Loading...
HomeMy WebLinkAboutC2021-316 - 10/12/2021 - ApprovedDocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 CITY OF CORPUS CHRISTI PROCUREMENT DEPARTMENT STORM WATER INFRASTRUCTURE IDIQ FY 21-23 P ROJ . NOs. 21044, 21105 & 21107 CONTRACT NO. 3703 Project Specifications and Drawings available at: Y:\00 LEGISTAR CONST PLANS SPECS\Item No. 21-1218 Citywide SW Infr. Rehab FY21-23 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 00 52 23 AGREEMENT This Agreement is between the City of Corpus Christi (Owner) and Max Underground Construction, LLC (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: Storm Water Infrastructure IDIQ FY 21-23 Prosect No. 21044, 21105 & 21107 ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: UA Engineering, Inc. —Jeff Coym, PE — Vice President 5350 South Staples Street, Suite 425 Corpus Christi, TX 78411 jcoym@Ija.com 2.02 The Owner's Authorized Representative for this Project is: Brett Van Hazel, PMP, Asst. Director of Construction Management City of Corpus Christi -Engineering Services 4917 Holly Road, Bldg. #5 Corpus Christi, TX 78411 ARTICLE 3 — CONTRACT TIMES 3.01 Contract Times A. The City intends to award this contract for an initial one-year/12-month period, with the option to administratively renew for two (2) additional one-year/12-month periods. The City's Department of Engineering Services will determine whether to exercise an option to renew based on the Contractor's successful performance of the work on all Delivery Orders, the recommendation of the City's Design Engineer, Construction Management & Inspection Agreement Storm Water Infrastructure IDIQ FY 21-23 — Project No. 21044, 21105 & 21107 005223-1 Rev 7/2020 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 Team, approval by the City's Director of Engineering Services, and the concurrence of the Contractor. The contract allows for a City -approved economic adjustment to apply to a renewal period, based upon published cost -of -construction indices acceptable to the City. This Project will be executed by multiple indefinite quantity Delivery Orders as required by the City, in accordance with the plans, specifications, and contract documents. Each Delivery Order will stipulate the Substantial Completion date, is to be completed according to the terms of the Delivery Order, and is eligible for Final Payment 30 days after the date for Substantial Completion. B. Performance of the Work is required as shown in Paragraph 7.02 of the General Conditions. C. Milestones, and the dates for completion of each, are as defined in Section 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties 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 $750.00 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 17.16 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 — CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 15.03 of the General Conditions. Contractor acknowledges that Agreement Storm Water Infrastructure IDIQ FY 21-23 — Project No. 21044, 21105 & 21107 005223-2 Rev 7/2020 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 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 $ 6,000,000.00 ARTICLE 5 — PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 17 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to the full amount of the total earned value to date for completed Work minus the retainage listed below and properly stored materials will be made prior to Substantial Completion. 1. The standard retainage is 5 percent. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set -offs determined in accordance with Paragraph 17.01 of the General Conditions. D. At the Owner's option, retainage may be increased to a higher percentage rate, not to exceed ten percent, 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 17.01 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 17.16 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. Invoices must comply with Article 17 of the General Conditions. Agreement Storm Water Infrastructure IDIQ FY 21-23 — Project No. 21044, 21105 & 21107 005223-3 Rev 7/2020 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 6.02 Except as specified in Article 5, the Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7 — CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 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. Agreement Storm Water Infrastructure IDIQ FY 21-23 — Project No. 21044, 21105 & 21107 005223-4 Rev 7/2020 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 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. M. CONTRACTOR SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS THE OWNER'S INDEMNITEES IN ACCORDANCE WITH PARAGRAPH 7.14 OF THE GENERAL CONDITIONS AND THE SUPPLEMENTARY CONDITIONS. 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 15.01 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. Exhibits to this Agreement: a. Contractor's Bid Form. 2. Specifications, forms, and documents listed in SECTION 00 01 00 TABLE OF CONTENTS. 3. Drawings listed in the Sheet Index. 4. Solicitation documents and Contractor's response, which are incorporated by reference. 5. Addenda, which are incorporated by reference. 6. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award, which is incorporated by reference. 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. Agreement Storm Water Infrastructure IDIQ FY 21-23 — Project No. 21044, 21105 & 21107 005223-5 Rev 7/2020 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 ARTICLE 10 — CONTRACT DOCUMENT SIGNATURES ATTEST Docusigned by: D... Rebecca Huerta City Secretary 11/30/2021 KQE P8PUS CHRISTI F:RFFIM FF4A0 Jeff Edmonds, P.E. 11/30/2021 Director of Engineering Services M2021-189 APPROVED AS TO LEGAL FORM: BY COUNCIL 1DocuSigned by: 14/4 Md117.,r, 11/30/2021 §E...,.�.,�rwQ EC... Assistant City Attorney AUTHORIZED 10/12/2021 RH/SB ATTEST (IF CORPORATION) CONTRACTOR (Seal Below) Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Max Untleigfouvdiionstruction, LLC By: Title: 114.69twl l(itun o Ski/Las `—Bl4>9498 C�3Afi7468.. President 11/12/2021 P.O. Box 271106 Address Corpus Christi Texas 78427 City 361-334-2832 State Zip Phone Fax Max_constructionl0@yahoo.com Email END OF SECTION Agreement Storm Water Infrastructure IDIQ FY 21-23 — Project No. 21044, 21105 & 21107 005223-6 Rev 7/2020 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 00 30 01 BID FORM Project Name: Storm Water Infrastructure IDIQ Project Number: 20144, 21105 & 21107 Owner: City of Corpus Christi Bidder: MAX Underground Construction LLC OAR: City Engineering Services Designer: UA Engineering, Inc By its signature of all Addenda Work in accordance Bidder: MAX Signature: below, Bidder accepts all of the terms and conditions of the Bid Acknowledgement, acknowledges receipt to the Bid and agrees, if this Bid is accepted, to enter into a Contract with the Owner and complete the with the Contract Documents for the Bid price. Undergroun Construction LLC (full legal name of Bidder) 411/14' 4fr (signature of person with authority to bind the Bidder) Name: Title: Maxi mi 1 i a no Sal i na G (printed name of person signing Bid Form) Pres ident (title of person signing Bid Form) /- Attest:(signature) �E O. TF �� ,4,-.......------ � GS1�S P.°,��.re., , State of Residency: Federal Tx ID Address for Phone: 361-334-2832 cD •; ' +� °••.•-.96,111 Texas /,�*°•. %\ ••°''e *�0 JEFFREY C. COYM No. 61-1688364 j i'a 101983`moi -_ Notices: P.O. Box 271106 1`\�Sidal t ��.��� Cnrpus Christi, TX 78427 '' �'� 5/21/2021 elP Email: Max constructionl0@yahoo.com Bid Form - Base Bid Storm Water Infrastructure IDIQ- Proj. No. 18100A 00 30 01 - Page 1 of 16 Rev 8/2019 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 acture IDIQ FY21-23 Report Created On: 7/29/21 7:37:35 PM BID TOTALS BASE BID Total PART A - GENERAL (ITEMS Al THRU A5) $877,255.00 PART B - DEMOLITION (ITEMS B1 THRU B66) $960,000.00 PART C - STORM CULVERTS (ITEMS C1 THRU C81) $7,202,750.00 PART D - STORM STRUCTURUES (ITEMS D1 THRU D71) $2,352,250.00 PART E - BRIDGE IMPROVEMENTS (ITEMS El THRU E5) $700,000.00 PART F - CHANNEL IMPROVEMENTS (ITEMS F1 THRU F6) $1,547,500.00 PART G - UTILITY ADJUSTMENTS (ITMES G1 THRU G6) $38,500.00 PART H - REHABILITATION AND REPAIRS (ITEMS H1 THRU H5) $33,000.00 PART J - SITE WORK (ITEMS J1 THRU J9) $125,500.00 PART K - FLAT WORK (ITEMS K1 THRU K37) $3,010,375.00 PART L - TREE AND FENCE REMOVAL/REPLACEMENT (ITEMS L1 THRU L8) $49,500.00 PART M - STORM WATER POLLUTION PREVENTION (ITEMS M1 THRU M7) $597,000.00 PART N - STRIPING AND TRAFFIC CONTROL (ITEMS N1 THRU N20) $121,200.00 Total $17,614,830.00 PART A - GENERAL (ITEMS Al THRU A5) No. Description Unit Qty Unit Price Ext Price Al MOBILIZATION (MAX. 5% OF PROJECT TOTAL) LS 1 $815,000.00 $815,000.00 A2 BONDS AND INSURANCE AL 1 $55,000.00 $55,000.00 A3 STORM WATER POLLUTION PREVENTION PLAN (SMALL CONSTRUCTION SITE (1-5 ACRES)) EA 5 $500.00 $2,500.00 A4 STORM WATER POLLUTION PREVENTION PLAN (LARGE CONSTRUCTION SITE (>_ 5 ACRES)) EA 5 $950.00 $4,750.00 A5 OZONE ADVISORY DAYS DAYS 5 $1.00 $5.00 Subtotal: $877,255.00 PART B - DEMOLITION (ITEMS B1 THRU B66) DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 acture IDIQ FY21-23 Report Created On: 7/29/21 7:37:35 PM No. Description Unit Qty Unit Price Ext Price B1 REMOVE EXISTING CURB INLET EA 10 $1,825.00 $18,250.00 B2 REMOVE EXISTING GRATE INLET EA 10 $1,250.00 $12,500.00 B3 REMOVE EXISTING POST INLET EA 10 $1,450.00 $14,500.00 B4 REMOVE EXISTING FLUME LF 100 $25.00 $2,500.00 B5 REMOVE EXISTING STORM MANHOLE EA 10 $1,850.00 $18,500.00 B6 REMOVE EXISTING JUNCTION BOX EA 10 $2,000.00 $20,000.00 B7 REMOVE EXISTING S.E.T. EA 10 $1,200.00 $12,000.00 B8 REMOVE EXISTING HEADWALL/WINGWALL (HW = 3') LF 100 $12.00 $1,200.00 B9 REMOVE EXISTING HEADWALL/WINGWALL (HW = 4') LF 100 $15.00 $1,500.00 B10 REMOVE EXISTING HEADWALL/WINGWALL (HW = 5') LF 100 $20.00 $2,000.00 B11 REMOVE EXISTING HEADWALL/WINGWALL (HW = 6') LF 100 $25.00 $2,500.00 B12 REMOVE EXISTING HEADWALL/WINGWALL (HW = 7') LF 100 $30.00 $3,000.00 B13 REMOVE EXISTING HEADWALL/WINGWALL (HW = 8') LF 100 $35.00 $3,500.00 B14 REMOVE EXISTING HEADWALL/WINGWALL (HW = 9') LF 100 $40.00 $4,000.00 B15 REMOVE EXISTING HEADWALL/WINGWALL (HW = 10') LF 100 $48.00 $4,800.00 B16 REMOVE EXISTING HEADWALL/WINGWALL (HW = 11') LF 100 $52.00 $5,200.00 B17 REMOVE EXISTING HEADWALL/WINGWALL (HW = 12') LF 100 $55.00 $5,500.00 B18 REMOVE EXISTING HEADWALL/WINGWALL (HW = 13') LF 100 $60.00 $6,000.00 B19 REMOVE EXISTING HEADWALL/WINGWALL (HW = 14') LF 100 $65.00 $6,500.00 B20 REMOVE EXISTING HEADWALL/WINGWALL (HW = 15') LF 100 $75.00 $7,500.00 B21 REMOVE EXISTING HEADWALL/WINGWALL (HW = 16') LF 100 $85.00 $8,500.00 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 acture IDIQ FY21-23 Report Created On: 7/29/21 7:37:35 PM B22 REMOVE EXISTING RETAINING WALL LF 100 $20.00 $2,000.00 B23 REMOVE METAL BEAM GUARD FENCE LF 500 $6.00 $3,000.00 B24 REMOVE DELINEATOR SIGN AND POST EA 100 $17.50 $1,750.00 B25 REMOVE PEDESTRIAN RAILING LF 500 $6.00 $3,000.00 B26 REMOVE CHAINLINK RAILING LF 300 $20.00 $6,000.00 B27 REMOVE CONCRETE RAILING FOUNDATION PIER EA 25 $350.00 $8,750.00 B28 REMOVE EXISTING CURB AND GUTTER LF 1000 $10.00 $10,000.00 B29 SAWCUT EXISTING ASPHALT/CONCRETE (0"-6") LF 2500 $8.00 $20,000.00 B30 SAWCUT EXISTING ASPHALT/CONCRETE (7"-12") LF 2500 $16.00 $40,000.00 B31 SAWCUT EXISTING ASPHALT/CONCRETE (> 12") LF 2500 $24.00 $60,000.00 B32 REMOVE EXISTING ASPHALT PAVEMENT SY 2500 $10.00 $25,000.00 B33 REMOVE EXISTING CONCRETE PAVEMENT SY 2500 $35.00 $87,500.00 B34 REMOVE EXISTING ASPHALT DRIVEWAY SF 5000 $3.00 $15,000.00 B35 REMOVE EXISTING CONCRETE DRIVEWAY SF 5000 $6.00 $30,000.00 B36 REMOVE EXISTING SIDEWALK SF 5000 $8.00 $40,000.00 B37 REMOVE EXISTING SIDEWALK RAMP SF 2500 $10.00 $25,000.00 B38 REMOVE EXISTING CONCRETE RIPRAP SY 1000 $35.00 $35,000.00 B39 REMOVE EXISTING CONCRETE CHANNEL LINING SY 1000 $35.00 $35,000.00 B40 PLUG EXISTING 6"-18" PIPE EA 5 $1,250.00 $6,250.00 B41 PLUG EXISTING 24"-36" PIPE EA 5 $1,450.00 $7,250.00 B42 GROUT FILL AND ABANDON 6"-18" PIPE LF 200 $40.00 $8,000.00 B43 GROUT FILL AND ABANDON 24"-36" PIPE LF 200 $60.00 $12,000.00 B44 REMOVE EXISTING 6"-18" CMP/HDPE LF 50 $22.00 $1,100.00 B45 REMOVE EXISTING 24"-36" CMP/HDPE LF 50 $29.00 $1,450.00 B46 REMOVE EXISTING 42"-54" CMP/HDPE LF 50 $45.00 $2,250.00 B47 REMOVE EXISTING 60+" CMP/HDPE LF 50 $59.00 $2,950.00 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 acture IDIQ FY21-23 Report Created On: 7/29/21 7:37:35 PM B48 REMOVE EXISTING 6"-18" RCP LF 1000 $22.00 $22,000.00 B49 REMOVE EXISTING 24"-36" RCP LF 500 $40.00 $20,000.00 B50 REMOVE EXISTING 42"-54" RCP LF 100 $48.00 $4,800.00 B51 REMOVE EXISTING 60+" RCP LF 100 $75.00 $7,500.00 B52 REMOVE EXISTING BOX CULVERT (0-10 SF EFFECTIVE OPENING) LF 500 $60.00 $30,000.00 B53 REMOVE EXISTING BOX CULVERT (11-20 SF EFFECTIVE OPENING) LF 500 $100.00 $50,000.00 B54 REMOVE EXISTING BOX CULVERT (21-30 SF EFFECTIVE OPENING) LF 250 $125.00 $31,250.00 B55 REMOVE EXISTING BOX CULVERT (31-40 SF EFFECTIVE OPENING) LF 100 $150.00 $15,000.00 B56 REMOVE EXISTING BOX CULVERT (41-50 SF EFFECTIVE OPENING) LF 50 $175.00 $8,750.00 B57 REMOVE EXISTING BOX CULVERT (51-60 SF EFFECTIVE OPENING) LF 50 $185.00 $9,250.00 B58 REMOVE EXISTING BOX CULVERT (61-70 SF EFFECTIVE OPENING) LF 50 $200.00 $10,000.00 B59 REMOVE EXISTING BOX CULVERT (71-80 SF EFFECTIVE OPENING) LF 50 $215.00 $10,750.00 B60 REMOVE EXISTING BOX CULVERT (81-90 SF EFFECTIVE OPENING) LF 50 $225.00 $11,250.00 B61 REMOVE EXISTING BOX CULVERT (91- 100 SF EFFECTIVE OPENING) LF 50 $245.00 $12,250.00 B62 REMOVE EXISTING BOX CULVERT (101- 110 SF EFFECTIVE OPENING) LF 50 $255.00 $12,750.00 B63 REMOVE EXISTING BOX CULVERT (111- 120 SF EFFECTIVE OPENING) LF 50 $265.00 $13,250.00 B64 REMOVE EXISTING BOX CULVERT (121- 130 SF EFFECTIVE OPENING) LF 50 $275.00 $13,750.00 B65 REMOVE EXISTING BOX CULVERT (131- 140 SF EFFECTIVE OPENING) LF 50 $285.00 $14,250.00 B66 REMOVE EXISTING BOX CULVERT (141- 150 SF EFFECTIVE OPENING) LF 50 $300.00 $15,000.00 Subtotal: $960,000.00 PART C - STORM CULVERTS (ITEMS C1 THRU C81) DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 acture IDIQ FY21-23 Report Created On: 7/29/21 7:37:35 PM No. Description Unit Qty Unit Price Ext Price C1 CIPP LINING OF EXISTING 18"-30" PIPE LF 150 $525.00 $78,750.00 C2 CIPP LINING OF EXISTING 36"-42" PIPE LF 100 $750.00 $75,000.00 C3 CIPP LINING OF EXISTING 48"-60" PIPE LF 50 $1,100.00 $55,000.00 C4 STORM SEAL OF EXISTING 18"-30" PIPE LF 150 $350.00 $52,500.00 C5 STORM SEAL OF EXISTING 36"-42" PIPE LF 100 $400.00 $40,000.00 C6 STORM SEAL OF EXISTING 48"-60" PIPE LF 50 $450.00 $22,500.00 C7 18"-24" HP PIPE LF 100 $75.00 $7,500.00 C8 30"-36" HP PIPE LF 100 $140.00 $14,000.00 C9 18"-24" CLASS III RCP LF 5000 $90.00 $450,000.00 C10 30"-36" CLASS III RCP LF 2000 $150.00 $300,000.00 C11 42"-48" CLASS III RCP LF 100 $200.00 $20,000.00 C12 54"-60" CLASS III RCP LF 100 $300.00 $30,000.00 C13 REINFORCED CONCRETE ARCH PIPE CLASS III (DESIGN 1) (18" EQUIVALENT DIAMETER) LF 500 $165.00 $82,500.00 C14 REINFORCED CONCRETE ARCH PIPE CLASS III (DESIGN 3) (24" EQUIVALENT DIAMETER) LF 250 $185.00 $46,250.00 C15 REINFORCED CONCRETE ARCH PIPE CLASS III (DESIGN 4) (30" EQUIVALENT DIAMETER) LF 100 $215.00 $21,500.00 C16 REINFORCED CONCRETE ARCH PIPE CLASS III (DESIGN 5) (36" EQUIVALENT DIAMETER) LF 100 $285.00 $28,500.00 C17 18"-24" CLASS IV RCP LF 2500 $100.00 $250,000.00 C18 30"-36" CLASS IV RCP LF 1000 $165.00 $165,000.00 C19 42"-48" CLASS IV RCP LF 50 $300.00 $15,000.00 C20 54"-60" CLASS IV RCP LF 50 $350.00 $17,500.00 C21 REINFORCED CONCRETE ARCH PIPE CLASS IV (DESIGN 1) (18" EQUIVALENT DIAMETER) LF 300 $185.00 $55,500.00 C22 REINFORCED CONCRETE ARCH PIPE CLASS IV (DESIGN 3) (24" EQUIVALENT DIAMETER) LF 200 $200.00 $40,000.00 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 acture IDIQ FY21-23 Report Created On: 7/29/21 7:37:35 PM C23 REINFORCED CONCRETE ARCH PIPE CLASS IV (DESIGN 4) (30" EQUIVALENT DIAMETER) LF 100 $225.00 $22,500.00 C24 REINFORCED CONCRETE ARCH PIPE CLASS IV(DESIGN 5) (36" EQUIVALENT DIAMETER) LF 100 $285.00 $28,500.00 C25 PRECAST REINFORCED CONCRETE BOX CULVERT (0-10 SF EFFECTIVE OPENING) LF 500 $330.00 $165,000.00 C26 PRECAST REINFORCED CONCRETE BOX CULVERT (11-20 SF EFFECTIVE OPENING) LF 500 $370.00 $185,000.00 C27 PRECAST REINFORCED CONCRETE BOX CULVERT (21-30 SF EFFECTIVE OPENING) LF 500 $475.00 $237,500.00 C28 PRECAST REINFORCED CONCRETE BOX CULVERT (31-40 SF EFFECTIVE OPENING) LF 500 $625.00 $312,500.00 C29 PRECAST REINFORCED CONCRETE BOX CULVERT (41-50 SF EFFECTIVE OPENING) LF 500 $675.00 $337,500.00 C30 PRECAST REINFORCED CONCRETE BOX CULVERT (51-60 SF EFFECTIVE OPENING) LF 250 $715.00 $178,750.00 C31 PRECAST REINFORCED CONCRETE BOX CULVERT (61-70 SF EFFECTIVE OPENING) LF 250 $850.00 $212,500.00 C32 PRECAST REINFORCED CONCRETE BOX CULVERT (71-80 SF EFFECTIVE OPENING) LF 250 $900.00 $225,000.00 C33 PRECAST REINFORCED CONCRETE BOX CULVERT (81-90 SF EFFECTIVE OPENING) LF 250 $955.00 $238,750.00 C34 PRECAST REINFORCED CONCRETE BOX CULVERT (91-100 SF EFFECTIVE OPENING) LF 250 $1,005.00 $251,250.00 C35 PRECAST REINFORCED CONCRETE BOX CULVERT (101-110 SF EFFECTIVE OPENING) LF 100 $1,150.00 $115,000.00 C36 PRECAST REINFORCED CONCRETE BOX CULVERT (111-120 SF EFFECTIVE OPENING) LF 100 $1,350.00 $135,000.00 C37 PRECAST REINFORCED CONCRETE BOX CULVERT (121-130 SF EFFECTIVE OPENING) LF 100 $1,475.00 $147,500.00 C38 PRECAST REINFORCED CONCRETE BOX CULVERT(131-140 SF EFFECTIVE OPENING) LF 100 $1,650.00 $165,000.00 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 acture IDIQ FY21-23 Report Created On: 7/29/21 7:37:35 PM C39 PRECAST REINFORCED CONCRETE BOX CULVERT(141-150 SF EFFECTIVE OPENING) LF 100 $1,850.00 $185,000.00 C40 CAST -IN-PLACE REINFORCED CONCRETE BOX CULVERT (0-10 SF EFFECTIVE OPENING) LF 100 $360.00 $36,000.00 C41 CAST -IN-PLACE REINFORCED CONCRETE BOX CULVERT (11-20 SF EFFECTIVE OPENING) LF 100 $400.00 $40,000.00 C42 CAST -IN-PLACE REINFORCED CONCRETE BOX CULVERT (21-30 SF EFFECTIVE OPENING) LF 100 $525.00 $52,500.00 C43 CAST -IN-PLACE REINFORCED CONCRETE BOX CULVERT (31-40 SF EFFECTIVE OPENING) LF 100 $650.00 $65,000.00 C44 CAST -IN-PLACE REINFORCED CONCRETE BOX CULVERT (41-50 SF EFFECTIVE OPENING) LF 100 $725.00 $72,500.00 C45 CAST -IN-PLACE REINFORCED CONCRETE BOX CULVERT (51-60 SF EFFECTIVE OPENING) LF 50 $750.00 $37,500.00 C46 CAST -IN-PLACE REINFORCED CONCRETE BOX CULVERT (61-70 SF EFFECTIVE OPENING) LF 50 $800.00 $40,000.00 C47 CAST -IN-PLACE REINFORCED CONCRETE BOX CULVERT (71-80 SF EFFECTIVE OPENING) LF 50 $925.00 $46,250.00 C48 CAST -IN-PLACE REINFORCED CONCRETE BOX CULVERT (81-90 SF EFFECTIVE OPENING) LF 50 $1,000.00 $50,000.00 C49 CAST -IN-PLACE REINFORCED CONCRETE BOX CULVERT (91-100 SF EFFECTIVE OPENING) LF 50 $1,100.00 $55,000.00 C50 HYDRO EXCAVATE TRENCH LF 100 $20.00 $2,000.00 C51 TRENCH SAFETY FOR PIPE/BOX(4'-6') LF 5000 $30.00 $150,000.00 C52 TRENCH SAFETY FOR PIPE/BOX(6'-8') LF 2500 $50.00 $125,000.00 C53 TRENCH SAFETY FOR PIPE/BOX(8'-10') LF 2500 $55.00 $137,500.00 C54 TRENCH SAFETY FOR PIPE/BOX (10'-12') LF 1000 $115.00 $115,000.00 C55 TRENCH SAFETY FOR PIPE/BOX(12'-14') LF 1000 $150.00 $150,000.00 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 acture IDIQ FY21-23 Report Created On: 7/29/21 7:37:35 PM C56 TRENCH SAFETY FOR PIPE/BOX(14'-16') LF 500 $185.00 $92,500.00 C57 TRENCH SAFETY FOR PIPE/BOX(16'-18') LF 500 $200.00 $100,000.00 C58 TRENCH SAFETY FOR PIPE/BOX(18'-20') LF 500 $295.00 $147,500.00 C59 CCTV INSPECTION OF EXISTING PIPE/BOX LF 5000 $8.00 $40,000.00 C60 MANNED INSPECTION OF EXISTING PIPE/BOX LF 1000 $12.00 $12,000.00 C61 CLEAN OUT EXISTING CURB INLET EA 10 $750.00 $7,500.00 C62 CLEAN OUT EXISTING STORM MANHOLE EA 5 $550.00 $2,750.00 C63 CLEAN OUT EXISTING PIPE (6"-18") LF 2500 $10.00 $25,000.00 C64 CLEAN OUT EXISTING PIPE (24"-36") LF 1500 $17.50 $26,250.00 C65 CLEAN OUT EXISTING PIPE (42"-54") LF 500 $20.00 $10,000.00 C66 CLEAN OUT EXISTING PIPE (60"+) LF 250 $30.00 $7,500.00 C67 CLEAN OUT EXISTING BOX CULVERT (2' SPAN) LF 500 $30.00 $15,000.00 C68 CLEAN OUT EXISTING BOX CULVERT (3' SPAN) LF 250 $35.00 $8,750.00 C69 CLEAN OUT EXISTING BOX CULVERT (4' SPAN) LF 100 $40.00 $4,000.00 C70 CLEAN OUT EXISTING BOX CULVERT (5' SPAN) LF 100 $45.00 $4,500.00 C71 CLEAN OUT EXISTING BOX CULVERT (6' SPAN) LF 100 $50.00 $5,000.00 C72 CLEAN OUT EXISTING BOX CULVERT (7' SPAN) LF 50 $60.00 $3,000.00 C73 CLEAN OUT EXISTING BOX CULVERT (8' SPAN) LF 50 $65.00 $3,250.00 C74 CLEAN OUT EXISTING BOX CULVERT (9' SPAN) LF 50 $85.00 $4,250.00 C75 CLEAN OUT EXISTING BOX CULVERT (10' SPAN) LF 50 $95.00 $4,750.00 C76 CLEAN OUT EXISTING BOX CULVERT (11' SPAN) LF 50 $115.00 $5,750.00 C77 CLEAN OUT EXISTING BOX CULVERT (12' SPAN) LF 50 $125.00 $6,250.00 C78 WELL POINTING LF 5000 $60.00 $300,000.00 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 acture IDIQ FY21-23 Report Created On: 7/29/21 7:37:35 PM C79 WELL POINTING (ON PADRE/MUSTANG ISLAND/FLOUR BLUFF) LF 2500 $65.00 $162,500.00 C80 CEMENT STABILIZED SAND CY 250 $55.00 $13,750.00 C81 DISPOSAL OF CONTAMINATED GROUNDWATER ALLOWANCE AL 1 $7,500.00 $7,500.00 Subtotal: $7,202,750.00 PART D - STORM STRUCTURUES (ITEMS D1 THRU D71) No. Description Unit Qty Unit Price Ext Price D1 5' CURB INLET EA 5 $5,250.00 $26,250.00 D2 5' CURB INLET (TYPE 2) EA 1 $5,750.00 $5,750.00 D3 5' CURB INLET (TYPE 3) EA 1 $5,500.00 $5,500.00 D4 5' CURB INLET (TYPE 4) EA 1 $5,500.00 $5,500.00 D5 5' CURB INLET THROAT EXTENSION EA 5 $2,500.00 $12,500.00 D6 CITY STANDARD GRATE INLET EA 5 $4,500.00 $22,500.00 D7 3'X3' GRATE INLET EA 5 $3,500.00 $17,500.00 D8 4'X4' GRATE INLET EA 5 $4,000.00 $20,000.00 D9 3'X3' POST INLET EA 5 $3,300.00 $16,500.00 D10 4'X4' POST INLET EA 5 $3,600.00 $18,000.00 D1 1 4' DIAMETER TYPE 'A' MANHOLE (DEPTH < 6') EA 10 $3,750.00 $37,500.00 D1 2 5' DIAMETER TYPE 'A' MANHOLE (DEPTH < 6') EA 5 $3,950.00 $1 9,750.00 D1 3 6' DIAMETER TYPE 'A' MANHOLE (DEPTH < 6') EA 5 $6,1 50.00 $30,750.00 D14 3'X3' MANHOLE RISER EA 5 $3,500.00 $17,500.00 D15 4' MANHOLE EXTRA DEPTH (DEPTH > 6') VF 20 $1,000.00 $20,000.00 D16 5' MANHOLE EXTRA DEPTH (DEPTH > 6') VF 20 $1,250.00 $25,000.00 D17 6' MANHOLE EXTRA DEPTH (DEPTH > 6') VF 20 $1,500.00 $30,000.00 D1 8 JUNCTION BOX WITH 0-10 SF TOP SLAB AREA EA 5 $7,500.00 $37,500.00 D19 JUNCTION BOX WITH 11-20 SF TOP SLAB AREA EA 5 $10,000.00 $50,000.00 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 acture IDIQ FY21-23 Report Created On: 7/29/21 7:37:35 PM D20 JUNCTION BOX WITH 21-30 SF TOP SLAB AREA EA 5 $11,500.00 $57,500.00 D21 JUNCTION BOX WITH 31-40 SF TOP SLAB AREA EA 2 $12,500.00 $25,000.00 D22 JUNCTION BOX WITH 41-50 SF TOP SLAB AREA EA 2 $15,000.00 $30,000.00 D23 JUNCTION BOX WITH 51-70 SF TOP SLAB AREA EA 2 $19,000.00 $38,000.00 D24 JUNCTION BOX WITH 71-90 SF TOP SLAB AREA EA 2 $20,000.00 $40,000.00 D25 JUNCTION BOX WITH 91-110 SF TOP SLAB AREA EA 1 $25,000.00 $25,000.00 D26 JUNCTION BOX WITH 111-130 SF TOP SLAB AREA EA 1 $28,000.00 $28,000.00 D27 JUNCTION BOX WITH 131-150 SF TOP SLAB AREA EA 1 $31,000.00 $31,000.00 D28 JUNCTION BOX WITH 151-170 SF TOP SLAB AREA EA 1 $33,000.00 $33,000.00 D29 JUNCTION BOX WITH 171-200 SF TOP SLAB AREA EA 1 $35,000.00 $35,000.00 D30 JUNCTION BOX WITH 201-230 SF TOP SLAB AREA EA 1 $38,000.00 $38,000.00 D31 TRENCH SAFETY FOR MANHOLE/JUNCTION BOX/INLET(4'-6') EA 10 $1,000.00 $10,000.00 D32 TRENCH SAFETY FOR MANHOLE/JUNCTION BOX/INLET(6'-8') EA 5 $2,000.00 $10,000.00 D33 TRENCH SAFETY FOR MANHOLE/JUNCTION BOX/INLET(8'-10') EA 2 $2,750.00 $5,500.00 D34 TRENCH SAFETY FOR MANHOLE/JUNCTION BOX/INLET (10'- 12') EA 2 $4,000.00 $8,000.00 D35 TRENCH SAFETY FOR MANHOLE/JUNCTION BOX/INLET (12'- 14') EA 2 $4,500.00 $9,000.00 D36 TRENCH SAFETY FOR MANHOLE/JUNCTION BOX/INLET(14'- 16') EA 2 $5,500.00 $11,000.00 D37 TRENCH SAFETY FOR MANHOLE/JUNCTION BOX/INLET (16'- EA 2 $6,500.00 $13,000.00 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 acture IDIQ FY21-23 Report Created On: 7/29/21 7:37:35 PM 18') D38 TRENCH SAFETY FOR MANHOLE/JUNCTION BOX/INLET (18'- 20') EA 2 $8,500.00 $17,000.00 D39 REPLACE EXISTING STORM WATER MANHOLE RING AND COVER EA 3 $2,500.00 $7,500.00 D40 ADJUST EXISTING STORM WATER MANHOLE RING AND COVER EA 3 $1,250.00 $3,750.00 D41 SAFETY END TREATMENT (TYPE I) (3:1) (0 -10 SF EFFECTIVE OPENING) EA 10 $1,250.00 $12,500.00 D42 SAFETY END TREATMENT (TYPE I) (3:1) (11 -20 SF EFFECTIVE OPENING) EA 6 $2,500.00 $15,000.00 D43 SAFETY END TREATMENT (TYPE I) (3:1) (21 -30 SF EFFECTIVE OPENING) EA 2 $5,500.00 $11,000.00 D44 SAFETY END TREATMENT (TYPE I) (6:1) (0 -10 SF EFFECTIVE OPENING) EA 10 $6,800.00 $68,000.00 D45 SAFETY END TREATMENT (TYPE I) (6:1) (11 -20 SF EFFECTIVE OPENING) EA 6 $2,650.00 $15,900.00 D46 SAFETY END TREATMENT (TYPE I) (6:1) (21 -30 SF EFFECTIVE OPENING) EA 2 $5,800.00 $11,600.00 D47 SAFETY END TREATMENT (TYPE II) (3:1) (18"-30") EA 50 $2,500.00 $125,000.00 D48 SAFETY END TREATMENT (TYPE II) (3:1) (36"-42") EA 20 $5,500.00 $110,000.00 D49 SAFETY END TREATMENT (TYPE II) (3:1) (48"-60") EA 10 $6,800.00 $68,000.00 D50 SAFETY END TREATMENT (TYPE II) (6:1) (18"-30") EA 50 $2,650.00 $132,500.00 D51 SAFETY END TREATMENT (TYPE II) (6:1) (36"-42") EA 20 $5,800.00 $116,000.00 D52 SAFETY END TREATMENT (TYPE II) (6:1) (48"-60") EA 10 $8,500.00 $85,000.00 D53 HEADWALL/WINGWALL (HW = 3') LF 100 $75.00 $7,500.00 D54 HEADWALL/WINGWALL (HW = 4') LF 100 $85.00 $8,500.00 D55 HEADWALL/WINGWALL (HW = 5') LF 100 $95.00 $9,500.00 D56 HEADWALL/WINGWALL (HW = 6') LF 100 $105.00 $10,500.00 D57 HEADWALL/WINGWALL (HW = 7') LF 100 $120.00 $12,000.00 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 acture IDIQ FY21-23 Report Created On: 7/29/21 7:37:35 PM D58 HEADWALL/WINGWALL (HW = 8') LF 100 $135.00 $13,500.00 D59 HEADWALL/WINGWALL (HW = 9') LF 100 $150.00 $15,000.00 D60 HEADWALL/WINGWALL (HW = 10') LF 100 $180.00 $18,000.00 D61 HEADWALL/WINGWALL (HW = 11') LF 100 $200.00 $20,000.00 D62 HEADWALL/WINGWALL (HW = 12') LF 100 $210.00 $21,000.00 D63 HEADWALL/WINGWALL (HW = 13') LF 100 $220.00 $22,000.00 D64 HEADWALL/WINGWALL (HW = 14') LF 100 $230.00 $23,000.00 D65 HEADWALL/WINGWALL (HW = 15') LF 100 $245.00 $24,500.00 D66 HEADWALL/WINGWALL (HW = 16') LF 100 $260.00 $26,000.00 D67 CONNECT TO EXISTING CURB INLET EA 10 $2,000.00 $20,000.00 D68 CONNECT TO EXISTING MANHOLE EA 5 $2,500.00 $12,500.00 D69 CONNECT TO EXISTING HEADWALL/WINGWALL EA 5 $2,500.00 $12,500.00 D70 CONNECT TO EXISTING BOX CULVERT EA 5 $2,500.00 $12,500.00 D71 TEMPORARY COFFERDAM LF 1000 $400.00 $400,000.00 Subtotal: $2,352,250.00 PART E - BRIDGE IMPROVEMENTS (ITEMS El THRU E5) No. Description Unit Qty Unit Price Ext Price El METAL BEAM GUARD FENCE LF 5000 $65.00 $325,000.00 E2 TYPE PR11 PEDESTRIAN RAIL LF 1000 $175.00 $175,000.00 E3 TYPE PR22 PEDESTRIAN RAIL LF 1000 $155.00 $155,000.00 E4 DELINEATOR SIGN AND POST EA 100 $125.00 $12,500.00 E5 GUARDRAIL TERMINAL EA 10 $3,250.00 $32,500.00 Subtotal: $700,000.00 PART F - CHANNEL IMPROVEMENTS (ITEMS F1 THRU F6) No. Description Unit Qty Unit Price Ext Price F1 CHANNEL EXCAVATION CY 50000 $16.00 $800,000.00 F2 DETENTION POND EXCAVATION CY 10000 $13.00 $130,000.00 F3 5" CONCRETE CHANNEL LINING SY 7500 $71.00 $532,500.00 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 acture IDIQ FY21-23 Report Created On: 7/29/21 7:37:35 PM F4 ARTICULATED CONCRETE BLOCK MATTING SF 5000 $13.00 $65,000.00 F5 SOIL RETENTION BLANKET SY 1000 $7.00 $7,000.00 F6 TURF REINFORCEMENT MATTING SY 1000 $13.00 $13,000.00 Subtotal: $1,547,500.00 PART G - UTILITY ADJUSTMENTS (ITMES G1 THRU G6) No. Description Unit Qty Unit Price Ext Price G1 ADJUST EXISTING WATERLINE (3/4"-4") LF 50 $125.00 $6,250.00 G2 ADJUST EXISTING WATERLINE (6"-10") LF 50 $150.00 $7,500.00 G3 ADJUST EXISTING WATERLINE (12"-16") LF 50 $250.00 $12,500.00 G4 ADJUST EXISTING WATER VALVE BOX EA 5 $1,250.00 $6,250.00 G5 ADJUST EXISTING GAS LINE (BACKFILL & COMPACTION ONLY) LF 50 $25.00 $1,250.00 G6 ADJUST EXISTING GAS VALVE BOX EA 5 $950.00 $4,750.00 Subtotal: $38,500.00 PART H - REHABILITATION AND REPAIRS (ITEMS H1 THRU H5) No. Description Unit Qty Unit Price Ext Price H1 REMOVE CULVERT AND REPAIR WALL (0- 10 SF) EA 2 $2,500.00 $5,000.00 H2 REMOVE CULVERT AND REPAIR WALL (11-20 SF) EA 2 $3,000.00 $6,000.00 H3 CLEAN AND REPAIR SPALLING (0-10 SF) EA 2 $1,500.00 $3,000.00 H4 CLEAN AND REPAIR SPALLING (11-20 SF) EA 2 $2,000.00 $4,000.00 H5 REHABILITATE EXISTING MANHOLE EA 2 $7,500.00 $15,000.00 Subtotal: $33,000.00 PART J - SITE WORK (ITEMS J1 THRU J9) No. Description Unit Qty Unit Price Ext Price J1 SITE CLEARING AND STRIPPING AC 1 $3,500.00 $3,500.00 J2 HAND CLEARING AC 1 $20,000.00 $20,000.00 J3 HEAVY BRUSH REMOVAL AND STRIPPING (MULCH IN PLACE) AC 1 $8,500.00 $8,500.00 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 acture IDIQ FY21-23 Report Created On: 7/29/21 7:37:35 PM J4 HEAVY BRUSH REMOVAL AND STRIPPING (HAUL OFF) AC 1 $15,000.00 $15,000.00 J5 SITE GRADING AC 1 $5,000.00 $5,000.00 J6 STREET EXCAVATION (1' B.O.C. - 2' AVG. DEPTH) SY 2500 $12.00 $30,000.00 J7 SUBGRADE PREPARATION (6" - 12") SY 2500 $3.00 $7,500.00 J8 SELECT FILL CY 500 $22.00 $11,000.00 J9 RESHAPE/REGRADE DITCH (0-4') LF 1000 $25.00 $25,000.00 Subtotal: $125,500.00 PART K - FLAT WORK (ITEMS K1 THRU K37) No. Description Unit Qty Unit Price Ext Price K1 4" CURB AND GUTTER LF 500 $22.00 $11,000.00 K2 STD. 6" CURB AND GUTTER LF 500 $35.00 $17,500.00 K3 6" REVERSE CURB AND GUTTER LF 100 $40.00 $4,000.00 K4 BOLLARD EA 10 $750.00 $7,500.00 K5 4"-6" CONCRETE RIPRAP SY 1000 $80.00 $80,000.00 K6 6"-8" STONE RIPRAP SY 1000 $75.00 $75,000.00 K7 5' VALLEY GUTTER LF 100 $50.00 $5,000.00 K8 CITY STANDARD SIDEWALK DRAIN EA 5 $450.00 $2,250.00 K9 CONCRETE FLUME LF 25 $125.00 $3,125.00 K10 CONCRETE DRIVEWAY SF 5000 $25.00 $125,000.00 K11 CONCRETE SIDEWALK SF 5000 $25.00 $125,000.00 K12 CONCRETE SIDEWALK RAMP SF 2500 $20.00 $50,000.00 K13 MILL EXISTING ASPHALT PAVEMENT(0"- 3") SY 500 $10.00 $5,000.00 K14 6" TYPE A, GRADE 1-2 CRUSHED LIMESTONE BASE SY 2500 $18.00 $45,000.00 K15 7" TYPE A, GRADE 1-2 CRUSHED LIMESTONE BASE SY 2500 $20.00 $50,000.00 K16 8" TYPE A, GRADE 1-2 CRUSHED LIMESTONE BASE SY 2500 $22.00 $55,000.00 K17 9" TYPE A, GRADE 1-2 CRUSHED LIMESTONE BASE SY 2500 $24.00 $60,000.00 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 acture IDIQ FY21-23 Report Created On: 7/29/21 7:37:35 PM K18 10" TYPE A, GRADE 1-2 CRUSHED LIMESTONE BASE SY 2500 $26.00 $65,000.00 K19 11 " TYPE A, GRADE 1-2 CRUSHED LIMESTONE BASE SY 2500 $28.00 $70,000.00 K20 12" TYPE A, GRADE 1-2 CRUSHED LIMESTONE BASE SY 2500 $30.00 $75,000.00 K21 6" REINFORCED CONCRETE PAVEMENT SY 2500 $65.00 $162,500.00 K22 7" REINFORCED CONCRETE PAVEMENT SY 2500 $70.00 $175,000.00 K23 8" REINFORCED CONCRETE PAVEMENT SY 2500 $75.00 $187,500.00 K24 9" REINFORCED CONCRETE PAVEMENT SY 2500 $80.00 $200,000.00 K25 10" REINFORCED CONCRETE PAVEMENT SY 2500 $85.00 $212,500.00 K26 11" REINFORCED CONCRETE PAVEMENT SY 2500 $88.00 $220,000.00 K27 12" REINFORCED CONCRETE PAVEMENT SY 2500 $90.00 $225,000.00 K28 3" TYPE 'B' HMAC SY 2500 $30.00 $75,000.00 K29 4" TYPE 'B' HMAC SY 2500 $36.00 $90,000.00 K30 5" TYPE 'B' HMAC SY 2500 $45.00 $112,500.00 K31 1.5"TYPE 'D' HMAC SY 2500 $20.00 $50,000.00 K32 2" TYPE 'D' HMAC SY 2500 $30.00 $75,000.00 K33 2.5"TYPE 'D' HMAC SY 2500 $33.00 $82,500.00 K34 3" TYPE 'D' HMAC SY 2500 $35.00 $87,500.00 K35 TX -5 GEOGRID SY 2500 $6.00 $15,000.00 K36 PRIME COAT(0.2 SY/GAL) GAL 500 $20.00 $10,000.00 K37 FULL -DEPTH PAVEMENT REPAIR SY 500 $200.00 $100,000.00 Subtotal: $3,010,375.00 PART L - TREE AND FENCE REMOVAL/REPLACEMENT (ITEMS L1 THRU L8) No. Description Unit Qty Unit Price Ext Price L1 TREE REMOVAL UP TO 8" IN DIAMETER EA 2 $750.00 $1,500.00 L2 TREE REMOVAL GREATER THAN 8" IN DIAMETER EA 2 $1,250.00 $2,500.00 L3 CUT SHRUBS AND APPLY HERBICIDE AC 1 $7,500.00 $7,500.00 L4 REMOVE AND REPLACE EXISTING WOODEN FENCE LF 100 $60.00 $6,000.00 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 acture IDIQ FY21-23 Report Created On: 7/29/21 7:37:35 PM L5 REMOVE AND REPLACE EXISTING CHAINLINK FENCE LF 100 $60.00 $6,000.00 L6 REMOVE AND REPLACE EXISTING SECURITY FENCE LF 100 $75.00 $7,500.00 L7 REMOVE AND REPLACE EXISTING WROUGHT IRON FENCE LF 100 $125.00 $12,500.00 L8 REMOVE AND REPLACE EXISTING BARBED WIRE FENCE LF 100 $60.00 $6,000.00 Subtotal: $49,500.00 PART M - STORM WATER POLLUTION PREVENTION (ITEMS M1 THRU M7) No. Description Unit Qty Unit Price Ext Price M1 INLET PROTECTION EA 20 $150.00 $3,000.00 M2 SILT FENCE LF 5000 $3.50 $17,500.00 M3 SEEDING SY 50000 $8.00 $400,000.00 M4 SODDING SY 10000 $13.00 $130,000.00 M5 ROCK FILTER DAM EA 10 $1,650.00 $16,500.00 M6 STABILIZED CONSTRUCTION ENTRANCE/EXIT EA 10 $2,500.00 $25,000.00 M7 TREE PROTECTION FENCE EA 10 $500.00 $5,000.00 Subtotal: $597,000.00 PART N - STRIPING AND TRAFFIC CONTROL (ITEMS N1 THRU N20) No. Description Unit Qty Unit Price Ext Price N1 REFL PAV MARK TY I (W) 4" (SLD) (090 MIL) LF 250 $3.00 $750.00 N2 REFL PAV MARK TY I (W) 4" (BRK) (090 MIL) LF 250 $4.00 $1,000.00 N3 REFL PAV MARK TY I (W) 8" (SLD) (090 MIL) LF 150 $5.00 $750.00 N4 REFL PAV MARK TY I (W) 12" (SLD) (090 MIL) LF 150 $7.00 $1,050.00 N5 REFL PAV MARK TY I (Y) 4" (SLD) (090 MIL) LF 250 $3.00 $750.00 N6 REFL PAV MARK TY I (Y) 4" (BRK) (090 MIL) LF 250 $4.00 $1,000.00 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 acture IDIQ FY21-23 Report Created On: 7/29/21 7:37:35 PM N7 REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC (W) 24" (SLD) (125 MIL) LF 150 $18.00 $2,700.00 N8 REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC (Y) 24" (SLD) (125 MIL) LF 150 $22.00 $3,300.00 N9 REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC (W) (ARROW) (125 MIL) EA 5 $375.00 $1,875.00 N10 REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC (W) (WORD) (125 MIL) EA 5 $450.00 $2,250.00 N11 REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC (W) 18" (YLDTRI) (125 MIL) LF 50 $55.00 $2,750.00 N12 REFL PAV MRKR TY II -A -A EA 10 $15.00 $150.00 N13 REFL PAV MRKR TY I -C EA 10 $15.00 $150.00 N14 REFL PAV MRKR TY II -C-R EA 10 $15.00 $150.00 N15 REFL PAV MRKR TY II -B -B EA 5 $15.00 $75.00 N16 REMOVE AND REPLACE SIGNAGE EA 50 $950.00 $47,500.00 N17 PORTABLE CHANGEABLE MESSAGE SIGNS (PCMS) DAY 30 $150.00 $4,500.00 N18 FLASHING ARROW BOARDS DAY 30 $100.00 $3,000.00 N19 TEMPORARY TRAFFIC SIGNALS DAY 30 $1,250.00 $37,500.00 N20 PREPARATION AND IMPLEMENTATION OF TRAFFIC CONTROL PLAN ALLOWANCE AL 1 $10,000.00 $10,000.00 Subtotal: $121,200.00 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169COD29C809 A CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 10/21/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Grove & Davis Insurance Agency 4646 Corona #270 Corpus Christi TX 78411 CONTACT Monette Davis NAME: PHONE (361)851-0577 IANC No, Ext): E-MAIL mdavis@grovedavisins.com ADDRESS: FAX (361)356-4203 IA/c, No): INSURER(S) AFFORDING COVERAGE NAIC # INSURER : Imperium Insurance Company INSURED MAX Underground Construction, LLC PO Box 271106 Corpus Christi TX 78427 COVERAGES INSURER B : Texas Mutual Insurance Company 35408 22945 INSURER C : Westchester Surplus Lines 10172 INSURER D: INSURER E : CERTIFICATE NUMBER: CL2110815401 INSURER F : REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADMI--$UER INSD WVD POLICY NUMBER POLICY EFF ,(MMIDDIYYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL 1 mDAMAGE l CLAIMS -MADE LIABILITY X OCCUR CON-IIC-00000243-01 10/11/2021 '. EACH OCCURRENCE 1,000,000 $ TO fibr,ITED PREMISES t a occurrence) $ 100,000 MED EXP (Any one person) $ 5,000 _ GGREGATE POLICY OTHER: X LIMIT APPLIES )ECT PRO PER: LOC 10/11/2022PERSONAL&ADV INJURY $ 1,000,000 GENERALAGGREGATE$ 2,000,000 PRODUCTS - COMP/OPAGG $ 1.000,0002 $ $ A AUTOMOBILE X .... „„„„„„„„, LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY . SCHEDULED AUTOS NON -OWNED AUTOS ONLY CON-IIC-00000242-01 10/11/2021 COMBINEDSINGLE LIMIT $ 1,000,000 AEaaccident)...._ ............_......... ..._..-.d waa.,.�.�.,.d... ,,, BODILY INJURY (Per person) $ '..... 10/11/2022 BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ (Per accident) A X UMBRELLA LIAB EXCESS LIAB XOCCUR CLAIMS -MADE CON-IIC-00000497-00 10/11/2021 EACH OCCURRENCE $ 5,000,000 10/11/2022 AGGREGATE $ 5,000,000 DED RETENTION $ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below V I N N NIA '. 0001295266 10/11/2021 XI STATUTE I I OTH- ER E.L EACH ACCIDENT $ 1,000,000 10/11/2022 E.L.DISEASE - EA EMPLOYEE $ 1,000,000 1 1,000,000 E.L. DISEASE - POLICY LIMIT $ C Contractor's Pollution G28172837 006 10/11/2021 Each Pollution Condition $2,000,000. 10/11/2022 General Aggregate Limit $2,000,000. DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) General Liability contains blanket additional insured including primary & non-contributory, and waiver of subrogation, when required by written contract. Automobile contains blanket additional insured & waiver of subrogation, when required by written contract. Workers Compensation contains blanket waiver of subrogation when required by written contract. Project: 21044 21105 21107 Storm Water Infrastructure IDIQ FY21-23 CERTIFICATE HOLDER CANCELLATION City of Corpus Christi 1201 Leopard St. Corpus Christi 1 TX 78401 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 7 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 00 61 13 PERFORMANCE BOND EACX4001870 BOND NO. Contractor as Principal Name: Max Underground Construction LLC Mailing address (principal place of business): P.O. Box 271106 Corpus Christi, TX 78427 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Contracts and Procurement 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: Project No. 21044 21105 21107 Storm Water Infrastructure IDIQ FY21-23 Award Date of the Contract: October 12, 2021 Contract Price: $6,000,000.00 Bond Date of Bond: October 20th, 2021 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name: Endurance Assurance Corp Mailing address (principal place of business): 1221 Avenue of Americas, 18th Floor, New York City, NY 10020 Physical address (principal place of business): Same Surety is a corporation organized and existing under the laws of the state of: New York 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): 1-877-676-7575 Telephone (for notice of claim): 1-877-676-7575 Local Agent for Surety Name: Grove & Davis Insurance Agency Address: 4646 Corona Drive, #270 Corpus Christi, TX 78411 Telephone: 361-851-0577 Email Address: mdavis@Rrovedavisins.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 21044 21105 21107 Storm Water Infrastructure IDIQ FY 21-23 006113-1 7-8-2014 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that If the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal / Signature: 4e/tA444 ' / Surety Signature: Ix—Nib /1/4.)44.,44„ Name: Maximiliano Salinas Name: Monette Davis Title: President Title: Attorney-in-fact Email Address: max construction10@yahoo.com Email Address: mdavisPgrovedavisins.com (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 21044 21105 21107 Storm Water Infrastructure IDIQ FY 21-23 00 61 13 - 2 7-8-2014 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 00 61 16 PAYMENT BOND EACX4001870 BOND NO. Contractor as Principal Name: Max Underground Construction LLC Ma iling address (principal place of business): P.O. Box 271106 Corpus Christi, TX 78427 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Contracts and Procurement 1201 Leopard Street Corpus Christi, Texas 78401 Contract Project name and number: Project No. 21044 21105 21107 Storm Water Infrastructure IDIQ FY21-23 Award Date of the Contract: October 12, 2021 Contract Price: $6,000,000.00 Bond Date of Bond: October 20th, 2021 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name: Endurance Assurance Corp Mailing address (principal place of business): 1221 Avenue of Americas, 18th Floor, New York City, NY 10020 Physical address (principal place of business): Same Surety is a corporation organized and existing under the laws of the state of: New York 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): 1-877-676-7575 Telephone (for notice of claim): 1-877-676-7575 Local Agent for Surety Name: Grove & Davis Insurance Agency Address: 4646 Corona Drive, #270 Corpus Christi, TX 78411 Telephone: 361-851-0577 Email Address: mdavis@grovedavisins.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Payment Bond Form 21044 21105 21107 Storm Water Infrastructure IDIQ FY 21-23 006116-1 7-8-2014 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor Signature: Name: Title: Email Address: as Principal ,al, 4, , _A_ Surety Signature: Name: Title: Email Address: (Attach Power ilkoill/e Aliti,,_ Maximiliano Salinas Monette Davis President Attorney -in -fart max_construction10@yahoo.com mdavis@grovedavisins com of Attorney and place surety seal below) END OF SECTION Payment Bond Form 21044 21105 21107 Storm Water Infrastructure IDIQ FY 21-23 00 61 16 - 2 7-8-2014 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 SOMPO INTERNATIONAL POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS, that Endurance Assurance Corporation, a Delaware corporation, Endurance American Insurance Company, a Delaware corporation, Lexon Insurance Company, a Texas corporation, and/or Bond Safeguard Insurance Company, a South Dakota corporation, each, a "Company" and collectively, "Sompo International," do hereby constitute and appoint: Jason Grove, Monette Davis, Larry D. Grove as true and lawful Attorney(s)-In-Fact to make, execute, seal, and deliver for, and on its behalf as surety or co -surety; bonds and undertakings given for any and all purposes, also to execute and deliver on its behalf as aforesaid renewals, extensions, agreements, waivers, consents or stipulations relating to such bonds or undertakings provided, however, that no single bond or undertaking so made, executed and delivered shall obligate the Company for any portion of the penal sum thereof in excess of the sum of ONE HUNDRED MILLION Dollars (V100,000,000.00). Such bonds and undertakings for said purposes, when duly executed by said attorney(s)-in-fact, shall be binding upon the Company as fully and to the same extent as if signed by the President of the Company under its corporate seal attested by its Corporate Secretary. This appointment is made under and by authority of certain resolutions adopted by the sole shareholder of each Company by unanimous written consent effective the 15th day of June, 2019, a copy of which appears below under the heading entitled "Certificate". This Power of Attorney is signed and sealed by facsimile under and by authority of the following resolution adopted by the sole shareholder of each Company by unanimous written consent effective the 15th day of June, 2019 and said resolution has not since been revoked, amended or repealed: RESOLVED, that the signature of an individual named above and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signature or seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, each Company has caused this instrument to be signed by the following officers, and its corporate seal to be affixed this 1511' day of June, 2019. Endurance Assurance Corporatio /C -L )/ Richard AppelsiAVRA,Arior Counsel co SEAL o 2002 ". t.)`, DELAWARE/..§3i ''',/,114111111111110.0... Endurance American By:, Infuralc?n pry / - Richard Appet;,,Sk1P.41.,§enior Counsel 81 SEAL , 0 1, 1996 /..; DELAWARE, • - ACKNOWLEDGEMENT Lexon Insurance Company By:/ - -4T. f)1 ()'" Ric ard Appel; Bond Safeguard lura ce Co party BY: / nit Counsel Ric and Appei,,SVP.&,enlo/utsel A SOUTH DAKOTA NSUIRANCE COMPANY On this 15th day of June, 2019, before me, personally came the above signatories known to me, who being duly sworn, did depose and say that he/tpayAlh1-1 ofpcer of each of the Companies; and that he executed said instrument on behalf of each Company by authority of his offi under th by ws of each Company;` By: L. Amy Taylor, Not Public CERTIFICATE I. STATE YEANASSif, NOTOAN, My Commiss4n Expitrs'c5/963.g I, the undersigned Officer of each Company, DO HEREBY CERTIFY that: 1. That the original power of attorney of which the foregoing is a copy was duly executed on behalf of each Company and has not since been revoked amended or modified; that the undersigned has compared the foregoing copy thereof with the original power of attorney, and that the same is a true and correct copy of the original power of attorney and of the whole thereof; 2. The following are resolutions which were adopted by the sole shareholder of each Company by unanimous written consent effective June 15, 2019 and said resolutions have not since been revoked, amended or modified: "RESOLVED, that each of the individuals named below is authorized to make, execute, seal and deliver for and on behalf of the Company any and all bonds, undertakings or obligations in surety or co -surety with others: RICHARD M. APPEL, BRIAN J. BEGGS, CHRISTOPHER DONELAN, SHARON L. SIMS, CHRISTOPHER L. SPARRO, MARIANNE L. WILBERT ; and be it further RESOLVED, that each of the individuals named above is authorized to appoint attorneys -in -fact for the purpose Of making, executing, sealing and delivering bonds, undertakings or obligations in surety or co -surety for and on behalf of the Company." 3. The undersigned further certifies that the above resolutions are true and correct copies of the resolutions as so recorded and of the whole thereof. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal this 20th day of October 1 20 21 . By: Danie S. rieretary NOTICE: U. q. TREASURY DgPARTMENT'S OFFICE OF FOREIGN ASSETS CONTROL (OFAC1 No coverage is provided by this Notice nor can it be construed to replace any provisions of any surety bond or other surety coverage provided. This Notice provides information concerning possible impact on your surety coverage due to directives issued by OFAC. Please read this Notice carefully. The Office of Foreign Assets Control (OFAC) administers and enforces sanctions policy, based on Presidential declarations of "national emergency". OFAC has identified and listed numerous foreign agents, front organizations, terrorists, terrorist organizations, and narcotics traffickers as 'Specially Designated Nationals and Blocked Persons". This list can be located on the United States Treasury's website — http_ii:(1KAlrogclItyAnylltekorce-cobtellsrtacatosSON,71„iet. In accordance with OFAC regulations, if it is determined that you or any other person or entity claiming the benefits of any coverage has violated U.S. sanctions law or is a Specially Designated National and Blocked Person, as identified by OFAC, any coverage will be considered a blocked or frozen contract and all provisions of any coverage provided are immediately subject to OFAC. When a surety bond or other form of surety coverage is considered to be such a blocked or frozen contract, no payments nor premium refunds may be made without authorization from OFAC. Other limitations on the premiums and payments may also apply. Any reproductions are void. Surety Claims Submission: t..e)conClajolAdreirestretionasompo inticopo Telephone: 615-653-9500 Mailing Address: Sompo International; 12890 Lebanon Road; Mount Juliet, TN 37122-2870 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 00 52 23 AGREEMENT This Agreement is between the City of Corpus Christi (Owner) and Max Underground Construction, LLC (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: Storm Water Infrastructure IDIQ FY 21-23 Project No. 21044, 21105 & 21107 ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: UA Engineering, Inc. —Jeff Coym, PE — Vice President 5350 South Staples Street, Suite 425 Corpus Christi, TX 78411 jcoym@lja.com 2.02 The Owner's Authorized Representative for this Project is: Brett Van Hazel, PMP, Asst. Director of Construction Management City of Corpus Christi -Engineering Services 4917 Holly Road, Bldg. #5 Corpus Christi, TX 78411 ARTICLE 3 — CONTRACT TIMES 3.01 Contract Times A. The City intends to award this contract for an initial one-year/12-month period, with the option to administratively renew for two (2) additional one-year/12-month periods. The City's Department of Engineering Services will determine whether to exercise an option to renew based on the Contractor's successful performance of the work on all Delivery Orders, the recommendation of the City's Design Engineer, Construction Management & Inspection Agreement Storm Water Infrastructure IDIQ FY 21-23 — Project No. 21044, 21105 & 21107 005223-1 Rev 7/2020 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 Team, approval by the City's Director of Engineering Services, and the concurrence of the Contractor. The contract allows for a City -approved economic adjustment to apply to a renewal period, based upon published cost -of -construction indices acceptable to the City. This Project will be executed by multiple indefinite quantity Delivery Orders as required by the City, in accordance with the plans, specifications, and contract documents. Each Delivery Order will stipulate the Substantial Completion date, is to be completed according to the terms of the Delivery Order, and is eligible for Final Payment 30 days after the date for Substantial Completion. B. Performance of the Work is required as shown in Paragraph 7.02 of the General Conditions. C. Milestones, and the dates for completion of each, are as defined in Section 01 35 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in 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 $750.00 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 17.16 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 — CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 15.03 of the General Conditions. Contractor acknowledges that Agreement Storm Water Infrastructure IDIQ FY 21-23 — Project No. 21044, 21105 & 21107 005223-2 Rev 7/2020 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 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 $ 6,000,000.00 ARTICLE 5 — PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 17 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to the full amount of the total earned value to date for completed Work minus the retainage listed below and properly stored materials will be made prior to Substantial Completion. 1. The standard retainage is 5 percent. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set -offs determined in accordance with Paragraph 17.01 of the General Conditions. D. At the Owner's option, retainage may be increased to a higher percentage rate, not to exceed ten percent, 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 17.01 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 17.16 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. Invoices must comply with Article 17 of the General Conditions. Agreement Storm Water Infrastructure IDIQ FY 21-23 — Project No. 21044, 21105 & 21107 005223-3 Rev 7/2020 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 6.02 Except as specified in Article 5, the Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7 — CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 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. Agreement Storm Water Infrastructure IDIQ FY 21-23 — Project No. 21044, 21105 & 21107 005223-4 Rev 7/2020 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 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. M. CONTRACTOR SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS THE OWNER'S INDEMNITEES IN ACCORDANCE WITH PARAGRAPH 7.14 OF THE GENERAL CONDITIONS AND THE SUPPLEMENTARY CONDITIONS. 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 15.01 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. Exhibits to this Agreement: a. Contractor's Bid Form. 2. Specifications, forms, and documents listed in SECTION 00 01 00 TABLE OF CONTENTS. 3. Drawings listed in the Sheet Index. 4. Solicitation documents and Contractor's response, which are incorporated by reference. 5. Addenda, which are incorporated by reference. 6. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award, which is incorporated by reference. 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. Agreement Storm Water Infrastructure IDIQ FY 21-23 — Project No. 21044, 21105 & 21107 005223-5 Rev 7/2020 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 ARTICLE 10 — CONTRACT DOCUMENT SIGNATURES ATTEST rDocuSigned by: eiC/f2 Hik-0/1 3-7-i-7,'Bi0D5-1-94-7 D. Rebecca Huerta 11/30/2021 CITUESeYl' pUS CHRISTI 11/30/2021 `— E5E_CB FF1 3CEF4A0 Jeff Edmonds, P.E. City Secretary Director of Engineering Services M2021-189 APPROVED AS TO LEGAL FORM: BY COUNCIL DocuSigned by: r I4- Mru.7gr 11/30/2021 5L92cF-s6aEa4 Assistant City Attorney AUTHORIZED 10/12/2021 RH/SB ATTEST (IF CORPORATION) CONTRACTOR Max Urice,ea>u construction, LLC (Seal Below) By: Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Title: imiLit A,a SatitA,as '—D me8Es3*074Cs. President 11/12/2021 P.O. Box 271106 Address Corpus Christi Texas 78427 City 361-334-2832 State Zip Phone Fax Max_construction10@yahoo.com Email END OF SECTION Agreement Storm Water Infrastructure IDIQ FY 21-23 — Project No. 21044, 21105 & 21107 005223-6 Rev 7/2020 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 00 30 01 BID FORM Project Name: Storm Water Infrastructure IDIQ Project Number: 20144, 21105 & 21107 Owner: City of Corpus Christi Bidder: MAX Underground Construction LLC OAR: City Engineering Services Designer: UA Engineering, Inc By its signature of all Addenda Work in accordance Bidder: MAX Signature: below, Bidder accepts all of the terms and conditions of the Bid Acknowledgement, acknowledges receipt to the Bid and agrees, if this Bid is accepted, to enter into a Contract with the Owner and complete the with the Contract Documents for the Bid price. Undergroun Construction LLC (full legal name of Bidder) 411/14' 4fr (signature of person with authority to bind the Bidder) Name: Title: Maxi mi 1 i a no Sal i na G (printed name of person signing Bid Form) Pres ident (title of person signing Bid Form) /- Attest:(signature) �E O. TF �� ,4,-.......------ � GS1�S P.°,��.re., , State of Residency: Federal Tx ID Address for Phone: 361-334-2832 cD •; ' +� °••.•-.96,111 Texas /,�*°•. %\ ••°''e *�0 JEFFREY C. COYM No. 61-1688364 j i'a 101983`moi -_ Notices: P.O. Box 271106 1`\�Sidal t ��.��� Cnrpus Christi, TX 78427 '' �'� 5/21/2021 elP Email: Max constructionl0@yahoo.com Bid Form - Base Bid Storm Water Infrastructure IDIQ- Proj. No. 18100A 00 30 01 - Page 1 of 16 Rev 8/2019 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 acture IDIQ FY21-23 Report Created On: 7/29/21 7:37:35 PM BID TOTALS BASE BID Total PART A - GENERAL (ITEMS Al THRU A5) $877,255.00 PART B - DEMOLITION (ITEMS B1 THRU B66) $960,000.00 PART C - STORM CULVERTS (ITEMS C1 THRU C81) $7,202,750.00 PART D - STORM STRUCTURUES (ITEMS D1 THRU D71) $2,352,250.00 PART E - BRIDGE IMPROVEMENTS (ITEMS El THRU E5) $700,000.00 PART F - CHANNEL IMPROVEMENTS (ITEMS F1 THRU F6) $1,547,500.00 PART G - UTILITY ADJUSTMENTS (ITMES G1 THRU G6) $38,500.00 PART H - REHABILITATION AND REPAIRS (ITEMS H1 THRU H5) $33,000.00 PART J - SITE WORK (ITEMS J1 THRU J9) $125,500.00 PART K - FLAT WORK (ITEMS K1 THRU K37) $3,010,375.00 PART L - TREE AND FENCE REMOVAL/REPLACEMENT (ITEMS L1 THRU L8) $49,500.00 PART M - STORM WATER POLLUTION PREVENTION (ITEMS M1 THRU M7) $597,000.00 PART N - STRIPING AND TRAFFIC CONTROL (ITEMS N1 THRU N20) $121,200.00 Total $17,614,830.00 PART A - GENERAL (ITEMS Al THRU A5) No. Description Unit Qty Unit Price Ext Price Al MOBILIZATION (MAX. 5% OF PROJECT TOTAL) LS 1 $815,000.00 $815,000.00 A2 BONDS AND INSURANCE AL 1 $55,000.00 $55,000.00 A3 STORM WATER POLLUTION PREVENTION PLAN (SMALL CONSTRUCTION SITE (1-5 ACRES)) EA 5 $500.00 $2,500.00 A4 STORM WATER POLLUTION PREVENTION PLAN (LARGE CONSTRUCTION SITE (>_ 5 ACRES)) EA 5 $950.00 $4,750.00 A5 OZONE ADVISORY DAYS DAYS 5 $1.00 $5.00 Subtotal: $877,255.00 PART B - DEMOLITION (ITEMS B1 THRU B66) DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 acture IDIQ FY21-23 Report Created On: 7/29/21 7:37:35 PM No. Description Unit Qty Unit Price Ext Price B1 REMOVE EXISTING CURB INLET EA 10 $1,825.00 $18,250.00 B2 REMOVE EXISTING GRATE INLET EA 10 $1,250.00 $12,500.00 B3 REMOVE EXISTING POST INLET EA 10 $1,450.00 $14,500.00 B4 REMOVE EXISTING FLUME LF 100 $25.00 $2,500.00 B5 REMOVE EXISTING STORM MANHOLE EA 10 $1,850.00 $18,500.00 B6 REMOVE EXISTING JUNCTION BOX EA 10 $2,000.00 $20,000.00 B7 REMOVE EXISTING S.E.T. EA 10 $1,200.00 $12,000.00 B8 REMOVE EXISTING HEADWALL/WINGWALL (HW = 3') LF 100 $12.00 $1,200.00 B9 REMOVE EXISTING HEADWALL/WINGWALL (HW = 4') LF 100 $15.00 $1,500.00 B10 REMOVE EXISTING HEADWALL/WINGWALL (HW = 5') LF 100 $20.00 $2,000.00 B11 REMOVE EXISTING HEADWALL/WINGWALL (HW = 6') LF 100 $25.00 $2,500.00 B12 REMOVE EXISTING HEADWALL/WINGWALL (HW = 7') LF 100 $30.00 $3,000.00 B13 REMOVE EXISTING HEADWALL/WINGWALL (HW = 8') LF 100 $35.00 $3,500.00 B14 REMOVE EXISTING HEADWALL/WINGWALL (HW = 9') LF 100 $40.00 $4,000.00 B15 REMOVE EXISTING HEADWALL/WINGWALL (HW = 10') LF 100 $48.00 $4,800.00 B16 REMOVE EXISTING HEADWALL/WINGWALL (HW = 11') LF 100 $52.00 $5,200.00 B17 REMOVE EXISTING HEADWALL/WINGWALL (HW = 12') LF 100 $55.00 $5,500.00 B18 REMOVE EXISTING HEADWALL/WINGWALL (HW = 13') LF 100 $60.00 $6,000.00 B19 REMOVE EXISTING HEADWALL/WINGWALL (HW = 14') LF 100 $65.00 $6,500.00 B20 REMOVE EXISTING HEADWALL/WINGWALL (HW = 15') LF 100 $75.00 $7,500.00 B21 REMOVE EXISTING HEADWALL/WINGWALL (HW = 16') LF 100 $85.00 $8,500.00 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 acture IDIQ FY21-23 Report Created On: 7/29/21 7:37:35 PM B22 REMOVE EXISTING RETAINING WALL LF 100 $20.00 $2,000.00 B23 REMOVE METAL BEAM GUARD FENCE LF 500 $6.00 $3,000.00 B24 REMOVE DELINEATOR SIGN AND POST EA 100 $17.50 $1,750.00 B25 REMOVE PEDESTRIAN RAILING LF 500 $6.00 $3,000.00 B26 REMOVE CHAINLINK RAILING LF 300 $20.00 $6,000.00 B27 REMOVE CONCRETE RAILING FOUNDATION PIER EA 25 $350.00 $8,750.00 B28 REMOVE EXISTING CURB AND GUTTER LF 1000 $10.00 $10,000.00 B29 SAWCUT EXISTING ASPHALT/CONCRETE (0"-6") LF 2500 $8.00 $20,000.00 B30 SAWCUT EXISTING ASPHALT/CONCRETE (7"-12") LF 2500 $16.00 $40,000.00 B31 SAWCUT EXISTING ASPHALT/CONCRETE (> 12") LF 2500 $24.00 $60,000.00 B32 REMOVE EXISTING ASPHALT PAVEMENT SY 2500 $10.00 $25,000.00 B33 REMOVE EXISTING CONCRETE PAVEMENT SY 2500 $35.00 $87,500.00 B34 REMOVE EXISTING ASPHALT DRIVEWAY SF 5000 $3.00 $15,000.00 B35 REMOVE EXISTING CONCRETE DRIVEWAY SF 5000 $6.00 $30,000.00 B36 REMOVE EXISTING SIDEWALK SF 5000 $8.00 $40,000.00 B37 REMOVE EXISTING SIDEWALK RAMP SF 2500 $10.00 $25,000.00 B38 REMOVE EXISTING CONCRETE RIPRAP SY 1000 $35.00 $35,000.00 B39 REMOVE EXISTING CONCRETE CHANNEL LINING SY 1000 $35.00 $35,000.00 B40 PLUG EXISTING 6"-18" PIPE EA 5 $1,250.00 $6,250.00 B41 PLUG EXISTING 24"-36" PIPE EA 5 $1,450.00 $7,250.00 B42 GROUT FILL AND ABANDON 6"-18" PIPE LF 200 $40.00 $8,000.00 B43 GROUT FILL AND ABANDON 24"-36" PIPE LF 200 $60.00 $12,000.00 B44 REMOVE EXISTING 6"-18" CMP/HDPE LF 50 $22.00 $1,100.00 B45 REMOVE EXISTING 24"-36" CMP/HDPE LF 50 $29.00 $1,450.00 B46 REMOVE EXISTING 42"-54" CMP/HDPE LF 50 $45.00 $2,250.00 B47 REMOVE EXISTING 60+" CMP/HDPE LF 50 $59.00 $2,950.00 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 acture IDIQ FY21-23 Report Created On: 7/29/21 7:37:35 PM B48 REMOVE EXISTING 6"-18" RCP LF 1000 $22.00 $22,000.00 B49 REMOVE EXISTING 24"-36" RCP LF 500 $40.00 $20,000.00 B50 REMOVE EXISTING 42"-54" RCP LF 100 $48.00 $4,800.00 B51 REMOVE EXISTING 60+" RCP LF 100 $75.00 $7,500.00 B52 REMOVE EXISTING BOX CULVERT (0-10 SF EFFECTIVE OPENING) LF 500 $60.00 $30,000.00 B53 REMOVE EXISTING BOX CULVERT (11-20 SF EFFECTIVE OPENING) LF 500 $100.00 $50,000.00 B54 REMOVE EXISTING BOX CULVERT (21-30 SF EFFECTIVE OPENING) LF 250 $125.00 $31,250.00 B55 REMOVE EXISTING BOX CULVERT (31-40 SF EFFECTIVE OPENING) LF 100 $150.00 $15,000.00 B56 REMOVE EXISTING BOX CULVERT (41-50 SF EFFECTIVE OPENING) LF 50 $175.00 $8,750.00 B57 REMOVE EXISTING BOX CULVERT (51-60 SF EFFECTIVE OPENING) LF 50 $185.00 $9,250.00 B58 REMOVE EXISTING BOX CULVERT (61-70 SF EFFECTIVE OPENING) LF 50 $200.00 $10,000.00 B59 REMOVE EXISTING BOX CULVERT (71-80 SF EFFECTIVE OPENING) LF 50 $215.00 $10,750.00 B60 REMOVE EXISTING BOX CULVERT (81-90 SF EFFECTIVE OPENING) LF 50 $225.00 $11,250.00 B61 REMOVE EXISTING BOX CULVERT (91- 100 SF EFFECTIVE OPENING) LF 50 $245.00 $12,250.00 B62 REMOVE EXISTING BOX CULVERT (101- 110 SF EFFECTIVE OPENING) LF 50 $255.00 $12,750.00 B63 REMOVE EXISTING BOX CULVERT (111- 120 SF EFFECTIVE OPENING) LF 50 $265.00 $13,250.00 B64 REMOVE EXISTING BOX CULVERT (121- 130 SF EFFECTIVE OPENING) LF 50 $275.00 $13,750.00 B65 REMOVE EXISTING BOX CULVERT (131- 140 SF EFFECTIVE OPENING) LF 50 $285.00 $14,250.00 B66 REMOVE EXISTING BOX CULVERT (141- 150 SF EFFECTIVE OPENING) LF 50 $300.00 $15,000.00 Subtotal: $960,000.00 PART C - STORM CULVERTS (ITEMS C1 THRU C81) DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 acture IDIQ FY21-23 Report Created On: 7/29/21 7:37:35 PM No. Description Unit Qty Unit Price Ext Price C1 CIPP LINING OF EXISTING 18"-30" PIPE LF 150 $525.00 $78,750.00 C2 CIPP LINING OF EXISTING 36"-42" PIPE LF 100 $750.00 $75,000.00 C3 CIPP LINING OF EXISTING 48"-60" PIPE LF 50 $1,100.00 $55,000.00 C4 STORM SEAL OF EXISTING 18"-30" PIPE LF 150 $350.00 $52,500.00 C5 STORM SEAL OF EXISTING 36"-42" PIPE LF 100 $400.00 $40,000.00 C6 STORM SEAL OF EXISTING 48"-60" PIPE LF 50 $450.00 $22,500.00 C7 18"-24" HP PIPE LF 100 $75.00 $7,500.00 C8 30"-36" HP PIPE LF 100 $140.00 $14,000.00 C9 18"-24" CLASS III RCP LF 5000 $90.00 $450,000.00 C10 30"-36" CLASS III RCP LF 2000 $150.00 $300,000.00 C11 42"-48" CLASS III RCP LF 100 $200.00 $20,000.00 C12 54"-60" CLASS III RCP LF 100 $300.00 $30,000.00 C13 REINFORCED CONCRETE ARCH PIPE CLASS III (DESIGN 1) (18" EQUIVALENT DIAMETER) LF 500 $165.00 $82,500.00 C14 REINFORCED CONCRETE ARCH PIPE CLASS III (DESIGN 3) (24" EQUIVALENT DIAMETER) LF 250 $185.00 $46,250.00 C15 REINFORCED CONCRETE ARCH PIPE CLASS III (DESIGN 4) (30" EQUIVALENT DIAMETER) LF 100 $215.00 $21,500.00 C16 REINFORCED CONCRETE ARCH PIPE CLASS III (DESIGN 5) (36" EQUIVALENT DIAMETER) LF 100 $285.00 $28,500.00 C17 18"-24" CLASS IV RCP LF 2500 $100.00 $250,000.00 C18 30"-36" CLASS IV RCP LF 1000 $165.00 $165,000.00 C19 42"-48" CLASS IV RCP LF 50 $300.00 $15,000.00 C20 54"-60" CLASS IV RCP LF 50 $350.00 $17,500.00 C21 REINFORCED CONCRETE ARCH PIPE CLASS IV (DESIGN 1) (18" EQUIVALENT DIAMETER) LF 300 $185.00 $55,500.00 C22 REINFORCED CONCRETE ARCH PIPE CLASS IV (DESIGN 3) (24" EQUIVALENT DIAMETER) LF 200 $200.00 $40,000.00 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 acture IDIQ FY21-23 Report Created On: 7/29/21 7:37:35 PM C23 REINFORCED CONCRETE ARCH PIPE CLASS IV (DESIGN 4) (30" EQUIVALENT DIAMETER) LF 100 $225.00 $22,500.00 C24 REINFORCED CONCRETE ARCH PIPE CLASS IV(DESIGN 5) (36" EQUIVALENT DIAMETER) LF 100 $285.00 $28,500.00 C25 PRECAST REINFORCED CONCRETE BOX CULVERT (0-10 SF EFFECTIVE OPENING) LF 500 $330.00 $165,000.00 C26 PRECAST REINFORCED CONCRETE BOX CULVERT (11-20 SF EFFECTIVE OPENING) LF 500 $370.00 $185,000.00 C27 PRECAST REINFORCED CONCRETE BOX CULVERT (21-30 SF EFFECTIVE OPENING) LF 500 $475.00 $237,500.00 C28 PRECAST REINFORCED CONCRETE BOX CULVERT (31-40 SF EFFECTIVE OPENING) LF 500 $625.00 $312,500.00 C29 PRECAST REINFORCED CONCRETE BOX CULVERT (41-50 SF EFFECTIVE OPENING) LF 500 $675.00 $337,500.00 C30 PRECAST REINFORCED CONCRETE BOX CULVERT (51-60 SF EFFECTIVE OPENING) LF 250 $715.00 $178,750.00 C31 PRECAST REINFORCED CONCRETE BOX CULVERT (61-70 SF EFFECTIVE OPENING) LF 250 $850.00 $212,500.00 C32 PRECAST REINFORCED CONCRETE BOX CULVERT (71-80 SF EFFECTIVE OPENING) LF 250 $900.00 $225,000.00 C33 PRECAST REINFORCED CONCRETE BOX CULVERT (81-90 SF EFFECTIVE OPENING) LF 250 $955.00 $238,750.00 C34 PRECAST REINFORCED CONCRETE BOX CULVERT (91-100 SF EFFECTIVE OPENING) LF 250 $1,005.00 $251,250.00 C35 PRECAST REINFORCED CONCRETE BOX CULVERT (101-110 SF EFFECTIVE OPENING) LF 100 $1,150.00 $115,000.00 C36 PRECAST REINFORCED CONCRETE BOX CULVERT (111-120 SF EFFECTIVE OPENING) LF 100 $1,350.00 $135,000.00 C37 PRECAST REINFORCED CONCRETE BOX CULVERT (121-130 SF EFFECTIVE OPENING) LF 100 $1,475.00 $147,500.00 C38 PRECAST REINFORCED CONCRETE BOX CULVERT(131-140 SF EFFECTIVE OPENING) LF 100 $1,650.00 $165,000.00 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 acture IDIQ FY21-23 Report Created On: 7/29/21 7:37:35 PM C39 PRECAST REINFORCED CONCRETE BOX CULVERT(141-150 SF EFFECTIVE OPENING) LF 100 $1,850.00 $185,000.00 C40 CAST -IN-PLACE REINFORCED CONCRETE BOX CULVERT (0-10 SF EFFECTIVE OPENING) LF 100 $360.00 $36,000.00 C41 CAST -IN-PLACE REINFORCED CONCRETE BOX CULVERT (11-20 SF EFFECTIVE OPENING) LF 100 $400.00 $40,000.00 C42 CAST -IN-PLACE REINFORCED CONCRETE BOX CULVERT (21-30 SF EFFECTIVE OPENING) LF 100 $525.00 $52,500.00 C43 CAST -IN-PLACE REINFORCED CONCRETE BOX CULVERT (31-40 SF EFFECTIVE OPENING) LF 100 $650.00 $65,000.00 C44 CAST -IN-PLACE REINFORCED CONCRETE BOX CULVERT (41-50 SF EFFECTIVE OPENING) LF 100 $725.00 $72,500.00 C45 CAST -IN-PLACE REINFORCED CONCRETE BOX CULVERT (51-60 SF EFFECTIVE OPENING) LF 50 $750.00 $37,500.00 C46 CAST -IN-PLACE REINFORCED CONCRETE BOX CULVERT (61-70 SF EFFECTIVE OPENING) LF 50 $800.00 $40,000.00 C47 CAST -IN-PLACE REINFORCED CONCRETE BOX CULVERT (71-80 SF EFFECTIVE OPENING) LF 50 $925.00 $46,250.00 C48 CAST -IN-PLACE REINFORCED CONCRETE BOX CULVERT (81-90 SF EFFECTIVE OPENING) LF 50 $1,000.00 $50,000.00 C49 CAST -IN-PLACE REINFORCED CONCRETE BOX CULVERT (91-100 SF EFFECTIVE OPENING) LF 50 $1,100.00 $55,000.00 C50 HYDRO EXCAVATE TRENCH LF 100 $20.00 $2,000.00 C51 TRENCH SAFETY FOR PIPE/BOX(4'-6') LF 5000 $30.00 $150,000.00 C52 TRENCH SAFETY FOR PIPE/BOX(6'-8') LF 2500 $50.00 $125,000.00 C53 TRENCH SAFETY FOR PIPE/BOX(8'-10') LF 2500 $55.00 $137,500.00 C54 TRENCH SAFETY FOR PIPE/BOX (10'-12') LF 1000 $115.00 $115,000.00 C55 TRENCH SAFETY FOR PIPE/BOX(12'-14') LF 1000 $150.00 $150,000.00 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 acture IDIQ FY21-23 Report Created On: 7/29/21 7:37:35 PM C56 TRENCH SAFETY FOR PIPE/BOX(14'-16') LF 500 $185.00 $92,500.00 C57 TRENCH SAFETY FOR PIPE/BOX(16'-18') LF 500 $200.00 $100,000.00 C58 TRENCH SAFETY FOR PIPE/BOX(18'-20') LF 500 $295.00 $147,500.00 C59 CCTV INSPECTION OF EXISTING PIPE/BOX LF 5000 $8.00 $40,000.00 C60 MANNED INSPECTION OF EXISTING PIPE/BOX LF 1000 $12.00 $12,000.00 C61 CLEAN OUT EXISTING CURB INLET EA 10 $750.00 $7,500.00 C62 CLEAN OUT EXISTING STORM MANHOLE EA 5 $550.00 $2,750.00 C63 CLEAN OUT EXISTING PIPE (6"-18") LF 2500 $10.00 $25,000.00 C64 CLEAN OUT EXISTING PIPE (24"-36") LF 1500 $17.50 $26,250.00 C65 CLEAN OUT EXISTING PIPE (42"-54") LF 500 $20.00 $10,000.00 C66 CLEAN OUT EXISTING PIPE (60"+) LF 250 $30.00 $7,500.00 C67 CLEAN OUT EXISTING BOX CULVERT (2' SPAN) LF 500 $30.00 $15,000.00 C68 CLEAN OUT EXISTING BOX CULVERT (3' SPAN) LF 250 $35.00 $8,750.00 C69 CLEAN OUT EXISTING BOX CULVERT (4' SPAN) LF 100 $40.00 $4,000.00 C70 CLEAN OUT EXISTING BOX CULVERT (5' SPAN) LF 100 $45.00 $4,500.00 C71 CLEAN OUT EXISTING BOX CULVERT (6' SPAN) LF 100 $50.00 $5,000.00 C72 CLEAN OUT EXISTING BOX CULVERT (7' SPAN) LF 50 $60.00 $3,000.00 C73 CLEAN OUT EXISTING BOX CULVERT (8' SPAN) LF 50 $65.00 $3,250.00 C74 CLEAN OUT EXISTING BOX CULVERT (9' SPAN) LF 50 $85.00 $4,250.00 C75 CLEAN OUT EXISTING BOX CULVERT (10' SPAN) LF 50 $95.00 $4,750.00 C76 CLEAN OUT EXISTING BOX CULVERT (11' SPAN) LF 50 $115.00 $5,750.00 C77 CLEAN OUT EXISTING BOX CULVERT (12' SPAN) LF 50 $125.00 $6,250.00 C78 WELL POINTING LF 5000 $60.00 $300,000.00 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 acture IDIQ FY21-23 Report Created On: 7/29/21 7:37:35 PM C79 WELL POINTING (ON PADRE/MUSTANG ISLAND/FLOUR BLUFF) LF 2500 $65.00 $162,500.00 C80 CEMENT STABILIZED SAND CY 250 $55.00 $13,750.00 C81 DISPOSAL OF CONTAMINATED GROUNDWATER ALLOWANCE AL 1 $7,500.00 $7,500.00 Subtotal: $7,202,750.00 PART D - STORM STRUCTURUES (ITEMS D1 THRU D71) No. Description Unit Qty Unit Price Ext Price D1 5' CURB INLET EA 5 $5,250.00 $26,250.00 D2 5' CURB INLET (TYPE 2) EA 1 $5,750.00 $5,750.00 D3 5' CURB INLET (TYPE 3) EA 1 $5,500.00 $5,500.00 D4 5' CURB INLET (TYPE 4) EA 1 $5,500.00 $5,500.00 D5 5' CURB INLET THROAT EXTENSION EA 5 $2,500.00 $12,500.00 D6 CITY STANDARD GRATE INLET EA 5 $4,500.00 $22,500.00 D7 3'X3' GRATE INLET EA 5 $3,500.00 $17,500.00 D8 4'X4' GRATE INLET EA 5 $4,000.00 $20,000.00 D9 3'X3' POST INLET EA 5 $3,300.00 $16,500.00 D10 4'X4' POST INLET EA 5 $3,600.00 $18,000.00 D11 4' DIAMETER TYPE 'A' MANHOLE (DEPTH < 6') EA 10 $3,750.00 $37,500.00 D12 5' DIAMETER TYPE 'A' MANHOLE (DEPTH < 6') EA 5 $3,950.00 $19,750.00 D13 6' DIAMETER TYPE 'A' MANHOLE (DEPTH < 6') EA 5 $6,150.00 $30,750.00 D14 3'X3' MANHOLE RISER EA 5 $3,500.00 $17,500.00 D15 4' MANHOLE EXTRA DEPTH (DEPTH > 6') VF 20 $1,000.00 $20,000.00 D16 5' MANHOLE EXTRA DEPTH (DEPTH > 6') VF 20 $1,250.00 $25,000.00 D17 6' MANHOLE EXTRA DEPTH (DEPTH > 6') VF 20 $1,500.00 $30,000.00 D18 JUNCTION BOX WITH 0-10 SF TOP SLAB AREA EA 5 $7,500.00 $37,500.00 D19 JUNCTION BOX WITH 11-20 SF TOP SLAB AREA EA 5 $10,000.00 $50,000.00 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 acture IDIQ FY21-23 Report Created On: 7/29/21 7:37:35 PM D20 JUNCTION BOX WITH 21-30 SF TOP SLAB AREA EA 5 $11,500.00 $57,500.00 D21 JUNCTION BOX WITH 31-40 SF TOP SLAB AREA EA 2 $12,500.00 $25,000.00 D22 JUNCTION BOX WITH 41-50 SF TOP SLAB AREA EA 2 $15,000.00 $30,000.00 D23 JUNCTION BOX WITH 51-70 SF TOP SLAB AREA EA 2 $19,000.00 $38,000.00 D24 JUNCTION BOX WITH 71-90 SF TOP SLAB AREA EA 2 $20,000.00 $40,000.00 D25 JUNCTION BOX WITH 91-110 SF TOP SLAB AREA EA 1 $25,000.00 $25,000.00 D26 JUNCTION BOX WITH 111-130 SF TOP SLAB AREA EA 1 $28,000.00 $28,000.00 D27 JUNCTION BOX WITH 131-150 SF TOP SLAB AREA EA 1 $31,000.00 $31,000.00 D28 JUNCTION BOX WITH 151-170 SF TOP SLAB AREA EA 1 $33,000.00 $33,000.00 D29 JUNCTION BOX WITH 171-200 SF TOP SLAB AREA EA 1 $35,000.00 $35,000.00 D30 JUNCTION BOX WITH 201-230 SF TOP SLAB AREA EA 1 $38,000.00 $38,000.00 D31 TRENCH SAFETY FOR MANHOLE/JUNCTION BOX/INLET(4'-6') EA 10 $1,000.00 $10,000.00 D32 TRENCH SAFETY FOR MANHOLE/JUNCTION BOX/INLET(6'-8') EA 5 $2,000.00 $10,000.00 D33 TRENCH SAFETY FOR MANHOLE/JUNCTION BOX/INLET(8'-10') EA 2 $2,750.00 $5,500.00 D34 TRENCH SAFETY FOR MANHOLE/JUNCTION BOX/INLET (10'- 12') EA 2 $4,000.00 $8,000.00 D35 TRENCH SAFETY FOR MANHOLE/JUNCTION BOX/INLET (12'- 14') EA 2 $4,500.00 $9,000.00 D36 TRENCH SAFETY FOR MANHOLE/JUNCTION BOX/INLET(14'- 16') EA 2 $5,500.00 $11,000.00 D37 TRENCH SAFETY FOR MANHOLE/JUNCTION BOX/INLET (16'- EA 2 $6,500.00 $13,000.00 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 acture IDIQ FY21-23 Report Created On: 7/29/21 7:37:35 PM 18') D38 TRENCH SAFETY FOR MANHOLE/JUNCTION BOX/INLET (18'- 20') EA 2 $8,500.00 $17,000.00 D39 REPLACE EXISTING STORM WATER MANHOLE RING AND COVER EA 3 $2,500.00 $7,500.00 D40 ADJUST EXISTING STORM WATER MANHOLE RING AND COVER EA 3 $1,250.00 $3,750.00 D41 SAFETY END TREATMENT (TYPE I) (3:1) (0 -10 SF EFFECTIVE OPENING) EA 10 $1,250.00 $12,500.00 D42 SAFETY END TREATMENT (TYPE I) (3:1) (11 -20 SF EFFECTIVE OPENING) EA 6 $2,500.00 $15,000.00 D43 SAFETY END TREATMENT (TYPE I) (3:1) (21 -30 SF EFFECTIVE OPENING) EA 2 $5,500.00 $11,000.00 D44 SAFETY END TREATMENT (TYPE I) (6:1) (0 -10 SF EFFECTIVE OPENING) EA 10 $6,800.00 $68,000.00 D45 SAFETY END TREATMENT (TYPE I) (6:1) (11 -20 SF EFFECTIVE OPENING) EA 6 $2,650.00 $15,900.00 D46 SAFETY END TREATMENT (TYPE I) (6:1) (21 -30 SF EFFECTIVE OPENING) EA 2 $5,800.00 $11,600.00 D47 SAFETY END TREATMENT (TYPE II) (3:1) (18"-30") EA 50 $2,500.00 $125,000.00 D48 SAFETY END TREATMENT (TYPE II) (3:1) (36"-42") EA 20 $5,500.00 $110,000.00 D49 SAFETY END TREATMENT (TYPE II) (3:1) (48"-60") EA 10 $6,800.00 $68,000.00 D50 SAFETY END TREATMENT (TYPE II) (6:1) (18"-30") EA 50 $2,650.00 $132,500.00 D51 SAFETY END TREATMENT (TYPE II) (6:1) (36"-42") EA 20 $5,800.00 $116,000.00 D52 SAFETY END TREATMENT (TYPE II) (6:1) (48"-60") EA 10 $8,500.00 $85,000.00 D53 HEADWALL/WINGWALL (HW = 3') LF 100 $75.00 $7,500.00 D54 HEADWALL/WINGWALL (HW = 4') LF 100 $85.00 $8,500.00 D55 HEADWALL/WINGWALL (HW = 5') LF 100 $95.00 $9,500.00 D56 HEADWALL/WINGWALL (HW = 6') LF 100 $105.00 $10,500.00 D57 HEADWALL/WINGWALL (HW = 7') LF 100 $120.00 $12,000.00 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 acture IDIQ FY21-23 Report Created On: 7/29/21 7:37:35 PM D58 HEADWALL/WINGWALL (HW = 8') LF 100 $135.00 $13,500.00 D59 HEADWALL/WINGWALL (HW = 9') LF 100 $150.00 $15,000.00 D60 HEADWALL/WINGWALL (HW = 10') LF 100 $180.00 $18,000.00 D61 HEADWALL/WINGWALL (HW = 11') LF 100 $200.00 $20,000.00 D62 HEADWALL/WINGWALL (HW = 12') LF 100 $210.00 $21,000.00 D63 HEADWALL/WINGWALL (HW = 13') LF 100 $220.00 $22,000.00 D64 HEADWALL/WINGWALL (HW = 14') LF 100 $230.00 $23,000.00 D65 HEADWALL/WINGWALL (HW = 15') LF 100 $245.00 $24,500.00 D66 HEADWALL/WINGWALL (HW = 16') LF 100 $260.00 $26,000.00 D67 CONNECT TO EXISTING CURB INLET EA 10 $2,000.00 $20,000.00 D68 CONNECT TO EXISTING MANHOLE EA 5 $2,500.00 $12,500.00 D69 CONNECT TO EXISTING HEADWALL/WINGWALL EA 5 $2,500.00 $12,500.00 D70 CONNECT TO EXISTING BOX CULVERT EA 5 $2,500.00 $12,500.00 D71 TEMPORARY COFFERDAM LF 1000 $400.00 $400,000.00 Subtotal: $2,352,250.00 PART E - BRIDGE IMPROVEMENTS (ITEMS El THRU E5) No. Description Unit Qty Unit Price Ext Price El METAL BEAM GUARD FENCE LF 5000 $65.00 $325,000.00 E2 TYPE PR11 PEDESTRIAN RAIL LF 1000 $175.00 $175,000.00 E3 TYPE PR22 PEDESTRIAN RAIL LF 1000 $155.00 $155,000.00 E4 DELINEATOR SIGN AND POST EA 100 $125.00 $12,500.00 E5 GUARDRAIL TERMINAL EA 10 $3,250.00 $32,500.00 Subtotal: $700,000.00 PART F - CHANNEL IMPROVEMENTS (ITEMS F1 THRU F6) No. Description Unit Qty Unit Price Ext Price F1 CHANNEL EXCAVATION CY 50000 $16.00 $800,000.00 F2 DETENTION POND EXCAVATION CY 10000 $13.00 $130,000.00 F3 5" CONCRETE CHANNEL LINING SY 7500 $71.00 $532,500.00 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 acture IDIQ FY21-23 Report Created On: 7/29/21 7:37:35 PM F4 ARTICULATED CONCRETE BLOCK MATTING SF 5000 $13.00 $65,000.00 F5 SOIL RETENTION BLANKET SY 1000 $7.00 $7,000.00 F6 TURF REINFORCEMENT MATTING SY 1000 $13.00 $13,000.00 Subtotal: $1,547,500.00 PART G - UTILITY ADJUSTMENTS (ITMES G1 THRU G6) No. Description Unit Qty Unit Price Ext Price G1 ADJUST EXISTING WATERLINE (3/4"-4") LF 50 $125.00 $6,250.00 G2 ADJUST EXISTING WATERLINE (6"-10") LF 50 $150.00 $7,500.00 G3 ADJUST EXISTING WATERLINE (12"-16") LF 50 $250.00 $12,500.00 G4 ADJUST EXISTING WATER VALVE BOX EA 5 $1,250.00 $6,250.00 G5 ADJUST EXISTING GAS LINE (BACKFILL & COMPACTION ONLY) LF 50 $25.00 $1,250.00 G6 ADJUST EXISTING GAS VALVE BOX EA 5 $950.00 $4,750.00 Subtotal: $38,500.00 PART H - REHABILITATION AND REPAIRS (ITEMS H1 THRU H5) No. Description Unit Qty Unit Price Ext Price H1 REMOVE CULVERT AND REPAIR WALL (0- 10 SF) EA 2 $2,500.00 $5,000.00 H2 REMOVE CULVERT AND REPAIR WALL (11-20 SF) EA 2 $3,000.00 $6,000.00 H3 CLEAN AND REPAIR SPALLING (0-10 SF) EA 2 $1,500.00 $3,000.00 H4 CLEAN AND REPAIR SPALLING (11-20 SF) EA 2 $2,000.00 $4,000.00 H5 REHABILITATE EXISTING MANHOLE EA 2 $7,500.00 $15,000.00 Subtotal: $33,000.00 PART J - SITE WORK (ITEMS J1 THRU J9) No. Description Unit Qty Unit Price Ext Price J1 SITE CLEARING AND STRIPPING AC 1 $3,500.00 $3,500.00 J2 HAND CLEARING AC 1 $20,000.00 $20,000.00 J3 HEAVY BRUSH REMOVAL AND STRIPPING (MULCH IN PLACE) AC 1 $8,500.00 $8,500.00 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 acture IDIQ FY21-23 Report Created On: 7/29/21 7:37:35 PM J4 HEAVY BRUSH REMOVAL AND STRIPPING (HAUL OFF) AC 1 $15,000.00 $15,000.00 J5 SITE GRADING AC 1 $5,000.00 $5,000.00 J6 STREET EXCAVATION (1' B.O.C. - 2' AVG. DEPTH) SY 2500 $12.00 $30,000.00 J7 SUBGRADE PREPARATION (6" - 12") SY 2500 $3.00 $7,500.00 J8 SELECT FILL CY 500 $22.00 $11,000.00 J9 RESHAPE/REGRADE DITCH (0-4') LF 1000 $25.00 $25,000.00 Subtotal: $125,500.00 PART K - FLAT WORK (ITEMS K1 THRU K37) No. Description Unit Qty Unit Price Ext Price K1 4" CURB AND GUTTER LF 500 $22.00 $11,000.00 K2 STD. 6" CURB AND GUTTER LF 500 $35.00 $17,500.00 K3 6" REVERSE CURB AND GUTTER LF 100 $40.00 $4,000.00 K4 BOLLARD EA 10 $750.00 $7,500.00 K5 4"-6" CONCRETE RIPRAP SY 1000 $80.00 $80,000.00 K6 6"-8" STONE RIPRAP SY 1000 $75.00 $75,000.00 K7 5' VALLEY GUTTER LF 100 $50.00 $5,000.00 K8 CITY STANDARD SIDEWALK DRAIN EA 5 $450.00 $2,250.00 K9 CONCRETE FLUME LF 25 $125.00 $3,125.00 K10 CONCRETE DRIVEWAY SF 5000 $25.00 $125,000.00 K11 CONCRETE SIDEWALK SF 5000 $25.00 $125,000.00 K12 CONCRETE SIDEWALK RAMP SF 2500 $20.00 $50,000.00 K13 MILL EXISTING ASPHALT PAVEMENT(0"- 3") SY 500 $10.00 $5,000.00 K14 6" TYPE A, GRADE 1-2 CRUSHED LIMESTONE BASE SY 2500 $18.00 $45,000.00 K15 7" TYPE A, GRADE 1-2 CRUSHED LIMESTONE BASE SY 2500 $20.00 $50,000.00 K16 8" TYPE A, GRADE 1-2 CRUSHED LIMESTONE BASE SY 2500 $22.00 $55,000.00 K17 9" TYPE A, GRADE 1-2 CRUSHED LIMESTONE BASE SY 2500 $24.00 $60,000.00 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 acture IDIQ FY21-23 Report Created On: 7/29/21 7:37:35 PM K18 10" TYPE A, GRADE 1-2 CRUSHED LIMESTONE BASE SY 2500 $26.00 $65,000.00 K19 11 " TYPE A, GRADE 1-2 CRUSHED LIMESTONE BASE SY 2500 $28.00 $70,000.00 K20 12" TYPE A, GRADE 1-2 CRUSHED LIMESTONE BASE SY 2500 $30.00 $75,000.00 K21 6" REINFORCED CONCRETE PAVEMENT SY 2500 $65.00 $162,500.00 K22 7" REINFORCED CONCRETE PAVEMENT SY 2500 $70.00 $175,000.00 K23 8" REINFORCED CONCRETE PAVEMENT SY 2500 $75.00 $187,500.00 K24 9" REINFORCED CONCRETE PAVEMENT SY 2500 $80.00 $200,000.00 K25 10" REINFORCED CONCRETE PAVEMENT SY 2500 $85.00 $212,500.00 K26 11" REINFORCED CONCRETE PAVEMENT SY 2500 $88.00 $220,000.00 K27 12" REINFORCED CONCRETE PAVEMENT SY 2500 $90.00 $225,000.00 K28 3" TYPE 'B' HMAC SY 2500 $30.00 $75,000.00 K29 4" TYPE 'B' HMAC SY 2500 $36.00 $90,000.00 K30 5" TYPE 'B' HMAC SY 2500 $45.00 $112,500.00 K31 1.5"TYPE 'D' HMAC SY 2500 $20.00 $50,000.00 K32 2" TYPE 'D' HMAC SY 2500 $30.00 $75,000.00 K33 2.5"TYPE 'D' HMAC SY 2500 $33.00 $82,500.00 K34 3" TYPE 'D' HMAC SY 2500 $35.00 $87,500.00 K35 TX -5 GEOGRID SY 2500 $6.00 $15,000.00 K36 PRIME COAT(0.2 SY/GAL) GAL 500 $20.00 $10,000.00 K37 FULL -DEPTH PAVEMENT REPAIR SY 500 $200.00 $100,000.00 Subtotal: $3,010,375.00 PART L - TREE AND FENCE REMOVAL/REPLACEMENT (ITEMS L1 THRU L8) No. Description Unit Qty Unit Price Ext Price L1 TREE REMOVAL UP TO 8" IN DIAMETER EA 2 $750.00 $1,500.00 L2 TREE REMOVAL GREATER THAN 8" IN DIAMETER EA 2 $1,250.00 $2,500.00 L3 CUT SHRUBS AND APPLY HERBICIDE AC 1 $7,500.00 $7,500.00 L4 REMOVE AND REPLACE EXISTING WOODEN FENCE LF 100 $60.00 $6,000.00 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 acture IDIQ FY21-23 Report Created On: 7/29/21 7:37:35 PM L5 REMOVE AND REPLACE EXISTING CHAINLINK FENCE LF 100 $60.00 $6,000.00 L6 REMOVE AND REPLACE EXISTING SECURITY FENCE LF 100 $75.00 $7,500.00 L7 REMOVE AND REPLACE EXISTING WROUGHT IRON FENCE LF 100 $125.00 $12,500.00 L8 REMOVE AND REPLACE EXISTING BARBED WIRE FENCE LF 100 $60.00 $6,000.00 Subtotal: $49,500.00 PART M - STORM WATER POLLUTION PREVENTION (ITEMS M1 THRU M7) No. Description Unit Qty Unit Price Ext Price M1 INLET PROTECTION EA 20 $150.00 $3,000.00 M2 SILT FENCE LF 5000 $3.50 $17,500.00 M3 SEEDING SY 50000 $8.00 $400,000.00 M4 SODDING SY 10000 $13.00 $130,000.00 M5 ROCK FILTER DAM EA 10 $1,650.00 $16,500.00 M6 STABILIZED CONSTRUCTION ENTRANCE/EXIT EA 10 $2,500.00 $25,000.00 M7 TREE PROTECTION FENCE EA 10 $500.00 $5,000.00 Subtotal: $597,000.00 PART N - STRIPING AND TRAFFIC CONTROL (ITEMS N1 THRU N20) No. Description Unit Qty Unit Price Ext Price N1 REFL PAV MARK TY I (W) 4" (SLD) (090 MIL) LF 250 $3.00 $750.00 N2 REFL PAV MARK TY I (W) 4" (BRK) (090 MIL) LF 250 $4.00 $1,000.00 N3 REFL PAV MARK TY I (W) 8" (SLD) (090 MIL) LF 150 $5.00 $750.00 N4 REFL PAV MARK TY I (W) 12" (SLD) (090 MIL) LF 150 $7.00 $1,050.00 N5 REFL PAV MARK TY I (Y) 4" (SLD) (090 MIL) LF 250 $3.00 $750.00 N6 REFL PAV MARK TY I (Y) 4" (BRK) (090 MIL) LF 250 $4.00 $1,000.00 DocuSign Envelope ID: C66792DD-29F1-4FBE-9324-169C0D29C809 acture IDIQ FY21-23 Report Created On: 7/29/21 7:37:35 PM N7 REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC (W) 24" (SLD) (125 MIL) LF 150 $18.00 $2,700.00 N8 REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC (Y) 24" (SLD) (125 MIL) LF 150 $22.00 $3,300.00 N9 REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC (W) (ARROW) (125 MIL) EA 5 $375.00 $1,875.00 N10 REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC (W) (WORD) (125 MIL) EA 5 $450.00 $2,250.00 N11 REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC (W) 18" (YLDTRI) (125 MIL) LF 50 $55.00 $2,750.00 N12 REFL PAV MRKR TY II -A -A EA 10 $15.00 $150.00 N13 REFL PAV MRKR TY I -C EA 10 $15.00 $150.00 N14 REFL PAV MRKR TY II -C-R EA 10 $15.00 $150.00 N15 REFL PAV MRKR TY II -B -B EA 5 $15.00 $75.00 N16 REMOVE AND REPLACE SIGNAGE EA 50 $950.00 $47,500.00 N17 PORTABLE CHANGEABLE MESSAGE SIGNS (PCMS) DAY 30 $150.00 $4,500.00 N18 FLASHING ARROW BOARDS DAY 30 $100.00 $3,000.00 N19 TEMPORARY TRAFFIC SIGNALS DAY 30 $1,250.00 $37,500.00 N20 PREPARATION AND IMPLEMENTATION OF TRAFFIC CONTROL PLAN ALLOWANCE AL 1 $10,000.00 $10,000.00 Subtotal: $121,200.00 ""'-707__ -9– / CONSTRUCTION SET" DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1CBD001A39 CONTRACT DOCUMENTS FOR CONSTRUCTION OF STORM WATER INFRASTRUCTURE IDIQ PROJECT NUMBER 20144, 21105 & 21107 LJ� LJA ENGINEERING TBPE Firm Reg. No. F-1386 5350 SOUTH STAPLES STREET, SUITE 425 CORPUS CHRISTI, TEXAS 78411 PHONE: 361.991.8550 WWW.LJA.COM Record Drawing Number: STO-574 May 21, 2021 May 21, 2021 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 Addendum No: 1 STORM WATER INFRASCTRUCTURE IDIQ FY 21-23 PROJECT NO. 21044, 21105, 21107 ADDENDUM #1 CITY OF CORPUS CHRISTI CONTRACTS AND PROCUREMENT Addendum Date: July 21, 2021 Bidder must acknowledge the receipt of this addendum in its bid. Failure of the Bidder to acknowledge this Addendum may result in City's rejection for the Bidder for non -responsiveness. REQUEST FOR CLARIFICATIONS Please see attached responses to the request for clarifications. Q1. Will CC consider or allow structural spincast lining of pipe 48" and larger as Cast In Place? Al. Structural spincast lining will be considered in lieu of CIPP lining on a case by case basis. Bid Items C4-C6 Storm Seal of Existing 18"-60" Pipe have been included in the Bid Form. Reference Specification 038001-T for Storm Seal (structural spincast lining), or approved equal, requirements. "ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED" Lois Hinojosa Procurement Officer Page 1 of 1 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 00 0100 TABLE OF CONTENTS Division / Section Title Division 00 Contracting Requirements 00 52 23 Agreement (Rev 8-2019) 00 72 00 General Conditions (Rev 12-2020) 00 73 00 Supplementary Conditions (Rev 2-2020) Division 01 General Requirements 01 11 00 Summary of Work (Rev 10-2018) 01 23 10 Alternates and Allowances (Rev 5-2020) 01 29 01 Measurement and Basis for Payment (Rev 5-2020) 01 33 01 Submittal Register (Rev 10-2018) 01 35 00 Special Procedures (Rev 10-2018) 01 50 00 Temporary Facilities and Controls (Rev 8-2019) 01 57 00 Temporary Controls (Rev8-2019) Part S Standard Specifications Division 02 Site Work 021020 Site Clearing and Stripping 021040 Site Grading 021080 Removing Abandoned Structures 022020 Excavation and Backfill for Utilities 022021 Control of Groundwater 022022 Trench Safety 022040 Street Excavation 022060 Channel Excavation 022080 Embankment 022100 Select Material 022420 Silt Fence 025202 Scarifying and Reshaping Base Course 025205 Pavement Repair, Curb, Gutter, Sidewalk & Driveway Replacement 025223 Crushed Limestone Flexible Base 025404 Asphalts, Oils, & Emulsions 025412 Prime Coat Table of Contents Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 000100-1 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 Division / Section Title 025424 Hot Mix Asphaltic Concrete Pavement (Class A) 025608 Inlets 025610 Concrete Curb & Gutter 025612 Concrete Sidewalks & Driveways 025614 Concrete Curb Ramps 025620 Portland Cement Concrete Pavement 025802 Temporary Traffic Controls During Construction 025805 Work Zone Pavement Markings 025807 Pavement Markings (Paint and Thermoplastic) 025813 Preformed Thermoplastic Striping, Words & Emblems 025816 Raised Pavement Markers 025818 Pavement Markers (Reflectorized) (TxDOT DMS -4200) 025828 Bituminous Adhesive for Pavement Markers (TxDOT DMS 6130) 027202 Manholes 027402 Reinforced Concrete Pipe Culverts 027404 Concrete Box Culverts 027611 Cleaning and Televised Inspection of Conduits 028040 Sodding 028300 Fence Relocation 028320 Chain Link Fence 028340 Chain Link Security Fence 028370 Barbed Wire Fence Division 03 Concrete 030020 Portland Cement Concrete 032020 Reinforcing Steel 037040 Epoxy Compounds 038000 Concrete Structures Division 05 Metals 055420 Frames, Grates, Rings & Covers Table of Contents Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 000100-2 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 Table of Contents Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 000100-3 Rev 12/2020 Part T Technical Specifications 021340-T Bank Sand Bedding and Backfill 022410-T Storm Water Pollution Prevention 027614-T Cured -in -Place -Pipe (CIPP) Rehabilitation of Gravity Line 028020-T Seeding 038001-T Storm Seal for Rehab. of CMP, Concrete Pipe, Culverts, Catch Basins & Storm Drains 313519-T Erosion Control Turf Reinforcement Matting 330533-T HP Pipe TxDOT Special Specifications TxDOT 169 Soil Retention Blanket TxDOT 300 Asphalts, Oils, and Emulsions TxDOT 400 Excavation and Backfill for Structures (FOR COFFERDAM USE ONLY) TxDOT 423 Retaining Walls TxDOT 427 Surface Finishes for Concrete TxDOT 429 Concrete Structure Repair TxDOT 431 Pneumatically Placed Concrete TxDOT 432 Riprap TxDOT 438 Cleaning and Sealing Joints TxDOT 441 Steel Structures TxDOT 442 Metal for Structures TxDOT 445 Galvanizing TxDOT 449 Anchor Bolts TxDOT 450 Railing TxDOT 451 Retrofit Railing TxDOT 464 Reinforced Concrete Pipe (FOR REINFORCED CONCRETE ARCH PIPE USE ONLY) TxDOT 480 Cleaning Existing Culverts TxDOT 506 Temporary Erosion, Sedimentation, and Environmental Controls TxDOT 540 Metal Beam Guard Fence TxDOT 542 Removing Metal Beam Guard Fence TxDOT 544 Guardrail End Treatments TxDOT 658 Delineator and Object Marker Assemblies TxDOT 720 Repair of Spalling in Concrete Pavement TxDOT 740 Graffiti Removal and Anti -Graffiti Coating Table of Contents Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 000100-3 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 TxDOT 752 Tree and Brush Removal TxDOT 770 Guard Fence Repair TxDOT 776 Metal Rail Repair TxDOT 780 Concrete Crack Repair TxDOT 4014 Interlocking Articulating Concrete Blocks Drawings Drawings and Other Design Documents See Plan Set Title Sheet Appendix Title 1 Example Delivery Order 1: Park Road 22 Storm Water Improvements 2 Example Delivery Order 2: Williams Ditch (Phase 1) Storm Water Improvements 3 Example Delivery Order 3: Bison Drive Culvert Bridge Improvements END OF SECTION Table of Contents Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 000100-4 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 DIVISION 00 Procurement and Contracting Requirements DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 00 52 23 AGREEMENT This Agreement 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: Storm Water Infrastructure IDIQ Project No. 20144, 21105 & 21107 ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: UA Engineering, Inc. —Jeff Covm, PE — Vice President 5350 South Staples Street, Suite 425 Corpus Christi, TX 78411 icoym@lia.com 2.02 The Owner's Authorized Representative for this Project is: Name of Owner's Authorized Representative Office Address City, State, Zip Code Email ARTICLE 3 — CONTRACT TIMES 3.01 Contract Times A. The City intends to award this contract for an initial one-year/12-month period, with the option to administratively renew for two (2) additional one-year/12-month periods. The City's Department of Engineering Services will determine whether to exercise an option to renew based on the Contractor's successful performance of the work on all Delivery Orders, the recommendation of the City's Design Engineer, Construction Management & Inspection Team, approval by the City's Director of Engineering Services, and the concurrence of the Agreement Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 005223-1 Rev 7/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 Contractor. The contract allows for a City -approved economic adjustment to apply to a renewal period, based upon published cost -of -construction indices acceptable to the City. This Project will be executed by multiple indefinite quantity Delivery Orders as required by the City, in accordance with the plans, specifications, and contract documents. Each Delivery Order will stipulate the Substantial Completion date, is to be completed according to the terms of the Delivery Order, and is eligible for Final Payment 30 days after the date for Substantial Completion. B. Performance of the Work is required as shown in Paragraph 7.02 of the General Conditions. C. Milestones, and the dates for completion of each, are as defined in Section 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties 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 $750.00 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 17.16 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 — CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 15.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and Agreement Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 005223-2 Rev 7/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 17 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to the full amount of the total earned value to date for completed Work minus the retainage listed below and properly stored materials will be made prior to Substantial Completion. 1. The standard retainage is 5 percent. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set -offs determined in accordance with Paragraph 17.01 of the General Conditions. D. At the Owner's option, retainage may be increased to a higher percentage rate, not to exceed ten percent, 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 17.01 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 17.16 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. Invoices must comply with Article 17 of the General Conditions. 6.02 Except as specified in Article 5, the Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. Agreement Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 005223-3 Rev 7/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 ARTICLE 7 — CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 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 Agreement Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 005223-4 Rev 7/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. M. CONTRACTOR SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS THE OWNER'S INDEMNITEES IN ACCORDANCE WITH PARAGRAPH 7.14 OF THE GENERAL CONDITIONS AND THE SUPPLEMENTARY CONDITIONS. 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 15.01 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. Exhibits to this Agreement: a. Contractor's Bid Form. 2. Specifications, forms, and documents listed in SECTION 00 01 00 TABLE OF CONTENTS. 3. Drawings listed in the Sheet Index. 4. Solicitation documents and Contractor's response, which are incorporated by reference. 5. Addenda, which are incorporated by reference. 6. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award, which is incorporated by reference. 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. Agreement Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 005223-5 Rev 7/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 ARTICLE 10 — CONTRACT DOCUMENT SIGNATURES ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta City Secretary Michael Rodriguez Chief of Staff APPROVED AS TO LEGAL FORM: BY COUNCIL Assistant City Attorney AUTHORIZED ATTEST (IF CORPORATION) CONTRACTOR (Seal Below) By: Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Title: Address City State Zip Phone Fax EMail END OF SECTION Agreement Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 005223-6 Rev 7/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1— Definitions and Terminology 10 1.01 Defined Terms 10 1.02 Terminology 15 Article 2 — Preliminary Matters 16 2.01 Delivery of Bonds and Evidence of Insurance 16 2.02 Copies of Documents 16 2.03 Project Management System 16 2.04 Before Starting Construction 17 2.05 Preconstruction Conference; Designation of Authorized Representatives 17 Article 3 — Contract Documents: Intent, Requirements, Reuse 17 3.01 Intent 17 3.02 Reference Standards 18 3.03 Reporting and Resolving Discrepancies 19 3.04 Interpretation of the Contract Documents 20 3.05 Reuse of Documents 20 Article 4 — Commencement and Progress of the Work 20 4.01 Commencement of Contract Times; Notice to Proceed 20 4.02 Starting the Work 20 4.03 Progress Schedule 21 4.04 Delays in Contractor's Progress 21 Article 5 —Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions 22 5.01 Availability of Lands 22 5.02 Use of Site and Other Areas 22 5.03 Subsurface and Physical Conditions 23 5.04 Differing Subsurface or Physical Conditions 24 5.05 Underground Facilities 25 5.06 Hazardous Environmental Conditions at Site 26 Article 6 — Bonds and Insurance 28 6.01 Performance, Payment, and Other Bonds 28 General Conditions Corpus Christi Standards 007200-1 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 6.02 Licensed Sureties 29 6.03 Required Minimum Insurance Coverage 29 6.04 General Insurance Provisions 29 6.05 Contractor's Insurance 30 6.06 Property Insurance 33 6.07 Waiver of Rights 34 6.08 Owner's Insurance for Project 34 6.09 Acceptable Evidence of Insurance 35 6.10 Certificate of Insurance 35 6.11 Insurance Policies 35 6.12 Continuing Evidence of Coverage 35 6.13 Notices Regarding Insurance 35 6.14 Texas Workers' Compensation Insurance Required Notice 36 Article 7 - Contractor's Responsibilities 38 7.01 Supervision and Superintendence 38 7.02 Labor; Working Hours 38 7.03 Services, Materials, and Equipment 39 7.04 Concerning Subcontractors, Suppliers, and Others 39 7.05 Patent Fees and Royalties 40 7.06 Permits 41 7.07 Taxes 41 7.08 Laws and Regulations 41 7.09 Safety and Protection 42 7.10 Safety Representative 43 7.11 Hazard Communication Programs 43 7.12 Emergencies 43 7.13 Contractor's General Warranty and Guarantee 43 7.14 INDEMNIFICATION 44 7.15 Delegation of Professional Design Services 45 Article 8 - Other Work at the Site 46 8.01 Other Work 46 8.02 Coordination 47 8.03 Legal Relationships 47 General Conditions Corpus Christi Standards 007200-2 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 Article 9 — Owner's and OPT's Responsibilities 48 9.01 Communications to Contractor 48 9.02 Replacement of Owner's Project Team Members 48 9.03 Furnish Data 48 9.04 Pay When Due 48 9.05 Lands and Easements; Reports and Tests 48 9.06 Insurance 48 9.07 Modifications 48 9.08 Inspections, Tests, and Approvals 48 9.09 Limitations on OPT's Responsibilities 48 9.10 Undisclosed Hazardous Environmental Condition 49 9.11 Compliance with Safety Program 49 Article 10 — OAR's and Designer's Status During Construction 49 10.01 Owner's Representative 49 10.02 Visits to Site 49 10.03 Resident Project Representatives 49 10.04 Rejecting Defective Work 49 10.05 Shop Drawings, Modifications and Payments 50 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work 50 10.07 Limitations on OAR's and Designer's Authority and Responsibilities 50 Article 11 — Amending the Contract Documents; Changes in the Work 50 11.01 Amending and Supplementing the Contract Documents 50 11.02 Owner -Authorized Changes in the Work 51 11.03 Unauthorized Changes in the Work 51 11.04 Change of Contract Price 52 11.05 Change of Contract Times 52 11.06 Change Proposals 52 11.07 Execution of Change Orders 53 11.08 Notice to Surety 54 Article 12 — Change Management 54 12.01 Requests for Change Proposal 54 12.02 Change Proposals 54 12.03 Designer Will Evaluate Request for Modification 55 General Conditions Corpus Christi Standards 007200-3 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 12.04 Substitutions 55 Article 13 — Claims 56 13.01 Claims 56 13.02 Claims Process 57 Article 14 — Prevailing Wage Rate Requirements 58 14.01 Payment of Prevailing Wage Rates 58 14.02 Records 58 14.03 Liability; Penalty; Criminal Offense 59 14.04 Prevailing Wage Rates 59 Article 15 — Cost of the Work; Allowances; Unit Price Work 59 15.01 Cost of the Work 59 15.02 Allowances 63 15.03 Unit Price Work 63 15.04 Contingencies 64 Article 16 — Tests and Inspections; Correction, Removal, or Acceptance of Defective Work 65 16.01 Access to Work 65 16.02 Tests, Inspections and Approvals 65 16.03 Defective Work 65 16.04 Acceptance of Defective Work 66 16.05 Uncovering Work 66 16.06 Owner May Stop the Work 67 16.07 Owner May Correct Defective Work 67 Article 17 — Payments to Contractor; Set -Offs; Completion; Correction Period 67 17.01 Progress Payments 67 17.02 Application for Payment 69 17.03 Schedule of Values 71 17.04 Schedule of Anticipated Payments and Earned Value 72 17.05 Basis for Payments 73 17.06 Payment for Stored Materials and Equipment 73 17.07 Retainage and Set -Offs 74 17.08 Procedures for Submitting an Application for Payment 74 17.09 Responsibility of Owner's Authorized Representative 75 17.10 Contractor's Warranty of Title 76 General Conditions Corpus Christi Standards 007200-4 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 17.11 Substantial Completion 76 17.12 Partial Utilization 77 17.13 Final Inspection 77 17.14 Final Application for Payment 77 17.15 Final Payment 78 17.16 Waiver of Claims 78 17.17 Correction Period 78 Article 18 - Suspension of Work and Termination 79 18.01 Owner May Suspend Work 79 18.02 Owner May Terminate for Cause 79 18.03 Owner May Terminate For Convenience 80 Article 19 - Project Management 81 19.01 Work Included 81 19.02 Quality Assurance 81 19.03 Document Submittal 81 19.04 Required Permits 81 19.05 Safety Requirements 82 19.06 Access to the Site 82 19.07 Contractor's Use of Site 82 19.08 Protection of Existing Structures and Utilities 83 19.09 Pre -Construction Exploratory Excavations 83 19.10 Disruption of Services/Continued Operations 84 19.11 Field Measurements 84 19.12 Reference Data and Control Points 84 19.13 Delivery and Storage 85 19.14 Cleaning During Construction 86 19.15 Maintenance of Roads, Driveways, and Access 86 19.16 Area Access and Traffic Control 87 19.17 Overhead Electrical Wires 87 19.18 Blasting 87 19.19 Archeological Requirements 87 19.20 Endangered Species Resources 88 19.21 Cooperation with Public Agencies 88 General Conditions Corpus Christi Standards 007200-5 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 Article 20 — Project Coordination 88 20.01 Work Included 88 20.02 Document Submittal 88 20.03 Communication During Project 89 20.04 Project Meetings 89 20.05 Requests for Information 91 20.06 Decision and Action Item Log 91 20.07 Notification By Contractor 92 20.08 Record Documents 92 Article 21— Quality Management 94 21.01 Contractor's Responsibilities 94 21.02 Quality Management Activities by OPT 95 21.03 Contractor's Use of OPT's Test Reports 96 21.04 Documentation 96 21.05 Standards 97 21.06 Delivery and Storage 97 21.07 Verification Testing for Corrected Defects 97 21.08 Test Reports 97 21.09 Defective Work 98 21.10 Limitation of Authority of Testing Laboratory 98 21.11 Quality Control Plan 98 21.12 Implement Contractor's Quality Control Plan 100 Article 22 — Final Resolution of Disputes 101 22.01 Senior Level Negotiations 101 22.02 Mediation 101 Article 23 — Minority/MBE/DBE Participation Policy 102 23.01 Policy 102 23.02 Definitions 102 23.03 Goals 103 23.04 Compliance 104 Article 24 — Document Management 104 24.01 Work Included 104 24.02 Quality Assurance 104 General Conditions Corpus Christi Standards 007200-6 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 24.03 Contractor's Responsibilities 104 24.04 Document Submittal 105 24.05 Document Numbering 105 24.06 Document Requirements 106 Article 25 — Shop Drawings 107 25.01 Work Included 107 25.02 Quality Assurance 107 25.03 Contractor's Responsibilities 107 25.04 Shop Drawing Requirements 109 25.05 Special Certifications and Reports 109 25.06 Warranties and Guarantees 110 25.07 Shop Drawing Submittal Procedures 110 25.08 Sample and Mockup Submittal Procedures 112 25.09 Equal Non Specified Products 113 25.10 Requests for Deviation 113 25.11 Designer Responsibilities 114 25.12 Resubmission Requirements 116 Article 26 — Record Data 117 26.01 Work Included 117 26.02 Quality Assurance 117 26.03 Contractor's Responsibilities 117 26.04 Record Data Requirements 118 26.05 Special Certifications and Reports 118 26.06 Warranties and Guarantees 119 26.07 Record Data Submittal Procedures 119 26.08 Designer's Responsibilities 120 Article 27 — Construction Progress Schedule 121 27.01 Requirements 121 27.02 Document Submittal 121 27.03 Schedule Requirements 121 27.04 Schedule Revisions 123 27.05 Float Time 123 Article 28 — Video and Photographic documentation 124 General Conditions Corpus Christi Standards 007200-7 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 28.01 Work Included 124 28.02 Quality Assurance 124 28.03 Document Submittal 124 28.04 Photographs 125 28.05 Video Recording 125 Article 29 - Execution and Closeout 125 29.01 Substantial Completion 125 29.02 Final Inspections 126 29.03 Reinspection Fees 126 29.04 Closeout Documents Submittal 127 29.05 Transfer of Utilities 127 29.06 Warranties, Bonds and Service Agreements 127 Article 30 - Miscellaneous 128 30.01 Computation of Times 128 30.02 Owner's Right to Audit Contractor's Records 128 30.03 Independent Contractor 129 30.04 Cumulative Remedies 129 30.05 Limitation of Damages 129 30.06 No Waiver 129 30.07 Severability 129 30.08 Survival of Obligations 129 30.09 No Third Party Beneficiaries 130 30.10 Assignment of Contract 130 30.11 No Waiver of Sovereign Immunity 130 30.12 Controlling Law 130 30.13 Conditions Precedent to Right to Sue 130 30.14 Waiver of Trial by Jury 130 30.15 Attorney Fees 130 30.16 Compliance with Laws 130 30.17 Enforcement 131 30.18 Subject to Appropriation 131 30.19 Contract Sum 131 30.20 Contractor's Guarantee as Additional Remedy 131 General Conditions Corpus Christi Standards 007200-8 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 30.21 Notices. 131 General Conditions Corpus Christi Standards 007200-9 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Terms with initial capital letters, including the term's singular and plural forms, have the meanings 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 Documents. 7. Bidding Documents — The solicitation documents, the proposed Contract Documents and Addenda. 8. Bidder — An individual or entity that submits a Bid to Owner. 9. Bonds - Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 10. Change Order - A document issued on or after the Effective Date of the Contract, which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. 11. 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. 12. City Engineer - The Corpus Christi City Engineer and/or designee as identified at the preconstruction conference or in the Notice to Proceed. General Conditions Corpus Christi Standards 00 72 00-10 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 13. 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. Claims must be initiated by written notice, signed and sworn to be an authorized corporate officer, verifying the truth and accuracy of the Claim. 14. 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. §§5101 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. 15. Contract - The entire integrated set of documents concerning the Work and describing the relationship between the Owner and Contractor. 16. 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. 17. Contract Documents - Those items designated as Contract Documents in the Agreement. 18. 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. 19. 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. 20. Contractor - The individual or entity with which Owner has contracted for performance of the Work. General Conditions Corpus Christi Standards 00 72 00-11 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 21. 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. 22. Cost of the Work - The sum of costs incurred for the proper performance of the Work as allowed by Article 15. 23. 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 24. 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, Registered Architects or Registered Landscape Architects qualified to practice their profession in the State of Texas. 25. 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. 26. Effective Date of the Contract - The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 27. 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. 28. 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. 29. Indemnified Costs - All costs, losses, damages, and legal or other dispute resolution costs resulting from claims or demands against Owner. These costs include fees for engineers, architects, attorneys, and other professionals. 30. 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. 31. Liens - Charges, security interests, or encumbrances upon Contract related funds, real property, or personal property. General Conditions Corpus Christi Standards 00 72 00-12 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 32. 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. 33. 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. 34. Notice of Award - The notice of Owner's intent to enter into a contract with the Selected Bidder. 35. Notice to Proceed - A notice to Contractor of the Contract Times and the date Work is to begin. 36. 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 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. 37. 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. 38. 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. 39. 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. 40. 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. The Progress Schedule must be a Critical Path Method (CPM) Schedule. 41. Project - The total undertaking to be accomplished for Owner under the Contract Documents. 42. Project Manual — That portion of the Contract Documents that may include the following: introductory information, solicitation requirements and responses, proposal, Contract forms and General and Supplementary Conditions, General Requirements, Specification, Drawings, Project Safety Manual and Addenda. 43. 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. General Conditions Corpus Christi Standards 00 72 00-13 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 44. 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. 45. Schedule of Documents - A schedule of required documents, prepared and maintained by Contractor. 46. 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. 47. 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. 48. 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. 49. 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. 50. 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. 51. 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. 52. Supplementary Conditions - The part of the Contract that amends or supplements the General Conditions. 53. 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. 54. Technical Data - Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; b. Physical conditions relating to existing surface or subsurface structures at the Site, except Underground Facilities; or c. Hazardous Environmental Conditions at the Site. 55. 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. 56. Unit Price Work - Work to be paid for on the basis of unit prices. General Conditions Corpus Christi Standards 00 72 00-14 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 57. Work - The construction of the Project or its component parts as required by the Contract Documents. 58. 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. 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 General Conditions Corpus Christi Standards 00 72 00-15 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. 2.02 Copies of Documents A. OPT is to furnish one fully executed Agreement (either electronic or printed) 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 Project Management System A. Owner shall administer its design and construction management through an internet-based project management system known as e -Builder. B. Contractor shall conduct all communication through and perform all project -related functions utilizing this project management system. This includes all correspondence, General Conditions Corpus Christi Standards 00 72 00-16 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 submittals, requests for information, payment requests and processing, contract amendments, change orders, delivery orders and other administrative activities. C. Owner shall administer the software and provide training to Contractor's Team. 2.04 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, which must be a Critical Path Method (CPM) Schedule; 2. Schedule of Documents; and 3. Schedule of Values and projected cash flow information. 2.05 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 and Supplementary Conditions 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 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. General Conditions Corpus Christi Standards 00 72 00-17 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. 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. General Conditions Corpus Christi Standards 00 72 00-18 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. The exactness of existing grades, elevations, dimensions or locations given on any Drawings issued by Designer, or the work installed by other contractors, is not guaranteed by Owner. Contractor shall, therefore, satisfy itself as to the accuracy of all grades, elevations, dimensions and locations. Any errors due to Contractor's failure to verify at the site all such grades, elevations, dimensions or locations relating to such existing or other work shall be rectified by Contractor without any additional cost to Owner. 3. 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. 4. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the General Conditions Corpus Christi Standards 00 72 00-19 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 Contract Documents issued pursuant to Paragraph 11.01, except in an emergency as required by Paragraph 7.12. 5. 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. 6. Contractor is deemed to have included the most expensive item, system, procedure, etc. in the Contract Price if a conflict, error, ambiguity, or discrepancy in components of the Contract Documents was known, but not reported prior to submitting the Bid or when Contractor negotiates the Contract Price. 3.04 Interpretation of the Contract Documents A. Submit questions concerning the non-technical or contractual / administrative requirements of the Contract Documents to the OAR immediately after those questions arise. OAR is to provide an interpretation of the Contract Documents regarding these questions and will coordinate the response of the OPT to Contractor. B. Submit questions regarding the design of the Project described in the Contract Documents to the OAR immediately after those questions arise. OAR is to request an interpretation of the Contract Documents from the Designer. Designer is to respond to these questions by providing an interpretation of the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OPT may initiate a Modification to the Contract Documents through the OAR if a response to the question indicates that a change in the Contract Documents is required. Contractor may appeal Designer's or OAR's interpretation by submitting a Change Proposal. 3.05 Reuse of Documents A. Contractor's Team has no rights to the Contract Documents and may not use the Contract Documents, or copies or electronic media editions of the Contract Documents, other than for the construction of this Project. This provision survives final payment or termination of the Contract. B. Contractor is allowed to retain a copy of the Contract Documents for record purposes, unless specifically prohibited by the Owner for security reasons. Surrender paper and digital copies of the Contract Documents and other related documents and remove these documents from computer equipment or storage devices as a condition of final payment if the Owner so directs. ARTICLE 4 — COMMENCEMENT AND PROGRESS OF THE WORK 4.01 Commencement of Contract Times; Notice to Proceed A. The Contract Times commence to run on the date indicated in the Notice to Proceed. 4.02 Starting the Work A. Begin performing the Work on the date indicated in the Notice to Proceed. Do not begin Work prior to having the insurance required in Article 6 in force or before the date indicated in the Notice to Proceed. General Conditions Corpus Christi Standards 00 72 00-20 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. 4.04 Delays in Contractor's Progress A. No Damages for Delay: Contractor shall receive no compensation for delays or hindrances to the Work, except in the case of direct interference with means and methods by the Owner. In no event shall the Contractor be entitled to any compensation or recovery of any special damages in connection with any delays, including without limitation: consequential damages, lost opportunity costs, impact damages, or other similar damages. Owner's exercise of any of its rights or remedies under the Contract Documents (including without limitation ordering changes in the Work, or directing suspension, rescheduling, or correction of the Work), regardless of the extent or frequency of Owner's exercise of such rights or remedies, shall not be construed as active interference in the Contractor's performance of the Work. An extension of Contract Time, to the extent permitted, shall be the sole remedy of the Contractor for any acknowledged delays. Contractor 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, 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 adjustments in Contract Times are the Contractor's sole and exclusive remedy for the delays, disruption, and interference described in this paragraph. 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 performing other work at or adjacent to the Site; 3. Acts of war or terrorism; and 4. Rain days in excess of the number specified in a calendar year. General Conditions Corpus Christi Standards 00 72 00-21 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 3. Hazardous Environmental Conditions. 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. Claims for adjustment to the Contract Price or Contract Times that do not comply with Article 13 are waived. 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 General Conditions Corpus Christi Standards 00 72 00-22 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 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 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. General Conditions Corpus Christi Standards 00 72 00-23 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 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 to 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 15.03. General Conditions Corpus Christi Standards 00 72 00-24 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. 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. Investigating and field -verifying the location of underground facilities before beginning Work; 2. Reviewing and checking available information and data regarding existing Underground Facilities at the Site; 3. Complying with Laws and Regulations related to locating Underground Facilities before beginning Work; 4. Locating Underground Facilities shown or indicated in the Contract Documents; 5. Coordinating the Work with the owners, including Owner, of Underground Facilities during construction; and 6. 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, but in no event later than 3 days, 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. General Conditions Corpus Christi Standards 00 72 00-25 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 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 15.03. 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 General Conditions Corpus Christi Standards 00 72 00-26 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 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 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. General Conditions Corpus Christi Standards 00 72 00-27 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. 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. General Conditions Corpus Christi Standards 00 72 00-28 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 G. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 18 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. 6.03 Required Minimum Insurance Coverage A. Obtain and maintain insurance as required in this Article and in the Supplementary Conditions. B. Deliver evidence of insurance in accordance with the Supplementary Conditions 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. 6.04 General Insurance Provisions A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with this Article 6 and the Supplementary Conditions. B. Provide endorsements to the policies as outlined in this Article. 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 General Conditions Corpus Christi Standards 00 72 00-29 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 18 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 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. 6.05 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 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 General Conditions Corpus Christi Standards 00 72 00-30 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 Article and the Supplementary Conditions. Insurance is to remain in effect 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 the Supplementary Conditions, 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; 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, fixtures, 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, 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. General Conditions Corpus Christi Standards 00 72 00-31 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 Owner as defined in Article 1; 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 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 Article must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Article or the Supplementary Conditions 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, General Conditions Corpus Christi Standards 00 72 00-32 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. 6.06 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 Article and the Supplementary Conditions or those required by Laws and Regulations and must comply with the requirements of Paragraph 6.09. 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 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. General Conditions Corpus Christi Standards 00 72 00-33 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. 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 Article and the Supplementary Conditions. 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. 6.07 Waiver of Rights A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in the Supplementary Conditions. B. All policies purchased in accordance with this Article 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 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 contain provisions that the Subcontractor waive all rights against Owner, 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. 6.08 Owner's Insurance for 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. General Conditions Corpus Christi Standards 00 72 00-34 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 6.09 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. 6.10 Certificate 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. 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. 6.11 Insurance Policies A. If requested by the Owner, make available for viewing 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. 6.12 Continuing Evidence of Coverage A. Provide updated, revised, or new evidence of insurance in accordance this Article and the Supplementary Conditions prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 6.13 Notices Regarding Insurance A. Notices regarding insurance are to be sent to the Owner at the following address: General Conditions Corpus Christi Standards 00 72 00-35 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. 6.14 Texas Workers' Compensation Insurance Required Notice 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 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 General Conditions Corpus Christi Standards 00 72 00-36 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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; 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 this section, 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 General Conditions Corpus Christi Standards 00 72 00-37 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. 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. Regular working hours are between sunrise and sundown Monday through Saturday unless other times are specifically authorized in writing by OAR. C. Do not perform Work on a 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 Martin Luther King Jr Day Third Monday in January Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November General Conditions Corpus Christi Standards 00 72 00-38 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 Holiday Date Observed Friday after Thanksgiving Friday after Thanksgiving Christmas Day December 25 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 17.01.B 7.03 Services, Materials, and Equipment A. Provide services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work, whether or not these items are specifically called for in the Contract Documents. B. Provide new materials and equipment to be incorporated into the Work. Provide special warranties and guarantees required by the Contract Documents. 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. Under no circumstances shall any Subcontractor debarred under Chapter 41 of The Code of Ordinances, City of Corpus Christi, be deemed acceptable to Owner. 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. General Conditions Corpus Christi Standards 00 72 00-39 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 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, General Conditions Corpus Christi Standards 00 72 00-40 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. B. Contractor's obligation to indemnify Owner 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. This Project is not exempt from City permits and fees unless expressly stated otherwise. 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. General Conditions Corpus Christi Standards 00 72 00-41 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. 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. General Conditions Corpus Christi Standards 00 72 00-42 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. 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 to pay 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 General Conditions Corpus Christi Standards 00 72 00-43 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 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, Contractor shall indemnify, defend, and hold harmless the Owner 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 and/or failure to comply with the terms and conditions of the contract, violations of Laws or Regulations, or bodily injury, death or destruction of tangible property caused by the acts, omissions or negligence of the Contractor's Team, regardless of whether such claim, damage, loss or expense is alleged to be caused in part by an Owner 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 against a claim, loss, damage or expense caused by the sole negligence of an Owner. B. To the fullest extent permitted by law, Contractor shall indemnify, defend, and hold harmless the Owner 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 from the consequences of the Owner's sole negligence. c. To the fullest extent permitted by law, Contractor shall indemnify, defend, and hold harmless the Owner from and against Indemnified Costs resulting from infringement on patent rights or copyrights by Contractor's Team. General Conditions Corpus Christi Standards 00 72 00-44 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 D. The indemnification obligations of this Paragraph 7.14 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 by an employee or the survivor or personal representative of employee of Contractor's Team. The indemnification obligations of this Paragraph 7.14 shall not be deemed to be released, waived or modified in any respect by reason of any surety or insurance provided by Contractor. 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 from later asserting a different basis for indemnification or a different amount of indemnified loss than that indicated in the initial notice. Owner does 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 as to its defense of the claim within 10 days after being notified of the indemnification request. Owner may assume and control the defense if Contractor does not assume the defense. Pay all defense expenses of the Owner as an indemnified loss. 2. Owner 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 to comply with restrictions or limitations that adversely affect Owner; b. Would require Owner to pay amounts that Contractor does not fund in full; or c. Would not result in Owner's 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 General Conditions Corpus Christi Standards 00 72 00-45 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. 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. General Conditions Corpus Christi Standards 00 72 00-46 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 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 or other contractor retained by the City: 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 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 if damages, delays, disruptions, or interference occur. General Conditions Corpus Christi Standards 00 72 00-47 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 E. Contractor's obligation to indemnify Owner for claims arising out of or related to 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 Article 17. 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 16.02. 9.09 Limitations on OPT's Responsibilities A. The OPT does not supervise, direct, or have control or authority over, and is not responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or related safety precautions and programs, or for failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. General Conditions Corpus Christi Standards 00 72 00-48 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. 9.12 Plans and Specifications A. Owner does not warrant the plans and specification. 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 16. OAR is to issue a Defective Work Notice to Contractor and document when Defective Work has been corrected or accepted in accordance with Article 16. General Conditions Corpus Christi Standards 00 72 00-49 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. C. OAR and Designer's authority related to Modifications is described in Article 11. D. OAR's authority related to Applications for Payment is described in Articles 15 and 17. 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 16.04 if Work does not conform to the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. Contractor may appeal Designer's decision by submitting a Change Proposal if Contractor does not agree with the Designer's decision. 10.07 Limitations on OAR's and Designer's Authority and Responsibilities A. OPT is not responsible for the acts or omissions of Contractor's Team. No actions or failure to act, or decisions made in good faith to exercise or not exercise the authority or responsibility available under the Contract Documents creates a duty in contract, tort, or otherwise of the OPT to the Contractor or members of the Contractor's Team. ARTICLE 11— AMENDING THE CONTRACT DOCUMENTS; CHANGES IN THE WORK 11.01 Amending and Supplementing the Contract Documents A. The Contract Documents may be modified by a Contract Amendment, Change Order, Work Change Directive, or Field Order. 1. Contract Amendment: Owner and Contractor may modify the terms and conditions of the Contract Documents without the recommendation of the Designer using a Contract Amendment. A Contract Amendment may be used for: a. Changes that do not involve: 1) The performance or acceptability of the Work; 2) The design as described in the Drawings, Specifications, or otherwise; or 3) Other engineering, architectural or technical matters. b. Authorizing new phases of the Work and establishing the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work when using phased construction or purchasing Goods and Special Services to be incorporated into the Project. General Conditions Corpus Christi Standards 00 72 00-50 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 will be incorporated in a subsequently issued Change Order following negotiations on the Contract Price and Contract Times. If negotiations under the terms of the Contract Documents governing adjustments, expressly including Paragraphs 11.04 and 11.05 are unsuccessful, 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. 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 16.05. General Conditions Corpus Christi Standards 00 72 00-51 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 for authorized Work 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 13. 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 15.03, 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 15.01 plus a Contractor's fee for overhead and profit determined as provided in Paragraph 15.05 when the Work involved is not covered by unit prices in the Contract Documents and 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, whichever is greater. Owner may decrease the Work by up to 25 percent of the Contract Price. 11.05 Change of Contract Times A. The Contract Times for authorized Work 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 13. 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 in accordance with Article 12 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. General Conditions Corpus Christi Standards 00 72 00-52 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 B. Notify the OAR within 3 days 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. 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; 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 16.04 or Owner's correction of Defective Work under Paragraph 16.07, 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 13. 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 Change Order, nor a warranty that the Change Order 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. If the Contractor refuses to execute a Change Order that is required to be executed under the terms of this Paragraph 11.07, the Change Order is deemed to be in full force as if executed by Contractor. Contractor may file a Claim for payment and/or time, pursuant to Article 13. General Conditions Corpus Christi Standards 00 72 00-53 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. ARTICLE 12 — CHANGE MANAGEMENT 12.01 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 12.02 to the Designer for evaluation by the OPT. 12.02 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. A Change Proposal must be submitted to the OAR no later than 30 days after the event initiating the 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 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; and 9) Other items of cost. General Conditions Corpus Christi Standards 00 72 00-54 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 d. Provide the level of detail outlined 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 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 15 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 OAR 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 Article 25. 12.03 Designer Will Evaluate Request for Modification A. 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 13. 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. 12.04 Substitutions 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 these procedures for a substitution. B. 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 12.02 along with a Shop Drawing as required by Article 25 to request approval of a substitution. General Conditions Corpus Christi Standards 00 72 00-55 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 C. 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. D. 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. 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. E. Pay for review of substitutions in accordance with Article 25. ARTICLE 13 — CLAIMS 13.01 Claims A. Follow the Claims process described in this Article for the following disputes between Owner and Contractor: 1. Seeking an adjustment of Contract Price or Contract Times; 2. Contesting an initial decision by OAR concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; 3. Appealing OAR's decision regarding a Change Proposal; 4. Seeking resolution of a contractual issue that OAR has declined to address; or 5. Seeking other relief with respect to the terms of the Contract. B. Contractor shall be entitled to an extension of Contract Time for delays or disruptions due to unusually severe weather in excess of weather normally experienced at the job site, as determined from climatological data set forth by the National Weather Service and which affects the Project's critical path. Contractor shall bear the entire economic risk of all weather delays and disruptions. Contractor shall not be entitled to any increase in the Contract Price by reason of such delays or disruptions. Upon Contractor reaching Substantial Completion, Owner and Contractor shall look back at the entire duration of the calendar day Project and review the totality of what Contractor claims were unusually severe weather disruptions. If the Project was delayed or disrupted due to unusually severe weather in General Conditions Corpus Christi Standards 00 72 00-56 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 excess of weather normally experienced over the entire duration of the Project, Contractor may make a Claim for an extension of the Contract Time for delays or disruptions due to unusually severe weather in excess of weather normally experienced at the job site, as determined from climatological data set forth by the National Weather Service and which affects the Project's critical path. Any time extension granted shall be non -compensatory. 13.02 Claims Process A. Claims must be initiated by written notice. Notice must conspicuously state that it is a notice of a Claim in the subject line or first sentence. Notice must also list the date of first occurrence of the claimed event. B. Except for Claims resulting from unusually severe weather, notice of a Claim by Contractor must be in writing and delivered to the Owner, Designer and the OAR within 14 days after the start of the event giving rise to the Claim. Failure by Contractor to submit written notice of a Claim within 14 days shall constitute a waiver of such Claim. C. Submit the complete Claim with supporting documentation to Owner no later than 60 days after the start of the event giving rise to the Claim (unless Designer allows additional time for claimant to submit additional or more accurate data in support of such Claim). The Claim must be signed and sworn to by Contractor, certifying 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 relief requested accurately reflects the full compensation to which Contractor is entitled. Failure by Contractor to submit the Claim within 60 days shall constitute a waiver of such Claim. D. Any Claims by Contractor that are not brought within 90 days following the termination of the Contract are waived and shall be automatically deemed denied. E. Claims by Owner must be submitted by written notice to Contractor. F. The responsibility to substantiate a Claim rests with the entity making the Claim. Claims must contain sufficient detail to allow the other party to fully review the Claim. 1. Claims seeking an adjustment of Contract Price must include the Contractor's job cost report. Provide additional documentation as requested by OAR or Designer. 2. Claims seeking an adjustment of Contract Time must include a Time Impact Analysis and native schedule files in Primavera or MS Project digital format. Provide additional documentation as requested by OAR or Designer. G. Claims by Contractor against Owner and Claims by Owner against Contractor, including those alleging an error or omission by Designer but excluding those arising under Section 7.12, shall be referred initially to Designer for consideration and recommendation. H. Designer will review a Claim by Contractor within 30 days of receipt of the Claim and take one or more of the following actions: 1. Request additional supporting data from the party who made the Claim; 2. Issue a recommendation; 3. Suggest a compromise; or General Conditions Corpus Christi Standards 00 72 00-57 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 4. Advise the parties that Designer is not able to make a recommendation due to insufficient information or a conflict of interest. 1. If the Designer does not take any action, the Claim shall be deemed denied 30 days after receipt of the Claim. J. Following receipt of Designer's initial recommendation regarding a Claim, the Contractor and the Owner shall seek to resolve the Claim through the exchange of information and direct negotiations. If no agreement is reached within 90 days, the Claim shall be deemed denied. The Owner and Contractor may extend the time for resolving the Claim by mutual agreement. Notify OAR of any actions taken on a Claim. K. If the entity receiving a Claim approves the Claim in whole or in part or denies it in whole or in part, this action is final and binding unless the other entity invokes the procedure described in Article 22 for final resolution of disputes by filing a notice of appeal within 30 days after this action. L. If the Owner and Contractor reach a mutual agreement regarding a Claim, the results of the agreement or action on the Claim will be incorporated in a Change Order by the OAR to the extent they affect the Contract Documents, the Contract Price, or the Contract Times. M. Both parties shall continue to perform all obligations under the Agreement during the pendency of any dispute or disagreement relating to this Agreement, unless performance would be impracticable or impossible under the circumstances. N. Any failure of Contractor to comply with any of the foregoing conditions precedent with regard to any such Claim shall constitute a waiver of any entitlement to submit or pursue such Claim. O. Receipt and review of a Claim by City shall not be construed as a waiver of any defenses to the Claim available to the City under the Contract Documents or at law. ARTICLE 14 — PREVAILING WAGE RATE REQUIREMENTS 14.01 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 and its Subcontractors are required to pay Davis -Bacon Wage Rates. C. Contractor and its Subcontractors are required to pay laborers and mechanics an overtime rate of not less than one and one-half times the basic rate for all hours worked in excess of forty hours in a given workweek. 14.02 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. General Conditions Corpus Christi Standards 00 72 00-58 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 B. The record shall be open at all reasonable hours to inspection by the officers and agents of the Owner. 14.03 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 §2258.023(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 on 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. 14.04 Prevailing Wage Rates A. Use the Prevailing Wage Rates specified in the Supplementary Conditions. ARTICLE 15 — COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK 15.01 Cost of the Work A. The Cost of the Work is the sum of costs described in this Paragraph 15.01, except those excluded in Paragraph 15.01.D, necessary for the proper performance of the Work. The provisions of this Paragraph 15.01 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. General Conditions Corpus Christi Standards 00 72 00-59 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 15.01.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, 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 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 15.01 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; General Conditions Corpus Christi Standards 00 72 00-60 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. For Contractor- and Subcontractor -owned machinery, trucks, power tools or other equipment, use the FHWA rental rates found in the Rental Rate Blue Book ("Blue Book") multiplied by the regional adjustment factor and the rate adjustment factor to establish hourly rates. Use the rates in effect for each section of the Blue Book at the time of use. Payment will be made for the actual hours used in the Work. 1) Standby costs will be paid at 50% of the FHWA rental rates found in the Blue Book if Contractor is directed by Owner in writing to standby. Standby costs will not be allowed during periods when the equipment would otherwise have been idle. For a six-day work week, no more than eight hours per a 24-hour day, no more than 48 hours per week and no more than 208 hours per month shall be paid of standby time. Operating costs shall not be charged by Contractor. e. 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; 1) The hourly rate shall be determined by dividing the actual invoice cost by the actual number of hours the equipment is involved in the Work. Owner reserves the right to limit the hourly rate to comparable Blue Book rates. 2) If Contractor is directed to standby in writing by Owner, standby costs will be paid at the invoice daily rate excluding operating costs, which includes fuel, lubricants, repairs and servicing. f. 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; g. Deposits lost for causes other than negligence of Contractor's Team; h. Royalty payments and fees for permits and licenses; i. Cost of additional utilities, fuel, and sanitary facilities at the Site; j. Minor expense items directly required by the Work; and k. 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 General Conditions Corpus Christi Standards 00 72 00-61 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 15.01.C.1 or specifically covered by Paragraph 15.01.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. 7. Other overhead or general expense costs and the costs of items not described in Paragraphs 15.01.C. E. The Contractor's fee for profit and overhead is determined as follows: 1. In accordance with the Agreement when the Work is performed on a cost-plus basis; 2. A mutually acceptable fixed fee; or 3. 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 15.01.C.1, 15.01.C.2 and 15.01.C.4; b. The Contractor's fee is 5 percent for costs incurred under Paragraph 15.01.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 15.01.C.1 and 15.01.C.2 for the Subcontractor that actually performs the Work at whatever tier; 2) The Subcontractor's fee is 5 percent for costs incurred under Paragraph 15.01.C.4 for the Subcontractor that actually performs the Work at whatever tier; and 3) 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 Paragraph 15.01.D; General Conditions Corpus Christi Standards 00 72 00-62 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 4. The adjustment in Contractor's fee is based on the net change in accordance with Paragraphs 15.05.6.1 through 15.05.6.5, inclusive when both additions and credits are involved in any one change. F. Establish and maintain records in accordance with generally accepted accounting practices and submit these records, including an itemized cost breakdown together with supporting data, in a form and at intervals acceptable to OAR whenever the Cost of the Work is to be determined pursuant to this Paragraph 15.01. 15.02 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 15.02.6.1 and 15.02.6.2 above are included in the Contract Price. C. OAR will issue a Change Order to adjust the Contract Price by the difference between the allowance amount and the actual amount paid by Contractor for Work covered by the allowance. The Change Order will be issued at the time costs are incurred by Contractor for Work covered by the allowance and this Work is included on the Application for Payment. 15.03 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 Contract. 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 15.03.E. General Conditions Corpus Christi Standards 00 72 00-63 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 15.03.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 Contract; 2. There is no corresponding adjustment with respect to other items of Work; and 3. Contractor believes it has incurred additional expense as a result of this condition or Owner believes that the quantity variation entitles Owner to an adjustment in the Contract Price. 15.04 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 Contract. 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 15.01. 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 Contract. 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. General Conditions Corpus Christi Standards 00 72 00-64 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 ARTICLE 16 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK 16.01 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. 16.02 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 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. 16.03 Defective Work A. It is Contractor's obligation to ensure 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. General Conditions Corpus Christi Standards 00 72 00-65 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. 16.04 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 17 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 17 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. 16.05 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 resulting from the Defective Work if it is found that the uncovered Work is Defective. General Conditions Corpus Christi Standards 00 72 00-66 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 16.06 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 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. 16.07 Owner May Correct Defective Work A. Owner may remedy deficiencies in the Work 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 16.07. D. All claims, costs, losses, and damages incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 16.07 are to be charged against Contractor as a set-off against payments due under Article 17. 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 16.07. ARTICLE 17 — PAYMENTS TO CONTRACTOR; SET -OFFS; COMPLETION; CORRECTION PERIOD 17.01 Progress Payments A. Progress payment requests are to be submitted to the OAR on the Application for Payment form provided by the OAR following procedures in this Article 17. General Conditions Corpus Christi Standards 00 72 00-67 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 17.03. 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 15.03. 3. Progress payments for Work to be paid on the basis of the Cost of the Work per Paragraphs 15.01, 15.02 and 15.04 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 16.07; e. The Contract Price has been reduced by Change Orders; f. Events have occurred that would constitute a default by Contractor justifying a termination for cause; Liquidated damages have accrued as a result of Contractor's failure to achieve Milestones, Substantial Completion, or completion of the Work; h. Liens have been filed in connection with the Work, except where Contractor has delivered a specific Bond satisfactory to Owner to secure the satisfaction and discharge of these Liens; g. i. Failure to submit up-to-date record documents as required by the Contract Documents; J• Failure to submit monthly Progress Schedule updates or revised schedules as requested by the OAR; k. Failure to provide Project photographs required by the Contract Documents; I. Failure to provide Certified Payroll required by the Contract Documents; General Conditions Corpus Christi Standards 00 72 00-68 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 m. 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; n. Costs for tests performed by the Owner to verify that Work previously tested and found to be Defective has been corrected; o. 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; Other items entitling Owner to a set-off against the amount recommended; or Payment would result in an over -payment of the Contract Price. P. q. 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. 17.02 Application for Payment A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the Supplementary Conditions, the Agreement, and this Article 17. 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; General Conditions Corpus Christi Standards 00 72 00-69 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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; 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; General Conditions Corpus Christi Standards 00 72 00-70 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. 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. Record Documents per Article 20. 2. Progress Schedule per Article 27. 3. Project photographs per Article 28. 4. Documentation required to comply with Owner's Minority / MBE / DBE Participation Policy. 5. Documentation required to substantiate any approved Project deviation, including overruns of Designer's estimated quantity. 6. Documentation required by funding agency, if applicable. 17.03 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 attached to the Application for Payment 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. If unit prices are included in the Contract, use each unit price line item in the Contract 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. General Conditions Corpus Christi Standards 00 72 00-71 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 costs associated with the item in the Contract. 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. 17.04 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. General Conditions Corpus Christi Standards 00 72 00-72 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 17.05 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 17.03 will be made for the measured number of units. 4. Payment for stored materials and equipment will be made per Paragraph 17.06. 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 Contract. b. Payment for stored materials and equipment will be made per Paragraph 17.06. 2. Measure the Work described in the Contract 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. 17.06 Payment for Stored Materials and Equipment A. Store materials and equipment properly at the Site. 1. Payment will be made for the invoice amount less the specified retainage. 2. Payment for materials and equipment shown in the Application for Payment and attachments will be made for the invoice amount, up to the value shown 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 the Application for Payment and attachments. Include invoice numbers so that a comparison can be made between invoices and amounts included on the Application for Payment and attachments. 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 General Conditions Corpus Christi Standards 00 72 00-73 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 that Contractor provides 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. 17.07 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. B. Reduce payments for set -offs per the General Conditions. Include the appropriate attachment to the Application for Payment. 17.08 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 Contract 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. General Conditions Corpus Christi Standards 00 72 00-74 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 items 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. 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. 17.09 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. General Conditions Corpus Christi Standards 00 72 00-75 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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; 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. 17.10 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. 17.11 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 within 30 days after Contractor's notification to determine if the Work is substantially complete. OAR, within 120 days after receipt of Contractor's notification, is to either issue the Certificate of Substantial Completion which sets the date of Substantial Completion or notify Contractor of the reasons the Project is not considered to be substantially complete. General Conditions Corpus Christi Standards 00 72 00-76 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. 17.12 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 17.11 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. 17.13 Final Inspection A. OPT is to make a final inspection upon notice from Contractor that the entire Work or portion to be accepted 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. 17.14 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. General Conditions Corpus Christi Standards 00 72 00-77 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 17.15 Final Payment A. Make final Application for 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. 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. 17.16 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; 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 22 and specifically noted in the Certificate of Final Completion. 17.17 Correction Period A. Promptly correct Defective Work without cost to Owner for 1 year after the date of Substantial Completion or, in the event of a latent defect, within 1 year after discovery thereof by City. 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 17.17.A and 17.17.6 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. General Conditions Corpus Christi Standards 00 72 00-78 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 D. Contractor's obligation to indemnify Owner 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 system is 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. Contractor's obligations under this Paragraph 17.17 are in addition to other obligations or warranties. The provisions of this Paragraph 17.17 are not a substitute for, or a waiver of, the provisions of applicable statutes of limitation or repose. ARTICLE 18 — SUSPENSION OF WORK AND TERMINATION 18.01 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. 18.02 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; 6. Contractor's repeated disregard of the authority of OPT; 7. Contractor's failure to prosecute the work with diligence; or General Conditions Corpus Christi Standards 00 72 00-79 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 8. Contractor's other material breach of the contract. 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 18.02.A.4. Owner may terminate Contractor's performance under this Contract if Contractor and surety fail to provide adequate documentation satisfactory to Owner within 10 days of OAR's request for this information. C. Owner may declare Contractor to be in default, give notice to Contractor and surety that Contractor's performance under 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 18.02.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 Contractor's performance under the Contract for cause. E. Owner may elect not to proceed with termination of Contractor's performance under the Contract under this Paragraph 18.02 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 18.02. 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. The 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. Owner is not required to obtain the lowest price for the Work performed when exercising its rights or remedies under this paragraph. G. Termination of Contractor's performance 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. H. In the event the Owner terminates the contract for cause, and it is later determined that cause for termination was lacking, the termination will be deemed a termination without cause under Paragraph 18.03. 18.03 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 15.05; and 3. Reasonable expenses directly attributable to termination, including costs incurred to prepare a termination for convenience cost proposal. General Conditions Corpus Christi Standards 00 72 00-80 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. ARTICLE 19 — PROJECT MANAGEMENT 19.01 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. 19.02 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. 19.03 Document Submittal A. Provide documents in accordance with Article 24. 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 Data. 19.04 Required 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. General Conditions Corpus Christi Standards 00 72 00-81 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 19.05 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 Article 26. 19.06 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. 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 Article 26. 19.07 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. 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. General Conditions Corpus Christi Standards 00 72 00-82 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. 19.08 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 and coordinate Work with local utility companies 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. 19.09 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. General Conditions Corpus Christi Standards 00 72 00-83 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 C. Prepare a Plan of Action 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 OAR. E. Unless specifically indicated otherwise in the Bid Form, no separate payment will be made for pre -construction exploratory excavations. Include the cost for pre -construction exploratory excavations in the unit price for the pipe construction or other applicable feature. When necessary, pavement repairs associated with exploratory excavations that are beyond the limits of the new pavement will be paid for at the unit prices for pavement repair when an item is included in the Bid Form. When an item for pavement repair is not included in the Bid Form, the cost should be included in the unit price for the pipe construction or other applicable feature. 19.10 Disruption of Services/Continued Operations A. Existing facilities are to continue in service as usual during the construction unless noted otherwise. Owner of 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 if facilities must be taken out of operation. 19.11 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 Data as required in Article 26. 19.12 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. General Conditions Corpus Christi Standards 00 72 00-84 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 Notify OAR when the reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. C. Provide complete engineering layout of the Work needed for construction. 1. Provide competent personnel. Provide equipment including accurate surveying instruments, stakes, platforms, tools, and materials. 2. Provide surveying with accuracy meeting the requirements established for Category 5 Construction Surveying as established in the Manual of Practice of Land Surveying in Texas published by the Texas Society of Professional Surveyors, latest revision. 3. Record Data and measurements per standards. 19.13 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. General Conditions Corpus Christi Standards 00 72 00-85 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 4. Provide surface drainage to prevent erosion and ponding of water. 5. Prevent mixing of refuse or chemically injurious materials or liquids with stored materials. 6. Pipes and conduits stored outdoors are to have open ends sealed to prevent the entrance of dirt, moisture, and other injurious materials. Protect PVC pipe from ultraviolet light exposure. 7. Store light weight products to prevent wind damage. I. Maintain storage facilities. Inspect stored products on a weekly basis and after periods of severe weather to verify that: 1. Storage facilities continue to meet specified requirements; 2. Supplier's required environmental conditions are continually maintained; and 3. Products that can be damaged by exposure to the elements are not adversely affected. J. Replace any stored item damaged by inadequate protection or environmental controls. K. Payment may be withheld for any products not properly stored. 19.14 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. 19.15 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. B. Submit a Notification by Contractor for Owner's approval of a street closing. The request shall state: General Conditions Corpus Christi Standards 00 72 00-86 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. 19.16 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. 19.17 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. 19.18 Blasting A. Blasting is not allowed for any purpose. 19.19 Archeological Requirements A. Cease operations immediately and contact the Owner for instructions if historical or archaeological artifacts are found during construction. B. Conduct all construction activities to avoid adverse impact on the Sites where significant historical or archaeological artifacts are found or identified as an area where other artifacts could be found. 1. Obtain details for Working in these areas. 2. Maintain confidentiality regarding the Site. General Conditions Corpus Christi Standards 00 72 00-87 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. 19.20 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. 19.21 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. ARTICLE 20 — PROJECT COORDINATION 20.01 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. 20.02 Document Submittal A. Provide documents in accordance with Article 24. General Conditions Corpus Christi Standards 00 72 00-88 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. 20.03 Communication During Project A. The OAR is to be the first point of contact for all parties on matters concerning this Project. B. The OAR 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. 20.04 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 Article 27. b. Schedule of Values and anticipated Schedule of Payments per Article 17. c. List of Subcontractors and Suppliers. General Conditions Corpus Christi Standards 00 72 00-89 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. 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 20.07 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. General Conditions Corpus Christi Standards 00 72 00-90 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. 20.05 Requests for Information A. Submit Request for Information (RFI) to the OAR 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. OAR 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 Article 12 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 20.06. E. Use the Action Item Log to document assignments for actions to be taken in accordance with Paragraph 20.06. 20.06 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 20.04 to allow OAR to update the log prior to the Progress meetings. 3. Be prepared to discuss the status at each meeting. General Conditions Corpus Christi Standards 00 72 00-91 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 item if appropriate. The Contract Documents can only be changed by a Modification. 20.07 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. 20.08 Record Documents A. Maintain at the Site one complete set of printed Record Documents including: 1. Drawings. 2. Specifications. 3. Addenda. 4. Modifications. 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. General Conditions Corpus Christi Standards 00 72 00-92 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. 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. General Conditions Corpus Christi Standards 00 72 00-93 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. ARTICLE 21— QUALITY MANAGEMENT 21.01 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; Provide adequate quantities of representative products to be tested to the laboratory at the designated locations; g. General Conditions Corpus Christi Standards 00 72 00-94 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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; 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 through 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 OAR and the Designer. F. Provide an update on quality control activities at monthly progress meetings. 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. Owner will withhold payment for additional testing fees incurred due to Contractor noncompliance with OPT's Quality Control Program, including retesting fees, standby time, cancellation charges, and trip fees for retesting or cancellations. I. 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. 21.02 Quality Management Activities by 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 21.01. B. Quality assurance testing performed by the OPT will be paid for by the Owner, except for verification testing required per Paragraph 21.07. 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: General Conditions Corpus Christi Standards 00 72 00-95 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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; 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. 21.03 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 test 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 implement the Contractor's Quality Control Plan resulting from these deviations. 21.04 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 Article 25. 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, General Conditions Corpus Christi Standards 00 72 00-96 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 Documents and why it does not comply. Submit these test reports as part of a Shop Drawings submitted per Article 25. 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 and why it does not comply. Submit these test reports on forms provided per Article 24. 21.05 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. 21.06 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, and processing test specimens as required by test standard to maintain the integrity of Samples. 21.07 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. 21.08 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; General Conditions Corpus Christi Standards 00 72 00-97 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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; 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 sample 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. 21.09 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. 21.10 Limitation of Authority of 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. 21.11 Quality Control Plan A. Submit the Contractor's Quality Control Plan for approval as a Shop Drawing per Article 25. Use Contractor's Quality Control Plan Checklist provided to review the document before General Conditions Corpus Christi Standards 00 72 00-98 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 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 21.11.B.5 that will be provided by the OPT as part of their Quality Management Program; 7. Procedures for tracking and documenting quality management efforts. 8. Procedures for tracking Defective Work from initial identification through acceptable corrective action. Indicate how documentation of the verification process for deficiencies will be made. 9. Reporting procedures which incorporate the use of forms provided by the OAR. 10. The name of the proposed testing laboratories along with documentation of qualifications per Paragraph 21.04. 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. General Conditions Corpus Christi Standards 00 72 00-99 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. 21.12 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. Include the following phases for each definable Work task. A definable Work task is one which is separate and distinct from other tasks, has separate control requirements, may be provided by different trades or disciplines, or may be Work by the same trade in a different environment. 1. Planning Phase: Perform the following before beginning each definable Work task: a. Review the Contract Drawings. b. Review documents and determine that they are complete in accordance with the Contract Documents. c. Check to assure that all materials and/or equipment have been tested, submitted, and approved. d. Examine the work area to assure that all required preliminary Work has been completed and complies with the Contract Documents. e. Examine required materials, equipment, and Sample Work to assure that they are on hand, conform to Shop Drawings and Record Data, and are properly stored. f. Review requirements for quality control inspection and testing. g. Discuss procedures for controlling quality of the Work. Document construction tolerances and workmanship standards for the Work task. h. Check that the portion of the plan for the Work to be performed incorporates document review comments. i. Discuss results of planning phase with the OAR. Conduct a meeting attended by the Quality Control Manager, the OAR, superintendent, other quality control personnel as applicable, and the foreman responsible for the Work task. Instruct applicable workers as to the acceptable level of workmanship required in order to meet the requirements of the Contract Documents. Document the results of the preparatory phase actions by separate meeting minutes prepared by the Quality Control Manager and attached to the quality control report. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. J• 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. General Conditions Corpus Christi Standards 00 72 00-100 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 with the OPT one month prior to the expiration of the correction period. 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. ARTICLE 22 — FINAL RESOLUTION OF DISPUTES 22.01 Senior Level Negotiations A. Each party is required to continue to perform its obligations under the Contract pending the final resolution of any dispute arising out of or relating to the Contract, unless it would be impossible or impracticable under the circumstances then present. B. All negotiations pursuant to Article 22 are confidential and shall be treated as compromise and settlement negotiations for purposes of applicable rules of evidence. C. Before invoking mediation, Owner and Contractor agree that they first shall try to resolve any dispute arising out of or related to this Contract through discussions directly between those senior management representatives within their respective organizations who have overall managerial responsibility for similar projects. Both Owner and Contractor agree that this step shall be a condition precedent to use of any other alternative dispute resolution process. If the parties' senior management representatives cannot resolve the dispute within 45 calendar days after a party delivers a written notice of such dispute to the other, then the parties shall proceed with mediation. 22.02 Mediation A. In the event that Owner and/or Contractor contend that the other has committed a material breach of the Contract or the parties cannot reach a resolution of a claim or dispute pursuant General Conditions Corpus Christi Standards 00 72 00-101 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 to Article 13, as a condition precedent to filing a lawsuit, either party shall request mediation of the dispute with the following requirements: 1. The request for mediation shall be in writing and shall request that the mediation commence not less than 30 calendar days or more than 90 calendar days following the date of the request, except upon agreement of the parties. 2. In the event Owner and Contractor are unable to agree to a date for the mediation or to the identity of the mediator within 30 calendar days following the date of the request for mediation, all conditions precedent shall be deemed to have occurred. 3. Owner and Contractor are to each pay one-half of the mediator's fees and costs. Venue for any mediation or lawsuit filed under this Contract shall be in Nueces County, Texas. Any agreement reached in mediation shall be enforceable as a settlement in any court having jurisdiction thereof. 4. Nothing in this Contract shall be construed as consent to a lawsuit. No provision of the Contract shall waive any immunity or defense. ARTICLE 23 — MINORITY/MBE/DBE PARTICIPATION POLICY 23.01 Policy A. It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women, low income persons and Minority/Disadvantaged Business Enterprises (M/DBE) to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives. 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. 23.02 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 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/Disadvantaged Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s) or socially and economically disadvantaged individual(s). Minority/Disadvantaged 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). General Conditions Corpus Christi Standards 00 72 00-102 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. 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. Socially and economically disadvantaged individual: Any individual who is a citizen (or lawfully admitted permanent resident) of the United States and who has been subjected to racial or ethnic prejudice or cultural bias within American society because of his or her identity as a member of a group and without regard to his or her individual qualities. The social disadvantage must stem from circumstances beyond the individual's control. F. 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. G. 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. 23.03 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 1. Minority participation goal is 45%. 2. Minority Business Enterprise participation goal is 15%. 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 General Conditions Corpus Christi Standards 00 72 00-103 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. 23.04 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. ARTICLE 24 — DOCUMENT MANAGEMENT 24.01 Work Included A. Submit documentation as required by the Contract Documents and as reasonably requested by the OPT. 24.02 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. 24.03 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 Article 27. 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. General Conditions Corpus Christi Standards 00 72 00-104 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 24.04 Document Submittal 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). a. Create PDF documents from native format files unless files are only available from scanned documents. b. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. c. 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. d. Submit color PDF documents where color is required to interpret the document. e. 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. f. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. Use software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. h. Add footers to each document with the Project name. g. 24.05 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 General Conditions Corpus Christi Standards 00 72 00-105 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 Prefix Description Originator RCP Request for a Change Proposal OAR RD Record Data Contractor RFI Request for Information Contractor SD Shop Drawing Contractor 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 to 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. 24.06 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 Section Application for Payment Article 17 Change Proposal Article 12 Certified Test Report Article 25 for approval of product Article 21 to demonstrate compliance Notification by Contractor Article 20 Photographic Documentation Article 28 Progress Schedules Article 27 Record Data Article 26 Request for Information Article 20 Shop Drawing Article 25 Schedule of Values Article 17 Substitutions Article 12 General Conditions Corpus Christi Standards 00 72 00-106 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 Document Type Section Suppliers and Subcontractors Articles 20 and 26 ARTICLE 25 — SHOP DRAWINGS 25.01 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. 25.02 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 25.10 are approved. C. Furnish and install products that fully comply with the information included in the document submittal. 25.03 Contractor's Responsibilities A. Provide Shop Drawings as required by Paragraph 25.03 of the Supplementary Conditions B. Include Shop Drawings in the Schedule of Documents required by Article 24 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 Article 27. 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 General Conditions Corpus Christi Standards 00 72 00-107 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 Drawings; 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 Drawings are complete for their intended purpose; and 5. Conflicts between the Shop Drawings 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 25.09. 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. General Conditions Corpus Christi Standards 00 72 00-108 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 25.04 Shop Drawing Requirements A. Provide adequate information in Shop Drawings and Samples so Designer can: 1. Assist the Owner in selecting colors, textures, or other aesthetic features. 2. Compare the proposed features of the product with the specified features and advise Owner that the product does, in general, conform to the Contract Documents. 3. Compare the performance features of the proposed product with those specified and advise the Owner that the product does, in general, conform to the performance criteria specified in the Contract Documents. 4. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. B. Include a complete description of the product to be furnished, including: 1. Type, dimensions, size, arrangement, and operational characteristics of the product; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. C. Submit Shop Drawings that require coordination with other Shop Drawings at the same time. Shop Drawings requiring coordination with other Shop Drawings will be rejected until a complete package is submitted. 25.05 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 General Conditions Corpus Christi Standards 00 72 00-109 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. 25.06 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 Article 29. 25.07 Shop Drawing Submittal Procedures A. Submit Shop Drawings through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Shop Drawing submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Shop Drawing submittal form is to be the first document in the file submitted. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF documents from native format files unless files are only available from scanned documents. b. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. c. 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. d. Submit color PDF documents where color is required to interpret the Shop Drawing. Submit Samples and color charts per Paragraph 25.08.A. e. 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. f. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. Use software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. g. h. Add footers to each document with the Project name. General Conditions Corpus Christi Standards 00 72 00-110 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 3. Submit each specific product or class of material separately so these can be tracked and processed independently. Do not submit Shop Drawings for more than one product in the same Shop Drawing. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Shop Drawings. a. Use terms and symbols in Shop Drawings consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Shop Drawings. c. Provide a legend for symbols used on Shop Drawings. 6. Mark Shop Drawings to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Use the following conventions to markup Shop Drawings for review: 1. Make comments and corrections in the color blue. Add explanatory comments to the markup. 2. Highlight items in black that are not being furnished when the Supplier's standard drawings or information sheets are provided so that only the products to be provided are in their original color. 3. Make comments in the color yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Make comments in the color orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Include explanatory comments in the Shop Drawing Deviation Request form. 5. Mark dimensions with the prefix FD to indicate field verified dimensions on the Shop Drawings. C. Submit a Change Proposal per Article 12 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 General Conditions Corpus Christi Standards 00 72 00-111 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 25.03. 25.08 Sample and Mockup Submittal Procedures A. Submit color charts and Samples for every product requiring color, texture, or finish selection. 1. Submit color charts and Samples only after Shop Drawings for the products have been approved. 2. Deliver all color charts and Samples at one time. 3. Provide Samples of adequate size to clearly illustrate the functional characteristics of the product, with integrally related parts and attachment devices. 4. Indicate the full range of color, texture, and patterns. 5. Deliver color charts and Samples to the field office and store for the duration of the Project 6. Notify the Designer that color charts and Samples have been delivered for approval using the Notification by Contractor form. 7. Submit color charts and Samples not less than 30 days prior to when these products are to be ordered or released for fabrication to comply with the Project schedule. 8. Remove Samples that have been rejected. Submit new Samples following the same process as for the initial Sample until Samples are approved. 9. Dispose of Samples when related Work has been completed and approved and disposal is approved by the Designer. At Owner's option, Samples will become the property of the Owner. B. Construct mockups for comparison with the Work being performed. 1. Construct mockups from the actual products to be used in construction per detailed Specification Sections. 2. Construct mockups of the size and in the area indicated in the Contract Documents. 3. Construct mockups complete with texture and finish to represent the finished product. 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. General Conditions Corpus Christi Standards 00 72 00-112 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 7. Dispose of mockups when related Work has been completed and disposal is approved by the Designer. 25.09 Equal Non Specified Products A. 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 this article 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. 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. 25.10 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. General Conditions Corpus Christi Standards 00 72 00-113 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 E. A Modification must be issued by the Designer for approval of a deviation. Approval of a requested Shop Drawing deviation by the Designer on the Shop Drawings Deviation Request form indicates approval of the requested deviation only on its technical merits as generally conforming to the Contract Documents. Deviations from the Contract Documents can only be approved by a Modification. 25.11 Designer Responsibilities A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Article 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 Article 26. 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. General Conditions Corpus Christi Standards 00 72 00-114 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 d. Revise and resubmit: Shop Drawing has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. e. Resubmit with corrections made: Shop Drawing is "Approved as Noted," but has significant markups. Make correction and notations to provide a revised document with markup incorporated into the original document so that no markups are required. f. Returned without review due to excessive deficiencies: Document does not meet the requirement of the Specifications for presentation or content to the point where continuing to review the document would be counterproductive to the review process or clearly does not meet the requirements of the Contract Documents. Revise the Shop Drawing to comply with the requirements of this Section and resubmit. g. Actions a through c will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Actions d through f require follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked "Approved as Noted" and "Resubmit with corrections made." These drawings are to be revised to provide a clean record of the Shop Drawing. Proceed with ordering products as the documents are revised. 5. Dimensions or other data that does not appear to conform to the Contract Documents will be marked as "At Variance With" (AVW) the Contract Documents or other 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 a change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. General Conditions Corpus Christi Standards 00 72 00-115 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 25.11 that indicates that the Shop Drawing process is closed. F. Information that is submitted as a Shop Drawings that should be submitted as Record Data or other type of document, or is not required may be returned without review, or may be deleted. No further action is required and the Shop Drawing process for this document will be closed. 25.12 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 costs 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. General Conditions Corpus Christi Standards 00 72 00-116 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. ARTICLE 26 — RECORD DATA 26.01 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 require for record purposes. 26.02 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. 26.03 Contractor's Responsibilities A. Submit Record Data in accordance with SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. Include Record Data in the Schedule of Documents required by Article 24 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 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. General Conditions Corpus Christi Standards 00 72 00-117 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. 26.04 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. 26.05 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 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. General Conditions Corpus Christi Standards 00 72 00-118 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 26.06 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. C. Provide a copy of all warranties in a separate document in accordance with Article 29. 26.07 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 documents from native format files unless files are only available from scanned documents. b. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. c. 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. d. Submit color PDF documents where color is required to interpret the Record Data. e. 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. f. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. Use software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. h. 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. g. 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. General Conditions Corpus Christi Standards 00 72 00-119 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 Article 12 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 26.03. 26.08 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 26.02 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: 1. File Record Data as received if the cursory review indicates that the document meets the requirements of Paragraph 26.02. Document will be given the status of "Filed as Received" and no 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 Article 25. General Conditions Corpus Christi Standards 00 72 00-120 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 b. The cursory review indicates that the document does not meet the requirements of Paragraph 26.02. 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 the Record Data 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." ARTICLE 27 — CONSTRUCTION PROGRESS SCHEDULE 27.01 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. Schedule Work based upon a six day work week. 27.02 Document Submittal A. Submit Progress Schedules in accordance with Article 24. 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 Schedule 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. 27.03 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 General Conditions Corpus Christi Standards 00 72 00-121 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. 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 revised 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 Article 24 indicating: 1. Specific date each document is to be delivered to the Designer. 2. Specific date each document must be received in order to meet the proposed schedule. General Conditions Corpus Christi Standards 00 72 00-122 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 each document. Contractor is responsible for delays associated with additional time required to review incomplete or erroneous documents and for time lost when documents are submitted for products that do not meet Specification requirements. 27.04 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. 27.05 Float Time A. Define float time as the amount of time between the earliest start date and the latest start date of a chain of activities on the construction schedule. B. Float time is not for the exclusive use or benefit of either the Contractor or Owner. C. Where several subsystems each have a critical path, the subsystem with the longest time of completion is the critical path and float time is to be assigned to other subsystems. D. Contract Times cannot be changed by the submission of a schedule. Contract Times can only be modified by a Change Order or Contract Amendment. General Conditions Corpus Christi Standards 00 72 00-123 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. ARTICLE 28 — VIDEO AND PHOTOGRAPHIC DOCUMENTATION 28.01 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. 28.02 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. 28.03 Document Submittal A. Submit photographic documentation as Record Data in accordance with Article 24. B. Submit two DVDs of the video recording as Record Data in accordance with Article 24. General Conditions Corpus Christi Standards 00 72 00-124 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 28.04 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 photographs 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. 28.05 Video Recording A. Provide digital format on DVD that can be played with Windows Media Player in common format in full screen mode. B. Identify Project on video by audio or visual means. C. Video file size should not exceed 400 MB. D. Video resolution shall be 1080p. E. The quality of the video must be sufficient to determine the existing conditions of the construction area. Camera panning must be performed while at rest, do not pan the camera while walking or driving. Camera pans should be performed at intervals sufficient to clearly view the entire construction area. F. DVD shall be labeled with construction stationing and stationing should be called out, voice recorded, in the video. G. The entire construction area recording shall be submitted at once. Sections submitted separately will not be accepted. H. Pipeline projects should be recorded linearly from beginning to end. ARTICLE 29 — EXECUTION AND CLOSEOUT 29.01 Substantial Completion A. Notify the OAR 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. General Conditions Corpus Christi Standards 00 72 00-125 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 B. OPT will visit the Site to observe the Work within 30 days after notification is received to determine the status of the Project. C. OAR will notify the Contractor, within 120 days after notification, that the Work is either substantially complete or that additional Work must be performed before the Project will be considered substantially complete. 1. OAR 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 OAR when the items of Work in the OAR's notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. OAR 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 OAR of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. 29.02 Final Inspections A. Notify the OAR 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 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 30 days 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 been corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. OAR 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 29.04 if notified that the Project is complete, and the Work is acceptable. 29.03 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. General Conditions Corpus Christi Standards 00 72 00-126 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 29.04 Closeout Documents Submittal A. Record Documents per Article 20. 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 Article 28. 29.05 Transfer of Utilities A. If applicable to the Project, 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. 29.06 Warranties, Bonds and Service Agreements A. Provide warranties, bonds, and service agreements required by the Contract Documents. B. The date for the start of warranties, bonds, and service agreements is established per the Contract Documents. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. 1. Provide a log of all equipment covered under the 1 -year correction period specified in the Contract Documents 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 service agreement; e. Indicate the start date for the correction period specified in the Contract Documents for each product and the date on which the specified correction period expi res. f. Indicate the start date for extended warranties for each product and the date on which the specified extended warranties period expires. Start date, warranty or guarantee period, and expiration date for each warranty, bond, and service agreement; g. General Conditions Corpus Christi Standards 00 72 00-127 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 service agreements within 10 days after equipment or components are placed in service. ARTICLE 30 — MISCELLANEOUS 30.01 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 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. 30.02 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. Examples of Contractor written and electronically stored records include, but are not limited to: accounting data and reports, billings, books, general ledgers, cost ledgers, invoices, production sheets, documents, correspondence, 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, have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Contract 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 General Conditions Corpus Christi Standards 00 72 00-128 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 appropriate work space necessary for Owner or its designees to conduct such audits, inspections or examinations. C. Contractor must include this Paragraph 30.02 in any Subcontractor, supplier or vendor contract. 30.03 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. 30.04 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 30.04 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. 30.05 Limitation of Damages A. Owner is not liable to Contractor for claims, costs, losses or damages sustained by Contractor's Team associated with other projects or anticipated projects. 30.06 No Waiver A. The failure of Owner or Contractor to enforce any provision of this Contract does not constitute a waiver of that provision or affect the enforceability of that provision or the remainder of this Contract. 30.07 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. 30.08 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. General Conditions Corpus Christi Standards 00 72 00-129 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 30.09 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. 30.10 Assignment of Contract A. This Contract may not be assigned in whole or in part by the Contractor without the prior written consent of the Owner. 30.11 No Waiver of Sovereign Immunity A. The Owner has not waived its sovereign immunity by entering into and performing its obligations under this Contract. B. This Contract is to perform a governmental function solely for the public benefit. 30.12 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. Cases must be filed and tried in Nueces County and cannot be removed from Nueces County, Texas. 30.13 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. 30.14 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. 30.15 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. 30.16 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. B. No qualified person shall on the basis of race, color, religion, national origin, gender, age or disability be excluded from participation in, be denied the benefits of, or be subjected to General Conditions Corpus Christi Standards 00 72 00-130 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 discrimination under any program or activity which receives or benefits from federal financial assistance. C. Comply with all applicable federal, state and city laws, rules and regulations. D. Each applicable provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein, and the Contract shall be read and enforced as though each were physically included herein. 30.17 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. 30.18 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. 30.19 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. 30.20 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. 30.21 Notices. A. Any notice required to be given to Owner under any provision in this Contract must include a copy to OAR by mail or e-mail. END OF SECTION General Conditions Corpus Christi Standards 00 72 00-131 Rev 12/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 LJA Engineering, Inc. B. Paragraph 1.01.A.54 "Substantial Completion" is more specifically defined for this Project as: 1. The following items are fully functional and suitable for operation in accordance with the Contract Documents: a. Rehabilitated/replaced storm water infrastructure and/or existing culvert bridge infrastructure per each Delivery Order issued. This Project will be executed by multiple indefinite quantity Delivery Orders as required by the City, in accordance with the plans, specifications, and contract documents. Each Delivery Order will stipulate the Substantial Completion date, is to be completed according to the terms of the Delivery Order, and is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. 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 Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 007300-1 Rev 2/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. Delete Paragraph 5.03 entirely and insert the following: "5.03 Subsurface and Physical Conditions A. No reports of explorations or tests of subsurface conditions at or contiguous to the Site, or drawings of physical conditions relating to existing surface or subsurface structures at the Site, are known to Owner." SC -5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.06 which describe Hazardous Environmental Conditions that have been identified at or adjacent to the Site. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner. ARTICLE 6 — BONDS AND INSURANCE SC -6.03 REQUIRED MINIMUM INSURANCE COVERAGE INSURANCE REQUIREMENTS CONTRACTOR'S INSURANCE AMOUNTS 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 $1,000,000 Per Occurrence $2,000,000 Aggregate Supplementary Conditions Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 007300-2 Rev 2/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products / Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal & Advertising Injury Business Automobile Liability - Owned, Non - Owned, Rented and Leased $1,000,000 Combined Single Limit Workers' Compensation Statutory Employer's Liability $500,000/ 500,000/ 500,000 Excess Liability/Umbrella Liability Required if Contract Price > $5,000,000 $1,000,000 Per Occurrence Contractor's Pollution Liability / Environmental Impairment Coverage Not limited to sudden and accidental discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation > 3 ft $1,000,000 Per Claim ■ Required • Not Required Builder's Risk (All Perils including Collapse) Required for vertical structures and bridges Equal to Full Replacement Cost Structure and Contents of • Required ■ Not Required Installation Floater Required if installing city -owned equipment Equal to Contract Price • Required ■ Not Required 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." ARTICLE 14 — PREVAILING WAGE RATE REQUIREMENTS SC -14.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Determination Construction Type Project Type (WD) No Supplementary Conditions Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 007300-3 Rev 2/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 TX21 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) TX29 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). TX -21- Heavy "General Decision Number: TX20200021 01/03/2020 Superseded General Decision Number: TX20190021 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 $10.80 for calendar year 2020 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 $10.80 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 2020. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but it does not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Supplementary Conditions Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 007300-4 Rev 2/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 Modification Number Publication Date 0 01/03/2020 * SUTX1987-001 12/01/1987 Rates CARPENTER (Excluding Form Setting) $ 9.05 Concrete Finisher $ 7.56 ELECTRICIAN $ 13.37 Laborers: Common $ 7.25 Utility $ 7.68 Power equipment operators: Backhoe $ 9.21 Motor Grader $ 8.72 Fringes 2.58 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 Supplementary Conditions Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 007300-5 Rev 2/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)) . The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion Supplementary Conditions Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 007300-6 Rev 2/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 Supplementary Conditions Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 007300-7 Rev 2/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 TX -29 - Highway "General Decision Number: TX20200029 01/03/2020 Superseded General Decision Number: TX20190029 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; Supplementary Conditions Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 007300-8 Rev 2/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 and other major bridges). Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.80 for calendar year 2020 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 $10.80 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2020. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but it does not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/03/2020 * SUTX2011-010 08/08/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures)...$ 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 Supplementary Conditions Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 007300-9 Rev 2/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 Pipelayer $ 11.17 Work Zone Barricade Servicer $ 11.51 PAINTER (Structures) $ 21.29 POWER EQUIPMENT OPERATOR: Asphalt Distributor $ 14.25 Asphalt Paving Machine $ 13.44 Mechanic $ 17.00 Motor Grader, Fine Grade$ 17.74 Motor Grader, Rough $ 16.85 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 Supplementary Conditions Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 00 73 00-10 Rev 2/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. 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 Supplementary Conditions Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 00 73 00-11 Rev 2/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor Supplementary Conditions Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 00 73 00-12 Rev 2/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 IT ARTICLE 19 — PROJECT MANAGEMENT AND COORDINATION SC -19.21 COOPERATION WITH PUBLIC AGENCIES Note to Specifier: The information in the table below should be reviewed and updated as necessary for each project. C. For the Contractor's convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 LJA Engineering 361-991-8550 Jeff Coym, PE 361-991-8550 Traffic Engineering 361-826-3547 Police Department 361-882-2600 361-826-1800 (361-826-1818 after Water/ Wastewater/ Stormwater hours) Gas Department 361-885-6900 (361-885-6942 after hours) Parks & Recreation Department 361-826-3461 Street Department 361-826-1875 City Street Div. for Traffic Signals 361-826-1610 Supplementary Conditions Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 00 73 00-13 Rev 2/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 Public Agencies/Contacts Phone Number Solid Waste & Brush 361-826-1973 IT Department (City Fiber) 361-826-1956 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 1-866-247-2633 Spectrum Communications 1-800-892-4357 Crown Castle Communications (Network Operations Center) 1-888-632-0931 CenturyLink 361-208-0730 Windstream 1-800-600-5050 Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-695-7200 ARTICLE 25 — SHOP DRAWINGS (NOT APPLICABLE) SC -25.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description SC -25.12 RESUBMISSION REQUIREMENTS B. Pay for excessive review of Shop Drawings. 1. 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 below: ARTICLE 26 — RECORD DATA SC -26.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Supplementary Conditions Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 00 73 00-14 Rev 2/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 Specification Section Record Data Description 00 72 00 ART.20 Contractor Record Drawings 00 72 00 ART.28 CCTV Footage and Reports 01 33 01 See Submittal Register for Required Record Data END OF SECTION Supplementary Conditions Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 00 73 00-15 Rev 2/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 DIVISION 01 General Requirements DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 01 1100 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. 1.02 DESCRIPTION OF WORK A. Work is described in general, non-inclusive terms as: This Project is an Indefinite Delivery/Indefinite Quantity (ID/IQ) construction contract to perform rehabilitation/replacement of storm water infrastructure, drainage channels and ditches, and existing culvert bridge infrastructure in the City of Corpus Christi (Citywide). The work will be issued in individual work orders called "Delivery Orders" that provide specific scope and requirements, in accordance with the plans, specifications, and contract documents. The scope of work includes, but is not limited to: rehabilitation and/or replacement of manholes, curb inlets, existing culvert bridge infrastructure, and storm water pipes or box culverts by open cut installation methods, bridge railings, markers, crack and spall repairs, concrete/stone riprap, headwall installation/repair, well pointing, cleaning and televised inspection of conduits, channel excavation, channel maintenance, as required SWPPP/permit compliance, resultant pavement, curb and gutter, sidewalk and driveway repairs, and temporary traffic control measures. The City intends to award this contract for an initial one-year/12-month period, with the option to administratively renew for two (2) additional one-year/12-month periods. The City's Department of Engineering Services will determine whether to exercise an option to renew based on the Contractor's successful performance of the work on all Delivery Orders, the recommendation of the City's Design Engineer, Construction Management & Inspection Team, approval by the City's Director of Engineering Services, and the concurrence of the Contractor. The contract allows for a City - approved economic adjustment to apply to a renewal period, based upon published cost -of - construction indices acceptable to the City. 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. Summary of Work Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 011100-1 Rev 10/2018 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. Any necessary gas adjustments will be performed by the City Gas Department. B. Completion of the Work described in this Contract may impact the construction of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.05 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 011100-2 Rev 10/2018 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. The Bid Items described as "Allowances" have been set as noted in Section 00 30 01 Bid Form and shall be included in the Total Base Bid of the Bid Form for each Bidder. These Allowances may be used at the Owner's discretion in the event that unforeseen conditions or conflicts are encountered during construction that warrants the use of the Allowance funds. If the use of Allowance funds becomes necessary, the OAR will provide written authorization at a cost negotiated between Owner and Contractor, using unit prices in the Bid Form when applicable. No work is to be performed under the Allowance items without written authorization from the OAR. There is no guarantee that any of these funds will need to be used during the course of the Work. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with Article 24 of SECTION 00 72 00 GENERAL CONDITIONS. 1.03 DESCRIPTION OF ALTERNATES (NOT USED) 1.04 DESCRIPTION OF ALLOWANCES A. Bid Item A2 — Bonds and Insurance: 1. This sum is to be used for the purchase of bonds and insurance required for the entire Project. 2. Payment for bonds and insurance will be based on the receipt of documentation of actual costs. Contractor shall furnish satisfactory evidence of the rate or rates paid for all bonds and insurance. Contractor will be reimbursed for the actual cost of unique Alternates and Allowances Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 012310-1 Rev 5/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 insurance as required and obtained specifically for this Project, not including the routine and general company insurance policies that are maintained for the course of conducting normal business operations. Contractor will be reimbursed for the actual cost of project specific bonds and insurance, not to exceed the bid amount or the verifiable costs of Project specific bonds and insurance incurred by the Contractor. B. Bid Item C81 - Disposal of Contaminated Groundwater Allowance: 1. The sum of $7,500.00 to be used for the disposal of contaminated groundwater per each Delivery Order as required. 2. Payment will be based on the Contractor's actual costs and will be negotiated. Measurement for payment shall be on a lump sum basis per Delivery Order. C. Bid Item N20 — Preparation and Implementation of Traffic Control Plan Allowance: 1. The sum of $10,000.00 to be used for the preparation and implementation of traffic control plan per each Delivery Order as required. 2. Payment will be based on the Contractor's actual costs and will be negotiated. Such line item may not be utilized/paid in conjunction with a TCP that is included in the drawings/plans. Measurement for payment shall be on a lump sum basis per Delivery Order. 3. Measurement shall include, but not be limited to, TCP prepared by a Texas licensed professional engineer, 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, flag -men and such temporary devices and relocation of existing signs and devices and all materials, labor, equipment, and incidentals necessary to provide a safe condition and to complete the work. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 012310-2 Rev 5/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 Article 17 of SECTION 00 72 00 GENERAL CONDITIONS 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 Article 17 of SECTION 00 72 00 GENERAL CONDITIONS. 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 Article 17 of SECTION 00 72 00 GENERAL CONDITIONS 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 Al — Mobilization (Maximum 5%): 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 Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 012901-1 Rev 5/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 2. Unless indicated otherwise in the Bid Form, Mobilization (Max. 5% of Project Total) shall be measured by the lump sum. Payment shall be made per Delivery Order on the following basis: DO Cost Mobilization Payment = (Mobilization Lump Sum) Contract Amount The initial monthly estimate will include 50% of the unit price bid minus retainage. The balance will be paid according to the percent of construction complete after 50% completion has been surpassed, less retainage. Mobilization may not exceed 5 percent of the total Contract Price for Delivery Order Improvements. B. Bid Item A3 — Storm Water Pollution Prevention (Small Construction Site (1-5 Acres)): 1. Payment shall include but not be limited to furnishing and submitting the SWPPP to TCEQ and Owner and updating the Plan during the Project as needed. All permits and required fees related to the SWPPP will be included in this item. 2. Measurement for payment will be made per each Delivery Order on the following basis: The initial pay application will include 50% of the lump sum bid amount minus retainage. The balance will be paid according to the percent of construction completion after 50% completion has occurred, minus retainage. C. Bid Item A4 — Storm Water Pollution Prevention (Large Construction Site (>_ 5 Acres)): 1. Payment shall include but not be limited to furnishing and submitting the SWPPP to TCEQ and Owner and updating the Plan during the Project as needed. All permits and required fees related to the SWPPP will be included in this item. 2. Measurement for payment will be made per each Delivery Order on the following basis: The initial pay application will include 50% of the lump sum bid amount minus retainage. The balance will be paid according to the percent of construction completion after 50% completion has occurred, minus retainage. D. Bid Item A5 — Ozone Advisory Days: 1. Include the following costs in this Bid Item: a. Compensation in the amount of the bid unit price for Ozone Advisory Days that occur during the construction duration. 2. Unless indicated otherwise in the Bid Form, measurement for payment will be made on a per day basis. E. Bid Items B8 thru B21— Remove Existing Headwall/Wingwall: 1. Include the following costs in these Bid Items: a. Materials, equipment, personnel, labor, and incidentals required for removal of existing headwall/wingwall, in accordance with the plans. 2. Unless indicated otherwise in the Bid Form, measurement for payment will be made on a per linear foot basis. The linear foot measurement is determined by the overall length (including headwall and wingwalls) of the headwall/wingwall elevation. Payment shall be for the removal of existing headwall/wingwall with the indicated height of wall (Hw). Measurement and Basis for Payment Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 012901-2 Rev 5/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 F. Bid Items B52 thru B66 — Remove Existing Box Culvert: 1. Include the following costs in these Bid Items: a. Materials, equipment, personnel, labor, and incidentals required for removal of existing box culverts. 2. Unless indicated otherwise in the Bid Form, measurement for payment will be made on a per linear foot basis. Payment shall be for the box culvert size range defined by the effective opening of the box culvert. The effective opening is determined by the product of the nominal span and rise of the box culvert measured by square foot. G. Bid Items C25 thru C39 — Precast Reinforced Concrete Box Culvert: 1. Include the following costs in these Bid Items: a. Materials, equipment, personnel, labor, and incidentals required for installation of proposed precast reinforced concrete box culverts. 2. Unless indicated otherwise in the Bid Form, measurement for payment will be made on a per linear foot basis. Payment shall be for the box culvert size range defined by the effective opening of the box culvert. The effective opening is determined by the product of the nominal span and rise of the box culvert measured by square foot. H. Bid Items C40 thru C49 — Cast -in -Place Reinforced Concrete Box Culvert: 1. Include the following costs in these Bid Items: a. Materials, equipment, personnel, labor, and incidentals required for installation of proposed cast -in-place reinforced concrete box culverts. 2. Unless indicated otherwise in the Bid Form, measurement for payment will be made on a per linear foot basis. Payment shall be for the box culvert size range defined by the effective opening of the box culvert. The effective opening is determined by the product of the nominal span and rise of the box culvert measured by square foot. I. Bid Item C60 — Manned Inspection of Existing Pipe/Box: 1. Include the following costs in this Bid Item: a. Materials, equipment, personnel, labor, and incidentals required for manned inspection of existing pipe/box. b. 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"). c. Perform manned inspection in accordance with City Standard Specification 027611 Cleaning and Televised Inspection of Conduits. 2. Unless indicated otherwise in the Bid Form, measurement for payment will be made on a per linear foot basis. J. Bid Item D18 thru D30 — Junction Box: 1. Include the following costs in these Bid Items: a. Materials, equipment, personnel, labor, and incidentals required for installation of proposed junction boxes. Measurement and Basis for Payment Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 012901-3 Rev 5/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 2. Unless indicated otherwise in the Bid Form, measurement for payment will be made on a per each basis. Payment shall be for the junction box size range defined by the top slab area of the junction box. The top slab area is determined by the product of the nominal length and width of the junction box top (as shown in plan view) measured by square foot. K. Bid Items D53 thru D66 — Headwall/Wingwall: 1. Include the following costs in these Bid Items: a. Materials, equipment, personnel, labor, and incidentals required for installation of headwall/wingwall, in accordance with the plans. 2. Unless indicated otherwise in the Bid Form, measurement for payment will be made on a per linear foot basis. The linear foot measurement is determined by the overall length (including headwall and wingwalls) of the headwall/wingwall elevation. Payment shall be for the installation of headwall/wingwall with the indicated height of wall (Hw). L. Bid Item D71—Temporary Cofferdam: 1. Include the following costs in this Bid Item: a. Materials, equipment, personnel, labor, and incidentals require for installation of temporary cofferdam. b. Temporary cofferdams shall be in accordance with TxDOT Item 400 (For Cofferdam Use Only). c. Temporary cofferdam solutions such as Portadam, AquaDam, or approved equals, are acceptable for use. d. Any required dewatering and/or bypassing (flume/culvert pipe bypass or pumped bypass) specific to Temporary Cofferdam shall be considered subsidiary. 2. Unless indicated otherwise in the Bid Form, measurement for payment will be made on a per linear foot basis. M. Bid Item F2 — Detention Pond Excavation: 1. Detention Pond Excavation shall be performed in accordance with City Standard Specification 022060 — Channel Excavation. 2. Unless indicated otherwise in the Bid Form, measurement for payment will be made on a per cubic yard basis. N. Bid Item F4 — Articulated Concrete Block Matting: 1. Include the following costs in this Bid Item: a. Materials, equipment, personnel, labor, and incidentals required for installation of the bid item, in accordance with the plans. b. Articulated Concrete Block Matting shall be installed in accordance with TxDOT Special Specification 4014. 2. Unless indicated otherwise in the Bid Form, measurement for payment will be made on a per square foot basis. Measurement and Basis for Payment Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 012901-4 Rev 5/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 O. Bid Item F5 —Soil Retention Blanket: 1. Include the following costs in this Bid Item: a. Materials, equipment, personnel, labor, and incidentals required for installation of the bid item, in accordance with the plans. b. Soil Retention Blankets shall be installed in accordance with TxDOT Item 169. 2. Unless indicated otherwise in the Bid Form, measurement for payment will be made on a per square yard basis P. Bid Item F6 — Turf Reinforcement Matting: 1. Include the following costs in this Bid Item: a. Materials, equipment, personnel, labor, and incidentals required for installation of the bid item, in accordance with the plans. b. Turf Reinforcement Matting shall be installed in accordance with Technical Specification 313519-T. 2. Unless indicated otherwise in the Bid Form, measurement for payment will be made on a per square yard basis, including the toe down lengths. Q. Bid Item J2 — Hand Clearing: 1. Include the following costs in this Bid Item: a. Tools, personnel, labor, and incidentals required for hand clearing, in accordance with the plans. b. Hand clearing may be specified in or near sensitive environmental areas where vehicles and heavy equipment are not permitted to operate, park, or traverse. Mechanized land clearing in wetlands is not permissible without a U.S. Army Corps of Engineers permit. c. Chainsaws and hand operated tools are acceptable for use. d. All material removed from the site under this operation shall become the Contractor's responsibility. The material shall be hauled off and disposed of either at a disposal site indicated on the drawings or at a disposal site obtained by the Contractor. 2. Unless indicated otherwise in the Bid Form, measurement for payment will be made on a per acre basis. R. Bid Item J3 — Heavy Brush Removal and Stripping (Mulch in Place): 1. Include the following costs in this Bid Item: a. Materials, equipment, personnel, labor, and incidentals required for mechanized land clearing and stripping, in accordance with the plans. b. The construction methods for Heavy Brush Removal and Stripping (Mulch in Place) shall be in accordance with City Standard Specification 021020. c. All material removed from the site under this operation shall be mulched in place. Measurement and Basis for Payment Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 012901-5 Rev 5/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 2. Unless indicated otherwise in the Bid Form, measurement for payment will be made on a per acre basis. S. Bid Item J4 — Heavy Brush Removal and Stripping (Haul Off): 1. Include the following costs in this Bid Item: a. Materials, equipment, personnel, labor, and incidentals required for mechanized land clearing and stripping, in accordance with the plans. b. The construction methods for Heavy Brush Removal and Stripping (Haul Off) shall be in accordance with City Standard Specification 021020. c. 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. 2. Unless indicated otherwise in the Bid Form, measurement for payment will be made on a per acre basis. T. Bid Item J9 — Reshape/Regrade Ditch (0-4'): 1. Include the following costs in this Bid Item: a. Materials, equipment, personnel, labor, and incidentals required for reshaping/regrading roadside ditches, 0'-4' in depth, in accordance with to the lines and grades in the plans. 2. Unless indicated otherwise in the Bid Form, measurement for payment will be made on a per linear foot basis. U. Bid Items L4 thru L8 — Remove and Replace Existing Fence: 1. Include the following costs in these Bid Items: a. Materials, equipment, personnel, labor, and incidentals required for the removal of existing fence, disposal of existing fence materials, if not salvageable, replacement using existing fence materials, and/or installation with new fence materials, if existing fence materials were not salvageable, in accordance with the plans. 2. Unless indicated otherwise in the Bid Form, measurement for payment will be made on a linear foot basis. V. Bid Item N16 — Remove and Replace Signage: 1. Include the following costs in this Bid Item: a. Materials, equipment, personnel, labor, and incidentals required for the removal of existing signage, disposal of existing signage, if not salvageable, replacement using existing signage, and/or installation of new signage, in accordance with the plans. 2. Unless indicated otherwise in the Bid Form, measurement for payment will be made on a per each basis. Measurement and Basis for Payment Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 012901-6 Rev 5/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 W. Other Bid Items 1. The basis of measurement and payment for other Bid Items shall be as described in the applicable Specification Sections, Construction Drawings and/or SECTION 00 30 01 BID FORM. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 012901-7 Rev 5/2020 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 0133 01 Submittal Register Specification Section Specification Description Paragraph No. Types of Submittals Required Product Information Sample or Mockup Operations Data 021340-T Bank Sand Bedding and Backfill Record Data 022080 Embankment Record Data 022100 Select Material Record Data 022410-T Storm Water Pollution Prevention Plan Record Data 022420 Silt Fence Record Data 025223 Crushed Limestone Flexible Base Record Data 025402 Asphalts, Oils, & Emulsions Record Data 025412 Prime Coat Record Data 025424 Hot Mix Asphaltic Concrete Pavement (Class A) Record Data 025608 Inlets Record Data 025620 Portland Cement Concrete Pavement Record Data 027202 Manholes Record Data 027402 Reinforced Concrete Pipe Culverts Record Data 027404 Concrete Box Culverts Record Data 027614-T CIPP Rehabilitation of Gravity Line Record Data 028020-T Seeding Record Data 028040 Sodding Record Data 030020 Portland Cement Concrete Record Data 032020 Reinforcing Steel Record Data 037040 Epoxy Compounds Record Data 038000 Concrete Structures Record Data 038001-T Storm Seal for Rehabilitation Record Data 055420 Frames, Grates, Rings & Covers Record Data 313519-T Erosion Control Turf Reinforcement Matting Record Data 330533-T HP Sorm Pipe Record Data TxDOT 169 Soil Retention Blanket Record Data TxDOT 464 Reinforced Concrete Pipe (FOR REINFORCED CONCRETE ARCH PIPE USE ONLY) Record Data TxDOT 4014 Interlocking Articulating Concrete Blocks Record Data Submittal Register Storm Water Infrastructure IDIQ— Project No. 20144, 21105 21107 01 33 01-1 10/2018 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 specified in each Delivery Order. B. Work shall be completed within the specified time for these items: Description Time AS SPECIFIED PER EACH DELIVERY ORDER ISSUED TBD C. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. D. Perform the Work not specifically described in this Section as required to complete the entire Project within the Contract Times. 1.02 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Pipelines or wastewater systems, 4. Communications equipment, and 5. Other designated functions. B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; 6. Plan of Action to handle emergencies; 7. List of manpower, equipment, and ancillary supplies; 8. Backups for key pieces of equipment and key personnel; 9. Contingency plan that will be used if the original schedule cannot be met; and C. Submit plan 2 weeks prior to beginning the Work. Special Procedures Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 013500-1 Rev 10/2018 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 1.03 CRITICAL OPERATIONS A. The Owner has identified critical operations that must not be out of service longer than the designated maximum time out of service and/or must be performed only during the designated times. These have been identified in the table below: Critical Operation Max. Time Out of Operation Hours Operation can be Shut Down Liquidated Damages ($ per hour) AS SPECIFIED PER EACH DELIVERY ORDER ISSUED IF NECESSARY 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. E. Liquidated damages will be assessed if Work on critical operations is not completed within the time indicated. 1.04 OWNER ASSISTANCE (NOT USED) 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 013500-2 Rev 10/2018 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 015000-1 Rev 8/2019 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 (FIELD OFFICE NOT REQUIRED) 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. 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 10 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 Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 015000-2 Rev 8/2019 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 (NOT REQUIRED) 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 Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 015000-3 Rev 8/2019 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 015000-4 Rev 8/2019 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 01 57 00 TEMPORARY CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment, and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. B. Construct temporary impounding works, channels, diversions, furnishing and operation of pumps, installing piping and fittings, and other construction for control of conditions at the Site. Remove temporary controls at the end of the Project. C. Provide a Storm Water Pollution Prevention Plan (SWPPP) as required by Texas Pollutant Discharge Elimination System (TPDES) General Permit No. TXR150000 for stormwater discharges from construction activities as applicable to the nature and size of the Project. Comply with all requirements of the Texas Commission on Environmental Quality (TCEQ) and Laws and Regulations. File required legal notices and obtain required permits prior to beginning any construction activity. D. Provide labor, materials, equipment, and incidentals necessary to prevent stormwater pollution for the duration of the Project. Provide and maintain erosion and sediment control structures as required to preventive sediment and other pollutants from the Site from entering any stormwater system including open channels. Remove pollution control structures when no longer required to prevent stormwater pollution. 1.02 QUALITY ASSURANCE A. Construct and maintain temporary controls with adequate workmanship using durable materials to provide effective environmental management systems meeting the requirements of the Contract Documents and Laws and Regulations. Use materials that require minimal maintenance to prevent disruption of construction activities while providing adequate protection of the environment. B. Periodically inspect systems to determine that they are meeting the requirements of the Contract Documents. 1.03 DOCUMENT SUBMITTAL A. Provide documents requiring approval by the OPT as Shop Drawings in accordance with Article 25 of SECTION 00 72 00 GENERAL CONDITIONS. B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Record Data in accordance with Article 26 of SECTION 00 72 00 GENERAL CONDITIONS. 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. Temporary Controls Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 015700-1 Rev 8/2019 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. 1.05 PERMITS A. As applicable, submit the following to the TCEQ and the Operator of any Municipal Separate Storm Sewer System (MS4) receiving stormwater discharges from the Site: 1. Notice of Intent (NOI) at least 48 hours prior to beginning construction activity. Construction activity may commence 24 hours after the submittal of an electronic NOI. 2. Notice of Change (NOC) letter when relevant facts or incorrect information was submitted in the NOI, or if relevant information in the NOI changes during the course of construction activity. 3. Notice of Termination (NOT) when the construction Project has been completed and stabilized. B. Post a copy of the NOI at the Site in a location where it is readily available for viewing by the general public and as required by Laws and Regulations prior to starting construction activities and maintain the posting until completion of the construction activities. C. Maintain copies of a schedule of major construction activities, inspection reports, and revision documentation with the SWPPP. 1.06 STORMWATER POLLUTION CONTROL A. Comply with the current requirements of TPDES General Permit No. TXR150000 as set forth by the TCEQ for the duration of the Project as applicable to the nature of the work and the total disturbed area: 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 Article 26 of SECTION 00 72 00 GENERAL CONDITIONS. 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 Temporary Controls Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 015700-2 Rev 8/2019 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 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 Temporary Controls Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 015700-3 Rev 8/2019 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. 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. Temporary Controls Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 015700-4 Rev 8/2019 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 C. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and/or settling prior to entering a storm water conduit or inlet. D. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharges groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream, the Corpus Christi Bay, Oso Creek, Laguna Madre, or 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 wastewater system. If discharging to temporary holding tanks and trucking to a wastewater 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 wastewater system the Contractor shall contact Wastewater Pre-treatment Coordinator at 826-1817 to obtain a "no cost" permit from the Owner's Waste Water Department. Contractor will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. 1.12 DISPOSAL OF CONTAMINATED GROUNDWATER A. An allowance will be included in the Bid for the unanticipated disposal of contaminated groundwater. This allowance may not be needed but is provided in case contaminated groundwater is encountered during the course of the Project and does not meet the water quality requirements for discharge into the storm water or wastewater systems. This allowance includes all materials, tools, equipment, labor, transportation, hauling, coordination, and proper disposal of the contaminated water at an approved landfill, deep water injection well, or other site as agreed to by the Designer. Suggested disposal facilities would be US Ecology (USET) in Robstown, Texas or Texas Molecular in Corpus Christi, Texas. B. The payment for this Work will be based on the Contractor's actual costs and will be negotiated. Payment will not include costs associated with routine dewatering, which is considered subsidiary to the appropriate bid items as described in Paragraph 1.11. 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 Temporary Controls Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 015700-5 Rev 8/2019 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 disposal of this water in a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Do not use the Owner's wastewater system for disposal of contaminated water. 1.14 WINDSTORM CERTIFICATION A. All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by the current version of the International Building Code (IBC). When applicable, 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 Storm Water Infrastructure IDIQ— Project No. 20144, 21105 & 21107 015700-6 Rev 8/2019 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 PART S Standard Specifications DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 (3) Dewatering Trench. Pipe or conduit shall not be constructed or laid in a trench in the presence of water. All water shall be removed from the trench sufficiently prior to the pipe or conduit planing operation to insure a relatively dry (no standing water), firm bed. The trench shall be maintained in such dewatered condition until the trench has been backfilled to a height at lease one foot above the top of pipe. Removal of water may be accomplished by bailing, pumping, or by installation of well -points, as conditions warrant. Removal of well - points shall be at rate of 1/3 per 24 hours (every third well -point). The Contractor shall prevent groundwater from trench or excavation dewatering operations from discharging directly into the storm water system. Groundwater from dewatering operations shall be sampled and tested, if applicable, and disposed of, in accordance with City Standard Specification Section 022021 "Control of Ground Water". (4) Excavation in Streets. Excavation in streets, together with the maintenance of traffic where specified, and the restoration of the pavement riding surface, shall be in accordance with drawing detail or as required by other applicable specifications. (5) Removing Abandoned Structures. When abandoned masonry structures or foundations are encountered in the excavation, such obstructions shall be removed for the full width of the trench and to a depth one foot below the bottom of the trench. When abandoned inlets or manholes are encountered and no plan provision is made for adjustment or connection to the new utility, such manholes and inlets shall be removed completely to a depth one foot below the bottom of the trench. In each instance, the bottom to the trench shall be restored to grade by backfilling and compacting by the methods provided hereinafter for backfill. Where the trench cuts through utility lines which are known to be abandoned, these lines shall be cut flush with the sides of the trench and blocked with a concrete plug in a manner satisfactory to the Engineer. (6) Protection of Utilities. The Contractor shall conduct his work such that a reasonable minimum of disturbance to existing utilities will result. Particular care shall be exercised to avoid the cutting or breakage of water and gas lines. Such lines, if broken, shall be restored promptly by the Contractor. When active wastewater lines are cut in the trenching operations, temporary flumes shall be provided across the trench while open, and the lines shall be restored when the backfilling has progressed to the original bedding line of the sewer so cut. (7) The Contractor shall inform utility owners sufficiently in advance of the Contractor's operations to enable such utility owners to reroute, provide temporary detours, or to make other adjustments to utility lines in order that the Contractor may proceed with his work with a minimum of delay. The Contractor shall not hold the City liable for any expense due to delay or additional work because of utility adjustments or conflicts. Excess Excavated Material. All materials from excavation not required for backfilling the trench shall be removed by the Contractor from the job site promptly following the completion of work involved. 022020 Page 2 of 4 Rev 3-25-2015 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 (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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 2. Compare Ground Water Discharge Quality to Receiving Water Quality. The following table, Ground Water Discharge Limits, indicates that the parameters to compare to the receiving water are Total Dissolved Solids (TDS) and Total Suspended Solids (TSS). If the ground water results are equal to or better than the receiving water, then the discharge may be authorized as long as the discharge does not exceed the other parameters which would indicate hydrocarbon contamination. Note that the receiving water only needs to be tested initially as a baseline and the ground water shall be tested weekly to ensure compliance. GROUND WATER DISCHARGE LIMITS Parameter Ground Water Monitoring Frequency Receiving Water Monitoring Frequency Maximum Limitation Total Dissolved Solids (TDS) Initial + Weekly Once Prior to Discharge < Receiving Water Total Suspended Solids (TSS) Initial + Weekly Once Prior to Discharge < Receiving Water Total Petroleum Hydrocarbons Initial + Weekly 15 mg/L Total Lead Initial + Weekly 0.1 mg/L Benzene Initial + Weekly 0.005 mg/L Total BTEX Initial + Weekly 0.1 mg/L Polynuclear Aromatic Hydrocarbons Initial + Monthly 0.01 mg/L 3. Analyze Ground Water for Hydrocarbon Contamination. All other parameters listed on the Ground Water Discharge Limits table must be analyzed prior to ground water discharge to the storm water system. If no limits are exceeded, ground water discharge to the storm water system may be authorized following notification to the MS4 operator (City of Corpus Christi) and all Pollution Prevention Measures for the project are in place. Analytical results shall be on-site or readily available for review by local, state or federal inspectors. Note that this step is frequently done simultaneously with Step 2 above to shorten analytical processing time. 4. Pollution Prevention Measures. A storm water pollution prevention plan or pollution control plan shall be developed and implemented prior to any ground water discharges to the storm water system. The plan's objectives are to limit erosion and scour of the storm water system, and minimize Total Suspended Solids (TSS) and other forms of contamination, and prevent any damage to the storm water system. Note that ground water discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the storm water system, the responsible party 022021 Page 8 of 10 Rev. 10-30-2014 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 SECTION 022040 STREET EXCAVATION 1. DESCRIPTION This specification shall govern all work for Street Excavation required to complete the project. 2. CONSTRUCTION METHODS (A) Stripping and Excavation Strip the top 6 inches in all areas to underlay compacted fill, curbs, base or pavement, by removing all humus, vegetation and other unsuitable materials. Unless otherwise noted, remove existing trees, shrubs, fences, curb, gutter, sidewalk, drives, paving, pipe and structures and other items within the graded area which interfere with new construction of finished grading. All suitable excavated materials shall be utilized, insofar as practicable, in constructing the required roadway sections or in uniformly widening embankments, flattening slopes, etc., as directed by the Engineer, provided that the material meets the requirements for roadway embankment as specified in Article 3 below. Unwanted or unsuitable roadway excavation and roadway excavation in excess of that needed for construction shall become the property of the Contractor to be disposed of by him outside the limits of the right-of-way at a location suitable to the Engineer. "Unsuitable" material encountered below subgrade elevation in roadway cuts, when declared unwanted by the Engineer, shall be replaced as directed by the Engineer with suitable material from the roadway excavation or with other suitable material. Maintain moisture and density until covered and protected by the subbase or base course. Remove soft or wet areas found at any time, replace with suitable material, and recompact (especially utility trenches). (B) Subgrade Preparation That area shown on the drawings for street construction shall be cut to grade, scarified to a depth not less than 6 inches, or as otherwise indicated on the drawings, and compacted to 95% Standard Proctor density (ASTM D698) to within 0 to +3% of optimum moisture. The section may be accepted if no more than 1 in 5 of the most recent moisture or density tests is beyond ±1% deviation from the required moisture or density requirement. Irregularities exceeding 1/2 inch in 16 feet shall be corrected. Soft areas found at anytime shall be removed, replaced with suitable material and compacted (especially at utility trenches). The correct moisture density relationship shall be maintained until the subgrade is protected. Excessive loss of moisture shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the subgrade, due to any reason or cause, lose the required stability, density, or moisture before it is protected by placement of the next layer, it shall be re -compacted and refinished and retested at the expense of the Contractor until acceptable to the City. 022040 Page 1 of 3 Rev. 10-30-2014 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 (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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 SECTION 022060 CHANNEL EXCAVATION 1. DESCRIPTION This specification shall govern all work for Channel Excavation required to complete the project. 2. CONSTRUCTION METHODS Trees, stumps, brush and other vegetation shall be removed and hauled away. Excavated slopes shall be finished in conformance with the lines and grades established by the Engineer. When completed, the average plane of slopes shall conform to the slopes indicated on the drawings, and no point on completed slopes shall vary from the designated slopes by more than 0 5 foot measured at right angles to the slope. In no case shall any portion of the slope encroach on the roadbed. The tops of excavated slopes and the end of excavation shall be rounded. The bottom and sides of the ditch or channel shall be undercut a minimum depth sufficient to accommodate topsoil for seeding, sodding, or slope protection, as indicated on the drawings. All suitable materials removed from the excavation shall be used, insofar as practicable, in the formation of embankments in accordance with City Standard Specification Section 022080 "Embankment", or shall be otherwise utilized or satisfactorily disposed of as indicated on drawings, or as directed, and the completed work shall conform to the established alignment, grades and cross sections. During construction, the channel shall be kept drained, insofar as practicable, and the work shall be prosecuted in a neat workmanlike manner. Unsuitable channel excavation in excess of that needed for construction shall become the property of the Contractor and removed from the site and properly disposed of. 3. SELECTION OF MATERIALS Where shown on the drawings, selected materials shall be utilized in the formation of embankment or to improve the roadbed, provided that the material meets the requirements specified in City Standard Specification Sections 022040 "Street Excavation" and 022100 "Select Material", 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 the limits and at elevations required. Concrete for lining channels, where specified on the drawings, shall be Class "A" in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, channel excavation shall be measured in its original position and the volume computed in cubic yards by the method of average end areas, or by linear foot of channel or drainage ditch, as specified. Channel excavation shall include, but not be limited to, clearing and removal of vegetation, excavation, de -watering, embankment, compaction, hauling, and disposal. Channel excavation shall not include undercutting to accommodate topsoil, sod, or slope protection. 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. 022060 Page 1 of 1 Rev. 3-25-2015 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 SECTION 022080 EMBANKMENT 1. DESCRIPTION This specification shall govern all work for Embankment required to complete the project. 2. CONSTRUCTION METHODS Prior to placing embankment, the area to be covered shall be stripped of all vegetation and the material so removed shall be disposed of off the job site. Washes, gulleys, wet areas, and yielding areas shall be corrected as directed by the Engineer. Unless otherwise indicated on the drawings, the surface of the ground which is to receive embankment shall be loosened by scarifying or plowing to a depth of not less than 6 inches. The loosened material shall be recompacted with the new embankment as hereinafter specified. Embankment shall be placed in layers not to exceed ten (10) inches uncompacted (loose) depth for the full width of the embankment, unless otherwise noted. Where embankment is adjacent to a hillside or old roadbed, the existing slope shall be cut in steps to not less than the vertical depth of an uncompacted layer. The fill material shall be placed from the low side and compacted. Each layer shall overlap the existing embankment by at least the width indicated by the embankment slope. Trees, stumps, roots, vegetation, debris or other unsuitable materials shall not be placed in embankment. Each layer of embankment shall be uniform as to material, density and moisture content before beginning compaction. Where layers of unlike materials abut each other, each layer shall be feather -edged for at least 100 feet or the material shall be so mixed as to prevent abrupt changes in the soil. No material placed in the embankment by dumping in a pile or windrow shall be incorporated in a layer in that position, but all such piles or windrows shall be moved by blading or similar methods. Clods or lumps of material shall be broken and the embankment material mixed by blading, harrowing, disking or similar methods to the end that a uniform material of uniform density is secured in each layer. Except as otherwise required by the drawings, all embankments shall be constructed in layers approximately parallel to the finished grade and each layer shall be so constructed as to provide a uniform slope of 1/4 inch per foot from the centerline of the embankment to the outside. Each layer shall be compacted to the required density and moisture by any method, type and size of equipment that will give the required compaction. Prior to and in conjunction with the rolling operation, each layer shall be brought to the moisture content necessary to obtain the required density and shall be kept leveled with suitable equipment to insure uniform compaction over the entire layer. For each layer of earth embankment and select material, it is the intent of this specification to provide the density as required herein, unless otherwise shown on the drawings. Soils for 022080 Page 1 of 2 Rev. 10-30-2014 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 embankment shall be sprinkled with water as required to provide not less than optimum moisture and compacted to the extent necessary to provide not less than 95% Standard Proctor density (ASTM D698). Field density determinations will be made in accordance with approved methods. After each layer of earth embankment or select material is complete, tests, as necessary, will be made by the Engineer. If the material fails to meet the density specified, the course shall be reworked as necessary to obtain the specified compaction, and the compaction method shall be altered on subsequent work to obtain specified density. Such procedure shall be determined by, and subject to, the approval of the Engineer. The Engineer may order proof rolling to test the uniformity of compaction of the embankment layers. All irregularities, depressions, weak or soft spots which develop shall be corrected immediately by the Contractor. Should the embankment, due to any reason or cause, lose the required stability, density or moisture before the pavement structure is placed, it shall be recompacted and refinished at the sole expense of the Contractor. Excessive loss of moisture in the subgrade shall be prevented by sprinkling, sealing or covering with a subsequent layer of granular material. 3. SELECTION OF MATERIAL In addition to the requirement in the excavation items of the specifications covering the general selection and utilization of materials to improve the roadbed, embankments shall be constructed in proper sequence to receive the select material layers shown on drawings, with such modifications as may be directed by the Engineer. The layer of embankment immediately preceding the upper layer of select material shall be constructed to the proper section and grade within a tolerance of not more than 0.10 foot from the established section and grade when properly compacted and finished to receive the select material layer. Select material, when specified, shall meet the requirements in City Standard Specification Section 022100 "Select Material". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, embankment shall not be measured and paid for separately, but shall be subsidiary to other items of work. 022080 Page 2 of 2 Rev. 10-30-2014 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 SECTION 025202 SCARIFYING AND RESHAPING BASE COURSE 1. DESCRIPTION "Scarifying and Reshaping Base Course" shall consist of scarifying and reshaping the existing base course (with or without asphalt surface) to the line, grade and section as indicated on the drawings. 2. CONSTRUCTION METHODS The existing base and surface shall be scarified to the width and depth indicated on the drawings. Subgrade shall remain undisturbed, unless indicated otherwise on the drawings. Any asphalt surfacing shall be broken into particles no larger than 2 1/2 inches. The asphalt surfacing shall then be uniformly mixed with the existing base. Additional base material, where required to achieve the lines and grades shown on the drawings, shall also be added to and uniformly mixed with the existing scarified base material. If indicated on the drawings, geogrid shall be installed in the pavement section. The base material shall be shaped and rolled after mixing and allowed to set at least 48 hours before final compaction. Moisture content shall be maintained in the material during the 48-hour period. Material shall be sprinkled with water or aerated to optimum moisture content, and compacted in layers (10 -inch maximum loose depth) to a minimum density of 98% Modified Proctor density (AASHTO T180), at a moisture content on the wet side of optimum (+3% maximum). Use mechanical tamps in areas inaccessible to rollers. Upon completion of compaction, the surface shall be smooth and shall conform to line, grade and section as shown on the drawings. Areas with any deviation in excess of 1/4 inch in cross-section, and in lengths of 16 feet measured longitudinally, shall be corrected by loosening, adding or removing material, reshaping, and re -compacting by sprinkling and rolling. Moisture content shall be maintained on the wet side of optimum (+3% maximum) until paving is complete. If required, lime shall be applied in the amount indicated on the drawings. Lime shall be applied and the treated base mixed, cured, compacted and finished in accordance with City Standard Specification Section 025210 "Lime Stabilization." 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, scarifying and reshaping base course shall not be measured and paid for separately, but shall be subsidiary to other work. 025202 Page 1 of 1 Rev. 10-30-2014 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 SECTION 025205 PAVEMENT REPAIR, CURB, GUTTER, SIDEWALK AND DRIVEWAY REPLACEMENT 1. DESCRIPTION This specification shall govern the removal and replacing of all types of pavements and surfacing required to complete the project. 2. MATERIALS Unless otherwise specified on the drawings, materials and proportions used along with this specification shall conform to the respective following specifications: City Standard Specifications Section 022020 "Excavation and Backfill for Utilities" Section 022100 "Select Material" Section 025223 "Crushed Limestone Flexible Base" Section 025424 "Hot Mix Asphaltic Concrete Pavement" Section 025610 "Concrete Curb and Gutter" Section 025612 "Concrete Sidewalks and Driveways" Section 025620 "Portland Cement Concrete Pavement" Section 030020 "Portland Cement Concrete", Class "A" Concrete Section 032020 "Reinforcing Steel" Section 038000 "Concrete Structures". 3. METHOD OF CUTTING The outline of the trench shall be marked upon the surface of the pavement to be cut, and all cuts into the pavement shall be saw -cut as nearly vertical as it is possible to make them. All unwanted materials removed shall be disposed of by the Contractor and shall not be used as backfill material. 4. BACKFILL OF TRENCH Excavation and backfilling of trench shall be in accordance with City Standard Specification Section 022020 "Excavation and Backfill for Utilities." 025205 Page 1 of 4 Rev. 11-9-2016 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 5. REPLACING STREET AND OTHER PAVEMENT All pavements, driveways, sidewalks, and curbs and gutters which are cut shall be replaced in a workmanlike manner, with like or better materials or per pavement repair details to be provided on the drawings. Pavement cuts in a street for any utility requires a permit from the Director of Development Services in accordance with City Ordinance 030040, Article III Cuts and Excavations (12-17-2013). The installation of a utility that crosses the ROW at a perpendicular or near perpendicular angle and has an OD of 6" or less will not be permitted to be installed by cutting the road section. Street excavation/cut for a utility in an asphalt roadway shall include a full lane overlay or pavement repair for parallel cuts, or a 12' wide pavement repair for perpendicular cuts. Street excavation/cut for a utility in a concrete roadway shall include full panel replacement. The drawings and/or permit application should include a site specific pavement cut and restoration plan that indicates the general nature of the pavement and roadway (for examples, concrete arterial, asphalt residential) to be cut and restored, the existing pavement section (if known), the location and approximate area of the excavation/pavement repair, including the approximate length and width of the pavement repair in relation to the roadway travel lane(s). 6. REPLACING DRIVEWAY PAVEMENT On all concrete driveway pavements, the replacement shall consist of a reinforced Class "A" concrete slab with a minimum thickness of six (6) inches. The type of finish for the replaced section shall be the same as that appearing on the old pavement. Reinforcement shall be #4 bars at 12 inches each way with additional diagonal bars as indicated on the drawings. Any other type shall be replaced with like or better replacement. Replacement shall, in general, be to original joint or score mark. 7. REPLACING SIDEWALKS On all sidewalk pavements, the replacement shall consist of a reinforced Class "A" concrete slab four (4) inches thick. The type of finish for the replaced section shall be the same as that appearing on the old sidewalk. Replacement shall, in general, be to original joint or score marks. Reinforcement shall be 4" x 4" - W2.9 x W2.9 welded wire fabric located at mid -depth in the slab. 8. REPLACING CURB AND GUTTER On all curb and gutter, the replacement shall consist of a section conforming in all details to the original section or to City of Corpus Christi Standard curb and gutter section, if required by the Engineer. Cuts through the curb shall be replaced with Class "A" concrete. Preserve the original steel reinforcing and reinforce all new curbs with three #4 bars. Adjust grades for positive drainage. Replacement shall, in general, be to original joint or score mark. For jointed concrete roadways, the joints in curb or in curb and gutter should match the concrete roadway joints. 025205 Page 2 of 4 Rev. 11-9-2016 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 9. REPAIRING STREET SHOULDERS AND UNIMPROVED STREETS On streets or roads without curb and gutter where a shoulder is disturbed, it shall be restored to like or better condition. The shoulder surface shall be rolled to an acceptably stable condition. The requirements of City Ordinance 030040 as stated above apply also to unimproved streets unless a specific variance is granted by the Director of Development Services. 10. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, pavement repair shall be measured by the square yard of the type of repair specified; curb and gutter replacement shall be measured by the linear foot; and sidewalk and driveway replacement shall each be measured by the square foot. Payment will be made at the unit price bid for the completed work and shall be full compensation for all labor, materials, equipment, tools, and incidentals required to complete the work. No separate measurement or payment will be made for subgrade compaction, sand leveling course, geogrid, ordinary backfill, cement -stabilized sand backfill, flexible base, prime coat, hot -mix asphaltic concrete, etc. 025205 Page 3 of 4 Rev. 11-9-2016 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 THIS PAGE INTENTIONALLY LEFT BLANK 025205 Page 4 of 4 Rev. 11-9-2016 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 (ASTM D1557) under flexible pavements or typical minimum 98% Standard Proctor (ASTM D698) under concrete pavement and to within + 2% of optimum moisture. The section may be accepted if no more than 1 of the 5 most recent moisture or density tests is outside of the specified limits, and the failed test is within +1% deviation from specified moisture or density requirements. The surface of the compacted base, after meeting moisture and density requirements, shall be primed in accordance with City Standard Specification Section 025412 "Prime Coat". On completion of compaction and priming, the surface shall be smooth and conform to lines, grades, and sections shown on the drawings. Areas with any deviation in excess of 1/4 inch in cross-section and in lengths of 16 feet measured longitudinally shall be corrected by loosening, adding or removing material, reshaping, and recompacting by repriming and rolling. Moisture and density shall be maintained until the paving is complete. Excessive loss of moisture shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the base, due to any reason or cause, lose the required stability, density, or moisture before it is protected by placement of the next layer, it shall be re -compacted, refinished, and retested at the expense of the Contractor until acceptable to the City. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, crushed limestone flexible base shall be measured by the square yard complete in place. Payment shall be full compensation for all materials, royalty, hauling, placing, compacting, labor, equipment, tools, and incidentals necessary for the completion of work. Prime shall be measured and paid under separate bid item if specified on the Bid Form. Geogrid shall be measured and paid under separate bid item if specified on the Bid Form. 025223 Page 2 of 2 Rev. 3-25-2015 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 2.1.3 Filler shall consist of dry stone dust, Portland cement, hydrated lime, or other mineral dust approved by the Engineer. Grading of filler shall be as follows: Sieve Size Minimum Percent Passing by Weight No. 30 95 No. 80 75 No. 200 55 2.2. Reclaimed Asphalt Pavement (RAP). Reclaimed asphalt pavement may be incorporated into the hot mix asphalt concrete furnished for the project, provided that the mixture is designed per the TxDOT Methods and meets the applicable provisions of said TxDOT Item 340 and this specification. 2.3. Asphalt. Asphalt Material shall be in accordance with Standard Specification Section 025404 "Asphalt, Oils and Emulsions" and AASHTO. 2.3.1. Paving Mixture: APPLICATION ASPHALT GRADE Residential or low volume PG 64-22 Collector Surface Course Binder Course Arterial Surface Course Binder Course Base Courses PG 70-22 PG 64-22 PG 76-22 PG 64-22 PG 64-22 2.3.2. Tack Coat shall consist of an emulsion, SS -1 diluted with equal volume of water and applied at a rate ranging from 0.05 to 0.15 gallon per square yard. 3. PAVING MIXTURE 3.1. Mix Design. The mixture shall be designed in accordance with TxDOT Bulletin C-14 and TxDOT Test Method TEX-204-F to conform to the requirements of this specification. The Contractor shall furnish the mix design for the job -mix to be used for the project, unless shown otherwise on the drawings. The mix design shall be submitted prior to placement of the mixture. The design procedures are actually intended to result at a job -mix with properties in compliance with these specifications, and when properly placed the job -mix will be durable 025424 Page 2 of 8 Rev 3-25-2015 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 and stable. The sieve analysis of the job -mix shall be within the range of the Master Gradation and Tolerances specified herein. The job -mix shall meet the density and stability requirements as specified and shall be included with the mix design as submitted per above. If the specific gravity of any of the types of aggregates differs by more than 0.3, use volume method. Plot sieve analysis of job -mix; percent passing versus size on four-cycle semi -log paper or other appropriate type paper. Show tolerance limits and Limits of Master Gradation. 3.2. Master Gradation of Aggregate. The aggregate for the type of mix specified shall be within the following tabulated limits per TxDOT Test Method TEX-200-F (Dry Sieve Analysis): Sieve Size Type A Course Base B Fine Base C Course Surface D Fine Surface 1-1/2" 100 1-1/4" 95-100 1" 100 7/8" 70-90 95-100 100 5/8" 75-95 95-100 1/2" 50-70 100 3/8" 60-80 70-85 85-100 1/4" No. 4 30-50 40-60 43-63 50-70 No. 10 20-34 27-40 30-40 32-42 No.40 5-20 10-25 10-25 11-26 No.80 2-12 3-13 3-13 4-14 No. 200 1-6* 1-6* 1-6* 1-6* VMA % minimum 11 12 13 14 025424 Page 3 of 8 Rev 3-25-2015 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 * 2-8 when TxDOT Test Method Tex -200-F, Part II (Washed Sieve Analysis) is used. 3.3. Tolerances. The mixture delivered to the job site shall not vary from the job -mix by more than the tolerances specified below. The gradation of the produced mix shall not fall outside the Master Grading Limits, with the following exceptions: for Type B material coarser than 3/8" and for Type D material coarser than #4. Variations from job -mix shall not exceed the following limits, except as noted above: Item: Tolerances Percent by Weight or Volume 1" to No. 10 Plus or Minus 5.0 No. 40 to No. 200 Plus or Minus 3.0 Asphalt Weight Plus or Minus 0.5 Asphalt Volume Plus or Minus 1.2 3.4. Mix Properties. The mixture shall have a minimum Hveem stability of 40 for Type A, B, and C mixes, and 35 for Type D mixes per TxDOT Test Method TEX-208-F at an optimum density of 96% (plus or minus 1.5) of theoretical maximum density per TxDOT Test Methods TEX-227-F and TEX-207-F. 3.5. Sampling and Testing of Raw Materials. The Contractor shall sample materials as necessary to produce a mix in compliance with these specifications. 4. EQUIPMENT 4.1. Mixing Plants. Mixing plants shall be either the weigh batching type or the drum mix type. Both types shall be equipped with satisfactory conveyors, power units, aggregate handling equipment, aggregate screens and bins (weigh batch only), and pollution control devices as required. 4.2. Truck Scales. A set of truck scales, if needed for measurement, shall be placed at a location approved by the Engineer. 4.3. Asphalt Material Heating Equipment. Asphalt material heating equipment shall be adequate to heat the required amount of material to the desired temperature. Agitation with steam or air will not be permitted. The heating apparatus shall be equipped with a recording thermometer with a 24-hour continuous chart that will record the temperature of the asphalt at the highest temperature. 4.4. Surge -Storage System. A surge -storage system may be used provided that the mixture coming out of the bins is of equal quality to that coming out of the mixer. The system shall be equipped with a gob hopper, rotating chute or other devices designed to minimize segregation of the asphalt mixture. 4.5. Laydown Machine. The laydown machine shall be capable of producing a surface that will meet the requirements of the typical cross section, of adequate power to propel the 025424 Page 4 of 8 Rev 3-25-2015 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 delivery vehicles, and produce the surface tolerances herein required. It shall be wide enough to lay a 28 -foot street (back-to-back of curbs) in a maximum of two passes. 4.6. Rollers. All rollers shall be self-propelled and of any type capable of obtaining the required density. Rollers shall be in satisfactory operating condition and free from fuel, hydraulic fluid, or any other fluid leaks. 5. STORAGE, PROPORTIONING AND MIXING 5.1. Storage and Heating of Asphalt Materials. Asphalt cement shall not be heated to a temperature in excess of that recommended by the producer. Asphalt storage equipment shall be maintained in a clean condition and operated in such a manner that there will be no contamination with foreign matter. 5.2. Feeding and Drying of Aggregates. The feeding of various sizes of aggregate to the dryer shall be done in such a manner that a uniform and constant flow of materials in the required proportions will be maintained. In no case shall the aggregate be introduced into the mixing unit at a temperature in excess of 350 degrees F. 5.3. Proportioning. All materials shall be handled and proportioned in a manner that yield an acceptable mixture as herein specified and as defined by the job -mix. 5.4. Mixing. 5.4.1. Weigh Batch Plant. In charging the weigh box and in charging the pugmill from the weigh box, such methods or devices shall be used as necessary to minimize segregation of the mixture. 5.4.2. Drum Mix Plant. The amount of aggregate and asphalt cement entering the mixer and the rate of travel through the mixer shall be coordinated so that a uniform mixture of the desired gradation and asphalt content will be produced. 5.4.3. The mixture produced from each type of plant shall not vary from the job -mix by more than the tolerances and restrictions herein specified. The mixture when discharged from the plant shall have a moisture content not greater than one percent by weight of total mix when determined by TxDOT Test Method TEX-212-F. 5.4.4. The mixture produced from each type of plant shall be at a temperature between 250 and 325 degrees F. After a target mixing temperature has been established, the mixture when discharged from the mixer shall not vary from this temperature by more than 25 degrees F. 6. CONSTRUCTION METHODS 6.1. Construction Conditions. For mat thicknesses greater than 1.5 inches, the asphalt material may be placed with a laydown machine when the air temperature is 40 degrees F and 025424 Page 5 of 8 Rev 3-25-2015 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 The different sections shall be separated by a premolded insert or board joint of the thickness shown on the drawings, placed vertically and at right angles to the longitudinal axis of the sidewalks. Where the sidewalk or driveways abut a curb or retaining wall, approved expansion joint material shall be placed along their entire length. Similar expansion joint material shall be placed around all obstructions protruding through sidewalks or driveways. Concrete shall be mixed in a manner satisfactory to the Engineer, placed in the forms to the depth specified and spaded and tamped until thoroughly compacted and mortar entirely covers the surface. The top surface shall be floated with a wooden float to a gritty texture. The outer edges and joints shall then be rounded with approved tools to the radii shown on drawings. 5 -foot wide sidewalks shall be marked into separate sections, each 5 feet in length, by the use of approved jointing tools. For other widths of sidewalk, joints to be spaced longitudinally to match the transverse width. When completed, the sidewalks and driveways shall be cured with Type 2, white pigmented curing compound. Other methods of curing as outlined in City Standard Specification Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete sidewalks and driveways shall be measured by the square foot of surface area of completed sidewalks, driveways, or sidewalks and driveways, as indicated on the drawings. Payment shall be full compensation for preparing and compacting the subgrade; for furnishing and placing all materials including concrete, reinforcing steel and expansion joint material; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 025612 Page 2 of 2 Rev 3-25-2015 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 SECTION 025614 CONCRETE CURB RAMPS 1. DESCRIPTION This specification shall govern all work necessary for constructing Concrete Curb Ramps required to complete the project. 2. MATERIALS Concrete shall be Class "A" in accordance with Section 030020 "Portland Cement Concrete" of the City Standard Specifications. Reinforcement shall be 4x4 - W2.9xW2.9 welded wire fabric or #4 steel reinforcing bars spaced at 12 inches each way in accordance with Section 032020 "Reinforcing Steel" of the City Standard Specifications. 3. CONSTRUCTION METHODS The subgrade shall be shaped to line, grade and cross-section, and shall be of uniform density and moisture when concrete is placed. The subgrade shall be hand tamped and sprinkled with water to achieve the desired consistency and uniform support. Subgrade compaction shall not be less than 95% Standard Proctor density. Ramps shall be constructed of Class "A" concrete to line and section as shown on the plans. Unless shown otherwise on the drawings, ramps shall have a minimum concrete thickness in excess of 5 inches, prior to application of the detectable warning surfacing. Slopes, S, shall be as follows, unless shown otherwise on the drawings: RAMPS Ramp in direction of travel S < 1:12 Side slope of ramp (flare) S < 1:10 Cross slope 1:100 < S < 1:50 ADJOINING AREAS Landings adjacent to ramp S < 1:20 Driveways abutting tied sidewalks .. S < 1:10 Width of ramp shall be 60 inches (minimum), exclusive of flare, unless specifically shown otherwise on the drawings. No ramp shall be less than 36 inches wide under any circumstances. Obstructions 025614 Page 1 of 2 Rev 3-25-2015 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 SECTION 025620 PORTLAND CEMENT CONCRETE PAVEMENT 1. DESCRIPTION This specification shall govern for the construction of Portland cement concrete pavement on a prepared subgrade or base course, in accordance with the typical sections shown on the drawings. The concrete shall be composed of Portland cement, aggregates (fine and coarse), admixtures if desired or required, and water, proportioned and mixed as hereinafter provided. All subsurface utilities must be inspected, tested, and accepted prior to any paving. 2. MATERIALS (1) Cement The cement shall be either Type I, Type II or Type III Portland cement conforming to ASTM Designation: C150, modified as follows: Unless otherwise specified by the Engineer, the specific surface area of Type I and II cements shall not exceed 2000 square centimeters per gram (Wagner Turbidimeter — TxDOT Test Method Tex -310-D). The Contractor shall furnish the Engineer with a statement as to the specific surface area of the cement, expressed in square centimeters per gram, for each shipment. For concrete pavements, strength requirements shall be demonstrated using flexural (beam) or compressive (cylinder) tests as required in the drawings. Either Type I or II cement shall be used unless Type II is specified on the plans. Except when Type II is specified on the plans, Type III cement may be used when the anticipated air temperature for the succeeding 12 hours will not exceed 60°F. Type III cement shall be used when high early strength concrete pavement is specified on the drawings. Different types of cement may be used in the same project, but all cement used in any one monolithic placement of concrete pavement shall be of the same type and brand. Only one brand of each type of cement will be permitted in any one project unless otherwise authorized by the Engineer. Cement may be delivered in bulk where adequate bin storage is provided. All other cement shall be delivered in bags marked plainly with the name of the manufacturer and the type of cement. Similar information shall be provided in the bills of lading accompanying each shipment of packaged or bulk cement. Bags shall contain 94 pounds net. All bags shall be in good condition at time of delivery. All cement shall be properly protected against dampness. No caked cement will be accepted. 025620 Page 1 of 5 Rev. 3-25-2015 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 Cement remaining in storage for a prolonged period of time may be retested and rejected if it fails to conform to any of the requirements of these specifications. (2) Mixing Water Water for use in concrete and for curing shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". (3) Coarse Aggregate Coarse aggregate for use in concrete mixture shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete", Grade No. 2. (4) Fine Aggregate Fine aggregate for use in concrete mixture shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete", Grade No. 1. (5) Mineral Filler Mineral filler shall consist of stone dust, clean crushed sand, or other approved inert material. (6) Mortar (Grout) Mortar for repair of concrete pavements shall consist of 1 part cement, 2 parts finely graded sand, and enough water to make the mixture plastic. When required to prevent color difference, white cement shall be added to produce the color required. When required by the Engineer, latex adhesive shall be added to the mortar. (7) Admixtures Calcium chloride will not be permitted. Unless otherwise noted, air -entraining, retarding and water -reducing admixtures may be used in all concrete and shall conform to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". (8) Reinforcing Steel Unless otherwise designated on the plans, all steel reinforcement shall be deformed bars, and shall conform to ASTM Designation: A615, Grade 60, and shall be open hearth, basic oxygen or electric furnace new billet steel in accordance with City Standard Specification Section 032020 "Reinforcing Steel". Dowels shall be plain billet steel smooth bars conforming to ASTM Designation: A615, Grade 60, and shall have hot -dip galvanized finish. 3. STORAGE OF MATERIALS All cement and aggregate shall be stored and handled in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". 025620 Page 2 of 5 Rev. 3-25-2015 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 4. MEASUREMENT OF MATERIALS Measurement of the materials, except water, used in batches of concrete, shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". 5. CLASSIFICATION AND MIX DESIGN It shall be the responsibility of the Contractor to furnish the mix design to comply with the requirements herein and in accordance with THD Bulletin C-11. The Contractor shall perform, at his own expense, the work required to substantiate the design, except the testing of strength specimens, which will be done by the Engineer. Complete concrete design data shall be submitted to the Engineer for approval. It shall also be the responsibility of the Contractor to determine and measure the batch quantity of each ingredient, including all water, so that the mix conforms to these specifications and any other requirements shown on the plans. In lieu of the above mix design responsibility, the Contractor may accept a design furnished by the Engineer; however, this will not relieve the Contractor of providing concrete meeting the requirements of these specifications. Trial batches will be made and tested using all of the proposed ingredients prior to placing the concrete, and when the aggregate and/or brand of cement or admixture is changed. Trial batches shall be made in the mixer to be used on the job. When transit mix concrete is to be used, the trial designs will be made in a transit mixer representative of the mixers to be used. Batch size shall not be less than 50 percent of the rated mixing capacity of the truck. Mix designs from previous or concurrent jobs may be used without trial batches if it is shown that no substantial change in any of the proposed ingredients has been made. This specification section incorporates the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". 6. CONSISTENCY In cases where the consistency requirements cannot be satisfied without exceeding the maximum allowable amount of water, the Contractor may use, or the Engineer may require, an approved water -reducing or retarding agent, or the Contractor shall furnish additional aggregates or aggregates with different characteristics, which will produce the required results. Additional cement may be required or permitted as a temporary measure until aggregates are changed and designs checked with the different aggregates or admixture. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum. The concrete shall be 025620 Page 3 of 5 Rev. 3-25-2015 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 workable, cohesive, possess satisfactory finishing qualities, and of the stiffest consistency that can be placed and vibrated into a homogenous mass. Excessive bleeding shall be avoided. Slump requirements shall be as specified in Table 1. Construction Method Concrete Pavement (slipformed) Concrete Pavement (formed) TABLE 1 Slump Requirements Desired Slump Minimum Slump Maximum Slump 1.5 inches 1 inch 3 inches 4 inches 2.5 inches 6.5 inches NOTE: No concrete will be permitted with slump in excess of the maximum shown. 7. QUALITY OF CONCRETE The concrete shall be uniform and workable. The cement content, maximum allowable water - cement ratio, desired slump, minimum slump, maximum slump, and the strength requirements of the class of concrete for concrete pavement shall conform to the requirements of Table 1 and Table 2 and as required herein. During the process of the work, the Engineer will cast test beams or cylinders as a check on the flexural or compressive strength of the concrete actually placed. Testing shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". If the required flexural or compressive strength is not secured with the cement specified in Table 2, changes in the batch design will be made. The concrete shall meet either the minimum flexural (beam) strength (7 -day or 28 -day) or minimum compressive strength (7 -day or 28 -day) shown in Table 2. Class Minimum of Flexural (Beam) Concrete Strength P* 450 psi (7 days) 570 psi (28 days) * 5% entrained air 8. MIXING CONDITIONS TABLE 2 Class of Concrete for Concrete Pavement Minimum Compressive Strength 3200 psi (7 days) 4000 psi (28 days) Maximum Water -Cement Ratio 5.6 gal./sack 0.50 Coarse Aggregate No. 2 (11/2") The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the limits outlined in City Standard Specification Section 038000 "Concrete Structures", Article "Placing Concrete -General", shall not be used. Re -tamping of concrete will not be permitted. 025620 Page 4 of 5 Rev. 3-25-2015 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 Mixing conditions shall conform to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". 9. MIXING AND MIXING EQUIPMENT Mixing and mixing equipment shall conform to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". 10. READY -MIX PLANTS The requirements for ready -mix plants shall be as specified in City Standard Specification Section 030020 "Portland Cement Concrete". 11. PLACING, CURING AND FINISHING All subsurface utilities must be inspected, tested, and accepted prior to any paving. Subgrade preparation shall be as specified on the plans. The placing of concrete, including construction of forms and falsework, curing and finishing shall be in accordance with City Standard Specification Section 038000 "Concrete Structures". For membrane curing, curing material shall conform to Type 2, Class A curing compound, or as otherwise shown on the drawings. 12. JOINTS IN CONCRETE PAVEMENT The placing of joints in concrete pavement shall be in accordance with City Standard Specification Section 038000 "Concrete Structures" and as detailed on the drawings. 13. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the quantities of concrete for concrete pavement(s), which will constitute the completed and accepted pavement(s) in-place, will be measured by the square yard or square foot for the indicated thickness and type of cement. Payment shall be full compensation for furnishing, hauling, mixing, placing, curing and finishing all concrete; all grouting and pointing; furnishing and placing reinforcing steel and steel dowels as shown on the plans; furnishing and placing drains; furnishing and placing metal flashing strips; furnishing and placing expansion joint material, joint filler and sealants, and contraction (control) joints required by this specification or shown on the plans; and for all forms and falsework, labor, tools, equipment and incidentals necessary to complete the work. Any paving placed prior to inspection, testing, and acceptance of underground utilities may be rejected by the City and will be replaced at the Contractor's expense after correcting any subsurface utility defects. 025620 Page 5 of 5 Rev. 3-25-2015 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 proj ect. 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 A competent person, responsible for implementation of the TCP and for traffic safety, shall be designated by the Contractor. The name and off -hours phone number of the competent person shall be provided in writing at the Pre -Construction Conference. The competent person shall be on site, during working hours and on call at all times in the event of off -hour emergency. The contractor must provide temporary blue sign boards that direct traffic to businesses and driveways during each phase of construction — see example below. The sign boards may be either skid mounted or barrel mounted. The City will assist the contractor in determining which businesses and driveways will receive signage during various construction phases. The provision, installation, and removal of signage will be considered to be subsidiary to the contract items provided for "Traffic Control." Example Blue Sign 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, temporary traffic controls during construction shall be measured as a lump sum. Payment shall include, but not be limited to, furnishing, installing, moving, replacing and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary striping and markers, flaggers, removable and non -removable work zone pavements markings and signage, channelizing devices, temporary detours, temporary flexible -reflective roadway marker tabs, temporary traffic markers, temporary drainage pipes and structures, blue business signs, and such temporary devices and relocation of existing signs and devices. Payment shall be full compensation for all labor, equipment, materials, personnel, and incidentals necessary to provide a safe condition during 025802 Page 2 of 3 Rev. 10-30-2014 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 (6) Moisture. Pavement to which the material is to be applied shall be completely dry. When questionable, pavements will be considered dry if, on a sunny day after observation for 15 minutes, no condensation occurs on the underside of a one (1) square foot piece of clear plastic that has been placed on the pavement and weighted down on the edges. (7) (8) Temperature. Pavement and ambient air temperature requirements recommended by the material manufacturer shall be observed. If no temperature requirements are established by the materials manufacturer, material will not be placed if the pavement temperature is below 60 degrees F or if it is above 120 degrees F. Clean -Up. At all times, the project site shall be kept free of all unnecessary traffic hazards. Upon completion of the work, the Contractor shall remove all rubbish from the work site, and shall clean and restore the area to a manner acceptable to the Engineer. Also, all damage done by the Contractor during the prosecution of the work must be repaired. Before acceptance, the work site must be neat and in a presentable condition throughout. No extra compensation will be allowed for fulfilling these clean-up requirements. 5. PERFORMANCE (1) Adhesion. Installed pavement markings shall adhere to the pavement sufficiently to prevent lifting, shifting, smearing, spreading, flowing or tearing by traffic. (2) Appearance. In addition to complying with all requirements listed herein, pavement markings shall present a neat, uniform appearance, and shall be free of unsightly conditions. Markings shall be free of ragged edges, misshapen lines or contours, and splices in transverse markings. (3) Visibility. The pavement marking material, in place on the roadway, shall have uniform and distinctive retro -reflectance when observed in accordance with TxDOT Test Method Tex - 828 -B. (4) Observation Period. All material, workmanship and labor furnished shall be covered by manufacturer's guarantee and/or warranty for a period of 12 months commencing on the 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) DMS - 4200 PAVEMENT MARKERS (REFLECTORIZED) EFFECTIVE DATE: JANUARY 2010 4200.1. Description. This Specification governs for the pre -qualification, testing, and field evaluation requirements for reflectorized pavement markers (RPMs). 4200.2. Units of Measurements. The values given in parentheses (if provided) are not standard and may not be exact mathematical conversions. Use each system of units separately. Combining values from the two systems may result in nonconformance with the standard. 4200.3. Material Producer List. The Materials and Pavements Section of the Construction Division (CST/M&P) maintains the Material Producer List (MPL) of all materials conforming to the requirements of this specification. Materials appearing on the MPL, entitled "Jiggle Bar Tiles, Pavement Markers, and Traffic Buttons," require no further testing, unless deemed necessary by the Project Engineer or CST/M&P. 4200.4. Bidders' and Suppliers' Requirements. Before any material is allowed for use on Department projects, it must be of manufacture and product code or designation shown on the MPL. 4200.5. Pre -Qualification Procedure. The pre -qualification procedure consists of several steps, listed below, which are described in more detail in the following subsections: • Pre -qualification request, • Laboratory testing, • Field testing, • Provisional qualification, • Project evaluations, • Full qualification, • Periodic evaluation, • Disqualification, and • Re -Qualification. CST/M&P will provide notification at the completion of each step and will require confirmation from the supplier's contact person before proceeding to the next step. Costs of sampling and testing are normally borne by the Department; however, the costs to sample, test, and conduct field evaluations for materials failing to conform to the requirements of this specification are borne by the supplier. This cost will be assessed at the rate established by the Director of CST/M&P and in effect at the time of testing and will be billed directly to the Contractor or supplier. TEXAS DEPARTMENT OF TRANSPORTATION 1 —7 EFFECTIVE DATE: JANUARY 2010 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) A. Pre -Qualification Request. Prospective suppliers interested in submitting their product for evaluation must submit a written request to the Texas Department of Transportation, Construction Division, Materials & Pavements Section (CP51), 125 East llth 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 inay replace the concrete and hot -mix asphalt field tests on a deck for deck basis. If TxDOT or NTPEP field testing shows RPMs do not meet the requirements of this specification, evaluation will cease, and RPMs will not be qualified. Suppliers may TEXAS DEPARTMENT OF TRANSPORTATION 2 — 7 EFFECTIVE DATE: JANUARY 2010 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) b. Body Damage. The test RPMs must not exhibit discoloration or body damage exceeding that of the control RPMs. They must not exhibit a repetitive form of damage or mode of failure (indicative of a design flaw) in a large percentage of the test RPMs. Body damage will be visually assessed according to NTPEP criteria. c. Functionality. Four RPMs placed at 80 foot spacing or eight RPMs placed at 40 foot spacing must be functional when viewed at night from a vehicle using the low beam headlight setting. They must be functional when viewed at a minimum distance of approximately 400 ft. in the daytime. A functional marker is both visible and conspicuous. d. Retroreflectivity. CST/M&P will remove twenty test RPMs from the pavement to undergo laboratory testing for retroreflectivity in accordance with Tex -842-B. Fifteen of the twenty RPMs pulled must pass the minimum reflective values shown in Table 1 (measured at 0.2° observation angle and 0° horizontal entrance angle). Table 1 Minimum Retroreflectivity (cd/fc) After 12 Months on the Roadway Face 12 Mo. Crystal 1.0 Amber 0.7 Red 0.2 D. Provisional Qualification. CST/M&P will grant provisional qualification after successful completion of the laboratory and field evaluations including NTPEP testing, when applicable. CST/M&P will send notification of provisional qualification, including the date of placement on the MPL, within one month after completion of the field evaluations. Failure to complete all project evaluation requirements successfully is grounds for cancellation of provisional qualification. E. Project Evaluation. Once the material is provisionally qualified and listed on the MPL, provide CST/M&P with project information for the first three jobs supplied with the RPMs and additional projects if requested. RPMs must meet the same performance criteria as for the field evaluation to receive full qualification. CST/M&P will return the project evaluation results after the 12 -month evaluation of each project. 1. Full Qualification. CST/M&P will grant full pre -qualification and continue to list materials meeting all requirements of this specification on the MPL. Pre -qualification requires extensive field evaluations. It is critical that no significant changes are made to the RPMs' composition, manufacturing process, or design during or after pre -qualification without notifying CST/M&P. It is also critical that the RPMs provided be uniform, with minimum variations from marker to marker. Significant changes not reported by the manufacturer or variations in product, as determined by the Director of CST/M&P, may be cause for removal from the MPL. TEXAS DEPARTMENT OF TRANSPORTATION 4 — 7 EFFECTIVE DATE: JANUARY 2010 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) • Type II -C-R must contain two reflective faces oriented 180° to each other, one of which must reflect white light and one of which must reflect red light. The body, other than the reflective faces, must be white or silver -white. B. Appearance Requirements. The outer surface of the RPMs must be smooth except for the molding or stamping of the manufacturer's unique imprint. All corners and edges exposed to traffic must be rounded. C. Optical Requirements. The RPMs must be capable of providing amber, red, or white light reflection as required by the requisition or plans. The reflected light of each reflective face must conform to the minimum reflective specific intensity (SI) requirements listed in Table 2, measured in candelas per foot-candle (cd/fc). Table 2 Minimum SI per Reflective Face at 0.2° Observation Angle (cd/fc) Horizontal Entrance Angle Crystal Amber Red 0° 3.00 2.00 0.75 20° 1.50 1.00 0.30 D. Physical Requirements. When tested in accordance with Tex -434-A, the minimum strength of five markers must be 2,000 1b. with none exhibiting a deformation of more than 0.125 in. before achieving the minimum strength. A random sample of five markers will be tested in accordance with Tex -434-A. The average compression results must have a quality index value equal to or greater than 1.23. The quality index value will be calculated from the lower specification limit of 2,000 ib. load. The following equation is used to determine the quality index value: QL=(X— LSL) /s Where: Qt = quality index value X = average result from test LSL = lower specification limit s = standard deviation from test. E. Heat Resistance. The RPMs must show no subjected to the requirements of Tex -846-B marker in a vertical position. The SI of the pavement marker must not be subjected to the heat test. change in physical or optical properties when . The temperature will be 140°F with the less than 80% of its initial value after being TEXAS DEPARTMENT OF TRANSPORTATION 6 — 7 EFFECTIVE DATE: JANUARY 2010 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) F. Impact Test. The RPMs will be impact tested during the pre -qualification process. They will be impacted with a 20-1b. weight in the form of a 2 -in. solid right -circular cylinder with a flat impact face having rounded edges falling freely through a vertical guide. The RPMs will be impacted while resting on a solid, flat, steel plate that is at least 1/2 in. thick. The RPMs will be tested at increasing heights until failure occurs. Failure will occur when the lens or body cracks. The height at which failure occurs -6 in. will be the acceptance threshold for RPMs supplied after pre -qualification. 4200.7. Archived Versions. Archived versions are available. TEXAS DEPARTMENT OF TRANSPORTATION 7 —7 EFFECTIVE DATE: JANUARY 2010 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 DEPARTMENTAL MATERIALS SPECIFICATION BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS DMS - 6130 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS EFFECTIVE DATE: JANUARY 2008 6130.1. Description. This Specification establishes the requirements for bituminous type hot - melt adhesive used for the placement of pavement markers. Two types are addressed: standard bituminous marker adhesive consisting of an asphalt base with homogeneously mixed mineral filler; and flexible bituminous marker adhesive consisting of a highly polymer modified asphalt. Either adhesive must be suitable for bonding ceramic and plastic markers to hydraulic cement concrete, asphaltic concrete, and chip -sealed road surfaces and be applicable when road surface and marker temperatures are in the approximate range of 4-71°C (40-160°F). The composition of the adhesive must be such that its properties will not deteriorate when heated to and applied at temperatures up to 218°C (425°F) using either air or oil jacketed melters. 6130.2. Units of Measurements. The values given in parentheses (if provided) are not standard and may not be exact mathematical conversions. Use each system of units separately. Combining values from the two systems may result in nonconformance with the standard. 6130.3. Material Requirements. A. Adhesive Properties. The adhesive must be smooth and homogeneous, containing no visible particles, and must comply with the requirements in Table 1. Table 1 Adhesive Properties Property Material Standard Adhesive Flexible Adhesive Test Method min max min max Softening Point, °F ASTM D 36 200 200 Penetration, 100 g, 5 s, 25°C (77°F), 0.1 mm ASTM D 5 10 20 15 254 Flow, 5 hr., 70°C (158°F), mm 5 54 Heat Stability Flow, 5 hr., 70°C (158°F), mm 5 5 Viscosity, 10 rpm, 204°C (400°F), Pa -s 7.5 7.5 Flash Point, C.O.C., °F ASTM D 92 550 550 Ductility, 5 cm/min, 77°F, cm AASHTO T 51 - 15 - Flexibility, 1 in. mandrel, 90° bend, 10 s ASTM D 3111 pass 1. Exception to ASTM D 5329; heat the sample as described in ASTM D 5, Section 7.1. 2. Exception to ASTM D 5329; condition the sample as described in "Test Methods." 3. As modified in "Test Methods" 4. Maximum penetration of 30 is allowed provided the result of the flow test is less than 1 mm. TEXAS DEPARTMENT OF TRANSPORTATION 1 — 3 LAST REVIEWED: SEPTEMBER 2014 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 DEPARTMENTAL MATERIALS SPECIFICATION BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS B. Asphalt Properties. This applies to standard bituminous adhesive only. The filler -free asphalt, obtained from the Extraction and Abson recovery process, as explained in Section 6130.4, must have the properties in Table 2. Table 2 Filer -Free Asphalt Properties Property Minimum Maximum Test Method Penetration, 100 g, 5 s, 25°C, (77 °F), 0.1 mm (in.) 25 75 ASTM D 5 Viscosity, 135°C (275°F) Pa -s (Poises) 1.2 (12) ASTM D 2171 Viscosity Ratio, 135°C (275°F) 75 2.2 ASTM D 1754 and ASTM D 2171 C. Filler Properties. This applies to standard bituminous adhesive only. The filler material, obtained using the filler separation technique described in Section 6130.4, must have the properties in Table 3. Table 3 Filler Properties Property Minimum Maximum Test Method Filler Content, wt. % 50 75 As in Section 6130.4. Filler Fineness, % passing: ASTM C 430, as modified in 45 µm (No. 325) 75 -- Section 6130.4. 75 µm (No. 200) 95 100 -- 150 µm (No. 100) 6130.4. Test Methods. A. Heat Stability Flow. To determine the heat stability flow, place 1000 g of adhesive in a loosely -covered quart can, heat to 218°C (425°F) and maintain at this temperature 4 hours before performing the flow test. B. Extraction and Abson Recovery. Use this procedure to separate and recover the base asphalt from the adhesive. Heat the adhesive just to the point where it will easily flow. Transfer between 125 and 150 g into a 1000 -mL (1 -qt.) Erlenmeyer flask containing 400 mL (13.5 fl. oz.) of trichloroethylene with a temperature of 52-66°C (125-150°F). Stir this mixture thoroughly to dissolve the asphalt. Decant the solvent -asphalt mixture. Recover the base asphalt from solvent according to Tex -211-F, but begin with the centrifuge step; the primary distillation is not necessary. Repeat the above extraction - recovery method as necessary to obtain the desired quantity of asphalt. C. Filer 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 DEPARTMENTAL MATERIALS SPECIFICATION BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS to lose any solids. Place the sample flask in a balanced centrifuge and spin using a minimum relative centrifugal force of 150 (as determined in ASTM D 1796, Section 6.) Remove the sample flask and decant the solvent, taking care not to lose any solids. Repeatedly add more solvent, centrifuge, and decant until the solvent becomes clear and the filler appears free of asphalt. Dry the recovered filler at 71 ± 3°C (160 ± 5°F) to remove solvent. Weigh the dried filler. Filter the decanted solvent through a filter paper with a 20-25 gm retention factor to verify there is no loss of filler. Calculate the filler content as a percentage of the original sample weight. D. Filler Fineness. Use this procedure to determine the filler fineness. Use the same apparatus as described in ASTM C 430, except also use 75µm (No. 200) and 150 gm (No. 100) sieves. Prepare a water solution containing 1 wt. percent of a nonionic, water- soluble surfactant, such as Triton X-100, beforehand. Thoroughly wet the 1 g dry sample in the surfactant solution and allow it to soak for 30 min. Transfer the filler completely into the 45 gm (No. 325) sieve cup. Wash the sample with the water spray, as described in ASTM C 430, Section 5, for 2 min., adding surfactant solution as needed to disperse any clumped particles. Dry and weigh the sample and perform calculations as directed in ASTM C 430. Repeat the procedure using the other two sieve sizes. 6130.5. Acceptance. Bituminous adhesives are pre -qualified in accordance with Tex -538-C. Consult "Bituminous Marker Adhesive" for a list of materials currently pre -qualified under this procedure. 6130.6. Packaging and Labeling. Package the adhesive in self -releasing cardboard containers with essentially flat and parallel top and bottom surfaces such that the packages will stack properly. Each package must have a net weight of either 23 or 27 kg (50 or 601b.) and must weigh within 1 kg (2 lb.) of the stated quantity. Self -releasing cardboard dividers, which will separate each package into sections weighing no more than 7 kg (151b.) each, must be part of the packaging. Each package must display: • the manufacturer's name, • net weight, • lot or batch number, and • a product name that clearly identifies the material as either standard or flexible bituminous marker adhesive. 6130.7. Archived Versions. Archived versions are available. TEXAS DEPARTMENT OF TRANSPORTATION 3 — 3 LAST REVIEWED: SEPTEMBER 2014 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 SECTION 027202 MANHOLES 1. DESCRIPTION This specification shall govern the furnishing of all materials and construction of manholes composed of a concrete base and concrete walls as shown on the drawings, to the lines, grades and dimensions shown on drawings or established by the Engineer. 2. MATERIALS Concrete for cast -in-place storm water manholes and storm water junction boxes shall be Class C (3,600 psi at 28 days). Manholes for wastewater shall be made from fiberglass only, in accordance with City Standard Specification Section 027205 "Fiberglass Manholes". Mortar for plastering shall be one (1) part Portland cement to three (3) parts clean hard and sharp mortar sand, free of all foreign substances or injurious alkalis. Reinforcing steel, where used, shall conform to the requirements of Section 032020 "Reinforcing Steel". All wastewater manhole rings and covers for streets shall be East Jordan Iron Works, Inc. product V1430 CV or V1420/1480 Z1, or pre -approved equal, and shall have the seating surface of ring and cover machined to secure a snug fit per the City Standard Wastewater Details. All storm water manholes shall be East Jordan Iron Works, Inc. product V1168 assembly, and for school zones shall be a bolted assembly per the City Standard Storm Water Details. Steps are not required for wastewater and storm water manholes. Joint material for precast concrete manholes shall be Ram-Nek Flexible Plastic Gaskets as manufactured by K. T. Snyder Company, Houston, Texas, or an approved equal. 3. EXCAVATION The Contractor shall do all necessary excavation for the various manholes, conforming to size and dimensions shown on plans plus a maximum of four (4) feet working room. Excavation shall not be carried to greater depth than required. Subgrade under manhole footings shall be compacted to not less than 95% Standard Proctor density. Shoring shall be the responsibility of the Contractor and shall be installed as necessary. Shoring shall not be removed or backfilled around until entire manhole is completed, unless authorized by the Engineer. Shoring shall remain in place at least twenty-four (24) hours after concrete work has been completed. 027202 Page 1 of 3 Rev. 3-25-2015 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 4. CONCRETE MANHOLES (STORM WATER ONLY) (1) Formed -in -Place Manholes: Where formed concrete is used, forms shall be built to dimensions shown on the standard details. Inserts and openings shall be formed so concrete will not be injured during process of stripping forms. Forms shall be braced and tied to prevent spreading or bulging, and shall meet approval of the Engineer prior to placing concrete. Forms shall remain in place for minimum of twenty-four (24) hours, and shall be removed within a maximum time of seven (7) days after completion of concrete work. Reinforcing steel, if required, shall be as shown on the plans. The bottom of manholes shall be carefully formed and inverted smoothly when finished, with pipes cut to fit inside surface of walls. (2) Precast Manholes Precast manholes shall allow unobstructed view of all pipes connected to the manhole. Precast manholes shall be designed to support HS -20 traffic loading and designed by a Texas licensed professional engineer. The upper 18 inches of the corbel shall be brick to facilitate subsequent grade adjustment. Either concentric or eccentric cones may be required. Where not specified, eccentric cones shall be used. Manhole designs shall be submitted for approval by the Engineer. 5. GENERAL CONSTRUCTION METHODS All items shall be installed as the work progresses and as shown on the standard details. Work shall be completed and finished in a careful workmanlike manner, with special care being given to sealing joints around all pipe extending through walls of the manholes. After finishing walls, the bottom of the manhole shall be completed by adding sufficient concrete to shape the bottom in conformity with requirements on the plans. Where old manholes are adjusted to meet new lines and grades, all old masonry or concrete shall be thoroughly cleaned and wetted before joining new masonry or concrete to it. HDPE adjustment rings are to be used to match roadway grade. A maximum of 18" of adjustment rings may be utilized. 6. BACKFILLING/LEAKAGE TESTING Backfilling around the manholes shall commence as soon as concrete or masonry has been allowed to cure the required time and forms and shoring have been removed. Backfill shall be placed in layers of not more than six inches (6") and compacted to a minimum of 95% Standard Proctor density before next layer is installed. Wastewater manholes shall withstand a leakage test not to exceed the values stated in City Standard Specification Section 027205 "Fiberglass Manholes", except that an additional 10 percent of loss will be permitted for each additional two feet head over a basic two -foot internal head. 027202 Page 2 of 3 Rev 3-25-2015 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 use on pipe in the following sizes, which is the minimum that will be required. Additional Ram-Nek may be required if, in the opinion of the Engineer, a proper joint is not secured. Pipe Size Primer Per 100 Jts. Cut Lengths Per Joint 12" 1.5 gals. 11/2 pcs 1" x 2'-5" 15" 1.9 gals. 2 pcs 1" x 2'-5" 18" 2.7 gals. 11/2 pcs 11/2 " x 3'-5" 21" 3.8 gals. 2 pcs 11/2 " x 3'-5" 24" 6.2 gals. 2 pcs 11/2 " x 3'-5" 30" 8.5 gals. 21/2 pcs 11/2 " x 3'-5" 36" 9.5 gals. 3 pcs 13/4" x 3'-5" 42" 12.0 gals. 31/2 pcs 13/4" x 3'-5" 48" 15.0 gals. 4 pcs 13/4" x 3'-5" 54" 20.0 gals. 41/2 pcs 13/4" x 3'-5" 60" 25.0 gals. 5 pcs 13/4" x 3'-5" 66" 30.0 gals. 51/2 pcs 13/4" x 3'-5" 72" 32.0 gals. 6 pcs 2" x 3'-5" 84" 35.0 gals. 7 pcs 2" x 3'-5" b. TYLOX Types "C", "C -P" or "CR" rubber gaskets, as applicable, as manufactured by Hamilton Kent Manufacturing Company, Kent, Ohio, or approved equal. All gaskets, lubricants, adhesives, etc., shall be manufactured, constructed, installed, etc., as recommended by the manufacturer of the rubber gasket material and conform to ASTM Designation: C-443. In addition, the Contractor shall furnish to the City, for approval, manufacturer's brochures detailing the complete use, installation, and specifications of concrete pipe and rubber gaskets before any rubber gasket material is used on the project. All rubber gaskets shall be fabricated from synthetic rubber. c. Cement Mortar is prohibited from jointing pipe except at manholes, pipe junctions, etc., or where specifically approved by the Engineer. d. Geotextile for wrapping pipe joints shall be Class "A" subsurface drainage type in accordance with AASHTO M288. 027402 Page 3 of 7 Rev. 3-25-2015 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 concrete box culverts and for precast (formed) boxes except where otherwise specified herein. Forms for precast (machine -made) boxes shall be made of steel. Forms for cast -in-place boxes and precast (formed) boxes may be either wood or steel. Forms shall be mortar -tight and of sufficient strength to prevent excessive bulging or misalignment of adjacent boxes. They shall be constructed to permit their removal without damage to the concrete. Offsets at form joints shall not exceed one-eighth inch (1/8"). Forms shall be clean and free of extraneous matter when concrete is placed. Positive means of supporting steel cages in place throughout forming and concrete placement shall be required and subject to the approval of the Engineer. Welding of reinforcing steel will be permitted only where shown on the plans. Welding shall be done by a qualified welder and shall conform to industry standards. Precast (machine -made) boxes shall be cast by a process which will provide for uniform placement of the concrete in the forms and compaction by mechanical devices which will assure dense concrete. Concrete shall be mixed in a central batch plant or other approved batching facility from which the quality and uniformity of the concrete can be assured. Transit mixed concrete shall not be acceptable for use in precast (machine -made) boxes. 4. TESTING AND CERTIFICATION 1. Physical Requirements. Precast boxes shall meet the requirement of ASTM C1577. Testing shall be done by a materials engineering testing laboratory which meets the requirements for membership in the American Council of Independent Laboratories. 2. Fabrication Tolerances. Precast boxes shall conform to the following tolerances: When two box sections are fitted together on a flat surface, in proper alignment and in the position they will be installed, the longitudinal opening at any point shall not exceed one inch (1"). Not more than four lifting holes may be provided in each box to facilitate handling. They may be cast -in, cut into the fresh concrete after form removal or drilled, and shall not be more than 2 inches in diameter or 2 inches square. Cutting or displacement of the reinforcement will not be permitted. Spalled areas around the holes shall be repaired. Concrete boxes shall be given an "Ordinary Surface Finish" in accordance with Section 038000 "Concrete Structures". 3. Certification. Certification of quality shall be provided with each delivery of materials to the job site by the manufacturer. Certification shall be a written report by the materials engineering testing laboratory. 5. DEFECTS AND REPAIRS Fine cracks or checks on the surface of the member which do not extend to the plane of the nearest reinforcement will not be cause for rejection unless they are numerous and extensive. Cracks which extend into the plane of the reinforcing steel but are acceptable otherwise, shall be repaired in an 027404 Page 2 of 3 Rev. 10-30-2014 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 approved manner. Small damaged or honeycombed areas which are purely surficial in nature may be repaired. Excessive damage, honeycombing or cracking will be subject to structural review. Repairs shall be sound, properly finished, and cured in conformance with the pertinent specifications. When fine cracks or hairline cracks on the surface indicate poor curing practices, further production of precast boxes shall be discontinued until corrections are made and proper curing provided. 6. CONSTRUCTION METHODS Excavation and backfill shall be in accordance with City Standard Specification Section 022020 "Excavation and Backfill for Utilities" and City Standard Details for Stormwater. Bedding for precast concrete box culverts located under pavements shall consist of 6 inches of cement -stabilized sand containing a minimum of 11/2 sacks of Standard Type I or Type II Portland cement per cubic yard of sand and compacted to not less than 95% Standard Proctor density. Unless otherwise shown on the plans, the Contractor may use any of the jointing materials, except rubber gaskets, and shall comply with the jointing requirements specified in the City Standard Specification Section 027402 "Reinforced Concrete Pipe Culverts". All box joints shall be wrapped with geotextile fabric. The wrap shall be at least two (2) feet wide and centered on the joints. Lifting holes shall be filled with mortar or concrete and cured to the satisfaction of the Engineer. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete box culverts shall be measured by the linear foot for each size of box installed. The measurement will be made between the ends of the box along the centerline. For boxes used in the multiple barrel structures, the measured length will be the sum of the lengths of all barrels. Payment shall be made at the contract bid price and shall fully compensate the Contractor for furnishing, transporting and installing the box culverts; for bedding materials and bed preparation including compaction; for excavation and backfill of trenches; for all connections to existing and new structures; and for all labor, materials, tools, equipment and incidentals required to complete the work as shown on the contract drawings and as specified herein. 027404 Page 3 of 3 Rev. 10-30-2014 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 SECTION 027611 CLEANING AND TELEVISED INSPECTION OF CONDUITS 1. SCOPE This specification shall govern for all work, equipment, supervision and materials required to provide for cleaning and remote CCTV inspection and documentation of wastewater or other lines and manholes as required. 2. TECHNICAL REQUIREMENTS 2.1 General Closed circuit television inspection will typically be done under one or more of the conditions listed below. Requirements for on-screen labeling during each line segment set up, televising, video file labeling and hard copy inspection reports will be specifically addressed. The Contractor shall neither request nor receive assistance from the City, in the performance of work described in this specification. Unless otherwise specified and at Contractors expense, the Contractor shall provide for the control of wastewater flows and monitoring of the collection system for back-ups and surcharges, while flow control devices are in place. It shall be the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City -related projects or jobs (to include, but not necessarily limited to "Confined Space Entry". 2.2 Inspection Equipment and Methods Electronic media shall be used to record the condition of all the segments of the mains and the manholes, tap locations and unusual situations during inspection. The inspection imaging shall be made on color professional grade DVD format for each line segment. All observations will require both audio and on-screen display. The camera shall transit through the wastewater line in either direction at a speed not greater than 30 feet per minute, stopping as necessary to permit proper documentation of the wastewater line's condition. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. A television camera with pan and tilt capability will be required. The camera, television monitor, and other components of the video systems shall be capable of producing picture quality to the satisfaction of the City. The capture system shall have the capability of recording, digitizing and storing single frames of video images and "real time" live video, as well as collecting, storing and printing wastewater line inspection data for graphic display and report generation. The imaging capture system shall store digitized picture images, have the ability to export picture files to industry standard formats (jpg, bmp, and tif), be transferable to DVD and be printed at no cost to the City. Use of proprietary software is discouraged; however, if the Contractor provides the software and 027611 Page 1 of 8 Rev. 3-25-2015 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 061) 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 Report. The Inspection Report shall consist of condition observations recorded using approved computer -software generated formats. Specifically, items such as deviations in alignment and grade causing bellies / sags; abnormal conditions of the pipe barrel and joints; locations and quantities of any sources of infiltration or inflow; dropped, broken, properly / improperly installed service taps or any other condition that may assist the Utilities Department in determining the quality of the pipeline installation. 2.7 Manhole Inspection: A CCTV camera shall traverse the manhole from top to bottom to record the condition of the manhole and invert for structural condition and sources of infiltration on the manhole and invert. The initial video display must show the entry manhole number, location / street address, date and depth. a. The requirement is to commence capturing video at ground level. The video must be steady while panning and lowering to clearly record condition of the ring, corbel, the walls, and pipeline penetrations. The camera is to rotate during descent to inspect typical conditions and all penetrations. At the bottom of the manhole the complete invert will be inspected / viewed for infiltration and general condition. A washed out picture due to sunlight or shaking will be rejected for payment b. This manhole information may be retained on the same DVD if the line segment is also being investigated, or, if inspection is issued as a separate work order, a separate DVD and report will be required. As with pipeline inspection, digital photographs of key points of note must accompany the report and DVD. These would include seals on pipeline penetration, infiltration locations and other anomalies. c. The format of the Manhole Inspection Report will be as proposed by the Contractor and, following discussion, mutually approved by the Utilities Department and the Contractor. A sample form is included at the end of this specification. It will contain as a minimum: location & I.D.number manhole material condition of ring / cover condition of walls condition of pipe mouths condition of invert above invert penetrations 2.8 CCTV Set-up: manhole diameter depth of manhole evidence of infiltration presence of inflow inhibitor presence of coatings location: street / easement a. A CCTV set-up includes all of the work, equipment, supervision, personnel, and materials needed to traverse a line segment. 027611 Page 4 of 8 Rev. 3-25-2015 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 2.9 CCTV Reverse Set-up: A CCTV reverse set-up is an attempt to view the line segment from the other side due to an obstruction encountered during the initial set-up. 3. CLEANING REQUIREMENTS 3.1 Clean ALL debris such as dirt, gravel, rocks, grease, roots and other organic/inorganic debris from existing lines and manholes to allow for inspection to proceed. The Contractor will be required to clean the line segment using hydraulic equipment. The debris being removed from the pipeline shall be removed from the collection system at the receiving manhole, and not be allowed to be merely moved to the next line segment. Debris shall be properly disposed of in accordance with local, state and federal regulations. The Contractor shall have the option of dewatering debris removed from cleaning operations on this project at the Greenwood WWTP, located at 1541 Saratoga Blvd., Corpus Christi, Texas 78415. The Contractor shall coordinate with the City Utilities Department at all times (see also City Standard Specification Section 027604 Disposal of Waste from Wastewater Cleaning Operations. The City has six drying beds, each with a 1 -foot high containment wall each with an area of about 2,300 square feet. The Contractor would be required to haul and handle the material to, at and from the facility as well as the restoration of drying beds. Restoration of the drying beds includes the removal of all the de -watered material and the replacement of the existing sand bed with new sand. All work required within the treatment plant, including the replacement of sand shall be in accordance with the requirements set forth by the Plant Supervisor. The use of the drying beds would be subject to prior approval of the facility and the associated de -watering fees. If the City's facilities are used for de -watering or disposal of waste, the Contractor shall be responsible for making contact with the appropriate Solid Waste or Wastewater Officials or both, making all arrangements for the use of City facilities, scheduling of delivery and pickup, etc. Materials and handling operations shall meet the requirements set forth by said Officials. Contractor shall coordinate with the Wastewater Pre -Treatment Coordinator to acquire the appropriate manifest documentation and shall also provide a copy of the landfill disposal weight ticket/receipt to the Engineer. Failure to meet these requirements shall be cause for rejection of the materials by either the landfill or the treatment plant operations. Proper disposal of this waste shall be responsibility of the Contractor. The Contractor shall provide the Engineer with written documentation 027611 Page 5 of 8 Rev. 3-25-2015 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 SAMPLE TELEVISED INSPECTION REPORT FORM CITY OF CORPUS CHRISTI TELEVISED INSPECTION REPORT DATA REQUIREMENTS [On screen at start of each set-up and on Inspection Report] City's Project Name City's Project Number Contractor/Operator Date /Time Televised DVD Number Upstream MH Location Downstream MEI Location Upstream MH Number Downstream MH Number Upstream MH Depth Downstream MH Depth Pipe Size Pipe Material Pre -Rehab TV Y N Evaluation TV Y N Post -Rehab TV Y N Reverse Set-up Y N DISTANCE FROM ENTRY POINT OBSERVATIONS/COMMENTS DVD LABELING REQUIREMENTS lOn each DVD] City Project Name Upstream Manhole No. City Project No. Street Name Downstream Manhole No. Pre Post Other DVD No. Date/Time Made Contractor 027611 Page 8 of 8 Rev 3-25-2015 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 SECTION 028040 SODDING 1. DESCRIPTION This specification shall govern all work necessary for furnishing and placing sod as required to complete the project. 2. MATERIALS Fertilizer: Sod: Water: All fertilizer used shall be delivered in bags or containers with clearly marked analysis. A granulated fertilizer shall be used with an analysis of 10-20-10. These figures represent the percent of nitrogen, phosphoric acid and potash nutrients, respectively, as determined by the methods of the Association of Official Agricultural Chemists. The rate of application shall be not less than 350 pounds per acre (7.23 lb. per 100 SY). In the event that it is necessary to substitute a fertilizer with a different analysis, it shall be granulated fertilizer with a lower concentration. The total nutrients applied per unit area shall not be less that the specified amount of each nutrient. Sod shall consist of live Bermuda grass with thickly matted roots throughout the soil and with a minimum thickness of 3 inches or 0.25 foot, or live St. Augustine with thickly matted roots throughout the soil with a minimum thickness of 1 inch or 0.08 foot. The Contractor shall not use sod where grass is thinned out. Grass shall be mowed and raked to remove all weeds and long stems prior to extraction at the source. Sod and soil shall be kept moist at all times during the sodding process. Care must be taken at all times to retain native soil on the root system. Water shall be free from oils, acids, alkalis, and salts that may inhibit grass growth. Unless indicated otherwise on the drawings, water shall be provided by the City and shall be transported and applied by the Contractor. 3. CONSTRUCTION METHODS Spot Sodding: Prior to planting, the area to be sodded shall be graded and shaped. Squares of sod with a minimum width of 3 inches shall be planted in rows on 15 -inch centers in both directions. Sod shall be placed so that it is firmly against the bottom of the hole, and the top of the sod shall not be more than 1/2 inch below finished grade. Soil shall be firmly packed against all sides of the sod. Soil shall not be allowed to cover the sod except for soil incidental to raking, provided that the quantity of soil is not enough to hinder the growth. Areas to be spot sodded shall be indicated on the drawing or as directed by the Engineer in field. After sod has been planted, the area shall be fertilized and watered. 028040 Page 1 of 2 Rev. 3-25-2015 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 121/2 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. 17/8 -inch 21/4 -inch "H" section of high carbon steel; minimum weight 4.1 pounds per linear foot. (b) End and Corner Posts 1. 21/2nominal diameter steel pipe. 2. 21/2" square tubular steel; minimum weight 5.79 pounds per linear foot. 028320 Page 1 of 4 Rev. 10-30-2014 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 (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. Use and Section Frame for fabric 6' and less, and leaf widths not exceeding 8' O. D. or Dimensions, Nominal Round Square 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 #7 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 Height 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 4of4 Rev. 10-30-2014 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 SECTION 028340 CHAIN LINK SECURITY FENCE 1. DESCRIPTION This specification shall govern all work and materials required for providing chain link security fence for this project. 2. MATERIALS Wire Fabric fencing shall be 9 gauge steel with a minimum tensile strength of 80,000 psi. Mesh size shall be 2 -inch I-1- 1/16 inch between parallel wires. Top edge of fabric shall be twisted and barbed on 6 foot height fencing and shall be knuckled salvage on 4 foot fencing. Bottom edge of all fencing shall be twisted and barbed. Tie clips of 6 -gauge steel shall be furnished in sufficient quantity to fasten fabric to top tension wire or to top rail at 24 -inch intervals. Ties shall be furnished to fasten the fabric to bottom tension wire at 24 inch intervals. The fabric shall be tied to line posts at 15 -inch intervals. Line Post shall be provided at a maximum spacing of 10 feet and be of the following sizes: Fabric Height Pipe Size H -Beam Section Embedment Size Wt./Ft. Size Length 4 ft. 1.90" O.D. 2.72# 1.875" x 1.625" 2.70# 24" 6 ft. 2.375"O.D. 3.65# 2.25" x 1.95" 4.10# 30" Corner Post and End Post shall be of the following sizes: Fabric Height Pipe Section Size Embedment Length Wt./Ft. 4 ft. 2.375" O.D. 3.65# 30" 6 ft. 2.875" O.D. 5.79# 42" 028340 Page 1 of 6 Rev. 10-30-2014 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 Gate Post shall be of the following sizes: Gate Leaf Pipe Section Size Embedment Length Wt./Ft. to 6 ft. 2.875" O.D. 5.79# 36" 6 to 13 ft. 4.0 " O.D. 9.10# 42" 13 to 18 ft. 6.625" O.D. 18.97# 48" Post caps for pipe sections shall be designed to exclude all moisture. Where barbed wire is specified, extension arms shall be integral with post caps. Where top rail is specified, post caps shall have an opening for top rail. All posts caps shall have a 2 -inch skirt for rigidity. Top rail, where called for, shall be 1.625 inch O.D. steel pipe weighing 2.27#/foot. Top rail shall be furnished in random lengths not less than 18 feet per section and shall be joined with outside sleeve, steel couplings not less than 6 inches long and having a wall thickness of not less than 0.70 inch. Couplings shall be designed to allow for expansion movement of the top rail. Tension wire for top finish, where no top rail is specified, shall be 7 -gauge high carbon steel wire. Tension wire shall be furnished for bottom edge of all fence fabric. Trussed bracing shall be furnished for each panel adjacent to a terminal, pull, corner, or gatepost. Compression member shall be 1.625 inch O.D. pipe as specified for top rail material. Tension members shall be 3/8 inch diameter steel rods with turnbuckles. For 6 -foot fences with top tension wire, braced panels shall consist of horizontal pipe brace, located approximately 4 inches below top of fabric, a diagonal pipe brace, attached at the midpoint of the terminal post and at the bottom of the adjacent line post, and a truss rod, attached to the top of the adjacent line post, extending diagonally to the bottom of the terminal post. For 6 -foot fences with top rail, braced panels shall consist of a horizontal pipe brace, midway between top and bottom of fence fabric, with a truss rod expending from midpoint of the line post diagonally to bottom of terminal post. Four -foot fences with top rail shall be braced with a truss rod connected to the bottom of the terminal post and extending to top of adjacent line posts. Four -foot fences without top rail shall have a horizontal brace pipe at the top of adjacent line posts. Four -foot fences without top rail shall have a horizontal brace pipe at the top of the fabric and a diagonal truss rod installed as described above. 028340 Page 2 of 6 Rev. 10-30-2014 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 Gates shall be fabricated from 1.90 inch O.D. pipe weighing 2.72#/foot. Fabric on gates shall be the same as that specified for fencing. The following accessories shall be furnished for each gate: Corner and tee fittings of malleable iron or pressed steel having means for attaching diagonal bracing members. Hinges of malleable iron providing for full 180 degree swing with bottom hinges to be ball and socket type. Diagonal braces consisting of 3/8 inch diameter truss rods with turnbuckles, two to each gate frame. Vehicle gates shall have vertical 1.90 inch O.D. pipe brace at center of each gate leaf. Latches for single gates shall have a single fork latch with padlock eye; double leaf gates shall have two fork latches mounted on center plunger rod with padlock eye. Hold backs shall be provided for each leaf of vehicular gates, employing a semi- automatic hold back catch to be anchored at least 12 inches into a 12 inch diameter by 24 inch deep concrete footing. A malleable iron center rest, designed to receive the plunger rod, to be anchored at least 12 inches into a 12 -inch diameter by 24 inch deep concrete footing, shall be provided for all double leaf gates. The top of all gate frames shall align with the fencing top rail. Vehicular gates shall be 4 inches greater in overall height than the adjacent fencing so as to extend to within 2 inches of pavement between 6 -inch curbs, if curbs are designated on the plans. Barbed wire, where specified, shall be 12 ❑ gauge with barbs s 5 inches apart. Three strands of barbed wire will be required where barbed wire top is specified. Barbed wire support arms shall be at an angle of 45 degrees from vertical and shall have clips for attaching 3 strands of barbed wire. Each support arm shall be of sufficient strength to support a 200 lb. weight applied at the outer strand of barbed wire. Stretcher bars shall not be less than 3/16" inch by 3/4" inch flat steel and not more than 2 inches shorter than the fabric height. One stretcher bar shall be provided for each gate and end post. Two stretcher bars shall be provided for each corner and pull posts. Stretcher bars shall be attached to terminal posts with 1 inch x 1/8 inch 028340 Page 3 of 6 Rev. 10-30-2014 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 flat steel bands with 3/8 inch carriage bolts at intervals not exceeding 15 inches. Miscellaneous fittings and fasteners shall be furnished in sufficient quantities to erect all fencing materials in a proper manner. Approval of fence materials shall be obtained from the Engineer prior to erection. Galvanizing and Aluminum Coating. All material used in "Chain Link Security Fence" shall be hot dip zinc coated as specified by the following, except that the fabric may be aluminum coated: All posts and pipe: ASTM Designation: A 120 (1.8 oz/sf). All H -beam sections: ASTM Designation: A 123 (2.0 oz/sf). Fence fabric: ASTM Designation: A 392, Class 1 (1.2 oz/sf) or ASTM Designation: A 491 (0.40 oz/sf). Tension wire, barbed wire: ASTM Designation: A 121, Class III (0.80 oz/sf). Post caps, stretcher bars, miscellaneous fittings: ASTM Designation: A 153. Weight of zinc coating for all items shall be determined in accordance with ASTM Test Designation: A 90 except for core wire which shall have a galvanized coating weighing not less than 0.35 ounces of zinc per square foot. Field welds and cuts shall be touched -up with an approved zinc coating. 3. CONSTRUCTION METHODS Clearing and Grading. The Contractor shall perform all clearing of brush, rocks and debris which may be necessary for the installation of this fencing. The Engineer will stake out the locations for corner posts and terminal posts in this installation. The fencing panels between corner and terminal posts shall generally follow the finished ground elevations. However, the Contractor shall grade off minor irregularities in the path of the fencing as necessary to limit the variation of grade under the bottom edge of fence fabric to a distance of not more than six inches and not less than two inches to the ground. Post Spacing. Maximum spacing for line posts shall be 10 feet 0 inches. Pull posts shall be located not more than 500 feet apart and at each change in direction exceeding 20 degrees, both horizontally and vertically. Runs of fencing over 500 feet but less than 1,000 feet shall have a pull post in the center of the run. Postholes. Holes for concrete footings for all posts shall be drilled to the dimensions listed in the following tables: 028340 Page 4 of 6 Rev. 10-30-2014 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 Type Post Holes for Line and End Posts Fabric Height Min.Hole Diameter Min.Hole Post Depth Embedment Line 4' 9" 30" 24" Line 6" 10" 36" 30" End 4' 12" 36" 30" End 6' 12" 48" 42" Holes for Gate Posts Gate Post Size Min. Hole Min. Hole Depth Post Diameter Embedment 2.875" O.D. x 5.79# 12" 42" 36" 4" O.D. x 9.10# 18" 48" 42" 6.625" O.D. x 18.97# 18" 54" 48" Where solid rock is encountered without an overburden of soil, line posts shall be set a minimum depth of 12 inches, and end, corner, gate and pull posts a minimum of 18 inches into the solid rock. The hole shall have a minimum diameter one inch greater than the largest dimension of the post section to be set. After the post is set and plumbed, the hole shall be filled with grout consisting of one part Portland cement and three parts clean, well -graded sand. Other grouting materials may be used if approved or specified by the Engineer. The grout shall be thoroughly worked into the hole so as to leave no voids. The grout shall be crowned to carry water from the post. Where solid rock is covered by an overburden of soil or loose rock, the posts shall be set to the full depth shown in Table above unless the penetration into solid rock reaches the minimum depths specified above, in which case, the depth of penetration may be terminated. Concrete footings shall be constructed from the solid rock to the top of the ground. Grouting will be required on the portion of the post in solid rock. Excavated material from footings shall be removed from the job site by the Contractor. Concrete for Footings. Concrete for footings shall be Class "B" concrete in accordance with Section 030020, unless otherwise specified on plans. All concrete footings shall be cast up to finish grade and crowned 2 inches to shed water. Excess concrete not used in the footings, and any other construction debris, shall be removed from the site. Fabric Erection. The fence fabric shall be erected by securing one end and applying sufficient 028340 Page 5 of 6 Rev. 10-30-2014 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 tension to the other end to remove all slack before making attachments. The fabric shall be cut and each span shall be attached independently at all corner posts and pull posts. Fastening to end, pull, corner and gateposts shall be with stretcher bars which shall be secured to the posts with stretcher bar bands at intervals not exceeding 15 inches. Fence fabric shall generally follow the finished contour of the site with the bottom edge of fabric located 2 inches above the grade. In uneven areas, the ground shall be graded so that the maximum distance between bottom of fabric and ground in limited to 6 inches. Electric grounds. Grounding rods shall be at least 5/8 inch diameter by 8 feet long "copperweld" rods driven or drilled into the soil so that the top of the rod is approximately 6 inches below grade. A No. 6 solid copper conductor shall be clamped to the ground rod and the bottom tension wire of the fence with cast bronze clamps with bronze or stainless steel bolts and washers. Each 1,000 -foot of fence shall be provided with a ground located near the center of the run. At least one electrical ground shall be installed for each fenced closure. A ground shall be provided directly under the point where a power line passes over the fence. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, chain link security fence shall be measured by the linear foot. Measurement shall include but not be limited to furnishing and erecting all fence materials, gates, caps, concrete, ground wires, and cleanup. Payment shall be made at the unit price bid and shall fully compensate the Contractor for all materials required, all labor, all tools, all equipment and all other incidentals required to complete the work as shown on the contract drawings and as specified herein. 028340 Page 6 of 6 Rev. 10-30-2014 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 SECTION 028370 BARBED WIRE FENCE 1. DESCRIPTION This specification shall govern all work required for furnishing and installing all barbed wire fences and gates required to complete the project. 2. GENERAL Barbed wire fences shall be Class D four -strand barbed wire in accordance with FAA Item F-161 (10/24/74). 3. MATERIALS Wire. a. Woven Wire (Zinc -coated). The woven wire fencing shall be 7 -bar, 26 -inch field fence with top and bottom wires No. 10 ASW gauge, and filler and stay wire No. 12 1/2 ASW gauge. Stay wires shall be spaced 6 inches apart. All wire shall be smooth galvanized steel wire conforming to Fed. Spec. RR -F-221, Type B. All wires shall be two -dip and spaced to match existing fencing. b. Barbed Wire (Zinc -coated). Zinc coated barbed wire shall be two -strand twisted No. 12 1/2 ASW gauge galvanized steel wire with 4 -point barbs of No. 14 ASW gauge galvanized steel wire. All wire shall conform to Fed. Spec. RR -F221, Type A. The barbs shall be spaced approximately 4 inches apart. The wire will be placed in the same number and at the same heights as the existing adjoining fence c. Barbed Wire (Copper -covered). Copper -covered steel barbed wire shall conform to Fed. Spec. RR -F221, Type A. d. Barbed Wire (Aluminum -coated). Aluminum -coated steel barbed wire shall be two strand twisted No. 12 1/2 ASW gauge. The 4 -point barbs of No. 14 ASW gauge aluminum -coated steel wire shall be spaced approximately 5 inches apart. The steel wire shall have a tensile strength of between 60,000 and 80,000 pounds per square inch and the aluminum coating shall have a minimum weight of 0.30 ounce per square foot of wire surface on the No. 12 1/2 ASW gauge line wire and 0.25 ounce per square foot of wire surface on the No. 14 ASW gauge barbs. The wire will be placed in the same number and at the same heights as the existing adjoining fence 028370 Page 1 of 4 Rev. 10-30-2014 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 e. Bracing Wire (Zinc -coated). Wire used for cable for bracing shall be No. 9 smooth galvanized soft wire. Fence Posts, Gates, Rails, Braces and Accessories. These items, when specified, shall conform to the requirements of Fed. Spec. RR -F-183 and shall be zinc coated. Concrete. Concrete shall be Class B in accordance with City Standard Specification Section 030020. 4. CONSTRUCTION METHODS General. The fence shall be constructed in the locations shown on the plans and as specified herein using new materials, and all work shall be performed in a workmanlike manner satisfactory to the Engineer. The route of the fence is indicated on the drawings. The existing fence with the exception of gates shall become property of the Contractor and shall be removed from the site. The new fence shall be placed along the right-of-way or easement line. The Contractor shall span the opening below the fence with barbed wire fastened to stakes of the required length at locations of small natural or drainage ditches where it is not practical to conform the fence to the general contour of the ground surface. The new fence shall be permanently tied to terminals of existing fences whenever required by the Engineer. The finished fence shall be plumb, taut, true to line and ground contour, and complete in every detail. When directed, in order to keep stock on adjoining property enclosed at all times, the Contractor shall arrange the work so that construction of the new fence will immediately follow the removal of existing fences. The length of unfenced section at any time shall not exceed 300 feet or such length that the stock can be kept in the proper field. The work shall progress in this manner and at the close of the working day the newly constructed fence shall be tied to the existing fence. Any openings in the fence shall be guarded when stock is using the adjoining property. Clearing Fence Line. The site of the fence shall be sufficiently cleared of obstructions, and surface irregularities shall be grades so that the fence will conform to the general contour of the ground. The fence line shall be cleared to minimum width of 10 feet on each side of the centerline of the fence. This clearing shall consist of the removal of all stumps, brush, rocks, trees, or other obstructions which will interfere with proper constructions of the fence. The area shall be mowed. Stumps within the cleared area of the fence shall be removed. When shown on the plans or as directed by the Engineer, the existing fences, which coincide with or are in a position to interfere with the new fence locations shall be removed by the Contractor as part of the construction work unless such removal is listed as a separate item in the bid schedule. All holes remaining after post and stump removal shall be refilled with suitable soil, gravel, or other material acceptable to the Engineer and shall be compacted properly with tampers. The work shall include the handling and disposal of all material cleared, excavated or removed, regardless of the type, character, composition, or condition of such material encountered. 028370 Page 2 of 4 Rev. 10-30-2014 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 Installing Posts. All posts shall be spaced at 16'-6" maximum spacing. Corner, brace, anchor, end, and gate posts shall be set in concrete bases as shown on the plans. The top of the base shall be slightly above the ground surface, trowel finished, and sloped to drain. Holes of full depth and size for the concrete bases for posts shall be provided even if blasting of rock or other obstructions is necessary. All line posts may be either driven or set in dug holes to a penetration of 3 feet. All post setting shall be done carefully and to true alignment. Dirt removed for placing posts, anchor bars, flanges, etc., shall be replaced, tamped, and leveled. When posts are driven, care shall be exercised to prevent marring or buckling of the posts. Damaged posts shall be replaced at the Contractor's expense. No extra compensation will be made for rock excavation. Rock excavation shall not be grounds for extension of time. Bracing. All corner, anchor, end, and gateposts shall be braced. Anchor posts shall be set at approximately 500 -foot intervals and braced to the adjacent posts. Installing Wire. All barbed wire and woven wire shall be placed on the same side of the posts as the existing adjoining fence, or as directed, at the same height and number as the existing adjoining fence. The woven wire shall be carefully stretched and hung without sag and with true alignment. Care shall be taken not to stretch the wire so tightly that it will break in cold weather or pull up corner and/or brace posts. All horizontal wires shall be fastened securely to each post by fasteners or clips designed for use with the posts furnished. The woven wire shall be wrapped around all end posts, corner posts and gate posts, and the ends of all horizontal wires shall be tied with snug, tight twists. The wire shall be secured to prevent slipping up and down the post. Barbed wire strands shall be stretched and each strand secured to each post to prevent slipping out of line or becoming loose. At all end posts, corner posts and gate posts, the barbed wire shall be securely wrapped and anchored once about the post from the outside and secured against slipping by tying the ends with snug, tight twists. However, on spans of less than 100 feet, both ends of the span need not be wrapped around the posts. The bottom wire of the woven wire fencing shall clear the ground by not more than 4 inches or less than 1 inch at any place. Splicing Wire. Splicing in barbed wire and woven wire will be permitted if made with an approved galvanized bolt -clamp splice or a wire splice made as follows: The ends of each wire shall be carried 3 inches past the splice tool and wrapped around the other wire for at least six turns in opposite directions. After the tool is removed, the space occupied by it shall be closed by pulling the ends together. The unused ends of the wire shall be cut close to make a neat, workmanlike job. Existing Fence Connections. Wherever the new fence joins an existing fence, either at a corner or at the intersection of straight fence lines, a corner post or anchor post shall be set at the junction and braced and anchored the same as herein described for corner posts. If the connection is made at other than the corner of the new fence, the last span of the old fence shall contain a brace span. 028370 Page 3 of 4 Rev. 10-30-2014 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 Gates. See the gate schedule in the drawings for location, size and description of proposed gate work where new gates are required. Gates will typically be cantilever type roller gates. The Contractor shall submit shop drawings of the gate and assembly for pre -approval by the Engineer prior to bid openings. The gate and assembly shall meet the following general requirements: Gates shall be of the double gate type with a combined clear opening of 30 feet. Roller assembly shall be of a type designed to support the gate without ground rollers. Rollers shall be mounted on steel gatepost with a minimum diameter of 4 inches. Gatepost shall be placed in 12" diameter post holes excavated to a minimum depth of 48 inches. Gatepost shall be embedded in a hole a minimum of 36" with the remainder of the hole being filled with Class B concrete. The gate frame shall be constructed of galvanized steel pipe with a minimum diameter of 2 inches for exterior member and 1-5/8 inches for internal braces. The size of the gate frame shall be approximately 3'-6" x 22'-0". The gate barrier wire shall be NE 6 gauge 2" wire. The gate shall be installed with a lock assemble located at the center of the 30 foot opening. The lock assemble shall provide lateral support and be doweled into concrete at mid -opening and shall not obstruct traffic when the gate is open. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, Barbed Wire Fence shall be measured and paid for under City Standard Specification Section 028300 "Fence Relocation", and shall be full compensation for furnishing all materials and for all preparation, erection, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. 028370 Page 4 of 4 Rev. 10-30-2014 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 (2) Mixing Water Water for use in concrete and for curing shall be free from oils, acids, organic matter or other deleterious substances and shall not contain more than 1000 parts per million of chlorides as CL nor more than 1000 parts per million of sulfates as SO4. Water from municipal supplies approved by the State Health Department will not require testing, but water from other sources will be sampled and tested before use in structural concrete. Tests shall be made in accordance with the "Method of Test for Quality of Water to be Used in Concrete" (AASHTO Method T26), except where such methods are in conflict with provisions of this specification. (3) Coarse Aggregate Coarse aggregate shall consist of durable particles of gravel, crushed blast furnace slag, crushed stone, or combinations thereof; free from frozen material or injurious amount of salt, alkali, vegetable matter, or other objectionable material either free or as an adherent coating; and its quality shall be reasonably uniform throughout. It shall not contain more than 0.25 percent by weight of clay lumps, nor more than 1.0 percent by weight of shale, nor more than 5 percent by weight of laminated and/or friable particles when tested in accordance with TxDOT Test Method Tex -413-A. It shall have a wear of not more than 40 percent when tested in accordance with TxDOT Test Method Tex -410-A. Unless otherwise specified on the plans, coarse aggregate will be subjected to five cycles of the soundness test in accordance with TxDOT Test Method Tex -411-A. The loss shall not be greater than 12 percent when sodium sulfate is used, or 18 percent when magnesium sulfate is used. Permissible sizes of aggregate shall be governed by Table 4 and Table 1, except that when exposed aggregate surfaces are required, coarse aggregate gradation will be as specified on the plans. When tested by approved methods, the coarse aggregate, including combinations of aggregates when used, shall conform to the grading requirements shown in Table 1. 030020 Page 2 of 13 Rev. 10-30-2014 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 TABLE 1 Coarse Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Grade No. Nominal Size 2-1/2 In. 2 In. 1-1/2 lit 1 In. 3/4 In. 1/2 lit 3/8 In. No. 4 No. 8 1 2 in. 0 0 to 20 15 to 50 60 to 80 95 to 100 2 (467)* 1-1/2 in. 0 0 to 5 30 to 65 70 to 90 95 to 100 4 (57)* 1 in. 0 0 to 5 40 to 75 90 to 100 95 to 100 8 3/8 in. 0 Oto 5 35 to 80 90 to 100 *Numbers in parenthesis indicate conformance with ASTM C33. The aggregate shall be washed. The Loss by Decantation (TxDOT Test Method Tex -406-A) plus the allowable weight of clay lumps, shall not exceed one percent, or the value shown on the plans, whichever is smaller. (4) Fine Aggregate Fine aggregate shall consist of clean, hard, durable and uncoated particles of natural or manufactured sand or a combination thereof, with or without a mineral filler. It shall be free from frozen material or injurious amounts of salt, alkali, vegetable matter or other objectionable material and it shall not contain more than 0.5 percent by weight of clay lumps. When subjected to the color test for organic impurities (TxDOT Test Method Tex -408-A), it shall not show a color darker than standard. The fine aggregate shall produce a mortar having a tensile strength equal to or greater than that of Ottawa sand mortar when tested in accordance with TxDOT Test Method Tex -317-D. Where manufactured sand is used in lieu of natural sand for slab concrete subject to direct traffic, the acid insoluble residue of the fine aggregate shall be not less than 28 percent by weight when tested in accordance with TxDOT Test Method Tex -612-J. When tested by approved methods, the fine aggregate or combination of aggregates, including mineral filler, shall conform to the grading requirements shown in Table 2. 030020 Page 3 of 13 Rev. 10-30-2014 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 TABLE 2 Fine Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Grade No. 3/8 In. No. 4 No. 8 No. 16 No. 30 No. 50 No. 100 No. 200 1 0 0 to 5 0 to 20 15 to 50 35 to 75 70 to 90 90 to 100 97 to 100 NOTE 1: Where manufactured sand is used in lieu of natural sand, the percent retained on the No. 200 sieve shall be 94 to 100. NOTE 2: Where the sand equivalent value is greater than 85, the retainage on the No. 50 sieve may be 70 to 94 percent. Fine aggregate will be subjected to the Sand Equivalent Test (TxDOT Test Method Tex -203-F). The sand equivalent shall not be less than 80 nor less than the value shown on the plans, whichever is greater. For concrete Classes `A' and 'C', the fineness modulus as defined below for fine aggregates shall be between 2.30 and 3.10. The fineness modulus will be determined by adding the percentages by weight retained on the following sieves, and dividing by 100; Nos. 4, 8, 16, 30, 50 and 100. (5) Mineral Filler Mineral filler shall consist of stone dust, clean crushed sand, or other approved inert material. (6) Mortar (Grout) Mortar for repair of concrete shall consist of 1 part cement, 2 parts finely graded sand, and enough water to make the mixture plastic. When required to prevent color difference, white cement shall be added to produce the color required. When required by the Engineer, latex adhesive shall be added to the mortar. (7) Admixtures Calcium Chloride will not be permitted. Unless otherwise noted, air -entraining, retarding and water -reducing admixtures may be used in all concrete and shall conform to the following requirements: A "water -reducing, retarding admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a given consistency and will retard the initial set of the concrete. A "water -reducing admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a 030020 Page 4 of 13 Rev. 10-30-2014 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 Concrete Designation Structural Concrete: (1) Thin -Walled Sections (9" or less) (2) Slabs, Caps, Columns, Piers, Wall Sections over 9", etc. Underwater or Seal Concrete Riprap, Curb, Gutter and Other Miscellaneous Concrete TABLE 3 Slump Requirements Desired Slump Max. Slump 4 inches 5 inches 3 inches 4 inches 5 inches 6 inches 2.5 inches 4 inches NOTE: No concrete will be permitted with slump in excess of the maximums shown. 8. QUALITY OF CONCRETE General The concrete shall be uniform and workable. The cement content, maximum allowable water - cement ratio, the desired and maximum slump and the strength requirements of the various classes of concrete shall conform to the requirements of Table 3 and Table 4 and as required herein. During the process of the work, the Engineer or his designated representative will cast test cylinders or beams as a check on the compressive or flexural strength of the concrete actually placed. Test cylinders must be picked up by the testing lab within 24 hours. A test shall be defined as the average of the breaking strength of two cylinders or two beams, as the case may be. Specimens will be tested in accordance with TxDOT Test Methods Tex -418-A or Tex -420-A. Test beams or cylinders will be required as specified in the contract documents. For small placements on structures such as manholes, inlets, culverts, wingwalls, etc., the Engineer may vary the number of tests to a minimum of one for each 25 cubic yards placed over a several day period. All test specimens, beams or cylinders, representing tests for removal of forms and/or falsework shall be cured using the same methods, and under the same conditions as the concrete represented. "Design Strength" beams and cylinders shall be cured in accordance with THD Bulletin C-11. The Contractor shall provide and maintain curing facilities as described in THD Bulletin C-11 for the purpose of curing test specimens. Provision shall be made to maintain the water in the curing tank at temperatures between 70°F and 90°F. When control of concrete quality is by twenty -eight-day compressive tests, job control will be by seven-day compressive tests which are shown to provide the required twenty -eight-day strength, based on results from trial batches. If the required seven-day strength is not secured with the 030020 Page 8 of 13 Rev. 10-30-2014 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 cement specified in Table 4, changes in the batch design will be made. TABLE 4 Classes of Concrete Minimum Class Compressive Min. Beam Maximum Coarse of Sacks Cement Strength (fc) Strength Water -Cement Aggregate Concrete per C.Y. (min.) 28-Day(psi) 7 -Day (psi) Ratio (gal/sack) No. A* 5.0 3000 500*** 6.5 2-4-8**** B* 4.5 2500 417 8.0 2-4-8**** C* 6.0 3600 600*** 6.0 1-2-4** D 6.0 3000 500 7.0 2-4 S 6.5 4000 570 5.0 2-4 *Entrained Air (slabs, piers and bent concrete). **Grade 1 Coarse Aggregate may be used in foundation only (except cased drilled shafts). ***When Type II Cement is used with Class C Concrete, the 7 -day beam break requirement will be 550 psi; with Class A Concrete, the minimum 7 -day beam break requirement will be 460 psi. ****Permission to use Grade 8 Aggregate must have prior approval of the Engineer. 9. MIX NG 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 be placed in the structure or pavement. Ready -Mixed Concrete shall be mixed and delivered by means of one of the following approved methods. (1) Mixed completely in a stationary mixer and transported to the point of delivery in a truck agitator or a truck mixer operating at truck agitator or truck mixer agitation speed. (Central -Mix Concrete) (2) Mixed complete in a truck mixer and transported to the placement site at mixing and/or agitating speed (Transit -Mix Concrete), subject to the following provisions: (3) B. Equipment. (a) Truck mixers will be permitted to transport concrete to the job site at mixing speed if equipped with double actuated counters which will separate revolutions at mixing speed from total revolutions. (b) Truck mixers equipped with a single actuated counter counting total revolutions of the drum shall mix the concrete at the plant not less than 50 nor more than 70 revolutions at mixing speed, transport it to the job site at agitating speed and complete the required mixing before placing the concrete. Mixed completely in a stationery mixer and transported to the job site in approved non -agitating trucks with special bodies. This method of transporting will be permitted for concrete pavement only. (1) Batching Plant. The batching plant shall be provided with adequate bins for batching all aggregates and materials required by the specifications. Bulk cement shall be weighed on a scale separate from those used for other materials and in a hopper entirely free and independent of that used for weighing the aggregates. (2) Mixers and Agitators. (a) General: Mixers shall be of an approved stationary or truck -type capable of combining the ingredients into a thoroughly mixed and uniform mass. Facilities shall be provided to permit ready access to the inside of the drum for inspection, cleaning and repair of blades. Mixers and agitators shall be subject to daily examination for changes in condition due to accumulation of hardened concrete and/or wear of blades, and any hardened concrete shall be removed before the mixer will be permitted to be used. Worn blades shall be repaired or replaced with new in 030020 Page 11 of 13 Rev. 10-30-2014 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 3. BENDING The reinforcement shall be bent cold, true to the shapes indicated on the plans. Bending shall preferably be done in the shop. Irregularities in bending shall be cause for rejection. Unless otherwise shown on the plans, the inside diameter of bar bends, in terms of the nominal bar diameter (d), shall be as follows: Bends of 90 degrees and greater in stirrups, ties and other secondary bars that enclose another bar in the bend: Grade 60 #3, #4, #5 4d #6, #7, #8 5d All bends in main bars and in secondary bars not covered above: Grade 60 #3 thru #8 6d #9, #10 8d #11 8d #14,#18 10d Grade 75 8d 032020 Page 3 of 6 Rev. 10-30-2014 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 4. TOLERANCES Fabricating tolerances for bars shall be within 3 percent of specified or as follows: Plan Damen. * 3/4" 7/8" Bar or Smaller --Pian. Damen_ *1/2" 1" Bar or Larger --Plan. Damen_ * 1" 3/4" C_ H= over 6"--a,mere.+ Zero or -1/2.7 H = 6" and less -Diemen. • Zero or -1/4" 7/8" Bar or Smaller --Pian Dimers. * t/2� 1" Bar or Larger —Plass Diemen. *1" Plan Damen - 5. STORING Spiral or Circular Tie Tie or Stirrup Pian Dirior . = 1/2 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 Lap TABLE 1 Minimum Lap Requirements Uncoated Coated Lap in inches > 40d 60d Where: d = bar diameter in inches Welding of reinforcing bars may be used only where shown on the plans or as permitted herein. All welding operations, processes, equipment, materials, workmanship and inspection shall conform to the requirements of the drawings and industry standards. All splices shall be of such dimension and character as to develop the full strength of bar being spliced. End preparation for butt welding reinforcing bars shall be done in the field. Delivered bars shall be of sufficient length to permit this practice. For box culvert extensions with less than one foot of fill, the existing longitudinal bars shall have a 20 -diameter lap with the new bars. For box culvert extensions with more than one foot of fill, a minimum of 6 inches lap will be required. Unless otherwise shown on the plans, dowel bars transferring tensile stresses shall have a minimum embedment equal to the minimum lap requirements shown in Table 1. Shear transfer dowels shall have a minimum embedment of 12 inches. 7. PLACING Reinforcement shall be placed as near as possible in the position shown on the plans. Unless otherwise shown on the plans, dimensions shown for reinforcement are to the centers of the bars. In the plane of the steel parallel to the nearest surface of concrete, bars shall not vary from plan placement by more than one -twelfth of the spacing between bars. In the plane of the steel perpendicular to the nearest surface of concrete, bars shall not vary from plan placement by more than one-quarter inch. Cover of concrete to the nearest surface of steel shall meet the above requirements but shall never be less than one inch or as otherwise shown on the plans. Vertical stirrups shall always pass around the main tension members and be attached securely thereto. The reinforcing steel shall be spaced its required distance from the form surface by means of approved galvanized metal spacers, metal spacers with plastic coated tips, stainless steel spacers, plastic spacers, or approved pre -cast mortar or concrete blocks. For approval of plastic spacers on the project, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5 percent solution of sodium hydroxide for 120 hours. All reinforcing steel shall be tied at all intersections, except that where spacing is less than one foot in each direction, alternate intersections only need be tied. Before any concrete is placed, all mortar shall be cleaned from the reinforcement. Precast mortar or concrete blocks to be used for holding steel in position adjacent to formed surfaces shall be cast in molds meeting the approval of the Engineer and shall be cured by covering with wet burlap or 032020 Page 5 of 6 Rev. 10-30-2014 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 SECTION 37040 EPDXY COMPOUNDS (S-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 -75 Bonding Agent" as manufactured by Fox Industries Inc. of Baltimore, Maryland or "Sikastix 370, Sikadur Hi -Mod" 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 "Sikastix 360, Skadur 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 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 037040 Page 1 of 2 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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. 037040 Page 2 of 2 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 1. Class 1-a. (Two -Component, Synthetic Polymer, Cold -Extruded Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. This type is specifically designed for vertical or sloping joints and hence not self -leveling. It shall cure sufficiently at an average temperature of 77 degrees F ± 3 degrees F in a maximum of 24 hours. For performance requirements see under 2.(2)(b)2. below. 2. Class 1-b. (Two -Component, Synthetic Polymer, Cold -Pourable, Self -Leveling Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. It shall cure sufficiently at an average temperature of 77 degrees F ± 3 degrees F in a maximum of 3 hours. Performance Requirements: Class 1-a and Class 1-b joint materials, when tested in accordance with TxDOT Test Method Tex -525-C, shall meet the above curing times and the following requirements: It shall be of such consistency that it can be mixed and poured, or mixed and extruded into joints at temperatures above 60 degrees F. Penetration, 77° F.: 150 gm. cone, 5 sec., max., cm 0.90 Bond and Extension 75%, 0° F, 5 cycles: Dry Concrete Blocks Pass Wet Concrete Blocks Pass Steel Blocks...(Primed if specified by manuf.). Pass Flow at 200° F None Water Content % by weight, max 5.0 Resilience: Original sample min. % (cured) 50 Oven aged at 158° F min. % 50 For Class 1-a Material Only: Cold Flow (10 min.) None (c) Asphalt Board. Asphalt Board shall consist of two liners of 0.016 -inch asphalt impregnated paper, filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. Boards shall be smooth, flat and sufficiently rigid to permit installation. When tested in accordance with TxDOT Test Method Tex -524-C, the asphalt board shall not deflect from the horizontal more than one inch in three and one-half inches (1" in 31/2"). (d) Rebonded Neoprene Filler. Rebonded neoprene filler shall consist of ground closed - cell neoprene particles, rebonded and molded into sheets of uniform thickness, of the dimensions shown on plans. Filler material shall have the following physical properties and shall meet the requirements of ASTM Designation: D 1752 "Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction", Type 1, where applicable: 038000 Page 2 of 19 Rev. 3-25-2015 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 (3) PROPERTY Color Density Recovery Compression Extrusion Tensile Strength Elongation METHOD ASTM D1752, Type 1 ASTM D1752, T ASTM D1752, T ASTM D1752, T ASTM D1752, T ASTM D1752, T e l e l e l e l e l REQUIREMENT Black 40 lb./ft3 Min. 90% Min. 50 to 500 psi 0.25 inch Max. 20 psi Min. 75% Min. The manufacturers shall furnish the Engineer with certified test results as to compliance with the above requirements and a 12 inch x 12 inch x 1 inch sample from the shipment for approval. Curing Materials. (a) Membrane curing materials shall comply with ASTM Designation: C 309 "Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete", Type 1 clear or translucent, or Type 2 white -pigmented. The material shall have a minimum flash -point of 80 degrees F when tested by the "Pensky-Martin Closed Cup Method". It shall be of such consistency that it can be satisfactorily applied as a fine mist through an atomizing nozzle by means of approved pressure spraying equipment at atmospheric temperatures above 40 degrees F. It shall be of such nature that it will not produce permanent discoloration of concrete surfaces nor react deleteriously with the concrete or its components. Type 1 compound shall contain a fugitive dye that will be distinctly visible not less than 4 hours nor more than 7 days after application. The compound shall produce a firm, continuous, uniform moisture impermeable film free from pinholes and shall adhere satisfactorily to the surfaces of damp concrete. It shall, when applied to the damp concrete surface at the rate of coverage specified herein, be dry to the touch in not more than 4 hours, and shall adhere in a tenacious film without running off or appreciable sagging. It shall not disintegrate, check, peel or crack during the required curing period. The compound shall not peel or pick up under traffic and shall disappear from the surface of the concrete by gradual disintegration. The compound shall be delivered to the job only in the manufacturer's original containers, which shall be clearly labeled with the manufacturer's name, the trade name of the material, and a batch number or symbol with which test samples may be correlated. The water retention test shall be in accordance with TxDOT Test Method Tex -219-F. Percentage loss shall be defined as the water lost after the application of the curing material was applied. The permissible percentage moisture loss (at the rate of coverage specified herein) shall not exceed the 038000 Page 3 of 19 Rev. 3-25-2015 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 following: 24 hours after application 2 percent 72 hours after application 4 percent Type 1 (Resin Base Only) curing compound will be permitted for slab concrete in bridge decks and top slabs of direct traffic culverts. (b) Mat curing of concrete is allowed where permitted by Table 1 in this specification or where otherwise approved by the Engineer. 3. EXPANSION JOINTS Joints and devices to provide for expansion and contraction shall be constructed where and as indicated herein or on the plans. All open joints and joints to be filled with expansion joint material, shall be constructed using forms adaptable to loosening or early removal. To avoid expansion or contraction damage to the adjacent concrete, these forms shall be loosened as soon as possible after final concrete set to permit free movement without requiring full form removal. Prior to placing the sealing material, the vertical facing the joint shall be cleaned of all laitance by sandblasting or by mechanical routing. Cracked or spalled edges shall be repaired. The joint shall be blown clean of all foreign material and sealed. Where preformed fiber joint material is used, it shall be anchored to the concrete on one side of the joint by light wire or nails, to prevent the material from falling out. The top one inch (1") of the joint shall be filled with joint sealing material. Finished joints shall conform to the indicated outline with the concrete sections completely separated by the specified opening or joint material. Soon after form removal and again where necessary after surface finishing, all projecting concrete shall be removed along exposed edges to secure full effectiveness of the expansion joints. 4. CONSTRUCTION JOINTS The joint formed by placing plastic concrete in direct contact with concrete that has attained its initial set shall be deemed a construction joint. The term "monolithic placement" shall be interpreted to mean at the manner and sequence of concrete placing shall not create construction joints. Construction joints shall be of the type and at the locations shown on the plans. Additional joints will not be permitted without written authorization from the Engineer, and when authorized, shall have details equivalent to those shown on the plans for joints in similar locations. Unless otherwise provided, construction joints shall be square and normal to the forms. Bulkheads shall be provided in the forms for all joints, except when horizontal. Construction joints requiring the use of joint sealing material shall be as detailed on the plans. The 038000 Page 4 of 19 Rev. 3-25-2015 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 material will be specified on the plans without referenced to joint type. A concrete placement terminating at a horizontal construction joint shall have the top surface roughened thoroughly as soon as practicable after initial set is attained. The surfaces at bulkheads shall be roughened as soon as the forms are removed. The hardened concrete surface shall be thoroughly cleaned of all loose material, laitance, dirt or foreign material, and saturated with water so it is moist when placing fresh concrete against it. Forms shall be drawn tight against the placing of the fresh concrete. 5. FORMS (1) General. Except where otherwise specified, forms may be of either timber or metal. Forms for round columns exposed to view shall be of steel, except that other materials will be allowed with written permission of the Engineer. Forming plans shall be submitted to the Engineer for approval as specified. Forms shall be designed for the pressure exerted by a liquid weighing 150 pounds per cubic foot. The rate of placing the concrete shall be taken into consideration in determining the depth of the equivalent liquid. For job fabricated forms, an additional live load of 50 pounds per square foot shall be allowed on horizontal surfaces. The maximum unit stresses shall not exceed 125 percent of the allowable stresses used by the Texas Department of Transportation for the design of structures. Commercially produced structural units used in formwork shall not exceed the manufacturer's maximum allowable working load for moment, shear or end reaction. The maximum working load shall include a live load of 35 pounds per square foot of horizontal form surface, and sufficient details and data shall be submitted for use in checking formwork details for approval. Forms shall be practically mortar -tight, rigidly braced and strong enough to prevent bulging between supports, and maintained to the proper line and grade during concrete placement. Forms shall be maintained in a manner that will prevent warping and shrinkage. Offset at form joints shall not exceed one -sixteenth of an inch (1/16"). Deflections due to cast -in-place slab concrete and railing shown in the dead load deflection diagram shall be taken into account in the setting of slab forms. All forms and footing areas shall be cleaned of any extraneous matter before placing concrete. Permission to place concrete will not be given until all such work is completed to the satisfaction of the Engineer. If, at any stage of the work, the forms show signs of bulging or sagging, the portion of the concrete causing such condition shall be removed immediately, if necessary, and the forms shall be reset and securely braced against further movement. 038000 Page 5 of 19 Rev. 3-25-2015 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 (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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 The method of handling, placing and consolidation of concrete shall minimize segregation and displacement of the reinforcement, and produce a uniformly dense and compact mass. Concrete shall not have a free fall of more than 5 feet, except in the case of thin walls such as in culverts. Any hardened concrete spatter ahead of the plastic concrete shall be removed. The method and equipment used to transport concrete to the forms shall be capable of maintaining the rate of placement approved by the Engineer. Concrete may be transported by buckets, chutes, buggies, belt conveyors, pumps or other acceptable methods. When belt conveyors or pumps are used, sampling for testing will be done at the discharge end. Concrete transported by conveyors shall be protected from sun and wind, if necessary, to prevent loss of slump and workability. Pipes through which concrete is pumped shall be shaded and/or wrapped with wet burlap, if necessary, to prevent loss of slump and workability. Concrete shall not be transported through aluminum pipes, tubes or other aluminum equipment. Chutes, troughs, conveyors or pipes shall be arranged and used so that the concrete ingredients will not be separated. When steep slopes are necessary, the chutes shall be equipped with baffle boards or made in short lengths that reverse the direction of movement, or the chute ends shall terminate in vertical downspouts. Open troughs and chutes shall extend, if necessary, down inside the forms or through holes left in them. All transporting equipment shall be kept clean and free from hardened concrete coatings. Water used for cleaning shall be discharged clear of the concrete. Each part of the forms shall be filled by depositing concrete as near its final position as possible. The coarse aggregate shall be worked back from the face and the concrete forced under and around the reinforcement bars without displacing them. Depositing large quantities at one point and running or working it along the forms will not be allowed. Concrete shall be deposited in the forms in layers of suitable depth but not more than 36 inches in thickness, unless otherwise directed by the Engineer. The sequence of successive layers or adjacent portions of concrete shall be such that they can be vibrated into a homogenous mass with the previously placed concrete without a cold joint. Not more than one hour shall elapse between adjacent or successive placements of concrete. Unauthorized construction joints shall be avoided by placing all concrete between the authorized joints in one continuous operation. An approved retarding agent shall be used to control stress cracks and/or unauthorized cold joints in mass placements where differential settlement and/or setting time may induce stress cracking. Openings in forms shall be provided, if needed, for the removal of laitance of foreign matter of any kind. All forms shall be wetted thoroughly before the concrete is placed therein. All concrete shall be well consolidated and the mortar flushed to the form surfaces by continuous working with immersion type vibrators. Vibrators which operate by attachment to forms or reinforcement will not be permitted, except on steel forms. At least one stand-by vibrator shall be 038000 Page 9 of 19 Rev. 3-25-2015 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 provided for emergency use in addition to those required for placement. The concrete shall be vibrated immediately after deposit. Prior to the beginning of work, a systematic spacing of the points of vibration shall be established to insure complete consolidation and thorough working of the concrete around the reinforcement, embedded fixtures, and into the corners and angles of the forms. Immersion type vibrators shall be inserted vertically, at points 18 to 30 inches apart, and slowly withdrawn. The vibrator may be inserted in a sloping or horizontal position in shallow slabs. The entire depth of each lift shall be vibrated, allowing the vibrator to penetrate several inches into the preceding lift. Concrete along construction joints shall be thoroughly consolidated by operating the vibrator along and close to but not against the joint surface. The vibration shall continue until thorough consolidation, and complete embedment of reinforcement and fixtures is produced, but not long enough to cause segregation. Vibration may be supplemented by hand spading or rodding, if necessary, to insure the flushing of mortar to the surface of all forms. Slab concrete shall be mixed in a plant located off the structure. Carting or wheeling concrete batches over completed slabs will not be permitted until they have aged at least four (4) full curing days. If carts are used, timber planking will be required for the remainder of the curing period. Carts shall be equipped with pneumatic tires. Curing operations shall not be interrupted for the purpose of wheeling concrete over finished slabs. After concrete has attained its initial set, at least one (1) curing day shall elapse before placing strain on projecting reinforcement to prevent damage to the concrete. The storing of reinforcing or structural steel on completed roadway slabs generally shall be avoided and, when permitted, shall be limited to quantities and distribution that will not induce excessive stresses. 8. PLACING CONCRETE IN COLD WEATHER (1) Cast -in -Place Concrete. Concrete may be placed when the atmospheric temperature is not less than 35 degrees F. Concrete shall not be placed in contact with any material coated with frost or having a temperature less than 32 degrees F. Aggregates shall be free from ice, frost and frozen lumps. When required, in order to produce the minimum specified concrete temperature, the aggregate and/or the water shall be heated uniformly, in accordance with the following: The water temperature shall not exceed 180 degrees F, and/or the aggregate temperature shall not exceed 150 degrees F. The heating apparatus shall heat the mass of aggregate uniformly. The temperature of the mixture of aggregates and water shall be between 50 degrees F and 85 degrees F before introduction of the cement. All concrete shall be effectively protected as follows: (a) The temperature of slab concrete of all unformed surfaces shall be maintained at 50 degrees F or above for a period of 72 hours from time of placement and above 40 degrees F for an additional 72 hours. 038000 Page 10 of 19 Rev. 3-25-2015 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 (b) The temperature at the surface of all concrete in piers, culverts walls, retaining walls, parapets, wingwalls, bottoms of slabs, and other similar formed concrete shall be maintained at 40 degrees F or above for a period of 72 hours from time of placement. (c) The temperature of all concrete, including the bottom slabs of culverts placed on or in the ground, shall be maintained above 32 degrees F for a period of 72 hours from time of placement. Protection shall consist of providing additional covering, insulated forms or other means, and if necessary, supplementing such covering with artificial heating. Curing as specified under Article "Curing Concrete" of this specification shall be provided during this period until all requirements for curing have been satisfied. When impending weather conditions indicate the possibility of the need for such temperature protection, all necessary heating and covering material shall be on hand ready for use before permission is granted to begin placement. Sufficient extra test specimens will be made and cured with the placement to ascertain the condition of the concrete as placed, prior to form removal and acceptance. (2) Precast Concrete. A fabricating plant for precast products which has adequate protection from cold weather in the form of permanent or portable framework and covering, which protects the concrete when placed in the forms, and is equipped with approved steam curing facilities, may place concrete under any low temperature conditions provided: (a) The framework and covering are placed and heat is provided for the concrete and the forms within one hour after the concrete is placed. This shall not be construed to be one hour after the last concrete is placed, but that no concrete shall remain unprotected longer than one hour. (b) Steam heat shall keep the air surrounding the concrete between 50 degrees F and 85 degrees F for a minimum of three hours prior to beginning the temperature rise which is required for steam curing. (c) For fabricating plants without the above facilities and for job site precast products, the requirements of the Article "Curing Concrete" of this specification shall apply. The Contractor is responsible for the protection of concrete placed under any and all weather conditions. Permission given by the Engineer for placing concrete during freezing weather will in no way relieve the Contractor of the responsibility for producing concrete equal in quality to that placed under normal conditions. Should concrete placed under such conditions prove unsatisfactory, it shall be removed and replaced at no additional cost. 038000 Page 11 of 19 Rev. 3-25-2015 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 EXCEPTIONS TO 4 -DAY CURING Description Upper Surfaces of Bridge Slabs and Top Slabs of Direct Traffic Culverts Concrete Piling (non -prestressed) Required Curing 8 curing days (Type I or III) cement 10 curing days (Type II cement) 6 curing days When the air temperature is expected to drop below 35 degrees F, the water curing mats shall be covered with polyethylene sheeting, burlap -polyethylene blankets or other material to provide the protection required by Article "Placing Concrete in Cold Weather" of these specifications. A curing day is defined as a calendar day when the temperature, taken in the shade away from artificial heat, is above 50 degrees F for at least 19 hours (colder days if satisfactory provisions are made to maintain the temperature of all surfaces of the concrete above 40 degrees F for the entire 24 hours). The required curing period shall begin when all concrete therein has attained its initial set. The following methods are permitted for curing concrete subject to the restrictions of Table 1 and the following requirements for each method of curing. (1) Form Curing. When forms are left in contact with the concrete, other curing methods will not be required except for cold weather protection. (2) Water Curing. All exposed surfaces of the concrete shall be kept wet continuously for the required curing time. The water used for curing shall meet the requirements for concrete mixing water as specified in the specification Section 030020 "Portland Cement Concrete". Seawater will not be permitted. Water which stains or leaves an unsightly residue shall not be used. (a) Wet Mat. Cotton mats shall be used for this curing method. They shall be placed as soon as possible after the surface has sufficiently hardened to prevent damage to the concrete. (See Article, "Placing Concrete" of this specification.) Damp burlap blankets made from nine -ounce stock may be placed on the damp concrete surface for temporary protection prior to the application of the cotton mats which may be placed dry and wetted down after placement. The mats shall be weighted down adequately to provide continuous contact with all concrete surfaces where possible. The surfaces of the concrete shall be kept wet for the required curing time. Surfaces which cannot be cured by contact shall be enclosed with mats and anchored positively to the forms or to the ground so that outside air cannot enter the enclosure. Sufficient moisture shall be provided inside the enclosure to keep all surfaces of the concrete wet. (b) Water Spray. This curing method shall consist of overlapping sprays or sprinklers that keep all unformed surfaces continuously wet. (c) Ponding. This curing method requires the covering of the surfaces with a minimum of two inches (2") of clean granular material, kept wet at all times, or a minimum of one -inch 038000 Page 15 of 19 Rev. 3-25-2015 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 (1") depth of water. Satisfactory provisions shall be made to provide a dam to retain the water or saturated granular material. (3) Membrane Curing. This consists of curing concrete pavement, concrete pavement (base), curbs, gutters, retards, sidewalks, driveways, medians, islands, concrete riprap, cement -stabilized riprap, concrete structures and other concrete as indicated on the plans by impervious membrane method. Unless otherwise provided herein or shown on the plans, either Type 1-D or Type 2 membrane curing compound may be used where permitted except that Type 1-D (Resin Base Only) will be required for slab concrete in bridge decks and top slabs of direct traffic culverts. TABLE 1 REQUIRED PERMITTED MEMBRANE MEMBRANE STRUCTURE UNIT WATER FOR WATER FOR DESCRIPTION FOR INTERIM FOR INTERIM CURING CURING CURING CURING 1 Top slabs of direct traffic culverts 2 Top surface of any concrete unit upon which concrete is to be placed and bonded at a later interval (Stub walls, risers, etc.). X Other superstructure concrete (wing walls, parapet walls, etc.) 3 Concrete pavement (base), curbs, gutters, retards, sidewalks, driveways, medians, X* X* islands, concrete structures, concrete riprap, etc. 4 All substructure concrete, culverts, box sewers, inlets, X* X* manholes, retaining walls *Polyethylene sheeting, burlap -polyethylene mats or laminated mats to prevent outside air from entering will be considered equivalent to water or membrane curing for items 3 and 4. 038000 Page 16 of 19 Rev. 3-25-2015 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 PART T Technical Specifications DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 SECTION 021340-T BANK SAND BEDDING AND BACKFILL 1. DESCRIPTION Scope: Place bank sand backfill on a prepared compacted subgrade or in utility trench as shown on PLANS. 2. MATERIALS Bank sand shall be free of organic matter, foreign materials and mud balls. Bank sand shall have a maximum Plasticity Index of 6 with not more than 10% passing a No. 200 sieve. 100% shall pass the No. 4 sieve. 3. EXECUTION Mechanical Tamping: Place bank sand backfill at optimum moisture content in layers not exceeding 12" measured loose. Compact with mechanical tamps to at least 95% Standard Proctor Density or as shown on details on the Plans. 4. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Bank Sand Bedding and Backfill shall not be measured for pay and shall be considered subsidiary to the appropriate bid item(s). 021340-T Page 1 of 1 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 SECTION 022410-T STORM WATER POLLUTION PREVENTION 1. DESCRIPTION This specification will govern all work required for stormwater pollution prevention measures during and after construction. The work shall include a Storm Water Pollution Prevention Plan (SWPPP), installation, maintenance and removal of erosion, sedimentation and environmental control devices. The specification includes removal of accumulated sediment and debris. 2. MATERIALS All materials shall meet the requirements set forth in "TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, 2014" Item 506, Section 506.2 "Materials" or standard materials approved by the City of Corpus Christi Stormwater Department. 3. METHODS A. Storm Water Pollution Prevention Plan The contractor shall engage the services of an established Stormwater Quality Management Firm familiar with local conditions and requirements to: (1) Prepare a Storm Water Pollution Prevention plan (SWPPP) incorporating the Erosion & Sedimentation Control Plan. (2) Submit the Notice of Intent (NOI) (3) Perform required inspections. Contractor shall supply inspection reports to the City of Corpus Christi. (4) Submit the Notice of Termination (NOT) All aspects of Items (1)-(4) shall be in strict accordance with all Federal, State and local regulations. A copy of the SWPPP and an NOI form (prepared for the City) must be provided to the City of Corpus Christi one (1) week prior to commencing construction activities. During construction, copies of all SWPPP documentation such as inspection reports, etc. must be provided to the City. The SWPPP must be submitted to the Engineer and the City Stormwater Department prior to commencement of construction. 022410-T Page 1 of 3 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 B. General 1. Phasing. Implement control measures in the area to be disturbed before beginning construction, or as directed. Limit the disturbance to the area shown on the plans or as directed. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and sedimentation resulting from construction operations, the Engineer will limit the disturbed area to that which the Contractor is able to control. Minimize disturbance to vegetation. 2. Maintenance. Immediately correct ineffective control measures. Implement additional controls as directed. Remove excavated material within the time requirements specified in the SWPPP. 3. Stabilization. Stabilize disturbed areas where construction activities will be temporarily stopped in accordance with the applicable storm water plan. Establish a uniform vegetative cover. The project will not be accepted until grass growth has been achieved in accordance with Specification Item 028020-T "Seeding", unless otherwise shown on the plans. When shown on the plans, the Engineer may accept the project when adequate controls are in place that will control erosion, sedimentation, and water pollution until sufficient vegetative cover can be established. 4. Finished Work. Upon acceptance of vegetative cover, remove and dispose of all temporary control, measures, temporary embankments, bridges, matting, falsework, piling, debris, or other obstructions placed during construction that are not a part of the finished work, or as directed. 5. Restricted Activities. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or streambed. Do not install temporary construction crossings in or across any water body without prior approval of the City of Corpus Christi and the Engineer. Restrict construction operations in any water body to the necessary areas as shown on the plans or applicable permit, or as directed. Use temporary bridges, timber mats, or other structurally sound and non - eroding material for stream crossings. C. Installation, Maintenance and Removal Work. Perform work in accordance with the approved SWPPP. Install and maintain the integrity of temporary erosion and sedimentation control devices to accumulate silt and debris until earthwork construction and permanent erosion control features are in place or the disturbed area has been adequately stabilized as determined by the Engineer. If a device ceases to function as intended, repair or replace the device or portions thereof as 022410-T Page 2 of 3 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 necessary. Remove sediment, debris and litter. Dispose of removed material in accordance with federal, state and local regulations. Remove devices upon approval or when directed. Upon removal, finish -grade and dress the area. Stabilize disturbed areas in accordance with the SWPPP, and as shown on the plans or directed. All disturbed areas shall be restored in accordance with Specification Item 028020-T "Seeding". The Contractor retains ownership of stockpiled material and must remove it from the project when new installations or replacements are no longer required. 4. MEASUREMENT AND PAYMENT If included as a bid item in the Proposal, Storm Water Pollution Prevention Plan shall be included in the unit price bid for "Storm Water Pollution Prevention Plan". Unless indicated in the Proposal, payment shall include but not be limited to furnishing the SWPPP, furnishing, installing, moving, replacing, inspecting and maintaining all temporary erosion, sediment, environmental measures and revegetating disturbed areas in accordance with Specification Item 028020-T "Seeding". Unless shown in the Proposal, returning the vegetative cover disturbed during construction shall be included in the unit price bid for this item. Payment shall be made on the following basis: The initial monthly estimate will include 50% of the unit price bid minus retainage. The balance will be paid according to the percent of construction complete after 50% completion has been surpassed, less retainage. 022410-T Page 3 of 3 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 SECTION 027614-T CURED -IN -PLACE -PIPE (CIPP) REHABILITATION OF GRAVITY LINE 1. SCOPE This specification shall govern for all work necessary for installing CIPP required to complete the project. 2. REFERENCE SPECIFICATIONS This specification references ASTM D5813 Standard Specification for Cured -In -Place Thermosetting Resin Sewer Piping Systems, ASTM F1216 Rehabilitation of Pipelines by the Inversion and Curing of a Resin -Impregnated Tube, ASTM D1743 Rehabilitation of Pipelines by Pulled -In -Place Installation of a Cured -In -Place Thermosetting Resin Pipe, ASTM D2122 Standard Test Method for Determining Dimensions of Thermoplastic Pipe and Fittings, D2990 Standard Test Methods for Tensile, Compressive and Flexural Creep and Creep Rupture of Plastics, and ASTM D790 Test Methods for Flexural Properties of Unreinforced Plastics which is made a part hereof by such reference and shall be the latest edition and revision thereof. ASTM F1216 Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of a Resin -Impregnated Tube, shall govern when not addressed by this specification. 3. GENERAL The CIPP shall be installed in an existing pipe and designed to provide chemical resistance, prevent exfiltration and infiltration, and support all external loads acting on it. The process is defined as the rehabilitation of gravity lines by pull -in or inversion of a thermosetting resin impregnated flexible tube into existing gravity pipe, with one layer or more, capable of carrying resin, withstand installation pressure and curing temperature, utilizing a water column. Curing is accomplished by circulating hot water (or other approved fluid) throughout the length of the new tube to cure the thermosetting resin into a hard impermeable pipe with the plastic coated outer layer that is compatible with the resin system used. The new pipe shall extend the full length of the original pipe (i.e. from manhole to manhole), and shall provide a structurally sound, jointless, closefitting, Cured -In -Place -Pipe without delamination or lifts, and with uniformly smooth interior providing hydraulic flow equal to or greater than the existing gravity pipe in original condition. 3.1 Qualification Requirements: Install the CIPP by using qualified Products and Contractors. 3.2 Product Requirements: Inliner, Insituform, and National Liner are pre -approved products. If not using a pre -approved product, provide documentation of long term successful installation in storm sewer rehabilitation projects. A minimum of 500,000 linear feet of the product shall been in successful service for a minimum of five (5) years. 027614-T Page 1 of 8 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 3.3 Contractor Requirements: Contractors are certified or licensed by Inliner, Insituform, or National Liner are pre -approved. If not pre -approved, provide documentation of successful installation of a minimum of 200,000 linear feet of the exact product intended for use in the last five (5) years. 3.4 Documentation Requirements: Minimum documentation shall consist of a list of projects, including location, pipe size, product used, dollar value of project, Engineer of record and contact information. 4. MATERIALS Only materials from pre -approved manufacturers shall be allowed for this work. Pre - approved manufacturers are, Insituform, Inliner, and U -liner. CIPP shall be properly sized Type III cured -in-place thermosetting resin RCP pipe in accordance with ASTM D5813. The tube shall consist of one or more layers of flexible needled felt or an equivalent nonwoven or woven material or a combination of nonwoven and woven materials, capable of carrying resin, withstanding installation pressures and curing temperatures. The flexible felt fiber tube shall be fabricated to a size that when installed it will neatly fit the internal circumference of the existing pipe specified by the Engineer. An allowance shall be made for some circumferential stretching during inversion. The minimum length shall effectively span the distance from the inlet to the outlet of the respective manholes unless otherwise specified. The Contractor shall verify the circumference of the host pipe and the lengths in the field before impregnation of the tube with the resin. Individual insertion runs can be made over one or more manhole sections as determined in the field by the Contractor and approved by the qualified factory field service representative and Engineer. 4.1 Tube: The tube shall consist of one or more layers of flexible needled felt or an equivalent nonwoven or woven material or a combination of nonwoven and woven materials that are compatible with the resin system used and are capable of supporting and carrying resin. The tube shall be capable of withstanding installation procedures and curing temperatures. Longitudinal and circumferential joints between multiple layers of a tube should be staggered to not overlap. The tube shall be fabricated to fit its final in-place position in the existing pipe, with allowance for stretch as recommended by the tube manufacturer. The elongation or expansion of the flexible tube during installation, both longitudinally and circumferentially should be limited to 5-10% to minimize reduction of the finished wall thickness. 4.2 Tube Coating: The inside or outside surface, or both, of the tube shall be coated with a plastic flexible material that is compatible with the tube and the resin system used. The coating shall allow visual inspection of the proper impregnation of the tube fabric with resin. The final inside flexible plastic coating will form the inner layer of the finished pipe and is required to contain the impregnated resin in the tube. 4.3 CIPP Wall: The layers which constitute the pipe wall must be such that when the thermosetting resin cures the Cured -In -Place -Pipe has no delamination, dry spots or 027614-T Page 2 of 8 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 lifts. The minimum allowable wall thickness for CIPP shall be per Table 1 and as directed by the Engineer after review of TV inspection. (Table 1) Table 1 — Wall Thickness For CIPP DR T (In) H (Ft) Sound Host Pipe Deteriorated Host Pipe <10 60 50 T—D DR 10-15 50 40 15-20 45 35 20-25 40 30 >25 40 25 H, Height of Cover Over Pipe (ft) DR, Dimension Ratio, D/T T = Wall Thickness of CIPP (In) D = Nominal Diameter (In) When cured, the CIPP must form a mechanical bond with the conduit and the wall color of the interior pipe surface of the CIPP after installation shall be a light reflective color so that a clear detailed examination with closed circuit television inspection equipment may be made. Unless otherwise specified, the Contractor shall furnish a general purpose, unsaturated, polyester resin, and catalyst system compatible with the inversion or pull -in process that provides cured physical strengths specified herein. The existing sewers, where designated or required shall be lined using material and workmanship which can be adapted to the restrictions of the work site. The Contractor shall not begin this phase of the work until there is sufficient material on hand to complete the job and required submittals as per 4.4 are submitted to the qualified factory field service representative and Engineer, prior to use of the lining material. 4.4 Submittal: The following items shall have submittals and shall be in conformance with the requirements of the General Conditions. 4.4.1 Resin: a. Submit technical data sheet showing physical and chemical properties for the proposed resin to be used in the project. b. Submit test results to show compliance with ASTM C581 — Standard Practice for Determining Chemical Resistance of Thermosetting Resins Used in Glass Fiber Reinforced Structures Intended for Liquid Services. 4.4.2 Tube: a. Submit technical data sheet showing physical properties. 4.43 CIPP: a. Prepare and submit curing schedule. b. Submit copies of curing log sheets with temperature reading prior to 027614-T Page 3 of 8 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 curing, during curing and during cool down for each installation section. Must be submitted at least weekly. c. Submit, copies of all test results performed by the Contractor's Independent Testing Laboratory for test listed in Section 9, testing. d. Submit Contractor's Quality Control Plan and/or Procedures showing control conditions used during impregnation of the resin to ensure proper materials and proper dispersion is achieved in the wet out process. e. Submit pre -installation TV inspection video after cleaning, and Acceptance TV inspection video after rehabilitation as per Specification Section 027611. 5. CONSTRUCTION METHODS 5.1 Pre -Installation Procedures: The following installation procedures shall be adhered to unless otherwise approved by the Engineer. 5.1.1 Safety: The Contractor shall carry out his operations in strict accordance with all applicable OSHA standards. Particular attention is drawn to those safety requirements involving work on an elevated platform and entry into a confined space or the use of steam. 5.1.2 Access: It shall be the responsibility of the Contractor to locate and designate all manhole access points open and accessible for the work, and provide rights of access to these points. Traffic routing shall be per traffic control plan approved by the Engineer. If a street must be closed to traffic because of the orientation of the sewer, the Contractor shall submit a proposed traffic control and detour plan for approval to the Engineer. 5.1.3 Pre -Installation Cleaning: It shall be the responsibility of the Contractor to remove all debris that is located within the gravity pipe. The Contractor is responsible for the disposal of all debris removed from the sewers during the cleaning operation. 5.1.4 Pre -Installation Inspection: Inspection of gravity pipe shall be performed by experienced personnel trained in locating breaks, obstacles and service connections by closed circuit television inspection. The interior of the pipe shall be carefully inspected to determine that the line is free any conditions which may prevent proper installation of the CIPP. A videotape and log per Specification Section 027611 shall be submitted to the Engineer prior to installation. 5.1.5 Bypassing: Bypass pumping shall be made, if required, by plugging the line upstream and pumping the flow into a downstream manhole or adjacent system. The pump and bypass lines shall be of adequate capacity and size to handle the flow. 5.1.6 Point Repairs & Line Obstructions: It shall be the responsibility of the Contractor to clear the line of obstructions such as solids, roots protruding 027614-T Page 4 of 8 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 service or other obstruction that would impede flow thru the CIPP. Displaced joints, missing portions of pipe or other occurrences that may not be rectified by thru-the-pipe methods shall be repaired as a point repair, when directed by the Engineer. The Contractor shall make a point repair excavation to uncover and remove or repair the obstruction, if necessary, at the Contractor's expense. 5.1.7 Service: The Contractor shall maintain storm system at full capacity during a rain event. 5.1.8 Public Notification: A public notification program shall be implemented and shall, as a minimum, require the Contractor to be responsible for contacting each home or business connected to the gravity line and informing them of the work to be conducted, and when their gravity service will be affected. The Contractor shall provide the following: 5.1.8.1 Written notice to be delivered to each home or business describing the work, schedules, how it affects them, and a local telephone of the Contractor they can call to discuss the project or any problems which could arise. 5.1.8.2 Personal contact and attempted written notice the day prior to the beginning of work being conducted on the section relative to the residents affected. 5.1.8.3 Personal contact with any home or business which cannot be reconnected within the time stated in the written notice. 6. INSTALLATION PROCEDURES 6.1 Wet -Out: The Contractor shall identify the location where the tube will be impregnated ("wet- out") with resin using distribution rollers and vacuum to saturate the tube felt fiber thoroughly prior to installation. The Contractor shall allow the qualified factory field service engineer and Construction Engineer to inspect the materials and wet -out procedure at the designated location. A catalyst system or additive compatible with the resin and the tube shall be used. The amount of resin used for tube impregnation shall be sufficient to fill the volume of air voids in the tube with additional allowances for polymerization shrinkage and the loss of resin through cracks and irregularities in the original pipe wall. Handling of the resin -impregnated flexible tube to prevent resin setting until it is ready for insertion and during installation shall be the responsibility of the Contractor. A vacuum impregnation process shall be used. To insure a thorough wet -out, the point of vacuum shall be as recommended by the manufacturer and per ASTM F1216. 6.2 Insertion: The wetted tube shall be inserted through an existing manhole or other 027614-T Page 5 of 8 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 approved access by means of an inversion or pull -in process and the application of a water column sufficient to fully extend it to the next designated manhole or termination point. The tube end shall initially be turned inside out and attached to a platform ring or standpipe. The inversion water column will be adjusted to be of sufficient height to cause the impregnated tube to invert from manhole -to -manhole and hold the tube tight against the existing pipe wall, to produce dimples at side connections, and flared ends at the manholes. If the pull -in method is used, the impregnated primary liner is towed into the host pipe through the existing manhole with a cable winch. The primary liner shall be floated into place virtually eliminating stresses on the material. Proper lubrication may be needed for longer and thicker liners. The secondary liner should then be inverted with the column of water to inflate the primary liner. This may extrude small amount of resin through the perforations of the outer coating of the primary liner. For the pull -in method, insertion of the new liner shall in no case exceed 800 linear feet. 6.3 Curing: After the insertion is completed, the Contractor shall supply a suitable heat source and water recirculation system capable of delivering hot water uniformly throughout the section to effect a consistent cure of the resin. The curing temperature shall be that recommended by the resin/catalyst system manufacturer and shall be maintained at such temperature. The Contractor shall follow a schedule to cure the liner and submit the schedule to the Engineer. The heat source shall be fitted with suitable monitors to gauge the temperature of the incoming and outgoing water supply. Another such gauge shall be placed between the impregnated tube and the invert of the original pipe at the manhole(s) to determine the temperature during the resin curing process. The Contractor shall continue uninterrupted heating until the desired temperature is achieved, shall accurately measure temperatures at both ends of the pipe and maintain a curing log of CIPP temperatures at the upstream and downstream manholes during curing to document that proper temperatures and cure times have been achieved. 6.4 Cool -Down: The Contractor shall cool the hardened CIPP to a temperature below 100 degrees Fahrenheit before relieving the water column. Cool water may be added to the water column while draining hot water from a small hole at the opposite end of the CIPP so that a constant water column height is maintained until cool -down is completed. Care shall be taken in the release of the water column so that a vacuum will not be developed that could damage the newly installed CIPP. Do not discharge water in excess of 100 degree Fahrenheit into the gravity system. 6.5 Warranty: The finished CIPP shall be continuous over the entire length of an inversion run and be free from visual defects such as foreign inclusions, dry spots, pinholes, lifts and delamination. It shall also meet the leakage requirements or pressure test specified below. The finished CIPP shall be warranted for one year after the acceptance of the Project. During the warranty period any defects which will affect the integrity or strength of the CIPP shall be repaired at the Contractor's expense in a manner mutually agreed to by the City and the Contractor. 027614-T Page 6 of 8 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 7. SEALING OF MANHOLES If the CIPP fails to make a tight seal at a manhole, the Contractor shall apply a seal at that point. The seal shall be of a material compatible with the CIPP material. Do not leave any annular gaps. Seal the annular space with a 1/2 inch diameter activated oakum band soaked in chemical sealant. Seal any annular spaces greater than 1/2 inch with manhole wall repair material. Finish off the seal with a non -shrink all solids epoxy placed around the pipe opening from inside the manhole in a band at least 4 inches wide. Complete the sealing procedure for each liner segment immediately after the liner is cured. 8. SERVICE CONNECTIONS After the CIPP has been cured in place, the Contractor shall reopen the existing active service connections as designated by the Engineer. This shall generally be done without excavation, and in the case of non -man entry pipe, from the interior of the pipeline by means of a television camera and a robotic cutting device that reestablishes the service connection to not less than 100% capacity. Cutting devices that use high pressure water shall not be used since they may cause damage to the service. When fiberglass or other reinforcing fibers are used, that may cause wicking at service openings, the service opening edges must be sealed with a resin mixture compatible with the tube resin. The Contractor shall certify he has a minimum of two complete working cutter units plus spare key components on the site before each insertion. 9. TESTING 9.1 Chemical Resistance: The CIPP shall meet the chemical resistance requirements of ASTM F1216, Appendix X2. The test specimens shall be capable of exposure for a minimum of one month at a temperature of 73.4°F. During this period the CIPP test specimens should lose no more than 20% of their initial flexural strength and flexural modulus when tested in accordance with Section 8 of ASTM F1216. In Appendix X2, Table X2.1 presents a list of chemical solutions that serve as a recommended minimum requirement for the chemical -resistant shall be of tube and resin system similar to that proposed for actual construction. It is required that CIPP samples with and without plastic coating meet these chemical testing requirements. 9.2 Leakage Testing: The water leakage testing of the CIPP shall be tested using an exfiltration test method, when directed by the Engineer. This test shall be in accordance with ASTM F1216, 8.2. 9.3 Wall Thickness Test: This thickness shall be measured in accordance with ASTM D2122. 9.4 Samples: Per ASTM F1216. 8.1, the preparation of two CIPP samples is required for each insertion segment. One sample from each of the following two methods: 9.4.1 The sample should be cut from a section of cured CIPP at an intermediate manhole or at the termination point that has been inverted or pull -in through a like diameter pipe which has been held in place by a suitable heat sink, such as 027614-T Page 7 of 8 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 sandbags. 9.4.2 The sample should be fabricated from material taken from the tube and the resin/catalyst system used and cured in a clamped mold placed in the down tube when circulating heated water is used and in the silencer when steam is used. 9.4.3 The samples for each of these cases should be large enough to provide a minimum of three specimens and a recommended five specimens for flexural testing and also for tensile testing, if applicable. The Short-term Flexural (Bending) Properties testing should be in accordance with Test Methods ASTM D790 and shall have a minimum flexural modulus of 250 ksi and a minimum tensile strength of 2500 psi. 9.4.4 The samples taken for the measurement of the liner thickness shall be as described in this Specification, section 9.3. 10. POST INSPECTION Post CCN of the CIPP rehabilitated line is required for acceptance inspection. 11. CLEAN-UP Prior to acceptance, the Contractor shall clean and restore the project area affected by these operations. 12. PATENTS The insertion process is patented and is installed by licensed Contractors. The Contractor shall warrant to the City and his Engineer that the methods, materials and equipment used herein, where covered by license is furnished in accordance with such license and the prices included on the Bid Form include applicable royalties and fees in accordance with such license. The Contractor shall warrant and save harmless the City and his Engineer against all claims for patent infringement and any loss thereof. 13. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, Cured -In -Place Pipe for rehabilitation shall be measured and paid for by the linear foot, for each size (Nominal Diameter, DR, and Height of cover over host pipe) specified, complete in place. The liner will be measured and paid for based on the distance between centers of upstream and downstream manholes. Point repairs for CIPP shall not be measured for pay but will be considered subsidiary to the CIPP bid item. By-passing and/or stopping the storm sewer drainage during the construction operation by approved measures will not be paid to directly, but will be subsidiary to the CIPP bid item. 027614-T Page 8 of 8 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 SECTION 028020-T SEEDING (S-14) 1. DESCRIPTION This specification shall govern all work necessary for fertilizing, planting seeds 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 (% 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. See drawings for mixture. COMMON NAME SCIENTIFIC NAME Green Sprangletop Sideoats Grama (premier) Bermudagrass (Hulled) Bermudagrass (Unhulled) K. R. Bluestem Buffalograss Annual Ryegrass Leptochloa Dubia Bouteloua Curtipendula Cynodon Dactylon Cynodon Dactylon Andropogon Ischaeum Pennisetum Ciliare Lolium Multiflorum LB/ACRE OF PURE LIVE SEED FOR MIXTURES A B C 1.4 1.4 - .6 - .6 7.0 7.4 - - - 30.0 1.2 1.2 1.5 - 4.2 - 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-T Page 1 of 3 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 2.3 MULCH: Mulch shall be wood cellulose fiber type. Wood Cellulose Fiber Type - Wood cellulose fiber 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 forms 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. 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. 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. Top Soil — Prior to planting, the area to be seeded shall be graded, shaped and covered with a minimum of four (4) inches of top soil. Tilling - The area to be seeded shall be tilled to a depth of 2 to 6 inches by disking, plowing, or other approved methods until soil condition is acceptable. 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 a rate specified above. 028020-T Page 2 of 3 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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 seeds, fertilizer, water and other approved materials are added. Application shall be 1500 lb/acre on flats, 2000 lb/acre on 3:1 slopes, and 2500 lb/acre on 2:1 or greater. 100 lb. 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. 3.4 MAINTENANCE: The Contractor will water, repair and reseed areas as required for a period of 45 days. 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 seedings 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 growth at 45 calendar days after seeding, unless indicated otherwise on the drawings. Where established, growth is defined as at least one plant per square inch. 4. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, seeding will be measured by the horizontal square yard of surface area seeded. Payment shall be full compensation for top soil, tilling, fertilizing, planting, watering and maintaining vegetation, furnishing all materials required, and all manipulation, labor, tools, equipment and incidentals necessary to complete the work. Payment for seeding under this specification shall be accomplished as follows: 25% of the total cost of the Seeding Bid Line Item (less retainage) shall be paid to the Contractor after installation of the seed, or hydromulch; The remaining 75% of the total cost of the Seeding Bid Item will be held until the Contractor achieves grass growth per this specification as approved by the Engineer. Upon the Engineer's acceptance of the grass growth, the remaining 75% of the total cost of the Seeding Bid Item (less retainage) will be paid to the Contractor. 028020-T Page 3 of 3 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 SECTION 038001-T STORM SEAL FOR REHABILITATION OF CORRUGATED METAL PIPE, CONCRETE PIPE, CULVERTS, CATCH BASINS AND STORM DRAINS 1.0 GENERAL 1.1 This specification shall govern all work, materials, and equipment required for substrate rehabilitation for the purpose of eliminating infiltration and exfiltration, repair of voids, and restoration of the structural integrity of the substrate as a result of applying a monolithic fiber -reinforced structural cementitious liner to the interior of corrugated metal pipe, concrete pipe, or other masonry construction materials. 1.2 Described are procedures for cleaning, preparation, application and testing. The applicator, approved and trained by the manufacturer, shall furnish all labor, equipment and materials for applying a cementitious mix to form a structural monolithic liner of a minimum 1 -inch thickness, with machinery specially designed for the application. All aspects of the installations shall be in accordance with the manufacturer's recommendation and per the following specifications which includes: A. The removal of any loose and unsound material B. Cleaning of the area to be sprayed C. The elimination of active infiltration prior to liner application D. The repair and filling of voids E. The repair and sealing of the invert and benches F. The spray application of a cementitious mix to form a structural monolithic liner 2.0 MATERIALS 2.1 PATCHING MATERIAL (Strong -Seal® QSR), or approved equal: Strong -Seal® QSR, or approved equal, a quick setting fiber reinforced calcium aluminate corrosion resistant cementitious material, may be used as a patching material and is to be mixed and applied according to manufacturer's recommendations and shall have the following minimum requirements: Strong Seal® QSR or Approved Equal Minimum Requirements Compressive Strength ASTM C109 >1800 psi, 1 hr. >2600 psi, 24 hrs. >3000 psi, 28 days Bond ASTM C882 >1600 psi, 28 days Calcium Aluminate Cement Sulfate resistant 038001-T Page 1 of 6 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 Applied Density Compressive Strength 105 pcf ± 5 lbs. Shrinkage ASTM C596 0% at 90% R.H. Placement Time Freeze/Thaw 5 to 10 minutes Set Time Pull Out Strength 15 to 30 minutes 2.2 INFILTRATION CONTROL MATERIAL (Strong -Seal® Strong -Plug®), or approved equal: Strong -Plug®, or approved equal, a rapid setting cementitious product specifically formulated for leak control, may be used to stop minor water infiltration and shall be mixed and applied according to manufacturer's recommendations and shall have the following minimum requirements: Strong Seal® Strong -Plug or Approved Equal Minimum Requirements Compressive Strength ASTM C109 >1000 psi, 1 hr. Sulfate Resistance ASTM C267 No weight loss after 15 cycles @2000 ppm Freeze/Thaw ASTM C666 "Method A" 100 cycles Pull Out Strength ASTM C234 14,000 lbs. Set Time ASTM C596 <1.0 minute 2.3 INVERT REPAIR: Strong -Seal® Grout 12,000, or approved equal, may be used to repair severely damaged inverts and fill voids to provide for a consistent installation of the Strong- Seal® Storm Seal®, or approved equal, cementitious liner. Strong -Seal® Grout 12,000, or approved equal, shall be mixed and applied according to manufacturer's recommendations and shall have the following minimum requirements: Grout 12,000 or Approved Equal Compressive Strength ASTM C109 28 days >12000 psi Tensile Strength ASTM C496 28 days >1200 psi Flexural Strength ASTM C293 28 days >1800 psi Shrinkage @90% RH ASTM C596 28 days 0% Density, When Applied 140± 51bs/ft3 Freeze/Thaw ASTM C666 N/A 300 cycles no visible damage 038001-T Page 2 of 6 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 2.4 GROUTING MATERIAL: 2.4.1 Strong -Seal® Grout 250, or approved equal, a cementitious grout, may be used for stopping active infiltration and filling large voids outside the structure and shall be mixed and applied according to manufacturer' s recommendations. The cementitious grout shall be volume stable, and have a minimum 28 day compressive strength of 250 psi. 2.4.2 Strong -Seal® Grout 1000, or approved equal, a cementitious grout, may be used for the same application as Grout 250, or approved equal, but is designed for special soil conditions, and shall be used per manufacturer's recommendations. The cementitious grout shall be volume stable and have a minimum 28 day compressive strength of 1000 psi. 2.4.3 Chemical grouts may also be used for stopping very active infiltration and shall be mixed and applied per manufacturer's recommendation. 2.5 STRONG -SEAL® STORM SEAL® LINER MATERIAL, or approved equal: Strong -Seal® Storm Seal®, or approved equal, cementitious liner product shall be used to form a structural monolithic liner covering all interior substrate surfaces and shall have the following minimum requirements: STORM SEAL® or Approved Equal Compressive Strength ASTM C109 28 days >9000 psi Tensile Strength ASTM C496 28 days >800 psi Flexural Strength ASTM C293 28 days >1200 psi Shrinkage @90% RH ASTM C596 28 days 0% Bond ASTM C882 28 days >2000 psi Density, When Applied 134 ± 51bs/ft3 Freeze/Thaw ASTM C666 N/A 300 cycles no visible damage 2.5.1 Strong -Seal® Storm Seal®, or approved equal, shall be made with Type I Portland Cement and shall be used according to manufacturer's recommendations in applications where there is no evidence of sulfide conditions (substrate surface of pH 3.0 or higher). Strong- Seal® Storm Seal®, or approved equal, shall be factory blended requiring only the addition of water at the jobsite. The bag weight shall be 63-67 pounds. The contents shall have a dry bulk density of 82-85 pounds per cubic foot. When mixed with manufacturer's recommended amount of water it shall have a wet nozzle density in the range of 130-140 pounds per cubic foot and shall have a typical yield of .57 cubic feet per bag. 038001-T Page 3 of 6 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 2.5.2 Strong -Seal® Storm Seal®, or approved equal, shall be reinforced with alkaline resistant fiberglass rods not less than 1/4 inch in length. 2.5.3 The material should meet or exceed industry standards and shall not have any basic ingredient that exceeds EPA maximum allowable limits for any heavy metals. 2.6 WATER: Water used to mix product shall be clean and free from contaminants. Questionable water shall be tested by a laboratory per ASTM C-94 procedure. Potable water need not be tested. 2.7 OTHER MATERIALS: No other material shall be used with the mix without prior approval or recommendation from the manufacturer. 3.0 EQUIPMENT 3.1 Applicator must use approved equipment designed and manufactured by the material supplier specifically for the application of cementitious liners. Other models may be approved after review by the manufacturer. 3.2 Specially designed machines consisting of a progressive cavity pump and an air system for low velocity spray application of product, shall be used for applying Strong -Seal® Systems or approved equal products. Equipment is complete with water storage and metering system. SprayMate® models 35C, 35D and Minimate II are approved machines for applying Strong -Seal® Systems or approved equal products. Other models may be approved after review by manufacturer. 4.0 APPLICATION 4.1 PREPARATION: 4.1.1 The contractor, if required, shall be responsible for the control of the flow around the sections of the drain or pipe where the rehabilitation shall be performed. 4.1.2 The contractor shall be responsible for removing obstructions from the drain or pipe that prevent the cementitious liner from being installed. The contractor shall notify the owner of any obstructions not removable by conventional sewer cleaning methods and equipment. 4.1.3 Active leaks may be stopped using quick setting, specially formulated mixes, such as Strong -Plug® (2.2), or approved equal, according to manufacturer's recommendations. Some leaks may require weep holes to localize the infiltration during the application. After application the weep holes shall be plugged with the quick setting material Strong -Seal® QSR® (2.1), or approved equal, prior to final coat. When severe infiltration exists, drilling may be required in order to pressure grout using a cementitious grout, Strong -Seal® Grout 250, Strong- Seal® Grout 1000, or approved equals, or chemical grouts (2.4.3). Manufacturer's 038001-T Page 4 of 6 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 recommendations shall be followed when pressure grouting is required. 4.2 MIXING OF LINER MATERIALS: 4.2.1 For each bag of product, use the amount of water required per manufacturer's recommendations following mixing procedures noted on product bag. Only enough water shall be used to produce a mix consistency to allow application of liner material up to one inch thick in a single application without material "sagging" on vertical surface and using the approved equipment for mixing and application. 4.2.2 Prepared mix shall be discharged into a hopper and another batch prepared to occur in such a manner as to allow application continuously without interruption until each application is complete. 4.3 SPRAYING: 4.3.1 The surface shall be clean and free of all foreign material and shall be damp without noticeable free water droplets or running water. Materials shall be applied up to one (1) inch thick in one or more passes. 4.3.2 A rotating caster may be used to apply the material. Position the caster in the center of the pipe and retrieve the equipment at a steady rate for the material to be applied at the required thickness. 5.0 CURING 5.1 Caution will be taken to minimize exposure of applied product to quick surface drying and air movement. In extremely hot and arid climates, these structures should be shaded while reconstruction is in progress and a concrete curing agent that meets ASTM C309 should be used. Contact manufacturer for curing compound recommendations. 6.0 WEATHER 6.1 No application shall be made if ambient temperature is below 40 degrees Fahrenheit. No application shall be made to frozen surfaces or if freezing is expected to occur within the substrate within 24 hours after application. 6.2 Precautions shall be taken to keep the mix temperatures at time of application below 90 degrees Fahrenheit. Water temperature shall not exceed 80 degrees Fahrenheit. Chill with ice if necessary. 7.0 PRODUCT TESTING 7.1 Four (4) — two inch cubes shall be cast each day or from every pallet of product used, and shall be properly packaged, labeled and returned to manufacturer for testing in accordance with the owner's or manufacturer's directions for compressive strength per ASTM C109 procedure. 038001-T Page 5 of 6 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 8.0 FINAL ACCEPTANCE TESTING 8.1 At the direction of the owner or his assignee, the reconstructed structure shall be tested by the following method: 8.1.1 Visually verify the absence of leaks. 9.0 MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, Storm Seal for rehabilitation shall be measured and paid for by the linear foot, for each size (Nominal Diameter, DR, and Height of cover over host pipe) specified, complete in place. The linear will be measured and paid for based on the distance between centers of upstream and downstream manholes. 038001-T Page 6 of 6 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 SECTION 31 35 19-T EROSION CONTROL TURF REINFORCEMENT MATTING PART 1 - GENERAL 1.01 DESCRIPTION A. The Contractor shall furnish all labor, materials, equipment, and incidentals required and perform all operations in connection with the installation of erosion control turf reinforcement mats to protect newly constructed soil slopes. 1.02 RELATED SECTIONS A. Section 022080 - Embankment B. Section 028020 - Seeding C. Section 028040 - Sodding 1.03 REFERENCES A. American Society for Testing and Materials (ASTM): 1. D 570 - Standard Test Methods for Water Absorption of Plastics. 2. D 6524 - Standard Test Method for Measuring the Resiliency of Turf Reinforcement Mats (TRM's) 3. D 6525 - Standard Test Method for Measuring Nominal Thickness of Permanent Erosion Control Products. 4. D 6566 - Standard Test Method for Measuring Mass per Unit Area of Turf Reinforcement Mats. 5. D 6567 - Standard Test Method for Measuring Light Penetration of Turf Reinforcement Mats. 6. D 6575 - Test Method for Stiffness of Geosynthetics Used as Turf Reinforcement Mats. 7. D 4354 - Practice for Sampling of Geosynthetics for Testing. 8. D 4355 - Test Method for Deterioration of Geotextiles from Exposure to Ultraviolet Light and Water (Xenon -Arc Type Apparatus). 9. D 4439 - Terminology for Geotextiles. 10. D 4595 - Test Method for Tensile Properties of Geotextiles by the Wide -Width Strip Method. 11. D 6818 - Test Method for Ultimate Tensile Properties of Turf Reinforcement Mats. Erosion Control Turf Reinforcement Matting 31 35 19-T - 1 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 12. D 4759 - Practice for Determining the Specification Conformance of Geosynthetics. 13. D 4873 - Guide for Identification, Storage, and Handling of Geotextiles. 14. D 5035 - Standard Test Method for Breaking Force and Elongation of Textile Fabrics (Strip Force). 15. D 6475 - Test Method for Measuring Mass Per Unit Area of Erosion Control Blankets. B. Federal Test Method of America (FTMA) CCC -5-191B - Smolder Resistance of Textile Materials. C. Geosynthetic Accreditation Institute (GAI) - Laboratory Accreditation Program (LAP) D. International Standards Organization (ISO) 9001:2000 - Quality System Certification. 1.04 DEFINITIONS A. Minimum Average Roll Value (MARV): Property value calculated as typical minus two standard deviations. Statistically, it yields a 97.7 percent degree of confidence that any sample taken during quality assurance testing will exceed value reported. B. Typical Roll Value: Property value calculated from average or mean obtained from test data. C. Rolled Erosion Control Product (RECP) - A temporary degradable or long-term non -degradable material manufactured or fabricated into rolls designed to reduce soil erosion and assist in the growth, establishment and protection of vegetation. D. Turf Reinforcement Mat (TRM) - A long-term, non -degradable RECP composed of UV -stabilized, non -degradable, synthetic fibers, nettings and/or filaments processed into three-dimensional reinforcement matrices designed for permanent and critical hydraulic applications where design discharges exert velocities and shear stresses that exceed the limits of mature natural vegetation. TRMs provide sufficient thickness, strength and void space to permit soil filling and/or retention and the development of vegetation within the matrix. E. Erosion Control Blanket (ECB) - A temporary, degradable RECP composed of processed natural or synthetic fibers mechanically, structurally or chemically bound together to form a continuous matrix. 1.05 SUBMITTALS A. Submit under provisions of Section A-36 - "Other Submittals", of the Special Provisions. Erosion Control Turf Reinforcement Matting 31 35 19-T - 2 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 1. Certification: a. The Contractor shall provide the Engineer a certificate stating the name of the RECP manufacturer, product name, style, chemical compositions of filaments or yarns and other pertinent information to fully describe the geotextile. b. The Manufacturer is responsible for establishing and maintaining a quality control program to assure compliance with the requirements of the specification. Documentation describing the quality control program shall be made available upon request. c. The manufacturer's certificate shall state that the furnished RECP meets MARV requirements of the specification as evaluated under the manufacturer's quality control program. 2. Manufacturing Quality Control (MQC) test results shall be provided upon request. 3. Independent Performance Test Results shall be provided upon request. 1.06 DELIVERY, STORAGE, AND HANDLING A. RECP labeling, shipment and storage shall follow ASTM D 4873. B. Product labels shall clearly show the manufacturer or supplier name, style name, and roll number. C. Each shipping document shall include a notation certifying that the material is in accordance with the manufacturer's certificate. D. Each RECP roll shall be wrapped with a material that will protect the geotextile from damage due to shipment, water, sunlight, and contaminants. E. The protective wrapping shall be maintained during periods of shipment and storage. F. During storage, RECP rolls shall be elevated off the ground and adequately covered to protect them from the following: Site construction damage, extended exposure to ultraviolet (UV) radiation, precipitation, chemicals that are strong acids or strong bases, flames, sparks, temperatures in excess of 160°F and any other environmental condition that might damage the RECP. 1.07 QUALITY ASSURANCE SAMPLING, TESTING, AND ACCEPTANCE A. RECP shall be subject to sampling and testing to verify conformance with this specification. Sampling for testing shall be in accordance with ASTM D 4354. B. Acceptance shall be in accordance with ASTM D 4759 based on Erosion Control Turf Reinforcement Matting 31 35 19-T - 3 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 testing of either conformance samples obtained using Procedure A of ASTM D 4354, or based on manufacturer's certifications and testing of quality control samples obtained using Procedure B of ASTM D 4354. C. Quality Assurance Sampling and Testing will be waived for ISO 9001:2000 Certified Manufacturing Facilities. Documentation of ISO 9001:2000 Certification shall be provided upon request. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURER A. Propex Inc., Chattanooga, TN 37422 USA, Ph: (800) 621-1273 - Fx: (423) 899-5005. B. Or Approved Equal 2.02 MATERIALS Type IV RECP (LANDLOK® 450) TRM: A. Dense web of green polyolefin fibers positioned between two biaxially -oriented nets, mechanically bound by parallel stitching with polyolefin thread. B. Matrix to possess strength and elongation properties to limit stretching and be maintained in water saturated condition. C. All components of matrix stabilized against ultraviolet degradation and inert to chemicals normally encountered in natural soil environment. D. Minimum Average Roll Values (MARV) listed below: Property Test Method Units Property Requirement Thickness ASTM D-6525 inch 0.4 Resiliency ASTM D-6524 percent 90 Mass Per Unit Area ASTM D-6566 oz/sy 10.0 Tensile Strength ASTM D-6818 lb/ft 400 x 300 Tensile Elongation ASTM D-6818 percent 50 (max) Light Penetration (% Passing) ASTM D-6567 percent 20 Moisture Absorption ASTM D-570 percent 0.01 (max) UV Resistance ASTM D-4355 percent 80 at 1000 hrs Erosion Control Turf Reinforcement Matting 31 35 19-T - 4 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 E. Manufacturing Quality Control: Testing shall be performed at a laboratory accredited by GAI-LAP for tests required for the geosynthetic, at frequency exceeding ASTM D 4354, with following minimum acceptable testing frequency: Property Test Frequency sq yd Mass Per Unit Area 1/24,000 Tensile Strength 1/24,000 Tensile Elongation 1/24,000 Light Penetration (% Passing) 1/24,000 2.03 ACCESSORIES A. Ground Anchoring Devices: 1. Length: 18 inches; sufficient ground penetration to resist pullout. 2. U-shaped wire staples or metal pins. 3. Wire Staples: Minimum 8 gauge. 4. Metal pins: Steel, minimum 0.2 inches in diameter with 1.5 inch steel washer. PART 3 - EXECUTION 3.01 PREPARATION A. Grade embankment areas that will require RECP according the plans and specifications. B. Remove large rocks, soil clods, vegetation, and other sharp objects that could keep RECP from intimate contact with embankment. C. Prepare seedbed by loosening 2" to 3" of soil above final grade. D. Select and apply soil amendments, fertilizer, and seed in accordance with Section 028020 - Seeding, prior to installation of RECP. E. Construct 6" x 12" anchor trench at top and bottom of slope. 3.02 INSTALLATION A. Install RECP at elevation and alignment as indicated in the plans. B. Secure ends into trench with anchoring devices, backfill, and compact with select fill material. C. Unroll RECPs downslope, overlapping adjacent rolls minimum 3". Lay material loosely, maintaining direct contact with soil. Erosion Control Turf Reinforcement Matting 31 35 19-T - 5 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 D. Secure RECP to slope with ground anchoring devices as follows: Slope Grade (Batter) Anchoring Frequency Up to 3H:1V 1 anchor/square yard 3H:1V to 2H:1V 1.5 anchors/square yard 2H:1V to 1H:1V 2 anchors/square yard Steeper than 1H:1V 2.5 anchors/square yard 3.03 FIELD CONTROL QUALITY A. Perform field inspections under provisions of Section A-23 - "Inspection Required", of the Special Provisions. 3.04 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section A-36 - "Other Submittals", or the Special Provisions PART 4 - MEASUREMENT & PAYMENT A. The erosion control turf reinforcement matting will be measured in square yard of matting including the toe down lengths. B. Payment shall be full compensation of erosion control turf reinforcement matting completed in place and will include, but not limit to the following: procurement of TRM & anchors, installation of TRM and anchors, digging & backfilling of toe down trenches, and for all manipulation, labor, tools, equipment and incidental necessary to complete the work. END OF SECTION Erosion Control Turf Reinforcement Matting 31 35 19-T - 6 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 SECTION 330533-T HP STORM 12"- 60" PIPE 1. SCOPE This specification describes 12- through 60 -inch (300 to 1500 mm) HP Storm pipe for use in gravity -flow storm drainage applications. 2. PIPE REQUIREMENTS HP Storm pipe shall be Advanced Drainage Systems (ADS), or approved equal, and have a smooth interior and annular exterior corrugations. • 12- through 60 -inch (300 to 1500 mm) pipe shall meet ASTM F2881 or AASHTOM330 • Manning's "n" value for use in design shall be 0.012 3. JOINT PERFORMANCE Pipe shall be joined using a bell & spigot joint meeting the requirements of ASTM F2881 or AASHTO M330. The joint shall be watertight according to the requirements of ASTM D3212. Gaskets shall meet the requirements of ASTM F477. Gasket shall be installed by the pipe manufacturer and covered with a removable, protective wrap to ensure the gasket is free from debris. A joint lubricant available from the manufacturer shall be used on the gasket and bell during assembly. 12- through 60 -inch (300 to 1500 mm) diameters shall have an exterior bell wrap installed by the manufacturer. 5. FITTINGS Fittings shall conform to ASTM F2881 or AASHTO M330. Bell and spigot connections shall utilize a welded or integral bell and valley or inline gaskets meeting the watertight joint performance requirements of ASTM D3212. 6. FIELD PIPE AND JOINT PERFORMANCE To assure water tightness, field performance verification may be accomplished by testing in accordance with ASTM F1417 or ASTM F2487. Appropriate safety precautions must be used when field-testing any pipe material. Contact the manufacturer for recommended leakage rates. 7. MATERIAL PROPERTIES Polypropylene compound for pipe and fitting production shall be impact modified copolymer meeting the material requirements of ASTM F2881, Section 5 and AASHTO M330, Section 6.1. 8. INSTALLATION Installation shall be in accordance with ASTM D2321 and manufacturer recommended installation guidelines, with the exception that minimum cover in traffic areas for 12- through 48 -inch (300 to 1200 mm) diameters shall be one foot (0.3 m) and for 60 -inch (1500 mm) diameter the minimum cover shall be 2 ft. (0.6 m) in single run applications. Backfill for minimum cover situations shall consist of Class 1 (compacted), Class 2 (minimum 90% SPD), or Class 3 (minimum 95%) material. Maximum fill heights depend on embedment material and compaction level. Please refer to the table below for maximum fill heights. Contact manufacturer for a copy of the latest recommended installation guidelines. 330533-T Page 1 of 2 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 Maximum Cover for ADS, or Approved Equal HP Storm Pipe with Uniform Backfill, ft (m) Diameter Class 1 Class 2 Class 3 Class 4 in (mm) Compacted Dumped 95% 90% 85% 95% 90% 95% 12 (300) 41 21 28 21 16 20 16 16 (462) (12.5) (6.4) (8.5) (6.4) (4.9) (6.1) (4.9) (4.9) 15 (375) 42 21 29 21 16 21 16 16 (368) (12.8) (6.4) (8.8) (6.4) (4.9) (6.4) (4.9) (4.9) 18 (450) 44 21 30 21 16 22 17 16 30 (13.4) (6.4) (9.1) (6.4) (4.9) (6.7) (5.2) (4.9) 24 (600) 37 (11.3) 18 (5.5) 26 (7.9) 18 (5.5) 14 (4.3) 19 (5.8) 14 (4.3) 14 (4.3) 30 (750) 39 (11.9) 19 (5.8) 27 (8.2) 19 (5.8) 14 (4.3) 19 (5.8) 15 (4.6) 14 (4.3) 36 (900) 28 (8.5) 14 (4.3) 20 (6.1) 14 (4.3) 10 (3.0) 14 (4.3) 11 (3.4) 10 (3.0) 42(1050) 30 (9.1) 14 (4.3) 21 (6.4) 14 (4.3) 10 (3.0) 15 (4.6) 11 (3.4) 10 (3.0) 48 (1200) 29 (8.8) 14 (4.3) 20 (6.1) 14 (4.3) 9 (2.7) 14 (4.3) 10 (3.0) 10 (3.0) 60 (1500) 29 (8.8) 14 (4.3) 20 (6.1) 14 (4.3) 9 (2.7) 14 (4.3) 10 (3.0) 9 (2.7) Pipe Dimensions Nominal Pipe LD. in (mm) 12 (300) 15 (375) 18 (450) 24 (600) 30 (750) 36 (900) 42 (1050) 48 (1200) 60 (1500) Average Pipe 12.2 15.1 18.2 24.1 30.2 36.0 42.0 47.9 59.9 I.D. in (mm) (310) (384) (462) (612) (767) (914) (1067) (1217) (1521) Average Pipe 14.5 17.7 21.4 28.0 35.5 41.5 47.4 54.1 67.1 O.D. in (mm) (368) (450) (544) (711) (902) (1054) (1204) (1374) (1704) Minimum Pipe Stiffness * 75 60 56 50 46 40 35 35 30 5% Deflection #/in./in. (kN/m2) (517) (414) (386) (345) (317) (276) (241) (241) (207) *Minimum pipe stiffness values listed. 9. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, HP Storm Pipe shall be measured and paid for by the linear foot, for each size specified, complete in place. The linear will be measured and paid for based on the distance between centers of upstream and downstream manholes. 330533-T Page 2 of 2 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 TxDOT Special Specifications DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 169 Item 169 Soil Retention Blankets Texas Department of Transportation 1. DESCRIPTION Provide and install soil retention blankets (SRB) as shown on the plans or as directed. 2. MATERIALS Provide only SRB that meet the requirements of DMS -6370, "Soil Retention Blankets," and are on the Approved Products List, Erosion Control Approved Products. (http://www.txdot.gov/business/resources/erosion-control.html) Use material of the following class and type as shown on the plans and provide a copy of the manufacturer's label for the selected product. 2.1. Class 1: Slope Protection. 2.1.1. Type A. Slopes 3:1 or flatter—clay soils, 2.1.2. Type B. Slopes 3:1 or flatter—sandy soils, 2.1.3. Type C. Slopes steeper than 3:1—clay soils, and 2.1.4. Type D. Slopes steeper than 3:1—sandy soils. 2.2. Class 2: Flexible Channel Liners. 2.2.1. Type E. Biodegradable materials with shear stress less than 2.0 psf, 2.2.2. Type F. Biodegradable materials with shear stress less than 4.0 psf, 2.2.3. Type G. Nonbiodegradable materials with shear stress less than 6.0 psf, and 2.2.4. Type H. Nonbiodegradable materials with shear stress less than 8.0 Ib. psf. 3. CONSTRUCTION Provide a copy of the manufacturer's installation instructions to the Engineer before placement of the material. Place the SRB within 24 hr. after the seeding or sodding operation, or when directed. Install and anchor the SRB in strict accordance with the recommendations contained within the manufacturer's published literature. Installation includes the repair of ruts, reseeding or resodding, and the removal of rocks, clods, and other foreign materials which may prevent contact of the blanket with the soil. 4. MEASUREMENT This Item will be measured by the square yard of surface area covered. 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 "Soil Retention Blankets" of the class and type specified. This price is full compensation for equipment, materials, labor, tools, and incidentals. 1 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 300 Item 300 Asphalts, Oils, and Emulsions JrTexas Department f Transportation 1. DESCRIPTION Provide asphalt cements, cutback and emulsified asphalts, performance -graded asphalt binders, and other miscellaneous asphalt materials as specified on the plans. 2. MATERIALS Provide asphalt materials that meet the stated requirements when tested in accordance with the referenced Department, AASHTO, and ASTM test methods. Use asphalt containing recycled materials only if the recycled components meet the requirements of Article 6.9, "Recycled Materials." Provide asphalt materials that have been preapproved for use by the Construction Division in accordance with Tex -545-C. Acronyms used in this Item are defined in Table 1. Table 1 Acronyms Acronym Definition Tex T or R D Test Procedure Designations Department AASHTO ASTM P SBR or L SBS TR Polymer Modifier Designations polymer -modified styrene -butadiene rubber (latex) styrene -butadiene -styrene block co -polymer tire rubber (from ambient temperature grinding of truck and passenger tires) AC asphalt cement AE asphalt emulsion AE -P asphalt emulsion prime A -R asphalt -rubber C cationic EAP&T emulsified asphalt prime and tack H -suffix harder residue (lower penetration) HF high float MC medium -curing MS medium -setting PCE prime, cure, and erosion control PG performance grade RC rapid -curing RS rapid -setting S -suffix stockpile usage SCM special cutback material SS slow -setting 2.1. Asphalt Cement. Provide asphalt cement that is homogeneous, water -free, and nonfoaming when heated to 347°F, and meets the requirements in Table 2. 173 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 300 Table 2 Asphalt Cement Property Test Procedure Viscosity Grade AC -0.6 AC -1.5 AC -3 AC -5 AC -10 Min ; Max Min ; Max Min ; Max Min ; Max Min ; Max Viscosity 140°F, poise 275°F, poise T 202 40 0.4 80 — 100 0.7 200 — 250 1.1 350 — 400 1.4 600 — 800 1.9 1,200 — Penetration, 77°F, 100g, 5 sec. T 49 350 — 250 — 210 — 135 — 85 — Flash point, C.O.C., °F T 48 425 1 — 425 1 — 425 1 — 425 1 — 450 1 — Solubility in trichloroethylene, % T 44 99.0 — 99.0 — 99.0 — 99.0 — 99.0 — Spot test Tex -509-C Neg. Neg. Neg. Neg. Neg. Tests on residue from Thin -Film Oven Test: Viscosity, 140°F, poise Ductility,' 77°F 5 cm/min., cm T 179 T 202 T 51 — 100 180 — — 100 450 — — 100 900 — — 100 1,500 — — 100 3,000 — 1. If AC -0.6 or AC -1.5 ductility at 77°F is less than 100 cm, material is acceptable if ductility at 60°F is more than 100 cm. 2.2. Polymer -Modified Asphalt Cement. Provide polymer -modified asphalt cement that is smooth, homogeneous, and meets the requirements of Table 3. Supply samples of the base asphalt cement and polymer additives if requested. Table 3 Polymer -Modified As halt Cement Property Test Procedure Polymer -Modified Viscosity Grade AC -5 w/2/o SBR AC -10 w/2/o SBR AC -15P AC-20XP AC-10-2TR AC-20-5TR Min Max Min Max Min Max Min Max Min Max Min Max Polymer SBR SBR SBS SBS TR TR Polymer content, % (solids basis) Tex -533-C 2.0 ; — 2.0 — 3.0 — — — 2.0 — 5.0 — Dynamic shear, G*/sin 6, 64°C, 10 rad/s, kPa T 315 — — — — — — 1.0 — — — 1.0 — Dynamic shear, G*/sin 6, 58°C, 10 rad/s, kPa T 315 — — — — — — — — 1.0 — — — Viscosity 140°F, poise 275°F, poise T 202 T 202 700 — — 7.0 1,300 — — 8.0 1,500 — — 8.0 2,000 — — — 1,000 — — 8.0 2,000 — — 10.0 Penetration, 77°F, 100 g, 5 sec. T 49 120 i — 80 — 100 i 150 75 i 115 95 i 130 75 i 115 Ductility, 5cm/min., 39.2°F, cm T 51 70 1 — 60 — — — — — — — — — Elastic recovery, 50°F, % Tex -539-C — — — — 55 — 55 — 30 — 55 — Softening point, °F T 53 — — — — — — 120 — 110 — 120 — Polymer separation, 48 hr. Tex -540-C None None None None None None Flash point, C.O.C., °F T 48 425 ; — 425 — 425 — 425 — 425 — 425 — Tests on residue from RTFOT aging and pressure aging: Creep stiffness S, -18°C, MPa m -value, -18°C Tex -541-C — — — — — — — — — 0.300 300 — — 0.300 300 — — 0.300 300 — — 0.300 300 — and R 28 T 313 2.3. Cutback Asphalt. Provide cutback asphalt that meets the requirements of Tables 4, 5, and 6 for the specified type and grade. Supply samples of the base asphalt cement and polymer additives if requested. 174 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 Table 4 Rapid -Curing Cutback Asphalt 300 Property Test Procedure Type -Grade RC -250 RC -800 RC -3000 Min Max Min Max Min Max Kinematic viscosity, 140°F, cSt T 201 250 400 800 i 1,600 3,000 i 6,000 Water, % D95 - 0.2 - 0.2 - 0.2 Flash point, T.O.C., °F T 79 80 - 80 - 80 - Distillation test: Distillate, percentage by volume of total distillate to 680°F to 437°F to 500°F to 600°F Residue from distillation, volume % T 78 40 65 85 70 75 90 - - 35 55 80 75 70 85 - - 20 45 70 82 55 75 - - Tests on distillation residue: Viscosity, 140°F, poise Ductility, 5 cm/min., 77°F, cm Solubility in trichloroethylene, % Spot test T 202 T 51 T 44 Tex -509-C 600 100 99.0 Neg. 2400 - - 600 100 99.0 Neg. 2400 - - 600 100 99.0 Neg. 2400 - - Table 5 Medium -Curing Cutback Asphalt Property Test Procedure Type -Grade MC -30 MC -250 MC -800 MC -3000 Minl Max Min 1 Max Min i Max Min Max Kinematic viscosity, 140°F, cSt T 201 30 60 250 500 800 ;1,600 3,000; 6,000 Water, % D95 - 1 0.2 - 1 0.2 - i 0.2 - i 0.2 Flash point, T.O.C., °F T 79 95 i - 122 1 - 140 1 - 149 1 - Distillation test: Distillate, percentage by volume of total distillate to 680°F to 437°F to 500°F to 600°F Residue from distillation, volume % T 78 - 30 75 50 35 75 95 - - 5 60 67 20 55 90 - - - 45 75 - 40 85 - - - 15 80 - 15 75 - Tests on distillation residue: Viscosity, 140°F, poise Ductility, 5 cm/min., 77°F, cm Solubility in trichloroethylene, % Spot test T 202 T 51 T 44 Tex -509-C 300 100 99.0 Neg. 1200 - - 300 100 99.0 Neg. 1200 - - 300 100 99.0 Neg. 1200 - - 300 100 99.0 Neg. 1200 - - 175 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 Table 6 Special -Use Cutback Asphalt 300 Property Test Procedure Type—Grade Rapid -Setting MC -2400L SCM I SCM II Min ; Max Min ; Max Min ; Max Kinematic viscosity, 140°F, cSt T 201 D95 T 79 2,40014,800 500 11,000 1,00012,000 Water, % — I 0.2 — 0.2 — 0.2 Flash point, T.O.C., °F 150 i — 175 i — 175 i — Distillation test: Distillate, percentage by volume of total distillate to 680°F to 437°F to 500°F to 600°F Residue from distillation, volume % T 78 — — 35 78 — 35 80 — — — 20 76 — 0.5 60 — — — 15 82 0.5 50 — Tests on distillation residue: Polymer Polymer content, % (solids basis) Penetration, 100 g, 5 sec., 77°F Ductility, 5 cm/min., 39.2°F, cm Solubility in trichloroethylene, % Tex -533-C SBR 2.0 150 50 99.0 — 300 — — — — 180 — 99.0 — — — — — — 180 — 99.0 — — — — T 49 T 51 T 44 2.4. Emulsified Asphalt. Provide emulsified asphalt that is homogeneous, does not separate after thorough mixing, and meets the requirements for the specified type and grade in Tables 7, 8, 9, and 10. Table 7 Emulsified Asphalt Property Test Procedure Type—Grade Rapid -Setting Medium -Setting Slow -Setting HFRS-2 MS -2 AES -300 SS -1 SS -1H Min , Max Min , Max Min , Max Min ; Max Min , Max Viscosity, Saybolt Furol 77°F, sec. 122°F, sec. T 72 — 150 — 400 — 100 — 300 75 — 400 — 20 — 100 — 20 — 100 — Sieve test, % T 59 — 0.1 — 0.1 — 0.1 — 0.1 — 0.1 Miscibility T 59 — — — Pass Pass Cement mixing, % T 59 — — — — — — — , 2.0 — 2.0 Coating ability and water resistance: Dry aggregate/after spray Wet aggregate/after spray T 59 — — Good/Fair Fair/Fair — — Demulsibility, 35 mL of 0.02 N CaCl2, % T 59 50 — — 30 — — — — — — Storage stability, 1 day, % T 59 — 1 — 1 — 1 — 1 — 1 Freezing test, 3 cycles T 59 — Pass — Pass Pass Distillation test: Residue by distillation, % by wt. Oil distillate, % by volume of emulsion T 59 65 — — 0.5 65 — — 0.5 65 — — 5 60 — — 0.5 60 — — 0.5 Tests on residue from distillation: Penetration, 77°F, 100 g, 5 sec. Solubility in trichloroethylene, % Ductility, 77°F, 5 cm/min., cm Float test, 140°F, sec. T 49 T 44 T 51 T 50 100 97.5 100 1,200 140 — — — 120 97.5 100 — 160 300 97.5 — 1,200 — — — — 120 97.5 100 — 160 — — — 70 97.5 80 — 100 — — — 1. Applies only when the Engineer designates material for winter use. 176 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 Table 8 Cationic Emulsified Asphalt 300 Property Test Procedure Type -Grade Rapid -Setting Medium -Setting Slow -Setting CRS -2 CRS -2H CMS -2 CMS -2S CSS -1 CSS -1H Min ;Max Min ; Max Min ; Max Min ; Max Min; Max Min ;Max Viscosity, Saybolt Furol 77°F, sec. 122°F, sec. T 72 - 150 - 400 - 150 - 400 - 100 - 300 - 100 - 300 20 - 100 - 20 - 100 - Sieve test, % T 59 - i 0.1 - , 0.1 - , 0.1 - , 0.1 - , 0.1 - i 0.1 Cement mixing, % T 59 - - - - - - - - - 2.0 - 2.0 Coating ability and water resistance: Dry aggregate/after spray Wet aggregate/after spray T 59 - - - - Good/Fair Fair/Fair Good/Fair Fair/Fair - - - - Demulsibility, 35 mL of 0.8% Sodium dioctyl sulfosuccinate, % T 59 70 50 - 70 - - - - - - Storage stability, 1 day, % T 59 - 1 - 1 - 1 - 1 Storage stability, 1 day, % T 59 - i - 1 - 1 - 1 - 1 - 1 Particle charge T 59 Positive Positive Positive Positive Positive Positive Distillation test: Residue by distillation, % by wt.T Oil distillate, % by volume of emulsion 59 65 - - 0.5 65 - - 0.5 65 - - 7 65 - - 5 60 - - 0.5 60 - - 0.5 Tests on residue from distillation: Penetration, 77°F, 100 g, 5 sec. Solubility in trichloroethylene, % Ductility, 77°F, 5 cm/min., cm T 49 T 44 T 51 120 97.5 100 160 - - 70 97.5 80 110 - - 120 97.5 100 200 - - 300 97.5 - - - - 120 97.5 100 160 - - 70 97.5 80 110 - - Table 9 Polymer -Modified Emulsified Asphalt Property Test Procedure Type -Grade Rapid -Setting Medium -Setting Slow -Setting RS -1P HFRS-2P AES -150P AES -300P AES -300S SS -1P Min 1 Max Min 1 Max Min 1 Max Min 1 Max Min 1 Max Min 1 Max Viscosity, Saybolt Furol 77°F, sec. 122°F, sec. T 72 - 50 - 200 - 150 - 400 75 - 400 - 75 - 400 - 75 - 400 - 30 - 100 - Sieve test, % T 59 - , 0.1 - , 0.1 - , 0.1 - , 0.1 - , 0.1 - , 0.1 Miscibility T 59 - - - - - Pass Coating ability and water resistance: Dry aggregate/after spray Wet aggregate/after spray T 59 - - - - Good/Fair Fair/Fair Good/Fair Fair/Fair Good/Fair Fair/Fair - - Demulsibility, 35 mL of 0.02 N CaCl2, % T 59 60 - 50 - - - - - - - - - Storage stability, 1 day, % T 59 - 1 - 1 - 1 - 1 - 1 - 1 Breaking index, g Tex -542-C - 80 - - - - - - - - - - Distillation test:1 Residue by distillation, % by wt. Oil distillate, % by volume of emulsion T 59 65 - - 3 65 - - 0.5 65 - - 3 65 - - 5 65 - - 7 60 - - 0.5 Tests on residue from distillation: Polymer content, wt. % (solids basis) Penetration, 77°F, 100 g, 5 sec. Solubility in trichloroethylene, % Viscosity, 140°F, poise Float test, 140°F, sec. Ductility,2 39.2°F, 5 cm/min., cm Elastic recovery,2 50°F, % Tex -533-C - 225 97.0 - - - 55 - 300 - - - - - 3.0 90 97.0 1,500 1,200 50 55 - 140 - - - - - - 150 97.0 - 1,200 - - - 300 - - - - - - 300 97.0 - 1,200 - - - - - - - - - - 300 97.0 - 1,200 - - - - - - - - - 3.0 100 97.0 1,300 - 50 - - 140 - - - - - T 49 T 44 T 202 T 50 T 51 Tex -539-C Tests on RTFO curing of distillation residue Elastic recovery, 50°F, % Tex -541-C - - - - 50 - 50 - 30 - - - Tex -539-C 1. Exception to T 59: Bring the temperature on the lower thermometer slowly to 350°F ±10°F. Maintain at this temperature for 20 min. Complete total distillation in 60 min. (±5 min.) from the first application of heat. 2. HFRS-2P must meet one of either the ductility or elastic recovery requirements. 177 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 300 Table 10 Polymer -Modified Cationic Emulsified Asphalt Property Test Procedure Type -Grade Rapid -Setting Medium -Setting Slow -Setting CRS -1P CRS -2P CHFRS-2P CMS -1P3 CMS -2P3 CSS -1P Min ; Max Min ; Max Min ; Max Min; Max Min ; Max Min , Max Viscosity, Saybolt Furol 77°F, sec. 122°F, sec. T 72 — 50 — 150 — 150 — 400 — 100 — 400 20 — 100 — — 50 — 400 20 — 100 — Sieve test, % T 59 — , 0.1 — , 0.1 — , 0.1 — , 0.1 — , 0.1 — 0.1 Demulsibility, 35 mL of 0.8%Sodium dioctyl sulfosuccinate, % T 59 60 70 60 Storage stability, 1 day, % T 59 — 1 — 1 — 1 — — — — — 1 Breaking index, g Tex -542-C — , 80 — — — — — — — — — — Particle charge T 59 Positive Positive Positive Positive Positive Positive Distillation test:1 Residue by distillation, % by weight Oil distillate, % by volume of emulsion T 59 65 — — 3 65 — — 0.5 65 — — 0.5 65 — — 0.5 65 — — 0.5 62 — — 0.5 Tests on residue from distillation: Polymer content, wt. % (solids basis) Penetration, 77°F, 100 g, 5 sec. Viscosity, 140°F, poise Solubility in trichloroethylene, % Softening point, °F Ductility, 77°F, 5 cm/min., cm Float test, 140°F, sec. Ductility,2 39.2°F, 5 cm/min., cm Elastic recovery,2 50°F, % Tex 533 C — 225 — 97.0 — — — — 45 — 300 — — — — — — — 3.0 90 1,300 97.0 — — — 50 55 — 150 — — — — — — — 3.0 80 1,300 95.0 130 — 1,800 — 55 — 130 — — — — — — — — 40 — — — — — — 45 — — 5,000 — — — — — — — 40 — — — — — — 45 — — 5,000 — — — — — — 3.0 55 — 97.0 135 70 — — — 90 — — — — — — T 49 T 202 T 44 T 53 T 51 T 50 T 51 Tex -539-C Tests on rejuvenating agent: Viscosity, 140°F, cSt Flash point, C.O.C., °F Saturates, %by weight Solubility in n -pentane, % by weight T 201 T 48 D2007 D2007 — — — — — — — — — — — — — — — — — — — — — — — — 50 380 — 99 175 — 30 — 50 380 — 99 175 — 30 — — — — — — — — — Tests on rejuvenating agent after TFO or RTFO: Weight Change, % Viscosity Ratio T 240 or T179 — — — — — — — — — — — — — — 6.5 3.0 — — 6.5 3.0 — — — — Tests on latex:4 Tensile strength, die C dumbbell, psi Change in mass after immersion in rejuvenating agent, % D4126 D471 — — 1 — — 1 — — 1 500 — 1 406 500 — 1 406 — — 1. Exception to T 59: Bring the temperature on the lower thermometer slowly to 350°F (±0°F). Maintain at this temperature for 20 min. Complete total distillation in 60 min. (±5 min.) from the first application of heat. 2. CRS -2P must meet one of either the ductility or elastic recovery requirements. 3. With all precertification samples of CMS -1 P or CMS -2P, submit certified test reports showing that the rejuvenating agent and latex meet the stated requirements. Submit samples of these raw materials if requested by the Engineer. 4. Preparation of latex films: Use any substrate which produces a film of uniform cross-section. Apply latex using a drawdown tool that will deliver enough material to achieve desired residual thickness. Cure films for 14 days at 75°F and 50% relative humidity. 5. Cut samples for tensile strength determination using a crosshead speed of 20 in./min. 6. Specimen must remain intact after exposure and removal of excess rejuvenating agent. 178 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 300 2.5. Specialty Emulsions. Provide specialty emulsion that is either asphalt -based or resin -based and meets the requirements of Table 11. Table 11 Specialty Emulsions Property Test Procedure Type—Grade Medium -Setting Slow -Setting AE—P EAP&T 1 PCE Min Max Min , Max Min , Max Viscosity, Saybolt Furol 77°F, sec. 122°F, sec. T 72 — 15 — 150 — — — — 10 — 100 — Sieve test, % T 59 — 0.1 — 0.1 — 0.1 Miscibility2 T 59 — Pass i Pass Demulsibility, 35 mL of 0.10 N CaCl2, % T 59 — 70 — — — — Storage stability, 1 day, % T 59 — 1 — 1 — — Particle size,5 % by volume < 2.5 µm Tex -238-F3 — — 90 — 90 — Asphalt emulsion distillation to 500°F followed by Cutback asphalt distillation of residue to 680°F: Residue after both distillations, % by wt. Total oil distillate from both distillations, % by volume of emulsion T 59 & T 78 40 25 — 40 — — — — — — — — Residue by distillation, % by wt. T 59 — — 60 I — — — Residue by evaporation,4 % by wt. T 59 — — — — 60 — Tests on residue after all distillation(s): Viscosity, 140°F, poise Kinematic viscosity,5 140°F, cSt Flash point C.O.C., °F Solubility in trichloroethylene, % Float test, 122°F, sec. T 202 T 201 T 48 T 44 T 50 — — — 97.5 50 — — — — 200 800 — — — — — — — — — — 100 400 — — — 350 — — — Supply with each shipment of PCE: • a copy of a lab report from an approved analytical lab, signed by a lab official, indicating the PCE formulation does not meet any characteristics of a Resource Conservation Recovery Act (RCRA) hazardous waste; • a certification from the producer that the formulation supplied does not differ from the one tested and that no listed RCRA hazardous wastes or Polychlorinated Biphenyls (PCBs) have been mixed with the product; and • a Safety Data Sheet. Exception to T 59: In dilution, use 350 mL of distilled or deionized water and a 1,000 -mL beaker. Use Tex -238-F beginning at "Particle Size Analysis by Laser Diffraction," with distilled or deionized water as a medium and no dispersant, or use another approved method. Exception to T 59: Leave sample in the oven until foaming ceases, then cool and weigh. PCE must meet either the kinematic viscosity requirement or the particle size requirement. 2.6. Recycling Agent. Recycling agent and emulsified recycling agent must meet the requirements in Table 12. Additionally, recycling agent and residue from emulsified recycling agent, when added in the specified proportions to the recycled asphalt, must meet the properties specified on the plans. 179 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 300 Table 12 Recvclina Aaent and Emulsified Recvclina Aaent Property p y Test Procedure Recycling Agent Emulsified Agent g Min Max Min Max Viscosity, Saybolt Furol, 77°F, sec. T 72 — — 15 100 Sieve test, % T 59 — — — 0.1 Miscibility1 T 59 — No coagulation Residue by evaporation,2 % by wt. T 59 — — 60 — Tests on recycling agent or residue from evaporation: Flash point, C.O.C., °F Kinematic viscosity, 140°F,cSt 275°F, cSt T 48 T 201 100 — 400 — 400 — #16 — 75 200 75 200 — 10.0 — 10.0 1. Exception to T 59: Use 0.02 N CaCl2 solution in place of water. 2. Exception to T 59: Maintain sample at 300°F until foaming ceases, then cool and weigh. 2.7. Crumb Rubber Modifier. Crumb rubber modifier (CRM) consists of automobile and truck tires processed by ambient temperature grinding. CRM must be: • free from contaminants including fabric, metal, and mineral and other nonrubber substances; • free-flowing; and • nonfoaming when added to hot asphalt binder. Ensure rubber gradation meets the requirements of the grades in Table 13 when tested in accordance with Tex -200-F, Part I, using a 50-g sample. Table 13 CRM Gradations Sieve Size (% Passing) Grade A Grade B Grade C Grade D Grade E Min , Max Min Max Min , Max As shown on the plans As approved #8 100 — — — — — #10 95 1 100 100 — — — #16 — — 70 100 100 — #30 — — 25 60 90 i 100 #40 — — — — 45 i 100 #50 0 10 — — — — #200 — — 0 5 — — 2.8. Crack Sealer. Provide polymer -modified asphalt -emulsion crack sealer meeting the requirements of Table 14. Provide rubber -asphalt crack sealer meeting the requirements of Table 15. Table 14 Polymer -Modified Asphalt -Emulsion Crack Sealer Property Test Procedure Min Max Rotational viscosity, 77°F, cP D 2196, Method A 10,000 25,000 Sieve test, % T 59 — 0.1 Storage stability, 1 day, % T 59 — 1 Evaporation Residue by evaporation, %by wt. Tex -543-C 65 — Tests on residue from evaporation: Penetration, 77°F, 100 g, 5 sec. Softening point, °F Ductility, 39.2°F, 5 cm/min., cm T 49 T 53 T 51 35 75 140 ! — 100 — 180 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 300 Table 15 Rubber -Asphalt Crack Sealer Property Test Procedure Class A Type 1 Class B Min Max Min Max CRM content, Grade A or B, %by wt. Tex -544-C 22 26 — — CRM content, Grade B, %by wt. Tex -544-C — — 13 17 Virgin rubber content,1 % by wt. 25 1 75 — — 2 ! — Flash point,2 C.O.C., °F T 48 400 — 400 i — Penetration,3 77°F, 150 g, 5 sec. T 49 30 50 30 50 Penetration,3 32°F, 200 g, 60 sec. T 49 12 — 12 — Softening point, °F T 53 — — 170 — Bond Test, non -immersed, 0.5 in specimen, 50% extension, 20°F4 D5329 — 75 Pass 1. Provide certification that the Min % virgin rubber was added. 2. Agitate the sealing compound with a 3/8- to 1/2 -in. (9.5- to 12.7 -mm) wide, square -end metal spatula to bring the material on the bottom of the cup to the surface (i.e., turn the material over) before passing the test flame over the cup. Start at one side of the thermometer, move around to the other, and then return to the starting point using 8 to 10 rapid circular strokes. Accomplish agitation in 3 to 4 sec. Pass the test flame over the cup immediately after stirring is completed. 3. Exception to T 49: Substitute the cone specified in D 217 for the penetration needle. 4. Allow no crack in the crack sealing materials or break in the bond between the sealer and the mortar blocks over 1/4 in. deep for any specimen after completion of the test. 2.9. Asphalt -Rubber Binders. Provide asphalt -rubber (A -R) binders that are mixtures of asphalt binder and CRM, which have been reacted at elevated temperatures. Provide A -R binders meeting D6114 and containing a minimum of 15% CRM by weight. Provide Types I or 11, containing CRM Grade C, for use in hot - mixed aggregate mixtures. Provide Types 11 or 111, containing CRM Grade B, for use in surface treatment binder. Ensure binder properties meet the requirements of Table 16. Table 16 A -R Binders Property Test Procedure Binder Type Type 1 Type II Type III Min i Max Min Max Min Max Apparent viscosity, 347°F, cP D2196, Method A 1,500 5,000 1,500 5,000 1,500 5,000 Penetration, 77°F, 100 g, 5 sec. T 49 25 1 75 25 1 75 50 1 100 Penetration, 39.2°F, 200 g, 60 sec. T 49 10 — 15 — 25 — Softening point, °F T 53 135 1 — 130 1 — 125 1 — Resilience, 77°F, % D5329 25 — 20 — 10 — Flash point, C.O.C., °F T 48 450 i — 450 — 450 — Tests on residue from Thin -Film Oven Test: Retained penetration ratio, 39.2°F, 200 g, 60 sec., %of original T 179 T 49 75 — 75 — 75 — 2.10. Performance -Graded Binders. Provide PG binders that are smooth and homogeneous, show no separation when tested in accordance with Tex -540-C, and meet the requirements of Table 17. Separation testing is not required if: • a modifier is introduced separately at the mix plant either by injection in the asphalt line or mixer, • the binder is blended on site in continuously agitated tanks, or • binder acceptance is based on field samples taken from an in-line sampling port at the hot -mix plant after the addition of modifiers. 181 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 300 Table 17 Performance -Graded Binders Property and Test Method Performance Grade PG 58 PG 64 PG 70 PG 76 PG 82 -22 -28 -34 -16 -22 -28 -34 -16 -22 -28 -34 -16 -22 -28 -34 -16 -22 -28 Average 7 -day max pavement design temperature, °C1 < 58 < 64 < 70 < 76 < 82 Min pavement design temperature, °CV >-22 >-28 >-34 >-16 >-22 >-28 >-34 >-16 >-22 >-28 >-34 >-16 >-22 >-28 >-34 >-16 >-22 >-28 Original Binder Flash point, T 48, Min, °C 230 Viscosity, T 316:2,3 Max, 3.0 Pas, test temperature, °C 135 Dynamic shear, T 315:4 G*/sin(6), Min, 1.00 kPa, Max, 2.00 kPa,7 Test temperature @ 10 rad/sec., °C 58 64 70 76 82 Elastic recovery, D 6084, 50°F, % Min — — 30 — — 30 50 — 30 50 60 30 50 60 70 50 60 70 Rolling Thin -Film Oven Tex -541-C Mass loss, Tex -541-C, Max, % 1.0 Dynamic shear, T 315: G*/sin(6), Min, 2.20 kPa, Max, 5.00 kPa,7 Test temperature @ 10 rad/sec., °C 58 64 70 76 82 Pressure Aging Vessel (PAV) Residue (R 28) PAV aging temperature, °C 100 Dynamic shear, T 315: G*sin(6), Max, 5,000 kPa Test temperature @ 10 rad/sec., °C 25 22 19 28 25 22 19 28 25 22 19 28 25 22 19 28 25 22 Creep stiffness, T 313:5,6 S, max, 300 MPa, m -value, Min, 0.300 Test temperature @ 60 sec., °C -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 Direct tension, T 314:6 Failure strain, Min, 1.0% Test temperature @ 1.0 mm/min., °C -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 Pavement temperatures are estimated from air temperatures using an algorithm contaned in a Department -supplied computer program, may be provided by the Department, or by following the procedures outlined in AASHTO MP 2 and PP 28. 2. This requirement may be waived at the Department's discretion if the supplier warrants that the asphalt binder can be adequately pumped, mixed, and compacted at temperatures that meet all applicable safety, environmental, and constructability requirements. At test temperatures where the binder is a Newtonian fluid, any suitable standard means of viscosity measurement may be used, including capillary (T 201 or T 202) or rotational viscometry (T 316). 3. Viscosity at 135°C is an indicator of mixing and compaction temperatures that can be expected in the lab and field. High values may indicate high mixing and compaction temperatures. Additionally, significant variation can occur from batch to batch. Contractors should be aware that variation could significantly impact their mixing and compaction operations. Contractors are therefore responsible for addressing any constructability issues that may arise. 4. For quality control of unmodified asphalt binder production, measurement of the viscosity of the original asphalt binder may be substituted for dynamic shear measurements of G*/sin(6) at test temperatures where the asphalt is a Newtonian fluid. Any suitable standard means of viscosity measurement may be used, including capillary (T 201 or T 202) or rotational viscometry (T 316). 5. Silicone beam molds, as described in AASHTO TP 1-93, are acceptable for use. 6. If creep stiffness is below 300 MPa, direct tension test is not required. If creep stiffness is between 300 and 600 MPa, the direct tension failure strain requirement can be used instead of the creep stiffness requirement. The m -value requirement must be satisfied in both cases. 7. Maximum values for unaged and RTFO aged dynamic shear apply only to materials used as substitute binders, as described in specification Items 340, "Dense -Graded Hot -Mix Asphalt (Small Quantity)," 341, "Dense -Graded Hot -Mix Asphalt," and 344, "Superpave Mixtures." 3. EQUIPMENT Provide all equipment necessary to transport, store, sample, heat, apply, and incorporate asphalts, oils, and emulsions. 182 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 300 4. CONSTRUCTION Typical Material Use. Use materials shown in Table 18, unless otherwise determined by the Engineer. Table 18 Typical Material Use Material Application Typically Used Materials Hot -mixed, hot -laid asphalt mixtures PG binders, A -R binders Types I and II Surface treatment AC -5, AC -10, AC -5 w/2%SBR, AC -10 w/2%SBR, AC -15P, AC-20XP, AC - 10-2TR, AC-20-5TR, HFRS-2, MS -2, CRS -2, CRS -2H, HFRS-2P,CRS-2P, CHFRS-2P, A -R binders Types II and III Surface treatment (cool weather) RS -1P, CRS -1P, RC -250, RC -800, RC -3000, MC -250, MC -800, MC -3000, MC -2400L Precoating AC -5, AC -10, PG 64-22, SS -1, SS -1H, CSS -1, CSS -1H Tack coat PG Binders, SS -1 H, CSS -1 H, EAP&T Fog seal SS -1, SS -1H, CSS -1, CSS -1H Hot -mixed, cold -laid asphalt mixtures AC -0.6, AC -1.5, AC -3, AES -300, AES -300P, CMS -2, CMS -2S Patching mix MC -800, SCM I, SCM II, AES -300S Recycling AC -0.6, AC -1.5, AC -3, AES -150P, AES -300P, recycling agent, emulsified recycling agent Crack sealing SS -1P, polymer mod AE crack sealant, rubber asphalt crack sealers (Class A, Class B) Microsurfacing CSS -1 P Prime MC -30, AE -P, EAP&T, PCE Curing membrane SS -1, SS -1H, CSS -1, CSS -1H, PCE Erosion control SS -1, SS -1H, CSS -1, CSS -1H, PCE 4.1. Storage and Application Temperatures. Use storage and application temperatures in accordance with Table 19. Store and apply materials at the lowest temperature yielding satisfactory results. Follow the manufacturer's instructions for any agitation requirements in storage. Manufacturer's instructions regarding recommended application and storage temperatures supersede those of Table 19. Table 19 Storage and Application Temperatures Type -Grade Application Storage Maximum (°F) Recommended Range (°F) Maximum Allowable (°F) AC -0.6, AC -1.5, AC -3 200-300 350 350 AC -5, AC -10 275-350 350 350 AC -5 w/2%SBR, AC -10 w/2%SBR, AC -15P, AC-20-5TR 300-375 375 360 RC -250 125-180 200 200 RC -800 170-230 260 260 RC -3000 215-275 285 285 MC -30, AE -P 70-150 175 175 MC -250 125-210 240 240 MC -800, SCM I, SCM II 175-260 275 275 MC -3000, MC -2400L 225-275 290 290 HFRS-2, MS -2, CRS -2, CRS -2H, HFRS-2P, CRS -2P, CMS -2, CMS -2S, AES -300, AES -300S, AES -150P, AES -300P 120-160 180 180 SS -1, SS -1H, CSS -1, CSS -1H, PCE, EAP&T, SS -1P, RS -1P, CRS -1P, CSS -1P, recycling agent, emulsified recycling agent, polymer mod AE crack sealant 50-130 140 140 PG binders 275-350 350 350 Rubber asphalt crack sealers (Class A, Class B) 350-375 400 - A -R binders Types I, II, and III 325-425 425 425 5. MEASUREMENT AND PAYMENT The work performed, materials furnished, equipment, labor, tools, and incidentals will not be measured or paid for directly but is subsidiary or is included in payment for other pertinent Items. 183 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 400 Item 400 Excavation and Backfill for Structures Texas Department jr f Transportation 1. DESCRIPTION Excavate for placement and construction of structures and backfill structures. Cut and restore pavement. 2. MATERIALS Use materials that meet the requirements of the following Items. • Item 401, "Flowable Backfill," • Item 421, "Hydraulic Cement Concrete," and • DMS -4600, "Hydraulic Cement." 3. CONSTRUCTION 3.1. Excavation. 3.1.1. General. Excavate to the lines and grades shown on the plans or as directed. Provide slopes, benching, sheeting, bracing, pumping, and bailing as necessary to maintain the stability and safety of excavations up to 5 ft. deep. Excavation protection for excavations deeper than 5 ft. are governed by Item 402, "Trench Excavation Protection," and Item 403, "Temporary Special Shoring." Use satisfactory excavated material as backfill or as embankment fill in accordance with Item 132, "Embankment." Dispose of material not incorporated into the final project off the right of way in accordance with federal, state, and local regulations. Keep any topsoil that has been removed separate, and replace it, as nearly as feasible, in its original position when excavating for installation of structures across private property or beyond the limits of the embankment. Restore the area to an acceptable condition. Excavate drilled shafts in accordance with Item 416, "Drilled Shaft Foundations." 3.1.1.1. Obstructions. Remove obstructions to the proposed construction, including trees and other vegetation, debris, and structures, over the width of the excavation to a depth of 1 ft. below the bottom of excavation. Remove as required to clear the new structure and plug in an approved manner if abandoned storm dra ins, sewers, or other drainage systems are encountered. Restore the bottom of the excavation to grade by backfilling after removing obstructions in accordance with this Item. Dispose of surplus materials in accordance with federal, state, and local regulations. 3.1.1.2. Excavation in Streets. Cut pavement and base to neat lines when structures are installed in streets, highways, or other paved areas. Restore pavement structure after completion of excavation and backfilling. Maintain and control traffic in accordance with the approved traffic control plan and the TMUTCD. 3.1.1.3. Utilities. Comply with the requirements of Article 7.15., "Responsibility for Damage Claims." Conduct work with minimum disturbance of existing utilities, and coordinate work in or near utilities with the utility owners. Inform utility owners before work begins, allowing them enough time to identify, locate, reroute, or make other adjustments to utility lines. Avoid cutting or damaging underground utility lines that are to remain in place. Promptly notify the utility company if damage occurs. Provide temporary flumes across the excavation while open if an active sanitary 1 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 400 sewer line is damaged during excavation, and restore the lines when backfilling has progressed to the original bedding lines of the cut sewer. 3.1.1.4. De -Watering. Construct or place structures in the presence of water only if approved. Place precast members, pipe, and concrete only on a dry, firm surface. Remove water by bailing, pumping, well -point installation, deep wells, underdrains, or other approved method. Remove standing water in a manner that does not allow water movement through or alongside concrete being placed if structures are approved for placement in the presence of water. Pump or bail only from a suitable sump separated from the concrete work while placing structural concrete or for a period of at least 36 hr. thereafter. Pump or bail during placement of seal concrete only to the extent necessary to maintain a static head of water within the cofferdam. Pump or bail to de -water inside a sealed cofferdam only after the seal has aged at least 36 hr. Place a stabilizing material in the bottom of the excavation if the bottom of an excavation cannot be de - watered to the point the subgrade is free of mud or it is difficult to keep reinforcing steel clean. Use flexible base, cement -stabilized base or backfill, lean concrete, or other approved stabilizing material. Provide concrete with at least 275 Ib. of cement per cubic yard, if lean concrete is used, and place to a minimum depth of 3 in. Stabilizing material placed for the convenience of the Contractor will be at the Contractor's expense. 3.1.2. Bridge Foundations and Retaining Walls. Do not disturb material below the bottom of footing grade. Do not backfill to compensate for excavation that has extended below grade. Fill the area with concrete at the time the footing is placed if excavation occurs below the proposed footing grade. Additional concrete placed will be at the Contractor's expense. Take core samples to determine the character of the supporting materials if requested. Provide an intact sample adequate to judge the character of the founding material. Take these cores when the excavation is close to completion. Cores should be approximately 5 ft. deeper than the proposed founding grade. Remove loose material if the founding stratum is rock or another hard material, and clean and cut it to a firm surface that is level, stepped, or serrated, as directed. Clean out soft seams, and fill with concrete at the time the footing is placed. Place the foundation once the Engineer has inspected the excavation and authorized changes have been made to provide a uniform bearing condition if the material at the footing grade of a retaining wall, bridge bent, or pier is a mixture of compressible and incompressible material. 3.1.3. Cofferdams. The term "cofferdam" designates any temporary or removable structure constructed to hold surrounding earth, water, or both out of the excavation whether the structure is formed of soil, timber, steel, concrete, or a combination of these. Use pumping wells or well points for de -watering cofferdams if required. Submit details and design calculations for sheet -pile or other types of cofferdams requiring structural members bearing the seal of a licensed professional engineer for review before constructing the cofferdam. The Department reserves the right to reject designs. Design structural systems to comply with the AASHTO Standard Specifications for Highway Bridges or AASHTO LRFD Bridge Design Specifications. Interior dimensions of cofferdams must provide enough clearance for the construction, inspection, and removal of required forms and, if necessary, enough room to allow pumping outside the forms. Extend sheet -pile cofferdams well below the bottom of the footings, and make concrete seals as well braced and watertight as practicable. Use Class E concrete for foundation seals unless otherwise specified. Place concrete foundation seals in accordance with Item 420, "Concrete Substructures." Seals placed for the convenience of the Contractor will be at the Contractor's expense. Make the excavation deep enough to allow for swelling of the material at the base of the excavation during pile -driving operations when the Engineer judges it to be impractical to de -water inside a cofferdam and a 2 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 400 concrete seal is to be placed around piling driven within the cofferdam. Remove swelling material to the bottom of the seal grade after driving the piling. Remove the foundation material to exact footing grades where it is possible to de -water inside the cofferdam without placing a seal after driving piling. Do not backfill a foundation to compensate for excavation that has been extended below grade; fill such areas below grade with concrete at the time the seals or footings are placed. Remove cofferdams after completing the substructure without disturbing or damaging the structure unless otherwise provided. 3.1.4. Culverts and Storm Drains. When the design requires special bedding conditions for culverts or storm drains, an excavation diagram will be shown on the plans. Do not exceed these limits of excavation. Construct pipe structures in an open cut with vertical sides extending to a point 1 ft. above the pipe unless otherwise shown on the plans. When site conditions or the plans do not prohibit sloping the cut, the excavation may be stepped or laid back to a stable slope beginning 1 ft. above the pipe. Maintain the stability of the excavation throughout the construction period. Construct the embankment for pipe to be installed in fill above natural ground to an elevation at least 1 ft. above the top of the pipe, and then excavate for the pipe. 3.1.4.1. Unstable Material. Remove the material to a depth of no more than 2 ft. below the grade of the structure when unstable soil is encountered at established footing grade, unless the Engineer authorizes additional depth. Replace soil removed with stable material in uniform layers no greater than 8 in. deep (loose measurement). Each layer must have enough moisture to be compacted by rolling or tamping as required to provide a stable foundation for the structure. Use special materials such as flexible base, cement -stabilized base, cement -stabilized backfill, or other approved material when it is not feasible to construct a stable foundation as outlined above. 3.1.4.2. Incompressible Material. Remove the incompressible material to 6 in. below the footing grade, backfill with an approved compressible material, and compact in accordance with Section 400.3.3., "Backfill," if rock, part rock, or other incompressible material is encountered at established footing grade while placing prefabricated elements. 3.2. Shaping and Bedding. Place at least 2 in. of fine granular material for precast box sections on the base of the excavation before placing the box sections. Use bedding as shown in Figure 1 for pipe installations. Use Class C bedding unless otherwise shown on the plans. The Engineer may require the use of a template to secure reasonably accurate shaping of the foundation material. Undercut the excavation at least 4 in. where cement -stabilized backfill is indicated on the plans and backfill with stabilized material to support the pipe or box at the required grade. 3 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 B c - Outside diameter or horizontal dimension D - Inside diameter of pipe d - Min. bedding material below pipe , r r 7 4( A __m„,„...____, 12 in. Min. 0.2 Bc Min. d ... . \" Class B Conc. CLASS A . rij.l„„„„,,, 12 in. Min. 05 B d Min. CLASS B 3.3. Backfill. D d S 27” 3" 30" to 60" 4" > 66" 6" aB ° o8 Fine rlrF Mateia (2 in. Min.) Compacted anular Material Compacted Backfill Shaped Subgrade '97 Fr. Shaped Subgrade CLASS C Figure 1 Bedding Diagrams 0.6 Bc in. In. 400 3.3.1. General. Backfill the excavation after placement of the permanent structure as soon as practical. Use backfill free from stones large enough to interfere with compaction; large or frozen lumps that will not break down readily under compaction; and wood or other extraneous material. Obtain backfill material from excavation or from other sources. Place backfill in layers no greater than 10 in. deep (loose measurement) in areas not supporting a completed roadbed, retaining wall, or embankment. Place backfill in uniform layers no greater than 8 in. deep (loose measurement) in areas supporting a portion of a roadbed, retaining wall, or embankment. Compact each layer to meet the density requirements of the roadbed, retaining wall, embankment material, or as shown on the plans. 4 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 400 Bring each layer of backfill material to the moisture content needed to obtain the required density. Use mechanical tamps or rammers to compact the backfill. Rollers may be used to compact backfill if feasible. Cohesionless materials may be used for backfilling. Use cohesionless materials that conform to the requirements of Table 1. Table 1 Cohesionless Material Gradation Limits Sieve Size Percent Retained 3" 0 #10 Note 1 #200 90-100 1. No. 10 sieve requirements are 0 to 30% retained when used as aggregate for cement -stabilized backfill. Compact cohesionless materials using vibratory equipment, water -ponding, or a combination of both. 3.3.2. Bridge Foundations, Retaining Walls, Manholes/Inlets, and Box Culverts. Place backfill against the structure only after the concrete has reached the design strength required in Item 421, "Hydraulic Cement Concrete." Backfill retaining walls with material meeting the requirements of Item 423, "Retaining Walls." Backfill around bridge foundations, manholes/inlets and culverts using material with particles no more than 4 in. in greatest dimension and a gradation that permits thorough compaction. Use rock or gravel mixed with soil if the percentage of fines is enough to fill all voids and ensure a uniform and thoroughly compacted mass of proper density. Use mechanical tamps and rammers to avoid damage to the structure where backfill material is being placed too close to the structure to permit compaction with blading and rolling equipment. Avoid wedging action of backfill against structures. Step or serrate slopes bounding the excavation to prevent such action. Place backfill uniformly around bridge foundations. Place backfill equally and in uniform layers along both sides of manholes/inlets and culverts. The Engineer may require backfilling of structures excavated into hard, erosion -resistant material, and subject to erosive forces, with stone or lean concrete. Box culverts may be opened to traffic as soon as enough backfill and embankment has been placed over the top to protect culverts against damage from heavy construction equipment. Repair damage to culvert caused by construction traffic at no additional expense to the Department. 3.3.3. Pipe. Bring backfill material to the proper moisture condition after installing bedding and pipe as required and place it equally along both sides of the pipe in uniform layers no greater than 8 in. deep (loose measurement). Compact each lift mechanically. Thoroughly compact materials placed under the haunches of the pipe to prevent damage or displacement of the pipe. Place backfill in this manner to the top -of -pipe elevation. Place and compact backfill above the top of the pipe in accordance with Section 400.3.3.1., "General." The Engineer may reject backfill material containing more than 20% by weight of material retained on a 3 in. sieve with large lumps not easily broken down or that cannot be spread in loose layers. Material excavated by a trenching machine will generally meet the requirements of this Section as long as large stones are not present. Place and compact additional material where pipe extends beyond the toe of slope of the embankment and the depth of cover provided by backfill to the original ground level is less than the minimum required by the specifications for the type of pipe involved until the minimum cover has been provided. 5 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 400 3.3.4. Cement -Stabilized Backfill. Backfill the excavation to the elevations shown with cement -stabilized backfill when shown on the plans. Use cement -stabilized backfill that contains aggregate conforming to the gradation limits shown in Table 1, water, and a minimum of 7% hydraulic cement based on the dry weight of the aggregate, in accordance with Tex -120-E. Place cement -stabilized backfill equally along the sides of structures to prevent strain on or displacement of the structure. Fill voids when placing cement -stabilized backfill. Use hand -operated tampers if necessary to fill voids. 3.3.5. Flowable Backfill. Backfill the excavation with flowable backfill to the elevations indicated when shown on the plans. Prevent the structure from being displaced during the placement of the flowable fill, and prevent flowable fill from entering manholes/inlets and culverts, and drainage structures. 4. MEASUREMENT 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. 4.1. Structural Excavation. Unless shown on the plans as a pay item, structural excavation quantities shown are for information purposes only. When structural excavation is specified as a pay item, structural excavation for pipe headwalls, inlets, manholes, culvert or storm drain extensions less than 15 ft. long, bridge abutments, retaining walls, and side road and private entrance pipe culverts will not be measured. No allowance will be made for variance from plans quantity incurred by an alternate bid. When specified as a pay item, structural excavation will be measured by the cubic yard as computed by the average end areas method. Excavation diagrams on the plans take precedence over the provisions of this Article. 4.1.1. Boundaries of Measurement. 4.1.1.1. Pipe. 4.1.1.1.1. Pipe up to 42 Inches. For pipe up to 42 in. nominal or equivalent diameter, no material outside of vertical planes 1 ft. beyond and parallel to the horizontal projection of the outside surfaces of the pipe will be included. 4.1.1.1.2. Pipe Larger than 42 Inches. For pipes larger than 42 in. nominal or equivalent diameter, no material outside of vertical planes located 2 ft. beyond and parallel to the horizontal projection of the outside surfaces of the pipe will be included. Quantities for excavation in fill above natural ground include 1 ft. above the top of the pipe regardless of the height of completed fill. Excavation for pipe will be measured between the extreme ends of the completed structure including end appurtenances as shown on the plans and from centerline to centerline of inlets, manholes, etc. 4.1.1.2. Structural Plate Structures. No material outside of vertical planes 3 ft. beyond and parallel to the horizontal projection of the outside surfaces of the structure will be included. When the quality of the existing soil or embankment is less than that of the proposed backfill material, the limits of measurement will be extended to vertical planes located 1/2 of the span beyond the horizontal projection of the outside surfaces of the structure. 4.1.1.3. Footings, Walls, Boxes, and Other Excavation. No material outside of vertical planes 1 ft. beyond and parallel to the edges of the footings or outside walls will be included whether or not a cofferdam or shoring is 6 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 400 used. When plans provide the option of cast -in-place or precast boxes, measurement will be based on the cast -in-place option. Where excavation in addition to that allowed for the footings is required for other portions of the structure, measurement for the additional excavation will be limited laterally by vertical planes 1 ft. beyond the face of the member and parallel to it, and vertically to a depth of 1 ft. below the bottom of the member. 4.1.1.4. Excavation near Roadways and Channels. At structure sites other than culverts and pipe excavations, the measurement of structural excavation will include only material below or outside the limits of the completed road or channel excavation. Roadway and channel excavation will be paid under Item 110, "Excavation." For culverts except side road and private entrance culverts, excavation within the limits of the structure and below or outside the limits of the completed roadway excavation will be measured as structural excavation. 4.1.2. Falsework. No measurement will be made for excavation necessary for placing forms or falsework that exceeds the limits given in Section 400.4.1.1., "Boundaries of Measurement." 4.1.3. Swelling. Measurement will not include materials removed below footing grades to compensate for anticipated swelling due to pile -driving, nor will it include material required to be removed due to swelling beyond the specified limits during pile -driving operations. 4.1.4. Cave -Ins. Measurement will not include additional volume caused by slips, slides, cave-ins, silting, or fill material resulting from the action of the elements or the Contractor's operation. 4.1.5. Undercut. Where rock or other incompressible or unstable material is undercut to provide a suitable foundation for pipe or box sections, such material below grade directed to be removed will be measured for payment. 4.1.6. Grade Change. Additional measurement will be made of the volume of excavation involved in the lowering or raising of the elevation of a footing, foundation, or structure unit, when such grade change is authorized. 4.2. Cement -Stabilized Backfill. Cement -stabilized backfill will be measured by the cubic yard as shown on the plans. 4.3. Cutting and Restoring Pavement. Cutting and restoring pavement will be measured by the square yard as shown on the plans. Excavation below pavement or base will be measured as structural excavation of the pertinent type. 5. PAYMENT 5.1. Structural Excavation. Unless specified as a pay item, structural excavation and backfill performed, and material furnished in accordance with this Item will not be paid for directly but are subsidiary to pertinent Items. When structural excavation is specified as a pay item, the excavation and backfill work performed, and materials furnished will be paid for at the unit price bid for "Structural Excavation," "Structural Excavation (Box)," "Structural Excavation (Pipe)," and "Structural Excavation (Bridge)." This price includes concrete to compensate for excavation that has extended below grade for bridge foundations and retaining walls, and backfilling and compacting areas that were removed as part of structural excavation. Cofferdams or other measures necessary for supporting excavations less than 5 ft. deep will not be measured or paid for directly but will be subsidiary to the Contract. Foundation seal concrete for cofferdams, when required, will be paid for as provided in the pertinent Items. If no direct method of payment is provided in the Contract, the work will be measured and paid for in accordance with Article 9.7., "Payment for Extra Work and Force Account Method." Seal placed for the convenience of the Contractor will not be paid for. 7 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 400 Unless otherwise provided, stone or lean concrete backfill around structures as provided for in Section 400.3.3.2., "Bridge Foundations, Retaining Walls, Manholes/Inlets, and Box Culverts," will be measured and paid for as extra work in accordance with Article 9.7., "Payment for Extra Work and Force Account Method." When structural excavation is specified as a pay item, a partial payment of 50% of the bid price will be made for structural excavation completed to the satisfaction of the Engineer but not backfilled. The remaining amount will be paid upon completion of backfilling. When the Contractor elects to excavate beyond plan requirements, no measurement will be made of the additional volume. 5.2. Removal and Replacement of Unsuitable or Incompressible Material. Removal and replacement of material will be paid for if directed. Removal and replacement of material or placement of special material made necessary by the softening of founding material due to the Contractor's sequence of work or operation, will be at the Contractor's expense. Special material used or additional excavation made for the Contractor's convenience will not be paid for. 5.2.1. Structural Excavation as a Pay Item. Where special materials are not required or specified, payment for the removal and replacement of unstable or incompressible material will be made at a price equal to 200% of the unit price bid per cubic yard for Structural Excavation. When the Contractor elects to remove and replace material deeper than directed, no measurement will be made on that portion below the directed elevation. This price is full compensation for removing the unstable or incompressible material; furnishing, hauling, placing, and compacting suitable replacement material; and equipment, labor, tools, and incidentals. When the plans specify or when directed, the use of special materials such as flexible base, cement - stabilized base, cement -stabilized backfill, or other special material, payment for excavation below footing grades will be made at the unit price bid for Structural Excavation. Payment for furnishing, hauling, placing, and compacting the flexible base, cement -stabilized base, cement -stabilized backfill, or other special materials will be made at the unit price bid for these items in the Contract, or, if the required material is not a bid item, in accordance with Article 9.7., "Payment for Extra Work and Force Account Method." 5.2.2. Structural Excavation Not a Pay Item. Where special materials for backfill are not required or specified, payment for the authorized removal and replacement of unstable or incompressible material will be measured and paid for at $15 per cubic yard of material removed. This price is full compensation for removing the unstable or incompressible material; furnishing, hauling, placing, and compacting suitable replacement material; and equipment, labor, tools, and incidentals. When the plans specify or when directed, the use of special materials such as flexible base, cement - stabilized base, cement -stabilized backfill, or other special material, excavation below the footing grades will be paid for at $10 per cubic yard. Payment for furnishing, hauling, placing, and compacting the flexible base, cement -stabilized base, cement -stabilized backfill, or other special materials will be made at the unit price bid for these items, or, if the required material is not a bid item, in accordance with Article 9.7., "Payment for Extra Work and Force Account Method." 5.3. Lowering of a Structure Foundation. If the Engineer requires a structure foundation to be lowered to an elevation below the grade shown on the plans, overexcavation will be paid in accordance with Table 2. Table 2 Payment for Required Overexcavation Variance of Revised Footing Grade from Plan Grade Payment Terms Variance of Revised Footing Grade from Plan Grade "Structural Excavation" is a Bid Item "Structural Excavation" is not a Bid Item Up to and including 5 ft. Unit price equal to 115%of unit price bid for "Structural Excavation" $10 per cubic yard Over 5 ft. up to 10 ft. Unit price equal to 125°/0 of unit price bid for "Structural Excavation" $12 per cubic yard Over 10 ft. In accordance with Article 9.7., "Payment for Extra Work and Force Account Method." 8 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 400 5.4. Cement -Stabilized Backfill. Cement -stabilized backfill will be paid for at the unit price bid for "Cement - Stabilized Backfill." 5.5. Cutting and Restoring Pavement. Cutting and restoring pavement will be paid for at the unit price bid for "Cutting and Restoring Pavement" of the type specified. Work done to repair damage to base or pavement incurred outside the limits shown on the plans, or the limits authorized, will not be measured for payment. The unit prices bid are full compensation for excavation including removing obstructions and plugging drainage systems; bedding and backfilling including placing, sprinkling and compaction of material; soundings; cleaning and filling seams; constructing and removing cofferdams; de -watering, sheeting, or bracing excavations up to and including 5 ft. deep; pumps; drills; explosives; disposition of surplus material; cutting pavement and base to neat lines; and materials, hauling, equipment, labor, tools, and incidentals. Flowable backfill will be paid for as provided in Item 401, "Flowable Backfill." Protection methods for open excavations deeper than 5 ft. will be measured and paid for as required under Item 402, "Trench Excavation Protection," or Item 403, "Temporary Special Shoring." 9 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 423 Item 423 Retaining Walls 1. DESCRIPTION Furnish, construct, and install retaining walls. 2. MATERIALS 2.1. General. Furnish materials in accordance with the following: • Item 420, "Concrete Substructures," • Item 421, "Hydraulic Cement Concrete," • Item 440, "Reinforcement for Concrete," • Item 445, "Galvanizing," • Item 458, "Waterproofing Membranes for Structures," and • Item 556, "Pipe Underdrains." Use concrete for retaining walls that conforms to the requirements of Table 1 unless otherwise shown on the plans. Table 1 Concrete for Retaining Walls Application Concrete Cast -in-place, non -reinforced Class A Cast -in-place, reinforced Class C Precast Class H, fc = 4,000 psi Furnish concrete for machine -made concrete block units in accordance with ASTM C90, Class 1, Type II, except the minimum 28 -day compressive strength must be 4,000 psi with maximum moisture absorption of 7%. Provide Type 1 filter fabric in accordance with DMS -6200, "Filter Fabric." Provide filter fabric rated as UV - resistant when used as part of the exposed facing for a temporary wall. Joint fillers, pads, waterstops, and other incidental materials must be as shown on the plans or approved by the Engineer. Epoxy coat all steel used in concrete panels and coping including connectors, dowels, stirrups, and reinforcing steel when the plans call for epoxy coating of steel earth reinforcements. 2.2. Definitions. This Item uses the following terms: • Permanent Wall. A retaining wall with a design service life of 75 years. All walls are presumed to be permanent walls unless otherwise specified on the plans. • Temporary Wall. A retaining wall so designated by description, with a design service life of 3 years. • Mechanically Stabilized Earth (MSE) Wall. A wall consisting of a volume of select backfill with tensile earth reinforcement elements distributed throughout. Permanent MSE walls use a precast concrete panel as a facing element. Temporary MSE walls use welded wire fabric with filter fabric backing as a facing element. • Concrete Block Wall. A retaining wall that uses machine -made, precast concrete block units as facing elements. The walls may use a volume of select fill with tensile earth reinforcements distributed throughout, or may use only the facing unit and unit fill weight for support. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 423 2.3. Fabrication. 2.3.1. Cast -in -Place. Meet Item 420, "Concrete Substructures." 2.3.2. Formed Precast. Meet Item 424, "Precast Concrete Structural Members (Fabrication)." 2.3.3. Machine -Made Precast. Furnish machine -made concrete block units in accordance with ASTM C90, sampled and tested in accordance with ASTM C140. Furnish units with molded dimensions within 1/8 in. of specified dimensions, except height must be within 1/16 in. 2.4. Backfill. 2.4.1. Non -Select. Furnish non -select backfill for walls other than temporary and permanent MSE and concrete block walls as indicated on the plans. Non -select fill will meet Item 132, "Embankment," of the type specified on the plans. Provide material with a maximum plasticity index of 30 if no type is specified as determined by Tex -106-E. 2.4.2. Select. Select backfill is required in specific areas of permanent and temporary MSE and concrete block -type retaining walls. Provide select backfill that is free from organic or otherwise deleterious materials and that conforms to the gradation limits shown in Table 2 as determined by Tex -401-A. Provide backfill that does not contain shale, caliche, or other soft, poor -durability coarse aggregate particles. Reclaimed Asphalt Pavement (RAP) is not allowed. Crushed Concrete or manufactured sand is allowed for temporary walls with a service life of 3 years or less. Test each source of backfill for durability/soundness using Tex -411-A, 5 -cycle magnesium sulfate soundness. Backfill material with a maximum 5 -cycle soundness loss exceeding 25% will be rejected. Alternately, Tex -461-A, Micro-Deval abrasion may be used if the corresponding results show loss is not greater than 20%, otherwise Tex -411-A governs aggregate verification. Type AS, BS, and DS particles larger than 1/4 in. must be angular or completely crushed. Provide mechanically crushed gravel or stone backfill. Gravel from each aggregate source will have a minimum of 95% two or more mechanically induced crushed faces, as Tex -460-A, Part 1 determines. Rounded rock or rounded gravel is not allowed. Natural sand meeting the requirements of this Section is permitted for use. Table 2 Select Backfill Gradation Limits Type Sieve Size Percent Retained AS 3" 0 1/2" 50-100 #4 See Note #40 85-100 #200 95-100 BS 3" 0 #4 See Note #40 40-100 #200 85-100 CS 3" 0 #4 See Note #200 75-100 DS 3" 0 3/8" 85-100 #200 95-100 Note—Use No. 4 sieve for determination of rock backfill as described in this main paragraph, "Backfill." When the backfill gradation results in 85% or more material retained on the No. 4 sieve, the backfill will be considered rock backfill. All Type DS backfill is considered rock backfill. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 423 In addition to the requirements for Type CS select fill, the fraction finer than the No. 200 sieve must have a Plasticity Index (PI) in accordance with Tex -106-E not greater than 6. Furnish Type BS backfill for permanent walls; Type CS backfill for temporary walls; and Type DS backfill for areas of walls subject to inundation unless otherwise shown on the plans, or below the 100 -year flood elevation as noted on the plans. Furnish backfill meeting the requirements of this Section but with a maximum particle size of 3/4 in. when nonmetallic or epoxy coated earth reinforcements are used. 2.4.3. Drainage Aggregate. Use drainage aggregate to fill the void within concrete block units and in the zone 1 ft. behind the units. Provide drainage aggregate that is free from organic or otherwise deleterious materials and that conforms to the gradation limits in Table 3 as Tex -110-E determines. Table 3 Drainage Aaareaate Gradation Limits Sieve Size Percent Retained 1" 0 3/4" 25-50 1/2" 50-100 #4 75-100 2.4.4. Cement -Stabilized Backfill. Use cement -stabilized backfill when required or as approved. Stabilize Type CS backfill with 5% hydraulic cement by dry weight of the backfill material. Use a stationary plant to thoroughly mix the backfill material, cement, and water. Place and compact the backfill within 2 hours of mixing. Provide special drainage provisions when cement -stabilized backfill is used, as shown on the plans. 2.4.5. Electrochemical. Provide backfill meeting the following additional requirements for permanent retaining wall systems using galvanized metallic earth reinforcements: • The pH is between 5.5 and 10.0 as Tex -128-E determines. • Resistivity is more than 3,000 ohm -cm as Tex -129-E determines. • Material with resistivity between 1,500 and 3,000 ohm -cm may be used if the chloride content is less than 100 ppm and the sulfate content is less than 200 ppm as Tex -620-J determines. Perform electrochemical testing on the raw, unstabilized backfill material when cement -stabilized backfill is used. 2.5. Earth Reinforcements. Furnish earth reinforcements that meet the design requirements. Galvanize or epoxy coat all steel elements for permanent walls in contact with soil. Epoxy coat in accordance with Item 440, "Reinforcement for Concrete," except provide a minimum 18 -mil coating thickness. Epoxy coat the reinforcing only when shown on the plans or as approved. Use connection hardware that is likewise nonmetallic or epoxy coated when using nonmetallic or epoxy coated earth reinforcements. 3. CONSTRUCTION 3.1. General. Construct retaining walls in accordance with details shown on the plans, on the approved working drawings, and to the pertinent requirements of the following Items: • Item 110, "Excavation" • Item 132, "Embankment" • Item 400, "Excavation and Backfill for Structures" • Item 420, "Concrete Substructures" • Item 458, "Waterproofing Membranes for Structures" • Item 556, "Pipe Underdrains" Construct required piling or drilled shafts in accordance with the pertinent specification. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 423 3.2. Options. When optional design details are shown on the plans, the Contractor is required to use the same facing design within an area of continuous retaining walls. Provide drawings for review indicating the proposed design arrangement when proposing the use of 2 or more systems. 3.3. Working Drawings. When proprietary wall systems are used for permanent or temporary walls, submit casting drawings, construction drawings, and design calculations bearing the seal of a licensed professional engineer for review and approval following the Department's Guide to Electronic Shop Drawing Submittal process. Upon completion of construction, submit a set of reproducible as -built drawings. 3.3.1. Casting Drawings. Include all information necessary for casting wall elements, including railing and coping when prefabricated. Show shape and dimensions of panels; size, quantity, and details of the reinforcing steel; quantity, type, size, and details of connection and lifting hardware; and additional necessary details. 3.3.2. Construction Drawings. Include a numbered panel layout showing horizontal and vertical alignment of the walls as well as the existing and proposed groundlines. Include all information needed to erect the walls, including the proposed leveling pad elevations; the type and details of the soil reinforcing system (if applicable); the details and manufacturer of all pads, fillers, and filter fabric; the limits and dimensions of structural backfill; details necessary to incorporate coping, railing, inlets, drainage, and electrical conduit; and additional necessary details. Leveling pad elevations may vary from the elevations shown on the plans. Provide at least 1 ft. of cover from the top of the leveling pad to finish grade unless a different minimum cover or a specified minimum leveling pad elevation is shown. 3.3.3. Design Calculations. Include calculations covering the range of heights and loading conditions on the project. Calculations for both internal and external stability as described on the plans will be required. Include a summary of all design parameters used; material types, strength values, and assumed allowables; loads and loading combinations; and factor -of -safety parameters. 3.4. Permanent MSE Walls. Grade the foundation for the structure level to a width equal or exceeding the length of the reinforcing system. Perform proof rolling on retaining wall foundation area to identify any loose, soft, or unsuitable materials in accordance with Item 216, "Proof Rolling." Material not meeting a maximum rut depth of 1 in. per pass of pneumatic tire roller should continue to be rolled or removed and replaced with suitable material. Pneumatic tire rolling will be waived for portions of wall with a reinforcement length of 8'; for these conditions proof rolling will be required with a smooth -wheeled vibratory roller or other approved roller. Place drilled shafts and piling located within the MSE volume before construction of the wall. Place any required pipe underdrain before construction of the wall. Complete MSE wall construction before construction of abutment caps and abutment wing walls. Completion of walls and abutment should be in conjunction with project phasing or to allow for completion of walls that meets the proper placement and compaction at abutments. Place the concrete leveling pad as shown on the construction drawings. Provide a wood float finish, and wait a minimum of 24 hr. before beginning panel erection. No curing or strength testing of the leveling pad concrete is required. Shim the first row of panels as necessary to achieve correct alignment. Use plastic shims or other material that will not deteriorate. Remove and replace the leveling pad or provide a grout level -up as directed if the required shim height exceeds 1 in. Place filter fabric behind the wall along the joint between the leveling pad and the panels. Grout areas where filter fabric spans more than 6 in. at leveling pad steps. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 423 Place and compact fill material over the leveling pad to an elevation even with or above the surrounding ground after backfilling the first row of panels. Do not allow water to accumulate and stand at the base of the wall. Place filter fabric behind all wall joints and at the intersection of retaining walls with other structures, including riprap. Cover joints at least 6 in. on each side and use adhesive to hold the filter fabric in place. Exercise care while lifting, setting, and aligning panels to prevent damage to the panels. Discontinue any operation that results in chipping, spelling, or cracking of panels. Remove and replace damaged panels, or repair as approved by the Engineer. Provide external bracing for the initial row of panels. Use wooden wedges, clamps, or other means necessary to maintain position and stability of panels during placement and compaction of backfill. Remove wooden wedges as soon as the panel or coping above the wedged element is erected and backfilled. Remove all wedges after completing the wall. Review plumbness and position of each row of panels before placing the subsequent row. Remove and rebuild any portion of the wall that is out of tolerance. Modify panel batter and bracing, and backfill material, placement, and compaction methods as required to maintain wall tolerances. Construct walls to a local vertical and horizontal alignment tolerance of 3/4 in. when measured along a 10 -ft. straightedge relative to vertical and horizontal wall control line. Construct walls to an overall vertical tolerance (plumbness from top to bottom) of 1/2 in. per 10 ft. of wall height. Construct walls so the maximum offset at any panel joint is between 3/8 in. and 3/4 in. and no joint is open to the extent the filter fabric is visible from the front of the wall. Place backfill to closely follow the erection of each row of panels. Place the select and embankment backfill to the same elevation where possible, and operate the compaction equipment over the interface. Do not create a continuous, distinct, vertical joint between the select and embankment backfill. Complete the embankment after construction of the retaining wall. Maintain the stability of the interface area between the existing ground and the select fill when building a wall against existing ground. Remove and recompact any material that loosens, caves, or fails. Compact backfill to provide at least 95% of density determined in accordance with Tex -114-E. Field density determination will be made in accordance with Tex -115-E. Sprinkle backfill as required to ensure adequate uniformly distributed moisture in each lift before and during compaction. Place fill in lifts of 8 in. or less (loose measurement). Place fill in a manner that avoids segregation of the fill. Decrease the lift thickness if necessary to obtain the required compaction. Use hand - operated or walk -behind compaction equipment in the 3 ft. wide strip adjacent to the wall panels. Do not displace panels or distort or damage the reinforcement system during compaction. Modify backfill material, placement, and compaction methods as necessary to meet density requirements while maintaining wall tolerances. Place rock backfill or material the Engineer determines too coarse for density testing in accordance with Section 132.3.4.1., "Ordinary Compaction." Place and compact the backfill to the reinforcement level, at each earth reinforcement level, before placing the reinforcement. Place earth reinforcements perpendicular to the face of the wall. Remove slack in connections before placing backfill. Pre -tension each layer of reinforcement to remove slack before placing backfill for systems using nonmetallic earth reinforcements. Use devices capable of mechanically applying and holding the required force. Do not operate tracked equipment directly on any reinforcement. Cover the rock backfill with filter fabric before placing the 2 ft. of backfill immediately below the pavement structure or top of wall when rock backfill is used. Overlap the fabric at least 18 in. at splices, and extend it past the edge of the rock backfill at least 18 in. Use backfill that contains sufficient fines to fill the voids in a DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 423 compacted state above the filter fabric. Place a horizontal layer of filter fabric as noted above when transitioning from rock backfill to finer grained backfill anywhere within the wall volume. Prevent surface water or rainwater from damaging the retaining walls during construction. Shape the backfill to prevent water from ponding or flowing on the backfill or against the wall face. Remove and replace any portion of the retaining wall damaged or moved out of tolerance by erosion, sloughing, or saturation of the retaining wall or embankment backfill. 3.5. Temporary MSE Walls. Provide a facing system rigid enough to maintain a smooth and straight wall face both during and after construction. Grade and compact the foundation for the structure as described in Section 423.3.4., "Permanent MSE Walls." Place earth reinforcement and facing system in accordance with the approved working drawings. Backfill the 2 -ft. zone immediately behind the facing with clean, coarse rock meeting the requirements of Coarse Aggregate Grade 1, 2, or 3 of Item 421, "Hydraulic Cement Concrete," or of Type DS backfill as described in Section 423.2.4.2., "Select." Cement -stabilized backfill as described in Section 423.2.4.4., "Cement - Stabilized Backfill," may be used in place of the coarse rock. Place and compact backfill in accordance with Section 423.3.4., "Permanent MSE Walls." Construct walls to a vertical and horizontal alignment tolerance of 3 in. when measured along a 10 -ft. straightedge. Construct walls to an overall vertical tolerance (plumbness from top to bottom) of 2 in. per 10 ft. of wall height. Place adjacent facing elements so the maximum out -of -plane offset at any facing element joint is less than 1 in. Place facing elements and filter fabric with no gaps in the facing or fabric. Prevent surface water or rainwater from damaging the retaining walls during and after construction. Place temporary berms or curbs, shape the backfill, or use other approved methods to prevent water from flowing against or over the wall face. Remove and replace any portion of the wall damaged or moved out of tolerance by erosion, sloughing, or saturation of the retaining wall or embankment backfill. 3.6. Concrete Block Retaining Walls. The concrete block units may be sampled and tested by the Engineer before shipment or upon delivery to the construction site. Display for approval, samples of block units indicating the color, texture, and finish. Store, transport, and handle all block units carefully to prevent cracking or damage. Grade and compact the foundation for the structure, and place the leveling pad as described in Section 423.3.4., "Permanent MSE Walls." Place the concrete block facing units in accordance with the approved working drawings. Fill the voids within the units and fill the 1 -ft. zone immediately behind the facing with drainage aggregate as described in Section 423.2.4.3., "Drainage Aggregate." Systems tested without unit fill may omit the fill as indicated on the approved drawings. Systems with approved filter fabric details may omit the drainage aggregate in the 1 -ft. zone immediately behind the facing. Place reinforcements and backfill for walls using earth reinforcements in accordance with the requirements of Section 423.3.4., "Permanent MSE Walls." Pay particular attention to the connection details of the earth reinforcements to the concrete block units. Construct walls to a vertical and horizontal alignment tolerance of 1-1/2 in. when measured along a 10 -ft. straightedge. Construct walls to an overall vertical tolerance (deviation from the vertical or battered control line, top to bottom) of 1 in. per 10 feet of wall height. Place adjacent facing elements so the maximum out -of - plane offset at any facing element joint is less than 1 in. Place facing elements with maximum 1/4 -in. gaps between block units. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 423 Prevent surface water or rainwater from damaging the retaining walls during construction. Shape the backfill to prevent water from ponding or flowing on the backfill or against the wall face. Remove and replace all portions of the retaining wall damaged or moved out of tolerance by erosion, sloughing, or saturation of the retaining wall or embankment backfill. 4. MEASUREMENT This Item will be measured by the square foot of the front surface area of the wall. Unless otherwise shown on the plans, the area will be measured from 1 ft. below finished grade of the ground line on the face of the exterior wall to the top of the wall including any coping required (not including railing). 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 "Retaining Walls" of the type or special surface finish specified. This price is full compensation for excavation in back of retaining walls and for footings; furnishing and placing footings, leveling pads, copings, and traffic railing foundations; furnishing, placing, and compacting backfill (except in embankment areas), including cement for stabilization; proof rolling; furnishing and placing concrete, reinforcing steel, waterproofing material, filter material and drain pipe, joint material, water stop, and filter fabric when required; fabricating, curing, and finishing all panels; furnishing and placing earth reinforcement, anchorage systems, and fasteners; wall erection; and equipment, labor, tools, and incidentals. Retaining wall backfill areas that are also in embankment areas will be considered part of the quantities measured and paid for under Item 132, "Embankment." When drilled shafts are required, they will be measured and paid for as specified in Item 416, "Drilled Shaft Foundations." When piling is required, it will be measured and paid for as specified on the plans for piling of the appropriate type. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 427 Item 427 Surface Finishes for Concrete 1. DESCRIPTION Finish concrete surface as specified. 2. MATERIALS Furnish materials in accordance with this Article for the type of surface finish specified. 2.1. Coatings. 2.1.1. Adhesive Grout and Concrete Paint. Provide coatings in accordance with DMS -8110, "Coatings for Concrete." Match color of coating with Federal Standard 595C color 35630, concrete gray, unless otherwise shown on the plans. 2.1.2. Opaque Sealer. Provide penetrating -type sealer in accordance with DMS -8110, "Coatings for Concrete." Match color of coating with Federal Standard 595C color 35630, concrete gray, unless otherwise shown on the plans. 2.1.3. Silicone -Based Paint. Provide silicone resin emulsion paint (SREP) meeting the requirements of DMS -8141, "Paint, Silicon Resin for Concrete." Match color of coating with Federal Standard 595C color 35630, concrete gray, unless otherwise shown on the plans. 2.2. Exposed Aggregate Finish. Provide approved aggregates meeting the grading requirements shown on the plans. Provide gravel consisting of predominantly rounded particles unless otherwise shown on the plans. Use crushed stone when a bush -hammered finish is desired. Provide a concrete surface retardant. Provide clear Type II permanent anti -graffiti coating in accordance with DMS -8111, "Anti -Graffiti Coatings." 3. EQUIPMENT The Engineer may require demonstration of the equipment's capabilities. 3.1. Low -Pressure Water Blasting. Use equipment capable of supplying a minimum pressure at the nozzle end of 3,000 psi at a minimum flow rate of 3 gpm. Use a 0° rotary, vibratory, or wobble -type nozzle. Use equipment capable of including abrasives in the water stream when specified on the plans. 3.2. Abrasive Blasting. Use equipment with filters to produce oil -free air and also water -free air when dry air is required. 3.3. Slurry Blasting. Use equipment capable of combining air and abrasives with water to form a wet blast media capable of cleaning and preparing surface without creating dust. 3.4. Spraying. Use equipment with fluid and air pressure regulators and gauges to allow for adjustment to produce a uniform spray pattern for spray applications. 3.5. Off -the -Form Finish Forms. Use nonstaining, nonporous, high-quality forming materials (e.g., steel or medium -density and high-density overlaid plywood forms). Use steel or high-density overlaid plywood forms when the same form will be used more than twice. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 427 3.6. Form Liners. Provide form liners capable of producing a patterned finish as shown on the plans. Use form liners that provide a clean release from the concrete surface without pulling or breaking the textured concrete. 4. CONSTRUCTION Provide the finish specified on the plans for the specific surface areas. 4.1. Surface Areas of Finish. "Surface area of finish" designates the areas where the specified surface is to be applied. 4.1.1. Surface Area I. • surfaces of railing; • exterior vertical faces of fascia beams, slabs, slab spans, arches, and box girders; • the outside bottom surface of fascia beams and girders; • the underside of overhanging slabs to the point of juncture of the supporting beam; • the entire underside of slab spans when shown on the plans; • vertical and underside surfaces of bents and piers; • all surfaces of tie beams, abutments, bridge wingwalls, culvert headwalls and wingwalls, and retaining walls exposed to view after all backfill and embankment is placed; and • all other exposed surfaces shown on the plans to require surface treatment. 4.1.2. Surface Area II. Surfaces of railing, all wingwalls, and the exterior vertical faces of slabs. 4.1.3. Surface Area III. Only the top and roadway faces of all concrete railing and bridge wingwalls. 4.1.4. Surface Area IV. Areas designated on the plans. 4.2. Coatings. Appy the coating specified on the plans. 4.2.1. Preparation. Clean the surface thoroughly before applying a coating by chemical cleaning, if required, and by blast cleaning. Submit a containment plan that details the procedures proposed to keep public property, private property, and the environment from being adversely affected by the cleaning and painting operations. Do not discharge washwater into body of water or conveyance without TCEQ approval. Collect and properly dispose of any paint or debris dislodged as a result of cleaning operations. 4.2.1.1. Chemical Cleaning. Clean surfaces contaminated with oil, grease, or other contaminants by scrubbing the area with an approved detergent or other concrete cleaning material before blast cleaning. Do not use a solvent that will stain the surface or inhibit coating adhesion. Perform the following test to check for surface contamination of oil type materials: • Spray the surface with a fine mist of potable water. • Examine the area to see if water beads up. • Clean the surface if beading is found. 4.2.1.2. Blast Cleaning. Blast clean the designated surface to remove weak surface material, curing compound, and other contaminants before applying a specified coating, leaving a lightly etched uniformly textured surface. Use an approved abrasive propelled by oil -free air with or without the addition of potable water, or blast with potable water with or without the addition of an approved abrasive at sufficient pressure to effectively clean and prepare the surface. Maintain the stand -off -distance of the nozzle to a maximum of 12 in. from the surface being cleaned when water blasting. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 427 Do not damage concrete surface by gouging, spalling, or exposing coarse aggregate by the blasting operation. Blow clean oil- and moisture -free air on all surfaces with sufficient pressure to remove loose particles immediately before application of any coating. Perform the following test to check for surface cleanliness as directed: • Press a 10 in. long strip of 2 in. wide clear packing tape on the surface by rubbing with moderate pressure. • Grasp the free end of the tape, and remove the tape from the surface with a sharp jerk. • Examine the surface of the tape for clinging particles. Continue cleaning the concrete surface until there are no particles clinging to the tape surface for subsequent tests. An additional test that can be used to check the surface for dust is to wipe the surface with a dark cloth and then examine the cloth for discoloration. 4.2.2. Application. Mix coating materials thoroughly with a mechanical mixer at a speed that causes the mixture to rotate entirely in the container. Ensure complete mixing by probing the container with a stirring device searching for non -dispersed or settled material. Apply coatings once the new concrete has aged a minimum of 28 days except for the adhesive grout coating. Do not apply coatings when weather conditions will be detrimental to the final surface finish as determined by the Engineer. Do not apply coatings when surface temperature of the concrete exceeds 110°F. Apply coatings to obtain a consistent color and texture. 4.2.2.1. Adhesive Grout. Apply coating on a moistened surface to a uniform minimum thickness of 1/16 in. Apply when ambient temperature is at least 50°F. 4.2.2.2. Concrete Paint. Apply the coating on a dry surface in 2 coats for a total maximum application rate of 150 sq. ft. per gallon. Match the color of the applied coating with the color standard shown on the plans. Do not thin material unless approved. Apply when ambient temperature is between 50°F and 100°F. 4.2.2.3. Opaque Sealer. Apply the coating to a dry surface in 2 coats for a total maximum application rate of 200 sq. ft. per gallon. Match the color of the applied coating with the approved color standard shown on the plans. Do not thin the material unless approved. Apply when ambient temperature is between 40°F and 100°F. 4.2.2.4. Silicone Resin Paint. Apply the coating on a dry surface in 2 coats at a rate not exceeding 300 sq. ft. per gallon per coat. Do not thin the material unless approved. Wait a minimum of 12 hr. between coats. Apply when ambient temperature is between 50°F and 100°F. Repair surface finish where coating has been applied that exhibits peeling, flaking, or discoloration or has been damaged during construction. Remove defective or damaged coating. Clean and recoat repair area in accordance with the requirements of this Item. 4.3. Special Surface Finishes. Submit a work plan to the Engineer for any special finish shown on the plans. Include in the work plan the type of aggregates, materials, variation of panel or pattern arrangement, dimensions, construction methods, and other features affecting the work as is necessary for the "Special Surface Finish" specified. 4.3.1. Blast Finish. Provide surface profile as shown on the plans, or meet the minimum requirements of Section 427.4.2.1., "Preparation." Construct a 4 x 4 ft. sample panel using the same concrete used in construction of the member to receive the blast finish. Prepare the surface of the sample panel to meet the specified finish, and obtain approval of the sample finish. Use the approved sample panel finish as the standard for surfaces requiring a blast finish. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 427 4.3.2. Slurry Coat Finish. Provide cementitious slurry coat finish to concrete surfaces within 14 days of placing concrete or later as approved. Water blast surface to moisten surface before application when application of slurry coat occurs more than 14 days after placing concrete. Do not apply slurry coat finish to surfaces receiving another type coating finish. Submit for approval proposed slurry recipe including cement, latex concrete additive, with or without sand, and other additives before application. The Engineer will direct the level of surface texture the slurry coat will have, whether to include sand, and what fineness of sand is to be used. Tint mixture of slurry as specified on the plans and as directed. Maintain consistent slurry throughout project only modifying recipe to account for color variations being noticed as work progresses. Rub in slurry with carborundum stone, stiff bristle brush, or other approved device. Limit thickness of applied slurry to a maximum of 1/16 in. thick. Demonstrate application methods for slurry coat and obtain approval of proposed surface. Apply slurry coat to obtain a tightly adhering cementitious finish to concrete surface. Remove material and reapply if slurry coat is not tightly adhering or is cracked. 4.3.3. Rub Finish. Provide a finish to the surface by rubbing the surface with a carborundum stone or other approved material. Begin rubbing the surface immediately after forms have been removed. Provide blast finish or other finish as directed at no additional cost to the Department if rubbing surface is delayed to the point where the surface is dry and unable to be rubbed to produce an acceptable finish. Perform the requirements to obtain the ordinary surface finish specified in Section 420.4.13., "Ordinary Surface Finish," concurrently with rubbing the surface. Rub concrete -patching areas after the patch material has thoroughly set and blend the patch in with the surrounding area to produce a surface with uniform color and texture where concrete patching is performed. Keep the surface continuously wet after form removal until the rubbing is complete. Rub the surface sufficiently to bring the wetted concrete surface to a paste producing a smooth dense surface without pits, form marks, or other irregularities. Do not use cement grout to form the paste on the surface. Stripe the surface with a brush to conceal the rubbing pattern and allow the paste to reset. Wash the concrete with potable water after the paste has sufficiently set to leave it with a neat and uniform appearance and texture. Apply membrane curing, if required, in accordance with Item 420, "Concrete Substructures," after rubbing is complete. 4.3.4. Off -the -Form Finish. Provide a finish with minimal surface defects and uniform color and texture by using non -staining, non -porous, high-quality forming materials. Use the same type of forming materials for like elements for the entire structure. Use mortar -tight forms to prevent leakage and discoloration. Seal joints with compressible gasket material, caulk, tape, or by other suitable means that are not detrimental to the concrete finish if necessary. Use one brand and type of form -release agents for all surfaces unless another product produces a similar concrete surface appearance. Do not use barrier -type (wax, fuel oil, carrier oil, etc.) release agents. Use form -release agents containing a rust inhibitor on steel forms. Clean rust off steel forms before use. Use plywood that will not cause discoloration of the concrete surface. Direct special attention to consolidation and vibration of the concrete around the form surfaces to minimize bug holes. Modify concrete placement and vibration techniques if surface contains an excessive amount of bug holes. Remove all forms without interruption once form removal begins to prevent discoloration due to differing form curing times. Do not use membrane curing on surfaces with off -the -form finish. Repair honeycombed and spall areas with least dimension larger than 2 in. in accordance with the concrete surface repair procedures outlined in Item 420, "Concrete Substructures," to obtain an ordinary surface finish as defined in Section 420.4.13., "Ordinary Surface Finish." Patch honeycombed and spall areas with least dimension greater than 3/4 in. but smaller than 2 in. by filling defect with repair material omitting the chipping operation. Do not patch honeycombed and spall areas with least dimension smaller than 3/4 in. Perform required repairs as soon as forms are removed. Match repair material color and texture with surrounding DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 427 concrete surfaces. Minimize the area of repair by not smearing the repair material over acceptable concrete surfaces in an attempt to blend the repair with the surrounding concrete. Cut out form ties at least 1/2 in. below the surface, and patch accordingly. Perform repair work as soon as possible after removing forms so that concrete and repair material have similar ages. Replace or refurbish the forms when the Engineer determines defective formwork is causing an excessive amount of repair work. 4.3.5. Form Liner Finish. Provide patterned finish as shown on the plans. Do not splice form liner panels in a way that causes a noticeable transition or line between pieces. Wash and clean form liners after each use when the forms can be reused. Replace form liners that have become damaged or worn. Construct a sample panel for each form liner finish. Approval is required to verify the sample panel meets the requirements of the plans and specifications before beginning work. Upon approval, the sample panel becomes the model panel that all other work will be compared against. Deviation in color, grade, or depth from the model panel is grounds for rejection of the form liner finish. Removal of defective work may be necessary as determined by the Engineer and in accordance with the surface finish requirements outlined in Item 420, "Concrete Substructures," to obtain an ordinary surface finish as defined in Section 420.4.13., "Ordinary Surface Finish." Seal all form liner joints in a manner acceptable to the Engineer to prevent leakage at the surface. 4.3.6. Exposed Aggregate Finish. Provide exposed aggregate finish as indicated on the plans. Provide a depth of finish between 3/8 in. and 1/2 in. unless directed otherwise. Apply a concrete surface retarder that penetrates approximately 1/4 in. into the forms or concrete surface to help achieve the desired finish. Apply 2 or 3 coats to wood forms to account for absorption if necessary. Tape or caulk form joints to prevent escape of the retarder during the placing operations. Protect the form surfaces from sun and rain while exposed to the atmosphere. Re -treat form surfaces with retarder if disturbed. Protect adjacent areas of concrete not requiring exposed aggregate finish from the retarder. Remove forms 12 to 15 hr. after concrete placement but not before concrete has gained sufficient strength to support the self -weight of the member unless directed otherwise. Expose the aggregate for the finish immediately after form removal. Remove the grout paste covering the aggregate to be exposed by an approved method. Do not loosen the aggregate by the grout removal operation. Maintain required curing on all surfaces except for the time while the aggregate is being exposed. Cure using wet mats or membrane after the aggregate is exposed. Repair defective areas as determined by the Engineer. Re -clean exposed aggregate surfaces by an approved method. Apply a coat of clear Type 11 permanent anti - graffiti coating to cleaned exposed aggregate surface. Apply anti -graffiti coatings by spray, roller, or brush at the application rates recommended by the manufacturer and in accordance with Item 740, "Graffiti Removal and Anti -Graffiti Coating." 5. MEASUREMENT When surface finishes for concrete is shown on the plans to be a pay item, measurement will be by the square foot of the type of surface finish specified. 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 measurement or calculations will be made if adjustments of quantities are required. 6. PAYMENT Unless otherwise specified on the plans, the work performed, materials furnished, equipment, labor, tools, and incidentals will not be paid for directly but will be considered subsidiary to pertinent Items. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 427 When a surface finish for concrete is specified as a pay item, 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 "Adhesive Grout Finish," "Concrete Paint Finish," "Opaque Sealer Finish," "Silicone Resin Paint Finish," or "Blast Finish." This price is full compensation for materials; cleaning and preparing surfaces; application of materials; and equipment, labor, tools, and incidentals. Slurry coat, rub, off -the -form, form liner, or exposed aggregate finishes (including anti -graffiti coating) will not be paid for under this Item but are subsidiary to other pertinent Items. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 429 Item 429 Concrete Structure Repair 1. DESCRIPTION Remove and repair unsound, delaminated, or spalled concrete. 2. MATERIALS Submit all proposed repair materials for approval. Provide materials as outlined in the Concrete Repair Manual and in accordance with the requirements of the following Items. • Item 421, "Hydraulic Cement Concrete," • Item 431, "Pneumatically Placed Concrete," • Item 440, "Reinforcement for Concrete," • DMS -4655, "Concrete Repair Materials," and • DMS -6100, "Epoxies and Adhesives." 2.1. Concrete Repair Materials. Provide repair materials suitable for the appropriate horizontal, vertical, or overhead application meeting the requirements in DMS -4655, "Concrete Repair Materials." Use Type C trowel -applied materials in vertical and overhead applications less than 3" unless otherwise shown on the plans. Use neat Type A (Rapid) or Type D (Standard) materials in horizontal or form -and -pour applications less than 3" thick and extended Type A or Type D for repairs exceeding 3" in depth. Type D repairs should be used in lieu of Type A when rapid strength gain is not necessary. Use Type B ultra -rapid hardening materials only if shown on the plans. The Engineer may disallow any product based on its structural compatibility. 2.2. Pneumatically Applied Materials. Pneumatically applied concrete or mortar may be used, if approved, for any repair thickness. Provide and place pneumatically applied concrete in accordance with Item 431, "Pneumatically Placed Concrete." Prepare trial batches of any proposed repair material and application method as directed. 2.3. Epoxy Mortars. Use Type VIII neat epoxy or epoxy mortar per DMS -6100, "Epoxies and Adhesives," for repairs less than 1 in. thick unless noted otherwise on the plans. 2.4. Concrete. Provide Class C concrete for substructures, Class S concrete for decks, or concrete of the specified design strength unless noted otherwise as follows: • as an option for vertical/overhead repairs greater than 6 in. thick; • for full or partial depth slab repairs; • for replacement of entire members or elements; • as an option for horizontal repairs greater than 4 in. thick. Submit a mix design for approval in accordance with Item 421, "Hydraulic Cement Concrete," unless otherwise shown on the plans. Include all pertinent information on admixtures. Do not use corrosion -inhibiting admixtures unless indicated on the plans or approved. 2.5. Steel. Provide steel pins, studs, or expansion bolts with a minimum diameter of 1/8 in. and a minimum length of 2 in. to attach reinforcement at the locations shown on the plans or as directed. Provide reinforcing steel, either welded wire fabric or reinforcing bars, as required by this Item or as shown on the plans. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 429 3. CONSTRUCTION METHODS Follow the procedures outlined in the Concrete Repair Manual unless approved otherwise. The Contractor may propose alternate repair methods for review and approval before commencing work. Submit for approval all materials and methods of application at least 3 weeks before beginning any repair work. Repair locations will be indicated on the plans or by the Engineer. 3.1. Crack Repair. Repair cracks in accordance with Item 780, "Concrete Crack Repair." 3.2. Repair of Defective Work. Repair or replace defective areas and patched areas that have debonded after completion of curing, as directed, at the Contractor's expense. 4. MEASUREMENT This Item will be measured by the square foot, in place, as measured on the specified horizontal, vertical, or overhead surfaces of the completed repair as shown below or by the cubic yard for full element or member replacement. When a repair involves multiple surfaces, such as a corner, measurement will be made of all surfaces repaired. Bridge deck repairs will be measured by the square foot in place of the completed repair. 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 "Concrete Structure Repair" of the kind specified. This price is full compensation for furnishing, placing, and curing all repair materials; removing concrete; saw - cutting; cleaning reinforcing steel; supplying and installing replacement or supplemental reinforcing steel, drive pins, studs, or expansion bolts; and equipment, labor, and incidentals. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 431 Item 431 Pneumatically Placed Concrete 1. DESCRIPTION Furnish and place pneumatically applied concrete for the construction of portions of structures, repairing concrete structures, encasement of structural steel members, lining ditches and tunnels, soil -nail walls, retaining walls, and other work as shown on the plans or as directed. 2. MATERIALS Provide pre -bagged concrete materials for concrete structure repair and class of concrete shown on the plans for other work unless otherwise shown on the plans. Submit pre -bagged materials information for approval. Material testing may be required before approval and installation test panels will be required in accordance with Section 431.2.4., "Proportioning and Mixing." Provide materials in accordance with the pertinent requirements of the following Items with the exceptions noted in Section 431.2.1., "Exceptions to Item 421, `Hydraulic Cement Concrete," Section 431.2.2., "Exceptions to Item 440, `Reinforcement for Concrete," and Section 431.2.3., "Exception to DMS -6310, `Joint Sealants and Fillers." • Item 420, "Concrete Substructures" • Item 421, "Hydraulic Cement Concrete" • Item 440, "Reinforcement for Concrete" • DMS -4655, "Concrete Repair Materials" • DMS -6310, "Joint Sealants and Fillers" 2.1. Exceptions to Item 421, "Hydraulic Cement Concrete." Provide a fine aggregate that meets the requirements of Item 421, "Hydraulic Cement Concrete," Table 6, Grade 1, and a coarse aggregate that meets the requirements of Item 421, "Hydraulic Cement Concrete," Table 4, Grade 7, unless otherwise noted on the plans. 2.2. Exceptions to Item 440, "Reinforcement for Concrete." Provide mushroom headed steel anchors or expansion anchor hook bolts with a minimum diameter of 1/8 in. and a minimum length of 2 in. to attach reinforcement for the repair of concrete structures as shown on the plans or as directed. Reinforcing steel may be either welded wire fabric or reinforcing bars unless otherwise shown on the plans. 2.3. Exception to DMS -6310, "Joint Sealants and Fillers." Provide a preformed bituminous fiber material unless otherwise noted on the plans. 2.4. Proportioning and Mixing. Submit for approval a proposed mix design conforming to the basic mix design requirements provided in Table 1 unless otherwise shown on the plans. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 431 Table 1 Classes of Concrete Class Ratio of Cement to Total Aggregate' Minimum 7 -Day Compressive Strength (psi)2 I 1:4 3,000 11 1:5 2,500 1. More cement may be used when approved. 2. Higher minimum strengths may be specified. Measure the cement and aggregates by volume and mix with enough water to achieve the desired consistency. Use as little water as possible to achieve sufficient adhesion. Mix concrete sufficiently dry so it will not sag or fall from vertical or inclined surfaces or separate in horizontal work. Prepare test panels using the same air pressure, nozzle tip, and position to be used for the production work to verify the mix design before approval. Apply a 3 -in. layer of concrete to a plywood sheet with minimum dimensions of 18 in. x 18 in. for each test panel. Cure the test panels in the same manner as the proposed work. Take 3 cores, each 2 in. in diameter, out of each test panel and test in compression at 7 days in accordance with Tex -424-A. The mix design will be approved when the average strength of the 3 cores conforms to the strengths shown in Table 1. Provide additional test panels as directed if there are any changes in materials, equipment, or nozzle operator during the work. 3. CONSTRUCTION 3.1. Qualification. Provide experienced personnel able to produce concrete satisfying plan requirements and of uniform quality as required. Provide documentation of nozzle operator's qualification for the process proposed and orientation of the application meeting the minimum requirements when shown on the plans. Demonstrate nozzle operator's abilities by constructing test panels before commencement of work. Orient test panels to match application direction of placement. Include reinforcing steel in the test panel with similar spacing as in member. Qualification test panels may be used for mix verification in accordance with Section 431.2.4., "Proportioning and Mixing." 3.2. Surface Preparation. Grade the area of proposed work accurately to the elevation and dimensions shown on the plans when concrete is to be placed against soil. Compact with sufficient moisture to provide a firm foundation and to prevent absorption of water from the concrete but without free surface moisture. Remove paint, rust, loose mill scale, grease or oil, and all other foreign materials that may reduce the bond of the concrete to the steel when concrete is used to encase structural steel members. Remove all deteriorated or loose material by chipping with pneumatic, electric, or hand tools when concrete is placed against concrete or rock. Cut square or slightly undercut shoulders approximately 1 in. deep along the perimeter of repair areas. Sandblast the surface to clean all rust from exposed reinforcing steel and to produce a clean rough -textured surface on the concrete or rock. Wet the surface against which the concrete will be placed for at least 1 hour with potable water. Place the concrete when the surface has dried to a saturated surface -dry (SSD) condition. Achieve SSD conditions by high-pressure water blasting 15 to 30 min. before placing the repair material, soaking a minimum of 12 hr., or by other approved methods. An SSD condition is achieved when the surface remains damp when exposed to sunlight for 15 min. Provide joints, side forms, headers, and shooting strips for backing or paneling. Use ground or gauging wires where necessary to establish thickness, surface planes, and finish lines. 3.3. Reinforcement. Place and secure reinforcement to ensure there is no displacement from impact of applying pneumatically placed concrete. Place reinforcing bars at a spacing not less than 2-1/2 in. Support reinforcing wire fabric or bars using mushroom headed anchors, expansion hook bolts, or grouted rebar capable of resisting a pullout force of 2,500 Ib. Space anchors no more than 12 in. center -to -center on overhead DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 431 surfaces, 18 in. center -to -center on vertical surfaces, and 36 in. center -to -center on top horizontal surfaces. Use at least 3 anchors in each individual patch area. Do not use explosive force to shoot anchors into concrete. Check the resistance to pullout of the reinforcing anchors when directed. Notify the Engineer before installation of the anchors. Locate anchors so there is no damage to prestressing tendons or conduits embedded in the concrete. Use reinforcement when performing repair work in all areas where the thickness of the concrete will exceed 1-1/2 in. Use a single layer of either 2 x 2 — W1.2 x W1.2 or 3 x 3 —W1.5 x W1.5 of welded wire fabric, or approved equivalent, unless noted otherwise on the plans. Use a single layer of wire fabric to reinforce each 4 in. thickness of patch or fractional part in areas where the concrete thickness exceeds 4 in. Encase completely each layer of wire fabric in concrete that has taken its initial set before installing the succeeding layer of wire fabric. Place the reinforcing fabric parallel to the finished surface, and support it so it will be at least 3/4 in. out from the surface to be covered. Provide at least 1 in. clearance between the finished concrete surface and all steel items including anchors, reinforcing bars, and wire fabric. Lap adjacent fabric sheets at least 6 in. and tie together securely at a spacing of no more than 18 in. Pre -bend fabric before installing to fit around corners and into re-entrant angles. Pre -bend the welded wire fabric for encasement of steel members using a template to conform as nearly as possible to the outlines of the members to be encased. Drill holes between 1/2 and 1 in. in diameter in the webs of the members as close as possible to the flanges to allow for attachment of the reinforcing fabric. Space these holes at approximately 3 ft. on center. Use 3/8 -in. diameter rods placed through these holes to secure the reinforcing fabric. Hold the reinforcing fabric at least 3/4 in. out from the surface of the steel member. Lap adjacent fabric sheets at least 6 in. and tie together at a spacing of no more than 12 in. 3.4. Pneumatic Placement of Concrete. Pneumatically applied concrete can be either dry -mix or wet -mix. The dry -mix process consists of dry -mixed fine aggregate and hydraulic cement to which water is added immediately before its pneumatic expulsion from a nozzle. The wet -mix process consists of mechanically premixed concrete pneumatically applied through a nozzle. 3.4.1. General. Place the concrete when the ambient temperature is above 35°F and rising and material temperature is between 50°F and 90°F for wet -mix and below 100°F for dry -mix. Do not place concrete against a surface containing frost, ice, or standing water. Protect concrete from freezing or quick drying after placement. Apply the concrete using pneumatic equipment that sprays the mix onto the prepared surface at a velocity less than 100 ft. per second for construction of portions of structures, repairing concrete structures, or encasement of structural steel members. Minimize rebound and produce a compacted dense homogenous mass. Do not apply concrete if high winds will prevent proper application or if rain could wash out the concrete. Hold the nozzle approximately 2 to 4 ft. from the surface and position it so the concrete impinges nearly at right angles to the surface being covered. Use shooting strips to ensure straight lines, square corners, and a plane surface of concrete. Place to keep the trapping of rebound to a minimum. Slope the concrete off to a thin edge at the end of each day's work or at similar stopping periods requiring construction joint. Thoroughly clean and wet previously placed concrete before placing an adjacent or additional section. Apply a sufficient number of coats to obtain the required thickness. Place coats on vertical and overhead surfaces in layers of such thickness to prevent sloughing, sagging, tearing, or debonding. Provide a sufficient interval between successive layers in sloping, vertical, or overhead work to allow initial but not final set. Clean the surface to remove the thin film of laitance to provide for a bond with succeeding applications. Remove rebound and accumulated loose sand from the surface to be covered before placing of the original or succeeding layers of concrete. Correct any sags or other defects to the proper section as directed. Place concrete to completely encase reinforcing steel. Encase reinforcing steel by shooting with sufficient velocity and plasticity that material flows around and behind reinforcement. Apply the concrete using either the wet -mix or dry -mix process unless otherwise noted on the plans. Mix the materials thoroughly and uniformly using a paddle or drum type mixer designed for pneumatic application. Wet -mix process applications can use transit -mix concrete. Do not use the wet -mix process for repair of damaged concrete. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 431 Clean mixing and placing equipment at regular intervals. Inspect the nozzle liner and water and air injection system daily; replace worn parts as necessary. Do not reuse rebound or overspray concrete. 3.4.2. Dry -Mix Process. Use a compressor or blower capable of delivering a sufficient volume of oil -free air at the pressure shown in Table 2. Maintain steady pressure throughout the placing process. Use a water pump with the size and capacity to deliver water to the nozzle with a pressure at least 15 psi more than the required air pressure. The values shown in Table 2 are based on a hose length of 150 ft. with the nozzle less than 25 ft. above the delivery equipment. Increase operating pressure approximately 5 psi for each additional 50 ft. of hose and approximately 5 psi for each 25 ft. the nozzle is raised. Table 2 Compressor Capacities Compressor Capacity, CFM Hose Diameter, in. Maximum Size of Nozzle Tip, in. Operating Air Pressure Available, psi 250 1 3/4 40 315 1-1/4 1 45 365 1-1/2 1-1/4 55 500 1-5/8 1-1/2 65 600 1-3/4 1-5/8 75 750 2 1-3/4 85 3.4.3. Wet -Mix Process. Operate the pump at a line pressure between 100 psi and 300 psi. Use delivery hoses between 1-1/2 in. and 3 in. in diameter. Use mixing equipment capable of thoroughly mixing the materials in sufficient quantity to maintain continuous placement. 3.5. Construction Joints. Use a square butt joint where the joint is subject to compressive stress or is over existing construction joints unless noted otherwise on the plans. Use tapered or square butt joints at other locations. Square the outside 1 in. of tapered joints perpendicular to the surface. 3.6. Finish. Use a sharp trowel to cut off all high spots after the concrete has been placed to the desired thickness or screed to a true plane as determined by shooting strips or by the original concrete surface. Lightly apply cutting screeds, where used, to all surfaces so as not to disturb the concrete for an appreciable depth. Work in an upward direction when concrete is applied on vertical surfaces. Give the finished concrete a final flash coat of about 1/8 in. unless directed otherwise. Obtain a uniform appearance on all exposed surfaces unless otherwise shown on the plans. 3.7. Curing. Cure encasements with water for 4 days. Cure repairs and structural construction using either a piece of wet burlap taped over the repaired area with a covering of 4 -mil minimum plastic sheet also taped in place or membrane curing as approved. Overlap the burlap with the plastic sheet and continuously tape the edges with a tape at least 3 in. wide (air duct tape or better) to completely enclose the mat and hold in moisture. Cure in this manner for 4 days. Curing is not required for soil -nail walls unless walls are the final exposed surfaces, which in this case, cure at least 4 days in accordance with Item 420, "Concrete Substructures." Apply membrane curing in accordance with Section 420.2.7., "Curing Materials," for tunnel and ditch linings and vertical or overhead patches as approved. 3.8. Repair of Defects. Repair or replace debonded areas as directed. 4. MEASUREMENT Measurement of pneumatically placed concrete for encasement of structural members will be by the square foot of the actual contact area. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 431 Measurement of pneumatically placed concrete for repair of concrete structures will be by the cubic foot in place using the surface area times the average depth of the patch. When pneumatically placed concrete for repair of concrete structures is allowed or specified for Item 429, "Concrete Structure Repair," measurement and payment is in accordance with Article 429.5., "Payment." 5. PAYMENT When pneumatically placed concrete is specified as a bid item, 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 "Pneumatically Placed Concrete (Encasement)" or for "Pneumatically Placed Concrete (Repair)." This price is full compensation for cement, aggregate, water, and reinforcement; furnishing and installing steel anchors; removal of deteriorated or unsound concrete; mixing, placing, and curing pneumatically placed concrete; and equipment, labor, tools, and incidentals. Pneumatically placed concrete used for work other than encasement or repair will not be paid for directly but will be considered subsidiary to pertinent Items. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 432 Item 432 Riprap 1. DESCRIPTION Furnish and place concrete, stone, cement -stabilized, or special riprap. 2. MATERIALS Furnish materials in accordance with the following Items. • Item 420, "Concrete Substructures," • Item 421, "Hydraulic Cement Concrete," • Item 431, "Pneumatically Placed Concrete," • Item 440, "Reinforcement for Concrete," and • DMS -6200, "Filter Fabric." 2.1. Concrete Riprap. Use Class B Concrete unless otherwise shown on the plans. 2.2. Pneumatically Placed Concrete Riprap. Use Class II concrete that meets Item 431, "Pneumatically Placed Concrete," unless otherwise shown on the plans. 2.3. Stone Riprap. Use durable natural stone with a bulk specific gravity of at least 2.50 as determined by Tex -403-A unless otherwise shown on the plans. Provide stone that, when tested in accordance with Tex -411-A, has weight loss of no more than 18% after 5 cycles of magnesium sulfate solution. Perform a size verification test on the first 5,000 sq. yd. of finished riprap stone for all types of stone riprap at a location determined by the Engineer. Test the riprap stone in accordance with ASTM D5519. Additional tests may be required. Do not place additional riprap until the initial 5,000 sq. yd. of riprap has been approved. Provide grout or mortar in accordance with Item 421, "Hydraulic Cement Concrete," when specified. Provide grout with a consistency that will flow into and fill all voids. Provide filter fabric in accordance with DMS -6200, "Filter Fabric." Provide Type 2 filter fabric for protection stone riprap unless otherwise shown on the plans. Provide Type 2 filter fabric for Type R, F, or Common stone riprap when shown on the plans. 2.3.1. Type R. Use stones between 50 and 250 Ib. with at least 50% of the stones heavier than 100 Ib. 2.3.2. Type F. Use stones between 50 and 250 Ib. with at least 40% of the stones heavier than 100 Ib. Use stones with at least 1 broad flat surface. 2.3.3. Common. Use stones between 50 and 250 Ib. Use stones that are at least 3 in. in their least dimension. Use stones that are at least twice as wide as they are thick. When shown on the plans or approved, material may consist of broken concrete removed under the Contract or from other approved sources. Cut exposed reinforcement flush with all surfaces before placement of each piece of broken concrete. 2.3.4. Protection. Use boulders or quarried rock that meets the gradation requirements of Table 1. Both the width and the thickness of each piece of riprap must be at least 1/3 of the length. When shown on the plans or as approved, material may consist of broken concrete removed under the Contract or from other approved sources. Cut exposed reinforcement flush with all surfaces before placement of each piece of broken DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 432 concrete. Determine gradation of the finished, in-place, riprap stone under the direct supervision of the Engineer in accordance with ASTM D5519. Table 1 In -Place Protection Riprap Gradation Requirements Size Maximum Size (Ib.) 90% Size1 (Ib.) 50% Size2 (Ib.) 8% Size3 Minimum (Ib.) 12 in. 200 80-180 30-75 3 15 in. 320 170-300 60-165 20 18 in. 530 290-475 105-220 22 21 in. 800 460-720 175-300 25 24 in. 1,000 550-850 200-325 30 30 in. 2,600 1,150-2,250 400-900 40 1. Defined as that size such that 10% of the total riprap stone, by weight, is larger and 90% is smaller. 2. Defined as that size such that 50% of the total riprap stone, by weight, is larger and 50% is smaller. 3. Defined as that size such that 92% of the total riprap stone, by weight, is larger and 8% is smaller. The Engineer may require in-place verification of the stone size. Determine the in-place size of the riprap stone by taking linear transects along the riprap and measuring the intermediate axis of the stone at select intervals. Place a tape measure along the riprap and determine the intermediate axis size of the stone at 2 ft. intervals. Measure a minimum of 100 stones, either in a single transect or in multiple transects, then follow ASTM D5519 Test Procedure Part B to determine the gradation. Table 2 is a guide for comparing the stone size in inches to the stone weight shown in Table 1. Table 2 Protection Riprap Stone Size' Size Dmax (in.) D90 (in.) D50 (in.) D8 (in.) 12 in. 13.76 10.14-13.29 7.31-9.92 3.39 15 in. 16.10 13.04-15.75 9.21-12.91 6.39 18 in. 19.04 15.58-18.36 11.10-14.21 6.59 21 in. 21.85 18.17-21.09 13.16-15.75 6.88 24 in. 23.53 19.28-22.29 13.76-16.18 7.31 30 in. 32.36 24.65-30.84 17.34-22.72 8.05 1. Based on a Specific Gravity of 2.5 and using the following equation for the intermediate axis diameter D = {(12*W)/(Gs*62.4*0.85)}1/3 where: D = intermediate axis diameter in in.; W = weight of stone in lbs.; Gs = Specific Gravity of stone. Note -If the Specific Gravity of the stone is different than 2.5, then the above equation can be used to determine the appropriate size using the actual Specific Gravity. If required, provide bedding stone that, in-place, meets the gradation requirements shown in Table 3 or as otherwise shown on the plans. Determine the size distribution in Table 3 in accordance with ASTM D6913. Table 3 Protection Riprap Bedding Material Gradation Requirements Sieve Size (Sq. Mesh) % by Weight Passing 3" 100 1-1/2" 50-80 3/4" 20-60 #4 0-15 #10 0-5 2.4. Cement -Stabilized Riprap. Provide aggregate that meets Item 247, "Flexible Base," for the type and grade shown on the plans. Use cement -stabilized riprap with 7% hydraulic cement by dry weight of the aggregate. 2.5. Special Riprap. Furnish materials for special riprap according to the plans. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 432 3. CONSTRUCTION Dress slopes and protected areas to the line and grade shown on the plans before the placement of riprap. Place riprap and toe walls according to details and dimensions shown on the plans or as directed. 3.1. Concrete Riprap. Reinforce concrete riprap with 6 x 6 — W2.9 x W2.9 welded wire fabric or with No. 3 or No. 4 reinforcing bars spaced at a maximum of 18 in. in each direction unless otherwise shown. Alternative styles of welded wire fabric that provide at least 0.058 sq. in. of steel per foot in both directions may be used if approved. A combination of welded wire fabric and reinforcing bars may be provided when both are permitted. Provide a minimum 6 -in. lap at all splices. Provide horizontal cover of at least 1 in. and no more than 3 in. at the edge of the riprap. Place the first parallel bar no more than 6 in. from the edge of concrete. Use approved supports to hold the reinforcement approximately equidistant from the top and bottom surface of the slab. Adjust reinforcement during concrete placement to maintain correct position. Sprinkle or sprinkle and consolidate the subgrade before the concrete is placed as directed. All surfaces must be moist when concrete is placed. Compact and shape the concrete once it has been placed to conform to the dimensions shown on the plans. Finish the surface with a wood float after it has set sufficiently to avoid slumping to secure a smooth surface or broom finish as approved. Cure the riprap immediately after the finishing operation according to Item 420, "Concrete Substructures." 3.2. Stone Riprap. Provide the following types of stone riprap when shown on the plans: • Dry Riprap. Stone riprap with voids filled with only spalls or small stones. • Grouted Riprap. Type R, F, or Common stone riprap with voids grouted after all the stones are in place. • Mortared Riprap. Type F stone riprap laid and mortared as each stone is placed. Use spalls and small stones lighter than 25 Ib. to fill open joints and voids in stone riprap, and place to a tight fit. Place mortar or grout only when the air temperature is above 35°F. Protect work from rapid drying for at least 3 days after placement. Place filter fabric with the length running up and down the slope unless otherwise approved. Ensure fabric has a minimum overlap of 2 ft. Secure fabric with nails or pins. Use nails at least 2 in. long with washers or U-shaped pins with legs at least 9 in. long. Space nails or pins at a maximum of 10 ft. in each direction and 5 ft. along the seams. Alternative anchorage and spacing may be used when approved. 3.2.1. Type R. Construct riprap as shown in Figure 1 on the Stone Riprap Standard and as shown on the plans. Place stones in a single layer with close joints so most of their weight is carried by the earth and not the adjacent stones. Place the upright axis of the stones at an angle of approximately 90° to the embankment slope. Place each course from the bottom of the embankment upward with the larger stones in the lower courses. Fill open joints between stones with spalls. Place stones to create a uniform finished top surface. Do not exceed a 6 -in. variation between the tops of adjacent stones. Replace, embed deeper, or chip away stones that project more than the allowable amount above the finished surface. Prevent earth, sand, or foreign material from filling the spaces between the stones when the plans require Type R stone riprap to be grouted. Wet the stones thoroughly after they are in place, fill the spaces between the stones with grout, and pack. Sweep the surface of the riprap with a stiff broom after grouting. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 432 3.2.2. Type F. 3.2.2.1. Dry Placement. Construct riprap as shown in Figure 2 on the Stone Riprap Standard. Set the flat surface on a prepared horizontal earth bed, and overlap the underlying course to secure a lapped surface. Place the large stones first, roughly arranged in close contact. Fill the spaces between the large stones with suitably sized stones placed to leave the surface evenly stepped and conforming to the contour required. Place stone to drain water down the face of the slope. 3.2.2.2. Grouting. Construct riprap as shown in Figure 3 on the Stone Riprap Standard. Size, shape, and lay large flat -surfaced stones to produce an even surface with minimal voids. Place stones with the flat surface facing upward parallel to the slope. Place the largest stones near the base of the slope. Fill spaces between the larger stones with stones of suitable size, leaving the surface smooth, tight, and conforming to the contour required. Place the stones to create a plane surface with a variation no more than 6 in. in 10 ft. from true plane. Provide the same degree of accuracy for warped and curved surfaces. Prevent earth, sand, or foreign material from filling the spaces between the stones. Wet the stones thoroughly after they are in place, fill the spaces between them with grout, and pack. Sweep the surface with a stiff broom after grouting. 3.2.2.3. Mortaring. Construct riprap as shown in Figure 2 on the Stone Riprap Standard. Lap courses as described for dry placement. Wet the stones thoroughly before placing mortar. Bed the larger stones in fresh mortar as they are being place and shove adjacent stones into contact with one another. Spread excess mortar forced out during placement of the stones uniformly over them to fill all voids completely. Point up all joints roughly either with flush joints or shallow, smooth -raked joints as directed. 3.2.3. Common. Construct riprap as shown in Figure 4 on the Stone Riprap Standard. Place stones on a bed excavated for the base course. Bed the base course of stone well into the ground with the edges in contact. Bed and place each succeeding course in even contact with the preceding course. Use spalls and small stones to fill any open joints and voids in the riprap. Ensure the finished surface presents an even, tight surface, true to the line and grades of the typical sections. Prevent earth, sand, or foreign material from filling the spaces between the stones when the plans require grouting common stone riprap. Wet the stones thoroughly after they are in place; fill the spaces between them with grout; and pack. Sweep the surface with a stiff broom after grouting. 3.2.4. Protection. Construct riprap as shown in Figure 5 on the Stone Riprap Standard. Place riprap stone on the slopes within the limits shown on the plans. Place stone for riprap on the filter fabric to produce a reasonably well -graded mass of riprap with the minimum practicable percentage of voids. Construct the riprap to the lines and grades shown on the plans or staked in the field. A tolerance of +6 in. and -0 in. from the slope line and grades shown on the plans is allowed in the finished surface of the riprap. Place riprap to its full thickness in a single operation. Avoid displacing the filter fabric. Ensure the entire mass of stones in their final position is free from objectionable pockets of small stones and clusters of larger stones. Do not place riprap in layers, and do not place it by dumping it into chutes, dumping it from the top of the slope, pushing it from the top of the slope, or any method likely to cause segregation of the various sizes. Obtain the desired distribution of the various sizes of stones throughout the mass by selective loading of material at the quarry or other source or by other methods of placement that will produce the specified results. Rearrange individual stones by mechanical equipment or by hand if necessary to obtain a reasonably well -graded distribution of stone sizes. Use the bedding thickness shown and place stone for riprap on the bedding material to produce a reasonably well -graded mass of riprap with the minimum practicable percentage of voids if required on the plans. 3.3. Pneumatically Placed Concrete Riprap, Class II. Meet Item 431, "Pneumatically Placed Concrete." Provide reinforcement following the details on the plans and Item 440, "Reinforcement for Concrete." Support reinforcement with approved supports throughout placement of concrete. Give the surface a wood -float finish or a gun finish as directed. Cure the riprap with membrane -curing compound immediately after the finishing operation in accordance with Item 420, "Concrete Substructures." DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 432 3.4. Cement -Stabilized Riprap. Follow the requirements of the plans and the provisions for concrete riprap except when reinforcement is not required. The Engineer will approve the design and mixing of the cement - stabilized riprap. 3.5. Special Riprap. Construct special riprap according to the plans. 4. MEASUREMENT This Item will be measured by the cubic yard of material complete in place. Volume will be computed on the basis of the measured area in place and the thickness and toe wall width shown on the plans. If required on the plans, the pay quantity of the bedding material for stone riprap for protection to be paid for will be measured by the cubic yard as computed from the measured area in place and the bedding thickness shown on the plans. 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 "Riprap" of the type, thickness, and void -filling technique (Dry, Grout, Mortar) specified, as applicable. This price is full compensation for furnishing, hauling, and placing riprap and for filter fabric, expansion joint material, concrete and reinforcing steel, grout and mortar, scales, test weights, equipment, labor, tools, and incidentals. Payment for excavation of toe wall trenches, for all necessary excavation below natural ground or bottom of excavated channel, and for shaping of slopes for riprap will be included in the unit price bid per cubic yard of riprap. When bedding is required for protection stone riprap, payment will be made at the unit price for "Bedding Material" of the thickness specified. This price is full compensation for furnishing, hauling, placing, and maintaining the bedding material until placement of the riprap cover is completed and accepted; excavation required for placement of bedding material; and equipment, scales, test weights, labor, tools, and incidentals. No payment will be made for excess thickness of bedding nor for material required to replace embankment material lost by rain wash, wind erosion, or otherwise. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 438 Item 438 Cleaning and Sealing Joints 1. DESCRIPTION Clean and seal joints in new or existing rigid concrete pavements and bridge decks. Resize joints in rigid concrete pavements and approach slabs as shown on the plans. 2. MATERIALS Use sealants of the class specified on the plans that meet the requirements of DMS -6310, "Joint Sealants and Fillers." Use primers recommended by the manufacturer of the sealant if required. Provide backer rods that are circular and are 25% larger than the joint opening. Use backer rods compatible with the sealant that do not react or bond together. 3. EQUIPMENT Use equipment that meets sealant manufacturer's recommendations. Use air compressors equipped with appropriate filters for removing oil and water from the air. Provide concrete saws with sufficient capacity to cut full depth of concrete pavement, approach slabs, and pan girder joints. 4. CONSTRUCTION Submit information from the sealant manufacturer showing recommended equipment and installation procedures before starting work. All equipment and procedures will be subject to approval. If the equipment causes damage to dowels, reinforcing steel, concrete, base, sub -base, or subgrade, repair the damage and change the procedure and equipment to prevent further damage. 4.1. Preparation. Remove all debris, dirt, dust, saw -cuttings, and other foreign material from joint by an approved method. Collect and dispose of all the removed material. Remove existing preformed bituminous fiber board material or other spacer material the full depth of the joint along with all other debris in the joint opening. Resize the joint sealant space by sawing to the width and depth shown on the plans to accommodate the type of sealant specified. Clean debris from the diaphragm windows below the joints on concrete slab and girder bridges. Abrasive blast clean the vertical faces of joints armored with steel to remove all visible rust, paint, mill scale, and other forms of contamination, leaving a white metal appearance. Clean concrete and other surfaces by method approved and in accordance with the manufacturer's specifications before placing sealant. Air blast the joint after cleaning to remove all dust. Saw -cut concrete pavement and concrete approach slab full depth to provide joint opening as shown on the plans and as directed. Clean all debris out of the joint full depth of concrete pavement. 4.2. Sealing. Place the sealant in accordance with the manufacturer's recommended procedures. Apply the primer, when required, at the specified rate and time interval before applying the sealant. Apply the sealant to dry joint surfaces unless otherwise recommended by the sealant manufacturer. Tool any sealant material that is not self -leveling to force the sealant against the joint surfaces. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 438 Place approved support spacers into joints as shown on the plans for concrete pavement. Place a backer rod in the joint opening to prevent the sealant from flowing through the joint and to hold the sealant at its required elevation unless directed otherwise. Set the top of the sealant and thickness of sealant as shown on the plans. Do not place sealant in an expansion -type joint if surface temperature is below 55°F or above 90°F. 5. MEASUREMENT When specified on the plans to be a pay item, this Item will be measured by the foot of sealant placed. 6. PAYMENT Unless otherwise specified on the plans, the work performed and materials furnished as this Item requires will not be paid for directly but will be subsidiary to bid items of the Contract. When shown as a pay item, 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 "Cleaning and Sealing Existing Joints," "Cleaning and Sealing Joints" of the class, if specified, and "Cleaning Existing Joints," and "Resizing and Sealing Joints." This price is full compensation for furnishing all materials; sawing, routing, and cleaning and installing; disposing of debris; and equipment, labor, tools, and incidentals. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 441 Item 441 Steel Structures 1. DESCRIPTION Fabricate and erect structural steel and other metals used for steel structures or for steel portions of structures. 2. MATERIALS 2.1. Base Metal. Use metal that meets Item 442, "Metal for Structures." 2.2. Approved Electrodes and Flux -Electrode Combinations. Use only electrodes and flux -electrode combinations found on the Department's MPL. To request a product be added to this list or to renew an expired approval, electronically submit a current Certificate of Conformance containing all tests required by the applicable AWS A5 specification according to the applicable welding code (for most construction, AASHTO/AWS D1.5, Bridge Welding Code, or AWS D1.1, Structural Welding Code—Steel) to the Construction Division. High -Strength Bolts. Use fasteners that meet Item 447, "Structural Bolting." Use galvanized fasteners on field connections of bridge members when ASTM A325 bolts are specified and steel is painted. Paint Systems. Provide the paint system (surface preparation, primer, intermediate, and appearance coats as required) shown on the plans. Provide System IV if no system is specified. Standard Paint Systems. Standard paint systems for painting new steel include the following: 2.4.1.1. System III -B. Provide paint in accordance with DMS -8101, "Structural Steel Paints -Performance." Provide inorganic zinc (IOZ) prime coat, epoxy intermediate coat, and urethane appearance coat for all outer surfaces except those to be in contact with concrete. Provide epoxy zinc prime coat for touchup of 10Z. 2.4.1.2. System IV. Provide paint in accordance with DMS -8101, "Structural Steel Paints -Performance." Provide 10Z prime coat and acrylic latex appearance coat for all outer surfaces except those to be in contact with concrete. Provide epoxy zinc prime coat for touchup of 10Z. 2.4.2. Paint Inside Tub Girders and Closed Boxes. Provide a white polyamide cured epoxy for all interior surfaces, including splice plate but excluding the faying surfaces, unless otherwise shown on the plans. Provide 10Z primer meeting the requirements of DMS -8101, "Structural Steel Paints—Performance," to all interior faying surfaces and splice plates. 2.4.3. Special Protection System. Provide the type of paint system shown on the plans or in special provisions to this Item. Special Protection Systems must have completed NTPEP Structural Steel Coatings (SSC) testing regimen as a complete system, with full data available through NTPEP. 2.4.4. Galvanizing. Provide galvanizing, as required, in accordance with Item 445, "Galvanizing." 2.4.5. Paint over Galvanizing. Paint over galvanized surfaces, when required, in accordance with Item 445, "Galvanizing." 2.4.6. Field Painting. Provide field paint, as required, in accordance with Item 446, "Field Cleaning and Painting Steel." DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 441 3. CONSTRUCTION 3.1. General Requirements. 3.1.1. Applicable Codes. Perform all fabrication of bridge members in accordance with AASHTO/NSBA Steel Bridge Collaboration S2.1. Follow all applicable provisions of the appropriate AWS code (D1.5 or D1.1) except as otherwise noted on the plans or in this Item. Weld sheet steel (thinner than 1/8 in.) in accordance with ANSI/AWS D1.3, Structural Welding Code—Sheet Steel. Unless otherwise stated, requirements of this Item are in addition to the requirements of S2.1 for bridge members. Follow the more stringent requirement in case of a conflict between this Item and S2.1. Perform all bolting in accordance with Item 447, "Structural Bolting." Fabricate railroad underpass structures in accordance with the latest AREMA Manual for Railway Engineering and this Item. In the case of a conflict between this Item and the AREMA manual, the more stringent requirements apply. 3.1.2. Notice of Fabrication. Give adequate notice before commencing fabrication work as specified in Table 1. Include a schedule for all major fabrication processes and dates when inspections are to occur. Table 1 Notice of Beainnina Work Plant Location Notice Required In Texas 7 days In the contiguous United States 21 days Outside the contiguous United States 60 days Perform no Department work in the plant before the Engineer authorizes fabrication. The Contractor must bear all Department travel costs when changes to their fabrication or inspection schedules are not adequately conveyed to the Department. When any structural steel is fabricated outside of the contiguous 48 states, the additional cost of inspection will be in accordance with Article 6.4., "Sampling, Testing, and Inspection." 3.1.3. Bridge Members. Primary bridge members include: • web and flanges of plate, tub, and box girders; • rolled beams and cover plates; • floor beam webs and flanges; • arch ribs and arch tie beams or girders; • truss members; • diaphragm members for curved plate girders or beams; • pier diaphragm members for tub girders; • splice plates for primary members; and • any other member designated as "primary" or "main" on the plans. Secondary bridge members include: • bracing (diaphragms, cross frames, and lateral bracing); and • all other miscellaneous bridge items not considered primary bridge members. 3.1.4. Responsibility. The Contractor is responsible for the correctness and completeness of shop drawings and for the fit of shop and field connections. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 441 3.1.5. Qualification of Plants and Personnel. 3.1.5.1. Plants. Fabrication plants that produce bridge members must be approved in accordance with DMS -7370, "Steel Bridge Member Fabrication Plant Qualification." The Department's MPL has a list of approved bridge member fabrication plants. Fabrication plants that produce non -bridge steel members listed below must be approved in accordance with DMS -7380, "Steel Non -Bridge Member Fabrication Plant Qualification." The Construction Division maintains a list of approved non -bridge fabrication plants for the following items: • Roadway Illumination Poles, • High Mast Illumination Poles, • High Mast Rings and Support Assemblies, • Overhead Sign Support Structures, • Traffic Signal Poles, and • Intelligent Transportation System (ITS) Poles The Department will evaluate non -bridge member fabrication plants for competence of the plant, equipment, organization, experience, knowledge, and personnel to produce acceptable work. 3.1.5.2. Personnel. Provide a QC staff qualified in accordance with the applicable AWS code. Provide an adequate number of qualified QC personnel for each specific production operation. QC must be on-site and independent of production personnel, as the Engineer determines. QC personnel must be proficient in utilizing the applicable plans, specifications, and test methods, and in verifying compliance with the plant QC and production procedures. Welding inspectors must be current AWS Certified Welding Inspectors for bridge member plants, and for non -bridge member plants requiring Department approval per DMS -7380, "Steel Non -Bridge Member Fabrication Plant Qualification." The QC staff must provide inspection of all materials and workmanship before the Department's inspection. Provide the Department inspector with adequate personnel and equipment needed to move material for inspection access. QC is solely the Contractor's responsibility. 3.1.5.3. Nondestructive Testing (NDT). Personnel performing NDT must be qualified in accordance with the applicable AWS code and the employer's Written Practice. Level III personnel who qualify AS Level I and Level II inspectors must be certified by ASNT for which the NDT Level III is qualified. Testing agencies and individual third -party contractors must also successfully complete periodic audits for compliance, performed by the Department. In addition, ultrasound technicians must pass a hands-on test the Construction Division administers. This will remain current provided they continue to perform testing on Department materials as evidenced by test reports requiring their signature. A technician who fails the hands-on test must wait 6 months before taking the test again. Qualification to perform ultrasonic testing will be revoked when the technician's employment is terminated or when the technician goes 6 months without performing a test on a Department project. The technician must pass a new hands-on test to be re -certified. 3.1.5.4. Welding Procedure Specifications Qualification Testing. For bridge member fabrication, laboratories performing welding procedure specifications (WPSs) qualified by testing must be approved in accordance with DMS -7360, "Qualification Procedure for Laboratories Performing Welding Procedure Qualification Testing." The Department's MPL has a list of laboratories approved to perform WPS qualification testing. 3.1.6. Drawings. 3.1.6.1. Erection Drawings. Submit erection drawings prepared by a licensed professional engineer, including calculations, for approval in accordance with Item 5, "Control of the Work," at least 4 weeks before erecting any portion of field -spliced (welded or bolted) girders, railroad underpasses, trusses, arches, or other members for which erection drawings are required on the plans. Include drawings and calculations for any temporary structures used to support partially erected members. Erection drawings are not required for rolled I-beam units unless otherwise noted on the plans. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 441 Prepare erection drawings following the procedures outlined in Section 2.2 of the AASHTO/NSBA Steel Bridge Collaboration S10.1. As a minimum, include: • plan of work area showing structure location relative to supports and all obstructions; • equipment to be used including allowable load information; • erection sequence for all pieces; • member weights and center of gravity location of pieces to be lifted; • locations of cranes, holding cranes, and temporary supports (falsework), including when to release load from temporary supports and holding cranes; • details of falsework including specific bracing requirements with maximum allowable design wind speed clearly indicated; • girder lifting points; • diaphragm and bracing requirements; and • minimum connection requirements when more than the standard requirements. Perform girder erection analyses using UT -Lift and UT -Bridge software available on the Department's website or other suitable commercial software. Ensure temporary stresses in members being erected will not cause permanent damage and that stability is maintained throughout the erection operations. Provide actual input files and output results from UT -Lift and UT -Bridge, or graphical and hard copy results from commercial software programs. Do not proceed if site conditions differing from those depicted on the approved erection drawings could affect temporary support stresses, erected girders, or public safety in any manner. Revise erection drawings and resubmit to the Engineer for approval before proceeding if site conditions could affect these things. 3.1.6.2. Shop Drawings. Prepare and electronically submit shop drawings before fabrication for each detail of the general plans requiring the use of structural steel, forgings, wrought iron, or castings as documented in the Guide to Electronic Shop Drawing Submittal available on the Bridge Division website and as directed for other items the standard specifications require. Indicate joint details on shop drawings for all welds. Provide a title block on each sheet in the lower right corner that includes: • project identification data including federal and state project numbers, • sheet numbering for the shop drawings, • name of the structure or stream for bridge structures, • name of owner or developer, • name of the fabricator or supplier, and • name of the Contractor. Provide one set of 11 x 17 -in. approved shop drawings in hardcopy to the Department for the inspector at the fabrication plant. 3.1.6.2.1. Bridge Members. Prepare drawings in accordance with AASHTO/NSBA Steel Bridge Collaboration G1.3, "Shop Detail Drawing Presentation" unless otherwise approved. Print a bill of material on each sheet, including the Charpy V -Notch (CVN) and fracture -critical requirements, if any, for each piece. Indicate fracture -critical areas of members. 3.1.6.2.2. Non -Bridge Members. Furnish shop drawings for non -bridge members when required by the plans or pertinent Items. 3.1.7. Welding Procedure Specifications (WPSs). Submit WPSs and test reports in accordance with the applicable AWS code to the Construction Division before fabrication begins, and notify the Engineer which procedures will be used for each joint or joint type. Do not begin fabrication until the Engineer approves WPSs. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 441 Post the approved WPSs for the welding being performed on each welding machine, or use another approved method of ensuring the welder has access to the procedure information at all times. 3.1.8. Documentation. Before beginning fabrication, provide a completed Material Statement Form 1818 (a.k.a. D -9 -USA -1) with supporting documentation (such as mill test reports (MTRs)) that the producing mill issues and qualified personnel verifies. Ensure the documentation legibly reflects all information the applicable ASTM specifications require. Supply documents electronically to the Department. Provide a copy of the shipping or storage invoice, as material is shipped or placed in approved storage that reflects: • member piece mark identification and calculated weight per piece from the contract drawings, • number of pieces shipped or in storage, • total calculated weight for each invoice per bid item, and • the unique identification number of the shipping or storage invoice. The inspector's acceptance of material or finished members will not prohibit subsequent rejection if the material or members are found to be damaged or defective. Replace rejected material promptly. 3.1.9. Material Identification. Assembly -mark individual pieces and issue cutting instructions to the shop using a system that will maintain identity of the original piece. Identify structural steel by standard and grade of steel. Also differentiate between material toughness requirements (CVN, fracture -critical) as well as any other special physical requirements. In addition, identify structural steel for primary members by mill identification numbers (heat numbers). Use an approved identification system. Use either paint or low -stress stencils to make identification markings on the metal. Mark the material as soon as it enters the shop and carry the markings on all pieces through final fabrication. Transfer the markings before cutting steel for primary members of bridge structures into smaller pieces. Loss of identification marking on any piece, with no other positive identification, or loss of heat number identification on any primary member piece will render the piece unacceptable for use. Unidentifiable material may be approved for use after testing to establish acceptability to the satisfaction of the Engineer. Have an approved testing facility perform testing and a licensed professional engineer sign and seal the results. 3.2. Welding. 3.2.1. Details. 3.2.1.1. Rolled Edges. Trim plates with rolled edges used for webs by thermal cutting. 3.2.1.2. Weld Tabs. Use weld tabs at least 2 in. long for manual and semi-automatic processes, at least 3 in. long for automatic processes, and in all cases at least as long as the thickness of the material being welded. Use longer weld tabs as required for satisfactory work. 3.2.1.3. Weld Termination. Terminate fillet welds approximately 1/4 in. from the end of the attachment except for galvanized structures and flange -to -web welds, for which the fillet weld must run the full length of the attachment, unless otherwise shown on the plans. 3.2.1.4. 3.2.1.5. 3.2.1.6. No -Paint Areas at Field -Welded Connections. Keep surfaces within 4 in. of groove welds or within 2 in. of fillet welds free from shop paint. Galvanized Assemblies. Completely seal all edges of tightly contacting surfaces by welding before galvanizing. Submerged -Arc Welding (SAW). Do not use hand-held semiautomatic SAW for welding bridge members unless altered to provide automatic guidance or otherwise approved. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 441 3.2.1.7. Tubular Stiffeners for Bridge Members. Weld in accordance with AWS D1.5, using WPSs qualified based on tests on ASTM A709 Gr. 50W or Gr. 50 steel for non -weathering applications and ASTM A709 Gr. 50W steel for weathering applications. 3.2.1.8. Non -Bridge Member Weathering Steel Welds. Provide weld metal with atmospheric corrosion resistance and coloring characteristics similar to that of the base metal for weathering steel structures fabricated per AWS D1.1. 3.2.2. Shop Splices. 3.2.2.1. Shop Splice Locations. Keep at least 6 in. between shop splices and stiffeners or cross -frames. Obtain approval for shop splices added after shop drawings are approved. 3.2.2.2. Grinding Splice Welds. Grind shop groove welds in flange plates smooth and flush with the base metal on all surfaces whether the joined parts are of equal or unequal thickness. Grind so the finished grinding marks run in the direction of stress, and keep the metal below the blue brittle range (below 350°F). Groove welds in web plates, except at locations of intersecting welds, need not be ground unless shown on the plans except as required to meet AWS welding code requirements. 3.2.3. Joint Restraint. Never restrain a joint on both sides when welding. 3.2.4. Stiffener Installation. 3.2.4.1. Flange Tilt. Members must meet combined tilt and warpage tolerances before the installation of stiffeners. Cut stiffeners to fit acceptable flange tilt and cupping. Minor jacking or hammering that does not permanently deform the material will be permitted. 3.2.4.2. Stiffeners Near Field Splices. Tack weld intermediate stiffeners within 12 in. of a welded field splice point in the shop. Weld the stiffeners in the field in accordance with Item 448, "Structural Field Welding," after the splice is made. 3.2.5. Nondestructive Testing (NDT). Perform magnetic particle testing (MT), radiographic testing (RT), or ultrasonic testing (UT) at the Contractor's expense as specified in D1.5 for bridge structures. The Engineer will periodically witness, examine, verify, and interpret NDT. Additional welds may be designated for NDT on the plans. Retest repaired groove welds per the applicable AWS code after repairs are made and have cooled to ambient temperature. Complete NDT and repairs before assembly of parts into a member, but after any heat -correction of weld distortion. 3.2.5.1. Radiographic Testing. Radiographs must have a density of at least 2.5 and no more than 3.5, as a radiographer confirms. The density in any single radiograph showing a continuous area of constant thickness must not vary in this area by more than 0.5. Use only ASTM System Class I radiographic film as described in ASTM E1815. Use low -stress stencils to make radiograph location identification marks on the steel. 3.2.5.2. Ultrasonic Testing. Have UT equipment calibrated yearly by an authorized representative of the equipment manufacturer or by an approved testing laboratory. 3.2.5.3. Magnetic Particle Testing. Use half -wave rectified DC when using the yoke method unless otherwise approved. Welds may be further evaluated with prod method for detecting centerline cracking. 3.2.6. Testing of Galvanized Weldments. If problems develop during galvanizing of welded material, the Engineer may require a test of the compatibility of the combined galvanizing and welding procedures in accordance with this Section and may require modification of one or both of the galvanizing and welding procedures. Prepare a test specimen with a minimum length of 12 in. using the same base material, with the same joint configuration, and using the welding procedure proposed for production work if testing is required. Clean and DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 441 galvanize this test specimen using the same conditions and procedure that will be applied to the production galvanizing. Examine the test specimen after galvanizing. There must be no evidence of excessive buildup of zinc coating over the weld area. Excessive zinc coating buildup will require modification of the galvanizing procedure. Remove the zinc from the weld area of the test specimen and visually examine the surface. There must be no evidence of loss of weld metal or any deterioration of the base metal due to the galvanizing or welding procedure. Modify the galvanizing or welding procedure as required if there is evidence of deterioration or loss of weld metal, and run a satisfactory retest on the modified procedures before production work. Report procedures and results on the galvanized weldment worksheet provided by the Department. 3.3. Bolt Holes. Detail holes on shop drawings 1/16 in. larger in diameter than the nominal bolt size shown on the plans unless another hole size is shown on the plans. Thoroughly clean the contact surfaces of connection parts in accordance with Item 447, "Structural Bolting," before assembling them for hole fabrication. Make holes in primary members full-size (by reaming from a subsize hole, drilling full-size, or punching full-size where permissible) only in assembly unless otherwise approved. Ream and drill with twist drills guided by mechanical means unless otherwise approved. If subpunching holes, punch them at least 3/16 in. smaller than the nominal bolt size. Submit the proposed procedures for approval to accomplish the work from initial drilling or punching through check assembly when numerically controlled (N/C) equipment is used. Use thermal cutting for holes only with permission of the Engineer. Permission for thermal cutting is not required for making slotted holes, when slotted holes are shown on the plans, by drilling or punching 2 holes and then thermally cutting the straight portion between them. Perform all thermal cutting in accordance with Section 441.3.5.1., "Thermal Cutting." Slightly conical holes that naturally result from punching operations are acceptable provided they do not exceed the tolerances of S2.1. The tolerance for anchor bolt hole diameter for bridge bearing assemblies is +1/8 in., -0. 3.4. Dimensional Tolerances. Meet tolerances of the applicable AWS specifications and S2.1 except as modified in this Section. 3.4.1. Rolled Sections. Use ASTM A6 mill tolerances for rolled sections, except D1.5 camber tolerances apply to rolled sections with a specified camber. 3.4.2. Flange Straightness. Ensure flanges of completed girders are free of kinks, short bends, and waviness that depart from straightness or the specified camber by more than 1/8 in. in any 10 ft. along the flange. Rolled material must meet this straightness requirement before being laid out or worked. Plates must meet this requirement before assembly into a member. Inspect the surface of the metal for evidence of fracture after straightening a bend or buckle. The Engineer may require nondestructive testing. 3.4.3. Alignment of Deep Webs in Welded Field Connections. For girders 48 in. deep or deeper, the webs may be slightly restrained while checking compliance with tolerances of S2.1 for lateral alignment at field -welded connections. In the unrestrained condition, webs 48 in. deep or deeper must meet the tolerances of Table 2. Girders under 48 in. deep must meet the alignment tolerances of S2.1. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 441 Table 2 Web Alignment Tolerances for Deep Girders Web Depth (in.) Maximum Web Misalignment (in.) 48 1/16 60 1/8 72 1/4 84 5/16 96 5/16 108 3/8 120 7/16 132 7/16 144 1/2 3.4.4. Bearings. Correct bearing areas of shoes, beams, and girders using heat, external pressure, or both. Grind or mill only if the actual thickness of the member is not reduced by more than 1/16 in. below the required thickness. 3.4.4.1. I -Beams, Plate Girders, and Tub Girders. The plane of the bearing area of beams and girders must be perpendicular to the vertical axis of the member within 1/16 in. in any 24 in. 3.4.4.2. Closed Box Girders. Meet these tolerances: • The plane of the bearing areas of the box girder is perpendicular to the vertical axis of the girder within 1/16 in. across any horizontal dimension of the bearing. • The planes of the beam supports on the box girder are true to the vertical axis of the supported beams or girders to 1/16 in. in any 24 in. In the shop, verify the plane of all bearing areas with the box placed on its bearings to field grade, using an approved process for verification. 3.4.4.3. Shoes. Meet these tolerances: • The top bolster has the center 75% of the long dimension (transverse to the girder) true to 1/32 in., with the remainder true to 1/16 in., and is true to 1/32 in. across its entire width in the short dimension (longitudinal to the girder). • The bottom bolster is true to 1/16 in. across its diagonals. • For a pin and rocker type expansion shoe, the axis of rotation coincides with the central axis of the pin. • When the shoe is completely assembled, as the top bolster travels through its full anticipated range, no point in the top bolster plane changes elevation by more than 1/16 in. and the top bolster does not change inclination by more than 1 degree, for the full possible travel. 3.4.4.4. Beam supports. Fabricate beam support planes true to the box girder bearing to 1/16 in. in the short direction and true to the vertical axis of the nesting girders to 1/16 in. 3.4.5. End Connection Angles. For floor beams and girders with end connection angles, the tolerance for the length back to back of connection angles is ±1/32 in. Do not reduce the finished thickness of the angles below that shown on the shop drawings if end connections are faced. 3.5. Other Fabrication Processes. 3.5.1. Thermal Cutting. Use a mechanical guide to obtain a true profile. Hand -cut only where approved. Hand - cutting of radii for beam copes, weld access holes, and width transitions is permitted if acceptable profile and finish are produced by grinding. Provide a surface finish on thermal -cut surfaces, including holes, in accordance with D1.5 requirements for base metal preparation. Obtain approval before using other cutting processes. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 441 3.5.2. Oxygen -Gouging. Do not oxygen -gouge quenched and tempered (Q&T), normalized, or thermo- mechanically controlled processed (TMCP) steel. 3.5.3. Annealing and Normalizing. Complete all annealing or normalizing (as defined in ASTM A941) before finished machining, boring, and straightening. Maintain the temperature uniformly throughout the furnace during heating and cooling so the range of temperatures at all points on the member is no more than 100°F. 3.5.4. Machining. Machine the surfaces of expansion bearings so the travel direction of the tool is in the direction of expansion. 3.5.5. Camber. Complete cambering in accordance with S2.1 before any heat -curving. 3.5.6. Heat Curving. Heat -curve in accordance with S2.1. The methods in the AASHTO bridge construction specifications are recommended. Attach cover plates to rolled beams before heat -curving only if the total thickness of one flange and cover plate is less than 2-1/2 in. and the radius of curvature is greater than 1,000 ft. Attach cover plates for other rolled beams only after heat -curving is completed. Locate and attach connection plates, diaphragm stiffeners, and bearing stiffeners after curving, unless girder shrinkage is accounted for. 3.5.7. Bending of Quenched and Tempered Steels. The cold -bending radius limitations for HPS 70W in S2.1 apply to all Q&T steels. 3.6. Nonconformance Reports (NCRs). Submit an NCR to the Engineer for approval when the requirements of this Item are not met. Submit NCRs in accordance with the Construction Division's NCR guidelines document. Have readily available access to the services of a licensed professional engineer experienced in steel structures design and fabrication. This licensed professional engineer may be responsible for reviewing potentially structurally deficient members in accordance with the NCR guidelines document. Receive Department approval before beginning repairs. Perform all repair work in strict compliance with the approved NCR and repair procedure. 3.7. Shop Assembly. 3.7.1. General Shop Assembly. Shop -assemble field connections of primary members of trusses, arches, continuous beam spans, bents, towers (each face), plate girders, field connections of floor beams and stringers (including for railroad structures), field -bolted diaphragms for curved plate girders and railroad underpasses, and rigid frames. Field -bolted cross -frames and rolled -section diaphragms do not require shop assembly. Complete fabrication, welding (except for shear studs), and field splice preparation before members are removed from shop assembly. Obtain approval for any deviation from this procedure. The Contractor is responsible for accurate geometry. Use a method and details of preassembly consistent with the erection procedure shown on the erection plans and camber diagrams. The sequence of assembly may start from any location in the structure and proceed in one or both directions. An approved method of sequential geometry control is required unless the full length of the structure is assembled. Verify by shop assembly the fit of all bolted and welded field connections between bent cap girders and plate girders or between plate girders and floor beams. Do not measure horizontal curvature and vertical camber for final acceptance until all welding and heating operations are completed and the steel has cooled to a uniform temperature. Check horizontal curvature and vertical camber in a no-load condition. 3.7.2. Bolted Field Connections. Each shop assembly, including camber, alignment, accuracy of holes, and fit of milled joints, must be approved before the assembly is dismantled. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 441 Assemble with milled ends of compression members in full bearing. Assemble non-bearing connections to the specified gap. Ream all subsize holes to the specified size while the connections are assembled, or drill full size while the connections are assembled. Notify the Engineer before shipping if fill plates or shims are added. Adding or increasing the thickness of shims or fill plates in bearing connections requires approval. Use drift pins and snug -tight bolts during the drilling process to ensure all planes of the connection (webs and flanges) can be assembled simultaneously. Do not use tack welds to secure plates while drilling. Secure parts not completely bolted in the shop with temporary bolts to prevent damage in shipment and handling. Never use tack welds in place of temporary bolts. Match -mark connecting parts in field connections using low -stress stencils in accordance with the diagram in the erection drawings. 3.7.3. Welded Field Connections. Mill or grind bevels for groove welds. Do not cut into the web when cutting the flange bevel adjacent to the web. End preparation, backing, and tolerances for girder splices must be in accordance with Item 448, "Structural Field Welding." Details for all other field -welds must conform to the applicable AWS code unless otherwise shown on the plans. In the shop, prepare ends of beams or girders to be field -welded taking into account their relative positions in the finished structure due to grade, camber, and curvature. Completely shop -assemble and check each splice. Match -mark the splice while it is assembled with low -stress stencils in accordance with the diagram in the erection drawings. 3.8. Finish and Painting. 3.8.1. Shop Painting. Perform shop painting of bridge members as required in DMS -8104, "Paint, Shop Application for Steel Bridge Members." Grind corners on new steel items to be painted (except for the coatings on box and tub girder interiors) that are sharp or form essentially 90° angles to an approximately 1/16 in. flat surface before blast cleaning. (A corner is the intersection of 2 plane faces.) This requirement does not apply to punched or drilled holes. Do not omit shop paint to preserve original markings. Ensure painted faying surfaces meet the required slip and creep coefficients for bolted connections as outlined in DMS -8104, "Paint, Shop Application for Steel Bridge Members." Use a Class A slip (minimum slip coefficient of 0.33) if no slip coefficient or corresponding surface condition is specified Perform all required testing at no expense to the Department. Surface preparation and painting the interiors of Tub Girders and Closed Boxes is in accordance with DMS -8104, "Paint, Shop Application for Steel Bridge Members." 3.8.2. Weathering Steel. Provide an SSPC-SP 6 blast in the shop to all fascia surfaces of unpainted weathering steel beams. Fascia surfaces include: • exterior sides of outermost webs and undersides of bottom flanges of plate girders and rolled beams, • all outer surfaces of tub girders and box girders, • all surfaces of truss members, • webs and undersides of bottom flanges of plate diaphragms, • bottom surfaces of floor beams, and • any other surfaces designated as "fascia" on the plans. Do not mark fascia surfaces. Use one of the following methods as soon as possible to remove any markings or any other foreign material that adheres to the steel during fabrication and could inhibit the formation of oxide film: • SSPC-SP 1, "Solvent Cleaning," • SSPC-SP 2, "Hand Tool Cleaning," • SSPC-SP 3, "Power Tool Cleaning," and DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 441 ■ SSPC-SP 7, "Brush-off Blast Cleaning." Do not use acids to remove stains or scales. Feather out touched -up areas over several feet. 3.8.3. Machined Surfaces. Clean and coat machine -finished surfaces that are in sliding contact, particularly pins and pinholes, with a non-drying, water-repellent grease -type material containing rust -inhibitive compounds. Ensure the coating material contains no ingredients that might damage the steel. Protect machined surfaces from abrasive blasting. 3.9. Handling and Storage of Materials. Prevent damage when storing or handling girders or other materials. Remove or repair material damaged by handling devices or improper storage by acceptable means in accordance with ASTM A6 and the applicable AWS code. Place stored materials on skids or acceptable dunnage above the ground. Keep materials clean. Shore girders and beams to keep them upright and free of standing water. Place support skids close enough to prevent excessive deflection in long members such as columns. Do not stack completed girders or beams at the jobsite. Protect structural steel from salt water or other corrosive environments during storage and transit. 3.10. Marking and Shipping. Mark all structural members in accordance with the erection drawings. If a surface is painted, make the marks over the paint. Do not use impact -applied stencils to mark painted surfaces. Mark the weight directly on all members weighing more than 3 tons. Keep material clean and free from injury during loading, transportation, unloading, and storage. Pack bolts of each length and diameter, and loose nuts or washers of each size, separately and ship them in boxes, crates, kegs, or barrels. Plainly mark a list and description of the contents on the outside of each package. 3.11. Field Erection. Do not lift and place any steel member, including girders and diaphragms, over an open highway or other open travel way unless otherwise approved. Do not allow traffic to travel under erected members until sufficiently stable as shown on approved erection drawings. 3.11.1. Pre -Erection Conference. Schedule and attend a pre -erection conference with the Engineer at least 7 days before commencing steel erection operations. Do not install falsework or perform any erection operations before the meeting. 3.11.2. Methods and Equipment. Do not tack -weld parts instead of using erection bolts. Do not tack -weld parts to hold them in place for bolting. Provide falsework, tools, machinery, and appliances, including drift pins and erection bolts. Provide enough drift pins, 1/32 in. larger than the connection bolts, to fill at least 1/4 of the bolt holes for primary connections. Use erection bolts of the same diameter as the connection bolts. Securely tie, brace, or shore steel beams or girders immediately after erection as shown on the erection drawings. Maintain bracing or shoring until the diaphragms are in place and as specified in the erection drawings. Protect railroad, roadway, and marine traffic underneath previously erected girders or beams from falling objects associated with other construction activities. Only welders certified or working directly under the supervision of a foreman certified in accordance with Item 448, "Structural Field Welding," may handle torches when applying heat to permanent structural steel members. 3.11.3. Falsework. Construct falsework in accordance with the erection plan. Construct foundations for shore towers as shown on erection drawings. Do not use timber mats with deteriorated timbers or soil to construct shore tower foundations. Notify the Engineer of completed falsework to obtain approval before opening roadway to traffic or starting girder erection activities. Ensure falsework is protected from potential vehicle impact. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 441 Inspect and maintain falsework daily. Use screw jacks or other approved methods to control vertical adjustment of falsework to minimize the use of shims. 3.11.4. Handling and Assembly. Accurately assemble all parts as shown on the plans and the approved shop drawings. Verify match -marks. Handle parts carefully to prevent bending or other damage. Do not hammer if doing so damages or distorts members. Do not weld any member for transportation or erection unless noted on the plans or approved by the Engineer. 3.11.4.1. Welded Connections. Weld flange splices to 50% of their thickness and meet the minimum erection bracing and support requirements before releasing the erection cranes, as shown on the plans and on the approved erection plans. Field -weld in accordance with Item 448, "Structural Field Welding." 3.11.4.2. Bolted Connections. Before releasing the erection cranes: • install 50% of the bolts in the top and bottom flanges and the web with all nuts finger -tight, • meet the minimum erection bracing and support requirements shown on the plans and on the approved erection plans, and • install top lateral bracing across the connection for tub girders, and fully tension the bolts connecting the bracing to the top flanges. Install high-strength bolts, including erection bolts, in accordance with Item 447, "Structural Bolting." Clean bearing and faying surfaces for bolted connections in accordance with Item 447, "Structural Bolting." Clean the areas of the outside ply under washers, nuts, and bolt heads before bolt installation. Ensure the required faying surface condition is present at the time of bolting. 3.11.5. Misfits. Correct minor misfits. Ream no more than 10% of the holes in a plate connection (flange or web), and ensure no single hole is more than 1/8 in. larger than the nominal bolt diameter. Submit proposed correction methods for members with defects that exceed these limits or prevent the proper assembly of parts. Straighten structural members in accordance with S2.1. Make all corrections in the presence of the Engineer at no expense to the Department. Do not remove and reweld gusset plates without approval. 3.11.6. Bearing and Anchorage Devices. Place all bearing devices such as elastomeric pads, castings, bearing plates, or shoes on properly finished bearing areas with full and even bearing on the concrete. Place metallic bearing devices on 1/4 in. -thick preformed fabric pads manufactured in accordance with DMS -6160, "Water Stops, Nylon -Reinforced Neoprene Sheet, and Elastomeric Pads," to the dimensions shown on the plans. Provide holes in the pad that are no more than 1/4 in. larger than the bolt diameter. Build the concrete bearing area up to the correct elevation once it has been placed below grade using mortar that meets Item 420, "Concrete Substructures," and provide adequate curing. Use only mortar for build-ups between 1/8 in. and 3/8 in. thick. Use galvanized steel shims or other approved shim materials in conjunction with mortar if the bearing area must be raised more than 3/8 in. Provide at least 75% contact of flange to shoe with no separation greater than 1/32 in. for beams and girders. Make corrections using heat or pressure in accordance with S2.1, or with galvanized shims. Correct small irregularities by grinding. Provide at least 85% contact between the rocker plate and the base plate. Adjust the location of slotted holes in expansion bearings for the prevailing temperature. Adjust the nuts on the anchor bolts at the expansion ends of spans to permit free movement of the span. Provide lock nuts or burr the threads. Remove all foreign matter from sliding or machine -finished surfaces before placing them in the structure. Restore distorted bearing pads or expansion bearings to an equivalent 70°F position after completion of all welded or bolted splices, using an approved method of relieving the load on the bearing devices. 3.11.7. Erecting Forms. Do not erect forms until all welding or bolting is complete and the unit is positioned and properly set on the bearings unless otherwise noted on the plans. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 441 3.11.8. Field Finish. Paint in accordance with Item 446, "Field Cleaning and Painting Steel." Restore weathering steel that will remain unpainted to a uniform appearance by solvent cleaning, hand cleaning, power brush, or blast cleaning after all welding and slab concrete placement has been completed. Remove from all unpainted weathering steel fascia surfaces (see Section 441.3.8.2., "Weathering Steel,") any foreign material, including markings, that adheres to the steel and could inhibit formation of oxide film as soon as possible. Feather out touched -up areas over several feet. Do not use acids to remove stains or scales. 4. MEASUREMENT AND PAYMENT The work performed, materials furnished, equipment, labor, tools, and incidentals will not be measured or paid for directly but will be subsidiary to pertinent Items. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 442 Item 442 Metal for Structures 1. DESCRIPTION Provide structural steel, high-strength bolts, forgings, steel castings, iron castings, wrought iron, steel pipe and tubing, aluminum castings and tubing, or other metals used in structures, except reinforcing steel and metal culvert pipe. 2. MATERIALS Furnish mill test reports (MTRs), supplemental test documentation, and certifications required by this and other pertinent Items. 2.1. Structural Steel. The Engineer may sample and test steel in accordance with ASTM A370. 2.1.1. Bridge Structures. Provide the grade of ASTM A709 steel shown on the plans. Grade 50W, 50S, or HPS 50W may be substituted for Grade 50 at no additional cost to the Department. Use Zone 1 if no AASHTO temperature zone is shown on the plans. 2.1.2. Non -Bridge Structures. 2.1.2.1. Steel Classifications. Provide the types and grades of steel listed in this Section unless otherwise shown on the plans. 2.1.2.1.1. Carbon Steel. Meet ASTM A36. 2.1.2.1.2. Low -Alloy Steel. Meet the requirements of one of the following standards: ■ ASTM A529 Grade 50; ■ ASTM A572 Grade 50 or 55; ■ ASTM A588; ■ ASTM A709 Grade 50, 50S, 50W, or HPS 50W; or ■ ASTM A992. Specify ASTM A6 supplemental requirement S18, "Maximum Tensile Strength," for material used for sign, signal, and luminaire supports. 2.1.2.2. Impact Testing. Tension members and components of the following structure types, if more than 1/2 in. thick. Other members designated on the plans must meet the Charpy V -notch (CVN) requirements of Table 1: ■ base plates for roadway illumination assemblies, traffic signal pole assemblies, high mast illumination poles, camera poles, and overhead sign supports; ■ pole mounting plates, arm mounting plates, and clamp -on plates for traffic signal pole assemblies; ■ arm stiffeners, pole gussets, and stiffeners for traffic signal pole long mast arm assemblies (50 ft. to 65 ft.); ■ pole shafts, ground sleeves, and handhole frames for high mast illumination poles; ■ W -columns, tower pipes, multiple -sided shafts, tower pipe and multiple -sided shaft connection plates, chord angles, chord splice plates or angles, and truss bearing angles for truss type overhead sign supports; and DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 442 • pipe posts, pipe arms, post and arm flange plates, and handhole frames for monotube overhead sign supports. Table 1 CVN Requirements for Non -Bridge Steel Material Thickness Minimum CVN Toughness ASTM A36, A53, A242, A500, A501, A709 Gr. 36, any other steel with minimum specified yield point below 40 ksi up to 4" 15 ft. -Ib. at 70°F ASTM A572,1 A588,1 A633,1 any other steel with minimum specified yield point between 40 and 65 ksi, inclusive up to 2" 15 ft. Ib. at 70°F over 2" to 4", mechanically fastened 15 ft. -Ib. at 70°F over 2" to 4", welded 20 ft. -Ib. at 70°F Any steel with minimum specified yield point over 65 ksi and under 90 ksi2 up to 2-1/2" 20 ft. -Ib. at 50°F over 2-1/2" to 4"' mechanically fastened 20 ft. Ib. at 50°F over 2-1/2" to 4", welded 25 ft. -Ib. at 50°F 1. Reduce the testing temperature by 15°F for each 10-ksi increment or fraction thereof above 65 ksi if the yield point of the material given on the MTR exceeds 65 ksi. 2. Reduce the testing temperature by 15°F for each 10-ksi increment or fraction thereof above 85 ksi if the yield point of the material given on the MTR exceeds 85 ksi. Use the (H) frequency of testing for material with minimum specified yield point up to 50 ksi. Use the (P) frequency of testing for material with minimum specified yield point over 50 ksi. Ensure steel is sampled and tested in accordance with ASTM A673. 2.1.3. Other Components. 2.1.3.1. Miscellaneous Bridge Components. Provide steel that meets ASTM A36, A709 Grade 36, or A500 Grade B for members such as steel bearing components not bid under other Items, steel diaphragms for use with concrete bridges, and armor and finger joints, unless otherwise shown on the plans. 2.1.3.2. Shear Connectors and Anchors. Provide cold -drawn bars for stud shear connectors, slab anchors, and anchors on armor and finger joints that meet the requirements of ASTM A108, Grade 1010, 1015, 1018, or 1020, either semi -killed or killed, and have the tensile properties given in Table 2 after drawing or finishing. Determine tensile properties in accordance with ASTM A370. Table 2 Minimum Tensile Proaerties for Bar Stock Tensile strength 60 ksi Yield strength 50 ksi Elongation 20% (2") Reduction of area 50% Provide certification from the manufacturer that the studs or anchors as delivered have the required material properties. 2.1.3.3. Fasteners. Provide high-strength bolts that meet ASTM A325 or A490 as shown on the plans. The Department may sample high-strength bolts, nuts, and washers for structural connections in accordance with Tex -719-I. Follow the requirements of Item 447, "Structural Bolting," for tests, test reports, and supplemental requirements for high-strength bolts, nuts, and washers. Use bolts that meet ASTM A307 and nuts that meet ASTM A563 when ASTM A325 or A490 bolts are not shown on the plans. 2.1.3.4. Slip -Resistant Deck Plates. Furnish steel for deck plates that meets ASTM A786 and one of A242, A588, or A709 Gr. 50W. State the type and trade name of material to be used on the shop drawings. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 442 2.1.3.5. Rail Posts. Provide material for rail posts that meets ASTM A36 or ASTM A709 Grade 36 unless otherwise shown on the plans. 2.2. Steel Forgings. Provide steel forgings for pins, rollers, trunnions, or other forged parts that meet ASTM A668, Class C, D, F, or G, as shown on the plans. For pins 4 in. or smaller in diameter for non -railroad structures, material that meets ASTM A108, Grades 1016 to 1030, with a minimum yield strength of 36 ksi, may be used instead. 2.3. Steel Castings. Provide steel castings that meet ASTM A27, Grade 70-36. 2.4. Iron Castings. Provide iron castings that are true to pattern in form and dimensions; free from pouring faults, sponginess, cracks, blow holes, and other defects in positions affecting their strength and value for the service intended; and meet the standards shown in Table 3. Table 3 Standards for Iron Castings Casting Material ASTM Standard Grade or Class Gray iron A48 35B Malleable iron A47 32510 Ductile iron A536 70-50-05 2.5. Steel Tubing. Provide steel tubing that meets ASTM A500, Grade B unless otherwise shown on the plans. Tubing that meets API Standard 5L, Grade X52 may be used if produced by a mill listed in the standard API specifications as authorized to produce pipe with the API monogram. Hydrostatic tests are not required for API 5L steel, and instead of an MTR, the manufacturer may furnish a certificate for each lot or shipment certifying the tubing meets the requirements of this Section. 2.6. Pipe Rail. "Pipe" includes special extruded and bent shapes. Provide pipe that is rolled, extruded, or cold - pressed from a round pipe or flat plate, and of the section shown on the plans. Ensure the design of the cold press and dies results in a pipe of uniform section -free from die marks. Cut the pipe to the lengths required once it has been formed to the required section. Make the end cuts and notches at the angles to the axis of the pipe required to produce vertical end faces and plumb posts when required by the plans. Provide a neat and workmanlike finish when cutting and notching pipe. 2.7. Aluminum. Provide aluminum materials that meet the standards shown in Table 4 unless otherwise shown on the plans. Table 4 Aluminum Standards Material ASTM Standard Alloy -Temper Castings B108 A444.0 -T4 Extrusions B221 6061-T6 Sheet or plate B209 6061-T6 When testing is required, cut test specimens from castings from the lower 14 in. of the tension flange, but not at the junction of the rib or base. Flatten the curved surfaces before machining. Provide standard test specimens in conformance with ASTM E8. 3. CONSTRUCTION 3.1. Fabrication, Erection, and Painting. Fabricate, weld, and erect structural metal in accordance with Item 441, "Steel Structures," Item 447, "Structural Bolting," Item 448, "Structural Field Welding," and the applicable AWS welding code. Paint in accordance with Item 446, "Field Cleaning and Painting Steel." Aluminum or galvanized steel members do not require painting unless otherwise shown on the plans. 3.2. Galvanizing. Galvanize fabricated steel items, steel castings, bolts, nuts, screws, washers, and other miscellaneous hardware in accordance with Item 445, "Galvanizing." Galvanizing is not required unless specified. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 442 4. MEASUREMENT This Item will be measured by the pound of structural metal furnished and placed in a complete structure not including the weight of erection bolts, paint, or weld metal. 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. The maximum percent variance from the plans quantity will be as given in Table 5. Table 5 Percent Variance Quantity Variance Over 1,000,000 Ib. 1/2% 100,000 through 1,000,000 Ib. 1% Under 100,000 Ib. 1-1/2% If the requests for increases in sizes or weights of members are approved, measurement will be made on the sizes or weights shown on the plans. Castings, bearing plates, anchor bolts, drains, deck plates, armor and finger joints, and other metal for which no separate measurement is specified will be included in the total quantity of structural steel. The weights of rolled materials (such as structural shapes and plate) will be computed on the basis of nominal weights and dimensions using measurements shown on the plans. Deductions will not be made for material that is removed for copes, clips, planing, or weld preparation. The weight of castings will be computed from the dimensions shown on the approved shop drawings. Shoes will be measured by the weights shown on the plans. Weight of high-strength fasteners will be based on Table 6. Weight of other metal will be based on Table 7. Splices will be measured as follows: • No additional weight will be allowed for weld metal in a welded splice. • Where a bolted splice is permitted as an alternate for a welded splice, measurement will be made on the basis of a welded splice. • Where a bolted splice is required, the weight of the splice material, bolt heads, washers, and nuts will be measured with no deduction for holes. Table 6 Pay Weight for High -Strength Fasteners, Pounds per Hundred Units Diameter Item Bolt heads Nuts Washers 3/4" 15 19 4.8 7/8" 23 30 7.0 1" 32 43 9.4 1-1/8" 45 59 11 1-1/4" 64 79 14 Table 7 Pa v Weight for Metals Material Weight (Ib./cu. in.) Steel 0.2836 Cast iron 0.2604 Wrought iron 0.2777 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 442 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 "Structural Steel" of the type (Rolled Beam, Plate Girder, Tub Girder, Box Girder, Railroad Through -Girder, Railroad Deck -Girder, Miscellaneous Bridge, Miscellaneous Non -Bridge) specified. This price is full compensation for materials, fabrication, transportation, erection, paint, painting, galvanizing, equipment, tools, labor, and incidentals. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 445 Item 445 Galvanizing 1. DESCRIPTION Galvanize or repair galvanizing on metal items. 2. MATERIALS Provide galvanized metal items that meet the standards in Table 1. Table 1 Galvanizing Standards Item Standard Fabricated items, rolled, pressed, or forged steel shapes, plates, pipes, tubular items, and bars ASTM A123 Steel or iron castings ASTM A153, Class A Bolts, nuts, screws, washers, and other miscellaneous hardware ASTM A153, Class C or D or ASTM B695, Class 50 Miscellaneous fasteners ASTM B633, Class Fe/Zn 8 Rail elements for metal beam guard fence or bridge railing AASHTO M 180 Permanent metal deck forms, supporting angles, and incidental items ASTM A653, Coating Designation G165 3. CONSTRUCTION 3.1. General. Provide for proper filling, venting, and draining during cleaning and galvanizing if fabricated members or assemblies are required to be hot -dip galvanized. Provide drain holes or slots as required, except where prohibited by the plans. Provide a surface finish on the thermal -cut drain holes or slots in accordance with AWS D1.1 requirements for base metal preparation. Drain to the small end of tapered sections that are assembled using slip -joint splices. Ensure cleaning and galvanizing does not produce hydrogen embrittlement. Remove weld flux, weld slag, and any other weld residue or impurities before galvanizing. Before galvanizing material 1/4 in. or greater in thickness: • remove all sharp burrs, and • chamfer to approximately 1/16 in. all edges. 3.2. Painting Galvanized Materials. Provide a paint system if painting is specified on galvanized materials in accordance with DMS -8102, "Paint Systems for Galvanized Steel." Follow all manufacturer instructions for surface preparation and application including the following: 3.2.1. Surface Preparation. Do not water -quench or chromate -quench galvanized surfaces to be painted. Prepare the surface in accordance with ASTM D6386. Apply coating within 12 hr. of cleaning. Re -clean the surface if more than 12 hr. elapse before initial painting. 3.2.2. Coating Application. Ensure the coating is smooth, even, continuous, and free of drips, runs, sags, holidays, wrinkles, or other coating defects. Ensure the coating has a uniform appearance within all portions of the painted piece and all related pieces and components of a project. Ensure all repairs are smooth, even, and visually match the remainder of the coated piece by use of feathering and other appropriate techniques to avoid sharp transitions. 3.3. Galvanizing Weldments. If problems develop during galvanizing of welded material, the Engineer may require a compatibility test of the combined galvanizing and welding procedures in accordance with DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 445 Section 441.3.2.6., "Testing of Galvanized Weldments," and may require modification of one or both of the galvanizing and welding procedures. 3.4. Workmanship. 3.4.1. Coverage. Bare spots no more than 1/8 in. across are acceptable unless numerous. Repair larger bare spots in accordance with Section 445.3.5., "Repairs." Local runs or drips of zinc coating are acceptable unless they interfere with the intended use of the product. Carefully remove plainly visible excessive zinc accumulations. 3.4.2. Adhesion. Tap the coated area with a small hammer to test coating adhesion. The coating is acceptable if it is not brittle and does not scale or flake. 3.4.3. Appearance. 3.4.3.1. White Rust. A white powdery residue indicates moisture. Remove heavy layers of white rust that have caused the coating to pit. Light coatings may remain unless the Engineer requires chemical removal. Remove white rust from articles that will be in direct contact with soil. 3.4.3.2. Red Rust. Red rust on galvanized items indicates uncoated areas. See Section 445.3.4.1., "Coverage," for acceptance criteria. 3.4.3.3. Alligator Cracking or Spider Webbing. The composition of the base metal may cause dark lines resembling alligator skin. See Section 445.3.4.2., "Adhesion," to determine whether the coating is acceptable. 3.4.3.4. Dull Gray Coating. The composition of the base metal can cause a dull gray color. See Section 445.3.4.2., "Adhesion," to determine whether the coating is acceptable. 3.4.4. Coating Thickness. Galvanize to the thickness specified. Use Tex -728-I to determine coating thickness. 3.5. Repairs. Use zinc -based solders, sprayed zinc, or zinc -rich paints for repairs in accordance with this Section. 3.5.1. Materials. 3.5.1.1. Zinc -Based Solders. Solders used in rod form or as powders: • zinc -tin -lead alloys with liquidus temperatures in the range of 446°F to 500°F or • zinc -cadmium alloys with liquidus temperatures in the range of 518°F to 527°F. 3.5.1.2. Sprayed Zinc (Metallizing). Zinc coating applied by spraying with droplets of molten metal using wire, ribbon, or powder processes. 3.5.1.3. Organic Zinc -Rich Paints. Zinc -rich paints based on organic binders that meet the requirements of DMS -8103, "Galvanizing Repair Paints." The Department's MPL has a list of approved repair paints for galvanized coatings. 3.5.2. Repair Processes. 3.5.2.1. Zinc -Based Solders. Remove moisture, oil, grease, dirt, corrosion products, and welding slag or flux from surfaces to be repaired. Clean surface to white metal by wire -brushing, light grinding, or mild blasting extending into the surrounding undamaged galvanized coating. Preheat cleaned areas to at least 600°F, but not more than 750°F. Wire -brush while heating and evenly distribute a layer of zinc solder. Flush the repaired area with water or wipe with a damp cloth to remove flux residue when repair is completed. 3.5.2.2. Sprayed Zinc (Metallizing). Remove oil, grease, corrosion products, and any welding slag or flux from surfaces to be repaired, and ensure the surfaces are dry. Clean surface to white metal by wire -brushing, light DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 445 grinding, or mild blasting extending into the surrounding undamaged galvanized coating. Apply coating by metal -spraying pistols fed with either zinc wire, ribbon, or powder. Provide a coating that is uniform and free of lumps, coarse areas, or loose particles. 3.5.2.3. Organic Zinc -Rich Paints. Remove oil, grease, corrosion products, and welding slag or flux from surfaces to be repaired, and ensure the surfaces are clean and dry. Clean surface to near -white metal by wire - brushing, light grinding, or mild blasting extending into the surrounding undamaged coating to provide a smooth repair. Spray or brush -apply the paint to the prepared area in accordance with the paint manufacturer's instructions to attain the required dry -film thickness. Provide multiple passes when using spray application. 3.6. Repair Coating Thickness. Measure thickness in the repaired area using Tex -728-I after completing repair and cooling or curing. The minimum thickness required is the same as that required for the specified galvanizing. However, if the repair uses zinc -rich paints, the minimum coating thickness is 50% higher than the specified galvanizing thickness but not greater than 4.0 mils. 4. MEASUREMENT AND PAYMENT The work performed, materials furnished, equipment, labor, tools, and incidentals will not be measured or paid for directly but will be considered subsidiary to pertinent Items. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 449 Item 449 Anchor Bolts 1. DESCRIPTION Fabricate and install anchor bolts to be embedded in or attached to concrete. Anchor bolts are also referred as anchor rods. 2. MATERIALS 2.1. Bolts and Nuts. Provide bolts and nuts that meet the standards given in Table 1. Table 1 Bolt and Nut Standards Specified Anchor Bolt Category Bolt Standards Nut Standards Mild steel ASTM A307 Gr. A, F1554 Gr. 36, or A36 ASTM A563 Medium -strength, mild steel ASTM F1554 Gr. 55 with supplementary requirement S1 ASTM A194 Gr. 2 or A563 Gr. D or better High-strength steel ASTM A325 or A4491 ASTM A194 or A563, heavy hex Alloy steel ASTM A193 Gr. B7 or F1554 Gr. 105 ASTM A194 Gr. 2H or A563 Gr. DH, heavy hex 1. If headed bolts are specified, ASTM A449 bolts must be heavy hex head. Provide a mill test report or manufacturer's certification indicating the material conforms to these requirements. For alloy steel anchor bolts, provide a test report or certification attesting to the heat -treating process if applicable. If no specific bolt category is indicated on the plans, provide mild steel anchor bolts and nuts that meet the standards given in Table 1. 2.2. Washers. Use washers that meet ASTM F436. 2.3. Threads. Provide anchor bolts with rolled or cut threads of UNC or 8UN series in accordance with ASME B1.1. Anchor bolts 1-3/4 in. in diameter and larger must have UNC series threads. If bolts have rolled threads, ensure the diameter of the unthreaded portion of bolts with rolled threads is neither less than the minimum pitch diameter nor more than the maximum major diameter of the threads. If bolts have cut threads, ensure the diameter of the unthreaded portion is not less than the minimum major diameter of the threads. Ensure all threads for bolts and nuts have Class 2 fit tolerances in accordance with ASME B1.1. 3. CONSTRUCTION 3.1. Fabrication. Welded splicing of anchor bolts is not permitted. Provide an anchorage device with each anchor bolt consisting of a standard bolt head, a threaded bolt with nuts, or, if shown on the plans, a 90° bend. Make the inside -bend diameter approximately 2 times the anchor bolt diameter, but at no point along the bend greater than 3 times the bolt diameter. Hot bending is permissible provided the temperature does not exceed 1,100°F. If the anchor bolts will be installed in a template embedded in concrete, tack weld the anchorage nuts to the template in the shop. Perform this welding with appropriate jigs to ensure the anchor bolt is perpendicular to the template. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 449 When embedded templates are not specified and nuts are welded to the end of anchor bolts for anchorage, weld only on the nut face at the unstressed end of the bolt. Ensure no welding, arc, or other potential notch - producing effects occur in the stressed portion of the bolt. Shipping of the anchor bolt cage in its assembled condition is not required. 3.2. Finish. Galvanize in accordance with Item 445, "Galvanizing." 3.2.1. Anchor Bolts Embedded in Concrete. Galvanize the exposed end of the thread length plus a minimum of 6 in. unless otherwise shown on the plans. 3.2.2. Anchor Bolts Extending Through Concrete. Galvanize the complete length of the bolt. 3.2.3. Nuts. Galvanize exposed nuts. Galvanize the untapped blanks before cutting the threads. 3.2.4. Washers. Galvanize exposed washers. 3.3. Installation. Hold the anchor bolt and template assembly rigidly in position during concrete placement. Use wood templates or other positive means to ensure correct positioning of anchor bolts not requiring steel templates. Positioning devices may be tack welded to the steel templates but not to any portion of the anchor bolts. 3.3.1. Anchor Bolt Thread Lubricant Coating. Coat anchor bolt threads before installing nuts with an electrically conducting lubricant compound described in Section 449.3.3.2.1., "Definitions," for traffic signal poles, roadway illumination poles, high mast illumination poles, and overhead sign support structures. Coat anchor bolt threads for other structures with pipe joint compound or beeswax. After installing nuts, repair galvanizing damage on bolts, nuts, and washers in accordance with Section 445.3.5., "Repairs." 3.3.2. Anchor Bolt Tightening Procedure. Tighten anchor bolts for traffic signal poles, shoe base and concrete traffic barrier base roadway illumination poles, high mast illumination poles, and overhead sign support structures in accordance with this Section. This procedure covers the tightening of nuts on a double -nut anchor bolt system using anchor bolts with 55 ksi or 105 ksi minimum yield strength and UNC or 8UN thread series to secure structures to drilled shaft foundations. 3.3.2.1. Definitions. The following definitions apply to the anchor bolt tightening procedure: • Double -Nut Anchor Bolt System. An anchor bolt with 2 nuts that sandwich the structure's base plate. The bottom nut is positioned under the base plate to level, support, and provide the reaction for the force applied by tightening the top nut positioned above the base plate. • Electrically Conducting Lubricant. A compound commonly used in the electrical industry to coat threads of field -cut rigid metal conduit and suitable for exposure to weather. • Impact Tightening. The tightening of nuts with a box end "slug" or "knocker" wrench and a sledgehammer. The wrench, matching the size of the nut to be tightened, is driven with the sledgehammer to rotate the nut. • Static Tightening. The tightening of nuts with a "spud" wrench and a pipe or extension handle. The wrench, matching the size of the nut to be tightened, may be turned with more than one worker to rotate the nut. • Snug -Tight. The condition when the nut is in full contact with the base plate. It may be assumed the full effort of a worker on a 12 -in. wrench results in a snug -tight condition. • Turn -of -the -Nut Method. The tightening of top nuts to snug -tight condition then establishing reference positions by marking one flat on each nut with a corresponding reference mark on the base plate at each bolt. Each nut is then turned to the prescribed rotation from the referenced snug -tight position. 3.3.2.2. Anchor Bolt Tightening. Perform the following procedure: • Coat the threads of the anchor bolts with electrically conducting lubricant. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 449 • Install the bottom nuts on the bolts, 1 on each bolt. • Level the top template (using it as a guide) by adjusting the bottom nuts so the template rests on each nut and the distance between the top of the concrete shaft and the bottom surface of the bottom nut is approximately 1/2 in. • Remove the template. • Coat the bearing surfaces of the bottom nuts and washers with electrically conducting lubricant. • Install bottom washers on bolts, 1 on each bolt. • Erect and plumb the structure as specified. Adjust the bottom nuts so each is bearing equally on the washer or base plate. The truss for cantilever overhead sign support structures and the mast arm for traffic signal poles must be removed during anchor bolt tightening. • With the plumbed structure supported by a crane, coat the bearing surfaces of the top nuts and washers with electrically conducting lubricant. Install 1 washer and 1 top nut on each bolt. Turn the top nuts onto the bolts so each is hand -tight against the washer or base plate. • Turn each bottom nut to a snug -tight condition using a wrench. • Verify the structure is still plumb and still supported by the crane. Begin turn -of -the -nut method by turning each top nut down to the same snug -tight condition. Prevent rotation of the bottom leveling nut during all top nut tightening. Establish reference marks for turn -of -the -nut method once snug -tight condition is achieved, and then tighten the top nuts by turning each nut 1/12 turn (1/2 of a nut flat) past snug -tight using either static or impact tightening. Turn each top nut an additional 1/12 turn until each nut has been tightened 1/6 total turn past snug -tight. 4. MEASUREMENT AND PAYMENT Top or bottom templates, washers, lock washers, nuts, lock nuts, and other devices used for installing anchor bolts are considered part of the anchor bolt assembly. All work performed, materials furnished, equipment, labor, tools, and incidentals will not be measured or paid for directly but will be subsidiary to pertinent Items. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 450 Item 450 Railing 1. DESCRIPTION Construct railing of concrete, steel, aluminum, or a combination of these materials, including necessary anchorage for the railing on bridges, culverts, walls, or other structures as shown on the plans. 2. MATERIALS Use materials that conform to requirements of the following Items. • Item 421, "Hydraulic Cement Concrete," • Item 440, "Reinforcement for Concrete," • Item 441, "Steel Structures," • Item 442, "Metal for Structures," • Item 445, "Galvanizing," and • Item 540, "Metal Beam Guard Fence." Provide an approved Type III, Class C epoxy or an epoxy of the type and class stated on the plans where epoxy anchors are allowed or required for installing drilled and epoxied rail anchorage reinforcement or rail anchor bolts in accordance with DMS -6100, "Epoxies and Adhesives." Use other materials if shown on the plans. Provide only dual cartridge epoxy systems mixed with a static mixing nozzle supplied by the epoxy adhesive manufacturer and dispensed with a tool supplied by the epoxy adhesive manufacturer. Do not use bulk epoxies. Drill and install anchorage reinforcement or anchor bolts to the embedment depth shown on the plans or the depth the manufacturer recommends, whichever is deeper. No additional payment will be made for providing embedment deeper than shown on the plans. Select an embedment depth capable of developing the yield strength of the steel anchor based on the product literature for the epoxy and steel anchor being used if no resistance or embedment depth is specified on the plans. Use 60 ksi as the yield strength for reinforcing steel. 3. CONSTRUCTION Construct railing in accordance with details, alignment, and grade designated on the plans. Do not place railing until falsework or formwork, if any, for the span has been released unless otherwise directed. Adhere to the schedule restrictions for Placing Bridge Rails and Opening to Construction Traffic in Item 422, "Concrete Superstructures." Notify the Engineer after completion of the following steps and obtain approval of work before proceeding to the next step: placing rail reinforcement and pre -pour clear cover checks. Ensure expansion joints in the railing will function properly before placing concrete. Furnish either steel or aluminum, but not both, for the entire Contract if the plans allow either steel or aluminum options for a particular railing type. Install epoxy adhesive anchorages in accordance with the manufacturer's instructions including hole size, drilling equipment and method, hole cleaning equipment and method, mixing and dispensing epoxy, and anchor insertion. Do not alter the manufacturer's mixing nozzle or dispenser. Anchorage bars or bolts must be clean and free of grease, oil, or any other foreign material. Demonstrate hole cleaning method to the Engineer for approval and continue the approved process for all anchorage locations. Do not weld to an anchor bar or anchor bolt that is anchored with epoxy adhesive. Do not expose rail to traffic until epoxy adhesive has obtained full cure in accordance with manufacturer's specifications. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 450 3.1. Metal Railing. 3.1.1. General. Furnish metal beam rail elements in accordance with Item 540, "Metal Beam Guard Fence." Fabricate and erect metal railing according to the pertinent provisions of Item 441, "Steel Structures," and the requirements of this Item. Prepare and submit for approval the required shop or erection drawings in accordance with Item 441, "Steel Structures," when the plans require. Show all splice locations and details on the shop or erection drawings. Splice members only as provided on the plans. Field -weld when required in accordance with Item 448, "Structural Field Welding." 3.1.2. Fabrication. Fabricate metal railing and post panels in sections conforming to the details shown on the plans and field -verified lines and grades. Fabricate adjacent sections so they will accurately engage each other in the field. Match -mark each pair of sections so they can be erected in the same position they were fabricated. Fabricate metal rail elements included as part of the railing system to the dimensions and cross-sections shown on the plans and within a tolerance of 1/4 in. per 10 feet in the straightness of either edge. Joint and connect metal rail elements to the rail posts as shown on the plans, lapping metal rail elements in the direction of traffic in the adjacent lane. Bolts and nuts for metal railing should meet requirements of ASTM A307 and be galvanized in accordance with Item 445, "Galvanizing," unless otherwise shown on the plans. Fabricate aluminum in accordance with AWS D1.2. Heat aluminum materials other than castings to a temperature up to 400°F for no more than 30 min. to facilitate bending or straightening. 3.1.3. Castings. Provide permanent mold castings of the materials specified that are true to pattern in form and dimensions and of uniform quality and condition. Castings must be free from cracks and defects such as blowholes, porosity, hard -spots, or shrinkage that could affect their suitability for use. Repair minor defects in aluminum castings by an approved inert gas -welding process. Ensure finished castings are free of burrs, fins, discoloration, and mold marks and that they have a uniform appearance and texture. Produce castings under radiographic control sufficient to establish and verify a product free from harmful internal defects. Heat-treat the entire lot of castings to the specified temper when required. Permanently mark the heat or lot number on the web or top of the base of all castings. Furnish mill test reports showing the heat or lot number, chemical composition, tensile strength, elongation, and number of pieces for each casting heat or lot. For aluminum castings, a heat or lot should consist of at least 1,000 Ib. of trimmed castings when produced from batch type furnaces, or 2,000 Ib. when produced from a continuous furnace during a period of no more than 8 consecutive hours. Furnish the entire number of acceptable posts cast from each heat or lot except when a portion is required to complete a project. 3.1.4. Corrosion Protection. Galvanize all portions of steel railing after fabrication in accordance with Item 445, "Galvanizing," unless otherwise noted on the plans. Apply appearance coat to galvanized surface in accordance with Item 445, "Galvanizing," when shown on the plans. When painting is specified in place of galvanizing, shop paint steel in accordance with Item 441, "Steel Structures." Repair any damage to galvanized or painted surfaces after erection in accordance with Items 445, "Galvanizing," and Item 446, "Field Cleaning and Painting Steel," respectively. Before final acceptance, clean surfaces of aluminum and galvanized steel railing not shown to be painted to remove extrusion marks, grease, dirt, and all other surface contaminants. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 450 3.1.5. Storage. Store railing materials above the ground on platforms, skids, or other supports, and keep them free from grease, dirt, and contact with dissimilar metals. Avoid scratching, marring, denting, discoloring, or otherwise damaging the railing. 3.2. Concrete Railing. Provide concrete portions of railing in accordance with the requirements of Item 420, "Concrete Substructures," and Item 422, "Concrete Superstructures." Construct forms so the railing line and grade can be checked after the concrete has been placed but before initial set. Do not disturb the form alignment during finish floating of the railing tops. Exercise particular care in other construction to avoid disturbing or vibrating the span with the newly placed railing. Provide precast members conforming to Item 424, "Precast Concrete Structural Members (Fabrication)." Slipform construction of railing is permitted unless otherwise shown on the plans. Demonstrate slipforming method showing line and grade of concrete surfaces can be consistently obtained and clear cover outside reinforcing steel be maintained at all times. Stop slipforming railing if specified concrete clear cover is not obtained or appearance of rail is off line and grade. Do not slipform railing with cast -in-place anchor bolts unless noted otherwise. Provide additional reinforcing as needed to prevent movement of the reinforcement cage. Clear cover and epoxy coating requirements for additional reinforcement are the same as shown for the rail reinforcement. The rail reinforcing cage may be tack welded to the rail anchorage reinforcement provided the rail and anchorage reinforcement are not epoxy coated and weld locations measured along the rail are no closer than 3 ft. Tie all bar intersections if epoxy coated reinforcement is required for the railing proposed to be slipformed. Provide a wire line to maintain vertical and horizontal alignment of the slipform machine. Attach a grade line gauge or pointer to the machine so a continuous comparison can be made between the rail being placed and the established grade line. Rails or supports at the required grade are allowed instead of sensor controls. Make one or more passes with the slipform over the rail segment to ensure proper operation and maintenance of grades and clearances before placing concrete. Provide slipformed rail within a vertical and horizontal alignment tolerance of ±1/4 in. per 10 feet. Construct rail with a smooth and uniform appearance. Consolidate concrete so it is free of honeycomb. Provide concrete with a consistency that will maintain the shape of the rail without support. Minimize starting and stopping of the slipform operation by ensuring a continuous supply of concrete. Do not exceed the manufacturer's recommended speed for the slipform machine. Stop slipforming and take remedial action if slipforming causes movement of the reinforcement such that plan clearances are not achieved. Remove and replace unsatisfactory slipformed rail at the Contractor's expense. 3.3. Tests. The Engineer will sample cast aluminum posts for testing in accordance with Tex -731-I to verify the material requirements of Item 442, "Metal for Structures." Metal beam rail elements may be sampled in accordance with Tex -713-I. The Engineer may sample bolts and nuts in accordance with Tex -708-I for galvanized coating testing. The Engineer will select 3 anchor bars or bolts from the first day's production to be tested after the epoxy has cured. Test the bars or bolts in the presence of the Engineer in accordance with ASTM E1512, using a restrained test, to evaluate the epoxy adhesive's bond strength. Verify the anchor bars or bolts develop the required pullout resistance on the plans or 75% of the yield strength of the bars or bolts, whichever is less, without a bond failure of the epoxy. The Engineer may require additional tests during production. Perform corrective measures to provide adequate capacity if any of the tests do not meet the required test load. Repair damage from testing. 4. MEASUREMENT This Item will be measured by the foot. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 450 This is a plans quantity measurement Item. The quantity to be paid for is the quantity shown in the proposal except as 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 "Railing" of the type specified. This price will be full compensation for furnishing, preparing, and placing concrete, expansion joint material, reinforcing steel, structural steel, aluminum, cast steel, pipe, anchor bolts or bars, testing of epoxy anchors, and all other materials required in the finished railing; removal and disposal of salvageable materials; and hardware, paint and painting of metal railing, galvanizing, equipment, labor, tools, and incidentals. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 451 Item 451 Retrofit Railing 1. DESCRIPTION Retrofit or replace railing. 2. MATERIALS Use materials that conform to requirements of the following Items. • Item 421, "Hydraulic Cement Concrete," • Item 440, "Reinforcement for Concrete," • Item 441, "Steel Structures," • Item 442, "Metal for Structures," • Item 445, "Galvanizing," and • Item 540, "Metal Beam Guard Fence." 3. CONSTRUCTION Remove existing railing to the lines and grades shown on the plans. Do not damage any portion of the structure that is to remain in place. Replace any concrete removed beyond the neat lines or other established lines at the Contractor's expense. Remove bolts to disassemble steel members unless otherwise approved. Incorporate reinforcing steel into the new concrete railing with at least 1-1/2 in. of clear cover if indicated on the plans. Cut off existing reinforcing steel at least 1 in. below the finished surface of the concrete if it cannot be reused as dowels. Repair as directed any concrete damaged from making the cut-off. Refinish the top of the concrete slab where the railing is removed, but not replaced, to leave a neat surface as specified on the plans and in accordance with Item 429, "Concrete Structure Repair." Dispose of removed material off the right of way in accordance with federal, state, and local regulations, unless otherwise shown on the plans. Carefully dismantle rail by unbolting steel members when plans specify to salvage rail members. Deliver materials to be retained by the Department to the location shown on the plans. Block up salvaged steel materials off the ground. Construct replacement railing in accordance with Item 450, "Railing." 4. MEASUREMENT This Item will be measured by the foot. This is a plans quantity measurement Item. The quantity to be paid for is the quantity shown in the proposal except as 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 "Retrofit Railing" of the type specified. This price will be full compensation for removal and disposal of existing railing, disassembling and delivering members to be retained by the Department, repairing damaged bridge deck, furnishing, preparing, and placing concrete, expansion joint material, reinforcing steel, structural steel, aluminum, cast steel, pipe, anchor bolts or bars, DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 testing of epoxy anchors, and all other materials required in the finished railing; and hardware, paint and painting of metal railing, galvanizing, equipment, labor, tools, and incidentals. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 464 Item 464 Reinforced Concrete Pipe Texas Department jr f Transportation 1. DESCRIPTION Furnish and install reinforced concrete pipe, materials for precast concrete pipe culverts, or precast concrete storm drain mains, laterals, stubs, and inlet leads. 2. MATERIALS 2.1. Fabrication. Fabrication plants must be approved by the Construction Division in accordance with DMS -7310, "Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant Qualification," before furnishing precast reinforced concrete pipe for Department projects. The Department's MPL has a list of approved reinforced concrete pipe plants. Furnish material and fabricate reinforced concrete pipe in accordance with DMS -7310, "Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant Qualification." 2.2. Design. 2.2.1. General. The class and D -load equivalents are shown in Table 1. Furnish arch pipe in accordance with ASTM C506 and the dimensions shown in Table 2. Furnish horizontal elliptical pipe in accordance with ASTM C507 and the dimensions shown in Table 3. For arch pipe and horizontal elliptical pipe the minimum height of cover required is 1 ft. Table 1 Circular Pipe ASTM C76 & ASTM C655 Class D -Load I 800 11 1,000 III 1,350 IV 2,000 V 3,000 Table 2 Arch Pipe Design Size Equivalent Diameter (in.) Rise (in.) Span (in.) 1 18 13-1/2 22 2 21 15-1/2 26 3 24 18 28-1/2 4 30 22-1/2 36-1/4 5 36 26-5/8 43-3/4 6 42 31-5/16 51-1/8 7 48 36 58-1/2 8 54 40 65 9 60 45 73 10 72 54 88 1 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 464 Table 3 Horizontal Elliatical Pi Design Size Equivalent Diameter (in.) Rise (in.) Span (in.) 1 18 14 23 2 24 19 30 3 27 22 34 4 30 24 38 5 33 27 42 6 36 29 45 7 39 32 49 8 42 34 53 9 48 38 60 10 54 43 68 2.2.2. Jacking, Boring, or Tunneling. Design pipe for jacking, boring, or tunneling considering the specific installation conditions such as the soil conditions, installation methods, anticipated deflection angles, and jacking stresses. Provide design notes and drawings signed and sealed by a Texas licensed professional engineer when requested. 2.3. Marking. Furnish each section of reinforced concrete pipe marked with the following information specified in DMS -7310, "Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant Qualification." • class or D -load of pipe, • ASTM designation, • date of manufacture, • pipe size, • name or trademark of fabricator and plant location, • designated fabricator's approval stamp, • pipe to be used for jacking and boring (when applicable), and • designation "SR" for pipe meeting sulfate -resistant concrete plan requirements (when applicable). Clearly mark 1 end of each section during the process of manufacture or immediately thereafter for pipe with elliptical reinforcement. Mark the pipe on the inside and outside of opposite walls to show the location of the top or bottom of the pipe as it should be installed unless the external shape of the pipe is such that the correct position of the top and bottom is obvious. Mark the pipe section by indenting or painting with waterproof paint. 2.4. Inspection. Provide access for inspection of the finished pipe at the project site before and during installation. 2.5. Causes for Rejection. Individual section of pipe may be rejected for any of the conditions stated in the Annex of DMS -7310, "Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant Qualification." 2.6. Repairs. Make repairs if necessary as stated in the Annex of DMS -7310, "Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant Qualification." 2.7. Jointing Materials. Use any of the following materials for the making of joints unless otherwise shown on the plans. Furnish a manufacturer's certificate of compliance for all jointing materials except mortar. 2.7.1. Mortar. Provide mortar for joints that meets the requirements of Section 464.3.3., "Jointing." 2.7.2. Cold -Applied, Plastic Asphalt Sewer Joint Compound. Provide a material that consists of natural or processed asphalt base, suitable volatile solvents, and inert filler. Ensure the consistency is such that the ends of the pipe can be coated with a layer of the compound up to 1/2 in. thick by means of a trowel. Provide 2 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 464 a joint compound that cures to a firm, stiff plastic condition after application. Provide a material of a uniform mixture. Stir any small separation found in the container into a uniform mix before using. Provide a material that meets the requirements of Table 4 when tested in accordance with Tex -526-C. Table 4 Cold -Applied, Plastic Asphalt Sewer Joint Compound Material Requirements Composition Analysis Asphalt base, 100%%volatiles—%ash, %by weight 28-45 Volatiles, 212°F evaporation, 24 hr., %by weight 10-26 Mineral matter, determined as ash, % by weight 30-55 Consistency, cone penetration, 150 q, 5 sec., 77°F 150-275 2.7.3. Rubber Gaskets. Provide gaskets that conform to ASTM C1619 Class A or C. Meet the requirements of ASTM C443 for design of the pipe joints and permissible variations in dimensions. 2.7.4. Pre -Formed Flexible Joint Sealants. Pre -formed flexible joint sealants may be used for sealing joints of tongue -and -groove concrete pipe. Provide flexible joint sealants that meet the requirements of ASTM C990. Use flexible joint sealants that do not depend on oxidizing, evaporating, or chemical action for its adhesive or cohesive strength. Supply in extruded rope form of suitable cross-section. Provide a size of the pre -formed flexible joint sealant in accordance with the manufacturer's recommendations and large enough to properly seal the joint. Protect flexible joint sealants with a suitable wrapper able to maintain the integrity of the jointing material when the wrapper is removed. 3. CONSTRUCTION 3.1. Excavation, Shaping, Bedding, and Backfill. Excavate, shape, bed, and backfill in accordance with Item 400, "Excavation and Backfill for Structures," except where jacking, boring, or tunneling methods are permitted. Jack, bore, or tunnel the pipe in accordance with Item 476, "Jacking, Boring, or Tunneling Pipe or Box." Immediate backfilling is permitted if joints consist of materials other than mortar. Take special precautions in placing and compacting the backfill to avoid any movement of the pipe or damage to the joints. Do not use heavy earth -moving equipment to haul over the structure until a minimum of 4 ft. of permanent or temporary compacted fill has been placed over the structure unless otherwise shown on the plans or permitted in writing. Remove and replace pipe damaged by the Contractor at no expense to the Department. 3.2. Laying Pipe. Start the laying of pipe on the bedding at the outlet end with the spigot or tongue end pointing downstream, and proceed toward the inlet end with the abutting sections properly matched, true to the established lines and grades unless otherwise authorized. Fit, match, and lay the pipe to form a smooth, uniform conduit. Cut cross trenches in the foundation to allow the barrel of the pipe to rest firmly upon the bedding where bell -and -spigot pipe is used. Cut cross trenches no more than 2 in. larger than the bell ends of the pipe. Lower sections of pipe into the trench without damaging the pipe or disturbing the bedding and the sides of the trench. Carefully clean the ends of the pipe before the pipe is placed. Prevent the earth or bedding material from entering the pipe as it is laid. Lay the pipe in the trench, when elliptical pipe with circular reinforcing or circular pipe with elliptical reinforcing is used, so the markings for the top or bottom are not more than 5° from the vertical plane through the longitudinal axis of the pipe. Remove and re-lay, without extra compensation, pipe that is not in alignment or shows excessive settlement after laying. Lay multiple lines of reinforced concrete pipe with the centerlines of the individual barrels parallel. Use the clear distances between outer surfaces of adjacent pipes shown in Table 5 unless otherwise shown on the plans. Use the equivalent diameter from Table 2 or Table 3 for arch pipe or horizontal elliptical pipe to determine the clear distance requirement in Table 5. 3 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 464 Table 5 Minimum Clear Distance between Pipes Equivalent Diameter Min Clear Distance 18 in. 9 in. 24 in. 11 in. 30 in. 1 ft. 1 in. 36 in. 1 ft. 3 in. 42 in. 1 ft. 5 in. 48 in. 1 ft. 7 in. 54 in. 1 ft. 11 in. 60 to 84 in. 2 ft. 3.3. Jointing. Make available an appropriate rolling device similar to an automobile mechanic's "creeper" for conveyance through small -size pipe structures. 3.3.1. Joints Sealed with Hydraulic Cement Mortar. Use Type S mortar meeting the requirements of ASTM C270. Clean and wet the pipe ends before making the joint. Plaster the lower half of the bell or groove and the upper half of the tongue or spigot with mortar. Pack mortar into the joint from both inside and outside the pipe after the pipes are tightly jointed. Finish the inside smooth and flush with adjacent joints of pipe. Form a bead of semicircular cross-section over tongue -and -groove joints outside the pipe, extending at least 1 in. on each side of the joint. Form the mortar for bell -and -spigot joints to a 45° fillet between the outer edge of the bell and the spigot. Cure mortar joints by keeping the joints wet for at least 48 hr. or until the backfill has been completed, whichever comes first. Place fill or backfill once the mortar jointing material has cured for at least 6 hr. Conduct jointing only when the atmospheric temperature is above 40°F. Protect mortared joints against freezing by backfilling or other approved methods for at least 24 hr. Driveway culverts do not require mortar banding on the outside of the pipe. Furnish pipes, with approval, that are large enough for a person to enter with the groove between 1/2 in. and 3/4 in. longer than the tongue. Such pipe may be laid and backfilled without mortar joints. Clean the space on the interior of the pipe between the end of the tongue and the groove of all foreign material, thoroughly wet and fill with mortar around the entire circumference of the pipe, and finish flush after the backfilling has been completed. 3.3.2. Joints Using Cold -Applied, Plastic Asphalt Sewer Joint Compound. Ensure both ends of the pipes are clean and dry. Trowel or otherwise place a 1/2—in. thick layer of the compound in the groove end of the pipe covering at least 2/3 of the joint face around the entire circumference. Shove home the tongue end of the next pipe with enough pressure to make a tight joint. Remove any excess mastic projecting into the pipe after the joint is made. Backfill after the joint has been inspected and approved. 3.3.3. Joints Using Rubber Gaskets. Make the joint assembly according to the recommendations of the gasket manufacturer. Make joints watertight when using rubber gaskets. Backfill after the joint has been inspected and approved. 3.3.4. Joints Using Pre -Formed Flexible Joint Sealants. Install pre -formed flexible joint sealants in accordance with the manufacturer's recommendations. Place the joint sealer so no dirt or other deleterious materials come in contact with the joint sealing material. Pull or push home the pipe with enough force to properly seal the joint. Remove any joint material pushed out into the interior of the pipe that would tend to obstruct the flow. Store pre -formed flexible joint sealants in an area warmed naturally or artificially to above 70°F in an approved manner when the atmospheric temperature is below 60°F. Apply flexible joint sealants to pipe joints immediately before placing pipe in trench, and connect pipe to previously laid pipe. Backfill after the joint has been inspected and approved. 3.4. Connections and Stub Ends. Make connections of concrete pipe to existing pipes, pipe storm drains, or storm drain appurtenances as shown on the plans. Mortar or concrete the bottom of existing structures if necessary to eliminate any drainage pockets created by the connections. Repair any damage to the existing structure resulting from making the connections. 4 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 464 Make connections between concrete pipe and corrugated metal pipe with a suitable concrete collar and a minimum thickness of 4 in. unless otherwise shown on the plans. Finish stub ends for connections to future work not shown on the plans by installing watertight plugs into the free end of the pipe. Fill lift holes with concrete, mortar, or precast concrete plugs after the pipe is in place. 4. MEASUREMENT This Item will be measured by the foot. Measurement will be made between the ends of the pipe barrel along the flow line, not including safety end treatments. Safety end treatments will be measured in accordance with Item 467, "Safety End Treatment." Pipe that will be jacked, bored, or tunneled will be measured in accordance with Item 476, "Jacking, Boring, or Tunneling Pipe or Box." Measurement of spurs, branches, or new connecting pipe will be made from the intersection of the flow line with the outside surface of the pipe into which it connects. Where inlets, headwalls, catch basins, manholes, junction chambers, or other structures are included in lines of pipe, the 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 included. For multiple pipes, the measured length will be the sum of the lengths of the barrels. 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 "Reinforced Concrete Pipe," "Reinforced Concrete Pipe (Arch)," or "Reinforced Concrete Pipe (Elliptical)" of the size and D -load specified or of the size and class specified. This price is full compensation for constructing, furnishing, transporting, placing, and joining pipes; shaping the bed; cutting pipes on skew or slope; connecting to new or existing structures; breaking back, removing, and disposing of portions of the existing structure; replacing portions of the existing structure; cutting pipe ends on skew or slope; and equipment, labor, tools, and incidentals. Protection methods for excavations greater than 5 ft. deep will be measured and paid for as required under Item 402, "Trench Excavation Protection," or Item 403, "Temporary Special Shoring." Excavation, shaping, bedding, and backfill will be paid for in accordance with Item 400, "Excavation and Backfill for Structures." When jacking, boring, or tunneling is used at the Contractor's option, payment will be made under this Item. When jacking, boring or tunneling is required, payment will be made under Item 476, "Jacking, Boring or Tunneling Pipe or Box." 5 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 480 Item 480 Cleaning Existing Culverts 1. DESCRIPTION Remove all extraneous material from existing culvert barrels and pipes. 2. WORK METHODS Expose all inside surfaces of the specified culverts. Do not move or damage the culvert. Dispose of material in accordance with federal, state, and local regulations. Place on roadway slopes when approved. Perform cleaning to maintain drainage during construction. Acceptance of the cleaned culverts occurs at final acceptance of the project in accordance with Article 5.11., "Final Cleanup," unless otherwise shown on the plans. 3. MEASUREMENT This Item will be measured by each complete culvert cleaned regardless of the number of barrels or pipes at each location or by the cubic yard. If measurement is by the cubic yard, the volume of material to be removed will be computed by the method of average end areas in its original position. 4. 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 "Cleaning Existing Culverts." This price is full compensation for excavation, disposal of excavated material, equipment, labor, tools, and incidentals. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 506 Item 506 Temporary Erosion, Sedimentation, and Environmental Controls FTexas epartment ransportation 1. DESCRIPTION Install, maintain, and remove erosion, sedimentation, and environmental control measures to prevent or reduce the discharge of pollutants in accordance with the Storm Water Pollution Prevention Plan (SWP3) on the plans and the Texas Pollutant Discharge Elimination System (TPDES) General Permit TXR150000. Control measures are defined as Best Management Practices used to prevent or reduce the discharge of pollutants. Control measures include, but are not limited to, rock filter dams, temporary pipe slope drains, temporary paved flumes, construction exits, earthwork for erosion control, pipe, construction perimeter fence, sandbags, temporary sediment control fence, biodegradable erosion control logs, vertical tracking, temporary or permanent seeding, and other measures. Erosion and sediment control devices must be selected from the Erosion Control Approved Products or Sediment Control Approved Products lists. Perform work in a manner to prevent degradation of receiving waters, facilitate project construction, and comply with applicable federal, state, and local regulations. Ensure the installation and maintenance of control measures is performed in accordance with the manufacturer's or designer's specifications. Provide the Contractor Certification of Compliance before performing SWP3 or soil disturbing activities. By signing the Contractor Certification of Compliance, the Contractor certifies they have read and understand the requirements applicable to this project pertaining to the SWP3, the plans, and the TPDES General Permit TXR150000. The Contractor is responsible for any penalties associated with non-performance of installation or maintenance activities required for compliance. Ensure the most current version of the certificate is executed for this project. 2. MATERIALS Furnish materials in accordance with the following: • Item 161, "Compost," • Item 432, "Riprap," and • Item 556, "Pipe Underdrains." 2.1. Rock Filter Dams. 2.1.1. Aggregate. Furnish aggregate with approved hardness, durability, cleanliness, and resistance to crumbling, flaking, and eroding. Provide the following: • Types 1, 2, and 4 Rock Filter Dams. Use 3 to 6 in. aggregate. • Type 3 Rock Filter Dams. Use 4 to 8 in. aggregate. 2.1.2. Wire. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie wires for Types 2 and 3 rock filter dams. Type 4 dams require: • a double -twisted, hexagonal weave with a nominal mesh opening of 2-1/2 x 3-1/4 in.; • minimum 0.0866 in. steel wire for netting; • minimum 0.1063 in. steel wire for selvages and corners; and • minimum 0.0866 in. for binding or tie wire. 2.1.3. Sandbag Material. Furnish sandbags meeting Section 506.2.8., "Sandbags," except that any gradation of aggregate may be used to fill the sandbags. 707 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 506 2.2. Temporary Pipe Slope Drains. Provide corrugated metal pipe, polyvinyl chloride (PVC) pipe, flexible tubing, watertight connection bands, grommet materials, prefabricated fittings, and flared entrance sections that conform to the plans. Recycled and other materials meeting these requirements are allowed if approved. Furnish concrete in accordance with Item 432, "Riprap." 2.3. Temporary Paved Flumes. Furnish asphalt concrete, hydraulic cement concrete, or other comparable non -erodible material that conforms to the plans. Provide rock or rubble with a minimum diameter of 6 in. and a maximum volume of 1/2 cu. ft. for the construction of energy dissipaters. 2.4. Construction Exits. Provide materials that meet the details shown on the plans and this Section. 2.4.1. Rock Construction Exit. Provide crushed aggregate for long- and short-term construction exits. Furnish aggregates that are clean, hard, durable, and free from adherent coatings such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials, and organic and injurious matter. Use 4- to 8 -in. aggregate for Type 1. Use 2- to 4 -in. aggregate for Type 3. 2.4.2. Timber Construction Exit. Furnish No. 2 quality or better railroad ties and timbers for long-term construction exits, free of large and loose knots and treated to control rot. Fasten timbers with nuts and bolts or lag bolts, of at least 1/2 in. diameter, unless otherwise shown on the plans or allowed. Provide plywood or pressed wafer board at least 1/2 in. thick for short-term exits. 2.4.3. Foundation Course. Provide a foundation course consisting of flexible base, bituminous concrete, hydraulic cement concrete, or other materials as shown on the plans or directed. 2.5. Embankment for Erosion Control. Provide rock, loam, clay, topsoil, or other earth materials that will form a stable embankment to meet the intended use. 2.6. Pipe. Provide pipe outlet material in accordance with Item 556, "Pipe Underdrains," and details shown on the plans. 2.7. Construction Perimeter Fence. 2.7.1. Posts. Provide essentially straight wood or steel posts that are at least 60 in. long. Furnish soft wood posts with a minimum diameter of 3 in., or use nominal 2 x 4 in. boards. Furnish hardwood posts with a minimum cross-section of 1-1/2 x 1-1/5 in. Furnish T- or L-shaped steel posts with a minimum weight of 1.25 Ib. per foot. 2.7.2. 2.7.3. Fence. Provide orange construction fencing as approved. Fence Wire. Provide 14 gauge or larger galvanized smooth or twisted wire. Provide 16 gauge or larger tie wire. 2.7.4. Flagging. Provide brightly -colored flagging that is fade -resistant and at least 3/4 in. wide to provide maximum visibility both day and night. 2.7.5. Staples. Provide staples with a crown at least 1/2 in. wide and legs at least 1/2 in. long. 2.7.6. Used Materials. Previously used materials meeting the applicable requirements may be used if approved. 2.8. Sandbags. Provide sandbag material of polypropylene, polyethylene, or polyamide woven fabric with a minimum unit weight of 4 oz. per square yard, a Mullen burst -strength exceeding 300 psi, and an ultraviolet stability exceeding 70%. Use natural coarse sand or manufactured sand meeting the gradation given in Table 1 to fill sandbags. Filled sandbags must be 24 to 30 in. long, 16 to 18 in. wide, and 6 to 8 in. thick. 708 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 506 Table 1 Sand Gradation Sieve Size Retained (% by Weight) #4 Maximum 3% #100 Minimum 80% #200 Minimum 95% Aggregate may be used instead of sand for situations where sandbags are not adjacent to traffic. The aggregate size must not exceed 3/8 in. 2.9. Temporary Sediment Control Fence. Provide a net -reinforced fence using woven geo-textile fabric. Logos visible to the traveling public will not be allowed. 2.9.1. Fabric. Provide fabric materials in accordance with DMS -6230, "Temporary Sediment Control Fence Fabric." 2.9.2. Posts. Provide essentially straight wood or steel posts with a minimum length of 48 in., unless otherwise shown on the plans. Furnish soft wood posts at least 3 in. in diameter, or use nominal 2 x 4 in. boards. Furnish hardwood posts with a minimum cross-section of 1-1/2 x 1-1/2 in. Furnish T- or L-shaped steel posts with a minimum weight of 1.25 Ib. per foot. 2.9.3. Net Reinforcement. Provide net reinforcement of at least 12.5 gauge (SWG) galvanized welded wire mesh, with a maximum opening size of 2 x 4 in., at least 24 in. wide, unless otherwise shown on the plans. 2.9.4. Staples. Provide staples with a crown at least 3/4 in. wide and legs 1/2 in. long. 2.9.5. Used Materials. Use recycled material meeting the applicable requirements if approved. 2.10. Biodegradable Erosion Control Logs. 2.10.1. Core Material. Furnish core material that is biodegradable or recyclable. Use compost, mulch, aspen excelsior wood fibers, chipped site vegetation, agricultural rice or wheat straw, coconut fiber, 100% recyclable fibers, or any other acceptable material unless specifically called out on the plans. Permit no more than 5% of the material to escape from the containment mesh. Furnish compost meeting the requirements of Item 161, "Compost." 2.10.2. Containment Mesh. Furnish containment mesh that is 100% biodegradable, photodegradable, or recyclable such as burlap, twine, UV photodegradable plastic, polyester, or any other acceptable material. Furnish biodegradable or photodegradable containment mesh when log will remain in place as part of a vegetative system. Furnish recyclable containment mesh for temporary installations. 2.10.3. Size. Furnish biodegradable erosion control logs with diameters shown on the plans oras directed. Stuff containment mesh densely so logs do not deform. 3. QUALIFICATIONS, TRAINING, AND EMPLOYEE REQUIREMENTS 3.1. Contractor Responsible Person Environmental (CRPE) Qualifications and Responsibilities. Provide and designate in writing at the preconstruction conference a CRPE and alternate CRPE who have overall responsibility for the storm water management program. The CRPE will implement storm water and erosion control practices; will oversee and observe storm water control measure monitoring and management; will monitor the project site daily and produce daily monitoring reports as long as there are BMPs in place or soil disturbing activities are evident to ensure compliance with the SWP3 and TPDES General Permit TXR150000. During time suspensions when work is not occurring or on contract non -work days, daily inspections are not required unless a rain event has occurred. The CRPE will provide recommendations on 709 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 506 how to improve the effectiveness of control measures. Attend the Department's preconstruction conference for the project. Ensure training is completed as identified in Section 506.3.3., "Training," by all applicable personnel before employees work on the project. Document and submit a list, signed by the CRPE, of all applicable Contractor and subcontractor employees who have completed the training. Include the employee's name, the training course name, and date the employee completed the training. Provide the most current list at the preconstruction conference or before SWP3 or soil disturbing activities. Update the list as needed and provide the updated list when updated. 3.2. Contractor Superintendent Qualifications and Responsibilities. Provide a superintendent that is competent, has experience with and knowledge of storm water management, and is knowledgeable of the requirements and the conditions of the TPDES General Permit TXR150000. The superintendent will manage and oversee the day to day operations and activities at the project site; work with the CRPE to provide effective storm water management at the project site; represent and act on behalf of the Contractor; and attend the Department's preconstruction conference for the project. 3.3. Training. All Contractor and subcontractor employees involved in soil disturbing activities, small or large structures, storm water control measures, and seeding activities must complete training as prescribed by the Department. 4. CONSTRUCTION 4.1. Contractor Responsibilities. Implement the SWP3 for the project site in accordance with the plans and specifications, TPDES General Permit TXR150000, and as directed. Coordinate storm water management with all other work on the project. Develop and implement an SWP3 for project -specific material supply plants within and outside of the Department's right of way in accordance with the specific or general storm water permit requirements. Prevent water pollution from storm water associated with construction activity from entering any surface water or private property on or adjacent to the project site. 4.2. Implementation. The CRPE, or alternate CRPE, must be accessible by phone and able to respond to project -related storm water management or other environmental emergencies 24 hr. per day. 4.2.1. Commencement. Implement the SWP3 as shown and as directed. Contractor -proposed recommendations for changes will be allowed as approved. Conform to the established guidelines in the TPDES General Permit TXR150000 to make changes. Do not implement changes until approval has been received and changes have been incorporated into the plans. Minor adjustments to meet field conditions are allowed and will be recorded in the SWP3. 4.2.2. Phasing. Implement control measures before the commencement of activities that result in soil disturbance. Phase and minimize the soil disturbance to the areas shown on the plans. Coordinate temporary control measures with permanent control measures and all other work activities on the project to assure economical, effective, safe, and continuous water pollution prevention. Provide control measures that are appropriate to the construction means, methods, and sequencing allowed by the Contract. Exercise precaution throughout the life of the project to prevent pollution of ground waters and surface waters. Schedule and perform clearing and grubbing operations so that stabilization measures will follow immediately thereafter if project conditions permit. Bring all grading sections to final grade as soon as possible and implement temporary and permanent control measures at the earliest time possible. Implement temporary control measures when required by the TPDES General Permit TXR150000 or otherwise necessitated by project conditions. Do not prolong final grading and shaping. Preserve vegetation where possible throughout the project, and minimize clearing, grubbing, and excavation within stream banks, bed, and approach sections. 4.3. General. 4.3.1. Temporary Alterations or Control Measure Removal. Altering or removal of control measures is allowed when control measures are restored within the same working day. 710 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 506 4.3.2. Stabilization. Initiate stabilization for disturbed areas no more than 14 days after the construction activities in that portion of the site have temporarily or permanently ceased. Establish a uniform vegetative cover or use another stabilization practice in accordance with the TPDES General Permit TXR150000. 4.3.3. Finished Work. Remove and dispose of all temporary control measures upon acceptance of vegetative cover or other stabilization practice unless otherwise directed. Complete soil disturbing activities and establish a uniform perennial vegetative cover. A project will not be considered for acceptance until a vegetative cover of 70% density of existing adjacent undisturbed areas is obtained or equivalent permanent stabilization is obtained in accordance with the TPDES General Permit TXR150000. An exception will be allowed in arid areas as defined in the TPDES General Permit TXR150000. 4.3.4. Restricted Activities and Required Precautions. Do not discharge onto the ground or surface waters any pollutants such as chemicals, raw sewage, fuels, lubricants, coolants, hydraulic fluids, bitumens, or any other petroleum product. Operate and maintain equipment on-site to prevent actual or potential water pollution. Manage, control, and dispose of litter on-site such that no adverse impacts to water quality occur. Prevent dust from creating a potential or actual unsafe condition, public nuisance, or condition endangering the value, utility, or appearance of any property. Wash out concrete trucks only as described in the TPDES General Permit TXR150000. Use appropriate controls to minimize the offsite transport of suspended sediments and other pollutants if it is necessary to pump or channel standing water (i.e., dewatering). Prevent discharges that would contribute to a violation of Edwards Aquifer Rules, water quality standards, the impairment of a listed water body, or other state or federal law. 4.4. Installation, Maintenance, and Removal Work. Perform work in accordance with the SWP3, according to manufacturers' guidelines, and in accordance with the TPDES General Permit TXR150000. Install and maintain the integrity of temporary erosion and sedimentation control devices to accumulate silt and debris until soil disturbing activities are completed and permanent erosion control features are in place or the disturbed area has been adequately stabilized as approved. The Department will inspect and document the condition of the control measures at the frequency shown on the plans and will provide the Construction SWP3 Field Inspection and Maintenance Reports to the Contractor. Make corrections as soon as possible before the next anticipated rain event or within 7 calendar days after being able to enter the worksite for each control measure. The only acceptable reason for not accomplishing the corrections with the time frame specified is when site conditions are "Too Wet to Work." Take immediate action if a correction is deemed critical as directed. When corrections are not made within the established time frame, all work will cease on the project and time charges will continue while the control measures are brought into compliance. Commence work once the Engineer reviews and documents the project is in compliance. Commencing work does not release the Contractor of the liability for noncompliance of the SWP3, plans, or TPDES General Permit TXR150000. The Engineer may limit the disturbed area if the Contractor cannot control soil erosion and sedimentation resulting from the Contractor's operations. Implement additional controls as directed. Remove devices upon approval or as directed. Finish -grade and dress the area upon removal. Stabilize disturbed areas in accordance with the permit, and as shown on the plans or directed. Materials removed are considered consumed by the project. Retain ownership of stockpiled material and remove it from the project when new installations or replacements are no longer required. 4.4.1. Rock Filter Dams for Erosion Control. Remove trees, brush, stumps, and other objectionable material that may interfere with the construction of rock filter dams. Place sandbags as a foundation when required or at the Contractor's option. Place the aggregate to the lines, height, and slopes specified, without undue voids for Types 1, 2, 3, and 5. Place the aggregate on the mesh and then fold the mesh at the upstream side over the aggregate and secure it to itself on the downstream side with wire ties, or hog rings for Types 2 and 3, or as directed. Place rock filter dams perpendicular to the flow of the stream or channel unless otherwise directed. Construct filter dams according to the following criteria unless otherwise shown on the plans: 711 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 506 4.4.1.1. Type 1 (Non -Reinforced). • Height. At least 18 in. measured vertically from existing ground to top of filter dam. • Top Width. At least 2 ft. • Slopes. No steeper than 2:1. 4.4.1.2. Type 2 (Reinforced). • Height. At least 18 in. measured vertically from existing ground to top of filter dam. • Top Width. At least 2 ft. • Slopes. No steeper than 2:1. 4.4.1.3. Type 3 (Reinforced). • Height. At least 36 in. measured vertically from existing ground to top of filter dam. • Top Width. At least 2 ft. • Slopes. No steeper than 2:1. 4.4.1.4. Type 4 (Sack Gabions). Unfold sack gabions and smooth out kinks and bends. Connect the sides by lacing in a single loop—double loop pattern on 4- to 5 -in. spacing for vertical filling. Pull the end lacing rod at one end until tight, wrap around the end, and twist 4 times. Fill with stone at the filling end, pull the rod tight, cut the wire with approximately 6 in. remaining, and twist wires 4 times. Place the sack flat in a filling trough, fill with stone, connect sides, and secure ends as described above for horizontal filling. Lift and place without damaging the gabion. Shape sack gabions to existing contours. 4.4.1.5. Type 5. Provide rock filter dams as shown on the plans. 4.4.2. Temporary Pipe Slope Drains. Install pipe with a slope as shown on the plans or as directed. Construct embankment for the drainage system in 8 -in. lifts to the required elevations. Hand -tamp the soil around and under the entrance section to the top of the embankment as shown on the plans or as directed. Form the top of the embankment or earth dike over the pipe slope drain at least 1 ft. higher than the top of the inlet pipe at all points. Secure the pipe with hold-downs or hold-down grommets spaced a maximum of 10 ft. on center. Construct the energy dissipaters or sediment traps as shown on the plans or as directed. Construct the sediment trap using concrete or rubble riprap in accordance with Item 432, "Riprap," when designated on the plans. 4.4.3. Temporary Paved Flumes. Construct paved flumes as shown on the plans or as directed. Provide excavation and embankment (including compaction of the subgrade) of material to the dimensions shown on the plans unless otherwise indicated. Install a rock or rubble riprap energy dissipater, constructed from the materials specified above, to a minimum depth of 9 in. at the flume outlet to the limits shown on the plans or as directed. 4.4.4. Construction Exits. Prevent traffic from crossing or exiting the construction site or moving directly onto a public roadway, alley, sidewalk, parking area, or other right of way areas other than at the location of construction exits when tracking conditions exist. Construct exits for either long- or short-term use. 4.4.4.1. Long -Term. Place the exit over a foundation course as required. Grade the foundation course or compacted subgrade to direct runoff from the construction exits to a sediment trap as shown on the plans or as directed. Construct exits with a width of at least 14 ft. for one-way and 20 ft. for two-way traffic for the full width of the exit, or as directed. 4.4.4.1.1. Type 1. Construct to a depth of at least 8 in. using crushed aggregate as shown on the plans or as directed. 4.4.4.1.2. Type 2. Construct using railroad ties and timbers as shown on the plans or as directed. 712 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 4.4.4.2. Short -Term. 506 4.4.4.2.1. Type 3. Construct using crushed aggregate, plywood, or wafer board. This type of exit may be used for daily operations where long-term exits are not practical. 4.4.4.2.2. Type 4. Construct as shown on the plans or as directed. 4.4.5. Earthwork for Erosion Control. Perform excavation and embankment operations to minimize erosion and to remove collected sediments from other erosion control devices. 4.4.5.1. Excavation and Embankment for Erosion Control Features. Place earth dikes, swales, or combinations of both along the low crown of daily lift placement, oras directed, to prevent runoff spillover. Place swales and dikes at other locations as shown on the plans or as directed to prevent runoff spillover or to divert runoff. Construct cuts with the low end blocked with undisturbed earth to prevent erosion of hillsides. Construct sediment traps at drainage structures in conjunction with other erosion control measures as shown on the plans or as directed. Create a sediment basin, where required, providing 3,600 cu. ft. of storage per acre drained, or equivalent control measures for drainage locations that serve an area with 10 or more disturbed acres at one time, not including offsite areas. 4.4.5.2. Excavation of Sediment and Debris. Remove sediment and debris when accumulation affects the performance of the devices, after a rain, and when directed. 4.4.6. Construction Perimeter Fence. Construct, align, and locate fencing as shown on the plans or as directed. 4.4.6.1. Installation of Posts. Embed posts 18 in. deep or adequately anchor in rock, with a spacing of 8 to 10 ft. 4.4.6.2. Wire Attachment. Attach the top wire to the posts at least 3 ft. from the ground. Attach the lower wire midway between the ground and the top wire. 4.4.6.3. Flag Attachment. Attach flagging to both wire strands midway between each post. Use flagging at least 18 in. long. Tie flagging to the wire using a square knot. 4.4.7. Sandbags for Erosion Control. Construct a berm or dam of sandbags that will intercept sediment -laden storm water runoff from disturbed areas, create a retention pond, detain sediment, and release water in sheet flow. Fill each bag with sand so that at least the top 6 in. of the bag is unfilled to allow for proper tying of the open end. Place the sandbags with their tied ends in the same direction. Offset subsequent rows of sandbags 1/2 the length of the preceding row. Place a single layer of sandbags downstream as a secondary debris trap. Place additional sandbags as necessary or as directed for supplementary support to berms or dams of sandbags or earth. 4.4.8. Temporary Sediment -Control Fence. Provide temporary sediment -control fence near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. Incorporate the fence into erosion -control measures used to control sediment in areas of higher flow. Install the fence as shown on the plans, as specified in this Section, or as directed. 4.4.8.1. Installation of Posts. Embed posts at least 18 in. deep, or adequately anchor, if in rock, with a spacing of 6 to 8 ft. and install on a slight angle toward the runoff source. 4.4.8.2. Fabric Anchoring. Dig trenches along the uphill side of the fence to anchor 6 to 8 in. of fabric. Provide a minimum trench cross-section of 6 x 6 in. Place the fabric against the side of the trench and align approximately 2 in. of fabric along the bottom in the upstream direction. Backfill the trench, then hand -tamp. 4.4.8.3. Fabric and Net Reinforcement Attachment. Attach the reinforcement to wooden posts with staples, or to steel posts with T -clips, in at least 4 places equally spaced unless otherwise shown on the plans. Sewn 713 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 506 vertical pockets may be used to attach reinforcement to end posts. Fasten the fabric to the top strand of reinforcement by hog rings or cord every 15 in. or less. 4.4.8.4. Fabric and Net Splices. Locate splices at a fence post with a minimum lap of 6 in. attached in at least 6 places equally spaced unless otherwise shown on the plans. Do not locate splices in concentrated flow areas. Requirements for installation of used temporary sediment -control fence include the following: • fabric with minimal or no visible signs of biodegradation (weak fibers), • fabric without excessive patching (more than 1 patch every 15 to 20 ft.), • posts without bends, and • backing without holes. 4.4.9. Biodegradable Erosion Control Logs. Install biodegradable erosion control logs near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. Incorporate the biodegradable erosion control logs into the erosion measures used to control sediment in areas of higher flow. Install, align, and locate the biodegradable erosion control logs as specified below, as shown on the plans, or as directed. Secure biodegradable erosion control logs in a method adequate to prevent displacement as a result of normal rain events, prevent damage to the logs, and as approved, such that flow is not allowed under the logs. Temporarily removing and replacing biodegradable erosion logs as to facilitate daily work is allowed at the Contractor's expense. 4.4.10. Vertical Tracking. Perform vertical tracking on slopes to temporarily stabilize soil. Provide equipment with a track undercarriage capable of producing a linear soil impression measuring a minimum of 12 in. long x 2 to 4 in. wide x 1/2 to 2 in. deep. Do not exceed 12 in. between track impressions. Install continuous linear track impressions where the 12 in. length impressions are perpendicular to the slope. Vertical tracking is required on projects where soil disturbing activities have occurred unless otherwise approved. 4.5. Monitoring and Documentation. Monitor the control measures on a daily basis as long as there are BMPs in place and/or soil disturbing activities are evident to ensure compliance with the SWP3 and TPDES General Permit TXR150000. During time suspensions when work is not occurring or contract non -work days, daily inspections are not required unless a rain event has occurred. Monitoring will consist of, but is not limited to, observing, inspecting, and documenting site locations with control measures and discharge points to provide maintenance and inspection of controls as described in the SWP3. Keep written records of daily monitoring. Document in the daily monitoring report the control measure condition, the date of inspection, required corrective actions, responsible person for making the corrections, and the date corrective actions were completed. Maintain records of all monitoring reports at the project site or at an approved place. Provide copies within 7 days. Together, the CRPE and an Engineer's representative will complete the Construction Stage Gate Checklist on a periodic basis as directed. 5. 5.1. MEASUREMENT Rock Filter Dams. Installation or removal of rock filter dams will be measured by the foot or by the cubic yard. The measured volume will include sandbags, when used. 5.1.1. Linear Measurement. When rock filter dams are measured by the foot, measurement will be along the centerline of the top of the dam. 5.1.2. Volume Measurement. When rock filter dams are measured by the cubic yard, measurement will be based on the volume of rock computed by the method of average end areas. 5.1.2.1. Installation. Measurement will be made in final position. 5.1.2.2. Removal. Measurement will be made at the point of removal. 714 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 506 5.2. Temporary Pipe Slope Drains. Temporary pipe slope drains will be measured by the foot. 5.3. Temporary Paved Flumes. Temporary paved flumes will be measured by the square yard of surface area. The measured area will include the energy dissipater at the flume outlet. 5.4. Construction Exits. Construction exits will be measured by the square yard of surface area. 5.5. Earthwork for Erosion and Sediment Control. 5.5.1. Equipment and Labor Measurement. Equipment and labor used will be measured by the actual number of hours the equipment is operated and the labor is engaged in the work. 5.5.2. 5.5.2.1. 5.5.2.1.1. Volume Measurement. In Place. Excavation. Excavation will be measured by the cubic yard in its original position and the volume computed by the method of average end areas. 5.5.2.1.2. Embankment. Embankment will be measured by the cubic yard in its final position by the method of average end areas. The volume of embankment will be determined between: • the original ground surfaces or the surface upon that the embankment is to be constructed for the feature and • the lines, grades and slopes of the accepted embankment for the feature. 5.5.2.2. In Vehicles. Excavation and embankment quantities will be combined and paid for under "Earthwork (Erosion and Sediment Control, In Vehicle)." Excavation will be measured by the cubic yard in vehicles at the point of removal. Embankment will be measured by the cubic yard in vehicles measured at the point of delivery. Shrinkage or swelling factors will not be considered in determining the calculated quantities. 5.6. 5.7. Construction Perimeter Fence. Construction perimeter fence will be measured by the foot. Sandbags for Erosion Control. Sandbags will be measured as each sandbag or by the foot along the top of sandbag berms or dams. 5.8. Temporary Sediment -Control Fence. Installation or removal of temporary sediment -control fence will be measured by the foot. 5.9. Biodegradable Erosion Control Logs. Installation or removal of biodegradable erosion control logs will be measured by the foot along the centerline of the top of the control logs. 5.10. Vertical Tracking. Vertical tracking will not be measured or paid for directly but is considered subsidiary to this Item. 6. PAYMENT The following will not be paid for directly but are subsidiary to pertinent Items: • erosion -control measures for Contractor project -specific locations (PSLs) inside and outside the right of way (such as construction and haul roads, field offices, equipment and supply areas, plants, and material sources); • removal of litter, unless a separate pay item is shown on the plans; • repair to devices and features damaged by Contractor operations; • added measures and maintenance needed due to negligence, carelessness, lack of maintenance, and failure to install permanent controls; 715 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 506 • removal and reinstallation of devices and features needed for the convenience of the Contractor; • finish grading and dressing upon removal of the device; and • minor adjustments including but not limited to plumbing posts, reattaching fabric, minor grading to maintain slopes on an erosion embankment feature, or moving small numbers of sandbags. Stabilization of disturbed areas will be paid for under pertinent Items except vertical tacking which is subsidiary. Furnishing and installing pipe for outfalls associated with sediment traps and ponds will not be paid for directly but is subsidiary to the excavation and embankment under this Item. 6.1. Rock Filter Dams. 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 as follows: 6.1.1. Installation. Installation will be paid for as "Rock Filter Dams (Install)" of the type specified. This price is full compensation for furnishing and operating equipment, finish backfill and grading, lacing, proper disposal, labor, materials, tools, and incidentals. 6.1.2. Removal. Removal will be paid for as "Rock Filter Dams (Remove)." This price is full compensation for furnishing and operating equipment, proper disposal, labor, materials, tools, and incidentals. When the Engineer directs that the rock filter dam installation or portions thereof be replaced, payment will be made at the unit price bid for "Rock Filter Dams (Remove)" and for "Rock Filter Dams (Install)" of the type specified. This price is full compensation for furnishing and operating equipment, finish backfill and grading, lacing, proper disposal, labor, materials, tools, and incidentals. 6.2. Temporary Pipe Slope Drains. 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 "Temporary Pipe Slope Drains" of the size specified. This price is full compensation for furnishing materials, removal and disposal, furnishing and operating equipment, labor, tools, and incidentals. Removal of temporary pipe slope drains will not be paid for directly but is subsidiary to the installation Item. When the Engineer directs that the pipe slope drain installation or portions thereof be replaced, payment will be made at the unit price bid for "Temporary Pipe Slope Drains" of the size specified, which is full compensation for the removal and reinstallation of the pipe drain. Earthwork required for the pipe slope drain installation, including construction of the sediment trap, will be measured and paid for under "Earthwork for Erosion and Sediment Control." Riprap concrete or stone, when used as an energy dissipater or as a stabilized sediment trap, will be measured and paid for in accordance with Item 432, "Riprap." 6.3. Temporary Paved Flumes. 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 "Temporary Paved Flume (Install)" or "Temporary Paved Flume (Remove)." This price is full compensation for furnishing and placing materials, removal and disposal, equipment, labor, tools, and incidentals. When the Engineer directs that the paved flume installation or portions thereof be replaced, payment will be made at the unit prices bid for "Temporary Paved Flume (Remove)" and "Temporary Paved Flume (Install)." These prices are full compensation for the removal and replacement of the paved flume and for equipment, labor, tools, and incidentals. Earthwork required for the paved flume installation, including construction of a sediment trap, will be measured and paid for under "Earthwork for Erosion and Sediment Control." 716 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 506 6.4. Construction Exits. Contractor -required construction exits from off right of way locations or on -right of way PSLs will not be paid for directly but are subsidiary to pertinent Items. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" for construction exits needed on right of way access to work areas required by the Department will be paid for at the unit price bid for "Construction Exits (Install)" of the type specified or "Construction Exits (Remove)." This price is full compensation for furnishing and placing materials, excavating, removal and disposal, cleaning vehicles, labor, tools, and incidentals. When the Engineer directs that a construction exit or portion thereof be removed and replaced, payment will be made at the unit prices bid for "Construction Exit (Remove)" and "Construction Exit (Install)" of the type specified. These prices are full compensation for the removal and replacement of the construction exit and for equipment, labor, tools, and incidentals. Construction of sediment traps used in conjunction with the construction exit will be measured and paid for under "Earthwork for Erosion and Sediment Control." 6.5. Earthwork for Erosion and Sediment Control. 6.5.1. Initial Earthwork for Erosion and Sediment Control. 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 "Excavation (Erosion and Sediment Control, In Place)," "Embankment (Erosion and Sediment Control, In Place)," "Excavation (Erosion and Sediment Control, In Vehicle)," "Embankment (Erosion and Sediment Control, (In Vehicle)," or "Earthwork (Erosion and Sediment Control, In Vehicle)." This price is full compensation for excavation and embankment including hauling, disposal of material not used elsewhere on the project; embankments including furnishing material from approved sources and construction of erosion -control features; and equipment, labor, tools, and incidentals. Sprinkling and rolling required by this Item will not be paid for directly but will be subsidiary to this Item. 6.5.2. Maintenance Earthwork for Erosion and Sediment Control for Cleaning and Restoring Control Measures. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid under a Contractor Force Account Item from invoice provided to the Engineer. This price is full compensation for excavation, embankment, and re -grading including removal of accumulated sediment in various erosion control installations as directed, hauling, and disposal of material not used elsewhere on the project; excavation for construction of erosion -control features; embankments including furnishing material from approved sources and construction of erosion -control features; and equipment, labor, tools, and incidentals. Earthwork needed to remove and obliterate erosion -control features will not be paid for directly but is subsidiary to pertinent Items unless otherwise shown on the plans. Sprinkling and rolling required by this Item will not be paid for directly but will be subsidiary to this Item. 6.6. Construction Perimeter Fence. The work performed and materials furnished in accordance with this Rem and measured as provided under "Measurement" will be paid for at the unit price bid for "Construction Perimeter Fence." This price is full compensation for furnishing and placing the fence; digging, fence posts, wire, and flagging; removal and disposal; and materials, equipment, labor, tools, and incidentals. Removal of construction perimeter fence will be not be paid for directly but is subsidiary to the installation Item. When the Engineer directs that the perimeter fence installation or portions thereof be removed and replaced, payment will be made at the unit price bid for "Construction Perimeter Fence," which is full compensation for the removal and reinstallation of the construction perimeter fence. 717 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 506 6.7. Sandbags for Erosion Control. Sandbags will be paid for at the unit price bid for "Sandbags for Erosion Control" (of the height specified when measurement is by the foot). This price is full compensation for materials, placing sandbags, removal and disposal, equipment, labor, tools, and incidentals. Removal of sandbags will not be paid for directly but is subsidiary to the installation Item. When the Engineer directs that the sandbag installation or portions thereof be replaced, payment will be made at the unit price bid for "Sandbags for Erosion Control," which is full compensation for the reinstallation of the sandbags. 6.8. Temporary Sediment -Control Fence. 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 as follows: 6.8.1. Installation. Installation will be paid for as "Temporary Sediment -Control Fence (Install)." This price is full compensation for furnishing and operating equipment finish backfill and grading, lacing, proper disposal, labor, materials, tools, and incidentals. 6.8.2. Removal. Removal will be paid for as "Temporary Sediment -Control Fence (Remove)." This price is full compensation for furnishing and operating equipment, proper disposal, labor, materials, tools, and incidentals. 6.9. Biodegradable Erosion Control Logs. 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 as follows: 6.9.1. Installation. Installation will be paid for as "Biodegradable Erosion Control Logs (Install)" of the size specified. This price is full compensation for furnishing and operating equipment finish backfill and grading, staking, proper disposal, labor, materials, tools, and incidentals. 6.9.2. Removal. Removal will be paid for as "Biodegradable Erosion Control Logs (Remove)." This price is full compensation for furnishing and operating equipment, proper disposal, labor, materials, tools, and incidentals. 6.10. Vertical Tracking. Vertical tracking will not be measured or paid for directly but is considered subsidiary to this Item. 718 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 540 Item 540 Metal Beam Guard Fence 1. DESCRIPTION Furnish, install, replace, or adjust metal beam guard fence consisting of metal beam rail elements, hardware, blocks, and support posts. 2. MATERIALS Provide samples of metal beam rail elements, terminal sections, bolts, and nuts for compliance testing according to Tex -708-I and Tex -713-I to verify physical and chemical properties meet AASHTO M 180 when directed. Obtain materials at the locations shown on the plans when the plans designate that the Department will furnish materials. 2.1. Metal Beam Rail Elements. Furnish new metal beam rail elements, transitions, anchor sections, and terminals that meet the requirements of Table 1 and are from a manufacturer on the Department's MPL of rail element manufacturers. Type I or II is required, unless otherwise shown on the plans. Base metal for metal beam rail elements must not contain more than 0.04% phosphorous or more than 0.05% sulfur. Warped or deformed rail elements will be rejected. Table 1 Rail Element Requirements Specification AASHTO M 180 Class A— Base metal nominal thickness 0.105 in. B— Base metal nominal thickness 0.135 in. Type I— Zinc -coated 1.80 oz. per square foot minimum single -spot. 11— Zinc -coated 3.60 oz. per square foot minimum single -spot. IV— Weathering Steel (required when shown on the plans). Shape W -Beam Thrie Beam W -Beam to Thrie Beam Transition Markings Permanently mark each metal beam rail element with the information required in AASHTO M 180. In addition, permanently mark all curved sections of metal beam rail element with the radius of the curved section in the format "R=XX ft." Markings must be on the back of the metal beam rail section away from traffic and visible after erection. 2.2. Posts. Furnish new round timber, rectangular timber, or rolled steel section posts in accordance with details shown on the plans and the following requirements: 2.2.1. Timber Posts. Meet the requirements of DMS -7200, "Timber Posts and Blocks for Metal Beam Guard Fence." Purchase from a manufacturer or supplier on the Department's MPL of timber treating plants and suppliers. 2.2.2. Steel Posts. Provide rolled sections conforming to the material requirements of ASTM A36. Drill or punch posts for standard rail attachment as shown on the plans. Galvanize according to Item 445, "Galvanizing." Low -fill culvert posts may be fabricated as galvanized "blanks" with the rail hole and the final height field fabricated. Treat all exposed post surfaces caused by the field fabrication in accordance with Section 445.3.5., "Repairs." DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 540 2.3. Blocks. Furnish new rectangular timber or composite blocks in accordance with details shown on the plans and the following requirements: 2.3.1. Timber. Meet the requirements of DMS -7200, "Timber Posts and Blocks for Metal Beam Guard Fence." Purchase from a manufacturer or supplier on the Department's MPL of timber treating plants and suppliers. 2.3.2. Composite. Meet the requirements of DMS -7210, "Composite Material Posts and Blocks for Metal Beam Guard Fence." Purchase from a manufacturer on the Department's MPL of composite material blocks and posts. 2.4. Fittings. Furnish new fittings (bolts, nuts, and washers) according to the details shown on the plans and galvanized according to Item 445, "Galvanizing." 2.5. Terminal Connectors. Furnish new terminal connectors, where required, meeting the material and galvanizing requirements specified for metal beam rail elements. 2.6. Concrete. Furnish concrete for terminal anchor posts meeting the requirements for Class A concrete as required in Item 421, "Hydraulic Cement Concrete." 2.7. Curb. If indicated in the details, furnish the curb shown with metal beam guard fence transition as required by Item 529, "Concrete Curb, Gutter, and Combined Curb and Gutter." 2.8. Terminal Anchor Posts. Furnish new terminal anchor posts from steel conforming to the material requirements of ASTM A36. Fabricate posts according to Item 441, "Steel Structures." Galvanize terminal anchor posts after fabrication according to Item 445, "Galvanizing." 2.9. Driveway Terminal Anchor Posts. Furnish new terminal anchor posts from steel conforming to the material requirements of ASTM A36. Fabricate posts according to Item 441, "Steel Structures." Galvanize terminal anchor posts after fabrication according to Item 445, "Galvanizing." 2.10. Downstream Anchor Posts. Furnish new terminal anchor posts consisting of new rectangular timber and new steel foundation tubes according to details shown on the plans. 2.11. Downstream Anchor Hardware. Furnish new hardware (brackets, plates, struts, cable, etc.) according to the details shown on the plans and galvanized according to Item 445, "Galvanizing." 2.12. Controlled Released Terminal (CRT) Posts. Furnish new CRT posts according to the details shown on the plans and conforming to the requirements of DMS -7200, "Timber Posts and Blocks for Metal Beam Guard Fence." Purchase from a manufacturer or supplier on the Department's MPL of timber treating plants and suppliers. 3. CONSTRUCTION Install posts and rail elements according to details shown on the plans. 3.1. Posts. Install posts by either drilling or driving. 3.1.1. Drilling. Drill holes and set posts plumb and firm to the line and grade shown. Backfill posts by thoroughly compacting material to the density of adjacent undisturbed material. 3.1.2. Driving. Drive posts plumb with approved power hammers (steam, compressed air, vibratory, or diesel) or gravity hammers to the line and grade shown while preventing damage to the post. Use pilot holes when required and approved. Determine the size and depth of pilot holes based on results of the first few posts driven. Thoroughly tamp loosened soil around the post, fill voids with suitable material, and thoroughly compact to the density of adjacent undisturbed material. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 540 3.2. Rail Elements. Erect metal beam rail elements to produce a smooth, continuous rail paralleling the line and grade of the roadway surface or as shown on the plans. Bolt rail elements end-to-end and lap splices in the direction of traffic. Field -drill or punch holes in rail elements for special details, only when approved. 3.3. Short Radius. Special rail fabrication with a required radius must be as shown on the plans. 3.4. Terminal Anchor Posts. Embed terminal anchor posts in concrete, unless otherwise shown on the plans. 3.5. Galvanizing Repair. Repair all parts of galvanized steel posts, washers, bolts, and rail elements after erection where galvanizing has become scratched, chipped, or otherwise damaged. Repair in accordance with Section 445.3.5., "Repairs." 3.6. 3.7. 3.8. Guardrail Adjustment. Work includes vertical adjustment, horizontal shift, and overlap of the rail element to meet the detail shown on the plans. Curb. If indicated in the details, construct the curb shown with metal beam guard fence transition as required by Item 529, "Concrete Curb, Gutter, and Combined Curb and Gutter." Driveway Terminal Anchor Posts. Embed terminal anchor posts in concrete, unless otherwise shown on the plans. 4. MEASUREMENT 4.1. Guard Fence. Measurement will be by the foot of fence. Fence will be measured on the face of the rail in place, from center -to -center of end splice locations. 4.2. Terminal Anchor Sections. Measurement will be by each section, complete in place, consisting of a terminal anchor post and one 25 -ft. section of rail element. 4.3. Transitions. Transitions for rail connection will be measured by each transition. 4.4. Short Radius. Measurement will be by the foot to the nearest whole foot along the face of the rail in place, from beginning of radius (first CRT post) to the end of radius. 4.5. Driveway Terminal Anchor Section. Measurement will be by each section, complete in place, consisting of a driveway terminal anchor post and one 6 -ft. section of rail element. 4.6. Downstream Anchor Terminal. Measurement will be by each section, complete in place, consisting of one W -Beam end section, 2 downstream anchor posts, and one rail section. 4.7. Long Span System. Measurement will be by the foot of fence. Fence will be measured on the face of the rail, in place, between the first CRT and last CRT posts in the system. 5. PAYMENT The work performed and material furnished in accordance with this Item and measured as provided under "Measurement" will be paid at the unit price bid for "Metal W -Beam Guard Fence" of the post type specified; "Metal Thrie Beam Guard Fence" of the post type specified; "Terminal Anchor Section"; "Metal Beam Guard Fence Transition" of the type specified; "Metal W -Beam Guard Fence Adjustment"; "Metal Thrie Beam Guard Fence Adjustment"; "Terminal Anchor Section Adjustment"; "Transition Adjustment"; "Short Radius"; "Driveway Terminal Anchor Section; "Downstream Anchor Terminal"; or "Metal Beam Guard Fence (Long Span System)." When weathering steel is required, Type IV will be specified. Samples furnished to the Department for testing purposes, special backfill materials, and concrete curbs will not be paid directly but are subsidiary to this Item. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 540 5.1. Guard Fence. The price bid for "Metal W -Beam Guard Fence" or "Metal Thrie Beam Guard Fence" is full compensation for materials, hauling, erection, setting posts in concrete, blocks, driving posts, excavating, backfilling, equipment, labor, tools, and incidentals. 5.2. Terminal Anchor Section. When a separate bid item is specified, the price bid for "Terminal Anchor Section" is full compensation for furnishing the rail element, anchor assembly, terminal anchor post, and foundations; installing the rail element anchor assembly and the terminal anchor post and foundations; excavation and backfilling; and equipment, labor, tools, and incidentals. 5.3. Transition. The price bid for "Metal Beam Guard Fence Transition" is full compensation for furnishing nested sections of Thrie Beam; nested sections of W -Beam; Thrie Beam to W -Beam transitional rail piece, posts, concrete, curb, and connections to W -Beam guard fence and bridge rails; Thrie Beam terminal connectors; excavation and backfilling; and equipment, labor, tools, and incidentals. 5.4. Guardrail Adjustment. The price bid for "Metal W -Beam Guard Fence Adjustment," "Metal Thrie Beam Guard Fence Adjustment," "Terminal Anchor Section Adjustment," and "Transition Adjustment" is full compensation for furnishing materials not supplied by the Department, drilling holes in posts, hauling, erection, blocks, excavation, backfill, cleaning, salvaging materials, setting rail element anchor assembly and terminal anchor post, removal of rail element, concrete, curb, equipment, labor, tools, and incidentals. 5.5. Short Radius. The price bid for "Short Radius" is full compensation for furnishing special rail fabricated metal beam guard fence, CRT posts, steel posts, sand barrels, end terminal, cable anchor, materials, hauling, erection, blocks, driving posts, excavating, backfilling, equipment, labor, tools, and incidentals. 5.6. Driveway Terminal Anchor Section. The price bid for "Driveway Terminal Anchor Section" is full compensation for furnishing the rail element, driveway anchor assembly, driveway terminal anchor post, and foundations; installing the rail element anchor assembly and the driveway terminal anchor post and foundations; excavation and backfilling; and equipment, labor, tools, and incidentals. 5.7. Downstream Anchor Terminal. The price bid for "Downstream Anchor Terminal" is full compensation for furnishing the rail element, W -Beam end section, guardrail anchor bracket, shelf angle bracket, channel strut, downstream anchor posts, breakaway cable terminal (BCT) cable anchor assembly, and foundations; installing the BCT cable anchor assembly and the downstream anchor post and foundations; excavation and backfilling; and equipment, labor, tools, and incidentals. 5.8. Long Span System. The price bid for "Metal Beam Guard Fence (Long Span System)" is full compensation for furnishing the rail element, CRT posts, materials, hauling, erection, blocks, driving posts, excavating, backfilling, equipment, labor, tools, and incidentals. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 542 Item 542 Removing Metal Beam Guard Fence 1. DESCRIPTION Remove existing metal beam guard fence and store at locations shown on the plans or as directed. 2. CONSTRUCTION Remove rail elements in original lengths. Remove fittings from the posts and the metal rail and then pull the posts. Do not mar or damage salvageable materials during removal. Completely remove posts and any concrete surrounding the posts. Furnish backfill material and backfill the hole with material equal in composition and density to the surrounding soil unless otherwise directed. Cut off or bend down deadman eyebolts to an elevation at least 1 ft. below the new subgrade elevation and leave in place along with the deadman. Neatly stack salvaged materials to be retained by the Department at designated sites shown on the plans. Properly dispose of unsalvageable materials in accordance with federal, state, and local regulations. Repair or replace Contractor -damaged salvageable material at the Contractor's expense. 3. MEASUREMENT This Item will be measured by the foot for "Remove Metal Beam Guard Fence" in its original position. Measurement will be made along the face of the rail, in place, including metal beam guard fence transitions, from center -to -center of end posts and from terminal points shown on the plans. When "Remove Terminal Anchor Section" is specified as a separate bid item, measurement will be made for each removed section. A terminal anchor section consists of one post, one 25 -ft. rail element, and associated hardware. When "Remove Downstream Anchor Terminal" is specified as a separate bid item, measurement will be made for each removed section. Downstream anchor terminal consists of 2 posts, 1 section, and associated hardware. 4. PAYMENT The work performed and measured as provided under "Measurement" will be paid at the unit price bid for "Remove Metal Beam Guard Fence," "Remove Terminal Anchor Section," and "Remove Downstream Anchor Terminal." This price will be full compensation for removing materials; loading, hauling, unloading, and storing or disposal; furnishing backfill material; backfilling postholes; and equipment, labor, tools, and incidentals. Removal of curb associated with the metal beam guard fence transitions will not be paid directly but will be subsidiary to this Item. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 544 Item 544 Guardrail End Treatments 1. DESCRIPTION Furnish and install, move, or remove guardrail end treatments. 2. MATERIALS Furnish new materials from the Department's MPL of rail element manufacturers. Obtain materials at the location shown on the plans when furnished by the Department. 3. CONSTRUCTION Install guardrail end treatments in accordance with manufacturer's assembly and installation requirements and the details shown on the plans. Provide the Engineer with manufacturer's installation and repair manuals specific to the guardrail end treatment. Move or remove guardrail end treatments in accordance with the plans and as directed. Deliver salvageable materials in accordance with the plans or as directed. Dispose of unsalvageable materials in accordance with federal, state, and local regulations. 4. MEASUREMENT This Item will be measured by each guardrail end treatment. 5. PAYMENT The work performed and the materials furnished in accordance with this Item and measured as provided for under "Measurement" will be paid for at the unit price bid for "Guardrail End Treatment (Install)" of the post and type specified where applicable, "Guardrail End Treatment (Move and Reset)," or "Guardrail End Treatment (Remove)." This price is full compensation for foundations, materials, stockpiling, disposal of unsalvageable materials, equipment, labor, tools, and incidentals. Payment for "Guardrail End Treatment (Move and Reset)" will include each guardrail end treatment removed from a stockpile or from an existing location and reset in a new location as detailed on the plans or as directed. Payment for "Guardrail End Treatment (Remove)" will include each guardrail end treatment removed from an existing location and stockpiled at the location designated on the plans, disposed, or as otherwise directed. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 658 Item 658 Delineator and Object Marker Assemblies 1. DESCRIPTION • Installation. Install delineator or object maker assembly. • Removal. Remove delineator or object marker assembly. 2. MATERIALS Furnish only new materials in accordance with details shown on the plans unless otherwise directed. The Engineer will sample in accordance with Tex -725-I or Tex -737-I. 2.1. Delineator and Object Marker Assemblies. Fabricate in accordance with the following: • DMS -8600, "Delineators, Object Markers, and Barrier Reflectors." • DMS -4400, "Flexible Delineator and Object Marker Posts (Embedded and Surface -Mount Types)." 2.2. Wing Channel Post. Furnish material of the size shown on the plans. Supply a notarized original of the Form D -9 -USA -1 (Department Form 1818) with supporting mill test report certifying that the base metal is in accordance with the following: • ASTM A1011, SS Grade 50. • ASTM A499. Galvanize material in accordance with Item 445, "Galvanizing." 3. CONSTRUCTION 3.1. Installation. Locate delineators and object markers as shown on the plans or as directed. Locate barrier reflectors as shown on the plans or as directed, and install in accordance with manufacturers recommendations. Install winged channel post and flexible delineator posts to allow the reflector units and reflectorized panels to be installed at the specified height and orientation. Align post as shown or as directed. Drive post plumb using a driving cap to prevent visible cross-section dimension distortion. Drill or drive a pilot hole when post cannot be driven without visibly distorting the cross-section dimension. Backfill pilot holes thoroughly by tamping in 6 -in. lifts to grade. Install surface -mount and other types of delineators and object markers in accordance with details shown on the plans. Repair damaged galvanizing in accordance with Section 445.3.5., "Repairs." Install reflector units on wing channel posts after the posts have been erected. 3.2. Removal. Remove post assemblies without damaging materials and salvage when indicated on the plans. Remove post to a minimum of 6 in. below finish grade. Stockpile salvaged materials at the location shown on the plans or as directed. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local requirements. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 658 4. MEASUREMENT Installation will be measured by each delineator or object marker assembly installed. When removal is specified on the plans to be a pay item, it will be measured by each delineator or object marker assembly re moved. This is a plans quantity measurement Item. The quantity to be paid for is 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 "Install Delineator Assemblies" or "Install Object Marker Assemblies" of the types and colors specified and for "Remove Delineator or Object Marker Assemblies." 5.1. Installation. This price is full compensation for furnishing and fabricating when required, and installing and mounting the delineator or object marker assemblies including posts, adhesive or pads for surface mount assemblies, back plates, reflector units, fastening plates, brackets, bolts, nuts, and washers; and materials, equipment, labor, tools, and incidentals. 5.2. Removal. Unless otherwise shown on the plans, removal will not be paid for directly but is subsidiary to bid items of the Contract. When removal is shown on the plans as a bid item, this price is full compensation for removal and disposal of delineator and object marker assemblies and for materials, equipment, labor, tools, and incidentals. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 720 Item 720 Repair of Spalling in Concrete Pavement 1. DESCRIPTION Repair spelling and partial -depth failures in concrete pavement. 2. MATERIALS Furnish either rapid -set concrete or polymeric patching material unless otherwise shown on the plans. 2.1. Rapid -Set Concrete. Provide concrete that meets DMS -4655, "Concrete Repair Materials," Type "B." Use a packaged blend of hydraulic cement, sand, and gravel (maximum size 3/8 in.) which requires the addition of water and has a maximum shrinkage of 0.15% in accordance with ASTM C928. Do not use chlorides, magnesium or gypsum to accelerate setting time. Demonstrate that mixture achieves flexural strength of at least 425 psi in 5 hr., a minimum compressive strength of 5,100 psi in 7 days, and 6,300 psi in 28 days before spall repair operations. Test in accordance with Tex -418-A and Tex -448-A. 2.2. Polymeric Patching Material. Provide polymeric patching material that meets DMS -6170, "Polymeric Materials for Patching SpaIls in Concrete Pavement," and matches the color of the pavement. 3. EQUIPMENT Furnish equipment in accordance with Item 429, "Concrete Structure Repair," or as approved. 4. WORK METHODS Repair areas as shown on the plans or as directed. Dispose of debris off the right of way in accordance with federal, state, and local regulations. 4.1. Hydraulic Cement Concrete Material. Saw at least 1-1/2 in. deep around repair area before concrete removal, unless otherwise directed, providing a vertical face around the perimeter of the repair area. Protect and reuse existing reinforcing if encountered, unless otherwise directed. Provide a uniform rough surface free of loose particles and suitable for bonding. Remove concrete to a depth of 1-1/2 in. or the depth of deteriorated concrete, whichever is greater. Use chipping hammers not heavier than the nominal 15 -Ib. class or hydrodemolition equipment for the removal of concrete below 1-1/2 in. depth. Mix, place, and cure in accordance with manufacturer's recommendations. Place concrete if the air temperature is 40°F or above. Screed concrete to conform to roadway surface. Provide a rough broom finish. 4.2. Polymeric Patching Material. Submit for approval a statement from the manufacturer identifying the recommended equipment and installation procedures. Remove the deteriorated concrete to the dimensions shown on the plans or as directed. Dry and abrasive blast the repair area to ensure it is free from moisture, dirt, grease, oil, or other foreign material that may reduce the bond. Remove dust from the abrasive blasting operation. Apply primer to the repair area in accordance with manufacturer's recommendations. Reapply primer if conditions change before placing patching material. Mix, place, and cure in accordance with manufacturer's recommendations. Begin placement of material at the lower end of sloped areas. Screed polymeric patching material to conform to the roadway surface. Provide a non-skid finish with a notched trowel. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 720 5. MEASUREMENT This Item will be measured as follows: 5.1. Hydraulic Cement Concrete Material. By the cubic foot of concrete repair material placed. 5.2. Polymeric Patching Material. By the gallon of polymeric patching material placed. 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Spalling Repair" of the type (Hydraulic Cement; Polymeric, Flexible; or Polymeric, Semirigid) specified. This price is full compensation for sawing, chipping, milling, cleaning, abrasive blasting, repairing spalled concrete pavement, disposal of materials, materials, equipment, labor, tools, and incidentals. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 740 Item 740 Graffiti Removal and Anti -Graffiti Coating 1. DESCRIPTION Remove graffiti or apply anti -graffiti coating on concrete or steel. 2. MATERIALS Furnish acrylic latex paint meeting the requirements of Item 446, "Field Cleaning and Painting Steel," for steel structures. Furnish concrete paint or opaque sealer in accordance with Item 427, "Surface Finishes for Concrete," for concrete structures unless otherwise shown on the plans. Furnish anti -graffiti coating of the type specified, in accordance with DMS -8111, "Anti -Graffiti Coatings." Furnish graffiti removal chemicals as approved. 3. WORK METHODS Graffiti is defined as inscriptions or drawings placed on fixtures, structures, riprap, etc. Remove graffiti from signs as directed. Work requests are made on a callout basis. Begin graffiti removal within 24 hr. of notification, unless otherwise shown on the plans. Shape treated area to a rectangular configuration. Control dust or water to prevent a hazard to traffic. Ensure treated areas exhibit a uniform clean appearance upon completion. Follow the manufacturer's recommendations and use a low-pressure (less than 1,000 psi) water wash when using a chemical cleaning method. 3.1. Graffiti Removal. Remove graffiti by any of the following methods as specified: 3.1.1. Surfaces without Anti -Graffiti Coating. • Concrete Structures. • Blast Cleaning. Use abrasive blasting, water blasting, or steam cleaning. • Chemical Cleaning. Follow the manufacturer's recommendations. • Painting. Prepare surface by approved methods before painting. Paint over the graffiti on concrete in accordance with Item 427, "Surface Finishes for Concrete." Match the color of the existing surface. • Metal Surfaces. • Painted Surfaces. Prepare surface as approved. Paint over the graffiti on metal in accordance with Item 446, "Field Cleaning and Painting Steel." Match the color of the existing surface. • Galvanized or Unpainted Surfaces. Use chemical cleaning. 3.1.2. Surfaces with Anti -Graffiti Coating. Fully remove graffiti as described below without damaging the anti - graffiti coating. Repair any damage to the anti -graffiti coating without additional cost to the Department. • Anti -Graffiti Coating, Type II (Solvent -Cleanable). Use solvents or chemical cleaning to fully remove graffiti without damaging the anti -graffiti coating. Use a low-pressure water rinse as desired for a final wash of the cleaned surface. • Anti -Graffiti Coating, Type III (Water -Cleanable). Use water and scrubbing or a low-pressure water wash (less than 1,500 psi at the surface) to fully remove graffiti without damaging the anti -graffiti coating. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 740 Note—Overly high pressures or overly hard brushes will damage the anti -graffiti coating. 3.2. Application of Anti -Graffiti Coating. Blast clean all concrete surfaces in accordance with Item 427, "Surface Finishes for Concrete," to remove old coatings, laitance, curing compound, dirt, grime, and other contaminants. Apply a primer, when required by the manufacturer, in accordance with the manufacturer's recommendations. Apply anti -graffiti coatings on surfaces specified on the plans. Anti -graffiti coatings require a dry surface. Apply anti -graffiti coatings when the temperature of the atmosphere, substrate surface, and material is 50°F or above. Ensure anti -graffiti coatings are not applied when impending weather conditions might result in injury to the fresh coating. Ensure anti -graffiti coatings are not applied over any existing appearance coating unless otherwise shown on the plans. Apply anti -graffiti coatings by spray, roller, or brush at the application rates recommended by the manufacturer. Ensure the anti -graffiti coating is not thinned without prior approval. Replace anti -graffiti coatings not meeting a methyl ethyl ketone rub test when tested in accordance with ASTM D4752. 4. MEASUREMENT This Item will be measured by the square foot. The minimum quantity per callout is 50 sq. ft. unless otherwise shown on the plans. 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 "Graffiti Removal (Blast Cleaning)," "Graffiti Removal (Painting)," "Graffiti Removal (Chemical Cleaning)," "Anti -Graffiti Coating (Permanent -Type II)," and "Anti - Graffiti Coating Permanent- Type III)." This price is full compensation for cleaning, painting, equipment, labor, materials, tools, and incidentals. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 752 Item 752 Tree and Brush Removal 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. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 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." DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 770 Item 770 Guard Fence Repair 1. DESCRIPTION Repair guard fence elements, posts, terminal anchor sections, single guard fence terminals, and other appurtenances. 2. MATERIALS Furnish the following materials, unless otherwise shown on the plans: • rail elements, posts, blockouts, fittings, and anchor concrete meeting Item 540, "Metal Beam Guard Fence;" • single guardrail terminal (SGT), in accordance with Item 544, "Guardrail End Treatments;" • steel posts with base plates or terminal anchor posts to match original design, meeting ASTM A36 or better; • paint as required; • concrete for structural repair, in accordance with Item 429, "Concrete Structure Repair;" • grout meeting the requirements of Item 421, "Hydraulic Cement Concrete;" and • backfill material as approved. Pick up materials furnished by the Department at the locations shown on the plans. Load and deliver furnished material to the project location. Pick up Department -furnished materials during normal business hours. 3. WORK METHODS Replace guard fence, including thrie beam, curb, and transitions, in accordance with Item 540, "Metal Beam Guard Fence," and as shown on the plans or as directed. Work requests are made on a callout basis. Begin physical work within 72 hr. of notification, unless otherwise shown on the plans. Replace end treatments in accordance with Item 544, "Guardrail End Treatments," and as shown on the plans or as directed. Weld in accordance with Item 448, "Structural Field Welding." Repair concrete in accordance with Item 429, "Concrete Structure Repair." Remove guard fence in accordance with Item 542, "Removing Metal Beam Guard Fence." Replace rail and posts removed during the same workday, unless otherwise approved. • Protect traffic from exposure to unattached rail elements left overnight, as approved. • Cover or fill postholes at the end of each day. • Place rail to a smooth line and grade, with posts plumb to the correct height, in accordance with the plans. • Remove salvageable rail elements in original lengths. Remove fittings from posts and rail elements. Deliver salvageable materials to a designated stockpile site and neatly stack as directed. Reuse salvageable materials in the repair as approved. • Dispose of debris and damaged components in accordance with all federal, state, and local regulations. 3.1. Repair of Rail Element. Remove and replace rail elements as directed. Bolt rail elements end to end and lap in the direction of traffic in the lane adjacent to the guard fence. Provide prefabricated curved rail when needed. Field -drill, punch, or use other approved methods to create holes for special details. Tighten nuts. Replace bridge end connection when required, in accordance with Item 540, "Metal Beam Guard Fence." DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 770 3.2. Removal and Replacement of Timber or Steel Post. Replace posts as directed. Dispose of any concrete removed. Drill new post holes as needed. Clean postholes free of loose dirt and debris, and thoroughly compact bottom of hole to the correct elevation for placement of post. Place post to the correct alignment, elevation, and plumb. Backfill with select material by thoroughly compacting material to the density of adjacent undisturbed material. Replace concrete foundations only as directed. Use grout to fill space between riprap and posts when replacing posts. 3.3. 3.4. Realignment of Posts. Realign existing posts to a smooth line and grade. Repair of Terminal Anchor Post. Repair the steel anchor post by straightening or welding to the existing post above the concrete foundation. 3.5. Replacing Terminal Anchor Posts. Remove and replace damaged anchor posts with foundation or install new anchor posts with foundation. Remove anchor and clean existing holes or drill new holes, as approved. 3.6. Removal of Guardrail End Treatment and Replacement with SGT. Remove damaged guard fence end treatment and replace with complete new SGT. 3.7. Repair of SGT. Remove damaged SGT components and replace with new components. Salvage and reuse components as approved. 3.8. Repair of Steel Post with Base Plate. Replace damaged steel posts with base plates. Drill anchor holes and install new bolts or weld new anchor bolts to existing bolts as directed. Field -weld in accordance with Item 448, "Structural Field Welding," or shop -weld in accordance with Item 441, "Steel Structures." Repair damaged galvanized coating in accordance with Section 445.3.5., "Repairs." 3.9. Raise Rail Element. Raise rail as shown on the plans. 3.10. Repair of Blockouts. Remove and replace damaged or deteriorated blockouts with new blockouts when shown on the plans or as directed. 4. MEASUREMENT This Item will be measured as follows: 4.1. Repair of Rail Element (W -Beam, Thrie-Beam, or Thrie-Beam Transition to W -Beam). By the foot along the face of the rail from center to center of the slotted hole at each end of the rail elements repaired, including the terminal anchor section and the rail with any bolt hole spacing, but excluding the first 2 rail elements of the SGT section. 4.2. Removal and Replacement of Timber or Steel Posts without Concrete Foundation. By each post replaced. 4.3. Removal and Replacement of Timber or Steel Posts with Concrete Foundation. By each post replaced. 4.4. Realignment of Posts. By each post realigned. 4.5. Repair of Terminal Anchor Post. By each post repaired. 4.6. Replacement of Terminal Anchor Posts. By each post replaced. 4.7. Removal of Guardrail End Treatment and Replacement with SGT. By each SGT. 4.8. Replacement of SGT Impact Head. By each head. 4.9. Replacement of SGT Rail. By the foot from center to center of posts, 2 rails. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 770 4.10. Replacement of SGT Post. By each post replaced, includes metal sleeves. 4.11. Remove and Replace Blockouts. By each blockout replaced. 4.12. Repair of Steel Post with Base Plate. By each post repaired. Includes top or side mount posts. 4.13. Remove and Reset SGT Impact Head. By each head reset. 4.14. Replace SGT Object Marker. By each marker replaced, as directed, including the removal and disposal of the existing rubber bumpers. 4.15. 4.16. 4.17. 4.18. Replace SGT Cable Anchor. By each cable anchor replaced. Replace SGT Cable Assembly. By each cable assembly replaced. Replace SGT Strut. By each strut replaced. Raise Rail. By the foot along the face of the rail from center to center of the slotted hole at each end of the rail element raised. 5. PAYMENT The work performed and the materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid at the unit price bid for: "Repair Rail Element of the type specified," "Raise Rail of the type specified," "Remove Post of the type specified," "Replace Post of the type specified," "Repair Post of the type specified," "Realign Posts of the type specified," "Remove Guardrail End Treatment and Replace with SGT," "Replace SGT Impact Head," "Remove and Reset SGT Impact Head," "Remove and Replace Blockouts," "Replace SGT Object Marker," "Replace SGT Cable Anchor," "Replace SGT Cable Assembly," and "Replace SGT Strut." This price is full compensation for repairing rail and furnishing equipment, materials, labor, tools, and incidentals. Realignment of existing rail without removing will not be paid for directly but considered subsidiary to realigning posts. Replacement of concrete riprap around posts, removal and replacement of curbs, and bridge end connection will not be paid for directly but considered subsidiary to the various bid items. Replacement of SGT components not mentioned above will not be paid for directly but considered subsidiary to the various bid items. Concrete repair will be paid for in accordance with pertinent Items. Payment for repair of steel posts with base plate includes work performed above the concrete foundation. Any rail removed and replaced to remove/replace posts will not be paid for directly but considered subsidiary to various bid items. Coring new holes and furnishing new bolts and epoxy for the repair or replacement of posts with base plate will be considered subsidiary to various bid items. DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 776 Item 776 Metal Rail Repair Texas Department of Transportation 1. DESCRIPTION Repair metal traffic or pedestrian rail. Replace metal traffic or pedestrian rail if beyond repair as determined by the Engineer. 2. MATERIALS Furnish materials in accordance with Item 450, "Railing," and details shown on the plans. 3. WORK METHODS Remove damaged steel or aluminum rail and repair to match the original or details shown on the plans. Replace steel or aluminum rail to match the original or details shown on the plans if the damaged rail is beyond repair as determined by the Engineer. Begin physical repair for Contracts with callout work within 72 hr. of notification, unless otherwise shown on the plans. Repair damaged components, anchors, etc., as necessary to ensure the final installation functions as originally constructed. Drill anchor holes and install new bolts or weld new anchor bolts to existing bolts as directed. Weld in accordance with Item 441, "Steel Structures," or Item 448, "Structural Field Welding." Repair damaged galvanized coating in accordance with Section 445.3.5., "Repairs." Paint repaired areas of painted rail to match existing color, in accordance with Item 446, "Field Cleaning and Painting Steel." Repair railing removed for repair during the same workday unless otherwise approved. Deliver salvageable materials to a designated stockpile site and dispose of debris and damaged components in accordance with federal, state, and local regulations. 4. MEASUREMENT Rail repair will be measured by the foot between centers of the first undamaged post on each side of the repair or to the end of the rail. Repairing metal post with base plate will be measured by each post repaired. Rail replacement will be measured by the foot between centers of the first undamaged post on each side of the replacement or to the end of the rail. 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 "Repair" of the type specified, "Repair Metal Post with Base Plate" of the type specified, and "Replacement" of the type specified. This price is full compensation for removing and repairing rail; salvage and disposal; and materials, tools, equipment, labor, and incidentals. Concrete repair will be paid for in accordance with Item 429, "Concrete Structure Repair." 905 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 780 Item 780 Concrete Crack Repair Texas Department of Transportation 1. DESCRIPTION Repair cracks in concrete members by epoxy injection, gravity filling, routing and sealing, or surface sealing. 2. MATERIALS Provide materials in accordance with the Department's Concrete Repair Manual. Select a pre -approved material meeting the requirements of the applicable DMS when available. 3. WORK METHODS Follow the procedures outlined in the Department's Concrete Repair Manual. Submit alternate procedures to the Engineer for approval before proceeding with repair work. The manual includes the following categories of concrete crack repair: • Pressure -Injected Epoxy, • Gravity -Fed Sealant, • Routing and Sealing, and • Surface Sealing. 4. MEASUREMENT This Item will be measured by the foot of exterior crack length, injected gallon, square footage for flood coats, or lump sum. 5. PAYMENT The work performed and the materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Concrete Crack Repair" of the type specified. This price is full compensation for furnishing and installing all repair materials, equipment, labor, and incidentals. 908 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 4014 Special Specification 4014 Interlocking Articulating Concrete Blocks A Texas Department jr f Transportation 1. DESCRIPTION Furnish and install interlocking articulating concrete blocks and geotextile fabric underlayment to provide an erosion control matrix. 2. DEFINITION Interlocking Articulating Concrete Blocks (IACB). Adjacent concrete blocks that fit together in such a manner that they cannot be laterally pulled apart in any horizontal direction. The blocks lift vertically to disengage them from the adjoining blocks. The blocks are held together as a result of the geometric shape of the blocks, without using other accessories, and include a geotextile underlayment for subsoil retention. 3. MATERIALS Interlocking Articulating Concrete Blocks. Provide individual grid blocks consisting of a homogeneous mass of consolidated concrete. Ensure they are machine -made by a vibration and compression process and are composed of approved aggregates with a no -slump concrete mix. Use mix water that is clean, fresh, and free from oil, acids, soluble salts, and organic impurities. Manufacture in accordance with ASTM D 6684. Use cement conforming to ASTM C 150. Use aggregates conforming to ASTM C 33. When potentially reactive aggregates are used, replace 25%to 35% of the cement with a Class F fly ash meeting the requirements of the Departmental Material Specification DMS -8900, "Fly Ash" or replace 50% of the cement with Grade 100 or Grade 120 Ground Grandular Blast Furnace (GGBF) slag meeting the requirements of ASTM C 989. Use Type II cement in sulfate or salt -water environments. Provide the manufacturer's Hydraulic Stability Test Report that complies with the test procedures under the Federal Highway Guideline Report FHWA-RD-88-181 or FHWA-RD-89-199 to determine the system's critical shear stress value. Install the anchoring devices such as helix anchors, duckbill anchors, shear pins, cables, etc., used in the hydraulic stability test procedure in the field, in the same manner in which they were used during the hydraulic stability testing. Extrapolation of test data derived from testing smaller blocks or other methods is not allowed. Provide IACB's that meet or exceed the type stated on the plans. Provide IACB meeting the physical requirements in Table 1. Table 1 Minimum Block Physical Requirements Compressive Strength (min) 4000 lbs./sq. in. @ 28 days ASTM C140 Water Absorption (ma) 7% ASTM C140 Specific Weight (min) 130 lbs./cu. ft. ASTM C140 Minimum Critical Shear Stress 4 lbs./ sq. ft. or as shown on the plans Percentage Open Area As shown on the plans Prior to installation of the blocks, submit the following product information for review and approval of equivalent blocks: • Block Dimensions (L,W,H), 1 - 4 02-15 OTU DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 4014 • Block weight and submerged weight, • Block moment arms (for use in calculation of block stability factor of safety by FHWA NH I 01-003, HEC 23, "Bridge Scour and Stream Instability Countermeasures," Latest Edition), and • Block critical shear stress, Trc 3.1. Revetment Cable. Supply IACB with cables pre -manufactured as an assembly of concrete blocks when connected into mattresses by the use of revetment cables. Extend the revetment cable through 2 or more tunnels in each block in a manner that provides for binding of the mattresses in both the longitudinal and lateral directions. Use a cable conforming to ASTM D 4268-93. Fabricate the IACB mats at the manufacturer's plant or another approved location, into mattresses with a width of up to 8 ft. and a length of up to 20 ft. Construct polyester revetment cable of high tenacity, low elongating continuous filament polyester fibers. Provide cable consisting of a core construction comprised of parallel fibers contained within an outer jacket or cover. Ensure the weight of the parallel core is within 65% to 70% of the total weight of the cable. Provide revetment cable with the following minimum characteristics: nominal 30 mm diameter cable, 10,000 Ib. approximate average strength, 6.6 Ib./100 ft. and the elongation requirements shown in Table 2. Table 2 Elongation Requirement Elongation Requirement (based upon stabilized new, dry cable) % Breaking Strength Water Absorption (ma) 10% 20% 30% Permanent Elongation (while working) 0.7 1.8 2.6 Elastic Elongation 0.6 1.4 2.2 Total Stretch 1.3 3.2 4.8 Use revetment cable exhibiting good to excellent resistance to most concentrated acids, alkalis, and solvents. Also, use cable impervious to rot, mildew, and degradation associated with marine organisms. Ensure the materials used in the construction of the cable are not affected by continuous immersion in fresh or salt water. Select cables and fittings made in a manner that ensures a safe design factor for mattresses being lifted from both ends, thereby forming a catenary. Consider the bending of the cables around hooks or pins during lifting. Select revetment cable splicing fittings so that the resultant splice provides a minimum of 75% of the minimum rated cable strength. Provide fittings such as sleeves, stops, and washers in accordance with the manufacturer's recommendations unless otherwise shown. 3.2. Filter Fabric Underlayment. Use Type 2 filter fabric as defined by DMS -6200, "Filter Fabric," or of the type and properties as specified on the plans or approved equivalent. The filter fabric should be inert to chemicals commonly encountered in natural water and soil conditions. When woven filter fabric is used, the side edges of the filter fabric panels should be salvaged or otherwise finished as to prevent filaments from pulling away from the edges. During periods of shipment and storage, protect the filter fabric from direct sunlight, ultraviolet rays, and temperatures greater than 140°F. Keep the filter fabric in its protective covering. If the filter fabric protective covering is damaged or removed, immediately cover the filter fabric with an opaque tarp or move the filter fabric to an indoor storage facility. Filter fabric will be rejected at the time of installation, as determined by the Engineer, if removed from its protective cover for over 72 hr., or has defects, tears, punctures or shows deterioration or damage incurred during manufacture, transportation or storage. 2 - 4 02-15 OTU DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 4014 4. CONSTRUCTION 4.1. Earthwork. Construct the areas where placing the filter fabric and IACB's to the lines and grades as shown on the plans. Where such areas are below the allowable grade, place and compact these areas to grade in layers not exceeding 8 in. of the selected material. Use the depth of layers and amount of compaction necessary to obtain a density equal to the adjoining undisturbed soil. Remove obstructions, such as but not limited to, roots, lumps, and projecting stones larger than one inch. Remove soft or low-density pockets of material and fill the resulting void with select, compacted material. Use a compaction of 90% or greater of the optimum value as determined by Test Method Tex -114-E. Construct the finished sub -grade to exhibit a raked, rolled, or otherwise smooth planer profile within 0 in. to 0.5 in. tolerance within a 10 ft. straightedge from established sub -grade elevation shown on the plans or as approved by the Engineer. Immediately prior to placing the filter fabric and the IACB, Engineer will inspect the prepared area. Do not place filter fabric or blocks until the Engineer approves that area. Prior to placing blocks, perform any necessary repairs to the finished grade at no expense to the Department. 4.2. Placing Filter Fabric. Place the filter fabric directly on the prepared area. Overlap the longitudinal and transverse joints a minimum of 2 ft. Insert the securing staples, as needed, through both strips of overlapped fabric along one line through the midpoint of the overlap to temporarily hold the filter fabric panels in place until the IACB can be placed. Place only 200 sq. ft. or less of filter fabric before covering with the IACB. If the filter fabric is installed and not covered with the IACB for more than 2 days, lift the blocks and inspect the surface of the slope for slope defects. Lift uncovered filter fabric after a heavy rainfall and inspect the area for slope damage. Place the filter fabric directly on the prepared area. Place the fabric smoothy on the subgrade minimizing tension, stress, folds, and wrinkles. After placing, do not unnecessarily walk on or disturb the filter fabric unless required to preserve contact with the subgrade. Do not allow equipment on unprotected filter fabric. Protect the fabric from binding, clogging, tears, and other damage while installing. Place the filter fabric strips from downstream to upstream. Overlap successive filter fabric sheets such that the upstream sheet is placed over the downstream sheet or the upslope sheet is placed over the downslope sheet. Overlap adjoining fabric sections a minimum of 2 ft. Replace or repair, at no additional cost, fabric damaged while placing the blocks, as directed. Repair all torn, punctured, or otherwise damaged areas by placing a fabric patch of the same material over the area and extending it a minimum of 3 ft. beyond the perimeter of the tear or damage. Orient the patch material so that its fibers are aligned with the damaged filter fabric fibers. 4.3. Placing Interlocking Articulating Concrete Blocks (IACB). Place the IACB individually on the filter fabric to produce a continually interlocking surface free from field seams and on non -interlocked connections except as approved by the Engineer, or as shown on the plans. Construct the IACB to the specified lines and grades shown on the plans. The Engineer will make final acceptance and approval of the installation. If shown on the plans, backfill the voids of the IACB with seeded and fertilized topsoil. Prior to placing the topsoil, inspect the concrete blocks for damage. Replace and grout individual concrete blocks which are cracked and which are reduced in individual block weight by 1/3, prior to placing the topsoil. Excavate and prepare foundations for the IACB anchor trenches, toe trenches and aprons, top trenches, upstream termination trenches, and downstream termination trenches as shown on the plans. 4.4. Placing Interlocking Articulating Concrete Blocks (IACB) with Cables. Place the IACB with cables on the filter fabric in prefabricated mattresses or by individual concrete blocks. 3 - 4 02-15 OTU DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 4014 Place individual concrete blocks subject to the spacing and level parameters as specified in prefabricated mattresses. Thread revetment cables into the blocks as the placement proceeds and fasten them with approved sleeves, fittings, or fasteners per the manufacturer's recommendations. Place prefabricated mattresses with mats attached to a spreader bar or other approved device to aid in lifting and placing the mats in their proper position by the use of a crane or other approved equipment. The equipment used should have adequate capacity to place the mats without bumping, dragging, or otherwise damaging the bedding layer. Place the mats side by side or end to end, so that the mats totally positive interlock with each other. The maximum allowable space or gap between mattresses is 2 in., except that local wider gaps may be accepted if approved by the Engineer. No overlapping of mats will be accepted and no blocks may project more than 1 in. beyond the adjacent blocks. Place the mats in accordance with the manufacturer's recommendations and the plan details. As adjacent mats are placed, secure them to each other by connecting the protruding cables together with sleeves. Do not allow ties to protrude beyond the mat surface. Fasten with approved sleeves. Construct IACB with cables to the specified lines and grades shown on the plans. The Engineer will make final acceptance and approval of the installation. If shown on the plans, backfill the voids of the IACB with cables using seeded and fertilized topsoil. No more than 500 sq. ft. of IACB with cables should be exposed unturfed. Prior to placing topsoil, inspect the concrete blocks for damage. Replace and grout individual concrete blocks, which are cracked and which are reduced in individual block weight by 1/3, prior to placing the topsoil. Excavate and prepare foundations for the IACB with cables anchor trenches, toe trenches, and aprons, top trenches, upstream termination trenches, and downstream termination trenches as shown on the plans. 5. MEASUREMENT 5.1. Interlocking Articulating Concrete Blocks (IACB). Measurement will be measured by the square foot, complete in place. 5.2. Interlocking Articulating Concrete Blocks (IACB) with Cables. Measurement will be measured by the square foot, complete in place. 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price bid for "Interlocking Articulating Concrete Blocks" or "Interlocking Articulating Concrete Blocks with Cables," of the size specified. This price is full compensation for furnishing the materials, tools, equipment, labor, and incidentals necessary to complete the work. If required, furnishing and placing the topsoil, fertilizer, and seeding will be measured and paid for by the pertinent bid items. 4 - 4 02-15 OTU DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 APPENDICES • Appendix 1: Example Delivery Order No. 1: Park Road 22 Storm Water Improvements • Appendix 2: Example Delivery Order No. 2: William Ditch (Phase 1) Storm Water Improvements • Appendix 3: Example Delivery Order No. 3: Bison Drive Culvert Bridge Improvements DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 APPENDIX 1 Example Delivery Order No. 1 Park Road 22 Storm Water Improvements (Example Delivery Order Plans Not Included in Contract Documents, See Sheets 154-158 of Plan Set) DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 LJa 5350 South Staples Street, Suite 425, Corpus Christi, Texas 78411 LJA ENGINEERING t 361.991.855❑ LJA.com TBPE F-1386 TBPLS 1001660❑ May 2021 Attn: Mr. Jeff Edmonds, PE Director of Engineering Services City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469 Corpus Christi Utilities Department Re: Storm Water Infrastructure IDIQ Example Delivery Order No. 1 City of Corpus Christi Project Nos. 20144, 21105 & 21107 LJA Project No. C007-21078 Dear Mr. Edmonds, Attached is the Contractor Information Packet for Example Delivery Order No. 1. This delivery order consists of three (3) site locations. The work for these locations is described below and are shown in the attached exhibits. Site 1: Park Road 22 — South of Encantada Avenue Proposed improvements at the above referenced site include the installation of an 18" RCP storm drain collecting storm water from the existing ditch along the west side of the south bound lanes of Park Road 22. Improvements will include the installation of a TxDOT approved S.E.T. (Safety End Treatment), a storm water manhole within the right-of-way of Palmira Avenue, and the connection to an existing storm water system in Palmira Avenue. The construction of these storm water improvements will require the removal and replacement of an existing curb inlet, the removal and repair of existing asphalt roadway and the removal and replacement of concrete curb & gutter. The final improvements will convey the drainage from Park Road 22 to the saltwater canal located between Punta Bonaire Drive and San Felipe Drive. A drainage easement will need to be obtained from the affected property owners prior to construction. The proposed storm drain is being installed to alleviate flooding in the existing roadside ditch along Park Road 22. Site 2: Park Road 22 — at Pescadores Drive Proposed work at the above referenced site includes CCTV inspection of an existing 24" RCP storm drain collecting storm water from the existing ditch along the west side of the south bound lanes of Park Road 22 that conveys Park Road 22 storm water drainage down Pescadores Drive and outfalls into the saltwater canal behind the residences fronting Cruiser Street. Site 3: Park Road 22 — at Merida Street Proposed improvements at the above referenced site include the installation of an 18" RCP storm drain collecting storm water from the existing ditch along the west side of the south bound lanes of Park Road 22. Improvements will include the installation of a TxDOT approved S.E.T., two (2) new storm water manholes in Merida Street, and the installation of a storm water manhole to connect to the existing storm water system at the intersection of Merida Street and Palmira Avenue. The existing 15" RCP laterals will be removed and replaced with 18" RCP laterals connecting the existing curb inlets at the intersection of Merida Street and Palmira Avenue. The construction of these storm water improvements will require the removal and repair of existing asphalt roadway and concrete curb & gutter. The final improvements will convey the drainage R:\CLIENTS\CITY OF CC -7\21078 Citywide StormWater IDIQ\!!Task Orders\20 Task Order 20 - Storm Water IDIQ & Culvert Inspection Re-Bid\Contract Documents\Appendix\Example 001 — PR 22\Source\Example Delivery Order No. 1 Letter DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 Jeff Edmonds, PE Director of Engineering Services May 2021 Page 2 of 2 from Park Road 22 to the saltwater canal located behind the residences fronting Cruiser Street. Construction will occur in the existing road right-of-way of Merida Street and Palmira Avenue. The proposed storm drain is being installed to alleviate flooding in the existing roadside ditch along Park Road 22. The estimated cost for this Delivery Order totals to $TBD. The Contractor is allowed 42 calendar days to reach Substantial Completion and a total of 52 calendar days to reach Final Completion for this work. I recommend that the City proceed with the issuance of this Example Delivery Order No. 1 for the total of $TBD. If you have any questions, please feel free to call me at (361) 991-8550. Sincerely, LJA Engineering, Inc. Jeff Coym, PE Vice President, Corpus Christi Attachments: Example Detailed Estimate, Example Testing Schedule, Example Delivery Order No. 1 cc: Sandra Gomez, PE, Project Manager, City of Corpus Christi File R:\CLIENTS\CITY OF CC -7\21078 Citywide StormWater IDIQ\!!Task Orders\20 Task Order 20 - Storm Water IDIQ & Culvert Inspection Re-Bid\Contract Documents\Appendix\Example 001 — PR22\Source\Example Delivery Order No. 1 Letter DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 STORM WATER INFRASTRUCTURE IDIQ CITY PROJECT NOs. 20144, 21105 & 21107 EXAMPLE DELIVERY ORDER NO. 1 DETAILED ESTIMATE -SITE 1 PARK ROAD 22 STORM WATER IMPROVEMENTS BID ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL COST (QUANTITY* UNIT PRICE) Al Mobilization (Max. 5% of Project Total) LS 1 A2 Bonds and Insurance (Max 1% of Project Total) LS 1 A5 Ozone Advisory Days DAY 1 B1 Remove Existing Curb Inlet EA 1 B27 Remove Existing Curb and Gutter LF 56 B28 Sawcut Existing Asphalt/Concrete (0"-6") LF 84 $ - B31 Remove Existing Asphalt Pavement SY 40 B34 Remove Existing Concrete Driveway SF 80 C17 18"-24" Class IV RCP LF 614 C51 Trench Safety for Pipe/Box (4'-6') LF 100 C61 Clean Out Existing Curb Inlet EA 1 C79 Well Pointing (on Padre/Mustang Island/Flour Bluff) LF 614 C80 Cement Stabilized Sand CY 50 D1 5' Curb Inlet EA 1 D1 1 4' Diameter Type 'A' Manhole (Depth <_ 6') EA 1 D31 Trench Safety for Manhole/Junction Box/Inlet (4'-6') EA 1 D50 Safety End Treatment (Type II) (6:1) (18"-30") EA 1 J1 Site Clearing and Stripping AC 0.15 K2 Std. 6" Curb and Gutter LF 56 K10 Concrete Driveway SF 80 K37 Full -Depth Pavement Repair SY 40 L4 Remove and Replace Existing Wooden Fence LF 10 M1 Inlet Protection EA 3 M2 Silt Fence LF 50 M3 Seeding SY 177 N28 Signing and Traffic Control (TCP Detail 12) DAY 7 N29 Signing and Traffic Control (TCP Detail 13) DAY 7 TOTAL -SITE 1 $ - DETAILED ESTIMATE - SITE 2 PARK ROAD 22 STORM WATER IMPROVEMENTS BID ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL COST (QUANTITY* UNIT PRICE) Al Mobilization (Max. 5% of Project Total) LS 1 A2 Bonds and Insurance (Max. 1% of Project Total) LS 1 C59 CCTV Inspection of Existing Pipe/Box LF 1140 N28 Signing and Traffic Control (TCP Detail 12) DAY 1 N29 Signing and Traffic Control (TCP Detail 13) DAY 1 TOTAL - SITE 2 $ - 114 WA ENGINEERING TBPE FIRM REG. NO. F-1386 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 DETAILED ESTIMATE - SITE 3 PARK ROAD 22 STORM WATER IMPROVEMENTS BID ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL COST (QUANTITY* UNIT PRICE) Al Mobilization (Max. 5% of Project Total) LS 1 A2 Bonds and Insurance (Max 1% of Project Total) LS 1 A5 Ozone Advisory Days DAY 1 B27 Remove Existing Curb and Gutter LF 114 B28 Sawcut Existing Asphalt/Concrete (0"-6") LF 802 B31 Remove Existing Asphalt Pavement SY 710 B47 Remove Existing 6"-18" RCP LF 107 C17 18"-24" Class IV RCP LF 607 C51 Trench Safety for Pipe/Box (4'-6') LF 607 C61 Clean Out Existing Curb Inlet EA 3 C79 Well Pointing (on Padre/Mustang Island/Flour Bluff) LF 607 D1 1 4' Diameter Type 'A' Manhole (Depth <_ 6') EA 3 D31 Trench Safety for Manhole/Junction Box/Inlet (4'-6') EA 3 D50 Safety End Treatment (Type II) (6:1) (18"-30") EA 1 D67 Connect to Existing Curb Inlet EA 4 K2 Std. 6" Curb and Gutter LF 114 K37 Full -Depth Pavement Repair SY 710 M1 Inlet Protection EA 4 M2 Silt Fence LF 50 N28 Signing and Traffic Control (TCP Detail 12) DAY 7 N29 Signing and Traffic Control (TCP Detail 13) DAY 7 TOTAL - SITE 3 $ - TOTAL PARK ROAD 22 STORM WATER IMPROVEMENTS - EXAMPLE DELIVERY ORDER NO. 11 $ MOBILIZATION CALCULATION DO Cost Mobilization Payment — Mobilization Lump Stun Contract Mobilization Lump Sum = Bid Item Al Mobilization (Max. 5% of Project Total) = $300,000 (Max.) DO Cost = Cost of Each Delivery Order site excluding Mobilization Payment Contract Amount = Awarded Contract Total Amount = $6,000,000 (Max.) CONTRACT TIMES Contractor agrees to reach Substantial Completion in 42 Calendar Days Contractor agrees to reach Final Completion in 52 Calendar Days By signing below the Contractor agrees to complete the work outlined in Example Delivery Order No. 1 within 52 Calendar Days from the date of mobilization for a total value not to exceed $TBD. The Contractor understands that all deviations, additions, or subtractions to the quantities above shall be submitted to the City in the form of an RFI for review and approval must be authorized in writing by a designated representative of the City of Corpus Christi, prior to any changes being made. The Contractor is aware of liquidated damages of $750/day that expires past Substantial Completion and $400/day that expires past Final Completion for this work. Authorized Representative Company Name Date 1J4 LJA ENGINEERING TBPE FIRM REG. NO. F-1386 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 STORM WATER INFRASTRUCTURE IDIQ CITY PROJECT NOs. 20144, 21105 & 21107 EXAPLE DELIVERY ORDER NO. 1 TESTING SCHEDULE PARK ROAD 22 STORM WATER IMPROVEMENTS DESCRIPTION RATE ESTIMATED QUANTITY SOILS: STANDARD PROCTOR - TRENCH BACKFILL PER MATERIAL SOURCE 1 STANDARD PROCTOR - RAW SUBGRADE PER STREET/MATERIAL 3 DENSITIES - TRENCH BACKFILL PER 200 LF TRENCH/LIFT 37 DENSITIES - SUBGRADE (ASPHALT STREET) PER 100 LF/LANE/LIFT 5 DENSITIES - SUBGRADE (CONCRETE STREET) PER 200 LF/LANE/LIFT - DENSITIES - SUBGRADE (DRIVEWAYS) PER 2 DRIVEWAYS - DENSITIES - SUBGRADE (SIDEWALKS) PER 5000 SF - DENSITIES - BEHIND CURB & GUTTER PER 200 LF 1 FLEXIBLE BASE: SIEVE ANALYSIS (GRADATION) PER 3,000 CY - ATTERBERG LIMITS PER 3,000 CY - MODIFIED PROCTOR PER 3,000 CY L.A. ABRASION PER 3,000 CY - CBR (STANDARD) PER MATERIAL SOURCE - WET BALL MILL TEST PER MATERIAL SOURCE - TRIAXIAL TEST PER MATERIAL SOURCE - DENSITIES OF COMPACTED BASE (ASPHALT STREET) PER 100 LF/LANE/LIFT - DENSITIES OF COMPACTED BASE (CONCRETE STREET) PER 100 LF/LANE/LIFT - DENSITIES OF COMPACTED BASE (C&G) PER 200 LF C&G - HOT -MIX ASPHALT CONCRETE (HMAC): EXTRACTION, SIEVE ANALYSIS PER 500 TONS OR DAY 2 LAB DENSITY & STABILITY PER 500 TONS OR DAY 2 THEORETICAL DENSITY (RICE METHOD) PER 500 TONS OR DAY 2 TEMPERATURE - DURING LAY -DOWN CONTINUOUS AS NEEDED THICKNESS - IN PLACE (CORE) PER 1,000 LF STREET 1 % AIR VOIDS - IN PLACE (CORE) PER 1,000 LF STREET 1 % THEORETICAL DENSITY - IN PLACE (CORE) PER 1,000 LF STREET 1 CONCRETE: CURB & GUTTER/CURB PER 500 LF C&G/CURB 1 SIDEWALK/CURB RAMPS PER 4,000 SF - DRIVEWAYS PER 2,500 SF - CURB, POST & GRATE INLETS PER 6 EACH - BOX CULVERTS (CAST -IN-PLACE) PER 100 LF - HEADWALLS/WINGWALLS PER EACH - STORM MANHOLES (CAST -IN-PLACE) PER 2 EACH - RIPRAP, APRONS & S.E.T.s PER 4,000 SF 1 MANHOLE BASE/FOOTING PER 10 EACH 1 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 RIGID CONCRETE PAVEMENT: COMPRESSION STRENGTH (7 & 28 DAY) PER 2,500 SY OR DAY - FLEXURAL (BEAM) STRENGTH (7 & 28 DAY) PER 2,500 SY OR DAY - AIR CONTENT PER 2,500 SY OR DAY - SLUMP PER 2,500 SY OR DAY - 1. THE ABOVE TESTING RATES ARE ONLY ANTICIPATED GUIDELINES. THE OAR RESERVES THE RIGHT TO CONDUCT ADDITIONAL TESTING AT THE OAR'S DISCRETION. RE -TEST FOR FAILURES ARE NOT INCLUDED. 2. MOISTURE CONTENTS TO BE INCLUDED WITH DENSITY TEST. 3. IN THE EVENT OF FAILURES, ADDITIONAL TESTS WILL BE REQUIRED. IF EXCESSIVE RAIN OR DRY PERIOD OCCURS ON A PREVIOUSLY TESTED SECTION, THE CITY MAY ORDER RE -TESTS AS NECESSARY. 4. MINIMUM TESTING RATES ESTABLISHED BY THE CITY OF CORPUS CHRISTI. LJ� LJA ENGINEERING TBPE FIRM REG. NO. F-1386 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 APPENDIX 2 Example Delivery Order No. 2 Williams Ditch (Phase 1) Storm Water Improvements (Example Delivery Order Plans Not Included in Contract Documents, See Sheets 159-162 of Plan Set) DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 LJa 5350 South Staples Street, Suite 425, Corpus Christi, Texas 78411 LJA ENGINEERING t 361.991.8550 LJA.com TBPE F-1386 TBPLS 10016600 May 2021 Attn: Mr. Jeff Edmonds, PE Director of Engineering Services City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469 Corpus Christi Utilities Department Re: Storm Water Infrastructure IDIQ Example Delivery Order No. 2 City of Corpus Christi Project Nos. 20144, 21105 & 21107 LJA Project No. C007-21078 Dear Mr. Edmonds, Attached is the Contractor Information Packet for Example Delivery Order No. 2. This delivery order consists of one (1) site location. The work for this location is described below and is shown in the attached exhibits. Site 1: Williams Ditch (Phase 1) Storm Water Improvements The Williams Upper Reach drainage basin consists of roughly 1,113 acres per the City of Corpus Christi Storm Water Master Plan (Draft) and is generally bound by South Padre Island Drive (SPID), Paul Jones Avenue, Holly Road, and Everhart Road and outfalls to Oso Bay through a tidally influenced, densely vegetated wetland area and 6-10'x10' box culverts under SPID. The Williams Ditch (Phase 1) project area is approximately 21 acres and consists of both farmland uplands and tidally influenced, densely vegetated wetland area between Ennis Joslin Drive and SPID. The topography indicates that the Williams Ditch transitions from a defined earthen, grass lined channel to a wide and generally very flat area, with slopes ranging from 0 to 0.5%, with a meandering flow path to the outfall under SPID. The area adjacent to SPID transitions from Section 404 (fresh water) to Section 10 (intertidal waters). This area includes saltwater/estuarine vegetation. Proposed improvements within the project area include mechanical clearing of vegetation within a proposed drainage easement and channel excavation to facilitate channelized flow of stormwater from Williams Ditch between existing RCB culverts at Ennis Joslin Drive and upstream of Section 10 (intertidal Waters) adjacent to SPID. The proposed 1540 -foot -long channel will have a 55 -foot -wide bottom with 4:1 side slopes that daylight at the existing ground surface. The profile and grade of the proposed channel was designed based on a straight grade between the existing culverts located at Ennis Joslin Drive and the existing culverts located at SPID. Although the proposed channel profile was designed based on the entire length between culverts, actual channel excavation will only be performed upstream of Section 10 (intertidal waters) as shown on the attached exhibits. The dominant plant being cleared is the Brazilian Pepper. Brazilian Pepper is an invasive species and, as such, needs to be disposed of at a local landfill or incinerated at an approved location. Removed vegetation shall not be processed into mulch for reuse on-site or elsewhere so as not to propagate the species. A portion of the site was recently cleared by the City of Corpus Christi R:\CLIENTS\CITY OF CC -7\21078 Citywide StormWater IDIQ\!!Task Orders\20 Task Order 20 - Storm Water IDIQ & Culvert Inspection Re-Bid\Contract Documents\Appendix\Example DO2 - Williams Ditch\Source\Example Delivery Order No. 2 Letter DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 Jeff Edmonds, PE Director of Engineering Services May 2021 Page 2 of 2 in October of 2020. The contractor will be required to clear any remaining vegetation that exists within the proposed drainage easement prior to commencing with excavation. Excavated materials will be stockpiled on site in a designated Dredge Material Placement Area (DMPA). During site clearing and excavation, it is imperative that all operations be contained within the proposed drainage easement and the DMPA. No vehicles or equipment shall be operated, parked, or traverse adjacent wetlands or flats. Storm water pollution prevention practices shall be utilized that may include but not limited to a stabilized construction entrance/exit, silt fencing, straw bales, and erosion control logs. Following channel excavation, the channel side slopes shall be hydromulched with a formulation containing grass seed, fertilizer and stabilizing material to secure it in place. All materials and application shall meet contract specifications and submitted for approval prior to any application. A proposed 175 -foot -wide drainage easement is required to accommodate the proposed ditch expansion. The drainage easement will be acquired and recorded prior to commencement of any construction activities. The estimated cost for this Delivery Order totals to $TBD. The Contractor is allowed 60 calendar days to reach Substantial Completion and a total of 90 calendar days to reach Final Completion for this work. I recommend that the City proceed with the issuance of this Example Delivery Order No. 2 for the total of $TBD. If you have any questions, please feel free to call me at (361) 991-8550. Sincerely, LJA Engineering, Inc. Jeff Coym, PE Vice President, Corpus Christi Attachments: Example Detailed Estimate, Example Testing Schedule, Example Delivery Order No. 2 cc: Sandra Gomez, PE, Project Manager, City of Corpus Christi File R:\CLIENTS\CITY OF CC -7\21078 Citywide StormWater IDIQ\!!Task Orders\20 Task Order 20 - Storm Water IDIQ & Culvert Inspection Re-Bid\Contract Documents\Appendix\Example DO2 - Williams Ditch\Source\Example Delivery Order No. 2 Letter DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 STORM WATER INFRASTRUCTURE IDIQ CITY PROJECT NOs. 20144, 21105 & 21107 EXAMPLE DELIVERY ORDER NO. 2 DETAILED ESTIMATE WILLIAMS DITCH (PHASE 1) STORM WATER IMPROVEMENTS BID ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL COST (QUANTITY* UNIT PRICE) Al Mobilization (Max. 5% of Project Total) LS 1 A2 Bonds and Insurance (Max 1% of Project Total) LS 1 A4 Storm Water Pollution Prevention Plan (Large Construction Site (>_ 5 Acres)) LS 1 D71 Temporary Cofferdam LF 500 F1 Channel Excavation CY 21300 J4 Heavy Brush Removal and Stripping (Haul Off) AC 7.8 M2 Silt Fence LF 3116 M3 Seeding SY 20500 M6 Stabilized Construction Entrance/Exit EA 1 TOTAL - Williams Ditch (Phase 1) $ - TOTAL EXAMPLE DELIVERY ORDER NO. 21 $ MOBILIZATION CALCULATION DO Cost Mobilization Pavmant = (Mobilization Lump Sum) (Contract Amount Mobilization Lump Sum = Bid Item Al Mobilization (Max. 5% of Project Total) = $300,000 (Max.) DO Cost = Cost of Each Delivery Order site excluding Mobilization Payment Contract Amount = Awarded Contract Total Amount = $6,000,000 (Max.) CONTRACT TIMES Contractor agrees to reach Substantial Completion in 60 Calendar Days Contractor agrees to reach Final Completion in 90 Calendar Days By signing below the Contractor agrees to complete the work outlined in Example Delivery Order No. 2 within 90 Calendar Days from the date of mobilization for a total value not to exceed $TBD. The Contractor understands that all deviaitons, additions, or subtractions to the quantities above shall be submitted to the City in the form of an RFI for review and approval must be authorized in writing by a designated representative of the City of Corpus Christi, prior to any changes being made. The Contractor is aware of liquidated damages of $750/day that expires past Substantial Completion and $400/day that expires past Final Completion for this work. Authorized Representative Company Name Date WA ENGINEERING TBPE FIRM REG. NO. F-1386 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 STORM WATER INFRASTRUCTURE IDIQ CITY PROJECT NOs. 20144, 21105 & 21107 EXAMPLE DELIVERY ORDER NO. 2 TESTING SCHEDULE WILLIAMS DITCH (PHASE 1) STORM WATER IMPROVEMENTS DESCRIPTION RATE ESTIMATED QUANTITY SOILS: STANDARD PROCTOR - TRENCH BACKFILL PER MATERIAL SOURCE 1 STANDARD PROCTOR - RAW SUBGRADE PER STREET/MATERIAL - DENSITIES - TRENCH BACKFILL/EMBANKMENT PER 200 LF TRENCH/LIFT 8 DENSITIES - SUBGRADE (ASPHALT STREET) PER 100 LF/LANE/LIFT - DENSITIES - SUBGRADE (CONCRETE STREET) PER 200 LF/LANE/LIFT - DENSITIES - SUBGRADE (DRIVEWAYS) PER 2 DRIVEWAYS - DENSITIES - SUBGRADE (SIDEWALKS) PER 5000 SF - DENSITIES - BEHIND CURB & GUTTER PER 200 LF - FLEXIBLE BASE: SIEVE ANALYSIS (GRADATION) PER 3,000 CY - ATTERBERG LIMITS PER 3,000 CY - MODIFIED PROCTOR PER 3,000 CY L.A. ABRASION PER 3,000 CY - CBR (STANDARD) PER MATERIAL SOURCE - WET BALL MILL TEST PER MATERIAL SOURCE - TRIAXIAL TEST PER MATERIAL SOURCE - DENSITIES OF COMPACTED BASE (ASPHALT STREET) PER 100 LF/LANE/LIFT - DENSITIES OF COMPACTED BASE (CONCRETE STREET) PER 100 LF/LANE/LIFT - DENSITIES OF COMPACTED BASE (C&G) PER 200 LF C&G - HOT -MIX ASPHALT CONCRETE (HMAC): EXTRACTION, SIEVE ANALYSIS PER 500 TONS OR DAY - LAB DENSITY & STABILITY PER 500 TONS OR DAY - THEORETICAL DENSITY (RICE METHOD) PER 500 TONS OR DAY - TEMPERATURE - DURING LAY -DOWN CONTINUOUS AS NEEDED THICKNESS - IN PLACE (CORE) PER 1,000 LF STREET - % AIR VOIDS - IN PLACE (CORE) PER 1,000 LF STREET - % THEORETICAL DENSITY - IN PLACE (CORE) PER 1,000 LF STREET - CONCRETE: CURB & GUTTER/CURB PER 500 LF C&G/CURB - SIDEWALK/CURB RAMPS PER 4,000 SF - DRIVEWAYS PER 2,500 SF - CURB, POST & GRATE INLETS PER 6 EACH - BOX CULVERTS (CAST -IN-PLACE) PER 100 LF - HEADWALLS/WINGWALLS PER EACH - STORM MANHOLES (CAST -IN-PLACE) PER 2 EACH - RIPRAP, APRONS & S.E.T.s PER 4,000 SF - MANHOLE BASE/FOOTING PER 10 EACH - DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 RIGID CONCRETE PAVEMENT: COMPRESSION STRENGTH (7 & 28 DAY) PER 2,500 SY OR DAY - FLEXURAL (BEAM) STRENGTH (7 & 28 DAY) PER 2,500 SY OR DAY - AIR CONTENT PER 2,500 SY OR DAY - SLUMP PER 2,500 SY OR DAY - 1. THE ABOVE TESTING RATES ARE ONLY ANTICIPATED GUIDELINES. THE OAR RESERVES THE RIGHT TO CONDUCT ADDITIONAL TESTING AT THE OAR'S DISCRETION. RE -TEST FOR FAILURES ARE NOT INCLUDED. 2. MOISTURE CONTENTS TO BE INCLUDED WITH DENSITY TEST. 3. IN THE EVENT OF FAILURES, ADDITIONAL TESTS WILL BE REQUIRED. IF EXCESSIVE RAIN OR DRY PERIOD OCCURS ON A PREVIOUSLY TESTED SECTION, THE CITY MAY ORDER RE -TESTS AS NECESSARY. 4. MINIMUM TESTING RATES ESTABLISHED BY THE CITY OF CORPUS CHRISTI. LJ� LJA ENGINEERING TBPE FIRM REG. NO. F-1386 DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 APPENDIX 3 Example Delivery Order No. 3 Bison Drive Culvert Bridge Improvements (Example Delivery Order Plans Not Included in Contract Documents, See Sheets 163-166 of Plan Set) DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 LJa 5350 South Staples Street, Suite 425, Corpus Christi, Texas 78411 LJA ENGINEERING t 361.991.855❑ LJA.com TBPE F-1386 TBPLS 1001660❑ May 2021 Attn: Mr. Jeff Edmonds, PE Director of Engineering Services City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469 Corpus Christi Utilities Department Re: Storm Water Infrastructure IDIQ Example Delivery Order No. 3 City of Corpus Christi Project Nos. 20144, 21105 & 21107 LJA Project No. C007-21078 Dear Mr. Edmonds, Attached is the Contractor Information Packet for Example Delivery Order No. 3. This delivery order consists of one (1) site location. The work for this location is described below and is shown in the attached exhibits. Site 1: Bison Drive Culvert Bridge Improvements Proposed improvements at the Bison Drive culvert bridge located west of Wolverine Drive include removal of approximately 217 linear feet of existing chainlink railing, replacement with modified PR22 railing, and cleaning of the existing four (4) 48" reinforced concrete pipes (RCPs) (50 linear feet each). Approximately 0.2 acres of the existing channel (0.1 acres north and 0.1 acres south of the RCPs) will be cleared, stripped, and graded to promote positive drainage of storm water. Lastly, approximately 10 square feet of severe spalling on the existing concrete headwall will be cleaned and repaired. These improvements will allow for restored capacity through the existing 48" RCPs and greater pedestrian safety through the installation of a pedestrian railing. The estimated cost for this Delivery Order totals to $TBD. The Contractor is allowed 30 calendar days to reach Substantial Completion and a total of 45 calendar days to reach Final Completion for this work. I recommend that the City proceed with the issuance of this Example Delivery Order No. 3 for the total of $TBD. If you have any questions, please feel free to call me at (361) 991-8550. Sincerely, LJA Engineering, Inc. Jeff Coym, PE Vice President, Corpus Christi R:\CLIENTS\CITY OF CC -7\21078 Citywide StormWater IDIQ\!!Task Orders\20 Task Order 20 - Storm Water IDIQ & Culvert Inspection Re-Bid\Contract Documents\Appendix\Example DO3 - Bison Drive\Source\Example Delivery Order No. 3 Letter DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 Jeff Edmonds, PE Director of Engineering Services May 2021 Page 2 of 2 Attachments: Example Detailed Estimate, Example Delivery Order No. 3 cc: Sandra Gomez, PE, Project Manager, City of Corpus Christi File R:\CLIENTS\CITY OF CC -7\21078 Citywide StormWater IDIQ\!!Task Orders\20 Task Order 20 - Storm Water IDIQ & Culvert Inspection Re-Bid\Contract Documents\Appendix\Example DO3 - Bison Drive\Source\Example Delivery Order No. 3 Letter DocuSign Envelope ID: 14D547C2-D40A-4194-9615-3B1 CBD001 A39 STORM WATER INFRASTRUCTURE IDIQ CITY PROJECT NOs. 20144, 21105 & 21107 EXAMPLE DELIVERY ORDER NO. 3 DETAILED ESTIMATE BISON DRIVE CULVERT BRIDGE IMPROVEMENTS BID ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL COST (QUANTITY* UNIT PRICE) Al Mobilization (Max. 5% of Project Total) LS 1 A2 Bonds and Insurance (Max 1% of Project Total) LS 1 B26 Remove Chainlink Railing LF 217 C65 Clean Out Existing Pipe (42"-54") LF 200 E3 Type PR22 Pedestrian Rail LF 217 H3 Clean and Repair Spalling (0-10 SF) EA 1 J1 Site Clearing and Stripping AC 0.2 J5 Site Grading AC 0.2 M2 Silt Fence LF 100 M3 Seeding SY 968 N27 Signing and Traffic Control (TCP Detail 11) DAY 7 TOTAL - Bison Drive Culvert Bridge Improvements $ - TOTAL EXAMPLE DELIVERY ORDER NO. 31 $ MOBILIZATION CALCULATION + DO Cost Mobilization Pay inent = ,.Mobilization Lump 511172 1 4 .Contract Amount Mobilization Lump Sum = Bid Item Al Mobilization (Max. 5% of Project Total) = $300,000 (Max.) DO Cost = Cost of Each Delivery Order site excluding Mobilization Payment Contract Amount = Awarded Contract Total Amount = $6,000,000 (Max.) CONTRACT TIMES Contractor agrees to reach Substantial Completion in 30 Calendar Days Contractor agrees to reach Final Completion in 45 Calendar Days By signing below the Contractor agrees to complete the work outlined in Example Delivery Order No. 3 within 45 Calendar Days from the date of mobilization for a total value not to exceed $TBD. The Contractor understands that all deviaitons, additions, or subtractions to the quantities above shall be submitted to the City in the form of an RFI for review and approval must be authorized in writing by a designated representative of the City of Corpus Christi, prior to any changes being made. The Contractor is aware of liquidated damages of $750/day that expires past Substantial Completion and $400/day that expires past Final Completion for this work. Authorized Representative Company Name Date 111 LJA ENGINEERING TBPE FIRM REG. NO. F-1386 DocuSig Envelope ID'. 2F1EOCE6FF13-4D73-A624-21CCAEC1 B174 rue Sheet me San F trpicio County\`n - - - I REVISION No. I DM I BY I u:scRIrIION IA a'' CITY of CORPUS CHRISTI x % ''' uN TEXAS LJA ENGINEERING - .!y.�' lave Fiats aec. " F'"' a Deportment of Engineering Services _ P -*---,....AP-*---,.... ,,,„ER, I Ti. SHEET cwsHarenw nWATER x SCC -5 12-13 SI.E ty�" .1j�111NUECES BAY/ -e ,CETALS 9P21eaeR r >mbeT "tl rs SCHEDULE51 PS CONC WINCIIALLS `MTH PARALLEL WINGS FOR BOX CULVIDITS MMARYHE/MALLS cTYir)SVERTS 51 CH -511, scEsi. (CONTINUED)npxurtn) OeruLs(SIMS) PE (2SNE ws'Eoes _w In On(axscEq L�rs CULVGS ERTS " q i91))jEEiS)s-e _- -xuME) �Ens _ _-aPR 6. X CULVERTS 23-65 SETk '_ ARCH PIPE TYPE II ININNACE (3 SHEETS) xxx BOX SHEETS) ) ((S SUohs r(a UNAGE (SHEETS ) "AGE (3 SHEETS) SURr219rfluR sM) uNArs PRECAST 78 PSET-SP PRECAST S.E.T. TYPE II - PARALLEL ORAN. N� wmxK_ E 111/11.11 R.• CORPUS 1014P* �.�®;` t ®,� 11 S07-5 5110LE _ CHRISTI BAY 18 _ MC - 4.-13 37-36 21C -2-13i. 39-40 _ 21C-9-13 'a BOX CULVERTS 117ECAST 5. SPAR fpm rs "_ pEwsf11:Pµi6F LVERTS CAST-IN-PESPAR SP/N13 �TSCSP/N 5 = BO CU °'SPARSPN .GST-IN-PLACEHe PB n BOX CULVERTS M PSS -m PsCwT 9.Ei. TYPE n Rimw oEix9 r 51 VNIDATIrOnETAILS 81 .1.111C INSTOLLATIOX BOLLN713 OEM. AME 5 134. sSIXsuP-i)-m S21/1, ROADSIDE Sws tamcuw suPSwE sysm�m vuuswsiamaHwsPsse soy) ecsmuesuems® I.EETS TMW WETS 37 521RSTP-37SM_ ROANIOE 9RS MIR.w SiPBASE 511. 88 59 U()�xGiwhORN POtxW1OR OBJECT HEETS .021(3)-10 oEUNE. .4 mi ECT MARI. PUCEMENT OEM. DETAILS RxR021(,3-20 CREATOR . OB m® 93 AG �FOR VEIL NIP. ars 95 GF(;;so-METAL BEIM DF R R RAG ,C OLEw. w.�R �♦®�` NILESGRAPHIC SCALE - �� 6F(31 °E I R 95 ( P (18)1T2 99 APPLICATORO RAILS 0-11 METAL AL 100-101 TYPE PRI I l " 4 3 R H x G a ® ®' S E . SFR 101 HEm0 SMS lIµTERN.TL 3 o, R.SR aE CORCEROS t PRKINGS MC TRAFFIC CONTROL PAVEMENT I.N.RKINCS m P21(a)-20PRS_ ERENT 1110-71AY LEFT TURN LANES TR (a -H) -HS Ow"wrON,L RENO SHOULDER wORK 62 PROJECT LOCATION CITY WIDE CORPUS CHRISTI, TEXAS � 112 TGP(2-2)-H6 OHNE HANE rsO-wY TRAFFIC w,ROL �} TCP(x-I)-He TRwnc SIFTS aNSOOUANE ROADS re la -.>-I6 U.RE CLOSURES w w�Rwc CwSmONw Rows 3�Ruu-H, GENERAL NOTES . y rs ac(a)-I. maEOTn.lT 117 a=a,-1• .AGN 301P SP® "21T So116 Run-H, .RRPwm SCR NOTE RO(S,-�.rAOSION SUPPORT IV au: ARROW PANEL GEcwS. VINI NCRWa ATTENUATOR122 RO(8)-14 wmunNR ACES 123 -1, gnxN MACESaC(wmmunxG MACES J 124 13C(10) . "CONFORMED FINAL/CONSTRUCTION SET" H>a-Hae '^13LO ROFl CO ER(NmT21m21NG5 '1430WAT'STORKIVIER POLL% PREVENTION NAY NOTES O`"� wre E,G, 131 STORM "PREVENTION °SR. PLANSFOR: AN �"mr`H r` It S)mE RALPErw �ME (*SHEETS) STORM WATER = FOR Digitally signed b Jeff (`/!}Edmonds l�d�` Date: 2021.500'155 12:13:49-05'00' _ OETALS (3 ,RELEASED 1M:18 VAIrERsumomn . ns)CONSTRUCTION: INFRASTRUCTURE IDIQ ° H - PAR°mw as nR�..�. 1�PR�.wrs SITE Lao.. Direcler of Engineering Services Dole Hm SITE NO. 3 STORM WATER 1187ROVE21w 510. x - 12505055 0ITcx STORM WPM 10PRO0.MENTS PROJECT NOs: 20144 21105 & 21107 EXAMIE DeUrra &MR 160 SITE LOCATOR CALL BEFORE YOU DIG! 48 HOURS NOTICE SEFORE YOU Oa 1316115 PARTICIPANTS REQUEST R�"�Cal DRILL. on HAS, STO. MO CALL 811 PREPARED BY E HGa OSSSEC nwsl BISON OR. RREETrBRIDGE 12PROVEMENTS .. 114 Hm R�smO RE(m-HG,21Rm EWSRENLs LJA ENGINEERING VIED' 1 al 166 MOM uxnRwc NO. ; STO 51734♦ THE LONE STAR NOTIFICATION COMPANY TDP( FIRM REG. Ivo. F-1386 AT 1-500-669-8344 ' 015 MEC! /b Ely zi DocuSig Envelope ID 2,1EOCE6-FF13-4D73-A624-21CCAEC1B174 CIVIL GENERAL NOTES RESIDENTIAL) OF PROPOSED CONSTRUCTION IN FRONT OF THE RESPECTIVE LINES AND GRADES AS srvowry ory THE PLANS. THEREBY ENSURING THAT CONTROL DEVICES S.LL BE CONSIDERED SUBSIDIARY. UNLESS NOTED PROPERTIES AT LEAST ONE WEEK PRIOR TO START OF CONSTRUCTION POSIT!, DRAINAGE IS MAINTAINED ALorve THE NEW curee.o GUTTER OTHERWISE IN THE BID FORM - - - - _ I IMISION .1 OKIE I BY I OFSCRIPION a ,4 R r_2. ; .t.kgri)He. CM' of CORPUS CHRISTI TEXAS LJA ENGINEERING - u Deportment of Engineering Services 'BP' FIRM REG EG E 'GE . (1) 1 THIS PRajECT IS . INDEFINITE DEUVERY'INDEPINITE QUANTITY (ID'IQ) 13 PRIOR TO BEGINNING CONSTRUCTION. ALL TEMPO.RY EROSION CONTROL 3 NEW CURB INLET BOTTOMS CAN BE PRE -CAST. OR CAST -1N -P LACE . BUT ALL NEW 7 STANDARD T.FFIC CONTROL DETAI. FOR TYPICAL CONSTRUCTION CONSTRUCTION CONTRACT TO PERFORM RE.BILITATIONREPLACEMENT OF DEAIDEs sHA, BE IN „ADE THE DDAssAwDs0D Is D.A0NDBLE ADD cures INLET TOPS MLIST BE CAST -1N -PLACE APPLICATIONS .SED ON THE TXDOT TRAFFIC CONTROL PLAN DETAILS HAVE STORM WATER INF.STRUCTURE IN THE CITY OF CORPUS CHRISTI (CITYWIDE) THE WORK WILL BE ISSUED IN INDIVIDUAL WORK ORDERS CALLED "DELIVERY PROVIDING AND MAINTAINING EROSION CONTROL MEASURES TO PROTECT s co.., Box Dus,,,ATs AND suNDT,oN Boxes. ,A „A.A.. sH,s BE BEEN PROVIDED IN THE D.WINGS FOR REFERENCE PURPOSES ONLY SEE ADJACENT PROPERTIES AND D.I.GE WAYS AND TO COMPLY WITH TCE0 T.FFIC CONTROL NOTES 1 AND 2 ORDERS" T.T PROVIDE SPECIFIC SCOPE AND REQUIREMENTS. IN DERT.ED . THE sANsAADme To Hwse soAD,No. uNse„ N,, SNPPP REQUIREMENTS THE CONTRACTOR S.LL PROVIDE ADDITIONAL ACCORDANCE WITH THE PLANS. SPECIFICATIONS. AND CONTRACT DOCUMENTS OTHERWISE A IF EwRING THE Do,. oF THE pRosE0T IT Is D,ERNANED THAT ADD.0N, , Hs „D„ . A2„s ,N.,„. „, ,, ND, sns „ su . „,,,, ,A s „ EROSION CONTROL M.SURES. AS NECESSARY. DURING CONSTRUCTION TO A,A, ,HL.AcEnsEN, Ds nsANHDLys. cus, ,NL,,,, ,,,,ns wA, , H,HE, PREVENT LOSS OF SEDIMENT AND OTHER POLLUTANTS FROM THE WORK 5 CONTRACTOR MUST PERFORM AND PASS CCTV INSPECTIONS ON NEWLY T.FFIC CONTROL MEASURES ARE REQUIRED TO SAFELY DIRECT T.FFIC ZONES DURING CONSTRUCTION ADDITIO.L EROSION CONTROLS. IF ,NsTAssED De.,TA sToes wATE e s,NE, 2e,oe To NsT,s,ND NEw AAAE se, THROUGH. OR AROUND. THE PROJECT. THE CONTRACTOR S.LL NOTIFY THE OR BOX CULVERTS BY OPEN CI, INSTALLATION METHODS. WELL POINTING. OAR AND ENGINEER HEUIJIHED. ,11,_ HE CON,I,HED ,I,,IDIA1-, 10 lee AHHHOHHIA 1 e HID ISUBSIDIARY TO VARIOUS so ITEMS) CLEANING AND TELEVISED INSPECTION OF STORM CONDUITS. AS REQUIRED 11,1, SWPPP/PERMIT COMPLIANCE. RESULTANT PAVEMENT. CURB AND GUTTER. e sAe 2 soposeD swe ,, ,D.. AND ,D. ssoss sANAosesmuNDswN Boxes DAN Be g IED00N,RucTIoN DELsys Doc,. THE 00,,,ToR Is REspoNsIBLE FoR SIDEN/A1-K. .D DRIV.VAY REPAIRS. AND TEMPO.RY T.FF10 CONTROL le THE CONTRACTOR S.LL BE RESPONSIB. FOR THE STAGING AREA(S). AS PRE -CAST ore CAST -IN-PLACE TOP SLOPES OF MANHOLES AND JUNCTION BOXES A DITIO.L TRAFFIC CONTROL COSTS ADDITIONAL PAYMENT WILL NOT BE M.SURES WELL AS STOCKPILE SITE(S) FOR D<CESS EXCAVATED MATERIALS THE sH,L mATDH E.DoposED sTDEET E.A.A.,ENT DDo„ ssopes MADE FOR ADDITIONAL T.FFIC CONTROL REQUIRED IF THE WORK EXCEEDS THE ALLOWABLE NUMBER OF CONSTRUCTION DAYS. UNLESS A C.NGE IS 2 BID EVALUATION WILL BE BASED ON THE HYPOTHETICAL QUANTITIES SHOWN IN CONTRACTOR SHALL COORDINATE WITH THE CITY FOR LOCATION(S) OF rvv,rey, Noyms AGREED TO VIA C.NGE ORDER THE BID FORM THESE QUANTITIES ARE FOR BID EVALUATION PURPOSES ONLY SUITABLE STAGING AREA(S) AND STOCKPILE SITE(S) THE CONTRACTOR'S AND WILL NOT BE THE ACTUAL QUANTITIES AWARDED IN THE CONT.CT 1:01,1,1121,110N .11,11e, A, 12,1 HICI, 1 o lee ems H 0 W AND 10 lee 1 -NED=.00TORTS.LL GIVE FOR,-EIG1, 08) HOURS N0,0E TO THE 01, 1.:. co,FRAcToR sHAL, mADFAIN A ,AINAA.A0 TRAAEL L,NE oF 11 FE, TRAAEL CON! HACIOH., ,IA61N6. ,101AKHILE. AND mecum AH., NO S HRIS l'S WATER DEPARTMENT PRIOR TO THE NECESSITY FOR THE LANES S.LL BE AN ALL-W.THER SURFACE T.T IS FREE FROM 3 THE OWNERS AUTHORIZED REPRESENTATIVE (OAR) WILL PROVIDE THE CONSTRUCTION ACTIVITY IS ALLOWED ON PRIVATE PROPERTY OUTSIDE OF CLOSING OR OPENING OF EXISTING VALVES UNLESS AN EMERGENCY IXISTS CONSTRUCTION EQUIPMENT AND DEBRIS ANY ADDITIONAL TEMPORARY HMAC CON! HNC! OH WI1H sremeLe DHAW1N6, AND/OH sememArves 1-012 eAse THESE LIMITS ONLY WATER DEPARTMENT PERSONNEL CAN OPERATE VALVES CONTRACTOR NEEDED FOR TRAVEL LANE WIDENING SHALL BE CONSIDERED SUBSIDIARY THE ,,s, NoT INTERR., wATER sERA.E FoR moRE THAN 2 HouRs AER DAy T.FFIC CONTROL BID ITEM NO T.FFIC WILL BE ALLOWED ON NEW AUVEA'IVLAELY .'B'UUTEMAYWNHOIUTHNEVCILSLSAINRUILLY"INECLAUSDEMTUHUEHDEITNAMMAINIFIONRMAATSIOINS . THE C°M-RACT°R S.LL M.FAIN A REFLECTIVE CAUTI°N .RRIER AR°UND THE CONTRACTOR S.LL MA. WATERLINE CONNECTIONS DURING LOW PEAK UNPROTECTED BASE MATERIAL HI, ,IA61N6 ANL, MA 1 EH1AL, LAVDOWN AH., Al ALL 1 1ME, LAVDOWN AHEA, HOURS TO MINIMIZE INTERRUPTIONS THE CONTRACTOR MAY WORK DURING TYPICALLY PROVIDED IN A SET OF STANDARD ENGINEERING PLANS THE WILL N° I HE ALL°WED °N HQHLIQ HIQHI °I- "AV NIGHT-TIME HOURS TO MINIMIZE DAY -TIME INTERRUPTIONS REQUESTS TO 11 CONTRACTOR S.LL REMOVE AND/OR COVER SIG.GE AND STRIPING T.T DELIVERY ORDER DRAWINGS WILL TYPICALLY BE BASED ON CITY BASE MAPS A, RE00. DRAwING„s.A.ED . THE 0,. A, 0,s, FIELD 1 A A, AAAED.DAADEs sHA, . DE. °LEAN AND swEAs As A, .A. THE WORK NIGHT-TIME HOURS. IF NECESSARY. S.LL BE SUBMITTED IN WRITING CONFLICTS WITH CONSTRUCTION ACTIVITIES OR CAUSES CONFUSION TO INVESTIGATIONS WHEN ABSOLUTELY NECESSARY. THE ENGINEER MAY ALSO co,FRAcToR Is RE0,RED , swEED DAAED suRFAcEs oN AN A.EDIATE AND MUST BE APPROVED IN WRITING BY THE OAR PER CIVIL GENE.L NOTE 11 MOTORISTS OR PEDESTRIANS INCORPO.TE THE USE OF SURVEY DATA (SEE ,TACHMENT IN THE CONT.CT .SIS AS OFTEN AS NECESSARY NO DIRECT PAYMENT WILL BE MADE FOR 2 CONTRACTOR SHALL REMOVE. REPLACE AND RECONNECT WATER SERVICES , WOW. ,11,_ HE HEHI-OHMED MONDAY 1.0...6H 1-HIDAY HE1WEEN / UU A M DOCUMENTS F OR AN EXAMP. DELIVERY ORDER) SWEEPING PAVED SURFACES AS NECESSARY TO CONSTRUCT THE IMPROVEMENTS PROPOSED IN THESE AND b UU rem, chiles, olmeheuse AHHHOVED , lee OAH IN WH1 11N6 see 4 UPON RECEIVING .CH DELIVERY ORDER. THE CONTRACTOR SHALL VISIT EACI- , THE co,FRAcToR sHAL, REDAIR oR REDLAcE. AT co,FRAcToR., 1,<DEN,E. PLANS. SUBSIDIARY TO VARIOUS BID ITEMS. UNLESS SHOWN OTHERWISE ON GENERAL NOTE 11 PROJECT SITE TO THOROUGHLY .AM1NE THE LO.L CONDITIONS AND AW AND ALL IXIS,NG 15ILI,ES. DRAI.GE FACILITIES. ELECTRICAL DUCT THE BID FORM 13 OVERNIGHT WORK TO EXPEDITE CONSTRUCTION OR MINIMIZE DISRUPTION TO CONST.INTS WHICH MAY BE ENCOUNTERED DURING THE COURSE OF .NKS OR CABLES. PAVEMENT. DRIVEWAYS. SIDEWALKS. CURBS. PIPELINES. 3 ALL WATERLINE ADJUSTMENTS SHALL CONFORM TO THE CITY OF CORPUS T.FFIC. REQUIRES APPROVAL FROM THE OAR PER CIVIL GENE.L NOTE 11 CONSTRUCTION THE CONT.CTOR S.LL PERFORM THE NECESSARY SIGNS. LIGHTS. FENCES. GATES. PROPERTY PINS OR OTHER ITEMS DAMAGED CHRISTI STANDARD WATER DETAILS RES.RCH TO ENSURE AWARENESS OF ALL IXISTING FACILITIES TO BE oR DIs.RBED. coNTRAcToR., opERATIoNs 14 WEE.ND WORK. TO D<PEDITE CONSTRUCTION OR MINIMIZE DISRUPTION TO PROTECTED AND SPECIAL PROJECT REQUIREMENTS. AND A THOROUGI- s uNsss, N., , , Hs.2,ss ,N ,, A, s„, A, „ sns, ,„ ,, A2A , s„, T.FFIC. REQUIRES APPROVAL FROM THE OAR PER CIVIL GENE.L NOTE 11 RojEcT scoDE THE co,FRAcToR Is 18 .TU.L AND CULTIVATED VEGETATION AR.S OUTSIDE OF THE PIPE S.LL INCLUDE ALL REQUIRED RUNGS NECESSARY TO CONSTRUCT UNDERSTANDING QP THE °VERA' P CONSTRUC,ON LIMITS S.LL BE LEFT UNDISTURBED AS MUCH AS POSSIB. ADJUSTMENTS SHOWN IN THESE PLANS .D ADJUSTMENTS T.T MAY ARISE . ALL PERS°NNEL PERF°RMINQ F'AGGER °PERATI°NS IN °R NEAR A 'NE RESPONSIBLE FOR CONTACTING TEXAS 811 AND THE APPROPRIATE UTILITY owNER, AND FIELD Lo0ATING ,L .1, -ANG uNDERGRouN, suREADE. A, DURING CONSTRUCTION ALL DISTURBED AR.S S.LL BE TOPSOILED. SEEDED DURING CONSTRUCTION CLOSURE SHALL BE CERTIFIED IN A FLAGGER SAFETY COURSE AND PROVIDE PROOF OF CERTIFICATION OVERHEAD UTILITIES PRIOR TO COMMENCING WITH AW CONSTRUCTION A' WATERED SUFFICIENTLY T° ESTABLISH NEW GR°WTH AT THE 5 CONTRACTOR MUST PERFORM AND PASS WATER TESTING REQUIREMENTS ON OPE.TIONS CITY OF CORPUS CHRISTI T.FFIC ENGINEERING (361-826-3500) CWFRACT°R'S EXPENSE N° ADDIT.N4L PAYMENT WILL . MADE F°R ,Afsy ,N,,ALs_ED wA ,E, s,,, ss,„ . ,N,,,,,NG NEw HAAEns EN, . ALL PERSONNEL WO.. IN OR NEAR A .NE CLOSURE SHALL BE CERTIFIED IS NOT IN THE 811 SYSTEM AND MUST ALSO BE CONTACTED 48 HOURS PRIOR RESTORATION OF DISTURBED AR.S OUTSIDE OF THE LIMITS OF IN A SAFETY COURSE AND PROVIDE PROOF OF CERTIFICATION I° ANY EXQAVA I I°N I' Q°NI.Q I °H SHALL °HIAIN A I H°H°QQI- 1:01,1,1121,110N (SUBSIDIARY TO VARIOUS so ITEMS) - - - UNDERSTANDING °F THE °VERALL PR°jECT SC°PE T° PR°VIDE PR°PER 19 THE CONTRACTOR IS RESPONSIBLE TO MAINTAIN AND NOT shoo< OR IMPEDE WASTEWATER NOTES 17 CONTRACTOR S.LL DETERMINE THE LIMITS AND TIMEF.ME OF AFFECTED T.FFIC CONTROL FOR THE WORK AR. EXISTING UTILITIES SHOM IN SCHOOL ZONES D.I.QE AW °BSTRUCTI°NS T° .ISTINQ DRAINAGE V \ AYS DUE T° THE 1 DURING THE INSTAL.,0WREPAIR OF WASTEWATER INFRASTRUCTURE. THE DELIVERY ORDERS ARE FOR INFORMATIONAL PURPOSES ONLY AND THE CONTRACTOR'S OPE.TIONS S.LL BE REMOVED BY THE CONTRACTOR .. 18 CONTRACTOR S.LL COORDI.TE WITH PUB. SCHOOL DISTRICTS. PRIVATE ACCU.CY AND COMPLETENESS OF SUCH INFORMATION IS NOT GUARANTEED C°NTRACT°R WILL BE RESP°NSIBLE F°R MAINTAINING S.VAGE FL°WS AT A."' scHooLs. A, DA,ARE .0.TIE, , D,ERNANE TDA.ED0 FLow AND IT IS THE CONT.CTOR'S SOLE AND COMPLETE RESPONSIBILITY TO 20 CONTRACTOR IS REQUIRED TO MAINTAIN PAVED ACCESS TO ADJACENT TIMES WITHIN THE EXISTING WASTEWATER SYSTEM AND SHALL NOT RESTRICT INVESTIGATE AND LOCATE ALL UNDERGROUND UTILITIES AND STRUCTURES PROPERTIES WITH THE D<CEPTION OF SHORT PERIODS OF DURATION (LESS ACCESS TO RESIDENCES OR BUSINESSES SUBSIDIARY TO VARIOUS BID ITEMS. DROP-OFF AND PICK-UP PROCEDURES FOR WORKACJACENT TO THE FACILITY SUFFICIENTLY IN ADVANCE OF TRENCHING AND D<CAVATION OPERATIONS TO THAN I DAY) THE CONTRACTOR WILL PROVIDE AND MAINTAIN TEMPORARY UNLESS SHOWN OTHERWISE ON THE BID FORM 19 CONTRACTOR SHALL COORDI.TE WITH THE CORPUS CHRISTI REGIONAL AVOID DAMAGING EXISTING UTILITIES OR CAUSING UNNECESSARY DELAYS PAVED ACCESS TO RESIDENTIAL STREETS AND DRIVEWAYS AND COMMERCIAL 2 00,FDA.0ToR asp., R.A.E. REALADE AND RE00NNE0T wAsTEwATER T.NSPORTATION AUTHORITY TO DETERMINE IMPACTS TO BUS ROUTES THIS INCLUDES EXPOSING UTILITY TIE-INS AND CROSSINGS FOR VERIFICATION ENT.NCES AT ALL TIMES EMERGENCY VEHICLES SHALL .VE PAVED ACCESS SERVICES AS NECESSARY TO CONSTRUCT THE IMPROVEMENTS PROPOSED IN LOCATED WITHINA WORK ZONE PRIOR TO LAYING NEW LINES THERE S.LL BE NO SEPARATE PAYMENT FOR TO RESIDENTIAL AND COMMERCIAL PROPERTIES AT ALLTIMES PAVED ACCESS THESE PL,.. SUBSIDIARY TO VARIOUS BID ITEMS. UNLESS SHOWN 20 CONTRACTOR SHALL COORDINATE WITH CORPUS CHRIS, FIRE. POLICE..D EXPLORATORY EXCAVATIONS. WHICH ARE SUBSIDIARY TO THE COST OF THE AS DESCRIBED IN THIS NOTE. IF REQUIRED. S.LL BE ACCOMPLISHED VIA THE OTHERWISE ON THE BID FORM SOLID WASTE SERVICES DEPARTMENTS TO DETERMINE IMPACTS TO SERVICES RELATED ..AFAss, oR AppL,ABLE FEA.RE THE 00,FDA.0ToR as., NoT, 1 EMHOHA, HAVEMEN1 A, umAlLep IN lee YLAN, AND ,H,_ , %, M , hN Er IAN= H fl-',/lEtA1TA1EJLNI LI CAI TO HTIME 11% 1AEC',Mgrl'HITH CON,IDEHED ,UH,IDIA, 10 1, 1 HA,11A CON! HU_ HIL/Ilem, 3 C°NTRACT°R MUST PERF°RM AND PASS CC' INSPECT.. °N NEWLY , CONIHAU 1 OH ,FALL HE,10, HUHLIC H16H1-01--N, sehmees, INCLUDIN6. INSTALLED GRAVITY WASTEWATER LINES PRIOR TO INSTALLING NEW HUI 1,101 ewes, 1 o, 1 mees, ,OUL/11,16. MANHOLE,. HACKI-ILLIN6 AND 21 IXISTING PAVEMENTS WITHIN THE SCOPE OF THIS PROJECT WHICH ARE DELIVE, OHDEH PAVEMENT SUBSIDIARY TO VARIOUS so ITEMSLESHOWN OTHERN COMPACTION. SUB -GRADE. STREETS. SIDEWALKS. ALLEYS. AND DAMAGED DAMAGED BY THE CONTRACTOR IN THE PROCESS OF HIS WORK WILL BE ON THE BID FORM T.FFIC CONTROL DEVICES. TO A CONDITION EQUAL TO OR BETTER THAN CITY 5 moR , BEGINNING 00N,TRu, oN .A.0,... THE 00,FDA.0ToR sH,s REPLACED AS QUICKLY AS POSSIB. USING THE FULL DEPTH PAVEMENT STANDARDS THE RESTORATION S.LL BE MADE IN A TIMELY MANNER VIDEO RECORD THE CONDITIONS OF PRIVATETUBLIC PROPERTY (TREES. REPAIR AS DETAILED IN THE PLANS TEMPORARY PAVEMENT FOR PAVEMENT GAS NOTES SHRUBS. YARD. FENCING. ETC ) AND THE ASSOCIATED ABOVE GROUND DA 22 AN ADA ACCESSIB. ROUTE MUST BE MAINTAINED AT .CH SITE DO NOT IMPROVEMENTS LOCATED ON THE PRIVATE PROPERTY IN THE PRESENCE OF A I.'IQ QQNI'QLBIL' HEMS 1 THE C°NTRAC-F°R SHALL C'RDINATE WITH THE CI' GAS DEPARTMENT ''' QLQSE SIL'EWALK QN BQ I H SIUES QI- A S I "E I A I I HE SAME I IME II- I HIS IS AW REQUIRED ADJUSTMENTS TO EXISTING GAS LINES AND VALVES Ully HEYHE,ENIAllve NOT POSSIBLE. AN ALTER.TE ADA ROUTE MUST BE MAR.D FOR THE 22 CL.NING OF ASP.LT EQUIPMENT WILL NOT BE ALLOWED ON PUB. RIGHT EssDA.TIoN oF THE 0LosuRE 6 IT IS THE CONTRACTOR'S RESPONSIBILITY TO VERIFY ALL DEPTHS. PIPE OF WAY AW PETROLEUM PRODUCTS SPILLED WITHIN THE RICHT OF WAY PRIVATE UTILITY COMPANY NOTES MATERIALS. AND PIPE DIAMETERS PRIOR TO BEGINNING REPAIR AND S.LL BE CLEANED UP AND DISPOSED OF PROPERLY NO CONSTRUCTION 1 00,A.A0ToR sHALL NoT, A.s., pRIAATA .DFIL, compAw , LEA, 0, (D 23 CONTRACTOR S.LL SUBMIT TRAFFIC CONTROL PLANS TO TXDOT FOR REVIEW RE.BILITATION WASTE MATERIA. WILL . AL.'''. T° . BURIED WITHIN THE RIGHT °F W.< BEFORE INSTAUA,ON OF IMPROVEMENTS REQUIRING POSSIBLE AND APPROVAL BY M.. OF A LEUER OF NO OBJEC,ON WHERE TRAFFIC revue CONIHOL DEVICE, ENCHOACHINIO IXDO11216H1-01--WAY 7 THE SCE.R10 AND DETAILS SHOM IN THESE DRAWINGS ARE INTENDED TO ADJUSTMENT OF THEIR INF.STRUCTURE GIVE THE CONTRACTOR A REASO.B. UNDERSTANDING OF THE WORK T.T 23 AFTER COMPLETION OF THE PROJECT. WHEN REMOVING THE BARRICADES AND ER4pplc coNERolp NoEEs CI, PERMITS AND FEES SHOULD BE ANTICIPATED/REQUIRED THROUGH FUTURE DELIVERY ORDERS. SIGNS THE CONTRACTOR S.LL FILL ANY HOLES LEFT BY THE BARRICADES OR BUT IN NO WAY ARE TO BE EXPECTED TO COVER EVERY POSSIB. SCE.R10 SIQN SQI"I'HIS AND HES I °' I, A,A IN WHIQH I, SI6N, A, ,MOVED 1 T. CONT.CTOR S.LL PREPARE SITE SPECIFIC TEMPO.RY T.FFIC 1 THIS PROJECT IS NOT EXEM, FROM CIN PERMITS OR FEES THE T.T COULD ARISE OR EVERY BID ITEM T.T MAY BE NEEDED TO COMPLETE . , ,,,,,,,NAL cD,,,,DN CONTROL PLANS PER THEIR PROPOSED MEANS AND METHODS TEMPO.RY CONTRACTOR IS RESPONSIBLE FOR OBTAINING THE REQUIRED PERMITS FROM THE WORK BID ITEMS ARE LISTED IN THE DELIVERY ORDERS AND PAID FOR AT T.FFIC CONTROL PLANS AND T.FFIC CONTROL DEVICES S.LL CONFORM THE CITY OF CORPUS CHRISTI AND PAYING FOR CONSTRUCTION PERMITS AND THE UNIT PRICE so IF ADDITIO.L so ITEMS ARE REQUIRED THEY WILL BE 24 =AArEMEM- SIGNS S.LL BE USED DURING C°NSTRUCT.N. . WITH THE TEXAS MANUAL OF UNIFORM T.FFIC CONTROL DEVICES ,MI -TCD) L1,N,E Imes HEH A12111ALY / , lee ,NEHAL CONDI I ION, 10 lee memerevem AND AHHHOVED , lee cue Al lee me , 1:01,1,1121,110N LATEST EDITION (EDITION 2011. REVISION 2. OCTOBER 2014.AS OF THE DATE OF 1:01,1112,1 DOCUMEN 1, HO 1 EN 1 1AL ,E, INCLUDE L'E'VEI' Q"E" A' ALS' NQ I LIMI I EL' I Q I HE WQ" SHQWN IN II*" 25 THE CONTRACTOR SHALL FURNISH TO THE CI, A CERTIFICATE OF THESE PLANS) MINIMUM PLAN SIZE SHALL BE 11X, MINIMUM SCALE S.LL BE - R 0 W APPLICATION FEE - $95 00 DRAWINGS COMPLIANCE CERTIFYING T.T ALL MATERIALS AND WORK COMPLY WITH THE _ R 0 w 000,AN, FEE, gszsE oF sIDEwA, AARKING LANE & SPECIFICATIONS AS SHOWN IN THE CONT.CT DOCUMENTS 8 THE CONTRACTOR S.LL TAKE THE APPROPRIATE PRECAUTIONS TO PROTECT 2 TEMPO.RY T.FFIC CONTROL (RC) PLANS S.LL BE SIGNED AND SEALED BY TRAVEL LANE BY THE NUMBER OF DAYS OF THE POTENTIAL CLOSURE EXISTING UTILITIES. SUBSTRUCTURES. AND PUBLIC/PRIVATE PROPERTY IN THE 26 PRIVATE UTILITY COMPANIES (9EP. AT&T. CN. ETC ) ARE RESPONSIBLE FOR PROFESSIONAL ENGINEER. LICENSED IN THE STATE OF TEXAS. OR - STREET RECOVERY FEE - $42 00/SY OF POTENTIAL PAVEMENT REPAIR EVENT OF DAMAGE TO SAID ITEMS. WHETHER OR NOT SHOWN IN THE THE RELOCATION OF THEIR INFRASTRUCTURE IF IN CONFLICT WITH THE LICENSED/CERTIFIED WORK ZONE T.FFIC CONTROL PERSONNEL TTC PLANS DHAVV1N6,. lee CON! HNC! OH ,H,_ mArve lee NE,,,A1-, HEYAIH, 10 PROPOSED IMPROVEMENTS CONTAINED IN THESE PLANS THE CONTRACTOR REQUIRING OVERSIGHT BY THE TIXAS DEPARTMENT OF T.NSPORTATION ALA, THE .0.TIE, BA.< IN sERAIDE , No INDREAsE IN THE 00NTDA., 2 PER CITY ORD 030040 ARTICLE III CUTS AND EXCAVATIONS. UTILITY STREET S.LL COORDI.TE WITH THE PRIVATE UTILITY COMPANIES. AS NECESSARY. ,XDOT) OR OCCURRING ON TXDOT RIGHT-OF-WAY MAY REQUIRE BEING cuss wl,DEowDE THE DoNsDAD.D. 0BsAID ADD AAA ADD A AsDEEs Dus PRICE SUCH REPAIRS S.LL BE MADE TO THE SATISFACTION OF THE OWNER TO ENSURE THAT PRIVATE UTILITIES ARE ADJUSTED TO AVOID CONFLICTS STAMPED BY A LICENSED ENGINEER IN THE STATE OF TIXAS AND S.LL CONFORM TO THE REQUIREMENTS OF THE COMPAW OR AGENCY PERMIT FROM DEVELOPMENT SERVICES AW UTILITY RELATED PAVEMENT PRI°R T° THE C°NTR4CT°R ARR.'. AT THE C°NFUCT AREA THIS W°RK IS 3 THE CONTRACTOR S.LL SUBMIT THE TEMPO.RY T.FFIC CONTROL PLANS REPAIR SHOULD INCLUDE A FULL LANE OVERLAY FOR PARALLEL CUTS AND 12' SERVICING THE FACILITY SUBSIDIARY TO THE VARIOUS BID ITEMS TO THE CITY'S TRAF FIC ENGINEERING DEPARTMENT (STREET OPE.TIONS) FOR WIDE FOR PERPENDICULAR CI,S ON ASP.LT STREETS. AND FULL PANEL 9 THE CONTRACTOR S.LL BE RESPONSIB. FOR OBTAINING ALL NECESSARY 27 ALL A.NDONED LINES WITHIN 1' OF THE FINISHED SUBGRADE SURFACE ARE APPROVAL REPLACEMENT ON CONCRETE STREETS PCEOZAUCTC-WS =TEE WHOERK PraCZEDTNNIFTRAUTCETTIGI-FrOF-= TO BE REMOVED ALL ABANDONED GRAVITY PIPE 8" AND LARGER AND PRESSURE PIPE II AND LARGER ARE THE BE GROUT FILLED IF LEFT IN PLACE 4 THE CONT.CTOR S.LL PROVIDE A ONE ,) WEEK NOTICE TO THE CITY'S REQUIRE. PERMIT FROM THE STATE OF TEXAS T.FFIC ENGINEERING DEPARTMENT (STREET OPERATIONS). AS WELL AS 28 .CKFILL. COMPACT. AND TEST PRIOR TO PLACEMENT OF AW PAVEMENT. AFFECTED BUSINESSES AND RESIDENCES. PRIOR TO IMPLEMENTING THE 10 wHERE A00., , ,o, wATER Ls NE, Lo0ATED IN .s.AE,F, RE0.R. CURB & GUTTER. SIDEWALK. OR DRIVEWAY WITHIN 10.0F TRENCH EXCAVATION TEMPO.RY T.FFIC CONTROL PLAN AND COMMENCING CONSTRUCTION T.T THE CONTRACTOR ACCESS OR ENTER PRIVATE PROPERTY. THE ACTIVITIES oCrNERAR CATNQDVAHAKIN's TBHEA RNEATAQ,N,ASIRABLEARPQRARNGCATAAZNARTHAE00PAR,,QPETTA ' PU,IrEEL/TI-X.I=ESAMNEUNIBAUKH' IS I' BE UNI''''LY M'IS I ENE' ANL' 5 THE TRAFFIC CONTROL BID ITEMS IN THE BID FORM S.LL INCLUDE ALL CONTRACTOR SHALL D.FT A LETTER FOR OAR APPROVAL, TO NOTIFY MEETINGS AND COORDI.TION EFFORTS. T.FFIC CONTROL M.SURES. PR°PERTY °WNERS °F REQUESTED ACCESS' INDICATING THE TIME AND DATE ' rNOCTIPTEInjFCI-C7LNLYACATCZIZrED IN T' 'A' A' SBECIFICATI°' THAT SED IN THE BID FORM SHALL BE CONSIDERED EQUIPMENT. TEMPO.RY PAVEMENT AND MANPOWER NECESSARY TO OF THE REQUESTED ACCESS NO ACCESS S.LL BE MADE WITHOUT PRIOR MAINTAIN T.FFIC CONTROL DURING THE PROJECT IN ACCORDANCE WITH THE SUBSIDIARY TO THE VARIOUS BID ITEMS OF THE PROJECT PLANS AND SPECIFICATIONS APPROVAL, IN WRITING. FROM THE PROPERTY OWNER IF ACCESS BY THE PROPERTY IS DENIED. THE CONT.CTOR S.LL NOTIFY THE CITY'S 6 THE CONTRACTOR S.LL BE RESPONSIBLE FOR PROVIDING AND MAINTAINING CONSTRUCTION INSPECTOR OF THIS DENIAL DRAINAGE AND EROSION CONTROL NOTES ALL T.FFIC CONTROL DEVICES THROUGHOUT THE DU.TION OF THE PROJECT IN ACCORDANCE WITH THE LATEST EDITION OF THE TIXAS MANUAL SBET 2 d 166 4 Hon ORMING IA a STO 574 11 WORKING HOURS ARE RESTRICTED TO BETWEEN THE HOURS OF 7AM AND 6PM REou., . woRs 0.-s1DE . THEsE HouRs. 1E N..... sHALL BE 1 THE coNTRAcToR ,s RespoNs,sse FoR ,NsTALL,No Ass ,os,oN coNTRos OF UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) TRAFFIC CONTROL DETAILS. SUBMITTED IN WRITING AND MUST BE APPROVED IN WRITING BY THE OWNER'S DENCES IN ACCORDANCE NI, THE PLANS. SP ECIFIC,IONS AND SWP PP AND TAD0T TRAFFIc co,FRoL DLAN DETAIL,. AND THE TAD0T BARR.. AND AUTHORIZED REPRESENTATIVE (OAR) MAINTAINING ALL EROSION CONTROL DENCES THROUGHOUT THE ourereclory OF THE PROJECT CONSTRUCTION DETAILS THE BID ITEMS FOR TEMPO.RY T.FFIC CONTROL INCLUDE ALL ASSOCIATED COSTS SUCH AS PLANNING. IMPLEMENTATION. AND 12 THE CONT.CTOR SHALL NOTIFY PROPERTY OWNERS (COMMERCIAL AND 2 DoNssADsos sAAss DoNsssups New cuss AND owes ADDosDwo so sAe MAINTE.NCE IN ADDITION. BARRICADES. SIGNS. AND OTHER T.FFIC ON PRCUECI p Eig DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 LEGEND - - ::::0:?: .,,4„, US CHRISTI .' ' EN TEXAS LJ�A ENGINEERING E. '41? _ -RING . '` Department of Engineering Services u EXISTING SYMBOLS TEAM POSE° UNE r TESTING SCHEDULE - 0 RATE 0 NOTuNENT Gm, pRopos. gro. LLEEDESCRIPTION • AZ ROO Mug -ww- PROPOSED WASTE.I. UNE - w unun POLE O. TRPFFIC SOREL - N - Lr. oo.up. 0 ELECTRIGL FMNOSOLE SOILS: so.. PM WO. anneE wpm. - mem. os..., .....n ma . le,REAFf 0.0. - Buzz gnaw. DEEM Au MO VAIMEAFr ISERNT. - SU.. OZ..: Au 2 omega 0 ELECTRIGL GROUND BOX .91..Ne. EDZ OF igeriart 0E IONHgEPROPOSED P... ORM. SP. am a OUT. FLEXIBLE BASE: Fla ova LF Z Sr.. rn guru°. AMMO= WM Ng ;Dug Pei axe . PROPOSED SYMBOLS Ergo cgs INLET RRE NNORANT WO. CURS MET LA ANYHOR Au lora 0 F. SAD 0 WARM VALVE « AMERARMOR mx E o TELEPHONE PEEZTA. y# BRE maw.A/ xwurE RE CM BUS STOP • AMER VniaE SORE E, ILATER vx B AMER NEI. o DOLLARD O WATERLOG ...EC!. 000 iy UUR PEE p ,..,E COR.CDON SORE NO. Oy -I AMERGNOME x a9aamn RUSH PI-1 POST IM.ET OESICIMDON ET DaigoTer PAw TN.a R ORATE N aSaxATION MIX CONTROL POINT 'l,,y GmamuS WEE R ABBREVIATIONS mSRo O= rawrnm N. V Y PM m v OM HOT -MIX ASPHALT CONCRETE (HNAC): Enz.. az zuss Au go TAN Ai Law a,®TY MICE anml woraugg - 0.0.1- R.� M.P.. MR. - x PL. Ia.n Pox 1m a SM. CONCRETE: az La ourrezza pg go o pg / E xwW AD 4 Doi SOX CUM. nuazDAwrOsus FM Ma IF Au _ _ FUGE, RR I 0.01 Log wrgz szonalga PO a Fa R,.n�Fl FP1 I. Sy OR Mr ASPS RG CURVE ORATE NLa" - i a� Ne ' °� SACK c10 - cum ANO CUTTER 110 - NATURAL MONNE cane - CZEEIS oax - ON CENTER gm am P - mens RON Pc - PORN OF wmATNRE EXISTING UNE TYPES m - Ewsnm GROUND PI - RC.. OF IxmRsmnax R SrPoR N. I. THE ABOVE TESTING RATES ARE ONLY ANTICIPATED GUIDELINES. THE OAR RESERVES THE RIGHT TO CONDUCT ADDITIONAL TESTING AT THE OAR'S DISCRETION. RE -TEST FOR FAILURES ARE NOT INCLUDED. ]. MOISTURE CONTENTS TO BE INCLUDED WITH DENSITY TEST. ]. THE EVENT OF FAILURES, ADDITIONAL TESTS WILL BE REQUIRED. IF EXCESSIVE RAIN OR DRY PERIOD OCCURS ON A PREVIOUSLY TESTED SECTION, THE CITY MAY ORDER RE -TESTS AS NECESSARY. 4. MINIMUM TESTING RATES ESTABLISHED BY THE CITY OF CORPUS CHRISTI. �alGn n IaxnFl�,nGx TITLE ¢ry OR EL - GEwnax PP - POWER POLE CENTOMNE FENCE SOP - EDGE OF PAw+mi PROP OR PR - PROPOSED EXIST OR Ex ISSmG P! Pax! OF !.wager UK Po� FlxI9Rm aixOE Pv+! PAWagiLywros cnLaila WINO! urg LE .AY cPoGHrI - Iaxl YWxYL RExisnrc COS LAE FO - FIBER OPTICS I.O.W p•GRR a u af "W. Ere PIPE LE Y °Em _ x H RENFORCED POL EG R Sr - GmPo a RR ED SLIRFPZ LB - GRADE ORM 0 EXISONG RIGHT OF ±t: ... FIRER aPm H �H MIX ASPHtir CONCRETEma_ ro Tc O SE xlxm OF RO� 1201141. Rus irm a gExa" N �m �. R was aiWE x�°w" \` } E aEamER® TYPICAL SECTION AND DETAIL SYMBOLS X - H LPE i w rRR [x! EXSr. SOEYeix L = u sump uE - LIMED Ewg NE _ ,UnH DISTAL_ _ ,ASIS RR m POLE xP - ,NSNSS S 5xSHEET3 .1166 RECORD MAIM PE ST0 5174♦ ON MAW! F. Z°ia) DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 L. DE.R.,. um, mTy DESCRIPTION UNIT MTV DESCRIPTION UNIT MTV DESCRIPTION MTV DESCRIPTION MTV ::::0:?: .,,4„, 7.US CHRISTI . '' ' ` .5 EN TEXAS LJ�A ENGINEP' FIRM REG E ERING E. *tll RING` Department of Engineering Services "" L E REMO ISTING .X CULVERT, 40 @ 0 CC, INSPECTION OF EXISTING PIPEMX 3000 D HEA DWALLMINGWALL „Ns V, 9. REINFOR ED CON PA 2,00 MOBILIZATION,MAX SS. PROJECT TOTAL, B B-Br4B BB X CULBERT' 5° N IMO D HEA DWALLMINGWALL „Ns, . 10. INFORCED 0 P 2,00 Or ° @ CLEAN 0, EXISTING CURB INLET 0 D HEADS/PLUS/IN./ALL,. M., . IV INFORCED 0 P 2,00 [MBLIBSTrUBC-MNPA= 'BN PLAN 'BB' PA" -*TB BBB CLEAN 0, EXISTING STO. MANHOLE D HES DWALLMINGWALL „Ns V, . I@ REINFORCED CONCRETE PAVEMENT 2,00 @ REm 002E Ex,s„„RATE ,NLET ° CB STB" SEAL BF EXB-Br4B 4...BCB PBE 0 68 , , 0 D HEADWALLMINGWALL,S,V, . 2, TYPE TV II 2,00 e7 , , 100 D HEADWALLMINGWALL,/,,, . PRIME COAT ,02 SYSGAL, . B REm0vE E.,. sT0„ mA.0LE 0 CS 1. CLL SS MRCP 3000 mv REm0vE E.,. 5 Em 0 4.48. CLASS MRCP , , , , 0 0 D D68 CONNECT TO EXISTING CURB INLET CONNECT TO EXISTING MAN.@ 0 PART L . TREE AND FENCE REMOVALSREPLACEMELF TREE REMOVAL UP TO . IN DLLMETER ES ES REMOVE EXISTING HEADAMLDWINGNOLLL „Ns V, R. ovE EXISTING HEADS. LDWINGNOS LLM1Vis V, 1. 1. 34.0. CLL SS MRCP 1INFORCED CONCRE1ARCHPIPE CLA SS III,DESIGNI MI. . , , CLEAN 0, EXISTING BOX CULVERT, SPAN, 0 0 L TREE REMOVAL GREATER THAN . IN DIL METER D D70 CONNECT TO EXISTING HEADWALDWINGWALL CONNECT TO EXISTING BOX CULVERT L L CUT SHRUBS A ND APP , HERBICIDE REMOVE AND REPLACE EXISTING WOODEN FENCE . BIO REMOVE EXISTING HEADAMLDWINGNOLLL „Ns M., P BE BLASS'BESB""'. CLEAN 0, EXISTING BOX CULVERT, SPAN, ° D7 TEMP°. F"°FFERDA M REMOVE EXISTING HEADAMLDWINGNOS LL „Vs.., 1. gliTVBAW 2'1411=BBBH 0 5.000 PART . BRIDGE IMPROVEMENTS L REMOVE AND REPLACE EXISTING CHA INLINtt FENCE . el el REMOVE EXISTING HEADV.MLLWINGMLL,FIVis 7., REMOVE EXISTING HEADV.MLLWINGMLL,FILV, 1. 1INFORCED CONCRE1ARCHPIPE CLA SS III,DESIGN 4,,3. WELL POINTING,ON PAD...TANG ISLLNDSFLOUR BLUFF, 2.5°° METAL BEAM GUARD FEN. 5.000 L REMOVE AND REPLACE EXISTING SEC.!, FENCE . REMOVE EXISTING HEADMILLSVINGMLL ,LILVs 9., 1. EQUIVALENT DLLMETER, . C80 CEMENT STABILIZED.. 0 PIPE PRI1 PEDESTRIAN RA IL ,P E PREE PEDESTRIAN RA IL 1.000 IMO L @ REMOVE AND REPLACE EXISTING WROUGHT IRON FENCE REMOVE AND REPLACE EXISTING BARBED WIRE FENCE . . el . REMOVE EXISTING HEADV.MLLNVINGMLL MS'S..., REMOVE EXISTING HEADMLDWINGMLL,HW,,, 1. . 18 1. C. P 3,3. CLASS A/ RCP 2.000 PART . STO RUC . DELINEATOR SIGNA ND POST 100 PART . *TOR POLLUTION PR.ENTION INLET PROTECTION SILT FENCE 0 3000 . REMOVE EXISTING HEADMLDWINGMLL,HW.., 4.48. CLA @ P 0 D V CURB INLET OUP RDRAIL TERMILIL L .. REMOVE EXISTING HEADMLILWINGMLL,HW,3., . 20 54,60,.. P PART . CHANNEL IMPROVEMENTS . REMOVE EXISTING HEADMLILWINGMLL,HW,4, . 02 1INFORCED CONCRE1ARCHPIPE CLA SS „DESIGNI MI. BS V CURB INLE YPE CHANNEL EXCAVATION DETELFION POND EXCAVATION 30.000 10000 SEEDING SODDING 0 10000 - BE° REM°VE EXISTING HEADMLILWINGMLL,HW.15., V CURB INLE YPE M. CON CHA EL LINING 7. ROCtt FILTER DAM @ B REM°VE EXISTING HEADMLILWINGMLL,HW.16., REMOVE EXISTING RETAINING AMU . . EQUIVALENT DLLMETER, 1INFORCED CONCRE1ARCHPIPE CLA SS „DESIGN Cp. 200 D LS V CURB INLE THRO SIO CI, STANDARD GRATE INLET A RTICULLTED CONCRETE BLOCK MATTING S. RETENTION BLXLMLET 3000 1.000 STABILIZED CONSTRUCTION ELFRANCESEXIT 0 B REMOVE METAL BEAM GUARD FENCE D7 MU GRATE INLET PART TREE PROTECTION FENCE . *TRIM D IC ONTROL - - - 1824 REMOVE DELINEATOR SIGN AND POST . EBBNBLE" BBPBETEB' . LS MU GRATE INLET TURF REINFORCEMENT MATTING ,000 DIO MU POST IN@ 0 REFL PAVMA Rtt TY IN. PLD,,90 MIL, 0 B REMOVE CONCRETE RAILING FOUNDATION P IER EFFEMBE BPENB' . LL DIAMETER TYPE •A. MANHOLE ,DEPTH S V, BE8 REMOVE EXISTING CURBA ND GUTTER DI , DIAMETER PIPE•N MANHOLE PEP,. V, B30 *PVC, E XISTING ASP MX LTICONCRETE ,7.-1@, , 800 DI MXT MANHOLE RISER ° B REMOVE EXISTING ASP. LT PAVEMENT 2 800 DI 5 MA NHOL DEPTILMDEPTHS V, 7MFEPIPABOIP.IW,T=ITSEXEBBP ' 0 B REMOVE EXISTING CONCRETE PAVEMELF 2,°° . EFFECTNE OPEN, , 0 DI , MP MOLE ENT. DEPT,DEPTHS V, , - , 1824 B REMOVE EXISTING ASP. LT DRNELVVI REMOVE EXISTING CONCRETE DRIVEWAY 58,000 PE=rjr0=BBBNBBETE BBX CULBERT '7° SF 0 DI JUNCTION BOX VAT111,20 SF TOP *LA BAREA BE' "'BBB re,B r -r "ZEE' PRE BP ' B REMOVE EXISTING SIDEWALK , - D. JUNCTION BOX WITHEI. SF TOP *LA BAREA , , E., xEmm. Ex,,8,„0, ...LE „xxp .000 PE=Mr,TEELBIZEIBBBNBBETE BBX CULBERT RI' SE ° D JUNCTION BOX VAT114,30 SF TOP *LA BAREA REFL PAVMR8 ,,C MEAT, APPLI7 PREFAM PREF 0 E xEmm. Ex,,8,„0, ...LE 0.28,8,„ L.. .000 PRECAST REINFORT CONCRETE BOX CULVERT,. SF D JUNCTION BOX VATI13,70 SF TOP *LA BAREA PART . SITE WORM *FE CLEARING AND STRIPPING pLue Ex,s,m, 20,02 F.,, Pa=rUNITZE,D'NeRETE B°X CULVERT"'" SF 1. D jUNCTI°NB°X 'ATH 91'1° SF T°F. SLA BARE.' HAND CLEARINe BE' "BP.. re BBB 0 HEALY BRUSH REMOVAL AND STRIPPING,MULCH IN PLS., E exm„ 8, 28,82........... 200 PRECAST REINFORT CONCRETE BOX CULVERT ,M11.0 SF D JUNCTION BOX VAT11111,30 SF TOP *LA BA REA *FE GRAM° PORTABLE CHANGEABLE MESSAGE SIGN,PCMS, . 0 pp, 002E Ex,. 02....,,E 0 0 . PRECAST REINFORT CONCRETE BOX CULVERT ,131.0 SF . DE8 D JUNCTION BOX VAT1113.70 SF TOP *LA BA REA JUNCTION BOX VAT111.200 SF TOP *LA BA REA STREET EX CLVATION,V B 0 C . V AVG DEP, 2.5°° 18 FLASHING ARROW BOARDS . 0 E pp, 002E Ex,. 422. p2m,E 8 *MORA. PREPARATION, SELECT FILL RESHAPE,PEGRADE DITCHN-V, 2,°° . TEMPORA RI TRAFFIC SIGNALS . 0 B REM°VE EXIST.° 6°... FBHDPE 0 EFFECT'. °PE r'Ne' 100 ISS TRENCH SAFETY FOR MANHO@SJUNCTIONBOXSINLETVILV, 0 1000 . MX ST.IN,LX CE REINFOMCED CONCRETE BOX CULVERT,. D TRENCH SAFETY FOR MANHO@SJUNCTIONBOXSINLET,,M PART . FL 0 B. REm 002E Ex,. 24.2„ p D TRENCH SAFETY FOR MANHO@SJUNCTIONBOXSINLET,LIM, 4. CURBA D U . B, REm 002E Ex,. 42L.„ p 100 C4 SF EFFECTME OPENING, . D TRENCH SAFETY FOR MANHOLEVUNCTIONBOXMLETMVME., REMOVE EXISTING.. RCP RoEp2M4 XIS,. BOX CUL ,0 0 CTI BOLLXRD E MX ST.IN,LX CE REINFOMCED CONCRETE BOX CULVERT ,314, . D TRENCH SAFETY FOR MANHOLEVUNCTIONBOXMLETMV.S, E RoEp2M4 XIS,. BOX CUL 20 5 ECTIVE MX ST.IN,LX CE REINFOMCED CONCRETE BOX CULVERT ,41,0 . 4m6L CONCRETE WRAP 6m. STONE WRAP 1000 1000 RoEp2M4 XIS,. BOX CUL 30 5 ECTIVE BB ST -N -MBE BEBBB7BEBBBNBBETE BBX BBLBEB-'51-6° REPLACE EXISTING STORM NOSTER MANHOLE M.A. 0 Da ADJUST EXISTING STORM WATER MANHOLE RING AND COVER MX ST.IN,LX CE REINFOMCED CONCRETE BOX CULVERT „70 CONCRETE FUME 3000 CONCRETE SIDEWALK RAMP 2. E00 RoEp2M4 XIS,. BOX CUL ,90 5 ECTIVE TRENCH SAFETY FOR PIPE/BOX MILV, RoEp2M4 XIS,. BOX CUL 1. , 2,0 SHEET 4 Ri 766 RECOfig tlHGNO.. STO 574 . 0 TRENCH SAFETY FOR PIPE/BOX R.', 3m6 AFETY END TREATMELF ,TYPE II,,A 8M3V SAFETY Amo E �.R E6, CUL 01 63F ErcEvivE �A TRENCH SAFETY FOR MOLI ,666 R ° END 1.21,,36,@,EA TREATMENT en E i.R EOASuLVERTSmwEIiEVNE 0 TRENCH SAFETY FOR PIPESE6„n, 6 SAFETY Eo o zz azo s �. 6PE.I.R, �.RE6,366YERTT,3„363FE�ER�NE TRENCH SAFETY FORPIPE/ �6 500 Pa SAFETY END TREATMENT nI6a,�� YPE���,1T, EA ON aaarcr l'• rig 2. DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 0 R BF-.. 1_- _ ::::0:?: .,,4„, 7.US CHRISTI . '' ' ` .5 EN TEXAS LJ�A ENGINEERING E. *tll RING` Department of Engineering Services N ¢ maLax f —a a— P"' s • 1.a" E roo mo<am Y� c a• a. Iwo INLET �orEr'P x�Ew�`wP " EMI aat . el N — xeCOVIM NM --I1I��....���y1y �yI . i - 9 ana' Or' 'a "c y Ir l -i-1 In LB "c FACE N•�I 11,0®11 ! ; o e'1r' 0.0 •a'„ Post (a-nr0'o.l _ eGi �. war CUTTER UP or ELM. i o.c. _ eal N �—ogrV g� e°6.wrs•m ��) uSUPPORT ERB I I� c xo� a..Le' oonass xxc e -1------PROP. 5 f-ri'fT-, ;PR" u I' J C.C. re Pour comer wR61 xm MAxCu 1, BARS .Lf• O.C. ('w)'R Natp Ige re[xxc (rm) ears ♦T I_MOD.) 9 ` " 4\ alNc s COVER PLAN PROPOSED 5' CURB INLET (TYPE 2) N d_,�_r BL.. PLAN PROPOSED 5' CURB sr. baro axe a rt INLET (TYPE 3) 1i aae'/xPxc�P�a; 1 D II I_/_9 L_.. PLAN PROPOSED 5' CURB INLET (TYPE 4) a41aEam C.I.Z/1. Ci " T �PE� ., i aro" RRMAN ' f Ert. . ran ..B b x DTMxro. s"awa,L PROP. Pr. CONC. BOX,..; inti aexrx1vtne. SUPPORT MP OF CURB ELEV. k - N�.rs. MP-IIMP a31110. A (EE ri wsl Prx on xm mxCOO xs MG .x" ro m BACK "a CURB vu+es Bsr RIPI see PLANS o PM PUBS nn PMLET 0 CROs SLOPE o.C. a soevxx Pvt PLANS Pm PLmsnow SUPPORT AND /1 a uax. arose LOPE ON AND. _ o 3. ./aM'L'oa' `i oovs LB "e. a o.c ..-...1 =_,. esa- -0• - ' n%/%G�—� .c. nwr..,,w ��(! :?f �� D ms-rsemP�o'�a. " a"nax) %/•5%a% •• •' Pa"�Pn? s x� '2.1 fwmlEs Ia seam . it a.ecv. I= y-! _ B § Alp ount'r wPc P�"POC comer .„ a c"xraua B"rr"\�ll unury �a• a.ccv. eats . MUSS. a �z L mr "IiecTlax ro mitt rovem PoPMOST."�r v OWLET PIPE CaxsmLCB"N aolxr SLOP 7( ;$ m '° a.o. ar "'L 1 *---7 ..... Pa"P. are `C --00000azaoso.' m .OUTs-" e• zr — CwB INLET "Ernes• a xeooays ee son 0. 0. ABOVE OUTLET PIPE 1.5" ON EACH SIDE OF OUTLET PIPE PROPOSED 5E CURB INLET (TYPE 2) PROPOSED 5EC UTION RB B—B INLET (TYPE 3) PROPOSED 5EC UTION RB C—C INLET (TYPE 4) SHEET 5 "/166 Ho= uxnaun n. a STO 574 OrrM.!p prig C. 1a C " B ,C o ,a C " B o ,a C " B DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — — — ::::0:?: .,,4„, 7.US CHRISTI . '' ' ` .5 EN TEXAS LJ�A ENGINEERING E. *tll RING` Department of Engineering Services w I /3' G 6 'O' OMPACTE0 SUM.. M GRACE TO MINES orro EXISI oxouno� Er2T11. — — — CLAEE ,— 1-caouxo— PC OOFs N fl+RS CGxT COxaiES'ElE PORARv PAVEMENTS rvOTEs I. UNLESS OVER A WALLY TRENCH, COMPACTON FOR TEMPORARY I, �m S jjp ¢S'H, IFLI • VARIES - In PAVEMENT WILL NOT BE TESTED; HOWEVER. COMPACTLY£ EFFORTS MUST BE SUFFICIENT TO SUPPORT EMERGENCY VEHICLES. R. CONTRACTOR SHALL MAINTAIN AND REPLACE TEMPORARY PAVING, AS NECESSARY, THROUGHOUT THE CONSTRUCTION PROCESS TO THE VARIOUS BID ITEMS.) (SUMMARY 1 FULL DITCH SECTION TEMPORARY PAVEMENT SECTION IDD o C , C .0 Io aux12 . MOVIZOnZE M DE 110 o o C a , . P P2.EW • es MIs' I Eoa r REMOVE EXISTING AND REPAIR CULVERT WALL FULL UNE 1.13TH OR LE TACK a'"* x 0) sEE a Mom OF WENCH WKS PIM. ARO FEES From R. .TSEE OM �) IIIIIIII \ IIIIIII - rnoBE12 6Emma C01222.02 TO 1211211021 OF 952 OF i Y mm „. BMX u PUCE IR P. ASDENSITY —)— 1.012 . 0292 cxaurvo ti,�� v\ 7I� GROUND laoo M1 s • -itemsN L .PS�� 1. p O (FORM POST x iCOW unuryIMPECOONS ARO PASS AU. IN OGxoiflE CLA'•a um. amxNNiro rdIl suFs(H FA) /CCM.. PAM QTY srmamos. 2. ME PO ASP.. OPME FOR PIPE )12) 0. .. MAC AS REQUIRED IN SPECIFICATION 0251. CONCRETE ARMORING SECTION FULL DEPTH PAVEMENT REPAIR SHEET 6 of 166 Hon uwnxc IA ST0 51174♦ CRY MEC! !'A 2x144 DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — — I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services ears -Barran s�=� Bo sia°� ° °ars EE —ena ecrionk©ea O e°rt°m siao,° Bars F -, e°e secri°n wee or °i a °p aEw "" °°` �1� IIIIIOI1111111111111111..1 ........... " EMEIN P/ E-- ©S.v°� i J111111111111111 11111111111 111111111 Bar, G� kew ow B Tf! n d IYY11IIIYIII w 1111 , 111 / `j 111111111 I SII Ili c,,,,,„, o °��f 1 rum mum 11" a e I!, 111111111111111.11 N B°rs ° B°r'°" ''.° / re E_— Ba !11111■1111.1 Bars G Ba++am B a° = A' z Ili iiiiiiili i iv °r�° Z. .� aae°mm°a°re r°e ,.e.. lili mil B = e°rs WALLS AND CURB ° s F e°..an $1O SLAB ears rc 'nO1 n+a�n cover WALLS AND CURB SLAB PLAN OF SKEWED ENDS - FROM Cr TO 15°0 PLAN OF SKEWED ENDS - OVER 30° TO 45° E. It': G GarraE. s a°gram s a ° ° Bare Fz 7 —eaa pearrag©Ba O 111111'il iiil i i'liii ii ne i1�a' 1111111 111111 111111111"'°`— 0S*>°, --, Bareif .1111111 1111111111111114/ YYI11i'YY111111I" Mini! f` Culvert 111111 1 11 II I IG: r °a e arae ary ) IIUUI • MIMI • EI LEI • B c *°s ° s ma a '• 11111//11 Milli 11111 ill G B rr B. ° Bars - a an a er.ag Ba. ca..err sxew - ° 111111111IIlI i 1 11 GENERAL NOTES: -° LENGTHENING DETAILS) Barn . °ars `� F ar Ba am WALLS AND CURB s SLAB rr, �r _r .. . _ .°e _ °° a° re PLAN OF SKEWED ENDS - OVER 15° TO 30° "'° "`°" Bars z ©— Bare FF OO MnO e sear On Bare EACs — sear of OO I I % TE7g, ' I " / ' A Bar,em N °° .I«'I;11/7diT7 ° Ba.ram 1% ° ... I I ►�'�i , r Barr lnn) �, ' ° ea 1.1Iti/•�•wn i=11mtlt��yl u 1I .�►�g X11/t//ll �.,,, M11111111•n,// minim Dcu or: aae , . e . . r ®�. RL93 LOADING 40 I�11Warr �ft4 Bars ° Ba+am spa° l 1 omMV �IBi \ ��/ .-.4-. ,D.,,�xR°1T,.�Ra xr,� 1 742" M ��I ea.e ° - ea.m spa° CAST -IN-PLACE Bre F: °arr°m SI °® N/// ►„e' (ll ;I Bare Barran spa°C Alite* U oBOrSar, F � BTop arra S °o 9 ,, _ Bare ° Barran B as MISCELLANEOUS DETAILS SCC -MD PLAN OF ANGLE SECTION - PLAN OF ANGLE SECTION -. PLAN OF ANGLE SECTION - 01C°' FROM 0° TO 15° OVER 15° TO 30° OVER 30° TO 45° A gm 7 of 166 mon DRAWING IP ST0 574 a: CIN MAW 1. ply DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — — I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services o 0 foo T53 T6 3I -CM landar .nglM1 al box u �tl ars a O _ ., v. .. ssary rn ['G ' ere,n e grans y ` ° o n1., s.a na a sheet s referred. . , I J I III I I l i 1 I ,_1 . i. 111111.11.11.11.a _fi •u111■III■ .u111•1■I F. MIMIm 1 SMT v d n NOTE i— r TYPICAL SECTION PLAN OF REINF STEEL CONSTRUCTION NOTES: o y MATERIAL NOTES 1 mar _o .:. nrr o, arse.. .ars ana o may ae re.erse U o abs or. pslo, c O ® v s NOTESan�rea-xs-�-t an �are. ry /raawaroper Up GENERAL fed ,- to .151,0 LRFO Budge oergn Speafrcatrons for the range al eV5rTRUCTIOmeet for Beta s pe to g to se , encs. a g e secrrons, an lSCC-mol sranaara g a g xoTes.I SECTION CURB =,nrn g r armen.ron. ahn.a are oat-m-nrr or aar. r e' THRU HLR3 LOADING SHEET I OF 2 •Srtl Lr BARS C <;a. TARS D BARS r ..„ J , K (AO g —1 zr , Texas Demtment at Rampart.. SINGLE BOX CULVERTS CAST -IN-PLACE 0' TO 30' FILL SCC -3 & 4 �,—,......„.e a,n mm� L,m...., s SWEET 8 a1 166 Ho= DRAMS 110. ST0 574 LL ON BRAES, I's ply DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services e SECTION DIMENSIONS ,sl BILLS OF REINFORCING STEEL (For Box Length = 40 feet) to to QUANTITIES ears a ears C ears o ears Al - as eV,P spa eV to p e - ear: K a rrei Care rota' H 7 r — No a Le, Lar,, LL N xo a L„ Iw „1 ., a ... m,enrl 2I n n:n rvo .,,� �a, I re� � ae r '' ,960 30 108 a I S -s See s z r ,r _ .,a _ ,r^ 42e 7, , 22 0 ro me egairae b„ siva a. select ion with t. m,..,,,, till 1;tnottl HL23 LOADING SHEET S OF S Texas Oepf rmwntW henapwtellmr s�Oar0 SINGLE BOX CULVERTS CAST -IN-PLACE 0' TO 30' FILL SCC -3 & 4 w „..,.,.� on L,.„..._ s sxaT 9 a1766 Hon awnvc en. ST0 574 oLL un SEWED, ,, Ely DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — I nnsow NO. I w e I BY I oesenrMN ' 4114s Ff m`i X'!4 E CITY of CORPUS CHRISTI TEXAS x �'®^ LBPE FIRM REG O A ENGINEERING 'hy''� Deportment of Engineering Services aol far ,engln or box o ana C u s u ss.:. r f ,r,°°',',°' , r: - arx 0 . '� i— Fs� rVIIIIII III IIII VIII I III = C <�. aac, 11'I�AL !LIlJJ—Jl wJli _-1JI-J111, io n naa er �s rererrea ew ere n Lne e ans ,I •III 9 r2 p1111111 nn n�nnn _ -, B-\ { corm gni -_ 1 . _ ,: mil— I n I� � !_!!il111!!! 11119!!! — e ,a, o,E;, D - „o, ro In r TYPICAL SECTION PLAN OF REINF STEEL CONSTRUCTION cores: = o �o�Oz Cnargrertne bottom edge or the tap slab X al c ry may bE ret orr or raised. ears ana o may be re.ersea. [ MATER IALs �Oke�. SE: AreDe Gess. en eel psl ,o tov saps oi. ° O �rbaawav novel raceo GENERAL NOTES. o PaSHLP, e ape oes on S oecr�.a.,oes ro, Ine a , or Ruto NOTES,ngl IS eet �anro o9 SECTION THRU CURB r e,me��,o�s sno.a are a�l.lo oil or bar. 1,93 LOADING SHEET I OF 2 ^Y K 5 F , BARS C ry 1..,.1 (;)=7 BARS D BARS la9 J� K (#41 oa ,'- -°-=I - ,Teras Department or Tra $ o taco Canna SINGLE BOX nCULVERTSaro CAT P TO 30' FILLILL 0'' 30 SCC -5 & 6 ..a a ... �... s SHED' 10 GI 166 mon DRAWING ND ST0 574 LL ♦ ON FRG.,/'e ,,Ely DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 SECTION DIMENSIONS FILL HEIGHT( BILLS OF REINFORCING STEEL (For Box Length = 40 feet) QUANTITIES Bars 13 Bars C Bars Cora Total s �r 1.1319 10 2'S1 3 ZR 10 9 16 -0 1.1831a- 0 it 1,3 5 Eng 109 9 O Fo3 B< (R,,,,,,,Iver,gt ria /n g , ma required box .,,e 18 23 3 4,395 5,345 25 8 5 690 30 5 5 675 3 LOADING SHEET 2 OF 2 re. -as Department or Transport.. raaea.n SINGLE BOX CULVERTS CAST -IN-PLACE 0' TO 30' FILL SCC -5 & 6 coRSwruxrS SHEET �xcT rb. 2107821078�� F WY 11. 1011 STORM WATER INFRASTRUCTURE IDIQ SHEET 71 01166 RECORD MMHG NH STO 574 CIN MAW ft ply DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — — I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services w eo . q or oox s o% --I a a.s a ..d •-. ,. o O ssa r to.k ['l ° rfio " 9e C ea I« I II I II II ; III I .. 1 I ;. I e e s wne,e a = ' fi Aiiii�iii1w 11111.11. . i. ri A.1..11.1 ..ui J B �, � - r 1}-55 tllnl 11 PII re�rLSI— TYPICAL SECTION PLAN OF REINF STEEL CONSTRUCT,' ry rvore5: a o m MATERIAL NOTES: s - .1 OM 0s.) for lap slab, oc v ® i en,.a. smnaI Peera. GENERAL NOTES, num xores.I T._ Ie.,.,, „ ,e �,o„ '.a,a SECTION THRU CURB e.�ro a , a,me�s,oa„Wawa e.e o�,ob.< or nay. e HL93 LOADING SHEET OF 2 :Department rv^ _I BARS C 5. '2_J BARS D BARS 19 Z K (MAI — ^ S) of TM'S ftetion SINGLE BOX CULVERTS C 0 T 30' FILL 0' TO 30' FILL SCC -7 StE% ",� ....,....., oou 12 or 166 Ho= BRAWN Mk ST0 574 ,' D� ON PRA.,/'•�i ply DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 I nnsow NO. I w e I BY I oesenrMN ' 4114s Ff m`i X'!4 E CITY of CORPUS CHRISTI TEXAS x �'®^ LBPE FIRM REG O A ENGINEERING 'hy''� Deportment of Engineering Services G SECTION DIMENSIONS O BILLS OF REINFORCING STEEL (For Box Length = 40 feet) - 'X t^ QUANTITIES ears a ears C ears o ears n — x00 spa at is0,e a — xa ears K o L c,,,,, rota[ s r T u a Le,qtn vveo,ht a e yn K r ° "o e„„ ° r ,o Le" a,n we a n , "a Lr Wt n a , Le er o. « r is Lo JP ,33 It, 5 6 19 60 0529 1395 06 71 254 5651 a 7 3„ c + - Fez z o' s' o' r r' zo iae xa s' .zsa raz x32 s' �r o' r.ass s 5 o s iaz 5' r 162 /36 220, 506, 0080r2 778, 3657 0, 30458, - o r o rr e° 320 iaz xs a e r LaaS �sz x32 s iz ,500 r r a a 7,32 s r - s L7632 4 s z ri .o7, a T o- sos s v 003260 a2222 1,577,, ora 76 = O ago sele'c't mn opt o" wuh rna Z't,, nn naig r. r ° `°" ea 7,o"'" HLL993 LOADING SHEET 2 OF 2 'Texas De a tment of Transportation p r SINGLE BOX CULVERTS CAST -IN-PLACE 0' TO 30' FILL SCC -7 .k..r,... gxm 13 91166 § xcmw awYrvc Kn. ST0 574♦♦ o','LL'' ONPOLLCr/'e °i7,) DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — I nnsow NO. I w e I BY I oesenrMN ' 4114s Ff m`i X'!4 E CITY of CORPUS CHRISTI TEXAS x �'®^ LBPE FIRM REG O A ENGINEERING 'hy''� Deportment of Engineering Services C01m est of oo: �c a.e i. _ _ r —70 0r,'+` 11 U0 o, c a. co c • .. _ ... ✓ _ r o o..a i aeaTonai con ve se ✓ o ens.ort � a v o, r3� r L Gd111J � � ll U 111w I LII J II ill r o ese e e ,e ans Anchorage47 Rau standard �,s eferretl • a 11111n....11 1I T, 9 n�nnn _T. I E YO, gn .ni _ 1 1111- „r -'" l n 11 1 I 11119!!! ________inn -P — I r,✓ lar s,ae an TYPICAL SECTION PLAN OF REINF STEEL a• r,r, . Fo,a, ,n,Es,— o o rONSTRUCTIn 07,5 MATERIAL NOTESz s m char oo c✓. orr or ra�soe. ear s c ano o ay oe reve•see. rage n ysl /or top s abs oI. �Oz O ((o3eWar s oval ur. ace RuIo° GENERA NOTES ssu wr-� e o ooc c r✓, �,.a NOTES, SECTION THRU CURB a e HLL993 LOADING SHEET I OF 2 5• Slvlin io _ F , BARS C r 1. r I BARS D BARS !e9 J K (#4) n =0 21 ,Teras De a tment or Tra s o eaao (aaaH P r n P r n SINGLE BOX CULVERTS CAST -IN-PLACE 0' TO 30' FILL SCC-8 .k..•,.. :.a..�., an •a,� sx¢I 74 al 166 § xEmvu awnvc Ln. ST0 574♦♦ ONflMYCr/'e ,,Ely DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 SECTION DIMENSIONS x BILLS OF REINFORCING STEEL (For Box Length = 40 feet) OUANT IT IES Bars B gars C Bars 0 Bars NI - Bars K Total 30 2 210 1,210 2,251 162 4' 30 162 162 82 82 10, 3 39 956 5,31 830 062 1 338 82 0 329 16 23. 08 3.12.3 3303 61 21 61 10 30 162 x6 6 Faweg r t a taaal ee no.:ae 6 34 9 159 25 22 56 61 61 o79.9 71,0 029 1201 250, 4,0 10.106 L93 LOADING SHEET 2 OF 2 ,Teras Oa a tment o1 Traea ot$l0 taneaio SINGLE BOX CULVERTS CAST -IN-PLACE 0' TO 30' FILL SCC -8 LONSLIGMS SKEET 15 flpHCT AO.. 21078 WV 11. 1011 STORM WATER INFRASTRUCTURE IDIQ SWEET 15 of 166 RECORD OKAYING Atl. STO 574 CITY MEC, lasndig m DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — — — I nnsow NO. I w e I BY I oesenrMN ' 4114s Ff m`i X'!4 E CITY of CORPUS CHRISTI TEXAS x �'®^ LBPE FIRM REG O A ENGINEERING 'hy''� Deportment of Engineering Services re., a the Extended Curb LS bodge rad refer cr sheet Refer .engln of box o ana LI Ueaax o N ssary ,o ears maynedm.V.711%gr r i„ea. o' }_ F I IIIJT_111J1J ' ewere e.,ana ',nage Cure oRA, standard sheet Is referred IIIJ _11. 11AL 'I 9„, P-' '-.-77-_,,:-),,t ,nnn : n�i-nn • nnin�nun nil � 111 n1,111111111[ 1111,11111111124____� , NOTES, �q,n r q ea a,a as a ed -P — onsvuaron ,o r B.er, r, _,d, s,ad TYPICAL SECTION PLAN OF REINF STEEL CONSTRUCTION NOTES: NOTEs,aa,ae. ea,a c ana o ma, he re.eraed. MATERIAL NOTES rov a, r oo s ahs nf. rrdadwae a dvO . oarda,eaa�.rare. ted NOTES GENERAL (See RUT ""'' a sr.o z r e se. sa ag e g NOTm l SECTION THRU CURB �n,or q r a,me��,o�a anon are o�,.oba, or oar. - NLRB LOAO;NG SHEET I OF 2 P elvliland e as F N BARS C 1. Y .1 BARS D BARS (sot,'- fag J IC (04) — ° ar) ' � eP r n P r n fanea , Oa a tment oI ira s o eauo SINGLE BOX CULVERTS CAST -IN-PLACE 0' TO 30' FILL 030 SCC -9 .kme... ..�., en ra�. sx¢I 76 a1766 § xcmw awYrvc Rn. ST0 574♦ ,'..' CRY 0 ECI /e ply DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 SECTION DIMENSIONS x l7 BILLS OF REINFORCING STEEL (For Bax Length = 40 feet) OUANTITIES Bars B Oars C Bars 0 Bars K Curb Total rlfi Oa' 95 31 8 485 29 5 7 259 9/53 57 3 .11.166 62.7 111.287 HL93 LOADING SHEET 2 OF 2 #o Department off T,aoo o toxo EEO SINGLE BOX CULVERTS CAST -IN-PLACE 0' TO 30' FILL SCC -9 c 60.067747617 SHEET 11 flpHCT AO. PHCR WV 11. 2011 STORM WATER INFRASTRUCTURE IDIQ gm 17 al 166 RECORD DRAWING IA STO 574 CIN MEC!/'• si im DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — I nnsow NO. I w e I BY I oesenrMN ' 4114s Ff m`i X'!4 E CITY of CORPUS CHRISTI TEXAS x �'®^ LBPE FIRM REG O A ENGINEERING 'hy''� Deportment of Engineering Services ,engln or box o 7°'C u s u ear.. r F, - Orx . L FFA IlJ If--�4–N = C <e. aac, 11 JIAL !L J–JllJl i_-1JI-J �o y nae er �s rererrea ew ere n the e ads 11119 A o P� 1111111 �n...nn • n�nnn � I n Ili 11 !Iil11 ____119!!! _ ER,aL �OTL;,— TYPICAL SECTION PLAN OF REINF STEEL CONSTRUCTION NOTES: = o so c MATERIALS NOTES:ars ry may br ret off or raises. ears ana D may be re.ersea. smu,een eel psl fo tov sa's oi. GrCE J(roaawav novel rfaczo RucFlo°n' GENERAL accord, to NOTES:aasnio fafu dr.ge De,.... Baer f rat ons far the range of NOTES, III SECTION THRU CURB e� e. dAa : ve .a n [n :eerwee e„:.'7,,l,'-:,r..ens aten nen�ng. ear' e ea LOADING SHEET ] OF 3 P 5 yy3 F , BARS C 1. Y O BARS D BARS (spa �� K (#41 = I'- Kao a ,Texas Department of Transportation[soda P r SINGLE BOX CULVERTS C T PLACE 0' TO 30' FILL 0 30 .k..r,... ..,,,„.,..,...., en s sx¢I 18 01166 Hon DEMING NG ST0 574 oLL ♦ ONLUECI ,e °ia) DocuSig Envelope ID'. 2F1EOCE6FF13-4D73-A624-21CCAEC1 B174 SECTION DIMENSIONS u BILLS OF REINFORCING STEEL (For Box Length = 40 feet) QUANTITIES Bars B Bars C Bars 0 Bars K Curb Total 26 82 29 24 o�1e�11�a w, e requIre, box size H493. LOADING SHEET 2 OF 3 '7 8 oeaneo! of transportation laae% SINGLE BOX CULVERTS CAST -IN-PLACE 0' TO 30' FILL SCC -10 ©88808 88,r8ary 8888 CCRSLIGMS SHEET 19 flpHCT 80. R/CR RINI 11. 1011 STORM WATER INFRASTRUCTURE IDIQ cc M J ly U X.-. 0 CO w U Jig a Z V! Z or S U SWEET 19 87166 RECORD ORAMG Atl. STO 574 CIN MEC! /.4 snm DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 I nnsow NO. I w e I BY I oesenrMN ' 4114s Ff m`i X'!4 E CITY of CORPUS CHRISTI TEXAS x �'®^ LBPE FIRM REG O A ENGINEERING 'hy''� Deportment of Engineering Services �` SECTION DIMENSIONS ,F BILLS OF REINFORCING STEEL (For Box Length = 40 feet) t� QUANTITIES = Bars a Bars C 63.s o 63.s m - ea 'arts 1;.!spa m IB spa V-:',74 Ba' K Cr earn; Curb rota' s N T u Li a te�etn wt 4:onto wt .r. .r" No. v N Lang„ nr .'. " va � wt ea9m wt Na wr 'ICI V rcr; IwI .Cv' 70I 2 " s 3I zc 392 883 09 03 60.5 11,633 3913 ;s u o I;. b vc o s -e- 2 35 s I. Fz s o o - g ;.4 II 3' zc 2z 1-63a 291.3 0.9 103 6 , lb Ia" s z s' I I; oe2 s 'er. 53 33 o> lI 9 3l 16 I 1853 328.9 0.9 103 ]S.B !3359 Oane Vete.' the agtico witn the mtn.mu.n rftt ergot. F e '' ea eox size HLL993 LOADING SHEET 3 OF 3 Teras Department or Trans o taao Canna SINGLE BOX CULVERTS CAST -IN-PLACE 0' TO 30' FILL SCC -10 -e..t,.. ''-'LL' ..,,>)„.,..,...., en ta�. S sxm 20 al 166 § xcmw awYrvc Nn. ST0 574 CIN Pk., ', El y DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services _ see oerair a O ,,,,,rete no.. .—End of concrete n ar O a � wvm� all / back f llO © OOe a ' C' ©1 E caosu.......r re ' tea n °JOSe R. De MULTIPLE Ii -zee i 91 .ea. UNIT o r.' a-' a.e SECTION 5-8DETAIL A 'A" � .... n„ PLACEMENT „ aero, caara,is� :w"�r OoaO.°room WINGWALL CONNECTION k fie on e box c 1 ' I— ass c Se - D For n rA so ,ta Es° rr a,o. aa. a,;c, a "` 0 oarmen� I 1 "� , cha mf er a Ra© g ? ee - ea or a eo a ro oar a"r. is zg x"roar ros eO� coo too SECTION THRU CURB J <raor,raacr sra,maoe,ee, s IL. e � ,, '' 7 ... ear. a, BARS C (#01 BARS K (#61^ - - SECTION THRU TOP SLABS LESS THAN 8" °- g ``^' rsoa=ra"wa.r -� a.r o so NOTES \ t e a .° a.ra„ar "trent <'ao'' r G rca.,,57:4`,7,, =n ars ane p .•° aaaa _ sesaaaaa ieL DETAILANGLE LL _ _ _ ret3 LOADING Concrete closure—, q�� ce enr=a ee ""r"�°� e m onm wnnrcmre or nnrceRo rauo� BOX CULVERTS — PRECAST E tMISCELLANEOUS DETAILS - - - SCP -MD SECTION A -A PLAN OF SKEWED ENDS I^. .eel,, I- ;n SWEET 27 al 166 § xcmw mwnvc �n ST0 574 LL CV MUCCI 1, ply DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — — _ I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services BOX DATA _s_ ir 0 la val asl - 1� Tor rs rs_ s _ _ as1 erred m e.w55e 31 _ vi .: Rrvl �= 3� < Erol J rro, 0II P.7 al. 3 , ,0 15 .= 3 z0 3, 15 3� !x CORNER OPTION "A" CORNER OPTION "B" CORNER OPTION "A" CORNER OPTION "B" e 30 35 FILL HEIGHT 2 FT AND GREATER FILL HEIGHT LESS THAN 2 FT O;e <ei Vim, �7 i� as3 =so, `„ y 4s3 me«emi a�groovemene. g` SECTION A -A ArERIaL Nores: GENERAL NOTES, 1- Refer Io AST11 C1377 e, 15LP-AIN1 H,93 LOADING ,Teras Depa ..,, or ira P ZIEL sb:d OOF,,,„ < g = a -m 0 A 1 Oyu A50 and .1.57SCP-3 SINGLE BOX CULVERTS PRECAST 3'-0" SPAN <4e«e«aaemaa�ae,�,<ea.�oo�o;oo..�d�n. 0„� "WT,a.. ';'-1 ':-,1 ..s..en �a.r SHED' 22 01766 § xcmw awYrvc sn. ST0 574 DocuSig Envelope ID 2F 1 EOCE6-FF13-4D73-A624-21CCAEC1B174 - — I RIVISON NO. I ME I BY I IHSCRPTCH , ,,. & IA enr,,,,.. 4 11 , :Hq- iS CITY of CORPUS CHRISTI iiiim g le? iEi TEXAS LJA ENGINEERING t.' '44 ,....' -a al TBPE FIRM REG NO F 1386 Deportment of Engineering Services E BOX DATA s TS 5 _ _ ._ -asz , -A57 y, .1 . . 7 5 ;13 0 la as ' 3 ' 2 0 331-1 10 y 2 6 333 (bottom) (or TS 3.6 I" eryp nless 3.3 3 6 Asa rsfael ' 25 38 i5 0 12 3 6 .4.5,1 OW, ' t'.. ,9 012 0 18 018 014 50 , 1731, e 1 r I - , _ 30 38 0 11 CORNER OPTION .A" CORNER OPTION "B" CORNER OPTION .A. CORNER OPTION '13" .fj 21, FILL HEIGHT 2 FT AND GREATER FILL HEIGHT LESS THAN 2 FT '' :3.1 3 )0 a 6 =','O'Xnr fuLVW31311 ePynpV"'"' r. t... .. , .. 30 38 0, 3,, 037 012 a 6 IMI A ZtaMntrIr ..'-',O.:. r„,,..! ! t:i ILMOIOrligili. i SECTION AA MATERIAL NOTES: pre,vrtle 0 03 , In Ilt irronomum longieuchndl 3,, orcement Zri"Xttrrc=7!, tn:',nev",r=e7-f=wiZZ7e7Z7"` GENERAL NOTE, Des0935 ShaWn rOolf orrrIc AS, C1577 Ref er to AST, C)577 i4,93 I <JADING ,reras Dem,,,,,, or rm.$portarion eiro SINGLE BOX CULVERTS PRECAST 4'-0" SPAN SCP -4 `r:=T7Z °I,Z7or,c7L°`,Z"CrionPeZ".2,T, SWEET 23 of 166 4 mon DRAWING NG a STO 574 GIN PRA., ,,Ely DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services V. BOX DATA —I's— IyI 5 s asadsa �med 2 c 0 36 _ s rvl 0 1 P re1 o= , 01— ,a rP.eee, yo CORNER OPTION "A" CORNER OPTION "B" CORNER OPTION "A" CORNER OPTION "B" ois 0.17 FILL HEIGHT 2 FT AND GREATER FILL HEIGHT LESS THAN 2 FT Crime ,oai - e 0 35- ea I� 1e on �I= �1" as3 =on?)EIL7 SECTION AA _ _ .._, , _ - „s soow7vr ro,Vromnml MATERIAL GENERAL OTES 55 55 H193 LOADING ,Teras Depa tment or ira P LIZ O SINGLE BOX CULVERTS PRECAST 5'-0" SPAN SCP -5 C.045,,,"", aeao„e ,,%`;';;'''''',1 ee ee. ,” o �, a, NEC 24 of 150 Hon awnvc IP ST0 574 oLL DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — _ I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services BOX DATA /I I20 —952 Roy) 8 .452 (bottom) ,1 „, s o 8 as �mee m A s i L30 39 ea v, s,e .: --Rrvl— Mae �0i \_ase �,1 qe .Nr�m o 9 -.•mH 0 CORNER OPTION "A" CORNER OPTION "B" CORNER OPTION "A" CORNER OPTION "B" 0.1s 0.1r 8 FILL HEIGHT 2 FT AND GREATER FILL HEIGHT LESS THAN 2 FT U0e ,jai 7 5! - - s 3a - ,� r _'� _ q�yI �7 1�u as eORonu s Y - SECTION A -A •_ -- NOTES' H193 LOADING ,Teras Department or Transportation abed SINGLE BOX CULVERTS PRECAST 6'-0" SPAN SCPi- NET 25 01766 § xcmw awYrvc sn. ST0 574 a� ON PRA., ,,Ely DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — _ I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services �' BOX DATA rs� .s RFs an Fa • •sl val asp -,. ' . .e oi9 - sa —9S2 Roy) - - - „, rs-„ 20 9 as 30 a3 Pn vi ' roe Rrv, 19 o 0 l ,. mni` �s 43 �, r, ;9 �� m�so-�e; o _,,,ga a .a a,a,c _ -"....q „ �� ��: CORNER OPTION "A" CORNER OPTION "B" CORNER OPTION "A" CORNER OPTION "B" z - :_ " 0 1 0 1 11 FILL HEIGHT 2 FT AND GREATER FILL HEIGHT LESS THAN 2 FT 11 2 IS 1 la 11 2 ILMOItY as a°oeinml l SECTION A -A r r... s.oao psv _ . OVER. NOTES: [15, Ref erla aSTIA CIS, 8 JO Ht. LOADING #- ,Teras Department or Tra p sb:d OForbox e9 =R -m OAs SINGLE BOX CULVERTS PRECAST 7'-0" SPAN SCP -7 Irealaaaman;aFEI IDTADOT ...,"^= e,„a .... sxm 26 e1766 § xcmw awYrvc �n. ST0 574 ♦ DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 _ — — _ I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services BOX DATA -i. s �s_" a= �oredota.w=e, e R e s a, rr, �ar na,rv, rsr� Max mn,` — a o 1— ® Asa ors rr. CORNER OPTION 'A" CORNER OPTION "B" CORNER OPTION "A" CORNER OPTION "B" '- - - - - FILL HEIGHT 2 FT AND GREATER FILL HEIGHT LESS THAN 2 FT - a 0 Use ,nai o.rs ars o c 3 50 „M, 15 al 128 R20 0 <r - rz0 :o -- - rosy 00� as3enr n� SECTION AA MATERIAL NOTES: W srao m nr .armottama�r.r'"'„„,71,,,Z717=""` - ..0 rs o.ry s„. , a., rr mnvere rrt'5.000 P. ma:n Go NOTES �. ke. e r� asrrr c.sn 10 H,93 LOADING y ,ea Department or Transportation EA% 0For box lenge, =R_0 AAs SINGLE BOX CULVERTS PRECAST 8'-0” SPAN SCP -8 ,e �e ara. �„� a�, �.. .�... s gm27 01766 RECORD DRAMS Nn. ST0 574 a� DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 - — _ I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services It BOX DATA I/I �.. Fa -. 9 \_ sl Mals/ 9 9 9 3 ,., as ..-,. r 9 10 0a9 - X3.7 Yp1 t 9 .052 �oe or rs - F'asz asa e.wsel 9 9 9 25 137 2l rv, ;G.o1J�l , r'''3 v s 9 9 9 022 022 072 155 CORNER OPTION "A" CORNER OPTION "B" CORNER OPTION "A" CORNER OPTION "B" s 6 9 9 - -. _ - - 155 9 s 9 9 9 :,- _, 135 FILL HEIGHT 2 FT AND GREATER FILL HEIGHT LESS THAN 2 FT 9 a 9 9 9 z5 as _ - - - 155 3E __� _ I= q 10 ty gile `'s as3 ene n 90 SECTION AA 022 022 02z ,. GENERAL NOTES 5, Ref erto ASP., C7577 10 toy, 15,-I0D1 15 18 2 20 ie I HISS LOADING 'Texas Depa tment or Trap 0 =or ao. e 9 = R -m Oqs SINGLE BOX CULVERTS PRECAST 9'-0" SPAN SCP -9 1.enlnaemen�oerl,�ee .�dtn. �„� .,..: en SHED' 2801766 Hon DRAWING IP ST0 574 aLL GIN PRA., 1.ply DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — — — I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services 2 BOX DATA rs s rs rs s �s 0 N sE�r n o�,Ens iNs REWOKING (5R 4 It 1C) 0 �" A VI4044) ;° r=I 10 14 0.16.5 � s livol a _ Mav AS Or T5 s 5 or T s Tvel 0" Min II 53(E 1ort5z6^ t" for rSzC _ Aso (s' 1 x l0 a 10 10 10 25 SI 6.5 _..j.:„O a o .j. n tuena 454/21 J nus t ?Ya) ll 10 5 l0 10 24 0. 7.5 5 , 1rP1 046 0, 014 17 5 i2` Hylfl� \_'SI1 1 a a 10 5 0 ,o 0,s 024 1r5 no 2 10 a ,0 ,0 0.2x 0 38 0 33 0.24 014 024 024 185 CORNER OPTION "A" CORNER OPTION "B" CORNER OPTION "A" CORNER OPTION "B" TO 6 0 J0 2,3 58 032 042 03., 0.14 - - 185 ° m 0 m o 3 - 5 SS ---026 034 ail 024 - - - 185 FILL HEIGHT 2 FT AND GREATER FILL HEIGHT LESS THAN 2 FT v4v -- 10 6 ,0 ,0 m 25 47 0.61 0.78 oso 034 - - - 1e.5 O N - 014 0.24 0.24 19.5 _ iI L"°ZPmL 19 5 li z 46 rs°orieml m r 10 m ,0 T ,0 OEs , .. - 195 asa s2 /0621 _ - 3 -3 a4 0 43 024 oz4 - 0 14 - 0 14 - 10 5 06 SECTIONA-A m a ,0 ,o 0 3 -s 58 ti 14 0 38 0.34 0 24 - - 2 205 rvr,,,,.0 NOTES: GENERAL NOTES: 24 024 024 5 HL93 c- LOADING IL - - , Texas Department of Tanapwutlan 1 Stan.. 10 10 10 0 ,0 20 52 0.38 ora 0.77 0.14 - - - 22.6 SINGLE BOX CULVERTS PRECAST e0gt -e-0 '0A5 ,nr� A54. Ayr and AS are momom 10'-0" SPAN SCP -I0 —""7—` 4084 4e, near fool or 02 ,em eeo ra0 area ml re Aferremeet ,er tinea ml sm..OtN. ©�.A4, s IRIET 29 of 166 Hon awnvt Nn. ST0 574 o c CIN MEC! ft ply DocuSig Envelope ID 2F 1 EOCE6-FF13-4D73-A624-21CCAEC1B174 _ _ — I RIVISON NO. I ME I BY I IHSCRPTCH , ,,. & IA enr,,,,.. 4 11 , :Hq- iS CITY of CORPUS CHRISTI iiiim g le? iEi TEXAS LJA ENGINEERING t.' '44 ,....' -a al TBPE FIRM REG NO F 1386 Deportment of Engineering Services BOX DATA • • . • ,_ 0 I. TI a 11 II 11 2 < , Orus ITypI 955 , I 4 11 II II 2 6 AS1 1 ...,.— ..IS0 11 4 11 II 11 10 , .....\ —A52 1,, .,. II 0 11 II 11 15 II 11 20 . II 11 25 55 - ,—.45I radrus iTyl, ' H . ,, , , 2 0 6 026 0 26 11/ CORNER OPTION .A" CORNER OPTION "B" CORNER OPTION "A" CORNER OPTION .8" FILL HEIGHT 2 FT AND GREATER FILL HEIGHT LESS THAN 2 FT 2,7 2, 7 , IIMI A Zroletr, Il,t.' 026 ;; I I II 11 10 N.Wrie........5/ . . ® SECTION A -A MATERIAL NOTES, 1, 8 11 II 11 10 55 . , 23 9 g:7==== 239 23 9 GENERAL NOTES. 11 9 II 11 1, WS, LOADING _ ., .. ,Tp.MHS Department or 7ransporrerion star.. . . _ SINGLE BOX CULVERTS PRECAST I1-0" SPAN :. 11 il e . 11 11 2 s 3 '0 For Orn = ; — ,'6_ SCP -11 . . , a 4 Rsco. ORANWG 1,10. a STO 574 ON PRA., /.1 ply DocuSig Envelope ID 2F 1 EOCE6-FF13-4D73-A624-21CCAEC1B174 _ — I RIVISON NO. I ME I BY I IHSCRPTCH , ,,. & IA enr,,,,.. 4 11 , :Hq- iS CITY of CORPUS CHRISTI iiiim g le? iEi TEXAS LJA ENGINEERING t.' '44 ,....' -a al TBPE FIRM REG NO F 1386 Deportment of Engineering Services E. BOX DATA BOX DATA s - , SECTION DIMENSIONS REINFORCING . ,n / ft,('_'; I , AS1 .4,51 453 AS4 AS5 AS7 ASS 11 e 1 - 019 043 040 019 019 019 0 29 , I G -4e1 Mrn G4,,j. , .. ,, 12 10 59 0 32 0, 051 019 - - - .8 2 12 I 25 59 , „ VS 12 9 12 25 53 069 096 099 029 - - .8 N -yo, 12 12 12 < 2 -,„ 12 10 , 12 e 2 - 029 0.45 003 029 029 029 029 300 raerus 12 12 3 - 5 66 029 045 0 43 0 29 - - 300 / 12 12 10 12 12 10 59 031 0 49 0 53 0 29 - - 300 r''''' IS 12 15 53 0 40 065 070 0 29 - 12 12 20 53 051 084 0 88 0 29 - 300 12 ' ,2 12 25 53 062 103 1 07 029 - - 300 . 21 11 G.1 - 029 047 045 019 019 029 019 311 CORNER OPTION "A" CORNER OPTION Mir „, ,2 2, 2 , 25 2 11 11 12 1. 3 80 029 056 051 029 - . . 31,2 )2 3 - 5 73 029 007 046 029 - - - 3)2 FILL HEIGHT LESS THAN 2 FT ‘ 25 2 , 12 10 66 0 29 051 0 55 029 - - 31 2 1606656 0 38 065 072 029 12 12 25 53 12 25 53 0 59 1 05 1 10 0 29 - - 31.2 029 029 264 12 12 ' 12 12 c 2 - 029 0,49 048 o 33 029 029 029 324 ,6 4 12 12 ,S 12 12 2 e 3 93 029 059 053 029 - - - 324 ,-S SI 1 7 .5 I 12 12 12 12 12 3 - 5 BO 029 049 0 48 029 - - 324 St G,.Z 1 a . : 11 12 12 12 12 15 59 037 069 074 029 - - 32 4 27 6 MATERIAL NOTE, 27 6 at hay' I ace in slabs and walls Pus ,nonsnum repuerernent may I, met ay the transverse weres when were rnesh 27 6 GENERAL NOTES, DC$1 ns sh 1 to AS'S, G1517 Refer to .9.51-04 C1577 551 r_ s— 7 Mall f or Ts s s li 5.061 '161 , ,,„„ ii AS2 Stop, See 8, Detalls (5,4101 „053 Oat. A54(srdel Ls sheet the 7 Alas (Typ, 11 0,1 PSO at ,s equal., herght on the SMOIlli 16„,1'14-1,, HL93 LOADING NW 1'1113 ES,„ ::23=,,,,, 0 ,,,,,,,,,,, 'Z'',' ,E1666 0106665e56 65 661560606,00 ;':-°,=:Z SECTION A -A ==' 1: "A” ''13" SINGLE BOX CULVERTS PRECAST CORNER OPTION CORNER OPTION rcZt7 1 0 For box length = 0-0 FILL HEIGHT 2 FT AND GREATER 12-0" SPAN 0666566161 ASSIIIASII,201,lll,660,2L1722615 SCP -12 `r:V/L7Z °:=Por,::::,rfrtrfor,PeZ":,1T, 00055510165 '',;-,'':- „ „ s SRd 166 EEI 31 4 mon DRAWING ND a STO 574 GIN Ma., r, ply DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services 11 ear ears rr °nk7ivo) r f, er r^a r—an ES 4'1 '`7 ge semi°n zO 1 ' c:I ziailliME �a z� r,oe 0_7, Bara e 0. ears° u■rimRrim i 1■Y7i■■nnw■n:r NN11111111'Ys 1l�ere■r■ INNrINNIiI1NNN0111NN�eaea 1■�n1lii�i aarrFa aelrem. o as ', „F2 rremaabo i'I' 9, / ears niiiimmno nnilii■innnm■n ale 4 ■■n:tees■■■n■e: a fN too n��11� Rar a, C�meeeenm:cel nniicconeR em,,,2 1r■,r nn■mire. 7 rro.,Iffelii ■.o,■■r� l ■ ■l Remiss&nl� t a e c , -- �� e ,,� bn�m „a __ aBErsne c°tte,E„t. Ir ,; —� SAW , ii�Y i aa,e o e,,,„: „ee ti aa:timkr ° bottoms, ° ° m;'",,, a . rs F.2 - Ha i Sao s F2 ea Bars F20.--'�' ii ears F20-.' >" ear= F2 b°ttem =,a - - .. .., °ars°--� BOTTOM SLAB - PLAN OF IOP FROM ANGLE SECTION - PLAN 0' TO 15' OVER OF ANGLE SECTION - PLAN OF ANGLE SECTION - 15 TO 30' OVER 30° TO 45° PLAN OF SKEWED ENDS - FROM OHBTO 15 � _ ■■ -_- ,/ 4_ 111 J. _ _ aa�1- EOM rarr,x'',ve,e ` I i r—\\ -- °ILII° - �, rt CONSTRUCTIONNOTES uag oma€ ° I/ ears ®�ro 'Int, n cover F2 d15 Ys ,ee o ga,van zee bars. MATERIAL ,ess t an a r a s oo l o g NOTES 0/hY ears o -/GENERAL BOTTOM SLAB �- ` t^—i� TPSLAB e c a s a r a a o 0 o ct r a r o„ a, asame serr,nns. NOTES PLAN OF SKEWED ENDS - OVER 15 TO 30' Lone hall or oven wee n] x !tangent or the skew angle,ens ,a e sneer ter 11 af ¢f-e,F �4{R-jN I� ar erg �a,ee „r „° nr °..x e °ark ° ininGnniiii� i 1 '--- Eli 11ees=MEIµ ii, - to gt o e to s o Bars EQ umrlrrr�' ��v _._. _ - - - - HL93 LOAOfNG _._. _ --- 16 Te„s wo,.M,�R of n,,,sow„ao„ 15Y„�.b t• ' ` ' rearea„"�� I ; Nr ' `� aer, r, MULTIPLE BOX CULVERTS CAST-IN-PLACE1 MISCELLANEOUSDETAILS n rens. en � -, bn, r, e„ MC -°erxK ems°1�BOTTOM -MD SLAB TOP SLAB LENGTHENING DETAIL ©,,M,”" fan SHEET 32 al 166 Ho= &LIMO NO ST0 574 PLAN OF SKEWED ENDS - OVER 30° TO 45' : ♦♦ CIN Pk., /'e Fly DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services C g h or co.0 Bars F2 aa„ Oa C as „ � d H,v, �� �� etm as n,e C sate p Iii;; .....D11 viii ii 111� s .i� 1 - ea,m (ne v,a na , a ate �. 'ed I- �i Rao, e Iii f ■I z ill . B el" III �v, IBum i a ■ sr rural 1l „ — — rea!!o , MI iililii HI El . wizji S I IMIN st IIINIMMIN MI ss �' ei'e�eiie':I 1 I Izi �, Luded MI eeee-N ¢�, o F2 13 H,v, , I1 . III ,enom Fs Bar eimsiie;eii1i UMUMMML ii a o -E -F ea,so�" .L ,a5, ,z BOTTOM SLAB TOP e,FI(a SLAB ttom, CONSTRUCTION NOTES TYPICAL SECTION PART PLANS a"� e .e„ee a e. ea' c and p mar oe to"e„ed. C. ?o 0 MATERIAL NOTES.- ProvoCe Grade 60 r°v a ed .Isewhere in the plane e follow ,lace _ OO i-2 ='L=1 BAR TABLE OF DIMENSIONS . Unmated o, galvan2ee-es=2-1' M,n GENERAL NOTES! a eo "aewe ate o o"t e, ba, SiBUCTIOn r+ores-� SECTION THRU CURB use a stag only when len9rben!n9 exLsling multiple box culverts. HL93 LOADING SHEET 1 OF 2 ^ , dvlslaon Stamen. ry BARS C ' _ BARS 0 — BARS LU n z I'"1 O U BARS v --1 JZ BARS .e (#61 (slag i_aa rn eTv a Department of Tanapwutlan MULTIPLE BOX CULVERTS CAST -IN-PLACE 3'-0" SPAN 0' TO 23' FILL FOR LENGTHENING ONLY MC -3-23 To ,.,.,� SHEET 33 al 766 REWAO OA91A'9 XI ST0 574 o: GOY Pk.r,p ply DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services SECTION DIMENSIONS BILLS OF REINFORCING STEEL (For Box Length = 40 feet) QUANTITIES Bars B Bars C 6 D Bars E Bars FI - #4 Bars F2 - #4 Bars 61 - 4,4 Bars Y 6 2 - #4 gars P4 Bars K or Ba a Curb Total fars H Bars C 2 c h ti Bar s 5 T n wt No _�vfb ,It No w A, rl r en9tM1 t o 6 3'-0" 3 0 e lOe r_ a 5 s a' 457 5 a 361 2,8 re g^to'-3' 1,461 a a x , 827 ] 3 1,308 21 10', 58 e _a 1.544 , 254.2 1.6 186 63 10355 o Use this "nalVtonly wben lengthening existing multiple box culverts. H293 LOADING SHEET 2 OF 2 'Mos Department of Tanapwutlan Standard MULTIPLE BOX CULVERTS CAST -IN-PLACE 3'-0" SPAN 0' TO 23' FILL FOR LENGTHENING ONLY MC -3-23 sx¢I 34 at 166 Hon mwnv9 IA ST0 574♦♦ • CRY flMYC//b ply DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 _ I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services IA 9 tor other Lang h or co.. Bars F2 aa,eF,�_ o a a... os �o more tnaa s acove as o quatt o, ;:YP, -.,.�E� as o ;ii;;o: 11 11111 sMIMI in 1 as p�pa,rti eL., r', .o 's,ee„ea lii �!� > a FO. --7 I'�I raotlo , 'mm ii smell a. _ —a 1111 opo ia�ia:o 11tler or iYp1 SSI !! 111!!!!1!' aa, iz� 064 ol a s 1u a MI U M r' a oo o 13 n,o aa,a Bottom �— Gare N " ,oa NOTES) }L eiims11le;ei:pis Bars p—.sBars rs BOTTOM SLAB TOP a r F, RI (tom, CONSTRUCTION NOTES: SLAB Do no, use permanent forms Chamfer the bottom the top TYPICAL SECTION PART PLANS edge of slab Opleonaffy ton o. ram ea, ears c nee a, be re.esea. o MATERIAL NOTES:VC1 ieJ- 5 - ®° TABLE OF _ g 0trona ;ne, s eve BAR DIMENSIONS e _ M 0 o%s. (S a soluesrxucTleu , ,. oat er ba, SECTION THRU CURB e this stanfara only when lengthening existing multiple box culverts. HL93 LOADING SHEET I OF 2 ^ u ,Texas I sbneam ry—� BARS c BARS O BARS 2 _1 , ® BARS Y J� BARS K (P6) rpr-a ne nth - < a.� rl Department of nanaporutlan MULTIPLE BOX CULVERTS CAST -IN-PLACE 4'-0" SPAN 0 TO 23 FILL FOR LENGTHENING ONLY MC -4-23 '':','L:-'! gm 35 al 166 RECORD BRAYING Rn. ST0 574 � ON PRA.,,,Ely DocuSig Envelope ID'. 2F1EOCE6FF13-4D73-A624-21CCAEC1 B174 NUMBER OF SPANS SECTION DIMENSIONS BILLS OF REINFORCING STEEL (For Box Length = 40 feet) QUANTITIES Bars B Bars C b D Bars E Bars FI — #4 Bars F2 — #4 Bars M—#4 Bars Y 6Z— Curb Total ten, wt Bars C 1 Bars (L61 (L61 135 13, 398 27 8 5 197 39 7 7 129 51 7 9 255 63 7 11 283 75 7 13 309 FJP 166 31251163,64 , 30 4 5 451 43 2 7 555 56 0 9653 68 9 11 754 81 8 13 851 Hie tbi� �tan�ard noir wben lenptbening existing multiple box culverts. HL93 LOADING SHEET 2 OF 2 /raaDw+rrment of v.Naawtuwl MIL standard MULTIPLE BOX CULVERTS CAST -IN-PLACE 4'-0" SPAN 0' TO 23' FILL FOR LENGTHENING ONLY MC -4-23 30 70RSLIIINTS SHEET 36 flpHCT NS RIBR RINI 11. 1011 STORM WATER INFRASTRUCTURE IDIQ N ce W 11 J U ... 0< CCI0- J Y a J U 35 M I N Z a1 I U (ME(T 3677166 RECORD DRAWING NS STO 57a4♦ BN MECT/'a ?IaB 21Im DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — — I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services 0a' col na�aa ersnee�.e Length o. 4 bottom, aa,��— aa„ 1 as O C Ee� e 11,1 I Bars F2le n,. a Ba s ��oasll fo� II c o , ra NEI illV aa„ H iNiWN GEM 9 n RaL, =,a ,e,e„ed MN o �a „� ISIIIIM ne,e , the e,as Z. a ITO, z� I I nls of AS -1,1,1106,1 inS ?Jill,e. R, p, i ate IT Jill neet the 0 755 54 n pe ' %fir-; aase� , ! 1 f ' 801100 SLAB TOP SLAB ,ane 9 dee e o ,aa,eor , a , a= „e e re., NOTE, CONSTRUCTION NOTES TYPICAL SECTION PART PLANS MATERIAL NOTES' o ,�snen ^ane —oZL,,ev� TABLE OF BAR DIMENSIONS � GENERAL Notes 0 eur e h' sn seg e e 'Rena, ne oa an netn L isee on5 UCTIO cores-� SECTION THRU CURB HL93 LOADING SHEET 1 01 2 ^ 5 5 , MIL standard ^ BARS C ' _ I_ BARS 0 BARS z r•-”{ O U BARS v JZ BARS 8(#4) `7Pe std"- < r;) alias Department of Tianaporatlan MULTIPLE BOX CULVERTS CAST -IN-PLACE 5'-0' SPAN 2 TO 23 FILL MC -5-23 o,n ..,. sxm 37 or 166 Hon awnvc In. ST0 574 o: I DocuSig Envelope ID 2F 1 EOCE6-FF13-4D73-A624-21CCAEC1B174 SECTION DIMENSIONS BILLS OF REINFORCING STEEL (For Box Length = 40 feet) QUANTITIES Bars B Bars C 6 D Bars E Bars Fl - #4 Bars F2 - #4 Bars - 4,4 Bars Y 6 - #4 Bars K Curb Total Bars s 2 LsogtM11 INt tors, St Cos-1Se, Z'1 7fg; SS S 172 42 4 7 301 57 0 833 92 8 HL93 LOAOING SHEET 2 OF 2 grsz„ Texas Department of TansportatIon Stanela. MULTIPLE BOX CULVERTS CAST -IN-PLACE S'-(YSPAN 7 TO 23' FILL MC -5-23 5 DINSIBLINES VISE! 38 1:1S1NECT AO. 21078 KINI 11. 1011 STORM WATER INFRASTRUCTURE IDIQ gm 38 of 166 RECORD DRAWING NB STO 574 FROJECI ply DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 - — - — I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services '� 0a eo. ` A bottom) 4 aP ama note an,— an„ v as O Bars a, sono m, ,eI le o , rm Bars . =Moa soot e�GEM h aa�s N MN a ,tom ISIIIIM Pli er I I' I2 a = S wNR ° ;ae= Li 0 '-_-7----.- . �j , s oh he g. Barso� � I 1 f BOTTOM SLAB TOP SLAB ,awe 9 a e, o uncoated s bars as s aRI, NOTE, CONSTRUCTION NOTES: -- TYPICAL SECTION PART PLANS ^ MATERIAL NOTES: ce o �,;oaa. ',V4� OF TABLE SI BAR DIMENSIONS GENERAL NOTES a , e o .aeon Re o= oa a geco= mw a,e m ot, m1 oa. (Se cousraucrteu SECTION THRU CURB OL93 LOADING SHEET 1 OF 2 ^ 5 , d u stamen. ry—� BARS C BARS 0 U BARS _ 2 —N O BARS Y �� BARS .e (#61 `71';„;,':°:, r;) alias Department of Tianaporatlan MULTIPLE BOX CULVERTS CAST-IN-PLACE 6'--0" SPAN 2 TO 23 FILL MC -6-23 SWEET 39 al 766 Hon awnvc In. ST0 574 o: DocuSig Envelope ID 2F 1 EOCE6-FF13-4D73-A624-21CCAEC1B174 SECTION DIMENSIONS BILLS OF REINFORCING STEEL (For Box Length = 40 feet) QUANTITIES Bars B Bars C D Bars E Bars Fl - #4 Bars F2 - #4 Bars AI - 4,4 Bars Y - #4 ,cf= Curb Total N 7 Bars 2 Bars 2 2,2E1 1222 Loa, Et 5 2, 4,5 958 16 611 14 1 ,19 751 50 79 - I 328 71 18 39-9• 1885 108 45 9 8 -7 108 46 9 - 10' 3.055 20 18' 39 -9 53, 113 18 ,9 3 000 .795/ 496 440 7 420 63 2 10614 82, 13808 201 7 16 998 71 0 30 193 I 48 1920 642 273 2 1.3fi ,4 3 la 0 7801 i08 2, - 10,4028-1 25- i8 - 9 • 664 10 81,, , - .4002 I 30 11,139 ,97 162118.139 82 .12-1 6.-0'1 329 205112 4 -10 662 13 -6 849 40' - 108 84 ,23,1 3 296 5370 2J 2, 3 0 1,2 1_,002 !lit, IS 409 1348 ;21 820 HL93 LOADING SHEET 2 OF 2 'Texas Department of TansportatIon Stan.. MULTIPLE BOX CULVERTS CAST -IN-PLACE 6.-0SPAN 7 TO 23' FILL MC -6-23 5 COINIALINTS SH6EI 40 1:140.NECT AN. 2I0713 WY 21. 2021 STORM WATER INFRASTRUCTURE IDIQ gm 40 al 166 RECORD BRAWN bq STO 574 BIN FRAIECI DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — — — I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services -1-. l d Length o. m, 4 ee,� en„ �,mI 9 t ,e b =Moa s o� I o,, Iea„ m NM ill H .e ,^ ,^ e , a <<en Rawl GEM iIIIM C, i 0' 2. 3 . Pad Anchorage Curb i Ilito ' ,RAC, standard sheet rs referred I y,1[31 when elsewhere el the plans e K 1,0 Oz t r _� \ Ira I of AS1,1,110,1 TheZ S ITypl55 50 I he a,a� NOTES) 137. PRas ,D -.l 130TTOM SLAB TOP SLAB TYPICAL SECTION PART PLANS coms-aucnoN mores MATERIAL NOTeES ProvoCe bar la o :o —,on.,nsa;ne r,v s vrane over A TABLE OFUn BAR DIMENSIONS o GENERAL NO Es Lry .x. u� raI a a,�,� 0 ah' rv0ee 5 NSiRURIOH rE ) SECTION THRU CURB HL93 LOADING SHEET I OF 2 —^ , d u stamen. ry—� BARS C BARS 0 BARS 0 _1={ ® U BARS Y J� BARS K IRE) TZ:.;,'= < r;) 0,aneYartaLbn IP3DaP+rtmem T MULTIPLE BOX CULVERTS CAST -IN-PLACE T -0" SPAN 2 TO 23 FILL MC -7-23 ©, �,Mv, . Pia, �.. , o,n ,a.m ..,.. s sx¢r 41 al 166 RECORD OR9YW0 IP STO 574 un clnrcr ,,Ely DocuSig Envelope ID 2F1EOCE6-FF13-4D73-A624-21CCAEC1B174 SECTION DIMENSIONS BILLS OF REINFORCING STEEL (For Box Length = 40 feet) QUANTITIES Bars B Bars C D Bars E Bars Fl - #4 Bars F2 - #4 Bars nl - 4,4 Bars Y - #4 Curb Total Bars I' s rengthl rer1F5 a, 7g; 7fg; 72 0-L, 278 9 2, 216 2 23 OS 85 18 29 -8 2 2, 30 0 13 170 104 16 650 8 .20 545 1081861 9.. 1 35. -C. 15,59.130 ,1,139. -8, 297 174116 ;39 -9,4620 182 .1231 T-0', 383 205112.1 5 - O. 685 15 -8 ,2 145 <091 6300 167 1 ,25612 HL93 LOADING SHEET 2 OF 2 TexasDaparonant ofnansportadon standard MULTIPLE BOX CULVERTS CAST -IN-PLACE 7-0" SPAN 7 TO 23FILL MC -7-23 re, 5 DESIILLINTS SHEET 42 1.2./IECT 2.1076 RINI 21. 2021 STORM WATER INFRASTRUCTURE IDIQ om 42 166 RECORD DRAMS 14. STO 574 DM MED! fa ply DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services L T a' Length of ` A 4 M an,- an„ 0 C For ve Bars ,RI a� b =Moa s oo: W . o,k. I, . NI ea as k ar oe m ,,,mm WIG C rcal a, anchorage R4O =ta sheet, referred �! a f, 7v -I i EN Pli = o a l F rI = SI _ er l I 1 f '� aaso� BOTTOM SLAB TOP SLAB CONSTRUCTION NOTES: TYPICAL SECTION PART PLANS MATERIALNOTES _.� F�sn�reane - � TABLE OF BAR DIMENSIONS r r.ona.,nv , eves i1 GENERAL NOTES P2Shr, LeFO e or 'nP e ee „o�o e a m,c ng oa, a s mown a,e o out mI pa, e (Se [ON5iaUCTIO rvarES-J q U g-9 5" 5-2 V/' SECTION THRU CURB HL93 LOADING SHEET I OF 2 ^ 5 , d u stamen. m BARS C ' _ BARS 0 W BARS z N OO BARS T .....1s J� BARS 0(#4) V.;,' :<' =i) alias Department of Tianaporutlan MULTIPLE BOX CULVERTS CAST -IN-PLACE 8'-0" SPAN 2 TO 23 FILL MC -8-23 �.�, VIM 4-3 al 166 Hon DRAWING In. ST0 574 a CIN PRAECI/'eply DocuSig Envelope ID 2F1EOCE6-FF13-4D73-A624-21CCAEC1B174 SECTION DIMENSIONS BILLS OF REINFORCING STEEL (For Box Length = 40 feet) QUANTITIES Bars Bars C D Bars 2 Bars Fl - Bars F1 - 410 Bars AI - Bars Y - Bars H 4 - 414 Bars K ; c.t Bars Oa: , 1164 .21721 )44 1 28 124 F4 3 IS 109 o3 7 684 SS 93'1 '6, 2 8-0 6-0 11 a -o a -o » 1611 6 -o llo-o .1 , 8 -6 , 3891761 aa: 6 40 -4 ,olo 36 .id - 9 , 967,129.18 139 -4[5.151 los 9 T 280 9 6 - 931 H -10 3 1, 53 -g ;421: s 30,1)hl 98 9 3 g 443 126, 27'686 HL93 LOADOVG SHEET 2 OF 2 "'Mos Department of TansportatIon Standen). MULTIPLE BOX CULVERTS CAST -IN-PLACE 8'-0" SPAN 7 TO 23FILL MC -8-23 — 5 807121841)2172 SHEEr 44 PROJECT Mk 2)078 WY 11. 1011 STORM WATER INFRASTRUCTURE IDIQ SHEET 44 01166 RECORD 08,18220 STO 574 1)12.81 ft Fig DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services 6 st str 631 o T63 ge es Length of ` A 4 bottom) 'TV ama aoK an,- an„ as EG� a B,e1 de , re,le e r ��oa s1111 n� oot II aa„ H Raw5I GEM ,a o „e M a ,tom n i 11,0 S lTyp 11 , o 7-Constructoon _tom! Ilt yr,' ,Bot P 60 l � 1 f �. e.. . er o ..,..ea BarS �� BOTTOM SLAB TOP SLAB CONSTRUCTION NOTES' TYPICAL SECTION PART PLANS Q^• MATERIAL NOTES: o :a r,oaa.,aysov� O TABLE BAR DIMENSIONS 1 I GENERAL OTES c o urP e s� soer ro s r e r [oNsiNURr0 e . a. „>>,�, '°,9s . ,o ..o rse`e oN rvarES-J - - -I SECTION THRU CURB HL93 LOADING SHEET 1 OF 2 —^ ',Was grilfLn stamen. —� I BARS C BARS 0 BARS L' 2 —N OO U BARS Y =-, �� BARS .N (#6) TZ:.;,' = < r;' Department of Transporatloa MULTIPLE BOX CULVERTS CAST -IN-PLACE 9'-0" SPAN 2 TO 23 FILL MC -9-23 SEED 45 al 166 RECORD DRAWING AIG. ST0 574♦ :_ DocuSig Envelope ID 2F 1 EOCE6-FF13-4D73-A624-21CCAEC1B174 SECTION DIMENSIONS BILLS OF REINFORCING STEEL (For Box Length = 40 feet) QUANTITIES Bars El Bars C D Bars E Bars Fl — #4 Bars F2 — #4 Bars AI — 4,4 Curb Total a5s 5-0 80 8 13 80.4 20061 ,52 8 .26 307 98 9 32 558 2,49 ,38 810 6 - 0 6 -0 5 la 274 2i 8 .20652 259 0 27 023 9,3 3 33400 ;08 ,08 9 - 0 e49 270 9 5 - 5 977 20 -1 36,3 HL93 LOADING SHEET 2 OF 2 'Texas Department of 7.16,11.041 Stan.. MULTIPLE BOX CULVERTS CAST -IN-PLACE 9.-0SPAN 7 TO 23' FILL MC -9-23 5 5 OINSIALINTS SHEET 46 FACLIECT Atl. RIOT, RINI 11. 1011 STORM WATER INFRASTRUCTURE IDIQ gm 46 01166 RECORD MIMIC 1,9 STO 574 FROMECI ply DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 - — I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services '0v o Length &box Q n) aP a"n tion ea,� Ga,a �N „e, o,,. as = =Moa s o� Il < s,a , ,st,r pn" NEIN da„ s O M c aa, ante 9 urn RnC„tandard aaee , referred to e,"tePa, �l�i a 51asi S w j P Bar, ,o-. I �I BOTTOM SLAB TOP SLAB ength en o u coat , na . a, stao unae, nA,Ea « no E5, CONSTRUCTION NOTES: -- TYPICAL SECTION PART PLANS MATERIAL NOTES: e low ^�= ° r":nen grave TABLE OF BAR DIMENSIONS v ,oareo o. a":ao ss z . ua<oaree or Nan„,:ee xc a z s GENERAL NOTES �Ooanwav s ova . range e Ho,c See the Multiple Bo, Culverts cast -In -Place MJscellaneous oust ttm-sot standard 0 sheet for detai ning to skewed ends. angle sections. and lengthening se. h Fa n9 oaf a s snow^ are o out of Da,. (Se5U [ONiaR,ON - E.-0 '.9. rvOrES-) _a n -0 �— SECTION THRU CURB iv a ,a -i, .S. HL93 LOADING SHEET 1 OF 2 ^ 5 5 , d u standard �_ BARS C BARS 0 _� BARS , 0 O �' , BARS T �� BARS 0(#4) ((ie ;,'-aa. il) Texas Department of Tianaporutlan MULTIPLE BOX CULVERTS CAST -IN-PLACE 10'-0" SPAN 2' TO 23' FILL MC -]0-23 5/1E1 47 al 166 Hon DRAWING AO ST0 574 o: ♦ CIN flMUCCI I's ply DocuSig Envelope ID'. 2F1EOCE6FF13-4D73-A624-21CCAEC1 B174 SECTION DIMENSIONS BILLS OF REINFORCING STEEL (For Box Length = 40 feet) QUANTITIES Bars C b D Bars FI — 994 Bars F1 — #4 Bars M — N4 Bars Y b Z — n4 Ha Total Length Bars C Length LergaIhrl 162 5,5 8.121 186 185 1 789 1 789 OW 0 604 3" 441 1 316 I 168 28, 39 45 108 5 403 8 194 5,1 4,33 916 9 4 005 82 3- 539 194 4 :4 101 1,4 18.609 ,40 15 880 13 Oear ien9tne over 6a meicale one lav Ht93 LOADING SHEET 2 OF 2 ran Tae Department of rranaportauon Stan.. MULTIPLE BOX CULVERTS CAST -IN-PLACE 10'-0" SPAN 2' TO 23' FILL MC -10-23 10 04x8244,277 SHEET 18 PROJECT AO.. 21078 WY 11. 1011 STORM WATER INFRASTRUCTURE IDIQ SETT 48 01166 xEmw uH4Y&0 7n. STO 574 0a♦♦ ON POLL., /b ply sl Int DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 - _ I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services 3 TABLE OF DIMENSIONS ANO NeFORCING STEEL eREIOWNWL ngs or ne strucRuEIe l2ww WING DIMENSION FORMULAS: 0 Extend Bars P 3_v mnumvm onto bottom slab or omens on Varrable elm' Bar SizeNo W values are n tett. ` clear ax Ba s 'a s /2 la B C'au W x v z _ 1-0 ,A) tangent , _(N — costn(309 Ilw - Spa p ne/Fil v two w gs. nwt,pl, the tabulated values al. and 6. 1. 6 Ltw N N+5+NN1 0.5 Cwn l'J z g' o 0" 36, 0 225 v FF I-0 Total w ngwall Area (two wagssil lRw.0.333)Itw) - TABLE OF ESTIMATED - - CULVERT OEWALL 5'6 3 r 16 I b' / tta I'o xa I P a P.35s QUANTITIES = r uw Culvert roewall lengtn N Number ®®6191 P of culvert spans zo See appl,rable eor rolvert stantlard sneer Ior n. 5. T. and u values. 6 9715 0 580 Cone (C1,0 0031 6 216.7B 0.959 b BARS R i. 6 m a a <6 6 257.02 I.234 OOrl ad ay sopel ` BARS D J ns 1111 ,E �i ......h..... i.■■■■■. ■■■■■■■■■■._ 111.— oe,edPrn;odw d 11 NOTE, required —■■■— T.De of I " less noted wa■mmi■■mm■: BARS JI BARS V I-■__■■ENI®N v t v GENERAL NOTES' IfiP .PD INSIDE ELEVATION PLAN e _ a rsnowmg ,lent) -0 _ d„retl a`°,„,,,ee ,o,„, toewau r=1g not snn n rot nar,n.l I rn aanrs at,nn nm�. n ms sneer are " r cnntr ,moan a r BARS L BARS 12Cover l erislo"si o sunless n 0 tee other e. ae nio g almens ut or ears I\\ S ae reinio y F.. rIttn I _ ,Text 08 o/TnneWrtation Suwon. N �iI L �I I �' CONCRETE WINGWALLS WITH STRAIGHT WINGS FOR P J 0° SKEW BOX CULVERTS wnpwall tnewal I 6^ - ,I c�lverttoewall r SW -0 __I WINGW ALL FOOTING AND TOEW ALL SECTION A -A SECTION B-60- r"w SHED' 49 21 766 Hon DRAWING Ha ST0 574 L '':,'L.:-'! : CORNER DETAILS °,n r".m ,.,, ,� ♦♦ CRY PROJECT/'e Ely DocuSig Envelope ID 2F 1 EOCE6-FF13-4D73-A624-21CCAEC1B174 _ _ _ I RIVISON NO. I ME I BY I IHSCRPTCH , ,,. & IA enr,,,,.. 4 11 , :Hq- iS CITY of CORPUS CHRISTI iiiim g le? iEi TEXAS LJA ENGINEERING t.' '44 ,....' -a al TBPE FIRM REG NO F 1386 Deportment of Engineering Services E TABLE OF DIMENSIONS AND REINFORCING STEEL (6.6s for ....ore end) TABLE OF WINGWALL REINFORCING r2orongsr WING DIMENSION FORMULAS I p r wing ength Mr = H-fr t- C.- 0 1361 "=7; ED :1,5 : ;'_-‘,Ot 13 =01 tangent (30, Re, Conn F AN - 1, tw s 01 - cosine (30, 11 1,2 4 - 1.tw'f f NM' t','Z'IcItr" s, g ,,, sr, 7 , , sgs, pg, Total onnswall area (two moss - SFI =fn. 1 0 33, atv1 .11. s s g _h- _s s_2 , _s t _fs, 7 #g f eg _s , _s ,s trgs _h , _h s, sg g gss TABLE OF ESTIMATED CULVERT QUANTITIES TOEWALL o c liw s lierght of wrng al, So SIze No Spa ltn, s Culvert foewall length 0 114 1 - 9 Ot 4-8 2 -3t 1-9' 8 114 6 .4 , 8166 0535 2 45 See appncable non culvert standard nneet f or H S T a. U valves ,..,,,, ,,,,,F.,, p,a7 BARS 0 , 163 29 0 121 .7 6 .5 , 118 80 0 856 1 , -Cr 7 -2 3-6 3 0 118 6 115 St 216 78 0,5S ttt ' ... ' BARS R -1— - 6 , P:.. 'O'rr'ogrn=forlo'roarrway0 V.=....... 1 o"^- V''''''' ,,o- 6: O .!,, rrO rr, NI ill 17 Lk Iv t ' ir..fg t MATERIAL NOTES 1=111......11.11MIIMIN .. BARS .11 BARS V GENERAL NOTES F E-1 P nt — INSIDE ELEVATION PLAN xn;,.,:v2wL,c:Avt:rd ,r,nn 4 _ • 1 / I BARS L BARS 12 . P o ,,,, 1,0 pM Culvert bottom .,,-sr,.„, „,,,,„ IP. WI :a Ilk , Texas Depattment of nansportation standard "..440 "". CONCRETE WINGWALLS N %. 111 *AS* WITH FLARED WINGS FOR .1r W. * F or 2 illA 114 o _6. FOOTING 0° SKEW BOX CULVERTS WINGWALL AND TOEWALL Culvert toewall I 6 Wingtvall foewall I I 6 FW -0 CORNER DETAILS SECTION A -A SECTION BB® 4 mon DRAWING IP a STO 574 96' CIN PRAIECI,,Ely DocuSig Envelope ID 2F 1 EOCE6-FF13-4D73-A624-21CCAEC1B174 — _ _ — I RIVISON NO. I ME I BY I IHSCRPTCH , ,,. & IA enr,,,,.. 4 11 , :Hq- iS CITY of CORPUS CHRISTI iiiim g le? iEi TEXAS LJA ENGINEERING t.' '44 ,....' -a al TBPE FIRM REG NO F 1386 Deportment of Engineering Services T. TABLE OF DIMENSIONS AND REINFORCING STEEL . 1F B" F"F FFFF,FFF F. TABLE OF WINGWALL REINFORCING WING DIMENSION FORMULAS' Est-rm.-ad Estimated n se eall values are lo f eet , 0. d'schar. e°, 'e'amrer maY . '''''' ^h"a"u"' Pee ft of = Bar Siae No Spa : 'en, And ±"csaneee'flo'r:fyeaenh-N12-ra:nane; ; : 4 For 45. skew - 3 Height . X ' ' I '-''' , 0 Otoantons shown are I or two Type PW -1 wags Adjust concrete volume 1 LtwF:VAIM'neen r1M717'w '„z„Tx,z-,2.b.,;;2:,:°.,=;"'z: Tzrocz°=,:;',,•'dlz ;nu"..,•:" #6 _ a" BARS DI rosone . weoght of Bars 0 For precast culverts Ltw UN, I., + Se w 11 - Yel 0 w fa eN - (OS 1.1 P.. Total Wrngwall Area (two wrngs - Sal Ea.. weeTPOlel /Or MY = 5-0" and greater Foll around weepholes weaNHweeLvel for Type SW -I =e211elweeLwl- 6 SF for Type PW -2 a. 11, a' TAB E OF = 01,101M- I 3 SF for Type Pe. en0 ryw e .1' = TOFWALL REINFORCING Hw w Heeght of nongwall . w Length of wengwall 90° = skew N w Number at au,vort spans w a ea - ,...,6.. O 1---1 1---1 ilIl 5F. i BARS 11 BARS 11 BARS IS BARS V I 1 I 1 1.' o oo &a, .e.,.; ra :,-.' Ai 3,-a Extend Bar 6 SL IMEMEINA 3-0hEaterta Ba„ a V w=ww„ Ca/ wrnoww, XV rryp, , 0 C9 0 -- ME SECTION C -C PW -1 DESIGNER NOTES ‘I I 0 MI N RIM 101r.1 1—M Mmm ,K) NI --1:-,::q INKIM. lini11111111 a , 1 F "Milli la age — — v MATERIAL NOTES Pram.. Class C concrete (r r=3 600 psrl L E MEE..1E24N u= = the ' LISIMMINEWS1111111111111K111 "WME 4L elsewhere en GENERAL NOTES: :2 IiiN111.11.11OMMEIMME _ _ F10 Desogned rn accordahce with AASHTO LPFD Badge Specriecanns EI -_) Wrngwaa Wingwall SECTION C -C - PW -2 PARTIAL ELEVATION - PW -1 PARTIAL ELEVATION - PW -2 Frew.. grade 0 .e - - ril ...f,..... het vas. ..e Am pl. far ern culvert an._ , Texas Department of Tansportatron Manes. , FA:, 3 rffAllE: CONCRETE WINGWALLS ILA aaaaaaairaimmilmuraiaaaaaaaiimmilaaaaiaaa iaivcaisessesseissesessia WITH PARALLEL WINGS FOR mu:- wow M MM itk E BOX CULVERTS 'TYPES di PW -1 AND PW -2 w --.1-1- ,...44._ *... 0 DETAILS FOR Toe of slope DETAILS FOR PW SECTION A -A SECTION 8-13 NON -SKEWED BOX CULVERTS SKEWED BOX CULVERTS c'''' ' .- 1 a SHED' 51 a I 166 4 Ho= ORANWG NO. a STO 574 0 00 96 ON Pk., 1.1 ply DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 _ I nnsow NO. I w e I BY I oesenrMN ' 4114s Ff m`i X'!4 E CITY of CORPUS CHRISTI ' ENGINEERING x BA EPE FIRM REG O{'` TEXAS L'h+y' Deportment of Engineering Services TABLE OF VARIABLE DIMENSIONS AND OUANT1X1-5 FOR ONF HFA JL/ALLOO f 1 TABLE OF 0 REINFORCING STEEL TABLE OF CONSTANT DIMENSIONS r m ear .''z. uo J m (oo O 4sq� -6 ELEVATION rsoow p e meas oasd BARS V BARS CL G 3- r - Bars v ears a -x 0 � X 7 Pipe 4 or pipes —� BARS a and 51-x 3' a"Bar s F ears e n a 4 y' Bars I I ears r re �' p !s" h" ears a 1 1---- � ars c a ,' "' 1 ears uw—w . uro a s o 2 » v-, r AGE iCMIIMI'ir o: irea ears w <ilirli ■■■■� ■■Y \._ rs w ? / .■■■�■■■■■■■ S■■■■■■■m1 ,e,) are usual a. maxonrum. 0 a ears s ears s Bae oar, ¢� .■�■■■■■■■ 7P� ©m '�M��■��.� n /engin 6 , , ( (e 5 Bl / 9� Ma,/eagrn ,,,m 3x(92,'2:L'i iia► h i' 2, 9 , - !®N®®®®®®...--® \\v, Oine9lns or wngs based on s/:l nope along this �� 57 _, 54 h" Bars ar . 1 Bars vl x Bars 6 6 MATERIAL NOTES r / a B„ �„ 385 w ears vl r u 3�, Provide s roree I, 3.600 ps1 r GENERAL NOTES' DUD PLAN r ape Laccortrong to aAsmro r£eee5oe mr, Tgay ars as ease w „mreqamea:oasareo�/rooaroroarx .. �� rare or wallvp —� r �4'. �b s R. as3 a B x ear a J'ra eDepartment ofTransportation Standard r 3 r,. 519 s.a Bare o CONCRETE HEADWALLS %, _a y. ,,�593 6.7 ear s V WITH FLARED WINGS FOR S 0 Bars as 31' - 6 7, 5. -6 ,9., ,L 0 SKEW PIPE CULVERTSi' 3 , / — CH -FW -0 --,- Bar, B O rh...rr ---„ TYPICAL WING ELEVATION SECTION A -A sx¢I 52 a1766 mon MAME MI STO 574♦♦ DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — — I nnsow NO. I w e I BY I oesenrMN ' 4114s Ff m`i X'!4 E CITY of CORPUS CHRISTI TEXAS x �'®^ LBPE FIRM REG O A ENGINEERING 'hy''� Deportment of Engineering Services �^ rinisneo Iz' Lw„,,..,,,,,,_,25, WING DIMENSION CALCULATIONS' grade m 3 ears 1 and C - Spa at Io Max 3 Cross e �r01 Lw - rhlw 0333 ISLI m Si-D \\ U 0 ner qtw = N +0V - 11,0 500') Ot Tora ^,, 69, ry!lww,), in!+ag[5 n> = iiiI. Prpe Runner Length lie,,, orreng abl � ,I S31 ! 1 ( ,r T • � au[��Tata, a ve's line °u ° !lee 2 ' Ir. J TYPICAL WINGWALL ELEVATION F 1 va„e, t?4 es ISOMETRIC VIEW OF TYPICAL INSTALLATION atw ll 1 U ni T a a u =s' ' ”'"e' Tamara rnr l.,' s OBac a G caII between ulverMATEPro Re NO0 O O orcert eGr reolorerng steel / rinert a C g s eel .r reuu�roa oisownero in NH III -0,, ", MN um clear 9, • PG g o g Tqa •. IIIIIV.- 1 a 1 � VV II^,,� x 1�� rue i^ t.O Wingwall T ' IIMM N O 5 F W wall MOM c° o s Irl �I !*rat ■IMMIMIMAQSO ( AT TOP OF AT TOP Of AT OUTSIDE Iwll w n EXTERIOR WINGWALL INTERIOR WINGWALL OF BOTTOM SLAB AT INTERIOR A/INGWAL J !Cast n glace culvert, (fast -on -place ulveN !Cast n place culvert) !Precast culvert) 1 C PLAN VIEWS OF CORNER DETAILS om SECTION AA'7,-,,'U.:,"',,;,',7`”" w,.e 1. L' '^^`r.are re °lore g. a ners °°t f:= 7:,, Glancy, SHEET 1 OF 2 TABLE OF REINFORCING BAR SIZES AND SPACING a Cure ne I g ,Tex ae Department o/ Transportation standard' se, SAFETY END TREATMENT ,0 )'-�" <. Ione g I FOR 0° SKEW BOX CULVERTS o us^o r (MAXIMUM Hw = l'-0') 2''' a--_ TYPE f CROSS DRAINAGE < e SETS CD '' ' x >< t-0' ma. e 1 =e BARS BARS R a as As a^ewe ,e - �: an .m, '''''L:-'! BARS J K � � nr cv rr' � ��� Koos:, g e DEE 53 al 166 Hon DRAWING 14 ST0 574 000 wn0cr/'aply DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — — I nnsow NO. I w e I BY I oesenrMN ' 4114s Ff m`i X'!4 E CITY of CORPUS CHRISTI TEXAS x �'®^ LBPE FIRM REG O A ENGINEERING 'hy''� Deportment of Engineering Services Bolt Puth hex nut and 1 h" !Ty, as) e p pe roller_ floss p pe snub out s the same I ne ...r. or „ o.. , sleeve prpe h ,ua s, saf ety orpe runner may vary s fight, / rop sr. slope i=ri Sag ,ado easure0 ...., 0 i _ v at toe all OPTION A OPTION B BOTTOM ANCHOR PIPE DETAILS X!MUM PIPE RUNNER LENGTHS AND REQUIRED PIPE RUNNER AND ANCHOR PIPE SIZES ep ne a PPe CROSS PIPE INSTALLATION DETAILS v zP 2e elze ; o OP IPP- r STD 3500 8 { 067 o' a Ppe ,huuer Prpe ,,,uuer ) r S <^ Sr, h,3 ao 3D v pe rhanercru,. eaam • 3 ' r. ' r. Sar s STD 5563 tea, . S D ,00 OA e Ppe ea,neter Cross pp pive C7' _ T' V Cr N ne. au esh�r al YO.._._. a o o�z Wore 0 ti fn Uvp) Ancwail roe Y toewa� Ty e. 0* ~ aBane creat ra _ �Ri� a �a'eD stub our OPTION 81 OPTION 82 ! `" _ %Da - BOTTOM ANCHOR TOEWALL DETAILS Crosssvuceout leO e =a OPTION A2 OPTION Al (Perngwall nal shown /oh claretyl Ch Cs ane curb P'pe "'Per FOR USE IN OUTSIDE CULVERT BAY//%. Ura bottom SET bottom 4 Prpe runner slab slabS'ePe Bottom peroho on anchor v pe PlPe o r'h crass p)peoe9ameter Cross Pope �� ppe J- °ppl ==EMI Anchortoe all SIDE ELEVATION _ h^ Ora nn 0 _�_ � ¢ P6 D CROSS PIPE SLEEVE PIPE DETAILS enrchu A,ornhr rhewa pwa r uht :n wu rot c A r ) 4 R pe hole. rry Q th h roula vb) � le I SHEET 2 OF 2 � c o. Brielge TexasDepartment ofTianspo/tation 1 gabAFETY ifir= _ p s°v°°u'pdna ---- - - - - � END TREATMENT FOR T SKEW CULVERTS ,_,%. ° ortnroupn no)e a hole (at upper er, BOX (MAXIMUM Hw = l'-0) OPTION A2 OPTION Al ...L_I ni pope runner, 1 Pepe runner (See table /or Max length, TYPE I- CR055 DRAINAGE FOR USE IN INSIDE CULVERT BAY Rar E. ine separate p pe runner mown s repo tee cross P. a cannect,on 6 t1an Al SET B -CD when P p is usee. CROSS PIPE AND CONNECTIONS DETAILS PIPE RUNNER DETAILS © - L': „ Siff! 54 al 166 Hon DRAWING Rn ST0 574 -'_' CIN PD]YCI,, Ely DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — — I nnsow NO. I w e I BY I oesenrMN ' 4114s Ff m`i X'!4 E CITY of CORPUS CHRISTI TEXAS x �'®^ LBPE FIRM REG O A ENGINEERING 'hy''� Deportment of Engineering Services �' Awls Lw WING DIMENSION CALCULATIONS: Hw H t gradewnawau ears I and C Spaced ac I10'ma. � s Lw !H w o- ss u lxwlzu.11(0.500.1 Ito ~ cessry ro nearcos(PO pe.) rv ,. rota i(us!h.r osssILwllr+ -» =(lI wlo?s3a\ WO (1.1671(1,1,57 ses-ar Jon's( Slab PIPE RUNNER DIMENSION CALCULATIONS: Illi... PipeLength If eet)1'I addle Trp) F t - a free 1 ne wu slab TYPICAL �c0 WINGWALL ELEVATION c la [Dewar ISOMETRIC VIEW OF TYPICAL INSTALLATION 30 at w — s u u Pret urvert MATERIAL NOTES: O / c Tor wr [urvert MNCulvert 11=11 ii! r%;,:',''',.,ccreB. ren Or: A; 1,11 I K 111.1 1�� wo GENERAL NOTES t a7WnpwallAT :0:raFwan l c wr r Bll .�— e I�ih rvPl TOP OF�MM AT TOP OF AT OUTSIDE full w am EXTERIOR WINGWALL INTERIOR WINGWALL OF BOTTOM SLAB AT INTERIOR WINGWALL IMNiQsO J 1055-5-22S552 (Cas[ elate urvert) .Cast Plate ruhertl Precast culvert 1 PLAN VIEWS OF CORNER DETAILS , „an w s aaret� SECTION A -At a of a arw, e e xe�wrorc,ngweimens,ons are ,r0,,. �I matter or sroPe. rein(orc ng. P pe runners not mown rot trar ryl SHEET IOF2 TABLE OF REINFORCING BAR SIZES AND SPACING Es e cur u• ee ...,o .r sta..o _.Cee. "'TexasDepartment Or Tranaponation m SAFETY END TREATMENT h 10FOR BOX CULVERTS (MAXIMUM Hw = T-0") z- TYPE I — PARALLEL DRAINAGE SETB-PD '2.1 K >< , oma r. www _.m,r BARS BARS R as as shown - v '''':,L:-'! BARS .1 K (Le a Bl„ n, apnea a et -a,r Caw, B ., • „a s SHED 55 al 166 ... DRAWING Nn. STO 574♦ CRY 550IEAl/'a ,,Ely DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — — I nnsow NO. I w e I BY I oesenrMN ' 4114s Ff m`i X'!4 E CITY of CORPUS CHRISTI TEXAS x �'®^ LBPE FIRM REG O A ENGINEERING 'hy''� Deportment of Engineering Services �' REQUIRED PIPE S ZES 0 STANDARD PIPE SIZES .I < I,, Sizetir's P;;O Sleeve o0 D Cross 3 1.4. STD ] E' STD 2 h. STD Cr 0 qual wares at Z P wax Z -m 6 Tvv Martl 3 Y0 'h nT ]B ° t2o 6 5r0 5 i'! -L'13"' Q Cross give /Uusn E eve re: rt opo :wall) aar LI 6 5TO Ems boss 2b C''� °e ©o°r,ete n e° menta n for pap PART PLAN SECTION 13•B C e na ni — �. °°Is `"°' wt OPTIONAL ANCHOR BAR DETAILS 1,1 Pa,l srn c tn,ou,n hale - saga e ',ye 13 'h" sta) TYPICAL WINGWALL INSIDE ELEVATION ine oe.ml ° an a. .e . p .. a,°,1."'""' Pr"'" rsnn.,: installation or tr°,t ° Pe,.) SLEEVE PIPE DETAILS® le pap t�° , wOutside $,',=go°Isiae SECTION THROUGH INSTALLATION OF TYPICAL FULL CROSS PIPE 5r a a6 Y3 i° e7e'e Tn : nstallatro° °!e3 glFrrs[ cross Pt ee al) 5rU-]' sru-3' 6 pam 29^Maung SadOeppespar:_ :,pa.' Ma. IL EgSpa atYYmar easure0 at toe nae a h4 'a e h ° (TVP) h"Irvpl os„ ht�__ and her 1 O e WIti �.��_ _- _ i SHEET 2 OF 2 i 3;a,la, oeoMEW.s�Rartme Department TransportationEAESP SAFETY END TREATMENT r°e SECTION THROUGH INSTALLATION OF 3 V' FIRST CROSS PIPE FOR BOX CULVERTS (MAXIMUM Hw = ]'-O") TYPE I - PARALLEL DRAINAGE OUTSIDE CULVERT BARREL WITHOUT Fi ' - CA WTIINSIDE CULVERT BARREL OPTIONAL ANCHOR BARS & RIPRAP IO OOITCO ANCHOR L SETB-PD CROSS PIPE INSTALLATION DETAILS ;ao, 7:r:::':: a, -- -- '':','L.:-'! ,., ..,. Sxm 56 D1 166 § xEmvu awnvc �n STO 574 ♦ GN PRA.,/'. ,,Ely DocuSig Envelope ID'. 2F1EOCE6FF13-4D73-A624-21CCAEC1 B174 I nnsow NO. I w e I BY I oesenrMN ' 4114s Ff m`i X'!4 E CITY of CORPUS CHRISTI ' ENGINEERING x BA EPE FIRM REG O{'` TEXAS L'h+y' Deportment of Engineering Services CROSS PIPE LENGTHS AND PIPE RUNNER LENGTHS LTJ ; x7A SIDE ELEVATION OF TYPICAL PIPE CULVERT MITER N/A a n -v N/A N/A N/A 26 -IT N/A N/A N/A 019 "`,.Ira e' v1e S""'' ' TYPICAL PIPE CULVERT M TERS O CONDITIONS WHERE PIPE RUNNERS ARE NOT REQUIRED 0 STANDARD P PE SIZES AND `-- MAX PIPE RUNNER LENGTHS /' rL c."°$71' P ,!7',e. v ,,, o . aunne, 33 n ' °R' u. 3 2 ,aCrossope b 62«,6923,3485, 1 s STD 5.563 5.047 34 2' ° o �Ai Normal ! ays °eareo"o.e° ° r ®I -" ' m, ea a wars 4z � 6a Always e °roe, gay°� ESTIMATED CONCRETw�ESRIPRAP/w QUANTITIES (CY) 0 _ SIDE ELEVATION OF, ea _ CAST -IN-PLACE CONCRETE mewax aeraus s rsnuw;1e3rorrea rnnrrEArae recvl rw.ert. 0/v x73 x73 i.7 N/A N/A N/A s N/A N/A rv7A faro \\_—ave runner n anchor a° Orune AS C,,,,,, : \ 'Texas x..rHro7 rrensF .aox ,IL ndard t �rinw�,ne a Oer mewa ISOMETRIC VIEW OF ee -471 SAFETY END TREATMENT FOR 12" DIA TO 60" DIA PIPE CULVERTS TYPE II — CROSS DRAINAGE SETP-CD 3 TYPICAL INSTALLATION 7 -7 LP ©�. swEET 57 01 166 § xcmw mwnvc xn. ST0 574♦♦ '':,'L':-'! ON flMYCr /'e ply DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — — — — — I nnsow NO. I w e I BY I oesenrMN ' 4114s Ff m`i X'!4 E CITY of CORPUS CHRISTI TEXAS x �'®^ LBPE FIRM REG O A ENGINEERING 'hy''� Deportment of Engineering Services ES tn5eeDabrel N £ nlfd ora _£ r r. m0 vt cross ,pe ,a 4 a"oia. rz ore _ T ne. nut ane warn a a• LrF as nss e„ on a OPTION AI OPTION A2 k" Ora note 9O CROSS PIPE AND CONNECTIONS DETAILS i ,, k. d P \ t ,pe -L-._._. SET skew ew estops ° an a"� or r e rt5 6" ora note —Q" ora mrn„en a rn,1 nr p,per er ne s .. SIDE ELEVATION OF '''nr mewart SAFETY END TREATMENT INSTALLATION PLAN OF SKEWED INSTALLATION ,,,,e runnerlength (See table, PIPE RUNNER DETAILS. %•,0.= r ypr '� a�� ptpe rrm�n VZ , r' �ne� �•1Q� . —� ��� / -nr p pe rw.er. e. neem a rrypr s :a Pe vSo,,sm �eewarr .40 �ryy Ss an nn• tneO a,Prau sv\� tnottom ewau at,p yr acpr NeP o' scot ® sear _ t°- , , anb not OPTION BI OPTION B2 OPTION BI OPTION B2 tnom,narl sp - c BOTTOM ANCHOR PIPE DETAILS 0 BOTTOM ANCHOR TOEWALL DETAILS SHOWING CROSS PIPE SHOWING TYPICAL PIPE lcurvert ane .Pray ns, mown for crar tyAND ANCHOR TOEWALL CULVERT AND RIPRAP .) SECTION A -A MATERIAL NOTES: O° ar a e for as concrete (less for Concrete" Matenal Producer ay a.coinance w,tn Item °32 ,pa, P bst PIPP) may be useI,eu nr steel rernrorc.P ,n rrpraP concrete ©ee me SHEET 2 OF 2 EVI ATZTZ , 07 bolts and nuts limasrovide , Department of Ranaportatron .ESTre 0 N nmapn ee,cnyan n rseen„p re ry erne e"rtn.a QE^n atcnreanc ,frcaonns. a �. na. coon GENERAL NOTES: po n e s. P Pe sP 981 eguste O^`wal boeach o = SAFETY END TREATMENT FORD” DIA TO 60" DIA PIPE CULVERTS TYPE 1! - CROSS DRAINAGE SETI P -CD e e3z.aranvests ps accordance .t a "1 '':','L.:-'! .... 1 S sxm 58 al 166 RECORD BRAYING Rn. ST0 574♦♦ DocuSig Envelope ID 2F 1 EOCE6-FF13-4D73-A624-21CCAEC1B174 — — — I RIVISON NO. I ME I BY I IHSCRPTCH , ,,. & IA enr,,,,.. 4 11 , :Hq- iS CITY of CORPUS CHRISTI iiiim g le? iEi TEXAS LJA ENGINEERING t.' '44 ,....' -a al TBPE FIRM REG NO F 1386 Deportment of Engineering Services CROSS PIPE LENGTHS, REOUIRED PIPE SIZES, AND RIPRAP QUANTITIES nominal 1.0.1 Top ol ropraP ® el p,Ps • I Cross pioe I Cross piPe over I Elowone ,000,0? ,,,,, s,,,, ,,,,g0 ,,,,_ Cro,5 I Zr1:7T'y 01 —14 ?-- -5. -,1- CA.11, NOTE. All crass /tr. a.s. p -7. NM 2.- IS' 2 - a. 3 or more pipe culverts 0,2;stg,„, °..'"J"' ''' End invert PIPE WITH BOLTED ANCHOR i of I orSCP T ewall i 2, 1.0 1' - 6. WA 3 -10.' 3- 11'. 3 or more pipe culverts d 3, LI 1' - IL, WA 4.-Z .1' - O.' 2 or more pipe culverts 3 4, Std SIDE ELEVATION OF TYPICAL 0 0„.. 0, PIPE CULVERT MITER J DETAIL "A" RI pipe adverts I ,O IS.563. 0.0 1 eS.1 clarity., SECTION B -B iliT rcro, o,pes DO( 5 il0 i . For clarity., 772 i0.2 , - #6 anchor bar SECTION CSC 3..'S., WI7)' '" S.2! CROSS PIPE DETAILS LinWor7= -D '71'72'77 Z7 with SET for ISOMETRIC VIEW OF —ERROR.. of pipe culvert MATERIAL NOTES. TYPICAL INSTALLATION RipraP 4 , SHOWING ra,e,czr'vz) =vvz, TYPICAL PIPE SHOWING CROSS PIPE Limits ofriprap (to pe included with SET for pa,en,) 0 GENERAL NOTES: CULVERT AND RIPRAP WITH ANCHOR BAR Eq Spa at 2-0" Max 6 S Cross pipe !flush w,rn top of riprap) i Trimmed edge of pipe culvert -. 1 d.-- rU4"a; d'fv"aVex w'th r Wg7f.o'rrls'n:'; '7,'!4?;-?.. csms- rre0o, a o a •J of, os,„ae ./ mverts in a„ordance r—C,,TPi. . cross prpe00 i Top 4 c o„ .-74'.' Fillto ZlimasOepartmentofhanwoonatIon f Standard toewall toewall SAFETY END TREATMENT A n r h o r mrs.1 . adillillftr A " =vvv,,, FOR 127 DIA TO 72" DIA PIPE CULVERTS toe., 11511 TYPE II - PARALLEL DRAINAGE ^ m'n Spa - 6 SHOWING CROSS PIPE WITH BOLTED ANCHOR SET P -PD SIDE ELEVATION OF CAST -IN-PLACE CONCRETE "D''' ::','L•:-'! SECTION A -A — — SWEEI 59 al 166 4 Hon DRAWING 14. a STO 574 96 COY PRA., ft ply DocuSig Envelope ID 2F 1 EOCE6-FF13-4D73-A624-21CCAEC1B174 _ — _ - I RIVISON NO. I ME I BY I IHSCRPTCH , ,,. & IA enr,,,,.. 4 11 , :Hq- iS CITY of CORPUS CHRISTI iiiim g le? iEi TEXAS LJA ENGINEERING t.' '44 ,....' -a al TBPE FIRM REG NO F 1386 Deportment of Engineering Services 8 TABLE OF VARIABLE DIMENSIONS.-,-. AND QUANTITIES FOR ONE HEADWALL'' TABLE OF 0 REINFORCING STEEL TABLE OF CONSTANT DIMENSIONS a v... s .f. ,a, fveu f; 'ArcIt'lr'pe Bar Sme Spa No k4 ,;`„ 6. K (,II H , ..S., g W X Y L Wm) MM X a. 11, Wm, (CM r700 E ,,5 - ELEVATION ,Showong Mmerimons I . -6 '7 - . V 626 7 6 a -6 '66 3 6 X 20 -a -270-7 20- i 922 2232.02-2l0l7.5 12 3 9' -a 212 a 6 2/ 6 0 [ ,,,2 MATERIAL NOTES I Bars F 1 Bars C '_ wimmi.m; . s ' '..) _,.,,_ s ,,,, Bars 11 ' ...1 MEM .G. =MEM> ..,1 i ', 3 .rovode a I - I ootong as shown where repuo . . maont m , Bam ^I, ,, GENERAL NOTES °Lengths or w ngs basea ,,,, 51. I slope a,^9 th, l,w sa„ s 7 2 a (--- = slope —, PLAN rgc:,,gs:, , CZ:',fo1,; ss noted othcrwese Perpe. miarto roa waY BARS B and Blsz ..I'w .....de ::v,„, ir— face of wall _, ,2_16. (Typ, SHEET 70F 3 , Efl17 0 '. , 41111111 . - T - " '411111.11 IIIIMEIMINIMI diglill==iiiiMin ,E.. N s.,„ II 11 ,s i Bars 5 1 Bars B Bars DI -x Bars V1 -x ,,",,,,,,o^ .-4'.. TeXaS Department of Tansportatron SAFETY END TREATMENT WITH FLARED WINGS grIZIL Standard lf, 8222 8,27, v ,.„- ' — Bars . x FOR W SKEW PIPE CULVERTS TY PE I - CROSS DRAINAGE BARS ears e 70 Ba B. V BARS C SETP-FW-0 (Length = 2-1/ TYPICAL WING ELEVATION SECTION A -A 2272,-7,27 8227 12727 [228772 [2221 ©7782' 7:=7872 22 1 2 1 ' ''' SIM 60 d 166 4 mon ORANWG NO a STO 574 : :-'! 111211122 222 96 ON PRA., ,,Ely DocuSig Envelope ID 2F 1 EOCE6-FF13-4D73-A624-21CCAEC1B174 _ — — — I RIVISON NO. I ME I BY I IHSCRPTCH , ,,. & IA enr,,,,.. 4 11 , :Hq- iS CITY of CORPUS CHRISTI iiiim g le? iEi TEXAS LJA ENGINEERING t.' '44 ,....' -a al TBPE FIRM REG NO F 1386 Deportment of Engineering Services St -o, Pope OD 4. i a 4.. drollong os oPe ,"" +5 0 11131=11 Upper bracket k ,4 Doa hole -, 1 Headwall I I I_ i LI ME 11..., I M 1 i 1 - 2 * , .o,o, 2 '-'. o, it headwall wmg Arochor , ar,.. pope Lower bracket NI ',, bolt ,Doa wan nut 1?ilo co: I. „ , 1111111* Song, Yz d,a Anchor , ',".c,". toewall I LN zr 'stTndTtcl / .,. washer anc I - 00 bolt --- ..."4,..., 3:o3 „,r‘VcH , ,,„,. pok woth nut ht.. a. washer of gwall SECTION B ,..° 2 3.ot -",, -B SECTION C -C eSh wong installed bracket 1 NOTE I.1 tch the wongwall bracket WINGWALL BRACKET ELEVATION to the upper bracket so, DETAILS PIPE RUNNER DETAILS .,,,'...7..", .<-0000bracket 00000 TrIM pope OD greater than p P 9 P Wingwall bracket (Typl '11_ - YP ,, 1111111.111" • , i % Doe through hole -% SIDE VIEW ELEVATION so Fell, - • I - - ANCHOR PIPE DETAILS 0eUPPER O. CFO` 'A AND LOWER BRACKET DETAILS SHEET 2 OF 3 _ 1-- C% ao through ' - ' '' .-.0.v. 0 0/O=117Z: Ihurnhphoe TeX. Depattment DansportatIon grallf gn &anon. L gLi 1 J of ‘-± C To wall I 3,1,1 I 'grn'tlypl 1.111101 n.- 4`„°,;- SAFETY END TREATMENT WITH FLARED WINGS , an, 0 bolt I 4 ''' a nr".; I o moth OD greater I I S,t'gf 1 hs'r" . 1 tn.. 3 421 FOR 0 SKEW PIPE CULVERTS KD sCco9 Doc runner TYPE I - CROSS DRAINAGE (See table 0 or iength 1 SETP-FW-0 PIPE RUNNER PLAN " ;,e,:°:, , 'Tit' tV,17,7„;=7=','Lkr=a°47,, NON -SLIDING PIPE RUNNER DETAILS (3 ^;. 1 SHED. 6 1 of 166 4 Rsco. &LIMO NO a STO 574 ':-_' „„„„ 96 COY POMO, j% ply DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services Uree Pr .n t3 Overall Dimension Pz into rr Dimension cengrh v0 teZ,"h tengsn P pe to gr s0 ne Pipe s rr Dia cur.vts s aces Dimension viper -z a' - 3. -sy - - outermost wing pipe runner the snorter[. _ r;_ - - - - -8-97745-10779850-555-7577 N/A3 Dona include..r resent the p -AY<' -9 ' S -er^°' , 1e - - nsrio saves. 16.-0 a' _ - - - - -9 k" -0 e" -6 4. -0 a" - - a. (9 The mar er -e I size than the pipe runner size - - -cV - 17-10 1,t. le -z Y! 8 10-3 a 5-7 -14' 66 o z-a a v -8V 94-77795-977890-54778-70-5455587-885 Ir9V a Ia-54 U s-0 - -e 8.5-a a° Ia Is la. 5TD 65 v 1119-4a 9 Arr_b.r r 4 °, 3e a 3 s a > a row" Iz < ,. s s r0 zz_z�, rI r. a rs o z' r N/A r sic ea a- STANDARD PIPE RUNNER' °' ° E sa" 0-s• r -e^ a s-rr; a -r 3 a - rrq 3:' 17-757715-577 V. e rs-e; z -a 3z N/A s"Sr0 zr-r AND ANCHOR PIPE SIZES z a 8. sr - r -a 9., - -1 - - ar 3 e 14-0V. ry o za z ra; N/A ssro Irra s°e aoe toe o 8 s zr-s 28-9a' rz z3-3?i" 5-10 a^0-7 5 55 rrr' - e a' trio s rr 25. a' rz _ 33' o' -g" z' -a" a 9..-0," 0-r 3 1r -r" 10-e" a Ia-y. 9-a z-118 7 555 ss -n!4 3STD 3.saa i.06s. s r3 3r-0 3r -s <" ro 7 STD sa" - 3 7 8I, 1 <" 2 4" ro <' 7 STD 8 -0 — _ 2r -1OYv" 26.-8 !4 -I a" - -toy . 18%5 - - -15 -4r. - -1E - -118 -d v" -rlys -014' -z <. ca 0-s s -a / n -a s, s_z 0 79'-9!4' 37 -9I, r4 74-4 4 3-zy N/A 7 55 430-1177 5 2 26 -9 ^" . 17 0 V e TOTAL PIPE LENGTHS FORMULAS: _5 3,5 s re `=sa ra[ar tanvrn tutor tsnvrn rreaew�rr of Al or Wrngwall -/- � Neaewalr ) � Ppe Hunner A � Pipe Runners Prpe rtunners Length — - ♦ s toter length - o. or [ a +P wal (3Uoa)(va Anrep per nners ae penes ae „neer, r re,20 sio e=' • -' ^' `111• r a vrpe ® ♦ 5[nner SPEC,. NOT E: none wn9 I�• vee z I '' P ® ni. r. irk i r hat o ON al a he sa V e men[ ro Po s. s • . 6 SHEET 3 Or 3 -rte raax -I� wax Standard. z-7-5848 z• e "a, -''-°'"° PIPE RUNNER LAYOUT TeXP a Oeyemmxtt of Tianeporutlan SAFETY END TREATMENT WITH FLARED WINGS FOR 0° SKEW PIPE CULVERTS TYPE 1 - CROSS DRAINAGE SETP-FW-O ©8441.a,,, °,n ..,�.°.i.�..�,..,° s SHET 62 81766 RECORD mwnvc NO. STO 574♦♦ oa ON PRAECl/b old/ DocuSig Envelope ID'. 2F1EOCE6FF13-4D73-A624-21CCAEC1 B174 — I nnsow NO. I w e I BY I oesenrMN ' 4114s Ff m`i X'!4 E CITY of CORPUS CHRISTI TEXAS x �'®^ LBPE FIRM REG O A ENGINEERING 'hy''� Deportment of Engineering Services CROSS PIPE LENGTHS AND PIPE RUNNER LENGTHS OCD semvoe ! wvl roNen Pipe Pun er Length ,,,es,, anzIrr ,,4,,,,0„, ca�a so—e s „" 1 Sid Slope i Slope i ,-../..N, , Skew I, Skew 30,kew 0, Skew , Skew 15° Skew 3,Skew 07 Skew 0° Skew 15° Skew 3, Skew 0, Skew \rU^^ I N/A rraas _Prp arv z� -- raz N/A N/A N/A • -z -a W- ' \ sIsa zr sr ax r a rxx Io x-r E-r a Ia rvr- ra rv- a,vrne� .erexrac.0„4.,„, aeonlo.eea ConcretePip MCP, Culvert oesiyosva rt son - e q -riowioee apse , Skew I, Skew 3,Skew 0, Skew , Skew 15° Skew 3,Skew 47 Skew 0° Skew 15° Skew 3, Skew 0, Skew d roewari s' Is!q' - r r N/A N/A xra N/A xra N/A nrn N/A rvrn N/A rvrn N/A xra E ze r" IF s -a r" N/A xra z-Ia� s -Io" xra nra a._z s' -s" N/A nrn a -y' aq_ ISOMETRIC VIEW OF a 36 zz S. w&= TYPICAL INSTALLATION s os a. za V. r - Ir. r -o V. a' -s r -s' s -s' a' Ir s -A a-,. r -s - - - - - xa r -Ir a -s s -A ra Iz-o Ir -Iv IA -c. rvra rsnoweng wsrnxar,o^ w.In no skew.,z sa ,"n" xra ., x a r s s Ir xra ra ra -s Is -a xra rvra 5:, -„Fir TYPICAL PIPE CULVERT MITERS STANDARD P PE S ZES ANDD' MAX PIPE RUNNER LENGTHS CONDITIONS WHERE PIPE RUNNERS ARE NOT REQUIRED,=. Skew rew o. V ... aaa I and 6 aIe a.I s. s = nm n „,„1em: ee mnee ro Ine on xe: aresemee rT v SIDE ELEVATION OF TYPICAL PIPE CULVERT MITER V-- 4 Roadway bmots ropra0 - GENEFAL �� of sf 6. ee;y a s oer SHEET ➢ OF 3 ENnRi'T a0epanrront of Tiarleportation sbneaid sr SETsET P roe ` ve 0 sae sro v SAFETY END TREATMENT FOR DESIGN 1 TO 7 ARCH PIPE CULVERTS TYPE -CROSS DRAINAGE llrvl PLAN OF SKEWED SETP-CD-A INSTALLATION -- R SWEET 63 al 166 RECORD munva NO. ST0 574 • ♦♦ CIN Pk., ply DocuSig Envelope ID'. 2F1EOCE6FF13-4D73-A624-21CCAEC1 B174 _ I nnsow NO. I w e I BY I oesenrMN ' 4114s Ff m`i X'!4 E CITY of CORPUS CHRISTI TEXAS x �'®^ LBPE FIRM REG O A ENGINEERING 'hy''� Deportment of Engineering Services ESTIMATED CONCRETE RIPRAP QUANTITIES (CY)! FOR BOTH CORRUGATED METAL PIPE CULVERTS AND CONCRETE PIPE CULVERTS (to be mi0" ea,mewotn 1 6" o. Pipe i:r= end ai o aoaaneowm�rze Sanao,ncvr SHOWING CULVERT ©oTeae.eleaeprap�Ie.a m Zr.;',”,-"-., a. TYPICAL PIPE AND RIPRAP SECTION A -A re. ea mens SET o rro a Lc for earmenii bo Pe a „mor bolt a =z ///yyy������ ao�m ®� ` TOe e�Paear r Flow e SIDE ELEVATION OF _se CAST -IN-PLACE CONCRETE roewarr v sass rf ,nne.s nos mown For crarisy.r rven a.e simnar. ;;pe SHEET 2 OF 3 'Texas Departmenta naportatrop S. n n SAFETY END TREATMENT FOR DESIGN 1 TO 7 ARCH PIPE CULVERTS TYPE II — CROSS DRAINAGE SETP-CD-A sxm 64 al 166 Hon mwnva In ST0 574 m • ♦♦ CIN MAW fa ply DocuSig Envelope ID 2F 1 EOCE6-FF13-4D73-A624-21CCAEC1B174 _ _ — _ I RIVISON NO. I ME I BY I IHSCRPTCH , g N IA A A e7 q iiiim:Hq- CITY of CORPUS CHRISTI g TEXAS LJA ENGINEERING t.' '44 ,....' -a al TBPE FIRM REG NO F 1386 Deportment of Engineering Services ER . 0 .11 N 1 ,„,„ 71 i , — ,...,... OPTION 131 OPTION B2 Okr i I BOTTOM ANCHOR PIPE DETAILS 4'70 1 ! OPTION AI OPTION A2 t';eZtt • • CROSS PIPE AND CONNECTIONS DETAILS I AND ANCHOR TOEWALL t e it SECTION A -A it OPTION B1 OPTION 132 33'.P PIPE RUNNER DETAILS BOTTOM ANCHOR TOEWALL DETAILS ....ii. '..1'..D 4 ' ;y:„ '.:::'•:','f., ,—..',:':„';'=Mo`°;,7-:=7,'" ..,,,13 Die Foe (:) '7 SHEET 3 OF 3 . . . : . , Texas Department or ttansportation Amnon. SIDE ELEVATION OF SAFETY END TREATMENT INSTALLATION li SAFETY END TREATMENT FOR DESIGN 1 TO 7 ARCH PIPE CULVERTS TYPE II – CROSS DRAINAGE = ::-:: 3'3O,. t.Fee-tt' OLetnee .:t3,3;e13'3tete.;eet etee33'te3ette33;' 3 SETP-CD-A 4 Hon MANG IA STO 574 ON PRA., ,,Ely DocuSig Envelope ID 2F 1 EOCE6-FF13-4D73-A624-21CCAEC1B174 _ _ — I RIVISON NO. I ME I BY I IHSCRPTCH , ,,. & IA enr,,,,.. 4 11 , :Hq- iS CITY of CORPUS CHRISTI iiiim g le? iEi TEXAS LJA ENGINEERING t.' '44 ,....' -a al TBPE FIRM REG NO F 1386 Deportment of Engineering Services & CROSS PIPE LENGTHS AND REOUIRED PIPE SIZES ED Corrugated Meta Pipe (OAR) CON,. f m ts al r prap (to be maluded with SET for payment) 0 Crass popes(5) '' ' Desto Cone Soprap ,cyf 0 Prpe Culvert spar, Prpe Culvert pose Pype Culvert GGG - G Songle Barrel - 0, fluIti Barrel - G, 02 Condaeans far lse of CGGS, P,Pes Cross Pipe ,,,00 Mae - 1 Ep Spa at 2-0 Max ,1 Tr= e CI) ,i,in'tsos, 3 0 9 28. 20 I - 5 N/A 3 -V 3 -9 3 or more prpe culverts 3 Std 0 000 0 0, ,1 ,v, Pfee culverts ,f sto 0 500 OD, ,...;--1 'croass'"Xe(DED A, P,Pe cuheerts 5 st, (5 563 0 01 I Tap ,R,g of fp Re'R 0 VI Rem, arced C011erete Pipe (RCP) CUIVertS ..-.4‘,....,. , Roof P,pe ewe 1,, 5ongle M,r Co6.,666 ,66 fse Cross RlPe inumwriiiip of Cross Pipes 5rzes , el3 - elowio.ne o o e p pe rul erts 3' Std (3 500 0 lel n WM ,7, ..,=2 1 2 I, 26 2 y y y 5 y 5 ,, - All Pefe culverts .1' 5,1 (f2 500 0 le 1 SIDE ELEVATION OF CAST -IN-PLACE CONCRETE ',n'42,„7g7,71,,or,',7,:f,:nr— °;]':,.:,.`,z—"'ed""'''" 7 ..•:,!..., S T T 6_, All pipe culverts 5 Std f5 563 OD, 3:24R. Re 2 i.e'-. , ..3 ;04 R e ee MATERIAL NOTES . GENERAL NOTES Trimmed edge of pope 0 SHEET 1 OF 2 6 ----Q,1_ .f4R.. FrIgSn ,rexasomentarransportation [ Standard .R.,,-- Flavelone Reeevell e'rz. ISOMETRIC VIEW OF SIDE ELEVATION OF TYPICAL TYPICAL INSTALLATION PIPE CULVERT MITER SAFETY END TREATMENT FOR DESIGN I TO 9 ARCH PIPE CULVERTS TYPE 11 - PARALLEL DRAINAGE SETP-PD-A '' - - 66 al 166 4 Hon ORAIMG IP a STO 574 '6 ON PRAECI ft ply DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services true V nr;,'ra�l xzrelnron" Cross v?rvlErOe_ it of o rear Top of rrpra0 orpeer,n lrn ry Flow one �_ I uz (See Cross pepe Cross pope er er- z" j jl��� r: oruA« J Pa or Rcvl Riprap '�hole rp =4 4 9 _.9F rt r:Zr a ewa:r PIPE WITH BOLTED ANCHOR i SHOWING TYPICAL PIPE SHOWING CROSS PIPE CULVERT AND RIPRAP WITH ANCHOR BARW ^ Et, a n,� "A" rrva ar oz or m rpDETAIL yy r M,n J VP ry r e"i fleary „ ,,"- nor ,asr m �= ,., coy or rete .rR,v,A lt PIPE WITH ANCHOR BARSge Pope=`"ZIW culvertsJ ¢nVI0 L e r s _Pepe advert 1117: ,` SECTION 6-8 SHOWING CROSS PIPE WITH BOLTED ANCHOR _ anchor, -Y ?YU SECTION C•C SECTION A -A CROSS PIPE DETAILS SHEET z OF z limas Deprm.m of vnsRorfaroo ES. SAFETY END TREATMENT FOR DESIGN 1 TO 9 ARCH PIPE CULVERTS TYPE 11 - PARALLEL DRAINAGE SET P -PD -A EPEE 67 al 166 Hon DRAWING Nn. ST0 574 oa CM, MEG,,Ely DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 _ - I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services ER TABLE OF VARIABLE DIMENSIONS AND QUANTITIES FOR ONE HEADWALL® TABLE OF 0 REINFORCING STEEL TABLE OF CONSTANT DIMENSIONS ea, spa xo. - Zly eY'O H n C prvo a ELEVATION F 58 - 64 - - 3. svaa span a p' E asoo 852 10 3 r Bas c zR. -z r ears: a n az 36-i ,b,. z �i in Baa s i .� ,. 1ea„Fo 17,. �,� B ® , m /H■■■■ ■®k`' ti7. Bars W �// ■■■■■ ■■ \ a. aaraW �� I■■A■■■■■■■■ Bas B y I■■1■■■■■■■■ I■■li■■■■■■■ a `y Bar, s ImEgpB B GENERAL NOTES - ,z. y ■®■li■■ , ■■■■■■ ° � o nRr =o, w np, based o , sopa alongMS Moe. Bas p, . Bar Al Bas e 0 s PLAN 1oee_l Baa �.ea�mea ro pa, ea arsm me sa ery ggoaaway s Opel r' E ®Orfs: roceo o�nww� e�mensions are cecvena c Bars ears W - _ SHEETsI, aa,Bar ill I' „�A a_ "MA_III. LL� SAFETY END TREATMENT ease,. a Alm AMIE di s Bas .-.�I WITH FLARED WINGS - 6___-3E— Eol I ea '° �� FOR 0° SKEW ARCH PIPE CULVERTS TYPE 1 - CROSS DRAINAGE -� cm BARS V BARS C BARS a and BI-, B°'s Ba Al ”-"' SETP-FW-A-O BarsBarB !Length = asr 0 •'�R. ars .r TYPICAL WING ELEVATION SECTION A -A 1 Sx¢I 68 al 166 xcmw BRAWN Rd ST0 574 • ON MEC ,,Ely DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — _ — — — — I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services $ Pe 00 a.. " 'Pe oD. a%" EWENea `v pe o.a z Upper et F Ye' Ora sole _,'� y. Headwall nO _ _.— _ _ .^. h soh s warnersIftessississiP ' . I L� rl#rip. IEIMo ! } <orrene P nsiae c ser or ,3,, u SIDE VIEW ELEVATION C4111, Dax' wine wasno uO pe unser Wog ab g anrna PPe Lofilleili bolt with nut washea P h D an, z. — e io or oa o nr rr z r^. or or n uo e \\ II — rough hole nPVil'or at veo. esingle I. _ l Holts S," Ora „ n olep ! 'q Anchor ` .an Pipe W. to nut standar warner. antl 1 w wal 11111=1111 -_ ru�^ert b y �/. her - brackec I� _ e !$' D It wee nuc and washer _ �l "� nrientauoNeO anO 2 washers 'TL, PJpe of wrngwall SECTION Feeaw—en (Shaw,'O nstaaNe Cbrae., L 5 owELEVATiON ai io ward_ o�oe canner roc wngwa,e o�oerwnner barrel n �s�re sim��ar we INGWALLt, tile all bracket to the upper bracket o BRACKET DETAILS PIPE RUNNER DETAILS PP e oo. v." bracket riven �, PIPe oa . >-6 Trim b Pe n" o om `. ,E#"D;a we eP,e nwn Ser to pr P P Fl P _ , nPwall bracket !Tyr,• - I > \VP •IIIIIIIIIIIIIIIIII ♦hnH ( ^� .Irw v �FY1 mohgaore wwauI SIDE VIEW ELEVATIONr o- bol imSIDE ♦ ANCHOR PIPE DETAILS EeAP, UPPER AND LOWER BRACKET DETAILS SHEET 2 OF 3 ^ar.s 6 O pe exaa wwmmnu v 11,011 uw� of d't gab C!//�/ T — eiowa;; ) r=�-� worp�9 _ —1� o'r9Po SAFETY END TREATMENT WITH FLARED WINGS an rnrboa 6M " , - - ax � poen[ ri,Pl e, V,`2,, otrer D ,rea"r [ spa � 2;0;waxEo Spa at za Min z�' a,';'..:..',1:_3 � z a' M;n I ' c.e — - Inas 3 �5'r y FOR 0° SKEW ARCH PIPE CULVERTS Znj,1 2 -v Max T-6'wx z -C wax uc:> - - TYPE I - CROSS DRAINAGE SETP-FW-A-O PIPE RUNNER PLAN 11 -^'�•x NON SLIDING PIPE RUNNER DETAILSL S SNRT 69 of 166 § xEmw awnvc �n ST0 574 LL °, r° ♦♦ CIN PRAECT/, �ld) DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services zl PI n r3 Overall omens on vz �a ,. ° .e 33 Z3 �_ O / armw ny v pa ru a the snarrest. out Oes n q cunerls s aces o omens on v es e z -s 6" a -r" o rvra s'-il h' z z'-o:z" z'-o:z" rvra z"sre ➢'-i' 0 Ouancilies shown includeit oresen:. the aN/A r -z; z s s s s N/A rs 6 sr' nn z 3 e -sr r'; a macer The ahpeerusleu next 3 s rl 3" 6 sree an the r z' s' 3 z a' t" z iW s 6 rO tl+ s '. o a a e is s rz o r Is o,° 65 s�" I .us -ra k" ,s 2 5 - -a 3z - -lay(' 15 -6 6 11-t0 h" -zq r Iv % r0 Iss < STANDARD PIPE RUNNERT s zr s - _ rs-y 6" s -z" a-rr w" zr-a rz ea -z" s-s'a" z-rl vsrc lal'-z Yo AND ANCHOR PIPE SIZES 6 a 3s-6" Is 7 51.0 4. STO : TOTAL PIPE LENGTHS FORMULAS: 5 6 -�- - all -1- o Heaorvtlwall s) v veaRunner vi➢e Runners — Ppe Rug hers ➢e ohne ) gvive No. oI + rvearvawall p9s) _ (3 OW) (pipe anchor ➢as annners rs Aunn 6 zO Sa a zl •LOnge, ne Winge SPECIA NOTE . ® I�S Note t9 non or the saretr e. o treatment con➢onents. C win 6 Mn SHEET 3 OF 3 of t3 tz t3 Pl ann.. ,Tex Y G" Mn ar ar Eq 5 O' Min a. 6. Ma " in Y -o s -o Ma PIPE RUNNER LAYOUT _Y_6 Max Department a/T spwtanwr SAFETY END TREATMENT WITH FLARED WINGS FOR 0° SKEW ARCH PIPE CULVERTS TYPE 1 - CROSS DRAINAGE SET P -FW -A-O ©.,aur rim 70 91 166 mon ORANWG NO. ST0 574 ON Pk.,,,Ely DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — — — — I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services _ TABLE OF VARIABLE DIMENSIONS AND QUANTITIES FOR ONE HEADWALL° TABLE OF OO REINFORCING STEEL TABLE OF CONSTANT DIMENSIONS Bar s ze spa xn. n x° pg'..: -',n cnnr I ,I e a o ELEVATION E _-5 \ o/Pv pes / MATERIAL NOTES! - r Bars FBars E FaBars Ba sF I1 41,,A. L Srt4e s -a yf, ars Cs �� Bars [L g. 64 9 g aB.111 1 raii�MaEl: ►3 9 a/ 73za z. , B 30 R B oOFgTv/ rete pope anew ee stght;r ears., ��■■■ii■■11■■�■■P ..■■■.i■■■ •• rawt ►`- Bars Bt o BarsBB- i■■■ii■■ ■ on 3��p o■■Ii■■■■■ ■■■■'' ■■■■I ` vR O reps („),,,„,„,,„,„„„„„„,„,,,,,,,„„, ° Il...IIMMOMM iii■■■!I■■■■ ■■■111! Ba , B, ILbeta Oant end lone headwall, ,Ze x H s 1nle e ©min B rs v. Bars a, ea s B B S c GENERA NOTES B g Length 6.a 3 I 3 xtl Lz1Zm RI ,' shoe Bars vL, L 3.23 Lengths based SLt hne. or wrngs on .1 slope along is PLAN Bars Bi -x g min lwain� 10 531 tpa: anr�nn, ar ,n nsen „me,: se ,btee mnerw, p0310331 ergemt roaaae w t x leI BARS B a. Bi -x so s wt or 1 _E ■ _ r13 rz wt or ws SHEET 10E 3 ears Bt or ss _id■■I1 • � � ,Os,at, tor,�m„a.t. a © a� �� ■Cn ■■11 Cia1L earsao. i C5 0 Bars BL or BB Bar,B :o ENT SAFETY END TREATMENT WITH FLARED WINGS % 30v E W FOR 15' SKEW ARCH PIPE CULVERTS w rll l !` ears r e t 1 7 TYPE I— CROSS DRAINAGE 4 Bar as a , B O , SETP-FW-A-15 t . LA, , CV' Iw. erx j.. cer BARS VL nC VS BARS CS BARS CL Itegtn — sal (Length z -sl TYPICAL WING ELEVATION SECTION A -A 0"'L01 ,a,,, .'11 " SHED 71 of 166 Hon DRAWN IP ST0 574♦♦ DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services Pipe o.oi <4. N Prpe OD .rYn' ,4,Pe topper a 4xn Dia hole IS° Headwall � �I�o.V-_._ �nezwasners n0 .�� ora ho a � �t�e�e e, p naee a ne� 4111%ir-- ELEVATION SIDE VIEW hea an e , or wmg wall h M1O 411bolt 0 Pe r,nner Lower oreck Wong slabAnchor v pe a Install 3,, anchor bolt ole with nut washers on the D u opposite nut and 2 w or e a r. for a oro r or ,o ise ae to the E z e_r v v MN 30rpe runner w ,,„„ `,a[6o4, t,rOugh hole 4 P er) Wh°r Bolts ` Anchor Q a r 8' eat n toewa„ Pipe ut standare 1 Culvert o° °th ° 'd' '� 6 plate bolt °r ental was nl er ,I4l boloth nut nut wa,hnote ane e. g °tew n9w1l I--- Pnner19 SECTION B -B SECTION C -C ELEVATION vP xef :ree WINGWALL BRACKET DETAILSPIPE RUNNER DETAILS _ - toper hratxer l.yp, �Va. Pope OD oo,e o �n °�°° �eirPi, a Oia as shown P r an Proe�Pa rea � El=lra.=!1 — awar, hae"er avm 11111111. - P�rrrw • e a no,F o a hales h,an,h hale SIDE VIEW ELEVATION 3-0° wmf ... ',.,e,e° UPPER AND BRACKET DETAILS ANCHOR PIPE DETAILS LOWER e w npw sena SHEET 2 OF 3 rvnner yS r 4 / ! ���r dMem es, / e nDeparrment of innaPwtet. standard R®°[0pl A Q �JA � SAFETY END TREATMENT � r WITH FLARED WINGS i r°ewa„ nth°ren, fe�R `"et M P° rrt iTvvl fhro n e9 °,a �. than3v, FOR I5° SKEW ARCH PIPE CULVERTS EP ,�I s TYPE I — CROSS DRAINAGE z- ' w,n - 3'-0"Ma. z� Ma, eon-s,iaing pine runner SETP-FW-A-I5 ''''gr . rP e- °re °° a.pe PIPE RUNNER PLAN ,. ' 'L:-'! NON -SLIDING PIPE RUNNER DETAILS 1 8 SHED 72 al 166 Hon DRAWN W ST0 574♦♦ ON PRE., ft ply DocuSig Envelope ID 2F 1 EOCE6-FF13-4D73-A624-21CCAEC1B174 — — _ I RIVISON NO. I ME I BY I IHSCRPTCH 4 11 CITY of CORPUS CHRISTI g TEXAS LJA ENGINEERING '44 TBPE FIRM REG NO F 1386 Deportment of Engineering Services Desogn Culverts SpVces Drn)n:ron 5 T414;: :,.,, T ,32 Arch C=rt Pipes @ 4on0e, Length 000,,,, Length 0uu_ Length Stze Total Pipe Runners @If the oute, 5 wulg puce runner rs a 0 N/A 5- II V. 7 0 - u 'h ,,,,, Nz, 0 Sro 0-u '6 -6' 3 2 5-40,-44,00-0sr4 0-5 '4:2'4 Tne anunao ope soze os rne next smaller 5 9 17 -10 94-4300-040-430 s.e than the PJPe runner S.5 0 11 20-0 5, u 8 I., 0-a 2 0-11N" 5-7'1 0-11 430 40-11330 2 0- . 3-5 N/A , sro 11 -a- 9 0 - 5., 0 -0 2 5 - o, 5 -7. 1 5 - o- , -4 ,, 2 0 - II 30 3 - 5 N/A 0, sro u - 4 4, NM 6 . 5, ) ,.),- 9 4 ,0, _3 N 7 5 1 -3 ,-cr 2 s'-o?6,• 5-, 1 s -a ,6 iv,- z 7 - 9 1." 3 -3 ,'' N/A 0 .5, 11 1 6 0.-7,2 0-0 2 0-11E 5-5 I 0-11!0'11-4'6' 0 0-5,4. 3-0 ,do 5/0 0.0 11-0 6 11 26-2N 11 0-0 2 0 ot, 40 0 3 9 -6 42, 5-6 " 3 0' , STD le I 34 I 50-4'0-40-s30s'-l'00-1l 13040-430 40-0 0- 0-034 40-4130 0-s304340s0010-s340 5 10 20 -. :U" 10 a I 2, 3 7 -2 32, 0-7' 20!, 3 10-1 5-9E, 2-11,6" 4 51, 10 92 6 13 30-6 4, 13 77-00-044-4300-r240-3045-430410-430 7-51347 0-44300s74 44-147' 0402 5405'0 1 2 T -0 E 2 073004' mu, •00 1: 2 5 le -6 5 0 6 3' -a a 0-1r 5 - 5240 -10 15. 20 -4 4 46 -3 %" 3- 2 ,." 5/A 0 474 30 -111," 3 %. 7 .9 / -0' 2 -a- s ,, ir 4' - I'. 0 ,- 9 E 22 -0 % 5 19 -a!, 0 -4,. . , sro 55 -o t. 4 44 20-55, lo f, STANDARD PIPE RUNNER-- 11 . -0 11 AND ANCHOR PIPE SIZES 'OW Pig'. -22r, 6 TOTAL PIPE LENGTHS FORMULAE: 4ere'Et:h1 rip'e 4 PT :p''4')R‘Ele'r's = 'R5inSC' s ÷( P i4::13):n't„ ) l.4" i'04:: 13 38 3 5, 13 E 16 =( )')') ( + 25 3.Z 6 19 07 -25, 19 AT. n7irL:C el Po peNliir ners 1 3 e -o 3 2 7 15-5E 7 5 la 43-7 W 18 Headwall P Pe u e SHEET 3 OF 3 -.4.-• ,TexasOmmmemorliansportation I ES, SAFETY END TREATMENT 54 WITH FLARED WINGS FOR 15° SKEW ARCH PIPE CULVERTS '':, 754541fs-,"',"'4 PIPE RUNNER LAYOUT TYPE I — CROSS DRAINAGE SETP-FW-A-I5 Note Lert forward culvert skew shown SIEEI 73 al 166 4 mon MMHG . , STO 574 96 CE8 Pk., ,,Ely DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 _ _ - I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services V. TABIF OF VARIABLE DIMENSIONS AND OUA1v11TIFS FOR ONF HTADWAIL y TABLE OFO3 REINFORCING STEEL TABLE OF 7 (NST ANT DIMENSIONS ` a r (Thea, s.:e spa xo rnC, x o H Rswe` a za I a o w 0 a EI xs s ar 3f4° e -s' =ia zF ELEVATION F xs ;a - II r, SL 6 SS 6 Ws e Ws s a " aw 3i r MATERIAL NOTESr - B Pro.. galamrr .a steel of reaa rea B. _ . aes s eaa F � r. .4 e a a 3aa ;.;a, 46 .9 -3r3Bz a.; �7l�nil� IEEE" •II••iiii• I Ekx Fa..Bs z, ..1■■fl■■ s ENE a`MEM��a� Cr MEM NENE! as V— HIE ■■■■I1111111111 '` a as Q , oP r■ ■■M Il���®® # GENERAL NOTES o Q o usual and maxmum. 0 Ouantrtles shown are for one 0 structure end ,One headwall,.i- —Ba 4 B. ea, s G Bar Vt,-. Men Length = ( '' a9'*F- lS12 's to ate Lased .t slope along fine 13,5 B PLAN ret Baa e rroaewar amoal rs e lB � e mea oba< or eara. reo mwww, BARS B and BI -x oa.oewa i�l i_ Bars wt or WS SHEET 1 OF 3 „� s o, Ir.��� or ws on inziae rare or wa;; , Texas of Tansawutlon ton ��il� care a o. cs aar�storsa 5 o _ ors Bars VL SAFETY END TREATMENT © e — �Cn�_ eE3 Bars ,strum;.. WITH FLARED WINGS W =_.-co �' FOR TY SKEW ARCH PIPE CULVERTS *-B § B's - Ba I I e ear. a ,-0..0 L rl Baru; -x TYPE I - CROSS DRAINAGE SETP-FW-A-30 Bar BARS VL and VS BARS CS BARS CL na a;n 2.-3, TYPICAL WING ELEVATION SECTION A -A z ©"__-' . r ". erg -. r -`" _-�-- _-- sx¢I 74 al 166 Ho= DRAWN NO ST0 574 DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — — — _ — I nnsow NO. I w e I BY I oesenrMN ' 4114s Ff m`i X'!4 E CITY of CORPUS CHRISTI TEXAS x �'®^ LBPE FIRM REG O A ENGINEERING 'hy''� Deportment of Engineering Services Pope OD Va Pipe o.o. r L8" Upper bracket "'.neje I rt Headwall 9nO loo n r -B "0 r-P,„,rrP 1c,,,,e..n H o = T ee ELEVATION CI rn.,ee corner of t Henee . SIDE VIEW P an n coo N was erO Pe unser anmor p a ng scab ower (vac e wesners rs _ v ca, o ne F 9 apDrota pe or. \rypia ^ Z—r I Q+., upper C Mngurall 7 anchor bolts g?,� n e Ancnoe r _ v [oewall Ppe wth nu eb tit_ _ _. _ _ _ _ ° wz colter[ Q Y' 1%, s” toewa l ananor °" i warner plate washer e - aai wth nu[ oorr wrn nv[ ane wasneeo-^ 5 orienta[ronl 0 ane 2 rrezheer ago a=r or wingwalr _ SECTION B -B SECTION ,o,WINGWALL Cra ELEVATION -' cket .1 e BRACKETe DETAILSPIPE RUNNER DETAILS Upper brame[rr,v o da VP 11111=111111 ANCHOR PIPE DETAILS UPPER ANOLOWER BRACKET DETAILS r SHEET2OF3 hole lone,. -I-----8 _FR ® - 0, SAFETY END TREATMENT �I a WITH FLARED WINGS ire r ncn bolts / e po[lg, Y srottep F%"r a'H' rvegn nn e "n''''ng per wm roan - er h) FOR 30° SKEW ARCH PIPE CULVERTS TYPE 1 - CROSS DRAINAGE e Max Non-slro,ng pipe runner PIPE RUNNER PLAN See [able for length 1 SETP-FW-A-30 [ �L��(. PIPERUNNER�a NON -SLIDING rn9 DETAILS OO bo. ©„"” " oma wr�� s SHED' 75 x1766 ... DRAWING ND ST0 574 oa w DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — — — - I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services a Design Curverts Spaces - esn 0e g .r yr '� t3 o'mehnOn vz La h.; ° ems o. g g Pipe Length (1 e s 0 rr rh ounrmos, r r r ' '" 3—Or 0-11 a r -65i' 4-105 z ri? 7-11%. Y" 3,,-g wp shortest. zs 8 5 15 s a 0,,,,,;Les sn 'cue. 'r ares,,. the 3 s rr 5Y z z rrr' - z -e 6, sa gv 3 s OThe moue, s e ry gS° a m _ a : rb .aR size than therer size. pp 6 10 zr-r S° 10 a r .- 5 0 z ', .zU r z s -z S° z 9 ° z e o s 0 a' -2, ro 0 r0oro y 2._ 3S -z qS.� 3 -g S, - - z , S' _ 36 _ 3 h' 0 y. oo a. 6 0 S 6 s h. -0 H' S° 3 S S' 0S„ -0 U' 10,, -a a° - - r u' -a 7 - 66 S, z h' - 75 0_,,,, v' 0 5 3 3! � o - SPECIAL NOTE: 10 c -8.� 5 <' .8 5 , -abs _ 0 5, 5 r -5!P -3 S. zY ro Y 5h 1s z-0 w" 6 _5 a II oI e safety entl t•eacrent co po eats. -a E" 1 r0 a" or- -P6,. 6B 9 93! STANDARD PIPE RUNNER" c 19 AND ANCHOR PIPE SIZES a'a . Sze s s <° 3 STD 3 068. -3S IS a. STO - -; _rk' s STD 5563 saaz IT 6 <' -0 S" 16 -6 pa,. 16 TOTAL PIPE LENGTHS FORMULAS: 20 za 59-5 5 za a — + , 1 t:.;. / p pe runner pe annus pe Runlne /iris v�cr ., Le gL Anchvor pes / 1 .. , + ,e Fanners v pe fiu, e, s / pipe runner I shortest w' vq®® I�4 s SHEET 3 OF 3 • _f p pe ,ohne I N , Texas Department or Transportation man e•w;n_ SAFETY END TREATMENT WITH FLARED WINGS - PIPE RUNNER LAYOUT FOR 30° SKEW ARCH PIPE CULVERTS TYPE I - CROSS DRAINAGE SETP-FW-A-30 ©•�, mYpISF s SHED' 76 aI 166 § mon ,RANG NO. STO 574 attar 555665 s.ew a, he 53336558 hand. ^' W. tl o 1 un PRA.,,,Ely ai DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 - - I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services REQUIREMENTS FOR SAFETY PIPE RUNNER CULVERT PIPES AND SAFETY PIPE RUNNERS M Safety o,oe runner n © 9 DIMENSIONS a 1 ���i RCP Wall 1, Length SrnPope v <fleau 5 P <nea<.ee E a ro. ,T ,-„,z :< rZt s,oP. or °. r sr<w sea sxP<' u <au .ee� o<r _ 15 _;' 13n 1050 ee Oetail 5., t ODm -- le z'h" len zono _ <as ao <as uo este pipe (RCP) meeting the reQuoremen = 30 a° PLAN epea, _ za a rar al.Gn <as no 0sso33333 3,33,,,,„P<or .easmoeoor ao, o, naze.u. rea„,rea ror .en,ae :-area. so ve, rsnow "' Pell era connection, 0To ewall to be used only wne., IPMP01,011 IS ShOWn elsewhere ,^ t. Plans 3o 3 h" zes 1 r sa nl he to, , of void between precast e. treatments noth concrete reprap- ere r wap „<. seoto the Item a, ver < <a <ow< 0'°a ° Top race or ,a rero em ,rea,me�r ,be.e,,. PeP Pe , P e r rn n, m m a ,a P m, rev e 3s < z rr ass° o.l ,z a ° (:)''''''fr en n.-,1 'o reg ' _- lope� rooar.m oe, n<roas„a aoa<o< '---°oa o accord o rprap a=Peer ea aro,mP ,ee sa v rea,meal. Pasu, vo acnes poor, po, ~. taear' ue..r LONGITUDINAL 6O ELEVATION A C, the GENERALNOTES.. re res have an 0 0 of __� _en the safety P rpe o sapo Pen ,00 'r' r aie eons „ e Poe• rr , ru a rr„en o a rormea P=neo �,<or,s °' S eo ,es , , o. e .. ".,oe,e 9 INSTALLATION 1z END DETAIL FOR OF SAFETY PIPE RUNNERS OPTIONAL JOINT FOR RCP �e o� O OPTION A OPTIONS DETAI aemroeme�r ,o Assn n6o i (/� tin I n a so.<r _ , LPA ca M,n aced ,sa n�a �® Opteonall.nt C o, RCP de o-oaaN eo <. o osm<„c as o a o ea sa aea Pas w . a ,. galvanrzed steel bolts washers ��' mooeer,s P 'Texas .Tor s Deyemm Damsons an sari cam y PRECAST SAFETY END TREATMENT TYPE II — CROSS DRAINAGE MULTIPLE PIPE INSTALLATION OPTION WITH OPTION WITH INSTALLATION DETAIL FOR PSET-SC SQUARE BOTTOM INVERT BOTTOM SAFETY PIPE RUNNERS . h Rr SECTION A -A (If reqwed) ©l.ml ..�,,,�„ SWEET 77 al 166 Hon DRAWING Ln. ST0 574 L':-'_' o, D, un PEWEE!/'•�i ply DocuSIg Envelope ID 2F 1 EOCE6-FF13-4D73-A624-21CCAEC1B174 _ — I RIVISON NO. I ME I BY I IHSCRPTCH 4 11 CITY of CORPUS CHRISTI g TEXAS LJA ENGINEERING '44 TBPE FIRM REG NO F 1386 Deportment of Engineering Services REQUIREMENTS FOR CULVERT PIPES AND SAFETY PIPE RUNNERS Sal ety pope runner Tr 'n 'Pep' 1;1" "q3" -e' '''' R3 3' ' '3 0 Pore Prpe Ora 24 Alas , 2 1 15 17 00' 6 1 4 9 No ,"3/ =. 3 sro 3 500 3 068 IS 2 I 30 20 50 6 I 6 - 5. No :32',g,-, 3' sro 3 500 TOPS . Ole Threaded P --.- ollrr'uler Insert a za , 1 95 31 00' 6 1 11 3 No >'1,,Z 3 sr o 3 soa 3 068 I INSTALLATION DETAIL FOR W '-'- SAFETY PIPE RUNNERS 42' 4," Z".. 2 I I P.' 0 ..-- lIrrepulredl = S'' 0 . -. -, PLAN .;• (00,—„,„,, 0 o, n., . ,,,,,,,,, ,r,,,,,,,,.. IRCP, meelrog t. repueremen, of OSTIA C-76 V 9alvanrzed steel Polls ro slope lTYPI Or requo ed 4 -4 k . ; Top lace of ssf ety end treatment e • OPTION A ilet a 0 ,, — • .s"' 0 2°,7oa;=',Til i • Prpe Doa il 0 ' . • • , Top Ime of GENERAL NOTES i 1'4 tn --• Y., Threaded (-saut, Nee rennet, , rF lowlme LONGITUDINAL ELEVATION ,PoloInP Pell end 000ner'Ion 1 OPTION PI B ; END DETAILS FOR INSTALLATION OF SAFETY PIPE RUNNERS lit repo, o01 6' 0 ',PP' ",:re',Z nte,,, ';''X'n27,-XX,Peens „,,,,, en, tne.t.e t Prrettab board, I ee 0 , '"'”" In a " 6 ' -.H.' --4-* MS. TeX. Depattmeert a Transportation Ltanelani PRECAST SAFETY END TREATMENT 1 TYPE II — PARALLEL DRAINAGE MULTIPLE PIPE INSTALLATION OPTION WITH OPTION WITH .' 'ars r4tred , PSET-SP SQUARE BOTTOM INVERT BOTTOM OPTIONAL JOINT FOR RCP SECTION A -A ( s,frZg gi;W:ri,'Z,Peg .".'. SWEET 78 al 166 4 Hon DRAWING IP a STO 574 '6 ON POWER, ,,Ely DocuSig Envelope ID 2F 1 EOCE6-FF13-4D73-A624-21CCAEC1B174 _ _ I RIVISON NO. I ME I BY I IHSCRPTCH 4 11 CITY of CORPUS CHRISTI g TEXAS LJA ENGINEERING '44 TBPE FIRM REG NO F 1386 Deportment of Engineering Services (-) ESTIMATED CONCRETE RIPRAP OUANTITIES (CY) PSET SC and PSET SP St, d, , PSET RC and PSET RP Standards St, Slope Length of precast safe, dnd treatment (Tar es 4 awn 4 (min, Ep Spa at I, !ma, 01 0 2 o P T , Rs ,p Io 7,-, L— anchor hues a. ods ayT 1 a a) d 3, 3333 ...,,'- ',0',',:- 3,33 ht. .33ST, ....2, i0-.-.. „ tre:g PLAN Tic tided votth SET for paymer310 f or PaYme33, net:1 MATERIAL NOTES Provide Class S rdoraP tt uTed GENERAL NOTES 1 Ancho .:-P':; R praP rod Prodection toto eques el d ) LONGITUDINAL ELEVATION 1 1111 1 FiEzE7 at,?::7, °,:Z-LiP= 'evZirn=itZ°2,,,, An hor rods a e not edu re CD CD R p sP 1:27s rO, 00 r, e .s.O.v. EMIL - _ TeX. Dernert of Trar1SPOIlatrOn Stan.. treatment 33, PRECAST SAFETY END TREATMENT TYPE 11 RIPRAP DETAILS MULTIPLE PIPE INSTALLATION SINGLE PIPE INSTALLATION PSET-RR © 7.. -:'.,-- SECTION A -A 4 .0. MAIM IP a STO 574 96 ON Pk., ft ply DocuSig Envelope ID'. 2F1EOCE6FF13-4D73-A624-21CCAEC1 B174 ::::0:?: .,,4„, 7.US CHRISTI . '' ' ` .5 EN TEXAS LJ�A ENGINEERING E. *tll RING` Department of Engineering Services $ MNaw TO MAME CRAG / @1 1R 4 SPAnED mxwE E Fil Ew�m EXPOSEDA .w SPALED CONCRETE . . SPAILn CONCRETE Pam OW)�q '' P. Ce 1 C. MINOR TO SEVERE CRACK REPAIR MINOR TO MODERATE EXPOSED REBAR REPAIR SEVERE SPALL REPAIR LARGE SEVERE SPALL REPAIR SPALL REPAIR Scps I -I I -I I -I REPAIR PROTSnIIRF• I INSTALL HILO CRACK INJECRON, OR ENGINEER REIM APPROVED EQUAL. IN ACCORDANCE IAN THE MANUFACTURER'S SPECIFlCARONS. RCE OF CONCRETE WALL MBAR RES/F1 EPDXY Rama App OF CONCRETE NPL SHOT CRETE REPAIR i EPDXY ICRTM ° /\ nEPDXY MORTAR LY -�I .ate a�N REB,R AN V4. 1= (TO CONCRETEI 1 h a�N REB,R AN ��// .4. Omenn TTO DE CONCRETEI a ;% LOOSERE Na FPo:Y y= r, BF,. PROUTII., REPAIR PRnrrnlwe. REPAIR PROUTII., REPAIR PROUTII. I. REMOVE (LOSE AND DELAMINATED CONCRETE. 1. REMOVE LOOSE AND DELAMINATED CONCRETE. I. REMOVE (LOSE AND DELAMINATED CONCRETE. I. REMOVE (LOSE AND DELAMINATED CONCRETE. 1. NR BEAST SPALED AREA. 2. HAND CHIP 2' OF SOLID CONCRETE AROUND 2. NR BEAST SPAL.ED AREA. 2. NR BEAST SPAL.ED AREA. 3. APPLY HILO RN 700 EP EPDXY REPAIR MORTAR. OR EXPOSED REBAR TO INCREASE INTERLOCK. 3. REMOVE SCALE AND CORROSION ON REBAR. 3. REMOVE SCALE AND CORROSION ON REBAR. ENGINEER APPROVED EQUAL 3. AIR BUST SPALLED AREA 4. APPLY OSPHLO RUST REFORMER TO ROW. OR 4. APPLY OSPHLO RUST REFORMER TO ROW. OR 4. HAND FLOAT GROUT FOR SMOOTH FINISH.4. REMOVE SCALE ANO CORROSION. ENGINEER APPROVED EQUAL ENGINEER APPROVED EQUAL 5. APPLY OSPHLO RUST REFORMER. OR ENGINEER 5. APPLY HILO RN 700 EP EPDXY REPAIR MORTAR, 5. APPLY SHOT -CRETE REPAIR. DOME HILA RM 700 EP OR ENGINEER APPROVED EQUAL. 6. HAND FLOAT SHOT -CRETE FOR SMOOTH FINISH.§ CRACK AND SPALL REPAIR DETAILS B APPROVED EQUAL B. HAND FLOAT GROUT FOR SMOOTH FINISH. SHEET SO DA 7 66 RECORD ORMIN0 MO. STO 51174 EPDXY REPAIR MORTAR. OR ENGINEER APPROVED o i s 's C JHONG FLOAT GROUT FOR SMOOTH FINISH. . CRY PRAM'fI R�IH 21107 DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 ::::0:?: .,,4„, 7.US CHRISTI . '' ' ` .5 EN TEXAS LJ�A ENGINEERING E. *tll RING` Department of Engineering Services T. CONCRETE ANO RERAN NOTES; SECTOR REOU.E0 WERE CONCRETE SHALL BE 2,000 PSI, CUSS A. 2. REINFORCING STEEL SHALL BE GRADE S0. WM., SEM.110C1F103 CULAspr cam IS LIM MAX ] B I.s Ou 1.11.1C11.1 SPECIFIED N PLANS H STIRRUPS H :TIMUM TURN_ CROUMasl AT ( M..) Ar ()` Tm. TOP DE Ar w x�sBo,I s�n b .. EXISTING BOR CULVERT m. RAILING FOUNDATION PIER RAILING STRIP FOUNDATION ]/r cxnrtR xxE scut I I CULESS mUNG 1 ti STPRu� ::: BINS H STIBIUM r 1.5. C{ H r 1.5. C -C (TVP.) " RCM el RAILING FOUNDATION PIER �® SECTION A -A H Raw ' ^J RAILING STRIP FOUNDATION /s- N. DIREA0.NO NUT SECTION C—C (s REQUIRED) PEDESTRIAN RAILING FOUNDATION DETAILS RAILING STRIP FOUNDATION sxaT 87 .1166 uRnRUC STO574 o z s , s z SECTION B—B 11♦ ON MEC! p 2x144 YvuE l I DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 _ AITRPnUM TOP _ ::::0:?: .,,4„, 7.US CHRISTI ' ' EN TEXAS LJ�A ENGINEERING E. '41? _ .5RING. '` Department of Engineering Servicesni M5TN I ATION NOT554 1. THREADED ROD AND NOTES LISTED ON 100-100. R. EPDXY SET 5/8' ALL ADHESIVE, OR ENGINEER WITH MANUFACTURER'S 3. ALLOW 24 HOUR PEDESTRIAN RAILING. HARDWARE THE 1XDOT THREAD APPROVED INSTALEARON EPDXY CURE IN0AI I ATOM NOTP5 SHALL COMPLY WITH MATERIAL I. THREADED ROD AND PEDESTRIAN REUNG SHEETS MS1ED ON THE TXOOT 95-99. WITH HILR HIT RE 500 EP000 R. FPDXY SET )/W EQUAL IN ACCORDANCE ADHESIVE, OR ENGINEER PROCEDURES. WITH MANUFACTURER'S TIME PRIOR TO !HST/ILIAC O. ALLOW 24 HOUR METAL POSTS. HARDWARE MET ALL THREAD APPROVED INSTALLATION EPDXY SHALL COMPLY WITH MATERIAL BEAN GUARD FENCE SHEETS WITH HILR HIT RE 500 EPDXY EQUAL. IN ACCORDANCE PROCEDURES. CURE RAPE PRIOR M INSTALLING 2 B. OR. STEEL PD (Scn LL BO) rE RUNT-PR'E'RgIgarRE0 R141001 E SONS •ea PRM. PD]EMMw1 RNuxG m ��O Rm ;::::: v. � •� 1 pR4„m N MN<(6' ux.IOEmII 3.000 PS mOxmw00 DOMING CONCRETE nDenMru f3 ousnx0 CONCRETE nEwTwl PEDESTRIAN RAILING INSTALLATION ON MBGF METAL POST INSTALLATION O0( BOLLARD DETAIL EXISTING CONCRETE HEADWALLS EXISTING CONCRETE HEADWALLS RAILING INSTALLATION & BOLLARD DETAILS 2 511OT 82 o1166 x9R4Inxn. S 5 TO O VS , 5 1174♦ ON MEC! ft rig DocuSig Envelope ID 2F1EOCE6-FF13-4D73-A624-21CCAEC1B174 — _ _ — _ — I RIVISON NO. I ME I BY I IHSCRPTCH , g N IA A A e7 q iiiim:Hq- CITY of CORPUS CHRISTI g TEXAS LJA ENGINEERING t.' '44 ,....' -a al TBPE FIRM REG NO F 1386 Deportment of Engineering Services E . t il= t ,.:":' SIGN SUPPORT DESCRIPTIVE CODES .,—,,,, Totek bc.rescanet to project ..t.....e cpantities sheets, SM RD SGN ASSM TY XXXXX O0 XX (X -XXXX) REOUIRED CLEARANCE FOR BREAKAWAY SUPPORT SIGN LOCATION PAYED SHOULDERS T . I NTERSECT ION it.iaT Pale ,pe HIGHWAY ON INTERSECTI 6 ft min 1 HIGHWAY INTERSECTION M p<=> 1 \ AHEAD AHEAD ._. Norm, iyoe 12 ft I 6 ft min igO „ a.,.,.,,,, a ,,, ,. tee ,eo SOD FRPJ orc .JI I Nw-breahaway .7".1111klallaiag Mellon or aft,. ehee„, o to 6 ft 1.5 ft mom 7,0 ft. min • n i , gee,. tn. erft —' 7.5 ft max 7.0 ft min • n I Travel 7., .r, .0. 7.0 ft. min • LE, ..',. ,,' IT ' T Sign Igo -anti, Designation :P,:;:see7,ZXLIF it SIa;r IT1117'. kTo I IMMIc;: J see .-MI.SLIF- to SIIP jl; , ,-,.,,, 'T ''' .'e' W'."' .'" 'ee .--: SL' ' -. '''-3. _ Grand Surface ow.] vehicle undercarriage Snagging, coy SUOStaltiol remains of o breakaway support, IMen it is broten mot, shwid not project t,,,, ,hon t ,,,,,vt ,,,,,,,, o ....,t, ow, ii•e., tYPioal Since between Meet pa., Paved Shoulce LESS THAN 6 FT. WIDE Wren the sneaker, 6 ft. or less in width, the sign mcsi Pe placed at least 12 ft. (ran the edge of the travel lore. k Shoulde GREA ER THAN 6 FT. WIDE Allen Me snobider ts „eater than 6 ft in width, the sign must be placed at least 6 ft. from Me edge of the shoulder. P ne,,,,.. ...... I. sio. is needed at the end of a „eh e'. „ he . k f . . he ,,,°',,,=' k e ereZ,..lre',. t ',.tt.'<n%,,:t:',7,1L ...Tose to .. a Prootioat• wo-lone, '''' 'XC '-',!Calca'C','cat'rraCnta.','. S.C.a. TaTITilL'371')' BEHIND BARRIER OE 11331 Eggtal MK2q Is EET, ,Z7. , , t NIINDUC •hOil 2 g sin , s ‘, accept.61, posts should be located , e within o 7 ft. circle. ; =. w _o i HIGHWAY INTERSECTION AHEAD 2 ft min.. HIGHWAY INTERSECTION AHEAD == —1— — _J Edge of Travel lane ,, ' diameter ,‘• a clianeter , , , _, Guard ,, ;, eek _c ,ee„eke 1.5 ft ese. 'Barrier ii,.."... im M M M Not Acceptable , i; \ 7 ft. „ , 7 ft. , N <Haw«.• comet, , po,d „wider BEHIND GUARDRAIL po,ed Lyulder BEHIND CONCRETE BARRIER 11---111) . Not Acceptoble , .,.. , Not Accep able - - - T. ' --. - - .- m1 Crow guard roil Or CalOrBte Perrier perfOrmW0e. • Signs shall be nount:d using ttl.nfollowiag condition TYPICAL SIGN ATTACHMENT DETAIL Single Signe ElocktBack i,; -e 1.1.00, Nylon waSINier, flOt -- Sian 7•3''' '''''' -'''Cg rTiga 'Wet aloe, SIGNS WITH PLAQUES 4"4. 77:Ti'4'.17. EAST •,..P,\? h=)I Elie Nil RESTRICTED '...” 6 ft Maximum possible RIGHT -OF -WAV n'n" '6 n6t '666""..' HIGHWAY INTERSECTION AHEAD o. . minimum of 1 to a maximum of 7.5 feet above Me edge Of tile travel late Or 121 o Fen1F.F. or 7 to a maxima of 7.s feet move me e-oHe at the ease or the sumac, when sign is inSt011ed On the POCkSIOpe. The madman. volue$ may be inCreaSed e'en directed bY Me Engineer. See Ile Traffic Operations Division website for detailed drawings Of sign clamps. Trim...liar Si iphase System Sign Post idyl T 0"---'T elma—T,i,i:, :,...i 1,' — Travel Lane ki2tI H Wien 0 supplemental woo. E ar secondary Sign , used, the 7 ft sign height , 7.5 ft aux ' COmpOnentS Wel kedge Ancw SySiem oonwer., The weimite eddre6S ial nitp://wommixdat.g0v/publIcationsatraffic.ntal neaSured to me bottom of ggg moolgmeniol ploQUO Shea! or keekeeerk hien. T„,,,,e, 7.0 ft min • , ...; r.102,... r CURB & GUTTER OR RAISED ISLAND Roved ',polder 711101" Texas Deportrwl of Transportation italkOOProllass DNIslon BaltS uSed to mount Nu. L".... ,onei - ' C nylOn 1.0511er, • Nt ,st.r .0 ,, e 1,, e,,,, — Lfr't HIGHWAY Lfr:- INTERSECTION AHEAD — p,ekk.,,,,,c, r striations nay be Created by rocks, rate , vegeta}... forest, buildings. a n rrow Islam. or other f000r, . SiToOtiOnS ..0.-s 0 iaier0i re'l-i°tian the miniman horiCOntal SIGN MOUNTING DETAILS SMALL ROADSIDE SIGNS GENERAL NOTES & DETAILS Approximate., Tength Prevents Clearance from the edge of the travel late, slams ,O¢ (Coveter Specific ataTO ani•ercoi Ciamic I should be omoea as far from the travel SMD(GEN) —08 SiZeS Cnd Sign ClaTO tyces cre O,,e, , -re -,, o , 1.5 ft max Tale OS praCtical. depenoing opal field tact, ,ant. Foce of ''''' 7.0 ft min • race of C''' ••• Post may be shorter if protected hY guardrail or if Engineer determineS the gm 83 al 166 4 RECORD MMHG Mk STO 574 ;.r_,• , one uo,„rooi cicyr, moat could not be hit due to extreme .... MT 96 ON POLL., f I iply DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 - - — I nnsow NO. I w e I BY I oesenrMN ' 4114s Ff m`i X'!4 E CITY of CORPUS CHRISTI TEXAS x �'®^ LBPE FIRM REG O A ENGINEERING 'hy''� Deportment of Engineering Services fr% 7t ao g'3 °` TRIANGULAR Nee Plate8011 SLIPBASE I INSTALLATION GENERAL REQUIREMENTS GENERAL NOTES. NOTE .. sup Dose shal I be permanently marked to , ate ocrufoctsrer. Method, ,gym. mo i«o.�m or narking ore SubjeCt i0 approval of the TxTIOT Traffic Stmards Engineer. There ore various devices 000roved2. Material used os post with this system see Gererai Noce ti for the Triangular SI 'abase System. 10 MG Tubing a ll charms to Me following swcir,cs,imu slipBose Pleose reference the Mater iol Producer steel taping or oiPe or 15i11111008 List for approved slip base systems. .se ...MT.'. � - - ® ® ® http://www.txdot.gov/business/prOduCer_list.htm 70,000 PS, mlninve lens• le al ® The devices shall be installed per MIMI monufocturers' recurrnendotions. Instal lotion procedures snot be Gs3). recgot us ol �. ro wit al = aha wire per ASTM 8833. provided to the Engineer by C000 00tor, manufacturer Y,e .gym. e e e� nb 8°M,flided Per r/2!!""' s ei e welded steel tdoing or pipe with equivalent nay r als used s '+r al.s. ,ale ro w q �� Egg close A °m° NOn-reinfarced . 3. See the Troff DI lor e for detailed drawings of sign CIOVS and TedOS Universal Trion ents. The venire odo,ess Ts: 4. Sign Supports ale. no/ be ce here shorn. Sign support poSiS Snail not Pe Spl Med. M xz tee ent of tee e -e the sr. Peek Ond stun bel en ve the ground • e concrete footing Mh011 be used elsnrere in Me aftuld take approx. zs of or [accrete. ... .... °se, unless ected by the Engineer. °d Bowe rs m s �, a res.ima ma s designed t° release:e .,.e° struck from ° r u,,Ort so tnot Me bottom of the sign will be I to 7.5 feet ve dge of trovelsmy ete Mer el, s , elate s °Pore .xe ecof Tm el meet lone, when s l iP Plate , ce of thhee ee st°rovel aPoMne t shall Pe plan as CONCRETE ANCHOR c Te..os Deporrmemorr^onmonmron „ r. ex,meon m mala m gmeNIve type. e n 4000 psnormo - 0 SIGN MOUNTING SMALL ROADSIDE TRIANGULAR SMD(SLIP-I)-08 rs DETAILS SIGNS SLIPBASE SYSTEM SxROSTA xSgTfq..x..SO1..q.. 9.08 SWEET 84 of 166 �_ our RECO fig DRAWING n. STO 574 12GOI ° of ON crn� rcr . �11 � sl laT �� DocuSig Envelope ID 2F1EOCE6-FF13-4D73-A624-21CCAEC1B174 _ _ _ — _ I RIVISON NO. I ME I BY I IHSCRPTCH , g N IA A A e7 q iiiim:Hq- CITY of CORPUS CHRISTI g TEXAS LJA ENGINEERING t.' '44 ,....' -a al TBPE FIRM REG NO F 1386 Deportment of Engineering Services ER b'0 - - -1 ODE•WAY Gap ...en Zig. - I anon be Abair. i I i I ' ' • ' at wooers I..."II:l•• 10 NG • •I• •.• 2 PA.... •••• 32 SF „ 1 k / — r — gal on,ea per / San 00 1 32 SF Pr. ‘` L i r - :III '-, • - n -r r , ,, STOP 1,11-1 or . iron 445, "Golvangizing.. ... , 2. The b:pineer ma require that o S.edule BO post be uSea in place o a 10 DIVG where a sign height is I • , Ak 5/16. x 3 3/ 4' he. bolt with --A .AU. Alio arermally high due ta o II SIOPe. 3. Sign wooer. shoo nor be soi Toed except where Shown. Sign support po ts .011 not be spliced. .?1,1 12•I .„-.... FtS 1 al, SD RD SON AS. TY XXXXXIIIbble, " 1,_ I L SII RD S. ASSN J Y XXXXXII/MbIll i. Detail 0 - SD RD SON ASSN TY , rut, loch washer .d flat washer Top View 4„ Aluminum si. p mks shall conform tO Depertmental Material SpeCif CatiOnS 04,7110 and Shall nave the Detoi I B ....Ina mi.., thIcknesseb 0.000 for eigns lees I - TerelV2".'17.1 ''''''''''' Top View Per AVM A307 pLAGUE . 1 - variable length Detoi i A golvanizea per than 7.5 sq. ft , 0.100 for signs 7.5 to 15 sq. ft., Item 445, •Galvonizing.• Ond 0.125 for s ans Drente the, 15 Sq. ft, side „ 2 . 32 inch pieces 5. Signe that rep.i re SpeCif I Suppe, doe tO reaeOne YIELD • 1 - 6 inch piece in addl.,. to indi„dIng cre IndIcated on the , - 32 in. piece Drill 7/16. hale •PEOUIRED SURPORT• table on this sheet. Ur x 3 1/2. heavy nex 6. For horizontal ect.oulor signs fopricated from (lot XXXXXII1XX11,10 Ithrce_ehl after bolt with nut, lock waSher assembly and install and 2 flat ..ers per ASTIA aluminum, T-Pra kete are Le. for Signe 24 inch. or less in height. U -brackets are used for signs of WI, nut. 2 flat , ,,,. / 4,307 golvaliZed per grenter h.g,„. m/ft Wing Channel wooers Cnd 7, Smen two trial, icr si „pp. sugports ore eued to lock waster. support a singi elan, they Shall no/ be 'rig., "Pin li, '''" ig! ''- !, '' t II '''llib J -V-1 , ,. 1 ' l' L ' _J -'/ i ) ' Nalexl•bri 14 I 1 . : i ! e CLOIIPLMII to ea. Other [Mel>, swab. the sign panel. ,,,,, E y, ender _._ .,....,This 7.xii 1 citel„10w, eaCtio, 2,0.000,r4,1•0„00,...1 independent, galvanized per STD A 123. 1.11111 El. Wing charnel sh II meet ASTI/ A 1011 SS Gr 50 and be 9. Excess ,pe, , q channel, or ,nriberen shell pe cut taf I „, .., 1 Ni...111 40 ,, . i . 1 .• off ,, ,,,, j, ,,, rot rttenu oeeord the ,,,,n oonp, - WW1 B I ,. e. , ercess s oleo, sr° I not be visIble then the • 4 Detoii F sr9r, , ',ere, rue tele ''ent• , ,e,r obo ?,,,..': I H ' _ " :In ,,,,, 0 -bracket 10.11.1•,nol toul mockers net be ad., vert leo!, Splices shall only be allow. behind the sign substrate. ,,,,,,,,, „.„ „ „„ oreo „„ „. t5t I i YI 39 g „ , ,_ _ I, 1 „ , the Detail C isESP. 39 1 Yr Dylan waSher. r ace .e clan, 3 Inches above ,..„,— TSU Bracket botran of Re,. •ET:= rrt, SII RO S. ASS1.1 TY xxXXxIIINXIU, N SD RD SG I ASS,/ TY )(Mall NMI S1A RD S. ASSY , ISee Note 30 XXMMIDEM I.-110 III Aluninue Sign Pane, , ill, hex bolt with nut. 100k waSher. , 2 flat wOehere 111C.-.. IE.Post open encs be ••tted with Fri,. Care. 13.Sign O1anxs sue ee tne srece ond c,eneee ehot. on 'Um rex bolt, nut, locia OIane• wa.er Ond 2 flat in '- 1 - I i - - -1 1 1 -1 ( L: ng 1 11E MeD fasi ED t... bolt vith rii r30?golvalized per Item 4,15, L-1 nu, lock wosher ma 2 flat REQUIRED SUPPORT Dela, 1 F I I j J side vie. Ili i mashers Per ASTM A307 raison,. [er III Post 51614 DESCRIPTION SUPPORT TY 1091.11.11, TY IONG1111(X1P-11.11 I "001,nrizing.• .1 E TY I 013.11. IP -11.11 rE• 1 ID 1 1 - 0 SIDE VIEW Detoi i C 'c — ^,. ,- -cr' .E-0' ,',- I.-" TY 10.B.I1XXIII TY 101MIllerle•EW 1 I KO V. ---- .= Si an, TY SB0111,111,11 1 111..1.6”.. _ Extruded ,,,,..,„,„„r ttrtr-,Ce :tens td,eutond or ...re,' TY 1091KtHEe,E5 isee W12.111 TY S00111XXIT1 i., l ' I -) ; w 3,, x 3 1/2• (It/(MP head POlt, nu flat a 1 I Y — Per ASTIM A307 galvaniZed ,\,.... 1,1 Sign Elab, re -Ince tcroo, ,reg een St, s 1 TY /000L111.11, I ,, '." 4! klifri- .r,,:::, I Large Ar Ow Sign C. 8 W1.71 6 . 10OWLI11XX11, III Pos.--z-.- ....• 1 ,enot-h r,ov up, depending on sloe SM RD S. ASSY TY I See DO, 1 E S110111XX1U-1EXT, SM RD SON ASSM T 1 S601111MIU-2EXT, W ' S' -.• ''''' " "" clamp type cod °. g'....' Detoi i D F.A..1.... ..os may be manurectured from hot rolled Or COld r01 led Steel '"."' FRICTION CAP DETAIL Sheetslne C.., OPet riptrel The rim edOeS .011 be recsorob y stre,., ond 71*Tebp$ Depodment of Transportation iron, Ogre., avtzlon SIGN MOUNTING DETAILS SMALL ROADSIDE SIGNS r TRIANGULAR SL I PBASE SYSTEM I , I Wile,. detailed otherwise. .„..„ 0,.., pipe U.O. ,, ,,, ..,,, hove no tendency to rock *len seaeci on te ppe. • The depth I be ,e ,re . 1 I Shol eu,riert g,t0 Per, SMD (SL IP -2) -08 i SD RD SON ASSY . xxxxx111XXITI . 1. - See Nate 121 e=1,e'l-PrOl zinc in accordance rtIn tne requirements ct ASTM gm 85 al 166 '-','' 0633 Class •F6/2N B. 4 ROM ORANWG NO. a STO 574 ON POLL., ft ply DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — — — — I nnsow NO. I w e I BY I oesenrMN ' 4114s Ff m`i X'!4 E CITY of CORPUS CHRISTI TEXAS x �'®^ LBPE FIRM REG O A ENGINEERING 'hy''� Deportment of Engineering Services 6.T MEM NOTES" tb 6P on xlno.l cert ournel POSTS wxxrx . SIGN AREA hex bolt with Drill 7/16" hole bolt with nut. IOCE, winner after 10 8b.; 32 SF B D �anized and 2 flat waSherS perASTM rem a See Data E .lar bo'ce.s 6a.mz o. aeo. BW 1 3m" w WB r zExr, See w. Extender_ ,� Ern for e rai o it Extruded Or Alunl. Bin.. I.L2 sift tnw.e .ee Detail 0 on SW .LIP -2I, �see Detail .ma Detail I s ta. View a Deta' see cera e.1111 Panel ea Detail C e Splices ceeenol only allowed behind me can substrate. or B .variableIIMI N I lams Dr rla1�fis ce �.�i. see Detail B ,—F NI .rW .. .,3 `�—Ja m I� NE r g8gz rz Irz = = = = lI'��11 occ 1- IZWoet open mae .mil ce .� ted ..n��n v,<c�<aa< 66 il! w «wx .Asw r' xxxxx,�xxm head QI MI sclxre 16E1 1_, flot wash. sB.s. r _I` ASTM 1307 galvanized 'Galvanizing.. REQUIRED SUPPORT o sign DIEM -- Universal)ISbeDr Sim Panel '�` Si.n en.ePast attached with an«I�<a .ern elan. Desai E sl6x DESCRIPTION 4STOP W SUPPORT TY 1001,1,11,XMITI TY 1081,1,111.IP•861) I O I m�ae� eae� o�a< dotal tSee ` 0•.«n YIELD m x1ziTY IODIVOIIIFYITI TY 1081.111XMIP•BAG 16 O° j aW SS RC SON ASSM TY S«Pi Detail E !<` clam .n foliation ale am ONE-WAY aIDS, t 46x TY 101310iI,II, TY 1001,411 CEM IP.° olt • placed atapproximate center u e. a B6. am 48.48 ,Wm signs n IOBBGIIIxx III 2 flat washers 1•� ATA ger ASTM 1307 A�•1 _ o! scans .mn s ff tam l0. 48x60.inch signs TY S80111XXITI, /A s Item 445, Tab f•A In Iaiava « sorrel 48x40 rrr lonou SZoea�I o 6. panel SnOuld Gai.m�z J 1 ircn signs xxxo ITI <m ler Drayer aborting. B•IIm Advance School x i« spm .1 -II TY laswG1I lxxln Sign com 6z. • greater 48.inch School x . ly sigrsz , TY IGBxG1IIxxln rscec fig m „er<a _ Enda Arrow sign 1111-8 x 111-11 TY oBWe1IIxxlnu ve aware ! I l 41 IL .I —Iib I«m « r ma ndr701- pPyarlmdp M T/anspu'/olfan operates p.rsrm nay bolt witn 2 flat wasners per ASTM 130T m=� L. -11 11 �R !il-� I Extruded nm m 0Bl� �:�.a�wn Panel steel y,arsno«e. See SW 12-11 for additional r Bracket .mylgo,m.ally.m details SIGN MOUNTING DETAILS SIGN GNS TRIANGULAR smALL OSLIPBASESIDE ISYSTEM SMD (SL IP -3) OB Extruded Aluminum Sign Detail D W i+h T Bracket EXTRUDED ALUMINUM SIGN WITH T BRACKET gm BE al 766 Hon Miwa Mk ST0 574♦♦ g. 2fini DocuSig Envelope ID 2F1EOCE6-FF13-4D73-A624-21CCAEC1B174 ____ - - ____ ____ I RIVISON NO. I ME I BY I IHSCRPTCH , ,,. & IA enr,,,,.. 4 11 , :Hq- iS CITY of CORPUS CHRISTI iiiim g le? iEi TEXAS LJA ENGINEERING t.' '44 ,....' -a al TBPE FIRM REG NO F 1386 Deportment of Engineering Services El REQUIREMENTS FOR RED BACKGROUND REGULATORY SIGNS REQUIREMENTS FOR WHITE BACKGROUND REGULATORY SIGNS GENERAL NOTES i' (STOP, YIELD, DO NOT ENTER AND WRONG WAY SIGNS) (EXCLUDING STOP, YIELD, DO NOT ENTER AND WRONG WAY SIGNS) 1. n:,r, to tye FurnIsheo.snal 1 Ne os oetolleo.eiseynere , tne olons.onoK&K os il: / \ YIELD .::SPE \ / E:E) LIMIT .0g ni / 1, 1-;'? WRONG th 1 I .p. ENTER WAY S'i„ ,,,,,,,,te ,C L`e C,) ,,,e, ,01 tr, mee, the Deportment, materIai ATYPICAL REQUIREMENTS OR FOUR SPECIFIC SIGNS ONLY EXAMPLES !g SHEETING PEOGIBEMENTS 4 SHEETING REOUIREMENTS USAGE COLOR SIGN FACE MATERIAL RY USAGE COLOR SIGN FACE MATERIAL BACKGROUND WHITE TYPE A SHEETING VW' BACKGROUND RED TYPE B OR G SHEETING BACKGROUND Au 0 -HERS TYPE B OR C SHEETING ALUMINUM SIGN BLANKS THICKNESS o'g LA, BACKGROUND WHITE TYPE B OR G SHEETING =Tan.' BLACK ACRYLIC NON -REFLECTIVE FILM Square Feet Minimum TniaNness !!!. LEGEND: BORDERS WHITE TYPE El OR 0066)1160 Less than 7. 5 0080 LEGEND RED TYPE B OR C SHEETING =Tar.' ALL OTHER TYPE B OR C SHEETING 0.100 . . Greater -than. sp REQUIREMENTS FOR WARNING SIGNS REQUIREMENTS FOR SCHOOL SIGNS PSI DEPARTMENTAL MATERIAL SPECIFICATIONS VS /- SCHOOL ALUMINUM SIGN BLANKS 0007110 + SPEED SIGN FACE BATERIALS 00S-8300 0 LIMIT 20 itit WHEN FLASHING I A# I The stondard Highway Sign DeSign5 far TeyaS ISHSDI con De found 01 the following welnite. httpl/ww/wIKCIOtgOvf TYPICAL EXAMPLES TYPICAL EXAMPLES operat SHEETING REOulfIDAENTS SHEETING REOUIREIAENTS , Texas pep...a effransportation ....„, USAGE COLOR SIGN FACE MATERIAL USAGE COLOR SIGN FACE MATERIAL BACKGROuND FLOURESCENTB„ TYPE OR OSHEFG BACKGROUND WHITE TYPE A SHEETING TYPICAL SIGN LEGEND 1. BORDERS YELLOW BLACK F,IIN ACRYLIC NON -REFLECTIVE FILM BACKGROUND FLOURESCENT YELLOW GREEN TYPE BF,OR C„SHEETING REQU 1 REMENTS LEGEND 8 SYWOLS ALL OTHER TYPE 0 OR C SHEETING BLACK ACRYLIC NON -REFLECTIVE FILM 41)EVIL:gri.TE" SYMBOLS RED TYPE B OR C SHEETING TSR(4)-I3 ©oo1 071700) 0 gm 87 of 166 4 RECORD MAIM Ha a STO 574 CIN MEC! I's ply DocuSig Envelope ID 2F 1 EOCE6-FF13-4D73-A624-21CCAEC1B174 — ____ _ — ____ _ I RIVISON NO. I ME I BY I IHSCRPTCH , g N IA A A e7 q iiiim:Hq- CITY of CORPUS CHRISTI g TEXAS LJA ENGINEERING t.' '44 ,....' -a al TBPE FIRM REG NO F 1386 Deportment of Engineering Services BS REFLECTOR UNIT SIZES FOR DELINEATORS AND OBJECT MARKERS DELINEATORS D & OM DESCRIPTIVE CODES SIZE I SIZE 2 SIZE 3 SIZE 4 SINGLE DOUBLE INSTL DEL ASSM D -) SZ 1( 00000XXX 0(X fi. 3. ,.. •.•-•.• NOINTER OF REFLECTORS S . Singre 0 • Double :' , • • Anme ''S< _ .., .. • - • ..• . . , .•. : , . - io DEVICE •Lt_ REFLECTOR UNIT SITE , .„ •Ta•- qi .T..- ..!"I'/.6:] 6. .V. . . . TYPE OF POST Ca DELINEATCR . • 111. Phonnei Post yisx • ye"ow Fiesioie Po" SRI . White Fleylpie Post BRE . Bo„Tor Wiest.- ..Ok. r41 -Si ze 2,,nrwf lector I -S i ze lector 2 -Si ze jni,e: i actor 2-5 ire 7: lector TYPE OF WOONT OTO . Embedded idrivoble or set To concrete, v ;.cvirri.nr4,,,,em:m......., is, SHEETING Yellow, White or Rea Type B or C reflective she ting uln SKF • SaTTods ...GT 1. Size 1 and 4 - Direct applied refle tive sheeting for us on flexible POs. (fix, SHEET/NG 'Filo, RC.. or Red TYPe B or C Reflective Sheeting DIRECT. if Rec.,. ii NOTE 2. Si. 2 and 3 - or use an wing chan el Om! poSt only. USe approved POST TYPE NC YFLX, WFLX WC YFLX, WFLX BR . Bi-Directionol wiin red on Kock ' metal, plastic r fiberg ass PaCkp 1 te with 17/64. rto..t. hale, MOUNT TYPE CND CND, SRF ENO OND, ERE INSTL OM ASSM (0M -XX) (XXXX)X(XX) 0 T OBJECT MARKERS Typyr,CtIrEST WRITER 4 Type I ION -II Type 2 IPA -2, Type 3 tOM-3, Type 4 I011 -4I N.M. OF REFLECTORS OR DIRECT!. . J -S• 2 l' 044-1 014-2X 04.1-2Y 041-22 014-3L 014•3R 011 3C 014-4 z . 3-slze . , 1-s•zo a rofiscior Eni," clyso 2 co, 4 lo -T•1 ,...j., 3. T . Je„ side ,yee 3 OP., Yorker only, T . KOPT BOB :Too 3 object horsed only, TYPE OF POST ...E.,Ek4,V!.oc-• DEVICE 1'36 .o. Eil MSi L 12 .. . Po, <. , , • T A ,i Y—ount, • S,u„r.f.,, y s . Wen. Anchor Steei AN ... e DIME ION Sh 3-Size=lector I -Size si/ector 3 -Sze efiector unite DEPARTMENTAL MATERIAL SPECIFICATIONS un or I -Size 4 reflector un t FTEXIBJE GET INEATOR & OBJECT- MARKER POSTS ,EMBEDDEG & SURFACE MOUNT TYPES, ,ms_4,0, SHEET/NG Ye! icw-Type B,,op c„sneev,,, F.,. - TyPeB0r-CShe ting Alternating °aryl , block and etroflective WI. - Type EI,L or C2LS eeting Rea -Type B,Lor c,Lsneerina SIGN TACE MAIERSATS DME -830O POST TYPE TWT WC WC WFLX TWT TWT DELINEATORS. OBJECT MARKERS AND BARRIER MOUNT TYPE WAS, ve88 CND LNG CND, SRF WAS, SAP WAS, KAP REFLECTORS .s.ee.0 BARRIER REFLECTORS (BRF) CHEVRONS ONE DIRECTION LARGE ARROW NOTE: Del Inearor and Object mor er CFI GF2 CTB SEESTrates and BEG, sub, °Yes .P8 Alt DEVICE DEVICE shall be 0.080" A i888,7num ign9 alternative. 0E. fr. fitr, L, .s, I I II WI -8 /11-6 ,T4444 .4Pertnrent of hanseonetion A71.1", DEVICE ..,,:os DELINEATOR & .. . LI :Conventional: ICTZ,IIY;0:. (Expr (Freeway: SIM IS A LI (Conventional/ (Expressway 6 Freeway: OBJECT MARKER , In,ileraectors shall meet the of: • ene ts '''4,T;;!TVR:rfrZorTro:noTr,1=n.:" MOUNTING HEIGHT essway: 7,0. Only MOUNTING HEIGHT MATER I AL DESCRIPTION at: wvy.txdot.gov. , CH VRON 011-61 signs and 0 E DIRECTION LARGE ARROW IWI-6! Signs sh II be installed per Sig Mounting Details 1.12: Standard D & OM (1 ) -20 SHEETING Yellow, White, Red NoTE Sc. ets and bald under Item 644 ISnal I Roadside Sign Asseables, • 1 i --- 2SWEET 88 of 166 4 Hon ORAIMG IA STO 574 " h=iS':(snmIT'aTe 2. when tnere , a need to increase coaSpiCuity, the Texas version of ARROW ins,. :nor, I I .'.e. NOTE TaW'FlfbFolhietin;e,nO th ONE DIRECTION LARGE sion (111-9TI nmy be used of tn ONE DIRECTION LARGE ARROW .1-61. io-ss 3•15 „El 7.2o 20: I ON MEC! p ply DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 _ I nnsow NO. I w e I BY I oesenrMN ' 4114s Ff m`i X'!4 E CITY of CORPUS CHRISTI TEXAS x �'®^ LBPE FIRM REG O A ENGINEERING 'hy''� Deportment of Engineering Services POST TYPE AND SUPPORT FOUNDATION DETAILS TYPE OF BARRIER MOUNTS WING CHANNEL (WC) FLEXIBLE POSTS (YFLX, WFLX) WEDGE ANCHOR SYSTEMS GUARD FENCE ATTACHMENT 66 GND GND SRF WAS WAP GFI GF2 O , 0 mar ec,'veo era 0 — an,o .e 0 Ld �Aoaro..1e Attached e — 1Rost / , Jo 1 1S3 P Post -4 tit 4 CONCRETE TRAFFIC BARRIER (CTB) Dia. 12'. Dia. or m alae lel o yy9g912 CY: 8fr a I U Bae e%� 30( .4 1 CiB. ,1 3g ,� `6" fih NOTES EMBEDDED SURFACE MOUNT STEEL PLASTIC TESnstta 1. Eneaaacea W'nq iW`1 a ° o w.. en o -e. -e5— T l \1 TAcost 1011 55Or. 50, or ASM 99. ie r -.- fee* t e��t ..�-..�t�o s. a _ i. Inet0I1 per manufacturer mm 5 recoendations. GENERAL NOTES 0 3 be ye low. r mea•cn „__, Ina . a.�°ia on�1_ s-c�i 1. PlaCe delineator on a section of °YOY o+ a consistent a�s+ance frau to ease or pavement. TYPES 1,3, AND 4 OBJECT MARKERS AND CHEVRONS CHEVRONS AND ONE DIRECTION LARGE ARROW SIGN DELINEATORS AND TYPE 2Oavmment OBJECT MARKERS 2. mmere a restrict, on prevents consistent placement from the edge, OImme the to f n t era Tn 1Tne e e ,nnermo ease o e oaa rae on. 3 When Type 2 obje t markers crid delinectors ore more ton, .-0. from tne e De of the pavement, , mcd net Pe POSSibIe main approximate I ;::7',41g:%,"7`.°:,==" or xl,aotor os close to the anaeeaene..nthe enaaeaa aotrZtwar a ream a.,nto:nle l strisest, -,,e nct markers slot,' slope down a tow., er •�oe ane o l:,°,: ooe+ _ Z.:=* nark m69:1.,y 'rex— Department or neaaaanaWoa '--- NOTE ane E'ne NOTE z o'roe 'n from o, mi being marked act ----. DELINEATOR & OBJECT MARKER INSTALLATION Ma nan, a, 4 feet to tpe aatta be a D & OM (2) -20 °6."=a s SHEET 89 a) 166 4 xcmvu munvDsn. STO 574 p .0 n a ea 24:Sodna st1 sc a sneers and See general nates , 2 and 3. - oc s�uen par ��dcm -e c COB COY RMYCT/'e Fig DocuSig Envelope ID'. 2F1EOCE6FF13-4D73-A624-21CCAEC1 B174 - _ I nnsow NO. I w e I BY I oesenrMN ' 4114s Ff m`i X'!4 E CITY of CORPUS CHRISTI TEXAS x �'®^ LBPE FIRM REG O A ENGINEERING 'hy''� Deportment of Engineering Services 8 MINIMUM WARNING DEVICES AT CURVES DELINEATOR AND OBJECT MARKER APPLICATION AND SPACING WITH ADVISORY SPEEDS DELINEATOR AND CHEVRON `o Amount by whir Curve Advisory Speed SPACING CONDITION R'..iI [RED TREATMENT MINIMUM SPACING 5.ds ory Speed le than sSpeed Mor rot WHEN DEGREE OF CuxvE ApI US IS KNOWN L w cogs y /Exa i r11.1- e PM -series dM FPM -series standard sneers ° Pasted 130 MPH less) las MPH more 1 FEERADIUS 6fr7 5 LPH 6 IO MPH • RPMs • s Degree Chevron F y.rExp. Curve Single del nee ars °n right side See cellreator spacing table 22 s MPH S 20 MPH • d One Direction Large Arrow sign • s: and Chevronor •least d One Direction Large Curve cove Spacing carve Spacing Srraignrawav SDacing£ ur6ve wY/Exp. Ramp r m e of cur.esl Wee Oeta�bi e3 on ...le. nON X411 100 feet an ramp rcogent.b, dee delineator spacing table for ,stroightiwy • Arrow sign where aand r ens or roods . rasp curves saes nota o r curves/ apply era ° = - '-` obstacles prevent me installation of chevrons. 2 n3o 2065 z�s 'CO 4sc ---?20__-- ___ __-- AOCe eraridn/DeCe eraridn Lone Double delineators lett Detail 3 tall 100 feet ,See Derail ] an D L ON 1411 5 MPH 4 Imre '30 260 200 an psOM t • s an Chevrons; or v •RPMs aha Chevrons1910 truck Escape RatO Single red del ineators an Dorn sides 50 feet RP.Or a Direction 2 Odd 5 1146 100 200 160 ., sign ',ere 6 955 90 180 160 'm one lone satoSi-Directional Delineators when undivided j$ 5 geometric roadside obstacles vent Bridge Rail Isteei o r irecr�m WaI s 1 �lotion af Fence mil n l rnmg 314 el rotors chevrons 9 637 75 150 120 Bean Guard I mes a«n O7=To p e $2 0 1 573 70 140 120 SUGGESTED SPACING FOR DELINEATORS 1 Traffic 10,B h170 Equal Spacing 100• max ON HORIZONTAL CURVES o D or steel Traffic Barrier the color Or the edge Ine 5 oNERc51GMRRow" 441 60 ¢o Iso Came Barrer cF _ne - - ins color cable Dae lop p to ao m ax m o at marker on 9 I COrve Spacing \ 9 302 50 1 CO 80 a term nus/1.0et n s•c OR.n 29 35 70 40 eod on approach and o i a4 161ftont of the terminal end seeps a4 1s 6 o,,.ar PAzoan: Se deoen ma td.,oHiea° °°g;a 5e ze 40 w\ �et 2./. sl o,ad \. 7q np«te ..t. aepD-e R.sfinApeeon o 3 single See 0 6 OMW1 cd.d1 00 'ng a_g ° 2P 2q msde„renga` e s ncwrar'e aAgdedRw'dnpacro«res o �a e deli -enters app oar g bridge pr O acyue -opeoc+ Mo n front of re See t CM 5, " Extension of the centerline Culverts runout MBOF Oect rkars yce Object See .c.I 2 m D 6 00 141 De.ell of mp«cn lane Crossovers Double yellow delineators are RPMs See De •ail 1 m DS 011 141 NOTE DELINEATOR AND CHEVRON or770 - _ e ent l 100 feet - ONE DIRECTION LARGE ARROW 131-6i sign SPACING Freeways/Expresswayshould be 1000700 at approximately and Perpendicular to the extension of the WHEN DECREE OF CURVE OR RADIUS IS NOT KNOWN NOTES centerlineeta ger section of app lane. pdv isary Speed Spacing Spacing Chevron SDac ing 1 . u ass a cc .,c., c do'erroro barrier reflector coo s to the so c I1 ,e on the side of me rood where ins delineators SUGGESTED SPACING FOR CHEVRONS (MPH) Curve Straightaway qorVe ar oar. �_ -e le_1a�_ a -e _la__a. ON HORIZONTAL CURVES 2xA B 2. Barrier -e Iwt-or a way .e used to replace required delineators. 65 130 260 200 60 110 220 160 3. Single - DOCK of delineator posts for De mounted on the Dk s wrong rev c--1.o.s Point of curvature 55 100 200 160 y �o d V V Point n 540 05 170 160 ' 5 0 755 150 0 120 120 ,Texas Depermentgf Dadapertatbn Atm°de �� 120 2, 30 55 11000 e0 LEGEND DELINEATOR & 25 50 RD OBJECT Q 15 s Bio TO no e= -t, PLACEMENTMDETARILS "' \ \ If me degree of curve is not Known, ()lineal., spacing may be determined Del i rear, NOTE \ as. on ne Advisory Speed of tne the delpacing .1116 Sign D & OM (3) - 20 ptt ant pr m ge n tt io ge ur eery Speed <wcur 0 VIED' 90 41166 § RECORD ARMING Lan. STO 574 aE1 section. .,., ,.,. 20C 1 ON MEC! /11 ply DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 I nnsow NO. I w e I BY I oesenrMN ' 4114s Ff m`i X'!4 E CITY of CORPUS CHRISTI TEXAS x �'®^ LBPE FIRM REG O A ENGINEERING 'hy''� Deportment of Engineering Services _ CROSSOVERS FREEWAY DELINEATION FOR RAMPS AND ACCELERATION/DECELERATION LANES TYPICAL APPLICATION OF DEAD END BARRICADE zii . at 20/ 0 1 I I I DoubleII Barricade o,iec. mor.ers _ '.3 spacing aei�ne°.or yellow del ineo.o. D i' i' \ O g8a . :gig E s_ O 0 o DETAIL :I \ 0 4 0 4 0 1 „acinpr .7 ,a °oao.,mo.ei, N 00 r.. or Additional ai3i ddevicesevis°ros DETAIL 4 6 TYPICAL DEAD END BARRICADE INSTALLATION 'tel FOR CULVERTS 1 a' 4=He WITHOUT MBGF m _ F' _ m —w00' tangents- \\I lV///J s ma.. 0M-2 to be end treatment 0 -\ / neap., is greater , . goes NOTES *.wei panes is om . ,1. , --- _ L '& 0 i 0 / and is less them ne ,ane n .ne 15i from travel clea IJ -' " ' Doi insaiars \ I. Barricade ll be d and r all clos cooe°stripingnscored and e.n .e sloping eefa araVeOe^oen.eg of we roadway. e°. 3. Barricade ,° ccm,T�°°. work `one ,ro..,c co°.roe o��oes ,,s , sec.�o° 0.:.. o°° o.:.,. DETAIL 5 0 4 DETAIL 5 if culvert LEGEND EeG. ND,e /r.,, o a,rmento,ti0s,ono, 0�*, eeb Dplaced imon from a oEn eo.or DELINEATOR & n w � O ,°, eeO vdthin :tee "`°r OBJECT MARKER PLACEMENT DETAILS Sar,aoa D & OM(4)-20 DETAIL 2 Il z O1ELT 97 ,1766 STO 574 V Double Delineator I30.I CV wnrcr 1. ply DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 _ I nnsow NO. I w e I BY I oesenrMN ' 4114s Ff m`i X'!4 E CITY of CORPUS CHRISTI TEXAS x �'®^ LBPE FIRM REG O A ENGINEERING 'hy''� Deportment of Engineering Services TWO-WAY, TWO LANE ROADWAY WITH REDUCED WIDTH APPROACH RAIL TWO-WAY, TWO LANE ROADWAY WITH METAL BEAM GUARD FENCE (MBGF) TWO-WAY, TWO LANE ROADWAY BRIDGE WITH NO APPROACH RAIL 2h€ egT" See Note I 1— z5 ft. w I see wore I 25 ft. see N°te I 0 rSee Note 6 '° 0 g es o=' 6 0 Type i3-513 25 ft. 0 s ft. rector 25'e °°°tt 0 pat neat or ed 25.s ehOne Si 8° a8a whiteS Wired i `--Steel0r concrete 9�iloequal o Bidirectional 0 eero,e 3 e 0 o 0 ° o no reflectors � r o e ° harrier reflector shall. 07te°7hehi� The °there will hove Spacing 1100• maxi, but °:e 7;I:.°2,Ter. 10 SI YFetl s,000'.n 00 Equal del S2i 0\ :i Out Ns5 total. not than 0 but not less than s total. lnearots N 0 - �spaced 5 ype5 -SW 0-e s Opel,0 O —� V - type o- spaced ° s °° V S.'S Td'e° ow h°eet,� 4 0 0 — TABU 4 ° e °n° 0V 0 V 0 V 0 W 0 W V1 $? 25 o. F E z5 ft. z5 ft. _ 0 _ zs ft. LEGEND 7fb — W 0 W �1 1 — _L 0 Bidireet i ono I De I ineotor ire oewn,Nem of r.,,koon,neN .„e. na See Note 1 - see Note I see Note 1 0 — see Note I V oelineotor DELINEATOR & S OBJECT MARKER PLACEMENT DETAILS NOTE: 1. NOTE: naso 012 D & OM(5)-20 sheetTerminal et e pe 3 nd oa sxfT 92 w( 766 § MOW awwwc NO. STO 574 the termObieCt inal end. rker 104-34 °font of of the termeCt inal end. ° front.�offn° .zlas o.... ._ -. .., U ON Pk.,,,Ely DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — - - — I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services E CONTINUOUS CONCRETE OR STEEL BARRIER MULTI -LANE UNDIVIDED, TWO-WAY ROADWAY WITH METAL BEAM GUARD FENCE (MBGF) DIVIDED ROADWAY WITH METAL BEAM GUARD FENCE (MBGF) EMERGENCY CROSSOVER B0r 02 cnatdth g.apu T Steel Traffic Barrier No°re l� T ° 0 rve / Note 5 lg ° ❑ 4.0 4. ° EY 5,n barrier Post marked yellow refieCtOr 2. iciiii ° _ MERGE ° °CiB ° See Note ° ° ._aEllere reflectorsable enectars white barrier 0 111 ° Caw whit barrier Se a ce0 0 See See Note 4 2 °; F 0 Mill € oo mmr ° 111 ° ref! ctors 100 mos Note 1 a Li Note I 4 ° q = IFRweeGCIc °so 0 11 ° ° v° ° ONLY ,, ° ° ° 0 w ° u.. ° 0 - 0 r 0 v " zx i BSeeares o , .n ° 0 0 o 0 w ° L pow,. ea 0 4 ° 4g ° W �o e N B zsr . See Bate 5 ° 0 0 W ° .S :s see E . ° ° 0 0 Caere ° 4°p 0 ° 0 Barrier rxpresswayiaBsaa ee.a, aB.aB NOTES LEGEND 7f'.. DepartmDepartment/res,ear et re,saenene„ sranem I. EeuaI e n00. Bic,rectianai Del Inea, r �e."onrcnt7nuos .1�nea,ar DELINEATOR & ,e a. earner ° ' OBJECT MARKER PLACEMENT DETAILS proviee.1 by rran,..c1,.-er- - F' Q Terminal Ena ©r.mr ew ,. -- - s sx¢r 93 a) 766 STO 574 or o Type Object a the term na ens. ker or, s n Fran. Trait a E a. '-'° o�,. .„,... ,.,„. LLT ON Pk., ,,Ely DocuSig Envelope ID 2F 1 EOCE6-FF13-4D73-A624-21CCAEC1B174 - _ .... ____ - I RIVISON NO. I ME I BY I IHSCRPTCH , g N IA A A e7 q iiiim:Hq- CITY of CORPUS CHRISTI g TEXAS LJA ENGINEERING t.' '44 ,....' -a al TBPE FIRM REG NO F 1386 Deportment of Engineering Services ..,... S % -..;:l .11M, 41111.1 OW 411MI. seS. / 1 ---z7 ...40., ----.'''...141 ., ,_.--''',...W.01001. ',11100417070.1. 4, \)•••:•••' — ___ --_:-._;41111 ,-- 10. "----4111- . 40 P qp", Ill • 1 I= I O.,1, recommenoot iOne. .4111. EX 1 444 40 v" A. 41M1. 1 T PLCK PDNEL lOPTIONA, .... MOW 1i/2. 24 • Adjust to fit ottenuOter 1 'a. F " per manufacturer's b recomben,,,,on. or. I E' ti'§ os directed by the VOr101beixe„!ogormo:c.b,,b1.citil of N 17 S..§ Pt 41111.4...'''' 2 A• . • 1 1 r :7E: tj .1601.11 ....--.0000.P#* .11 , OBJECT MARKERS SMALLER THAN 3 FT2 ..... -,A VI A , AGn..4„ ... NOTES NOTES d ec ec b, ,e Lnci-eer. 2. ,e.st Yo,Ker3 may Le fo,r1coled from ochesl,e Lscke, reflec..,e sheet,no en, cop. . per tte manufacturer s 'ecomer,o-,n. Di. e,t opo i ea direct cOrl ,ed Stee* ng 3. OlDjeCt Marre. s zr not Pe recucfc , fi- smc 1 1., ,. cps Width of o I terra* Tno blbrb b.., D, ,,. , , Des ore ,,,:o , ODjec NorKe,s smaller then 3ft 4 4 I 1./2.R S. OP:opt morher ot nObe Of :J. ten. ,t, i ,tn: , 1 ary to the attenuotor. rir giS, L • DELINEATOR & 1/2•4 OBJECT MARKER FOR VEHICLE IMPACT ATTENUATORS D & OM(V1A)20 lyre, . . SHEET 94 of 166 4 mon DRAWING IP a STO 574 :j 11 U 20G 1 DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 - ---- --6100, — _ I nnsow NO. I w e I BY I oesenrMN ' 4114s Ff m`i X'!4 E CITY of CORPUS CHRISTI TEXAS x �'®^ LBPE FIRM REG O A ENGINEERING 'hy''� Deportment of Engineering Services �, TOENAIL WITH ONE 16.0 IW' GALA, NAIL GENERAL NOTES TREATED WOOD BLOCK G. TO PREVENT BLOCKROTATION. RL oLo Rs B ?%' BUTTON READ POST BOLT NENUNw'ya-TE AND M y. _ L ENGINEER TO B E GALVANIZED IN ACCORDANCE WITH :FE., A G L ZING. .. R �_�Y,�o Bm8r s..aouT xtxaEv � es :$u, , r DO T B ILOCX trill WoW � MOCIFiED TdE FLANS. -dE FOW.TRAC-OR MAY FJRN,SH PAIL ELEMEN-S ... w: - 0., 0, I2'- C- ., ... D TRANS,.rT or�:. .v rJ E Yu xnsxF �z r ., zff 00 EDGE 0F SHOULDER OR WIDENEDCROWN NOTEI Re IL xElcxr uEeSUREMENTI y/I/► --T g� '' \ �,-.I WOOD BLOCK RECTANGULAR *000 ‘ -s. x e x se.� TO ROUTED P05T TO 1 -BEAM WOOD rvTHE �w-w, csae xc. FITTINGS SHA__ DE SUBS:DIARY TO 'HE - ITEM. -dE METAL BEAM NJA,D FENCE. LEN,Tx RzITrP BLOCw AT A P E - zs P F Tr= - OH AS D- _ TEc s H- EsNINEE +_ GJoao FENCE MAY BE FLARED - STEEL POST Mid UNLESS 0-HERWIFF SwOON :N ,-VE Fv,N5. CU,: FENCE PLACED IN -HE VICIsITY OF CURBS SHALL BE 008. TYPICAL POST PLACEMENT WOOD BLOCK TO ROUND WOOD POST INcrE, .8.. T u ry van J rr �F c of ora o> IL,.i MarELr zs 48 NOT .W000. INDICATES DIMENSIONS FOR MU LENGTH BOTH ROUND AND RECTANGULAR wood POST SYSTEMS. OF NEED ILREMBEDMENT RI 9. APPLICATIONS ,_ sTS. :F SCwID ROCK IS ENCOWNFERED WITHIN 0 TO •8. 0, -HE FINISHED N... DRIwL A 24• DIA. POLE. 2w. IW10 THE ROCK. IF SOLID ROCK o DEPTH. WHICHFOFH MAYBE LESS. ANY IXCVSN ,NS. IINGTW, AFTER MIDIW., THESE 0,PTTS, MAY BE FIELD CUT oER'o-[aGUARDRAILE BACKFILL w. n COARSE AGGREGATE MATERIAL. ELEMENT RAILELE, B } 10. Posr'SHALL N DE SE' NoOCREFEN _F SN�- Tx ILL BE REOWIRLD IN- TION LOCATIONS HAVING A CURVA1,RE DI LESS • MAY FEN I 1 DIRECTION OF TRAFFIC N. ,MP.. FOR PROD,E,S OF vATERIAwS CONFCRMINN TO D15 _ .ONLY PRODUCERS =d o STEEL POsCAST- FINISHED GRADE ELEVATION -�� GUARDR IL 12 Yr MID -SPAN RAIL SPLICE RB wN FLA ji ON TFL I _ a N.SH COMPOSITE A EIA. BLOCKS. IOW _ LVER Loc R _aLLr EMENT or THE LOW I_ ..JLrEa OPTION. SEE CONCRETE -AI STANDARD SCP -MD. x TED HaEs SHOWING MN . zti- a SECTION OF N-13.1.1 ISEE GENERAL NOTE z, FAVEVENOF THE EDGE OF_ EX-ENDOR FOR A PAVEMENT OVERLAN, USE A 10 -FOOT STRAIGHFEDGE TO TO THE BACK FROM 'HE OF AICI-TEDGE FO THE D RAIL. B = , A 10:1 SLOPE, MEASURE FROMRE or RA,L. FOR :_AFDHR A L LOCATED DOWN T._ NOM:NALM T_,,AIN. SLOTTED HOLES e - -C OR I POSTISI MAY REQUIRE FIELD MODIFICATION TO ENSURE PROPER �Ik4'1- „WW3a --' rP. GUARDRAIL HEIGHT. s EEL POST T CONNECTION ULVERT SAG WHEN THERE P �FILL DEPT COVERT s AB SLAB As '- IS LESS N-ovEa ovEa CULVERT SLAB,. NOTE, 1 1 El I gi” x 0 „rizrRsrarvD.RDFORwwsrEED TL2TR.NSIr10Ns. .RAS X0E z ' `a+ Ca+Eo ix CONCRETE y SLOTTED ay.,°V'oo BH ELEVATION 25'- 0",NOM.) W -BEAM SECTION TEEL BOTTOM . PLATE WITH X A.01S00LETIA SG1 SUIREB WITHNOTE' INSTALLATION NOTE SEE RAIL sPLSEE GENERAL 0ocEEDETAIL iFOR REQUIRED HARDWAABLE RAIL REQUIRES -THROUGH OPTION: A 6. MIN. SLAB THICKNESS. RE. BOLT -THROUGH INSTALLATION. LOW FILL CULVERT POST w STD, s WITH Two HARDENED NOTE: z- I /z" _ < - NOTE: BOLT LENGTH • SLAB PLUS szo' 4 MIN. z. 7f ,Texas oep /hanwpertatlen standard _'_.../ FOUR TYPES OF BUTTON -HEAD GUARD RAIL BOLTS COME WITH . REGGEssED NUT. SPLICE'I,' 2. EPDXY ANCHOR OPTION: Tx15 0.100 MAv ONLY BE USED IF THE CULVERT SLAB IS 9" MIN. THICK. THREADED ANCHOR RODS MUST BE '4.. DIA. ASTM AWW9 0R 1I93 GRADE B, .ITH HEAVY HEX NUT, EMBED ANCHOR ROC, 6- WITH HILFI _ a BOLT REQUIRED RE 500 EPDXY -- METAL BEAM GUARD FENCE SPLICE BOLT LENGTH 1 IW,RIEs "WASHER 'EPDXIES AND ADHESIVES', MAY BE USED TL -3 MASH COMPLIANT Omit E- '�IIII t x" � = DIRECTION OF 'TRAFFICXCEED THE STRENGTH OF HILTI _ RE 50C WITH THE SAME ED _ EMBEDMENT DEPTH ALL NG POST w BLOCX LExG EPDXIEDROD THREADED RODSHE EXTEND Roos V,- MIN BEYONDNTS NU GF (31 1 1 9 Boa RW' iiory HEAD SPL Ic FB MID -SPAN ' ears WITH RECCESSED NuTs NOTES CULVERTS OF 25 FT OR LESS SEE CF Ls STANDARD FOR LONG SPAN• OPTION. ,� _. r l�..c �.- < .. xW Linc BUTTON HEAD BOLT RAIL SPLICE DETAIL o... 95 of 766 RIEWAO DR,wWDN O. ST0 574 w NOTE: NOTE: SEE GENERAL NOTE 3 FOR CP1BII, MID -,PAN RAIL SPLICES ARE r"I.� '''1 `""„ o. 2 SPLICE W POST BOLT DETAILSgm REQUIREDWITH B B POST SPACINGS. � 000 Pl0.020 /'a °Tai DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — — — I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services H ' NOTE. TOENAIL WITH ONE Iso c LV. NAIL TO PREVENT BLOCK B, ROTATION. �� GENERAL NOTES s--- WOOD POST. OR STEEL POST) WILL BE AS SHOWN IN THE PLANS. --, E..," POSITION OF TI, TRANS SSTs To BES GALVANIZED INSHOwN SWASE m sHE� x[a� ownuMIDS 2. RAIL ELEMEN" S .A I :1,7.FT &L._ REQUIREMENTS OF :TEM ,40, .METAL BEAM GUARD FENCE. EXCEPT AS IE,�i IHE CONTRACTOR MAY FLNNISH RAIL ELEMENTS OF Iz 6 OR RAIL POST -C FS PN SI-... i NT - OFFSET J I /z" FROM STANDAR] GUARDRAIL TO ACCOMMODATE THE J. iTTY Es A. BUTT°. HEA, POST UTS. SHALL VEEI IIIS REQUIREMENTS OF S,FICIENTASTM AND N NLL N, iEwci sO. ID NO OTEAaN 5Er_nD LENGTH TO _ --IE Fa! THICKNESS o Ur nro AA' WASHER ao .T. ROANCE WITH ITEM a s. S L U ,:LHAN-.-Nc - FITTINGS S -_LL D_ SUL.._i.H. TO THE BTL IIEM. ,. WHL, bCL, POCK Is ENCOUkILL_, __NIAtI THE DESIGN DIVISION FOR ADDITIONAL GUIDANCE. .sig. o TCTe _ RECTANGULAR CRT POST LATERAL OFFSET BETWEEN THE e. REF a TC i_i. _ .H_A.c _DEFT F„R A]c iT -o NAL DETAILS. (6"6 8' Y 6" LONGI GUARDRAIL AND THE CULVERT HEADWALL S R. NOT BE PERMITTED. r YOU ENCOUNTER MIS-ALIGNED 161 CRT REQUIRED .. - ROI SIARPRAII CONTA,"--F B,SIGN DIVISION FOR ADDITIONAL INFORMATION 8 OPTIONS. SEE ELEVATION DETAIL FOR LOCATIONS 9 NOTE. SEE GE., STANDARD F. DIRECTION OF TRAFFIC STANDARD LINE POSTS. GF131) - LONG SPAN SYSTEM (PAID FOR BY THE EACH, STANDARD LINE 25'-0" SPAN .S ST IN TALL TION Ai .- l' POST SPACING 25 0 .w BEAM RAIL ELEMENT) - ,,. BETWEEN THE 6 -1 POST SPAGIN LBE�STANDARD 2s o IN -BEAM RAIL ELEMENT) L INE POST INSTALLATION 8 —r\r J\� ' 6 3 6 J 6 "- " -I/r' 3 -I/z.. SPACING —1 MIN. MIN. G$ FINISHED ]RADE-\ w8 L Ao TYP` F LL DETERMINED AT LOCATION r No 'PIP s. Eno aF LONG svex • ExD of Lonc svcu --- * ,Teres RWw menNPFTAesp..,NT oni:roAA sla�Mem T ELEVATION DETAIL r Trl-- ---- METAL BEAM GUARD FENCE LONG SRAM GUARDRAIL_ LONG TL -3 MASH GF(31)LS-19 SPAN COMPLIANT ' „ ,�, S sxm 96 Nr 166 REmvN ORAWHD NJ. ST0 574 ;A. OM W. OM un Pk.,,,Ely ai DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — — — I nnsow NO. I w e I BY I oesenrMN ' 4114s Ff m`i X'!4 E CITY of CORPUS CHRISTI TEXAS x �'®^ LBPE FIRM REG O A ENGINEERING 'hy''� Deportment of Engineering Services 0=1311 - Low SPEED TRANSITION GENERAL NOTES _ cone RETE ba UGE ReIL OR r corvcRETE TRerf IC BARRIER 2. -6.� PLANS GUARD FENCEOR oP (BEAM AS DIRECT, EY THF F T. n n ITEM 5 E BE GUARD FENCE. EXCEPT PLAN NGS 1BOLTS. NETS, AND WASEED, SHALE BE GALVANIZED , ACCORDANCE WI, ITEM VIEW 'GALVANIZING.- F I_N.S SEEL_ AL _JESIul.l.r o IPA E.M PECJIEING _..I,S1au_TICN5OF HE TRANSITION. 8o END PAYMENT FOR LOW SPEED TRANSITION. 01 OF TRAFFic 51 34 HEX HEAD BOLTS I0 °� uA325 OR A4491 n O JI /z' 6 JSIi?OSYAMEi BEAML RAIL SECTION ER . FWCF6a AND NOT MORE HAv • P. T EC - N. TO MEET REQUIREDNLENGTH. RANISEE m5 3 1 R ACH 5 'Kt' eN XNU S 0' rt �A.14 o5g563 NU 2 NOTE: 101 BEGIN 1MEN GF131t METALCNS . STABEAM ARD FENCE. METAL 5. POSTS SHALL NOT BE SET .N CONCRETE, OF AN, c:PTx. Z B V 6'-J' "- '� Tx E BE - E 7 CROWN SHALL BE WIDENED TO n['oMMODA-- TRANSITIONS. 6. T WHERE -E EL, CONTACT THE DESIGN DIVISION 0 AD TIONAC G �1�E�_� I HEM CADANCE 5 2 4,6-2678 ` iEoxExGcp*NanrA®®®iN 'TM ,,,x w1oiaxaEIL ®®®��F7i 81=B. UNLESS x IENui. eMeEou1RED. i.®®�l��l sM.I�ION EDmEM D OCES DIVISION, DTTXO,20.°Of CONFORMING a - EACE OF GUARDRAIL 7xeH51 TION. e B ELEVATION L VIEN I to J CAN -LaNIS- _DMPO_I-E M.TE_ALEE CSNFORM DMS -7210. PRODUCERS THE B K. 9. REFER i0 GF131)STANDARD SHEET & BRIDGE RA__INL DETAILS =OF ,O__T_ON-L DETAILS. I I . ALL ROUND WOOD POSTS SHALL BE >/z" DIA. MINIMUM I J THROUGHOUT THE TRANSITION. SPLICEBOLTS:F I SxCEB/ 1 121 YA" X 1 A. BUTTON HEAD 1/2.-1 PL 3/ / 8 j, L T T SIDE -VIEW 1 NON-SYANETRICAL a TNRIE-BEAM TERMINAL CONNECTOR TOGA. --I - —IIP] W BEAM TO THREE -BEAM THR E-BEAM RAIL DIREr ON T2AN515TION TOGA. 8 F ,.T .l .. n. Acl UNDER PART NolG,NATOR Eetx NUT SHORT SECTION TOGA. PART QESPENA-G. ., r SSEO �. . bbc ORT PE, _APS OVER THE TE=N b3 III %" - III 3;° E.a T v , rR.. aE N.., r ..H NUT INSTRUCT - - - - ,... - ._ w 1888.201 EQUIRED A THIS POST LOCATION 0000500 FA z• I1. F __� T 1a• E _ W: L LOW -SPEED TRANSITION 8:N 6 D. r r ,a:OrwnA:ene of n.nnon 1e I METAL BEAM GUARD FENCE N8 o T I._ o N$ d z' B xe 808• 1,--,,,' W6xB.50rW6.9.0 THRIE-BEAM TRANSITION TL -2 MASH COMPLIANT GF(31)TR TL2 19 S DIEi7 97 of 166 RECOIN ORAYAS A0. STO 574♦♦ SECTION A -A SECTION B -B BLOCW TO WOOD BLOCK i0 ROUTED WOOD BLOCK TIOOD OTE. W 8008• INDICATES DILCNSIONS FOR BOTH ROUND AND RECTANGULAR Wo0O POST SYSTEMS. ROUND 11000 POST RECTANGULAR WOOD POST TO 1 -BEAM STEEL POST ou ON NT*U 21/b ply DocuSig Envelope ID 2F 1 EOCE6-FF13-4D73-A624-21CCAEC1B174 — ____ I RIVISON NO. I ME I BY I IHSCRPTCH , ,,. & IA enr,,,,.. 4 11 , :Hq- iS CITY of CORPUS CHRISTI iiiim g le? iEi TEXAS LJA ENGINEERING t.' '44 ,....' -a al TBPE FIRM REG NO F 1386 Deportment of Engineering Services a ff: GENERAL Porn iF. NOTE. .INGLE, W -BEAM RAIL SHALL MATCH THE GAUGE 1. THE "YRE OF POST MOUND WOOD POST, RECTANGULAR WOOD P,,T. 0, STE, ,GST. A,_ BE A5 SHOWN N THE PLANS. THE EXACT POSITION OF MK, SHAL, P, ,..,O,N IN THF OF THE ADJACENT RUN OF mi3OF • ...TIP, P_ANS OR AS DIRECTED BY THE ENGINEER. STEEL POSTS TO BE BALV4N,E2. IV ,,O,DAN, =ECM TO T6 BRIDGE g... WITH ITEM 445. •GALVANISING. • .7,1 I : ;FXCFP" ISEE BRIDGE RAIL SHEETS, DIRECTION OF TRAFFIC 2. RAI. E.EMENT SHALL MEET THE REQUIREMENTS Of ITEM 540,•METAL BE. GUARD FENCE AS MODIFIED M THE PLANS. THE CONTRACTOR AMY FURNISH RAI, F,FMF1,1, CF mg A A A 19 25' - 0.., OR 1,- EX MOM., LENGTHS. RAIL ELEMENTS MAY HAVE SLO1 IL: ,CLE, AI 3.• - ',,,•• C -C OR E.'," C -C. A SPECIAL LENGTH OF RAIL MAY BE MA,AuFA, PF -J TO g i i AL[ONYODATE THE TRANSITION SECTIONS Of GUARDRAIL. PLAN vIEW 3. DUTTON BEAD ',OS, BOLTS ,ASTM A307 GR.A, SHALL BE OF SUFf.c11,- L,11. To EXTEND g THROUGH THE FUL. THIC,NESS OF THE NUT IASTM A563, AND ,f, POUND WA,E, ,STM T4361 AND NOT MORF -PAN • • ,FYOND IT. BUTTON HEAD -SPLICE- BOLTS 1,,TM A,, A, T6 BRIDGE RAIL '.1 '12 g. 1 ISEE BRIDGE RAIL SHEETS FOR CONNECTION AND POST DETAILS,. NOTE: SEE CF., STANDARD SHEET FOR POST DIMENSIONS. 25'- Q. MET. BE. GUARD FENCE TRANSITION TO T6 BRIDGE RAIL 1.,. /J -END PAYMENT FOR T6 TRANSITION. 4. FITT:N., ,B0 TS, NUTS, ,,N, WASH:RS, SHALL BE GALVANIz. m AccORDANCE INTH ITEM B45. ,AL.,..121, -,,,,, ii -ALL BE SABINA, TO TBE BID :TEFI REQUIRING CONSTRUCTION --BEGIN PAYMENT FOR METAL BEAM GUARD FENCE. ,.. cRo,,,, ,HA,L ,F ,, NOTE: SEE GF.31, STANDARD SHEET. ,1,-D TO A,C,NODATE THE ARIAL BEAM St,,D FENCE. , g g 6. WHERE SOLIC. ROC, IS ENCOW,E=ED. CONTACT THE DESIGN DI, IS.ION FOR ADDITIONAL GUIDANCE. 15,21 416-2E, 7. POSTS SHA i NOT B, S,- IN CO,FETE. r '6" T. g .' g'.L C — - D-9- B. UNLE5, ,T,ERvo,E SHBWN , -,E P.ANS, A COMPOSI, uATERIA, B.,, T,AT MEETS THE REQ„II,LBLVS Ol DMS-12,,,CMPOSITE MATERIAL 1,SIS ANC. BLC.CKS 1, METAL BEAM GUARD FENCE PAY BE SUBSTITUTED FOR BLOCKS OF SIMI,. SIMENS101.S. THE ONSTRUC.ION DIVISION. RAIL C C. C. C TXDOT MAI,A INS A MATERIAL PRCDJCER LIS7 WP, , FOP ,,,,,, OF MA-F,A S ,,,NIN, TO DNS -,,I, ON, PRODUCERS OV THE MPL MAY FUFV,H .',OMPOSI, .1E,, B4O,,,, : Mr! I - 9. REFER 70 STANDARD GE0.11 2, APPLICABLE BRIDGE RAILMG STANDARD FOR ADDITIONAL DETAILS. ----------------------------------- ,-1-' ,L- I. ., t ... BR I D,Okr A IL = CONNECT ION MAY BE ON EITHER SIDE OF 11•61 POST WEB L J A-9- J _. 8— ELEVATION VIEW C-- D -9 - .AAs,m 'Fs -- g :9 F- SA le W.. . .000. MDICATES DIMENSIONS FOR BOTH ROUND AND RECTANGULAR WOOD POST SYSTEMS. 56. BUTTON HEAD BOST BOLT WITH NUT 6 WASHER SEE GENERAL NOTE 3/ i lv6It, (SEE GENERAL NOTE 3, 2 2 30 YTI 24 Vx" giag9 0 r i i ? ' : E'l :,..., , 411,-xss papaaaaaar a, rmaa,aa Stanek?, METAL BEAM GUARD FENCE TRANSITION (T6) GF (31 ) T6- 1 9 L L SECTION A -A SECTION 13-9 SECT ON C -C SECTION D -D SHED' 98 i16 4 Ho= ORINWG NO. a STO 574 ON OROJEC0 1.8 ply DocuSig Envelope ID 2F1EOCE6-FF13-4D73-A624-21CCAEC1B174 ____ ____ _ — --- ____ I RIVISON NO. I ME I BY I IHSCRPTCH , ,,. & IA enr,,,,.. 4 11 , :Hq- iS CITY of CORPUS CHRISTI iiiim g le? iEi TEXAS LJA ENGINEERING t.' '44 ,....' -a al TBPE FIRM REG NO F 1386 Deportment of Engineering Services 2 VI 6608-2GENERAL NOTES 'pf-lc61gn ,Ed; 1 V ' ‘g ,, "V.24--\ RR.. General Notes 4,5 G 6) I. For more detail, See GE,31,, SG, 131, 6,31,TR, Dna 4E1311,2 standard sheets. h 7 56T 125: 1 Straight Taper/ 25' MDGM OF -k_,..1101..0.., 8. n Mee note I/ Mee no/e 101 Mee nom 91 ,,,,,./ St :; MGM lengtm of need M, 2,5 8. g .c SGT plus 25) MEIGF plus WIEIGF Transition is the minim.) lenoth of need a., required. .. eeit'rnugurV MBGF Mngtm of need M) 40 .., omm-mcias wit, - t, 0-,,,, t, cleorarce Mmits or opposiln t-affic indicate ,' ; AMU Transition .....' See Deta ; I , t-...."1 43 U U )",.,, -' th i '."- Front Slope Break TWO LANE (RURAL, HIGHWAYS '.., t ..5), End Bridge ' ''ilmrige'terl;eT107e5=%111:ete, of Roil, Front Slope ; Break- ,,,,, \ `-O sr TEZ ai 1 ;i in, ii ni.5. ----,) r : .-.-_,, _ 9' Z4rr)):AI:',4 'tar4'4Ur 7))).W.a'aewM'are V:1=17 ''' t'e t"n''''n t"'. , MBEF Transition MOGF ..- 3) Spacing) lee. gge i0) SGT Q5)1 Strolgat Toper) I t, .-. ...--,.)--•-•-',4 1See nOte 91 Mee note 1, Et 1,1e0F length or ...o .) ... MBGF Trans INon-Sym) M....). ;.§ ....)-. w t; -. OW !,b DAT iG; VH.-4 yid * See OF)311DAT for minimm MBOF required. Mee note II. 1311 "`,...t 14:1 _,,,," standard ,..... MUMMIMMOWW 111111.1111Mi ., d eta)! Al Bream MULTILANE UNDIVIDED (RURAL, HIGHWAYS V :,.. 1 -: i .... ....'„ „....., , 6, ,-,-. °°' End of TYPICAL CROSS OP:ign;;°;Motirn. Di ection of lrof , rlrroil elements shall SECTION '01 05 . , AtVnIntg7&"*T" ,, 8)286 8,-80. R. -'\, AT MEIGF DETAIL A ; SOT in)) Stroi ht T , MDGF . - 3. Spacing, ISee Note 101 '''', Roil 1..'—'''GrTr ,see nor. 1 Mee note 9, Snowing Downstream Mocnment Mini lengfn of need a.) m' ONE WAY TRAFFIC , or end limy n.rttz Mrgs) "gmgctore ArTMWS[gpaggentOfirenSpangegg 1 of MeigF Mngth of need MI ,....,„, BRIDGE END DETAILS ! &GT )25:1 Stral, Toper) I,- 3' Spacing, 02. Note 101 02882'0," (METAL BEAM GUARD FENCE Mee nOte I/ ,“,,te ,)... APPLICATIONS TO RIGID RAILS) 5 5 5 s usiisssassis ONE WAY TRAFFIC Z0._,.w \ BE 1 4 00> ,,,,,,_10 -FrVe.,10' Br 10 i I n. 4 Hon ORAWNIC IA a STO 574 ON Pk., ,,Ely DocuSig Envelope ID 2F 1 EOCE6-FF13-4D73-A624-21CCAEC1B174 _ - _ I RIVISON NO. I ME I BY I IHSCRPTCH , ,,. & r IA en4 11 , :Hq- iS CITY of CORPUS CHRISTI V, le? iiiiim TEXAS LJA ENGINEERING - '41.6,I,,..;' TBPE FIRM REG NO F 1386 Deportment of Engineering Services § I End of HS, If —€ Post I , P.' , Po, l— i Post --- i i '0' 'oun7t=e73, , I 10 14.n , — F.., of abutment backwall I , ,,,,ry I , 10 Mrn I 1, Mon Ei I 0 0 J IN1/111111/W. 11111111•1111111111111111111111111111111111111111111 , '12 "-'sre"jr"' AL; -''' - 1 r • • .",:-,',..' ...,. oPen 714V: I . • •-;•':,... utigepts4 J,.. • - ... - ,_, ,,,,ry Corcsgt'rVeVjoont =PM 1 '-'i,.. AT ABUTMEATS ___ AT BENTS WITHOUT AT BENTS WITH SLAB EXP JOINTS SLAP EXP JOINTS ROADWAY ELEVATION OF RAIL 0 , - ON, of I posts rap,. on wengwall ,E frvel =IIIii S H ' 1 I _ =PP PL , IASI., A36) " ,ASTA1 A361 0,01 SECTION A -A WASHER PLATE DETAIL 0 ---%rrnen:; Pall Base F, , laSTI.1 A3,1 •-..-' 0 ).. '.."' ... .... G A) h , rail Standard ,.., C % Ora ra formed 1 ' ,, ' war:Ife7A;t1V,1361 i, (ASTM ..n6n, C) 46 , Ar Texas Department of Dransportation PEDESTRIAN RAIL ataa % aa ., tde - ale (AS1,1 A 07 Gr , woth 1 , ed steel , Was , PL , washer ASTM P4361 !AST, A3 7 Gr A WI! 17 one hardened 3 ' 7 1 f ere' reaa rrhe,',1%7 IFAVT61, gab° TYPE PRII ON ABUTMENT WINGWALL5 ON BRIDGE SLAB OR GIP RETAINING WALLS ON CULVERTS WITH OR WITHOUT CURBS g SHED' 1 00 of 166 4 Hon DRAWING PO a STO 574 used wrth 1 -0 Mrn !hock parallel won, o culverts SECTIONS THRU RAIL 96 ON Pk., ,,Ely DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 I nnsow NO. I w e I BY I oesenr.o, ' s 4 s — — 114 w ara Is CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services 8 - e v e O CONSTRUCTION NOTES: 0 0 N mree volts Nan Members S12eve Members URN 0 AT SPLICES Dia Pia,o� ong a a s e,9e, lba,� OR EXP ITS SECTION B-13 or welded lug 9 PIPE SPLICE DETAIL van eel 11 r1.5�'a c) OHS, .9Mv. 216 IRail CRs92,=.1Ia Na,Membe o (DHSS 2e75 . 0.20315/eeve Member, I—%"O NOe 0).1.I55 1.900= 0.145151aa.e Member, Dr .5i n RAIL CAP DETAIL ie" Dia or eel 1,0, One additionalLo wel /or each Y. GENERALNOTES'�p soar, I rov, g b app o a,lack . Vv.. Tac WelaFIu ave age e n t o1 is g s 3o p Ve a. SHEET 2 OF 2 CAST-IN-PLACE CFORMED HOLEANCHORBOLTOPT ONS �f ,nxsa Department an+n•oa++Iron mei PEDESTRIAN RAIL TYPE PRII `s Sm 707oI766 scan awnMc Mn. ST0 574♦♦ """°"` ,,• •.... _•..° ON PM]YCI /e ply DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 ecbon te s — - — — I nnsow NO. I w e I BY I oesenr.o, ' s 4 s — — 114 w ara Is CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services so a oo parapet vane) Concrete Parapet vanes sSppa� lbParapet 0-0" Max Post la -o rna. volt spa na. pose soa to -v Max Pos p t,,,,,concrete ,a wa: pas rr Post ' post I-- vosr rr pots--- PostU`7,7,°' ror a mmem — E. of 1155 of -- O -- p -- F E -- - I 10 1.11o w mpsotltl Face of abutment barrwasl r Wa�stio m -.-Facepanssoo cape ca^rea r r curves© I C w w 0",,,,1 J pre 101,-1'1p0 p I�.-�v I C' 4 nfor I b na. , cxpa„s „ sotnt or spra ,,„,,t_., e .„ nl ase ee R-. Pe -1 iAuunn�eiuu!R N1..AN s ` � I5 33M 9) lrrV) v( 2 BOY,VSlea] 6 rvax ran rol ee Jo nl ,} z 111#41-)1' Ba 5 Abutlomots of Ia 41„9„//41„9„/41„9„//OPTIONAL rete -�g AT ABUTMENTS SIDE SLOT DRAIN AT BENTS WITHOUT AT BENTS WITH SLAB EXP JOINTS SLAB EXP JOINTS -0 ROADWAY ELEVATION OF RAIL a; _ r�z a b re or rears z P ME 2 ® Pornon of rad, mutt.to turn gowns [o be used or mutt. rntl large on g y I_o- O o!m. neo. epe aee O v ore on wn9wa% i .. ,, /z a361 S8E nm ph 1 s 5shll, I h” es s e ,mo a o z oo ___._cD.r—_e rosin A36J = ro tnoolssae p oalo,ms , ©OTOle1re s'''''a are or Rarl m _,11,11n1 ar 50 R Member,wax Pc„ Pt 46 •Qirai. 0 Same as slab joont opening rs e.p .on lom m aessTR a36 J p r- 0eo p oo. v. mpaaxn. rry ti m SECTION A-Ae m est: or 1m^t ewong e tat tar r rrrr goal slab e aelceste Ill 3 plus a ve rem, 9 rasrw a3s1 J_ SHEET I OF 2 Rl#al ra ; 5 A" v!. 1 at c wax H ,TexanDepartmento/T Transportation staneare ' h a-naax ® PEDESTRIAN RAIL = 4 ON ABUTMENT WINGWALLS ON BRIDGE SLAB OR CIE RETAINING WALLS TYPE PR22 r.mr 9 " r'"ate 1°.I^^ 1^:a^ SHED' 7 02 el 166 § xEmw ux»rvc �n. ST0 574 SECTIONS THRU RAIL '21''F,' o,:, CIN PPG., ,,Ely DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 I nnsow NO. I w e I BY I oesenr.o, ' s 4 s — — 114 w ara Is CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services Lk v CONSTRUCTION NOTES: v O aa, members s Rail members Slee a MembersrePs `� - ?y P, AT SPLICES eee o re a r are U or ,,,Iden g i ,1 Roo a .as .aye ets a J a.. OR EXP JTS SECTION B.B PIPE SPLICE DETAIL a 9 nar n„,bn ab n.b, MATERIAL I as ASTM A5SProvic WSiM A361 ©IS SS 3.500 r 0 11 (Rail Member) I ®SSS 15.0.2053 (s,,, eem,mb,r, se Sr 01 a 'IISS 1.900 x 0.145 (Sleeve Member, I—Orao Mole of 8 stznre RAIL CAP DETAIL „an ,e ar,orbanr, Srm a th one hex nut moat ,'moan In o r BARS — V (#4) BARS VS (#4) BARS U a r, r ,, .. ,r nm.vrr. ,aab GENERAL NOTES: Do (#4) is railing on badges mill expansion )oen,s vro.ineng more than o CYdo MA307 Gr A) oth one e Re�nror g , tlr ensrov shown are oui (o out of ev. as TM 361 SHEET 2 OF 2 a be at yL Di (nreaaootle1U we,b CAST -IN-PLACE ANCHOR BOLT OPTIONS W n, a 'Texas °spasmS onansPsttsNon PEDESTRIAN RAIL Stanasm TYPE PR22 sSHED'103o1166 § xEmvu awnvc �n. ST0 574 : CIN PRE., Ely DocuSig Envelope ID 2F 1 EOCE6-FF13-4D73-A624-21CCAEC1B174 — — _ _ I RIVISON NO. I ME I BY I IHSCRPTCH , g N CITY of CORPUS CHRISTI ele?n,mri 7 A TEXAS LJAENGINEERING ; N TBPE FIRM REG NO F 1386 Deportment of Engineering Services ... '. h V.,TTENraFT",','"AT'in ;':L2T,.'N":.-,'."6'.•'X'-••,4MISW. MoA,, P r11"1:1 I POST 6 POST 5 POST a pos„ ,0„ 2 • '' WO'BUUTR'ESNIMOZITS1L0 ATirA"',,JULTWOXE"S-2;7"Kr " "'"" 11 a. FsMarra,M-OuI, M5,1,11014 AHD C,O.CE SEE -1D, S LA -FST ROADRAY MO. 11 11 11 11 11 11 '2 2 1 : .,4 1 X--8 1 PACT HEAD} 8 -BEAM MOS 11.18EAM MOS * BEAM GUARDRAIL .Eir,.„0„ 6 . SYSTEM SHOWN USING STEEL WIDE ELAN, POT" AIM OCMFOSITE BLOC:ROUTS. 4irtrAN R.. SECTION PLAN VIEW ""S' '''''''E51r)." I IEF/;‘" TA" IMP:rHEAD '. RMINIonKFL%09T1:0,7F"NhTSEIrDWRIITEM-111iSTtR " GIN LENGTH OF NEED , ”E,.(:),G.,,,,,, RE.3260,2 ,rysTAELED .,,,„"c ,Lo. °- LFANNLANuTZ VON -To." 'A'T' TWAT`, AATV,rk,OTTA',TA WILGt7ELISIMA. I id LINE POST. TKRU LINE P0,131. 2. M4001000 °LOCKOUTS CAN BE USED AS ALTERNATE. 2. "USTS SN,LA NW' ST NET IIT 'ACITTW''T -6—END PAYMENT Fpa MS, INSTALLATION 11 UNDER VG AIRCHEASTANGES ,H,LL TTE sLARORAIL WITHIN THE NISKT SYSTEM BE CURVED POST 7 POST 6 POS 5 POST a r(i) --"il7 A , 2 2Y,T,(-,-:7 ' c,iaFg'2.F.'!%i'ci'r'ivyr2'2Fai,°::EvEKZ.U,'SI'VNINEPi"o'n SPECIFIC TIN POST 3 - - 2i 11 11 I Cd, is,atv ' , F Tafo I , \ _ F 11112,0 11 g 11 , 1 :1\:•<D 1 1 :T I CONNECTION DETAIL MS, IMPACT HEAD AsEEAD „ARD'AM EN„ECTI„. I c SF „3 'CST I TOP FL X 6 X D3: „BE wr:i , INSTRTOIUNIERTH I 'CST I „TTON .6 „X151 "ST II ELEVATION VIEW LI I IL ElgENSTIM'STOE No 1 . 22s2,,, 202„, ,6 ,,2.„: ,25 „ARIN„L„E CABLE ANCHOR BOX POST 2 P.' 1 gNOTE. SEE IGENERAL NOTE 1. FOR RIVING CAP INFORM.... . BC1 CABLE ANSTOR AsSEMBLY GROWN" STR: 1 ga LAN- x , A32S BO, EN 10 0 ALTERNATIVE HEMS NOT SHONN. .. : FITH CAPTIVE WASHER . ITEUIP, 8. WOOD-OLOCKOuT __Alligallil, ilk RRITEMID, 25:GUARDFENCE PANEL 0 Iritit°° SMALL HARD*ARE , , sax aro illo 411,11111h WITH STRUCTURAL .ASHER 111101114111t J PM .,,1 40 i .111 ono Nellor o VAIwo CUD W.6..) ; '1114 A'AIV'ETASEX - 111%-X ".-::'''UCTUR'SALLIVNAUSHTER — 1 ., catin MIN -- MSO"E" MED 0 1 Ay,x2R ,Api F -Fx NLT WIDO g.g22 POST °PACT PEAD POST I SECTION A -A CCNNECT ION DETAIL CONNECTION DETAIL Ve e , ,• .035 Po xi, CAA I "Al NA.SYI A A31 -2A ns', SECTION B -B WINN BRACKET ,- ,TET,JGGGATAL rAHTH ITO , l'52 1 DEARINS BLAIE RF Aix, m CT ISOST P5,100' LAIL , .....PariMent Of Trairn.... EZ7.1", APPROx S 10) 1.-..—.1 n'ABgr A A 8 i A i A -A.=.-L APP. Air 1 SINGLE GUARDRAIL TERMINAL EDGE OF PAVEMENT -7 f Lin,* =1, UM'. -I TRAFFIC FLOW MSKT -MASH-IL 3 NOTE: ADJuST WIDTH ACCORDINGLY VIEN OFFSET IS USED. MFFSET 'OPTION. SHOMNI FTR'E' RIVE / nOTAPTTIgarGVIDATUCEA.L -%--- SGT (12S) 31 A 1 8 APPROACH GRADING AT GUARDRAIL END TREATMENTS C, •2:-: 2—, 2, e CCITT SECT JGH HIGHWAY . ,TY "T'' L?,'CrT`:±cT°:MY1,=- r,n'ia,, w '' ''il,liinl'It41p11:.ni:nEIL?°"' .,, SHEET NG. SWEET 104 of 166 4 moon DRAWING IP a STO 574 k 6 MM., fp pi DocuSig Envelope ID 2F 1 EOCE6-FF13-4D73-A624-21CCAEC1B174 — — _ I RIVISON NO. I ME I BY I IHSCRPTCH , g N CITY of CORPUS CHRISTI ele?n,mri 7 A TEXAS LJAENGINEERING ; N TBPE FIRM REG NO F 1386 Deportment of Engineering Services § .4,,,o oach slab or pavement See 0,30 C ,,, 3,, e' • 5ee Layout ro, si3Oe Fo/ter iabr, . i .c7i ki `9 NI ,-. Protectron Tht[kness -- SECTION BB ;41 • . l'' i ,-2. s Z. c2 SECTION A -A AT y r o t ec bon r .^ CAP 1-... • ' 0 . WI T ILli trx 18 Gage galvanized kit .714 V ,...,) I ' ofra,0 e.. , 7 I% sFul I Z7i,' See Layout I r lints 0 CIL :!2'C' . = „ PLAN, Plug ends a. seal ,,oint end, ai Cal sode of wengwal. "'. '1" CAP OPTION A CAP OPTION B DETAIL C \GENERAL AI INIMINEMI: NOTES stone ,,,e fle gr..,an and constructfon [let., See Layout i or Ifmots a. ‘0, I y 0 TZ'=rgrgl'g' ' ''''' '' s SHEET ] OF 2 ‘1 ° , 1 I span31'12e" V::arnr ' Ar Texas Department of Transportation FIST , 1 1 1 STONE RIPRAP .„ . ,. ELEVATION SRR SHED' 105 a I 166 4 Hon ORAIMG IA a STO 574 '-';:, CV Pk., ft ply DocuSig Envelope ID 2F 1 EOCE6-FF13-4D73-A624-21CCAEC1B174 _ I RIVISON NO. I ME I BY I IHSCRPTCH , ,,. & r IA en4 11 , :Hq- iS CITY of CORPUS CHRISTI V, le? iiiiim TEXAS LJA ENGINEERING - '41.6,I,,..;' TBPE FIRM REG NO F 1386 Deportment of Engineering Services § ,1 ....il k „ E 13 ii.!: -"z ' , PM" 1111111'* -.1111 iiir5 I IMP! la 0 ... au. 41141 . • , •*,• em,a„—,,, ., 7 pip4warrB . w . . - - ho a SS 1111.4ali MR ,a 1111-W#11-0 Witiiitar" "we siotiq--plioi-1 ..... _..00.1.-. Zg:L. 7 It, 111 i i I i 111 I i fill il AC:rim ap mr 111. Alk IlL. "1"P•aa%1 ow ___ =;...i....1.. .t.os` `',:=7:,-1.,1= il . . :;1•-! g,:.. FIGURE = I — TYPE R STONE RIPRAP FIGURE 2 — TYPE F STONE RIPRAP FIGURE CI V'-'00.14}5'. c5'... • a lVire• 3 — TYPE F STONE RIPRAP - a II. II -, i''''''Iril"'4". `,;=41.= 1. V" V • , ..i.. ..,,A11, .-1,-!=2. ", li. -yr Ilrifr175-. n OD allgoc, k.--.....eLl (—VT. 1,. OL -L) Utd1, 7011.441-411417-fr* MOUNDED TOE S.'.1. a OW 0- ipiki-T: 0 ro' • . 0 0 'x' • ; • _..01) ' - =,,;`,72, ip 4.111,/;IN .... INN, Az 114 I : irgpOh OiMis ..e.o.a.., .41• . • L6t0).° . No4...T.L. . L 8tir•MCO C ,': .4•141;1. Ingirl.". ...firtP. ' tall ip,LI 1101/0 9.0 -....,-nra 'VAIN11/1.3°O.nfig+si.. ... ie.. 4,72.1... -%,... Al••••••••■ .00,- EXTENDED ROCK FILLED TRENCH PROTECTION STONE RIPRAP TOE OPTIONS -4.4a 00A0 2 „Lk,. ImH, 1147. \ --, =der,' KZ. Z *ans. Ospartment st Transportation Standard )'''' otiftr4r ipleitOell. ,,,_ ' 40" tl. 4. STONE RIPRAP atO Ma* iir 4 ; SRR FIGURE 4 - COMMON STONE RIPRAP FIGURE 5 - PROTECTION STONE RIPRAP 5 ..... SWEET 106 al 166 4 mon MMHG XI STO 5 74 OH Pk., 1.1 ply DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — — I nnsow NO. I w e I BY I oesenr.o, ' s 4 s — — 114 w ara Is CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services .°deme°r 8,18 Loge Ol ed oo loo ° s ® °e,° °404, e° o z#,o°ars � Z- na taN rv o x m 'OPP ElmCAP O'" N A CAP OPTION B x o oO s°e 9 x x s // en�DO®iF �, ® / , am x x x lcl��F O � �., J^. x' • 0 °, a;aaio ,ea9,lme c °e aea' °mv e 1Y SECT THRU RIPRAP AT WINGWALL "° SHOWING KEYWAY OPTION CAP OPTION C mna,I'Vf aoS =wan a:maw° a°e ° SECTIONS THRU RIPRAP AT CAP'' SEC C -C L ,°. 'J e,°red°er O O n °.=h. w PLAN s wwn +�_= wa o INTERMEDIATE TOEWALLO O ew e e ears - a°s °.. a° REINFORCEMENT DETAILS0 _ - q sn °r rc °r 7I I_I_ � _ - _ •I�I _ I o'1=4. b�/ i\ - J o q �I_I_ xx Y - r GENERAL NOTES O ° e°.vnnereree, e avoee o, e a e .tee ELEVATION o os.v Ov f .,.°.r°° ° "' 'O Fre '''S .re, ° 6° aro.a° 0 0 . °awa r °s 0.a,n,rwrc of mw.Ponuw, °s��a °m _ SEC A -A e- wmVOi-I a z-6 na,°O �0,: ° . ,e �a9e �a,. sne=, M=.a� CONCRETE RIPRAP AND SHOULDER DRAINS EMBANKMENTS AT BRIDGE ENDS L -Ld(� a "r 11=J roe �, .r gee (TYPES RR8 & RR9) r1p W° �r �— RIPRAP DETAIL AT COLUMNS 4 amr CRR SEC B -B SEC 13-8 SEC D D FOR CONTRACTORS INFORMATION ONLY gm107°1166 § xcmw awYrvc �n. ST0 574 ON PA.,,, Ely DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — — mmmm — — I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services 6 E°°e of Pavement 6' min. l e os:y l Je ne fc GENERAL NOTES g! .' So 'p '"e " '=a1 e m=== o ° �. Line r o anem L ne _ Iel 1=>win ° e e dge respired in an° Line € gm EDGE LINE ANO LANE LINES ONE-WAY ROADWAY WITH OR WITHOUT SHOULDERS 117 7 E°a Line A.D.; INIZI, a+DRIVEe.. ° TYPICAL TWO-LANE. TWO-WAY PAVEMENT MARKINGS THROUGH INTERSECTIONS Winc I ,des only that portion of the na , on, snou.mers. The traveled ways a tp the MATERIAL SPECIFICATIONS `g8 rE°ge of Povemeatrs, m,n.6. L �Ecae PAVEMENT u•nNEns _aErcEc*or+izcoi DMS -4200 \ zine IVES DMS -6100 l; " a a 4e, L�ne ADHESIVE P°P PAVEMENT P"ER �E, 30 D, le ane '/ — Pa DMS -8200 1 3.'o. i a e= R"Imre,NGS ENT °AEC> PAVerial D,nee=aD yellowe� a 1 — — —L — — — — All paveMent n°.Eo Mating mpiMENT required Depm,men,ai Ma Materials Spee !cations ph E°ee Eine=, / MAILID .� as specified by me pima. ae on r0'17( ' � • bE:M CENTERLINE AND LANE LINES E°Re Line • LLE, 2,11:2oy"0aD ek Apr FOUR LANE TWO-WAY ROADWAY WITH OR WITHOUT SHOULDERS TYPICAL MULTI -LANE. TWO-WAY PAVEMENT MARKINGS THROUGH INTERSECTIONS -- ,., ONTOP LINES 0 Soli rmi.e -'o 2 -Edge Pavement za. mon via 1 ade Shoulderpn }T , '-AI F• H a iia i.e gig. a �en:e.i,rY p°e° °e a e1VVVVo0 3610 V V V NTERLINE ° o �,_:.:� 1 ,D 1 io1 t ra. ap yeiiaV, Erna Epoe L. "Mite a- Solid1� "ems •o on rnm as uax. °r OPTIONAL mar vo r o�I �a. less tnm aD uvx. eater on OpprOOCrea to intersections TWO LANE TWO-WAY ROADWAY WITH OR WITHOUT SHOULDERS YIELD LINES min° without for ay Eid+neezo ed a or Width 16 s W.20. Pavement Eaae� Edge L i, ate a Willie Lane Eine�} NOTES , GUIDE FOR PLACEMENT OF STOP LINES. EDGE LINE & CENTERLINE e yam T° n �� . I'II sa.� a0. Eaeeae .=°e,�d �ement,�atne Eaa see ye e Mo., median l ave. 2 vvvv ne narrow medico if Signs ore rep ,re. Depenmenta ItansaorAA, ee 0000 —L a n. y.ep°° ee a9 s , ° Con °`geee TYPICAL STANDARD - _ °" LJ T.;'-' .. shall only be used E;,a° Depe a s, e,° eha only be used with a��.n e elL signs.° Lege ine-L. a °r° Nays, including 3. length o oa�n° tope. deceleration, of, ono PAVEMENT MARK I NGS PM -•- Or .-age as er shown on me oi°ns on os -- - Engineer. (I) - 20 I� I^ Ia ta. s SHEEP 708ar76A RECORD ORINWG NO. STO 574 ou FOUR LANE DIVIDED ROADWAY CROSSOVERS 0.00 a �a... ,..o. LLOJ un Pk.,,,Ely ai DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — -. — — I nnsow NO. I ME I BY I oesenr.o, L,14 !as.I1 CITY of CORPUS CHRISTI x �'®^ LBPE FIRM REG O A ENGINEERING {%` TEXAS 'h+y'' y Deportment of Engineering Services $ REFLECTIVE RAISED PAVEMENT MARKERS MATERIAL SPECIFICATIONS FOR VEHICLE POSITIONING GUIDANCE PAVEMENT MARKERS IREFTECTORIZEDI P xr exx ESIVES DM5-6100 55 N A IVE FOR PAVEMENT MARKERS DTAS•DI AO See Detail ASee Ye.o,i B TRAFFIC PAINTxEAN]PLe511< Type II -A > en er ,nem Symmetrical PPL - Aft o P PERMANENT PREFABRICATED PAVEMENT MARKINGS DMS -6240 ' WO I ,G 1 Ao O I Continuous two-waye(t rvn lane A o °a°reouIred o T o' 0 °fo .All pavement marking meet C> ° I 4°' o I 4°.G I I 4°' Departmental smee r en. a ne specIfle° or VT. Puns. yga FOR ALL TWO o a CENTERLINE LANE ROADWAYS �TyPe I -C 1Wo- g$ 04' W..St c /T.. I -L See Detol I C CENTERLINE AND LANE LINES FOR TWO-WAY LEFT TURN LANE A 7, --TYPO II -A-. n surrace 'ea o \ eo Icor II c R �TyoP Type I ,Top VieWl "1h .o` type I -c or II -c -R H -0 CENTERLINES LANE LINES = o = T n a°aFOR FOUR LANE TWO-WAY HIGHWAYS UR 5@: a II A -A Trce II a-e AillibL '_ ° er =ea Surface F f TYPe 11 ITOP View) ° Z��I on=.r°reNye ° =7,0!;,:',Z;,. WI< Type II -A-. Yp =- DETAIL -A- DETAIL "B" DETAIL "C- oWO °ones'.. 0 0 Y 0 0 a 0 a a a o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o a o o a o o 0 0411) CENTER OR EDGE LINE —1 riz, i,, GENERAL NOTES snrrae SECTION A Iii nes o .n �,ne .L° Ana mIo«or ,e.wen m 0 0 o G G m CO Y Y 1 YY Y Y Y BROKEN LANE LINE .Te a.r,Pea. REFLECTORIZED PROFILE 2. o°a P,aee.oweata s..ne °, oo,ne RAISED PAVEMENT MARKERS PATTERN DETAIL USING zEELEOTIME PROFILE P.^EMQ a MARKINGS I * /re.°soevn,I,ne„Inrnn„sPnr,.,a^ POSITION GUIDANCE USING ,/z O OG. r RAISED MARKERS AML ,,,,n L RELECTORIZED PROFILE ° '' '°''H r'e; Quarters .o o axim n Ne , o. T quierters, MARKINGS PM (2) -20 ,. EDGE LINE. OPTIONAL a EDGE CENT LINE. CENTER LINE NOTE -' isrr er. `"• OR LANELINEOR LANE LINE+,a+ ya on. �a... ,,..o. s VIM 7 09 GT 7 66 RECORD DRAWING n. ST0 574 w .T ° oa.ea a a I m . o(« MPx or �eaa P Pee ° ON MAW 1.,Ely DocuSig Envelope ID'. 2F1EOCE6FF13-4D73A624-21CCAEC1 B174 — — — — — I nnsow NO. I ME I BY I oesenr.o, IA as !: CITY of CORPUS CHRISTI LBA ENGINEEORING 4, { PE FIRM REG TEXAS 'h+y'' y Deportment of Engineering Services 8 4- po,rea Tmi,e NOTES GENERAL NOTES Ex,ensian MI,:e L -a I I 0,3 usel Intersection Q 4 see s,a aar snee,s. o' acr 2 _.. g cr'c.,.Eo Re p a 4 r �A a zz 6 � € caren,/pp'LLXXrr 1 1 Di4 D urq s°ae D Ir,i L ''. r .a. ana 30 R H 460 ast 1ane raa., on arro.a oroo o, oo 35 M 565 00 ono,o ,nrxDOr Frw� s Rn 9 anaoo.3 aha Oaana o MPH 45 MPH 670 775 Type Markers M6zTL 50 MPH 8 R With 55 MPH 60 MPH 90 R6 a yo, ,==.o. e )1' PH 1.200s he a LANE REDUCTION 'M PP ,350 a . ao> s rWS. 4pa.Y`u -pC MA1ERAaSPECIFICATIONS C[ -i mile (Auxiliary Lane, Varies ee eras rote zi ®® aAVEMExrMARKERS IR[ oaizlD DMS•4200 general Oe e e EPDXYADHESIVES - 6100 ,� e' white La Line NOR PAVEMENTMARKERS 6n]0 J i5C L, 1319'1 zoottea TF,AF,IC PAINT TO aa ea 1 rraa7-C me a — .¢aaea ea,w.neea a PERMANENT PREFABRICATED PAVEMENT MARKINGS DMS -B240 v ETE DETAIL D �q'/mite reaa ,.neaiea ae a.aa eaae.hs e,eaa aaa n Lane Lina TYPICAL TWLTLaaaa a Deaar°rr .eaaisae,rctios ag — 1a:e..o. 6raMa„ a.n AND DIVIDED HIGHWAY as ,_ — __` qI�_ •� S EE DETAIL A o relic,. Cne 5y c e e — — NEC DETAIL A i@ �q White e Le Li Type Markerli A A Marker Ba � s / ° So q a za ��I ( 1 'r 6 a _!. TYPICAL TWLTL AT ONE-WAY STREET AND RIGHT TURN AUXILIARY LANE - 0 —III`---------- > MTe Lana Dram Daaana� m..ea e" .mite Extension `_,I. Varies ISa¢ ganar°i note 21 Vries LiAe I 2a ) Fr— 1,1 i'[TYol 91 zoo,. 6' whu¢ Lana Line R. 6a a P¢ ne 6¢a ae r no,e ] al a SEE DETAIL D— qa e- Tro — ehh=Tna L — ra ? - - a aaaae - as z TYPICAL TWO-LANE HIGHWAY INTERSECTION WITH LEFT TURN BAYS : o o N a — 20 * 4. Solid re - re��. �„e / Te..,_, o¢o¢,rm¢nr ar,rnaRanalma snn4eN *** k °20 �� TWO-WAY LEFT TURN LANES, d�oo ,,, _ — -: — — — — — — — 'g s 3 ~o RURAL LEFT TURN BAYS, AND LANE REDUCTION t,DICO"r e°°°' to V2 -ne length a. a.ora°e Ione i� b 2G" PAVEMENT MARKINGS MINOR i'XO-.Ar 4� �j Q Wi"On1� ne PM(3) -20 STREET re. a. an¢DETAIL DETAIL B TYPICAL TWLTL AT TWO-WAY CROSS STREET AND RIGHT TURN LANE DROP A tai ,a„,. „„o s Sxm 77Oa/766 § xEmw DftgYWD rb. ST0 574 °u J DI ON Pk.,/'¢�i Tai DocuSig Envelope ID 2F 1 EOCE6-FF13-4D73-A624-21CCAEC1B174 — — _ — I RIVISON NO. I ME I BY I IHSCRPTCH , ,,. & IA enr,,,,.. 4 11 , :Hq- iS CITY of CORPUS CHRISTI iiiim g le? iEi TEXAS LJA ENGINEERING t.' '44 ,....' -a al TBPE FIRM REG NO F 1386 Deportment of Engineering Services • • LEGEND . .- Type 3 Barricade • • Cocnne I ',tog Devices Ig.§ 1 ROAD WORK Err ip R.,. .R5h Vehicle IAN rArt'Inut,:',LAt • • AHEAD , ROAD 010 C1,20-10 — 010 END AL Von <3 iroff c flow `2. WORK END 0 lags - ROAD WORK AHEAD Z?';'48 ROAD WORN ibi .re ig • • ROAD ' '1.:°?-:-.. . g 1 ; :'i.e'X.e,A in Post. Speed tonna a iscer to 5 ,, 4,,,,,,,, .••... SonOitua n. Buffer Suocw WORK AHEAD i': W, 1, _ to' 11 It' on o on o n,,p„yy .ttli, c.n.,o 3o . I so' 165' 180' 30' 60' 120' 90' See note I b - A 4 Fj I 35 (). , V 205' 225' 265' 295' 245' 420' .55. 40' 70' 80' 160' 240' 120" 155' :ill • 'Et 45 450' 495 540' 45 90' 320" 195' ,Ith .• i y .5, I 5. 500' 550' 600' 50' 100' 400' 240' .S' 4 55 550 605' 600' 660' 660• 720' 55 110' 60 120' 500. 600 295' 350' ii. O g • • M I 650 715 780' 65. 130' 700' 410' ..ig 70 700' 770 840' 70' .0 BOO' 475. qi g •.. Irs'*(1. i.R • ; Work vehicles or other eacipre In. t Inactive - rSree Noterll 75 M Conran/loop! 750' 825' lioocs 01 900' 1 y 75' 150' 900' 540' ? .° A ---. •i§E. oecessory for the work oPerotion. swan as trucks, moveable cranes. I 0 I it roper le, hs hove Peen rou oea off. L•L ngth o Toper ,v -r, wi•oii.1 n of Offset ,r, S•Posted SPee40481.11 ki, 'IPA PIM. t'a:/ait regGein'/err rr'avn I VITIcat. uSAGE ...y: Coonnee izi, Mr nes moy De omitted i the •40.; 8 CIL, 51. Imes of traffic Dy omormel !zing der ces I I ..... SPORT Oun:/(10m 540, TESS STs-riast(54 INTERKOIATE TEM( Sl::10N.Bre LONG TERM strip...8 4., °se 30 fr. one nearest traveled way. 5 ot o„ times. _ I ‘ g . H,,i i ..1 GENERAL NoTES • M t . I 4:.,', C I Ay , ' I. (lops at tootles] to sIgns 'me, snarn, are REQUIRE. 2. All troffic control 1¢,ces ii ustrated cre REWIRED. exupt thou cenotea (pito toe trionsie sympoi may Be omitted when stet. in the D.s. or for routine maintenroce work. when approwet3 Dy the Engineer. ;lit 7E4%, g -E' tS. notes a • s, I I'. , • I _1 • • . I 3. Stockpi leo moteriol shouid be placed a minimum of 30 Peet Iran ,MASt traveled way. 4. Srodoit Vehicle with . ohd high intensity rotottnG, fioshtng, !knots. A Shod. vehicle DM he 0 n l''',''J ,N.. , 4 N I o.iiioling or strop. .., o should us. any.. it can De posttioned 30 to . feet in a... of X15'2 ',4 , i. i, the orea of crew exposure viol.? otAtersely affecting /he perform:me or Gaol Ity of t, work. If workers are no longer present PO the troffic to in g2,!r sha2. 'I -c 4 _1 • , . rood th- sak conditions reptire coctrol remain Dime. Type 3 Barrtoodes or other charter ictng cerices noy De .....,tutod for the Sha.• Vehicle and PILL. 5. additIonol Shadow vetoes elm ltlas .y De positIoned off tile pored , '' • • ROAD 777'. , i • , '- A surf.e, next . tho. snown in order to protect o 'ricer work sooce. 6. See tCP,5-1, far am/older wore on Writ. nig/mays, expressways mat richt-of-way line and not ocrked on the pored snocioer. 6. CW21-5 ISKULEIER WORK• signs may ce uv. in piou of Cw20-10 •ROAO PPRR ARUM- sicms for shoulder work on conventional r.tlways. WORK AHEAD END ROAD WORK ! ROAD g WORK • 020.2 1 AHEAD • IB'''tt' 'Itt texmcf./IG 21i END ROAD I <>10 I 5:3°48- '5Fee°%-te II ROAD WORK En:,:; A <, 1 4> V/ORK AHEAD , TexaS OeplrlInemf a I Trarnpartallon Treffk .a.aelom, Mr".,,, TCP (2-10) TCP 12 -ib) 21 TCP (2-1c) TRAFFIC CONTROL PLAN CONVENTIONAL ROAD SHOULDER WORK TCPC2 -1) -18 WORK SPACE NEAR SHOULDER WORK SPACE ON SHOULDER WORK VEHICLES ON SHOULDER Conventional Roods Conventionol Roads Conventional Roadsig --- Siff/ 111d166 4 Hon ORAIMG IA a STO 574 7.2 ''21. '6 CIN MEC! ft iply D,,,S,gn Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 roxswMNrs sr¢r IIx P�mCT nn.xram xo-n, cwzo a LEGEND e ae x a 0o e' °n ONE WORK same ENO ew3 ROADAD CF ROAD WDRK ° Xxx FI ax' AHEAD - -/. '_ lErrPevc cove, r. \ cx0 2 wE + x�z as x 2a' PREPARED ¢"x az" i0 STOP cwzo�0 _ 11 TO • _ W, q a remP�.arr .qg, ONCOMING see care 21A • _ 0 TRAFFIC z m + / / _ DO LLD See nota 91 DO 1,21 %X% �/ z a FEET / END W LL ooa nq on me Inner ® _ z< x ♦ / ROAD WORN e I zo' o s 2P n ^ J m iggger srq ons 65 3 7D1 "I �Y10 ar n 9nr / F 8 Kx = n Isee xore cx♦ ' a TPICAL USAGE1. s U a, _ •- I wa.pox .r'x.a GENERAL NOTES `°'r�o Q MIT- TO o g Mo III p W W 'a 8 n:,Dreg e semen n me o ms or ror rou+"� a ox ez >xcrh .neo aeora�ea xXz xa y 'a 1. zD p E -" goo nq on me Toner TO rarre. $_ U n - ONCOMING ,see nares s a 0 TRAFFIC J- 2. -_ see core"A - Isee^ore wi • Iroe i Barr�caaes or arner cnanne,znq ae.ces moy xe suasrru,ea tar,ne snoao „,ne oorea surTace, e.,Io Inoseon Ine r TPlmiC 2�20see. x a'♦ xc,RnTl l[ q e Dia Door a nmun sign K r ar nignr PRE SARED a imwr aq ne�gnr. H J TO TOP TCP f2-2D1 ULI O OXE IANE Isee nose xs♦ cenrer line sm ae amslea.men a odor ca-s ieaa.nq rrae c ana Z K RDAD Isee xo.e 21 A re oc r me Harr:,air rno��g g Z Ax AD a�q n or�r m�Mxn e,aPo q r q orranoe ro me owe ong a a�aa aT,raooeg-enp wzo-aD I 4 as x as �y OXE IAXEra rrarr.c.-1/10.1.-1 Io--u, oqs srvauia ce i�m�Iea � W U AD eme gencv s,ural.ms. W Z END %ROX%Fi a x ae O U g y , loggers 1­11use a a wzo a r - ROAD WORN _T y a. ROAD ,Texea Oepammem o/Tianaportation Smnoam Q WORK END flOAD _ AHEAD c ROAOWORN woflN TRAFFIC CONTROL PLAN N Uwz°IF, x, ONE LANE TWO-WAY a see nate" °a 'x° Bae nnle„ TRAFFIC CONTROL N v TCP (2-2a) TCP (2-2b) Boge r 2-LANE ROADWAY WITHOUT PAVED SHOULDERS 2-LANE ROADWAY WITHOUT PAVED SHOULDERS TCP(2-2)-18 ONE LANE TWO-WAY ONE LANE TWO-WAY ©`.rvq,'°P,o CONTROL WITH YIELD SIGNS CONTROL WITH FLAGGERS °" s snEET 112 at 166 ILess thon 2000 ADT - See Note 9) �, §RELri90 awXwc wJ. STO 574♦♦ M PAW /A 320114) D,,,Sign Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 roxswTuvrs sr¢r i u flpmCT nn.vam NO END Rono ROAD WORR czo z T ROAD WORK z LEGEND _ n 'iErr'vi�c� d� see n°re ii see"ore PASS � WITH PASS DO C DO ireww e°o a ARE x 3o Q a i pCl m NOT WITH NOT 2m e-� PA55 T CARE ax z 30. za-x s0- PA55 / T� °"c o°°°e °. zaso-"x za'x ^° e ry • - erre. �o �a x MVz r m as m 'e"x ae" ` • moi:' � J � 2p III 111 121 xx �s-x"36 a Za..x�2a., uPN � • • • Mpx i r0 r00 l]0 - > � - N • � Cw as 6 � �- u 21'3x 2a' z x z< U a m w ern° orrse b, TYPICAL USAGE Ra� , eaw, ..,ex. - 00 n.e "r W e a a $ _ z.a,3 x oRa eown GENERAL NOTESxxL." 2Q a � e r� i aae z° Y a xx � �rsee nary 21 qn s s. es 2 a e� .°rx sRaces rem en, sn°°a Z 0 w.6eT x asxx M(n • y �a xrx U to - 5e' xrx -ia oU Il TCP 12-3.1 as sae"ere z.- ILL LLI PA5T5 n ..o li Z PASS -` "e�e� ,.� „_. Z g WITH PA55 a see nor.zi♦ <" DD CARE 7- ao / a >< o PA55 on meo. 3 �n e .w,aP„ ,Me,T P-w.,,� i M TRAFFIC CONTROL PLAN Eno _ 21 �j a E v . v U END / 2 a Rono " V�Q a TRAFFIC SHIFTS O ME SN, Sze-: �.eww'ene,e a ex�gx. RonDwoRK' waRK �r�°9e- T N '° AHEAD _ EnD ' TWO-LANE ROADS � v TCP (2-3a) as x 2a ROAD WORK N H TCP (2-3b) 2-LANE ROADWAY WITH PAVED SHOULDERS see"OtP1 2-LANE ROADWAY WITH PAVED SHOULDERS TCP(2-3)-18 ONE LANE CLOSED ONE LANE CLOSED _ ADEQUATE FIELD OF VIEW INADEQUATE FIELD OF VIEW S sxEn)73Ai)66 �, _ §xEmRu uxREwc wJ. STO 574 —WnPcr/'•32?1100 DocuSign Envelope ID'.2F1EOCE6FF13-4D]3A62421CCAEC1B1]4 roxswuxrs sr¢r i r�rccr x0.vam�� LEGEND ROAD ��' en-_i A " 'irrverc ' WORK R° ANEAD TE M -mss mrux c.z0 °a ee�n.e END � RonD woRrc s ROAD z _ WORK END AHEAD v v ROAD WORK LANE CLOSED W <a x z< a =_ zxxrr z wLL 0 3 x � •® VI - "IV! 12 6 x 36 c tYP,ILAL USAGE U Ll Q GENERAL NOTESa Z — a rn O - RIGHT ��- o rrer xe M1�c owea rvrroce.na.r ro rno:e mo.n n oraer � O LANE x°eN Q CLOSED Qa TCP 12_galcW W W 6 K Q re<•er c R O Z me orro.eoora oio=ea n me = N J 1� 12.see pore°� XX z° x z° Dees�o�e�en..ne era o..ne nae.. j • TCP Io(2-401NN U O -' • RIGNT me oven or oonrior ung aorxngs rior me area.nrk inns ° s��re�oer o LL 5 Z END LANE ten. mae enf�r r acee'�ces swc;n9 •• Z RDAD WDRKCLOSED rw x°e romo E O _ o RDAD ENO `g of € K OD O ,n, ,r�, ^ m i 11. vv Q `r+' o WDRK `ROAD WORK L ��QQ o - _�rexaa wpammem or rranaportaaon __-- 3 W AXEAO °a 21 ".bx3aj.. ` TRAFFIC CONTROL PLAN a LANE CLOSURES ON MULTILANE vF- CONVENTIONAL ROADS N Q.=0TCP (2-4o) TCP (2-4b) woxK ~ AHEAD �, TCP(2-4)-18 ONE LANE CLOSED TWO LANES CLOSED sno 114ar 166 �, §xEcaRO uxRKrvc wJ. STO 574 un crnrcr/'a 21107 E—Sign Envelope III 2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 LONSL1GNf5 A" IIS flpHCi Atl.R/OR BARRICADE AND CONSTRUCTION (BC) STANDARD SHEETS GENERAL NOTES: t. T1,Barricade and Construction Standard Sheets (BC s +s) intended eezcE.E ole. e far p melt of to ,da°..dila Aral STAY ALERT Y tlevlces, o Oavemeni lmarekl ng s, antlmpYYPl cal wo k z 751gns. ND - T fp q k - The nformarlonuccn ailed hese,M1 els met or exceed i henrequi remelts -1 D - shown in the"Te xasfManual onf Uniform.TrafficfCant rel Devices" ITMUTCDI. LEBErvo -— 2. The development and d sign of TM1 e Traffic Control Plan (TCP)is the - responsibility If the Engineer. xo 0- 3. The Contractor r -a— IF z m may propose changes to the TCP that a s 9netl a edOV _ by a 'censea profess one eng ne r approve TheeEng neer aystleveloD. rv1 TE p Ts <rvD In—L W o sign and sea Canfracfar proposed ch.ng— z w 4 con Len+rde Vf or .,pons D e torp n,t a n+a n L°BK �v W a rshawn n the a s.a Then Ca and draa tar may not tmoverorfchange 'Ts W LL thepp 'mate coca+on of any 1.171,w thou+the aPProva of the Eng neer. Q w .ametria aeB'gn of Ian.shit+B ala a,taprB Bhagll, wn—paBs'ble, m t the TALK OR TEXT LATER o app'cab e des gn cr r�c nedE t t r 'o on +e ot1a n manuaan Offh s the Amer ca A Polic on G State H�ti 9hwaY and TransPortat c a s ­TiAASHTOI, °` ` 2 eome+ric Design of HigM1ways and S+reei s,"the Tx DOT"Roadway RB s Design Manual"or engineering judgment. H �yy11.1 A V 6. WM1en Dr efs aDu+, +e Engineer(,) m y i+ e END ROAD WORK, TRAFF[C = VI FINES DOUBLE, e e war tong emgns�i t signing w b & antl the or kora 7appear 7co Tlnuous o the of 'st sultllfeThe aljace�+projectisc mpl tdfirs+, +heContractor s ett + er,o.is Inaenr,Blacx on rel law, y q shownon+hese sheets, thehTCP sheets o tler ec+ed by t e Eng n The BEGIN ROAD WORK NEXT x MILES s gn steals be - LTaLx an TExT LITEnl Eonr c spec r ea engrn, 11 d Q rn g TM1e End to thaw app aerate work F.F.d.ranee. C I13 a k w 7. Engine,,may require duplicate w ing signs o median side of C.1~o & _ divided M1ighways where median witlth will permit and traffic—Nnes juslifY+h.signing. S. All signs s be c ted i ordance w e details found e L } $ "Standard Highway Sign7Desugns for Texas," Si On aeTai�sth n 1 De s e Engineer shall ptav a derail ra thelCon+...tar oef-the Rign i� marfvfa.+ur.d. SIGN DETAIL (G20-10T) 9. The temporary traffic c I devices s of f BC sheets a ample,.oAs ary, +hewEngineee willsde�ermnne+hehmost app,,p,T,t,rrraff i,control ael5ces+P be use1. lo. As s n BLID, +M1.OBEY WARNING SIGN,STATE LPW sign, sT I,ALERT TALK OR O TEXT bLATER t e Sign De+ai1 120-10T) and the WORK ZONE TRAFF[C FINES DOUBLE sign with plaque shall be e.... e ted advance of the CSJ limits. However, Only Pr -qualified products shall be used. The"Compliant Work Zone N he TRAFFIC FINES DOUBLE signcwill not be required on PR, at, eats cons t ng TrafficeConrrol Devices List" ICWZTCDI lescr ibes Dre-quell tea DrolucTs W W ely of mobile o era ion ork, sucM1 as rriping or milling edgeline ru ble antl+e s es and may be found on-line at the web address given K strips. The BEGIN ROADf WORK wNE%T%MILES,sCONTRAC TOR andENDROAD WORK smgns bel owhorrby contacting: H Z shell De erected a+or near the CSJ limits. Texas Department of Transportation U J Z 11. Exaep+for tlevices require)by Note 10, t c con devices s uta Traffic Operations Dsion-TE K be s+spl ace only while work is actually in progress or a definite�eed Phone (5121 916-3118 . W W 12. The Engineer has the final Ill on the location of all traffic control Z 5 devices. SHEET I OF 12 - 13. Inactive equipment and work—teles, clud;N workers' private vehicles THE DOCUMENTS BELOW CAN BE FOUND ON-LINE AT - +be parked a 7The,s uld be c e+o he http://w J,dcLgov �Te a,n f,.lmwnem Tr onT,m rro� d ^ I'It a way ne s asst r located behind a barrier orsguardrai 1, 3 It pprov.a1by ThepEng bneer.a 0 I - OR'ZCNE EVT_ES LIST LCWZTCDI BARRICADE AND CONSTRUCTION m WORKER SAFETY APPAREL NOTES: 11-TFPTII GENERAL NOTES 0 1. Work.,.In oo+w eKDosea+d traffic or+0 Ill Iti pmen+ - - -- -- - ALS) AND REQUIREMENTS N r ght of way s high-v s Dili+y safety apparel m ing [ R I,1 DE—IJ FOR TEznLN SHSDNA �e Feel....nis of ISEA�amerW�err,Nm ala standard far H'gM1 vis beeitY BC f l)-14 Appare equ v + and labeled a ANSI 107 2004,andara F I F IL CONTROL DEVICES (iMUTCD) or a en rev sons, s + performance for C ass 2 or 3 r sk exposure. Class 3 garments should be 1 N1,=EPI„ _H-ETS c Gons'ae red for h qn traffic vo ume work areas or n,,t+'me work. ..0 �_ .D5 5 o B 1. -:;�.� ,z.,. - ...ati:. Ts:,—11,5 Br66§ 04/'•2N Ri, DocuSign Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 LONSL1GNf5 SHE£l 116 fR01£Ci Atl.R/OR TYPICAL LOCATION OF CROSSROAD SIGNS p/\/ T-INTERSECTION TYPICAL CONSTRUCTION WARNING SIGN SIZE AND SPACING'r's � czoz� ma ai �z� �czo a ciu o+x�r SIZE eSPAC ING r er oq Free qY _ xp,rE 111 n s e, I r °z°- e x 9 e x 9e RCD I s m° a,°5 °""a; 45 rc °q o a.PI :=a E_� E ,w�l s x T E x 90 -- om 4 02 G20 2 w� a J o xo E° [Wzo° s gn v m o°mova o Eng neer. e x 9 0 x 90 - CWS., 9 e" 9 TO vooz n . o "Boe°xo0x nx[no" [wxo-Ols'm ane a CSJ LIMITS AT T-INTERSECTION C_, i5 50=z a g r e oe s oerrornea a+or rao a ar.,ec+or. 'rr er s g s, ar s ou a ne usea when worx s (IT w vo re __- Y�wnerne ooa-s ar vo m. n-s n+wmor m sno °e snom ns ru<r-on c uses me�aoa ar os' 'CaliaACiat t Car rYo v,. FUGLEY. ne-"ace - - - arrow *Mu C .. rename Sneers � G.] - rrr. arx c2o e*a s v s sna oe reo acoa y na ac s q q w ea ror n me o ens. GE E AL NOTES mB6+ II �Q rn ,rage e�=mo�a ea°�a.eoeea eePOaa�°req+e�e s°°ree, C`�I13 a�o WORN AREAS IN MULTIPLE LOCATIONS WITHIN CSJ LIMITS SAMPLE LAYOUT OF SIGNING FOR WORN BEGINNING AT THE CSJ LIMITS mimre a°vmce.ern ng aee n..=a,=a a= =w=e re nave irz.�i c } 4 ° ;M;° Pz0 51` ,E. me+m e+<reesrma=qne +ne 1 g eer see"n,e z neer Yq ® .; marcor a+ x RX 1. ®ER a a', .Aw qn,a�mna fnaaea.rn aI a of e e are + O ��=1 s=ee gne m e�e mm �e,a,e a we a eegna=g a - l7r a LEGENDll� — K> x g p cv p�+ ai lea°mxRl OXNX u�a�ze.;zx W °e.aes c wv-nweo+nnnD en xxot+eennxe aenooxrEaaw�oelcsw+rcnxcz'eam-s'+i aos cicscSlreene eee++onvre ee eqn°oom incomo ai varve sgacs�+ re En9�neeril�specror s nosia ense a +m v rn s�q, worn nq s ieo NOTES Itv ror nwoq s s'gma ne nq c SAMPLES LAYOUTe OF SIGNING FOR WORN BEGINNING DOWNSTREAM OF THE CSJ LIMITSsaacCe roequ qem Z d 0 sPEFU 4t0 s zoxc LEwT °BEYSHEET 2 OF 12 INIT * Dive kns c�Las�D w z « O-°OTxzo s•cza 11 X X N az°s P oou"eic STA® sln�I Inw va a �'reee oae�mw�emT..Pnwn+Wo� a, 3 N BARRICADE AND CONSTRUCTION m PROJECT LIMIT o N 1 <I('� �4—05J=m+ p m.+.c nn- or aev ces as ca ea vor on+ne Trarr�a n, BC(z)-14 av ae: ' max Fl x SPEED az O=� k Xx'0* 0+ne +�e a wt SHEET 116 ql 7 66 r g enq ar .arx pane. STO 574 M FlnPci/'•32°iaA7 D—Sign Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 roxswruvrs sr¢r uT ffaxcr xa.vam TYPICAL APPLICATION OF WORK ZONE SPEED LIMIT SIGNS Coroe r work— pe esed limits shall De regalotory,estoDshe ltd in danith Me'Procedures for EstWlis inq Speed zones,• mdDDroyeO aby tile mm e Texas rro,soortotion Commission,orchy city Ord,m-e WTen within mcorporatea City Limits. k' p-:y Reduced speeds should only be posted in the vicinity CSJ of work activity and not throughout the entire project. ES Llul'S Regulatory work zone speed signs (R2-1) shall be removed Ts tuv xi.mU' f/ or covered during periods when they are not needed. -IMI z — — — — — — — — — — — — — — 1 a W LL `fig b � b b b b rb b � � J wogx =gh sPEEo 4 oR a s°P zoNE ° -° sPEEo 2 � IM ZONE LPMED Q vpRx T (] a e PEED ONE a t ZONE a saP a LIMIT —K E Emh 60 Tm s LIMIT x 1 6 o x 7 0 60 LPMED tl sP ED gg o o m 6 o kz 6Mo a W w s GUIDANCE FOR USE: LONG/INTERMEDIATE TERM WORK ZONE SPEED LIMITS GENERAL NOTES a a Y > E .Sh H a ., This 1 De o De ins Jude est gn o R-1-cry w m y for secs ions of consiruaTion C.] w age raff is c d gernetri csdw sign is where s eed control is afsmW artonce. 0 n difi°etion of ine gerneiraas to 2,geguelatory w ne speetl limit Signe shall pe D1m,l on suDDoris of a 1 fact m�nimun I higher desegnnspeed is notkfeaseblea mo noun ing height. y Long/Intermediate T k Zone So—Limit signs•xT approved es descr ped 3.Speed— signs° d far one direction of travel and ore—.1ly posted y o above,s ould Dep te0wend v si Dle 1 sent. far eeaM1 Direction of�trave 1. H n Ni also De defined ase change oin r*odwaykth 9 d �_ oreducedvs ed for mo safel a work a nc lu sp reouencn o ork Zon speed Iimii signs should De: y negotiate th drug: 90 mp cndwgreciere 0.2 to Z miles J *,,;Pero amogedtpav urface 35 mph and less 0.2 to 1 mile If e--y garnet—Idiversionsl LLJ w icon ato detours 5.Regulry s eed electivsigns s e bllegend and border on o white ref lest;ve :3 LLJ dl graderuc _kground(See"Ref e Sheeting'vack In BCf911. U d w 6 tl is i e"ADVANCE SPEED LIM IT'fCw3'b"b"d ls'gn, � other c ong c i and i ons ex s, he work zone soeea m t eigns _ 'SPEED LIMIT tR2 Itsqhs snc not bpaid for W snou d Tema n n p ace n-+ a Y o Item 1U.' (/f Z not de a owed ,mess as u- � SHORT TERM WORK ZONE SPEED LIMITS r,i r 1- ., ,91. N Tnis type of w eed y De eluded on a design o - D ca ude out are hat m tea to SHEET 3 OF 12 Y raff c p M me - 1 o sty es w to n 0 feet of the iravetedewaY or*aciu e y g - /m oiv�8istro^6 sm a 3 bnetnerrroven°edrwaycl ars C - �reras proe,ymenfm nennparrerfm Shari Term war"mne soeea L s gns s D D "eel nen t, m rs t, .11 r pl—li d weepy-1°°.°'y s na. BARRICADE AND CONSTRUCTION I presentees gns sna woe"r ed pr a vered. K See ing or C°veringeIt FC1411.o Ae k .,e _r+>>rc�l-1—be posted as aDOrwed for eaoh p I t. O f7 a wt �v� _ rct'on on y. WORK ZONE SPEED LIMIT N CD 1 n speed � m g an_ee Irr� rg n 1/D9 n+he I,Da a f�r y em. BC(3)-1 4 117 It 166 �, §xEmvu awnwc sn. STO 574 DocaSign Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 roxswMNrs ro.o" Ile r�arccr am TYPICAL MINIMUM CLEARANCES FOR LONG TERM AND INTERMEDIATE TERM SIGNS c­11zarvc sicrvz iz'min - reE, e csm e a - cov E c g WORD WORD MOR[G HEA13 WORK HRIX RHEA RINIER® AMIL9® RNTLRD moc 6 ** mOV z o -,< r,, cera ace, p,r altos arse z d=. m C7p _ _ Wiecrs stn rvOs oe p aced uMer sx as as p mems ov eve ip r _ � r, r, ,. s se.c w s.sr> > '! ne wrx ps g J~ rasp eren,e p awes eev say a a stance rhea a rot cover,ne suriece o!,ne perm,s gn i�, ., c ooa ox im,e y 5 m nares wripa. ~ ATTACHMENT FOR SIGN SUPPORTS1. move r vee s row a ceu, �r^Qs prove s - ""'"'"°/ v e r,e.e e„enr sirvew ecr no mere rrvon 1 veer move U \g�D xmy or rc see,c Vl 4 71�;] mkn ry63y�0aI�ryD/ & DOo DDLLL� move VV O�W W as\ Na'es shall NOT D al lavCG. Each Sign AAA shall De artacnea directly to the gn U s an scpoer,s she e.rma Imre,nam cEc vc sH[[T rvc p nmxs�s,rare pc �/// s000ort.lAUn ale r-ec.'-ce se_oo _- Signs sM1aS not be 1—IL11A­1joined or sol Iced by any neons.Rod o . c oer ae ntarcea>es,c sUaaorts h0I lt De r,r c. e,e e er ma ne or (n eaended o re oared _ _ o w Do�o a a siwuaoe ar eseSTOP/SLON'cPADDLEs aim,erp n,ne se CONTRACTOR REOUIREMENTS FOR MAINTAINING PERMANENT SIGNS Bemuse arscmpnere yn U GO WITHIN THE PROJECT LIMITS - e w�maan ppaa a,near°n2p m'nzm,proute s .e ,.R ,r,a„r amg np,na s m rhes p M_ Oa sec,pc e[pt SHEET 4 OF 12 xmp s pm np cev ces n,ne TwTeo .e ne= *v odea lywj F , ,eo ,ra as napermwntmTrarupwrarroa a, d Q scene s a BARRICADE AND CONSTRUCTION TEMPORARvSIGN NOTES r za° enc za e m N m el 1h. a p n B , r G(4) I Q � a z< c wr � �, §xEmvu awlnvc wJ. � STO 574 DocuSign Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 NNSGLGNfS SHEET 119 iRN£Ci Atl.R/OR oiQ _is 'fid nyeito t rit it two 5 ?p rrme so- y,a 0irwr Eiroemanr ne a nc ,ub bna ae nrarc.ng Fiee.e�� WING CHANNEL - -_ PERFORATED SQUARE METAL TUBING 5 SKID MOUNTED WOOD SIGN SUPPORTS GROUND MOUNTED SIGN SUPPORTS LONG/INTERMEDIATE TERM STATIONARY-PORTABLE SKID MOUNTED SIGN SUPPORTS EI (n - WEDGE ANCHORS �., ra Z OTHER DESIGNS a a� E g a�r�a�rar .. 0o r ,aa� s e 1EE $ U r r W N01 SPL CF woes o s ae.eGENERAL NO ES s o cr rw r na � 771 Y s swore rw ,ab iy°agora woes r _,_ — a d p00D POST SYSTEM FOR GROUNDr cec c c imrer o s mre°eam W eoo.e swemem MOUNTED SIGN SUPPORTS => a� n° arae ara�a *uD b a e e° a.i,s a be oa ia, H N e��nar wan o��sea rornee�naovcaaa s m n�crr � Q z6 mann s�assiaPs 3J_ - cSHEET 5OFe 125 Z Q- JJJ a BARRICADE AND CONSTRUCTION a s w E m � a TYPICAL SIGN SUPPORT or � 5 ar.5 nere � ,n b �z n m SINGLEa LEG BASE BC(S)-1 4 � r zoe: e • SKID MOUNTED PERFORATED SQUARE STEEL TUBING SIGN SUPPORTS _ H-D, a-1< �, §xEcavB uxnNrvc rp. � STO 574 E—Se,Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 roxswuxrs sr¢r Im Pm�xcT ro.vam =Ea-1FIN"IPLA=ETMEI= RECOMMENDED PHASES AND FORMATS FOR PCMS MESSAGES DURING ROADWORK ACTIVITIES ,EL Tp TR.FFis fine Engineer may aDOrove other messages not spec fically covered here.) r` '* PORSIGNS ME ••••••••••••••••••• aeeWery x,ea as Far,m�e Phase 1: Condition Lists Phase 2: Possible Component Lists roxyr� P, Action to Take/Effect on Travel Location Warning **Advance 1. Road/Lane/Ramp Closure List Other C-d'tiOn List LisT LisT List Netice List q e,wW ma nus,o<u�ars,am oy EEWAY DWOFK D ERGE SPEED I m� m a r.eeway e. XR MSE, � RO%%FT X%%%IRS RIGHT %%MPH wv 1. z o; It, C G Fi RIGHi O D 5 0 GGE E DETOUR SE BEFORE IMUAI �W o - ee -SX FT T X N� � RAILROAD XSX EED 2 m EX TS RD EXIT CROSSI PH %PM X ���I ��µµ sE x USE ExIT NEXiNG MINIMUM BEGINS M 2 r ¶e W � F,11 7F E%Ii%x NIORTH MILES %K EEPD MONDAY wrx m rvv a y ae CLOSED OPEN X F F IC � USOUTON 1-Xx E U SPEED x USE PAsi ADVISORY u J - message i0 I-xx N Exli ly ENTER DAYTIME XXX EVEN xxRI GHTH F- u L1111 1H11T IEII-.1 Es sH FI a WH,rcIM c�oscD cLosuacs xxx xw rLT us xs xsN TRFoa s x% cxi* Q� C, cross IGHT I SOUTH DETOUR OUGH CH E%PECT US USE E%T Ijj LAUE %E%IT %MILE A DELAYS FR� a, CLOS RES C SEO Fi iRUGKS FM Ln v IOUs Ex IT ROADWORK ROADWORK EXPECT PREPARE DRIVE 111 d 2 xa CLANES XL�SEOx FR� ,FLAYS SAFELY X,q F, LOSER ILE I STOP (1 alar U H o & o renes EXIT RIGHT BUMP s REDUCE END DRIVE .ran an,na.ma m rn rn,nar,nnn CLOSED AU CLOSD1XXX FT M N X xILES %%EED sx0 SLDER CARE U Q O c } MALL NES IC NES sE WATCH ONIGHi {� - HL Iors s appropria,e. n p0ayera sucn os a ser es or nor zama sa a DRL SEOY TUE O-_F SX%%N FLT SHIFT ROUTES WORXERS � U a O x LxxEs ExIFT n Prvase nus,be uxa r,n STAT Ix LsxF n Pnase 3. X BLVD X IN xx see o , Hca.. a E .n.n iYF[.. "I'll ,..,.xT CLOSED LANE pp cat m cu ce res INI APPLICATION GUIDELINESWORDING ALTERNATIVES Q J n,ry ana s can d' z LLI (n a SPIDOR z SHEET 6OF 12 �W O I N IGNS W_THIN TLE P.O.W. SHALL BE BEHIND UARDRAI_OR 7f or mas d Q CC NCREIE BARPIE.OR STALL HAVE A MINIMUM vF :OUR i41 �rexse aaeimwWem nennaWrteuon ea. Q a N L S IC DRUMS'LAC_D PERPENDICULAR TO TRAFFIC ON ILE sren W �. W UP T EAM SIO=TF THE PCMS, WHEN EXPOSED TO ONE DIRECTION o rRAEE:c. WHEN ExaoseD TO Two wav TRAFFIC, THE EouR DRUMS BARRICADE AND CONSTRUCTION s _ L I U11 UEIILSHOULD BE PLACED WITH ONE DRUM AT EACH of THE FOUR CORNERS of THE UNIT. PORTABLE CHANGEABLE o .fD. L MATRW PCMS sIDNS MESSAGE SIGN (PCMS) N m nary ne ,.cw , W.....Ca aew e M 1�x 1.1 A a 1.as .a a,. F IT-1, BC(6)-1 4 W:FW xe,aa.xaan, wE,aWNT ma n,a n,ne ax, reg,r emen, ren xy� Wne,r ea .e s x<INT '� ra..rc rep«x„a as �,rc Fa va,�.PSS,rcy,na cx,eapp emea,me ase a.THIS x,a,a e�,reaeeen,xa x,W e� na,sane,,x.e � acHS�, �rew rxren„rc as, rar,rc sxm 7 20Wr 7 66 Raaawa, mo,r Asea,a s mu a,e a 11—H,arra.Naara pra.aea,tee„,ne.,a ,y,11—ra,e anW a mn W W, a- ;,,, _ F. - - - - - - §xEmRu awWwc n. STO 574 M Plnrcr/'A 32�i00 D,,,Sign Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 roxswMNrs sr¢r 1z1 r�rccr nn.vam rasa ar.n<wa.er�ai wroa�ner ue..ee ceAreee r is rail ia`:I�aacwer oex�G<e ma�ea P<rP<^a��war.^..a..��n^.n<�Pe.r<°m e�a<"..r°r.��. nnnn<i�,�ng m<roaA.o,e.or,�or p`"c"ia� Ranaa.are mxnw"morer<reGom.na".�"^e. .. me Fi°,,� ra.eaara enum ce a°ie m ce mi zm_ 11 LOW PROFILE CONCRETE BARRIER(LPCB) K LL W o CONCRETE TRAFFIC BARRIER ICTBI see D A to( ..1� �^ OV z a m ii r r.irn r ri .oR OR • • J m -- le 71 a ec a mcun ea an aA o recomenaor�ons, e 4 CORNER CAUTION ALTERNATING pIAMJNp C4Ui ION I T11 11-11 re o.....n.e rote oe ervo.n n DELINEATION OF END TREATMENTS = vl onr er END TREATMENTS FOR & y CTB'S USED cr.e row.ar rwrxer roes IN WORN ZONES DouRLE eRROw LEFT a RIGIT Q a ITE e^o °eoeaa a,aTy��a Dae r�ry a9, r°neW,r.`�Fme:: ^ c�a ena D 15 11 1. AT eL;wEe BARRIER REFLECTORS FOR CONCRETE TRAFFIC BARRIER AND ATTENUATORS armera n„rverr°^ ^ --- WARNING LIGHTSIT Al— S-L s"i mels a"Door. c,r c c°nrro 'REDUIREMENis rra er mvmea A".Do°ras sem"a ee T Feer tram wry s o y Q O O AiiENT IOW xn FFI_ I- .,R 1L—En L J= naE ws uwM 4 IxluuM NuwIER LL LAI er.' of PnxEL LBWS v15 R L tr e r _ v .15 o Srnx[E � w Z rvE B sox 60 3 Tra m e sn L r �LJ c ae,ss s me oo o�'o a'mAna ae 'xe U RE E WARNING LIGHTS MOUNTED ON PLASTIC DRUMSui K J Q FLASHING ARROW BOARDS Q°') x a SHEET 7 OF 12 — 3 Z = oi<'�rro`oe .:,. _ , , , r . _ e soot ip. PUCK-MOUNTED ARTENUAiORs ,Ta+++�✓Pa,.AreAL AT PennPArteRbn Q Q o LD WARNING REFLECTORS MOUNTED ON PLASTIC DRUMS AS A SUBSTITUTE FOR TYPE C (STEADY BURN)WARNING LIGHis P5 sreneare .2 Z i x s, BARRICADE AND CONSTRUCTION m z z a ear ARROW PANEL, REFLECTORS, o j Q WARNING LIGHTS & ATTENUATORN r 3 WA War^^A r<r ec.a.mar ce '- <a"ar<.xUer rve.e ra na.Na a ra ce rer ea,ar.ea Mere. e ret ec..e a"rraae nrea ar a � < BC(7)- ° 14 .nan <a"an a",a - WT RT s,rve ar r.e, a arm ery' ryes - - sxm 7 21 At 166 �, §WELri90 WWnEwc n. STO 574♦♦ M"""/A 320114) Do Su,Envelope ILI 2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 roxswiuvrs dHEEi Ixx r�arcci nn.xram GENERAL NOTES " y wrh zmes m,'reewve a ws sn° oe ossa°s x°na e �r' n9 cev ce -. m,mo-y wrk zones°n I freeroysao- one sn r -: nne z n0 aev ce our mcY ce reM n,S�e roe Tw en°u a c'ov 9,6 z m p zp neeriinecec,°r T. o-e P I yw000, A I"'T or Metol Sig' W LL substrates sDoll NOi De used r, Q a GENERAL DESIGN EOl11REMENTSOlOiS st'c Or ms J m um na °ys SIGNS, CHEVRONS, AND VERTICAL PANELS MOUNTED i -"- -- ON PLASTIC DRUAS VI II a- �_,�m CI13 a w w ao..eoeam .° a se,ee e in a w,eea .'<.�a.,°,IT, RETROREFLECiI VE SNEcET I NG p°rec,°o a E°Qa osnerseo�s snou a°,aexre�armorc Ina�iix W Eg me U C7 bnr°n w ea y°r n me o ms. anre.< _ sera a m n o,ai°r mae 3 DIRECTION INDICATOR BARRICADE DETECTABLE PEDESTRIAN BARRICADES n,ee m p-­ c rn W BALLASTtt„a°ni li Z n SHEET 8 OF 12 _ 7f ooe,rero°< Iy�j U ee �raras aae,mwnem nennaanewoa a. � Q � BARRICADE AND CONSTRUCTION ro „«a�,a,a..ee „<ne a<e,ena.e.<en,.n<�...< °<,.«•oe, CHANNELIZING DEVICES N ° BC(8) 14 0 °,awe. ke "e_. ° te , ”:. , , '� -:;. S sxm 7 22 At 166 �, §xEmvu awlmc n. STO 574 DocuSign Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 roxswuxrs sr¢r Iv rBaxcr ro.vam GENERAL NOTES iEirii ei'c covin aa E 5 °r - y n,orm �pExR`�x T See In e - 11 VP, 1 � as a.a ,neen°n9e na gin, e �ane�°a°a.e°e ane �wo ery �aem Z is qua arF I%EU DRIVEABLE ��°ms n°r n°r ro rea aca°asr c er°ms CHEVRONS V, 11 ` RpU�o Lmm. a _ wo a A 9 a°m u. 9n, es an. i,n 9n, Po LONGITUDINAL CIANNEITZING oev¢Es item _ - PORTABLE s inrnes snail ae°sea. e 'see nave San ° °n e _ N VERTICAL PANELS (VPS) Li Lu SUGGESTED MAXIMUM SPACING OF U (1 �mr nnm r°rvce OTU)I CHANNELIZING DEVICES AND K N 17ER BILLA57ED sysTEMS USED As BARRIERS MINIMUM DESIRABLE TAPER LENGTHS Ld ie�jtm m° m.S,n sz n SHEET 9 OF 12 _ a Sao U eP2 BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES N DO BC(9)-14 HOLLOW OR WATER BALLASTED SYSTEMS USED AS J.._ ' OPPOSING TRAFFIC LANE DIVIDERS (OTLD) LONGITUDINAL CHANNELIZING DEVICES OR BARRIERS ,. sxaT 121:,16S04 ra� DocUSign Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 roxswMWrs sr¢r 1u PROmCi ro.xram cD earr cmee n+ne sane m°nner ROAD 6z ® �� .' �[wzT " weer.°r ua S; c we arr Pea roars°Pe —JF—` _ [ CLOSED o- mus++urn n xrwr'icq. � ' or PERSPECii VE VIEW p2m z Det PERSPECTIVE VIEW Roadway LEGEND 1 0 p emmv°re n tte a we one°feeet°ir�—a e Y u sore xe a° e3m o °mous w ess°ernes eumwrea 1. s .—y. z�n a en fan°�Bece°ayes ee a eeenee c me °cs w ,\PLAN VIV IIE�W ul Dors aaaes sna NOi e e ° PLAN VIEWII�a- b,—d iig,­­t, mTYPE 3 BARRICADE (POSTANDSKID) TYPICAL APPLICATION CULVERT WIDENING OR OTHER ISOLATED WORK WITHIN THE PROJECT LIMITS On TT B p W w T'S"' SHALL NOT BE USED. SED �e fin✓ x CONES PROJECTS LET AFTER WRC.2- L E 'O snee+ m } TYPICAL STRIPING DETAIL FOR BARRICADE RAIL EDGEL INE T U r +� zRT ze CHANNELIZER N Ld W aj TYPICAL PANEL DETAIL Two-Piece cones One-Piece cones T—I—Marker '°"'°""°f Toff'°'O°°°`e j 0 o FOR SKID OR POST TYPE BARRICADES - °�- H- o z."nines:noir nave a m�n�m°m.e Pn of z 1rz los N P e° 0 9 ° en9 o r°range,eco eee0 Ld SHEET 10 OF 12 _ - � sao[xFiL[ coos - - nese. �>�a PwaeimreeLm TwauponwWm D1�� � Q � oo�O o ®��r w ew�,nemn� BARRICADE AND CONSTRUCTION o ° CRANNELIZING DEVICES o - r ess ce,o e -ar- s N DO BC(10)-14 5 TRAFFIC CONTROL FOR MATERIAL STOCKPILES °rCOB S SxDT i24a/766 �, §WELY690 WWwNHW W. STO 574♦♦ DocuSign Envelope III 2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 roxswMNrs sr¢r Ix r�rccr nn.vain WORK ZONE PAVEMENT MARKINGS TempFlexible-Reflective R Temporary oaGwoY Marker TabsDEPARTMENTAL MATERIAL SPECIFICATIONS .'.E_...............:... r, is _ �.. r[sm Eve covinE 'c AL OF PAVEMENT MARKINGS x xcslvEs ''- .ra+e® X GENERAL REMOV II Y e,as ._e cc rPOr e t 1FL[e Tpv[nmz m r ma. req Data mor oe rwnA n - a,.rIROA-1 T. W o onexma aea Brae ° t A Ex s nA �ma ass roam m me Mare.a a�oamce.L s z LL a suttees yce oavemem int a—It aro.es ro ee STAPLES OR NAILS SHALL NOT DBE USED10SECURE Q a usw our. nor ae Kea Keo un ass spec rico y TEMPORARY FLEXIBLE-REFLEGi IVE ROADWAY MARKER J m snmm n me o ons TABS TO THE PAVEMENT SURFACE s cermi rrea. ea.n aoco.amce rA`cr xainr.osea oweme�nvtrxe.e enol ixce ae a'reacreA oy me � „1 IF xore lone N.1-1 uar As. c ser, e.mos�eea ae go oemras O] Mi RAISED PAVEMENT MARKERS wax x w rc as, ass miner.se-111m rxe o Dins .cxcxT U Lq r m ut t o111,xTAo WPKE0.` . °mc oem�r�ema �,r As tr ar tae ram r.m mea..aem amrt.ea Ay e L A weer ra 113 ¢a �. $ - PREFABRICATED PAVEMENT MARKINGS Kar, m ccrosrenr mcrk nqs mo v � .. >� _�e i maer me ray�erenrs c E i } ^ r r_ erenr mvx nqs fo Daae sta freer a asr w asA .t,. r c._ "'r yes me U 0 MAINTAINING WORK ZONE PAVEMENT MARKINGS �.snoii aea varmces oe mret ta�.e.r me m,.mc c. ars. see ?' rx zone Karr t tamrai d N e RAISED PAVEMENT MARKERS USED AS GUIDEMARKS p U' ce Kar a m n mm ea a e ae se o me cmrrocro sassrer A _.s.es U scecrcmram Iran ssz. ewrmas. `oaa rcr ai serrates,ar mermoAiasrie ror wrerere Z wxir[ I f r n ooM�. - me s.i.er re�eer..e sw we..r.hire eoey. SHEET 11 OF 12 z d 7f lmm If ly�j as napermwntm Trarupwrauoa 21 f 3 I BARRICADE AND CONSTRUCTION PAVEMENT MARKINGS 0L) m BC(11)'14 m �.agm .imor m .mr re s�iase .. p sW¢r725Ar766 �, §xEmvu awlmc wn. STO 574 urYwmi DocuSign Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 NNSL1GNf5 SIW£r IRE PUI£Ci Atl.R/DR STANDARD WORK ZONE PAVEMENT MARKINGS DETAILS PAVEMENT MARKING PATTERNS " g_ DOUBLE z" a I°en to olo° rvce oa a NO-PASSING .wa.e ro 0 0 0 0 0 0 01 0 0 'yf RI �Rrei i°w } AJam/F ..o 000000000000io�o 0 000000 LINE u.m.cs °TO rzr - `ire 0'° REPLECTOR]ZED PAVEMENT MARKINGS PATTERN A RAISED PAYEW17 w 1ERS PATTERx A z m SOLID EDGE LINE Po 0 0 0 °0 oYPowo D o os 0V Wo —i e I A< °+ � LINES OR SINGLE ...c.c 6 �` 2w o T,P I no° oeo °°°°°e° °° —� 000000�'0000 °° o° NO PASSING LINE �za o ° a T11.v or.ttons Tr°e I I♦ n REFLECTDR RED P-1—MAI—GS SE PATTERN B RAID PAREMENT MARKERS PATTERN B m s a WIDE Lo�]o o G 0'10° J� arefmr�°°re°morn qs rmr oa s°os...°.eo for ref iec.w�zea zovemen... qs. E q Per. L INE 0 0 CENTER LINE &NO-PASSING ZONE BARRIER LINES FOR TWO-LANE, TWO-WAY HIGHWAYS H" - Tra n°neo°°°o°°oo°nnneeen eIc e & _ / o o CENTER In ^szo U wD ns/ 00000TVP III a LINE 9 c —vires —� oo PSInti° 71 nsy OR °° °° LANE ^� / g - ° o° oo°000 000°000°o o oo LINE J � T­ T-I • BROKEN G e-c or n s o ° �o ° °o� LINES I nre p mrrxpngs mor ee sresPeIEMENT WICKS RAIZCD PAVELExi waxERs \v 'Coo AUX IL IARY wvzrs o 0 o YPe c o I o R U OR EDGE & LANE LINES FOR DIVIDED HIGHWAY LANEDROP } Z LINE �B Of W — wn•er —� °°° ov 111111, ° REMOVABLE MARKINGSw� }+ , 5 W d o° oo}oe WITH RAISED vei iow o oo 000°000°000° °000°000°000°000° aPAn OME^NT HARPERS LrG'-�L-3o,—>✓ j Z — wD R °2l0>0 000 000 000 T °oo 000 7-- . v°wemenf u°rxers j 11 I REFLECT vA T.~ ] RK RAND PAVEME11 uARxMAS a. Prefmr.coxa mor qs mar ce sms.�.0�a rot riecNof'�zea q°.e�rem rr�orx"qs. l 10 L f� LANE & CENTER LINES FOR MULTILANE UNDIVIDED HIGHWAYS °we raie°e°°e"'e"""�L"" cm.er��ne mgr nn..n ne°rm on rngE �,es Z Z SHEET 12 OF 12 W Ld ee I`�°° ' o W —a /,.PPPNI .RTS .,Pw�NWo F a a 21 3 a °°°� e°°°°°°° °°°°or°°°°°°°°°°°°°° BARRICADE AND CONSTRUCTION ° S _ PAVEMENT MARKING PATTERNS o I RAISED° °°° °°° I.em G,: R<ISEG P<vEMExr M<RrcERs. BC 11 21-14 m MEMAR REFLECIMIZED PAVENT KINGS P.YfMEx,M.RxERs morxrgs mor nrn ec-r..Pon :..,sot rercu�issc - __ Prsfmr�co.ea � °e s°esrr.°fm for rsfiec.mrrea co.emem mrrx nqs. ©,� k .. Asa,q,'.r,r�, -::�: s sxaT726Dr766 <� TWO-WAY LEFT TURN LANE — �, §WELri90 uWREa�c n. STO 574 M Plnrcr/'.32�i00 DocuSign Envelope ID'.2F1EOCE6FF13-4D]3A62421CCAEC1B1]4 roxswMwrs sxTET IZT FAnrccT nn.vmm WORK ZONE SHORT TERM PAVEMENT MARKINGS DETAILS WORK ZONE SHORT TERM PAVEMENT MARKINGS PATTERNS yy 20..6.. *Yne r-2 DDD 1—LL N IA.s a ,o f NaT Pnss 'E_..E at%£o kE 'All m` I _ PAss Fn. L INF T.FB a 1.12.L_ — <13 SOL 1 D _ I�z —I r<uo c.l--{ o B — — � TIM °r s.NCLe TABS R�e B'iyp8 y:m w fl` TAPE TABS a 81, NC cry°LINEnT orvE rAVE 20':s''� R vei v�A • r CARE F WITH Rae ��p. CARE @; CENTER BLINE 4 NO-PASSING ZONE BARRIER LINES FOR TWO LANE TWO-WAY HIGHWAYS A w LL ag ce zo BROKEN *.Bs mmo.0. �mmm mmm y x�mmm Gm m'fr LINESTIM a TAPB .. — — — — sIFON ow�_�,rvE, .B. — s a a t_ B'� _ � C> 12 # WIDE DOTTED TABS IT IT o o s m Trce w = - �xn,.■ ■�i ■ - - - ��° ✓10 Ow �o'o" °ti Bio ° o�oC> ° A IT U $p LINES _ fh {> �/} Pfit .rw:ArvE DROP slwLs� reFB 12 I'M oo� ow�o \ wax c TABS < , W 111 d W w ,..8. x Q r A- 2 a y xoea. m LANE LINES FOR DIVIDED HIGHWAY �oTAes WIDE GORE ST ST o --- MARKINGS a a IF 0 r/gam NOTES: —� �°" i i°. °i° NA °�i �°� ce w t o TAF[ TABS FOR MULTILANE UNDIVIDED HIGHWAYS&CENTER LINES Cf H a �A ao LU oTIM'— °,° � �V) ° i n° ° °N° ' i°i E/�� N x TdFB TWO LEFT TURN LANEw r.es YF Of e o � w * 3� oFT.o�<o °mak<,o< w L k r L B°, re oF<� sroui° PREFABRICATED PAVEMENT BMARKINGS Se 3 d TEMPORARY•FLEXIBLE, •°e° ons<° B2.o WORK ZONE SHORT TERM s E IB E, REFLECTIVE Ro Dw MARKER ZTAms(TABS) B:<s 1-1.11 Tos..,�.o, I.. PAVEMENT MARKINGS p d RAISED°rPAVEMENT M;RKEBS rvw Nv —8,2. B.sBB F.<BwB,T wAw.EBs' ow aBB. 13 1. WZ(STPM) & 3 <uno xrvm DEPARTMENTAL MATERIAL SPECIFICATIONS (DIMS)B MATERIAL PRODUCER LISTS IWLI io c• a°m e..o<.9000.<e 90. �<soo 9°<m,< R 6.o«r.00—�°.n<�sir °nnn:rn wr,.amceovro,'rv�BrooTnT�roTB<<�BmroTnBrmBlB�wi Bohs INT, : S sno 127aT 166 -- §wEcaw awwwc An. STO 574 RM`n"'/'w 32110 107 D,,,S,gn Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 roxswMNrs sr¢r Im rxnxcr nn.vqm 0 .I° G.1°11 se<r;°n IBNn.nI o. ge Iq- 30'r,a,gn s'olq.B«,elnq BIn 3 _ sl'h" uu'�a' sec.lon21 �xz Bvs I I p� fiyf wv xi.mzi o qn rqr n<r L $ Io nt connect ion v2 �xorie+n ouq o orq�n sior� 181-N2 Bar 1121-V2 Bar IIT)-VI Bars C, m �n�nr<nnne�nn ,ears �•s,eq, REINFORCING STEEIE DETAILSsa No+ °nese o.ne,.�se6sno.n. wo _____ _ _ _ rvrz BARRIER s GNExr z w a°rs z a i'*41.r oracee r�°n B°ira , LEI 3V." ./---------------- ars El °° ,2 2e oo- Sore x°.E I5 NENCIED IN ORDER T°5x°w GET.IIS LAN ,.IS IPLAN se. �ITYPE 1A)q BARRIER SEGMENT z° ISUISnwETxicec ABOUT CENTEx IINEs� coverTI,t bvI ears z c-c Nc.. xo� ,qn C,K, <r,°nw s% �II�a Q a x A� x- S-40o=rye=en r s€' 11 p W w 8. SECTION A-A SECTION B-B GENERAL NOTTESces,.neve+ce oosrea scee a O c g is as eo,or less. Eta o carores.1-—A, a G,soo os.. g xz—A z. Lo°.n °P W m°, B.c�oce a n. g Bn=, _ Of B,.<qs,Escs aq„,., -T1—I ce zo IT. fi s' 5. ager soo —Y.-coon,.,q, _ fid ,00iea rao�°s ° � J 2 A ELEVATION FOR CONTRACTORS INFORMATION ONLY W tj 29� .� (TYPE 11 BARRIER SEGMENTItYPE I) —1.,B—ana.s wns�aerea K LLl .§ IsrNNETxiwl.Dour cENTEx LINES' qq FT.MCI INso sae°�n ncnnrenfl,nee ilIll..+n i+.n Das,—..nni: q. C)W IARI GENERAL NOTES snci ++ne Agri remen+s sn°wn. oe ocr. er,one W O ILL r°I I ,o as y wire xe Jnr°rc_��rn+snail wnrorm emSHEET I OF 2 a +n /,aeP.,Nq.,NornenwPo,rwNon a a - <ege.oae = LOW PROFILE 3 30 1i6 o CONCRETE BARRIER J EEOlIlEO I.R)—E DES]ON "°*a aee s/J 'o� °/:- PRECAST BARRIER O M_ SECTION A-A SECTION B-B r < ¢ Q z'/' (TYPE I N I 25 ID— - s sno.n warner ner 121 CONNECTION BOLTS PLATE WASHER LPCB-1 3 A R 12 io .ve A—♦DD 5- 10- WELDED o WELDED WIRE REINFORCEMENT (WWR)- OPTIONAL REINFORCING NO' R.gii ee cnenn:ee r. •"� S _ _ sxm 7 28 At 7 66 RELri90-AG.. STO 574 D,,,S,gn Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 flpmCi NA 2/Om Sy g�� rain n I y,-Bap.s.ee�.nmp a pea l���� 28. -E-1 Bn --oora--- ----- -- --------------------- ------- - J^IIIJ—,'�-IILL1 � p z. :oro: azliE�l 1 z Yh ma.see cecerpi xore a oS IT—ITar PLAN era.Isee cenrrai xore sl APPROACH VIEW V W p ° 6 rrws 'r(TYPE 2) END TERMINAL Qa bh x3 Ba vl Bo-a J m 5h vI Bar xi Bar TYPE 2-NOTES u12 111 1] g Bos Bu B B B 1 rce 2 Barrier, orcmenr�—,7a nor mop ion ro- �_ - o Bo- B Bpi B ror me .ne ou.r segmenrs..nen pppiic�eie. Z2 O - a F: ora n s or x r x2 rr er C��,3 ge B „ 11- 12- 12I12I11 � 12 � aur Opo `ofi </x oh Bar BmB rormai osteo .,raco.._or,, n._ores g ro ~O T11 a ee n ELEVATION reor sr, r.,wr•ar,r r,.,,.x or s open secrm. Ffi 2L�EE CxenTz /z. /z- (TYPE 2) END TERMINAL sno..o+r l�eie.pr ion vie. 1 saa svice:Haar Iror oaaronoi nrormor yen U °a F� I� m �. B/r� I �--{ �7�a�- to�i• 1. . arOfOf Opp.U55 wner t 8_ ���� IJ ♦ p W -`Weis msne Of ?' e21 V12 8v VIS Bar fi. -VIA Bar oSxT;W on A-p V3 mg (61-V2 8�8 / l- a or manor a �n xex wr cane B o� W July,^ u F i�ar. O /r K tj� zo'/ is y oN women nT P, eer (2) CONNECTION BOLTS PLATE WASXER U U N .8 a/z Z LL l/zr� VIJ Bar VI6 Bar `Tns.une sr Ptns Isee xore 11 xore A—nls err .io .ys" w rz r" snai oe i.m�:ee. Vl— o/VID IS)-VI Bar (4)-528 Bor J1 Sa s i 7FOR CONTRACTORS INFORMATION ONLY SHEET 2 OF 2 z O N REINFORCING STEEL DETAILS V14 BorITvcEoAi n K d lal .roe z exo renwlxnc All—QUANT1111 xnrer AI i v Bora ore—1 - �nwa owPermzaneor T.a�..ponanon Q 0_ xnr 1„.,2 p,nar.,ae ala.n _ - _ LOW PROFILE 3 0 CONCRETE BARRIER PRECAST BARRIER � M 'B B (TYPE 2) pr N I ' ,. 191-8. LPCB-13 a < 18 J xp, T. :5I ear ;'• i29er 166 §xEmBu OR9)A'C NA So 574 DocUSigO Envelope ID'.2F1EOCE6FF13-4D]3A62421CCAEC1B1]4 CONSIM1GATS 51IEli Ib SITE DESCRIPTION EROSION AND SEDIMENT CONTROLS —N,108 P mmwnmxrt"MY mm MM CM M UKT m RTrGMI SOIL STABILIZATION PRACTICES: OTHER EROSION AND SEDIMENT CONTROLS: Tm—1 a� W.��s`srw:aR°mx:U�,.sxMLwl�N wsm mrn¢D wxBUr. Dw�maB AcaxDLATwxs of smMBNr wI BE RDx—BE NE m AS INDICATED BY mE IENPORMv S-A-N MAINTENANCE: xsPmrlCxs erD IuustlAr¢r SEF NE Tw ACCU. ON Nua¢s°s OF ✓ PERNAN[x-Puxnnc,smpxc,OR S:minc vEanrs a NEcuLM sre u eE RmO�n Aw tlmasm a PRremLv E""'-�""""�T' p BmmS Dur PMVM BUFFFRN ZONES BLANNET pµu_ X w�ilOusEs xv wIAWrArm muM PREEERVAIION OF NATURAL RESOURCES IRUCNE.Bmi RxuNS xxxyM.Un01 xO SPAG R3Mi mIKAIF OTHER 1. 1.NEDI,sDL ANND.tl O mnBNmIYrR�suR3yF0 vsYWABWr A xmm NvttIDnv cxvBnwBAAttNNSPE11 lHNnaYARaroxm f and w Rttrcuc - �'L B DArs w CON—TED n°u¢v 2m rEraxa uvx mwBEiIE vB rtwaltlxEanvwmArDIS 1.GI Wal.f�lrmaa nps v[AVEa Mnr sRc°w[�iln n mol �W o PRmBGHE mr xD uRR DWI M CxfwN MK MBN BE GBm!tBUBF4 W BY I— W molt Ruml mtivB,un ?w MAJOR SOIL DIS1REINNG Aw C lM B: nol�lvNmnol oE.KK wnHG IVMBrP umUo BAB AB zW a mm01 S .ra wu�wuAEmr wrxtirx�n E BE WASE NATEMALS: E a w IEPolnylryw TIE J m 1. —OANCE A. U, 1E(INau NG): �Axrsffm AODs,AN � U STRUCTURAL PRACTICES: vD nlnv BALES 3 �III�It X w ROCK SEWS III DI\ERSION.INTERCEPTOR.OR PERINETER OILS o I:—ION.I"ll EPTOR.OR PERINETER SN'AIES D—IaN OIKE AND A1E COMBINATIONS SANITARY WASTE: 'O PIPE SLOPE DRPINS Q E RA. E nM�n mnrnnc nr�rvsTaucnory enr U SEDIMENT MAPS LD SELMEN-BASINS T SiOFN INLET SEDIMENT MAPSTONE —1.VEHICLE TRACKING. c =xD W-TERS TURES ✓ HAUL ROADS DANPENEO FOR DUST CONTROL Z TOTAL PN.EC-AN LOADED HALL MUCKS i0 BE COVERED WTH-ARPAUUN O TOTAL AREA 10 BE DlsrulaED. A El. T EflO51W CW1R0.LOOBC¢ T S-PBIUIED CONSIRUCRCH EN IRPN<ELY 0 Z ""T" EIW(AF COx51RUCDOn): unarm NU—.—C B¢P¢DEmaHv tlmEN sre OTHER: W W uNOFF CF -I � EXISTING CONDIRON OF SOIL k VE(ETATW O d COVER AND S OF EXISTING VEGETATIVE COYER: NMRARVE-SEWExCE OF CONSTRUCRON(ST-IRM wA1ER MANAGEMENT)A DV— CON REUARKS Z(n OW 1. WLT FEN mN R mR 11 J Z mxsIRDGBGN H BE GGN TH TED IN A uMNER AT W MINIxIff PtlWTANT wNG ~o m Ia_ J m�NG m m P NS UR PRUPU mEIN E B. a 5 N R w ALL PoR°R:s wCTUR GN RG s w W a ' ff o No�OR H-UlCH Esro ED B HIND xE B«GF S.N.-TER MMAcoAEnr:a cammmR Bvu.mEWnE smM.BIER PDwDwr � 3 Q `mTES IwwxC.nDaxrAmxrc PEWITS: ?� s CON ITCR SHALL URUZEE ME SiORNLIVAIER—1.PREVENTION PLAN � � _ REO-EVENTS,INCUUMNC O ANO HA OBE.O�GFNERALMPERMIr n0.T#t IASD000 RELATING 10 pSCHMOEs H FROM CONSTRUCDON ACRNRES.THESE ACRNRES INCLUDE,Bur ME NOT UNITED (/) O TO NOTICE TEN-(NO RECUIAc"nES ILL BE IRREO S NED AT ME EOM OF TE IN THE N mrwmUr.IwU T...O.Na SEPARATE PAYMENT 11 BE MADE FOR SUCH PERK . m e s sxm 730Gr 766 —D- �`.—B ��wUG°I�a n`Li nBEr�eBn,�lxE Ila xEmw uwMxc xD. mYAtl�.EMKxwExmrW mw.NN Ewm mUr STO 5 74 "`�E�Rmr Btlal.BE mIIRAVI�BWL BawML Bwx BBDn Ela m 11 CIn PROYC!lb 21144 DocbSign Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 CONSIM1GATS 51IEli I]I PROIFCi Atl.1/OR SWrmxa[er Pdlution PI.—-Clean WaAlt Section 401 I.QIIluraI Re.ourcea Or Codtomid tiad la TPOES RR 150000:Stmmvater Oi.CM1arge Permit err cld--tion General Permit In the event hiaW,ic.I ie .rcheologicol artifacts(bones,bunt rock,flint, w General(.ppliear los all project'): sues or requires fm prajec[s xi[M1 I m more acres disturbed sail. —1-t.with any dN-lb d p0t[ery,etc.)arc found dung cod.Wcbod,cea.e work in me immediate arca GamPIY W+B+Me Ha M C....cation let(the Oct)f0,Pe noel xha will be WarPa'dg With hO ... soil must protect for ero.im and snlimen[a[ian. Ond mntac[[M1e Engineer immedi.tely. no maWdaM canductln mee[i nor W cOn.Wc[Wn and naMen owre Of by g mfety rya P beginnirq maNing .`.:..................:... pawn x zards in me xadplam.En.urc wt all m arc proxee�m x penanal proWcbe tial a w n '[ mama... mama. ❑No Actin RegUhm Q Required Actin Q No Action Required ❑Required It.'- equipment.ppropn fa any h.sardous m.WYala used. a' pµ.:. I-N. Action Na. 0dain an keep on- aWrWl SOfety OOW A. (MSO-)far OII hazar aU...d b,ua project,vm may in he falla.irg caWgodn:dPamta,a I.Prevents n[ral a.ian and.edimedtabod m accordance I. d,phdt prod.b.tllem al.mtitive'.nfueM a'nd concrete CUnng compound'a-dd-Yvn9Provideh dl er pollution by ling a Protected abl g.Off ban ground and wnerm,far p.d—xhilh may be h..Maus.Nainlaid with TPOES Pemdtit T%R 150000 ce P_lobding o.req.I-by me let. (.7 1 z m 2 Comply xitM1 the Sw]P and lox's when neemaary W em[rd pollution or required hY Maintain an adequate'Uppy o1 on-'ite'pill re'ponx..tend',d'Indic..in the MSOS.In the event W o fie Engineer. of a'pill,Wk acg W mitigate the spill as mdi—d in gw WES,m aaoMance wlh.afe pork 3. mMide all be W Pacb .and a Oi.Wct Spill C ..o,im y.The CO lto,.M1 nsp...Wle ?w 3.Post ConaWetim SiI<No[ix,(CSN)Wi[h SW]P informotim on or near[h<dile, Wr me proper canWinmm[and cleanup of all product pill.. V.a secs,ible to the public and TCEO.EPA or other in'pItm'. i 4' Contact the Engineer if any of 1Me following.r<d<Wc[<d: W LL n Codlroct. Project spllift lacOdna(PSL'.)incleO ere di.turoed..it area to 5 acres err marc,submit NOI I.TCEOand the Edgiden. 5 OeOd o -9lbbU'an(not id dtified os normal) Q m • ­hpial a,.d 'mel.,etc. UndesiJ • rable smells r oM­ in Wok in ear Streams,Walubmiee and Wetlands Clean WOW,Act Sectims 101 At 404mmmild-n Resource. Evidence of Imchidg o eepO Of substances —EPndit It—Wr filling,dredging.eua [in9 o ath.,xaM m OM xOWr bmre.,even, V Pr.""native vegetation to 1Me extent practical. Am C.-,'beam',Wetland'or vet area'. w r y other evieence ineicating passihl­­a le hanOr cantam,naYen ene.verce en Q No Action Required ❑Required Acbad ust d The Lmpemti() H-...Naten.le err Contamination Isaacs Specific to this P,oj— = bactm mahere W all f ndi otl'd term'am atlon' N mwcialm WIN e lolloning t': Acbm Na. U Q NO Permit Required Q Na Acbod Required ❑Requirod Actin f/) ❑ _-dl Pemit 14-PM not Requied Ol.Ihm 1/10.ane wales err xd.d.'RI Action N.. ,/`��III a Q m ❑NatimWide Pemit 11-PM Reyirm(I/10 to d/1 ane,1/3 h Yml wkra) 3 Va��II� x ❑Individual 404 Permit Required 1' I. o ❑Other Nati.-W.Permit Required: NNP# 3. Required Albi List waters Of[M1e US permit applies to,lawn.m project and AcG z } E Beet Mad.gedmt Practices plO ld I.antra waian,wdi.—tild add p,bt- pat TSS. 4 } N Is $ L U 0 1 V.Federal W d,and Proposed firlol:i1 d a d Endangered Species,Critical Hobitot, 4. State L d Soleil..Caddimte Species 0 ry Birds. MIL Omer EnWrodmen Yj ]. F Q No Action Required ❑Required It.'- (Includ applicable regimal err site specific I envnmmm Wl saac..) a - 4. Action Na. Q Nae Action Required ❑Required Acbm 0 d U Acion N0.[ W W Beat Management Praeb'eea: I j Q v Eroaian SedimenW[ion Pen-Can.[ruc[ian TSS 1. Z a ❑TmPormy Vegetatim Q Sit F—1 ❑VegeWMw Filer S.P. 3 6 ❑Blankel'Mallhg Qhill Plxl'an ❑RetentanAMg,tim SYban' QNUdI ❑Rad Ben ❑E.Immd Oetmgm Basin 4 3 >O Qsaming ❑Tdmrylar Rl[e Oke ❑Cm.W[Im NeOmds z �Z0 ❑Inleceptar SW' ❑Sam Bag Berm ❑Vet Bmh If any Of m .peciea a 4 � � DO ❑Oiwnan Di. ❑Strm Bde Oho ❑Fnedn Control C bpmt dinurr,'pec e'o habitat and contact the cEnginxrrimmed Wtely.ihe work m,yan.[t Z - ❑—ld Canbd I-past ❑Bvn Boma ❑MMG Ftb Berm and Sart active neat.from bodge.add other aWcturea'during d-mg a of Me Q Q ❑MUG Filer Ben and Sad. ❑Fsam'm Canal Canpon ❑Cadpwt filer Ben and Sada M. �mmmeW area add.adW�i rB, e.a,.i mea. Y corcnd..mse xor,m 3 Q p ❑ spm[ ❑ ❑..W..teed evEngineer^m W Ca Fi[e Ben am Scab YuIG Fitn Ben am Smka OiWe. 3 O ❑Cmnpa•1 n1b,Bem and Sam❑Som nla Sp— ❑Sit.Will,Sl—A TNps (n O ❑sedmmt samba � r (n e s sxm 737.1766 �, §xEcaRB awYWc n. STO 574 —PPdxci fa 0118 DocuSign Envelope ID'.2F1EOCE6FF13-4D]3A624-21CCAEC1B1]4 COIISIM1GIV/]]NEFr I]R PM]YCi Ab.1/OR III- �,,,-III .M-LGrenK.)slmro em/ uwusmwov�X— "' xxu (srisrsw xa� nes rung FlLIm "gin"uu.�xv'�^I�wo a�osxan �Ir!esrm °� rc sLr rm¢usm nau¢m[xnle niaec a�ix.¢m' tl9ff: \\weenie mxsrxurnon. nmmm unn munieriw an sir marc wv 11.3aC7,� mrm rieac rlenc� 2 m ��"xoLsniner�ireXiv�"mxar"an ✓/ swu ec � �W o TEMPORARY FILTER FABRIC a mx u.exsna.au x.,u T., �z� CURB INLET-PLAN MANHOLE-PLAN INLET PROTECTION DETAILwn. xor ro mxs nm ro mxs nm ro mxs m®roar.e s"� z �z a e„eaL xn � w LL J m TEMPORARY SEDIMENT CONTROL FENCE DETAIL A ' J' c.wv xc I'M ro _ U _ °PN mra n oux�i�`en�rxus ior�nmouuvum ro v �. mann .—n—ar<..xo w.ec xaaze a �III�a Q m Ih pxw` o ���anin'eo>i ea"� snxas xx. s vF, .xn em xore e a 'O `e a vacs p } E ti § A U ROCK FILTER DAM AT x �nemh10x` no sen X0i i m.x mx EARTHEN BOTTOM CHANNEL ^ �:... nor ro mss cxrsnxc a '' � Z wx O n d = aws(muse ar.®) vawna xu nueuc smnbn-w,r Z a J Holm na. = O Ci x i � r ar Henn �w«a Flmn.rE 1 I v� f r o a J ane"eo xer rre Sm Han:e � � li J� .r mne x�r,,,rn PLAN ? O a CURB INLET PROTECTION DETAIL SECTION A-A STABILIZED CONSTRUCTION ENTRANCE E .d HLLJ- cuae w xm ro..", aocx Fl nm ro..", cal+smucnax s nm ro xze � 3 � N .rmw`I`i.•ro°i�'0nrx`-a .rn��i.• 'a' m�.n..:Fla ee"o S.", ro mx ��m°"..zao xel�",z.r amxroc rxa m. 3 ""a nnron"�zoa nL mx,smcs. .�sw.am x in .a�norexrm ax me nLxzs. xaassha�ss N °Rf=' naO x rrxx rc me eurrm.mrs xsrlm wnL nm a usm ma mmane uzv srmz aux,Dire m N LA mxlxrcrm mo ser.auuu�una xusrm sn, S - M n0X°"� °0 nark mm ec amIan mron nnxn ro .'" nnE..nr naxexr•Flzox L�.xc sxm 7 32 xr 7 66 M In mnzsl�ree senro m® §xcmw awnxc n. m mmaxx xx nmam a max n E m mE an mn.er x—u— n E mm� xx�n«£11 s mm6 a°"�°"wv ff m x n E axnm STO 574 un aaoxcr!'e 21107 DocuSign Envelope ID'.2F1EOCE6FF13-4D]3A62421CCAEC1B1]4 mxSY1GAT]SNEli I]l mOYCi Aa.1/OR ENJPCN Wm Rom(mSAPPA`12BLE1 MO Cttlxrx®Ixro wrtlsxoflw�Me S.uuST ff iMEMO WMr4uOF EW MSENS E SOµ# _RYME e%E Er—%n 1e COR UPmE EµP�w, ENT 11 g z m fN-ES OR EMSCH u10 91MUEM C,txxndtE�LS�YUSr BE U5.MO w OTHER W o W Flea � : Raxn��� 1=w 6.MEN V GhgES BE—00 1MM rpM ON nOME— ME�RE�EY—m.rBER� — = r zm W a Lr RE—RE]♦ I♦ �f x _ IpicuruR ro J (.•s nPE13—ml T. 'D00�0�wgDwc�EE 4 wTTpTjIwF➢,r�E ME WxlYux ERIE D IF u:ss mw 3,mp eno]x�OOxws SIRSPPm ro rRlxx.) EEwM"' ^WP�� x Run roPYi E 9�IIE NroP��wMImM px OTO IIIOHS U4HE ME � m = n U OR OR -n—µ XnT IS I°wlxwrzm UNDER MYrmxlr MENInv nsmrTER TREE T' `.N°usrmm'mEs an icanrx a �III� W m Ih IL oxlwxERusl'.F=11 NEEESS v.caxnnr I.0 Exxmoxxmr ro IxsPmr RMRH ua U o Q `c z } E TREE PROTECT/ON FENCE VIs ORANGE PLASTIC CONSTRUCT/ON FENCE o NOT TO scue O 0 z W O K Q rN wQ � wo CORIWLI�R 1IM 6 AESVW9BLE FUR W J mxsmucnox ax caxrxds MExlmxc Ixlns max TO muumuxc AT µp 11PIEYENTATCN Oi A�61flC Z co S=tM W S101W WATER VCI1ll110N VREIER110N VI/JI — Z(C ME Ixsraunox OP mE S.uln. x mxlwls Iwmwruv muanxc ({Rppp1 N/ PRINCE RIM 1GEp RELUAE1EN18 Q H at f0 cOM1ERCNo Ram. nE av�Prr slalAn IyI O ,„ IX ImAUDE MEi mm 10 oEFlK AW ME TIPS d F z c �e&I� %ro axlw¢(slaxraro LCCAlION Cf PROPo9FD CHIP'S', tl 3 O U WNS x.m5.wRx srw.e[caxsloEr®T FENCE,AS xea vl°mxmxlSvfar RE SmIIENr 0 Irs-aRa�ITER. 0 xslr U.S.OR O W SERER S—. N v casmurna oR R.ccaxc aR SIOIR INSPROPnm owm acruOU R. Ilwmur¢v FM Mw ME moAIZT.fwu cxwEs. s sno 133Yr 166 �, §xEmxu awYwc w. STO 574 un Paoxcr!'• °ia, DocuSign Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 wxex.vers xe we rorswuxrs sr¢r ix , :xewx. ow,/voenu<wwµpars o"e s. r�rccr xa.vam -r' "T�s,a/z.x xse xnxxme «r.x.o»axe `iviEa"io s rn��rxs sxEEn xo wse,x.,., pEi:"rx.x e. �.,/.- m T ccaw.seEs� 'c +/r wxrnx rxrsx _ �/� ec .. I.NT e� xT. E�°d.�xEa — exeEoz5� s� � . �W o TYPICAL 6"CURB&GUTTER DETAIL 4"CURB&GUTTER DETAIL 6"REVERSE CURB&GUTTER DETAIL TYPE'A'HEADER CURB DETAIL z Tw e one o/. aexeTI "xrr L G a "c r-1-'. ocox<. acexe °" ixsie ex '101Nf A^exp cam.""" J e r PLAN �,• c"'w`°c eucexexr ___ �, rF�rrr rrr r °s"""`e. _ o,ro DETAIL � SECTION A A h ` V CAP SEAL DETAIL CAP SEAL DETAIL UTTER DETAIL -see xore ee�ow w NEW CONC.TO NEW CONC. NEW CONC.TO EXIST.CONC. 5'VALLEY GUTTER o E v ._ TYPE'B'HEAxDorEroR CURB DETAIL axwErE .—. . xe U n sE - .Ecws o "�"�' a"x cuss�currca a"o"c/.oEa cuae"arcs I Al _ Erowso �� >xoe.s ewe axe - Exe sac ENos cnoPEn B y d T .< / e a°EEl�­L.E.. x. O "Eaecc"`ux"mia ,ow — w -I. 9 : axw.srcwcx EEEvuox r"E a ox aom n J I—. l.orm To core.soexnu __ /.Txcx w r T a - taco wxE vna _ U _ fn 1 /Ell" ® @31 c Mxxex ,w xe r x ` w s aEvwE.oE PLAN CURB AND GUTTER TIE-IN DETAIL SIDEWALK RETAINING CURB DETAIL PLAN FOR SIDEWALK SIDEWALK DRAIN - xE 2Sw xor To Ec«E rya,ro:co�E xor ro I—E xor To cone cxourvo -3/4'EXPo �o xE lil L V,F E»os cao"ED I.— cxxn sT»,wxE6 i=o.ei eo ,cx. a F3 CS N s - Pxov of easTe cx x eoE.e e o c ��'a reuc s,oEwnwcxEaw a.Exr �txx a socwnu<xe o. ... ae aw 1�� axe wnE o 0 eEcee=: 5 �seu P •ExoxEE"x. `. e s sxmi34ei766 w.x xoMoew"c"*o`+Eeu's"`o E LoNEW TO EXISTING SURFACE 8 SIDEWALK SLOPE BEHIND CURB SIDEWALK TIE-IN DETAIL SECTION B-B STO 574 xor To-1 xoT Te—1 wr To sage o-T4 xTExxu:sxx,xE sPa<Eo ro xnrcx rxE w, xE s�cEwn,.. �-/ 3201111007 DocuSign Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 roxswuxrs sr¢r (x cuss sua wPaorviojp1f"o��sfy Ga _ _ _ f�wG q.vfBw x iz'a,z' 1, .P NOTES: - aaaovco[OGa oa _ Try II as-I "os� µoho c ca xr.axo srvuc xor Bf fo a 9. (wx)G7v'D T ":`••_i�c:c'o: / ew,/S nD u sfrnou -( "I 11-AID 11-1 xfw To un ws-xEw a ° . mfry sLwwCwc a softy rexnnc sGaoe 5xuc ixrt e e <e 0 /a0. /a.a a ° ° a luY 11.3011 rs 3i./xs z m us(�wxwu0)n � W o ?w 11="TDD C,o AT DD_IDD earvsS a Busy �Z TOa rvc.>sfrvfrvT LONGITUDINAL OR TRANSVERSE p w TYPICAL 6"CURB DETAILSAWED LONGITUDINAL JOINT CONSTRUCTION JOINT Q J m V —IT TnRsnfory Bsvm1 iucsr00crvT rowaoKD Eowc x�x - avvaor[D Eouu OR niry C EII 40-MM U (02Q aWw U F o e /iG-,/. s,' o�a+c swooTx oow3O�° p `a ac- o.x I ,r a 1 i acow000 ° ,r Y r..eufxT- `_______________J wort OF d oanw�xcs ,xe rx�c.xfss or fws�nG wracfxT wTfa�w. CONCRETE TO ASPHALT TRANSVERSE SAWED PAVEMENT SECT/ON TIE-IN DETAIL CONTRACTION JOINT EXPANSION JOINT :3 Z(p W J rvm m­LE � �Q JO/NT SEALANT COMPOUND Q Q dd a wEE�an�rto*�. z Luo �z a za a a z L N 0 a d N k s sxm 735oI 766 �, §xEmvu urunvc wn. STO 574 —WnP 1'32°1007 DocuSign Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 xa. roxswaxrs, (x flpmCT vam SUMMARY OF CONCRETE DRIVEWAYS C"CRE--II ER4ENT ASP—TP.OYEMENT W/TN 6'CURB iY/TN 6'C6G DRIVEWAY ORNEWAr .ur wIDFT^x' DIMENSION'C'DIMENSION'S' DIMENSION'B'DIMENSION ) (CONCRETE) '.. STATION (FT.) (R.) (FT) (Fi.) (FT.) A (CONCRETE (ST) (PRIVATE)(STJ� '* ® 4 w ( x 1 I w o � � SUMMARY OF DRIVEWAYS TO BE �w� f DPR ADDRESSED DELIVERY ml§ ESSED IN INDIVIDUAL va o ORDERS IF REQUIRED z p co„cREre�oEw w ` 'orvsraucn / - exanrvsi°x.pmr(tta) (V (scESDwv xurtEa �i °N cnw, � .DunEa perue � _ - uvx rune rune c- � U CURII eR tvnv ns sro �meR� DRwewn. rAxePLANr Acry x D (02 p x w OR/&WAY/Y/TNT/EO S1,MIMLK U o I—E a z � E `s $ CONCRE/EPAYEMENT� A$Pf/ALTPAYEMENT U n W/TNB'CURB W/TN$"CB6 � q vex (wizr�ew/ro-m xewe'wizl S�g � e—1— 1s cess Tx.x 1s (wxcxc`suwx Dx DaaN,xT�r p$o d a D.aaD ,<x ,� .a w r P ,a ran LU a^ D Al M FF cuss n.x°IwrR nµ smewncx oE,IN � z � R r�.eD —1E.IT. o� W tl Q 3 —T--Ru.TeR .�„, ox ,Tex see D»T.DD,."ER o`.a(�� ONoa ;(IR-1 o a°`aeA wxs D�,n�a)" ewe r<K�Deo.re t��J rD,eT HD e o 0 N uxe MRe —1(>n.IIs s,D.1— near D.coos a unrta E04 w M u oN'O'T"— Ds en°xrvEwav C.R. ,D oa eaxcaerc ew',n cum 1-1-C.CRCTc xwDNnr. *D c°xx k PLAN s sxm 736DT 766 OR/l�E{Y.�YiY/THOETACHEO S/OEiY.4L/If SPECIAL NOTE: §NEC6900,&16TC Atl. n°T r°.aLe XA07TEOF E TTSN THE ENGINEER.D45E0 ONExSOSTO 574♦♦ —AM PLT/A 32114) DocuSign Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 roxswuxrs sr¢r (n rm�xcr xa.vam wwr �-o(ensue.) rb' z'-o(usuw) rte'uin. nna�o eo s os oox sT. roa or n^sox<. god .r s.w E. (s/.-owiaTT�"TM so:�x�re xs ow,. o"�o PNa, xazn cc ro rt ao ws w uaco / ,oM g a n. ron sande ew pm� � b _ eu,°a,,Y xT ° zx un.. u�aoec wex.n Taw mZ °( ) M� ( a. o -1 -1I-� — .1'2a�E:�:) II '� u o °uwaxJ �m a rnw o.c.mw .o oM �t e�mwoW oM E. ` eMrEo �e z s SECTION xa,n�E w OR/VZWAYWITN T/EO S/OEWWAr To 1.MPR1P0M­11, TYP,ORM-MA CURBOETA/L E V a w xoT To­1 xor ro ScuE J m d' Tom ew,T cox4 owY- _c'(�usw�) � U M cEwc (eEwx.ScoeE o.io eEx non) opo aEn n. To9AaME O.io aEa r `e]/�o�Meu� x ry � ��3 o.c°(TIP.) 'x uw, venae��'aoT 1 "SPX o. . sena.conn wnhw 3 (wes�ourm";o coxc.ow.E) III p o an.coxc aaM r.Me ovr ]/•'a on,oixrIPO z(rceoim owxesu a on b O.nr) c �]/�evvnxsion, en�z o.c�MeJ �"T'T y iMa exsr.ceoAnnoclwa� o rxicx[x wo (rvv.rnao,;,v,rl in.xwi._..ov SECTION CONC.OR/VEIVAY TO ?' 9RIVEMAYiV/TNOETACNEO S/OElMALK ASPNAL TPAmrAfENT T/E-/NOETA/L pr uM ra sun, xor To scut p J W Q K F :3 lal U c, D 0 ir @Q KD ] zQ Z F o s/� it y� ax,�xr a'zsz° a ; ' 'o 6: oc. ?4 ]/. a=eµswx­r O �Oj (cO.w ­­T) - a•dowel(ne uo*r. � PLAN SECTION on coxcnErE c°na k OR/V.UWAYG!/TTER OR/V.UWAYGOTTER e xor s sxm 737./166 §xcmw aw.rvc wn. STO 574 �, L —wnrcr/'•32'1100 DocuSign Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 roxswuvrs s¢rr iae r�rccr xa.vam r oo.zo vcuur,wxr STANDARD DRIVEWAY DIMENSION (Fr. (n) (FT) pswa - H 1 3�_ IRS I xe x - zm ms.x ox's z o cE of No Mnur ac Ea.�e�c vn r u r ac cx ucc z a xD xax. N0 JOiN� ���ecENDx(oRlvE crYPE) m TYPE/C/OR/4EfYAY TYPE/S/ARM-WAY III- xot to Su�E 1o1*a—E D11— e= kyr/ (u) lw�J u- oxwexv VI r CB Fwnr = �/I 1 = So 5 «�awe TYPES/FAIII S/TMS/OR/4E{YAY awn twz) - _ � xooExw IlEl x ixuous xw U D � 0 E. T 111) ox„xxou +., x�.o cwxa @�Qa K� Q Z F TYPES/MRA/6/MCA/OR/4EK'AY TYPES/MRB/S/MCB/ORIVE{YAY > I—E O O N k s sxm738oi766 �, §xcmw awmvc wn. STO 574 D,,,Sig,Envelope ID'.2F1EOCE6FF13-4D]3A62421CCAEC1B1]4 II CONSIM1GATS SNEFr Il9 r PM]YCi M].1/OR 1=w ro rz� wLL TYPE/ F__7 I ttPE] TYPE 10 J m PERPENDICULAR CURB RAMP DIAGONAL COMBINATION CURB RAMP DIAGONAL CURB RAMP CURB RAMP MID—BLOCK PLACEMENT (SIDEWALK ADJACENT TO CURB) PERPENDICULAR TO THE TANGENT OF THE CURB (RETURNED CURB) PERPENDICULAR RAMPS I/1 - RADIUS AND CONTAINED IN CROSSWALK = � U �III�a Q m to w ' s W � $tet'.:'• 4 SJR y! WNI-^w 4 p � E § evie whc• � � U n TYPE 2 PARALLEL CURB RAMP WITH TrPE s nnE a TYPE 11 o = SIDEWALK ADJACENT TO CURB COMBINATION CURB RAMP DIRECTIONAL RAMP WITHIN RADIUS CURB RAMPS AT MLDIAN ISLAND w (USE ONLY WHERE WATER WILL NOT POND IN THE LANDING) (SIDEWALK Aa ACENT TO CURB) j W 0 dCE 0 � z ¢ z•i n 0a s Z a:m 21 T .. .i ns Y.r. ��\ �""'"U oe,.,xvrw.ro s�xn �� �R� ° •�n�"" cuae rcwss.o.sw.+ p O U N �� TYPE 3 rypf 6 TYPE 9 TYPE 12 U PARALLEL CURB RAMP DIRECTIONAL RAMP WITHIN RADIUS OFFSET PARALLEL CURB RAMP FLUSH CURB RAMP AT MEDIAN ISLAND OPENING (SIDEWALK SET BACK fI70M CURB) S sHQ7 I39a/I66 §xcmw awnxc xn. � STO 574 D,,,Sign Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 SUBGRADE PREPARATION. CURB RAMP NOTES(CONTINUED): WT5UL4v/551BEi Ib PM]YCi].1/OR 1. SUBOPME UNDER CONCRETE SIDEWALKS ANO CURB 6. CURB RAMPS FLARES AND LANgNGS Sw BE AT PAMPS SHA[L B£COMPACTED ro 951 STANBIRD LEAST 5"(HICK CONCRETE ANO EXPANSION JOINTS PROCTOR OENSRY. SYNLL ttP 11 BE USm AT MAICHLINE WRN Vie'MU SIDEWALK NOTES: N4NEtIttRINc sPacE ar ]. SN4LL BE A M/NIYITN OF 4'X1'WHOLLY CONTNNED S .�.�..�.°. 1. M£MINIMUM—IK WIDTH FOR ALL ARTERUL ATJD WRHbN Rk CROSSwNK MID WEpLLY OUTSIDE THE a' COLLECTOR STREETS 5 5:WHERE A 5'—K GN PARMlEL VENICULIR 1)NVEZ PATH. pµ,:. : IT BEUE ro SIZE CONSIPAIHTS,A Rm, MMWUN 4�SIOEW X IMY BE PROWOEO. PASSMG LURE ANO GUTTER WY BE CO.NSrR(/CIED --T— NOT TO NONOLIiHIGLLY—CURB RAMPS.PRONOE N0.4 X / IXC£m zoo'FOR ALL SIDEWNXS Irss iFUN 5'IN 11"LONG SMOOM oOWEtS N 12'- 2, 2.OIIz. —ALU,—E CROSS scop£ON SIOEWMK 9. PR—A SMOOM TRMISIITON WHERE/FIE CURB Z, wrrFacE 5 zx RAMPS cONNEcr ro THE smEEr.51 x14LLMUAI sq'E q GIRRR. w o J ALL ENP.INSION JOM'TS TO BE J%"THICK WOOD FlBEF W Rye• ASPNKT-IMPRECN41m IXPAMSYON B04RD,UNLESS 10.AgXIII.UL INFQRILITION qI CURB RAMP LOGTKIN z w OMERWISE NOTED. 0£SICN lICl/T REfI£LIIYE VMUE AND TEXNR£ANY BE e a FOUND IN ME CURR£M EaAS) OF THE C P z a S.MwIDy(MK 4. ALL CONCRETE TO BE CLA55'A'I'<=3.000 PSL ALL LC3S/BM//1'STMMROS(TM)ANO C O69.I00. R£INFORCMIC STEEL ro 6E CRAOE 60./Y�60,000 PSL 1 � �W 5. SIDEWALKS SHALL BE AT LEAST 4"]HICK CONCRETE r CURB RAMPS MAY BE ALLOWfOSON AAGSE---BY-CASE u`{ a m 8155 ONLY 1 OTHER CONFlGURAMINS ARE NOT J - Rwt[ � � 6. CONCRETE SURFACE ro RECEWE BROOM FINISH, FFASl9(£.AND MUST BE APPROVED BY RIE COY PRIOR ro CON5IRLTCiTON. ]. 1)LWSl2"RSE CONIRAC110N 1/K"WIDE BY I/z" 6Nr DEFP SHNC BE CUT IN ALL SIDEWALKS AT 5'-0" 1.FIN4L ACCEPTANCE OF THE PRP/ECT SHN.L BE A- _ IMER✓AL5(NaXMIUN). CONTINGENT UPON THE COMPACt PRONgNA THE LFI --A—M1VSPECROV REPORT FROM A ` 8 PRONOE PEOESlRLW ACC£55/BLERWIE W/M CERT6IED REGlSIEA£D ACCE55IBlU)Y SPECIALIST DETECTABLE WARNING SURFACE FOR SroEWALKS—1PER 16 TAC 0EB.50 SrAMLG RUT PLL AOA O M/lERS£CT COMROLLED ORNENAYS.DETECTABLE WTM gSABttRTES ACT)H4NOIGP--—.AS TYFY 13 WARNMIG SURFACE SHILL BE A MMMUM OF 24"IN 0ON5RNCRD,CDNPLY WOH THE TEXM ACCESSIBIL/TY L y D£PM IN IYK gRECRON OF PmESIRLM TRAVEL,ANO 5µLWRDS(TAS)FOR E!/NMAMTN OF MCH/IECII/R FX1£ND ME BKL WIDTH q'ME ACCE551BLk ROUTE BIRRI£RS PER IIX0.5 COYERMMENi 4 CODE g11PTER 469. d III H AT INTERSECTION W/FREE RIGHT TURN & ISLAND WHERE R IrvTERSELTs TTrc cnNlRouN RmvEwae a it COMBINATION ISLAND RAMPS hl ov o g CURB RAMP NOTES DETECTABLE WARNING SURFACE NOTES. r. CURB RAMPS'MUST CONTAIN A DE)ECTABLE WMTNNG i I. PROILDERR RAMPS WHEFEL£R M AL—ROUTE SURFACE MIT CON51515 LY RaSm mLTNrw1m DOMES N O CROSSES(PFNETRATES)A CURB COMPLYING WITH SECTION JOS OF THE TAS THE z } E SURFACE MUST COMRMT WSUNIY WRN AgIgNING 2. SLOPk CRITFRU2 SURFMES INIXUgNG SIDE FURES. C.] R MAX SCOPE MH S. PER FTl 2.DETECTABLE WARNAVG SURFACE EOR RAMPS SH41 BE O '•:::• :::_• AMP IN �TSYllURONS.MIC PART N0.0460REP + }Ff .... gRECiION OF-) 110/8031/1"PER fT ––PLACE TTEPUCUB(E TACIM£wMN/NG '::•�• SIDE SLOPE aF RAMP(fuREJ 1:10/1./1.2"- 1 .2"PER FT SURFACE TILES IRUNGIm POME.OR APPROVm ;;;;• e 55 SLOPE OF RAMP 1:50/11/0.14"PER iT EOUNAL£M,&"BRICK Rm"CIXOR. Z b, (ALL gREC1lON5) 1:50/01/0.. lANOIREA PER FT J PEOESTRLAN)RAVEES M THE gRECTiON OF Q `(. '••��%.'::• NIrvt,aHGS WHEN ENI£RMIG TT2 STREET. O e� N gRECRg4 OF 1R1VII 1:20/51/0.60"PER FT 4.OE224.W WARNING SURFACES SHALL BE A MINBW LAI .slut well["MOSS SLOPE 1:50/21/0.29"PER R OF z9"IN DEPM IN THE DIRECIIOFI OF PEDESi]IIIN W Q N M1C GUIIkR IN gH£CRON OF IRAYEL 1:00/51/0.60"PER FT TRAM MO FXT£NO)H£NLL WMIH OF RIE CURB LU W Q OR LWgNC WIIFRE THE PEDESIRNN ACCESS A SM00)H iRANSTRON(SSI:sOJ 91 gRECITON OF RUVEl ROUTE ENTERS THE SRKEf. (LIY �°IRxa/T s luo.uv Ore) 5 REQUIRED WHERE RAMPS TRAIISIRON TO/FIE STREET Q 5.DETECTABLE WARNING SURFACS SHVL BE LOGI£D SO 3 PRONOE FLMEO S/OES WHERE ME PEDES'TRLW IH1i THE mCE NFARESi THE CURB LAVE 5 A NINIMUAI H Z [TYPE 14 CARCUlA1TON P—CROSSES ME CURB RAMP.MRED OF 6"MD A MAXAMUN OF 10'- -10 0"FROMSLOPm AT 101 MAXINUA(NFASURm OF INE FACE OF CL4ia DEIECTABlE WARNING ~ N PERPENDICULAR CURB RAMPS (B/—DIRECTIONAL) PAPoLLfEL r0 THE culla REMRNm Galles Mar BE suRFAa-s To BE cuRYEO MONO TTrc caRrvER RaoxTs. ((//�� SIDEWALK SET BACK FROM CURB USm—1WHERE PEDESTRLWS WWLD NOT NORMALLY C _ WAU(ACROSS THE RAMP.ETHER BEG(bE RIE U d MWCEM SURFACE 5 PLAMEO.5'UBSTMiMLLY z OBSTRUCTED.OR OTHERWISE � - 1. MINIMUM WRIT A ANX/MUM a ILx -_ 21 SLOPEµAN>gxccTlOK r w m 21 Qf A. q/RB RAMP MUST BE WHOLLCONTAINED WI �' 0 Y rAi CROSSWALK ANRKM4GS EXCmDINGLL SYDE fIM£S. U U Owl O O N ZIP— MM. � Wr U x are Wavfi � s sxLCT 14001166 HEADER CURBS AT CURB RAMP §REmvB STO 51174♦ L CIN PR0.rci!'.Za 144 D,,,Sig,Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1Bl74 COIISIM1GIVTS SNEFr - - c PM]YCi M].11078141 °� � • d/ata � .�„ �'...�..o_ W= -w z zp rwLL � am TYPE f I)'PE 4 TME] TME f0 J~ PERPENDICULAR CURB RAMP D/AGONAI COMBINATION CURB RAMP DIAGONAL CURB RAMP CURB RAMP MID—BLOCK PLACEMENT (SIDEWALK ADJACENT TO CURB) PERPENDICULAR TO THE TANGENT OF THF CURB RETURNED CURB) PERPENDICULAR RAMPS in - RADIUS AND CONTAINED IN CROSSWALK � U ° env e m --ft :w _ (0II Q m 7ME 2 ZQ n ?' TYPE 5 8 d PARALLEL CURB RAMP WITH TIDE TYPE II o - SIDEWALK ADJACENT TO CURB COMBINATION CURB RAMP DIRECTIONAL RAMP WITHIN RADIUS CURB RAMPS AT MEDIAN ISLAND w (USE ONLY WHERE WATER WILL NOT POND IN THE LANDING) (SIDEWALK ADJACENT TO CURB) LU W Q aCE 0 Ilk V) _ � z -P-L7 � Q:m LL Fla — N TYPE 9 TYPE 12 �'� TYPE 3 TME 6 U PARALLEL CURB RAMP DIRECTIONAL RAMP WITHIN RADIUS OFFSET PARALLEL CURB RAMP FLUSH CURB RAMP AT MEDIAN ISLAND OPENING (SIDEWALK SET BACK FROM CURB) k s sxLCT 747nT 766 §xLcavu uxnnxc,n. � STO 574 DocuSign Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 COIISIM1GIV/5 511EFr 11R PM]YCi Ab.1/OR DETECTABLE WARNINGS w.Yxxc swea ,ffi.pµu.�y TZm � . H t bio zp W \a ��JJ I Jm PARALLEL CURB RAMP ` TYPICAL PLACEMENT OF DETECTABLE WARNING v SURFACE ON LANDING AT STREET EDGE PERPENDICULAR CURB RAMP Ln TYPICAL PLACEMENT OF DETECTABLE /�III a WARNING SURFACE ON SLOPING RAMP RUN a �%"�hi�it k Uro ..-wxsw.ee wwr aw xo..maw a Iz o.c.c.w. } E P � � rnv octmae wmixc r.xr� U 0 t a<.caAPs.l g fwM m o.sca ..xxxo su�,a 42- orvl—Poaminx mnr<I x =nz asrarccoYocSLCIION A—A wTYPICAL SFCTION THROUGH CURB RAMPZd__ . .g.. 0Qf DIRECTIONAL CURB RAMP us ''"'r' w W U TYPICAL PLACEMENT OF DETECTABLE ami r O O WARNING SURFACE ON SLOPING RAMP RUN AT A RADIUS s sno 142wr 166 SECTION B—B §FE6900ft9"Y` CURB RAMP PROFILE a STO 574 un aaoxcr!'w 21107 DocuSign Envelope ID'.2F1EOCE6FF13-4D]3A62421CCAEC1B1]4 roxswuxrs sr¢r iu - r�rccr xa.vam o�Wr or s„ma wer. nowt.,+c or cc �A '0' o s'aoa p� s,:E z.orcnmcgr BARS ..1 BARS ..Q.. a. 'E..............�:. e o aap N a[a'o1 xs� A` p0 E.a:a eee— L Bws , ee u. .,�,,.nw.r A casrwec�w>ou„ r r v v�a'A'a.Rscont.e➢non MVw o `/ :P covneR's nmu, w F Fes„w Bx„Ew e • " PLAN OF 5'STANDARD INLET / PLAN OFPOSTINLET J z a SPELLY zroM - ­Rl ° ln�� AWE a wA_s,ANO/ao o=sZff J or J. (9B BEno N:N� - x w/qc B.as ® nEcsssm rWsn - ­15 IN/ /au wws nrvo e?muc E.w., LL Ou °3 o w w y,, _ PLAN VIEW GRATE BLOCK z o Bry t~—i °a i A°cwu`c k. SECTION" s n. � Bwscron z �s vz'ow� s/e. �wi[%Buwr� O J^ PICKSLOT DETAIL �zsz,sns o.— SECT/ONAA �co sk.mc°xcs °Pont.ce°un � �Q xo*.o scue GRATE SECTION RING SECTION PLAN OFSTANDARD ORATEINLET ZV1 sm.c s c o' ,nrr.,rw.n xm ro sc..e — .�° W sa cmc nr Ji.'w,°'.s AJaz ARcxew�„s r3 C/TY STANDARD INLET AND S/DWALK O ^� MANHOLE RING 8 COVER CASTING DET4I1S 3 n ir ir U —� e uP or arrcv xw,ws cwmnw B _ _ r , - rv, ... _ a_ac._... 5 sxm 7 43 BI 7 66 FL OWLINE TRANSITIONA TINLETFORJ, xRcavu ux.rwc wn. 4-OR 6-STD.CURB AND GUTTER SECTION C-C § STO 574 un T O /. 7 DocuSign Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 roxswuNrs sr¢r ( sa`Ill R -E.xxre.cu'x.ore xzE No�xa,,xary nwr r�rccr ro.vam�� ori n"tmrc re max. m z-xa 11 �wmrcx i �Lw'+w. aacxxm °cxlxc wzrvix ` r , p�u:2;kE °rek es wx �Z m 0V w o � c m w R aaEry rva n� c L _J_——— waxlary --rJ zdd � T � wLL 11PI 12' J m �auC wnrEee,oP - n - NL M . PR c0 a y . . ''r•. .> m. ,:::: -...m-soxx asi xoTE: N47E: N4IE: = n uervx„�r nw i s.x v vraxcc as.,.c-,=a sroreu w.rtre aux wrvo—11. sore.w.r[re aux.xo arena c[s sroreu wnrtre aux nuv areorn[s � U na. xE.w.r PLAN PLAN PLAN II a KEYWAYDETA/L TYPE A"MANHOLE TYPE B'MANHOLE TYPE C'MAN//OLE TYPE O'MANNOLE �oeo �/ m r/a �� anus i;,PrxE o,xsr.E xexEx a.°E.Ex. ..xxaE rew A aouE re.ssEa a. Exrcr°x, y } o.` rxsxEnM•xxmc rervc w carere boa k exna. - ?s �rvae o o E.w.raa k eana. COVER BACK 6E"E x�R urc E fl � J wre eon ia[w rto .r/c �r PLAN VIEW PICKSLOT DETAIL v c "" '" fl c� e a -a��re.R d xE.w..aE,a� _ w �" �i•'of z/x-wu m� 9 re'e:c x ui = Q K E.ds o° IvzE�van Pes amExw/zcrexuruE � i s a 1 1crc(nPle , / e ce.axr-srx��xrx s,x° - c"mPrE x.w.. w �_- - -- =r S,e- COVER SE5aa,me aRi FRAMESECTION orCTION z w C/TYSTANDARDROADWAYMANHOLE SECTION SECTION - SECTION 3 RING 8 COVER CAST/NG DETAIL TYPE B'MANHOLE TYPE'C'MANHOLEeS°P°0�°"°E'T TYPE O'MANNOLE aser rox arecusr..xwlss xor ro scue rvo: .,.,,.e xm,_ r>Er iscE xmc lzr xar,o scue sxowx rxre c�wx. 00 WWHOLE RING h[MER NOTES R T RAI T T R N � =� 's wrx sxaMca.xreo sxErer,eE♦rea5EaeEa�5a. ry au r are w ,, r�x°E,t"rvm��s 2°reesxNa.e,n=x ra s rxxsENxErefl x$,aMNaL m:areoa,flExexivr rexeE omssrvlGcSrE Z. . rxc xxx a 11,1 I'll rvunux -ES'T _ au cwsrvc sxnu 11 rre.E rarooo. eoraxErxc° ar oEre 01°` reccreEE _ oc._eaoe o =w .E: r rE. _ E=5 cx.xsE xsxcmm cwrn144 A166 Cl� 6.rva� :M ore.1e "xwExsoaaxwEossr„ a rNxreM o FR. 6 a aSTO 574 IF ­,xE, Es-ED wxUT u32110110E7 DocuSign Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 L@ ♦e S swEu xc suurvr N PT],£Ci Atl.RIOR� u rreAns ran u�����nuc re[cucE Exsrvc re __-. a'sru,onreo s rxawr Exrtxyon rwwuNE cmcre As>Ere c n of We x-/•mxr.(.rexo'o) a �~ urea.... co+.. manus c nxwa°s - (a o rro cul Bs anus rear(=:E o aE re ' p^%a m I I reEx�E. rre m PLAN � ' e•oog;o vox=oE -- x' E.cc.oor w«c o. v.e coxc. p Epro.reoow..sra,x. a .x Emx.. E mxc sig / Z _ or?w o�.�E xEEr ,«reoAr wvvorer °=�xxo re.vExExr o�o t s, MVo r o.reww o of moxo( CURB/NLET TNROA TEXTENS/ON PLAN =F .. ;a r°" cow,„cE, crc 3 � µeve e = �(s`x�'x � zp xor ro s�E r/o (ovEo°.- w "g rex.v.rev - a o w�M a s .ncGEwr 6o Esxm J F o"`IwE i'' /see oo.c. REMOVEAND REPLACE TOP PROP.PIPE TO EX/ST/NO T,1 re`°re oexvr - OFEX/ST/NG CURB/NLETDETA/L R.C.BOX CONNECT/ONDETA/L o"ovi __ "or ro:< xor ro - - °�reoAr sore re.wx —— s x ITE.1C%Frere asr ore swE/u (02a " -L/•=oxr. ”"°o(u,,.f: mx m(vmr oo�wa ere ore o re Nre h p x W rvro rov o.vox�xo P.c rep o .c. E U o r�xc re.c. &E ---- IE SECTION SECT/ONAA MANNOLER/SER DETAIL ,o c=�sr�xc>�x ox srre�a„recs. r"-" Tl UNPAVED AREAS PAVED AREAS UNPAI E'O AREASPAVEO AREAS EX/ST/NG R C.PIPE PL UG CONCRETE COLLAR DETA/L $ �' -nsewu ore —TE aan2uc"r nsaxur ox c°xcrenE>avcu[nr r°res°w r°a ll-TED' as aEre aux= rovsoiE r°vE Creon°m-. as a re a rvs — J E u GENERAL NOTES FOR BACKF/LL a' EcwE ore cEnEre rnwEowE are xenEre r p a Exis.(•'uw.°Earp Ezrsr.(•'uix. T. _ � BEDDING ANO uL-1(fl4t[fiu EiN�FaE F ( 0 E (08 AN ABOVE BE) W lal BE 1 2 `s.xo�nxo s UNPAVED AREAS PAVED AREAS F L_5 ­TOLE zxc g - ° rcu r°ssw sr°—T.1rore - xwo swot YO • , a e _ E succr annrtu unrwwL } = —11, 0 Ere°u Exuvarwx ccucacrE° rei 96x sm 1--1--oExsn � .�.vti- rrs m aE o _ li SEE iaeE�Erez n -u ro u•x +.. a xx cre W E , ".LL rEre rr,< gore mo u.rox'T °=rare z d° rxlE—T11 E z °Here, rrE �re1"r a� Er�=E ,w ,C _, :. �._. 0 0 re, �r �u �s���a� uwu,U. s. ,ocre amc wulu rwry�c, NOT E.(CONCRETE P ENi ONLT) xn rEv eae'nxEw xxnx,5 usE s uwiuuu eEoa °eE.icE�° �. v.cxr�EE x<Ewn� va`=r '� s sno 74501766 TRENCH BACKFILL -y v ¢ 0 0R" ME TRENCNBACKF/LL FOR STORM WA TER PIPES FOR STORM WA TER R.C.BOX CUL VERTS r °'o°"^° g STO 574 Kitt DocuSign Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 roxswuxrs sr¢r i,s r�rccr xa.vam WATERO/STR/BUT/ON SYSTEd9GENERAL NOTES SEPARAT/ONOFIYATERANOWASTEiYATER LIVES UNPAVEVAREA3 PAVEOAR"s ... .. or coavus wE rcwc E o a oN Auo o�s�aaAa�aMc wr'a w,s or rcxas r+a,u 1­11"El 11 7,111 11111. was, s�cZ M act w c 111 asoc r Al I—II r ­1 I—ITO­ACE ' ,alco1v ec acaulaco ev rxca`owa1cr1a1111iAl s�msvcac,1omca ` Z caomcnsmcuacm _ w e ., x e ecaoc MV? w J a n - 111117faOM rs" s¢umss a. oo ry _ WATERL/NEiY1/N/MUdf COYERREOU/REdfENTS ,1,E „E ��` ` _ U T u 0E C�'3�kw 11, 1-T wx. w IIAE 11 1)1 µa11 u1�ms mor uxoc onrc sr r_`rar a uimilul of TYP.P/PE TRENCH/NG BE00/NGANO 11111111ALI 1111 36r of cora Al u1 Pows. ' Y BACKF/LL FORWATERL/NE xo..o sU�E sari rr U ALI 11 0 All _ 1e Al— a.,._ GENERAL NOTESFOR6ACl(F/LL ?' _ 'M aeon a1 T�LL2 ^ I. .„xcs ARE u irzco 111-1 11 me wlrea tori rnv a—ClsWKa Ear TIM 12-AEM PIPE) UNPAVED AREAS PAVED AREAS ' c r,c 1.v1s.lvcmc u,esroac awo iwnul eac.rni sxul roxssr ov mr rwa W .� acrce ro xswrl crwmrcrr acouwcurms , � .:.,_ _tl s ` eioa Pum mo u lffcerzo Pus ouc s z1 rca carves aulauccn� calxEP,onrK re.cw.aruvau s xr r Q 1 wmrw mEPrm= r z Z SPEC/AL NOTE. �� 1w,Ex 1-1ec omc�mw wmoc Dame r�,wm�muu 21 � 3 Lo LI, Ao rx as PFR 1111 111-1) rvl I o a,a cw s sxm746or766 �, §xcmw awYrvc xn. STO 574 M crnrcr/'.32�i00 D,,,Sig,Envelope ID'.2F1EOCE6FF13-4D]3A624-21CCAEC1B1]4 a.n" roxswuxrs sr¢r i n 112 z yr �n• r�rEcr xa.vam „a- =m o MV a Wo w„ urvea 1=w erv_� w..cc z,z,a c pc+c moc., s11 IE sUrv`•c �l� a cauw EXTENS/ONOETA/L G 90rnw 4<mE xrerzn4r. �I rvor ro uuc if J m n F/RENYOR4NTASSEMBL YOETA/L/TYPE>/ ur�cr„gyp a wK h p o � rvor,o ue.r ca""rvcar,c'e�ocxa ' c $ e U n VAL 11F SOX VAL MESOXOETA/L F, PAVEMENT ONATMRAL ORO!/NO + t ,e ree cure xm ro sum u.eu,rs e,«�r ec,+ousm m wry eoes � a $ - ry,rn oaa,„e waoa P/CiYNOTC// o _ uor ro wue W J .er ery ovams—E a anirBPsw ax,n.,r � K 99 j W ­2.2.6 ce ee,e ero,. L oz Q n as„„.cc eco sw.va maac 0 �L L rne- N tlQ L /e' L/OOETA/L S —147.r 7 66 F/RENYORANTASSEMSL YOETA/L/TYPEZ/ ro waren LINE—IND euae F/RENYORANTASSEMSLYOETA/L 7-IL-)--E21574 rvor ro un crnrcr/'a 21 DocuSign Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 roxswuxrs s¢rr i,e srrr sexre eoa. »wr"rocxrre er"c zawc erc rzm:ccr xa.vam CASING SPACERS r„ c wauro srrn oe uxnre avc we rxrsrrvc vrer.ra '° wrc u m."a� cxsruc Ax..0 vusm-aunmcns 8 vcu°vr oxr,wm.ar , E wPc.eu o,a® PIPE/NSULAT/ONOETA/L ur aE^ms.o MEa.ror,,,F�,rr,>c z m urrcroco •c iYATEAL/NEAO✓USTMENTOETA/L MV w� z�^ � rn v.crx nvvrrov.LL ual J F /NSULATOR SPACIMUM A/L r F- _ a � � �,ss"P i„e.i ° swu er srrrr - o°no' c.... �r TYPICAL CASIINODET A 'a (02o Q a sEe`"`c s,°ors h k w •come' v exn ruerw p } E � z'p.,'cF�yiMr xo>E: ec U n w.rrA,.o.00 srAzrrr nr rP.e.Mro..°e TYPICAL VAL VE/NSTALLAT/ON TN/7EE TO SIX WA TEA CONNECT/ONS AT/NTEHSECT/ONS � GN7'3 W JY rrouas o rsr ror+ +rsr arae x rxs.wc ww wrorr rorz s.�ern r exnsssrxrrr meow wvnr z'ew.sssrvrn meow t 6593 4L ea ss ue 2'v nuc + 9 NE 3� O N .a, �_ �,.,u. _ c..._mor �s rvo .p orv, �.a.c xna• .wo ruaaw.rc rv`rW'' �c. r rror x ro�rn`� errnss Y I� sxm 14&t 166 AETA/L:9^ •55E"eLY•"o,NS•"` °�:r"° M AIL W— ,".` _"z;, OETA/L'C_ §xcmw awYwc�n. MST RISER ASSEMSL YCONNECT/ON TESTA/SZWASSEMBLY TESTA/SEHASSEMMY STO 574 DocuSign Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 roxswuxrs s¢rr ias was.oro c„rrca �� s • acw _Zr '" r�xcr xa.vam ;, E a ;E os°mK.Po°nExE 71"l �AIWAS 3Y"OETA/L .HARKERLOCAT/ON ?w SERV/CEW/THS/OEiYALK xor.o scs,e J m coos as cmr a CAL CUL-OE-SAC SERV/CE F- v SERV/CEL/NEdfATER/ALS = �n _ " Mcrsa eo.re.cpm isor:P��muc.„ c�a s�Ru,cc cuuvs � ' (02 ea�, Q k w a W ��� EIEa SERV/CEW/TNOUT S/OEWALK „so,,,reco,r.l,„sores-,i."o- -R,,.�c�.P.a. „o,=o score oro emae rw.,�,ors s,w,ee swKs rca,rc. pr TYPICAL CONNECT/ONOETA/L "i"°r.�"°s'"„as oa o"�.""ors"sc"'"cs.'. � - c",s„w „.�c ac. eocs roa uxi�c.n e`ool W fn coos oro eo.rca_,soEw, �� xo..o sc.�c �r'�s��sew..cox,.,.,,....w..c„oa-sre."o ac„•a.oaso,"Po..e,„..c„c. � vF(rqN✓am"c. n a.cam ��� uerza roux„wn �rs a.�"s r� p Eary,a z a —T ........� rE orA .,"r 3 LU warza uav -�Ns o� w a,-P J !s%:-mor, ° ` rs,roucazrz 0 o�l o p N SERV/CEW/THS/OEWALKT/EO TO CURB nssrsmswala srnansu ac"�° e a rrl�s a�rz1 ��anr.-w r s sxai 749 ar 766 SOLLAROOETA/L s E xxcc sc Pucco scamp TM/CAL CONNECT/ONDETA/L xo.*o sc.ce STO 574 DocuSign Envelope III 2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 "PnvEo I PAvsD PArED PAVED roxsuuxrs sx¢T �� ° r�rccr xa.vam vaoviDE srEE:_(ssj rvF.nw Ell---- oa� TxROAT oPErvirvc- RE°uiReD DiAMErER o" PRovioE" RNa(sCOVs)EiuFww iNwertoa tNRar oPENiNa SEE PLANS I REOMiREn owMETEx °R MANHOLE REOUI REMENTS I All sra ua"(aaovioE� ND�u L� R DBR-oIcs DLU OLE DIAMETER AWuSrMEnrS(,Rai Mnx) REeAR REiNFoacEMErvr��Aa aARs) a-M.) REeAR ReNFORCEMENr 3-pa aARs) 1-1 CDNDRETE T°TDP°F C.IEA 1-1 co"cRErc T°TAIIF(I.-M.) g Mu.3 M" T\ i aE FEN E.E ED (T pE s APPROVED COATINGS TABLENA 'Ox°fix WALL 1111Tae\\ // �� I TBANsTTE " EIlFFC—SS. FINAL eSIEM oa G y 31A su,oM(�ccuE rss/ \\ c c c.IF .c IT s a�eeE'IET11 III a CASKET N\/ / oc�eT°r'o'PS TO a s,ovRocioa°NT COAT5 co"cacrE s°avrccs i.auoir+c eE"c"a wuss. z m eo"DEn aouT �� " �. V\ VAa Es ou"LoroA.couP sra s a000as) ELME RE soR w `"" w LL DD IS1 N M 2.DAPI TAS a IS 2 NA SEE IIIED,11-1 FAL E M (MnuuM,°," �.. -V A MAN"DLL AWRoa MHMMM .Nc"NEur T = EH°LESS NEm c"ro er m IN LEEJ NE,III T N ASI.INT 1 PRICE R°°RDw.,°21 "PR6E I DE _,... IN I A7 °PFuuM MDSrMRE ASTM Dasa \ NT \ .�,f� \\� R, ovTMMM Mo STMaE ASTM D—SI BABEa aWw "O°*s o" cCEw ®e ME. v o FIBERGLASS MANHOLE CONCRETE MANHOLE o NOT To SwLE NOT To SCAB LE IIM BE ECIEL 11.2.1 Dry DD R 'o p R a o SEND o MANNo1 ALL(BESIDE aN"° Cl LAR°EST Diue—IF T RSP °R E,E� ATEa STOR a,N TME i,EEMAx:rF Ra PAPE ELL DF PAPE _ ">, PE 0I" NNOLE J C0 PAD Pu D/z RAD�Ms mP> ns>FSNITALL SEAL IN DR . : fi. E ESA GRADE W " �:�,n°EPS Tic: MH:oAaP°�E�°HxP°R CoH�A E°Ro E°nD" o WASTEWATER MANHOLE BOTTOM ""°� ^ESAE" z'°M R o: (BOTTOM) PIPE"SEAL DETAIL .aEa�aa3 0 DT T°S Al RErvD °T T°S LL MANHOLE PROTECTION IN UNPAVED AREAS S"` GENERAL WASTEWATER CONSTRUCTION NOTES: (CULTIVATED/SPECIAL) ,. 4 MAINEED E, NCF T°scA�" c°Nc.DDFu NDS11 3 i£ �v �NED Q MA'T „RAMS FNAF —I—ENT r R DH sEsTRA u REND M4�N .% F,RODE IN SR 11111D RAo I ° coecgnoR Raa°owoE`"I. E a s D SEA c T,S A ASRE, IIIM NNDLL F°RDE Pw, - - RDD"E coNCRE—El E�w,R aaRsr T�"iMRMVMi SIBBAIL- DIAT IL -1 TI-INc '_E=IINSIIUI IN s sxm750Di766 LLEL-H DC.NETREBM I—DNEc„DN MANHOLE PROTECTION IN UNPAVED AREAS x mw mwn c n. FORCE MAIN DISCHARGE MANHOLE DETAIL °FCRDREMENI 1111 RDr°MIALES III MOSTA EAIF°R.NETA�D_ (RESIDENTIAL) g STO 574 NOT TD SCALE NOT T.SCALE �"cFw.rcr/'•��ia� DocuSign Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 `_:ffi_ 'f_- n [_ttrr: N15L BI SIN£r I51 flpHCi Atl.R/OR vRGEEL NEW.sI'll&—WmsnLss ST (s :ensNNEL°w P ,i. ror-STHE oe of E°=EE ,EeRIE pxyr� IS ST IIIFI--T11 NEEe.°e wee S M T°`RrN,S°eN°S°N °Nom Gn of:° ... ao` GN�rG �LL �o �NG FN°wF_ ENE;° SE,l N:N_ C P INSEeT T°FIr r. r TN IF ISP a Nem z i.;saoNs of DEM Mio» of Ex Sr N°nnNn°LE e ° -N No°NEM°nE�N°Nr z NT N Nus s �Nc E V w E V� <ee cx ON 11- -EF o errey \ c Jm s MIN. NEEuuv _ wir owneu=HILL conNEcro - G ES—D.wul \ F SEE n NST Ne FaE vne Es w> INET - U ITT AT 111— TO aHnNG°ENGN „ors es MN®F—LE Re B °eEGrE° �_ =N�NBE e��=°EF-1. 1 A1F=rEEE X113 Q SBUNL REIEWE NN 3- S—of MN eENCN N°nPPI.°°N E RN nEM�I IRO—EU NEENG�e ao°T(M eG,00 Pe�`o° M°N N °e a EMITING GENGaErE F FlowneLE FILL NE°NnE° z } °TNS T° FRP INSERT REHABILITATION OF EXISTING MANHOLE FRP INSERT PIPE SEAL DETAIL o of N°LE (=),1i1-GLosE°11°mous D E°FIS— ILLI INIS SNH RING 0 L.S Uog o �e SP ENR �a a _ U.a MnENNE — i zs� COVER PLAN VIEW r r -_ °E GEa,EG.TON. ? N�g NOT TO EE LE I RIES Ea n> a 3 5 EAR Ell, EPO ECZE oPNG P � —— SUNo°N°Nr L pae ~ �O 6 I 47±R O - BEEClncanons ao(z) RME qez,Does -#F-1si IER—H-1F 11 iii ° nE THE(M^°E°IN rNE°say GFsnnll EE Rn °11NE11,.S NOT INTSNLIS S sxm 7 57 er 7 66 §xcmw awrzvc wn. NSECTION OF RING&COVER RING&COVER APPROVED LIST STO 574 No,ro sa�E un c�xcr/'' °ia D,,,Sig,Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 roxswavrs xa.xr," ,sx APPROVED ARVs �PRovmE aacxnu PENr oPPucoe r�rccr am oulreEM 11 PRovIOE w"Rlrvc l covER uauuraervRER MODEL NAME uarERu� / IDIF 2 ausrMErvr RwGs wrtL s,aw�Ess srEEL(n)F FORn.RL o-02;ore o-0n sRom A ,a'MP%. N-rEc MODEL ses(ss)arvD sea s,s ss \ Al s�PPEas Mus,FORM ncNr sEaL\ •• y.a/a. vENr oMar Moore RGxll(sr.srEEy sl.1-R m PwE aomr AM eE—S m ''._..............:=. Ex sr rvG rvarvrenL cnunrrre vauanc vM eaes ore rM rias w—N.—NG PRESSLIDS GRG°ND mP� co.M ELE(I °, wasGPRE z m a or«M/ I 3,y aw;" o"` E cR i� �,w. v I,�-�- F x-11 DSNDED�o Nr c`o E� D —STANDARD a.6 PEreMa wrE 1 m o RDMDA,RLFA,L (1EI)I w(1 _ PRo \ z NIDI I MNL +• (, Ps MN®20 Days)FL--FILL AIllN p sUPPGM eEPsrA NL£55�ED.11 nm• Br LILrc ES DEP rv', \ 6NSDEDUIEs D PPNGLL J m n\ND•6� \ \' FEE iN ^j MN. ®I,r 1- LOPE R ,2'GLFAR .lOm PSI c REIE V ry�N ER B�)� H6 00+y 6 sCXEDUtE 40 PIPING �3 _ ,—6 rvLREE MIN. U SUPPORTS ONLY NST—DRAN IF °D. FRONTVIEW °°" SIDE VIEW GL DD. On �� —11.—D—ER SEE na9m Nr'P W s +N.x— II�a Q rr 4DINSI TI „ FOR DETAIL DEEP CUT SERVICE CONNECTION I' o w w AIR RELEASE VALVE AND MANHOLE °`r'M°"M°'s<°RE`°rv,ENr E NOT rvor TO S-E ro SG°LE NOT T.aG°LE a z } E e � $ U 0 Z o n Nr RG~,or�EMErvr wa. SERVICE CONNECTION NOTES 5 a ore — TI R °,.LrvEA w PR. M.RRER x RE o/IEP ' ,NRuocD PLUG m .E r rr-r.._.- }a Dw. j D.wE Dia ~ B DE ESA D cL Dr Ere NE AN LrvE � MED PR a ° -'a AS NEEDED NPZ LLNo a W LOWIOI° SEE�Noe <6 SEND a reDM15oa"yMRoz qac°°D SIZEa PLAN CLEAN-OUT BOOT 21 Rp—lED) FERNCGITEDL R RIrvD.DR o DR 11NDT ro ED„E x z r TO x x 3 BG NowNDN /AA1 cAA V/Av rn Rw*,,2,,E,,isIDE ,6-P R � PreoMDE sarvD 2_/,. •\ '\ \ Es c=�,GN�avE i E.EELMENr W—ATER MAN woREG va B \ �\\�1v\.�� DRE 01 soa 26 Fo, �u\R Sp D 5 ro. tl4 o SECTION A-A SECTION B-B S sxm 752 of 166 �POLr PRDrEGrwE Ervo eaP ory E�GN ErvD. NO, ZSALENSI IS §xEmvu n. SERVICE CONNECTION DETAILS STANDARD SERVICE MARKER TYPICAL CAST IRON CLEAN-OUT BOOT STO 574 Nor TO SDA. - DFIRED Each—EEr rnP NOT rD scu.E un croxcr/'' oia D,,,Sign E...Op.ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 roxswuxrs s¢rr 1v IIABF I IN IN N1 111E 1111L conrro oR sraw�s cwRiER PIPE uNPAvcG�PAvm a.L.RR PA E T'TNNEs11 o Ex�11 w1CRET r�xcr xa scam aIDI Ave�Meu STEEL cnS Nc PPE - PAVE.INT w worx o°nor cxour ' "�" sAwcur .L.E.STEEL oR FACT POLrcrnr�NE us os or—INS rovsoL SEE rASLE z nfu a NxvavcO RunNER suvvoar AREws) LETTV E+� M ` POLruER IrC Ruuncas Ex muc �o�e® E ` SEE noDE PAVEnEnT nLxu;�,. ' z mlu�c 4"TO 10"CASING DETAIL �. 11' `M";-1ERAlIE°AETES.. TPANTME NOT To sFAE 0S1E aN T BR "i D,,,Sign Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 CONSIM1GATS SNEFr 15V ® PIMYCi Ab.1/OR San Patricia County % � NUECES BAY ecft o o la.aoo x w.aao ao.aao w.aao zl a € "`°a,,, n a • e e 2 m W o CORPUS CHRISTI BAY LOCATION z w s - O7 PARK ROAD 22 STORM WATER IMPROVEMENTS z a ffi �aao� 1 R �J F - a W�III a Q m a � oWw 0 04 PLANS FOR: �� s STORM WATER IDIQ AND w w w CULVERT INSPECTION RE-BID ow Li N PROJECT NO:18100A ? wF DELIVERY ORDER NO.1 3 w J PREPARED BY CALL BEFORE YOU DIG! N ib lililfleloW. oR«oRa 81s�ROQallo « LJ4 Ulcnoaro.mg. LJA ENGINEERING s srltcT 754or 766 TBPE FIRM REG.NO,F-1386 THE LONE STARNOTIFICATION COMPANY os sw«x sl xcmw uwnxc�n. AT I-sOv-Rs 8344 § STO 574 DocuSign Envelope ID'.2F1EOCE6FF13-4D]3A62421CCAEC1B1]4 CONSIM1GATS SNEFr 155 P flMYCi M]1/OR Ci GP� Z® p, ........ ..o..... GYPSY STEET pµ�y 1. eao �I _FI NISTERE STREET 2 m / \ _ z� FF ESCAPADE STREET �.rNo FFT Al� DVNA STREET FL� m a`— a Ltr exsnc ou,rou z \\ O�g�2 Q� CUTTVSARK STREET �i U n �,Fr L L TE 'SINO 1 PROPOSED STORM WATER'S ns CANAL CANAL` CANAL 3 Q°' ou IMPROVEMENTS z� DI Ell v a CRUISER STREET CRUt8ER Doozo ST EET a tv,iaQ O m m s } c m00a0m p rq PALMIRAAVENUE _ PALMIRAAVE q�KRDgD 2 �W P =" ITE NO.3 _IMPROVEMENTS _ ��LCn�n_. O ROPOSED STORM WATER ya WI SITE NO.2 b Q leu d CCTV EXISTING 24"RCP D O W Z O = LU Q re pe � W r O PARK ROAD 22 PARK ROAD 22 Z cr O aQ -ti 1 I� Or aQ }U s � a � Q�Q � N w S sxaT 155.t 7 66 m .rcc+> mc.w sti ua.awn mr §xcmw awnxc xa. STO 574 un aaoxcr!'. °ia D,,,Sign Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 lkroxswuvrs sr¢r Lsa i I a I a a I ! , IfiC.�. �� `..,' 1�•� � ti.A�....�....r �E;;"p e%`�^^ 4} ,1 I y%f v0E � � I n ��r rX0`cl - 'j ma k .aru •• �^ wv L. s.z are 91:% ` 1 nx m xe mr laEOw.vrr _�.. Amro xo Le-xw s.. a �*f L1 u z m �w� r zw �i 0 1z aM lln— �aa a �L– VWO xET: . ' a eeIXxu mfNCn xim m v aF mIFNi saa u2m 5.wo La Fxn`9¢of vru 3 xn (sc[rvmc s xcrecorv)Cre a oLEIOL = S c rvmc c xcreE (PRmECI iN alar£) (a a*Ee*Vrveaisec)D Llr POLE U (sc orv) _ Eoc�or aovEnnE [xis rvc o' agro�Cy� CrExs*Nc x vmo ,cPo,c rv* W o0o L act[ uca 1-1 ( N p�E L 1 ry PinE - Lm�. h p W w I �,zurm. p U o I I � xra,�.wv.rs as rvx sar recP� my ar exo exrsnxc.smu�vi.=v.�vii I I I ICS I d 0 LF a W zw �w.a ansnLw roL>a xu,.r.a - 3 GENERAL NOTES x� xa a Imm sacral .-. c.�r..reaxxaax xE.x�a"x c.reEre,Ere..£ � r z reE,Ere.c ��on :azL" �xsnm, r� _t i' ` woa'k =°aEE.°aE.Ea:o'�' of reMwa.EreM,reME..= oLL, rc..rec:,re cre.c rcnnnnE.r.re re.c x o �_ -++. x _ coovo xw,E w.re a�.ucEx,uwoowxEvs rov xc a m w a0 m z >NW W EL 0 Z ,�,. o..rerer.oxmsennexssxowxox.xeauwsxw,Eee 3 Lq w x c..rea<.cre��c��,o mMa�.E vEsaoxse,.v.o I as r� �rn e o ` .• -- — w e ..,-•,, ,� ,as sxm756ar766 r — LEGENQ nuedntY �,vrgn sm xaua .ae xEmw urunvc an. -IP- CUM M rxmECM N a-,-]I ;STORM;DRAIN LOCATION DETAIL § STO 574 -•'ss._.%" c4 m Lr D,,,S,g,Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 ' 7 ,� roxswuxrs siFEr isr H� GENERAL NOTES �w� J - —. uwoowx Ev:roa„�x�s,as vEou vEo. 2 m I LEGEND z� -P- WRS IN WT PROIE<110N II z a --SF---SIU FENCE Q lF W E El I NI ep r. v 0 I 9.-a N _ m R �uq > 0E�IITINI o ; N PESCADORES DRIVE � wFww �a kW� o ago "z E F}- t w j U n U - 1 _ Z a zI m10 x �I n N Lu rs 4 _.._iy�G—may g — ry OLLJ > j W Q. Q. oP OE o. 0 LLJE�Ta z �. oMo -11z >3 WIC _ o€ w� m >ol w o0 e ui ncv - PESCADORES DRIVE (UNIMPROVED) p 0- 0 N O m o f W Y F S K o d N QO wZ is,irvc ,� nNc M n w "reev SExs Nc wuE nc H ZI N J J , N "ss sxm757or766 §xEmvu awNrvc�n. STO 574 si im D,,,Sign Envelope ID'.2F1EOCE6FF13-4D]3A62421CCAEC1B1]4 F wi � � `� ro P�1£Ci'Si SIN£i R SB r 0 Iw Pxn s� .mza"exr u'.��3•� a r 1 m w ra,xc amrur xc aux mrsnm www a C7 s xo ZOV m y y mxn a z -- coxr�cr w mor c P �— W z ��. a °wnF"e'„xErs7nxc x.rcx rxsnxc E w�` � xar mP) � a a GENERAL NOTES 'W W J -eo aux sE.rov oEx Ew�xovErEv a�2 a = �m .o EME..=o oa of LEGEND - o v ° s _P- cam xmr ,Ecxcx , __sP.__ Lr F: Pxo so rr a a ` e � n v n 0 0 wmfxMD �`v )MTM`�s�os"m � � � o �Lu Lu ss p Io MNLU_ "nmwiXOmr i k t 1 Z O W xs ]7 :3 cr a Z aunzr.) O — j D,,,Sign Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 CONSIM1GATS 51IEFr 159 ® PIMYCi Ab.1/OR San Patricia County g � NUECES BAY g. p�3•�x ecft o o la.aoo a w.aao a9.aao w.aao al $ n`° a a • e e W 6 %W CORPUS CHRISTI BAY LOCATION 3 w ffi rev WILLIAMS DITCH(PHASE 1)STORM WATER IMPROVEMENTS w LL # 2 v an pxw 0 Q4 PLANS FOR: peg, Z STORM WATER w INFRASTRUCTURE IDIQ ow �N SAMPLE DELIVERY ORDER NO.2 WILLIAMS DITCH(PHASE 1)STORM WATER IMPROVEMENTS J r �" of a 3 w PREPARED BY J a CALL BEFORE YOU DIG! N oR«oR1L-1�RQallo « LA14 Cdlceerere.d9. LJA ENGINEERING s srltcT 759or 766 TBPE FIRM REG.NO.F-1386 THE LONE STAR'NOTtFICATfON COMPANY - s qe swai s s xcmw aw9wc en. AT 1-8004569 8344 °nom STO 574 un aaoxcr!'e Vitt DocuSign Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B114 roxswuxrs sNrr iro 9 SEr�Lg,ER MO UM IZIC TOW sxNi Nm c—r sPsaNanws m"%rlow�w x ma"m MY-N. "0H ® r xa scam IS .—u— US ,9e"N Un TMIE�l C-1 IMN N 'ipxa TYPICAL CHANNEL SECTION z m o ,o zo 4o s w o w zw z � �zp � w¢ c �RPis CRYO DEL OSO F- , / ]901 SPADRE ISLAND DR U FLOUR BLUFF&ENCFRBIDN ^' `y p� TRACTUNDIVINTIN 126563ACSOUT.ice cvs ?mac (1 E LTS91011&22 THRU 27 SEC 28 0 II d z �4a C�1,3akw W E .62.4,9,6 &s � `. N� ITIM O1 NTE00 r a s E�� e,sev seen a vs -'A-�� \� "� sc.e c t o off '- ` ,{a' _ :3 ,�' �t ro �"�' E 1,12 ,i ra w O a �. H N a- = v w _ss E oa �aF NSm� Z Ld n a p N uxe d f, s ooa 3 w .8001 S PADRE ISLAND DRJ PEARVPLACEANNEXE K 1938 ENNIS JOSUN RD LT1 O Q OSO RIVER ESTATES N (n 7901 S PADRE ISLAND DRIVE BLK4 LOT 1A GLADVS MATTIE SMITH s`�r - 8001 S PADRE ISLAND DRIVE 5 M&R BUILDING INVESTMENT,INC s sho160er766 4 1938 ENNIS EQ©aSDIN ROAD s BRECKENRtIJGE GROUP CORP S WSII GlASLP STO 574 D,,,Sign Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 __ _ 4... NNSL1GNf5 eIN£l 161 1938ENNIS RIVER EJESTATES OSO RIVES aoN aoo w u c+a ao.ucEx.wE.uwosovru. � ,✓� SF � � "*v nax oaEvw.oxssxauoccuv w S avoaosEO FasEwExia,o ix � w'' 4 \ BLK4 LOT 1A xil lle eyemv 8001 S PADRE I SLANG DR - PEARVPLACEANNEXE r Jj .�- ,Xy W ' X.., 4 wv xl xa �A �r / p• x �x-U Z zm .s(Poas�n�x 1 rc C 4'i^ XXTE RE P kX k MTTlp SfqN hh k X 5 W LL ✓jw 1 c,xxaeF .6, Y<vS'_ Y SF ..xe,e 110iiouiil G w PROPOSED—U LF d EXCAVATED EARTH CHANNELr' t { P °11 ��Xe -� PROPosEc,;a FEv-, RusH �, a p v _ i (55 BOTTOM WIDTH&4'.1 REMOVALANDSTRIPPING(HAULOFF). • - wr i - SDE SLOPES) 9 r (f0 BE PERFORMED WITHIN PROPOSED TJ SE ar wrtnir ( I eiexuvrt DRAINAGE EASEMENT AND DM.. cif U (M2IL w E , v T a _ �Z rSF Q O fie : Thi p k o e CFCLOI'l 91 SPADRE ISLAND DR y ? , rvas.vuc.uvE GENERAL ANOTES EPPLNOiEs crvsaxo.wooE.a is axo o.x �~ D' BLUFF&ENC563ACS UNDIVINT IN NODI ACSOUT 91611&"2"2 I HRU 21 SET 28 W Z _ arrtbr-vur °f� nar-ar- U W a rExcE.o avE�Ex.w�.o avow.oa vaxrau a�.o„,aoM ovaxanE EasEwEx.axo oMPACA SOUrN PAr)R£JS(,gN� �-�_ LEGEND Of J Z W s a 3 o a 2 a .TM o � s sx¢r767eJ766 xcmw uxnervc en. n ya A STO 574 of ,a m- ,.moo �.00m 3.00m aoo oo �.00m a.00m ,.00m a.00m a.00m ,o.m oo ,,.moo ,�.m oo ,3.m oo ,amoo ,,.moo un clnrcr/.F-7 DocuSign Envelope ID'.2F1EOCE6FF13-4D]3A62421CCAEC1B1]4 COIISIM1GIV/5 SNEFr IBR PM]YCi Ab.1/OR Z i m 2m ?w STA.8+00 " ,00 -,00 -'° -® STA. I7+00 2 W¢ � J� N U III p W w ,s -xoroaousoly. — ,s ,s ' z raaross ru ,s ,• •. s STA.�5+00 -�� -® STA. 14+00 C7 N D w O Z LLJ O � to :3O Z O 015 w In j Vl € O� a 3 POE v z s s w E z -rxoros e - Wm gym' J U Tj. — --- — �I• crewx¢ xuwlla � d N %i N STA.02+00 STA. 11+00 sxm 7 62 or 7 66 n,vm,ax,»nc scue w xrmw uxn�lluc�n. STO 574 D,,,Sign Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 CBNSIM1GATS SNEFI IBl ® PIMYCi Ab.1/OR San Patricia County % � NUECES BAY ecft o o la.aoo x w.aao ao.aao w.aao zl a € "`°a,,, n a • e e 2 m W o CORPUS CHRISTI BAY LOCATION z w s - Q BISON DRNE CULVERT REHABILITATION z a ffi �aao� 1 B �J F III a Q m 0 Q4 t ' 4 PLANS FOR: W Z STORM WATER IDIQ AND Ld CULVERT INSPECTION RE-BID ow LLJ �N PROJECT NO:18100A ? or DELIVERY ORDER NO.3 a 3 w J PREPARED BY CALL BEFOREYOU DIG! N Fib'lililfl 11ILL a BsRo°allo « LJ� bW Ulcnoaro.mg. LJA ENGINEERING s:S rltcT O 763oi 766 TBPE FIRM REG.NO.F-1386 THE LONE STAR'NOTIFICATION COMPANY - s os sriw s s xcmw uxnnxc�n. AT 1-800-609-8344 ST574 un aal'• ° D,,,Sign Envelope ID'.2F1EOCE6FF13-4D]3A62421CCAEC1B1]4 CONSIM1GATS SNEFr I8V PMOYCi Ab.1/OR � 0 Y]0 600 900 1100 Mini�' v � � OxrPxC 5wF fFET � . luY 11 1011 Z Z � zm a zw 1za 00 2� J qRa n 2 a ( 01�aQm BISON DRIVE ��� w CULVERT REHABILITATION EE= z } E 0 2 �c O v w Z J \. az 21 s sxm 164 or 166 �, §xcmw awnxc�n. STO 574 un aaoxcr!'.21107 DocUSigD Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 r roxswuNrs sxEEr lbs Piarccr x2.2ram ® 0 aowco x-11 EXISTING OWE Q EXdVwTE TO OWE OF CU—T BOTTOM I , 1. SEE OWNG DETAI-S ON SHEET 2. EXCAVATE SEDIMENT AT CULYSRT OPENINGS TO THE GRADE OF THE BOTTOM OF w� w THE GU OPENINGS. w w w w i w w w w FEE H-- w w w . w w w a Ia m b q , (ORDINARY XCOMI-T NPoWITH TRACK�PATTERN PERPEDED — ToNDICULrTOSISIOESSLOPE DIRECTION). 4. GRADE DISNRBEO MUS i0 ENSURE POSIINE ORNNOOE. Z 2 m S. --DENG OROINPNT T—KS TRANSVERSE VERSE T TOP W DIRECTION OF THE SLOPE k —NG EQUIPMENT RLLLKS RUNSYERSE TO THE SLOPE OIRECRON. HYOROSEED ALL 05TURBEO MEAS. 2� (j a w 1. CONFlRN MEASUREMENTS AND PRWDE SHOP DR-NGS TO ENGINEER FOR W LL • F NOOIFlED PR22 RALING PRIOR TO ORDERING. E Q w NOOIFlEO PR2Y RNUNG Hwy ONE LS-0 PIPE Ru'NER—TPH-PR22-.NC. J SEE MODIFlED PR22 RNUNG DEfNLS ON SHEET 166. 3. USURMENTS Nor SHOWN ON MODIFED PR22 RNUNG Sl—COMPLY WITH TXDOT STMDARD PR22 RNUNO SHOWN ON SHEETS 102 TO 103. NFlm PR12 RELIWE ES%%U., V (Rnu..No—) (02 a a �Q BISON DRIVE aLsxRrs .j�E�� U Is ��FlM1.Uxo x1 0—ED Pmt REUESmux 6Muxa Ea,li._x RD w f w w 2 y In 2 w w I .iY' W Z_ t ~ W I w w w w 7 w w w w t w w R. w w w w pRw w w w w w `w w w w O �1 z 1 Of Zi O 11 21 ra W(n i,� wwwwww w � � w w 3 w w w w w — >—w m 7 S sxm 7 65 Pr 7 66 SaO LE a 1 L ru+« xEcasu mwnvc n. + '` � � STO 574 DocuSign Envelope ID'.2F1EOCE6FF13-4D73A624-21CCAEC1B1]4 COIISIM1GIV/5 SNEFr I88 PM]YCi Ab.1/OR zm �p T rz000 _� n _ 9.00 9.00 9.00 9.00' Q wLL �m PR Pme ExGwnEo Mn TER PL � 4Po%a SYoaE ry Eworo uers x �' // (oreo rvcrer cvuPacT orv) a sa EE i EE sEON.a. EUE �oN I cuL��oPEN�Nvs a III a-Q.q xcaun, �II�p W w U I—o SPECIAL PRRAILING O - ELEVATION VIEW $ U 0 A ,1 PAPE O 0 LLJ O _.F K Z J d.O Q 2-111 w I�, a In 0 trjo zm w-w >-05 LLJZw TOP of�o 11--D-L o a a s vs 5,i9- 3 Ln C) ami o � N W —. ETE SOE—k STO 574 766or 766 a I�ODIFI D PR22 RAILING MODIFIED PR22 RAILING §x[mw ELEVATION VIEW SECTION A—A 21107 T DocuSign Envelope ID: FD605AA3-BF38-4D25-8D56-406DC8E6E2A3 NOTICE OF AWARD PROCUREMENT Contractor: Max Underground Construction, LLC Project: Storm Water Infrastructure IDIQ Project No. 21044 21105 21107 PO Box 9277 Corpus Christi This notice serves as confirmation of award of the referenced Project, to your firm, by the Corpus Texas, 78469-9277 Christi City Council on October 12, 2021 in the amount of$6,000,000.00. Contractor is instructed Phone: to execute all necessary forms and submit all required documentation as outlined in solicitation. 361.826.3160 All required Form 1295, insurance and bond submittals are due back to this office within 10 calendar days of receipt. The following document submittals are required to prepare the contract: Form 1295 Certificate of Interested Parties Performance and Payment Bond — Required bond forms have been provided to you for execution. Submit one set of original hard copy performance and payment bonds. Insurance — Refer to the contract documents, Section 00 73 00, for insurance requirements and submit proof of coverage. Submittals will include a Certificate of Insurance referencing the project name and number and all applicable endorsements to the policies. Please contact Lois Hinojosa, Construction Contracts Administrator, if you have any questions regarding this information. DOCUS"ned by: n,�_ 9 `-' 10/13/2021 F7D548656ESB4 EC... Josh Chronley Date Assistant Director Procurement RETURN DOCUMENTS TO: Lois Hinojosa—Construction Contracts Administrator City of Corpus Christi—Contracts and Procurement 1201 Leopard St. -City Hall, First Floor Corpus Christi, TX 78469-9277