all mixtures except for thin, irregular level-up courses. Material should be compacted to between 96% and 92% of maximum theoretical density or between 4% and 8% air voids. Average density shall be greater than 92%and no individual determination shall be lower than 90%. Testing shall be in accordance with TxDOT Test Methods TEX-207-F and TEX-227-F. Pavement specimens,which shall be either cores or sections of the compacted mixture,will be tested as required to determine the percent air voids. Other methods, such as nuclear determination of in-place density,which correlate satisfactorily with actual project specimens may be used when approved by the Engineer. 6.8. Thickness. The total compacted average thickness of the combined HMAC courses shall not be less than the amount specified on the drawings. No more than 10% of the measured thickness(es) shall be more than 1/4 inch less than the plan thickness(es). If so,the quantity for pay shall be decreased as deemed appropriate by the Engineer. 6.9. Surface Smoothness Criteria and Tests. The pavement surface after compaction, shall be smooth and true to the established lines, grade and cross-section. The surface shall be tested by the City with the Mays Roughness Meter. The Mays Roughness Value for each 600-foot section shall not exceed ninety inches per mile per traffic lane. For each 600-foot section not meeting this criteria, the Engineer shall have the option of requiring that section to be reworked to meet the criteria,or paying an adjusted unit price for the surface course. The unit price adjustment shall be made on the following basis: Adjusted Unit Price= (Adjustment Factor) X Surface Course Unit Bid Price The adjustment factor shall be: For Residential Streets: Adjustment Factor= 1.999 - 0.0111 M For All Other Class Streets (Non Residential) Adjustment Factor= 1.287 - 0.0143 M Where M =Mays Roughness Value In no case shall the Contractor be paid more than the unit bid price. If the surface course is an inverted penetration (surface treatment) the Mays Roughness Value observed will be reduced by ten inches per mile,prior to applying the above criteria. Localized defects (obvious settlements, humps, ridges, etc.) shall be tested with a ten-foot straightedge placed parallel to the roadway centerline. The maximum deviation shall not 025424 Page 7 of 8 Rev.3-25-2015 exceed 1/8 inch in ten feet. Areas not meeting this criteria shall be corrected to the satisfaction of the Engineer. Pavement areas having surface irregularities, segregation, raveling or otherwise deemed unacceptable by the Engineer shall be removed and replaced by the Contractor in a manner approved by the Engineer, at no additional cost to the City. 6.10. Opening to Traffic. The pavement shall be opened to traffic when directed by the Engineer. The Contractor's attention is directed to the fact that all construction traffic allowed on pavement open to the public will be subject to the State laws governing traffic on highways. If the surface ravels, it will be the Contractor's responsibility to correct this condition at his expense. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, hot mix asphaltic concrete pavement shall be measured by the square yard of the type and thickness of"Hot Mix Asphaltic Concrete" as shown on the drawings. The Contractor shall provide the Engineer with copies of the "pay ticket" identifying the truck and showing the gross empty weight of the truck with driver as it arrives at the plant and the gross loaded weight of the truck with driver as it leaves the plant. The measured amount will be the difference of the loaded and empty trucks converted to tons. Payment shall be full compensation for quarrying,furnishing all materials,freight involved; for all heating, mixing, hauling, cleaning the existing base course or pavement, tack coat, placing asphaltic concrete mixture, rolling and finishing; and for all manipulations, labor, tools, equipment, and incidentals necessary to complete the work except prime coat when required. Prime coat,performed where required,will be measured and paid for in accordance with the provisions governing City Standard Specification Section 025412 "Prime Coat". All templates, straightedges, scales, and other weight and measuring devices necessary for the proper construction, measuring and checking of the work shall be furnished, operated and maintained by the Contractor at his expense. Any paving placed prior to inspection,testing, and acceptance of underground utilities may be rejected by the City and will be replaced at the Contractor's expense after correcting any subsurface utility defects. Pavement that fails to meet the in place density criteria may be rejected by the City and will be replaced at the Contractor's expense,or such pavement may, at the City's discretion, be accepted by the City and the unit price for payment shall be reduced as deemed appropriate by the Engineer. 025424 Page 8 of 8 Rev.3-25-2015 SECTION 025608 INLETS 1. DESCRIPTION This specification shall govern for the construction of inlets complete in place and the materials used therein, including the installation, and the furnishing of frames, grates,rings and covers. 2. TYPES The various types of inlets are designated on the drawings by letters or by numbers indicating the particular design of each. Each type shall be constructed in accordance with the details shown on the drawings and to the depth required by the profiles and schedules given. 3. MATERIALS (1) Concrete. Concrete for curb inlets shall be Class "A" concrete conforming to the requirements of City Standard Specification Section 038000 "Concrete Structures", and City Standard Specification Section 030020 'Portland Cement Concrete", except as otherwise provided on the drawings. Concrete for grate inlets, drop inlets and post inlets shall be Class "C" concrete in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". (2) Mortar. Mortar shall be composed of one part Portland cement and two parts clean, sharp mortar sand suitably graded for the purpose by conforming in other respects to the provisions of City Standard Specification Section 030020 'Portland Cement Concrete" for fine aggregate. Hydrated lime or lime putty may be added to the mix but in no case shall it exceed 10 percent by weight of the total dry mix. (3) Reinforcing Steel. Reinforcing Steel shall conform to the requirements of City Standard Specification Section 032020 "Reinforcing Steel". (4) Concrete Blocks. Concrete blocks, when shown on the drawings, shall conform to the requirements of ASTM C 139. (5) Frames, Grates, Rings and Covers. Frames, grates, rings and covers shall conform to the requirements of City Standard Specification Section 055420 "Frames, Grates, Rings and Covers". (6) Cast Iron. Cast iron for supports and inlet units shall conform to the shape and dimensions shown on the plans. The castings shall be clean and perfect, free from sand or blow holes or other defects. Cast iron castings shall conform to the requirements of"Gray Iron Castings" ASTM A 48, Class 30. 025608 Page 1 of 2 Rev.3-25-2015 4. CONSTRUCTION METHODS (1) General. All concrete work shall be performed in accordance with the requirements of City Standard Specification Section 038000 "Concrete Structures", unless otherwise specified. Forms will be required for all concrete walls, except where the nature of the surrounding material is such that it can be trimmed to a smooth vertical face. (2) Inlets for Precast Concrete Pipe Sewers. The construction of inlets for precast concrete pipe sewers shall be done as soon as is practicable after sewer lines into or through inlet locations are completed. All sewers shall be cut neatly at the inside face of the walls of inlet and pointed up with mortar. Subgrade under cast-in-place and precast inlets shall be compacted to not less than 95% Standard Proctor density. (3) Inverts. The inverts passing out or through the inlet shall be shaped and routed across the floor of inlet as shown on the plans. This shaping may be accomplished by adding and shaping mortar or concrete after the base is cast or by placing the required additional material with the base. (4) Finishing Complete Inlets. Inlets shall be completed in accordance with the drawings. Backfilling to finish grade elevation with native material, free of debris and compacted to over 95% Standard Proctor density. Backfilling shall be in accordance with the provisions of City Standard Specification Section 022020 "Excavation and Backfill for Utilities". 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, inlets shall be measured as individual units by each inlet, complete in place. Extension to inlets will be measured by each extension separately from the inlet. Excavation, backfill, frames, grates, rings and covers will be considered subsidiary to the construction of the inlets. Payments shall be full compensation for furnishing all concrete, reinforcing steel, mortar, castings, frames, grates, rings and covers, and for all other materials, labor, tools, equipment and incidentals required to perform the work prescribed above. 025608 Page 2 of 2 Rev.3-25-2015 SECTION 025610 CONCRETE CURB AND GUTTER 1. DESCRIPTION This specification shall consist of Portland cement concrete combined concrete curb and gutter or separate concrete curb with or without reinforcing steel as required, constructed on an approved subgrade or foundation material in accordance with these specifications, in conformity with the lines and grades established by the Engineer and details shown on the drawings. 2. MATERIALS Unless otherwise specified on the drawings, materials and proportions for concrete used in construction under this specification shall conform to the requirements as specified for Class "A" Concrete under City Standard Specification Section 030020 "Portland Cement Concrete". Reinforcing steel shall conform to the requirements as specified in City Standard Specification Section 032020 "Reinforcing Steel". Expansion joint filler shall be redwood material meeting the requirements specified in City Standard Specification Section 038000 "Concrete Structures". 3. CONSTRUCTION METHODS The foundation shall be excavated and shaped to line, grade and cross-section, and hand tamped and sprinkled. If dry, the subgrade or foundation material shall be sprinkled lightly with water and compacted to not less than 98% Standard Proctor density, or as required on the drawings. Flexible base shall be compacted to specified density and moisture immediately before concrete is deposited thereon. Outside forms shall be of wood or metal, of a section satisfactory to the Engineer, straight, free of warp, and of a depth equal to the depth of the curb and gutter. They shall be securely staked to line and grade, and maintained in a true position during the depositing of concrete. Inside forms for the curb shall be approved material, shall be of such design as to provide the curb required, and shall be rigidly attached to the outside forms. For reinforced concrete roadways, all jointing must be reflected through the curb, including redwood expansion joints and construction joints. Driveway gutter shall be placed integrally with the driveway as shown on the City Standard Details. The reinforcing steel shall be placed in position as shown on the typical details. Care shall be exercised to keep all reinforcing steel in its proper location. Concrete for curb and gutter shall be mixed in a manner satisfactory to the Engineer. The curb and gutter shall be placed in sections of the length indicated on the plans, and each section shall be separated by a premolded insert or board joint of cross-section specified for the curb and gutter, and of the thickness indicated on the drawings. 025610 Page 1 of 2 Rev.3-25-2015 After the concrete has been struck off and after it has become sufficiently set, the exposed surfaces shall be thoroughly worked with a wooden float. The exposed edges shall be rounded by the use of an edging tool to the radius indicated on the drawings. All exposed surfaces of curb and gutter, or curb, shall be brushed to a smooth and uniform surface. The completed curb and gutter shall be cured with Type 2, white pigmented curing compound unless shown otherwise on the drawings. Other methods of curing as outlined in City Standard Specification Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. The area behind the curb shall be backfilled, tamped, and sloped as directed as soon as possible and no later than 48 hours after the removal of forms. Backfill shall be placed to the full height of the curb, or as otherwise specified. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete curb and gutter or concrete curb will be measured by the linear foot for each type of curb, complete in place. Payment shall be full compensation for preparing the subgrade; for furnishing and placing all materials including reinforcing steel and expansion joint material; for furnishing,placing, shaping and tamping backfill; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 025610 Page 2 of 2 Rev.3-25-2015 SECTION 025612 CONCRETE SIDEWALKS AND DRIVEWAYS 1. DESCRIPTION This specification shall consist of sidewalks and driveways, with or without reinforcing steel, composed of Portland cement concrete,constructed as herein specified on an approved subgrade,in conformity with the lines and grades established by the Engineer and the details shown on the drawings. 2. MATERIALS Materials and proportions used in construction under this item shall conform to the requirements as specified for Class"A" concrete under City Standard Specification Section 030020"Portland Cement Concrete". Reinforcing steel shall conform to the requirements as specified in City Standard Specification Section 032020 "Reinforcing Steel". Expansion joint filler shall be redwood meeting the requirements specified in City Standard Specification Section 038000"Concrete Structures". Cap seal shall be "Greenstreak" or approved equal. 3. CONSTRUCTION METHODS The subgrade shall be excavated, compacted and shaped to line, grade and cross-section and hand tamped and sprinkled with water. Subgrade under concrete sidewalks and driveways shall be compacted to not less than 95% Standard Proctor density. The subgrade shall be within 0-3% of optimum moisture content at the time the concrete is placed. Forms shall be of wood or metal, of a section satisfactory to the Engineer, straight, free from warp, and of a depth equal to the thickness of the finished work. They shall be securely staked to line and grade and maintained in a true position during the depositing of concrete. The reinforcing steel shall be placed in position as shown on the drawings. Care shall be exercised to keep all reinforcing steel in its proper location. Driveways shall incorporate the gutter in a unified concrete placement as shown in the City Standard Detail for driveways. Sidewalks shall be constructed in sections of the lengths shown on drawings. Unless otherwise provided by the drawings,no section shall be of a length less than 8 feet,and any section less than 8 feet shall be removed by the Contractor at his own expense. 025612 Page 1 of 2 Rev.3-25-2015 The different sections shall be separated by a premolded insert or board j oint of the thickness shown on the drawings, placed vertically and at right angles to the longitudinal axis of the sidewalks. Where the sidewalk or driveways abut a curb or retaining wall, approved expansion joint material shall be placed along their entire length. Similar expansion j oint material shall be placed around all obstructions protruding through sidewalks or driveways. Concrete shall be mixed in a manner satisfactory to the Engineer,placed in the forms to the depth specified and spaded and tamped until thoroughly compacted and mortar entirely covers the surface. The top surface shall be floated with a wooden float to a gritty texture. The outer edges and joints shall then be rounded with approved tools to the radii shown on drawings. 5-foot wide sidewalks shall be marked into separate sections, each 5 feet in length, by the use of approved jointing tools. For other widths of sidewalk,joints to be spaced longitudinally to match the transverse width. When completed, the sidewalks and driveways shall be cured with Type 2,white pigmented curing compound. Other methods of curing as outlined in City Standard Specification Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form,concrete sidewalks and driveways shall be measured by the square foot of surface area of completed sidewalks, driveways, or sidewalks and driveways, as indicated on the drawings. Payment shall be full compensation for preparing and compacting the subgrade; for furnishing and placing all materials including concrete, reinforcing steel and expansion joint material; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 025612 Page 2 of 2 Rev.3-25-2015 SECTION 025614 CONCRETE CURB RAMPS 1. DESCRIPTION This specification shall govern all work necessary for constructing Concrete Curb Ramps required to complete the project. 2. MATERIALS Concrete shall be Class "A"in accordance with Section 030020"Portland Cement Concrete"of the City Standard Specifications. Reinforcement shall be 4x4 -W2.9xW2.9 welded wire fabric or 94 steel reinforcing bars spaced at 12 inches each way in accordance with Section 032020 "Reinforcing Steel" of the City Standard Specifications. 3. CONSTRUCTION METHODS The subgrade shall be shaped to line, grade and cross-section, and shall be of uniform density and moisture when concrete is placed. The subgrade shall be hand tamped and sprinkled with water to achieve the desired consistency and uniform support. Subgrade compaction shall not be less than 95% Standard Proctor density. Ramps shall be constructed of Class "A" concrete to line and section as shown on the plans. Unless shown otherwise on the drawings, ramps shall have a minimum concrete thickness in excess of 5 inches,prior to application of the detectable warning surfacing. Slopes, S, shall be as follows, unless shown otherwise on the drawings: RAMPS Ramp in direction of travel . . . . . S < 1:12 Side slope of ramp (flare) . . . . . S < 1:10 Cross slope . . . . . . . . . . . . . 1:100 < S < 1:50 ADJOINING AREAS Landings adjacent to ramp . . . . . . S < 1:20 Driveways abutting tied sidewalks . . S < 1:10 Width of ramp shall be 60 inches(minimum),exclusive of flare,unless specifically shown otherwise on the drawings. No ramp shall be less than 36 inches wide under any circumstances. Obstructions 025614 Page 1 of 2 Rev.3-25-2015 shall be removed or relocated, as appropriate, or the location of the ramp may be shifted, if authorized. Detectable warning surface shall be polymer composite material detectable warning panels as shown on the drawings. Surfacing shall be flush with abutting areas and placed using a template as required to achieve an esthetic well-defined edge. Surfacing shall be subsidiary work and will not be measured for separate pay. Pavement markings for street crossings shall be placed such that the crosswalk is properly aligned with respect to the curb ramp. See striping details for proper alignment of pavement markings with respect to intersection and curb ramp. Properly constructed curb ramp shall be true to line, section and grade, and shall be free of loose material and irregularities. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form,concrete curb ramps shall be measured by the horizontal square foot of ramp surface area, including side flares when used. Adjoining curbs, gutters, sidewalks, and driveways will be excluded from said measurement. Payment shall include, but not be limited to, subgrade preparation, formwork, concrete, rebar, detectable warning surfaces, borders, molding and curing required to complete the curb ramp, and shall be full compensation for all labor, materials, equipment and incidentals required to complete the work. 025614 Page 2 of 2 Rev.3-25-2015 SECTION 025680 COLORED CONCRETE PAVEMENT FOR CYCLE TRACKS 1. GENERAL 1.1 SUMMARY A. Section Includes: 1. Integrally colored concrete pavement 2. Stamped concrete pavement 1.2 SUBMITTALS A. Submit according to Division 01 General Requirements. B. Product Data: For each product indicated. C. Mix Designs: For each type of integrally-colored concrete mix required. D. Samples for Initial Selection: Manufacturer's color charts. E. Sample Panels: 9 by 9 feet by 4-inch-thick to demonstrate finish, color, and texture of integrally colored concrete pavement. F. Qualification Data: For Installer and manufacturer specified in Quality Assurance Article, including names and addresses of completed projects, architects, and owners. G. Material Test Reports: From testing agency indicating compliance of concrete materials, reinforcing materials, admixtures, and similar items with requirements. 1.3 QUALITY ASSURANCE A. Installer Qualifications: Trained or approved by Manufacturer of decorative concrete systems. B. Manufacturer's Qualifications: Three years' experience manufacturing products required. C. Testing Agency Qualifications: An independent agency qualified according to ASTM C 1077. D. Source Limitations: Obtain products from same source throughout Project. E. Field Samples: Locate at site and obtain approval before start of final work. Field samples shall be minimum 4 by 4 feet by full thickness. 1. Demonstrate range of finishes and workmanship, including curing procedures. 2. Approved field samples set quality standards for comparison with remaining work. 3. Approved field samples may become part of the completed Work if undisturbed at completion of Project. 1.4 DELIVERY, STORAGE AND HANDLING A. Deliver materials in original packaging with labels intact. B. Store in clean, dry and protected location, accordingto manufacturer's requirements. 1.5 PROJECT CONDITIONS A. Environmental Requirements: Comply with requirements of Standard Specification 025680 Page 1 of 4 Rev.10-6-2016 Section 030020 "Portland Cement Concrete" and Standard Specification Section 038000 "Concrete Structures". 2. PRODUCTS 2.1 FORMS A. Comply with requirements of Standard Specification Section 038000 "Concrete Structures". 2.2 STEEL REINFORCEMENT A. Comply with requirements of Standard Specification Section 032020 "Reinforcing Steel". 2.3 COLOR MATERIALS A. Integral Concrete Colorant: ASTM C 979, factory-measured powdered mix in self- dissolving packaging, consisting of non-fading finely-ground synthetic mineral-oxide coloring pigments and water reducing wetting agent. 1. Product: Butterfield Color®Uni-Mix® Integral Colorant. 2. Color: Clary Sage (U51) 2.4 IMPRINTING TOOLS A. Stamp Mats: Semi-rigid polyurethane mats with projected texture and ridged underside capable of imprinting texture and joint patterns to plastic concrete. 1. Manufacturer: Butterfield Color®. 2. Pattern: Pennsylvania Avenue Soldier Course (8"width) 2.5 ADMIXTURES A. Comply with requirements of Standard Specification Section 030020 "Portland Cement Concrete" and Standard Specification Section 038000 "Concrete Structures". B. Do not use calcium chloride or admixtures containing calcium chloride. 2.6 RELATED MATERIALS A. Comply with requirements of Standard Specification Section 030020 "Portland Cement Concrete" and Standard Specification Section 038000 "Concrete Structures", and City of Corpus Christi standard details for expansion joint filler, bonding agents, etc. B. Bonding Agent: ASTM C 1059, Type 11. 2.7 INTEGRAL CONCRETE MIXES A. Comply with Standard Specification Section 030020 "Portland Cement Concrete" for Class "A" concrete and as follows: 1. Portland Cement Content: Five sacks of cement per cubic yard. 025680 Page 2 of 4 Rev.10-6-2016 a. Note: If additional cement is required for higher strength concrete applications, an adjustment in the amount of integral colorant is needed to achieve color consistency. Contact manufacturer for instructions. 2. Maximum Slump: 5 inches. B. Add integral concrete colorant according to manufacturer's instructions C. Maintain mix characteristics for all concrete required to have matching finish. 3. EXECUTION 3.1 EXAMINATION A. Examine subgrade and subbase for compliance with requirements. B. Do not proceed with integrally colored concrete pavement until unacceptable conditions are corrected. 3.2 FORMWORK AND STEEL REINFORCEMENT A. Comply with requirements of Standard Specification Section 038000 "Concrete Structures". 3.3 CONCRETE PLACEMENT A. Comply with requirements of Standard Specification Section 032020 "Reinforcing Steel" and Section 038000 "Concrete Structures". B. Do not add water once placing has begun. Do not retemper concrete that has started to set. 3.4 FINISHING A. After final floating, apply a broom finish perpendicular to direction oftraffic. 3.5 STAMPING A. Stamp concrete surfaces according to manufacturer's instructions. B. Mat Stamping: While concrete is plastic, accurately align stamp mats in sequence and uniformly press into concrete to produce imprint pattern, texture, and depth of imprint, according to manufacturer's instructions. Remove stamps from concrete immediately. 1. Stamp edges and surfaces unable to be imprinted with stamp mat with flexible stamping mats. 3.6 JOINTS A. Comply with requirements of Standard Specification Section 038000 "Concrete Structures" and details shown on the drawings. 3.7 CURING AND SEALING A. Protect integrally colored concrete pavement from prematurely drying and excessive cold or hot temperatures. 025680 Page 3 of 4 Rev.10-6-2016 B. Cure integrally colored concrete pavement according to manufacturer's instructions. C. Curing and Sealing Compound: Apply uniformly in continuous operation by sprayer or short nap roller according to manufacturer's instructions. After initial application is dry and tack free, apply a second coat. 1. Do not over apply or apply in a single heavy coat. 3.8 REPAIRS AND PROTECTION A. Repair damaged integrally colored concrete pavement according to manufacturer's instructions. B. Clean spillage and soiling from adjacent construction according to manufacturer's instructions. C. Protect integrally colored concrete pavement from damage or deterioration until date of Substantial Completion. 3.9 FIELD QUALITY CONTROL A. Comply with requirements of Standard Specification Section 038000 "Concrete Structures". 4. MEASUREMENT AND PAYMENT 4.1 Unless otherwise specified on the Bid Form, integrally colored concrete pavement for cycle tracks shall be measured by the square foot of surface area of completed cycle tracks as indicated on the drawings. 4.2 Unless otherwise specified on the Bid Form, the stamped concrete strip (8"width) shall be measured by the linear foot of completed stamped concrete strip as indicated on the drawings. Payment shall be full compensation for preparing and compacting the subgrade; for furnishing and placing all materials including concrete,reinforcing steel and expansion joint material; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 025680 Page 4 of 4 Rev.10-6-2016 SECTION 025802 TEMPORARY TRAFFIC CONTROLS DURING CONSTRUCTION 1. DESCRIPTION This specification shall govern all work required for Temporary Traffic Controls during construction. The work shall include furnishing, installing, moving, replacing, and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary detours, temporary striping and markers, flagger, temporary drainage pipes and structures, blue business signs, and such temporary devices as necessary to safely complete the project. 2. MATERIALS Traffic control devices shall conform to the latest edition of the "Texas Manual on Uniform Traffic Control Devices",unless indicated otherwise on the Traffic Control Plan. 3. METHODS Sufficient traffic control measures shall be used to assure a safe condition and to provide a minimum of inconvenience to motorists and pedestrians. If the Traffic Control Plan (TCP) is included in the drawings, any changes to the TCP by the Contractor shall be prepared by a Texas licensed professional engineer and submitted to the City Traffic Engineer for approval,prior to construction. If the TCP is not included in the drawings, the Contractor shall provide the TCP prepared by a Texas licensed professional engineer and submit the TCP to the City Traffic Engineer for approval,prior to construction. The Contractor is responsible for implementing and maintaining the traffic control plan and will be responsible for furnishing all traffic control devices, temporary signage and ATSSA certified flaggers. The construction methods shall be conducted to provide the least possible interference to traffic so as to permit the continuous movement of traffic in all allowable directions at all times. The Contractor shall cleanup and remove from the work area all loose material resulting from construction operations at the end of each workday. All signs, barricades, and pavement markings shall conform to the BC standard sheets, TCP sheets and the latest version of the "Texas Manual on Uniform Traffic Control Devices". The Contractor may be required to furnish additional barricades, signs, and warning lights to maintain traffic and promote motorists safety. Any such additional signs and barricades will be considered subsidiary to the pay item for traffic control. All signs, barricades, and posts will be either new or freshly painted. The contractor and any traffic control subcontractor must be ATSSA certified for Traffic Control. 025802 Page 1 of 3 Rev.10-30-2014 A competent person, responsible for implementation of the TCP and for traffic safety, shall be designated by the Contractor. The name and off-hours phone number of the competent person shall be provided in writing at the Pre-Construction Conference. The competent person shall be on site, during working hours and on call at all times in the event of off-hour emergency. The contractor must provide temporary blue sign boards that direct traffic to businesses and driveways during each phase of construction— see example below. The sign boards may be either skid mounted or barrel mounted. The City will assist the contractor in determining which businesses and driveways will receive signage during various construction phases. The provision, installation, and removal of signage will be considered to be subsidiary to the contract items provided for"Traffic Control." Example Blue Sign MANDARIN GARDIN Wa a 0 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, temporary traffic controls during construction shall be measured as a lump sum. Payment shall include, but not be limited to, furnishing, installing, moving, replacing and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary striping and markers, flaggers, removable and non-removable work zone pavements markings and signage, channelizing devices, temporary detours, temporary flexible-reflective roadway marker tabs, temporary traffic markers, temporary drainage pipes and structures, blue business signs, and such temporary devices and relocation of existing signs and devices. Payment shall be full compensation for all labor, equipment, materials, personnel, and incidentals necessary to provide a safe condition during 025802 Page 2of3 Rev.10-30-2014 construction of all phases and elements of the project and to complete the work. Payment will be made on the following basis: The initial monthly estimate will include 50% of the lump sum bid amount minus retention (typically 5%). The balance will be paid with the final estimate,upon completion of the project. 025802 Page 3 of 3 Rev.10-30-2014 SECTION 025803 TRAFFIC SIGNAL ADJUSTMENTS 1. DESCRIPTION This specification shall govern all work for Traffic Signal Adjustments required to complete the project. 2. MATERIALS All equipment and materials for adjustments shall be provided by the Contractor, unless indicated otherwise on the drawings. 3. METHODS The existing signal controls shall be maintained by the Contractor. Transferring control of the adjusted signal control shall be done by the Contractor. A minimum of 72 hours advance notice shall be provided to the City Traffic Engineer by the Contractor, prior to transferring control of the adjusted signal control or any other interim signal adjustments necessary to control traffic,unless otherwise noted on the drawings. Manual traffic direction by the City Police Department shall be arranged and provided for by the Contractor at any signalized intersection at any time that signal control must be interrupted. The Contractor shall arrange for a representative from the City's Traffic Signals Division to be on site to inspect the process of signal control transfer, during the work. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, traffic signal adjustments will not be measured for pay,but shall be considered subsidiary to other work. 025803 Page 1 of 1 Rev.10-30-2014 SECTION 025805 WORK ZONE PAVEMENT MARKINGS 1. SCOPE. This specification covers the placement, maintenance and removal of work zone pavement markings,which are temporary pavement markings to be placed on roadways that are open to traffic during various work phases, as required to complete the project. 2. GENERAL REQUIREMENTS. The pavement marking material shall consist of an adhesive-backed reflective tape that can be applied to the pavement, Markings are to be 3M Staymark or approved equal. Markings shall be of good appearance, have straight, unbroken edges and have a color that complies with all FHWA regulations. 3. DIMENSIONS. Pavement markings shall be minimum of 3-7/8 inches wide. Lengths and spacing will be as specified. 4. COLOR. The markings, as well as retroreflected light from the markings, shall be white or yellow as called for on the drawings. 5. VISIBILITY. When in place, the pavement markings (during daylight hours) shall be distinctively visible for a minimum of 300 feet. When in place, the pavement markings (when illuminated by automobile low-beam headlights at night) shall be distinctively visible for a minimum of 160 feet. The above day and night visibility requirements shall be met when viewed from an automobile traveling on the roadway. 6. PLACEMENTS AND MAINTENANCE. At sunrise and sunset of each day and before each phase change, work zone pavement markings meeting all specification requirements shall be in place on all roadways on which traffic is allowed and where suitable permanent pavement markings are not in place. The transverse location of the line(s) formed by the markings shall be as determined by the Engineer. Unless otherwise shown on the drawings,work zone markings shall be placed as follows: Condition Spacing Length of Stripe Straight 80 feet(approximate) 24 inches Curve<2 80 feet(maximum) 24 inches Curve>2 40 feet(maximum) 24 inches The spacing of stripes may be modified by the Engineer. However, the maximum spacing specified above shall not be exceeded in any case. 025805 Page 1 of 2 Rev.10-30-2014 The Contractor will be responsible for maintaining the work zone pavement markings for a maximum period of two weeks. If, however, the Contractor is also responsible for placing the standard pavement markings, the Contractor will be responsible for maintaining the work zone pavement markings until permanent pavement markings are in place. 7. REMOVAL. Where removal is required, it will be accomplished in accordance with instructions of the Engineer or as called for on the drawings. 8. MEASUREMENT AND PAYMENT. Unless otherwise specified on the Bid Form, work zone pavement markings shall not be measured and paid for separately, but shall be considered subsidiary to the appropriate bid item. 025805 Page 2 of 2 Rev.10-30-2014 SECTION 025807 PAVEMENT MARKINGS (PAINT AND THERMOPLASTIC) 1. DESCRIPTION This item shall consist of markings and stripes on the surface of the roadways or parking facilities applied in accordance with this specification and at the locations shown on the drawings or as directed by the Engineer. 2. MATERIALS Type I Pavement Marking Materials shall be in accordance with TxDOT Departmental Material Specification DMS-8220 "Hot Applied Thermoplastic". All roadway markings shall be thermoplastic. Type II Pavement Marking Materials shall be in accordance with TxDOT Departmental Material Specification DMS-8200 "Traffic Paint" and are not to be used for roadway markings except as primer/sealer for Type 1 markings. Type II Pavement Markings shall be allowed for parking facilities if called for in the plans. Glass Traffic Beads shall be drop-on glass beads conforming to TxDOT Departmental Material Specification DMS-8290 "Glass Traffic Beads". 3. CONSTRUCTION METHODS 3.1 Weather Limitations -Pavement marking shall be performed only when the existing surface is dry and clean, when the atmospheric temperature is above 40°F., and when the weather is not excessively windy, dusty, or foggy. The suitability of the weather will be determined by the Engineer. 3.2 Equipment-All equipment for the work shall be approved by the Engineer and shall include the apparatus necessary to properly clean the existing surface, and mechanical marking machine, and such auxiliary hand painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an approved atomizing spray-type marking machine suitable for application of pavement markings. It shall produce an even and uniform film thickness at the required coverage and shall be designed so as to apply markings of uniform cross-sections and clear-out edges without running of spattering and within the limits for straightness set forth herein. 025807 Page 1 of 3 Rev.10-30-2014 Suitable adjustments shall be provided on the sprayer(s) of a single machine or by furnishing additional equipment for marking the width required. 3.3 Preparation of Existing Surface - Immediately before application of the paint or thermoplastic, the existing surface shall be dry and entirely free from old pavement markings and markers, dirt, grease, oil, acids, laitance, or other foreign matter which could reduce the bond between the marking and the pavement. The surface shall be thoroughly cleaned by sweeping and blowing as required to remove all dirt, laitance and loose materials. Areas that cannot be satisfactorily cleaned by brooming and blowing shall be scrubbed as directed with a water solution of trisodium phosphate (10% Na3PO4 by weight) or an approved equal solution. After scrubbing, the solution shall be rinsed off and the surface dried prior to marking. 3.4 Layouts and Alignments - Suitable layouts and lines of proposed stripes shall be spotted in advance of the marking application. Control points shall be spaced at such intervals as will insure accurate location of all markings. The Contractor shall provide an experienced technician to supervise the location, alignment, layout, dimensions, and application of the markings. At least 72 hours prior to applying the permanent pavement markings, the Contractor shall notify the Engineer and City Construction Inspector to obtain City approval for the location, alignment and layout of the pavement markings. 3.5 Application - Markings shall be applied at the locations and to the dimensions and spacing indicated on the plans or as specified. Markings shall not be applied until the layouts, indicated alignment, and the condition of the existing surface have been approved by the Engineer. In the application of straight stripes, any deviation of the edges exceeding 1/2 inch in 50 feet shall be obliterated and the marking corrected. The width of the markings shall be as designated within a tolerance of 5%. All markings shall be performed to the satisfaction of the Engineer. Paint shall be applied uniformly by suitable equipment at a rate of not less than 105 or more than 115 square feet per gallon. The Contractor shall furnish a certified report on the quality of materials ordered for the work. This report shall not be interpreted as a basis for final acceptance. The Engineer shall be notified upon arrival of shipment for inspecting and sampling of the materials. When required, all emptied containers shall be returned to the paint material storage or made available for tallying by the Engineer. The containers shall 025807 Page 2 of 3 Rev.10-30-2014 not be removed from the job site or destroyed without permission. The Contractor shall make an accurate accounting of the paint materials used in the accepted work. 3.6 Protection - After application, all markings shall be protected while drying. The fresh markings shall be protected from damage of any kind. The Contractor shall be directly responsible for protecting the markings and shall erect or place suitable warning signs, flags or barricades, protective screens or coverings as required. All surfaces shall be protected from disfiguration by spatter, splashes, spillage, drippings of paint or other materials. 3.7 Defective Workmanship or Material - When any material not conforming to the requirements of the specifications or drawings has been delivered to the project or incorporated in the work, or any work performed is of inferior quality, such material or work shall be corrected as directed by the Engineer, at the expense of the Contractor. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, pavement markings shall be measured by the square foot or linear foot of each type of marking. Eliminating existing pavement markings and markers will not be measured and paid for separately,but shall be subsidiary to the pavement marking items. Payment shall be full compensation for furnishing all materials and for eliminating existing pavement markings and markers, for all preparation, layout and application of the materials, and for all labor, equipment, tools and incidentals necessary to complete the work. 025807 Page 3 of 3 Rev.10-30-2014 SECTION 025813 PREFORMED THERMOPLASTIC STRIPING, WORDS AND EMBLEMS 1. DESCRIPTION This specification shall govern all work for furnishing and installing preformed thermoplastic striping, words and emblems required to complete the project. 2. PRE-CONSTRUCTION CONFERENCE When required by the Engineer, prior to beginning work on the markings but after receipt by the Engineer of the required information, a conference will be held between the representatives of the Contractor and the Engineer to set up more completely the sequence of work to be followed and the estimated progress schedule. 3. MATERIALS The preformed pavement marking material shall be thermoplastic material meeting the specifications of TxDOT Departmental Material Specification DMS-8220"Hot Applied Thermoplastic,"and shall be approved by the Engineer for use on this project. 4. CONSTRUCTION (1) General. The Contractor shall furnish all materials and equipment and perform work or services necessary for complete and proper construction of the completed system of pavement markings. (2) Traffic Conditions. Roadways on which markings are to be placed may be either free of traffic or open to traffic. On roadways already open to traffic,markings shall be placed under existing traffic conditions. (3) Dimensions. Markings will be in accordance with the color, length, width, shape, configuration and location requirements of the plans and as directed by the Engineer. (4) Methods. All material placement shall be in accordance with TxDOT Standard Specification Item 668 "Prefabricated Pavement Markings"and City Section 025807"Pavement Markings (Paint and Thermoplastic)." (5) Surface Preparation. The pavement upon which the markings are to be placed shall be cleaned and prepared,to the satisfaction of the Engineer,prior to placement of the markings. Cleaning shall be by any effective method, approved by the Engineer that completely and effectively removes contaminants, loose materials, and conditions deleterious to proper adhesion. Surfaces shall be further prepared after cleaning by sealing or priming, as recommended by the manufacturer of the pavement marking material. 025813 Page 1 of 3 Rev.3-25-2015 (6) Moisture. Pavement to which the material is to be applied shall be completely dry. When questionable, pavements will be considered dry if, on a sunny day after observation for 15 minutes, no condensation occurs on the underside of a one (1) square foot piece of clear plastic that has been placed on the pavement and weighted down on the edges. (7) Temperature. Pavement and ambient air temperature requirements recommended by the material manufacturer shall be observed. If no temperature requirements are established by the materials manufacturer,material will not be placed if the pavement temperature is below 60 degrees F or if it is above 120 degrees F. (8) Clean-Up. At all times, the project site shall be kept free of all unnecessary traffic hazards. Upon completion of the work, the Contractor shall remove all rubbish from the work site, and shall clean and restore the area to a manner acceptable to the Engineer. Also,all damage done by the Contractor during the prosecution of the work must be repaired. Before acceptance, the work site must be neat and in a presentable condition throughout. No extra compensation will be allowed for fulfilling these clean-up requirements. 5. PERFORMANCE (1) Adhesion. Installed pavement markings shall adhere to the pavement sufficiently to prevent lifting, shifting, smearing, spreading, flowing or tearing by traffic. (2) Appearance. In addition to complying with all requirements listed herein, pavement markings shall present a neat,uniform appearance,and shall be free of unsightly conditions. Markings shall be free of ragged edges,misshapen lines or contours,and splices in transverse markings. (3) Visibility. The pavement marking material,in place on the roadway, shall have uniform and distinctive retro-reflectance when observed in accordance with TxDOT Test Method Tex- 828-B. (4) Observation Period. All material, workmanship and labor furnished shall be covered by manufacturer's guarantee and/or warranty for a period of 12 months commencing on the final delivery date of the materials. Pavement markings that fail to meet all requirements of this specification shall be removed and replaced at the expense of the Contractor within 30 working days following notification by the Engineer of such failure. All replacement pavement markings shall also meet all requirements of this specification for the same warranty period after installation. 025813 Page 2 of 3 Rev.3-25-2015 6. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, preformed striping, words and emblems shall be measured by each type and color indicated on the Bid Form including preformed arrows and words or other symbols as indicated in the Bid Form. Payment shall be full compensation for cleaning the pavement by any suitable means other than blast cleaning,for furnishing and placing all materials,and for all labor,tools,equipment and incidentals necessary to complete the work. 025813 Page 3 of 3 Rev.3-25-2015 SECTION 025816 RAISED PAVEMENT MARKERS 1. DESCRIPTION This specification shall govern all work required for furnishing and installing Raised Pavement Markers required to complete the project. 2. MATERIALS RAISED PAVEMENT MARKERS shall conform to Reference Specification Section 025818 "Pavement Markers (Reflectorized)" (TxDOT Departmental Material Specification 4200). Unless indicated otherwise on the drawings, raised pavement markers and traffic buttons shall be of the type to be applied to the roadway surface with a non-integral adhesive. Types of raised pavement markers shall be as follows: TYPE DESCRIPTION I-A One face shall reflect amber light and the body other than the reflective face shall be yellow. I-C One face shall reflect white light and the body other than the reflective face shall be white, silver or light gray. I-R One face shall reflect red light and the body other than the reflective face shall be white, silver or light gray, or may be one-half red on the side that reflects red light. II-A-A Shall contain two reflective faces, each of which shall reflect amber light and the body other than the reflective faces shall be yellow. II-B-B Shall contain two reflective faces, each of which shall reflect blue light and the body other than the reflective faces shall be blue. (Fire Hydrant Application.) II-C-C Shall contain two reflective faces, each of which shall reflect white light and the body other than the reflective faces shall be white, silver or light gray. 025816 Page 1 of 2 Rev.10-30-2014 II-C-R Shall contain two reflective faces, one of which shall reflect white light and the other face shall reflect red light, and the body other than the reflective faces shall be white, silver or light gray, or may be one- half red on the side that reflects red light. ADHESIVE for securing raised pavement markers to asphalt or concrete surfaces shall conform to Reference Specification Section 025828 "Bituminous Adhesive for Pavement Markers" (TxDOT Departmental Materials Specification 6130). 3. METHODS PAVEMENT SURFACE to receive raised pavement markers shall be prepared such that the surface is free of loose material, grease, moisture, and other foreign material that could impair the bond with the adhesive. ALIGNMENT AND POSITIONING of raised pavement markers shall be such that the reflective faces are aligned for proper visibility. ADHESIVE shall be applied such that 100% of the lower surface of the marker is in contact with the adhesive and in sufficient quantity to serve as a cushion between the marker and the paved surface. Any surplus adhesive shall be removed so that the visibility of the marker is not impaired. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, raised pavement markers shall be measured as individual units for each type installed, if included as a bid item in the Bid Form. Payment shall include, but not be limited to, furnishing and installing markers complete with adhesive, and shall be full compensation for all labor, materials, tools, equipment and incidentals required to complete the work. 025816 Page 2 of 2 Rev.10-30-2014 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS(REFLECTORIZED) DMS - 4200 PAVEMENT MARKERS (REFLECTORIZED) EFFECTIVE DATE: JANUARY 2010 4200.1. Description. This Specification governs for the pre-qualification, testing, and field evaluation requirements for reflectorized pavement markers (RPMs). 4200.2. Units of Measurements. The values given in parentheses (if provided) are not standard and may not be exact mathematical conversions. Use each system of units separately. Combining values from the two systems may result in nonconformance with the standard. 4200.3. Material Producer List. The Materials and Pavements Section of the Construction Division (CST/M&P) maintains the Material Producer List(MPL) of all materials conforming to the requirements of this specification. Materials appearing on the MPL, entitled "J ggL( �`fles. l?avement Markers and Traffic Buttons,"require no further testing, unless deemed necessary by the Project Engineer or CST/M&P. 4200.4. Bidders' and Suppliers' Requirements. Before any material is allowed for use on Department projects, it must be of manufacture and product code or designation shown on the MPL. 4200.5. Pre-Qualification Procedure. The pre-qualification procedure consists of several steps, listed below, which are described in more detail in the following subsections: • Pre-qualification request, • Laboratory testing, • Field testing, • Provisional qualification, • Project evaluations, • Full qualification, • Periodic evaluation, • Disqualification, and • Re-Qualification. CST/M&P will provide notification at the completion of each step and will require confirmation from the supplier's contact person before proceeding to the next step. Costs of sampling and testing are normally borne by the Department; however, the costs to sample, test, and conduct field evaluations for materials failing to conform to the requirements of this specification are borne by the supplier. This cost will be assessed at the rate established by the Director of CST/M&P and in effect at the time of testing and will be billed directly to the Contractor or supplier. TEXASDEPARTMENT OF TRANSPORTATION 1 -7 EFFECTIVE DATE:JANUARY2010 DEPARTMENTAL MA TERIALSSPECIFICA TION PAVEMENT MARKERS(REFLECTORIZED) A. Pre-Qualification Request. Prospective suppliers interested in submitting their product for evaluation must submit a written request to the Texas Department of Transportation, Construction Division, Materials &Pavements Section(CP51), 125 East 1 lth Street, Austin, TX 78701-2483. Include the following items with the request: • Name and contact information, including email address for the person who will be the primary contact during the qualification process; • Laboratory test results, from the manufacturer's lab or an independent test laboratory, showing actual test results that meet the requirements of ASTM D 4280; • Product data sheets; • List of locations and applications dates where the product is being evaluated or is in current use; and • Test results from the National Transportation Product Evaluation Program(NTPEP), if available. B. Laboratory Testing. Provide CST/M&P with 350 RPMs of each color and type for laboratory and field testing. Submit materials for laboratory testing and field evaluations at no cost to the Department. CST/M&P will acknowledge receipt of materials and specify a tentative completion date for laboratory testing. CST/M&P will test RPMs in accordance with Article 4200.6 and will send notification of results once laboratory testing is complete. If laboratory testing conducted by TxDOT or by NTPEP shows RPMs do not meet the requirements of this specification, evaluation will cease, and RPMs will not be qualified. Suppliers may resubmit materials for qualification after providing documentation identifying the cause and corrective action taken. C. Field Testing. Upon satisfactory completion of laboratory testing, CST/M&P will specify the location of one or more roadways selected for the 12-month field test and suggested application dates. The roadways will include: • a concrete surface, • a hot-mix asphalt surface, and • a Grade 3 sealcoat. The concrete and asphalt roadways will be full-access controlled freeways with a minimum average daily traffic (ADT) count of 35,000 vehicles, a minimum of 20% average daily truck traffic volume, and a minimum posted speed limit of 65 mph. The Grade 3 road test will be conducted on a four-lane divided highway with a minimum ADT count of 4,000 vehicles per lane, a minimum of 20% average daily truck traffic volume, and a minimum posted speed limit of 50 mph. Providing NTPEP test results meeting the requirements of this specification may replace the concrete and hot-mix asphalt field tests on a deck for deck basis. If TxDOT or NTPEP field testing shows RPMs do not meet the requirements of this specification, evaluation will cease, and RPMs will not be qualified. Suppliers may TEXASDEPARTMENT OF TRANSPORTATION 2-7 EFFECTIVE DATE:JANUARY 2010 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS(REFLECTORIZED) resubmit materials for qualification after providing documentation identifying the cause and corrective action taken. 1. NTPEP Testing. Submit NTPEP test data to CST/M&P for review if available. CST/M&P will acknowledge receipt of NTPEP data and will provide results of review within one month of receipt. The 12-month NTPEP test results for the pre-qualification of RPMs must meet the following: • all the requirements specified in ASTM D 4280 for the tests performed by NTPEP; • a retention rate equal or greater than 90 % of the placed RPMs (excluding the RPMs removed for testing); • a visual evaluation of 3 or greater, as defined by the most recent NTPEP Project Work Plan for Field Evaluations of Raised Pavement Markers and Marker Adhesives, for the marker case and marker lens for a minimum of 90 % of the placed RPMs (excluding the RPMs removed for testing); and • the minimum retroreflectivity values required after 12 months on the roadway listed in Table 1. 2. Application. Provide the name of the contractor, the traffic control plan, and the manufacturer and product code for the adhesive at least two weeks prior to the application for CST/M&P review and approval. CST/M&P will confirm the date and location of the field evaluation installation and resolve any problems as necessary. CST/M&P will provide between fifty and one hundred RPMs of each submitted type for application from the samples submitted for laboratory testing. Testing of submitted markers occurs concurrently with a set of control RPMs, for compliance with the requirements of this specification. Control markers are those RPMs currently listed on the MPL; if the MPL is reorganized and no marker exists to act as a control, an RPM that has undergone the most recent NTPEP testing on both asphalt and concrete will be used. Supplier is responsible for application of the RPMs in the presence of CST/M&P. Application must meet all Department specifications for RPM application and traffic control as well as the manufacturer's recommendations. Notify CST/M&P of any problems or concerns with the installation within one week of application and request a re-installation, if necessary. 3. Evaluation. CST/M&P will notify supplier of a suggested date for field testing evaluation at least one month prior to completion of the 12-month field trial. Provide the name of the contractor and traffic control plan for the evaluation at least 2 weeks prior to the scheduled evaluation date. Materials must meet the following requirements: a. Retention Rate. The retention rate of the test RPMs must be no less than 5%below that of the control RPMs. TEXAS DEPARTMENT OF TRANSPORTATION 3-7 EFFECTIVE DATE:JANUARY 2010 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS(REFLECTORIZED) b. Body Damage. The test RPMs must not exhibit discoloration or body damage exceeding that of the control RPMs. They must not exhibit a repetitive form of damage or mode of failure (indicative of a design flaw) in a large percentage of the test RPMs. Body damage will be visually assessed according to NTPEP criteria. c. Functionality. Four RPMs placed at 80 foot spacing or eight RPMs placed at 40 foot spacing must be functional when viewed at night from a vehicle using the low beam headlight setting. They must be functional when viewed at a minimum distance of approximately 400 ft. in the daytime. A functional marker is both visible and conspicuous. d. Retroreflectivity. CST/M&P will remove twenty test RPMs from the pavement to undergo laboratory testing for retroreflectivity in accordance with Tex-842-B. Fifteen of the twenty RPMs pulled must pass the minimum reflective values shown in Table 1 (measured at 0.2° observation angle and 0° horizontal entrance angle). Table 1 Minimum Retroreflectivity(cd/fc)After 12 Months on the Roadway Face 12 Mo. Crystal 1.0 Amber 0.7 Red 0.2 D. Provisional Qualification. CST/MMP will grant provisional qualification after successful completion of the laboratory and field evaluations including NTPEP testing, when applicable. CST/MMP will send notification of provisional qualification, including the date of placement on the MPL, within one month after completion of the field evaluations. Failure to complete all project evaluation requirements successfully is grounds for cancellation of provisional qualification. E. Project Evaluation. Once the material is provisionally qualified and listed on the MPL, provide CST/M&P with project information for the first three jobs supplied with the RPMs and additional projects if requested. RPMs must meet the same performance criteria as for the field evaluation to receive full qualification. CST/M&P will return the project evaluation results after the 12-month evaluation of each project. 1. Full Qualification. CST/M&P will grant full pre-qualification and continue to list materials meeting all requirements of this specification on the MPL. Pre-qualification requires extensive field evaluations. It is critical that no significant changes are made to the RPMs' composition, manufacturing process, or design during or after pre-qualification without notifying CST/M&P. It is also critical that the RPMs provided be uniform, with minimum variations from marker to marker. Significant changes not reported by the manufacturer or variations in product, as determined by the Director of CST/M&P, may be cause for removal from the MPL. TEXAS DEPARTMENT OF TRANSPORTATION 4-7 EFFECTIVE DATE:JANUARY 2010 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS(REFLECTORIZED) 2. Failure. CST/M&P will revoke provisional qualification for RPMs that do not meet the performance criteria and will remove the RPMs from the MPL. Producers not qualified under this Specification may not furnish materials for Department projects and must show evidence of correction of all deficiencies before reconsideration for qualification. F. Periodic Evaluation. Periodic evaluation consists of random department-initiated laboratory testing, audits, and periodic required submittals or field testing. 1. Department-Initiated Laboratory Testing and Audits. The Department may conduct random sampling (per Tex-729-I) and testing on pre-qualified RPMs to identify changes in the material or nonconformity in production and to perform random audits of test reports. 2. Required Submittals or Field Testing. Every 5 years,provide NTPEP data showing continued compliance with the requirements of this specification. G. Disqualification. Causes for disqualification and removal from the MPL include, but are not limited to, the following: • material fails to meet the requirements stated in this specification; • the producer fails to report changes in the composition, manufacturing process, or design to CST/M&P; • the producer has unpaid charges for failing samples; or • qualified RPMs demonstrate repeated and large-scale performance problems in the field. H. Re-Qualification. Suppliers disqualified and removed from the MPL may submit materials for requalification after submitting documentation identifying the cause of the problem and corrective action taken. 4200.6. Material Requirements. All RPMs must meet all requirements, except for requirements specified for a specific type. A. Reflectorized Types. • Type I-A must contain one face that reflects amber light. The body, other than the reflective face, must be yellow. • Type I-C must contain one face that reflects white light. The body, other than the reflective face, must be white or silver-white. • Type I-R must contain one face that reflects red light. The body, other than the reflective face, must be white or silver-white. • Type II-A-A must contain two reflective faces oriented 180° to each other, each of which must reflect amber light. The body, other than the reflective faces, must be yellow. TEXAS DEPARTMENT OF TRANSPORTATION 5-7 EFFECTIVE DATE:JANUARY 2010 DEPARTMENTAL MA TERIALSSPECIFICA TION PAVEMENT MARKERS(REFLECTORIZED) • Type II-C-R must contain two reflective faces oriented 180° to each other, one of which must reflect white light and one of which must reflect red light. The body, other than the reflective faces, must be white or silver-white. B. Appearance Requirements. The outer surface of the RPMs must be smooth except for the molding or stamping of the manufacturer's unique imprint. All corners and edges exposed to traffic must be rounded. C. Optical Requirements. The RPMs must be capable of providing amber, red, or white light reflection as required by the requisition or plans. The reflected light of each reflective face must conform to the minimum reflective specific intensity(SI) requirements listed in Table 2, measured in candelas per foot-candle (cd/fc). Table 2 Minimum SI per Reflective Face at 0.21 Observation Angle(cd/fc) Horizontal Entrance Angle Crystal Amber Red 00 3.00 2.00 0.75 200 1.50 1.00 0.30 D. Physical Requirements. When tested in accordance with Tex-434-A, the minimum strength of five markers must be 2,000 lb. with none exhibiting a deformation of more than 0.125 in. before achieving the minimum strength. A random sample of five markers will be tested in accordance with Tex-434-A. The average compression results must have a quality index value equal to or greater than 1.23. The quality index value will be calculated from the lower specification limit of 2,000 lb. load. The following equation is used to determine the quality index value: QL = (X — LSL) l s Where: QL= quality index value X= average result from test LSL = lower specification limit s= standard deviation from test. E. Heat Resistance. The RPMs must show no change in physical or optical properties when subjected to the requirements of Tex-846-B. The temperature will be 140°F with the marker in a vertical position. The SI of the pavement marker must not be less than 80% of its initial value after being subjected to the heat test. TEXAS DEPARTMENT OF TRANSPORTATION 6-7 EFFECTIVE DATE:JANUARY 2010 DEPARTMENTAL MA TERIALSSPECIFICA TION PAVEMENT MARKERS(REFLECTORIZED) F. Impact Test. The RPMs will be impact tested during the pre-qualification process. They will be impacted with a 20-1b. weight in the form of a 2-in. solid right-circular cylinder with a flat impact face having rounded edges falling freely through a vertical guide. The RPMs will be impacted while resting on a solid, flat, steel plate that is at least 1/2 in. thick. The RPMs will be tested at increasing heights until failure occurs. Failure will occur when the lens or body cracks. The height at which failure occurs -6 in. will be the acceptance threshold for RPMs supplied after pre-qualification. 4200.7. Archived Versions. Archived versions are available. TEXAS DEPARTMENT OF TRANSPORTATION 7-7 EFFECTIVE DATE:JANUARY 2010 DEPARTMENTAL MATERIALS SPECIFICATION BITUMINOUSADHESIVE FOR PAVEMENT MARKERS DMS - 6130 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS EFFECTIVE DATE: JANUARY 2008 6130.1. Description. This Specification establishes the requirements for bituminous type hot- melt adhesive used for the placement of pavement markers. Two types are addressed: standard bituminous marker adhesive consisting of an asphalt base with homogeneously mixed mineral filler; and flexible bituminous marker adhesive consisting of a highly polymer modified asphalt. Either adhesive must be suitable for bonding ceramic and plastic markers to hydraulic cement concrete, asphaltic concrete, and chip-sealed road surfaces and be applicable when road surface and marker temperatures are in the approximate range of 4-71°C (40-160°F). The composition of the adhesive must be such that its properties will not deteriorate when heated to and applied at temperatures up to 218°C (425°F) using either air or oil jacketed melters. 6130.2. Units of Measurements. The values given in parentheses (if provided) are not standard and may not be exact mathematical conversions. Use each system of units separately. Combining values from the two systems may result in nonconformance with the standard. 6130.3. Material Requirements. A. Adhesive Properties. The adhesive must be smooth and homogeneous, containing no visible particles, and must comply with the requirements in Table 1. Table 1 Adhesive Properties Material Standard Adhesive Flexible Adhesive Property Test Method min max min max Softening Point, °F ASTM D 36 200 200 Penetration, 100 g, 5 s,25°C(77F), 0.1 imn ASTM D 5 10 20 15 254 Flow, 5 hr.,70°C(158°F),imn 5 54 Heat Stability Flow,5 hr.,70°C(158°F),imn 5 5 Viscosity, 10 rpm,204°C(400°F),Pa-s 7.5 7.5 Flash Point, C.O.C., °F ASTM D 92 550 550 Ductility, 5 cm/min, 77°F, cin AASHTO T 51 - 15 - Flexibility, 1 in.mandrel,90°bend, 10 s ASTM D 3111 pass 1. Exception to ASTM D 5329;heat the sample as described in ASTM D 5, Section 7.1. 2. Exception to ASTM D 5329; condition the sample as described in"Test Methods." 3.As modified in"Test Methods" 4. Maximum penetration of 30 is allowed provided the result of the flow test is less than 1 imn. TEXAS DEPARTMENT OF TRANSPORTATION 1 —3 LAST REVIEWED:SEPTEMBER 2014 DEPARTMENTAL MATERIALS SPECIFICATION BITUMINOUSADHESIVE FOR PAVEMENT M1 PKERS B. Asphalt Properties. This applies to standard bituminous adhesive only. The filler-free asphalt, obtained from the Extraction and Abson recovery process, as explained in Section 6130.4, must have the properties in Table 2. Table 2 Filler-Free Asphalt Properties Property Minimum Maximum Test Method Penetration, 100 g,5 s,25°C(77°F), 25 ASTM D 5 0.1 imn(in.) Viscosity, 135°C(275°F)Pa-s 1.2(12) ASTM D 2171 (Poises) Viscosity Ratio, 135°C(275°F) 2.2 ASTM D 1754 and ASTM D 2171 C. Filler Properties. This applies to standard bituminous adhesive only. The filler material, obtained using the filler separation technique described in Section 6130.4, must have the properties in Table 3. Table 3 Filler Properties Property Minimum Maximum Test Method Filler Content,wt. % 50 75 As in Section 6130.4. Filler Fineness, %passing: ASTM C 430,as modified in 45 µm o. 325) 75 -- Section 6130.4. 75 µm(No. 200) 95 -- 100 -- 150µm(No. 100) 6130.4. Test Methods. A. Heat Stability Flow. To determine the heat stability flow,place 1000 g of adhesive in a loosely-covered quart can, heat to 218°C (425°F) and maintain at this temperature 4 hours before performing the flow test. B. Extraction and Abson Recovery. Use this procedure to separate and recover the base asphalt from the adhesive. Heat the adhesive just to the point where it will easily flow. Transfer between 125 and 150 g into a 1000-mL (1-qt.) Erlenmeyer flask containing 400 mL (13.5 fl. oz.) of trichloroethylene with a temperature of 52-66°C (125-150°F). Stir this mixture thoroughly to dissolve the asphalt. Decant the solvent-asphalt mixture. Recover the base asphalt from solvent according to Tex-211-F, but begin with the centrifuge step; the primary distillation is not necessary. Repeat the above extraction- recovery method as necessary to obtain the desired quantity of asphalt. C. Filler Separation Technique. Use this procedure to separate the filler material from the asphalt and determine the filler content of the adhesive. Weigh 10.00 ± 0.01 g of solid adhesive, broken into small pieces, into a centrifuge flask with approximately 100 mL (3.5 fl. oz.) volume such as that specified in ASTM D 1796. Add 50 mL (1.7 fl. oz.) of trichloroethylene to the adhesive. Swirl or stir the mixture with a fine rod, taking care not TEXAS DEPARTMENT OF TRANSPORTATION 2-3 LAST REVIEWED:SEPTEMBER 2014 DEPARTMENTAL MATERIALS SPECIFICATION BITUMINOUSADHESIVE FOR PAVEMENT M4PKERS to lose any solids. Place the sample flask in a balanced centrifuge and spin using a minimum relative centrifugal force of 150 (as determined in ASTM D 1796, Section 6.) Remove the sample flask and decant the solvent, taking care not to lose any solids. Repeatedly add more solvent, centrifuge, and decant until the solvent becomes clear and the filler appears free of asphalt. Dry the recovered filler at 71 ± 3°C (160 ± 5°F) to remove solvent. Weigh the dried filler. Filter the decanted solvent through a filter paper with a 20-25 µm retention factor to verify there is no loss of filler. Calculate the filler content as a percentage of the original sample weight. D. Filler Fineness. Use this procedure to determine the filler fineness. Use the same apparatus as described in ASTM C 430, except also use 75µm(No. 200) and 150 µm (No. 100) sieves. Prepare a water solution containing 1 wt. percent of a nonionic, water- soluble surfactant, such as Triton X-100, beforehand. Thoroughly wet the 1 g dry sample in the surfactant solution and allow it to soak for 30 min. Transfer the filler completely into the 45 µm (No. 325) sieve cup. Wash the sample with the water spray, as described in ASTM C 430, Section 5, for 2 min., adding surfactant solution as needed to disperse any clumped particles. Dry and weigh the sample and perform calculations as directed in ASTM C 430. Repeat the procedure using the other two sieve sizes. 6130.5. Acceptance. Bituminous adhesives are pre-qualified in accordance with Tex-538-C. Consult"Bitaiminous Marker Adhesive" for a list of materials currently pre-qualified under this procedure. 6130.6. Packaging and Labeling. Package the adhesive in self-releasing cardboard containers with essentially flat and parallel top and bottom surfaces such that the packages will stack properly. Each package must have a net weight of either 23 or 27 kg (50 or 60 lb.) and must weigh within 1 kg (2 lb.) of the stated quantity. Self-releasing cardboard dividers, which will separate each package into sections weighing no more than 7 kg (15 lb.) each, must be part of the packaging. Each package must display: • the manufacturer's name, • net weight, • lot or batch number, and • a product name that clearly identifies the material as either standard or flexible bituminous marker adhesive. 6130.7. Archived Versions. Archived versions are available. TEXAS DEPARTMENT OF TRANSPORTATION 3-3 LAST REVIEWED:SEPTEMBER 2014 SECTION 026202 HYDROSTATIC TESTING OF PRESSURE SYSTEMS 1. DESCRIPTION This specification shall govern all work necessary for hydrostatic testing the completed pressure system. The Contractor shall provide all tools, equipment, materials, labor, etc., as necessary, except as noted, and accomplish all testing under this specification. 2. MATERIALS Water for filling the line and making tests will be furnished by the Contractor through a standard meter connection. A meter and gauges for testing shall be supplied by the Contractor. A test pump with appropriate connector points as approved by the Water Superintendent for the installation of meter and gauge shall be furnished by the Contractor. The meter shall be directly connected to the main or pipe being tested by the use of copper tubing or an approved reinforced hose. The meter shall be protected against extreme pressures by the use of a one-inch (1") safety relief valve set at the test pressure plus ten pounds per square inch(psi) and furnished by the Contractor. 3. TEST PROCEDURE Tests shall be made only after completion of backfill as specified, and not until at least thirty-six (36) hours after the last concrete thrust block has been cast. Contractor shall coordinate hydrostatic testing with the proposed construction sequencing and phasing. Each section of pipeline shall be slowly filled with water and the specified test pressure, measured at the point of lowest elevation, shall be applied. During the filling of the pipe and before applying the specified test pressure, all air shall be expelled from the pipeline. During the test, all exposed pipe, fittings, valves, hydrants and joints shall be carefully examined. If found to be leaking, they shall be corrected immediately by the Contractor. If the leaking is due to cracked or defective material, the defective material shall be removed and replaced by the Contractor with sound material. All pipes shall be subjected to two hydrostatic tests. The first hydrostatic test shall be a two-hour test at a pressure of 150 psi. The second test shall be no less than 48 hours after successful completion of the first hydrostatic test. The second hydrostatic test shall be for a 24-hour period at City operating pressure for waterlines or at 50 psi for wastewater force mains and effluent lines. 026202 Page 1 of 2 Rev.10-30-2014 The maximum allowable leakage shall be as follows: Ductile Iron Pipe, AWWA C600 L= SD P ��� or L=ND P ��� 133,200 7,400 Asbestos -Cement Pipe, AWWA C603 L=ND P 4,000 PVC Pipe-Uni-bell equation 99 L=ND P 7,400 WHERE: L=Maximum Allowable Leakage(gallons/hour) S =Length of Pipe Tested(feet) N=Number of Joints in Tested Line(pipe and fittings) D =Nominal Diameter of Pipe(inches) P=Average Test Pressure(psi) If the pressure system fails to meet the leakage requirements, the Contractor shall make the required repairs to the system and the system shall be retested. This procedure shall be repeated until the system complies with leakage requirements. The cost of each retest shall be $100. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, hydrostatic testing of pressure systems will not be measured for pay,but shall be subsidiary to the installation of the pressure system component. 026202 Page 2 of 2 Rev.10-30-2014 SECTION 026206 DUCTILE IRON PIPE AND FITTINGS 1. DESCRIPTION This specification shall govern all work necessary for furnishing all ductile iron pipe and fittings required to complete the project. 2. GENERAL All ductile iron pipe shall conform to AWWA C151. The interior of pipe and fittings (excluding fittings for wastewater force mains) shall have a shop-applied cement-mortar lining(40 mils thick)in accordance with AWWA C104. The exterior of pipe and fittings shall have a coating of coal tar enamel of approximately 1 mil thick or as specified in AWWA C105. Ductile iron pipe shall be wrapped in two plys of 8-mil polyethylene in accordance with Section 026402 "Waterlines" of the City Standard Specifications. 3. FITTINGS All fittings shall be ductile iron and in accordance with AWWA C153. Fittings shall have apressure rating of 250 psi for sizes through 12" and 150 psi for 14" and larger sizes,unless shown differently on the drawings. Unless noted otherwise on the drawings, Mechanical Joints shall be used. 4. JOINTS Joints for pipe shall be mechanical type or push-on type such as "Tyton Joint", or approved equal; joints for fittings shall be mechanical joints, unless shown otherwise on the drawings. Mechanical joints shall conform to AWWA C153. Mechanical joints shall be furnished complete with joint material, Cor-ten nuts, Cor-ten bolts, glands and gaskets. When restrained joints are indicated on the drawings, restrained joints for pipe and fittings of 12" diameter and less shall be mechanical joint with retainer gland Series 1100 by EBAA Iron or approved equal,with a minimum of 250 psi rated working pressure. Restrained joints for pipe and fittings over 12"in diameter shall be push on type with a retainer ring as LOK-RING or FLEX-RING by American Ductile Iron Pipe, or TR FLEX by U.S. Pipe, or approved equal. Gaskets shall be of synthetic rubber. An analysis of the material used in each size gasket showing the type of synthetic rubber and that no natural rubber is present shall be supplied. 026206 Page 1 of 3 Rev.10-30-2014 5. PIPE Pressure class ductile iron pipe requirements: Pressure Wall Range of Maximum Diameter Class Thickness Allowable Depth Cover (inches) (psi) (inches) (feet) - (feet) A - B* 49 350 0.25 60+ 6 350 0.25 30 - 65 8 350 0.25 20 - 50 109 350 0.26 15 - 45 12 350 0.28 15 - 44 149 300 0.30 13 - 42 16 300 0.32 13 - 39 18 300 0.34 13 - 36 20 300 0.36 13 - 35 24 250 0.37 11 - 29 24+ x x x * Range of maximum allowable depth of pipe where: A = Ground water, or unstable bottom, or quick condition. B = Ideal trench conditions, and sand encasement is at an average density in excess of 90% Standard Proctor density. 9 Pipe sizes not typically specified on City projects, but shown for reference. x Requires special evaluation. The face of bells shall be plainly marked by color coding for classes so as to be readily identified in the field. 6. CERTIFICATIONS A certification shall accompany each order of pipe and fittings furnished to job site. Certification shall include the following items: indicate that pipe complies with Part 3 of this specification; indicate that fittings and joints comply with Part 4 of this specification(it should be noted that the supplier shall furnish sufficient technical material for the Engineer to determine whether or not push- on joints can comply with the"or equal" clause); and a copy of a laboratory analysis of the material used in each size gasket showing the type of synthetic rubber and that no natural rubber is present. 026206 Page 2 of 3 Rev.10-30-2014 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, ductile iron pipe shall be measured by the linear foot along the centerline for each size of pipe installed. Measurement of pipe shall be up to, but not include, the fittings. Ductile iron fittings shall be measured per each by the type and size, as indicated in the Bid Form. Payment shall include all labor, materials, tools and equipment for the completed installation and testing of the waterline,together with all incidentals necessary to install the pipe and fittings complete in place. 026206 Page 3 of 3 Rev.10-30-2014 SECTION 026214 GROUTING ABANDONED UTILITY LINES 1. DESCRIPTION This specification shall govern all work and materials required for grouting abandoned utility lines in place. 2. MATERIALS A. Flowable Grout: Flowable grout (or flowable fill) shall consist of a mixture containing Portland cement, fly ash, sand, water, and "Darafill" admixture (or approved equivalent), in the amounts shown below (or otherwise proportioned to provide 100 psi compressive strength at 28 days), to achieve a paste-like consistency immediately prior to placing the flowable grout. The flowable grout mixture shall be supplied by an approved ready-mix supplier. The manufacturer's representative shall be consulted for any final adjustments to improve the flowability of the mixture. Commercially produced flowable grout may be used with approval of the Engineer. 100 lbs/CY Portland Cement 300 lbs/ CY Fly Ash 2100 lbs/ CY Sand 250 lbs/CY Water 6 oz/CY "Darafill" admixture, as manufactured by Grace Construction Products, or approved equivalent. B. Raw Soil: Soil shall be typical clayey soil of the area. It shall be from the project site or other approved source not suspected of being contaminated. The soil shall have a Plasticity Index over 15 and a Liquid Limit not to exceed 65. C. Lime: Lime shall be hydrated lime, calcium hydroxide, in accordance with AASHTO M 216. D. Water: Water shall be potable. 3. CONSTRUCTION METHODS A. Flowable Grout: Mix Portland cement, sand, fly ash, "Darafill" and water in the amounts shown above to achieve a paste-like consistency immediately prior to placing flowable grout. B. Soil-Lime Mix Design: The following is given as a typical mix design for soil-lime mixture for trial mix. The mix design is based on damp soil with an initial water content of about 15%. The proportions of soil and lime shall not be altered. The Contractor shall determine the amount of water to be added as required to produce a mix at its liquid limit. 026214 Page 1 of 2 Rev.10-30-2014 Trial Mix Design: Damp Soil 1000 lb. Lime 50 lb. Water(approximate) 48 gal. Consistency shall be checked with liquid limit apparatus. C. Placement: The Contractor shall grout abandoned lines as indicated on the drawings. Temporary pumping and venting ports shall be placed as required to provide complete filling of the abandoned line and proper placement of the grout. If segregation or "sand packing" is experienced during pumping, the Contractor shall reduce the water content of the mix or obtain other soil source (for soil-lime mixture), as required. Any damage resulting from pumping operation shall be repaired at the Contractor's expense. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, grouting abandoned utility lines shall be measured by the linear foot of abandoned-in-place pipe. Payment shall be full compensation for all labor, equipment, materials and incidentals required to mix, transport, and place the grout and restore surface at pump ports. 026214 Page 2 of 2 Rev.10-30-2014 SECTION 026409 TAPPING SLEEVES AND TAPPING VALVES 1. DESCRIPTION This specification shall govern all work and materials required for furnishing and installing tapping sleeves, sleeves and valves required to complete the project. 2. MATERIALS Tapping sleeves shall have a Class 125 ANSI B16.1 outlet flange of cast iron, ductile iron or stainless steel. Sleeves shall be of ductile iron or 304 or 316 stainless steel. Lugs, bolts, washers and nuts shall be of 304 or 316 stainless steel. Iron sleeves shall be of the mechanical joint or caulked joint type as manufactured by Mueller, Clow, or approved equal. Stainless steel sleeves shall be of the compression gasket type capable of providing full support of the tapped pipe, as manufactured by Ford, Smith Blair, Romac, or approved equal. Gasket materials shall be of material suitable for potable water systems. Tapping sleeves shall be sized for the type and size of pipe to be tapped. The class of asbestos cement pipe that will most likely be encountered in the water will be Class 200 for pipes 6 inches in diameter and smaller, and Class 150 for larger pipes. It should be understood that existing pipes to be tapped may not be of the type of material and/or size that is shown on the drawings. The proper size and type of tapping sleeve shall be provided and installed regardless of what is encountered. Tapping valves shall conform to AWWA Standards and City Standard Specification Section 026411, "Gate Valves for Waterlines". Valve boxes shall be as described in City Standard Specification Section 026411, "Gate Valves for Waterlines". 3. CONSTRUCTION METHODS Construction methods shall adhere to those set out in City Standard Specification Section 026402 "Waterlines", and City Standard Specification Section 022020 "Excavation and Backfill for Utilities". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, tapping sleeves and tapping valves shall be measured on a per each basis for each size installed. Payment for tapping sleeves and tapping valves shall include, but not be limited to, furnishing and installing the valves complete in-place including joint materials, cast iron valve box,box extension, cover, concrete collar, and all other related items such as bolting,wrapping, cement-stabilized sand encasing, backfilling and compacting; and shall be full compensation for all labor, material, tools, equipment and incidentals required to properly install the valves as indicated and specified. 026409 Page 1 of 1 Rev.3-25-2015 SECTION 026409 TAPPING SLEEVES AND TAPPING VALVES 1. DESCRIPTION This specification shall govern all work and materials required for furnishing and installing tapping sleeves, sleeves and valves required to complete the project. 2. MATERIALS Tapping sleeves shall have a Class 125 ANSI B16.1 outlet flange of cast iron, ductile iron or stainless steel. Sleeves shall be of ductile iron or 304 or 316 stainless steel. Lugs, bolts, washers and nuts shall be of 304 or 316 stainless steel. Iron sleeves shall be of the mechanical joint or caulked joint type as manufactured by Mueller, Clow, or approved equal. Stainless steel sleeves shall be of the compression gasket type capable of providing full support of the tapped pipe, as manufactured by Ford, Smith Blair, Romac, or approved equal. Gasket materials shall be of material suitable for potable water systems. Tapping sleeves shall be sized for the type and size of pipe to be tapped. The class of asbestos cement pipe that will most likely be encountered in the water will be Class 200 for pipes 6 inches in diameter and smaller, and Class 150 for larger pipes. It should be understood that existing pipes to be tapped may not be of the type of material and/or size that is shown on the drawings. The proper size and type of tapping sleeve shall be provided and installed regardless of what is encountered. Tapping valves shall conform to AWWA Standards and City Standard Specification Section 026411, "Gate Valves for Waterlines". Valve boxes shall be as described in City Standard Specification Section 026411, "Gate Valves for Waterlines". 3. CONSTRUCTION METHODS Construction methods shall adhere to those set out in City Standard Specification Section 026402 "Waterlines", and City Standard Specification Section 022020 "Excavation and Backfill for Utilities". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, tapping sleeves and tapping valves shall be measured on a per each basis for each size installed. Payment for tapping sleeves and tapping valves shall include, but not be limited to, furnishing and installing the valves complete in-place including joint materials, cast iron valve box,box extension, cover, concrete collar, and all other related items such as bolting, wrapping, cement-stabilized sand encasing,backfilling and compacting; and shall be full compensation for all labor, material, tools, equipment and incidentals required to properly install the valves as indicated and specified. 026409 Page 1 of 1 Rev.3-25-2015 SECTION 026411 GATE VALVES FOR WATERLINES 1. DESCRIPTION This specification shall govern all work necessary to provide and install all gate valves and valve boxes required to complete the project. 2. MATERIALS Gate Valves All valves shall meet the following requirements. Gate valves shall conform to AWWA Standard C515. 1) The gate valves shall be ductile iron resilient wedge(C515)with non-rising stems. 2) Valve ends shall be flanged or mechanical joint type or a combination of these as indicated or specified. A complete set of joint materials shall be furnished with each valve, except for bell ends and flanges. 3) Valves 16 inches and larger shall be furnished for horizontal installation—lay over. 4) Stem seals shall be the O-ring type on valves through 12-inch size. Valves 16 inches and larger may be equipped with stuffing boxes. 5) Valves shall open left(counter clockwise). Valves over 18 inches shall have the main valve stem furnished with a combination hand wheel and operating nut. 6) Tapping valves to be used with tapping saddles shall have one end mechanical joint. 7) No position indicator will be required. 8) Within 30 days after award of contract, the Contractor shall submit in triplicate, for approval, the following: a) Certified drawings of each size and type of valve 16 inches and larger showing principal dimensions, construction details, and materials used. b) On all size valves, the composition of bronze to be offered for various parts of the valve, complete with minimum tensile strength in psi, the minimum yield strength in psi, and the minimum elongation in 2"per cent. 026411 Page 1 of 2 Rev.3-25-2015 3. CONSTRUCTION METHODS Gate Valves Gate valves shall be installed as indicated on the drawings. Cast Iron Valve Boxes Valve boxes shall be installed as indicated on the drawings. When valves are in the street right-of- way, the top of box shall be set flush with the pavement or surrounding ground. In cultivated areas, the top of box shall be set twelve inches (12") below natural ground and long enough to be raised to natural ground at a future date. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, gate valves for waterlines will be measured as a unit for each gate valve and valve box installed. Payment shall include,but not be limited to, furnishing and installing the valves complete in-place including joint materials, cast iron valve box, box extension, cover, concrete collar, and all other related items such as bolting, wrapping, cement- stabilized sand encasing, backfilling and compacting; and shall be full compensation for all labor, material, tools, equipment and incidentals required to properly install the valves as indicated and specified. 026411 Page 2 of 2 Rev.3-25-2015 SECTION 026416 FIRE HYDRANTS 1. DESCRIPTION This specification shall govern all work necessary to provide all fire hydrants required to complete this project. 2. MATERIALS Concrete: Concrete shall be Class "A" in accordance with Section 030020 "Portland Cement Concrete" of the City Standard Specifications, with a minimum compressive strength of 3000 psi at 28 days. Fire Hydrants: The fire hydrants shall conform to AWWA C502 (or latest edition) standard specifications for fire hydrants for ordinary water works service, except for changes, additions and supplementary details specifically outlined herein: a) Hydrants -Hydrants shall be of the traffic model type equipped with a safety flange or collar on both the hydrant barrel and stem. b) Type of Shutoff-The shutoff shall be of the compression type only. C) Inlet Connection - The inlet shall be ASA A-21.11 1964 mechanical joint for six-inch(6"), Class 150 ductile iron pipe. A complete set of joint material shall be furnished with each hydrant. d) Delivery Classifications -Each hydrant shall have two hose nozzles and one pumper nozzle. e) Bury Length-The hydrants shall be furnished in the bury length as indicated on drawings. 0 Diameter (Nominal Inside) of Hose and Pumper Nozzles - The hose nozzles shall be two and one-half inches (2-'/2") inside diameter and the pumper nozzle shall be four inches (4") inside diameter. g) Hose and Pumper Nozzle Threads - The hose nozzles shall have two and one-half-inch (2—'/2")National Standard thread (7-'/2 threads per inch). The pumper nozzle shall have size (6) threads per inch with an outside diameter of 4.658 inches, pitch diameter of 4.543 inches, and a root diameter of 4.406 inches. h) Harnessing Lugs-None required. i) Nozzle Cap Gaskets -Required. j) Drain Openings -Required. 026416 Page 1 of 3 Rev.3-25-15 k) Tapping of Drain Opening-Tapping of the drain opening for pipe threads is not required. 1) Nozzle Chain-Not required. m) Direction to Open-The hydrants shall open left(counter clockwise). n) Color of Finish Above Ground Line - That portion of the hydrant above the ground line shall be painted chrome yellow. o) Shape and Size of Operating and Cap Nuts - The operating and cap nuts shall be tapered pentagon one and one-fourth inches (1-1/4") point to face at base and one and one-eighth inches (1-1/8")point to face at top of nut. p) Nozzle Cap Chains -Hydrants shall be furnished without nozzle cap chains. q) Size of Fire Hydrant - The main valve opening shall not be less than five and one-quarter inches(5-1/4") inside diameter. r) Valve Facing - The main valve facing of the hydrant shall be rubber with 90± Durometer hardness. When the main valve lower washer and stem nut are not an integral casting then the bottom stem threads shall be protected with a bronze cap nut and a bronze lock nut. S) Barrel Sections - The hydrant shall be made in two or more barrel sections with flanges connecting the barrel to the elbow and to the packing plate. t) Breakable Coupling - Hydrants shall be equipped with a breakable coupling on both the barrel section and the stem. The couplings shall be so designed that in case of traffic collision the barrel and stem collar will break before any other part of the hydrant breaks. u) Hydrant Adjustment - The hydrant shall be designed as to permit its extension without excavating after the hydrant is completely installed. v) Breakable Collars, Barrel and Stem - Weakened steel or weakened cast iron bolts that are used in the breakable barrel couplings will not be acceptable. w) Operating Stem- Stems that have operating thread located in the waterway shall be made of manganese bronze, Everdure, or other high quality non-corrodible metal. Stems that do not have operating threads located in the waterway must be sealed by a packing gland or "O"-ring seal located between the stem threads and waterway. Iron or steel stems shall be constructed with a bronze sleeve extending through the packing or "O"-ring seal area. The sleeve shall be of sufficient length to be in the packing gland "O"-ring seal in the both open and closed positions of the main valve. The sleeve shall be secured to the steel stem so as to prevent water leakage between the two when subjected to 300 pounds hydrostatic test pressure. 026416 Page 2of3 Rev.3-25-15 x) Drain Valve Mechanism - Drain valves operating through springs or gravity are not acceptable. y) Operating Stem Nut - The operating stem nut shall be designed to prevent seepage or rain, sleet, and the accumulation of dust between the operating nut and the hydrant top. Z) Packing Gland or "O"-Ring g Seal - Fire hydrants having the threaded part of the stem at the hydrant top shall be equipped with a packing gland or an "O"-ring seal immediately below the threaded section of the stem. 3. CONSTRUCTION METHODS Fire hydrants shall be installed as shown on drawings. Minimum burial length shall be 3 feet. Breakable couplings shall be located at least 2 inches and less than 6 inches above finish grade. Hydrants and fittings shall be stored on timber and kept clean. The interior surfaces of hydrants and fittings shall be washed and sterilized with approved sterilizing agent, if requested by the Engineer at the time of installation. 4. CERTIFICATION The manufacturer shall furnish to the Engineer two (2) certified sets of prints showing complete details and dimensions of the hydrant. The manufacturer shall furnish to the Engineer one (1) certified copy of the physical tests of all metals used in the manufacture of the fire hydrant that is normally manufactured and that will meet these specifications. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, fire hydrants will be measured as a unit per each. Payment shall include, but not be limited to, furnishing and installing the complete fire hydrant assembly with valve, 6-inch line and fitting on the main; and shall be full compensation for all labor, materials, tools, equipment and incidentals required to properly complete the work. 026416 Page 3 of 3 Rev.3-25-15 SECTION 027200 CONTROL OF WASTEWATER FLOWS (TEMPORARY BYPASS PUMPING SYSTEMS) 1. GENERAL 1.1 DESCRIPTION A. This specification shall govern all work necessary for designing, installing, implementing, operating, and maintaining a temporary bypass pumping and flow control system, as provided by the Contractor for the purpose of diverting wastewater flow around the work area for the duration necessary to complete the work (i.e., control of wastewater flows). The Contractor shall furnish all materials, labor, equipment, power, maintenance, and incidentals required to maintain continuous and reliable wastewater service in all lines for the duration of the project. 1.2 SUBMITTALS A. Bypass Pumping Plan Form: It shall be the Contractor's responsibility to legibly and thoroughly complete, in its entirety, the attached Bypass Pumping Plan Form and submit it to the Engineer and/or the appropriate City staff for review and approval, prior to the installation of any pumping system proposed for use. Unless the bypass pumping is associated with an emergency work order, the standard approval protocol is as follows: The Contractor prepares and submits the plan to the Engineer a minimum of 7 days prior to mobilizing to site. The Engineer reviews the bypass plan and coordinates approval with Engineering Services and the Operating Department. Engineer and City will put forth a reasonable level of effort to expedite the review and approval process. No deviation from the procedure shall be allowed. B. Bypass Pumping Plan Schematic: In addition to the above referenced form, the Contractor shall also furnish a sufficiently detailed schematic drawing identifying the approximate location of all bypass pumping system components. The schematic drawing shall clearly label parallel/crossing streets, identify landmark structures, and depict the locations of all pumps and piping. At a minimum, the bypass pumping plan schematic drawing and associated attachments should include the following items: 1) Pump curves showing designed operation point for this specific project 2) Approximate location of bypass system pumping components 3) Location of manhole or access point for suction and discharge 4) Configuration,routing, location and depth of the suction and discharge piping 5) General arrangement/type of additional support equipment. 6) Temporary pipe supports, anchoring and thrust restraint blocks, if required 7) Traffic Control Plan and Traffic Department permit if the bypass is within the right- of-way. 8) Description of the method for removing pressure and all wastewater from existing force mains being taken out of service, if necessary. 9) All other City-department and Regulatory requirements. 027200 Page 1 of 7 Rev.10-30-2014 10) Sewer plugging locations,method, and types of plugs 11) Method of protecting discharge manholes or structures from erosion and damage. 1.3 RESPONSIBILITY/AUTHORITY A. It is essential to the operation of the existing wastewater system that there is no interruption in the flow of wastewater throughout the duration of the project. The Contractor shall be completely responsible for designing, scheduling, providing, installing, operating, fueling and maintaining the temporary bypass pumping system in a manner that does not cause or contribute to overflows, releases, or spills of wastewater from the wastewater or bypass system. The Contractor shall neither anticipate nor expect any assistance from the City of Corpus Christi departments for any of the bypass operation. B. Contractor shall provide a responsible employee to man the bypass system 24 hours per day, 7 days per week during operation. The monitoring employee shall be properly trained, experienced, and mechanically qualified such that they can quickly and effectively address any potential emergency and non-emergency situations associated with the bypass system which must remain in operation. The wastewater and bypass systems should be inspected at least once every 2 hours. The Contractor shall be responsible for ensuring that the wastewater collection system is not compromised during bypass installation or operation, and contractor shall ensure that the system operates properly during this period. C. The Contractor shall consider and be responsible for the impacts on the collection system area, both upstream and downstream of the bypass and shall maintain the system in a manner that will protect public and private property from damage and flooding. Upstream impacts may include, but are not limited to backups and overflows. Downstream impacts may include,but are not limited to surcharges and overflows. D. Contractor shall make all effort to minimize spills of raw wastewater during the improvements and bypassing. All spills and sanitary sewer overflows shall immediately be reported to the City at 361-826-2489 and the Contractor shall be solely responsible for wash down, clean-up and disinfection of said spillages or overflows to the satisfaction of the owner at no additional cost to the City of Corpus Christi. E. The City is permitted through the Texas Commission on Environmental Quality to operate the wastewater system. The final authority comes from the City as to the operation of the wastewater system and as such it reserves the right to halt the bypassing operation at any time in order to maintain public health and safety. 027200 Page 2 of 7 Rev.10-30-2014 2. PRODUCTS 2.1 MATERIALS A. Bypass Pumps a. Pumps shall be fully automatic self-priming pumps that do not require the use of foot-valves or vacuum pumps in the priming system. The pumps may be electric or diesel powered. Pre-approved manufacturers are Godwin or Rain-for-Rent. Approved equals may be considered by the Engineer if they meet all requirements in this specification but Contractor shall provide submittal package for Engineer's review and approval prior to installation. Pumps shall be equipped with critically silenced, sound attenuated enclosures with a maximum 65 dB (10-feet from pump), a diesel day tank with a minimum 24-hour runtime without refuel, and automatic start/stop controls for each pump. b. Pumping capacity of the bypass pump shall be capable of handling the flow conditions at all times and shall provide a minimum of 1.5 times the existing capacity of whatever line or lift station is being bypassed. c. The Contractor shall have adequate standby equipment available and ready for immediate operation and use in the event of an emergency or breakdown. In critical installations, as determined by the Engineer, one standby pump for each size pump utilized shall be installed at the mainline flow bypassing locations, ready for use in the event of primary pump failure. B. Suction and Discharge Piping: Determined according to pump size, flow calculations, system operating conditions, manhole depth, and length of suction piping in accordance with the pump manufacturers specifications and recommendations. In order to prevent the accidental spillage of flows, all discharge systems shall be temporarily constructed of heavy-duty pipe with positive restrained joints. a. High Density Polyethylene(HDPE) I. Homogeneous throughout, free of visible cracks, discoloration, pitting, varying wall thickness, holes, foreign material, blisters, or other deleterious faults. Defective areas shall be cut out and butt-fusion welded as per manufacturer's recommendations. ii. Assembled and joined at site using couplings, flanges, or butt-fusion method to provide leak proof joint, as per manufacturer's recommendations and ASTM D- 2657. Ili. Fusing must be performed by personnel certified as fusion technicians by manufacturer of HDPE pipe and/or fusing equipment. Fused joints shall be watertight and have tensile strength equal to that of pipe. iv. HDPE is required to be used in or adjacent to environmentally sensitive areas. b. Polyethylene Plastic Pipe(PE) I. High density solid wall and following ASTM F714 Polyethylene (PE) Plastic Pipe(SDR-DR)based on outside diameter,ASTM D1248 and ASTM D3550 ii. Homogeneous throughout, free of visible cracks, discoloration, pitting, varying wall thickness,holes, foreign material,blisters, or other deleterious faults. c. Quick-Disconnect Steel Galvanized Pipe and Heavy-Duty Flexible Hoses 027200 Page 3of7 Rev.10-30-2014 I. Must consist of heavy-duty steel with high tensile strength, x-ray welded, abrasion resistant and suitable for intended service with a maximum pressure rating of at least 174 PSI ii. Bauer quick-disconnect fittings/joints shall be restrained and watertight. Joints shall consist of vacuum sealing O-rings to help pumps prime faster and perform at their designed flow rates with no leaks, even at high pressure ratings Ili. Joints shall provide 30-degree articulation at every coupling and shall not require perfect alignment to make each connection. iv. The galvanized couplings shall not be hindered by sand,mud, and grit. d. Valves and Fittings I. Contractor shall provide valves and fittings as necessary and in accordance with the approved pipe materials shown above. e. Plugs I. Selected and installed according to size of line to be plugged, pipe, manhole configurations, and based on specific application. ii. Prior to use, Engineer may inspect plugs for defects which may lead to failure. Ili. Contractor shall provide additional plugs in the case of failure f Miscellaneous I. When temporary piping crosses local streets/roadways and private driveways, Contractor shall provide traffic ramps or covers designed, installed, and maintained for H-20 loading requirements while in use. 3. EXECUTION 3.1 SCHEDULING& COORDINATION A. Unless the bypass pumping is associated with an emergency work order, the Contractor shall provide a minimum of 48 hour notice to the Engineer and Wastewater Department for the startup of bypass operations once the completed bypass plan has been approved by the design engineer. Unless needed otherwise for emergency work,no bypassing shall be initiated on Friday, Saturday or Sunday, or the day immediately preceding a City holiday. B. Inclement Weather: The Contractor shall not be allowed to commence bypass operation should inclement weather be forecast for the period of the scheduled improvements. C. Under special circumstances, as identified by the Engineer, where critical lines with large service areas are being bypassed, the Contractor is responsible for setting up a meeting between the Engineer/City/Operating Department to affirm and coordinate the approved bypass plan and to verify the intended site installation conforms to the approved plan. Engineer may also require the bypass system to be in service for at least 24-hours prior to taking existing gravity lines or force mains out of service to demonstrate reliability. D. Before beginning bypass operations, the Engineer/City Operating Department must be notified for field verification of pumps, piping, and equipment, etc., to ensure the site installation conforms to the approved plan. 027200 Page 4 of 7 Rev.10-30-2014 E. Before beginning bypass operations, the Contractor shall confirm appropriate emergency contact information has been provided to the City and Engineer on the Bypass Pumping Plan Form including emergency cell phone number of bypass operators/monitors responsibly manning the bypass system 24 hours per day along with the project superintendent and pump supplier. F. The Contractor can work extended hours, if approved by the Engineer, to perform the improvements during the bypass operation. Work during extended hours cannot create a nuisance for the neighbors. G. Once a lift station is taken out of service and bypass operations begun, work shall be continuous on the lift station improvements until all improvements are completed and the lift station is returned to normal service. H. The Contractor shall cease bypass pumping operations and return flows to the new and/or existing wastewater system when directed by the Owner. This may be expected if the bypass system is not in accordance with this specification or if inclement weather is in the forecast. 3.2 INSTALLATION& OPERATIONS A. Installation of Temporary Force Mains a. Force mains may be placed along shoulder of road, medians, and/or outside of pavement. Do not place in streets or sidewalks without Engineers approval. b. When temporary piping crosses local streets/roadways and/or private driveways, Contractor shall provide traffic ramps or covers designed, installed, and maintained for H-20 loading requirements while in use. c. When traffic ramps cannot be used, install temporary piping in trenches and cover with temporary pavement, as approved by the Engineer. B. Discharge piping to gravity lines or manholes shall be designed in such a manner as to prevent discharge from contacting manhole walls or benching with as minimal turbulence as possible. C. Plugging or blocking of wastewater flows shall incorporate a primary and secondary plugging device. When plugging or blocking is no longer needed for performance and acceptance of work, it is to be removed in a manner that permits the wastewater flow to slowly return to normal without surge, to prevent surcharging or causing other major disturbances downstream. D. The Contractor shall not cut existing force mains or gravity lines until it is determined that the containment area in place is sufficient for handling any wastewater within the pipe. E. Some locations may require multiple bypass systems. If bypass system is provided with air release valves, then the valve drains shall be piped to a manhole for discharge. F. Upon completion of the bypass pumping operations, remove piping, restore property to pre-construction condition and restore pavement. 027200 Page 5of7 Rev.10-30-2014 4. MEASUREMENT AND PAYMENT Unless otherwise specified in the Bid Form, Control of Wastewater Flows (Temporary Bypass Pumping Systems) shall not be measured for pay but will be considered subsidiary to the applicable pay item, to include all material, labor, equipment and supervision necessary to complete the bypass design,planning, coordination, installation, operation,maintenance and removal. 027200 Page 6of7 Rev.10-30-2014 BYPASS PUMPING PLAN FORM Date: Project Title: No.: Engineer: Contractor: Service Area: Lift Station No.(if applicable): Start Date&Time: Completion Date&Time: Sewer Line Size being Bypassed: Estimated Peak Flow: Line Plugging Method&Locations: Suction Manhole or Lift Station Number and Depth: Discharge Manhole or Lift Station Number and Depth: Maximum Surcharge Depth Allowed: Bypass Forcemain Size, Material&Length: Pump Description: (Self-Priming,Critically Silenced,and Automatic Level Controls Required) Make, Model, Suction/Discharge Size: Diesel or Electric Total Number of Pumps/Standby Pumps: Total&Firm Capacity(GPM @ TDH): Vacuum Trucks (if required,number and capacity): Contractor Personnel Manning Bypass System(24 hours/day): Name: Phone: Name: Phone: Emergency Contacts: Name: Phone: Name: Phone: Additional Notes: Required Checklist: YES NO ❑ ❑ Schematic drawing providing details of proposed bypass pumping system,routing of bypass lines(using manhole numbers and/or lift station names as applicable),equipment location,and proposed sequencing. ❑ ❑ Has traffic control plan been appropriately modified to facilitate the bypass pumping equipment? ❑ ❑ Pumps: Self-priming&Critically Silenced. Provide pump curve with Bypass plan. (Requirement). ❑ ❑ Contractor shall coordinate with Supplier for appropriate instruction and training on pump operation. ❑ ❑ Have emergency and/or backup provisions been made for quick pump change out in the case of system failure? ❑ ❑ Contractor has confirmed no rain(less than V2-in)in the forecast? Prepared by: Reviewed by: Contractor Representative Date Wastewater Representative Date 027200 Page 7of7 Rev.10-30-2014 SECTION 027202 MANHOLES 1. DESCRIPTION This specification shall govern the furnishing of all materials and construction of manholes composed of a concrete base and concrete walls as shown on the drawings, to the lines, grades and dimensions shown on drawings or established by the Engineer. 2. MATERIALS Concrete for cast-in-place storm water manholes and storm water junction boxes shall be Class C (3,600 psi at 28 days). Manholes for wastewater shall be made from fiberglass only,in accordance with City Standard Specification Section 027205 "Fiberglass Manholes". Mortar for plastering shall be one (1) part Portland cement to three (3) parts clean hard and sharp mortar sand, free of all foreign substances or injurious alkalis. Reinforcing steel, where used, shall conform to the requirements of Section 032020 "Reinforcing Steel". All wastewater manhole rings and covers for streets shall be East Jordan Iron Works, Inc. product V1430 CV or V1420/1480 Z1, or pre-approved equal,and shall have the seating surface of ring and cover machined to secure a snug fit per the City Standard Wastewater Details. All storm water manholes shall be East Jordan Iron Works,Inc.product V 1168 assembly,and for school zones shall be a bolted assembly per the City Standard Storm Water Details. Steps are not required for wastewater and storm water manholes. Joint material for precast concrete manholes shall be Ram-Nek Flexible Plastic Gaskets as manufactured by K. T. Snyder Company, Houston, Texas, or an approved equal. 3. EXCAVATION The Contractor shall do all necessary excavation for the various manholes, conforming to size and dimensions shown on plans plus a maximum of four(4)feet working room. Excavation shall not be carried to greater depth than required. Subgrade under manhole footings shall be compacted to not less than 95% Standard Proctor density. Shoring shall be the responsibility of the Contractor and shall be installed as necessary. Shoring shall not be removed or backfilled around until entire manhole is completed, unless authorized by the Engineer. Shoring shall remain in place at least twenty-four (24) hours after concrete work has been completed. 027202 Page 1 of 3 Rev.3-25-2015 4. CONCRETE MANHOLES (STORM WATER ONLY) (1) Formed-in-Place Manholes: Where formed concrete is used, forms shall be built to dimensions shown on the standard details. Inserts and openings shall be formed so concrete will not be injured during process of stripping forms. Forms shall be braced and tied to prevent spreading or bulging, and shall meet approval of the Engineer prior to placing concrete. Forms shall remain in place for minimum of twenty-four(24) hours, and shall be removed within a maximum time of seven (7) days after completion of concrete work. Reinforcing steel, if required, shall be as shown on the plans. The bottom of manholes shall be carefully formed and inverted smoothly when finished, with pipes cut to fit inside surface of walls. (2) Precast Manholes Precast manholes shall allow unobstructed view of all pipes connected to the manhole. Precast manholes shall be designed to support HS-20 traffic loading and designed by a Texas licensed professional engineer. The upper 18 inches of the corbel shall be brick to facilitate subsequent grade adjustment. Either concentric or eccentric cones may be required. Where not specified,eccentric cones shall be used. Manhole designs shall be submitted for approval by the Engineer. 5. GENERAL CONSTRUCTION METHODS All items shall be installed as the work progresses and as shown on the standard details. Work shall be completed and finished in a careful workmanlike manner,with special care being given to sealing joints around all pipe extending through walls of the manholes. After finishing walls,the bottom of the manhole shall be completed by adding sufficient concrete to shape the bottom in conformity with requirements on the plans. Where old manholes are adjusted to meet new lines and grades, all old masonry or concrete shall be thoroughly cleaned and wetted before j oining new masonry or concrete to it. HDPE adjustment rings are to be used to match roadway grade. A maximum of 18" of adjustment rings may be utilized. 6. BACKFILLING/LEAKAGE TESTING Backfilling around the manholes shall commence as soon as concrete or masonry has been allowed to cure the required time and forms and shoring have been removed. Backfill shall be placed in layers of not more than six inches (6") and compacted to a minimum of 95% Standard Proctor density before next layer is installed. Wastewater manholes shall withstand a leakage test not to exceed the values stated in City Standard Specification Section 027205 "Fiberglass Manholes", except that an additional 10 percent of loss will be permitted for each additional two feet head over a basic two-foot internal head. 027202 Page 2 of 3 Rev.3-25-2015 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, manholes shall be measured by each individual structure built, and paid for at the unit price bid per each, of the size, type and depth specified, complete in-place, and meeting the approval of the Engineer. "Complete in-place" shall mean all labor, materials, tools, equipment and incidentals necessary to furnish and install the manholes, excavation,compaction,backfilling,dewatering,concrete foundation,connections,adjustment rings, ring and cover, concrete work, leakage testing,video inspection, and adjust the manholes to finish grade. Extra depth for wastewater manholes over six feet in depth shall be measured by the vertical foot and shall be paid for at the price bid per vertical foot for "Extra Depth for Manholes". Rehabilitation of existing manholes with fiberglass inserts shall be measured by each individual structure rehabilitated, and paid for at the unit price bid per each, of the size, type and depth specified, complete in-place, and meeting the approval of the Engineer. "Complete in-place" shall mean all labor, materials, tools, equipment and incidentals necessary to furnish and install the rigid fiberglass manhole inserts,make connections,grout the annular space,backfilling,adjustment rings, ring and cover, concrete work, leakage testing, and adjust the manholes to finish grade. 027202 Page 3 of 3 Rev.3-25-2015 SECTION 027203 VACUUM TESTING OF WASTEWATER MANHOLES AND STRUCTURES 1. DESCRIPTION This specification governs all work and materials necessary to perform vacuum testing of new or existing wastewater manholes. Manholes may be tested after installation with all connections (existing and/or proposed)in place. Vacuum testing may be performed prior to or after backfilling by the installer. Final acceptance, in accordance with the requirements of this specification, will consist of vacuum testing of the completed and installed structure (manhole) in place to include manhole/adjustment rings and manhole casting. 2. MATERIALS Vacuum testing shall consist of a minimum of the following: (a) Engine. (b) Vacuum Pump. (c) Hose. (d) Test Head device capable of sealing opening in manhole casting as required. (e) Pneumatic Test Plugs - these plugs shall have a sealing length equal to or greater than the diameter of the connecting pipe to be sealed. 3. PROCEDURE (a) The test head shall be placed at the top of the manhole in accordance with the manufacturer's recommendations. (b) A vacuum of 10 inches of mercury shall be drawn on the manhole,the valve on the vacuum line of the test head closed, and the vacuum pump shut off. The time shall be measured for the vacuum to drop to 9 inches of mercury. (c) The manhole shall pass if the time for the vacuum reading to drop from 10 inches of mercury to 9 inches of mercury meets or exceeds the values indicated in Table 1. (d) If the manhole fails the initial test,necessary repairs shall be made by an approved method. The manhole shall then be retested until a satisfactory test is obtained. 027203 Page 1 of 2 Rev.10-30-2014 TABLE 1 -Minimum Test Times for Various Manhole Diameters (ASTM C1244) Depth Diameter(inches) (feet) 42 48 54 60 72 Time(seconds) 8 17 20 23 26 33 10 21 25 29 33 41 12 25 30 35 39 49 14 30 35 41 46 57 16 34 40 46 52 67 18 38 45 52 59 73 20 42 50 53 65 81 22 46 55 64 72 89 24 51 59 64 78 97 26 55 64 75 85 105 28 59 69 81 91 113 30 68 74 87 98 121 4. TESTING AND CERTIFICATION (a) Testing shall be done by the Contractor and witnessed by the Engineer or his designated representative. All manholes and structures shall be tested as finished and completed for final acceptance. (b) ANY DEFECTIVE WORK OR MATERIALS shall be corrected or replaced by the Contractor and retested. This shall be repeated until all work and materials are acceptable. 5. MEASUREMENT AND PAYMENT Unless otherwise indicated on the Bid Form, vacuum testing of wastewater manholes and structures will not be measured for pay. Such items shall be considered subsidiary to pay items applicable for Fiberglass Manholes, complete and in-place. 027203 Page 2 of 2 Rev.10-30-2014 SECTION 027205 FIBERGLASS MANHOLES 1. DESCRIPTION This specification shall govern all work required for providing, installing and adjusting fiberglass manholes required to complete the project. 2. GENERAL Fiberglass manholes shall be installed at the locations indicated on the drawings. 3. MATERIALS A. Manholes Fiberglass manholes shall be fabricated in accordance with ASTM D3753-"Standard Specification for Glass-Fiber-Reinforced Polyester Manholes and Wetwells,"latest edition, and the referenced design criteria as follows: 1. ASTM C581 Standard Practice for Determining Chemical Resistance of Thermosetting Resins Used in Glass-Fiber-Reinforced Structures Intended for Liquid Service 2. ASTM D695 Standard Test Method for Compressive Properties of Rigid Plastics 3. ASTM D790 Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials 4. ASTM C923 Standard Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes and Laterals 5. ASTM D2412 Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading 6. ASTM D2583 Standard Test Method for Indentation Hardness of Rigid Plastics by Means of a Barcol Impressor 7. ASTM D2584 Standard Test Method for Ignition Loss of Cured Reinforced Resins 8. ASTM D3034 Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings 9. ASTM F794 Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe and Fittings Based on Controlled Inside Diameter 10. ASTM C32 Standard Specification for Sewer and Manhole Brick (Made From Clay or Shale) The minimum wall thickness for all fiberglass manholes at all depths shall be 0.50 inch. The inside diameter of the manhole barrel shall be a minimum of 48 inches or as otherwise specified on the drawings,but shall not be less than 1.5 times the nominal pipe diameter of the largest pipe, whichever is larger. A concentric reducer over the barrel shall have a 027205 Page 1 of 6 Rev.3-25-2015 minimum inside diameter of 31.75 inches at the top, unless otherwise indicated on the drawings. B. Manhole Pipe Connectors Manhole pipe connectors for Sanitary Sewer Application shall be made of corrosion resistant plastic. The connector shall eliminate leaks around the pipe entering the manhole wall and shall permit pipe movement without loss of seal integrity, and shall be in conformance with ASTM D3212. Material for elastomeric seal in push-on j oints shall meet the requirements of ASTM F477. Material for rubber sleeve shall meet the requirements of ASTM C443. Manhole pipe connectors between 4 inches and 15 inches shall be Inserta Tee from Fowler Mfg., or approved equal. Manhole pipe connection for Storm Sewer Application shall be made with Ram-Nek flexible plastic gasket material as manufactured by K.T. Snyder Company of Houston, Texas, or approved equal, and wrapped with Class `A' Subsurface Drainage Geotextile, AASHTO M288. C. Manhole Base Concrete shall be Class `A' in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". Caulk for seal between fiberglass manhole and concrete cast-in-place base shall be Epo-Flex epoxy(gun grade consistency)as manufactured by Dewey Supply of Corpus Christi,Texas, or approved equal. Precast reinforced concrete manhole base shall be in accordance with the requirements of ASTM C478, as shown on the construction plans and detail drawings. D. Inflow Inhibitors Inflow inhibitors shall be installed in sanitary manholes. They shall be of 316 stainless steel with an equivalent thickness of not less than 18 gauge, and load tested in excess of 3000 pounds. The inhibitor shall rest on the lip of the seating surface of the manhole ring and shall not exceed a depth of 6.5 inches. The seating surface of the inhibitor shall have an attached gasket on the weight-bearing side. The inhibitor shall have a gas relief valve made of Nitrite and shall operate at a one(1)psi differential pressure. The inhibitor shall be fitted with a handle of 3/16 plastic coated stainless steel cable attached to the insert body with a 64 316 stainless steel rivet. The inhibitor shall be constructed of materials that withstand highly corrosive sewer gases. E. Ring and Cover Manhole ring and cover for all manholes shall be for street application and shall be as indicated on the drawings. Manholes 5 feet in diameter and larger shall require a nominal 3- foot ring and cover, as specified on the drawings. HDPE adjustment rings are to be used for 027205 Page 2 of 6 Rev.3-25-2015 grade adjustments. A maximum of 18" of adjustment rings may be utilized. F. Flowable Grout Flowable grout(or flowable fill) shall consist of a mixture containing Portland cement, fly ash, sand,water, and"Darafill" admixture (or approved equivalent), in the amounts shown below (or otherwise proportioned to provide 100 psi compressive strength at 28 days), to achieve a paste-like consistency immediately prior to placing the flowable grout. The flowable grout mixture shall be supplied by an approved ready-mix supplier. The manufacturer's representative shall be consulted for any final adjustments to improve the flowability of the mixture. Commercially produced flowable grout may be used with approval of the Engineer. 100 lbs/CY Portland Cement 300 lbs/CY Fly Ash 2100 lbs/CY Sand 250 lbs/CY Water 6 oz/ CY "Darafill" admixture,as manufactured by Grace Construction Products, or approved equivalent. 4. CONSTRUCTION METHODS General: The limits of excavation shall allow for placing and removing forms, installing sheeting,shoring,bracing,etc. The Contractor shall pile excavated material in a manner that will not endanger the work and will avoid obstructing sidewalks, driveways, power poles, drainage structures,streets,etc. Subgrade under manhole footings shall be compacted to not less than 95% Standard Proctor density. Vertical Sides: When necessary to protect other improvements, the Contractor shall maintain vertical sides on the excavation. The limits shall not exceed three feet outside the footing on a vertical plane parallel to the footing except where specifically approved otherwise by the Engineer. The Contractor shall provide and install any sheeting, shoring, and bracing as necessary to provide a safe work area as required to protect workmen, structures, equipment,power poles, etc. The Contractor shall be responsible for the design and adequacy of all sheeting, shoring and bracing. The sheeting, shoring, and bracing shall be removed as the excavation is backfilled. Sloping Sides: In unimproved areas where sufficient space is available,the Contractor will be allowed to back slope the sides of the excavation. The back slope shall be such that the excavation will be safe from caving. Safety requirements shall govern the back slope used. De-watering: The Contractor shall keep the excavation free from water by use of cofferdams,bailing,pumping,well pointing, or any combination, as the particular situation may warrant. All de-watering devices shall be installed in such a manner as to provide clearance for construction,removal of forms, and inspection of exterior of form work. It is the intent of these specifications that the foundation be placed on a firm dry bed. The foundation bed shall be kept in a de-watered condition for a sufficient period of time to 027205 Page 3 of 6 Rev.3-25-2015 insure the safety of the structure,but in no case shall de-watering be terminated sooner than seven(7)days after placing concrete. All de-watering methods and procedures are subject to the approval of the Engineer. The excavation shall be inspected and approved by the Engineer before work on the structure is started. The Contractor shall provide a relatively smooth,firm foundation bed for footings and slabs that bear directly on the undisturbed earth without additional cost to the City, regardless of the soil conditions encountered. The Engineer will be the sole judge as to whether these conditions have been met. The Contractor shall pile excavated material in a manner that will not create an unsafe condition. Unauthorized Over-Excavation: Excavation for slabs, footings, etc., that rest on earth, shall not be carried below the elevation shown on the drawings. In the event the excavation is carried below the indicated elevation, the Contractor shall bring the slab, footing, etc., to the required grade by filling with concrete. Wall Preparation for Pipe Penetrations: For sanitary sewer application,pipe penetrations for pipe sizes 4-inch through 15-inch shall be made with appropriately sized core drill bits recommended by the manufacturer. Pipe penetrations other than described above and as authorized by the Engineer shall be made as follows: cut shall be equal to the outside diameter of pipe to pass through it, plus 1/2 inch. Cuts are to be made using electric or gasoline powered circular saw with masonry blade. Impact type tools shall not be used. Handling: Manholes shall be handled and stored in a safe manner as necessary to prevent damaging either the manhole or the surroundings. If manhole must be moved by rolling,the ground which it traverses shall be smooth and free of rocks, debris, etc. Manholes shall be lifted as specified by the manufacturer. Height Adiustment: If necessary,utilize HDPE adjustment rings to adjust the manhole to the correct grade elevation. A maximum of 18" of adjustment rings may be utilized. Installation: Lower manhole into wet concrete until it rests at the proper elevation, and a minimum of six (6) inches into concrete, then plumb. Backfill Material: Unless shown otherwise on the drawings, initial backfill around manholes (from subgrade to five feet (5') above the top of the concrete footing) shall be flowable grout. The remaining final backfill around manholes shall be cement-stabilized sand, or approved equal, containing a minimum of 2 sacks of standard Type I or Type II Portland cement per cubic yard of sand, free of large hard lumps, rock fragments or other debris. The material shall be free of large lumps or clods which will not readily break down under compaction. This material shall be subject to approval by the Engineer. Backfill material shall be free of vegetation or other extraneous material. Topsoil should be stockpiled separately and used for finish grading around the structure, if necessary. 027205 Page 4 of 6 Rev.3-25-2015 Schedule of Backfilling: The Contractor may begin backfilling around manhole as soon as the concrete has been allowed to cure and the forms removed. Compaction: Backfill shall be placed in layers not to exceed 6 inches compacted thickness and mechanically tamped to at least 95% Standard Proctor density(ASTM D698). Backfill shall be placed in such a manner as to prevent any wedging action against the structure. Contractor shall follow operational requirements for bypass pumping as set forth in City Standard Specification Section 027200 "Control of Wastewater Flows". 5. TESTING Manholes shall be tested for leakage by either of two tests as specified by the Engineer. Water Leakage Test: The Contractor shall provide water, labor, and materials for testing. Testing shall be as follows: I. With sewers plugged, the manhole shall be filled with water. 2. The manhole shall be checked after 24 hours have elapsed. 3. Water loss shall not exceed 2.4 gallons per foot of depth for the 24-hour period for 4-foot diameter manholes, or 3.0 gallons per foot of depth for the 24-hour period for 5-foot diameter manholes. Water loss shall not exceed 0.6 gallon per foot of diameter per foot of depth for the 24-hour period for all sizes of sanitary manholes. 4. If the manhole is within 9 feet of a waterline that is not or cannot be encased, the manhole shall be tested for no leaks and no noticeable loss of water shall be experienced for the 24-hour period. If water loss is excessive,the Contractor shall correct the problem and the manhole shall be retested. Vacuum Test: Vacuum testing shall be in accordance with City Standard Specification Section 027203 "Vacuum Testing of Wastewater Manholes and Structures". 6. GRADE ADJUSTMENT OF EXISTING FIBERGLASS MANHOLES The adjustment of the ring and cover is to be achieved by removal or addition of HDPE grade adjustment rings that rest above the fiberglass corbel. If the ring and cover must be lowered to the extent that the new elevation cannot be achieved by removal of adjustment rings and it is necessary to remove a section of the fiberglass manhole, this work shall be done as described below. Note that manhole repair kits are available for this work. Remove the appropriately sized section of the existing manhole from the vertical manhole wall at least 6 inches below the seam where the corbel meets the vertical wall. 027205 Page 5 of 6 Rev.3-25-2015 Excavate evenly around the manhole as required. Mark, cut and remove the required section of the manhole. Make a square cut as necessary for a good butt splice. Grind and clean ends of fiberglass that are to be re-united. Replace and align the top. Fiberglass a 6-inch strip along the outside seam all around with two layers of mat with one layer of woven roving sandwiched between. After the outside has set, go on the inside and fill any voids in the seam with epoxy or material provided by the manhole manufacturer for use in such application. After the putty has set, fiberglass a 6-inch strip on the inside as previously done on the outside. After curing,backfill with cement-stabilized sand, as described above,compacted to a minimum of 95% Standard Proctor density (ASTM D698) or as directed by the Engineer or his designated representative. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form,fiberglass manholes shall be measured per each for each size (diameter) of manhole indicated. Payment shall be made at the unit price bid and shall fully compensate the Contractor for all materials, labor, tools, equipment, and incidentals required to complete the work. Payment shall include, but not be limited to; excavation, dewatering, compaction, concrete foundation, manhole assembly,connections,cast iron frame and cover,adjustment to finish grade,concrete work,backfill, leakage testing, bypass pumping, and other work as required to complete the fiberglass manhole. Extra depth for a sanitary manhole over 6 feet in depth will be measured by the vertical foot of depth in excess of 6 feet and bid as "Extra Depth for Manhole (Wastewater)". Rehabilitation of existing manholes with fiberglass inserts shall be measured by each individual structure rehabilitated, and paid for at the unit price bid per each, of the size, type and depth specified, complete in-place, and meeting the approval of the Engineer. "Complete in-place" shall mean all labor,materials,tools, equipment and incidentals necessary to furnish and install the rigid fiberglass manhole inserts, make connections, grout the annular space with flowable grout, backfilling, leakage testing, and adjust the manholes to finish grade. 027205 Page 6 of 6 Rev.3-25-2015 SECTION 027402 REINFORCED CONCRETE PIPE CULVERTS 1. DESCRIPTION This specification shall govern the furnishing and placing of reinforced concrete pipe culverts and the material and incidental construction requirements for reinforced concrete pipe sewers. The culvert pipe shall be installed in accordance with the requirements of these specifications to the lines and grades shown on the plans, and shall be of the classes, sizes and dimensions shown thereon. The installation of pipe shall include all joints or connections to new or existing pipe, headwalls, etc., as may be required to complete the work. 2. MATERIALS 1. General. Except as modified herein, materials, manufacture and design of pipe shall conform to ASTM C-76 for Circular Pipe. All pipe shall be machine made or cast by a process which will provide for uniform placement of the concrete in the form and compaction by mechanical devices which will assure a dense concrete. Concrete shall be mixed in a central batch plant or other approved batching facility from which the quality and uniformity of the concrete can be assured. Transit mixed concrete will not be acceptable for use in precast concrete pipe. 2. Design. All pipe shall be Class III (Wall "B") unless otherwise specified on the plans. The shell thickness, the amount of circumferential reinforcement and the strength of the pipe shall conform to the specified class as summarized in ASTM C-76 for Circular Pipe. 3. Sizes and Permissible Variations. a. Variations in diameter, size, shape, wall thickness, reinforcement, placement of reinforcement, laying length and the permissible underrun of length shall be in accordance with the applicable ASTM Specification for each type of pipe as referred to previously. b. Where rubber gasket pipe joints are to be used, the design of the Joints and Permissible Variations in Dimensions shall be in accordance with ASTM C-443. 4. Workmanship and Finish. Pipe shall be substantially free from fractures, large or deep cracks and surface roughness. The ends of the pipe shall be normal to the walls and centerline of the pipe within the limits of variations allowed under the applicable ASTM specification. 5. Curing. Pipe shall be cured in accordance with the applicable ASTM Specification for each type of pipe as referred to above. 6. Marking. The following information shall be clearly marked on each section of pipe: 027402 Page 1 of 7 Rev.3-25-2015 a. The class of pipe. b. The date of manufacture. c. The name or trademark of the manufacturer. d. Marking shall be indented on the pipe section or painted thereon with waterproof paint. 7. Minimum Age for Shipment. Pipe shall be considered ready for shipment when it conforms to the requirements of the tests specified herein. 8. Inspection. The quality of materials, the process of manufacture, and the finished pipe shall be subject to inspection and approval by the Engineer at the pipe manufacturing plant. In addition, the finished pipe shall be subject to further inspection by the Engineer at the project site prior to and during installation. 9. Causes for Rejection. Pipe shall be subject to rejection on account of failure to conform to any of the specification requirements. Individual sections of pipe may be rejected because of any of the following: a. Fractures or cracks passing through the shell, except for a single end crack that does not exceed the depth of the joint. b. Defects that indicate imperfect proportioning, mixing and molding. c. Surface defects indicating honeycombed or open texture. d. Damaged ends,where such damage would prevent making a satisfactory joint. 10. Repairs. Pipe may be repaired if necessary, because of occasional imperfections in manufacture or accidental injury during the handling, and will be acceptable if, in the opinion of the Engineer, the repairs are sound and properly finished and cured and the repaired pipe conforms to the requirements of the specifications. 11. Rejections. All rejected pipe shall be plainly marked by the Engineer and shall be replaced by the Contractor with pipe that meets the requirements of these specifications. Such rejected pipe shall be removed immediately from the worksite. 12. Jointing Materials. Unless otherwise specified on the plans, the Contractor shall have the option of making the joints by any of the following methods: a. Ram-Nek, a pre-formed plastic base joint material manufactured by K. T. Knyder Company, Houston, Texas, or an approved equal. Use of Talcote as joint material will not be not permitted. Ram-Nek joint material and primer shall be supplied for 027402 Page 2 of 7 Rev.3-25-2015 use on pipe in the following sizes, which is the minimum that will be required. Additional Ram-Nek may be required if, in the opinion of the Engineer, a proper joint is not secured. Pipe Size Primer Per 100 Jts. Cut Lengths Per Joint 12" 1.5 gals. 1'/z pcs 1" x 2'-5" 15" 1.9 gals. 2 pcs 1" x 2'-5" 18" 2.7 gals. 1'/z pcs 1'/z " x 3'-5" 21" 3.8 gals. 2 pcs 1'/z " x 3'-5" 24" 6.2 gals. 2 pcs 1'/z " x 3'-5" 30" 8.5 gals. 2'/2 pcs 1'/z " x 3'-5" 36" 9.5 gals. 3 pcs 13/4" x 3'-5" 42" 12.0 gals. 3'/2 pcs 13/4" x 3'-5" 48" 15.0 gals. 4 pcs 13/4" x 3'-5" 54" 20.0 gals. 4'/2 pcs 13/4" x 3'-5" 60" 25.0 gals. 5 pcs 13/4" x 3'-5" 66" 30.0 gals. 5'/2 pcs 13/4" x 3'-5" 72" 32.0 gals. 6 pcs 2" x 3'-5" 84" 35.0 gals. 7 pcs 2" x 3'-5" b. TYLOX Types "C", "C-P" or "CR" rubber gaskets, as applicable, as manufactured by Hamilton Kent Manufacturing Company, Kent, Ohio, or approved equal. All gaskets, lubricants, adhesives, etc., shall be manufactured, constructed, installed, etc., as recommended by the manufacturer of the rubber gasket material and conform to ASTM Designation: C-443. In addition, the Contractor shall furnish to the City, for approval, manufacturer's brochures detailing the complete use, installation, and specifications of concrete pipe and rubber gaskets before any rubber gasket material is used on the project. All rubber gaskets shall be fabricated from synthetic rubber. c. Cement Mortar is prohibited from jointing pipe except at manholes, pipe junctions, etc., or where specifically approved by the Engineer. d. Geotextile for wrapping pipe joints shall be Class "A" subsurface drainage type in accordance with AASHTO M288. 027402 Page 3 of 7 Rev.3-25-2015 3. CONSTRUCTION METHODS Reinforced concrete pipe culverts shall be constructed from the specified materials in accordance with the following methods and procedures: 1. Excavation. All excavation shall be in accordance with the requirements of City Standard Specification Section 022020 "Excavation and Backfill for Utilities," except where tunneling or jacking methods are shown on the plans or permitted by the Engineer. When pipe is laid in a trench, the trench, when completed and shaped to receive the pipe, shall be of sufficient width to provide free working space for satisfactory bedding and jointing and thorough tamping of the backfill and bedding material under and around the pipe. The Contractor shall make such temporary provisions as may be necessary to insure adequate drainage of the trench and bedding during the construction operation. Pipe shall be placed such that the identification markings are visible at the top prior to backfill. 2. Bedding. The pipe shall be bedded in accordance with the bedding details shown on the drawings. Bedding shall not be measured for pay,but shall be subsidiary to other work. If the subgrade of the trench is unstable, even if this condition occurs at relatively shallow depths, full encasement of the pipe with crushed stone shall be required. 3. Laying Pipe. Unless otherwise authorized by the Engineer, the laying of pipe on the prepared foundation shall be started at the outlet (downstream) end with the spigot or tongue end pointing downstream, and shall proceed toward the inlet(upstream) end with the abutting sections properly matched, true to the established lines and grades. Where bell and spigot pipe are used, cross trenches shall be cut in the foundation to allow the barrel of the pipe to rest firmly upon the prepared bed. These cross trenches shall be not more than two inches larger than the bell ends of the pipe. Proper facilities shall be provided for hoisting and lowering the sections of pipe into the trench without disturbing the prepared foundation and the sides of the trench. The ends of the pipe shall be carefully cleaned before the pipe is placed. As each length of pipe is laid, the mouth of the pipe shall be protected to prevent the entrance of earth or bedding material. The pipe shall be fitted and matched so that when laid in the bed, it shall form a smooth, uniform conduit. When elliptical pipe with circular reinforcing or circular pipe with elliptical reinforcing is used, the pipe shall be laid in the trench in such position that the markings "TOP" or "BOTTOM" shall not be more than 5 degrees from the vertical plane through the longitudinal axis of the pipe. For pipe over 42 inches in diameter, the Contractor may drill two holes not larger than 2 inches in diameter,in the top of each section of the pipe, to aid in lifting and placing. The holes shall be neatly drilled, without spalling of the concrete, and shall be done without the cutting of any reinforcement. After the pipe is laid, the holes shall be filled with mortar and properly cured, and placed such that they are visible from the top for inspection prior to backfill. Multiple installations of reinforced concrete pipe shall be laid with the center lines of 027402 Page 4 of 7 Rev.3-25-2015 individual barrels parallel. When not otherwise indicated on plans, the following clear distances between outer surfaces of adjacent pipe shall be used. Diameter of Pipe 18" 24" 30" 36" 42" 48" 54" 60"to 84" Clear Distance Between Pipes 0'-9" 0'-11" 1'-1" 1'-3" 1'-5" 1'-7" 1'-11" 2'-0" 4. Jointing. a. If the use of Portland cement mortar joints is allowed, all pipe shall be jointed tight and sealed with stiff mortar, composed of one part Portland cement and two parts sand, so placed as to form a durable water-tight joint. The installation shall be as required by the Engineer. b. Joints using Rubber Gaskets: Where rubber gasket pipe joints are required by the plans, the joint assembly shall be made according to the recommendations of the gasket manufacturer. Water-tight joints will be required when using rubber gaskets. c. Joints using Cold-Applied Preformed Plastic Gaskets shall be made as follows: A suitable prime of the type recommended by the manufacturer of the gasket joint sealer shall be brush-applied to the tongue and groove joint surfaces and the end surfaces and allowed to dry and harden. No primer shall be applied over mud, sand or dirt or sharp cement protrusions. The surface to be primed must be clean and dry when primer is applied. Before laying the pipe in the trench, the plastic gasket sealer shall be attached around the tapered tongue or tapered groove near the shoulder or hub of each pipe joint. The paper wrapper shall be removed from one side only of the two-piece wrapper on the gasket and pressed firmly to the clean, dry pipe joint surface. The outside wrapper shall not be removed until immediately before pushing the pipe into its final position. When the tongue is correctly aligned with the flare of the groove, the outside wrapper on the gasket shall be removed and the pipe shall be pulled or pushed home with sufficient force and power(backhoe shovel, chain hoist,ratchet hoist or winch) to cause the evidence of squeeze-out of the gasket material on the inside or outside around the complete pipe joint circumference. The extruded gasket material shall be smoothed out over the joint on the exterior and interior of the pipe. Any joint material pushed out into the interior of the pipe that would tend to obstruct the flow shall be removed. (Pipe shall be pulled home in a straight line with all parts of the pipe on line and grade at all times.) Backfilling of pipe laid with plastic gasket joints may proceed as soon as the joint has been inspected and approved by the Engineer. Special precautions shall be taken in placing and compacting backfill to 027402 Page 5 of 7 Rev.3-25-2015 avoid damage to the joints. When the atmospheric temperature is below 60 degrees F, plastic joint seal gaskets shall either be stored in an area warmed to above 70 degrees F, or artificially warmed to this temperature in a manner satisfactory to the Engineer. Gaskets shall then be applied to pipe joints immediately prior to placing pipe in the trench, followed by connection to previously laid pipe. d. Pipe Joints for storm sewers shall be wrapped with geotextile material. The geotextile wrap shall be at least 2 feet wide and shall be centered on each joint. 5. After the pipe has been placed, bedded and jointed as specified, filling and/or backfilling shall be done in accordance with the applicable requirements of City Standard Specification Section 022020 "Excavation and Backfill for Utilities." If unstable conditions are encountered, fully encase the pipe with crushed stone as described above. When mortar joints are allowed, no fill or backfill shall be placed until the jointing material has been cured for at least six (6) hours. Special precautions shall be taken in placing and compacting the backfill to avoid any movement of the pipe or damage to the joints. For side drain culverts and all other culverts where joints consist of materials other than mortar, immediate backfilling will be permitted. 6. Unless otherwise shown on the plans or permitted in writing by the Engineer, no heavy earth moving equipment will be permitted to haul over the structure until a minimum of 4 feet of permanent or temporary compacted fill has been placed thereon. Pipe damaged by the Contractor's equipment shall be removed and replaced by the Contractor at no additional cost. 7. Cleaning and Television Inspection. All enclosed reinforced concrete pipe and manholes installed on this project shall be cleaned and televised in accordance with City Standard Specification Section 027611 "Cleaning and Televised Inspection of Conduits." 4. MEASUREMENT Unless otherwise specified on the Bid Form, reinforced concrete pipe will be measured by the linear foot. Such measurement will be made between the ends of the pipe barrel along its central axis. Where spurs or branches, or connections to existing pipe lines are involved, measurement of the spur or new connecting pipe will be made from the intersection of its center axis with the outside surfaces of the pipe into which it connects. Where inlets, headwalls, catch basins, manholes,junction chambers, or other structures are included in lines of pipe, that length of pipe tying into the structure wall will be included for measurement but no other portion of the structure length or width will be so included. For multiple pipes, the measured length will be the sum of the lengths of the barrels measured as prescribed above. 027402 Page 6 of 7 Rev.3-25-2015 5. PAYMENT Payment for reinforced concrete pipe measured as prescribed above will be made at the contract unit price bid per linear foot for the various sizes of "Reinforced Concrete Pipe" of the class specified. Payment shall be full compensation for furnishing and transporting the pipe; hauling and placing of earth cushion material where required for bedding pipe; for the preparation and shaping of beds; for hauling, placing and jointing of pipes; for furnishing and installing geotextile pipe joint wrapping; for end finish; for all connections to existing and new structures; for cleaning and television inspection; and for all other items of materials, labor, equipment, tools, excavation, backfill and incidentals necessary to complete the culvert or storm sewer in accordance with the plans and these specifications. 027402 Page 7 of 7 Rev.3-25-2015 SECTION 027404 CONCRETE BOX CULVERTS 1. DESCRIPTION This specification shall govern all work required for constructing, furnishing, and installing reinforced concrete box culverts required to complete the project. All reinforced concrete boxes for this project shall be precast concrete in accordance with TxDOT Standards for precast box culverts and the details shown on the drawings for the appropriate height of fill, and design shall conform to ASTM C1577. Alternate designs of precast boxes will be considered for approval upon submission of shop drawings detailing the box and certifications that the box,as designed,is structurally comparable to or better than the box shown in the contract drawings and is designed to support HS20 loading per ASSHTO M273. The shop drawings and certifications shall be signed and sealed by a Texas registered professional engineer. 2. MATERIALS 1. Concrete. Unless otherwise shown on the plans,Class"C" concrete shall be used for cast-in- place boxes,conforming to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete" and City Standard Specification Section 038000 "Concrete Structures",except that Class"S"concrete will be required for top slabs of direct traffic cast- in-place boxes. Concrete for precast (machine-made) boxes shall meet the requirements of ASTM C76 Sections: "Cement", "Aggregates" and "Mixture", and shall have a minimum 28-day compressive strength of 5,000 psi. 2. Reinforcement. Reinforcing steel shall conform to the requirements of City Standard Specification Section 032020 "Reinforcing Steel" and the details shown on the plans. 3. Jointing. Materials for jointing shall conform to the requirements of City Standard Specification Section 027402 "Reinforced Concrete Pipe Culverts". 4. Membrane Curing. Materials for membrane curing shall conform to City Standard Specification Section 038000 "Concrete Structures". 5. Geotextile. Geotextile fabric for wrapping joints shall be Class 1 geotextile for subsurface drainage with an average opening size(AOS) of 0.22mm and in accordance with AASHTO M288. 3. FABRICATION The requirement of City Standard Specification Section 030020 "Portland Cement Concrete" and City Standard Specification Section 038000 "Concrete for Structures" shall govern for cast-in-place 027404 Page 1 of 3 Rev.10-30-2014 concrete box culverts and for precast(formed)boxes except where otherwise specified herein. Forms for precast(machine-made)boxes shall be made of steel. Forms for cast-in-place boxes and precast(formed) boxes may be either wood or steel. Forms shall be mortar-tight and of sufficient strength to prevent excessive bulging or misalignment of adjacent boxes. They shall be constructed to permit their removal without damage to the concrete. Offsets at form joints shall not exceed one-eighth inch (1/8"). Forms shall be clean and free of extraneous matter when concrete is placed. Positive means of supporting steel cages in place throughout forming and concrete placement shall be required and subject to the approval of the Engineer. Welding of reinforcing steel will be permitted only where shown on the plans. Welding shall be done by a qualified welder and shall conform to industry standards. Precast(machine-made)boxes shall be cast by a process which will provide for uniform placement of the concrete in the forms and compaction by mechanical devices which will assure dense concrete. Concrete shall be mixed in a central batch plant or other approved batching facility from which the quality and uniformity of the concrete can be assured. Transit mixed concrete shall not be acceptable for use in precast(machine-made) boxes. 4. TESTING AND CERTIFICATION 1. Physical Requirements. Precast boxes shall meet the requirement of ASTM C1577. Testing shall be done by a materials engineering testing laboratory which meets the requirements for membership in the American Council of Independent Laboratories. 2. Fabrication Tolerances. Precast boxes shall conform to the following tolerances: When two box sections are fitted together on a flat surface, in proper alignment and in the position they will be installed, the longitudinal opening at any point shall not exceed one inch(1"). Not more than four lifting holes may be provided in each box to facilitate handling. They may be cast-in, cut into the fresh concrete after form removal or drilled, and shall not be more than 2 inches in diameter or 2 inches square. Cutting or displacement of the reinforcement will not be permitted. Spalled areas around the holes shall be repaired. Concrete boxes shall be given an"Ordinary Surface Finish" in accordance with Section 038000 "Concrete Structures". 3. Certification. Certification of quality shall be provided with each delivery of materials to the job site by the manufacturer. Certification shall be a written report by the materials engineering testing laboratory. 5. DEFECTS AND REPAIRS Fine cracks or checks on the surface of the member which do not extend to the plane of the nearest reinforcement will not because for rejection unless they are numerous and extensive. Cracks which extend into the plane of the reinforcing steel but are acceptable otherwise, shall be repaired in an 027404 Page 2 of 3 Rev.10-30-2014 approved manner. Small damaged or honeycombed areas which are purely surficial in nature may be repaired. Excessive damage,honeycombing or cracking will be subject to structural review. Repairs shall be sound, properly finished, and cured in conformance with the pertinent specifications. When fine cracks or hairline cracks on the surface indicate poor curing practices,further production of precast boxes shall be discontinued until corrections are made and proper curing provided. 6. CONSTRUCTION METHODS Excavation and backfill shall be in accordance with City Standard Specification Section 022020 "Excavation and Backfill for Utilities" and City Standard Details for Stormwater. Bedding for precast concrete box culverts located under pavements shall consist of 6 inches of cement-stabilized sand containing a minimum of 1'/2 sacks of Standard Type I or Type II Portland cement per cubic yard of sand and compacted to not less than 95% Standard Proctor density. Unless otherwise shown on the plans, the Contractor may use any of the jointing materials, except rubber gaskets, and shall comply with the jointing requirements specified in the City Standard Specification Section 027402 "Reinforced Concrete Pipe Culverts". All box joints shall be wrapped with geotextile fabric. The wrap shall be at least two (2) feet wide and centered on the joints. Lifting holes shall be filled with mortar or concrete and cured to the satisfaction of the Engineer. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete box culverts shall be measured by the linear foot for each size of box installed. The measurement will be made between the ends of the box along the centerline. For boxes used in the multiple barrel structures,the measured length will be the sum of the lengths of all barrels. Payment shall be made at the contract bid price and shall fully compensate the Contractor for furnishing, transporting and installing the box culverts; for bedding materials and bed preparation including compaction; for excavation and backfill of trenches; for all connections to existing and new structures;and for all labor,materials,tools,equipment and incidentals required to complete the work as shown on the contract drawings and as specified herein. 027404 Page 3 of 3 Rev.10-30-2014 SECTION 027602 GRAVITY WASTEWATER LINES 1. DESCRIPTION This specification shall govern all work required for furnishing, handling and installing gravity wastewater lines required to complete the project. 2. MATERIALS A. Pipe and Fittings: 1. POLY-VINYL CHLORIDE (PVC) PIPE and fittings shall be in accordance with the following: 6"Gravity Sewer Pipe ASTM D3034 DR 26 8" Gravity Sewer Pipe ASTM D3034 DR 26 10"Gravity Sewer Pipe ASTM D3034 DR 26 12"Gravity Sewer Pipe ASTM D3034 DR 26 15"Gravity Sewer Pipe ASTM D3034 DR 26 18"Gravity Sewer Pipe ASTM F679 DR 26 24"Gravity Sewer Pipe ASTM F679 DR 26 30"Gravity Sewer Pipe ASTM F679 DR 26 36"Gravity Sewer Pipe ASTM F679 DR 26 PS115 42" Gravity Sewer Pipe ASTM F679 DR35 PS46 48" Gravity Sewer Pipe ASTM F679 DR35 PS46 Pipe and fittings shall have push-on compression gasket joints in accordance with ASTM D3212 and shall be a non-blue color. 2. POLY-VINYL CHLORIDE (PVC) PRESSURE PIPE shall be AWWA C900 or C905 integral green (non-blue color) with a minimum pressure rating of not less than 150 psi, made of Class 12454-A or Class 12454-B virgin compounds, as defined in ASTM D1784. One (1) 20-ft. section of PVC pressure pipe, with appropriate adapters or as an encasing pipe over the carrier pipe, shall be used for gravity wastewater lines at all waterline crossings, and shall be centered under/over the waterline as indicated on the drawings. Maintain a minimum of 2 feet vertical clearance between outsides of pipes where a new waterline crosses over a new non-pressurized wastewater line. Maintain a minimum of 6 inches vertical clearance between outsides of pipes where a new waterline crosses over a pressurized wastewater line. In all instances of water crossing wastewater, center a joint of water pipe over the wastewater pipe such that a minimum of 9 feet of horizontal offset exists from each water joint to the wastewater carrier pipe. 027602 Page 1 of 6 Rev.7-1-2015 Alternatively, at waterline crossings, the PVC gravity wastewater pipe may be encased in a 20-ft.joint of pressure pipe with a minimum pressure rating of 150 psi that is at least two nominal sizes larger than the carrier pipe. The carrier pipe shall be supported in the casing at five foot(5') intervals with spacers, or shall be filled to the spring line with clean washed sand. The casing pipe shall be centered under/ over the waterline as indicated on the drawings, and both ends of the casing shall be sealed with cement grout or manufactured seal. B. Bedding and Backfill Materials: 1. BEDDING AND INITIAL BACKFILL is that material from beneath the pipe to an elevation 12 inches above the top of the pipe. The bedding and initial backfill material shall be in accordance with Table 1 on Wastewater Standard Details, Sheet 3,unless otherwise specified. 2. FINAL BACKFILL is that material placed on the initial backfill. The material shall be in accordance with City Standard Specification Section 022020 "Excavation and Backfill for Utilities" and as shown on the standard details. 3. CONSTRUCTION METHODS A. Trench Excavation: See City Standard Specification Section 022020 "Excavation and Backfill for Utilities." B. Handling of Materials: 1. HANDLING AND CARE of pipe shall be the responsibility of the Contractor. Pipe shall be unloaded at the point of delivery, hauled to and distributed at the site by the Contractor. Materials shall be handled with care and in accordance with the manufacturer's recommendations. 2. STORAGE AND SECURITY of materials shall be provided by the Contractor. Any material delivered to the site that is not to be incorporated into the work within 10 working days shall be properly stored off the ground. Stacking and handling of materials shall be done as recommended by the manufacturer. 3. REJECTED OR DEFECTIVE materials are those having cracks, flaws or other defects. Rejected materials shall be marked by the Engineer and removed from the job site by the end of the day by the Contractor. 4. DISTRIBUTION OF MATERIALS at the work site shall be allowed provided that they are incorporated into the work within 10 working days. Materials shall not be placed on private property, unless written permission has been obtained from the owner by the Contractor. Materials shall not be placed within five feet of the back of curb or edge of pavement without permission of the Engineer or the designated representative. 027602 Page 2 of 6 Rev.7-1-2015 C. Alignment and Grade: 1. All pipe shall be laid and maintained to the required line and grade. 2. NO DEVIATIONS from design line and grade shall be allowed, unless authorized by the Engineer. 3. The Contractor shall provide offsets and cut sheets. The Contractor may use batter boards, laser, or other approved methods necessary to construct the wastewater line to design line and grade. D. Pipe Placement: 1. GENERAL: Proper implements, tools, etc., shall be used by the Contractor for safe and efficient execution of work. All pipes shall be carefully lowered into the trench by suitable equipment in such a manner as to prevent damage. Under no circumstances shall pipe be dropped or dumped into the trench. The Contractor shall not lay pipe in the trench until the bedding and condition of the trench have been approved by the Engineer. The trench shall be free of water and maintained in that condition until the pipe has been laid, the joints have been completed, and the initial backfill has been completed. All pipe markings shall be placed face up for inspection prior to backfill. 2. CLEAN PIPE: All foreign matter or dirt shall be removed from the interior of the pipe before lowering pipe into trench. The interior of pipe shall be maintained free of dirt during the remaining installation operations. E. Jointing Pipe: POLY-VINYL CHLORIDE (PVC)PIPE shall have mating surfaces of the gasketed joint wiped clean of dirt and foreign matter. A lubricant recommended by the coupling manufacturer shall be applied to the bell and spigot mating surfaces just prior to joining. The spigot shall then be centered on grade into the bell of the previous pipe and shall be shoved home to compress the joint and to assure a tight fit between the inner surfaces. Pipe shall not be assembled in reverse order by pushing bell onto spigot. When the pipe is being thusly installed, bell holes shall be excavated in the bedding material. When the joint has been made, the bell hole shall be carefully filled with material to provide for adequate support of the pipe. The spigot shall be centered within 1/4 inch of the home line marked on the spigot. F. Bedding and Initial Backfill: POLY-VINYL CHLORIDE (PVC) PIPE: Bedding and initial backfill of PVC pipe shall be in accordance with the details provided in the drawings. Bedding shall be well tamped regardless of type. The type of bedding required shall depend upon the depth of cut and ground water condition and shall be as specified below: 027602 Page 3of6 Rev.7-1-2015 BOTTOM OF TRENCH IN GROUNDWATER Depth of Cut Required Bedding Less than 20 feet Gravel or Crushed Stone Over 20 feet Crushed Stone BOTTOM OF TRENCH NOT IN GROUND WATER Depth of Cut Required Bedding Less than 15 feet Sand, Gravel, or Crushed Stone Less than 20 feet Gravel or Crushed Stone Over 20 feet Crushed Stone G. Final Backfill: See City Standard Specification Section 022020 "Excavation and Backfill for Utilities." H. Bypass Pumping: Contractor shall follow operational requirements for bypass pumping as set forth in Specification Section 027200 Control of Wastewater Flows. 4. TESTING AND CERTIFICATION A. Leakage Testing: (Required for all types of pipe) I. EQUIPMENT FOR LEAKAGE TESTING shall be furnished and installed by the Contractor. The Contractor shall test the entire system for leaks. This work shall be witnessed by the Engineer. 2. POLY-VINYL CHLORIDE (PVC)PIPE shall be tested in accordance with Uni- Bell Plastic Pipe Association- Standard UNI-B-6 "Recommended Practice for Low- Pressure Air Testing of Installed Sewer Pipe"; the requirements of which are summarized by the following equation: T=0.00237D2L [Equation 1] Where: T=Minimum allowable time (seconds)for a pressure drop of one (1)psi gage pressure D=Nominal pipe diameter(inches) L=Length of pipe run(feet) The test section shall be plugged and subjected to a test pressure not in excess of five (5)psi. The time required for a one (1)psi pressure drop shall be measured and shall not exceed the value obtained in Equation 1 above. 027602 Page 4 of 6 Rev.7-1-2015 B. Deflection Testing: (Required for PVC Pipe) 1. EQUIPMENT FOR DEFLECTION TESTING shall be provided by the Contractor. Mandrels shall be provided by the Contractor and will be of machined rigid corrosion-resistant pipe with a length not less than 1.5 diameters. Mandrels will be sized for SDR 26 PVC pipe at 5% deflection. The outside diameter of the standard mandrels shall be as follows: Nominal Size (inches) Mandrel O.D. (inches) 8 7.11 10 8.87 12 10.55 15 12.90 18 15.76 21 18.56 24 20.87 27 23.51 30 27.14 2. TESTING shall be done by the Contractor and witnessed by the Engineer. All pipe shall be tested for deflection no less than 30 days after placement of backfill. The Contractor may wish to check pipe immediately after backfilling for job control. However, this shall not qualify as acceptance testing. No pipe can be tested for formal acceptance until it has been in place, complete with backfill, for at least 30 days. 3. Belly: Pipe shall be rejected if belly exceeds 5%based on the readings from the video inspection. C. Retesting: ANY DEFECTIVE WORK OR MATERIALS shall be corrected or replaced by the Contractor and retested. This shall be repeated until all work and materials are acceptable D. Cleaning and Televising: All wastewater lines and manholes installed on this project shall be cleaned and televised in accordance with Standard Specification Section 027611 "Cleaning and Televised Inspection of Conduits". 5. SOIL BORINGS The City does not assume responsibility for subsurface information. Soil data and other subsurface information, if shown on the drawings or in the appendix, are without warranty as to correctness of fact or interpretation. 027602 Page 5of6 Rev.7-1-2015 6. BRACING AND SHORING Trenching operation shall comply with Worker Safety Requirements for Excavation and Trenching Operations. If, for whatever reason, the trench width at the top of pipe must exceed that width indicated in the bedding details, the Contractor shall modify bedding as required by the Engineer to accommodate the additional load on the pipe. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, gravity wastewater lines shall be measured by the linear foot for each size and depth of wastewater line installed, as follows: A. Between centers of manholes. B. From the center of a manhole to the end of the line. C. From the end of an existing stub to the end of the line or center of the existing manhole. Depth shall be measured from flow line of pipe to ground surface over centerline of the pipe at the time of construction. Measurements to be made at manholes, at intervals not to exceed fifty feet, and at breaks in ground profile. Bedding shall not be measured for pay, but shall be considered subsidiary to pipe, unless included as a separate bid item in the Bid Form. Unless otherwise specified on the Bid Form, de-watering shall not be measured for pay,but shall be considered subsidiary unless included as a separate bid item in the Bid Form for well-pointing. Payment shall be full compensation for all labor, materials, equipment, pipe, bedding, de-watering, hauling, trench excavation and backfill, leakage and deflection testing, cleaning, televising, bypass pumping, and all cleaning up and other incidentals necessary to install the pipe complete in-place. 027602 Page 6of6 Rev.7-1-2015 SECTION 027604 DISPOSAL OF WASTE FROM WASTEWATER CLEANING OPERATIONS 1. SCOPE: This specification governs all work required for disposal of waste from wastewater cleaning operations required to complete the project. 2. METHODS: Grit,rubble,dislodged bricks and other such inorganic waste that is removed during cleaning shall not be allowed to continue down stream of the operation. Organic solids that remain in suspension would be allowed to continue downstream through the wastewater system. A weir or other suitable trap shall be installed and maintained by the Contractor for the collection of such waste. This material shall be de-watered and delivered by the Contractor to a facility that is authorized to receive it. If this material is free of organic sludge and is sufficiently de-watered to pass the paint filter test,it would be acceptable for disposal at the Elliott Sanitary Landfill subject to prior approval of the facility and the associated disposal fees. The Contractor has the option of using the City's de-watering facilities. The City has six drying beds, each with a 1-foot high containment wall each with an area of about 2,300 square feet. These drying beds are at the Greenwood Wastewater Treatment Plant, 1541 Saratoga. The Contractor would be required to haul and handle the material to, at and from the facility as well as the restoration of drying beds. Restoration of the drying beds includes the removal of all the de- watered material and the replacement of the existing sand bed with new sand. All work required within the treatment plant, including the replacement of sand shall be in accordance with the requirements set forth by the Plant Supervisor. The use of the drying beds would be subject to prior approval of the facility and the associated de-watering fees. If the City's facilities are used for de-watering or disposal of waste, the Contractor shall be responsible for making contact with the appropriate Solid Waste or Wastewater Officials or both, making all arrangements for the use of City facilities, scheduling of delivery and pickup, etc. Materials and handling operations shall meet the requirements set forth by said Officials. Failure to meet these requirements shall be cause for rejection of the materials by either the landfill or the treatment plant operations. Proper disposal of this waste shall be responsibility of the Contractor. The Contractor shall provide the Engineer with written documentation of the proper disposal of this waste. 3. MEASUREMENT & PAYMENT: Unless otherwise specified on the Bid Form,this work shall be considered subsidiary to the project. 027604 Page 1 of 1 Rev.10-30-2014 SECTION 027611 CLEANING AND TELEVISED INSPECTION OF CONDUITS 1. SCOPE This specification shall govern for all work, equipment, supervision and materials required to provide for cleaning and remote CCTV inspection and documentation of wastewater or other lines and manholes as required. 2. TECHNICAL REQUIREMENTS 2.1 General Closed circuit television inspection will typically be done under one or more of the conditions listed below. Requirements for on-screen labeling during each line segment set up, televising, video file labeling and hard copy inspection reports will be specifically addressed. The Contractor shall neither request nor receive assistance from the City, in the performance of work described in this specification. Unless otherwise specified and at Contractors expense, the Contractor shall provide for the control of wastewater flows and monitoring of the collection system for back-ups and surcharges, while flow control devices are in place. It shall be the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects or jobs (to include, but not necessarily limited to "Confined Space Entry". 2.2 Inspection Equipment and Methods Electronic media shall be used to record the condition of all the segments of the mains and the manholes, tap locations and unusual situations during inspection. The inspection imaging shall be made on color professional grade DVD format for each line segment. All observations will require both audio and on-screen display. The camera shall transit through the wastewater line in either direction at a speed not greater than 30 feet per minute, stopping as necessary to permit proper documentation of the wastewater line's condition. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. A television camera with pan and tilt capability will be required. The camera, television monitor, and other components of the video systems shall be capable of producing picture quality to the satisfaction of the City. The capture system shall have the capability of recording, digitizing and storing single frames of video images and "real time" live video, as well as collecting, storing and printing wastewater line inspection data for graphic display and report generation. The imaging capture system shall store digitized picture images, have the ability to export picture files to industry standard formats Opg, bmp, and tif), be transferable to DVD and be printed at no cost to the City. Use of proprietary software is discouraged; however, if the Contractor provides the software and 027611 Page 1 of 8 Rev.3-25-2015 three licenses to the City, proprietary software COMPATIBLE with the City's GIS and existing database systems in use may be approved. However, in every case all observations will be recorded using the City approved PACP codes. 2.3 Flow Control/By-Passing This procedure will be used on all previously accepted (City owned) line segments. Except for new wastewater line acceptance inspections, the line shall be dewatered during inspection. A water jet cleaning unit will normally be running in the line in advance of the television camera to allow the highest quality picture available. Dewatering shall remove standing water and fog from the line segment to provide 360 degree view of the pipe being televised. Too high water level or the camera being submerged will be grounds for rejection of the inspection. All wastewater flows from intersecting lines shall typically be controlled through the use of in-line plugs for vacuum trucks and are considered subsidiary to the inspection for all line sizes. Plugs in intersecting lines shall be installed by the Contractor with no assistance from the City. The Contractor shall also monitor the upstream system for back-ups and surcharges, which may lead to Sanitary Sewer Overflows (SSOs). The Contractor shall immediately report to the City Call Center (361) 826-2489 all sanitary sewer overflows. Flow Control devices shall be installed in accordance with all applicable OSHA requirements, including, but not necessarily limited to confined space protocol. 2.4 Evaluation of Existing Lines for Potential Repairs/Rehabilitation—Pre CCTV: Cleaning and televising using a CCTV camera may be needed to traverse each line segment from manhole to manhole as specified in the work order. When an obstruction prevents the camera from proceeding, the obstruction will be recorded on the initial setup and a reverse setup will be attempted to view the pipe and obstruction from the other side. If the camera fails to pass through the entire section, the inspection shall be considered complete and no additional inspection will be required. However, the line segment evaluation form, as well as the graphic report, shall note full line length and the length traveled from each manhole set-up. All inspection efforts on the line segment will be recorded on the same tape / disk. The Contractor must exert all reasonable effort to televise the entire length of a segment of wastewater line, or to assist the repair crews with usable information for point repair. Prior to transiting the line the video display initially is to include upstream and downstream manhole numbers, pipe size / material, adjacent street names and the date. During the transit the display must show the continuous distance from the insertion manhole with an accuracy of +1% of the actual length to help mark observations on the report form. The video must have narrative documentation of notable observations. The Inspection Report shall consist of condition observations recorded using City-approved computer software generated formats, generally conforming to NASSCO and PACP codes. Specifically, items considered notable include: deviations in alignment and grade; abnormal conditions of the pipe barrel and joints; locations 027611 Page 2 of 8 Rev.3-25-2015 and quantities of any sources of infiltration or inflow; dropped, broken, properly/ improperly installed service taps; debris, roots or other impediments to flow and any other condition that may prevent either the proper completion of the inspection, or affect any proposed rehabilitation process. Evaluation of existing lines includes associated manhole inspection. 2.5 Evaluation After Repairs /Rehabilitation Post CCTV: Following repairs or rehabilitation to existing lines (by Contractor), a CCTV camera shall travel through required line segment to televise. The intent of this process is to inspect the interior of the line to determine the location of repairs, and extent of any unacceptable work. Prior to transiting the line the video display initially is to include upstream and downstream manhole numbers, pipe size / material, adjacent street names and the date. During the transit the display must show the continuous distance from the insertion manhole with an accuracy of+/- 1% of the actual length to help mark observations on the report form. Specifically, items such as detailed inspection of the repaired area using pan-and- tilt equipment will be shown in the Inspection Report, including digital photographs of acceptable or inadequate and/or questionable work. The video must include narrative documentation of notable observations, and be cross referenced to the Inspection Report. The Inspection Report shall consist of condition observations recorded using City-approved computer-software generated formats conforming to NASSCO and PACP codes. 2.6 New Pipeline Inspection: Upon completion of the installation of new lines, including any appurtenances such as manholes, service connections, etc., a CCTV camera shall traverse through each completed line segment. The intent of this process is to inspect the interior of the completed line to determine the location of service taps and extent of omissions and/or any unacceptable work on the pipeline or manholes, such as sags, infiltration, gapped joints, protruding gaskets, etc. Prior to transiting the line, the initial video shall initially include the upstream and downstream manhole designations, pipe size, project name and other pertinent information. When inspecting / documenting new wastewater line conditions, the Contractor must conduct a specific inspection for the presence of sags in the newly installed line. The approved method involves the use of an inclinometer on the camera. The belly tolerance is 5% or less for acceptable pipe installation. Any deviation from the 5% belly tolerance limit must be approved by the applicable Utility Operating Department. The graphic report will note the start and stop of sags and approximate maximum depth. During the transit the display must show the continuous distance from the insertion manhole with an accuracy of +1% of the actual length to help mark observations on the Inspection Report form. The video must include narrative documentation of notable observations, and be cross referenced to the Inspection 027611 Page 3 of 8 Rev.3-25-2015 Report. The Inspection Report shall consist of condition observations recorded using approved computer-software generated formats. Specifically, items such as deviations in alignment and grade causing bellies / sags; abnormal conditions of the pipe barrel and joints; locations and quantities of any sources of infiltration or inflow; dropped, broken, properly/ improperly installed service taps or any other condition that may assist the Utilities Department in determining the quality of the pipeline installation. 2.7 Manhole Inspection: A CCTV camera shall traverse the manhole from top to bottom to record the condition of the manhole and invert for structural condition and sources of infiltration on the manhole and invert. The initial video display must show the entry manhole number, location/ street address, date and depth. a. The requirement is to commence capturing video at ground level. The video must be steady while panning and lowering to clearly record condition of the ring, corbel, the walls, and pipeline penetrations. The camera is to rotate during descent to inspect typical conditions and all penetrations. At the bottom of the manhole the complete invert will be inspected / viewed for infiltration and general condition. A washed out picture due to sunlight or shaking will be rejected for payment b. This manhole information may be retained on the same DVD if the line segment is also being investigated, or, if inspection is issued as a separate work order, a separate DVD and report will be required. As with pipeline inspection, digital photographs of key points of note must accompany the report and DVD. These would include seals on pipeline penetration, infiltration locations and other anomalies. c. The format of the Manhole Inspection Report will be as proposed by the Contractor and, following discussion, mutually approved by the Utilities Department and the Contractor. A sample form is included at the end of this specification. It will contain as a minimum: location& I.D.number manhole diameter manhole material depth of manhole condition of ring/ cover evidence of infiltration condition of walls presence of inflow inhibitor condition of pipe mouths presence of coatings condition of invert location: street/easement above invert penetrations 2.8 CCTV Set-U: a. A CCTV set-up includes all of the work, equipment, supervision,personnel, and materials needed to traverse a line segment. 027611 Page 4 of 8 Rev.3-25-2015 2.9 CCTV Reverse Set-112 A CCTV reverse set-up is an attempt to view the line segment from the other side due to an obstruction encountered during the initial set-up. 3. CLEANING REQUIREMENTS 3.1 Clean ALL debris such as dirt, gravel, rocks, grease, roots and other organic/inorganic debris from existing lines and manholes to allow for inspection to proceed. The Contractor will be required to clean the line segment using hydraulic equipment. The debris being removed from the pipeline shall be removed from the collection system at the receiving manhole, and not be allowed to be merely moved to the next line segment. Debris shall be properly disposed of in accordance with local, state and federal regulations. The Contractor shall have the option of dewatering debris removed from cleaning operations on this project at the Greenwood WWTP, located at 1541 Saratoga Blvd., Corpus Christi, Texas 78415. The Contractor shall coordinate with the City Utilities Department at all times (see also City Standard Specification Section 027604 Disposal of Waste from Wastewater Cleaning Operations. The City has six drying beds, each with a 1-foot high containment wall each with an area of about 2,300 square feet. The Contractor would be required to haul and handle the material to, at and from the facility as well as the restoration of drying beds. Restoration of the drying beds includes the removal of all the de-watered material and the replacement of the existing sand bed with new sand. All work required within the treatment plant, including the replacement of sand shall be in accordance with the requirements set forth by the Plant Supervisor. The use of the drying beds would be subject to prior approval of the facility and the associated de-watering fees. If the City's facilities are used for de-watering or disposal of waste, the Contractor shall be responsible for making contact with the appropriate Solid Waste or Wastewater Officials or both, making all arrangements for the use of City facilities, scheduling of delivery and pickup, etc. Materials and handling operations shall meet the requirements set forth by said Officials. Contractor shall coordinate with the Wastewater Pre-Treatment Coordinator to acquire the appropriate manifest documentation and shall also provide a copy of the landfill disposal weight ticket/receipt to the Engineer. Failure to meet these requirements shall be cause for rejection of the materials by either the landfill or the treatment plant operations. Proper disposal of this waste shall be responsibility of the Contractor. The Contractor shall provide the Engineer with written documentation 027611 Page 5 of 8 Rev.3-25-2015 of the proper disposal of this waste. The Contractor shall not be paid until this documentation is provided. 4. DELIVERABLES 4.1 The Contractor is required to provide the Engineer both narrated CCTV DVD and computer software-generated Inspection Report products, as a result of each inspection. Acceptable submissions become the property of the City. a. Quality Control: camera distortion, inadequate lighting, dirty or submerged lens and blurry or hazy pictures determined to be the fault of the Contractor will be cause for rejection of the inspection effort. If the quality of the deliverables does not meet with City approval, the Contractor shall repeat the documenting process at no cost to the City. b. DVD: for each inspection, one properly labeled color, professional grade, DVD, recorded in standard play (SP) mode, will be required. The DVD will display continuous distance from the insertion manhole, and include narrative observations at notable points, with correlating information shown in the Inspection Report. Labeling of the DVD(s) will include, either typed or neatly printed the following information on the dust cover: Project Name Street Name Tape Number Contractor Upstream MH # Downstream MH # Date Survey/Post/New Work Order# Pipe Size Material Project# c. Inspection Reports: inspection reports are to be from City-approved and software-generated formats on 81/2" x 11"paper, in color to improve definition of problem areas, and delivered with the DVD. Each report shall include the same information as noted for the DVD labels, plus the following additional information: pipe diameter, pipe material, manhole diameters & depths, whether this is a "reverse" set-up, direction of flow arrow, and total length of the pipeline. Notable observations are to be shown in the report as digital color photos, with up to four images per page. One report is required for each line segment. Note that the final approval for the use of the Contractor's proposed software will be needed before the first inspection. The Contractor shall submit to the City a sample of the proposed report for review and approval by the City. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Proposal, Pre-CCTV (Cleaning and Televised Inspection of existing lines to potentially be rehabilitated) and Post CCTV (Televised Inspection for acceptance of new lines or rehabbed lines) of Wastewater Lines shall not be measured for pay, but will be considered subsidiary to the appropriate bid item. 027611 Page 6 of 8 Rev.3-25-2015 Cleaning and Televised Inspection of Wastewater Lines includes an inspection of all manholes entered, crossed, or associated with the line being inspected. Reverse CCTV Set-Up shall not be allowed for acceptance televising as obstructions should not be encountered in new pipe that would require the Contractor to relocate to another manhole (upstream or downstream) of the original manhole. 027611 Page 7 of 8 Rev.3-25-2015 SAMPLE TELEVISED INSPECTION REPORT FORM CITY OF CORPUS CHRISTI TELEVISED INSPECTION REPORT DATA REQUIREMENTS [On screen at start of each set-tip and on Inspection Report] City's Project Name City's Project Number Contractor/Operator Date fl'ime Televised DVD Number Upstream MH Location Downstream MH Location Upstream ME Number Downstream ME Number Upstream MH Depth Downstream MH Depth Pipe Size Pre-Rehab TV Y N Evaluation TV Y N Post-Rehab TV Y N Reverse Set-up Y N Pipe Material DISTANCE FROM ENTRY POINT OBSERVATIONS/COMMENTS DVD LABELING REQUMEMENTS(On each DVD] City Project Name Upstream Manhole No. City Project No. Downstream Manhole No. Street Name Pre Post Other DVD No. Date/Time Made Contractor 027611 Page 8 of 8 Rev.3-25-2015 SECTION 028020 SEEDING 1. DESCRIPTION This specification shall govern all work necessary for tilling, fertilizing, planting seeds, mulching, watering and maintaining vegetation required to complete the project. 2. MATERIALS 2.1 FERTILIZER: All fertilizer shall be delivered in bags or clearly marked containers showing the analysis, name, trademark and warranty. The fertilizer is subject to testing by the State Chemist in accordance with the Texas fertilizer law. Fertilizer shall have an analysis of 12-12-12 (percent of nitrogen, phosphoric acid and potash) as determined by the Association of Official Agricultural Chemists. Fertilizer shall be free flowing and uniform in composition. 2.2 SEED: Seed shall be labeled and meet the requirements of the Texas Seed Law. Labels shall indicate purity, germination, name and type of seed. Seed furnished shall be of the previous season's crop, and the date of analysis shown on each bag shall be within twelve months of delivery to the project. The quantity of"Commercial Seed" required to equal the quantity of"Pure Live Seed" shall be computed by the following formula: Commercial Seed=Pure Live Seed x 10,000 %Purity x % Germination The quantity of pure live seed and type required are indicated below. Mixture A or C shall be used for this project, depending on the time of the year planting is performed. LB/ACRE OF PURE LIVE SEED FOR MIXTURES COMMON NAME SCIENTIFIC NAME A B C Green Sprangletop Leptochloa Dubia 1.4 1.4 - Sideoats Grama(premier) Bouteloua Curtipendula 0.6 - 0.6 Bermudagrass (Hulled) Cynodon Dactylon 7.0 7.4 - Bermudagrass (Unhulled) Cynodon Dactylon - - 30.0 K-R Bluestem Andropogon Ischaemum 1.2 1.2 1.5 Buffalograss Buchloe Dactyloides - 4.2 - Annual Ryegrass Lolium Multiflorum 5.0 5.0 20.0 Mixture-A: Recommended for clay or tight soil planted between December 1 thru May 1. Mixture-B: Recommended for sandy soil planted between December 1 thru May 1. Mixture-C: Recommended for all soils planted between May 2 thru November 30. 028020 Page 1 of 4 Rev.3-25-2015 2.3 MULCH: Mulch shall be either the straw type or wood cellulose fiber type. Straw Type mulch shall be of straw from stalks of domestic grain, Bermudagrass or cotton hulls, or other approved by the Engineer. Wood Cellulose Fiber Type mulch shall have no growth inhibiting ingredients and shall be dried with a moisture content less that 10% by weight. Fibers shall be dyed an appropriate color to facilitate visual metering and application of mulch. The cellulose fiber shall be manufactured so that after addition and agitation in slurry tank with fertilizers, seeds and other approved additives, the fibers in the material will become uniformly suspended to form a homogeneous slurry; when sprayed on the ground, the material shall form a uniform cover impregnated with seeds; the cover shall allow added water to percolate to the underlying soil. The fiber material shall be supplied in packages of not more than 100 lb. gross weight and shall be marked by the manufacturer to indicate the dry weight content. 2.4 EQUIPMENT: The fertilizing, seeding and/or mulching operations shall be accomplished with equipment suitable to the required function. It shall be of current design and in good operating condition. Special seeding and mulching equipment must also meet the following requirements: Seeder - Equipment for applying a seed-fertilizer mix shall be a hydraulic seeder designed to pump and discharge a waterborne, homogeneous slurry of seed and fertilizer. The seeder shall be equipped with a power driven agitator and capable of pressure discharge. Straw Mulch Spreader - Equipment used for straw mulch application shall be trailer mounted, equipped with a blower capable of 2000 r.p.m. operation, and that will discharge straw mulch material through a discharge boom with spout at speeds up to 220 feet per second. The mulch spreader shall be equipped with an asphalt supply and application system near the discharge end of the boom spout. The system shall apply asphalt adhesive in atomize form to the straw at a predetermined rate. The spreader shall be capable of blowing the asphalt-coated mulch, with a high velocity airstream, over the surface at a uniform rate, forming a porous, stable erosion-resistant cover. Wood Cellulose Fiber Mulch Spreader - Equipment used for this application of fertilizer, seeds, wood pulp, water and other additives shall have a built-in agitation system with sufficient capacity to agitate, suspend and homogeneously mix a slurry containing up to 40 lbs. of fiber plus the required fertilizer solids for each 100 gallons of water. It shall have sufficient agitation and pump capacity to spray a slurry in a uniform coat over the area to be mulched. 028020 Page 2 of 4 Rev.3-25-2015 3. CONSTRUCTION METHODS 3.1 PREPARATION OF SEEDBED: The area to be treated along with requirements for seed, fertilizer and other treatments, shall be done as indicated on the drawings and as specified below. Clearing—Refer to City Standard Specification Section 021020, "Site Clearing and Stripping". Grading -Refer to City Standard Specification Section 021040, "Site Grading". Tilling -The area to be seeded shall be tilled to a depth of 4 to 6 inches by disking,plowing, or other approved methods until soil condition is acceptable. Topsoiling — If the native soils are not conducive to the establishment and maintenance of grass growth, or if called for on the drawings, topsoil shall be placed over the area to be seeded to a depth of 5 inches after tilling. Topsoil shall have a pH range of 5.5 to 7; shall contain between 2 and 20 percent organic material content in accordance with ASTM D5268; and shall be free of stones larger than one inch, debris, and extraneous materials harmful to plant growth. 3.2 FERTILIZING: Fertilizer shall be uniformly applied at a rate of 400 lb/acre, after tilling. Fertilizing and seeding shall be done concurrently. If seeds and fertilizer are distributed in a water slurry, the mixture shall be applied to the area to be seeded within 30 minutes after all the components have come into contact. 3.3 SEEDING: The seed mixture shall be uniformly distributed at the rate specified above. Broadcast Seeding - Seed shall be placed with fertilizer, after tilling. After planting, the area shall be rolled on contour with a corrugated roller. Straw Mulch Seeding- Seed shall be placed with fertilizer, after tilling. After placement of the seed and fertilizer mixture, straw mulch shall be uniformly placed at a rate of 2 tons per acre. As soon as the mulch has been spread, it shall be anchored to the soil a minimum depth of 3 inches by use of a heavy, dulled disk harrow, set nearly straight. Disks shall be set approximately 9 inches apart. Straw Mulch With Asphalt Seeding - Seed, fertilizer and straw mulch shall be placed as described in "Straw Mulch Seeding" with the following two exceptions: 1) An asphalt-water emulsion shall be applied to the mulch near the discharge end of the boom spout at a rate of 300 to 600 gallons per acre. 2) Mechanical anchoring by disking will not be required. Asphalt Mulch Seeding - The seed and fertilizer shall be placed as described for 'Broadcast Seeding". After the area has been rolled, the area shall be watered sufficiently to assure a uniform moisture to a minimum depth of 4 inches. An asphalt-water emulsion shall be applied at a rate of 1500 to 1800 gallons per acre, immediately after watering. Asphalt shall be applied to the area in such a manner that a complete film is obtained and the finished surface shall be 028020 Page 3 of 4 Rev.3-25-2015 comparatively smooth. Wood Cellulose Fiber Mulch Seeding - After tilling, mulch shall be applied. Wood cellulose fibers shall be added to the hydraulic seeder after the proportionate amounts of seed, fertilizer, water and other approved materials are added. Application shall be 1500 lb./acre on flats, 20001b./acre on slopes up to 3:1, and 25001b./acre on slopes steeper than 3:1. One hundred (100)pounds of fiber per acre shall be used when asphalt is to be applied over cellulose mulch. The mulch shall provide a uniform cover over the soil surface. Asphalt Over Wood Cellulose Fiber Mulch Seeding - "Wood Cellulose Fiber Mulch Seeding" shall be done as described above. After mulch has been placed, an asphalt-water emulsion shall be uniformly spread over the mulch at a rate of 1200 gallons per acre. 3.4 MAINTENANCE: The Contractor shall water, repair and reseed areas as required for a period of 45 days or until growth has been established, whichever is longer. This includes erosion damage. Maintenance does not include mowing or weed control, unless indicated on the plans. If at any time the seeded area becomes gullied or otherwise damaged, or the seeds have been damaged or destroyed, the affected portion shall be re-established to the specified condition prior to acceptance of the work. 3.5 GUARANTEE: The Contractor shall assure 95% of the seeded area has established grass growth at 45 calendar days after seeding, unless indicated otherwise on the drawings. Where established, grass growth is defined as at least one plant per square foot with no bare spots larger than three (3) square feet. The Contractor shall re-establish grass growth as directed by the Engineer during the one-year warranty period. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, seeding will be measured by the horizontal square yard of area seeded within the areas designated on the drawings. Areas disturbed by the Contractor that are outside of the designated areas (such as field office, laydown/ storage area, stockpile areas, etc.) shall be seeded by the Contractor for erosion control per the stormwater pollution prevention plan but will not be measured for payment. Payment shall be full compensation for all labor, materials, tools, equipment and incidentals necessary to complete the work, and shall include, but not be limited to, tilling soil, topsoiling, fertilizing, planting, mulching, watering and maintaining vegetation. Payment shall be due and payable only after grass growth has been established as described above. 028020 Page 4 of 4 Rev.3-25-2015 SECTION 028040 SODDING 1. DESCRIPTION This specification shall govern all work necessary for furnishing and placing sod as required to complete the project. 2. MATERIALS Fertilizer: All fertilizer used shall be delivered in bags or containers with clearly marked analysis. A granulated fertilizer shall be used with an analysis of 10-20-10. These figures represent the percent of nitrogen, phosphoric acid and potash nutrients, respectively, as determined by the methods of the Association of Official Agricultural Chemists. The rate of application shall be not less than 350 pounds per acre (7.23 lb. per 100 SY). In the event that it is necessary to substitute a fertilizer with a different analysis, it shall be granulated fertilizer with a lower concentration. The total nutrients applied per unit area shall not be less that the specified amount of each nutrient. Sod: Sod shall consist of live Bermuda grass with thickly matted roots throughout the soil and with a minimum thickness of 3 inches or 0.25 foot, or live St. Augustine with thickly matted roots throughout the soil with a minimum thickness of 1 inch or 0.08 foot. The Contractor shall not use sod where grass is thinned out. Grass shall be mowed and raked to remove all weeds and long stems prior to extraction at the source. Sod and soil shall be kept moist at all times during the sodding process. Care must be taken at all times to retain native soil on the root system. Water: Water shall be free from oils, acids, alkalis, and salts that may inhibit grass growth. Unless indicated otherwise on the drawings, water shall be provided by the City and shall be transported and applied by the Contractor. 3. CONSTRUCTION METHODS Spot Sodding Prior to planting, the area to be sodded shall be graded and shaped. Squares of sod with a minimum width of 3 inches shall be planted in rows on 15-inch centers in both directions. Sod shall be placed so that it is firmly against the bottom of the hole, and the top of the sod shall not be more than 1/2 inch below finished grade. Soil shall be firmly packed against all sides of the sod. Soil shall not be allowed to cover the sod except for soil incidental to raking,provided that the quantity of soil is not enough to hinder the growth. Areas to be spot sodded shall be indicated on the drawing or as directed by the Engineer in field. After sod has been planted, the area shall be fertilized and watered. 028040 Page 1 of 2 Rev.3-25-2015 Block Sodding: Prior to planting, the area to be sodded shall be graded and shaped. Sod blocks shall be uniformly placed over the prepared area. The sodded area shall then be fertilized and watered. After the area is sufficiently dry, the area shall be rolled or tamped to form a thoroughly compacted mat. Any voids in the mats shall be filled with additional sod and tamped. If, in the opinion of the Engineer, slopes may cause displacement, areas to be block sodded shall be indicated on the drawings or as directed by the Engineer in the field. Mulch Sodding: The sod source shall be disked in two directions cutting the sod thoroughly to a depth of not less than 4 inches or more than 10 inches, being careful to avoid having soil containing no grass roots. The disked sod may be windrowed or otherwise handled in a manner satisfactory to the Engineer. The material shall be rejected if not kept in a moist condition. Prior to placing mulch sod, the cut slopes shall be scarified by plowing furrows 4 inches to 6 inches deep along horizontal slope lines at 2-foot vertical intervals. Excavated material from the furrows shall not protrude more than 3 inches above the original surface of the cut. Fertilizer shall be distributed uniformly over the area. The sod shall then be dumped upon the prepared area and spread uniformly to the required approximate thickness shown on the plans. Any section not true to lines and cross section shall be remedied by the addition of sod material. After the sod material has been spread and shaped, it shall be compacted with a corrugated roller of the "Cultipacker" type. All rolling of slope areas shall be on the contour. The area to be mulch sodded shall be indicated on the drawings or as directed by the Engineer in the field. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, spot sodding and block sodding shall be measured by the square yard taken in a horizontal plane. Payment shall include, but not be limited to, excavation, transporting, storing and placing of sod, and application of fertilizer and water. 028040 Page 2 of 2 Rev.3-25-2015 SECTION 028300 FENCE RELOCATION 1. DESCRIPTION This specification shall govern all work necessary to accomplish the relocation of any fence that needs to be moved to complete this project. The necessity and the time schedule for relocation of any given fence shall be determined by the Engineer. 2. MATERIALS Whenever possible, all or part of the existing fence materials shall be used in constructing the relocated fence. Any materials damaged or destroyed as a result of removal of the fence from its existing location shall be replaced with materials of equal or better quality at the expense of the contractor. 3. CONSTRUCTION METHODS It is the intent of this specification that fences be reconstructed to original condition (condition at time just prior to commencement of construction on this project). Unless otherwise specified, no fence shall be replaced until the area surrounding its new location has been worked to its finished grade. Any fence that is damaged while being removed shall be repaired prior to being reset or replaced with like kind. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, fence relocation shall be measured by the linear foot of relocated fence(not fence removed from original location). Payment shall constitute full compensation for removal, replacement, necessary repairs, and all other work related to the relocation of fences. 028300 Page 1 of 1 Rev.10-30-2014 SECTION 028320 CHAIN LINK FENCE 1. DESCRIPTION This specification governs for the design, construction, and the requirements of the component parts and accessories for chain link fence. 2. MATERIALS All materials shall meet the requirements as indicated below or as otherwise specified on the plans. 1. Fabric - The fabric width shall be as shown on the plans. The fabric shall be 9 gage wire woven into 2-inch mesh hot-dip galvanized after fabrication. Fabric 48 inches and under shall be furnished with knuckling at one selvage and twisting and barbing at the other. Fabric 60 inches high and over shall have twisting and barbing on both selvages. Except as herein provided, chain link fence fabric shall conform to the specifications of ASTM Designation: A392, Class I. 2. Barbed Wire - Barbed wire shall conform to ASTM A121, unless specified otherwise. Barbed wire shall consist of three strands of 12'/2 gage wire with 14 gage point barbs spaced approximately 5 inches apart. Galvanizing for barbed wire shall conform to ASTM Designation: A121, Class 2. 3. Posts, Braces and Gates - Steel pipe used for posts, braces and gate frames shall conform to the specifications of ASTM Designation: A120. Steel sections shall be of good commercial quality weldable steel. Posts, frames and braces shall be as specified below or as otherwise specified. (a) Line Posts 1. 2-inch nominal diameter steel pipe. 2. 1'/8-inch 2'/4-inch "H" section of high carbon steel; minimum weight 4.1 pounds per linear foot. (b) End and Corner Posts 1. 2'/2" nominal diameter steel pipe. 2. 2'/2" square tubular steel; minimum weight 5.79 pounds per linear foot. 028320 Page 1 of 4 Rev.10-30-2014 (c) Swing Gate Posts Swing and gate posts shall conform to ASTM Designation: A120 and shall be in the following sizes: Pipe Size Square (O.D.Nominal) Tubular Gate Length 2.875 in. 2.5 in. Up to 6 feet 4.0 in. 3.0 in. 7 feet to 12 feet 6.625 in. - 13 feet and above (d) Gate Frames Gate frames shall be standard heavy type, welded, watertight, rigid frame with adequate internal bracing and tension members to prevent sagging. Furnish hinges, latches, stops, keepers and similar items as approved. Gates to swing open 180 degrees with keepers to hold gates in open position. Furnish latches with provisions for padlocking. On gates of 4-foot length or less, provide latches that automatically engage when gate is swung shut. The size of gate frame members shall be as follows unless otherwise specified. Gates shall be provided with a positive means of maintaining the gate in the closed position. O. D. or Dimensions,Nominal Use and Section Round Square Frame for fabric 6' and less, and leaf widths not exceeding 8' 1.66" 1.5" Frame for fabric over 6' or gate leafs over 8'width 1.9" 2.0" Internal braces 1.66" 1.5" Top rails and post braces 1.66" - 4. Top Rails - Top rails shall be 1.66 inches O.D. nominal tubular; lengths of not less than 18 feet conforming to ASTM Designation: A120 and shall be fitted with couplings for connecting the lengths into a continuous run. The couplings shall be not less than 6 inches long, with 0.070 inch minimum wall thickness, and shall allow for expansion and contraction of the rail. The top rail shall pass through the base of line post barbed wire extension arm and fasten securely to terminal posts. 028320 Page 2 of 4 Rev.10-30-2014 5. Bracing - Bracing shall be provided for each gate, corner, pull and end post for use when top rail is omitted or with fabric over 6 feet, and shall consist of round tubular steel, 1.66 inches O.D. nominal conforming to ASTM Designation: A120. Bracing shall extend to each adjacent line post at approximately mid-height of the fabric. A truss consisting of a rod not less than 3/8 inch nominal diameter from the line post back to the gate, corner, pull or end post with a turnbuckle or other approved method of adjustment shall also be included. 6. Barbed Wire Extension Arm - Use standard 45 degree, 3 wire, barbed wire extension arms on posts, except end and gate posts on which use standard post top. Provide hole for top rail. Barbed wire extension arms shall conform to ASTM Designation: A153. 7. Tension Wire - If top rail is not specified, a top tension wire shall be provided. Spiraled or crimped tension wire shall be not less than 97 gage and shall conform to ASTM Designation: A116, Class 3. Ties or clips shall be provided for attaching each wire to the fabric at intervals not exceeding 2 feet. 8. Stretcher Bars - Stretcher bars shall not be less than 3/16 by 3/4 inch steel conforming to ASTM Designation: A153. Stretcher bars shall not be less than 2 inches shorter than the full height of the fabric with which they are used. One stretcher bar shall be provided for each gate and end post and two for each corner and pull post. 9. Ties, Bands or Clips - Ties of 9 gage steel wire shall be provided in sufficient number for attaching the fabric to all line posts at intervals not exceeding 15 inches. Bands or clips of adequate strength shall be provided in sufficient number for attaching the fabric and stretcher bars to all terminal posts at intervals not exceeding 15 inches. Tension bands and brace bands shall be formed from flat or beveled steel and shall have a minimum thickness of 0.115 inch and a minimum width of 7/8 inch, and shall conform to ASTM Designation: A153. 3. CONSTRUCTION METHODS Maximum post spacing shall be 10 feet unless specified otherwise. Concrete footings shall be Class "A" Concrete (see City Standard Specification Section 030020 "Portland Cement Concrete") of the following dimensions: Type Fabric Hole Hole Post of Post Hecht Diameter Depth Embedment Line 3'-4' 6" 24" 21" Line 5' 8" 30" 27" Line 6'-12' 9" 38" 36" Terminal 3'-5' 10" 32" 30" Terminal 6'-12' 12" 38" 36" 028320 Page 3 of 4 Rev.10-30-2014 Erect fencing to follow natural ground surface, but adjust minor irregularities in grade as directed. Construct fence to true alignment. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, chain link fence shall be measured by the linear foot of fence measured at the bottom of the fabric along the centerline of fence from center to center of terminal posts, excluding gates. Gates will be measured per each gate, complete in place. Payment shall be by the linear foot, as measured above, for the height specified unless otherwise specified. Gates will be paid for as measured above and as described in the Bid Form unless otherwise specified. Payment shall be full compensation for furnishing and installing all materials, and for all labor, tools, equipment and incidentals required to construct the fence as required by the plans and these specifications. 028320 Page 4 of 4 Rev.10-30-2014 SECTION 030020 PORTLAND CEMENT CONCRETE 1. DESCRIPTION This specification shall govern for the materials used; for the storing and handling of materials; and for the proportioning and mixing of concrete for culverts, manholes, inlets, curb and gutter, sidewalks, driveways, curb ramps, headwalls and wingwalls, riprap, and incidental concrete construction. The concrete shall be composed of Portland cement, aggregates (fine and coarse), admixtures if desired or required, and water,proportioned and mixed as hereinafter provided. 2. MATERIALS (1) Cement The cement shall be either Type I,II or III Portland cement conforming to ASTM Designation: C150, modified as follows: Unless otherwise specified by the Engineer, the specific surface area of Type I and II cements shall not exceed 2000 square centimeters per gram(Wagner Turbidimeter— TxDOT Test Method Tex-310-D). For concrete piling, the above limit on specific surface area is waived for Type II cement only. The Contractor shall furnish the Engineer, with each shipment, a statement as to the specific surface area of the cement expressed in square centimeters per gram. For cement strength requirements, either the flexural or compressive test may be used. Either Type I or II cement shall be used unless Type II is specified on the plans. Except when Type II is specified on the plans, Type III cement may be used when the anticipated air temperature for the succeeding 12 hours will not exceed 60°F. Type III cement may be used in all precast prestressed concrete, except in piling when Type II cement is required for substructure concrete. Different types of cement may be used in the same structure, but all cement used in any one monolithic placement shall be of the same type and brand. Only one brand of each type will be permitted in any one structure unless otherwise authorized by the Engineer. Cement may be delivered in bulk where adequate bin storage is provided. All other cement shall be delivered in bags marked plainly with the name of the manufacturer and the type of cement. Similar information shall be provided in the bills of lading accompanying each shipment of packaged or bulk cement. Bags shall contain 94 pounds net. All bags shall be in good condition at time of delivery. All cement shall be properly protected against dampness. No caked cement will be accepted. Cement remaining in storage for a prolonged period of time may be retested and rejected if it fails to conform to any of the requirements of these specifications. 030020 Page 1 of 13 Rev.10-30-2014 (2) Mixing Water Water for use in concrete and for curing shall be free from oils, acids, organic matter or other deleterious substances and shall not contain more than 1000 parts per million of chlorides as CL nor more than 1000 parts per million of sulfates as 5O4. Water from municipal supplies approved by the State Health Department will not require testing, but water from other sources will be sampled and tested before use in structural concrete. Tests shall be made in accordance with the "Method of Test for Quality of Water to be Used in Concrete" (AASHTO Method T26), except where such methods are in conflict with provisions of this specification. (3) Coarse Aggregate Coarse aggregate shall consist of durable particles of gravel, crushed blast furnace slag, crushed stone, or combinations thereof-, free from frozen material or injurious amount of salt, alkali, vegetable matter, or other objectionable material either free or as an adherent coating; and its quality shall be reasonably uniform throughout. It shall not contain more than 0.25 percent by weight of clay lumps, nor more than 1.0 percent by weight of shale, nor more than 5 percent by weight of laminated and/or friable particles when tested in accordance with TxDOT Test Method Tex-413-A. It shall have a wear of not more than 40 percent when tested in accordance with TxDOT Test Method Tex-410-A. Unless otherwise specified on the plans, coarse aggregate will be subjected to five cycles of the soundness test in accordance with TxDOT Test Method Tex-411-A. The loss shall not be greater than 12 percent when sodium sulfate is used, or 18 percent when magnesium sulfate is used. Permissible sizes of aggregate shall be governed by Table 4 and Table 1, except that when exposed aggregate surfaces are required, coarse aggregate gradation will be as specified on the plans. When tested by approved methods, the coarse aggregate, including combinations of aggregates when used, shall conform to the grading requirements shown in Table 1. 030020 Page 2 of 13 Rev.10-30-2014 TABLE 1 Coarse Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Nominal 2-�/z 2 1-�/z 1 3/4 1/2 3/8 Grade No. Size In. In. In. In. In. In. In. No. 4 No. 8 1 2 in. 0 0 to 15 60 to 95 to 20 to 80 100 50 2 (467)* 1-�/z in. 0 0 30 to 70 95 to to 65 to 100 5 90 4 (57)* 1 in. 0 0 40 90 to 95 to to to 100 100 5 75 8 3/8 in. 0 0 to 35 to 90 to 5 80 100 *Numbers in parenthesis indicate conformance with ASTM C33. The aggregate shall be washed. The Loss by Decantation (TxDOT Test Method Tex-406-A) plus the allowable weight of clay lumps, shall not exceed one percent, or the value shown on the plans, whichever is smaller. (4) Fine Aggregate Fine aggregate shall consist of clean, hard, durable and uncoated particles of natural or manufactured sand or a combination thereof, with or without a mineral filler. It shall be free from frozen material or injurious amounts of salt, alkali, vegetable matter or other objectionable material and it shall not contain more than 0.5 percent by weight of clay lumps. When subjected to the color test for organic impurities (TxDOT Test Method Tex-408-A), it shall not show a color darker than standard. The fine aggregate shall produce a mortar having a tensile strength equal to or greater than that of Ottawa sand mortar when tested in accordance with TxDOT Test Method Tex-317-D. Where manufactured sand is used in lieu of natural sand for slab concrete subject to direct traffic, the acid insoluble residue of the fine aggregate shall be not less than 28 percent by weight when tested in accordance with TxDOT Test Method Tex-612-J. When tested by approved methods, the fine aggregate or combination of aggregates, including mineral filler, shall conform to the grading requirements shown in Table 2. 030020 Page 3 of 13 Rev.10-30-2014 TABLE 2 Fine Aggregate Gradation Chart Percent Retained on Each Sieve A�4ue�4ate Grade No. 3/8 In. No. 4 No. 8 No. 16 No. 30 No. 50 No. 100 No. 200 1 0 0 to 5 0 to 20 15 to 50 35 to 75 70 to 90 90 to 100 97 to 100 NOTE 1: Where manufactured sand is used in lieu of natural sand, the percent retained on the No. 200 sieve shall be 94 to 100. NOTE 2: Where the sand equivalent value is greater than 85, the retainage on the No. 50 sieve may be 70 to 94 percent. Fine aggregate will be subjected to the Sand Equivalent Test (TxDOT Test Method Tex-203-F). The sand equivalent shall not be less than 80 nor less than the value shown on the plans,whichever is greater. For concrete Classes `A' and `C', the fineness modulus as defined below for fine aggregates shall be between 2.30 and 3.10. The fineness modulus will be determined by adding the percentages by weight retained on the following sieves, and dividing by 100; Nos. 4, 8, 16, 30, 50 and 100. (5) Mineral Filler Mineral filler shall consist of stone dust, clean crushed sand, or other approved inert material. (6) Mortar(Grout Mortar for repair of concrete shall consist of 1 part cement, 2 parts finely graded sand, and enough water to make the mixture plastic. When required to prevent color difference, white cement shall be added to produce the color required. When required by the Engineer, latex adhesive shall be added to the mortar. (7) Admixtures Calcium Chloride will not be permitted. Unless otherwise noted, air-entraining, retarding and water-reducing admixtures may be used in all concrete and shall conform to the following requirements: A "water-reducing, retarding admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a given consistency and will retard the initial set of the concrete. A "water-reducing admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a 030020 Page 4 of 13 Rev.10-30-2014 given consistency. (a) Retarding and Water-Reducing Admixtures. The admixture shall meet the requirements for Type A and Type D admixture as specified in ASTM Designation: C494, modified as follows: (1) The water-reducing retarder shall retard the initial set of the concrete a minimum of 2 hours and a maximum of 4 hours, at a specified dosage rate, at a temperature of 90°F. (2) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (3) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air-entraining admixture used in the referenced and test concrete shall be neutralized Vinsol resin. (b) Air-Entraining Admixture. The admixture shall meet the requirements of ASTM Designation: C260, modified as follows: (1) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (2) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air-entraining admixture used in the referenced concrete shall be neutralized Vinsol resin. 3. STORAGE OF CEMENT All cement shall be stored in well-ventilated weatherproof buildings or approved bins, which will protect it from dampness or absorption of moisture. Storage facilities shall be ample, and each shipment of packaged cement shall be kept separated to provide easy access for identification and inspection. The Engineer may permit small quantities of sacked cement to be stored in the open for a maximum of 48 hours on a raised platform and under waterproof covering. 4. STORAGE OF AGGREGATE The method of handling and storing concrete aggregate shall prevent contamination with foreign materials. If the aggregates are stored on the ground, the sites for the stockpiles shall be clear of all vegetation and level. The bottom layer of aggregate shall not be disturbed or used without recleaning. 030020 Page 5 of 13 Rev.10-30-2014 When conditions require the use of two or more sizes of aggregates, they shall be separated to prevent intermixing. Where space is limited, stockpiles shall be separated by physical barriers. Methods of handling aggregates during stockpiling and subsequent use shall be such that segregation will be minimized. Unless otherwise authorized by the Engineer, all aggregate shall be stockpiled at least 24 hours to reduce the free moisture content. 5. MEASUREMENT OF MATERIALS The measurement of the materials, except water, used in batches of concrete, shall be by weight. The fine aggregate, coarse aggregate and mineral filler shall be weighed separately. Where bulk cement is used, it shall be weighed separately, but batch weighing of sacked cement will not be required. Where sacked cement is used, the quantities of material per batch shall be based upon using full bags of cement. Batches involving the use of fractional bags will not be permitted. Allowance shall be made for the water content in the aggregates. Bags of cement varying more than 3 percent from the specified weight of 94 pounds may be rejected, and when the average weight per bag in any shipment, as determined by weighing 50 bags taken at random, is less than the net weight specified, the entire shipment may be rejected. If the shipment is accepted, the Engineer will adjust the concrete mix to a net weight per bag fixed by an average of all individual weights which are less than the average weight determined from the total number weighed. 6. CLASSIFICATION AND MIX DESIGN It shall be the responsibility of the Contractor to furnish the mix design, using a coarse aggregate factor acceptable to the Engineer, for the class(es) of concrete specified. The mix shall be designed by a qualified concrete technician to conform with the requirements contained herein and in accordance with the THD Bulletin C-11. The Contractor shall perform, at his own expense, the work required to substantiate the design, except the testing of strength specimens, which will be done by the Engineer. Complete concrete design data shall be submitted to the Engineer for approval. It shall also be the responsibility of the Contractor to determine and measure the batch quantity of each ingredient, including all water, so that the mix conforms to these specifications and any other requirements shown on the plans. Trial batches will be made and tested using all of the proposed ingredients prior to placing the concrete, and when the aggregate and/or brand of cement or admixture is changed. Trial batches shall be made in the mixer to be used on the job. When transit mix concrete is to be used, the trial designs will be made in a transit mixer representative of the mixers to be used. Batch size shall not be less than 50 percent of the rated mixing capacity of the truck. Mix designs from previous or concurrent jobs may be used without trial batches if it is shown that 030020 Page 6 of 13 Rev.10-30-2014 no substantial change in any of the proposed ingredients has been made. The coarse aggregate factor shall not be more than 0.82, except that when the voids in the coarse aggregate exceed 48 percent of the total dry loose volume, the coarse aggregate factor shall not exceed 0.85. The coarse aggregate factor shall not be less than 0.70 for Grades 1, 2 and 3 aggregates. If the strength required for the class of concrete being produced is not secured with the cement specified in Table 4, the Contractor may use an approved water-reducing or retarding admixture, or he shall furnish aggregates with different characteristics which will produce the required results. Additional cement may be required or permitted as a temporary measure until the redesign is checked. Water-reducing or retarding agents may be used with all classes of concrete at the option of the Contractor. When water-reducing or retarding agents are used at the option of the Contractor,reduced dosage of the admixture will be permitted. Entrained air will be required in accordance with Table 4. The concrete shall be designed to entrain 5 percent air when Grade 2 coarse aggregate is used and 6 percent when Grade 3 coarse aggregate is used. Concrete as placed in the structure shall contain the proper amount as required above with a tolerance of plus or minus 1.5 percentage points. Occasional variations beyond this tolerance will not be cause for rejection. When the quantity of entrained air is found to be above 7 percent with Grade 2 coarse aggregate or above 8 percent for Grade 3 coarse aggregate, additional test beams or cylinders will be made. If these beams or cylinders pass the minimum flexural or compressive requirements, the concrete will not be rejected because of the variation in air content. 7. CONSISTENCY In cases where the consistency requirements cannot be satisfied without exceeding the maximum allowable amount of water, the Contractor may use, or the Engineer may require, an approved water-reducing or retarding agent, or the Contractor shall furnish additional aggregates or aggregates with different characteristics, which will produce the required results. Additional cement may be required or permitted as a temporary measure until aggregates are changed and designs checked with the different aggregates or admixture. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum. The concrete shall be workable, cohesive, possess satisfactory finishing qualities, and of the stiffest consistency that can be placed and vibrated into a homogenous mass. Excessive bleeding shall be avoided. Slump requirements will be as specified in Table 3. 030020 Page 7 of 13 Rev.10-30-2014 TABLE 3 Slump Requirements Concrete Desi_ng ation Desired Slump Max. Slump Structural Concrete: (1) Thin-Walled Sections (9" or less) 4 inches 5 inches (2) Slabs, Caps, Columns,Piers, Wall Sections over 9", etc. 3 inches 4 inches Underwater or Seal Concrete 5 inches 6 inches Riprap, Curb, Gutter and Other Miscellaneous Concrete 2.5 inches 4 inches NOTE: No concrete will be permitted with slump in excess of the maximums shown. 8. QUALITY OF CONCRETE General The concrete shall be uniform and workable. The cement content, maximum allowable water- cement ratio, the desired and maximum slump and the strength requirements of the various classes of concrete shall conform to the requirements of Table 3 and Table 4 and as required herein. During the process of the work, the Engineer or his designated representative will cast test cylinders or beams as a check on the compressive or flexural strength of the concrete actually placed. Test cylinders must be picked up by the testing lab within 24 hours. A test shall be defined as the average of the breaking strength of two cylinders or two beams, as the case may be. Specimens will be tested in accordance with TxDOT Test Methods Tex-418-A or Tex-420-A. Test beams or cylinders will be required as specified in the contract documents. For small placements on structures such as manholes, inlets, culverts, wingwalls, etc., the Engineer may vary the number of tests to a minimum of one for each 25 cubic yards placed over a several day period. All test specimens, beams or cylinders, representing tests for removal of forms and/or falsework shall be cured using the same methods, and under the same conditions as the concrete represented. "Design Strength" beams and cylinders shall be cured in accordance with THD Bulletin C-11. The Contractor shall provide and maintain curing facilities as described in THD Bulletin C-11 for the purpose of curing test specimens. Provision shall be made to maintain the water in the curing tank at temperatures between 70°F and 90°F. When control of concrete quality is by twenty-eight-day compressive tests,job control will be by seven-day compressive tests which are shown to provide the required twenty-eight-day strength, based on results from trial batches. If the required seven-day strength is not secured with the 030020 Page 8 of 13 Rev.10-30-2014 cement specified in Table 4, changes in the batch design will be made. TABLE 4 Classes of Concrete Minimum Class Compressive Min. Beam Maximum Coarse of Sacks Cement Strength(fc) Strength Water-Cement Aggregate Concrete per C.Y. (min.) 28-Day(psi) 7-Day(psi) Ratio (gal/sack) No. A* 5.0 3000 500*** 6.5 2-4-8**** B* 4.5 2500 417 8.0 2-4-8**** C* 6.0 3600 600*** 6.0 1-2-4** D 6.0 3000 500 7.0 2-4 S 6.5 4000 570 5.0 2-4 *Entrained Air(slabs,piers and bent concrete). **Grade 1 Coarse Aggregate may be used in foundation only(except cased drilled shafts). ***When Type II Cement is used with Class C Concrete, the 7-day beam break requirement will be 550 psi; with Class A Concrete, the minimum 7-day beam break requirement will be 460 psi. ""Permission**Permission to use Grade 8 Aggregate must have prior approval of the Engineer. 9. MIXING CONDITIONS The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the limits outlined in City Standard Specification Section 038000 "Concrete Structures", Article 'Placing Concrete-General", shall not be used. Retamping of concrete will not be permitted. In threatening weather, which may result in conditions that will adversely affect the quality of the concrete to be placed, the Engineer may order postponement of the work. Where work has been started and changes in weather conditions require protective measures, the Contractor shall furnish adequate shelter to protect the concrete against damage from rainfall, or from freezing temperatures. If necessary to continue operations during rainfall, the Contractor shall also provide protective coverings for the material stockpiles. Aggregate stockpiles need be covered only to the extent necessary to control the moisture conditions in the aggregates to adequately control the consistency of the concrete. 10. MIXING AND MIXING EQUIPMENT All equipment, tools, and machinery used for hauling materials and performing any part of the work shall be maintained in such condition to insure completion of the work underway without excessive delays for repairs or replacements. The mixing shall be done in a batch mixer of approved type and size that will produce uniform 030020 Page 9 of 13 Rev.10-30-2014 distribution of the material throughout the mass. Mixers may be either the revolving drum type or the revolving blade type, and shall be capable of producing concrete meeting the requirements of these specifications. After all the ingredients are assembled in the drum, the mixing shall continue not less than 1 minute for mixers of one cubic yard or less capacity plus 15 seconds for each additional cubic yard or portion thereof. The mixer shall operate at the speed and capacity designated by the Mixer Manufacturers Bureau of the Associated General Contractors of America. The mixer shall have a plate affixed showing the manufacturer's recommended operating data. The absolute volume of the concrete batch shall not exceed the rated capacity of the mixer. The entire contents of the drum shall be discharged before any materials are placed therein for the succeeding batch. The first batch of concrete materials placed in the mixer for each placement shall contain an extra quantity of sand, cement and water sufficient to coat the inside surface of the drum. Upon the cessation of mixing for any considerable length of time, the mixer shall be thoroughly cleaned. The concrete mixer shall be equipped with an automatic timing device which is put into operation when the skip is raised to its full height and dumping. This device shall lock the discharging mechanism and prevent emptying of the mixer until all the materials have been mixed together for the minimum time required, and it shall ring a bell after the specified time of mixing has elapsed. The water tank shall be arranged so that the amount of water can be measured accurately, and when the tank starts to discharge, the inlet supply shall cut off automatically. Whenever a concrete mixer is not adequate or suitable for the work, it shall be removed from the site upon a written order from the Engineer and a suitable mixer provided by the Contractor. Pick-up and thro-over blades in the drum of the mixer which are worn down more than 10 percent in depth shall be repaired or replaced with new blades. Improperly mixed concrete shall not be placed in the structure. Job mix concrete shall be concrete mixed in an approved batch mixer in accordance with the requirements stated above, adjacent to the structure for which the concrete is being mixed, and moved to the placement site in non-agitating equipment. 11. READY-MIX PLANTS A. General. It shall be the Contractor's responsibility to furnish concrete meeting all requirement of the governing specification sections, and concrete not meeting the slump, workability and consistency requirements of the governing specification sections shall not 030020 Page 10 of 13 Rev.10-30-2014 be placed in the structure or pavement. Ready-Mixed Concrete shall be mixed and delivered by means of one of the following approved methods. (1) Mixed completely in a stationary mixer and transported to the point of delivery in a truck agitator or a truck mixer operating at truck agitator or truck mixer agitation speed. (Central-Mix Concrete) (2) Mixed complete in a truck mixer and transported to the placement site at mixing and/or agitating speed (Transit-Mix Concrete), subject to the following provisions: (a) Truck mixers will be permitted to transport concrete to the job site at mixing speed if equipped with double actuated counters which will separate revolutions at mixing speed from total revolutions. (b) Truck mixers equipped with a single actuated counter counting total revolutions of the drum shall mix the concrete at the plant not less than 50 nor more than 70 revolutions at mixing speed, transport it to the job site at agitating speed and complete the required mixing before placing the concrete. (3) Mixed completely in a stationery mixer and transported to the job site in approved non-agitating trucks with special bodies. This method of transporting will be permitted for concrete pavement only. B. Equipment. (1) Batching Plant. The batching plant shall be provided with adequate bins for batching all aggregates and materials required by the specifications. Bulk cement shall be weighed on a scale separate from those used for other materials and in a hopper entirely free and independent of that used for weighing the aggregates. (2) Mixers and Agitators. (a) General: Mixers shall be of an approved stationary or truck-type capable of combining the ingredients into a thoroughly mixed and uniform mass. Facilities shall be provided to permit ready access to the inside of the drum for inspection, cleaning and repair of blades. Mixers and agitators shall be subject to daily examination for changes in condition due to accumulation of hardened concrete and/or wear of blades, and any hardened concrete shall be removed before the mixer will be permitted to be used. Worn blades shall be repaired or replaced with new in 030020 Page 11 of 13 Rev.10-30-2014 accordance with the manufacturer's design and arrangement for that particular unit when any part or section is worn as much as 10 percent below the original height of the manufacturer's design. (b) Stationary Mixers: These shall conform to the requirements of Article "Mixing and Mixing Equipment". Truck mixers mounted on a stationary base will not be considered as a stationary mixer. (c) Truck Mixers: In addition, truck mixers shall comply with the following requirements: An engine in satisfactory working condition and capable of accurately gauging the desired speed of rotation shall be mounted as an integral part of the mixing unit for the purpose of rotating the drum. Truck mixers equipped with a transmission that will govern the speed of the drum within the specified revolutions per minute(rpm)will not require a separate engine. All truck mixers shall be equipped with actuated counters by which the proper number of revolutions of the drum, as specified in Article 11. A. above, may be readily verified. The counters shall be read and recorded at the start of mixing at mixing speeds. Each until shall have adequate water supply and accurate metering or gauging devices for measuring the amount used. (d) Agitators: Concrete agitators shall be of the truck type, capable of maintaining a thoroughly mixed and uniform concrete mass and discharging it within the same degree of uniformity specified for mixers. Agitators shall comply with all of the requirements for truck mixers, except for the actual mixing requirements. C. Operation of Plant and Equipment. Delivery of ready-mixed concrete shall equal or exceed the rate approved by the Engineer for continuous placement. In all cases, the delivery of concrete to the placement site shall assure compliance with the time limits in the applicable specification for depositing successive batches in any monolithic unit. The Contractor shall satisfy the Engineer that adequate standby trucks are available. A standard ticket system will be used for recording concrete batching, mixing and delivery date. Tickets will be delivered to the job inspector. Loads arriving without ticket and/or in unsatisfactory condition shall not be used. When a stationary mixer is used for the entire mixing operation, the mixing time for one cubic yard of concrete shall be one minute plus 15 seconds for each additional cubic yard or portion thereof. This mixing time shall start when all cement, aggregates and initial water have entered the drum. 030020 Page 12 of 13 Rev.10-30-2014 The mixer shall be charged so that some of the mixing water will enter the drum in advance of the cement and aggregate. All of the mixing water shall be in the drum by the end of the first one- fourth of the specified mixing time. Water used to flush down the blades after charging shall be accurately measured and included in the quantity of mixing water. The introduction of the initial mixing water, except blade wash down water and that permitted in this Article, shall be prior to or simultaneous with the charging of the aggregates and cement. The loading of truck mixers shall not exceed 63 percent of the total volume of the drum. When used as an agitator only, the loading shall not exceed 80 percent of the drum volume. When Ready-Mix Concrete is used, additional mortar (one sack cement, three parts sand and sufficient water) shall be added to the batch to coat the drum of the mixer or agitator truck, and this shall be required for every load of Class C concrete only and for the first batch from central mix plants. A portion of the mixing water, required by the batch design to produce the desired slump, may be withheld and added at the job site, but only with permission of the Engineer and under his supervision. When water is added under the above conditions, it shall be thoroughly mixed as specified below for water added at the job site. Mixing speed shall be attained as soon as all ingredients are in the mixer, and each complete batch (containing all the required ingredients) shall be mixed not less than 70 nor more than 100 revolutions of the drum at mixing speed except that when water is added at the job site, 25 revolutions (minimum) at mixing speed will be required to uniformly disperse the additional water throughout the mix. Mixing speed shall be as designated by the manufacturer. All revolutions after the prescribed mixing time shall be at agitating speed. The agitating speed shall be not less than one (1) nor more than five (5) rpm. The drum shall be kept in continuous motion from the time mixing is started until the discharge is completed. 12. PLACING, CURING AND FINISHING The placing of concrete, including construction of forms and falsework, curing and finishing, shall be in accordance with City Standard Specification Section 038000 "Concrete Structures". 13. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the quantities of concrete of the various classifications which will constitute the completed and accepted structure(s) in-place will be measured by the cubic yard, per each, square foot, square yard or linear foot, as the case may be. Measurement will be as shown on the drawings and/or in the Bid Form. Payment shall be full compensation for furnishing, hauling, mixing, placing, curing and finishing all concrete; all grouting and pointing; furnishing and placing drains; furnishing and placing metal flashing strips; furnishing and placing expansion joint material required by this specification or shown on the plans; and for all forms and falsework, labor, tools, equipment and incidentals necessary to complete the work. 030020 Page 13 of 13 Rev.10-30-2014 SECTION 032020 REINFORCING STEEL 1. DESCRIPTION This specification shall govern the furnishing and placing of reinforcing steel, deformed and smooth, of the size and quantity designated on the plans and in accordance with these specifications. 2. MATERIALS Unless otherwise designated on the plans, all bar reinforcement shall be deformed, and shall conform to ASTM Designation: A 615, Grades 60 or 75, and shall be open hearth, basic oxygen, or electric furnace new billet steel. Large diameter new billet steel(Nos. 14 and 18), Grade 75,will be permitted for straight bars only. Where bending of bar sizes No. 14 or No. 18 of Grade 60 is required, bend testing shall be performed on representative specimens as described for smaller bars in the applicable ASTM Specification. The required bend shall be 90 degrees around a pin having a diameter of 10 times the nominal diameter of the bar. Spiral reinforcement shall be smooth (not deformed) bars or wire of the minimum diameter shown on the plans, and shall be made by one or more of the following processes: open hearth, basic oxygen, or electric furnace. Bars shall be rolled from billets reduced from ingots and shall comply with ASTM Designation: A 306, Grade 65 minimum (references to ASTM Designation: A 29 is voided). Dimensional tolerances shall be in accordance with ASTM Designation: A 615, or ASTM Designation: A 615, Grade 60, except for deformations. Wire shall be cold-drawn from rods that have been hot-rolled from billets and shall comply with ASTM Designation: A 185. In cases where the provisions of this specification are in conflict with the provisions of the ASTM Designation to which reference is made, the provisions of this specification shall govern. Report of chemical analysis showing the percentages of carbon, manganese, phosphorus and sulphur will be required for all reinforcing steel when it is to be welded. 032020 Page 1 of 6 Rev.10-30-2014 The nominal size and area and the theoretical weight of reinforcing steel bars covered by this specification are as follows: Nominal Weight per Bar Size Diameter, Nominal Area, Linear Foot, Number In. Sq. In. Pounds 2 0.250 0.05 0.167 3 0.375 0.11 0.376 4 0.500 0.20 0.668 5 0.625 0.31 1.043 6 0.750 0.44 1.502 7 0.875 0.60 2.044 8 1.000 0.79 2.670 9 1.128 1.00 3.400 10 1.270 1.27 4.303 11 1.410 1.56 5.313 14 1.693 2.25 7.6 18 2.257 4.00 13.60 Smooth round bars shall be designated by size number through No. 4. Smooth bars larger than No. 4 shall be designated by diameter in inches. When wire is ordered by gauge numbers, the following relation between gauge number and diameter, in inches, shall apply unless otherwise specified: Equivalent Equivalent Gauge Diameter, Gauge Diameter, Number Inches Number Inches 0 0.3065 8 0.1620 1 0.2830 9 0.1483 2 0.2625 10 0.1350 3 0.2437 11 0.1205 4 0.2253 12 0.1055 5 0.2070 13 0.0915 6 0.1920 14 0.0800 7 0.1770 032020 Page 2 of 6 Rev.10-30-2014 3. BENDING The reinforcement shall be bent cold, true to the shapes indicated on the plans. Bending shall preferably be done in the shop. Irregularities in bending shall be cause for rejection. Unless otherwise shown on the plans, the inside diameter of bar bends, in terms of the nominal bar diameter(d), shall be as follows: Bends of 90 degrees and greater in stirrups, ties and other secondary bars that enclose another bar in the bend: Grade 60 93, 94, 95 4d 96, 97, 98 5d All bends in main bars and in secondary bars not covered above: Grade 60 Grade 75 93 thru 98 6d 49, 410 8d -- 911 8d 8d 914, 918 10d -- 032020 Page 3 of 6 Rev.10-30-2014 4. TOLERANCES Fabricating tolerances for bars shall be within 3 percent of specified or as follows: Plan Dimon. : 3/4" 7/8" Bar or Smaller--P+cn_ Dimon. 1`* Bar or Larger ---Plan_ DAmon. t I" t-1 = aver 6"--tss �n.+ Zor -= 6 and less-4ien. -• Zero or - 27 li f/4" H 7/8- Bar or Smaiior--Plan Dimon. t 1/2` r-- I" Bar or Larger-Pian Dimon. s I" pirai or Circular Tie Tie or Stirrup Plan Dimon.=f i3in s 1/2 5. STORING Steel reinforcement shall be stored above the surface of the ground upon platforms, skids or other supports, and shall be protected as far as practicable from mechanical injury and surface deterioration caused by exposure to conditions producing rust. When placed in the work, reinforcement shall be free from dirt, paint, grease, oil, or other foreign materials. Reinforcement shall be free from injurious defects such as cracks and laminations. Rust, surface seams, surface irregularities or mill scale will not be cause for rejection,provided the minimum dimensions, cross- sectional area and tensile properties of a hand wire crushed specimen meets the physical requirements for size and grade of steel specified. 6. SPLICES No splicing of bars, except when provided on the plans or specified herein, will be permitted without written approval of the Engineer. Splices will not be permitted in main reinforcement at points of maximum stress. When permitted in main bars, splices in adjacent bars shall be staggered a minimum of two splice lengths. 032020 Page 4 of 6 Rev.10-30-2014 TABLE 1 Minimum Lap Requirements Lap Uncoated Coated Lap in inches > 40d 60d Where: d=bar diameter in inches Welding of reinforcing bars may be used only where shown on the plans or as permitted herein. All welding operations, processes, equipment, materials, workmanship and inspection shall conform to the requirements of the drawings and industry standards. All splices shall be of such dimension and character as to develop the full strength of bar being spliced. End preparation for butt welding reinforcing bars shall be done in the field. Delivered bars shall be of sufficient length to permit this practice. For box culvert extensions with less than one foot of fill, the existing longitudinal bars shall have a 20-diameter lap with the new bars. For box culvert extensions with more than one foot of fill, a minimum of 6 inches lap will be required. Unless otherwise shown on the plans, dowel bars transferring tensile stresses shall have a minimum embedment equal to the minimum lap requirements shown in Table 1. Shear transfer dowels shall have a minimum embedment of 12 inches. 7. PLACING Reinforcement shall be placed as near as possible in the position shown on the plans. Unless otherwise shown on the plans, dimensions shown for reinforcement are to the centers of the bars. In the plane of the steel parallel to the nearest surface of concrete, bars shall not vary from plan placement by more than one-twelfth of the spacing between bars. In the plane of the steel perpendicular to the nearest surface of concrete, bars shall not vary from plan placement by more than one-quarter inch. Cover of concrete to the nearest surface of steel shall meet the above requirements but shall never be less than one inch or as otherwise shown on the plans. Vertical stirrups shall always pass around the main tension members and be attached securely thereto. The reinforcing steel shall be spaced its required distance from the form surface by means of approved galvanized metal spacers, metal spacers with plastic coated tips, stainless steel spacers, plastic spacers, or approved pre-cast mortar or concrete blocks. For approval of plastic spacers on the project, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5 percent solution of sodium hydroxide for 120 hours. All reinforcing steel shall be tied at all intersections, except that where spacing is less than one foot in each direction, alternate intersections only need be tied. Before any concrete is placed, all mortar shall be cleaned from the reinforcement. Precast mortar or concrete blocks to be used for holding steel in position adjacent to formed surfaces shall be cast in molds meeting the approval of the Engineer and shall be cured by covering with wet burlap or 032020 Page 5 of 6 Rev.10-30-2014 cotton mats for a period of 72 hours. The blocks shall be cast in the form of a frustum of a cone or pyramid with the smaller face placed against the forms. A suitable tie wire shall be provided in each block, to be used for anchoring to the steel. Except in unusual cases, and when specifically otherwise authorized by the Engineer, the size of the surface to be placed adjacent to the forms shall not exceed two and one-half inches square or the equivalent thereof in cases where circular or rectangular areas are provided. Blocks shall be cast accurately to the thickness required, and the surface to be placed adjacent to the forms shall be a true plane free of surface imperfections. Reinforcement shall be supported and tied in such manner that a sufficiently rigid case of steel is provided. If the cage is not adequately supported to resist settlement or floating upward of the steel, overturning of truss bars or movement in any direction during concrete placement, permission to continue concrete placement will be withheld until corrective measures are taken. Sufficient measurements shall be made during concrete placement to insure compliance with the first paragraph of Article 7 of this specification. Mats of wire fabric shall overlap each other sufficiently to maintain a uniform strength and shall be fastened securely at the ends and edges. No concrete shall be deposited until the Engineer has inspected the placement of the reinforcing steel and given permission to proceed. 8. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, reinforcing steel is considered subsidiary to the various items shown in the Bid Form and shall not be measured and paid for as a separate item. 032020 Page 6 of 6 Rev.10-30-2014 SECTION 038000 CONCRETE STRUCTURES 1. DESCRIPTION This specification shall govern for construction of all types of structures involving the use of structural concrete, except where the requirements are waived or revised by other governing specifications. All concrete structures shall be constructed in accordance with the design requirements and details shown on the plans; in conformity with the pertinent provisions of the items contracted for; the incidental specifications referred to; and in conformity with the requirements herein. 2. MATERIALS (1) Concrete. All concrete shall conform to the provisions of City Standard Specification Section 030020 "Portland Cement Concrete". The class of concrete for each type of structure or unit shall be as specified on the plans or by pertinent governing specifications. (2) Expansion Joint Material. (a) Preformed Fiber Material. Preformed fiber expansion joint material shall be of the dimensions shown on the plans. The material shall be one of the following types, unless otherwise noted on the plans: 1. Preformed Bituminous Fiber Materials shall meet the requirements of ASTM Designation: D1751 "Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non-extruding and Resilient Bituminous Types)". 2. Preformed Non-Bituminous Fiber Material shall meet the requirements of ASTM Designation: D1751 "Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non-extruding and Resilient Bituminous Types)",except that the requirements pertaining to bitumen content, density and water absorption shall be voided. 3. Redwood. (b) Joint Sealing Materials. Unless otherwise shown on the drawings, joint sealing material shall conform to the following requirements. The material shall adhere to the sides of the concrete joint or crack and shall form an effective seal against infiltration of water and incompressibles. The material shall not crack or break when exposed to low temperatures. 038000 Page 1 of 19 Rev.3-25-2015 1. Class 1-a. (Two-Component, Synthetic Polymer,Cold-Extruded Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. This type is specifically designed for vertical or sloping joints and hence not self-leveling. It shall cure sufficiently at an average temperature of 77 degrees F ± 3 degrees F in a maximum of 24 hours. For performance requirements see under 2.(2)(b)2. below. 2. Class 1-b. (Two-Component, Synthetic Polymer,Cold-Pourable, Self-Leveling Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. It shall cure sufficiently at an average temperature of 77 degrees F± 3 degrees F in a maximum of 3 hours. Performance Requirements: Class 1-a and Class 1-b joint materials,when tested in accordance with TxDOT Test Method Tex-525-C, shall meet the above curing times and the following requirements: It shall be of such consistency that it can be mixed and poured, or mixed and extruded into joints at temperatures above 60 degrees F. Penetration, 77°F.: 150 gm. cone, 5 sec., max., cm.................. 0.90 Bond and Extension 75%, O°F, 5 cycles: Dry Concrete Blocks............................ Pass Wet Concrete Blocks............................ Pass Steel Blocks...(Primed if specified by manu£). Pass Flow at 200°F................................. None Water Content%by weight, max................. 5.0 Resilience: Original sample min. % (cured)................. 50 Oven aged at 158°F min. % .................... 50 For Class 1-a Material Only: Cold Flow (10 min.)............................ None (c) Asphalt Board. Asphalt Board shall consist of two liners of 0.016-inch asphalt impregnated paper,filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. Boards shall be smooth, flat and sufficiently rigid to permit installation. When tested in accordance with TxDOT Test Method Tex-524-C,the asphalt board shall not deflect from the horizontal more than one inch in three and one-half inches (1" in 31/2"). (d) Rebonded Neoprene Filler. Rebonded neoprene filler shall consist of ground closed- cell neoprene particles, rebonded and molded into sheets of uniform thickness, of the dimensions shown on plans. Filler material shall have the following physical properties and shall meet the requirements of ASTM Designation:D 1752"Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction", Type 1, where applicable: 038000 Page 2 of 19 Rev.3-25-2015 PROPERTY METHOD REQUIREMENT Color ASTM D 1752, Type 1 Black Density ASTM D1752, Type 1 401b./ft3 Min. Recovery ASTM D1752, Type 1 90% Min. Compression ASTM D1752, Type 1 50 to 500 psi Extrusion ASTM D1752, Type 1 0.25 inch Max. Tensile Strength ASTM D1752, Type 1 20 psi Min. Elongation 75% Min. The manufacturers shall furnish the Engineer with certified test results as to compliance with the above requirements and a 12 inch x 12 inch x 1 inch sample from the shipment for approval. (3) Curing Materials. (a) Membrane curing materials shall comply with ASTM Designation: C 309 "Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete",Type 1 clear or translucent, or Type 2 white-pigmented. The material shall have a minimum flash-point of 80 degrees F when tested by the "Pensky-Martin Closed Cup Method". It shall be of such consistency that it can be satisfactorily applied as a fine mist through an atomizing nozzle by means of approved pressure spraying equipment at atmospheric temperatures above 40 degrees F. It shall be of such nature that it will not produce permanent discoloration of concrete surfaces nor react deleteriously with the concrete or its components. Type 1 compound shall contain a fugitive dye that will be distinctly visible not less than 4 hours nor more than 7 days after application. The compound shall produce a firm,continuous,uniform moisture impermeable film free from pinholes and shall adhere satisfactorily to the surfaces of damp concrete. It shall,when applied to the damp concrete surface at the rate of coverage specified herein,be dry to the touch in not more than 4 hours, and shall adhere in a tenacious film without running off or appreciable sagging. It shall not disintegrate, check,peel or crack during the required curing period. The compound shall not peel or pick up under traffic and shall disappear from the surface of the concrete by gradual disintegration. The compound shall be delivered to the job only in the manufacturer's original containers, which shall be clearly labeled with the manufacturer's name, the trade name of the material, and a batch number or symbol with which test samples may be correlated. The water retention test shall be in accordance with TxDOT Test Method Tex-219-F. Percentage loss shall be defined as the water lost after the application of the curing material was applied. The permissible percentage moisture loss (at the rate of coverage specified herein) shall not exceed the 038000 Page 3 of 19 Rev.3-25-2015 following: 24 hours after application............2 percent 72 hours after application............4 percent Type 1 (Resin Base Only) curing compound will be permitted for slab concrete in bridge decks and top slabs of direct traffic culverts. (b) Mat curing of concrete is allowed where permitted by Table 1 in this specification or where otherwise approved by the Engineer. 3. EXPANSION JOINTS Joints and devices to provide for expansion and contraction shall be constructed where and as indicated herein or on the plans. All open j oints and j oints to be filled with expansion j oint material, shall be constructed using forms adaptable to loosening or early removal. To avoid expansion or contraction damage to the adjacent concrete, these forms shall be loosened as soon as possible after final concrete set to permit free movement without requiring full form removal. Prior to placing the sealing material, the vertical facing the joint shall be cleaned of all laitance by sandblasting or by mechanical routing. Cracked or spalled edges shall be repaired. The j oint shall be blown clean of all foreign material and sealed. Where preformed fiber j oint material is used,it shall be anchored to the concrete on one side of the joint by light wire or nails, to prevent the material from falling out. The top one inch(F) of the joint shall be filled with joint sealing material. Finished j oints shall conform to the indicated outline with the concrete sections completely separated by the specified opening or joint material. Soon after form removal and again where necessary after surface finishing, all projecting concrete shall be removed along exposed edges to secure full effectiveness of the expansion joints. 4. CONSTRUCTION JOINTS The j oint formed by placing plastic concrete in direct contact with concrete that has attained its initial set shall be deemed a construction joint. The term "monolithic placement" shall be interpreted to mean at the manner and sequence of concrete placing shall not create construction joints. Construction joints shall be of the type and at the locations shown on the plans. Additional joints will not be permitted without written authorization from the Engineer, and when authorized, shall have details equivalent to those shown on the plans for joints in similar locations. Unless otherwise provided, construction joints shall be square and normal to the forms. Bulkheads shall be provided in the forms for all joints, except when horizontal. Construction joints requiring the use of joint sealing material shall be as detailed on the plans. The 038000 Page 4 of 19 Rev.3-25-2015 material will be specified on the plans without referenced to joint type. A concrete placement terminating at a horizontal construction joint shall have the top surface roughened thoroughly as soon as practicable after initial set is attained. The surfaces at bulkheads shall be roughened as soon as the forms are removed. The hardened concrete surface shall be thoroughly cleaned of all loose material, laitance, dirt or foreign material, and saturated with water so it is moist when placing fresh concrete against it. Forms shall be drawn tight against the placing of the fresh concrete. 5. FORMS (1) General. Except where otherwise specified, forms maybe of either timber or metal. Forms for round columns exposed to view shall be of steel, except that other materials will be allowed with written permission of the Engineer. Forming plans shall be submitted to the Engineer for approval as specified. Forms shall be designed for the pressure exerted by a liquid weighing 150 pounds per cubic foot. The rate of placing the concrete shall be taken into consideration in determining the depth of the equivalent liquid. For j ob fabricated forms,an additional live load of 50 pounds per square foot shall be allowed on horizontal surfaces. The maximum unit stresses shall not exceed 125 percent of the allowable stresses used by the Texas Department of Transportation for the design of structures. Commercially produced structural units used in formwork shall not exceed the manufacturer's maximum allowable working load for moment, shear or end reaction. The maximum working load shall include a live load of 35 pounds per square foot of horizontal form surface, and sufficient details and data shall be submitted for use in checking formwork details for approval. Forms shall be practically mortar-tight,rigidly braced and strong enough to prevent bulging between supports, and maintained to the proper line and grade during concrete placement. Forms shall be maintained in a manner that will prevent warping and shrinkage. Offset at form joints shall not exceed one-sixteenth of an inch(1/16"). Deflections due to cast-in-place slab concrete and railing shown in the dead load deflection diagram shall be taken into account in the setting of slab forms. All forms and footing areas shall be cleaned of any extraneous matter before placing concrete. Permission to place concrete will not be given until all such work is completed to the satisfaction of the Engineer. If, at any stage of the work, the forms show signs of bulging or sagging, the portion of the concrete causing such condition shall be removed immediately,if necessary,and the forms shall be reset and securely braced against further movement. 038000 Page 5 of 19 Rev.3-25-2015 (2) Timber Forms. Lumber for forms shall be properly seasoned, of good quality, and free from imperfections which would affect its strength or impair the finished surface of the concrete. The lumber used for facing or sheathing shall be finished on at least one side and two edges and shall be sized to uniform thickness. Form lining will be required for all formed surfaces, except for the inside of culvert barrels, inlets and manholes; surfaces that are subsequently covered by backfill material or are completely enclosed; and, any surface formed by a single finished board. Lining will not be required when plywood forms are used. Form lining shall be of an approved type such as Masonite or plywood. Thin membrane sheeting, such as polyethylene sheets, shall not be used for form lining. Forms may be constructed of plywood not less than one-half inch in thickness,with no form lining required. The grain of the face plies on plywood forms shall be placed parallel to the span between the supporting studs or joists. Plywood used for forming surfaces that remain exposed shall be equal to that specified as B-B Plyform Class I or Class II Exterior, of the U. S. Department of Commerce, National Bureau of Standards and Technology, latest edition. Forms or form lumber to be reused shall be maintained clean and in good condition. Any lumber which is split, warped, bulged, marred, or has defects that will produce inferior work, shall not be used and, if condemned, shall be promptly removed from the work. Studs and joists shall be spaced so that the facing form material remains in true alignment under the imposed loads. Wales shall be spaced close enough to hold forms securely to the designated lines and scabbed at least 4 feet on each side of joints to provide continuity. A row of wales shall be placed near the bottom of each placement. Facing material shall be placed with parallel and square joints and securely fastened to supporting studs. Forms for surfaces receiving only an ordinary finish and exposed to view shall be placed with the form panels symmetrical, i.e.,long dimensions set in the same direction. Horizontal joints shall be continuous. Molding specified for chamfer strips or other uses shall be made of materials of a grade that will not split when nailed and which can be maintained to a true line without warping. Wood molding shall be mill cut and dressed on all faces. Unless otherwise provided, forms shall be filleted at all sharp corners and edges with triangular chamfer strips measuring three-quarter inch(3/4") on the sides. Forms for railing and ornamental work shall be constructed to standards equivalent to first-class millwork. All moldings,panel work and bevel strips shall be straight and true with nearly mitered joints designed so the finished work is true, sharp and clean cut. 038000 Page 6 of 19 Rev.3-25-2015 All forms shall be constructed to permit their removal without marring or damaging the concrete. The forms may be given a slight draft to permit ease of removal. Metal form ties of an approved type or a satisfactory substitute shall be used to hold forms in place and shall be of a type that permits ease of removal of the metal as hereinafter specified. All metal appliances used inside of forms for alignment purposes shall be removed to a depth of at least one-half inch (1/2") from the concrete surface. They shall be made so the metal may be removed without undue chipping or spalling,and when removed,shall leave a smooth opening in the concrete surface. Burning off of rods, bolts or ties will not be permitted. Any wire ties used shall be cut back at least one-half inch(1/2") from the face of the concrete. Devices holding metal ties in place shall be capable of developing the strength of the tie and adjustable to allow for proper alignment. Metal and wooden spreaders which are separate from the forms shall be removed entirely as the concrete is being placed. Adequate clean-out openings shall be proved for narrow walls and other locations where access to the bottom of the forms is not readily attainable. Prior to placing concrete, the facing of all forms shall be treated with oil or other bond breaking coating of such composition that it will not discolor or otherwise injuriously affect the concrete surface. Care shall be exercised to prevent coating of the reinforcing steel. (3) Metal Forms. The foregoing requirements for timber forms regarding design,mortar-tightness, filleted corners,beveled projections,bracing,alignment,removal,reuse and wetting shall also apply to metal forms, except that these will not require lining, unless specifically noted on the plans. The thickness of form metal shall be as required to maintain the true shape without warping or bulging. All bolt and rivet heads on the facing sides shall be countersunk. Clamps, pins or other connecting devices shall be designed to hold the forms rigidly together and to allow removal without injury to the concrete. Metal forms which do not present a smooth surface or line up properly shall not be used. Metal shall be kept free from rust, grease or other foreign materials. 6. PLACING REINFORCEMENT Reinforcement in concrete structures shall be placed carefully and accurately and rigidly supported as provided in the City Standard Specification Section 032020 "Reinforcing Steel". Reinforcing steel supports shall not be welded to I-beams or girders. 7. PLACING CONCRETE-GENERAL The minimum temperature of all concrete at the time of placement shall be not less than 50 degrees F. 038000 Page 7 of 19 Rev.3-25-2015 The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When conditions are such that additional moisture is needed for finishing,the required water shall be applied to the surface by fog spray only,and shall be held to a minimum amount. Fog spray for this purpose may be applied with hand operated fogging equipment. The maximum time interval between the addition of cement to the batch and the placing of concrete in the forms shall not exceed the following: Air or Concrete Temperature Maximum Time Non-Agitated Concrete: Above 80 degrees F 15 minutes Up to 80 degrees F 30 minutes Agitated Concrete: Above 90 degrees F 45 minutes 75 degrees F to 90 degrees F 60 minutes 35 degrees F to 74 degrees F 90 minutes The use of an approved retarding agent in the concrete will permit the extension of each of the above temperature-time maximums by 30 minutes for direct traffic culverts, and one hour for all other concrete except that the maximum time shall not exceed 30 minutes for non-agitated concrete. Before starting work,the Contractor shall inform the Engineer fully of the construction methods he proposes to use, the adequacy of which shall be subject to the approval of the Engineer. The Contractor shall give the Engineer sufficient advance notice before placing concrete in any unit of the structure to permit the inspection of forms,reinforcing steel placement,and other preparations. Concrete shall not be placed in any unit prior to the completion of formwork and placement of reinforcement therein. Concrete mixing, placing and finishing shall be done during daylight hours, unless adequate provisions are made to light the entire site of all operations. Concrete placement will not be permitted when impending weather conditions will impair the quality of the finished work. If rainfall should occur after placing operations are started,the Contractor shall provide ample covering to protect the work. In case of drop in temperature,the provisions set forth in Article "Placing Concrete in Cold Weather" of this specification shall be applied. The placing of concrete shall be regulated so the pressures caused by the plastic concrete shall not exceed the loads used in form design. 038000 Page 8 of 19 Rev.3-25-2015 The method of handling, placing and consolidation of concrete shall minimize segregation and displacement of the reinforcement, and produce a uniformly dense and compact mass. Concrete shall not have a free fall of more than 5 feet,except in the case of thin walls such as in culverts. Any hardened concrete spatter ahead of the plastic concrete shall be removed. The method and equipment used to transport concrete to the forms shall be capable of maintaining the rate of placement approved by the Engineer. Concrete may be transported by buckets, chutes, buggies, belt conveyors,pumps or other acceptable methods. When belt conveyors or pumps are used, sampling for testing will be done at the discharge end. Concrete transported by conveyors shall be protected from sun and wind,if necessary,to prevent loss of slump and workability. Pipes through which concrete is pumped shall be shaded and/or wrapped with wet burlap, if necessary, to prevent loss of slump and workability. Concrete shall not be transported through aluminum pipes, tubes or other aluminum equipment. Chutes,troughs, conveyors or pipes shall be arranged and used so that the concrete ingredients will not be separated. When steep slopes are necessary, the chutes shall be equipped with baffle boards or made in short lengths that reverse the direction of movement, or the chute ends shall terminate in vertical downspouts. Open troughs and chutes shall extend,if necessary, down inside the forms or through holes left in them. All transporting equipment shall be kept clean and free from hardened concrete coatings. Water used for cleaning shall be discharged clear of the concrete. Each part of the forms shall be filled by depositing concrete as near its final position as possible. The coarse aggregate shall be worked back from the face and the concrete forced under and around the reinforcement bars without displacing them. Depositing large quantities at one point and running or working it along the forms will not be allowed. Concrete shall be deposited in the forms in layers of suitable depth but not more than 36 inches in thickness, unless otherwise directed by the Engineer. The sequence of successive layers or adjacent portions of concrete shall be such that they can be vibrated into a homogenous mass with the previously placed concrete without a cold j oint. Not more than one hour shall elapse between adjacent or successive placements of concrete. Unauthorized construction joints shall be avoided by placing all concrete between the authorized joints in one continuous operation. An approved retarding agent shall be used to control stress cracks and/or unauthorized cold joints in mass placements where differential settlement and/or setting time may induce stress cracking. Openings in forms shall be provided, if needed,for the removal of laitance of foreign matter of any kind. All forms shall be wetted thoroughly before the concrete is placed therein. All concrete shall be well consolidated and the mortar flushed to the form surfaces by continuous working with immersion type vibrators. Vibrators which operate by attachment to forms or reinforcement will not be permitted, except on steel forms. At least one stand-by vibrator shall be 038000 Page 9 of 19 Rev.3-25-2015 provided for emergency use in addition to those required for placement. The concrete shall be vibrated immediately after deposit. Prior to the beginning of work, a systematic spacing of the points of vibration shall be established to insure complete consolidation and thorough working of the concrete around the reinforcement, embedded fixtures, and into the corners and angles of the forms. Immersion type vibrators shall be inserted vertically,at points 18 to 30 inches apart, and slowly withdrawn. The vibrator may be inserted in a sloping or horizontal position in shallow slabs. The entire depth of each lift shall be vibrated, allowing the vibrator to penetrate several inches into the preceding lift. Concrete along construction joints shall be thoroughly consolidated by operating the vibrator along and close to but not against the joint surface. The vibration shall continue until thorough consolidation,and complete embedment of reinforcement and fixtures is produced,but not long enough to cause segregation. Vibration may be supplemented by hand spading or rodding,if necessary,to insure the flushing of mortar to the surface of all forms. Slab concrete shall be mixed in a plant located off the structure. Carting or wheeling concrete batches over completed slabs will not be permitted until they have aged at least four(4) full curing days. If carts are used,timber planking will be required for the remainder of the curing period. Carts shall be equipped with pneumatic tires. Curing operations shall not be interrupted for the purpose of wheeling concrete over finished slabs. After concrete has attained its initial set,at least one(1)curing day shall elapse before placing strain on projecting reinforcement to prevent damage to the concrete. The storing of reinforcing or structural steel on completed roadway slabs generally shall be avoided and, when permitted, shall be limited to quantities and distribution that will not induce excessive stresses. 8. PLACING CONCRETE IN COLD WEATHER (1) Cast-in-Place Concrete. Concrete maybe placed when the atmospheric temperature is not less than 35 degrees F. Concrete shall not be placed in contact with any material coated with frost or having a temperature less than 32 degrees F. Aggregates shall be free from ice, frost and frozen lumps. When required, in order to produce the minimum specified concrete temperature,the aggregate and/or the water shall be heated uniformly, in accordance with the following: The water temperature shall not exceed 180 degrees F,and/or the aggregate temperature shall not exceed 150 degrees F. The heating apparatus shall heat the mass of aggregate uniformly. The temperature of the mixture of aggregates and water shall be between 50 degrees F and 85 degrees F before introduction of the cement. All concrete shall be effectively protected as follows: (a) The temperature of slab concrete of all unformed surfaces shall be maintained at 50 degrees F or above for a period of 72 hours from time of placement and above 40 degrees F for an additional 72 hours. 038000 Page 10 of 19 Rev.3-25-2015 (b) The temperature at the surface of all concrete in piers,culverts walls,retaining walls,parapets,wingwalls,bottoms of slabs,and other similar formed concrete shall be maintained at 40 degrees F or above for a period of 72 hours from time of placement. (c) The temperature of all concrete, including the bottom slabs of culverts placed on or in the ground, shall be maintained above 32 degrees F for a period of 72 hours from time of placement. Protection shall consist of providing additional covering, insulated forms or other means, and if necessary, supplementing such covering with artificial heating. Curing as specified under Article "Curing Concrete"of this specification shall be provided during this period until all requirements for curing have been satisfied. When impending weather conditions indicate the possibility of the need for such temperature protection, all necessary heating and covering material shall be on hand ready for use before permission is granted to begin placement. Sufficient extra test specimens will be made and cured with the placement to ascertain the condition of the concrete as placed,prior to form removal and acceptance. (2) Precast Concrete. A fabricating plant for precast products which has adequate protection from cold weather in the form of permanent or portable framework and covering, which protects the concrete when placed in the forms,and is equipped with approved steam curing facilities,may place concrete under any low temperature conditions provided: (a) The framework and covering are placed and heat is provided for the concrete and the forms within one hour after the concrete is placed. This shall not be construed to be one hour after the last concrete is placed,but that no concrete shall remain unprotected longer than one hour. (b) Steam heat shall keep the air surrounding the concrete between 50 degrees F and 85 degrees F for a minimum of three hours prior to beginning the temperature rise which is required for steam curing. (c) For fabricating plants without the above facilities and for j ob site precast products,the requirements of the Article "Curing Concrete" of this specification shall apply. The Contractor is responsible for the protection of concrete placed under any and all weather conditions. Permission given by the Engineer for placing concrete during freezing weather will in no way relieve the Contractor of the responsibility for producing concrete equal in quality to that placed under normal conditions. Should concrete placed under such conditions prove unsatisfactory,it shall be removed and replaced at no additional cost. 038000 Page 11 of 19 Rev.3-25-2015 9. PLACING CONCRETE IN WATER Concrete shall be deposited in water only when specified on the plans or with written permission by the Engineer. The forms or cofferdams shall be sufficiently tight to prevent any water current passing through the space in which the concrete is being deposited. Pumping will not be permitted during the concrete placing, nor until it has set for at least 36 hours. The concrete shall be placed with a tremie, closed bottom-dump bucket, or other approved method, and shall not be permitted to fall freely through the water nor shall it be disturbed after it has been placed. The concrete surface shall be kept approximately level during placement. The tremie shall consist of a water-tight tube 14 inches or less in diameter. It shall be constructed so that the bottom can be sealed and opened after it is in place and fully charged with concrete. It shall be supported so that it can be easily moved horizontally to cover all the work area and vertically to control the concrete flow. Bottom-dump buckets used for underwater placing shall have a capacity of not less than one-half cubic yard. It shall be lowered gradually and carefully until it rests upon the concrete already placed and raised very slowly during the upward travel; the intent being to maintain still water at the point of discharge and to avoid agitating the mixture. The placing operations shall be continuous until the work is complete. 10. PLACING CONCRETE IN BOX CULVERTS In general, construction joints will be permitted only where shown on the plans. Where the top slab and walls are placed monolithically in culverts more than 4 feet in clear height, an interval of not less than one (1) nor more than two (2) hours shall elapse before placing the top slab to allow for shrinkage in the wall concrete. The base slab shall be finished accurately at the proper time to provide a smooth uniform surface. Top slabs which carry direct traffic shall be finished as specified for roadway slabs in Article"Finish of Roadway Slabs". Top slabs of fill type culverts shall be given a reasonably smooth float finish. 11. PLACING CONCRETE IN FOUNDATIONS AND SUBSTRUCTURE Concrete shall not be placed in footings until the depth and character of the foundation has been inspected by the Engineer and permission has been given to proceed. Placing of concrete footings upon seal concrete courses will be permitted after the caissons or cofferdams are free from water and the seal concrete course cleaned. Any necessary pumping or bailing during the concreting operation shall be done from a suitable sump located outside the forms. All temporary wales or braces inside cofferdams or caissons shall be constructed or adjusted as the work proceeds to prevent unauthorized construction joints in footings or shafts. 038000 Page 12 of 19 Rev.3-25-2015 When footings can be placed in a dry excavation without the use of cofferdams or caissons, forms may be omitted,if desired by the Contractor and approved by the Engineer,and the entire excavation filled with concrete to the elevation of the top of footing; in which case, measurement for payment will be based on the footing dimensions shown on the plans. 12. TREATMENT AND FINISHING OF HORIZONTAL SURFACES EXCEPT ROADWAY SLABS All unformed upper surfaces shall be struck off to grade and finished. The use of mortar topping for surfaces under this classification will not be permitted. After the concrete has been struck off, the surface shall be floated with a suitable float. Sidewalks shall be given a wood float or broom finish, or may be striped with a brush, as specified by the Engineer. Other surfaces shall be wood float finished and striped with a fine brush leaving a fine- grained texture. 13. FINISH OF ROADWAY SLABS As soon as the concrete has been placed and vibrated in a section of sufficient width to permit working,the surface shall be approximately leveled,struck off and screeded,carrying a slight excess of concrete ahead of the screed to insure filling of all low spots. The screed shall be designed rigid enough to hold true to shape and shall have sufficient adjustments to provide for the required camber. A vibrating screed may be used if heavy enough to prevent undue distortion. The screeds shall be provided with a metal edge. Longitudinal screeds shall be moved across the concrete with a saw-like motion while their ends rest on headers or templates set true to the roadway grade or on the adjacent finished slab. The surface of the concrete shall be screeded a sufficient number of times and at such intervals to produce a uniform surface, true to grade and free of voids. If necessary, the screeded surface shall be worked to smooth finish with a long handled wood or metal float of the proper size, or hand floated from bridges over the slab. When required by the Engineer,the Contractor shall perform sufficient checks with a long handled 10-foot straightedge on the plastic concrete to insure that the final surface will be within the tolerances specified below. The check shall be made with the straightedge parallel to the centerline. Each pass thereof shall lap half of the preceding pass. All high spots shall be removed and all depressions over one-sixteenth inch(1/16")in depth shall be filled with fresh concrete and floated. The checking and floating shall be continued until the surface is true to grade and free of depressions, high spots, voids or rough spots. Rail support holes shall be filled with concrete and finished to match the top of the slab. Surface Texturing. Perform surface texturing using a either carpet drag or metal tining as indicated on the drawings. Complete final texturing before the concrete has attained its initial set. Draw the carpet drag 038000 Page 13 of 19 Rev.3-25-2015 longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. A metal-tine texture finish is required using a tining machine unless otherwise shown on the plans. Provide the metal-tine finish immediately after the concrete surface has set enough for consistent tining. Operate the metal-tine device to obtain grooves spaced at 1 in., approximately 3/16 in. deep, with a minimum depth of 1/8 in., and approximately 1/12 in. wide. Do not overlap a previously tined area.Use manual methods for achieving similar results on ramps and other irregular sections of pavements. Repair damage to the edge of the slab and joints immediately after texturing. Do not tine pavement that will be overlaid. Upon completion of the floating and/or straight edging and before the disappearance of the moisture sheen,the surface shall be given a broom or burlap drag finish. The grooves of these finishes shall be parallel to the structure centerline. It is the intent that the average texture depth resulting from the number of tests directed by the Engineer be not less than 0.035 inch with a minimum texture depth of 0.030 inch for any one test when tested in accordance with TxDOT Test Method Tex-436-A. Should the texture depth fall below that intended, the finishing procedures shall be revised to produce the desired texture. After the concrete has attained its final set, the roadway surface shall be tested with a standard 10- foot straightedge. The straightedge shall be placed parallel to the centerline of roadway to bridge any depressions and touch high spots. Ordinates of irregularities measured from the face of the straightedge to the surface of the slab shall not exceed one-eighth of an inch(1/8"), making proper allowances for camber,vertical curvature and surface texture. Occasional variations,not exceeding three-sixteenth of an inch (3/16") will be acceptable, if in the opinion of the Engineer it will not affect the riding qualities. When directed by the Engineer,irregularities exceeding the above requirements shall be corrected. In all roadway slab finishing operations,camber for specified vertical curvature and transverse slopes shall be provided. 14. CURING CONCRETE The Contractor shall inform the Engineer fully of the methods and procedures proposed for curing; shall provide the proper equipment and material in adequate amounts; and shall have the proposed methods, equipment and material approved prior to placing concrete. Inadequate curing and/or facilities,therefore, shall be cause for the Engineer to stop all construction on the job until remedial action is taken. All concrete shall be cured for a period of four(4) curing days except as noted herein. 038000 Page 14 of 19 Rev.3-25-2015 EXCEPTIONS TO 4-DAY CURING Description Required Curing Upper Surfaces of Bridge Slabs and 8 curing days (Type I or III) cement Top Slabs of Direct Traffic Culverts 10 curing days (Type II cement) Concrete Piling (non-prestressed) 6 curing days When the air temperature is expected to drop below 35 degrees F,the water curing mats shall be covered with polyethylene sheeting, burlap-polyethylene blankets or other material to provide the protection required by Article "Placing Concrete in Cold Weather" of these specifications. A curing day is defined as a calendar day when the temperature, taken in the shade away from artificial heat, is above 50 degrees F for at least 19 hours (colder days if satisfactory provisions are made to maintain the temperature of all surfaces of the concrete above 40 degrees F for the entire 24 hours). The required curing period shall begin when all concrete therein has attained its initial set. The following methods are permitted for curing concrete subject to the restrictions of Table 1 and the following requirements for each method of curing. (1) Form Curing. When forms are left in contact with the concrete, other curing methods will not be required except for cold weather protection. (2) Water Curing. All exposed surfaces of the concrete shall be kept wet continuously for the required curing time. The water used for curing shall meet the requirements for concrete mixing water as specified in the specification Section 030020 "Portland Cement Concrete". Seawater will not be permitted. Water which stains or leaves an unsightly residue shall not be used. (a) Wet Mat. Cotton mats shall be used for this curing method. They shall be placed as soon as possible after the surface has sufficiently hardened to prevent damage to the concrete. (See Article, "Placing Concrete" of this specification.) Damp burlap blankets made from nine-ounce stock may be placed on the damp concrete surface for temporary protection prior to the application of the cotton mats which may be placed dry and wetted down after placement. The mats shall be weighted down adequately to provide continuous contact with all concrete surfaces where possible. The surfaces of the concrete shall be kept wet for the required curing time. Surfaces which cannot be cured by contact shall be enclosed with mats and anchored positively to the forms or to the ground so that outside air cannot enter the enclosure. Sufficient moisture shall be provided inside the enclosure to keep all surfaces of the concrete wet. (b) Water Spray. This curing method shall consist of overlapping sprays or sprinklers that keep all unformed surfaces continuously wet. (c) Ponding. This curing method requires the covering of the surfaces with a minimum of two inches (2") of clean granular material, kept wet at all times, or a minimum of one-inch 038000 Page 15 of 19 Rev.3-25-2015 (1") depth of water. Satisfactory provisions shall be made to provide a dam to retain the water or saturated granular material. (3) Membrane Curing. This consists of curing concrete pavement,concrete pavement(base),curbs, gutters, retards, sidewalks, driveways, medians, islands, concrete riprap, cement-stabilized riprap, concrete structures and other concrete as indicated on the plans by impervious membrane method. Unless otherwise provided herein or shown on the plans, either Type 1-D or Type 2 membrane curing compound may be used where permitted except that Type 1-D (Resin Base Only) will be required for slab concrete in bridge decks and top slabs of direct traffic culverts. TABLE 1 REQUIRED PERMITTED MEMBRANE MEMBRANE STRUCTURE UNIT WATER FOR WATER FOR DESCRIPTION FOR INTERIM FOR INTERIM CURING CURING CURING CURING 1 Top slabs of direct traffic culverts X X 2 Top surface of any concrete unit upon which concrete is to be placed and bonded at a later interval (Stub walls, risers, etc.). X Other superstructure concrete (wing walls, parapet walls, etc.) 3 Concrete pavement (base), curbs, gutters, retards, sidewalks, driveways, medians, X* X* islands, concrete structures, concrete riprap, etc. 4 All substructure concrete, culverts, box sewers, inlets, X* X* manholes, retaining walls *Polyethylene sheeting, burlap-polyethylene mats or laminated mats to prevent outside air from entering will be considered equivalent to water or membrane curing for items 3 and 4. 038000 Page 16 of 19 Rev.3-25-2015 Membrane curing shall not be applied to dry surfaces,but shall be applied just after free moisture has disappeared. Formed surfaces and surfaces which have been given a first rub shall be dampened and shall be moist at the time of application of the membrane. When membrane is used for complete curing, the film shall remain unbroken for the minimum curing period specified. Membrane which is damaged shall be corrected immediately by reapplication of membrane. Unless otherwise noted herein or on the plans,the choice of membrane type shall be at the option of the Contractor. Only one type of curing compound will be permitted on any one structure. The membrane curing compound shall be applied after the surface finishing has been completed,and immediately after the free surface moisture has disappeared. The surface shall be sealed with a single uniform coating of curing compound applied at the rate of coverage recommended by the manufacturer and directed by the Engineer, but not less than 1 gallon per 180 square feet of area. The Contractor shall provide satisfactory means and facilities to properly control and check the rate of application of the compound. The compound shall be thoroughly agitated during its use and shall be applied by means of approved mechanical power pressure sprayers. The sprayers used to apply the membrane to concrete pavement or concrete pavement (base) shall travel at uniform speed along the forms and be mechanically driven. The equipment shall be of such design that it will insure uniform and even application of the membrane material. The sprayers shall be equipped with satisfactory atomizing nozzles. Only on small miscellaneous items will the Contractor be permitted to use hand-powered spray equipment. For all spraying equipment, the Contractor shall provide facilities to prevent the loss of the compound between the nozzle and the concrete surface during the spraying operations. The compounds shall not be applied to a dry surface. If the surface of the concrete has become dry, it shall be moistened prior to application of membrane by fogging or mist application. Sprinkling or coarse spraying will not be allowed. At locations where the coating shows discontinuities,pinholes or other defects,or if rain falls on the newly-coated surface before the film has dried sufficiently to resist damage,an additional coat of the compound shall be applied immediately at the same rate of coverage specified herein. To insure proper coverage, the Engineer shall inspect all treated areas after application of the compound for the period of time designated in the governing specification for curing, either for membrane curing or for other methods. Should the foregoing indicate that any area during the curing period is not protected, an additional coat or coats of the compound shall be applied immediately, and the rate of application of the membrane compound shall be increased until all areas are uniformly covered. When temperatures are such as to warrant protection against freezing,curing by this method shall be supplemented with an approved insulating material capable of protecting the concrete for the specified curing period. If at any time there is reason to believe that this method of curing is unsatisfactory or is detrimental 038000 Page 17 of 19 Rev.3-25-2015 to the work,the Contractor,when notified, shall immediately cease the use of this method and shall change to curing by one of the other methods specified under this contract. 15. REMOVAL OF FORMS Except as herein provided,forms for vertical surfaces may be removed when the concrete has aged not less than one day(24 hours)when Type I and Type II cement is used, and not less than one-half day (12 hours) when Type III cement is used, provided it can be done without damage to the concrete. Forms for inside curb faces may be removed in approximately three hours provided it can be done without damage to the curb. 16. FINISHING EXPOSED SURFACES Concrete shall be finished as required in the specification Section for the respective item or as otherwise specified on the plans. An ordinary surface finish shall be applied to all concrete surfaces either as a final finish or preparatory to a higher finish. Ordinary Surface Finish shall be as follows: After form removal,all porous or honey-combed areas and spalled areas shall be corrected by chipping away all loose or broken material to sound concrete. Feather edges shall be eliminated by cutting a face perpendicular to the surface. Shallow cavities shall be repaired using adhesive grout or epoxy grout. If judged repairable by the Engineer, large defective areas shall be corrected using concrete or other material approved by the Engineer. Holes and spalls caused by removal of metal ties, etc., shall be cleaned and filled with adhesive grout or epoxy grout. Exposed parts of metal chairs on surfaces to be finished by rubbing, shall be chipped out to a depth of one-half inch(1/2") and the surface repaired. All fins,runs, drips or mortar shall be removed from surfaces which remain exposed. Form marks and chamfer edges shall be smoothed by grinding and/or dry rubbing. Grease, oil, dirt, curing compound, etc., shall be removed from surfaces requiring a higher grade of finish. Discolorations resulting from spillage or splashing of asphalt,paint or other similar material shall be removed. Repairs shall be dense,well bonded and properly cured, and when made on surfaces which remain exposed and do not require a higher finish, shall be finished to blend with the surrounding concrete. 038000 Page 18 of 19 Rev.3-25-2015 17. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form,no direct measurement or payment will be made for the work to be done or the equipment to be furnished under this specification,but it shall be considered subsidiary to the particular items required by the plans and the contract documents. 038000 Page 19 of 19 Rev.3-25-2015 SECTION 050200 WELDING 1. DESCRIPTION This specification shall govern for the field welding of structural steel and reinforcing steel. Provisions are made herein for the welding of the types of steel listed in Table 1,using the manual shielded metal-arc process, semi-automatic (manual) gas metal-arc welding and flux cored arc welding processes. Other welding processes may be permitted with the specific approval of the Engineer and with qualification of the welding procedure. 2. STRUCTURAL STEEL GENERAL Final welds including tack welds to be incorporated therein shall be by a certified welder; certified welder being previously certified by tests as prescribed in the "Code for Welding in Building Construction," ASW D1.0-69, of the American Welding Society, to perform the type of work required. Miscellaneous welds may be made by a qualified welder; qualified welder being an experienced welder who is capable of making good welds of sound quality, but does not have certification papers; miscellaneous welds being welds that have no load carrying capacity in the completed structure. Tack welds shall be cleaned and fused thoroughly with the final weld. Defective, cracked or broken tack welds shall be removed. Welds shall be as required by the contract or erection drawings. The location or size shall not be changed without approval of the Engineer. The welder shall place his identification mark with crayon or paint near the groove welds made by him. No welding will be allowed when the air temperature is lower than 20°F,when surfaces are wet or exposed to rain, snow or wind, or when operators are exposed to inclement conditions that will hamper good workmanship. Any moisture present at the point of welding shall be driven off by heat before welding commences. Windbreaks shall be required for the protection of all welding operations. There shall be no temporary welds for transportation, erection or other purpose on main members, except at locations more than one-sixth the depth of the web from the flanges of beams and girders, as approved by the Engineer. On A514 steel, all groove welds in main members and in flanges of beams and girders subject to tensile stress or reversals of stress shall be finished smooth and flush on all surfaces, including edges, by grinding in the direction of applied stress, leaving the surfaces free from depressions. Chipping may be used provided it is followed by such grinding. Parts joined by groove welds connecting plates of unequal thickness or width shall have a smooth transition between offset surfaces at a slope not greater than one in four with the surface of either part. The surfaces shall be ground so that the radii at the points of transition will be four(4) inches minimum. 050200 Page 1 of 13 Rev.10-30-2014 All groove welds, except when produced with the aid of backing, shall have the root of the initial weld gouged, chipped or otherwise removed to sound metal before welding is started from the second side, except that back gouging will not be required when welding steel piling or armor joints with E6010 electrodes. The back side shall be thoroughly cleaned before placing back-up pass. When backing for welds is left in place to become a part of the structure, it shall be a single length insofar as possible. Where more than a single length is needed, they shall be joined by full penetration butt welds. The surfaces of this butt weld shall be ground flush as necessary to obtain proper fit-up in the weld joint. Before welding over previously deposited metal, all slag shall be removed, and the weld and adjacent base metal shall be cleaned. This requirement shall apply equally to successive layers, successive beads and the crater area. Arc strikes outside the area of permanent welds must be avoided on all steels. Where they do occur, resulting cracks and blemishes shall be ground out to a smooth contour and checked to insure soundness. Stringer bead technique shall be used where possible for groove welds on all types of steel. Weaving will not be permitted for A514 steel except in welding vertically upward, when a weave not exceeding two electrode diameters is permissible for manual shielded metal-arc welding. In all welding processes, the progression for all passes in vertical welding shall be upward using a back step sequence. Groove welds shall begin and terminate at the ends of a joint on extension bars. Edge preparation and thickness of extension bars shall be the same as that of the member being welded and shall extend a minimum of three-quarter(3/4) inch beyond the joint. Extension bars shall be removed with a cutting torch upon completion and cooling of the weld, and the flange edges shall be ground smooth. Any defects exposed by the grinding shall be cleaned, filled with weld metal, and reground to a uniform finish. All grinding shall be parallel to the flange. Excess grinding of the parent metal shall be avoided. 3. FILLER METAL Electrodes for manual shielded metal-arc welding shall conform to the requirements of the latest edition of "Specifications for Mild Steel Covered Arc-Welding Electrodes", AWS A5.1, or to the requirements of the latest edition of"Specifications for Low Alloy Steel Covered Arc-Welding Electrodes," AWS A5.5. All electrodes and combination of electrode and shielding for gas metal-arc welding for producing weld metal with a minimum specified yield point not exceeding 60,000 psi shall conform to the requirements in the latest edition of, "Specification for Mild Steel Electrodes for Gas Metal-Arc Welding," AWS A5.18, or "Specification for Mild Steel Electrodes for Flux Cored Arc Welding," AWS A5.20, applicable for the classifications producing weld metal having a minimum impact strength of 20 ft.-lb., Charpy V-notch, at a temperature of 0°F or below. For weld metal with a minimum specified yield strength exceeding 60,000 psi, the Contractor shall demonstrate that each electrode and flux or combination of electrode and shielding medium proposed for use will produce low alloy weld metal having the mechanical properties listed in Table A. 050200 Page 2 of 13 Rev.10-30-2014 The mechanical properties shall be determined from a multiple pass weld made in accordance with the test requirements of the latest edition of AWS A5.18 or AWS A5.20, as applicable. TABLE A Required Mechanical Properties for GMAW and FCAW Electrodes Impact Tensile Yield Elongation, % Strength GMAW FCAW Strength Strength in 2 inches ft-lb @ 0°F- Grade Grade psi -Min psi -Min Min Min E80S E80T 80,000 65,000 18 20 E90S E90T 90,000 78,000 17 20 E100S E100T 100,000 90,000 16 20 EllOS EllOT 110,000 98,000 15 20 The mechanical property tests for Grades E100S, EllOS, E100T and EllOT shall be made using ASTM A 514 base material. Class of electrode required will be as shown in Table 1 (below). Electrodes shall be used with the type of current, the polarity and in the positions permitted by AWS A5.1 and A5.5 for manual shielded metal-arc welding. AWS A5.18 and A5.20 Specifications shall govern for gas metal-arc welding and flux cored arc welding. 050200 Page 3 of 13 Rev.10-30-2014 TABLE 1 CLASSIFICATIONS OF ELECTRODES PERMITTED TYPE OF MAIN MEMBERS SECONDARY MEMBERS STEEL Groove&Fillet Welds Groove&Fillet Welds Steel Piling, E6010 E60T-8 E60XX E60T-8 E70S-2 A53 Pipe, E6011 E70S-1B E70XX E7XT-1 E70S-3 A500, E7016 E70S-2 E70S-1B E7XT-5 E70S-6 A501, E7018 E70S-3 E70S-2 E7XT-6 E70S-7 Armor Joints E70S-6 E70S-3 E7XT-8 E-705-7 E70S-6 E70U-1 A36, E7016 E70S-2 E7016 E70S-2 A441, E7018 E70S-3 E7018 E70S-3 A572-Grade 50 E7XT-1 E70S-6 E7XT-1 E70S-6 A588, E7XT-5 E70S-7 E7XT-5 E70S-7 A242 Deck Plates E7XT-6 E7XT-6 API Pipe E7XT-8 E7XT-8 A514 E11018M E110S E11018M E110S 2'/2" Thick or Less E 110T E 110T A514 E 10018M E l 00S E 10018M E 1005 Over 2'/2" Thick E 100T E 100T A588, A242, E8018, C-3 E8018, C-3 A618 Weathering E80T(-) E80S(-) E80T(-) Steel E80S(-) Reinforcing Steel E7016 E7018 A572 Grades E8016 E80T 60 and 65 E8018 E80S for Light Towers 1. Use of the same type electrode with the next higher mechanical properties, in accordance with AWS A5.1 or A5.5, than those listed will be permitted. 2. In joints involving base metals of different yield points or strengths, low hydrogen electrodes applicable to the lower strength base metal may be used. 050200 Page 4 of 13 Rev.10-30-2014 Before use, all electrodes with low hydrogen coverings conforming to AWS A5.1 shall be dried for not less than two hours between 450 and 500 degrees F and electrodes with low hydrogen coverings conforming to AWS A5.5 for not less than one hour at a temperature between 700 and 800 degrees F. Immediately after drying, electrodes shall be stored in ovens held at a temperature of at least 250 degrees F. E70 electrodes not used within four hours, E80 within two hours, and E110 within one-half hour after removal from the storage oven shall be redried before use. Electrodes with flux which has been wet, cracked or otherwise damaged, shall not be used. When used for welding A514 steel, electrodes shall be dried at least one hour at temperatures between 700 and 800 degrees F before being used. Electrodes may be redried only once. Suitable facilities for drying and storage of electrodes shall be furnished at the job site, along with thermometers for checking and controlling the oven temperature. In humid atmospheres, the times allowed for use without redrying may be reduced. When gas or gas mixture is used for gas metal-arc welding, it shall be of a welding grade having a dew point of-40°F or lower. The gas manufacturer shall furnish certification to the Engineer that the gas or gas mixture is suitable for the intended application and will meet the dew point requirements. Welding wire coils removed from the original package shall be protected or stored to keep their characteristics or welding properties intact. Rusty coils, or portions of coils, that are rusty shall not be used. Preheat Preheat ahead of welding both groove and fillet welds (including tack welding) will be required as shown in Table 2. Any moisture present at the point of welding shall be driven off by preheating before welding begins. When the base metal is below the required temperature, it shall be preheated so the parts being welded are not less than the specified temperature within three inches (3") of the point of welding. Preheat and interpass temperatures must be sufficient to prevent crack formation. The preheat temperatures shown in Table 2 are minimum and higher preheats may be necessary in highly restrained welds. Preheating equipment shall be adequate to maintain the entire joint at or above the specified temperature. When possible, a joint shall be completely welded before it is allowed to cool below the specified temperature,but shall always be welded sufficiently to prevent cracking before cooling is permitted. Usually preheat and interpass temperatures shall not exceed 400° F for thickness up to 1'/2 inches and 450°F for greater thickness. These temperatures shall never be exceeded on A514 steel. The welder shall have and use approved equipment for checking preheat and interpass temperatures at all times while welding is in progress. For all groove welds, preheat temperature shall be measured on the side opposite to which the heat is applied at points about three inches (3") away from the joint. 050200 Page 5 of 13 Rev.10-30-2014 TABLE 2 MINIMUM PREHEAT AND INTERPASS TEMPERATURE FOR MANUAL SHIELDED METAL-ARC WELDING, FLUX CORED ARC WELDING OR GAS METAL-ARC WELDING MANUAL OR SEMI-AUTOMATIC Thickness of GAS METAL-ARC WELDING, FLUX CORED ARC WELDING Thickness Part OR MANUAL SHIELDED METAL-ARC WELDING at Point of Welding (Inches) With Low Hydrogen Electrodes ASTM A36; A242; A441 A572 Grades 42, ASTM A514 45 and 50; A588 To 3/4, inclusive 50°F 50°F Over 3/4 to 11/2, inclusive 70°F 125°F Over 11/2 to 21/2, inclusive 150°F 175°F Over 21/2 225°F 225°F (1) These temperatures are the minimum required for the thinner material shown for each increment, and higher preheat on a step basis will be required for the thicker material within each increment. Preheat and interpass temperatures must be sufficient to prevent crack formation and welding shall be carried continuously to completion or to a point that will assure freedom from cracking before the joint is allowed to cool below the minimum specified preheat and interpass temperature. Temperatures above those shown may be required for highly restrained welds. (2) When E7010 electrodes are permitted for tacking or temporary root pass, the material shall be preheated to 400°F. (3) When joining steels of different strengths or thickness with groove welds, the preheat and interpass temperatures for the higher strength steel and the average plate thickness shall be used. For fillet welds, the preheat shall be used for the higher strength steel and the thickest plate being welded. (4) When the base metal temperature is below 32° F, preheat to at least 70° F and maintain this minimum temperature during welding. (5) Heat input when welding A514 steel shall not exceed the steel producer's recommendations. (6) When moisture is present on the base metal, it shall be preheated to 200° F before welding is started. 4. QUALITY OF WELDS Weld metal shall be sound throughout. There shall be no cracks in any weld or weld pass. There shall be complete fusion between the weld metal and the base metal and between successive passes throughout the joint. 050200 Page 6 of 13 Rev.10-30-2014 Welds shall be free from overlap and the base metal free from undercut more than one one-hundredth inch (1/100") deep when its direction is transverse to the primary stress in the part that is undercut. Undercut shall not be more than one thirty-second inch (1/32") deep when its direction is parallel to the primary stress in the part that is undercut. All craters shall be filled to the full cross section of the welds. All welds on A514 steel shall be visually examined for longitudinal or transverse cracks not less than 48 hours after completion of the welding. 5. CORRECTIONS When welding is unsatisfactory or indicates inferior workmanship, the following corrective measures will be required by the Engineer whose specific approval shall be obtained for making each correction. When requirements prescribe the removal of part of the weld or a portion of the base metal, removal shall be by oxygen gouging or arc-air gouging. Oxygen gouging shall not be used on A514 steel or A588 weathering steel. All surfaces shall be ground after arc-air gouging. Backgouging of splices in beams and girders or cutouts of defective welds shall be done by a welder qualified to make beam and girder splices. Where corrections require the deposition of additional weld metal, the sides of the area to be welded shall have sufficient slope to permit depositing new metal. Defective or unsound welds shall be corrected either by removing and replacing the entire weld, or as follows: Excessive convexity. Reduce to size by grinding off the excess weld metal. Shrinkage cracks. Cracks in base metal, craters and excessive porosity. Remove defective portions of base and weld metal down to sound metal and replace with additional sound weld metal. Undercutting, undersize and excessive concavity. Clean and deposit additional weld metal. Overlapping and incomplete fusion. Remove and replace the defective portion of weld. Slag inclusions. Remove the parts of the weld containing slag and replace with sound weld metal. Removal of adjacent base metal during welding. Clean and form full size by depositing additional weld metal. Where corrections require the deposition of additional weld metal, the electrode used shall be smaller than that used for making the original weld. Surfaces shall be cleaned thoroughly before re-welding. 050200 Page 7 of 13 Rev.10-30-2014 A cracked weld shall be removed throughout its length, unless the extent of the crack can be ascertained to be limited, in which case the weld metal shall be removed 2 inches (2") beyond each end of the crack and repairs made. Where work performed after the making of a deficient weld has made the weld inaccessible or has caused new conditions making the correction of the deficiency dangerous or ineffectual, the original conditions shall be restored by removal of welds or members, or both, before making the necessary corrections, or else the deficiency shall be compensated by additional work according to a revised design approved by the Engineer. Improperly fitted and misaligned parts shall be cut apart and re-welded. Members distorted by the heat of welding shall be straightened by mechanical means or by the carefully supervised application of a limited amount of localized heat. Heated areas shall not exceed 1200° F as measured by Tempil-sticks or other approved methods for steel up to 65,000 psi yield strength. Parts to be heat straightened shall be substantially free of stress from external forces, except when mechanical means are used in conjunction with the application of heat. Heat straightening of A514 steel shall be done only under rigidly controlled procedures, subject to the approval of the Engineer. In no case shall the maximum temperature of the steel exceed 1100°F. Sharp kinks and bends shall be cause for rejection of the material. 6. RADIOGRAPHIC INSPECTION All groove welds designed to carry primary stresses shall be subject to radiographic inspection. When subjected to such inspections, the presence of any of the following defects in excess of the limits indicated will result in rejection of the defective weld until corrected. 1. Sections of welds shown to have any cracking, regardless of length or location, incomplete fusion, overlapping, or inadequate penetration shall be judged unacceptable. 2. Inclusions less than one-sixteenth inch (1/16") in greatest dimension including slag, porosity and other deleterious material, shall be permitted if well dispersed so that the sum of the greatest dimensions of the inclusions in any linear inch of welded joint shall not exceed three-eighth inch (3/8"). 3. Inclusions one-sixteenth inch (1/16") or larger in greatest dimension shall be permitted provided such defects do not exceed the limits shown on Figure 1 or in subparagraph(2) above. 4. There shall be no inclusion greater than one-sixteenth inch (1/16") within one inch of the edge of part or member at the joint or point of restraint. 050200 Page 8 of 13 Rev.10-30-2014 FIGURE 1 STANDARDS FOR ALLOWABT.F INCLUSIONS 1 1/2. 1/2 iRy T/is IAJ = l 1/4 (1) PROLPEC. (A)HOR/20NTALLY TO(8) f.n: y (2) PROJECT INTERSECTION t?C �, VERTICALLY TO(C) LL.LOJ)f H 1 l3./Is �+IyGZ"�8 . Iti fa= _J G 3/4 1/4- 3AG ati lt gcc _J 1/0 .la` 1D x Lu �gti tS F �' 1/4 I/16 F0I I I I O 1/2 1 11/2 2 21/2 3 3 1/2 4 41/2 C— MINIMUM CLEARANCE MEASURED ALONG THE LONGITUDINAL AXIS OF THE WELD BETWEEN EDGES OF POROSITY OR FUSION-TYPE DEFECTS ( INCHES) (LARGER OF 01—okd1 MT DEFECTS savems) NOTES: (1) The distance from the edge of an inclusion to the edge of a plate or to any intersecting weld shall be equal to or greater than the clearance between inclusions. (2) Inclusions with any dimension greater than 1/2 inch are not acceptable. (3) For joint thickness greater than P/2 inches, the minimum allowable dimension and spacing of inclusions shall be the same as for 1'/2-inch joints. (4) Values of(B) obtained by projecting horizontally from(A) are maximum values. Any value of(B) smaller than the maximum is satifactory. (5) Values of(C) obtained by projecting vertically from (B) are minimum values. Any value of(C) larger than the minimum is satifactory. Radiographic inspection shall be made of A514 steel not less than 48 hours following the completion of the welding. For other steels, nondestructive inspection may begin immediately after welding and cleaning or grinding is completed. Definitions: Porosity signifies gas pockets or any similar generally globular type voids. Fusion-type defect signifies slag inclusions and similar elongated defects. 050200 Page 9 of 13 Rev.10-30-2014 7. REINFORCING STEEL- GENERAL Provisions are made herein for the welding of reinforcing steel by the manual shielded metal-arc process. Other processes may be permitted with the specific approval of the Engineer or may be specified on the plans. Splicing of reinforcing steel by welding shall be done only at locations approved by the Engineer. 8. BASE METAL Reinforcing steel to be welded shall be new billet steel conforming to ASTM Designation: A615, and shall also conform to the following chemical composition: Maximum Carbon 0.40 Percent Maximum Manganese 1.30 Percent 9. FILLER METAL Low hydrogen electrodes as specified in Table A will be required for all welding of reinforcing steel. Drying of electrodes shall be as specified in Article 3, "Filler Metal" for Structural Steel. 10. PREHEAT AND INTERPASS TEMPERATURE Minimum preheat and interpass temperatures for reinforcing steel shall be as shown in Table 3. TABLE 3 PREHEAT AND INTERPASS TEMPERATURE FOR REINFORCING STEEL CARBON RANGE NO. 7 & SMALLER NO. 8 &LARGER Up to and including 0.30 None 100 0.31 to 0.35 inclusive None 150 0.36 to 0.40 inclusive 100 250 Unknown 250 400 For widening projects,use carbon content and bar size of new steel to determine preheat required. 050200 Page 10 of 13 Rev.10-30-2014 11. JOINT TYPES For all bars No. 8 and larger, butt splices shall be required. For No. 7 bars and smaller, lap splices shall be required. Fillet welds in lap splices shall be a minimum of 4 inches in length and shall be welded on each side of the lap joint. For bars No. 5 and smaller, welding from one side of the lap will be permitted by the Engineer when it is impractical to weld from both sides of the joint, and the weld shall be a minimum of 6 inches in length. Lap welds shall meet the requirements specified in Table 4. Where possible, all butt splices shall be made in the flat position. All butt splices, except horizontal, shall be as shown in Figure 2 with the back-up strip required. Horizontal splices shall be as shown in Figure 3. TABLE 4 REQUIRED DIMENSIONS FOR LAP SPLICES "b" "t" "c" ELECTRODE BAR SIZE "a" Max. Min. Max. SIZE No. 4 0.04 in. 1/8 in. 1/8 in. 1/16 in. 1/8 in No. 5 0.05 in. 1/8 in. 3/16 in. 1/16 in. 5/32 in. No. 6 0.06 in. 1/8 in. 1/4 in. 1/16 in. 5/32 in. No. 7 0.07 in. 3/16 in. 5/16 in. 1/16 in. 5/32 in. 050200 Page 11 of 13 Rev.10-30-2014 4 a .�� f b f SEC. A-A (ENLARGED) TABLE 4 Required Dimensions for Lop Splices D-*� . 2.21/2 22 V/2" 0 ° `. MAX d/'S SEC D-D MIN,dA D jl w. i t/ . V8 Buff weld In flat position tl 71 m I BUTT WELD, WITH BAR IN HORIZONTAL POSITION FIGURE 2 FIGURE 3 050200 Page 12 of 13 Rev.10-30-2014 12. WIDENING PROJECTS In general, the new reinforcing steel shall be either lap or butt spliced directly to the bar to be extended. When the reinforcement in the old portion of a structure is found to be of the wrong spacing, dowel bars long enough to develop the welded lap or butt splice and also develop the bar in bond, as required in City Standard Specification Section 032020 "Reinforcing Steel", shall be welded to the old steel, and the new reinforcement placed at the correct spacing without welding to the old steel. No measurement or payment will be made for the dowels but will be subsidiary to the other items in the contract. Both old and new reinforcement shall be cleaned thoroughly prior to the preparation of the joint. 13. RADIOGRAPHIC INSPECTION When so designated on the plans, welded butt splices shall be radiographed. Weld quality shall be as follows: There shall be no cracks and the sum of the greatest dimensions of porosity and fusion-type defects shall not exceed one-tenth of the nominal bar diameter in inches. 14. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, welding will not be measured for pay, but will be considered subsidiary to the various other bid items in the Bid Form. 050200 Page 13 of 13 Rev.10-30-2014 SECTION 055420 FRAMES, GRATES, RINGS AND COVERS 1. DESCRIPTION This specification shall govern for the furnishing and installation of frames, grates, rings and covers for inlets, manholes and other structures in accordance with those details. Steel shall conform to the requirements of ASTM Designation: A36 "Standard Specification for Carbon Structural Steel". 2. MATERIALS Welded steel grates and frames shall conform to the member size, dimensions and details shown on the plans and shall be welded into an assembly in accordance with those details. Steel shall conform to the requirements of ASTM Designation: A36. Castings, whether Carbon-Steel, Gray Cast Iron or Ductile Iron, shall conform to the shape and dimensions shown on the plans and shall be clean substantial castings, free from burnt-on sand or blow holes, and shall be reasonable smooth. Runners, risers, fins, and other cast-on pieces shall be removed from the castings and such areas ground smooth. Bearing surfaces between manhole rings and covers or grates and frames shall be cast or machined with such precision that uniform bearing shall be provided throughout the perimeter contact area. Pairs of machined castings shall be matchmarked to facilitate subsequent identification at installation. Steel castings shall conform to the requirements of ASTM Designation: A27 "Standard Specification for Steel Castings, Carbon, for General Application". Grade 70-36 shall be furnished unless otherwise specified. Cast Iron castings shall conform to the requirements of ASTM Designation: A48 "Standard Specification for Gray Iron Castings", Class 30. Ductile iron castings shall conform to the requirements of ASTM Designation: A536 "Standard Specification for Ductile Iron Castings". Grade 60-40-18 shall be used otherwise specified. 3. CONSTRUCTION METHODS Frames, grates, rings and covers shall be constructed of the materials as specified and in accordance with the details shown on the plans, and shall be placed carefully to the lines and grades indicated on the plans or as directed by the Engineer. All welding shall conform to the requirements of the latest American Welding Society Specifications. Frames, grates, rings and covers shall be given one coat of a commercial grade red lead and oil paint and two coats of commercial grade aluminum paint. 055420 Page 1 of 2 Rev.3-25-2015 Painting on gray iron castings will not be required, except when used in conjunction with structural steel shapes. Commercial grade galvanized bolts and nuts shall be used. The zinc coating shall be uniform in thickness, smooth and continuous. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, frames, grates, rings and covers will not be measured for payment,but shall be considered subsidiary to other bid items. 055420 Page 2 of 2 Rev.3-25-2015 Part T Technical Specifications SECTION T-037040 EPDXY COMPOUNDS (5-44) 1. DESCRIPTION This specification shall govern all work necessary to provide and apply Epoxy compounds. 2. MATERIALS (USE - TYPE) (1) Epoxy Bonding Compound for bonding new concrete to hardened concrete or other structural material: Epoxy Bonding Compound shall be a two component, 100% solids, moisture insensitive system. Epoxy shall be "FX-752 Bonding Agent" as manufactured by Fox Industries Inc. of Baltimore, Maryland or "Sikadur 32 Hi-Mod LPL" as manufactured by Sika Chemical Corporation of Lyndhurst, New Jersey or approved equal. (2) Epoxy Grout for Epoxy patch on non-horizontal surfaces to concrete: Epoxy Compound shall be a low-modulus, high viscosity, moisture insensitive system. Epoxy shall be "Sikadur 23 Lo-Mod Gel" as manufactured by Sika Chemical Corporation, or approved equal. 3. CONSTRUCTION METHODS (1) Bond new concrete to existing concrete: a. Surface Preparation: The existing concrete or structural surface to which the new concrete is to be bonded shall be cleaned. The existing surface shall be made free from dust, laitance, grease, curing compounds, waxes and all foreign material. Cleaning shall be done by sandblasting, mechanical abrasion, or (by washing only if authorized by the Engineer) . During application of bonding compound, surface may be dry, moist, or wet, but surface shall be free of standing water. b. Proportioning and Mixing: The epoxy shall be proportioned and mixed in strict accordance with the manufacturers instructions. The epoxy shall be used in a neat condition (without aggregate filler) . C. Application of Epoxy: The epoxy bonding compound shall be applied to the prepared surface with the minimum allowable coverages as follows: Concrete (float finished, cleaned by washing) 75 SF/gal Concrete (rough finish, cleaned by sandblast or mechanical abrasion) 50 SF/gal Other surfaces as specified on the drawings d. Concrete Overlay: The concrete overlay shall be in accordance with the drawings or 030020 of standard specifications. The concrete overlay shall be applied over the epoxy within a period of time which SHALL NOT EXCEED 60% of the tack free time of the epoxy. It is important for the Contractor to note that these times vary with the temperature and pot time. The following allowable times (60% of tack free time, where the tack free time is the period of time from initial mixing of the two components until the thin film of epoxy hardens) are provided below. The allowable times must be T-037040 Page 1 of 2 determined from the tack free times which are provided by the manufacturer. The following allowable times are averages and provided only as an aid to the Contractor: Temperature Allowable Elapse Time from Mixing Epoxy Until Placing Concrete Overlay 90°F 40 min. 80°F 1-1/2 hrs. 70°F 2-1/2 hrs. 60°F 3-1/2 hrs. If the allowable period of time is allowed to elapse before concrete overlay can be placed, another layer of epoxy shall be applied prior to placement of the concrete. (2) Epoxy Grout for patch to non-horizontal surfaces to concrete: a. Surface Preparation: The surface shall be prepared as described in (1) Bond new concrete to existing concrete Part a. b. Proportioning and Mixing: The epoxy shall be proportioned and mixed in strict accordance with the manufacturer instruction. The epoxy may be mixed with dry masonry sand. Sand shall conform to A.S.T.M. C-144 with 100% passing a No. 8 sieve and not more than 15% to 35% passing a No. 50 mesh sieve. The amount of sand filler shall not exceed 3/4 to 1 (loose sand to epoxy by volume) . C. Application: Epoxy shall be applied in strict accordance with manufacturer instructions. Area adjacent to work shall be cleaned free of epoxy spills as to provide a neat appearance before work will be accepted. 4. GENERAL PRECAUTION The Contractor is advised to become familiar with type of epoxy, method of application, and its basic limitations prior to using the epoxy. 5. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Epoxy Compounds shall be considered subsidiary to the appropriate bid item. T-037040 Page 2 of 2 August 2016 City of Corpus Christi Standard Specifications for Construction SECTION T-34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS PART1 GENERAL 1.1 Description A. This specification describes the necessary definitions, regulations, procedures, work zone control, and maintenance for traffic signal construction, and to provide a consistent set of guidelines, practices and standards for use by designers, contractors and City of Corpus Christi Traffic Engineering Division. B. This specification pertains to all phases of construction and modifications of new and/or existing traffic signals as shown on the project Drawings and required to complete the project. C. The requirements of this specification shall be enforced on all contracts which include signalized intersections, even if no traffic signal work is part of the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 025802 TEMPORARY TRAFFIC CONTROLS DURING CONSTRUCTION 1.3 References The latest edition of the referenced item below shall be used. A. National Electrical Manufacturer's Association (NEMA) B. National Electric Safety Council (NESC) C. Underwriter's Laboratories (UL) D. Electric Industries Association (EIA) E. National Electric Code (NEC) F. Illumination Engineer's Society(IES) G. American Society for Testing and Materials (ASTM) H. American Association of State Highway and Transportation Officials (AASHTO) I. Institute of Transportation Engineers (ITE) J. Manual of Uniform Traffic Control Devices (MUTCD) K. Texas Manual on Uniform Traffic Control Devices (TMUTCD) L. Local Codes and Ordinances M. State Codes and Regulations N. Federal Codes and Regulations O. City of Corpus Christi—Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT B. Material List 1. The Contractor shall submit two (2) legible copies of a complete material list for approval which shall conform to these specifications. 2. The list shall state all relevant information regarding materials and equipment to allow the Owner to procure exact replacements of any items supplied on the project. 3. The submittals must be complete enough to be able to judge if items comply with the features specified and shall be evaluated by the Contractor prior to submittal to eliminate rejection of obviously wrong items. 4. The materials on the list shall be identified by the contract project name or number, bid item number, catalog part numbers, catalog cuts, shop drawings, trade names, and schedules of other pertinent information. 5. The materials from catalog cuts shall be clearly indicated by the Contractor. 6. Any material designation used in the contract documents shall be so noted on the material list. 7. If requested, the Contractor shall submit shop drawings for review and approval. C. Equipment: Submittals shall be legible and provided for the following equipment: 1. Pull Boxes & Lids Page 1 of 10 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS—T-34 41 13.00 August 2016 City of Corpus Christi Standard Specifications for Construction 2. Pedestrian Signals 3. Traffic Signal Heads 4. LED Lamps (Light Emitting Diodes) 5. Backplates 6. Battery Back-Up System (BBS) 7. Signal Mountings Hardware 8. Video Image Vehicle Detection Systems (VIVDS) 9. Microwave Detection 10. Radar Detection 11. Malfunction Management Units (MMU) 12. Buss Interface Unit(BIU) 13. NEMA Load Switches 14. NEMA Controller and Cabinet 15. Wood Poles 16. Span Wire 17. Pedestrian Pushbuttons 18. Wire and Cable 19. Conduit and Fittings 20. Service Pedestal 21. AC Service Panel 22. Surge Arrestors 23. Breakers 24. Steel Pole &Arm 25. Sign Mounting Brackets 26. Internally Lighted Street Name Sign (ILSN) D. Approval 1. The Contractor shall note that the approval by the City Traffic Engineer and/or Traffic Signals Operations is required prior to installation of any equipment that is to be used. E. Rejection of Submittal 1. The Owner reserves the right to reject an incomplete or unclear material list or submittal. 1.5 Definitions The words defined in this section shall for the purpose of the specifications pertaining to traffic signals and controls have the meanings ascribed to them pertaining to traffic signals and controls. A. ASA—American Standards Association B. ASTM—American Society of Testing Materials C. AWS—American Welding Society D. AWG—American Wire Gauge E. Backplate — A thin strip extending outward parallel to the signal face on all sides of signal housing, to provide suitable background for the signal indications F. Traffic Engineer — City Traffic Engineer responsible for all operations on streets & local highways within the municipality G. Construction Traffic Coordinator — The person in charge of construction barricading and barricade inspections H. Controller Assembly— The complete assembly for controlling the operation of traffic signals consisting of a traffic signal controller unit and all auxiliary and external equipment housed in a weatherproof cabinet I. Controller — That part of the controller assembly which performs the basic timing and logic functions for the operation of the traffic signal J. AEP—American Electric Power K. Detector—A device for indicating, the passage or presence of vehicles or pedestrians L. FHWA— Federal Highway Administration M. Flasher—A device used to open and close signal circuits at a repetitive rate N. Flash Operation — This feature discontinues normal signal operation and causes a predetermined combination of flashing signal circuits O. IMSA— International Municipal Signal Association P. ITE— Institute of Transportation Engineers Page 2 of 10 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS—T-34 41 13.00 August 2016 City of Corpus Christi Standard Specifications for Construction Q. Luminaries—The assembly which houses the light source and controls the light emitted from the light source for roadway illumination. Luminaries' consist of a housing, lamp socket, reflector, and glass globe or refractor R. Manual Operation — The operation of a signal controller unit by means of a hand operated switch S. Mounting Assembly—The framework and hardware required to mount the signal face(s) and pedestrian signal(s)to the pole T. MUTCD—Manual on Uniform Traffic Control Devices U. NEC— National Electrical Code V. NESC—National Electrical Safety Code W. NEMA— National Electrical Manufacturer's Association X. Pedestrian Signal — A traffic control signal for the exclusive purpose of directing pedestrian traffic at signalized locations Y. Punch List — The list compiled by the Owner for the Contractor noting deficiencies needing attention prior to final acceptance of the traffic signal system Z. Phase — A part of the time cycle allotted to any traffic movement or combination of movements receiving the right-of-way during one or more intervals AA. TxDOT—Texas Department of Transportation BB. Signal Face — An assembly controlling traffic in a single direction and consisting of one or more signal sections. Circular and arrow indications may be included in a signal assembly. The signal face assembly, also called a signal head, shall include the visors and Backplates where specified or shown on the Drawings CC. Signal Indication—The illumination of a signal section or other device, or of a combination of sections of other devices at the same time DD. Signal Section—A complete unit for providing a signal indication consisting of housing, lens, reflector, lamp receptacle, and lamp EE. TMUTCD—Texas Manual on Uniform Traffic Control Devices FF. Traffic Design Engineer— Person in charge of Traffic Design for the City of Corpus Christi GG. Traffic Signal Superintendent — Person in charge of the City Traffic Signals Maintenance & Operations Shop HH. Traffic Signal Timing Specialist — Person in charge of the traffic signal coordinated systems &traffic signal timings II. UL— Underwriters Laboratories JJ. Vehicle—Any motor vehicle normally licensed for roadway use PART2 PRODUCTS 2.1 General A. Materials 1. All materials shall conform to the requirements of the latest version of the National Electric Code (NEC), Illumination Engineer's Society (IES), standards of the American Society for Testing and Materials (ASTM), American Association of State Highway and Transportation Officials (AASHTO), Institute of Transportation Engineers (ITE) requirements of the Drawings, Traffic Signal Special Specifications, Special Provisions, and to any other codes, standards, or local ordinances which may apply. a. Whenever reference is made to any of these standards, the reference shall be considered to mean the code, ordinance, or standard that is in effect at the time of construction. B. Electrical Equipment 1. All electrical equipment shall conform to the standards of the National Electrical Manufacturer's Association (NEMA), the National Electric Safety Council (NESC), Underwriters Laboratories (UL), or the Electronic Industries Association (EIA) where applicable. 2. Whenever reference is made to any of these standards, the reference shall be considered to mean the code, ordinance, or standard that is in effect at the time of construction. C. Products and Materials 1. All shall be industrial grade unless otherwise noted on the Drawings or indicated by the Owner. Page 3 of 10 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS—T-34 41 13.00 August 2016 City of Corpus Christi Standard Specifications for Construction 2.2 Pre-Approved Materials and Equipment A. Pre-Approved Materials and Equipment can be found within the City of Corpus Christi Signalization Standard Product List. B. The intent is to streamline the approval process by making information available to the Contractor of items that have been previously approved under these specifications. 1. This list is in no way to be construed as an endorsement of any brand or product. C. The list does not relieve the Contractor from responsibility to comply with the specifications of a particular project. D. The maintenance of this list is at the discretion of the Traffic Engineer, and the Contractor should be prepared to provide submittals of all equipment as required herein. E. The Contractor shall be allowed to substitute a reference to an item in the "pre-approved" list in lieu of a catalog data sheet, if he desires, and if the City Traffic Engineer has provided such a list. F. References shall be sufficiently complete for the Owner to judge which item is being proposed. G. The Contractor may also be asked to submit additional documentation from an independent testing lab attesting that the material submitted meets or exceeds the required specifications. 2.3 Changes to Approved Materials and Equipment A. Substitutions 1. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. 2. Proposed changes to the approved materials submittal shall be submitted in writing. 3. If requested, the Contractor shall submit samples of proposed materials for evaluation by the Owner. 2.4 Rejection of Materials and Equipment A. Installation of materials and equipment not corresponding to the submittal shall be grounds for rejection of the equipment and replacement with approved materials at no cost to the Owner, even if the non-approved material might otherwise have been approved had it been properly submitted. 2.5 Existing Equipment A. Equipment not reused in the new signal system shall be removed by the Contractor from the jobsite and dispose of any non-salvaged items and old wire in accordance with local, state, and federal regulations. B. Holes resulting from the removal of pull boxes, foundations, and other materials shall be backfilled and compacted with material equivalent to the surrounding material and the surface made to match the surrounding surface in accordance with the appropriate specification. C. Poles, signals, cabinets and contents, signal wire, pedestrian signals, signs, and pedestrian buttons that are deemed salvageable shall be transported and unloaded at the City Traffic Signal Maintenance Operations Shop. 1. The Contractor shall notify the City Traffic Signals Maintenance Operations Shop 48 hours prior to the proposed delivery date/time to arrange for the receipt of the salvaged equipment by the City. 2. The Contractor shall make a complete inventory listing of the items salvaged and present it upon delivery of the items. 2.6 Damaged Equipment A. All existing and new equipment damaged or destroyed by improper care, handling, transport, or installation shall be replaced with new equipment at no cost to the Owner. B. The Contractor shall remove from the jobsite and dispose of any non-salvaged items and old wire. C. Holes resulting from the removal of pull boxes, foundations, and other materials shall be backfilled and compacted with material equivalent to the surrounding material and the surface made to match the surrounding surface in accordance with the appropriate specification. Page 4 of 10 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS—T-34 41 13.00 August 2016 City of Corpus Christi Standard Specifications for Construction 2.7 City Supplied Materials A. The City shall not supply nor lend out equipment on a contract-deduction as is or any other basis unless such arrangement is so stated in the Drawings or approved by the Traffic Design Engineer. PART 3 EXECUTION 3.1 General Information A. Contractor hired for the modification or installation of traffic signals, within the jurisdiction of the City of Corpus Christi, shall meet the following requirements: 1. Contractor shall provide documentation indicating actual installation and modification of traffic signals completed in the past year. a. The statement shall include the name of the agency work was performed for and the date the work was completed and provide to the Traffic Engineer or Designee, prior to the start of work. 2. Contractor personnel must be competent in the construction and wiring techniques required for traffic signal installation, have an excellent knowledge of traffic signal controller cabinet assemblies and have experience in the operation of traffic signal NEMA controllers. 3. Contractor is required to have one certified IMSA Level II Traffic Signals Technician for any work external or internal to the traffic signal controller cabinet and is required to be on the job-site at all times to supervise construction. a. Contractor shall provide to the Owner a copy of the individual's certification prior to the start of work. 4. A pre-construction meeting will be required with the traffic signal contractor and the City Traffic Signals Superintendent prior to the start of work to assure that all materials, equipment and work specifications are understood. 5. Finished product should conform to current Traffic Signal standards for Cosmetics as well as Quality in workmanship. B. Prior to beginning any work on any City traffic signal facility, the Contractor is required notify the Traffic Engineering Division and Traffic Signals Operations Department one (1) week in advance. 1. Under no circumstances will the City accept work done without this prior contact being made. C. The Contractor shall obtain all permits and inspections as required. 3.2 Installation A. Workmanship shall conform to the requirements of the latest revision of the National Electric Code (NEC), Illumination Engineer's Society (IES), standards of the American Society for Testing and Materials (ASTM), American Association of State Highway and Transportation Officials (AASHTO), requirements of the Drawings, Traffic Signal Special Specifications, Special Provisions, and to any other codes, standards, or local ordinances which may apply 1. Whenever reference is made to any of these standards, the reference shall be considered to mean the code, ordinance, or standard that is in effect at the time of construction. B. Cable Splicing Policy 1. No splice shall be made to a signal cable and shall terminate in the steel pole terminal strip or in the base of a terminal strip. a. The signal cable run shall be complete straight run from the traffic controller cabinet to the traffic signal pole. 2. All cables for detection cameras shall be continuous without splice from the camera to the signal cabinet. 3. All power feeds shall be continuous without splicing from the source to the service panel or meter and from meter to the controller cabinet. 4. At no time shall any cable be permitted to be spliced in a pull box. 3.3 Utility Locations Page 5 of 10 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS—T-34 41 13.00 August 2016 City of Corpus Christi Standard Specifications for Construction A. Existing Traffic Utilities 1. Prior to working in and around a signalized intersection the Contractor is required to call the City Customer Call Center at least forty-eight (48) hours in advance before any digging, excavating and directional boring begins. 2. Note: Traffic Signals Operations is not on the One Call System, call directly to the City Call Center to request a line locate or the Traffic Signal Shop at 361-826-1610, after hours 361-815-1379. B. Existing Miscellaneous Utilities 1. The locations of utilities shown on the Drawings are approximate and not all utilities may be shown. 2. All involved utilities, tunnels, and storm drains may not be complete on the Drawings, and the Contractor shall be responsible for obtaining any additional information from the applicable sources prior to construction, and determining the accuracy and adequacy of such information necessary for his performance of the work. C. Locating of Proposed Traffic Facilities 1. The Contractor shall locate poles, controllers, etc., as shown in Drawings. a. Slight (less than three feet (3')) deviation to avoid existing utilities is permissible, unless the new location would move the pole too close to the roadway, obstruct the view of another traffic control device, create issues for ADA compliance and/or obstruct accessible pathways, or otherwise not conform to the intent of the Drawings. The contractor must contact the engineer for approval prior to relocating all proposed traffic facilities b. Large deviations must be approved by the City Traffic Engineer and Traffic Design Engineer. C. The Contractor shall bear in mind that electrical Drawings are somewhat diagrammatic in nature when it comes to conduit routing and adjustments may be necessary in the field. 2. Ground Boxes a. Existing signal ground boxes located in or near the proposed ADA ramp needing to be moved or relocated, shall first remove the signal cable from the conduit to make the lateral adjustment for the new proposed ground box. (1) No splices will be allowed in the ground boxes. (2) If there is not enough slack in the existing cable, then all cable in the conduit will be replaced. (3) Traffic signal cable shall be a continuous run from the controller cabinet to the traffic signal pole terminal strip. b. If ground boxes & covers are removed, before start of demolishing and construction for the new ramp and sidewalk, all conduits shall be covered to keep any debris from falling into it. (1) If debris falls into the conduits it will be the Contractor responsible to remove it by using high air pressure and water. (2) Traffic Signal Operations will inspect the work before pouring the concrete. D. New and Proposed Utilities 1. The locations of existing and proposed utilities shown on the Drawings are approximate. 2. The Contractor shall be responsible for determining the location of new and proposed utilities prior to installing materials and equipment for traffic signals. E. Damage 1. Damage to any existing or new traffic utility or existing traffic facilities shall be repaired or replaced at the Contractor's expense. 2. Existing loop detectors damaged or broken by the Contractor shall be replaced with 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. 3. Damage to Signals by Contractor a. In the event that the Contractor or his sub-contractor damages any traffic signal facilities to the point that the signal installation is inoperative it shall be the Contractor's responsibility to set temporary Stop signs as soon as possible. b. It will also be the Contractor's responsibility to have an off-duty police officer on the site within two hours of the non-functioning signal, if the signal is not repaired to the Traffic Engineer and/or Traffic Signal Superintendent satisfaction within the first hour. Page 6 of 10 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS—T-34 41 13.00 August 2016 City of Corpus Christi Standard Specifications for Construction C. In the event that the Contractor is unable to accomplish the above, the City of Corpus Christi shall at its option send an on-duty police officer to the site and have either the City's Traffic Signal Maintenance Operations or another independent private traffic signal Contractor to facilitate the repairs. d. Any and all costs incurred by the City of Corpus Christi to repair the damaged signal facilities shall be the responsibility of the General Contractor for the project. 4. Damage to any existing or new utility or existing facilities shall be repaired or replaced at the Contractor's expense. 3.4 Traffic Control Plan A. General 1. A Traffic Control Plan (TCP) is required 48 hours (excluding weekends) in advance for approval by the City Traffic Engineer. 2. All locations and distances shall be in conformance with the Texas Manual on Uniform Traffic Control Devices. 3.5 Traffic Control Devices A. Supply and Maintenance 1. All traffic control devices shall be provided by the Contractor as required by the Traffic Control Plan (TCP) and requested by the City Traffic Engineer, Traffic Design Engineer, and Owner. 2. The Contractor may employ a legitimate traffic control device company to supply the required devices. 3. The Contractor is required to supply the Inspector with a 24-hour telephone number of the individual whom is responsible for maintaining the traffic control devices for emergencies. B. Installation 1. It is the Contractor's responsibility to see that all traffic control devices are properly installed and maintained in accordance with the Traffic Control Plan (TCP), the Texas Manual on Uniform Traffic Control Devices, and as requested by the City Traffic Engineer, Traffic Design Engineer, Project Engineer, and Inspector. 2. Anytime a Contractor's vehicle occupies a street open to vehicular traffic, or doing the work in the street for the purpose of hanging heads, erection of poles, cutting and installation of loops, or any other such work, adequate advance warning signs and barricades or cones shall be used as required by the MUTCD and TMUTCD. a. Additionally, all locations not in a road project shall have the "SIGNAL CONSTRUCTION AHEAD" signs and "END CONSTRUCTION" signs on all approaches of the intersection having the new signals or modification installed. 3. Any trenches left overnight as well as any foundations that do not have poles sitting on them or any other such hazard to the public shall be adequately covered and barricaded with reflective standard barricades equipped with warning flashers or as directed by the Engineer. 3.6 Lane Closures and Sidewalk Closures A. Lane Closures 1. Any lane closures or total closures of streets must be approved in advance. 2. A seventy-two (72) hour notice is required on all lane closures and/or total closures. 3. No closures or partial closures shall occur during the peak hours of 7:00 am to 9:00 am and 4:00 pm to 6:00 pm, weekdays. B. Sidewalks 1. Any closures or total closures of existing sidewalks must be approved in advance. 2. A seventy-two (72) hour notice is required on all closures and/or total closures. 3. No sidewalks in the downtown area shall be closed unless authorized by the City Traffic Engineer. 3.7 Maintenance During Construction A. General 1. Any and all maintenance, reattachments to Utility poles or City poles, temporary signals, relocation of signals over lanes, or pole relocations or removals shall be by the Page 7 of 10 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS—T-34 41 13.00 August 2016 City of Corpus Christi Standard Specifications for Construction Contractor. 2. The City shall have no maintenance or construction responsibilities during construction except for: a. The timing in the controller cabinet itself, b. Detection equipment, C. Programming. B. Detours 1. During detours, traffic signal heads and video detection cameras must be repositioned by the Contractor to the minimum requirements of the Texas Manual on Uniform Traffic Control Devices and to the directions of the City Traffic Engineer, Traffic Signal Superintendent and/or Inspector. 2. A minimum of two (2) signal heads shall be maintained over the traveled lanes when construction on live intersection requires traffic to move from normally traveled lanes. a. Signal head not over traveled lanes shall be bagged. 3. Left Turns a. Where left turn arrows presently exist and a one-lane detour road will be built as a temporary construction detour, the Inspector, Traffic Engineer, or Traffic Signal Superintendent may require the arrow(s) be eliminated temporarily by the Contractor to facilitate traffic movement. 3.8 Signal Shutdown A. At any location where an existing signal is to be temporarily shut down for the sake of changing from the old controller or service to the new controller or service, the Contractor shall be responsible for arranging and bearing the cost of duly-constituted peace officers in their jurisdiction for directing traffic. 1. Note: Security guards are not considered as Police Officers and shall not be used for this purpose. B. Signal shutdown shall not begin prior to 9:00 AM on weekdays (holidays excluded) and shall be avoided from 4:00 PM to 6:00 PM weekdays. C. Additionally, the City shall not allow an existing traffic signal or flasher system to be turned off and STOP signs used to control traffic. 1. The Contractor shall plan ahead and consider this when planning his project strategy. 2. It is suggested that the new poles be installed as soon as possible and possibly temporarily wired overhead to avoid this problem. 3. Except in highly unusual circumstances, the City will require the Contractor to place the new signals in operation before the old signals are removed. 4. If temporary signals cannot be avoided, the Contractor will be responsible for all temporary signals. 3.9 Signal Turn-On A. City Approval 1. Signals shall be turned on when the City has determined that the location is in adequate condition (wiring, signals, service, etc.)to be turned on safely. a. The City Traffic Engineer or Designee shall make this determination. 2. The Contractor shall not place any signal in operation, either cycling or flashing, under any circumstances unless authorized by the City Traffic Engineer or his Designee. B. Manual Flash Mode 1. Unless otherwise shown on the Drawings, it is the City's policy for new traffic signals to turn on the new system and let it remain in the Manual Flash mode for seven (7) days before the system is switched on to cycling mode. C. Placing Signals in Service 1. The Contractor shall ensure that service has been provided and that all wires are terminated in the cabinet. a. At that point the Contractor shall arrange with the City Inspector for the Traffic Engineer Dept. to conduct an inspection to verify that there are no other circumstances that would delay the turn-on. 2. The City Traffic Engineer shall coordinate with the Traffic Signal Maintenance Operations on turning the signals on to the flash mode through the Inspector. Page 8 of 10 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS—T-34 41 13.00 August 2016 City of Corpus Christi Standard Specifications for Construction 3. The Contractor shall have Vendor/Manufacturers representative, personnel and a bucket truck at the site on the day the Traffic Engineer or Traffic Signal Operations turn the signal on to flashing operation for the purpose of uncovering the signals and any necessary overhead work or inspections. 4. The Contractor is required to have an Econolite controller representative present at the time the signal equipment is turned on. Representatives from other controller unit vendors or manufacturers are not an acceptable substitution to this requirement. The Contractor is solely responsible for coordinating and scheduling the Econolite controller representative to be present during signal turn-on. Having a knowledgeable representative at the project site(s) when the controller(s) is ready to be turned on is paramount to the safety and efficiency of this operation. 3.10 Preservation of Sod, Shrubbery, and Trees A. The Contractor shall assume full responsibility for the preservation of all sod, shrubbery, and trees at the site during the installation. B. When it becomes necessary to remove any sod, shrubbery, or tree branches, the Contractor shall obtain permission from the Owner of the sod, shrubbery, or tree branches. C. All sod and shrubbery that are removed shall be carefully preserved and replaced in their original position. D. Damaged sod or shrubbery shall be replaced by the Contractor at his expense. 3.11 Inspection Procedures A. Inspection 1. The Contractor shall be responsible for inspection coordination of all elements of the traffic signal system. 2. The only persons authorized to modify the Owner's directions is the City Traffic Engineer and/or his Designee. B. Acceptance 1. Final inspection shall be conducted by the City Traffic Engineer, City Traffic Signal Operations Department, the Contractor and City Construction the Owner. 2. The Contractor shall notify the Traffic Design Engineer forty-eight (48) hours in advance of a desire for final inspection. 3. It will be the Contractor's responsibility to have a bucket truck available at the Final Inspection for inspection of any overhead signal resources. 4. After the Punch List items are completed the signal may be put into Flash Operations for a period of at least seven (7)days if new. 5. If the intersection is an existing it could begin its thirty (30) day test period in normal operation described by the City Traffic Engineer. 6. A Final Letter of Acceptance of the traffic signals will be initiated by the Traffic Design Engineer to Traffic Engineering, after the signal has functioned properly for a period of at least thirty(30)days. 7. If a major malfunction occurs within the thirty(30)day test, the test must be restarted. 3.12 Cleanup A. The Contractor shall leave the intersection area, right-of-way, and any work or storage areas in broom clean condition. B. Dirt areas shall be raked clean and stabilized by Owner approved methods. C. No scraps or debris of any kind shall be left at the site. 3.13 Warranty A. Unless otherwise noted on the Drawings or superseded by the requirements of other Items, the Contractor shall guarantee all items of workmanship and materials to be free from defects for a period of one (1) year from the date of acceptance. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. Page 9 of 10 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS—T-34 41 13.00 August 2016 City of Corpus Christi Standard Specifications for Construction 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance, and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 10 of 10 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS—T-34 41 13.00 August 2016 City of Corpus Christi Standard Specifications for Construction SECTION T-34 41 13.13 INSTALLATION OF TRAFFIC EQUIPMENT PART1 GENERAL 1.1 Description A. This specification shall govern all work required for the Installation of Highway Traffic Signals as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIRMENTS D. 34 41 16.33 TRAFFIC SIGNAL CONTROLLER UNIT E. 34 41 19.13 ELECTRICAL SERVICES FOR TRAFFIC SIGNALING AND CONTROL EQUIPMENT F. 34 41 16.93 POLES AND ASSEMBLIES 1.3 References The latest edition of the referenced item below shall be used. A. National Electrical Code (NEC) B. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 610—Roadway Illumination Assemblies C. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 625—Zinc-Coated Steel Wire Strand D. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 634— Plywood Signs E. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 636—Aluminum Signs F. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 685 — Roadside Flashing Beacon Assemblies G. Texas Department of Transportation (TxDOT) Departmental Material Specification DMS- 11170—Traffic Signal Controller Assembly H. Texas Department of Transportation (TxDOT)Test Procedure Tex-1 170-T I. City of Corpus Christi—Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS PART2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi — Signalization Standard Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. B. Ensure electrical materials conform to the requirements of Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIRMENTS and additional local utility requirements. C. Furnish new materials, unless otherwise noted on the Drawings or instructed by the Owner. D. Ensure all materials conform to the details shown on the Drawings, the requirements of this specification, and the pertinent requirements of the following Items: Page 1 of 3 INSTALLATION OF TRAFFIC EQUIPMENT—T-34 41 13.13 August 2016 City of Corpus Christi Standard Specifications for Construction 1. Roadway Illumination Assemblies a. Refer to TxDOT Item 610 2. Zinc-Coated Steel Wire Strand a. Refer to TxDOT Item 625 3. Signal Poles a. Refer to Section 34 41 16.93 POLES AND ASSEMBLIES 4. Conduit a. Refer to Section 34 41 19.13 ELECTRICAL SERVICES FOR TRAFFIC SIGNALING AND CONTROL EQUIPMENT 5. Plywood Signs a. Refer to TxDOT Item 634 6. Aluminum Signs a. Refer to TxDOT Item 636 7. Foundations for Traffic Control Devices a. Refer to Section 34 41 16.33 TRAFFIC SIGNAL CONTROLLER UNIT 8. Controller Assemblies a. Refer to Section 34 41 16.33 TRAFFIC SIGNAL CONTROLLER UNIT b. Provide controller assemblies that meet the requirements of TxDOT DMS-11170 C. Details shown on the Drawings. 9. Flasher Assemblies a. Refer to TxDOT Item 685 10. Vehicle Signal Heads a. Refer to Section 34 41 16.53 VEHICLE SIGNAL HEADS E. Suppliers 1. Provide control and flasher assemblies from manufacturers prequalified by the Texas Department of Transportation (TxDOT). a. The TxDOT Traffic Operations Division maintains a list of prequalified control and flasher assembly manufacturers. F. Sampling and Testing 1. Sampling and testing of traffic signal controller assemblies will be done in accordance with TxDOT Tex-1170-T. PART 3 EXECUTION 3.1 General Information A. Install traffic controller foundations and pedestal posts in accordance with Section 34 41 16.33 TRAFFIC SIGNAL CONTROLLER UNIT. B. Electrical Requirements 1. Make arrangements for electrical services and install and supply materials not provided by the utility company as shown on the Drawings. a. Unless otherwise shown on the Drawings, install 120/240-volt, single-phase, 70-Hz AC electrical service. C. Conduit 1. Install conduit and fittings of the sizes and types shown on the Drawings. 2. Conduit of larger size than that shown on the Drawings may be used with no additional compensation, providing that the same size is used for the entire length of the conduit run. 3. Extend conduit in concrete foundations two (2)to three (3) inches above the concrete. 4. Seal the ends of each conduit with silicone caulking or other approved sealant after all cables and conductors are installed. D. Wiring 1. Unless otherwise shown on the Drawings, furnish stranded No. 14 AWG conductors. 2. Install above-ground cables and conductors in rigid metal conduit, except for span wire suspended cables and conductors, drip loops, and electrical wiring inside signal poles. 3. Make power entrances to ground-mounted controllers through underground conduit. 4. Wire each signal installation to operate as shown on the Drawings. 5. Attach ends of wires to properly sized self-insulated solder less terminals. 6. Attach terminals to the wires with a ratchet-type compression crimping tool properly sized to the wire. 7. Place pre-numbered identification tags of plastic or tape around each wire adjacent to wire Page 2 of 3 INSTALLATION OF TRAFFIC EQUIPMENT-T-34 41 13.13 August 2016 City of Corpus Christi Standard Specifications for Construction ends in the controller and signal pole terminal blocks. E. Grounding and Bonding 1. Ground and bond the conductors in accordance with the NEC. 2. Ensure the resistance from the grounded point of any equipment to the nearest ground rod is less than fifteen (15)ohm. 3. Install a continuous green insulated copper wire (equipment ground) throughout the electrical system that is the same size as the neutral conductor, but a minimum No. 8 AWG. 4. Connect the equipment ground to all metal conduit, signal poles, controller housing, electrical service ground, ground rods, and all other metal enclosures and raceways. 5. Provide copper wire bonding jumpers that are a minimum No. 8 AWG. 3.2 Controller Assemblies A. Construct controller foundations in accordance with section 34 41 16.33 TRAFFIC SIGNAL CONTROLLER UNIT. B. Immediately before mounting the controller assembly on the foundation, apply a bead of silicone caulk to seal the cabinet base. C. Seal any space between conduit entering the controller and the foundation with silicone caulk. D. Deliver the keys for the controller cabinets to the Traffic Signal Operations Superintendent when the contract is complete. E. Place the instruction manual and wiring diagrams for all equipment in the controller cabinet, inside the controller cabinet. 3.3 Sign Lighting A. Attach sign lighting to traffic signal equipment as shown on the Drawings. 3.4 Intersection Illumination A. Construct luminaires on signal poles as shown on the Drawings as per manufacturer's recommendation and in accordance with TxDOT Item 610. 3.5 Test Period A. Operate completed traffic signal installations continuously for at least thirty (30) days in a satisfactory manner. B. If any Contractor-furnished equipment fails during thirty(30)day test period, repair or replace that equipment. 1. This repair or replacement, except lamp replacement, will start a new thirty (30) day test period. C. Replace materials that are damaged or have failed prior to acceptance. D. Replace failed or damaged existing signal system components when caused by the Contractor. E. The City will relieve the Contractor of maintenance responsibilities upon passing a thirty(30) day performance test of the signal system and acceptance of the project. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance,and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 3 of 3 INSTALLATION OF TRAFFIC EQUIPMENT—T-34 41 13.13 August 2016 City of Corpus Christi Standard Specifications for Construction SECTION T-34 41 16.23 TRAFFIC SIGNAL CABINET AND ASSEMBLIES PART1 GENERAL 1.1 Description A. This specification shall govern all work required for the furnishing and installing Traffic Signal Cabinet and Assemblies as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 34 41 13.13 INSTALLATION OF TRAFFIC EQUIPMENT E. 34 41 16.33 TRAFFIC CONTROLLER UNIT 1.3 References The latest edition of the referenced item below shall be used. A. TxDOT Standard Specifications for Installation of Highway Traffic Signals B. National Electrical Manufacturers Association (NEMA) Traffic Control Systems Standards Publication C. Texas Manual on Uniform Traffic Control Devices (TMUTCD) D. Manual on Uniform Traffic Control Devices (MUTCD) E. American Association of State and Highway Transportation Officials (AASHTO) Standard Specifications for Structural Support for Highway Signs, Luminaires and Traffic Signals F. City of Corpus Christi Standards G. City of Corpus Christi - Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS B. Documentation 1. Submission shall include complete technical, shop drawings, schematic diagrams, photographs, circuit diagrams, graphs, instruction manuals, and any other necessary documents to fully describe the proposed equipment. 2. At time of delivery, the supplier shall furnish two (2) copies of the programming and operation manuals and two (2) copies of the repair documentation for the equipment. 3. A permanent label / bar code with the serial number and date of manufacture shall be attached to each of the following components: a. Controller Unit(CU) b. Cabinet Power Supply C. Bus Interface Unit (BIU) d. Malfunction Management Unit(MMU) e. Cabinet Shell (on the inside of the cabinet door) 4. A list of serial number and manufacturing dates shall be provided with each shipment. PART2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi — Signalization Standard Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. Page 1 of 8 TRAFFIC SIGNAL CABINET AND ASSEMBLIES—T-34 41 16.23 August 2016 City of Corpus Christi Standard Specifications for Construction B. The intent of this specification is to describe minimum acceptable design and operational requirements for a TS-2 Type 1 cabinet assembly and shall conform to NEMA Traffic Controller Assemblies Standards Publication TS-2-2003 v02.06. C. Cabinet shall include the components listed below to form a completely functional 8-phase traffic control cabinet(see specifications for individual component requirements). 1. One (1) Traffic Signal Controller Unit in accordance with Section 34 41 16.33 TRAFFIC CONTROLLER UNIT. 2. One (1) Type 16 EDI 16LEip Smart-Monitor Malfunction Management Unit (MMU) with Ethernet Port 3. One (1) Power Supply 4. Four(4) Bus Interface Units (BIUs) 5. Sixteen (16) Load Switches 6. Eight(8) Flash Transfer Relays 7. One (1)Solid State Flasher D. Acceptable cabinet manufacturer is Henke Enterprises, Inc. E. Compatibility Clause 1. This specification covers deviations and extensions above and beyond the standards incorporated. 2. The Terminal Facility, MMU, Cabinet Power Supply, and BIU's must be fully compatible with the specifications as listed. 3. In the case of incompatibility or inconsistency between this specification and those incorporated, this specification shall be followed, unless otherwise noted in the Drawings or by the Owner. 2.2 Cabinet Standards A. Exterior 1. 16 phase cabinets NEMA Size 6 shall be supplied and cabinets shall meet the following criteria: a. Material shall be 5052-H32 0.125-inch thick aluminum. b. The aluminum shall have mill finish per NEMA TS-2 7.7.3 C. Door hinge shall be of the continuous type with a stainless steel hinge pin. (1) Rivets shall NOT be used to attach the hinge. d. All external fasteners shall be stainless steel. e. The door handle shall be stainless steel. f. Seams around fan or fan mounting plate shall be sealed with clear RTV silicone. g. There shall be no holes in the top of cabinet. h. The doorstop rod shall be stainless steel. (1) The brackets attaching the stop rod to the door and cabinet shall be aluminum and welded in place. B. Shelf Height 1. The cabinet shall have two (2)shelves installed. a. The backboard shall be mounted under the bottom shelf, NOT BEHIND IT. C. Ventilating Fan Assembly 1. Two (2)ventilating fans shall be provided and controlled by one(1)thermostat. 2. Each fan motor shall be equipped with sealed ball bearings. 3. Fans shall be mounted inside the cabinet on the left and right above the door opening behind the front top edge of the cabinet. D. Air Filter Assembly 1. Air filter shall be one (1) piece re-useable aluminum filter and shall be held in place by metal thumbscrews at each corner. 2. Air filter shall be a sixteen-inch (16")x twelve-inch (12")x one-inch (1"). E. Cabinet Light Assembly 1. An eighteen-inch to twenty-four inch (18" to 24") cool white LED light strip with protective lens. 2. The fixture shall be factory made and all components shall be housed in a factory made strip fixture enclosure. 3. An on/off switch that is turned on when the cabinet door is opened and off when it is closed shall activate the cabinet light. Page 2 of 8 TRAFFIC SIGNAL CABINET AND ASSEMBLIES—T-34 41 16.23 August 2016 City of Corpus Christi Standard Specifications for Construction 4. This switch shall be wired to place an input to Alarm 1 (BIU #2 Pin 23b)when the cabinet door is opened. F. Pull out Drawer Assembly 1. A pull out drawer shall be installed, centered on the bottom shelf. 2. The drawer shall be made of aluminum and come out on full extension drawer slides. 3. There shall be a compartment for documentation storage. 4. The lid shall be hinged at the rear, to gain access to the storage area. 5. The drawer will be used to store documents as well as support a notebook computer. 6. The drawer slides shall be of the ball bearing type. 7. Dimensions of the drawer shall twenty-four inch (24") wide x thirteen-inch (13") deep x two-inch (2")tall. G. Power Distribution Panel Design and Construction 1. The power panel shall consist of a separate module, securely fastened to the right side wall of the cabinet. 2. The power panel shall be wired to provide the necessary filtered power to the load switches, flasher(s), and power bus assembly. 3. It shall be manufactured from 0.090-inch, 5052-H32 aluminum with a removable plastic front cover. 4. The panel shall be of such design to allow a technician to access the main and auxiliary breakers without removing the front cover. 5. The power panel shall house the following components: a. A minimum of one(1) 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. g. GFCI Outlet (1) One (1) GFCI outlet shall be installed in the cabinet for maintenance use to be mounted and easily available h. Two (2) convenience outlets shall be installed one (1) on each side of the cabinet just above the top shelf to be used for communication equipment. H. Inside Control Panel Switches 1. The inside door panel shall contain three (3)switches: a. AUTO/FLASH, b. STOP TIME ON/OFF. C. TEST/NORMAL 2. Door panel switches shall be hard wired. 3. The AUTO/FLASH switch shall have two (2) positions: a. AUTO, b. FLASH C. This switch shall permit the intersection to flash and allow the CU to cycle. Page 3 of 8 TRAFFIC SIGNAL CABINET AND ASSEMBLIES—T-34 41 16.23 August 2016 City of Corpus Christi Standard Specifications for Construction d. When in the FLASH position, this switch shall provide an input to Alarm 3 (BIU #2, Pin 19b)and shall NOT remove power from the CU, MMU, or BIU's. e. When this switch is placed in the AUTO position, it shall NOT initiate the CU start up sequence. 4. The STOP TIME switch shall have two (2) positions a. ON b. OFF C. This switch shall stop time the CU when in the position. 5. The TEST/NORMAL switch shall have two(2) positions: a. TEST b. NORMAL I. Police Panel Switches 1. A locking auxiliary Police door shall be provided within the main door that will allow access to a panel of switches for Police manual control. 2. Police panel shall contain two (2)switches a. AUTO/FLASH switch shall have: (1) Two (2) positions (a) AUTO (b) FLASH (2) The switch shall operate according to TS-2 section 5.5.3.10 Figure 5-5. (3) When in the flash position, this switch shall provide an input to BIU #2 Pin 22b. (4) When the switch is placed in the AUTO position the CU shall enter the Start-Up Flash see(TS2 3.9.1.1.). b. MANUAL/AUTOMATIC Switch shall have: (1) Two (2) positions (a) Manual (b) Automatic (2) Applies a Manual Control Enable input to the controller and will allow the Manual Advance Push Button to be active. (3) Switch shall override any external controls in effect. C. Signal Manual Advance Push Button shall have: (1) Shall be on a six-foot(6') cord. (2) The switch shall have a Manual Advance push button switch as specified in TS-2 section 3.5.5.5 item 6&7. J. Cables 1. All cables shall be of sufficient length to access any shelf position. 2. All cables shall be encased in a protective sleeve along their entire length. 3. The cabinet shall be equipped with two (2) extra Port 1 (SDLC) cables, properly terminated for use. 4. Shall provide power adapters for TS-2 Type 1 and TS-2 Type 2 Controller Unit. K. Flash Operation 1. When the cabinet is in MMU Flash, BIU #2 Pin 23a shall also be asserted. L. Wire Termination 1. All connector-wiring harnesses shall terminate all wires on the terminal blocks, whether the wires are utilized or not. 2. This shall pertain to all devices being installed at the factory or in the field. M. Backboards 1. The terminals and facilities (TF) shall be a sixteen (16) position, NEMA Type 1 Configuration four(4) as shown in TS-2 5.3.1.1 Table 5.2. 2. Load switches shall be arranged as follows: a. LS1-LS8 shall be wired and labeled as Vehicle Channels. b. LS9-LS12 shall be wired and labeled as Pedestrian Channels. C. LS13-LS16 shall be wired and labeled as Overlap Channels. 3. All wires terminated behind the backboards as well as any additional panels shall be soldered. a. No pressure or solderless connectors shall be used. 4. The backboard shall be hinged at the bottom, and be secured at the top with thumbscrews or wing nuts. Page 4 of 8 TRAFFIC SIGNAL CABINET AND ASSEMBLIES—T-34 41 16.23 August 2016 City of Corpus Christi Standard Specifications for Construction a. The thumbscrews or wing nut shall be retained such that when loosened to access the backboard they will not become separated and fall. b. The backboard shall pivot a minimum of ninety degrees (90°)from the vertical position to the horizontal position, with no interference, to facilitate access to wiring and components on the back of the panel. C. The Back-Board shall be centered on the back panel of the cabinet. N. Section 5.3.5 Power Supply: NEMA Traffic Control Systems Standard Publication TS 2-2003 v02.06 1. Shall be amended to provide a power connection adapter for TS2 Type 1 Controller Units. O. INPUT/OUTPUT Terminals 1. As a minimum, terminals shall be provided for the input/output signals listed in NEMA TS- 2 5.3.1.2 Table 5-3 for configuration 1 and the following: Function Purpose Alarm 1 Cabinet Door Open Alarm 2 Lightning Suppression Fail Alarm 3 Technician Flash Alarm 4 UPS Status P. 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 8 TRAFFIC SIGNAL CABINET AND ASSEMBLIES—T-34 41 16.23 August 2016 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. The only acceptable Malfunction Management Unit (MMU) Types are as listed within the City of Corpus—Signalization Standard Product List. 2.4 Controller Unit A. To maintain compatibility with City of Corpus Christi Traffic Signal Operations System, the only acceptable Traffic Controller Units are as listed within the City of Corpus — Signalization Standard Product List. 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 8 TRAFFIC SIGNAL CABINET AND ASSEMBLIES—T-34 41 16.23 August 2016 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 8 TRAFFIC SIGNAL CABINET AND ASSEMBLIES—T-34 41 16.23 August 2016 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 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance, and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 8 of 8 TRAFFIC SIGNAL CABINET AND ASSEMBLIES—T-34 41 16.23 August 2016 City of Corpus Christi Standard Specifications for Construction SECTION T-34 41 16.33 TRAFFIC SIGNAL CONTROLLER UNIT PART1 GENERAL 1.1 Description A. This specification shall govern all work required for the furnishing and installing of Traffic Signal Controller Unit as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 032020 REINFORCING STEEL E. 038000 CONCRETE STRUCTURES 1.3 References The latest edition of the referenced item below shall be used. A. ANSI/SCTE 77—Specification for Underground Enclosure Integrity B. National Electrical Manufacturers Association (NEMA) C. National Electrical Manufacturers Association (NEMA) Traffic Controller Assemblies Standards D. City of Corpus Christi—Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS PART2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi — Signalization Standard Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. B. A TS-2-Type 2 Controller Unit (CU) as per NEMA Traffic Controller Assemblies Standards Publication TS-2—2003. 2.2 Controller Unit A. The CU 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 CU with a laptop computer or modem shall be provided. C. The shelf mount CU shall be compact so as to fit in limited cabinet space. D. The shelf mount CU 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 — Signalization Standard Product List. 2.3 Communication Protocols A. The CU 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 CU 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 Page 1 of 3 TRAFFIC SIGNAL CONTROLLER UNIT-34 41 16.33 August 2016 City of Corpus Christi Standard Specifications for Construction capabilities shall include all NTCIP mandatory and optional objects. 2. The controller shall provide access to all controller data via vendor specific objects. 3. These and all other objects supported by the CU shall be defined in a standard MIB file. 2.4 Ethernet Communication A. The CU shall have the capability of supporting Ethernet communications, using TCP/IP communication protocols. B. This communication protocols shall utilize the CU built-in Network Interface Card and shall not require Ethernet-to-Serial converters. 2.5 Communication Ports A. The CU 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 CU 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 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 controller equipment furnished shall be new of the latest design, fabricated in a first class workmanship manner from best quality materials. B. The manufacturer shall replace and install free of charge to the Owner any part or component that fails in any manner by reason of defective material or workmanship within a 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. Refer to Drawings B. Materials 1. Concrete a. Concrete shall be 3,000 psi strength at twenty-eight (28) days in accordance with section 038000 CONCRETE STRUCTURES. 2. Reinforcing Steel a. Shall be in accordance with section 032020 REINFORCING STEEL. 3. Anchor Bolts a. Anchor bolts shall be completely galvanized and of the dimensions shown on the Standard Detail. 4. Ground Box a. One (1) Type (C) 17" x 30" x 12" Ground Box, unless otherwise shown on the Drawings. PART 3 EXECUTION 3.1 General Information A. Equipment Page 2 of 3 TRAFFIC SIGNAL CONTROLLER UNIT-34 41 16.33 August 2016 City of Corpus Christi Standard Specifications for Construction 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 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance, and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 3 of 3 TRAFFIC SIGNAL CONTROLLER UNIT-34 41 16.33 December 2016 City of Corpus Christi Standard Specifications for Construction SECTION T-34 41 16.43 GROUND BOXES PART1 GENERAL 1.1 Description A. This specification shall govern all work required for the furnishing and installation of Ground Boxes as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 032020 REINFORCING STEEL E. 038000 CONCRETE STRUCTURES 1.3 References The latest edition of the referenced item below shall be used. A. Texas Department of Transportation (TxDOT)Traffic Operations Division B. Texas Department of Transportation (TxDOT) Departmental Material Specification DMS- 11070—Ground Boxes C. Western Underground Standards D. City of Corpus Christi —Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS PART2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi — Signalization Standard Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. 3. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. 2.2 Materials A. To maintain compatibility with City of Corpus Christi Traffic Signal Operations System, the only acceptable Ground Boxes are as listed within the City of Corpus Christi — Signalization Standard Product List. 1. Cover Labels Legibly imprint the cover with the appropriate message from the following table in letters at least one-inch (1") high: For Ground Boxes Containing Wiring for: Label with Message Traffic signal systems and systems that contain illumination powered "Traffic Signals" by the signal electrical service Illumination systems "Danger High Voltage Illumination" Traffic management systems "Danger High Voltage Traffic Management" Page 1 of 2 GROUND BOXES—T-34 41 16.43 December 2016 City of Corpus Christi Standard Specifications for Construction Sign illumination systems "Danger High Voltage Sign Illumination" Other electrical systems not shown "Danger High Voltage" above PART 3 EXECUTION 3.1 General Information A. Equipment 1. Provide the machinery, tools, and equipment necessary for proper prosecution of the work. 2. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. B. Construction 1. Construct and/or place ground boxes in accordance with the appropriate requirements of this specification and the Drawings. 2. Must be installed flush with finished grade. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance, and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 2 of 2 GROUND BOXES—T-34 41 16.43 August 2016 City of Corpus Christi Standard Specifications for Construction SECTION T-34 41 16.53 VEHICLE SIGNAL HEADS PART1 GENERAL 1.1 Description A. This Item shall govern for furnishing and installing vehicle signal heads as shown on the Drawings. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS 1.3 References The latest edition of the referenced item below shall be used. A. Information Technology Equipment(ITE) B. Texas Manual on Uniform Traffic Control Devices (Texas MUTCD) C. Equipment and Materials Standards of the Institute of Transportation Engineers D. City of Corpus Christi - Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS. B. Warranty documents from the manufacturer of the products. PART2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi — Signalization Standard Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. B. A traffic signal head (comprised of one or more signal sections). C. The indication shall be visible at all locations within fifteen degrees (15°)of the optical axis. D. All materials furnished by the Contractor shall be new. E. All heads shall be in compliance with the Texas MUTCD. 2.2 Equipment and Materials: Furnish with only new materials A. Definitions 1. Back Plate. A thin strip of material extending outward from all sides of a signal head. 2. LED Optical Unit. The LED lens and associated supporting parts in a signal section. 3. Louver. A device mounted to the visor restricting signal face visibility. 4. Signal Section. One housing case, housing door, visor, and optical unit. 5. Signal Face. One section or an assembly of 2 or more sections facing one direction. 6. Signal Head. A unidirectional face or a multidirectional assembly of faces including back plates and louvers when required, attached at a common location on a support. B. General. Provide vehicle signal heads in accordance with Texas Department of Transportation (TxDOT) DMS-11120, "Vehicle Signal Heads." Provide vehicle signal heads from manufacturers prequalified by the Texas Department of Transportation. The TxDOT Traffic Operations Division maintains a list of prequalified vehicle signal head manufacturers. Supply on black polycarbonate signal head components that are of the same material and manufacturer for any one project. Use stainless steel bolts, nuts, washers, lock washers, screws, and other assembly hardware. When dissimilar metals are used, ensure the metals Page 1 of 3 VEHICLE SIGNAL HEADS—T-34 41 16.53 August 2016 City of Corpus Christi Standard Specifications for Construction are selected or insulated to prevent corrosion. Use closed -cell silicone or closed-cell neoprene gaskets. C. Equipment 1. Provide the machinery, tools and equipment necessary for proper prosecution of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. D. Traffic Signal Design Requirement 1. The traffic signal head shall be constructed of sturdy polycarbonate resin, and shall be ultraviolet stabilized having a minimal tensile strength of 8,000 psi. All screws, latching bolts, and hinge pins shall be stainless steel. 2. The signal housing shall be ribbed to produce the strongest possible assembly consistent with lightweight. The left and right of each section shall include a heavy duty serrated ring, which will allow positive orientation in 5-degree increments. The housing shall be one piece and shall be complete with openings left and right to accommodate standard 1 '/ inch pipe size signal brackets. The individual signal housing sections shall be fastened together by means of attaching bolts and washer plates. The housing shall be Flat Black in Color. The housing door shall be polycarbonate and single piece. The door shall be attached to the housing with two hinged lugs and pins. Neoprene gasket shall be provided between the door and housing. The door shall be Flat Black in color. A removable polycarbonate tunnel visor shall be mounted onto the door by means of four stainless steel screws. The tunnel visor shall be Flat Black in color. The signal heads shall have a louvered or slotted back plate. 3. The LED assembly shall be seated in a neoprene gasket, which fits into the lens mounting cavity on the door. The lens shall be held in place by four retaining slotted clips and fastened with four stainless steel screws. The lens and its gasket shall be removable and replaceable with simple hand tools. E. Equipment 1. Provide the machinery, tools and equipment for proper installation of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. F. Construction 1. Assembly a. Assemble individual signal sections in multi-section faces in accordance with the manufacturer's recommendations to form a rigid signal face. Assemble and mount signal heads as shown on the plans. Install louvers and back plates in accordance with manufacturer's recommendations. Close any openings in an assembled signal head with a plug of a same material and color as the head. 2. Wiring b. Wire each optical unit to the terminal block located in that signal section by means of solderless wire connectors or binding screws and spade lugs. Wire all sections of a multi section signal face to the section terminal blocks in which the traffic signal cable is terminated. Maintain the color coding on leads from the individual optical units throughout the signal head, except for the traffic signal cable. Use solderless wire connectors or binding screws and spade lugs for connections to terminal blocks. Use binding screws and spade lugs for field wiring. PART 3 EXECUTION 3.1 General A. All Work shall be in accordance with the Contract, Specifications, Drawings, manufacturer recommendations, and industry standards. In the event that one requirement conflicts with another the more stringent requirement shall be followed, unless directed otherwise by the Owner. 3.2 Signal Head A. Assembly 1. Assemble and mount signal heads as shown on the plans. Page 2 of 3 VEHICLE SIGNAL HEADS—T-34 41 16.53 August 2016 City of Corpus Christi Standard Specifications for Construction 2. Install louvers and back plates in accordance with the manufacturer's recommendations. 3. Close any openings in an assembled signal head with a plug of the same material and color as the head. 4. When installing a retrofit replacement LED traffic signal lamp unit into an existing signal housing, only remove the existing lens, reflector, and incandescent lamp; fit the new unit securely in the housing door; and connect the new housing unit to the existing electrical wiring or terminal block by means of simple connectors. 3.3 Warranty A. The Contractor shall provide all warranty documents from the manufacturer of the products to the City. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance, and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 3 of 3 VEHICLE SIGNAL HEADS—T-34 41 16.53 August 2016 City of Corpus Christi Standard Specifications for Construction SECTION T-34 41 16.63 PEDESTRIAN SIGNAL PART1 GENERAL 1.1 Description A. This Item shall govern for furnishing and installing Pedestrian Signal as shown on the Drawings. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 34 41 16.33 TRAFFIC SIGNAL CONTROLLER UNIT 1.3 References The latest edition of the referenced item below shall be used. A. Information Technology Equipment(ITE) B. Texas Manual on Uniform Traffic Control Devices (Texas MUTCD) C. Equipment and Materials Standards of the Institute of Transportation Engineers D. City of Corpus Christi—Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS. B. Warranty documents from the manufacturer of the products. PART2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi — Signalization Standard Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. B. All materials furnished by the Contractor shall be new. C. All heads shall be in compliance with the Texas MUTCD. 2.2 Equipment and Materials A. Signal Head 1. Provide pedestrian signal heads in accordance with TxDOT DMS-11130, "Pedestrian Signal Heads" and Item 683, "LED Countdown Pedestrian Signal Module." 2. Supply either aluminum or polycarbonate signal head components that are of the same material and manufacturer for any one project. 3. Use stainless steel, or dichromate sealed aluminum bolts, nuts, washers, lock washers, screws, and other assembly hardware. a. When dissimilar metals are used,ensure the metals are selected or insulated to prevent corrosion. 4. Use closed-cell silicone or closed-cell neoprene gaskets. B. Pedestrian Signal Module 1. Materials a. Ensure electrical materials and construction methods conform to the current National Electric Code(NEC) and additional local utility requirements. b. Materials used for the lens and LED module construction shall conform to ASTM specifications where applicable. C. Enclosures containing the power supply and electronic components of the LED module Page 1 of 8 PEDESTRIAN SIGNAL—T-34 41 16.63 August 2016 City of Corpus Christi Standard Specifications for Construction shall be made of UL94VO flame retardant materials. d. The lens of the LED module is excluded from this requirement. e. Ensure all materials and construction methods conform to the requirements of this Item and the following pertinent requirements: (1) Signal Heads (2) Section 34 41 16.33 TRAFFIC SIGNAL CONTROLLER UNIT (3) Signal Indications (a) "Pedestrian Traffic Control Signal Indications" published in the Equipment and Materials Standards of the Institute of Transportation Engineers, (referred to in this document as "PTCSI"). (4) National Electric Code (NEC); (5) American Society for Testing and Materials (ASTM). 2. General a. Modules designed as retrofit replacements for existing pedestrian signal indication lamps shall not require special tools for installation. b. Retrofit replacement modules shall fit into existing pedestrian signal housings built for the PTCSI sizes of the "walking person" and "hand" icon pedestrian signal indication Standard without modification to the housing, see PTCSI 4.2.1 for housing sizes. C. All LED's used shall be rated for 100,000 hours of continuous operation over a temperature range of-40°C to +74°C. d. The modules shall be rated for a minimum life of 72 months. e. Modules shall meet all parameters of this specification throughout this 72-month period. f. Installation of a retrofit replacement module into an existing pedestrian signal housing shall only require the removal of the existing optical unit components, i.e., lens, lamp module, gaskets, and reflector; shall be weather tight and fit securely in the housing; and shall connect directly to existing electrical wiring. 3. Module a. The retrofit module shall be capable of replacing the optical unit. (1) The module lens may be a replaceable part without the need to replace the complete module. (2) The walking person and hand icons (16"x18"size only)shall be full (not outlines). (3) The countdown digits shall be made up of two(2) rows of LEDs. (4) Each digit shall be a minimum of seven inches (7") in height. b. For each nominal message bearing surface (module) size, use the corresponding H (height)and W (width): (1) Bearing Surface— H (2) Module Size— 16 x 18 inch (3) Icon Height— Min 7 inch (4) Icon Width—7 inch (5) Countdown Height— Min 9 inch (6) Countdown Width—6.5 inch C. The units shall not have any attachments or options that will allow the mode to be changed from counting the clearance cycle, to the full walk/don't walk cycle. d. The module shall be a single, self-contained device, not requiring on-site assembly for installation into existing traffic signal housing. e. The power supply shall be designed to fit and mount inside the pedestrian signal module. f. The assembly and manufacturing process for the module shall be designed to assure all internal LED and electronic components are adequately supported to withstand mechanical shock and vibration from high winds and other sources. 4. Environmental Requirements a. The module shall be rated for use in the ambient operating temperature range, measured at the exposed rear of the module, of-40 to +165°F. b. The pedestrian module shall be designed to meet NEMA 250 Hose down Test. C. The test is to be conducted on a stand-alone unit. d. No protective housing shall be used. e. The module lens shall be UV stabilized. 5. Signal LENS a. The lens of the LED pedestrian and countdown signal modules shall be polycarbonate Page 2 of 8 PEDESTRIAN SIGNAL—T-34 41 16.63 August 2016 City of Corpus Christi Standard Specifications for Construction UV stabilized and a minimum of'/4" thick. b. The exterior of the lens of the LED pedestrian and countdown signal module shall be smooth and frosted to prevent sun phantom. 6. Module Identification a. Each module shall be identified on the backside with the manufacturer's name, model numbers and serial number. b. The following operating characteristics shall be identified: nominal voltage, power consumption, wattage and Volt-Ampere. 7. Photometric Requirements a. Luminance, Uniformity& Distribution (1) For a minimum period of 72 months, the maintained minimum luminance values for the modules under normal operating conditions shall not be less than 5300 cd/m2 for the Walking Person icon and 3750 cd/m2 for the Hand icon when measured perpendicular to the surface of the module at nine(nine)separate points on the icon. (2) These values may decrease up to 50% of these table values beyond 15° from the perpendicular in either to the left or right on a horizontal plane. (3) The uniformity of the walking person and hand icons' illumination shall meet a ratio of not more than 1 to 5 between the minimum and maximum luminance measurements (in Cd/m2). b. Chromaticity (1) The standard colors for the LED Pedestrian Signal Module shall be White for the walking person and Portland Orange for the hand icon and countdown digits. 8. Electrical a. General (1) All wiring and terminal blocks shall meet the requirements of Section 13.02 of the VTCSH Standard. (2) Three secured, color coded, 36 in long 600 V, 16 AWG minimum, jacketed wires, conforming to the National Electrical Code, rated for service at +105°C, are to be provided for electrical connection. (3) Each LED signal module shall be designed so that there is no noticeable light output when connected to rated voltage through an impedance of 15 Kohm (either resistive or capacitive). (4) The signal module shall be designed so that, under normal operation, an AC voltage of no greater than 10 volts RMS shall be developed across the unit when it is connected in series with any value of impedance greater than 15 Kohms and for any applied AC voltage between 95 and 135 volts RMS that is connected across this series combination. (5) In addition, the signal module shall be designed so that the voltage across the module shall reduce in value to less than 10 volts RMS within 100 msec when the module is switched off by any solid state switch or switch pack having an impedance of 15 Kohms or greater. b. Voltage Range (1) LED modules shall operate from a 60 +3 Hertz ac line power over a voltage range from 80 to 135 VAC RMS. (2) The current draw shall be sufficient to ensure compatibility and proper triggering and operation of load current switches and conflict monitors. (3) Nominal operating voltage for all measurements shall be 120+3 Volts rms. (4) Fluctuations in line voltage over the range of 80Vac to 135Vac shall not affect luminous intensity by more than +10%. (5) The LED circuitry shall prevent flickering at less than 100 Hz over the voltage range stated above. (6) The modules shall be designed and constructed so that the failure of a single LED will not result in the loss of additional LEDs. (7) There should be no illumination of the module when the applied voltage is less than 35 VAC RMS. To test for this condition the each icon must first be fully illuminated at the nominal operating voltage. The applied voltage shall then be reduced to the point where there is no illumination. This point must be greater than 35 VAC RMS. (8) Turn-On and Turn-Off Time (a) Each icon of the module shall reach 90% of their full illumination (turn-on)within Page 3 of 8 PEDESTRIAN SIGNAL—T-34 41 16.63 August 2016 City of Corpus Christi Standard Specifications for Construction 100 ms. of the application of the nominal operating voltage. (b) The modules shall not be illuminated(turn-off)after 100 ms.of the removal of the nominal operating voltage. (9) For abnormal conditions when nominal voltage is applied to the unit across the two phase wires (rather than being applied to the phase wire and the neutral wire) the pedestrian signal unit shall default to the hand symbol. C. Transient Voltage Protection (1) The module's on-board circuitry shall include voltage surge protection to withstand high-repetition noise transients and low-repetition high energy transients as stated in Section 2.1.6, NEMA Standard TS-2, 1998, or the latest version. d. Electronic Noise (1) The modules and associated on-board circuitry must meet Federal Communications Commission (FCC) Title 47, Sub Part B, Section 15 regulations concerning the emission of electronic noise. e. Power Factor(PF)and AC Harmonics (1) The modules shall provide a power factor of 0.90 or greater when operated at nominal operating voltage, and 77°F. (2) Total harmonic distortion induced into an AC power line by the module, operated at nominal operating voltage, at 77°F shall not exceed 20%. f. Module Functions (1) Cycle (a) The module shall operate in one mode: i. Clearance Cycle Countdown Mode Only (b) The module will start counting when the flashing clearance signal turns on and will countdown to "0" and turn off when the steady"Don't Walk" signal turns on. Module will not have user accessible switches or controls for modification of cycle. (2) Learning Cycle (a) At power on, the module enters a single automatic learning cycle. (b) During the automatic learning cycle, the countdown display shall remain dark. (3) Cycle Modification (a) The unit re-programs itself if it detects any increase or decrease of Pedestrian Timing. (b) The counting unit will go blank once a change is detected and then take one complete pedestrian cycle (with no counter during this cycle) to adjust its buffer timer. (4) Recycling (a) The module shall allow for consecutive cycles without displaying the steady Hand icon ("Don't Walk"). (5) Preemption (a) The module shall recognize preemption events and temporarily modify the crossing cycle accordingly. (b) If the controller preempts during the walking man, the countdown will follow the controller's directions and will adjust from walking man to flashing hand. (c) It will start to count down during the flashing hand. If the controller preempts during the flashing hand, the countdown will continue to count down without interruption. (d) The next cycle, following the preemption event, shall use the correct, initially programmed values. (6) "Don't Walk" Steady (a) If the controller output displays Don't Walk steady condition and the unit has not arrived to zero or if both the hand and man are dark for some reason, the unit suspends any timing and the digits will go dark. g. Quality Assurance (1) General (a) Unless otherwise specified all of the test will be conducted at an ambient temperature of 77°F and at the nominal operating voltage of 120 VAC RMS. (b) The following production quality assurance tests shall be performed on each new module prior to shipment. Page 4 of 8 PEDESTRIAN SIGNAL—T-34 41 16.63 August 2016 City of Corpus Christi Standard Specifications for Construction (c) Before any measurements are made, the unit shall be energized at the rated voltage for a 30-minute burn-in period at an ambient temperature of+77°F. (d) Following the burn-in period, the initial luminous intensity shall be measured. (e) A single point measurement with a correlation to the intensity requirement of Section 1.04 of VTCSH for circular indications may be used. (f) The current flow and power factor shall also be determined. (g) Units found to have parameters outside the ranges allowed by this specification shall be rejected. (h) The modules shall be manufactured in accordance with a vendor quality assurance (QA) program. (i) The QA program shall include two types of quality assurance: i. design quality assurance ii. production quality assurance. Q) QA process and test result documentation shall be kept on file for a minimum period of seven years. (2) Conformance (a) The module designs not satisfying design qualification testing and the production quality assurance testing performance requirements shall not be labeled, advertised, or sold as conforming to this specification. (3) Design Qualification Assurance (a) Design Qualification testing shall be performed on new module designs, and when a major design change has been implemented on an existing design. (b) Unless otherwise specified, all of the tests shall be conducted on the same set of randomly selected modules, hereafter called the sample set, at an ambient temperature of 77°F and at the nominal operating voltage of 120 VAC RMS. (c) Testing shall be performed once every 5 years or when the module design or LED technology has been changed. (d) Test data shall be retained by the module manufacturers for a minimum period of 7 years and for a period of at least 5 years beyond the last date of manufacture of that model type. (4) Production Quality Assurance (a) All new modules shall undergo Production Quality Assurance testing prior to shipment. (b) Failure of any module to meet requirements of the QA tests shall be cause for rejection. (c) QA test results shall be maintained for a period of 4 years. (d) The production quality assurance shall include statistically controlled routine tests to ensure minimum performance levels of modules built to meet this specification. (e) Prior to packaging for shipment, each module shall be visually inspected for any exterior physical damage or assembly anomalies. (f) Careful attention shall be paid to the surface of the lens to ensure there are no scratches (abrasions), cracks, chips, discoloration or other defects. (5) Delivery and Acceptance (a) Compatibility with a controller unit, conflict monitor and load switch will be tested by connecting the module under test to the output of a standard load switch connected to a variable AC voltage supply with the output of the load switch in the off state. (b) The AC voltage developed across each LED module so connected shall not exceed ten (10) Vrms as the input to the LED module is varied from 95 Vrms to 135 Vrms. h. Warranty (1) LED signal modules shall be replaced or repaired if it fails to function as intended due to workmanship or material defects within the first 60 months from date of delivery. C. Pedestrian Detectors 1. Ensure the push-button assembly is weather-tight and tamper-proof, is designed to prevent an electrical shock under any weather condition, has provisions for grounding in Page 5 of 8 PEDESTRIAN SIGNAL—T-34 41 16.63 August 2016 City of Corpus Christi Standard Specifications for Construction accordance with the NEC, and is in compliance with the Americans with Disabilities Act (ADA). 2. Supply a sturdy 2-piece cast-aluminum housing unit consisting of a base housing and a removable cover. 3. Ensure the internal components provide a push button with normal open contacts, and include all electrical and mechanical parts required for operation. 4. Supply housing or an adapter (saddle) that conforms to the pole shape, fitting flush to ensure a rigid installation. 5. Supply adapters of the same material and construction as the housing. 6. Provide threaded holes for 0.5-in. conduit in the housing for any necessary conduit attachment. 7. Close unused openings with a weather-tight closure painted to match the housing. 8. Provide a 0.75-in. hole with an insulating bushing through the back of the housing. 9. Meet the paint requirements of Signal Heads for the complete body of the housing. 10. Ensure the manufacturer's name or trademark is located on the housing. 11. Supply push-button switches that have single-pole, single-throw contacts and screw-type terminals and have a design life of at least 1 million operations. 12. Use sheet aluminum having a minimum thickness of 0.080 in.for information signs for push buttons. D. Accessible Pedestrian Signal (APS) Units. 1. Supply an APS that includes a pedestrian sign, a pushbutton, and an audible speaker contained in one unit and with the following features: a. Vibrating tactile arrow. b. Pushbutton locator tone. C. Automatic volume adjustment- 60 dB range. d. Actuation indicator-tone and light. e. Extended button press which can be used to request a louder WALK signal and locator tone for subsequent clearance interval. f. Weather-proof speaker protected by a vandal proof screen. g. Pole unit and the central control unit shall be rated for the following temperature range: -30°F to +165°F. h. Audible pedestrian signal units shall be operationally compatible with controllers currently used by the City, Texas Department of Transportation, and any other Texas government entities. (1) In the case of conflicts between specifications, the latest City specifications will control. i. Supply a central control unit (CCU)for the pushbutton detector unit that resides in the Traffic Signal Controller Cabinet capable of controlling a minimum of 8 units. (1) Ensure the CCU is capable of controlling up to 4 phases. (2) Ensure that all inputs and outputs on the CCU have Transient Voltage Protection. E. Pole 1. Shall be in accordance with Section 34 41 16.93 POLES AND ASSEMBLIES PART 3 EXECUTION 3.1 General A. All Work shall be in accordance with the Contract, Specifications, Drawings, manufacturer recommendations, and industry standards. 1. In the event that one requirement conflicts with another the more stringent requirement shall be followed, unless directed otherwise by the Owner. 3.2 Signal Head A. Assembly 1. Assemble individual signal sections in multi-section faces in accordance with the manufacturer's recommendations to form a rigid signal face. 2. Assemble and mount signal heads as shown on the plans. 3. Install louvers and back plates in accordance with the manufacturer's recommendations. 4. Close any openings in an assembled signal head with a plug of the same material and color as the head. Page 6 of 8 PEDESTRIAN SIGNAL—T-34 41 16.63 August 2016 City of Corpus Christi Standard Specifications for Construction 5. When installing a retrofit replacement LED traffic signal or pedestrian signal lamp unit into an existing signal housing, only remove the existing lens, reflector, and incandescent lamp; fit the new unit securely in the housing door; and connect the new housing unit to the existing electrical wiring or terminal block by means of simple connectors. B. Wiring 1. Wire each optical unit to the terminal block located in that signal section by means of solder less wire connectors or binding screws and spade lugs. 2. Wire all sections of a multi-section signal face to the section terminal blocks in which the traffic signal cable is terminated. 3. Maintain the color coding on leads from the individual optical units throughout the signal head, except for the traffic signal cable. 4. Use solder less wire connectors or binding screws and spade lugs for connections to terminal blocks. 5. Use binding screws and spade lugs for field wiring. 3.3 Pedestrian Detectors A. Wire the push button to the nearest splicing point or terminal strip using solid No. 12 AWG XHHW wire with 600-volt insulation. B. Do not use terminal connections or splice wire leads except in the hand holes located in the signal pole shaft, in the signal pole base, or at locations approved by the Owner. C. All allowed splices must be watertight.Attach wires to terminal posts with solder less terminals. D. Attach terminals to the wires with a ratchet-type compression crimping tool properly sized to the wire. E. Mount a pedestrian push button sign near each push button as shown on the Drawings. 3.4 Accessible Pedestrian Signal (APS) Units A. Wire the APS to the nearest splicing point or terminal strip using solid No. 12 AWG XHHW wire with 600-volt insulation. B. Do not use terminal connections or splice wire leads except in the hand holes located in the signal pole shaft, in the signal pole base, or at locations approved by the Engineer. C. Attach wires to terminal posts with solder less terminals. D. Attach terminals to the wires with a ratchet-type compression crimping tool properly sized to the wire. 1. Documentation Requirements a. Each APS shall be provided with the following documentation: (1) Complete and accurate installation wiring guide. (2) Contact name, address, and telephone number for the representative, manufacturer, or distributor for warranty repair. (3) The bidders shall supply schematics for all electronics. One schematic diagram shall be provided for each unit, along with any necessary installation instructions. E. Provide script for City to provide input for custom message, as appropriate. Provide pre- recorded custom message(s)for each APS. 3.5 Warranty A. The APS unit shall be warranted against any failure due to workmanship, material defects or intensity within the first 60 months of field operation. B. APS unit shall operate as required above after 60 months of continuous use over the temperature range of-30°F to+165°F in a traffic signal operation. C. The manufacturer shall provide a written warranty against defects in materials and workmanship for APS unit for a period of 60 months after installation. D. Replacement APS unit shall be provided within five(5)days after receipt of failed APS unit at no cost to the Owner, except the cost of shipping the failed modules. E. The Contractor shall provide all warranty documents from the manufacturer of the products to the City. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered Page 7 of 8 PEDESTRIAN SIGNAL—T-34 41 16.63 August 2016 City of Corpus Christi Standard Specifications for Construction subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance,and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 8 of 8 PEDESTRIAN SIGNAL—T-34 41 16.63 August 2016 City of Corpus Christi Standard Specifications for Construction SECTION T-34 41 16.93 POLES AND ASSEMBLIES PART1 GENERAL 1.1 Description A. This specification shall govern all work required for the furnishing, installing, and removal of Poles and Assemblies as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 038000 CONCRETE STRUCTURES 1.3 References The latest edition of the referenced item below shall be used. A. ANSI 05.1, "Specifications and Dimensions for Wood Poles," B. American Wood Protection Association (AWPA) C. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 441 —Steel Structures D. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 302— Metal for Structures E. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 445—Galvanizing F. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 449—Anchor Bolts G. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 656 — Foundations for Traffic Control Devices H. Texas Department of Transportation (TxDOT) Departmental Material Specification DMS 11140, Pedestal Pole Base I. AWS D1.1 Structural Welding Code—Steel J. City of Corpus Christi—Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS. PART2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi — Signalization Standard Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. 2.2 Treated Timber Poles A. Materials 1. Use new treated southern pine timber poles in accordance with ANSI 05.1 and the additional requirements of this Item. 2. Use ANSI Class 5 treated timber poles for electrical services and ANSI Class 2 for all other applications, unless otherwise shown on the Drawings. 3. Ensure poles are free from pith holes at the tops and butts. 4. Do not use poles that have a. A trimmed scar Page 1 of 6 POLES AND ASSEMBLIES—T-34 41 16.93 August 2016 City of Corpus Christi Standard Specifications for Construction (1) with a depth greater than two-inches (2"), or (2) if the diameter is ten-inches (10")or less, or (3) if 1/5 the pole diameter at the scar location, if the diameter is more than ten-inches (10") 5. Provide poles that do not deviate from straightness by more than one-inch (1") for each ten-feet(10')of length. 6. A pole may only have sweep in one(1)Plane and one(1)direction(single sweep), provided a straight line joining the midpoint of the pole at the butt and the midpoint of the pole at the top does not at any intermediate point pass through the external surface of the pole. 7. Timber poles with more than one (1)complete twist of spiral grain are not acceptable. 8. Butt slivering due to felling is permitted if the distance from the outside circumference is not less than 1/4 of the butt diameter and the height is not more than one-foot(1') B. Preservative Treatment 1. Use preservative treatment in accordance with AWPA C4. 2. Furnish poles with a minimum net retention of preservative treatment in accordance with Table 1. Table 1 Retention of Preservation Treatment Minimum Retention Treatment (Ib./ft3) Creosote 9.00 Pentachlorophenol 0.45 ACA/CCA 0.60 3. Furnish a treatment certification with every shipment of treated timber poles that includes: a. name of treating company, b. location of treating Plant, C. applicable product standard (AWPA C4), d. charge number, e. date of treatment, f. contents of charge (poles), g. preservative treatment, and h. actual preservative retention values. C. Branding 1. Place the bottom of the brand squarely on the face of the pole ten-feet(10')(plus or minus two-inches (2"))from the butt. 2. Mark all poles by branding in accordance with Table 2. Table 2 Timber Pole Markings Marking Description of Marking PTC Supplier's code or trademark (For example, Pole Treating Company). F-0 1 F-01 Plant location and year of treatment (For example, Forestville, 2001). SPC SPC Species and preservative code (For example, southern pine, and creosote). 535 535 Class-length (For example, Class 5, 35-ft. pole). 2.3 Steel Poles A. Materials 1. Provide new materials that comply with the details shown on the Drawings, the requirements of this Item, and the pertinent requirements of the following Items: a. Concrete (1) Section 038000 CONCRETE STRUCTURES b. Steel Structures (1) TxDOT Item 441 C. Metal (1) TxDOT Item 302 Page 2 of 6 POLES AND ASSEMBLIES—T-34 41 16.93 August 2016 City of Corpus Christi Standard Specifications for Construction d. Galvanizing (1) Item 445 e. Anchor Bolts (1) TxDOT Item 449 (2) Furnish alloy steel or medium-strength mild steel anchor bolts in accordance with TxDOT Item 449.2.A— Bolts and Nuts. 2.4 Pedestal Poles A. Materials 1. Galvanizing a. TxDOT Item 445 2. Anchor Bolts a. TxDOT Item 449 3. Foundation a. Refer to Drawings 4. Pedestal Pole Base a. Provide pedestal pole base in accordance with TxDOT DMS 11140. b. Provide pedestal pole base from manufacturers prequalified by the Texas Department of Transportation. (1) The Traffic Operations Division maintains a list of prequalified pedestal base manufacturers. 5. Pedestal Pole a. Provide four-inch (4") diameter schedule 40 steel pipe or tubing, aluminum pipe (alloy 6061-T6), or rigid metal conduit. (1) Do not use aluminum conduit. b. Galvanize pedestal pole assemblies in accordance with TxDOT Item 445, unless otherwise shown on the Drawings. PART 3 EXECUTION 3.1 Treated Timber Poles A. Equipment 1. Provide the machinery, tools and equipment necessary for proper prosecution of the work. 2. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. B. Construction 1. Use established industry and utility safety practices while installing poles located near overhead or underground utilities. 2. Consult with the appropriate utility company prior to beginning such work. 3. Unless otherwise shown on the Drawings, set the pole a minimum depth in accordance with Table 3. Table 3 Pole Setting Depth Pole Length Minimum Settings Depth (ft.) (ft.) 25 or less 4.5 26- 30 5.0 31 - 35 5.5 36—40 6.0 41 -45 6.5 46-50 7.0 4. Locate timber poles as shown on the Drawings or as directed. 5. Drill holes for setting poles a minimum of 1.5 diameters of the pole butt. 6. Unless otherwise shown on the Drawings, set the poles plumb. 7. Backfill the holes thoroughly by tamping in six-inch (6") lifts. 8. After tamping to grade, place additional backfill material in a six-inch(6") high cone around the pole to allow for settling. 9. Use material equal in composition and density to the surrounding area. Page 3 of 6 POLES AND ASSEMBLIES—T-34 41 16.93 August 2016 City of Corpus Christi Standard Specifications for Construction 10. Repair surface where existing surfacing material is removed, such as asphalt pavement or concrete riprap, with like material to equivalent condition. C. Relocation 1. Disconnect and isolate traffic signal cables before removing the pole. 2. Remove existing traffic signal poles as directed. 3. Ensure that the poles or attached components suffer no undue stress or damage. 4. Signs, signal heads, mounting brackets, luminaires, etc., may be left on the poles. 5. Repair or replace damaged components as directed. 6. Unless otherwise shown on the Drawings, remove abandoned timber pole to a point two- feet(2') below final grade. a. Backfill the hole with materials equal in composition and density to the surrounding area. b. Replace surfacing material with similar material to an equivalent condition. 7. Move existing poles to locations shown on the Drawings or as directed. 8. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. 3.2 Steel Poles A. Equipment 1. Provide the machinery, tools and equipment necessary for proper installation of the work. 2. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. B. Construction 1. Standard Design a. Alternate designs are not acceptable. b. Deviations that affect the basic structural behavior of the pole are considered to be alternate designs. C. For deviations that do not affect the basic structural behavior of the pole, submit shop drawings to the City Traffic Engineering Department for approval. C. Fabrication 1. Fabricate and weld in accordance with TxDOT Item 441, AWS D1.1 Structural Welding Code—Steel; and the requirements of this Item. 2. Fabrication tolerances are given in Table 4. Table 4 Fabrication Tolerances Part Dimension Tolerance(in.) Length ± 1 Pole and Mast Thickness +0.12, -0.02 Arm Shaft Difference between flats or diameter ±3/16 Straightness 1/8 in 120 Attachment Locations ±1 Overall ±3/16 Base and Mast Thickness +1/4, -0 Arm Mounting Deviations from Flat 3/16 in 24 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 ' Assembled Shaft Centering ±3/16 Twist 3° in 600 1/8" in 12" between mounting plates and between mounting plates and base plates 3. Provide properly fitting components. 4. Provide round or octagonal shafts for poles and mast arms tapered as shown on the Drawings. Page 4 of 6 POLES AND ASSEMBLIES—T-34 41 16.93 August 2016 City of Corpus Christi Standard Specifications for Construction 5. Fabricate mast arms straight in the unloaded condition unless otherwise shown on the Drawings. 6. The City will accept bolted slip joints overlapping by at least 1.5 diameters in mast arms forty-feet(40')and longer. 7. Provide circumferential welds only at the ends of the shafts. 8. Provide no more than two (2) longitudinal seam welds in shaft sections. 9. Grind or smooth the exterior of longitudinal seam welds to the same appearance as other shaft surfaces. 10. Ensure 100% penetration within six-inches (6") of circumferential base welds and at least sixty percent(60%) penetration at other locations along the longitudinal seam welds. 11. Use a welding technique that minimizes acid entrapment during later galvanizing. 12. Hot-dip galvanize all fabricated parts in accordance with TxDOT Item 445. 13. Treat welds with Ultrasonic Impact Treatment as shown on the Drawings after galvanization and with the dead load (actual or simulated)applied. 14. Repair damaged galvanizing in accordance with TxDOT Item 445. 15. Connect the luminaire arm to the pole with simplex fittings. 16. Ensure the fittings have no defects affecting strength or appearance. 17. Ensure that the design wind speed is identified and permanently visible on the pole base plate and mast arm mounting plate. 18. Deliver each traffic signal pole assembly with fittings and hardware either installed or packaged with its associated components. 19. Ship all components with a weatherproof tag identifying a. manufacturer, b. contract number, C. date, d. destination of shipment. D. Installation 1. Locate traffic signal poles as shown on the Drawings unless otherwise directed to secure a more desirable location or to avoid conflicts with utilities. 2. Stake the traffic signal pole locations for verification by the Engineer. 3. Construct foundations in accordance with the Drawings. 4. Orient anchor bolts as shown on the Drawings. a. Coat anchor bolts threads and tighten anchor bolts in accordance with TxDOT Item 449. 5. Use established industry safety practices when working near underground or overhead utilities. a. Consult with the appropriate utility company before beginning such work. 6. Erect structures after foundation concrete has attained its design strength as required in the Drawings and 038000 CONCRETE STRUCTURES. 7. After the traffic signal pole assembly is plumb and all nuts are tight, tack weld each anchor bolt nut in two (2) places to its washer. a. Tack and weld each washer to the base plate in two (2) places. b. Do not weld components to the bolt. C. Tack and weld in accordance with TxDOT Item 441. d. After tack welding, repair galvanizing damage on bolts, nuts, and washers in accordance with TxDOT Item 445. e. Do not grout between the base plate and the foundation. E. Relocation 1. Disconnect and isolate traffic signal cables before removing the pole. Remove existing traffic signal poles as directed. 2. Ensure that the poles or attached components suffer no undue stress or damage. 3. Signs, signal heads, mounting brackets, luminaires, etc., may be left on the poles. 4. Repair or replace damaged components as directed. 5. Unless otherwise shown on the Drawings, remove abandoned concrete foundations to a point two-feet(2') below final grade. a. Backfill the hole with materials equal in composition and density to the surrounding area. b. Replace surfacing material with similar material to an equivalent condition. 6. Move existing poles to locations shown on the Drawings or as directed. 7. Install existing poles on new foundations in accordance with this specification. Page 5 of 6 POLES AND ASSEMBLIES-T-34 41 16.93 August 2016 City of Corpus Christi Standard Specifications for Construction 8. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. 3.3 Pedestal Poles A. Equipment 1. Provide the machinery, tools and equipment necessary for proper installation of the work. 2. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. B. Construction 1. Pedestal Base a. Ground the base with connectors to the 1/2-13 NC female threaded hole. b. Fabricate the base for 4 L-bend anchor bolts arranged in a square pattern with a 12-3/4 inch bolt circle. C. Provide mild steel anchor bolts in accordance with TxDOT Item 449, for each base. d. Provide three(3) 1/16-inch thick and three(3) 1/8-inch thick U-shaped galvanized steel shims for each base. (1) Size shims to fit around the anchor bolts. 2. Installation a. Install pedestal pole assemblies as shown on the Drawings or as directed. b. Pedestal pole assemblies include foundation, pole shaft, base, anchor bolts and nuts, anchor bolt template, shims, and miscellaneous components. C. Watertight breakaway electrical disconnects are required for pedestal pole assemblies used in conjunction with vehicle and pedestrian heads and components. d. Use established industry and utility safety practices to erect assemblies near overhead or underground utilities. (1) Consult with the appropriate utility company before beginning such work. e. Repair damaged galvanizing in accordance with TxDOT Item 445. f. Painted Finish, when required, paint pedestal pole assemblies in accordance with details shown on the Drawings. C. Relocation 1. Disconnect and isolate traffic signal cables before removing the pole. 2. Remove existing traffic signal poles as directed. 3. Ensure that the poles or attached components suffer no undue stress or damage. 4. Signs, signal heads, mounting brackets, etc., may be left on the poles. 5. Repair or replace damaged components as directed. 6. Unless otherwise shown on the Drawings, remove abandoned concrete foundations to a point two-feet(2') below final grade. a. Backfill the hole with materials equal in composition and density to the surrounding area. b. Replace surfacing material with similar material to an equivalent condition. 7. Move existing poles to locations shown on the Drawings or as directed. 8. Install existing poles on new foundations in accordance with this specification. 9. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance,and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 6 of 6 POLES AND ASSEMBLIES—T-34 41 16.93 August 2016 City of Corpus Christi Standard Specifications for Construction SECTION T-34 41 19.13 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT PART1 GENERAL 1.1 Description A. This specification shall govern all work required for the furnishing, installing, and removal of Electrical Services for Traffic Signaling and Control Equipment as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 34 41 16.93 POLES AND ASSEMBLIES E. 31 23 16.13 TRENCHING 1.3 References The latest edition of the referenced item below shall be used. A. ASTM A 90 — Standard Test Method for Weight (Mass) of coating on Iron and Steel Articles with Zinc or Zinc-Alloy Coatings B. ASTM D 1248 — Standard Specification for Polyethylene Plastics Extrusion Materials for Wire and Cable C. NEMA/ANSI C 80— Electrical Rigid Steel Conduit(ERSC) D. National Electric Code (NEC) E. UL-6— Electrical Rigid Metal Conduit F. UL-6A — Standard for Electrical Rigid Metal Conduit — Aluminum, Bronze, and Stainless Steel G. Underwriters Laboratory, Inc. (UL) H. National Electrical Manufacturers Association (NEMA) I. International Municipal Signal Association (IMSA) J. Texas Department of Transportation Traffic Operations Division K. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 441 —Steel Structures L. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 445—Galvanizing M. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 449—Anchor Bolts N. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 618—Conduit O. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 620— Electrical Conductors P. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 627—Treated Timber Poles Q. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 656 — Foundations for Traffic Control Devices R. Texas Department of Transportation (TxDOT) Departmental Material Specification DMS 11060— Duct Cable S. Texas Department of Transportation (TxDOT) Departmental Material Specification DMS 11080— Electrical Services T. City of Corpus Christi—Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS. Page 1 of 6 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT—T-34 41 19.13 August 2016 City of Corpus Christi Standard Specifications for Construction PART2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi — Signalization Standard Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. B. Provide materials that comply with the details shown on the Drawings, requirements of this Item, and the pertinent requirements of the following Items: 1. Steel Structures a. TxDOT Item 441. 2. Galvanizing a. TxDOT Item 445 3. Anchor Bolts a. TxDOT Item 449 4. Conduit a. When Specified on the Drawings, provide: (1) Rigid Metal Conduit(RMC) (a) Galvanized i. Hot dipped galvanized inside and outside with a minimum of 1.5 oz per square foot of a zinc coating in accordance with and ASTM A90. ii. Shall be in accordance with NEMA/ANSI C 80.1, UL-6, and NEC. (b) Stainless Steel i. Shall be Type 316 minimum ii. Shall be in accordance with UL-6A and NEC. (2) Polyvinyl Chloride (PVC)Conduit (a) Meets the requirement of NEMA Standard TC-2, UL 651, and the NEC. (3) High-Density Polyethylene (HDPE) Conduit (a) Shall be weather-resistant in black color (b) Meet the requirements of ASTM D 1248, NEMA TC-2 for EPC-40-PE, and NEMA TC-2, Article 3.03, crushing resistance requirements, and the NEC. (c) Provide approved electrical conduit connector, or thermally fuse using electrically heated, wound-wire, resistance welding method. (d) Provide without factory installed conductors. (4) Flexible Conduit (a) Shall be liquid tight. (b) Furnish conduit from new materials that comply with TxDOT DMS-11030. b. Fittings (1) Unless otherwise shown on the Drawings, fabricate fittings such as junction boxes and expansion joints from a material similar to the connecting conduit. (2) All fittings shall be constructed with corrosion resistant industrial grade materials. (3) Use watertight fittings. (4) Do not use set screw and pressure cast fitting. (5) Steel compression fittings are permissible. (6) When using HDPE conduit, provide fitting that are UL listed as electrical conduit connectors or thermally fused using an electrically heated wound wire resistance welding method. C. Warning Tape (1) Red three-inch (3")4-mil polyethylene underground warning tape that continuously states "Caution Buried Electrical Line Below". d. Pull Cord (1) Provide a nylon pull cord in each conduit run as it is installed and leave a pull cord in place in the length of each conduit run after the installation of the identified wires. Page 2 of 6 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT—T-34 41 19.13 August 2016 City of Corpus Christi Standard Specifications for Construction 5. Duct Cable a. Materials (1) Provide new materials that comply with the details shown on the Drawings, with conductors that meet the material requirements of electrical conductors. b. Duct Cable (1) Furnish duct cable from new materials that comply with TxDOT DMS-11060. (a) When required cable must be certified by IMSA and will supersede the above requirement C. Suppliers (1) Provide duct cable from manufacturers prequalified by the Department. (a) The Traffic Operations Division maintains a list of prequalified duct cable manufacturers. d. Markings (1) Furnish duct that is clearly and durably marked at maximum ten-foot(10') intervals with the material designation including nominal size of the duct and either the name or the trademark of the manufacturer. (2) Mark the duct at two-foot(2') intervals with sequential numbers indicating length of cable, in feet, on reel, with zero mark at the inner end. e. Assemblies and Reels (1) Assemblies exhibiting evidence of conductors pulled into the duct after the duct is manufactured are not acceptable. (2) Duct cable testing less than 50 megohms insulation resistance at 1,000 volts while still on the reel is not acceptable. (3) Ensure that the complete assembly is packaged on reels having sufficient diameter to prevent permanent set or damage to the duct cable. (4) Ensure that each reel is clearly and durably marked to show the voltage rating, type of insulation, number of conductors, conductor size, length, duct size, and either the name or the trademark of the manufacturer. 6. Electrical Conductors a. General (1) Provide new materials that comply with the details on the Drawings and the requirements of this Item. (2) Use solid insulated conductors that are rated for 600 volts; approved for wet locations; and marked in accordance with UL, NEC and City of Corpus Christi requirements. b. Electrical Conductors (1) Furnish electrical conductors in accordance with TxDOT DMS-11040. C. Suppliers (1) Provide electrical conductors from manufacturers pre-qualified by the Texas Department of Transportation (TxDOT). (a) The TxDOT Traffic Operations Division maintains a list of pre-qualified electrical conductor manufacturers. d. Grounding Conductors (1) Ensure that all grounding conductors size AWG No. 8 and larger are stranded, except for the grounding electrode conductor, which will be a solid conductor. (2) Ensure that insulated grounding conductors are green except that insulated grounding conductors AWG No. 8 and larger may be black with green tape marking at every accessible location. (3) Do not use green insulation or marking for any other conductor except control wiring specifically shown on the Drawings. e. Wire Colors (1) Use white insulation for grounded (Neutral) conductors, except that grounded conductors AWG No. 8 and larger may be black with white tape marking at every accessible location. (2) Do not use white insulation or marking for any other conductor except control wiring specifically shown on the Drawings. 7. Poles a. Section 34 41 16.93 POLES AND ASSEMBLIES Page 3 of 6 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT—T-34 41 19.13 August 2016 City of Corpus Christi Standard Specifications for Construction 8. Foundations a. Refer to Drawings. 9. Electrical Services a. For the installation of electrical services, use new materials that meet the requirements of the NEC, UL, CSA, and NEMA, and that comply with TxDOT DMS- 11080 10. Suppliers a. Furnish electrical services from manufacturers prequalified by the Texas Department of Transportation. (1) The TxDOT Traffic Operations Division maintains a list of prequalified electrical service manufacturers. PART 3 EXECUTION 3.1 General Information A. General 1. The Contractor shall obtain all required permits prior to commencing construction. 2. All work performed shall be in accordance with the specifications and industry standards. B. Equipment 1. Provide the machinery, tools and equipment necessary for proper installation of the work. 2. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. C. Installation 1. For installations of electrical services, use new materials that meet the requirements of the NEC, UL, CSA, and NEMA and that comply with TxDOT DMS-11080. 2. Ensure components of the electrical service meet the requirements of the Electrical Detail Standards. 3. Follow NEC and local utility company requirements when installing the electrical equipment. 4. Coordinate the utility companies'work for providing service. D. Construction 1. Perform work in accordance with the details shown on the Drawings and the requirements of this specification. 2. Conduit a. Material shall be as indicated on the Drawings. (1) Galvanized Rigid Metal Conduit(RMC), Stainless Steel shall be installed only above ground unless otherwise indicated on the Drawings or directed by the Owner. (2) Polyvinyl Chloride (PVC)Conduit and High-Density Polyethylene (HDPE)Conduit shall be installed only below ground unless otherwise indicated on the Drawings or directed by the Owner. (3) Flexible Conduit may only be used where approved by the Traffic Engineer and the Owner. b. Place conduit in accordance with the lines, grades, details and dimensions shown on the Drawings or as directed. C. Install conduit a minimum of eighteen-inches (18")deep underground unless otherwise shown on the Drawings. d. Meet the requirements of the NEC when installing conduit. e. Secure and support conduit placed for concrete encasement in such a manner that the alignment will not be disturbed during placement of the concrete. (1) Cap ends of conduit and close box openings before concrete is placed. f. Ream conduit to remove burrs and sharp edges. g. Use a standard conduit cutting die with a 3/4-inch taper per foot when conduit is threaded in the field. h. Fasten conduit placed on structures with conduit straps or hangers as shown on the Drawings or a directed. i. Fasten conduit within three-feet(3')of each box or fitting and at other locations shown on the Drawings or as directed. Page 4 of 6 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT—T-34 41 19.13 August 2016 City of Corpus Christi Standard Specifications for Construction (1) Use metal conduit clamps that are galvanized malleable or stainless steel unless otherwise shown on the Drawings. (2) Use 2-Hole type clamps for two-inch (2")diameter or larger conduit. j. Fit PVC and HDPE conduit terminations with bushings or bell ends. k. Fit metal conduit terminations with a grounding type bushing, except conduit used for duct cable casing that does not terminate in a ground box and is not exposed at any point. I. Conduit terminating in threaded bossed fittings does not need a bushing. M. Prior to installation of conductors or final acceptance, pull a spherical template having a diameter of at least seventy-five percent(75%)of the inside diameter of the conduit through the conduit to ensure that the conduit is free from obstruction. n. Cap or plug empty conduit placed for future use. o. Perform trench excavation as shown on the Drawings or as directed and in accordance with Section 31 23 16.13 TRENCHING. P. Perform backfilling as shown on the Drawings or as directed by the Engineer. q. Jack and bore as shown on the Drawings or as directed, and in accordance with Section 33 05 23.10 TRENCHLESS UTILITY INSTALLATION r. Place warning tape approximately ten-inch (10") above trenched conduit. S. Where existing surfacing is removed for placing conduit, repair by backfilling with material equal in composition and density to the surrounding areas and by removed surfacing, such as asphalt pavement or concrete rip rap, with like material to equivalent condition. t. Mark conduit location as directed. 3. Duct Cable a. General Information (1) Before installation, furnish written certification that all duct cable complies with the requirements of this Item and as shown on the Drawings. b. Construction (1) Install duct cable by open trench methods in accordance with the NEC, except at locations where installing duct cable in conduit. (2) Backfill the trench in accordance with Drawings or as directed by the Engineer. (3) When removal of existing pavement or concrete surface is allowed, backfill with material equal in composition and density to the surrounding area and replace removed surfacing, such as asphalt pavement or concrete riprap, with like material to equivalent condition or as shown on Drawings. (4) Splicing the duct is not allowed. (a) Make all connections in ground boxes or pole bases. (b) Form bends with large radii to provide free movement of conductors. (c) After installation, demonstrate that the conductors can move freely. (d) Duct cable that has been kinked or in which the conductors cannot move freely is not acceptable. (e) Splice conductors and test insulation in accordance with Electrical Conductors. 4. Electrical Conductors a. Do not exceed the manufacturer's recommended pulling tension. b. Use lubricant as recommended by the manufacturer. C. Install conductors in accordance with the NEC. d. Make insulation resistance tests on the conductors prior to making final connections, and ensure that each continuous run of insulated conductor has a minimum DC resistance of 5 megohms when tested a 1,000 volts DC. e. The Engineer may require verification testing of all or part of the conductor system. f. The Engineer will witness these verification tests. (1) Replace conductors exhibiting an insulation resistance of less than 5 megohms. E. Removal 1. Coordinate removal with the appropriate utility company before beginning work. 2. Before the removal of the electrical service, disconnect and isolate any existing electrical service equipment in accordance with the utility company's requirement. 3. Use established industry and utility safety practices while removing electrical service equipment near any overhead utilities. 4. Remove existing electrical service support a minimum of two-feet (2') below finish grade Page 5 of 6 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT—T-34 41 19.13 August 2016 City of Corpus Christi Standard Specifications for Construction unless otherwise shown on the Drawings. a. Repair the remaining hole by backfilling with material equal in composition and density to the surrounding area. b. Replace any surface such asphalt pavement or concrete rip-rap with like material to equivalent condition. 5. Disconnect conductors and remove them from the conduit or duct. a. Cut off all protruding conduit or duct six-inch (6") below finish grade. b. Abandoned conduit or duct need not be removed unless shown on the Drawings. 6. Accept ownership of unsalvageable materials, and dispose of them in accordance with federal, state, and local regulations. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance, and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 6 of 6 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT—T-34 41 19.13 August 2016 City of Corpus Christi Standard Specifications for Construction SECTION T-34 41 19.73 UNINTERRUPTIBLE POWER SUPPLY PART1 GENERAL 1.1 Description A. This specification shall govern all work required for the furnishing and installing of the Uninterruptible Power Supply(UPS)system as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 34 41 19.13 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT 1.3 References The latest edition of the referenced item below shall be used. A. National Electrical Manufacturers Association (NEMA) B. City of Corpus Christi—Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS. PART2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi — Signalization Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. B. The Uninterruptible Power Supply (UPS), also known as a Battery Back-Up system (BBS) shall be a turnkey, piggyback mounted (bolted to back or left side of the traffic signal cabinet) and be designed for outdoor use in extreme environments. C. The UPS shall operate up to its rated power with existing signal equipment, including any and all signal heads. D. The UPS shall be capable of supplying an 840-watt load for a minimum of four (4) hours of normal operation and a minimum two (2) hours of flashing operation, at its maximum power rating from -34 degrees Celsius to +74 degree Celsius as per NEMA environmental requirements Section 2.1.5.1. E. The Traffic Signal UPS shall operate as line interactive with buck boost functionality. 1. It shall also include a fail-safe bypass system; integral automatic electronic transfer switch, and battery subsystem. 2. The specified equipment herein shall be referred to as a UPS. F. Transfers to and from battery operation shall not interfere with operation of other equipment in the intersection. G. Primary application of the UPS is to provide emergency power for traffic control signal systems. 1. The UPS must supply up to a 7.Oamp 120 VAC, 60 Hz continuous load for a minimum of four(4) hours normal run time and a minimum of an additional two (2) hours of flash time. H. The UPS shall transfer the intersection to flash mode via programmable form C relays, accessible through a terminal block to provide for connection for control wiring to the traffic signal cabinet. I. Primary input power source to the UPS shall be utility power. Page 1 of 5 UNINTERRUPTIBLE POWER SUPPLY—T-34 41 19.73 August 2016 City of Corpus Christi Standard Specifications for Construction 2.2 Major Components A. Electronics Module 1. The Traffic UPS shall be capable of providing continuous,fully conditioned, regulated, pure sinusoidal (AC) power to the traffic control signal system during all modes of operation (except when the UPS is in bypass). B. Charger 1. The charger shall be of solid-state construction. 2. The charger shall rectify AC power to regulated DC power for the batteries. 3. This shall be an automatic function. 4. The charger should be a three (3) stage temperature-compensated charger so that the charger level for the batteries is automatically adjusted based on internal ambient temperature. C. Inverter 1. The inverter shall be of solid-state construction. 2. In case of the loss of input power, the inverter shall convert DC power from the batteries to AC power. D. Fail-safe Bypass 1. The bypass shall consist of a fail-safe design. In case of UPS failure (UPS output power not present); the fail-safe bypass shall automatically transfer power for the traffic control signal system to the bypass source. E. Batteries 1. Upon loss of input power, the batteries shall supply DC power to the inverter. F. Status display shall at a minimum be provided for: 1. AC Line Present 2. Battery Charger 3. UPS Output Power Present 4. ON Battery 5. Buck and boost monitoring G. Status Monitoring and Alarm Transmission 1. The Inverter shall include remote monitoring & alarm transmission capabilities through an Ethernet RJ45 IP Addressable Port using the SNMP Protocol. 2. As a minimum,the Inverter shall contain the following monitoring and transmit the following alarm functions: a. Input power present(System in Stand-By mode) b. UPS on battery operation C. Low battery condition. 2.3 Protection A. The UPS shall have a main input circuit breaker for over current protection and be readily accessible. B. The UPS assembly must be reasonably protected and provide lighting protection and surge suppression meeting ANSI/IEEE C.62.41/C.62.45 Cat A&B. C. The battery subsystem shall be protected by a circuit breaker. 2.4 Battery System A. The battery shall be comprised of extreme temperature, float cycle, GEL VRLA (Valve Regulated Lead Acid) 5-year non pro-rated warranty minimum. B. The battery system shall consist of one or more strings (typically two (2) or four (4) batteries per string) of extreme temperature; float cycle GEL VRLA (Valve Regulated Lead Acid) batteries. C. Batteries shall be certified to operate at extreme temperatures from—40°C to +74°C. D. The battery interconnect cables shall connect to the inverter via a single quick-release Anderson Connector. 1. No other connectors are to be used in the battery harness. E. Battery construction shall include heavy-duty, inter-cell connections for low-impedance between cells, and heavy-duty plates to withstand shock and vibration. F. The top cover shall use tongue and groove construction and shall be epoxied or heat-sealed to the battery case for maximum strength and durability. Page 2 of 5 UNINTERRUPTIBLE POWER SUPPLY—T-34 41 19.73 August 2016 City of Corpus Christi Standard Specifications for Construction G. The battery shall function if laid on its side without the leakage of chemicals and be so designed. H. An integral lifting handle should be provided on the batteries for ease of removal/installation. I. An electronic "Battery Manager" shall be included to monitor and protect the batteries by spreading the charge voltage equally across all the batteries in the string, ensuring that every battery is properly charged. 1. This will ensure an ideal voltage across each battery optimizing life and runtime. 2.5 Electrical Specifications A. Input Specifications 1. Nominal input voltage shall be 120 VAC single phase. 2. Input voltage range shall be +15 to-20% of nominal (85 to 173). 3. Input frequency shall be 60Hz±3Hz(5%). 4. Input frequency slew rate shall be 3 Hz per second maximum. 5. Input configuration shall be two(2)wire(Hot and Neutral) plus ground. 6. Walk-in Delay shall be the BBS shall wait a minimum of five (5) seconds (user programmable) before returning to normal mode of operation upon restoration of input power. a. This value may be programmable within the unit via software provided with the unit. 7. Input protection shall be Single pole circuit breaker. 8. Power connection shall be Hard-wired (terminal block). 9. All components, terminations, terminal blocks relays etc. shall be fully accessible. 10. Inverter connections shall be made on terminal blocks or shall be of the quick disconnecting type for ease of maintenance. Harnesses shall be terminated on the terminal blocks. B. Output Specifications 1. Power rating (continuous)shall be minimum 1100W/VA, single phase 120 VAC. 2. Output power rating shall be the same regardless of whether or not the BBS is in normal mode or emergency mode of operation. 3. Nominal output voltage shall be 120 VAC ±10% no load to full load, ±5% high line to low line. 4. Output configuration shall be two (2)wire(Hot& Neutral) plus ground. 5. Power Conditioning Common Mode shall be-120 dB, Normal-Mode: -60dB. 6. Grounding shall be single point ground. 7. Output frequency shall be 60Hz±3 Hz when synchronized with the input power. 8. 60Hz±0.5Hz when BBS is running on internal clock. 9. Output wave shape shall be TRUE Sine Wave. 10. Output voltage distortion with 100% linear load shall be 10% max THD with any single harmonic no greater than 5%. 11. Transfer Time shall be transfer time shall be less than 10ms. 12. Overload capability shall be 110%for ten (10) minutes, 150% surge. 13. Fault Condition shall be BBS shall withstand a short circuit on the output with no damage. 14. Customer Connection shall be terminal block input and output. a. Terminal block or lug shall accommodate a#6 10 AWG copper wire and shall be clearly labeled Line & Load. 2.6 Battery Specifications A. DC bus voltage shall be 48 VDC nominal. B. Low battery cutoff shall be 42 volts DC. C. DC under voltage cutoff shall be Battery Manufacturer's recommendations. D. Battery discharge time shall be based on specific battery configuration. E. Engineering to specify the run time's base on actual test data and empirical calculations. F. Times to be based upon an ambient temperature of between 70 and 80 degrees F. G. The charging voltage shall be based upon the ambient temperature within the BBS enclosure. 1. Actual volts per cell shall be determined by best engineering practice to maximize battery life. 2. This setting shall be factory set. 3. Protection shall be circuit breaker. Page 3 of 5 UNINTERRUPTIBLE POWER SUPPLY-T-34 41 19.73 August 2016 City of Corpus Christi Standard Specifications for Construction 2.7 Fail-Safe Bypass Specification A. Rating 20-amps at 120 VAC. B. Transfer Time shall be 150 milliseconds maximum. C. Power source shall be Line side of the input circuit breaker. 2.8 Monitoring and Meeting Specifications A. Contact rating shall be 125 volts (AC or DC) maximum, 1.00 ampere max, 50 VA/ 30 watts max. B. Contacts shall be Form C. C. Customer connection shall be by Terminal Block. D. LED/LCD Display shall be visible in daylight conditions. 2.9 Reliability and Maintainability A. Mean-Time-Before-Failure (MTBF)shall be 80,000 hours. B. Mission MTBF including bypass switch, is 150,000 hours. C. The BBS shall be designed for ease of maintenance and serviceability. D. All components shall be accessible. PART 3 EXECUTION 3.1 System Description and Operation A. The Traffic Signal UPS shall consist of a power conditioning and interface device, battery charger, inverter, batteries, fail-safe bypass, integral automatic transfer switch, protective devices, and monitoring circuitry as specified herein and all housed in the UPS Cabinet. B. The Traffic Signal UPS shall automatically assure continuity of conditioned and Automatic Voltage Regulated (buck-boost functionality) without switching to the batteries to keep the operating load voltage between 85-173VAC. C. Continuity of conditioned, Automatic Voltage Regulated power to the critical load shall be maintained when input power is lost and until input power returns within specifications or until the batteries have been discharged. D. In the instance of a power outage lasting longer than the UPS is capable of supplying power in standby mode, the UPS system shall be capable of automatically qualifying power and returning to normal mode of operation when line power returns. E. The UPS and the Batteries must be hot swappable. 1. There shall be no disruption of the Traffic Signal when removing the UPS or batteries for maintenance. F. The Inverter shall be equipped with an industry standard, I.P. addressable, Ethernet RJ45 port for programming and remote monitoring. G. Programming and communications firmware shall be written to run under Windows XP, 2000 or Vista's Internet browser, Internet Explorer. H. Inverter programming &Alarms shall also have the ability to be monitored via Ethernet using SNMP protocol. I. The unit shall be capable of sending alarms to alert Traffic Operation Center of an incident with the UPS assembly. 3.2 Modes of Operation A. Normal 1. The UPS shall continuously supply power to the critical load. 2. The charger shall supply temperature compensated DC power to the batteries. 3. The charger shall maintain the batteries in a fully charged state even at low input voltage conditions. 4. The batteries shall remain fully charged. B. Emergency 1. Upon failure of the input AC power source, the critical load shall be supplied by the UPS, which shall obtain its power from the batteries through the Automatic Transfer Switch and Inverter. 2. There shall be no interruption or disturbances to the critical load upon failure or restoration of the input AC power source. Page 4 of 5 UNINTERRUPTIBLE POWER SUPPLY—T-34 41 19.73 August 2016 City of Corpus Christi Standard Specifications for Construction C. Recharge 1. Upon restoration of the input AC power source (prior to complete battery discharge), the UPS shall automatically return to normal operation. 2. If the batteries become completely discharged(batteries have reached the DC cutoff point) the UPS shall automatically restart and resume normal operation including the automatic recharge of the batteries once utility power is restored. D. Fail-safe Bypass Mode 1. In case of UPS failure, the critical load shall continue to operate on utility power. There shall be no disruption of the critical load. E. Downgrade 1. If the batteries are to be taken out of service for maintenance, they shall be disconnected from the UPS by means of a battery circuit breaker and Anderson quick disconnect. 2. The UPS shall continue to function as specified, except for power outage protection and dynamic response characteristics. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance,and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 5 of 5 UNINTERRUPTIBLE POWER SUPPLY—T-34 41 19.73 January 2014 City of Corpus Christi Standard Specifications for Construction SECTION T-34 4123.33 VIDEO IMAGING VEHICLE DETECTION SYSTEM PART1 GENERAL 1.1 Description A. This specification shall govern work required for the installation of a Video Imaging Vehicle Detection System (VIVDS) that monitors vehicles on a roadway via processing of video images and provides detector outputs to a traffic controller or similar device 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 19.13 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT 1.3 References The latest edition of the referenced item below shall be used. A. National Electrical Manufacturers Association (NEMA) B. National Transportation Communications for ITS Protocol (NTCIP) 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. 1.5 Definitions The words defined in this section shall for the purpose of the specifications pertaining to Video Imaging Vehicle Detection System (VIVDS) have the meanings ascribed to them. A. VIVDS Processor Unit — The electronic unit that converts the video image provided by the cameras, generates vehicle detections for defined zones, and collects vehicular data as specified. B. VIVDS Processor System — One (1) or more VIVDS processor modular units required to handle the number of camera inputs. C. Central Control — A remotely located control center, which communicates with the VIVDS. The VIVDS operator at the central control has the ability to monitor the operation and modify detector placement and configuration parameters. The equipment that constitutes central control is comprised of a workstation microcomputer along with the associated peripherals as described in this special specification. D. Field Setup Computer—A portable microcomputer used to set up and monitor the operation of the VIVDS processor unit. If required to interface with the VIVDS processor unit, the field setup computer with the associated peripherals described in this special specification and a video monitor, also described in this special specification, must be supplied as part of the VIVDS. E. Field Communications Link — The communications connection between the camera and the VIVDS processor unit. The primary communications link media may be coaxial cable or fiber optic cable. F. Remote Communications Link — The communications connection between the VIVDS processor unit and the central control. G. Camera Assembly — The complete camera or optical device assembly used to collect the visual image. The camera assembly consists of a charged coupled device (CCD) camera, environmental enclosure, sun shield, temperature control mechanism, and all necessary mounting hardware. H. Occlusion — The phenomenon when a vehicle passes through the detection zone but the view from the sensor is obstructed by another vehicle. This type of occlusion results in the vehicle not being detected by the sensor or when a vehicle in one lane passes through the Page 1 of 9 VIDEO IMAGING VEHICLE DETECTION SYSTEM—T-34 4123.33 January 2014 City of Corpus Christi Standard Specifications for Construction detection zone of an adjacent lane. This type of occlusion can result in the same vehicle being counted in more than one lane. I. Detection Zone—The detection zone is a line or area selected through the VIVDS processor unit that when occupied by a vehicle, sends a vehicle detection to the traffic controller or freeway management system. J. Detection Accuracy — The measure of the basic operation of a detection system (shows detection when a vehicle is in the detection zone and shows no detection when there is not a vehicle in the detection zone). K. Live Video—Viewing live video processed at 30-frames per second. L. Lux—The measure of light intensity at which a camera may operate. A unit of illumination is equal to one lumen per square meter or to the illumination of a surface uniformly one (1) meter distant from a point source of one(1)candle. M. Video Monitor — As a minimum must be a nine (9) inch color monitor with BNC connectors for video in and out. 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 VIVDS configuration for a single intersection will consist of four (4) variable focal length cameras (unless otherwise specified in the Drawings), a VIVDS processor system (unless otherwise specified in the Drawings), a field communications link, and all associated equipment required to setup and operate in a field environment including a video monitor, a field laptop, connectors and camera mounting hardware. C. The actual quantity and proposed location of equipment to be furnished, installed and made fully functional, as a complete VIVDS, by the Contractor is shown on the Drawings. D. The system is composed of these principal items: the camera(s), the field communications link between the camera and the VIVDS processor unit, and the VIVDS processor unit along with a PC, video monitor or associated equipment required to setup the VIVDS and central control software to communicate to the VIVDS processor. 2.2 VIVDS Processor Unit A. The VIVDS processor unit must be rack mountable. B. Environmental Requirements 1. The VIVDS processor unit must be designed to operate reliably in the adverse environment found in the typical roadside traffic cabinet. 2. It must meet the environmental requirements set forth by the latest NEMA (National Electrical Manufacturers Association) TS1 and TS2 standards as well as the environmental requirements for Type 170, Type 179 and 2070 controllers. 3. Operating temperature must be from -30°F to +165°F at 0% to 95% relative humidity, non-condensing. C. Electrical 1. The VIVDS must have a modular electrical design. 2. The VIVDS must operate within a range of 89 to 135 VAC, 60 Hz single phase. 3. Power to the VIVDS must be from the transient protected side of the AC power distribution system in the traffic control cabinet in which the VIVDS is installed. D. Serial Communications 1. Serial communications to the field setup computer must be through an RS 232, USB or Ethernet port. 2. The port must be able to download the real time detection information needed to show detector actuations. 3. A connector on the front of the VIVDS processor unit must be used for serial communications. Page 2 of 9 VIDEO IMAGING VEHICLE DETECTION SYSTEM—T-34 4123.33 January 2014 City of Corpus Christi Standard Specifications for Construction E. Video 1. The unit must be equipped with RS 170 (monochrome) or RS170A (color) composite video inputs video inputs, so that signals from image sensors or other synchronous or asynchronous video sources can be processed in real time. 2. BNC connectors on the front of the VIVDS processor unit or video patch panel must be used for all video inputs. 3. The unit must be equipped with a single RS 170 composite video output. a. This output must be capable of corresponding to any one of the video inputs, as selected remotely via the field setup computer or front panel switch. 4. Multiple video outputs requiring external cable connections to create a combined single video output must not be acceptable. 5. A BNC or RCA connector must be used for video output on the front of the processor unit. 6. Any other video formats used must prior approval by the City Signal Operations Engineer. F. Software 1. Software upgrades and/or changes MUST be presented to and approved by the City Traffic Engineering division, before being used. a. NOTE: Failure to do so will be grounds for termination of contract and probation for responsible party(s). 2. The unit software and the supervisor software must include diagnostic software to allow testing the VIVDS functions. a. This must include the capability to set and clear individual detector outputs and display the status of inputs to enable setup and troubleshooting in the field. G. Equipment Failure 1. Failure of the VIVDS processor unit must result in constant vehicle detection on affected detection zones. 2.3 Vehicle Detection A. Video Detection System 1. The video detection system must provide flexible detection zone placement anywhere within the combined field of view of the image sensors. 2. Preferred presence detector configurations must be lines or boxes placed across lanes of traffic or lines placed in line with the lanes of traffic. 3. A single detector must be able to fully overlap. a. In addition, detection zones must have the capability of implementing "AND" and "OR" logical functions including presence, extension and delay timing. 4. These logical functions may be excluded if provisions are made to bring each detector separately into the controller and the controller can provide these functions. B. Detection Zone Programming 1. Placement of detection zones must be by means of a graphical interface using the video image of the roadway. 2. The monitor must show images of the detection zones superimposed on the video image of traffic while the VIVDS processor is running. 3. The detection zones must be created by using the mouse or keypad to draw detection zones on the monitor. 4. The detection zones must be capable of being sized, shaped and overlapped to provide optimal road coverage and detection. 5. It must be possible to upload detector configurations to the VIVDS processor unit and to retrieve the detector configuration that is currently running in the VIVDS processor unit. 6. The mouse or keypad must be used to edit previously defined detector configurations so as to fine tune the detection zone placement size and shape. 7. Once a detection configuration has been created, the system must provide a graphic display of the new configuration on its monitor. 8. While this fine-tuning is being done, the detection must continue to operate from the detector configuration that is currently called. 9. When a vehicle occupies a detection zone, the detection zone on the live video must indicate the presence of a vehicle, thereby verifying proper operation of the detection system. Page 3 of 9 VIDEO IMAGING VEHICLE DETECTION SYSTEM—T-34 4123.33 January 2014 City of Corpus Christi Standard Specifications for Construction 10. With the absence of video, the card must have an LED that will indicate proper operation of the detection zones. 11. Detection zones must be provided that is sensitive to the direction of vehicle travel. 12. The direction to be detected by each detection zone must be user programmable. 13. The vehicle detection zone should not activate if a vehicle traveling any direction other than the one specified for detection occupies the detection zone. 14. Cross-street and wrong way traffic should not activate a detection zone. C. Design Field of View 1. The video detection system must reliably detect vehicle presence in the design field of view. 2. The design field of view must be defined as the sensor view when the image sensor is mounted twenty-four feet(24')or higher above the roadway, when the camera is adjacent (within fifteen-feet (15)) to the edge of the nearest vehicle travel lane, and when the length of the detection area is not greater than ten (10) times the mounting height of the image sensor. 3. Within this design field of view, the VIVDS processor unit must be capable of setting up a single detection zone for point detection (equivalent to the operation of a six-foot (6') by six-foot(6') inductive loop). 4. A single camera, placed at the proper mounting height with the proper lens, must be able to monitor up to and including five(5)traffic lanes simultaneously. D. Detection Performance 1. Detection accuracy of the video detection system must be comparable to properly operating inductive loops. 2. Detection accuracy must include the presence of any vehicle in the defined detection zone regardless of the lane, which the vehicle is occupying. 3. Occlusion produced by vehicles in the same or adjacent lanes must not be considered a failure of the VIVDS processor unit, but a limitation of the camera placement. 4. Detection accuracy (a minimum of 95%) must be enforced for the entire design field of view on a lane by lane and on a time period basis. 5. When specified in the Drawings, furnish up to twenty-four (24) continuous hours of recorded video of all installed intersection cameras within the thirty (30) day test period for verification of proper camera placement, field of view, focus, detection zone placement, processor setup and operation. 6. The video from each camera must show vehicle detections for all zones. E. Equipment Failure 1. Failure of a camera must result in constant vehicle detection on affected detection zones. 2.4 Camera Assembly A. Camera 1. The video detection system must use medium resolution, monochrome image sensors as the video source for real time vehicle detection. 2. The cameras must be approved for use with the VIVDS processor unit by the supplier of the VIVDS. 3. As a minimum, each camera must provide the following capabilities: a. Images 4. Must be produced with a Charge Coupled Device (CCD) sensing element with horizontal resolution of at least 480 lines for black and white or 470 lines for color and vertical resolution of at least 350 lines for black and white or color. 5. Images must be output as a video signal conforming to RS170. a. Useable video and resolvable features in the video image must be produced when those features have luminance levels as low as 0.1 lux for black and white, and as low as 1.0 lux for color, for night use. b. Useable video and resolvable features in the video image must be produced when those features have luminance levels as high as 10,000 lux during the day. C. The camera must include an electronic shutter or auto-iris control based upon average scene luminance and must be equipped with an electronic shutter or auto-iris lens with variable focal length and variable focus that can be adjusted without opening up the camera housing to suit the site geometry. d. The variable focal length must be adjustable from six millimeters (6 mm) to thirty-four Page 4 of 9 VIDEO IMAGING VEHICLE DETECTION SYSTEM—T-34 4123.33 January 2014 City of Corpus Christi Standard Specifications for Construction millimeters (34 mm). B. Camera and Lens Assembly 1. The camera and lens assembly must be housed in an environmental enclosure that provides the following capabilities: a. The enclosure must be waterproof and dust tight to the latest NEMA 4 specifications. b. The enclosure must allow the camera to operate satisfactorily over an ambient temperature range from -30°F to +165°F while exposed to precipitation as well as direct sunlight. C. The enclosure must allow the camera horizon to be rotated in the field during installation. d. The enclosure must include a provision at the rear of the enclosure for connection of power and video signal cables fabricated at the factory. e. Input power to the environmental enclosure must be nominally 115 VAC 60 Hz. f. A thermostatically controlled heater must be at the front of the enclosure to prevent the formation of ice and condensation, as well as to assure proper operation of the lens's iris mechanism. (1) The heater must not interfere with the operation of the camera electronics, and it must not cause interference with the video signal. g. The enclosure must be light colored or unfinished and must include a sun shield to minimize solar heating. h. The front edge of the sunshield must protrude beyond the front edge of the environmental enclosure and must include provision to divert water flow to the sides of the sunshield. i. The amount of overhang of the sun shield must be adjustable to block the view of the horizon to prevent direct sunlight from entering the lens. j. Any plastics used in the enclosure must include ultra violet inhibitors. k. The total weight of the image sensor in the environmental enclosure with sunshield must be less than ten pounds (10 lbs.). I. When operating in the environmental enclosure with power and video signal cables connected, the image sensor must meet FCC class B requirements for electromagnetic interference emissions C. Video 1. The video output of the cameras must be isolated from earth ground. 2. All video connections for the cameras to the video interface panel must also be isolated from earth ground. 3. Use waterproof, quick disconnect connectors to the image sensor for both video and power. D. Interface Panel 1. A camera interface panel capable of being mounted to sidewalls of a controller cabinet must be provided for protection of the VIVDS processor unit, camera video and power inputs/outputs. 2. The panel must consist of, as a minimum, a. Four(4) EDCO CX06 coax protectors, b. One(1) EDCO ACP-340 for the cameras and VIVDS processor unit power, C. One(1) 10 amp breaker, d. One(1) convenience outlet protected the ACP-340 e. One(1)terminal strip with a minimum of sixteen 8-32 binder head screws. (1) The terminal strip must be protected by a piece of one-eighth inch (1/8") thick Plexiglas. E. When the connection between the image sensor and the VIVDS processor unit is coaxial cable, the coaxial cable used must be a low loss, 75 ohm, precision video cable suited for outdoor installation, such as Belden 8281 or TxDOT approved equal. F. Mounting Hardware 1. Camera mounting hardware must allow for vertical or horizontal mounting to the camera enclosure. 2. Pelco AS-0166-4-62 or equivalent is acceptable. 2.5 Field Communication Link Page 5 of 9 VIDEO IMAGING VEHICLE DETECTION SYSTEM—T-34 4123.33 January 2014 City of Corpus Christi Standard Specifications for Construction A. General 1. The field communications link must be a one way communications connection from the camera to the equipment cabinet. 2. The primary communications link media may be coaxial cable or fiber optic cable accompanied by a three (3) conductor minimum 18 AWG, 24 VDC or 115 VAC camera power cable, or appropriate cable as approved. 3. All connection cables must be continuous from the equipment cabinet to the camera. a. NOTE: No splices of any type will be permitted. B. The following requirements must govern for the various types of field communications link media described on the Drawings: 1. Coaxial Cable a. In locations where the Drawings indicate coaxial cable is required as the primary communications link, this cable must be of the RG 59 type with a nominal impedance of 75 ohms. b. All cable must have a polyethylene dielectric with copper braid shield having a minimum of ninety-eight percent (98%) shield coverage and not greater than 0.78 dB attenuation per 100 feet at 10 MHz with a minimum 18 AWG external three (3) conductor power cable or approve equivalent as directed by the Engineer. 2. Fiber Optic Cable a. If specified by the Drawings, furnish fiber optic cable in accordance with the special specification for fiber optic cable. 3. Twisted Wire Pairs a. Must be Belden 9556 or equivalent 18 AWG TWP control cable. C. Lightning and Transient Surge Suppression Devices 1. Install lightning and transient surge suppression devices on the processor side of the field communications link to protect the peripheral devices. 2. The suppression devices must be all solid state. Lightning protection is not required for fiber optic communication lines. 3. The devices must present high impedance to, and must not interfere with, the communications lines during normal operation. 4. The suppression devices must not allow the peak voltage on any line to exceed 300% of the normal operating peak voltage at any time. 5. The response time of the devices must not exceed five (5) nanoseconds. 2.6 Functional Capabilities A. System Software 1. The system software must be able to detect either approaching or departing vehicles in multiple traffic lanes. 2. A minimum of four (4) detector outputs and a minimum of two (2) video inputs per video processor module card and each card must have a minimum of twenty-four(24)detection zones. 3. Each zone and output must be user definable through interactive graphics by placing lines and/or boxes in an image on a video or VGA monitor. 4. The user must be able to redefine previously defined detection zones. B. VIVDS 1. The VIVDS must provide real time vehicle detection (within 112 milliseconds (ms) of vehicle arrival). 2. The VIVDS processor unit must be capable of simultaneously processing information from various video sources, including CCTV video image sensors and video tape players. 3. The video sources may be, but are not required to be, synchronized or line-locked. 4. The video must be processed at a rate of thirty (30) times per second by the VIVDS processor unit. 5. The system must be able to detect the presence of vehicles in a minimum of twelve (12) detection zones within the combined field of view of all cameras (a minimum of twelve (12)detection zones per camera input to the VIVDS processor unit). 6. The VIVDS processor unit must compensate for minor camera movement (up to two percent(2%)of the field of view at 400 feet)without falsely detecting vehicles. 7. The camera movement must be measured on the unprocessed video input to the VIVDS processor unit. Page 6 of 9 VIDEO IMAGING VEHICLE DETECTION SYSTEM—T-34 4123.33 January 2014 City of Corpus Christi Standard Specifications for Construction 8. The VIVDS Processor Unit must have the capability to interface directly with the TS-2 NEMA traffic controller cabinet detector input file. C. Detection Zones 1. Detection zones must be provided that are sensitive to the direction of vehicle travel. 2. The direction to be detected by each detection zone must be user programmable. D. The camera must operate while directly connected to VIVDS Processor Unit. E. Once the detector configuration has been downloaded or saved into the VIVDS processor unit, the video detection system must operate with the monitoring equipment (monitor and/or laptop)disconnected or on-line. F. When the monitoring equipment is directly connected to the VIVDS processor unit, it must be possible to view vehicle detections in real time as they occur on the field setup computer's color VGA display or the video monitor. 2.7 VIVDS Setup System A. The minimum VIVDS set-up system, as needed for detector setup and viewing of vehicle detections, must consist of a field setup computer and Windows based interface software (if required)or a video monitor with interface software built-in to the VIVDS processor unit. B. Live video (thirty (30) frames per second) must be available on the field setup computer to determine proper operation of detectors. C. The field set-up computer as a minimum, must have an NTSC video input port or equivalent. D. If a field setup computer is required for system set-up, it must be supplied by the supplier of the VIVDS. E. The field setup computer must include all necessary cabling and a Windows based program to interface with the VIVDS processor unit. F. This software must provide an easy to use graphical user interface and support all models/versions of the supplied VIVDS. G. Live video with the detection overlaid is required for field verification of the system. 2.8 Temporary use, Retesting and Acceptance A. Temporary Use 1. When shown on the Drawings, the VIVDS equipment must be used to provide vehicle detection on a temporary basis. 2. When the permanent vehicle detection system and related equipment are installed and made operational, the VIVDS equipment must be carefully removed and delivered to the location shown on the Drawings. B. State Retesting and Acceptance 1. Prior to acceptance, all VIVDS equipment may be retested by the State, even if the system was operating properly before removal. 2. Repair or replace any equipment damaged during removal or transport and any equipment that does not meet the various test requirements. 2.9 Operation from Central Control A. The central control must transmit and receive all information needed for detector setup, monitor the vehicle detection, view the vehicle traffic flow at a rate of thirty (30) frames per second and interrogate all required stored data. B. The remote communications link between the VIVDS processor unit and central control may which may be accompanied with coaxial cable, wireless, or fiber-optic cable, as shown on the Drawings. C. Communications with the central control must not interfere with the on-street detection of the VIVDS processor. D. Quality of the video at thirty(30)frames per second rate must be such that the view with the traffic flow is clear and in focus. PART 3 EXECUTION 3.1 Installation and Training A. Installation 1. The supplier of the video detection system must supervise the installation and testing of the video and computer equipment. Page 7 of 9 VIDEO IMAGING VEHICLE DETECTION SYSTEM—T-34 4123.33 January 2014 City of Corpus Christi Standard Specifications for Construction 2. A factory certified representative from the supplier must be on site during installation. 3. In the event that the field setup computer is furnished by the contracting agency, such installation and testing must be done at the time that training is conducted. B. Training 1. Provide up to two (2) days of training to the contracting agency personnel in the operation, setup and maintenance of the video detection system. 2. Provide instruction and materials for a maximum of twenty(20) persons and conduct at a location selected by the contracting agency. 3. The contracting agency will be responsible for any travel and room and board expenses for its own personnel. 4. Instruction personnel are required to be certified by the equipment manufacturer. 5. The User's Guide is not an adequate substitute for practical, classroom training and formal certification by an approved agency. 6. Formal levels of factory authorized training are required for installers, contractors and system operators. 7. All training must be certified by the manufacturer. 3.2 Warranty A. The video detection system must be warranted to be free of defects in material and workmanship for a period of five(5) years from date of shipment from the supplier's facility. B. During the warranty period, the supplier must repair with new or refurbished materials, or replace at no charge, any product containing a warranty defect provided the product is returned FOB to the supplier's factory or authorized repair site. C. Return product repair or replaced under warranty by the supplier with transportation prepaid. D. This warranty does not apply to products damaged by accident, improperly operated, abused, serviced by unauthorized personnel or unauthorized modification. E. During the warranty period, technical support must be available from the supplier via telephone within four(4) hours of the time a call is made by a user, and this support must be available from factory certified personnel or factory certified installers. 3.3 Maintenance and Support A. Ongoing software support by the supplier must include updates of the VIVDS processor unit and supervisor software(if a field setup computer is required for set up). B. Provide updates free of charge during the warranty period. C. The update of the VIVDS software to be NTCIP compliant must be included. D. The supplier must maintain a program for technical support and software updates following expiration of the warranty period. 1. Make this program available to the contracting agency in the form of a separate agreement for continuing support. E. The supplier must maintain an ongoing program of technical support for the wireless camera system. F. This technical support must be available via telephone or personnel sent to the installation site. G. The supplier must maintain an adequate inventory of parts to support maintenance and repair of the camera system. 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 8 of 9 VIDEO IMAGING VEHICLE DETECTION SYSTEM—T-34 4123.33 January 2014 City of Corpus Christi Standard Specifications for Construction END OF SECTION Page 9 of 9 VIDEO IMAGING VEHICLE DETECTION SYSTEM—T-34 4123.33 January 2014 City of Corpus Christi Standard Specifications for Construction SECTION T-34 4123.35 RADAR VEHICLE DETECTION SYSTEM PART1 GENERAL 1.1 Description A. This specification shall govern work required for the installation of a Radar Vehicle Detection System (RVDS) that detects vehicles on a roadway via processing of radar electromagnetic waves and provides detector contact closure to assigned detector channels through an interface module 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 19.13 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT 1.3 References The latest edition of the referenced item below shall be used. A. National Electrical Manufacturers Association (NEMA) B. National Transportation Communications for ITS Protocol (NTCIP) 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. 1.5 Definitions The words defined in this section shall for the purpose of the have the meanings ascribed to them. A. Radar— Radio Detection and Ranging. High frequency electromagnetic energy waves used to detect, identify, and determine speed of an object such as a motor vehicle. B. FMCW Radar— Frequency Modulated Continuous Wave Radar. C. Forward Fire RVDS — Detects, tracts and identifies speed of approaching vehicles to the radar receiver. D. Side Fire RVDS — Detects, tracts and identifies speed of passing vehicles through radar detection zones. E. Stop Bar RVDS—Detects and tracts approaching vehicles to an intersection within its field of view. Stop bar RVDS units are capable of true presence detection. The radar sensor shall maintain detection of a vehicle moving or stopped within a programmed detection zone set- up by the user. F. Vehicle Radar Sensor — RVDS device that emits electromagnetic waves and senses return waves from passing and/or approaching vehicles. The vehicle radar sensor shall be spatially monostatic; the transmitter and receiver shall be located on the same sensor device. G. Interface Module — Device that interfaces with the cabinet detector rack allowing for contact closure to occur on a selected detector channel. H. Communications Link — The communications connection between the RVDS processor unit and a local area network(LAN)or laptop computer. I. Detection Accuracy — The measure of the basic operation of a detection system (shows detection when a vehicle is in the detection zone and shows no detection when there is not a vehicle in the detection zone). J. Passage Detection — The ability of a vehicle detector to detect the passage of a vehicle moving through the zone of detection and to ignore the presence of a vehicle stopped within the zone of detection. K. Presence Detection — The ability of a vehicle detector to sense that a vehicle, whether moving or stopped, has appeared in its zone of detection. L. Delay Timing — When selected, applies delayed contact closure to the associated detector channel input. When a vehicle is detected by the RVDS, the delay timing must time out Page 1 of 7 RADAR VEHICLE DETECTION SYSTEM—T-34 4123.35 January 2014 City of Corpus Christi Standard Specifications for Construction before contact closure can occur to the detector channel. M. Extension Timing — When selected, applies additional contact closure to the associated detector channel input. When a vehicle is no longer detected within a detection zone, extension timing must time out before contact closure is removed from the associated detector channel. N. GUI —Graphical User Interface. O. LAN — Local Area Network. 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 RVDS shall consist of the following components: 1. radar sensor, 2. detector rack interface module, 3. power and surge protection panel or module, 4. all associated equipment required to setup and operate in a field environment including software, serial and Ethernet communication ports, cabling, electrical connectors and mounting hardware. C. The RVDS interface module must comply and operate with NEMA TS-2 Type 1 detector rack or Type 170/2070 input file. D. The RVDS shall be capable of 16 contact closure inputs to the detector rack. 1. The user shall be able to assign each contact closure to an associated detector channel. The contact closure shall occur through the interface module/ modules or controller module plugged into the rack. E. All components of the RVDS housed in the controller cabinet shall be rated to operate in a temperature range from—34°C to +74°C(-30°F to +165°F)at 0 percent to 95 percent relative humidity, non-condensing. 1. The radar array and other components of the RVDS not housed in the controller cabinet shall be rated to operate in temperatures ranges from -34°C to 60°C (-30°F to 140°F) at 0 percent to 95 percent relative humidity. F. The RVDS shall be able to operate accurately in all types of weather conditions including: rain, snow, sleet, ice, fog and wind blown dust. 1. The RVDS shall be able to operate normally and with no degraded performance when the radar vehicle sensor is encased in a 1/2 inch ice. G. Lightening and surge protection will be provided for power connections and communications links to the radar RVDS meeting or exceeding EN 61000-4-5 class specifications. H. The RVDS shall provide a "fail safe" operation that triggers when communication between the radar vehicle sensor and the interface module is broken. 1. Contact closure will occur on all programmed detector channels associated with the interface module when the fail safe is triggered and will remain in this state until communication is re-established between the interface module and the radar vehicle sensor. I. The RVDS shall be capable of "pulse mode" or "presence mode" operation. In the pulse mode when a vehicle is detected and conditional logic is satisfied, contact closure will occur for approximately 125 ms. 1. In the presence mode contact closure will occur for as long as a vehicle is detected and conditional logic programming is satisfied. J. The RVDS shall comply with all applicable Federal Communications Commission (FCC) requirements. 1. The manufacturer will provide documentation of compliance with FCC specifications. 2. Each RVDS will be FCC certified under CFR 47, Part 15, Section 15.245 as a field Page 2 of 7 RADAR VEHICLE DETECTION SYSTEM—T-34 4123.35 January 2014 City of Corpus Christi Standard Specifications for Construction disturbance sensor or Section 15.249 as an intentional radiator. 3. This certification will be displayed on an external label on each device according to the rules set forth by the FCC. K. The RVDS shall maintain frequency stability without the use of manual tuning elements by the user. 2.2 Forward Fire Radar Functional Capabilities and Requirements A. Forward fire radar units shall provide passage detection and contact closure to the interface module for vehicles approaching an intersection. B. The forward fire RVDS shall provide vehicle detection, tracking and speed of moving vehicles approaching an intersection at a range between 100 feet to 500 feet from the radar sensor. C. Forward fire radar system software shall be capable of creating multiple detection zones within the detection range and applying conditional logic to the detection zones allowing contact closure to occur only when logic conditions are achieved by the RVDS. D. The user shall be able to apply logic gating such as: "and", "or" to a detection zone from the software GUI provided with the system. E. Conditional logic programming will allow the user to control when contact closure occurs to the detector rack interface module. F. The forward fire software shall be capable of minimum and maximum speed settings to create a desired speed range for contact closure to the detector channel. G. Vehicles detected within the minimum and maximum speed settings will apply contact closure to the assigned detector channel input. H. Detection accuracy will be determined by the detection of any moving vehicle or cluster of vehicles within a defined detection zone and within the minimum and maximum speed parameters programmed for the detection zone. 1. With four (4) detection zones programmed each zone 100 feet in length, a minimum of 95% detection accuracy shall be required for each zone. 2. Detection zones will be set-up between 100 feet and 500 feet. Conditional logic for each zone shall be set-up in the "or" gate position allowing for contact closure to occur when vehicle speed conditions are met in the detection zone. I. The forward fire RVDS shall be capable of delay timing. 1. As a minimum the user shall be able to program and select delay timing from 0-25 seconds in one/tenth (1) second increments from the GUI provided with the RVDS system. J. The forward fire RVDS shall be capable of extension timing. 1. As a minimum the user shall be able to program and select extension timing from 0-25 seconds in one/tenth (1) second increments from the GUI provided with the RVDS system. K. The forward fire RVDS shall be capable of adjusting the extension time automatically based on speed of a moving vehicle. 2.3 Side Fire Functional Capabilities and Requirements A. Side fire RVDS shall have a minimum, detection range of 6 feet to 250 feet or 10 feet to 200 feet. B. Side fire RVDS shall provide passage detection as defined in this specification and provide contact closure to the detector rack interface module. C. Side fire RVDS shall provide detection, speed and lane identification from passing vehicles in a targeted area. D. Side fire RVDS software shall allow user programmable lane width ranges for as many as 8 or 10 lanes. E. Side fire RVDS shall allow the user to assign vehicle directionality in the software GUI. F. Detection accuracy will be determined by the presence of any moving vehicle within a defined detection range. A minimum of 95% detection accuracy shall be required for each detection zone set-up within the RVDS detection range using as many as 8 detection zones across 8 lanes of vehicle traffic(1 detection zone set-up for each lane). G. Side fire RVDS shall be capable of collecting volume occupancy and speed data on a per lane basis. Collection bin times shall be user selectable. Bins shall be capable of storing data for a minimum of 48 hours. Page 3 of 7 RADAR VEHICLE DETECTION SYSTEM—T-34 4123.35 January 2014 City of Corpus Christi Standard Specifications for Construction 2.4 Stop Bar Presence Detection RVDS Functional Requirements A. Stop bar radar units shall provide presence detection and contact closure to the interface module for vehicles approaching an intersection. B. Stop bar radar units shall, as a minimum detect vehicles within a 100 feet, 90 degree cone of detection from the sensor. C. Stop bar radar units shall be able to detect vehicles in ten (10) lanes of detection. D. The number of lanes used and detection zones shall be set-up and selected from the GUI. E. Stop bar radar units shall be able to assign up to four (4) detector outputs per unit and capable of using two (2)or four(4)channel interface modules to the detector rack. F. Stop bar radar units shall be able to distinguish and omit wrong way traffic from activating an assigned detector output. G. Stop bar radar units shall as a minimum, maintain a detection accuracy of 95% for each detection zone set-up on the GUI. 2.5 Software and Communication Requirements for Forward Fire and Side Fire Radar A. RVDS software shall utilize a GUI that runs in a Microsoft Windows XP environment or newer Microsoft operating system. 1. The GUI shall graphically illustrate vehicle movement and directionality when detection is achieved by the RVDS. 2. The software shall be capable of auto configuration upon set-up of the RVDS. B. Programmed parameters from the GIU to the sensor shall be stored in non-volatile memory devices such as Flash RAM or EEPROM within the sensor. 1. The sensor shall not rely on battery backup or the use of a super capacitor to retain memory. C. The RVDS shall provide a RS232 serial communications link allowing the user to interface with a laptop computer and operate the GUI. 1. The RS232 serial port shall be full duplex and will support true RTS/CTS hardware handshaking for interfacing to various communication devices. D. The RVDS shall provide an Ethernet communications link allowing the user to interface the system and operate the GUI via a LAN and using TCP/IP protocol. E. Side fire RVDS software shall meet City software protocol requirements. F. Side fire RVDS software shall have a method of automatically identifying traffic lanes using a processor internal to the radar sensor. 1. This auto-configuration method shall identify traffic lanes or detection zones by detecting the relative position of vehicles within the radar sensors field of view. G. RVDS firmware shall be upgradeable by external, local or remote download via serial or Ethernet ports. H. The serial and Ethernet communication ports as a minimum will support the following baud rates: 9600, 19200, 38400, 57600, and 115200. 1. The user shall be able to select the desired baud rate from the GIU. I. The operator shall be able to save configurations settings to a file or reload the configurations settings to the RVDS from a saved file using the GUI. PART 3 EXECUTION 3.1 Installation and Training A. When requested by Owner personnel or purchasing agency, the supplier of the RVDS shall supervise the installation and testing of the radar equipment. 1. A factory certified representative from the supplier shall be on-site during installation. B. If requested by Owner personnel or purchasing agency, up to two days of training shall be provided to personnel of Owner in the operation, setup and maintenance of the radar detection system. C. Instruction and materials shall be provided for a maximum of twenty (20) persons and shall be conducted at a location selected by Owner. D. Owner or purchasing agency shall be responsible for the cost of training. E. Instruction personnel are required to be certified by the equipment manufacturer. F. The User's Guide is not an adequate substitute for practical, classroom training and formal certification by an approved agency. Page 4 of 7 RADAR VEHICLE DETECTION SYSTEM—T-34 4123.35 January 2014 City of Corpus Christi Standard Specifications for Construction G. Formal levels of factory authorized training are required for installers, contractors and system operators. All training must be certified by the manufacturer. 3.2 Warranty, Maintenance and Support A. The radar vehicle detection system shall be warranted to be free of defects in material and workmanship for a period of five (5) years from date of shipment from the supplier's facility. B. During the warranty period, the supplier shall repair with new or refurbished materials, or replace at no charge, any product containing a warranty defect or fails to operate properly after installation provided the product is returned FOB to the supplier's factory or authorized repair site. C. Product repair or replaced under warranty by the supplier will be returned with transportation prepaid. D. This warranty does not apply to products damaged by accident, improper operation, abused, serviced by unauthorized personnel or unauthorized modification. E. If a RVDS fails with no visible or physical damage to any electronic/electrical component of the system or its wiring, then the unit is considered to have failed under normal operating conditions. F. A blown fuse or surge protection device failure shall be considered to have failed under normal operating conditions. G. Acts-of-god will not be accepted as excusable unit failures of the RVDS system. H. Repair or full replacement will be required if a RVDS fails to operate as specified under normal operating conditions. I. Repaired or replaced components of the RVDS will be provided at no cost to Owner. J. The replaced or repaired units will inherit the remainder of the failed unit's warranty. K. During the warranty period, technical support shall be available from the supplier via telephone within four (4) hours of the time a call is made by a user, and this support shall be available from factory certified personnel or factory certified installers. L. Ongoing software support by the supplier shall include firmware updates for the RVDS processor unit and external software needed to set-up and operate the RVDS system. M. These updates shall be provided free of charge during the warranty period. N. The update of the RVDS software shall be tested and approved by Owner before installation. O. The supplier shall maintain a program for technical support and software updates following expiration of the warranty period. P. This program shall be made available to Owner in the form of a separate agreement for continuing support. Q. The supplier shall maintain an adequate inventory of parts to support maintenance and repair of the radar system. 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. END OF SECTION Page 5 of 7 RADAR VEHICLE DETECTION SYSTEM—T-34 4123.35 January 2014 City of Corpus Christi Standard Specifications for Construction SECTION T-34 4123.37 CONTINUOUS TRACKING ADVANCE DETECTOR PART1 GENERAL 1.1 Description A. This specification shall govern work required for the installation of a Continuous Tracking Advance Detector (CTAD) that detects vehicles on a roadway via processing of radar electromagnetic waves as required to complete the project. 1.2 Related Sections A. 00 30 00 PROPOSAL FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 34 41 19.13 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT 1.3 References The latest edition of the referenced item below shall be used. A. Federal Communications Commission (FCC) B. National Electrical Manufacturers Association (NEMA) C. City of Corpus Christi 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. Shall not be affected by normal weather and environmental conditions such as rain, wind, snow, dust, etc. 1. Shall not require cleaning and can maintain performance over a wide range of ambient temperatures. C. Shall provide a non-intrusive means of detecting traffic because they can be installed at the side of a roadway. 2.2 Measured Quantities and Outputs. A. Shall detect range, speed, and vehicle estimated time of arrival (ETA) to the stop bar for vehicles or clusters of vehicles moving in the user-selected direction of travel. B. Shall also detect instantaneous roadway efficiency. C. Shall be able to simultaneously detect and report information from up to twenty-five (25) vehicles on the roadway when they are serially sequenced between the near and far boundaries. D. Shall turn on a zone output when the range, speed, ETA, and qualified count or instantaneous roadway efficiency requirements for that zone are satisfied. E. Shall turn on an alert output on when the user—defined zone output combinational logical is satisfied. F. Shall turn on a normal channel output when any of the channel's alerts is on and the channel's delay and extend time constraints are satisfied. G. Shall turn on a latched channel output when the on alert is turned on and the delay time is satisfied. Page 1 of 8 CONTINUOUS TRACKING ADVANCE DETECTOR—T-34 4123.37 January 2014 City of Corpus Christi Standard Specifications for Construction H. The CTAD shall turn off a latched channel output when the off alert is turned on or the max timer expires and the extension time is satisfied. I. Shall provide vehicle call and extend data on up to eight channels that can be connected to contact closure modules compliant with NEMA TS 1, NEMA TS 2, 170, and 2070 controller cabinets. J. Shall be capable of providing data for each tracked detection 2.3 Detectable Area A. Mounting Location 1. The CTAD shall be able to detect and report vehicle information when mounted within fifty-feet(50')of the center of the lanes of interest. 2. The CTAD shall be able to detect and report vehicle information when mounted at heights up to forty-feet(40') above the road surface. B. Two (2) Detection Range 1. Shall be able to detect and report information on the roadway located with the near boundary at fifty-feet(50)from the base of the pole on which the CTAD is mounted. 2. Shall be able to detect and report information on the roadway located with the far boundary at 500 ft. from the base of the pole on which the CTAD is mounted. 3. For incoming traffic, ninety-five percent (95%) of large vehicles within the line-of-site of the CTAD shall be detected and reported before they arrive 400 ft. from the sensor. 4. For incoming traffic, ninety percent (90%) of all motor vehicles within the line-of-site of the CTAD shall be detected and reported before they arrive 400 ft. from the sensor. 2.4 Performance A. Detection Accuracy 1. Shall detect at least ninety-eight percent (98) of large vehicles like truck-trailer combinations and at least ninety-five percent (95%) of all motor vehicles within the line- of-sight of the CTAD sensor where multiple detections of multi-unit vehicles are not considered false detections and merged detections of adjacent lane vehicles are not considered missed detections. 2. Range Accuracy a. Shall provide range measurements in which ninety-percent (90%) of the measurements are accurate within ten-feet (10') when the vehicle is tracked independently. 3. Speed Accuracy a. Shall provide per vehicle speed measurements in which ninety-percent (90%) of the measurements are accurate within five (5) mph when tracked independently. 4. ETA Accuracy a. Shall provide estimated time-of-arrival (ETA) measurements in which eighty-five percent (85%) of the measurements are accurate within one second, when the detected vehicles are tracked independently at a constant speed above 40 mph and are within 2.5 and 5.5 seconds of the stop bar. 2.5 Performance Maintenance A. Shall not require cleaning or adjustment to maintain performance. B. Shall not rely on battery backup to store configuration information, thus eliminating any need for battery replacement. C. Once the CTAD is calibrated, it shall not require recalibration to maintain performance unless the roadway configuration changes. D. The mean time between failures shall be ten (10) years, which is estimated based on manufacturing techniques. 2.6 Physical Properties A. Shall not exceed four(4) lbs. in weight. B. Shall not exceed 14 in. x 11 in. x 4 in. in its physical dimensions. C. All external parts of the CTAD shall be ultraviolet-resistant, corrosion-resistant, and protected from fungus growth and moisture deterioration. 2.7 Enclosure Page 2 of 8 CONTINUOUS TRACKING ADVANCE DETECTOR—T-34 4123.37 January 2014 City of Corpus Christi Standard Specifications for Construction A. Shall be enclosed in a Lexan polycarbonate. B. Shall be classified "f1" outdoor weather ability in accordance with UL 746C. C. Shall be classified as watertight according to the NEMA 250 standard. D. Shall conform to test criteria set forth in the NEMA 250 standard for type 4X enclosures. E. Test results shall be provided for each of the following type 4X criteria: 1. External icing (NEMA 250 clause 5.6) 2. Hose-down (NEMA 250 clause 5.7) 3. 4X corrosion protection (NEMA 250 clause 5.10) 4. Gasket(NEMA 250 clause 5.14) F. Shall be able to withstand a drop of up to five-feet (5') without compromising its functional and structural integrity. G. Shall include a connector that meets the MIL-C-26482 specification. 1. The MIL-C-26482 connector shall provide contacts for all data and power connections. 2.8 Electrical A. Shall consume less than 4 W @ 12 VDC. B. Shall operate with a DC input between 12 VDC and28 VDC. C. Shall have onboard surge protection. 2.9 Communication Ports A. Shall have two communication ports, and both ports shall communicate independently and simultaneously. B. Shall support the upload of new firmware into the C. CTAD's non-volatile memory over either communication port. D. Shall support the user configuration of the following: 1. Baud rate 2. Communication port response delay 3. Contact closure output frequency E. Both communication ports shall support all of the following baud rates: 9600, 19200, 38400, 57600 and 115200 bps. F. The contact closure output frequency shall be user configurable as short as 10 ms, with a default near 130 ms for compatibility. G. Contact closure data shall be reliably communicated over homerun cable connections as long as 600 ft. (182.9 m) with latency from the time of channel requirement satisfaction to the eventual reporting of the detections on the back edge of the contact closure card in 15 ms or less. 2.10 Radar Design A. Frequency Stability 1. The circuitry shall be void of any manual tuning elements that could lead to human error and degraded performance over time. 2. All transmit modulated signals shall be generated by means of digital circuitry, such as a direct digital synthesizer, that is referenced to a frequency source that is at least 50 parts per million (ppm) stable over the specified temperature range, and ages less than 6 ppm per year. 3. Any up conversion of a digitally generated modulated signal shall preserve the phase stability and frequency stability inherent in the digitally generated signal. 4. Shall not rely on temperature compensation circuitry to maintain transmit frequency stability. 5. The bandwidth of the transmit signal of the CTAD shall not vary by more than 1% under all specified operating conditions and over the expected life of the CTAD. B. Antenna Design 1. Shall be designed on printed circuit boards. 2. The vertical beam width of the CTAD at the 6 dB points of the two-way pattern shall be 65 degrees or greater. 3. The horizontal beam width of the CTAD at the 6 dB points of the two-way pattern shall be 11 degrees or less. 4. The side lobes in the CTAD two-way antenna pattern shall be-40 dB or less. C. RF Channels Page 3 of 8 CONTINUOUS TRACKING ADVANCE DETECTOR—T-34 4123.37 January 2014 City of Corpus Christi Standard Specifications for Construction 1. Shall provide at least four RF channels so that multiple units can be mounted in the same vicinity without causing interference between them. 2.11 Cabling A. The cable end connector shall meet the MIL-C-26482 specification and shall be designed to interface with the appropriate MIL-C-26482 connector. B. The connector back shell shall be an environmentally sealed shell that offers excellent immersion capability. C. All conductors that interface with the connector shall be encased in a single jacket, and the outer diameter of this jacket shall be within the back shell's cable O.D. range to ensure proper sealing. The back shell shall have a strain relief with enough strength to support the cable slack under extreme weather conditions. Recommended connectors are Cannon's KPT series, and recommended back shells are Glenair Series 37 cable sealing back shells. D. The cable shall be the Orion Wire Combo-2207-2002-PVCGY or an equivalent cable that conforms to the following specifications: 1. The RS-485 conductors shall be a twisted pair. 2. The RS-232 and RS-485 conductors shall have nominal capacitance conductor to conductor of less than 45 pF/ft at 1 kHz. 3. The RS-232 and RS-485 conductors shall have nominal conductor DC resistance of less than 16.5 ohms/1000 ft. at 68°F. 4. The power conductors shall be one twisted pair with nominal conductor DC resistance of less than 11.5 ohms/1000 ft. at 68°F. 5. Each wire bundle or the entire cable shall be shielded with an aluminum/mylar shield with a drain wire. E. The cable shall have a single continuous run with no splices. F. The cable shall be terminated only on the two farthest ends of the cable. G. The cable length shall not exceed the following limits for the operational baud rate of RS-485 communications: Baud Rate Cable Length 115.2 Kbps 300 ft. 57.6 Kbps 600 ft. 38.4 Kbps 800 ft. 19.2 Kbps 1000 ft. 9.6 Kbps 2000 ft. H. If communication is conducted over the RS-232 bus, then the RS-232 driver must be able to source and sink±7 mA or more. I. The cable length shall not exceed the following limits for the operational baud rate of R-S232 communications: Baud Rate Cable Length 115.2 Kbps 40 ft. 57.6 Kbps 60 ft. 38.4 Kbps 100 ft. 19.2 Kbps 140 ft. 9.6 Kbps 200 ft. 1. NOTE: These represent maximum data rates. The data rate used should be the minimum data rate required for operation. J. If 12 VDC is being supplied for the CTAD then the cable length shall not exceed 110 ft. K. If 24 VDC is being supplied for the CTAD then the cable length shall not exceed 600 ft. L. If a cable length of 600 ft. to 2000 ft. is required, the power cable shall be an ANIXTER 2A- 1402 or equivalent cable that meets the following requirements: 1. 10 AWG conductor size/gauge 2. 2 conductor count 3. Stranded cable type 4. Bare copper material 5. 600 V range 6. 194°F temperature rating 7. PVC/nylon insulation material 8. PVC—polyvinyl chloride jacketing material 9. 25 A per conductor Page 4 of 8 CONTINUOUS TRACKING ADVANCE DETECTOR–T-34 4123.37 January 2014 City of Corpus Christi Standard Specifications for Construction M. Both communication and power conductors can be bundled together in the same cable as long as the abovementioned conditions are met. 2.12 Lightning Surge Protection A. The CTAD shall be installed using lightning surge protection devices that meet or exceed the EN 61000-4-5 Class 4 specifications. B. The lightning surge protection unit shall be as recommended by the manufacturer. 2.13 Power Supply A. The CTAD shall be installed using an equivalent AC to DC power converter that meets the following specifications. 1. Shall be power rated at 15 W or greater at 77°F and 10 W or greater at 165°F. 2. Shall operate in the temperature range of to-29°F to 165°F. 3. Shall operate in the humidity range of 5% to 95% at 77°F non-condensing. 4. Shall accept an input voltage of 85 to 264 VAC or 120 to 370 VDC. 5. Shall operate at an input frequency of 47 Hz to 63 Hz. 6. Shall produce an output voltage of 24 VDC±4%. 7. Shall have a hold-up time of greater than 20 ms at 120 VAC. 8. Shall withstand a voltage across its input and output of 2 kV. The power converter shall withstand a voltage across its input and ground of 1.5 kV. 9. Shall conform to safety standards UL 60950 and EN 60950. 10. Shall conform to EMC standards EN 55022 Class B and EN 61000-3-2, 3. 11. In brown-out conditions (i.e. < 85 VAC input), the output voltage of the power converter shall be less than 1 VDC. 2.14 Input File Cards A. If input file cards are used in the detection system, meet the following: 1. Shall be compatible with 170, 2070, NEMA TS 1, and NEMA TS 2 style input racks. 2. Shall translate data packets from the CTAD into contact closure outputs. 3. Shall support actuation mode (passage detection output in real time)of operation. 4. Shall receive data packets over an RS-485 bus at any of the following baud rates: 9600, 19200, 38400 and 57600 bps. 5. Shall auto baud and auto-detect a CTAD over wired and wireless communication channels that have a maximum latency of 500 ms. 6. Shall comply with the NEMA TS 2-1998 Traffic Controller Assemblies with NTCIP Requirements (Section 2.8 specification). 2.15 Configuration A. Auto-configuration 1. Shall have a method for automatically configuring the sensitivity of detection in at least 5-ft. increments. 2. The auto-configuration method shall not prohibit the ability of the user to manually adjust the CTAD configuration. 3. Shall support the configuration of up to eight channel outputs with up to four alerts per channel and up to four zones per alert, resulting in 32 configurable alerts and 128 configurable zones. B. Zone Configuration 1. Shall support the configuring of zones in 5-ft. increments. 2. Shall support detection zones as long as 450 ft. 3. Shall support user configurable high-speed and low-speed detection filters for each zone 4. Shall support the configuring of speed filters in 1-mph increments. 5. Shall support user configurable upper and lower estimated time-of-arrival (ETA) filters for each zone. 6. Shall support the configuring of ETA filters in increments of 0.1 seconds. 7. Shall provide configurable upper and lower count filters that help determine if a required number of qualified detections are present. 8. Shall support the configuring of qualified count filters in increments of one. C. Windows®-based Software 1. Shall include graphical user interface software that displays the current traffic pattern Page 5 of 8 CONTINUOUS TRACKING ADVANCE DETECTOR-T-34 4123.37 January 2014 City of Corpus Christi Standard Specifications for Construction using a graphical traffic representation. 2. The graphical user interface shall also display all configured alerts and provide visual representation of their actuation. 3. The graphical user interface shall provide a means of logging the vehicular track files with an update rate of greater than five times per second. 4. The graphical interface shall operate on Windows Mobile, Windows XP, Windows Vista, and Windows 7 in the .NET framework. 5. The software shall support the following functionality: a. Automatically find the correct baud rate b. Automatically find the correct serial communication port C. Operate over a TCP/IP connection d. Provide a virtual sensor connection for software usability without a sensor e. Give the operator the ability to save/back up the CTAD configuration to a file or load/restore the CTAD configuration from a file 2.16 Operating Conditions A. Shall maintain accurate performance in all weather conditions, including rain, freezing rain, snow, wind, dust, fog and changes in temperature and light, including direct light on sensor at dawn and dusk. B. CTAD operation shall continue in rain up to 4 in. per hour. C. Shall be capable of continuous operation over an ambient temperature range of -40°F to 165°F. D. Shall be capable of continuous operation over a relative humidity range of 5% to 95% (non- condensing). 2.17 Testing A. FCC 1. Each CTAD shall be Federal Communications Commission (FCC) certified under CFR 47, part 15, section 15.245 or 15.249 as an intentional radiator. 2. The FCC certification shall be displayed on an external label on each CTAD according to the rules set forth by the FCC. 3. The CTAD shall comply with FCC regulations under all specified operating conditions and over the expected life of the CTAD. B. 12.2 NEMA TS 2-1998 Testing 1. The CTAD shall comply with the applicable standards stated in the NEMA TS 2-1998 Standard. 2. Third party test results shall be made available for each of the following tests: a. Shock pulses of 10 g, 11 ms half sine wave b. Vibration of 0.5 g up to 30 Hz C. 300 V positive/negative pulses applied at one pulse per second at minimum and maximum DC supply voltage d. Cold temperature storage at-49°F for 24 hours e. High temperature storage at 185°F for 24 hours f. Low temp, low DC supply voltage at-29.2°F and 10.8 VDC g. Low temp, high DC supply voltage at-29.2°F and 26.5 VDC h. High temp, high DC supply voltage at 165.2°F and 26.5 VDC i. High temp, low DC supply voltage at 165.2°F and 10.8 VDC 2.18 Manufacturing A. The CTAD shall be manufactured and assembled in the USA. B. The internal electronics of the CTAD shall utilize automation for surface mount and wave solder assembly, and shall comply with the requirements set forth in IPC-A-61 OC Class 2, Acceptability of Electronic Assemblies. C. The CTAD shall undergo a rigorous sequence of operational testing to ensure product functionality and reliability. D. Testing shall include the following: 1. Functionality testing of all internal sub-assemblies 2. Unit level burn-in testing of 48 hours' duration or greater 3. Final unit functionality testing prior to shipment Page 6 of 8 CONTINUOUS TRACKING ADVANCE DETECTOR—T-34 4123.37 January 2014 City of Corpus Christi Standard Specifications for Construction E. Test results and all associated data for the above testing shall be provided for each purchased CTAD by serial number, upon request. 2.19 Support A. The CTAD manufacturer shall provide both training and technical support services. B. Training 1. The manufacturer-provided training shall be sufficient to fully train installers and operators in the installation, auto-configuration, and use of the CTAD to ensure accurate CTAD performance. 2. The manufacturer-provided training shall consist of comprehensive classroom labs and hands-on, in-the-field, installation and configuration training. 3. Classroom lab training shall involve presentations outlining and defining the CTAD, its functions, and the procedures for proper operation. 4. These presentations shall be followed by hands-on labs in which trainees shall practice using the equipment to calibrate and configure a virtual CTAD. 5. To facilitate the classroom presentation and hands-on labs, the manufacturer-provided training shall include the following items: a. Knowledgeable trainer or trainers thoroughly familiar with the CTAD and its processes b. Presentation materials, including visual aids, printed manuals and other handout materials for each student C. Computer files, including video and raw data, to facilitate the virtual configuration of the CTAD d. Laptop computers or Windows CE handheld devices with the necessary software, and all necessary cables, connectors, etc. e. All other equipment necessary to facilitate the virtual configuration of the CTAD 6. Field training shall provide each trainee with the hands- on opportunity to install and configure the CTAD at the roadside. Training shall be such that each trainee will mount and align the CTAD correctly. C. Technical Assistance 1. The manufacturer-provided technical support shall be available according to contractual agreements and a technical representative available to assist with the physical installation, alignment, and configuration of each supplied CTAD. 2. Technical support shall be provided thereafter to assist with troubleshooting, maintenance, or replacement of CTADs should such services be required. 2.20 Documentation A. CTAD documentation shall include a comprehensive user guide as well as an installer quick- reference guide and a user quick-reference guide. B. The CTAD manufacturer shall supply the following documentation and specification test results at the time of the bid submittal: 1. Detection accuracy 2. Range accuracy 3. Earliest range of detection 4. Speed accuracy 5. ETA accuracy 6. FCC CFR 47 certification 7. NEMA 250 standard for Type 4X Enclosure third-party test data 8. NEMA TS 2-1998 standard third-party test data 2.21 Warranty A. The CTAD shall be warranted free from material and workmanship defects for a period of two years from date of shipment. PART 3 EXECUTION 3.1 General A. Shall be installed as recommended by the manufacturer and as indicated on the Drawings or by the Owner. Page 7 of 8 CONTINUOUS TRACKING ADVANCE DETECTOR—T-34 4123.37 January 2014 City of Corpus Christi Standard Specifications for Construction 3.2 Mounting and Installation A. Mounting Assembly 1. The CTAD shall be mounted directly onto a mounting assembly fastened to a pole, overhead mast arm, or other solid structure. 2. The CTAD mounting assembly shall provide the necessary degrees of rotation to ensure proper installation. 3. The CTAD mounting assembly shall be constructed of weather-resistant materials and shall be able to support a 20-Ib. load. B. Mounting Location 1. The CTAD shall be mounted at a height that is within the manufacturer's recommended mounting heights. 2. The CTAD shall be mounted at an offset from the center of the lanes of interest that is consistent with the CTAD's maximum offset. 3. The CTAD shall be mounted in a forward-fire position, looking towards either approaching or departing traffic. 4. The CTAD shall be mounted so that it is pointed within ten-feet (10')of the target point as defined by the manufacture's table of target points for mounting offsets and mounting heights. 5. The CTAD shall be mounted so that its vertical center line is within 5 degrees of the lanes of interest as described the manufacture's documentation. 6. Aligning the CTAD's center line with the roadway ensures that the antenna beam of the CTAD is positioned along the roadway. 7. Two CTAD units shall not be mounted so that they are pointed directly at each other. 8. CTADs that are mounted within twenty-feet (20') of each other shall be configured to operate on different RF channels regard-less of the pointing direction of the CTAD. 9. The CTAD shall not be installed in areas with overhead structures. For example, overhead sign bridges, tunnels and overpasses should be avoided. 10. The CTAD shall be mounted at least thirty-feet (30') to the side of any such overhead structures. 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. END OF SECTION Page 8 of 8 CONTINUOUS TRACKING ADVANCE DETECTOR—T-34 4123.37 January 2014 City of Corpus Christi Standard Specifications for Construction SECTION T-34 4123.39 RADAR PRESENCE DETECTOR PART1 GENERAL 1.1 Description A. This specification shall govern work required for the installation of Radar Presence Detector (RPD) that detects vehicles on a roadway via processing of radar electromagnetic waves as required to complete the project. 1.2 Related Sections A. 00 30 00 PROPOSAL FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 34 41 19.13 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT 1.3 References The latest edition of the referenced item below shall be used. A. Federal Communications Commission (FCC) B. National Electrical Manufacturers Association (NEMA) C. City of Corpus Christi 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. Shall not be affected by normal weather and environmental conditions such as rain, wind, snow,dust, etc. 1. Shall not require cleaning and can maintain performance over a wide range of ambient temperatures. C. Shall provide a non-intrusive means of detecting traffic because they can be installed at the side of a roadway. 2.2 Sensor Outputs A. Shall present real-time presence data in ten (10) lanes. B. Shall support a minimum of eight (8) zones. C. The RPD shall support a minimum of four(4) channels. D. Shall support user selectable zone to channel mapping. E. Shall use AND logic to trigger channels when all selected zones are active. F. Shall use OR logic to combine multiple zones to a channel output, and shall have channel output extend and delay functionality. G. The RPD algorithms shall mitigate detections from wrong way or cross traffic. H. The RPD system shall have fail-safe mode capabilities for contact closure outputs if communication is lost. 2.3 Detectable Area A. Detectable Range 1. Shall be able to detect and report presence in lanes with boundaries as close as six-feet (6)from the base of the pole on which the RPD is mounted. Page 1 of 7 RADAR PRESENCE DETECTOR—T-34 4123.39 January 2014 City of Corpus Christi Standard Specifications for Construction 2. Shall be able to detect and report presence in lanes located within the 100 ft. arc from the base of the pole on which the RPD is mounted. B. Field of View 1. Shall be able to detect and report presence for vehicles within a ninety(90) degree field of view. C. Lane Configuration 1. Shall be able to detect and report presence in up to ten (10) lanes. 2. Shall be able to detect and report presence in curved lanes and areas with islands and medians. 2.4 System Hardware A. For each approach to be detected, one RPD corner radar shall be used. B. Preassembled Back plate 1. Each RPD shall have a traffic cabinet preassembled back plate with the following: a. AC/DC power conversion b. Surge protection C. Terminal blocks for cable landing d. Communication connection points C. The preassembled back plate for the RPD shall be a cabinet side mount or rack mount. D. Contact Closure Input File Cards. The RPD shall use contact closure input file cards with two (2)or four(4)channel capabilities. E. The contact closure input file cards for the RPD shall be compatible with industry standard detector racks. 2.5 Maintenance A. The RPD shall not require cleaning or adjustment to maintain performance. B. The RPD shall not rely on battery backup to store configuration information, thus eliminating any need for battery replacement. C. Once the RPD is calibrated, it shall not require recalibration to maintain performance unless the roadway configuration changes. D. The mean time between failures shall be ten (10) years, which is estimated based on manufacturing techniques. 2.6 Physical Properties A. Shall not exceed 4.2 lbs in weight. B. Shall not exceed 13.2 in. by 10.6 in. by 3.3 in. in its physical dimensions. C. All external parts of the RPD shall be ultraviolet resistant, corrosion-resistant, and protected from fungus growth and moisture deterioration. D. Enclosure 1. Shall be enclosed in a Lexan EXL polycarbonate. E. The enclosure shall be classified "11" outdoor weather ability in accordance with UL 746C. F. Shall be classified as watertight according to the NEMA 250 standard. G. Shall conform to test criteria set forth in the NEMA 250 standard for type 4X enclosures. Test results shall be provided for each of the following type 4X criteria: 1. External icing (NEMA 250 clause 5.6) 2. Hose-down (NEMA 250 clause 5.7) 3. 4X corrosion protection (NEMA 250 clause 5.10) 4. Gasket(NEMA 250 clause 5.14) H. Shall be able to withstand a drop of up to five-feet (5) without compromising its functional and structural integrity. I. Shall include a connector that meets the MIL-C-26482 specification. The MIL-C-26482 connector shall provide contacts for all data and power connections. 2.7 Electrical A. Shall consume less than 10 W. B. Shall operate with a DC input between 9 VDC and 28 VDC. C. Shall have onboard surge protection. Page 2 of 7 RADAR PRESENCE DETECTOR—T-34 4123.39 January 2014 City of Corpus Christi Standard Specifications for Construction 2.8 Communication Ports A. Shall have two (2) communication ports, and both ports shall communicate independently and simultaneously. B. Shall support the upload of new firmware into the C. RPD's non-volatile memory over either communication port. D. The RPD shall support the user configuration of the following: 1. Response delay 2. Push port E. The communication ports shall support a 9600 bps baud rate. 2.9 Radar Design A. The RPD shall be designed with a matrix of radars. B. Frequency Stability 1. The circuitry shall be void of any manual tuning elements that could lead to human error and degraded performance over time. 2. All transmit modulated signals shall be generated by means of digital circuitry, such as a direct digital synthesizer, that is referenced to a frequency source that is at least 50 parts per million (ppm) stable over the specified temperature range, and ages less than 6 ppm per year. 3. Any up conversion of a digitally generated modulated signal shall preserve the phase stability and frequency stability inherent in the digitally generated signal. 4. Shall not rely on temperature compensation circuitry to maintain transmit frequency stability. 5. The bandwidth of the transmit signal of the RPD shall not vary by more than one-percent (1%) under all specified operating conditions and over the expected life of the RPD. C. Antenna Design 1. Shall be designed on printed circuit boards. 2. The vertical beam width of the RPD at the 6 dB points of the two-way pattern shall be 65 degrees or greater. 3. Shall cover a 90 degree horizontal field of view. 4. The side lobes in the RPD two-way antenna pattern shall be-40 dB or less. D. Resolution 1. Shall transmit a signal with a bandwidth of at least 245 MHz. E. RF Channels 1. Shall provide at least eight (8) RF channels so that multiple units can be mounted in the same vicinity without causing interference between them. F. Verification 1. Shall have a self-test that is used to verify correct hardware functionality. 2. Shall have a diagnostics mode to verify correct system functionality. 2.10 Configuration A. Auto-configuration 1. Shall have a method for automatically defining traffic lanes, stop bars and zones without requiring user intervention. This auto-configuration process shall execute on a processor internal to the RPD and shall not require an external PC or other processor. 2. The auto-configuration process shall work under normal intersection operation and may require several cycles to complete. B. Manual Configuration 1. The auto-configuration method shall not prohibit the ability of the user to manually adjust the RPD configuration. 2. Shall support the configuring of lanes, stop bars and detection zones in one-foot (1') increments. C. Windows®Mobile-based Software 1. Shall include graphical user interface software that displays all configured lanes and the current traffic pattern using a graphical traffic representation. 2. The graphical interface shall operate on Windows Mobile, Windows XP, Windows Vista and Windows 7 in the .NET framework. 3. The software shall support the following functionality: a. Operate over a TCP/IP connection Page 3 of 7 RADAR PRESENCE DETECTOR—T-34 4123.39 January 2014 City of Corpus Christi Standard Specifications for Construction b. Give the operator the ability to save/back up the RPD configuration to a file or load/restore the RPD configuration from a file C. Allow the backed-up sensor configurations to be viewed and edited d. Provide zone and channel actuation display e. Provide a virtual connection option so that the software can be used without connecting to an actual sensor f. Local or remote sensor firmware upgradability 2.11 Operating Conditions A. Shall maintain accurate performance in all weather conditions, including rain, freezing rain, snow, wind, dust, fog and changes in temperature and light, including direct light on sensor at dawn and dusk. B. RPD operation shall continue in rain up to one-inch (1") per hour. C. Shall be capable of continuous operation over an ambient temperature range of -40°F to 165.2°F. D. Shall be capable of continuous operation over a relative humidity range of 5% to 95% (non- condensing). 2.12 Testing A. FCC 1. Shall be certified by the Federal Communications Commission (FCC) under CFR 47, part 15, section 15.249 as an intentional radiator. 2. The FCC certification shall be displayed on an external label on each RPD according to the rules set forth by the FCC. 3. Shall comply with FCC regulations under all specified operating conditions and over the expected life of the RPD. B. NEMA TS 2-2003 Testing 1. The RPD shall comply with the applicable standards stated in the NEMA TS2-2003 standard. a. Third party test results shall be made available for each of the following tests: (1) Shock pulses of 10 g, 11 ms half sine wave (2) Vibration of 0.5 g up to 30 Hz (3) 300 V positive/negative pulses applied at one pulse per second at minimum and maximum DC supply voltage (4) Cold temperature storage at-49°F for 24 hours (5) High temperature storage at 185°F for 24 hours (6) Low temp, low DC supply voltage at-29.2°F and 10.8 VDC (7) Low temp, high DC supply voltage at-29.2°F and 26.5 VDC (8) High temp, high DC supply voltage at 165.2°F and 26.5 VDC (9) High temp, low DC supply voltage at 165.2°F and 10.8 VDC 2.13 Manufacturing A. The RPD shall be manufactured and assembled in the USA. B. The internal electronics of the RPD shall utilize automation for surface mount assembly, and shall comply with the requirements set forth in IPC-A-610C Class 2, Acceptability of Electronic Assemblies. C. The RPD shall undergo a rigorous sequence of operational testing to ensure product functionality and reliability. D. Testing shall include the following: 1. Functionality testing of all internal sub-assemblies 2. Unit level burn-in testing of forty-eight(48) hours' duration or greater 3. Final unit functionality testing prior to shipment 4. Test results and all associated data for the above testing shall be provided for each purchased RPD by serial number, upon request. 2.14 Support A. The RPD manufacturer shall provide both training and technical support services. B. Training 1. The manufacturer provided training shall be sufficient to fully train installers and Page 4 of 7 RADAR PRESENCE DETECTOR—T-34 4123.39 January 2014 City of Corpus Christi Standard Specifications for Construction operators in the installation, configuration, and use of the RPD to ensure accurate RPD performance. 2. The manufacturer provided training shall consist of comprehensive classroom labs and hands-on, in-the-field, installation and configuration training. 3. Classroom lab training shall involve presentations outlining and defining the RPD, its functions, and the procedures for proper operation. 4. These presentations shall be followed by hands-on labs in which trainees shall practice using the equipment to calibrate and configure a virtual RPD. 5. To facilitate the classroom presentation and hands- on labs, the manufacturer provided training shall include the following items: a. Knowledgeable trainer or trainers thoroughly familiar with the RPD and its processes b. Presentation materials, including visual aids, printed manuals and other handout materials for each student C. Computer files, including video and raw data, to facilitate the virtual configuration of the RPD d. Laptop computers or Windows CE handheld devices with the necessary software, and all necessary cables, connectors, etc. e. All other equipment necessary to facilitate the virtual configuration of the RPD 6. Field training shall provide each trainee with the hands- on opportunity to install and configure the RPD at road- side. Training shall be such that each trainee will mount and align the RPD correctly. C. Technical Assistance 1. Manufacturer provided technical support shall be available according to contractual agreements, and a technical representative shall be available to assist with the physical installation, alignment, and auto-configuration of each supplied RPD. 2. Technical support shall be provided thereafter to assist with troubleshooting, maintenance, or replacement of RPDs should such services be required. 2.15 Documentation A. RPD documentation shall include an instructional training guide and a comprehensive user guide as well as an installer quick-reference guide and a user quick-reference guide. B. The RPD manufacturer shall supply the following documentation and test results at the time of the bid submittal: 1. FCC CFR 47 certification (frequency compliance) 2. IED 6100-4-5 class 4 test report(surge) 2.16 Warranty A. Shall be warranted free from material and workmanship defects for a period of two (2)years from date of shipment. 2.17 Cabling A. The cable end connector shall meet the MIL-C-26482 specification and shall be designed to interface with the appropriate MIL-C-26482 connector. B. The connector back shell shall be an environmentally sealed shell that offers excellent immersion capability. C. All conductors that interface with the connector shall be encased in a single jacket, and the outer diameter of this jacket shall be within the back shell's cable O.D. range to ensure proper sealing. D. The back shell shall have a strain relief with enough strength to support the cable slack under extreme weather conditions. E. The cable shall be terminated only on the two farthest ends of the cable. F. The cable length shall not exceed 2000 ft for the operational baud rate of RS-485 communications (9.6 Kbps). G. If 12 VDC is being supplied for the RPD then the cable length shall not exceed 110 ft. H. If 24 VDC is being supplied for the RPD then the cable length shall not exceed 600 ft. I. Both communication and power conductors can be bundled together in the same cable as long as the above- mentioned conditions are met. Page 5 of 7 RADAR PRESENCE DETECTOR—T-34 4123.39 January 2014 City of Corpus Christi Standard Specifications for Construction 2.18 In Cabinet Interface Equipment A. The RPD shall be installed using a Preassembled Traffic Cabinet Back plate or an equivalent that provides input power surge suppression, sensor cable surge suppression, AC to DC power conversion (if necessary), and terminal blocks. 1. The surge protection devices shall meet or exceed the EN 61000-4-5 Class 4 specifications. 2.19 Power Supply A. If needed, the RPD shall be installed using a manufacturer supplied device or an equivalent AC to DC power converter that meets the following specifications: 1. The power converter shall be power rated at 48 W for temperatures less than 140°F with a 5% power decrease for each degree increase up to 158°F. 2. The power converter shall operate in the temperature range of to -29.2°F to 165.2°F. 3. The power converter shall operate in the humidity range of 5% to 95% at 77°F non- condensing. 4. The power converter shall accept an input voltage of 85 to 264 VAC or 120 to 370 VDC. 5. The power converter shall operate at an input frequency of 47 Hz to 63 Hz. 6. The power converter shall produce an output voltage of 24 VDC ±4%. 7. The power converter shall withstand a voltage across its input and output of 2 W. a. The power converter shall withstand a voltage across its input and ground of 1.5 W. 8. The power converter shall conform to safety standards UL 60950 and EN 60950. 9. The power converter shall conform to EMC standards EN 55022 Class B and EN 61000- 3-2, 3. 10. In brown-out conditions (i.e. < 85 VAC input), the output voltage of the power converter shall be less than 1 VDC. 11. The terminal blocks shall be color-coded insulation displacement terminal blocks. 12. The terminal blocks shall be prewired to the other in cabinet equipment so that no wiring other than cable terminations, connecting input power and connecting input file cards shall be required during installation. 2.20 Input File Cards A. Shall meet the following: 1. The input file cards shall be compatible with 170, 2070, NEMA TS 1, and NEMA TS 2 style input racks. 2. The input file card shall translate data packets from the RPD into contact closure outputs. 3. The input file card shall support presence detection. 4. The input file card shall receive data packets over an RS- 485 bus at a baud rate of 9600 bps. 5. The input file card shall auto baud and auto-detect an RPD over wired and wireless communication channels that have a maximum latency of 500 ms. 6. The input file card shall comply with the NEMA TS 2-1998 Traffic Controller Assemblies with NTCIP Requirements (Section 2.8 specification). PART 3 EXECUTION 3.1 General A. Shall be installed as recommended by the manufacturer and as indicated on the Drawings or by the Owner. 3.2 Mounting and Installation A. Mounting Assembly 1. Shall be mounted directly onto a mounting assembly fastened to a mast arm, pole or other solid structure. 2. The RPD mounting assembly shall provide the necessary degrees of rotation to ensure proper installation. 3. The RPD mounting assembly shall be constructed of weather-resistant materials and shall be able to support a twenty-pound (20-Ib) load. B. Mounting Location Page 6 of 7 RADAR PRESENCE DETECTOR-T-34 4123.39 January 2014 City of Corpus Christi Standard Specifications for Construction 1. Shall be mounted at a height that is within the manufacturer's recommended mounting heights. 2. The RPD shall be mounted at an offset from the first lane that is consistent with the RPD's minimum offset. 3. The RPD shall be mounted so that at least twenty-feet (20) along the farthest lane to be monitored is within the field view of the RPD. 4. The RPD shall be mounted with its cable connector down and shall be tilted so that the RPD is aimed at the center of the lanes to be monitored. a. Typically, the RPD is tilted off of vertical by 20-30 degrees. 5. The RPD shall be mounted on a vertical signal pole or on the horizontal mast arm. 6. The RPD shall be mounted so that its field of view is not occluded by poles, signs or other structures. 7. RPDs that are mounted within twenty-feet (20) of each other or that are monitoring the same intersection shall be configured to operate on different RF channels regardless of the pointing direction of the RPDs. 8. It is recommended that the manufacturer be consulted to verify final RPD placement if the RPD is to be mounted near large planar surfaces (sound barrier, building, parked vehicles, etc.)that run parallel to the monitored roadway. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 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. END OF SECTION Page 7 of 7 RADAR PRESENCE DETECTOR—T-34 4123.39 416 Item 416 Drilled Shaft Foundations Texas Department of Transportation 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 Slurry 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 DIUIS-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 Slum Requirements Placement Minimum Acceptable Recommended Design Maximum Acceptable Placement Slump, and Placement Slump, Placement Slump, Type in. in. in. Dr 5-1/2 6-1/2 7-1/2 Underwater and 7 8 9 under slurry 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-128-E or pH paper strips. 440 416 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 p Gravity (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'Ten-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. 441 416 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. 442 416 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. 443 416 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. 957 957 5 ft.<_Diameter<_7 ft. 957 857 7 ft.<Diameter 857 757 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 444 416 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." 445 416 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. 446 684 Item 684 Traffic Signal Cables TTexas Department of Transportation 1. 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 DIUIS-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. 843 684 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. 844 684 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. 845 688 Item 688 Pedestrian Detectors and Vehicle Loop Detectors TTexas Department of Transportation 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 requirments 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 DIMS-1 1132,"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 DIMS-6340,"Vehicle Loop Wire Sealant." 854 688 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 855 688 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." 856 752 Item 752 Tree and Brush RemovalTexas Dee of Trapartmnsportntation 1. DESCRIPTION Remove and dispose of trees,brush,shrubs,and vines.Trim trees and shrubs. Remove stumps. 2. MATERIALS Furnish commercially available pruning paint. 3. EQUIPMENT Provide equipment necessary to complete the work. 4. WORK METHODS Perform tree and brush removal and trimming from right of way line to right of way line or other widths and locations shown on the plans. Ensure trees,shrubs,and other landscape features that are to remain are not damaged. Dispose of debris within 48 hr.of cutting,off the right of way,in accordance with federal,state, and local regulations unless otherwise approved.When approved,chip debris and spread in a thin layer on the right of way. 4.1. Tree Removal. Remove trees of various diameters as shown on the plans,or as directed. Remove tree stumps to at least 12 in.below the surrounding terrain unless otherwise shown on the plans,or as directed. Backfill holes with acceptable material and compact flush with surrounding area. 4.2. Tree Trimming. Remove dead tree limbs. Remove tree limbs to the limits shown on the plans. Prune trees in accordance with Class IV National Arborist Association Pruning Standards for shade trees. Make cuts as close as possible to the trunk or parent limb without cutting into the branch collar or leaving a protruding stub. Remove suckers to the height of the lowest main branch. When removing limbs 2 in.in diameter or larger: ■ Undercut 1/3 way through the limb 8 to 12 in.from the main stem. ■ Remove limb 4 to 6 in.outside the first cut. ■ Remove stub with an even flush cut so that a trace(collar)protrudes approximately 1/2 in. ■ Do not allow limb to fall free if it can damage other limbs or items. ■ Treat exposed cuts on oak trees with wound dressing within 20 min.of the cut. Disinfect tools with 70%methyl alcohol,benzalkonium chloride,chlorine solution,or other approved disinfectant when trimming oak trees and when shown on the plans before cutting,and sterilize/sanitize again before cutting another tree.Avoid pruning between February 15 and June 15,the period for maximum insect and fungal activity. 4.3. Brush Removal. Remove brush including,but not limited to,bushes,small trees,and vines growing within the right of way by cutting parallel to and within 1 in.of the ground and to the limits shown on the plans. Remove brush from under bridges,around culverts,and in channels to the limits shown on the plans. 4.4. Channel Work.Trim trees and remove brush to the limits shown on the plans,including areas under bridges. 892 752 4.5. Stump Removal. Remove tree stumps at least 12 in.below the surrounding terrain unless otherwise shown on the plans,or as directed. Backfill holes with acceptable material and compact flush with surrounding area. 5. MEASUREMENT This Item will be measured as follows: 5.1. Tree Removal. By each tree of the diameter specified.The diameter will be measured 3 ft.above the ground.Trees less than 4 in.in diameter are considered brush.Trees with multiple trunks at the point of measurement will be measured separately and paid for according to the specified diameter. Removal of the stump is subidiary to Tree Removal. 5.2. Tree Trimming and Brush Removal. By the centerline mile of the dimension specified."Centerline mile"is defined as the continuous measurement along the center of the right of way. 5.3. Tree Trimming and Brush Removal for Channels. By the acre. 5.4. Stump Removal. By each stump removed.This item is for stumps where others previously removed the tree. 6. PAYMENT The work performed in accordance with this Item and measured as provided under"Measurement'will be paid for at the unit price bid for"Tree Removal'of the diameter specified,"Tree Trimming"of the dimension specified,"Brush Removal,""Tree Trimming and Brush Removal,"and"Stump Removal."This price is full compensation for removal,trimming,disposal,equipment,traffic control,labor,and incidentals. When not shown on the plans as a separate pay item,payment for tree trimming and brush removal in channels will be included in payment by the centerline mile.When shown on the plans as a separate pay item,tree trimming and brush removal in channels will be paid for at the unit price bid for"Tree Trimming and Brush Removal(Channels)." The limits shown on the plans are the limits for pay purposes unless otherwise modified in accordance with Article 4.4.,"Changes in the Work." 893 11,111-A'ON-1.13,011 co a 11 I SVX3.1. cog gas M XV.4 133HSH3AOO oal!a age R se R 113A. I.I.S18HO Snd80J Jc' A1.0 :lVH3N39 'is a-iLM"')sndHOl C� UZC 3JinVGX'VRflHV3MWW3'N 05 B B 0,10Z GNOS) tz: 133HIS OMVdO3 10.11.,ii�i+AWHEM I 31MIS 4M&P rjvoH llqmo..II.SGOH O...10 z 2 3 as g '2 2 N� XL L n 15. --- Egg Og Mu. Hain 1 Ij a ff Q.. aff 2. -.11 11 11. 11 I'll 11� - I w g A 2 aim sag w so aE -E t-f lm � Egg H.H �-IIIM fflliii 2 2 R I I I IsX g y-,g g 7, 1, 8, a a g t ., . . . �,a I.,�6 q RM s daF is. i.-�- v 1, s t, vaumHd- 1 2'1'a 'R P P.P, 3 s s a z M Z 2 3$5 "Ar", M v A g- LU . ................ s'- Asa' 00 L,u I 71 CY) 77 LL 0 4K 0 IL w is m� 19 oz .......................... 0 Gdb LL 0 0 r— Cf) 't Z W Z ......................... p 0 M 0 I t4 J— .................................... t9 2 zi P-.. I, W®� .�` : ins' bra, Aq, C0 p WwNwu o 669E-1'ON 111111 3181 sooinaas bu,uaaui613 ;o ;ua w;�odaQoo -} b''`3%y 0099"999 19E"I-xv=1 SVX31 SNOUVIn3a88H 4NV ON303l'S31ON WtJM30 d e� ' oole'eaa'ISE'L�31 I1SIaHJ SndNOn )O A-LID :WtON39 o § I.Q LML SVX31'11SI2JHO snd?JOO 3 cp J(7 r,'' Q_y� h 0Z£311ns'vn HV0NV'dV0'N 999 �460Z ON08) NI o p ea � �A/1 133N1S GHVdO3l 0144 AVMHEJIH 31V1S w o to o ���/ OV08 NMO1SMJ Ol0 m NOI 180S30 -777777771ON NOISIN7N0I1dwDsa0 1 A8 I 31V0 lON NOISIn31! mcj I O o o s x o 12 o 5 -w lz rc xtuzim" m - �O' aw o�w�F w�' 3 tt o= 3w �o > �-" a rc o °�pw� _a do°= ° u- i Q>° o`< 10 ��° /off o --_=�_ _ - z'3° p °cNw<o>waa��<pO���wo� "mw5w5�3w o a �m wE= m w=w m� m °LL w a m�ow 0 a �mg m=&w8�m '>==w a o000 0 m a a a g°z M. 3 a °uowwi°000arnozow namttttrcor� '° o z z > > =o=¢oo�==SG°>op�oo'o'oo&& ..a�w> »=wwww m w = �====00000aaaaaaaaaaa��o° °°°mmmmmmmmmmmmmmhm�m�r.r�.r.°»>��i o o a < _ oee g orc ° E=o.IV J..,wax °�maw��LLgaa 3 w 3.° a>� mm3 �000m am° s -m =o = o ®oo� EggEzzzz000 o o as a«Sa�Ta-J aarcamaam mmwmwmm m.nmmwmwmv,rrFrFr��»�`> 33 3 Q zo O 3 2 P 3 3 O g d aew Ix ° o >'@ g o Z lo o a r z a o S w Q wO Q g< 1, o o 5<5<55¢ _ � � waw & �° g _ o _-_ - -- -o W F 3 - - _ ° azaaaaaaammm�8m 5muuu°uuuo°o°oww1w.6wwwLLuuw67EEE—EEE I z h m m r n n 3 o rc 3 F a o w a k �m��m�mmmm�a88sao °o�< wwwwwwLLwxx= =° ��� ��� 1, wa w h 3= = o - m o .TTw g ��£ a3 3 0. o m N�� s o w� o � m wp.5� a g H lz a � ��' irw'°ao s< �' m o5� < lzoo o °Tw m � zw" c 0. w m a -- �_ pipe _ mFm wg _- - G� w° 3 �yc a _ _ 3 ° o r m.= NFy ha #F =pw g a== o ~N _ F ow. g �� LL° 6F=o N; w a 3� mo o z �= Qo w s owwa < gW o _ o p> 3 <z°o -- " ar z�1 a - oho om - oo= mea w o a ao¢¢ a w ° z ~�� u ° awo mqi� zN - N 3 2° �a a �°o a E& 3 �T ffi W�3 � w0y =° rc =€W - a moogt =a ° g pp -p wa =- u oop � z"oa o=LL p= s wy _ _ o =o _ p g w a LL Q 03 g 3 g o°o w w - oag° = m S F of o �w a ,22 waw w =g gm� € ° �c== a dg's a a wa �_ - a< < �� o too =o° a - °a -oo o w�� �= o s o w ow =woa Fla° o�w w fop w mw o _ c wm a Twp -° ow `- g sga< _ w a No m3 yaw -off - � -zgs u13y w� - o z¢'rc �a �� � o �� �_ _ ai wwN z - w 3 �w= °.a - � s o e a - m& 3N mgw3 - <3x =o mQ �> xa xww _ o m p€ o o o = o 3wwo g�z s how €ate _ow o <z o s o ms - - w_ m °w< m°m _ _ <_ _ o g op = pyo - s _ s �� o a= soy 3g° o" w g� - 3cw - - w 56 w - ��a a � a� wig - _ Lo wpo ohoQm foo = gw - - rc o ' 3z wzamm arc z QwQ of o4 =oz '� m tzo omz ° a.'='� i' 3 z' m 3 - 7 m�> 3� �Q az 7z,uw �0 3 w� �a aS u wt zu Fway p rc = -- g~w ra 1,° 'z�w '�pz Q og _ 0-m5. w< �� fag > - a< wg' az, - - Gc =F pia - _ -- - =g - _ _ o w wo < °off s - - P. °p z� g� 03 - _ o � - g �< ~owo w �5 3w - �w �� Fs= TE ° a m<� w - w�a -�w - - - _ p �_ - Q< w� w� < y ah t" _< zpE - y ° a - do � 3g wpg<° o �o p3 y sa°w ��w o a� € o w m 05 0 - - m ocs3 H6 aog - �= 5° - -_ � - �w �o � � » wsw = o. _ =a owo ago 01 0 0- 005 w° a <w go�g< - 3g1 <p �_° o �aNw �m o oW o` �z uz V. m_ ao gz ? �-qa foo _m 3>0� o> °-�w - - a3¢ m m - - _ op- _ uu rs r3 r3 =iunu u�¢3aI r a� 3�waw a`° w r� _¢ uw_ a `° ° _a �.m =aSn v ° n n rv° F m % ¢ ° os mzl�k w Jy o w m z ~ ga 0 am zoa ° w w w wmz w a rc ro mz -F a & m two uw o g ay p= am s w o p g �o < LLW °S 80 os h g EW Foww o'= m m ax oar o °� p _ -m- w S'g =� � �o° - LLa ps oho oo w o '� oosmw�¢m <w Nw o p x o s< " <s ° g °�> wsm„ o w - p3 m - xop °_ =po w Baa p <°swop t N - o ws w< °� a mo gy mN wwp o� y gym= os� wo soap , oN op € a _ _ 99 g 3= p o w = _ 2z pag o _ _ w=rasa =oo ° m w LLs w= Hl a w <w o -<�� off= w <p 3 <a o o so - ° s � zo - > posp p° <a mm NN =w s=° w o � =po 3s a a „g - _ << 3 owl m =a _ w =w° _o, __ ww -� ozag >6° ° o <z w<i ao�oou F wig p i � oo g wzw �o °a w - Ev°� <ga €a m _-w o - _ - � 3� - - 3 g WwoQ o5 a °g3- °� wO=po 000 = <� _- p - N _ ?cm3 _ � �°a -aga _ so _ - agw°` owoo - os a5o yg o° - r = a� - Q<8_ << ioa N �_ pF Fao>= °a� - <w w g o w o °J wo _� �Sa-�w o �M,,2° <wa dd. m� 3 o � ka s - �< zo� Aga w° o” x s3 € 3� °3a =g=s_g opp - _ - mss �_ - _ - -zG - - - NOLL - _ _ wr _ _ ;y G � w - Gp zg -�3 0 -<ko _< - - _ _ wa oa G 1w <° �$ ao _ _ �� a ooyz�� ww _ _ _ S�m<�° F w iy < <ag �s 5` ig os �< a„ w ° "w� - g2'. - gz>Sso° �a 8&°N�m w 3LL w - wy x� - o =w wm - -as °° �y zm °w ws g„ Z zo _ o'ig two - _ <¢ - a� Ow u�ww$N o� mrcooE= - orz rcaa n€ u�syo=Q - _ i ¢5 zt pzQw ww < a _ p o so 030 . _ - �a �� � <ez. Qow < m3< g s w_ g i - - - SQ 11 ow w z -0 xz� - z. g_ "� �O - o'�W g55 - op u �° wK _ 5 -=�`rc= 6 < � - op - °� .a zdw_ wu rc°¢ > �'zm 3s w� ��3 _ mao �U 33u .m xwa xw owrrcrc T. 0 ogN m o oyozQ� �o awo°�° wawoz . m �'w✓;, wdOS�C-LLOi'El�dtl 6WSASMV S310N N3OM-2W W,6b isaoinua buuaawbu o uaw uoda w �d, �, 669E-d'oN ward 3da1 S � � � � a 3�f103H0S 0NI1S31 } m y 0099'99e sE'+:xv, SVX31 (INV S310N 1VH3N3J z y OOlB98ffL9E"V+131 IIS18HD Snddoi }o ,lllo �V2i3N30 v o w oraLsVx31'usm o sndaoo _ _ o rn w OZ£311ns'HnHVDNVaVO'N 999 (460Z ON08) MI o � 133HiS 02Hd031 01 77.1VMH01H 31V1S —_�/ w o 8 _ GVO2l NMO1SOOH Mo Q NOI1dIaoS3o —77777777 1oN Nols,77No-l-S3o Au 31Va ON NOls— p 8 0 `0� F p Pa° r ` f -z PO ' a of �sz za LLo wzo - � $ oma= u z�°goN ` m= o F`w'Ww w w r z wpo < zp r r r p pz o u 1.3 ° z p pz w w` 0 0 0 0>n >n p LL LL p p� aN� pp �zE is "5w8ap z� N os Y gs s s s= s a s s ¢ wp wgEl °oN a g� mw ��<m °� a zLL LL� ° �o 3oy p p p p p po QW _ om ads v 4, yz z oQQz pp ww 'or ao w wpw a 5"w ..wp k'G¢, w �o - iw p a" �w8 a= zpti ,0o-o o z.2 a 1. 0 80 - 3a p $ p V Wz u�oo� apo w w`"rz H-www yan rc m �, �= o� a zo op'o �Q w ° 'o w g> zLL p Y �El wzQa ��°a�N j o V� o w z=w <z ow �x� �o p o4 - 8 p _ g w w � a � $ wQ0"60-6 p p j w _ o � &o ��gg a z op - oQp o Mpg 4 a 5 ¢.Q &Wsa w p $� wo p� _ 8� o �z - 1 wg ��` pgz �N ooz - N _ p op p ��o e N 3O a �� � p. �� w 8El� ��;° zNd p N _ w" ¢z +� a> ¢�wx off ' z �o� a p w w p w Po Oz<`w So -_p apo �x oo o z°�w F+wa p w w wo o z w p 4 o p z p p 8 p TQ,-o w z sZ p �, �, zip waw z �`Sp _ - $3 a nm z 8w w 3`s0112 oho p� 2�w& �; �pr w,�� a m = °'p" sa-9 �w� pr _ pce° w �w= , &Mino' � ° z p foo �omw� o Nm8' w o U06 MME 6 u w u jUo -ozo.ao w-M Wz=p�w� o op twm pgd t, pec z ' °kop z 8 wyo�� - o w¢ wwo gp o� p i pS ° goo a �zw¢p _° 300 "o�-wOHOa w a w zaR w �$c< p =g oo >E-o o0z�o 0 -_ ¢ u oo z o�z awl az w0 0 ' o ooazSw p8 pp LL p pp LL oz wpgw -ap a zap os opo�wa 'o> m w��s� _ z xzw 'z�ag zz °o w8g w.wo =oQF w� 9. z� _ w W.«a&N o - N < p< p w p p b p o 0 0 0 s goo o =oo = w _ pozaz s w zo z N s 1 E I I a<°jos pww=`' yz w p ow,o w" Twp z paw w o �?rw � Q 03 °Q �m Qs � Nam ooga p p p p p p p p p p p p p p p p p p p &� zpO o s p 0 �5� WS=z a o Q Mpg pW �� Naz i 50zp `po z� 000so r pow €i ozp U=W -zoaW WE Ho`¢2 oo§ m m =m�z w 2- 05 o po a °� ao°apwz oar of =3`�z G,w _ wmz or z 3 Qp€ox p LLo xw a�8 3= ��` mw� fay z" �� ° z NN� m w p p w s `apw-e < p p = po- o�aw o pw °03 a aw �c apQ�¢a R N ; w p w � a°s' " - E9pw ww �m � �w ung „e - „e = � p paw - o''e _ o s � p�zaoo zs<p zo�w8 mow` mr w mQma tom a„ a„ how=LLw, z� Gam _ r o o m w p z g �= Qz � � �3zopFo z°o �° �o Ns�z° �_ `�'�� o 1-0 o p o M,w _ op _ o z� _ pa o0 0o w<w <8aw p p 8 8 8 w N ° w` o� mop os$° p` 3 wF ` 's r r °° � p m m o o z a 3aa ow w w„�= w 8 pQz2 zp - w - '0 5�`.opzo- ° j�=�o w _� a w3 is Gs 3zLL r� G weir a<- ---- w 'a 8 p o o wop°a ww Z�' ' �3a zw 8zo So m azo =s� o a� �zow-' rc ap °°w wwl - p-m m p ” w pw�o pY �3_ w p„ p„ 8+z=pa p p 'w s z w z w o o z e �w =who z"< ° o62 o> � o- ppp`¢'o w w o 0 0 0 rcw o�rc w - o �3>gm pia - w oz-a� °gi p owm zppwp zp �QFn ops j�w p «m o rm< zoow p p pw z=per pz as p5 o=Owo a 5 z3pop�-pm €pp w�¢ ofw¢wr- z a m �op� oa oa _�p�o� °m °p =p= w �g 3 4p ¢ _ '-'p �'�� a Q _ - p�p Nwo ¢ 005 Q z > 62 az tiw ° 00w<3 osa=to S z € -0zwpor zazz �pa°° wo s w w °pz H_woz Y,01:1° az °os EwJ3 >2 g j - o PO, �$ - o o p� Q�8 �T �W o w 8>kp wo6 - m tiT o �z3w ° zw�=ae"�w ar &o F 8 ti `a Qpo zo o w8spo= ti ` = ao='' LL ow F LL gpwp $o o p p �cpp Fay z p x� g+o�m p a w ° z�a� o N o o' =oc zo z -goo a�8osU3pa <o zo Nzg z p w z�Q �`op° pp o g ° p N= pp azz zoQ o - sm �p Naos a Qboa w+ o_ u �p w - g ow omm°z aY `a 086FO�< °� z w ph s6a z� �5 p w m w r w w - �w ¢ -aW �w a o F = z ° p=wa z, 'o p < p - m ow W� o o s LLp�Bp a ° wE p =off No6p w =gip m ig pN °a 3oN°go z4 ,oacw oowo m p §p m �Qz p o o F_ ° p o �ow°sz i LL - ? a w w Boaz z -;6922H>°Nm N U w - <� _ o0 mwp p ° o p w pO 8 py 8woa�¢ T—o o N a °p oo n;nu_$ _ w wpb pN iN w =�pmw _ s° p ' s�Mm�m��m< a Nps ° p° o ° xwpw o �� o�° � w o �LL w o a soma o� opw6 w=o , „8a x�,=~m z Qo w ��wNo� oN g o--z"�w o p� z a pG o m x oz oQ apo z � a3 �x op >o i o z a wzp`w'zoNmp F °o go 0o p a 5p ww = w pow o z� ° z w� LL��o "o rw g op s� o o z s< o„ z p � w 'ggp90 o+ . ° wpm azo f� ° o w p o�u =p �� 3 aK o o �"r`a4 3�w pz LL G-zw°�a`�o 8 zy � 2° ;sd o„w p 8 °> o pp€ zz s wgp�° F z ° p ° °zx� p� °p z �° a`;wa¢�wo p� w '' wp pp s sa oopzo 8p3 m p z "wo 1z °„$ � p 5 �p w§ w s 8 zd z° wgz"w cp 8pz o wg z go _ � �> w pa o ��=p 3p � am�� w o s°� g� N. pa mO w� �a j� m; ,z pa<°puym w S p baa oz&m�Q °z oo ��0 3- �d�w w w $¢.�'z¢o� W 3w w,z '° u a a�w o�>= r &F z3 z'q�2V 4p= 8= 3p° F o w _ N `gip �zp - ° plc z N �LLowz m p zU& U&mow �z� ” m � p.s ''.,.y �w a�ao gip m = gp s �wzw' ao <o wwz °� z F g Gp, 3 a m m€o oqp>�m `g oho op - ao w i ,°-�z ° o '~` e _ o - eLL`g o o�� o` o"w�o�w�z z o �z w a 40 °€ 08H.01012 z8 0 fo '� ' 3 polo a�o - ��`, �W owmw _ v wp 'c�wa?apoppw p i '<p Qp�< gw o w °o°_ �€ o p. __ Q„ p u og oa a p w ` _ -zo - -° o� o o w �a pop=°pOo�pw �o -+4 3 S,��o3s3aa Z eo z oNp opt p=€ mO<w o �p °p+_ pN p° p pz __op°s= 8 mg- +w ap �" p pp wSzgo - W z��o r gw - ��w� pz po s�6zps” - omw Nzpg° t7o p am o �¢ ¢� a w�°_w �pma ap =� z3 �Src o�. w �� a N 3� px¢ x r-o �o �o�m zdaw�paa��w °r- �� o iza _off �zdo r-° �¢�a°�33 W wdo,Z Z'Zlldv eMv Hos 1s31 a s31oN N3o-eoo-aao 11zasn o 669E-3'ON Wali 3d81 saoinuas Z d0 L 133HS sE'+:xv3 SVX31 0099'99e S31111NHn0 031VAUSzl z 131 IIS18HD Sn"d�do'i }o ,llo WHzIN30 id ism o SndNOo OZ£311ns'HnHVDNVUVo'N 555 v Ioom 0o w C e; / � v� y 1332US GHVd03�Ol t7 J.HMHDIH 31HiS w o n 8 --_Y OH0H NMO1S8021 OHO NOIldIaoS3o Aa 31tlo 1-ON Nols,77Nolldlao53o Au 31Va ON NOls— I u u 0 0 0 w e > wd F. wd � wa d 0 a - � oQa<_ o _ S aLU po 0 o G i5 (n LU w W 2LLJ W o .. .. a�w w s z � f z ° o u N i u z o N `G O a Z LL wo a � a LU H Q U) LU 0 wd wd - CIS a ,. 3 z a o a z ooz W v o_2o -- -_`-'_t°3 3 3 3 3 Y o z ° ¢E o <> Baa Q - z a o m a "g o W £ r a a a a a Qa a a a a a a a a £ "N N m m a (� n —LEu,D6'e,dV 6mp L6N5 SALO 153-bpo-aa0 L4Z464 —S a ,_ < z±zaga % s#5 g1ili ame«mUSu ~ 4 esu +Am J 20 :mw3 , ! G \% f) ƒ m m ._ , e u ~\ � saa Awo�/ ��e,«wS ) \ - o v am�aam mo ( | / !r :` S. } r :......... _ _ : > § U) _: / ) - ( ) } \ - _ ) | )} $ }: ] )) [()K)j} _ )/\ > ; ) ` 0 ; E 2 )4 ; >> ± ( m r m ,- ! / § ; ! } Cf) ! ( )((()()§ | ui > ([ § / \� :/:)(l\/ } } )(:<)}Z\}>§ )x ) f _!})§ !_!t![ : ( y § - }: ((([{\}}(}(((((}}}}m2<Z. \ \ < \ ;; r,r:: < :--- � �------------------------——----—--- isaoinua buuaawbu o uaw uoda w �d, �, 669E-d'oN ward 3da1 S � � � � a 5 d0 L 133HS } m y 0099'99e sE'+:xv, SVX31 SNOL03S WOIdAl z y OOIB'98ffL9E"V+131 IIS18HD Snddoi }o Allo �V2i3N3O v o w o o ` oraL sVx31'ism mo sndaoo FC7 $,I�a X OZ£311ns'VnHVONVaVO'N995 (7LOZ0NO8) COIo 133a1S 0aVd03l 01 77 AVMHOIH 31V1S w o 8 4W �J GVO2l NMO1SOOH Mo Q NOIldIaoS3o Aa 31tlo 1oN Nols,77NolldI-. Au 31Va ON NOls- ow w J i o I o° �� w ami w?o °� W �° aoo N� ., 3w rc w� gayr7-" W wo FFREF =X J P. ,;o�w (� o5rca�oo�u `-9 oozzwEgd ow0 1� oznnoa lsix3 0¢z ooQQaoXyQoaw °-Omgiia oo °cr o�z � mo � w� Zw��Z d// uN wc=iQzz�ozw a fU .801,n \I w 2, .801, w Q w 300 o�1. xo wx iao `EE a o t U°JQ 000p ° W N rc rcaQ'o H z w� � E S�o�Z. Boz �Q gZ _ Uu°u zOz�O'01 OawO x ow0o;g [0 0 8„ �GOXz Z-o wO-.M.0Z X31 GI-wFNUz z- r x� �O > nSY > w � Q 03 zw K3_ w Og w W x U) ooh U) ZN o ~ iw zz z o3rc Q oz� L>L xi ll. 00 & N} 0 ° x F- wrc U a = zo�z rc UQo° OzZ101,- o "z&rc 0 �w z o O °- x° °o W z W < rc t w rc o J o g (n �. o Q °+' w U + a Q ° °oo >- ¢ �� 0 � N > w o n w H O owW mogooA D O Z LU I ^ o9o w �0% w^ m O CL CL U) a 110 Q Q S xg log Cf o55 � I � a w Nia ww Ito aoo xo w°w Roo wow Uuw yam+ w �w & im .oe °�° m wg '0 Oi a� �o w� wzo Qo _Moa lsix3 f __ -F8 a E o 0 Moa lsix3 we�sz-u Z zlldv a��ad,u-soo-aao �azasn isaoinua buuaawbu o uaw uoda w �d, �, 669E-d'oN ward 3da1 S � � � � a 5 d0 Z 133HS } m y 0099'99e sE'+:xv, SVX31 SNOL03S WOIdAl z y OOlB98ffL9E"V+131 IIS18HD Snddoi }o Allo �V2i3N3O v o w o ` oraLsVxnl'usm o sndaoo ozE 3iins NvN 555 _ _ o rn w 133a1S OaVdOAI 011 CIN7OAVMHOIH 31V1S wl 0 8 GVO2l NMO1SOOH Mo NOI1dIaoS3o Aa 31tlo 1oN Nols,77No-l-S3o Au 31Va ON NOls— I u 0 0 $�M o i 00 aQ zw_ 3� o Moa 151x3 Moa l 3 w - o Z g zo �a a a ° N8y xo� ° o �� xo� � m �7m KO - °F °F= MOm �p " ti w� ti wO° ,ss ol,sc ss of sc.. ooa� wg - o� - o° �Y w Iz x xo w z ^ J ti Z. Y Nog Y 'H o oz� O go O o F > ° h o~ R e Q w Z o o x " &� z > w 1 O � o =$z O ui =o" - ° wzw W � _ J � w 0 o Qo m U_ Zz O M 0 Q O zz a Q 01. w v ELM s w w (n 00� o rc U) m 1. w O fw0 0 m z � z I O � 3 U o wz y0� i O ° os Ro w < r=p CL A noz J iLL gg w m m xo 0'o ff= o.i o$zu z o w3 S z w w�a °o °wi rc - o o wy www o ° oaJ��aoo�o wo3Nww§oz Moa 151X3 -- Moa 151X3 < S N. Opaaz =oQoo Ow d o wm - °w o two a o'-wzrcwosua N oo w--rczzzi Hi noaw°h wz ?ww g°z o� _ oo - <= w wwizzjzw,� . �o ao o 01Np °z�ozw 60 RE Z.HmRz —N °z.KzNo we�oz-u Z lldv o�zad,u-ioo-aao �azasn isaoinua buuaawbu o uaw uoda w �d, �, 669E-d'oN ward 3da1 S � � � � a 5 d0 E 133HS } m y 0099'99e sE'+:xv, SVX31 SNOL03S WOIdAl z OO1998ffL9E"V+131 IIS18HD Snddoi }o Allo �V2i3N3O v o w y ` oraL sVx31'ism mo sndaoo FC7 $,I�a X OZ£311ns'VnHVONVaVO'N995 (7LOZ0NO8) I° 133a1S 0aVd03l 01 77 AVMHOIH 31V1S w o 8 4W �J GVO2l NMO1SOOH Mo Q NOI1dIaOS3o Aa 31tlo 1oN Nols,77No-l-S3o Au 31Va ON NOls— _nnoa lsix�_ __Moa lsix3 __ g F ° I <oo Jo¢RE o = w o op°zo u y wH"i ao - � ow ao��� o gLL=� =x = w - 9 �oz°awd�o ooo w * z. pozz o ffuwa6- 0000wz u= o w °z oaoQ_ w of `�o iia - °o 0 �o om oiWWallo�U' & Uua la 01�z&= �i Q� N app w8�wzww w pm61 - pjUww� S =o ¢aoR'o.zo w3 210 §T z S j oQ ox 00 RR 55 w a:2 � Im rc� -o Z. P� �rc"z w Hw°w >H, m� w .0001.99 r W zz o z W z > AllS = 0 m ~ .0ZoOao -ON w00 .0001.99 F- w8p C~(j)� NM Fp- ° Wix wg a U) �a' 3 J N 2 wmIona Q Q o� (n b� U U) _ Q CLl U d O _ CLl 1. U ~~ CL O � O� w ILL O O+ N 5 W p 0 } N W ° ��- M Z ry 44 W M z w z �3 U) 1. � a � � �o x wo x� X 0 —tcc w Y o 3 w N1 d Y O o z M� wow - 0 zz �� ms °s 00� oO, .0 001.99 owM � o 90 - m°Z rcx3 R z- o'er.. a xNo P.Iz3 oo w -1 mJ050 -arc x NO °� X°F�� a w b3 g = 0.0 - w � �'.0 e o1.o .a B o1.0 s u� OW-0 w oo w2S S L_ -whoa 1six3- w� -nnoa 1six3- wd uazzlldl o�ead,u-Boo-aao �azasn isaoinua buuaawbu o uaw uoda w �d, �, 669E-d'oN ward 3da1 S � � � � a 5 d0 7133HS } m y 0099'99e sE'+:xv� SVX31 SNOL03S WOIdAl z Aly 0018988L9EV+131 IIS18HD Snddoi }o Allo �V2i3N3O v o w rn o ` oraL sVx31'ism mo sndaoo FC7 $,I�a X OZ£311ns'VnHVONVaVO'N995 (7LOZ0NO8) °'I° 133a1S 0aVd03l 01 77 AVMHOIH 31V1S w o 8 4W �J GVO2l NMO1SOOH Mo Q NOI1dIaOS3o Aa 31tlo 1oN Nols,77NO-1-s3o Au 31Va ON NOls— z ~ Jo I z °° ub aoNp owo ooy Qoo$?o u .50 - g �z o a �to ammwgt2,8 a u 0 o z o oo5rca�6ow� o 6� Boz o� woz°zwigoz5 xZO ao mo a� o ww aol-0000awz i�< 00 0 ¢ wowyo° ° z 3a f 3w °f Qo �o aF h�aoa6 w nnoa 1si0 Ro x3 ° Moa 1six3_ MI0 U m 115EE�wwLL~ °1w5EEoua as � .I .�ww cerci �z>� x Nloc� 5M Nzzwys o S q<= oywc.p o°w FW °zz�w < wSolo. N�p N w a8w3 oLLxow= '05iR � OMZ< 00 b n=Imz a Q Q �Q w 0 �- 0 w w W W a a ° 1 "mowwl = Ns� _ �oo� „oa > o bj sopa > o ° o oo rc a� N a z p z + O S ~ F w O o °wpw - H 3 ol W U o W m ° - In m J J w w Q �� Q + U + z� U og w < " CL oo Roa �' " 0 — ~ H 0 f°'- o 600 a xgll (`] Nw� o W zO Www n (O m a w�N U w -� a ° m �w< U a m x o wp CL $o W 10(n 0 w U) n=ag 1- 1 - Ko 2 u ' iz = .o uw '$g �N w� K� 03 o 00 °°'w nnoa isx3 - nnoa IM3 w 4— 0 g= o S= 0 .e�ol.es rc ai ol.cs wdzsz Z'Zlldv a�>ad,u-soo-aao 11zasn isaoinua buuaawbu o uaw uoda w �d, �, 669E-d'oN ward 3da1 S � � � � a 5 d0 5133HS } m y SVX31 0099'99e sE'+:xv, SNOL03S WOIdAl y o �sy OO1998ffL9E"V+131 IIS18HD Snddoi }o Allo �V2i3N3O v oral sVx31'ism mo sndaoo aC7 i,�l, ,y OZ£311ns'HnHVDNVaVO'N555 (4LOZON08) �Io ea` � 133a1S 0aVd03l 01 77 AVMHOIH 31V1S ���/ w o 8 � �J GVO2l NMO1SOOH Mo NOI1dIaOS3o Aa 31tlo 1ON NOISI77Nolldl-s- Au 31Va ON Nols— 00 a-awawp u B .Zl F zo� Q u o uu W o O & - w Q o & o o j' oo C - W m w oa H y Y y _ X ` z �o w w �Q Z 0OE— M-1sIX3 --m �Z W o E CL o� i ~ y e F 8 w oJOw 62-0 Y oy Eloo.. p >a� H�� XO0 W O x0 y= o w w WUo0 �w NL m 5 y� No �� O Udo f g� U o� d 0 0 W ? F- 1; s 6 0 u 0 J + m Z_ w o m .rs- _U Q 0 W ^ ~H z w �� d co O ~ o Oo- M x 'o m 3 � a of - ? o ~ O O ml o xo�o� W + [r W w° a Q d U a ° � om w -z a " 0 E o W w oo 0 op o o00 -�2m w o wzz. m� z5 s� zp »5= y o0 m m°o i o S= ozaazzi m 019 oW��oa��aa rca o_ Now w �o��w p oog �ww'i8 w zo J Moa isix3 ` ow0005FNrcPooyow y�w�ozz �3 0--o °Oowg o Wg - ;ow iaz5Q woo .0 m _ w who zwo ae °'l-!wrc�m',oa-z z w N Uo w�-rr 0,F9.0 m3m - off; _ 29EDz $y hoz - a= o wwzzzZw � `so ao o z. PH, iw ���z s°d d - an°-uzow? wdzsz-u Z'Zlldv e�sad,u-9io-aao �azasn isaoinua buuaawbu o uaw uoda w �d, �, 669E-d'oN ward 3da1 S � � � � a Z d0 L 133HS } m y 0099'998 K.,:xv, SVX31 �OHiNO0103fOHd(INV inoAH�-nV2JAAO z $3'� �or9L sdx31'uslaHo131 IIS18HD SndNOo }o A-Llo sndaoo �V2i3N30 v o ^I rn I,y OZ£311ns'vn HVDNVaVO'N 999 =_ �7LOZ 0N08) & a � y 133a1S OaVd03l 01 74 J.VMHEJIH 31V1S 1. o 4 n � 8 ���/ �J GVO2l NMO1SOOH Mo Noualaos3o ne 3ivo oN Nolsln3a Noudlaos3o ns Siva oN Nolsln3a KI 133HS 33S 311I1H.1yW oF` —. r � r y zn sJ.ao as xvs " m o F< � m KREJCI WRE � v W p a a o 0 0 0 0 0 � g � � U m o '" � � o z 3 3 0 0 0 6 0 m m �Q O 0 0 9 0 0 0 0 0 0 0 0 0 0 0 Q MB � g woStpR $ $ 8 'o $ YSZ w , aasa – m " x R F 0 $ $8hh8h $®$ $ h $ m m m a a a m „ ^ "=p � °�w g �a Y4m � v + m ° m m U P ��V epNNEt cUUat U v, v, zw z U „ m m a p m x " Zn m $ $ $ sx $ wm mem mmrmmm mrm m Pm � PP � P pr m won � � nn � � � � n � n �F N z aaa a s as a as as m m� W z m m m m m m m m z z mzw ,Z o 0 m � a a m m neo nm e z $ $ x s zee � Qo om m m $x a w W w - m N z w � m a m ° - p m z m � I i sSOET DRIVE j F F F F F F m SII a O 8 E3 �^ m o o a A A A � 8 8 m m o ^ m S mw m r .,.. _. y m DRIE mom$ o m w� n a z e .-E .. o� 51 51 ig" Z wM g 8 8 8 a o $ gLL m m g g m m r m P o m 0� m r r r r r r r U ^ 0 r _ A $ e e o m U �2e 8 0 weesz-uaz`z,lev emp iaiNo roaasnm nva3no-uo-aao Iazasn isaoinua buuaawbu o uaw uoda w �d, �, 669E-d'oN ward 3da1 S � � � � a Z d0 Z 133HS � z � } m y oos9'99a sE'+:xv� SVX31 �Oa1N00103fOad(INV inoAH�-nV2JAn0 z y OOlB98ffL9E"V+131 IIS18HD SndNOo }o A-Llo �V2i3N30 E o w sVx319ism mo sndaoo rn c_1 X OZ£311ns'VnHV0NVUV0'N 999 _.._� (460Z 0N08) `Flo a � y 133a1S OaHd03l 01 74,kVMHCJIH 31V1S ���/ w o n 8 � �J GVO2l NMO1SOOH Mo NOI1dIaoS3o Aa 31tlo ON NOISI77No-l-S3o A8 31Va ON NOls— 8 I 0 a m o o rc 3 3 0 0 0 o z @g �` @gpgg x 10 N a € $Si88fl fl ... om OPO rc rc o w o �oePa°a / w g o R fr S g x F' H H g HIM�' � � �' �' a 1. o 0 u orvo F w F g a' g w 1 <V" Z 8 x o �� ®ass®ssss�"s 19 m m m m m mmm w m z w � � ���MR..�M W w ^ � �w� � �"�w�" mzwm 0 w n p " u O w g' £d F 2 $ R m �q & `R iR $ w ry v R n 0 8 ^ m ry m 8 2 w w m � r, J`, m Z w m m ^ 215 n F r n n �j of^ g m w zwDO w, a z .- ry m v w m r g � a � � a stym � os � � a ms w r r a � ^ r r r r m � w - m m aaopO/�^ m m T T Q w z SP CL o m - - m - M p wm m ry oz 0 r o Z E 9 is € F tCss°e° S J 8 A 8 8 8 & &' x $ 8 8 8 A �. s ¢nm N. K r o n w i RPa 8�4° I �/ Z4O U o n m va 8 8 g 8 8 8 8 8 oz $ 2 °RNs\OH n Sat ",,,, DO m z Z 8 E3 n 0 N m a a m o n p P w .�,,,,,,, O z 8 8 ' A A A g a s fr fr a s fr fr 8 m' n � � z FMDRIVE z o 0 m o r w z r r r r r r n r r r r r " r r r 2A:.. Sae z F` m ❑ zg8 H 2 U ,,..... m 2 v, ry 11 e n � o ,.... V�p z w & r r r r �Np a ..................... m s a o o ry ry m m m m a U U 8 � SCJ 133HS 33S 3NI1HOIVW 8 o g g p p g g p g g g g p p g g p g g g g g a m is 6 g - $ F � F S wey$z-uaz 177, emp ialNo roadanm nva3no-zio-dao �azasn i 669E-3'ON W?Jld 9,181 sao!naOS 6uuaau!6u3 jo 7uowpodap w , ooss'sae SVX31 dVW H32iV 3JVNIV2i0 00 L8 988"Ls£"l+131 o ll Vl SVN I T = Al' I1S121H� Snd210� { lll� V323H 3JVNIV2i0 w �' 5y 1o68L StlX31'I1SINH�sndHO� a pi a.'y3 Y on 311ns'VnHVONVdVD'N 999M- w �h60Z 0N09) 133211S 02iVd03l Ol Vh AVMHOIH 31V1S w o u~i 8 OVOH NMOISGOH 0l0 Q NOI1d1a0530 A8 31tl0 ION NOISI77N011-0— I I 31VG ION NOIS—H A Q o} Q Jr n a ¢ dr m a a Y ¢ < ¢ ¢ < S ¢ ¢ ¢ ¢ ¢ ¢ < < ¢ ¢ O O ~Is Is 00 a o.o. i Wwwwwwwwwwwwwwwwwwww LL w a momomoomlomomomomolololomomomomomomo o -aQ goo Z o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o m o F��oof $ W Q rQ o 'oy`-93 w�. o o wyf mwa� i Q z o o _ w�fw orc W m y m o y m o w aa�N�� _ 3 C7 Q N m a a H�i°�w�Z°a - o �owwo Q O O O O O O O dgHm--> o" A 1 a 1 a rc 1 a a 1 rc rc rc 1 a 1 1 1 rc a a wx Oz���y��IRM wa o o o o o o o o o o o o o o o o o o o o o i~ �m OOOOOOOOOOOOOOOO OO OO r n - x uwRENEOR n , r it d d paNeaao n , o o o _ d o o r a 05, z E CJ4' p pp , 6 v G b X32 Q 6 ' +4 0 liW o w, e G wdez oz'Z,dtl eMv dvw tl3atl Nitlao ntlano-�atla-aao �azasn o669E-3'ON Wsa!— ali 3d81 S p a—a Q -da w d, k, 7 d0 L 133HS ml zI } 3m y 0099'998 K.,:xv3 SVX31 SISAWNV NIV2Rl NHOlS z OOLB98ffL9E"V+131 IIS18HD Snddoi }o A-Llo :V32H30VNIV2Rl v G ,o wr9LsVx31'usm o sndaoo o Fp rla - X OZ£311ns'VnHVONVUV0'N999 (140Z(IN08) Flo 133HiS(IHVd031 01 77 AVMH0IH 31V1S w o co 8 4���/ �J GVO2l NMO1SOOH Mo NOI1dIaoS3o Aa 31tlo 1oN Nols,77No-l-S3o Au 31Va ON NOls— �3 a x� Z � $ w F p - "€.s V mem M�Po �w3 0 lz oN� a v m w o w m O m Z 19 w w Oxxx _ o "ui�ui ui ui ui ui ui ui ui�i"�ui�ui u ui ui ui ui ui"i ui�i ui�u�i ui�ui u ui u ui u�u�v� w�l w wi w wi w wi w wi wi wi wi °OO 0 0 0 0 0 0 0 0°O O O O O O o 0 o 0°0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ASL'Smo SSSip �2 S l7 0 w V rn ut LD m a ,e m n n lD M n n W N a z W Q G! ,G V7 N O 111 rn Qa a m m ti o o 10 M x .,,� _ .,.�d o .,..,, � O �PoBm'8�'wo�8�'�S�'��5�'m$mss W W 9$$o$-$� C , d' m i.n vt 10 SS S S SS U E z O m U1 01 Gt N l0 Z W � � d � W Q E x C d' 01 W O ut ti ti w w w w wi i w w } ° o 0 oW W z z w s L 5 N Q S o S S S ry S e m l7 w m a O y 0 m .ee Q2�agSoFmho 4 98 z v e o = w ao 0 0 o 0 os�ssg s$m x x x = = x di p u, wi w w wi wi w g JO co co co w co co = 01 01 01 0� 0 0 0 0 0 0 0 0 0 i gS S'S'S SS'S e 0 0 0 0 0 0 6SS� aS 9 H H9,5.9NUMM f. Kf9 a w Q w a z 8�d 8888�8��8���8888��888�88888888888t88888j�8888�88888����888888 a a , � 6,6 8^ S8$o8^0 11..1 1.. . .1 m.�S m.�$ 1.o olio 0 Allo 0 pilo A w w 0 0 0 0 0 0 0 0° coo 0 0 0 0 o° weesz-uaz`z��ev bMv sisnivNV Nivao waois-zava-aao 11zasn o669E-3'ON Wsa!- ali 3d81 S buuaautbu3 p a-a Q -da w d3 k, 7dOZ133HS } 3m y 0099'998 9E'�+:xv3 SVX31 SISAWNV NIV2Rl NHOlS „M - Py OOIB98ffL9E"V+131 IISI8Ho Snd80o Ip A-Llo V3HV 30VNIV2Rl v G or9L sdx31'uslaHo sndaoocp OZ£311ns'VnHVONVUVO'N999 - - (7LOZ0N08) ea°" � 133HiS(IHVd031 01 77 AVMHOIH 31V1S w o ���/ 8 � �J GVO2l NMO1SOOH Mo NOI1dIaoS3o Aa 31tlo 1oN Nols,77No-l-S3o Au 31va ON NOls- 3 I o ° u m o 0 W j LL x z o.°oW F u ry n ZO m p �,a0O Nz z v �Ng w 9,999,999999, w Nzo 0 o � e Wm �.mmmmm mrvrvm mmrvrv.»rvrvrvrvrvm..ry rv..rvrvrv�..�m Owx� - $ $mlu u _____m$m________m$$ $$$ 0000000000 E x 4 m o -3 m ..rvm.r m v.r mv.n� .% .n m m m.m m e d e e e d e 6 n n n n P m w LL - TE' TT888888ATSA888888�A'ATA�ATA�A X _ �P m - ww ww p o „' _ _ __ 0 000.0 ._. m o o Z Y o 0 0 � W O _ p _ 2 $.m H �" w Po 11 a (n W F w ag z - „�, 000Soo W X w w w w w w J - �88�88�88 888 88� m888 � 88; 8�m a ZQ - 0 0 0 0 0 0 - _ a 8 8 8 8 8 8 8 8 8 8 8 m 8 8 8 oO1,'�"8 8 8 mi.u m Ei X88588 E 8 Fg 88588E8888588885",,88,,888588�888 E 88885888'888 E" $ o a a u o z a Q E.Y a"o z ` X88 88 8 1-88 c Y 3" o'.�, iQ aaa ��a 90909 �dod 'To0 0 ______ W 0� 0..0 0 0 0 0 ."." 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ,w.�.w,,w. 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m 0 0 0 0 l 0 0 weesz-uaz'z7, bMv sisnivNV Nivao waois-cava-aao 11zasn o669E-3'ON Wsa!— ali 3d81 S p a—a Q -da wd3 k, 7dOS133HS �IzI } 3m y 0099'998 9£'�+:xv3 SVX31 SISAWNV NIV2Rl NHOlS e y OOlB98ff0E"V+131 IIS18HD snddoO }o A-Llo :V32H30VNIV2Rl v G or9L sdx31'uslaHo sndaoo OZ£311ns'HnHVDNVUVO'N 999 (460Z 4N08) COIo a � y 133HiS(IHVd03l 01 74 AVMHCJIH 31V1S �w, o ���/ n � 8 � �J GVO2l NMO1SOOH Mo NOI1dIaoS3o Aa 31tlo 1oN Nols,77No-l-S3o Au 31va ON NOls— gni m;gyp s Q ��e <wo x u 3 N D w O Fo M m 'a, OW5 o 7.1 s �k 8g 8g 3Q Nww q m m a N N 0 8 mM � � m z 0_ D spa ml&gym 9 gSm mS&��&SSBm --------------- s a8^ o'a K O e Go aaG pryG G G G GG Emus $ S .� 2 2 > z 2 2 2 2 Es - ..,A., Y � a Was. P o S w F. �ff� oS ` c, K o c,oc,o oc,oc,o�o..... w o rc $, Y a TlY O � aff kaa G�a Gsa aso GGGasaaaa GaGaaa aaG SS aaG w O Q _ _ Iff_ �- _- _ v G S Y F k,,-m s 8saa a s as s ss s a E�'4 a m ��a Pe;as����_��� s P .��� m�es m�.aemm�m8 .amP�^ m N € . a � a ., e w Ns ass Jpssss�s� e X _ Q- z-g a ° m x � ° — sae sea ss®e�sssss���ss�s�ss�� s� ss sss� o � J U >z Y"z555?>>>>>m> ¢ &m Ps&a && gS r �� oVV e U UV ¢ ° € a5 9 t n Q o E sss ss s s ass assay s r r- $ o e ass aoass ". os �� � �sss ss�Hssssssarss�� E�����ss�s����� Kim rt E o z m x m ON-10040- -0 z w z N 0 888588858888585 888888888888588 888:885$00$588 3 w�� °'8588 X8888885888 ¢m a m¢m m 5 m '�a m u a a y a m u o a m u 5 m¢m u a m u 11 a ?¢m¢ q u o a m¢m ¢m 5[m u o ' m. 888�0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o o o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o a iii � 0 8'0 0 8'?i x ii xis zi x zi WMl Ml M,Mla_ wi wi wi wi'wi wi ww w w w wi wig z w --- w 000000 00 0000000000 0 0 0 00000000 0 9 1 0000 000 0000�'�'�'000 0 0 0 we¢zz-u Z'Zl,av B-Psl ivNv N-0 waols->ava-aao 11— o669E-3'ON Wsa!— ali 3d81 S p a—a Q -da wd3 k. 7d07133HS �IzI } 3m y 0099'998 9E'�+:xv3 SVX31 SISAWNV NIV2Rl NHOlS Py OOIB98ffL9E"V+131 IIS18HD snddoO }o A-Llo V3HV30VNIV2Rl v G or9L sVx31'uslaHo sndaoo ap 'k ie% ,y OZ£311ns'HnHVDNVUVO'N 999 — — (140Z(INOB) �I o a ea` � 133HiS(IHVd031 01 77 AVMHOIH 31V1S w o c ���/ 8 � �J GVO2l NMO1SOOH Mo NOI1dIaoS3o Aa 31tlo 1oN Nols,77No-l-S3o Au 31Va ON NOls— . qC> �9 a am q v z g E v $ m X F u 0 z – i 4w r o m m m 5 a 5 a a 5 8 Q m –" z F o w z � m m m ry ry m m rv�ry ry ry m 0 —0° o;a'a 1–m O� O w D 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0°0 0 0 0 0 0 0 0 0 0 0 0 Mo 0 z¢a m 2=I'xx m22 mmmm.z m mmmmro m w m mm.z ro '^w "ix2xxy xx22 W �a — pap E N - - .7 .4. _ w O o v o o Z u g ppp oa rc rcooaoa0000a aoo 0090090009 00 z an° rian arian as -.-'° --. -ry O y 3 G m$ .i,'^I d�I, N ¢ o Faaaaaaa x x p p w E s aaaaa 9oo9a000009a000009ao99oaa9d99oaa9d000aa9oo99aa9oo x ° °m o W w £¢ U ao 0 2 p o m } 2 Z S R F a w A � ...,. �..... .` ' o o o..o o o o o o o o oio o o o o o o p p p pp ❑ S z �zz >zs&vs a m oz .app E p o N z9 a a s s� x SM x s �� o = a xa E � rc wrc� 0 0 alp, . . 9999999 o rc 999 I Eos \a S � z x m ¢ Y o z N mmmm rvmmn .n� .n u�m�n o � ry ry ry ti ti ti ��N ti�N ti ti ry ry rv��N ti ti ti w e' _ Q w �...Q aww �w �w '$ wwww � $roww w $rowwww Iwo z E n z m v 15 . 3 z u 0 0 0 0 0 6 0 0 0 0 0 6 6 0 6 6 6 0 6 0 0 0 6 0 0 6 6 6 0 0 0 0 0 6 0 6 6 6 6 6 0 0 0 0 6 0 0 6 6 0 6 0 0 0 0 0 0 0 6 6 6 2 a ti a o a a......ro a a.....iny m a m..a a m G o a m a......m a m a.... d d o o.m, �^, �' o o o o ry r o d a a a a o o a o 0 0 0 0�0 o o o o add d o o gg o d d 0 0 0 0 0 0 o o o 0 0 0 0 0 0 0 0 o a o 0 0 0 0 0 o o o d o i l i o i of of of� i i o i i i m i i i i i o i om8o om8szzzz___——� w m m m m ro moo 1.moo 1.m m m m m m m m m�0 0 0 m m m m m m m moo 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 000000 0 000000000 00000000 00000 0 0 0 weesz-u Z'zllev bMv sisnivNV Nivao waols-sava-aao 11zasn isaoinua buuaawbu o uaw uoda w �d, �, 669E-�'oN wale 3da1 S � � � � a 5 d0 L 133HS } ?m y 0099'999 9"I,,:xv, SVX31 00+6L V1S 0100+0L V1S NV�d NOI MVEICI z y OOLB98ffL9E"6+131 IIS18HD SndNoo }o ,lllo NOIII�OW30 s _ = ml o W �or9L sdx31'uslaHo sndaoo F 4W�a ,y OZ£311ns'HnHVDNVUVO'N999 �4LOZ0N08) � 133a1S 0aVd03l 01 77.1VMH01H 31V1S —_�/ w o 8 _ GVO2l NMO1SOOH Mo Nouaiaos3o ne 31vo oN Noisin3a Noudiaos3o ns Siva oN Noisin3a $ � I \ �1 110 Z 133HS 331 OO+6L NOIlV1S 3NIlHOlVW --_--_ o �\ o og N oow F _------ -- -- --- \ mo ;a �o Jgy��a ��zJ�� w i> zi m jOF wo8=a� z �o ow �odwmm '"o oz Nw o a w z \\ tz oz S oz�o Mwoa� w w m w� z m S oQ 1ow�o �z�>z5z o 0m �_ o �w tz w.Mrcza o 3ww.1 ZO ° 3 \\\ ® oz No a oo m 1 3 1 m foo d�,� wo w o \ g wj 20 wo Pl p 0m P m.az a ao o= w o -om 3 y ma w \\\ <- ' m .0 ZO 1 U m wE O E m m 2 mm m 2> >z 0 om a G m rc �U I- -- w 1.Z (MOa.09) 2 --Z w^Fwd 3AI8a owo w $"$. m wLLWO > �dio > o0pa ii3ssmi 1 m s z > w �+ yam Moa f a rc Y Q 3 rcu z w w I(Moa s 9W o J m aJw.0w>a° °�MOawmwmmw° a Wj � 20 00 °0 W10+T. - 2. Z 3n�a0w>°$m = 2. i � wz ° .w � g � o0 mzewg ° w wm�w- S° y; o �m Qo0= �11 0> �a m o � www $�zz0 So s+ 3 mRo _ �= �= coo Sz �w m w3 0 O{a- w2 ZO oo - a 01 rco<O " � w- am m rca f J 20 r O� �0 o m� I w rc o o O o w' ¢ a°z w ow � G of w m° .m 20 .20, m FW a ¢¢ ¢w ,K / ....Zw rcz I� I...oQ powrc/H 1bbz ° °� >i aw> LLwwz Uo_ oW wrc> x°> z Moa ovoa�lvz� _w & X3W X31 0> Q $� oz a " o rcN zY Z. z W 3 00 �0 w Suw rcw am E0.2 wG �z 8o 2 'o w ° F >0 w m 1.x�o° pO w pm 2 o o < m �z w � w>i ��`m io o � n 0 � o w > .... m m w >rcm° l o 1 ~ �8 w w n z 9 (Moa,os) 0 "G 3 y AAIHG 0_ A2i0101nm- m¢ (Moa H1—--A) 6 m w b7M � 1.VH°JIH 31ViS) 133a1S S3N0V aow 2m.0 ALF ``---- -- �-- --------- OO+bt NOVIlV1S 3NIlHOlVW wdesz-uaz'Zlldv omp ww3o-la-aa0 Iazasn isa!— buuaawbu o uaw uoda w �d, �, sss£-�'oN wale 3da1 S � � � � a 5 d0 Z 133HS } ?m y 0099'999 Ls£'L+:xv� SVX31 00+6Z V1S 0100+6L V1S NV-1d N0lil-1OW30 z y OOLB98fft9£"V+131 9 I1S121H0 SndNOO l0 1110 NOIII�OW30 s w o f _ = rnl Q W cv '� Lor9L sdx3i'uslaHO sndao0 o " F 4W�a ,y OZ£311f1S'Hf1Htl�NVaVO'N555 �4LOZ0NOM � 133a1S 0aVd03l 01 77,kVMHOIH 31V1S —_�/ w o 8 _ GVO2l NMO1SOOH(1�0 Noaaiaps3o ne 3ivo oN Noisin3a Noadiaps3o ns Siva oN Noisin3a T. 0 oa zw zz w ow w K'ok moa �o o _�� ozMZ �� �z Jzz�oF w�izw� g I ~ ~ mzMBUoz�° QBomaw° °�8 ow oz-wrcs z 0 Z 0 _ 00+bZ NOIlV1S 3NIIHOIVW S 30£133HS 33S 00+6Z NOIlV1S 3NI1HOlVW _ ° Y k Moa > O 00� w J NN - u o 3 (`�(Moa s s>) > o 16 1°` o 3�0a10 �m m _ ss+o� $3 00V mm w a w m m oa OL o w > mo � aO�.IVN N m $0 m° m w w G >O Ow w O F m a mw 3 ,,... Z 3 g f� mw mo pm & w w0 _ \01R w 8,0o� g �m qawmw,„w> x°FmFo m ° mx3m uw wso�ai> w Y0 w ww z ° °zfm Z. , m o O � °> z 1o0a g oQ mO _o O rcw �w >ww No mamowa oe 02m wm °Q 8 0ww �Qmg > mm w 80 ol w ow m \\ w w w m p� m o ow w wl\w m rca w,wp, °LL wo w >fwwz E z m pm w �w > mm wz ,O > 8 wG ma .o ° a >ww w m ° x rca >w m o F rco \ �a gt w � ° ¢ w �@ m _... w n z S. 0 l 0 Q > > 0 Z°m w F 0 81 �wZ rco 1 , w f. Zi > mo wN m m y fo m a J W,Z< U) < � w w wm y� O�m I d m+� wW fe' w U¢Um .0 WR m� ... mm Ow w0 O w wo °� (� w w rc Qm f w w a(� z 00 p �m ¢m w \ 3 oz >g gw Y fit . rcm m 1. .1 0 rc� wZ m y m m wa O OF Doff m w wo woo ow w>Y 0 ow > 8 0 a a rc° w am 3 w \ o w .... 1 z \ o w Mw K �w O. w .. r Mx w5 >F ,.gym w m .0¢ ° we ... .. Moa- R0 8t mow 8 >a. w� m 8 & rca N aQo au o f m �o S SAXET m rcw m ow2" DRIVE moi $8 o �_ RO 2Z,Z, ma (60'ROW) m �g O�� rca 0> > u= > w > wz o �o a Moa , 3 rca3 z y > °s o J "o 0 sw mw rc - ma �w m mo my _ Z = >= mo w w - m- 1.Sw 1 rcm w 01 Gwo wLL rc m� m0 w wQ rc ° _ m _ � S 30 L 133HS 33S 00+61 NOIlV1S 3NI1HOIVW 00+bZ NOIlV1S 3NI1HOiM wessz-u Z'zllev omp zow30-za-aa0 11zasn isaoinua buuaawbu o uaw uoda w �d, �, sss£-�'oN wale 3da1 S � � � � a 5 d0£133HS } ?m y 0099'999 s9'�+:xv� SVX31 00+6£V1S 0100+6Z V1S NV�d NOI MVEICI z y OOlB 98ff0c,131 I1S121H0 SndNOo l0 Aili NOIIMW30 s w !i fno P _ = r or9L sdx31'uslaHO sndao0 W,111"Y oz£311ns NV N 555 133a1S 0aVd03l 010 bO.lVMH01H 31V1S wl o m 8 4*Z GVO2l NMO1SOOH Mo Nouaiaos3o ne 3ivo oN Noisin3a Noudiaos3o ns Siva oN Noisin3a 0 oa xp a zu I ® pw im S1�a °w ww—i0m �Jz 0�-� -mz g1< =- jo 'Eug SZ. MOda o zw ° ia�ooQEowom � o 0 (K 0 9 z OO+b£NOIlV1S 3NI1HOIVW S 30 b 133HS 33S 00+6£NOIIVIS 3NI1HOIVW 0 o z 3 A w i g O ¢ z z wzw (� 1 0 - I Z. w � �y �a w m mo ° m ww > w z oz o w �_ >s °F Uj Ow ? isaoinua buuaawbu o uaw uoda w �fi, �, sss£-�'oN wale 3da1 S � � � � a 5 d0 b 133HS } ?m y 0099'999 s£'�+:xv� SVX31 00+617 V1S 0100+6E V1S NV�d NOI MVEICI z y OOlB98ffL9£"6+131 I1S121H0 SndN00 l0 1110 s w %o e t _ — NOIII�OW30 0 W v or9L sdx31'uslaHo sndaoo Fp �,Iar - � X OZ£311f1S'Hf1HtlONVaVO'N555 (b60Z0N08) Nlrc o' � 133HiS 02Hd031 Ol bb.lVMH01H 31V1S —_�/ w o 8 _ GVO2l NMO1SOOH Mo Q Nouaiaos3o ne 3ivo oN Noisin3a Noudiaos3o ns Siva oN Noisin3a 0 oa zm �Q yo N g I wo om ww wz g� owwz'a-� Jz� -g z �� �z wm mz°o m=ozQ� w �m Sa °a �z-°aiy� awozyw u o m zoz�" aw�rcw° ® .Po cH zmz�? i2m, pOzw�w °g mOm�wrc� w° m z w f _o 0 00+1717NOIIVIS 3NI1H01VW z S HO S 133HS 33S 00+6t,NOIlV1S 3NI1H01VW o z h x z JO w x qz3 w3 m> o w 2 0zw - c> w w z = o °oz1 U=; rco.... 3 wJ U= 1 rc° 0 8� moko 602 l J wz rc° o _ w a rca wwo \1. ,,,, ,,,, x rc rcm rc� Z �w z z do G rcy - w w m �° w= w 3 °a> o = w �m > 4y �o. a o F rcz... om rca _.Y ° a rc°mm° �o 0 z a� m w m� R3 0 m mm °00 I m m �� ` �Wm fro' F= mm I 10z 2 .0� m u4z oz 0x rcI � mm am 0 w m O 21, P° °u Y3 \w m plS Sr {� a i �w o Q $>jrc w o w rcz m Ozo � aw> lw Zpf NLLo - o S > Gw �° wy � m 4]al w w3 a m m ¢ ' J = - F� ^ o i o wm O< $ wa mo ° f� Iw w m rco 'ow nnoa wm fm p mm uz LL Jo Yw rc` 8+ -Z 0. rca g+ 8wmLL \ do z omz MM 5�WO o x o - p0� 3/Ud0XVA&Vd oo $°0o x w l rcm >3 mQp m 2 m zzm a \\\ m m o �n m w � 0<0 x I J Ow Moa �oOpo rca QOO <Oe Q� a o rc and O w� 'oma w �tlw m ! 'Ow fo z o 0 G ! �w marc� w f~z = o mw rcaw, za 0 o N=m m w ws 3 0 0>5, wwm m oz wz w f�f rc<m °w m a � rcrc 3w >3 1. z ow w 1 1 °o wrc z x o ¢ m> rco M Mm rcu a w uG op w x z m LLO �ifi9 I O 1 O ¢O ° ZI o z, w z w �z w O" wo rcu > w ,a m° � rc. rc w z >a_ m og rco z rcm Ozg+ J v� z0 mLLo j o� \ �� w Sa mm Jn \ ¢z m mw z =w z z ° wG oz \ =Ow wz rcm m ¢ F w m> J mm\ -° x rcm... >a x > ~ mm m mm I a' uG \rca ° mw ,rcrc L 000 \ w ; �o� G rcm 1.a \ x >= fm a o 1. rcaj oJw o ".\I o rc� S016�K S 30£133HS 33S 00+6£NOIIVIS 3NI1HOIVW 00+b17 NOIIVIS 3NI1HOIVW we0sz-u0z'z7v omp aow3o-as-aao 11zasn isaoinua buuaawbu o uaw uoda w �d, �, sss9-�'oN wale 3da1 S � � � � a 5 d0 5133HS } ?m y 0099'999 s9'�+:xv� SVX31 66+59 V1S 0100+6t V1S NV�d NOI MNZICI z OOlB 98ff0c,131 y I1S121H0 SndNOo l0 1110 NOIII�OW30 s w !i fno P _ = v, sVx31'uslaHo sndaoo " W,111"Y oz9 311ns' n ONv N 555 133a1S 0aVd03l 011 7OAVMH0IH 31V1S wl o yw m 8 Z GVO2l NMO1SOOH Mo NOI1dIaoS3o Aa 31tlo 1ON Nols,77No-l-s- A9 31Va ON NOls- 0 oa ?o w m I a �0 �g ® mm~�~& Jia w w o? gyxw °-z g <� oo°za-� r z Im � ® �m2onw�� awoi,�mw 3 szoz.o awsm.o OQ10 oozo00+bS NOI1V1S 3NI1HOIVW d2 'QowOoa.18 MO ZOz x O U m z w o �u 1z ao z0�p OQ m�� Q ww$ 0 a0z� " 1m gw 5��p NP jz oa W� z a mm x Vw w Y w `/RO'N wm Fm &gym w aF rc< rcm ww wm m0 0 ) U yn Om O ma¢ U wom m > HU / ME m z w UG O m ¢ >0).' uwi p o h z ',./ RO 0 m p W , w �- 0� Oirc > Cj2 j O pw m00 a mw mo m aoW 0. l v /oo z z pw Qw ��RROoWO i wm Moy aSm p u. zo = �w ao aw w�¢oU �p mwM x> i d W ao o�m 2> mm a mo z� z` > mf 0 U03 w pa 3E w�a>af o mzw oa�zwm as co wo Ofz x m wx o Mo Q rcrc w2 o 1. w 2!z m 0as �sl >o0 om oaz dwo ° m R> 1.1. a (nw w w� ao >w<i rco m rc wrcw LL w gyp:::: w w m Ko m >p w m wzQ J �I° m >_ orr�q" w� Q 2MoZ mE ° pw G a w m 0 z o w o �� s} a o N ow o N U m w ppo m wl M,o O°a $ w rco C( M-zo �0ww a O <0) w m Y �.`2 OO 1m ow vi¢� U ¢m rcO ¢¢ v� xU 2 ,........ I- m m am O `_'G3 m w >> o ,T� wp z am m� > >3mS ma ow —o0 m F, o m m w �,.,,.MATCHLINE STA?ION 54+ S 30 b 133HS 33S 00+617 NOIIVIS 3NI1HO1Vw wezaz-u Z'Z,lev amp sow3o-sa-aao 11zasn 669£-3'ON11211131111 ss°Haas bu,uaauib13 11 ;ua a odaQ 1n0AVl?J31VM DID�Iz 0099"999 19E"I+:XVd SVX31 M3N(INVJNIISIX3 ° W 4 e oole 1199 ls£I+�31 IlSINH.7 snd803 )O A-LID W F L ilQ Io4aL SVX31'I1sIaH3 sndaoo SdVW 3SV8 3 o G Ftp "" ON 954 � Ys. 4LOZ ON08) M o p ea � � 133211S 02JHd03l Ol 44 AHMH�JIH 31H1S w o to OV08 NMO1SMJ 410 N NOI1dI8OSaC AS 31V0 'ON NOISIA3tl NOI1 NDS30 AS KV0 'ON NOISIA31! ww w° w 3p 3a 3 w 0w caa 0w 00 3 0 m z r ° w o �z mr j1 xxm o i'o w<_ 0 }� o I � x ... z U 00+E£tl1S 3NI]H0ayos ° l 0.OPD w I Pz \.EURP o 1tlW m / a IO311VtdNn) m 1DtlN13E1DV ZO I uJ F 9 / w x �' � ° / x_ m w m mm �. a I m I I m I m om m U m j r w N S.Bl DRIVE / O / w z w z --_.� HNA °0 f eyago Z / z ... S o m / z 1w m � m xg w ° ° m mIw z zz m } wa m } w 3lOtl U110lAVNN C \5 K ..UBUV\ON W III I �0.PPNEg o� a Q w. " m w z w'P / W z p Z ` r o U x w 2 U00J\ i X w z60 U G m —w rr^^ // w r _ x + m m 57< � w w z m EBPRETD VE w -- _ 1 a x ° o w � m m a m a 1, \ " I w 2 — FAIRFA%DRNE LIBERTY DRIVE x m , o I z ryx / sofa m _ 0 6 d m � I 3 m w yoa�e z.,. m a a � ° m JU' w 6 x VICTORY DRNm N� I " m m a o m� � oPo�,a" m /� w x s wx°m U / m wh " o o \ w j yy0/ m y "RE gra \ w IN = >xmw IN a xz Y, 00, V1S 3NIlHO1VW wdES�C-LLOz'El�dV 6mP'yBIVMWN 41SIX3-ino0 -wwBR,Bo IozV6b 669E-d'ON 112111 31111 soo naos eu,u3Du 6u3 0 ;ua a odaQ 1(101 Vl 3NIl SVJ DOI z o -} 0099"99919E"I+:XVd SVX31 ONUSIX3 ° N % ,4 oole 1199 lsa 1+�31 I1SIaHJ sndNOD )O A-LID :SdVW 3SV8 o IObaL SVX31'I1S121HO snd2J0o _ _ 3 c OZ£311f1S'V(1HVONV2JVO'N 954 (KOZ ONOS)MEN NI o p ea � P 133N1S GHVdO3l Ol 44 AVMHEJIH 31V1S w o to 4V08 NMO1S80a 410 m NOUR180SaC AS 31VO 'ON NOISIA3a NOUNDS3O A8 31V0 'ON NOISIAM rc w ¢ o rc xj w z ti m z w� 3 w 71 o m a m x o m °LL T o z o rc u o 1 OO+EE VIS 3NI�HOlVW _ o -- EDaNaO m 103 tl1dNf1) w 1JVb 3az,, w ¢ oU I �J Itf o I m om " wla - x t " 3 0 m Im m lz I " / 3 / o a tt m w a N ¢ I z Li o m / / / I 0 x m K CLQ" N DaoTnVNN m s m/ J Q m \\ m s Q 4 w Z 4 F ? x I m a SSP%ET DR VE m... i edF � x Dol mm " 0o m N w O 3 Iw`2 FART—DRIVE m N " m X m m ''� w !. Z m r _ m ......... LIBERTY DRIVE H m 0� III/�, X SPT-g a n " fr m m / \ S�E4D K N m yg vic'roRY DR w / 6 \ 3 m F m r Z - J . 3 x 3ry m ~ x N 0 m oa z "N` e A w aR- m %REacI UNE -_ OO+EE IIS 3NPH�I1W weyl'Al-LLOy'EI�bV 6mp3NIlSV01SIX3-1f10Ab'YZOWS-aa0 LbZb6b 66K-1'ON 111111 31111 soo naos eu,uG a 6u3 0 ;ua a odaQ 1(lO lVl NIV230 W2301S �I z o -} 0098"aaa"l9E"I+:XVd SVX31 M3N(INV JNIlSIX3 ° r % P�.,4 e oo e'eaa'sE'.X31 IlSIaHJ snd803 )O A-LID :SdVW 3SV8 o LML SVX31'11SI2JHO snd?joo _ _ 3cp OZ£311f1S'V(1HV�NV?JV�'N 954 Ys, (4LOZ(IN08) O op ea - P � 133HiS GHVdO3l Ol 44 AVMHEJIH 31V1S w o to 4V08 NM0lS80a 410 m NOU180S30 1 AS 1 31V0 'ON NOISI/,3a NOUNDS30 A8 I KV0 lON NOISIAM z - z °r0 _ w m ru U 0 O ° � m �^ ° u ° o y y z wiizrco 3 z o.�wow z � a a awo�w o m m m m o 0 o rc°>a W W w w w w a n m oom — aoza — U aapOmo z D a I�mi ■• J o .. _ L �� o u � z OO+EE VIS 3NIIHOIVW a,Y _ iavai aov zoo a y x a m r ry a'1 ,. z w z.Y 0O iiN N m I .. ..... _ ! w P x w w o m O w... ry =x s �x om o m m u o _. z �ryry tom p 10 r �.. E x a " m i � rc p �Xg25 a ry m o x `\ k a m I w o m w 6 II/ ry m ro $ z o mo m z \ w n Q n k m o / a10 —AVN e �oMsroh \ J �.r z u �k 1 Napae�TTmcK' 3 z o V x m w x- f m - x a W W z 3uw t, ... z 3 A x rc l_ " zs ., rc 5 SA%ET ORE SP}�t8 OEµe 2 z a- rc o p S m _ z v' ry u m _ ,,of x e EAIREAx DRIVE Lll �> 1 u u > � I ya u i i x, izm wm /�� � s� soaEv oa�R I I i 0 .. 181,RCP04 rc i ✓ e 1 ry i I - c " u 6, z m m w ka, m it x 1 w � � o zxm z e „ w z u.',. 4 OO+EE V1S 3NII H�1VW well:pl-LLOi'EI�aV 6MP'Nl"O MOTS M3 N 41SIX3-ino0 l owWff a0 W,6b i 669E-d'ON VOJld 3d91 saoin�aS buuaauibu3}o ;uawNodap 1f10AVl b31VM31SVM oo �I y b33Nh. 0098998 se[+:xvd SVX31 M3N ONV EMUSIX3 � z. e"eae"�9c,.lal IIS18HO snciao0 io .1110 :SdVW 3SV8 o $$py, LobBL StlX31'I1SI2iHO SHd2ioo cp m J, rti OZE 311ns`vnHV3NV?fVO'N 995 040Z ONO9� NI w I'4y` lee_- roI 133?:1S 421Vd031 01 1717 AVMH°JIH 31v/1S w o U p ���/ OVOH NMOlSGMd O10 NOI1dlHOS30 19 31V0 'ON NOISIA3i1 40I1dlHOS30 A9 31V0 'ONNOISIA- O Oo I F w W CD S 2 h hN00 _W - wz 0 F�z oto _ z �'m \ // IS / o 19 w D 00,13C V1S 3NIlHO1VW o �x x x x m w w oo w v F o z " m0 1 a " „ w m m xm o �w w Z N SA%ET DRIVE _ U j y " m m w m p z G > > .. Q 6 UE80NNE5 m.`, oo f K z d " n U O f z O > O� m m ro _ L � 'm m 0 x / C o 0, P�Pa v c w ,N / I / I m / m I 5 cc D w 0 a y Q J ax J w W m w _ 2 o m a n � d10Y10 tlOIAtlN N �DDN0oN � 3 0 0 DON" w _ e z M W z Z ', % >w w ' 6PRNE 1ovK2 0 z RR > Z w _ Z E w - e v s sAxET DRIVE W ffix x 3 rc w ✓" / W r « �,m m x o8 3 b W C - w J m / 1O m � w m a` O � , m FAIRFN(ORIVE .. — — �m � m O LIBERTY DRNE u � � " o i 0 N m wm w _ � o VICTORY DRIVE w z o i g « x z w om w ✓� m /"POP?j' Oel .... u� x 01 m i w / P<e / µREJ01 LANE " 4 pep R a � w 8 0ME:V1S 3NIlHO1VW wdIS:Z-[LOZ'EI�dV B-W31VM31SVM ism-UIOAV NoW 20 ttMi, 66K-1'ON 111111 31111 e soonaos 1,1111ibd C, u3 10 ;uawa odaQ OO+b6 V1S 0-111+01 VIS 3lldObNVId 009a"888"L9E"L+:XVd SVX31 OVOb NMO1S80a(1'10 ° 4 oo a eaa sE +�31 IlSIaHJ snd803 )O A-LID :saui11n v-o1S o w c LML SVX31'11SI23H3 snd?JOo 3N 3 p) F i OZ£311f1S'V(IHV�NV?JV�'N 954 == �KOZ ONOS) NI o p 1`.11!4 -UMP- � � 133N1S G8VdO31 Ol bb AHMHEJIH 31H1S w o " to OVO8 NMO1S80a 410 N NOI 180S30 1 AS 1 31V0 'ON NOISIn3tl NOIld121OS30 A8 I 31V0 lON NOISIn3N o o No� N �32 3 pw - o m o <o � I z 3 _a� w; w o o 1locPz % 3 e�� b m R w rc x o rc pz > p E w o __ ^ oo a �iom � 0 rc I O+bl N I1H1S v NIIHO HW a 3 m ° w w — i LE'Zb 89'24 GL'Zb w w n g� �b m �m r w m�m m °mow � r`a _ dLp�Glp(L am ypw� 6'Zb 13 H01S N r V 11 \ t OIH - I z LL BZbE ANI 101 w v r3 a 3—01 loolsnraa , mule �x y !n nn z: 6Lzl OS t l to ' o f 17�e 0Z 46+ ! H. !. RU$S 4114 oe b ee - I L DRIVE $z se ANI 0I m 0 " '.,,� ,LZb WN (fi0 ROW) / 6+0 (tl 3tlA 3nOHNtlW tl 9n SSn lS 12+926IN112101 Itl10 b vi. \ t� m HIGH POa o0 121042 Ofi Z4 tl1S 4 t Z9 Z4 btLE-l3nNI s so ae�a 1X3IM 13INI 9 100—N gw li /201Q v 1M O9L 9S+L4VLB o 210 3lNl dONd6 Id-1 3 baZL Jm r" mu 7111 LEOb=ANI Indo uta e 1 t L'Zb-dQl m MO +h N 131N1 ss-'N VI ` 11 9'6L' Lp+Zl S - U �. oEw % z x -ii0 Y3lNl --- -- " m--- - w w m ❑ ��n I EZ OL+ZL 99'Bf � " ^ mw s oIIN3VS'f'�'4i A1111YP1 .-__ M a K � " uy__. 90'Lb 80'Eb 94 Eb 3 a Z Z.+, J ;_ G Ek'13 m a: tO 1 '2H+4 L bl o Ind 4 ZB+t 4 a vLLio 'y 0 w n z n 3� u �, ��0 ', 069 M❑° no u n m 0 H° v w J 4 ... .. rvm ^ o ry Tw �I ZTiExl4 tl1998.044 mo Y ❑ z S9Z �� LZ'Yb 6SE9 `bb 'bb 6 44'13 � i _n Ind 0'SL+44 1 ;w 3 b I v i i �......... _.. ( __ y 0'C6 tl1S 9-8.0'24 o z O 11.1 w ',d Is-tlls.-9 "It � c X x 2 3 LU S'Sb LL'S X O y i rii m z Q NI1S1%3 HO tlWb b-� ; --- ---.- h n v f _ z`� w N W LL+OL 1S ¢ �'r,I mo .y JF E w � o r p w r m 0 0 n la 1MON H-M 3l9tlINtln) n w w v v a m n n (4b I.VMHOIH 31d1S) 13M:11S S3N0V I wd601t-LLOZ'El tdV 6�.+F1'LOdd-LOOSS-2J2J0 LbZb6b 'oN Wt ld 3481 ... bu,uaaui6u3 {o ;uawa odaQ pg+gl yIS O1 OO+bI VIS 3ll�Obd CNVNV 66K-1 0098"aaa"l9E"I+:XVd SVX31 OVOb NMO1S80a(110 a %W .,4 P oo s eas sE +�31 IlSIaHJ snd803 )O A-LID :saui11n v-o1S 3 0 LML SVX31'11SI2JHO snd?joo ,, 3Np) F L,arh OZE 311f1S'V(1Htl�NV?Jtl�'N 954 (460Z(IN08)MEN o NI o p - �A/1 133211S 02JVd03l Ol 44 AVMH�JIH 31H1S w o ���/ 4V08 NM0lS80a 410 N 140I1dWiSaC As 31V0 'ON NOISIA3a 140I1dWDS30 A8 31V0 'ON NOISIA3a O o w» y w� o�w �ko o rc o bi' Eoo> awoz aioz aio? aW z 0 �o� z Q gu _r a z w 3 3 o F w z - ¢ 3 !`LLQ z m�z zoQ 5m 2 2 z_ Gwz J_ao3 3� tj w w O - - O w�w b' �o z� z� 030 � o ao o~ �� z - °� rc o u, JQ°za _� " g _ .aN� rc„� 7°;rc�R rc�> wrm o �3w E `�ay^,^� _ 'em teaQm oo <�_ a 0 0 0 0 0 0 o1.1wLL LL =< ° = -Nwo _Nwoiwoa _�=� 114 ® o,o © - 04+g1,NOIIVIS 3NIlHOIVW _ 09 91,N0IaV1S 3 11HOlHW - � v tkI �; m�❑, 0'E+ 1.9'01 �❑ r r,r 6'f1-ANI Ai r rri u i nz L'Z4-dOl 'mo i f;0'Lu 1l3d6U1 lNI8a04 r e y u3 z3 x 3z 94Z Bt vls 98 G01 w..�x Z'Z4 Lt'Z4 o 9L'Z4 rc m z rAw oY & I I � 1 I > a Y+ a o I �r v u � � n w> z of rc I I o m � w�w°'3w o� SF rc o t zqw zawo Ow rv� I II Iv I_ O o V'i 08 azw 0 a zwu a a LL I 0 F� 9'4Z+L4 V 0811 a81� 9'4Z+L4 V % a w y I � r- z pp y a 6'l4 LR'L4 96't4 '� O ” g �j IAdO'SR+OL —� r a z _ z 11G o�ssi LIBERTY rdMO3 v DRIVE ,'� Ba an diol aa.0 3sn3 a w� 11% es p.6B/e(60 ROW) �a o 13lNIB 0O M3 fiZ ' 'LL.t V L-9 vis x 10 131N IN � �m 6-88,V NFlZ Ji lo om nw 1 marci � .S'Bt 98t I I � " I r ou z ,I LLE s 8w ¢z va4 Roz4 Lt-z4 � m tt O n huwz�d�rcLL�a�zo „8t dOOZ�m�0p8om4 �S8Ktf Jma yi r iIIiIII i,om3,��r�❑/- t;rA z 11 0-51 vZ �Iti o z474 8Z4 LY ,o` 1E 13 ANI 13 MR , 1NI8OM3N lU.9F964 44V11s 4. " ' w lMoa os) m.. 00� ao Aa 1An� w� S io t %RR t 3ALI4 � i.. . � — 4L'SZi t ViS — Aa01OIn 8 3 ... f Moz �sz \I 1£74 as74 LCZo- 8 a 00+176 NOIIVIS 3NIlHOIVW00+ l NOIl 1 003 as 003 S 3N IHOIV li la rb wdLt�t-LLOZ'El reV 6MF1'ZOdd-ZOOSS-aa0 L4Z464 'oN Wt ld 3111"1s°oinaas bu,uaaui6u3 {o ;uawalodaQ 00+£Z VIS OI 05+8L VIS 3lldObd CNVNV 66K-1 009a"aaa"l9E"I+:XVd SVX31 OVOb NMOlS80a(110 4 0o a eaa sE .��i IlSINH.7 snd803 )o A-LID W c LML sVx31'LLs1aHO sndaoo S3111111(1 8133211S 3 0 7 _ rn F �a ; h oZE 311ns'vn HV0NV'V0'N 994 —- �4�OZ QNOB) 0, o p ' ea - �A/1 � 133HiS OHVdO3l Ol 44 Ao I.,VMHEJIH 31H1S w o ���/ 4V08 NM0IS9Oa 41O m N011d180S30 A9 31V0 'ON NOISIA3a N0I1d1a0S30 A8 I 31V0 lON NOISIA3a O i w w E A z i w o s� eo m= o � ooQaoz o ao> _<wo awo o mma _ mm _ mz _ _ma _ o 0 o _OO+EZ NOIIVIS 3NIlHOIVW O+EZ N IMS NIIHO VW o WZ1 n 33 S'BL SBt � � 1 ry m r rc r LL �m n i X L_ 0 _ � r n o w � �d m 0 r� w I_ bL'ZE AN � zF m zU MZb d01 �r " naa 131N19a°o 103dS M3N 1a 6'sL z'€o«zz vls w. b a 111012'IN o❑ ,em _ Iy a > w nx J- o n J Il w a I 3 $ z 0 ¢ w r r I Pi �- i Y, g bL'zb 992> 1-1 r G m Z « uQ ti a gg 30 3w3 ;3 01S 11 oQ ; m o� ' o� �mz ow y d0 �rc _ _ I, U H21tJ0 WItl IlSIIf 3O U I wl WI 6E EE A LBZb 3 £ \ IAd bb E4+Z wm Id H`JH I 3E ' grHW0 0 B671 LL'Zb B'Zb �- I. ry N N 6 S S ET QRIVE a° 3xvs s 3 BS'B+ V1S w � PH 3 U m w mmp ,mg �✓:.�, o �': /1 �I 3N¢ w m`Ua0 wy U C v (All tl'IU aOd O3 IW013dNU e Bt°sa1n, lrc�°9m m " �, ' W 1N3W1SliE0 aN11a31:aM� ' 0901.6 LL 896«9t 3dld lOd 9t MBM3N o �" ✓' f�,:, 99'zb LtlZtl 9926 f � - 21.06 B'60«6ra1B � f w JY, oe of s'oL e'te«et 7 3 f ' q � 3 zU3 ; 3 I 3 h I U z n n� m m� .. f 3b'Zb ZE'Zb LYZb. R 05+86 NOIIVIS 3NIlHOIVW O08 °a s0 +gI N011VIS NANO W wdbZ�t-GLOZ'El,9V 6+Wdd-COOSS-aa0 W,6b se 'ON ward 3111"1soo naos '11,111111313 0 ;uawa odaQ pg+LZ V1S O1 OO+EZ V1S 3ll�Obd 0NV NVId ss 009a"888"l9E"I+:XVd SVX31 OVOb NMOlS80a(110 ° %W 4 P oo s eas s£ +�31 IlSINH.7 snd803 )O A-LID :sauiiin v 133N1S 3 0 LML SVX31'11SI23HO snd?JOO F s,a h OZ£311ns'vnHV0NVdtl0'N 999 �460Z aN08) C, p p MEN �j1�1 ° ` ea � � 133211S 02JHd03l Ol 44 AHMH�JIH 31H1S W o 4VO8 NMOlS80a 410 N N0I1dl8OS30 AS 31V0 'ON NOISN3a N0I1dWDS30 A8 I 31V0 lON NOISIAM Ho O rc O FO Z Y ' r� ° ¢ w HP O K - o tt jO o�z � 'a�zQ$ wo o s 3 0 0. eo°'N 3°a�WaW o o mg�3�i ¢zpj azpj a3p> o >fa F3w auz Fauv Fm ®1000❑u ® v,cnz u _m _ _W _ _Wz _ o zO N mad ��o jT z 09+LZ NOIIVIS 3NIIHOIVW m O9+LZ N o UV1S m NI1HO.MN 0 £z'ZO 9S'Z4 EL Zb 1 SO 11 3 J S�E z W o �� . S8L 90LI na r V n z nu 3 n O � ✓ � � BB'Zb GG24 _' _ CCCg I \ I BO bfi+9Z w< � n2 pI z r o �w z3: w n0 o rc I xO w I 3� m u uV z I tt ,Nu y v Qz ol m mo � I I o H OL oy 2¢ „ + W ]L'Zb L9 Oz- { _ ul i x � ° a � � J — Ix s Q p U) o o � m - z - ifo x ,o la �� ala a �I y 3 _ x:. u o 8o NO DSZb 44Zb w09 Zb W n 3> u z zo �� z 1 1 . 1 ° � U x wU ° y n n I 3ry❑� 3yl v 2b- Zell ❑ F o m '1� o-e S'OE c� W p Z - J F f z, NI -'yw 1 ui wo�y 0(13�A011 u. e w u w z y w K 0 bzJ Ba O ltlIO3dS 3N 3lNl S -- - MOl 3 IS.'94'S'fiO+bZ 1S la S 60«bZ m w tt EL-IOL lNl l � rc a 0 > o a v .m 3 wMOl 'i P�. I l _ _ 4Z'Zb O { 1l /Jy � Id 1E'Zt t Zb o /0 0 u �6g y aOIAVN N I {l 4 (AL l0 aOd 03 11W0131N1) (MOa 09) o� 99'ZB 6L tll " o o m 9+6 ¢QwyO 6t ^'1 68+OV e" iNmis39H 31V13O339 �� 1N3w18Nf3NIla3LVM Ld MAOI x 31021 w° SOLE AN 64 Zb EZ -I r 1 3-11`91 d M.8 M3N ❑301_v�69L 2JOlAVN N es L6 ao Indo/ds+£z L 1'Loroz dBs+ez vls' f �"� Iv ad )lO.S tl 1'i la Moi -. a wao s vIa s M3 J 1 1 + JV a e ft0 la.E'bl 6'66«EZ Vl s L�Iw waol �- R zn e 3N d75e 1 —S=AN USE.— rc ; L { ; OE'Z6=d0 80 o MOl a K rc (3dA11131N O 1 ZZE+E 3 ; ea@O tlIO3d5 M3 o E� 3 [3� ' 1 O U no j zU I ° + t � 01 u ry v S'8L$ SBl """ SE'Z6 9Z'Zb SE Zb 00+EZ NOIIVIS 3NI1H01VW °O9 oa _°°s0 +£Z NO I1V1S NI1HO W ry wdLE�t-LLOz'El�dtl 6A+F1'bOdd-b00SS-aa0 LbZ66b 'oN Wt ld 3111"1s oinaas bu,uaaui6u3 {o ;uawa odaQ OO+ZE V1S 0105+LZ V1S 3ll�Obd ONV NVId 66K-1 0098"888"l9E"I+:XVd SVX31 OVOb NMO1S80a(110 ° " IlSINH.7 snd803 )o A-LID w f c LML svx31'uslaHo sndaoo 5311111f1 S 133211S 3 0 F �o: 7 rn ;ay h ozE 311ns'vnHvoNvavo N sss (KOZ(IN08)MEN nl p ` ea � �A/1 133211S 02JHd03l Ol 44 AHMH�JIH 31H1S w o �P 4V08 NMOlS80a 410 w NOU180S30 1 AS 1 31V0 'ON NOISN3tl NOI1 NDS30 A8 I 31V0 lON NOISIAM OF z w w 3N zpm z p T w w I ® �vFF• }o o wWaV ° w w O Zz ° o K ° Z h - w p - u�i0 w NO f < mlz z �- Fw° 3rcw3 3o w O 3 3 3 4 _ rc� s Na$m fpm wN aN am w? pip ao ap w o J rc o °7:dem °1ii-`ew _ can n'w" > g rc'ao o�warc - _ Nw� �a3a� �a=o> a3o> a3o� a3o� a3a� o �ir i3¢ �N_� w wmz�z — -_ O _mz�-_ _mz�_ _wz�_ _rnzlo? o <�= F< Fo F-1 1.1 m m o ° f _ 00+Z£NOIIVIS 3NIIHOIVW O+Z£N IlV1S INIIHO.LVh Woo 50,01 - bvob J ,r 3; 3or .9'84 SO4 I w V a w°wow zww r � V foi v�az"' w o ou y Ii o SL _ V K V � x �z 3w � I V zy a 3o ao n < 60 v x w 3 �❑„ wo 4 s S. � ° j z. I ur z3 Fz 3al ° a' „>=y 8. o 16' 04 SE'Ob 16'01 n � o r m o V p m g tai ' Fw rvnw Y Nd 00 SG 0 I f tz w �V o ffio K - n awl I �m 1,a I 3 a �mm o w 6.-, www r ry a ° w s< bx m o U)m K�zz w z z wW o m 2 Nye � - 1BCZ3 Al)1N O3 m 0b1OUO3dS 3N p i lU 84 9SL*6Z 1377, 3. � +51 + d1 T NSAXE s ss6Z s _� w8� g8 a 0sve � o � � w (U Row) i O3 03111NO 13 NII s L o o 4 —S-3 HS'1IV130 3S . .—N-3 11 l dJCZ M M m u o dld -- - V -3 8 3N- �¢ a� wi ll 'SZ 9'EZ+ ,yy 6Z 18 3 40 41 I p A wm�o ° o z V vi AL � O �� VE�0O i02b� Z6'L6 _e1 6L6Q6'ZsLbe6+1e � �ry1� IMd 1 , - w IS z n i m Mt'06-ZNI \ O m _ + 00 0 I' 0 b d01 3loHVNNJ018 10;5 MA r 1i 94 L b EZ— S EZ'OE eww as AMI b£Z9 dol k wn o 43dAt11lNl ,1 -7 y a a 9iJ O'IV103dS 43N I ° s s -la o'e1 s'sz,aa uls m _. Hi w d� w w a 0 IN a o s ° 6626- SE Zbz, 6, saute 5 eL ❑�', `' R _ o 11 Ald �L �� zz6 s571t 05+LZ NOIIVIS 3NI-IHOIVW °O9 °H SRO +LZ N �I1V1S NIIHO W wdbElt-LLOZ'El�6V 6mp50dd-SOOSS-2J2J0 L4266b se 'ON ward 3111"1soo naos '11,111111313 0 ;uawa odaQ pg+gE VIS OI OO+ZE VIS 3ll�Obd CNVNV ss 0098"888"l9E"I+:XVd SVX31 OVOb NMOlS80a(110 ° 11SIaHJ snd803 )O A-LID :sauiiin v 133N1S 3 0 LML SVX31'11SI2JHO snd?joo F z,a h OZ£311ns'vnHV0NVdtl0'N 999 (460Z aN08) N pp MEN �j� ` ea � � 133211S 02JHd03l Ol 44 AHMH�JIH 31H1S w o 4V08 NM01S90a 410 " NOI 180S3O AS 31tlO 'ON NOISIA3tl NOI1d111OS3O A8Ho z 31VO 'ON NOISIA31! r i w 3 w HP z Um z o m�z °oaY"�� 3,�8am — w 3 o m mi oao Wao o ° o _° J — 'm o„opo o >irc3a wmU~F x3 a a a a a a rt o — mz¢ _m3D� _"3 Fp> Y��um3o2 o O Fo ®I ���O® LL _ m � �z ” z — 09+9E NOIIVIS 3NIIHOIVW 09+9E qOLLViS 3NIlH 1VW -- -- zz et'ze U7 19 n m AY S 04 9C L 1 I i � 4w n a �e I e> m E1 �! 1 1 l W iwtt 33� G% p. ty �G ) { O VF ¢z Fw gym° �E � l t 6t9El �1�� x 29 ,,, 1 --„ I � ... N11O93NN " o zo^i '^ ;. f— 0 �-i L W,�xfp Nd L9'ZO«S£ �1 P. KREJ_ 1r, i LANEz ij ,,�' acse 6z 9s —9z'9e YiiJ 7 � (50 ROW) „ Q6 99ZZ ANIl�t j Jf e2 rc O! 6�» 965E Ol 1 � D MOH 4VN It,L x ilO1S VI06 3N16 J� 7 I,' z 1 LL w z w a° N I; il� rl. ° LL o� �x ( 3du.Y 3lou vw eaa Ilev1s 1 , 1 °'i 09'U ANI Wee- Ol BOB 69 Il6 ,/ r ols wa 3 x %O NOILONNf 9N t ,I w° n3a LLV _ Vg 6Z'Z=AM EI'G 3dA1 w yo v0 v 131NI o1VI33 9M3N x^'p u �3 a c� r � 9Ui 131N1 I F a _ x z m a a " �a m w I c9 m mo C w� n dIk 3 ° w eel N z ... 9sec e „ a °x 3zo :°w o m p , �oa W, aca w° a e z �- r 0,/, m � I z ° z o wx I " I 3 W I y m 7 w o se la IO` 30 1 µ {' tt � 1 Pe LE j sato e9ti __ __ Wo6 —1 6t _ 8 00+ZE NOIIVIS 3NIlH01VW °O9 °a °ae00+Z£ OI1V1 3NI-IH IVA wd96�t-GLOi'El vdy 6�.+F1'90dd-900SS-2J2J0 L4266b 66K-1'oN Wt ld 3111"1s oinaas bu,uaaui6u3 {o ;ua a odaQ 00+L4 V1S 0105+gE V1S 31HM:1 ONV NVId 0098"aa8"l9E"I+:XVd SVX31 OVOb NMO1S80a dl0 ° I1SINH.7 snd803 )o A- W c wraL SVx31'LLSIaHo sndaoo LID S3111111(1 8133211S 3 0 7 F a oz311ns'vnHvoNvvoN ssy (460Z CINOS) " m p MEN �j1�1 � '`" ea � � 133211S 02JVd03l Ol 44 AVMH�JIH 31H1S w o 4V08 NM01S90a 410 m NOI1dIilO530 A9 31V0 'ON NOISIn3tl NOI NDIS30 A8 KV0 'ON NOISIAM O i m?3 3 �oom z IN qa O z z� I ® OawwFu K O O Z ' - j•N UryN - _ o�rc ocm',�z �o azoz azo= calm z 30� mea arzaa �m z rc rc m o 6 w _m i -w 1_ 5� - o ONO w i? w s F //,� w z� azo z o ao zz -o w _ o �� z o "EEE.IVVI� wu�a ou�m mmm mem o rc z3< ,m o w� a < < a < s rc o LL ;momf a "„ o _ o3w �^ de3am a3an Z3o> z Pf< G � a a ®Lo O o® - LL `_,_ o �N=�_ I��_�= _ wo_ mwoz - 00+64 NOIIVIS 3NIIHOIVW 00+6m NOIIMIS 3NI aH01VW z - <a =m mea �� _� o m z 0 K lb g }y m� a o mm ii o 1 r In s z I..... fiG 94=ANI ES -d01._.. I) r (03dAi)30HINVW Ind 9094N0 aw W9019 V10.4 H11M 1 F 1 X69 NouoI,nr r .' ld M 11.0'8'0'00 Obtl19 , Y o 2C Z9E HW 8 81 1L I d 68'Z ., ii IC f I "n 9 w yQ a F 1 K 1 o F' 14 ma U 0 __. . z It � I I N � l L L & a9 A99o9 j Ina zL se+se it w, m w I Z EY ic zC 9z W ,.x Zb L nNl I w O vu a (WHOLS'V16 NOS bZL(aa IW13sHNdw w "p z J WLOLS kId it F O zoEw w NOIIl'JN EM9N }} k t1 w 8� 46'1 cc cc r � o z e m-- � �� V� I I 00 B9+CE 6 J (j 1 II c J rQ ep - K, ¢N ! 11 s LE'E 8Z'LE L 4£ e I I' m s Le S Bl .EZ'£ EL'E £ZEJF ,1 05+9E 1N0IIVIS 3NIlH01VW p O0� °a a 04+9NOIlV S 3NI101VW m wdZb�t-LLOZ'EI LdV fiA+F1'LOdd-LOOSS-2J2J0 L4246b 'oN Wt ld 3481 swwinaas bu,uaaui6u3 {o ;—,-d,,, gL+94 V1S Ol 00+Lb V1S 3ll�Obd ONV NVId 66K-1 0098"aaa"l9E"I+:XVd SVX31 OVOb NMOlS80a(110 F %W 4 P oo s eas sE +�31 IlSIaHJ snd803 )O A-LID :saui11n v-omas a o LML SVX31'11SI2JHO snd?joo p) F x,arOZ311fS'V(Htl�NV?tl�'N 95ral 4 o p `lea1�1 � �A/1MEN 133211S 02JHd03l Ol 44 AHMH�JIH 31H1S w o ���/ (IV08 NM0lS80a 410 N NOI1dI80S30 1 AB 1 3wV0 'ON NOISIA3a NOUNDS30 A8 I 31V0 lON NOISIA3a m� mo �_ =mR w o� �a t d+ god f �w y � �G w w w ow�m u mgr mo =So w o - o 0 0 0 0 0 - mww ¢¢ 1.a r Ym w z ¢� �v`¢wzu� �aWzd> mmwzu� a3a> a= zg= oaz`J'w wo ID ID FFe z�°? aiz� ��zoz woz woz �x=LL w o rco w fz�a ��o w - aW z z mNID Ww3 Qz _ H Hz m �_. o �0°'����� @��v m ��� -� z� > o w 3 i w o �- ¢ „o ffi >�ow�o �oowm muv,m >w whir a xi J `�' m 't-°�� ''-°�°' °��� s ��� =owrc au FrcuIDm Fu, d a z�z �a3za� �¢3za� �a3zn� 3a� '¢3a� �'¢;ate o ✓+ ¢ ¢ ¢ u u.m`. iE�? vtz.�? n z£�z �v�izl? - -�nz�? -�ni�? o _ 4L+917 NOIlV1S 3NIlH0IVW _ _ SL 44 W NOI H1S 3 I�HOl t'LZ tt'LZ L4 LZ yi 038 JP e i R j seL saL t sib^Wb�a ,ar�� c oN ct� rc z =m3i�❑ o�s � &� � ��� N�StN eeg9e� m I x i� w o aywZ �3 SSRe HeY' _ N I xy 9Z Z ANI + w n '�za 3y� + So o f O C�� 131N18a OM3N v� V x�� w r ,wda�a w of G ovr� no'eo`o et Ea Vls 1 ,alNo� .JI + z 3 �- wu', 16�+,✓ -bOI L. Nl alNI ZS eZ+Sb 61 dOi (03dA1)3'I HNtlW j , >a3 r o - �� waols ma bNiIM ,,� z8 o mLL�w °�xw pw i�p sz�sN so tlzW In ooLzAl, m r � 'cug w o wwww 8 a � w �o�Y a �- 1 ; 3 a n=u > zoo Z. rt - �- w o I � 09Z ❑ � __ I Ny,, ;J _ � o b'Lz LllZ eb'Lz k f I g z _ J w , F a � f b � I Nos � of F ''� WE' -ANI bLZ dol r n z w r g (03dA1 310HNtlW nod' vJ� Z, WaOl9 104H1IM y I 6J x R F XOH NONOOfiZ+Eb NNEM3N l L N„ g mti JJ _ V9f HW HW_ _ u- 69-1 Z d " ���7 K mtt3 L beANI�e Lol ° o+ r 103dAl 310HNVW �A>6 -01S�lQt—N P ` J�a q w 1l.Yb B —El 18 f` " O�aIDw� $' we — 6L-Havas 7 I - v� 60'LZ � N y s ,W" N O e lz r K @ J u, f tt y LZ-d I � b LZ Ol //% ID "� (0—) HNtlW�� IO Mols I0,l MSN- z 9'b+Zb m owN mxow op O A 1 y z �w �u'�a �w 3 m x,. rc q � n WT wm J w�❑ t'Bz toszmz3 6.o mu � y r M1 f 4 04 6 3 Iv, 13 a0 Xd32iIV3 db roL tv ) w, (a 310—A I 2f �,,• ID� Nair ,� "q� 1 ` v 694•nNl z \ icy a L BZ-d01 I ��l z wn eo WaO1S ❑6MSN 11 w 00+6b NOU I S 3NI-IHOlVW o� w ooe as z '6°e 00 ) 1 +L4 NOIl 1S 3N 1H01V� wd641t-LLOZ'EI�dV 6A+F1'BOdd-BOOSS-aa0 LbZb6b 9E 'ON ward 3111"1soo naos '11,111111313 0 ;—,-d,,, gZ+05 V1S O15L+5b V1S 3ll�Obd CNVNV ss 0098"888"l9E"I+:XVd SVX31 OVOb NMO1S80a(110 00L9,99s,L9e,L+131 IlSIaHJ snd803 )O A-LID :S31111iin v 133N1S 3 0 LOVU SVX31'11SI2JHO snd?joo F �,a h OZ£311ns'vnHV0NVdtl0'N 999 �460Z aN08) L p p MEN �j� ` ea1�1 � � 133211S 02JHd03l Ol 44 AHMH�JIH 31H1S w o OV08 NMO1S80a 410 N NOI 180S30 1 AS 1 31V0 'ON NOISN3tl NOI1 NDS30 A8 I KV0 lON NOISIA3H o yew o�Ow 3cwi�x �O w w h z a w 3 3 p aap> O aW i- Gwa xx wQ io w w w a o o. o w J� oo l�a -ao o� -o w is 3 3 w �z No F� w3 �:R x� a a a a a a °u rc o X3 3 Um=mm w � oma o 0 OJy rcz ? o o 0 o w nw u� of z gec P O 9�� N 5Z+05 NOIiVlS 3NI-IHOlVN __ Z+05 N 11V1S NIIHO.L VW _ �'r 6Z'9Z OZ'9Z 62'92 rc I x U 0 .S'BL .9'9L o❑v J I i o �z a WU 9E'9Z 96-SZ o n U I r r n d z SSn � r e 1 � mao rz rz u , > L z� a ra o „ m ti � w, / a ;a mo 1 vI w o—61 0000s Lz ad cz eali I'„ ° m f 3> ❑O x'99+ - 0 I ma v N� o �o md. 0 r a rz o 3 ^w u p �G o ` __-9G BZ 19:'9Z ui zt-ANL U ld MO'i 9L'9Zl .fin S6'BZ=doll m�-mom rry' m�U m z Ind fiL EB+t (03dil COHNVNL Wi10 SVId MAN ' I BJ 1l 9'L S69a L0Is ' 96'tZ=ANI 'o mLL wd <�w E9'P. 9Z=d01 ry wv U f '1%3/M 131 If31-MAN 3m a na o J�w In, 11.0'HL§'tr9a24 d1S a 3 d Ip IO J3 a r w m � n � 3 0 6 LL 3 ~ 3 U 3 � �� 'f m❑w I � v� U yI K a „ m z z 0 ^y 91 l __-LO LZ 99:'92 a 0. u� a n n b O ¢ i �yo wUa wo o�F Q; o U w ' - o SZ LZI zm O 0 oNQ II _ am '99 ❑ U.: Ind 0805+9 f U 00 'rz z mU 3o a l l 4 a III 1 I e , e m I „I o r g+ ` a 9 ❑ __ oyez sL a 1e9i rz w �z p e r w DU ° 1 9'8L 594 le uU nn K Ht'GZ 5L+5b NOIIVIS 3NIlH01VW 5 +54 NO11V1S NI-1HO W wdZS�t-LLOZ'EI�dV 6A+F1'60dd-600SS-2J2J0 W16b ss9E oN wain 3111"1soo eu,u3 a 6u3 0 ;uawa odaQ 9L+b9 V1S 0197+09 VIS 31HM:1 ONV NV Id w 0098"888"l9E"I+:XVd SVX31 OVOb NMO1S80a d10 ?, ooL9,999,L9E,1,,13i o :S311III1n v-o3N1S o N o o IISI21H0 sndbo� ) IlIO c LOb9L SVX31'I1S123HO Sfld?JOo F i,ar i h 9ZE 311f1S'V(1Htl�NV?Jtl�'N 954 �KOZ(IN08) M o p ' ea1�1 -UMP�A/1 � 133HIS G8Vd031 Ol 44 AHMHEJIH 31HIS wl o ���/ 4V08 NM01S90a(110 N NOI1dI80SaC 1 AS 1 31V0 'ON NOISIn3a NOUNDS30 A8 I KV0 lON NOISIAM �OOU 3 o I aN ¢= wrcoWoLL ¢ to - T J o U`� oZow lojz z0 w az w w wp =m z 30 m�z a 2zoQY zm w j p g o 2 O ~ z o z_ GJr_aw; 3p w w F o Q w - �- 03o J 3 3 mz 2 mz - oj ttzQO m zd -� g - �p - `?vji`o"- m?^w.^ w m`w�p�ao'R O ¢ 3rcar _ o' o '0 0 0 0 °' o, rvN "'� O zo 3a _ < < o QZan GZpj z g ��i o wI� _ ry n n a 9L+b9 NOIIVIS 3NIIHOIVW L+b9 N I1V1S NIIHO VW .....-- ".. 19+b9 VIS -a.orob + ss-oz- aM ecnz N z 3 089 � U w F O e � z tt ri wn> � 0. F UH0.0� UZp w a _w o ay 0 9Z 9Z, O o OOW o 4 r:. ...4. O U 4¢OJ¢ ...4 ° o y p a + + SZ GE'SZ 96'SZ ^' zu33a 7 T¢ r J c ci z p w u w I "r ',, 4'os+ES V 5 9-9.LE ...m...1L'✓ g _ '._I _. wUo. ti o z, 3 o z o o�' 11 6 > 33 8 0 � 32 00q -Ind SZ 98 Z J r —e6'9Z 60 SZ 96'SL �0 3 rc � a w ol ¢ Z n 3z � w zO m 3 3 3'.z S'£9 m❑U y O '.0 v rx 0 W U) n'S,rc 61. o vi ci (Y Z a 3 3 z Ww y � m x J ` w \j rc r N a 9E 0 < a zw ✓U + i 2 �� 00'9Z tL'9 96'BZ o nQ ® 2 w w u 1p"j6 "h 1'10 o IV y RpW w r i 4 a wEOa3% dJ`9 0 q �u. st I' I„ OV aa3nladn dN pl, 1-9—s [ �E J r L.ee't " E • s 3 ry �l rc ;UPS. IA> � � 3oz w u 3 q. et'9Z OL 99 BL'Bi w Ilk _ a puoi m LLin dol rc 3 war 3 3y B-fl LE tl I d 1x3IM 131 IHaf10 M3N �� � 1i" 7 '� L910IvNl w z ma aet � rc�my &mow mo *wow � - s'99+ N❑" 3 j� � eial Z 3'iNl rry o p w zd o �wID A` 3 m U �✓ �LL 1L4 nN °Q ^� w�� ww laW<e�sloO+os Mis v z 3 I z I (K LL otr10 dol mow. �, 88 oL9z, -HwaS leIna os or a 'pr hn3 aoo oo Fv ''...6Z'9Z I BZ'9ZI 6Z'9Z N 9Z+09 NOIIVIS 3NIIH0IVW 9 +09 N I1V1S NIIHO wool as pone g wd4b5-LLOZ'ZI�dV bmp'OLdd-OLOSS-aa0 LbZb6b 669£-d'ON 112111 31111 soo naos e1,1111ibu3 10 ;uawa odaQ bE'86+gg VIS 015L+b5 V1S 3lldObd NV NVId �I z .} fw 3%y 0099"999 19£"I+:XVd SVX31 OVOb NMO1SSOa d10 ° e OOL9,999,L9£,L,131 IlSRIH.7 snd803 )O A-LID :S311niin V 133N1S o k: Q LOVU SVX31'I1S121HO snd2J0o 3 m F �,ar h OZ£311ns'vn HV0NV?lV0'N 999 (460Z ON08) MI p ' ea W �A/1 � 133HiS GHVdO3l 01 1717 AVMHEJIH 31V1S w o O ���/ OV08 NMO1S80a 4l0 N NOI1w80S30 1 AS 1 31V0 'ON NOISN3a NOI1w11OS30 A8 I 31V0 lON NOISIn3a p z i I w yg 31. �pp� i w of – L Oo w w 3? o�o Ew oprc p p w aW o. > o R w3 .1 z z w 3 iz ego oa 3 – ti° v a o rc 2 mgo oao ao ow�o po w w o w rcn o �. 3�arp p 3 3 rc w o °N �a lz z3� iri a�°a �3v=i aoz Far�i9 �w °a °a °a s 6 w o r^° 5 o z 3 f a i ao3 k � a p� a r ~ zo= z ww3 �4Wau / �rc ¢� z p �ttrc ti m N oX aN n zw ` F LL —ISI%3 HOltlVJ t vvh S "bZ r > a xp A 4� 48'b 59 > y ua p w HN mo mo m a w b O a a�w1 } www ti _� ow In zow oa o ru a ;— osW=n Ilslxa 3 yfi 44iSc' 9 L6'b=101 ol tl SS o ll6tf O40 SS tll£ %� tla L ..-NWS N° se >= f1O 4 75 5 b5 NOIIVIS ssv 61 S' ecvz So pTCHLINE STA N 5 + + NIlHO W ooe Oa iae --� m wdOL�L-LLOy'El�dtl fiMF1'L Ldd-LLOSS-aa0 L4266b ° 669E-J ON VIHIJ 3d91 say!—S b--a 6u3 �o }—a -d.o Z d0 l 133HS W b3'ZN II, 9 0099'99eSYX31 SlIV130 Sf103NVII30SIW OOL9'B9B'L9E'1+�31 IIS18HO S(1d210S to ITIS :S3111�IinV133HIS 3 0 LO>9L SVX31'IISWHO Sd?JOO CP U) ',I6 -'N k 6Z£Aims'VnHVONVbVO'N SSS — — (KOZ 0N09) °D 13MUS 023Vd031 Ol 1717AVMHOM 31VIS ML o ti ---�/ (IMI NMO1S90H 010 s N0IldItl0S30 -777777771-0N NOIS117 NOI1d uDS30 I A9 I 31VO 'ON NOISIA3U I O' 3 w0� p o d _ O _ w Ow OERO O Qy _ -6 ZQ Q dor Oy tiW � oK o w zo O .00 NIW \ .OZ h Z aO-0 Q /~ iii— N Zp O « F- 0 o03 u. ¢ p - \\\ ZO OF O a O Q F °w O ° (n r0 ipz /V w w o 0. O Q / Z } O vwi /\�� C NN \\ w0 ? pz o O \ ,.... y w w Q3 /.zlb6 O m w co / 0 //\o 0 3 o o U ZO z v� o z /;r W foo U)M 19 C0 IoW w 'o Z. o m a w 3 om wwa CL w 4 � ° Z w w \ Amo g z U) ow - D m / v w W / U o a w Z s Z' O r. 'o L5 IZ ooI 3 wa0z�t-tloz'zI�dtl 6.+0'Z 30lSlItl130�SIW-ZtOSS-klkl0 tbZb6V 66K-1'ON 111111 3181 sooinaas bu,uaaui613 ;o Z z10 Z 133H$ ooI z o .} 0098"888"l9E"I+:XV1 SVX31 SlIV130 Sf103NV1130SIW ° -' 'z g oo e'eaa'sE'+�31 IlSINHJ snd803 )O A-LID smui1 n v-L33N1S o c LML SVX31'11SI2JHO snd?JOO 3 p) F r,'' i OZ£311f1S'V(1HVONV?JVO'N 555 (460Z ON08) M o p 1332i1S 0aHd03l 011717 AHMHEAH 31H1S wl o sn o 4H08 NMO1SMJ d10 N NOI 180S30 -777777771ON NOISIA7 NOI1 NDS30 I A8 I 31V0 lON NOISIn31! I 3 o o SN—NO NMOHS SV H1d30 o CL LU zOU z0 QpOw w1.w ry^ l.z °3 eau �} W ti a� K~ J wo wo w 900Q m NOz Z) U OISN31X31tlOiIH1, gg, �Z O° — O O Q w e sn 3w J Q o ° Z ay> L1.1 LU z 0- w n m -- o to �Qe oz z n m rc ii Ln Ln Ln N Ln Ln V' 1, w m t1 On 00 S—NO NMOHS Stl H1d30 Fa-i W e-1 r- r- e-1 N N r- � W } W W W W W W W J Q- d- d- d d Q- d- m } } } } } } } _ O Q 1� 1- 1- 1- 02 1 F w v I-z. � a-i M cl' n 00 �' z v z a w s Iv_ c-I c-I c-I ci 1-1 M oow z 3 _ y°z W z V (J lJ CJ CJ CJ (J N ti a� azo J H H R H wp w dim G3 W J W W W W W W y�z $w co J J J J J J Z Z Z Z Z Z Z Z U 9 �a W OISN31X31tl0—, ease ZFo >� a Q O Z EL3y J Q o ° a�> W W z 0_ w f U \ �a. 1 ow zap ° ua w7777771777 emoz3ozs�Ivl3o°s1w-elossaao Irozvse —S a ,_ < ,±raga « % 0099,998 s#5 S3T±a saa 21S }-!. ) esu +Am J 20 : iinR •4 ~ � e m m /o /W saa Aw � �MHe,«wS G u� amNMaam mo ( > ) - ! | ) \ \ \ . . . . \ , \ , / _ ! : y - . . § § [ \ zw - , : !! - © \ . . E ; � ; . �^ -0 $- —� . 22 _ R > -_, - °° \ \\ � 0 / !, Z. w. ) ) 4§ [ _ \ > \ } \ . \( ( \ . ( j , ° j : -- - �� : \ 0 § g \ / :}\ § \/ o /: _ a \\ §/ =F w: --- §{ r.- \ / \ \ Z , §_,! : _!!: r �`! ` }\\ \ ° ` ` —S a ,_ < ,±zaga « % 0099,998 s#5 S3T±a saa 21S }-!. ) esu +Am J 20 : iinR •4 ~ � e m m /o /W saa Aw � �MHe,«wS G u� amNMaam mo ( ZZ z 2w > ) - ! | - \§ a _10 ww . : z2 \ co/ \ w $ 4: §¥ : , �v g, ( - \ - ! | !, . o ; !§ja \\ ( [ : /\ ,� \ co: j Iz z « «\ e u§ ((][;\� ` 1 - _ « _ c z a : \ 0 - - \ /\ s °( --��z , � . ) . ) / \\ / \ zw �^ \\ ± a= / \ _ _ § -_ , - � � /�Z. § ~ ` 0 W/ I z I {/ \\ ! I !_: `}[ m, z: Z. §! }` , z: / I ; ( Eis 01. ) , \ \ ' 5,; : ;» —S a ,_ < ,±wage « % 0099,998 s#5 S3T±a sea 2a }-!. ) esu +Am J 20 : iinR •4 ~ � e m m /o /W sea Aw � �MHe,«wS G u� amNMaam mo ( > ) - ! | \ ; ! . \ } } ± \Iz ( > ± ° § > § lzlz �\ §! ^ _ \\ \ ` ®! _ �` C` MM 0 . ° . . \ % ƒ{ - ool = - ., - m: L, . .� g z ` }MS \\ MS (\ �`§! )� ; `» I � ! . . . . . . . / u ! §, > / z / )! =a= »E ®{ / )\ e/ 22 \ \/ \\ / \ \( —S a ,_ < ,±toga « % 0099,998 s#5 S3T±a saa 21S }-!. ) esu +Am J 20 :giiniin«•4 ~ saa j!i e m m /o /�W saa Aw � kVMHDIH«wS G u� amNMaam mo ( | 0 0 / _ . : / 0. 0 \ � z u y! , zo I z! \� o: « � 9 z � ` Iz ^� f : w z . . } \ . � . / «\ a Z . , \ 9 0 ® �_, -� \ / / _ \ \\� / \ \N — / = UJf ! � u= !E\ 1:0 . �° . ; ;» o 669E-3'ON Wali 3d81 —!—S IO— odaQ 5d06133HS � oose'aae sE'+:xv3 SVX31 SWHzliH-1 Mlois 'IISRIHo SndNOo e y d OOlB989"L9E"V+131 IIS18HD Snddoi }o .11lo :S3llnlln'8133231S v G t..SHX31 w oze 'vnHVDNVUVO'N 555 Of 1332US GHVd03 0 t 01 OI.HMHDIH 31ViS o CO 8 ywY-�` P OH0H NMO1S8021 OHO NOIldIaoS3o A9 31Vo ON NOISIA3a Nolldlao53o A8 31V0 ON NOISIA3a R $ I 3^ " ez R z�rc� ww ° o R _g o LLI �I R Loo o i z � / \ N o Q S Q S 3�z H o H z U)z M m crio cr _a7 a'o w o w w R o R e R _ z q 3wA Jaz; ° rc� �3z zug oo o A. 9 In o o _ z g W o 0 �z ZR. r o Q U)z 2° R�Y°o 0o cz U = ua � z w» - z i �'- w wgg �m oQ>A aR u 1wzw R Rw rc R N (ozo .o> Q g w3 Q g N� 10 z z - 2° R cr Z, w �z es Mz Og �a Og x mz 10 w v w � U aW R S R wazz¢-uoz ��av a��osi�a��w,o�s-e�ass-aao �azasn z 669E-3'ON Wali 3d81 —!—S IO— odaQ 5 d0 Z 133HS oose'aae sE'+:xv3 SVX31 SWHzliH-1 Mlois 131 IIS18HD snddo0 }o .11o :S3llnlln'8o sndaoo v G w oze 'vnHVDNVUVO'N 555 Of 1332US GHVd03 0t 01 OI.HMHDIH 31ViS o CO 8 ywY-�` P OH0H NMO1S8021 OHO NOIldIaoS3o A9 MVo ON NOISIA3a N011dlao53o A8 31V0 ON NOISIA3a "@, z dao z o O �xO o o i C w co '' V @ s � S H 110 st H I z z cr Q o 0 o m J �uM XW m m mx���d mN'$ v$ $ zurc> 3WN zLLm o�wwz $ - @ oMww - �" z2 �' s 3 3 3 w3U�pZ> Ww z � WLo p o o f O W o 0 N ;� M co� - o°_°_ ma <S u� waw w 11 z zg. z �@ �z o R o w w O@ O@ w�pz0 5 LL mX - w ti 3w o ?2> w u,2> zLL 3x- 3 - z '3 R r w �x $� wf�> 00 Qg Q� co U)Z U)Z Z cr Z LL LL Y O 8 ROJJ — � ztEz $ R U e Fym — r whin ZNin z z¢> KZE> w — w w wasz c-uoz ��av s�zosi�,a��w,o�s-suss-aao �azasn z 669E-3'ON Wali 3d81 —!—S IO— oda(j 5 d0£133HS 8 oose'aae c :.V, SVX31 SWHzliH-1 Mlois e y d OOlB98ffL9E"V+131 IIS18HD Snddoi to .11lo :S3111�I1f18133231S v G N o oral sdx31'uslaH�sndao� _ _ � OZ£311ns'vnHVDNVUVO'N 555 �460Z ON08) `v�� O _e 'W� y 1332US GHVd03�Ol t7 AWHOM 31ViS w o CO 8 ����/ �J OH0H NMO1S8021 OHO NOIldIaoS3o A9 31Vo ON NOISIA3a Nolldlao53o A8 31V0 ON NOISIA3a � I S z�� J z sZEK < LL Cl) z \ 3�� V Lo ii 0 a x O o H s I—OM �gU)OM O o w w w R 8 z p> zw 02> �LL �_ w �- 3z� faN�N R R Z.. z �-LL V oz 3 z w wLL 0', M z w S F°' aNJ x� m pN r 3 8 8 - - 3fZ,. S .Z. W w� co R COQ o o w p WL— V z f> w Q zrc- Q- H z g H-10 U)1 �z u - u Q o Q o 88 �LLAN v x x zm> wpm� 8 $ _ M z „8 wo 8J om ww - d3� LL u 3e sa mf �M w 3 z o RK wx Z>_ x$ z 3> 1. Zz z I Iz w_ 1. f a rcrc Z� Ns�o z xd— z w �� 0 M a ww z t R t 8 0 z us s 1 mw 3LL $ z ,ec u _ yg LL o- a'z �z w z c� N8 Og Wim 0 M _� m xw 3z � www'_ 3 00 two wasz-e-uoz Y�Fav s�eosi�,a��w,o�s-ozass-aao �azasn z669E-3'ON Wali 3d81 —!—S IO— odaQ 5 d0 4133HS�--771111 � } "'hl m y ^ oo99'aae SVX31 S�H2331H�W2iOlS y e y d OOlB989"L9E"V+131 IIS18HD Snddoi }o Allo :S3lll�lln'8133231S v G N ;'o* or9L sVx31'ism o sndaoo _ _ 4Wa OZ£311ns'HnHVDNVUVO'N 555 (460Z ON08) v� O _e 'W� y 1332US GHVdO3�Ol t7 JkVMHDIH 31H1S w o CO � 8 ����/ �J OH0H NMO1S8021 OHO NOIldIaoS3o A9 31Vo ON NOISIA3a N011dlao53o A8 31V0 ON NOISIA3a � $ I S zR�> M z � Q o m o o o o i w O o Q wi 2> zRw LL W - O O rc a U) 22 u & g pg W - W z zm wLL m o wwm- zN Y g z�E' LL w o U U Rw x�rc>z Xoa O LL mn O o o w RV 0 0 arcs A why p U w 8g 3m I— m S ZRZ �< Q w x �> w (n o U _ _ Z O 4 U U Rzo ma 00 R M EZ RU w 3my z�a> Vp o o st wz 0 0 �^2> w .- O w S �' -0- $ uSw w (n 710 ze z N am } Oa CO �3 z f U W o =zw w3 3 w O waeee-uoz Y�,ay e�nosiwa��--zass-aao �azasn —S a ,_ < &±,aga « % 0099,998 s#5 9a#e m±e 4 esu +Am J 20 :g��«saa ! G ) /\}! • m m - - , e u ~\4W� saa Awo�/� �e,«wS Of (140Z \ - amNMaam mo ( | / § z / ) / !r \ ! �. / \() ; ƒ , 2 , , ) [ ƒ /t )\ ! \f _ < \ r� /} 0 02 \> \� ! ! , CE :/\§§ \ . / : . } - ) : § § U [ : z` \/ / co Z- m0 o 669E-3'ON Wali 3d81 —!—S 6d06133HS � oose'aae sE'+:xv3 SVX31 STV13G dWV2J OWD e y d OOlB98ffL9E"V+131 IIS18HD Snddoi to A-Llo :S3lll�llfl'8133231S v G N ;'o oral sVx31'us1aH�sndao� _ _ � OZ£311ns'vnHVDNVUVO'N 555 �460Z ON08) °v� O _e 'W� y 1332US GHVdO3�Ol t7 J.VMHDIH 31ViS w o 8 ����/ �J OV0H NMO1S8021 OHO NOIldIaoS3o Aa 31tlo 1-ON Nols,77Nolldlao53o Au 31Va ON NOls— I u u 0 ® o z z N �a z� zw a a' 3 mo 0 J °�n w o U) dWtla.S U) LU n m I o � m W \ W 0 3 J a� m M w J LL W Q = D zq O X O cr x z Q q LL Z Q O < O o Q RUSSEU-ORNE o O m N 5 O Z O 0 O ^p H m a�w U) N O m ° ww mom" 0 ooNiaN�n o �� O w� o � m� E m° w� -- z� O Z, m zoo .w o 04zoozN� —00 -ao� w���za mamLL����� maaa=e-uoz Y�,ay W,—.dwva Baro-ezass-aao 11zasn o 669E-3'ON Wali 3d81 —!—S 6 d0 Z 133HS oose'aae s£'+:xv3 SVX31 STV13G dWV2J OWD d � e y d oOIB'98'I0c V+131 IlSRIHO SndN00 lo .1110 S3111�I1f18133231S v G N ;'o oral sVx31'us1aH�sndao� _ _ j � OZ£311ns'vnHVDNVUVO'N 555 �460Z ONOO) O _e 'W� y 1332US GHVdO3�Ol t7 J.VMHDIH 31ViS w o CO 8 ����/ �J OV0H NMO1S9021 OHO NOIldIaoS3o Aa 31tlo 1-ON Nolsl77Nolld-- Au 31Va ON Nols— I u u 0 0 ® ® 0 0 m 8 g y < x o � � m U �! O ty_m(n u JNIONtlI .s nn�m.n_u oNIONtlI S vev oe vo°° � eee p W rc N� } cr o U xLL W a0 > a <m J s W J$ yMLL >n�LL o Q O Q ayp yaLL H Q DAINJ Ai21391� 0 Q 3nR3(JA230101n m cr cr 0 mp "L w� J m e m o� O O JWP Jy 0� O �ya�JsLL yLL � yUry� � oNIOs�N �tlI yG� - u O� Z oN10— OS OJ 2 a $ Y 0 &m o &m w� RR99R U R, R,88 x Z,639 2z �o Y Ss ,639 ..wwo m �oLL m 1H0rcaa `-'mz 04 0-o umz °Ooo.��ag ~ I �as ma�of�,�g2 macro=e-uoz Y�,ay romp zol3a dwva Baro->zass-aao 11zasn o 669E-3'ON Wali 3d81 —!—S 6 d0£133HS � oose'aae sE'+:xv3 SVX31 SlIV13G dWV2J OHnO e y d OOlB98ffL9E"V+131 IIS18HD snddo0 to A-Llo :S3lll�llfl'8133231S v G N ;'o oral sVx31'us1aH�sndao� _ _ j � OZ£311f s vnHV0NVUV0'N 555 �460Z ON08) O _e 'W� y 1332US GHVdO3�Ol t7 J.VMHDIH 31ViS w o n 8 ����/ �J OV0H NMO1S8021 OHO NOIldIaoS30 A0 31tlo 1-ON Nolsl77Nolld-- A9 31Va ON Nols- I u u 0 0 ® ® m o 3 Q sb g $ x U $ RAMP 5 m + F a SIDEW�K O a g Q D aK Q�4 $ cr a��mw�LL � (N1tlM301S)ZLa ted-. amw n x J ~ yAdNmY N QO 0 0 $ Z a d' Z ryLL $ Q SSAXETDRIVE O a cr 0, Mm y« S o p 302110 HO-I VN N m Z wa' � $ O O O � env m� LL o m �w a� LL M w O mN w yry-' m gp__ °oN10Ntll z �SIDEWPLK ma wh m ` n a� °aoeve a o�Za0000 t v m w U 000ama0000 o� oa5ao yA� yM� � m w� �Z y � < 0 y 5 x �lO�l F� wz SO yM� 0 o Z o p « ah o w9-39 R�R99R J i 3o R�R99R �oLL�s= w �oLL�s= w =o�wx m zmo1 m 0000mmaumzw moorcwa umzw mawm HZ, m�o���as o�m�� waLa=e-uoz Y��atl pMp col3a dwtla Baro-szass-aao Iazbsb i 669E-�'ON Wali 3d81 s—!—S p 1—,Cd.( 6 30 7133HS z �I 0099'99e sE.�,:.V, SVX31 STV13G JAVd OWD d OOlB98ffL9E"V+131 IIS18HD snddoD to ,111D :NIVH(IAHO1S'8133HiS E G N ;'o A oral sdx31'usiaH�sndao� cp OZ£311ns'vnHVDNVUVO'N999 (460ZON08) `Ar Of ea°" � 1332US 02HdO3�Ol 77 AWHOIH 31ViS w o __v 8 _ �J OVOH NMO1S8021 OHO NOIldIaOS3o Aa 31tlo 1-ON Nols,7 Nolld—ST. AN Tiva ON NOIs1A3a I u u 0 0 ® x ® o 0 mw� 5'TO MATCH N m a EXISTING z y u ° --�- - W_ ONIONtlI Q RAMP d SIDEWALK 00000aoa0000 <e .< �50MENS > $ ' o w o O w co m $ NLL O U) �+mw aww N m cm ryLL �u�iMmwM�. ~Q yXd O ~Q O O N SAXET DRIVE Q Z ON OR�JE z p z o 6 NE O o O U) $ a o U) cn co co s w� m SIDEWALK RAMP g .1O se' ie m On z¢ o °m o wn mal- mm nm�m rO� rvI- .O m -- m mw rvmw aww w nK Sw 3 mrvl- ZQ m0 &w O m ¢z m ¢tq ¢w V H_ a Z jQ 2-ow`NN w ��LL m w n 5a mzol )w LL mzzmow w °1ao _� m woaoww�I`wdz� °.Qo am ° 0 ° aw�w wol-w mag a wags=c-uoz I�av aMp aslda dwva Baro-szass-aao Iazasn , a > m mz 6£9133oo 03 � 6 s#a 13032�a mm (§ All» f` ( es m 7603 a go : m,gme - 7 \ /±§! 2 m 999 = _ ,m } -U �MP 1322 awo w£6s j} k \ o «mNMm@m mo - : . . . � 137 \ § ` \ ] ! ! 7 _ : z jw o / \| ° j \ s ; 2 \` \ ~ =k U) F- . c § ) j ) ®` $ [! co 7 © \ ? G 0 :r- .. ` ; / \ g, \,§}_ �§ coo: - } _(` oz o 669E-3'ON Wali 3d81 —!—S 6 d0 9133HS oose'aae s£'+:xv3 SVX31 STV13G dWV2J OWD d � e y d OOlB98'I0cV+131 IlSRIHO SndN00 lo .1110 S3111�I1f18133231S v G N ;'o oral sVx31'us1aH�sndao� _ _ j co OZ£311ns'vnHVDNVUVO'N 555 �460Z ON08) O _e 'W� y 1332US GHVd03�Ol t7 JkVMHDIH 31ViS w o C � 8 ����/ �J OV0H NMO1S8021 OHO NOIldIaoS3o Aa 31tlo 1-ON Nols,77Nolldlao53o Au 31Va ON NolsA3a I u u 0 0 o �Ne 19 - �oo W U) H U) W Z Z U)U O � O M O sf w Y }} Q Q s p cr In m O cr J O� Wass=e-uoz Y�,ay aMp sol3a dwva Baro-ezass-aao �azasn o 669E-3'ON Wali 3d81 —!—S 6 d0 L 133HS oose'aae s£'+:xv3 SVX31 STV13G dWV2J OWD d � e y d OOlB98'I0cV+131 IlSRIHO SndNOO lo .1110 S3111�I1f18133231S v G N ;'o oral sVx31'us1aH�sndao� _ _ � OZ£311ns'vnHVDNVUVO'N 555 �460Z ONOB) ` O _e 'W� y 1332US GHVdO3�Ol t7 J.VMHDIH 31ViS w o CO 8 ����/ �J OVOH NMO1S9021 OHO NOIldIaoS30 A0 31tlo 1-ON Nolsl77Nolld-- Au 31Va ON Nols— I u I � ® o w o 10 0 x 0 �a � $ -.0 I aim o y LL o a I m Sb � 1r zo / ymh o n w oN10— Yn r u LU a W J yXd 0 W LU coO N o Y In x ANLL Z Q o Q y uyMLL 0 Of o KREJCILANE I Q z Q O O p cr 0 0 Z m Z x LL O O OeE�oRN� o O Jw U) S U) �xLL m O m � $ c pAMP Z w F SIDEWALK g W� � � �nnu o WZ 0w �oNNNN- 0J oaoosoo yM ° J N ! o� m o f0 w 0 0 ab Sw � a oa za �Q�oso _ 9wo LLi W �woLLi 'w_awoow �i�° a °W ohnI Ha � °Oz L,rc �oza w�'owowi �OSd 9 z< Sd w77777177, sMp ml3a dwva Baro-szass-aao �azbsb o 669E-3'ON Wali 3d81 saoinuas 6 dO 8133HS � oose'aae sE'+:xv3 SVX31 STV13G dWV2J OWD e y d OOlB98ffL9E"V+131 IIS18HD snddoO }o ,lllo :S3llnlln'8133231S v G z r� Jo , sora[sVx319ism o sndaoo _ j co ,yi OZ£311ns'HnHVDNVUVO'N 555 �460Z ONOB) ` O _e 'W� y 1332US GHVdO3�Ol t7 J.VMHDIH 31ViS w o n 8 ����/ �J OVOH NMO1S9021 OHO NOIldIaoS30 A0 31tlo 1-ON Nolsl77Nolld-- Au 31Va ON Nols— I u 0 o z z w o w ° o 3 a°5 S MK my o�> go o5 � my IIOII o N s sll _ oN10Ntl O 0� m� �Z _ o Z�. 0000a 6 umi w 000000 ¢ 2 0000a Davao u w¢ ° �>a 00 �a-+ 000a �Oarc u No N w¢ N R Wcr f fid€ yLL c O � s U W Q yLL Q -Z d O z m NQS U F Q o a Q m Of0 Vol N� � cr 10 N\P�GOVR! cr BP z co 00 0 z O Of O m o m crm cr e°eaeeevaa 00000000aa°ee 00000000aaoo o 000a00000aoo 000a00000aoo ZE JNIONVI ° m LL n '0 U fp� 0n � =9=nn Z(- 1r5 w� N F z¢ ' z Q OF (nn�n � o 2 Q O N S a J � n o ^� Z., z ur r 1- I-_ 0 0 ° _ ,� o ao5 - "w'� ¢�Qo �3> `- ,Q Y y w & .. oow w ¢O�00 v1M¢°1'a J jo �° 2 ooy¢ °viz j0002- O 02- °yZ wa�ofw�a�0-, ww wawo H�05LL w77777177, W.—.d—.—m-S 11— z669E-3'ON Wali 3d81 —!—S p a—a Q-da 6 d0 6133HS�--771111 � } "'hl m y ^ oo99'aae sE'+:xv3 SVX31 STV134 dWV2i 92if10 y e y d OOIB'989"L9E"V+131 IIS18HD snddo0 }o Allo :S3lll in'813z]HiS j sd v G z r� Jo , sora[ x31'ism o sndaoo _ j illy , ,yOZ£311ns'HnHVDNVUVO'N 555 (460Z ON08) O _e 'W� y 1332US GHVd03�Ol t7 JkVMHDIH 31H1S w o CO � 8 ����/ �J OH0H NMO1S8021 OHO NOIldIaoS3o Aa 31tlo 1-ON Nols,77Nolldlao53o Au 31Va ON NOls- I u u 0 A x w A m m z ZO yJ ® mm wZ � m " m aw a a m ZOzz wN M Nw M �o Az_ * so a s o m M „m z m m e y" y m v.,., z 5 F Ne.LL u �"F w m^ mw $� 5 0� oe'd o S�OEV`W'K y �8 y 'II W m ysm�sLL w " �F °°e & U) Y W y ti W a�wa�w � � am"myryLL � w ~ w w U) > > 0 CL CL J o Q Q vP R\��RROpO O a O UP R\J�RROP� o� O ° O mzU) m o° m 0 m ow y w o w m Z. ry s mLL s O a P\' aso�+ K g mmI- w m ¢ om R ry i"a zAm N n 3oz o rcm, sst y $ oN� Iw z 3m y „E m y” w 10 -- m 5a 10m ooZomax ;s m � o< omz0 w m o�Ig°LL 0 o 77-77717 gay aMp sol3a dwva Baro-�eass-aao �az4sn o 669E-d'ON N81J 3dH1 sa�was 6uuaaul6u3 �o �uacu}lndaQ a3 1 Z6 3O L BINS ;y 0099'99919s'l+:xv� SVX31 inn VlONIlSIX3 ° 90LB888"69E"L+]EU I1SINHO S(Ic(NO;J {o ,1115 S�HNJIS0133H2i1 o W) LML SVX31`I1SldHO Sndaoo a rn OZE 311ns'vnHVONVUVO'N 555 = (b60Z ON08) rY �;} 1332i1S 02iHd03�Ol bb IVMHOIH 31V1S w o n 8 \TJ GVO2l NMOlSOO2J MO NOI1dIiJ�S30 A9 31V0 ON NOI 1-1 NOI1dI-- A8 31tl0 ONNOIS'All a° O a z O O O S o k o $ Z � 0 o p q ° a ° w s 6 z d - ° m o o y a _ o W 0 0 0 0 0 0 0 0 0 J Zg ti ea �, bT K m O z o P � Ln 5 N10[ x p \- V ry} w�d V W u. /�y ua V Z Nro4 E7, - � Q Q z d a ° o o + 4 oa w N ..,:2'. oK a oo/s w 0 C% 2 NO i X �o nz o M .... kg O >w 0 m ot< a � it a rr, x o o S .w a awx( wtlbZZL-LLOZ LL�6V 6mp N(SIlbZIItlNJISl00S1-iJbO IbZb136 z 6699-d'ON Wind 3d81 sa�was 6uuaau16u3 4. �uacu}�ndaQ Z6 JO Z 133HS 0099'999 19E'L+:xvd SVX31 inOAV-1 Wd 00L999919E"L+]EU I1SINHO S(Ic(HO;J {° ,1110 SWN9ISOIJJV2i1 o LML SVX31`I1Sld HO 5nd'doo co ',I ' % il OZE 311ns'vn HVONVidVO'N 999 �_ __ (KOZ ONOB) G ....... �;} 1332i1S MlVdO3�01 V17 AVMHJIH 31V1S w o co GVO2l NMO1SOO2J MO NOI1dIiJ�S3O A9 31VO ON NOISIA3iJ NOI1dI-- A8 31VO ONNOISI— a WOQ =� WZ�O �Q. O°zZ-z �>- ZR`�Z° ti>� o U o z z O¢ pz� O��y OZF z s 2 Z. �' z OO u' > > �dNZ ci 00 �z nSUo wvi° oUO�w Uw(ri >„ W L'Cc) O O oZ¢ aw wg� zz zN zN zus � a > > z a O a a z w z ZEE zQwE. w n ° �� ° °z o s s wz o>o6 w o0 001 �s r-s �s 1s o 0 0 ORZ Flus OZ °�, z Z< ao° awe i�' iNe�LIDC"� - �Q w x ti woz oWQ w w4 wR w Wg a �c.� o d < m - - IoQ Iz� �ozU Ia ti AIJ Z o a o swy r.� suwd �- w, w o o g o 0 0 woi wQ� .4 1- -<-Z °z as gs C WZ-1 D a d d a d ow ow d �� w� o �� aN �� Z. EE a a a P �sw X03 's �0w Na '�'a V� w wwz" woz 'ww� woz o w° o z,< so o>oo ao Q° Qa o _ i l.< � w Z. z° o� M I¢z O ¢ F \\ i W g - K U h _ O N U ¢ ° ¢ I- °� � ~z o Ow o tt LL a� W sz ro° M <2 C Oz �Q ZLL W °Jp a d' H NMO(g wile e 70m J V U �.... o & a �W m Lo a y 41 1P H w a ,,,;arrmrnt�a'Ir+'I ° r my m °Z z 0LL� ' 00 w �_ $ a 010 � •- z a o ° °o � n o w a a m a o wasza�-uoz'«�6v 61p N0I1bZIltlNJISZ00S1-iJb0 I1Zb136 s 669E-d'ON wall 3d81 a�wa5 6uuaaul6u3 ;o qua daQ Z6 30£133HS H�f1O3HOS N(lb ll(1ON00 w m, oa'aeass'+:xvd W 0 00L9888"69E"L+I3i I1SINHO S(Ic(HO;J {o ,1115 SWN9ISOIHHH2i1 o LML SVx31`LLS@JHO Snd'doOco a0a OZE 311n5'VnHV0NVT3V0'N 555 — — o w -yam- �KOZ ON08) o a 1332i1S O2iHd03-1 Ol b4 IHMHJIH H1Vis L 0 co � b T OVO2J NMOlSOO2J OHO NOI1dIiJ�S30 A9 31V0 ON NOI1dIln— A8 31tl0 ONNOISIAll Y u z m J J pw z O cr Z O v=i vai Y > 0 cWir = 4 "�� vai Fw- Op z u w ' to J O Q I- w Q O Q u Q H Q 0 z o u p w a m (D --� z w (z`'J > d 0 Z w pw W d Z z s (/) I- m = W m W of (/Y c z mc a w a Q a z w ° oc z p Q z < N z u = x J G J G Z rL m W .�, O.. G t7 W Z I� u p Z u H z i z w 0 vwi �_ w w Z z O 00 vi Q w O w J Q u a w p Q p c� (? �' p cc H w O (D a q m z V °- w H O p N Z w ~ m Y w U Z > rL Q 0 m a w w z z w p l7 W m Q D a d p o p m ~ ~ w w U Z yr ED H w 0 0 0 0 cG` w m (D V q w u w a U a w h- m m rL N a J D w F w m w w 0 Z F- p a w a O a Q z p p w Q I" ~ w Q Z F- O O p w p in W o O w `� u O Q I- > m p z yr a cc `n z p N N O p p z m 3< H O 4 Q Z vi w z V O u w �O Z IY- Z O z a H a O Q 0 > yr q p v~i m a l7 w pw pw w �- O z v� z uQ.. N w m u o z Q o o m a Q o o ? o a z o a > a a u a m a ° p a z 0 O I" Z u z w .Jr O ~ a O Q a m a Z w p V z 'q � p p u m z yr Z: Q vwr Q m w h-- m vi z Q n. p 0 J w m p C7 m in v~i z LD O Q Q O z V' u w q J w 0 vi w u m m 0 U H w z d q O Q V r`t w z b z u O Z w w h WAG` G Z Z 4 w m u a 0 O u u mm u-u- 0 O m 0 w w w u a 0 vi -' u J Y > I- w 2 Y m F- (7 o Y m > O m 2 m Q w J w 0 � ou o � > z` g (DU w0 a > v° 0 a o > < od o � z w � mc':: w o z 0 = Q w m x x z m Q S ° u H w O w Z O Imo_- w O z vF-i d z m O Z Q w u O (D z Q m Ou a z rt m O WO z y .wr vwr Q m WO O Q s O m o 0 cQc u z a (D Q d I- V u z Q m m J m V O u 6' W z N Z J p p J o I- Vl G V --� H (D Q a q c try ayj W G c Qc V O 6' p VI Q W (.I 0 O O.. U W .W-! � _O 6 CL J z W Q Y Q J d F- O.. Q m N yGL Z w Z O U p O G W W :5 W z z m (D -0 m � W d' N � Q q CL � � V J O z W O x p Z 0 yr Q U W Q Y u m O Q O > a (7 J w O n, q .Jr a Q J in y N U 00V u Q p w m z u Z p a a a q Q 3< O m m Q a O .,n `^ Q p vi m a q I-- Q w p p 0 w J m u z_ U O W p^ p J w z Q H w w w u z z a I- S z a J iD Z rL Z O w '4 m w F- �- v� I- Q m O m n. m w Q w a z 0 O `� m 0 Q -� w > v°`i v~i z > S m Q Co h Q (.'I m O Q Q v� m m p p vi = O w u 0 LD Q (J p J m J w Z p �' h H J pW Z Q v~i O F- w z .Jr -J- yr W J J p p z W z H ~ V Z Q J I- W m W u Q w Q m J Z J z J O N ~ O W W c=ir w d U in �G` ?� I- w H 3r 0 p w ��. a '�- S w z Q 3< J Q C7 Z p Z .pr Z z 0 N Z z F- O z a p m O Z `� H v=i "' 0 m z w O Q O O lm- `^ rt z ,� w z O w O v; d p 0 > p J 4 U O p Q (D w w X p a z H u ~ vim`, z Q z a 1u.7 J u z o N p d N u u z a z vi W z m 0 C7 0 p z z O w 0 (J "' Q WO r w' w z Q p °- U Z) O z z � w z LL h= a = (pj = Q o V 0 u m w w w O w Q m = V m p z u m 0 O s m Y N z (u Z u' z V Z DO z u z 0 �} = d Q N w u you u � w > o woxa � � wz w zz � m � a � z `you m o0 0 ww � zd � gm p, W W a W Z Q m W 3r 0 pW O W = Z Q �- W O w J 1< V W m W W W z x m W Z z J_ v, m > aw W > Q >r - (D CC) R) r- u au c Z) cc) hO h o um Q %( Qm Hz M: M:H Dom0a uu � >r (J O w u.: (7 Z _ -, Y .-; z C7 a CY CL 0 a 0 6 m > Z O u H J m 6 l7 w p z o 0 O j p0 z O H u vY z `( H u q w z < --� yr p p P w O p H Q J Z Q m h m z g w z Z > ED w Q Q °g Q a O p O W rL H a J z O p Z 4 C'J O O F- w z l7 r-y z z z o Z z z Co Z u 2 H `� u h O a w m Z < a w (D 0 Z O z z O p o m F- o Q p z O I" w w Q Q z w p l7 W J to m z z � az = H O JpQO w0 O ° v, 0 Z o � ¢ o> ow ~rw � zz o p w >' V a u z v~`i z a a 4 w CY �'S O 0 ` Z Q w z Z b Q z z a rr o w z ~ ? 0 p w } o z a s ° z o w w 0 m ED F O w 0 a 6 O z 0 w w Q D u Z vi w v� in v=i O in uw,, m w p �!- w no u z ~r O w D °' }� Q m w w H z ~ a zI O eo > O h w Q u eo Q , z o O (~ z z O W x W LL 6 N Z I- O z W Q I- 3r 3` LL � z {~/1 Q M 0 (/) N O z Q > vi Q a m p z 0 m V a (7 I=- 0 -~-i 2 Y H d z z OW ~ d w `2 S O Z lJ o m w 4 `� d v� Z Z Z S V z o 'S Q w l- FJ- O w Z z w a v`I-i N H Y 2 Q p H ~5 zu1= v`, Qp -> "' p zhpO za Xod � p - w 2HpH zi z moa o xz Ozz Oaa W QO � W pl- ID z > u W W H m yr z d IQ- a J Q F- w F- Z 0 0 w v� Z z 2 O z ~5 Q w w z z z z u`. 0 () O O pw wO U a l7 0 ''''' 0 0 0 O w Q �_ 1~ z Q m 0 Q O °- ED m rn z 6 m z O m hw_- u z CY pU' O w a m u w_ °� .`q m w cG O Q vi O m w u p I- c u W I- H , in I- Z 0 EDin Q a w Z 0 J p rr ~ Z W Q J w ( '� �` u 0 q O u x Q � Z z w Z v 0 6 Dap z O Q ~ Z m z O p m p m z 0 H z W w Z I- c0 W Z z V a Z a m 0 rL J w z p O m p u Y z z w (J m w O m m h o d > V w o d w h (7 0 z V1 m Q J "/` O a Z O Q J G Q Z 6' I'- W I— Z a Q O LD Wyr w I- F- z in q 0 q u 0 � m a w in W H V F- m O z Z -� mOz � z ~ 0 �- v� W O ZQ Z m uQao- � Z m p 0` zz zo z ~ u �? `^ Qz p 0 m Q Q V O vi a w m w w d Im- z a Z yr Q J H w m p z vi z z z p z 0 w m w w u w O N w p=, N a z Q g H r vi W m vpi Q o Q w ,Q„ w O D z u w rt J O w to v, L z 0 O M Z a s " > a ^ u w z w a w Q w = z oO o z � " O J w w yr a }� Z > 0 Z p m w a J O CIf v~i H O V 1- (D m H w u Q z z � u o i � °v i °a O 6 � °� a m X o o co m � o o � u x a Z) u � u O a a I- (7 (D v� a u F- a w w Z G m O z Z p m 2 W H Ou ww W {Ory O Z Z p (`J z Cf M (D J ('J S z w z W W = W = W ~ CL lQ/1 Z o CL W 0 m W m O V O W O I" J t0 - gy m - .. VI z - z Q z to J u zonav~iO zq W m aaU60 dQa z z Z � ga6m0 wm O zQzOI._- u 0 0 �Z Z � O } Z w Q W CL w w w Q w W q Q w w O u d VY H -, cc v z V Q F- (D '�^ W (J Z Z z (D m 0 O z z Q Q CL z z w to = O m Vt ~ m O Q Q n, p Z p Z J G J O to J ' J w m M 2 a 6 W O p w 6 w w w o.. z O v o cr p z w w a m H z w Q X yr Wm rL D u 0 u m u z z cG` O Q w z u w z x a a O o V < 0 O q m w p O < o J O `� w rL a w `r (? O z ~ w p O Q N a w I-- q rG` �` a w w °� w w 0 z Fw- z a w 0 vwi a H a O W a u u Fz- z u w Y m 0 w -� w Z W > z Z O O °- Z w w �S S 3< h H `� 0 m m 1= O a y = Z m O .wr O .Wr O O 3r z w m Z u m O yr O m O O u t w O Q F- m m Q I- F- v� Q J w I- p z Q yr yr Q I- z w a w F- (u w H Q O a P z P V Z Q m V p w w u. 0` m Q m u (7 wtl9ZZL-LLOZ LL�6V 6mp N(SIlbZIItlNJI5E00S1-iJbO IbZb136 s 669e-d'ON wall 3d81 a�wa5 6uuaaul6u3 ;o qua daQ Z6 30 b 133HS H�f1O3HOS N(12111(1ON00 2� 0099'999 19E'L+:Xvd SVX31 ONV S310N WV JIN30 0OL9999"19C" -I31 I1SINHS S(Ic(NOS {O ,1115 SWN9ISOIHHV2i1 o LML SVX3111Sld HO snd'doo y rn a V07 �I OZE 311ns'vn HV0NVldVO'N 999 � (b60Z ON08) col� af 1332i1S O2iHd03�Ol b4 IHMHJIH H1V1S w o co Z OVO2l NMOlSOO2J OHO NOI1dIiJ�S3OI A9 31VO ION NOI1dI-- " 31VO ON NOISI�3iJ a J a o u N u J t i Q z a u l7 - v1 q Z z ? g 0 Q v1 �r w CL W 66. to ° H <w � a a W w z mm ° cD w = 00 O w O m v Q U v z N p N w w H W z g >S cr w u O WQ a H u za rt a Y � w = O p N a z m H J z a z _ ~ W W Q a w m Q y p z z O w n. >O Z m Y w 0 w Z u ,-� z o W z O H xv� a y --� > u v1 U wwr u `� Q O 1- O F- J x z Q O c"';, z a lw- zu``r z v~i a s U F- Q z w ¢ m O p a `^ Q N `( m m m 4 "' w O0 z m w vi m z ~ z O w w w a p mQ m W, O 0 O V. Q F- w v1 yr O w p O p u p y u W z z Y, a Q v1 a a w z uw- aa 0 a g J p w c d z J (~J X x � J W O Q z G Y W N (n W ~ rL z u w Z z v1 -r � a rL a W v~i V. z W m0 J l7 am `~" > O u vYi z 0 W J VI p H I- J J p q h to m u N a w W u a Q v~i z m W Y '} cG` O .wr i yr O w w w u cn m w z w 0 w O q w �r 'S p P < Q cn V' m a 0 I- m I- ur- my ' ' o. z ar- ' ' �.. s � zvi Q Q ai 0 6 j a 0 3 W O > z u z o O w p a w u W u7 p z w x - O w v1 q 0 CL W W J W z W z O m O I- H N O m O u "' a H lD v1 I- O aQ m 0 = = - w aw J rz a H O W u �S u w u7 a v1 �oam ha m6u x00 00 0OOD z q p v� Y u U N q ~5 p z W w O 0 u u p p m w Q 1- p u O � v� m a vi n.l Q p z m W < w z w p O w u z Q 0 0 H UuL)Z W o a y m O v z o z O rL Fes- u w z 0 m a z u D z w a m m z z O - m p a cn w l7 H .Jr I- N ID q e a O p m z x 0 .ter z O z vwr a ~ v u q J Y a z o D p0 vNi Z u p a w w 0 m N 0 W N W wW z z W m u I ~ � y Q F- Q vai I- a Qp a z 0 w z vai z u d w a O p atS u w 0 z O a a x O QJ a V w W W10 Q p 1- - p O z j V z w 0 z O D a `� O O Q vi O a 0 O l7 a 0 z z o o ¢ ~ J v~i O w vi a O � m y s Q s `-' a w x v W Z xw ~ Q Y 6 Z z W J d W z (D d H tD 0 cn w u cn m z O a O < O u a = a 3r m Z 6 > p O O 0 w w z Y wo w z 'S z a m J O Q w Y O2 w C) O z Q w P vai a V Ivr- O a u F- W y z 0 O rt cn m W z �} w z m J p 0 Lnu W a w u z m Q W V uu O p d O w Q I- O w z u m v~i O 2 z w O Q m u F wtl9ZZL-L101'111d1 6mp NOI1bZIltlNJISb00S1-iJbO IbZb136 o 669E-d'ON w8ll3d81 a�wa5 6uuaau16u3 ;o qua daQ Z6 30 9133HS H�f1O (lb (1O 3HOS NllNOO w� p.. F "'3m, 0099'908 1ss'l+=xvd SVX31 ONH S310N WV JIN30 0. OO LB 888"19E"L+731 I1SINHS S(Ic(HO;J {o ,1115 SWNJIS OIHHV2i1 o LML SVX31`I1SId HO Snd'doo a co ',I >% OZE 311ns vn HVONVldVO'N 555 �_ __ (KOZ ONOB) af ~ 1332i1S O2iVd03�Ol b4 IVMHOIH H1ViS w o co 8 \TJ OVO2l NMOlSOO2J OHO NOI1dIiJ�S3O AS 3— ON NOISIA3iJ NOI1dI-- A8 31VO ONNOISI— O S (9 O O O r r o m a ry to 00 LO N r� —1 r+ aM N lD lD Ln N N d' oo .-a M hl to M PV til r� r� m 0) Ln ~ LL LL LL LL LL Q Q U- Q Q Q Q LL LL LL Q Q Q Q Q Q LL Q Q Q LL J J J J J J W w > W W w w J J J W W W W W W J W W W J F- Q LU w cr ~— z LL C) J Q Ln b Q Q = 1� M M _ LU w H H H 2 2 (7 z ui J U �— Q O = = O m z w N a V) z z U U ® ® z C C z u s w cc U = Q n o O � z Q Q z z p Q Q m cc w w g Q Ln z 'D z M > > 0 0 U a a Q O O > Ln Ln 0 M N N CL ui Lu Ln LU 0J J rq O o a c� z z W W N N z z V UJ z = = U CL U U ry H b v) J cn V) w w w Q Q O O — U U b z z b z - - J J U W W J v m O O U O a a m m 0 h- m cr w w U U U 0 0 m m w w w n a u n- U Q Z O w n w g g u U' U' U' U' Ln Ln O °- °- Q Q > z o a s Ln Ln Ln n n O O o 'r p rt z z (n ¢ 2 LLnzzwwoa � = vv ¢ ¢ ¢ ¢ ¢ ® ® za ® a � zs LU cr w w O 0 0 0 J J z w w Q Q w w O Q Q Q — �— ® U U a a. w w U' LL LL > m cc [L U Ln U w w wtl9ZZL-LLOZ LL6V 6mp NOI1bZIltlNJI5500S1-iJbO IbZb136 o 6699-d'ON N81J 3d81 sa�was 6uuaaul6u3 �o �uacu}2r2daQ Z6 HO 9133HS i�n43HOS Nnb 11nON00 w , L+:xvd SVX31 0NH S310N�Vb3N30 0099'999 L9S' 0MR999"69C" -]31 I1SINHS snc(NOS {o ,1115 SWN9IS01��V2i1 o U LML SVX31`I1SldHO Sndaoo ',I ' / OZE 311n5'vn HHONHT3VO'N 555 �_ __ (r/�OZ(]NOB G a <- 1332i1S 02iHd03�Ol b4 IHMHJIH 31V1S w o n b � \T� GVO2l NMOlS9O2J MO NOI1dIiJ�S30 19 31V0 ON NOI1dIin— " 31V0 ON NOISIA3i1 V (n wO 0 cc ,Q„ v n a a Q Z Z Z Z z N a W Q Q Q Q W " 2 0 0 0 O O O O O c z Q = = = = F- H H i— w O Z tr tr tr cn cn N V Q n w > > > > 0 0 0 0 Z W E E E E W = CG o CLH d d. d. Oe Qz z - N 3 a o a o w O w z z 0 Q � O < Z r= J V) r n a a Q z z z z z a h ui Q Q Q Q a Lm O w = = V) V) V) V) w LL a V) > > > > o 0 o a a N N N Lu d O E E E E K K K K N ® w (D w ( a V d 0- 0- O. ® ® w W S w S w V) Z O = 0 0 0 0 ® x V) w �— a w �— h w Q CL y W � U Q Z F- d' 00 z e @ n W �w Q ® = n vi vi vi V) cn vs v7 9 @ < V) w W W W w W W W z d U w O Q Z w = Qo. s � w 021 N/AOISBON C] r-I d d N N N N w Q 16 c� w Q W 0000 00 ? �' J rl rl N (J �1 w � r _ r,,, n m m a Nmotseoa = r _ w � Y w r Qw O O C7 CS CS C7 w w N M M N M M � tr Q W W W W 9$ LU 0 0 0 0 0 0 as NMolieoa 03d 1� ago o,�.. In� W N cr n.. Z� Q N N N N N N `1]] Q o Z W LWU ch et rr C C �t tJ w a. wtl9ZZL-LLOZ LL�6V 6mp NOI1bZIltlNJI5Y300S1-iJbO IbZb136 o 669E-d'ON N81J 3d81 a�wa5 6uuaaul6u3 �o qua daQ Z6 30 L 133HS 0 � oosa'aea 19C.1,:xvd SbX31 NOUVA3-0 OH3H NHRilS343d 0 OO LB 888"19E"L+"131 USINHO snc(HO;J {o ,1110 SWNOIS OI33V2Ji o w _ LoaaL SVx31`I1Sld HO Snd'doo co ',I yei IJ OZE311ns'VnHVONVUVO'N555 == (KOZON08) G af w & 1332i1S 72iVd03�Ol b4 IVMHJIH 31ViS w oCO Z b \T� GVO2l NMOlSOO2J MO NOI1dIiJ�S30I A9 31V0 ION NOI1dI-- " 31VO I ONNOISI— O - S i10,1 1O CIYOJ J "�^? � O W W o a u v u W ® u U) \ W DKK � O 7 —1 A—Ald ao aan�;.vmovoa _ o� -' mw I N .cl O c W C7 W C1.. w� wtla-ZL-LLOZLLltlV -6 p '11.;a� )la 43o 1 P P 1' 'i41 fo •�41�o;A1,1.9 d s�o =n 100x1 »}ayM��od d Al"io;100x1 Aq apoa;i,p 61P N1711VZI V—SL-1-i 0 11-11 Fuo;o R1uo��om oN „1,a y de6uuaaui 6u3 s z ,,aqq Rq pwano6 s,p p,o sqq C a "i_iJ3WIVgO51❑ o 6699-d'ON N81J 3d81 sa�was 6uuaau16u3 �o �uacu}�ndaQ Z6 d0 8133HS i�n(]DHOS N(1211InGNOO 0099'999 19E'L+:xvd SVX31 ONV S310N WV JIN30 0MR9991996+"131 11SINHO snclHoj {o Alli (J wast SVX31`iSldHO snd'do0 S�VNOIS OIddV2i1 S a o U co ',I ' ' OZE 311ns'vnHV0NVldV0'N 999 == (KOZON08) af w & a� c� 1332i1S MlVdO3�01 b4 kVMHE)IH 31V1S o a 8 T OVO2l NMO1SOO2J OHO �> NOI1dIiJ�S3O A9 3— ON NOISIA3iJ NOI1dI-S3O A8 31tl0 ON NOISI�3iJ s c.1 0 0 rel '�' Ln .-i N N e-I N H ON N W J N c-1 N [j En W h C7 N (J U) Q Z ry W U1 Ln d 01 r$ H N ri II N d Y q O0 GO ^I" h Ca � [7 u V Z t/7 bA bp pjj tl1 a Z c G z N N 2 J ® 8 v X o = O iA = w 3t X d p c u7 a "� N �r N a O c, E o 0 m — o m v o (n —vi N d. o .moi a. S2 Yd'Y c� � N x•-i N M 'd" N dr Oo N c.-I .-I It co r-I rx � o a o Ln O Z p w V v� M LN HLn Z 6 N U' r W J G © a U) v.y gym, G � (]� �, ry ¢ ✓ ew c ca sa u m u 2 'v C7 u, u U b C N (.D C U 2 CC O < m S on o .0 U U v=i baa Maa 4 a a Maa c u x Q o E m ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ N ct '¢ '+-• `+- �„� `'� Q w w w w w w w w q u K- b rt 7K a N co CJ M ¢ _ = m = = v = z o = z Om o � m o o 0 o U a g c d o 0 0 0 U Ln U N a" '� °' w U N w6a-z� «oz.«i6tl 6mp N(SI1bZIltlNJIS80OS1-iJbO IbZb136 o r = : > mm�: j - °«0099 222 =±,:omao�a%/zm,m / � qAq a 20 m«e:>ua+ \ « �7a. m .� We:mm /) ( \ §@ Q 7 oaa awmnara e,»ws § / ' \ T »m�±am mo \ ) _0 / - N3AN , : " - ii ,I } - - 0T ® : _! . ; ( \ ;}/ 0 ! ) §: Q _,= i ! ) \ }(\ O : �z� ) ,r _,■ , ate ° :! ant ~ 510 0. \» § 0` » ` ( / < H3110diNOO m«mmdO+ , ( ^ )\ zz zm JIIHM ■ , >� �~ :_ -Z °°` §§ _10 i ::E � x , DIIHM , // � O ! MH. � , _,■ : : 101 ) - "fi D—OT w! o 669H-d'ON N81J 3dH1 sa�was 6uuaau16u3 �o �uacu}.IndaQ b 1 S K Z6 d0 U 133HS o8'999 L9E'L+:xvd 23HSV-ld'S SONISSO210�OOHOS-inoAV�NV�d OM 999"19C" -I31 I1SINHO S(Ic(NO;J {o ,1110 wast SVX31`iUd HO snd'doo S�VNOIS OIddV2i1 a o U co ',I OZE 311ns'vnHVONVdVO'N 555 == (b60Z NN08) a w �y� & 1332i1S M]VdO3�01 bb kVMHE)IH 31V1S L� 0 co GVO2J NMO1SOO2J MO NOI1dIiJ�S30 A9 3— ON NOISIA3iJ NOI1dI-S30 A8 31tl0 ON NOISI�3iJ O CL ON OM CUOUJ z UJ O O Cl M CO W C) z G G ? c� W F— w `S z o m m X, �+ rn Z = Z W I— LL G o < --., ON OM Q � z0 zZ � o 0 C7 � E— 0 LnZ. w aw - Z < o 0 Ln cL,)m o °� gm — mUWZ c� 1= n 0I ° a w d d o o m hcow � WWd J J a a d a d d ° a x h x E n W C1 H fL M v w o Fnn ' W Z Z n w rj ® ��uUC� f— U WY L7 z ry .3 C7c/] 0 � z 0 N Q LUz LU W ��aE�a Y ll111Ip�� � a a 0 0 g >z n + Y „srr��r�r''usi �w6?ts�''rti�ririS I k���nnnna�nnnd apglaM hllhl, LI 0 �JIIJI� � �ti, 0 5 „�� z bI, 0 m d uJ �1�� w 0 999d d z 0 I H-1 a1 ill 01 ❑I u J O PON " �l�,� a I%'41IIIIIIIN� a IIII V dt nnnnnnn 1 { — ire uu w I I w66z-z� «oz.,�i6tl 6mp NOI1bZIltlNJIS6LOS1-iJbO IbZb136 o 669E-d'ON IN81J 3d81 sa�Ln�as 6uuaau;6u3 �o �uaw}�pda0 Z6 d0 66133HS o 0099'998 I9E'I+:xv� SVX3 SH3HSVIJ'S SONISSOHO0 00HOS 1nOAVl NHId z ry J 00199890E"V+131 I-LSI8HO sndaoo )o .illi :SWNJISOIddV2i1 v G y ILML SVX31'11SMHO sndaoocp aCf) �W OZ£311ns'vnHVDNVUVO'N 999 == o w a �4L0Z ON08) o F- / � 133HiS 02Hd031 01 717 AVMHOIH 31V1S w o cf) aVOil NMO1SOOH al0 NOI1dIaOS3o A8 31tlo ON NOISIn3a Nol- A8 31tl0 ON NOISIn3a R I g CLZ < o c� (o 0 U) O z S a 3w N � O O (nZ) () ~ a mWw oQ k k z - Z = z W I— LLM o o a �J QZ) za nZF- o = m ~ d Q o Q z �nn cc cc w O ¢ a M 7 S L I J V = W o G V) O a Q x x h> H WW _ z w Q O!n (n N(n N>Q Q `�_ z N QN Z F- 19G o W g i y - - O �� �� w ®6 W >- LL E— z o p a Jm (� oZ o � W a a a a > d t UJ d a ° (n Z) < Q oW < J rc Q rc rc (n J Q J o J ~ (n z z LL �' W N TIN 71EA L � � ZN ° CDw ° = z LJ um n o I Rms o I <: a w � iI 0111 n wtl4424-LLOZ`44 dV b�+P NOI1l211tlN015LLOSl-aa0 L4Z464 o 669E-d'ON N81J 3d81 sa�was 6uuaaul6u3 �o {uacu}�ndaQ Z6 JO Z6 iDIHS oosa'aea LSE'L+:xvd SbX31 b3HSV�d'8 SONISSO210�OOHOS-inOAV�NV�d 0 OO LB 888"19E"L+731 IlSINHO S(Ic18O;J {o lll0 SWNOIS OIJJV2Jio LoaaL SVx31`I1Sld HO Snd'doO a p) OZE 311ns'VnHV0NVldV0'N 999 �_ (KOZ ONOB) G af 6 ea< wl%f �;} 1332i1S N2iVd03�Ol b4 IVMH 71H 31V1S w o co\T� GVO2l NMOlSOO2J MO NOI1dIiJ�S30 A9 3— ON NOISIA3iJ NOI11I-- A8 31VO ONNOISI— U' 2 !'Yd1 ..•. p...l�o 0 a oby CAFmu:Adq A Aonq:#—ppu ma0.A.0,ipriUlwmy a q r' � �,..... vti ....r,'°°wwnrm� AurwrrNenmalmm�ra���a��� ffwamr�av;��m1paH i, '4K 1,;t:WMMMMM fAU4WM.w A,nm11140%r&'Ald N;m4yrem& o 0 �G,;',D`,t�I o ,'�MXk <pC Phro f&sm4*q 4,,1W Mil.,A^'0p�.Q A� �•lr JIR��W tldtA ptivlk! rcomnv VomnX wwlurv,mulu.Ypoutpmry w r.a ° , mc PomwAOpp l 'k roma pYaaAGus1� m w h" '��71';', IXA44&A°IWN 4iw4Nmwlp�xmm0 rJlu2va5ieej'wGYa qg rvdANN�M,,^brvU(,u's dt� aePA6 MIA P4 A v ahnu uwY"AdMlwn w+blNww:99XvPW4 &tl INF vel fl ��'�� .,.i( AAt tlp4 WuBRvwp f1aNWtmmd,SA4 N �uuas NuWl(wAA mwm#wowwwdW.fkP'Na'�0<11nniMMxna Vlrrtiv AlmxrrMw}&lauai�,µm m+VIXNrvx.^.k^mnidpnat rt8 G K �.�^'"^'""!! IX2fiaM tlOr'd Npre&uvur4fueewMAANu48m w✓Nm—IIl�AP.1 NO Rd MW& A4 4.A rmwmwwwwm orv,a w%,.v— m 5"'P it Xx .. d p y�a a�p�r ISN Y P' a4tk�N YNma 0.1 tl MewmYHM.roA wulfiBUMi^ufm5pwak 1 N.y, 7y" ,�. MYnb;6A f1p16'ttxtnwrtwtilPftlA5�r�uw'y ro h Ib I,uf '.J S:. PnhA YA M1WU UM,gA4uNd vaY%'IN Mmxigprtp C v ryryy ,A" mf; a, R°YW VA OdtV'A �u ow HIM✓51,1Q L' $ 1,I ! Y owl Ob M WN BNfiM 1Np bhk S."'.1 d ppi ,✓ m r� i 9 ane 6 iI 1 i� r»naes�ran �Arlo;»Mxai*u i 196;ara!a r & 'i YjMWmmmW PhN I--.ea,nul4rk.mmn i�mala rWm t oyeYu a,p�� b l cd "^x�s N r?' a+ammmffa{�Ir,w«Nffr� Nnre,�� t,b. a^ ...f I;, MdW a mvvr Etas rwYJtemw ,owl!wmNu6 00 � cbi.er..a t�:',:iON di' e�Nmrr pGa�UPpf',prww ':.NHuaWw�,wueq CL as �J,'a.�°n,o rrJ x�t:, a�m�a,Im�esbpx� tew1 w p�RArp � n, A o.^ W"! Y�X@m70nU�OZIOdiJte w"ppw A,,,Im 0,110q10,1110M Lmommimimm rm Uwk4V 0aaa4 NC b mJ �4"J tiR a ;W 0,E y A h(xi ...YJ:'9 xW'P Y m' ¢rnry race r✓dr1A'd6 I';quor6aacd�m1 2� �C i�ply IyM1F` � fltl N � fAY wA..J "w. w {Irmmrorommomu w{da Fn�,+s«,r��aar¢�n+M .rrnm*Nb "'� 0 �j r'``� rvsA n rsoerrmo�a;.uF���aNp 1 vbm R vY !.:BVI MVI V warp Rd DNRIdC A r A dkIF a W dY tk ww" mwmwmwm"M hv�bnn Aurvnw l4Nrm I,me arn�AoV .GM'bpq., �w wtlL&ZL-LLOZLL�6V 61p N0I1bZIltlNJISZLOSI-iJ210 I1Zb136 66K-1'ON 111111 3181 sooinaas bu,uaaui6u3 ;o ;uaw;�odaQ S z10 I=133HS oo z 0099"999 19a"L+:XV1 SVX31 SJNI1iaVW 1N3W3nVd 1N3NVWa3d z ,�, ooLe'eaa'Lsa'L+ 31 IlSINH.7 SndNOO )O .Il IO :3JVN0IS S ONIcIRUS OlddVal o LML SVX31'11SI2JHO snd?OO cp OZ311fS'V(HtlONV?VO'N 95ey (460Z ONOS) � 133a1S OaVd03l Ol 44 AofVMH�JIH 31H1S w o I., 4V08 NM0lS80a 410 m NOU180S30 1 AS 1 31V0 'ON NOISN3N NOU NOS30 A8 I KV0 lON NOISIAM �Om��y ymaLLYm 910 Z 133HS 33S 00+6L NOUVIS 3NI1HOlVIN N ayh g.- \♦\ ol vi�oO�op fw�y mivOzO � vwi3�zQ¢6umiKOzw f,.' o. O omoodTz �moo��3o�ird — JaJemima Wm¢ a3n�O:3 ♦♦\ m i aa3md o m O •- � m r" d "'a m� � ♦Nib - -- m Lt -m��m '+' mho / w� •\ o m +i �� t V m m a wt� e om CICO ay ,y n •• �� K - K r e ttm Jm ue > w• K Z RUSSELLa m� "" _= DRIVE J LL m m (W ROW) pL� LlU Or- w � 0 n P r J a LL m tto m e F Y e r m IVI I\�IJ123 �- m I- v mo SZL LIBERTY w a 33 g" DRIVE nM m (5o Row) �+m w 3m rc m m u 0 u� we N s' L F 1 om om . m mJ a 0 m o � � \\I m N aao 0 aM — m H j w m„ 9 8 w4 n .6L fiL z°; Cb d�� �© m O �Q ss NN e OA _ LL3 Q $ �a y rc m o a w m _r.r.r. m F W o o y it FF FF Z o o 0 o 0 oQ o as as . !' m LL sl R OO (M31H1S)ON H101M 3leVINVN X44 AVMHOIH 133a1S SBNg Od o m o o w 3A1a0 0 0 Ma010IA d " w � � J � 00+4L NOLLVIS 3NI IHOlVW wdE>�L-LLOi'EI�dV 6xp wssl-NNO W,6b g 669E-d'ON Wald 3d91 saoin aS buuaauibu3}o ;uawNodap g d0 Z 133HS zI o b33N 1,l 0098 998 tsE t+:xvd SDX31 SONI NVW 1N3W3nVd 1N3NVWb3d z " oat9-aea tsc,t+d31 IIS18HO sndboo io .1110 :30VN9IS 8 ONIdR31S OIddVHI o z V) fo. ° LObBL StlX31'I1SI2iH0 Sfld2i00 M� 1 pp j F J,I�Y d .y OZE 311ns`vnHVONV?IVO'N 999 (KOZ ON09) f� o cr o 133a1S 421Vd03l 01 1717 AVMH°JIH 31V1Sw o u~i o dVOH NMO1SGO2d 010 m NOUNDS30 19 31tl0 'ON NOISIA3a NOUNDS30 A9 31tl0 'ONNOMA- ® ® I P 3 OO+bZ NOIIVIS 3NIIHOIVW S d0£133HS 93S 00+6Z NOIIVIS 9NI"IHOlVW o o 2m l (N,oa,os) OO ,�,N p �` £3 1 m O�woozo m - 0 m� o 'aapp 1 230-1VNN 2 O O pNaa rvin Numf W _ gyp y ir� Z >g 1� W � a un>W>N mm wu. ill � � pw LL a u p zm ISE o a os5 zr am om a. m �g mm a �� m g �m I � — I � o � o C — { y 1 N gN mm w ill g �.f.. ya iZ o a > a + c m ^ 20 e m QI Y ' ala x � a p� �s54cOF "afz1 a � w FO J u a m o u u p� o 0 o+ ++ mm p - S SAXET m o DRIVE m_ m soROW, om 1 o m m w on N 3 i?,� ylwg � �R Q1I agm Og Sm a --------- --------- --------- --------- S d0 l 133HS 33S 00+6t NOIlV1S 3NIlHOlVW OO+bZ NOIlV1S 3NIlHOlVW wa�¢:z-uoz'e�,ay 6Mozossl-aao ttMh I 669E-1'ON 111111 3181 sooinaas bu,uaaui613 ;o ;uaw;�odaQ S z10 E 133H$ �I z o 0099"999 19C I+:XV1 SVX31 SONINi JVW 1N3W3AVd 1N3NVW233d z 0019'999'I9E'I+131 IlSINH.7 SndNOD JO A-LID :30VNOIS S ONIdRUS DlddVbl o a.oey„44 ,lc IOb9L SVX31'11SI2JHO snd?JOO ,, 3 cp co OZ311fS'V(HVONV?VO'N 95nh (4 )MEN l o Pao � PLvlvjw 1332i1S OaVd03l Ol 44 AVMHOIH 31H1S w o o 4V08 NM0lS80a 410 N NOI 180S30 1 AS 1 31V0 'ON NOISN3tl NOI1 NDS30 A8 I KV0 lON NOISIAM O OO+bE NOIlV1S 3NIlHOlVW S 10 4133HS 33S 00+6E NOIIVIS 3NIlH01VW — M e ... .4 arc 3 m Y r y Y oo'Y _ w mLLo_d€.LLda dd z�a o �� aa3p ��xa a3a3 J3 JJo JLL _ 3 m � m w>wr�>m3a3 y� o �F�F mm �� ¢3 OQ z mi 0~00° 00000 coas N a COgl g®< •> a o oCDL�op �aO + m N x J + 2z 4- �� Om s m m N cc q, U4 m ® 0^ Oa x + 1 �Oa n .tt t lL o� x z �A Na m' NagaO 0 � orI� ( "� ON ti O u u � a w LL d o Q 3 Ste' � rcr nm o ao a m m> o m a I11=I1(1Vl �K LL � w < J a a o a o " m m y 00 a Y a m m e w o co sa ., � o n a� �o w�+ F x`v e o: u, o o m m ` oz�ozo � a �Ooao€ a �� Oa . 1 rc y rcl„ y LL LL l a j m m O o N 0" oo + KREJCILAE 8+ m +� O N A Iso lzowt y m - m � x - _= x 1LL ---- y- Y sa y a 1 NSAXET DRNE r mpl� 'ap Y mwala - xx �m LL LLa - w w (fit ROW) J o / rvgy 90+bE V1S m AIVMSS0210� S 10 Z 133HS 33S 00+6Z NOUVIS 3NIlH01V11 00+bE NO11V1S 3NIlHO1VW w7777717 77 6mp E0SS1-iliJO L4266b 669E-3'ON Wald 3161 sooinaas bu,uaaui613 ;o ;uaw;�odaQ S z10 b 133H$ �I z o 0099"999 19E"I+:XV3 SVX31 SONINHWI1N3W3AVd 1N3NVW233d z v ,�4 P OOL9'e92'I9£'I+131 IlSINH.7 snd803 )O A-LID :30VNOIS S ONIdRUS OIddV2Jl a o a.�ey„;:4 Ci LML SVX31'11SI2JHO snda0O ,, cp ¢ ar y h OZ£311f1S'V(1HVONVaVO'N 954 (460Z 0N08) nl o p � 1332i1S OaVd03l Ol 44 AVMHOo I.,IH 31H1S w o 4V08 NM0lS80a 410 N NOU180S30 1 AS 1 31V0 'ON NOISN3a NOUNDSRO A8 I KV0 lON NOISIAM ® I � O 3 OO+Vy NOUVIS aWHOlVW 9 30 9133H 33S 00+6b NOIIVIS 3NIIH01VVY o 0 o i fl o K¢ g >Q z r } ny ) � N> °w „,I „p x m , oM om Im �� o o a 0 s o o a z (Moa.os) 0 3ARM XV:JUVd a f g m 3 '- - 0 m o ¢ 1 rc w w Noon 7A a g L it F ggg3x m rr rc o g m o a 0N\L a aaa�wamiririr y LL� o � �Q a „�_. G0 pw� a� a� av 00000 a LL oa m m ¢✓ >t O� �e o� - mm m a m� �y � g �� u s 1 + o m� ��211, I S0P'E�a°w� tit%N — o 9 30£133HS 33S 00+6£NOIIVIS 3NIIHOIVVI OO+bb NOliViS 3NPHOIM wdLEL-LLOi'EI dV 6mp'OOSsl-aa0 W,6b 669E-1'ON 111111 3181 sooinaas bu,uaaui613 ;o ;uaw;�odaQ S z10 5133H$ �I z o 0099"999 19C I+:XVI SVX31 SONINHVW 1N3W3AVd 1N3NVW233d z n s0019'999'I99'I+131 IlSINH.7 SndNOn )O A-LID :30VNJIS S ONIdRUS DIAAVbl o a.oey„44 ,lc LML SVX31'11SI2JHO snd?JOO ,, 3 cp co OZ£311f1S'V(1HVONV?JVO'N 954 (460Z(IN08)MEN nl o Pao � PLvlvjw 1332i1S 0aVd03l Ol 44 AVMHE)IH 31H1S w o o 4V08 NM0lS90a 410 N NOU180S30 1 AS 1 31V0 'ON NOISIA3tl NOI1 NDS30 A8 I KV0 lON NOISIAM ® w I 00+44 NOIIVIS 3NITHOIVW 1 o 1 0 w x Q � v p m m oN off l o - m� mN _ mN NN w � a a x w d w ?N w a w LL a co Q *+ Y �. o� gay 3 3 E rc w >o N e ^"""^ a WJ �rc a h� p x �0� tR � 3 N " a.m F x I ry - � y\ Ln m � Y �?0j� a LL UPROPQIaz" N N �o "+ � w� rc 88 m + a � 3 ES 11-26 i h' 20.1' _ SARI d m m L ,u + u o rc LL w xr. I ; a N w � r,m LLLL I o LL> nn � h Ott <� a} �� •••• '� a I". arc mN w LLI- m o { + I N n 0 IV m ¢ VARIES "'- �Y rc — Y > r $ TATION 54+00 M HLINE S e ¢ a G 0 0 4101,133HS 33S 00+60 NOIIVIS 3NITH0IV11 wdZZ�Z-LLOZ'EI�fiV 6mpSOSS1-iliJO LbZb6b i 669E-d'ON Wald 3d81 sa!—S buuaau�bu� p a—a -daQ SVX31 S310N Ed MS ° I f g✓� d 0019 889 IK H 131 IIS18HD snddo0 }o A-Llo :NVId NOI1N3n32id N0I1nT10d HzliVM Mlois v o y a or9L sVx31'usiaHo sndaoo — — m OZ£311ns'HnHtlONV2iV0'N 555 �140Z ON08) Lr�o a ` � 1332i1S 02iVd03l Ol bb AVMHOIH 31V1S w o —_v 8 _ U OV0H NMO1S8021 MO NOIldIaOS3o -77777777 1-ON Nols,77N011dla— A8 31Va -ON NOMA- U, I Q O Z z 3 m o o z¢g Q z = - F323Q U�tt - ¢�o__ _ z�pzZ< ow po dr"wz¢" p�N mZ(n� Z Iz 1. Uo o d N z 3>3 - a g m O 10 pa y0 3� - 1. Z.p O g 3 0?3 0 o Q z - o p a 3 b ¢ 3 a; 0 3 a Q a o O Oa0 m w 3 w in 3 N- - Oz� 3ow3 00�� z0 Q3z¢z tt w z V w ?z - v�3 a z N o= m30 ¢� 0 - z- z w� - ma '�� O O ool z ? X30 o�m wo� �z3z - 3u. �z - _z3coi �p030�¢� go s¢doz5¢ O 3 a N¢ =px¢ o3w rap o3�- m- V¢00 GwlQz Zmo�S�LLJ N o ¢ Z xxX - __ - ¢fw 3 Wa m3 N �m✓i�z0Z Omw¢oZU Q x �3 a s v¢2.ziw goyw i; a ¢ww W cn O jazz -z3ol ¢ - ¢ 0 a S tt¢ o N ¢ z_m ¢3 30 3 w Iz- ¢ pia N� g �¢ Sm -Zw - ~��o p3= 30 3ga z2 �m - o ;�� p�aa o3 p a .. 8« - z ¢ � m o _ _ _ �mo ~w _ _¢am u W o3Qo O�Qy o oac a3¢ p rcz w o a am v _ - p ¢ 3?.�i ri+coi i �p zIm- 3 rc In 3z 3 - - pU �O �¢ ozd 0 Z � Op=Q ¢ 00 m _ Z�� H m N o Y _ - ¢S ~3 m m¢ Oz m ¢ o �wz _ _ ps z _ 3 Q wm Om J r - o w Ow �a i ¢�z - - >�¢ Q z3a�J ¢�3 3�a� o - m - ¢-?i5 Z tt - c�o��2 z O Z. ��< - og �o�w- �3< ��� agzz; _ - z3m- m;ao �? u - - 0 Spm o 3?z 30 - O - vi 3�3 z� 3 Ow ¢Iz _ - - - - - D_' oG tt�_o3o0�� rc dz -o -z�Q - w w -_ 3� 30 r ,i3�E - - - - 03 ���io3� o w z J¢w u 'n 10, z 3 a i a a _6�i z¢ ti ¢�z >i �3 O 3ZzQ 30 oo >3 wQ 30 w - - Y 3 U o o -cZ.~i 3w o'g'�`n 4w Q O ¢ (n oVJ �� o r oo > Y I U o� o� zg Nr O m 0 Q z �O �3 x _ _ OX 3v�i� Q ow- D_ -_¢ojQ z�m � poa 3¢ o¢om w m N w co=w N a m000�� zo¢ui mC' ¢� ¢ o 00 0o WNrc J o¢rtt Q � wz o c> N w z o o - Q a E om p ~¢ p p o W¢o i o 0 0 0 o 0 3 0 z �p¢ w w wpx -x --- - vu� Es,c vNi rn m Om`�`> a 0¢ u z ¢`� w ¢ Qww x U d X m X X r X x pom O¢ OcpioO ¢ Q Q - aF_ W o r O O 3 v 0 wasp -uoz YL�av b�S310N-1dM5-aa0 14Z464 i 669E-�'ON Wali 3d81 sa!—S buuaau�bu� p a—a -daQ SVX31 S310N EdMS ° I s a 'yOOlB98ffL9E"V+131 IIS18HD snddo0 to A-Llo s = z a rS d wb9L SVX31, H0 sndHtlaoo 0ZNVId NOIlN3n32id N011n�lOd 2331VM W2iOlS g G lS £31,ns'Hf1ONVUVO'N 555 (460Z ON08) I,1jhp � 1332i1S 02iHd03�Ol bb AVMH0IH 31H1S w o —_v m 8 _ �J OH0H NMOlS8021 MO NOIldIaoS3o A8 31Vo 1-ON Nols,77Nolldlao53o A8 31Va -ON NOMA- oo ho I a of E o =ooVB. y E € ® 0 0 - no yE Ea E =Eoo of ❑ ® El - "Eo9 0E E E E ® _ a ❑ E E ~ E E - - o EE - a0000000000 E EE E o a m ®0000000000 Eos o E a o g E - o_ E E - E i z a s u m Baa ❑ _ M 3�® ❑❑❑❑❑ mm _ m w 000®00000 maazz-uoz YL,ay 6mp OUT—-aa0 14Z464 i 669E-1'ON Wa11 3d81 —!—S p 1--d.( 5 d0 6 133HS z �I oose'aae's£'+:xdl SVX31 00+6L V1S 0100+0 1,V1S NV-1d EdMS z z a s4o� t or9L OsOV1x93918ff'us9ElaH+131 IIS18HD snddo0 }o .11o :NVId NOI1N3n32id NOI1nIlOd HzIiVM MlO1S o sndaoo dOZ£311ns'VnHVONVUV0'N995 vlI O(171,0Z GN09) f w 4WD P 1332US GHVd031 Ol t7 AVMHOIH 31ViS w o CO 8 ___v �J OV0H NMO1S8021 OIO NOIldIaOS3o A8 31Vo -ON NOISIA3a N011dla— A8 31VO ON NOMA- ® po zn ^ S 10 Z 133HS 33S 00+6l NOIIVIS 3NI1HOlVW � oo 0 o o waU.' m m LLw°a .Ong :1\S �w�ao �ww�s w8�8aw�° 808 z o \ _ u � sy x m w ° z z S s. o N a y m z ° w w g F a dLL _ w p RUSSELL DRIVE o K d e.20 LIBERTY m.00 DRIVE (50'ROW) ° O � m p0 N 10 e G� w K X ua4i$o�i aw O Q •. � (7 ....,...... $ 0 G X z O z & O10 g 3 0 m� O� ° O 0 ZIP 0 3 �L � m a o,z„, � ,...... w p O0 vp „ ,,,,,,,, 0 0 ° ° LLJ 2 ga XO 1. O F— LLJ W Of ° z wp N< NQ y , O O K f y Oo W X. w / O fJ Z O z ew ' 3n 10+090 oL 8.1 A210 OIn (M”"'3l 7"A) 7 (44),VMHSIH 31V1S) 133a1S S3NEW - _------------ OO+M NOIIVIS 3NI1HOIVW b�LONS NVId 1N3A3ad llod a31VMWa015-EdMs-aa0 14Z464 i 669E-1'ON Wa11 3d81 !—S p 1d.( 5 d0 Z 133HS z �I oose'aae'Ls£'L+:xdl SVX31 00+6Z V1S 0100+6L V1S NV�d EdMS z „ yOOLB98ff0E"V+131 IIS18HD snddo0 }o ,lllo s z a So y d oral sdx31'ilsiaHo sndaoo _ _ NVId NOI1N3A32id N011n�lOd 2331VM W2iO1S U j illy , ,y OZ£311ns'HnHVDNVUVO'N555 (140ZON08) O _e 'W� y 1332US GHVd03�Ol 47 J.VMHDIH 31ViS w o CO 8 ����/ �J OV0H NMO1S8021 OHO NOIldIaOS3O A8 31VO -ON NOISIn3a NOIldIaO A8 31VO ON NOMA- I M11Z NOIIVIS 3NI1HOIVW s 10 E 133HS 33S 00+6Z NOIIVIS 3NI1HOIVW F oJ�gO�e E� J ® o� o i o 1- 0 o aL o ss oa.as) 0 _,�BL GGJo o 0 06+m 3� HIO o R ZOi 0 z o 2JMAVN N G s wsw nLL v + _ o „, s+e i` o�p0 zo❑.zy3�°��o�rwoLL��z0o ° o w19 8o - 20 o, l 0 wa or ooo � o vf0 r 0 z g ua a�o o 0 00 Ix 0 W o� 0 z o °o o ay y z -0 ,z 0 8�o °or 8 8 N M ou z.... o a 0 z> H z,..,. r ON h 0 D 8 8 O N 0 o z_ o z OR o U) 0 z 1 D z� o J I 0 5 0 r o � 0 1._. w m lom y o �I ... OL Q�OL •': 0 . S SAXET 1, -- _' o (6a ROW) — .u- z z P o z m w 0 00 0 o� o o y4 ao 0 N w w o '- 0 00 o� z o �� _ 0 0 rw a 0 w p S 1133HS 33S 00+6L NOIIVIS 3NI1H01VW OO+bZ NOIIVIS 3NI1HOlVW 0 L waezz-uoz Lav b�ZONS NVld 1N3n3ad llOd a31VMWa015-bdM5-aa0 14Z464 i 669E-1'ON Wa113d81 S—!—S buuaau,bu� p a—a -daQ 5 d0£133HS z �I oose'aae's£'+:xdl SVX31 00+6E V1S Ol 00+6Z H1S NV-1d EdMS z d OOIB'98ff0c .131 IIS18HD Snddoi }o .11lo :NVId NOLN3A32id NOI1nIlOd HzliVM MlO1S v G z a so or9L sVx31'us1aH0 sndaoo 4� t OZ£311ns'VnHVONVUVO'N 995 (760Z 0N08) O w WD 4P 1332US GHVd031 77M Ol .1VHDIH 31ViS w o c 8 ___v �J OV0H NMO1S8021(1IO N011dla°S3o AR 31Vo -ON NOISIn3a N011dla°53o A8 31Va ON N°ISIn3a I M+11 NOIIVIS 31111HO1VW S 30 b 133HS 33S 00+6E NOIIVIS 3NI1HOIVW u 0z u o ZO ° O o&x co u o a n w O o o� o " O u - a oN °o O wo q wo wgz Q oo N rc o 8 i M m Eo woz�"o LLy°nn¢ ww u Q zo�,wa wwww o`2 0, � . o�rcw LL�o'o"w o oaFc°o .0 Z I��Qo w° °?ate°�°o�O ��s Q m of J Q 0 O Pi z Y ° Y yS u 0 w � o, u z z - I ell 0. M �+ Z tt n 0 /Jy1 lz N. Q]¢ z0" r Q o N J oL Li«L O .o s O OO KREJCI LANE,o«oo __ �O Ol y O wy ¢�¢w' so'ROW) of a _ o 0 Z, � N SAXES o N -" DRIVE - o o� i °o 0 °.Qw 62 R0Wl.— ,1°y HN z (J t u'Yw� o w V 0 _ WOE O O ao wz O: w�H , O to rc X Z 0u �Z D, 0 z I-wo O O.0 o �`Y' O ON 1... ~00, A°'E r Nn n4z g --------=--- -- -- ------ 00+17C NOIIVIS 3NIIHOIVW S 10 Z 133HS 33S 00+6Z NOIIVIS 3NI1HOIVW waszz-uoz Lav °�EONS NVld 1N3n3ad llOd a3lVMWao15-SdM5-aa0 14Z464 i 669E-1'ON Wa11 3d81 —!—S p 1--d.( 5 d0 6133HS z �I oose'aae s£'+:xvl SVX31 00+66 V1S Ol 00+6E H1S NV�d EdMS z d OOlB 98ffL9E"V+131 IIS18HD Snddoi }o Allo :NVId NOI1N3n32id N0I1nT10d HzliVM MlO1S v G z a so or9L sVx31'uslaHo sndaoo 4� t OZ£311ns'VnHVONVUVO'N 995 (660Z 0N08) a�o O w WD b 4 b M P 1332US GHVd031 Ol ,kVH01H 31ViS w o CO 8 ___v �J OV0H NMO1S8021 MO NOIldIaOS3O A8 31VO -ON NOISIA3a NOIldIa— A8 31VO ON NOMA- I OO+bb NOIIVIS 3NI1HOlVW u S 30 S 133HS 33S 00+6b NOIIVIS 3NI1HOIVW 1) Sy o o m$e u ti z oa yry �.... in z y o p = Z O z 0-- o m � o 0. z m,, ,y', a � m m N - Om a w o - w z r m z m o x a o z . . p 0` 1. 00 0 WAh Q o& z°m 02 w o� w� J 0y O z aw O, z - Uw €$ 00 Ol (MOa SOS) SE °0+01 3AING XVdaIVd w 00� i oN W>O. 0 mUzmo om w yo�m waw ® u z z _ wmmmw ��� o< o - + a zwom w= m O z. 0 m °x Oz O�>z0�' axO : z >OU1z Myo w S„ w o�ao S. 0 o z ya� SoyN�z>yym Y �' Y m z zam 1w zmzmozwa » & w „o`oz who Foo o�y Fo�o � o z ol ...,.. Oz Zpr69 m O O m m a O Ci0�0YJ� w� LL J rc �p F1M'" 0 Yo Ow Ow w LL � wh � 0 y Zo 6 w z w0 �z as Ow m 0 o o w„� ..... aa.� u o. ® z +L z 0 �o`p0 °�', 4 0 oN z��'w OgE�RON�\ o 770 E 133HS 33S OO+6E NOIlV1S 3NI1H0lVW OO+bb NOIlV1S 3NI1HOlVW b�bONS NVld 1N3A3ad llOd a3lVMWao15-9dMs-aa0 14Z464 i 669E-1'ON Wa11 3d81 —!—S p 1--d.( 5 d0 9133HS z �I oose'aae s£'+:xvl SVX31 66+99 V1S Ol 00+64 H1S NV�d EdMS z d OOlB 98ffL9E"V+131 IIS18HD Snddoi }o .11lo :NVId NOI1N3n32id NOI1nT10d HzliVM MlO1S sVxv G z a so or9L 31'Nsld o sndaoo 4� t OZ£311ns'VnHVONVUVO'N 995 (460Z 0N08) Of WD b 4b M P 1332US GHVd031 Ol .lVH01H 31ViS w o CO 8 ___v �J OV0H NMO1S8021 MO NOIldIaOS3O A8 31VO -ON NOISIn3a NOIldIa— A8 31VO ON NOMA- I OO+bS NOIlV1S 3NI1HOlVW u 0 0 wu yNu = o m w o °o �o w �m LL-zXOa o Qoo�z g2oa°�uo aoorc Noon NS °�Oa �° °oaM ! QpFL�,10 to >Z W O° J Sxy h d y, z w y + „ z J .... D w P 0? -- �NPR a z 3 w o U)co _ o w z oy o x o gN N o� of III � ay y� wo 00 > OO r "ONE S'iA S 10 b 133HS 33S 00+6b NOIIVIS 3NI1HOlVW .Qa -11.1 LldV b�SONS NVld 1N3n3ad llOd a31VMWa015LdMs-aa0 14Z464 i 669E-4'ON Wald 3481 sa!—S buuaau�bu� p auaw daQ SVX31 S,dW9 EdMS ° I 988"0E"V+131 IIS18HD snddo0 }o A-Llo s = d wr9L sVx31'usiaHo sndaoo NVId NOIlN3n32id N011n�lOd 2331HM W2iOlS g rn G ,yi OZ£311ns'HnHtlONVUV0'N 555 (460Z ON08) I,1jhp � 1332i1S 02iHd03�Ol bb AHMHOIH 31H1S w o —_v 8 _ �J OH0H NMOlS8021 OHO NOIldIaOS30 A8 3170 -ON Nolsl77Nollds30 A8 31VO -ON NOMA- 14 d I w ' , Wa , o z 0 r , oz Cn a zoW Qn rC `. � E u�@o7 w M. Dnsn R w ci _< w a - R AI it w w LL 0 bBaa z n: '�Mf4l lY3FK3\,\ wrgy w V *6 1 \� ••. 24,22 Re Flipt, i� t C o 41 _ Y LU 5 'K E -4 ona zap � ,doA 11 116 waaBz-uoz YL�a7 6mp N0I10310ad 131N1-8dMSaa0 14Z464 o 669E-3'ON w8l3 3d81 s—!—S S310N 1V233N3O(INV z 0099'99e s£'+:xv3 SVX31 1f10AHl JNISVHd NOIlmAiSNOO z m e y �' OOlB98ff0c .131 I1S121H0 SndNOO l� ,1110 s w d oral sdx31'us1aH�sndao� NVId 1O3UN00 01ddVHi G F4 OZ£311ns'vnHVDNVUVO'N 555 (460Z ON08) ml o -__Y� 1332US GHVd03l Ol t7 AVMHDIH 31ViS L O 0 � 8 OV0H NMO1S8021 MO NOIldIaOS3o Aa 31tlo 1-ON NOISI77N011dla053o Au 31Va ON NOls— 0 0 I v v 1.Z. O w rc w x' x a3 . yo z -a °° 1 O xp o 1 o� > z ° o o' 1o O z � u ZO 1. 3 u1. g _ a s - �0 z o x o gy 0 i o �� �o o - 1. i - U m rc �� 0 z 0 0 I I o S - w c°o mo o - 21 o o O w z _° -.0o o i ? w� orcIm 5zo o m O ax a o iao lw ° 0 ¢ m 0 0 .oma f g -Z -Z _ �a °� o o ° o - Ooh zoo G �� o� w wY o f w � o�� �u ¢ rc wo wo �°, �d m - o h ¢ o$aao o== qN °x a o N w w o d ° o om a �& .1 o x s is o o ° -wo.0 2 oai m� o $o MO ° o 0Q p ° d 3 0 ° 5 0 0 a8M`�aw wwm oo .o o n o a° o ° zw 9 w x°m _ o w OQ 3 z o a w ° ° �'w- qw ° ° qw ¢ E aQ S 0 o .22nd 3<20 o w z 0 05 ¢� ww o 05 �p >w o a 10 OgaLLazo° oa 0 �o Oz<1 p �0 3u �& o ZR . of z y LL = o j2%uOzzNa F wmNy rc m w_ w °xi w W i 'om U�ov;o rcNzw m w t° os 'o w os w $ _ o srcQ�rc°w o E d`,w' oo zzo o w aw zzo 5 z2 oa ° zw 'o om o v 8w""a,mnwdo a Mm .w a_ w a �� N a_z - aw mw ¢ z w a m z .. z - 0 °xaooX, ynNrc rc ° x°Qoo y"mrc x z � ou & y mi w ¢ a ��z0�wa w000-, of_Q X50 o p X50 �o o - z p o oo-Nato w � xz > moa w� °g m 23 °wUw�o 'om uUz yS o w u mo arc i _ 0 o w z mo - aOow LL- 12 aW°w ww a� & <p - w �w 0y 0. _ o yi °¢ aw Qzo z x 12 '1055° " ~ ° z a rc�wrc xzm zoN 00 °o a 00 0 0 _z & - o of o zLL'a° �w z waw wziio Yzw wii w (n z o 00 z a o �ymm�wmw ? ow win$,`, � � - win NN � � �w� Q " pm -z o� o $° ,ma i o uoom m o po�O5a0 02O a o 2QM,55 uoa ooh w 2 of o ° zw F a� u am ° _� N=xwzN z ma-M0 wham . o > F wo 8 . o� ooJ�z - w&0� wo Jaz z rc U op No x a = ys o O go pLL000�oww _>w�w C7 �wwmzym� mz0� w w SFwwnm°3 �I¢ci8 Z °z iffi a`� ° f zp ozy F W z °rc o �wo�Owu > Z 20°d..`.o orc rc §o 222Mz.,9rc §0z---H 2 "�'� o?LL o °O ° o ° �0 RFSTZ-two wrc�Wu, U m,w5w>�',oN.S m-w5 °y6 � o� 2 oa = & z d g FoM,mam� 0 ww o w ui�rczimm a � oi��O�m! �F yQ2 O $ -y9 i w w Go 6 zo° m w o ao<o�.50 >mw aO - Gw a a�w m'aG �-OF u- 070 to a rcz n Ema3,�wo u w z3'>���o�wu Sww � Ow PMO 2 m° _ wo go 6oFLLmzmo°� w0 z0 o ai ¢ m o oiw www&o m s Mi oiw ww�°m &zw oa w wo am 'oo w - 5� ogozz uuLL z g� co pz>-"ali aiLL w xz pi>oa� aiLL x �w '" 4. ww opo 8 N - a % w og w �Jx�zNwp� w0o$'a Z Oom',miomug 9 z� °om-z,morcG� z2°mo'0 w ow z0 o om > 0. o rc ° o °�o�a��mw zowoNy ��Qow �wao o fw lo aQ �wpo fwN I- lo, rcYo z �� 3 °a z p �n m .rc Sena 30""ym �2 �2wo���-�w� a=zwZU U ° °p,p'xammm?w X n pog��am�iX nQ�rca Z u� o�rc �� o oN J - o a 5 O� yrcms�d oZ�S °Oh ¢ ° Fy oz�P py i-O -maim$ J �w _ �Q ° w - N mo Fzz()�Oz ww �a (r On�nlll.M m miaz0� On SmGvniw>ja iO��z Ow Q Q w0° 5� awU w OONZF OZ Oi O���Um¢m�O�Om, °ipn��mm¢�omi-¢u=Za �Sw _ _ vxiO�rc¢U�4a a.rc Zw OO�w �- a y ���¢ mm w (Y m > mm a wi°-� LL a S I-Z, zww- OVmo, co O���zw z z��F4a i-O. nOn p���wzz��i ircUwO Z w m >i LL �� = ( _ d° Z. a yy wmwtZmwZmZ�ym'- Zw v— zOUa OOUZOZo°U¢ v°iai mO0�00¢¢arca Z F- 0� z �J ¢ y1 ¢ 1 O 9.m� _ 99w���Ow J¢Ow�04w Oa --- _ _ _--m _ W y u 55000 2 - OLLU Ua� 2'42 N NNNN V� a119 Atl8 S3D3aN m _$ aniaa Lrowalm Z 3SVHd Oo+SS oo+pS O6+s4 00+0v 00+SE 00«0E 60+5Z 00+OZ - 00,91 d ao 0 0 z ; p .�gd3sDS g MERRILL DRNE o o. v y. > Y x O m 0 Oo0 ' i U Yy ZD°� �j OARTLEiT DRIVE 1. W 01 ? > $ E anl0 Atl0 S303f1N >� Opp �p UO pPOPOV SPOQ V ��basy`'�i Y S oos i �6 LL 'my apt S'VZ ry FP\RV\^cN Q 7) 2 3ni80 iNowmv3 _77- oo«ss �oo+os oo+sb oo+ob 0.- oowe oa+qz oa«oz ao«sL 4- aanno p, w. 6 3SVHd MERRiLL DRIVE o m - O� ~° x > w 0 058rc i 1 w \aj aBARTLETT DRIVE O � waes-ruoz YL,ay 6-Pp 5310N N3081a0Atll Hd 1SN00-L001-aa0 14Z464 i 669E-3'ON Wali 3d81 —!—Sbuuaau�bu3 ;o ;uaw;uodaQ } ^ oose'aae s£'+:xv3 SVX31 SNJIS SNINHVM 30NVn4V w w p�W ,fy a OOl L 31 IIS18HD snddo0 to .11l0 :NV�d�O2UN00 OIddVHi S � U oraL sVxIli31A usldH0 1aH�sndao� o oZ£311ns'vnHVDNVUVO'N 999 (140Z ON08) mlo ea° -__�/� 1332US GHVd03�Ol 77,kVMH01H 31ViS w o 8 ��/ OV0H NMO1S8021 OHO NOIldIaoS3o Aa 31tlo 1-ON Nols,77Nolldlao53o Au 31Va ON NOls— / 8® m z w o g ° 8 z i 8 u v n a 0 i z v x 12 o a ri n m a a O3 � w4 m p nzn 0 O as r N � p0 / na �V Z n ff 9oil o zo �_ �gg d �A �rt n NUJ l ' a z Sao >�� Izo LL0 ®6 o 0 O'S o oz 0o zo 0- o a oyQ x w� w?o ^zmw ~ a �- h mo z�"rcwrc0 arca$-Z, oa�oizr , i owzeuaLLa iNa wwoa �Q o=oyy� ,. wn 000 °a z N M ways-ruoz Y�gay eMv snnv-zaol-aao 11zysy o a ,_ < ± aa : rg )_ ] ( ¥ % ` s#5 ruaw mo wea>a! \All,f- esu +-A-m J 20 :�a:mam mae4 m "m We:mm j, !, Ge .0saa Awm:axa�e,«wG� � u amNMaam mo ° ( | / ; ° : ! !E§! « i< ` . �\\ °` 0 /i !§ co oZ.- 0 \\ \\) z/\\ \ - < ak/ ` 00 § , ± § , � § ° § { \ \/ u : w < §| / } ƒ � i 669E-d'ON Wald 3d81 —!—S p 1--d.( E d0 Z 133HS ml zI fig^ 0099'99e sE'+:xv, SVX31 6 3SHHd SN01103S�HOId ll z z U io 9 y a OOlB 988L9EV+131 Il SINHO S(1ddoi }o Ail0 :NH�d�O2UN00 OIdzlVHi v G or9L sdx31'u smmo sndaoo OZ£311nS'HnHtlONV2iV0'N 555 (KOZ ON08) ml o -__Y� 1332US GHVd03�0177.1HMH01H 31HiS w o 8 OH0H NMO1S8021 OHO NOI1dIaoS3o Aa 31tlo 1-ON Nolsl77Nolld-- As 31Va ON Nols— Moa i u u 0 0 0 Moa 0 0 I I rc rc _Y Y r= t= 3 3 > a 'arc ;po I— apo w w w 0 cr oLL N Q oLL o a � p m o O O o o z 0 z " a333ns 0 Q m a333ne Q m _ (a�-(ll os a3dl 0 Ing-U)os a3dl aolo3l33a Q aolo3l33a _ ! H11M 8odl Q � H11M aodl — W a333nsH Ia333ne �— z c W Q V M m M z z W W W W o � o W W 3 m 3 m o 0W p W - rz - a I 'o �o Fo xo M �o M 0 0 0 Moa Moa wags-1-6gZ Y4�ev &P-LHd 33S d-001011— i 669E-d'ON Wald 3d81 —!—S p 1--d.( E d0£133HS d �I 0099'99e sE'+:xv, SVX31 6 311 SHHd SN003S�HOId ll z z U io 9 All, OOlB98ffL9E"V+131 IIS18HD S(1dd00 }o Ail0 :NH�d�O2UNOO OIdzlVHi ga v G or9L sdx31'usiaHo sndaoo OZ£311nS'HnHtlONV2iV0'N 555 (140Z ON08) a� Of � 1332J1S 02iHd03�Ol bb AHMH0IH 31H1S -_ w o 8 _Y OH0H NMOlS8021 MO NOI1dIaoS3o A8 31tlo 1-ON Nolsl77Nolld-- A8 31Va ON Nols— I u u 0 0 0 5� V_ 3 0 Y o. � uQ 0 LU �o ❑ > 30 IzCLof a333ne O 0 (K WO-3d) z aolo3133a Q H11M 8odl a333ne � CL O W J og Z W 0� ui ui X0 H W Cd W Q S 0 0 0 3' o o 0 0 I 3 rc 0 0 we4EA-60Z Y4�ev 6 P 33S dA19001- 0 11— i 669E-d'ON Wald 3d81 —!—S p 1--d.( E d0 L 133HS d �I 0099'99e sE'+:xv, SVX31 Z 311 SHHd SN003S�HOId ll z z U io 9 All, OOlB98ffL9E"V+131 IIS18HD S(1dd00 }o .11l0 :NH�d�O2UNOO OIdzlVHi ga v G or9L sdx31'u sumo sndaoo OZ£311nS'HnHtlONV2iV0'N 555 (140Z ON08) Of ` � 1332J1S 02iHd03�Ol bb AHMH0IH 31H1S -_ w o 8 _Y OH0H NMOlS8021 MO NOIldIaoS3o Aa 31tlo 1-ON Nolsl77Nolld-- Au 31Va ON Nols— I u u 0 0 0 Moa Moa i f Z. Q Z- 0 w" x h 0 w <0m p O 0 O W Z L Q o O am 0 z Q Ow W � a3�3ns m — II .' QN "' N aolo3i33a i - Z —W H11M aodl W >Z a3�3ns W o �f W m a m W Ing- os a3al °�� m ° IU W N aolo3�33a N >.a V M 8odl o< O rc Q a333ne W o w o xo Q ° oLL 3 d CL w x o h rcN a �da rc 0 of _ t= w � U U d j o j 1JII o I I o a -- Moa Moa weEEA-60Z'Z1,ey 6 P-CZHd 33S dA1-90ol-aao 11— i 669E-d'ON Wald 3d81 —!—S p 1--d.( E d0 Z 133HS d �I 0099'99e sE'+:xv, SVX31 Z 3 11 SHHd SN003S�HOId ll z z U io 9 All, OOlB98ffL9E"V+131 IIS18HD S(1dd00 }o .11l0 :NH�d�O2UNOO OIdzlVHi ga v G or9L sdx31'u sumo sndaoo OZ£311nS'HnHtlONV2iV0'N 555 (140Z ON08) Of � 1332J1S 02iHd03�Ol bb AHMH0IH 31H1S -_ w o 8 _Y OH0H NMOlS8021 MO NOIldIaoS3o Aa 31tlo 1-ON Nolsl77Nolld-- Au 31Va ON Nols- Moa u u 0 0 0 Moa 0 f z z w z o o ryry° W o <0 W 0 —� o > 0cr 0 m 0 O D Z o Z oll Q Q O _ O W - J Z w M M a333ne ll.l aOlo3l33a Z aolo3lj3a Z H11M aodl W HIM 8odl W a333ne j o a3�3ns W o W W co co �o= W -o= W I S = °LL � °LL d IF a O O v Moa Moa wey¢y�-LLOZ'ZL,ey �P-Z-zHd 33S Z001011- i 669E-d'ON Wald 3d81 —!—S p 1--d.( E d0£133HS d �I 0099'99e sE'+:xv, SVX31 Z 311 SHHd SN003S�HOId ll z z U io 9 All, OOlB98ffL9E"V+131 IIS18HD S(1dd00 }o .1110 :NH�d�O2UNOO OIdzlVHi ga v G or9L sdx31'u sumo sndaoo OZ£311nS'HnHtlONV2iV0'N 555 (140Z ON08) a� Of � 1332J1S 02iHd03�Ol bb AHMH0IH 31H1S -_ w o 8 _Y OH0H NMOlS8021 MO NOI1dIaoS3o Aa 31tlo 1-ON Nolsl77Nolld-- Au 31Va ON Nols- I u u 0 0 0 Moa 0 0 0 ❑ LU > w CL D 0 0 Q CL0 W J (ar(Uoaa3dl ' �. ^' aolo3i33a z� ui H11M 8odlui Ko W m �0Q N R ;oo °LL S Moir — weSEA-60Z'Z1,ey 6 P"E-zHd 33S 0001011- i 669E-4'ON Wald 3481 —!—S /o 1--d.( 5 d0 L 133HS z �I "'mLyggg^ oose'aae SVX31 L 3SVHd z z U po e y 3a OOlB98ffL9E"Lu +131 IIS18HD S(1dd0i to Ail0 :NV�d�O2JiNOD DIddVHi S U .i€ �oraL sdx31' smmo sndaoo F r�� ,y OZ£311nS'HnHtlONV2iV0'N 555 (140Z ON08) a � 0 -__Y� 1332J1S GHVd03�0177,kVMHDIH 31ViS w o 8 OV0H NMO1S8021 OHO Noildiaos3o ne 3ivo -oN Noisin3a Noildiaos3o nR 3iva -oN Noisin3a rc z ° Z, o � a wo o 3oo� o Si 8 8 I Y o H z Hx� ° - 0'a' o0 8 I b \ Q 5 d0 Z 133HS N1 00+6L V1S 3 �HD1VW 0 z zo uM . oXb�b x a< ooN z z 0 It LL m LL oo Z oa ws o oQ �> RUSSELL DRIVE (60 ROW) Own p�n O�� O ug ug md� NN m �dGO mpg LIB DRIVE P' J ° � m oe Q X mp Q 8° N a ®O Iz 8 O ap e* do x z 2112 ep a 211 // y 3 O . w m M a = oa z _o To 0.o � Z. z y� wp x ° K ax w o ° 0 w z CD 0 o (moaHminn a�eviavn) O (77),VMH9IH 31V1S) 133?JiS S3NEW ^N W d 3nRi0 77 © 3 Q o � � it 00+7L V1S INI�HOlVW .dee ,DZ ,dV 6mp C--001 14Z464 i 669E-�'ON Wali 3d81 —!—S p 1--d.( 5 d0 Z 133HS z �I 0099'99e LSE'L+:xv� SVX31 L 3SVHd 0 Qq d OO LB98ffL9E"V+131 IIS18HD Snddoi to .11lo :NV�d�O2UNOD DIddVHi v G o or9L sVx31'usiaH�sndao� � H iza - % fit OZ£311f1S'Hf1HtlONV2iV0'N 555 (140Z ON08) ea° -__�/� 1332US GHVdO3�Ol 77.1VMHDIH 31ViS w o 8 ��/ OV0H NMO1S8021 OHO NOIldIaoS3o AH 31tlo -oN NOMA- Nolldla— AH 31V0 -ON NOISIA- 6 ° i o $ i os� _ wN sw S o 00 zz °wr= ° 800 -�° o0 0 CD _ 10 __ O 00+7Z V1S 3NIl H01VW __ __ 5 d0£133HS 00+6Z V1S 3NIl HD1VW __ o �p 160 ZO V l♦moi. 3l0aID X35 R H01WN N ° �m mp .d d� m ° ° XM ��2 mm M ;p a ° € � MMI 0w �o olla m< 0 oImEffil LL �x wLL 0 o w �w o w mm a 0XMI k 0� o o 0 vm o e $ « p mm IN mm nn O V V S DRIVE p "�^ ry ° O ° I° O O 5 d0 L 133HS-00+6L V1S 3NIl H01VW 00+7Z V1S 3NIl Ho1HW wean- -uoz �ev eMvz—d-Ol-aao 11znsn i 669E-d'ON Wald 3d81 sa!-S buuaau�bu� p a-a -daQ 5 d0£133HS z �I w "'m 8^ 0099'999 L9E'L+:xvd SVX31 L 3SVHd z m e y d OO LB98ffL9E"V+131 IISI8HD Snddoi }o .11lo MN ld�02UN00 DIddVHi v G o or9L svx31'usiaHo sndaoo ozE 311nsu.4Nv N 555 Of (171Z GN9) 1332J1S GHVd03 001 tO.lVMHOIH 31ViS o m 8 OV0H NMO1S8021 010 Noildiaos3o ne 3ivo -oN Noisin3a Noildiaos3o ns Siva -oN Noisin3a rc Oz ° $ I Z _ o1 S _ wa o o0 pwm ° w0 -�° oo Qw z SOBCD IO 10 0 -- 00+tE V1S 3NIl H01VW — -- S d0 4133HS-00+6E V1S 3NIl HO1VW -- o p ® o it 0 0 ° o Z20 ° � o 0. 0 oto—W ' O^ ccW m� O ° e �o vNO ° e O Q o LJ oGQO OOQO moi u � ° o o ep A� 6� �< � m I° Y o o U o n o o Og = `d-w �uiy w 0 z �N a'am m mm m z m 3 0 1 ,Oz nn a w � �� 1. 0ZOU a oao �mamz�Nazi� f w°wz w zozy 0 oicoo ww gwm. zo }� Or wm o S On �p O aoo � d. w m as m ° 4 LLLL ° KREJCILANE ROW) px 9c o N SAXET Ca C? O � � DRIVE y m Q (DG) Q G ZO (62 ROW) O O OO a d3 �� W: � Um O �a 5 d0 Z 133HS 00+6Z V1S 3NI 7O1VW 00+4E V1S 3NIl HOiVA wezn-�- Z'SAV eMvc—duoraao 11zasn i 669E-d'ON Wald 3d81 —!—S p 1--d.( 5 d0 q 133HS z �I 0 O0 O9 L9B'9 99 8effLLS9EE'"LV, SVX31 L 3SVHd v 0 131 IIS18HD Snddoi }o ,llo :NV�d�O2UN0001ddVHiQqfid ++o:xsvnddaoo G OZ£311f1S'Hf1HtlONV2iV0'N 555 (140Z ON08) ea° -__�/� 1332US GHVdOA�Ol qq AVMHDIH 31ViS w o g \�/ OV0H NMO1S8021 Mo NOIldIaoS3o AH 31tlo -oN NOMA- Nolldla— AH 31V0 -ON NOISIA- rc 0 2 ° $ I Z _ o1 S _ wa o 00 zz pWm ° 800 ° oo uw I� 0 SOB _ 10 -- O 00+qq V1S 3NIl H01VW -- -- S dO S 133HS-00+6q V1S 3NIl H01VW -- o i �� ° - �wp y gry zo 0 w Z u0 °gip x o 3 yo 0m 3 rp ra a m a a I p � O J rc aU O�SO e p u ° ° 0 Lol ° 0 Z& v Wo—W ° > 0 3 3/\180 xVJHIV3 y y O Q O f O � a o J w O° a Q F uu a NN � NdJ o rc rc � `P m M e K n o m r R OOV v o 0 0 w � � m ° 1 Q I ° 5 d0 E 133HS-00+6E V1S 3NI-1 H01VW OO+qq V1S 3NIl HD1HW wesb-L-uozLev 6mp4 L6Hd-ZLol-aa0 L4Z464 i 669E-�'ON Wali 3d81 —!—S p 1--d.( 5 d0 S 133HS z �I ww "'mL 0099'99e LSE'L+:xv� SVX31 L 3SVHd z Qq d OOLB98ffL9E"V+131 IIS18HD Snddoi to ,lllo :NV�d�O2UN000IddVHi v G o or9L sVx31'usiaH�sndao� � H %a - % fit OZ£311f1S'Hf1HtlONV2iV0'N 555 (140Z ON08) ea° -__�/� 1332US GHVd03�Ol 77,kVMH01H 31ViS w o g \�/ OV0H NMO1S8021 OHO NOIldIaOS3o AH 31tlo -ON NOMA- N011dla— AH mv. -ON NOISIA- w w o a ° z z w w o nm w�wz -�LL a o Zo' of6 Rz ° ° ° o wa C a d m m gg¢w ° = '�' w W I CLOSE LEFT TURN IANE '� °m� 5 5a oo Z w Ca - I I = z co J n � U� ® 00+79 V1S 3NI�HO1VW m 2~ m z ° z w ® o ° m oit, X m ° 10 ° sm a� w ° co a z ° o0 Q zS ® , wp 0z m �o a Xm O N9/1 �s ° O o �m m; om t Z 010, I 1 �M �Q o p gi m o mm �m y o0410 U RpP�o,H o- ow �J pF\P�O.N1 g„ o i w K o a z r wm „ o z_i v 1---i--V «m m � w o F I o r m ro a �� ��x �w - w om O m n o mox Q b m O � O M� �< lb.1 x <� mm 12 m w E STA 54+00 MATCH�W —— —— 5 d0 7133HS-00+67 V1S 3NI1 7O1VW wdLb-L-,DZ ,dV 6-PS L6Hd-EL01-aa0 14Z464 i 669E-�'ON Wali 3d81 —!—S p 1--d.( 5 d0 6 133HS z �I ww "'mL 0099'998 SVX31 Z 3SVHd z Qq d OOlB98ffL9E"V+131 IIS18HD Snddoi to ,lllo :NV�d�O2UNOD DIddVHi v G o or9L sVx31'us1aH�sndao� � H %a - % fit OZ£311f1S'Hf1HtlONV2iV0'N 555 (140Z ON08) ea° -__�/� 1332US GHVd03�Ol 77.1VMH01H 31ViS w o g \�/ OV0H NMO1S8021 OHO NOIldIaoS3o AH 31Vo -oN NOMA- Nolldla— AH 31V0 -ON NOISIA- rcz z o $ I om 1.- o S a w �a uLLwl2 o oo0 o 3 i zoUo su a z 10 S d 0 Z 133HS00+66 V1S 3N�HD1VW _ o o 00 0 ^ry b R IN a ¢bP 'llhl \ O \ d m ' \\ a KA RUS LL � � IIi III DRI E ° y ry IIA t� i \\ ie IVE4 n o \ �m l�ly 1 e�& 0m - d \, m da R ° 0� O o o X o � a�x 2 m prrr Do WO R _ \\ „r" m a Do< w,. o \ > Q � a O ° ;o 4 e \� '0 0� F Innoa Hlaim a�Hmavnl ° m o X77 AVMHE) 31VIS) 133HIS S3N0V /11 10 O c \j �� O 0101A o �� 00+76 V1S 3N1�HO1VW wdLSZI- ,dV 6mp L Z6Hd-b Lol-aa0 L4Z464 i 669E-�'ON Wali 3d81 —!—S p 1--d.( 5 d0 Z 133HS z �I ww "'mL 0099'99e SVX31 Z 3SVHd 0 Qq d OOlB98ff0c m 131 IIS18HD Snddoi to ,lllo MN d�O2UNOO OIddVHi v G o or9L sVx31'usia �sndao0 � H %a - % fit OZ£311f1S'Hf1Htl0NV2iV0'N 555 (140Z ON08) ea° -__�/� 1332US GHVd03�Ol 77,kVMHDIH 31ViS w o 0 g \�/ OV0H NMO1S8021 OHO NOIldIaoS3o AH 31tlo -oN NOMA- Nolldla— AH 31V0 -ON NOISIA- rc ° i o $ i os� _ wN sw S o o zz °wr= ° 800 -�° o0 0 CD z 10 00+7Z V1S 3NIl H01VW — -- 9 d0£133HS OOZ H1S 3NI\ o HJ1HW / — 0 o mm a v,AvOA E8 �N P R x (nnoa.❑s) a R 3 2 2JMAVN N "R qrc 4 Q\ ~J Z° 2lz n � uta yo \M\\ a \� F ° \ A\ O �a 66 �p URN o \ EaM O G \ o \ DRIVE _ MR, \\ offiffil = • N -- \'\ -- \\ \ 5 d0 6 133HS-00+61 V1S 3NI1 H01VW 00+7Z V1S 3NIl HO1VW .77-777177, 6mpZ Z6Hd-SL01-aa0 14Z464 i 669E-�'ON Wali 3d81 —!—S p 1--d.( 5 d0£133HS z �I ww "'mL 0099'99e SVX31 Z 3SVHd 0 Qq d OOlB98ffL9E"V+131 IIS18HD Snddoi to ,lllo :NV�d�02UN0001ddVHi v G o or9L sVx31'usiaH�sndao� � H %a - % fit OZ£311f1S'Hf1HtlONV2iV0'N 555 (1760Z ON08) ea° -__�/� 1332US GHVd03�Ol qq,kVMH01H 31ViS w o g OV0H NMO1S8021 0-10 NOIldIaOS3o AH 31tlo -ON NOISLA- N011dla— AH 31V0 -ON NOISIA- rc 0 2 ° $ I Z _ o1 S _ wa o o0 zz pWm ° 800 ° oo uw z I� CD 10 0 00+qE V1S 3NIl H01VW o _ S d0 q 1331-IS-00+6E V1S 3NIl H01VW __ o —— — � — \\ ® \ _ o xles \; \\ �`G ,\\ \\ I° e e \\ \\ a w �4 \ �`\ o Q o \:\ O (D ®,\ M 9 \ g \\ Q \ f Ore \\ o a NM N \ M a \• D \,� \`\ O 0 =SaS- o KREJCILANE „0Q< 156 ROW) O,-LLJi0$0 0 0 m„ _ z N SST– r > V� z 4a vi X08 DRIVE M%\\ (62-ROW) Z `\\ m Ap \ ouzo 0 MMI, z'oai>� -- \\?\\: owaoow ,\,' -- -- 0 -- 5 d0 Z 133HS-00+6Z V1S 3NIl H01VW OO+qE V1S ANI-1H0iV1VW wdgs L-uoZ ildV 6mpE Z6Hd-9L01-aa0 14Z464 i 669E-d'ON Wald 3d81 —!—S p 1--d.( 5 d0 7133HS z �I 0 O0 O9 l9B'9 99 8effLs9EE'"V, SVX31 Z 3SVHd v 0 131 IIS18HD Snddoi }o ,llo :NV�d�O2UN0001ddVHiQqfid ++o:xsvnddaoo G OZ£311f1S'Hf1HtlONV2iV0'N 555 (140Z ON08) °a ° ea° -__�/� 1332US GHVd03�Ol 77 AVMHDIH 31ViS w o g \�/ OV0H NMO1S8021 OHO NOIldIaoS3o AH 31Vo -oN N❑ISIA- Nolldla— AH mv. -ON NOISIA- rc ° 2 ° $ I Z _ o1 S _ wa o o0 zz pWm ° '�'° -�° oo v. CD I� 10 0 00+77 V1S 3NIl H01VW9 d0 S 133HS-00+67 V1S 3NIl H01VW o o -- �4 — 11 \ -- o 4 - ��� , q w ° �� \y-° ° w� 7. \ \ O .. > .F o O �" m Wo—W cU5 �0 3 3nI80 XV3aIV3 m Oo Q U) 0' e o� s� x x \ o _oe� � <e ww a \� � uR i : ovo 00� � IN \ o �/ �° O m R All \ as 4 \ o fL i2 �� K \\ °w �\ m m K ro S o ° � f 9n iENZ yv... A\: 4 d0 E 133HS-00+6E V1S 3NIl H01VW 00+77 V1S 3NIl H01VW .des ,DZ ,dV 6mp4 Z6Hd-LLol-aa0 L4Z464 i 669E-�'ON Wali 3d81 —!—S p 1--d.( 5 d0 S 133HS z �I ww "'mL 0099'99e SVX31 Z 3SVHd z Qq d OOlB98ffL9E"V+131 IIS18HD snddoD to ,lllo MN d 1O2UNOD DIddVHi v G o or9L sVx31'usiaH�sndao� � H %a - % fit OZ£311f1S'Hf1Htl0NV2iV0'N 555 (140Z ON08) ea° -__�/� 1332i1S GHVd031 Ol 77.1VMHDIH 31ViS w o g OV0H NMO1S8021 Ol0 NOIldIaoS3o AH 31tlo -oN N°ISI— NoIldlao53o AH 31V0 -ON NOISIA- w w o � a ° z z 6 "- a ° cm� n LL z o f 6 w - m < a ° w as oLL a z mw� Y �o �w ami N amm m mw ° omaa �w Z w a � � mo J= m b 10 I =� = u 00+79 V1S 3NIl HO-LVA m 2~ m o z zw LEOPARD ° it, '-� ARD STREET ° (VARIABLE WIDTH RO, ° m K 0 o Q a o r °mi µ F w zz � m r m Ca � n;�g °wLL > m : pwz OEMa 4 «d E) o oQ O H Ace qn� � i \ ao mmi � LL ° 0 v w �o� 8 � << � �\ � o J sm Lem Q�Q x MEMO\ <� x aME? sl o D o d a sl Eo 54+00 —— S'f 5 d0 7133HS 00+67 V1S 3NIl HD1VW wtlLO l-uoz LAV 6mpS Z6Hd-BL01-aa0 14Z464 i 669E-4'ON Wald 3481 —!—S p 1--d.( SVX31 1 9E +131 I} e ^ sE'+:xv, . MIJ�O2UN000IddVHid LML sHx31AiSldH0 SndNOo C� OZ£311nS'dn HtloNV2iV0'N 555 (140Z ON08) -__�/� 1332US GHVd03�Ol 77,kVMHOIH 31ViS w o 8 ��/ OV0H NMO1S8021 Mo NOIldIaoS3o Aa 31tlo 1-ON Nolsl77Nolld-- Au 31Va ON Nols— o $ I u S yoo om - - - � o��o oo o oN i - °dad - oo m� z w <RZ u ZO zo w b =w °b m ° 00 jo ° m w 0 0 rR { i o V rcz N w0 LLm a w ® co G= ,zv ,zo• so• ,,,,, 0 �� ° rc owz §w= b swwg oo� x J Z-0 05 �orcz gmio 4. W aD a I I 6tl ° �oW=0 o gopo LLm=Z b 6mp L X1N46L01-aa0 14Z464 i 669E-4'ON Wald 3481 sa!—S buuaauvbu� p a—a -d.o aOl 0098'888'19E'l+Xvd SVX31 S711VM301S(INVa311f1o'821f10 °z w 00[9 999 L9E"L+131 IlSRIH� SndNOO l� ,1110 S11V1300aVONV1S Allo e ,v i t078L SVX31�11SMH0 snda00 N p� j U OZ£311ns'vnHVONV8V0'N 999 _.._� �4lOZ ON08) of o C ���/� 77 1332US GHVd03�Ol ,kVMHOIH 31ViS w o M 8 P OV0H NMO1S8021 OHO NOIldIa0S3o Aa 31tlo 1-ON Nols,77N011dla053o A9 31Va ON NOls— ryI -i 0 86 OG91r R§ w . 9. " o o rF 91 LU s v,3 ," ° 3 d �S, V 3d� F a�_<a E< A 1 z € 1 a > 4-o C— Q '" p � L W L r L 5IL 6 0 W z 4I !r O 4! LU 64 r,o J bLo o ca 1 0 n �t NI z t , t W E rr, J W i' CU Z J b d F Wr _ dw F f W 0I We Q f / c b° UJ LU b Z r ty z a n2 t I' cc FW 58 JO �w 7 kF w, J J 62 Lu he ILZ r % 2 O a n a z w w � y.xvw.az � ,Y�`€� F � n �� -----�I W f s�av,, Lu - 5 Z iq . a rI c3 � u � a C9 YIJ o / O J _ UA - _Lua m b LU Lu O s dS br 2 1 a J vs �x � Iia•: n� w Id d \'�,�i 1t i� W �% -t d z. lu ui .v F ( t x C t. t, O o G IL rig caIt cc 4W ® ------------ ww weLE .......... N�0-16.-0 0 i 669E-d'ON Wald 3d81 sa!—S buuaawbu� /o a—a -d.o £d0 L 133 HS COI 0098'888'19E'l+XVd SVX31 SlIVl30 OaVONV1S AVM3Ala0 °z wN OO 19999"0CE -131 Il SI8HD Snddoi to A-Llo SlIV1300aVONV1S Allo S it078L SVX31 A1SldH0 sndaOo j U OZ£311ns'vnHVDNVUVO'N 999 _.._� (4lOZ ON08) oM p3f o C 1332US GHVdOA�Ol 77,kVMHOIH 31ViS w o 8 ;UMP OV0H NMO1S8021 OHO NOIldIaoS3o Aa 31tlo 1-ON Nols,7 Nolld-- A8 31Va ON Nols— L�uOw y. O �4 O a 0 0 w� sipw 3 N Sax Asi o 6 0� �`x wF � e aLL §� .� � ffi v ; t y a� wq.�ua <x �a ,jlENE < r 8 w u / a sM �d y o Fz s .... S31kIph 53RNh l --- ___ _ 1 NM-0(S 53 kV.Y Oh'Jl.- o s (ronsnJ s Co) .Z (s) Es) o_ a.£ 'NO 5M1Y13 1S�X]1i0f m } ���n �§' r 3 •I'CY 3J01$ � o x w o m x � n µ x a m -• o x o rcz 531bYr1 NN i '�c� w n03i ti .•! (03J 0311 w Z m Nd tE 30p'tl0 II 1 � o 'CU FS - j C' tj sJ _ m Q �i. Q M - ry W mw m _ R a !14 --- V � m 1 _ - a , y i s * ol 96 s n 0 o w mw 1 f(Jitlf 03H i) fl „G f �1 . Xw.kt 3¢IY219-� I \ 4 �f13M n03tJ i. p •Z �. w m 1 a ro I 4 weer .......... W, M—.-aao i 669E-d'ON Wald 3d81 sa!—S buuaawbu� p a—a -daQ £d0 V1133HS COI 0098'88819E'l+XVd SVX31 SlIVl30 OaVONV1S AVM3Ala0 °z wco OO 19999"0CE -131 Il S18HD Snddoi to A-Ll0 SlIV1300aVONV1S Allo S � 'o tObBL SVX31 AiSMH0 snda00 d. m j U OZ£311ns'vnHVDNVUVO'N 999 _.._� �4lOZ ON08) of o � 1332US GHVd03�Ol 77,kVMHOIH 31ViS w o 8 ;UMP OV0H NMO1S8021 OHO NOIldIa0S3o Aa 31tlo 1-ON Nols,77N011dla053o A8 31Va ON NOls— I u u 0 0 0 V a o o . m o o . h h . h N . m H N o O v O o m . o Z > � O � � V o > w w pW M H 01 M M N M W D � Q Z O LL O O N 0 0 d' mp O 0 0 0 m >>> Z Oy N m 01 N .-i O Wy m ip w � m w Z wvmi rmn Of Z m N m C ri O (V O m O C C v1 O O h O O N O M O C 0 0 0 0 0 .-I O O .-i H O O O N N m h ry N N U Z V O o LL U z y O � in � u1 u1 u1 vi ui ui u1 u1 u1 v u1 ui u1 u1 Iu1 .uiuiu1 u1u1uiuiuiu1u1 ui ui u1 u1 u1 ui h ui u1 Q Z Q � V Z O m O U1 O O -i O p 0 0 0 0 0 ti ti O O ti O ti 0 0 O ti 0 0 O ti ti m O O O O ti 0 0 0 0 0 0 0 Z 3 tC N N N N M Q 4 m U1 U1 C N m U1 m m U1 � � U1 U1 �D h Z O O C O W 01 O -I h 0 0 0 1 F H ci U1 �y N r O N .-I tD ti ti N O rN-i mtNv1 nt N C N Q 3 a m N m 0 N N ,�-� v m °' c ro r` o n M M M Q m .moi rev ro+ vii + m + + v`Oi v`Oi m m m vii vii vii h �* + 'h ro .moi m m 'c v'i o+ w o+ 'm 'm + o o N + ro ,-� v ,-� w m o o we8E .......... W, M,--0 i 669E-d'ON Wald 3d81 sa!—S buuaawbu� p a—a -d.o £d0 Z 133 HS COI 0098'888'19E'l+XVd SVX31 SlIVl30 OaVONV1S AVM3Ala0 °z wV' 0019999"0CE -131 Il SI8HD SnddOo to A-Ll0 SlIV1300aVONV1S Allo S it078L SVX31 AiSMH0 sndaOo U oC iti j OZ£311ns'vnHVDNVUVO'N 999 _.._� (4lOZ ONOB) f o C 1332US GHVdO3�Ol 77,kVMHOIH 31ViS w o 8 ;UMP OVOH NMO1S9021 OHO NOIldIaoS3o Aa 31tlo 1-ON NOls,7 N011dlao53o A8 31Va ON NOls- -J, w I E _ � �w _� u�a o l 0 dll) "w 3Na tap-Mtl5 ✓ J J M1 O z m r �a� vll W „4 a �! o n _g pm ss a t 04 ® s l £ in c w �3 I t s enri uascna i 4-4 z a w a � 1:4 Qk 3 G 0 K a `M Ilk .et t ua U � o u i Ux x 5 g> gE wesc a-usz'a,ey smp z Poa>soso-aao i 669E-d'ON Wald 3d81 sa!—S buuaawbu� p )—a -d.o £d0 E 133 HS COI 0098'888'19E'l+XVd SVX31 SlIVl30 OaVONV1S AVM3Ala0 °z w� OOlB 889 0E"V+131 IlSRIHD SndNOO lo ,1110 SIIV1300aVONV1S Allo S i t078L SVX31 AiSldH0 Sfida00 U C iti j OZ£311ns'vnHVDNVUVO'N 999 _.._� (711)Z ON08) of o C 1332US GHVd03�Ol 77,kVMHOIH 31ViS w o 8 ;UMP OV0H NMO1S8021 OHO NOIldIa0S3o Aa 31vo 1-ON Nols,7 Nolld-- A9 31va ON Nols— I n o Sa rw10 y w 6 a 'asF o oa i� 19 o 4m ww w - Q fry F 1 2 B ttm S 4 s.4 I Lii � o .v xvry a` 91 $ 4,01 !�wV (NbiNA i(IVN4} _B'9 W l _i g6 1::4G �" (Zw) �owo-a �i 3d— .rv.4 _ u sV!p• p w m w a � w p1 w � I (4} x w I' _ o � y ^ N Axa flaw x w I m I I V (NV3N8 iGUd9) "A'4 o � Yl w 'V11 Z II` ¢ kl z (lY) —� sW`•z I�PQI. Ur, � k41:Yd41�S' I��� 6•' .�„ � cvr � •w��m r I K OUO ti4 sdU"S I m I _ m (Si tmi wefiE 8-LL.....adv 6mp E-Amo-Pls-Poo-$fioso-aa0 o 669E-d'ON Wald 3d81 —!—S buuaawbu3 p a—a -d.o £d0 L 133HS co 0098'888'19E'I+XVd SVX31 STV130 N31VM W2101S °z w(0 0019 999 0E"L+131 IISI8HD SnddOo to A-Ll0 SlIVl300?JVGNV1S Allo S 'o L078L SVX31'IlSIdH0 sndNOo 1., Citi u j U OZ£311ns'vnHVDNV8VO'N 999 _.._� �4lOZ ONOB) of o Ir & 1332US GHVdO3�Ol 77,kVMHOIH 31ViS w o 8 ;UMP OVOH NMO1S9021 OHO NOIldIaoS3o —77777777 1-ON Nols,7 Nolld-- A9 31Va ON Nols— � I s z a M ZO 711 a i ti zw F 0 p 6L v z o oaf c m ,r a n a 4 � as �a GGGYYY I3 A n e I 4 Q w d.. z N14 ; r ny �� tw gad Cr €< w � w a a10 a Vfiw um FIM J v4 i� � Hca `n I 1 it �L b "N Nt 1 w ����, - g ? 0 A s, 1 0 U M s wea.=a-uoz .. W, M-0—aao o 669E-d'ON Wald 3d81 —!—S buuaawbu3 p a—a -d.o £d0 Z 133HS co 0098'888'19E'I+XVd SVX31 STV130 a31VM WaO1S d w 1— OO 19 999 0CE -131 IISI8HD SnddOo to A-Ll0 SIIV130 0aVONV1S Allo S i t078L SVX31'IlSld HO sndaOo Co Citi u j U OZ£311ns'vnHVDNV8VO'N 999 _.._� �4lOZ ONOB) of o of & 1332US GHVdO3�Ol 77,kVMHOIH 31ViS w o 8 ;UMP OVOH NMO1S9021 OHO NOIldIaoS3o Aa 31tlo 1-ON NOls,7 N011dlao53o A9 31Va ON NOls- W5� � w re B a 14 y y ry 0 95 \ ry _ re \\ a Q ®F 4 g ak as �s � � a o _ 0 w o = J � y 5 V TTT ud� � - n p w s o W w m N rc 'p� ur 6 `m Is Vi 6 o :a •y y J e tna �wb� c a c a k \` w s 44MoE ` xx \_ L U / 6 LQ Q 66 6. Lo 14s V o� .z r w, rea mm m a� —niw.s ark $ a As o � amore % z. " w� w sn l p wo dg, 0 tl "m r —� ---L ty $gyp77s \" a Q. — z + r rre DO �z iR 12 a y CC) r �{ O 44 �g U — Y� s� ra I�o 12 ti cn 1,4 `', w w "�"' Q to .� V a a I 5 — a LC Q g if m we..a-uoz'a,ey W, M—.-aao o 669E-d'ON Wald 3d81 —!—S buuaawbu3 p a—a -d.o £d0£133HS co 0098'88B'l9E'I+XVd SVX31 S11V130 a31VM WaO1S d wco 0019 999 0E"L+131 IISI8HD SnddOo to A-Ll0 SllV1300aVONV1S Allo S 'o t079L SVX31'IlSldH0 sndaOo m m u j U OZ£311ns'vnHVDNV8VO'N 999 _.._� �4lOZ ONOB) of o Ir & 1332US GHVdO3�Ol 77,kVMHOIH 31ViS w o 8 ;UnIMP OVOH NMO1S9021 OHO NOIldIaoS3o —77777777 -ON NOls,7 N011dla— A9 3170 ON NOls— �� ,�.........�j. ..�..... 1,4 I A MR 911 wo ry gw ed yap a o 0 w ZO 44 s 2V O�NW OS l Yta •- "a r - �.. a s 14 z0 „ d Cty1�I �� 19 a �F CYaaz n ` tr c`�� �.5 08 a 3 " a � a �x 170, a �144 � S 3 Gm " " �e & 114 - m -17 . z _ W _ m.. tm INervra vi-nom - & ff1 50 ts ~ Nr rvw a '3 t• APs'm' ¢ P. �r � t �01 f' ESQ Ke 3 o m aw e s r � " 6 K s w m 3 S. -as, sn m� - V a g tI n. .. 5C cy v�,.:• w (sror•w,rayl� j� ll r ^�dm as� mKv a ' �� ' �� niaam nrvu s �Yi aS U 2a u ro � z <, ; gg A A ath W S S �s a s W a, �.eC l , w Olt 1� o J y V V ~ou x C1LL Y, w , a gg a J o vS L4 � we�o a-uoz'a,e7 amp M,--0 o 669E-d'ON Wald 3d81 saoinuas buuaawbu3 ;o ;uaw;uodaQ b d0 L 133HS COI 0098'888'19E'I+XVd SVX31 SlIV130 dWVa amNVIalS3(I3d °z w0) OO LB88ff L9E"L+131 IlSRIHD SndNOO lo ,1110 SlIV130 OaVONV1S Allo S i o L078L SVX31 A1SIdH0 sndaOO O p� j U OZ£311ns'vnHVDNVUVO'N 999 (711)Z ON08) �I o � 1332US GHVd03�Ol 77,kVMHOIH 31ViS w o 8 ;UMP OV0H NMO1S8021 OHO NOIldIaoS3o Aa 31tlo 1-ON NOISI77NoIld—s3o A9 31Va ON NOISIA3a � ; dt '+ r 17 t Is r , �F ` .. y C� fr 41) 1 I � 1 " , �� r' — x ' ^z L 14e ! i V tl i i �a 4l� r \ ------i w z w x .,N L as vx 7 a a ;q } r JJ O '•� ILI 1 }`� 1 i J Ck � a41 4 -ti wnZ48-60Z'Z1,eV 6mp-nw dw q,no-pis-NlB-soos o i 669E-d'ON Wald 3d81 !S S buuaawbu3 ;o ;uaw;uodaQ b dO Z 133HS COI 0098'88B'l9E'1+�X7d SVX31 MN" MWNHIalS303d °z R g �� OOlB 88ff L9E"6+131 Il S.Ho Snddoo l- Aw 01"A0OaVONV1S i is MM$HX31'IISRIHO Sfid2i0O j OZ£311f1S'Hf1HtlONV2iVO'N 555 (VWZ ON08) Io w rc 1332J1S 02iHd03�Ol bb AHMH0IH 31H1S w o U) � 8 � OH0H NMOlS8021 OHO Noi7diaos3o 7777777 -oN Nois,7 Najd—..hug Q ns 377a -oN Noisin3a I x tax onsHy, 1616 auu IS ' 1,11,1110 � r rj. u � o 1101 R i i fa i W Q 1160 Q! any, ong, ti ool WAY it Pup "Its lop qu p 9.: 1G a n8to ryj MAN > of il. �. c� yKUWA 6w x a. - :5 � t tr ten- r � � a +ti0 Wyo. '+`ton� ^, Lr �'i 191 I " knit" Ows I g y7WA NAT a , n x SO Etc 1 < L _ t r to 11,51 12 5 1 f. 4 4 1 T l of YE 1' �' N 21 WAS 0" lots, PH AWAS 1 tii t cl c' 1 ! 1 t4 x q WINy U, f, �, ( y kit I Pat §11 13 11M to 1 w 1, ...... ......... ......... ........ ......... sex a \ �.�, i r :�Ar ,V �§ s; All +, \\ �i \ _ ly i I weZ48-LLOZ'ZL�d7 wZinela0-dwca-4-PlS-N�LO WM0 o 669E-d'ON Wald 3d81 —!—S buuaawbu3 p a—a -daQ b d0 E 133HS COI 0098'888'19E'I+:XVd SVX31 SlIV130 dWVa amNVIalS303d °z T`- 0019"999"0CE -131 Il SI8HD Snddoi to A-Llo S11V130 OaVONV1S Allo S i tObBL SVX31'IlSldHO sndaOO N p� j OZ£311ns'vn HVDNVUVO'N 999 �140Z ON08) �I o � w rc 1332J1S 02iHd03�Ol bb AVMH0IH 31H1S 8 ;UMP OV0H NMOlS8021 MO NOIldIa0S3o Aa 31tlo 1-ON Nols,7 Nolld-- A9 31Va ON Nols— 4 z 1 i a 0 Il w O Vi=a iZ i `4 x ' ,� i C� L�— li - � 1 ai� 6 v F� LL' , I: All l Ik I -- xT ,S a a nlu" 4 0"._,.. � rA,X : E RL,4 X/ t weE48-LLO.....V B.PE JIM,dwea-qPIS-Rl�'J-LLoSO-aa0 o 669E-4'ON Wald 3d81 —!—S buuaawbu3 p a—a -daQ b d0 4133HS COI 0098'888'19E'I+XVd SVX31 SlIV130 dWVa amNVIalS303d °z mN 001999900E -131 Il SI8HD Snddoi to A-Llo SllV130 OaVONV1S Allo e ,� i tObBL SVX31«11SldHO sn moO j OZ£311ns'vn HVDNVUVO'N 999 (140Z ON08) �I o � w rc 1332J1S 02iHd03�Ol bb AVMH0IH 31H1S 8 ;UMP OV0H NMOlS8021 MO NOIldIa0S3o Aa 31tlo 1-ON Nols,7 Nolld-- A9 31Va ON Nols— I z {f z _ o Cl- i II� �' a 1, Fr wL� , v V/ , ,. lJ �` ¢�I ll,illi I 1 q 71 Ivu f r i k w � I i I i �Wtrio) , f f til a nui a�« Lil,.l 7�ad i it ni _ Y wey:8-LLOZ....dy b,thelaa-dwea-qe plS-N�-aa0 o 669E-d'ON Wald 3d81 —!—S buuaawbu3 p a—a -d.o b d0 L 133HS Co SVX31 SlIV130 MOVa1310,10 l d 0098'8B'l9E'I+XVd OOLB 88ff9E"L+131mM IISI8HD SnddOo to A-Ll0 SlIV130 OaVONV1S Allo S i t078L SVX31'IlSldH0 sndaOo jU OZ£311ns'vnHVDNVUVO'N 999 (VWZ ONOB) 0 1332US GHVdO3�Ol 77,kVMHOIH 31ViS w o 0 8 ;UMP OVOH NMO1S9021 MO NOIldIaoS3o —77777777 1-ON NOISI77N011dla— A8 31VO ON NOMA- r �2 � � la. 10 w zm o 9 G Y p �' - d oz.rz4 o IM 656, �+ - R.. 011- 44 a r N u m N I i a w(0' (o) o uj a 2 I 1 <=/ � N �. I — — Ud a r m ssoao W a oi� a 'UH VIN pOtSdNi.1 a9'... \ z WO cc aIs D U. z P5 W e o o 19 U � U. w� U. z � a 41: l o E0 0 _ z o P 81 * ©., I l g , l a, � a wew=a-uoz ..av mow-rne�aa-v��ral»-P�s-Poo-e Soso-aao o 669E-d'ON Wald 3d81 —!—S buuaawbu3 /o a—a -d.o b d0 Z 133HS i tCO SVX31 SlIV130 MOVa1310,10 I ° 0098'8B'l9E'I+XVd OOlB 8ff9E"V+131T� III8HD Sndoi A-Ll0 SlIV10 VONV1S ll15 078L z SVX31 AiSldH0 sndaOO Cn u jU OZ£311ns'vnHVDNVUVO'N 999 (VWZ ON08) IoOf w 0 1332US GHVd03�Ol 77.1VMH01H 31ViS w o 0 8 ;UMP OV0H NMO1S8021 MO NOIldIaOS3O Aa 31VO 1-ON NOISI77NOIldIa— A8 31VO ON NOMA- I 59 u u. V ro pu owl M3T aW i Iz uW Grw p X30 o oza _ z$ r a � p o„ po Hag 10, Ht, a p w� in a �� r y a� E, �a � �a �p 3 0 F Q J o iL 0 ....,1 a — Y V3a Ssno z ��rc�d 3dU ltlN0Otli0 F a Msso a U F Z ... .11 w .. �.g 93aV Sstla'J fir.. Q U. � W o � W 0 m I LMIm r. cv weso=a-uoz ..av �w-z-ne�aa-v��rai»-P�s-Poo->Soso-aao o 669E-d'ON Wald 3d81 —!—S buuaawbu3 p a—a -d.o b d0 E 133HS i tCO SVX31 SlIV130 MOVa1310,10 I o 0098'8B'l9E'I+XVd OOlB 8ff9E" +131m� III8HD Sndoi A-Ll0 SlIV10 VONV1S llo 078L z ,a SVX31 AiSMH0 SfidaOO Cn u jU OZ£311ns'vnHVDNVUVO'N 999 (VWZ ON08) IoOf w 0 1332US GHVd03�Ol 77.1VMH01H 31ViS w o 0 8 ;UMP OV0H NMO1S8021 MO NOIldIaoS3o —77777777 1-ON Nols,7 Nolldl- A8 31Va ON NOISIA3a (d ml cal (4 S� r6 gw z o� d o (a3alnoa a) w, 76 2' / 6 8 x zm o a FIT lz > � wt, o0 w N m aVw.al� z� _- N w.c 8 w S iii k z L w F i c W a m Lu " J Cy � �cc cc W ......-. G> W � -Z� a= � o a a o G i � � � W � W J a)I m)l tel W H m gg L 6" " I m l w �/ ° oye �o Y I w � H s h W a V J z j Z iF adw z, U. 11 A t..,,l {I. a �M 6 U. W IM U. IM Z U. p w a , a n weso=a-uoz ..av �w-ene�aa-v��ral»-P�s-Poo-s Soso-aao o 669E-4'ON Wald 3d81 —!—S buuaawbu3 p a—a -d.o b d0 4133HS i tCO SVX31 SlIV130 MOV:J1310,10 I o 0098'8B'l9E'I+XVd OOlB 8ff9E"V+131m� III8HD Sndoi A-Ll0 SlIV10 ?VONV1S llo ObBL z SVX31 AiSldH0 SfidNOO 1., Cn u jU OZ£311ns'vnHVDNVUVO'N 999 (VWZ ON08) IoOf w 0 1332US GHVdOA�Ol t7 AVMHOM 31ViS w o 0 8 ;UMP OV0H NMO1S8021 MO NOIldIaoS3o A8 3177 -ON NOISI77Nolldla— A8 31VO ON NOMA- j 65 10 000 � a J >_ w m o J w a :E JLLI Y r IIS\ 6' 6VNI W d w P JE p as Eq. r in G0 �'. m WI ��...,� i •m 1� d W WI a• S m s JU) E Wzm = �a ami s w 0 0 cY�=m L 4 v 0 . � 0 3 �= z 19 luz _,® a ® Sm S u ow! w �# M :rte m I z Tagg i �t/: of 3N ALbddUbd �"�"� � � o La 1 3NIl A1b3dObd ^ �t� � 9.v9 z b l 1 W ma 01Lu 6 F F W `. „� Z �� �M E C7� o� z � E �e W -` a)0 �`- f'� i W w o V J 3 d W ^f +^t� i- ~J CWtk a W pamwo °. W �,� W wi ,. 2 in Nm B B in B 0 W a m n i rI m. W Z l7 � Q weg4=8-LI.. L.d7 �+P-bliela0-Mawl-ala�-Pls-No-g LOSo-aa0 2669E-d'ON Wald 3d81 —!—S buuaawbu3 p a—a -da(j b dO L 133HS COI 0098'888'l9E'l+XVd SVX31 ST"10 a31VM CAMNVn °z �� OO LB 88ff L9E"L+131 11S.Ho Snddoo l- Aw 01"100aVONV1S Allo e i� tObBL$VX31'IISRIHO SOd2i0O � j OZ£3110S'Vf1HVONV2iVO'N 555 (VWZ ON08) �Io w rc 1332J1S 02iHd03�Ol bb AHMH0IH 31H1S w o U) � 8 � OV0H NMOlS8021 OHO No17dlaos30 7777777 -oN Nols,7 N.M—.. ns 3771 -oN Nolsln3a Rio tp ., ,V �£�� es � !lbbmnud aaaun 3e(�d boil � a �T `� �Rl �V > (savor as;s3�ary uedaa �( \ �I,I o ws�. -,az Ink �$ ��4 � o `�'� 6,DWX wI spit ` 3 � axsrama aANi z4- # Ri S, i �'��.33.�y�(� $� �� 611H1� pV q�g HO„ZR 253dd bQi NIYI,O-,Y D � � � of MAW � V+, ��i��ti �4 WO,ZR>S]dd bai MN,d-,F-9 4 m� 0 i2 H ° w o of wp its � g owz a wza a a av� 8 1Qj Is Si x. ax. zyAwa i L ¢� ,1 �' w HAS L" s �3 � SA , ass w 6y m� V o, 1 �Q cQ me.. ly v,wpo 2v 6�yr kS ¢o Q a: z ri sit }obi" z '.z6 IYi �k R4� �twi4 I I � hi T q 1 ti d o 2 a ? W� w W L¢ ` w¢ ryry.� c 4 w k w<amxt aw^xa W mho wo arcz �orw sa a y`o 0 'i O W wW HAM is� J W ryy4 p� �N 2 d9G`i0 ¢tr05 6 c vj4 U T .U, U m Ss mIl � C�a „U(©aUwU W iwiw k 5 pon Y 1 a Q�JRp Z y�z W 4 41` 2 UO W W O C y, V IT W`R yt�3�cc$R33 rp Y U a aw0 x} �C a`��wo6 ru 2t., k p� e to �w 2 8wTx�QW G 601 } 9qw O WU Z M oil! x Rddd, in O k 2 vomit, WO`� n� za�q ���� j�iY,UZ z T� F IRS �An � wwU act, plow z".,zW &SIR xms o Wi i••o Ax � x5 i � � zpap �� x�,z �~z�'. W wo`+z mrm8 u2 m z d w U ¢ �� Q 5 0 aW M R6y W Q. �pW$' }l'Sv R'aWz R�w O U�W 1: j .x.UN qq ,e W a `�Wwa W�Q 1 flow az , Ga. z o " `�6 ci.�wo k6Q s 1'8"� so, a� h ��r1 �z w 6 c o z x 4S �W o I:' " ;, A A IN Wl HE IL^;u z m5ccw � c� �' in ¢ n 6 k+z mkiw wxo riz la1W z T g wy 1owm}�w mg s § os zo�y � W oyw �z T� 4o it Q a w z ea W U tr Jq�'-�� Y} O 7 2,-.: C.ly2 w 'tea m W a m Q'-Ica6' y `o'z 4Wa. z � w 7 a qq wL W q x J rwa mM �wm�a�9 a �� nz aSCW° qnW.� oa`a wore ac zww `"a e(� w k!T ¢� 2Z W aT,PBa a�wa Qua 1w 4�o-�g; iuU6"` Icy Y a'T�C' 7T W`u..w 3U p� s Y 4Wj 75 YE s� x 8fzaiw x TTY 04 �wo�es ' z UQ Oil oo,e' ? � �`, 9wn q �o w s � m w o o � �4 o a � o � OR H it z Wit! �v,ma Fo a a Hit yym Q w w+xa� a xz �� as a 1 "'biz@! 8x16 6az ''^1zxWo �¢dzz 11a k mho 1M �Q 00 of Q x x wo cn4 '"� wWox�x m ww og1i a�oz SAW z z w a��� `6 cm�o� r z � ``, �coa ,w..(a A t ? n 4. p j� R ,t k ,n 0 V(q vx w8 v,a .o. "zz` 9 0 .Q oaU Wwoz wzZZ call j-; m °xz z x o m6 z R go �4 bid oo �m "Tmoa<uo It ga u y ° w TO m '� " m xvi Wzaw� x y w xU» � W �g�jaw� 61 a 33mmo . b W� I c now m 9H got 6a d � z.Ti x y �.� o8 W8 'aaW as zo V ' fix io 8 8Hm6 a A I w. anew 1r� IHI z e o z6 .k w� sok �� u.a ��36 8H 9" a� �w �.6�� ��aav �..oe Q exeWa Qa �.�8 s 3W I weL4=8-LIOZ 4a�7 6mp-aa�eM Pl RI�-40S 0 o 669E-d'ON Wald 3d81 —!—S buuaawbu3 p a—a -d.o b d0 Z 133HS i tCO SVX31 STV130 831VM OaVONV1S I cj 0098'88'l9E'l+XVd OOlB 8ff9E"V+131Too III8HD Sndoi A-Ll0 SlIV10 VONV1S ll 078L SVX31'IlS1dHO sndaOO O� Cn u jU OZ£311ns'vnHVDNV8VO'N 999 (VWZ ON08) IoOf w 0 1332US GHVd03�Ol 77.1VMH01H 31ViS w o 0 8 ;UMP OV0H NMO1S8021 MO NOIldIa0S30 A8 31V0 1-ON NOISI77N011dla— A8 31VO ON NOMA- I kip S Q h ...,.,..... O 10Wqw �/ J(//! tlk ry ____ d'3ACa s\� O Full) 'NHY„b,.E A`N�1\A/\ d w O �4uAro � ..L/I Z pti oq ..Lh ce +� S k s � z a —k' w '� e N 5 mv S w u a Ni 4< , m�o ox U lllllx ¢ b ;o x a we............ NI0-BL.-0 0 o 669E-d'ON Wald 3d81 —!—S buuaawbu3 p a—a -d.e b d0 E 133HS 00I 0098'888'l9E'l+XVd SVX31 STV130 a31VM OaVONV1S d m� OOlB 88ff L9E"V+131 IISI8HD Snddoi to A-Ll0 SIIV130 OaVONV1S Allo e i t078L SVX31'IlSldHO sndaOO p C� u jU OZ£311ns'vnHVDNV8VO'N 999 (VWZ ON08) Nj oof w 0 1332US GHVd03�Ol 77.1VMH01H 31ViS w o 0 8 ;UMP OV0H NMO1S8021 MO NOIldIaOS3o A8 31Vo 1-ON Nols,7 Nolld-- A8 31VO ON NOMA- 2 I a §ry u x Q 0 a �. C4 g o w w z a g w kz d S } a t Z5! a� 21 ge k A @4 Q aJtk W � z W v41 a Y � 2.0 x W z u 4 0. A. y aK � PHU i n� l a pas w q `4 Nr FN Nim 1 .44 wee.a-usz'a,ey smp e-,areN,-Pis-Poas�osO-a 0 o 669E-d'ON Wald 3d81 sa!—S buuaawbu3 p auaw d.o bd04133HS COI 0098'888'l9E'l+XVd SVX31 STV130 a31VM OaVONV1S d T 04 0019 999 0CE -131 IISI8HD Snddoi to A-Ll0 SllV130 OaVONV1S Allo S i 0 tObBL SVX31'IlSldHO Stich OO j OZ£311fiS'Vf1HVONV2iVO'N 555 (VWZ ON08) NIo Cn rc ;Un vQ 1332J1S 02iHd03�Ol bb AVMH0IH 31V1S w o Co 8 nIMP OV023 NMOlS8021 0�0 NOIldIa0S3o Aa 31tlo -ON NOISIn3a N011dla053o A9 31Va ON NOls— aU I m V El a. u a xg a s e W u 0 Ic 454 � 2 \ ma s $ w � a V xu ti ° mCm 3 41 "g w W tt ' o � p € 14 ry� a 3 /L 4 U \ q U � ty man �U n'3 d G Wet i'Cl wm '�x'm \i K^ w y r24 4<4e g w z N — OHO � � ✓y ..�-� � a ¢2 w _ G Za I � d 0 V V v \ R n W Op Ilk C � w swts ol vi,w -14 W ti a ti n 14 a =w �4a xM ' \s we848-LLO..... M'.._-0 o 669E-4'ON Wald 3d81 —!—S /o a—a -d.o aOl " aONOO0098'888'l9E'l+:XVd SVX31 SllV13O OVONV1S 1N3W3AVd 31- T 13 wN OOlB 999 0C SlIV13O OaVONV1S Allo- °z e ,r i o tObBL SVX31'IlSldH0 sndaOO j OZ£311ns'vn HVDNVUVO'N 999 (140Z ON08) NI o � w rc 1332J1S 02iHd03�Ol bb AVMH0IH 31V1S 8 ;UMP OV0H NMOlS8021 MO NOIldIa0S3o Aa 31tlo 1-ON NOISI77N011dla053o A9 31va ON NOISIA3a LUI u ssxrvNaixx cwawxnvd=a. r z W - u o 10a o _ - w N lyle a IF dioaa r ss,N S—a iw�w3 Q F.. E. � k v y �V�g r Li ° w DC7 X > X rr 1 ti g n., =• 1, � Ek H. 4 1— 4� z �n � oNna 1 �e c \ rt a n oN IR N � w �' R O x n k Ci V e z W F. e w*tt � m L •J Lq W4 9 — � ,����s3 tJvn ♦m ry GGn+' w. aW 3Y� z8 2 z u S3flNA ��$ <u� 'MOO e uv�o wefi48-LLOL'ZL,ay 6mp luawaned-auo0-pls-M,,.so-aa0 i 669E-d'ON Wald 3d81 —!—S buuaau�bu3 ;o ;uaw;uodaQ SOI wTIM0098'888'l9E'l+XMd SVX31 M NiAO WVONUS a31MM31SVM °z g L9E"V+131 IlSRIHJ SndN00 lo ,1110 SlIM13O OaMONM1S Allo e , 1101 tObBL 9MX31'11SMHO sndNOo jOZ£311ns vnWON"o'N M (VWZ ONOS) NI o � --2 1332US GHVd03�Ol t7 AHMHOM 31HiS w o ;UMP OH023 NMO1S802J OHO Noildiaos3o —77777777 -oN Noisi-- NaldiaiS L:7 -oN Noisin3a o � , W .,. q� �i LU IM lul i z c O. o- o z w = Z Z z S o i a m;� ��� r m � � R c� � � 4 81 0 .� J LU W J > Jw w -S SIX AIR bit �mvn. L..� w� CS �s w d' � 1 W " v. M< till 1 a CC > w Q z 71 z q { .��.w CA 18. \ 1 n y � 1 r �^ W u logo H- = w r _ Z a �-'0 r 1f° r l- lulliu qma - -- { w W � 1... mew it R \ w w � - � s o U r, ¢ ac G M W K `g w RUN121 gWHIM 11 \\ <[ .- o � HP n d E r1 of t -31 W �u 4 Z HE a� as4sz a wU a z _ t > r r a w w MA Z� o �. d l[ U, _ o 82 0 � W '� fns cc - UA L Z tlC a _ 31 N V! a K a ° _ o3 wesaa-usz'a,ev sMv-nvn-Pis-Poazzoso- 0 o 669E-4'ON Wald 3d81 —!—S p a—a -d.o aOl 0098'888'19E'l+XVd SVX31 SlIV130 OaVONV1S a31VM31SVM °z wN OOlB 8ff9E"V+131 SlIV13O OaVONV1S Allo e 1- i o tObBL SVX31 A1SldH0 sndaOO p� j OZ£311ns'vn HVDNVUVO'N 999 �140Z ON08) NI o � w rc 1332J1S 02iHd03�Ol bb AVMH0IH 31H1S 8 ;UMP OV0H NMOlS8021 MO Noildiaos3o 7777777 1-oN Nois,7 Noildia— ns Siva ON Nois— I u z s ,iw o O w - 10 O _ � x a ; - T. 5 Iz R. : tE, - i rt 04 K z x : -J RV w t- 5 W r R pE a osn E .x G 1ui w w � a.3+ 11 x 1 K a Q ui 6 d UJ CO Sz w x ,., w. w z� F V 1, 1 m. pq o cl a a z z , w w LLL z N �, .� ,.� CC s N" s b u• LL I-9aw dC a3 OONM y W � 8=annvjn NVN 6 Yi7O _? o q xZ_ o �Cx x � v I � P / �,. W L LU - r w LL z � x ka z U W s LL - <n KN / x 4 a x = n LL N a i t...._ 0 m 7w z ti f wens ..........v aMv M—.--0 o 669E-4'ON Wald 3d81 —!—S p a—a -d.o aOl 0098'888'19E'l+XVd SVX31 SlIV130 OaVONV1S a31VM31SVM °z T OOlB 8ff9E"V+131 SlIV13O OaVONV1S Allo e 1N - i o tObBL SVX31 A1SldH0 sndaOO j OZ£311ns'vn HVDNVUVO'N 999 (140Z ON08) m rc 1332J1S 02iHd03�Ol bb AVMH0IH 31H1S 8 ;UMP OV0H NMOlS8021 MO Noildiaos3o 7777777 1-oN Nois,7 Noildia— ns Siva ON Nois— I 5 Xb'W ' � tJ3d330 a0,E > ('� m y N < m mLU cb i U3 Z 0 Zca 0 M1 UJ p ^ H rc Wl D � I a l y M 1. d — . 1" -k a Z I— L O LL J F _,/LL \ a tW CL R CL R _ 2 T- >0 r N sri " w w •� ti W W �. f N y a O13 US -, w mm,.,.,..,.. .... , _a w a$Umm Z d. ,� J c O Fcr ® r S2 Q �' a OV z 3 Z U w d d w .��£ C e .y n I1J � in x'W x S a c UJ r o u<=vi CO r wi .i d ori I j" Z01, i w z� .. s ° z 5 f"= (13NIf-- SV Hlsi- tit' \ iutt we J A � x o a z 1 I' z vi E W .� dl` Vmr d R w W, g. s r p \ OzM w Q o p err �. O LLIJ J U • • } d aE W Ell Ell ui Q w t7 wui N ff m U � wens ..........v aMv envn-vis-Poa>zoso-aao i 669E-4'ON Wald 3d81 —!—S 6uuaauFbu3 p a—a -daQ SOI 0098'888'l9E'l+XMd SVX31 SlIM130 WVONUS a31MM31SVM W °z g wN OOlB 88ff L9E"V+131 IlSRIHJ SndN00 lo ,1110 01"A0 Oa"WW Allo e , i tObBL 9MX31'IISMHO sndNOO jOZ£311ns vnWON"o'N 555 (VWZ ON08) NI o � --2 1332US GHVd03�Ol t7 AHMH0IH 31HiS w o ;UMP OH023 NMO1S802J OHO Noildiaos3o -77777777 -oN Noisi-- NaldiaiS L:7 -oN Noisin3a 5 3 - i ±J11 1 ' w w � ,z _ eWit vogy - — IMF AR in ds Wggqgffa 1. � Y w o q _i J>U , go nAnK1 Sa magma a uo qo ca y, 9 i ka n w _. gains,° o L �� ��' �w iou a _. w`wa g ° - m Hill« _oza�w mry°1z f _ ¢ z uw �a n ��"G OB M P �LL a uuan a�sx,� ow m w ar > it 31 0-1111 w P o N 3 m ..J W '� j \\ �q �•, x W >o$a "�' .ort Lij M6 1111 Ui z x W w • y z w = i Mme• W w =g u Q — 1 0� U �w < x n x 0 m ¢ on go a w u 5 foo ° - \- w >W a n. Wks ° u�DIU on" Va " ' zrs \\i xvJ WLl o n© iww F _ Sul x tL z F w w q,.., x.�. 1-2 d saw m xs LL W t o m wn c �l s I z w CJ �1 J I�v b W]ll-1,3lflYl.335 llLiN:Wfl -- z z x � • WI t> �z r w Z - \ z J U k d Q fag QF 1 l U W o7�fvr a. co w N oa = iongo HIE s z ° z Hw J w (n Y'�i mos.-2:311d'T �n 8 I u xlit z o z ,S , h Fx5 weLS 8-LtOZ'ZL,�V 6mp yN,N,-Pl5-N�0-SZ0-0 0 o 669E-3'ON Wali 3d81 -!-S S buuaautbu3 /o auaw daQ S1N3W3231f10323(INV S310N W233N30 � z � "'?mly ^ oose'aae SVX31 NOIlOnHiSNOO(INV 30HORi2iV9 K-4)09 z e y j8 pioaa ;,e=-` •y OOlB98ff0c'.131 IISI8HD Sn"WdAdYo'i to A-Llo S�V132VNVIS lOXl� wsndaoo x iOZ£311ns'vnHVDNVUVO'N 555 N_s I 0;U , P1332US GHVdO3�Ol 77.1VMH01H 31ViS Spgo orn w� v OV0H NMO1S8021 OHO NOIldIaOS3O A8 31tlO 1-ON NOISI77NOIldIaO A8 31tl0 -ON NOMA- aMAvE ppyg CCF N sz ca 9 s•I M ..oz s•c D..s b c H N Z i ei u a e�Z LJ LLJ .. w Q W U xZO rr ��III o Wpm _ v c ec 2 0 • -- q v a - �m ou M � m N G' 8$ O c00 OL> � N a•- N � �• '-O CN$i N D §S J tl QOO < J D W C( E W 3 Z N w oLL>mmmo"'i oLL�mw�a F p¢ o LLJ V L J WO+ O V N O L + CI a O ............. N - 0 K O OFO U W is m Z 9H•2 1£' yl IL• N tl h Z V I£•- G5.2 ,!t'I .SS'S ,..61'tI I N O C '� '$ O - J g 2 ICi O ° G.. L•-O +H U d w .. K d = 0000 �i ' N. Www _ 2p � a U J T n N �• J .-• 2 O C0- vC 1.0O z0Y fWgG �¢ g ✓1 ZJ w • e O 3oOs O WU OND 0 7 U000 O 6. W Z w m K •° �_-n l 0 E l.; s D N j 0 110 J \.l �../ .1.... �pa w a w w -C L l 0.O .0- b N ~ ~ t6' b6•.'. b6�.`b6�1 O r O O i-a Pt W OW Dc n C N L T W Q N O 0. + O W WZaWWJ •O.4WCmmN-.1+cU0 m•C-i.-�.- LW �O>Nh W W U UK L L O JN aCO--E pN LN O LA D O 100 O -OS+LY OO +WcyQCU C+QWCWLa - ••->LOL L+W U OD CO }+ `OW O -LO N. Z C-OCLn L O . ¢O^NLL NN J+N wO OC O COO YN OCE O+ 1 1 0 = ++ NE OO•CN 00d O O- O 0 o LE D o' O `O L UN° °cL L uWc0 UNNr m. o 0. ++O N_ Ju 1 ¢ ++ U•- 1 >'I Z O Wm DO -O On NZ O N^¢W COWN 0 U W Wc. O O c Y+> +-2 0O w n N O 1 o O~OOq° ° °L L O OL a•EC N0 0 N m NNWEO 0. z •Y+L}N- O L 4- L W L - - W NNOO '-L WWl LU + W N W. c L O O m D OL L + .WL L L•- O OLC �NNGn0 NL •O_+-+NDW U—O � +LO 3No 00 N= UUWtL F O+W OU - 4N + Li "'Cl WL OO O OTOdNC mO•nL EOL OWWOOxOC W-PLW UW V+ONNOL + O L 00 O _ O Z + n. C Cd L Qh -O pNC. O+ C, WO � O0 C > OL10C0 L ONN} C•-Nv 0 O C WC n O Q 0 - m- d~W®IrcWCV.f_.-K...sI L+OttO+N%Om1--L+EEEEWUmX$ON+•Y°N>-NeOO W OC =-UW UL+C•W- `O++C tCOCLOC NOL WE— $ + h... mm LN 0 N L U Wm O y} •O+OOL-LL+LNW>h% •W+-+CUO_0tlCpoo. C r CLC o -ONOU W0N p c C -L .-Ono, OLNONCmCN C • O W W O In LD WtL O< O CO CN <j ¢ hdLO00�C0 0 L 0 + p C O OCE O O0CLC + m OUX NO Oc 0xL .CQv02E OCWOL" USNC c WO L ® OWLW+ NW ccw - c + O - ON� NO OLCiNEWO LOO O•OoO O CLWO >NU on O UL +00Y 0. O OD+ W 2O N O 1 O � jF OOn + L O L C CO WUOWOO UN+ NWN$ LO -LC OL0O 2.0 "t TCCNNC$ 0 0Z+ >>W 0 OCOOINO OP>O+ W O.•O +C+L+C LC LWL OYO z iU -W C•CW-L NLCOWW00XnLtl¢10L•2 a LO + NO WWL -C L00 ;'C C 0 WE N-. d mWwOOW .LO O OENO' WN¢LO K 00 0L CCC 0L•?. oE N W +W0W O .aC O+WDJ+ C C O Wa C C W a0 00 C WpOL 0NO mn-monL QW + 3mCN+O •-OW °Nax OC C aOon + LOOCO OL OCC+ Um0 L - ¢O m- C� O +WN 9 V C + no nWN0L W L C +tl ¢ Q3 �� +C0 m0 1.- W0>N0ILL Oww0L.IW O§. ! �LC W0Nc Tn+o °NO CoOO •� nOz + C° °o Wa Loo> Ec-nbo DCL+c TNc L""° N WZw ^v OT m aWOCD o0L = W $ Q + >C 0 0 DC W OL+ CL L W+ •oNWdL mN O 00+ � O2O0cwnN LL QC W 1 O W tl00 0 T> W • 0ppL 0W U> 00 U0 $TNW .-O0OW c .UEWW L w •2+"L' 0•- ONOOXOWO C Wm a DO W•OL O� ^ LL QLOO 'd C WL OW ViW OOat Z 11 0- 00 C C - hO[ a LnWa ° > 00 SC•-C C- UO WC We O-000 U•--C a OW +WcmLO W l O� W U• C 00 L Y 0•2 W0cYC U ONn L~oCNCU Uo Wtl N ° On06N > uXQW WatCN - U m> ONW m FO Nn V0CC CM0 L C0 1 C n N r . — 0 L C O O 1 N a r Nf UN b wn N rO L 0 OS}OWm. � $°$+¢O.V O !77 77177 6Z+P-bl{40Offlll5101]XL-40OXl-aa0 442464 o 669E-3'ON Wali 3d81 —!—S auaw;uoda(j lawn 1c)3road SVX31 NoiionHiSNOO(INV 30HORi2iVO K-(Z)O0oose'aae 9E +131 IIS18HD SndNOo to A-Llo S�Vl32VONVIS 10X1� u �sndao� s zo 0,� o w OZ£311f1S'Hf1HtlONV2iV0'N 555 (4lOZ ONOB) _NIS 1332US GHVdO3�Ol t7,kVMHDIH 31ViS w o 0 OVOH NMO1S9021 OHO NOIld-- —77777777 -ON NOISIn3a Nolld-- A8 31tl0 -oN NOISIn3a z eg m ,. I t r a GGG o N z- 0 Q a z o Ov J o z ow w a x x x U a w w Quj U i o a v z m as o o M Q m10 a O a T N t s E r s r r r a r 1 11 o oFIT—El I w C=4d y a lv Y, n K o F� F n n 0 � w N ak w _ o �v �xe ( C* w �u r X N 0 v a s v wxn rc 2 7� oN LLQ $ �X -2t$zz o : s t= K v w n � a W X. N -6 z Y1 a _ o ilii iia/ %ani ii u � � F � u a w Ox 116 o m tea. u 0 0 ci N weLE=04-LLOZ ZL gay �P-bLjZO)o8-415-104X1-ZONXl-aa0 14Z464 o 669E-3'ON Wali 3d81 —!—S buuaaurbu3 /o auaw;uodaQ llWl�433dS 3NOZ N230M w "'?m Ly ^ SVX31 NOiion iSN00 ONH 30HORi2iV9 K-(009 oose'aae 9EV+131 IIS18HD snddo0 to A-Llo S�Vl32VONVIS 10X1� usndo x s zg 0,0Z£311fSHfHtl0NV2V0N o w 555 �4l0Z ON08) _NIS -__Y� 1332US 0HVd03�Ol t7 J.VMHDIH 31ViS w o 0 8 OV0H NMO1S8O2l OHO N0IldIa�S3� A8 31Vo 1ON N0ls,7 Nolld-- A8 31tl0 -ON N0ISIA3a 0 I k" Q J i u N V) Q T- I 1 $ S7 W L 0. rn VI t.) 0 2 ° LU Z m s N g I,1 0 z Q o m v oo a NEr- N L � t/7 Pu 4- Q E _8 C O ami TG' O a E 2 aU'i�. 'n o lF J > Q) L h. oIF 0, v m C c a .o ,. v L N 7 c. CU + O a m . - m E o ° c W o E m N. o Z L ry L P o E F rn 12 0 f� O O ff } Oll, a rv- o N v o in N v rn IV w� tz = E a IF Ea _ CC o`a d o _ L d 00 v c t v soo G -- oa N E: E E c o ._ In v � w o$ O + " O a o v t � � v C. N b � 0 aJ� w o as rn .r rx n. ce E �w i'.. 'ti t=o ry 2 cn o > y L1 ~• Ct H- 0 0 � �o a ° � a) Y a0 v � W cc Q 'Eb H Q ami 0' O -T., - `,J- 1. Y J E ¢ W §661EI CL _ - n w o CC -a"iF G]2 U o m C E t21m n q 5 ra� K cn se c ER P E aWui - o - E s a 0 E E § g --R. 2 , W K E 1 1, `2 V F < C w E Y J cs L o it IN�Imo._ �--� � r c� O - L Vi�-,�-n - ✓�E o weLE=04-LLOZ ZL>ay �P-btjE0)O8-415-l0dXl-E0EXl-aa0 14Z464 o 669E-3'ON Wali 3d81 —!—S buuaauibu3 /o IO— odaQ S310N N01S 123V230dW31 d SVX31 NoiionHiSN00(INV 30HORi2iV9 K-0t)00oose'aae 00,131 IIS18HD SndNOo to A-Llo S�Vl32VONVIS 10X1� usndao� os zo ° � o w= OZ£311f1S'Hf1HtlONV2iV0'N 555 (460Z ON08) �I� 1332US GHVd03�Ol t7 J.VMHDIH 31ViS w o 0 OV0H NMO1S8021 MO NOIld-- —77777777 -oNN-7,7 a Nolld-- A8 31tl0 -oN NoISIn3a n $ T I P wau Lu R o ° E lr � - Y w " Z- 00 � N V P G + a a e 0 i w " F°s vsi v E a a0 w , a T � m ` ° h 0 51 .. c o 0 y o v c x ,I `o uv a t -a-ow n c 0 o+ o ti a o a U 0 b 31 a n h s,.i c+,., �+ a o. u•rn° ii .�« o .- v o.- F c v >, ° voo Y'+uo vca a��,c + r � ar YEP �' :i��aaYx°a Soy a "vaay� + _ + L ° 9 Rv T, T y>. w a a alaz o ars t u- 8 G Rr � P Yes o� s �g a E d L ate „ sg 0 € 3 ....._ c L O N O 0. ag 0L N O O. Z U° � o�'��iai o.� _ � 0 w9 9 v. w YvY B fr FE € _h , Y6 7 5 ° " Iz ,n a` o z o ~o \\ .110o ° a Y ` rca °F P � FP o1`z u a ------- ----- ---------------- F F -b fi ...v + 'iw to E. YY � ohoz fa z8' �_ e a d6ua auoi ianoaiE �Lr� r�CY� Y E �./,� � a„ " a s ° 3. jj Q 7p a �r P--E-A m ^ a , a J/ s wezeoi-uoz Y�,ay �w-nH>abs-als-loaxr>aoxl-aao 11zasn o 669E-3'ON Wali 3d81 —!—S IO— odaQ laoddns NOIs IVOIdAl S_VX_31 N0IlOnHiSN00 ONH ACIV0N2JV9 K-(9)09oose'aae9EV+131 IIS18HD snddoO }o A-Llo S�Vl30 2VNVIS 10X1 dwsndaoo s z w o rn G jx OZ£311ns'HnHVDNVUVo'N 555 (460Z ON08) pa � 1332J1S 02JVd03�Ol t7 J VMH�JIH 31H1S -_ w o 8 _Y OV0H NMOlS8021 MO NOIldIaoS3o 1. 31tlo -ON NOISIn3a Nolldlao53o 1. 31V0 -ON NoIsIn3a F5 Mqs E wa° o p a 0 v" In P O� ,. t/') CL_ da ug° cr Z 2q m ° o °o ,a > - o W o rz ° o .. v m W_ ZO ,n v � OP W s Q Q o = N V m y n Z o F- > W w N „ n�nn rn r + tlF- tW v. ° 3 n U O s[ U o v g ° vaw i U C v %............................ a * a cr ti- ......:... ............` o.:.. a � �n n V) m _ o o n ° m z W " o z.8 m V) w - `n ....W � ruaow � z w Z I 4 11 11 C) ao z cr -s s z a vu, m v a° 7 e\ n`rva ^+ r c - .............................................. a €Pl __. N ° P_a ° O . z>� 1E� a. a rv-----------,-it----------i'°---------,.zr�©z � � Y x e< d t/1 ..... �....._ v S's E ` Y 4 n . N d$ a w a s Y2 a N v x 0 C1 ° W ° rvn p a _ W N W H � C ` D r 16 x � w N - µ a� 71 noa;p., ; OL �A weeeoi-uoz Y�>av �w-Vi,sabs-als-loaxrsaoxl-aao 11zasn z saoinua buuaawbu o uaw coda (SWOd)N01S 30HSS3W 3�9H30NHHO 3-IOViHOd 669£-d'ON Wald 3d81 S � � � � Q 0099'99e SVX31 NOIlOfl2ilSNOO(INV 30H0R7Li2iV9 (9)O9 z y. L "-- 0c'.131 II18HD snddoO A-Llo :STV134 42HONH1S lO4Xley ' sndo 0,oze31ins NvN G 555 1332US GHVd03 001 t7P AWHOM 31HiS L o 0 8 OH0H NMO1S8021 MO NOI1dIa�S3� A8 3177 ON NO-77 ON NOISIn3a uj Z I i� xx z.X� wo Wd m O x Y'x � O LL O Q 0 U Z � c Z v x - W 0 rr 4 Z u ZO ZO co W ° Q �— v J v�pw o CL E o N x Q N x x O �. v U o 96 H 16, 16 ZD p8. _ o 0 i w u - W 0 z0 wo v C7 i� OJE u N o _r x a m Z W 71 Ln I.L Ln L Y o Ir •_ tt <' W.i OX D x� �' �� 1. .{T y x .f 3 x 2 y� O_'x x a -� z - G�i 4 �y � Cl XS.x �-,-x �- R ,r. x m LL G U) + a "v i- CY r G] W 6,8 E C X SX 5a w'P JX ZX a '� o m N W O O w X n,ZX `cti X JOx o x O L^ mX �wx !3 4iuj r m S F CL ti u D � o r w� � p w d � � w x � a a w w W - O t W YW 0 O c u _.t a R su m a - r xa s d fiIN 3 j °� _ u - €. s' mm tz 2 m s zry a b F 6 , ate, •- _ 6 ff webEO4-uoz .. �w-nHsabs-als-loaxrsaoxl-aao 11zasn o 669E-d'ON wall 3d81 saojnuas buuaawbu3 p a—a -daQ wivnN311V 3 S1HOIl ONINHVM'M01031d3a'l3NVd ml z �I m w "'m y oos9'a9a SVX31 MO2WV NOI10n2J1SN00 0NV 30V0RJLIVB:K-(L)08 z d 099,988"00,131 IIS18HD SndNOo }o A-Llo :STV13(l(IHV(]NV1S 10(]X1 v G p .o or9L sVx31'uslaHo sndaoo j oz9 311nsNV N 555 1332US GHVd03 001 tO.IVMHOIH 31ViS L o 0 ;UMP .4 8 (]V0H NMO1S8021(]l0 NOIldIaOS3O —77777777 1-ON Nols,77NOIldIa— As 31tl0 -ON NOMA- Z I@g ee V) taJ r ••• W z o • • = ti V) Q ••••• ••••• $ O Lo dS _ 10 r °x O • • • �.. r✓i 4 h wV) v _ O •• •• •• •• •• •• i- J h O ° w �...� . t r ¢a s Z " -22 • Co Iz Oz > ---------------- 61 --------------- av w ° z _ vo a c o V Sao 0 v a.`ovin° cId,o ' _ n Fo c = z fr • � n ° F - z a o" • �" n a N - u -�s $ V) 6 g N 0 ° z m M w ¢ Z LL a o ° 8 " w o W ° h 2 E t ° P s °. Y o a:n p 2 z 1 �w 3. = o 0 0 mz 6 ' r o "v m 542 P epi °u N ¢ l r _" � o n yr o o - � W o c � o L m p_ a ge ° y as d b, 5 V) m tr u u a m a a , q� 5"IY w. ° r a W " Get 0 00 g a UJ ° w ui o v m ---- �j u ° d ° 4 mese o�-uoz ��av �w-nL-(tabs-als-loaxl-iaoxl-aao 11zasn o 669E-3'ON Wali 3d81 —!—S buuaau,bu3 /o IO— odaQ S301n34 ONIZI�3NNVH0 SVX31 NoiionHiSN00 ONH ACIV0N2JV9 K-(8)09oose'aae9EV+131 IIS18HD snddo0 }o ,llo S�Vl32VNVIS 10X1 dwsndo x � OZ£311nSHnHtlONV2V0N 555 s zo wG � 0Z ON08) °j (140Z -__Y� 1332US GHVd03�Ol t7,kVMHDIH 31ViS w o 0 8 OV0H NMO1S8021 OHO NOIldIa�S3� A8 31Vo 1ON No-77 ON NoIsIn3a c cCC o d gg No N V1 W Q —a- o a Fgdh go c ZO 0 Q ' z cou z ci ¢u g w o Z IV > 8 _ �E s s 4 i WQ W $ Ecw z� yc n ry 4 b"o 2,2 .0 as s�" a z o 0 awn � o v H L)--x - vw & 00 - o o+ a of co z c N �v gyp° s o z W L r o a 3 ,r " v 4 I�� fav Ll m v� ao o d - a Y x. ze o 1. m m o oP h22 62 -- u u r --- ---- z Y o U P III o Vit--6 8S 2 _ - b .b 8 Eo 24 $ss r h22 r� rg a= atm12a E,2 a s w 2 � ng o a rn n s, j ry �a a g ,a 23 a e 15 F z ah�do f7��,o2�"-vim"o ` weseoi-uoz Y�,ay �w-nHeabs-als-ioaxreaoxraao 11zasn o 669E-3'ON Wali 3d81 saoinuas buuaau,bu3 /o auaw;uodaQ S301n34 ONIZI�3NNVH0 0099'99e s£'+:xv3 SVX31 NOIlOfl2ilSN00 ONH 30H0Ri2iV9 7L(6)09 z „rn ;� e y �' OOlB 98ff0c .131 IIS18HD Snddoi }o A-Llo s w e: S�IHl30 023HONHIS 100X1 g o p .'o � s oral sdx31'uslaHo sndaoo n Q rn j� %' ,y OZ£311nS'HnHtlONV2iV0'N 555 (140ZON08) �I� -__Y� 1332US GHVd03�Ol PP LHMHOM 31HiS w o 0 8 OH0H NMO1S8021 OHO NOIldIa�S3o 1. m7a ON NOIS7 TF— Nolld-53o A8 Mv. ON NoIsIn3a R M 0 z z v Uc i cr u. taw 8 �— ? z N LLJ r v M o t Z � „< E Q� 4 � o � D N. - L � o w o t.1 ¢ ¢ N -. - _ 2N� _ `c Q Ca i J m uiww w OZ zw z � �wco M m e 4 `k3 u o �Y Q3 W ,n ° . -01...- Z0 N w v1 16 16 o � a 32 v+ S P fio o � .2 6 W fr2 16v w v g n ins PP ° i a a ^ Z m ° y oh h �, ..gam w z ° a s = v °sg a� `asv a v m € o ansa `<�.'S 6 � rn P P a w P s P o v r b nry 2.2-2,-2--- N . a m P5'P S S P vi a �,11I�11 .................. t Egl v v i J Z w E o z d aLL } J __ w y - - - © � u, z m LLI ¢ a v PAO o / v ✓ y /� ✓ ✓ z b o � � ° 4 14 �I weseoi-usz Y�,ay �w-nHsabs-als-loaxrssoxl-aao 11zasn o 669E-3'ON Wali 3d81 saoinuas IOaw odaQ S3OIn34 ONIZI�3NNVHO 0099'99e'ISE'I+:xv3 SVX31 NOIlOn231SN00 ONV 30VORi2iH8 46 X06)09 z „o e 4� n OOlB98ffL9E"L+131 IIS18HD snddo0 to .1110 s W z o .'o �. t d wr9L sVx31'uslaHo sndaoo S�IVl30 023VONVIS 100X1 o g rn G <x y OZ£311ns'VnHVONVUVO'N 999 (460Z ON08) 1 j o ~ -__Y� 1332US GHVd03�Ol t7 J.HMHDIH 31HiS w o 8 OH0H NMO1S8021 MO NOIldIaoS3o 1. 31tlo -ON NOISIA3a Nolldlao A8 31V0 ON NOISIA3a F � 4 v ' v3 u W I o ti 4 v o cr- W y c 0 M C/1 1.1.1 + G a Q V O� z O Z u 3 .v, o Z IV ° y a o Z m e w o > _ .Cla a L) r T� ul1 0 a FY C of m g + 9 o F +wo & 0 8 v S f jf of m w c e t fs psIVAK A. a GJ �..--.-Cy 8 g `o w IL �� .21 2 &' a � yM r y4 w p a f "y > � w _ I w W ee w P. CL H El CL i 1 _ z O og n� a €'ems 11 In u lr I a �v m c. ad Z, W IY �� E ❑ E n U u € . DS k� � Az a 3 J m e w3 Es,w w � ❑ O It t i` w v� a CL - s n d bl n _ a o - � LL „ 3 F ° c7 m bY.c a5 k d`� n � wE CL O 6. a + Y a a �#3�' �q I a `� " m'e V , w .. G 0 v N O �.1 f of Rp, CL > _ w LE01-aoz'Z,ay �w-nHOUos-als-loaxrmoxl-aao Iazasn o 669E-3'ON Wali 3d81 saoinuas IO— odaQ S0N1N23VW 1N3W3nVd z SVX31 NOIlOnHiSN00(INV 30VMJHV9 W4009oose'aae0c,131 IIS18HD snddo0 }o A-Llo S�Vl32VONVIS 10X1 dwsndaoo s z 0,x wG y OZ£311ns'VnHVONVUVO'N 555 (VWZ ON09) �I o -__Y� 1332US GHVd03�Ol t7,kVMHDIH 31ViS w o 0 8 OV0H NMO1S9021 MO NOIldIa�S3� A8 31Vo 1ON NO-77 ON NOISIn3a G 4 2 ZO R m o o o Ana C � Z 1 a z a u 0 o a n z a mom, z w `c Q w to _ coo N z ° m _ o ;F- ov Fo wo a�a 4 r�l > N� 0 0 v ..a. r 0 a 0O � 1.10 Im N > _ w o a ° � a aY owe fr Eh z w oT t tF o a Awa p � � c Q _---------- L ___ O aw ` z 0 ~,. • > x E 3 �r g-- U n b 5a v� as 0 a a s, w a . w P .= w _ z w Zir d a o��. �'n85' 8�� �3 S6 - ...•Y. a 5 5 E 5� s > r 5 tea m �R w ,- a a1 w a 8.x E u u 3 ! m[°i c_ c -�-. a'4° 'u' •�- n M c - 0 5 r as o an L9 c r t w w n 3 z s w G a ..A 9 °g _ v wsv Q � � o w �° z = a. a zrti a# a ce '� a weeeoi-uoz Y�,ay �wroHu)oamsioaxruoxraao 11zasn z 669E-3'ON Wali 3d81 —!—S buuaau,bu3 /o IO— odaQ SN23311Vd 0N1N23VW 1N3W3nVd w "'?m y ^ oose'aae SVX31 NOIlOnHiSN00 ONV 30VMJHV9 W(Z009 z „N e y n OOIB 98'I L9E"V+131 IIS18HD Snddoi }o A-Llo s w z o .'o �. t d wr9L sVx31'uslaHo sndaoo S�IV130 023VONVIS 100X1 g rn G <x y OZ£311ns'VnHVONVUVO'N 999 (140Z ON09) °�I o ~ 1332US GHVd03�Ol t7 J.VMHDIH 31ViS w o 0 OV0H NMO1S9021 MO NOIld-- —77777777 -ON NO-77 Nolld-- 1A8 31V0 -ON NoISIn3a ❑ ' HIM �? m c r a a a ui 22 o ❑ ❑ o 0 V) mho o ❑ � oo ❑ Y \ H F ° �o j� R�, ❑ � ta � 2 1 � o W O Z v ❑❑ " a. c N p ❑ ❑ "v r o _ z a ❑ a m !C u � o �❑ oo _ 0 2 `. o ZO 0 o 0 0 oo 4 i 00 - � ° °v ❑ N W F- ❑ ❑ ° °° a ❑ .. c ' 4 W r lz x o o _. .v....o o :o w ❑ e t s T' oo Q 2 0� - o- w� N m r � o na LAJ ui r� o a ❑❑ ❑ o ❑ a - -=s Sad _6 °' x ❑ o I �. nE. O ='z u ❑ - wre $wz W ❑ _ r w O z z z a z ee¢ x N p a w ¢ a p z e E F O ft O - !W- 2 2 2 z Z 3 w J o J J X Z N Q W w W >$w n - v w 10 0 Y U nom° °� o� cro oo �no z z n o ° wui N 2 ° a x 1— - o p ° d CLr ° o d u ° y 0 r � z a a ¢ n no Ne oV ° cLf' Wcr w 0 <Z a g E }� H b w y w Y w h J h W N Luui w - w v IIV o Z a �Y ' t S J wll N m o 9 R ir w 0. w w woseoi-uoz Y�,ay �w-nHZUos-als-loaxrz�oxl-aao �azasn o 669E-3'ON Wali 3d81 —!—S S310N8 S11n4N00 � z � w "'m a, ^ 0099'998 SVX31 S�IVl34 W0R310313 n-Wc]zl z n OOlB98ffL9E"6+131 IIS18HD sncido0 }o A-Llo s w �. t d wraL sVx31'uslaHo sndaoo S�IVl30 023VONVIS 104X1 rn g 0, G <x y OZ£311ns'VnHVONVUVO'N 999 (460Z CIN08) �j o ~ h -__v� 1332US GHVcJO3�Ol t7 JkVMHDIH 31ViS w o 8 �T/ OH0H NMO1S8021 MO NOIldIaoS3o A8 31tlo 1-ON Nols,77N011dla— A8 31tl0 -ON NOMA- is Iew w w 'Q r o W Z 0 On w J i .q t/f 'a fJ F o 10 w x li 0 w W O ° v W - I1 " o _ em _ wpb - ods - _ - -- l. ° - - - __ 1.- - _ - ° m�N IC- 6g3N�GPMS 2 a 30._ a P-Ib Cna "oC I - -L CivO 30PECEDcO o0¢*OOGu]i P�� O ___[ CC O #"NU U n 000 I C Y3 3C III No + - gO«=°o yc"}__Us maV°0c00- o8oE"1 145— oP ` = P 1.- 1 cco9w _ L Cc L CM °°° U ° j 0 U5w -'OG1OS aa v NP0GoP -¢ L + O_ _ I� C11 _ -- . D +p . LCCa 0o - -11ll ° PtU1 - 01 - . °o -0- � -✓v3i n«wa�-mDD��o-Nv-ocE6 NvuNmfiwr�°� �+v_``�OaNO�aca NeOiOm'�C}i_Otv{°'�3- U0ob+t," ] D+_ coOa Gv_oN d . I� + . N pp_ _ oO + 11011::2115. _ _ ct - ob ]b L ] P � $gio . 1 EoOCCN xO ] O 09.2 po OQo+n � Co. Oo o�C n + O- S. o Oa S. COO �PUOUpC°Y0 cuO « "Yix P v1C ooE ��` tiCo om d ° oorv1- i1"- o � : n "P � c0�P � - .0- 19- Dv - I nQ °»Cv o" u vc Do o ._ v x•- o° + ` 1y1o �, ° r °.o �y Oo xon � n_ma v�a C.. E ;..0 °' vo v nrn Tv- Pvuo°L - - o- cF . m � .1 ocC- o_ lo 11111a 22 =L oU °o ` o � . n. oCP�.vPOl � sd A 1 o =`s'so.o w $ccSo as .loD+v " oa omdo��aw .8 °©- 9a.- ft - C y"x�otP N•�O D�t� bbD C� °QooOG««¢ o ]W � �-L_ N 3 C00- 1"O° 60U" O��j " P+ O�1 GgO O d yOO�yyN " U -n. « t O+ N pp COCzn O ~ -N DN-O"� - - N3Ltl DOa O� 00� .00. OD _Nw "S-1I " o ."'09t a }Ono -" - -+� o� ��- - "S o 00 -.a+ 1pll aN a�Cn°+���� ONu ]0 O]oxP °WC 0= _" _ we NOU OPV ._ ONCY +OUOSI DO EE .3 o O L"- t NY. ] E Lt PO]mo o:` o owO1 o]i_a .1 o of1 IE as N00 v0•_ u __ pos}Y °UJ -NO4+�O� Z. °_ Or"r+n LE. - uQ}vN� - I. 3 Y +ECC _ N3U� ¢°0=_ NONw 1.N= o• •ov _ " O1. •JOO Jw]°'6Px wOD +O 4b m D�aC ]� �Om 1.0§EU O I b t0.t E0 - Np aC doa-+NEUh ;UCUNNC oaY� + 10 6wOW Eo- NOO O•/1 0010J0 $E C•+-m 6 60DU WLU+ I.:. -O ¢ 64- VY r-+U t1.1]JEOn d 9 0ooma" - �" 'w" oc8D - obo" ._ o" uaDi co° cOaI °'o °boa _o�'a+°•�+-� "rv`�° yy •�t$'a r� ptnw -+v 0. ?' CS "o` � L J. v " oov• o 'ow �I wo'$ " ° v v E W o «®nDUoa"tP'iwDo _oEcu�Sb<�Ovu�$ParmraU�vvvoot,_-+.c+evncao�-t°Ec 4'k$ .n2+v"5 Dcot�DOcmc]•Dc+E ari. nao'66v..wo�o+-6v oba-�c6 a;c'Dv°Ea°U»o$`�a••N+°-- `#EcCo Qo N C 1—;.1 �- +mDO °C6L;i CL �d�u°tli a o..-oY ' coa« _.8111 S °vw oa ` o 11—IS °--�mo oE' �o€ o " 0 ° +$81 `2 outl o vm o u O O DO E S Rv ="W 0o66� + 'tlu _ oo-ac a5r .avaa-Swo0 0cs . o°_ ovvo ° 0. $N .u�m v =y $ •aN-�.ocox "" m'g LLEc� . D�o OW]�O a}.Y DU N T.�`P�M Yo O O dL VI D v w }_i., goi, $ o'h`o°o° ® r, o �'�I.- ° s"-N- ° ILI$ r°6gz _ hn o woc $�v$ C o m> �o;`"6 _ - _ 'v0. $amu - o `« W.__nuo ` FF n �c c tv a v a �Ny �y tt y p N ] 0 o OVacLNd° C}O .+6 tl o °tlEo"tl °o cLWtQvO fg 4 S. € Lo `]««$oc -ov ,.`dao x°d;9mcD]wwo .1 neo 0 0a° v t1 °irc rd°u w + as P n .." c a + " a € S b'I .'S+ ° �m� a Ag a ' $° vPw+ma° +r, m.. ] $•a3t "$ rdocE$va c t+c a «v $ E ve D Jc Dm '-�vvaxo�+c ° Pia-v 5g +�$' n -+• ' mo :} OoN _ao o"' "cw a J " a ao$Qoc°a`i + v _vwc L°10- vwv by +°+ o m L ««v°' N }m o I- ass 'a ur off $ § tl $ agvb o00 0.. $. #.�a`:v I.cvo - o s°$ a n -'o'ro o vc. . va$w a oY do oo°ot`- 1 1 cm '-l. cb $ IDa + o -amv os a: -a nt c a z o v o ° 6 oo o« ° " ass ° o° "- a ' E ISSz. m vm 8S$°a�vc]® ca on +U o r 6 am ov v c D a w a - o rs v$ °v° _ �' °v •_ m v'a" - o' '. •'oo v "o c o $v AL aoa] Y. -vt + �D a+"o"°�..a-. a �" n::$°c' �ooa =.:° z nmW w"a tM ccL._o ]oLo$ 'o ®�' ._« -o u _ e m m u a vnao weseoi-uoz Y��ev smpar(Wad-Ctoxl-aao 11— o 669E-3'ON Wali 3d81 —!—S saolonalvoo dSVX31 S�IVl34�HOR10313 4L-(C)03oose'aae 14 IIS18HD snddo0 }o A-Llo S1V130 2VNVIS 10X1 dwo snaoo os gz 91x wG y OZ£311ns'VnHVONVUVO'N 999 (140Z ON08) vl o of -__Y� 1332US GHVd031 Ol t7 J.VMHDIH 31ViS w o Co 8 OV0H NMOlS8021 MO NOIldIaoS3o A8 31Vo 1-oN No-77 N011dla— A8 31V0 -ON NOMA- d +"Da + mLO n co `m W IX Q v •- v 10 n o M '- OLLJ0 ZO m LLA _ o "' "� J W to c aQ r w v m > m �o c .1 °"T% _ + D —0— c °0`a ocao n JEF �° vmi t0. O\ 3UL+Lm vac«vow mm :01 _ 1. - cw C m dmov} o'. °om n�c " ° c 101 hvU 00 _0 }m wo+r I 0°0+p0° a `ooD°0 oomv D c'E oo o'o oo°r OPN'=��wNW0Cvo-+0t°o.w0mm_ G°e°i+om +imOO 'moomo+Ou tvoTo °Lo°-o'+0i}h0 op- s�DBNNaw.nm..DD y '�0c°L'oo} m .v- c3v0 do L m N° eoeP"DPoJoNm aD mo DEoS Lm60 0 0 SD .0. n ° Nj.0 + PO 7-.TP+ L} PP8 ` .bcPoc o D$}So °o rtJo ;-2•_.�}s+Vow -p _ mNC - �On Um++a�o +°n bL N 2 0. Uu sn OC . N« -0C M DOO««mOdOc`�a0«°wg+Oy"iC°�•n"mmo iC°�0c '-+O°+tyPO_NO _UO 'v+}-o-m ON�+otm.00tt'L+OdtCi ot.E�Of O v°6-c Le =POw+NC0wU+oOSCmtL_ +NO oD�m�O- G= c O . YN 'O N ° ° ` O Lm Na; N mL bmN 00 °n�EO -0.- " o Cu z ON• FpC�i` $oio u11 rEo��"nu Nn o zod0� o + o0` m$ d a m = 0 z o P300 o c+km `c ° m€m8 \ L J _ �v"Q 8� tldo0oocg o m ommC o ao m o os ag Ee. a n o + 3 0 .+ 0 0 @ _ a o �' bo P + o ond�r °8 m L g o 3�0 .}a _ .'� � °n z o0e.+ o cao 's' 'sa 0°z°v� _ P �mo�oc° o ooam� 3�vo C mP0 £""d 30 cm Do og a ,.� v o OO 101, 65, O 006T o g m3•c TN NN Oo mUUO §L- m +C •- PO w ODm} m° +O« m » LC �tU�m a CLO COOL m v `cz 8 w DDCLw N mm y+� �w } 0 Oz m ° °t O Olm O �.nd 2 C + o0-L0 om o6D +• z € a }L "� -_t a��aa•-§ �- °C w+c•-+.-o o.D+ c.� ° -L ,� u°i�c UL 10 m+oco °s' u0C0a °I$ �' T°+ ° oP _ E c -o 1'; to oo�m`° v � �a+c+°oom«aao&-o�o�O}ctC ot°Oa°aoo gmmmco`°3nooPmsE-®+Pc'eow L++ 8 .. ? 3 �m"o c�. acm } ` +ccio rL oDtloo -om a Lm} Emcoo°a°o0Ema«+cUm °oc + N 0 ag�gym ° 1• . n €®C— o mom o ` to§ °mec o } $- U. ° o o Tod ooo 0>o cmGam }_ a o -ao gooo o o6L C. °" ° + ° S $-} a+ 81 oLWV- uo n pp } P W ]- °O aN w e° ON nmLL WD YW QCPC 00 a o om$ tS oAPao g +� 0 8+m>o m +a° me + 8 4a^uI aWMQ�- =dttD`Dwopwu0U°oa>.c-Eo'.4m(m.aC°'i'$me0°wot�0#'a`oOoc3w��dLQ°T0oiO�',°o°0v'''6°`mo° DaOLP0.°om"•a+t[oim°mmUomm_•c+1.aom�°�m-b�'oo0+mm,.,m �LomaaNUNmn+n+so°1.vm+$mo`Cc33.+LD°°mas°+mCmn +-°;yomm'+mumUoUo-r_Dmco.-®mPa+rmo1.� +++°3+Eam_a•wm- 'Eama -c° m$amtNaEEile�00cT.. °bvNm €OLdov0me a�0oo omobid 0 o� 9 + L. §��c°motl_- r+tlm m ctvm 0.�aa-.oeDmomN Du0d}. •.+ cso $ tloaa0 aS 0"'� 33P " �$E�m_ blw r0.00P�$m'''biot.J •P S01 c°n9 002qomL�mO°_- 9 6 w '}wtlbo+PwmO Lmae ag°m6 °JL PU}CQ`° D Pl1 aean � c 8. oL 11.&1-0.. aa ° °Owoa"tlv I'll$°m Pv gm-u"° � 0 ° 0 1a 2c 3 0° uU c- ODmmCP3 81 OIz.10 3.7 c m # o' a t }> 0 5 IE.z D+ � A.m o tl _o 2,; y. M.a � En cs M3+ _3 6E I= gev 0oWoo" fri oo °6 � 9,o1. +mm 0L .9-6 g } 3+do�m+mo d a o C wm g O0.o a m 1. 1 1> 60 Ic $3' E-0 a a ° 06"3oas i 0. . bmtOOv ' Em iL. OSO ' O ev- 2ZER NUaU}OmmU t02' Ycw B= aco h3cm tiv W C O7 aU U J ry n a N n V1 .b 0 A —oVo-L Z,dV 6mp4L-10o3-b LOXl-aa0 L4Z464 o 669E-3'ON Wali 3d81 saoinuas s3xoa aNnoao oos9'aae sE'+:xv3 SVX31 S11V1341V0R310313 n-(t)03 z n OOlB98ffL9E"6+131 IIS18HD SndNOo }o A-Llo s w d wraL sVx31'uslaHo sndaoo S11V130 023VONVIS 100X1 g G yOZ£311ns'VnHVONVUVO'N 999 (460Z ON08) vl o ~ h -__v� 1332US GHVcJO31 Ol t7 AWHOM 31ViS w o c 8 OH0H NMOlS8021 010 NOIldIa- —77777777 -oNNolsln3a Nolld-- A8 31V0 -ON NOISIA3a o +O° o1 0 H W z �€ v oo - o= 06"0 'o g O O 4 v v+ C " m T 00 0 cp d"pao a - N�. > QW ; oV Z po c n Lc C ° O° $ f c u X. h OC w so t No oov c o ur` + vo Nco n & (,� (7 0 H �} $ �vx °eom� " s11 o « co - 9` VCnc° cos o oo °$W� "L�D $w n° t07, aN Na tfi"_ c -$m Lo O CcOcwo mr +N+ ,'o IE °Cw O OUEO - CC E.1 OP- IL N+ °COCN CSO - 0Cc O - - -w06 80 CE O'OD ON a _ ° I - C 6 - ° ° OO N$i ° L Col.. 91— L, C ti n -_ Q y ._li o.Q `00 O° 4] C +'NO p a0 j y. 8-. -i+• d "6nS L $n 8 Cp `O SOC 3 #w'« X U� UW- U jy p= �ONd N°OJn + NC_ - EO° N� P+ POL XL° yOy O ��CC+ryyNy LOC C OC+y�Oj tl� 1.C 1p5,L p, Yl C] mOVI Q -�E1�.11 �tQC_wC tl 21. I. W3 aVO P O a �PC DO$O UiCtl b +b•N Cb 6o Notl $tc2 - _ra-. X JC I C DO ° p m msN vme v a? ° * P caac�n m w * W o$w o o €am $ c p pyo L x O d:o w a °°"�° �p�" Yn 1p+tl tlpc > Lc c vc. L .1. 1."° c° "c w+ c, a ti m e m d 57777= w C3 z 8 v 8 _ - ¢ Ld p+ av �w > tl 4 z CL Oh t > z, '80 IC-aC u m 6 a+ O W P H f.3 o cp3C w3N,v ppN � t vt_v. i$ho qh t + [t E „ N N h 0""1w PtlN pQ L pXX C "rcO�tOb- OON = aa C°jpNyn . O 9 c ca. �t v ° X -• w c z w vv c v nc N W i 5 r n n. S C. � + ---- r ,°a d s 8 z ani tr m « o' oUcc z N x = N y z _ N ,. _ N . �co- C.- o v o v s ° � n .n m m n � � „� r•. I;., C II u0 O NO D.C. B. •- - N N ,p � N - .` 1 1 P mac" n o x v x � N M iz*U, w ,`a f"v caro X a a > tF °-C o: m n J I I I � '•' ',. Lry S n b 11 II v r r z.Q 2 d N n v 0 w a we�nm-uoz Y��ev ampar(alad-s�oxl-aao �azasn o 669E-3'ON Wali 3d91 —!—S IO— odaQ S310N(INV 323nSOlON3 30In233S z dSVX31 S�IVl3(J HOR1O33 X903NII , .!+:xv3oos9'aae 131 IlSRHO SndN00 to .110 S�H130 2HONHIS 10X1 dwsnaoo s z m g N G <x y OZ£311ns'VnHVONVUVO'N 999 (140Z ON08) dI o of -__v� 1332US GHVd03�Ol t7 J.HMHDIH 31HiS w o Co 8 �T/ OH0H NMO1S8021 MO NOIldIaoS3o A8 31Vo 1ON No-77 N011dlao53o 1. 31V0 -ON NOISI— a I 4 a � o J W z WON °ems � w Loan J W Z0 z W Zr tQ o M D t t a � W0 0 0"most v F m,.oQ m C . 0 z_. tl a w O " W o voa o x o vvt. W u, m a , r m N g_a u ca�c I m I I o c _ 0- .0 c vUn$' cais €&o`ax og o� o3 m. N .. FIS u V W 02 Cc 1 w F J o E - - N v 0 u oz, w ..... o� nw N m' u a a- u o a ........ ............. m _ W €o �n €Z N W a w o,t w o 0 _ - 5 0 a O O - a w ae xf w ~w ' CI` /may ,d 05 _~ LLJW V can u J a v o� L2 1 m Ll oaci�` y� alio ea am o++ e a g moi w # 3 .a bFi V I Lo �p w 0.-a u g Z.coE�wx C a- m_ L 8j -1 1 1 I II ® V w I i i Om 0.w W. — O U'! weZb04-LI Z,dV 6mp4L-Wx3-9LOXl-aa0 L4Z464 i 669E-3'ON Wali 3d81 saoinuas IOaw odaQ ds a Js s3d A1laoddns 3OIna3s w "'?ma, ^ oos9'a9a sE.�,:xv3 SVX31 S�IVl3(J�H0R31O313 7L(L)O3 z e y n OOlBE8ffL9E"V+131 IlSRIHO SndNOO to 1110 s w z o .'o �. t d wr9L svx31'uslaHo sndaoo S�IHl3O O23HONHIS 100X1 g G <x y OZ£311ns'Vn HVONVUVO'N 999 (140Z ONOB) dI o ~ -__Y� 1332US GHVdO3�Ol t7 J.HMHDIH 31HiS w o Co 8 GV0H NMO1S9021 MO No!ld!a�s3o A8 31Vo 1ON No!s7718 31tl0 -ON No!s!n3a m L�_ ' I Ol otl $ F p H w> z O.� r • 4 a D °v m- Q W d ob V o 3 n tL r cm I I p m k CK me a= CL >" h W N r` o OtL0 .. " O A�. w p �• / cg�v. r C > w W o cc =lll ~ lz m °W I_ c_,15 V 0 J" ui ui xvov L u n,D to w N o woo o .110L ""oW.OLmlowma-ULco° Y+ vao o o _go+ m, x+CO �" v �T ---------� go, u o °utLs°a o:o ov-iv+� �, vvn = tal v o W - m 0 V1 o Z Z a Q OOj.- m LO O 3;, w x IIIII a+oN 1w 1¢ aril o c� > - z - w6-1 trios.ovo°n o o m pmS+° p ` z w� o `oN+ar + �'... _ min o w0ov`>°,uoc°+oomon0d DNumcp"oCm'o0v + . T U8IW =' gtadt t °c p O H,muwo vco o w I cd c.o.a t/1 0 � ti'1 W 0 w @ w c N. kk A¢ i da°mo° 0 a _ - > I a CL 00 o z 10 Vl u W 1 / Lti �!W a� W V ^' r3 wN L,u ,=uvF v� vc 0 ' a .eaic + N .10 N +U tyce�d + r uL � Uc c= �c ' Up0.1OOc c ° WN L + + �$eu-�sua vu--$o`c u+L-v-_ •-gone wa. +°c n _ i oe+ mo*e w�+um ° roL C$U + p UC °C m1+,O' O eC+ O R p + C m C +Y�mb0Y- * G! t F �ry m W o•C"^ O +•U - b b w C al C •9-r p •t6$ m It opb0 + + - O$J m+#m yUU $ -- > U C +opo QU m u.. 0 9o°co� - a - vo=4� N 1. .1dA, bD ;.noL u`° 5 �vn moor L v•"-'D p z _ p+ o 3 O Wc acv off& ' c•`ah W S ' °p $p om m +oy°orn$abyyro c vo o boa's acBD$ a$v a` S Lr�vo9m ? $ des o •a ; ° a "v N oo$ '° ' I. (cnoi $ m c°�om wo m e c v o 0 m u .m. `c m k ur H 1 w m m mN a once a: + --- m 6 •- �ryy o � E Y - y. ° __ a NNNN N t u in 'e s c'`w'�o m`e' m`1 y o$ tm v "•n . � e y ¢ -nv3iw a mo n Yw �w'y$o oa _t ® ea u o v om y� wp,�1 mmn��Lv.m+CrOCm•Cm- mOY Lmam --P g n N a - +,O C o a- d .z .I DL- O b ULO .. E D m U m wH CQ rZp t!i e o -. + o `n+" oo era va D °pv r cw av. 022 m uo a0 rZ` � v ° w ° N vc o .._ a "roc $ti eon° e e nu om$°n°$ocD i'17 - s�- Dm 0 ua v as ' `w Cc ma = oYDoc m �oo� oc'cv 'a vY ` m on� m om aSa� m�= u$ - $m om_ ne - �, o 2 waenm-uoz Y��ev 6mear(A...oxraao 1- -j--, u n s}!wog;6u!}Inse�se6owop�o sansei}oa��oou!�o; d s}ow�o;Bey}o o}p�opuo}s s!y};o ayl 10;R3!I!q!suods0 0 100x1 asod;nad 100x1 Rq apow s!pu!r, A—;oF}A,A,oN '„}atl aajl!}ao�ds6u aau!6u3 soxalJa ay}lAq Fq paweno6 s!psopuoFs s!43;o e ay1 �a3WIV10S10 i 669E-d'ON Wald 3d81 saoinuas buuaawbu3 ;o ;uaw;uodaQ Sl1V13O W31SAS WNOIS ml i $I m w "'ma, ^ sE'+:xvd SVX31 OIddV2i1�VOld.11 S�IV134 R3 �VO1O313 4L-�8)O3 oos9'aae z you ; 0 y d OOlB 98ff L9E"L+131 IISI8HD SnddOo }o A-Llo :S�V13O OHVGNV1S 1O0X1 v G o .'o oral sVx31'uslaHo sndaoo d o <X ria - %' ,y OZ£311ns'HnHVDNVUVO'N999 �4LOZONOB) d'I� ~ h 1 -__v� 1332US GHVdO3�Ol t7 J.HMHDIH 31ViS w o 8 �T/ GV0H NMO1S9021 OHO NOIldIaaS3� A8 31Vo 1ON NO-77 1. 31V0 -ON NOISIA3a LU J i d � o N _ z c 4 V! J z , a L Z{�'5,777i lil to 4 �T a •A fir" c ti LLL i -i WGo - u 4 9N- o Q W C> to - O Y Nod nTT U C_ Y O WI �I aa° ° u t K K oo��a rfi000 W J J 0 W e z> IIIIIIII �� a ED ¢ IIII a W ' O L W --� m l ° t3�D tPN°���. y voVIcc cw tt ]wPi- 9-p 30CC�m tNCUU�3U3m� M �Z N gSI �U v Nv LLJ t v o nvtla Ln.0 Ii S> 8 `o as Lo a ° o o + 01 w Nma +N ,_ Sb° °`.non� .tl a« c o T nao 6i_s-"o u ._ taw C + ec v o i }} CCyy �y° 04�° tli °V' PC VCN]Ec '_ NN ;"I eN U ]+ k _ C N L ._ o W °ea UO °��C bN Ct 0,6N OG.W,wb •_�:vi m'w t°J] ° C+Cw eo f' J "6 Ngo + 5 10 0. +" 8 § a ° 1-6 exon c + St BNofp° �« a v` o° m m 8 cuj v + v+ o w" omo '^._�' v } n°aC: ° EI --17 Ti::?. > Qo ] a atm s c5 0 o _ e L v °+ ea +->a° - a a+ tA H oo on �a°t oNn° �cJ N�.LNtl Gb ,a.0t VS sC Al., D U �:ov a w o N .8 8 ocvo u tl�a ° cc gc a.cc ° L o FF ° b cc 0 �N w °p 6 _ CC -1 l0t UOU 00 ° a gGgyy O N�#Cm+ @0 OaU°U9® - °UtY °� U 0C0LL 90 +SOP 6e O$NLOY 'P' m O+ D.. +° + JON t UO pU D+tl 'r m N O° U ] 6 N 4 O C— u N - o0. t C - o ILIL E E ii !7777,717,17 bmPo, aao 11-1 o 669E-d'ON wall 3d81 —!—S IO— odaQ Sd 3dAi 301A213S 1V1S343d iHOddnS ml z �I m w e3Nly oos9'aae lsE'+:xv3 SVX31 30MAS IV3Wi03l3-SlIV13G lVCR1103l3 76-(6)43 z „rn � e 1, C� OOlB 989-L9E"L+131 IIS18HD snddoO to .1110 :STV13(l(1HVGNHIS 104X1 S U o .'o � or9L sdxdl'uslaHo sndaoo Q <X r� OZ£311ns'Hn HVDNVUVO'N 999 (460Z ON08) d'I ~ h -__v� 1332US GHVd03l Ol t7 J.HMHDIH 31ViS w o Co 8 �T/ OH0H NMO1S8021 MO NOIldIaOS3o A8 31tlo 1ON No-77 N011dla053o 1. 31tl0 -ON NOISIA3a F IProIc In 4A a W CL �w N i LLS 2La q�F' w�Q m ro J cc 9" u Ia . o w o .... z 4A 0 �....... ZO LAJ 1 VC W W 1 J O. Lj �ODc•En I I o�C? Pu NE+ CVS 0 d oD - r•NI � ti v O > I '. L - "7.,._..,._. amu 0 W ].i + 3 J 0 0 C 0 v c 0 Fal n L i -- Z 0 owa W C. a E E ; p VIII 1 E� 0 F ro I I) «O O =I I a + = o Snag r,XDw" ..bl _ o` »°m aN'',s w a s o c c •- n --u.-m l...m o -- - C+ Q C o N o O C ,NC W NnNNP+ L N� N @P� o1Z —r m + NDn° + 1. s°�'Y o+n D DAN 4NC o o° a oua u�«+ N3 E w 2 �°G3wpwpppwv CC ONN CN + o> I® 3° Q NUN NE•� - } 8+}C CC+O}0 r C OO W Of •- C ° EE w E'. O ✓C N a NOwO °,h O•r + ° ° m U D C UU N -NC L � CD E y per¢ oz Ctl�fSE]Ntlro .} 4°-C by 06N Ypp + UU O N }�'dwC w nOP R o CN a +w SOP 0000y150�. N+-L wtl�a E•n>6VL O'm Z 'L +" 6 °nD6 O m flD n• N N w �� N N O + N + ay�v� � °v";w P °� c P fl 11 w -C o + OCwEL C N ° D .. w+vrwi�C+t+i .] ONu v �aN•§O O•`�a- -6C°P w�... U E U N - D a, m 6 � ' W U O i c 0 NNpONwO PDo-ON - OvloSNtO ° V w`c Yiro -c -n1 C 3 - W N o L C o w°v>EO" - ti oo•E V! C —`� c6r,N`c � v s L.0 ° � o •. °o Oryy , m E � J U•�O Oc+(I-- Y Uaw O,O t°IC° NC �E• - P N`D w .r +O t Q� O L O N m N� � W b P�� .•S a ALU• ] +LU B.-� ti.O w C N+YY OL+c G° w cx1. C L .(!2 b. wepy04-Ll6Z ZL�dtl s;,wo,1 6u!11 nsa.sa6owop 11—;—.oau! o} ,p-,s!y;1 0 6mP4L-16)03-6LOX1-aa0 11— so ay;��o;R;!I!y!suodse�0 0 100*1 os;oyrn ad-d A- o}100*1•Ly epow s!pu!h Ruo}ou R;uw�om oN 11tl aa!;ap�ds6u�aau!6u3--1.a a11 R1 P---6 s!Pl-P-)s sM}o as ay1 �a34VItl�J510 o 669E-3'ON Wali 3d81 —!—S IO— odaQ dl R'0o'90 s3dAl laoddns 30Ina3s w "'ma, ^ oos9'aae SVX31 S�IV130 WolRjio3�3 76-(06)03 z n OOlB98ffL9E"L+131 IIS18HD snddoO to .1110 s w z o o �. d wr9L sVx31'uslaHo sndaoo S�IVl3O O23VONVIS 100X1 o g rn G <x y OZ£311ns'Vf1HVONVUVO'N 555 (7602 ONOB) vl o ~ h -__v� 1332US GHVdO3�Ol t7 J.HMHDIH 31ViS w o Co 8 �T/ GV0H NMO1S9021 OHO NOIldIaoS3o A8 31tlo 1ON No-77 N011dlao53o 1. 31tl0 -ON NOISIA3a g OlIa �s mo o +s Zw� +A °Y° �•a aWI ° mgom 0dj 0VO0 v o mLL ooa $ LLA Q 0. o C> . — ° 4 �WU � i�7. = n ° cr °, � ` w `m c w 0- 00+s n N � rrrlllz w a m 81 v w \ Z > ` O 00 L°'o r «ry U oQ P• +l COCQ ' dAl ...09 'U!W,.Zb 0 cE «+r C 0- 41° O O-av voc �w o a ° j +c u.6 2Co o C m n ° ° ue - F F u $ APV,_ �+'«3'-� la oufuHW - tirvn O o m oL _ U v m +> V m o c ° m-° + w m o \� CL w c C;.1 p o L o °o !!1 ." oo h ova+ cr Do ��wm� W r- o + xyaaiawc �0E+ ;< w Cao rva W o m c W ° n .wF�oo a U Uti v Y+ rvum«g� ., V O Z + oP°C✓ m n n _ m , P +mc 2 +E°O O ce U W vL Cn v W O N �iO �, m W Ln0 _ v E o n vo of w `e �,, a° r ogv "��` + _ o'o c �c i° �v m 2 u - o _ c Fo _ _ $w E�°co vLm�� _�c'o +a m 1anaJoly». W N, Nol C v '_ _ _ ov -n tl-o Ltao ONCUUiDmOYC ..�7 ° y - +L+ °.° ,va+m+ p��cQ. �i'E SnItl UIBUaI 0 ` - v3 voioy @ _ _ _ o o'a I'd .- omouwry 31otl to X01` V u umy mo onnw0,p o c - C �bo o+ 1b '&o'&+�g dAl ..09 r.,J4itlaP ID:anU F ° O P n E m 0 °m N ]+C~ -n°°o mm u _°+om qqyy ° t`� - N c N y �y 1Y w¢ m N C-NOO� Yd_Ov+Nv Lo«�LO o.,OLO d �U 6w tl.+ Y O¢ E wU � m LL Obi 6P mO¢«N 3(°JC�3(°5+¢t....0 K LLl _ H ° r ° rv- I°I o CL i Q v w ¢ =�LF. ..... � 11.0 m+oi s m + �luau9a0w3 a' _ •- m _ conn uj o c ° mo m 1. W 1.1N OoON o 8•C 2 ovmqq -8. � aa~rvo n0 �Y�iCb -�W wv�C OCC 6Q��^Ormv+ 4- + m �`°� U" pp-� +m goway iL _ OG°m N-a .• ,N0 °w',e o`a •Y Vm m°B>+°caa +` _ _ i�-� u v a +u> u m eco ?g I dS�m°rn � �'-" " - - '� ¢o « ¢ �`w" ° m5 } > > o -o o mo m o > W v € vmi .'�} 3 .0 ] ¢ � n c ° 1 12 1. 1. WC°.-'.)-� W=_vm�0am¢cc ryC6crymm.Ne_•roY_J.m°_ -Yo1 Sr1mwo'o� v', §p 1.« mo ra o •mO°pWCo1`L z2 m °n a co acLo o L>` «• 0 0Vo p L T6 OU - 1. C cL°0m `s` w HQ8 ub y :�cao€s L+ -o °u . «o 0 O Oa U O (E) O ddcom°m_ 9 (5 wesnoi- 'Z,dV emv nHaUa3-ozoxraao �azasn o 669E-3'ON Wali 3d81 sa!i S buuaau/bu3 p auaw daQ 1lnallo�3daH/3laVO 1�na � _ � "'mly ^ oose'aae SVX31 S�IH130 WoNi03�3 16-(66)03 z OOlB98'I0c +131 IIS18HD snddo0 }o A-Llo S�Vl32VONVIS 10X1 dwsndaoo s w rn G <x y OZ£311ns'VnHVONVUVO'N 999 (VWZ CIN08) vl o 1332US GHVd03�Ol t7,kVMH[JIH 31ViS w o OH0H NMO1S8021 MO NOIldIaOS30 A8 31V0 1-ON NOISI77N011dla0530 A8 31V0 -ON NOMA- E IN m- W W z 8 co Z ' .a C.1 u _ o 2 _ o 5p W = lz LLJ DwOp. MD'Coo�"C.� OOCCSLLI _ O¢a Y D Cc D C+C N[°6 1. d oc a�NE o—'? C O¢ nN d - �O HN ON MEn-[- 00°c910 C c 1 ¢ O 3 x �L O CCn V C N>r- d M a na -O C °"OCO+ 3w 00. 0- - DC[+-_ _ -y N OON,n W00+ V O ag + ¢a 86 1§0 )l,> x� m , a 8 ° SCL CI o z tl° ,dIc am mu pu r 1.2-.sOO. S.-w Wa UU o Ivo doh �D6 � fi � , - C wo O p'Fp O boPw..1 p P ° rvw5 °y€°+�c a z ,._ t�v . -rva [ w 1. g C tl 0 a "U80 tl0� °t ErC N u� C O C �N «U Ma C[ � } dULPOg S D•- fY PU�31 potryry pp,,FF 15C U tt N O p� _AT wai+ P I u 7 +«y O N w x L w m C S D O l n 'A� t 1 DO a0 as '° •"- w° ic D 41 1w m N o> � �•�'� a oaam uw - muvc°dx � / f'1-Y " . c v tm w -[ o_ O 1 U Z O O NN xAxA��N (iCC ° C C1 LY rx-Ow c OOa OM3 OLW 4' N '- YyC /"lam Z N "D E `LLCL `o °9 vcaM ���� T,/uuuoououp 0ON w0 a°LO =On. 06 UO O 6 yy p- 06 ° M w. ° .•` °D tlL c v O + + ggM+ rn m COY P P G O a L,CPdYOytlCC O° M Uo tl N ". / O a°ow a C sNN ro [° ro '�' aC c a Ea aprDp - a -• naLs NOv- OE.ri tna 6 O[e UUUU-U w 9Vo-L Z,dV Si 6mp VL 40m1011— o 669E-3'ON Wali 3d81 -!—S IOaw OdaQ SW31Sl.S 1N3W30VNVW 01ddV231230d 3 0099'998 sE'+:xv3 SVX31 ( dAl)X09 ONf102iJ 313230N00 EO 6 003 z „N e y n OOlB98ffL9E"V+131 IlSRIHO SndN00 to 1110 s w �. 91 t d wrBL SVX31 91SMHO sndaoo S�IVl30 023VONVIS 100X1 g G <x y OZ£311ns'VnHVONVUVO'N 555 (761)Z ON08) vl o -__Y� 1332US GHVd03�Ol t7 J.HMHDIH 31HiS w o Co 8 OH0H NMO1S8021 OHO NOIldIaoS3o A8 31tlo 1ON NO-77 N011dlao53o A8 31V0 -ON NoIsIn3a c & @o.Dy E O D < � O ~ 0o g o o m w � w z w z " 8 W W € o m w 0 z v Q w z � o Q m ©�sa \ ----w 3OV1lOA HOIH -------� \\ a3aNva Q J 0_ a E _- - E E _ R6 E° Ea= rEa= E` nEo ds J. hl �.. Cl) rcum - o J r - o E _ - a E y = r - - - o o E •� ...i� E�oo.� Asa"°ate w 9Voi-uoz'Z,dv 6—W ul03-zzo—NO 11— z saoinua buuaawbu o uaw coda (n)iH 3dAi iHOdd1S 301AH3S 669£-6'ON Wals 3d81 S � � � � Q 0099'aae sE'+:xv� SVX31 �VORilO3�3 S�IVl34�HORilO3�3 £0(26)43 z c e 1, C� OOlB 98ffL9E"L+131 IIS18HD snddoO to .111O :STV13O O23HONH1S lOOXl S � U i 0 ,o t tOb9L SHX31'I1SMHO sndao0 �,,,,,, o ¢X ria %' ,y OZ£311ns'HnHtlONV2iV0'N555 (460ZON08) d'I� -__Y� 1332US GHVd03�Ol t7 J.HMHDIH 31HiS w o Co 8 OH0H NMO1S8021 MO NOIldIa�S3o Aa 31Vo 1ON NOISI77ON NoIsIn3a tj ZO W J Q_ O o� - eo' '`-rte - vo°u'a�u- v'b*m o ? o = c..... m d_ .- �w o z. a s 3 - a ma - I SIINA — S318VA q g QZOQ — --- — OQ U - a > oo �o - �$ �- - 06� xs x N`I o - ---- — — � 3 _ l > > z =6a OZ NT 2� a Q Z o m Doti¢ o - Dona nen Ol O w a Z Z I -------------------- O O ¢ I __—__--- > w _ w ~ O U -------------------- m �F� O o r weLb04-LlOZ Z4�dV as os31Rwo�}6tlslanse�sa6owop�o sllnae�lua��ooul aasod�nd/.uo}1aylo of�P111 }0 6mp E0{Zl)a3tZOXl-aa0 442464 ayin+} ly�q�suo so 100x1 osioym +o}100x1 q apow si pw, A-;.41-1—oN .) a al,iaolds6luui,aaui6u3 s xa1„a ayl A,pa--b al,plopu sl,yl}o"'"i ld�osla i 669E-d'ON Wald 3491 saoinuas IO— odaQ (3NOZ(]NIM HdW 000 S3119W3SSH 31Od NIH2i1S w e3N, 0099'998 tsE't+:xvd SVX31 S321fi1Of12J1Sl2JOddfISIVNJISOIddVNl Z6(6)006 dS z y N p� a 4y C� OOlB 988"L9E"L+131 IIS18HD snddoO to .1110 :STV130(1HVGNHIS 10(]X1 S U tOb9L SHX31'I1SMHo SndNOo ; fit OZ£311nS'HnHtloNV2iV0'N 555 (460Z(]NOB) " 0 pa � 1332J1S O2JHdO31 Ol t7 J HMH�JIH 31H1S -_ w o 8 _Y GV0H NMO1S9021(]10 NOIldIa�S3� A8 31Vo 1ON NOISI7731tl0 -ON NOISIn3a a W N a I + o VS H 1 m a L + W J .. J cC co Z a a - Q E.���� O+ W b z LLJ O Q _ 2 0 G>V) Q a - 4 �c °o V)cr Q H .... c 8 r '#vim p to a - $ $ ®�m ,V-I J z ° a w Lw oSw �mv°.�a$a ._ H p +"'�"� �4LL.HQ a i L Cr Sizw �' QQ ` �" d n ti � Z Q� O a _ CL Q ^ mpi C c °c - 5 f- aa. z _ m o + L a k» a s IL - " ,-a_4a aL a o cL o f {.. i LA+ LL c ao ° + mCe L�y E f Cf ro+ L - - _ a a s taii 01 No N ® T o+L _ +, - cE '_ -LLE C S m08®L +T - m o ws d+ m w- L v _ cW w o ao a a° a g • �,m° m 0 P a a o ¢ (D > ga ............. .. oil ............. ........ .......................... .............oil - XZ s OSt w o ^ w w m •uma a O M1 i z o b 81 _ J+C M it in M �Q, NNNN ° d d Z � t\I .�... \m a....... .........00{vs H ...... „v .._..r ......._00t tia i N as mZ as00 CJ aas o a g °ah a _tea$ _ a e O ('sgl) pool U6 goo ailµuDdS ('sgl) Pool u61sa0 auiN uod5 >.�Pwo nP vi++o°++ mlm`�3 o4 0 E,96W 9OC3tlwD - • Ia ffi'-ya $0 4 Ct a 9 _ x y}8L®~Sa u 0 a m ramLO °oi o.mb��aw k av c n n m m 3- wa. a Q J o ®m m'sm o•�`s m`da`aw a W a aad'We a+ag•v3a` a+o a�`r +m�vw•m-rgaam-�m+odt�c°9i�-ommwa�byD'o-=a9aS��zCa�®Eo°oa+oS+�Wow^at9noSm`®�+owm3m6 LryNuOoNa �_++I«M°9x�ol Wds.lD0U-B,8tS1.m$o t aJOCJFSzd° aunIfl,�"all E_auGGa_oaln•',qWxu}Op->ImWWNs+iwo...0900e6-=-sta°,ymEr,S'lL65 >6 - ¢J��' wMFaaw ' o ° L LJ L(n WJ I wZ 4 6. Nm .0- { ��� Q> ++tt+w+ + Z 8E m3saOZ-81Dub1S.Z a1i777s3 s ---- ---- v o wa ®aa o a o a o 0 8 0 o c +d+oo --- ----- - a n a> 1461aH®i°d=H +461aH ei°d=H -LV 0L-L o'Zl1dy eMv z�-1 Uoo�-ds->zoxl-aao �azasn o 669E-d'ON wall 3d81 —!—s IO— odaQ (3NOZ(]NIM HdW 000 S3119W3SSV 310d NIV2i1S w "'m y oos9'a9a s£'+:xv� SVX31 S38nionus l2JOddns IVNJIS OIJJVN1 Z6-(Z)0M-dS z e y �' OOlB988"L9E"V+131 I1S121HO SndN00 lo .1110 s ON d wr9L sdx31'I1sIaHo sndaoo STV130(IHV(]NV1S 10(]X1 g G 0 y OZ£311ns'Vf1HV�NVUVO'N 555 (4602 ON08) oof ~ h 1 � 1332J1S 02JHd031 Ol t7 J HMH°JIH 31H1S -_ w o 8 _v �T/ OH0H NMO1S8021(]10 NOIldIa— —77777777 -oNNolsln3a Nolld-- 1A8 31V0 -ON NOISIA3a N ° + CIJLd 0 Rac g �-#a ° _ #oa " x o = Jcr— Y (V + v ONOE �vOQ F.&-. - a b QZFO+ � L +vm `` g OUVI °�,= - a`�+c° °o N I$ M D V) L.1 0 0. a" vn+ .o_ _ �- Nom¢ z I _ o a eC4a�w - °o � o`n`o �Svo I- a- 0. w ° v u(n W V) - a c•°o�a - a °o° °co . 'so"On cGD N ol` ¢O LL 0 CLw o "m _ + `o N •° o +°Nc� o + On_ - _ a E•`- m d �aZ o 0 om m• _ 0 o X. 01. g oom_ 19 ,n -off #Loi.- °�< Nom" <11.1._ off" - -6.1 11. f/") O x_ as uo '� w - _ __ co o°��°-+°o+° e 21 1 v roe N _ ti� oNNi°tnOFFN3w0 +# IRI N� - Eam EwYnN G ° C�,n Ea _ v°-O oN.— O - <•N �o � U ,non+off' €?•« u.aa.t+a o L.. Ja+awo!p J I +!a+roe z F- LU J G J a ...... - O" C) LU WF- H-W y-" ¢� (pa}ou as lmuay}o ssal un) _ d $ffi uaN „9-,L4 CL IL m Z . g u, XDN��0-,64 -uIW x0-,94 j 'm ,l0 /Y a Qoo ° 1� CUP as 31 ,_ 9•-- � ,.-' e CSU / - � 'r6F✓ •�- - ro m + ° +n m LAN Y V) I a w m b d u9 WFC a n v w w L N E�a N —WO os g }4®laH Bul+un°W 'WON ,9 66 ° \ .....i ............................................ ..... ..._ - o IGH 810d H - m I m W -= J % 1 < - - m ° H a W 0. oil o �LLm61 tt - - m SON _A c Leo`°' w� (E)ma i.a0 a° .n- +461aW clod=„W� ° Ew o+t�.c - ________ ____________________________________________ v ,_°u „9 ��+„,9.f-.1 IDU IUmN„9-,94 #mv ................I...... L '- .................................... c'oma �9-,t o ..................... m A-1au w_ ra ar mo ro 1- z 4 �u n° 0 ° >a J - J - < J -_ _ -_ r ---�. LU .... H W W .,� W C] J # a � - x o e s�oa ry 0 v, ava° .,VW W,Z,dV 6my Zl-Wom ds-sm -aao 11— o 669E-d'ON Wald 3d91 -!-S S IOaw oda(j (3NOZ ONIM HdIN 000),I9W3SSV WNV 1SVIN 3I9NIS w e3Ny oos9'a9alsE'I+:xvd SVX31 S3uniofR3 sAOddnsIVNJIS0IJHVill Z6-4)0M-VWS z c e y y O1X998ff9131 IIS18HD snddo0 }o A-Llo SIVl32VNVIS 10X1 OZ£311ns'VnHVDNVUVO'N 555dw1SMHO sndaoo s rng (402 ON09) of G ~ h � 1332J1S 02JVd03l Ol t7)VMH�JIH 31H1S -_ w o 8 _v �T/ OV0H NMOlS9021 MO NOIldIaoS3o A8 31tlo 1ON NOIS77N011dlao53o A8 31tl0 -ON NoIsIn3a s n CVLu a I w g Q cr VY O z u �v + v� ZH a n� a s z o w a S OC- ona � �� O c NH N� Z a a U= a E N o b N 'Q = G w N+ m= M w b q m'o O H H H H 00 poo o '�^ d ;, p0 o c L 6 ov M M a s ti a o o 4 _ o � ��~ damw d0W p o 19 MQ pL�b E D z vu ZD 2 4 -7 7 7 7 U•4,A - 0 0 0 0 _ H ba�rvwba ppggo 1wn CL ° 42 hMM b b °�O 3 0. 8- _ - + at .... .......... a- + 34-0E ` OU _- #N oov L 3 L d "-' u E amici m a - 61 Q U l 0 Lp N }45!-H U I-N „O-,S£ .................................tl b£................................ IouIW°N a9-,£Z ocv � � dboL }48 aH 61!4-M •-ON "9 6l �m + n - N cvLr vi i 0 on <¢<¢¢m m g0 O GI- M M w w w w w � d' m M I1 M M M E v, C O y _ � Ovtib _M i r .r5 M M M rvr M M K W �n ry I N a m u,ur ur b Z n h ry rvrvry =M m E � =mm�o ti = a _ EZ. n l W vj E I d M/ uory o _ CS p C sO - EC�° b Hr 0 6 O t'J Lt 6 0 0 fa p f ro m n.o._ n o .[`J- w - J•¢ _ _ I m W V G I-I (3 n W R+- H 1� Y, ESE us�n _ = ° m h MM - °o tna}ou zs a}o ssaiun� a ��^ o m 0 L I + m ° a l d l N.s-cl-xow o,si u.w,o 91 h ry w m = ry 1. z E w w w co-w- n m - E M M rn m m Kt m _ o c - _ ow -_ o. .t •ci a - oho momE a°iaa ° y c m a a a o a m ry w o a rria Aga �c w 6Voi- Z,dV emp zr(0m,V.s-szoxraao 1- o 669E-d'ON Wald 3491 -!-S S IOaw odaQ (91NOZ ONIM HdW 000 Al8W3SSV MAV 1SVW 9101NIS w e3Ny 0099'998 :xvd SVX31 SMiniOf1211S1UOddnsWNJISOIddVaZ6-(Z)006-VAS z e y n 0c 131 IlSRIHO SndN00 to 1110 s IN d wr9L SVX31 91SMHO sndaoo SlIV13O O23VONVIS lOOXl g rn G o y OZ£311ns'VnHV�NVUVO'N 555 (4602 ON08) oof ~ h � 1332J1S 02JVd03l Ol t7 AVMH�JIH 31H1S -_ w o _v �T/ OV0H NMOlS8021 MO NOIldIaoS3o -77777777 1ON Nols,77Nolldlao53o A8 31V0 -ON NoIsIn3a V) m Qe a PO r - yy of -Q ° E+ $ Eoo w w of Qy_wo n8o w vEN ° mU J�' �.oGw m av °+'DNB�o-Am `_� Q� N oLZ z 'wFO °��e° lea© H SZt- nl O a Q oNow Como ��`+o �:� SHS O o gSo�doo` + ma'ao €doth zLN - ON11 1 11 + `aO+ vnri "ate .C$o`maH Q 3= o!) = L'P 1°°o a N tl_t— Q 9�}nn. 30N+°� o LL(r- +8 Fro w o E_'` oEm o�+° --_ _ a o�Ic � o .END - omv Cr CL O - aoIo m "r8°o 0o T` +�±ao°m"ovBQ o` e 0 0- 088 5'oQ Z i g+oNE a3,L M #_ _ _I iGEmo ° - t;62 EZ EN a 21. -1!'." 10 1' OT, L 10- O-OL -a .2 + 01 11 00 mEKOO Z cv�iEI - C'3C�30n Q^ 1NNFCO -pE'L°o& 3 C. EmcYJU Em J�-• n -o�-6 No�-mm�_ 0_oE0 eN NNN��jN °umu 6N•� +U_a ._ _ o +c °Lix <2sl- - m++ 0 c N lir- NNU olm.v�+ i.oE mm + -N°n Zo�9ti m`+ N-vNm��o- o� � �� �o ooE+� c t v0- v x wm m°+� -+o+. o°.nn+mm �=ogm`+�F`-mdo �m �: o�.`,S Th M!10.2 �C, ph E'}O CO Em IC EfLJ�J ULYJ� tl°dW °�+ K N�Y E -- 3° y8' oao+ :2 0. - 2 0 _±3. + ¢E - K ooe+cm ma J Q I— uj E c tel\ Z 0 3 - _j rl Asa J °+° 117 - ,a"� Q o=`mo 2 0 H eye N + auiN I Q cr N / i Z W Q w Y J a0 w +oc� om O ter_ J ° w Wim} _-as- t °moi-$ cr _ \ r Q III IIV d z mom e :ov o m 0 CL r ._ae E8 Mme *E ®oY z�Q w 6Vo-6 Z,dV fimPA-Woo PVHS-LZaxP NO 14Z4ob o 669E-d'ON wall 3d9l —!—S buu—!bu3 jo IO— odaQ (3NOZ ONIM HdIN 000 km8 issv WNV 1sVW IVnO w "'m y oosa'aae sE'+:xv, SVX31 S38nionus laOddnS WNJIS 0Il1Ha Z6-(00N-VWO l z w p� c e� y a OOlB 998-L9E"L+ISMHo Sn131 IIS18HD snddoO to .1110 :Sl Vl3(l(1HVGNHIS 100X1 S U tObaL SHX31'Idioo fit OZ£311nS'HnHtloNV2iV0'N 555 (140Z ON08) '�' 0 pa � 1332J1S 02JHd03l Ol t7 J HMHcJIH 31H1S -_ w o 8 _Y OH0H NMOlS8021 MO Nolldla�s3o A8 31tlN 1ON N-7,7 77i Nolld-- A8 31tl0 -ON N0ISIA3a "' � •r N a „ + o _ m r= r z Ll.. ui y o Z ,- w c Lf) O ... s u - -_ w - �� a o -I s o�v - - - o �Jo� E�¢ - 3mo S� (.� < 3 q( J W - c5 CO+O0 I,_Umwm S -°�lm.ooLO0Tti9Om n�ctioa EOOC +-mx' m �mti o+ O oIH = O J C@mmm-CmmO C._ NYNO +n- l uLi OC $�N I=mo {- � © a �� H N mU� -�Om �EOCPV. m� cCm Fry�N N GO o e _ om °iom�vpm - ` LL J O}°-^'>, — Z ctL oVoDo u�Oba t'0 Evio 0 o'oa Q Q x -normo 0m PO apiom oo'U--+ O o o#m0 �m (,c g LE¢o0112- m312&t I` O$E!9 o3m UNN 15� +O� ~ � mLdo OaL x<0ml-mc . +Emn _ Oa __ CE W Ev=iOO c p1 1 _ IIf - _ _ 0. L _ m0-...u�r-LLo- C. oU U .- �� oNNf°++O +...-+- mV CG.-NN 3 .N N� ...... m3UL+m �mm Hw OE —1:21, q �OOVN oOm o�N Q�Uin mo 0 m - _+ _ _ U�O°- ._ -t - d v+ Wm am+IFEEon—I0'0 ogC po - �dj UNU m m p iv O L J _ 40-OD H m N -- - $ I Z II y o €a > a M o w v I v cr w + c� E Z ` b 1 O A Im a o RIO co u Lli w < o E O }481aN 8 +noW Ibul N tl-�S£ ':?�. Q m E -- -� --- U +g +Utl.aN 6u,}unoW•w N 9 . O � Tt IOu,tWN 0 HI ., U N pm tie+m p � m .82 4 m, vii a� a I _ ° m < m > & W Z /J - en C m p 6 ' a 3 I I NO p N qL E W •- E _ tr p m o mT .® Z m y E° O TLJ 7 2� (\ o tpa+ou a8 wua4+o 8ealunl 4 8 v LL I � mam 177777177, anw zH Uaorvwa-ezoxraao �azasn o 669E-d'ON wall 3d81 —!—S IO— odaQ (DNOZ ONIM HdIN 000 Amb issv WNV ISVW IVnO w "'m y 0099'998 SVX31 S38nionus laOddnS IVNJIS 3IJJV J1 Z6-(Z)0N-VWO z „ rn � e y �' OOlB98ffL9E"V+131 IIS18HD Snddoi }o A-Llo s f �' d wr9L SVX31 91SMHO sndaoo SIIVl30 023VONVIS 100X1 g rn G yOZ£311ns'VnHV�NVUVO'N 555 (4602 ON08) oof ~ h � 1332J1S 02JHd03l Ol t7 J HMHcJIH 31H1S -_ w o 8 _v �T/ OH0H NMOlS8021 MO NOIldIaoS3o A8 31tlo 1ON Nols,77N011dla— A8 31V0 -ON NOISIA3a 9 °o rn c J N LL B d+m O m V m O 6 m ' W(� E9U wa EE UEG4 + 'am W y � N Z' $ LaDommG �N +mi> E04 VAI CO N N V) O z m E vi°'w n 1.,� ui Q cmom`yayda `mir mr "ow on`w a°IG'c 'SCJ O O �GWG�o3 im O9 �aIt9�� �4G TCPCYOOO �O 5 ~ 1 Cr Of U ODdNNwh mL 11 S. a9 JO. d1a m00 p 1� 4ti = C p O IC ZO O alo 'oo Epr o�Et c�on�m ?.�`o as m k~U (/'1 Q p w 1. v c Fm LL. p hwono�o +o'oo� mdo - w..rN19 LL J EEocmi•3D+OLf. •-o -- �ao�4:�Co r� = — ols` E Ev'm`a 9?+LQi�NO E appO+N�+ �OLh.' L� 10 - rte, C Z F 00'$02.0 O pO,�m TE ;p0-30 da N(+l- +>Oc0m-•O DLO +O+wY+++ t0.E+mU bNo -C + d E O CO EmEOEmoE63- -8-1 ~O I.H.Ho0 o Ew�ma� m f VIOEE6+� mw+ 2 E E VE L o V) +L uj Ic ` o z _ _m z z 6 L hW- c[ cr :2 V Y Q g ti m 4 _j o _ r -s ° PR _ oy.'ao� d H a•sm 0o W ar EF m m+:F c.OJ Eo aOicCC Ery mc- W o o• c �i < a W _+'_ Fo. O16n E JJ og-o Cd VIE[tW + s C G0 _" 4 GOCa+EO V) +a n r •00 NN•C®tl�. O��F OOb M. 6=&y zap .HE we�soi-uoz Y��ev anw zH6—V.a-szoxraao 11— i 669E-d'ON wall 3d81 —!—S IO— odaQ (3NOZ ONIM HdIN 000 Amb issv WNV 1SVW IVn(i w e3N y 0099'99e SVX31 S38nlonus laOddnS WNOIS 0I11Va Z6-(E)0N-VWO z „ o c e 4l, n OOlB988"L9E"L+131 IIS18HD snddoO to .1110 s d wr9L SVX31 91SMHo sndaoo SlIVl30 023VONVIS 100X1 g rn G yOZ£311ns'VnHV�NVUVo'N 555 (4602 ON08) o of ~ h -__v� 1332US GHVd03l Ol t7 AWHOM 31ViS w o 8 OH0H NMO1S8021 MO NOIld-- —77777777 -ON NO-77 ON NoISIn3a Tw Z R N t 00.. Co 3~ w V)CLu ZO M (n(n V) IV V Ha W Q O ' p 3 mmmm s oo O u a�•`- �.�am; o o oo _ �Y yZO am? <t = < iN NNN r NMS g N g o o''U (n cQ p = O� m N 6 0g O 1`L W Q $« -...,.. ...._---....... ._n...-._-,..... mJ x-000 vE ------------------- O�GEa O d p _ Z _ O ¢O E� nE NE O - - 00�6•16 FCF 00 L.- JOJ yE d —.1— NL n0 �' 2232323 YY EO E_ N d S Oa F" m3 + o N ° o a 0- c+ -vb� + _ + + cc o r o a o" s o c o M ° a M +r w o E - - - -- - �Q n a° rococo . �m main ommoe a..rr co�ae mo-mo- m ao. oma199, 9 QmmmahanNanc�. � roa -- + mea 11 9 r0 6 A � - � 77 __ `cQ ,a,, vQ�03 dYm O ao O Vi O HH 1N-1 a b iJ b b O} a m e0u O H m + O W + L.Zp ° m 3 C C.- 5 J 7 •O .-m ti b p •d MO _° G 03 E O T O _ } M � F V C tlm o c a Ov ... r G J J J J m rms e+o •®avcmmm Nryryn � ° 03 J o c J ci a " °c n.....a m mm m mnn mm mcv w•ry ao- o _H d _ a a s ° 00 c - ° boao��n mtib m o-m��bem�a �naN N �o SL++ oEp ..ao-Nni ca caNc�N�c.�r�c+niw nn wc�a wr.n wcNwrrm ° o ao _ aL a }o m m as M._• < we�soi-uoz Y��ev anw zH0—V.—...aao 11— o 669E-J'ON wall 3d81 saojnuas IO— odaQ SNOIl03NN03 W2JV ism S3NnlonalS 121oddnS "'m y oos9'a9a s£'+:xv� SVX31 IVNJIS OIJJV�J Wd Al8W3SSV QJVdNV1S U-O-VW z y d OOlB 98'I 0c V+131 IIS18HD Sndd00 }o .1110 :STVl3(l(1HVONVIS 100X1 v � G or9L sVx31'uslaHo sndaoo a 0 %a - ; fit OZ£311ns'HnHVDNVUVO'N 999 �140Z ON08) '�' of pa � 1332J1S 02JHd03�Ol t7 AHMH�JIH 31H1S -_ w o 8 _Y OH0H NMOlS8021 OHO NOIldIaOS3O A8 31tlO 1ON NO-77 NOIl-O- A8 31V0 -ON NOMA- E° m r N �' I _ a + a n c © - t - m _ N•'LL v5 }J N U7 i ,s c 0 0. o Lli0 111 E—+ cdo+ -mL qq > CC)CDM I 9cppp o - _ o T.L�� F- Q z ° *ocw pg o v�oaQ�� °S NUS z ° Q O u + and Dm & - s ~�- 4 m oL`o, spa _ SN 6 - - om m N v 4 "' N L c N 9 v O rcr H 2 _ m O t 0LL °N O+L ZO V) U _ Jyp oo v- NL ggqii� �t�Q a - Ep tL-+ryE +0p 4L c Ff -icc ONN N - o\aDE UE 0�0w V)LL� . Nc In �E m W mx-_ _1 1. No _ .0 F LL np Uvv Z. o` t - - W a OC - - v - Q1 O} z 4mU o-+O o+Ov6. 00 .YF d- EC - NSDO W tiC0 N O a v ¢v.�°3a 2a mOo Glu F ® \ oU an L z . o a \ z O C a+o L 7 n s vs oc p �d o nt ° + p woLooM z o°ry ry ry o s s v m - x c+ �c°i'a v-N I— m o e P P P m m m ,1 v m , c .% Ld " N -- '' � w rvoommm i�:::: - a z g m z - M n D am• a H �J` 11, w _ ry mo 00 mmo m _ a asocq 9 owm m �a --------- _ ata . Y w c, rvrvrvary .d Oa ° mmaoa 1 i l �. c LLJ m m„.,1 1 � �rc\ f � --a _------- - O z - « A .9n9 -- �... m rn m m pDlll..l[ •` �•.� - -- d a---- ���p1MMM w ___ rvrvry I • ° L c 7 I� h Po n •oo ry . . n d t O p p gz_g v 3 0 v mm + c vmp Fl- 51- + p. c Y ° v I•L - W a //j td L tvl o w+ ��.mmwmpD - H } z�p rm � _ .�ma---rvrvrv�� — z - --- / t n°. g - xnw � � m z D ..-�....L mo p•,_ � pc _5 D� avg � � fme, a a Ll,l rversoi-uoz av bMvz,I-vHr�eoxl-aao �azasn o 669E-d'ON wall 3d81 —!—s buuaawbu3 p a—a -daQ SN0009NN03 W23V ism S3NnlOnalS 1210ddnS w "'oma, ^ 0099'99elsE'I+:xvd SVX31 1HN91SOIJJV2112103118W3SSV02JVdNV1S:U4NSlO0HW z a „ N e y n OOlB98ffL9E"V+131 IlSRIHD SndN00 to 1110 s d wr9L SVX31 91SMHO sndmoo S�IHl3W O23HONHIS lOOXl g rn G yOZ£311ns'VnHV�NVUVO'N 555 (460Z ON08) o of pa � 1332J1S 02JHd03�Ol t7 J HMHcJIH 31H1S -_ w o 8 _Y OH0H NMOlS8021 OHO NOIldIa�S3� A8 31Vo 1-ON NO-77 N011d-- A8 31tl0 -ON NOMA- v $ I �JLd Z 1 v JZcr Z z 's F D & e �0 D O J r.. ° as i t`b o _o" F_..§W V)C.) O 6 _ N p Z ... o O I u D LL O o o e P x m ytipH/� Z a- q I w � C.. ; - - Fa? Q H O( a 0d a zz ...... Z V)Q a a m + m 1LL Lo 0 \ CL <a a J z Z SL J �' xx an A.✓+ yya V_ J 4 W G 0 m J ss + O c oc+ h o _ ° o moo vNs N �mn < m t .,� 'dc� Q ._ aoic= H arc+ Z ° off. 6 IQ J 0 o x i a W u) z a i °, .._. .. - weryoiai c � � za. O �m a ja u z - m V d b � a =UD �n o� i U) I m i `b - a m c c c a cc m a m -m v .., -. § ° ., 8 a r- a + o ° m N J �^ `&&E=ffi \V y §Dm 00 : � ......,, mQ o �a w PrIl L..-E— — o b m §+ O bo m.-w v Z Dw NCotl N•tl I 10 w w d mmop X — w ocoL 6° ww �o N " m§ -off' +"d +mom.°mac+ j + a oa,cL J a b.�°c'c5o o mb �nm2�'aon woc6 o m'o'n°cmD a V� cC \m 3C® '. a Wn> Ht W +pbpF- - A�m�n tL¢'o �Ii Z i�Zfl OE+ro fY Z N6lY>m o tl 177777177, 6mp ZtjNSll)a-VW-ZE�Xl-aa0 L4Z464 o 669E-d'ON Wald 3d81 -!-S S buuaawbu3 ;o ;uaw;uodaQ Sl]Vl34 3lOd V4HV 1SVW m e3N y 0099'99e ts£'t+:xvd SVX31 SMinion'dis 123OddnS WNJIS 01ddVU Zl-O-VW Wl z n n OOlB 9t t9E"L+131 IlSRIHD SndNOi to ,1110 s d wraL sdx31'IISMHo sndaoo SlIVl30 023VONVIS 104X1 g rn G yOZ£311ns'VnHVONVUVO'N 555 �460Z ON08) oof ~ h; � 1332J1S 02JHd03l Ol t7 J HMH�JIH 31H1S -_ w o 8 _v �T/ OH0H NMOlS8021 MO Naldiao 7777777 1-oN N7i777Noildiao ns 3Lva -oN NOISIA- m m c w mmx V)H `' ww _ vL r. .E _ v °+map_ W CL � m O ° go a YET p� - ""�'ti� ` " V) � J ', z .v vnv _ v 0 x xn m za L ra°O `�°i 'S p u °oma °i L +co c _ poo oo, qo off` rnvv�o a° `=210 °'c C. n°"cm m o + d ° W F- J �xd -fav -r-i ova eco H ' ZO aoo"mc - �'� LL. 0 moNv 0^ � d w o LNe xv °.p4 E m Ory -� _ w m• + O # v W O.c°i+LO6 O+Oe+p nT d I— O Euj tr m o V L+3 n CL a. cPo v o o -.-...r o c a°i vc m mm m z n m W o-..i nr_ . _ mi aiEo L•`w� w o ray n`o-"� rOL do _ �+L+ll..' nim z #Ewm+d uEwonG Ltn Npv�- n + PLL 41 > ° �. � oc U ovv� oaa°o w ~ CL w` °' W W W .. n00+ mm?08 i f v W z [� O J d U S+ d O cy Q w 4 - j V) p% m n a °� J r Imp'}mo a. „ mom e w.n W ° z . d O d °b w c5 `� \ > d Q 6 G 1 w t ........................... XX�l L m a m LOI L Id- m + Ce vn vaNO.} cpN� y EL O4pEOm cervi= ¢ w - -O> + EC OEO O °-OOE,q N w O E OO OCA w H m pP N p� QLE OpN m 6 a Lir E G d v oc ow W tv+.U1i N 0 \ (>. w x ch 7 a d ry ry p ' w d ° M ........................ -, W t o t°a L to lZ 1 ;g v ` - B O E ar cv E p} .omaF fin€ pop �'•�' `•F _° •d m+ro pp 4p 't'S E f ry x CP .L mbU O: .CE Ob �Nm C'�p+ L O I ypY w - ,"fib �ed ° °ty •° E xl` \ O `•.0 O ° �C r`f•m \ , =tti'm.0' 8d ti�� E � C ° � ry . uY�+ \\\\\ N 0 o ax W q- F- Lj° cwm W n `s w p ti�•Ero C! .0 xG0 v Otl mn v •- EE weir-04-Ll6Z ZL,ay 6mp ZLV.-x, L4Z464 o 669E-3'ON Wali 3d81 saoinuas IO— odaQ NOIlV0NnOJ 3�Od WNOIS O1JJV231 � w N", 0099,998 0099'988 L9E'L+:xV3 SVX31 ZL 0�Sl z n OO1998ffL9E"V+131 IlSRIHO SndNOO to 1110 s m d wrBL sVx31'Lsm o sndaoo S�IVl3O O23VONVIS 100X1 g G yOZ£311ns'VnHVONVUVO'N 555 (460Z ONOB) o pa � 1332J1S 02JHdO3�Ol t7 J HMH�JIH 31H1S -_ w o 8 _Y GV0H NMOlS9021 OHO NOIldIaoS3o AH 31tlo 1ON NOISI77N011dlao53o A8 31V0 -ON NOISIn3a a Ie OQ W me°om�cm J :. 1. " w m� N m +` td LLF - -- L v a 'omaWmQa 4 I u P J hw + m LnNt O +mLb°NyW +d ~ H Q o +a C° oNP4ov-.o-c o�m-CW vG jg9L1- ��UUUy6+00N0 + Ovm w ` Sy �~ N ZJ J y rc :2 10 10v xm _a N w z Z O w w ¢z XE - d 3 N.1 L. b O .. .. QIVCZ NFaoV'++ot O C t S CO�• GWW G L+O J G G L D O to a m NUL 04--+M WC O• tl o m °to ino °'o + ao+md CG OL m a¢ w•d' sm co c=' 6 (Z'O o F a� g'E8°Fogs 0 - �d 00• pE (a Iq°1 x—S..Si O o N ai a m o o LUU--1+do4S 10 PaPP-410 K N m nbn� «ooc ovim .Eo f- Jaau ibu3 ay+,Cq woP�oom •mNcEwm LEov:yr, : =pa+oaap±_L G _ ULo + ° cd� o o+_ WE ° + « me " ac o ° Z Z. n � od` Ho - w - - - 1— o� w Eb° 6" - c - _ Q o aP a p0J n �a _ as w -o� � � o a}�a�°� ,.al J : m o b+ � _; o .aar� g$ mss o a1 O"z.l;\r�N\ _L8 6 O O+ O LC bO�OJO - . E9mCn Li ' } mL-b P m - mP nv- Po-6 E m Vm1{}�iln +40 WN ENE OeMN -SpL M11 + NO N \`. '/ JNNwQ 2, 0 00 m v«+ a A u.w a °` CL + m Nn mmE H y- /� 14B1aH Bu}+unOW 'wnl ,S£ n o n o - -a 41 as °oE+`� J m+ m ._ m .................................. + LL cLLJ a o OO O±Ou gU o ¢ m+$ _j{n OG 4+Bual+iv45 Pel i1�0 0 �. J V) + QCL o`o� r J W V)J N x x o w M1 ^ g - NN m co d a.Y - W ¢ J VS H F oa N 1 ou,woN•9-,Gl Q G W z8 r LLy M �n a� F C. lit ¢ o vi $'a a + Z�tur n ¢ rn dN< 'a IE + e n O m m M M N N ro v .F N N N �'p -, imP C A y LL wtt o- m m - m x x aM 'oM r.9�,6t n p�a W WQ C, r Cc oc+ oO G. om O z 0- � . 1.1.1 O�m0 = x Y v m N ¢ IZ N N N� w t U 9 poa.+Ut++oB z g n a a. +o P P ___ m LWL v WJ z a ox m 2 <o M O O J N J¢w aj �a S� Yr U=� m a. Pvaayl CC +Lm'+vJ c 12 CU dol ...sm+m- (� m - -2 ba L •u1N„g snitl z wvO Q p x s� 'z � PoaJ41 dal. 4+Buel az}uon 93345®NPM 033dS ONIM N0IS30 HdN 08 NOI530 Hdry Obl (aigvl aa5} o U+Bua.1+iog Jmyou, „t.u w wessol-uoz Y1,ay amHz�-o3-sl-oeoxl-aao lazasn o 669E-d'ON wall 3d81 saojnuas IOaw odaQ SlIV130 vom S3Nnl'omjis laOddnS 31:1IVNMn l w e3N y 0099'99e s£'+:xv3 SVX31 Wd SJNIMVUG XIOVY3SSV S0JVGNVIS Z6-V-iNm z „ N e y n OOlB98ffL9E"V+131 IlSRIHO SndN00 to .1110 s d wr9L SVX31 91SMHO sndaoo SlIVl30 023VONVIS 100X1 g rn G yOZ£311ns'VnHV�NVUVO'N 555 �460Z ON08) oof ~ h � 1332J1S 02JHd03l Ol t7 J HMH�JIH 31H1S -_ w o �n 8 _v �T/ OH0H NMOlS8021 MO NOIldIaoS3o A8 31tlo 1ON NOISI77N011dlao53o A8 31V0 -ON NoIsIn3a LLJ "o& a` ©© y � $ I L 022 T E+ mE +� I _ °' °'Enc-+ NL+ cs°Cn oL _ H•&uj uj-W U H p n`�aLw aaa`��aU�x=oswaL �1Oo.�wo o-tE�-n°°3,v+++o°t ` p" �U+c wNL y$oHoov J M 1oEq D +� Cr <� +v� c'uLo � L w N J oo c . _10 LO'O' - ' ° ° d '0 -.2 —1 ° Ca UL+U0U1Dt"+ EZ, 21 O_04NOLG `"1nEO �Q Q° p - nw "b O °- NZ�Q $ - " w a6 + Oz a- 0 Eo " _ I-3 w _I. P . .a9L+ Q i vLcmILOm + .GOI .oyn- 'dNUUN C o- __2. , Tc °} p ° -L -1-3 DDCC o p T . . 1.� OD3 ".o ¢o¢L a E U NEn � v t - On°OD 030 O4 O¢C z W J o +` o a H 0 0 " xoticty a° L L '- Q m J a s U 2 � B _ N I ��L 1 _ H Q %O.JtltlV rZ�l 5 'Q Ljd N Q W %pp Lo "�LW a .�... r __- W�l \/00X H i° III__ GL 10 3 + J IS ¢ H " aI JiyF 1 ° % _ W -- N e .... ....... cc� FF ry� r 6 < ¢ G} € " < x+. g c� N_ _ w �a z vv C) vI� - W x al z J t x F �t8 Q -61 N 2 S \ \, 0 ul 6 \�,� - - u CJ _ ....... V7 o � oU o8 �tS oYo m "- % °a z z SII a o a°. ,i ..1 LJN- Ld�_ 1 r - Lyo N u�� M, az N 2 o�, w N - J KtT W r J f / Li > F= N m 'Ks`v.o o L d - Q M aMOO + a v " v �z � \ " r \ `l \ . N aQ u QQ �� � LL N gWx. Wm x� acs v 1 13u sSIOH+109� _.._ ,`onn �_•'� �ny= .. �X�'r�- wess o�-uoz'a,ey �wz�-v-wm-seoxraao 11— o 669E-3'ON Wali 3d81 —!—S p a—a -daQ wav lsvw 3aivwwm � w "'?m Ly ^ oo99'aae SVX31 bOd l 18W3SSV JNlllld NO dWH�O ZL Hd0 z y M % i,Qry d OOlB98ffL9E"V+131 IISI8HD Snddoi }o A-Llo :STV13002HONH1S1O0Xl v � G tOb9L SHX31 91SMHO sndaoo 0 < x s � OZ£311nS'HnHtlONV2iV0'N555 -- �V6�Z0N08) � o o ~ � 1332J1S 02JHd03�Ol t7 J HMHcJIH 31H1S -_ w o 8 _Y 0H023 NMO1S8O2J MO NOIldIa�S3� A8 31tlo 1-ON NOISI77ON NOMA- -° no ro C of U- 4 U Qo c°ooo °r m+ �` L ma- u ga aw 8 a.- z m V) em `•amm I N N o �ioa +o xoo ° ° d V) J ° DoE a�nm"o U CD 4 0 `Zl oaco•- o oe - o� Z __ aaDi+- _ _ �� a5 H zIz -Ho H. H o 16 LL- '3�EN+ -- Z�Oa - E E '■IIS % a11 Et S oo° -- �� m E Oe. CE 3Wnl n•EN - wE vJNI _ - - �go N agg' m dN dos �" '� o' - -"12 0 oda - o3dw + ENIMIl 11 °'p.°a o� yDj °o E 3 z �°'+n�+ ai-°• w�vL- ©�3 `-0' w- a 0 o - ry m co - 1u m e in 1p 0 U W b O ED l� ® m m m \OK �F N CPO O1 N ¢ Lo 13 y s - 015 OE V) l 3.- -- ° Q >s n yl a - -------- LU \ vs d N a . U) N F- -L1-- O LJ 0 L wpm �i d �,o 18 !77 777177 6mp ZL-tl3g-9ENXl-aa0 L4Z464 o 669E-d'ON w81130191 -!-S S buuaawbu3 jo IOaw odaQ S_1IV130.1I9W3SSV NOOV39 w "'ma, 0099'998 s£'+:xvd SVX31 JNIHSVI3 34ISOVM2J(M OMOd UVIOS £6-(0V9d2JdS z „ e y n 0018988"L9E"V+131 I1S121H0 SndNOO to 1110 s d wr9L SVX31 91SMH0 sndaoo SIIVl30 02JVONVIS 104X1 g rn G yOZ£311ns'VnHV�NVUVO'N 555 (4602 ON08) oof pa � 1332J1S 02JHd03l Ol t7 J HMHcJIH 31H1S -_ w o 8 _Y OH0H NMOlS8021 MO Nolldla�s3o A8 31Vo 1ON NOIS77Nolldla�s3o A8 31VO ON NOISIn kA I g�sm __ coo mem Li N Z G0.4 Qy 4 ++ + O C yJ P N On'Fr+ is 2- C ui fja LL.'.'^ O \ O W~ cr 0 o-s — vm0 CL z o -- ---rte---- R` �I M Z tR .. zw " N � V k H N o m - E \ Q7 .0 1 In J ><1 `I LL ° _ _ z §r01v o 120 c+ i« N g� >,� .o-.i _ lei a1oN aa5) .W o-,� d -'• +- a wTNEC i > N ,�t _ '^ nn Kiaioueaslv,rv.....o-.t =8-g fiN8 p �f�g W °°R m+m O m.00 a� m 11 P IS c �+ ° + N \\ m / Jo 0 �o _ - - r �- O - III a x u ac l.ru S� a w wCID + ° i Ns= _ E o� a v^ vm E w ILA DI sN> a 4 - Ir r z -- LL vE_ oaxP ° t a .o �LLm 91 m°NBE01 lz w og a HOy € .m m° mss + � ave v 11' � o r S. .10. oav a d �g IS z�8 did v � o oc yCCr N - g°+am +m " tl - VV °-C. co + d+ o t9vs 6mein o' N1, °+ ao- mw c 5 OF � CO 9°rC iO°CC er$ YY o ONO vVv $. ll ° ghoc � $ ° ea c !o z" °- � J �F# +a. v vo sv St °� bm g m vE -"m vm +O € mL m L b m § 80 o §C aL n w CUm m P§b O o L tl OE b r r N b dw umlloSo O O tiu wm ° y °oO ©° § m -. o°'O s a do oa _ o ma.o a m 2- 11 Imm o ymSo C I mmSo _� �gL ° w�yvLme�. I w ° " ` mo v °` u§gL� o o -rmmL°imr0 § e Ov° ft dm 1.1 .- cm•1.1 um mo _ _ ; 3F- oo]m 4 3 C L 11L § - `" - 1.- O m - -°- � oa Iroc+a 0, L. °a to ni« g blc- VO0 $ o 11 .! oo LL Aog " 0. mS i ° "" �;c oa moo vJ $ " �� n ml m $ . Z b = ` ra -1 v- +oa$ oE. ° x I ao 5-a°a<g2 omo oa$� w I 9 c' =o€ 3 "_ 00 -- w r�8 _77.7,7177 eMv ce-1 Uvs3aas-ieoxl-aao eazasn i 669E-d'ON wall 3491 -!-S S IOaw odaQ (a39MU)SWiAG Al WESSV N00V39 w "'oma, ^ 0099'998 s£'+:xvd SVX31 JNIHSHIJ 341S4V02J 432J3MOd 23V10S £6(Z)H9d21dS z n 0c 131 IlSRIHO SndN00 to .1110 s d wr9L SVX31 91SMHo sndmoo S�IVl30 023VONVIS 100X1 g rn G yOZ£311ns'VnHV�NVUVo'N 555 (4602 ON09) o of -__Y� 1332US GHVd03�Ol t7 AWHOM 31HiS w o 8 OH0H NMO1S9021 OHO NOIldIaOS3o 1. 31tlo -ON NoISIn3a N011dla053o 1. Mv. ON NoISIn3a W a� $ J �d Sod fah S�h3 i N W I ...f ry� O 4A i d" ,q 11F1--j m ca ea € 0.4 e a n a a N cow 4 F Cy - W t.?"' u W � W W W M �'Q L6 - rc � W N OS'! o _j CL i ac�� UJ a Vl - �� LL Pri LLJ off+ yy�oo �' N rvd . o m c O l 00 eft11Ca, _ - E J t3 C•oC N Cod d [ _ as-a ui ti Z hie« s a, i W O > W J l o V / / h o .�1... a J CY r % ...... ...__ m W LC W z � F 81 W r O 7 w p _ NW vov 0 z O m� io «c-c m 1 �._ .. W a J s: l,Dy,oa� m © a x 0.1 hl l ae W v� W W .� m .. Z _j in LWir O = h vg^ �= a ° ° s1° r— y m oh $< O Z h E wro wm ° p y p`w e `yv 0 1 w m c p.....L 19 +N S)'uIW .0-L W ........ .. .0-.1 Is"e+ sl w o - �' - � tIY Eoto � a O mw F dfi w 8 x h h.d z f d a Z - qq c $ om c °°1i ori V a mZ f'sc o s°- = ao°i c i $ h +- $a h 5v "a> 8 d ° hm fig b + w N r" ° $ $ $ J e ow $ v 5- 'Ho y a ch 1 11 m '� g o d d ervn aiw - I (wl W _e ._ m° Y ° t ° a tl ; a v no �e ow = € .o o x k = as", ca IY t - a v � $ �g a1. $gdw o � hm � amW � g s _15. € . z° 12 % o t vq€- miC. Su -2 $ 7; S,91 te do _ m�d € 2sa m „ m LLm` m W we8S=04-LI......V 6mp El-IZ V.—S-BEOX.-aa0 L4Z464 o 669E-d'ON Wald 3d81 —!—S IO— odaQ (WnNIAMV)Sl Vl3G kl0A3SSV N00V38 w "'ma, 0099'998 SVX31 ONIHSVld 30IS(IM]a383MOd 2JVlOS£6-(£)VOJUdS z n OOlB98ffL9E"V+131 IISI8HD Snddoi }o A-Llo s d wr9L SVX31 91SMHO sndaoo SlIVl30 02JVONVIS 100X1 g rn G yOZ£311ns'VnHV�NVUVO'N 555 (4602 ON08) oof pa � 1332J1S o2JVd03l Ol t7 J VMH�JIH 31H1S w o 8 -__Y OV0H NMOlS8021 MO NOIldIaOS3o 19 31tlo -ON NOISIA3a N011dla053o A8 31V0 -ON NOMA- gv ° - L aP r m mu 'g om La ° rnu G Yl m $ m v$� O4 M '" v ^9- - — — w ' 4 `ofiv F F a F c p J m +a — H w w Sma° w W 0 Sz a z a w o a° & axw - oap T. + m c .-mo@ +' w E _ ��� f ry V ov ,`n, a z , w m m vvmm$ z °0 $ w p O 0. o v `S z a ° L z r u > -- 8 °E� + _ w w ow8o w w m + S $w �m d m � - z R Y O d$ m+S ` om Uv" amx$ $'£ �a am tl6 CC 3 d =off _ 68 ma v a F - w °- w to d w d. W Z m � `` z0 ° f M a d t a- w o c m o,n .. + ° ......1 Z Vf v _ ix m'S a_m NQ° N a T m ' w ..0-...,)I 19 ai°N as5)'°:W..0 .L o M t w0 o t9 W.smsl MA.o-•i o t me5�o d a ma m a$•°-' - v"° F + „ ._ _ = u mco m% v SL a w o T I ° 'e° $ "1� c $ S'v ° - 11 " $d a 2 d 8v� J vs+ I I .. o _ +am � v ap p n � fib$ ma L $g€ a wLLJ I LL be $ $ s o $ $ oo $ mEo a.1$+ e° - E --- �w 2 F PIP Hi Ywn° §4 "$ m m .s - 9 $n `m'M $mm m ° € 51 caH Fl. v n Ell a ° cj a2 8° ° m HNie 4m_ _ m� � ' �stm °� W wefiS=04-LlOZ Z4�V 6mp E4-IE v.—s-6EOXl-NNO 112464 o 669E-3'ON Wali 3d81 saoinuas IO— od.o $I m oose'aae s£'+:xv3 SVX31 SONIAWN 1N3W3AVd CIHVONV1S lVOWAI ZHONd z �' OOlB98ffL9E"V+131 IlSRIHO SndN00 to .1110 s z o o )d wr9L sdx31'ism o sndaoo S�IHl30 023HONHIS 100X1 G < x ria - ; ,y OZ£311nS'Hn HtlONV2iV0'N 555 (140Z ON08) � ~ h1332J1S 02JHd03�Ol t7 J HMH�JIH 31H1S P w o 8 OH0H NMOlS8021 MO NOIldIaoS3o A9 31tlo -ON NOISIA3a Nolldlao53o 1. M ON NOISIA3a x co s 8 0 ¢ n CL z 's W W _ � n " ua _ zz OJT Q ae i BgF • a m W`o L) mb• $ N 3 x crO p Z w a v Q M zo L'io x d gg o ZU,- x � 8 tjgN vL; o W - €"" % � ma> Ys�g - - `QrS � Wwa ffi-frs � oa ow4 ~ o_ - �, QZ J r.gr "R w aocm "cJ �m _j-J ¢ * �rri e � O_W a° < ` C7 a 0:0 �W> y Eom o W _ 9 ' V W W _j> H> J o=LLJ J / 5 n N Sp N K ' W W m 61o z Ld � b eco w m M _ R W Cy W LC Z 0 ¢av) cl- o m = uj kv.1aa o d u m m m 000 5€,`-F C7 a 5 $ $ t 6 Q L'iF- _ �I I µnr6 b w� a a -6 w� 71 m2 La LL pew s hz Ltg, LJ � ryELS� d � a - e �w M deo ] WotU s n W~at ` c c 6s .. r w sig w � � Ww9 des � d E $ z p z � nu —oo.1-u......y e ZNUWd-OboXl-aa0 L4Z464 o 669E-d'ON Wald 3d81 —!—S IO— odaQ SSNDRJVW 3�IzIOHd 43ZIH0103-d32i S2 zIMVW y ^ oos9'99a SVX31 03SIV2J JNISn 30NVOIf1J NOIlISOd Z6�Z)Wd z z 0 io 0 y a snd OOlB 98ff0c .131 IIS18HD sncido0 }o .1110 :S�V130 02JVONV1S 100X1 v G or9L sVx31'uslaHo aoo < x OZ£311ns'HnHVDNVUVO'N999 (140ZON08) � pa � 1332J1S 02JVd03�Ol t7 J VMH�JIH 31H1S -_ w o 8 _Y OV0H NMOlS8021 OHO NOIldIaoS3o A8 31tlo 1ON NO-77 N011dlao53o A8 31V0 -ON NOISIn3a 2 wLLJ N rr v `< s c z v m =cr O € i Q Ln F 5 Z Z cr OW GH.? 0 � J- LLJ z 77 10 g i � ZO CL 1 1 z Q au w .1 ol� u Iz 0 ui V) Ln Ld 2 CL cr O so N w w ° zx� z ° a h . j � W _ ~ m w { w a z w c z ° z n UI °— £r o ° ¢ w LL NI V) 0 r w W g �I Jo > cc SF J o a a of a a w m w z $ J X Z ° \ w " N z d a \L w O Dry d C7 d H ui LU Oo H o LIJ Lf) V) d ° = N m cc wm� v o CJ z H Y e ° g w b w W e _ � ~ Ul w Wok no- GS Q o u.i ° w LL a d ° ° � -t I z yea° L W a w y w w csd v °r rs d a —I CL J = w g - _ a a_e w - w> o a I--I H rr o C. M :a m d CC \ w z ° I.L J � W Y w Z W d D W � 0e Z 1— o b = w w 6 W < Z Z d w Ld Lu CL' w a w Z w o u « w p LL we�a-u-uozY.. anw zHz)wd-�ooxraao �azasn o 669E-d'ON Wald 3d81 —!—s buuaawbu3 10 IO— odaQ SAVE N?Jnl ld3l iv�i J(INV SAVMHJIH 0301AI4 S3NVl w e3N, 0099'99e ts£'t+:xvd SVX31 N23n11J31 AVM OM12J0J S9NI112JVW 1N3W3AVd Z6(£)Wd z „ N e y n OOlB 98ff0c,131 IlSRIHO SndN00 to 1110 s 1 d wr9L SVX31 91SMHO sndaoo _ _ S�IVl30 023VONVIS 100X1 rn G < x ria - ; ,y OZ£311nS'Hn Htl�NV2iV0'N 555 �460Z ON08) � o ~ h � 1332J1S 02JVd03�Ol t7 J VMH�JIH 31H1S -_ w o 8 _v �T/ OV0H NMOlS8021 OHO NOIldIaoS3o 1. 31tlo -oN NOISIA3a Nolldla- 1. 31tl0 -oN NOISIA3a - s v 8E i00 z cyr I <<v 20 '-- c xis°g ca+o w �m+o �osZmv €o a" °°ESE sg� t :° x` v •e x W = age E o•oo z-a W—t s� -?s a 2S-a gMas v M. n`r m w wa kok�°YP :°Ov o3 °o <�:8`5 1 o - 'R ❑ cr u O W 4 d ref s� m � pyo � az a r F- I I _j z - W M �g� W z a w 8� tQ-14 133a1S SS083 8Or" d W o z a � tA W Y m z ¢ e� d Iy g = 6 s z J m 00 u - ry tl w m $ z w `n g o -_ to o a s n = — w uj nl $ m e W t— [� IN ** o * NO I I zW KsH b W 0 � m - A1N V J I ° / } H tJ t03Z[381,SS0N `AVM•t1M1I "Lf' L� ° 133x15 ssoa3>�Mlra ,s,�/ E °- Ix a ~ � 1n3zI7rNn15-� `ArM-3NO1 H'-- �n n, 133815 SSM MONIA weza-u-uoz Y��ev anw zHe)wd-zaoxl-aao �azasn o 669E-d'ON Wald 3d81 —!—S buuaawbu3 p a—a -daQ NOI1dIa0S3O 1VIa31VW COI iM �} NN, 0099,998 0098'888'l9E'l+XVd SVX31 aJDMVW 103f809 aO1V3N1190:SL-1L)WO'80 oz -A, a OOlB 888"L9E"L+131 IIS18HD SndbOi jO A-Llj :S-1[V130 OaVONV1S 100X1 S ,� t078L SV X31'I1SMHo sndaOo O� Cn <X iia ,y OZ£311f1S'Vf1HtlONV2iVO'N555 (VWZON08) co of ~ ea° -__�/� 1332US GHVd03�Ol 77.1VMH01H 31ViS w o g \�/ OV0H NMO1S8021 Mo NOIldIaoS3o Aa 31tlo 1-ON NOISI77N011dlao53o A8 31Va ON NOls- X pp I x m m 2w x x -------- --------- -------- a 1(1 x x 0 m i i -- •- m a w ° Vs m xi ,rv, a w x `'c�oa Q �. �' o ¢ _ � � o•N ... s w LAJ Law r5 D `omOGa lilm G 0 ffia w- �` m of f�o aw k 9gSS �• �5.5P 8 +. g - a� m w c0 - Q +wa _ a w o i pamneoF W D. �a J PEib ea Sme� � �., arab �gm� ��oLL. E Z. le xc"IZ o m Ilk- m° m - + h C.� Cc xDry ; C.v N Z }} oo.rn o F ry a n o z a a Z- 0 + os c� w al a w aNE am U • N W C a 3 m ......... ON � a ^ y CTg DO Irl i b i m I II �� aV �m Cn �0 00 1Y poen.ne,�o..� ] Lr] Bf Z a 'oo oN ti a z r � x yi o a a + tr7 w z n m d a n c mG Chi O � z Lyrl P _ p yr # t«� w o • N Q.. _ O C N 1 x Y� y7AI y o�.000 p n� cz9 F h + F"Q m \\ \; `, ° a O Dai v a Z D`T-, •`- LL` "` ' a �'m .14 \\ VX A w p wm0 Qm+ SM 6 Z O p O 0- ....... ........Y4. 6mp S4{L)WOatbaXl 0 o 669E-d'ON Wald 3d81 —!—S buuaawbu3 ;o ;uaw;uodaQ S-1IVl301N3W30V1d col 0098'888'l9E'l+XVd SVX31 aJDMVW 103f80 8 aOlV3NI190:951-(£)W0 9 0 oz a OOlB X3888"19E"L+131 IIS18HD Snddoi jo A-Llj :S1IV130 OaVONV1S 100X1 S W t078L SV 1'11SMHo sndaOo m <X iia ,y OZ£311ns'vnHVDNV8Vo'N999 (4lOZON08) r' ~ ea° -__�/� 1332US GHVd03�Ol 77,kVMHOIH 31ViS w o g \�/ OV0H NMO1S8021 M0 NOIldIaoS3o A8 31tlo 1-ON NOISI77N011dlao53o A8 31Va ON NOls— c Im a a _ a� J m$m ° IX ao �WQ a p g � o Gf1 g rn - EC a� O u ENw 0 r - <s as m cdw" a _M c c oc F= .f[ 00 O _- y°, C ZQ i w` t a U _ W f zw O g qac w c O0.q to u o F ap a- o ° ov od r H -� Pi N �• °re iL O o V O 0 OD #O a L6 OC OP O o� O 8u� a O LmC N fS OV O C 6L O•� QO 2-6 r. �Ua.. O O UN, y o� 0 a Cry O O# L PrvYd YC. buN W �- m -C N N �a �€a "° �" a � 8g $ °� S mho a g - ® oL Pm 0-- 0 F `ryrya 3 0°W W VO >_ m° »5aC E O a. r- OON wo guN L Ny a+aa ttl3 a E s� W 0 0 Z - w n v °P p C P Q m_t m l M 6 v0°N 6 ry m m m v CJ' U N O 21 UyyyPyyy P N 6 m v°i u0iv N N O 6 tl o O 6 o ryry��}1 o K tl 0 LNd C O ctl0YtlJa .7w O P C°O z z °C f - W .o'.tl tl M6 CT b�n tlCM¢O 1Sid U tl Y > Nl pZo LL-40°1 U , 000 u'nN 00 000 bf d U> LLO - r 'v' n rte- d'tl m umi as v uv O ry°n p z "� w w } n m ' ovava z y � 1. 0-0- > - uv u' 4t ®, cP ^1I 6 $/ g E- Z/ (� w W Q rye ji > o-o Gry o- i#1 am'N P �`.'C p l�j o- C'4 r„) (, > cm a �@ c° .� m;ijl off' tl sz OZ #+tom �° I� � z z �. �\ x US 22. OZ L o W° g \� c L.. ,L E.z L. --V ® 6 e a m \ 20 S! �l weea-u-uoz Y..ey exp 0.0---0 o 669E-d'ON Wald 3d81 —!—S buuaawbu3 p a—a -daQ 1N3W30V1d 901A30 ONV'ONld Ia1S co dX31JNINOIS SIVl30 JNISSOO VOIIV9-1Ol ° 0098'888 z w d. So 0 Qy a OOlB X3888"L9E"L+131 IIS18HD Snddoi jO A-Llj :S-1[V130 OaVONV1S 100X1 tObBL SV 1'I1SMHo sndaOo <X iia :�� ,y OZ£311f1S'Vf1HtloNV2iVo'N555 (VWZON08) r'Io p� 0 ~ ea° � 1332i1S 02iHd03�Ol bb AHMH0IH 31H1S w o -_ g _�/ \�/ OV0H NMOlS8021 Mo Noildiaos3o —77777777 1-oN Noisi77Noildiaos3o ns Siva ON Nois— o- C anaE „ G CC _ o t _ 8,2 _ wTwaC Ra n Q -C ° d EEr �. GO wN E� « �O C N o W z aEa EE _ c E - _- N uN - •#ad E� E a ap L w a Z W rN N Rv Lo w _ w ¢6 F Lo 10 1 ° i 3P wp. vdaw pp°E iL o § cwd5 4 WW i maoE;d - # za r O OOmD d ER ¢_ Odn C z } ]]L110Gm 9 W w _ &+ qd. E�aw c x EE d� P dE aoOr ¢ N WdOC a Ew Vl ¢ OOv o8 3°�Go' ryC - ovaso dd�n MUOU +E P �. O C edi r f�' C o� ° z d Oir N >1 CE -d¢ w@ W O 1 o f wd Uo EEE ry V iWo�+C� 'EC'_ w Y m s m+ as �d ._ bac ¢ ow � amCc¢ �Scu' o oQ a 5"oio 2 oR> pa o . . o oU `R o d °av r°+�° o `o`cNNa"� ov yoo"dm P V1 u ¢ taro u ui no� ZZ 3e2 .1889x ,.�.. O a NOV O t�R vt ✓i - z � a w d w �, d + UJ t vo v � a d °�r�aaoaur v,o�ro�n0 W � (� a� nrN m M A d - W O E LO r\ LUQ LN� V ,vv ¢ L-t Ll1� d u CC L E � ad d _ a .aid mo dLLawn iH- `o'wc §o 0 z dE a d wv w m a000 .� 103 _ o mt o 0 'mow 'oJA° E- e va el a 1UP f aY , ®f N a � m R H -- ._ 3. m _ e - 4 4 3n wepp_�� _77,Z4,ay 6mp 9L(0 a0aS6aX1-aa0 o 669E-d'ON Wald 3d81 -!—S auaw daQ ONIdIa1S 8 ONINDIS a wcol 009e'998""":,V, SVX31 s�lvl3a� ssoao aro (z) voa� a 9 oa CO ° w d. o 0 Qy a OOlB 888"L9E"L+131 IIS18HD Snddoi jo A-Llj :S_11V13G OaHONV1S 100X1 S ,� tObBL SVX31'IlSMHo sndaOo NIo m <X iia ,y OZ£311ns'vnHVDNV8Vo'N999 (4lOZON08) r' ~ ea° -__�/� 1332US GHVd03�Ol t7 AVMHDIH 31ViS w o g \�/ OV0H NMO1S8021 M0 Noildiaos3o —77777777 1-oN Noisi77Noildiao ns Siva ON Nois— e�o�o . H gni �� ° C7 NO Cp O+ E e n _ 0 zwa °� i ° p �7.YY1; o;` � x O �'°�' mm c Q LLJ .°- xa �"� � � z va °a e° x a c # O _ w r. * F-- a N_ as o " <o ao pt _ ti ®Nao av Ee mm �M I `� aoac '� �'" " a + o N Y - w - ° N ox o " �' �- N m0 8' m rc �� 6J ° 0.1-S r�r _6 O:m 1Y Nfx 4 � n a 19 o mom` ofi + ottlw / �� z Oe z a OF 6d0 u*iaf 6ut6 of 00 '-a • �-NMm v u�t� E.2 N� .2t (� P4 O O � N � L N P• N � py `V •_ N N N N M'd M z a 66 ao q � � ®° o H 6& �+ ;"Y+ L - loco vC z LcNo mQ Ft z m 0 Of 6.OµC¢ OOiNL W ECC 0' y� y W a U O d to O ••••••••• ^ - „ kM N L M }O + oao. xwL 'aMB N�p 'a • -u cmowo zSc�io= s mfi M, s OCA c OO'� Nei --_ ,� p°iap i0 mO�d.�.. - NCE0 c N + O + P ¢ �m N• Y .O" 0_ O .o-cO O+'J 63'00 YC OG .} �C' w 0° V, 3.0 /y g".O f7�Cl w,ww- P6 ,',++��pON O 3 •C C,3LO,C C jT 9r& NV ti FJ ° cx � u oN$ ,< �N�Ce r�/�d{I HAL— ON Y C z W n " Qt Qt et o - v9 � z ,001 ° }.o, N ® N � w V) °a � m N L-1$C v K W G Vie, Dv v� T " �, C> CQ► 1.77.z 7, aMveNz)aoa�>axi-aao o 669E-d'ON Wald 3d81 —!—S buuaawbu3 0o a—a -daQ S11V130 lVOIdAl SNIMM COI ° 0098'888'l9"":,Vd SVX31 1N3W3AVd SNISSOaO OVOaIIVa:60-WdOa Fz � w d. o 0 Qy a OOlB 888"L9E"L+131 IIS18HD Snddoi jO A-Llj :S-1[V13(l OaVONV1S 100X1 S ,� tObBL 9VX31•I1SMH0 sndaOO cMIo Cn u <X iza ,y OZ£311ns'vnHVONV8VO'N999 (4lOZONOB) r' ~ ea° -__�/� 1332US GHVdO3�Ol t7 AVMHDIH 31ViS w o g \�/ OVOH NMO1S9021 M0 Noildiaos3o 7777777 1-oN Noisi77Noildia— As Siva ON Nois— o "002 _ r3 E. � s _ rn t! g w -«mom g s I � x agE :o da gdk *� E `s a J ffi W g� s4f� s spm . `q6 ZO -N vN $ < w w _ S o.� a� �.��� r0 9 .� Ec€ of o�a+u.m� b~ ...1�, cL p c a 68 � �$ oma agv s� a - h S.h gm� nM–�PRB °� '�`�S6 v'�3 EF wok' ems+ O Yr➢ 1p N 'Q C ,_ +O v „Ells At 0 10 v a a� r tut® aey oo- �Rr�$ _– 43-tt Fa .o € p= " 1,fi- p W2to o N a h O N >k'E7 ' —� �E Q Q O � O O O V _ C .0 N O c C Q L .o y C + O N j N 0 c� ..................... ............. V H r n qq, b O � c O J 7ro 9– � J ® -Np o > wesa-u-uoz Y��ev �/ eMv eo-wdwrn>axi-aao o 669E-d'ON Wald 3d81 —!—S buuaawbu3 ;o ;uaw;uodaQ STV130 8 S310N lVa3N30 SNOTS 301SOVO8 7VWS COI z �} d3�Nitl �'' 0098'88�'l9E'l+XVd SVX31 S11V130 w ONUNnONOIS:80-N30)ONS °z w d. o 0 Qy a OOlB X3888"L9E"L+131 IIS18HD Snddoi jo A-Llj :S-1[V13(l OaVONV1S 1O0X1 S tObBL SV 1'I1SMHo sndaOo <X iia ,y OZ£311f1S'Vf1HtlONV2iV0'N555 (VWZON08) r'Io Cn ~ ea° -__�/� 1332US GHVd03�Ol 77 kVMHDIH 31ViS w o g \�/ OV0H NMO1S8021 Mo Noildiaos3o 7777777 1-oN Noisi77Noildia— ns Siva ON Nois— m UJ '62 cn r, o°zs = w + aaa z w V) ;� o n -O p V 9 ' o J "•x 0 Via• agp� I �'� � �� �� �s� o mg � ��w2 -Z - - a ° ( E ° N m to } G w3 r o m F�o a w a m w o $ �OLLw .� �... _.. z 12 Nw 0 a 0 :°R1------------------------------------------------- « c � h m z 3 > o x �E a e a '> m VVV o w Wo c I Mn-.l�+'�y M ............................................ 0 ---------------------- ( r a w a ` w a x .� ...................... o ......... rye 2 g°� ,� mo •- a a •- m rc ewe -------------------------- ate...........}..- �,. _ «= J ¢L,J �: O W .,slll1 _ c ` LL C'7� rt� gym pLLJ n Q o y ------------- a x >c, �v 02 x, > X,<, LD J +®. o xa9 ail, n _ ,A N peri yrr � J 4.0.1 h � � �� 8 w �' a°az $�� Ir ° o 2- Ln q g 0- m p ° S S � � 5 .CcaM1 r' r •. °'&.�_ G�,RgS . Ln g VS 26. -r'.. k & ���' yr �^M.2 as #ra, �a - g_w_ ".� ;, a4 > Ir o fla t a< w m LO �T' ig, -7 7777 YO,ev aMv eoiNael aws�>axi-aao o 669E-d'ON Wald 3d81 —!—S buuaawbu3 p a—a -daQ VGiSAS 3SV8dllS ajvinDNVla1 SNOIS 301SOVOa WCOI z �} d3�Niea 0098'888""":XVd SVX31 IIVS SlIV130 ONIlNf10WOI NS�80-ll-dllS)OWS � °z � w d. o 0 Qy a OOlB X3888"L9E"L+131 IIS18HD Snddoi jo A-Llj :S-1[V130 OaVONV1S 100X1 S ,� tObBL SV 1'11SMHo S0da0o Cn <X iia ,y OZ£3110S'vnHVONV8VO'N999 (4lOZONOB) r'Io ~ ea° -__�/� 1332US GHVdO3�Ol t7 AWHOM 31ViS w o g OVOH NMO1S9021 M0 NOIldIaoS3o Aa 31Vo -ON NOISI77N011dlao53o A9 31Va ON NOls- � a N h a J z V7 O CL 8 xxa tls sg W a J b MHCLa 'o w. �EE.4 on v �..° g v 1 Qm `3 a �. 2 4 < J J o 90t ®o +gym g� - H 4 GO imf -S� € � 9w€ �� !I€ �` -w p m $ V�amx E,E = am-V9,2-`s "= Zg �` 20 $-,- a CV ML x= we°wo a!Fzoo£�a v 0 o 0 os W a.—i.m�vi'tl a — Da aW L h C.x-L.0 N Q a O•-t tl m NPit2S m m'O L W Oo.a �ccmar ,ate,+�m_ >a �•— � w J L+ c>+ a as c ^^ Ir a cCi>avL m 0 W •—oae L C a L X m+/> >I- (' Nw�Ld L L L LR-O'O �g < z W _._ . NL.atlum+�acpv}io I— 4a-fl..J.0 W Ew a i ^. wmwwm 'v U J O / D Gy � .,gym m E m o fl I Cf 0 H wesa-u-uoz Y7 Bey exp eo-(ra-)awse>axi-aao o 669E-d'ON Wald 3d81 -!—S buuaawbu3 p auaw daQ w31SAS 3SV8dIIS aVIf1ONVla1 SNOIS 301S0VOa WCOI d3�Niel 0098'888'l9E'l+XVd SVX31 IIVS SIIV130 w SNI1NnONOIS:80-(Z-dIIS)OWS W °z w o 0 Qy a OOlB X3888"L9E"L+131 IIS18HD Snddoi jO A-Llj :SIIVl30 OaVONV1S 100X1 S ,� tObBL SV 1'11SMHo S0da0o O Cn <X iza ,y OZ£311ns'Vf1HVDNV8VO'N999 (4lOZON08) r'Io ~ ea° -__�/� 1332US GHVd03�Ol t7 AVMHDIH 31ViS w o g \�/ OV0H NMO1S8021 M0 Noildiaos3o —77777777 1-oN Noisi77Noildiaos3o As Siva ON Noes— " £7 V) I t = t �- d F- Ln W CL N x z 1 S. ao.a:".� a aoPo°� 8`a'R�i q H D_ N w+ g`c..°'o§ "5fi``u'" bh2t " om�. weod�.� ~ H .._L ................. �S=aro" '�b��amwd %ru o -.�°. .`^_ 4.N g o a®e 2,aa®r.o".o nb�® " a�tyvwrw `b �,._w = i $a Z O V7 -�21. b,wo b b Q w 7 Sa H <0 Ub bLog c a Y V) g-u. o �ao- �W=��amwogBw`sduo "a w w S I— `� fi.royolnBaa IoM — o ........................................... 1 m erg a � X�E���' � •o a�.'. � � r--- eat 2 I cm a az 6.8.E xg6 u. _ N 8� }8bw L._w m u - a - °' 01a ti _ a �L � owo w ad m 1 m � M ILL 9 y w„ M -Z R ............. I- A J, i H i -8 L Yl m v�` w x 0 o n i 3k $ W wam-u-uoz Yl,,dv axp eo-(z-dnsl awsrosaxi-aao o 669E-d'ON Wald 3d81 —!—S buuaawbu3 p a—a -daQ VGiSAS 3SV8dIlS ajvinDNVlal SNOIS 301S0VOa cal z �} d3�N i✓el �'' 0098'888'19£'1+XVd SVX31 IIVWS SlIV130 ONIlNf10W NOIS80-1£-dllS)OWS °z a OOlB 888"L9E"L+131 IIS18HD Snddoi jO A-Llj :S-1IVl30 OaVONV1S 100X1 tObBL 9VX31'IISRIHO S0d2i0O r, m u <X OZ£3110S'vnHVDNV8V0'N999 (VWZONOB) r'Io of ~ ea° -__�/� 1332US GHVdO3�Ol 77.1VMHOIH 31ViS w o g \�/ OVOH NMO1S9021 Mo NOIldIaoS3o Aa 31tlo 1-ON NOISI77N011dlao53o A9 31Va ON NOls- +md g� FF F N O a Z. w in w a x fr € Ln CD z CL ga �L HE EJ 1 �o ag H a ca F.ro+olnBaa 6�1woM .... .......................................... Ru xix ago I I as ma � r—t —o� € sxa�y�s � o� - ry �s + P ,=A O, & + E y w o 6 6®.a " e am �m a m a x ® _ +° II � z } s�ta.g cw n r� 9 � m :-� �'1u � ��xio-tx6d �-aa oe� waea-u-uoz Y.Bey exp eo-(rdnsl aws�saxi-aao o 669E-d'ON Wald 3d81 —!—S buuaawbu3 p a—a -daQ S1N3W3NIf g0 l NDIS IVOIdAl co N "'myy 0099,998 s£'+:xv� SVX31 s (a)asl d w� 0, 0� y $epi' OOlB "L9E"L+131 Il SINHD snddoO to AIIj :SIIV1300NVONV1S 100X1 S , i 10 *;P! ji tObBL SV X38881'IlSMHo sndNOo _ _ co Q Cn <X ira - t OZ£311ns'vnHVONV8VO'N995 �4lOZONOB) ~I� -__Y� 1332US GHVdO3�Ol t7 JkVMHDIH 31ViS w o 8 GV0H NMO1S9021 OHO Noildiaos3o 7777777 1-oN Noisi77Noildia— As Siva ON Nois— §o 2 I o CC Z aa� € _ 18 t {� W as ¢ N AA d a N w s B a a IL>- w~ w N m - nd y�� S.g `�' ` $ `288o c F z I— - iF Q m' 0 - z d8o 8 �n 8 afi P8 W CS z g Z v a Z P F w zinz w � W w mu w w W W N � w a J w u Z i r N a CL S. ......... �, to % J a o 6A< 0 Ly� J Uj Ln D a9 w= n WZW _ 9 WIr u 41.— a to Wa J a W — a u ®° r W z� LLLN z z M cs L PU7 z W vNrr _ Cy Nsls/ IL V, MO z w c 0 x Lw , LL ^ w n W o W _ - _j® V) v o x W o Z Zt3 W r LU c W F LL yr WLLJI Q W L1r wefi0-ll-LLOZ Z4 gay 6mp El{6)asl-ZSa.l 0 i 669E-d'ON Wald 3d81 -!-S buuaawbu3 p auaw daQ (l 3dA1)831a8V81SVO38d COI d3�N iYY �'' 0098'888'l9E'l+XVd SVX31 a31aaV8 313aONOO 31130ad MOl£l-ll)BOdI °z w o 0 Qy a OOlB 888"L9E"L+131 IIS18HD SndbOi jO A-Llj :S-1[V13(l OaVONV1S 100X1 S ,� tObBL SV X31'11SMHO sndaOO O� Cn <X iia ,y OZ£311ns'vnHVDNV8VO'N 999 (4lOZON08) r'Io ~ ea° -__�/� 1332US GHVd03�Ol t7 AHMHOM 31ViS w o g \�/ OV0H NMO1S8021 M0 NOIldIa0S3o Aa 31vo -ON NOISI77N011dla053o A9 31va ON NOls- my Li of v v m u L _ � a Y s -m a� .a °� vc _j Y } a -{I 1 Q O ©m mW 1 u o a n ® o � M� Nw ii m va n� o m ti d. m o v ov + +. w awry v W H <r d ° T m c :� tJ W o m z m w + c c c J � y w d ILI 1. b F Yw W w � Ir �.......I o I � � V, •s.. ry ,n tv p u + e- w 2 - ( x N 0w � x o , v W z a m v p J T i- vY O 61 C7 r�"1 N W m wx r m n ry m W v a n Z oz - ...... w m � o s m --___--------------- T� = O 6 + V . r �+ - E XY r a Lo ll 2 0 0 I Lo _� ft o E� 27 2 o ' m li!_ '� cu c v - W ui w o i i o_o y a W o w it m � 1 we0........Z4. W E4{4)8odltSOX1-aa0 o 669E-d'ON Wald 3d81 —!—S buuaawbu3 ;o ;uaw;uodaQ Q 3dA1)831a8V81SV038d COI w �} d3�Niel �'' 0098'888'l9E'l+XVd SVX31 a31aaV8313aONOO 31130ad MOl:£l-(Z)80d1 °z x o Qy a OOlB X3888"L9E"L+131 IIS18HD SndbOi jo A-Llj :S1[V13O OaVONV1S lOOXl S w tObBL SV 1'11SMH0 sndaOO Cn <X iia ,y OZ£311ns'vnHVDNV8VO'N 999 (4lOZON08) CO of ~ ea° -__�/� 1332US GHVd03�Ol t7 AVMHDIH 31ViS w o g \�/ OV0H NMO1S8021 M0 Nolldlaoslo 7777777 1-oN Nolslnla Nolldlaoslo As Siva ON Nols— ILI EF w� + , a E ^' m W Q N ^ z a`........... W L d m m UJ m o W V11— d ai y w N a F V CD n a� W x a v U a 6 Q J Z d o x F = gE �� w O a ' K U c � ti F a --- / N _ �� � x + _ aS. v� U�� a. a z _ z ... .. 0 z w o u 4 cunao 3 Z acy Nz ` N o C _ I I 4o Nt 0 _ au _ d t N n> N E _ a r CN 11 Q p n N 0 +<x w o I z I 1 _ I I O 0 1 I a u ut v + d - o 01 Ll r- dnP h- ry .r O o Z Q 2 4. F L V >t m I ^� � m O O^ ty I I I Z J•• ._ CViv M i f ._ I i m IIL w I I r - t u n ti Jj I I h gwoe as 51,112 G I 1 G d k � I I 5 n y a I I �`v. •� � m � r- - r o > > z v U I .... �'- r a t o N I I � _ — t N I ----• "o a m° �M 1181H0 aJSI Ic c.�v �,r.... Z ti•" \\In^v � \\ O V ro s 6W ' > e we0........Z.. W u W 90dY65aX1-aa0 o 669E-d'ON Wald 3d81 saoinuas buuaawbu3 ;o ;uaw;uodaQ 108iN00 0133V81 AVM-ON113NV1-3NO CO VX31 Nd 101N000133ValZ-�Z-Z)d01 I ° 0098'88� z w So 0 Qy a OOlB X3888"L9E"L+131 IIS18HD SndbOi jo A-Llj :S-1[V13O OaVONV1S lOOXl p tObBL SV 1'I1SMH0 sndaOO <X iia :�� ,y OZ£311f1S'Vf1HtlONV2iV0'N555 (VWZON08) COIo Cn0 ~ ea° � 1332i1S 02iHd03�Ol bb AHMH0IH 31H1S w o -_ g _�/ \�/ OV0H NMOlS8021 Mo NOIldIa0S3o Aa 31tlo 1-ON NOISI77Nolld-- A9 31va ON Nols- «�r a30 z U a x 'a ° s z v. a ° E - - t o g q U J w o v 19 I RIE � U jm m a w a F`9 6° G i °A <,ar� 1, U 10 L o a M 6, off. G w .0 rcu w7, K W v LU uj LL , z h a f Jaz 1T `1fi Y/ / N O0 ~ � � ,1.,�.w w oo r I I � I •• W E a � ,....,; z m� O U LLJ z c o w WI J w � o u� w�a: a r�-�� ns r.�w r,m .aa wa• m ° .-w_ � -,,, fr o Ln h ce o }O n: Lxl e7-( _..-....._.._. _.._.._- oo oaW'_ _..__. a_ o°���zl,m4i 8 "uiW,OS ,Sl X X X d5 — �• — — CL W J t Q Z 00 n 0 zo / ix 0 � q N we64-11-LLOZ.... 6mp Z4{y-Z)dOlSSOX1-aa0 o 669E-d'ON Wald 3d81 —!—S buuaawbu3 p a—a -daQ SOa IVNOIIN3ANOO 3NV1111f1W S3af1SOlO 3NVl COI 0098'888'l9E'l+XVd SVX31 Wa31 ONOI NVId lOalNOO OlddValZL-�S-Z)d01 °z w o 0 Qy a OOlB 888"0E"L+131 IIS18HD Snddoi jO A-Llj :S-1[V13O OaVONV1S 100X1 S ,� tObBL SVX31'IlSMHO sndaOO N Cn u <X iia ,y OZ£311f1S'Vf1HtlONV2iVO'N555 (VWZON08) co of ~ ea° -__�/� 1332US GHVd03�Ol t7 AVMHDIH 31ViS w o g \�/ OV0H NMO1S8021 Mo NOIldlaos3o 7777777 1-oN NOISI77Nolld-- ns 31va ON Nols— °gg gp 'S Z uj c I a V $ o v rP� .. rS}w w a oS Q> s - o kgs " w � gm "� g 8a "Jc' ZO u a u a LL U %& m 8� _ Al 4 ¢ - w �ZI- F w m # - a $ l o >m w 1e Z dog X83� �$aesg Ni-' C3 Ni- g �.�c9 Noa t a Via* amo� .nay, 10 � w �E,}::�E �ES Z. o X xzw " eutaoas ,oz `�. o saaynaP Z/- ------------ -- a lW l aoaaav,00z ---aoPas-y,6ip----- e .--- ----- I , •u�w G! .OE (F X (tel E/l IAJ >fsPOnoWS """t �apinoWS 0 a a s a n J N N W _.. z C �apq nogg I 1) )� -P 1-145 O C >Y w w rc� �5J' YC ' _`c 0 a p vc mai i7. uvr uv L+n urn ua uZ 11 0 aO F2Ww yL p.Q ,r u wry1�Q r,Xa,dda '�„dtll 712m— e # x 7'��, J/ C7 �j aaP laoWS Ld 0 O J N WJ ._._....., ___ Z `x .............. J w s .f c p WdW 050 aaJ.x£ l� ,....sea 24 _ i�+ +om a �• 0 x�a Xa•��aW� a� z3 we44-11-LIOZ Z4�dy 6mp Z4{SZ)d019SOX1-aa0 o 669E-3'ON Wali 3d81 saoinuaS buuaau,bu3 ;o ;uaw;uodaQ SlIV130 Sn03NV-M0SIW w "'?m y ^ 0099'99e sE.�,:xv3 SVX31 1SV032id Si2JAA�n0 X09 OW-dOS z n OOlB98ffL9E"V+131 IlSRIHO SndN00 lo 1110 s w d wraL svx31'uslaHo sndaoo S�IV130 023VONVIS 100X1 g 0, G <x y OZ£311ns'vnHVONVUVO'N 555 (761)Z ON08) ml o -__Y� 1332US GHVd03�Ol t7 J.VMHDIH 31ViS w o 8 OV0H NMO1S8021 OHO NOIldIaoS3o —77777777 1-ON Nols,77Nolldlaos3o A8 31V0 ON NOISIA3a L or - �n C) L v � o �y a v o0 e - °U W i �kR F t - .. i m�Y3 - v � U w ZO LU a� s + l 1 1,12 LIE' + 16 v M- °z + T o � m Q o 1 d E c Q v �� ax v_ <<ovo -:°' °" >,'o >.ti- "vo Zva �'a�r<:+. C CJ C) ) O US U C_) OC) C) C) C N o x M v n Lu u �i 4 f S Va v' Z '< N:. ° N a m r ao - c+ _ h �+ <� a m a a a a � W w C) ui c �n� m C) 0 p O r Ow,l~ �)a U r O. 11 Ln Cw uw m ++ u 10 3 U - z w ¢ E� C) 0 9 ^ q w LU 7 in La b 0 w �w � 2 b .,� t w ui �w mei-u-uoz Y�gay �v ow-dos-als-loaxrasoxl-aao 11zasn o 669E-3'ON Wali 3d81 —!—S buuaau,bu3 p a—a -daQ Nvds,.o,s 0099'99e s£.�,:xv3 SVX31 1SVOAHd SiHz]A�n0 X08 3�SNIS 5-dOS z n OOlB 988"0c,131 IlSRIHD SndNOO to ,1110 s w t d wr9L SVX31 91SMHo sndaoo S�IHl30 023HONHIS 100X1 g G <x y OZ£311ns'VnHVONVUVO'N 555 (76oZ ON08) ml o -__Y� 1332US GHVd03�Ol t7 J.HMHDIH 31HiS w o 0 8 OH0H NMO1S8021 MO NOIldIaoS3o A8 31tlo 1-ON Nols,77Nolldlao53o A8 31tl0 -ON NOMA- c IF- vi ...,.,, p......, .b....-,.. m i }J N U g CEJ U1 z U a • >G a L -- e,.. b e _ o z. o o m a0 0 o i� I o u N .uj,a w o g° o 11 S a m N M a d m lli r w w Z i O W � H Q 0 1 w n. „ O 4 a w n o tea a z v Z a m 0 m z a �) LL �(� w (� L j Lb Al— C� W 77 u 4 v - L C� a a ................................................... ............................. ............................ .... ..... ..... ..... ..... ..... ..... .......... .............. ........................... J oy P�ePvetr r„(y fa -31,`E p iv 3_Y6 wez.-u-uoz Y..ay eMv s-dos-als-loaxresoxl-aao 11zasn o 669E-3'ON Wali 3d81 —!—S buuaau,bu3 p a—a -daQ Nvds,.0,9 0099'99e s£.�,:xv3 SVX31 1SVOAHd SiHz]A�n0 X09 3�SNIS 9-dOS z n OOlB 98ff0c,131 IlSRIHD SndNOO to ,1110 s w t d wr9L SVX31 91SMHo sndaoo S�IHl30 023HONHIS 100X1 g rn G <x y OZ£311ns'VnHVONVUVO'N 555 (76oZ ON08) ml o -__Y� 1332US GHVd03�Ol t7 J.HMHDIH 31HiS w o 0 8 OH0H NMO1S9021 MO NOIldIaoS3o A8 31tlo 1-ON Nols,77Nolldlao53o A8 31tl0 -ON NOMA- o � I CL y F`- w C N N [ U ag C,J VI"1 • ,,, v 6-6 z �' • ,,.v a. a. v � � S' S, y z a - p i 0 ou s _.. '7.. �° Uf ,n C .w,! , z w a ¢ O J w a 1 VA�IVA.. z : Ld 0 0 u H Q 0 1 w „ O 4 n. + a w n otea F i f `5 v Z a m 0 m z a �) � �I>Al 1 o w 1� w Lb Taw C) ' - - - a Q H,v Fn C ................................................... ............................. ................... ............................ .... ..... ..... ..... ..... ..... ..... .......... .............. ........................... G�_' HUN H o - J ,.- oy P�eP�etr r„(y fa -31,`E p:v 3_Y6 wee.-u-uoz Y..ay eMv e-dos-als-loaxrssoxl-aao 11zasn o 669E-3'ON Wali 3d81 saoinuas buuaaurbu3 /o jd—w odaQ Nvds,ro,9 � _ � w "'?mty ^ 0099'99e s£'�+:xv3 SVX31 1SVOAHd SiHz]A�n0 X09 3�SNIS 9-dOS z n OOlB 98ff0c,131 I1S121HD SndNOO to .111O s W t d wr9L SVX31 91SMHo sndaoo S�IH130 023HONHIS 100X1 o g rn G <x y OZ£311ns'VnHVONVUVO'N 555 (460Z ON08) ml o 1332US GHVd03�Ol t7 AWHOM 31HiS w o 0 OH0H NMO1S9021 MO NOIldIaoS3o A8 3177 -ON Nols,77Nolld—s- A8 3170 ON NBISIA3d C I .. 1 .. o m ~ __ _ m a. U,1 x c _ 'Al C z U Go a 2 ,> a: k U o ry m aC n wzm M– a, Lu S o o V10 x r C, v's 5 o I W o `e q z n- R Lu " o c, ac nR w o4 La w z a aC v a 1 J,_..� �9 p� W ca Z o 7, 04. u z w a:,tu u C> Q � �� LLI as 0Wz a J 0 � U n a 11. ............... bl l�f 15 6 \\ 4n m G R d o o ti ff G U n n m G7 " "" K, v v4La 4 - V Ala wee.-ll-69Z Z..�7 6my 8-dos-olS10-09-1 odo 11— i 669E-3'ON Wali 3d81 saoinuas buuaau,bu3 ;o ;uaw;uodaQ } y ^ oo99'aae s£'+:xv3 SVX31 3SH91SV032id 8d sy 'I 0c +131 IIS18HD SndNOo }o A-Llo s = w d wraL sVx31'usm o sndaoo S�IVl30 023VONVIS 100X1 g 0, G <x y OZ£311ns'VnHVONVUVO'N 999 (VWZ ON08) ml o -__Y� 1332US GHVd03�Ol t7 AWHOM 31ViS w o 8 OV0H NMO1S8021 MO NOIldIaoS3o A8 31tlo 1-ON Nols,7 Nolld-- A8 31V0 -ON NOISIA3a ' I E £ , 3 ......_.111131 111 f. _ 0,03d SHL,03H Sig S1 __.NCN He Sa Sa3S7a G390G3a Sa3SId 'mry NXW,.9 z s C Ul) rc ¢ ¢ W u a u o h T zw 6 i w c o W mac` W 44 ro so Qd: 11 ti� Si. .fit� �W T �.� anti M c tl 6 ttl 4 W ¢W Ix rYG ¢ LLiW C(.yb G y QN.0 CG s�ti MhnW MMut W �#;_ cn W. yy may w ¢ vi Iqu n t- � t� tt W e �.. . 4 } , ro � ooaa SV a.n3a S SL NIlN has Sa .Sa3Sla G3JPG3a S'a3S7a - :. N1d9G k'4'sV '^ w 'm w r 2 N pULJW ll K II V IT Lu U ���h >Cha' ��-r-�•- uj CL _ ^- z �} .. �Yl r W 1 � 1 y ! h Ui G 2 I �1 CLCS __ __ __ oy P�eP�etr r+ly fa -31,`E p iv 3_Y6 web.-......Z Z.gay 6mp 8d-olSl0OXl-L9oXl-aa0 14Z464 o 669E-3'ON Wali 3d81 —!—S buuaaulbu3 /o a—a -daQ X09 N0110Nf1f(INV 0099'99e s£.�,:xv3 SVX31 3SH91SH032id 2304 H1H0 NSIS30 a4d z n OOlB 98ff0c,131 IlSRIHO SndN00 lo 1110 s w d wr9L svx31'uslaHo sndaoo S�IH130 023HONHIS 100X1 g 0, G <x y OZ£311ns'vnHVONVUVO'N 555 (761)Z ON08) ml o 133231S 023Hd03�Ol t7 J.HMHDIH 31HiS w o 0 8 OH0H NMO1S8023 MO NOIldIapS3p Ap 31tlp 1-ON Nols,77Nolldla— A8 31tl0 -ON NOMA- r:. r nr ne{aril m W ....... ........... v Cr Iry rou aw. QU. LU It h a,51 n �n n O o Q Coq } m 10 U) v x u`] U � w Lum m „b r1„ r at,^311 G. .sa r'rfrll� yr w m m e o v, iw �, e b co m s to o m m m m m m � c o u o a llt l l+�h cw <rc rLS iiutii uc N m15 Y�af.S m c�c rc cw .� c ,� - c c c c c c o c c i o o ti c o 0 o c. cx o '. 91 lretl5 Gr oM,,,,. W W �c ,b r m % ^ cH o upf5 iorJ.S._.. ` m m v t( 4 b u h `n y s xu,�u ,a:+s Brous a - ------------ aGm e ro nas enaa u�t+s uovs z I. I- fiiPdl kGGI r,1r/J.tr,rii t.sl+'!d.ld (FJd)ii—asa�a:d I 31Y web.-......Z Z.gay 6mp ppd-p1SlOpXl-Z9pXl-aa0 14Z464 009101 ADDENDUM NUMBER 01 Old Robstown Road from HWY 44 to Leopard Street Project: (Bond 2014) Project Number: E13098 i City p - f Owner: Cit o Corpus Christi City J Engineer: Jeff H. Edmonds, P.E. j Designer: Martin Timmerman P.E. II Addendum No. 01 Specification Section: 009101 Issue Date: May 12, 2017 Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. l Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Prov 't 5/12/2017 Edmonds, P.E. Addendum Items: To delay bid opening by one week. New Bid Date: May 24, 2017 Time and location remain unchanged. f ARTICLE 1—BIDDING REQUIREMENTS 1 1,01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgment Farm submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgment Farm may render the Bid as non-responsive and serve as the basis for rejecting the Bid. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS B. SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS—Article 3; SECTION 00 30 00 BID ACKOWLE DG M E NT FORM—Article 1: 1. The date for receipt of Bids has been changed to Wednesday. May 24,2017. The time and location for the receipt of Bids remains unchanged. END OF ADDENDUM NO. 01 Addendum No.01 009101- 1 (Old Robstown Road -HWY 44 to Leopard Street(Bond 2014) Rev 01-08-16 1% 009101 ADDENDUM NUMBER 02 .................................. . Project: Old Robstown Road from SH 44 to Leopard Project Number: Owner: City�q��CR Carpus Christi E13098 city Engineer; Jeff Edmonds,P.E, City of Carpus Christi Designer: Martin Timmerman, P.9. CH2M Hill, Inc. Addendum -—----- --...........Sp_eclficatlon No. 02 Section: 009101 Issue Date: Mair 16, 2017 Acknowledge receipt of this Addendum�rM�the ithe Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum Bid Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. ........................................................................................................................ .......................... Approved by: Martin Timmerman,P.E. fi /16/2017 Date )Gdii�d u"M Items: 6 Article 1–Bidding Requirements f �� f 1 Article 2–Modification to the Specification or lie Technical Specifications 00 14 Article –Modifications to Drawings hL TIW11,101,�,N Article _ _4–Clarifications 40. . ....... ... .. b i ( )13 H oF Attachments: Bid Form(Attachment 1) Plan Sheets(Attachment 2) ( f 1 Appendix(Attachment 3) A/ b4i�"/�c-----"---`-" TBPE Firm No.F-3699 ARTICLE 1–BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non- responsive and serve as the basis for rejecting the Bid. Addendum No.02 009201-1 Corpus Christi Standards-Regular Projects REV 04-02-2014 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. None. 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 30 01 BID FORM B. Add the following Specification Sections (or Technical Specifications): Added Specification Sections(or Technical Specifications) SECTION 00 30 01 BID FORM (Attachment 1) Appendix(Attachment 3) 2.02 AMEND SPECIFICATIONS (OR TECHNICAL SPECIFICATIONS) A. None Addendum No.02 00 9101-2 Corpus Christi Standards-Regular Projects REV 04-02-2014 ARTICLE 3-MODIFICATIONS TO THE DRAWINGS 3.01 ADD OR DELETE DRAWINGS A. DELETE the following Drawings: Deleted Drawings 3—GENERAL NOTES SHEET 2 OF 2 4—ESTIMATED QUANTITIES SHEET 1 OF 2 5—ESTIMATED QUANTITIES SHEET 2 OF 2 6—TYPICAL SECTIONS SHEET 1 OF 5 18—DEMOLITION PLAN STA 10+00 TO STA 19+00 SHEET 1 OF 5 19—DEMOLITION PLAN STA 19+00 TO STA 29+00 SHEET 2 OF 5 20—DEMOLITION PLAN STA 29+00 TO STA 39+00 SHEET 3 OF 5 21—DEMOLITION PLAN STA 39+00 TO STA 49+00 SHEET 4 OF 5 22—DEMOLITION PLAN STA 49+00 TO STA 55+99 SHEET 5 OF 5 27—OLD ROBSTOWN ROAD PLAN AND PROFILE STA 10+77 TO STA 14+00 70—PERMANENT PAVEMENT MARKINGS SHEET 1 OF 5 77—SWP3 PLAN STA 10+00 TO STA 19+00 SHEET 1 OF 5 104—DRIVEWAY STANDARD DETAILS SHEET 1A OF 3 B. ADD the following Drawings: Added Drawings 3—GENERAL NOTES SHEET 2 OF 2 4—ESTIMATED QUANTITIES SHEET 1 OF 2 5—ESTIMATED QUANTITIES SHEET 2 OF 2 6—TYPICAL SECTIONS SHEET 1 OF 5 18—DEMOLITION PLAN STA 10+00 TO STA 19+00 SHEET 1 OF 5 19—DEMOLITION PLAN STA 19+00 TO STA 29+00 SHEET 2 OF 5 20—DEMOLITION PLAN STA 29+00 TO STA 39+00 SHEET 3 OF 5 21—DEMOLITION PLAN STA 39+00 TO STA 49+00 SHEET 4 OF 5 22—DEMOLITION PLAN STA 49+00 TO STA 55+99 SHEET 5 OF 5 27—OLD ROBSTOWN ROAD PLAN AND PROFILE STA 10+77 TO STA 14+00 70—PERMANENT PAVEMENT MARKINGS SHEET 1 OF 5 77—SWP3 PLAN STA 10+00 TO STA 19+00 SHEET 1 OF 5 104—DRIVEWAY STANDARD DETAILS SHEET 1A OF 3 Addendum No.02 00 9101-3 Corpus Christi Standards-Regular Projects REV 04-02-2014 ARTICLE 4—CLARIFICATIONS 4.01 QUESTIONS A. Question: "Will the project include work in the railroad right-of-way?" Answer: "The plan repairs depicted within the Railroad ROW, approximately 50LF,will not be needed under the following Addendum No.2. Further communications received from the Railroad after bids are received regarding ROW encroachment, may prompt additional contractor negotiations to be conducted during the construction phase of the project(i.e. permits,insurance,flaggers, etc.)." B. Question: "Is the Demo summarized into different items?" Answer: "The Plan Sheets have been updated with removal quantities. Items to be demolished and removed will not be paid directly but shall be included under'Demolition and Site Preparation'for payment." C. Question: "The Appendix items Exhibit A, B, C, and D were not included in the Civcast Specification book,will they be added to Civcast?" Answer: "Yes,the Appendix items Exhibit A, B,C,and D were added to the Civcast Specification Book." D. Question: "The typical section calls for a surface treatment but there is no pay item for surface treatment on the Bid Form, will one be included?" Answer: "A pay item for surface treatment has been added to the Bid Form." E. Question: "The Demolition Sheets have notes indicating 3 areas of possible soil contamination. What does this mean?" Answer: "The notes on the right side of the Demo sheets state that the Contractor is to contact the Environmental Programs Specialist listed in General Note 1.2 if contaminated soils are encountered." F. Question: "Regarding the AT&T manholes to be adjusted, who will furnish any necessary materials?" Answer: "Please refer to Note 1-13 of the General Notes,Sheet 3 of the Plans." G. Question: "RE: Bid Items H1 & H2 - hydrant assemblies- bid summary calls for two Type 1 assemblies and eight Type 2 assemblies. However, all ten hydrant assemblies upon the plans have a 90 bend on the lead (and thus appear as all Type 2 assemblies).Which two hydrants are you calling out as Type 1?" Answer: "FH-1,Sta. 17+11 and FH-9,Sta.51+99. Fire Hydrant types are noted in legend on right side of Street& Utility Sheets." H. Question: "Regarding the deflections:these are being run with 8" ductile iron pipe (O.D. of 9.05").As they are being connected to an existing cast iron pipe, and as cast iron, depending upon the class of it, can have and O.D. ranging from 9.05" to 9.60",some sort of bolted coupling will probably be needed at each connection. (Perhaps a Ford Ultra Flex, or Smith Blair model 462.) Upon which bid item should we place this cost?" Answer: "Costs should be included in the bid item price for MJ 45 DEG BEND." Addendum No.02 00 9101-4 Corpus Christi Standards-Regular Projects REV 04-02-2014 I. Question: "Bid Item G24 Remove exist 18" RCP culvert and backfill with cement sand. Do we backfill the full depth of the excavation or do we backfill the top 3ft only?" Answer: "Backfill shall be cement stabilized sand for the full depth of the excavation." END OF ADDENDUM NO. 02 Addendum No.02 00 9101-5 Corpus Christi Standards-Regular Projects REV 04-02-2014 00 30 01 BID FORM Project Name: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Project Number: E13098 Owner: City of Corpus Christi Bidder: OAR: TBD Designer: CH21VI HILL Engineers, Inc. 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 BONDS&INSURANCE LS 1 $ - $ A3 OZONE ADVISORY DAY EA 5 $ - $ A4 TRAFFIC CONTROL PLAN AND PREPARATION LS 1 $ - $ A5 TRAFFIC CONTROL PLAN MOBILIZATION/ADJUSTMENTS LS 1 $ - $ TRAFFIC CONTROL ITEMS(BARRICADES,SIGNS,&TRAFFIC A6 HANDLING) (PER MONTH) MO 12 $ $ A7 LOW PROFILE CONCRETE BARRIERS EA 50 $ - $ A8 ELECTRONIC MESSAGE BOARD EA 3 $ - $ A9 STORMWATER POLLUTION PREVENTION LS 1 $ - $ A10 BLANKET SODDING (ST.AUGUSTINE, INCL 4"TOPSOIL) SY 3,041 $ - $ All SEEDING FOR EROSION CONTROL SY 3,041 $ - $ Al2 CURB INLET PROTECTION EA 71 $ - $ A13 DEMOLITION AND SITE PREPARATION AC 4 $ - $ A14 PRE-CONSTRUCTION EXPLORATORY EXCAVATIONS LS 1 $ $ - A15 CONTRACTOR UTILITY COORDINATION LS 1 $ $ - SUBTOTAL PART A-GENERAL(Items Al thru A15) $ _ Part B-STREET IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 2" HMAC TYPE D SY 19,054 $ - $ - B2 4" HMAC TYPE B SY 19,054 $ - $ - B3 PAVEMENT REPAIR SY 84 $ - $ - B4 8"CRUSHED LIMESTONE BASE(TYPE A,GRADE 1-2) SY 22,139 $ - $ - B5 TENSAR TX5 GEOGRID OR EQUAL SY 22,139 $ - $ - B6 12"COMPACTED SUBGRADE SY 22,139 $ - $ - B7 PRIME COAT MC-30 @ 0.20 GAL/SY GAL 3,811 $ - $ - B8 TACK COAT @ 0.05 GAL/SY GAL 953 $ - $ - B9 SIGN AND POLE ASSEMBLY EA 62 $ - $ - B10 REFL PAV MRK TY I (Y)4" (SLD) LF 6,285 $ - $ - Bll REFL PAV MRK TY I (Y)4" (SLD) (DBL) LF 836 $ - $ - B12 REFL PAV MRK TY I (Y)4" (BRK) LF 1,620 $ - $ - B13 REFL PAV MRK TY I (Y)24" (SLD) I LF 1 56 $ - 1 $ - ,, ,, , ,,,,,,,,,,,,, ,,,,,,,,,,,,,,,,,,,, Bid Form AI�L71ENL7V.1M 2 ATTACHMENT 1 Page 1 of 5 E13098:OLD ROBSTOWN RD.-SH 44 TO LEOPARD(BOND 2014) SHEET 1 OF 5 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT B14 REFL PAV MRKR TY II-A-A EA 233 $ - $ - B15 REFL PAV MRKR TY II-C-R EA 4 $ - $ - B16 REFL PAV MRKR TY I-C EA 10 $ - $ - B17 REFL PAV MRKR TY II-B-B EA 10 $ - $ - B18 REFL PAV MRK TY I (W)4" (SLD) LF 104 $ - $ - B19 REFL PAV MRK TY I (W)4" (BRK) LF 40 $ - $ - B20 REFL PAV MRK TY I (W)8" (SLD) LF 290 $ - $ - B21 REFL PAV MRK TY I (W)12" (SLD) LF 1,309 $ - $ - B22 REFL PAV MRK TY I (W)24" (SLD) LF 1,079 $ - $ - B23 PREFAB PAV MRK TY C(W) (RR CROSSING)) EA 1 $ - $ - B24 PREFAB PAV MRK TY C(W) (ARROW) EA 4 $ - $ - B25 PREFAB PAV MRK TY C(W) (DOUBLE ARROW) EA 16 $ - $ - B26 PREFAB PAV MRK TY C(W) (BIKE SYMBOL)) EA 16 $ - $ - B27 PREFAB PAV MRK TY C(W) (YIELD TRIANGLE) EA 25 $ - $ - B28 6"CONCRETE DRIVEWAY SF 18,322 $ - $ - B29 4"CONCRETE RIP RAP SF 5,624 $ - $ - B30 REMOVE AND RELOCATE CHAIN LINK FENCE LF 528 $ - $ - B31 REMOVE AND RELOCATE WOOD FENCE LF 56 $ - $ - B32 STREET EXCAVATION INCL.ASPHALT REMOVAL SY 23,935 $ - $ - B33 REPAIR CONCRETE MEDIAN ISLAND NOSE LS 1 $ - $ - B34 TREE REMOVAL EA 25 $ - $ - B35 ADJUST AT&T MANHOLE TO GRADE (LABOR ONLY) EA 3 $ - $ - B36 ONE COURSE SURFACE TREATMENT I SY 19054 $ - B37 IALLOWANCE FOR UNANTICIPATED STREET IMP LS 1 $ 30,000.00 SUBTOTAL PART B-STREET IMPROVEMENTS(Items B1 thru B37) $ - Part C-TRAFFIC SIGNAL IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 CONDT(PVC)(SCHD80)(1.5IN) LF 340 $ $ - C2 CONDT(PVC)(SCHD80)(4IN) LF 247 $ - $ C3 POWER CABLE (2-1 CONDR)(6AWG) LF 620 $ - $ C4 POWER CABLE (1 CONDR) (6AWG) BARE LF 310 $ - $ C5 ELEC CONDUCTOR(NO 8) (INS)GROUND LF 272 $ - $ C6 ELECT SERV-TY T(120/240 0000(SS)GS(N)OT(U) EA 1 $ - $ C7 GROUND BOX(TY D)W/APRON EA 14 $ - $ C8 FND FOR TRAF SIG TY 36B(36 IN DRIL SHFT(15.2 FT/EA) VF 61 $ - $ C9 PED SIG SEC(16 IN)LED COUNT DOWN EA 8 $ - $ C10 VEH SIG SEC(12 IN) LED EA 28 $ - $ C11 BACK PLATE(3 SEC)(12 IN)VACCUM FORMED EA 6 $ - $ C12 BACK PLATE(5 SEC)(12 IN)VACCUM FORMED EA 2 $ - $ C13 TRAF SIG CABLE (TY A) (5 CONDR)(14 AWG) LF 766 $ - $ C14 TRAF SIG CABLE (TY A) (2 CONDR)(14 AWG) LF 766 $ - $ C15 TRAF SIG CABLE (TY A) (16 CONDR)(14 AWG) LF 956 $ - $ C16 TRAF SIG POLE ASM (STL)1 ARM (44 FT) EA 2 $ - $ C17 TRAF SIG POLE ASM (STL)1 ARM (36FT) EA 2 $ - 1 $ C18 PED PUSH BUTTON POST EA 4 $ - 1 $ C19 PED PUSH BUTTON EA 8 $ - 1 $ Bid Form �` � ATTACHMENT Page 2 of 5 E13098:OLD ROBSTOWN RD.-SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT C20 CONTROLLER&TS2 TYPE CABINET W/FOUNDATION EA 1 $ - $ C21 RADAR PRESENCE DETECTOR EA 4 $ - $ C22 RADAR PRESENCE DETECTOR COMM CABLE LF 964 $ - $ C23 CAMERA PTZ(COHU 3960 SERIES) EA 1 $ - $ C24 ETHERNET SWITCH EA 1 $ - $ C25 ETHERNET CABLE CAT 5 LF 46 $ - $ C26 STANDARD ALLUMINUM OVERHEAD SIGN I EA 4 $ - $ C27 ISCHOOL ZONE FLASHER ASSEMBLY I EA 1 2 $ - $ SUBTOTAL PART C-RTA IMPROVEMENTS(Items Cl thru C27) $ - Part D-IT IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) D1 IGROUND BOX(24"06"x18")(HANDHOLE) I EA 1 7 $ - $ D2 2" PVC(SCH 80)ELECTRICAL CONDUIT I LF 1 4,452 $ - $ SUBTOTAL PART D-IT IMPROVEMENTS(D1 THRU D2) $ - Part E-RTA IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) E1 CONCRETE BUS PAD-60'X 12.5' SF 3,960 $ - $ E2 CONCRETE PEDESTRIAN SHELTER PAD SF 1,680 $ - $ E3 8"CRUSHED LIMESTONE BASE(TYPE A,GRADE 1-2) SY 440 $ - $ E4 TENSAR TX5 GEOGRID OR EQUAL SY 440 $ - $ E5 12"COMPACTED SUBGRADE I SY 1 440 $ - $ SUBTOTAL PART E-RTA IMPROVEMENTS(E1 THRU E5) $ - Part F-ADA IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) F1 ADA CURB RAMP SF 1 4,096 $ - $ F2 4"CONCRETE SIDEWALK SF 1 29,114 $ - $ F3 4"CONCRETE CYCLE TRACK SF 1 21,607 $ - $ SUBTOTAL PART F-ADA IMPROVEMENTS(F1 THRU F3) $ - Part G-DRAINAGE IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) G1 MANHOLE TYPE A(4' DIA) EA 4 $ - $ G2 MANHOLE TYPE A(5' DIA) EA 2 $ - $ G3 MANHOLE TYPE D(4' DIA) EA 7 $ - $ G4 ADJUST SW MANHOLE TO GRADE EA 6 $ - $ G5 REPLACE STANDARD INLET GRATE AND ADJUST TO GRADE EA 1 $ - $ G6 18" RCP CULVERT(INCL EXCAV,BEDDING&BACKFILL) LF 383 $ - $ G7 24" RCP CULVERT(INCL EXCAV,BEDDING&BACKFILL) LF 297 $ - $ G8 30" RCP CULVERT(INCL EXCAV,BEDDING&BACKFILL) LF 8 $ - $ G9 42" RCP CULVERT(INCL EXCAV,BEDDING&BACKFILL) LF 83 $ - $ G10 6'x2' RCB CULVERT(INCL EXCAV, BEDDING &BACKFILL) LF 15 $ - $ G11 8'x5' RCB CULVERT(INCL EXCAV, BEDDING &BACKFILL) LF 421 $ - $ G12 5'x5' RCB CULVERT(INCL EXCAV, BEDDING &BACKFILL) LF 1008 $ - $ G13 5'x4' RCB CULVERT(INCL EXCAV, BEDDING &BACKFILL) I LF 1 294 $ 1 $ ,„,, ,,,,,,,,,,,,,,,,,,,, ADDIErJDU 2 Bid Form ATTACHMENT 1 Page 3 of 5 E13098:OLD ROBSTOWN RD.-SH 44 TO LEOPARD(BOND 2014) SHEEN” 3 OF 5 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT G14 JUNCTION BOX 1 W/MANHOLE EA 1 $ - $ G15 JUNCTION BOX 2 W/MANHOLE EA 1 $ - $ G16 JUNCTION BOX 3 W/MANHOLE EA 1 $ - $ G17 JUNCTION BOX 4 W/MANHOLE EA 1 $ - $ G18 JUNCTION BOX 5 W/MANHOLE EA 1 $ - $ G19 5'CURB INLET EA 27 $ - $ G20 5' INLET EXTENSION EA 6 $ - $ G21 SPECIAL CURB INLET(TYPE 1) EA 5 $ - $ G22 SPECIAL CURB INLET(TYPE 2) EA 2 $ - $ G23 CONCRETE CURB&GUTTER LF 9,606 $ - $ REMOVE EXISTING 18" RCP CULVERT AND BACKFILL WITH G24 CEMENT STABILIZED SAND LF 551 $ - $ REMOVE EXISTING 36" RCP CULVERT AND BACKFILL WITH G25 CEMENT STABILIZED SAND LF 69 $ - $ REMOVE EXISTING 42" RCP CULVERT AND BACKFILL WITH G26 CEMENT STABILIZED SAND LF 11 $ - $ G27 GROUT FILL&ABANDON 15" RCP CULVERT LF 30 $ - $ G28 GROUT FILL&ABANDON 48" RCP CULVERT LF 582 $ - $ G29 GROUT FILL&ABANDON 54" RCP CULVERT LF 519 $ - $ REMOVE STORM MANHOLE AND BACKFILL WITH CEMENT G30 STABILIZED SAND EA 1 $ - $ REMOVE STORM INLET AND BACKFILL WITH CEMENT G31 STABILIZED SAND EA 29 $ - $ G32 TRENCH SAFETY PLAN FOR STORM LINES LF 1,858 $ - $ TRENCH SAFETY PLAN FOR MANHOLES,JUNCTION BOXES& G33 INLETS EA 1 52 $ - $ G34 JALLOWANCE FOR UNANTICIPATED STORM WATER IMP LS 1 $ 20,000.00 1 $ ' SUBTOTAL PART G-DRAINAGE IMPROVEMENTS(G1 THRU G34) $ - Part H-WATER IMROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) H1 FIRE HYDRANT ASSEMBLY(TYPE 1) EA 2 $ - $ H2 FIRE HYDRANT ASSEMBLY(TYPE 2) EA 8 $ - $ H3 ADJUST EXISTING WATER VALVE BOX EA 24 $ - $ H4 ADJUST EXISTING WATER METER BOX EA 1 $ - $ H5 8" MJ 45 DEG BEND EA 40 $ - $ H6 8" DIP WATERLINE LF 236 $ - $ H7 2"GATE VALVE WITH BOX AND COVER EA 1 $ - $ H8 TRENCH SAFETY WATER LINE LF 236 $ - $ H9 JALLOWANCE FOR UNANTICIPATED WATER IMP LS 1 $ 6,000.00 1 $ ' SUBTOTAL PART H-WATER IMPROVEMENTS (H1 THRU 1-19) $ - Part I-WASTEWATER IMROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 11 JADJUST WASTEWATER MANHOLE RIM TO GRADE I EA 1 16 $ - $ - 12 JALLOWANCE FOR UNANTICIPATED WASTEWATER IMP LS 1 $ 2,000.00 $ ' SUBTOTAL PART I-WASTEWATER IMPROVEMENTS(11 THRU 12) $ - Bid Form F+DDENDUM 2 TTA�HHNT � Page 4 of 5 A E13098:OLD ROBSTOWN RD.-SH 44 TO LEOPARD(BOND 2014) HHH� 4 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Part J-GAS IMROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) J1 ADJUST EXISTING GAS VALVE AND RISER TO GRADE EA 1 $ - $ - SUBTOTAL PART J-GAS IMPROVEMENTS(J1 THRU J1) $ - BID SUMMARY SUBTOTAL PART A-GENERAL(Items Al thru A15) $ SUBTOTAL PART B-STREET IMPROVEMENTS(Items 131 thru B37) $ SUBTOTAL PART C-TRAFFIC SIGNAL IMPROVEMENTS (Items C1 thru C27) $ SUBTOTAL PART D- IT IMPROVEMENTS (Items D1 thru D2) $ SUBTOTAL PART E- RTA IMPROVEMENTS(Items E1 thru E5) $ SUBTOTAL PART F-ADA IMPROVEMENTS(Items F1 thru F3) $ SUBTOTAL PART G - DRAINAGE IMPROVEMENTS (Items G1 thru G34) $ SUBTOTAL PART H -WATER IMPROVEMENTS(Items H1 thru H9) $ SUBTOTAL PART I -WASTEWATER IMPROVEMENTS(Items 11 thru 12) $ - SUBTOTAL PARTJ -GAS IMPROVEMENTS(Items J1 thru J1) $ - TOTAL PROJECT BASE BID(PARTS A THRU J) $ - Contract Times Bidder agrees to reach Substantial Completion in 1 365 Idays Bidder agrees to reach Final Completion in 1 395 Idays Bid Form F+`DDIENDUM � ATTACHMENT 1 Page 5 of 5 E13098:OLD ROBSTOWN RD.-SH 44 TO LEOPARD(BOND 2014) SHEET. 5 OF 5 Rev 01-13-2016 o - 669E-3'ON Wali 3d81 sa!—S buuaau�bu3 p a—a -daQ �h 3�f103H0S ONI1S31 0099'a9e 19£'[+:xv3 SVX31 (INH S310N� HzMIS z e y �, oOLeBas 0cL+131 IIS18HD snddo0 }o Allo :WHzIN30 v o C) P , LML sVX31 A1sRIH0 sndao0 p� OZ£311ns'vnHVDNVUVO'N 995 (4lOZ ON08) °'�Io of a y 1332US GHVd03�Ol t7 J.HMHDIH 31HiS w o 8 4���/� p OH0H NMO1S8021 OHO NOIldIaOS30 A9 31V0 -ON NOMA- NOIldIa— A8 31VO ON NOMA- S"10ON—A—)0313130 1NW i-19160 1 v z z ry " o w w T. Z i ��&�` s gQ go o igo o H g g� �pg z CJ LU p o° ° o SU5 zF ° o Q 0 ux o pp i Y � agpa � o zea �wFom a s� w pram _ Q �g a <� a a a°a a a a d a a a a d - _< - ow < �$�w 5LL oaf pk' = g a o MH_ z w fv mwo goy pw w o O nod m 3p - z § $ dap z 01 Qq� o ww v �mmi'O ° o y� wcs y3 ,4a a �wHQ = dQg35 a S F w4 pg g om�o a 3 p4 pFffi two ak"'= aNQwm w�Oc�a w p�op°p j a � o �w a o _ �oF N1 pp o 3o w wQo� - _ op op w °p wo o $� 3 wo pB �" 8�< `g oap 5 0° - �"'a 5 f o�mw° G°aFwm wg �_ zQ �� ° awg �" ww p's o op ow�o p y p3 �p �w3p Q p w w f o gLL� <LL H aw " w apop4 gao y o w � Q oar w= Y S=z < �s =o w4 SWs= p =gOc z o� = oow aw z z i=p° ff$=OFo s osy°z, w.H� Nlo W p�f y � wog a s g3 m�p. a�aV�g, w3o o paw, y €< - 3�ozo o o� ob gw po"< w w p ` - g as 21 `w'y aLLa o � o �a o4" Npy y „s pw„aao a p pp agW� wgw - d o m=E- m<? wY w " =<5w top,o' top,toF p, LLwwo==F 5 LL yow p p p p p p p p p p p p p p p p p p p <o aSF zw o�p -aw�8 � W fwo gab 4Iz; zoH02s pg8 w pa=w awLL oww w o 'o o°° LLQ ° o�m � gw paQF H='a�Hw �w oQg`_' b meg° "no m do s ” <=w x m °w” pw °go�dEQ tig - k'mo Qom F g2' F S � <p>22 " o� 0< pia _ g p p ti" ° °w g �Q o ern " mop � � _- wtio�=ba m wow = r j " m v< Qomam F _ _p °°rzp°o p-. Va oo� gimgo� o w w w E s LL w a w w>= o o p "°g zoLL� w`m °good a_ ot t mrz gw y<m opo y� CoQ Q <€ asN os 3 - _ =sp sbg �" o og°a LL p �o w �; W�, LL< ` wg �p a a w o g""who ao�p z wgw >_ ��p"-m <ww w °pfz gs `a� gp op o" N � °.z5gg°' a 30z ppd ""°°°°° " 4 QME w �°p � - �`pa flrvgm ffi3r�� _o _ � p "'�=gpw Q �ooyo ° H Sow �w �� <m �5 ��3yd �a�agwW< ow«� m abp° as ba awpy�oi bw oo wwyo � w w z 008, 0 i pw _ a N o o Hzmg-w° g o °pgp�a4� S - QU, 3 0= ° ° m""sw s gQy '�� "p - o p� �a p� gw g °�4 wp o � p ° 3 �w Qm ob w a B;N Q o"app yo m LLg < opWUQ Hd w Npa Q g i o�mp bga <�g g k'apQ'<ggQao o - K g gra osxr m o gw 'ag8ogp g g 4 on opo °a °Fm p ` 02 1,oa ozF- m _ - ap w 00 0 LLo p pia o = =ow < p � € z_ ya ppN ps < Gy ampwma 2 zo« opSo�° g 3� o� p� oT °= s " o�w oW�aQ3 ww wp ..g �KJ= gp 8< w° �gLL<op pm� ws w y z g o zo pm ¢ SLL jO" ygop&mg o ug SNw a^ M fa Q -��w p° p 'H °i wo= `�w LL�yQ���4wo<°k' gy LLp °�, F� °� w o N "z<Q Sz �� LL Y 03p wf mp=Ja p pig w 3� p° y � � w aLL s °g N n p pa "g g s_ o W w o �Qzg w_ K w o � 3t,"<op g`y,�w� 8 0` o> g3 v. 3p R g� Wit°, "° py mF g J w� p3�wgw ° p p g '< °3 w'='3 a € �� w w ab m S p= .. Q F aBgw�m g S �",< wo rn ga w g =a oow 3 k'wp a N "p,��" mw a oQ<oLLa m`g° w zob Ep 3 i wop w 4 '� p w� 3 �+ 3 V p p�w3 p° py m o " p wgao w o� z p!n p z s ww� wo �y g <o g<° =a w€ 10, >nE„woo pLL g a a m m o w opo op U -aQaw ° Q o ow w�Fo aw y4 3 - 0 8 0 f o - pG o a pop o w o o° �J p p9 LL z Y o°<�mo og g y p F a Qw F - pF n- ° gw wa g w°�;5 0,LLg �°gp° LLy o w �` - o`pb s g wbLL �s gz� o mo<w 8 LLp bw -og�Hp°w rn op -mss og p a- wzo E p - ye�+�oLLwwSp�w c� <m �< p <w�°_xopm< <p °� ° 4 �� w` �go �° ° gd=wow °� LL ° _s<_I<o ° <0 <" Q8° waeau-uaz`o�taw omp Nos 1s31 a s31oN N3o-eoo-aao 11zasn o - 669E-3'ON Wali 3d81 sa!—S buuaau�bu3 p a—a -daQ b4 Z d0 L 133HS 0099'a9e 19£'[+:xv3 SVX31 S31111NHn0 031VAUSzl A z y �, o0Le5as 0cL+131 IIS18HD snddo0 }o ,lllo :WHzIN30 v o V P , LOb9Z sVX31 A1sRIH0 sndao0 p� jU` �,I; OZ£311ns'VnHVONVUVO'N 555 (4lOZ ON08) vl o i � y 1332US GHVd03�Ol t7 J.HMHDIH 31HiS w o __�I 8 _ OH0H NMO1S8021 OHO NOIldIaoS3o A9 31Vo -ON NOMA- Nolldlao53o A8 31VO ON NOMA- SJ IAIl AaoM oacIn3a o13no sNoIcIh3N ALI1M1Nno aNV wall al5 1NA 6pZ,-0 L 4N IVd dZ z~ery W 0 z 4V W W o l S O Q zo O 2 2 z Q Q S m 2 2 o Z y a ¢ w r= a �d g o Iz LL w LL w LL LL a a w LL w a a a a w a w a - � o Z c u z __ - a"0 0 0 5 = G X W f LU ? oda- w wKG w 3s'g � i w °Q -_aa� o m 2z W w m_ O 0 a a a o o m z z o m z z 3 w C o 0 o *LL*o a w w °a N N m x x W LL 0 0 0 o m x u a�a z z o F °°aadti°4a>mm���� aas��sGa o a z LL Q z ee a e� r") — LU H Q H U) W N^ We w a w a zu n a F – co 4 =w o z - Z wao __�aSms agas n5o g w z 0 a a G 6 W o 0 o a r a _�_3 3 3 3 3 r r a a z G z 10 ZO w w o z o m w x a Fri o x Y x x x x Y x x x x x x f 'a > _ _ � °° >> Q�` a �m 3C a �w == �_ W W £ r a 'a a~ a s a a a a a E (� b n d _ ___ ____ -___< < <- mdzszL-uaz`pL taw 6mp L6N5 SALo 153-bpo-aa0 L4Z464 o - 669E-3'ON Wali 3d81 sa!—S buuaau)bu3 p a—a -daQ b4 Z d0 Z 133HS 0099'a9e 19£'[+:xv3 SVX31 S31111NHnO 031VAUSzl A P z y �, o0 Le9as L9E L+131 IIS18HD snddoO }o Allo :WHzIN3O v o N i~ , LOb9Z sVX31�11sRIH0 sndao0 p� {< OZ£311ns'Vn HVONVUVO'N 555 _.._� �4lOZ ONOB) "�I oof i y 1332US GHVdO3�Ol t7 J.HMHDIH 31HiS w o 8 ___�I� p GV0H NMO1S9021 OHO NOIldIaoS3o A9 31Vo -ON NOMA- N011dlao53o A8 31VO ON NOMA- S'11WIl NaoM o3SI—1 013f10 SNOISI—1 ki UN-i)CINV W311019 1NW LLOL91/SOI L N I O 12 z z - W �wO Z qw C.7~S o d 2 co 0 0 wd wa wo w a F � a C5 z d o c g c a t a 3 Z L o LU W ° C ;; N G a w Z v � 3 3 z C 3 W 0 a � I`- -- z>w� Wwa LF g �� g3 > 00 ww g x x G N a a z'o Q o °_ _ - ff a a a W ww Q E 3 Cf) E 3 � U) E m r T T T i T n wd wd d s r G N G �5nnn t t �5 s dg 0 F- _ 3 ____ w I z ° _ z 3w z���,�a SSS z LLo Lli d d z>z a � a � o Q 0 u u)dL5-ZL-LLOZ`9L taW 6mp ZONS SALo 153-909-aa0 L4Z464 z - 669E-3'ON Wali 3d81 sa!—S buuaau,bu3 /o 1—a ,odaQ b 5d0L133HS d B 0099'a9e 19£'[+:xv3 SVX31 SN01103S IHOIdAl z e y �, o0Le5as 0cL+131 IIS18HD Snddoi }o Allo :WHzIN30 v o c0 P , LML sVX31 A1sRIH0 sndao0 p� OZ£311ns'VnHVONVUVO'N 9991 o _.._� (4lOZ ON08) SOof i y 1332US GHVd03�Ol t7 AHMHOM 31HiS w o 8 ___�I� p OH0H NMO1S8021 OHO NOIldIaOS3O Aa 31VO -ON NOMA- NOIldIa— A8 31VO ON NOMA- siiwnN-Ma--i 1vw 1 Z-191601 V Zw w J 10ZO z I ow�oo I¢— o° H. w? zo o °g W jozaao 3w rc�w� E' owo,w :6aouao z mix � z�am°w zd wLL< Fye w°"wQSo w = ma .z z orcr= ,i Ur oo5rca�0omu m wm i, __ wozzw-96j? o nnoa 1six3 O a o Z nnoa lsix3 a`x j z3 0 o a w z x °°0H f, co z az5Q mo 0 m ��m m = ww�Qow i, a wow Z,wH',zwm< U °�° z� z�zBWoy zomo waz==m w� I w "oma �zs�zzwr- � `� U uNwuQ i�z�o?w ,f' Z ��a„� U m_ ad8w8zow= �` J Z9 1. - Y ° 'a ¢w foo o55 N 'I x Qao�a�o xao o j 55 z ° ry aoo. "i-, =QOpz Z, _ owL 0 0OzO9, 5 Lu d f _ UJ uj �oxwUmSF d �zwz0H- 0 w yUUa 3�F z z- ” oz W L 1.z > > w � � i3 Q 0 J 0S� J J W x 3 W = Ln ooh (n D D u- u- 2 °w w "mss Y bwm a o O o x ° w m rc= o 2 m3 wH zz 0m o O'oN &Z Q ¢ ¢U0 OO 0 D U O UJ 3 w W J U m W m " ° 'ZZ off ¢ + U owwo CL °o°w >- >- ¢ � w CH7 ' op �m 1 m 0,0. ~ OO m9w o , -'9x-1 W � <; .o1 _Z w � � x = o7" = s W m J F- I . S 1 ¢ lc� ¢ xg ° x w Xoz xo w. o � "o55 o1� J. w iz ww Ito aO xo = xo° wok 80m yam* m .oe °�° .oz �i moa wam fozl a� wE wzo Qo ogo o � u�o "m _Moa lsix3 __ n 8 a E o 0 Moa lsix3 waz¢�-uaz`o�taw o� goo011zasn z - 669E3'ON Wali 3d9l sa!—S buuaau�bu3 /o a—a -daQ b4 - 4 JO L 133HS � B "'m y 0O0O91eB's9a8e 19E'[V++:xd3 00+6L H1S 0100+OL H1S NV�d NOW-100 IG 9E131 nddo0 z }o A-Llo N01inOW30 v o tOb9Z SVX31'11SRIH0 sndao0 OZ£311ns'Vn HVONVUVO'N 999 — — (KOZ 0N08) ml o ea°" � 1332US GHVd031 Ol 77,kVMHOIH 31ViS ���/ w o 8 � �J OH0H NMO1S8021 OHO Nolldlaos3o ne 31vo -oN Nolsln3a Nolldlaos3o ns Siva -oN Nolsln3a 5J IN INNOM 03GA—CI3HW G311LLM1ftlf1JOW30 1NW LLb LS ® J° w °o o'o. _z z oQmm� Q,� z w o a H ______ 9 30 Z 133HS 33S 00+61 NOIIVIS 3NIIHO1VW �\ °a a°ozN gywNoa -- -- --- ° w azoz zow'6az oQE ow�o ln\ $marc" 00zw8w am�w3o� N> rc J\ a I rco�a wo LLow&`; 'o°aa.aa m wo �ry w 3 wm u 8. a 3 1 `° o zzl N M f o w- w m V,�``�yQ o c� i o 0 o a O O c� O y �w 0. �z!d _O wZ w m 1 y11 z 27 w'w S w z w 2i0 i$ S d n � m /yJfbh Sm P. °< wj 8 i I ® rc rc �m No ea ``\ S ---,o �I �o orc o rc /wo wLL , om°m f < Apo �J�a oo wo Wo om 11 �o w ° ° w w \ ``\ v e0 LLg fo °z rc rc oIz � 3 Ro ww w j rc rc wo ° o 8+ mm. i IMO..09) >° tow w z w w vwi 3nRi4 R i0w0 a z $�$z F a w o a ll3ssna�. g p= °om o Mil 1.o (M—W f �j10+00 > 9� AiH381_= =<rc �w Z z� �� - 00 zo z o z r°wLL �' w N� > mm 2°g z a II om w , 00 - m N+ a '3 z M-M,- wo� �Ji 1.1.' =o wa wp �� rc �wu gal omm °-, wrc Q og g rc , o O po w „ wg ,.013 - w� mow °, em $o �� So 8 we w° x rc 0 a3 rcR 0 II � °m�'i z 1.o N3 g� coI � ww_ fi 20 w° wow N° m Z. °+ ° Oz w< �� rcp wo .0U p zi7 O 2'o rc� v0 42, � �Qo po wp 1 shNw � o ao po mm ox`o m o ' =3r $+ O x o MMJ OVM IV2i m -X31w ao NS X3W $ N� �Q O +yw LLJ Ir ^rc u - n z oo � wo wo 80 F °z °I° m <i > m w >= aLLMOa.OS) Im aOm Oz 8 rcU s+ia pm nIHG mu 0 J o ~ 1230101nI 1g (MOa HlOIM 319VIaVn) 647 AVMHOIH 31ViS) 133?J1S S3NSVo r ROW ° OO+bI NOIIVIS 3NIlHOlVW wazyz-uaz`s�taw 0mp�owao-�o-aao �azasn z - 669E-3'ON Wali 3d9l sa!—S buuaau�bu3 /o IO—w odaQ w 5 d0 Z 133HS � B 009o'sae 19£'[+:xd3 SVX31 00+6Z V1S 0100+66 V1S NV�d NOW-10VEIC] 9 y o0 Le8as L9E L+ 30 e 131 IIS18HD snddo0 }o A-Llo N01inOW3a v o = i N o -j I , Lob9L SVx31'uSIaHO sndao0 p� o j 0 �,,ly`r' 4-' ,r OZ£311ns'Vn HVONVUVO'N 999 (KOZ ONOED o of a y 1332US GHVd03�Ol t7 J.VMHDIH 31ViS w o n 8 4���/� p OVOH NMO1S8O2l OHO NOIldIaOS3O 19 31VO -ON NOISI— N011dla053O AR 31V0 ON NOISI— aaaav S3uuNvno Nounow3a ivw 11 sl IZ rc f om m I 0 oa zw _o m oWwz�o Jz- mo 2,aO Wm Wz o> z�a�w °�ozazooQm Z. �o pz z t=om �-Z wrc moaw. a20-EM? 10 nN�mow w - - oz wzoz�� awopW� mo S' z =m Ja oQ,op q FZF>�? zowF=az w °a02 zwow amg" mw J owmw�o 2HO, owp�z>a o mo3am 00+bZ NOIIVIS 3NIIHO1VW S 30 E 133HS 33S 00�+6Z NOUVIS 3NIIHOlVW ° y ��OyJ—NRS m ww w > V > >° j5 > _w �o wZ R160rlo eo U m (Moa560 O ° z Mw - w- z > wo F »0 302310 �m 69— I OZ Im m gLV OO w - m w.5Z5 m° wwwz w w ss+oL � w >� uR /Ro a m w _ os+0 ° J j l35 ROwI amQ ° .. HO-lkVNN >m. > wz b 0 a s o 3'o J = Moa ^ wN z ..... M_ www >O' �.'(11 ww 'om ` mo 3 so \l m ami wrc m o d co .o a > 8 ? wm rci 0 M l >op a. uw �o W y W ` w >oo ww wo 'mkw a \m LL mz>w ��IMQm J Y = ° 2a Fa m ° om-- y VfoM.O o3w 8rci"° z Bz Z. m.Orc° wow +° wp go ' N mw ' im wo m Z ow 0a wo m> �o m� F m Vll ww 1.Z �8 wo w fz �m wal rcWwow J z ,Mo m ww oy wo 0 ju m � ou x w 3 m 8 w N� w m a N woa0 W Im m. mQ wom wo z w3 b<Zo ->Sm Z a ° 3 �_� 20 a fo °OF W$ ma W3rc ol .09 _ F° 0 = ojz LL wow 0 � W° $W 00w>� wzw Z s� 2.go j �} m .o N� o n w w0 ja ° f� \l �8 Om g� >oo w > ao MO 3 ow oz w- rcS �� w m o10a3 > .o ISO o wm - m3 Mol w1° - >o8 F w �w mw= ° w� 55 o� o Moa- w �a wm `dw WQ �:� 1p °? $ wo 1. 8 wma o wo S SAXETM.O M. omom DRIVE _ QOQoo w w o i I' HZI s (m.ROM aR 09> - y3 O3> a3c'� wmo MON y wo rc o y� Y �',o p - m > ZOo3 � w-wo >03 � ° �w- �$ >J y > m 0z o� M- LL ?y J > o �3 w W LL, ,� '0 -Z ohm Sm IT �m �o N� wm m9 30 L 133HS 33S OO+6L NOIlV1S 3NIIHO1VIN 00+bZ NOIIVIS 3NIIHO1VIN wdLb2-LLOZ`9L taW -. 6mp ZOW3O-ZO-aa0 14Z464 z - 669E-3'ON Wali 3d81 sa!—S buuaau�bu3 /O IO—w odaQ w 5 d0£133HS � 8 e3N,y 0099899 L9£'L+:Xv3 SVX31 00+6E V1S 0100+6Z V1S NV�d NOW-10VEIC] y OOLB98ffL9E"L+ 30 131 IIS18HD Snddoi }o A-Llo N01inOW3a v o M i LOb9Z SVX31'11SRIHO sndao0 a 0 iW OZ£311ns'VnHVONVUVO'N 999 — — (KOZ GN08) of o pe4 � 1332J1S GHVd03�Ol 77.1VMH01H 31V1S w o 8 ����/ �J OV0H NMO1S8021 Mo NOIldIaOS3o AR 31Vo -ON NOISIA3a N011dla053o AR 31V0 ON NOMA- 1111 s3u1 11 1 1Z w w "m 0 oa w° 8oE zw m w a - `°.w m �z� °ammwO ° gx w y_z =g zo �o m " � °z= °oaH� wmm m -Z �Q o woz m om�m i zoi�Nz az�a ? wQ + m o m>qm w�w�z (K o mo-gawmw8 Hoz00 oom-pza� � R z Mo OO+bE NOIIVIS 3NI1HOIVW N 9 30 b 133HS 33S 00+6E NOIIVIS 3 i NI1HOIVW � r m 3 z Y l rc u 3 w \ w5 om rc o cv 'o°N3 . _� cv�j a m w- -0 O Z: 2 m $m M. Wt c Im dZO r w z LU CJ Ili f u N w° wME s>_ a r. J w °m wm ow ¢¢CO ww 3 �� wo mw & 3w M.Mo - S°w l 8w go m N z om m \ a3 wo o= gRM w J= S z 8 w° G <°abs Mo 8 N� T o a° Rw'am ow ° w x 1.= m o� M. ->w - wm J wz 1 � 'oma rc$ Z. 0p ' 3 mM. ° ox M. o. wo �w y Q3 Z- ow oN � � wS m wo .0 1.1.o wz w 1. ao aYf zw wwm 10� 81 m � Nm87I �a ,'m.°zwo '4Zu m ml w �aml wo s°x°zz m w� w wm za° -0 x 21- ww wp w £ w o N �o> & iso O 3 0. .0 O mm� o gw �H O Im wo mm 0> D m p zo M. 'oy 8 � + wo° O x Am Jz � 1 m �o<m zww w�wo r > 0�ow w wo >3ZO 2 20I y o rc W J w w �. x.., / o ~o w � '03 NIm ww a3 / �Q o w mm rcw/~°o �z wm 2 f z rc f m mf y wm w Lim � Ow w& 2. x �� o 0 >w8 wi j() o Q tOr00 w M _r� >� oak — - ZZ. �8 $m �Q�� �� - _ K EJCILANE o� � w. m 1 0' �" - w000 ROW / fPv� rc M. �����,�/ w v°i ry - w —w+� 9+18 l-m / AXETDRIVE mm w <wi m aw oo NS aowo aim o' (62'ROW) �rcwpm m� wj � wmt;No qm ww mZ° ��N mjftOW -0 � om wm . 3 ' m -Izw 0i .o\wa oz w >55 H ol °o OU o° � tom w�wz m� 2z m 9 30 Z 133HS 33S 0O+6Z NOIIVIS 3NI1HOIVW OO+b£NOIIVIS 3NI1HOIVW wtl04-Z-LLOZ`9L taW 6mp EOW3o-EO-aa0 L4Z464 z - 669E-3'ON Wali 3d9l sa!—S buuaau�bu3 p a—a -daQ b4 5 d0 7133HS � B 009o'sae 19£'[+:xd3 SVX31 00+6t 30 H1S 0100+6E H1S NH�d NOW-100 z e y o0 seas 0ci+131 IIS18HD snddo0 }o A-Llo N01inOW3a v o v o -j LML Sdx31'uSlaHo sndaoo _ - Q rn j0 II,\11t+ 4 ,r OZ£311ns'Hn HVDNVUVO'N 999 �KOZ ONOM NI a � y 1332US GHVd03�Ol t7 J.HMHDIH 31HiS ���/ w o n 8 � �J GVOH NMO1S8O2l OHO NOIldIa0S3o Aa 31Vo -ON NOISIn3a Nolld-- 7 131VO ON NoMA- a3aav s3uuNvno Nounow3a ivw u-�ls Z 0 oa i a x� o °o g I o - 00 �o ozmmQo „-zQ-= Z. S wM 08 w 5m 5 oz 0°aiwrc ?woz-z - u $oz�� awRm,z wtom x j Mo,-M, z 9 m- w 0 og 080 8 ° g a °off ° LLw oPrc as _ _ _ z OO+bb NOIIVIS 3NIIHOiM z f S 30 S 133HS 33S 00+617 NOIIVIS 3NIIHO1VW z --------- -- -- -1 -- --- i° " x ,., z p - ¢ ¢ < >K Iw ow W... z�"wm �0 N 22 ¢O O \ Oww> mw wm fV p O bpm w I m mWl m\\ °h z > mo z 2 z m x M. 0 rc �x LLj w° W W o LL� �� I/ LLj ° "3p M° m ° am wz W> w g w 0 1 o0 o0 LU Uj wo .2m \ z w a om N3 �� m a�m �I w Q Q U5 n rcu w rc m mo 6 . f� °w /m / �Wirc,o m myl z . �m0 om� fmu > w°w w / wY3 z .o Im gP��L9 oMO < " rc \ j oz �z 'iii „m mwo 1 wo a 3 1 w „z„ , 0 h o o /P m wz � rc - m's o 1 w w o z > rc 'om a I x mo �3 0... o m m 3 0 O Z o w o Q w \ I: ow z w 2 MM w� rc m0 m z m 0 m z N W yw �� 2m �z LLw w 3 w g> Gw " o Z. �N LLo m mo ' �z ?0� M3 z 0> wo LL rcm �z z z nnoa�._. w 0x z m w �0 p �o z M. o g >,�� rc gz 0 O g+ 'w'm 03 �+ a8 o z pw 0 1 I\ mm , rc° rc z 0 58 <w Innoa asl �w w( I �oo ->Sm$ a °9 g m w z " & m �mm, o a J a O j nnoa n 0 Np �Iw j rcw as op U m O ° JI w I x I N� J I o "g \ m z So y2'ea j a� 0 tE o o rcu za a f oz x °w a ¢ rc ` $w wa F pmw ' o, 1 m0 m0 0 0�l m 0o Q o >z f 20 $z x wo mm I �I oa wz o GOO pN\P o� " m 0j GpL �a m °o wz w > s J m° w m° 2-go 'M w� w m° \� m ZOp Ilo 1 8> Y. w p" Y "> 3 1�0 0 w z m m Wo � v°i w I ,; I o Q 0 z �'m m w x�l w nor a3 I mo 1.>� z z ✓ w �\\ fo m0 Ro`0 o rc a w 1 oi. n o J o Sp6E4 ID o J �... P I\ 9 30£133HS 33S 00+6£NOIIVIS 3NIIHO1VW OO+bb NOIIVIS 3NIIHOiM 6mp bOW3o-60-aa0 11— o - 669E-3'ON Wali 3d9l sa!—S buuaau�bu3 p a—a -daQ b4 5 d0 9133HS � B e3N,y 0099899 L9£'L+:xv3 SVX31 66+99 V1S 0100+6b 30 V1S NV�d NOW-10VEIC] m 9 0 y, OOLB98ffL9E "L+131 IIS18HD snddo0 }o A-Llo :N01inOW3a v o N i LOb9Z SVX31'11SRIH0 SndNOo OZ£311ns'Hn HVDNVUVO'N 999 (KOZ ON08) Nl o � 1332J1S GHVd03�Ol bb AVMH0IH 31V1S w o 8 ����/ �J OH0H NMO1S8021 Mo NOIldIaoS3o A8 31Vo -ON NOISIn3a Nolldla— 7 31VO ON NOISIn3a a3aav s3uuNvno Nounow3a ivw 11slI IZ 0 oa ?o m I iw °o c�Cj . - zg `gym Jow aw m w a - Z W � o° Qwwz�� Nz�ag oQmm0.Z,- o ME g Z) zOz�o <w°p- w0 mew rn OO+bS NOIlV1S 3NI1HOlVW oQ�oo�o �.M-g Fo w�waz W 2~ i —— 3——�—— —— Moo�wrc� 2.0oZO� W o° oiaa 2 21f1 0 a w o a z 3 z0 N M rc 0 0M $`ao Ufa ww$ Z 0 oJZ Z, a o Z a o ��pPRPe m �mU w m °n Y" w LLGg my Mo ° 0w w �z �§- �RpW F '2o w0 &WI m �3 °m w � o�m°, .. oz °? MH wMd w - a o0 �E= 3 m p 0 n m om .z m FO ww /. m, Lw `ypW 02 po °z apt 0� o0 I w \... 1. O� ()� Fm pa z R�jj RR CN) /w �z z pb o; o �o� a° o m0 pw g ->o J J1^R. vii mw M0 j¢ i m 0 Om w �m N> m m> Z. d ¢ m H H w m mw pUx ' U ¢ o > QO mU o I// _<Z m U S > 1 O'.p...0 NZ-1 >p z 5 w m ¢ �w g Mj BOE Fi z mOWZ wm 0 O� �... .a wU0 S �Im �O rc O O w F U� O OZoo ¢ U m ¢ p o' ~ a w p0 �U rc U O > m \\\11 wm og�°� �– ��� m om $. m z o m w �o m O. z Ii m py m ¢ x m0 p0 0 mz.. a LL >0a w w > o, fo m wm m p w m G 'a�,yp w z J V' ! > p/w z p m m o Z m a W O "�G/ 2M m Q 0 yz 111 ^> Z& zo w o>Z 'w- o z moi- � a¢ g°m o pV 10 o Z mg 1zm 8. WOO Rm qR�o'�' wo M. H m �O m m 3 �J I >oza coQ 3 1 alza >3 wm p 111 3 $2 $z 0 1.Sm w0 a� ^3 3 0�IMa ......._ ,,, 0 >m M.0 O o �Hm E z o 0 rc a —TIOON`'4+ m0 m MATCHIINE STA S 30 b 133HS 33S 00+6b NOIIVIS 3NI1Ho1VW ✓\_hu,/�...,�^.0 ,/amu ✓'ti./'m_„ wae¢e-aaz`s�taw amp sow3o-sa-aao 11zasn o 669E-d'ON wall 3d81 —!—S buuaawbu3 ;o ;uaw;uodaQ 00+7L V1S 01 LL+OL V1S 311d0Hd(INV NV-1d "'m y 0099999 19E'[+:xv� SVX31 CIVOH NMO1S8021 010 z OOLB98ffL9E"L+131 IIS18HD SndNOo }o A-Llo :S3llnlln'81332i1S v G i io LML 9VX31'llsRIH0 SndNOo j �,II,1 4 Ir OZ£311f1S'HnHtloNV2iVo'N 555 (41,0Z ON08) jo a � y 1332US GHVd031 Ol t7 J.VMHDIH 31ViS w o co ���/ 8 � �J OV0H NMO1S8021(110 NOIldIaoS3o A8 31Vo -ON NOISIA3a Nolld-- 7 31Va ON NOMA- I L tE 0.1 ��oV 0 V 0 z � I z �0� �w� `z� z °3Q rc5o G - - o �F�a 3 a3a� a3d� C)d(11 w ° ° �� F° Qo> wo> woz woz q'r~-1: o \ «0.a �3 < � < � F� w wz _ V _�,z _�,z y rn o x ry m o w o 0 0 0 � m $ Y Y k a ti ` rc — ry op�� =pO$' tion w w g 0+76 N I1ViS NI1H0 VIN s 3 > � G w�� a w l x V G v�lr� ( W U 3 3 O w I-u i LEZ4 8924 LLZE w 1,x 0 op(a 00 ❑0 ® =a �e �z 1zd a -0 10=w w m r o m3= lAd 1 Irk wam ww� v 9'6— .., 1 HDIH _ i\ LE-9E AMI., N Z m 952 wi dol h ,,t7 msr✓" ��� 38Va9ol Ia1z— 11 Ea,saz LL OE-z— H. _ p 0 e V311 Vlo.b M3N Z9 Z8 14 VIS RUSS L DRIVE ®® �� (6tl RO'W126LT �o}L _\S" 6+0 (tl 3dA)3CI—EIN ao Tl Sf1a�J L ,� HI—G PO1NT a y x l....4.. -Ofi+Z4 V1S _ LLf I _ I an 8 mg zilwas zif ELZE-13 nNl 0= LG E=l3Wla n I 1 w m iw ee V X3IM 131N18aNOMIN 1 w 084 9S+Z1 VIS z ++I „� z$ Z-lo 3lNl doad ' 1� J / w nV Id— LE'0E ANI Ina0 ZWZI 4z� w sem^ ¢. F F 1196E LEbZ6 V18 dM0 L 0 z igw N 131N18allo M3N z M Hx 418—N1 a w O r 2 Zm �. w N EZ+ 11i1NW^ MT`LlT:.'.. Ow o �+ w0 98 Z4 80£4 9L EE I V 5 > � �ZB+IL Vl9 IAd L Z&+ll ¢ yV 4 i 5 3w o a� ass+,��;❑� m � ,.-.r� zIG LZ E4 fiS 46 E9 8 OS+IL Vl 9.0 8Ob n ( } � ❑ 1 r� ZfL4t4 Vy,S&B,.,il t6\ \ n �S9Z .. - � lAd 01 SZ+LL t t i L � Ir<w e g w s 'G8+ tltS 88.024 I 8 C y > x< Z 5�z$ r/ XO r / 5 ��a LB OLtllS 88 ELE r 3o W 0 fiS S4 LL S4 W �o o Q x3 Ho Vw 3 oNalsl � � W o w F- F-J F r '` Is a= p Z, �mo s s ll la (Moa HtoIM 3-levlatln) ,� m (771 VMH�JIH 31V1S) 133?JiS S3NDV wascL-uaz`9Ltaw 6mp L—Laassaao LazasE o - 669E3'ON W$13 3d9l sa!—S buuaau�bu3 ;o ;uaw;uodaQ b - 4d06133HS B "'mLy 01ddV231 s z0o0O9LoeaSaaes19£'[L++:xv3 SVX31 SONINHVW 1N3W3nVd 1NzINVAH3d 9 y 9E 131 IIS18HD snddo0 to ,llo 3OVNOIS8 ONIdR1S svx31'usaH0 sndaoo w F iW r OZ£311ns'vnHVONVUV0'N 555 _.._ �46t)Z ON08) of o o h 1 ` � 91 1332J1S GHVd03�0144 AVMHOIH 31ViS w o 0 8 -__v �T/ OV0H NMO1S8021 OHO Noildiaos3o ne 3iVo -oN Noisin3a Noildia— ns 31VO ON NOMA- 5'liWI�NNOM 03SI�3N 1NW LLOL9L/SO -LI ® — o" ww mp— z c7 N vitt 'zm Oi UH e�( =o aa= ogg =-w m ° w w == � a b �>-w-w uw 'oy°a,�w Qfgoj y zQ(11 y"y mLLmm aYw�Nwzww ~(11 930 Z 133HS 33S OO+6T NOI1V1S 3NIIHO1VW z LLzmmxmmmmm _------ — ---- u >�>om -mow§M M-, o°�z�¢o Q Q(f1 mom, moo \ y�ao�7o o"wrc0m Bozo ZO ° ma xw3szzaa�rczzww�w m x omoom� \\\ ¢m�zwm5°mm °oama z 0 Dox uNff,r' - a b ®� z 1 Er'. a > Jf bh . m m i Z 0 " y = aQ I m \ o - ®� m m J m Y ¢ m m RUSSELL DRIVE '42 { d o ll LL - 0 (60'ROW) m '$q i rc <0 m ego- L D D N Z+ LIBERTY z „ Y rym ££ � DRIVE 0 0'ROW) f 3m m x I wy w 3m m a m e O+ mm « "$ _ e m N a m O adSf m S " ,0- - �0 0 r �w2 LL�g a� m \ . zo sL 6L oo EE s g °¢ 99 � "6 �ON � y m m � a m dO ¢¢as m� w dd dd 0 0 w,.: .... $ 0 �" m (MOa"'"7 7') m o¢Q y (44)VMH°JIH31V1S) 133diSS3NOd omoma 3nRi0 w-w em o agagpg AHOi01n a a p m - " o OO+bI NOIIVIS 3NIIHO1VW wdL6Z4-LLOZ`9L taW 6mp LOSSl-aa0 14Z464 o - 669E-3'ON Wali 3d9l sa!—S buuaau�bu3 p a—a -daQ w 4 d0 I,133HS 009o'9ae'19£'[+:xd3 SVX31 00+6L V1S 0100+0L V1S NV-Id EdMS z „r e y oOLe Sas 0c L+131 IIS18HD snddo0 }o ,lllo :NVId NOI1N3A323d NOI1nIlOd HzIiVM W2301S v o w a 5 Lob9Z 9VX31'11SldH0 sndaoo , OZ£311ns'VnHVONV2UVO'N 995 = � (1760Z(IN08) ^l o U /II''p+Mea 133231S 023Vd031 Ol bb AVMH0IH 31V1o m 8 ___v �J OV0H NMO1S8021 OIO NOIldIaOS3o A8 31Vo -ON NOISIA3a Nolld-- 7 31VO ON NOMA- sliwn�aoM a3sln3a 1vw uozre Luso L ® po zn S 30 Z 133HS 33S 00+61 NOIIVIS 3NIlHOlVW � $ u z i y, N c7 0 z z m O�jj ym w LU(V O �w wxzvcyz w�5o �a oox z O° Z Z(11 a m Lu CJ xLL� LL�oQ w ! r-LL F (11 O Uco oaoo�so8��`2O S °or a�Sbb� o� 2 Q m w8�8aw�°�8o�8 z _ m o \ > Nm o x m � _. 000 e r ° z w m .. ...�.... ' SSELL DRIVE o RU � sJ ow o °w M.ROM tox m d ..... _. ... 000 „ h e.zo LIBERTY m.00 DRIVE w (50-ROW) ° m > a po p0 z va x o -0 fi^V p Q L0 00 O g 3 0 m� u O� o z ' p p sr O O� i m� 0. ,"... ............. � .......... O ° w — mm �� ox O X O g o z W Of - _ 1— oN w o w w ° ' �W a O � 2 e+re 3AI io�o90 oL z A210 0IA (MOiI H101M 7"'A) 7 (44),VMH°JIH 31V1S) 133HIS S3N0V - _------------ OO+bI NOIIVIS 3NIIHOIVW woos-L-uaz`oL taw O�LONS NVId 1N3A3ad llod a31VMWa015-EdM5-aa0 14Z464 i 669E-3'ON W2II33d91 saa £30 V1133HS WI 0099'899'IWL,:XV3 SVX31 S1[V13008VONVIS AVM3AI80 z° ° c+7 001,9"988"M1+131 IISRIHO sndaoo jO ,11Ij :SlIV13002JVONVIS ALIO - w F lObBL SVX31'UMIHO snd2100 d. m F OZE 311ns'VOHVONVHVO'N 555 (460Z 0N09) of & �•�`� 1332i1S 023Vd03�014t l HMHOIH 31H1S w o Co 3 �� aV02i NMO1S902i Ol0 NOIld-30 A9 31tl0 -ON NOISIA7 NOIldIilOS30 A8 31tl0 -ON NOISIn321 5'1IW11 NNOM 03SI-3N I INN I I1-9L/SE L N I<V b z z F 0 � wC7 ry�... z:Ew ci¢LU d U) o 0 a'\ o f,-� m o o h h `° n N .-I .N-I O H m H N o O v O o . o z > � p �1 w N m W . 0 . . V m O m m O h h N � N d: M p . m .-1 . m M . � N � M W � v N m `i o O \ Q U) z } O Q LL oI o o d' c O1 0 0 o N i .6 o h o o o Z .- O .i m z LU N z ,eV V, m M r m m m m M M h u) u) m m m u) m m m m m m V h h h LD O G Z / t,J m C ri O (V O M O C C u1 O O h O O N O M O 0 0 0 0 0 0 .-I O O 1 1 .-I O O O rI N m h N N N U V Z O o LL / O Z } o Qz m ui ui ui ui ui ui ui . . . . . . . . . ui ui ui ui . . . . . . . . . ui N Q . ui ui ui ui ui ui . . . ui ui ui h ui ui U) V z , <. O �/ m \ O O y Op 0 0 0 0 0 ti ti O O ti O ti 0 0 O ti 0 0 O ti ti m O O O O ti 0 0 0 0 0 0 0 Z I4!1 u1 C' N m 4!1 m m ut 4!1 N 4!1 u1 ut m O W m O O O F LL CF' .y U1 .Oy .y ih O .y .y N .-I tD .y N N .--i N .y tD O .y rct d' m nt N a N a m N m D �d v Lm" vo vh cv v v m o+ v N + c mm o o ro rooc + rc + mm o o + -+ m+ n+ nrov m n ± + . o . m e + h m m + o o Al -,+ N � m h+ M wtlSE-L-LLOZ 9L�W OaW"L-M+0-91S-RIIO-EOOSO-ilil0 Exhibit Design Calculations ADDENDUM 2 ATTACHMENT 3 SHEET 1 OF 176 Project Description File Name........................................................................... ORR Storm Exist.SPF Project Options FlowUnits........................................................................... CFS Elevation Type.................................................................... Elevation Hydrology Method............................................................... Rational Time of Concentration(TOC)Method................................ User-Defined Link Routing Method........................................................... Hydrodynamic Enable Overflow Ponding at Nodes.................................... YES Skip Steady State Analysis Time Periods........................... NO Analysis Options Start Analysis On................................................................ Jul 22,2015 000000 End Analysis On................................................................. Jul 26,2015 000000 Start Reporting On.............................................................. Jul 22,2015 000000 Antecedent Dry Days.......................................................... 0 days Runoff(Dry Weather)Time Step........................................ 0 01:00:00 days hh:mm:ss Runoff(Wet Weather)Time Step....................................... 0 00:05:00 days hh:mm:ss Reporting Time Step........................................................... 0 00:05:00 days hh:mm:ss Routing Time Step.............................................................. 30 seconds Number of Elements Qty RainGages......................................................................... 0 Subbasins............................................................................ 58 Nodes........... 86 Junctions.................................................................... 46 Outfalls....................................................................... 1 Flow Diversions.......................................................... 0 Inlets........................................................................... 39 Storage Nodes........................................................... 0 Links.... 93 Channels.................................................................... 8 Pipes.......................................................................... 85 Pumps........................................................................ 0 Orifices....................................................................... 0 Weirs.......................................................................... 0 Outlets........................................................................ 0 Pollutants............................................................................ 0 LandUses...........................................................................0 Rainfall Details Return Period......................... 25 year(s) ADDENDUM 2 ATTACHMENT 3 SHEET 2 OF 176 Subbasin Summary SN Subbasin Area Weighted Total Total Total Peak Time of ID Runoff Rainfall Runoff Runoff Runoff Concentration Coefficient Volume (ac) (in) (in) (ac-in) (cfs) (days hh:mm:ss) 1 ORR E13098 DA-10 17.09 0.6300 3.43 2.16 36.89 45.02 0 00:49:12 2 ORR E13098 DA-11-A 0.21 0.6800 2.84 1.93 0.40 0.81 0 00:30:00 3 ORR E13098 DA-11-B 0.73 0.6800 2.84 1.93 1.41 2.83 0 00:30:00 4 ORR E13098 DA-12-A 1.50 0.6400 2.84 1.82 2.72 5.45 0 00:30:00 5 ORR E13098 DA-12-B 4.70 0.6400 2.84 1.82 8.54 17.07 0 00:30:00 6 ORR-E13098-DA-13 0.42 0.5800 2.84 1.65 0.70 1.39 0 00:30:00 7 ORR E13098 DA-14-A 1.43 0.5600 2.84 1.59 2.27 4.54 0 00:30:00 8 ORR E13098 DA-14-B 20.53 0.5600 3.94 2.21 45.27 36.63 0 01:14:06 9 ORR-E13098-DA-15 2.60 0.5700 2.84 1.62 4.21 8.42 0 00:30:00 10 ORR E13098 DA-16-A 12.47 0.5600 4.25 2.38 29.71 18.73 0 01:35:12 11 ORR E13098 DA-16-B 1.94 0.5600 2.84 1.59 3.08 6.16 0 00:30:00 12 ORR-E13098-DA-17 19.47 0.5600 3.18 1.78 34.71 51.65 0 00:40:24 13 ORR E13098 DA-18-A 0.69 0.5500 2.84 1.56 1.08 2.16 0 00:30:00 14 ORR E13098 DA-18-B 1.19 0.5500 2.84 1.56 1.85 3.70 0 00:30:00 15 ORR E13098 DA-18-C 1.05 0.5500 2.84 1.56 1.64 3.28 0 00:30:00 16 ORR E13098 DA-19-A 1.26 0.5600 2.84 1.59 2.00 3.99 0 00:30:00 17 ORR E13098 DA-19-B 1.75 0.5600 2.84 1.59 2.79 5.57 0 00:30:00 18 ORR E13098 DA-19-C 9.46 0.5600 3.54 1.98 18.74 20.89 0 00:53:48 19 ORR E13098 DA-1-A 0.92 0.7300 2.84 2.07 1.91 3.82 0 00:30:00 20 ORR E13098 DA-1-13 2.64 0.7300 2.84 2.07 5.47 10.95 0 00:30:00 21 ORR E13098 DA-1-C 4.78 0.7300 2.84 2.07 9.89 19.79 0 00:30:00 22 ORR-E13098-DA-2 2.28 0.7200 2.84 2.04 4.66 9.32 0 00:30:00 23 ORR E13098 DA-20-A 2.34 0.5900 2.26 1.33 3.11 10.37 0 00:18:00 24 ORR E13098 DA-20-B 0.56 0.5900 2.06 1.22 0.67 2.70 0 00:15:00 25 ORR-E13098-DA-21-A 1.64 0.5500 2.84 1.56 2.57 5.13 0 00:30:00 26 ORR E13098 DA-21-B 1.59 0.5500 2.84 1.56 2.48 4.96 0 00:30:00 27 ORR E13098 DA-21-C 1.92 0.5500 2.84 1.56 3.00 6.01 0 00:30:00 28 ORR E13098 DA-22-A 7.52 0.5400 3.15 1.70 12.80 19.53 0 00:39:24 29 ORR E13098 DA-22-B 0.29 0.5400 2.06 1.11 0.32 1.27 0 00:15:00 30 ORR E13098 DA-22-C 0.42 0.5400 2.06 1.11 0.47 1.89 0 00:15:00 31 ORR-E13098-DA-23 3.12 0.5400 2.84 1.53 4.78 9.56 0 00:30:00 32 ORR E13098 DA-3-A 353.30 0.5800 3.73 2.16 764.54 728.24 0 01:03:00 33 ORR E13098 DA-3-13 12.00 0.5800 4.35 2.52 30.26 17.77 0 01:42:06 34 ORR E13098 DA-4-A 0.60 0.5400 2.84 1.53 0.92 1.84 0 00:30:00 35 ORR E13098 DA-4-13 1.10 0.5400 2.84 1.53 1.69 3.37 0 00:30:00 36 ORR E13098 DA-4-C 0.30 0.5400 2.84 1.53 0.46 0.92 0 00:30:00 37 ORR E13098 DA-4-D 0.40 0.5400 2.84 1.53 0.61 1.23 0 00:30:00 38 ORR E13098 DA-5-A 5.26 0.5600 2.84 1.59 8.36 16.72 0 00:30:00 39 ORR E13098 DA-5-13 42.28 0.5600 3.58 2.00 84.69 91.29 0 00:55:42 40 ORR E13098 DA-6-A 4.00 0.6200 2.84 1.76 7.04 14.07 0 00:30:00 41 ORR E13098 DA-6-13 2.30 0.6200 2.84 1.76 4.05 8.09 0 00:30:00 42 ORR E13098 DA-7 0.43 0.6700 2.84 1.90 0.82 1.64 0 00:30:00 43 ORR E13098 DA-8-A 0.36 0.6500 2.84 1.84 0.67 1.34 0 00:30:00 44 ORR E13098 DA-8-13 2.15 0.6500 2.84 1.84 3.96 7.92 0 00:30:00 45 ORR E13098 DA-9-A 0.59 0.6100 2.84 1.73 1.03 2.05 0 00:30:00 46 ORR E13098 DA-9-B 0.60 0.6100 2.84 1.73 1.04 2.08 0 00:30:00 47 ORR E13098 DA-9-C 1.64 0.6100 2.84 1.73 2.84 5.69 0 00:30:00 48 ORR E13098 DA-9-D 3.17 0.6100 2.84 1.73 5.50 10.99 0 00:30:00 49 ORR E13098 IHB-030-100 79.00 0.6000 4.62 2.77 219.15 104.50 0 02:05:48 50 ORR E13098 IHB-030-101 49.00 0.6000 4.10 2.46 120.44 85.70 0 01:24:24 51 ORR E13098 IHB-030-102 142.00 0.5000 3.26 1.63 231.60 324.37 0 00:42:48 52 ORR E13098 IHB-030-103 124.00 0.6000 4.24 2.55 315.70 201.15 0 01:34:06 53 ORR E13098 IHB-030-104.1 19.00 0.5100 2.89 1.47 27.95 53.53 0 00:31:24 54 ORR E13098 IHB-030-104.2 55.00 0.5100 3.27 1.67 91.63 127.40 0 00:43:12 55 ORR E13098 IHB-030-104.3 165.00 0.5300 3.55 1.88 310.53 342.85 0 00:54:18 56 ORR E13098 IHB-030-105 56.00 0.5100 2.26 1.15 64.46 214.82 0 00:18:00 57 ORR E13098 IHB-030-106 106.00 0.5100 3.06 1.56 165.36 273.15 0 00:36:24 58 ORR E13098 IHB-030-107 133.00 0.5100 3.54 1.81 240.33 266.25 0 00:54:12 - - ADDENDUM 2 ATTACHMENT 3 SHEET 3 OF 176 Node Summary SN Element Element Invert Ground/Rim Initial Surcharge Ponded Peak Max HGL Max Min Time of Total Total Time ID Type Elevation (Max) Water Elevation Area Inflow Elevation Surcharge Freeboard Peak Flooded Flooded Elevation Elevation Attained Depth Attained Flooding Volume Attained Occurrence (ft) (ft) (ft) (ft) (ft) (cfs) (ft) (ft) (ft) (days hh:mm) (ac-in) (min) 1 J-01 Junction 17.93 28.25 17.93 100.00 0.00 93.70 28.54 0.29 0.00 0 00:00 0.00 0.00 2 ORR E13098 EMH-01 Junction 37.34 41.64 37.34 100.00 0.00 6.53 41.67 0.03 0.00 0 00:00 0.00 0.00 3 ORR E13098 EMH-02 Junction 35.54 41.69 35.54 100.00 0.00 21.17 42.55 0.86 0.00 0 00:00 0.00 0.00 4 ORR E13098 EMH-03 Junction 33.98 42.88 33.98 100.00 0.00 56.36 58.11 15.23 0.00 0 00:00 0.00 0.00 5 ORR E13098 EMH-04 Junction 39.45 43.00 39.45 100.00 0.00 18.73 44.55 1.55 0.00 0 00:00 0.00 0.00 6 ORR E13098 EMH-05 Junction 31.25 41.95 31.25 100.00 0.00 38.09 39.22 0.00 2.73 0 00:00 0.00 0.00 7 ORR E13098 EMH-06 Junction 28.66 36.11 28.66 100.00 0.00 45.01 42.30 6.19 0.00 0 00:00 0.00 0.00 8 ORR E13098 J-01 Junction 36.58 43.31 36.58 100.00 0.00 18.93 42.98 0.00 0.34 0 00:00 0.00 0.00 9 ORR E13098 J-02 Junction 40.64 44.00 40.64 100.00 0.00 19.51 46.06 2.06 0.00 0 00:00 0.00 0.00 10 ORR E13098 J-03 Junction 36.41 43.30 36.41 100.00 0.00 19.19 42.67 0.00 0.63 0 00:00 0.00 0.00 11 ORR E13098 J-04 Junction 37.37 42.00 37.37 100.00 0.00 6.01 41.85 0.00 0.15 0 00:00 0.00 0.00 12 ORR E13098 J-05 Junction 35.57 42.00 35.57 100.00 0.00 20.88 43.81 1.81 0.00 0 00:00 0.00 0.00 13 ORR E13098 J-06 Junction 33.39 42.62 33.39 100.00 0.00 66.81 49.21 6.59 0.00 0 00:00 0.00 0.00 14 ORR E13098 J-07 Junction 34.22 43.50 34.22 100.00 0.00 51.63 63.69 20.19 0.00 0 00:00 0.00 0.00 15 ORR E13098 J-08 Junction 31.90 42.50 31.90 100.00 0.00 36.61 39.56 0.00 2.94 0 00:00 0.00 0.00 16 ORR E13098 J-09 Junction 20.88 29.70 20.88 100.00 0.00 126.01 32.52 2.82 0.00 0 00:00 0.00 0.00 17 ORR E13098 J-10 Junction 23.90 27.00 23.90 100.00 0.00 3.37 27.03 0.03 0.00 0 00:00 0.00 0.00 18 ORR E13098 J-11 Junction 13.04 28.00 13.04 100.00 100.00 727.94 30.64 2.64 0.00 0 01:02 0.27 66.00 19 ORR E13098 J-12 Junction 16.74 27.90 16.74 100.00 0.00 104.19 27.99 0.09 0.00 0 00:00 0.00 0.00 20 ORR E13098 J-13 Junction 15.89 27.34 15.89 100.00 0.00 130.70 27.55 0.21 0.00 0 00:00 0.00 0.00 21 ORR E13098 J-14 Junction 11.35 26.00 11.35 100.00 100.00 319.05 26.77 0.77 0.00 0 00:22 0.60 72.00 22 ORR E13098 J-15 Junction 11.32 26.00 11.32 100.00 100.00 319.47 27.04 1.04 0.00 0 00:22 0.74 68.00 23 ORR E13098 J-16 Junction 11.30 26.00 11.30 100.00 100.00 319.85 27.31 1.31 0.00 0 00:22 0.77 65.00 24 ORR E13098 J-17 Junction 11.27 26.00 11.27 100.00 100.00 320.22 27.58 1.58 0.00 0 00:23 0.94 62.00 25 ORR E13098 J-18 Junction 11.24 26.00 11.24 100.00 100.00 320.49 27.85 1.85 0.00 0 00:23 1.07 59.00 26 ORR E13098 J-19 Junction 11.21 26.00 11.21 100.00 100.00 320.91 28.12 2.12 0.00 0 00:21 1.22 56.00 27 ORR E13098 J-20 Junction 11.17 26.00 11.17 100.00 100.00 321.07 28.39 2.39 0.00 0 00:21 1.29 54.00 28 ORR E13098 J-21 Junction 11.05 26.00 11.05 100.00 500.00 321.49 28.70 2.70 0.00 0 00:21 1.82 51.00 29 ORR E13098 J-22 Junction 10.92 26.00 10.92 100.00 500.00 321.75 28.95 2.95 0.00 0 00:21 1.98 51.00 30 ORR E13098 J-23 Junction 10.72 26.00 10.72 100.00 500.00 322.54 29.17 3.17 0.00 0 00:21 2.13 50.00 31 ORR E13098 J-24 Junction 10.66 26.00 10.66 100.00 500.00 323.29 29.36 3.36 0.00 0 00:21 2.56 49.00 32 ORR E13098 J-25 Junction 10.05 26.00 10.05 100.00 500.00 347.37 29.64 3.64 0.00 0 00:26 2.80 49.00 33 ORR E13098 J-26 Junction 9.63 24.00 9.63 100.00 500.00 347.95 29.63 5.63 0.00 0 00:21 4.01 66.00 34 ORR E13098 J-27 Junction 9.47 24.00 9.47 100.00 500.00 452.57 29.63 5.63 0.00 0 00:22 6.80 65.00 35 ORR E13098 J-28 Junction 8.79 24.00 8.79 100.00 500.00 571.36 29.54 5.54 0.00 0 00:23 10.18 63.00 36 ORR E13098 J-29 Junction 7.91 22.00 7.91 100.00 500.00 775.43 29.42 7.42 0.00 0 00:21 13.07 69.00 37 ORR E13098 J-30 Junction 6.84 19.97 6.84 100.00 500.00 773.53 28.13 8.17 0.00 0 00:21 9.61 74.00 38 ORR E13098 J-31 Junction 6.49 19.30 6.49 100.00 500.00 742.58 27.10 7.80 0.00 0 00:23 6.43 73.00 39 ORR E13098 J-32 Junction 6.00 18.38 6.00 100.00 500.00 721.12 25.98 7.60 0.00 0 00:23 6.27 72.00 40 ORR E13098 J-33 Junction 5.91 18.21 5.91 100.00 500.00 967.80 25.13 6.92 0.00 0 00:25 6.02 69.00 41 ORR E13098 J-34 Junction 5.36 17.18 5.36 100.00 500.00 959.79 23.20 6.02 0.00 0 00:25 5.70 68.00 42 ORR E13098 J-35 Junction 4.77 16.05 4.77 100.00 500.00 955.91 21.23 5.18 0.00 0 00:27 7.55 68.00 43 ORR E13098 J-36 Junction 3.50 16.00 3.50 100.00 500.00 1004.86 18.57 2.57 0.00 0 00:35 4.01 53.00 44 ORR E13098 J-37 Junction 2.20 16.00 2.20 100.00 500.00 1044.73 16.24 0.24 0.00 0 00:53 0.31 15.00 45 ORR E13098 J-38 Junction 0.92 16.00 0.92 100.00 500.00 1045.82 16.00 0.00 0.00 0 01:22 0.03 0.00 46 ORR E13098_Open-Pipe Junction 40.34 43.50 40.34 100.00 500.00 9.56 46.43 2.93 0.00 0 00:24 0.44 35.00 47 ORR_E13098_Nueces-Bay Outfall 0.39 1051.21 11.39 ADDENDUM 2 ATTACHMENT 3 SHEET 4 OF 176 Link Summary SN Element Element From To(Outlet) Length Inlet Outlet Average Diameter or Manning's Peak Design Flow Peak Flow/Peak Flow Peak Flow Peak Flow Total Time ID Type (Inlet) Node Invert Invert Slope Height Roughness Flow Capacity Design Flow Velocity Depth Depth/ Surcharged Node Elevation Elevation Ratio Total Depth Ratio (ft) (ft) (ft) (°/a) (in) (cfs) (cfs) (ft/sec) (ft) (min) 1 ORR E13098 P-01 Pipe ORR_E13098_Open-Pipe ORR_E13098_J-01 184.00 40.34 39.45 0.4800 15.000 0.0130 8.09 4.49 1.80 6.59 1.25 1.00 45.00 2 ORR_E13098_P-02 Pipe ORR_E13098_CI-1 ORR_E13098_J-01 28.73 40.37 39.45 3.2000 15.000 0.0130 2.10 11.56 0.18 5.91 1.25 1.00 44.00 3 ORR E13098 P-03 Pipe ORR_E13098 CI-2 ORR E13098_J-01 50.97 40.48 39.45 2.0200 18.000 0.0130 12.95 14.93 0.87 7.35 1.50 1.00 46.00 4 ORR E13098 P-04 Pipe ORR_E13098_J-02 ORR E13098 CI-2 4.82 40.64 40.63 0.2100 18.000 0.0130 19.51 4.78 4.08 11.04 1.50 1.00 45.00 5 ORR_E13098_P-05 Pipe ORR_E13098_J-01 ORR_E13098_J-03 41.58 36.58 36.41 0.4100 30.000 0.0130 18.94 26.23 0.72 3.86 2.50 1.00 64.00 6 ORR E13098 P-06 Pipe ORR_E13098 CI-3 ORR E13098 J-03 41.91 37.14 36.41 1.7400 18.000 0.0130 1.49 13.86 0.11 3.94 1.50 1.00 67.00 7 ORR E13098 P-07 Pipe ORR_E13098_J-03 ORR E13098 CI4 160.54 36.41 35.77 0.4000 30.000 0.0130 19.15 25.90 0.74 3.90 2.50 1.00 64.00 8 ORR_E13098_P-08 Pipe ORR_E13098_CI-6 ORR_E13098_CI4 84.07 37.35 35.87 1.7600 24.000 0.0130 13.68 30.02 0.46 4.36 2.00 1.00 62.00 9 ORR E13098 P-09 Pipe ORR_E13098 EMH-01 ORR E13098 CI-6 11.56 37.35 37.35 0.0000 24.000 0.0130 6.82 2.10 3.24 3.64 2.00 1.00 61.00 10 ORR E13098 P-10 Pipe ORR_E13098 CI-5 ORR E13098 EMH-01 22.06 37.92 37.34 2.6300 24.000 0.0130 3.24 46.71 0.07 1.93 2.00 1.00 58.00 11 ORR_E13098_P-11 Pipe ORR_E13098_J-04 ORR_E13098_EMH-01 15.61 37.37 37.34 0.1900 18.000 0.0130 6.01 4.60 1.31 3.40 1.50 1.00 65.00 12 ORR E13098 P-12 Pipe ORR_E13098 CI-4 ORR E13098 CI-7 201.12 35.77 34.88 0.4400 30.000 0.0130 35.58 27.29 1.30 7.25 2.50 1.00 68.00 13 ORR E13098 P-13 Pipe ORR_E13098 CI-7 ORR E13098 CI-8 27.06 34.88 34.94 -0.2200 30.000 0.0130 37.21 19.31 1.93 7.58 2.50 1.00 68.00 14 ORR_E13098_P-14 Pipe ORR_E13098_EMH-02 ORR_E13098_CI-8 82.72 35.54 34.99 0.6600 24.000 0.0130 15.97 18.45 0.87 5.08 2.00 1.00 72.00 15 ORR E13098 P-15 Pipe ORR_E13098 CI-10 ORR E13098 EMH-02 12.29 37.04 36.99 0.4100 24.000 0.0130 12.14 14.43 0.84 3.86 2.00 1.00 61.00 16 ORR E13098 P-16 Pipe ORR_E13098 CI-9 ORR E13098 EMH-02 21.95 37.48 36.59 4.0500 24.000 0.0130 9.01 45.55 0.20 5.47 2.00 1.00 59.00 17 ORR_E13098_P-17 Pipe ORR_E13098_J-05 ORR_E13098_EMH-02 12.53 35.57 35.54 0.2000 24.000 0.0130 20.88 10.12 2.06 6.65 2.00 1.00 72.00 18 ORR E13098 P-18 Pipe ORR_E13098 CI-8 ORR E13098 CI-11 146.51 34.94 33.93 0.6900 36.000 0.0130 42.01 55.38 0.76 5.94 3.00 1.00 66.00 19 ORR E13098 P-19 Pipe ORR_E13098 CI-11 ORR E13098_J-06 171.33 33.93 33.39 0.3200 42.000 0.0130 42.53 56.48 0.75 4.42 3.50 1.00 66.00 20 ORR E13098 P-20 Pipe ORR_E13098 EMH-03 ORR E13098_J-06 43.85 33.98 33.91 0.1600 33.000 0.0130 62.49 21.13 2.96 10.52 2.75 1.00 71.00 21 ORR_E13098_P-21 Pipe ORR_E13098_J-07 ORR_E13098_EMH-03 69.07 34.22 34.08 0.2000 33.000 0.0130 56.36 23.81 2.37 9.49 2.75 1.00 70.00 22 ORR E13098 P-22 Pipe ORR_E13098_J-06 ORR E13098 CI-12 337.34 33.39 32.34 0.3100 45.000 0.0130 66.67 67.47 0.99 6.04 3.75 1.00 66.00 23 ORR E13098 P-23 Pipe ORR_E13098 EMH-04 ORR E13098 CI-12 224.34 39.45 39.00 0.2000 24.000 0.0130 18.73 10.13 1.85 6.35 2.00 1.00 16.00 24 ORR_E13098_P-24 Pipe ORR_E13098_CI-12 ORR_E13098_CI-13 74.59 32.34 31.73 0.8200 45.000 0.0130 74.59 109.37 0.68 6.75 3.75 1.00 73.00 25 ORR E13098 P-25 Pipe ORR_E13098 CI-14 ORR E13098 CI-13 44.92 37.58 36.73 1.8900 18.000 0.0130 9.26 14.45 0.64 6.56 1.50 1.00 41.00 26 ORR E13098 P-26 Pipe ORR_E13098 CI-13 ORR E13098 CI-15 420.32 31.73 30.23 0.3600 45.000 0.0130 81.92 72.24 1.13 7.42 3.75 1.00 69.00 27 ORR_E13098_P-27 Pipe ORR_E13098_CI-15 ORR_E13098_CI-17 154.61 30.23 29.62 0.3900 45.000 0.0130 92.33 75.96 1.22 8.36 3.75 1.00 71.00 28 ORR E13098 P-28 Pipe ORR_E13098 EMH-05 ORR E13098 CI-17 42.42 31.25 29.62 3.8400 36.000 0.0130 39.65 130.75 0.30 6.94 3.00 1.00 73.00 29 ORR E13098 P-29 Pipe ORR_E13098 CI-16 ORR E13098 EMH-05 43.85 37.76 35.55 5.0400 24.000 0.0130 6.07 50.79 0.12 8.08 1.82 0.91 0.00 30 ORR_E13098_P-30 Pipe ORR_E13098_J-08 ORR_E13098_EMH-05 91.02 31.90 31.90 0.0000 36.000 0.0130 36.76 2.21 16.63 5.20 3.00 1.00 70.00 31 ORR E13098 P-31 Pipe ORR_E13098 CI-17 ORR E13098 CI-18 439.63 29.62 25.17 1.0100 45.000 0.0130 93.35 121.67 0.77 9.02 3.75 1.00 76.00 32 ORR E13098 P-32 Pipe ORR_E13098 EMH-06 ORR E13098 CI-18 114.44 28.66 28.32 0.3000 33.000 0.0130 45.03 28.83 1.56 7.58 2.75 1.00 76.00 33 ORR_E13098_P-33 Pipe ORR_E13098_CI-19 ORR_E13098_CI-18 43.33 32.08 31.17 2.1000 15.000 0.0130 11.43 9.36 1.22 9.32 1.25 1.00 57.00 34 ORR E13098 P-34 Pipe ORR_E13098 CI-20 ORR E13098 CI-19 62.35 32.39 32.08 0.5000 15.000 0.0130 7.34 4.55 1.61 5.98 1.25 1.00 65.00 35 ORR E13098 P-35 Pipe ORR_E13098 CI-21 ORR E13098 CI-20 30.61 32.68 32.44 0.7800 12.000 0.0130 3.06 3.15 0.97 3.90 1.00 1.00 69.00 36 ORR_E13098_P-36 Pipe ORR_E13098_CI-18 ORR_E13098_J-09 432.42 25.17 20.88 0.9900 48.000 0.0130 126.01 143.07 0.88 10.03 4.00 1.00 87.00 37 ORR E13098 P-37 Pipe ORR_E13098 CI-22 ORR E13098_J-09 42.95 25.05 22.30 6.4000 15.000 0.0130 8.07 16.35 0.49 8.67 1.25 1.00 93.00 38 ORR E13098 P-38 Pipe ORR_E13098 CI-23 ORR E13098 CI-22 35.69 26.88 25.05 5.1300 15.000 0.0130 7.07 14.63 0.48 7.63 1.25 1.00 88.00 39 ORR_E13098_P-39 Pipe ORR_E13098_J-09 ORR_E13098_CI-24 148.91 20.88 19.40 0.9900 48.000 0.0130 118.00 143.20 0.82 9.39 4.00 1.00 95.00 40 ORR E13098 P-40 Pipe ORR_E13098 CI-25 ORR_E13098_CI-24 46.18 24.93 20.40 9.8100 15.000 0.0130 7.16 20.23 0.35 10.95 1.25 1.00 92.00 41 ORR E13098 P-41 Pipe ORR_E13098 CI-24 J-01 122.30 19.40 17.93 1.2000 54.000 0.0130 88.89 215.60 0.41 7.17 4.50 1.00 97.00 42 ORR_E13098_P-42 Pipe ORR_E13098_CI-26 J-01 27.91 22.84 17.93 17.6000 15.000 0.0130 5.30 27.10 0.20 8.89 1.25 1.00 95.00 43 ORR E13098 P-43 Pipe J-01 ORR E13098_J-12 100.17 17.93 16.74 1.1900 54.000 0.0130 93.56 214.34 0.44 5.88 4.50 1.00 100.00 44 ORR E13098 P-44 Pipe ORR_E13098 CI-27 ORR E13098 CI-28 54.31 24.01 23.16 1.5700 15.000 0.0130 8.67 8.08 1.07 7.20 1.25 1.00 93.00 45 ORR_E13098_P-45 Pipe ORR_E13098_CI-28 ORR_E13098_J-12 38.39 23.16 17.57 14.5600 18.000 0.0130 11.42 40.08 0.28 13.29 1.50 1.00 94.00 46 ORR E13098 P-46 Pipe ORR_E13098 CI-29 ORR E13098_J-12 48.91 23.41 17.84 11.3900 15.000 0.0130 2.77 21.80 0.13 6.45 1.25 1.00 93.00 47 ORR E13098 P-47 Pipe ORR_E13098_J-12 ORR E13098 CI-30 85.11 16.74 16.35 0.4600 54.000 0.0130 104.09 133.12 0.78 6.54 4.50 1.00 103.00 48 ORR_E13098_P-48 Pipe ORR_E13098_CI-30 ORR_E13098_J-13 32.80 16.35 15.89 1.4000 54.000 0.0130 104.79 232.89 0.45 6.59 4.50 1.00 103.00 49 ORR E13098 P-49 Pipe ORR_E13098 CI-32 ORR E13098_J-13 94.12 21.76 18.28 3.7000 21.000 0.0130 32.58 30.47 1.07 13.54 1.75 1.00 99.00 50 ORR E13098 P-50 Pipe ORR_E13098 CI-31 ORR E13098 CI-32 33.16 24.08 23.66 1.2700 15.000 0.0130 8.40 7.27 1.16 6.85 1.25 1.00 96.00 51 ORR_E13098_P-51 Pipe ORR_E13098_J-13 ORR_E13098_CI-33 178.75 15.89 14.62 0.7100 54.000 0.0130 130.61 165.76 0.79 8.21 4.50 1.00 104.00 52 ORR E13098 P-52 Pipe ORR_E13098_J-11 ORR E13098 CI-33 15.00 13.04 13.04 0.0000 96.000 0.0150 728.29 64.54 11.28 14.49 8.00 1.00 99.00 53 ORR E13098 P-53 Pipe ORR_E13098 CI-34 ORR E13098 CI-33 62.75 23.71 18.25 8.7000 15.000 0.0130 4.31 19.06 0.23 10.74 1.25 1.00 89.00 54 ORR_E13098_P-54 Pipe ORR_E13098_CI-35 ORR_E13098_CI-34 32.12 24.18 23.71 1.4600 15.000 0.0130 5.29 7.81 0.68 4.31 1.25 1.00 87.00 55 ORR E13098 P-55 Pipe ORR_E13098_J-10 ORR E13098 CI-34 11.42 23.90 23.71 1.6600 15.000 0.0130 3.37 8.33 0.40 4.52 1.25 1.00 89.00 56 ORR E13098 P-56 Pipe ORR_E13098 CI-36 ORR E13098 CI-35 12.01 24.78 24.18 4.9900 15.000 0.0130 4.75 14.44 84.00 57 ORR E13098 P-57 Pipe ORR_E13098 CI-33 ORR E13098 CI-37 267.50 13.04 12.38 0.2500 99.000 0.0130 363.40 551.03 .66 5.87 8.25 1.00 98.00 58ORR_E13098_P-58 Pipe ORR_E13098_CI-37 ORR_E13098_CI-38 227.48 12.38 11.46 0.4000 99.000 0.0130 313.88 705.48 .44 Er9.®V.1( i2o 100.00 ATTACHMENT 3 SHEET 5 OF 176 Link Summary SN Element Element From To(Outlet) Length Inlet Outlet Average Diameter or Manning's Peak Design Flow Peak Flow/Peak Flow Peak Flow Peak Flow Total Time ID Type (Inlet) Node Invert Invert Slope Height Roughness Flow Capacity Design Flow Velocity Depth Depth/ Surcharged Node Elevation Elevation Ratio Total Depth Ratio (ft) (ft) (ft) (%) (in) (cfs) (cfs) (ft/sec) (ft) (min) 59 ORR-E13098-P-59 Pipe ORR-E13098-CI-39 ORR-E13098-CI-38 55.27 24.42 21.66 4.9900 18.000 0.0130 6.75 23.47 0.29 10.98 1.50 1.00 82.00 60 ORR_E13098_P-60 Pipe ORR_E13098_CI-38 ORR_E13098_J-14 94.92 11.46 11.35 0.1200 99.000 0.0130 319.05 382.76 0.83 5.16 8.25 1.00 102.00 61 ORR-E13098-P-61 Pipe ORR_E13098_J-14 ORR-E13098-J-15 21.31 11.35 11.32 0.1200 99.000 0.0130 319.47 387.49 0.82 5.16 8.25 1.00 102.00 62 ORR-E13098-P-62 Pipe ORR_E13098_J-15 ORR-E13098-J-16 20.28 11.32 11.30 0.1200 99.000 0.0130 319.85 381.62 0.84 5.17 8.25 1.00 101.00 63 ORR_E13098_P-63 Pipe ORR_E13098_J-16 ORR_E13098_J-17 25.00 11.30 11.27 0.1200 99.000 0.0130 320.22 377.86 0.85 5.18 8.25 1.00 101.00 64 ORR-E13098-P-64 Pipe ORR_E13098_J-17 ORR-E13098-J-18 24.12 11.27 11.24 0.1200 99.000 0.0130 320.49 377.93 0.85 5.23 8.25 1.00 100.00 65 ORR-E13098-P-65 Pipe ORR_E13098_J-18 ORR-E13098-J-19 22.93 11.24 11.21 0.1200 99.000 0.0130 320.91 380.63 0.84 5.40 8.25 1.00 99.00 66 ORR_E13098_P-66 Pipe ORR_E13098_J-19 ORR_E13098_J-20 33.56 11.21 11.17 0.1200 99.000 0.0130 321.07 383.00 0.84 5.44 8.25 1.00 98.00 67 ORR-E13098-P-67 Pipe ORR_E13098_J-20 ORR-E13098-J-21 105.79 11.17 11.05 0.1200 99.000 0.0130 321.49 382.85 0.84 5.56 8.25 1.00 98.00 68 ORR-E13098-P-68 Pipe ORR_E13098_J-21 ORR-E13098-J-22 105.70 11.05 10.92 0.1200 111.000 0.0130 321.75 446.59 0.72 4.64 9.25 1.00 93.00 69 ORR_E13098_P-69 Pipe ORR_E13098_J-22 ORR_E13098_J-23 176.14 10.92 10.72 0.1200 120.000 0.0130 322.54 486.12 0.66 4.30 10.00 1.00 87.00 70 ORR-E13098-P-70 Pipe ORR_E13098_J-23 ORR-E13098-J-24 29.23 10.72 10.66 0.1800 120.000 0.0130 323.29 601.04 0.54 4.31 10.00 1.00 86.00 71 ORR-E13098-P-71 Pipe ORR_E13098_J-24 ORR-E13098-J-25 341.89 10.66 10.05 0.1800 120.000 0.0130 325.27 604.46 0.54 4.36 10.00 1.00 86.00 72 ORR_E13098_P-72 Pipe ORR_E13098_J-25 ORR_E13098_J-26 231.58 10.05 9.63 0.1800 120.000 0.0130 347.95 632.47 0.55 4.49 10.00 1.00 87.00 73 ORR-E13098-P-73 Pipe ORR_E13098_J-26 ORR-E13098-J-27 91.08 9.63 9.47 0.1800 120.000 0.0130 348.52 632.02 0.55 4.50 10.00 1.00 86.00 74 ORR-E13098-P-74 Pipe ORR_E13098_J-27 ORR-E13098-J-28 694.53 9.47 8.79 0.1000 120.000 0.0130 420.32 508.32 0.83 5.09 10.00 1.00 86.00 75 ORR_E13098_P-75 Pipe ORR_E13098_J-28 ORR_E13098_J-29 801.73 8.79 7.91 0.1100 120.000 0.0130 524.85 535.96 0.98 6.36 10.00 1.00 87.00 76 ORR-E13098-P-76 Pipe ORR-E13098-J-29 ORR-E13098-J-30 597.36 7.91 6.84 0.1800 132.000 0.0130 725.78 779.41 0.93 8.00 11.00 1.00 81.00 77 ORR-E13098-P-77 Pipe ORR-E13098-J-30 ORR-E13098-J-31 196.10 6.84 6.49 0.1800 132.000 0.0130 742.58 878.50 0.85 7.50 11.00 1.00 83.00 78 ORR-E13098-P-78 Pipe ORR-E13098-J-31 ORR-E13098-J-32 272.17 6.49 6.00 0.1800 132.000 0.0130 721.12 878.56 0.82 7.28 11.00 1.00 81.00 79 ORR_E13098_P-79 Pipe ORR_E13098_J-32 ORR_E13098_J-33 49.37 6.00 5.91 0.1800 132.000 0.0130 717.76 879.10 0.82 7.34 11.00 1.00 76.00 80 ORR-E13098-P-80 Pipe ORR-E13098-J-33 ORR-E13098-J-34 304.10 5.91 5.36 0.1800 132.000 0.0130 959.79 911.61 1.05 9.43 11.00 1.00 73.00 81 ORR-E13098-P-81 Pipe ORR-E13098-J-34 ORR-E13098-J-35 330.09 5.36 4.77 0.1800 132.000 0.0130 955.91 911.81 1.05 9.39 11.00 1.00 70.00 82 ORR_E13098_P-82 Pipe ORR_E13098_J-35 ORR_E13098_J-36 705.02 4.77 3.50 0.1800 132.000 0.0130 953.69 911.93 1.05 9.37 11.00 1.00 67.00 83 ORR-E13098-P-83 Pipe ORR_E13098_J-36 ORR-E13098-J-37 394.15 3.50 2.20 0.3300 132.000 0.0130 1003.00 1231.12 0.81 9.86 11.00 1.00 66.00 84 ORR-E13098-P-84 Pipe ORR_E13098_J-37 ORR-E13098-J-38 388.65 2.20 0.92 0.3300 132.000 0.0130 1045.82 1235.47 0.85 10.28 11.00 1.00 58.00 85 ORR_E13098_P-85 Pipe ORR_E13098_J-38 ORR_E13098_Nueces-Bay 295.55 0.92 0.39 0.1800 132.000 0.0130 1051.21 910.23 1.15 10.49 11.00 1.00 3.00 86 ORR E13098 L-01 Channel ORR-E13098-CI-3 ORR E13098 CI-0 148.50 42.81 42.45 0.2500 6.000 0.0120 8.91 8.61 1.04 3.71 0.48 0.96 0.00 87 ORR E13098 L-02 Channel ORR-E13098-CI-1 1 ORR-E13098-CI-8 148.81 41.60 40.90 0.4700 6.000 0.0120 2.39 16.93 0.14 9.36 0.31 0.63 0.00 88 ORR E13098 L-03 Channel ORR-E13098-CI-17 ORR-E13098-CI-18 441.77 41.20 37.26 0.8900 6.000 0.0120 0.00 16.38 0.00 0.00 0.06 0.12 0.00 89 ORR E13098 L-04 Channel ORR-E13098-CI-18 ORR-E13098-CI-24 583.00 36.29 26.70 1.6400 6.000 0.0120 2.00 20.44 0.10 2.68 0.23 0.47 0.00 90 ORR E13098 L-05 Channel ORR-E13098-CI-24 ORR-E13098-CI-30 310.19 29.03 27.39 0.5300 6.000 0.0120 3.47 12.79 0.27 4.38 0.19 0.38 0.00 91 ORR E13098 L-06 Channel ORR-E13098-CI-28 ORR-E13098-CI-34 345.97 28.14 26.86 0.3700 6.000 0.0120 0.03 10.52 0.00 0.49 0.01 0.03 0.00 92 ORR E13098 L-07 Channel ORR-E13098-CI-30 ORR-E13098-CI-34 229.64 27.39 26.86 0.2300 6.000 0.0120 3.72 7.98 0.47 21.49 0.12 0.25 0.00 93 ORR-E13098-L-08 Channel ORR-E13098-CI-37 ORR-E13098-CI-38 230.43 26.66 26.46 0.0900 6.000 0.0120 0.23 5.09 0.05 0.86 0.05 0.11 0.00 ADDENDUM 2 ATTACHMENT 3 SHEET 6 OF 176 Inlet Summary SN Element Inlet Manufacturer Inlet Number of Catchbasin Max(Rim) Initial Ponded Peak Peak Flow Peak Flow Inlet Allowable Max Gutter Max Gutter ID Manufacturer Part Location Inlets Invert Elevation Water Area Flow Intercepted Bypassing Efficiency Spread Spread Water Elev. Number Elevation Elevation by Inlet during Peak during Peak during Peak Inlet Flow Flow Flow (ft) IT (ft) (ft) (cfs) (cfs) (cfs) (%) (ft) (ft) (ft) 1 ORR-E13098-CI-1 FHWA HEC-22 GENERIC NIA On Sag 1 40.37 43.37 40.37 10.00 1.88 NIA NIA NIA 7.00 12.48 43.62 2 ORR_E13098_CI-10 FHWA HEC-22 GENERIC NIA On Sag 1 37.04 41.64 37.04 10.00 5.57 NIA NIA NIA 7.00 25.66 42.32 3 ORR E13098 CI-11 FHWA HEC-22 GENERIC NIA On Grade 1 33.93 42.33 33.93 NIA 3.28 0.89 2.39 27.06 7.00 11.25 42.56 4 ORR-E13098-CI-12 FHWA HEC-22 GENERIC NIA On Sag 1 32.34 42.44 32.34 10.00 0.00 NIA NIA NIA 7.00 0.00 42.44 5 ORR_E13098_CI-13 FHWA HEC-22 GENERIC NIA On Sag 1 31.73 42.29 31.73 10.00 6.16 NIA NIA NIA 7.00 27.30 42.83 6 ORR E13098 CI-14 FHWA HEC-22 GENERIC NIA On Sag 1 37.58 42.58 37.58 10.00 8.42 NIA NIA NIA 7.00 33.39 43.38 7 ORR E13098 CI-15 FHWA HEC-22 GENERIC NIA On Sag 1 30.23 42.68 30.23 10.00 1.39 NIA NIA NIA 7.00 10.10 42.88 8 ORR-E13098-CI-16 FHWA HEC-22 GENERIC NIA On Sag 1 37.76 42.21 37.76 10.00 4.54 NIA NIA NIA 7.00 22.50 42.66 9 ORR E13098 CI-17 FHWA HEC-22 GENERIC NIA On Sag 1 29.62 41.20 29.62 10.00 0.81 NIA NIA NIA 7.00 6.68 41.33 10 ORR E13098 CI-18 FHWA HEC-22 GENERIC NIA On Grade 1 25.17 37.22 25.17 NIA 2.83 0.81 2.02 28.66 7.00 10.64 37.43 11 ORR_E13098_CI-19 FHWA HEC-22 GENERIC NIA On Sag 1 32.08 36.93 32.08 10.00 5.45 NIA NIA NIA 7.00 16.01 38.82 12 ORR E13098 CI-2 FHWA HEC-22 GENERIC NIA On Sag 1 40.48 43.98 40.48 10.00 1.27 NIA NIA NIA 7.00 9.41 44.17 13 ORR E13098 CI-20 FHWA HEC-22 GENERIC NIA On Sag 1 32.39 35.19 32.39 10.00 17.07 NIA NIA NIA 7.00 93.13 37.06 14 ORR-E13098-CI-21 FHWA HEC-22 GENERIC NIA On Sag 1 32.68 34.73 32.68 10.00 2.05 NIA NIA NIA 7.00 13.25 34.99 15 ORR E13098 CI-22 FHWA HEC-22 GENERIC NIA On Sag 1 25.05 30.07 25.05 10.00 2.08 NIA NIA NIA 7.00 13.36 30.34 16 ORR E13098 CI-23 FHWA HEC-22 GENERIC NIA On Sag 1 26.88 29.13 26.88 10.00 5.68 NIA NIA NIA 7.00 25.98 29.81 17 ORR E13098 CI-24 FHWA HEC-22 GENERIC NIA On Grade 1 19.40 29.05 19.40 NIA 3.32 0.89 2.43 26.92 7.00 11.30 29.28 18 ORR E13098 CI-25 FHWA HEC-22 GENERIC NIA On Sag 1 24.93 28.58 24.93 10.00 10.99 NIA NIA NIA 7.00 45.92 29.50 19 ORR E13098 CI-26 FHWA HEC-22 GENERIC NIA On Sag 1 22.84 28.49 22.84 10.00 7.92 NIA NIA NIA 7.00 32.05 29.29 20 ORR E13098 CI-27 FHWA HEC-22 GENERIC NIA On Sag 1 24.01 28.11 24.01 10.00 14.07 NIA NIA NIA 7.00 67.31 29.46 21 ORR-E13098-CI-28 FHWA HEC-22 GENERIC NIA On Sag 1 23.16 28.16 23.16 10.00 8.09 NIA NIA NIA 7.00 32.51 28.97 22 ORR E13098 CI-29 FHWA HEC-22 GENERIC NIA On Sag 1 23.41 27.91 23.41 10.00 1.64 NIA NIA NIA 7.00 11.28 28.14 23 ORR E13098 CI-3 FHWA HEC-22 GENERIC NIA On Grade 1 37.14 42.81 37.14 NIA 10.37 1.46 8.91 14.05 7.00 15.23 43.12 24 ORR-E13098-CI-30 FHWA HEC-22 GENERIC NIA On Grade 1 16.35 27.35 16.35 NIA 4.85 1.13 3.72 23.24 7.00 13.05 27.61 25 ORR E13098 CI-31 FHWA HEC-22 GENERIC NIA On Sag 1 24.08 27.83 24.08 10.00 16.72 NIA NIA NIA 7.00 89.89 29.63 26 ORR E13098 CI-32 FHWA HEC-22 GENERIC NIA On Sag 1 21.76 27.91 21.76 10.00 91.26 NIA NIA NIA 7.00 2317.13 74.14 27 ORR-E13098-CI-33 FHWA HEC-22 GENERIC NIA On Sag 1 13.04 27.24 13.04 10.00 17.77 NIA NIA NIA 7.00 99.94 29.24 28 ORR E13098 CI-34 FHWA HEC-22 GENERIC NIA On Sag 1 23.71 26.86 23.71 10.00 0.00 NIA NIA NIA 7.00 0.00 26.86 29 ORR E13098 CI-35 FHWA HEC-22 GENERIC NIA On Sag 1 24.18 26.53 24.18 10.00 0.92 NIA NIA NIA 7.00 7.60 26.68 30 ORR-E13098-CI-36 FHWA HEC-22 GENERIC NIA On Sag 1 24.78 27.28 24.78 10.00 1.23 NIA NIA NIA 7.00 9.30 27.47 31 ORR E13098 CI-37 FHWA HEC-22 GENERIC NIA On Sag 1 12.38 26.73 12.38 10.00 3.82 NIA NIA NIA 7.00 20.06 27.13 32 ORR E13098 CI-38 FHWA HEC-22 GENERIC NIA On Sag 1 11.46 26.46 11.46 10.00 10.94 NIA NIA NIA 7.00 45.66 27.38 33 ORR-E13098-CI-39 FHWA HEC-22 GENERIC NIA On Sag 1 24.42 26.84 25.49 10.00 9.31 NIA NIA NIA 7.00 36.59 27.70 34 ORR E13098 C14 FHWA HEC-22 GENERIC NIA On Sag 1 35.77 42.37 35.77 10.00 2.69 NIA NIA NIA 7.00 15.85 42.69 35 ORR E13098 CI-5 FHWA HEC-22 GENERIC NIA On Sag 1 37.92 41.55 37.92 10.00 5.13 NIA NIA NIA 7.00 24.39 42.05 36 ORR-E13098-CI-6 FHWA HEC-22 GENERIC NIA On Sag 1 37.35 41.50 37.35 10.00 4.95 NIA NIA NIA 7.00 23.88 41.98 37 ORR E13098 CI-7 FHWA HEC-22 GENERIC NIA On Sag 1 34.88 41.88 34.88 10.00 2.16 NIA NIA NIA 7.00 13.67 42.16 38 ORR E13098 CI-8 FHWA HEC-22 GENERIC NIA On Sag 1 34.94 41.99 34.94 10.00 3.70 NIA NIA NIA 7.00 19.63 42.38 39 ORR-E13098-CI-9 FHWA HEC-22 GENERIC NIA On Sag 1 37.48 41.73 37.48 10.00 3.99 NIA NIA NIA 7.00 20.68 42.14 ADDENDUM 2 ATTACHMENT 3 SHEET 7 OF 176 SN Element Description Area Drainage Weighted Accumulated Total Peak Rainfall Time ID Node ID Runoff Precipitation Runoff Runoff Intensity of Coefficient Concentration (acres) (inches) (inches) (cfs) (inches/hr) (days hh:mm:ss) 1 ORR_E13098_DA-10 17.09 ORR_E13098_EMH-06 0.6300 3.43 2.16 45.02 4.180 0 00:49:12 2 ORR_E13098_DA-11-A 0.21 ORR_E13098_CI-17 0.6800 2.84 1.93 0.81 5.675 0 00:30:00 3 ORR_E13098_DA-11-B 0.73 ORR_E13098_CI-18 0.6800 2.84 1.93 2.83 5.675 0 00:30:00 4 ORR_E13098_DA-12-A 1.50 ORR_E13098_CI-19 0.6400 2.84 1.82 5.45 5.675 0 00:30:00 5 ORR_E13098_DA-12-B 4.70 ORR_E13098_CI-20 0.6400 2.84 1.82 17.07 5.675 0 00:30:00 6 ORR_E13098_DA-13 0.42 ORR_E13098_CI-15 0.5800 2.84 1.65 1.39 5.675 0 00:30:00 7 ORR_E13098_DA-14-A 1.43 ORR_E13098_CI-16 0.5600 2.84 1.59 4.54 5.675 0 00:30:00 8 ORR_E13098_DA-14-B 20.53 ORR_E13098_J-08 0.5600 3.94 2.21 36.63 3.186 0 01:14:06 9 ORR_E13098_DA-15 2.60 ORR_E13098_CI-14 0.5700 2.84 1.62 8.42 5.675 0 00:30:00 10 ORR_E13098_DA-16-A 12.47 ORR_E13098_EMH-04 0.5600 4.25 2.38 18.73 2.682 0 01:35:12 11 ORR_E13098_DA-16-B 1.94 ORR_E13098_0-13 0.5600 2.84 1.59 6.16 5.675 0 00:30:00 12 ORR_E13098_DA-17 19.47 ORR_E13098_J-07 0.5600 3.18 1.78 51.65 4.737 0 00:40:24 13 ORR_E13098_DA-18-A 0.69 ORR_E13098_0-7 0.5500 2.84 1.56 2.16 5.675 0 00:30:00 14 ORR_E13098_DA-18-B 1.19 ORR_E13098_0-8 0.5500 2.84 1.56 3.70 5.675 0 00:30:00 15 ORR_E13098_DA-18-C 1.05 ORR_E13098_0-11 0.5500 2.84 1.56 3.28 5.675 0 00:30:00 16 ORR_E13098_DA-19-A 1.26 ORR_E13098_0-9 0.5600 2.84 1.59 3.99 5.675 0 00:30:00 17 ORR_E13098_DA-19-B 1.75 ORR_E13098_0-10 0.5600 2.84 1.59 5.57 5.675 0 00:30:00 18 ORR_E13098_DA-19-C 9.46 ORR_E13098_J-05 0.5600 3.54 1.98 20.89 3.944 0 00:53:48 19 ORR_E13098_DA-1-A 0.92 ORR_E13098_CI-37 0.7300 2.84 2.07 3.82 5.675 0 00:30:00 20 ORR_E13098_DA-1-B 2.64 ORR_E13098_CI-38 0.7300 2.84 2.07 10.95 5.675 0 00:30:00 21 ORR_E13098_DA-1-C 4.78 ORR_E13098_J-14 0.7300 2.84 2.07 19.79 5.675 0 00:30:00 22 ORR_E13098_DA-2 2.28 ORR_E13098_CI-39 0.7200 2.84 2.04 9.32 5.675 0 00:30:00 23 ORR_E13098_DA-20-A 2.34 ORR_E13098_0-3 0.5900 2.26 1.33 10.37 7.522 0 00:18:00 24 ORR_E13098_DA-20-B 0.56 ORR_E13098_0-4 0.5900 2.06 1.22 2.70 8.234 0 00:15:00 25 ORR_E13098_DA-21-A 1.64 ORR_E13098_0-5 0.5500 2.84 1.56 5.13 5.675 0 00:30:00 26 ORR_E13098_DA-21-B 1.59 ORR_E13098_CI-6 0.5500 2.84 1.56 4.96 5.675 0 00:30:00 27 ORR_E13098_DA-21-C 1.92 ORR_E13098_J-04 0.5500 2.84 1.56 6.01 5.675 0 00:30:00 28 ORR_E13098_DA-22-A 7.52 ORR_E13098_J-02 0.5400 3.15 1.70 19.53 4.812 0 00:39:24 29 ORR_E13098_DA-22-B 0.29 ORR_E13098_0-2 0.5400 2.06 1.11 1.27 8.234 0 00:15:00 30 ORR_E13098_DA-22-C 0.42 ORR_E13098_CI-1 0.5400 2.06 1.11 1.89 8.234 0 00:15:00 31 ORR_E13098_DA-23 3.12 ORR_E13098_Open-Pipe 0.5400 2.84 1.53 9.56 5.675 0 00:30:00 32 ORR_E13098_DA-3-A 353.30 ORR_E13098_J-11 0.5800 3.73 2.16 728.24 3.554 0 01:03:00 33 ORR_E13098_DA-3-B 12.00 ORR_E13098_CI-33 0.5800 4.35 2.52 17.77 2.554 0 01:42:06 34 ORR_E13098_DA-4-A 0.60 ORR_E13098_CI-30 0.5400 2.84 1.53 1.84 5.675 0 00:30:00 35 ORR_E13098_DA-4-B 1.10 ORR_E13098_J-10 0.5400 2.84 1.53 3.37 5.675 0 00:30:00 36 ORR_E13098_DA-4-C 0.30 ORR_E13098_CI-35 0.5400 2.84 1.53 0.92 5.675 0 00:30:00 37 ORR_E13098_DA-4-D 0.40 ORR_E13098_CI-36 0.5400 2.84 1.53 1.23 5.675 0 00:30:00 38 ORR_E13098_DA-5-A 5.26 ORR_E13098_CI-31 0.5600 2.84 1.59 16.72 5.675 0 00:30:00 39 ORR_E13098_DA-5-B 42.28 ORR_E13098_CI-32 0.5600 3.58 2.00 91.29 3.856 0 00:55:42 40 ORR_E13098_DA-6-A 4.00 ORR_E13098_CI-27 0.6200 2.84 1.76 14.07 5.675 0 00:30:00 41 ORR_E13098_DA-6-B 2.30 ORR_E13098_CI-28 0.6200 2.84 1.76 8.09 5.675 0 00:30:00 42 ORR_E13098_DA-7 0.43 ORR_E13098_CI-29 0.6700 2.84 1.90 1.64 5.675 0 00:30:00 43 ORR_E13098_DA-8-A 0.36 ORR_E13098_CI-24 0.6500 2.84 1.84 1.34 5.675 0 00:30:00 44 ORR_E13098_DA-8-B 2.15 ORR_E13098_CI-26 0.6500 2.84 1.84 7.92 5.675 0 00:30:00 45 ORR_E13098_DA-9-A 0.59 ORR_E13098_CI-21 0.6100 2.84 1.73 2.05 5.675 0 00:30:00 46 ORR_E13098_DA-9-B 0.60 ORR_E13098_CI-22 0.6100 2.84 1.73 2.08 5.675 0 00:30:00 47 ORR_E13098_DA-9-C 1.64 ORR_E13098_CI-23 0.6100 2.84 1.73 5.69 5.675 0 00:30:00 48 ORR_E13098_DA-9-D 3.17 ORR_E13098_CI-25 0.6100 2.84 1.73 10.99 5.675 0 00:30:00 49 ORR_E130981HB-030-100 79.00 ORR_E13098_1-37 0.6000 4.62 2.77 104.50 2.205 0 02:05:48 50 ORR_E13098_IHB-030-101 49.00 ORR_E13098_J-36 0.6000 4.10 2.46 85.70 2.915 0 01:24:24 51 ORR_E13098_IHB-030-102 142.00 ORR_E13098_J-33 0.5000 3.26 1.63 324.37 4.569 0 00:42:48 52 ORR_E13098_IHB-030-103 124.00 ORR_E13098_1-30 0.6000 4.24 2.55 201.15 2.704 0 01:34:06 53 ORR_E13098_IHB-030-104.1 19.00 ORR_E13098_J-29 0.5100 2.89 1.47 53.53 5.524 0 00:31:24 54 ORR_E13098_IHB-030-104.2 55.00 ORR_E13098_J-29 0.5100 3.27 1.67 127.40 4.542 0 00:43:12 55 ORR_E13098_IHB-030-104.3 165.00 ORR_E13098_1-29 0.5300 3.55 1.88 342.85 3.921 0 00:54:18 56 ORR_E13098_IHB-030-105 56.00 ORR_E13098_J-28 0.5100 2.26 1.15 214.82 7.522 0 00:18:00 57 ORR_E13098_IHB-030-106 106.00 ORR_E13098_J-27 0.5100 3.06 1.56 273.15 5.053 0 00:36:24 58 ORR E13098 IHB-030-107 133.00 ORR E13098 1-25 0.5100 3.54 1.81 266.25 3.925 0 00:54:12 ADDENDUM 2 ATTACHMENT 3 SHEET 8 OF 176 Junction Input SN Element Invert Ground/Rim Ground/Rim Initial Initial Surcharge Surcharge Ponded Minimum ID Elevation (Max) (Max) Water Water Elevation Depth Area Pipe Elevation Offset Elevation Depth Cover (ft) (ft) (ft) (ft) (ft) (ft) (ft) (ft') (in) 1 J-01 17.93 28.25 10.32 17.93 0.00 100.00 71.75 0.00 69.84 2 ORR_E13098_EMH-01 37.34 41.64 4.30 37.34 0.00 100.00 58.36 0.00 27.48 3 ORR_E13098_EMH-02 35.54 41.69 6.15 35.54 0.00 100.00 58.31 0.00 32.40 4 ORR_E13098_EMH-03 33.98 42.88 8.90 33.98 0.00 100.00 57.12 0.00 72.60 5 ORR_E13098_EMH-04 39.45 43.00 3.55 39.45 0.00 100.00 57.00 0.00 18.60 6 ORR_E13098_EMH-05 31.25 41.95 10.70 31.25 0.00 100.00 58.05 0.00 52.80 7 ORR_E13098_EMH-06 28.66 36.11 7.45 28.66 0.00 100.00 63.89 0.00 56.40 8 ORR_E13098_J-01 36.58 43.31 6.73 36.58 0.00 100.00 56.69 0.00 28.38 9 ORR_E13098_J-02 40.64 44.00 3.36 40.64 0.00 100.00 56.00 0.00 22.32 10 ORR_E13098_J-03 36.41 43.30 6.89 36.41 0.00 100.00 56.70 0.00 52.68 11 ORR_E13098_J-04 37.37 42.00 4.63 37.37 0.00 100.00 58.00 0.00 37.56 12 ORR_E13098_J-05 35.57 42.00 6.43 35.57 0.00 100.00 58.00 0.00 53.22 13 ORR_E13098_J-06 33.39 42.62 9.23 33.39 0.00 100.00 57.38 0.00 65.74 14 ORR_E13098_J-07 34.22 43.50 9.28 34.22 0.00 100.00 56.50 0.00 78.36 15 ORR_E13098_J-08 31.90 42.50 10.60 31.90 0.00 100.00 57.50 0.00 91.20 16 ORR_E13098_J-09 20.88 29.70 8.82 20.88 0.00 100.00 70.30 0.00 57.84 17 ORR_E13098_J-10 23.90 27.00 3.10 23.90 0.00 100.00 73.00 0.00 22.20 18 ORR_E13098_J-11 13.04 28.00 14.96 13.04 0.00 100.00 72.00 100.00 83.52 19 ORR_E13098_J-12 16.74 27.90 11.16 16.74 0.00 100.00 72.10 0.00 79.97 20 ORR_E13098_J-13 15.89 27.34 11.45 15.89 0.00 100.00 72.66 0.00 83.46 21 ORR_E13098_J-14 11.35 26.00 14.65 11.35 0.00 100.00 74.00 100.00 76.84 22 ORR_E13098_J-15 11.32 26.00 14.68 11.32 0.00 100.00 74.00 100.00 77.15 23 ORR_E13098_J-16 11.30 26.00 14.70 11.30 0.00 100.00 74.00 100.00 77.44 24 ORR_E13098_J-17 11.27 26.00 14.73 11.27 0.00 100.00 74.00 100.00 77.78 25 ORR_E13098_J-18 11.24 26.00 14.76 11.24 0.00 100.00 74.00 100.00 78.12 26 ORR_E13098_J-19 11.21 26.00 14.79 11.21 0.00 100.00 74.00 100.00 78.44 27 ORR_E13098_J-20 11.17 26.00 14.83 11.17 0.00 100.00 74.00 100.00 78.92 28 ORR_E13098_J-21 11.05 26.00 14.95 11.05 0.00 100.00 74.00 500.00 68.44 29 ORR_E13098_J-22 10.92 26.00 15.08 10.92 0.00 100.00 74.00 500.00 60.96 30 ORR_E13098_J-23 10.72 26.00 15.29 10.72 0.00 100.00 74.00 500.00 63.42 31 ORR_E13098_J-24 10.66 26.00 15.34 10.66 0.00 100.00 74.00 500.00 64.04 32 ORR_E13098_J-25 10.05 26.00 15.95 10.05 0.00 100.00 74.00 500.00 71.43 33 ORR_E13098_J-26 9.63 24.00 14.37 9.63 0.00 100.00 76.00 500.00 52.43 34 ORR_E13098_J-27 9.47 24.00 14.53 9.47 0.00 100.00 76.00 500.00 54.39 35 ORR_E13098_J-28 8.79 24.00 15.21 8.79 0.00 100.00 76.00 500.00 62.56 36 ORR_E13098_J-29 7.91 22.00 14.09 7.91 0.00 100.00 78.00 500.00 37.03 37 ORR_E13098_J-30 6.84 19.97 13.13 6.84 0.00 100.00 80.03 500.00 25.56 38 ORR_E13098_J-31 6.49 1930 12.82 6.49 0.00 100.00 80.70 500.00 21.79 39 ORR_E13098_J-32 6.00 18.38 12.38 6.00 0.00 100.00 81.62 500.00 16.56 40 ORR_E13098_J-33 5.91 18.21 12.30 5.91 0.00 100.00 81.79 500.00 15.62 41 ORR_E13098_J-34 5.36 17.18 11.82 5.36 0.00 100.00 82.83 500.00 9.78 42 ORR_E13098_J-35 4.77 16.05 11.29 4.77 0.00 100.00 83.95 500.00 3.44 43 ORR_E13098_J-36 3.50 16.00 12.50 3.50 0.00 100.00 84.00 500.00 18.04 44 ORR_E13098_J-37 2.20 16.00 13.80 2.20 0.00 100.00 84.00 500.00 33.55 45 ORR_E13098_J-38 0.92 16.00 15.08 0.92 0.00 100.00 84.00 500.00 48.96 46 ORR_E13098_Open-Pipe 40.34 43.50 3.16 40.34 0.00 100.00 56.50 500.00 22.92 ADDENDUM 2 ATTACHMENT 3 SHEET 9 OF 176 Junction Results SN Element Peak Peak Max HGL Max HGL Max Min Average HGL Average HGL Time of Time of Total Total Time ID Inflow Lateral Elevation Depth Surcharge Freeboard Elevation Depth Max HGL Peak Flooded Flooded Inflow Attained Attained Depth Attained Attained Attained Occurrence Flooding Volume Attained Occurrence (cfs) (cfs) (ft) (ft) (ft) (ft) (ft) (ft) (days hh:mm) (days hh:mm) (ac-in) (min) 1 J-01 93.70 0.00 28.54 10.61 0.29 0.00 18.24 0.31 0 0021 0 0000 0.00 0.00 2 ORR_E13098_EMH-01 6.53 0.00 41.67 4.33 0.03 0.00 37.43 0.09 0 0017 0 0000 0.00 0.00 3 ORR_E13098_EMH-02 21.17 0.00 42.55 7.01 0.86 0.00 35.66 0.12 0 0052 0 0000 0.00 0.00 4 ORR_E13098_EMH-03 56.36 0.00 58.11 24.13 15.23 0.00 34.13 0.15 0 0043 0 0000 0.00 0.00 5 ORR_E13098_EMH-04 18.73 18.73 44.55 5.10 1.55 0.00 39.54 0.09 0 0053 0 0000 0.00 0.00 6 ORR_E13098_EMH-05 38.09 0.00 39.22 7.97 0.00 2.73 31.40 0.15 0 0051 0 0000 0.00 0.00 7 ORR_E13098_EMH-06 45.01 45.01 42.30 13.64 6.19 0.00 28.81 0.15 0 0043 0 0000 0.00 0.00 8 ORR_E13098_J-01 18.93 0.00 42.98 6.40 0.00 0.34 36.69 0.11 0 0042 0 0000 0.00 0.00 9 ORR_E13098_J-02 19.51 19.51 46.06 5.42 2.06 0.00 40.71 0.07 0 0039 0 0000 0.00 0.00 10 ORR_E13098_J-03 19.19 0.00 42.67 6.26 0.00 0.63 36.52 0.11 0 0024 0 0000 0.00 0.00 11 ORR_E13098_J-04 6.01 6.01 41.85 4.48 0.00 0.15 37.45 0.08 0 0017 0 0000 0.00 0.00 12 ORR_E13098_J-05 20.88 20.88 43.81 8.24 1.81 0.00 35.69 0.12 0 0052 0 0000 0.00 0.00 13 ORR_E13098_J-06 66.81 0.00 49.21 15.82 6.59 0.00 33.55 0.16 0 0043 0 0000 0.00 0.00 14 ORR_E13098_J-07 51.63 51.63 63.69 29.47 20.19 0.00 34.38 0.16 0 0043 0 0000 0.00 0.00 15 ORR_E13098_J-08 36.61 36.61 39.56 7.66 0.00 2.94 32.06 0.16 0 0051 0 0000 0.00 0.00 16 ORR_E13098_J-09 126.01 0.00 32.52 11.64 2.82 0.00 21.16 0.28 0 0043 0 0000 0.00 0.00 17 ORR_E13098_J-10 3.37 3.37 27.03 3.13 0.03 0.00 23.98 0.08 0 0043 0 0000 0.00 0.00 18 ORR_E13098_J-11 727.94 727.94 30.64 17.60 2.64 0.00 13.52 0.48 0 01:03 0 01:02 0.27 66.00 19 ORR_E13098_J-12 104.19 0.00 27.99 11.25 0.09 0.00 17.07 0.33 0 0021 0 0000 0.00 0.00 20 ORR_E13098_J-13 130.70 0.00 27.55 11.66 0.21 0.00 16.23 0.34 0 0022 0 0000 0.00 0.00 21 ORR_E13098_J-14 319.05 19.78 26.77 15.42 0.77 0.00 11.82 0.47 0 0056 0 0022 0.60 72.00 22 ORR_E13098_J-15 319.47 0.00 27.04 15.72 1.04 0.00 11.80 0.48 0 0056 0 0022 0.74 68.00 23 ORR_E13098_J-16 319.85 0.00 27.31 16.01 1.31 0.00 11.77 0.47 0 0056 0 0022 0.77 65.00 24 ORR_E13098_J-17 320.22 0.00 27.58 16.31 1.58 0.00 11.74 0.47 0 0056 0 0023 0.94 62.00 25 ORR_E13098_J-18 320.49 0.00 27.85 16.61 1.85 0.00 11.71 0.47 0 0056 0 0023 1.07 59.00 26 ORR_E13098_J-19 320.91 0.00 28.12 16.91 2.12 0.00 11.68 0.47 0 0056 0 0021 1.22 56.00 27 ORR_E13098_J-20 321.07 0.00 28.39 17.22 2.39 0.00 11.64 0.47 0 0055 0 0021 1.29 54.00 28 ORR_E13098_J-21 321.49 0.00 28.70 17.65 2.70 0.00 11.51 0.46 0 0055 0 0021 1.82 51.00 29 ORR_E13098_J-22 321.75 0.00 28.95 18.03 2.95 0.00 11.39 0.47 0 0055 0 0021 1.98 51.00 30 ORR_E13098_J-23 322.54 0.00 29.17 18.45 3.17 0.00 11.19 0.47 0 0055 0 0021 2.13 50.00 31 ORR_E13098_J-24 323.29 0.00 29.36 18.70 3.36 0.00 11.13 0.47 0 0054 0 0021 2.56 49.00 32 ORR_E13098_J-25 347.37 266.18 29.64 19.59 3.64 0.00 10.54 0.49 0 0054 0 0026 2.80 49.00 33 ORR_E13098_J-26 347.95 0.00 29.63 20.00 5.63 0.00 10.13 0.50 0 0054 0 0021 4.01 66.00 34 ORR_E13098_J-27 452.57 272.82 29.63 20.16 5.63 0.00 9.97 0.50 0 0055 0 0022 6.80 65.00 35 ORR_E13098_J-28 571.36 214.81 29.54 20.75 5.54 0.00 9.31 0.52 0 0055 0 0023 10.18 63.00 36 ORR_E13098_J-29 775.43 451.48 29.42 21.51 7.42 0.00 8.45 0.54 0 0054 0 0021 13.07 69.00 37 ORR_E13098_J-30 773.53 201.07 28.13 21.29 8.17 0.00 7.39 0.55 0 0055 0 0021 9.61 74.00 38 ORR_E13098_J-31 742.58 0.00 27.10 20.61 7.80 0.00 7.02 0.53 0 0055 0 0023 6.43 73.00 39 ORR_E13098_J-32 721.12 0.00 25.98 19.98 7.60 0.00 6.52 0.52 0 0054 0 0023 6.27 72.00 40 ORR_E13098_J-33 967.80 324.10 25.13 19.22 6.92 0.00 6.41 0.50 0 0052 0 0025 6.02 69.00 41 ORR_E13098_J-34 959.79 0.00 23.20 17.84 6.02 0.00 5.83 0.47 0 0055 0 0025 5.70 68.00 42 ORR_E13098_J-35 955.91 0.00 21.23 16.46 5.18 0.00 5.21 0.44 0 0056 0 0027 7.55 68.00 43 ORR_E13098_J-36 1004.86 85.65 18.57 15.07 2.57 0.00 3.92 0.42 0 0056 0 0035 4.01 53.00 44 ORR_E13098_J-37 1044.73 104.47 16.24 14.04 0.24 0.00 2.63 0.43 0 0058 0 0053 0.31 15.00 45 ORR_E13098_J-38 1045.82 0.00 16.00 15.08 0.00 0.00 1.33 0.41 0 01:22 0 01:22 0.03 0.00 46 ORR_E13098_Open-Pipe 9.56 9.56 46.43 6.09 2.93 0.00 40.40 0.06 0 0034 0 0024 0.44 35.00 ADDENDUM 2 ATTACHMENT 3 SHEET 10 OF 176 Channel Input SN Element Length Inlet Inlet Outlet Outlet Total Average Shape Height Width Manning's Entrance Exit/Bend Additional Initial Flap ID Invert Invert Invert Invert Drop Slope Roughness Losses Losses Losses Flow Gate Elevation Offset Elevation Offset (ft) (ft) (ft) (ft) (ft) (ft) (%) (ft) (ft) (cfs) 1 ORR_E13098_L-01 148.50 42.81 5.67 42.45 6.68 0.37 0.2500 Rectangular 0.500 5.000 0.0120 0.5000 0.5000 0.0000 0.00 No 2 ORR_E13098_L-02 148.81 41.60 7.67 40.90 5.96 0.70 0.4700 Rectangular 0.500 5.000 0.0120 0.5000 0.5000 0.0000 0.00 No 3 ORR_E13098_L-03 441.77 41.20 11.58 37.26 12.09 3.93 0.8900 Rectangular 0.500 5.000 0.0120 0.5000 0.5000 0.0000 0.00 No 4 ORR_E13098_L-04 583.00 36.29 11.12 26.70 7.30 9.59 1.6400 Rectangular 0.500 5.000 0.0120 0.5000 0.5000 0.0000 0.00 No 5 ORR_E13098_L-05 310.19 29.03 9.63 27.39 11.04 1.65 0.5300 Rectangular 0.500 5.000 0.0120 0.5000 0.5000 0.0000 0.00 No 6 ORR_E13098_L-06 345.97 28.14 4.98 26.86 3.15 1.28 0.3700 Rectangular 0.500 5.000 0.0120 0.5000 0.5000 0.0000 0.00 No 7 ORR_E13098_L-07 229.64 27.39 11.04 26.86 3.15 0.53 0.2300 Rectangular 0.500 5.000 0.0120 0.5000 0.5000 0.0000 0.00 No 8 ORR_E13098_L-08 230.43 26.66 14.28 26.46 15.00 0.20 0.0900 Rectangular 0.500 5.000 0.0120 0.5000 0.5000 0.0000 0.00 No ADDENDUM 2 ATTACHMENT 3 SHEET 11 OF 176 Channel Results SN Element Peak Time of Design Flow Peak Flow/ Peak Flow Travel Peak Flow Peak Flow Total Time Froude Reported ID Flow Peak Flow Capacity Design Flow Velocity Time Depth Depth/ Surcharged Number Condition Occurrence Ratio Total Depth Ratio (cfs) (days hh:mm) (cfs) (ft/sec) (min) (ft) (min) 1 ORR_E13098_L-01 8.91 0 0018 8.61 1.04 3.71 0.67 0.48 0.96 0.00 2 ORR_E13098_L-02 2.39 0 0030 16.93 0.14 9.36 0.26 0.31 0.63 0.00 3 ORR_E13098_L-03 0.00 0 0000 16.38 0.00 0.00 0.06 0.12 0.00 4 ORR_E13098_L-04 2.00 0 0030 20.44 0.10 2.68 3.63 0.23 0.47 0.00 5 ORR_E13098_L-05 3.47 0 0022 12.79 0.27 4.38 1.18 0.19 0.38 0.00 6 ORR_E13098_L-06 0.03 0 0031 10.52 0.00 0.49 11.77 0.01 0.03 0.00 7 ORR_E13098_L-07 3.72 0 0022 7.98 0.47 21.49 0.18 0.12 0.25 0.00 8 ORR E13098 L-08 0.23 0 0022 5.09 0.05 0.86 4.47 0.05 0.11 0.00 ADDENDUM 2 ATTACHMENT 3 SHEET 12 OF 176 Pipe Input SN Element Length Inlet Inlet Outlet Outlet Total Average Pipe Pipe Pipe Manning's Entrance Exit/Bend Additional Initial Flap ID Invert Invert Invert Invert Drop Slope Shape Diameter or Width Roughness Losses Losses Losses Flow Gate Elevation Offset Elevation Offset Height (ft) (ft) (ft) (ft) (ft) (ft) (%) (in) (in) (cfs) 1 ORR_E13098_P-01 184.00 40.34 0.00 39.45 2.87 0.89 0.4800 CIRCULAR 15.000 15.000 0.0130 0.5000 0.5000 0.0000 0.00 No 2 ORR_E13098_P-02 28.73 40.37 0.00 39.45 2.87 0.92 3.2000 CIRCULAR 15.000 15.000 0.0130 0.5000 0.5000 0.0000 0.00 No 3 ORR_E13098_P-03 50.97 40.48 0.00 39.45 2.87 1.03 2.0200 CIRCULAR 18.000 18.000 0.0130 0.5000 0.5000 0.0000 0.00 No 4 ORR_E13098_P-04 4.82 40.64 0.00 40.63 0.15 0.01 0.2100 CIRCULAR 18.000 18.000 0.0130 0.5000 0.5000 0.0000 0.00 No 5 ORR_E13098_P-05 41.58 36.58 0.00 36.41 0.00 0.17 0.4100 CIRCULAR 30.000 30.000 0.0130 0.5000 0.5000 0.0000 0.00 No 6 ORR_E13098_P-06 41.91 37.14 0.00 36.41 0.00 0.73 1.7400 CIRCULAR 18.000 18.000 0.0130 0.5000 0.5000 0.0000 0.00 No 7 ORR_E13098_P-07 160.54 36.41 0.00 35.77 0.00 0.64 0.4000 CIRCULAR 30.000 30.000 0.0130 0.5000 0.5000 0.0000 0.00 No 8 ORR_E13098_P-08 84.07 37.35 0.00 35.87 0.10 1.48 1.7600 CIRCULAR 24.000 24.000 0.0130 0.5000 0.5000 0.0000 0.00 No 9 ORR_E13098_P-09 11.56 37.35 0.01 37.35 0.00 0.00 0.0000 CIRCULAR 24.000 24.000 0.0130 0.5000 0.5000 0.0000 0.00 No 10 ORR_E13098_P-10 22.06 37.92 0.00 37.34 0.00 0.58 2.6300 Rectangular 24.000 24.000 0.0130 0.5000 0.5000 0.0000 0.00 No 11 ORR_E13098_P-11 15.61 37.37 0.00 37.34 0.00 0.03 0.1900 CIRCULAR 18.000 18.000 0.0130 0.5000 0.5000 0.0000 0.00 No 12 ORR_E13098_P-12 201.12 35.77 0.00 34.88 0.00 0.89 0.4400 CIRCULAR 30.000 30.000 0.0130 0.5000 0.5000 0.0000 0.00 No 13 ORR_E13098_P-13 27.06 34.88 0.00 34.94 0.00 -0.06 -0.2200 CIRCULAR 30.000 30.000 0.0130 0.5000 0.5000 0.0000 0.00 No 14 ORR_E13098_P-14 82.72 35.54 0.00 34.99 0.05 0.55 0.6600 CIRCULAR 24.000 24.000 0.0130 0.5000 0.5000 0.0000 0.00 No 15 ORR_E13098_P-15 12.29 37.04 0.00 36.99 1.45 0.05 0.4100 CIRCULAR 24.000 24.000 0.0130 0.5000 0.5000 0.0000 0.00 No 16 ORR_E13098_P-16 21.95 37.48 0.00 36.59 1.05 0.89 4.0500 CIRCULAR 24.000 24.000 0.0130 0.5000 0.5000 0.0000 0.00 No 17 ORR_E13098_P-17 12.53 35.57 0.00 35.54 0.00 0.03 0.2000 CIRCULAR 24.000 24.000 0.0130 0.5000 0.5000 0.0000 0.00 No 18 ORR_E13098_P-18 146.51 34.94 0.00 33.93 0.00 1.01 0.6900 CIRCULAR 36.000 36.000 0.0130 0.5000 0.5000 0.0000 0.00 No 19 ORR_E13098_P-19 171.33 33.93 0.00 33.39 0.00 0.54 0.3200 CIRCULAR 42.000 42.000 0.0130 0.5000 0.5000 0.0000 0.00 No 20 ORR_E13098_P-20 43.85 33.98 0.00 33.91 0.52 0.07 0.1600 CIRCULAR 33.000 33.000 0.0130 0.5000 0.5000 0.0000 0.00 No 21 ORR_E13098_P-21 69.07 34.22 0.00 34.08 0.10 0.14 0.2000 CIRCULAR 33.000 33.000 0.0130 0.5000 0.5000 0.0000 0.00 No 22 ORR_E13098_P-22 337.34 33.39 0.00 32.34 0.00 1.05 0.3100 CIRCULAR 45.000 45.000 0.0130 0.5000 0.5000 0.0000 0.00 No 23 ORR_E13098_P-23 224.34 39.45 0.00 39.00 6.66 0.45 0.2000 CIRCULAR 24.000 24.000 0.0130 0.5000 0.5000 0.0000 0.00 No 24 ORR_E13098_P-24 74.59 32.34 0.00 31.73 0.00 0.61 0.8200 CIRCULAR 45.000 45.000 0.0130 0.5000 0.5000 0.0000 0.00 No 25 ORR_E13098_P-25 44.92 37.58 0.00 36.73 5.00 0.85 1.8900 CIRCULAR 18.000 18.000 0.0130 0.5000 0.5000 0.0000 0.00 No 26 ORR_E13098_P-26 420.32 31.73 0.00 30.23 0.00 1.50 0.3600 CIRCULAR 45.000 45.000 0.0130 0.5000 0.5000 0.0000 0.00 No 27 ORR_E13098_P-27 154.61 30.23 0.00 29.62 0.00 0.61 0.3900 CIRCULAR 45.000 45.000 0.0130 0.5000 0.5000 0.0000 0.00 No 28 ORR_E13098_P-28 42.42 31.25 0.00 29.62 0.00 1.63 3.8400 CIRCULAR 36.000 36.000 0.0130 0.5000 0.5000 0.0000 0.00 No 29 ORR_E13098_P-29 43.85 37.76 0.00 35.55 4.30 2.21 5.0400 CIRCULAR 24.000 24.000 0.0130 0.5000 0.5000 0.0000 0.00 No 30 ORR_E13098_P-30 91.02 31.90 0.00 31.90 0.65 0.00 0.0000 CIRCULAR 36.000 36.000 0.0130 0.5000 0.5000 0.0000 0.00 No 31 ORR_E13098_P-31 439.63 29.62 0.00 25.17 0.00 4.45 1.0100 CIRCULAR 45.000 45.000 0.0130 0.5000 0.5000 0.0000 0.00 No 32 ORR_E13098_P-32 114.44 28.66 0.00 28.32 3.15 0.34 0.3000 CIRCULAR 33.000 33.000 0.0130 0.5000 0.5000 0.0000 0.00 No 33 ORR_E13098_P-33 43.33 32.08 0.00 31.17 6.00 0.91 2.1000 CIRCULAR 15.000 15.000 0.0130 0.5000 0.5000 0.0000 0.00 No 34 ORR_E13098_P-34 62.35 32.39 0.00 32.08 0.00 0.31 0.5000 CIRCULAR 15.000 15.000 0.0130 0.5000 0.5000 0.0000 0.00 No 35 ORR_E13098_P-35 30.61 32.68 0.00 32.44 0.05 0.24 0.7800 CIRCULAR 12.000 12.000 0.0130 0.5000 0.5000 0.0000 0.00 No 36 ORR_E13098_P-36 432.42 25.17 0.00 20.88 0.00 4.29 0.9900 CIRCULAR 48.000 48.000 0.0130 0.5000 0.5000 0.0000 0.00 No 37 ORR_E13098_P-37 42.95 25.05 0.00 22.30 1.42 2.75 6.4000 CIRCULAR 15.000 15.000 0.0130 0.5000 0.5000 0.0000 0.00 No 38 ORR_E13098_P-38 35.69 26.88 0.00 25.05 0.00 1.83 5.1300 CIRCULAR 15.000 15.000 0.0130 0.5000 0.5000 0.0000 0.00 No 39 ORR_E13098_P-39 148.91 20.88 0.00 19.40 0.00 1.48 0.9900 CIRCULAR 48.000 48.000 0.0130 0.5000 0.5000 0.0000 0.00 No 40 ORR_E13098_P-40 46.18 24.93 0.00 20.40 1.00 4.53 9.8100 CIRCULAR 15.000 15.000 0.0130 0.5000 0.5000 0.0000 0.00 No 41 ORR_E13098_P-41 122.30 19.40 0.00 17.93 0.00 1.47 1.2000 CIRCULAR 54.000 54.000 0.0130 0.5000 0.5000 0.0000 0.00 No 42 ORR_E13098_P-42 27.91 22.84 0.00 17.93 0.00 4.91 17.6000 CIRCULAR 15.000 15.000 0.0130 0.5000 0.5000 0.0000 0.00 No 43 ORR_E13098_P-43 100.17 17.93 0.00 16.74 0.00 1.19 1.1900 CIRCULAR 54.000 54.000 0.0130 0.5000 0.5000 0.0000 0.00 No 44 ORR_E13098_P-44 54.31 24.01 0.00 23.16 0.00 0.85 1.5700 CIRCULAR 15.000 15.000 0.0130 0.5000 0.5000 0.0000 0.00 No 45 ORR_E13098_P-45 38.39 23.16 0.00 17.57 0.83 5.59 14.5600 CIRCULAR 18.000 18.000 0.0130 0.5000 0.5000 0.0000 0.00 No 46 ORR_E13098_P-46 48.91 23.41 0.00 17.84 1.10 5.57 11.3900 CIRCULAR 15.000 15.000 0.0130 0.5000 0.5000 0.0000 0.00 No 47 ORR_E13098_P-47 85.11 16.74 0.00 16.35 0.00 0.39 0.4600 CIRCULAR 54.000 54.000 0.0130 0.5000 0.5000 0.0000 0.00 No 48 ORR_E13098_P-48 32.80 16.35 0.00 15.89 0.00 0.46 1.4000 CIRCULAR 54.000 54.000 0.0130 0.5000 0.5000 0.0000 0.00 No 49 ORR_E13098_P-49 94.12 21.76 0.00 18.28 2.39 3.48 3.7000 CIRCULAR 21.000 21.000 0.0130 0.5000 0.5000 0.0000 0.00 No 50 ORR_E13098_P-50 33.16 24.08 0.00 23.66 1.90 0.42 1.2700 CIRCULAR 15.000 15.000 0.0130 0.5000 0.5000 0.0000 0.00 No 51 ORR_E13098_P-51 178.75 15.89 0.00 14.62 1.58 1.27 0.7100 CIRCULAR 54.000 54.000 0.0130 0.5000 0.5000 0.0000 0.00 No 52 ORR_E13098_P-52 15.00 13.04 0.00 13.04 0.00 0.00 0.0000 CIRCULAR 96.000 96.000 0.0150 0.5000 0.5000 0.0000 0.00 No 53 ORR_E13098_P-53 62.75 23.71 0.00 18.25 5.21 5.46 8.7000 CIRCULAR 15.000 15.000 0.0130 0.5000 0.5000 0.0000 0.00 No 54 ORR_E13098_P-54 32.12 24.18 0.00 23.71 0.00 0.47 1.4600 CIRCULAR 15.000 15.000 0.0130 0.5000 0.5000 0.0000 0.00 No 55 ORR_E13098_P-55 11.42 23.90 0.00 23.71 0.00 0.19 1.6600 CIRCULAR 15.000 15.000 0.0130 0.5000 0.5000 0.0000 0.00 No 56 ORR_E13098_P-56 12.01 24.78 0.00 24.18 0.00 0.60 4.9900 CIRCULAR 15.000 15.000 0.0130 0.5000 0.5000 0.0000 0.00 No 57 ORR_E13098_P-57 267.50 13.04 0.00 12.38 0.00 0.66 0.2500 Rectangular 99.000 90.000 0.0130 0.5000 0.5000 0.0000 0.00 No 58 ORR_E13098_P-58 227.48 12.38 0.00 11.46 0.00 0.92 0.4000 Rectangular 99.000 90.000 0.0130 0.5000 0.5000 0.0000 0.00 No 59 ORR_E13098_P-59 55.27 24.42 0.00 21.66 10.20 2.76 4.9900 CIRCULAR 18.000 18.000 0.0130 0.5000 0.5000 0.0000 0.00 No 60 ORR_E13098_P-60 94.92 11.46 0.00 11.35 0.00 0.11 0.1200 Rectangular 99.000 90.000 0.0130 0.5000 0.5000 0.0000 0.00 No 61 ORR_E13098_P-61 21.31 11.35 0.00 11.32 0.00 0.03 0.1200 Rectangular 99.000 90.000 0.0130 0.5000 0.5000 0.0000 0.00 No 62 ORR_E13098_P-62 20.28 11.32 0.00 11.30 0.00 0.02 0.1200 Rectangular 99.000 90.000 0.0130 0.5000 0.5000 0.0000 0.00 No 63 ORR_E13098_P-63 25.00 11.30 0.00 11.27 0.00 0.03 0.1200 Rectangular 99.000 90.000 0.0130 0.5000 0.5000 0.0000 0.00 No 64 ORR_E13098_P-64 24.12 11.27 0.00 11.24 0.00 0.03 0.1200 Rectangular 99.000 90.000 0.0130 0.5000 0.5000 0.0000 0.00 No 65 ORR_E13098_P-65 22.93 11.24 0.00 11.21 0.00 0.03 0.1200 Rectangular 99.000 90.000 0.0130 0.5000 0.5000 0.0000 0.00 No 66 ORR_E13098_P-66 33.56 11.21 0.00 11.17 0.00 0.04 0.1200 Rectangular 99.000 90.000 0.0130 0.5000 0.5000 0.0000 0.00 No 67 ORR_E13098_P-67 105.79 11.17 0.00 11.05 0.00 0.13 0.1200 Rectangular 99.000 90.000 0.0130 0.5000 0.5000 0.0000 0.00 No 68 ORR_E13098_P-68 105.70 11.05 0.00 10.92 0.00 0.13 0.1200 Rectangular 111.000 90.000 0.0130 0.5000 0.5000 0.0000 0.00 No 69 ORR_E13098_P-69 176.14 10.92 0.00 10.72 0.00 0.21 0.1200 Rectangular 120.000 90.000 0.0130 0.5000 0.5000 0.0000 0.00 No 70 ORR_E13098_P-70 29.23 10.72 0.00 10.66 0.00 0.05 0.1800 Rectangular 120.000 90.000 0.0130 0.5000 0.5000 0.0000 0.00 No 71 ORR_E13098_P-71 341.89 10.66 0.00 10.05 0.00 0.62 0.1800 Rectangular 120.000 90.000 0.0130 0.5000 0.5000 0.0000 0.00 No 72 ORR_E13098_P-72 231.58 10.05 0.00 9.63 0.00 0.42 0.1800 Rectangular 120.000 93.000 0.0130 0.5000 0.5000 0.0000 0.00 No 73 ORR_E13098_P-73 91.08 9.63 0.00 9.47 0.00 0.16 0.1800 Rectangular 120.000 93.000 0.0130 0.5000 0.5000 0.0000 0.00 No 74 ORR_E13098_P-74 694.53 9.47 0.00 8.79 0.00 0.68 0.1000 Rectangular 120.000 99.000 0.0130 0.5000 0.5000 0.0000 0.00 No 75 ORR_E13098_P-75 801.73 8.79 0.00 7.91 0.00 0.87 0.1100 Rectangular 120.000 99.000 0.0130 0.5000 0.5000 0.0000 0.00 No 76 ORR_E13098_P-76 597.36 7.91 0.00 6.84 0.00 1.08 0.1800 Rectangular 132.000 99.000 0.0130 0.5000 0.5000 0.0000 0.00 No 77 ORR_E13098_P-77 196.10 6.84 0.00 6.49 0.00 0.35 0.1800 Rectangular 132.000 108.000 0.0130 0.50 78 ORR_E13098_P-78 272.17 6.49 0.00 6.00 0.00 0.49 0.1800 Rectangular 132.000 108.000 0.0130 0.5 0 0.5000 0.0000 0.00 qo 79 ORR_E13098_P-79 49.37 6.00 0.00 5.91 0.00 0.09 0.1800 Rectangular 132.000 108.000 0.0130 0.5 00 0 0 o 80 ORR_E13098_P-80 304.10 5.91 0.00 5.36 0.00 0.55 0.1800 Rectangular 132.000 111.000 0.0130 0.5 0 '0. Ao qo 81 ORR_E13098_P-81 330.09 5.36 0.00 4.77 0.00 0.59 0.1800 Rectangular 132.000 111.000 0.0130 0.5 0AW0QCrHMSNT030 qo 82 ORR_E13098_P-82 705.02 4.77 0.00 3.50 0.00 1.27 0.1800 Rectangular 132.000 111.000 0.0130 0.5 �,50 1 3'dJY l?610 0 No.of Barrels 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ADDENDUM 2 1 ATTACHMENT 3 1 SHEET 14 OF 176 Pipe Input SN Element Length Inlet Inlet Outlet Outlet Total Average Pipe Pipe Pipe Manning's Entrance Exit/Bend Additional Initial Flap ID Invert Invert Invert Invert Drop Slope Shape Diameter or Width Roughness Losses Losses Losses Flow Gate Elevation Offset Elevation Offset Height (ft) (ft) (ft) (ft) (ft) (ft) (%) (in) (in) (cfs) 83 ORR_E13098_P-83 394.15 3.50 0.00 2.20 0.00 1.29 0.3300 Rectangular 132.000 111.000 0.0130 0.5000 0.5000 0.0000 0.00 No 84 ORR_E13098_P-84 388.65 2.20 0.00 0.92 0.00 1.28 0.3300 Rectangular 132.000 111.000 0.0130 0.5000 0.5000 0.0000 0.00 No 85 ORR_E13098_P-85 295.55 0.92 0.00 0.39 0.00 0.53 0.1800 Rectangular 132.000 111.000 0.0130 0.5000 0.5000 0.0000 0.00 No ADDENDUM 2 ATTACHMENT 3 SHEET 15 OF 176 No.of Barrels 1 1 1 ADDENDUM 2 ATTACHMENT 3 SHEET 16 OF 176 Pipe Results SN Element Peak Time of Design Flow Peak Flow/ Peak Flow Travel Peak Flow Peak Flow Total Time Froude Reported ID Flow Peak Flow Capacity Design Flow Velocity Time Depth Depth/ Surcharged Number Condition Occurrence Ratio Total Depth Ratio (cfs) (days hh:mm) (cfs) (ft/sec) (min) (ft) (min) 1 ORR_E13098_P-01 8.09 0 0035 4.49 1.80 6.59 0.47 1.25 1.00 45.00 SURCHARGED 2 ORR_E13098_P-02 2.10 0 0016 11.56 0.18 5.91 0.08 1.25 1.00 44.00 SURCHARGED 3 ORR_E13098_P-03 12.95 0 0052 14.93 0.87 7.35 0.12 1.50 1.00 46.00 SURCHARGED 4 ORR_E13098_P-04 19.51 0 0039 4.78 4.08 11.04 0.01 1.50 1.00 45.00 SURCHARGED 5 ORR_E13098_P-05 18.94 0 0036 26.23 0.72 3.86 0.18 2.50 1.00 64.00 SURCHARGED 6 ORR_E13098_P-06 1.49 0 0018 13.86 0.11 3.94 0.18 1.50 1.00 67.00 SURCHARGED 7 ORR_E13098_P-07 19.15 0 0033 25.90 0.74 3.90 0.69 2.50 1.00 64.00 SURCHARGED 8 ORR_E13098_P-08 13.68 0 0024 30.02 0.46 4.36 0.32 2.00 1.00 62.00 SURCHARGED 9 ORR_E13098_P-09 6.82 0 0015 2.10 3.24 3.64 0.05 2.00 1.00 61.00 SURCHARGED 10 ORR_E13098_P-10 3.24 0 0015 46.71 0.07 1.93 0.19 2.00 1.00 58.00 SURCHARGED 11 ORR_E13098_P-11 6.01 0 0030 4.60 1.31 3.40 0.08 1.50 1.00 65.00 SURCHARGED 12 ORR_E13098_P-12 35.58 0 0018 27.29 1.30 7.25 0.46 2.50 1.00 68.00 SURCHARGED 13 ORR_E13098_P-13 37.21 0 0017 19.31 1.93 7.58 0.06 2.50 1.00 68.00 SURCHARGED 14 ORR_E13098_P-14 15.97 0 01:07 18.45 0.87 5.08 0.27 2.00 1.00 72.00 SURCHARGED 15 ORR_E13098_P-15 12.14 0 0051 14.43 0.84 3.86 0.05 2.00 1.00 61.00 SURCHARGED 16 ORR_E13098_P-16 9.01 0 0051 45.55 0.20 5.47 0.07 2.00 1.00 59.00 SURCHARGED 17 ORR_E13098_P-17 20.88 0 0053 10.12 2.06 6.65 0.03 2.00 1.00 72.00 SURCHARGED 18 ORR_E13098_P-18 42.01 0 0019 55.38 0.76 5.94 0.41 3.00 1.00 66.00 SURCHARGED 19 ORR_E13098_P-19 42.53 0 0019 56.48 0.75 4.42 0.65 3.50 1.00 66.00 SURCHARGED 20 ORR_E13098_P-20 62.49 0 0043 21.13 2.96 10.52 0.07 2.75 1.00 71.00 SURCHARGED 21 ORR_E13098_P-21 56.36 0 0042 23.81 2.37 9.49 0.12 2.75 1.00 70.00 SURCHARGED 22 ORR_E13098_P-22 66.67 0 0020 67.47 0.99 6.04 0.93 3.75 1.00 66.00 SURCHARGED 23 ORR_E13098_P-23 18.73 0 01:35 10.13 1.85 6.35 0.59 2.00 1.00 16.00 SURCHARGED 24 ORR_E13098_P-24 74.59 0 01:01 109.37 0.68 6.75 0.18 3.75 1.00 73.00 SURCHARGED 25 ORR_E13098_P-25 9.26 0 0030 14.45 0.64 6.56 0.11 1.50 1.00 41.00 SURCHARGED 26 ORR_E13098_P-26 81.92 0 0045 72.24 1.13 7.42 0.94 3.75 1.00 69.00 SURCHARGED 27 ORR_E13098_P-27 92.33 0 0023 75.96 1.22 8.36 0.31 3.75 1.00 71.00 SURCHARGED 28 ORR_E13098_P-28 39.65 0 01:20 130.75 0.30 6.94 0.10 3.00 1.00 73.00 SURCHARGED 29 ORR_E13098_P-29 6.07 0 0052 50.79 0.12 8.08 0.09 1.82 0.91 0.00 Calculated 30 ORR_E13098_P-30 36.76 0 0113 2.21 16.63 5.20 0.29 3.00 1.00 70.00 SURCHARGED 31 ORR_E13098_P-31 93.35 0 0042 121.67 0.77 9.02 0.81 3.75 1.00 76.00 SURCHARGED 32 ORR_E13098_P-32 45.03 0 0049 28.83 1.56 7.58 0.25 2.75 1.00 76.00 SURCHARGED 33 ORR_E13098_P-33 11.43 0 0022 9.36 1.22 9.32 0.08 1.25 1.00 57.00 SURCHARGED 34 ORR_E13098_P-34 7.34 0 0041 4.55 1.61 5.98 0.17 1.25 1.00 65.00 SURCHARGED 35 ORR_E13098_P-35 3.06 0 0053 3.15 0.97 3.90 0.13 1.00 1.00 69.00 SURCHARGED 36 ORR_E13098_P-36 126.01 0 0042 143.07 0.88 10.03 0.72 4.00 1.00 87.00 SURCHARGED 37 ORR_E13098_P-37 8.07 0 0042 16.35 0.49 8.67 0.08 1.25 1.00 93.00 SURCHARGED 38 ORR_E13098_P-38 7.07 0 0036 14.63 0.48 7.63 0.08 1.25 1.00 88.00 SURCHARGED 39 ORR_E13098_P-39 118.00 0 0042 143.20 0.82 9.39 0.26 4.00 1.00 95.00 SURCHARGED 40 ORR_E13098_P-40 7.16 0 0017 20.23 0.35 10.95 0.07 1.25 1.00 92.00 SURCHARGED 41 ORR_E13098_P-41 88.89 0 0018 215.60 0.41 7.17 0.28 4.50 1.00 97.00 SURCHARGED 42 ORR_E13098_P-42 5.30 0 0020 27.10 0.20 8.89 0.05 1.25 1.00 95.00 SURCHARGED 43 ORR_E13098_P-43 93.56 0 0018 214.34 0.44 5.88 0.28 4.50 1.00 100.00 SURCHARGED 44 ORR_E13098_P-44 8.67 0 0018 8.08 1.07 7.20 0.13 1.25 1.00 93.00 SURCHARGED 45 ORR_E13098_P-45 11.42 0 0017 40.08 0.28 13.29 0.05 1.50 1.00 94.00 SURCHARGED 46 ORR_E13098_P-46 2.77 0 0018 21.80 0.13 6.45 0.13 1.25 1.00 93.00 SURCHARGED 47 ORR_E13098_P-47 104.09 0 0019 133.12 0.78 6.54 0.22 4.50 1.00 103.00 SURCHARGED 48 ORR_E13098_P-48 104.79 0 0019 232.89 0.45 6.59 0.08 4.50 1.00 103.00 SURCHARGED 49 ORR_E13098_P-49 32.58 0 0015 30.47 1.07 13.54 0.12 1.75 1.00 99.00 SURCHARGED 50 ORR_E13098_P-50 8.40 0 0014 7.27 1.16 6.85 0.08 1.25 1.00 96.00 SURCHARGED 51 ORR_E13098_P-51 130.61 0 0017 165.76 0.79 8.21 0.36 4.50 1.00 104.00 SURCHARGED 52 ORR_E13098_P-52 728.29 0 01:03 64.54 11.28 14.49 0.02 8.00 1.00 99.00 SURCHARGED 53 ORR_E13098_P-53 4.31 0 0019 19.06 0.23 10.74 0.10 1.25 1.00 89.00 SURCHARGED 54 ORR_E13098_P-54 5.29 0 0022 7.81 0.68 4.31 0.12 1.25 1.00 87.00 SURCHARGED 55 ORR_E13098_P-55 3.37 0 0030 8.33 0.40 4.52 0.04 1.25 1.00 89.00 SURCHARGED 56 ORR_E13098_P-56 4.75 0 0022 14.44 0.33 4.05 0.05 1.25 1.00 84.00 SURCHARGED 57 ORR_E13098_P-57 363.40 0 0020 551.03 0.66 5.87 0.76 8.25 1.00 98.00 SURCHARGED 58 ORR_E13098_P-58 313.88 0 0019 705.48 0.44 5.07 0.75 8.25 1.00 100.00 SURCHARGED 59 ORR_E13098_P-59 6.75 0 0000 23.47 0.29 10.98 0.08 1.50 1.00 82.00 SURCHARGED 60 ORR_E13098_P-60 319.05 0 01:46 382.76 0.83 5.16 0.31 8.25 1.00 102.00 SURCHARGED 61 ORR_E13098_P-61 319.47 0 01:46 387.49 0.82 5.16 0.07 8.25 1.00 102.00 SURCHARGED 62 ORR_E13098_P-62 319.85 0 01:46 381.62 0.84 5.17 0.07 8.25 1.00 101.00 SURCHARGED 63 ORR_E13098_P-63 320.22 0 01:46 377.86 0.85 5.18 0.08 8.25 1.00 101.00 SURCHARGED 64 ORR_E13098_P-64 320.49 0 01:46 377.93 0.85 5.23 0.08 8.25 1.00 100.00 SURCHARGED 65 ORR_E13098_P-65 320.91 0 01:46 380.63 0.84 5.40 0.07 8.25 1.00 99.00 SURCHARGED 66 ORR_E13098_P-66 321.07 0 01:46 383.00 0.84 5.44 0.10 8.25 1.00 98.00 SURCHARGED 67 ORR_E13098_P-67 321.49 0 01:46 382.85 0.84 5.56 0.32 8.25 1.00 98.00 SURCHARGED 68 ORR_E13098_P-68 321.75 0 01:46 446.59 0.72 4.64 0.38 9.25 1.00 93.00 SURCHARGED 69 ORR_E13098_P-69 322.54 0 01:46 486.12 0.66 4.30 0.68 10.00 1.00 87.00 SURCHARGED 70 ORR_E13098_P-70 323.29 0 01:46 601.04 0.54 4.31 0.11 10.00 1.00 86.00 SURCHARGED 71 ORR_E13098_P-71 325.27 0 01:47 604.46 0.54 4.36 1.31 10.00 1.00 86.00 SURCHARGED 72 ORR_E13098_P-72 347.95 0 01:39 632.47 0.55 4.49 0.86 10.00 1.00 87.00 SURCHARGED 73 ORR_E13098_P-73 348.52 0 01:40 632.02 0.55 4.50 0.34 10.00 1.00 86.00 SURCHARGED 74 ORR_E13098_P-74 420.32 0 0023 508.32 0.83 5.09 2.27 10.00 1.00 86.00 SURCHARGED 75 ORR_E13098_P-75 524.85 0 0022 535.96 0.98 6.36 2.10 10.00 1.00 87.00 SURCHARGED 76 ORR_E13098_P-76 725.78 0 0022 779.41 0.93 8.00 1.24 11.00 1.00 81.00 77 ORR_E13098_P-77 742.58 0 0023 878.50 0.85 7.50 0.44 11.00 1.00 83.00 SURCHARGED 78 ORR_E13098_P-78 721.12 0 0022 878.56 0.82 Z28 0.62 11.00 1.00 81.00 SUR DU 79 ORR_E13098_P-79 717.76 0 0022 879.10 0.82 7.34 0.11 11.00 1.00 76.00 SU 80 ORR_E13098_P-80 959.79 0 0045 911.61 1.05 9.43 0.54 11.00 1.00 73.00 AI ENT 3 81 ORR_E13098_P-81 955.91 0 00:47 911.81 1.05 939 0.59 11.00 1.00 70.00 IiffO76 Pipe Results SN Element Peak Time of Design Flow Peak Flow/ Peak Flow Travel Peak Flow Peak Flow Total Time Froude Reported ID Flow Peak Flow Capacity Design Flow Velocity Time Depth Depth/ Surcharged Number Condition Occurrence Ratio Total Depth Ratio (cfs) (days hh:mm) (cfs) (ft/sec) (min) (ft) (min) 82 ORR_E13098_P-82 953.69 0 0050 911.93 1.05 9.37 1.25 11.00 1.00 67.00 SURCHARGED 83 ORR_E13098_P-83 1003.00 0 0050 1231.12 0.81 9.86 0.67 11.00 1.00 66.00 SURCHARGED 84 ORR_E13098_P-84 1045.82 0 0059 1235.47 0.85 10.28 0.63 11.00 1.00 58.00 SURCHARGED 85 ORR E13098 P-85 1051.21 0 01:00 910.23 1.15 10.49 0.47 11.00 1.00 3.00 SURCHARGED ADDENDUM 2 ATTACHMENT 3 SHEET 18 OF 176 Inlet Input SN Element Inlet Manufacturer Inlet Number of Catchbasin Max(Rim) Inlet Initial Initial Ponded Grate ID Manufacturer Part Location Inlets Invert Elevation Depth Water Water Area Clogging Number Elevation Elevation Depth Factor (ft) (ft) (ft) (ft) (ft) (ftp) (%) 1 ORR_E13098_CI-1 FHWA HEC-22 GENERIC N/A On Sag 1 40.37 43.37 3.00 40.37 0.00 10.00 0.00 2 ORR_E13098_CI-10 FHWA HEC-22 GENERIC N/A On Sag 1 37.04 41.64 4.60 37.04 0.00 10.00 0.00 3 ORR_E13098_CI-11 FHWA HEC-22 GENERIC N/A On Grade 1 33.93 42.33 8.40 33.93 0.00 N/A 0.00 4 ORR_E13098_CI-12 FHWA HEC-22 GENERIC N/A On Sag 1 32.34 42.44 10.10 32.34 0.00 10.00 0.00 5 ORR_E13098_CI-13 FHWA HEC-22 GENERIC N/A On Sag 1 31.73 42.29 10.56 31.73 0.00 10.00 0.00 6 ORR_E13098_CI-14 FHWA HEC-22 GENERIC N/A On Sag 1 37.58 42.58 5.00 37.58 0.00 10.00 0.00 7 ORR_E13098_CI-15 FHWA HEC-22 GENERIC N/A On Sag 1 30.23 42.68 12.45 30.23 0.00 10.00 0.00 8 ORR_E13098_CI-16 FHWA HEC-22 GENERIC N/A On Sag 1 37.76 42.21 4.45 37.76 0.00 10.00 0.00 9 ORR_E13098_CI-17 FHWA HEC-22 GENERIC N/A On Sag 1 29.62 41.20 11.58 29.62 0.00 10.00 0.00 10 ORR_E13098_CI-18 FHWA HEC-22 GENERIC N/A On Grade 1 25.17 37.22 12.05 25.17 0.00 N/A 0.00 11 ORR_E13098_CI-19 FHWA HEC-22 GENERIC N/A On Sag 1 32.08 36.93 4.85 32.08 0.00 10.00 0.00 12 ORR_E13098_CI-2 FHWA HEC-22 GENERIC N/A On Sag 1 40.48 43.98 3.50 40.48 0.00 10.00 0.00 13 ORR_E13098_CI-20 FHWA HEC-22 GENERIC N/A On Sag 1 32.39 35.19 2.80 32.39 0.00 10.00 0.00 14 ORR_E13098_CI-21 FHWA HEC-22 GENERIC N/A On Sag 1 32.68 34.73 2.05 32.68 0.00 10.00 0.00 15 ORR_E13098_CI-22 FHWA HEC-22 GENERIC N/A On Sag 1 25.05 30.07 5.02 25.05 0.00 10.00 0.00 16 ORR_E13098_CI-23 FHWA HEC-22 GENERIC N/A On Sag 1 26.88 29.13 2.25 26.88 0.00 10.00 0.00 17 ORR_E13098_CI-24 FHWA HEC-22 GENERIC N/A On Grade 1 19.40 29.05 9.65 19.40 0.00 N/A 0.00 18 ORR_E13098_CI-25 FHWA HEC-22 GENERIC N/A On Sag 1 24.93 28.58 3.65 24.93 0.00 10.00 0.00 19 ORR_E13098_CI-26 FHWA HEC-22 GENERIC N/A On Sag 1 22.84 28.49 5.65 22.84 0.00 10.00 0.00 20 ORR_E13098_CI-27 FHWA HEC-22 GENERIC N/A On Sag 1 24.01 28.11 4.10 24.01 0.00 10.00 0.00 21 ORR_E13098_CI-28 FHWA HEC-22 GENERIC N/A On Sag 1 23.16 28.16 5.00 23.16 0.00 10.00 0.00 22 ORR_E13098_CI-29 FHWA HEC-22 GENERIC N/A On Sag 1 23.41 27.91 4.50 23.41 0.00 10.00 0.00 23 ORR_E13098_CI-3 FHWA HEC-22 GENERIC N/A On Grade 1 37.14 42.81 5.67 37.14 0.00 N/A 0.00 24 ORR_E13098_CI-30 FHWA HEC-22 GENERIC N/A On Grade 1 16.35 27.35 11.00 16.35 0.00 N/A 0.00 25 ORR_E13098_CI-31 FHWA HEC-22 GENERIC N/A On Sag 1 24.08 27.83 3.75 24.08 0.00 10.00 0.00 26 ORR_E13098_CI-32 FHWA HEC-22 GENERIC N/A On Sag 1 21.76 27.91 6.15 21.76 0.00 10.00 0.00 27 ORR_E13098_CI-33 FHWA HEC-22 GENERIC N/A On Sag 1 13.04 27.24 14.20 13.04 0.00 10.00 0.00 28 ORR_E13098_CI-34 FHWA HEC-22 GENERIC N/A On Sag 1 23.71 26.86 3.15 23.71 0.00 10.00 0.00 29 ORR_E13098_CI-35 FHWA HEC-22 GENERIC N/A On Sag 1 24.18 26.53 2.35 24.18 0.00 10.00 0.00 30 ORR_E13098_CI-36 FHWA HEC-22 GENERIC N/A On Sag 1 24.78 27.28 2.50 24.78 0.00 10.00 0.00 31 ORR_E13098_CI-37 FHWA HEC-22 GENERIC N/A On Sag 1 12.38 26.73 14.35 12.38 0.00 10.00 0.00 32 ORR_E13098_CI-38 FHWA HEC-22 GENERIC N/A On Sag 1 11.46 26.46 15.00 11.46 0.00 10.00 0.00 33 ORR_E13098_CI-39 FHWA HEC-22 GENERIC N/A On Sag 1 24.42 26.84 2.42 25.49 1.07 10.00 0.00 34 ORR_E13098_CI-4 FHWA HEC-22 GENERIC N/A On Sag 1 35.77 42.37 6.60 35.77 0.00 10.00 0.00 35 ORR_E13098_CI-5 FHWA HEC-22 GENERIC N/A On Sag 1 37.92 41.55 3.63 37.92 0.00 10.00 0.00 36 ORR_E13098_CI-6 FHWA HEC-22 GENERIC N/A On Sag 1 37.35 41.50 4.15 37.35 0.00 10.00 0.00 37 ORR_E13098_CI-7 FHWA HEC-22 GENERIC N/A On Sag 1 34.88 41.88 7.00 34.88 0.00 10.00 0.00 38 ORR_E13098_CI-8 FHWA HEC-22 GENERIC N/A On Sag 1 34.94 41.99 7.05 34.94 0.00 10.00 0.00 39 ORR_E13098_CI-9 FHWA HEC-22 GENERIC N/A On Sag 1 37.48 41.73 4.25 37.48 0.00 10.00 0.00 ADDENDUM 2 ATTACHMENT 3 SHEET 19 OF 176 Roadway& Gutter Input SN Element Roadway Roadway Roadway Gutter Gutter Gutter Allowable ID Longitudinal Cross Manning's Cross Width Depression Spread Slope Slope Roughness Slope (ft/ft) (ft/ft) (ft/ft) (ft) (in) (ft) 1 ORR_E13098_CI-1 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 2 ORR_E13098_CI-10 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 3 ORR_E13098_CI-11 0.0100 0.0200 0.0160 0.0200 1.50 0.0000 7.00 4 ORR_E13098_CI-12 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 5 ORR_E13098_CI-13 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 6 ORR_E13098_CI-14 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 7 ORR_E13098_CI-15 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 8 ORR_E13098_CI-16 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 9 ORR_E13098_CI-17 N/A 0.0200 0.0160 0.0200 2.00 0.0000 7.00 10 ORR_E13098_CI-18 0.0100 0.0200 0.0160 0.0200 1.50 0.0000 7.00 11 ORR_E13098_CI-19 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 12 ORR_E13098_CI-2 N/A 0.0200 0.0160 0.0200 2.00 0.0000 7.00 13 ORR_E13098_CI-20 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 14 ORR_E13098_CI-21 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 15 ORR_E13098_CI-22 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 16 ORR_E13098_CI-23 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 17 ORR_E13098_CI-24 0.0100 0.0200 0.0160 0.0200 1.50 0.0000 7.00 18 ORR_E13098_CI-25 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 19 ORR_E13098_CI-26 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 20 ORR_E13098_CI-27 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 21 ORR_E13098_CI-28 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 22 ORR_E13098_CI-29 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 23 ORR_E13098_CI-3 0.0200 0.0200 0.0160 0.0200 1.50 0.0000 7.00 24 ORR_E13098_CI-30 0.0100 0.0200 0.0160 0.0200 2.00 0.0000 7.00 25 ORR_E13098_CI-31 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 26 ORR_E13098_CI-32 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 27 ORR_E13098_CI-33 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 28 ORR_E13098_CI-34 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 29 ORR_E13098_CI-35 N/A 0.0200 0.0160 0.0200 2.00 0.0000 7.00 30 ORR_E13098_CI-36 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 31 ORR_E13098_CI-37 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 32 ORR_E13098_CI-38 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 33 ORR_E13098_CI-39 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 34 ORR_E13098_CI-4 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 35 ORR_E13098_CI-5 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 36 ORR_E13098_CI-6 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 37 ORR_E13098_CI-7 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 38 ORR_E13098_CI-8 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 39 ORR E13098 CI-9 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 ADDENDUM 2 ATTACHMENT 3 SHEET 20 OF 176 Inlet Results SN Element Peak Peak Peak Flow Peak Flow Inlet Max Gutter Max Gutter Max Gutter Time of Total Total Time ID Flow Lateral Intercepted Bypassing Efficiency Spread Water Elev. Water Depth Max Depth Flooded Flooded Inflow by Inlet during Peak during Peak during Peak during Peak Occurrence Volume Inlet Flow Flow Flow Flow (cfs) (cfs) (cfs) (cfs) N (ft) (ft) (ft) (days hh:mm) (ac-in) (min) 1 ORR_E13098_CI-1 1.88 1.88 N/A N/A N/A 12.48 43.62 0.25 0 00:17 0.00 0.00 2 ORR_E13098_CI-10 5.57 5.57 N/A N/A N/A 25.66 42.32 0.68 00021 8.46 45.00 3 ORR_E13098_CI-11 3.28 3.28 0.89 2.39 27.06 11.25 42.56 0.23 00040 0.17 2.00 4 ORR_E13098_CI-12 0.00 0.00 N/A N/A N/A 0.00 42.44 0.00 00040 0.04 1.00 5 ORR_E13098_CI-13 6.16 6.16 N/A N/A N/A 27.30 42.83 0.54 00031 1.01 8.00 6 ORR_E13098_CI-14 8.42 8.42 N/A N/A N/A 33.39 43.38 0.80 00031 0.14 6.00 7 ORR_E13098_CI-15 1.39 1.39 N/A N/A N/A 10.10 42.88 0.20 00023 2.63 12.00 8 ORR_E13098_CI-16 4.54 4.54 N/A N/A N/A 22.50 42.66 0.45 00051 0.00 0.00 9 ORR_E13098_CI-17 0.81 0.81 N/A N/A N/A 6.68 41.33 0.13 00051 0.00 0.00 10 ORR_E13098_CI-18 2.83 2.83 0.81 2.02 28.66 10.64 37.43 0.21 00042 0.00 0.00 11 ORR_E13098_CI-19 5.45 5.45 N/A N/A N/A 16.01 38.82 1.89 0 00:16 0.16 6.00 12 ORR_E13098_CI-2 1.27 1.27 N/A N/A N/A 9.41 44.17 0.19 00021 2.37 31.00 13 ORR_E13098_CI-20 17.07 17.07 N/A N/A N/A 93.13 37.06 1.87 0 00:15 6.79 49.00 14 ORR_E13098_CI-21 2.05 2.05 N/A N/A N/A 13.25 34.99 0.27 0 00:10 3.37 60.00 15 ORR_E13098_CI-22 2.08 2.08 N/A N/A N/A 13.36 30.34 0.27 0 00:17 0.83 42.00 16 ORR_E13098_CI-23 5.68 5.68 N/A N/A N/A 25.98 29.81 0.69 0 00:18 10.48 85.00 17 ORR_E13098_CI-24 3.32 1.33 0.89 2.43 26.92 11.30 29.28 0.23 0 00:17 23.64 66.00 18 ORR_E13098_CI-25 10.99 10.99 N/A N/A N/A 45.92 29.50 0.92 0 00:17 9.89 83.00 19 ORR_E13098_CI-26 7.92 7.92 N/A N/A N/A 32.05 29.29 0.80 0 00:17 2.32 37.00 20 ORR_E13098_CI-27 14.07 14.07 N/A N/A N/A 67.31 29.46 1.35 0 00:18 5.44 45.00 21 ORR_E13098_CI-28 8.09 8.09 N/A N/A N/A 32.51 28.97 0.81 00022 0.12 13.00 22 ORR_E13098_CI-29 1.64 1.64 N/A N/A N/A 11.28 28.14 0.23 0 00:18 1.07 44.00 23 ORR_E13098_CI-3 10.37 10.37 1.46 8.91 14.05 15.23 43.12 0.30 00042 0.00 0.00 24 ORR_E13098_CI-30 4.85 1.84 1.13 3.72 23.24 13.05 27.61 0.26 00021 82.70 85.00 25 ORR_E13098_CI-31 16.72 16.72 N/A N/A N/A 89.89 29.63 1.80 0 00:13 9.98 92.00 26 ORR_E13098_CI-32 91.26 91.26 N/A N/A N/A 2317.13 74.14 46.23 00014 61.76 87.00 27 ORR_E13098_CI-33 17.77 17.77 N/A N/A N/A 99.94 29.24 2.00 00022 324.71 80.00 28 ORR_E13098_CI-34 0.00 0.00 N/A N/A N/A 0.00 26.86 0.00 00022 1.99 36.00 29 ORR_E13098_CI-35 0.92 0.92 N/A N/A N/A 7.60 26.68 0.15 00022 6.51 86.00 30 ORR_E13098_CI-36 1.23 1.23 N/A N/A N/A 9.30 27.47 0.19 00022 0.05 6.00 31 ORR_E13098_CI-37 3.82 3.82 N/A N/A N/A 20.06 27.13 0.40 00022 86.80 75.00 32 ORR_E13098_CI-38 10.94 10.94 N/A N/A N/A 45.66 27.38 0.92 00022 339.78 68.00 33 ORR_E13098_CI-39 9.31 9.31 N/A N/A N/A 36.59 27.70 0.86 00022 0.55 24.00 34 ORR_E13098_CI-4 2.69 2.69 N/A N/A N/A 15.85 42.69 0.32 00024 0.00 0.00 35 ORR_E13098_CI-5 5.13 5.13 N/A N/A N/A 24.39 42.05 0.51 0 00:15 1.64 31.00 36 ORR_E13098_CI-6 4.95 4.95 N/A N/A N/A 23.88 41.98 0.48 0 00:17 12.40 45.00 37 ORR_E13098_CI-7 2.16 2.16 N/A N/A N/A 13.67 42.16 0.27 0 00:15 4.87 43.00 38 ORR_E13098_CI-8 3.70 3.70 N/A N/A N/A 19.63 42.38 0.39 00029 0.51 13.00 39 ORR E13098 CI-9 3.99 3.99 N/A N/A N/A 20.68 42.14 0.41 0 00:18 5.26 39.00 ADDENDUM 2 ATTACHMENT 3 SHEET 21 OF 176 Project Description File Name........................................................................... ORR Storm Exist.SPF Project Options FlowUnits........................................................................... CFS Elevation Type.................................................................... Elevation Hydrology Method............................................................... Rational Time of Concentration(TOC)Method................................ User-Defined Link Routing Method........................................................... Hydrodynamic Enable Overflow Ponding at Nodes.................................... YES Skip Steady State Analysis Time Periods........................... NO Analysis Options Start Analysis On................................................................ Jul 22,2015 000000 End Analysis On................................................................. Jul 26,2015 000000 Start Reporting On.............................................................. Jul 22,2015 000000 Antecedent Dry Days.......................................................... 0 days Runoff(Dry Weather)Time Step........................................ 0 01:00:00 days hh:mm:ss Runoff(Wet Weather)Time Step....................................... 0 00:05:00 days hh:mm:ss Reporting Time Step........................................................... 0 00:05:00 days hh:mm:ss Routing Time Step.............................................................. 30 seconds Number of Elements Qty RainGages......................................................................... 0 Subbasins............................................................................ 58 Nodes........... 86 Junctions.................................................................... 46 Outfalls....................................................................... 1 Flow Diversions.......................................................... 0 Inlets........................................................................... 39 Storage Nodes........................................................... 0 Links.... 93 Channels.................................................................... 8 Pipes.......................................................................... 85 Pumps........................................................................ 0 Orifices....................................................................... 0 Weirs.......................................................................... 0 Outlets........................................................................ 0 Pollutants............................................................................ 0 LandUses...........................................................................0 Rainfall Details Return Period......................... 100 year(s) ADDENDUM 2 ATTACHMENT 3 SHEET 22 OF 176 Subbasin Summary SN Subbasin Area Weighted Total Total Total Peak Time of ID Runoff Rainfall Runoff Runoff Runoff Concentration Coefficient Volume (ac) (in) (in) (ac-in) (cfs) (days hh:mm:ss) 1 ORR E13098 DA-10 17.09 0.6300 4.16 2.62 44.75 54.61 0 00:49:12 2 ORR E13098 DA-11-A 0.21 0.6800 3.39 2.30 0.48 0.96 0 00:30:00 3 ORR E13098 DA-11-B 0.73 0.6800 3.39 2.30 1.69 3.38 0 00:30:00 4 ORR E13098 DA-12-A 1.50 0.6400 3.39 2.17 3.25 6.50 0 00:30:00 5 ORR E13098 DA-12-B 4.70 0.6400 3.39 2.17 10.19 20.38 0 00:30:00 6 ORR-E13098-DA-13 0.42 0.5800 3.39 1.97 0.83 1.66 0 00:30:00 7 ORR E13098 DA-14-A 1.43 0.5600 3.39 1.90 2.71 5.42 0 00:30:00 8 ORR E13098 DA-14-B 20.53 0.5600 4.84 2.71 55.66 45.02 0 01:14:06 9 ORR-E13098-DA-15 2.60 0.5700 3.39 1.93 5.03 10.05 0 00:30:00 10 ORR E13098 DA-16-A 12.47 0.5600 5.27 2.95 36.81 23.21 0 01:35:12 11 ORR E13098 DA-16-B 1.94 0.5600 3.39 1.90 3.68 7.35 0 00:30:00 12 ORR-E13098-DA-17 19.47 0.5600 3.84 2.15 41.86 62.26 0 00:40:24 13 ORR E13098 DA-18-A 0.69 0.5500 3.39 1.86 1.29 2.57 0 00:30:00 14 ORR E13098 DA-18-B 1.19 0.5500 3.39 1.86 2.21 4.42 0 00:30:00 15 ORR E13098 DA-18-C 1.05 0.5500 3.39 1.86 1.96 3.92 0 00:30:00 16 ORR E13098 DA-19-A 1.26 0.5600 3.39 1.90 2.38 4.77 0 00:30:00 17 ORR E13098 DA-19-B 1.75 0.5600 3.39 1.90 3.33 6.65 0 00:30:00 18 ORR E13098 DA-19-C 9.46 0.5600 4.31 2.41 22.80 25.41 0 00:53:48 19 ORR E13098 DA-1-A 0.92 0.7300 3.39 2.47 2.28 4.56 0 00:30:00 20 ORR E13098 DA-1-13 2.64 0.7300 3.39 2.47 6.53 13.07 0 00:30:00 21 ORR E13098 DA-1-C 4.78 0.7300 3.39 2.47 11.81 23.62 0 00:30:00 22 ORR-E13098-DA-2 2.28 0.7200 3.39 2.44 5.56 11.12 0 00:30:00 23 ORR E13098 DA-20-A 2.34 0.5900 2.65 1.56 3.65 12.18 0 00:18:00 24 ORR E13098 DA-20-B 0.56 0.5900 2.40 1.42 0.79 3.15 0 00:15:00 25 ORR-E13098-DA-21-A 1.64 0.5500 3.39 1.86 3.06 6.12 0 00:30:00 26 ORR E13098 DA-21-B 1.59 0.5500 3.39 1.86 2.96 5.92 0 00:30:00 27 ORR E13098 DA-21-C 1.92 0.5500 3.39 1.86 3.59 7.17 0 00:30:00 28 ORR E13098 DA-22-A 7.52 0.5400 3.80 2.05 15.42 23.52 0 00:39:24 29 ORR E13098 DA-22-B 0.29 0.5400 2.40 1.30 0.37 1.48 0 00:15:00 30 ORR E13098 DA-22-C 0.42 0.5400 2.40 1.30 0.55 2.20 0 00:15:00 31 ORR-E13098-DA-23 3.12 0.5400 3.39 1.83 5.70 11.41 0 00:30:00 32 ORR E13098 DA-3-A 353.30 0.5800 4.56 2.65 934.83 890.43 0 01:03:00 33 ORR E13098 DA-3-13 12.00 0.5800 5.40 3.13 37.56 22.06 0 01:42:06 34 ORR E13098 DA-4-A 0.60 0.5400 3.39 1.83 1.10 2.20 0 00:30:00 35 ORR E13098 DA-4-13 1.10 0.5400 3.39 1.83 2.01 4.02 0 00:30:00 36 ORR E13098 DA-4-C 0.30 0.5400 3.39 1.83 0.55 1.10 0 00:30:00 37 ORR E13098 DA-4-D 0.40 0.5400 3.39 1.83 0.73 1.46 0 00:30:00 38 ORR E13098 DA-5-A 5.26 0.5600 3.39 1.90 9.98 19.96 0 00:30:00 39 ORR E13098 DA-5-13 42.28 0.5600 4.36 2.44 103.17 111.19 0 00:55:42 40 ORR E13098 DA-6-A 4.00 0.6200 3.39 2.10 8.40 16.80 0 00:30:00 41 ORR E13098 DA-6-13 2.30 0.6200 3.39 2.10 4.83 9.66 0 00:30:00 42 ORR E13098 DA-7 0.43 0.6700 3.39 2.27 0.98 1.95 0 00:30:00 43 ORR E13098 DA-8-A 0.36 0.6500 3.39 2.20 0.80 1.59 0 00:30:00 44 ORR E13098 DA-8-13 2.15 0.6500 3.39 2.20 4.73 9.46 0 00:30:00 45 ORR E13098 DA-9-A 0.59 0.6100 3.39 2.07 1.22 2.45 0 00:30:00 46 ORR E13098 DA-9-B 0.60 0.6100 3.39 2.07 1.24 2.48 0 00:30:00 47 ORR E13098 DA-9-C 1.64 0.6100 3.39 2.07 3.39 6.79 0 00:30:00 48 ORR E13098 DA-9-D 3.17 0.6100 3.39 2.07 6.56 13.12 0 00:30:00 49 ORR E13098 IHB-030-100 79.00 0.6000 5.78 3.47 273.81 130.56 0 02:05:48 50 ORR E13098 IHB-030-101 49.00 0.6000 5.06 3.03 148.62 105.75 0 01:24:24 51 ORR E13098 IHB-030-102 142.00 0.5000 3.94 1.97 279.60 391.74 0 00:42:48 52 ORR E13098 IHB-030-103 124.00 0.6000 5.25 3.15 390.85 249.06 0 01:34:06 53 ORR E13098 IHB-030-104.1 19.00 0.5100 3.45 1.76 33.42 64.00 0 00:31:24 54 ORR E13098 IHB-030-104.2 55.00 0.5100 3.95 2.01 110.72 153.90 0 00:43:12 55 ORR E13098 IHB-030-104.3 165.00 0.5300 4.32 2.29 377.85 417.23 0 00:54:18 56 ORR E13098 IHB-030-105 56.00 0.5100 2.65 1.35 75.66 252.25 0 00:18:00 57 ORR E13098 IHB-030-106 106.00 0.5100 3.68 1.88 198.75 328.16 0 00:36:24 58 ORR E13098 IHB-030-107 133.00 0.5100 4.31 2.20 292.47 323.99 0 00:54:12 - - ADDENDUM 2 ATTACHMENT 3 SHEET 23 OF 176 Node Summary SN Element Element Invert Ground/Rim Initial Surcharge Ponded Peak Max HGL Max Min Time of Total Total Time ID Type Elevation (Max) Water Elevation Area Inflow Elevation Surcharge Freeboard Peak Flooded Flooded Elevation Elevation Attained Depth Attained Flooding Volume Attained Occurrence (ft) (ft) (ft) (ft) (ft) (cfs) (ft) (ft) (ft) (days hh:mm) (ac-in) (min) 1 J-01 Junction 17.93 28.25 17.93 100.00 0.00 94.44 28.53 0.28 0.00 0 00:00 0.00 0.00 2 ORR E13098 EMH-01 Junction 37.34 41.64 37.34 100.00 0.00 7.18 41.82 0.18 0.00 0 00:00 0.00 0.00 3 ORR E13098 EMH-02 Junction 35.54 41.69 35.54 100.00 0.00 25.56 42.03 0.34 0.00 0 00:00 0.00 0.00 4 ORR E13098 EMH-03 Junction 33.98 42.88 33.98 100.00 0.00 62.27 49.27 6.39 0.00 0 00:00 0.00 0.00 5 ORR E13098 EMH-04 Junction 39.45 43.00 39.45 100.00 0.00 23.20 44.21 1.21 0.00 0 00:00 0.00 0.00 6 ORR E13098 EMH-05 Junction 31.25 41.95 31.25 100.00 0.00 48.39 40.48 0.00 1.47 0 00:00 0.00 0.00 7 ORR E13098 EMH-06 Junction 28.66 36.11 28.66 100.00 0.00 54.53 42.46 6.35 0.00 0 00:00 0.00 0.00 8 ORR E13098 J-01 Junction 36.58 43.31 36.58 100.00 0.00 19.81 43.08 0.00 0.24 0 00:00 0.00 0.00 9 ORR E13098 J-02 Junction 40.64 44.00 40.64 100.00 0.00 23.49 46.98 2.98 0.00 0 00:00 0.00 0.00 10 ORR E13098 J-03 Junction 36.41 43.30 36.41 100.00 0.00 20.06 42.80 0.00 0.50 0 00:00 0.00 0.00 11 ORR E13098 J-04 Junction 37.37 42.00 37.37 100.00 0.00 7.17 42.07 0.07 0.00 0 00:00 0.00 0.00 12 ORR E13098 J-05 Junction 35.57 42.00 35.57 100.00 0.00 25.39 43.24 1.24 0.00 0 00:00 0.00 0.00 13 ORR E13098 J-06 Junction 33.39 42.62 33.39 100.00 0.00 68.44 44.50 1.88 0.00 0 00:00 0.00 0.00 14 ORR E13098 J-07 Junction 34.22 43.50 34.22 100.00 0.00 62.21 52.83 9.33 0.00 0 00:00 0.00 0.00 15 ORR E13098 J-08 Junction 31.90 42.50 31.90 100.00 0.00 44.98 40.98 0.00 1.52 0 00:00 0.00 0.00 16 ORR E13098 J-09 Junction 20.88 29.70 20.88 100.00 0.00 131.80 32.33 2.63 0.00 0 00:00 0.00 0.00 17 ORR E13098 J-10 Junction 23.90 27.00 23.90 100.00 0.00 4.02 27.09 0.09 0.00 0 00:00 0.00 0.00 18 ORR E13098 J-11 Junction 13.04 28.00 13.04 100.00 100.00 889.40 32.30 4.30 0.00 0 00:54 0.44 77.00 19 ORR E13098 J-12 Junction 16.74 27.90 16.74 100.00 0.00 104.81 27.98 0.08 0.00 0 00:00 0.00 0.00 20 ORR E13098 J-13 Junction 15.89 27.34 15.89 100.00 0.00 131.16 27.49 0.14 0.00 0 00:00 0.00 0.00 21 ORR E13098 J-14 Junction 11.35 26.00 11.35 100.00 100.00 373.13 27.13 1.13 0.00 0 00:20 0.84 81.00 22 ORR E13098 J-15 Junction 11.32 26.00 11.32 100.00 100.00 371.87 27.72 1.72 0.00 0 00:20 1.19 78.00 23 ORR E13098 J-16 Junction 11.30 26.00 11.30 100.00 100.00 371.73 28.30 2.30 0.00 0 00:20 1.48 74.00 24 ORR E13098 J-17 Junction 11.27 26.00 11.27 100.00 100.00 371.62 28.89 2.89 0.00 0 00:19 1.67 70.00 25 ORR E13098 J-18 Junction 11.24 26.00 11.24 100.00 100.00 371.63 29.48 3.48 0.00 0 00:19 1.84 67.00 26 ORR E13098 J-19 Junction 11.21 26.00 11.21 100.00 100.00 371.88 30.06 4.06 0.00 0 00:19 2.20 66.00 27 ORR E13098 J-20 Junction 11.17 26.00 11.17 100.00 100.00 372.51 30.66 4.66 0.00 0 00:24 2.44 64.00 28 ORR E13098 J-21 Junction 11.05 26.00 11.05 100.00 500.00 374.12 31.34 5.34 0.00 0 00:19 3.52 65.00 29 ORR E13098 J-22 Junction 10.92 26.00 10.92 100.00 500.00 376.25 31.87 5.87 0.00 0 00:19 3.93 64.00 30 ORR E13098 J-23 Junction 10.72 26.00 10.72 100.00 500.00 378.89 32.37 6.37 0.00 0 00:19 4.26 63.00 31 ORR E13098 J-24 Junction 10.66 26.00 10.66 100.00 500.00 382.39 32.77 6.77 0.00 0 00:19 5.20 63.00 32 ORR E13098 J-25 Junction 10.05 26.00 10.05 100.00 500.00 386.41 33.39 7.39 0.00 0 00:23 5.75 63.00 33 ORR E13098 J-26 Junction 9.63 24.00 9.63 100.00 500.00 330.68 33.40 9.40 0.00 0 00:19 6.68 76.00 34 ORR E13098 J-27 Junction 9.47 24.00 9.47 100.00 500.00 442.62 33.41 9.41 0.00 0 00:19 11.35 76.00 35 ORR E13098 J-28 Junction 8.79 24.00 8.79 100.00 500.00 645.84 33.39 9.39 0.00 0 00:21 17.27 73.00 36 ORR E13098 J-29 Junction 7.91 22.00 7.91 100.00 500.00 837.18 33.31 11.31 0.00 0 00:21 19.75 81.00 37 ORR E13098 J-30 Junction 6.84 19.97 6.84 100.00 500.00 813.74 31.91 11.94 0.00 0 00:19 13.99 85.00 38 ORR E13098 J-31 Junction 6.49 19.30 6.49 100.00 500.00 771.41 30.70 11.40 0.00 0 00:21 9.41 84.00 39 ORR E13098 J-32 Junction 6.00 18.38 6.00 100.00 500.00 772.29 29.39 11.01 0.00 0 00:21 9.08 84.00 40 ORR E13098 J-33 Junction 5.91 18.21 5.91 100.00 500.00 1062.19 28.38 10.17 0.00 0 00:23 8.84 82.00 41 ORR E13098 J-34 Junction 5.36 17.18 5.36 100.00 500.00 1050.42 26.04 8.86 0.00 0 00:22 8.38 81.00 42 ORR E13098 J-35 Junction 4.77 16.05 4.77 100.00 500.00 1045.74 23.65 7.59 0.00 0 00:24 11.06 81.00 43 ORR E13098 J-36 Junction 3.50 16.00 3.50 100.00 500.00 1110.40 20.40 4.40 0.00 0 00:30 6.82 69.00 44 ORR E13098 J-37 Junction 2.20 16.00 2.20 100.00 500.00 1168.87 17.51 1.51 0.00 0 00:38 1.72 42.00 45 ORR E13098 J-38 Junction 0.92 16.00 0.92 100.00 500.00 1168.84 15.14 0.00 0.86 0 00:00 0.00 0.00 46 ORR E13098_Open-Pipe Junction 40.34 43.50 40.34 100.00 500.00 11.41 47.87 4.37 0.00 0 00:30 0.66 41.00 47 ORR_E13098_Nueces-Bay Outfall 0.39 1168.84 11.39 ADDENDUM 2 ATTACHMENT 3 SHEET 24 OF 176 Link Summary SN Element Element From To(Outlet) Length Inlet Outlet Average Diameter or Manning's Peak Design Flow Peak Flow/Peak Flow Peak Flow Peak Flow Total Time ID Type (Inlet) Node Invert Invert Slope Height Roughness Flow Capacity Design Flow Velocity Depth Depth/ Surcharged Node Elevation Elevation Ratio Total Depth Ratio (ft) (ft) (ft) (°/a) (in) (cfs) (cfs) (ft/sec) (ft) (min) 1 ORR-E13098-P-01 Pipe ORR_E13098_Open-Pipe ORR_E13098_J-01 184.00 40.34 39.45 0.4800 15.000 0.0130 9.49 4.49 2.11 7.74 1.25 1.00 52.00 2 ORR_E13098_P-02 Pipe ORR_E13098_CI-1 ORR_E13098_J-01 28.73 40.37 39.45 3.2000 15.000 0.0130 2.39 11.56 0.21 5.91 1.25 1.00 52.00 3 ORR-E13098-P-03 Pipe ORR-E13098-CI-2 ORR-E13098-J-01 50.97 40.48 39.45 2.0200 18.000 0.0130 13.35 14.93 0.89 7.55 1.50 1.00 54.00 4 ORR-E13098-P-04 Pipe ORR_E13098_J-02 ORR-E13098-CI-2 4.82 40.64 40.63 0.2100 18.000 0.0130 23.50 4.78 4.91 13.30 1.50 1.00 52.00 5 ORR_E13098_P-05 Pipe ORR_E13098_J-01 ORR_E13098_J-03 41.58 36.58 36.41 0.4100 30.000 0.0130 19.82 26.23 0.76 4.04 2.50 1.00 72.00 6 ORR-E13098-P-06 Pipe ORR-E13098-CI-3 ORR-E13098-J-03 41.91 37.14 36.41 1.7400 18.000 0.0130 1.60 13.86 0.12 4.05 1.50 1.00 75.00 7 ORR-E13098-P-07 Pipe ORR_E13098_J-03 ORR E13098 CI4 160.54 36.41 35.77 0.4000 30.000 0.0130 20.03 25.90 0.77 4.08 2.50 1.00 72.00 8 ORR_E13098_P-08 Pipe ORR_E13098_CI-6 ORR_E13098_CI4 84.07 37.35 35.87 1.7600 24.000 0.0130 15.07 30.02 0.50 4.80 2.00 1.00 69.00 9 ORR-E13098-P-09 Pipe ORR-E13098 EMH-01 ORR-E13098-CI-6 11.56 37.35 37.35 0.0000 24.000 0.0130 6.71 2.10 3.19 3.66 2.00 1.00 69.00 10 ORR-E13098-P-10 Pipe ORR-E13098-CI-5 ORR E13098 EMH-01 22.06 37.92 37.34 2.6300 24.000 0.0130 3.76 46.71 0.08 2.01 2.00 1.00 65.00 11 ORR_E13098_P-11 Pipe ORR_E13098_J-04 ORR_E13098_EMH-01 15.61 37.37 37.34 0.1900 18.000 0.0130 7.18 4.60 1.56 4.06 1.50 1.00 73.00 12 ORR-E13098-P-12 Pipe ORR-E13098-CI-4 ORR-E13098-CI-7 201.12 35.77 34.88 0.4400 30.000 0.0130 37.76 27.29 1.38 7.69 2.50 1.00 77.00 13 ORR-E13098-P-13 Pipe ORR-E13098-CI-7 ORR-E13098-CI-8 27.06 34.88 34.94 -0.2200 30.000 0.0130 38.71 19.31 2.00 7.89 2.50 1.00 77.00 14 ORR_E13098_P-14 Pipe ORR_E13098_EMH-02 ORR_E13098_CI-8 82.72 35.54 34.99 0.6600 24.000 0.0130 15.74 18.45 0.85 5.01 2.00 1.00 82.00 15 ORR-E13098-P-15 Pipe ORR-E13098-CI-10 ORR E13098 EMH-02 12.29 37.04 36.99 0.4100 24.000 0.0130 14.02 14.43 0.97 4.46 2.00 1.00 70.00 16 ORR-E13098-P-16 Pipe ORR-E13098-CI-9 ORR E13098 EMH-02 21.95 37.48 36.59 4.0500 24.000 0.0130 11.50 45.55 0.25 5.52 2.00 1.00 68.00 17 ORR_E13098_P-17 Pipe ORR_E13098_J-05 ORR_E13098_EMH-02 12.53 35.57 35.54 0.2000 24.000 0.0130 25.44 10.12 2.51 8.10 2.00 1.00 82.00 18 ORR-E13098-P-18 Pipe ORR-E13098-CI-8 ORR-E13098-CI-11 146.51 34.94 33.93 0.6900 36.000 0.0130 42.00 55.38 0.76 5.94 3.00 1.00 77.00 19 ORR-E13098-P-19 Pipe ORR-E13098-CI-11 ORR-E13098-J-06 171.33 33.93 33.39 0.3200 42.000 0.0130 42.56 56.48 0.75 4.42 3.50 1.00 78.00 20 ORR-E13098-P-20 Pipe ORR-E13098 EMH-03 ORR-E13098-J-06 43.85 33.98 33.91 0.1600 33.000 0.0130 62.24 21.13 2.95 10.48 2.75 1.00 83.00 21 ORR_E13098_P-21 Pipe ORR_E13098_J-07 ORR_E13098_EMH-03 69.07 34.22 34.08 0.2000 33.000 0.0130 62.27 23.81 2.62 10.48 2.75 1.00 82.00 22 ORR-E13098-P-22 Pipe ORR_E13098_J-06 ORR-E13098-CI-12 337.34 33.39 32.34 0.3100 45.000 0.0130 68.31 67.47 1.01 6.18 3.75 1.00 79.00 23 ORR-E13098-P-23 Pipe ORR-E13098 EMH-04 ORR-E13098-CI-12 224.34 39.45 39.00 0.2000 24.000 0.0130 23.21 10.13 2.29 7.63 2.00 1.00 34.00 24 ORR_E13098_P-24 Pipe ORR_E13098_CI-12 ORR_E13098_CI-13 74.59 32.34 31.73 0.8200 45.000 0.0130 74.32 109.37 0.68 6.73 3.75 1.00 84.00 25 ORR-E13098-P-25 Pipe ORR-E13098-CI-14 ORR-E13098-CI-13 44.92 37.58 36.73 1.8900 18.000 0.0130 10.10 14.45 0.70 6.63 1.50 1.00 54.00 26 ORR-E13098-P-26 Pipe ORR-E13098-CI-13 ORR-E13098-CI-15 420.32 31.73 30.23 0.3600 45.000 0.0130 83.47 72.24 1.16 7.56 3.75 1.00 82.00 27 ORR_E13098_P-27 Pipe ORR_E13098_CI-15 ORR_E13098_CI-17 154.61 30.23 29.62 0.3900 45.000 0.0130 91.44 75.96 1.20 8.28 3.75 1.00 83.00 28 ORR-E13098-P-28 Pipe ORR-E13098 EMH-05 ORR-E13098-CI-17 42.42 31.25 29.62 3.8400 36.000 0.0130 48.73 130.75 0.37 6.89 3.00 1.00 84.00 29 ORR-E13098-P-29 Pipe ORR-E13098-CI-16 ORR E13098 EMH-05 43.85 37.76 35.55 5.0400 24.000 0.0130 8.22 50.79 0.16 8.16 2.00 1.00 18.00 30 ORR_E13098_P-30 Pipe ORR_E13098_J-08 ORR_E13098_EMH-05 91.02 31.90 31.90 0.0000 36.000 0.0130 45.50 2.21 20.58 6.44 3.00 1.00 81.00 31 ORR-E13098-P-31 Pipe ORR-E13098-CI-17 ORR-E13098-CI-18 439.63 29.62 25.17 1.0100 45.000 0.0130 91.75 121.67 0.75 9.19 3.75 1.00 88.00 32 ORR-E13098-P-32 Pipe ORR-E13098 EMH-06 ORR-E13098-CI-18 114.44 28.66 28.32 0.3000 33.000 0.0130 54.49 28.83 1.89 9.17 2.75 1.00 86.00 33 ORR_E13098_P-33 Pipe ORR_E13098_CI-19 ORR_E13098_CI-18 43.33 32.08 31.17 2.1000 15.000 0.0130 12.00 9.36 1.28 9.78 1.25 1.00 66.00 34 ORR-E13098-P-34 Pipe ORR-E13098-CI-20 ORR-E13098-CI-19 62.35 32.39 32.08 0.5000 15.000 0.0130 8.19 4.55 1.80 6.67 1.25 1.00 73.00 35 ORR-E13098-P-35 Pipe ORR-E13098-CI-21 ORR-E13098-CI-20 30.61 32.68 32.44 0.7800 12.000 0.0130 3.06 3.15 0.97 3.90 1.00 1.00 76.00 36 ORR_E13098_P-36 Pipe ORR_E13098_CI-18 ORR_E13098_J-09 432.42 25.17 20.88 0.9900 48.000 0.0130 131.80 143.07 0.92 10.49 4.00 1.00 97.00 37 ORR-E13098-P-37 Pipe ORR-E13098-CI-22 ORR-E13098-J-09 42.95 25.05 22.30 6.4000 15.000 0.0130 8.76 16.35 0.54 8.84 1.25 1.00 99.00 38 ORR-E13098-P-38 Pipe ORR-E13098-CI-23 ORR-E13098-CI-22 35.69 26.88 25.05 5.1300 15.000 0.0130 7.07 14.63 0.48 7.65 1.25 1.00 96.00 39 ORR_E13098_P-39 Pipe ORR_E13098_J-09 ORR_E13098_CI-24 148.91 20.88 19.40 0.9900 48.000 0.0130 123.55 143.20 0.86 9.83 4.00 1.00 101.00 40 ORR-E13098-P-40 Pipe ORR-E13098-CI-25 ORR_E13098_CI-24 46.18 24.93 20.40 9.8100 15.000 0.0130 7.44 20.23 0.37 11.13 1.25 1.00 99.00 41 ORR-E13098-P-41 Pipe ORR-E13098-CI-24 J-01 122.30 19.40 17.93 1.2000 54.000 0.0130 89.57 215.60 0.42 7.20 4.50 1.00 103.00 42 ORR_E13098_P-42 Pipe ORR_E13098_CI-26 J-01 27.91 22.84 17.93 17.6000 15.000 0.0130 5.62 27.10 0.21 9.21 1.25 1.00 101.00 43 ORR-E13098-P-43 Pipe J-01 ORR-E13098-J-12 100.17 17.93 16.74 1.1900 54.000 0.0130 93.63 214.34 0.44 5.89 4.50 1.00 105.00 44 ORR-E13098-P-44 Pipe ORR-E13098-CI-27 ORR-E13098-CI-28 54.31 24.01 23.16 1.5700 15.000 0.0130 9.14 8.08 1.13 7.45 1.25 1.00 100.00 45 ORR_E13098_P-45 Pipe ORR_E13098_CI-28 ORR_E13098_J-12 38.39 23.16 17.57 14.5600 18.000 0.0130 11.90 40.08 0.30 13.60 1.50 1.00 101.00 46 ORR-E13098-P-46 Pipe ORR-E13098-CI-29 ORR-E13098-J-12 48.91 23.41 17.84 11.3900 15.000 0.0130 2.85 21.80 0.13 6.60 1.25 1.00 100.00 47 ORR-E13098-P-47 Pipe ORR_E13098_J-12 ORR-E13098-CI-30 85.11 16.74 16.35 0.4600 54.000 0.0130 104.88 133.12 0.79 6.59 4.50 1.00 108.00 48 ORR_E13098_P-48 Pipe ORR_E13098_CI-30 ORR_E13098_J-13 32.80 16.35 15.89 1.4000 54.000 0.0130 106.08 232.89 0.46 6.67 4.50 1.00 108.00 49 ORR-E13098-P-49 Pipe ORR-E13098-CI-32 ORR-E13098-J-13 94.12 21.76 18.28 3.7000 21.000 0.0130 33.51 30.47 1.10 13.93 1.75 1.00 105.00 50 ORR-E13098-P-50 Pipe ORR-E13098-CI-31 ORR-E13098-CI-32 33.16 24.08 23.66 1.2700 15.000 0.0130 7.91 7.27 1.09 6.44 1.25 1.00 103.00 51 ORR_E13098_P-51 Pipe ORR_E13098_J-13 ORR_E13098_CI-33 178.75 15.89 14.62 0.7100 54.000 0.0130 131.10 165.76 0.79 8.24 4.50 1.00 109.00 52 ORR-E13098-P-52 Pipe ORR_E13098_J-11 ORR-E13098-CI-33 15.00 13.04 13.04 0.0000 96.000 0.0150 889.53 64.54 13.78 17.70 8.00 1.00 104.00 53 ORR-E13098-P-53 Pipe ORR-E13098-CI-34 ORR-E13098-CI-33 62.75 23.71 18.25 8.7000 15.000 0.0130 4.48 19.06 0.24 10.86 1.25 1.00 96.00 54 ORR_E13098_P-54 Pipe ORR_E13098_CI-35 ORR_E13098_CI-34 32.12 24.18 23.71 1.4600 15.000 0.0130 5.12 7.81 0.65 4.21 1.25 1.00 94.00 55 ORR-E13098-P-55 Pipe ORR_E13098_J-10 ORR-E13098-CI-34 11.42 23.90 23.71 1.6600 15.000 0.0130 4.02 8.33 0.48 4.56 1.25 1.00 95.00 56 ORR E13098 P-56 Pipe ORR-E13098-CI-36 ORR-E13098-CI-35 12.01 24.78 24.18 4.9900 15.000 0.0130 5.03 14.44 91.00 57 ORR E13098 P-57 Pipe ORR E13098 CI-33 ORR E13098 CI-37 267.50 13.04 12.38 0.2500 99.000 0.0130 383.70 551.03 .70 6.20 8.25 1.00 103.00 58 ORR_E13098_P 58 Pipe ORR_E13098_CI 37 ORR_E13098_CI 38 227.48 12.38 11.46 0.4000 99.000 0.0130 328.35 705.48 .47 Erg.®VJ(V�I�0 105.00 ATTACHMENT 3 SIHEET 25 OF 176 Link Summary SN Element Element From To(Outlet) Length Inlet Outlet Average Diameter or Manning's Peak Design Flow Peak Flow/Peak Flow Peak Flow Peak Flow Total Time ID Type (Inlet) Node Invert Invert Slope Height Roughness Flow Capacity Design Flow Velocity Depth Depth/ Surcharged Node Elevation Elevation Ratio Total Depth Ratio (ft) (ft) (ft) (%) (in) (cfs) (cfs) (ft/sec) (ft) (min) 59 ORR-E13098-P-59 Pipe ORR-E13098-CI-39 ORR-E13098-CI-38 55.27 24.42 21.66 4.9900 18.000 0.0130 7.10 23.47 0.30 10.97 1.50 1.00 88.00 60 ORR_E13098_P-60 Pipe ORR_E13098_CI-38 ORR_E13098_J-14 94.92 11.46 11.35 0.1200 99.000 0.0130 373.16 382.76 0.97 6.03 8.25 1.00 107.00 61 ORR-E13098-P-61 Pipe ORR_E13098_J-14 ORR-E13098-J-15 21.31 11.35 11.32 0.1200 99.000 0.0130 372.03 387.49 0.96 6.01 8.25 1.00 107.00 62 ORR-E13098-P-62 Pipe ORR_E13098_J-15 ORR-E13098-J-16 20.28 11.32 11.30 0.1200 99.000 0.0130 371.87 381.62 0.97 6.01 8.25 1.00 106.00 63 ORR_E13098_P-63 Pipe ORR_E13098_J-16 ORR_E13098_J-17 25.00 11.30 11.27 0.1200 99.000 0.0130 371.73 377.86 0.98 6.01 8.25 1.00 106.00 64 ORR-E13098-P-64 Pipe ORR_E13098_J-17 ORR-E13098-J-18 24.12 11.27 11.24 0.1200 99.000 0.0130 371.62 377.93 0.98 6.01 8.25 1.00 105.00 65 ORR-E13098-P-65 Pipe ORR_E13098_J-18 ORR-E13098-J-19 22.93 11.24 11.21 0.1200 99.000 0.0130 371.63 380.63 0.98 6.01 8.25 1.00 104.00 66 ORR_E13098_P-66 Pipe ORR_E13098_J-19 ORR_E13098_J-20 33.56 11.21 11.17 0.1200 99.000 0.0130 371.88 383.00 0.97 6.01 8.25 1.00 104.00 67 ORR-E13098-P-67 Pipe ORR_E13098_J-20 ORR-E13098-J-21 105.79 11.17 11.05 0.1200 99.000 0.0130 372.51 382.85 0.97 6.02 8.25 1.00 103.00 68 ORR-E13098-P-68 Pipe ORR_E13098_J-21 ORR-E13098-J-22 105.70 11.05 10.92 0.1200 111.000 0.0130 374.12 446.59 0.84 5.39 9.25 1.00 99.00 69 ORR_E13098_P-69 Pipe ORR_E13098_J-22 ORR_E13098_J-23 176.14 10.92 10.72 0.1200 120.000 0.0130 376.25 486.12 0.77 5.02 10.00 1.00 94.00 70 ORR-E13098-P-70 Pipe ORR_E13098_J-23 ORR-E13098-J-24 29.23 10.72 10.66 0.1800 120.000 0.0130 378.89 601.04 0.63 5.05 10.00 1.00 91.00 71 ORR-E13098-P-71 Pipe ORR_E13098_J-24 ORR-E13098-J-25 341.89 10.66 10.05 0.1800 120.000 0.0130 382.39 604.46 0.63 5.10 10.00 1.00 92.00 72 ORR_E13098_P-72 Pipe ORR_E13098_J-25 ORR_E13098_J-26 231.58 10.05 9.63 0.1800 120.000 0.0130 330.68 632.47 0.52 4.27 10.00 1.00 93.00 73 ORR-E13098-P-73 Pipe ORR_E13098_J-26 ORR-E13098-J-27 91.08 9.63 9.47 0.1800 120.000 0.0130 331.13 632.02 0.52 4.27 10.00 1.00 92.00 74 ORR-E13098-P-74 Pipe ORR_E13098_J-27 ORR-E13098-J-28 694.53 9.47 8.79 0.1000 120.000 0.0130 434.33 508.32 0.85 5.26 10.00 1.00 92.00 75 ORR_E13098_P-75 Pipe ORR_E13098_J-28 ORR_E13098_J-29 801.73 8.79 7.91 0.1100 120.000 0.0130 548.16 535.96 1.02 6.64 10.00 1.00 94.00 76 ORR-E13098-P-76 Pipe ORR_E13098_J-29 ORR-E13098-J-30 597.36 7.91 6.84 0.1800 132.000 0.0130 753.43 779.41 0.97 8.30 11.00 1.00 88.00 77 ORR-E13098-P-77 Pipe ORR-E13098-J-30 ORR-E13098-J-31 196.10 6.84 6.49 0.1800 132.000 0.0130 771.41 878.50 0.88 7.79 11.00 1.00 91.00 78 ORR-E13098-P-78 Pipe ORR-E13098-J-31 ORR-E13098-J-32 272.17 6.49 6.00 0.1800 132.000 0.0130 772.29 878.56 0.88 7.80 11.00 1.00 89.00 79 ORR_E13098_P-79 Pipe ORR_E13098_J-32 ORR_E13098_J-33 49.37 6.00 5.91 0.1800 132.000 0.0130 777.01 879.10 0.88 7.85 11.00 1.00 85.00 80 ORR-E13098-P-80 Pipe ORR-E13098-J-33 ORR-E13098-J-34 304.10 5.91 5.36 0.1800 132.000 0.0130 1050.42 911.61 1.15 10.32 11.00 1.00 84.00 81 ORR-E13098-P-81 Pipe ORR-E13098-J-34 ORR-E13098-J-35 330.09 5.36 4.77 0.1800 132.000 0.0130 1045.74 911.81 1.15 10.28 11.00 1.00 81.00 82 ORR_E13098_P-82 Pipe ORR_E13098_J-35 ORR_E13098_J-36 705.02 4.77 3.50 0.1800 132.000 0.0130 1041.53 911.93 1.14 10.24 11.00 1.00 80.00 83 ORR-E13098-P-83 Pipe ORR_E13098_J-36 ORR-E13098-J-37 394.15 3.50 2.20 0.3300 132.000 0.0130 1108.78 1231.12 0.90 10.90 11.00 1.00 79.00 84 ORR-E13098-P-84 Pipe ORR_E13098_J-37 ORR-E13098-J-38 388.65 2.20 0.92 0.3300 132.000 0.0130 1168.84 1235.47 0.95 11.49 11.00 1.00 74.00 85 ORR_E13098_P-85 Pipe ORR_E13098_J-38 ORR_E13098_Nueces-Bay 295.55 0.92 0.39 0.1800 132.000 0.0130 1168.84 910.23 1.28 11.49 11.00 1.00 39.00 86 ORR E13098 L-01 Channel ORR-E13098-CI-3 ORR E13098 CI-0 148.50 42.81 42.45 0.2500 6.000 0.0120 10.55 8.61 1.23 4.22 0.50 1.00 2.00 87 ORR E13098 L-02 Channel ORR-E13098-CI-1 1 ORR-E13098-CI-8 148.81 41.60 40.90 0.4700 6.000 0.0120 2.92 16.93 0.17 9.87 0.32 0.65 0.00 88 ORR E13098 L-03 Channel ORR-E13098-CI-17 ORR-E13098-CI-18 441.77 41.20 37.26 0.8900 6.000 0.0120 0.00 16.38 0.00 0.00 0.07 0.13 0.00 89 ORR E13098 L-04 Channel ORR-E13098-CI-18 ORR-E13098-CI-24 583.00 36.29 26.70 1.6400 6.000 0.0120 2.45 20.44 0.12 2.91 0.23 0.46 0.00 90 ORR E13098 L-05 Channel ORR-E13098-CI-24 ORR-E13098-CI-30 310.19 29.03 27.39 0.5300 6.000 0.0120 3.39 12.79 0.27 4.30 0.18 0.37 0.00 91 ORR E13098 L-06 Channel ORR-E13098-CI-28 ORR-E13098-CI-34 345.97 28.14 26.86 0.3700 6.000 0.0120 0.03 10.52 0.00 0.49 0.01 0.03 0.00 92 ORR E13098 L-07 Channel ORR-E13098-CI-30 ORR-E13098-CI-34 229.64 27.39 26.86 0.2300 6.000 0.0120 3.77 7.98 0.47 27.95 0.16 0.33 0.00 93 ORR-E13098-L-08 Channel ORR-E13098-CI-37 ORR-E13098-CI-38 230.43 26.66 26.46 0.0900 6.000 0.0120 0.12 5.09 0.02 0.51 0.05 0.10 0.00 ADDENDUM 2 ATTACHMENT 3 SHEET 26 OF 176 Inlet Summary SN Element Inlet Manufacturer Inlet Number of Catchbasin Max(Rim) Initial Ponded Peak Peak Flow Peak Flow Inlet Allowable Max Gutter Max Gutter ID Manufacturer Part Location Inlets Invert Elevation Water Area Flow Intercepted Bypassing Efficiency Spread Spread Water Elev. Number Elevation Elevation by Inlet during Peak during Peak during Peak Inlet Flow Flow Flow (ft) (ft) (ft) (ft) (cfs) (cfs) (cfs) (%) (ft) (ft) (ft) 1 ORR-E13098-CI-1 FHWA HEC-22 GENERIC NIA On Sag 1 40.37 43.37 40.37 10.00 2.20 NIA NIA NIA 7.00 13.85 43.65 2 ORR_E13098_CI-10 FHWA HEC-22 GENERIC NIA On Sag 1 37.04 41.64 37.04 10.00 6.65 NIA NIA NIA 7.00 28.63 42.37 3 ORR E13098 CI-11 FHWA HEC-22 GENERIC NIA On Grade 1 33.93 42.33 33.93 NIA 3.92 0.99 2.93 25.28 7.00 12.04 42.57 4 ORR-E13098-CI-12 FHWA HEC-22 GENERIC NIA On Sag 1 32.34 42.44 32.34 10.00 0.00 NIA NIA NIA 7.00 0.00 42.44 5 ORR_E13098_CI-13 FHWA HEC-22 GENERIC NIA On Sag 1 31.73 42.29 31.73 10.00 7.35 NIA NIA NIA 7.00 30.52 43.08 6 ORR E13098 CI-14 FHWA HEC-22 GENERIC NIA On Sag 1 37.58 42.58 37.58 10.00 10.05 NIA NIA NIA 7.00 40.46 43.55 7 ORR E13098 CI-15 FHWA HEC-22 GENERIC NIA On Sag 1 30.23 42.68 30.23 10.00 1.66 NIA NIA NIA 7.00 11.40 42.91 8 ORR-E13098-CI-16 FHWA HEC-22 GENERIC NIA On Sag 1 37.76 42.21 37.76 10.00 5.42 NIA NIA NIA 7.00 25.22 43.02 9 ORR E13098 CI-17 FHWA HEC-22 GENERIC NIA On Sag 1 29.62 41.20 29.62 10.00 0.96 NIA NIA NIA 7.00 7.98 41.36 10 ORR E13098 CI-18 FHWA HEC-22 GENERIC NIA On Grade 1 25.17 37.22 25.17 NIA 3.38 0.90 2.47 26.75 7.00 11.37 37.45 11 ORR_E13098_CI-19 FHWA HEC-22 GENERIC NIA On Sag 1 32.08 36.93 32.08 10.00 6.50 NIA NIA NIA 7.00 18.02 38.94 12 ORR E13098 CI-2 FHWA HEC-22 GENERIC NIA On Sag 1 40.48 43.98 40.48 10.00 1.48 NIA NIA NIA 7.00 10.32 44.19 13 ORR E13098 CI-20 FHWA HEC-22 GENERIC NIA On Sag 1 32.39 35.19 32.39 10.00 20.37 NIA NIA NIA 7.00 127.44 37.75 14 ORR-E13098-CI-21 FHWA HEC-22 GENERIC NIA On Sag 1 32.68 34.73 32.68 10.00 2.45 NIA NIA NIA 7.00 14.86 35.03 15 ORR E13098 CI-22 FHWA HEC-22 GENERIC NIA On Sag 1 25.05 30.07 25.05 10.00 2.48 NIA NIA NIA 7.00 14.99 30.37 16 ORR E13098 CI-23 FHWA HEC-22 GENERIC NIA On Sag 1 26.88 29.13 26.88 10.00 6.78 NIA NIA NIA 7.00 28.99 29.82 17 ORR E13098 CI-24 FHWA HEC-22 GENERIC NIA On Grade 1 19.40 29.05 19.40 NIA 4.03 1.01 3.02 25.01 7.00 12.18 29.29 18 ORR E13098 CI-25 FHWA HEC-22 GENERIC NIA On Sag 1 24.93 28.58 24.93 10.00 13.12 NIA NIA NIA 7.00 60.15 29.79 19 ORR E13098 CI-26 FHWA HEC-22 GENERIC NIA On Sag 1 22.84 28.49 22.84 10.00 9.45 NIA NIA NIA 7.00 37.33 29.34 20 ORR E13098 CI-27 FHWA HEC-22 GENERIC NIA On Sag 1 24.01 28.11 24.01 10.00 16.80 NIA NIA NIA 7.00 90.63 29.93 21 ORR-E13098-CI-28 FHWA HEC-22 GENERIC NIA On Sag 1 23.16 28.16 23.16 10.00 9.66 NIA NIA NIA 7.00 38.39 29.08 22 ORR E13098 CI-29 FHWA HEC-22 GENERIC NIA On Sag 1 23.41 27.91 23.41 10.00 1.95 NIA NIA NIA 7.00 12.81 28.17 23 ORR E13098 CI-3 FHWA HEC-22 GENERIC NIA On Grade 1 37.14 42.81 37.14 NIA 12.16 1.60 10.56 13.18 7.00 16.17 43.14 24 ORR-E13098-CI-30 FHWA HEC-22 GENERIC NIA On Grade 1 16.35 27.35 16.35 NIA 4.90 1.13 3.77 23.15 7.00 13.10 27.61 25 ORR E13098 CI-31 FHWA HEC-22 GENERIC NIA On Sag 1 24.08 27.83 24.08 10.00 19.96 NIA NIA NIA 7.00 122.72 30.30 26 ORR E13098 CI-32 FHWA HEC-22 GENERIC NIA On Sag 1 21.76 27.91 21.76 10.00 111.18 NIA NIA NIA 7.00 3395.65 95.57 27 ORR-E13098-CI-33 FHWA HEC-22 GENERIC NIA On Sag 1 13.04 27.24 13.04 10.00 22.05 NIA NIA NIA 7.00 147.12 30.18 28 ORR E13098 CI-34 FHWA HEC-22 GENERIC NIA On Sag 1 23.71 26.86 23.71 10.00 0.00 NIA NIA NIA 7.00 0.00 26.86 29 ORR E13098 CI-35 FHWA HEC-22 GENERIC NIA On Sag 1 24.18 26.53 24.18 10.00 1.10 NIA NIA NIA 7.00 8.69 26.70 30 ORR-E13098-CI-36 FHWA HEC-22 GENERIC NIA On Sag 1 24.78 27.28 24.78 10.00 1.46 NIA NIA NIA 7.00 10.45 27.49 31 ORR E13098 CI-37 FHWA HEC-22 GENERIC NIA On Sag 1 12.38 26.73 12.38 10.00 4.56 NIA NIA NIA 7.00 22.58 27.18 32 ORR E13098 CI-38 FHWA HEC-22 GENERIC NIA On Sag 1 11.46 26.46 11.46 10.00 13.06 NIA NIA NIA 7.00 59.75 27.66 33 ORR-E13098-CI-39 FHWA HEC-22 GENERIC NIA On Sag 1 24.42 26.84 25.49 10.00 11.12 NIA NIA NIA 7.00 46.74 27.85 34 ORR E13098 C14 FHWA HEC-22 GENERIC NIA On Sag 1 35.77 42.37 35.77 10.00 3.15 NIA NIA NIA 7.00 17.62 42.72 35 ORR E13098 CI-5 FHWA HEC-22 GENERIC NIA On Sag 1 37.92 41.55 37.92 10.00 6.12 NIA NIA NIA 7.00 27.21 42.03 36 ORR-E13098-CI-6 FHWA HEC-22 GENERIC NIA On Sag 1 37.35 41.50 37.35 10.00 5.91 NIA NIA NIA 7.00 26.63 41.97 37 ORR E13098 CI-7 FHWA HEC-22 GENERIC NIA On Sag 1 34.88 41.88 34.88 10.00 2.57 NIA NIA NIA 7.00 15.36 42.19 38 ORR E13098 CI-8 FHWA HEC-22 GENERIC NIA On Sag 1 34.94 41.99 34.94 10.00 4.42 NIA NIA NIA 7.00 22.11 42.43 39 ORR-E13098-CI-9 FHWA HEC-22 GENERIC NIA On Sag 1 37.48 41.73 37.48 10.00 4.77 NIA NIA NIA 7.00 23.25 42.53 ADDENDUM 2 ATTACHMENT 3 SHEET 27 OF 176 SN Element Description Area Drainage Weighted Accumulated Total Peak Rainfall Time ID Node ID Runoff Precipitation Runoff Runoff Intensity of Coefficient Concentration (acres) (inches) (inches) (cfs) (inches/hr) (days hh:mm:ss) 1 ORR_E13098_DA-10 17.09 ORR_E13098_EMH-06 0.6300 4.16 2.62 54.61 5.071 0 00:49:12 2 ORR_E13098_DA-11-A 0.21 ORR_E13098_CI-17 0.6800 3.39 2.30 0.96 6.775 0 00:30:00 3 ORR_E13098_DA-11-B 0.73 ORR_E13098_CI-18 0.6800 3.39 2.30 3.38 6.775 0 00:30:00 4 ORR_E13098_DA-12-A 1.50 ORR_E13098_CI-19 0.6400 3.39 2.17 6.50 6.775 0 00:30:00 5 ORR_E13098_DA-12-B 4.70 ORR_E13098_CI-20 0.6400 3.39 2.17 20.38 6.775 0 00:30:00 6 ORR_E13098_DA-13 0.42 ORR_E13098_CI-15 0.5800 3.39 1.97 1.66 6.775 0 00:30:00 7 ORR_E13098_DA-14-A 1.43 ORR_E13098_CI-16 0.5600 3.39 1.90 5.42 6.775 0 00:30:00 8 ORR_E13098_DA-14-B 20.53 ORR_E13098_J-08 0.5600 4.84 2.71 45.02 3.916 0 01:14:06 9 ORR_E13098_DA-15 2.60 ORR_E13098_CI-14 0.5700 3.39 1.93 10.05 6.775 0 00:30:00 10 ORR_E13098_DA-16-A 12.47 ORR_E13098_EMH-04 0.5600 5.27 2.95 23.21 3.322 0 01:35:12 11 ORR_E13098_DA-16-B 1.94 ORR_E13098_0-13 0.5600 3.39 1.90 7.35 6.775 0 00:30:00 12 ORR_E13098_DA-17 19.47 ORR_E13098_J-07 0.5600 3.84 2.15 62.26 5.710 0 00:40:24 13 ORR_E13098_DA-18-A 0.69 ORR_E13098_0-7 0.5500 3.39 1.86 2.57 6.775 0 00:30:00 14 ORR_E13098_DA-18-B 1.19 ORR_E13098_0-8 0.5500 3.39 1.86 4.42 6.775 0 00:30:00 15 ORR_E13098_DA-18-C 1.05 ORR_E13098_0-11 0.5500 3.39 1.86 3.92 6.775 0 00:30:00 16 ORR_E13098_DA-19-A 1.26 ORR_E13098_0-9 0.5600 3.39 1.90 4.77 6.775 0 00:30:00 17 ORR_E13098_DA-19-B 1.75 ORR_E13098_0-10 0.5600 3.39 1.90 6.65 6.775 0 00:30:00 18 ORR_E13098_DA-19-C 9.46 ORR_E13098_J-05 0.5600 4.31 2.41 25.41 4.799 0 00:53:48 19 ORR_E13098_DA-1-A 0.92 ORR_E13098_CI-37 0.7300 3.39 2.47 4.56 6.775 0 00:30:00 20 ORR_E13098_DA-1-B 2.64 ORR_E13098_CI-38 0.7300 3.39 2.47 13.07 6.775 0 00:30:00 21 ORR_E13098_DA-1-C 4.78 ORR_E13098_J-14 0.7300 3.39 2.47 23.62 6.775 0 00:30:00 22 ORR_E13098_DA-2 2.28 ORR_E13098_CI-39 0.7200 3.39 2.44 11.12 6.775 0 00:30:00 23 ORR_E13098_DA-20-A 2.34 ORR_E13098_0-3 0.5900 2.65 1.56 12.18 8.832 0 00:18:00 24 ORR_E13098_DA-20-B 0.56 ORR_E13098_0-4 0.5900 2.40 1.42 3.15 9.613 0 00:15:00 25 ORR_E13098_DA-21-A 1.64 ORR_E13098_0-5 0.5500 3.39 1.86 6.12 6.775 0 00:30:00 26 ORR_E13098_DA-21-B 1.59 ORR_E13098_CI-6 0.5500 3.39 1.86 5.92 6.775 0 00:30:00 27 ORR_E13098_DA-21-C 1.92 ORR_E13098_J-04 0.5500 3.39 1.86 7.17 6.775 0 00:30:00 28 ORR_E13098_DA-22-A 7.52 ORR_E13098_J-02 0.5400 3.80 2.05 23.52 5.795 0 00:39:24 29 ORR_E13098_DA-22-B 0.29 ORR_E13098_0-2 0.5400 2.40 1.30 1.48 9.613 0 00:15:00 30 ORR_E13098_DA-22-C 0.42 ORR_E13098_CI-1 0.5400 2.40 1.30 2.20 9.613 0 00:15:00 31 ORR_E13098_DA-23 3.12 ORR_E13098_Open-Pipe 0.5400 3.39 1.83 11.41 6.775 0 00:30:00 32 ORR_E13098_DA-3-A 353.30 ORR_E13098_J-11 0.5800 4.56 2.65 890.43 4.345 0 01:03:00 33 ORR_E13098_DA-3-B 12.00 ORR_E13098_CI-33 0.5800 5.40 3.13 22.06 3.170 0 01:42:06 34 ORR_E13098_DA-4-A 0.60 ORR_E13098_CI-30 0.5400 3.39 1.83 2.20 6.775 0 00:30:00 35 ORR_E13098_DA-4-B 1.10 ORR_E13098_J-10 0.5400 3.39 1.83 4.02 6.775 0 00:30:00 36 ORR_E13098_DA-4-C 0.30 ORR_E13098_CI-35 0.5400 3.39 1.83 1.10 6.775 0 00:30:00 37 ORR_E13098_DA-4-D 0.40 ORR_E13098_CI-36 0.5400 3.39 1.83 1.46 6.775 0 00:30:00 38 ORR_E13098_DA-5-A 5.26 ORR_E13098_CI-31 0.5600 3.39 1.90 19.96 6.775 0 00:30:00 39 ORR_E13098_DA-5-B 42.28 ORR_E13098_CI-32 0.5600 4.36 2.44 111.19 4.696 0 00:55:42 40 ORR_E13098_DA-6-A 4.00 ORR_E13098_CI-27 0.6200 3.39 2.10 16.80 6.775 0 00:30:00 41 ORR_E13098_DA-6-B 2.30 ORR_E13098_CI-28 0.6200 3.39 2.10 9.66 6.775 0 00:30:00 42 ORR_E13098_DA-7 0.43 ORR_E13098_CI-29 0.6700 3.39 2.27 1.95 6.775 0 00:30:00 43 ORR_E13098_DA-8-A 0.36 ORR_E13098_CI-24 0.6500 3.39 2.20 1.59 6.775 0 00:30:00 44 ORR_E13098_DA-8-B 2.15 ORR_E13098_CI-26 0.6500 3.39 2.20 9.46 6.775 0 00:30:00 45 ORR_E13098_DA-9-A 0.59 ORR_E13098_CI-21 0.6100 3.39 2.07 2.45 6.775 0 00:30:00 46 ORR_E13098_DA-9-B 0.60 ORR_E13098_CI-22 0.6100 3.39 2.07 2.48 6.775 0 00:30:00 47 ORR_E13098_DA-9-C 1.64 ORR_E13098_CI-23 0.6100 3.39 2.07 6.79 6.775 0 00:30:00 48 ORR_E13098_DA-9-D 3.17 ORR_E13098_CI-25 0.6100 3.39 2.07 13.12 6.775 0 00:30:00 49 ORR_E130981HB-030-100 79.00 ORR_E13098_J-37 0.6000 5.78 3.47 130.56 2.754 0 02:05:48 50 ORR_E13098_IHB-030-101 49.00 ORR_E13098_1-36 0.6000 5.06 3.03 105.75 3.597 0 01:24:24 51 ORR_E13098_IHB-030-102 142.00 ORR_E13098_J-33 0.5000 3.94 1.97 391.74 5.517 0 00:42:48 52 ORR_E13098_IHB-030-103 124.00 ORR_E13098_1-30 0.6000 5.25 3.15 249.06 3.348 0 01:34:06 53 ORR_E13098_IHB-030-104.1 19.00 ORR_E13098_J-29 0.5100 3.45 1.76 64.00 6.605 0 00:31:24 54 ORR_E13098_IHB-030-104.2 55.00 ORR_E13098_J-29 0.5100 3.95 2.01 153.90 5.487 0 00:43:12 55 ORR_E13098_IHB-030-104.3 165.00 ORR_E13098_J-29 0.5300 4.32 2.29 417.23 4.771 0 00:54:18 56 ORR_E13098_IHB-030-105 56.00 ORR_E13098_J-28 0.5100 2.65 1.35 252.25 8.832 0 00:18:00 57 ORR_E13098_IHB-030-106 106.00 ORR_E13098_J-27 0.5100 3.68 1.88 328.16 6.070 0 00:36:24 58 ORR E13098 IHB-030-107 133.00 ORR E13098 1-25 0.5100 4.31 2.20 323.99 4.777 0 00:54:12 ADDENDUM 2 ATTACHMENT 3 SHEET 28 OF 176 Junction Input SN Element Invert Ground/Rim Ground/Rim Initial Initial Surcharge Surcharge Ponded Minimum ID Elevation (Max) (Max) Water Water Elevation Depth Area Pipe Elevation Offset Elevation Depth Cover (ft) (ft) (ft) (ft) (ft) (ft) (ft) (ft') (in) 1 J-01 17.93 28.25 10.32 17.93 0.00 100.00 71.75 0.00 69.84 2 ORR_E13098_EMH-01 37.34 41.64 4.30 37.34 0.00 100.00 58.36 0.00 27.48 3 ORR_E13098_EMH-02 35.54 41.69 6.15 35.54 0.00 100.00 58.31 0.00 32.40 4 ORR_E13098_EMH-03 33.98 42.88 8.90 33.98 0.00 100.00 57.12 0.00 72.60 5 ORR_E13098_EMH-04 39.45 43.00 3.55 39.45 0.00 100.00 57.00 0.00 18.60 6 ORR_E13098_EMH-05 31.25 41.95 10.70 31.25 0.00 100.00 58.05 0.00 52.80 7 ORR_E13098_EMH-06 28.66 36.11 7.45 28.66 0.00 100.00 63.89 0.00 56.40 8 ORR_E13098_J-01 36.58 43.31 6.73 36.58 0.00 100.00 56.69 0.00 28.38 9 ORR_E13098_J-02 40.64 44.00 3.36 40.64 0.00 100.00 56.00 0.00 22.32 10 ORR_E13098_J-03 36.41 43.30 6.89 36.41 0.00 100.00 56.70 0.00 52.68 11 ORR_E13098_J-04 37.37 42.00 4.63 37.37 0.00 100.00 58.00 0.00 37.56 12 ORR_E13098_J-05 35.57 42.00 6.43 35.57 0.00 100.00 58.00 0.00 53.22 13 ORR_E13098_J-06 33.39 42.62 9.23 33.39 0.00 100.00 57.38 0.00 65.74 14 ORR_E13098_J-07 34.22 43.50 9.28 34.22 0.00 100.00 56.50 0.00 78.36 15 ORR_E13098_J-08 31.90 42.50 10.60 31.90 0.00 100.00 57.50 0.00 91.20 16 ORR_E13098_J-09 20.88 29.70 8.82 20.88 0.00 100.00 70.30 0.00 57.84 17 ORR_E13098_J-10 23.90 27.00 3.10 23.90 0.00 100.00 73.00 0.00 22.20 18 ORR_E13098_J-11 13.04 28.00 14.96 13.04 0.00 100.00 72.00 100.00 83.52 19 ORR_E13098_J-12 16.74 27.90 11.16 16.74 0.00 100.00 72.10 0.00 79.97 20 ORR_E13098_J-13 15.89 27.34 11.45 15.89 0.00 100.00 72.66 0.00 83.46 21 ORR_E13098_J-14 11.35 26.00 14.65 11.35 0.00 100.00 74.00 100.00 76.84 22 ORR_E13098_J-15 11.32 26.00 14.68 11.32 0.00 100.00 74.00 100.00 77.15 23 ORR_E13098_J-16 11.30 26.00 14.70 11.30 0.00 100.00 74.00 100.00 77.44 24 ORR_E13098_J-17 11.27 26.00 14.73 11.27 0.00 100.00 74.00 100.00 77.78 25 ORR_E13098_J-18 11.24 26.00 14.76 11.24 0.00 100.00 74.00 100.00 78.12 26 ORR_E13098_J-19 11.21 26.00 14.79 11.21 0.00 100.00 74.00 100.00 78.44 27 ORR_E13098_J-20 11.17 26.00 14.83 11.17 0.00 100.00 74.00 100.00 78.92 28 ORR_E13098_J-21 11.05 26.00 14.95 11.05 0.00 100.00 74.00 500.00 68.44 29 ORR_E13098_J-22 10.92 26.00 15.08 10.92 0.00 100.00 74.00 500.00 60.96 30 ORR_E13098_J-23 10.72 26.00 15.29 10.72 0.00 100.00 74.00 500.00 63.42 31 ORR_E13098_J-24 10.66 26.00 15.34 10.66 0.00 100.00 74.00 500.00 64.04 32 ORR_E13098_J-25 10.05 26.00 15.95 10.05 0.00 100.00 74.00 500.00 71.43 33 ORR_E13098_J-26 9.63 24.00 14.37 9.63 0.00 100.00 76.00 500.00 52.43 34 ORR_E13098_J-27 9.47 24.00 14.53 9.47 0.00 100.00 76.00 500.00 54.39 35 ORR_E13098_J-28 8.79 24.00 15.21 8.79 0.00 100.00 76.00 500.00 62.56 36 ORR_E13098_J-29 7.91 22.00 14.09 7.91 0.00 100.00 78.00 500.00 37.03 37 ORR_E13098_J-30 6.84 19.97 13.13 6.84 0.00 100.00 80.03 500.00 25.56 38 ORR_E13098_J-31 6.49 1930 12.82 6.49 0.00 100.00 80.70 500.00 21.79 39 ORR_E13098_J-32 6.00 18.38 12.38 6.00 0.00 100.00 81.62 500.00 16.56 40 ORR_E13098_J-33 5.91 18.21 12.30 5.91 0.00 100.00 81.79 500.00 15.62 41 ORR_E13098_J-34 5.36 17.18 11.82 5.36 0.00 100.00 82.83 500.00 9.78 42 ORR_E13098_J-35 4.77 16.05 11.29 4.77 0.00 100.00 83.95 500.00 3.44 43 ORR_E13098_J-36 3.50 16.00 12.50 3.50 0.00 100.00 84.00 500.00 18.04 44 ORR_E13098_J-37 2.20 16.00 13.80 2.20 0.00 100.00 84.00 500.00 33.55 45 ORR_E13098_J-38 0.92 16.00 15.08 0.92 0.00 100.00 84.00 500.00 48.96 46 ORR_E13098_Open-Pipe 40.34 43.50 3.16 40.34 0.00 100.00 56.50 500.00 22.92 ADDENDUM 2 ATTACHMENT 3 SHEET 29 OF 176 Junction Results SN Element Peak Peak Max HGL Max HGL Max Min Average HGL Average HGL Time of Time of Total Total Time ID Inflow Lateral Elevation Depth Surcharge Freeboard Elevation Depth Max HGL Peak Flooded Flooded Inflow Attained Attained Depth Attained Attained Attained Occurrence Flooding Volume Attained Occurrence (cfs) (cfs) (ft) (ft) (ft) (ft) (ft) (ft) (days hh:mm) (days hh:mm) (ac-in) (min) 1 J-01 94.44 0.00 28.53 10.60 0.28 0.00 18.22 0.29 0 0019 0 0000 0.00 0.00 2 ORR_E13098_EMH-01 7.18 0.00 41.82 4.48 0.18 0.00 37.42 0.08 0 0013 0 0000 0.00 0.00 3 ORR_E13098_EMH-02 25.56 0.00 42.03 6.49 0.34 0.00 35.66 0.12 0 0053 0 0000 0.00 0.00 4 ORR_E13098_EMH-03 62.27 0.00 49.27 15.29 6.39 0.00 34.14 0.16 0 0048 0 0000 0.00 0.00 5 ORR_E13098_EMH-04 23.20 23.20 44.21 4.76 1.21 0.00 39.56 0.11 0 0048 0 0000 0.00 0.00 6 ORR_E13098_EMH-05 48.39 0.00 40.48 9.23 0.00 1.47 31.41 0.16 0 0048 0 0000 0.00 0.00 7 ORR_E13098_EMH-06 54.53 54.53 42.46 13.80 6.35 0.00 28.82 0.16 0 0048 0 0000 0.00 0.00 8 ORR_E13098_J-01 19.81 0.00 43.08 6.50 0.00 0.24 36.68 0.10 0 0021 0 0000 0.00 0.00 9 ORR_E13098_J-02 23.49 23.49 46.98 6.34 2.98 0.00 40.71 0.07 0 0039 0 0000 0.00 0.00 10 ORR_E13098_J-03 20.06 0.00 42.80 6.39 0.00 0.50 36.51 0.10 0 0020 0 0000 0.00 0.00 11 ORR_E13098_J-04 7.17 7.17 42.07 4.70 0.07 0.00 37.44 0.07 0 0013 0 0000 0.00 0.00 12 ORR_E13098_J-05 25.39 25.39 43.24 7.67 1.24 0.00 35.69 0.12 0 0053 0 0000 0.00 0.00 13 ORR_E13098_J-06 68.44 0.00 44.50 11.11 1.88 0.00 33.55 0.16 0 0048 0 0000 0.00 0.00 14 ORR_E13098_J-07 62.21 62.21 52.83 18.61 9.33 0.00 34.39 0.17 0 0048 0 0000 0.00 0.00 15 ORR_E13098_J-08 44.98 44.98 40.98 9.08 0.00 1.52 32.07 0.17 0 0048 0 0000 0.00 0.00 16 ORR_E13098_J-09 131.80 0.00 32.33 11.45 2.63 0.00 21.15 0.27 0 0048 0 0000 0.00 0.00 17 ORR_E13098_J-10 4.02 4.02 27.09 3.19 0.09 0.00 23.97 0.07 0 0029 0 0000 0.00 0.00 18 ORR_E13098_J-11 889.40 889.40 32.30 19.26 4.30 0.00 13.50 0.46 0 01:03 0 0054 0.44 77.00 19 ORR_E13098_J-12 104.81 0.00 27.98 11.24 0.08 0.00 17.06 0.32 0 0019 0 0000 0.00 0.00 20 ORR_E13098_J-13 131.16 0.00 27.49 11.60 0.14 0.00 16.21 0.32 0 0019 0 0000 0.00 0.00 21 ORR_E13098_J-14 373.13 23.62 27.13 15.78 1.13 0.00 11.80 0.45 0 0057 0 0020 0.84 81.00 22 ORR_E13098_J-15 371.87 0.00 27.72 16.40 1.72 0.00 11.78 0.46 0 0058 0 0020 1.19 78.00 23 ORR_E13098_J-16 371.73 0.00 28.30 17.00 2.30 0.00 11.75 0.45 0 0058 0 0020 1.48 74.00 24 ORR_E13098_J-17 371.62 0.00 28.89 17.62 2.89 0.00 11.72 0.45 0 0058 0 00:19 1.67 70.00 25 ORR_E13098_J-18 371.63 0.00 29.48 18.24 3.48 0.00 11.70 0.46 0 0058 0 00:19 1.84 67.00 26 ORR_E13098_J-19 371.88 0.00 30.06 18.85 4.06 0.00 11.67 0.46 0 0057 0 00:19 2.20 66.00 27 ORR_E13098_J-20 372.51 0.00 30.66 19.49 4.66 0.00 11.63 0.46 0 0057 0 0024 2.44 64.00 28 ORR_E13098_J-21 374.12 0.00 31.34 20.29 5.34 0.00 11.51 0.46 0 0057 0 00:19 3.52 65.00 29 ORR_E13098_J-22 376.25 0.00 31.87 20.95 5.87 0.00 11.39 0.47 0 0057 0 00:19 3.93 64.00 30 ORR_E13098_J-23 378.89 0.00 32.37 21.65 6.37 0.00 11.19 0.47 0 0056 0 00:19 4.26 63.00 31 ORR_E13098_J-24 382.39 0.00 32.77 22.11 6.77 0.00 11.14 0.48 0 0056 0 00:19 5.20 63.00 32 ORR_E13098_J-25 386.41 323.93 33.39 23.34 7.39 0.00 10.55 0.50 0 0056 0 0023 5.75 63.00 33 ORR_E13098_J-26 330.68 0.00 33.40 23.77 9.40 0.00 10.14 0.51 0 0055 0 00:19 6.68 76.00 34 ORR_E13098_J-27 442.62 327.88 33.41 23.94 9.41 0.00 9.98 0.51 0 0055 0 00:19 11.35 76.00 35 ORR_E13098_J-28 645.84 251.85 33.39 24.60 9.39 0.00 9.32 0.53 0 0055 0 0021 17.27 73.00 36 ORR_E13098_J-29 837.18 548.30 33.31 25.40 11.31 0.00 8.47 0.56 0 0055 0 0021 19.75 81.00 37 ORR_E13098_J-30 813.74 249.01 31.91 25.07 11.94 0.00 7.41 0.57 0 0056 0 00:19 13.99 85.00 38 ORR_E13098_J-31 771.41 0.00 30.70 24.21 11.40 0.00 7.04 0.55 0 0056 0 0021 9.41 84.00 39 ORR_E13098_J-32 772.29 0.00 29.39 23.39 11.01 0.00 6.53 0.53 0 0055 0 0021 9.08 84.00 40 ORR_E13098_J-33 1062.19 391.43 28.38 22.47 10.17 0.00 6.42 0.51 0 0055 0 0023 8.84 82.00 41 ORR_E13098_J-34 1050.42 0.00 26.04 20.68 8.86 0.00 5.84 0.48 0 0056 0 0022 8.38 81.00 42 ORR_E13098_J-35 1045.74 0.00 23.65 18.88 7.59 0.00 5.22 0.45 0 0057 0 0024 11.06 81.00 43 ORR_E13098_J-36 1110.40 105.72 20.40 16.90 4.40 0.00 3.93 0.43 0 0058 0 0030 6.82 69.00 44 ORR_E13098_J-37 1168.87 130.52 17.51 15.31 1.51 0.00 2.64 0.44 0 0059 0 0038 1.72 42.00 45 ORR_E13098_J-38 1168.84 0.00 15.14 14.22 0.00 0.86 1.33 0.41 0 01:31 0 0000 0.00 0.00 46 ORR_E13098_Open-Pipe 11.41 11.41 47.87 7.53 4.37 0.00 40.40 0.06 0 0035 0 0030 0.66 41.00 ADDENDUM 2 ATTACHMENT 3 SHEET 30 OF 176 Channel Input SN Element Length Inlet Inlet Outlet Outlet Total Average Shape Height Width Manning's Entrance Exit/Bend Additional Initial Flap ID Invert Invert Invert Invert Drop Slope Roughness Losses Losses Losses Flow Gate Elevation Offset Elevation Offset (ft) (ft) (ft) (ft) (ft) (ft) (%) (ft) (ft) (cfs) 1 ORR_E13098_L-01 148.50 42.81 5.67 42.45 6.68 0.37 0.2500 Rectangular 0.500 5.000 0.0120 0.5000 0.5000 0.0000 0.00 No 2 ORR_E13098_L-02 148.81 41.60 7.67 40.90 5.96 0.70 0.4700 Rectangular 0.500 5.000 0.0120 0.5000 0.5000 0.0000 0.00 No 3 ORR_E13098_L-03 441.77 41.20 11.58 37.26 12.09 3.93 0.8900 Rectangular 0.500 5.000 0.0120 0.5000 0.5000 0.0000 0.00 No 4 ORR_E13098_L-04 583.00 36.29 11.12 26.70 7.30 9.59 1.6400 Rectangular 0.500 5.000 0.0120 0.5000 0.5000 0.0000 0.00 No 5 ORR_E13098_L-05 310.19 29.03 9.63 27.39 11.04 1.65 0.5300 Rectangular 0.500 5.000 0.0120 0.5000 0.5000 0.0000 0.00 No 6 ORR_E13098_L-06 345.97 28.14 4.98 26.86 3.15 1.28 0.3700 Rectangular 0.500 5.000 0.0120 0.5000 0.5000 0.0000 0.00 No 7 ORR_E13098_L-07 229.64 27.39 11.04 26.86 3.15 0.53 0.2300 Rectangular 0.500 5.000 0.0120 0.5000 0.5000 0.0000 0.00 No 8 ORR_E13098_L-08 230.43 26.66 14.28 26.46 15.00 0.20 0.0900 Rectangular 0.500 5.000 0.0120 0.5000 0.5000 0.0000 0.00 No ADDENDUM 2 ATTACHMENT 3 SHEET 31 OF 176 Channel Results SN Element Peak Time of Design Flow Peak Flow/ Peak Flow Travel Peak Flow Peak Flow Total Time Froude Reported ID Flow Peak Flow Capacity Design Flow Velocity Time Depth Depth/ Surcharged Number Condition Occurrence Ratio Total Depth Ratio (cfs) (days hh:mm) (cfs) (ft/sec) (min) (ft) (min) 1 ORR_E13098_L-01 10.55 0 00:18 8.61 1.23 4.22 0.59 0.50 1.00 2.00 2 ORR_E13098_L-02 2.92 0 0030 16.93 0.17 9.87 0.25 0.32 0.65 0.00 3 ORR_E13098_L-03 0.00 0 0000 16.38 0.00 0.00 0.07 0.13 0.00 4 ORR_E13098_L-04 2.45 0 0030 20.44 0.12 2.91 3.34 0.23 0.46 0.00 5 ORR_E13098_L-05 3.39 0 0020 12.79 0.27 4.30 1.20 0.18 0.37 0.00 6 ORR_E13098_L-06 0.03 0 0028 10.52 0.00 0.49 11.77 0.01 0.03 0.00 7 ORR_E13098_L-07 3.77 0 0030 7.98 0.47 27.95 0.14 0.16 0.33 0.00 8 ORR E13098 L-08 0.12 0 0030 5.09 0.02 0.51 7.53 0.05 0.10 0.00 ADDENDUM 2 ATTACHMENT 3 SHEET 32 OF 176 Pipe Input SN Element Length Inlet Inlet Outlet Outlet Total Average Pipe Pipe Pipe Manning's Entrance Exit/Bend Additional Initial Flap ID Invert Invert Invert Invert Drop Slope Shape Diameter or Width Roughness Losses Losses Losses Flow Gate Elevation Offset Elevation Offset Height (ft) (ft) (ft) (ft) (ft) (ft) (%) (in) (in) (cfs) 1 ORR_E13098_P-01 184.00 40.34 0.00 39.45 2.87 0.89 0.4800 CIRCULAR 15.000 15.000 0.0130 0.5000 0.5000 0.0000 0.00 No 2 ORR_E13098_P-02 28.73 40.37 0.00 39.45 2.87 0.92 3.2000 CIRCULAR 15.000 15.000 0.0130 0.5000 0.5000 0.0000 0.00 No 3 ORR_E13098_P-03 50.97 40.48 0.00 39.45 2.87 1.03 2.0200 CIRCULAR 18.000 18.000 0.0130 0.5000 0.5000 0.0000 0.00 No 4 ORR_E13098_P-04 4.82 40.64 0.00 40.63 0.15 0.01 0.2100 CIRCULAR 18.000 18.000 0.0130 0.5000 0.5000 0.0000 0.00 No 5 ORR_E13098_P-05 41.58 36.58 0.00 36.41 0.00 0.17 0.4100 CIRCULAR 30.000 30.000 0.0130 0.5000 0.5000 0.0000 0.00 No 6 ORR_E13098_P-06 41.91 37.14 0.00 36.41 0.00 0.73 1.7400 CIRCULAR 18.000 18.000 0.0130 0.5000 0.5000 0.0000 0.00 No 7 ORR_E13098_P-07 160.54 36.41 0.00 35.77 0.00 0.64 0.4000 CIRCULAR 30.000 30.000 0.0130 0.5000 0.5000 0.0000 0.00 No 8 ORR_E13098_P-08 84.07 37.35 0.00 35.87 0.10 1.48 1.7600 CIRCULAR 24.000 24.000 0.0130 0.5000 0.5000 0.0000 0.00 No 9 ORR_E13098_P-09 11.56 37.35 0.01 37.35 0.00 0.00 0.0000 CIRCULAR 24.000 24.000 0.0130 0.5000 0.5000 0.0000 0.00 No 10 ORR_E13098_P-10 22.06 37.92 0.00 37.34 0.00 0.58 2.6300 Rectangular 24.000 24.000 0.0130 0.5000 0.5000 0.0000 0.00 No 11 ORR_E13098_P-11 15.61 37.37 0.00 37.34 0.00 0.03 0.1900 CIRCULAR 18.000 18.000 0.0130 0.5000 0.5000 0.0000 0.00 No 12 ORR_E13098_P-12 201.12 35.77 0.00 34.88 0.00 0.89 0.4400 CIRCULAR 30.000 30.000 0.0130 0.5000 0.5000 0.0000 0.00 No 13 ORR_E13098_P-13 27.06 34.88 0.00 34.94 0.00 -0.06 -0.2200 CIRCULAR 30.000 30.000 0.0130 0.5000 0.5000 0.0000 0.00 No 14 ORR_E13098_P-14 82.72 35.54 0.00 34.99 0.05 0.55 0.6600 CIRCULAR 24.000 24.000 0.0130 0.5000 0.5000 0.0000 0.00 No 15 ORR_E13098_P-15 12.29 37.04 0.00 36.99 1.45 0.05 0.4100 CIRCULAR 24.000 24.000 0.0130 0.5000 0.5000 0.0000 0.00 No 16 ORR_E13098_P-16 21.95 37.48 0.00 36.59 1.05 0.89 4.0500 CIRCULAR 24.000 24.000 0.0130 0.5000 0.5000 0.0000 0.00 No 17 ORR_E13098_P-17 12.53 35.57 0.00 35.54 0.00 0.03 0.2000 CIRCULAR 24.000 24.000 0.0130 0.5000 0.5000 0.0000 0.00 No 18 ORR_E13098_P-18 146.51 34.94 0.00 33.93 0.00 1.01 0.6900 CIRCULAR 36.000 36.000 0.0130 0.5000 0.5000 0.0000 0.00 No 19 ORR_E13098_P-19 171.33 33.93 0.00 33.39 0.00 0.54 0.3200 CIRCULAR 42.000 42.000 0.0130 0.5000 0.5000 0.0000 0.00 No 20 ORR_E13098_P-20 43.85 33.98 0.00 33.91 0.52 0.07 0.1600 CIRCULAR 33.000 33.000 0.0130 0.5000 0.5000 0.0000 0.00 No 21 ORR_E13098_P-21 69.07 34.22 0.00 34.08 0.10 0.14 0.2000 CIRCULAR 33.000 33.000 0.0130 0.5000 0.5000 0.0000 0.00 No 22 ORR_E13098_P-22 337.34 33.39 0.00 32.34 0.00 1.05 0.3100 CIRCULAR 45.000 45.000 0.0130 0.5000 0.5000 0.0000 0.00 No 23 ORR_E13098_P-23 224.34 39.45 0.00 39.00 6.66 0.45 0.2000 CIRCULAR 24.000 24.000 0.0130 0.5000 0.5000 0.0000 0.00 No 24 ORR_E13098_P-24 74.59 32.34 0.00 31.73 0.00 0.61 0.8200 CIRCULAR 45.000 45.000 0.0130 0.5000 0.5000 0.0000 0.00 No 25 ORR_E13098_P-25 44.92 37.58 0.00 36.73 5.00 0.85 1.8900 CIRCULAR 18.000 18.000 0.0130 0.5000 0.5000 0.0000 0.00 No 26 ORR_E13098_P-26 420.32 31.73 0.00 30.23 0.00 1.50 0.3600 CIRCULAR 45.000 45.000 0.0130 0.5000 0.5000 0.0000 0.00 No 27 ORR_E13098_P-27 154.61 30.23 0.00 29.62 0.00 0.61 0.3900 CIRCULAR 45.000 45.000 0.0130 0.5000 0.5000 0.0000 0.00 No 28 ORR_E13098_P-28 42.42 31.25 0.00 29.62 0.00 1.63 3.8400 CIRCULAR 36.000 36.000 0.0130 0.5000 0.5000 0.0000 0.00 No 29 ORR_E13098_P-29 43.85 37.76 0.00 35.55 4.30 2.21 5.0400 CIRCULAR 24.000 24.000 0.0130 0.5000 0.5000 0.0000 0.00 No 30 ORR_E13098_P-30 91.02 31.90 0.00 31.90 0.65 0.00 0.0000 CIRCULAR 36.000 36.000 0.0130 0.5000 0.5000 0.0000 0.00 No 31 ORR_E13098_P-31 439.63 29.62 0.00 25.17 0.00 4.45 1.0100 CIRCULAR 45.000 45.000 0.0130 0.5000 0.5000 0.0000 0.00 No 32 ORR_E13098_P-32 114.44 28.66 0.00 28.32 3.15 0.34 0.3000 CIRCULAR 33.000 33.000 0.0130 0.5000 0.5000 0.0000 0.00 No 33 ORR_E13098_P-33 43.33 32.08 0.00 31.17 6.00 0.91 2.1000 CIRCULAR 15.000 15.000 0.0130 0.5000 0.5000 0.0000 0.00 No 34 ORR_E13098_P-34 62.35 32.39 0.00 32.08 0.00 0.31 0.5000 CIRCULAR 15.000 15.000 0.0130 0.5000 0.5000 0.0000 0.00 No 35 ORR_E13098_P-35 30.61 32.68 0.00 32.44 0.05 0.24 0.7800 CIRCULAR 12.000 12.000 0.0130 0.5000 0.5000 0.0000 0.00 No 36 ORR_E13098_P-36 432.42 25.17 0.00 20.88 0.00 4.29 0.9900 CIRCULAR 48.000 48.000 0.0130 0.5000 0.5000 0.0000 0.00 No 37 ORR_E13098_P-37 42.95 25.05 0.00 22.30 1.42 2.75 6.4000 CIRCULAR 15.000 15.000 0.0130 0.5000 0.5000 0.0000 0.00 No 38 ORR_E13098_P-38 35.69 26.88 0.00 25.05 0.00 1.83 5.1300 CIRCULAR 15.000 15.000 0.0130 0.5000 0.5000 0.0000 0.00 No 39 ORR_E13098_P-39 148.91 20.88 0.00 19.40 0.00 1.48 0.9900 CIRCULAR 48.000 48.000 0.0130 0.5000 0.5000 0.0000 0.00 No 40 ORR_E13098_P-40 46.18 24.93 0.00 20.40 1.00 4.53 9.8100 CIRCULAR 15.000 15.000 0.0130 0.5000 0.5000 0.0000 0.00 No 41 ORR_E13098_P-41 122.30 19.40 0.00 17.93 0.00 1.47 1.2000 CIRCULAR 54.000 54.000 0.0130 0.5000 0.5000 0.0000 0.00 No 42 ORR_E13098_P-42 27.91 22.84 0.00 17.93 0.00 4.91 17.6000 CIRCULAR 15.000 15.000 0.0130 0.5000 0.5000 0.0000 0.00 No 43 ORR_E13098_P-43 100.17 17.93 0.00 16.74 0.00 1.19 1.1900 CIRCULAR 54.000 54.000 0.0130 0.5000 0.5000 0.0000 0.00 No 44 ORR_E13098_P-44 54.31 24.01 0.00 23.16 0.00 0.85 1.5700 CIRCULAR 15.000 15.000 0.0130 0.5000 0.5000 0.0000 0.00 No 45 ORR_E13098_P-45 38.39 23.16 0.00 17.57 0.83 5.59 14.5600 CIRCULAR 18.000 18.000 0.0130 0.5000 0.5000 0.0000 0.00 No 46 ORR_E13098_P-46 48.91 23.41 0.00 17.84 1.10 5.57 11.3900 CIRCULAR 15.000 15.000 0.0130 0.5000 0.5000 0.0000 0.00 No 47 ORR_E13098_P-47 85.11 16.74 0.00 16.35 0.00 0.39 0.4600 CIRCULAR 54.000 54.000 0.0130 0.5000 0.5000 0.0000 0.00 No 48 ORR_E13098_P-48 32.80 16.35 0.00 15.89 0.00 0.46 1.4000 CIRCULAR 54.000 54.000 0.0130 0.5000 0.5000 0.0000 0.00 No 49 ORR_E13098_P-49 94.12 21.76 0.00 18.28 2.39 3.48 3.7000 CIRCULAR 21.000 21.000 0.0130 0.5000 0.5000 0.0000 0.00 No 50 ORR_E13098_P-50 33.16 24.08 0.00 23.66 1.90 0.42 1.2700 CIRCULAR 15.000 15.000 0.0130 0.5000 0.5000 0.0000 0.00 No 51 ORR_E13098_P-51 178.75 15.89 0.00 14.62 1.58 1.27 0.7100 CIRCULAR 54.000 54.000 0.0130 0.5000 0.5000 0.0000 0.00 No 52 ORR_E13098_P-52 15.00 13.04 0.00 13.04 0.00 0.00 0.0000 CIRCULAR 96.000 96.000 0.0150 0.5000 0.5000 0.0000 0.00 No 53 ORR_E13098_P-53 62.75 23.71 0.00 18.25 5.21 5.46 8.7000 CIRCULAR 15.000 15.000 0.0130 0.5000 0.5000 0.0000 0.00 No 54 ORR_E13098_P-54 32.12 24.18 0.00 23.71 0.00 0.47 1.4600 CIRCULAR 15.000 15.000 0.0130 0.5000 0.5000 0.0000 0.00 No 55 ORR_E13098_P-55 11.42 23.90 0.00 23.71 0.00 0.19 1.6600 CIRCULAR 15.000 15.000 0.0130 0.5000 0.5000 0.0000 0.00 No 56 ORR_E13098_P-56 12.01 24.78 0.00 24.18 0.00 0.60 4.9900 CIRCULAR 15.000 15.000 0.0130 0.5000 0.5000 0.0000 0.00 No 57 ORR_E13098_P-57 267.50 13.04 0.00 12.38 0.00 0.66 0.2500 Rectangular 99.000 90.000 0.0130 0.5000 0.5000 0.0000 0.00 No 58 ORR_E13098_P-58 227.48 12.38 0.00 11.46 0.00 0.92 0.4000 Rectangular 99.000 90.000 0.0130 0.5000 0.5000 0.0000 0.00 No 59 ORR_E13098_P-59 55.27 24.42 0.00 21.66 10.20 2.76 4.9900 CIRCULAR 18.000 18.000 0.0130 0.5000 0.5000 0.0000 0.00 No 60 ORR_E13098_P-60 94.92 11.46 0.00 11.35 0.00 0.11 0.1200 Rectangular 99.000 90.000 0.0130 0.5000 0.5000 0.0000 0.00 No 61 ORR_E13098_P-61 21.31 11.35 0.00 11.32 0.00 0.03 0.1200 Rectangular 99.000 90.000 0.0130 0.5000 0.5000 0.0000 0.00 No 62 ORR_E13098_P-62 20.28 11.32 0.00 11.30 0.00 0.02 0.1200 Rectangular 99.000 90.000 0.0130 0.5000 0.5000 0.0000 0.00 No 63 ORR_E13098_P-63 25.00 11.30 0.00 11.27 0.00 0.03 0.1200 Rectangular 99.000 90.000 0.0130 0.5000 0.5000 0.0000 0.00 No 64 ORR_E13098_P-64 24.12 11.27 0.00 11.24 0.00 0.03 0.1200 Rectangular 99.000 90.000 0.0130 0.5000 0.5000 0.0000 0.00 No 65 ORR_E13098_P-65 22.93 11.24 0.00 11.21 0.00 0.03 0.1200 Rectangular 99.000 90.000 0.0130 0.5000 0.5000 0.0000 0.00 No 66 ORR_E13098_P-66 33.56 11.21 0.00 11.17 0.00 0.04 0.1200 Rectangular 99.000 90.000 0.0130 0.5000 0.5000 0.0000 0.00 No 67 ORR_E13098_P-67 105.79 11.17 0.00 11.05 0.00 0.13 0.1200 Rectangular 99.000 90.000 0.0130 0.5000 0.5000 0.0000 0.00 No 68 ORR_E13098_P-68 105.70 11.05 0.00 10.92 0.00 0.13 0.1200 Rectangular 111.000 90.000 0.0130 0.5000 0.5000 0.0000 0.00 No 69 ORR_E13098_P-69 176.14 10.92 0.00 10.72 0.00 0.21 0.1200 Rectangular 120.000 90.000 0.0130 0.5000 0.5000 0.0000 0.00 No 70 ORR_E13098_P-70 29.23 10.72 0.00 10.66 0.00 0.05 0.1800 Rectangular 120.000 90.000 0.0130 0.5000 0.5000 0.0000 0.00 No 71 ORR_E13098_P-71 341.89 10.66 0.00 10.05 0.00 0.62 0.1800 Rectangular 120.000 90.000 0.0130 0.5000 0.5000 0.0000 0.00 No 72 ORR_E13098_P-72 231.58 10.05 0.00 9.63 0.00 0.42 0.1800 Rectangular 120.000 93.000 0.0130 0.5000 0.5000 0.0000 0.00 No 73 ORR_E13098_P-73 91.08 9.63 0.00 9.47 0.00 0.16 0.1800 Rectangular 120.000 93.000 0.0130 0.5000 0.5000 0.0000 0.00 No 74 ORR_E13098_P-74 694.53 9.47 0.00 8.79 0.00 0.68 0.1000 Rectangular 120.000 99.000 0.0130 0.5000 0.5000 0.0000 0.00 No 75 ORR_E13098_P-75 801.73 8.79 0.00 7.91 0.00 0.87 0.1100 Rectangular 120.000 99.000 0.0130 0.5000 0.5000 0.0000 0.00 No 76 ORR_E13098_P-76 597.36 7.91 0.00 6.84 0.00 1.08 0.1800 Rectangular 132.000 99.000 0.0130 0.5000 0.5000 0.0000 0.00 No 77 ORR_E13098_P-77 196.10 6.84 0.00 6.49 0.00 0.35 0.1800 Rectangular 132.000 108.000 0.0130 0.50 78 ORR_E13098_P-78 272.17 6.49 0.00 6.00 0.00 0.49 0.1800 Rectangular 132.000 108.000 0.0130 0.5 0 0.5000 0.0000 0.00 qo 79 ORR_E13098_P-79 49.37 6.00 0.00 5.91 0.00 0.09 0.1800 Rectangular 132.000 108.000 0.0130 0.5 00 0 0 o 80 ORR_E13098_P-80 304.10 5.91 0.00 5.36 0.00 0.55 0.1800 Rectangular 132.000 111.000 0.0130 0.5 0 '0. Ao qo 81 ORR_E13098_P-81 330.09 5.36 0.00 4.77 0.00 0.59 0.1800 Rectangular 132.000 111.000 0.0130 0.5 0AW0QCrHMSNT030 qo 82 ORR_E13098_P-82 705.02 4.77 0.00 3.50 0.00 1.27 0.1800 Rectangular 132.000 111.000 0.0130 0.5 X 033 0.9800,?610 0 No.of Barrels 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ADDENDUM 2 1 ATTACHMENT 3 1 SHEET 34 OF 176 Pipe Input SN Element Length Inlet Inlet Outlet Outlet Total Average Pipe Pipe Pipe Manning's Entrance Exit/Bend Additional Initial Flap ID Invert Invert Invert Invert Drop Slope Shape Diameter or Width Roughness Losses Losses Losses Flow Gate Elevation Offset Elevation Offset Height (ft) (ft) (ft) (ft) (ft) (ft) (%) (in) (in) (cfs) 83 ORR_E13098_P-83 394.15 3.50 0.00 2.20 0.00 1.29 0.3300 Rectangular 132.000 111.000 0.0130 0.5000 0.5000 0.0000 0.00 No 84 ORR_E13098_P-84 388.65 2.20 0.00 0.92 0.00 1.28 0.3300 Rectangular 132.000 111.000 0.0130 0.5000 0.5000 0.0000 0.00 No 85 ORR_E13098_P-85 295.55 0.92 0.00 0.39 0.00 0.53 0.1800 Rectangular 132.000 111.000 0.0130 0.5000 0.5000 0.0000 0.00 No ADDENDUM 2 ATTACHMENT 3 SHEET 35 OF 176 No.of Barrels 1 1 1 ADDENDUM 2 ATTACHMENT 3 SHEET 36 OF 176 Pipe Results SN Element Peak Time of Design Flow Peak Flow/ Peak Flow Travel Peak Flow Peak Flow Total Time Froude Reported ID Flow Peak Flow Capacity Design Flow Velocity Time Depth Depth/ Surcharged Number Condition Occurrence Ratio Total Depth Ratio (cfs) (days hh:mm) (cfs) (ft/sec) (min) (ft) (min) 1 ORR_E13098_P-01 9.49 0 0035 4.49 2.11 7.74 0.40 1.25 1.00 52.00 SURCHARGED 2 ORR_E13098_P-02 2.39 0 0014 11.56 0.21 5.91 0.08 1.25 1.00 52.00 SURCHARGED 3 ORR_E13098_P-03 13.35 0 0055 14.93 0.89 7.55 0.11 1.50 1.00 54.00 SURCHARGED 4 ORR_E13098_P-04 23.50 0 0039 4.78 4.91 13.30 0.01 1.50 1.00 52.00 SURCHARGED 5 ORR_E13098_P-05 19.82 0 0036 26.23 0.76 4.04 0.17 2.50 1.00 72.00 SURCHARGED 6 ORR_E13098_P-06 1.60 0 0017 13.86 0.12 4.05 0.17 1.50 1.00 75.00 SURCHARGED 7 ORR_E13098_P-07 20.03 0 0033 25.90 0.77 4.08 0.66 2.50 1.00 72.00 SURCHARGED 8 ORR_E13098_P-08 15.07 0 0021 30.02 0.50 4.80 0.29 2.00 1.00 69.00 SURCHARGED 9 ORR_E13098_P-09 6.71 0 0014 2.10 3.19 3.66 0.05 2.00 1.00 69.00 SURCHARGED 10 ORR_E13098_P-10 3.76 0 0013 46.71 0.08 2.01 0.18 2.00 1.00 65.00 SURCHARGED 11 ORR_E13098_P-11 7.18 0 0030 4.60 1.56 4.06 0.06 1.50 1.00 73.00 SURCHARGED 12 ORR_E13098_P-12 37.76 0 0015 27.29 1.38 7.69 0.44 2.50 1.00 77.00 SURCHARGED 13 ORR_E13098_P-13 38.71 0 0015 19.31 2.00 7.89 0.06 2.50 1.00 77.00 SURCHARGED 14 ORR_E13098_P-14 15.74 0 0116 18.45 0.85 5.01 0.28 2.00 1.00 82.00 SURCHARGED 15 ORR_E13098_P-15 14.02 0 0052 14.43 0.97 4.46 0.05 2.00 1.00 70.00 SURCHARGED 16 ORR_E13098_P-16 11.50 0 0052 45.55 0.25 5.52 0.07 2.00 1.00 68.00 SURCHARGED 17 ORR_E13098_P-17 25.44 0 0054 10.12 2.51 8.10 0.03 2.00 1.00 82.00 SURCHARGED 18 ORR_E13098_P-18 42.00 0 0016 55.38 0.76 5.94 0.41 3.00 1.00 77.00 SURCHARGED 19 ORR_E13098_P-19 42.56 0 0016 56.48 0.75 4.42 0.65 3.50 1.00 78.00 SURCHARGED 20 ORR_E13098_P-20 62.24 0 0040 21.13 2.95 10.48 0.07 2.75 1.00 83.00 SURCHARGED 21 ORR_E13098_P-21 62.27 0 0040 23.81 2.62 10.48 0.11 2.75 1.00 82.00 SURCHARGED 22 ORR_E13098_P-22 68.31 0 0017 67.47 1.01 6.18 0.91 3.75 1.00 79.00 SURCHARGED 23 ORR_E13098_P-23 23.21 0 01:35 10.13 2.29 7.63 0.49 2.00 1.00 34.00 SURCHARGED 24 ORR_E13098_P-24 74.32 0 0058 109.37 0.68 6.73 0.18 3.75 1.00 84.00 SURCHARGED 25 ORR_E13098_P-25 10.10 0 0030 14.45 0.70 6.63 0.11 1.50 1.00 54.00 SURCHARGED 26 ORR_E13098_P-26 83.47 0 0020 72.24 1.16 7.56 0.93 3.75 1.00 82.00 SURCHARGED 27 ORR_E13098_P-27 91.44 0 0019 75.96 1.20 8.28 0.31 3.75 1.00 83.00 SURCHARGED 28 ORR_E13098_P-28 48.73 0 0115 130.75 0.37 6.89 0.10 3.00 1.00 84.00 SURCHARGED 29 ORR_E13098_P-29 8.22 0 01:03 50.79 0.16 8.16 0.09 2.00 1.00 18.00 SURCHARGED 30 ORR_E13098_P-30 45.50 0 0114 2.21 20.58 6.44 0.24 3.00 1.00 81.00 SURCHARGED 31 ORR_E13098_P-31 91.75 0 01:11 121.67 0.75 9.19 0.80 3.75 1.00 88.00 SURCHARGED 32 ORR_E13098_P-32 54.49 0 0049 28.83 1.89 9.17 0.21 2.75 1.00 86.00 SURCHARGED 33 ORR_E13098_P-33 12.00 0 0019 9.36 1.28 9.78 0.07 1.25 1.00 66.00 SURCHARGED 34 ORR_E13098_P-34 8.19 0 0039 4.55 1.80 6.67 0.16 1.25 1.00 73.00 SURCHARGED 35 ORR_E13098_P-35 3.06 0 0055 3.15 0.97 3.90 0.13 1.00 1.00 76.00 SURCHARGED 36 ORR_E13098_P-36 131.80 0 0048 143.07 0.92 10.49 0.69 4.00 1.00 97.00 SURCHARGED 37 ORR_E13098_P-37 8.76 0 0048 16.35 0.54 8.84 0.08 1.25 1.00 99.00 SURCHARGED 38 ORR_E13098_P-38 7.07 0 0054 14.63 0.48 7.65 0.08 1.25 1.00 96.00 SURCHARGED 39 ORR_E13098_P-39 123.55 0 0048 143.20 0.86 9.83 0.25 4.00 1.00 101.00 SURCHARGED 40 ORR_E13098_P-40 7.44 0 0017 20.23 0.37 11.13 0.07 1.25 1.00 99.00 SURCHARGED 41 ORR_E13098_P-41 89.57 0 0014 215.60 0.42 7.20 0.28 4.50 1.00 103.00 SURCHARGED 42 ORR_E13098_P-42 5.62 0 0018 27.10 0.21 9.21 0.05 1.25 1.00 101.00 SURCHARGED 43 ORR_E13098_P-43 93.63 0 0016 214.34 0.44 5.89 0.28 4.50 1.00 105.00 SURCHARGED 44 ORR_E13098_P-44 9.14 0 0016 8.08 1.13 7.45 0.12 1.25 1.00 100.00 SURCHARGED 45 ORR_E13098_P-45 11.90 0 0015 40.08 0.30 13.60 0.05 1.50 1.00 101.00 SURCHARGED 46 ORR_E13098_P-46 2.85 0 0016 21.80 0.13 6.60 0.12 1.25 1.00 100.00 SURCHARGED 47 ORR_E13098_P-47 104.88 0 0017 133.12 0.79 6.59 0.22 4.50 1.00 108.00 SURCHARGED 48 ORR_E13098_P-48 106.08 0 0017 232.89 0.46 6.67 0.08 4.50 1.00 108.00 SURCHARGED 49 ORR_E13098_P-49 33.51 0 0013 30.47 1.10 13.93 0.11 1.75 1.00 105.00 SURCHARGED 50 ORR_E13098_P-50 7.91 0 0012 7.27 1.09 6.44 0.09 1.25 1.00 103.00 SURCHARGED 51 ORR_E13098_P-51 131.10 0 0017 165.76 0.79 8.24 0.36 4.50 1.00 109.00 SURCHARGED 52 ORR_E13098_P-52 889.53 0 01:03 64.54 13.78 17.70 0.01 8.00 1.00 104.00 SURCHARGED 53 ORR_E13098_P-53 4.48 0 0017 19.06 0.24 10.86 0.10 1.25 1.00 96.00 SURCHARGED 54 ORR_E13098_P-54 5.12 0 0019 7.81 0.65 4.21 0.13 1.25 1.00 94.00 SURCHARGED 55 ORR_E13098_P-55 4.02 0 0030 8.33 0.48 4.56 0.04 1.25 1.00 95.00 SURCHARGED 56 ORR_E13098_P-56 5.03 0 0020 14.44 0.35 4.16 0.05 1.25 1.00 91.00 SURCHARGED 57 ORR_E13098_P-57 383.70 0 0018 551.03 0.70 6.20 0.72 8.25 1.00 103.00 SURCHARGED 58 ORR_E13098_P-58 328.35 0 0017 705.48 0.47 5.31 0.71 8.25 1.00 105.00 SURCHARGED 59 ORR_E13098_P-59 7.10 0 0018 23.47 0.30 10.97 0.08 1.50 1.00 88.00 SURCHARGED 60 ORR_E13098_P-60 373.16 0 0058 382.76 0.97 6.03 0.26 8.25 1.00 107.00 SURCHARGED 61 ORR_E13098_P-61 372.03 0 0059 387.49 0.96 6.01 0.06 8.25 1.00 107.00 SURCHARGED 62 ORR_E13098_P-62 371.87 0 0058 381.62 0.97 6.01 0.06 8.25 1.00 106.00 SURCHARGED 63 ORR_E13098_P-63 371.73 0 0058 377.86 0.98 6.01 0.07 8.25 1.00 106.00 SURCHARGED 64 ORR_E13098_P-64 371.62 0 0058 377.93 0.98 6.01 0.07 8.25 1.00 105.00 SURCHARGED 65 ORR_E13098_P-65 371.63 0 0057 380.63 0.98 6.01 0.06 8.25 1.00 104.00 SURCHARGED 66 ORR_E13098_P-66 371.88 0 0057 383.00 0.97 6.01 0.09 8.25 1.00 104.00 SURCHARGED 67 ORR_E13098_P-67 372.51 0 0056 382.85 0.97 6.02 0.29 8.25 1.00 103.00 SURCHARGED 68 ORR_E13098_P-68 374.12 0 0055 446.59 0.84 5.39 0.33 9.25 1.00 99.00 SURCHARGED 69 ORR_E13098_P-69 376.25 0 0055 486.12 0.77 5.02 0.58 10.00 1.00 94.00 SURCHARGED 70 ORR_E13098_P-70 378.89 0 0054 601.04 0.63 5.05 0.10 10.00 1.00 91.00 SURCHARGED 71 ORR_E13098_P-71 382.39 0 0054 604.46 0.63 5.10 1.12 10.00 1.00 92.00 SURCHARGED 72 ORR_E13098_P-72 330.68 0 01:47 632.47 0.52 4.27 0.90 10.00 1.00 93.00 SURCHARGED 73 ORR_E13098_P-73 331.13 0 01:47 632.02 0.52 4.27 0.36 10.00 1.00 92.00 SURCHARGED 74 ORR_E13098_P-74 434.33 0 0021 508.32 0.85 5.26 2.20 10.00 1.00 92.00 SURCHARGED 75 ORR_E13098_P-75 548.16 0 0021 535.96 1.02 6.64 2.01 10.00 1.00 94.00 SURCHARGED 76 ORR_E13098_P-76 753.43 0 0022 779.41 0.97 8.30 1.20 11.00 1.00 88.00 77 ORR_E13098_P-77 771.41 0 0023 878.50 0.88 7.79 0.42 11.00 1.00 91.00 SURCHARGED 78 ORR_E13098_P-78 772.29 0 0058 878.56 0.88 Z80 0.58 11.00 1.00 89.00 SUR DUM 2 79 ORR_E13098_P-79 777.01 0 01:00 879.10 0.88 7.85 0.10 11.00 1.00 85.00 SU 80 ORR_E13098_P-80 1050.42 0 0045 911.61 1.15 10.32 0.49 11.00 1.00 84.00 AI ENT 3 81 ORR_E13098_P-81 1045.74 0 00:51 911.81 1.15 10.28 0.54 11.00 1.00 81.00 �1��i1RFft 76 Pipe Results SN Element Peak Time of Design Flow Peak Flow/ Peak Flow Travel Peak Flow Peak Flow Total Time Froude Reported ID Flow Peak Flow Capacity Design Flow Velocity Time Depth Depth/ Surcharged Number Condition Occurrence Ratio Total Depth Ratio (cfs) (days hh:mm) (cfs) (ft/sec) (min) (ft) (min) 82 ORR_E13098_P-82 1041.53 0 0053 911.93 1.14 10.24 1.15 11.00 1.00 80.00 SURCHARGED 83 ORR_E13098_P-83 1108.78 0 0057 1231.12 0.90 10.90 0.60 11.00 1.00 79.00 SURCHARGED 84 ORR_E13098_P-84 1168.84 0 0059 1235.47 0.95 11.49 0.56 11.00 1.00 74.00 SURCHARGED 85 ORR E13098 P-85 1168.84 0 0059 910.23 1.28 11.49 0.43 11.00 1.00 39.00 SURCHARGED ADDENDUM 2 ATTACHMENT 3 SHEET 38 OF 176 Inlet Input SN Element Inlet Manufacturer Inlet Number of Catchbasin Max(Rim) Inlet Initial Initial Ponded Grate ID Manufacturer Part Location Inlets Invert Elevation Depth Water Water Area Clogging Number Elevation Elevation Depth Factor (ft) (ft) (ft) (ft) (ft) (ftp) (%) 1 ORR_E13098_CI-1 FHWA HEC-22 GENERIC N/A On Sag 1 40.37 43.37 3.00 40.37 0.00 10.00 0.00 2 ORR_E13098_CI-10 FHWA HEC-22 GENERIC N/A On Sag 1 37.04 41.64 4.60 37.04 0.00 10.00 0.00 3 ORR_E13098_CI-11 FHWA HEC-22 GENERIC N/A On Grade 1 33.93 42.33 8.40 33.93 0.00 N/A 0.00 4 ORR_E13098_CI-12 FHWA HEC-22 GENERIC N/A On Sag 1 32.34 42.44 10.10 32.34 0.00 10.00 0.00 5 ORR_E13098_CI-13 FHWA HEC-22 GENERIC N/A On Sag 1 31.73 42.29 10.56 31.73 0.00 10.00 0.00 6 ORR_E13098_CI-14 FHWA HEC-22 GENERIC N/A On Sag 1 37.58 42.58 5.00 37.58 0.00 10.00 0.00 7 ORR_E13098_CI-15 FHWA HEC-22 GENERIC N/A On Sag 1 30.23 42.68 12.45 30.23 0.00 10.00 0.00 8 ORR_E13098_CI-16 FHWA HEC-22 GENERIC N/A On Sag 1 37.76 42.21 4.45 37.76 0.00 10.00 0.00 9 ORR_E13098_CI-17 FHWA HEC-22 GENERIC N/A On Sag 1 29.62 41.20 11.58 29.62 0.00 10.00 0.00 10 ORR_E13098_CI-18 FHWA HEC-22 GENERIC N/A On Grade 1 25.17 37.22 12.05 25.17 0.00 N/A 0.00 11 ORR_E13098_CI-19 FHWA HEC-22 GENERIC N/A On Sag 1 32.08 36.93 4.85 32.08 0.00 10.00 0.00 12 ORR_E13098_CI-2 FHWA HEC-22 GENERIC N/A On Sag 1 40.48 43.98 3.50 40.48 0.00 10.00 0.00 13 ORR_E13098_CI-20 FHWA HEC-22 GENERIC N/A On Sag 1 32.39 35.19 2.80 32.39 0.00 10.00 0.00 14 ORR_E13098_CI-21 FHWA HEC-22 GENERIC N/A On Sag 1 32.68 34.73 2.05 32.68 0.00 10.00 0.00 15 ORR_E13098_CI-22 FHWA HEC-22 GENERIC N/A On Sag 1 25.05 30.07 5.02 25.05 0.00 10.00 0.00 16 ORR_E13098_CI-23 FHWA HEC-22 GENERIC N/A On Sag 1 26.88 29.13 2.25 26.88 0.00 10.00 0.00 17 ORR_E13098_CI-24 FHWA HEC-22 GENERIC N/A On Grade 1 19.40 29.05 9.65 19.40 0.00 N/A 0.00 18 ORR_E13098_CI-25 FHWA HEC-22 GENERIC N/A On Sag 1 24.93 28.58 3.65 24.93 0.00 10.00 0.00 19 ORR_E13098_CI-26 FHWA HEC-22 GENERIC N/A On Sag 1 22.84 28.49 5.65 22.84 0.00 10.00 0.00 20 ORR_E13098_CI-27 FHWA HEC-22 GENERIC N/A On Sag 1 24.01 28.11 4.10 24.01 0.00 10.00 0.00 21 ORR_E13098_CI-28 FHWA HEC-22 GENERIC N/A On Sag 1 23.16 28.16 5.00 23.16 0.00 10.00 0.00 22 ORR_E13098_CI-29 FHWA HEC-22 GENERIC N/A On Sag 1 23.41 27.91 4.50 23.41 0.00 10.00 0.00 23 ORR_E13098_CI-3 FHWA HEC-22 GENERIC N/A On Grade 1 37.14 42.81 5.67 37.14 0.00 N/A 0.00 24 ORR_E13098_CI-30 FHWA HEC-22 GENERIC N/A On Grade 1 16.35 27.35 11.00 16.35 0.00 N/A 0.00 25 ORR_E13098_CI-31 FHWA HEC-22 GENERIC N/A On Sag 1 24.08 27.83 3.75 24.08 0.00 10.00 0.00 26 ORR_E13098_CI-32 FHWA HEC-22 GENERIC N/A On Sag 1 21.76 27.91 6.15 21.76 0.00 10.00 0.00 27 ORR_E13098_CI-33 FHWA HEC-22 GENERIC N/A On Sag 1 13.04 27.24 14.20 13.04 0.00 10.00 0.00 28 ORR_E13098_CI-34 FHWA HEC-22 GENERIC N/A On Sag 1 23.71 26.86 3.15 23.71 0.00 10.00 0.00 29 ORR_E13098_CI-35 FHWA HEC-22 GENERIC N/A On Sag 1 24.18 26.53 2.35 24.18 0.00 10.00 0.00 30 ORR_E13098_CI-36 FHWA HEC-22 GENERIC N/A On Sag 1 24.78 27.28 2.50 24.78 0.00 10.00 0.00 31 ORR_E13098_CI-37 FHWA HEC-22 GENERIC N/A On Sag 1 12.38 26.73 14.35 12.38 0.00 10.00 0.00 32 ORR_E13098_CI-38 FHWA HEC-22 GENERIC N/A On Sag 1 11.46 26.46 15.00 11.46 0.00 10.00 0.00 33 ORR_E13098_CI-39 FHWA HEC-22 GENERIC N/A On Sag 1 24.42 26.84 2.42 25.49 1.07 10.00 0.00 34 ORR_E13098_CI-4 FHWA HEC-22 GENERIC N/A On Sag 1 35.77 42.37 6.60 35.77 0.00 10.00 0.00 35 ORR_E13098_CI-5 FHWA HEC-22 GENERIC N/A On Sag 1 37.92 41.55 3.63 37.92 0.00 10.00 0.00 36 ORR_E13098_CI-6 FHWA HEC-22 GENERIC N/A On Sag 1 37.35 41.50 4.15 37.35 0.00 10.00 0.00 37 ORR_E13098_CI-7 FHWA HEC-22 GENERIC N/A On Sag 1 34.88 41.88 7.00 34.88 0.00 10.00 0.00 38 ORR_E13098_CI-8 FHWA HEC-22 GENERIC N/A On Sag 1 34.94 41.99 7.05 34.94 0.00 10.00 0.00 39 ORR_E13098_CI-9 FHWA HEC-22 GENERIC N/A On Sag 1 37.48 41.73 4.25 37.48 0.00 10.00 0.00 ADDENDUM 2 ATTACHMENT 3 SHEET 39 OF 176 Roadway& Gutter Input SN Element Roadway Roadway Roadway Gutter Gutter Gutter Allowable ID Longitudinal Cross Manning's Cross Width Depression Spread Slope Slope Roughness Slope (ft/ft) (ft/ft) (ft/ft) (ft) (in) (ft) 1 ORR_E13098_CI-1 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 2 ORR_E13098_CI-10 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 3 ORR_E13098_CI-11 0.0100 0.0200 0.0160 0.0200 1.50 0.0000 7.00 4 ORR_E13098_CI-12 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 5 ORR_E13098_CI-13 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 6 ORR_E13098_CI-14 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 7 ORR_E13098_CI-15 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 8 ORR_E13098_CI-16 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 9 ORR_E13098_CI-17 N/A 0.0200 0.0160 0.0200 2.00 0.0000 7.00 10 ORR_E13098_CI-18 0.0100 0.0200 0.0160 0.0200 1.50 0.0000 7.00 11 ORR_E13098_CI-19 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 12 ORR_E13098_CI-2 N/A 0.0200 0.0160 0.0200 2.00 0.0000 7.00 13 ORR_E13098_CI-20 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 14 ORR_E13098_CI-21 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 15 ORR_E13098_CI-22 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 16 ORR_E13098_CI-23 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 17 ORR_E13098_CI-24 0.0100 0.0200 0.0160 0.0200 1.50 0.0000 7.00 18 ORR_E13098_CI-25 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 19 ORR_E13098_CI-26 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 20 ORR_E13098_CI-27 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 21 ORR_E13098_CI-28 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 22 ORR_E13098_CI-29 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 23 ORR_E13098_CI-3 0.0200 0.0200 0.0160 0.0200 1.50 0.0000 7.00 24 ORR_E13098_CI-30 0.0100 0.0200 0.0160 0.0200 2.00 0.0000 7.00 25 ORR_E13098_CI-31 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 26 ORR_E13098_CI-32 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 27 ORR_E13098_CI-33 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 28 ORR_E13098_CI-34 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 29 ORR_E13098_CI-35 N/A 0.0200 0.0160 0.0200 2.00 0.0000 7.00 30 ORR_E13098_CI-36 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 31 ORR_E13098_CI-37 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 32 ORR_E13098_CI-38 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 33 ORR_E13098_CI-39 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 34 ORR_E13098_CI-4 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 35 ORR_E13098_CI-5 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 36 ORR_E13098_CI-6 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 37 ORR_E13098_CI-7 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 38 ORR_E13098_CI-8 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 39 ORR E13098 CI-9 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 ADDENDUM 2 ATTACHMENT 3 SHEET 40 OF 176 Inlet Results SN Element Peak Peak Peak Flow Peak Flow Inlet Max Gutter Max Gutter Max Gutter Time of Total Total Time ID Flow Lateral Intercepted Bypassing Efficiency Spread Water Elev. Water Depth Max Depth Flooded Flooded Inflow by Inlet during Peak during Peak during Peak during Peak Occurrence Volume Inlet Flow Flow Flow Flow (cfs) (cfs) (cfs) (cfs) (%) (ft) (ft) (ft) (days hh:mm) (ac-in) (min) 1 ORR_E13098_CI-1 2.20 2.20 N/A N/A N/A 13.85 43.65 0.28 0 00:14 0.01 0.00 2 ORR_E13098_CI-10 6.65 6.65 N/A N/A N/A 28.63 42.37 0.73 0 00:18 12.13 57.00 3 ORR_E13098_CI-11 3.92 3.92 0.99 2.93 25.28 12.04 42.57 0.24 00034 0.54 10.00 4 ORR_E13098_CI-12 0.00 0.00 N/A N/A N/A 0.00 42.44 0.00 00039 0.09 3.00 5 ORR_E13098_CI-13 7.35 7.35 N/A N/A N/A 30.52 43.08 0.79 00020 0.98 8.00 6 ORR_E13098_CI-14 10.05 10.05 N/A N/A N/A 40.46 43.55 0.97 00037 0.20 6.00 7 ORR_E13098_CI-15 1.66 1.66 N/A N/A N/A 11.40 42.91 0.23 00020 2.84 11.00 8 ORR_E13098_CI-16 5.42 5.42 N/A N/A N/A 25.22 43.02 0.81 0 01:08 0.00 0.00 9 ORR_E13098_CI-17 0.96 0.96 N/A N/A N/A 7.98 41.36 0.16 00051 0.00 0.00 10 ORR_E13098_CI-18 3.38 3.38 0.90 2.47 26.75 11.37 37.45 0.23 00047 0.01 0.00 11 ORR_E13098_CI-19 6.50 6.50 N/A N/A N/A 18.02 38.94 2.01 00013 0.66 16.00 12 ORR_E13098_CI-2 1.48 1.48 N/A N/A N/A 10.32 44.19 0.21 00014 4.60 41.00 13 ORR_E13098_CI-20 2037 2037 N/A N/A N/A 127.44 37.75 2.56 00013 9.69 61.00 14 ORR_E13098_CI-21 2.45 2.45 N/A N/A N/A 14.86 35.03 0.30 00008 4.17 71.00 15 ORR_E13098_CI-22 2.48 2.48 N/A N/A N/A 14.99 30.37 0.30 000 16 1.50 58.00 16 ORR_E13098_CI-23 6.78 6.78 N/A N/A N/A 28.99 29.82 0.69 000 16 12.34 95.00 17 ORR_E13098_CI-24 4.03 1.59 1.01 3.02 25.01 12.18 29.29 0.24 000 18 31.82 74.00 18 ORR_E13098_CI-25 13.12 13.12 N/A N/A N/A 60.15 29.79 1.21 00015 11.81 94.00 19 ORR_E13098_CI-26 9.45 9.45 N/A N/A N/A 37.33 29.34 0.85 00015 3.14 40.00 20 ORR_E13098_CI-27 16.80 16.80 N/A N/A N/A 90.63 29.93 1.82 000 16 7.10 51.00 21 ORR_E13098_CI-28 9.66 9.66 N/A N/A N/A 38.39 29.08 0.92 00019 0.49 20.00 22 ORR_E13098_CI-29 1.95 1.95 N/A N/A N/A 12.81 28.17 0.26 000 16 1.28 47.00 23 ORR_E13098_CI-3 12.16 12.16 1.60 10.56 13.18 16.17 43.14 0.32 00020 0.00 0.00 24 ORR_E13098_CI-30 4.90 2.19 1.13 3.77 23.15 13.10 27.61 0.26 00019 90.79 92.00 25 ORR_E13098_CI-31 19.96 19.96 N/A N/A N/A 122.72 30.30 2.47 00011 11.89 97.00 26 ORR_E13098_CI-32 111.18 111.18 N/A N/A N/A 3395.65 95.57 67.66 00013 79.79 92.00 27 ORR_E13098_CI-33 22.05 22.05 N/A N/A N/A 147.12 30.18 2.94 00019 481.01 87.00 28 ORR_E13098_CI-34 0.00 0.00 N/A N/A N/A 0.00 26.86 0.00 00020 2.67 39.00 29 ORR_E13098_CI-35 1.10 1.10 N/A N/A N/A 8.69 26.70 0.17 0 00:19 7.17 92.00 30 ORR_E13098_CI-36 1.46 1.46 N/A N/A N/A 10.45 27.49 0.21 00020 0.07 6.00 31 ORR_E13098_CI-37 4.56 4.56 N/A N/A N/A 22.58 27.18 0.45 00020 98.59 85.00 32 ORR_E13098_CI-38 13.06 13.06 N/A N/A N/A 59.75 27.66 1.20 00020 501.39 77.00 33 ORR_E13098_CI-39 11.12 11.12 N/A N/A N/A 46.74 27.85 1.01 00020 1.17 35.00 34 ORR_E13098_CI-4 3.15 3.15 N/A N/A N/A 17.62 42.72 0.35 00021 0.00 0.00 35 ORR_E13098_CI-5 6.12 6.12 N/A N/A N/A 27.21 42.03 0.48 0 00:13 2.55 36.00 36 ORR_E13098_CI-6 5.91 5.91 N/A N/A N/A 26.63 41.97 0.47 0 00:13 15.44 54.00 37 ORR_E13098_CI-7 2.57 2.57 N/A N/A N/A 15.36 42.19 0.31 0 00:14 11.05 51.00 38 ORR_E13098_CI-8 4.42 4.42 N/A N/A N/A 22.11 42.43 0.44 00023 3.14 27.00 39 ORR E13098 CI-9 4.77 4.77 N/A N/A N/A 23.25 42.53 0.80 00015 8.06 52.00 ADDENDUM 2 ATTACHMENT 3 SHEET 41 OF 176 Project Description File Name........................................................................... ORR Storm Proposed-REV 4.SPF Project Options FlowUnits........................................................................... CFS Elevation Type.................................................................... Elevation Hydrology Method............................................................... Rational Time of Concentration(TOC)Method................................ User-Defined Link Routing Method........................................................... Hydrodynamic Enable Overflow Ponding at Nodes.................................... YES Skip Steady State Analysis Time Periods........................... NO Analysis Options Start Analysis On................................................................ Jul 22,2015 000000 End Analysis On................................................................. Jul 26,2015 000000 Start Reporting On.............................................................. Jul 22,2015 000000 Antecedent Dry Days.......................................................... 0 days Runoff(Dry Weather)Time Step........................................ 0 01:00:00 days hh:mm:ss Runoff(Wet Weather)Time Step....................................... 0 00:05:00 days hh:mm:ss Reporting Time Step........................................................... 0 00:05:00 days hh:mm:ss Routing Time Step.............................................................. 30 seconds Number of Elements Qty RainGages......................................................................... 0 Subbasins............................................................................ 61 Nodes........... 105 Junctions.................................................................... 62 Outfalls....................................................................... 1 Flow Diversions.......................................................... 0 Inlets........................................................................... 42 Storage Nodes........................................................... 0 Links.... 122 Channels.................................................................... 18 Pipes.......................................................................... 104 Pumps........................................................................ 0 Orifices....................................................................... 0 Weirs.......................................................................... 0 Outlets........................................................................ 0 Pollutants............................................................................ 0 LandUses...........................................................................0 Rainfall Details Return Period......................... 5 year(s) ADDENDUM 2 ATTACHMENT 3 SHEET 42 OF 176 Subbasin Summary SN Subbasin Area Weighted Total Total Total Peak Time of ID Runoff Rainfall Runoff Runoff Runoff Concentration Coefficient Volume (ac) (in) (in) (ac-in) (cfs) (days hh:mm:ss) 1 ORR_E13098_DA-10-A 16.84 0.6300 2.58 1.63 27.36 33.39 0 004912 2 ORR_E13098_DA-10-B 0.27 0.5800 2.17 1.26 0.34 0.67 0 003000 3 ORR_E13098_DA-11-A 0.21 0.6800 2.17 1.47 0.31 0.61 0 003000 4 ORR_E13098_DA-11-B 0.73 0.6800 2.17 1.47 1.08 2.16 0 003000 5 ORR_E13098_DA-12-A 1.50 0.6400 2.17 1.39 2.08 4.16 0 003000 6 ORR_E13098_DA-12-B 4.15 0.6400 2.17 1.39 5.76 11.53 0 003000 7 ORR_E13098_DA-13 0.41 0.5800 2.17 1.26 0.52 1.04 0 003000 8 ORR_E13098_DA-14-A 1.43 0.5600 2.17 1.21 1.73 3.47 0 003000 9 ORR_E13098_DA-14-B 23.70 0.5600 2.93 1.64 38.88 31.46 0 01:1406 10 ORR_E13098_DA-15 2.60 0.5700 2.17 1.24 3.21 6.43 0 003000 11 ORR_E13098_DA-16-A 12.67 0.5600 3.14 1.76 22.27 14.04 0 01:3512 12 ORR_E13098_DA-16-B 1.94 0.5600 2.17 1.21 2.35 4.71 0 003000 13 ORR_E13098_DA-16-C 0.75 0.5500 2.17 1.19 0.90 1.79 0 003000 14 ORR_E13098_DA-17-A 19.18 0.5600 2.41 1.35 25.91 38.54 0 004024 15 ORR_E13098_DA-18-A 2.20 0.5500 2.17 1.19 2.62 5.25 0 003000 16 ORR_E13098_DA-18-C 0.89 0.5500 2.17 1.19 1.05 2.11 0 003000 17 ORR_E13098_DA-19-A 1.37 0.5600 2.17 1.21 1.67 3.34 0 003000 18 ORR_E13098_DA-19-B 1.24 0.5600 2.17 1.21 1.50 3.00 0 003000 19 ORR_E13098_DA-19-C 9.46 0.5600 2.66 1.49 14.09 15.70 0 005348 20 ORR_E13098_DA-19-D 0.80 0.5600 2.17 1.21 0.97 1.95 0 003000 21 ORR_E13098_DA-1-A 1.42 0.7300 2.17 1.58 2.25 4.49 0 003000 22 ORR_E13098_DA-1-B 2.85 0.7300 2.17 1.58 4.51 9.02 0 003000 23 ORR_E13098_DA-1-C 4.40 0.7300 2.17 1.58 6.96 13.93 0 003000 24 ORR_E13098_DA-20-A 2.12 0.5900 2.17 1.28 2.71 5.42 0 003000 25 ORR_E13098_DA-20-B 0.43 0.5900 2.17 1.28 0.55 1.10 0 003000 26 ORR_E13098_DA-21-A 1.64 0.5500 2.17 1.19 1.96 3.92 0 003000 27 ORR_E13098_DA-21-B 1.47 0.5500 2.17 1.19 1.76 3.51 0 003000 28 ORR_E13098_DA-21-C 1.92 0.5500 2.17 1.19 2.29 4.59 0 003000 29 ORR_E13098_DA-22-A 7.52 0.5400 2.39 1.29 9.70 14.80 0 003924 30 ORR_E13098_DA-22-B 0.29 0.5400 2.17 1.17 0.33 0.67 0 003000 31 ORR_E13098_DA-22-C 0.42 0.5400 2.17 1.17 0.50 0.99 0 003000 32 ORR_E13098_DA-23 3.12 0.5400 2.17 1.17 3.65 7.30 0 003000 33 ORR_E13098_DA-2-A 0.95 0.7200 2.17 1.56 1.48 2.96 0 003000 34 ORR_E13098_DA-2-B 1.29 0.7200 2.17 1.56 2.01 4.01 0 003000 35 ORR_E13098_DA-3-A 385.00 0.5800 3.20 1.86 714.95 419.91 0 014206 36 ORR_E13098_DA-3-B 11.90 0.5800 2.85 1.65 19.66 17.44 0 01:0742 37 ORR_E13098_DA-4-A 0.60 0.5400 2.17 1.17 0.70 1.41 0 003000 38 ORR_E13098_DA-4-B 0.80 0.5400 2.17 1.17 0.94 1.88 0 003000 39 ORR_E13098_DA-4-C 0.29 0.5400 2.17 1.17 0.34 0.67 0 003000 40 ORR_E13098_DA-4-D 0.79 0.5400 2.17 1.17 0.92 1.85 0 003000 41 ORR_E13098_DA-5-A 5.26 0.5600 2.17 1.21 6.39 12.77 0 003000 42 ORR_E13098_DA-5-B 6.99 0.5600 2.17 1.21 8.49 16.97 0 003000 43 ORR_E13098_DA-6-A 4.05 0.6200 2.17 1.34 5.44 10.89 0 003000 44 ORR_E13098_DA-6-B 2.30 0.6200 2.17 1.34 3.09 6.18 0 003000 45 ORR_E13098_DA-7 0.46 0.6700 2.17 1.45 0.67 1.35 0 003000 46 ORR_E13098_DA-8-A 0.36 0.6500 2.17 1.41 0.51 1.02 0 003000 47 ORR_E13098_DA-8-B 2.22 0.6500 2.17 1.41 3.13 6.27 0 003000 48 ORR_E13098_DA-9-A 0.59 0.6100 2.17 1.32 0.78 1.57 0 003000 49 ORR_E13098_DA-9-B 0.60 0.6100 2.17 1.32 0.79 1.59 0 003000 50 ORR_E13098_DA-9-C 1.64 0.6100 2.17 1.32 2.17 4.34 0 003000 51 ORR_E13098_DA-9-D 3.14 0.6100 2.17 1.32 4.15 8.31 0 003000 52 ORR_E13098_IHB-030-100 79.00 0.6000 3.38 2.03 160.29 76.42 0 020548 53 ORR_E13098_IHB-030-101 49.00 0.6000 3.04 1.82 89.23 63.48 0 01:2424 54 ORR_E13098_IHB-030-102 142.00 0.5000 2.47 1.23 175.09 245.31 0 004248 55 ORR_E13098_IHB-030-103 124.00 0.6000 3.13 1.88 233.00 148.48 0 01:3406 56 ORR_E13098_IHB-030-104.1 19.00 0.5100 2.20 1.12 21.32 40.84 0 0031:24 57 ORR_E13098_IHB-030-104.2 55.00 0.5100 2.47 1.26 69.30 96.32 0 004312 58 ORR_E13098_IHB-030-104.3 165.00 0.5300 2.67 1.41 233.15 257.46 0 005418 59 ORR_E13098_IHB-030-105 56.00 0.5100 2.17 1.11 61.88 123.81 0 003000 60 ORR_E13098_IHB-030-106 106.00 0.5100 2.33 1.19 125.72 207.53 0 003624 61 ORR E13098 IHB-030-107 133.00 0.5100 2.66 1.36 180.48 199.95 0 005412 ADDENDUM 2 ATTACHMENT 3 SHEET 43 OF 176 Node Summary SN Element Element Invert Ground/Rim Initial Surcharge Ponded Peak Max HGL Max Min Time of Total Total Time ID Type Elevation (Max) Water Elevation Area Inflow Elevation Surcharge Freeboard Peak Flooded Flooded Elevation Elevation Attained Depth Attained Flooding Volume Attained Occurrence (ft) (ft) (ft) (ft) (ft') (cfs) (ft) (ft) (ft) (days hh:mm) (ac-in) (min) 1 ORR_E13098_EMH-04 Junction 39.45 43.00 39.45 100.00 0.00 14.04 41.69 0.00 1.31 0 0000 0.00 0.00 2 ORR_E13098_EMH-06 Junction 28.66 36.11 28.66 100.00 100.00 35.40 36.65 0.54 0.00 0 0038 0.09 0.00 3 ORR_E13098_J-01 Junction 38.35 43.00 38.35 0.00 0.00 6.56 42.84 0.00 0.16 0 0000 0.00 0.00 4 ORR_E13098_J-02 Junction 40.49 44.00 40.49 100.00 0.00 14.79 44.85 0.85 0.00 0 0000 0.00 0.00 5 ORR_E13098_J-04 Junction 37.37 42.00 37.37 100.00 0.00 4.59 41.98 0.00 0.02 0 0000 0.00 0.00 6 ORR_E13098_J-05 Junction 35.57 42.00 35.57 100.00 0.00 15.69 41.99 0.00 0.01 0 0000 0.00 0.00 7 ORR_E13098_J-07 Junction 34.22 43.50 34.22 100.00 0.00 38.51 43.80 0.30 0.00 0 0000 0.00 0.00 8 ORR_E13098_J-08 Junction 31.90 42.50 31.90 100.00 0.00 31.44 34.38 0.00 8.12 0 0000 0.00 0.00 9 ORR_E13098_J-10 Junction 23.90 27.00 23.90 100.00 100.00 3.43 27.05 0.05 0.00 0 0036 0.01 0.00 10 ORR_E13098_J-11 Junction 13.50 28.00 13.50 100.00 100.00 419.74 28.54 0.54 0.00 0 01:43 0.13 39.00 11 ORR_E13098_J-14 Junction 11.35 26.00 11.35 100.00 100.00 390.83 26.46 0.46 0.00 0 0036 0.36 42.00 12 ORR_E13098_J-15 Junction 11.32 26.00 11.32 100.00 100.00 390.98 26.52 0.52 0.00 0 0037 0.36 39.00 13 ORR_E13098_J-16 Junction 11.30 26.00 11.30 100.00 100.00 391.15 26.58 0.58 0.00 0 0037 0.37 35.00 14 ORR_E13098_J-17 Junction 11.27 26.00 11.27 100.00 100.00 391.33 26.63 0.63 0.00 0 0038 0.37 32.00 15 ORR_E13098_J-18 Junction 11.24 26.00 11.24 100.00 100.00 391.52 26.68 0.68 0.00 0 0038 0.39 28.00 16 ORR_E13098_J-19 Junction 11.21 26.00 11.21 100.00 100.00 391.71 26.72 0.72 0.00 0 0038 0.40 27.00 17 ORR_E13098_J-20 Junction 11.17 26.00 11.17 100.00 100.00 391.92 26.78 0.78 0.00 0 0039 0.40 23.00 18 ORR_E13098_J-21 Junction 11.05 26.00 11.05 100.00 500.00 392.12 26.82 0.82 0.00 0 0039 0.51 21.00 19 ORR_E13098_J-22 Junction 10.92 26.00 10.92 100.00 500.00 392.39 26.86 0.86 0.00 0 0041 0.55 20.00 20 ORR_E13098_J-23 Junction 10.72 26.00 10.72 100.00 500.00 392.99 26.90 0.90 0.00 0 0041 0.59 20.00 21 ORR_E13098_J-24 Junction 10.66 26.00 10.66 100.00 500.00 393.64 26.93 0.93 0.00 0 0040 0.71 20.00 22 ORR_E13098_J-25 Junction 10.05 26.00 10.05 100.00 500.00 412.73 26.96 0.96 0.00 0 0040 0.74 20.00 23 ORR_E13098_J-26 Junction 9.63 24.00 9.63 100.00 500.00 413.42 26.91 2.91 0.00 0 0032 2.27 40.00 24 ORR_E13098_J-27 Junction 9.47 24.00 9.47 100.00 500.00 453.28 26.87 2.87 0.00 0 0037 3.58 39.00 25 ORR_E13098_J-28 Junction 8.79 24.00 8.79 100.00 500.00 515.38 26.54 2.54 0.00 0 0038 4.67 34.00 26 ORR_E13098_J-29 Junction 7.91 22.00 7.91 100.00 500.00 771.43 26.05 4.05 0.00 0 0039 7.05 44.00 27 ORR_E13098_J-30 Junction 6.84 19.97 6.84 100.00 500.00 789.61 24.69 4.72 0.00 0 0033 5.50 48.00 28 ORR_E13098_J-31 Junction 6.49 1930 6.49 100.00 500.00 759.81 23.82 4.52 0.00 0 0033 3.73 48.00 29 ORR_E13098_J-32 Junction 6.00 18.38 6.00 100.00 500.00 744.61 22.86 4.48 0.00 0 0033 3.69 48.00 30 ORR_E13098_J-33 Junction 5.91 18.21 5.91 100.00 500.00 957.20 22.17 3.97 0.00 0 0040 3.45 46.00 31 ORR_E13098_J-34 Junction 5.36 17.18 5.36 100.00 500.00 952.48 20.64 3.46 0.00 0 0040 3.27 45.00 32 ORR_E13098_J-35 Junction 4.77 16.05 4.77 100.00 500.00 950.49 19.05 3.00 0.00 0 0040 4.37 45.00 33 ORR_E13098_J-36 Junction 3.50 16.00 3.50 100.00 500.00 986.80 16.74 0.74 0.00 0 0043 1.13 27.00 34 ORR_E13098_J-37 Junction 2.20 16.00 2.20 100.00 500.00 1018.45 14.91 0.00 1.09 0 0000 0.00 0.00 35 ORR_E13098_J-38 Junction 0.92 16.00 0.92 100.00 500.00 1018.44 13.66 0.00 2.34 0 0000 0.00 0.00 36 ORR_E13098_J-39 Junction 12.76 27.40 12.76 0.00 0.00 387.24 27.00 0.00 0.40 0 0000 0.00 0.00 37 ORR_E13098_J-40 Junction 38.05 43.48 36.58 0.00 0.00 16.56 42.65 0.00 0.83 0 0000 0.00 0.00 38 ORR_E13098_MH-1 Junction 36.41 42.85 36.41 0.00 0.00 20.33 42.52 0.00 0.33 0 0000 0.00 0.00 39 ORR_E13098_MH-10 Junction 22.08 36.88 22.08 100.00 0.00 197.16 29.60 0.00 7.28 0 0000 0.00 0.00 40 ORR_E13098_MH-11 Junction 17.12 29.32 17.12 100.00 100.00 164.48 28.72 0.00 0.60 0 0000 0.00 0.00 41 ORR_E13098_MH-12 Junction 15.95 28.01 15.95 0.00 0.00 173.38 28.01 0.00 0.00 0 0037 0.00 0.00 42 ORR_E13098_MH-13 Junction 17.93 28.40 17.93 100.00 10.00 6.94 28.14 0.00 0.26 0 0000 0.00 0.00 43 ORR_E13098_MH-14 Junction 19.02 28.13 19.02 51.39 100.00 15.00 27.94 0.00 0.19 0 0000 0.00 0.00 44 ORR_E13098_MH-15 Junction 15.13 27.64 15.13 0.00 0.00 184.84 27.64 0.00 0.00 0 0039 6.05 16.00 45 ORR_E13098_MH-16 Junction 14.69 27.78 14.69 100.00 10.00 138.56 27.56 0.00 0.22 0 0000 0.00 0.00 46 ORR_E13098_MH-17 Junction 17.55 27.08 17.55 0.00 0.00 13.43 27.08 0.00 0.00 0 0034 0.02 3.00 47 ORR_E13098_MH-18 Junction 12.38 26.95 12.38 0.00 0.00 390.56 26.75 0.00 0.20 0 0000 0.00 0.00 48 ORR_E13098_MH-19 Junction 11.46 26.40 11.46 0.00 0.00 390.68 26.40 0.00 0.00 0 0052 105.72 38.00 49 ORR_E13098_MH-2 Junction 36.79 42.77 36.79 100.00 0.00 5.02 42.57 0.00 0.90 0 0000 0.00 0.00 50 ORR_E13098_MH-3 Junction 37.34 41.59 37.34 0.00 0.00 17.56 41.59 0.00 0.00 0 0030 5.55 30.00 51 ORR_E13098_MH-4 Junction 35.54 41 A5 35.54 0.00 0.00 19.14 41.45 0.00 0.00 0 0041 5.01 30.00 52 ORR_E13098_MH-5 Junction 33.98 42.60 33.98 100.00 100.00 40.08 42.50 0.00 0.10 0 0000 0.00 0.00 53 ORR_E13098_MH-6 Junction 33.39 42.40 33.39 100.00 0.00 70.14 41.37 0.00 1.94 0 0000 0.00 0.00 54 ORR_E13098_MH-7 Junction 32.05 41.90 32.05 100.00 0.00 72.07 38.87 0.00 3.03 0 0000 0.00 0.00 55 ORR_E13098_MH-8 Junction 30.16 41.90 30.16 100.00 0.00 76.71 34.65 0.00 7.25 0 0000 0.00 0.00 56 ORR_E13098_MH-9 Junction 31.25 41.81 31.25 100.00 0.00 31.44 33.95 0.00 7.86 0 0000 0.00 0.00 57 ORR_E13098_MH-JB-1 Junction 22.80 36.81 22.80 0.00 0.00 159.85 30.02 0.00 6.79 0 0000 0.00 0.00 58 ORR_E13098_MH-JB-2 Junction 17.24 29.53 17.24 0.00 0.00 161.05 29.03 0.00 0.50 0 0000 0.00 0.00 59 ORR_E13098_MH-JB-3 Junction 16.79 28.53 16.79 100.00 100.00 169.20 28.34 0.00 0.19 0 0000 0.00 0.00 60 ORR_E13098_MH-JB-4 Junction 14.39 27.60 14.39 100.00 10.00 144.24 27.46 0.00 0.14 0 0000 0.00 0.00 61 ORR_E13098_MH-JB-5 Junction 13.04 27.19 13.04 0.00 0.00 458.17 27.19 0.00 0.00 0 01:15 109.40 76.00 62 ORR_E13098_Open-Pipe Junction 40.34 43.50 40.34 100.00 500.00 7.30 44.86 1.36 0.00 0 0026 0.21 24.00 63 ORR_E13098_Nueces-Bay Outfall 0.39 1018.38 11.39 ADDENDUM 2 ATTACHMENT 3 SHEET 44 OF 176 Link Summary SN Element Element From To(Outlet) Length Inlet Outlet Average Diameter or Manning's Peak Design Flow Peak Flowl Peak Flow Peak Flow Peak Flow Total Time ID Type (Inlet) Node Invert Invert Slope Height Roughness Flow Capacity Design Flow Velocity Depth Depth/ Surcharged Node Elevation Elevation Ratio Total Depth Ratio (ft) (ft) (ft) N (in) (cfs) (cfs) (ft/sec) A (min) 1 ORR E13098 L-01 Pipe ORR-E13098-CI-24 ORR-E13098-MH-JB-3 9.00 24.93 23.19 19.3300 18.000 0.0130 6.04 46.19 0.13 10.94 1.50 1.00 88.00 2 ORR_E13098_L-22 Pipe ORR_E13098_CI-31 ORR_E13098_MH-18 42.00 15.36 14.19 2.7900 24.000 0.0130 8.87 37.76 0.24 5.76 2.00 1.00 162.00 3 ORR E13098 P-01 Pipe ORR_E13098_Open-Pipe ORR-E13098-J-01 184.00 40.34 38.35 1.0800 15.000 0.0130 6.22 6.72 0.93 5.07 1.25 1.00 31.00 4 ORR E13098 P-02 Pipe ORR_E13098 CI-1 ORR-E13098-J-01 17.49 40.37 38.35 11.5500 15.000 0.0130 3.51 21.95 0.16 2.99 1.25 1.00 28.00 5 ORR_E13098_P-03 Pipe ORR_E13098_ECI-1 ORR_E13098_J-40 50.97 40.48 38.05 4.7700 18.000 0.0130 12.35 22.94 0.54 9.40 1.50 1.00 31.00 6 ORR E13098 P-04 Pipe ORR_E13098 J-02 ORR E13098 ECI-1 4.82 40.49 40.48 0.2100 18.000 0.0130 14.78 4.78 3.09 8.37 1.50 1.00 31.00 7 ORR E13098 P-05 Pipe ORR-E13098-J-40 ORR-E13098-MH-1 41.58 38.05 36.41 3.9400 30.000 0.0130 16.62 81.46 0.20 5.10 2.50 1.00 34.00 8 ORR_E13098_P-06 Pipe ORR_E13098_MH-2 ORR_E13098_MH-1 40.00 36.79 36.41 0.9500 18.000 0.0130 5.05 10.24 0.49 2.87 1.50 1.00 45.00 9 ORR E13098 P-07 Pipe ORR-E13098-MH-1 ORR-E13098-CI-3 160.54 36.41 35.77 0.4000 30.000 0.0130 20.42 25.90 0.79 4.16 2.50 1.00 41.00 10 ORR E13098 P-08 Pipe ORR_E13098 CI-5 ORR-E13098-CI-3 84.07 37.34 35.87 1.7500 24.000 0.0130 10.29 29.91 0.34 4.01 2.00 1.00 37.00 11ORR_E13098_P-09 Pipe ORR_E13098_MH-3 ORR_E13098_CI-5 9.00 37.34 37.34 0.0000 24.000 0.0130 9.14 2.38 3.83 4.11 2.00 1.00 37.00 12 ORR E13098 P-10 Pipe ORR_E13098 CI-4 ORR-E13098-MH-3 20.00 37.92 37.34 2.9000 24.000 0.0130 4.04 38.52 0.10 2.75 2.00 1.00 36.00 13 ORR E13098 P-100 Pipe ORR_E13098 ECI-8 ORR-E13098-MH-17 16.30 23.71 19.96 23.0100 18.000 0.0130 7.81 50.38 0.15 11.13 1.50 1.00 96.00 14 ORR_E13098_P-102 Pipe ORR_E13098_CI-15 ORR_E13098_MH-8 13.00 34.09 33.68 3.1500 18.000 0.0130 1.32 18.65 0.07 4.23 0.73 0.49 0.00 15 ORR E13098 P-103 Pipe ORR-E13098-MH-14 ORR-E13098-MH-15 27.00 19.02 16.48 9.4100 18.000 0.0130 14.86 32.22 0.46 12.59 1.50 1.00 134.00 16 ORR E13098 P-104 Pipe ORR_E13098 CI-34 ORR E13098 CI-11 129.77 32.74 32.34 0.3100 42.000 0.0130 70.15 55.86 1.26 7.29 3.50 1.00 47.00 17 ORR_E13098_P-105 Pipe ORR_E13098_CI-32 ORR_E13098_MH-19 6.00 21.11 20.95 2.6700 24.000 0.0130 13.04 36.94 0.35 6.76 2.00 1.00 104.00 18 ORR E13098 P-106 Pipe ORR_E13098 CI-30 ORR-E13098-MH-18 8.00 21.95 21.78 2.1200 24.000 0.0130 9.96 32.98 0.30 6.60 2.00 1.00 101.00 19 ORR E13098 P-107 Pipe ORR_E13098 CI-28 ORR-E13098-MH-JB-5 4.00 24.25 24.00 6.2500 24.000 0.0130 12.90 56.56 0.23 6.05 2.00 1.00 89.00 20 ORR E13098 P-108 Pipe ORR_E13098 MH-11 ORR-E13098-MH-JB-3 109.33 17.12 16.79 0.3000 48.000 0.0130 165.12 269.48 0.61 5.41 4.00 1.00 126.00 21 ORR_E13098_P-109 Pipe ORR-E13098-J-39 ORR_E13098_MH-18 155.08 12.76 12.38 0.2500 99.000 0.0130 387.36 549.13 0.71 6.26 8.25 1.00 125.00 22 ORR E13098 P-11 Pipe ORR_E13098 J-04 ORR-E13098-MH-3 15.61 37.37 37.34 0.1900 18.000 0.0130 4.60 4.60 1.00 2.60 1.50 1.00 40.00 23 ORR E13098 P-12 Pipe ORR_E13098 CI-3 ORR-E13098-CI-6 227.23 35.77 34.94 0.3700 30.000 0.0130 23.98 24.79 0.97 4.89 2.50 1.00 44.00 24 ORR_E13098_P-14 Pipe ORR_E13098_MH4 ORR_E13098_CI-6 82.72 35.54 34.99 0.6600 24.000 0.0130 15.97 18.45 0.87 5.50 2.00 1.00 50.00 25 ORR E13098 P-15 Pipe ORR-E13098-CI-8 ORR E13098 MH-4 9.00 37.04 36.99 0.5600 24.000 0.0130 3.58 16.86 0.21 2.77 2.00 1.00 39.00 26 ORR E13098 P-16 Pipe ORR_E13098 CI-7 ORR E13098 MH-4 20.00 37.48 36.59 4.4500 24.000 0.0130 3.55 47.72 0.07 5.74 2.00 1.00 36.00 27 ORR_E13098_P-17 Pipe ORR-E13098-J-05 ORR_E13098_MH-4 12.53 35.57 35.54 0.2000 24.000 0.0130 15.69 10.12 1.55 4.99 2.00 1.00 50.00 28 ORR E13098 P-18 Pipe ORR_E13098 CI-6 ORR-E13098-CI-9 138.95 34.94 33.93 0.7300 36.000 0.0130 43.48 56.87 0.76 6.15 3.00 1.00 44.00 29 ORR E13098 P-19 Pipe ORR_E13098 CI-9 ORR-E13098-MH-6 178.00 33.93 33.39 0.3000 42.000 0.0130 44.15 55.41 0.80 4.59 3.50 1.00 45.00 30 ORR_E13098_P-20 Pipe ORR_E13098_MH-5 ORR_E13098_MH-6 43.85 33.98 33.91 0.1600 30.000 0.0130 40.23 16.39 2.45 8.20 2.50 1.00 53.00 31 ORR E13098 P-21 Pipe ORR-E13098-J-07 ORR-E13098-MH-5 69.07 34.22 34.08 0.2000 30.000 0.0130 38.63 18.47 2.09 7.87 2.50 1.00 52.00 32 ORR E13098 P-22 Pipe ORR_E13098 MH-6 ORR-E13098-CI-34 207.58 33.39 32.74 0.3100 42.000 0.0130 69.47 56.30 1.23 7.22 3.50 1.00 48.00 33 ORR_E13098_P-23 Pipe ORR_E13098_EMH-04 ORR_E13098_CI-11 224.34 39.45 39.00 0.2000 24.000 0.0130 14.05 10.13 1.39 5.00 1.67 0.84 0.00 34 ORR E13098 P-24 Pipe ORR_E13098 CI-11 ORR-E13098-MH-7 34.89 32.34 32.05 0.8300 42.000 0.0130 71.32 91.73 0.78 7.41 3.50 1.00 46.00 35 ORR E13098 P-25 Pipe ORR_E13098 CI-12 ORR-E13098-MH-7 34.00 37.58 36.73 2.5000 18.000 0.0130 6.33 16.61 0.38 7.04 1.48 0.99 0.00 36 ORR_E13098_P-26 Pipe ORR_E13098_CI-13 ORR_E13098_CI-14 420.32 31.73 30.23 0.3600 42.000 0.0130 74.63 60.10 1.24 7.76 3.50 1.00 41.00 37 ORR E13098 P-27 Pipe ORR-E13098-CI-14 ORR-E13098-MH-8 17.63 30.23 30.16 0.4000 42.000 0.0130 76.71 63.40 1.21 7.97 3.50 1.00 33.00 38 ORR E13098 P-28 Pipe ORR_E13098 MH-9 ORR-E13098-CI-17 42.42 31.25 29.62 3.8400 36.000 0.0130 31.55 130.75 0.24 7.83 2.85 0.95 0.00 39 ORR_E13098_P-29 Pipe ORR_E13098_CI-16 ORR_E13098_MH-9 48.00 34.43 31.50 6.1000 24.000 0.0130 3.49 55.89 0.06 7.52 1.14 0.57 0.00 40 ORR E13098 P-30 Pipe ORR_E13098 J-08 ORR-E13098-MH-9 91.02 31.90 31.25 0.7100 36.000 0.0130 31.44 56.36 0.56 7.92 2.38 0.80 0.00 41 ORR E13098 P-31 Pipe ORR_E13098 CI-17 ORR-E13098-CI-18 439.63 29.62 25.17 1.0100 48.000 0.0130 103.08 144.52 0.71 11.40 3.89 0.97 0.00 42 ORR_E13098_P-32 Pipe ORR_E13098_EMH-06 ORR_E13098_CI-18 83.83 28.66 23.24 6.4700 33.000 0.0130 39.26 134.48 0.29 10.63 2.75 1.00 1.00 43 ORR E13098 P-33 Pipe ORR-E13098-CI-19 ORR-E13098-MH-JB-1 5.00 32.08 30.73 27.0000 18.000 0.0130 0.84 54.58 0.02 9.24 0.15 0.10 0.00 44 ORR E13098 P-34 Pipe ORR_E13098 CI-20 ORR-E13098-MH-10 23.00 25.17 24.53 2.7800 18.000 0.0130 16.88 17.52 0.96 10.15 1.50 1.00 86.00 45 ORR_E13098_P-35 Pipe ORR_E13098_ECI-9 ORR_E13098_CI-20 29.00 32.68 32.44 0.8300 18.000 0.0130 1.56 9.56 0.16 3.50 0.45 0.30 0.00 46 ORR E13098 P-37 Pipe ORR_E13098 CI-21 ORR-E13098-MH-JB-2 12.00 25.05 24.39 5.5000 24.000 0.0130 16.90 53.05 0.32 6.25 2.00 1.00 81.00 47 ORR E13098 P-38 Pipe ORR_E13098 CI-22 ORR-E13098-MH-11 31.00 23.03 22.29 2.3900 24.000 0.0130 13.07 34.95 0.37 6.46 2.00 1.00 99.00 48 ORR_E13098_P-39 Pipe ORR_E13098_MH-JB-2 ORR_E13098_MH-11 39.57 17.24 17.12 0.3000 48.000 0.0130 161.54 270.11 0.60 4.64 4.00 1.00 125.00 49 ORR E13098 P-41 Pipe ORR-E13098-MH-JB-3 ORR-E13098-MH-12 122.30 16.79 15.95 0.6900 60.000 0.0130 169.71 549.64 0.31 5.74 5.00 1.00 121.00 50 ORR E13098 P-42 Pipe ORR_E13098 ECI-3 ORR-E13098-MH-13 27.91 22.84 17.93 17.6000 15.000 0.0130 6.94 27.10 0.26 14.69 1.25 1.00 106.00 51ORR_E13098_P-43 Pipe ORR_E13098_MH-12 ORR_E13098_MH-15 119.34 15.95 15.13 0.6900 60.000 0.0130 173.57 549.75 0.32 4.77 5.00 1.00 127.00 52 ORR E13098 P44 Pipe ORR_E13098 ECI-4 ORR E13098 ECI-5 54.31 24.01 23.16 1.5700 15.000 0.0130 9.65 8.08 1.19 9.86 1.25 1.00 99.00 53 ORR E13098 P-45 Pipe ORR_E13098 ECI-5 ORR-E13098-MH-14 19.65 23.16 19.02 21.0700 18.000 0.0130 15.00 48.22 0.31 14.13 1.50 1.00 102.00 54 ORR_E13098_P46 Pipe ORR_E13098_CI-25 ORR_E13098_MH-15 5.00 23.25 22.38 17.4000 18.000 0.0130 6.73 43.82 0.15 9.85 1.50 1.00 100.00 55 ORR E13098 P-47 Pipe ORR-E13098-MH-15 ORR-E13098-MH-16 64.30 15.13 14.69 0.6900 60.000 0.0130 138.10 549.87 0.25 4.30 5.00 1.00 135.00 56 ORR E13098 P-48 Pipe ORR_E13098 CI-26 ORR-E13098-MH-16 24.00 23.95 23.57 1.5800 24.000 0.0130 8.87 28.47 92.00 57 ORR E13098 P-49 Pipe ORR_E13098 ECI-7 ORR-E13098-MH-JB-4 94.12 21.76 18.28 3.7000 18.000 0.0130 23.67 20.20 1.17 13.40 1.50 1.0 125.00 58ORR_E13098_P-50 Pipe ORR_E13098_ECI-6 ORR_E13098_ECI-7 33.16 24.08 23.66 1.2700 15.000 0.0130 10.60 7.27 1.46 ADDENDUM 2.0 110.00 ATTACHMENT 3 SHEET 45 OF 176 Reported Condition SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED Calculated SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED >CAPACITY SURCHARGED Calculated SURCHARGED SURCHARGED Calculated Calculated Calculated Calculated SURCHARGED Calculated SURCHARGED Calculated SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED ADDENDUM 2 ATTACHMENT 3 SHEET 46 OF 176 Link Summary SN Element Element From To(Outlet) Length Inlet Outlet Average Diameter or Manning's Peak Design Flow Peak Flowl Peak Flow Peak Flow Peak Flow Total Time ID Type (Inlet) Node Invert Invert Slope Height Roughness Flow Capacity Design Flow Velocity Depth Depth/ Surcharged Node Elevation Elevation Ratio Total Depth Ratio (ft) (ft) (ft) N (in) (cfs) (cfs) (ft/sec) A (min) 59 ORR E13098 P-51 Pipe ORR-E13098-MH-JB-4 ORR-E13098-MH-JB-5 178.75 14.39 13.04 0.7600 60.000 0.0130 144.22 576.58 0.25 2.88 5.00 1.00 143.00 60 ORR_E13098_P-52 Pipe ORR_E13098_J-11 ORR_E13098_MH-JB-5 15.00 13.50 13.04 3.0700 96.000 0.0130 420.22 1597.22 0.26 8.36 8.00 1.00 125.00 61 ORR E13098 P-55 Pipe ORR-E13098-J-10 ORR E13098 ECI-8 11.42 23.90 23.71 1.6600 15.000 0.0130 2.46 8.33 0.30 5.98 1.25 1.00 97.00 62 ORR E13098 P-57 Pipe ORR_E13098 MH-JB-5 ORR-E13098-J-39 115.92 13.04 12.76 0.2400 99.000 0.0130 387.24 545.21 0.71 6.26 8.25 1.00 124.00 63 ORR_E13098_P-58 Pipe ORR_E13098_MH-18 ORR_E13098_MH-19 259.00 12.38 11.46 0.3600 99.000 0.0130 390.67 661.16 0.59 6.31 8.25 1.00 127.00 64 ORR E13098 P-59 Pipe ORR_E13098 CI-33 ORR-E13098-MH-19 43.00 14.75 12.65 4.8800 24.000 0.0130 10.00 49.99 0.20 5.65 2.00 1.00 167.00 65 ORR E13098 P-60 Pipe ORR_E13098 MH-19 ORR-E13098-J-14 94.92 11.46 11.35 0.1200 99.000 0.0130 390.83 382.76 1.02 6.32 8.25 1.00 133.00 66 ORR_E13098_P-61 Pipe ORR_E13098_J-14 ORR_E13098_J-15 21.31 11.35 11.32 0.1200 99.000 0.0130 390.98 387.49 1.01 6.32 8.25 1.00 131.00 67 ORR E13098 P-62 Pipe ORR-E13098-J-15 ORR-E13098-J-16 20.28 11.32 11.30 0.1200 99.000 0.0130 391.15 381.62 1.02 6.32 8.25 1.00 130.00 68 ORR E13098 P-63 Pipe ORR_E13098 J-16 ORR-E13098-J-17 25.00 11.30 11.27 0.1200 99.000 0.0130 391.33 377.86 1.04 6.32 8.25 1.00 128.00 69 ORR_E13098_P-64 Pipe ORR-E13098-J-17 ORR_E13098_J-18 24.12 11.27 11.24 0.1200 99.000 0.0130 391.52 377.93 1.04 6.33 8.25 1.00 126.00 70 ORR E13098 P-65 Pipe ORR_E13098 J-18 ORR-E13098-J-19 22.93 11.24 11.21 0.1200 99.000 0.0130 391.71 380.63 1.03 6.33 8.25 1.00 124.00 71 ORR E13098 P-66 Pipe ORR-E13098-J-19 ORR-E13098-J-20 33.56 11.21 11.17 0.1200 99.000 0.0130 391.92 383.00 1.02 6.33 8.25 1.00 122.00 72 ORR_E13098_P-67 Pipe ORR_E13098_J-20 ORR_E13098_J-21 105.79 11.17 11.05 0.1200 99.000 0.0130 392.12 382.85 1.02 6.34 8.25 1.00 120.00 73 ORR E13098 P-68 Pipe ORR-E13098-J-21 ORR-E13098-J-22 105.70 11.05 10.92 0.1200 111.000 0.0130 392.39 446.59 0.88 5.66 9.25 1.00 100.00 74 ORR E13098 P-69 Pipe ORR_E13098 J-22 ORR-E13098-J-23 176.14 10.92 10.72 0.1200 120.000 0.0130 392.99 486.12 0.81 5.37 10.00 1.00 74.00 75 ORR_E13098_P-70 Pipe ORR-E13098-J-23 ORR_E13098_J-24 29.23 10.72 10.66 0.1800 120.000 0.0130 393.64 601.04 0.65 5.58 10.00 1.00 71.00 76 ORR E13098 P-71 Pipe ORR_E13098 J-24 ORR-E13098-J-25 341.89 10.66 10.05 0.1800 120.000 0.0130 394.48 604.46 0.65 5.71 10.00 1.00 71.00 77 ORR E13098 P-72 Pipe ORR-E13098-J-25 ORR-E13098-J-26 231.58 10.05 9.63 0.1800 120.000 0.0130 413.42 632.47 0.65 5.56 10.00 1.00 72.00 78 ORR E13098 P-73 Pipe ORR_E13098 J-26 ORR-E13098-J-27 91.08 9.63 9.47 0.1800 120.000 0.0130 414.24 632.02 0.66 5.69 10.00 1.00 70.00 79 ORR_E13098_P-74 Pipe ORR-E13098-J-27 ORR_E13098_J-28 694.53 9.47 8.79 0.1000 120.000 0.0130 426.78 508.32 0.84 5.48 10.00 1.00 70.00 80 ORR E13098 P-75 Pipe ORR_E13098 J-28 ORR-E13098-J-29 801.73 8.79 7.91 0.1100 120.000 0.0130 466.75 535.96 0.87 5.66 10.00 1.00 71.00 81 ORR E13098 P-76 Pipe ORR-E13098-J-29 ORR-E13098-J-30 597.36 7.91 6.84 0.1800 132.000 0.0130 725.88 779.41 0.93 8.00 11.00 1.00 59.00 82 ORR_E13098_P-77 Pipe ORR_E13098_J-30 ORR_E13098_J-31 196.10 6.84 6.49 0.1800 132.000 0.0130 759.81 878.50 0.86 7.67 11.00 1.00 59.00 83 ORR E13098 P-78 Pipe ORR-E13098-J-31 ORR-E13098-J-32 272.17 6.49 6.00 0.1800 132.000 0.0130 744.61 878.56 0.85 7.52 11.00 1.00 55.00 84 ORR E13098 P-79 Pipe ORR_E13098 J-32 ORR-E13098-J-33 49.37 6.00 5.91 0.1800 132.000 0.0130 745.94 879.10 0.85 7.53 11.00 1.00 51.00 85 ORR_E13098_P-80 Pipe ORR-E13098-J-33 ORR_E13098_J-34 304.10 5.91 5.36 0.1800 132.000 0.0130 952.48 911.61 1.04 9.36 11.00 1.00 49.00 86 ORR E13098 P-81 Pipe ORR_E13098 J-34 ORR-E13098-J-35 330.09 5.36 4.77 0.1800 132.000 0.0130 950.49 911.81 1.04 9.34 11.00 1.00 46.00 87 ORR E13098 P-82 Pipe ORR-E13098-J-35 ORR-E13098-J-36 705.02 4.77 3.50 0.1800 132.000 0.0130 948.86 911.93 1.04 9.33 11.00 1.00 43.00 88 ORR_E13098_P-83 Pipe ORR_E13098_J-36 ORR_E13098_J-37 394.15 3.50 2.20 0.3300 132.000 0.0130 987.07 1231.12 0.80 9.70 11.00 1.00 42.00 89 ORR E13098 P-84 Pipe ORR-E13098-J-37 ORR-E13098-J-38 388.65 2.20 0.92 0.3300 132.000 0.0130 1018.44 1235.47 0.82 10.01 11.00 1.00 39.00 90 ORR E13098 P-85 Pipe ORR_E13098 J-38 ORR E13098 Nueces-Bay 295.55 0.92 0.39 0.1800 132.000 0.0130 1018.38 910.23 1.12 10.13 11.00 1.00 0.00 91ORR_E13098_P-86 Pipe ORR-E13098-J-01 ORR_E13098_J-40 11.24 38.35 38.05 2.6700 15.000 0.0130 6.54 10.55 0.62 5.91 1.25 1.00 38.00 92 ORR E13098 P-87 Pipe ORR_E13098 CI-2 ORR-E13098-MH-2 30.00 37.14 36.79 1.1700 18.000 0.0130 5.02 11.35 0.44 3.58 1.50 1.00 43.00 93 ORR E13098 P-88 Pipe ORR_E13098 CI-10 ORR-E13098-MH-5 87.00 36.50 36.00 0.5700 18.000 0.0130 2.37 7.96 0.30 2.97 1.50 1.00 40.00 94 ORR_E13098_P-89 Pipe ORR_E13098_MH-7 ORR_E13098_CI-13 39.69 32.05 31.73 0.8100 42.000 0.0130 76.43 90.34 0.85 7.94 3.50 1.00 44.00 95 ORR E13098 P-90 Pipe ORR-E13098-MH-8 ORR-E13098-CI-17 136.97 30.16 29.62 0.3900 42.000 0.0130 77.35 63.17 1.22 8.52 3.50 1.00 3.00 96 ORR E13098 P-91 Pipe ORR_E13098 CI-18 ORR-E13098-MH-JB-1 15.00 23.24 22.80 2.9300 24.000 0.0130 132.82 193.93 0.68 11.07 2.00 1.00 97.00 97 ORR_E13098_P-92 Pipe ORR_E13098_MH-JB-1 ORR_E13098_MH-10 47.88 22.80 22.08 1.5000 60.000 0.0130 147.08 747.22 0.20 9.86 5.00 1.00 40.00 98 ORR E13098 P-93 Pipe ORR_E13098 MH-10 ORR-E13098-MH-JB-2 323.11 22.08 17.24 1.5000 60.000 0.0130 159.95 745.77 0.21 7.66 5.00 1.00 81.00 99 ORR E13098 P-94 Pipe ORR_E13098 CI-23 ORR-E13098-MH-JB-3 19.00 20.09 19.76 1.7400 18.000 0.0130 8.96 13.84 0.65 5.07 1.50 1.00 118.00 100 ORR_E13098_P-95 Pipe ORR_E13098_MH-13 ORR_E13098_MH-12 21.00 17.93 16.43 7.1400 24.000 0.0130 7.35 60.46 0.12 8.41 2.00 1.00 137.00 101 ORR E13098 P-96 Pipe ORR-E13098-MH-16 ORR-E13098-MH-JB-4 43.80 14.69 14.39 0.6900 60.000 0.0130 138.68 549.79 0.25 3.52 5.00 1.00 140.00 102 ORR E13098 P-97 Pipe ORR_E13098 MH-17 ORR-E13098-MH-JB-5 35.00 17.55 16.51 2.9700 18.000 0.0130 9.43 18.11 0.52 6.15 1.50 1.00 147.00 103 ORR_E13098_P-98 Pipe ORR_E13098_CI-27 ORR_E13098_MH-17 15.00 23.50 19.96 23.6000 18.000 0.0130 5.33 51.03 0.10 8.74 1.50 1.00 99.00 104 ORR E13098 P-99 Pipe ORR_E13098 CI-29 ORR-E13098-MH-17 51.00 23.37 22.29 2.1200 18.000 0.0130 3.54 15.29 0.23 5.20 1.50 1.00 100.00 105 ORR-E13098-L-02 Channel ORR E13098 CI-9 ORR-E13098-CI-6 140.74 42.31 41.94 0.2600 6.000 0.0130 1.29 8.17 0.16 8.85 0.07 0.14 0.00 106 ORR-E13098-L-03 Channel ORR-E13098-CI-17 ORR-E13098-CI-18 439.77 41.20 37.26 0.8900 6.000 0.0130 0.27 15.69 0.02 0.61 0.17 0.34 0.00 107 ORR-E13098-L-04 Channel ORR-E13098-CI-18 ORR-E13098-CI-23 583.00 36.29 28.86 1.2700 6.000 0.0130 4.08 18.99 0.21 4.38 0.19 0.39 0.00 108 ORR-E13098-L-05 Channel ORR-E13098-CI-23 ORR-E13098-CI-26 310.19 28.86 27.82 0.3400 6.000 0.0130 2.63 9.23 0.28 15.60 0.18 0.38 0.00 109 ORR-E13098-L-06 Channel ORR E13098 ECI-5 ORR-E13098-CI-27 315.64 28.16 27.23 0.2900 6.000 0.0130 0.00 9.06 0.00 0.00 0.00 0.01 0.00 110 ORR-E13098-L-07 Channel ORR-E13098-CI-26 ORR-E13098-CI-27 196.00 27.80 27.23 0.2900 6.000 0.0130 0.00 9.25 0.00 0.00 0.00 0.01 0.00 111 ORR-E13098-L-08 Channel ORR-E13098-CI-30 ORR-E13098-CI-32 258.00 26.40 25.80 0.2300 6.000 0.0130 9.83 19.75 0.50 2.20 0.37 0.77 0.00 112 ORR-E13098-L-09 Channel ORR-E13098-MH-2 ORR-E13098-CI-3 158.20 42.97 42.70 0.1700 6.000 0.0130 0.00 7.50 0.00 0.00 0.01 0.03 0.00 113 ORR-E13098-L-10 Channel ORR-E13098-CI-3 ORR-E13098-CI-6 230.62 42.70 42.00 0.3000 6.000 0.0130 0.49 8.27 0.06 5.90 0.03 0.06 0.00 114 ORR E13098 L-11 Channel ORR-E13098-MH-6 ORR-E13098-CI-9 182.61 42.81 42.31 0.2700 6.000 0.0130 0.00 8.34 0.00 115 ORR E13098 L-12 Channel ORR-E13098-CI-24 ORR-E13098-CI-25 243.41 28.86 28.04 0.3400 6.000 0.0130 5.25 8.79 0.60 11.68 0.24 0.4 0.00 116ORR-E13098-L-13 Channel ORR E13098 ECI-7 ORR-E13098-CI-28 247.88 27.91 26.70 0.4900 6.000 0.0130 0.00 23.56 0.00 ADDENDUM 2.3 0.00 ATTACHMENT 3 SHEET 47 OF 176 Reported Condition SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED >CAPACITY SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED ADDENDUM 2 ATTACHMENT 3 SHEET 48 OF 176 Link Summary SN Element Element From To(Outlet) Length Inlet Outlet Average Diameter or Manning's Peak Design Flow Peak Flowl Peak Flow Peak Flow Peak Flow Total Time ID Type (Inlet) Node Invert Invert Slope Height Roughness Flow Capacity Design Flow Velocity Depth Depth/ Surcharged Node Elevation Elevation Ratio Total Depth Ratio (ft) (ft) (ft) N) (in) (cfs) (cfs) (ft/sec) (ft) (min) 117 ORR E13098 L-14 Channel ORR E13098 CI-28 ORR E13098 CI-30 269.69 26.70 26.40 0.1100 6.000 0.0130 12.74 20.72 0.62 5.61 0.36 0.72 0.00 118 ORR E13098 L-15 Channel ORR E13098 CI-19 ORR E13098 CI-20 80.52 37.15 35.40 2.1700 6.000 0.0130 3.31 23.37 0.14 4.45 0.15 0.30 0.00 119 ORR E13098 L-16 Channel ORR E13098 CI-14 ORR E13098 CI-17 160.82 42.40 40.96 0.9000 6.000 0.0130 0.00 12.63 0.00 0.00 0.02 0.04 0.00 120 ORR E13098 L-17 Channel ORR E13098 CI-27 ORR E13098 ECI-8 34.46 27.23 26.86 1.0700 6.000 0.0130 0.05 14.37 0.00 0.00 0.01 0.01 0.00 121 ORR E13098 L-18 Channel ORR E13098 MH-6 ORR E13098 CI-34 212.65 42.81 42.20 0.2900 6.000 0.0130 0.00 5.68 0.00 0.00 0.00 0.01 0.00 122 ORR E13098 L-19 Channel ORR E13098 CI-34 ORR E13098 CI-11 135.33 42.20 42.00 0.1500 6.000 0.0130 0.14 10.07 0.01 0.00 0.01 0.01 0.00 ADDENDUM 2 ATTACHMENT 3 SHEET 49 OF 176 Reported Condition ADDENDUM 2 ATTACHMENT 3 SHEET 50 OF 176 Inlet Summary SN Element Inlet Manufacturer Inlet Number of Catchbasin Max(Rim) Initial Ponded Peak Peak Flow Peak Flow Inlet Allowable Max Gutter Max Gutter ID Manufacturer Part Location Inlets Invert Elevation Water Area Flow Intercepted Bypassing Efficiency Spread Spread Water Elev. Number Elevation Elevation by Inlet during Peak during Peak during Peak Inlet Flow Flow Flow (ft) (ft) (ft) (ft') (cfs) (cfs) (cfs) (%) (ft) (ft) (ft) 1 ORR-E13098-CI-1 FHWA HEC-22 GENERIC NIA On Sag 1 40.37 42.72 40.37 10.00 0.99 NIA NIA NIA 7.00 8.16 42.88 2 ORR_E13098_CI-10 FHWA HEC-22 GENERIC NIA On Sag 1 36.50 42.56 36.50 10.00 1.95 NIA NIA NIA 7.00 12.79 42.82 3 ORR E13098 CI-11 FHWA HEC-22 GENERIC NIA On Sag 1 32.34 42.30 32.34 10.00 0.00 NIA NIA NIA 7.00 0.00 42.30 4 ORR-E13098-CI-12 FHWA HEC-22 GENERIC NIA On Sag 1 37.58 42.23 37.58 10.00 6.43 NIA NIA NIA 7.00 28.03 42.79 5 ORR_E13098_CI-13 FHWA HEC-22 GENERIC NIA On Sag 1 31.73 42.32 31.73 10.00 4.70 NIA NIA NIA 7.00 23.04 42.78 6 ORR E13098 CI-14 FHWA HEC-22 GENERIC NIA On Sag 1 30.23 42.34 30.23 10.00 1.04 NIA NIA NIA 7.00 8.42 42.51 7 ORR E13098 CI-15 FHWA HEC-22 GENERIC NIA On Sag 1 34.09 42.10 34.09 10.00 0.67 NIA NIA NIA 7.00 5.52 42.21 8 ORR-E13098-CI-16 FHWA HEC-22 GENERIC NIA On Sag 1 34.43 41.89 34.43 10.00 3.47 NIA NIA NIA 7.00 18.78 42.27 9 ORR E13098 CI-17 FHWA HEC-22 GENERIC NIA On Grade 1 29.62 41.39 29.62 NIA 0.61 0.31 0.30 50.94 7.00 5.04 41.49 10 ORR E13098 CI-18 FHWA HEC-22 GENERIC NIA On Grade 1 23.24 37.13 23.24 NIA 2.42 0.61 1.81 25.03 7.00 8.79 37.31 11 ORR-E13098-CI-19 FHWA HEC-22 GENERIC NIA On Grade 1 32.08 37.13 32.08 NIA 4.16 0.84 3.32 20.29 7.00 10.81 37.35 12 ORR E13098 CI-2 FHWA HEC-22 GENERIC NIA On Sag 1 37.14 42.77 37.14 10.00 5.42 NIA NIA NIA 7.00 15.95 44.53 13 ORR E13098 CI-20 FHWA HEC-22 GENERIC NIA On Sag 1 25.17 35.29 25.17 10.00 11.52 NIA NIA NIA 7.00 26.23 36.36 14 ORR-E13098-CI-21 FHWA HEC-22 GENERIC NIA On Sag 1 25.05 29.79 25.05 10.00 1.59 NIA NIA NIA 7.00 6.96 29.93 15 ORR E13098 CI-22 FHWA HEC-22 GENERIC NIA On Sag 1 23.03 29.22 23.03 10.00 4.34 NIA NIA NIA 7.00 21.83 29.66 16 ORR E13098 CI-23 FHWA HEC-22 GENERIC NIA On Grade 1 20.09 28.86 20.09 NIA 4.79 2.16 2.63 45.12 7.00 13.24 29.12 17 ORR-E13098-CI-24 FHWA HEC-22 GENERIC NIA On Grade 1 24.93 28.78 24.93 NIA 8.30 3.06 5.25 36.81 7.00 16.28 29.11 18 ORR E13098 CI-25 FHWA HEC-22 GENERIC NIA On Sag 1 23.25 27.96 23.25 10.00 1.35 NIA NIA NIA 7.00 6.22 28.08 19 ORR E13098 CI-26 FHWA HEC-22 GENERIC NIA On Sag 1 23.95 27.74 23.95 10.00 1.40 NIA NIA NIA 7.00 6.40 27.87 20 ORR E13098 CI-27 FHWA HEC-22 GENERIC NIA On Grade 1 23.50 27.14 23.50 NIA 0.67 0.62 0.05 92.44 7.00 6.10 27.26 21 ORR-E13098-CI-28 FHWA HEC-22 GENERIC NIA On Grade 1 24.25 27.09 24.25 NIA 17.43 4.69 12.74 26.90 7.00 21.08 27.51 22 ORR E13098 CI-29 FHWA HEC-22 GENERIC NIA On Sag 1 23.37 27.28 23.37 10.00 1.85 NIA NIA NIA 7.00 7.75 27.44 23 ORR E13098 CI-3 FHWA HEC-22 GENERIC NIA On Grade 1 35.77 42.62 35.77 NIA 1.10 0.61 0.49 55.48 7.00 9.33 42.81 24 ORR_E13098_CI-30 FHWA HEC-22 GENERIC NIA On Sag 1 21.95 26.83 21.95 100.00 4.49 NIA NIA NIA 7.00 14.07 27.11 25 ORR E13098 CI-31 FHWA HEC-22 GENERIC NIA On Sag 1 15.36 26.80 15.36 10.00 4.01 NIA NIA NIA 7.00 13.06 28.27 26 ORR E13098 CI-32 FHWA HEC-22 GENERIC NIA On Sag 1 21.11 26.22 21.11 100.00 9.01 NIA NIA NIA 7.00 22.42 26.67 27 ORR-E13098-CI-33 FHWA HEC-22 GENERIC NIA On Sag 1 14.75 26.19 14.75 10.00 2.96 NIA NIA NIA 7.00 10.67 26.96 28 ORR E13098 CI-34 FHWA HEC-22 GENERIC NIA On Grade 1 32.74 42.54 32.74 NIA 1.79 1.65 0.14 92.28 7.00 8.07 42.79 29 ORR E13098 C14 FHWA HEC-22 GENERIC NIA On Sag 1 37.92 41.75 37.92 10.00 3.92 NIA NIA NIA 7.00 20.40 42.16 30 ORR_E13098_CI-5 FHWA HEC-22 GENERIC NIA On Sag 1 37.34 41.92 37.34 10.00 3.51 NIA NIA NIA 7.00 18.93 42.30 31 ORR E13098 CI-6 FHWA HEC-22 GENERIC NIA On Sag 1 34.94 41.94 34.94 10.00 5.24 NIA NIA NIA 7.00 24.72 42.44 32 ORR E13098 CI-7 FHWA HEC-22 GENERIC NIA On Sag 1 37.48 41.68 37.48 10.00 3.33 NIA NIA NIA 7.00 18.30 42.05 33 ORR-E13098-CI-8 FHWA HEC-22 GENERIC NIA On Sag 1 37.04 41.78 37.04 10.00 3.00 NIA NIA NIA 7.00 17.07 42.12 34 ORR E13098 CI-9 FHWA HEC-22 GENERIC NIA On Grade 1 33.93 42.31 33.93 NIA 2.11 0.82 1.29 38.72 7.00 10.86 42.53 35 ORR E13098 ECI-1 FHWA HEC-22 GENERIC NIA On Sag 1 40.48 43.98 40.48 10.00 0.67 NIA NIA NIA 7.00 5.35 44.09 36 ORR_E13098_ECI-3 FHWA HEC-22 GENERIC NIA On Sag 1 22.84 28.49 22.84 10.00 6.26 NIA NIA NIA 7.00 17.58 30.29 37 ORR E13098 EC14 FHWA HEC-22 GENERIC NIA On Sag 1 24.01 28.11 24.01 10.00 10.88 NIA NIA NIA 7.00 25.35 29.17 38 ORR E13098 ECI-5 FHWA HEC-22 GENERIC NIA On Sag 1 23.16 28.16 23.16 10.00 6.18 NIA NIA NIA 7.00 17.42 30.02 39 ORR_E13098_ECI-6 FHWA HEC-22 GENERIC NIA On Sag 1 24.08 27.83 24.08 10.00 12.76 NIA NIA NIA 7.00 27.90 29.41 40 ORR E13098 ECI-7 FHWA HEC-22 GENERIC NIA On Sag 1 21.76 27.91 21.76 10.00 16.96 NIA NIA NIA 7.00 33.55 29.49 41 ORR E13098 ECI-8 FHWA HEC-22 GENERIC NIA On Sag 1 23.71 26.86 23.71 10.00 0.00 NIA NIA NIA 7.00 0.00 26.86 42 ORR_E13098_ECI-9 FHWA HEC-22 GENERIC NIA On Sag 1 32.68 35.33 32.68 10.00 1.57 NIA NIA NIA 7.00 10.95 35.55 ADDENDUM 2 ATTACHMENT 3 SHEET 51 OF 176 Junction Input SN Element Invert Ground/Rim Ground/Rim Initial Initial Surcharge Surcharge Ponded Minimum ID Elevation (Max) (Max) Water Water Elevation Depth Area Pipe Elevation Offset Elevation Depth Cover (ft) (ft) (ft) (ft) (ft) (ft) (ft) (ft') (in) 1 ORR_E13098_EMH-04 39.45 43.00 3.55 39.45 0.00 100.00 57.00 0.00 0.00 2 ORR_E13098_EMH-06 28.66 36.11 7.45 28.66 0.00 100.00 63.89 100.00 0.00 3 ORR_E13098_J-01 38.35 43.00 4.65 38.35 0.00 0.00 -43.00 0.00 0.00 4 ORR_E13098_J-02 40.49 44.00 3.51 40.49 0.00 100.00 56.00 0.00 0.00 5 ORR_E13098_J-04 37.37 42.00 4.63 37.37 0.00 100.00 58.00 0.00 0.00 6 ORR_E13098_J-05 35.57 42.00 6.43 35.57 0.00 100.00 58.00 0.00 0.00 7 ORR_E13098_J-07 34.22 43.50 9.28 34.22 0.00 100.00 56.50 0.00 0.00 8 ORR_E13098_J-08 31.90 42.50 10.60 31.90 0.00 100.00 57.50 0.00 0.00 9 ORR_E13098_J-10 23.90 27.00 3.10 23.90 0.00 100.00 73.00 100.00 0.00 10 ORR_E13098_J-11 13.50 28.00 14.50 13.50 0.00 100.00 72.00 100.00 0.00 11 ORR_E13098_J-14 11.35 26.00 14.65 11.35 0.00 100.00 74.00 100.00 0.00 12 ORR_E13098_J-15 11.32 26.00 14.68 11.32 0.00 100.00 74.00 100.00 0.00 13 ORR_E13098_J-16 11.30 26.00 14.70 11.30 0.00 100.00 74.00 100.00 0.00 14 ORR_E13098_J-17 11.27 26.00 14.73 11.27 0.00 100.00 74.00 100.00 0.00 15 ORR_E13098_J-18 11.24 26.00 14.76 11.24 0.00 100.00 74.00 100.00 0.00 16 ORR_E13098_J-19 11.21 26.00 14.79 11.21 0.00 100.00 74.00 100.00 0.00 17 ORR_E13098_J-20 11.17 26.00 14.83 11.17 0.00 100.00 74.00 100.00 0.00 18 ORR_E13098_J-21 11.05 26.00 14.95 11.05 0.00 100.00 74.00 500.00 0.00 19 ORR_E13098_J-22 10.92 26.00 15.08 10.92 0.00 100.00 74.00 500.00 0.00 20 ORR_E13098_J-23 10.72 26.00 15.29 10.72 0.00 100.00 74.00 500.00 0.00 21 ORR_E13098_J-24 10.66 26.00 15.34 10.66 0.00 100.00 74.00 500.00 0.00 22 ORR_E13098_J-25 10.05 26.00 15.95 10.05 0.00 100.00 74.00 500.00 0.00 23 ORR_E13098_J-26 9.63 24.00 14.37 9.63 0.00 100.00 76.00 500.00 0.00 24 ORR_E13098_J-27 9.47 24.00 14.53 9.47 0.00 100.00 76.00 500.00 0.00 25 ORR_E13098_J-28 8.79 24.00 15.21 8.79 0.00 100.00 76.00 500.00 0.00 26 ORR_E13098_J-29 7.91 22.00 14.09 7.91 0.00 100.00 78.00 500.00 0.00 27 ORR_E13098_J-30 6.84 19.97 13.13 6.84 0.00 100.00 80.03 500.00 0.00 28 ORR_E13098_J-31 6.49 1930 12.82 6.49 0.00 100.00 80.70 500.00 0.00 29 ORR_E13098_J-32 6.00 18.38 12.38 6.00 0.00 100.00 81.62 500.00 0.00 30 ORR_E13098_J-33 5.91 18.21 12.30 5.91 0.00 100.00 81.79 500.00 0.00 31 ORR_E13098_J-34 5.36 17.18 11.82 5.36 0.00 100.00 82.83 500.00 0.00 32 ORR_E13098_J-35 4.77 16.05 11.29 4.77 0.00 100.00 83.95 500.00 0.00 33 ORR_E13098_J-36 3.50 16.00 12.50 3.50 0.00 100.00 84.00 500.00 0.00 34 ORR_E13098_J-37 2.20 16.00 13.80 2.20 0.00 100.00 84.00 500.00 0.00 35 ORR_E13098_J-38 0.92 16.00 15.08 0.92 0.00 100.00 84.00 500.00 0.00 36 ORR_E13098_J-39 12.76 27.40 14.64 12.76 0.00 0.00 -27.40 0.00 0.00 37 ORR_E13098_J-40 38.05 43.48 5.43 36.58 -1.47 0.00 -43.48 0.00 0.00 38 ORR_E13098_MH-1 36.41 42.85 6.44 36.41 0.00 0.00 -42.85 0.00 0.00 39 ORR_E13098_MH-10 22.08 36.88 14.80 22.08 0.00 100.00 63.12 0.00 0.00 40 ORR_E13098_MH-11 17.12 29.32 12.20 17.12 0.00 100.00 70.68 100.00 0.00 41 ORR_E13098_MH-12 15.95 28.01 12.06 15.95 0.00 0.00 -28.01 0.00 0.00 42 ORR_E13098_MH-13 17.93 28.40 10.47 17.93 0.00 100.00 71.60 10.00 0.00 43 ORR_E13098_MH-14 19.02 28.13 9.11 19.02 0.00 51.39 23.26 100.00 0.00 44 ORR_E13098_MH-15 15.13 27.64 12.51 15.13 0.00 0.00 -27.64 0.00 0.00 45 ORR_E13098_MH-16 14.69 27.78 13.09 14.69 0.00 100.00 72.22 10.00 0.00 46 ORR_E13098_MH-17 17.55 27.08 9.53 17.55 0.00 0.00 -27.08 0.00 0.00 47 ORR_E13098_MH-18 12.38 26.95 14.57 12.38 0.00 0.00 -26.95 0.00 0.00 48 ORR_E13098_MH-19 11.46 26.40 14.94 11.46 0.00 0.00 -26.40 0.00 0.00 49 ORR_E13098_MH-2 36.79 42.77 5.98 36.79 0.00 100.00 57.23 0.00 0.00 50 ORR_E13098_MH-3 37.34 41.59 4.25 37.34 0.00 0.00 -41.59 0.00 0.00 51 ORR_E13098_MH-4 35.54 41.45 5.91 35.54 0.00 0.00 -41.45 0.00 0.00 52 ORR_E13098_MH-5 33.98 42.60 8.62 33.98 0.00 100.00 57.40 100.00 0.00 53 ORR_E13098_MH-6 33.39 42.40 9.01 33.39 0.00 100.00 57.60 0.00 0.00 54 ORR_E13098_MH-7 32.05 41.90 9.85 32.05 0.00 100.00 58.10 0.00 0.00 55 ORR_E13098_MH-8 30.16 41.90 11.74 30.16 0.00 100.00 58.10 0.00 0.00 56 ORR_E13098_MH-9 31.25 41.81 10.56 31.25 0.00 100.00 58.19 0.00 0.00 57 ORR_E13098_MH-JB-1 22.80 36.81 14.01 22.80 0.00 0.00 -36.81 0.00 0.00 58 ORR_E13098_MH-JB-2 17.24 29.53 12.29 17.24 0.00 0.00 -29.53 0.00 0.00 59 ORR_E13098_MH-JB-3 16.79 28.53 11.74 16.79 0.00 100.00 71.47 100.00 0.00 60 ORR_E13098_MH-JB-4 14.39 27.60 13.21 14.39 0.00 100.00 72.40 10.00 0.00 61 ORR_E13098_MH-JB-5 13.04 27.19 14.15 13.04 0.00 0.00 -27.19 0.00 0.00 62 ORR_E13098_Open-Pipe 40.34 43.50 3.16 40.34 0.00 100.00 56.50 500.00 0.00 ADDENDUM 2 ATTACHMENT 3 SHEET 52 OF 176 Junction Results SN Element Peak Peak Max HGL Max HGL Max Min Average HGL Average HGL Time of Time of Total Total Time ID Inflow Lateral Elevation Depth Surcharge Freeboard Elevation Depth Max HGL Peak Flooded Flooded Inflow Attained Attained Depth Attained Attained Attained Occurrence Flooding Volume Attained Occurrence (cfs) (cfs) (ft) (ft) (ft) (ft) (ft) (ft) (days hh:mm) (days hh:mm) (ac-in) (min) 1 ORR_E13098_EMH-04 14.04 14.04 41.69 2.24 0.00 1.31 39.51 0.06 0 01:35 0 0000 0.00 0.00 2 ORR_E13098_EMH-06 35.40 33.36 36.65 7.99 0.54 0.00 28.69 0.03 0 0038 0 0038 0.09 0.00 3 ORR_E13098_J-01 6.56 0.00 42.84 4.49 0.00 0.16 38.40 0.05 0 0040 0 0000 0.00 0.00 4 ORR_E13098_J-02 14.79 14.79 44.85 4.36 0.85 0.00 40.54 0.05 0 0039 0 0000 0.00 0.00 5 ORR_E13098_J-04 4.59 4.59 41.98 4.61 0.00 0.02 37.43 0.06 0 0053 0 0000 0.00 0.00 6 ORR_E13098_J-05 15.69 15.69 41.99 6.42 0.00 0.01 35.67 0.10 0 0053 0 0000 0.00 0.00 7 ORR_E13098_J-07 38.51 38.51 43.80 9.58 0.30 0.00 34.34 0.12 0 0040 0 0000 0.00 0.00 8 ORR_E13098_J-08 31.44 31.44 34.38 2.48 0.00 8.12 31.95 0.05 0 0040 0 0000 0.00 0.00 9 ORR_E13098_J-10 3.43 1.88 27.05 3.15 0.05 0.00 23.98 0.08 0 0036 0 0036 0.01 0.00 10 ORR_E13098_J-11 419.74 419.74 28.54 15.04 0.54 0.00 14.01 0.51 0 01:42 0 0143 0.13 39.00 11 ORR_E13098_J-14 390.83 13.92 26.46 15.11 0.46 0.00 11.89 0.54 0 0047 0 0036 0.36 42.00 12 ORR_E13098_J-15 390.98 0.00 26.52 15.20 0.52 0.00 11.85 0.53 0 0047 0 0037 0.36 39.00 13 ORR_E13098_J-16 391.15 0.00 26.58 15.28 0.58 0.00 11.82 0.52 0 0047 0 0037 0.37 35.00 14 ORR_E13098_J-17 391.33 0.00 26.63 15.36 0.63 0.00 11.78 0.51 0 0047 0 0038 0.37 32.00 15 ORR_E13098_J-18 391.52 0.00 26.68 15.44 0.68 0.00 11.75 0.51 0 0047 0 0038 0.39 28.00 16 ORR_E13098_J-19 391.71 0.00 26.72 15.51 0.72 0.00 11.71 0.50 0 0047 0 0038 0.40 27.00 17 ORR_E13098_J-20 391.92 0.00 26.78 15.61 0.78 0.00 11.66 0.49 0 0047 0 0039 0.40 23.00 18 ORR_E13098_J-21 392.12 0.00 26.82 15.77 0.82 0.00 11.53 0.48 0 0047 0 0039 0.51 21.00 19 ORR_E13098_J-22 392.39 0.00 26.86 15.94 0.86 0.00 11.40 0.48 0 0047 0 0041 0.55 20.00 20 ORR_E13098_J-23 392.99 0.00 26.90 16.18 0.90 0.00 11.20 0.48 0 0047 0 0041 0.59 20.00 21 ORR_E13098_J-24 393.64 0.00 26.93 16.27 0.93 0.00 11.14 0.48 0 0047 0 0040 0.71 20.00 22 ORR_E13098_J-25 412.73 199.89 26.96 16.91 0.96 0.00 10.54 0.49 0 0047 0 0040 0.74 20.00 23 ORR_E13098_J-26 413.42 0.00 26.91 17.28 2.91 0.00 10.13 0.50 0 0047 0 0032 2.27 40.00 24 ORR_E13098_J-27 453.28 207.52 26.87 17.40 2.87 0.00 9.96 0.49 0 0047 0 0037 3.58 39.00 25 ORR_E13098_J-28 515.38 123.73 26.54 17.75 2.54 0.00 9.29 0.50 0 0048 0 0038 4.67 34.00 26 ORR_E13098_J-29 771.43 339.66 26.05 18.14 4.05 0.00 8.43 0.52 0 0048 0 0039 7.05 44.00 27 ORR_E13098_J-30 789.61 148.41 24.69 17.85 4.72 0.00 7.36 0.52 0 0049 0 0033 5.50 48.00 28 ORR_E13098_J-31 759.81 0.00 23.82 17.33 4.52 0.00 6.99 0.50 0 0049 0 0033 3.73 48.00 29 ORR_E13098_J-32 744.61 0.00 22.86 16.86 4.48 0.00 6.50 0.50 0 0049 0 0033 3.69 48.00 30 ORR_E13098_J-33 957.20 245.23 22.17 16.26 3.97 0.00 6.38 0.47 0 0049 0 0040 3.45 46.00 31 ORR_E13098_J-34 952.48 0.00 20.64 15.28 3.46 0.00 5.82 0.46 0 0050 0 0040 3.27 45.00 32 ORR_E13098_J-35 950.49 0.00 19.05 14.28 3.00 0.00 5.20 0.43 0 0050 0 0040 4.37 45.00 33 ORR_E13098_J-36 986.80 63.43 16.74 13.24 0.74 0.00 3.91 0.41 0 0051 0 0043 1.13 27.00 34 ORR_E13098_J-37 1018.45 76.39 14.91 12.71 0.00 1.09 2.62 0.42 0 0052 0 0000 0.00 0.00 35 ORR_E13098_J-38 1018.44 0.00 13.66 12.74 0.00 2.34 1.34 0.42 0 0041 0 0000 0.00 0.00 36 ORR_E13098_J-39 387.24 0.00 27.00 14.24 0.00 0.40 13.27 0.51 0 0043 0 0000 0.00 0.00 37 ORR_E13098_J-40 16.56 0.00 42.65 4.60 0.00 0.83 38.10 0.05 0 0040 0 0000 0.00 0.00 38 ORR_E13098_MH-1 20.33 0.00 42.52 6.11 0.00 0.33 36.49 0.08 0 0040 0 0000 0.00 0.00 39 ORR_E13098_MH-10 197.16 0.00 29.60 7.52 0.00 7.28 22.24 0.16 0 0039 0 0000 0.00 0.00 40 ORR_E13098_MH-11 164.48 0.00 28.72 11.60 0.00 0.60 17.45 0.33 0 0039 0 0000 0.00 0.00 41 ORR_E13098_MH-12 173.38 0.00 28.01 12.06 0.00 0.00 16.33 0.38 0 0037 0 0037 0.00 0.00 42 ORR_E13098_MH-13 6.94 0.00 28.14 10.21 0.00 0.26 18.22 0.29 0 0038 0 0000 0.00 0.00 43 ORR_E13098_MH-14 15.00 0.00 27.94 8.92 0.00 0.19 19.27 0.25 0 0041 0 0000 0.00 0.00 44 ORR_E13098_MH-15 184.84 0.00 27.64 12.51 0.00 0.00 15.54 0.41 0 0037 0 0039 6.05 16.00 45 ORR_E13098_MH-16 138.56 0.00 27.56 12.87 0.00 0.22 15.12 0.43 0 0042 0 0000 0.00 0.00 46 ORR_E13098_MH-17 13.43 0.00 27.08 9.53 0.00 0.00 17.85 0.30 0 0034 0 0034 0.02 3.00 47 ORR_E13098_MH-18 390.56 0.00 26.75 14.37 0.00 0.20 12.89 0.51 0 0050 0 0000 0.00 0.00 48 ORR_E13098_MH-19 390.68 0.00 26.40 14.94 0.00 0.00 12.00 0.54 0 0037 0 0052 105.72 38.00 49 ORR_E13098_MH-2 5.02 0.00 42.57 5.78 0.00 0.90 36.86 0.07 0 0030 0 0000 0.00 0.00 50 ORR_E13098_MH-3 17.56 0.00 41.59 4.25 0.00 0.00 37.40 0.06 0 0025 0 0030 5.55 30.00 51 ORR_E13098_MH-4 19.14 0.00 41.45 5.91 0.00 0.00 35.64 0.10 0 0026 0 0041 5.01 30.00 52 ORR_E13098_MH-5 40.08 0.00 42.50 8.52 0.00 0.10 34.10 0.12 0 0042 0 0000 0.00 0.00 53 ORR_E13098_MH-6 70.14 0.00 41.37 7.98 0.00 1.94 33.51 0.12 0 0042 0 0000 0.00 0.00 54 ORR_E13098_MH-7 72.07 0.00 38.87 6.82 0.00 3.03 32.18 0.13 0 0040 0 0000 0.00 0.00 55 ORR_E13098_MH-8 76.71 0.00 34.65 4.49 0.00 7.25 30.26 0.10 0 0041 0 0000 0.00 0.00 56 ORR_E13098_MH-9 31.44 0.00 33.95 2.70 0.00 7.86 31.29 0.04 0 0040 0 0000 0.00 0.00 57 ORR_E13098_MH-JB-1 159.85 0.00 30.02 7.22 0.00 6.79 22.94 0.14 0 0039 0 0000 0.00 0.00 58 ORR_E13098_MH-JB-2 161.05 0.00 29.03 11.79 0.00 0.50 17.57 0.33 0 0039 0 0000 0.00 0.00 59 ORR_E13098_MH-JB-3 169.20 0.00 28.34 11.55 0.00 0.19 17.13 0.34 0 0038 0 0000 0.00 0.00 60 ORR_E13098_MH-JB-4 144.24 0.00 27.46 13.07 0.00 0.14 14.83 0.44 0 0048 0 0000 0.00 0.00 61 ORR_E13098_MH-JB-5 458.17 0.00 27.19 14.15 0.00 0.00 13.55 0.51 0 0037 0 01:15 109.40 76.00 62 ORR_E13098_Open-Pipe 7.30 7.30 44.86 4.52 1.36 0.00 40.38 0.04 0 0034 0 0026 0.21 24.00 ADDENDUM 2 ATTACHMENT 3 SHEET 53 OF 176 Channel Input SN Element Length Inlet Inlet Outlet Outlet Total Average Shape Height Width Manning's Entrance Exit/Bend Additional Initial Flap ID Invert Invert Invert Invert Drop Slope Roughness Losses Losses Losses Flow Gate Elevation Offset Elevation Offset (ft) (ft) (ft) (ft) (ft) (ft) (%) (ft) (ft) (cfs) 1 ORR_E13098_L-02 140.74 42.31 8.38 41.94 7.00 0.37 0.2600 Rectangular 0.500 5.000 0.0130 0.2000 0.5000 0.0000 0.00 No 2 ORR_E13098_L-03 439.77 41.20 11.58 37.26 14.02 3.93 0.8900 Rectangular 0.500 5.000 0.0130 0.2000 0.5000 0.0000 0.00 No 3 ORR_E13098_L-04 583.00 36.29 13.05 28.86 8.77 7.43 1.2700 Rectangular 0.500 5.000 0.0130 0.2000 0.5000 0.0000 0.00 No 4 ORR_E13098_L-05 310.19 28.86 8.77 27.82 3.87 1.04 0.3400 Rectangular 0.500 5.000 0.0130 0.2000 0.5000 0.0000 0.00 No 5 ORR_E13098_L-06 315.64 28.16 5.00 27.23 3.73 0.93 0.2900 Rectangular 0.500 5.000 0.0130 0.2000 0.5000 0.0000 0.00 No 6 ORR_E13098_L-07 196.00 27.80 3.85 27.23 3.73 0.57 0.2900 Rectangular 0.500 5.000 0.0130 0.2000 0.5000 0.0000 0.00 No 7 ORR_E13098_L-08 258.00 26.40 4.45 25.80 4.69 0.60 0.2300 Rectangular 0.500 12.000 0.0130 0.2000 0.5000 0.0000 0.00 No 8 ORR_E13098_L-09 158.20 42.97 6.18 42.70 6.93 0.27 0.1700 Rectangular 0.500 5.000 0.0130 0.2000 0.5000 0.0000 0.00 No 9 ORR_E13098_L-10 230.62 42.70 6.93 42.00 7.06 0.70 0.3000 Rectangular 0.500 5.000 0.0130 0.2000 0.5000 0.0000 0.00 No 10 ORR_E13098_L-11 182.61 42.81 9.42 42.31 8.38 0.50 0.2700 Rectangular 0.500 5.000 0.0130 0.2000 0.5000 0.0000 0.00 No 11 ORR_E13098_L-12 243.41 28.86 3.93 28.04 4.79 0.82 0.3400 Rectangular 0.500 5.000 0.0130 0.2000 0.5000 0.0000 0.00 No 12 ORR_E13098_L-13 247.88 27.91 6.15 26.70 2.45 1.21 0.4900 Rectangular 0.500 12.000 0.0130 0.2000 0.5000 0.0000 0.00 No 13 ORR_E13098_L-14 269.69 26.70 2.45 26.40 4.45 0.30 0.1100 Rectangular 0.500 12.000 0.0130 0.2000 0.5000 0.0000 0.00 No 14 ORR_E13098_L-15 80.52 37.15 5.07 35.40 10.23 1.75 2.1700 Rectangular 0.500 5.000 0.0130 0.2000 0.5000 0.0000 0.00 No 15 ORR_E13098_L-16 160.82 42.40 12.17 40.96 11.34 1.44 0.9000 Rectangular 0.500 5.000 0.0130 0.2000 0.5000 0.0000 0.00 No 16 ORR_E13098_L-17 34.46 27.23 3.73 26.86 3.15 0.37 1.0700 Rectangular 0.500 5.000 0.0130 0.2000 0.5000 0.0000 0.00 No 17 ORR_E13098_L-18 212.65 42.81 9.42 42.20 9.46 0.61 0.2900 Rectangular 0.500 5.000 0.0130 0.2000 0.5000 0.0000 0.00 No 18 ORR_E13098_L-19 135.33 42.20 9.46 42.00 9.66 0.20 0.1500 Rectangular 0.500 5.000 0.0130 0.2000 0.5000 0.0000 0.00 No ADDENDUM 2 ATTACHMENT 3 SHEET 54 OF 176 Channel Results SN Element Peak Time of Design Flow Peak Flow/ Peak Flow Travel Peak Flow Peak Flow Total Time Froude Reported ID Flow Peak Flow Capacity Design Flow Velocity Time Depth Depth/ Surcharged Number Condition Occurrence Ratio Total Depth Ratio (cfs) (days hh:mm) (cfs) (ft/sec) (min) (ft) (min) 1 ORR_E13098_L-02 1.29 0 0030 8.17 0.16 8.85 0.27 0.07 0.14 0.00 2 ORR_E13098_L-03 0.27 0 0032 15.69 0.02 0.61 12.02 0.17 0.34 0.00 3 ORR_E13098_L-04 4.08 0 0039 18.99 0.21 4.38 2.22 0.19 0.39 0.00 4 ORR_E13098_L-05 2.63 0 0039 9.23 0.28 15.60 0.33 0.18 0.38 0.00 5 ORR_E13098_L-06 0.00 0 0000 9.06 0.00 0.00 0.00 0.01 0.00 6 ORR_E13098_L-07 0.00 0 0000 9.25 0.00 0.00 0.00 0.01 0.00 7 ORR_E13098_L-08 9.83 0 01:08 19.75 0.50 2.20 1.95 0.37 0.77 0.00 8 ORR_E13098_L-09 0.00 0 0000 7.50 0.00 0.00 0.01 0.03 0.00 9 ORR_E13098_L-10 0.49 0 0030 8.27 0.06 5.90 0.65 0.03 0.06 0.00 10 ORR_E13098_L-11 0.00 0 0000 8.34 0.00 0.00 0.03 0.07 0.00 11 ORR_E13098_L-12 5.25 0 0030 8.79 0.60 11.68 0.35 0.24 0.48 0.00 12 ORR_E13098_L-13 0.00 0 0000 23.56 0.00 0.00 0.20 0.39 0.00 13 ORR_E13098_L-14 12.74 0 01:07 20.72 0.62 5.61 0.80 0.36 0.72 0.00 14 ORR_E13098_L-15 3.31 0 0030 23.37 0.14 4.45 0.30 0.15 0.30 0.00 15 ORR_E13098_L-16 0.00 0 0000 12.63 0.00 0.00 0.02 0.04 0.00 16 ORR_E13098_L-17 0.05 0 0030 14.37 0.00 0.00 0.01 0.01 0.00 17 ORR_E13098_L-18 0.00 0 0000 5.68 0.00 0.00 0.00 0.01 0.00 18 ORR E13098 L-19 0.14 0 0030 10.07 0.01 0.00 0.01 0.01 0.00 ADDENDUM 2 ATTACHMENT 3 SHEET 55 OF 176 Pipe Input SN Element Length Inlet Inlet Outlet Outlet Total Average Pipe Pipe Pipe Manning's Entrance Exit/Bend Additional Initial Flap ID Invert Invert Invert Invert Drop Slope Shape Diameter or Width Roughness Losses Losses Losses Flow Gate Elevation Offset Elevation Offset Height (ft) (ft) (ft) (ft) (ft) (ft) N (in) (in) (cfs) 1 ORR_E13098_L-01 9.00 24.93 0.00 23.19 6.40 1.74 19.3300 CIRCULAR 18.000 18.000 0.0130 0.2000 0.6000 0.0000 0.00 No 2 ORR_E13098_L-22 42.00 15.36 0.00 14.19 1.81 1.17 2.7900 CIRCULAR 24.000 24.000 0.0130 0.2000 0.6000 0.0000 0.00 No 3 ORR_E13098_P-01 184.00 40.34 0.00 38.35 0.00 1.99 1.0800 CIRCULAR 15.000 15.000 0.0130 0.2000 0.8000 0.0000 0.00 No 4 ORR_E13098_P-02 17.49 40.37 0.00 38.35 0.00 2.02 11.5500 CIRCULAR 15.000 15.000 0.0130 0.2000 0.5000 0.0000 0.00 No 5 ORR_E13098_P-03 50.97 40.48 0.00 38.05 0.00 2.43 4.7700 CIRCULAR 18.000 18.000 0.0130 0.2000 0.9000 0.0000 0.00 No 6 ORR_E13098_P-04 4.82 40.49 0.00 40.48 0.00 0.01 0.2100 CIRCULAR 18.000 18.000 0.0130 0.2000 0.5000 0.0000 0.00 No 7 ORR_E13098_P-05 41.58 38.05 0.00 36.41 0.00 1.64 3.9400 CIRCULAR 30.000 30.000 0.0130 0.2000 0.6000 0.0000 0.00 No 8 ORR_E13098_P-06 40.00 36.79 0.00 36.41 0.00 0.38 0.9500 CIRCULAR 18.000 18.000 0.0130 0.2000 0.6000 0.0000 0.00 No 9 ORR_E13098_P-07 160.54 36.41 0.00 35.77 0.00 0.64 0.4000 CIRCULAR 30.000 30.000 0.0130 0.2000 0.5000 0.0000 0.00 No 10 ORR_E13098_P-08 84.07 37.34 0.00 35.87 0.10 1.47 1.7500 CIRCULAR 24.000 24.000 0.0130 0.2000 0.6000 0.0000 0.00 No 11 ORR_E13098_P-09 9.00 37.34 0.00 37.34 0.00 0.00 0.0000 CIRCULAR 24.000 24.000 0.0130 0.2000 0.8000 0.0000 0.00 No 12 ORR_E13098_P-10 20.00 37.92 0.00 37.34 0.00 0.58 2.9000 CIRCULAR 24.000 24.000 0.0130 0.2000 0.5000 0.0000 0.00 No 13 ORR_E13098_P-100 16.30 23.71 0.00 19.96 2.41 3.75 23.0100 CIRCULAR 18.000 18.000 0.0130 0.2000 1.0000 0.0000 0.00 No 14 ORR_E13098_P-102 13.00 34.09 0.00 33.68 3.52 0.41 3.1500 CIRCULAR 18.000 18.000 0.0130 0.2000 0.6000 0.0000 0.00 No 15 ORR_E13098_P-103 27.00 19.02 0.00 16.48 1.35 2.54 9.4100 CIRCULAR 18.000 18.000 0.0130 0.2000 0.6000 0.0000 0.00 No 16 ORR_E13098_P-104 129.77 32.74 0.00 32.34 0.00 0.40 0.3100 CIRCULAR 42.000 42.000 0.0130 0.2000 0.5000 0.0000 0.00 No 17 ORR_E13098_P-105 6.00 21.11 0.00 20.95 9.49 0.16 2.6700 CIRCULAR 24.000 24.000 0.0130 0.2000 0.6000 0.0000 0.00 No 18 ORR_E13098_P-106 8.00 21.95 0.00 21.78 9.40 0.17 2.1200 CIRCULAR 24.000 24.000 0.0130 0.2000 0.6000 0.0000 0.00 No 19 ORR_E13098_P-107 4.00 24.25 0.00 24.00 10.96 0.25 6.2500 CIRCULAR 24.000 24.000 0.0130 0.2000 0.6000 0.0000 0.00 No 20 ORR_E13098_P-108 109.33 17.12 0.00 16.79 0.00 0.33 0.3000 Rectangular 48.000 60.000 0.0130 0.2000 0.5000 0.0000 0.00 No 21 ORR_E13098_P-109 155.08 12.76 0.00 12.38 0.00 0.38 0.2500 Rectangular 99.000 90.000 0.0130 0.2000 0.5000 0.0000 0.00 No 22 ORR_E13098_P-11 15.61 37.37 0.00 37.34 0.00 0.03 0.1900 CIRCULAR 18.000 18.000 0.0130 0.2000 0.8000 0.0000 0.00 No 23 ORR_E13098_P-12 227.23 35.77 0.00 34.94 0.00 0.83 0.3700 CIRCULAR 30.000 30.000 0.0130 0.2000 0.5000 0.0000 0.00 No 24 ORR_E13098_P-14 82.72 35.54 0.00 34.99 0.05 0.55 0.6600 CIRCULAR 24.000 24.000 0.0130 0.2000 0.6000 0.0000 0.00 No 25 ORR_E13098_P-15 9.00 37.04 0.00 36.99 1.45 0.05 0.5600 CIRCULAR 24.000 24.000 0.0130 0.2000 1.0000 0.0000 0.00 No 26 ORR_E13098_P-16 20.00 37.48 0.00 36.59 1.05 0.89 4.4500 CIRCULAR 24.000 24.000 0.0130 0.2000 1.0000 0.0000 0.00 No 27 ORR_E13098_P-17 12.53 35.57 0.00 35.54 0.00 0.03 0.2000 CIRCULAR 24.000 24.000 0.0130 0.2000 1.0000 0.0000 0.00 No 28 ORR_E13098_P-18 138.95 34.94 0.00 33.93 0.00 1.01 0.7300 CIRCULAR 36.000 36.000 0.0130 0.2000 0.5000 0.0000 0.00 No 29 ORR_E13098_P-19 178.00 33.93 0.00 33.39 0.00 0.54 0.3000 CIRCULAR 42.000 42.000 0.0130 0.2000 0.5000 0.0000 0.00 No 30 ORR_E13098_P-20 43.85 33.98 0.00 33.91 0.52 0.07 0.1600 CIRCULAR 30.000 30.000 0.0130 0.2000 0.6000 0.0000 0.00 No 31 ORR_E13098_P-21 69.07 34.22 0.00 34.08 0.10 0.14 0.2000 CIRCULAR 30.000 30.000 0.0130 0.2000 0.5000 0.0000 0.00 No 32 ORR_E13098_P-22 207.58 33.39 0.00 32.74 0.00 0.65 0.3100 CIRCULAR 42.000 42.000 0.0130 0.2000 0.5000 0.0000 0.00 No 33 ORR_E13098_P-23 224.34 39.45 0.00 39.00 6.66 0.45 0.2000 CIRCULAR 24.000 24.000 0.0130 0.2000 0.5000 0.0000 0.00 No 34 ORR_E13098_P-24 34.89 32.34 0.00 32.05 0.00 0.29 0.8300 CIRCULAR 42.000 42.000 0.0130 0.2000 0.5000 0.0000 0.00 No 35 ORR_E13098_P-25 34.00 37.58 0.00 36.73 4.68 0.85 2.5000 CIRCULAR 18.000 18.000 0.0130 0.2000 0.6000 0.0000 0.00 No 36 ORR_E13098_P-26 420.32 31.73 0.00 30.23 0.00 1.50 0.3600 CIRCULAR 42.000 42.000 0.0130 0.2000 0.5000 0.0000 0.00 No 37 ORR_E13098_P-27 17.63 30.23 0.00 30.16 0.00 0.07 0.4000 CIRCULAR 42.000 42.000 0.0130 0.2000 0.5000 0.0000 0.00 No 38 ORR_E13098_P-28 42.42 31.25 0.00 29.62 0.00 1.63 3.8400 CIRCULAR 36.000 36.000 0.0130 0.2000 0.6000 0.0000 0.00 No 39 ORR_E13098_P-29 48.00 34.43 0.00 31.50 0.25 2.93 6.1000 CIRCULAR 24.000 24.000 0.0130 0.2000 0.6000 0.0000 0.00 No 40 ORR_E13098_P-30 91.02 31.90 0.00 31.25 0.00 0.65 0.7100 CIRCULAR 36.000 36.000 0.0130 0.2000 0.5000 0.0000 0.00 No 41 ORR_E13098_P-31 439.63 29.62 0.00 25.17 1.93 4.45 1.0100 CIRCULAR 48.000 48.000 0.0130 0.2000 0.5000 0.0000 0.00 No 42 ORR_E13098_P-32 83.83 28.66 0.00 23.24 0.00 5.42 6.4700 CIRCULAR 33.000 33.000 0.0130 0.2000 0.9000 0.0000 0.00 No 43 ORR_E13098_P-33 5.00 32.08 0.00 30.73 7.93 1.35 27.0000 CIRCULAR 18.000 18.000 0.0130 0.2000 0.5000 0.0000 0.00 No 44 ORR_E13098_P-34 23.00 25.17 0.00 24.53 2.45 0.64 2.7800 CIRCULAR 18.000 18.000 0.0130 0.2000 0.6000 0.0000 0.00 No 45 ORR_E13098_P-35 29.00 32.68 0.00 32.44 7.27 0.24 0.8300 CIRCULAR 18.000 18.000 0.0130 0.2000 0.8000 0.0000 0.00 No 46 ORR_E13098_P-37 12.00 25.05 0.00 24.39 7.15 0.66 5.5000 CIRCULAR 24.000 24.000 0.0130 0.2000 0.6000 0.0000 0.00 No 47 ORR_E13098_P-38 31.00 23.03 0.00 22.29 5.17 0.74 2.3900 CIRCULAR 24.000 24.000 0.0130 0.2000 0.6000 0.0000 0.00 No 48 ORR_E13098_P-39 39.57 17.24 0.00 17.12 0.00 0.12 0.3000 Rectangular 48.000 60.000 0.0130 0.2000 0.5000 0.0000 0.00 No 49 ORR_E13098_P-41 122.30 16.79 0.00 15.95 0.00 0.84 0.6900 Rectangular 60.000 60.000 0.0130 0.2000 0.5000 0.0000 0.00 No 50 ORR_E13098_P-42 27.91 22.84 0.00 17.93 0.00 4.91 17.6000 CIRCULAR 15.000 15.000 0.0130 0.2000 0.5000 0.0000 0.00 No 51 ORR_E13098_P-43 119.34 15.95 0.00 15.13 0.00 0.82 0.6900 Rectangular 60.000 60.000 0.0130 0.2000 0.5000 0.0000 0.00 No 52 ORR_E13098_P-44 54.31 24.01 0.00 23.16 0.00 0.85 1.5700 CIRCULAR 15.000 15.000 0.0130 0.2000 0.5000 0.0000 0.00 No 53 ORR_E13098_P-45 19.65 23.16 0.00 19.02 0.00 4.14 21.0700 CIRCULAR 18.000 18.000 0.0130 0.2000 0.5000 0.0000 0.00 No 54 ORR_E13098_P-46 5.00 23.25 0.00 22.38 7.25 0.87 17.4000 CIRCULAR 18.000 18.000 0.0130 0.2000 0.6000 0.0000 0.00 No 55 ORR_E13098_P-47 64.30 15.13 0.00 14.69 0.00 0.44 0.6900 Rectangular 60.000 60.000 0.0130 0.2000 0.5000 0.0000 0.00 No 56 ORR_E13098_P-48 24.00 23.95 0.00 23.57 8.88 0.38 1.5800 CIRCULAR 24.000 24.000 0.0130 0.2000 0.6000 0.0000 0.00 No 57 ORR_E13098_P-49 94.12 21.76 0.00 18.28 3.89 3.48 3.7000 CIRCULAR 18.000 18.000 0.0130 0.2000 0.6000 0.0000 0.00 No 58 ORR_E13098_P-50 33.16 24.08 0.00 23.66 1.90 0.42 1.2700 CIRCULAR 15.000 15.000 0.0130 0.2000 0.8000 0.0000 0.00 No 59 ORR_E13098_P-51 178.75 14.39 0.00 13.04 0.00 1.35 0.7600 Rectangular 60.000 60.000 0.0130 0.2000 1.0000 0.0000 0.00 No 60 ORR_E13098_P-52 15.00 13.50 0.00 13.04 0.00 0.46 3.0700 CIRCULAR 96.000 96.000 0.0130 0.2000 1.0000 0.0000 0.00 No 61 ORR_E13098_P-55 11.42 23.90 0.00 23.71 0.00 0.19 1.6600 CIRCULAR 15.000 15.000 0.0130 0.2000 0.5000 0.0000 0.00 No 62 ORR_E13098_P-57 115.92 13.04 0.00 12.76 0.00 0.28 0.2400 Rectangular 99.000 90.000 0.0130 0.2000 0.5000 0.0000 0.00 No 63 ORR_E13098_P-58 259.00 12.38 0.00 11.46 0.00 0.92 0.3600 Rectangular 99.000 90.000 0.0130 0.2000 0.5000 0.0000 0.00 No 64 ORR_E13098_P-59 43.00 14.75 0.00 12.65 1.19 2.10 4.8800 CIRCULAR 24.000 24.000 0.0130 0.2000 0.6000 0.0000 0.00 No 65 ORR_E13098_P-60 94.92 11.46 0.00 11.35 0.00 0.11 0.1200 Rectangular 99.000 90.000 0.0130 0.2000 0.5000 0.0000 0.00 No 66 ORR_E13098_P-61 21.31 11.35 0.00 11.32 0.00 0.03 0.1200 Rectangular 99.000 90.000 0.0130 0.2000 0.5000 0.0000 0.00 No 67 ORR_E13098_P-62 20.28 11.32 0.00 11.30 0.00 0.02 0.1200 Rectangular 99.000 90.000 0.0130 0.2000 0.5000 0.0000 0.00 No 68 ORR_E13098_P-63 25.00 11.30 0.00 11.27 0.00 0.03 0.1200 Rectangular 99.000 90.000 0.0130 0.2000 0.5000 0.0000 0.00 No 69 ORR_E13098_P-64 24.12 11.27 0.00 11.24 0.00 0.03 0.1200 Rectangular 99.000 90.000 0.0130 0.2000 0.5000 0.0000 0.00 No 70 ORR_E13098_P-65 22.93 11.24 0.00 11.21 0.00 0.03 0.1200 Rectangular 99.000 90.000 0.0130 0.2000 0.5000 0.0000 0.00 No 71 ORR_E13098_P-66 33.56 11.21 0.00 11.17 0.00 0.04 0.1200 Rectangular 99.000 90.000 0.0130 0.2000 0.5000 0.0000 0.00 No 72 ORR_E13098_P-67 105.79 11.17 0.00 11.05 0.00 0.13 0.1200 Rectangular 99.000 90.000 0.0130 0.2000 0.5000 0.0000 0.00 No 73 ORR_E13098_P-68 105.70 11.05 0.00 10.92 0.00 0.13 0.1200 Rectangular 111.000 90.000 0.0130 0.2000 0.5000 0.0000 0.00 No 74 ORR_E13098_P-69 176.14 10.92 0.00 10.72 0.00 0.21 0.1200 Rectangular 120.000 90.000 0.0130 0.2000 0.6000 0.0000 0.00 No 75 ORR_E13098_P-70 29.23 10.72 0.00 10.66 0.00 0.05 0.1800 Rectangular 120.000 90.000 0.0130 0.2000 0.6000 0.0000 0.00 No 76 ORR_E13098_P-71 341.89 10.66 0.00 10.05 0.00 0.62 0.1800 Rectangular 120.000 90.000 0.0130 0.2000 0.5000 0.0000 0.00 No 77 ORR_E13098_P-72 231.58 10.05 0.00 9.63 0.00 0.42 0.1800 Rectangular 120.000 93.000 0.0130 0. No 78 ORR_E13098_P-73 91.08 9.63 0.00 9.47 0.00 0.16 0.1800 Rectangular 120.000 93.000 0.0130 0. 000 0.5000 0.0000 0.0 No 79 ORR_E13098_P-74 694.53 9.47 0.00 8.79 0.00 0.68 0.1000 Rectangular 120.000 99.000 0.0130 01000 No 9 _O No 80 ORR_E13098_P-75 801.73 8.79 0.00 7.91 0.00 0.87 0.1100 Rectangular 120.000 99.000 0.0130 0. 000 0O(�7 81 ORR_E13098_P-76 597.36 7.91 0.00 6.84 0.00 1.08 0.1800 Rectangular 132.000 99.000 0.0130 0. OOATTAM NMNT .O No 82 ORR_E13098_P-77 196.10 6.84 0.00 6.49 0.00 035 0.1800 Rectangular 132.000 108.000 0.0130 d,90P7&0 No No.of Barrels 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 2 1 2 1 1 1 2 1 1 1 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ADDENDUM 2 1 ATTACHMENT 3 1 SHEET 57 OF 176 Pipe Input SN Element Length Inlet Inlet Outlet Outlet Total Average Pipe Pipe Pipe Manning's Entrance Exit/Bend Additional Initial Flap ID Invert Invert Invert Invert Drop Slope Shape Diameter or Width Roughness Losses Losses Losses Flow Gate Elevation Offset Elevation Offset Height (ft) (ft) (ft) (ft) (ft) (ft) N (in) (in) (cfs) 83 ORR_E13098_P-78 272.17 6.49 0.00 6.00 0.00 0.49 0.1800 Rectangular 132.000 108.000 0.0130 0.2000 0.5000 0.0000 0.00 No 84 ORR_E13098_P-79 49.37 6.00 0.00 5.91 0.00 0.09 0.1800 Rectangular 132.000 108.000 0.0130 0.2000 0.5000 0.0000 0.00 No 85 ORR_E13098_P-80 304.10 5.91 0.00 5.36 0.00 0.55 0.1800 Rectangular 132.000 111.000 0.0130 0.2000 0.5000 0.0000 0.00 No 86 ORR_E13098_P-81 330.09 5.36 0.00 4.77 0.00 0.59 0.1800 Rectangular 132.000 111.000 0.0130 0.2000 0.5000 0.0000 0.00 No 87 ORR_E13098_P-82 705.02 4.77 0.00 3.50 0.00 1.27 0.1800 Rectangular 132.000 111.000 0.0130 0.2000 0.5000 0.0000 0.00 No 88 ORR_E13098_P-83 394.15 3.50 0.00 2.20 0.00 1.29 0.3300 Rectangular 132.000 111.000 0.0130 0.2000 0.5000 0.0000 0.00 No 89 ORR_E13098_P-84 388.65 2.20 0.00 0.92 0.00 1.28 0.3300 Rectangular 132.000 111.000 0.0130 0.2000 0.5000 0.0000 0.00 No 90 ORR_E13098_P-85 295.55 0.92 0.00 0.39 0.00 0.53 0.1800 Rectangular 132.000 111.000 0.0130 0.2000 0.5000 0.0000 0.00 No 91 ORR_E13098_P-86 11.24 38.35 0.00 38.05 0.00 0.30 2.6700 CIRCULAR 15.000 15.000 0.0130 0.2000 0.9000 0.0000 0.00 No 92 ORR_E13098_P-87 30.00 37.14 0.00 36.79 0.00 0.35 1.1700 CIRCULAR 18.000 18.000 0.0130 0.2000 0.8000 0.0000 0.00 No 93 ORR_E13098_P-88 87.00 36.50 0.00 36.00 2.02 0.50 0.5700 CIRCULAR 18.000 18.000 0.0130 0.2000 0.6000 0.0000 0.00 No 94 ORR_E13098_P-89 39.69 32.05 0.00 31.73 0.00 0.32 0.8100 CIRCULAR 42.000 42.000 0.0130 0.2000 0.5000 0.0000 0.00 No 95 ORR_E13098_P-90 136.97 30.16 0.00 29.62 0.00 0.54 0.3900 CIRCULAR 42.000 42.000 0.0130 0.2000 0.5000 0.0000 0.00 No 96 ORR_E13098_P-91 15.00 23.24 0.00 22.80 0.00 0.44 2.9300 Rectangular 24.000 72.000 0.0130 0.2000 0.8000 0.0000 0.00 No 97 ORR_E13098_P-92 47.88 22.80 0.00 22.08 0.00 0.72 1.5000 Rectangular 60.000 96.000 0.0130 0.2000 0.5000 0.0000 0.00 No 98 ORR_E13098_P-93 323.11 22.08 0.00 17.24 0.00 4.84 1.5000 Rectangular 60.000 96.000 0.0130 0.2000 0.5000 0.0000 0.00 No 99 ORR_E13098_P-94 19.00 20.09 0.00 19.76 2.97 0.33 1.7400 CIRCULAR 18.000 18.000 0.0130 0.2000 0.6000 0.0000 0.00 No 100 ORR_E13098_P-95 21.00 17.93 0.00 16.43 0.48 1.50 7.1400 CIRCULAR 24.000 24.000 0.0130 0.2000 0.6000 0.0000 0.00 No 101 ORR_E13098_P-96 43.80 14.69 0.00 14.39 0.00 0.30 0.6900 Rectangular 60.000 60.000 0.0130 0.2000 0.5000 0.0000 0.00 No 102 ORR_E13098_P-97 35.00 17.55 0.00 16.51 3.47 1.04 2.9700 CIRCULAR 18.000 18.000 0.0130 0.2000 1.0000 0.0000 0.00 No 103 ORR_E13098_P-98 15.00 23.50 0.00 19.96 2.41 3.54 23.6000 CIRCULAR 18.000 18.000 0.0130 0.2000 1.0000 0.0000 0.00 No 104 ORR E13098 P-99 51.00 23.37 0.00 22.29 4.74 1.08 2.1200 CIRCULAR 18.000 18.000 0.0130 0.2000 1.0000 0.0000 0.00 No ADDENDUM 2 ATTACHMENT 3 SHEET 58 OF 176 No.of Barrels 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 1 1 1 ADDENDUM 2 ATTACHMENT 3 SHEET 59 OF 176 Pipe Results SN Element Peak Time of Design Flow Peak Flow/ Peak Flow Travel Peak Flow Peak Flow Total Time Froude Reported ID Flow Peak Flow Capacity Design Flow Velocity Time Depth Depth/ Surcharged Number Condition Occurrence Ratio Total Depth Ratio (cfs) (days hh:mm) (cfs) (ft/sec) (min) (ft) (min) 1 ORR_E13098_L-01 6.04 0 0037 46.19 0.13 10.94 0.01 1.50 1.00 88.00 SURCHARGED 2 ORR_E13098_L-22 8.87 0 0232 37.76 0.24 5.76 0.12 2.00 1.00 162.00 SURCHARGED 3 ORR_E13098_P-01 6.22 0 0035 6.72 0.93 5.07 0.60 1.25 1.00 31.00 SURCHARGED 4 ORR_E13098_P-02 3.51 0 0025 21.95 0.16 2.99 0.10 1.25 1.00 28.00 SURCHARGED 5 ORR_E13098_P-03 12.35 0 0046 22.94 0.54 9.40 0.09 1.50 1.00 31.00 SURCHARGED 6 ORR_E13098_P-04 14.78 0 0039 4.78 3.09 8.37 0.01 1.50 1.00 31.00 SURCHARGED 7 ORR_E13098_P-05 16.62 0 0046 81.46 0.20 5.10 0.14 2.50 1.00 34.00 SURCHARGED 8 ORR_E13098_P-06 5.05 0 0026 10.24 0.49 2.87 0.23 1.50 1.00 45.00 SURCHARGED 9 ORR_E13098_P-07 20.42 0 0041 25.90 0.79 4.16 0.64 2.50 1.00 41.00 SURCHARGED 10 ORR_E13098_P-08 10.29 0 0023 29.91 0.34 4.01 0.35 2.00 1.00 37.00 SURCHARGED 11 ORR_E13098_P-09 9.14 0 0030 2.38 3.83 4.11 0.04 2.00 1.00 37.00 SURCHARGED 12 ORR_E13098_P-10 4.04 0 0030 38.52 0.10 2.75 0.12 2.00 1.00 36.00 SURCHARGED 13 ORR_E13098_P-100 7.81 0 0036 50.38 0.15 11.13 0.02 1.50 1.00 96.00 SURCHARGED 14 ORR_E13098_P-102 1.32 0 0043 18.65 0.07 4.23 0.05 0.73 0.49 0.00 Calculated 15 ORR_E13098_P-103 14.86 0 0030 32.22 0.46 12.59 0.04 1.50 1.00 134.00 SURCHARGED 16 ORR_E13098_P-104 70.15 0 0026 55.86 1.26 7.29 0.30 3.50 1.00 47.00 SURCHARGED 17 ORR_E13098_P-105 13.04 0 0034 36.94 0.35 6.76 0.01 2.00 1.00 104.00 SURCHARGED 18 ORR_E13098_P-106 9.96 0 0033 32.98 0.30 6.60 0.02 2.00 1.00 101.00 SURCHARGED 19 ORR_E13098_P-107 12.90 0 0036 56.56 0.23 6.05 0.01 2.00 1.00 89.00 SURCHARGED 20 ORR_E13098_P-108 165.12 0 0040 269.48 0.61 5.41 0.34 4.00 1.00 126.00 SURCHARGED 21 ORR_E13098_P-109 387.36 0 01:54 549.13 0.71 6.26 0.41 8.25 1.00 125.00 SURCHARGED 22 ORR_E13098_P-11 4.60 0 0030 4.60 1.00 2.60 0.10 1.50 1.00 40.00 SURCHARGED 23 ORR_E13098_P-12 23.98 0 0025 24.79 0.97 4.89 0.77 2.50 1.00 44.00 SURCHARGED 24 ORR_E13098_P-14 15.97 0 0056 18.45 0.87 5.50 0.25 2.00 1.00 50.00 SURCHARGED 25 ORR_E13098_P-15 3.58 0 0030 16.86 0.21 2.77 0.05 2.00 1.00 39.00 SURCHARGED 26 ORR_E13098_P-16 3.55 0 0030 47.72 0.07 5.74 0.06 2.00 1.00 36.00 SURCHARGED 27 ORR_E13098_P-17 15.69 0 0053 10.12 1.55 4.99 0.04 2.00 1.00 50.00 SURCHARGED 28 ORR_E13098_P-18 43.48 0 0026 56.87 0.76 6.15 0.38 3.00 1.00 44.00 SURCHARGED 29 ORR_E13098_P-19 44.15 0 0026 55.41 0.80 4.59 0.65 3.50 1.00 45.00 SURCHARGED 30 ORR_E13098_P-20 40.23 0 0040 16.39 2.45 8.20 0.09 2.50 1.00 53.00 SURCHARGED 31 ORR_E13098_P-21 38.63 0 0040 18.47 2.09 7.87 0.15 2.50 1.00 52.00 SURCHARGED 32 ORR_E13098_P-22 69.47 0 0056 56.30 1.23 7.22 0.48 3.50 1.00 48.00 SURCHARGED 33 ORR_E13098_P-23 14.05 0 0135 10.13 1.39 5.00 0.75 1.67 0.84 0.00 >CAPACITY 34 ORR_E13098_P-24 71.32 0 0056 91.73 0.78 7.41 0.08 3.50 1.00 46.00 SURCHARGED 35 ORR_E13098_P-25 6.33 0 0031 16.61 0.38 7.04 0.08 1.48 0.99 0.00 Calculated 36 ORR_E13098_P-26 74.63 0 0034 60.10 1.24 7.76 0.90 3.50 1.00 41.00 SURCHARGED 37 ORR_E13098_P-27 76.71 0 0040 63.40 1.21 7.97 0.04 3.50 1.00 33.00 SURCHARGED 38 ORR_E13098_P-28 31.55 0 0115 130.75 0.24 7.83 0.09 2.85 0.95 0.00 Calculated 39 ORR_E13098_P-29 3.49 0 0030 55.89 0.06 7.52 0.11 1.14 0.57 0.00 Calculated 40 ORR_E13098_P-30 31.44 0 0114 56.36 0.56 7.92 0.19 2.38 0.80 0.00 Calculated 41 ORR_E13098_P-31 103.08 0 0042 144.52 0.71 11.40 0.64 3.89 0.97 0.00 Calculated 42 ORR_E13098_P-32 39.26 0 0039 134.48 0.29 10.63 0.13 2.75 1.00 1.00 SURCHARGED 43 ORR_E13098_P-33 0.84 0 0031 54.58 0.02 9.24 0.01 0.15 0.10 0.00 Calculated 44 ORR_E13098_P-34 16.88 0 0030 17.52 0.96 10.15 0.04 1.50 1.00 86.00 SURCHARGED 45 ORR_E13098_P-35 1.56 0 0030 9.56 0.16 3.50 0.14 0.45 0.30 0.00 Calculated 46 ORR_E13098_P-37 16.90 0 0037 53.05 0.32 6.25 0.03 2.00 1.00 81.00 SURCHARGED 47 ORR_E13098_P-38 13.07 0 0035 34.95 0.37 6.46 0.08 2.00 1.00 99.00 SURCHARGED 48 ORR_E13098_P-39 161.54 0 0040 270.11 0.60 4.64 0.14 4.00 1.00 125.00 SURCHARGED 49 ORR_E13098_P-41 169.71 0 0040 549.64 0.31 5.74 0.36 5.00 1.00 121.00 SURCHARGED 50 ORR_E13098_P-42 6.94 0 0030 27.10 0.26 14.69 0.03 1.25 1.00 106.00 SURCHARGED 51 ORR_E13098_P-43 173.57 0 0040 549.75 0.32 4.77 0.42 5.00 1.00 127.00 SURCHARGED 52 ORR_E13098_P-44 9.65 0 0020 8.08 1.19 9.86 0.09 1.25 1.00 99.00 SURCHARGED 53 ORR_E13098_P-45 15.00 0 0027 48.22 0.31 14.13 0.02 1.50 1.00 102.00 SURCHARGED 54 ORR_E13098_P-46 6.73 0 0037 43.82 0.15 9.85 0.01 1.50 1.00 100.00 SURCHARGED 55 ORR_E13098_P-47 138.10 0 0052 549.87 0.25 4.30 0.25 5.00 1.00 135.00 SURCHARGED 56 ORR_E13098_P-48 8.87 0 0035 28.47 0.31 4.84 0.08 2.00 1.00 92.00 SURCHARGED 57 ORR_E13098_P-49 23.67 0 0029 20.20 1.17 13.40 0.12 1.50 1.00 125.00 SURCHARGED 58 ORR_E13098_P-50 10.60 0 0020 7.27 1.46 8.70 0.06 1.25 1.00 110.00 SURCHARGED 59 ORR_E13098_P-51 144.22 0 0047 576.58 0.25 2.88 1.03 5.00 1.00 143.00 SURCHARGED 60 ORR_E13098_P-52 420.22 0 0142 1597.22 0.26 8.36 0.03 8.00 1.00 125.00 SURCHARGED 61 ORR_E13098_P-55 2.46 0 0036 8.33 0.30 5.98 0.03 1.25 1.00 97.00 SURCHARGED 62 ORR_E13098_P-57 387.24 0 01:54 545.21 0.71 6.26 0.31 8.25 1.00 124.00 SURCHARGED 63 ORR_E13098_P-58 390.67 0 01:54 661.16 0.59 6.31 0.68 8.25 1.00 127.00 SURCHARGED 64 ORR_E13098_P-59 10.00 0 01:13 49.99 0.20 5.65 0.13 2.00 1.00 167.00 SURCHARGED 65 ORR_E13098_P-60 390.83 0 01:54 382.76 1.02 6.32 0.25 8.25 1.00 133.00 SURCHARGED 66 ORR_E13098_P-61 390.98 0 01:54 387.49 1.01 6.32 0.06 8.25 1.00 131.00 SURCHARGED 67 ORR_E13098_P-62 391.15 0 01:54 381.62 1.02 6.32 0.05 8.25 1.00 130.00 SURCHARGED 68 ORR_E13098_P-63 391.33 0 01:55 377.86 1.04 6.32 0.07 8.25 1.00 128.00 SURCHARGED 69 ORR_E13098_P-64 391.52 0 01:55 377.93 1.04 6.33 0.06 8.25 1.00 126.00 SURCHARGED 70 ORR_E13098_P-65 391.71 0 01:55 380.63 1.03 6.33 0.06 8.25 1.00 124.00 SURCHARGED 71 ORR_E13098_P-66 391.92 0 01:55 383.00 1.02 6.33 0.09 8.25 1.00 122.00 SURCHARGED 72 ORR_E13098_P-67 392.12 0 01:55 382.85 1.02 6.34 0.28 8.25 1.00 120.00 SURCHARGED 73 ORR_E13098_P-68 392.39 0 01:55 446.59 0.88 5.66 0.31 9.25 1.00 100.00 SURCHARGED 74 ORR_E13098_P-69 392.99 0 01:55 486.12 0.81 5.37 0.55 10.00 1.00 74.00 SURCHARGED 75 ORR_E13098_P-70 393.64 0 01:56 601.04 0.65 5.58 0.09 10.00 1.00 71.00 SURCHARGED 76 ORR E13098 P-71 394.48 0 01:56 604.46 0.65 5.71 1.00 10.00 1.00 71.00 77 ORR_E13098_P-72 413.42 0 01:28 632.47 0.65 5.56 0.69 10.00 1.00 72.00 SURCHARGED 78 ORR_E13098_P-73 414.24 0 01:28 632.02 0.66 5.69 0.27 10.00 1.00 70.00 SUR UM 2 79 ORR_E13098_P-74 426.78 0 0038 508.32 0.84 5.48 2.11 10.00 1.00 70.00 S 80 ORR_E13098_P-75 466.75 0 0033 535.96 0.87 5.66 2.36 10.00 1.00 71.00 ATITOOWMENT 3 81 ORR_E13098_P-76 725.88 0 00:40 779.41 0.93 8.00 1.24 11.00 1.00 59.00 Sli_S FBF 176 Pipe Results SN Element Peak Time of Design Flow Peak Flow/ Peak Flow Travel Peak Flow Peak Flow Total Time Froude Reported ID Flow Peak Flow Capacity Design Flow Velocity Time Depth Depth/ Surcharged Number Condition Occurrence Ratio Total Depth Ratio (cfs) (days hh:mm) (cfs) (ft/sec) (min) (ft) (min) 82 ORR_E13098_P-77 759.81 0 0040 878.50 0.86 7.67 0.43 11.00 1.00 59.00 SURCHARGED 83 ORR_E13098_P-78 744.61 0 0049 878.56 0.85 7.52 0.60 11.00 1.00 55.00 SURCHARGED 84 ORR_E13098_P-79 745.94 0 0051 879.10 0.85 7.53 0.11 11.00 1.00 51.00 SURCHARGED 85 ORR_E13098_P-80 952.48 0 0048 911.61 1.04 9.36 0.54 11.00 1.00 49.00 SURCHARGED 86 ORR_E13098_P-81 950.49 0 0049 911.81 1.04 9.34 0.59 11.00 1.00 46.00 SURCHARGED 87 ORR_E13098_P-82 948.86 0 0050 911.93 1.04 9.33 1.26 11.00 1.00 43.00 SURCHARGED 88 ORR_E13098_P-83 987.07 0 0051 1231.12 0.80 9.70 0.68 11.00 1.00 42.00 SURCHARGED 89 ORR_E13098_P-84 1018.44 0 0051 1235.47 0.82 10.01 0.65 11.00 1.00 39.00 SURCHARGED 90 ORR_E13098_P-85 1018.38 0 0051 910.23 1.12 10.13 0.49 11.00 1.00 0.00 >CAPACITY 91 ORR_E13098_P-86 6.54 0 0024 10.55 0.62 5.91 0.03 1.25 1.00 38.00 SURCHARGED 92 ORR_E13098_P-87 5.02 0 0025 11.35 0.44 3.58 0.14 1.50 1.00 43.00 SURCHARGED 93 ORR_E13098_P-88 2.37 0 01:00 7.96 0.30 2.97 0.49 1.50 1.00 40.00 SURCHARGED 94 ORR_E13098_P-89 76.43 0 0059 90.34 0.85 7.94 0.08 3.50 1.00 44.00 SURCHARGED 95 ORR_E13098_P-90 77.35 0 0040 63.17 1.22 8.52 0.27 3.50 1.00 3.00 SURCHARGED 96 ORR_E13098_P-91 132.82 0 0042 193.93 0.68 11.07 0.02 2.00 1.00 97.00 SURCHARGED 97 ORR_E13098_P-92 147.08 0 0040 747.22 0.20 9.86 0.08 5.00 1.00 40.00 SURCHARGED 98 ORR_E13098_P-93 159.95 0 0040 745.77 0.21 7.66 0.70 5.00 1.00 81.00 SURCHARGED 99 ORR_E13098_P-94 8.96 0 0220 13.84 0.65 5.07 0.06 1.50 1.00 118.00 SURCHARGED 100 ORR_E13098_P-95 7.35 0 0029 60.46 0.12 8.41 0.04 2.00 1.00 137.00 SURCHARGED 101 ORR_E13098_P-96 138.68 0 0053 549.79 0.25 3.52 0.21 5.00 1.00 140.00 SURCHARGED 102 ORR_E13098_P-97 9.43 0 0034 18.11 0.52 6.15 0.09 1.50 1.00 147.00 SURCHARGED 103 ORR_E13098_P-98 5.33 0 0035 51.03 0.10 8.74 0.03 1.50 1.00 99.00 SURCHARGED 104 ORR E13098 P-99 3.54 0 0035 15.29 0.23 5.20 0.16 1.50 1.00 100.00 SURCHARGED ADDENDUM 2 ATTACHMENT 3 SHEET 61 OF 176 Inlet Input SN Element Inlet Manufacturer Inlet Number of Catchbasin Max(Rim) Inlet Initial Initial Ponded Grate ID Manufacturer Part Location Inlets Invert Elevation Depth Water Water Area Clogging Number Elevation Elevation Depth Factor (ft) (ft) (ft) (ft) (ft) (ft') (%) 1 ORR_E13098_CI-1 FHWA HEC-22 GENERIC N/A On Sag 1 40.37 42.72 2.35 40.37 0.00 10.00 0.00 2 ORR_E13098_CI-10 FHWA HEC-22 GENERIC N/A On Sag 1 36.50 42.56 6.06 36.50 0.00 10.00 0.00 3 ORR_E13098_CI-11 FHWA HEC-22 GENERIC N/A On Sag 1 32.34 42.30 9.96 32.34 0.00 10.00 0.00 4 ORR_E13098_CI-12 FHWA HEC-22 GENERIC N/A On Sag 1 37.58 42.23 4.65 37.58 0.00 10.00 0.00 5 ORR_E13098_CI-13 FHWA HEC-22 GENERIC N/A On Sag 1 31.73 42.32 10.59 31.73 0.00 10.00 0.00 6 ORR_E13098_CI-14 FHWA HEC-22 GENERIC N/A On Sag 1 30.23 42.34 12.11 30.23 0.00 10.00 0.00 7 ORR_E13098_CI-15 FHWA HEC-22 GENERIC N/A On Sag 1 34.09 42.10 8.01 34.09 0.00 10.00 0.00 8 ORR_E13098_CI-16 FHWA HEC-22 GENERIC N/A On Sag 1 34.43 41.89 7.46 34.43 0.00 10.00 0.00 9 ORR_E13098_CI-17 FHWA HEC-22 GENERIC N/A On Grade 1 29.62 41.39 11.77 29.62 0.00 N/A 0.00 10 ORR_E13098_CI-18 FHWA HEC-22 GENERIC N/A On Grade 1 23.24 37.13 13.89 23.24 0.00 N/A 0.00 11 ORR_E13098_CI-19 FHWA HEC-22 GENERIC N/A On Grade 1 32.08 37.13 5.05 32.08 0.00 N/A 0.00 12 ORR_E13098_CI-2 FHWA HEC-22 GENERIC N/A On Sag 1 37.14 42.77 5.63 37.14 0.00 10.00 0.00 13 ORR_E13098_CI-20 FHWA HEC-22 GENERIC N/A On Sag 1 25.17 35.29 10.12 25.17 0.00 10.00 0.00 14 ORR_E13098_CI-21 FHWA HEC-22 GENERIC N/A On Sag 1 25.05 29.79 4.74 25.05 0.00 10.00 0.00 15 ORR_E13098_CI-22 FHWA HEC-22 GENERIC N/A On Sag 1 23.03 29.22 6.19 23.03 0.00 10.00 0.00 16 ORR_E13098_CI-23 FHWA HEC-22 GENERIC N/A On Grade 1 20.09 28.86 8.77 20.09 0.00 N/A 0.00 17 ORR_E13098_CI-24 FHWA HEC-22 GENERIC N/A On Grade 1 24.93 28.78 3.85 24.93 0.00 N/A 0.00 18 ORR_E13098_CI-25 FHWA HEC-22 GENERIC N/A On Sag 1 23.25 27.96 4.71 23.25 0.00 10.00 0.00 19 ORR_E13098_CI-26 FHWA HEC-22 GENERIC N/A On Sag 1 23.95 27.74 3.79 23.95 0.00 10.00 0.00 20 ORR_E13098_CI-27 FHWA HEC-22 GENERIC N/A On Grade 1 23.50 27.14 3.64 23.50 0.00 N/A 0.00 21 ORR_E13098_CI-28 FHWA HEC-22 GENERIC N/A On Grade 1 24.25 27.09 2.84 24.25 0.00 N/A 0.00 22 ORR_E13098_CI-29 FHWA HEC-22 GENERIC N/A On Sag 1 23.37 27.28 3.91 23.37 0.00 10.00 0.00 23 ORR_E13098_CI-3 FHWA HEC-22 GENERIC N/A On Grade 1 35.77 42.62 6.85 35.77 0.00 N/A 0.00 24 ORR_E13098_CI-30 FHWA HEC-22 GENERIC N/A On Sag 1 21.95 26.83 4.88 21.95 0.00 100.00 0.00 25 ORR_E13098_CI-31 FHWA HEC-22 GENERIC N/A On Sag 1 15.36 26.80 11.44 15.36 0.00 10.00 0.00 26 ORR_E13098_CI-32 FHWA HEC-22 GENERIC N/A On Sag 1 21.11 26.22 5.11 21.11 0.00 100.00 0.00 27 ORR_E13098_CI-33 FHWA HEC-22 GENERIC N/A On Sag 1 14.75 26.19 11.44 14.75 0.00 10.00 0.00 28 ORR_E13098_CI-34 FHWA HEC-22 GENERIC N/A On Grade 1 32.74 42.54 9.80 32.74 0.00 N/A 0.00 29 ORR_E13098_CI-4 FHWA HEC-22 GENERIC N/A On Sag 1 37.92 41.75 3.83 37.92 0.00 10.00 0.00 30 ORR_E13098_CI-5 FHWA HEC-22 GENERIC N/A On Sag 1 37.34 41.92 4.58 37.34 0.00 10.00 0.00 31 ORR_E13098_CI-6 FHWA HEC-22 GENERIC N/A On Sag 1 34.94 41.94 7.00 34.94 0.00 10.00 0.00 32 ORR_E13098_CI-7 FHWA HEC-22 GENERIC N/A On Sag 1 37.48 41.68 4.20 37.48 0.00 10.00 0.00 33 ORR_E13098_CI-8 FHWA HEC-22 GENERIC N/A On Sag 1 37.04 41.78 4.74 37.04 0.00 10.00 0.00 34 ORR_E13098_CI-9 FHWA HEC-22 GENERIC N/A On Grade 1 33.93 42.31 8.38 33.93 0.00 N/A 0.00 35 ORR_E13098_ECI-1 FHWA HEC-22 GENERIC N/A On Sag 1 40.48 43.98 3.50 40.48 0.00 10.00 0.00 36 ORR_E13098_ECI-3 FHWA HEC-22 GENERIC N/A On Sag 1 22.84 28.49 5.65 22.84 0.00 10.00 0.00 37 ORR_E13098_ECI-4 FHWA HEC-22 GENERIC N/A On Sag 1 24.01 28.11 4.10 24.01 0.00 10.00 0.00 38 ORR_E13098_ECI-5 FHWA HEC-22 GENERIC N/A On Sag 1 23.16 28.16 5.00 23.16 0.00 10.00 0.00 39 ORR_E13098_ECI-6 FHWA HEC-22 GENERIC N/A On Sag 1 24.08 27.83 3.75 24.08 0.00 10.00 0.00 40 ORR_E13098_ECI-7 FHWA HEC-22 GENERIC N/A On Sag 1 21.76 27.91 6.15 21.76 0.00 10.00 0.00 41 ORR_E13098_ECI-8 FHWA HEC-22 GENERIC N/A On Sag 1 23.71 26.86 3.15 23.71 0.00 10.00 0.00 42 ORR_E13098_ECI-9 FHWA HEC-22 GENERIC N/A On Sag 1 32.68 35.33 2.65 32.68 0.00 10.00 0.00 ADDENDUM 2 ATTACHMENT 3 SHEET 62 OF 176 Roadway& Gutter Input SN Element Roadway Roadway Roadway Gutter Gutter Gutter Allowable ID Longitudinal Cross Manning's Cross Width Depression Spread Slope Slope Roughness Slope (ft/ft) (ft/ft) (ft/ft) (ft) (in) (ft) 1 ORR_E13098_CI-1 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 2 ORR_E13098_CI-10 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 3 ORR_E13098_CI-11 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 4 ORR_E13098_CI-12 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 5 ORR_E13098_CI-13 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 6 ORR_E13098_CI-14 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 7 ORR_E13098_CI-15 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 8 ORR_E13098_CI-16 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 9 ORR_E13098_CI-17 0.0050 0.0200 0.0160 0.0200 1.50 0.0000 7.00 10 ORR_E13098_CI-18 0.0200 0.0200 0.0160 0.0200 1.50 0.0000 7.00 11 ORR_E13098_CI-19 0.0200 0.0200 0.0160 0.0200 1.50 0.0000 7.00 12 ORR_E13098_CI-2 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 13 ORR_E13098_CI-20 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 14 ORR_E13098_CI-21 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 15 ORR_E13098_CI-22 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 16 ORR_E13098_CI-23 0.0090 0.0200 0.0160 0.0200 1.50 0.0000 7.00 17 ORR_E13098_CI-24 0.0090 0.0200 0.0160 0.0200 1.50 0.0000 7.00 18 ORR_E13098_CI-25 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 19 ORR_E13098_CI-26 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 20 ORR_E13098_CI-27 0.0030 0.0200 0.0160 0.0200 1.50 0.0000 7.00 21 ORR_E13098_CI-28 0.0100 0.0200 0.0160 0.0200 1.50 0.0000 7.00 22 ORR_E13098_CI-29 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 23 ORR_E13098_CI-3 0.0030 0.0200 0.0160 0.0200 1.50 0.0000 7.00 24 ORR_E13098_CI-30 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 25 ORR_E13098_CI-31 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 26 ORR_E13098_CI-32 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 27 ORR_E13098_CI-33 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 28 ORR_E13098_CI-34 0.0100 0.0200 0.0160 0.0620 2.00 0.0656 7.00 29 ORR_E13098_CI-4 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 30 ORR_E13098_CI-5 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 31 ORR_E13098_CI-6 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 32 ORR_E13098_CI-7 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 33 ORR_E13098_CI-8 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 34 ORR_E13098_CI-9 0.0050 0.0200 0.0160 0.0200 1.50 0.0000 7.00 35 ORR_E13098_ECI-1 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 36 ORR_E13098_ECI-3 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 37 ORR_E13098_ECI-4 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 38 ORR_E13098_ECI-5 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 39 ORR_E13098_ECI-6 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 40 ORR_E13098_ECI-7 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 41 ORR_E13098_ECI-8 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 42 ORR E13098 ECI-9 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 ADDENDUM 2 ATTACHMENT 3 SHEET 63 OF 176 Inlet Results SN Element Peak Peak Peak Flow Peak Flow Inlet Max Gutter Max Gutter Max Gutter Time of Total Total Time ID Flow Lateral Intercepted Bypassing Efficiency Spread Water Elev. Water Depth Max Depth Flooded Flooded Inflow by Inlet during Peak during Peak during Peak during Peak Occurrence Volume Inlet Flow Flow Flow Flow (cfs) (cfs) (cfs) (cfs) (%) (ft) (ft) (ft) (days hh:mm) (ac-in) (min) 1 ORR_E13098_CI-1 0.99 0.99 N/A N/A N/A 8.16 42.88 0.16 00025 0.84 23.00 2 ORR_E13098_CI-10 1.95 1.95 N/A N/A N/A 12.79 42.82 0.26 00042 0.00 0.00 3 ORR_E13098_CI-11 0.00 0.00 N/A N/A N/A 0.00 42.30 0.00 00040 0.00 0.00 4 ORR_E13098_CI-12 6.43 6.43 N/A N/A N/A 28.03 42.79 0.56 00040 0.00 0.00 5 ORR_E13098_CI-13 4.70 4.70 N/A N/A N/A 23.04 42.78 0.46 00058 0.01 0.00 6 ORR_E13098_CI-14 1.04 1.04 N/A N/A N/A 8.42 42.51 0.17 00041 0.00 0.00 7 ORR_E13098_CI-15 0.67 0.67 N/A N/A N/A 5.52 42.21 0.11 00042 0.00 0.00 8 ORR_E13098_CI-16 3.47 3.47 N/A N/A N/A 18.78 42.27 0.38 00029 0.00 0.00 9 ORR_E13098_CI-17 0.61 0.61 0.31 0.30 50.94 5.04 41.49 0.10 00039 0.00 0.00 10 ORR_E13098_CI-18 2.42 2.16 0.61 1.81 25.03 8.79 37.31 0.18 00038 0.16 0.00 11 ORR_E13098_CI-19 4.16 4.16 0.84 3.32 20.29 10.81 37.35 0.22 00030 0.00 0.00 12 ORR_E13098_CI-2 5.42 5.42 N/A N/A N/A 15.95 44.53 1.76 00026 0.31 11.00 13 ORR_E13098_CI-20 11.52 11.52 N/A N/A N/A 26.23 36.36 1.07 00039 0.00 0.00 14 ORR_E13098_CI-21 1.59 1.59 N/A N/A N/A 6.96 29.93 0.14 00037 0.04 0.00 15 ORR_E13098_CI-22 4.34 4.34 N/A N/A N/A 21.83 29.66 0.44 00035 0.02 0.00 16 ORR_E13098_CI-23 4.79 1.02 2.16 2.63 45.12 13.24 29.12 0.26 00033 0.12 5.00 17 ORR_E13098_CI-24 8.30 8.30 3.06 5.25 36.81 16.28 29.11 0.33 00037 0.04 1.00 18 ORR_E13098_CI-25 1.35 1.35 N/A N/A N/A 6.22 28.08 0.12 00038 0.01 1.00 19 ORR_E13098_CI-26 1.40 1.40 N/A N/A N/A 6.40 27.87 0.13 00037 0.00 0.00 20 ORR_E13098_CI-27 0.67 0.67 0.62 0.05 92.44 6.10 27.26 0.12 00036 0.02 6.00 21 ORR_E13098_CI-28 17.43 17.43 4.69 12.74 26.90 21.08 27.51 0.42 00036 16.31 83.00 22 ORR_E13098_CI-29 1.85 1.85 N/A N/A N/A 7.75 27.44 0.16 00036 0.00 0.00 23 ORR_E13098_CI-3 1.10 1.10 0.61 0.49 55.48 9.33 42.81 0.19 00053 0.00 0.00 24 ORR_E13098_CI-30 4.49 4.49 N/A N/A N/A 14.07 27.11 0.28 0 01:08 0.00 0.00 25 ORR_E13098_CI-31 4.01 4.01 N/A N/A N/A 13.06 28.27 1.47 00036 0.03 2.00 26 ORR_E13098_CI-32 9.01 9.01 N/A N/A N/A 22.42 26.67 0.45 00037 15.54 45.00 27 ORR_E13098_CI-33 2.96 2.96 N/A N/A N/A 10.67 26.96 0.77 00036 7.22 46.00 28 ORR_E13098_CI-34 1.79 1.79 1.65 0.14 92.28 8.07 42.79 0.25 00026 0.04 1.00 29 ORR_E13098_CI-4 3.92 3.92 N/A N/A N/A 20.40 42.16 0.41 00027 0.01 8.00 30 ORR_E13098_CI-5 3.51 3.51 N/A N/A N/A 18.93 42.30 0.38 00025 0.10 11.00 31 ORR_E13098_CI-6 5.24 5.24 N/A N/A N/A 24.72 42.44 0.50 00040 0.00 0.00 32 ORR_E13098_CI-7 3.33 3.33 N/A N/A N/A 18.30 42.05 0.37 00026 0.00 7.00 33 ORR_E13098_CI-8 3.00 3.00 N/A N/A N/A 17.07 42.12 0.34 00027 0.02 8.00 34 ORR_E13098_CI-9 2.11 2.11 0.82 1.29 38.72 10.86 42.53 0.22 00039 0.02 1.00 35 ORR_E13098_ECI-1 0.67 0.67 N/A N/A N/A 5.35 44.09 0.11 00029 0.46 17.00 36 ORR_E13098_ECI-3 6.26 6.26 N/A N/A N/A 17.58 30.29 1.80 00035 0.12 4.00 37 ORR_E13098_ECI-4 10.88 10.88 N/A N/A N/A 25.35 29.17 1.06 00020 0.93 15.00 38 ORR_E13098_ECI-5 6.18 6.18 N/A N/A N/A 17.42 30.02 1.86 00041 0.01 0.00 39 ORR_E13098_ECI-6 12.76 12.76 N/A N/A N/A 27.90 29.41 1.58 00020 3.32 31.00 40 ORR_E13098_ECI-7 16.96 16.96 N/A N/A N/A 33.55 29.49 1.58 00036 0.43 9.00 41 ORR_E13098_ECI-8 0.00 0.00 N/A N/A N/A 0.00 26.86 0.00 00037 6.59 85.00 42 ORR E13098 ECI-9 1.57 1.57 N/A N/A N/A 10.95 35.55 0.22 00030 0.00 0.00 ADDENDUM 2 ATTACHMENT 3 SHEET 64 OF 176 Project Description File Name........................................................................... ORR Storm Proposed-REV 4.SPF Project Options FlowUnits........................................................................... CFS Elevation Type.................................................................... Elevation Hydrology Method............................................................... Rational Time of Concentration(TOC)Method................................ User-Defined Link Routing Method........................................................... Hydrodynamic Enable Overflow Ponding at Nodes.................................... YES Skip Steady State Analysis Time Periods........................... NO Analysis Options Start Analysis On................................................................ Jul 22,2015 000000 End Analysis On................................................................. Jul 26,2015 000000 Start Reporting On.............................................................. Jul 22,2015 000000 Antecedent Dry Days.......................................................... 0 days Runoff(Dry Weather)Time Step........................................ 0 01:00:00 days hh:mm:ss Runoff(Wet Weather)Time Step....................................... 0 00:05:00 days hh:mm:ss Reporting Time Step........................................................... 0 00:05:00 days hh:mm:ss Routing Time Step.............................................................. 30 seconds Number of Elements Qty RainGages......................................................................... 0 Subbasins............................................................................ 61 Nodes........... 105 Junctions.................................................................... 62 Outfalls....................................................................... 1 Flow Diversions.......................................................... 0 Inlets........................................................................... 42 Storage Nodes........................................................... 0 Links.... 122 Channels.................................................................... 18 Pipes.......................................................................... 104 Pumps........................................................................ 0 Orifices....................................................................... 0 Weirs.......................................................................... 0 Outlets........................................................................ 0 Pollutants............................................................................ 0 LandUses...........................................................................0 Rainfall Details Return Period......................... 25 year(s) ADDENDUM 2 ATTACHMENT 3 SHEET 65 OF 176 Subbasin Summary SN Subbasin Area Weighted Total Total Total Peak Time of ID Runoff Rainfall Runoff Runoff Runoff Concentration Coefficient Volume (ac) (in) (in) (ac-in) (cfs) (days hh:mm:ss) 1 ORR_E13098_DA-10-A 16.84 0.6300 3.43 2.16 36.33 44.34 0 004912 2 ORR_E13098_DA-10-B 0.27 0.5800 2.84 1.65 0.44 0.88 0 003000 3 ORR_E13098_DA-11-A 0.21 0.6800 2.84 1.93 0.40 0.80 0 003000 4 ORR_E13098_DA-11-B 0.73 0.6800 2.84 1.93 1.41 2.83 0 003000 5 ORR_E13098_DA-12-A 1.50 0.6400 2.84 1.82 2.72 5.45 0 003000 6 ORR_E13098_DA-12-B 4.15 0.6400 2.84 1.82 7.54 15.09 0 003000 7 ORR_E13098_DA-13 0.41 0.5800 2.84 1.65 0.68 1.37 0 003000 8 ORR_E13098_DA-14-A 1.43 0.5600 2.84 1.59 2.27 4.54 0 003000 9 ORR_E13098_DA-14-B 23.70 0.5600 3.94 2.21 52.27 42.29 0 01:1406 10 ORR_E13098_DA-15 2.60 0.5700 2.84 1.62 4.21 8.42 0 003000 11 ORR_E13098_DA-16-A 12.67 0.5600 4.25 2.38 30.18 19.03 0 01:3512 12 ORR_E13098_DA-16-B 1.94 0.5600 2.84 1.59 3.08 6.16 0 003000 13 ORR_E13098_DA-16-C 0.75 0.5500 2.84 1.56 1.17 2.34 0 003000 14 ORR_E13098_DA-17-A 19.18 0.5600 3.18 1.78 34.20 50.88 0 004024 15 ORR_E13098_DA-18-A 2.20 0.5500 2.84 1.56 3.43 6.87 0 003000 16 ORR_E13098_DA-18-C 0.89 0.5500 2.84 1.56 1.38 2.76 0 003000 17 ORR_E13098_DA-19-A 1.37 0.5600 2.84 1.59 2.18 4.37 0 003000 18 ORR_E13098_DA-19-B 1.24 0.5600 2.84 1.59 1.96 3.93 0 003000 19 ORR_E13098_DA-19-C 9.46 0.5600 3.54 1.98 18.76 20.90 0 005348 20 ORR_E13098_DA-19-D 0.80 0.5600 2.84 1.59 1.28 2.55 0 003000 21 ORR_E13098_DA-1-A 1.42 0.7300 2.84 2.07 2.94 5.88 0 003000 22 ORR_E13098_DA-1-B 2.85 0.7300 2.84 2.07 5.90 11.81 0 003000 23 ORR_E13098_DA-1-C 4.40 0.7300 2.84 2.07 9.12 18.24 0 003000 24 ORR_E13098_DA-20-A 2.12 0.5900 2.84 1.67 3.55 7.10 0 003000 25 ORR_E13098_DA-20-B 0.43 0.5900 2.84 1.67 0.72 1.44 0 003000 26 ORR_E13098_DA-21-A 1.64 0.5500 2.84 1.56 2.57 5.13 0 003000 27 ORR_E13098_DA-21-B 1.47 0.5500 2.84 1.56 2.30 4.60 0 003000 28 ORR_E13098_DA-21-C 1.92 0.5500 2.84 1.56 3.00 6.01 0 003000 29 ORR_E13098_DA-22-A 7.52 0.5400 3.15 1.70 12.80 19.53 0 003924 30 ORR_E13098_DA-22-B 0.29 0.5400 2.84 1.53 0.44 0.87 0 003000 31 ORR_E13098_DA-22-C 0.42 0.5400 2.84 1.53 0.65 1.30 0 003000 32 ORR_E13098_DA-23 3.12 0.5400 2.84 1.53 4.78 9.56 0 003000 33 ORR_E13098_DA-2-A 0.95 0.7200 2.84 2.04 1.94 3.88 0 003000 34 ORR_E13098_DA-2-B 1.29 0.7200 2.84 2.04 2.63 5.25 0 003000 35 ORR_E13098_DA-3-A 385.00 0.5800 4.35 2.52 970.97 570.33 0 014206 36 ORR_E13098_DA-3-B 11.90 0.5800 3.82 2.22 26.36 23.38 0 01:0742 37 ORR_E13098_DA-4-A 0.60 0.5400 2.84 1.53 0.92 1.84 0 003000 38 ORR_E13098_DA-4-B 0.80 0.5400 2.84 1.53 1.23 2.46 0 003000 39 ORR_E13098_DA-4-C 0.29 0.5400 2.84 1.53 0.44 0.88 0 003000 40 ORR_E13098_DA-4-D 0.79 0.5400 2.84 1.53 1.21 2.42 0 003000 41 ORR_E13098_DA-5-A 5.26 0.5600 2.84 1.59 8.36 16.72 0 003000 42 ORR_E13098_DA-5-B 6.99 0.5600 2.84 1.59 11.11 22.21 0 003000 43 ORR_E13098_DA-6-A 4.05 0.6200 2.84 1.76 7.12 14.25 0 003000 44 ORR_E13098_DA-6-B 2.30 0.6200 2.84 1.76 4.05 8.09 0 003000 45 ORR_E13098_DA-7 0.46 0.6700 2.84 1.90 0.88 1.76 0 003000 46 ORR_E13098_DA-8-A 0.36 0.6500 2.84 1.84 0.67 1.34 0 003000 47 ORR_E13098_DA-8-B 2.22 0.6500 2.84 1.84 4.10 8.20 0 003000 48 ORR_E13098_DA-9-A 0.59 0.6100 2.84 1.73 1.03 2.05 0 003000 49 ORR_E13098_DA-9-B 0.60 0.6100 2.84 1.73 1.04 2.08 0 003000 50 ORR_E13098_DA-9-C 1.64 0.6100 2.84 1.73 2.84 5.69 0 003000 51 ORR_E13098_DA-9-D 3.14 0.6100 2.84 1.73 5.44 10.88 0 003000 52 ORR_E13098_IHB-030-100 79.00 0.6000 4.62 2.77 219.15 104.50 0 020548 53 ORR_E13098_IHB-030-101 49.00 0.6000 4.10 2.46 120.44 85.70 0 01:2424 54 ORR_E13098_IHB-030-102 142.00 0.5000 3.26 1.63 231.60 324.37 0 004248 55 ORR_E13098_IHB-030-103 124.00 0.6000 4.24 2.55 315.70 201.15 0 01:3406 56 ORR_E13098_IHB-030-104.1 19.00 0.5100 2.89 1.47 27.95 53.53 0 0031:24 57 ORR_E13098_IHB-030-104.2 55.00 0.5100 3.27 1.67 91.63 127.40 0 004312 58 ORR_E13098_IHB-030-104.3 165.00 0.5300 3.55 1.88 310.53 342.85 0 005418 59 ORR_E13098_IHB-030-105 56.00 0.5100 2.84 1.45 81.03 162.08 0 003000 60 ORR_E13098_IHB-030-106 106.00 0.5100 3.06 1.56 165.36 273.15 0 003624 61 ORR E13098 IHB-030-107 133.00 0.5100 3.54 1.81 240.33 266.25 0 005412 ADDENDUM 2 ATTACHMENT 3 SHEET 66 OF 176 Node Summary SN Element Element Invert Ground/Rim Initial Surcharge Ponded Peak Max HGL Max Min Time of Total Total Time ID Type Elevation (Max) Water Elevation Area Inflow Elevation Surcharge Freeboard Peak Flooded Flooded Elevation Elevation Attained Depth Attained Flooding Volume Attained Occurrence (ft) (ft) (ft) (ft) (ft') (cfs) (ft) (ft) (ft) (days hh:mm) (ac-in) (min) 1 ORR_E13098_EMH-04 Junction 39.45 43.00 39.45 100.00 0.00 19.02 42.68 0.00 0.32 0 0000 0.00 0.00 2 ORR_E13098_EMH-06 Junction 28.66 36.11 28.66 100.00 100.00 44.33 36.77 0.66 0.00 0 0032 0.10 1.00 3 ORR_E13098_J-01 Junction 38.35 43.00 38.35 0.00 0.00 8.02 42.93 0.00 0.07 0 0000 0.00 0.00 4 ORR_E13098_J-02 Junction 40.49 44.00 40.49 100.00 0.00 19.51 45.49 1.49 0.00 0 0000 0.00 0.00 5 ORR_E13098_J-04 Junction 37.37 42.00 37.37 100.00 0.00 6.00 42.54 0.54 0.00 0 0000 0.00 0.00 6 ORR_E13098_J-05 Junction 35.57 42.00 35.57 100.00 0.00 20.89 42.40 0.40 0.00 0 0000 0.00 0.00 7 ORR_E13098_J-07 Junction 34.22 43.50 34.22 100.00 0.00 50.88 45.39 1.89 0.00 0 0000 0.00 0.00 8 ORR_E13098_J-08 Junction 31.90 42.50 31.90 100.00 0.00 42.27 36.65 0.00 5.85 0 0000 0.00 0.00 9 ORR_E13098_J-10 Junction 23.90 27.00 23.90 100.00 100.00 3.68 27.27 0.27 0.00 0 0030 0.01 1.00 10 ORR_E13098_J-11 Junction 13.50 28.00 13.50 100.00 100.00 570.08 29.67 1.67 0.00 0 01:42 0.39 81.00 11 ORR_E13098_J-14 Junction 11.35 26.00 11.35 100.00 100.00 393.40 26.66 0.66 0.00 0 0030 0.62 58.00 12 ORR_E13098_J-15 Junction 11.32 26.00 11.32 100.00 100.00 393.45 26.87 0.87 0.00 0 0030 0.74 55.00 13 ORR_E13098_J-16 Junction 11.30 26.00 11.30 100.00 100.00 393.50 27.08 1.08 0.00 0 0030 0.78 51.00 14 ORR_E13098_J-17 Junction 11.27 26.00 11.27 100.00 100.00 393.57 27.29 1.29 0.00 0 0031 0.85 48.00 15 ORR_E13098_J-18 Junction 11.24 26.00 11.24 100.00 100.00 393.64 27.50 1.50 0.00 0 0027 0.91 42.00 16 ORR_E13098_J-19 Junction 11.21 26.00 11.21 100.00 100.00 393.71 27.71 1.71 0.00 0 0027 1.00 41.00 17 ORR_E13098_J-20 Junction 11.17 26.00 11.17 100.00 100.00 393.79 27.92 1.92 0.00 0 0027 1.10 39.00 18 ORR_E13098_J-21 Junction 11.05 26.00 11.05 100.00 500.00 393.87 28.18 2.18 0.00 0 0027 1.50 39.00 19 ORR_E13098_J-22 Junction 10.92 26.00 10.92 100.00 500.00 393.98 28.38 2.38 0.00 0 0027 1.66 39.00 20 ORR_E13098_J-23 Junction 10.72 26.00 10.72 100.00 500.00 394.24 28.58 2.58 0.00 0 0027 1.79 38.00 21 ORR_E13098_J-24 Junction 10.66 26.00 10.66 100.00 500.00 394.53 28.74 2.74 0.00 0 0033 2.09 38.00 22 ORR_E13098_J-25 Junction 10.05 26.00 10.05 100.00 500.00 394.94 28.99 2.99 0.00 0 0032 2.30 38.00 23 ORR_E13098_J-26 Junction 9.63 24.00 9.63 100.00 500.00 395.44 28.98 4.98 0.00 0 0028 4.59 57.00 24 ORR_E13098_J-27 Junction 9.47 24.00 9.47 100.00 500.00 448.04 28.97 4.97 0.00 0 0027 6.95 56.00 25 ORR_E13098_J-28 Junction 8.79 24.00 8.79 100.00 500.00 538.17 28.86 4.86 0.00 0 0031 8.93 51.00 26 ORR_E13098_J-29 Junction 7.91 22.00 7.91 100.00 500.00 826.98 28.67 6.67 0.00 0 0028 11.52 60.00 27 ORR_E13098_J-30 Junction 6.84 19.97 6.84 100.00 500.00 832.91 27.34 7.37 0.00 0 0027 8.61 66.00 28 ORR_E13098_J-31 Junction 6.49 1930 6.49 100.00 500.00 788.34 26.43 7.12 0.00 0 0028 5.87 65.00 29 ORR_E13098_J-32 Junction 6.00 18.38 6.00 100.00 500.00 778.81 25.42 7.04 0.00 0 0028 5.81 65.00 30 ORR_E13098_J-33 Junction 5.91 18.21 5.91 100.00 500.00 1061.01 24.71 6.50 0.00 0 0030 5.65 62.00 31 ORR_E13098_J-34 Junction 5.36 17.18 5.36 100.00 500.00 1051.46 22.87 5.69 0.00 0 0029 5.39 62.00 32 ORR_E13098_J-35 Junction 4.77 16.05 4.77 100.00 500.00 1043.21 20.97 4.92 0.00 0 0033 7.22 63.00 33 ORR_E13098_J-36 Junction 3.50 16.00 3.50 100.00 500.00 1087.89 18.20 2.20 0.00 0 0035 3.39 48.00 34 ORR_E13098_J-37 Junction 2.20 16.00 2.20 100.00 500.00 1129.70 15.98 0.00 0.02 0 0000 0.00 0.00 35 ORR_E13098_J-38 Junction 0.92 16.00 0.92 100.00 500.00 1129.64 13.55 0.00 2.45 0 0000 0.00 0.00 36 ORR_E13098_J-39 Junction 12.76 27.40 12.76 0.00 0.00 393.24 27.40 0.00 0.00 0 0030 0.00 0.00 37 ORR_E13098_J-40 Junction 38.05 43.48 36.58 0.00 0.00 16.87 42.79 0.00 0.69 0 0000 0.00 0.00 38 ORR_E13098_MH-1 Junction 36.41 42.85 36.41 0.00 0.00 20.19 42.58 0.00 0.27 0 0000 0.00 0.00 39 ORR_E13098_MH-10 Junction 22.08 36.88 22.08 100.00 0.00 311.31 32.00 0.00 4.88 0 0000 0.00 0.00 40 ORR_E13098_MH-11 Junction 17.12 29.32 17.12 100.00 100.00 193.27 29.19 0.00 0.13 0 0000 0.00 0.00 41 ORR_E13098_MH-12 Junction 15.95 28.01 15.95 0.00 0.00 204.72 28.01 0.00 0.00 0 0033 0.84 3.00 42 ORR_E13098_MH-13 Junction 17.93 28.40 17.93 100.00 10.00 7.81 28.29 0.00 0.11 0 0000 0.00 0.00 43 ORR_E13098_MH-14 Junction 19.02 28.13 19.02 51.39 100.00 17.56 28.02 0.00 0.11 0 0000 0.00 0.00 44 ORR_E13098_MH-15 Junction 15.13 27.64 15.13 0.00 0.00 216.90 27.64 0.00 0.00 0 0034 17.73 28.00 45 ORR_E13098_MH-16 Junction 14.69 27.78 14.69 100.00 10.00 199.08 27.58 0.00 0.20 0 0000 0.00 0.00 46 ORR_E13098_MH-17 Junction 17.55 27.08 17.55 0.00 0.00 19.07 27.08 0.00 0.00 0 0029 0.11 12.00 47 ORR_E13098_MH-18 Junction 12.38 26.95 12.38 0.00 0.00 393.31 26.95 0.00 0.00 0 0030 0.00 0.00 48 ORR_E13098_MH-19 Junction 11.46 26.40 11.46 0.00 0.00 519.84 26.40 0.00 0.00 0 0051 282.72 55.00 49 ORR_E13098_MH-2 Junction 36.79 42.77 36.79 100.00 0.00 4.71 42.67 0.00 0.80 0 0000 0.00 0.00 50 ORR_E13098_MH-3 Junction 37.34 41.59 37.34 0.00 0.00 22.38 41.59 0.00 0.00 0 0030 9.45 39.00 51 ORR_E13098_MH-4 Junction 35.54 41 A5 35.54 0.00 0.00 31.45 41.45 0.00 0.00 0 0040 14.55 41.00 52 ORR_E13098_MH-5 Junction 33.98 42.60 33.98 100.00 100.00 50.83 43.14 0.54 0.00 0 0033 0.05 17.00 53 ORR_E13098_MH-6 Junction 33.39 42.40 33.39 100.00 0.00 69.68 41.66 0.00 1.65 0 0000 0.00 0.00 54 ORR_E13098_MH-7 Junction 32.05 41.90 32.05 100.00 0.00 75.81 39.63 0.00 2.27 0 0000 0.00 0.00 55 ORR_E13098_MH-8 Junction 30.16 41.90 30.16 100.00 0.00 84.59 35.73 0.00 6.17 0 0000 0.00 0.00 56 ORR_E13098_MH-9 Junction 31.25 41.81 31.25 100.00 0.00 42.46 35.86 0.00 5.95 0 0000 0.00 0.00 57 ORR_E13098_MH-JB-1 Junction 22.80 36.81 22.80 0.00 0.00 260.17 30.84 0.00 5.97 0 0000 0.00 0.00 58 ORR_E13098_MH-JB-2 Junction 17.24 29.53 17.24 0.00 0.00 230.02 29.53 0.00 0.00 0 0030 0.33 0.00 59 ORR_E13098_MH-JB-3 Junction 16.79 28.53 16.79 100.00 100.00 199.90 28.56 0.03 0.00 0 0031 0.03 0.00 60 ORR_E13098_MH-JB-4 Junction 14.39 27.60 14.39 100.00 10.00 193.34 27.46 0.00 0.14 0 0000 0.00 0.00 61 ORR_E13098_MH-JB-5 Junction 13.04 27.19 13.04 0.00 0.00 621.99 27.19 0.00 0.00 0 01:25 319.85 105.00 62 ORR_E13098_Open-Pipe Junction 40.34 43.50 40.34 100.00 500.00 9.55 46.37 2.87 0.00 0 0021 0.43 33.00 63 ORR_E13098_Nueces-Bay Outfall 0.39 1129.59 11.39 ADDENDUM 2 ATTACHMENT 3 SHEET 67 OF 176 Link Summary SN Element Element From To(Outlet) Length Inlet Outlet Average Diameter or Manning's Peak Design Flow Peak Flowl Peak Flow Peak Flow Peak Flow Total Time ID Type (Inlet) Node Invert Invert Slope Height Roughness Flow Capacity Design Flow Velocity Depth Depth/ Surcharged Node Elevation Elevation Ratio Total Depth Ratio (ft) (ft) (ft) N (in) (cfs) (cfs) (ft/sec) A (min) 1 ORR E13098 L-01 Pipe ORR-E13098-CI-24 ORR-E13098-MH-JB-3 9.00 24.93 23.19 19.3300 18.000 0.0130 5.96 46.19 0.13 11.04 1.50 1.00 114.00 2 ORR_E13098_L-22 Pipe ORR_E13098_CI-31 ORR_E13098_MH-18 42.00 15.36 14.19 2.7900 24.000 0.0130 11.72 37.76 0.31 5.92 2.00 1.00 173.00 3 ORR E13098 P-01 Pipe ORR_E13098_Open-Pipe ORR-E13098-J-01 184.00 40.34 38.35 1.0800 15.000 0.0130 8.02 6.72 1.19 6.53 1.25 1.00 40.00 4 ORR E13098 P-02 Pipe ORR_E13098 CI-1 ORR-E13098-J-01 17.49 40.37 38.35 11.5500 15.000 0.0130 3.94 21.95 0.18 3.50 1.25 1.00 37.00 5 ORR_E13098_P-03 Pipe ORR_E13098_ECI-1 ORR_E13098_J-40 50.97 40.48 38.05 4.7700 18.000 0.0130 12.97 22.94 0.57 9.23 1.50 1.00 40.00 6 ORR E13098 P-04 Pipe ORR_E13098 J-02 ORR E13098 ECI-1 4.82 40.49 40.48 0.2100 18.000 0.0130 19.50 4.78 4.08 11.03 1.50 1.00 40.00 7 ORR E13098 P-05 Pipe ORR-E13098-J-40 ORR-E13098-MH-1 41.58 38.05 36.41 3.9400 30.000 0.0130 16.90 81.46 0.21 5.18 2.50 1.00 45.00 8 ORR_E13098_P-06 Pipe ORR_E13098_MH-2 ORR_E13098_MH-1 40.00 36.79 36.41 0.9500 18.000 0.0130 5.23 10.24 0.51 3.01 1.50 1.00 58.00 9 ORR E13098 P-07 Pipe ORR-E13098-MH-1 ORR-E13098-CI-3 160.54 36.41 35.77 0.4000 30.000 0.0130 20.28 25.90 0.78 4.13 2.50 1.00 54.00 10 ORR E13098 P-08 Pipe ORR_E13098 CI-5 ORR-E13098-CI-3 84.07 37.34 35.87 1.7500 24.000 0.0130 13.87 29.91 0.46 4.41 2.00 1.00 50.00 11ORR_E13098_P-09 Pipe ORR_E13098_MH-3 ORR_E13098_CI-5 9.00 37.34 37.34 0.0000 24.000 0.0130 11.34 2.38 4.75 4.14 2.00 1.00 50.00 12 ORR E13098 P-10 Pipe ORR_E13098 CI-4 ORR-E13098-MH-3 20.00 37.92 37.34 2.9000 24.000 0.0130 5.30 38.52 0.14 2.86 2.00 1.00 48.00 13 ORR E13098 P-100 Pipe ORR_E13098 ECI-8 ORR-E13098-MH-17 16.30 23.71 19.96 23.0100 18.000 0.0130 8.12 50.38 0.16 11.30 1.50 1.00 122.00 14 ORR_E13098_P-102 Pipe ORR_E13098_CI-15 ORR_E13098_MH-8 13.00 34.09 33.68 3.1500 18.000 0.0130 4.35 18.65 0.23 4.25 1.50 1.00 0.00 15 ORR E13098 P-103 Pipe ORR-E13098-MH-14 ORR-E13098-MH-15 27.00 19.02 16.48 9.4100 18.000 0.0130 17.55 32.22 0.54 12.88 1.50 1.00 152.00 16 ORR E13098 P-104 Pipe ORR_E13098 CI-34 ORR E13098 CI-11 129.77 32.74 32.34 0.3100 42.000 0.0130 74.73 55.86 1.34 7.77 3.50 1.00 61.00 17 ORR_E13098_P-105 Pipe ORR_E13098_CI-32 ORR_E13098_MH-19 6.00 21.11 20.95 2.6700 24.000 0.0130 15.48 36.94 0.42 6.94 2.00 1.00 128.00 18 ORR E13098 P-106 Pipe ORR_E13098 CI-30 ORR-E13098-MH-18 8.00 21.95 21.78 2.1200 24.000 0.0130 15.30 32.98 0.46 6.88 2.00 1.00 125.00 19 ORR E13098 P-107 Pipe ORR_E13098 CI-28 ORR-E13098-MH-JB-5 4.00 24.25 24.00 6.2500 24.000 0.0130 12.47 56.56 0.22 6.11 2.00 1.00 115.00 20 ORR E13098 P-108 Pipe ORR_E13098 MH-11 ORR-E13098-MH-JB-3 109.33 17.12 16.79 0.3000 48.000 0.0130 194.43 269.48 0.72 5.47 4.00 1.00 146.00 21 ORR_E13098_P-109 Pipe ORR-E13098-J-39 ORR_E13098_MH-18 155.08 12.76 12.38 0.2500 99.000 0.0130 393.29 549.13 0.72 6.36 8.25 1.00 145.00 22 ORR E13098 P-11 Pipe ORR_E13098 J-04 ORR-E13098-MH-3 15.61 37.37 37.34 0.1900 18.000 0.0130 6.02 4.60 1.31 3.41 1.50 1.00 54.00 23 ORR E13098 P-12 Pipe ORR_E13098 CI-3 ORR-E13098-CI-6 227.23 35.77 34.94 0.3700 30.000 0.0130 25.32 24.79 1.02 5.16 2.50 1.00 57.00 24 ORR_E13098_P-14 Pipe ORR_E13098_MH4 ORR_E13098_CI-6 82.72 35.54 34.99 0.6600 24.000 0.0130 18.53 18.45 1.00 5.90 2.00 1.00 62.00 25 ORR E13098 P-15 Pipe ORR-E13098-CI-8 ORR E13098 MH-4 9.00 37.04 36.99 0.5600 24.000 0.0130 4.46 16.86 0.26 2.79 2.00 1.00 52.00 26 ORR E13098 P-16 Pipe ORR_E13098 CI-7 ORR E13098 MH-4 20.00 37.48 36.59 4.4500 24.000 0.0130 4.63 47.72 0.10 5.75 2.00 1.00 51.00 27 ORR_E13098_P-17 Pipe ORR-E13098-J-05 ORR_E13098_MH-4 12.53 35.57 35.54 0.2000 24.000 0.0130 20.91 10.12 2.07 6.65 2.00 1.00 62.00 28 ORR E13098 P-18 Pipe ORR_E13098 CI-6 ORR-E13098-CI-9 138.95 34.94 33.93 0.7300 36.000 0.0130 43.45 56.87 0.76 6.15 3.00 1.00 57.00 29 ORR E13098 P-19 Pipe ORR_E13098 CI-9 ORR-E13098-MH-6 178.00 33.93 33.39 0.3000 42.000 0.0130 45.50 55.41 0.82 4.73 3.50 1.00 57.00 30 ORR_E13098_P-20 Pipe ORR_E13098_MH-5 ORR_E13098_MH-6 43.85 33.98 33.91 0.1600 30.000 0.0130 44.02 16.39 2.69 8.97 2.50 1.00 64.00 31 ORR E13098 P-21 Pipe ORR-E13098-J-07 ORR-E13098-MH-5 69.07 34.22 34.08 0.2000 30.000 0.0130 50.83 18.47 2.75 10.36 2.50 1.00 63.00 32 ORR E13098 P-22 Pipe ORR_E13098 MH-6 ORR-E13098-CI-34 207.58 33.39 32.74 0.3100 42.000 0.0130 74.05 56.30 1.32 7.70 3.50 1.00 59.00 33 ORR_E13098_P-23 Pipe ORR_E13098_EMH-04 ORR_E13098_CI-11 224.34 39.45 39.00 0.2000 24.000 0.0130 19.03 10.13 1.88 6.43 1.78 0.89 0.00 34 ORR E13098 P-24 Pipe ORR_E13098 CI-11 ORR-E13098-MH-7 34.89 32.34 32.05 0.8300 42.000 0.0130 69.82 91.73 0.76 7.26 3.50 1.00 60.00 35 ORR E13098 P-25 Pipe ORR_E13098 CI-12 ORR-E13098-MH-7 34.00 37.58 36.73 2.5000 18.000 0.0130 8.43 16.61 0.51 7.12 1.50 1.00 25.00 36 ORR_E13098_P-26 Pipe ORR_E13098_CI-13 ORR_E13098_CI-14 420.32 31.73 30.23 0.3600 42.000 0.0130 77.61 60.10 1.29 8.07 3.50 1.00 58.00 37 ORR E13098 P-27 Pipe ORR-E13098-CI-14 ORR-E13098-MH-8 17.63 30.23 30.16 0.4000 42.000 0.0130 81.96 63.40 1.29 8.52 3.50 1.00 51.00 38 ORR E13098 P-28 Pipe ORR_E13098 MH-9 ORR-E13098-CI-17 42.42 31.25 29.62 3.8400 36.000 0.0130 43.40 130.75 0.33 8.04 3.00 1.00 15.00 39 ORR_E13098_P-29 Pipe ORR_E13098_CI-16 ORR_E13098_MH-9 48.00 34.43 31.50 6.1000 24.000 0.0130 5.19 55.89 0.09 7.46 1.24 0.62 0.00 40 ORR E13098 P-30 Pipe ORR_E13098 J-08 ORR-E13098-MH-9 91.02 31.90 31.25 0.7100 36.000 0.0130 42.46 56.36 0.75 7.95 3.00 1.00 1.00 41 ORR E13098 P-31 Pipe ORR_E13098 CI-17 ORR-E13098-CI-18 439.63 29.62 25.17 1.0100 48.000 0.0130 105.79 144.52 0.73 11.54 4.00 1.00 30.00 42 ORR_E13098_P-32 Pipe ORR_E13098_EMH-06 ORR_E13098_CI-18 83.83 28.66 23.24 6.4700 33.000 0.0130 47.42 134.48 0.35 10.91 2.75 1.00 28.00 43 ORR E13098 P-33 Pipe ORR-E13098-CI-19 ORR-E13098-MH-JB-1 5.00 32.08 30.73 27.0000 18.000 0.0130 0.99 54.58 0.02 9.46 0.16 0.11 0.00 44 ORR E13098 P-34 Pipe ORR_E13098 CI-20 ORR-E13098-MH-10 23.00 25.17 24.53 2.7800 18.000 0.0130 24.61 17.52 1.40 13.93 1.50 1.00 118.00 45 ORR_E13098_P-35 Pipe ORR_E13098_ECI-9 ORR_E13098_CI-20 29.00 32.68 32.44 0.8300 18.000 0.0130 2.27 9.56 0.24 4.15 0.66 0.51 0.00 46 ORR E13098 P-37 Pipe ORR_E13098 CI-21 ORR-E13098-MH-JB-2 12.00 25.05 24.39 5.5000 24.000 0.0130 14.33 53.05 0.27 6.44 2.00 1.00 108.00 47 ORR E13098 P-38 Pipe ORR_E13098 CI-22 ORR-E13098-MH-11 31.00 23.03 22.29 2.3900 24.000 0.0130 13.26 34.95 0.38 6.72 2.00 1.00 123.00 48 ORR_E13098_P-39 Pipe ORR_E13098_MH-JB-2 ORR_E13098_MH-11 39.57 17.24 17.12 0.3000 48.000 0.0130 188.31 270.11 0.70 4.73 4.00 1.00 145.00 49 ORR E13098 P-41 Pipe ORR-E13098-MH-JB-3 ORR-E13098-MH-12 122.30 16.79 15.95 0.6900 60.000 0.0130 200.53 549.64 0.36 5.79 5.00 1.00 142.00 50 ORR E13098 P-42 Pipe ORR_E13098 ECI-3 ORR-E13098-MH-13 27.91 22.84 17.93 17.6000 15.000 0.0130 7.81 27.10 0.29 15.51 1.25 1.00 129.00 51ORR_E13098_P-43 Pipe ORR_E13098_MH-12 ORR_E13098_MH-15 119.34 15.95 15.13 0.6900 60.000 0.0130 202.27 549.75 0.37 4.68 5.00 1.00 147.00 52 ORR E13098 P44 Pipe ORR_E13098 ECI-4 ORR E13098 ECI-5 54.31 24.01 23.16 1.5700 15.000 0.0130 12.68 8.08 1.57 10.73 1.25 1.00 124.00 53 ORR E13098 P-45 Pipe ORR_E13098 ECI-5 ORR-E13098-MH-14 19.65 23.16 19.02 21.0700 18.000 0.0130 17.56 48.22 0.36 14.15 1.50 1.00 127.00 54 ORR_E13098_P46 Pipe ORR_E13098_CI-25 ORR_E13098_MH-15 5.00 23.25 22.38 17.4000 18.000 0.0130 8.75 43.82 0.20 9.84 1.50 1.00 125.00 55 ORR E13098 P-47 Pipe ORR-E13098-MH-15 ORR-E13098-MH-16 64.30 15.13 14.69 0.6900 60.000 0.0130 139.86 549.87 0.25 4.20 5.00 1.00 153.00 56 ORR E13098 P-48 Pipe ORR_E13098 CI-26 ORR-E13098-MH-16 24.00 23.95 23.57 1.5800 24.000 0.0130 13.18 28.47 118.00 57 ORR E13098 P-49 Pipe ORR_E13098 ECI-7 ORR-E13098-MH-JB-4 94.12 21.76 18.28 3.7000 18.000 0.0130 24.31 20.20 1.20 13.76 1.50 1.0 146.00 58 ORR_E13098_P-50 Pipe ORR_E13098_ECI-6 ORR_E13098_ECI-7 33.16 24.08 23.66 1.2700 15.000 0.0130 10.65 7.27 1.47 ADDENDUM 2.0 134.00 ATTACHMENT 3 SHEET 68 OF 176 Reported Condition SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED >CAPACITY SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED Calculated SURCHARGED SURCHARGED SURCHARGED Calculated SURCHARGED Calculated SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED ADDENDUM 2 ATTACHMENT 3 SHEET 69 OF 176 Link Summary SN Element Element From To(Outlet) Length Inlet Outlet Average Diameter or Manning's Peak Design Flow Peak Flowl Peak Flow Peak Flow Peak Flow Total Time ID Type (Inlet) Node Invert Invert Slope Height Roughness Flow Capacity Design Flow Velocity Depth Depth/ Surcharged Node Elevation Elevation Ratio Total Depth Ratio (ft) (ft) (ft) N (in) (cfs) (cfs) (ft/sec) A (min) 59 ORR E13098 P-51 Pipe ORR-E13098-MH-JB-4 ORR-E13098-MH-JB-5 178.75 14.39 13.04 0.7600 60.000 0.0130 177.25 576.58 0.31 3.54 5.00 1.00 159.00 60 ORR_E13098_P-52 Pipe ORR_E13098_J-11 ORR-E13098-MH-JB-5 15.00 13.50 13.04 3.0700 96.000 0.0130 570.64 1597.22 0.36 11.35 8.00 1.00 144.00 61 ORR E13098 P-55 Pipe ORR-E13098-J-10 ORR E13098 ECI-8 11.42 23.90 23.71 1.6600 15.000 0.0130 4.02 8.33 0.48 6.28 1.25 1.00 122.00 62 ORR E13098 P-57 Pipe ORR_E13098 MH-JB-5 ORR-E13098-J-39 115.92 13.04 12.76 0.2400 99.000 0.0130 393.24 545.21 0.72 6.36 8.25 1.00 144.00 63 ORR_E13098_P-58 Pipe ORR-E13098-MH-18 ORR-E13098-MH-19 259.00 12.38 11.46 0.3600 99.000 0.0130 393.34 661.16 0.59 6.36 8.25 1.00 146.00 64 ORR E13098 P-59 Pipe ORR_E13098 CI-33 ORR-E13098-MH-19 43.00 14.75 12.65 4.8800 24.000 0.0130 11.21 49.99 0.22 5.82 2.00 1.00 177.00 65 ORR E13098 P-60 Pipe ORR-E13098-MH-19 ORR-E13098-J-14 94.92 11.46 11.35 0.1200 99.000 0.0130 393.40 382.76 1.03 6.36 8.25 1.00 151.00 66 ORR_E13098_P-61 Pipe ORR-E13098-J-14 ORR-E13098-J-15 21.31 11.35 11.32 0.1200 99.000 0.0130 393.45 387.49 1.02 6.36 8.25 1.00 150.00 67 ORR E13098 P-62 Pipe ORR-E13098-J-15 ORR-E13098-J-16 20.28 11.32 11.30 0.1200 99.000 0.0130 393.50 381.62 1.03 6.36 8.25 1.00 149.00 68 ORR E13098 P-63 Pipe ORR_E13098 J-16 ORR-E13098-J-17 25.00 11.30 11.27 0.1200 99.000 0.0130 393.57 377.86 1.04 6.36 8.25 1.00 148.00 69 ORR_E13098_P-64 Pipe ORR-E13098-J-17 ORR-E13098-J-18 24.12 11.27 11.24 0.1200 99.000 0.0130 393.64 377.93 1.04 6.36 8.25 1.00 146.00 70 ORR E13098 P-65 Pipe ORR_E13098 J-18 ORR-E13098-J-19 22.93 11.24 11.21 0.1200 99.000 0.0130 393.71 380.63 1.03 6.36 8.25 1.00 145.00 71 ORR E13098 P-66 Pipe ORR-E13098-J-19 ORR-E13098-J-20 33.56 11.21 11.17 0.1200 99.000 0.0130 393.79 383.00 1.03 6.36 8.25 1.00 143.00 72 ORR_E13098_P-67 Pipe ORR-E13098-J-20 ORR-E13098-J-21 105.79 11.17 11.05 0.1200 99.000 0.0130 393.87 382.85 1.03 6.37 8.25 1.00 141.00 73 ORR E13098 P-68 Pipe ORR-E13098-J-21 ORR-E13098-J-22 105.70 11.05 10.92 0.1200 111.000 0.0130 393.98 446.59 0.88 5.68 9.25 1.00 124.00 74 ORR E13098 P-69 Pipe ORR_E13098 J-22 ORR-E13098-J-23 176.14 10.92 10.72 0.1200 120.000 0.0130 394.24 486.12 0.81 5.41 10.00 1.00 84.00 75 ORR_E13098_P-70 Pipe ORR-E13098-J-23 ORR-E13098-J-24 29.23 10.72 10.66 0.1800 120.000 0.0130 394.53 601.04 0.66 5.62 10.00 1.00 80.00 76 ORR E13098 P-71 Pipe ORR_E13098 J-24 ORR-E13098-J-25 341.89 10.66 10.05 0.1800 120.000 0.0130 394.94 604.46 0.65 5.75 10.00 1.00 80.00 77 ORR E13098 P-72 Pipe ORR-E13098-J-25 ORR-E13098-J-26 231.58 10.05 9.63 0.1800 120.000 0.0130 395.44 632.47 0.63 5.59 10.00 1.00 82.00 78 ORR E13098 P-73 Pipe ORR_E13098 J-26 ORR-E13098-J-27 91.08 9.63 9.47 0.1800 120.000 0.0130 395.96 632.02 0.63 5.72 10.00 1.00 80.00 79 ORR_E13098_P-74 Pipe ORR-E13098-J-27 ORR-E13098-J-28 694.53 9.47 8.79 0.1000 120.000 0.0130 399.58 508.32 0.79 5.51 10.00 1.00 80.00 80 ORR E13098 P-75 Pipe ORR_E13098 J-28 ORR-E13098-J-29 801.73 8.79 7.91 0.1100 120.000 0.0130 514.13 535.96 0.96 6.23 10.00 1.00 81.00 81 ORR E13098 P-76 Pipe ORR-E13098-J-29 ORR-E13098-J-30 597.36 7.91 6.84 0.1800 132.000 0.0130 760.74 779.41 0.98 8.38 11.00 1.00 74.00 82 ORR_E13098_P-77 Pipe ORR-E13098-J-30 ORR-E13098-J-31 196.10 6.84 6.49 0.1800 132.000 0.0130 788.34 878.50 0.90 7.96 11.00 1.00 75.00 83 ORR E13098 P-78 Pipe ORR-E13098-J-31 ORR-E13098-J-32 272.17 6.49 6.00 0.1800 132.000 0.0130 778.81 878.56 0.89 7.87 11.00 1.00 73.00 84 ORR E13098 P-79 Pipe ORR_E13098 J-32 ORR-E13098-J-33 49.37 6.00 5.91 0.1800 132.000 0.0130 783.18 879.10 0.89 7.91 11.00 1.00 69.00 85 ORR_E13098_P-80 Pipe ORR-E13098-J-33 ORR-E13098-J-34 304.10 5.91 5.36 0.1800 132.000 0.0130 1051.46 911.61 1.15 10.33 11.00 1.00 67.00 86 ORR E13098 P-81 Pipe ORR_E13098 J-34 ORR-E13098-J-35 330.09 5.36 4.77 0.1800 132.000 0.0130 1043.21 911.81 1.14 10.25 11.00 1.00 63.00 87 ORR E13098 P-82 Pipe ORR-E13098-J-35 ORR-E13098-J-36 705.02 4.77 3.50 0.1800 132.000 0.0130 1039.25 911.93 1.14 10.21 11.00 1.00 62.00 88 ORR_E13098_P-83 Pipe ORR-E13098-J-36 ORR-E13098-J-37 394.15 3.50 2.20 0.3300 132.000 0.0130 1087.42 1231.12 0.88 10.69 11.00 1.00 61.00 89 ORR E13098 P-84 Pipe ORR-E13098-J-37 ORR-E13098-J-38 388.65 2.20 0.92 0.3300 132.000 0.0130 1129.64 1235.47 0.91 11.10 11.00 1.00 60.00 90 ORR E13098 P-85 Pipe ORR_E13098 J-38 ORR E13098 Nueces-Bay 295.55 0.92 0.39 0.1800 132.000 0.0130 1129.59 910.23 1.24 11.10 11.00 1.00 30.00 91ORR_E13098_P-86 Pipe ORR-E13098-J-01 ORR-E13098-J-40 11.24 38.35 38.05 2.6700 15.000 0.0130 6.91 10.55 0.66 5.91 1.25 1.00 50.00 92 ORR E13098 P-87 Pipe ORR_E13098 CI-2 ORR-E13098-MH-2 30.00 37.14 36.79 1.1700 18.000 0.0130 4.71 11.35 0.42 3.65 1.50 1.00 56.00 93 ORR E13098 P-88 Pipe ORR-E13098-CI-10 ORR-E13098-MH-5 87.00 36.50 36.00 0.5700 18.000 0.0130 6.95 7.96 0.87 3.93 1.50 1.00 53.00 94 ORR_E13098_P-89 Pipe ORR-E13098-MH-7 ORR-E13098-CI-13 39.69 32.05 31.73 0.8100 42.000 0.0130 73.45 90.34 0.81 7.63 3.50 1.00 59.00 95 ORR E13098 P-90 Pipe ORR-E13098-MH-8 ORR-E13098-CI-17 136.97 30.16 29.62 0.3900 42.000 0.0130 79.96 63.17 1.27 8.75 3.50 1.00 37.00 96 ORR E13098 P-91 Pipe ORR_E13098 CI-18 ORR-E13098-MH-JB-1 15.00 23.24 22.80 2.9300 24.000 0.0130 149.31 193.93 0.77 12.44 2.00 1.00 121.00 97 ORR_E13098_P-92 Pipe ORR-E13098-MH-JB-1 ORR-E13098-MH-10 47.88 22.80 22.08 1.5000 60.000 0.0130 165.16 747.22 0.22 9.92 5.00 1.00 55.00 98 ORR E13098 P-93 Pipe ORR_E13098 MH-10 ORR-E13098-MH-JB-2 323.11 22.08 17.24 1.5000 60.000 0.0130 186.09 745.77 0.25 7.87 5.00 1.00 108.00 99 ORR E13098 P-94 Pipe ORR-E13098-CI-23 ORR-E13098-MH-JB-3 19.00 20.09 19.76 1.7400 18.000 0.0130 8.28 13.84 0.60 4.69 1.50 1.00 139.00 100 ORR_E13098_P-95 Pipe ORR-E13098-MH-13 ORR-E13098-MH-12 21.00 17.93 16.43 7.1400 24.000 0.0130 8.33 60.46 0.14 8.69 2.00 1.00 154.00 101 ORR E13098 P-96 Pipe ORR-E13098-MH-16 ORR E13098 MH-JB-4 43.80 14.69 14.39 0.6900 60.000 0.0130 194.53 549.79 0.35 3.89 5.00 1.00 157.00 102 ORR E13098 P-97 Pipe ORR_E13098 MH-17 ORR-E13098-MH-JB-5 35.00 17.55 16.51 2.9700 18.000 0.0130 13.16 18.11 0.73 7.45 1.50 1.00 163.00 103 ORR_E13098_P-98 Pipe ORR-E13098-CI-27 ORR-E13098-MH-17 15.00 23.50 19.96 23.6000 18.000 0.0130 7.10 51.03 0.14 8.93 1.50 1.00 123.00 104 ORR E13098 P-99 Pipe ORR_E13098 CI-29 ORR-E13098-MH-17 51.00 23.37 22.29 2.1200 18.000 0.0130 5.03 15.29 0.33 5.43 1.50 1.00 124.00 105 ORR-E13098-L-02 Channel ORR E13098 CI-9 ORR-E13098-CI-6 140.74 42.31 41.94 0.2600 6.000 0.0130 1.79 8.17 0.22 10.40 0.16 0.32 0.00 106 ORR-E13098-L-03 Channel ORR-E13098-CI-17 ORR-E13098-CI-18 439.77 41.20 37.26 0.8900 6.000 0.0130 0.37 15.69 0.02 0.78 0.20 0.41 0.00 107 ORR-E13098-L-04 Channel ORR-E13098-CI-18 ORR-E13098-CI-23 583.00 36.29 28.86 1.2700 6.000 0.0130 7.39 18.99 0.39 5.15 0.30 0.61 0.00 108 ORR-E13098-L-05 Channel ORR-E13098-CI-23 ORR-E13098-CI-26 310.19 28.86 27.82 0.3400 6.000 0.0130 5.56 9.23 0.60 9.21 0.30 0.63 0.00 109 ORR-E13098-L-06 Channel ORR E13098 ECI-5 ORR-E13098-CI-27 315.64 28.16 27.23 0.2900 6.000 0.0130 0.00 9.06 0.00 0.00 0.00 0.01 0.00 110 ORR-E13098-L-07 Channel ORR-E13098-CI-26 ORR-E13098-CI-27 196.00 27.80 27.23 0.2900 6.000 0.0130 0.00 9.25 0.00 0.00 0.00 0.01 0.00 111 ORR-E13098-L-08 Channel ORR-E13098-CI-30 ORR-E13098-CI-32 258.00 26.40 25.80 0.2300 6.000 0.0130 12.33 19.75 0.62 2.57 0.43 0.85 0.00 112 ORR-E13098-L-09 Channel ORR-E13098-MH-2 ORR-E13098-CI-3 158.20 42.97 42.70 0.1700 6.000 0.0130 0.00 7.50 0.00 0.00 0.05 0.10 0.00 113 ORR-E13098-L-10 Channel ORR-E13098-CI-3 ORR-E13098-CI-6 230.62 42.70 42.00 0.3000 6.000 0.0130 0.72 8.27 0.09 7.04 0.08 0.17 0.00 114 ORR E13098 L-11 Channel ORR-E13098-MH-6 ORR-E13098-CI-9 182.61 42.81 42.31 0.2700 6.000 0.0130 0.00 8.34 0.00 115 ORR E13098 L-12 Channel ORR-E13098-CI-24 ORR-E13098-CI-25 243.41 28.86 28.04 0.3400 6.000 0.0130 7.25 8.79 0.83 14.72 0.39 0.7 0.00 116ORR-E13098-L-13 Channel ORR E13098 ECI-7 ORR-E13098-CI-28 247.88 27.91 26.70 0.4900 6.000 0.0130 0.00 23.56 0.00 ADDENDUM 2.4 0.00 ATTACHMENT 3 SHEET 70 OF 176 Reported Condition SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED SURCHARGED ADDENDUM 2 ATTACHMENT 3 SHEET 71 OF 176 Link Summary SN Element Element From To(Outlet) Length Inlet Outlet Average Diameter or Manning's Peak Design Flow Peak Flowl Peak Flow Peak Flow Peak Flow Total Time ID Type (Inlet) Node Invert Invert Slope Height Roughness Flow Capacity Design Flow Velocity Depth Depth/ Surcharged Node Elevation Elevation Ratio Total Depth Ratio (ft) (ft) (ft) N) (in) (cfs) (cfs) (ft/sec) (ft) (min) 117 ORR E13098 L-14 Channel ORR E13098 CI-28 ORR E13098 CI-30 269.69 26.70 26.40 0.1100 6.000 0.0130 17.76 20.72 0.86 7.35 0.43 0.87 0.00 118 ORR E13098 L-15 Channel ORR E13098 CI-19 ORR E13098 CI-20 80.52 37.15 35.40 2.1700 6.000 0.0130 4.45 23.37 0.19 4.94 0.18 0.36 0.00 119 ORR E13098 L-16 Channel ORR E13098 CI-14 ORR E13098 CI-17 160.82 42.40 40.96 0.9000 6.000 0.0130 0.00 12.63 0.00 0.00 0.02 0.05 0.00 120 ORR E13098 L-17 Channel ORR E13098 CI-27 ORR E13098 ECI-8 34.46 27.23 26.86 1.0700 6.000 0.0130 0.07 14.37 0.00 0.00 0.01 0.01 0.00 121 ORR E13098 L-18 Channel ORR E13098 MH-6 ORR E13098 CI-34 212.65 42.81 42.20 0.2900 6.000 0.0130 0.00 5.68 0.00 0.00 0.00 0.01 0.00 122 ORR E13098 L-19 Channel ORR E13098 CI-34 ORR E13098 CI-11 135.33 42.20 42.00 0.1500 6.000 0.0130 0.29 10.07 0.03 0.00 0.01 0.02 0.00 ADDENDUM 2 ATTACHMENT 3 SHEET 72 OF 176 Reported Condition ADDENDUM 2 ATTACHMENT 3 SHEET 73 OF 176 Inlet Summary SN Element Inlet Manufacturer Inlet Number of Catchbasin Max(Rim) Initial Ponded Peak Peak Flow Peak Flow Inlet Allowable Max Gutter Max Gutter ID Manufacturer Part Location Inlets Invert Elevation Water Area Flow Intercepted Bypassing Efficiency Spread Spread Water Elev. Number Elevation Elevation by Inlet during Peak during Peak during Peak Inlet Flow Flow Flow (ft) (ft) (ft) (ft') (cfs) (cfs) (cfs) (%) (ft) (ft) (ft) 1 ORR-E13098-CI-1 FHWA HEC-22 GENERIC NIA On Sag 1 40.37 42.72 40.37 10.00 1.30 NIA NIA NIA 7.00 9.66 42.91 2 ORR_E13098_CI-10 FHWA HEC-22 GENERIC NIA On Sag 1 36.50 42.56 36.50 10.00 2.55 NIA NIA NIA 7.00 15.26 42.87 3 ORR E13098 CI-11 FHWA HEC-22 GENERIC NIA On Sag 1 32.34 42.30 32.34 10.00 0.00 NIA NIA NIA 7.00 0.00 42.30 4 ORR-E13098-CI-12 FHWA HEC-22 GENERIC NIA On Sag 1 37.58 42.23 37.58 10.00 8.41 NIA NIA NIA 7.00 33.37 42.93 5 ORR_E13098_CI-13 FHWA HEC-22 GENERIC NIA On Sag 1 31.73 42.32 31.73 10.00 6.15 NIA NIA NIA 7.00 27.29 43.11 6 ORR E13098 CI-14 FHWA HEC-22 GENERIC NIA On Sag 1 30.23 42.34 30.23 10.00 1.36 NIA NIA NIA 7.00 9.97 42.54 7 ORR E13098 CI-15 FHWA HEC-22 GENERIC NIA On Sag 1 34.09 42.10 34.09 10.00 0.88 NIA NIA NIA 7.00 7.22 42.24 8 ORR-E13098-CI-16 FHWA HEC-22 GENERIC NIA On Sag 1 34.43 41.89 34.43 10.00 4.54 NIA NIA NIA 7.00 22.49 42.34 9 ORR E13098 CI-17 FHWA HEC-22 GENERIC NIA On Grade 1 29.62 41.39 29.62 NIA 0.80 0.41 0.39 50.94 7.00 6.60 41.52 10 ORR E13098 CI-18 FHWA HEC-22 GENERIC NIA On Grade 1 23.24 37.13 23.24 NIA 3.18 0.72 2.46 22.57 7.00 9.77 37.33 11 ORR-E13098-CI-19 FHWA HEC-22 GENERIC NIA On Grade 1 32.08 37.13 32.08 NIA 5.44 0.99 4.45 18.22 7.00 11.96 37.37 12 ORR E13098 CI-2 FHWA HEC-22 GENERIC NIA On Sag 1 37.14 42.77 37.14 10.00 7.09 NIA NIA NIA 7.00 19.10 44.74 13 ORR E13098 CI-20 FHWA HEC-22 GENERIC NIA On Sag 1 25.17 35.29 25.17 10.00 15.07 NIA NIA NIA 7.00 31.01 37.05 14 ORR-E13098-CI-21 FHWA HEC-22 GENERIC NIA On Sag 1 25.05 29.79 25.05 10.00 2.08 NIA NIA NIA 7.00 8.41 29.96 15 ORR E13098 CI-22 FHWA HEC-22 GENERIC NIA On Sag 1 23.03 29.22 23.03 10.00 5.68 NIA NIA NIA 7.00 25.96 29.96 16 ORR E13098 CI-23 FHWA HEC-22 GENERIC NIA On Grade 1 20.09 28.86 20.09 NIA 8.72 3.15 5.56 36.15 7.00 16.58 29.19 17 ORR-E13098-CI-24 FHWA HEC-22 GENERIC NIA On Grade 1 24.93 28.78 24.93 NIA 10.87 3.61 7.25 33.25 7.00 18.01 29.14 18 ORR E13098 CI-25 FHWA HEC-22 GENERIC NIA On Sag 1 23.25 27.96 23.25 10.00 1.76 NIA NIA NIA 7.00 7.49 28.11 19 ORR E13098 CI-26 FHWA HEC-22 GENERIC NIA On Sag 1 23.95 27.74 23.95 10.00 1.84 NIA NIA NIA 7.00 7.72 27.89 20 ORR E13098 CI-27 FHWA HEC-22 GENERIC NIA On Grade 1 23.50 27.14 23.50 NIA 0.88 0.81 0.07 92.44 7.00 7.98 27.30 21 ORR-E13098-CI-28 FHWA HEC-22 GENERIC NIA On Grade 1 24.25 27.09 24.25 NIA 23.36 5.60 17.76 23.98 7.00 23.60 27.56 22 ORR E13098 CI-29 FHWA HEC-22 GENERIC NIA On Sag 1 23.37 27.28 23.37 10.00 2.42 NIA NIA NIA 7.00 9.28 28.32 23 ORR E13098 CI-3 FHWA HEC-22 GENERIC NIA On Grade 1 35.77 42.62 35.77 NIA 1.44 0.72 0.72 50.12 7.00 10.24 42.82 24 ORR_E13098_CI-30 FHWA HEC-22 GENERIC NIA On Sag 1 21.95 26.83 21.95 100.00 5.88 NIA NIA NIA 7.00 16.85 27.17 25 ORR E13098 CI-31 FHWA HEC-22 GENERIC NIA On Sag 1 15.36 26.80 15.36 10.00 5.25 NIA NIA NIA 7.00 15.62 28.55 26 ORR E13098 CI-32 FHWA HEC-22 GENERIC NIA On Sag 1 21.11 26.22 21.11 100.00 11.80 NIA NIA NIA 7.00 26.60 26.75 27 ORR-E13098-CI-33 FHWA HEC-22 GENERIC NIA On Sag 1 14.75 26.19 14.75 10.00 3.88 NIA NIA NIA 7.00 12.76 28.01 28 ORR E13098 CI-34 FHWA HEC-22 GENERIC NIA On Grade 1 32.74 42.54 32.74 NIA 2.34 2.06 0.29 87.83 7.00 9.15 42.81 29 ORR E13098 C14 FHWA HEC-22 GENERIC NIA On Sag 1 37.92 41.75 37.92 10.00 5.12 NIA NIA NIA 7.00 24.38 42.24 30 ORR_E13098_CI-5 FHWA HEC-22 GENERIC NIA On Sag 1 37.34 41.92 37.34 10.00 4.59 NIA NIA NIA 7.00 22.68 42.37 31 ORR E13098 CI-6 FHWA HEC-22 GENERIC NIA On Sag 1 34.94 41.94 34.94 10.00 6.86 NIA NIA NIA 7.00 29.19 42.62 32 ORR E13098 CI-7 FHWA HEC-22 GENERIC NIA On Sag 1 37.48 41.68 37.48 10.00 4.36 NIA NIA NIA 7.00 21.91 42.12 33 ORR-E13098-CI-8 FHWA HEC-22 GENERIC NIA On Sag 1 37.04 41.78 37.04 10.00 3.92 NIA NIA NIA 7.00 20.42 42.19 34 ORR E13098 CI-9 FHWA HEC-22 GENERIC NIA On Grade 1 33.93 42.31 33.93 NIA 2.76 0.96 1.79 34.95 7.00 11.99 42.55 35 ORR E13098 ECI-1 FHWA HEC-22 GENERIC NIA On Sag 1 40.48 43.98 40.48 10.00 0.87 NIA NIA NIA 7.00 7.01 44.12 36 ORR_E13098_ECI-3 FHWA HEC-22 GENERIC NIA On Sag 1 22.84 28.49 22.84 10.00 8.20 NIA NIA NIA 7.00 21.04 29.88 37 ORR E13098 EC14 FHWA HEC-22 GENERIC NIA On Sag 1 24.01 28.11 24.01 10.00 14.24 NIA NIA NIA 7.00 29.89 29.77 38 ORR E13098 ECI-5 FHWA HEC-22 GENERIC NIA On Sag 1 23.16 28.16 23.16 10.00 8.08 NIA NIA NIA 7.00 20.85 29.59 39 ORR_E13098_ECI-6 FHWA HEC-22 GENERIC NIA On Sag 1 24.08 27.83 24.08 10.00 16.70 NIA NIA NIA 7.00 33.21 30.47 40 ORR E13098 ECI-7 FHWA HEC-22 GENERIC NIA On Sag 1 21.76 27.91 21.76 10.00 22.19 NIA NIA NIA 7.00 46.58 30.25 41 ORR E13098 ECI-8 FHWA HEC-22 GENERIC NIA On Sag 1 23.71 26.86 23.71 10.00 0.00 NIA NIA NIA 7.00 0.00 26.86 42 ORR_E13098_ECI-9 FHWA HEC-22 GENERIC NIA On Sag 1 32.68 35.33 32.68 10.00 2.05 NIA NIA NIA 7.00 13.24 35.59 ADDENDUM 2 ATTACHMENT 3 SHEET 74 OF 176 Junction Input SN Element Invert Ground/Rim Ground/Rim Initial Initial Surcharge Surcharge Ponded Minimum ID Elevation (Max) (Max) Water Water Elevation Depth Area Pipe Elevation Offset Elevation Depth Cover (ft) (ft) (ft) (ft) (ft) (ft) (ft) (ft') (in) 1 ORR_E13098_EMH-04 39.45 43.00 3.55 39.45 0.00 100.00 57.00 0.00 0.00 2 ORR_E13098_EMH-06 28.66 36.11 7.45 28.66 0.00 100.00 63.89 100.00 0.00 3 ORR_E13098_J-01 38.35 43.00 4.65 38.35 0.00 0.00 -43.00 0.00 0.00 4 ORR_E13098_J-02 40.49 44.00 3.51 40.49 0.00 100.00 56.00 0.00 0.00 5 ORR_E13098_J-04 37.37 42.00 4.63 37.37 0.00 100.00 58.00 0.00 0.00 6 ORR_E13098_J-05 35.57 42.00 6.43 35.57 0.00 100.00 58.00 0.00 0.00 7 ORR_E13098_J-07 34.22 43.50 9.28 34.22 0.00 100.00 56.50 0.00 0.00 8 ORR_E13098_J-08 31.90 42.50 10.60 31.90 0.00 100.00 57.50 0.00 0.00 9 ORR_E13098_J-10 23.90 27.00 3.10 23.90 0.00 100.00 73.00 100.00 0.00 10 ORR_E13098_J-11 13.50 28.00 14.50 13.50 0.00 100.00 72.00 100.00 0.00 11 ORR_E13098_J-14 11.35 26.00 14.65 11.35 0.00 100.00 74.00 100.00 0.00 12 ORR_E13098_J-15 11.32 26.00 14.68 11.32 0.00 100.00 74.00 100.00 0.00 13 ORR_E13098_J-16 11.30 26.00 14.70 11.30 0.00 100.00 74.00 100.00 0.00 14 ORR_E13098_J-17 11.27 26.00 14.73 11.27 0.00 100.00 74.00 100.00 0.00 15 ORR_E13098_J-18 11.24 26.00 14.76 11.24 0.00 100.00 74.00 100.00 0.00 16 ORR_E13098_J-19 11.21 26.00 14.79 11.21 0.00 100.00 74.00 100.00 0.00 17 ORR_E13098_J-20 11.17 26.00 14.83 11.17 0.00 100.00 74.00 100.00 0.00 18 ORR_E13098_J-21 11.05 26.00 14.95 11.05 0.00 100.00 74.00 500.00 0.00 19 ORR_E13098_J-22 10.92 26.00 15.08 10.92 0.00 100.00 74.00 500.00 0.00 20 ORR_E13098_J-23 10.72 26.00 15.29 10.72 0.00 100.00 74.00 500.00 0.00 21 ORR_E13098_J-24 10.66 26.00 15.34 10.66 0.00 100.00 74.00 500.00 0.00 22 ORR_E13098_J-25 10.05 26.00 15.95 10.05 0.00 100.00 74.00 500.00 0.00 23 ORR_E13098_J-26 9.63 24.00 14.37 9.63 0.00 100.00 76.00 500.00 0.00 24 ORR_E13098_J-27 9.47 24.00 14.53 9.47 0.00 100.00 76.00 500.00 0.00 25 ORR_E13098_J-28 8.79 24.00 15.21 8.79 0.00 100.00 76.00 500.00 0.00 26 ORR_E13098_J-29 7.91 22.00 14.09 7.91 0.00 100.00 78.00 500.00 0.00 27 ORR_E13098_J-30 6.84 19.97 13.13 6.84 0.00 100.00 80.03 500.00 0.00 28 ORR_E13098_J-31 6.49 1930 12.82 6.49 0.00 100.00 80.70 500.00 0.00 29 ORR_E13098_J-32 6.00 18.38 12.38 6.00 0.00 100.00 81.62 500.00 0.00 30 ORR_E13098_J-33 5.91 18.21 12.30 5.91 0.00 100.00 81.79 500.00 0.00 31 ORR_E13098_J-34 5.36 17.18 11.82 5.36 0.00 100.00 82.83 500.00 0.00 32 ORR_E13098_J-35 4.77 16.05 11.29 4.77 0.00 100.00 83.95 500.00 0.00 33 ORR_E13098_J-36 3.50 16.00 12.50 3.50 0.00 100.00 84.00 500.00 0.00 34 ORR_E13098_J-37 2.20 16.00 13.80 2.20 0.00 100.00 84.00 500.00 0.00 35 ORR_E13098_J-38 0.92 16.00 15.08 0.92 0.00 100.00 84.00 500.00 0.00 36 ORR_E13098_J-39 12.76 27.40 14.64 12.76 0.00 0.00 -27.40 0.00 0.00 37 ORR_E13098_J-40 38.05 43.48 5.43 36.58 -1.47 0.00 -43.48 0.00 0.00 38 ORR_E13098_MH-1 36.41 42.85 6.44 36.41 0.00 0.00 -42.85 0.00 0.00 39 ORR_E13098_MH-10 22.08 36.88 14.80 22.08 0.00 100.00 63.12 0.00 0.00 40 ORR_E13098_MH-11 17.12 29.32 12.20 17.12 0.00 100.00 70.68 100.00 0.00 41 ORR_E13098_MH-12 15.95 28.01 12.06 15.95 0.00 0.00 -28.01 0.00 0.00 42 ORR_E13098_MH-13 17.93 28.40 10.47 17.93 0.00 100.00 71.60 10.00 0.00 43 ORR_E13098_MH-14 19.02 28.13 9.11 19.02 0.00 51.39 23.26 100.00 0.00 44 ORR_E13098_MH-15 15.13 27.64 12.51 15.13 0.00 0.00 -27.64 0.00 0.00 45 ORR_E13098_MH-16 14.69 27.78 13.09 14.69 0.00 100.00 72.22 10.00 0.00 46 ORR_E13098_MH-17 17.55 27.08 9.53 17.55 0.00 0.00 -27.08 0.00 0.00 47 ORR_E13098_MH-18 12.38 26.95 14.57 12.38 0.00 0.00 -26.95 0.00 0.00 48 ORR_E13098_MH-19 11.46 26.40 14.94 11.46 0.00 0.00 -26.40 0.00 0.00 49 ORR_E13098_MH-2 36.79 42.77 5.98 36.79 0.00 100.00 57.23 0.00 0.00 50 ORR_E13098_MH-3 37.34 41.59 4.25 37.34 0.00 0.00 -41.59 0.00 0.00 51 ORR_E13098_MH-4 35.54 41.45 5.91 35.54 0.00 0.00 -41.45 0.00 0.00 52 ORR_E13098_MH-5 33.98 42.60 8.62 33.98 0.00 100.00 57.40 100.00 0.00 53 ORR_E13098_MH-6 33.39 42.40 9.01 33.39 0.00 100.00 57.60 0.00 0.00 54 ORR_E13098_MH-7 32.05 41.90 9.85 32.05 0.00 100.00 58.10 0.00 0.00 55 ORR_E13098_MH-8 30.16 41.90 11.74 30.16 0.00 100.00 58.10 0.00 0.00 56 ORR_E13098_MH-9 31.25 41.81 10.56 31.25 0.00 100.00 58.19 0.00 0.00 57 ORR_E13098_MH-JB-1 22.80 36.81 14.01 22.80 0.00 0.00 -36.81 0.00 0.00 58 ORR_E13098_MH-JB-2 17.24 29.53 12.29 17.24 0.00 0.00 -29.53 0.00 0.00 59 ORR_E13098_MH-JB-3 16.79 28.53 11.74 16.79 0.00 100.00 71.47 100.00 0.00 60 ORR_E13098_MH-JB-4 14.39 27.60 13.21 14.39 0.00 100.00 72.40 10.00 0.00 61 ORR_E13098_MH-JB-5 13.04 27.19 14.15 13.04 0.00 0.00 -27.19 0.00 0.00 62 ORR_E13098_Open-Pipe 40.34 43.50 3.16 40.34 0.00 100.00 56.50 500.00 0.00 ADDENDUM 2 ATTACHMENT 3 SHEET 75 OF 176 Junction Results SN Element Peak Peak Max HGL Max HGL Max Min Average HGL Average HGL Time of Time of Total Total Time ID Inflow Lateral Elevation Depth Surcharge Freeboard Elevation Depth Max HGL Peak Flooded Flooded Inflow Attained Attained Depth Attained Attained Attained Occurrence Flooding Volume Attained Occurrence (cfs) (cfs) (ft) (ft) (ft) (ft) (ft) (ft) (days hh:mm) (days hh:mm) (ac-in) (min) 1 ORR_E13098_EMH-04 19.02 19.02 42.68 3.23 0.00 0.32 39.53 0.08 0 01:35 0 0000 0.00 0.00 2 ORR_E13098_EMH-06 44.33 44.33 36.77 8.11 0.66 0.00 28.71 0.05 0 0032 0 0032 0.10 1.00 3 ORR_E13098_J-01 8.02 0.00 42.93 4.58 0.00 0.07 38.41 0.06 0 0033 0 0000 0.00 0.00 4 ORR_E13098_J-02 19.51 19.51 45.49 5.00 1.49 0.00 40.56 0.07 0 0039 0 0000 0.00 0.00 5 ORR_E13098_J-04 6.00 6.00 42.54 5.17 0.54 0.00 37.44 0.07 0 0058 0 0000 0.00 0.00 6 ORR_E13098_J-05 20.89 20.89 42.40 6.83 0.40 0.00 35.69 0.12 0 0053 0 0000 0.00 0.00 7 ORR_E13098_J-07 50.88 50.88 45.39 11.17 1.89 0.00 34.38 0.16 0 0040 0 0000 0.00 0.00 8 ORR_E13098_J-08 42.27 42.27 36.65 4.75 0.00 5.85 31.97 0.07 0 0033 0 0000 0.00 0.00 9 ORR_E13098_J-10 3.68 2.46 27.27 3.37 0.27 0.00 24.00 0.10 0 0030 0 0030 0.01 1.00 10 ORR_E13098_J-11 570.08 570.08 29.67 16.17 1.67 0.00 14.08 0.58 0 01:42 0 0142 0.39 81.00 11 ORR_E13098_J-14 393.40 18.22 26.66 15.31 0.66 0.00 11.94 0.59 0 0050 0 0030 0.62 58.00 12 ORR_E13098_J-15 393.45 0.00 26.87 15.55 0.87 0.00 11.91 0.59 0 0050 0 0030 0.74 55.00 13 ORR_E13098_J-16 393.50 0.00 27.08 15.78 1.08 0.00 11.88 0.58 0 0050 0 0030 0.78 51.00 14 ORR_E13098_J-17 393.57 0.00 27.29 16.02 1.29 0.00 11.84 0.57 0 0050 0 0031 0.85 48.00 15 ORR_E13098_J-18 393.64 0.00 27.50 16.26 1.50 0.00 11.81 0.57 0 0050 0 0027 0.91 42.00 16 ORR_E13098_J-19 393.71 0.00 27.71 16.50 1.71 0.00 11.77 0.56 0 0049 0 0027 1.00 41.00 17 ORR_E13098_J-20 393.79 0.00 27.92 16.75 1.92 0.00 11.73 0.56 0 0049 0 0027 1.10 39.00 18 ORR_E13098_J-21 393.87 0.00 28.18 17.13 2.18 0.00 11.60 0.55 0 0050 0 0027 1.50 39.00 19 ORR_E13098_J-22 393.98 0.00 28.38 17.46 2.38 0.00 11.47 0.55 0 0050 0 0027 1.66 39.00 20 ORR_E13098_J-23 394.24 0.00 28.58 17.86 2.58 0.00 11.27 0.55 0 0050 0 0027 1.79 38.00 21 ORR_E13098_J-24 394.53 0.00 28.74 18.08 2.74 0.00 11.21 0.55 0 0050 0 0033 2.09 38.00 22 ORR_E13098_J-25 394.94 266.15 28.99 18.94 2.99 0.00 10.61 0.56 0 0049 0 0032 2.30 38.00 23 ORR_E13098_J-26 395.44 0.00 28.98 1935 4.98 0.00 10.21 0.58 0 0049 0 0028 4.59 57.00 24 ORR_E13098_J-27 448.04 272.89 28.97 19.50 4.97 0.00 10.04 0.57 0 0049 0 0027 6.95 56.00 25 ORR_E13098_J-28 538.17 161.92 28.86 20.07 4.86 0.00 9.37 0.58 0 0049 0 0031 8.93 51.00 26 ORR_E13098_J-29 826.98 451.39 28.67 20.76 6.67 0.00 8.51 0.60 0 0049 0 0028 11.52 60.00 27 ORR_E13098_J-30 832.91 201.06 27.34 20.50 7.37 0.00 7.45 0.61 0 0049 0 0027 8.61 66.00 28 ORR_E13098_J-31 788.34 0.00 26.43 19.94 7.12 0.00 7.08 0.59 0 0049 0 0028 5.87 65.00 29 ORR_E13098_J-32 778.81 0.00 25.42 19.42 7.04 0.00 6.58 0.58 0 0048 0 0028 5.81 65.00 30 ORR_E13098_J-33 1061.01 324.23 24.71 18.80 6.50 0.00 6.46 0.55 0 0048 0 0030 5.65 62.00 31 ORR_E13098_J-34 1051.46 0.00 22.87 17.51 5.69 0.00 5.89 0.53 0 0048 0 0029 5.39 62.00 32 ORR_E13098_J-35 1043.21 0.00 20.97 16.20 4.92 0.00 5.27 0.50 0 0049 0 0033 7.22 63.00 33 ORR_E13098_J-36 1087.89 85.66 18.20 14.70 2.20 0.00 3.97 0.47 0 0050 0 0035 3.39 48.00 34 ORR_E13098_J-37 1129.70 104.49 15.98 13.78 0.00 0.02 2.68 0.48 0 0051 0 0000 0.00 0.00 35 ORR_E13098_J-38 1129.64 0.00 13.55 12.63 0.00 2.45 1.39 0.47 0 0049 0 0000 0.00 0.00 36 ORR_E13098_J-39 393.24 0.00 27.40 14.64 0.00 0.00 13.32 0.56 0 0030 0 0030 0.00 0.00 37 ORR_E13098_J-40 16.87 0.00 42.79 4.74 0.00 0.69 38.12 0.07 0 0019 0 0000 0.00 0.00 38 ORR_E13098_MH-1 20.19 0.00 42.58 6.17 0.00 0.27 36.51 0.10 0 0027 0 0000 0.00 0.00 39 ORR_E13098_MH-10 311.31 0.00 32.00 9.92 0.00 4.88 22.28 0.20 0 0030 0 0000 0.00 0.00 40 ORR_E13098_MH-11 193.27 0.00 29.19 12.07 0.00 0.13 17.51 0.39 0 0031 0 0000 0.00 0.00 41 ORR_E13098_MH-12 204.72 0.00 28.01 12.06 0.00 0.00 16.38 0.43 0 0030 0 0033 0.84 3.00 42 ORR_E13098_MH-13 7.81 0.00 28.29 10.36 0.00 0.11 18.27 0.34 0 0032 0 0000 0.00 0.00 43 ORR_E13098_MH-14 17.56 0.00 28.02 9.00 0.00 0.11 1932 0.30 0 0030 0 0000 0.00 0.00 44 ORR_E13098_MH-15 216.90 0.00 27.64 12.51 0.00 0.00 15.59 0.46 0 0030 0 0034 17.73 28.00 45 ORR_E13098_MH-16 199.08 0.00 27.58 12.89 0.00 0.20 15.17 0.48 0 0030 0 0000 0.00 0.00 46 ORR_E13098_MH-17 19.07 0.00 27.08 9.53 0.00 0.00 17.89 0.34 0 0029 0 0029 0.11 12.00 47 ORR_E13098_MH-18 393.31 0.00 26.95 14.57 0.00 0.00 12.95 0.57 0 0030 0 0030 0.00 0.00 48 ORR_E13098_MH-19 519.84 0.00 26.40 14.94 0.00 0.00 12.06 0.60 0 0030 0 0051 282.72 55.00 49 ORR_E13098_MH-2 4.71 0.00 42.67 5.88 0.00 0.80 36.88 0.09 0 0033 0 0000 0.00 0.00 50 ORR_E13098_MH-3 22.38 0.00 41.59 4.25 0.00 0.00 37.41 0.07 0 0019 0 0030 9.45 39.00 51 ORR_E13098_MH-4 31.45 0.00 41.45 5.91 0.00 0.00 35.65 0.11 0 0020 0 0040 14.55 41.00 52 ORR_E13098_MH-5 50.83 0.00 43.14 9.16 0.54 0.00 34.13 0.15 0 0040 0 0033 0.05 17.00 53 ORR_E13098_MH-6 69.68 0.00 41.66 8.27 0.00 1.65 33.54 0.15 0 0039 0 0000 0.00 0.00 54 ORR_E13098_MH-7 75.81 0.00 39.63 7.58 0.00 2.27 32.21 0.16 0 0035 0 0000 0.00 0.00 55 ORR_E13098_MH-8 84.59 0.00 35.73 5.57 0.00 6.17 30.28 0.12 0 0049 0 0000 0.00 0.00 56 ORR_E13098_MH-9 42.46 0.00 35.86 4.61 0.00 5.95 31.31 0.06 0 0033 0 0000 0.00 0.00 57 ORR_E13098_MH-JB-1 260.17 0.00 30.84 8.04 0.00 5.97 22.98 0.18 0 0032 0 0000 0.00 0.00 58 ORR_E13098_MH-JB-2 230.02 0.00 29.53 12.29 0.00 0.00 17.62 0.38 0 0030 0 0030 0.33 0.00 59 ORR_E13098_MH-JB-3 199.90 0.00 28.56 11.77 0.03 0.00 17.18 0.39 0 0031 0 0031 0.03 0.00 60 ORR_E13098_MH-JB-4 193.34 0.00 27.46 13.07 0.00 0.14 14.89 0.50 0 0043 0 0000 0.00 0.00 61 ORR_E13098_MH-JB-5 621.99 0.00 27.19 14.15 0.00 0.00 13.60 0.56 0 0030 0 01:25 319.85 105.00 62 ORR_E13098_Open-Pipe 9.55 9.55 46.37 6.03 2.87 0.00 40.40 0.06 0 0035 0 0021 0.43 33.00 ADDENDUM 2 ATTACHMENT 3 SHEET 76 OF 176 Channel Input SN Element Length Inlet Inlet Outlet Outlet Total Average Shape Height Width Manning's Entrance Exit/Bend Additional Initial Flap ID Invert Invert Invert Invert Drop Slope Roughness Losses Losses Losses Flow Gate Elevation Offset Elevation Offset (ft) (ft) (ft) (ft) (ft) (ft) (%) (ft) (ft) (cfs) 1 ORR_E13098_L-02 140.74 42.31 8.38 41.94 7.00 0.37 0.2600 Rectangular 0.500 5.000 0.0130 0.2000 0.5000 0.0000 0.00 No 2 ORR_E13098_L-03 439.77 41.20 11.58 37.26 14.02 3.93 0.8900 Rectangular 0.500 5.000 0.0130 0.2000 0.5000 0.0000 0.00 No 3 ORR_E13098_L-04 583.00 36.29 13.05 28.86 8.77 7.43 1.2700 Rectangular 0.500 5.000 0.0130 0.2000 0.5000 0.0000 0.00 No 4 ORR_E13098_L-05 310.19 28.86 8.77 27.82 3.87 1.04 0.3400 Rectangular 0.500 5.000 0.0130 0.2000 0.5000 0.0000 0.00 No 5 ORR_E13098_L-06 315.64 28.16 5.00 27.23 3.73 0.93 0.2900 Rectangular 0.500 5.000 0.0130 0.2000 0.5000 0.0000 0.00 No 6 ORR_E13098_L-07 196.00 27.80 3.85 27.23 3.73 0.57 0.2900 Rectangular 0.500 5.000 0.0130 0.2000 0.5000 0.0000 0.00 No 7 ORR_E13098_L-08 258.00 26.40 4.45 25.80 4.69 0.60 0.2300 Rectangular 0.500 12.000 0.0130 0.2000 0.5000 0.0000 0.00 No 8 ORR_E13098_L-09 158.20 42.97 6.18 42.70 6.93 0.27 0.1700 Rectangular 0.500 5.000 0.0130 0.2000 0.5000 0.0000 0.00 No 9 ORR_E13098_L-10 230.62 42.70 6.93 42.00 7.06 0.70 0.3000 Rectangular 0.500 5.000 0.0130 0.2000 0.5000 0.0000 0.00 No 10 ORR_E13098_L-11 182.61 42.81 9.42 42.31 8.38 0.50 0.2700 Rectangular 0.500 5.000 0.0130 0.2000 0.5000 0.0000 0.00 No 11 ORR_E13098_L-12 243.41 28.86 3.93 28.04 4.79 0.82 0.3400 Rectangular 0.500 5.000 0.0130 0.2000 0.5000 0.0000 0.00 No 12 ORR_E13098_L-13 247.88 27.91 6.15 26.70 2.45 1.21 0.4900 Rectangular 0.500 12.000 0.0130 0.2000 0.5000 0.0000 0.00 No 13 ORR_E13098_L-14 269.69 26.70 2.45 26.40 4.45 0.30 0.1100 Rectangular 0.500 12.000 0.0130 0.2000 0.5000 0.0000 0.00 No 14 ORR_E13098_L-15 80.52 37.15 5.07 35.40 10.23 1.75 2.1700 Rectangular 0.500 5.000 0.0130 0.2000 0.5000 0.0000 0.00 No 15 ORR_E13098_L-16 160.82 42.40 12.17 40.96 11.34 1.44 0.9000 Rectangular 0.500 5.000 0.0130 0.2000 0.5000 0.0000 0.00 No 16 ORR_E13098_L-17 34.46 27.23 3.73 26.86 3.15 0.37 1.0700 Rectangular 0.500 5.000 0.0130 0.2000 0.5000 0.0000 0.00 No 17 ORR_E13098_L-18 212.65 42.81 9.42 42.20 9.46 0.61 0.2900 Rectangular 0.500 5.000 0.0130 0.2000 0.5000 0.0000 0.00 No 18 ORR_E13098_L-19 135.33 42.20 9.46 42.00 9.66 0.20 0.1500 Rectangular 0.500 5.000 0.0130 0.2000 0.5000 0.0000 0.00 No ADDENDUM 2 ATTACHMENT 3 SHEET 77 OF 176 Channel Results SN Element Peak Time of Design Flow Peak Flow/ Peak Flow Travel Peak Flow Peak Flow Total Time Froude Reported ID Flow Peak Flow Capacity Design Flow Velocity Time Depth Depth/ Surcharged Number Condition Occurrence Ratio Total Depth Ratio (cfs) (days hh:mm) (cfs) (ft/sec) (min) (ft) (min) 1 ORR_E13098_L-02 1.79 0 0030 8.17 0.22 10.40 0.23 0.16 0.32 0.00 2 ORR_E13098_L-03 0.37 0 0032 15.69 0.02 0.78 9.40 0.20 0.41 0.00 3 ORR_E13098_L-04 7.39 0 0030 18.99 0.39 5.15 1.89 0.30 0.61 0.00 4 ORR_E13098_L-05 5.56 0 0030 9.23 0.60 9.21 0.56 0.30 0.63 0.00 5 ORR_E13098_L-06 0.00 0 0000 9.06 0.00 0.00 0.00 0.01 0.00 6 ORR_E13098_L-07 0.00 0 0000 9.25 0.00 0.00 0.00 0.01 0.00 7 ORR_E13098_L-08 12.33 0 0032 19.75 0.62 2.57 1.67 0.43 0.85 0.00 8 ORR_E13098_L-09 0.00 0 0000 7.50 0.00 0.00 0.05 0.10 0.00 9 ORR_E13098_L-10 0.72 0 0030 8.27 0.09 7.04 0.55 0.08 0.17 0.00 10 ORR_E13098_L-11 0.00 0 0000 8.34 0.00 0.00 0.09 0.18 0.00 11 ORR_E13098_L-12 7.25 0 0030 8.79 0.83 14.72 0.28 0.39 0.79 0.00 12 ORR_E13098_L-13 0.00 0 0000 23.56 0.00 0.00 0.23 0.47 0.00 13 ORR_E13098_L-14 17.76 0 01:07 20.72 0.86 7.35 0.61 0.43 0.87 0.00 14 ORR_E13098_L-15 4.45 0 0030 23.37 0.19 4.94 0.27 0.18 0.36 0.00 15 ORR_E13098_L-16 0.00 0 0000 12.63 0.00 0.00 0.02 0.05 0.00 16 ORR_E13098_L-17 0.07 0 0030 14.37 0.00 0.00 0.01 0.01 0.00 17 ORR_E13098_L-18 0.00 0 0000 5.68 0.00 0.00 0.00 0.01 0.00 18 ORR E13098 L-19 0.29 0 0030 10.07 0.03 0.00 0.01 0.02 0.00 ADDENDUM 2 ATTACHMENT 3 SHEET 78 OF 176 Pipe Input SN Element Length Inlet Inlet Outlet Outlet Total Average Pipe Pipe Pipe Manning's Entrance Exit/Bend Additional Initial Flap ID Invert Invert Invert Invert Drop Slope Shape Diameter or Width Roughness Losses Losses Losses Flow Gate Elevation Offset Elevation Offset Height (ft) (ft) (ft) (ft) (ft) (ft) N (in) (in) (cfs) 1 ORR_E13098_L-01 9.00 24.93 0.00 23.19 6.40 1.74 19.3300 CIRCULAR 18.000 18.000 0.0130 0.2000 0.6000 0.0000 0.00 No 2 ORR_E13098_L-22 42.00 15.36 0.00 14.19 1.81 1.17 2.7900 CIRCULAR 24.000 24.000 0.0130 0.2000 0.6000 0.0000 0.00 No 3 ORR_E13098_P-01 184.00 40.34 0.00 38.35 0.00 1.99 1.0800 CIRCULAR 15.000 15.000 0.0130 0.2000 0.8000 0.0000 0.00 No 4 ORR_E13098_P-02 17.49 40.37 0.00 38.35 0.00 2.02 11.5500 CIRCULAR 15.000 15.000 0.0130 0.2000 0.5000 0.0000 0.00 No 5 ORR_E13098_P-03 50.97 40.48 0.00 38.05 0.00 2.43 4.7700 CIRCULAR 18.000 18.000 0.0130 0.2000 0.9000 0.0000 0.00 No 6 ORR_E13098_P-04 4.82 40.49 0.00 40.48 0.00 0.01 0.2100 CIRCULAR 18.000 18.000 0.0130 0.2000 0.5000 0.0000 0.00 No 7 ORR_E13098_P-05 41.58 38.05 0.00 36.41 0.00 1.64 3.9400 CIRCULAR 30.000 30.000 0.0130 0.2000 0.6000 0.0000 0.00 No 8 ORR_E13098_P-06 40.00 36.79 0.00 36.41 0.00 0.38 0.9500 CIRCULAR 18.000 18.000 0.0130 0.2000 0.6000 0.0000 0.00 No 9 ORR_E13098_P-07 160.54 36.41 0.00 35.77 0.00 0.64 0.4000 CIRCULAR 30.000 30.000 0.0130 0.2000 0.5000 0.0000 0.00 No 10 ORR_E13098_P-08 84.07 37.34 0.00 35.87 0.10 1.47 1.7500 CIRCULAR 24.000 24.000 0.0130 0.2000 0.6000 0.0000 0.00 No 11 ORR_E13098_P-09 9.00 37.34 0.00 37.34 0.00 0.00 0.0000 CIRCULAR 24.000 24.000 0.0130 0.2000 0.8000 0.0000 0.00 No 12 ORR_E13098_P-10 20.00 37.92 0.00 37.34 0.00 0.58 2.9000 CIRCULAR 24.000 24.000 0.0130 0.2000 0.5000 0.0000 0.00 No 13 ORR_E13098_P-100 16.30 23.71 0.00 19.96 2.41 3.75 23.0100 CIRCULAR 18.000 18.000 0.0130 0.2000 1.0000 0.0000 0.00 No 14 ORR_E13098_P-102 13.00 34.09 0.00 33.68 3.52 0.41 3.1500 CIRCULAR 18.000 18.000 0.0130 0.2000 0.6000 0.0000 0.00 No 15 ORR_E13098_P-103 27.00 19.02 0.00 16.48 1.35 2.54 9.4100 CIRCULAR 18.000 18.000 0.0130 0.2000 0.6000 0.0000 0.00 No 16 ORR_E13098_P-104 129.77 32.74 0.00 32.34 0.00 0.40 0.3100 CIRCULAR 42.000 42.000 0.0130 0.2000 0.5000 0.0000 0.00 No 17 ORR_E13098_P-105 6.00 21.11 0.00 20.95 9.49 0.16 2.6700 CIRCULAR 24.000 24.000 0.0130 0.2000 0.6000 0.0000 0.00 No 18 ORR_E13098_P-106 8.00 21.95 0.00 21.78 9.40 0.17 2.1200 CIRCULAR 24.000 24.000 0.0130 0.2000 0.6000 0.0000 0.00 No 19 ORR_E13098_P-107 4.00 24.25 0.00 24.00 10.96 0.25 6.2500 CIRCULAR 24.000 24.000 0.0130 0.2000 0.6000 0.0000 0.00 No 20 ORR_E13098_P-108 109.33 17.12 0.00 16.79 0.00 0.33 0.3000 Rectangular 48.000 60.000 0.0130 0.2000 0.5000 0.0000 0.00 No 21 ORR_E13098_P-109 155.08 12.76 0.00 12.38 0.00 0.38 0.2500 Rectangular 99.000 90.000 0.0130 0.2000 0.5000 0.0000 0.00 No 22 ORR_E13098_P-11 15.61 37.37 0.00 37.34 0.00 0.03 0.1900 CIRCULAR 18.000 18.000 0.0130 0.2000 0.8000 0.0000 0.00 No 23 ORR_E13098_P-12 227.23 35.77 0.00 34.94 0.00 0.83 0.3700 CIRCULAR 30.000 30.000 0.0130 0.2000 0.5000 0.0000 0.00 No 24 ORR_E13098_P-14 82.72 35.54 0.00 34.99 0.05 0.55 0.6600 CIRCULAR 24.000 24.000 0.0130 0.2000 0.6000 0.0000 0.00 No 25 ORR_E13098_P-15 9.00 37.04 0.00 36.99 1.45 0.05 0.5600 CIRCULAR 24.000 24.000 0.0130 0.2000 1.0000 0.0000 0.00 No 26 ORR_E13098_P-16 20.00 37.48 0.00 36.59 1.05 0.89 4.4500 CIRCULAR 24.000 24.000 0.0130 0.2000 1.0000 0.0000 0.00 No 27 ORR_E13098_P-17 12.53 35.57 0.00 35.54 0.00 0.03 0.2000 CIRCULAR 24.000 24.000 0.0130 0.2000 1.0000 0.0000 0.00 No 28 ORR_E13098_P-18 138.95 34.94 0.00 33.93 0.00 1.01 0.7300 CIRCULAR 36.000 36.000 0.0130 0.2000 0.5000 0.0000 0.00 No 29 ORR_E13098_P-19 178.00 33.93 0.00 33.39 0.00 0.54 0.3000 CIRCULAR 42.000 42.000 0.0130 0.2000 0.5000 0.0000 0.00 No 30 ORR_E13098_P-20 43.85 33.98 0.00 33.91 0.52 0.07 0.1600 CIRCULAR 30.000 30.000 0.0130 0.2000 0.6000 0.0000 0.00 No 31 ORR_E13098_P-21 69.07 34.22 0.00 34.08 0.10 0.14 0.2000 CIRCULAR 30.000 30.000 0.0130 0.2000 0.5000 0.0000 0.00 No 32 ORR_E13098_P-22 207.58 33.39 0.00 32.74 0.00 0.65 0.3100 CIRCULAR 42.000 42.000 0.0130 0.2000 0.5000 0.0000 0.00 No 33 ORR_E13098_P-23 224.34 39.45 0.00 39.00 6.66 0.45 0.2000 CIRCULAR 24.000 24.000 0.0130 0.2000 0.5000 0.0000 0.00 No 34 ORR_E13098_P-24 34.89 32.34 0.00 32.05 0.00 0.29 0.8300 CIRCULAR 42.000 42.000 0.0130 0.2000 0.5000 0.0000 0.00 No 35 ORR_E13098_P-25 34.00 37.58 0.00 36.73 4.68 0.85 2.5000 CIRCULAR 18.000 18.000 0.0130 0.2000 0.6000 0.0000 0.00 No 36 ORR_E13098_P-26 420.32 31.73 0.00 30.23 0.00 1.50 0.3600 CIRCULAR 42.000 42.000 0.0130 0.2000 0.5000 0.0000 0.00 No 37 ORR_E13098_P-27 17.63 30.23 0.00 30.16 0.00 0.07 0.4000 CIRCULAR 42.000 42.000 0.0130 0.2000 0.5000 0.0000 0.00 No 38 ORR_E13098_P-28 42.42 31.25 0.00 29.62 0.00 1.63 3.8400 CIRCULAR 36.000 36.000 0.0130 0.2000 0.6000 0.0000 0.00 No 39 ORR_E13098_P-29 48.00 34.43 0.00 31.50 0.25 2.93 6.1000 CIRCULAR 24.000 24.000 0.0130 0.2000 0.6000 0.0000 0.00 No 40 ORR_E13098_P-30 91.02 31.90 0.00 31.25 0.00 0.65 0.7100 CIRCULAR 36.000 36.000 0.0130 0.2000 0.5000 0.0000 0.00 No 41 ORR_E13098_P-31 439.63 29.62 0.00 25.17 1.93 4.45 1.0100 CIRCULAR 48.000 48.000 0.0130 0.2000 0.5000 0.0000 0.00 No 42 ORR_E13098_P-32 83.83 28.66 0.00 23.24 0.00 5.42 6.4700 CIRCULAR 33.000 33.000 0.0130 0.2000 0.9000 0.0000 0.00 No 43 ORR_E13098_P-33 5.00 32.08 0.00 30.73 7.93 1.35 27.0000 CIRCULAR 18.000 18.000 0.0130 0.2000 0.5000 0.0000 0.00 No 44 ORR_E13098_P-34 23.00 25.17 0.00 24.53 2.45 0.64 2.7800 CIRCULAR 18.000 18.000 0.0130 0.2000 0.6000 0.0000 0.00 No 45 ORR_E13098_P-35 29.00 32.68 0.00 32.44 7.27 0.24 0.8300 CIRCULAR 18.000 18.000 0.0130 0.2000 0.8000 0.0000 0.00 No 46 ORR_E13098_P-37 12.00 25.05 0.00 24.39 7.15 0.66 5.5000 CIRCULAR 24.000 24.000 0.0130 0.2000 0.6000 0.0000 0.00 No 47 ORR_E13098_P-38 31.00 23.03 0.00 22.29 5.17 0.74 2.3900 CIRCULAR 24.000 24.000 0.0130 0.2000 0.6000 0.0000 0.00 No 48 ORR_E13098_P-39 39.57 17.24 0.00 17.12 0.00 0.12 0.3000 Rectangular 48.000 60.000 0.0130 0.2000 0.5000 0.0000 0.00 No 49 ORR_E13098_P-41 122.30 16.79 0.00 15.95 0.00 0.84 0.6900 Rectangular 60.000 60.000 0.0130 0.2000 0.5000 0.0000 0.00 No 50 ORR_E13098_P-42 27.91 22.84 0.00 17.93 0.00 4.91 17.6000 CIRCULAR 15.000 15.000 0.0130 0.2000 0.5000 0.0000 0.00 No 51 ORR_E13098_P-43 119.34 15.95 0.00 15.13 0.00 0.82 0.6900 Rectangular 60.000 60.000 0.0130 0.2000 0.5000 0.0000 0.00 No 52 ORR_E13098_P-44 54.31 24.01 0.00 23.16 0.00 0.85 1.5700 CIRCULAR 15.000 15.000 0.0130 0.2000 0.5000 0.0000 0.00 No 53 ORR_E13098_P-45 19.65 23.16 0.00 19.02 0.00 4.14 21.0700 CIRCULAR 18.000 18.000 0.0130 0.2000 0.5000 0.0000 0.00 No 54 ORR_E13098_P-46 5.00 23.25 0.00 22.38 7.25 0.87 17.4000 CIRCULAR 18.000 18.000 0.0130 0.2000 0.6000 0.0000 0.00 No 55 ORR_E13098_P-47 64.30 15.13 0.00 14.69 0.00 0.44 0.6900 Rectangular 60.000 60.000 0.0130 0.2000 0.5000 0.0000 0.00 No 56 ORR_E13098_P-48 24.00 23.95 0.00 23.57 8.88 0.38 1.5800 CIRCULAR 24.000 24.000 0.0130 0.2000 0.6000 0.0000 0.00 No 57 ORR_E13098_P-49 94.12 21.76 0.00 18.28 3.89 3.48 3.7000 CIRCULAR 18.000 18.000 0.0130 0.2000 0.6000 0.0000 0.00 No 58 ORR_E13098_P-50 33.16 24.08 0.00 23.66 1.90 0.42 1.2700 CIRCULAR 15.000 15.000 0.0130 0.2000 0.8000 0.0000 0.00 No 59 ORR_E13098_P-51 178.75 14.39 0.00 13.04 0.00 1.35 0.7600 Rectangular 60.000 60.000 0.0130 0.2000 1.0000 0.0000 0.00 No 60 ORR_E13098_P-52 15.00 13.50 0.00 13.04 0.00 0.46 3.0700 CIRCULAR 96.000 96.000 0.0130 0.2000 1.0000 0.0000 0.00 No 61 ORR_E13098_P-55 11.42 23.90 0.00 23.71 0.00 0.19 1.6600 CIRCULAR 15.000 15.000 0.0130 0.2000 0.5000 0.0000 0.00 No 62 ORR_E13098_P-57 115.92 13.04 0.00 12.76 0.00 0.28 0.2400 Rectangular 99.000 90.000 0.0130 0.2000 0.5000 0.0000 0.00 No 63 ORR_E13098_P-58 259.00 12.38 0.00 11.46 0.00 0.92 0.3600 Rectangular 99.000 90.000 0.0130 0.2000 0.5000 0.0000 0.00 No 64 ORR_E13098_P-59 43.00 14.75 0.00 12.65 1.19 2.10 4.8800 CIRCULAR 24.000 24.000 0.0130 0.2000 0.6000 0.0000 0.00 No 65 ORR_E13098_P-60 94.92 11.46 0.00 11.35 0.00 0.11 0.1200 Rectangular 99.000 90.000 0.0130 0.2000 0.5000 0.0000 0.00 No 66 ORR_E13098_P-61 21.31 11.35 0.00 11.32 0.00 0.03 0.1200 Rectangular 99.000 90.000 0.0130 0.2000 0.5000 0.0000 0.00 No 67 ORR_E13098_P-62 20.28 11.32 0.00 11.30 0.00 0.02 0.1200 Rectangular 99.000 90.000 0.0130 0.2000 0.5000 0.0000 0.00 No 68 ORR_E13098_P-63 25.00 11.30 0.00 11.27 0.00 0.03 0.1200 Rectangular 99.000 90.000 0.0130 0.2000 0.5000 0.0000 0.00 No 69 ORR_E13098_P-64 24.12 11.27 0.00 11.24 0.00 0.03 0.1200 Rectangular 99.000 90.000 0.0130 0.2000 0.5000 0.0000 0.00 No 70 ORR_E13098_P-65 22.93 11.24 0.00 11.21 0.00 0.03 0.1200 Rectangular 99.000 90.000 0.0130 0.2000 0.5000 0.0000 0.00 No 71 ORR_E13098_P-66 33.56 11.21 0.00 11.17 0.00 0.04 0.1200 Rectangular 99.000 90.000 0.0130 0.2000 0.5000 0.0000 0.00 No 72 ORR_E13098_P-67 105.79 11.17 0.00 11.05 0.00 0.13 0.1200 Rectangular 99.000 90.000 0.0130 0.2000 0.5000 0.0000 0.00 No 73 ORR_E13098_P-68 105.70 11.05 0.00 10.92 0.00 0.13 0.1200 Rectangular 111.000 90.000 0.0130 0.2000 0.5000 0.0000 0.00 No 74 ORR_E13098_P-69 176.14 10.92 0.00 10.72 0.00 0.21 0.1200 Rectangular 120.000 90.000 0.0130 0.2000 0.6000 0.0000 0.00 No 75 ORR_E13098_P-70 29.23 10.72 0.00 10.66 0.00 0.05 0.1800 Rectangular 120.000 90.000 0.0130 0.2000 0.6000 0.0000 0.00 No 76 ORR_E13098_P-71 341.89 10.66 0.00 10.05 0.00 0.62 0.1800 Rectangular 120.000 90.000 0.0130 0.2000 0.5000 0.0000 0.00 No 77 ORR_E13098_P-72 231.58 10.05 0.00 9.63 0.00 0.42 0.1800 Rectangular 120.000 93.000 0.0130 0. No 78 ORR_E13098_P-73 91.08 9.63 0.00 9.47 0.00 0.16 0.1800 Rectangular 120.000 93.000 0.0130 0. 000 0.5000 0.0000 0.0 No 79 ORR_E13098_P-74 694.53 9.47 0.00 8.79 0.00 0.68 0.1000 Rectangular 120.000 99.000 0.0130 01000 No 9 _O No 80 ORR_E13098_P-75 801.73 8.79 0.00 7.91 0.00 0.87 0.1100 Rectangular 120.000 99.000 0.0130 0. 000 0O(�7 81 ORR_E13098_P-76 597.36 7.91 0.00 6.84 0.00 1.08 0.1800 Rectangular 132.000 99.000 0.0130 0. OOATTAM NMNT .O No 82 ORR_E13098_P-77 196.10 6.84 0.00 6.49 0.00 035 0.1800 Rectangular 132.000 108.000 0.0130 0. OQO a Ogg o4. 0(f7 9.0 No No.of Barrels 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 2 1 2 1 1 1 2 1 1 1 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ADDENDUM 2 1 ATTACHMENT 3 1 SHEET 80 OF 176 Pipe Input SN Element Length Inlet Inlet Outlet Outlet Total Average Pipe Pipe Pipe Manning's Entrance Exit/Bend Additional Initial Flap ID Invert Invert Invert Invert Drop Slope Shape Diameter or Width Roughness Losses Losses Losses Flow Gate Elevation Offset Elevation Offset Height (ft) (ft) (ft) (ft) (ft) (ft) N (in) (in) (cfs) 83 ORR_E13098_P-78 272.17 6.49 0.00 6.00 0.00 0.49 0.1800 Rectangular 132.000 108.000 0.0130 0.2000 0.5000 0.0000 0.00 No 84 ORR_E13098_P-79 49.37 6.00 0.00 5.91 0.00 0.09 0.1800 Rectangular 132.000 108.000 0.0130 0.2000 0.5000 0.0000 0.00 No 85 ORR_E13098_P-80 304.10 5.91 0.00 5.36 0.00 0.55 0.1800 Rectangular 132.000 111.000 0.0130 0.2000 0.5000 0.0000 0.00 No 86 ORR_E13098_P-81 330.09 5.36 0.00 4.77 0.00 0.59 0.1800 Rectangular 132.000 111.000 0.0130 0.2000 0.5000 0.0000 0.00 No 87 ORR_E13098_P-82 705.02 4.77 0.00 3.50 0.00 1.27 0.1800 Rectangular 132.000 111.000 0.0130 0.2000 0.5000 0.0000 0.00 No 88 ORR_E13098_P-83 394.15 3.50 0.00 2.20 0.00 1.29 0.3300 Rectangular 132.000 111.000 0.0130 0.2000 0.5000 0.0000 0.00 No 89 ORR_E13098_P-84 388.65 2.20 0.00 0.92 0.00 1.28 0.3300 Rectangular 132.000 111.000 0.0130 0.2000 0.5000 0.0000 0.00 No 90 ORR_E13098_P-85 295.55 0.92 0.00 0.39 0.00 0.53 0.1800 Rectangular 132.000 111.000 0.0130 0.2000 0.5000 0.0000 0.00 No 91 ORR_E13098_P-86 11.24 38.35 0.00 38.05 0.00 0.30 2.6700 CIRCULAR 15.000 15.000 0.0130 0.2000 0.9000 0.0000 0.00 No 92 ORR_E13098_P-87 30.00 37.14 0.00 36.79 0.00 0.35 1.1700 CIRCULAR 18.000 18.000 0.0130 0.2000 0.8000 0.0000 0.00 No 93 ORR_E13098_P-88 87.00 36.50 0.00 36.00 2.02 0.50 0.5700 CIRCULAR 18.000 18.000 0.0130 0.2000 0.6000 0.0000 0.00 No 94 ORR_E13098_P-89 39.69 32.05 0.00 31.73 0.00 0.32 0.8100 CIRCULAR 42.000 42.000 0.0130 0.2000 0.5000 0.0000 0.00 No 95 ORR_E13098_P-90 136.97 30.16 0.00 29.62 0.00 0.54 0.3900 CIRCULAR 42.000 42.000 0.0130 0.2000 0.5000 0.0000 0.00 No 96 ORR_E13098_P-91 15.00 23.24 0.00 22.80 0.00 0.44 2.9300 Rectangular 24.000 72.000 0.0130 0.2000 0.8000 0.0000 0.00 No 97 ORR_E13098_P-92 47.88 22.80 0.00 22.08 0.00 0.72 1.5000 Rectangular 60.000 96.000 0.0130 0.2000 0.5000 0.0000 0.00 No 98 ORR_E13098_P-93 323.11 22.08 0.00 17.24 0.00 4.84 1.5000 Rectangular 60.000 96.000 0.0130 0.2000 0.5000 0.0000 0.00 No 99 ORR_E13098_P-94 19.00 20.09 0.00 19.76 2.97 0.33 1.7400 CIRCULAR 18.000 18.000 0.0130 0.2000 0.6000 0.0000 0.00 No 100 ORR_E13098_P-95 21.00 17.93 0.00 16.43 0.48 1.50 7.1400 CIRCULAR 24.000 24.000 0.0130 0.2000 0.6000 0.0000 0.00 No 101 ORR_E13098_P-96 43.80 14.69 0.00 14.39 0.00 0.30 0.6900 Rectangular 60.000 60.000 0.0130 0.2000 0.5000 0.0000 0.00 No 102 ORR_E13098_P-97 35.00 17.55 0.00 16.51 3.47 1.04 2.9700 CIRCULAR 18.000 18.000 0.0130 0.2000 1.0000 0.0000 0.00 No 103 ORR_E13098_P-98 15.00 23.50 0.00 19.96 2.41 3.54 23.6000 CIRCULAR 18.000 18.000 0.0130 0.2000 1.0000 0.0000 0.00 No 104 ORR E13098 P-99 51.00 23.37 0.00 22.29 4.74 1.08 2.1200 CIRCULAR 18.000 18.000 0.0130 0.2000 1.0000 0.0000 0.00 No ADDENDUM 2 ATTACHMENT 3 SHEET 81 OF 176 No.of Barrels 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 1 1 1 ADDENDUM 2 ATTACHMENT 3 SHEET 82 OF 176 Pipe Results SN Element Peak Time of Design Flow Peak Flow/ Peak Flow Travel Peak Flow Peak Flow Total Time Froude Reported ID Flow Peak Flow Capacity Design Flow Velocity Time Depth Depth/ Surcharged Number Condition Occurrence Ratio Total Depth Ratio (cfs) (days hh:mm) (cfs) (ft/sec) (min) (ft) (min) 1 ORR_E13098_L-01 5.96 0 0030 46.19 0.13 11.04 0.01 1.50 1.00 114.00 SURCHARGED 2 ORR_E13098_L-22 11.72 0 0021 37.76 0.31 5.92 0.12 2.00 1.00 173.00 SURCHARGED 3 ORR_E13098_P-01 8.02 0 0035 6.72 1.19 6.53 0.47 1.25 1.00 40.00 SURCHARGED 4 ORR_E13098_P-02 3.94 0 0020 21.95 0.18 3.50 0.08 1.25 1.00 37.00 SURCHARGED 5 ORR_E13098_P-03 12.97 0 0053 22.94 0.57 9.23 0.09 1.50 1.00 40.00 SURCHARGED 6 ORR_E13098_P-04 19.50 0 0039 4.78 4.08 11.03 0.01 1.50 1.00 40.00 SURCHARGED 7 ORR_E13098_P-05 16.90 0 0051 81.46 0.21 5.18 0.13 2.50 1.00 45.00 SURCHARGED 8 ORR_E13098_P-06 5.23 0 0021 10.24 0.51 3.01 0.22 1.50 1.00 58.00 SURCHARGED 9 ORR_E13098_P-07 20.28 0 0025 25.90 0.78 4.13 0.65 2.50 1.00 54.00 SURCHARGED 10 ORR_E13098_P-08 13.87 0 0019 29.91 0.46 4.41 0.32 2.00 1.00 50.00 SURCHARGED 11 ORR_E13098_P-09 11.34 0 0030 2.38 4.75 4.14 0.04 2.00 1.00 50.00 SURCHARGED 12 ORR_E13098_P-10 5.30 0 0030 38.52 0.14 2.86 0.12 2.00 1.00 48.00 SURCHARGED 13 ORR_E13098_P-100 8.12 0 0030 50.38 0.16 11.30 0.02 1.50 1.00 122.00 SURCHARGED 14 ORR_E13098_P-102 4.35 0 0032 18.65 0.23 4.25 0.05 1.50 1.00 0.00 SURCHARGED 15 ORR_E13098_P-103 17.55 0 0025 32.22 0.54 12.88 0.03 1.50 1.00 152.00 SURCHARGED 16 ORR_E13098_P-104 74.73 0 0021 55.86 1.34 7.77 0.28 3.50 1.00 61.00 SURCHARGED 17 ORR_E13098_P-105 15.48 0 0029 36.94 0.42 6.94 0.01 2.00 1.00 128.00 SURCHARGED 18 ORR_E13098_P-106 15.30 0 0029 32.98 0.46 6.88 0.02 2.00 1.00 125.00 SURCHARGED 19 ORR_E13098_P-107 12.47 0 0030 56.56 0.22 6.11 0.01 2.00 1.00 115.00 SURCHARGED 20 ORR_E13098_P-108 194.43 0 0033 269.48 0.72 5.47 0.33 4.00 1.00 146.00 SURCHARGED 21 ORR_E13098_P-109 393.29 0 0215 549.13 0.72 6.36 0.41 8.25 1.00 145.00 SURCHARGED 22 ORR_E13098_P-11 6.02 0 0030 4.60 1.31 3.41 0.08 1.50 1.00 54.00 SURCHARGED 23 ORR_E13098_P-12 25.32 0 0019 24.79 1.02 5.16 0.73 2.50 1.00 57.00 SURCHARGED 24 ORR_E13098_P-14 18.53 0 01:01 18.45 1.00 5.90 0.23 2.00 1.00 62.00 SURCHARGED 25 ORR_E13098_P-15 4.46 0 0030 16.86 0.26 2.79 0.05 2.00 1.00 52.00 SURCHARGED 26 ORR_E13098_P-16 4.63 0 0030 47.72 0.10 5.75 0.06 2.00 1.00 51.00 SURCHARGED 27 ORR_E13098_P-17 20.91 0 0053 10.12 2.07 6.65 0.03 2.00 1.00 62.00 SURCHARGED 28 ORR_E13098_P-18 43.45 0 0101 56.87 0.76 6.15 0.38 3.00 1.00 57.00 SURCHARGED 29 ORR_E13098_P-19 45.50 0 0101 55.41 0.82 4.73 0.63 3.50 1.00 57.00 SURCHARGED 30 ORR_E13098_P-20 44.02 0 0040 16.39 2.69 8.97 0.08 2.50 1.00 64.00 SURCHARGED 31 ORR_E13098_P-21 50.83 0 0040 18.47 2.75 10.36 0.11 2.50 1.00 63.00 SURCHARGED 32 ORR_E13098_P-22 74.05 0 0021 56.30 1.32 7.70 0.45 3.50 1.00 59.00 SURCHARGED 33 ORR_E13098_P-23 19.03 0 0135 10.13 1.88 6.43 0.58 1.78 0.89 0.00 >CAPACITY 34 ORR_E13098_P-24 69.82 0 0021 91.73 0.76 7.26 0.08 3.50 1.00 60.00 SURCHARGED 35 ORR_E13098_P-25 8.43 0 0030 16.61 0.51 7.12 0.08 1.50 1.00 25.00 SURCHARGED 36 ORR_E13098_P-26 77.61 0 0030 60.10 1.29 8.07 0.87 3.50 1.00 58.00 SURCHARGED 37 ORR_E13098_P-27 81.96 0 0033 63.40 1.29 8.52 0.03 3.50 1.00 51.00 SURCHARGED 38 ORR_E13098_P-28 43.40 0 0115 130.75 0.33 8.04 0.09 3.00 1.00 15.00 SURCHARGED 39 ORR_E13098_P-29 5.19 0 0034 55.89 0.09 7.46 0.11 1.24 0.62 0.00 Calculated 40 ORR_E13098_P-30 42.46 0 0114 56.36 0.75 7.95 0.19 3.00 1.00 1.00 SURCHARGED 41 ORR_E13098_P-31 105.79 0 01:03 144.52 0.73 11.54 0.63 4.00 1.00 30.00 SURCHARGED 42 ORR_E13098_P-32 47.42 0 0051 134.48 0.35 10.91 0.13 2.75 1.00 28.00 SURCHARGED 43 ORR_E13098_P-33 0.99 0 0031 54.58 0.02 9.46 0.01 0.16 0.11 0.00 Calculated 44 ORR_E13098_P-34 24.61 0 0031 17.52 1.40 13.93 0.03 1.50 1.00 118.00 SURCHARGED 45 ORR_E13098_P-35 2.27 0 0032 9.56 0.24 4.15 0.12 0.66 0.51 0.00 Calculated 46 ORR_E13098_P-37 14.33 0 0030 53.05 0.27 6.44 0.03 2.00 1.00 108.00 SURCHARGED 47 ORR_E13098_P-38 13.26 0 0030 34.95 0.38 6.72 0.08 2.00 1.00 123.00 SURCHARGED 48 ORR_E13098_P-39 188.31 0 0033 270.11 0.70 4.73 0.14 4.00 1.00 145.00 SURCHARGED 49 ORR_E13098_P-41 200.53 0 0033 549.64 0.36 5.79 0.35 5.00 1.00 142.00 SURCHARGED 50 ORR_E13098_P-42 7.81 0 0029 27.10 0.29 15.51 0.03 1.25 1.00 129.00 SURCHARGED 51 ORR_E13098_P-43 202.27 0 0034 549.75 0.37 4.68 0.43 5.00 1.00 147.00 SURCHARGED 52 ORR_E13098_P-44 12.68 0 0025 8.08 1.57 10.73 0.08 1.25 1.00 124.00 SURCHARGED 53 ORR_E13098_P-45 17.56 0 0025 48.22 0.36 14.15 0.02 1.50 1.00 127.00 SURCHARGED 54 ORR_E13098_P-46 8.75 0 0029 43.82 0.20 9.84 0.01 1.50 1.00 125.00 SURCHARGED 55 ORR_E13098_P-47 139.86 0 0059 549.87 0.25 4.20 0.26 5.00 1.00 153.00 SURCHARGED 56 ORR_E13098_P-48 13.18 0 0029 28.47 0.46 5.08 0.08 2.00 1.00 118.00 SURCHARGED 57 ORR_E13098_P-49 24.31 0 0025 20.20 1.20 13.76 0.11 1.50 1.00 146.00 SURCHARGED 58 ORR_E13098_P-50 10.65 0 00:18 7.27 1.47 8.68 0.06 1.25 1.00 134.00 SURCHARGED 59 ORR_E13098_P-51 177.25 0 0029 576.58 0.31 3.54 0.84 5.00 1.00 159.00 SURCHARGED 60 ORR_E13098_P-52 570.64 0 0142 1597.22 0.36 11.35 0.02 8.00 1.00 144.00 SURCHARGED 61 ORR_E13098_P-55 4.02 0 0031 8.33 0.48 6.28 0.03 1.25 1.00 122.00 SURCHARGED 62 ORR_E13098_P-57 393.24 0 0215 545.21 0.72 6.36 0.30 8.25 1.00 144.00 SURCHARGED 63 ORR_E13098_P-58 393.34 0 0215 661.16 0.59 6.36 0.68 8.25 1.00 146.00 SURCHARGED 64 ORR_E13098_P-59 11.21 0 0020 49.99 0.22 5.82 0.12 2.00 1.00 177.00 SURCHARGED 65 ORR_E13098_P-60 393.40 0 0215 382.76 1.03 6.36 0.25 8.25 1.00 151.00 SURCHARGED 66 ORR_E13098_P-61 393.45 0 02:16 387.49 1.02 6.36 0.06 8.25 1.00 150.00 SURCHARGED 67 ORR_E13098_P-62 393.50 0 02:16 381.62 1.03 6.36 0.05 8.25 1.00 149.00 SURCHARGED 68 ORR_E13098_P-63 393.57 0 02:16 377.86 1.04 6.36 0.07 8.25 1.00 148.00 SURCHARGED 69 ORR_E13098_P-64 393.64 0 02:16 377.93 1.04 6.36 0.06 8.25 1.00 146.00 SURCHARGED 70 ORR_E13098_P-65 393.71 0 02:16 380.63 1.03 6.36 0.06 8.25 1.00 145.00 SURCHARGED 71 ORR_E13098_P-66 393.79 0 02:16 383.00 1.03 6.36 0.09 8.25 1.00 143.00 SURCHARGED 72 ORR_E13098_P-67 393.87 0 02:16 382.85 1.03 6.37 0.28 8.25 1.00 141.00 SURCHARGED 73 ORR_E13098_P-68 393.98 0 02:16 446.59 0.88 5.68 0.31 9.25 1.00 124.00 SURCHARGED 74 ORR_E13098_P-69 394.24 0 02:17 486.12 0.81 5.41 0.54 10.00 1.00 84.00 SURCHARGED 75 ORR_E13098_P-70 394.53 0 02:17 601.04 0.66 5.62 0.09 10.00 1.00 80.00 SURCHARGED 76 ORR E13098 P-71 394.94 0 02:17 604.46 0.65 5.75 0.99 10.00 1.00 80.00 77 ORR_E13098_P-72 395.44 0 0217 632.47 0.63 5.59 0.69 10.00 1.00 82.00 SURCHARGED 78 ORR_E13098_P-73 395.96 0 0218 632.02 0.63 5.72 0.27 10.00 1.00 80.00 SUR UM 2 79 ORR_E13098_P-74 399.58 0 01:50 508.32 0.79 5.51 2.10 10.00 1.00 80.00 S 80 ORR_E13098_P-75 514.13 0 0028 535.96 0.96 6.23 2.14 10.00 1.00 81.00 ATITOOWMENT 3 81 ORR_E13098_P-76 760.74 0 00:33 779.41 0.98 8.38 1.19 11.00 1.00 74.00 Sli_S FBF 176 Pipe Results SN Element Peak Time of Design Flow Peak Flow/ Peak Flow Travel Peak Flow Peak Flow Total Time Froude Reported ID Flow Peak Flow Capacity Design Flow Velocity Time Depth Depth/ Surcharged Number Condition Occurrence Ratio Total Depth Ratio (cfs) (days hh:mm) (cfs) (ft/sec) (min) (ft) (min) 82 ORR_E13098_P-77 788.34 0 0034 878.50 0.90 7.96 0.41 11.00 1.00 75.00 SURCHARGED 83 ORR_E13098_P-78 778.81 0 0055 878.56 0.89 7.87 0.58 11.00 1.00 73.00 SURCHARGED 84 ORR_E13098_P-79 783.18 0 0056 879.10 0.89 7.91 0.10 11.00 1.00 69.00 SURCHARGED 85 ORR_E13098_P-80 1051.46 0 0043 911.61 1.15 10.33 0.49 11.00 1.00 67.00 SURCHARGED 86 ORR_E13098_P-81 1043.21 0 0045 911.81 1.14 10.25 0.54 11.00 1.00 63.00 SURCHARGED 87 ORR_E13098_P-82 1039.25 0 0046 911.93 1.14 10.21 1.15 11.00 1.00 62.00 SURCHARGED 88 ORR_E13098_P-83 1087.42 0 0049 1231.12 0.88 10.69 0.61 11.00 1.00 61.00 SURCHARGED 89 ORR_E13098_P-84 1129.64 0 0051 1235.47 0.91 11.10 0.58 11.00 1.00 60.00 SURCHARGED 90 ORR_E13098_P-85 1129.59 0 0051 910.23 1.24 11.10 0.44 11.00 1.00 30.00 SURCHARGED 91 ORR_E13098_P-86 6.91 0 0019 10.55 0.66 5.91 0.03 1.25 1.00 50.00 SURCHARGED 92 ORR_E13098_P-87 4.71 0 0020 11.35 0.42 3.65 0.14 1.50 1.00 56.00 SURCHARGED 93 ORR_E13098_P-88 6.95 0 0040 7.96 0.87 3.93 0.37 1.50 1.00 53.00 SURCHARGED 94 ORR_E13098_P-89 73.45 0 01:04 90.34 0.81 7.63 0.09 3.50 1.00 59.00 SURCHARGED 95 ORR_E13098_P-90 79.96 0 0032 63.17 1.27 8.75 0.26 3.50 1.00 37.00 SURCHARGED 96 ORR_E13098_P-91 149.31 0 0051 193.93 0.77 12.44 0.02 2.00 1.00 121.00 SURCHARGED 97 ORR_E13098_P-92 165.16 0 0033 747.22 0.22 9.92 0.08 5.00 1.00 55.00 SURCHARGED 98 ORR_E13098_P-93 186.09 0 0033 745.77 0.25 7.87 0.68 5.00 1.00 108.00 SURCHARGED 99 ORR_E13098_P-94 8.28 0 0251 13.84 0.60 4.69 0.07 1.50 1.00 139.00 SURCHARGED 100 ORR_E13098_P-95 8.33 0 0024 60.46 0.14 8.69 0.04 2.00 1.00 154.00 SURCHARGED 101 ORR_E13098_P-96 194.53 0 0029 549.79 0.35 3.89 0.19 5.00 1.00 157.00 SURCHARGED 102 ORR_E13098_P-97 13.16 0 0029 18.11 0.73 7.45 0.08 1.50 1.00 163.00 SURCHARGED 103 ORR_E13098_P-98 7.10 0 0030 51.03 0.14 8.93 0.03 1.50 1.00 123.00 SURCHARGED 104 ORR E13098 P-99 5.03 0 0029 15.29 0.33 5.43 0.16 1.50 1.00 124.00 SURCHARGED ADDENDUM 2 ATTACHMENT 3 SHEET 84 OF 176 Inlet Input SN Element Inlet Manufacturer Inlet Number of Catchbasin Max(Rim) Inlet Initial Initial Ponded Grate ID Manufacturer Part Location Inlets Invert Elevation Depth Water Water Area Clogging Number Elevation Elevation Depth Factor (ft) (ft) (ft) (ft) (ft) (ft') (%) 1 ORR_E13098_CI-1 FHWA HEC-22 GENERIC N/A On Sag 1 40.37 42.72 2.35 40.37 0.00 10.00 0.00 2 ORR_E13098_CI-10 FHWA HEC-22 GENERIC N/A On Sag 1 36.50 42.56 6.06 36.50 0.00 10.00 0.00 3 ORR_E13098_CI-11 FHWA HEC-22 GENERIC N/A On Sag 1 32.34 42.30 9.96 32.34 0.00 10.00 0.00 4 ORR_E13098_CI-12 FHWA HEC-22 GENERIC N/A On Sag 1 37.58 42.23 4.65 37.58 0.00 10.00 0.00 5 ORR_E13098_CI-13 FHWA HEC-22 GENERIC N/A On Sag 1 31.73 42.32 10.59 31.73 0.00 10.00 0.00 6 ORR_E13098_CI-14 FHWA HEC-22 GENERIC N/A On Sag 1 30.23 42.34 12.11 30.23 0.00 10.00 0.00 7 ORR_E13098_CI-15 FHWA HEC-22 GENERIC N/A On Sag 1 34.09 42.10 8.01 34.09 0.00 10.00 0.00 8 ORR_E13098_CI-16 FHWA HEC-22 GENERIC N/A On Sag 1 34.43 41.89 7.46 34.43 0.00 10.00 0.00 9 ORR_E13098_CI-17 FHWA HEC-22 GENERIC N/A On Grade 1 29.62 41.39 11.77 29.62 0.00 N/A 0.00 10 ORR_E13098_CI-18 FHWA HEC-22 GENERIC N/A On Grade 1 23.24 37.13 13.89 23.24 0.00 N/A 0.00 11 ORR_E13098_CI-19 FHWA HEC-22 GENERIC N/A On Grade 1 32.08 37.13 5.05 32.08 0.00 N/A 0.00 12 ORR_E13098_CI-2 FHWA HEC-22 GENERIC N/A On Sag 1 37.14 42.77 5.63 37.14 0.00 10.00 0.00 13 ORR_E13098_CI-20 FHWA HEC-22 GENERIC N/A On Sag 1 25.17 35.29 10.12 25.17 0.00 10.00 0.00 14 ORR_E13098_CI-21 FHWA HEC-22 GENERIC N/A On Sag 1 25.05 29.79 4.74 25.05 0.00 10.00 0.00 15 ORR_E13098_CI-22 FHWA HEC-22 GENERIC N/A On Sag 1 23.03 29.22 6.19 23.03 0.00 10.00 0.00 16 ORR_E13098_CI-23 FHWA HEC-22 GENERIC N/A On Grade 1 20.09 28.86 8.77 20.09 0.00 N/A 0.00 17 ORR_E13098_CI-24 FHWA HEC-22 GENERIC N/A On Grade 1 24.93 28.78 3.85 24.93 0.00 N/A 0.00 18 ORR_E13098_CI-25 FHWA HEC-22 GENERIC N/A On Sag 1 23.25 27.96 4.71 23.25 0.00 10.00 0.00 19 ORR_E13098_CI-26 FHWA HEC-22 GENERIC N/A On Sag 1 23.95 27.74 3.79 23.95 0.00 10.00 0.00 20 ORR_E13098_CI-27 FHWA HEC-22 GENERIC N/A On Grade 1 23.50 27.14 3.64 23.50 0.00 N/A 0.00 21 ORR_E13098_CI-28 FHWA HEC-22 GENERIC N/A On Grade 1 24.25 27.09 2.84 24.25 0.00 N/A 0.00 22 ORR_E13098_CI-29 FHWA HEC-22 GENERIC N/A On Sag 1 23.37 27.28 3.91 23.37 0.00 10.00 0.00 23 ORR_E13098_CI-3 FHWA HEC-22 GENERIC N/A On Grade 1 35.77 42.62 6.85 35.77 0.00 N/A 0.00 24 ORR_E13098_CI-30 FHWA HEC-22 GENERIC N/A On Sag 1 21.95 26.83 4.88 21.95 0.00 100.00 0.00 25 ORR_E13098_CI-31 FHWA HEC-22 GENERIC N/A On Sag 1 15.36 26.80 11.44 15.36 0.00 10.00 0.00 26 ORR_E13098_CI-32 FHWA HEC-22 GENERIC N/A On Sag 1 21.11 26.22 5.11 21.11 0.00 100.00 0.00 27 ORR_E13098_CI-33 FHWA HEC-22 GENERIC N/A On Sag 1 14.75 26.19 11.44 14.75 0.00 10.00 0.00 28 ORR_E13098_CI-34 FHWA HEC-22 GENERIC N/A On Grade 1 32.74 42.54 9.80 32.74 0.00 N/A 0.00 29 ORR_E13098_CI-4 FHWA HEC-22 GENERIC N/A On Sag 1 37.92 41.75 3.83 37.92 0.00 10.00 0.00 30 ORR_E13098_CI-5 FHWA HEC-22 GENERIC N/A On Sag 1 37.34 41.92 4.58 37.34 0.00 10.00 0.00 31 ORR_E13098_CI-6 FHWA HEC-22 GENERIC N/A On Sag 1 34.94 41.94 7.00 34.94 0.00 10.00 0.00 32 ORR_E13098_CI-7 FHWA HEC-22 GENERIC N/A On Sag 1 37.48 41.68 4.20 37.48 0.00 10.00 0.00 33 ORR_E13098_CI-8 FHWA HEC-22 GENERIC N/A On Sag 1 37.04 41.78 4.74 37.04 0.00 10.00 0.00 34 ORR_E13098_CI-9 FHWA HEC-22 GENERIC N/A On Grade 1 33.93 42.31 8.38 33.93 0.00 N/A 0.00 35 ORR_E13098_ECI-1 FHWA HEC-22 GENERIC N/A On Sag 1 40.48 43.98 3.50 40.48 0.00 10.00 0.00 36 ORR_E13098_ECI-3 FHWA HEC-22 GENERIC N/A On Sag 1 22.84 28.49 5.65 22.84 0.00 10.00 0.00 37 ORR_E13098_ECI-4 FHWA HEC-22 GENERIC N/A On Sag 1 24.01 28.11 4.10 24.01 0.00 10.00 0.00 38 ORR_E13098_ECI-5 FHWA HEC-22 GENERIC N/A On Sag 1 23.16 28.16 5.00 23.16 0.00 10.00 0.00 39 ORR_E13098_ECI-6 FHWA HEC-22 GENERIC N/A On Sag 1 24.08 27.83 3.75 24.08 0.00 10.00 0.00 40 ORR_E13098_ECI-7 FHWA HEC-22 GENERIC N/A On Sag 1 21.76 27.91 6.15 21.76 0.00 10.00 0.00 41 ORR_E13098_ECI-8 FHWA HEC-22 GENERIC N/A On Sag 1 23.71 26.86 3.15 23.71 0.00 10.00 0.00 42 ORR_E13098_ECI-9 FHWA HEC-22 GENERIC N/A On Sag 1 32.68 35.33 2.65 32.68 0.00 10.00 0.00 ADDENDUM 2 ATTACHMENT 3 SHEET 85 OF 176 Roadway& Gutter Input SN Element Roadway Roadway Roadway Gutter Gutter Gutter Allowable ID Longitudinal Cross Manning's Cross Width Depression Spread Slope Slope Roughness Slope (ft/ft) (ft/ft) (ft/ft) (ft) (in) (ft) 1 ORR_E13098_CI-1 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 2 ORR_E13098_CI-10 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 3 ORR_E13098_CI-11 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 4 ORR_E13098_CI-12 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 5 ORR_E13098_CI-13 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 6 ORR_E13098_CI-14 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 7 ORR_E13098_CI-15 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 8 ORR_E13098_CI-16 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 9 ORR_E13098_CI-17 0.0050 0.0200 0.0160 0.0200 1.50 0.0000 7.00 10 ORR_E13098_CI-18 0.0200 0.0200 0.0160 0.0200 1.50 0.0000 7.00 11 ORR_E13098_CI-19 0.0200 0.0200 0.0160 0.0200 1.50 0.0000 7.00 12 ORR_E13098_CI-2 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 13 ORR_E13098_CI-20 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 14 ORR_E13098_CI-21 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 15 ORR_E13098_CI-22 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 16 ORR_E13098_CI-23 0.0090 0.0200 0.0160 0.0200 1.50 0.0000 7.00 17 ORR_E13098_CI-24 0.0090 0.0200 0.0160 0.0200 1.50 0.0000 7.00 18 ORR_E13098_CI-25 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 19 ORR_E13098_CI-26 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 20 ORR_E13098_CI-27 0.0030 0.0200 0.0160 0.0200 1.50 0.0000 7.00 21 ORR_E13098_CI-28 0.0100 0.0200 0.0160 0.0200 1.50 0.0000 7.00 22 ORR_E13098_CI-29 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 23 ORR_E13098_CI-3 0.0030 0.0200 0.0160 0.0200 1.50 0.0000 7.00 24 ORR_E13098_CI-30 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 25 ORR_E13098_CI-31 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 26 ORR_E13098_CI-32 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 27 ORR_E13098_CI-33 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 28 ORR_E13098_CI-34 0.0100 0.0200 0.0160 0.0620 2.00 0.0656 7.00 29 ORR_E13098_CI-4 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 30 ORR_E13098_CI-5 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 31 ORR_E13098_CI-6 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 32 ORR_E13098_CI-7 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 33 ORR_E13098_CI-8 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 34 ORR_E13098_CI-9 0.0050 0.0200 0.0160 0.0200 1.50 0.0000 7.00 35 ORR_E13098_ECI-1 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 36 ORR_E13098_ECI-3 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 37 ORR_E13098_ECI-4 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 38 ORR_E13098_ECI-5 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 39 ORR_E13098_ECI-6 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 40 ORR_E13098_ECI-7 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 41 ORR_E13098_ECI-8 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 42 ORR E13098 ECI-9 N/A 0.0200 0.0160 0.0200 1.50 0.0000 7.00 ADDENDUM 2 ATTACHMENT 3 SHEET 86 OF 176 Inlet Results SN Element Peak Peak Peak Flow Peak Flow Inlet Max Gutter Max Gutter Max Gutter Time of Total Total Time ID Flow Lateral Intercepted Bypassing Efficiency Spread Water Elev. Water Depth Max Depth Flooded Flooded Inflow by Inlet during Peak during Peak during Peak during Peak Occurrence Volume Inlet Flow Flow Flow Flow (cfs) (cfs) (cfs) (cfs) (%) (ft) (ft) (ft) (days hh:mm) (ac-in) (min) 1 ORR_E13098_CI-1 1.30 1.30 N/A N/A N/A 9.66 42.91 0.19 00020 1.90 33.00 2 ORR_E13098_CI-10 2.55 2.55 N/A N/A N/A 15.26 42.87 0.31 00026 1.83 23.00 3 ORR_E13098_CI-11 0.00 0.00 N/A N/A N/A 0.00 42.30 0.00 00035 0.00 0.00 4 ORR_E13098_CI-12 8.41 8.41 N/A N/A N/A 33.37 42.93 0.70 00033 0.00 0.00 5 ORR_E13098_CI-13 6.15 6.15 N/A N/A N/A 27.29 43.11 0.79 0 01:00 0.01 0.00 6 ORR_E13098_CI-14 1.36 1.36 N/A N/A N/A 9.97 42.54 0.20 00046 0.00 0.00 7 ORR_E13098_CI-15 0.88 0.88 N/A N/A N/A 7.22 42.24 0.14 00035 0.00 0.00 8 ORR_E13098_CI-16 4.54 4.54 N/A N/A N/A 22.49 42.34 0.45 00034 0.00 0.00 9 ORR_E13098_CI-17 0.80 0.80 0.41 0.39 50.94 6.60 41.52 0.13 00032 0.06 0.00 10 ORR_E13098_CI-18 3.18 2.83 0.72 2.46 22.57 9.77 37.33 0.20 00031 0.33 0.00 11 ORR_E13098_CI-19 5.44 5.44 0.99 4.45 18.22 11.96 37.37 0.24 00030 0.00 0.00 12 ORR_E13098_CI-2 7.09 7.09 N/A N/A N/A 19.10 44.74 1.97 00020 1.16 22.00 13 ORR_E13098_CI-20 15.07 15.07 N/A N/A N/A 31.01 37.05 1.76 00033 0.00 0.00 14 ORR_E13098_CI-21 2.08 2.08 N/A N/A N/A 8.41 29.96 0.17 00030 0.08 1.00 15 ORR_E13098_CI-22 5.68 5.68 N/A N/A N/A 25.96 29.96 0.74 00030 0.04 1.00 16 ORR_E13098_CI-23 8.72 1.33 3.15 5.56 36.15 16.58 29.19 0.33 00027 0.17 9.00 17 ORR_E13098_CI-24 10.87 10.87 3.61 7.25 33.25 18.01 29.14 0.36 00030 0.06 1.00 18 ORR_E13098_CI-25 1.76 1.76 N/A N/A N/A 7.49 28.11 0.15 00030 0.13 3.00 19 ORR_E13098_CI-26 1.84 1.84 N/A N/A N/A 7.72 27.89 0.15 00030 0.12 1.00 20 ORR_E13098_CI-27 0.88 0.88 0.81 0.07 92.44 7.98 27.30 0.16 00030 0.12 10.00 21 ORR_E13098_CI-28 23.36 23.36 5.60 17.76 23.98 23.60 27.56 0.47 00030 22.20 110.00 22 ORR_E13098_CI-29 2.42 2.42 N/A N/A N/A 9.28 28.32 1.04 00029 0.02 2.00 23 ORR_E13098_CI-3 1.44 1.44 0.72 0.72 50.12 10.24 42.82 0.20 00019 0.00 0.00 24 ORR_E13098_CI-30 5.88 5.88 N/A N/A N/A 16.85 27.17 0.34 00031 0.07 1.00 25 ORR_E13098_CI-31 5.25 5.25 N/A N/A N/A 15.62 28.55 1.75 00027 0.62 15.00 26 ORR_E13098_CI-32 11.80 11.80 N/A N/A N/A 26.60 26.75 0.53 00030 23.90 62.00 27 ORR_E13098_CI-33 3.88 3.88 N/A N/A N/A 12.76 28.01 1.82 00021 10.51 64.00 28 ORR_E13098_CI-34 2.34 2.34 2.06 0.29 87.83 9.15 42.81 0.27 00021 0.10 1.00 29 ORR_E13098_CI-4 5.12 5.12 N/A N/A N/A 24.38 42.24 0.49 0 00:19 0.02 8.00 30 ORR_E13098_CI-5 4.59 4.59 N/A N/A N/A 22.68 42.37 0.45 0 00:19 0.09 15.00 31 ORR_E13098_CI-6 6.86 6.86 N/A N/A N/A 29.19 42.62 0.68 00044 0.00 0.00 32 ORR_E13098_CI-7 4.36 4.36 N/A N/A N/A 21.91 42.12 0.44 0 00:19 0.02 10.00 33 ORR_E13098_CI-8 3.92 3.92 N/A N/A N/A 20.42 42.19 0.41 00021 0.06 11.00 34 ORR_E13098_CI-9 2.76 2.76 0.96 1.79 34.95 11.99 42.55 0.24 00044 0.05 1.00 35 ORR_E13098_ECI-1 0.87 0.87 N/A N/A N/A 7.01 44.12 0.14 00022 2.29 30.00 36 ORR_E13098_ECI-3 8.20 8.20 N/A N/A N/A 21.04 29.88 1.39 00029 0.93 16.00 37 ORR_E13098_ECI-4 14.24 14.24 N/A N/A N/A 29.89 29.77 1.66 0 00:16 3.70 31.00 38 ORR_E13098_ECI-5 8.08 8.08 N/A N/A N/A 20.85 29.59 1.43 00030 0.28 7.00 39 ORR_E13098_ECI-6 16.70 16.70 N/A N/A N/A 33.21 30.47 2.64 0 00:15 6.38 41.00 40 ORR_E13098_ECI-7 22.19 22.19 N/A N/A N/A 46.58 30.25 2.34 00028 2.47 23.00 41 ORR_E13098_ECI-8 0.00 0.00 N/A N/A N/A 0.00 26.86 0.00 00030 9.05 112.00 42 ORR E13098 ECI-9 2.05 2.05 N/A N/A N/A 13.24 35.59 0.26 00030 0.00 0.00 ADDENDUM 2 ATTACHMENT 3 SHEET 87 OF 176 Exhibit Geotechnical Report ADDENDUM 2 ATTACHMENT 3 SHEET 88 OF 176 GECHECHNICM ENGNEENING CON4STRU010N MA�ERIALS ENGIP JEERNG &TES' iNG SCALS - ASPHAILI - CONCRE E NOVE�.rnber'25, 2014 GFiZM 1-1HI Engineers, Inc. 555 Nortt'i Carancahua Street, Sufte 310 Coor-PUS Chdsfi. ....I-exas "78401 Attenfiori, Mr. MarHn fliminer im a n, F�:1.�E SUBJECT'', SUBSUKFAGE IIIDVES11GATION, LABORK]"ORY TEsirING AND PROVISION OF P"EM04"r RECOMMEN[WnONS FOR 11HE P140POSED OLD ROBSTOWN ROAD PROJEC'T -- SI"A'I'E HIIIFO LEOPARD SI'REEir (1301413 2014) it of Corpus Christi Project I . I 3098 Old Robstown Road (State lllgliway 44 IIILzopard Street) Corpus Christi, 'Texas RIETL. Jo . -- X11 °123 Dear Mr. Tknrnermairi, In accordance Wth OUr agreeirnent, we have condUGted a subSUrface e�xpWatioin for the above referenced IH(;�ect. T'he resufts of fts loves figatic n, together with our recornniendaboins, are to be found in the accoirnpanykig rqpoirt, ot 6ectroirft copy of which Is in transr-Witted tIIS IHiII Engkieers, Inc. Often, because of desigiin and constrt,icbon detafls ttiat occur on a project, que Sir Jons are concerning soil conditions, and IlF,ock Engineering andT'esfing L.aborafor y, Inc. (FRE-TL ) WOLAki be Ik.msed to confinue Its rose as Geotechr*12IEngkieer cdrig the projec,t knp�ementafiori. RE 1-1 Wso, has great 4iterest ki prov6ng rnaterWs tesfing airid obseirvafion serv�ces dt,idng the construcfioirm Iphase of the s project. If you WH adve us of the appropriate Urne to ftcuss tliese engkieerkig ser0ces, vve wHI be p�eased to meet with you at your convenenc e% If you have any quer fions, or If we can Ie of further assstance, p�ease cointact us at (361) 883 4555 &ncer0y, Maii1( C Rock, P,E. V�ce President of Opeirations ADDENDUM 2 11oo< EI.NGNEEFUNG & TESTING I ABOnffoa��vy, 111114C, ATTACHMENT 3 wvvvv,rocktesiVng,corn SHEET 89 OF 176 6817 V EOPARD SrREET'CORPUS CHRSP I 1::::XAs 78409-�703 W856 VANDALEE ST. ;SAN ANTONIC, ��'xA,s 78216-3625 OFF�ICE(31EM 883-4555- F�AK (361) 883-4711 OFTICE:(2 0) 495-8000 1 fAX (210) 495-8015 r u�ba�,�liJJ��ai�(rrnrri���nir�a�a/iir�a�/�rrni�ia��J�a��r�ir�rr�r�l��/�a�r�rm�r-iunri�i�Jrl��Jr�r�r��J�urJJrJJJJI���a/J/JrJau�li�,a/riar/r���rr/rr/��m�a+�r��a/ lu l� c SUBSURFACE IIS TIS TI , I-ABORATORY TESTING N PROVISION OF ENT RECOMMENDATIONS FOR THE PROPOSED L. BSTOWN ROAD PROJECT , STATE HIGHWAY 44TO LIQ II .I STREET BIND 2014' CORPUS CHRISTI, TEXAS RETL PROPOSAL. NUMBER: G114,123 ll �PR E FOR: I*LL ENGINEERS, INC. 555 I "Ia,l CARANCAllUA STREET, SUITE 310 CORPUS CHRISTI, TEXAS '784,01 NOVEMBER 2 , 2014 PI W ROCK ENGINEERING AND TESTING I-ABORATORY, INC. 6817LEOPARD STREET COORPUS CHRISTI, TEXAS 78409 1 -4555; : (361) 883-4711 TEXAS BOARD OF ENGINEERS I REGISTRATION NO,,, - 1 p O ryp'i^q^�III p �P,y am� m amph l'; �titim,"m 110(,mI,' d!, lj�"���" r � U v �� ra. �V➢ re i � �i"M ��� Christopher A. IRock, P.E. Vice President of Operations ice President Corpus Ckiiristl AD ATTAR II 1' / / 171fL1//1/1/1/1/1/1/1/1///�%%%%%%%%%////////r//////%%//////G////////r//1%////////%////%%%///%//1%//1///%%/G///%///��/d/%/%///l%///lr✓//l//r/.IJl///r'///.%�/%rZ�/i//%l////G%/il/l�%/JI//i//////%r!/,///6Jr<��GGG�//i�l!/r%%//////////i/Gi�iLoi//,///i//r//////.�/i/r///ii«//i///r:/�inr/.//i/riii�„///i//G%//G////ru////////r//.!r%/IIOdI,L,///iI//J/II/J//////%///r�/%pi//G/J////IIlJ ,rABLE OF CONTENTS ................ ........ .................................. ALJthoirlzire...-.w. ...... 1 Purpose and ...... ...... .",,,- 1 G e ri e ra i...... . ...... 2 FIELD EXPLORATION ..... ....... ......... .........—.......... ........ 2 S(,,,ope DhIling and Saml.'Ang Fiii d 'T'ests and ...... 5 SUBSURFACE CONDITIONS ................ ........ ........ 6 Generali...,.... ....... 6 Soili Condltions,....,..... 7 GroUndwater Observations.,..... 8 OSHA Soil 1-ype IPS AVEMEN"r IRS COMMENDA11ONS ...... ...... 10 Routine Maintenance of Rigid & Fiexibpe Paverrient Systerns ., 15 Ewthwork and FoundationAcceptance.... DewaterlmCWISbllction Consid — eratlons....-, —... ----. 16 9 GENERAL COWMEN"I'S...-....... ......... ....... ...... 17 APPENDIX Bodrig/Core 1-ocation Pians Bodrig Logs B-01 thrOUgh B-10 Key to Soil 0assfflcafions and Syrnbois ADDENDUM 2 ATTACHMENT 3 SHEET 91 OF 176 November 25, 2014 OLD ROBSTOW14 ROAD CH21C Hffl IEngineers, Nnc. SH 44 to Leopard St., Corpus Christi, Texas AtariW, Martin 'Timmermari, P.E. RETI—Job No.: G1 14,123 INTRODUCTION This report preseints the reSWtS of as soft explioiraboin for the proposed Ud Robstown Road with proJect knifts between SH 44 to Leopard Street to be constructed hrl CorPUS Christi, Texas, This study was conducted for the City of Corpus Chrisfl and CH2M HM Engineers, Mc,. Authorization The work for this project was performed in accordance with Rock Engrring and 'Tesfing Laboratory, Mc, (RETL) Ihnroposai FlUrnber' P,110713D (Revhsiori No. 1) dated November 25, 2013. The scope of work was approved and CF-12M FIM Engineers, Mc. hssued P.O. 4t:)4241-' 001 on May 12, 2014 via emaH, Based on 4iformation provided to IRETL, the proposed project, WH include the reconstnxtion of the exusfing 2 travO hane roadway, ft h Understood that the profile grade Hne of the roadway wM remahn the same,, M aftHon, neW UtHity Hnes wiH be hnstaHed. depth of'the utHifies beim finhshed pavernent has riot been deterrrflned, RETL perforrned the foiloWng- * EvaWafion of the subsurface soft wfthki the Hmits of the proposed roadway rehabiRafion urea by obtaining hrrforrnafloron the insitu soHs and grcaLmdwater condifions to provide flexiUe and dgd paveirnent s(ecfions SLRaWe Icor 20 and 30-year pavernent designs. * Pran vhsho, n of recorrn-TlEnidafions on the suftabHity of recycfin g the eAsting asphalit roadway to be ren-Us ed as base materiai for efther as fieANe or dgid pavement secdon. ht' then rnaterW as st,fltaHe, REI""L WH provide recornmendaflons suitaUe Ibr 20 and 30-,,year pavernent designs ublizing the recy(.,,.hed exisfing pave rnent, ff rnHiing and recWming ft-ie existing pave mf.�.,rit consUtuents hs not suitaUe, FRETL WH ah so 1.)rovhde this recorrunendafion hero fts report. * Provided soil paraffieters, trench excavafion deshgn parameters, 0SHA soil type chassificafion and recomr-nendafions needed by the contractor/engineer to deshgrr Ibraced excavafions for 4-istaHafion of undergrot.ind utilifties. inaddifion, prospecfive contractors Mi ut,Jfize the hnforrnafion provhded hn this report during the Mding process. ADDENDUM 2 ATTACHMENT 3 1 of 13 SHEET 92 OF 176 Nover nber 25, 2014 OLD ROBSTOWN ROAD CQ-2M Hili Engineers, h)c. SH 44 to Leopard St.- Corpus Christi, Texas Attn' Mr. Marfin 'firnriner-man, P.E. Ri.-71. Job o," G11 123 "T."he Geotechrkah Engineer states that the fin6ngs, recornmendations, specifications or professioinah adv�ce conta4ied here4'i, t-)ave beer) presented after b6ng prepared in a mariner coni sisterit Wth that IlevO of care and skiH or6narfly exercised by reputaHe members of the Geotechrflcah Engneer's professoon pracfic4-ig contemporarreOUS�y under srnilar conditions in the Ilocafity of tthe project. No other representations are expressed or 'hmpHed, and no warranty or, guarantee hs M&KIed or intended. The scope of services (fld not inCkide an environffierat aA assessment. Any statements in ft s report, or on the bodrig dogs, regarcfing odors, coors, LHIL]suap 0n- SLJSPuCnOLJS iterns or, condftions are strictly for the uriforrnafion of the ckent, General "The explorafion and ar4ysis of the subsurface condifions reported herein are cmnsidered sufficient in detaO and scope to assist the design engkieer in seNecfing suitaHe paveffient sections for the proposed street, rehatAHtation project and to provOe the contractors Wth '�nfoirrnafioin to assist with bO&ng and design of trench excavation protecfion, The inforim aflon subrriftted for the proposed project as based on project details provided by C112M HM Engineers, hnc., and the soff hnfbrmafion obtained at the sarnpbocafions. "'rhe Geotechnnca0 Engineer warrants that the find4-rgs, recornniendabon s, specificaflons, or professionadadv�ce contained herein, have been presented after being prepared in accordance with generaHy accepted professhonah engneering pracfice ki the fiOds of foundaflon engineering, soH rnecharks aridengineedrig geoogy,, No warranfies are expressed or iimpHed,, "This report has been prepared for the eXCALISive use of the City of Corpus Christi and CF-12M HM Eng neers, k")c. for the specific appficafion for the proposed OW Robstown Road Wth project, Hmits between SH 44 to Leopard Street to be constructed En Corpt..js Chrisfi, 'Texas. FIELD EXPLORATION f'he field exphon,,ifion, to evakiate the engineedrig characteristics of the SUbsurface rnateriak;, ki&ided performiing the soil borings and deterinkiing strength and c�assfficafion of the stkgrade sofls sarnpes obta4ned. A surnimary of the fi6d irivestigation performed for Oid Robstown Road Ibetween SH 44 to Leopard Street hs IprWded in the taWes Wow ADDENDUM 2 ATTACHMENT 3 2 of 13 SHEET 93 OF 176 Nov ernber 25, 2014 0LJ9 ROBSTOWN ROAD C[ 2M Wl Engkreers, Ilinc, SH 44 ft) Leopard St,; Clorpus Chrisfi, 'rexas Attrr: Mr, Martkr 7firnrmmeirman, [�.E, RETL Jo[) No9--114123 OLD ROBSII"'OWN ROAD S l A"I'E HIGHWAY 44 TO ll.JEOPARD STREET; CORIPUS CHRISTI, TEXAS Depth of iIMAC & Flexible Base, Materiall ............... ............. ww l3i lng/Core Depth Location Depth of 0' umber HMAC (lln) _n N 27" 4'7A96' W 971126.223' B-01 25Old Robstown Road, 125' N from Agnes St,;Tfrom 4,00 9,00 east"ed(.e.of p,.yf,.menll� NBL ........ - —----------- I .......... l"14 27" 47,264'W 9711 26203' B... 2 51 Old Robstown Road75' S frorn Lif�)ler,ty Dr.; 10'fium 5 00 6.50 we s t e d (aL M e r i t'I, S B N 2711 47,338' W 971126140' 9-9;f 51 (Nd Robstown Road; 150' N fronn Saxet Dr.; 12' froirn 41.50 9.25 east edge of pavernent; NBL N 27" 47,414' W 9711 26.083' B-04 25' Old IR6bstownRoad; 150' S frorn Bpuebonnet Dr.; 12' 5.00 1W)9 furnr — 7"-'-4---T----4g74'----- -9----7-- 112&0t3,0S'BL wet ( e.of--pavenien N 2- 9-05 Old i'iobstown Road; 200' N from K Saxet [)r,„ 10' 475 9.00 firorn E.®ast-edqe.qf'paver neintw P4BL N 2711 4T 546° 97" 25ff75' B.06 25' Old Robstown Roadl� 200' N From Krejci L ane; 10' 4,00 10,25 frorn west wrfmrM of SBL N 2 7" 47,622' W 9711 25,,909' B-07 5' Old Rof')stownRoadl� 10' S from Bairflett Dr.; t 0' firorn 4,50 10 00 easte d Lp�myeffient- NBL 941T 0 95.54'--'N 271:147304'W B 08 25' Old IRobstowin Road, 250' S fro Up Riveir Rd.,, 10 6,00 9.50 from west ed, r .of fjrmvemeritSBf N 270 4716SW 970 25393' B-09 5' Old IRobstown Road; '150' N from Up Ruver Rd'- 81' 4,00 9x50 om ea ftj t rs 9 ad jLp��y!nment; NBL .............. ----------........ ........---- N 271147 810' W 970 25356' B-10 25' Qd Rot)stown Road; 50' S fil'OM L ;cm par(J St,; 19"1fronm &00 9.50 —------------ ....... west'edq .� -nent; SBL ..........� 2 4f_pay.e�_.— -- ............. N 27"47A 91' W 9"7"„ 26228' x..11 Old Robstown Road'v '100' N from Agnes St.; 8' frc)m 5,75 675 west ecJf;E,, of pavement; SB� ADDENDUM 2 ATTACHMENT 3 3 of 15 SHEET 94 OF 176 November 25, 2014 01 D IROBSTOWN IROAD CH2M Hk IEng4'ieers, Vnc, SH 44 to Leopard St,' CorPLIS Chr'usfi, Texas Attin- Mr. MarfinTirnmermain, P,E, R61-,Job No,: G114123 Oi�,,,.D I'ZOIBSTOWN ROAD S"T"ATE IMAY 44 TO LEO� l) STREET; CORIPLIS CICRISTI, TEXAS Depth of HiMAC & MeAWe �Base Matwlai .............. ........... — .. . Borig 130,Hrlg/Core I Delpth of of 3 Nurnber, vi Depth Locatio .............n VIIWAC (in) in) .......... N 2711 47,231'W 9711 26224' G-1 2 OW Robstowr) Road; 50' N from RusseH Dir,,- Tfrom 525 10,25 ea.s.t.±d.9 -of pay.e2]erir! -N-[3� �I 270 47,29SW 97" 26.17' G-1 3 OW F7obstowri Road-, 100' N from Lberty Dr,; 12' frorn 5.75 6.00 eras ed ) of 2avernent; NES. N 271' 47.381 W 97"1 26.110' G.14 Oki Robstowii,i Road" 50' N frorn Nay�or Dir.,- 10' frog 4 75 825 west edge of paverrient" SBL N 27`197. ,"79' 970 26�056' C-1 5 OW Robstown Road; 25' N frorn Bluebonviet Dr," '10' 5.00 9.50 frorn,easted2�as of f,,rnent; NEL N 2711 47,515' W 97r, 2&002' C-16 OW Robstown Road; 30' S frorn Krejci Laine; 12'from 4.00 1 11.50 wt?sff e of ent,' SBS� . ......... ......... ....... ......... N 2711 47.588'W 970 25.937' C-1 7 Qd IRobstown Road; '75' IN frorn Sobey Dr.; 12'frorn 5,75 9.00 east_ede of a., _Ment; NBL. Pl� 27'47,668' W 97' 25,878' -13 OW Robstown [Road; 40' N frorn CobnbCt8' froryl 150 mo we,st edge of pavernero" SBt N 271147.728' W 97L25,821' C-11 9 OW Robstowir Road, 75' S frorn Up Rk(er Rd," 5' froM 4,00 9,75 a est ed�je of Ipavernent; NBi... N 27 4 7,796' W 97" 2.5."'763" C-20 OW Robstown Road; 100' S froini Leopard St,; 6' frown 5.00 9.00 east edge of Ipaavrarrnn nt, NBL �, Average Thickness of Existing Pavement Constituents (irn) 4.75" 9 00*k *11hese vah.jes were rounded to the nearest Y4-hich, WhewBL = North Bourd IfLaarne SBL = South Bound Lane 1"[,iie borings Iperforrrned for, this project were Used to determine the class ifi cafio n arid ,strengths of the ln sftu sdls airad tNckriess of exisfing p.wenieint consfituerits. The lnforrriafion obtai nied on tti�e boring logs Mcludes bodng �ocafion, bor"irig dei pth, thlckness of pavernent consfitt mmts, soH day ssificaflon, soH stre-ric ths, �aboratorV test rest.flts and GPS courdirmtes obtalried Using as corntnercially avallable GPS at, the boring locations. 1"he Iboring logs are linClUded in the Appendix, ADDENDUM 2 ATTACHMENT 3 4 of 13 SHEET 95 OF 176 Novernber 25, 2014 OLD ROBSTOWN ROAD CH2M i--fiH Engineers, bnc,, S� 44 to I eopard St.', Corpus Christi, Texas Attru Mr. Mailin'T"irnmen-nan, P.E. Ri""`"T'L Job No,: G114123 !2rHHIjg..g Liq_��qgMk!Lng_Proqedures At each boring pocation, pavement coires were performed to provide access to the SUbsufface s6ls. 11-ie pavement cores were, obtaMed usimg a coriing machine equipped with as diarriond M to penetrate the eAsting pavernent consUtuents to a depth the SUbgrade soHs were enCOUntered. Once the pavement constituents were penetrated and the existing paverrient constituents removed, as dr-Ming dg equ°pped pt h as rotary head turnMg hollow steal augers was used to advance the boreh6es to the desired bo6ng ten-nination depth. Disturbed sofl sampes were obtained ernpoyirig spfit.-barr6 sampling procedures in genera p accor(,Jance with the procedures for "Penetnlition 7Est and 13pfit-Barrel Sarnpling of Soils, (ASIN D1586)," Un6StUrbed soff samppes were obtaMed Using thin--aaH Wbe sampfing procedUres in accordance Wth "'Thin Mdied 7-ube Sarnpling of S,oils, (ASI M D1 587)." I-he samples obtaipned by this para cedUrea were extIlided by as hydrauk rarn arid classified in the field. All of the sarnpes were placed in pastic bags, i-narked accord4lg to boring m,irnber, depth and any other pertinent fied data, stored in spedap containers and d6fiver ed to the paboratory icer testing. Field am is and Measurements Standard IPenetration 'Tests During the sampling procedUires, standard penetrafion tests (SPT") v,/eire Iperformed to obtain the standard penetration value of the soil at sepected iintervas. "Phe standard penetrafion vakie (N) is defined as the m"Wrnber of blows of as 14-0-pourid harruner, falfing 30-Jnches, required to advance the spHtbarrel sampler 1-foot into the soil. 'The sarnper is powered to the bottorn of the par eviOUS�y ceaned driH holie and advanced by tows firom the harnryier. The nuirnber of bows is recorded for each Of threesuccessive 6inch pe.netirations. 'The "N" value is obtained by adding the second and tHrd 6-Mc h iricrernent nurnber of Nows. I-he resUts of standard penetraflon tests indicate the relative density of c.ohesior-fless soils and comparafiv(�n consisteri(;,y of cohesive soils, thereby l.,)rovi6ng as basis 'for, estirnating the relafive strength and coirnpress'pbifity of the soH profile coirnponents. Water Level Observations . Water level cafe servaflons were obtained during the tE)St boring operations and are noted on the boring pogs provided in ttie Appendix. M re;lafivepy peiMous scape s, SLIch as sandy soils, the indicated depths are LISUaHy reIiiable groundwater levels,. In relatively impervious s6ls, a suitable estimate of the groundwater depth may not be possiNe, even after several days of observation. Seasoi,4 varafions, tereap eratUre, pand--Use, proxirnty �to a creek, river or pake and recent rainfaH conditioris may 4i,ffi.ience the depth to the groundwater. T'he aMOLlint of water 4-1 open borehoc es pargely deperids on the perrneabiRy of the soils encountered at the boring locations. ADDENDUM 2 ATTACHMENT 3 5 of 18 SHEET 96 OF 176 Novwnber 25, 2014 OLD ROBSTOWN ROAD CH2M 1--ffli Engineers, Mc. SH 44 to Leopard St.' CorPLJS Christi, I exas Attri, Mr. Martin 1"inunerrnan, P,E, Ri-71- Job No.: Gl 14123 Ground Surface Eevations — The ground SUrface elevations at the boring Rocafions were not provided. Therefore, all depths referred to in this report are frorn the actuai ground SUrfa ce elevations at the boring locations during the firne of our field investigation, LABORA'TORY TES'TING PROGRAM .......... In addition to the fWd unvestkafl , laboratory testiniro g pgrarn was conducted to 9ona deterrnine adecho nal pertinent engineering characteristics of the subsurface rnateda�s necessary in anayzMg the behavior of the pavernent, syst erru for the proposed projeGt. The laboratory testing prograM included supplen-,ientary vlsuacRassfficafion (ASTM D2487) and water content tests (ASTM D2216) on all samples. In aftflori, selected sarnpRes were subjected to Atterberg Hrnits tests (ASTM D4318) and percent rnateda� finer than the #200 sieve tests (ASTM D1 140). The shear strength of selected coheslve soH sarnl'-fles were evakiated froM Ljnconfir-)Ead cmn,ipressve strerigthtests (As-w D2166). The esfimated soff strengths air® obtained using as hand penetrometer. All phases of the laboratory tesfing program were conducted in general accordance with plicaNe AS Specifications, The results of these tests are to be found on the accornpanyng bor4-ig Rogs and test reports provided ir) the Appendk SUBSURFACE CONDITIONS Genera! 1-he types of soft encountered ki the test bodrigs have been visually cassffied and are described 'lira deAail on the boring iogs, The results of the streingth tests, water level observa,horis and other, �aborator-y tests arE.1 presented on the boring logs in riurneiricai form. Representative sarriples of the soHs were placed in poiyethylene bags and are now stored in the iaboiratory for fuirther ariaiysis, if desired. Unless notified to the contrary, 0 samples WH be disposed of 3--months after Rssuance of this report. 1-he stratification of the soil, as shown on the boring logs, repiresents the soili coindifions at the actual Iboring locations. Variations nray occur betweeri, or, beyond, the actuali boring Uocafions, Lines of demarcation represent the appro&nate boundary between different soil types, but the transition may be gradual, or not clearly defined, it ShOLlid be noted that, wtiereas the test borings were driiie'd and sampia,�d by experienced driliers, ft is sometinies diffictAl to record chainges in stratificafiori wiftfln narMW firllitS. In the absence of foreign substances, rt is also dfficult to disfingL.AiSh between discolored soHs and clean soHfili. ADDENDUM 2 ATTACHMENT 3 6 of 18 SHEET 97 OF 176 Novern ber 25, 2014 OLD ROBS'TOWN ROAD 6: H2MI KH Engneeirs, Inc. &H 44 to Leopard St,, C(WPUS Chrisal, e�xas Attr): Mr. Maiffin I-irnrnerman, RE, RETL Job No.: G11 12, Soil Conditions The geneiralized assail condifions enCOUinteired have been SLUIN-narized and soll propeirties k'iclUdMg soli classification, strength and the desparameters recornmended for use when des�gniing Ibraced excavatlons are provided in the followlng tabies: Soil ProfileTable No 1nR§ B-01 B-02 B-03 B-04 B-05 & �B-10 .................. ....... Dm. P ON" PI .......C........... DESCRI TI Kp ............. ............... ............. 0-1,2 [:m:x HMAC Pavement ot AppHcaNe ..........-— --1--.1...................... ......... ....... CLA 1 2-23 -at CLAY & 54-7636.61 1,800 0 120 0A0 2,5 :sand and ............... ............. ............. 23-2 Fat CI..AY & 2,400 0 60 03 8 2,6 5 'EY Sand It should benoted that borings B--02, B-03 and 13-05 in SoH Profile "I"'able No. 1 above were termirmted at the 5-foot depth, Soil Proffle Table N .2 Bo 8 and B-09 .................D . ..............D ES5 C R I PT"I"O Iq P I C P .......... ----------------- --------------- ........ ....... 0-12E x, FIMAC Pavement Not AppkaWe ............. Lean CLAY and 30-44 16-27 2,700 0 120 0,38 2.6_.9C CLAYEY Sand 10-13 Silty Ciayey SAND 0 28 110 0.36 277 .......... - ------ 13-18 Sifty Cayey SAND0 28 50 6x.36' 2.77 L ............ ... .............. 18-25 eaCI n .,.AY 27 14 3,300 0 60 0.38 7.60 ............ �I 1- ............... ........ It shoulld be noted that borlirigs B-07 and B-09 In Beall ProWe 'TaWe No. 2 above were terinninated at the5-foot depth. Exceptlons 'to the solls depicted in Soil Profile No. 2 above Mckide the absence of the sky clayey sand stratum In bodrig B--08 where a clayey sarid straturTi was encountered. Where� D = Depth in feet 6.a6ow exisfing grade IJ UqUid firnit(%) PI Rasflcity index C SoR Cohesion, PSf(Undraoined) 4) Angle of Internal W:'ftflon, deg. (undrained) Irk, = Effective SOH Unit weight, 14pcf Ka==Active Earth Pressure Coefficient Kp= Passkie Eartr� Pressure Coefficient ADDENDUM 2 ATTACHMENT 3 7 of 18 SHEET 98 OF 176 November 25, 2014 OLD ROBSTOWN ROAD CH2M Hffl Engineers, Inc. SH 44 to Leopard St.; Corpus Chrlsti, Texas Attri- Mr. Marfln Timmerman, RE11 Job No.- G114,123 The soHs ctiarlge consideraWe dn piasficity between the soHs depIcted in SoH Proffle TaNe No,, 1 and Soff Proflie TaNe No, Z, it appears as if the pedorninate soils aiong the route of the Iproposed reconstrUctlon pr(,,)ject are t-flghiy ipdastic wlth a section of the roadway from borings B-06 to B-09, where, the soiis are moderately plastic. Given the s61s en=lintered, ff'ie project may warrant two separate pavement sectlons for the Hrnllts of the roadway depicted by Soff Proffle -rables No. 1 and No. 2. For the PUrposes of this report, the proposed paveanent sections provided wiH be based on the higher pasficity soHs dephcted in SoR Proffle 1 aWe No. 1. ARernafive pavement secfions LlfiiiZlrlg the soll physicap pare perfies derkted 4'1 SoIlProffle "TaWe No. 2 can be prov�ded, �but RETL recornmerids Hrnrtung this Ipavement section between t)orings B--06 and B-09 uniess addffiormd soli data is obtamined to better deiMeate the (.'.ha age from i,-idgher plasticIty soft to moderatey piastic, sold between Idoirpir gs B--05 and &06 and betweeri borings B-09 and B-10. if desired, alternative pavement sectlons will be provided between the harms of N-)Hngs B-06 and B-09 as asupphernent to th� s report, "Two base sarnphes were subjected 'to Atterberg Hmits tests to determine the plasficity, r'he H(-Pid N'TiRs (I L.) n.,miged from 28 to 32-percent and the ppasficRy index (R) ranged from 8 to '15. Based on the pIasticRy 0dices of the exIsUng base rnateriai and the urifforr-nity and thickness of avaHaNe existing roadway consfituents, it appears as df the exisfing HMAC arid base niaterial would be SURaNe for recycilng into 'the proposed pavement tion or thi,,:s roadway. The trench protection should be designed to provide the most conservative design given the design parameters prd in the tables above. It shmfld be noted that the vadues for the desrof braced excavations provided in the taNes above are based or) the soil strengths and soH densffies encountered in tl-ie fieU and generaHy accepted ernplrlcad formuIas correatanpd undra4,ied shear strengths to drained shear stir"engths and the correspon6ng ang�e of MternW frictlorl for ciay solis. The actIve and pia ssIve earth pressure coefficients wair e (,,.alUflated using the drained an& of lntemM fddion as recornmended in "F-OUNDATION ANALYSIS AND written by Mr. Joseph Bowles where he si�a ""U'r"ained sofl parameters for, stiff clays and q,)-C soiis in general may be appropriate for hateral preSSUres behind braced waHs wherc�� the excavation is open for a cc nsideraWe length of fime." Groundwater Observations Groundwater (GW) observations and the depths the borings caved are pir°ovlded in the f6iowling table- ADDENDUM 2 ATTACHMENT 3 3o( 18 SHEET 99 OF 176 Novernber 25, 2014 7L. IROBSTOWN IROAD CH2NA Fiffl Engrneers, hc, SH 44 to Leopard St. oq.,)us Chnsfi, 'Texas Attri: 1Mr. Mairtin"I"irnmerrnan, P.E. Ri..-R.-Job No,- G11 123 ................... ............--- GROUNDWATER OBSERVATIONS ........................ ...... ............... NO. BORING ' UPON COMPLET ..................... B-01 Dry Dry and Open ............. ................. ................... B--02* Dry Dry and Open ......................_..........................___............... 6-03' Dry Dry and Open ................ ...... ................. .......... B04 Dry Dry and Open ................_..._____..........................._---____..__................. B-.05* Dry Dry and Open ............................... B06 13' GW at 24S upon coryi#efion and at 24.5' after 15 rn i�'Wtes ......................... ......_............ ........................------ .............. B.-07* Dry Dry and Open ...................................___...............w....... B08 IDry �Dry and Opeirr upon corn and after 15 n*rUtes ..........._---- .. B-09k Dry (")ry and Open .................. B-'110 23' Dry and Open upon compeflon ............. " and after 15 rnarrutes ........... ................ *Bodngs were terninate d at a depth of 5-feet. Based on measurements rTiade ir-i the fie M and rnoistuir(.) contents obtained �n the �ata oratory, ft appears that groundwater at this site, durinthe time of ouir fiOd gra vair tit afion, wM be encountered near the 23--foot depth over the iraaajortty of the �ength of the project, but may be emICOUntered as sha �ow as '13-feet near bodrig B-06 M the 0ty clayey an straturri encountered between the 11 to 18-foot depth, 'Phe grOUndwater r aarufin IproAded M the taNe above are '�rrdk,,.afive, of the condrtorls at the boring �ocafions dudng the fime of our fieW Mvestigafioin., ft shot.fld be ernphasSze d that water levels in open borehoes may reqUire severai hours to severa� days to stabkze depen6ng on the pernieabMty of the so��s cind that groundwater �ev6s at ftils srte wM be subject to seasoirta� con6fions, recent raMfaU, drought or temperature effec.ts. OSHA S i jyp 01 _2,gLegissification flie taUe beew pr(.�Mdes as suirnirnu,..iry of the 0SF-1A Sofl Type Cassfficafion for the soft erICOUntered at ttis sfte to ttie depth of 204eet at th Ibodrig fiocafioins" ADDENDUM 2 ATTACHMENT 3 2 of 13 SHEET 100 OF 176 November 25, 2014 OL IID R `SIE SI'0001 ROAD `AH2 IHQGQ Engineers, Mc. SH 44 to Leopard SL Corpus Chrisfijexas Attw IMr. Martin TIrnmerman, FIE. R.6 ,.Jo No.- G114'923 ............ D DESCRIFTION OSHA SGiL., T YPE C ASSIFICATION ............ ....... 0-10 Stiff Cray Above Water'TaWe Type B ..............__ ..I__............. ...........__ .............. 10-13 Loose Sand AbOVE�Water'Table r" inn"' C 13-18 Loose Sand Mow Water IabIe 'Fype C y---S-1-i f—f��C Q a-y- B�-e---o--w--V V. a t e-i r----'-T--a---b---e- --- -------------------- ----------i.-.y---p--e- C-- -------- --- lt should be rioted that the contractor's "respori sible peirson" shaii rriake the flnai deterirNnafion of the OSHA Soli Iype during excavation of the solis at the jobsite. T'he maximftffn allowable slopes duhng construc.tion for soil OStM soil types are provided ln the folklowing taUle: GUIDELINES �FOR MAXIMUM ALLOWABLE SLOPES SoH or Rock Max. Aflow, Sdopes for Excavations <Thain 20' Deep ................... StaWe Rock Verfica� .......... .........-— -------------- 'Type A 114 Horizontal 1 Vertical 'I`y�:,)e B 1 Hori"izointan 1 Verfica� 'Tyr.)e C 1 YID Horizonta� 1 Veirtical Guldellnes for maxlmun"i allowable slopes were obtained from OSHA dOCUrnents, but do not take into aCCOUnt any receint reg vlslons or, the stability of long term Unprotected siopes. It..ong terryi unprotected slopes wrlii llkely reqWre flatter sliopes, 'I"he guidelines prensented her&i for slopes &E.�s not 4-npy RETL. �is taMng responsr Wfty for construction site safety, this responsit.)illity falls entirely upon the contractor and his respoinsible per'son, RE"T"I. is assurnlirig that the coritractor Mlll comply with all rulles, ordinances arid other, req.6rements to coren ply with saftm conn structlon practices. PAVEMENT RECOMMENDATIONS Based on inforimatui on provlded to RE"] L, the proposed project will include the reconstructiori of the exisfing 2 travO iane roadway, it. is t.iriderstood that the proffle grade line of the roadway will rernain the sairne. in addition, neW Utility lines Will be installed. I he dq.)th of the Utilities below finished [,-,mavement has not bEmeiri determMed. ln desgnlng the proposed roadway, the eAsting &jbgrade coriditlons rnust be considered together with the expected traffic use and loading condlfioins,, 7'h e conditions ,ftiat influrice paverrient design can be summarized as fu ii 2 ATTACHMENT 3 10 of 18 SHEET 101 OF 176 November 25, 2014 OLD ROBSTOWN ROAD CI 12M KH Engineers, pnc. SH 44 to Leopard St,; Corpus Chdsfl, are xas Attn: Mr, Martin Tirnmeriman, P.E. RETI Job No , G11 123 * Bearing vaWes of the subgrade, 'rhese can be represented by as CaHforna Bearing Rafic) (CBR) for the desugn of fleANe paNffl.,rnerlts, or a ModUkiS Of' Subgrade Reac.tion (K) for irigud pavernents, * VeNcWar tnaffic, k-i terms of the number and frequency of vehices and th& range of aAe Wds. * ProbaWe iricrease gra vehicWar Use over, thEm Hf e of the pavernent, * The avaOaNfty of SL]KaWe rnaterWs to be used an die coinstrucfion of the paver"nent and th6r r6ative costs, Specific 4boratory testing to define the subgrade strength (Le, CBR/K vakies) have riot been PE.Oc)rmed 'for thous ana0yss, Based upon local experience and soil classification of the piredomMate soils encountered at this site, the estimated CBR and K values for the ami edOIT11nate in-situ fat clay soils encountered at this site is 3 and 90 pct, respectively. "T"he Average DaHy "T"raffic (ADT) ntirnbel-S LIfifized for fl-Os project wer-(,., prov�ded by the Cfty of CorlPLJS C�hdsfi, Gven th(.,, ADT COUnts provided, the 2034 and 2044, traffic lar ojectiara s to determune v&Ndles Mer desigin Wine were cMcWateA by taking uinto account the fc)HovOng consc derafi0ns- 0 50/50 Direc.fionau 'Traffic DistdbLAOrI 0 100% Des�gn Lane Traffic Dsthbufion 0 Terrnriaa Senficeat.Afty Mdex . Z.5 a Most Recent ADI' Provided by CAy of Coq)US Chdsfi --, 6,058 Ruin Drecfiorlai it shoWd be noted fl--iat the traffic counts proOded un6cated desa veHce ciasses wf-kh reSLflted in, what RUL considers, to be erroneousy high EqWvaient Singie Apia: Loads (ESAL). Therefore, RI 'TL ufiHzed as study with data compHed by the U.S, F-'ederM FflghwayAdrnk i�strafion astdbufion of trUcks on different classes of Wghways un the United States for L)rban Collector to cak-,.Wate the ESAL's, uf the owner or consultant provudes consderaUons that conffict wfth thOSE., assurned above, then RETL shmAd be gNen the opportunity prior to finai issue of ff-ie pans and seises cfficafions to deter-ffline ff suppiernentai recomrnendafions are warranted., ADT nurnbeirs pirovded and cak,,Wated for 20 ar)d 30-years, cakxflated 18-kip ESAL and caiWated reqUired struCtUrM number are provuded un the tat.-Ae be�ow for 20 and 30-year pavernent des�gins- ADDENDUM 2 ATTACHMENT 3 11 of 18 SHEET 102 OF 176 November 25, 2014 OLD IE E "7 IROAD CH2NA Hiii Engineers, kic. SH 44 to Leopard St,', Corpus Chr�sti, 'rexas Attri: h4r, Martin "Tirnmermain, PJE, REII- Job No.: Gl 14,123 ====r.................==�=. OLD ROBSTOWN ROAD (SH 44to Leopard St.) .............- - ---------------- ... .......... .._...._..j... -Y-e a,r,--D C, 30-Y-e-a-r-D-esign .......... _.m^� .......... ADI" Year(20,13) (&-Direcfiona) 6,058 6,058 ...............- ---- ---------- .......... ---- ------------------ Desigin Lane AD"T 3,552 3,847 (0,8% growth" 50/50"irraffic D�strbUdCM) .............. ............... Perr,entl-rLlcks 5 5 CaOcua rated RexiWe ESAL's 507,540 813,497" CaicWated Rigid ESAL's 598,056 961,250 Minirywinn Required SN 416 4,47 Rigid Pavement"Phickness (in)war/K :=: 110 pcJ 7" 75' ............. .......... Rigid Pavement rhickness (in)vv/K = 300 rx;i 614 7" The ADT van ues were prc,)vided for when school was in session and when school was rin sess�on. A iTlUftii,)HE.r of 0.75 was appiied to the ADT when school was an session arid surnmed with a rnuffipfier of 0.25 apr)iito the AUT wheri schooi was riot in sess�on. "The percent growth and percent trucks were provided by the City of Cor-PUS Chrnsti. fin addition, as rn'eViMlsdy diSCLAssed, the paverneintsect�ons r.ncMded for this report are base oin the predorninate soH conditions depicte lire Soii Pr offle 'TaWe No. 1. ..... . . ..... --- ......- R e c o ir n rne r id ed P ave me nt S ectioris — OLD IROBSTOWN ROAD (SH 44 to Leopard 20_yr ear Desigri Life — Required SNn = 4.16 Fiex- Pavernent Constituent FR e',x.' Fier. Rk W Rigid Pvmt, I Pvalt. 2 Pvrnt. 3 Pvnit 4 Pvn,lt. I Pwrit. 2 ..w:................ ...... .. .... ................... tri a-v-e -----N/A IN/ /A N/A 7" 6" .... HM AC I"yp e D 2 2 4 4 .......... .......... ........... .......... HMACType B 3" 3" Limestone (Type A Gr. 1) 1111, 1 V 91, 8" 6" ....... ... ................. ............... 1nsar Geogrd rx--5 No P40 P40 "T' -5 NO NO Tensar Geogrki �BX 1100 No 1. 1100 BX1 100 No i irne StabHized Subgra�i� 8 8" .... ........... ........... ---------------- , ,------ - ----------------- 8" 4 :-3 Ind//ma ---------- ,N/A Calculated SN . ............ ADDENDUM 2 ATTACHMENT 3 12 of 10 SHEET 103 OF 176 November 25, 2014 OLD ROBSTO ROAD C-12M F01 Engineers, Inc. SH 44. to Leopard St,; Cor'PUS Chdsfi, Texas Attm Mr, MartEn "Thirnerima n, PE. RET[... Job No.- (3114123 .de . . ........................... .........................................--------------------------------------- —----------------................ - —--------------------------- Recommend Prneni avet Sectons — OLD RO,BSTOWN ROAD (SH 44to Leopard S,t,,) 30-Year �Desigin Life — Required SN20 4.47 ...............................-........... ........ ............................ ........... Pavernent Constit F1 Flex Igs Rigid Pvr P P Pvr Pvmt. Pvrnt, 3 Pvmt. 4, �Iex fix ............... ......... ic,m .......... ........... ----------- .1. j w N;A 7" ------- . ................................ `iigid Concrete Pavefflen-t. .. ..... --------- ............... A ...............------- _ 1--- -1-1--l-1- ................ .............. .......... WAC "t "ype D 2" 2" 4" 4" 2" ................... ..................... ----------------------....... ................ - ---------- ................ .............. j I WAC 'Type B 4" 4" 4" ................. .................... ................ 1-hiestones (Type A Gir, 1) 10" 101, 11 11 1 011 81, ............................- --........ -..................................................-.—..........----........ --.-..................................—.-..........-................... ....................---..........................- ............ ........... 1'ensar Geogrid TX-5 No NO No TX-5 TX-5 No No ......--............ ................ ................ .....................------------------ ----------------- -- Tensar Geogrid BX1 100 No BX1 100 BX1 100 No No ....................................... .............................................. ..................................... . ...........------- i 6rne StabH i zed SUbgrade 8" 8" 60, . ... 'D .....................—..... L.-...-.-.... ... ............................... 0 ............ ........... .................. ...................................... "- ................... ... .......,' ''' ...... ...........z; L CaICWatedSN 5 .. --- .... =..= . . N/A *Bght Mches of exisdrig pavement conStlWents when propedy saNaged, stockpiled and replaced 41 accord a nce, wlth 2004 "TxDOT Specification ltern 305', Salvage, Stockpile and Reap liace may tae) used pn IHeof the firne stabiHzed SUbgrade sollls M6cated prl the taHes abc ve. lfsWvaged base r-nateirial is utlfized ln Heu of kne stabiHzed subgrade soHs then tl-ie saNagE.,d base material shall be compacted to as minpn')Urn denslty of 98- percent of the maximurn dry density of the saNaged base rnaterW, as deterrnuned by the standard Fr(:actor (ASTNA D698), and within 11/2.-percent of the OpfiMrn moisture content. *1f the existling sahiaged paverneint conStltUents are UtHlzed ln the Rigg d Pavernent Section No,, 'I and IRpgld Pavement Secfion No. 2 provided above, the the salivaged paveirnmint COIISfitLgents WH reqLflre a minlrnum of 6-kidhes of cernent stab'pfized salvaged base materlal in accordance Wth 2004 -1"x)O'—[- Spec "pcafion', ftern 275; Cement `Tre,atrnint (Road Med) with a m4*TWFT1 of 4--percent cement based on the rnaxWwrn dry unlit w6ght of the raw salvaged base, as determ�ned by the standard Proctor (AS"'I'M D698), and then compacted in place to as ri'0nirnurn density of 98-percent of the standard Proctor (ASTM D698), and within 1V2,-percent of the opflrrir,jrn r-WlOiSftlre content. Jn order for the saNaged base rnaterlap to be SUltable for cement stabMzafion the rnaxin'Kgrn amount of HMAC, alllowed lri accoirdarx,;e wftl-i 2004 T"xDO'T" Specfficafion' ltern 275; Ceiment Treatment (Road Mixed) of 50-percent, or less HIMAC reqw I hing that approxpray ately the tipper 3-pinches of HMAC be rnHled and removed prlor to salvagirig exlsfing pavernent consfituents irneant for, cenient stabilizafloin. AH saNag4ig operations shaH be performed pn order to rninirnpze proUems assodated with contarninating the base mater'W with SUbgrade soils,, ff the ffkkness of salvaged rnaterlaJ requires addltlonai base rnater4l to achieve the specffied rninimurn thlckness then RETL recoirnmends that addftionall crushed llmestone base rnaterlaJ ran eefing tVie requrernents for '"r)(DOT ltern 24T, Type A Grade 1 crushed Hffiestone base materW be added to the salvaged base to assure n-ikli=rn th'pc .rues sseat saNaged base ryiaterW is achleved, ADDENDUM 2 ATTACHMENT 3 13 of 113 SHEET 104 OF 176 November 25, 2014 OLD ROBS "OW ROAD C[W �fiH Engineers, Bnc. S�l 44 to eopard St,; Coq)LIS Christi, Texas Attri, Mr. Martin Tirune rman, P,E, REl""L.Job No.- G114123 After 0 SUrface organics, d l terioua itnateriaas and existing roadway rnaterWs have been removed to the de5psubgrade eevafion, the Upper 12--pinches of exposed raw subgrade shaH be coirnpaGted to a rnpniMLJmdensity of 95-percent of the naximt.irr'll dry denspty, as dee errrflned by the standard Proctor (ASTM D698), and at, or above, the 0f,A4'nurn moiStUre content,, Any soft areas bdenfified shaH be rernoved and properly recompacted in p�ace. Where specified M the taUes above, firne piacernent and rrflAing operations shouH be n performed baccordance Mh TxDar item260, '7_1ME 7"REA7 MENT FOR MA TEMAZ S USED AS SUBGRADE (ROAD MIXIE":1))." Uffie sl'mH be rnixed with the riatkjrah in,SitLJ soHs at as rate of51/,,?,-percent based on the max4n= dry unbt weight of the raw SUbgrade soHs, as deterrnined by tl"ie standard Proctor (AS"T"M D698). After proper CUring firne, USUaiiy 48 to 72 hours, the firne stabHized soHs shot.fld be remNed and compacted to as n°flnirnurn density of 98--percent of the rnaxiMUrn dry unit weigV°nt of the finie stabflized SLjbgradEsoHs, as deterrn4ied by as standard Proctor test (AS-rM D698), and at, or above, the optpnit.iirn m6sture content, Where specified k-i the taUes above; upon cornption of the subgrade pireparaflon as bayer of fl'ie spedfied geoghd shaH be piaced on the propedy prej.mred subgrade aind shaH extend OLASide the HmKs of the cru.,shed knestone base irnateriai, or to the Hrnt dictated by the project engineer or Mianufacturer, whichever is greater. The geogHd shaH be paced M accordance v0th the manufacturer's recorna-iendabons. Ttie flexiNe base rnaterWS UtMzed shaH meet the rnMprnurn pl,-iysicap reqtkernents for TOOT ptern 247, Type A, Grade 1. Base it ateriais pn filexibie paveirnent areas ShWid be ppaced in maximurn 8-in&-i thk.* Iloose H and compacted to a rnbnurn dens�ty of 98- percent of the rnaxbniurn dry dern sty, as deternikied by the mociffied Proctor test (ASTM D1557), and within 1'Y�I-percent of fi-ie optimurn MOM tuna content. Note that the compaction reqUiremen't for the Type A Grade I crushed Illmrnnuestone base rnaterW� in the Rigid Pavement Section No. 1 and Rigid ma ma Section No., 2 shall require that the base rnaterial be compacted to as minimurn density of 98--percent Bmf the maximum di ry density, as determined by the standard Proctor -test (ASTM D698), and within 11/2,-peircent of the optimurn moisture content. RETI. recornrneend s pia&ig as sngie C*Urse seacoat oir as pdrne coat (MC 30 or AE.-P) on the firipshed base rnaterpal prior to padng the HM AC surface courses. A sn& COUrse surface treatment shaH be appHed after the base materW has been primed. F-lot rnbx asphaffic concrete shOLIN r t the requk'ements set foilh ki TOOT bteni 340; Fype D and 'rype B surface and b,,z)se courses, re 5p Knniujm and maximum thickness of FIMAC pacerrient for the types of HMAC recomniended are provided in the foHowing tabie: ADDENDUM 2 ATTACHMENT 3 14 of 18 SHEET 105 OF 176 1,�overnber 25, 2014 OLD ROBST'OWN ROAD (11F-QM KH Engneers, kic, SH 44 to Leopard St.- Corpus Christi, Texas Attrr,, Mr. Marfln 11rrrrnerrymn, P,ERE--TI... Job No.: G11 123 ................ ......................... IMINIMUMMAXIMUM RECOMMENDED HMAC COMPACTED LIF-rTHICKNESS, ............I............................. ......................................... iiiiiiirnum CompaaW, M,a,x-,Tm--'u-"i'n--,-C-',o—m-'P-ii zRi'a......... HMAC Mixture"I'y ... ..... Lift 1"hickness Lift I'Mckm E 1-11"- ",---.",,,,,,,-. - I......_I ............. ------- ............................ ......... ...................................... ................ ....... ------ "Type B HMAC 25' 51, .............. -1111111-1-............---....................................... .........................---....................................... ......................................................- Type D E-,6i'AAC, 151 3" ......... Any other pay ptems not specfficaHy referem.,.ed shaH be 6ther C.Ity of' Corpus Chrisfi speccafi �fioins or I-xD01" specfficatioiris,, AH I`xDOT specfficafions are referenced from the 2004, 'I-exas [)epartrnent of F'ransportatlon, "STANDARD SPECWICKTIONS F'OR CONSTRUG110N OF I-flGl`IWAYS, STREETS AND BRK)GES," /kHowances ftgr proper draunage and proper materW seecfion of base rnatedaps are most irnporlant for perforrnance of asphalfic pamnents, Ruts arid areas that hold water in asphalt pam n(:';Ints aHow for qUiCk deterioration of the pavement primarfly due to saturation coag the undedying base and SUbgrade. The use of concrete for pavMg has borne rnore prevvent in recent years ClUe to a decrease pn the rnateri6l cost of concrete and to the ion g term maintenance cost benefits of concirete pavement compared to asphaffic pavements, The concrete pavement shoWd be propefly reinforced arid jointed, as per ACV, and ShOUld have a mean concrete moduIUS Of ftJPtUre of 620 psi (4,000 psi compressive strength concrete), Expansion joints shOWd be seaM with an approphate sealant so that m6stur(a infiftration into the subgrade sc:)ils and resuftant concrete deterlorafion at theJ6rits ius rnkipimized. "The joy nts shot,AW be thoroughly cpeaned and seapant shoWd be instafled wiff-iout overfiHing before pavernent pia opened to traffic. -W Routine MaIntenanGG-ofE id & Flexible Pavemen ) tems The Pavernerit secUons provided in this report are designed baScart on 18-4dp eqWva�ent spng�e axle No ac. over the design fife, During the despgn life, the roadway will require mLlfine rnapntenance SLIch as crack sealing and seaQ coats for, fiexiWe pavernents and jokit rnaMtenance for dgd pavement secfions. Mhout proper maintenance, rn6sh.ire lrififtration pita the Ibase rnaterlap and SLJbgradE. H resuft in rapid detedorafion of the paveiment systern. RETL recornmerWs that the City of Corpus Uudsfi protect their pinvestrnent by incorporafing anaggressive rnapntenanCEm program, ADDENDUM 2 ATTACHMENT 3 15 of '18 SHEET 106 OF 176 Noven-a be r 25, 2014 OLD ROBSTOWN IROAD CF12M IHffl Engineers, he. SI-i 44 to Leopard SL; CVPUS Christi, Texas Attn'. Mr. Marfin Timmerman, RE, REII Job o.: G11 123 Earthwork and Foundation Ac.q. ance Exposure to ttie einvir-onment rnay weaken the soHs ff excavaflons remain open fi:)ir pong periods of fir ne. "T"heirefore, ft as recommended that aH excavafions be extended to fina� grade and the utilifies, boxes, and manholes be instaHed as soon as possNe to miridrndze potenfiap damage to ffie bearingsoHs,, The beadrig pevO shou�d be �free of poose soH, Ipcarmded water or debris and s[ioWd be observed by the Geotechrpflcall �Engineer, or" lamps de spgnated representaflve. Concrete, pavernen't COIISUWents, b6,,dding rnaterWs and backfiH rnateriaps shoWd not be ppaced on sofls that have been disturbed by rapnfaH or seepage. ff the beadrig soHs are softened by surface water Mtrusion, or by des'pccation, 'the urisuftaWe soiis must be removed from the excavabon and rerflaced wftlh propedy compacted ML, BackfiH materiaps shouid Ibe ppaced do rnaximurn 8-inch thick poose ffis arid compacted to a rninimurn density of 95 percent of 'the maxiMLlrn dry densfty, as deterirnined Iby the standard Froctor (ASTM D698), and the moisture, content shoWd be rnaprint ainedwiff,iin .at t(.,) -f-3-,pearrcent of the opfirnuirn m6SWre COITtE,rlt. -rhe Geotechncap Engdneer or, his designated representafive au houid mon tour the piacement of roadway constituents, Ibemc ding rnat(-.�riap, backfffl and backfiH beWnd the curb. Any areas riot rneefing the mquired compacfion shoWd be recompacteed and retes,ted WItH compliance is met. Dewaterillg.,,f!,qLlitructiori Cons iderati ons ........... Based on the groundwatEur observations rna&, dUdng the drHling operraflons and based on our, experience with other geotechrficap investigations performed an the vic.infty, it apl:)ears that dewatering may be ir(,�,qUir(-A when kistaHing the proposed under grOL nd utHity Hries to depths greater-, than '13-ft,,et. ft shoWd be noted that the de:pth -to the groundwater ds subject to change due to cfirnal-Jc and site condiflons', therefore, rt shoWd be rnade the re Spon of the contractor to verffy depths to grOUndwater. The foHoWng 6scusson is generW dnforrrration that may be usefiA Wherea clewateriing operations are, reClWired, For construction of shaHow excavations, open drainage or, interceptor ditches can be exlPEa6ent arid reg afivepy inexpens�ve Method for powedng ff-�e groundwater tabie as sfight 6stance. -Phe iriterceptoir ditclh Ihaas to penetrate deeper than the eevation of 'the work area. Water coHect4-ig in such dftches norrnaHy has to be pumped out of the ditch pear d"sposai. &nce gravity flow is r0ied Upon to bring the water to the dftch, the contimled inflow is dependent sarin neem water pevO M the ditch b6ng kept pow. Wrth ths method, 'pt is coiairnori to construct srnaH Iprts in the dftch, terryied sump pits, ft.)r iocating the necessairy pumps (suirnp purrips), ADDENDUM 2 ATTACHMENT 3 16 of ,18 SHEET 107 OF 176 November 25, 2014 OLD ROBSTO ' IROAD Cis ,QHHi Engineers, inc, &H 4.4 to Leopard St.; Corpus Christi, "'rexas Attar IMr. Mairtin'rimmerrnan, RE. REI'L Job No.- G114123 'The drawim down of thewatE�,r 'tab9e can aso be accomplished by constructing a series of surnip pits, or, if greater depth is required, sorne 'type of drairrage weiis arouride thea cora strut ction ar,ea and purnpirig the water,from these ip'ats or w0s. For dewatering to interrnediate depths (to about 0--t eat but rnore if SUffident area is avaHaNe for instaMing the necessary equipment) w0kpoint systerns are riorrnaHy used, "To dewater, an area, as series of well points is installed around the perimeter of the arc-.aa. "The grOLH'idwater pevep Wftri the perimeter WH be lowered when the weH-point systern is put in operation. T'he spacing of the wO po�nts vades according to fl„ie soil -type and depth of dewatering. Spacing conventionaily vades between 3 and 1 0--feet. Oth the type of purnppng equipment convenflonaHy used for weH p6rits, the depth of dewatering that can usually be achieved by a singpe inset of well points located arourid the perimeter of an excavation is ab(:Wt 18 to 20-feet. 'T[i�s ms due to the fimit on ffie pracficap fiffir1g, 01" SLIcfion, capacity of the purnping eqUipuse n't, n...0 rpru thE.' water taNe through as greater distance rnay require the use of a two (or imore) stage (multistage) instailation. Where as two-stage tlnstaHation is reqOred, ttweaweH points for the first stage of drawdown are pocated near the extrerne per,irneter Hmts of the area that can be excavated, and are PLAt into operation, WeH points for the secorld stage area SLibsequently located within the area that has been excavated, near, to the bottorn eevafion that has been dewatered by the first stage. I-he second stage weH p6rits then Now the water taUe to the additional depth necessary 'to cornplete the excavation in dry condifion. , Subsurface water that flows in an upward direction into an excavation area 0-rapt is being dewatered imparts a seepage to that tends to loosen the atoll, reducing the soil strength. The change in strength should be considered in designing excavation bracling arat foundations. Where excavations are to extend imore than a few feet below grouridwtiter level, open ditches or pits may not be practical, and more advanced methods may, be required. Other methods of dewatering are avaiiabie and rnay be more cost effective than, tflose rnerafioried above,, Addidonap information concerning dewatering may Ibe obtaiined frorn a contractor,whose specialty is dewatering. GENERAL COMMENTS if there are any revpsnons to the plans for the proposed project, or if deviations from the SUbsurface conditions noted in this report are encountered dUdng coriistiruction, IRtrooTI, shouid be retained to determine if changes in the recommendations ,.ire requin-.)d. if RUL ms riot retz"ipined to perforrn these functions, .EII wfli not be responsiHe for the impact of those con6tions on the PE,,rfo rnia rice of the project, ADDENDUM 2 ATTACHMENT 3 17 of 18 SHEET 103 OF 176 Novernber 25, 2014 OLD ROBSTOWN ROAD C1 12M HH1Engveers, Inc. SH 44 to Leopard St,; Corpus Ci-Osfl, 'Texas Attn: Mr. Martin '5rnmennan, P,E. RETL Job No.: GI 14123 It As recomma endee that RETL be reta4ied to proAde observafioin and tesfing dudng the c.onstrucfion of the prop(-)sed project, RET L cannot accept any resp ons�Wfity for any conditions wNch devate from �those described in tHs report, nor for the performance of the project if not engaged to aIlso proMe constrUction observafion and tesfing. If it is reqUired for RE"11. to accept any Hability, then RETL MUst agree Wth the pan arid perform such observation during constrUCtiOri as we recomnend, M sheefing, shoring, and bracing of tren(;,hes, Ipfts and excavafions should be made the respons�Nfty of'AN..? contractor arid shot,dd com#y Wth aH curmlit and appkaNe �oca�:, state and federa� safety codes, regWafions and pracfices, �inckjdng the OCCLIpafiona� Safc-Ay and Heafth Adryift'iastirapoo n, ADDENDUM 2 ATTACHMENT 3 16 of 18 SHEET 109 OF 176 APPENDIX ADDENDUM 2 ATTACHMENT 3 SHEET 110 OF 176 ~w '?,///, r r VI / /^ r,����� >• /� iii%/�"rk � r n j/ I r / r, l r;, l ,a r /���ij/%//,;,/�%��� > r�'��'R, �r,,,r r,'tr�f Y; td.�J'"✓/�% /:..�)J�����U�'i r f'n" ,.✓ �����i,:. -„ ;� �����tn'• ^ � �' �1' ' r� //r/��%�nuN' �Y�{I� r%/ '"� I�l 4i1:�""' r'r � / Un, U �r� (r,�y/�p//ii/rr% ✓i/t) ��I �� r r l r'nY>r N �VIVI r / / r I N r r- �! (n r��l Jl r,� r c r r /r %iia✓i�// reo,r ri�,ri rr,/i , ...u�mi�frr„G��/.. / , ,,.� / r,,,, r. ..� ri - iirrra,r/o�lariii2.l.✓ r/r orr, ...,rC....�✓ r./../i../L/ rl,%, ✓r„ll,/I /r r / , /i�„ .,//r//�/ r ����ai/�/oi/,/irio/,c iii////%////„/% ,/, �, �f,,, /;. II /%a$�� �� NY Noven-iber 25, 20,14 OLD ROBSTOWN ROAD Attr° r. Martin n 1.h,nmer m"man, P,E, I IE'33L Job No, l14123 ROCK ENGINEERING, AND TESTING IN I-ABORAl RY, INC. ADDENDUM 2 °37 LEOPARD STREET' CORPUS CHRISTI, TX 73433 ATTACHMENT 3 (361) 883-4,555 SHEET 111 OF 176 �j ftl I�%! .N'""°'"J9"'""""'""," ,;,/1 "'gym�u 7 uyJ3""',...y rU��/!i�"ri+r'� M 1 0✓�!�' ;�"","1"r�1' '�r I r�, rf rr ., �� re� rJ/� �✓�� via r � ,�i 4fr"f�ri m J u ✓ rr � 1% I u ,�r Tip;. � 7 ijr,'iq�'/'r"' TTI%;r 1✓ �u !�" id '`� �I r ' /� ur r f�✓ «� i �� I� �✓i✓iii i ;h/ � /ii i� r r rt'r.. < vw ° � °. rP !�� � r '% uiiil �//i� i� � mo1� r� a I %�� ��r. �r✓��ii +l � it ��, o ✓i t�rllr a'�; r �r„� (� � �✓, �,,, r/ - ���%% �''� � emery f � b Jiir �� �I I J's; / ✓ ! �r f��r r?"1 4 r �r, rjrrj <i ��.. ir✓ra/ i y r � /< l///b I ! rJ d;m �i� ��� �1/i �� Dill✓ w � /, ✓ � � r�//r y��r< i�ry a '�/�wu ,ri� /�i � J� ✓p/r�//l✓ �� � r �� iRv ��; (/r%ri%r` r �r 1"�r „J o,,l�/�/%lr i r' � �✓✓ � ✓1/� / / I f: i i �✓ ���Il�lyirllia�llj� 1' ✓'ii °/� ��f , / r � / '{ /�/a��,m w '` i LOW ION PLAN Noveim ber,25, 2014 OLD ROBSTOWN ROAD CP12 U FhH Engineers, hc. 3H 44 to R-.ert..; Corpus Christi, .. exa ROCK ENGINEERING AND TIE I QUA A TRY, IHNCH m 68'17 IL.EOPARD STREEET ADDENDUM 2 CORPUS CHRISTI, TX 73433 ATTACHMENT 3 (361)633-4366 SHEET 112 OF 176 < 1> 0 4,96' rau✓ / r'' r 4r e /i wig �f rr a aaoi/%//ii /as " �, r✓r//% /// ii(� dim ,d�` '� r � rWi,w/';! / k �,w ,a^w /�����✓�/1/��'�c //� �Ir 6 y 41r� %/// r / � 1 M '� r / lP�6i,((GG•%r l r i�/i/��� i �u'�i„fif"m � a//>a ,l� .a., BORING/CORE LOCATION F"LAN November 25, 20,14 OLD ROBs"rOWN ROAD CIH31UW1 1 1HIEnginee irs, kic, SH 44 to L..eeopard St.- Corpus Chris1U, "Fe xas ttnu ' Mr. Marfin.TUirrumennan, PERi'-IN...Job No., G114123 ROOK ENGINEERING� ��,�'�u�'� UIw ��'DU' '����"µU UU� I�aGVU "�', INC. ADDENDUM F 1 1PU HRls 1 ,"I 78409 A��A�IHt3 (361 883-4555 SHEET 113 OCSF 176 LOG OF BORING B-01 SHEET 1 of 1 CLENT: CH2M KH Engineers, �n(;, Rouk EnganeerOig �esfing Lab., 4ic PROJECI Prop, Old R �roject 6817 Leopard St. Cotpus Chdsfi,TX 78409 LOCXUION; ORd Robstown Rd, CorpLJS Chrisfi, f X Tdephone� (361)88�3r4555 NUMBER: G 114123 �ax� (361)883 4 711 DXTE(S) DMLIED� 05/19/14 - 051,191,14 .. .............. ........---- ----.............-.— ..................... ........... FELE) DATA f ABORATORY ARA (DR]LUNG METHOID(S). :Mr-- -. ,""', --- Rj,M Auger ..........—7 U RM r S . . ......... ... .. ......... .. ..........tt .. GROUNDWATER HVORNIATIM z x ilu LU :> GroundvoWei (GWwas not encrwrOefed dUrmg cinflknq cqp�emOons M U1 z Ui and open upon cnmp!gahnn of ddNng operationb Lo CD 0 L ZL (N m �7- �31 �) L IJ C�y LU JJJ hi Z (.9 u) Z E z z LIS -5 f� CL V) CL ��-2j.IRFACE ELEVATR()N. fq/A U- 2�2 M c cl, p- > 9 Cz 0 LU < 0 0 Cr C) n UL w LL R., R DFSCRH3'H0N OF STRATUM . .............. ............... .................................. M R U&J L4 MO BASE MATERIAL(9,00"), pfresence of firne was 0ndcat thal6n, a fime ndkmfing SO�Ufion. SH N 1J S-� P=2 0 30 FAT CLAY, davk gray, m6sl, stiff. Presence of firne was nd mftated USilllg pi)Emdphth4e�n, a �he in6catung soUion. SH IP'=2 0 32 76 25 51 8b 01 9 69 Sameas above, (CH) S-2 5 S ayand bro%m,arne as abovo, gr, P=2.0 G"4 S-3 SHFAT.,.gjM, brown, M6St, Sfiff (Cil) S-4 P=2,5 30 69 23 46 91 10 SHSame as above, diry 5 22 S-5 Same as above, T16,St, ve�y stiff SH i S 6 26 15 �A FAT CLAY,with sand, brown, dy, very stW SH P=3.3"x"' 19 71 S-7 20 &mne as above, S� p--3.0 2() S-8 E�ofiiig" was teirnhated at a depth of 25,feet. ........... ........... . .. ..... .. ............ ........... ......... ............. RBMXRKS� N STANDARD PENETfW-U\� I [ QST RES"�'.STANCE M Bonng deAh"und o'm0m,v'r as deWymned by REAQ'QF.NPUKZ,,,x�.= P POCKE'l PENETf'WME I ER [�'�ESS�ANCE b y R E r L at C',F",,�C ocn cl' N 2 7'4/ 196 W 9 2ATTAC IH M E N T 3 T F1(D C K ET TO R,\/A fJ�E S H F A R S [��Z E Vitt 1-R Robsto&n Road Norlh boun(Nuile �'t edge 0f L.OG OF BORING 3-02 S[JEET 1 of 1 CHM �fiH Engir�eers, �nc, CUENI Rock Eng�neering & �'esting Lab,, hic, PROJECT: Prop, Oki Robstown Road Project 6817 Leopard St, <e Is o Corpus C.,hrisb,TX 78409 LOCATION, Dd Robstown Rd,,, Capus Chr�sfl, 'IX NPO Te�epRjojqe� (361)883-4555 Fax (361)863-4711 NUMBER: G 11412 3 Q,0 r10 jq[RR.JLHD: 05/19/14 - 05/19/14 ' qa RELD DATA LABORATORY DA'FA DIRK-UNG E"TFi0—D(S'—)F ................... F�Qht Auqw JMTS --— - ---------------- (1 Cfi 41D X G R,0 L)N E WAI ER I N F()R MA'F� N Lu 0 > Grouncwa�ei (GVV)wis no�encountwed dwhng dol. oj,�ejatjcqjv� Ul z 4� z co Diy and open upon cumpjeol:m of droling openations 0as al M cy 0 M, ul uj 0 Lu W �z j o 0 n -1 cl 0. - 5 :- :D SLJRFACE ELEVATON: N/A C) "--" p 0 Z LU uj C) LX C) Cl) ......... .................................. < > : u: z 2 CL u abs DESCMPTION Of" STRATUM ............. ......... ........................a...................--.............. "7 BASE, IqA ER AL 50") presence of hme was not in(ficated —.-- L—_�r ........... 2 25 30 �usinq phenoNphffiaen, a Hime indicafing SOILIfloin, AY, g—ray, ofllrne—was riot ind�cateci using pheno�phV4ehn, a hme �ndicaflng SoM�on Swne as above, (CH) S" 2 11 0 "3 75 25 50 00, 5 i 2 88 Boring was teirrnkiated aa a depth CwV C,J it 0 GL m C) rvY5 j .............. ................ 0 REMARK& N - STANDN��D PEItE RATID"q I EST REl&ST&lJC[,' flui ng nM pNi an d LARDENDYNI 2 �P POCKET PENE'T ROMETER R[ES�STANCE F)OCKET 'f ORVANE SFiEAFR S ''RENGTH by Will at GPS C'cojd,N 27"47 264'VV W'AMCHMENT 3 BrINMU LOCMQn Old RrAmtcvm Road ?�' 'or,1,76st ec�ge,,.)f Lx%nd nno bHE&I f 5 LOG OFBORING B-03 SHEET 1 of: I ....................... ........... (""L�E N 1': C"H2M I PH Engkieers, hc, Rock Eq4'ieering&Tesfing LM) 4ic PROJECI : Prop. (M Robstown Road Pro ect 6817 Leapaird S�, e"N >Corpus Cllirist�, 7X 78409 LOCATION: Ob Robstowrl Rd., Corpus Chrisfi, I X lVerilhom (36186355 Fax� (36�)883 4) 45 711 NtM �R: G114123 05/19/14 05/19),14 FO-D DATA LABORATORY DATA DMLUNG METHF)F)( .'� . ................ ........... hgN Auc er T- 0 g"q: (9 Z LU W > lul-li z LU Gmunumerencountered dw�ng diffling opermii:ms LU CSI yd and orx:W upon ccln)Wetion of��mlrno ope[ations U, > C, L L (3 j 0 ka C J III IL C)0 W- N J.: 5- "j 'c�� U) z ul V) , i;U3 U) < U CL C)z z us 0 ED, _j 0 () z co I Cr SURFACE ELEVAIJON: N/A rx� .................. . .......................... ............. V, 0 Z < < V) 0 W v5 z C� a,,'ra'� I L PL p r,r CL U (n DESCRAPI�ON OFSTRATUM ............. ........ .... .............. ..................... . ....................................... ......... BASE MATEMAL. SH �T ..(%2 ..),, presence of Hnne was riot ir d�c te S-1 �q a�Hffle indcaflng som�orr, P=4 24 24 4 FA'l'_ !� - --—� I—_ - - .. - / with sand, gray, m6stil very stiff, (CH) Pr'eseince of hn'�e was not oncficated USirlg pherndphft4e�nl, a Hime indicating S6UfiOil, SH IP=4,5 2 E; Same as above, brown, S2 adepthof- 5--f-e-e--t, LYI ha 0 N �:�E�AXRK& Z S TA N DA R D 0 N 'PES� RE&S"IFANCE ,DENDUM 2 P - POCKP PENETROME�'ER RES�S"FM4CE a4",', CY.rrrYg �T L at GPS C�oof d N FYI, 47,3381N 91 2ATTACF M ENT F F)OCKE'T I ORVANE S[-VEAF�?, S FRENGTH kmlngl,ccaficm 0WRob:Mcwj)F,'oad, �50 �' 1116 OP'111-76,M e"Jge of ............... averr)Emt B,4c)r��(bound ane 8'HE'EY Ell-, 1-- ...1-1-1-''1 of 1 U �. . � ��� » �:M ..n �. . »..w . ., Rock n unr (.gun & '3'esfin La�D G n(n. PROJECT: � � 9 Engineers, ["C a Caps 9 �s 3�1 a eop d t LOC QAC . Old 9~"obstown Rd,; press �sl°�his 1, .T. lekplione: (361)883-4555 S Fax: (361)883,47M NUMBER� G1 14123 ep NN, DATE(S) DRU.-LEU�:RU...L�°���U 05/1 /14 ..G��D5/1 9114 ...�....�.............aw.._..__... . .. w. ....._...�._ �.. ... ... ... ._., ._...� HhUM Aug& q 1.➢..`nY GROUNDWATER. H���U� "-----.._ ._ su Gr( ndwwNNwrr(y:a6"")was not encuunt Il a�gC : c Irlrr" a �'n operations ..a �' �i ..,. Ur'w w�ic c+gro:rr LaY,rrrc�rrirrv�fiwB,wtl�rrr riY"r>lri.ylin wr,�,rsaticylc=.�,. l0ar pc r`a r 4 cr l J 0 C6 z" rp� cn ti u�� r�� II g �y ry�ry q p p�^ ry�^ NIA Ljr 4CY C:M dGY R1bq R, II tlM1 ` :'.. ..� ��� f`4 6. (e 1= 0 �. w,�.�W�� tl...., .* F IL. �l"b U 0'M,.J'.��.�..�WV�A""k..w.... .�»....,.�.,.��. tl R r C N ,r [N9 L:� rJ W () N✓ U') ut SCR flO OF STRATUM _ _.. _ BASET ��, SCE.�.X.. 1nrna9 n indicated w �9 o� "uc " c �r^nnab �no@ �Ct� �n� a 9 � onnnna �0OU0n 79 Mh sand, gray, moist, sfiff, (CH) Presence of vne was not�ndicated gC C Same as above, brown, w r . 2..2 - �.�� ��. � I S�aime as above. SH P=2.5 24 H X,with qIrnd„ 9�Ir��v��n, nB�s way", Stiff, r.,,,.2.5 22 10 r Same as above (CH) 25 11 P- 2.15 22 4 18°1 "36 ; 103 11 78 ( I n"n Sa;�Ue nes above, vr.::,ry s"ui"", i x FAT C9.'_ u"9w sand, 9 n(wur, moist, 4UC9 fiat i��� u:u a �'�W -'2 w 22 ' �, ...„,��& .d. 2 h Same s above, rEC 2 �.. . b. _ ... ,. ... __. ,C s 9 du�nu�� ted a t R93n��s9Ua of 25 .... 9��u urns w� feel. I I ID nr u� POCKET 4,'�"�'w+ �O..J'T°�"RUl,r��""ry�p,� T�'�^:p�. R N ��g T TEST Rip S. �ry�,,.;.Y A N SII. „oIflt" depth.C1 rc p� 7 ,('y PM YY°}yy r ."& .. II"'R`w. &„✓�1 V �PVWVp:�.II��V'.Vi II"�'(OU�PII� i �a^,�^»V"A [.T'a�gEu.,����^a�,�IIp 9`I"I,",�1,.��'i.�,a!R��.. °iI � � and�k "9i.U:WYi tihrct �`kr414v�E{➢11i(k�G1�I)�°,`E�"t�"�"�°�T'� r ,~�,F,ft'N cif IYE"i PI"it:'L� 9 tl"w.N 16�� F°" ION II h w.H V P tl P, 6 V R I'�8 V C�I�� IIS I �.. w RPI� �w a� r,rW,.;m�a na � � ��a�n wu�mr�� `�I'I`$�'���` 1�6 r �„ a � ,,...»_�,.�» ....,,,,.. 'w�rz�r mit,,South bound Gu l r h'ti�aU 9 ( , v r Mfr n � P;sic: r,, .�.._.a, .._.....»�........ t... ..... . � uu`iuGc Location „...... .... .,..M.,..w............ ...... ......... . . »..». ...,. »...... ».. LOG OF BORING B-05SHEE'T' 1 of I CIJEN'r CF00 HM Engineersnc , I , Rock,Engoneering &Testing Lab, Inc. PROJEC'r� Prop Old Robstown Road Project V 6817 Leopard St L.0CA"F0N: O�d Robstowin Rd � Corpus Christi, rX Corpus ChTIisfi,TX 78409 Telephom (361)883-4555 Fax� (361)883-4711 NUMBER: G1 14123 V ��,,S -LED� 05/19/14 - 05119/14 DRIL RELD DA'TA LABORA'T ORY DAI'A DRILLM NAETHOD(S)� —7- -� -- FhqM Auqea GROUNDWATER GINFORMA`F� 0 ui Q' > wundwWw�GW�vv not encounteIed dunk M g IdIdImg opera�mns c)fy and apen upon unnplOian of drilling opei-,'Aan',� 0 C) in P a�sIV) M > z (L L F1 L S E ELEVA-RON, N/A 2 z CE u ry 0 1 < < w 0, () u) a I m LL R P1 E� EY 51 u) t DESCRIP"DON OF S'TRATUM ............................ —77 77 7 - BASE MATERIAL,[9,�90",),, presence of firne was not indicated .................. o�phfl'4e�n, a fime �ndk,,,athg WlUfion, 23 11 11 41, 7 6 ....... -4F. S-1 FAQ' . Mth sand, gray and brown, rnoist,very sfiff, (CH) V'-Iresence of hrne was not hdk;ated ushg phenoVphthaehrw, a nhne h(ftabng soMion. SH S2 P:::::4 Same asabove, Nown 27 onng w@s terlMinated at a depth 5-1. of 5-feet. Y r5 tl Id Y. ............ ....... ..... .. ...... ME��\AARKS STANDARD II ENEI �ATION I'ESI' RE&STANCI' HMMIq de�Ah aiM OCat](M VVQ5 d0fffffinrx�by READp,,F 12vvim�perioimed P POCKE I PEN��.TRMAE I'E'R RE&S FANCE by RIV I at GPS Cooid N 27 47 474 W V'A77ACH MENT 3 Cj I I TORWANE S� �EAR SI F%J]\R-31'] Ho(mg LocW[on ("Ad Rubst(A"I"Road 20 "i wi,,m edge of J. �,2,uemc!I it,Nulh bound �.kne LOG OF BORING B-06SHEl!!E"r 1 of 1 ........... CLIENT� CH2M HM Eing�irteers, Inc Rock Engineer4'ig & Testklg I at�,,@n�c PROJECT: Prop, Old Robstown Road Project <1 6817 J.L.,Opa�rd St LOnow Ud Robstown Rd.„ CorPUS Christi, �'X N11h C"llorpus ChOsfi,To 78409 Teler)I'lone: (36�)883 4555 NUMBER� G1 1412 3 Fax (361)883-4711 DA S) DFRILLEU 05/19/14 05/19/14 DMI UNG METHOD(S), ["ELD DATA L. BORATURY DAFA Right Augef 11 mll S �d 1 � irk GROUNDWATER NFORMAT]W I Ci Giouridwatw(GVV)was encountered at Y Tui ng(�(i ill ng cpeixlms GVV as 245'and open upon cornphefion of d0fing qx.Wmns Z,,=, W C'N'Vat24 Fand open u- 8 1 "7L" Z UJ 0 Z D LU W Q_ Q Z Z C1 ;Z! LL Z -J a 6' z SURFACE ELEVATION, N/A M �s We �y 0 ........... C. W < < LUC) W 0 () i- DES(..,MP'T10N OF STRATUM C') U) M Z"n'l� r2 X U. I'll R 0 a, 5 u� t ............... ...... ... . . . ..... .. ...... BASE MATER'll 0,26"' , pfesence of fime was 46cated ........... eno�phtha�eh, a hme �ndlcatrng sohifimi SS . ... . ..... N=4 S §EfiSAND, dark gray wid bltowrli, dry, �oose, possble M as ind )lJ ice of'cement was not inc.ficated iuslng prieircOphthaVn, a "�Ce�'nenit indNcafing sollution. 11" 3.5 is 44 17 27 1 59 2 SANDY LEAN CIL.AY, gil moist, very sUff. (CL) .......... 5 6 rd r SH Sarne as at&ove, bllown, F1=3 5 21 S,3 SHCAYSA L. EY. ND, brown1l rvioist, very stuff. (SC) 15 30 '14 16 117 Z9 32 S-4 10 SS SLTY CLAYEY SAN[), brown, rrlioist, loose. N=7 wa Salne as @urove SS 26 N= 7' Q SANDY EAN CL,AY, brown, mols�, very stffl ISH ......... 4 5+ 15 a7 20 LU uM X CL X X, 113ame as above, kG P-45 16 rn 25 11c,,fi,,was leirl nk iialel a,a le,�,Ih ol 21-leel, .............. REMARKS N S1 ANDA[�M PENEIRATlON I ESI RE&E.'aTANCE Borinq depth anO ocabon was determrii�d by lREAQQ:ENPUM,,2,ewm perfurme,,1 P POCIe%E I �IENETROME TE[�? RE&S rANCEby Rf'T"l,M GFIS Coofd N 27�'41� 4f, Al 911"ATTACHMENT 3 U T POCKE l TORVANE SHEAR STI��E'NGTl V Bonnglluca�ion CV is uelm m Y" �(MMS Ell(ijeo �H ti 116 OF 1 6' im� "�ou�h bound lamc! LOG OF BORING B-07 SHEE"I 1 of 1 ........... . ......---............ CUENT� CH2M Ffifl Engineers, �nc. Rock Eng�neehng 8, Fesfing ab, hic P ROJ EC,F-11 Prop� Ud Robstown Road Flro�ect 6817 Leopard St, 'ATION: Old Robstown Rd. COrPUS Ch 11 risb, TX 'arpus uirisu,TX 78409 LOC c -WepMne� (W)8834555 Fax. (3�61)883 4711 NLIMBER: k1 ( 1 1) DRHLLED� 05/19/14 - 05119/14 ........................ ---—------- HELD DATA LABORATORYDATA DRHA..HqGME1"H0D(S)-, 'A.TTi...E.MRBT EIS R 1. gAugm .................................. ........... ZGROUNDWATER NFORMAI M� i Z ILUT Groundwater(MN)was nc�)C encountered du��ng Milhing qioWnins rx E LU C3 Dry wTd open upon comj�fefion of ddMing opwallo ns 0 U) C) W Ul z m uj W Z cl C)Z Z W Z w X� CL cn o C, F, z SURFACE ELEVA'RM N/A ---- m 2�a. ri CE 11 Pi M 0 LL V) L�, DESCRIFTION OF- STRATUM .............''t-11, -- --7---........ ........ ......................................... BASE MATEM&L I .00"j, presence of fime was not indicated eno�pW4ein, a Hme Micafing so4jfion, C' LAY E'YSA'ND, browin, m6st, sfiff, (SC) Presence of Hine was not inftated uskig phenolphtha�ein, a hme inr.ficathg SO�Ufion. SH Sarne as above,very stiff F1= 15 17 S 2 j�o-ring w-- a�t a depth cff5-fe--e-t-.-- al REMARKS [�l SFANDARD [-'[NETRAI lON TESI F�Hls,r/m'JCE Bonng depffi wd oc�at�on waa deterimm::KJ b�RrAPI? s,,veC e ped of tred P - POCKET P['.'NET�'0METER RESBTANCE k�y RF FL at GPS Coord N 27'47Ji22'\Ai 1,WATTACHMENT 3 T , FIOCKEFIORVANE S1�EAR STRENGTH casl edoe u� si ........ LOG OF, BORING B-08 SHEET 1 of 'I CLIENT: CF12M FUH1 Engineers, hc. Rock Enqlneeling&Tesfing Lab. lnc, PROJEE'CT: Prop, Old Robstown Road Project 6817 Leopard St, C�WPUS ChllSfi, TX 7840LO10GV Ud Robstown Rd." Corpus Chrilstl, "I"X 'rdephone: (361)883 4555 Fax (361)833-4711 NUNIBERG1 14123 DATEH(S) DMLLED'. 05/19/14 -.05/19/14 HELD DATA LABORATORY DATA DRLUNGMETHOD(S): —grff 'W�.. . ............... Rlght Aug,:V UMITS .......... ....... . ...... GROUNDwa,"rER H9FORMAT0N� > GicmiUwatei (GVV)was not encountered durkng dfflkng opeiatbns, Dy and open upon compleficin of drilling operatiOns W to al 0 j 15mOeUetayedRcading Myand open 0 fa i U p 5 1 W I W z j)5 L11 z > ra W(n rL 0 Z z 61 m o 0 z S a_ W U c URFACE EL,EVA110NN/A I 1� It 0 0 01 r < m' 0 (9 , U) 0 Vj (0 5.m RE' PL R c, m u m l:' DESCRPTION OF STRAI UM .............. B.AS,,E, MATERJAL.A2,52"I presence of firrie was rmficated \�rs�rlg phendlphtha�eh, a llme hdicafing SOklfion, SS N::::� 5 NP N P IN J: S-1 1 SETY SAND, dwk gray, T)()M, loose, posslWe fill, (SM) was not andlcated uslng phenolpIhthaleln, a ' kcer�nent indicafing sokition, SH CLAYEY SAND, (jairk gray, rrno�st, very sfiff 17 .................. 2 P=3.0 Sairne as aLmvr�,, qlay SH 0 �71 6 S@Me as above, gray and brown SH P= 5 S-4 10 11 CL AYEY SAND, brown, Ploist, very stiff. SH 11 P=3.5 bpi VV Sarne as above, ffi rin (SC) SH 60 i 2 1 2 1 �i 1'r I m 0 7 3� X Same as above,very sfiff, k5+- 20 0 KS�,ILD, bmwn, moist, my st�ifl, P 40 �8 cl/Z -Z 25 ollng was lerininated at a depth of 2,15 feet. ........... [ ARK& Z) N SI ANDARD PENETRAIIONI ESTRES�SI'ANCE M ) Bonng delAln and ocatkm was de,PPrrmjned by R AP1?9'NQP1M,2S Wem pleffarinod e'oP POCKET PENEI R( WEI ER [�RE&STANCE by RETL at OPS(,00rd N 27"47 304'VV 107'ATTFACHM ENT 3 T POCKE"I TORVAP4E Sl,�EM�� STRENGTH Banng Locallan Old Rubstown Road. P �ane ........... ��LOG OFBORING B-09 SHEU 1 of I ........... C L I E NTCH 2M HM Engneers, 4ic, Rock Enganeering &1 estk g Lab &nc PROJECT, Prop, Ok-J Robstowin Road Pmject 6817 1 eolpard St Corpus Chdsti,1"X 78409 LOCAI"IM OW Robstow n Rd ; Corpus ChristG, TX Telelphune. (361) 883-4r5F)�k Fax: /3k of 883-471 NLJMBER� G1 14123 DATE:,� DRILLED- 05/19/14 - 05119/14 —,–: – _.......... ................ RELD DATA LABORA'roRYDATA DRH UNG MEJ'HOD(S)� ERU-1 If IK;ht Auger. Wl S TER �NFORMAIION� Z GROUNDWA g LJ LU z > Gioua. ndwa�ei (G\AO was not encmmtemd during dnHmg opei ations uj LU LU MY MTJ npWt Upal of diouIng npeiatkins I In w as Icu u 5) ui �N a aeV) u �h - LU L i z 65 'U", '0 ir M -i 11 5(n(1) LIJ ct C)Z Z 0 Ef) U) 0- Z U Z :D LL 2 J 0 c)c SURFACE ELEVAIION: N/A co tfi ( � ! C� -------- ........ .......................................................... ---— --------- uj ul C) ) C) v) z a. ra:" P11 0 DESCRIPI 0N OF STRATUM BASE MA'rEMALJ.g.. 1, presence of i rrie wasnot inckated enopthaenhn�ie4icafinsoWfiory SH 22 35 14 21 C 1-� S I P=0 5 4 [?. dark gray, m6st, soft (SC) Presence of Ufne I was not imficated USklg phendphthWp�n, a firne h6cafing SH S'2 I-AT CL.AY, clark gray, moist, stiff. B- orIng was terminated at a depth of 5,feE�t, Z5 0 K N - Sf.AN DAR IDG E N E MAT 0 N i-ES� RE&STANCE Ecinng depth and Wc�ation was determined by `,'E'PIPP�, nZveie I)e�fC)Hnod P - POCKET PN'.NETROME-1 Gr RMs'rANCE!, by RETL M GPS Cciu�d IN 21"'47 763'VV 97"ATTACHMENT 3 -r - r�)OCKET I'ORVANE S[iEAR STRENGTH boi Ing Location Old Ficibkim :'Icad I Sl ea,,A edpe,cif pa". anent k' ent Naiflhbound .oSr4e LOG OF BOR114IB-,10 SHB_...T. 1 of 1 CUENTCH2M FIM Engineers, �nc 'XI Rock Englinm4ig &Testing U,ai) , Iric. PROJEC F, Prop, MJ Robstown Road Project 6817 i_eopard St, as C orpus Christi,TX 78409 LOCATIONOld Robstown Rd.„ Corpus Chrisfil TX 'releolone: (361)883-4555 Fax- (36r)881-47H NUMBER� G1 14123 (S) DMLL,ED� 05/19114 , 05/19/14 .. ............ IDATA LABORATORY DATA DMLLJNG METFIOD(S)� ........ ......... iz GROLMMA/A MR �NFORMATM' U1 U > Gloundwat.e�(GVV)was en(mwitefed a�23'during dinIhng orelattons My and upen upon coimpqedon of didking opoiations ul U�yardopen _J U, C 0 J- L Uj M Lid 10 cr) U) r, US 2 LJ (D z VI CK z D ra. Z a W co SURFAC[.�' ELEVAT0W N/A S Z� D < < ........................... ................................... 0 LIJ rf 0 0 o� j� V) rTJ z n I_ rl :E LL Pi N, M CL U 0 l'--,f 2 DESCMF"DON OF STRATUM I—— '. __ --.1.-4- —.7 _ .................... ------ ——"------ .......... ........... BASE ATERIAL.12. .........-11-- presence of finie was not ir'Wicated phencflphfl-)at6nI a Ilirne�ir6caflng soWoiri. SH pm I'D 30 62, s'and, dar''k g"r"ay, nio"i'st, fil:n (CF i' P resein ce,�of FAT,CLAY, M9 'Fli v_�e"_wa_"s'r'mt�ndicated ushg phenolphthal0i, a firne 4)ftafing soiritloin 1113,arne as above, my S2 , P= �J) 32 SH Swine asabove, gray aind brown. (CH) S-3 IFl- 1101 27 64 20 44 92 09 86 SH E�5T�gLY,wifl s A i and, brown, ln6st, stiff. SA P=2�5 26 10 Same as above SH P=2 25 84 S 5 . ........... CLAYEY SAND, bwnm ro , oist, ve�y stM. SH P °°i=3 14 S 6 Salne as above, sli P= 3 5 14 S 7 C) X" T Same as above, stiff, Sand sparn encounteied. M SSN= 13 S-8 23 25 N Bwang was temlillated at a depth of 25,feet. a"D L..... z f��EMARKS. NI STANDARD PENETRAT�Uq 1'[:ST RE&S Q'Af',JCE Boring depth and Uu,�,Won was detefrnmeo by RlE�IDPE,N PVMM�w.ie perEurned P POCKE F FIENETR(WETER RESlISTANCE byRETt atGPSUoco'd 47,810'VV 97'ATTAGHM ENT 3 50� T i"IOCK[�:�T FO�I'IZVANE SHEAR S11:1,ENGTH BoiinglLocMic�n Old Rolustown Ralad t�Wgeof r raveme��t,South haind�ann 6,1317 1 eopard Street Enqinee6ng &Tee Texas 78409 00 Labofator/, �nc, esOffice: (361) 883 4555 Fax, (361) 883 4711 KEYTO SOIL CLASSIFICA71ONS AND SYMBOLS UNRED SOL C"LASSIFICATION SYSTEM symbo io ' . - I ERMS CHARAC Vi ERWNG SOIL Major DWsns AME SlRuc'ruRE aching N Lett'r tir: S �X�KHNJSHDED - havmg incfim�d plaries GW VVefi gradedgmve�s �Krqfave� sand I n1b"hures,Htdc�o� no finr�es Of�,veakness Umt:acs sVck and&ssy �n appearancP 1W 15cody-graded�:Vave�s cj� gmvel sand f-,p F1SV MED, cmm�4flng s[vinkage GRAVEt m(AuTes, WVe m no fines cracks, fycquenfly fi$d wKh fine sand AND or sk usuafly mmw of tessverbcal GRAVEU''Y Sifty gravos,Ss asset samJ-,sift rnMUNDIR SW's UMNIA1 ED(VARVED) camposed Of C) thin iayiers c�varying cakn and COARSE texture,usuohy grading lmn sand or GWUNED GC Z C1ayey gravOs gmvei -sand-daY miAl.ures sM at the brAtPm to cliy,a4 the kq�� CM iMBL Y cnlmsNe soils wNch break x_� 1 fedi -gmded sands or gravelly sandi2" lNie. enk)acre M b(acks or cmunbs on duywng S W m no ilnes M CALCAREQUIS- contabIhg appreciable ul <quantaies of ca9cium carbunate, Sp Poorly, graded sand scjrgravei�yszwds, genaraNy rox�kftr, Mfle,x no fines SAND ....... WH J G, RADED ,hav�nqi Mde range m in saer,and substmItW;mmmmrs AND _S'11t'y's'and's, of al�lnGennedVate paq)ck"Sass SANDY SM SOR'S POORLY'GRADED -predominanfly of one girzfln�aze(m-0ft�aMy graded)or LU > Gra o„ samt c�ay mixtums tin a range of srzeswrth sorne SC intewmediate SrZe�71iS54T(gar)UMP gradec.0 �norgan�c s[tts and very fine sands,rockfluur, Mi- SYMBOLAS FOR TESTDATA 0ty or c�ayey fine sands or clayey sots wRh SM'S �z Inargarc cbys of Vow to medrurn plasticity, MIC z= 15-Natura�rno�stwe content Vn AN D 0 u, gravel[y cays,sandy c�ays, sfltycCays, nan tderceM clays CLAYS LL< 50 71 95 -.')ry u�ig weigh�in lt�s,'ct�P. 0rgw0c 0ts and 'sdy Cm o��o"V C pttF 6 asfl6ty Qu �,23 �nconfined compression slrengffi in�cms/sq fl, MLS MH Inorganic sifts,rTlicaceaus a,. dztorrmcecus Me samfy m SMY V!Ws'e;asti51 '121 -30,-!iqurl VnliR' Pasl,c V r70t' ard �ndex, SIO's ��ikxqan�c z:iays of t0gh p�zisucity,fat 61ay5 l::�INER-Percent finer 0ian Nu 200 j CLA Y S L 50 mesh s�evv & Qrg�anic cfays or medlum tcr high p�asticiiy, 30 BIF Wnus per foot slarxiaid A argansifts pene9raUon test, V Gicundv/atei� table HK �1 il Y CiRC3ANIC� P z �amc Sol's SOLS pezit and rnher h�OWY ou t TERMS DESMUBING CONS;S; tENC'r'OF SOU (2A 1. COARSE GI:WME[t M�3 FINE GRAINED S(ALS .......... - -- "L'jNC0NFmE0 ;".+DWSIFT, ST/UNDARD �oMVS F1,S1 MNOARDCESCMPriw MRMD E S CR,P �',,(E TE R M COMPf,'ESSKM PENS I EST PENLEST TO,V4-S 1 P,ER S 01,-FIT, < 2 V e r y „t "0,2 L'Oose 0,25-0 50 Very kmse 4 Sofl 2 4 F�rm�rnedlumt 10 30 (rred, SWfi 0,50, 1,(2 Dense 30 50 Sfiff 1,0 -MO Veiy Dense 51") Vesy StIff 15 K 2 00-4 00 Hwd uvr::�r 30 over 4 00 cia"s'sM cz'k_tlsn fo'r is""ciet"e_rTr'�bN'�NJ' with a'b',25"'d iieta'r''p'en'et"`to_`r'm2te"r._ A-b'b" E'_N D_ U'"M_2 ATTACHMENT 3 SHEET 124 OF 176 Exhibit Subsurface Utility Excavation Report ADDENDUM 2 ATTACHMENT 3 HEET 125 OF 176 i 1 011l� d�l Ad H4dr0E OLD ROBSTOWN ROAD S . U . E .......... ir�ra 111111��Illlll.......... Submitted T C4424ft Aoft 7 ; b SHEET 6,OF 1T Ht4dro Ex Date: July 22, 2016 Memo To: Javier Davila, P.E. Project Manager CH2M From: Daniel Olivo VP/Operations Hydro Ex LLC Subject: Old Robstown Road SUE Quality Level "A" Dear Mr. Davila: Hydro Ex is pleased to submit the completed Old Robstown Road — SUE Quality Level "A" project. Thank you. Hydro Ex.,LLC 802 N.Navigation Blvd.,Suite 102 Corpus Christi,TX 78408 P(361)452-1375 F(361)452-1376 www.hydroexllc.com Page 1 of 1 ADDENDUM 2 ATTACHMENT 3 'HEET 127 OF 176 OVERVIEW rf/, rFl f3 4 J r � f f a t + f x � f r x W H # 17 - 3 f m e P � � ADDENDUM 2 ATTACHMENT 3 HEET 128 OF 176 TEST HOLES #1 -3 / /fill, 1 iy /i 'A r �J r w llfr ,,lA � � 1SNY Af N // f �fHlk� �rFIw/r/rW%�'/"^`rw %i / r, r ! ,,!✓��/mdr ' ii/r/'r i r j % / / 1 r //a/ o f x✓;' / JPI/rrx r; Oko //Irr r r�jCw/r�r�rr1� U/ o � W rrrr„ /� a/9rinrr/r/�'J�i'r�FYU r ,r ,a r' �/�/ or OF err v o r,,'ryN�JA r ' ilfn r/ l° yJ ,: nr'wl*°'` 21r'r J yf�oYHiP4Nl J o1Hr/A/!N //// r '' vix r 1 '' r wo, w Y o f dAr<Alvfii r„'�///r"� r P ,/'� rri ta1ki➢ rArvW� r/%r i Wo / 1 /' 011r �l � %/rfYJ �u� 9 /r/ r t err?>!,✓� � � /ri9ir✓ ��rrlm�Nti r r' � D Aln�fG/ ' ' // films / W o / burr OF r ri rL/�%� rr/iii%/� 1r rn�l. ' r�rr �// / /// y rr %1 r/ /i r r!yinYNY //% r /r//J / / W q /N o P/;/i J a0/%/off f rA�Iri'/ r rioi`/arlrlrflorofolI ,'.�NPr�� r r t r'rW /%f �¢ rjf� r r ��Ar�r4WNrwTrAv1!!ir //Irii �%��/rr �rli�ffr/r' ,ArP r. / 2% Orli '% "� v %N /l/ / r A//v, r �� ri In '% / All %` g / r "Y yr rl�r ri AVYlyv,; /i, r r%l A7 r 0r ADDENDUM 2 ATTACHMENT 3 HEET 129 OF 176 pair > 11111 Ili- iJJI�/ii'l7owom Imm ak 1 0011 p/ fir%/���!� /i ,,, � � // ,,;, ri�, ii%%, i oia✓iir� �%��j lrr of h" �i�// i/ Ni Y � ��kG✓iv //% ✓ Yi/ �/ � ��uiFdf r ��/j"alr� � �, Nf4 �,i" /O atp����� ii' �/rA(�/ � 6�' iii � �/ / S'irr/✓� � r1r% /�; v �,� r � un r w N /"E1� H �a ,,, i�//� r✓rf I ww � ��`yr°��i� 1� 101 �"� �r�fr��a�1��"� //J/ i 4(✓i11 utti ° wv r �'ria /iari�0 i ,, , I� ger,00 , „s�4���Jru�i loo, o � �� TEST HOLE # 1 /l /J j� �' NSG l/+1/��l ✓%%'r I"' ri�'' �, IJ,� /� UP RIVER RD. & OLD �� ,,,��,�,����>>�,��/ �,��';a���,y,���''i, � ',°�,�, Y�>✓� e""'�� ,",r( ,�� ROBSTOWN RD. �� // � ii ��" �'r/ !�� /ye/ /�i�' ww►. /f�� /�r� �G l/ �l��I i �� � r )7, %�//,Q✓�/�✓li/% o r r 1�� /r CITY GAS IB i m,Y , �✓r is .ww;, r~ a i D r/� ,ail l i `�l IC� �' ,��'wn`` p ✓�rJ � :"a � / �r flBti�" Gr I � �r"� �°b ,/+Y/raN,`��l 'we/✓ � �'a r�a+r ;� iM1,�,�/ �rm��T/, lvU r� 14 STEEL PIPE DEPTH: 2.43' ADDENDUM 2 r ATTACHMENT 3 HEET 130 OF 176 1 D� lRt V J / J � f 1 I TEST HOLE # 2 k7l"j, ca UP RIVER RD. & OLD ROBSTOWN RD. r ' ,� ,w^ �,;i✓tixr,,,gar✓ /ars a.oy�- , u,„ , < � _ � � n� � ��i>� � � ��, ��r�c ,� CITY WATER 30" WATER PIPE DEPTH: 6.65' / ADDENDUM 2 b r �,y Cil IST � �mjif ENT J HEE 1131 OF 176 Hqdro Ex TEST HOLE DIATA SHEET SURVEYING AND ProJect# ]-gale# -.A-— C;it l "ct utat)+: - Utility: � 375 Ru at,way Name: _....___.. _......_.._ Date: _.. 80 Navigation,n,Suii"st 102 "e athei-:._ Corpus Christ!, Texas,7840 G 9� 0 WL U51 se ~ Mcasrurcd Depth of Hole. \q VVP 77 Elcvu;. _ 1 er'C"tapa:u�Clftslaty:�_. 21�,..:�. Pel 7 „w. t`lv@ftcutt�crar of t 9t£Bfty t°Ag 4"p Size of uOnlrr utafit,yr I'akenal, + � G.ftt'llty Q4, 4 ype of Pvtnt.Base ctc.0 Description of Soik i' kj Wz— PIK Bench Mark Data ff .:. 4 v 6 E Was Description: .30 V1 JJ Apprar:n.Sta. Offset "The subsraul'ace utifi�ty explmtion has been performed under my durection and are trtue aad correctto the best of my knowledge,Afl rather under�rcvund ut'fftes rage noted frwr tuwfarm adon ofrecord provided by the dient and/ore the Texas One-CallSystem! ADDENDUM 2 ATTACHMENT 3 di"u,"'DR tri RJ d'd�k SEN 1V'dd SHEET 132 OF 176 fioi arow , -, /I If Mg, x .............. 4,fr/m/0'W", ................. iry i "atift "p" tip 4 TEST HOLE # 3 UP RIVER RD. & OLD ROBSTOWN RD. CITY GAS LINE 14" STEEL PIPE DEPTH: 5.04" ... ....... ADDENDUM 2 ATTACHMENT 3 )HEET 133 OF 176 H4dro Ex TEST HOLE DATA SHEET SURVEYING AND Prt.jeer'# ................................................ ........ . ....... Test Hole 4 HYDRO EXCAVATION City/County Utility-bws I e-vee (361) 452-1375 RoadwayNarne.- Date,, 802 Navigation, Suite 102 Corpus Christ!,Texas 78408 Limits ...... REG#10193804 ............ ................................................................................... Measured Dep1h of Hole., Em$Iop of Ufflily� Q Fldey(cI)Boiuom of Ufflityk) Size of Ufihty:___ ,qCStQi L Utility materiaL Z' Thickness of'fl vma .: fytx,of I'vait,Base etc,: D cscription of ofl: D\" ....................... A,I A., C2) Bench Mark Data Northing: Easfinga Offset "Thesubsurface utility exploration has been performed under my direction and are true and correct to the best of my knoWedge.Ali other underground utilifles are noted from information of record provided by the client and/or the Texas One-CA Sy5tem." r ADDENDUM 2 ATTACHMENT 3 ZzX43 SHEET 134 OF 176 �a I' u. i d / r i y- I 4 r fl r. *44 II �yy"; '/✓l (� a it If t l / 1 � r, r 1 r F 1/0 s Ir r "fill Pf/% ' m 'All ADDENDUM 2 ATTACHMENT 3 HEET 135 OF 176 io carr J llm itrrrr�, »,�� W «r N� r V niiev v�ercr ,�� 1� r7�NNPiyll a �y ti��'/ /rfilP n y/(If lN�J� Qy„f«o,'NUoirW !r ,"17IN7 Aparr %r rr/i, r�'VN��r ii�r, /1Nllu rale � J9/ r miNlfiW�'Uy� // Jrri�fl�' Ivi1�P/11a /„ V li i(� r r�.. rl%�~ rrW � �f p;,l,N��GIW'w"�f��/rrvi v'lly� ,(aGv,;�iUN�e �✓R�Jy//G / /p„� r r r''`/� `. /p�UWUY. r ✓/rhe i /.. rr �I I�lF ( »Fr Amrtl«IiY4 ,",W?,� vm�rh d ,,: �p /�{�':u WNf�I»'t I Hlrvfu rr �nra U ry l�nvy A Y�i�Nnr ✓, / /r^nJ'Pvl a'� i /,n�ii ��„ lNi4✓��" � Urc�, � 1��IN� r / R J; orF'r' Ya1 r N 1 ur ��1iN ,Ji uo lit f i lr, f” r �� r / i//r/%/✓i r 9f//iii �i o //iii/iiia/�/ /// TEST HOLE # 5 is 7%r� "mu"6 Jar✓«1vU /e r� �` rr r7'j �l y 1m� �7� fr UP RIVER RD. & OLD ROBSTOWN RD. CITY WATER 30" WATER PIPE W DEPTH 4.92' n r „ /F✓/���y/��' i it / / %' ADDENDUM 2 ATTACHMENT 3 HEET 136 OF 176 ......................................................................................................................................................................................................................................................................................... TEST IJOLE DATA SIJEET Nt4drol VC7 SURVEYING ANProJect 4 ........................................ --Tcst Hole# S7 HYDRO EXCAVATION city/ tint Ny�il ft i I i ty ( 61) 452-13175 y Date: .................................................................................... ..... 80,2 Navigation,Suite 102 Weather: Corpus Christi,Texas 78408 Lim,ivs ,TB.P.LS,-,REG#10193804 ........................................................................................................... ....... ......................................... ............ .................................. Measured Depth of'Holc� ..................q. cl�. 'L. .............. Z surTracc Elcv(ci,jop(-)f`Ufilty. ............... .... ...... Elev(,z)Botlon-)of Ufflity Size of(Aflity:— ...... Utilitymaterial: e— L[Wity Conditkm 'Mickness of 0 4yre of Pvnit�Bac sic,o .: I)escription of Swl: W Fa t All 02 CL 'T M. .... .. . .... ........................................................... . ............................... L (A r4T kbi-E Bench Mark Data ................ Elcv,: 7 Donaipkioin: ................................................................................................................................................. w I I ................................. Approx.Stam:............ cc The subsurface utdity exploration has been performed under nay clifection and are true and correct to the best of my knowledge.Alil other underground uniliUes are noted from onforrnaboin of record provided by the client and/or the Texas One Call System." ADDENDUM 2 ATTACHMENT 3 HVE)RO FX RFPRHSFN'1NT1VF SHEET 137 OF 176 r� d 1 N H I I I u � 1 i� r, it i a ii- i ADDENDUM 2 ATTACHMENT 3 HEET 138 OF 176 r , i o i st e /IJIf TEST HOLE # 6 Lo OLD ROBSTOWN RD. & COLONIAL COURT C"* iN Ql� lA/viii, e✓ iww� CITY WATER t° 30" WATER PIPE �w r DEPTH: 4.71' ADDENDUM 2 ATTACHMENT 3 SHEET 139 OF 176 , j 0"1 l6k i std,rU,� ! „rr � II � !1 ' u Iliruulii I' �� �i uiNre iV u i I Iyyyy�u1 ' � 1v TEST HOLE #8 #9 / OLD ROBSTOWN RD. G & COLONIAL COURT ATT (2) 2.5 PVC DEPTH: 2.63' ! r Y � t� 6 , ADDENDUM 2 ATTACHMENT 3 HEET 140 OF 176 HE adro 0E TEST HOLE DATA SHEET %i t:,X SURVEYING AND ProJect ft iest,HOla d � HYDRO 'Nr� ,"�'i�7wll C'tty,f'C.'�couatt�r: �. utility, W `1�i ) ., (361) 452-1375 802 liNavicgaticon,Suite 102 Weather-,___ _...._ . Corpus Christi,Texas 78408 Limid.:;.._. ,.__._. --------------------- ............ ......— __...................._ ....__.. ...... .u....... ... ......................................m .... __ ----..... .............. al °� ry1 CVlc4aauarcr3 C7cp0a rrfFlaaCc a � %4 4 t,� Surface Flev': f lev a Topp of utility: .:�� ,� S ws' 4� Ete%,la;,l,3aa ton ral"Utility r^ �wu kr fUtility .---- ............ .........__-. ..........................................-_..,.._ uJ fM" flm'Im �lat�laRze r fWtatcrr ap ........................__._. vr� ily pp Ftrla,kn�:aruudzaiaare._ _ ........., II pyp e of'N,int Base c., .............. ............................. _ % Description o Sceil 6 S a� C A IIIry f f -• i Reaacia.^M A,� rk Data �' "p;�rttkiSfw a,u Ver _.......... t r � l i Win&I VAL V�;� on. p escri ti l at I t acting, Ap prox,ySaba.: �....... ......_ l "The subsurface uutilify expr arat4ran has been paerforened under ra-uy direction avid area W + ;,i d u c�r°rer.t�tc�t�hue bast of my knowledge,AR rather underground aatilitiea are mated from information of re r+ parnvide d by the client and/or the Texas One-Call System ADDENDUM 2 ATTACHMENT 3 HYDRO lA Rl;�rRl S17N'1`AlJut", SHEET 141 OF 176 / 1 ADDENDUM 2 ATTACHMENT 3 HEET 142 OF 176 r h it {I I, I II f i Ei TEST HOLE # 10 OLD ROBSTOWN RD. i Fir@fl�,,ffia4 e- i' & KENWOOD DR. 13 ATT UG 2700 PR COPPER 2.5" PVC DEPTH: 2.16' ADDENDUM 2 ATTACHMENT 3 HEET 143 OF 176 H%4drol Ex TEST HOLE DATA SHEET SURVEYING AND Ptt,lect _......,,m....— rest t°iol P ��.w,... ....__ HYDRO EXCAVATION City/County U tility: (3611) 452-1375 Roadway N�aunw: p� �� _ lxite; eatl"aet. .._..._ 802 Navigation, Suite 1012 Carpus Christi, Texas 78401 Limits—_ _ ....._. , .. _.. ...._..._ �..�. ..._. Nicasurcai MIA of llolc , � �� ...� ... SauuGanvcaFlev,: _.,w, .,,..W.......... _ _ r.r Elcvygj3ottrazun of'LAilily �' a �Sirc of Ufiftt„g V mfa Milnt",y Material. A,_% l.ltility Condition, � Tfn ckne,�s of PvmL: U. —.__ ....,... n 7yiac off'vnnt Base mc — .. .a. .�w V Desefirtion of Soil: qr .._. .... % s.. } (6 t� 11- ... Bench Mark Data Lit .— L L.. 01 chA 1,-- I 1st-2 S fit �f Narw�tltiaxf, ._.. ua;aR EasCnng _ °n Apprux "its �. "'The subsurface utility exploration Inas been performed iu,nder my direction and are true and correct to the best of my knowledge,All other underground utulities are noted from information of record provided by the client and/car the Texas One-Call S'ystenn.°" ADDENDUM 2 ATTACHMENT 3 SHEET 144 OF 176 �± ��. i »> • � � ! : : ° ` � ( fd. � /� . » >}. 2 � r / � � \ \ � � ADDENDUM ATTACHMENT H EET145 OF 176 9jp:y / � i �nrvm low, ,. NO .40 do-- a ` Y ° rerg r ! n,w r ' a � w Y� Y r6w� sioi r� ✓N rr n� r, t ` r , i a � � TEST HOLE # 11 r, o OLD ROBSTOWN RD & N SAXET DR. r �ti ATT UG 900 PR COPPER DEPTH: 4.44' °'1 J ���� (/ ill ➢Y' K` �r hi ADDENDUM 2 ATTACHMENT 3 HEET 146 OF 176 H%4d Ex TEST 14OLE DATA SHEET SIJRVE G AND I roJec:t# Test I tole 0—.11... H,Y RO EXCAVATION City/(County ....... .. utility: .. (361) 452-1375Roadway Nata er , S �T � . Date: We atlat;r:... — . 802 Navigation, suite 1412 .. Corpus Christ!, Texas 78408 Limits .......TBPL REG#10193804..... Me%m ur•ed Depth ofHtrle: .._�.... �.�..� — ��l Surface l.levv:_._., ., j —...._. _. l Elr v,@,.Ttula of Utility" _............. l u 4d Sarc of'Utility: .. � utility ti'cauaalrtitarou:— _. ..... ..... ..,. _..... ... a � ��... ....,___...� ." t~ � Tlrac.kness cal Pvmt,: �........... .... 001 11 . a�w, W Type w�wnrfl �p� . .. l"� ; lrmD fi :UUr7 tat x(11... IW ao1 V ft i411 l r, ryr „ o VIII n \ 5 w r Beftch.mark MIN :3P i Descri u:ioro .. ...W..._.._ IQ b _.._. ,a N Approx. ";eu'1.: Offs _. . ....... ..._ "The subsurface anti ity e,xploraitiun has been performed under rein directon and are true and correct to the best of troy knowledge.All rather underground ut4Gities are noted from informatunn of record provided by the client and/or the Texas one-Call Systern'°' AL7C7ENC71JM 2 . ATTACHMENT 3 f SHEET 147 OF 176 HYDIi>hoc ?lilt[St r���.t i I fro t is ?r/ ryr. r j 4 ter f, i I; i i 1�r y, l! r' IIILJ I A CSF 176 // ry r�r n, jmtl% amol r a r a nne�Q r ° � w °r rri IIF u( w I d/ flN!1'l� �� JfA, VS G�/ NJO did TEST HOLE # 12,13,14 OLD ROBSTOWN RD. & RUSSEL DR. (3) ATT UG 300 PR COPPER UG 1800 PR COPPER I ��Y DEPTH: 2.72' 1/ S rii{Ilyll I„ I p I ADDENDUM 2 ATTACHMENT 3 HEET 149 OF 176 lii�poi J TEST HOLE #15 OLD ROBSTOWN RD. & RUSSEL DR. CITY GAS LINE 7" STEEL PIPE DEPTH: 3.98' ADDENDUM 2 ATTACHMENT 3 HEET 150 OF 176 __._. .... ---......._ _...m _.. adro %;)k TEST HOLE DATA SHEET 5 SURVEYING AND Pr(,jje�t 4 Y d"�.ountyr..... ...._.- _ __ Utility: ��� �.. ..... (361) 452-137 5 itt�e _ ..... 802 Navigation, Suite 10 Corpus Christi,"Texas 78408 f �1S1➢t. _ �. .._. _n..� �.. . _ .. BLS REG#101 3804. __. ... _ Measured Depth�tlot C lole� LU 4rtlrf ice Rc t . ticwace, "op<dl Utiluty. ... -._ _.. d leve' nlliow ml of t.j6hfW — Size of t.lttld it t` Utility Matero tN . ...... .. t1 .._......._.— Tltick ness of Pvmt: Y1 tlBssc uc ..... t. DcsnrnbcrnfSoi1 �..... ... . . y 9 g q 1-1 5 4/ CST VV WS.. en a. �,t:cut G) ........... .. 4 c ...._,. �mo qL1 . . Bench Mark Data , r 1.0 n Qmrll"anzPol;: e Approx. 'St'az.:, "The subsurface utility exploration has been perfor'me'd under my direction and are true and correct to the best of my krrooMedg,e-AIV other underground utilities are routed from'dnformarfl.n of,record provided by the client and/or the Texas rine-gall System.' ADDENDUM 2 ATTACHMENT 3 11 'd1iO1.x SHEET 151 OF 176 / or i r aJ ilo ry V� y451 g/I�ri r �Olw i( i m f mm„ TEST HOLE #0 UP RIVER RD. & OLD ROBSTOWN RD. CITY WATER LINE 8" PVC DEPTH: 3.16 IIS III III1"'111K)Nkl. IIRIII IIREI:l F° " t II IIS) ADDENDUM 2 ATTACHMENT 3 L ET 152 OF 176 d 1 I / r r r rrr r -q w v/ r ni � I a+rr ` �IIQVOU V 1 �i 6 r� rrr° yuii �q��i0lgy � 'p�u➢NpO➢Upy ou�i➢OVI�UU➢UUUIVUpu��W�O„ ; �'ii N IODUI i9 r � ����III �r I IIUIUNIlUNU11Nl@11V1VIUNY rrr,��1%�lr II/ri ih� i mUl� /rnrtl�m�/r�ur r7n>!�nlil�l�DJ/ �umuui TEST HOLE # RD & COLONIAL m / N0, "'9 �” lr�"� ���'x /it ( o7wrr✓�r;",rJ r � �r r Yn1��rYr u ADDENDUM 2 ATTACHMENT 3 HEET 153 OF 176 TEST HOLE DATA SHEET N4dro Ex SURVEYING AND Project Test Hole it ('0 HYDRO EXCAVATION City/County: utility:A VQL (361) 452-1375 Roadway Name: W.Date: 802 Navigation, Suite 102 Weatber: Corpus Christi, Texas 78408 Limits T.BPLS REG#9_0193804 �___ Measured Depth of Hole: Surface Elev.: 6A-A wo-kU in NM\jEl"O'i(V3- - � E Elev CceTop of Utility: Elev(4),Bottom of Utility Size of utility: fut Utility Material: Utility Condition: Thickness of Pvmt.: a Type of Pvmt.Base etc. Description of Soil: 1�5 52ZC�N 0 -0 Rc L E Bench Mark Data pe,Gc Elev.: Description: Northing: Easting: Approx.Sta. Offset: "The subsurface utility exploration has been performed under my direction and are trm 1i,Acc,rrecttothe best of my knowledge.All other underground utilities are noted from information of re r, provided by the client and/or the Texas One-Call System." ADDENDUM 2 ATTACHMENT 3 HYDRO EX REPRESENTATIVE' SHEET 954 OF 976 17 ........../" 3017 WATER LINE @ OLD ROBST ' WIN ROAD & UPRIVER o// I ii;¢r,v ■. ,,,naaiiiiii/irmv/.r/ ;,,,iuviairronrti��arrmiiiimooiair�ioiaaiairriaiaamr,ciioiaoorri/a"ini. ,i, / r/ //�i -..., i i //�r �/ �0�%�i/l/���//��//nib%/✓�r���/✓� iii/r%✓/✓ /,�� i it /rr � ' (,� r / l�l��//���/�i'%l��/i�/�/�/�✓1�/11�r/ii �, l/u�("v wia"r"'T r/1/��d�vf/� ����w)�� �� ���� sr ""�� , /�Wx,��'mi��//ar�wfi'rr � ✓/ ;(a a� �,o fyy�/�r��� ✓�l (I� /� 4 mvJ/���1r�u �'�* ��Lw�'�' rJ� Y,<, � qui / n < i r r J j�1%I/GI//G ////II � YY aqmsM1M1MrFI wWN ROAD NOT FOLIN r ADDENDUM 2 ATTACHMENT 3 HEET 155 OF 176 #8 (1) ATT 2.5" PVC N: 17179019.055 #1 Gas Line 8" E: 1329729.988 N: 17179533.868 EIv: 24.287 E: 1330195.952 EIv: 23.579 #9 (2) ATT 2.5" PVC N: 17179019.676 #2 Water Line 30" E: 1329730.260 N: 17179515.845 EIv: 24.279 E: 1330160.605 EIv: 20.023 #10 ATT 2700 PR COPPER N: 17178180.166 #3 Gas Line 14" E: 1329182.874 N: 17179513.600 EIv: 32.651 E: 1330158.391 EIv: 21 .566 #11 ATT 900PR COPPER N: 17177784.544 #5 Water Line 30" E: 1328843.280 N: 17179334.880 EIv: 37.172 E: 1329957.647 EIv: 21 .641 #12 ATT (1) #13 ATT (2) 17176393.757 17176393.916 #6 Water Line 30" 1327899.787 1327899.769 N: 17179035.251 EIv: 39.753 EIv: 39.271 E: 1329744.200 EIv: 22.127 #14 ATT (3) N: 17176394.047 #0 Water Line 8" E: 1327899.785 N: 17179520.146 EIv: 39.724 E: 1330196.194 EIv: 23.631 #15 Gas Line 7" #16 Water Line 30" J I IIIA" "'1 IIS JII IIS' IIIIIRII FOUND* N: 17176333.858 N: 17179014.29 E: 1327928.591 E: 1329705.88 EIv: 38.625 EIv: 22.04 #17 Misc 1" Utility N: 17179013.99 E: 1329705.88 EIV: 23.96 ADDENDUM 2 ATTACHMENT 3 I , tea, �, � . _ ✓� ,,,; ���� � �'�✓✓ k iil ;i19✓„✓ � ;✓✓1h�Y, u�l,�°, ✓M,!, r i.///.✓i�✓� fi ,a,✓ �,r/iD✓✓. ✓ i ��✓�✓i ,/„ ✓ ,; / ✓ ✓r, ✓✓✓✓✓°�✓/��� ����!�1'outi� AybfN;✓✓ Y�. �1,✓✓ �l'y.,� r l I�✓rill/d�%�llh✓��./. �i��l(W L✓ ✓✓�''(b�✓"�✓�. d/,�J« ✓✓i✓✓/lri a r'tli'r✓,04P'✓✓�I" fi �� ✓�'��r?�:✓✓ �✓�„rn�dy��,W��i�s' ✓��i;����`rr4�j l��"r���o��✓/'�ifgr.�rlal/��l ll e usr r �'It�4�,'�,'�"`�, ✓ ✓✓.x�� �`� ✓✓"ll , �✓I '��, .y✓n✓, rv�(=ii �',, � Y, P,r/ �'y -, ✓ �✓ ���� �,rm�).�r �xnfr k � �✓ � r,� I r"r f r ✓ �A ✓� f I R�' D1zw �'° �� �; �✓d I✓i ,� Y�LV{ /a 1"�F. ,.'��,�N ���lq""� `"''` A�� Jlrt � it✓if✓l° �,� �9���{'��ly✓� ✓ ��i �✓ r �1�r f yq i ty6���vS P Vii”'"r ✓ +, ,,,�", ,"✓.�J,;, . � �✓'��✓�;4,�rl��'�✓�" �i�,�Ik7 yJ��� i✓1',, "�r'�;r ��'� �4�i ✓f✓'� Fi i��,J ri��✓ ✓✓�/,� �YJ� F r �✓ -`✓n✓, �✓4�G�1 a &�I�OY;4'���"�°f�'�,✓��fuA�k`A"l✓� �aWt✓✓)� �,r,.�;.r����✓Iuy i' '��fry'���"�f✓r�✓��'r��i�;��'f�„ �H� „ , . ,r6�u �✓ r" /i✓ ✓! l� � ��a ✓ f ,r e" P <ml;b�w�, i��Ar;�1�bf�����A fo 1 ✓1✓u �+^ � �f � Ir ��,r✓✓�f "✓ fd�,��M i � A'✓iia'(! al Ind(P,�G rl 0)}'K Wf Y r ,� e,✓ ✓✓ �r&f it ��J is H �' �c ✓ ! a � i � � i^"✓t �'� +�,�,�ft�WrA �,� ✓ ✓�:&�" , , „�,,.. �f��� r"" G�'i i,�� � �q i, � «'r'✓^., /� �w,`; ,i✓�i✓ „bSr � 1�� ��� s`xrl T , �il�rtr�9�x Y'. �r ,a��",' a% �'ry�, tl '��', 'a � �Y�'✓��i'���'i%�✓, ✓l�✓��'y..✓✓kik✓Jr li,/� (✓g� r r ✓✓r N a� Ir � �_, i� � r �n�F� ,��",e 1`:��°, ,, �!�li✓`4 s� �@�t+��T�✓�����y"err'�'✓'i��;,'�� d�✓✓"�w s,���"�'+' f� �r��a✓.� ,¢„�:;P ✓✓�a,�h','!/�7 , 9 �' � b �, �„ u, ADDENDUM H%qdro MANHOLE #1 i i al( � J 7 Hydro Ex.,LLC 802 N.Navigation Blvd.,Suite 102 Corpus Christi,TX 78408 ADDENDUM 2 P(361)452-1375 F(361)452-1376 www.hydroexllc.com ATTACHMENT 3 Page Iof7 HEET 158 OF 176 MANHOLE #2 ,r / l r°! „ µ I ( e IY w „e .....,�„moi 1 J %l r✓r, 0 00 �u I ` f � g � Hydro Ex.,LLC 802 N.Navigation Blvd.,Suite 102 Corpus Christi,TX 78408 ADDENDUM 2 P(361)452-1375 F(361)452-1376 www.hydroexllc.com ATTACHMENT 3 Page 2of7 HEET 159 OF 176 _ ....._....._,X TEST �.a..,._..._._ HqdroE E DATA SHEET SURVEYINGl r(� ject .......... ... .o... Te" ,t Hole J HYDRO EXCAVATION (.,ttyl'��'o mit .. t a m � ............ .m. 6',° w�- 375 �Roadway Name: 7r�� Dante: 802 Navigation,Suite 10 Corpus hpa fig,Texas 78408 TBPLS REG'#10193804 —..........�.....�....,.w.....,�.,... —.___..._.........._._..,,.......,....w,..,m.................__..�__._.�__._-._.____ �.._._....._.._._._.,., Mea urrd Depth of Holc � a„ Surface t.lcv ftew( ,Tbp o Rhality r �r Size of utility:— 11 p " Utility M'satcrprxd:.._ d�Jdulity�:ondawiam }. I of �. C � .type of Pvnu 9.taa,`;a c0.0 Dc.wripfion of So& ........... ........ ... . �.. .. � by v� it 40 t a � � w5 ti "' " li 1 � _._ fd a Bench Mark Data W B�h6.: i �'f ,'hr W„"fig qtr�.,k,�?�"'a ✓;'I�.?S �«'b w�f:. � ;� ^A 'J^k ”. f v mx, Description: � ...._ ...�.w.._. J eA ry Lµ"y P Rr l xwrtau rr- mm na }atatarx.Sta _ .........m. -._.. _ . "The subsurface utility exploration tuns been performed under my direction and are true and correct to the best of my knowledge.Afl ot,tuor underground uabblie,s are rooted from inforrnabon of record provided by the al'aernw,and/or the Texas bane-Cafll System!' ADDENDUM 2 ATTACHMENT 3 HYDRO EX EPR SE W .'r�IVE SHEET 160 OF 176 MANHOLE #3 r1� �/ JJi /� rig 1. � �/✓ i r �r /j f ��� / � r � „ ill✓��a/�,rr„��,"ire ,"�, ,,� � ,,, � l %1 f w% wn i n q i T I 0" 1, Ij i.r/i.i.i.ii.i.E,F..C...i...i/i...E,ti,i,i,i,iCi,F,E,E/i,i,i,ii,i,E,F,Ci,i,i,/i,E,E,ti,i,i,i,iCi,F,E,E/i,i,i,ii,i,i,i,Ci,i,i,i/i,i,i,ti,i,i,i,iCi,i,i,E/i,i,i,ii,i,i,i,Ci,i,i,i/i,i,i,ti,i,i,i,iCi,i,i,E/i,i,i,wii,i,i,i,�C i,i,,,,✓1�, Hydro Ex.,LLC 802 N.Navigation Blvd.,Suite 102 Corpus Christi,TX 78408 ADDENDUM 2 P(361)452-1375 F(361)452-1376 www.hydroexllc.com ATTACHMENT 3 Page 3of7 HEET 161 OF 176 MANHOLE #5 yyl/�r�........... WR MIA f i I, i r IIh qq i II I I W � i DIY i i I � 1 W Hydro Ex.,LLC 802 N.Navigation Blvd.,Suite 102 Corpus Christi,TX 78408 ADDENDUM 2 P(361)452-1375 F(361)452-1376 www.hydroexllc.com ATTACHMENT 3 Page 4of7 HEET 162 OF 176 MANHOLE N r 9y rr �/i r/ li I uuu uuuuuuu 00 1f i e� �a� imuo I niuuiiiiluou Hydro Ex.,LLC 802 N.Navigation Blvd.,Suite 102 Corpus Christi,TX 78408 ADDENDUM 2 P(361)452-1375 F(361)452-1376 www.hydroexllc.com ATTACHMENT 3 Page 5of7 HEET 163 OF 176 ........................................ Hqdro Ex TEST HOLE DATA SHEET SURVEYING AND, prqject 4Test I101 "it__:5— HYDRO EXCAVATION (361) 452-1375 Roadway Naine%�" XV"s'7-v5 '2'1' Le Date: ............... 802 Navigation, Suite 102 Weather:____.— Corpus Christi,Texas 7B408 --------------- ............. Measured Depth of Flole� Surkice Elcv�� E]cv@jTbp of Ufflity: aR kilev,lii,Bottom ofl_Wfly Size UtHi�y MatcnaL ------ Uiiht�y Condition: X OQ " ThicUess of Pvrnt'� t "NP Typu o fPvnic Base etc, I Description of soil!-- �71 "ah y M1n N") ct .......................................... �6 Bench Mark Data fn rim. 0, AP Northing: Tc., V Approx.Sm. ()ffset° ....... "The sub,5urface utility exporafion has been performed under my d6recbon and are true and correct to tho, best of my knowledger All other underground utilities are noted frarti information of record provided by the c0ent and/or the`Texans One-Colt Systerril" ADDENDUM 2 ATTACHMENT 3 HYDRO FX REPRESENTATIVE' SHEET 164 OF 176 MANHOLE #7 pff �ntluuuuum... i�uuuuuuuuuuuuuuum i Y'il � 1� r i i! / r, j, r oB s r" Hydro Ex.,LLC 802 N.Navigation Blvd.,Suite 102 Corpus Christi,TX 78408 ADDENDUM 2 P(361)452-1375 F(361)452-1376 www.hydroexllc.com ATTACHMENT 3 Page 6of7 HEET 165 OF 176 .................................................................. H%qdro Ex TEST HOLE DATA SHEET SURVEYING AND Project # .............--Test I 101C HYDRO EXCAVATION city/counly:.........................................- -1 """" Utility: , ?A Roadway Name: Z (361) 452-1375 Date: 802,Navigation,Suite 102 Wcatber: Corpus Christi, Texas 78408 L.iinits....... TBPLS REG#10193804 .......................... ........ ............................................ Measured Depth of 14oe: Surface Flev .. ........... ;t-4 _Top of Ufilily. — LA 10, W..,,,,W,0Mr,,,,fifi,y — -TON> C),F V�i?ep, lr-4�JGK7 Size of Lftifity:............................ Utility Material: -Top ov MWE 'A L)Wity Conditiow Thickness of Pvmtgg: ,fyPCQCPN,111Lf3aSCdC- Description of SoiL................ . .......................... 9 WA'4 IE R Hi G)- ................................................ ........................ U raatft ofd . ..................... N4 Bench.Mark Data Ce ........... 4 ............................... 0it Approx,Sia. .......... fFsct, ...... "The subsurface utdity exploration hw;,been performed under my direction and are truc,and correct to tire best of my knowledge,All other Underground Lifilities are noted fro�m information of record provided by the client and/Or the Texn,One-Calt Sys ern." ADDENDUM 2 ATTACHMENT 3 HYDR()EX REPRESENTA11VE SHEET 166 OF 176 TEST HOLE #8 aU 5 '��G%Y� // "�0 v� i19h't9114is��li�lmr� I I Cep " �� �5�' I II qIQQ�tI Plgp� p � � i���Ib" N�IIIII41VVI��V�VI�V��yyi�IV,i���l I EpI���I�iG�II�I�IPn, Y�11 t•`Illi ii�l �� /r �r✓ I Yi I�pI I I ii i i I i Q Y V � rr r I� / r rf�;, Irr if /A r � llo�j� r/ , u PIO Hydro Ex.,LLC 802 N.Navigation Blvd.,Suite 102 Corpus Christi,TX 78408 ADDENDUM 2 P(361)452-1375 F(361)452-1376 www.hydroexllc.com ATTACHMENT 3 Page 7of7 HEET 167 OF 176 .. ... .............................................................. .......................................................................................... ----------------------... ............................................................................................................................................................................................................................................ if k a I TEST HOLE DATA SHEET N%Idro Ex SURVEYING AND Project# HYDRO EXCAVATION y' fir: utility. L'T (361) 452-11375, Roadway Name: Ob 1)ate� 802 Navigation, Suite 102 Weather:---.... Corpus Christi, Texas 78408 T13PLS REG#10193804 ..................................... ---------------------------------------- Measured Depth of HrAe9a�. .................................... ................. Sufface Hcv,: .........w..... ............... .............. Utility Nfalcriial;. N-C--- Utility Condifion: -- ---- (D 'I'llicknes's ot f1wrW: IYpc ol'flvniL Base cte.: DoscTipfion of Sofl� 9) (D C2) T T 0 F u>Tx, ASPIP ---------- ------- ........ .. .................................................................. C) Rench Mark Da ata C7 BW cl, ................................................................................................................................... W, Trj?DIF qLlr Northing: Easlrnggpo OZ Approx. ..................... ------------- "Thesubsurface utility exploration has been performed under my direction and are true and correct to the best of my knowledge.AH other,underground utflities are noted from mforrnatuon of record provided by the chent and/or the Texas One-Call System." ADDENDUM 2 ATTACHMENT 3 HYDRO 1A REPRESENmrm,F, SHEET 163 OF 176 Exhibit Leaking Petroleum Storage Tanks Query Results ADDENDUM 2 ATTACHMENT 3 HEET 169 OF 176 Leafing Petroleum StorageTanks Query Results Pae 1 of 1 i TCEO LPST Database Query Results The data was last updated on November 111,2813, LPST ILD :97328 Facality ILD#: 0056991 Facility Marne: LEOPARD MOTOR CCD Discovered: 11/20,11990 Reported:11 1/20/1990 Facilit Address: 559 CED RO,BST Y'N N RD,CORPUS CHRISTI 7'8408- County: NUECES - TCEQ Region Number and City: 14,CORPUS CHRISTI Federal Facility?': N Responsible P'arty: C J MOTORS Address:5591 OLD ROBSTOWWN RD,CORPUS CHRISTI,TX 78408-3435 Contact::MR DAVID JCDN'ES, Phone:512 888-8513 Priority Cade and Descrltphon:4.2',NICD[Fill/(IMPACT, NICD APPARENT THREATS OR IMPACTS'"TO RECEPTORS Status Code and Descrllpt ow 6A, FINAL CONCURRENCE ISSUIELD„CASE CLOSED Water Contaminated? N Lie th to"Water:0 Coordinators: Primary 11312"R[111 RPR LDIISTRIC1: RGJ Glossaries of leans naso€`t rn that QQI! V 7pj �..� �..lYt �tii Lii�„ annd ",6d aff cadurnns, Coirsrondence Actrou orrinl EQ Action" _ Date . E:% � t dew r or,,oa ene l ast � �mf AR OPT 1 11/6/1995 11/611'995 RIPR F1NAL 12/38/1996 HLN STARTUP 9/1/1995 WDC, SCR 3/27/1996 4/8/1996 HLN FINAL 12/38/1996 HLN SAR-RPT-COLD 6/24/1996 WDC TECH RESP 7/115/1996 8/4/1996 HLN FINAL 12/38/1396 HLN Q w'n1a 4 u,S If you have any questions. Last Modified: (February 1,2813 ADDENDUM 2 ATTACHMENT 3 SHEET 170 OF 176 littp://www.tceq.texas.gov/cgi-bin/'permitting/rpr/lpstqueiy.pl 1111112013 Leaking Petroleum toga e "1 an s Query Results Page 1 of 5 T I TCEO LPST Database Query Resulits The data was Iast updated on November 111,20113. LPST 1C 112463 lFacillity IIID#,0018038 FacUity Name.TOWN MARKET piscovered:6/30/1997 Reported:'7/3119197 Facitit .Address: 514 OLD ROBSTC)11V'N RD,CORPUS CHIRI'STI 784108- County: NUECES TCEQ Region(Number and City: 14,CORPUS CHRISTI Federal Facility?:IN Responsible Party: PRONTO,DISTRIBUTING INC Address:3434 BUCKHAVEN „SAN ANTONIO,TX 7'8230- Contact: MR RANDY PRESTON, Phone:2110 697-9710 priority Code and I3escritption:4..1,CW IMPACTED, NO APPARENTTHREATS OR IMPACTS TO RBCEPTC)R'S Status Code and Description:6A, FINAL CONCURRENCE PENDING,DOCUMENTATION OF WELL PLUGC IFlG Vater Contaminated?: H I:De th to Water-7 C oordinatoi's: Prirnary: 1P11P11/1P11t1P/1 R1 IR, ES,2 DISTRICT:JO Glossi#r es of terrnS Used un the ... . .. and 3Ifcolumns. C irre Et .dna C ornrveµl 1cle..rwiwc..wwwww .w Corra.w..ndruuci::"� .....w......�..w. .a.ww..w.wW ct�onlLatAtonDate eLl °t REL DIET 7/1w4/19917 RR 712811997 I:DLB PROP ACT 5 71141119917 RR-CAR 7/2811997 CDLB REF-P'RIV 7/15/1997 ASM RBA 10/20/119197 RR 11/10/1997 DLB ORK ACT 5 10/201119917 REJ TI CH 11/10/19,97 CDLB OTHER 1115119917 1NLR 11125/1997 DLB PROP ACT 8 12111191917 RR-CAR 12/17/1997 CDLB REF-RPR 6./1/19918 ASM REF-PRIV 9/1/1998 ASM L1NP 11/5/1998 ARB PROP ACT 8 12/2/191918 RR-CAR 12/23/19198 VYF PROP,ACT 5 112/2/19918 RR-CAR 12/23/1998 VYF MES 1212/1191918 NLR 12/22/1998 VYF MO NIT AININL 12/2/1998 1NLR 12122/1998 VYF REF-RPR 3/23/1999 ASM ASS A-ADD 5/26/119919 RR 7/2011999 BLM FAR 5/26/1999 RR 7/20/1999 BLM MONIT AININL 3/2.2/2000 RR-CAR 9/7/2000 JAF PROP'ACT13 3/22/2000 REJ TECH 917/2000 JAF SCR 3/22/2000 REJ TECH 917/2000 JAF MES 3/22/2000 RR-CAR 9/7/2000 JAF INTO 618/2000 1NLR 6/15/2000 BLM REF-PRIV 8122/200G\DDENUIEM 2 ATTACHMENT 3 SHEET 171 OF 176 http://ww .tceq.tee:as.gov/c i-bin/ eriiiittitng/rpr`/lpstgtiery.pt 1.1.11112111 Leaking Petroleum Storage Tanks Query Results Page 2 cif.5 NTO 9/20/2000 NLR 9/21/2000 RV'Io"L MES 9/26/2000 RR 10/10/2000 JAF PROP ACT 8 9/26/2.000 RR-CAR 10/10/2000 JAF PROP ACT 5 1/25/2001 RR-CAR 2115/2001 JAF ASS A_ADD 5/24/2001 NLR 6/1212001 JAF NTC} 6/5/2001 NLR 6/'1212001 JAF MCDNIT ANN 8/24/2001 RR 9/17/2001 JAF SCR 8/24/2001 RR 9/17/2001 JAF PROP ACT13 8/24/2.001 RR-CAR 9/17/2001 JAF MASSMAIL1 11/12/2001 ARB FSC 11/14/2.002 RR 1215/2002 CJK REF-PRIV 11/4/2004 RPR 60-DAY FCD 11/4/2.004 FINAL_ 11/1812004 ES2 Corrective Action Response Forms LPST ICD: 112463 CART Sequence Number: 1 Applicant:LCIIJIS R8:7NEY ��_ Activit : 04-1 LIMITED SITE ASSESSMENT aSMENT ._ Corrective Action Project Manager:CAPM00213 Corrective Action Specialist:RCAS006917 ENVIRONMENTAL LAND MANAGERS Request by: IServing as: DLB Preapproval Proposal Date: 7110/19'97 JFTCEd Response Date:7/2'8/1997 Proposed Amount: $15,638.73 Approved Amount.:$15,638.73 Approved/Not Approved:approved with the following mod'ifiicatiions: TCECI Technical Response: Approval to install three 26-foot,2-inch monitor wells,with submittal of an Assessment.Report Form. It appears that a fourth monitor well should also be installed during the Inlitial assessment,at the location of SB- 2. Please submit a change order to install this wrvell during i the site investigation. LPST ICI: 112463 CARF Sequence Number:2 [Applicant: LOUIS RONEY Activity: Corrective Action Project Manager:BAPM00213 Corrective Action Specialist: RCAS0069'7 ENVIRONMENTAL.LAND,MANAGERS Request by: ==IServing as: rct () RevWEA; CDLB Preapprovat Proposal Date:9/30/1997 TCECI Response Date: 10/20/1997 Proposed Arnount:$0.00 jApproved Amount:$0.00 Approved/Not Approved:approved with the following modifications: TCEQ Technical Response: We have reviewed the Assessment Report Foram (ARF)and have the following comments: Please submit a workplan and cost proposal to conduct two to three groundwater monitoring events to confirm plume stability.Tank removal activities shouldbe conducted as discussed in the ARF. Please submit a Release Determination Report following the removal of the tanks.Based)on the available information,a CAP is not necessary at this site,and the December 23,1997 CAP has been met. LPST ICI: 112463 CARF Sequence Number;3 Applicant: LOUIS RONEY Activity:07 1 83UARTERLY GW MONITORING,(4 EVENTS/YR) Corrective Action Project Manager:CAPM00213 Corrective Action Specialist:RCAS00697 ENVIRONMENTAL LAND MANAGERS ATTACHMENT 3 SHEET 172 OF 176 http://xA,,wwawv.teed.texas;.govfe i-biti/perinitlitig1rpi-/lpstq uer-y.pi 11/11/20,13 Leaking Petroleum Storage Tanks Query Results Page 3 of 5 lRequest by: 11Serving as: I"CEQ Reviewer: DLB Preapproval Proposal Date: 11/21/19:917 JTCEQ Response Date: 12/1711997 lProposed Amount: $7,25417 jApproved Amount: $5,721.001 jApproved/Not Approved:approved as proposed,but for a reduced amount. TCEQ Technical Response: Approval to conduct three sampling events of three wells,with submittal of an,Annual Groundwater Monitoring Report.Please check the addition,of the submitted cost proposall,as the submitted total does not add up to the listed$725417. �LPST ID: 112463 CARF""-sequence,Number:4 jApplicant LOUIS RONEY jActivity:04-4 OTHER-ASSESSMENT Corrective ,ion Project Manager:CAPM002!13 ICorrective Action Specialist: RCAS00736 COMPLIANCE ENV.SERVICES,INC. IRequest by: ---�Le!viing as: F�ev�ewer: VYF Preapproval Proposal Date: 11:130/19918 ITCEQ Response Date: 112/231119918 Proposed Amount$9,591.00 jApproved Amount: $9,591.00, jApproved/foot Approved: approved as proposed. TCEQ Technical Response: Approval is for the installation and sampling of two,25-foot,2-inch monitor wells downgiradienit(north and northwest)of MW-2 and submittal of an updated Assessment Report Form(ARF).We note that Mr.J. Randall Preston of Compliance Environmental Services,line.(CIES) has signed applicable reports and/or documents and/or proposals in lieu of the responsible party as the apparent legal representative of same with regard to corrective action activities at this site.Please note that the TNRCC has not yet received formal written legal documentation granting this authority and that such legal documentation must be provided at some point prior to any application for reimbursement.We will continue to correspond!with Mr,JI. Randall Preston directly with regard to corrective action preapproval activities at this site; however,copies of all correspondence provided to the TNRCC and all responses received from the'rNRCC which are applicable to this site must be ,provided to the responsible party by CES within 16 calendar days of their inception or their receipt. JLPST ID: 112463 ---------JICARF sequence Number:5 jApplicant LOUIS RONEY jActivity:07-1 QUARTERLY GW MONITORING 14 EVENTSNR) ICorrective Action Project Manager:CAPM00213 lCorrective Action Specialist: RCAS00736 COMPLIANCE ENV.SERVICES, INC. lRequest by: Securing as: �IuJ.,aJ.,Rgyewer VYF Preapproval Proposal Date: 11/3011998 -=�ITCEQ Response Date: 12/23/1998 Proposed Amount:$6,661.00 1Approved Amount:$6,,661.010 Approved:approved with the following modifications: TCEQ Technical Response: Approval is for,quarterly sampling of 5 monitor wells for three quarters and the preparation of an Annual Groundwater Monitoring Report,rather than a Monitoring Event Summary and Status Report(MESSR),. Please Incorporate the following sampling protocol:In order to verify plume stability, it will be necessary to collect natural attenuation indicator data during the next sampling event. If the indicator information does not exhibit a clear trend following the initial collection of the data,the indicators may be measured again duringi the subsequent sampling event. It is important that the natural attenuation indicator information,be measured in wells which document background water concentrations,and in,wells within and beyond the plume. Optimally,the indicator information;will be collected from a series of wells positioned along the axis,of the contaminant plume. Plume stability will be indicated when the extent of the contaminant plume appears to be stable or declining,and there is a clear trend with the indicator iInformation,which,coincides with the location ADDENDUM ATTACHMENT 3 SHEET 173 OF 176 littp://www.tceq.texas.gov/cgi-biti/periiiitting/rpr/lpstqtiery.pt 11/11/20,13 Leaking Petroleum Storage Tanks Query Results Page 4 of 5 of the plume. Please refer to the April 29,1997 TN RCC IOM entitled,"Interim Giuidlanice: Monitoring Natural Attenuation,for Verification of Plume Stability."Much of this information should be collected in the field(ie., Dissolved Oxygen,Ferrous Iron,Oxidation Reduction Potential,PH, Nitrates,and Sulfates),as these costs are included in the cost for an equipment truck. Please refer to the February 23, 1998 TNRCC IOM entitled "Preapproval Costs for Groundwater Monitoring of RNA Parameters"(posted on the TNRCC PST web,page) which discusses the,additional personnel costs which are allowable for collection of the natural attenuation data in the field.Please note that it is not necessary to submit a change order to incorporate the collection of these parameters into a previously approved groundwater monitoring,program uniless the cost to collect and analyze this information will exceed 7%of the total preapproved cost. Future monitorings proposals should clearly state which wells will be analyzed for the indicator data,and!which dlata,if any,will be obtained through laboratory analyses rather than field methods,We have completed our review of the November 20, 1998 Annual Groundwater Monitoring Report.After careful review of the information provided,we conclude that the annual report is administratively complete. 463 CARL= sequence Number 6 jApplicant. jActivity'. 111-1 SITE CLOSURE Corrective Action Project Manager: lCorrective Action Specialist:RCAS00736 COMPLIANCE ENV.SERVICES,INC. [Req ==JServing as: ?evw J'AF jPreapproval Proposal Date:3110120010 FTCEQ Response Date: 9/7120,00 Proposed Amount:$3,949.00 jApproved!Amount: $O.00 Approved/Not Approved: not approved for these technical reasons., TCEQ Technical Response: Please submit a workplan and cost proposal for a confirmatory soil boring to,be installed in the location of TS -5(13')and analyzed for BTEX,,TPH,VOCs and metals, Please iincllude in the workplan a site map which depicts the location of the waste oil tank in the former tankhold.Include in the workplan and cost proposal the costs necessary to back-calculate the dissolved-phase COC concentrations to MW-5,which will:be con:sidered the assumed or hypothetical POE for future groundwater ingestion.If the results of the soil boring i ,and the back-calculation do not indicate the need for further corrective action,please resubmit a Site Closure Request Form with the updated information.The Annual Groundwater Monitoring,Report,Site Closure �Request Form and Monitoring Event Summary dated 3110/00 have been reviewed by this office. JLPST ID: 112463 -------7�JCARF Sequence Number:7 jApplicant: DANIEL M.TAPPMEYER jActivity: 07-1 QUARTERLY GW MONITORING(4 EVENTS/YR) lCorrective Action Project Manager:CAPM00146 ilCorrective Action,Specialist IRCAS00372 DOMI N ION ENVIRONMENTAL,INC. �lRequest by: IlServing as: 'rCEQ l",Zevievveir JIAF 1preapprovai Proposal Date:9114/2000: JTCEQ Response Date: 10/10/2000 [Proposed Amount: $9,2'06.00 .—,—.=EApproved Amount: $4,520.00 jApproved/Not Approved:approved with the following modifications: TCEQ Technical Response: Approval is for semi-annual,rather than quarterly,sampling of four monitor wells and the submission of an MESSR. Please submit the workplan and cost proposal requested)in the CART dated 9171001. One,of these monitoring events should be scheduled to:coincide with the mobilization,for the soil boring,requested in the above mentioned CARF. LPST �112463 ::::::=]CARF Sequence Number:8 ,NIEL M.TAPPMEYER jActivity:04-4 OTHER-ASSESSMENT ADDENDUMI ATTACHMENT 3 SHEET 174 OF 176 http://www.tceq.texas.gov/cgi-biti/periiiitting/rrpr/lpstqtiery.pi 11/11/2013 Leaking Petroleum Storage Tanks Query Results Page 5 o1'5 lCorrective Action Project Manager:CAPM0046 1Corrective Action Specialist: RCAS4ll1372 DOMINION ENVIRONMENTAL,INC. Request bye Serving as: ["f'�'J �5 J JAF reapproval Proposal Date: 1/1812001 TCEQ Response Date: 2/15120,01 jProposed Amount:$4,279,00 Amount:$4,628.00 jApproved/Not Approved:approved with the following modifications: TCEQ Technical Response: Approval is for the advancement of one confirmation boring via direct push and the sampling of native soils in the location of the former waste oll UST.One soil sample from the approximate location of the bottom of the tankhold should be collected and analyzed for BTEX/TPH/VOCIRCRA 8 and PAH if TP'H results are above screening levels.Included in the preap:pro,ved cost is$550 for back calculated protective concentrations based on MW-5 as the hypothetical POE. Upon completion of this activity please submit an updated TNRCC- 0561 I Sequence Nurnber:�9 LPST ID: 112463 Applicant: LOUIS RONEY ]Activity: 11-1 SITE CLOSURE lCorrective Action Project Manager CAPM001213 ilCorrective Action Specialist: lRequest by: Serving as: CEQ Pyr vi(--,,wer'JAF P-reapproval Proposal Date: 8120/20101 TCEQ Response Dalw 9/17/2001 jProposed Amount: $,3,949.OD ---------]FApproved Amount: $3,845.00 jApproved/Not Approved;approved as proposed,but for a reduced amount. TCEQ Technical Response: Approval is for the proper plugging and abandonment of four site monitor wells and the submittal of a Final Site Closure Report.A letter of final concurrence will snot be issued until waste disposal documentation for all fluid and soil waste generated during assessment activities is submitted.The Annual Report and Site Closure Request Form dated 8/20/01 are accepted as submitted. Pun r ncl�w qpqEy, if you have any questions, Last Modified. February 1,2013 ADDENDUM 2 ATTACHMENT 3 SHEET 175 OF 176 http://www.tceq.texas.gov/cgi-biii/pei-mitting/rpr/Ipstquery.pl 11/11/2013 Leaking Petroleum Storage Tanks Query Results Page 1 of 1 ResultsXEO EME7==M=M=,'! N= LPST Database Query , The data was Nast updated on November 11„2013. LPST ID#:94718 Facility Ifs##: O018,488 Facility Name: FFP 279 ?iscovered: 1/19/1990 Relported:11119119,90 Faciiit Address: 3518 UP RIVER RD,CORPUS CHRISTI'78408- County: NUECES TCEQ Region Number and City:, 14,CORPUS CHRISTI Federal Facility"?:N' Responsible Party: FFP OPERATING PARTNERS Address:2801 GLENDA AVE ,FORT WORTH!,TQC 76117'- Contact. MR JOHN RCCHELL, Phone: 800 695-3232 Priority Cade and IUescritption:4A,SOUL CONTAMINATION ONLY,,REQUIRES FULL S,IT'E ASSESS ENT iRAP Status Code and Description:6A, FINAL CONCURRENCE ISSUED,CASE CLOSE Water Contaminated?: N Depth to Water:tl Coordinators: Primary 2 RPR: RPR DISTRICT;SBC t Vossar es of terrns rased kl the��rtt .r�t�.r�rr�l�:x u� .�yj ���� .� GV r�, andµa1.0 columns. Corre!pondence P EE� s ondernc d rrrrorty I . Last iorn f f r» Date r pr�r t A tr e r I a� Action Kato aff FINAL 5/7/1990 DIST STOP 3&4 11/10/1992 JFH CiLARIFYI.6 12/28/1992 JFH i�;N,uuu rr tr��kx� Itra N:�': Ap" t..r'l Lis if you have any questions. Last Modified: February 1, 2013. ADDENDUM 2 ATTACHMENT 3 SHEET 176 OF 176 http //www.tceq.texas. cry,/c ,i-biti/peri-nittin /rpr/ pstquuej-y.pt 11/11/2013 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1—DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2—GENERAL NOTICE 2.01 The City of Corpus Christi,Texas (Owner) is requesting Bids for the construction of the following Project: Name of Project: OLD ROBSTOWN RD.—SH 44 TO LEOPARD (BOND 2014) Owner's Prosect Identification No.: E13098 A. This project will upgrade existing street and storm water facilities along Old Robstown Road from State Highway 44 to Leopard Street. Improvements to these facilities include: • Removal of one driving lane in each direction with parking lanes on both sides for a majority of the project length and complete reconstruction to one driving lane in each direction with a continuous center turning lane. • Striping and pavement markings. • Removal and replacement of curb and gutter. • Removal of existing 4' wide sidewalks and Americans with Disabilities Act (ADA) non-compliant 5' wide sidewalks, and replacement with 5' wide ADA compliant sidewalks and construction of new 5' sidewalks in locations where none currently exist. • Addition of a 2-way cycle track. • Removal and replacement of concrete driveways as delineated in the contract documents and agreed upon by the City of Corpus Christi. • Installation of ADA-compliant curb ramps. • Construction of new Regional Transportation Authority (RTA) concrete bus stop pads with City and RTA concurrence. • Removal of span-wire signalization to be replaced with mast arm foundations. • Upgrades to existing storm water infrastructure including removal and replacement of existing storm sewer system and installation of a new storm sewer system that will meet the approved City of Corpus Christi Drainage Criteria Technical Guide (DRAFT) standards. Upgrades also include curb inlets and manholes. • Upgrades to existing water system infrastructure only includes adjusting and adding fire hydrants,waterline adjustments, and water valve box adjustments. ,, , ,, ,, ,, ,, , ,, M,,,,,,,,,,,,, ,,,,,,,,,,,,,,,,,,,, AI�CDIENCDU2 Invitation to Bid and Instructions to Bidders ATTACHMENT 4 002113- 1 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) SHEET 1 OF 10 Rev 01-13-2016 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is$ 5,780,000. The Project is to be substantially complete and ready for operation within 365 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports, or other information relevant to submitting a Bid for the Project. ARTICLE 3-- DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than 2.00pm on Wednesday,May 24,2017 to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid, electronic or hard copy, by the specified deadline. 3.02 Complete and submit the Bid Form, the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. 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—Old Robstown Rd.—SH 44 to Leopard (Bond 2014), Project No. E13098 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 2e00 Yr7 tart 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 ,,,,, ,,,,,,,,,,,,,,,,,,,, ACDCDIENCDUM 2 Invitation to Bid and Instructions to Bidders ATTACHMENT 4 002113-2 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) SHEET 2 OF 10 Rev 01-13-2016 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 at 10:30am on Tuesday, May 9,2017 at the following location: City Hall Building—Engineering Services Conference Room 1 or 2 3rd floor, Engineering Services 1201 Leopard Street, Corpus Christi,Texas 78401 ARTICLE S—COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 5.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE 6—EXAMINATION OF CONTRACT DOCUMENTS 6.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents,Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 6.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5, that without exception the Bid is premised upon completion of Work required by the Contract Documents, Addenda, and the related supplemental data, that the Bidder has given the OAR written notice of all conflicts, errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract ADDENDUM 2 Invitation to Bid and Instructions to Bidders ATTACHMENT 4 002113-3 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) SHEET 3 OF 10 Rev 01-13-2016 Documents, Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 7—INTERPRETATIONS AND ALTERNATE BIDS 7.01 Submit all questions about the meaning or intent of the Contract Documents,Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 7.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. 7.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 8—BID SECURITY 8.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi,Texas in the amount of 5 percent(5%) of the greatest amount bid. 8.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of Bid Bond as an attachment to their bid. Cashier's check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents, the bidder's name and the job name and number and delivered as required in Article 3 above. 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. ,, , ,, ,, ,, ,, , ,,,,, M,,,,,,,,,, ,,,,,,,,,,,,,,,,,,,, AI�CDIENCDU2 Invitation to Bid and Instructions to Bidders ATTACHMENT 4 002113-4 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) SHEET 4 OF 10 Rev 01-13-2016 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. ARTICLE 9—PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 9.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 9.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 10—CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly ,, , ,, ,, ,, ,, ,DVJM,,,,,,,,,,,,,,, ,,,,,,,,,,,,,,,,,,,, AI�CDIENC2 Invitation to Bid and Instructions to Bidders ATTACHMENT 4 002113-5 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) SHEET 5 CSE 10 Rev 01-13-2016 indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place "confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of"confidential" documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11_MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days, thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. ARTICLE 12—BIDS REMAIN SUBJECT TO ACCEPTANCE 12.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 13—STATEMENT OF EXPERIENCE 13.01 The three lowest Bidders must submit the information required in SECTION 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 , , , ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, ,,,,,,,,,,,,,,,,,,,, ACDCDENCDVJM 2 Invitation to Bid and Instructions to Bidders ATTACHMENT 4 002113-6 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) SHEET 6 OF 10 Rev 01-13-2016 against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ARTICLE 15--AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 15.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 16--MINORITY/ MBE/ DBE PARTICIPATION POLICY 16.01 Selected Contractor is required to comply with the Owner's Minority/ MBE/ DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY/ MBE/ DBE PARTICIPATION POLICY. 16.02 Minority participation goal for this Project has been established to be 45%. 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. ARTICLE 17_BONDS AND INSURANCE 17.01 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS sets forth the Owner's requirements as to Bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence of insurance. 17.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 18—SIGNING OF AGREEMENT 18.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the required number of counterparts (1) of the Agreement and attached documents to the Owner within 14 days.The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However, Owner will not be liable for any delays prior to the award or execution of Contract. ,,,,, ,,,,,,,,,,,,,,,,,,,, ACDCDE:NCDU 2 Invitation to Bid and Instructions to Bidders ATTACHMENT 4 002113-7 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) SHEET 7 CSP 10 Rev 01-13-2016 ARTICLE 19—SALES AND USE TAXES 19.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 19.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 20—WAGE RATES 20.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 21—BIDDER'S CERTIFICATION OF NO LOBBYING 21.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees, consultants, or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process,the City may, in its discretion, reject the Bid. ARTICLE 22--CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CIQ and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 23—CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. ARTICLE 24-REJECTION OF BID 24.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security,with Power of Attorney, submitted as required by Article 8. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. ,,,,, ,,,,,,,,,,,,,,,,,,,, AI�CDIENCDUM 2 Invitation to Bid and Instructions to Bidders ATTACHMENT 4 002113-8 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) SHEET 8 CAH 10 Rev 01-13-2016 E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 24.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. Evidence of Bidder's recurring failure to complete an item of work within a timeframe acceptable to the City or in accordance with a City-accepted schedule is evidence of Bidder's failure to achieve reasonable progress under this subsection. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. F. Failure to acknowledge receipt of Addenda. G. Failure to submit post-Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity (i.e. U.S. Environmental Protection Agency,Texas Commission on Environmental Quality, etc.). J. Bidder's Safety Experience. K. Failure of Bidder to demonstrate,through submission of the Statement of Experience, the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources,workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price ,, , , ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, ,,,,,,,,,,,,,,,,,,,, ACDCDENCDU 2 Invitation to Bid and Instructions to Bidders ATTAOHMHNT 4 002113-9 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) SHEET 9 CSP 10 Rev 01-13-2016 Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. O. Evidence of Bidder's lack of capacity to perform the Work. Evidence of Bidder's lack of capacity. Evidence of capacity to perform the Work will include a factual review of(i) all remaining work or incomplete work items under any existing city or non-city contract; (ii) ability to perform the Work with remaining sufficient resources,workforce, equipment and supervision/supervisory staff; (iii) ability in the past to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items under any existing City-awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. END OF SECTION ,,,,, ,,,,,,,,,,,,,,,,,,,, ACDCDE:f�CDVJM 2 Invitation to Bid and Instructions to Bidders ATTACHMENT 4 002113- 10 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) SHEET 10 OF 10 Rev 01-13-2016 1 009101 ADDENDUM NUMBER 03 Project. Old Robstown Road from SH 44 to Leopard Project Number: Owner: City of Corpus Christi 13098 city Engineer: Jeff Edmonds, .� ,P.E. .. . w.. o, City of Corpus Christ,.. .._.. .,e.., E Designer Martin Timmerman,P CH2M Mill,Inc. Addendum S I peclflcation-.1-1-111 - ®e . m,m m _ a . .e No 03 Section 009101 Issue Date: May 18, 2017 Acknowledge receipt of this Addendum In the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. F „ Make the additions,modifications or deletions to the Contract Documents described in this 1 Addendum. b : Martin Timmerman, i y P.E. Orme '67 w of Ad ltemsWgg Article l–Bidding Requirements(Attachment Article l–Modification to the Specification or K. 1T\1.�1E10LVN � Technical Specifications Article 3–Modifications to Drawings Article 4–Clarifications gr� Igo AIL 4. J —/7 r r . �...�.... ,.. ,. ,.`Cff2M Hill,Inc. r TB"PE Firm No F 36,99 1 l r r �J Addendum No.03 009101-1 l 0141 Robstown Road from SH 44 to Leopard E13098 r REV 04«02-•2014 I ARTICLE 1—BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA � A. Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non- responsive and serve as the basis for rejecting the Bid. 1.02 MODIFICATIONS TOTHE BIDDING REQUIREMENTS A. SECTION OOO129MEASUREMENT AND BASIS FOR PAYMENT: DELETE: SECTION ODO129MEASUREMENT AND BASIS FOR PAYMENT inits entirety. ADD: SECTION 00 0129 MEASUREMENT AND BASIS FOR PAYMENT in its entirety (Attachment 1). ARTICLE 2—MODIFICATIONS TOTHE SPECIFICATIONS ORTECHNICAL SPECIFICATIONS. 2.01 None ARTICLE 3-MODIFICATIONS TO THE DRAWINGS 3.01 None. ARTICLE 4—CLARIFICATIONS 4.01 None. END OF ADDENDUM NO. 03 Addendum No.O3 009101-2 Old RobstoxwnRoad from SH44toLeopard E1]O9D REV 04-02-2014 012901 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS 0NLUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in SECTION 01 29OOAPPLICATION 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 O129OOAPPLICATION FOR PAYMENT PROCEDURES. Payment atFinal Completion will beequal tothe total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ONUNIT 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 asdescribed inSECTION 01 29ODAPPLICATION 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 inthe unit price. B. Measurement for payments will bemade 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 bemade for Work outside finished dimensions shown |nthe Contract Documents. Include cost for waste, overages, and tolerances inthe unit price for that line item. Measurement will beamindicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid [tem 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 t Mobilization may not exceed 5percent ufthe total Contract Price. KAeasurementand Basis for Payment 013901-1 E13O98:OLD RD8STQVVNRD.—6H44TQLEOPARD(BOND 2Ul4) SlFiEET 1 OF 5 Rev 01-13-2016 � | 2. Measuring for payment bonalump sum basis. Payment for mobilization will be based onthe earned value ofWork 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 bebased ondocumentation mfactual costs. C. Bid Item A,3—Ozone Advisory Day: 1. Include the following costs in this Bid Item: a. Equipment. 2. The basis ofmeasurement and payment for this Bid Item shall beasdescribed in specification sections and/or the bid Form. D. Bid Item A-4—Traffic Control Plan (TCP) Preparation: 1. Include the following costs inthis Bid Item: a. Labor for TCP preparation. b. Coordination with City ufCorpus Christi Traffic Engineering Department. I The basis ofmeasurement and payment for this Bid Item shall beamdescribed in specification sections and/or the bid Form. E. Bid Item A,5—TCP K8obi|iaation/Adustments: 1. Include the following costs in this Bid Item: a. Barricades, Delineators, Low Profile Concrete Barriers, all associated materials. b. Required F|aggers, Signs, and/or pilot trucks. 2. The basis of measurement and payment for this Bid Item shall be as described in specification sections and/or the bid Form. F. Bid Item A-G—TCP Items: 1. include the following costs in this Bid Item: a. Barrels,Cones,Signs, Delineators, and all associated materials. b. Required HagQeraand/or pilot trucks. 2. The basis of measurement and payment for this Bid Item shall be as described in specification sections and/or the bid Form. G. Bid Item A-7—Low Profile Concrete Barriers: 1. Include the following costs in this Bid Item: a. Low Profile Concrete Barriers and all associated materials. b. Labor for low profile concrete barrier installation. K4easurementandBasisforPayment 0I2901-2 E13O38:OLD ROBSTOVVNRD,—SH44TOLEOPARD(BOND ZO14) Rev 01-13-2016 Z The basis ufmeasurement and payment for this Bid Item shall beaedescribed in specification sections and/or the bid Form. H. Bid Item A-8—Electronic Message Board: 1. Include the following costs inthis Bid Item: a. Required Message Boards (materia|s). b. Labor for sign/message board installation. 2. The basis ofmeasurement and payment for this Bid Item shall beasdescribed in specification sections and/or the bid Form. |. Bid Item A-9—Storm Water Pollution Prevention Plan (SVVP3) During Construction: 1. Include the following costs in this Bid Item: a. Labor for SVVP3preparation. b. ND| 5ubmitta(. c Labor during construction for regular reviews of implemented SWP3 components and required documentation. Z. The basis of measurement and payment for this Bid Item shall be as described in specification sections and/or the bid Form. J. Bid Item A-IO— Blanket Sodding: 1. Include the following costs in this Bid Item: a. All related materials including but not limited toSod. 2. The basis ofmeasurement and payment for this Bid Item shall be as described in specification sections and/or the bid Form. K. Bid Item A-11—Seeding for Erosion Control: 1. Include the following costs in this Bid Item: a. All related materials including but not limited toSeeding. 2. The basis of measurement and payment for this Bid Item shall be as described in specification sections and/or the bid Form. L. Bid Item A'12—Curb Inlet Protection Install and Remove: 1. Include the following costs in this Bid Item: a. All related materials including but not limited tocurb inlet protection. 2. The basis of measurement and payment for this Bid Item shall be as described in specification sections and/or the bid Form. . M. ffid ItemmA-l5—Contractor 0dhtVCoordination 1. imcIudethe fohowviingcosts in this Bid |tern� a. VAhthiImthecomtrectphawsamdspecifimatiumstherearenwmoenmuoreqWrenmentsfor coordhnatio*wxkhowner, and mUities (dtV,AEP,Teieconn, etc.)� This pay\temis to pay the contractor for meeting all these requirements within the contract. The Measurement and Basis for Payment AT FACHMENT 1 012901-3 E13O98:OLD RO8STOVVNRD.—6H44TOLEOPARD(BOND 2O14) Si IIEET 3 OF 5 Rev 01-13-2016 b�ftng of this Item is acknow�edgement that the contractor understands and WHI provide ail coorftaOon of utHities, as necessary, to construct the project as shown, 'This inClUdes aH costs of rneefings, extra research, labor,eqUipment and subcontracts, AH firne constraints and delays as the result of udifty coordination and other associated costs r0ated to these requ�rernents, are included. 2� "rhe �basis of measuirerrient and payrnent for, th�s Bid Item shafll be as described 41 specificabon sections and/or the b�d Form, N� The basis of measurement and payment for other remaining Bid Items shall be as described in specification sections and/or the Bid Form. 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATES AND ALLOWANCES A. Bid Item J1—Allowance for Unanticipated Street Improvements 1� The Lump Sum Bid Items described as "Allowance for Unanticipated Street Improvements" has been set as noted and shall be included in the Total Base Bid for each bidder. This Allowance may be used at the Owner's discretion should an unanticipated adjustment of a utility, unknown structure, or similar situation warrant the use of the Allowance funds, Should the use of funds from the Allowance become necessary, the Owner will provide written authorization at a cost negotiated between the City and the Contractor. No work is to be performed under this Item without written authorization from the OAR. 2. There is no guarantee that any of these funds will need to be used throughout the course of the work. The Contractor shall insert the figure noted in the Base Bid in the Bid Form. This item shall be used for unforeseen circumstances. Payment shall be negotiated for each circumstance, using unit prices in the Bid Form when applicable. B. Bid Item J2—Allowance for Unanticipated Storm Water Improvements 1. The Lump Sum Bid Items described as "Allowance for Unanticipated Storm Water Improvements" has been set as noted and shall be included in the Total Base Bid for each bidder, This Allowance may be used at the Owner's discretion should an unanticipated adjustment of a utility, unknown structure, or similar situation warrant the use of the Allowance funds. Should the use of funds from the Allowance become necessary, the Owner will provide written authorization at a cost negotiated between the City and the Contractor. No work is to be performed under this Item without written authorization from the OAR. 2. There is no guarantee that any of these funds will need to be used throughout the course of the work. The Contractor shall insert the figure noted in the Base Bid in the Bid Form. This item shall be used for unforeseen circumstances. Payment shall be negotiated for each circumstance, using unit prices in the Bid Form when applicable. C. Bid Item J3—Allowance for Unanticipated Water Improvements 1. The Lump Sum Bid Items described as "Allowance for Unanticipated Water Improvements" has been set as noted and shall be included in the Total Base Bid for each bidder. This Allowance may be used at the Owner's discretion should an unanticipated adjustment of a utility, unknown structure, or similar situation warrant the use of the Allowance funds. Should the use of funds from the Allowance become ADDENDUM 3 Measurement and Basis for Payment ATTACHMENT 1 012901-4 E13098:OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) SHEET4 OF 5 Rev 01-13-2016 necessary, the Owner will provide written authorization at a cost negotiated between the City and the Contractor. Nowork istobeperformed under this Item without written authorization from the OAR. l There is no guarantee that any of these funds will need to be used throughout the course of the work. The Contractor shall insert the figure noted in the Base Bid in the Bid Form. This item shall beused for unforeseen circumstances. Payment shall be negotiated for each circumstance, using unit prices in the Bid Form when applicable. D. Bid Item J3—Allowance for Unanticipated Waste Water Improvements I IN 1. The Lump Sum Bid Items described as "Allowance for Unanticipated Waste Water Improvements" has been set as noted and shall be included inthe Total Base Bid for each bidder. This Allowance may be used at the Owner's discretion should an unanticipated adjustment ofa utility, unknown structure, Vrsimilar situation warrant the use of the Allowance funds. Should the use of funds from the Allowance become necessary, the Owner will provide written authorization at a cost negotiated between the City and the Contractor. Nowork istobeperformed under this Item without written authorization from the OAR. 2. There is no guarantee that any of these funds will need to be used throughout the course ofthe work. The Contractor shall insert the figure noted inthe Base Bid inthe Bid Form. This item shall be used for unforeseen circumstances. Payment shall be negotiated for each circumstance, using unit prices in the Bid Form when applicable. 2.00 PRODUCTS(NOT USED) 3'00 EXECUTION(NOT USED) END OFSECTION Measurement and Basis for Payment ATTACHMENT 1 012901-5 04 009101 ADDENDUM NUMBER Old Robstown Road from HWY 44 to Leopard Street(Bond Project Number: Project: 2014) E13098 Owner: City of Corpus Christi City Engineer: Jeff H. Edmonds, P.E. Designer. Martin Timmerman, P.E. Issue Addendum No. XOT' Specification Section: 009101 Date: May 19,2017 Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions,modifications or deletions to the Contract Documents described in this Addendum. Approve Ct o�L 5/19/2017 J ffc1monds, P.E. Addendum Items: New Bid Date: Friday,May 26.2017 at 10:30 a.m. Location remain unchanaed. Section 00 30 01 Bid Form Part A-General(per Section 0129 01 Measurement and Basis for Payment) STRIKE OUT AND DELETE LINE ITEM A15 ARTICLE 1—BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgment Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgment Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS B. SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS—Article 3;SECTION 00 30 00 BID ACKOWLEDGMENT FORM—Article 1: 1. The date for receipt of Bids has been changed to Friday. May 26,2017 at 10:30 a.m. The time and location for the receipt of Bids remains unchanged. END OF ADDENDUM NO. Q� 0� Addendum NoX 009101-1 (Old Robstown Road -HWY 44 to Leopard Street(Bond 2014) Rev 01-08-16 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1—BID RECIPIENT 1.01 In accordance with the Dra in ,Specifics ons,and�Contract Documents,this Bid Proposal is submitted by 5— Zr'5 oh C-4 UPJ LM, (type or print name of company)on: ekf- w3oAhl (print Bid Submittal Date& Time)for E13098:OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014). 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below)to the City's electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City of Corpus Christi,Texas City Secretary's Office 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid—Old Robstown Rd.—SH 44 to Leopard(Bond 2014),Project No. E13098 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 fallowing Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt Bid Acknowledgement Form 00 30 00-1 E13098:OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 ARTICLE 3—BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general,local, and Site conditions that may affect cost, progress,and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress,and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions,if any,at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site;and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information,observations,and documents on: A. The cost,progress,and performance of the Work; B. The means, methods,techniques,sequences,and procedures of construction to be employed by Bidder;and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations,investigations,explorations,tests,studies,or data are necessary for the performance of the Work at the Contract Price,within the Contract Times,and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder,information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents,and Bid Acknowledgement Form 003000-2 E13098:OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 all additional examinations, investigations, explorations,tests,studies,and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts,errors,ambiguities,or discrepancies that the Bidder has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4—BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed,and final payment for all Unit Price items will be based on actual quantities provided,measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5—EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid,the Bidder's responsibility,the Bidder's safety record,the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder.The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value,and whether the Bidder has met the minimum specific project experience requirements,and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids,to waive any and all irregularities in the Bids,or to reject non-conforming, non-responsive or conditional Bids. In addition,the Owner reserves the right to reject any Bid where circumstances and developments have,in the opinion of the Owner,changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally,the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements,including costs and attorney's fees for collecting such costs and damages. Bid Acknowledgement Form 003000-3 E13098:OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 ARTICLE 6—TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 365 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 395 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7—ATTACHMENTS TO THIS BID 7.01 In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS,the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. ARTICLE 8—DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9—VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County,Texas for any legal action. ARTICLE 10—SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name,state of residency,and federal tax identification number in the Bid Form. 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 Bid Acknowledgement Form 003000-4 E13098:OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s)authorized to execute documents on behalf of the Bidder. Bidders using an assumed name(an "alias")shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency,or as otherwise existing. ARTICLE 11—BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: q_S`k)er5an (typed or printed full legal name of Bidder) By: (individual's signature) Name: D V /I9S (typed or printed) Title: President. Fleas-Anderson Mansgement,t' --ee mraf-Pay �i (typed or printed) Attest: MIA) P, cile-1 (individual's signature) State of Residency: 1,4fqS Federal Tax Id. No. ',per 0J Address forgiving notices: A0. C7 019-1 r 11-1 i 1 Phone: �—� J�� J Email: t�J� 49, (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 003000-5 E13098:OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 01-13-2016 00 30.01 BID-FORM Project Name: Old Robstown Road-SH 44 to Leopard (Bond 2014) Project Number: E13098 Owner: City of Corpus Christi Bidder: Haas-Anderson Construction, Ltd. OAR: TBD Designer:1CH2M HILL Engineers, Inc. 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 $ X70,000ioU• $ 270,000.00 A2 BONDS&INSURANCE LS 1 $ 300,000.00 ;$ _300,000.00 A3 OZONE ADVISORY DAY EA 5 $ W 2,500.00 $ 12,500:00 A4 TRAFFIC CONTROL PLAN AND PREPARATION LS 1 $ 1,000:00 $. 1,000.00 A5 TRAFFIC CONTROL PLAN MOBILIZATION/ADJUSTMENTS LS 1 $ 50,000:00 A6 TRAFFIC CONTROL ITEMS(BARRICADES,SIGNS,&TRAFFIC $ 54,480.00 HANDLING)(PER MONTH) MO 12 $ 4,540.,Q0 A7 LOW PROFILE CONCRETE BARRIERS EA 50 -$ 1,60Ui00: $_ $.O,OQ0:00 A8 ELECTRONIC MESSAGE BOARD EA 3 $ _ 't1'5,901 $ 47,70.0.00- A9 STORMWATER POLLUTION PREVENTION LS 1 $ W: $: 38,900:00 A10 BLANKETSODDING(ST.AUGUSTINE,INCL 4"TOPSOIL) SY 3,041 $ 7:90 $ 2x4,023;30 All SEEDING FOR EROSION CONTROL SY 3,041 $ 'x.10 $ 3,345:10. Al2 CURB INLET PROTECTION EA 71 $ 00,11: $ 6,958.00 A13 DEMOLITION AND SITE PREPARATION AC 4 $_' _J%000.00• _$ 76,000.00 A14 PRE-CONSTRUCTION EXPLORATORY EXCAVATIONS LS 11 $ .50,Q00.00:'- $ 50,000:00. SUBTOTAL PART A-GENERAL(Items Al thru A14) $ 1,006,007.00 Part B-STREET IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 2"HMAC TYPE D SY 19,054 $ _: 9.40 $ 179,107.60 B2 4"HMAC TYPE B SY 19,054 $ 16.00'_ $• . 304,$64.00 B3 PAVEMENT REPAIR SY 84 $ 7 65.00. $ 5,460.00 B4 8"CRUSHED LIMESTONE BASE(TYPE A,GRADE 1-2) SY 22,139 $ 13.00 $ ;287,807.00_ B5 TENSAR TX5 GEOGRID OR EQUAL SY 22,139 $ 3.05, •$ 671523:95 B6 12"COMPACTED SUBGRADE SY 22,139 $`` 1.50; $. '33,2081,50',. B7 PRIME COAT MC-30 @ 0.20 GAL/SY GAL 3,811 $ 3.40 $ 12,957:40 B8 TACK COAT @ 0.05 GAL/SY GAL 953 $ 2,144.25 B9 SIGN AND POLE ASSEMBLY EA 62 $: 624:00=,' $ 38,6$8.00: B10 REFL PAV MRK TY I(Y)4"(SLD) LF 6,285 $ 0:48' :$ 2,514.00.. B11 REFL PAV MRK TY I(Y)4"(SLD)(DBL) LF 836 $ 0.80 $. 668$0 B12 IREFL PAV MRK TY I(Y)4"(BRK) LF 1,620 $ 8:40' $ B13 REFL PAV MRK TY I(Y)24"(SLD) LF 56 $ 3;60 $' ,201.60: B14 REFL PAV MRKR TY II-A-A I EA 2331'$ 4.35 Bid Form Page 1 of 5 E13098:OLD ROBSTOWN RD.-SH 44 TO LEOPARD(BOND 2014) RevOl-13-2016 00 30 01 BID^FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT B15 REFL PAV MRKR TY II-C-R EA 4 $ 4.35 $ 17.40 B16 REFL PAV MRKR TY I-C EA 10 $ 4.35 $ 43.50 B17 REFL PAV MRKR TY II-B-B EA 10 $ 4.35 $ 4150 B18 REFL PAV MRK TY I (W)4" (SLD) LF 104 $ 0.50 $ 52.00 B1.9 REFL PAV MRK TY I(W)4"(BRK) LF 40 $ 0.50 $ 20:00 B20 REFL PAV MRK TY I (W)8" (SLD) LF 290 $ 0.80 $ 232.00 B21 REFL PAV MRK TY I (W) 12" (SLD) LF 1,309 $ 2.45 $ 3,207,05 B22 REFL PAV MRK TY I (W) 24" (SLD) LF 1,079 $ 5.40, $ 5,826.60 B23 PREFAB PAV MRK TY C(W) (RR CROSSING)) EA 1 $ 570,00 $ 570.00 B24 PREFAB PAV MRK TY C(W) (ARROW) EA 4 $ 179.00 $ 716.00 B25 PREFAB PAV MRK TY C(W) (DOUBLE ARROW) EA 16 $ 212.00 $ 3,392,00 B26 PREFAB PAV MRK TY C(W) (BIKE SYMBOL)) EA 16 $ 184.00 '$ 2,944.00' B27 PREFAB PAV MRK TY C(W) (YIELD TRIANGLE) EA 25 $ 22;00 $ 550.00` B28 6"CONCRETE DRIVEWAY SF 18,322 $ 8.45 $ 154,820.90 B29 4"CONCRETE RIP RAP SF 5,624 $ 7.60 $ 42,742.40" B30 REMOVE AND RELOCATE CHAIN LINK FENCE LF 528 $ 34.00 $ 17,952.00 B31 REMOVE AND RELOCATE WOOD FENCE LF 56 $ 47;00 $ 2,632.00` B32 STREET EXCAVATION INCL.ASPHALT REMOVAL SY 23,935 $ 7.55 $' 180,709.25 B33 REPAIR CONCRETE MEDIAN ISLAND NOSE LS 1 $ 543.00 $ 543.00 B34 TREE REMOVAL EA 25 $ 271.00 $ 6,775.00' B35 ADJUST AT&T MANHOLE TO GRADE(LABOR ONLY) EA 3 $ 1,880.00 $ 5,640.00= B36 ONE COURSE SURFACE TREATMENT SY 19054 $ 2.10 $ 40,013.40 B37 ALLOWANCE FOR UNANTICIPATED STREET IMP LS 1 $ 30,000.00 $ 30,000.00'' SUBTOTAL PART B-STREET IMPROVEMENTS(Items B1 thru B37) $ 1,436,248.65 Part C-TRAFFIC SIGNAL IMPROVEMENTS(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Cl CONDT(PVC)(SCHD80)(1.51N) LF 340 $ 20.00 $ 6,800.00 C2 CONDT(PVC)(SCHD80)(41N) LF 247 $ 26.00 $ 6,422.00 C3 POWER CABLE(2-1 CONDR) (6AWG) LF 620 $ 2.15 $ 1,333.00; C4 POWER CABLE(1 CONDR)(6AWG) BARE LF 310 $ 2.15 $ 666.50 CS ELEC CONDUCTOR(NO 8) (INS)GROUND LF 272 $ 2.15 $ 584.80' C6 ELECT SERV-TY T(120/240 0000(SS) GS(N)OT(U) EA 1 $ 3,880.00 $ 3,880.00 C7 GROUND BOX(TY D)W/APRON EA 14 $ 1,060.00 $ 14,840.00 C8 FND FOR TRAF SIG TY 36B(36 IN DRIL SHFT(15.2 FT/EA) VF 61 $ 315.00 $' 19,215.00 C9 PED SIG SEC(16 IN) LED COUNT DOWN EA 8 $ 532.00 $ 4,256.00 C10 VEH SIG SEC(12 IN) LED EA 28 $ 239.00 $ 6,692.00 C11 BACK PLATE(3 SEC)(12 IN)VACCUM FORMED EA 6 $ 92.00 $ 552,00' C12 BACK PLATE(5 SEC)(12 IN)VACCUM FORMED EA 2 $ 103.00 $ 206.00 C13 TRAF SIG CABLE(TY A)(5 CONDR)(14 AWG) LF 766 $ 1.85 $ 1,417.10 C14 TRAF SIG CABLE(TY A) (2 CONDR)(14 AWG) LF 766 $ 1.95 $ 1,493.70 C15 TRAF SIG CABLE (TY A) (16 CONDR)(14 AWG) LF 956 $ 3.15 $ 3,011.40` C16 TRAF SIG POLE ASM (STL) 1 ARM (44 FT) EA 2 $ 10,300.00 $ 20,600.00 C17 TRAF SIG POLE ASM (STL) 1 ARM (36FT) EA 1 2 $ 8,790.00 1 $ 17,580.00 C18 PED PUSH BUTTON POST EA 4 $ 2,280.00 1 $ 9,120.00; C19 PED PUSH BUTTON EA $ $ 1,790.00 1 $ 14,320.00 Bid Form Page 2 of 5 E13098:OLD ROBSTOWN RD. -SH 44 TO LEOPARD(BOND 2014) Rev 01.13.2016 00 3001 BID-FORM ESTIMATED EXTENDED .' Iteiti DESCRIPTION UNIT UNIT PRICE :,AMOUNT _ C20 CONTROLLER&TS2 TYPE CABINET WJFOUNDATION EA 1 $ 3$,000.00 $ 38;000:00 C21 RADAR PRESENCE DETECTOR EA 4 $ 9,220:00 $ 36,880:00 C22 RADAR PRESENCE DETECTOR COMM CABLE LF 964 $ 4.35. $ 4,193:40 C23 CAMERA PTZ(COHU 3960 SERIES) EA 1 $ 9,220.00 $ _ : 9,220.00_ C24 ETHERNET SWITCH EA 1 $ 6,780.00 $ 6,780A0 C25 ETHERNET CABLE CAT 5 LF 46 $ 16.00 $ 736.00 C26 STANDARD ALLUMINUM OVERHEAD SIGN EA 4 $ 488.00. $- 1;952.00 C27 ISCHOOL ZONE FLASHER ASSEMBLY EA 1 2 $ 6,730.001 $ 13,460.00 SUBTOTAL PART C-RTA IMPROVEMENTS(Items Cl thru C27) $ 244,210.90 Part D-IT IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) D1 IGROUND BOX(24"06N18")(HANDHOLE) EA 71 2,330.00 .16;310.00 D2 2"PVC(SCH 80)ELECTRICAL CONDUIT I LF 1 4,452 $ '1140',- 8j 72.'00 SUBTOTAL PART D-IT IMPROVEMENTS(D1 THRU D2) $ 6.5,282;00 Part E-RTA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) E1 CONCRETE BUS PAD-60'X 12.S' SF 3,960 $ 17.06 $' 67,320.00.; E2 CONCRETE PEDESTRIAN SHELTER PAD SF 1,680 $ 11.00 $ 1$;480:00 E3 8"CRUSHED LIMESTONE BASE(TYPE A,GRADE 1-2) SY 440 $ 19,00: '$: 8,360:00 E4 TENSAR TXS GEOGRID OR EQUAL SY 440 $ 3:20 $ 1,408OQ•.. ES 12"COMPACTED SUBGRADE SY 440 $_ 1,38 00 SUBTOTAL PART E-RTA IMPROVEMENTS(El THRU ES) $ c96.%4 00` Part F-ADA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Fl ADA CURB RAMP SF 4,096 $' 2000 ;$: 81;920:00' F2 4"CONCRETE SIDEWALK SF 29,114 $ 7:65 '$ 222;722.10 F3 4"CONCRETE CYCLE TRACK SF 21,607 $ 6.80 $ 146,927.60% SUBTOTAL PART F-ADA IMPROVEMENTS(F1 THRU F3) $ 451,569:70 Part G-DRAINAGE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) G1 MANHOLE TYPE A(4'DIA) EA 4 $ 5,170.00, .$f 20;680:00; G2 MANHOLE TYPE A(5'DIA) EA 2 G3 MANHOLE TYPE D(4'DIA) EA 7 $ -4,270.00. -, 29';$90;00_ G4 ADJUST SW MANHOLE TO GRADE EA 6 $ 1,630.00• '$. 9,78.0,.00. G5 REPLACE STANDARD INLET GRATE AND ADJUST TO GRADE EA 1 $ 1,430.00 $ 1,43000 G6 18"RCP CULVERT(INCL EXCAV, BEDDING&BACKFILL) LF 383 $ 187..60,: $ 71,621:00` G7 24"RCP CULVERT(INCL EXCAV, BEDDING&BACKFILL) LF 297 .$ 252:00. '$ 74,$44;00 G8 30"RCP CULVERT(INCL EXCAV, BEDDING&BACKFILL) LF 8 $ 449.00 G9 42"RCP CULVERT(INCL EXCAV,BEDDING&BACKFILL) LF $3 Z5,896OQ` G10 6'x2'RCB CULVERT(INCL EXCAV, BEDDING&BACKFILL) LF 15 $ 534.06'' $ 8,010:00 Gll 8'x5'RCB CULVERT(INCL EXCAV, BEDDING&BACKFILL) LF 421 $ 580.00 ;$ 244;180:00: G12 5'x5'RCB CULVERT(INCL EXCAV, BEDDING&BACKFILL) LF 1008 $ 394.00 }$, 39,7,152:00;; G13 5'x4'RCB CULVERT(INCL EXCAV, BEDDING&BACKFILL) LF 294 $ 389.00 . $. 114,366;00 G14 IJUNCTION BOX 1 WJMANHOLE EA 1 $ 44;900;00 ;$ 14,900.OQ' Bid Form Page 3 of 5 E13098:OLD ROBSTOWN RD.-SH 44 TO LEOPARD(BOND 2014) ReV01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT G1S JUNCTION BOX 2 W/MANHOLE EA 1 $ 39,200,00 $ 39,200.00` G16 JUNCTION BOX 3 W/MANHOLE EA 1 $ 37,300.00 $ 37,300.00' G17 JUNCTION BOX 4 W/MANHOLE EA 1 $ 42,200.00 '$ 42,200.00 G18 JUNCTION BOX 5 W/MANHOLE EA 1 $ 79,000.00 $ 79,000.00. G19 5"CURB INLET EA 27 $ 4,140.00 $ 111,780.00 G20 5' INLET EXTENSION EA 6 $ 1,030.00 $ 6,1.80.00 G21 SPECIAL CURB INLET(TYPE 1) EA 5 $ 10,100.00 $ 50,500.00 G22 SPECIAL CURB INLET(TYPE 2) EA 2 $ 19,400.00 $ 38,800.00 G23 CONCRETE CURB&GUTTER LF 9,606 $ 18.00 $ 172,908.00 G24 REMOVE EXISTING 18" RCP CULVERT AND BACKFILL WITH CEMENT STABILIZED SAND LF 551 $ 39.00 21,489.00 G25 REMOVE EXISTING 36" RCP CULVERT AND BACKFILL WITH CEMENT STABILIZED SAND LF 69 $ 20.00 $ 1,380.00 G26 REMOVE EXISTING 42" RCP CULVERT AND BACKFILL WITH CEMENT STABILIZED SAND LF 11 $ 26.00 286.00 G27 GROUT FILL&ABANDON 15" RCP CULVERT LF 30 $ 107.00 $ 3,210.00 G28 GROUT FILL&ABANDON 48" RCP CULVERT LF 582 $ 115.00 $ 66,930.00 G29 GROUT FILL&ABANDON S4" RCP CULVERT LF 519 $ 139.00 ,$ 72,141.00' G30 REMOVE STORM MANHOLE AND BACKFILL WITH CEMENT STABILIZED SAND EA 1 $ 1,460.00 $ 1;460.00 G31 REMOVE STORM INLET AND BACKFILL WITH CEMENT STABILIZED SAND EA 29 $ 639;00 18,531.00' G32 TRENCH SAFETY PLAN FOR STORM LINES LF 1,858 $ 12.00 $; 22;296.00 G33 TRENCH SAFETY PLAN FOR MANHOLES,JUNCTION BOXES& INLETS EA 52 $ 209.00 $ 10,868.00 G34 JALLOWANCE FOR UNANTICIPATED STORM WATER IMPT LS 1 $ 20,000`.00 $ 20,000.001 SUBTOTAL PART G-DRAINAGE IMPROVEMENTS(G1 THRU G34) $ 1,876,620.00 Part H-WATER IMROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) H1 FIRE HYDRANT ASSEMBLY(TYPE 1) EA 2 $ 9,550.00 $ 19,100.00 H2 FIRE HYDRANT ASSEMBLY(TYPE 2) EA 8 $ 10,200.00 $' 81,600.00 H3 ADJUST EXISTING WATER VALVE BOX EA 24 $ 1,040.00 $' 24;960.00' H4 ADJUST EXISTING WATER METER BOX EA 1 $ 1,420;00 $' 1,420.00 H5 8" MJ 45 DEG BEND EA 40 $ 1,250,00 $' 50,000.00' H6 8" DIP WATERLINE LF 236 $ 207`.00 $ 48,852.00' H7 2"GATE VALVE WITH BOX AND COVER EA 1 $ 1,030.00 $ 1,030.00` H8 TRENCH SAFETY WATER LINE LF 236 $ 11.00 $' 2,596.00' H9 JAILLOWANCE FOR UNANTICIPATED WATER IMP LS 1 $ 6,000.00 $ 5,000.00` SUBTOTAL PART H-WATER IMPROVEMENTS (H1 THRU H9) $ 235,558.00 Part I-WASTEWATER IMROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 11 ADJUST WASTEWATER MANHOLE RIM TO GRADE EA 16 $ 2,930.00 $ 46,11 880.00'' 12 JALLOWANCE FOR UNANTICIPATED WASTEWATER IMP LS 1 $ 2,000;00 $' 2,000.00:, SUBTOTAL PART I-WASTEWATER IMPROVEMENTS(11 THRU 12) $ 48,880.00 Bid Form Page 4 of 5 E13098:OLD ROBSTOWN RD. -SH 44 TO LEOPARD(BOND 2014) Revel-13.2016 00 30 01 BID-FORM I i ESTIMATED.. _ EXTENDED ,[tem 5 ,DESCRIPTION UNIT u[NIT PRl_CE QUAIIITIEY' ANJOUI� Part J-GAS IMROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 11 ADJUST EXISTING GAS VALVE AND RISER TO GRADE EA SUBTOTAL PART J-GAS IMPROVEMENTS(J1 THRU J1) $ SQ0;00)`, BID SUMMARY SUBTOTAL PART A-GENERAL(Items Al thru A14) 7.-U0 SUBTOTAL PART B-STREET IMPROVEMENTS (Items B1 thru B37) $.;: : 1, 6;248a6S=? SUBTOTAL PART C-TRAFFIC SIGNAL IMPROVEMENTS (Items C1 thru C27) $, 244;210890 SUBTOTAL PART D-IT IMPROVEMENTS (Items D1 thru D2) $ 65 28200;; SUBTOTAL PART E-RTA IMPROVEMENTS(Items E1 thru E5) _ 96J95R00,; SUBTOTAL PART F-ADA IMPROVEMENTS (Items F1 thru F3) $ >: 45lo-69170 j SUBTOTAL PART G-DRAINAGE IMPROVEMENTS(Items G1 thru G34) ~ SUBTOTAL PART H-WATER IMPROVEMENTS(Items H1 thru 1-19) SUBTOTAL PART I-WASTEWATER IMPROVEMENTS(Items 11 thru 12) SUBTOTAL PART J-GAS IMPROVEMENTS(Items J1 thru J1) $` 1 5 TOTAL PROJECT BASE BID(PARTS A THRU I) Contract Times Bidder agrees to reach Substantial Completion in 365 days Bidder agrees to reach Final Completion in 395 days Bid Form Page 5 of 5 E13098:OLD ROBSTOWN RD.-SH 44 TO LEOPARD(BOND 2014) Rev01-13-2016 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state,including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. ❑ Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of C/Bidder(includes parent company or majority owner)qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states'laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: 63ss pu ,a y� L4 (typed or printed) By: (signature--attach evidence of authority to sign) Name: ASS (typed or printed) Title: PrEsident, Haas-Anderson ManagemsK LCIL Business address: 1=02 ly ri$f`% Phone: � t— 3 Email: END OF SECTION Compliance to State Law on Nonresident Bidders 00 30 02-1 E13098:OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 11-25-2013 00 30 05 City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER TO BE ASSIGNED BY TrT — PURCHASING DIVISION CITY OF CORPUS CHRISTI C us DISCLOSURE OF INTEREST �ti 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: 9.5" �C"Sa� c�z�rlS J Tuc�ri ah �L P.O.BOX: STREET ADDRESS: ' jpZ �� , CITY: rj ZEP: Wi-1 -7 FIRM IS: 1. Corporation 2. Partnership �3. Sole Owner ❑ 4. Association 8 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 A 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 8A 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 1 I 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 )1 Consultant Qty of Corpus Christi 00 30 05-1 Disclosure of Interest Revoi-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 publicin 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)J 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: 19"b, Title: PrE-3idERt, Haas-Anderson PAanagement..LC_ cryao"Nnt) cluile.al Partner 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: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) E13098 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. /� C-4AIt-41tDA Company Name: H"s —AL( eY�S� t//--�,(, J � (typed or printed) By: (signature--attach evidence of authority to sign) Name: 19 (typed or printed) Title: 1r_f Business address: ( p� M1- Phone: Rj I Email: END OF SECTION Non-Collusion Certification 00 30 06-1 E13098:OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) 11-25-2013 FILED In the Office of the Secretary of State of Texas CERTIFICATE OF-4 YIENDMENT DEC 10 2001 TO THE Corporations Section CERTWICATE OF LIVi UTED PARTNERSHIP OF HAAS.kNDERSON CONSTRUCTION II,LTD. Pursuant to the provisions of Section 2.02 of the Texas Revised Limited Partnership Act, the undersigned limited partnership desires to amend its ccrtif catc of limited partnership and for that pun�ose submits the following certificate of amendment. 1. The natno of the limited partnership is HAAS-ANAERSON CONSTRUCTION IT,LTD. 21 The certificate of limited partnership is amended as follows: The new name of the Iimited partnership is HAAS-ANDERSON CONSTRUCTION,LTD. 3. This amendment to the certificate of limited partnership shall be effective on Janua'y I, 2002. Signed this /7�—day of 2001- HAAS-ANDERSON MANAGEMENT)L.G., General Partner By: DARR t ,HAAS,President . .... ....._..--- in the Office Secof the retary of State of Teras CERTIVXCATE OP'LLV11TZD PAftTNERSIM OF DEC. 06 200 1MAS•ANDERSON CONSTRUCTION H,LTD. Corporations See ion The undersigned, desiring to roan.a Limited Par mership pursnant to the TO=RevismI Limifcd Partnership Act :►s set forth in Article 6132a-1 of the Texas Revised Civil Sfatmtei ("Act"), does hereby certify: 1. Tim name of time firijL ander which said Iimitcd partnership is to be conduetsd it HAAS ANDERSON CONSTRUCTION ff,LTD, 2. The addross of the registered office and the name and additsa of the regls�cwl went for service of process is., Registered Arrant Retzistemd Off tca DARRYL A.H.W 1401 HOLLY ROAD CO"U5 CHZSTY,TMEAS 73415 3. The address of the principal office In the United Stages where Parmt'mt rship recardi are to ba kept is 1401 HOLLY ROAD, CORPUS CHRISTI,T=AS 79415, d. The name, mailing address, arcs street address of the business of each gosewl partner is: Name AtidreSs HAAS-AI4DERS0N`MI ANAGEMi ENT,L.C. 14017dOLLY ROAD CORPUS CEMST4 TMS 73415 IN WITNESS WHEREOF, the updcrsigmmed bas executed this Certificate of Limnited Parmershlp to be effective as orf tame tA day of GENERAL PARTM: XAAS-A MEPSON�I 11ijjkNAGjMNT,L.-C, �a 11A3 .if AAS.President . t GAPATMMFtlttyyt Atlt MmAITAC Ltd CerLWO BID BOND TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Hartford, Connecticut 06183 KNOWN ALL BY THESE PRESENTS, That we, Haas-Anderson Construction, Ltd. , as Principal, and Travelers Casualty and Surety Company of America, as Surety, are held and firmly bound unto City of Corpus Christi, as Obligee, in the sum of Five Percent (5%) of Amount Bid by Principal Dollars ($Five Percent (5%) of Amount Bid by Principal) for the payment of which we bind ourselves, and our successors and assigns, jointly and severally, as provided herein. WHEREAS, Principal has submitted or is about to submit a bid to the Obligee on a contract for Project No. E13098 Old Robstown Road - State Highway 44 to Leopard Street- (Bond 2014) ("Project"). NOW, THEREFORE, the condition of this bond is that if Obligee accepts Principal's bid, and Principal enters into a contract with Obligee in conformance with the terms of the bid and provides such bond or bonds as may be specified in the bidding or contract documents, then this obligation shall be void; otherwise Principal and Surety will pay to Obligee the difference between the amount of Principal's bid and the amount for which Obligee shall in good faith contract with another person or entity to perform the work covered by Principal's bid, but in no event shall Surety's and Principal's liability exceed the penal sum of this bond. Signed this 17 day of May, 2017. Haas-Anderson Construction, Ltd. (Principal) By: Ears j&pt, %aas.Anderscn ;Management,LC- Travelers Casualty and Surety Company of America By: r Annie Foley, Attorney-in act EMRINING:THM POWER OF AIFTORNEY IS INVALID WITHOUTTHE RED BORDER PONVER OFATrORNEY TRAVELERSJ F'arnfln� ,ton Casualty Company St.PaulMercincy Insurance Contpan� FWeHq mW Gmmunj Nsawtunce Cmipany Tcavelvi-s Casualtyand Surety Company Fidelity in(]Guai-ainy Insucance Underwriters,hon TiyveM-s Casualty an(]Sui-ety Company ofAinecica St.Paul Fh-e and 111arine Insurance Company United Sfatc�Fidelity and Guaranty Company St.Paul Guardian Insucance Company AtIorney-In Fact No. 230850 Certificate NosO 0 7 0 0 6 8 6 8 KNONV ALL NIEN IIY TIJI,,'SE PRESENTS: That Farillin'tOoll CasilaRy Colnpali�, St� Paid Fire and Marine Insutanco Colnpan�,- S�� Ilmd Guardian fiburmice Cornpatl�.St, Paul Merculy Insuranee conipan�,'rraveiers casnaa� and I", %"M�lovelers Casnahy and Smetv Compan� of Aincrica, and United Sues Fidelity and Guarmity Compiny are corporations difly oTan&M unda Ow Lms 4 Ow Sue of Comeownt, "a Ifichty nd G=wqqi>wm" CmTny k a (Orpormion duly orgmazed mder TA"y ofAw Sue d hmx mid Ow IA&H* and(barwy Insumme I ndmumam hic,0 a corpoldiim�duly,organczed under the I�m s of tile State of WiNconsin(herein collectiN ely called the and Bal the Companies do helch� Inak'C' onsfitute and appohlI Beny k Baxter Knin G Keetch. Innna Poknuu.Annic Why.and Vickic Rhula of d�e City of—Cs,),qmf,� .................... State their nuc and 1�m fid Anorney(s�-in Fa�l, ........................... each in their separate capacity it'more Olan title is nanied ahove,n)sign�execute,seal mid acKnowled,,p2 an) and alf lmmd"recogni"nces.n"KKAW umWakings nd oflicr writing's obfi�aaor�, in Be nawm Tema on HUK 4 Be 0"punics 4 their buskio"of ptamweing Be fille1hy A Woonk gnianweing da: NAmmmeof Conlracts and executing or Nm&mid ndmA&p w"Ad or pet-nihied fit any actions or proceedhq�s n1lo\kc.d by �aw, IN'WITNESS NVIIEREOF,the Companies I=embed Ohs hinnummH tv 1w sQwd wd 10 w"man scals to he heam affixed.Oil,, day ot" Octoher Farmington Casually Company St.Patil Mercury Instil-ance Company FMAq mW Gmmmq kimmmm UmWany Trin clers Casnalty and Sin-03 C'onipany FWeHq md GuamMy himumnive LhWerwrhers,him howlets CawayAund Sumq(Impmy of Amolca SL PaW Fice a"Al"Me Imumiace Compmy I nited States Fidelity and Guaranty Conipan� SL Path Guml-dian hmumirice(5ounfimy C i MEAL State of Connecticut ..... .......... 0i;of 1504d ss. pob,�11 Rmcn.S,�ninl i, (�)jj�fii,the 61h day of' 1,C foTe nw po rs�nai I I ap[lc�)i ed R(4,c i� I I��11 IC),W1 10�W i�I In WI ed I i I l ISC I fl 0 he the Sellior Vice Ilesident of,Farmington Casualty Company, Fidelity and Guaranty Insurance Cmqmn FWAy mid Guwq Immut"UndermANW,A PW Fue andlMarine Insurance C01111)au�%St.Paul GILMI'dian Insurance Company,St.I'mil Merllry Insurance Company"Travelcrs Casualty and Sumt� Conipally.,mewis CmWq wW Surcq Coinpal*Ail Ame&a.mid UnAd Raw!!May md Ginumity 0mipany.miel Bat K as suck heing smiNwived ho tvi do.exemiled Be Ameldng, instimnein Q the puqwws Htemin contained hy syning on hekkol 14 o"mw"s h"wH w a GQ"u;NQmd(Tker. In%AIness%Uiueo[I hemumo set nj hand and oRkial wN. SAMOA ............. My 0"misAn mom Ow 10 day of1m,12 1. i"A 0 Moms M"y AMC ftj�j 58440-5-16 Printed in U.S.A. -1 HOU V 111E RED 80RDER POWER OF ATTORNEY IS INVALID W1 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St. Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President. any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this ( -� day of ' `��" 20 Kevin E.Hughes,Assistant Sec tary GA6U,�� yTl}f6 T�M.�KS YtN34 {,TY 4% �6�Y ? r J 4 p,:^"•49 3P,........pq RST a ��A• 4Y'" '� 1'982 0 1977bF ti`i� �l z: �. r wwrroeo. nwrtaaa <� • ! 1g .r 7 ai o CORN.ry• �N °�+c�NCT� °its'.aNya °,tg^.......F�,O +•`1 '��� Alit To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.trivelersbond.com.Please refer to the Attomey-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER o STPAUL TRAVELERS IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267)675-3057 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. 00 52 23 AGREEMENT This Agreement, for the Project awarded on Tuesday,July 18, 2017, is between the City of Corpus Christi (Owner) and Haas-Anderson Construction Ltd. (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) E13098 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: CH2M HILL Engineers, Inc. 555 N.Carancahua,Suite 320 Corpus Christi,TX 78401 2.02 The Owner's Authorized Representative (OAR)for this Project is: Ernesto De La Garza, P.E.—Construction Management Engineer City of Corpus Christi—Engineering Services 4917 Holly Rd.,#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 365 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 395 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 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 Agreement 005223- 1 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 06-22-2016 Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner$1,000.00 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 $ 5,461,830.25 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. Agreement 005223-2 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 06-22-2016 B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; Agreement 005223-3 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 06-22-2016 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods,techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations,tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. Agreement 005223-4 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 06-22-2016 ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR—Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 005223-5 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 06-22-2016 ATTEST CITY OF CORPUS CHRISTI Digitally signed by Rebecca Huerta Digitally sgned by Jeff Edmonds DN:on Rebecca Huerta o cu DN—Jeff Edmonds 0,0-Engineering, '�,C" ' 17�� t ema 1=rebeccah@cctexas oom o=U6 ema tyeffreye@cctexas nom c-US Date:2017.08.07 16:38:08-05'00' Date:2017.08.04 16:21:46-05'00' Rebecca Huerta J.H. Edmonds, P.E. City Secretary Director of Engineering Services M2017-098 AUTHORIZED APPROVED AS TO LEGAL FORM: 7/18/17 BY COUNCIL ' 2017.08.Aimee I04r152 0:20-05'00'eed RH/M L Date:201Digitally 7.08.0ned�7y09 35:02-05'00' Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR Haas-Anderson Construction, Ltd. Digitally sned by Darryl 0.Haas (Seal Below) By: Darryl O. Haas Date:2017.07261749:533-05'00' Note: Attach copy of authorization to sign if Title: President, Haas-Anderson Mgmt., L.C. Gen. Partner person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief P.O. Box 7692 Financial Officer Address Corpus Christi, Texas 78467 City State Zip 361/853-2535 Phone Fax dcullen@haas-anderson.com EMail END OF SECTION Agreement 005223-6 E13098: OLD ROBSTOWN RD.—SH 44 TO LEOPARD(BOND 2014) Rev 06-22-2016 The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PERSTATUTE OTH-ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe underDESCRIPTION OF OPERATIONS below (Mandatory in NH)OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNEDAUTOSAUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS:E-MAIL FAX(A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 7/27/2017 Higginbotham Insurance Agency, Inc.dba Swantner & Gordon Insurance Agency, LLCP O Box 870Corpus Christi TX 78403-0870 Haas-Anderson Construction LtdP. O. Box 7692Corpus Christi TX 78467-7692 The Charter Oak Fire Insurance Co Travelers Property Casualty Co of A The Travelers Indemnity Co of CT The Phoenix Insurance Company Great American Insurance Co Crum & Forster Specialty Ins. Co 25615 25674 25682 25623 16691 44520 Diann Eisenhauer 361-561-4276 361-844-0101 deisenhauer@higginbotham.net HAASA 331513856 A CO4D398656 9/1/2016 9/1/2017 1,000,000 300,000 5,000 1,000,000 2,000,000 2,000,000 X X X B X X MCS-90 BA3D892937 9/1/2016 9/1/2017 1,000,000 C X X X 10,000 CUP3E987368 9/1/2016 9/1/2017 1,000,000 1,000,000 D N UB4D402822 9/1/2016 9/1/2017 X 1,000,000 1,000,000 1,000,000 EF Excess UmbrellaContractors Pollution TUE139924100PKC104345 9/1/20169/1/2016 9/1/20179/1/2017 Each OccurrenceEach Pollution Cond.$19,000,000$5,000,000 See Attached... City of Corpus ChristiEngineering ServicesAttn: Sylvia Arriaga-Construction Contract Mgr.P. O. Box 9277Corpus Christi TX 78469-9277 ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:FORM TITLE: ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE Page of AGENCY CUSTOMER ID: LOC #: AGENCY CARRIER NAIC CODE POLICY NUMBER NAMED INSURED EFFECTIVE DATE: Commercial General Liability Policy includes a blanket automatic additional insured endorsement that provides additional insured status onlywhen there is a written contract requiring such status. Form CG D6 04 08 13 - Blanket Additional Insured (Contractors) / Form CG D3 16 1111 - Contractors Xtend Endorsement (Blanket Additional Insured - Owners, Managers or Lessors of Premises; Blanket Additional Insured -Lessors of Lease Equipment; Blanket Additional Insured - State or Political Subdivisions - Permits) General Liability policy includes a primary and non-contributory provision only when there is a written contract that requires it. Form CG D6 0408 13 - Blanket Additional Insured-Automatic Status if Required by Written Contract (Contractors) Commercial General Liability Policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only whenthere is a written contract that requires it. Form CG D3 16 11 11 - Contractors Xtend Endorsement Commercial General Liability Policy includes an endorsement providing 30 days' notice of cancellation will be furnished to the certificateholder except 10 day notice of nonpayment of premium. Form IL T4 05 - Blanket Notice of Cancellation (30 Days) Commercial General Liability policy includes Form CG D3 16 11 11 - Contractors Xtend Endorsement. Contractual Liability - With respect tooperations performed within 50 feet of railroad property, the definition of insured contract in Section V Definitions 9."Insured Contract" Item c.is amended to read "Any easement of license agreement" and Item f.(1) is removed. Business Auto Policy includes a blanket automatic additional insured endorsement that provides additional insured status when there is awritten contract that requires such status. Form CA T3 53 02 15 - Business Auto Extension Endorsement Business Auto Policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a writtencontract that requires it. Form CA T3 53 02 15 - Business Auto Extension Endorsement Business Auto Policy includes an endorsement providing 30 days' notice of cancellation will be furnished to the certificate holder except 10day notice of nonpayment of premium where required by written contract. Form IL T4 05 – Blanket Notice of Cancellation (30 Days) Business Auto Policy includes Endorsement for Motor Carrier Policies of Insurance for Public Liability Under Sections 29 & 30 of the MotorCarrier Act of 1980 - MCS-90 (Rev.4-00) (Rev. 09-08) Business Auto policy includes Endorsement CA 20 70 10 13 - Coverage for Certain Operations in Connection with Railroads where requiredby written contract Workers Compensation Policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there isa written contract that requires it. Form WC 42 03 04 (B) - Texas Waiver of Our Right to Recover from Others Endorsement Workers Compensation Policy includes an endorsement providing 30 days' notice of cancellation will be furnished to the certificate holderexcept 10 day notice of nonpayment of premium where require by written contract. WC 42 06 01 (00) - Texas Notice of Material ChangeEndorsement-Blanket Notice of Cancellation (30 Days) Workers Compensation Policy includes Longshore and Harbor Workers' Compensation Act Coverage Endorsement Form WC 00 01 06 A Contractors Pollution includes Additional Insured-Owners, Lessees or Contractors - EN0111-0211 - Where Required by Written Contract;Primary and Non-Contributory Additional Insured with Waiver of Subrogation - EN0118-0211 - Where Required by Written Contract Umbrella Liability:Form UM 00 01 11 03 Except for the terms, definitions, conditions and exclusions of the Policy, the coverage provided by this Policy shallfollow the terms, definitions, conditions and exclusions of the applicable underlying insurance.Waiver of Transfer of Rights or Recovery - Form UM 04 88 07/0830 Day Notice of Cancellation - Form IL T4 05 – Blanket Notice of Cancellation (30 Days) Project: E13098 Old Robstown Road - Highway 44 to Leopard Street (Bond 2014) 11 Haas-Anderson Construction LtdP. O. Box 7692Corpus Christi TX 78467-7692 HAASA Higginbotham Insurance Agency, Inc. 25 CERTIFICATE OF LIABILITY INSURANCE Haas -Anderson Construction, Ltd. The Charter Oak Fire Insurance Co Policy #C04D398656 09/01/2016-09/01/2017 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY BLANKET ADDITIONAL INSURED - AUTOMATIC STATUS IF REQUIRED BY WRITTEN CONTRACT (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART . The following is added to SECTION II — WHO IS AN INSURED: Any person or organization that: a. You agree in a "written contract requiring in- surance" to include as an additional insured on this Coverage Part; and b. Has not been added as an additional insured for the same project by attachment of an en- dorsement under this Coverage Part which includes such person or organization in the endorsement's schedule; is an insured, but: a. Only with respect to liability for "bodily injury", "property damage" or "personal injury"; and b. Only as described in Paragraph (1), (2) or (3) below, whichever applies: (1) If the "written contract requiring insur- ance" specifically requires you to provide additional insured coverage to that per- son or organization by the use of: (a) The Additional Insured — Owners, Lessees or Contractors — (Form B) endorsement CG 20 10 11 85; or (b) Either or both of the following: the Additional Insured — Owners, Les- sees or Contractors — Scheduled Person Or Organization endorsement CG 20 10 10 01, or the Additional In- sured — Owners, Lessees or Contrac- tors — Completed Operations en- dorsement CG 20 37 10 01; the person or organization is an additional insured only if the injury or damage arises out of "your work" to which the "written contract requiring insurance" applies; (2) If the "written contract requiring insur- ance" specifically requires you to provide additional insured coverage to that per- son or organization by the use of: CG D6 04 08 13 (3) (a) The Additional Insured — Owners, Lessees or Contractors — Scheduled Person or Organization endorsement CG 20 10 07 04 or CG 20 10 04 13, the Additional Insured — Owners, Lessees or Contractors — Completed Operations endorsement CG 20 37 0704 or CG 20 37 04 13, or both of such endorsements with either of those edition dates; or (b) Either or both of the following: the Additional Insured — Owners, Les- sees or Contractors — Scheduled Person Or Organization endorsement CG 20 10, or the Additional Insured — Owners, Lessees or Contractors — Completed Operations endorsement CG 20 37, without an edition date of such endorsement specified; the person or organization is an additional insured only if the injury or damage is caused, in whole or in part, by acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies; or If neither Paragraph (1) nor (2) above ap- plies: (a) The person or organization is an ad- ditional insured only if, and to the ex- tent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the perform- ance of "your work" to which the "writ- ten contract requiring insurance" ap- plies; and (b) The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organi- zation. © 2013 The Travelers Indemnity Company. All rights reserved. Page 1 of 3 COMMERCIAL GENERAL LIABILITY 2. The insurance provided to the additional insured by this endorsement is limited as follows: a. If the Limits of Insurance of this Coverage Part shown in the Declarations exceed the minimum limits of liability required by the "written contract requiring insurance", the in- surance provided to the additional insured will be limited to such minimum required limits of liability. For the purposes of determining whether this limitation applies, the minimum limits of liability required by the "written con- tract requiring insurance" will be considered to include the minimum limits of liability of any Umbrella or Excess liability coverage required for the additional insured by that "written con- tract requiring insurance". This endorsement will not increase the limits of insurance de- scribed in Section III — Limits Of Insurance. b. The insurance provided to the additional in- sured does not apply to "bodily injury", "prop- erty damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or sur- veying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities. c. The insurance provided to the additional in- sured does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products -completed opera- tions hazard" unless the "written contract re- quiring insurance" specifically requires you to provide such coverage for that additional in- sured during the policy period. 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible other insurance, whether primary, ex- cess, contingent or on any other basis, that is available to the additional insured. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis, this insurance is primary to other insurance available to the additional insured under which that person or organization qualifies as a named insured, and we will not share with that other insurance. But the insurance provided to the additional insured by this endorsement still is excess over any valid Page 2 of 3 and collectible other insurance, whether primary, excess, contingent or on any other basis, that is available to the additional insured when that per- son or organization is an additional insured, or is any other insured that does not qualify as a named insured, under such other insurance. 4. As a condition of coverage provided to the addi- tional insured by this endorsement: a. The additional insured must give us written notice as soon as practicable of an "occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. b. If a claim is made or "suit" is brought against the additional insured, the additional insured must: (1) Immediately record the specifics of the claim or "suit" and the date received; and (2) Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. c. The additional insured must immediately send us copies of all legal papers received in con- nection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and oth- erwise comply with all policy conditions. d. The additional insured must tender the de- fense and indemnity of any claim or "suit" to any provider of other insurance which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement is primary to other insurance available to the additional insured which cov- ers that person or organization as a named insured as described in Paragraph 3. above. 5. The following is added to the DEFINITIONS Sec- tion: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or or- © 2013 The Travelers Indemnity Company. All rights reserved. CG D6 04 08 13 ganization as an additional insured on this Cover- age Part, provided that the "bodily injury" and "property damage" occurs, and the "personal in- jury" is caused by an offense committed, during the policy period and: CG D6 04 08 13 COMMERCIAL GENERAL LIABILITY a. After the signing and execution of the contract or agreement by you; and b. While that part of the contract or agreement is in effect. © 2013 The Travelers Indemnity Company. All rights reserved. Page 3 of 3 Haas -Anderson Construction, Ltd. The Charter Oak Fire Insurance Co Policy #C04D398656 09/01/2016-09/01/2017 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY CONTRACTORS XTEND ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. Aircraft Chartered With Pilot B. Damage To Premises Rented To You C. Increased Supplementary Payments D. Incidental Medical Malpractice E. Who Is An Insured — Newly Acquired Or Formed Organizations F. Who Is An Insured — Broadened Named Insured — Unnamed Subsidiaries G. Blanket Additional Insured — Owners, Managers Or Lessors Of Premises PROVISIONS A. AIRCRAFT CHARTERED WITH PILOT The following is added to Exclusion g., Aircraft, Auto Or Watercraft, in Paragraph 2. of SECTION I — COVERAGES — COVERAGE A BODILY IN- JURY AND PROPERTY DAMAGE LIABILITY: This exclusion does not apply to an aircraft that is: (a) Chartered with a pilot to any insured; (b) Not owned by any insured; and (c) Not being used to carry any person or prop- erty for a charge. B. DAMAGE TO PREMISES RENTED TO YOU 1. The first paragraph of the exceptions in Ex- clusion j., Damage To Property, in Para- graph 2. of SECTION I — COVERAGES — COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY is deleted. 2. The following replaces the last paragraph of Paragraph 2., Exclusions, of SECTION I — COVERAGES — COVERAGE A. BODILY CG D3 16 11 11 H. Blanket Additional Insured — Lessors Of Leased Equipment I. Blanket Additional Insured — States Or Political Subdivisions — Permits J. Knowledge And Notice Of Occurrence Or Offense K. Unintentional Omission L. Blanket Waiver Of Subrogation M. Amended Bodily Injury Definition N. Contractual Liability — Railroads INJURY AND PROPERTY DAMAGE LI- ABILITY: Exclusions c. and g. through n. do not apply to "premises damage". Exclusion f.(1)(a) does not apply to "premises damage" caused by: a. b. c. d. e. Fire; Explosion; Lightning; Smoke resulting from such fire, explosion, or lightning; or Water; unless Exclusion f. of Section I — Coverage A — Bodily Injury And Property Damage Liability is replaced by another endorsement to this Coverage Part that has Exclusion — All Pollu- tion Injury Or Damage or Total Pollution Ex- clusion in its title. A separate limit of insurance applies to "premises damage" as described in Para- graph 6. of SECTION III — LIMITS OF IN- SURANCE. © 2011 The Travelers Indemnity Company. All rights reserved. Page 1 of 6 COMMERCIAL GENERAL LIABILITY 3. The following replaces Paragraph 6. of SEC- TION III — LIMITS OF INSURANCE: Subject to 5. above, the Damage To Prem- ises Rented To You Limit is the most we will pay under Coverage A for damages because of "premises damage" to any one premises. The Damage To Premises Rented To You Limit will apply to all "property damage" proximately caused by the same "occur- rence", whether such damage results from: fire; explosion; lightning; smoke resulting from such fire, explosion, or lightning; or water; or any combination of any of these causes. The Damage To Premises Rented To You Limit will be: a. The amount shown for the Damage To Premises Rented To You Limit on the Declarations of this Coverage Part; or b. $300,000 if no amount is shown for the Damage To Premises Rented To You Limit on the Declarations of this Coverage Part. 4. The following replaces Paragraph a. of the definition of "insured contract" in the DEFINI- TIONS Section: a. A contract for a lease of premises. How- ever, that portion of the contract for a lease of premises that indemnifies any person or organization for "premises damage" is not an "insured contract'; 5. The following is added to the DEFINITIONS Section: "Premises damage" means "property dam- age" to: a. Any premises while rented to you or tem- porarily occupied by you with permission of the owner; or b. The contents of any premises while such premises is rented to you, if you rent such premises for a period of seven or fewer consecutive days. 6. The following replaces Paragraph 4.b.(1)(b) of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: (b) That is insurance for "premises damage"; or 7. Paragraph 4.b.(1)(c) of SECTION IV — COMMERCIAL GENERAL LIABILITY CON- DITIONS is deleted. Page 2 of 6 C. INCREASED SUPPLEMENTARY PAYMENTS 1. The following replaces Paragraph 1.b. of SUPPLEMENTARY PAYMENTS — COVER- AGES A AND B of SECTION I — COVER - AG E: b. Up to $2,500 for the cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to fur- nish these bonds. 2. The following replaces Paragraph 1.d. of SUPPLEMENTARY PAYMENTS — COVER- AGES A AND B of SECTION I — COVER- AGES: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. D. INCIDENTAL MEDICAL MALPRACTICE 1. The following is added to the definition of "oc- currence" in the DEFINITIONS Section: "Occurrence" also means an act or omission committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to a person. 2. The following is added to Paragraph 2.a.(1) of SECTION II — WHO IS AN INSURED: Paragraph (1)(d) above does not apply to "bodily injury" arising out of providing or fail- ing to provide: (i) "Incidental medical services" by any of your "employees" who is a nurse practi- tioner, registered nurse, licensed practical nurse, nurse assistant, emergency medi- cal technician or paramedic; or (ii) First aid or "Good Samaritan services" by any of your "employees" or "volunteer workers", other than an employed or vol- unteer doctor. Any such "employees" or "volunteer workers" providing or failing to provide first aid or "Good Samaritan ser- vices" during their work hours for you will be deemed to be acting within the scope of their employment by you or performing duties related to the conduct of your busi- ness. 02011 The Travelers Indemnity Company. All rights reserved. CG D3 16 11 11 3. The following is added to Paragraph 5. of SECTION III — LIMITS OF INSURANCE: For the purposes of determining the applica- ble Each Occurrence Limit, all related acts or omissions committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to any one per- son will be deemed to be one "occurrence". 4. The following exclusion is added to Para- graph 2., Exclusions, of SECTION I — COV- ERAGES — COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY: Sale Of Pharmaceuticals "Bodily injury" or "property damage" arising out of the willful violation of a penal statute or ordinance relating to the sale of pharmaceuti- cals committed by, or with the knowledge or consent of, the insured. 5. The following is added to the DEFINITIONS Section: "Incidental medical services" means: a. Medical, surgical, dental, laboratory, x-ray or nursing service or treatment, advice or instruction, or the related furnishing of food or beverages; or b. The furnishing or dispensing of drugs or medical, dental, or surgical supplies or appliances. "Good Samaritan services" means any emer- gency medical services for which no compen- sation is demanded or received. 6. The following is added to Paragraph 4.b., Ex- cess Insurance, of SECTION IV — COM- MERCIAL GENERAL LIABILITY CONDI- TIONS: The insurance is excess over any valid and collectible other insurance available to the in- sured, whether primary, excess, contingent or on any other basis, that is available to any of your "employees" or "volunteer workers" for "bodily injury" that arises out of providing or failing to provide "incidental medical ser- vices", first aid or "Good Samaritan services" to any person to the extent not subject to Paragraph 2.a.(1) of Section II — Who Is An Insured. E. WHO IS AN INSURED — NEWLY ACQUIRED OR FORMED ORGANIZATIONS The following replaces Paragraph 4. of SECTION II — WHO IS AN INSURED: CG D3 16 11 11 COMMERCIAL GENERAL LIABILITY 4. Any organization you newly acquire or form, other than a partnership, joint venture or lim- ited liability company, of which you are the sole owner or in which you maintain the ma- jority ownership interest, will qualify as a Named Insured if there is no other insurance which provides similar coverage to that or- ganization. However: a. Coverage under this provision is afforded only: (1) Until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier, if you do not report such organization in writing to us within 180 days after you acquire or form it; or (2) Until the end of the policy period, when that date is later than 180 days after you acquire or form such organization, if you report such organization in writing to us within 180 days after you acquire or form it, and we agree in writing that it will con- tinue to be a Named Insured until the end of the policy period; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c. Coverage B does not apply to "personal in- jury" or "advertising injury" arising out of an offense committed before you acquired or formed the organization. F. WHO IS AN INSURED — BROADENED NAMED INSURED — UNNAMED SUBSIDIARIES The following is added to SECTION II — WHO IS AN INSURED: Any of your subsidiaries, other than a partnership, joint venture or limited liability company, that is not shown as a Named Insured in the Declara- tions is a Named Insured if you maintain an own- ership interest of more than 50% in such subsidi- ary on the first day of the policy period. No such subsidiary is an insured for "bodily injury" or "property damage" that occurred, or "personal injury" or "advertising injury" caused by an of- fense committed after the date, if any, during the policy period, that you no longer maintain an ownership interest of more than 50% in such sub- sidiary. ©2011 The Travelers Indemnity Company. All rights reserved. Page 3 of 6 COMMERCIAL GENERAL LIABILITY G. BLANKET ADDITIONAL INSURED — OWNERS, MANAGERS OR LESSORS OF PREMISES The following is added to SECTION II — WHO IS AN INSURED: Any person or organization that is a premises owner, manager or lessor and that you have agreed in a written contract or agreement to in- clude as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage", "personal injury" or "advertising injury" that: a. Is "bodily injury" or "property damage" that occurs, or is "personal injury" or "advertising injury" caused by an offense that is commit- ted, subsequent to the execution of that con- tract or agreement; and b. Arises out of the ownership, maintenance or use of that part of any premises leased to you. The insurance provided to such premises owner, manager or lessor is subject to the following pro- visions: a. The limits of insurance provided to such premises owner, manager or lessor will be the minimum limits which you agreed to pro- vide in the written contract or agreement, or the limits shown on the Declarations, which- ever are less. b. The insurance provided to such premises owner, manager or lessor does not apply to: (1) Any "bodily injury" or "property damage" that occurs, or "personal injury" or "adver- tising injury" caused by an offense that is committed, after you cease to be a tenant in that premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such premises owner, lessor or manager. c. The insurance provided to such premises owner, manager or lessor is excess over any valid and collectible other insurance available to such premises owner, manager or lessor, whether primary, excess, contingent or on any other basis, unless you have agreed in the written contract or agreement that this in- surance must be primary to, or non- contributory with, such other insurance, in which case this insurance will be primary to, and non-contributory with, such other insur- ance. Page 4 of 6 H. BLANKET ADDITIONAL INSURED — LESSORS OF LEASED EQUIPMENT The following is added to SECTION II — WHO IS AN INSURED: Any person or organization that is an equipment lessor and that you have agreed in a written con- tract or agreement to include as an insured on this Coverage Part is an insured, but only with re- spect to liability for "bodily injury", "property dam- age", "personal injury" or "advertising injury" that: a. Is "bodily injury" or "property damage" that occurs, or is "personal injury" or "advertising injury" caused by an offense that is commit- ted, subsequent to the execution of that con- tract or agreement; and b. Is caused, in whole or in part, by your acts or omissions in the maintenance, operation or use of equipment leased to you by such equipment lessor. The insurance provided to such equipment lessor is subject to the following provisions: a. The limits of insurance provided to such equipment lessor will be the minimum limits which you agreed to provide in the written contract or agreement, or the limits shown on the Declarations, whichever are less. b. The insurance provided to such equipment lessor does not apply to any "bodily injury" or "property damage" that occurs, or "personal injury" or "advertising injury" caused by an of- fense that is committed, after the equipment lease expires. c. The insurance provided to such equipment lessor is excess over any valid and collectible other insurance available to such equipment lessor, whether primary, excess, contingent or on any other basis, unless you have agreed in the written contract or agreement that this insurance must be primary to, or non-contributory with, such other insurance, in which case this insurance will be primary to, and non-contributory with, such other in- surance. I. BLANKET ADDITIONAL INSURED — STATES OR POLITICAL SUBDIVISIONS — PERMITS The following is added to SECTION II — WHO IS AN INSURED: Any state or political subdivision that has issued a permit in connection with operations performed by you or on your behalf and that you are required 02011 The Travelers Indemnity Company. All rights reserved. CG D3 16 11 11 by any ordinance, law or building code to include as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage", "personal in- jury" or "advertising injury" arising out of such op- erations. The insurance provided to such state or political subdivision does not apply to: a. Any "bodily injury," "property damage," "per- sonal injury" or "advertising injury" arising out of operations performed for that state or po- litical subdivision; or b. Any "bodily injury" or "property damage" in- cluded in the "products -completed operations hazard". KNOWLEDGE AND NOTICE OF OCCUR- RENCE OR OFFENSE The following is added to Paragraph 2., Duties In The Event of Occurrence, Offense, Claim or Suit, of SECTION IV — COMMERCIAL GEN- ERAL LIABILITY CONDITIONS: e. The following provisions apply to Paragraph a. above, but only for the purposes of the in- surance provided under this Coverage Part to you or any insured listed in Paragraph 1. or 2. of Section II — Who Is An Insured: (1) Notice to us of such "occurrence" or of- fense must be given as soon as practica- ble only after the "occurrence" or offense is known by you (if you are an individual), any of your partners or members who is an individual (if you are a partnership or joint venture), any of your managers who is an individual (if you are a limited liability company), any of your "executive offi- cers" or directors (if you are an organiza- tion other than a partnership, joint venture or limited liability company) or any "em- ployee" authorized by you to give notice of an "occurrence" or offense. (2) If you are a partnership, joint venture or limited liability company, and none of your partners, joint venture members or man- agers are individuals, notice to us of such "occurrence" or offense must be given as soon as practicable only after the "occur- rence" or offense is known by: (a) Any individual who is: (i) A partner or member of any part- nership or joint venture; CG D3 16 11 11 (3) COMMERCIAL GENERAL LIABILITY (ii) A manager of any limited liability company; or (iii) An executive officer or director of any other organization; that is your partner, joint venture member or manager; or (b) Any "employee" authorized by such partnership, joint venture, limited li- ability company or other organization to give notice of an "occurrence" or offense. Notice to us of such "occurrence" or of an offense will be deemed to be given as soon as practicable if it is given in good faith as soon as practicable to your work- ers' compensation insurer. This applies only if you subsequently give notice to us of the "occurrence" or offense as soon as practicable after any of the persons de- scribed in Paragraphs e. (1) or (2) above discovers that the "occurrence" or offense may result in sums to which the insurance provided under this Coverage Part may apply. However, if this Coverage Part includes an en- dorsement that provides limited coverage for "bodily injury" or "property damage" or pollution costs arising out of a discharge, release or es- cape of "pollutants" which contains a requirement that the discharge, release or escape of "pollut- ants" must be reported to us within a specific number of days after its abrupt commencement, this Paragraph e. does not affect that require- ment. K. UNINTENTIONAL OMISSION The following is added to Paragraph 6., Repre- sentations, of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: The unintentional omission of, or unintentional error in, any information provided by you which we relied upon in issuing this policy will not preju- dice your rights under this insurance. However, this provision does not affect our right to collect additional premium or to exercise our rights of cancellation or nonrenewal in accordance with applicable insurance laws or regulations. L. BLANKET WAIVER OF SUBROGATION The following is added to Paragraph 8., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV — COMMERCIAL GENERAL LI- ABILITY CONDITIONS: ©2011 The Travelers Indemnity Company. All rights reserved. Page 5 of 6 COMMERCIAL GENERAL LIABILITY If the insured has agreed in a contract or agree- ment to waive that insured's right of recovery against any person or organization, we waive our right of recovery against such person or organiza- tion, but only for payments we make because of: a. "Bodily injury" or "property damage" that oc- curs; or b. "Personal injury" or "advertising injury" caused by an offense that is committed; Subsequent to the execution of that contract or agreement. 4MENDED BODILY INJURY DEFINITION The following replaces the definition of "bodily njury" in the DEFINITIONS Section: Page 6 of 6 3. "Bodily injury" means bodily injury, mental anguish, mental injury, shock, fright, disability, humiliation, sickness or disease sustained by a person, including death resulting from any of these at any time. N. CONTRACTUAL LIABILITY — RAILROADS 1. The following replaces Paragraph c. of the definition of "insured contract" in the DEFINI- TIONS Section: c. Any easement or license agreement; 2. Paragraph f.(1) of the definition of "insured contract" in the DEFINITIONS Section is de- leted. 02011 The Travelers Indemnity Company. All rights reserved. CG D3 16 11 11 Haas -Anderson Construction, Ltd. The Charter Oak Fire Insurance Co POLICY NUMBER: C04D398656 ISSUE DATE: 09/01/2016 09/01/2017 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: Number of Days Notice of Cancellation: 30 PERSON OR ORGANIZATION: ADDRESS: Any person or organization for whom the named insured has agreed by written contract to furnish this endorsement. PROVISIONS: If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancellation to the person or organization shown in the schedule ILT4050311 above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of cancellation. © 2011 The Travelers Indemnity Company. All rights reserved. Page 1 of 1 Haas -Anderson Construction, Ltd. Travelers Property Casualty Co of America Policy #BA3D892937 09/01/2016-09/01/2017 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTO BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. BROAD FORM NAMED INSURED B. BLANKET ADDITIONAL INSURED C. EMPLOYEE HIRED AUTO D. EMPLOYEES AS INSURED E. SUPPLEMENTARY PAYMENTS — INCREASED LIMITS F. HIRED AUTO — LIMITED WORLDWIDE COV- ERAGE — INDEMNITY BASIS G. WAIVER OF DEDUCTIBLE — GLASS PROVISIONS A. BROAD FORM NAMED INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II — COVERED AUTOS LIABILITY COVERAGE: Any organization you newly acquire or form dur- ing the policy period over which you maintain 50% or more ownership interest and that is not separately insured for Business Auto Coverage. Coverage under this provision is afforded only un- til the 180th day after you acquire or form the or- ganization or the end of the policy period, which- ever is earlier. B. BLANKET ADDITIONAL INSURED The following is added to Paragraph c. in A.1., Who Is An Insured, of SECTION II — COVERED AUTOS LIABILITY COVERAGE: Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an addi- tional insured is an "insured" for Covered Autos Liability Coverage, but only for damages to which CA T3 53 02 15 H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF USE — INCREASED LIMIT I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES — INCREASED LIMIT J. PERSONAL PROPERTY K. AIRBAGS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS M. BLANKET WAIVER OF SUBROGATION N. UNINTENTIONAL ERRORS OR OMISSIONS this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section 11. C. EMPLOYEE HIRED AUTO 1. The following is added to Paragraph A.1., Who Is An Insured, of SECTION II — COV- ERED AUTOS LIABILITY COVERAGE: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your busi- ness. 2. The following replaces Paragraph b. in B.5., Other Insurance, of SECTION IV — BUSI- NESS AUTO CONDITIONS: b. For Hired Auto Physical Damage Cover- age, the following are deemed to be cov- ered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in an "employee's" name, with your © 2015 The Travelers Indemnity Company. All rights reserved. Page 1 of 4 Includes copyrighted material of Insurance Services Office, Inc. with its permission. COMMERCIAL AUTO permission, while performing duties related to the conduct of your busi- ness. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". D. EMPLOYEES AS INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II — COVERED AUTOS LIABILITY COVERAGE: Any "employee" of yours is an "insured" while us- ing a covered "auto" you don't own, hire or borrow in your business or your personal affairs. E. SUPPLEMENTARY PAYMENTS — INCREASED LIMITS 1. The following replaces Paragraph A.2.a.(2), of SECTION II — COVERED AUTOS LIABIL- ITY COVERAGE: (2) Up to $3,000 for cost of bail bonds (in- cluding bonds for related traffic law viola- tions) required because of an "accident" we cover. We do not have to furnish these bonds. 2. The following replaces Paragraph A.2.a.(4), of SECTION II — COVERED AUTOS LIABIL- ITY COVERAGE: (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day be- cause of time off from work. F. HIRED AUTO — LIMITED WORLDWIDE COV- ERAGE — INDEMNITY BASIS The following replaces Subparagraph (5) in Para- graph B.7., Policy Period, Coverage Territory, of SECTION IV — BUSINESS AUTO CONDI- TIONS: (5) Anywhere in the world, except any country or jurisdiction while any trade sanction, em- bargo, or similar regulation imposed by the United States of America applies to and pro- hibits the transaction of business with or within such country or jurisdiction, for Cov- ered Autos Liability Coverage for any covered "auto" that you lease, hire, rent or borrow without a driver for a period of 30 days or less and that is not an "auto" you lease, hire, rent or borrow from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company) or members of their households. Page 2of4 (a) With respect to any claim made or "suit" brought outside the United States of America, the territories and possessions of the United States of America, Puerto Rico and Canada: (i) You must arrange to defend the "in- sured" against, and investigate or set- tle any such claim or "suit" and keep us advised of all proceedings and ac- tions. (ii) Neither you nor any other involved "insured" will make any settlement without our consent. (iii) We may, at our discretion, participate in defending the "insured" against, or in the settlement of, any claim or "suit". (iv) We will reimburse the "insured" for sums that the "insured" legally must pay as damages because of "bodily injury" or "property damage" to which this insurance applies, that the "in- sured" pays with our consent, but only up to the limit described in Para- graph C., Limits Of Insurance, of SECTION 11 — COVERED AUTOS LIABILITY COVERAGE. (v) We will reimburse the "insured" for the reasonable expenses incurred with our consent for your investiga- tion of such claims and your defense of the "insured" against any such "suit", but only up to and included within the limit described in Para- graph C., Limits Of Insurance, of SECTION 11 — COVERED AUTOS LIABILITY COVERAGE, and not in addition to such limit. Our duty to make such payments ends when we have used up the applicable limit of insurance in payments for damages, settlements or defense expenses. (b) This insurance is excess over any valid and collectible other insurance available to the "insured" whether primary, excess, contingent or on any other basis. (c) This insurance is not a substitute for re- quired or compulsory insurance in any country outside the United States, its ter- ritories and possessions, Puerto Rico and Canada. © 2015 The Travelers Indemnity Company. All rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance Services Office, Inc. with its permission. You agree to maintain all required or compulsory insurance in any such coun- try up to the minimum limits required by local law. Your failure to comply with compulsory insurance requirements will not invalidate the coverage afforded by this policy, but we will only be liable to the same extent we would have been liable had you complied with the compulsory in- surance requirements. (d) It is understood that we are not an admit- ted or authorized insurer outside the United States of America, its territories and possessions, Puerto Rico and Can- ada. We assume no responsibility for the furnishing of certificates of insurance, or for compliance in any way with the laws of other countries relating to insurance. G. WAIVER OF DEDUCTIBLE — GLASS The following is added to Paragraph D., Deducti- ble, of SECTION III — PHYSICAL DAMAGE COVERAGE: No deductible for a covered "auto" will apply to glass damage if the glass is repaired rather than replaced. H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF USE — INCREASED LIMIT The following replaces the last sentence of Para- graph A.4.b., Loss Of Use Expenses, of SEC- TION III — PHYSICAL DAMAGE COVERAGE: However, the most we will pay for any expenses for loss of use is $65 per day, to a maximum of $750 for any one "accident". I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES — INCREASED LIMIT The following replaces the first sentence in Para- graph A.4.a., Transportation Expenses, of SECTION III — PHYSICAL DAMAGE COVER- AGE: We will pay up to $50 per day to a maximum of $1,500 for temporary transportation expense in- curred by you because of the total theft of a cov- ered "auto" of the private passenger type. J. PERSONAL PROPERTY The following is added to Paragraph A.4., Cover- age Extensions, of SECTION III — PHYSICAL DAMAGE COVERAGE: Personal Property We will pay up to $400 for "loss" to wearing ap- parel and other personal property which is: (1) Owned by an "insured"; and CA T3 53 02 15 COMMERCIAL AUTO (2) In or on your covered "auto". This coverage applies only in the event of a total theft of your covered "auto". No deductibles apply to this Personal Property coverage. K. AIRBAGS The following is added to Paragraph B.3., Exclu- sions, of SECTION III — PHYSICAL DAMAGE COVERAGE: Exclusion 3.a. does not apply to "loss" to one or more airbags in a covered "auto" you own that in- flate due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b. and A.1.c., but only: a. If that "auto" is a covered "auto" for Compre- hensive Coverage under this policy; b. The airbags are not covered under any war- ranty; and c. The airbags were not intentionally inflated. We will pay up to a maximum of $1,000 for any one "loss". L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS The following is added to Paragraph A.2.a., of SECTION IV — BUSINESS AUTO CONDITIONS: Your duty to give us or our authorized representa- tive prompt notice of the "accident" or "loss" ap- plies only when the "accident" or "loss" is known to: (a) You (if you are an individual); (b) A partner (if you are a partnership); (c) A member (if you are a limited liability com- pany); (d) An executive officer, director or insurance manager (if you are a corporation or other or- ganization); or (e) Any "employee" authorized by you to give no- tice of the "accident" or "loss" M. BLANKET WAIVER OF SUBROGATION The following replaces Paragraph A.5., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV — BUSINESS AUTO CONDI- TIONS: 5. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the ex- tent required of you by a written contract signed and executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by © 2015 The Travelers Indemnity Company. All rights reserved. Page 3 of 4 Includes copyrighted material of Insurance Services Office, Inc. with its permission. COMMERCIAL AUTO such contract. The waiver applies only to the person or organization designated in such contract. N. UNINTENTIONAL ERRORS OR OMISSIONS —he following is added to Paragraph B.2., Con- ealment, Misrepresentation, Or Fraud, of ECTION IV — BUSINESS AUTO CONDITIONS: Page 4of4 The unintentional omission of, or unintentional error in, any information given by you shall not prejudice your rights under this insurance. How- ever this provision does not affect our right to col- lect additional premium or exercise our right of cancellation or non -renewal. © 2015 The Travelers Indemnity Company. All rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Haas -Anderson Construction, Ltd. Travelers Property Casualty Co of America POLICY NUMBER: BA3D892937 ISSUE DATE: 09/01/2016 09/01/2017 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY CANCELLATION: PERSON OR ORGANIZATION: ADDRESS: SCHEDULE Number of Days Notice of Cancellation: 30 Any person or organization for whom the named insured has agreed by written contract to furnish this endorsement. PROVISIONS: If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancellation to the person or organization shown in the schedule ILT4050311 above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of cancellation. © 2011 The Travelers Indemnity Company. All rights reserved. Page 1 of 1 Haas -Anderson Construction, Ltd. Travelers Property Casualty Co Of America POLICY NUMBER: BA3D892937 COMMERCIAL AUTO ISSUE DATE: 09 _01 _2016 09-01-2017 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COVERAGE FOR CERTAIN OPERATIONS IN CONNECTION WITH RAILROADS s endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIERS COVERAGE FORM h respect to coverage provided under this endorsement, the provisions of the Coverage Form apply unless dified by the endorsement. SCHEDULE Scheduled Railroad Designated Job Site Any railroad where required by written contract. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. With respect to the use of a covered "auto" in operations for or affecting a railroad designated in the Schedule at a Designated Job Site, the two exceptions contained in the definition of "insured contract" relating to construction or demolition operations performed within 50 feet of a railroad do not apply. CA 20 70 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 Haas -Anderson Construction, Ltd. The Phoenix Insurance Company WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 42 03 04 ( B) POLICY NUMBER: UB4D402822 TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ❑ Specific Waiver Name of person or organization ❑x Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium: The premium charge for this endorsement shall be 2 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Per schedule This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 09/01/2016 Policy No. UB4D402822 Endorsement No. Insured Haas -Anderson Construction, Ltd. Insurance Company Countersigned by The Phoenix Insurance Co. DATE OF ISSUE: 09/01/2016 ST ASSIGN: © Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. Page 1 of 1 Haas -Anderson Construction, Ltd. The Phoenix Insurance Company TRAVELERSJ WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 42 06 01 (00) — POLICY NUMBER: UB4D02822 TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. In the event of cancelation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE 1. NUMBER OF DAYS ADVANCE NOTICE: 30 (or **) 2. NOTICE WILL BE MAILED TO: Any person or organization to whom you have agreed in a written contract that notice of cancellation or material limitations to this policy will be given, but only if (1) You send us written request to provide such notice, including the name and address of such person/organization, after the first named insured receives notice from us; and (2) We receive such written request at least 14 days before the beginning of the applicable number of days shown in the schedule. This endorsement does not apply when the reason for cancellation is non-payment of premium. ** Number of days Notice specified in the Certificate of Insurance to all holders of such certificates. DATE OF ISSUE: 09_01_2016 ST ASSIGN: 00 6116 PAYMENT BOND BOND NO. 106604141 Contractor as Principal Name: Haas -Anderson Construction Ltd. Mailing address (principal place of business): P.O. Box 7692 Corpus Christi, TX 78467 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: E13098 Old Robstown Rd. — State Highway 44 to Leopard Street (Bond 2014) Award Date of the Contract: July 18. 2017 Contract Price: 85,461,830.25 Bond Date of Bond: July 27, 2017 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name: Travelers Casualty and Surety Company of Mailing address (principal place of business): 9601 McAllister Freeway, Suite 700 San Antonio, TX 78216 Physical address (principal place of business): 9601 McAllister Freeway, Suite 700 San Antonio, TX 78216 Surety is a corporation organized and existing under the laws of the state of: Connecticut By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 210-525-3963 Telephone (for notice of claim): 210-525-3963 Local Agent for Surety Name: Keetch & Associates Address: P.O. Box 3280 Corpus Christi, TX 78463-3280 Telephone: 361-883-3803 Email Address: afoley@keetchins.com The address of the surety company to which any notice of claim should be sent maybe obtained from the Texas Dept. of Insurance by calling the following toll-free number 1400-252-3439 Payment Bond Form E13098 Old Robstown Rd — SH 44 to Leopard St (Bond 2014) 006116-1 7-8-2014 erica 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 !ie exclusively in Nueces County, Texas for any legal action. Contractor as Prince I Signature: 4/7-7 Surety Signature: (7) e/tAl -- Name: (%q t /, / 0. f/qq r Name: Annie Foley Title: Title: Attoney-in-Fact Ema il Address: jic,,,s CJ A „lc,s-anSly-lov, ,coo, Email Address: afoley@keetchins.com • 1=it3iident, Haas•Anderson Mana'gemttnti., LC.. Gen?,ta1 Partner \ • _.. (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form E13098 Old Robstown Rd - SH 44 to Leopard St (Bond 2014) 006116-2 7-8-2014 TRAVELERSJ Attorney -In Fact No. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 230850 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company CertificateNo.0 07006884 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut. that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters. Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"). and that the Companies do hereby make, constitute and appoint Betty J. Baxter, Kevin G. Keetch, Lonna Pokrant, Annie Foley, and Vickie Trbula of the City of Corpus Christi . State of Texas . their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 6th day of October 2016 State of Connecticut City of Hartford ss. Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company t St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company By: Robert L. Ranev. Senior Vice President On this the 6th day of October 2016 before me personally appeared Robert L. Raney. who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company. Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company. Travelers Casualty and Surety Company. Travelers Casualty and Surety Company of America. and United States Fidelity and Guaranty Company. and that he, as such. being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021. 58440-5-16 Printed in U.S.A. (�ii(/�+ C . `Marie C. Tetreault. Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 4,2- 7 day of . u ,20 /T Kevin E. Hughes, Assistant Sec tary, -••• • To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER IM STPAUL TRAVELERS IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3057 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. 00 6113 PERFORMANCE BOND BOND NO. 106604141 Contractor as Principal Name: Haas -Anderson Construction Ltd. Mailing address (principal place of business): P.O. Box 7692 Corpus Christi. TX 78467 Owner Name: City of Corpus Christi, Texas Mailing address (principa! place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: E13098 OId Robstown Rd. — State Highway 44 to Leopard Street (Bond 20141 Award Date of the Contract: July 18. 2017 Contract Price: $5,461.830.25 Bond Date of Bond: July 27, 2017 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name: Travelers Casualty and Surety Company of A Mailing address (principa! place of business): 9601 McAllister Freeway, Suite 700 San Antonio, TX 78216 Physical address (principal place of business): 9601 McAllister Freeway, Suite 700 San Antonio, TX 78216 Surety is a corporation organized and existing under the laws of the state of: Connecticut By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 210-525-3963 Telephone (for notice of claim): 210-525-3963 Local Agent for Surety Name: Keetch & Associates Address: P.O. Box 3280 Corpus Christi, TX 78463-3280 Telephone: 361-883-3803 Email Address: afoley@keetchins.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Performance Bond E13098 OId Robstown Rd — SH 44 to Leopard St (Bond 2014) 006113-1 7-8-2014 merica 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 Princi al Signature: 771Signature: Surety n4 / . '/-ad.t Name: t,ed Name: Annie Foleyy, Title: Title: Attorney-in-Fact // // Email Address:A:4%1 Q jgas-q 44icfl.i, COM' Email Address: afoley@keetchins.com President, Haas-Anderson MaiIacen eiet LL,C- (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond E13098 Old Robstown Rd - SH 44 to Leopard St (Bond 2014) 006113-2 7-8-2014 TRAVELERS Attorney -In Fact No. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 230850 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No.0 0 7 0 0 6 8 8 4 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company. St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America. and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut. that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Betty J. Baxter, Kevin G. Keetch, Lonna Pokrant, Annie Foley, and Vickie Trbula of the City of Corpus Christi . State of Texas . their true and lawful Attorneys) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed. this 6th day of October 2016 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company State of Connecticut City of Hartford ss. St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company l Ptr—+ 9 tti?�Rv-»—R4Tfin} SEAL By: Robert L. Raney. Senior Vice President On this the 6th day of October 2016 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company. Travelers Casualty and Surety Company. Travelers Casualty and Surety Company of America. and United States Fidelity and Guaranty Company. and that he. as such. being authorized so to do. executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021. 58440-5-16 Printed in U.S.A. ``Q A C . Marie C. Tetreault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President. any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of J l.I.. , 20 /T Kevin E. Hughes, Assistant Sec' tary, To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ST PAUL Wr TRAVELERS IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3057 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001.