Loading...
HomeMy WebLinkAboutC2022-243 - 11/15/2022 - Approved DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 0 °b�nnwo�Ay"v 1852 00 52 23 AGREEMENT This Agreement, for the Project awarded on November 15, 2022, is between the City of Corpus Christi (Owner) and Berry Contracting, LP dba Bay Ltd. (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Gollihar Road (Crosstown Expressway to Greenwood Drive) Bond 2018 Proiect No. 18020A ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: LNV, LLC.,an Ardurra Company(D.Scott Jones, P.E.) 801 Navigation,Suite 300 Corpus Christi,TX,78408 siones@ardurra.com 2.02 The Owner's Authorized Representative for this Project is: Brett Van Hazel,Assistant Director of Construction Management 1201 Leopard Street Corpus Christi,TX 78401 BrettVH@cctexas.com ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 630 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within 660 days after the date when the Contract Times commence to run. B. Performance of the Work is required as shown in Paragraph 7.02 of the General Conditions. Agreement 005223- 1 Project No. 18020A-Gollihar Road (Crosstown Expressway to Greenwood Drive) Bond 2018 Rev 12/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 $2,500 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$400 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 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 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 15.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ 10,143,242.52 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. Agreement 005223-2 Project No. 18020A-Gollihar Road (Crosstown Expressway to Greenwood Drive) Bond 2018 Rev 12/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 5.02.13, 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, 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. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; Agreement 005223-3 Project No. 18020A-Gollihar Road (Crosstown Expressway to Greenwood Drive) Bond 2018 Rev 12/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. 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. Agreement 005223-4 Project No. 18020A-Gollihar Road (Crosstown Expressway to Greenwood Drive) Bond 2018 Rev 12/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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. Solicitation documents. 2. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 3. Drawings listed in the Sheet Index. 4. Addenda. 5. Exhibits to this Agreement: a. Contractor's Bid Form. 6. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. Agreement 005223-5 Project No. 18020A-Gollihar Road (Crosstown Expressway to Greenwood Drive) Bond 2018 Rev 12/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC ARTICLE 10—CONTRACT DOCUMENT SIGNATURES ATTEST CITY OF CORPUS CHRISTI Docu ATTEST by DocuSigned by: i 12/6/2022 12/5/2022 194^... Rebecca Huerta Jeffrey Edmonds, P.E. City Secretary Director of Engineering Services Ord. 032917 AUTHORIZED 11-15-2022 APPROVED AS TO LEGAL FORM: BY COUNCIL DS DocuSigned by: �p ken Mc(ry«r 12/5/2022 Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR Berry Co a ,,dA:dba Bay Ltd. (Seal Below) By: MSL. . Note: Attach copy of authorization to sign if Title: Estimating Manager person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief 1414 Valero Way Financial Officer Address Corpus Christi Texas 78409 City State Zip 361-693-2100 N/A Phone Fax bealm@bayltd.com EMail END OF SECTION Agreement 005223-6 Project No. 18020A-Gollihar Road (Crosstown Expressway to Greenwood Drive) Bond 2018 Rev 12/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 00,30 03L BID FORM Project Name, Golfihar Road-Greenwood Dive tc,Cros,tow n E.xNaiw;'ssw ay(Bond 2013) I1Nuannber. 13020A Owvrnen d.rt of CotpYjs Christi ............ .....................................................................m.�.,,.,...,.,..,.,..,,. ._,m ....mmm...,.,.,...00N mm..................................................................................................... OA esu ner: 1-NV, Inc.,an�Arrlerr7,(—, tnonti� By its sip nature below,,Bidder accepts,all of than terms and condk ions o the Bid AclknoWedgemerwt,acknowledges recefiat of all Addenda tothe Bid and agrees,it this Biel is ar ejpted,to enter into a Contract with,the Owner and(ovplete the tP olrlt'in accordance with th.,e Contract Documents for the Bid prke. I ldde it berry or tract„ink;,LP dba IBN ny Ltd, (fent N tteDd ricarrrve of N1utNr'arr) ....... r rr,cf�k,krr_ r� _ (sN rw�rrrrde ofpp,S0fI, w jdI avmwtt rarrFtr trr binf!ttrr:=ttretrh',r) NarnP. f rlattlleW 8.fBeaN �.�...... .. ............ .(pOnfvd vDnmp.of pefson signing ttrd Form) 1°'ftle: F TkN iatiTN,fw1 rrD far��r _.__..ate"�Nc�of pf-son sie)ni ng Wd t°crrffr�) Attest°. rDnrrrDrrrtrrrr:°N .state"of IReskfen,wy Texas I e der Dl Tai ID No, '74-2992901 Address trsr No'6cesBay N,ad,__.______� _.. an ,r,o�n�„� a 1vN1 4 w+ r Cct”nris Y„TX 78409 m Wiorne: Frr�all, 5ealrro 5a NkrJ�,r�rarrw IhD Ifv NWA Ne)'3 ACHRAI,,NT lfilOo�rlftoad-Girr4!enwvoodrrC.Drive Io Crosstow n Expressway(l�rair d 2{11$,)m 18020A r�n.rrDsl ar 1 3 ,...�...,.. (':Ptd�0 N7➢ -biRev 1 of 1 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Dr,to Crosstown Expres Report Created On,712012.2 7,4210 PM B I17 TOTALS BASE 81 D ONI RETE Tota I PAIRTAA,- GENERAL $583,5�20,00 PART BB-STREET IMPROVEMENTS $4,084,785.5�2 PART CC-RTA 11 M PR VEIVENTS $14,340001 PART DD-ADA IMPROVEMENTS $786,186301 PART EE-IT&TRAFFIC SIGNAL IMIPR('-)VEMIENTS $584,6014.70, PART FF-IDRAIINAGE IMPROVEMENTS $1,380,057,501 PART GG-"CATER 11 M P ROVE M E NTS $1,852,897,00, PAIRT HI-II-WASTEWA,rER IIMP'ROVEIMEN"TS $739,940,00, PAIR,r III -GAS I M PROVE M EIN TS $116,9111.50, ......................................................................................................................................................................................................................................................... Total $10,143,242.52 .............................................................................. ............... ............................... ■ DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Dr,to Crosstown Expres Report Cncaaataadl On,7 0f2.2 714210 P ® ffffff PART AA- GENERAL No. Descinipution Unit arty Unit Price East Price AA1 Mobilization(5%Max, Pant A,) LS 11 $20,000.DO $20,0010 00 AA2 Bonds&Insurance(2%Max.) At 11 $61 b7P43. 0 $611,7010.001 AA3 Stornfr Wat r"Pcallluition Prevention Plan LS 1 $2,600.0�0 $2,600 0 AA4 gnarl,Iuirat Protection EA 37 $350.00 $12,050 0011 AA5 Stabilized Construction IEntrance EA 2 $110,200.00 $20,400,001 AA6 Hydncannnrulbcln SY 1800, $'12.O1O 21,6000011 AA7 Traffic Control Design 13y Professional ILS 1 : 35,4 0,0lO $35,4001 001 Engineer(AIJ...PHASES) AA8 Traffic Control Plan ILS 1 25,5 0.pO $25,500,001 I obc iluz tio: 'i/AdjLJsuraenat:s AA9 Taarrnpo nary Traffic Sig;rnani Design By EA 3 11,800.0O $315,4000 00 Professional Erag inaeer AA'10 T ruiporary'TraafTic Sigt'4 LS 1 5�4,800.DO $64,8010 00 Ilrnrpa nnr nr�t tiicann,(All Phases) AA11 Traffic Control Items(Barricades, Signs, mo 1151 6,90 l.t'iO $1311:,1010.001 l'uaffic Handing) .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................. AA12 Lo t'i ofil Conc i 'te Ba-i---t miens X20 BSA 100 25.0102,50 .001 AA13 Electronic Message Board EA 4 $23m800.010 $95,200.00, AA14 t:ear Ng ht-del'-Waxy AC 7.1 " 7m200.0'O 51,120.001 AA15 Ozone Action, Day DAYS 5 $'6510.1111 $3,250.001 Subtotal: 5 3,52OU.10t0 PART B -STREET IMPROVEMENT DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Dr.to Crosstown Expres... Report Created On:7/20/22 7:42:10 PM No. Description Unit Qty Unit Price Ext Price BB1 Mobilization(5% Max. Part B) LS 1 $30,000.00 $30,000.00 BB2 Remove Existing Signs LS 1 $7,000.00 $7,000.00 BB3 Remove Concrete Driveway SF 8833 $6.60 $58,297.80 BB4 Remove Chain Link Fence LF 675 $6.20 $4,185.00 BB5 Remove Wooden Fence LF 692 $7.50 $5,190.00 BB6 Street Excavation(1' B.O.C) SY 25424 $7.70 $195,764.80 BB7 Subgrade Preparation(1' B.O.C.) SY 25424 $2.30 $58,475.20 BB8 7 Crushed, Limestone Base(Type A, SY 25424 $24.00 $610,176.00 Grade 1-2)(1' B.O.C.) BB9 Prime Coat(0.20 Gallons/SY) GAL 4902.6 $6.20 $30,396.12 BB10 1 Type'D'(Bond Breaker) SY 24513 $9.50 $232,873.50 BB11 7.5 4,000 PSI Continuously Reinforced SY 24513 $100.00 $2,451,300.00 Concrete Pavement BB12 Full Depth Pavement Repair SY 25 $250.00 $6,250.00 BB13 Concrete Driveway SF 8943 $20.00 $178,860.00 BB14 Adjust AT&T Manholes EA 7 $1,700.00 $11,900.00 BB15 Combo Stop Sign(R1-1)/Street Name EA 12 $1,200.00 $14,400.00 Blades(Incl. Metal Pole, Foundation and Removal of Existing Sign) BB16 Speed Limit Sign(R2-1)(Incl. Metal Pole EA 4 $950.00 $3,800.00 and Foundation) BB17 End School Zone Sign(S5-2) EA 2 $880.00 $1,760.00 BB18 Lane Control Sign(R3-8LLR)(Incl. Metal EA 1 $980.00 $980.00 Pole and Foundation) BB19 Street Ends Sign(W2-4)(Incl. Metal Pole EA 1 $920.00 $920.00 and Foundation) BB20 School Crossing Sign(S1-1)(Incl. Metal EA 8 $1,200.00 $9,600.00 Pole and Foundation) BB21 Pedestrian Crossing Sign(W11-2)(Incl. EA 2 $1,200.00 $2,400.00 Metal Pole and Foundation) BB22 Ahead Sign(W16-9P) EA 3 $85.00 $255.00 BB23 No Dumping Allowed Sign(K-1735)(Incl. EA 1 $880.00 $880.00 Metal Pole and Foundation) DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Dr.to Crosstown Expres... Report Created On:7/20/22 7:42:10 PM BB24 Pedestrian Crossing Arrow(W16-7PL) EA 1 $110.00 $110.00 BB25 Pedestrian Crossing Arrow(SW1 6-6PR) EA 1 $110.00 $110.00 BB26 Pedestrian Crossing Arrow(SW1 6-6PL) EA 1 $110.00 $110.00 BB27 Yield Sign Pedestrian Crossing(R1-5L) EA 2 $980.00 $1,960.00 (Incl. Metal Pole and Foundation) BB28 15 M.P.H. Zone(Special 18 X24 )(Incl. EA 3 $850.00 $2,550.00 Metal Pole and Foundation) BB29 15 M.P.H. Zone(Special 18 X24 ) EA 3 $110.00 $330.00 BB30 School Sign(S4-3P) EA 5 $98.00 $490.00 BB31 School Zone Times Sign(S4-1 P) EA 7 $85.00 $595.00 BB32 One Way Sign(R6-2L)(Incl. Metal Pole EA 2 $850.00 $1,700.00 And Foundation) BB33 One Way Sign(R6-2R) EA 2 $110.00 $220.00 BB34 No Parking Sign(R7-2)(Special 18 x24 ) EA 4 $850.00 $3,400.00 (Incl. Metal Pole And Foundation) BB35 Do Not Block Intersection Sign(Special EA 2 $920.00 $1,840.00 30 x30 )(Incl. Metal Pole And Foundation) BB36 No Turn On Red Sign(Special 18 X24 ) EA 1 $850.00 $850.00 (Incl. Metal Pole and Foundation) BB37 BEGIN Sign(R3-9CP) EA 2 $85.00 $170.00 BB38 END Sign(R3-9DP) EA 2 $85.00 $170.00 BB39 Two-Way Left Turn Only(R3-9B)(Incl. EA 4 $1,000.00 $4,000.00 Metal Pole and Foundation) BB40 Reflective Pavement Markings TY.1 (W) LF 263 $19.75 $5,194.25 (24 )(SLD)(90 mil)-Stop Bar BB41 Reflective Pavement Markings TY.0(W) LF 459 $19.75 $9,065.25 (24 )(SLD)(90 mil)-Crosswalk BB42 Reflective Pavement Markings TY.0(BLK) LF 918 $4.90 $4,498.20 (6 )(SLD)(90 mil)-Crosswalk BB43 Reflective Pavement Markings TY.0(Y) LF 162 $19.75 $3,199.50 (24 )(SLD)(90 mil)-Gore BB44 Reflective Pavement Markings TY.1 (W) LF 100 $18.25 $1,825.00 (18 )(SLD)(90 mil)-School Zone BB45 Reflective Pavement Markings TY.1 (W) LF 423 $1.30 $549.90 (8 )(SLD)(90 mil) DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Dr.to Crosstown Expres... Report Created On:7/20/22 7:42:10 PM BB46 Reflective Pavement Markings TY.1 (Y) LF 8593 $0.80 $6,874.40 (4 )(SLD)(90 mil) BB47 Reflective Pavement Markings TY.1 (Y) LF 460 $0.80 $368.00 (4 )(BKN)(90 mil) BB48 Reflective Pavement Markings TY.1 (W) LF 1690 $0.80 $1,352.00 (4 )(BKN)(90 mil) BB49 Prefabricated Pavement Markings TY.0 EA 4 $490.00 $1,960.00 (W)(Word) Only (125 mil) BB50 Prefabricated Pavement Markings TY.0 EA 10 $290.00 $2,900.00 (W)(Left Turn Arrow)(125 mil) BB51 Prefabricated Pavement Markings TY.0 EA 2 $290.00 $580.00 (W)(Right Turn Arrow)(125 mil) BB52 Prefabricated Pavement Markings TY.0 LF 40 $18.25 $730.00 (W)Yield Triangle(18 )(125mil) Line BB53 Prefabricated Pavement Markings TY.0 EA 4 $650.00 $2,600.00 (W)(Ped Xing)(125mil) BB54 Remove and Replace Rumble Strips& EA 4 $1,300.00 $5,200.00 Striping BB55 Raised Reflective Pavement Markings EA 197 $6.20 $1,221.40 (TY II-A-A)Yellow BB56 Raised Reflective Pavement Markings EA 99 $6.20 $613.80 (TY-1-C)White BB57 Raised Reflective Pavement Markings EA 27 $6.20 $167.40 (TYII-B-B) Blue BB58 Chain Link Fence LF 601 $58.00 $34,858.00 BB59 Wooden Fence LF 580 $72.00 $41,760.00 BB60 Allowance For Unanticipated Street AL 1 $25,000.00 $25,000.00 Improvements(MANDATORY) Replacement Alt for 25000 Subtotal: $4,084,785.52 PART CC-RTA IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price CC1 Mobilization(5% Max. Part C) LS 1 $500.00 $500.00 CC2 Remove And Stockpile Existing RTA LS 1 $6,700.00 $6,700.00 Signage&Bus Stop Infrastructure CC3 Remove Existing RTA Bus Stop Concrete SF 595 $12.00 $7,140.00 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Dr.to Crosstown Expres... Report Created On:7/20/22 7:42:10 PM Subtotal: $14,340.00 PART DD-ADA IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price DD1 Mobilization(5% Max. Part D) LS 1 $3,700.00 $3,700.00 DD2 Remove Existing Concrete Sidewalk SF 32645 $5.70 $186,076.50 DD3 5'-8'Wide,Concrete Sidewalk SF 41138 $9.10 $374,355.80 DD4 Sidewalk Retaining Curb(Height Varies) LF 1745 $55.00 $95,975.00 DD5 Remove Existing Curb Ramps SF 3581 $4.00 $14,324.00 DD6 Curb Ramps SF 3605 $31.00 $111,755.00 Subtotal:$786,186.30 PART EE- IT&TRAFFIC SIGNAL IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price EE1 Mobilization(5% Max. Part E) LS 1 $25,800.00 $25,800.00 EE2 2 Blank Sch.40 PVC Conduit with Mule LF 3890 $19.75 $76,827.50 Tape EE3 24 x36 x18 Pull Box EA 12 $2,800.00 $33,600.00 EE4 CON DT(PVC)(SCHD 40)(2 ) LF 217 $22.00 $4,774.00 EE5 CON DT(PVC)(SCHD 40)(2 )(BORE) LF 457 $39.00 $17,823.00 EE6 CON DT(PVC)(SCHD 40)(3 ) LF 196 $29.00 $5,684.00 EE7 CON DT(PVC)(SCHD 40)(4 ) LF 255 $39.00 $9,945.00 EE8 CON DT(PVC)(SCHD 40)(4 )(BORE) LF 325 $59.00 $19,175.00 EE9 ELEC COMDR(NO.8) INSULATED LF 923 $2.60 $2,399.80 EE10 ELEC COMDR(NO.6) BARE LF 278 $2.80 $778.40 EE11 ELEC COMDR(NO.6) INSULATED LF 556 $2.90 $1,612.40 EE12 TRAY CABLE(3 COMDR)(12 AWG) LF 663 $3.70 $2,453.10 EE13 GROUND BOX TY D(162922)W/APRON EA 9 $1,600.00 $14,400.00 EE14 INSTALL HWY TRF SIG(ISOLATED) EA 1 $32,700.00 $32,700.00 EE15 SMARTLINK WIRELESS CONN AND EA 2 $7,700.00 $15,400.00 SENSOR HUB(PXX11215-001) DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Dr.to Crosstown Expres... Report Created On:7/20/22 7:42:10 PM EE16 SMARTSENSE MULTIMODAL VIDEO EA 2 $13,700.00 $27,400.00 DETECTION(PXX11215-002) EE17 SMARTVIEW 360 CAMERA W/BELL EA 2 $7,100.00 $14,200.00 HOUSING(PXX11215-003) EE18 SOFTWARE:TRAFFIC LINK SIG COMM & EA 2 $2,600.00 $5,200.00 TRAFF OPS(PBU11217-001) EE19 SOFTWARE:TRAFFIC LINK EA 2 $2,600.00 $5,200.00 PERFORMANCE(PBU11217-002) EE20 SOFTWARE:TRAFFIC LINK MULTIMOD EA 2 $2,600.00 $5,200.00 DET&COUNTS(PBU11217-003) EE21 MOUNT: 120 , PENDANT,SS CBL&HW, EA 2 $1,200.00 $2,400.00 J-PIPE EE22 MIOVISION ASTRO BRACKET EA 2 $590.00 $1,180.00 EE23 ITS CABINET W/AC POWER(MOBOTREX EA 2 $8,500.00 $17,000.00 EAGLE) EE24 REMOVING TRAFFIC SIGNALS EA 2 $5,000.00 $10,000.00 EE25 VEH SIG SEC(12 )LED(GRN) EA 13 $410.00 $5,330.00 EE26 VEH SIG SEC(12 )LED(GRN ARW) EA 2 $380.00 $760.00 EE27 VEH SIG SEC(12 )LED(YEL) EA 17 $410.00 $6,970.00 EE28 VEH SIG SEC(12 )LED(YELARW) EA 4 $370.00 $1,480.00 EE29 VEH SIG SEC(12 )LED(RED) EA 13 $410.00 $5,330.00 EE30 VEH SIG SEC(12 )LED(RED ARW) EA 2 $370.00 $740.00 EE31 BACK PLATE(12 IN)(3 SEC) PELCO EA 13 $200.00 $2,600.00 AEROFLEX EE32 BACK PLATE(12 IN)(4 SEC) PELCO EA 2 $240.00 $480.00 AEROFLEX EE33 REMOVE RDSD FLASH BEACON EA 2 $630.00 $1,260.00 ASSEMBLY EE34 INSTL RDSD FLSH BCN ASSM (SOLAR- EA 2 $10,400.00 $20,800.00 POWRD) EE35 PED SIG SEC(LED)(COUNTDOWN) EA 6 $660.00 $3,960.00 EE36 TRF SIG CBL(TY A)(12 AWG)(2 COMDR) LF 1722 $2.50 $4,305.00 EE37 TRF SIG CBL(TY A)(14 AWG)(5 COMDR) LF 793 $2.90 $2,299.70 EE38 TRF SIG CBL(TY A)(14 AWG)(16 COMDR) LF 925 $5.20 $4,810.00 EE39 PED POLE ASSEM BLEY EA 11 $2,800.00 $30,800.00 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Dr.to Crosstown Expres... Report Created On:7/20/22 7:42:10 PM EE40 PED DETECT PUSH BUTTON(APS) EA 12 $1,300.00 $15,600.00 TOUCHLESS EE41 PED DETECTOR CONTROLLER UNIT EA 2 $5,000.00 $10,000.00 EE42 RADAR PRESENCE DETECTOR EA 3 $12,400.00 $37,200.00 EE43 RADAR PRESENCE DETECTOR COMM LF 770 $3.70 $2,849.00 CABLE EE44 BATTERY BACKUP UNIT EA 1 $11,100.00 $11,100.00 EE45 PTZ CAMERA EA 1 $7,600.00 $7,600.00 EE46 ETHERNET CABLE(CAT 5) LF 934 $7.90 $7,378.60 EE47 TAPCO SOLAR PEDESTRIAN RRFB EA 1 $24,800.20 $24,800.20 CROSSING SYSTEM EE48 Allowance For Unanticipated Traffic AL 1 $25,000.00 $25,000.00 Signal Improvments(MANDATORY) Replacement Alt for 25000 Subtotal:$584,604.70 PART FF-DRAINAGE IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price FF1 Mobilization(5% Max. Part F) LS 1 $41,500.00 $41,500.00 FF2 Remove Existing Curb Inlet EA 15 $1,100.00 $16,500.00 FF3 Remove Existing Brick Manhole EA 12 $3,100.00 $37,200.00 FF4 Remove Existing 18 CMP Lateral LF 175 $28.00 $4,900.00 FF5 Remove Existing 18 RCP Lateral LF 594 $24.00 $14,256.00 FF6 Remove Existing 24 RCP LF 16 $58.00 $928.00 FF7 Remove Existing 36 CMP LF 53 $44.00 $2,332.00 FF8 Remove Existing 48 RCP LF 39 $24.00 $936.00 FF9 Remove Existing Curb and Gutter LF 6445 $8.70 $56,071.50 FF10 Remove&Replace Existing Curb Inlet EA 7 $3,300.00 $23,100.00 Top FF11 Clean Existing 18 RCP LF 80 $12.50 $1,000.00 FF12 Clean Existing 24 RCP LF 255 $24.00 $6,120.00 FF13 Clean Existing 48 RCP LF 1777 $37.00 $65,749.00 FF14 Clean Existing 54 RCP LF 549 $37.00 $20,313.00 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Dr.to Crosstown Expres... Report Created On:7/20/22 7:42:10 PM FF15 Clean Existing 60 RCP LF 512 $43.00 $22,016.00 FF16 Clean Existing 66 RCP LF 47 $43.00 $2,021.00 FF17 18 Dia. RCP(Class III) LF 672 $220.00 $147,840.00 FF18 24 Dia. RCP(Class III) LF 196 $250.00 $49,000.00 FF19 36 Dia. RCP(Class III) LF 46 $300.00 $13,800.00 FF20 48 Dia. RCP(Class III) LF 36 $450.00 $16,200.00 FF21 Pipe Trench Safety LF 950 $16.00 $15,200.00 FF22 5'Curb Inlet EA 13 $7,800.00 $101,400.00 FF23 10'Curb Inlet EA 2 $10,400.00 $20,800.00 FF24 Post Inlet EA 1 $7,300.00 $7,300.00 FF25 Standard 5' Diam.Type'A' Manhole EA 4 $19,100.00 $76,400.00 FF26 12.5'X6.5'Storm Junction Box With EA 1 $42,700.00 $42,700.00 Wastewater Penetration FF27 5'X5'Type'D'Junction Box/Manhole EA 1 $19,300.00 $19,300.00 FF28 5'X6.5'Type'C'Junction Box/Manhole EA 1 $21,400.00 $21,400.00 FF29 6'X6'Type'C'Junction Box/Manhole EA 6 $22,500.00 $135,000.00 FF30 6'X6'Type'D'Junction Box/Manhole EA 1 $21,900.00 $21,900.00 FF31 5'X7'Type'C'Junction Box/Manhole EA 2 $25,100.00 $50,200.00 FF32 5'X7'Type'D'Junction Box/Manhole EA 2 $24,800.00 $49,600.00 FF33 6'X7'Type'C'Junction Box/Manhole EA 2 $24,500.00 $49,000.00 FF34 7'X8'Type'C'Junction Box/Manhole EA 1 $26,900.00 $26,900.00 FF35 7'X8'Type'D'Junction Box/Manhole EA 1 $28,500.00 $28,500.00 FF36 Stormwater Structure Trench Safety EA 38 $1,500.00 $57,000.00 FF37 Concrete Header Curb LF 6825 $13.00 $88,725.00 FF38 Standard 6 Curb&Gutter LF 30 $65.00 $1,950.00 FF39 Allowance For Unanticipated Drainage AL 1 $25,000.00 $25,000.00 Improvements(MANDATORY) Replacement Alt for 25000 Subtotal: $1,380,057.50 PART GG-WATER IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Dr.to Crosstown Expres... Report Created On:7/20/22 7:42:10 PM GG1 Mobilization(5% Max. Part G) LS 1 $65,000.00 $65,000.00 GG2 Remove Existing 12 ACP LF 2895 $77.00 $222,915.00 GG3 Remove Existing 8 PVC LF 35 $31.00 $1,085.00 GG4 Remove Existing 8 ACP LF 68 $70.00 $4,760.00 GG5 Remove Existing 6 PVC LF 59 $37.00 $2,183.00 GG6 Remove Existing 6 ACP LF 176 $75.00 $13,200.00 GG7 Remove Existing 6 CIP LF 124 $37.00 $4,588.00 GG8 Remove Existing 4 CIP LF 83 $39.00 $3,237.00 GG9 Remove and Salvage Existing Fire EA 10 $460.00 $4,600.00 Hydrant GG10 Grout Fill &Abandon-In-Place 12 CY 29 $580.00 $16,820.00 Waterline GG11 12 Dia. C900 PVC Waterline(DR 18) LF 3459 $140.00 $484,260.00 GG12 12 Dia. DIP Waterline(CL350) LF 437 $260.00 $113,620.00 GG13 8 Dia. DIP Waterline(CL350) LF 561 $220.00 $123,420.00 GG14 6 Dia.C900 PVC Waterline(DR 18) LF 356 $170.00 $60,520.00 GG15 6 Dia. DIP Waterline(CL350) LF 510 $220.00 $112,200.00 GG16 Pipe Trench Safety LF 5323 $3.00 $15,969.00 GG17 12 45 Deg Bend EA 50 $920.00 $46,000.00 GG18 12 X8 Tee EA 14 $1,200.00 $16,800.00 GG19 12 X8 Cross EA 3 $1,600.00 $4,800.00 GG20 12 X6 Tee EA 22 $520.00 $11,440.00 GG21 12 X6 Cross EA 2 $1,300.00 $2,600.00 GG22 12 GV&B EA 17 $3,700.00 $62,900.00 GG23 12 Cap EA 4 $510.00 $2,040.00 GG24 8 X6 Tee EA 1 $390.00 $390.00 GG25 8 45 Deg Bend EA 85 $480.00 $40,800.00 GG26 8 GV&B EA 19 $2,200.00 $41,800.00 GG27 8 X6 Reducer EA 12 $360.00 $4,320.00 GG28 8 X4 Reducer EA 5 $370.00 $1,850.00 GG29 6 45 Deg Bend EA 64 $190.00 $12,160.00 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Dr.to Crosstown Expres... Report Created On:7/20/22 7:42:10 PM GG30 6 GV&B EA 27 $1,200.00 $32,400.00 GG31 6 Cap EA 4 $230.00 $920.00 GG32 Connect to Existing 12 PVC EA 2 $4,100.00 $8,200.00 GG33 Connect to Existing 8 PVC EA 2 $3,900.00 $7,800.00 GG34 Connect to Existing 8 ACP EA 1 $3,900.00 $3,900.00 GG35 Connect to Existing 6 CIP EA 5 $3,800.00 $19,000.00 GG36 Connect to Existing 6 ACP EA 5 $3,800.00 $19,000.00 GG37 Connect to Existing 6 PVC EA 1 $3,800.00 $3,800.00 GG38 Connect to Existing 4 CIP EA 5 $3,700.00 $18,500.00 GG39 3/4 Water Service(Long) EA 10 $1,900.00 $19,000.00 GG40 2 Water Service(Long) EA 5 $2,900.00 $14,500.00 GG41 2 Water Service(Short) EA 1 $2,900.00 $2,900.00 GG42 Fire Hydrant Assembly(From Barrel 90 EA 27 $7,100.00 $191,700.00 Deg Bend Up) GG43 Allowance For Unanticipated Water AL 1 $15,000.00 $15,000.00 Improvements(MANDATORY) Replacement Alt for 15000 Subtotal: $1,852,897.00 PART HH-WASTEWATER IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price HH1 Mobilization(5% Max. Part H) LS 1 $28,800.00 $28,800.00 HH2 Remove Ex. 12 VCP WWL LF 64 $35.00 $2,240.00 HH3 12 SDR26 PVC WWL(6'-8') LF 48 $260.00 $12,480.00 HH4 12 SDR26 PVC WWL w/18 Steel Casing LF 16 $630.00 $10,080.00 (6'-8') HH5 12 VCP Pipebursting LF 1407 $240.00 $337,680.00 HH6 8 VCP Pipebursting LF 318 $160.00 $50,880.00 HH7 18 Split Steel Casing W/Casing Spacers LF 120 $320.00 $38,400.00 &Grout End Seals HH8 Remove Existing Wastewater Manhole EA 1 $2,100.00 $2,100.00 HH9 F/G Liner Manhole Rehab EA 8 $11,700.00 $93,600.00 HH10 Wastewater Service Connectoin EA 25 $2,000.00 $50,000.00 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Dr.to Crosstown Expres... Report Created On:7/20/22 7:42:10 PM HH11 Bypass Pumping LS 1 $65,400.00 $65,400.00 HH12 Point Repairs EA 4 $5,200.00 $20,800.00 HH13 Remove Existing Fence and Replace In LF 190 $92.00 $17,480.00 Kind HH14 Allowance For Unanticipated AL 1 $10,000.00 $10,000.00 Wastewater Improvements (MANDATORY) Replacement Alt for 10000 Subtotal:$739,940.00 PART II-GAS IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price II1 Mobilization(5% Max. Part I) LS 1 $1,800.00 $1,800.00 112 Remove 10 Gas Line LF 535 $17.50 $9,362.50 113 Remove 8 Gas Line LF 202 $23.00 $4,646.00 114 Trench and Backfill for 8 Gas Line LF 3961 $23.00 $91,103.00 115 Allowance For Unanticipated Gas AL 1 $10,000.00 $10,000.00 Improvements(MANDATORY) Replacement Alt for 10000 Subtotal:$116,911.50 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC CONTRACT DOCUMENTS FOR CONSTRUCTION OF GOLLIHAR ROAD - GREENWOOD DRIVE TO CROSSTOWN EXPRESSWAY ( BOND 2018) PROJECT NUMBER No. 18020A 0 r3 v 00 FORA��� LNV 801 Navigation, Suite 300 ,��' ° • • rgsi Corpus Christi, Texas 78408 ,.• •: � .........:...fir (361) 883-1984 o��SCOTT:,�oNcs. stN TBE Firm No. F-10053 "° S.... p , � April 20 2022 t nnA`�NG Record Drawing Number TR-984 III. IIII IIIA DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Preface Documents 00 00 00 Cover Sheet 00 01 00 Table of Contents 00 01 01 Seals Page (Optional) 00 01 02 List of Drawings 00 30 01 Bid Form Base Bid 1— HMAC(Rev8-2019) 00 30 01 Bid Form Base Bid 2—Concrete (Rev8-2019) Division 00 Procurement and Contracting Requirements 00 52 23 Agreement (Rev 12-2021) 00 72 00 General Conditions(Rev6-2021) 00 73 00 Supplementary Conditions(Rev2-2020) 00 74 00 Special Conditions for [Name of Program] (Rev 10-2018) 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 (Rev5-2020) 01 33 01 Submittal Register(Rev 10-2018) 01 35 00 Special Procedures(Rev 10-2018) 01 50 00 Temporary Facilities and Controls(Rev8-2019) 01 57 00 Temporary Controls(Rev8-2019) Part S Standard Specifications Part S Standard Specifications 021 Site Preparation 021020 Site Clearing& Stripping (Rev 10-30-2014) 021040 Site Grading(Rev 10-30-2014) 021080 Removing Abandoned Structures (Rev 10-30-2014) 022 Earthwork 022020 Excavation & Backfill for Utilities (Rev03-25-2015) Table of Contents 000100- 1 Gollihar Road—Greenwood Drive To Crosstown Expressway(Bond 2018)—18020A Rev 1/2022 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Division/ Title Section 022021 Control of Ground Water(Rev 10-30-2014) 022022 Trench Safety for Excavations (Rev 10-30-2014) 022040 Street Excavation (Rev 10-30-2014) 022080 Embankment(Rev 10-30-2014) 022100 Select Material (Rev 10-30-2014) 022420 Silt Fence(Rev 10-30-2014) 025 Roadway 0252 Subgrades and Bases 025205 Pavement Repair, Curb, Gutter, Sidewalk& Driveway Replacement (Rev 11-09-2016) 025223 Crushed Limestone Flexible Base (Rev03-25-2015) 0254 Asphalts and Surfaces 025404 Asphalts, Oils, & Emulsions (Rev 10-30-2014) 025412 Prime Coat(Rev 10-30-2014) 025416 Seal Coat(Rev03-25-2015) 025424 Hot Mix Asphalt Concrete Pavement(Rev03-25-2015) 0256 Concrete Work 025608 Inlets (Rev 03-25-2015) 025610 Concrete Curb& Gutter (Rev 03-25-2015) 025612 Concrete Sidewalks& Driveways (Rev03-25-2015) 025620 Portland Cement Concrete Pavement 0258 Traffic Controls and Devices 025802 Temporary Traffic Controls During Construction (Rev 10-30-2014) 025803 Traffic Signal Adjustments (Rev 10-30-2014) 025805 Work Zone Pavement Markings (Rev 10-30-2014) 025807 Pavement Markings(Paint and Thermoplastics) (Rev 10-30-2014) 025813 Preformed Thermoplastic Striping, Words& Emblems (Rev 03-25-2015) 025816 Raised Pavement Markers (Rev 10-30-2014) 025818 Reference Specifications—TxDOT DMS-4200 Pavement Markers (Reflectorized) (TxDOT) Table of Contents 000100-2 Gollihar Road—Greenwood Drive To Crosstown Expressway(Bond 2018)—18020A Rev 1/2022 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Division/ Title Section 025828 Reference Specifications—TxDOT DMS-6130 Bituminous Adhesive for Pavement Marker(TXDOT) 026 Utilities 0262 General 026201 Waterline Riser Assemblies (Rev 10-30-2014) 026202 Hydrostatic Testing of Pressure Systems (Rev 10-30-2014) 026204 PVC Pipe—Pressure Pipe for Wastewater Force Mains, Irrigation Systems, and water Transmission Lines—ASTM D2241 (Rev 10-30-2014) 026206 Ductile Iron Pipe& Fittings(Rev 10-30-2014) 026210 PVC Pipe—AWWA C900/C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains (Rev 03-25-2015) 026214 Grouting Abandoned Utility Lines (Rev 10-30-2014) 0254 Waterlines 026402 Waterlines(Rev03-25-2015) 026404 Water Service Lines (Rev03-25-2015) 026409 Tapping Sleeves&Tapping Valves (Rev 03-25-2015) 026411 Gate Valves for Waterlines (Rev03-25-2015) 026416 Fire Hydrants (Rev03-25-2015) 027 Wastewater and Storm Water 0272 General 027200 Control of Wastewater Flows (Rev 10-30-2014) 027202 Manholes(Rev03-25-2015) 027203 Vacuum Testing of Wastewater Manhole and Structures (Rev 10-30-2014) 027205 Fiberglass Manholes (Rev03-25-2015) 0274 Storm Water 027402 Reinforced Concrete Pipe Culverts(Rev03-25-2015) 027404 Concrete Box Culverts 0276 Wastewater(Gravity) 027602 Gravity Wastewater Lines (Rev07-01-2015) 027604 Disposal of Waste From Wastewater Cleaning Operations (Rev 10-30-2014) Table of Contents 000100-3 Gollihar Road—Greenwood Drive To Crosstown Expressway(Bond 2018)—18020A Rev 1/2022 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Division/ Title Section 027506 Wastewater Service Lines (Rev 10-30-2014) 027611 Cleaning and Televised inspection of Conduits (Rev 03-25-2014) 028 Site Improvements and Landscaping 028200 Mail Box Relocation (Rev 10-30-2014) 028300 Fence Relocation (Rev 10-30-2014) 028320 Chain Link Fence(Rev 10-30-2014) DIVISION 03 Concrete 030 Concrete,Grout 030020 Portland Cement Concrete(Rev 10-30-2014) 032020 Reinforced Steel (Rev 10-30-2014) 037040 Epoxy Compounds (5-44) * 038000 Concrete Structures (Rev03-25-2015) DIVISION 05 Metals 050 Metals 055420 Frames, Grates, Rings, &Covers (Rev 03-25-2015) Part T Technical Specifications DIVISION 02 Sitework 025 Roadway 022020-T Excavation and Backfill for Utilities 025614-T Concrete Curb Ramps (Rev03-25-2015) 028 SITE IMPROVEMENTS 028020-T Seeding Electrical 34 41 13.00 Traffic Signal and General Requirements 34 41 13.13 Installation of Traffic Equipment 34 41 16.43 Ground Boxes 34 41 16.63 Pedestrian Signal 34 41 16.93 Poles and Assemblies Table of Contents 000100-4 Gollihar Road—Greenwood Drive To Crosstown Expressway(Bond 2018)—18020A Rev 1/2022 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Division/ Title Section Item 416 Drilled Shaft Foundations Appendix All Testing Reports as Applicable 1 [Tolunay-Wong Geotechnical Report (23995) Dated: December 10, 2019 For Gollihar Rd -Greenwood Dr.To Crosstown Expressway(Bond 2018) END OF SECTION Table of Contents 000100- 5 Gollihar Road—Greenwood Drive To Crosstown Expressway(Bond 2018)—18020A Rev 1/2022 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 000102 LIST OF DRAWINGS Sheet No. Sheet Name 1 TITLE SHEET 2 SHEET INDEX 3 TYPICAL LEGEND AND TESTING SCHEDULE 4 CONTROL LAYOUT AND PROJECT BASELINE ALIGNMENT 1 OF 3 5 CONTROL LAYOUT AND PROJECT BASELINE ALIGNMENT 2 OF 3 6 CONTROL LAYOUT AND PROJECT BASELINE ALIGNMENT 3 OF 3 7 ESTIMATED QUANTITIES 1 OF 2 8 ESTIMATED QUANTITIES 2 OF 2 9 NOTES 1 OF 3 10 NOTES 2 OF 3 11 NOTES 3 OF 3 12 TYPICAL SECTIONS 1 OF 4 13 TYPICAL SECTIONS 2 OF 4 14 TYPICAL SECTIONS 3 OF 4 15 TYPICAL SECTIONS 4 OF 4 16 STORM WATER BASEMAP 17 WATER BASEMAP 18 WASTEWATER BASEMAP 19 GAS BASEMAP 20 DRAINAGE AREA MAP 21 DRAINAGE AREA CALCULATIONS 22 EXISTING CONDITIONS PLAN STA 0+00 TO STA 10+50 23 EXISTING CONDITIONS PLAN STA 10+50 TO STA 21+00 24 EXISTING CONDITIONS PLAN STA 21+00 TO STA 31+50 25 EXISTING CONDITIONS PLAN STA 31+50 TO STA 40+50 26 DEMOLITION QUANTITIES 27 DEMOLITION PLAN STA 0+00 TO STA 10+50 28 DEMOLITION PLAN STA 10+50 TO STA 21+00 29 DEMOLITION PLAN STA 21+00 TO STA 31+50 30 DEMOLITION PLAN STA 31+50 TO STA 40+50 31 STREET AND STORM WATER PLAN & PROFILE STA 0+00 TO STA 5+25 32 STREET AND STORM WATER PLAN & PROFILE STA 5+25 TO STA 10+50 33 STREET AND STORM WATER PLAN & PROFILE STA 10+50 TO STA 15+75 34 STREET AND STORM WATER PLAN & PROFILE STA 15+75 TO STA 21+00 35 STREET AND STORM WATER PLAN & PROFILE STA 21+00 TO STA 26+25 36 STREET AND STORM WATER PLAN & PROFILE STA 26+25 TO STA 31+50 37 STREET AND STORM WATER PLAN & PROFILE STA 31+50 TO STA 36+75 38 STREET AND STORM WATER PLAN & PROFILE STA 36+75 TO STA 40+50 39 STORM WATER LATERALS 1 OF 5 List of Drawings 000102- 1 Gollihar Road Greenwood Drive To Crosstown Expressway(Bond 2018)—18020A 8/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 40 STORM WATER LATERALS 2 OF 5 41 STORM WATER LATERALS 3 OF 5 42 STORM WATER LATERALS 4 OF 5 43 STORM WATER LATERALS 5 OF 5 44 CURB RAMP AND INTERSECTION DETAILS 1 OF 8 45 CURB RAMP AND INTERSECTION DETAILS 2 OF 8 46 CURB RAMP AND INTERSECTION DETAILS 3 OF 8 47 CURB RAMP AND INTERSECTION DETAILS 4 OF 8 48 CURB RAMP AND INTERSECTION DETAILS 5 OF 8 49 CURB RAMP AND INTERSECTION DETAILS 6 OF 8 50 CURB RAMP AND INTERSECTION DETAILS 7 OF 8 51 CURB RAMP AND INTERSECTION DETAILS 8 OF 8 52 DRIVEWAY PLAN VIEWS 1 OF 5 53 DRIVEWAY PLAN VIEWS 2 OF 5 54 DRIVEWAY PLAN VIEWS 3 OF 5 55 DRIVEWAY PLAN VIEWS 4 OF 5 56 DRIVEWAY PLAN VIEWS 5 OF 5 57 CONSTURCTION DETAILS 1 OF 6 58 CONSTURCTION DETAILS 2 OF 6 59 CONSTURCTION DETAILS 3 OF 6 60 CONSTURCTION DETAILS 4 OF 6 61 CONSTURCTION DETAILS 5 OF 6 62 CONSTURCTION DETAILS 6 OF 6 63 WATER AND GAS PLAN & PROFILE STA 0+00 TO STA 5+25 64 WATER AND GAS PLAN & PROFILE STA 5+25 TO STA 10+50 65 WATER AND GAS PLAN & PROFILE STA 10+50 TO STA 15+75 66 WATER AND GAS PLAN & PROFILE STA 15+75 TO STA 21+00 67 WATER AND GAS PLAN & PROFILE STA 21+00 TO STA 26+25 68 WATER AND GAS PLAN & PROFILE STA 26+25 TO STA 31+50 69 WATER AND GAS PLAN & PROFILE STA 31+50 TO STA 36+75 70 WATER AND GAS PLAN & PROFILE STA 36+75 TO STA 40+50 71 WATER AND GAS LATERALS 1 OF 13 72 WATER AND GAS LATERALS 2 OF 13 73 WATER AND GAS LATERALS 3 OF 13 74 WATER AND GAS LATERALS 4 OF 13 75 WATER AND GAS LATERALS 5 OF 13 76 WATER AND GAS LATERALS 6 OF 13 77 WATER AND GAS LATERALS 7 OF 13 78 WATER AND GAS LATERALS 8 OF 13 79 WATER AND GAS LATERALS 9 OF 13 80 WATER AND GAS LATERALS 10 OF 13 List of Drawings 000102-2 Gollihar Road Greenwood Drive To Crosstown Expressway(Bond 2018)—18020A 8/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 81 WATER AND GAS LATERALS 11 OF 13 82 WATER AND GAS LATERALS 12 OF 13 83 WATER AND GAS LATERALS 13 OF 13 84 WASTEWATER PLAN & PROFILE BL A STA 0+00 TO STA 5+25 85 WASTEWATER PLAN & PROFILE BL A STA 5+25 TO STA 10+50 86 WASTEWATER PLAN & PROFILE BL A STA 10+50 TO STA 15+75 87 WASTEWATER PLAN & PROFILE BL A STA 15+75 TO STA 21+00 88 WASTEWATER PLAN & PROFILE BL A STA 21+00 TO STA 26+25 89 WASTEWATER PLAN & PROFILE BL B STA 0+00 TO STA 5+25 90 WASTEWATER PLAN & PROFILE BL B STA 5+25 TO STA 10+50 91 WASTEWATER PLAN & PROFILE BL C STA 0+00 TO STA 5+25 92 OVERALL PIPEBURSTING PLAN & NOTES 93 STRIPING AND SIGNAGE PLAN STA 0+00 TO STA 10+50 94 STRIPING AND SIGNAGE PLAN STA 10+50 TO STA 21+00 95 STRIPING AND SIGNAGE PLAN STA 21+00 TO STA 31+50 96 STRIPING AND SIGNAGE PLAN STA 31+50 TO STA 40+50 97 CROSSWALK PAVEMENT MARKINGS& STREET NAME BLADE DETAILS 98 SIGN MOUNTING DETAILS SMD (GEN)-08 99 SIGN MOUNTING DETAILS SMD (SLIP-1)-08 100 SIGN MOUNTING DETAILS SMD (SLIP-2)-08 101 TRAFFIC SIGN REQUIREMENTS TSR(4)-13 102 STANDARD PAVEMENT MARKINGS PM (1)-12 103 STANDARD PAVEMENT MARKINGS PM (2)-12 104 STANDARD PAVEMENT MARKINGS PM (3)-12 105 BARRICADE AND CONSTRUCTION BC(1)-14 106 BARRICADE AND CONSTRUCTION BC(2)-14 107 BARRICADE AND CONSTRUCTION BC(3)-14 108 BARRICADE AND CONSTRUCTION BC(4)-14 109 BARRICADE AND CONSTRUCTION BC(5)-14 110 BARRICADE AND CONSTRUCTION BC(6)-14 111 BARRICADE AND CONSTRUCTION BC(7)-14 112 BARRICADE AND CONSTRUCTION BC(8)-14 113 BARRICADE AND CONSTRUCTION BC(9)-14 114 BARRICADE AND CONSTRUCTION BC(10)-14 115 BARRICADE AND CONSTRUCTION BC(11)-14 116 BARRICADE AND CONSTRUCTION BC(12)-14 117 STORM WATER POLLUTION PREVENTION PLAN NOTES 118 STORM WATER ENVIRONMENTAL PERMITS, ISSUES, AND COMMITMENTS (EPIC) 119 STORM WATER POLLUTION PREVENTION STANDARD DETAILS 120 EROSION AND SEDIMENTATION CONTROL PLAN 121 C.O.C.C. CURB, GUTTER& SIDEWALK STANDARD DETAILS List of Drawings 000102-3 Gollihar Road Greenwood Drive To Crosstown Expressway(Bond 2018)—18020A 8/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 122 C.O.C.C. DRIVEWAY STANDARD DETAILS 1 OF 3 123 C.O.C.C. DRIVEWAY STANDARD DETAILS 2 OF 3 124 C.O.C.C. DRIVEWAY STANDARD DETAILS 3 OF 3 125 C.O.C.C. PEDESTRIAN CURB RAMP STANDARD DETAILS 1 OF 4 126 C.O.C.C. PEDESTRIAN CURB RAMP STANDARD DETAILS 2 OF 4 127 C.O.C.C. PEDESTRIAN CURB RAMP STANDARD DETAILS 3 OF 4 128 C.O.C.C. PEDESTRIAN CURB RAMP STANDARD DETAILS 4 OF 4 129 C.O.C.C. STORM WATER STANDARD DETAILS 1 OF 3 130 C.O.C.C. STORM WATER STANDARD DETAILS 2 OF 3 131 C.O.C.C. STORM WATER STANDARD DETAILS 3 OF 3 132 C.O.C.C. WATER STANDARD DETAILS 1 OF 4 133 C.O.C.C. WATER STANDARD DETAILS 2 OF 4 134 C.O.C.C. WATER STANDARD DETAILS 3 OF 4 135 C.O.C.C. WATER STANDARD DETAILS 4 OF 4 136 C.O.C.C. WASTEWATER STANDARD DETAILS 1 OF 4 137 C.O.C.C.WASTEWATER STANDARD DETAILS 2 OF 4 138 C.O.C.C.WASTEWATER STANDARD DETAILS 3 OF 4 139 C.O.C.C.WASTEWATER STANDARD DETAILS 4 OF 4 LIGHTING PLANS AND DETAILS 140 ESTIMATED QUANTITY SUMMARY 141 TRAFFIC SIGNALS GENERAL NOTES 142 EXISTING SIGNAL LAYOUT GOLLIHAR RD AND GREENWOOD DR 143 PROPOSED SIGNAL LAYOUT GOLLIHAR RD AND GREENWOOD DR 144 PHASE DIAGRAM GOLLIHAR RD AND GREENWOOD DR 145 CONDUIT AND CONDUCTOR SCHEDULE GOLLIHAR RD AND GREENWOOD DR 146 TRAFFIC SIGNAL ELEVATIONS GOLLIHAR RD AND GREENWOOD DR 147 EXISTING SIGNAL LAYOUT GOLLIHAR RD AND PRESCOTT ST 148 PROPOSED SIGNAL LAYOUT GOLLIHAR RD AND PRESCOTT ST 149 CONDUIT ABD CONDUCTOR SCHEDULE GOLLIHAR RD AND PRESCOTT ST 150 TRAFFIC SIGNAL ELEVATIONS GOLLIHAR RD AND PRESCOTT ST 151 PROPOSED SCHOOL ZONE FLASHER GOLLIHAR RD AND LEON ST 152 PROPOSED SCHOOL ZONE FLASHER GOLLIHAR RD EAST OF PRESCOTT ST 153 PROPOSED RRFB PEDESTRIAN CROSSWALK SYSTEM GOLLIHAR RD AND SHAW ST 154 SUMMARY OF ILLUMINATION QUANTITIES 155 ILLUMINATION LAYOUT STA 0+00 TO 6+00 156 ILLUMINATION LAYOUT STA 6+00 TO 12+00 157 ILLUMINATION LAYOUT STA 12+00 TO 18+00 158 ILLUMINATION LAYOUT STA 18+00 TO 24+00 159 ILLUMINATION LAYOUT STA 24+00 TO 30+00 160 ILLUMINATION LAYOUT STA 30+00 TO 36+00 161 ILLUMINATION LAYOUT STA 36+00 TO 40+50 List of Drawings 000102-4 Gollihar Road Greenwood Drive To Crosstown Expressway(Bond 2018)—18020A 8/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 162 CONSTRUCTION DETAILS SHEET 1 OF 2 163 CONSTRUCTION DETAILS SHEET 2 OF 2 164 TRAFFIC SIGNALS CABINET EXTENSTION DETIALS 165 TRAFFIC SIGNAL WORKTYPICAL DETAILS WZ(BTS-1)-13 166 TRAFFIC SIGNAL WORK BARRICADES AND SIGNS WZ(BTS-2)-13 167 ELECTRICAL DETAILS CONDUITS& NOTES ED(1)-14 168 ELECTRICAL DETAILS CONDUIT SUPPORTS ED(2)-14 169 ELECTRICAL DETAILS CONDUCTORS ED(3)-14 170 ELECTRICAL DETAILS GROUND BOXES ED(4)-14 171 ELECTRICAL DETAILS SERVICE ENSLOSURE AND NOTES ED(6)-14 172 ELECTRICAL DETAILS SERVICE ENSLOSURE AND NOTES ED(8)-14 173 WIND VELOCITY AND ICE ZONES WV& IZ-14 174 TRAFFIC SIGNAL POLE FOUNDATION TS-FD-12 175 SOLAR POWERED ROADSIDE FLASHING BEACON ASSEMBLY DETAILS SPRFBA(1)-13 END OF SECTION List of Drawings 000102-5 Gollihar Road Greenwood Drive To Crosstown Expressway(Bond 2018)—18020A 8/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 00 30 01 BID FORM Project Name: Gollihar Road-Greenwood Drive to Crosstown Expressway(Bond 2018) Project Number: 18020A Owner: City of Corpus Christi OAR: Designer: LNV,Inc.,an Ardurra Company By its signature below,Bidder accepts all of the terms and conditions of the Bid Acknowledgement,acknowledges receipt of all Addenda to the Bid and agrees,if this Bid is accepted,to enter into a Contract with the Owner and complete the Work in accordance with the Contract Documents for the Bid price. Bidder: (full legal name of Bidder) Signature: (signature of person with authority to bind the Bidder) Name: (printed name of person signing Bid Form) Title: (title of person signing Bid Form) Attest: (signature) State of Residency: Federal Tx ID No. Address for Notices: Phone: Email: ......................................................................................... Bid Form-Base Bid#1(HMAC Pavement) AU VAC II 1A11:14f 11140.t' 00 30 01-Page 1 of 13 1:1Gollihar Road-Greenwood Drive To Crosstown Expressway(Bond 2018)-18020A L.. ILL n,un Rev 8/2019 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 00 30 01 BID FORM Basis of Bid Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Base Bid No.1(HMAC PAVEMENT) Part A-General(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization(5%Max. Part A) LS 1 A2 Bonds&Insurance(2%Max.) AL 1 A3 Storm Water Pollution Prevention Plan LS 1 A4 Curb Inlet Protection EA 37 A5 Stabilized Construction Entrance EA 2 A6 Hydromulch SY 1,800 Traffic Control Design By Professional Engineer(ALL A7 LS 1 PHASES) A8 Traffic Control Plan Mobilization/Adjustments LS 1 A9 Temporary Traffic Signal Design By Professional Engineer EA 3 A10 Temporary Traffic Signal Implementation(All Phases) LS 1 Traffic Control Items(Barricades,Signs,&Traffic A11 MO B_''ro Handling) Al2 Low Profile Concrete Barriers(20') EA 100 A13 Electronic Message Board EA 4 A14 Clear Right-Of-Way AC 7.1 A15 Ozone Action Day DAYS 5 SUBTOTAL PART A-GENERAL(Items Al thru A15) Part B-STREET IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 Mobilization(5%Max. Part B) LS 1 B2 Remove Existing Signs LS 1 ......................................................................................... UII:11I:11I';;II`vII:1UI1A II20.2 U'V""V"UCiIII1A11:ii;IPv'V"'II20.t, Bid Form-Base Bid#1(HMAC Pavement) 1UG11:i 2 of 212 00 30 01-Page 2 of 13 Gollihar Road-Greenwood Drive To Crosstown Expressway(Bond 2018)-18020A Rev 8/2019 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT B3 Remove Concrete Driveway SF 8,833 B4 Remove Chain Link Fence LF 675 B5 Remove Wooden Fence LF 692 B6 Street Excavation(1' B.O.C) Sy 25,409 B7 8"Lime Stabilized Subgrade Preparation (1'B.O.C.) Sy 25,409 B8 12"Crushed, Limestone Base(Type A,Grade 1-2)(1' Sy 25,409 B.O.C.) B9 Seal Coat Sy 25,409 B10 Prime Coat(0.20 Gallons/SY) GAL 4,392 B11 3"Type'D' HMAC Sy 21,962 B12 4"Type'B' Sy 21,962 B13 Full Depth Pavement Repair Sy 25 B14 Concrete Driveway SF 8,943 B15 Adjust AT&T Manholes EA 7 Combo Stop Sign(R1-1)/Street Name Blades(Incl. Metal B16 EA 12 Pole, Foundation and Removal of Existing Sign) B17 Speed Limit Sign (R2-1) (Incl.Metal Pole and Foundation) EA 4 B18 End School Zone Sign(S5-2) EA 2 B19 Lane Control Sign(R3-8LLR) (Incl. Metal Pole and EA 1 Foundation) B20 Street Ends Sign(W2-4) (Incl. Metal Pole and EA 1 Foundation) B21 School Crossing Sign(S1-1) (Incl. Metal Pole and EA 8 Foundation) B22 Pedestrian Crossing Sign(W11-2) (Incl. Metal Pole and EA 2 Foundation) B23 "Ahead"Sign (W16-9P) EA 3 B24 No Dumping Allowed Sign(K-1735) (Incl. Metal Pole and EA 1 Foundation) ......................................................................................... AII:III:III';;II`vII:1U.1A IIvO.C A U""U"A C li II 1A11:14f 114 0.t, Bid Form-Base Bid#1(HMAC Pavement) 1A01I'.:C of 113 00 30 01-Page 3 of 13 Gollihar Road-Greenwood Drive To Crosstown Expressway(Bond 2018)-18020A Rev 8/2019 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT B25 Pedestrian Crossing Arrow(W16-7PL) EA 1 B26 Pedestrian Crossing Arrow(SW16-6PR) EA 1 B27 Pedestrian Crossing Arrow(SW16-6PL) EA 1 B28 Yield Sign Pedestrian Crossing(R1-5L) (Incl. Metal Pole EA 2 and Foundation) B29 15 M.P.H.Zone(Special 18"X24")(Incl. Metal Pole and EA 3 Foundation) B30 15 M.P.H.Zone(Special 18"X24") EA 3 B31 School Sign(S4-3P) EA 5 B32 School Zone Times Sign(S4-1P) EA 7 B33 One Way Sign (R6-2L) (Incl. Metal Pole And Foundation) EA 2 B34 One Way Sign (R6-2R) EA 2 B35 No Parking Sign(R7-2) (Special 18"x24") (Incl. Metal Pole EA 4 And Foundation) Do Not Block Intersection Sign(Special 30"x30") (Incl. B36 EA 2 Metal Pole And Foundation) B37 No Turn On Red Sign(Special 18"X24")(Incl. Metal Pole EA 1 and Foundation) B38 "BEGIN"Sign(R3-9CP) EA 2 B39 "END"Sign(R3-9DP) EA 2 B40 Two-Way Left Turn Only(R3-9B) (Incl. Metal Pole and EA 4 Foundation) B41 Reflective Pavement Markings TY.1(W) (24")(SLD)(90 LF 263 mil)-Stop Bar B42 Reflective Pavement Markings TY.0(W) (24") (SLD) (90 LF 459 mil)-Crosswalk B43 Reflective Pavement Markings TY.0(Y) (24")(SLD)(90 LF 162 mil)-Gore B44 Reflective Pavement Markings TY.1(W) (18")(SLD)(90 LF 100 mil)-School Zone B45 Reflective Pavement Markings TY.1(W) (8") (SLD) (90 LF 423 mil) B46 Reflective Pavement Markings TY.1(Y) (4") (SLD) (90 mil) LF 8,593 ......................................................................................... A 1111111II';:14111)U.1A 114 0.C AMU""U"ACliIII1A1111ii;IPv'U"'II40.t, Bid Form-Base Bid#1(HMAC Pavement) "A G1111i:;4 of 113 00 30 01-Page 4 of 13 Gollihar Road-Greenwood Drive To Crosstown Expressway(Bond 2018)-18020A Rev 8/2019 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT B47 Reflective Pavement Markings TY.1(Y) (4") (BKN) (90 mil) LF 460 B48 Reflective Pavement Markings TY.1(W) (4") (BKN) (90 LF 1,690 mil) Prefabricated Pavement Markings TY.0(W) (Word) B49 "Only"(125 mil) EA 4 B50 Prefabricated Pavement Markings TY.0(W) (Left Turn EA 10 Arrow) (125 mil) B51 Prefabricated Pavement Markings TY.0(W) (Right Turn EA 2 Arrow) (125 mil) Prefabricated Pavement Markings TY.0(W)Yield Triangle 652 LF 40 (18") (125mil) Line B53 Prefabricated Pavement Markings TY.0(W) (Ped Xing) EA 4 (125mil) B54 Remove and Replace Rumble Strips&Striping EA 4 B55 Raised Reflective Pavement Markings(TYII-A-A)Yellow EA 197 B56 Raised Reflective Pavement Markings(TY-I-C)White EA 99 B57 Raised Reflective Pavement Markings(TYII-B-B) Blue EA 27 B58 Chain Link Fence LF 601 B59 Wooden Fence LF 580 Allowance For Unanticipated Street Improvements B60 AL 1 $ 25,000.00 $ 25,000.00 (MANDATORY) SUBTOTAL PART B-STREET IMPROVEMENTS(Items B1 thru B60) Part C-RTA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 Mobilization(5%Max. Part C) LS 1 C2 Concrete Bus Pad (9.5"4000 PSI Concrete Pvmt.) SY 807 C3 Remove And Stockpile Existing RTA Signage&Bus Stop LS 1 Infrastructure C4 Remove Existing RTA Bus Stop Concrete SF 595 SUBTOTAL PART C-RTA IMPROVEMENTS(Items C1 thru C4) ......................................................................................... AA11111111';11`A111U 11A 1146.C AA'U""U"AACII IIIIAI1:;IPv'U"'11401.1. Bid Form-Base Bid#1(HMAC Pavement) "AAGIIIii;5 of 1,3 00 30 01-Page 5 of 13 Gollihar Road-Greenwood Drive To Crosstown Expressway(Bond 2018)-180204 Rev 8/2019 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Part D-ADA IMPROVEMENTS(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) D1 Mobilization(5%Max. Part D) LS 1 D2 Remove Existing Concrete Sidewalk SF 32,645 D3 5'-8'Wide,Concrete Sidewalk SF 41,138 D4 Sidewalk Retaining Curb(Height Varies) LF 1,745 D5 Remove Existing Curb Ramps SF 3,581 D6 Curb Ramps SF 3,605 SUBTOTAL PART D-ADA IMPROVEMENTS(D1 THRU D6) Part E-IT&TRAFFIC SIGNAL IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) E1 Mobilization(5%Max. Part E) LS 1 E2 2"Blank Sch.40 PVC Conduit with Mule Tape LF 3,890 E3 24"x36"x18" Pull Box EA 12 E4 CONDT(PVC) (SCHD 40) (2") LF 217 E5 CONDT(PVC) (SCHD 40) (2") (BORE) LF 457 E6 CONDT(PVC) (SCHD 40) (3") LF 196 E7 CONDT(PVC) (SCHD 40) (4") LF 255 E8 CONDT(PVC) (SCHD 40) (4") (BORE) LF 325 E9 ELEC CONDR(NO.8) INSULATED LF 923 E10 ELEC CONDR(NO.6) BARE LF 278 E11 ELEC CONDR(NO.6) INSULATED LF 556 E12 TRAY CABLE(3 CONDR) (12 AWG) LF 663 E13 GROUND BOX TY D(162922)W/APRON EA 9 ......................................................................................... Bid Form-Base Bid#1(HMAC Pavement) AA11:111:111Fi;IPv11:)U11A 1140.U 00 30 01-Page 6 of 13 Gollihar Road-Greenwood Drive To Crosstown Expressway(Bond 2018)-18020A U.L.LUCII III1A1111ii;I4'V"'1140.A, Rev 8/2019 1 1 AA011,;;;6 of n 1,U DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT E14 INSTALL HWY TRF SIG(ISOLATED) EA 1 E15 SMARTLINK WIRELESS CONN AND SENSOR HUB EA 2 (PXX11215-001) SMARTSENSE MULTIMODALVIDEO DETECTION E16 (PXX11215-002) EA 2 E17 SMARTVIEW 360 CAMERA W/BELL HOUSING(PXX11215- EA 2 003) SOFTWARE:TRAFFIC LINK SIG COMM &TRAFF OPS E18 (PBU11217-001) EA 2 E19 SOFTWARE:TRAFFIC LINK PERFORMANCE(PBU11217- EA 2 002) SOFTWARE:TRAFFIC LINK MULTIMOD DET&COUNTS E20 (PBU11217-003) EA 2 E21 MOUNT:120", PENDANT,SS CBL&HW,J-PIPE EA 2 E22 MIOVISION ASTRO BRACKET EA 2 E23 ITS CABINET W/AC POWER(MOBOTREX EAGLE) EA 2 E24 REMOVING TRAFFIC SIGNALS EA 2 E25 VEH SIG SEC(12")LED(GRN) EA 13 E26 VEH SIG SEC(12")LED(GRN ARW) EA 2 E27 VEH SIG SEC(12")LED(YEL) EA 17 E28 VEH SIG SEC(12")LED(YEL ARW) EA 4 E29 VEH SIG SEC(12")LED(RED) EA 13 E30 VEH SIG SEC(12")LED(RED ARW) EA 2 E31 BACK PLATE(12 IN) (3 SEC) PELCO AEROFLEX EA 13 E32 BACK PLATE(12 IN) (4 SEC) PELCO AEROFLEX EA 2 E33 REMOVE RDSD FLASH BEACON ASSEMBLY EA 2 E34 INSTL RDSD FLSH BCN ASSM (SOLAR-POWRD) EA 2 E35 PED SIG SEC(LED)(COUNTDOWN) EA 6 ......................................................................................... UII:III:III';;II`vII:1UI1A IIvO.C Uu fACILIIIIAII::Nf IIvO.t, Bid Form-Base Bid#1(HMAC Pavement) 1U01Ilii;C of 113 00 30 01-Page 7 of 13 Gollihar Road-Greenwood Drive To Crosstown Expressway(Bond 2018)-18020A Rev 8/2019 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT E36 TRF SIG CBL(TY A)(12 AWG)(2 CONDR) LF 1,722 E37 TRF SIG CBL(TY A)(14 AWG)(5 CONDR) LF 793 E38 TRF SIG CBL(TY A)(14 AWG)(16 CONDR) LF 925 E39 PED POLE ASSEMBLEY EA 11 E40 PED DETECT PUSH BUTTON(APS)TOUCHLESS EA 12 E41 PED DETECTOR CONTROLLER UNIT EA 2 E42 RADAR PRESENCE DETECTOR EA 3 E43 RADAR PRESENCE DETECTOR COMM CABLE LF 770 E44 BATTERY BACKUP UNIT EA 1 E45 PTZ CAMERA EA 1 E46 ETHERNET CABLE(CAT 5) LF 934 E47 TAPCO SOLAR PEDESTRIAN RRFB CROSSING SYSTEM EA 1 Allowance For Unanticipated Traffic Signal E48 AL 1 $ 25,000.00 $ 25,000.00 Improvments(MANDATORY) SUBTOTAL PART E-DRAINAGE IMPROVEMENTS(E1 THRU E48) Part F-DRAINAGE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) F1 Mobilization(5%Max. Part F) LS 1 F2 Remove Existing Curb Inlet EA 15 F3 Remove Existing Brick Manhole EA 12 F4 Remove Existing 18"CMP Lateral LF 175 F5 Remove Existing 18"RCP Lateral LF 594 F6 Remove Existing 24"RCP LF 16 F7 Remove Existing 36"CMP LF 53 ......................................................................................... UII:III:III;;II`vII:1UI1A IIvO.C U'V""V"DCII IIIIV1IIFi;IPv'V"'IIvO.t, Bid Form-Base Bid#1(HMAC Pavement) 1U01Ilii;S of 113 00 30 01-Page 8 of 13 Gollihar Road-Greenwood Drive To Crosstown Expressway(Bond 2018)-18020A Rev 8/2019 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT F8 Remove Existing 48"RCP LF 39 F9 Remove Existing Curb and Gutter LF 6,445 F10 Remove&Replace Existing Curb Inlet Top EA 7 F11 Clean Existing 18"RCP LF 80 F12 Clean Existing 24"RCP LF 255 F13 Clean Existing 48"RCP LF 1,777 F14 Clean Existing 54"RCP LF 549 F15 Clean Existing 60"RCP LF 512 F16 Clean Existing 66"RCP LF 47 F17 18" Dia. RCP(Class III) LF 672 F18 24" Dia. RCP(Class III) LF 196 F19 36" Dia. RCP(Class III) LF 46 F20 48" Dia. RCP(Class III) LF 36 F21 Pipe Trench Safety LF 950 F22 5'Curb Inlet EA 13 F23 10'Curb Inlet EA 2 F24 Post Inlet EA 1 F25 Standard 5'Diam.Type'A'Manhole EA 4 B.''.7'X6.5'Storm Junction Box With Wastewater F26 penetration EA 1 F27 5'X5'Type'D'Junction Box/Manhole EA 1 F28 5'X6.5'Type'C'Junction Box/Manhole EA 1 F29 6'X6'Type'C'Junction Box/Manhole EA 6 ......................................................................................... AII:11I:11I';;II`vII:1U.1A 1140.C C'U""U"C C II II IIA I1:;IPv'U"'1140.t, Bid Form-Base Bid#1(HMAC Pavement) 1A Glllli;9 of 13 00 30 01-Page 9 of 13 Gollihar Road-Greenwood Drive To Crosstown Expressway(Bond 2018)-18020A Rev 8/2019 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT F30 6'X6'Type'D'Junction Box/Manhole EA 1 F31 5'X7'Type'C'Junction Box/Manhole EA 2 F32 5'X7'Type'D'Junction Box/Manhole EA 2 F33 6'X7'Type'C'Junction Box/Manhole EA 2 F34 7'X8'Type'C'Junction Box/Manhole EA 1 F35 7'X8'Type'D'Junction Box/Manhole EA 1 F36 Stormwater Structure Trench Safety EA 38 F37 Standard 6"Curb&Gutter LF 6,855 Allowance For Unanticipated Drainage Improvements F38 AL 1 $ 25,000.00 $ 25,000.00 (MANDATORY) SUBTOTAL PART F-DRAINAGE IMPROVEMENTS(F1 THRU F38) Part G-WATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) G1 Mobilization(5%Max. Part G) LS 1 G2 Remove Existing 12"ACP LF 2,895 G3 Remove Existing 8"PVC LF 35 G4 Remove Existing 8"ACP LF 68 G5 Remove Existing 6"PVC LF 59 G6 Remove Existing 6"ACP LF 176 G7 Remove Existing 6"CIP LF 124 G8 Remove Existing 4"CIP LF 83 G9 Remove and Salvage Existing Fire Hydrant EA 10 G10 Grout Fill&Abandon-In-Place 12"Waterline Cy 29 G11 12" Dia.C900 PVC Waterline(DR 18) LF 3,459 ......................................................................................... UII:11I:11I';;II`vII:1UI1A 11140.C Bid Form-Base Bid#1(HMAC Pavement) U'I""I"DCII III1A11:ii;I4'V"'11140.t, 00 30 01-Page 10 of 13 Gollihar Road-Greenwood Drive To Crosstown Expressway(Bond 2018)-18020A L„ Gll:::,...,1 ...7„°.f...,1 Rev 8/2019 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT G12 12" Dia. DIP Waterline(CL350) LF 437 G13 8"Dia. DIP Waterline(CL350) LF 561 G14 6"Dia.C900 PVC Waterline(DR 18) LF 356 G15 6"Dia. DIP Waterline(CL350) LF 510 G16 Pipe Trench Safety LF 5,323 G17 12"45 Deg Bend EA 50 G18 12"X8"Tee EA 14 G19 12"X8"Cross EA 3 G20 12"X6"Tee EA 22 G21 12"X6"Cross EA 2 G22 12"GV&B EA 17 G23 12"Cap EA 4 G24 8"X6"Tee EA 1 G25 8"45 Deg Bend EA 85 G26 8"GV&B EA 19 G27 8"X6"Reducer EA 12 G28 8"X4"Reducer EA 5 G29 6"45 Deg Bend EA 64 G30 6"GV&B EA 27 G31 6"Cap EA 4 G32 Connect to Existing 12"PVC EA 2 G33 Connect to Existing 8"PVC EA 2 ......................................................................................... AII:11I:11I';;II`vII:1U.1A 1140.C AM U""f CI1 IIIIV11IIii14'U"'1140.t, Bid Form-Base Bid#1(HMAC Pavement) 1A Glllli; I I of 113 00 30 01-Page 11 of 13 Gollihar Road-Greenwood Drive To Crosstown Expressway(Bond 2018)-18020A Rev 8/2019 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT G34 Connect to Existing 8"ACP EA 1 G35 Connect to Existing 6"CIP EA 5 G36 Connect to Existing 6"ACP EA 5 G37 Connect to Existing 6"PVC EA 1 G38 Connect to Existing 4"CIP EA 5 G39 3/4"Water Service(Long) EA 10 G40 2"Water Service(Long) EA 5 G41 2"Water Service(Short) EA 1 G42 Fire Hydrant Assembly(From Barrel 90 Deg Bend Up) EA 27 Allowance For Unanticipated Water Improvements G43 AL 1 $ 15,000.00 $ 15,000.00 (MANDATORY) SUBTOTAL PART G-WATER IMPROVEMENTS(G1 THRU G43) Part H-WASTEWATER IMPROVEMENTS (per SECTION 0123 10 ALTERNATES AND ALLOWANCES) H1 Mobilization(5%Max. Part H) LS 1 H2 Remove Ex. 12"VCP WWL LF 64 H3 12"SDR26 PVC WWL(6'-8') LF 48 H4 12"SDR26 PVC WWL W/18"Steel Casing(6'-8') LF 16 H5 12"VCP Pipebursting LF 1,407 H6 8"VCP Pipebursting LF 318 H7 18"Split Steel Casing W/Casing Spacers&Grout End LF 120 Seals H8 Remove Existing Wastewater Manhole EA 1 H9 F/G Liner Manhole Rehab EA 8 ......................................................................................... AII:III:III;;II`vII:1U.1A IIvO. Bid Form-Base Bid#1(HMAC Pavement) 0ACIII IIIIV111 1114"IIvO.t, 00 30 01-Page 12 of 13 Gollihar Road-Greenwood Drive To Crosstown Expressway(Bond 2018)-18020A L.„ II,,..., n„un Rev 8/2019 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT H10 Wastewater Service Connectoin EA 25 H11 Bypass Pumping LS 1 H12 Point Repairs EA 4 H13 Remove Existing Fence and Replace In Kind LF 190 Allowance For Unanticipated Wastewater H14 AL 1 $ 10,000.00 $ 10,000.00 Improvements(MANDATORY) SUBTOTAL PART H-WASTEWATER IMPROVEMETNS(H1 THRU H14) Part I- GAS IMPROVEMENTS (per SECTION 0123 10 ALTERNATES AND ALLOWANCES) 11 Mobilization(5%Max. Part 1) LS 1 12 Remove 10"Gas Line LF 535 13 Remove 8"Gas Line LF 202 14 Trench and Backfill for 8"Gas Line LF 3,961 Allowance For Unanticipated Gas Improvements 15 AL 1 $ 10,000.00 $ 10,000.00 (MANDATORY) SUBTOTAL PART I-GAS IMPROVEMETNS(11 THRU 15) TOTAL PROJECT BASE BID No. 1(PARTS A THRU 1) ......................................................................................... UII:III:III;;II`vII:1UI1A IIvO.C Bid Form-Base Bid#1(HMAC Pavement) U'I""I"DCII III1A11:ii;I4'V"'IIvO.t, 00 30 01-Page 13 of 13 Gollihar Road-Greenwood Drive To Crosstown Expressway(Bond 2018)-18020A IU01I. 13 of 13 Rev 8/2019 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 00 30 01 BID FORM Project Name: Gollihar Road-Greenwood Drive to Crosstown Expressway(Bond 2018) Project Number: 18020A Owner: City of Corpus Christi OAR: Designer: JLNV, Inc.,an Ardurra Company By its signature below,Bidder accepts all of the terms and conditions of the Bid Acknowledgement,acknowledges receipt of all Addenda to the Bid and agrees,if this Bid is accepted,to enter into a Contract with the Owner and complete the Work in accordance with the Contract Documents for the Bid price. Bidder: (full legal name of Bidder) Signature: (signature of person with authority to bind the Bidder) Name: (printed name of person signing Bid Form) Title: (title of person signing Bid Form) Attest: (signature) State of Residency: Federal Tx ID No. Address for Notices: Phone: Email: ......................................................................................... A�II:11I:11I';;II`vII:1U.DI1A II20.2 Bid Form-Base Bid#2(Concrete Pavement) Af UAB II III1A11:;IPVU II20.2 00 30 01-Page 1 of 13 1:1Gollihar Road-Greenwood Drive To Crosstown Expressway(Bond 2018)-18020A L. ILL n,un Rev 8/2019 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 00 30 01 BID FORM Basis of Bid Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY Base Bid No.2(CONCRETE PAVEMENT) Part AA-General(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) AA1 Mobilization (5%Max. Part A) LS 1 AA2 Bonds&Insurance(2%Max.) AL 1 AA3 Storm Water Pollution Prevention Plan LS 1 AA4 Curb Inlet Protection EA 37 AA5 Stabilized Construction Entrance EA 2 AA6 Hydromulch SY 1,800 AA7 Traffic Control Design By Professional Engineer(ALL LS 1 PHASES) AA8 Traffic Control Plan Mobilization/Adjustments LS 1 AA9 Temporary Traffic Signal Design By Professional Engineer EA 3 AA10 Temporary Traffic Signal Implementation(All Phases) LS 1 Traffic Control Items(Barricades,Signs,&Traffic AA11 MO 1.9 Handling) AA12 Low Profile Concrete Barriers(20') EA 100 AA13 Electronic Message Board EA 4 AA14 Clear Right-Of-Way AC 7.1 AA15 Ozone Action Day DAYS 5 SUBTOTAL PART AA-GENERAL(Items AA1 thru AA15) Part BB-STREET IMPROVEMENTS(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) BB1 Mobilization (5%Max. Part B) LS 1 BB2 Remove Existing Signs LS 1 ......................................................................................... 2!II:11I:11I';;II`v II:1 V D IIA IIV G�. Bid Form-Base Bid#2(Concrete Pavement) A VCCIhIIIIV111 II2'V'11140.2 00 30 01 Page 2 of 13 Gollihar Road-Greenwood Drive To Crosstown Expressway(Bond 2018)-18020A I12!CIEii;2 of 13 Rev 8/2019 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY BB3 Remove Concrete Driveway SF 8,833 BB4 Remove Chain Link Fence LF 675 BB5 Remove Wooden Fence LF 692 BB6 Street Excavation (1'B.O.C) Sy 25,424 BB7 Subgrade Preparation(1'B.O.C.) Sy 25,424 7"Crushed, Limestone Base(Type A,Grade 1-2) (1' BB8 Sy 25,424 B.O.C.) BB9 Prime Coat(0.20 Gallons/SY) GAL 4,903 BB10 1"Type'D'(Bond Breaker) Sy 24,513 7.5"4,000 PSI Continuously Reinforced Concrete BB11 Sy 24,513 Pavement BB12 Full Depth Pavement Repair Sy 25 BB13 Concrete Driveway SF 8,943 BB14 Adjust AT&T Manholes EA 7 BB15 Combo Stop Sign(R1-1)/Street Name Blades(Incl. Metal EA 12 Pole, Foundation and Removal of Existing Sign) BB16 Speed Limit Sign(R2-1) (Incl. Metal Pole and Foundation) EA 4 BB17 End School Zone Sign(S5-2) EA 2 BB18 Lane Control Sign(R3-8LLR) (Incl. Metal Pole and EA 1 Foundation) BB19 Street Ends Sign (W2-4) (Incl.Metal Pole and EA 1 Foundation) BB20 School Crossing Sign(S1-1) (Incl. Metal Pole and EA 8 Foundation) BB21 Pedestrian Crossing Sign(W11-2) (Incl. Metal Pole and EA 2 Foundation) BB22 "Ahead"Sign(W16-9P) EA 3 BB23 No Dumping Allowed Sign(K-1735) (Incl. Metal Pole and EA 1 Foundation) BB24 Pedestrian Crossing Arrow(W16-7PL) EA 1 ......................................................................................... A�II:1II:1II';;11`211:1U.DI1A 1140.2 Bid Form-Base Bid#2(Concrete Pavement) Af UOCII III1A11 II`2U IIvO.2 00 30 01-Page 3 of 13 Gollihar Road-Greenwood Drive To Crosstown Expressway(Bond 2018)-18020A J:1AGIILL 3 of 13 Rev 8/2019 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY BB25 Pedestrian Crossing Arrow(SW16-6PR) EA 1 BB26 Pedestrian Crossing Arrow(SW16-6PL) EA 1 BB27 Yield Sign Pedestrian Crossing(R1-5L) (Incl. Metal Pole EA 2 and Foundation) BB28 15 M.P.H.Zone(Special 18"X24") (Incl. Metal Pole and EA 3 Foundation) BB29 15 M.P.H.Zone(Special 18"X24") EA 3 BB30 School Sign(S4-3P) EA 5 BB31 School Zone Times Sign (S4-1P) EA 7 BB32 One Way Sign (R6-2L)(Incl. Metal Pole And Foundation) EA 2 BB33 One Way Sign (R6-2R) EA 2 BB34 No Parking Sign(R7-2) (Special 18"x24") (Incl.Metal Pole EA 4 And Foundation) BB35 Do Not Block Intersection Sign(Special 30"x30") (Incl. EA 2 Metal Pole And Foundation) BB36 No Turn On Red Sign (Special 18"X24")(Incl. Metal Pole EA 1 and Foundation) BB37 "BEGIN"Sign (R3-9CP) EA 2 BB38 "END"Sign(R3-9DP) EA 2 BB39 Two-Way Left Turn Only(R3-9B) (Incl. Metal Pole and EA 4 Foundation) BB40 Reflective Pavement Markings TY.1 (W) (24") (SLD) (90 LF 263 mil)-Stop Bar BB41 Reflective Pavement Markings TY.0(W) (24") (SLD) (90 LF 459 mil)-Crosswalk BB42 Reflective Pavement Markings TY.0(BLK)(6") (SLD) (90 LF 918 mil)-Crosswalk BB43 Reflective Pavement Markings TY.0(Y) (24") (SLD) (90 LF 162 mil)-Gore BB44 Reflective Pavement Markings TY.1 (W) (18") (SLD) (90 LF 100 mil)-School Zone BB45 Reflective Pavement Markings TY.1 (W) (8") (SLD) (90 LF 423 mil) BB46 Reflective Pavement Markings TY.1 (Y) (4") (SLD) (90 mil) LF 8,593 ......................................................................................... AII:1II:1II';;11`211:1U.DI1A 1140.2 Bid Form-Base Bid#2(Concrete Pavement) Af UOG:II IIIIVIII II4U IIvO.2 00 30 01-Page 4 of 13 IInGollihar Road-Greenwood Drive To Crosstown Expressway(Bond 2018)-18020A „„..q n„uRev 8/2019 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY BB47 Reflective Pavement Markings TY.1 (Y) (4") (BKN) (90 mil) LF 460 Reflective Pavement Markings TY.1 (W) (4") (BKN) (90 6648 LF 1,690 mil) 6649 Prefabricated Pavement Markings TY.0(W) (Word) EA 4 "Only"(125 mil) BB50 Prefabricated Pavement Markings TY.0(W) (Left Turn EA 10 Arrow) (125 mil) BB51 Prefabricated Pavement Markings TY.0(W) (Right Turn EA 2 Arrow) (125 mil) BB52 Prefabricated Pavement Markings TY.0(W)Yield Triangle LF 40 (18") (125mil) Line BB53 Prefabricated Pavement Markings TY.0(W) (Ped Xing) EA 4 (125mil) BB54 Remove and Replace Rumble Strips&Striping EA 4 BB55 Raised Reflective Pavement Markings(TYII-A-A)Yellow EA 197 BB56 Raised Reflective Pavement Markings(TY-I-C)White EA 99 BB57 Raised Reflective Pavement Markings(TYII-B-B) Blue EA 27 BB58 Chain Link Fence LF 601 BB59 Wooden Fence LF 580 Allowance For Unanticipated Street Improvements BB60 AL 1 $ 25,000.00 $ 25,000.00 (MANDATORY) SUBTOTAL PART BB-STREET IMPROVEMENTS(Items 13131 thru BB60) Part CC-RTA IMPROVEMENTS(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) CC1 Mobilization (5%Max. Part C) LS 1 CC2 Remove And Stockpile Existing RTA Signage&Bus Stop LS 1 Infrastructure CC3 Remove Existing RTA Bus Stop Concrete SF 595 SUBTOTAL PART CC-RTA IMPROVEMENTS(Items CC1 thru CC3) ......................................................................................... U11111111';114111Ul1A 1120.2 Bid Form-Base Bid#2(Concrete Pavement) UI f AC11III1V111 112 V1120.2 00 30 01-Page 5 of 13 IInGollihar Road-Greenwood Drive To Crosstown Expressway(Bond 2018)-18020A „,,;... n„uRev 8/2019 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY Part DD-ADA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) DD1 Mobilization (5%Max. Part D) LS 1 DD2 Remove Existing Concrete Sidewalk SF 32,645 DD3 5'-8'Wide,Concrete Sidewalk SF 41,138 DD4 Sidewalk Retaining Curb(Height Varies) LF 1,745 DD5 Remove Existing Curb Ramps SF 3,581 DD6 Curb Ramps SF 3,605 SUBTOTAL PART DD-ADA IMPROVEMENTS(DD1 THRU DD6) Part EE-IT&TRAFFIC SIGNAL IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) EE1 Mobilization (5%Max. Part E) LS 1 EE2 2" Blank Sch.40 PVC Conduit with Mule Tape LF 3,890 EE3 24"x36"x18" Pull Box EA 12 EE4 CONDT(PVC) (SCHD 40) (2") LF 217 EE5 CONDT(PVC) (SCHD 40) (2")(BORE) LF 457 EE6 CONDT(PVC) (SCHD 40) (3") LF 196 EE7 CONDT(PVC) (SCHD 40) (4") LF 255 EE8 CONDT(PVC) (SCHD 40) (4")(BORE) LF 325 EE9 ELEC CONDR (NO.8) INSULATED LF 923 EE10 ELEC CONDR (NO.6) BARE LF 278 EE11 ELEC CONDR (NO.6) INSULATED LF 556 EE12 TRAY CABLE(3 CONDR) (12 AWG) LF 663 ......................................................................................... UII:11I:11I';;II`vII:1UI1A 1140.2 Bid Form-Base Bid#2(Concrete Pavement) UI IUCII IIIIA11 I11M 1140.2 00 30 01-Page 6 of 13 Gollihar Road-Greenwood Drive To Crosstown Expressway(Bond 2018)-18020A I^UUII au of 13 Rev 8/2019 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY EE13 GROUND BOX TY D(162922)W/APRON EA 9 EE14 INSTALL HWY TRF SIG (ISOLATED) EA 1 SMARTLINK WIRELESS CONN AND SENSOR HUB EE15 (PXX11215-001) EA 2 EE16 SMARTSENSE MULTIMODAL VIDEO DETECTION EA 2 (PXX11215-002) EE17 SMARTVIEW 360 CAMERA W/BELL HOUSING (PXX11215- EA 2 003) SOFTWARE:TRAFFIC LINK SIG COMM&TRAFF OPS EE18 (PBU11217-001) EA 2 EE19 SOFTWARE:TRAFFIC LINK PERFORMANCE(PBU11217- EA 2 002) SOFTWARE:TRAFFIC LINK MULTIMOD DET&COUNTS EE20 (PBU11217-003) EA 2 EE21 MOUNT: 120", PENDANT,SS CBL&HW,J-PIPE EA 2 EE22 MIOVISION ASTRO BRACKET EA 2 EE23 ITS CABINET W/AC POWER(MOBOTREX EAGLE) EA 2 EE24 REMOVING TRAFFIC SIGNALS EA 2 EE25 VEH SIG SEC(12")LED(GRN) EA 13 EE26 VEH SIG SEC(12")LED(GRN ARW) EA 2 EE27 VEH SIG SEC(12")LED(YEL) EA 17 EE28 VEH SIG SEC(12")LED(YEL ARW) EA 4 EE29 VEH SIG SEC(12")LED(RED) EA 13 EE30 VEH SIG SEC(12")LED(RED ARW) EA 2 EE31 BACK PLATE(12 IN) (3 SEC) PELCO AEROFLEX EA 13 EE32 BACK PLATE(12 IN) (4 SEC) PELCO AEROFLEX EA 2 EE33 REMOVE RDSD FLASH BEACON ASSEMBLY EA 2 EE34 INSTL RDSD FLSH BCN ASSM (SOLAR-POWRD) EA 2 ......................................................................................... UII:1II:1II';;11`211:1UI1A 1140.2 Bid Form-Base Bid#2(Concrete Pavement) Uf IUCII 1A11:14f IIvO.2 00 30 01-Page 7 of 13 Gollihar Road-Greenwood Drive To Crosstown Expressway(Bond 2018)-18020A I,„ Gll:::,...7...n'of 13 Rev 8/2019 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY EE35 PED SIG SEC(LED)(COUNTDOWN) EA 6 EE36 TRF SIG CBL(TY A)(12 AWG)(2 CONDR) LF 1,722 EE37 TRF SIG CBL(TY A)(14 AWG)(5 CONDR) LF 793 EE38 TRF SIG CBL(TY A)(14 AWG)(16 CONDR) LF 925 EE39 PED POLE ASSEMBLEY EA 11 EE40 PED DETECT PUSH BUTTON (APS)TOUCHLESS EA 12 EE41 PED DETECTOR CONTROLLER UNIT EA 2 EE42 RADAR PRESENCE DETECTOR EA 3 EE43 RADAR PRESENCE DETECTOR COMM CABLE LF 770 EE44 BATTERY BACKUP UNIT EA 1 EE45 PTZ CAMERA EA 1 EE46 ETHERNET CABLE(CAT 5) LF 934 EE47 TAPCO SOLAR PEDESTRIAN RRFB CROSSING SYSTEM EA 1 Allowance For Unanticipated Traffic Signal EE48 AL 1 $ 25,000.00 $ 25,000.00 Improvments(MANDATORY) SUBTOTAL PART EE-DRAINAGE IMPROVEMENTS(EE1 THRU EE48) Part FF-DRAINAGE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) FF1 Mobilization (5%Max. Part F) LS 1 FF2 Remove Existing Curb Inlet EA 15 FF3 Remove Existing Brick Manhole EA 12 FF4 Remove Existing 18"CMP Lateral LF 175 FF5 Remove Existing 18" RCP Lateral LF 594 ......................................................................................... UII:1II:1II';;11`211:1UI1A 1140.2 Bid Form-Base Bid#2(Concrete Pavement) UI f AC11IIIIVIII 114 IIvO.2 00 30 01-Page 8 of 13 Gollihar Road-Greenwood Drive To Crosstown Expressway(Bond 2018)-18020A ! II„.. n„un Rev 8/2019 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY FF6 Remove Existing 24" RCP LF 16 FF7 Remove Existing 36"CMP LF 53 FF8 Remove Existing 48" RCP LF 39 FF9 Remove Existing Curb and Gutter LF 6,445 FF10 Remove&Replace Existing Curb Inlet Top EA 7 FF11 Clean Existing 18" RCP LF 80 FF12 Clean Existing 24" RCP LF 255 FF13 Clean Existing 48" RCP LF 1,777 FF14 Clean Existing 54" RCP LF 549 FF15 Clean Existing 60" RCP LF 512 FF16 Clean Existing 66" RCP LF 47 FF17 18" Dia.RCP(Class III) LF 672 FF18 24" Dia.RCP(Class III) LF 196 FF19 36" Dia.RCP(Class III) LF 46 FF20 48" Dia.RCP(Class III) LF 36 FF21 Pipe Trench Safety LF 950 FF22 5'Curb Inlet EA 13 FF23 10'Curb Inlet EA 2 FF24 Post Inlet EA 1 FF25 Standard 5'Diam.Type'A'Manhole EA 4 12.5'X6.5'Storm Junction Box With Wastewater FF26 penetration EA 1 FF27 5'X5'Type'D'Junction Box/Manhole EA 1 ......................................................................................... AII:11I:11I';;II`vII:1U.DI1A II40.2 Bid Form-Base Bid#2(Concrete Pavement) Af UCCA III1A11 II`2U 11140.2 00 30 01-Page 9 of 13 Gollihar Road-Greenwood Drive To Crosstown Expressway(Bond 2018)-18020A I,„ G.II,,,.. ...n'of 13 Rev 8/2019 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY FF28 5'X6.5'Type'C'Junction Box/Manhole EA 1 FF29 6'X6'Type'C'Junction Box/Manhole EA 6 FF30 6'X6'Type'D'Junction Box/Manhole EA 1 FF31 5'X7'Type'C'Junction Box/Manhole EA 2 FF32 5'X7'Type'D'Junction Box/Manhole EA 2 FF33 6'X7'Type'C'Junction Box/Manhole EA 2 FF34 7'X8'Type'C'Junction Box/Manhole EA 1 FF35 7'X8'Type'D'Junction Box/Manhole EA 1 FF36 Stormwater Structure Trench Safety EA 38 FF37 Concrete Header Curb LF 6,825 FF38 Standard 6"Curb&Gutter LF 30 Allowance For Unanticipated Drainage Improvements FF39 AL 1 $ 25,000.00 $ 25,000.00 (MANDATORY) SUBTOTAL PART FF-DRAINAGE IMPROVEMENTS(FF1 THRU FF39) Part GG-WATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) GG1 Mobilization (5%Max. Part G) LS 1 GG2 Remove Existing 12"ACP LF 2,895 GG3 Remove Existing 8" PVC LF 35 GG4 Remove Existing 8"ACP LF 68 GG5 Remove Existing 6" PVC LF 59 GG6 Remove Existing 6"ACP LF 176 GG7 Remove Existing 6"CIP LF 124 ......................................................................................... UII:11I:11I';;II`vII:1UI1A II40.2 Bid Form-Base Bid#2(Concrete Pavement) UI IUCII 1A11:14f 11140.2 00 30 01-Page 10 of 13 Gollihar Road-Greenwood Drive To Crosstown Expressway(Bond 2018)-18020A I^UUlli:; 10 of 13 Rev 8/2019 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY GG8 Remove Existing 4"CIP LF 83 GG9 Remove and Salvage Existing Fire Hydrant EA 10 GG10 Grout Fill&Abandon-In-Place 12"Waterline Cy 29 GG11 12" Dia.C900 PVC Waterline(DR 18) LF 3,459 GG12 12" Dia.DIP Waterline(CL350) LF 437 GG13 8" Dia.DIP Waterline(CL350) LF 561 GG14 6" Dia.C900 PVC Waterline(DR 18) LF 356 GG15 6" Dia.DIP Waterline(CL350) LF 510 GG16 Pipe Trench Safety LF 5,323 GG17 12"45 Deg Bend EA 50 GG18 12"X8"Tee EA 14 GG19 12"X8"Cross EA 3 GG20 12"X6"Tee EA 22 GG21 12"X6"Cross EA 2 GG22 12"GV&B EA 17 GG23 12"Cap EA 4 GG24 8"X6"Tee EA 1 GG25 8"45 Deg Bend EA 85 GG26 8"GV&B EA 19 GG27 8"X6" Reducer EA 12 GG28 8"X4" Reducer EA 5 GG29 6"45 Deg Bend EA 64 ......................................................................................... AAII:11I:11I';;II`vII:1U.DI1A II40.2 Bid Form-Base Bid#2(Concrete Pavement) AAU VAACIII IIIIV111 114 11140.2 00 30 01-Page 11 of 13 Gollihar Road-Greenwood Drive To Crosstown Expressway(Bond 2018)-18020A Rev 8/2019 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY GG30 6"GV&B EA 27 GG31 6"Cap EA 4 GG32 Connect to Existing 12" PVC EA 2 GG33 Connect to Existing 8" PVC EA 2 GG34 Connect to Existing 8"ACP EA 1 GG35 Connect to Existing 6"CIP EA 5 GG36 Connect to Existing 6"ACP EA 5 GG37 Connect to Existing 6" PVC EA 1 GG38 Connect to Existing 4"CIP EA 5 GG39 3/4"Water Service(Long) EA 10 GG40 2"Water Service(Long) EA 5 GG41 2"Water Service(Short) EA 1 GG42 Fire Hydrant Assembly(From Barrel 90 Deg Bend Up) EA 27 Allowance For Unanticipated Water Improvements GG43 AL 1 $ 15,000.00 $ 15,000.00 (MANDATORY) SUBTOTAL PART GG-WATER IMPROVEMENTS(GG1 THRU GG43) Part HH-WASTEWATER IMPROVEMENTS (per SECTION 0123 10 ALTERNATES AND ALLOWANCES) HH1 Mobilization (5%Max. Part H) LS 1 HH2 Remove Ex. 12"VCP WWL LF 64 HH3 12"SDR26 PVC WWL(6'-8') LF 48 HH4 12"SDR26 PVC WWL w/18"Steel Casing(6'-8') LF 16 HH5 12"VCP Pipebursting LF 1,407 ......................................................................................... UII:1II:1II';;11`211:1UI1A 1140.2 Bid Form-Base Bid#2(Concrete Pavement) UI IUCII 1A11:14f IIvO.2 00 30 01-Page 12 of 13 Gollihar Road-Greenwood Drive To Crosstown Expressway(Bond 2018)-18020A U0„II 1 ...of 1 Rev 8/2019 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY HH6 8"VCP Pipebursting LF 318 HH7 18"Split Steel Casing W/Casing Spacers&Grout End LF 120 Seals HH8 Remove Existing Wastewater Manhole EA 1 HH9 F/G Liner Manhole Rehab EA 8 HH10 Wastewater Service Connectoin EA 25 HH11 Bypass Pumping LS 1 HH12 Point Repairs EA 4 HH13 Remove Existing Fence and Replace In Kind LF 190 Allowance For Unanticipated Wastewater HH14 AL 1 $ 10,000.00 $ 10,000.00 Improvements(MANDATORY) SUBTOTAL PART HH-WASTEWATER IMPROVEMETNS(HH1 THRU HH14) Part II-GAS IMPROVEMENTS (per SECTION 0123 10 ALTERNATES AND ALLOWANCES) 111 Mobilization (5%Max. Part 1) LS 1 112 Remove 10"Gas Line LF 535 113 Remove 8"Gas Line LF 202 114 Trench and Backfill for 8"Gas Line LF 3,961 Allowance For Unanticipated Gas Improvements 115 (MANDATORY) AL 1 $ 10,000.00 $ 10,000.00 SUBTOTAL PART II-GAS IMPROVEMETNS(111 THRU 115) TOTAL PROJECT BASE BID No.2(PARTS AA THRU 11) ......................................................................................... AII:11I:11I';;II`vII:1U.DI1A II40.2 Bid Form-Base Bid#2(Concrete Pavement) Af UCCA III1A11 II`2U 11140.2 00 30 01-Page 13 of 13 Gollihar Road-Greenwood Drive To Crosstown Expressway(Bond 2018)-18020A 1CCIIf 13 of 13 Rev 8/2019 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 0 1852 00 52 23 AGREEMENT This Agreement, for the Project awarded on [insert Award Date], is between the City of Corpus Christi (Owner) and (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Gollihar Road to Greenwood Drive to Crosstown Expressway(Bond 2018) City Project No. 18020A ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: LNV, LLC., an Ardurra Company(D. Scott Jones, P.E.) 801 Navigation,Suite 300 Corpus Christi,TX,78408 siones@ardurra.com 2.02 The Owner's Authorized Representative for this Project is: ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 630 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within 660 days after the date when the Contract Times commence to run. Agreement 005223- 1 Gollihar Road—Greenwood Drive to Crosstown Expressway(Bond 2018)—18020A Rev 12/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 $2,500 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$400 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 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 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 15.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ Agreement 005223-2 Gollihar Road—Greenwood Drive to Crosstown Expressway(Bond 2018)—18020A Rev 12/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 5.02.13, 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, 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. 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. Agreement 005223-3 Gollihar Road—Greenwood Drive to Crosstown Expressway(Bond 2018)—18020A Rev 12/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 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. Agreement 005223-4 Gollihar Road—Greenwood Drive to Crosstown Expressway(Bond 2018)—18020A Rev 12/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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. Solicitation documents. 2. Specifications,forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 3. Drawings listed in the Sheet Index. 4. Addenda. 5. Exhibits to this Agreement: a. Contractor's Bid Form. 6. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. Agreement 005223-5 Gollihar Road—Greenwood Drive to Crosstown Expressway(Bond 2018)—18020A Rev 12/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC ARTICLE 10—CONTRACT DOCUMENT SIGNATURES ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta Jeffrey Edmonds, P.E City Secretary Director of Engineering Services AUTHORIZED APPROVED AS TO LEGAL FORM: BY COUNCIL Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR (Seal Below) By: Note: Attach copy of authorization to sign if Title: person signing for CONTRACTOR is not President Vice President Chief Executive Officer, or Chief Financial Officer Address City State Zip Phone Fax EMail END OF SECTION Agreement 005223-6 Gollihar Road—Greenwood Drive to Crosstown Expressway(Bond 2018)—18020A Rev 12/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200- 1 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-2 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-3 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 12.04 Substitutions...........................................................................................................................55 Article13—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 007200-4 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-5 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-6 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 24.03 Contractor's Responsibilities ................................................................................................104 24.04 Document Submittal.............................................................................................................105 24.05 Document Numbering ..........................................................................................................105 24.06 Document Requirements......................................................................................................106 Article25—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 Article26—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 007200-7 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 Article30-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 ..........................................................................................................130 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...........................................................................................................131 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 007200-8 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 30.21 Notices. .................................................................................................................................131 General Conditions 007200-9 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200- 10 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200- 11 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200- 12 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200- 13 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200- 14 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200- 15 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200- 16 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200- 17 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200- 18 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200- 19 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-20 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-21 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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. ARTICLES—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 007200-22 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-23 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-24 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-25 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-26 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-27 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-28 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-29 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-30 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-31 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-32 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-33 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-34 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-35 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-36 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-37 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-38 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 17.01.13 7.03 Services, Materials, and Equipment A. Provide services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work, whether or not these items are specifically called for in the Contract Documents. B. Provide new materials and equipment to be incorporated into the Work. Provide special warranties and guarantees required by the Contract 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 007200-39 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-40 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-41 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-42 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-43 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-44 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-45 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-46 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 occu r. General Conditions 007200-47 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-48 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-49 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-50 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-51 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-52 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-53 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-54 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-55 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-56 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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. Anytime 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 007200-57 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 4. Advise the parties that Designer is not able to make a recommendation due to insufficient information or a conflict of interest. I. 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 007200-58 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-59 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-60 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-61 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-62 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 15.05.13.1 through 15.05.13.5, 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 15.02.13.1 and 15.02.13.2 above are included in the Contract Price. C. OAR will issue a Change Order to adjust the Contract Price by the difference between the allowance amount and the actual amount paid by Contractor for Work covered by the allowance. The Change Order will be issued at the time costs are incurred by Contractor for Work covered by the allowance and this Work is included on the Application for Payment. 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 007200-63 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-64 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-65 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-66 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-67 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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; g. Liquidated damages have accrued as a result of Contractor's failure to achieve Milestones, Substantial Completion, or completion of the Work; h. Liens have been filed in connection with the Work, except where Contractor has delivered a specific Bond satisfactory to Owner to secure the satisfaction and discharge of these Liens; i. 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 007200-68 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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; p. Other items entitling Owner to a set-off against the amount recommended; or q. Payment would result in an over-payment of the Contract Price. 2. Compensation for services of OPT staff is to be at the rates established by negotiations between OPT and Contractor. 3. OAR is to notify Contractor stating the amount and the reasons for an imposed set-off. The Owner is to pay the Contractor amounts remaining after deduction of the set-off. Owner is to pay the set-off amount agreed to by Owner and Contractor if Contractor remedies the reasons for the set-off. Contractor may submit a Change Proposal contesting the set-off. C. Delayed Payments: 1. No money shall be paid by Owner upon any claim, debt, demand, or account whatsoever, to any person, firm, or corporation who is in arrears to Owner for taxes; and Owner shall be entitled to counterclaim and automatically offset against any such debt, claim, demand, or account in the amount of taxes so in arrears and no assignment or transfer of such debt, claim, demand, or account after said taxes are due, shall affect the right of Owner to offset said taxes, and associated penalties and interest if applicable, against the same. 2. No payment will be made for Work authorized by a Work Change Directive until the Work Change Directive is incorporated into a Change Order. Payment can be included in an Application for payment when the Change Order is approved. D. The Owner is to pay the amount of payment recommended by the OAR within 30 days after receipt of the Application for Payment and accompanying documentation from the OAR. 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 007200-69 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-70 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-71 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-72 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-73 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-74 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-75 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-76 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 forthis 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 007200-77 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 17.17.13 corrected if Contractor does not comply with the terms of OAR's instructions, or in an emergency where delay would cause serious risk of loss or damage. General Conditions 007200-78 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-79 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-80 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-81 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-82 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-83 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-84 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-85 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-86 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-87 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-88 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-89 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-90 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-91 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-92 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-93 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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. Implementthe Contractor's Quality Control Plan to control the quality of the Work and verify that the Work meets the standards of quality established in the Contract Documents. 1. Inspect products to be incorporated into the Project. Ensure that Suppliers have adequate quality control systems to ensure that products that comply with the Contract Documents are provided. 2. Integrate quality control measures into construction activities to produce Work which meets quality expectations of the Contract Documents. Inspect the Work of the Contractor, Subcontractors, and Suppliers. Correct Defective Work. 3. Provide and pay for the services of an approved professional materials testing laboratory acceptable to the OPT to provide testing that demonstrates that products proposed in Shop Drawings and Record Data for the Project fully comply with the Contract Documents. 4. Provide facilities, equipment, and Samples required for quality control inspections and tests: a. Give the OAR adequate notice before proceeding with Work that would interfere with inspections or testing; b. Notify the OAR and testing laboratories prior to the time that testing is required, providing adequate lead time to allow arrangements for inspections or testing to be made; C. Do not proceed with any Work that would impact the ability to correct defects or Work that would require subsequent removal to correct defects until testing services have been performed and results of tests indicate that the Work is acceptable; d. Cooperate fully with the performance of sampling, inspection, and testing; e. Provide personnel to assist with sampling or to assist in making inspections and field tests; f. Obtain and handle Samples for testing at the Site or at the production source of the product to be tested; g. Provide adequate quantities of representative products to be tested to the laboratory at the designated locations; General Conditions 007200-94 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-95 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-96 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-97 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200-98 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 21.11.13.5 that will be provided by the OPT as part of their Quality Management Program; 7. Procedures for tracking and documenting quality management efforts. 8. Procedures for tracking Defective Work from initial identification through acceptable corrective action. Indicate how documentation of the verification process for deficiencies will be made. 9. Reporting procedures which incorporate the use of forms provided by the OAR. 10. The name of the proposed testing laboratories along with documentation of qualifications per Paragraph 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 007200-99 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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. j. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. 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 007200- 100 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200- 101 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200- 102 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200- 103 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200- 104 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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. g. 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. 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 007200- 105 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 Article 25 for approval of product Certified Test Report 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 007200- 106 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200- 107 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200- 108 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200- 109 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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. g. 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. General Conditions 007200- 110 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200- 111 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200- 112 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200- 113 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200- 114 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200- 115 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200- 116 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200- 117 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200- 118 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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. g. 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. 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 007200- 119 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200- 120 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200- 121 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200- 122 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200- 123 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200- 124 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200- 125 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200- 126 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 expires. f. Indicate the start date for extended warranties for each product and the date on which the specified extended warranties period expires. g. Start date, warranty or guarantee period, and expiration date for each warranty, bond, and service agreement; General Conditions 007200- 127 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 007200- 128 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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. B. Contractor waives claims for consequential damages, incidental or special damages arising out of or relating to this Contract, whether the damages are claimed in contract, tort or on any other basis. 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. General Conditions 007200- 129 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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. 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. General Conditions 007200- 130 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 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 demo bilization/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. General Conditions 007200- 131 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 30.22 Public Information A. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract, and Contractor agrees that the contract can be terminated if Contractor knowingly or intentionally fails to comply with a requirement of that subchapter. END OF SECTION General Conditions 007200- 132 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 LNV Inc., an Ardurra Company Mbits, Inc Tolunay-Wong Engineers, 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. All Project improvements except as listed below. 2. Only the following items not yet complete in accordance with the Contract Documents: a. Street name signs, b. Minor grading, and C. Project revegetation. ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK SC-4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when Supplementary Conditions 007300- 1 Gollihar Road—Greenwood Drive To Crosstown Expressway(Bond 2018)—18020A Rev 4/2022 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 76 rain days have been set for this Project. An extension of time due to rain days will be considered only after 43 rain days have been exceeded in a calendar year and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS, HAZARDOUS ENVIRONMENTAL CONDITIONS SC-5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.03.A which describe subsurface and physical conditions. 1. Geotechnical Reports include the following: a. Geotechnical Engineering Services 18020A Gollihar Rd — Greenwood Dr. To Crosstown Expressway (Bond 2018) Corpus Christi, Texas, Tolunay — Wong Engineers, Inc., December 10, 2019 - The Contractor may rely on the following Technical Data in using this document: 1) See GC 5.03.B 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) include the following: None SC-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.06 which describe 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. Supplementary Conditions 007300-2 Gollihar Road—Greenwood Drive To Crosstown Expressway(Bond 2018)—18020A Rev 4/2022 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products/Completed Operations Hazard $1,000,000 Per Occurrence 6. Contractual Liability $2,000,000 Aggregate 7. Broad Form Property Damage 8. Independent Contractors 9. Personal &Advertising Injury Business Automobile Liability-Owned, Non- $1,000,000 Combined Single Limit Owned, Rented and Leased Workers' Compensation Statutory Employer's Liability $500,000/500,000/500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Required if Contract Price>$5,000,000 Contractor's Pollution Liability / $1,000,000 Per Claim Environmental Impairment Coverage Not limited to sudden and accidental X Required ❑ Not Required discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation>3 ft Builder's Risk(All Perils including Collapse) Equal to Full Replacement Cost of Structure and Contents Required for vertical structures and bridges ❑ Required ❑X Not Required Installation Floater Equal to Contract Price Required if installing city-owned equipment ❑ Required ❑X Not Required Supplementary Conditions 007300-3 Gollihar Road—Greenwood Drive To Crosstown Expressway(Bond 2018)—18020A Rev 4/2022 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC ARTICLE 7—CONTRACTOR'S RESPONSIBILITIES SC-7.02 LABOR; WORKING HOURS B. Perform Work at the Site during regular working hours except as otherwise required for the safety or protection of person 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 sun up and sun down Monday through Saturday unless other times are specifically authorized in writing by OAR. 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 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). "General Decision Number: TX20220021 01/07/2022 Superseded General Decision Number: TX20210021 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: Contracts subject to the Davis-Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658 . Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but do not apply to contracts subject only to the Davis-Bacon Related Acts, Supplementary Conditions 007300-4 Gollihar Road-Greenwood Drive To Crosstown Expressway(Bond 2018)-18020A Rev 4/2022 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC including those set forth at 29 CFR 5.1 (a) (2) - (60) . If the contract is entered into on or after January 30, 2022, or the contract is renewed or extended (e.g. , an option is exercised) on or after January 30, 2022, Executive Order 14026 generally applies to the contract. The contractor must pay all covered workers at least $15. 00 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on that contract in 2022 . If the contract was awarded on or between January 1, 2015 and January 29, 2022, and the contract is not renewed or extended on or after January 30, 2022, Executive Order 13658 generally applies to the contract. The contractor must pay all covered workers at least $11 .25 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on that contract in 2022 . The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at www.dol.gov/whd/govcontracts . Modification Number Publication Date 0 01/07/2022 * SUTX1987-001 12/01/1987 Rates Fringes CARPENTER (Excluding Form Setting) . . . . . . . . . . . . . . . . . . . . . . . . .$ 9.05 Concrete Finisher. . . . . . . . . . . . . . . .$ 7 .56 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 13 .37 2 .58 Laborers : Common. . . . . . . . . . . . . . . . . . . . . .$ 7 .25 Utility. . . . . . . . . . . . . . . . . . . . .$ 7 . 68 Power equipment operators : Backhoe. . . . . . . . . . . . . . . . . . . . .$ 9.21 Motor Grader. . . . . . . . . . . . . . . .$ 8 .72 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017 . If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Supplementary Conditions 007300- 5 Gollihar Road-Greenwood Drive To Crosstown Expressway(Bond 2018)-18020A Rev 4/2022 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts . Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type (s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union, which prevailed in the survey for this classification, which in this example would be Plumbers 0198 indicates the local union number or district council number where applicable, i.e . , Plumbers Local 0198 . The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers 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 Supplementary Conditions 007300-6 Gollihar Road-Greenwood Drive To Crosstown Expressway(Bond 2018)-18020A Rev 4/2022 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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, 1000 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 Division National Office Branch of Wage Surveys . If the response from this initial contact is not satisfactory, then the process described in 2 . ) and 3. ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations . Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2 . ) If the answer to the question in 1. ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1 .8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. Supplementary Conditions 007300-7 Gollihar Road-Greenwood Drive To Crosstown Expressway(Bond 2018)-18020A Rev 4/2022 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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" "General Decision Number: TX20220029 01/07/2022 Superseded General Decision Number: TX20210029 State: Texas Construction Type: Highway Counties : Aransas, Calhoun, Goliad, Nueces and San Patricio Counties in Texas . HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges) . Note: Contracts subject to the Davis-Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658 . Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but do not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1 (a) (2) - (60) . If the contract is entered into on or after January 30, 2022, or the contract is renewed or extended (e.g. , an option is exercised) on or after January 30, 2022, Executive Order 14026 generally applies to the contract. The contractor must pay all covered workers at least $15. 00 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on that contract in 2022 . If the contract was awarded on or between January 1, 2015 and January 29, 2022, and the contract is not renewed or extended on or after January 30, 2022, Executive Order 13658 generally applies to the contract. The contractor must pay all covered workers at least $11 .25 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on that contract in 2022 . The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at www.dol.gov/whd/govcontracts . Supplementary Conditions 007300-8 Gollihar Road-Greenwood Drive To Crosstown Expressway(Bond 2018)-18020A Rev 4/2022 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Modification Number Publication Date 0 01/07/2022 * SUTX2011-010 08/08/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) . . .$ 12 . 64 FORM BUILDER/FORM SETTER Paving & Curb. . . . . . . . . . . . . . .$ 10 . 69 Structures . . . . . . . . . . . . . . . . . .$ 13 . 61 LABORER Asphalt Raker. . . . . . . . . . . . . . .$ 11. 67 Flagger. . . . . . . . . . . . . . . . . . . . .$ 8 .81 Laborer, Common. . . . . . . . . . . . .$ 10 .25 Laborer, Utility. . . . . . . . . . . .$ 11.23 Pipelayer. . . . . . . . . . . . . . . . . . .$ 11.17 Work Zone Barricade Servicer. . . . . . . . . . . . . . . . . . . .$ 11.51 PAINTER (Structures) . . . . . . . . . . . . .$ 21.29 POWER EQUIPMENT OPERATOR: Asphalt Distributor. . . . . . . . .$ 14.25 Asphalt Paving Machine. . . . . .$ 13 .44 Mechanic. . . . . . . . . . . . . . . . . . . .$ 17 .00 Motor Grader, Fine Grade . . . .$ 17 .74 Motor Grader, Rough. . . . . . . . .$ 16.85 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 Supplementary Conditions 007300-9 Gollihar Road-Greenwood Drive To Crosstown Expressway(Bond 2018)-18020A Rev 4/2022 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC is available at www.dol.gov/whd/govcontracts . Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type (s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union, which prevailed in the survey for this classification, which in this example would be Plumbers 0198 indicates the local union number or district council number where applicable, i.e . , Plumbers Local 0198 . The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates . Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates . LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. 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, 1000 of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 Supplementary Conditions 007300- 10 Gollihar Road-Greenwood Drive To Crosstown Expressway(Bond 2018)-18020A Rev 4/2022 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 Division National Office Branch of Wage Surveys . If the response from this initial contact is not satisfactory, then the process described in 2 . ) and 3. ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations . Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2 . ) If the answer to the question in 1. ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1 .8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3 . ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4. ) All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- Supplementary Conditions 007300- 11 Gollihar Road—Greenwood Drive To Crosstown Expressway(Bond 2018)—18020A Rev 4/2022 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC END OF GENERAL DECISION" ARTICLE 19—PROJECT MANAGEMENT AND COORDINATION SC-19.21 COOPERATION WITH PUBLIC AGENCIES C. For the Contractor's convenience,the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 LNV, Inc., an Ardurra Company 361-883-1984 D. Scott Jones, P.E. 361-883-1984 Traffic Engineering 361-826-3547 Police Department 361-882-2600 Water/Wastewater/Stormwater 361-826-1800 (361-826-1818 after hours) Gas Department 361-885-6900 (361-885-6942 after hours) Parks& Recreation Department 361-826-3461 Street Department 361-826-1875 City Street Div.for Traffic Signals 361-826-1610 Solid Waste& Brush 361-826-1973 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 1-888-632-0931 (Network Operations Center) Centuryl-ink 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 Supplementary Conditions 007300- 12 Gollihar Road—Greenwood Drive To Crosstown Expressway(Bond 2018)—18020A Rev 4/2022 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC ARTICLE 25—SHOP DRAWINGS SC-25.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description N/A 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: Specification Section Record Data Description As-Built Information On all Construction Improvements SC-30.21 Notices. B. Strict compliance is required for all notice provisions in this Contract. END OF SECTION Supplementary Conditions 007300- 13 Gollihar Road—Greenwood Drive To Crosstown Expressway(Bond 2018)—18020A Rev 4/2022 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 011100 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment,tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. 1.02 DESCRIPTION OF WORK A. Work is described in general, non-inclusive terms as: The project scope of improvements includes the complete reconstruction of Gollihar Road from Greenwood Drive to Crosstown Expressway, a distance of 3,900'. The existing roadway will be demolished and rebuilt with new pavement, curb and gutter, sidewalks, ADA compliant curb ramps, signage, pavement markings, RTA improvements, street light improvements, and traffic and pedestrian signal improvements. The Project will be bid with two(2) base bids: Base Bid No. 1-hot-mix, asphalt concrete(HMAC) pavement and Base Bid No. 2 - concrete pavement. In addition to surface improvements, the project includes stormwater, water, wastewater, and gas infrastructure improvements. Stormwater improvements include the replacement of all curb inlets, deficient reinforced concrete pipes and concrete structures, and all corrugated metal pipes. Water improvements include the replacement of the existing 12" asbestos concrete pipe (ACP) with 12" C900 PVC. Wastewater improvements include approximately 1,725 LF of wastewater pipebursting from the upstream end east of Falkinson to the downstream end just east of Bernandino. Additionally, the scope of wastewater improvements include removal of an existing wastewater manhole, rehab of eight(8) existing wastewater manholes with fiberglass liners, installation of new 8" SDR 26 PVC wastewater line, and installation of a steel cased wastewater line though a storm junction box. Wastewater improvements include the replacement of the existing wastewater line crossing Gollihar at about mid-Project Limits. Gas infrastructure improvements include conflict resolution and installation of a new 8" gas line from Greenwood to Crosstown Expressway,to be installed by the City's gas department. 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. List for each project. 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 011100- 1 Gollihar Road—Greenwood Drive to Crosstown Expressway(BOND 2018)—18020A Rev 10/2018 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: None B. Completion of the Work described in this Contract may impact the construction of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.05 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work 011100-2 Gollihar Road—Greenwood Drive to Crosstown Expressway(BOND 2018)—18020A Rev 10/2018 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 Lump Sum 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(NONE) 1.04 DESCRIPTION OF ALLOWANCES BASE BID NO.1(HMAC PAVEMENT) A. Item A2 and—Bonds and Insurance(2% Max) 1. A maximum of 2%of the bid price to be used for the purchase of bonds and insurance required for the Project. Alternates and Allowances 0123 10- 1 Gollihar Road—Greenwood Drive To Crosstown AAu:)u:a~H N 1AuYO,I A1 11 AC 11 A11I:::p~N"II"'IIYO, Expressway(Bond 2018)—18020A u:,AGE p „A 3 Rev 5/2020 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC B. Item B60-Allowance For Unanticipated Street Improvements(MANDATORY): 1. The sum of $25,000 to be used for the purchase of UNANTICIPATED STREET IMPROVEMENTS. C. Item E48-Allowance For Unanticipated Traffic Signal Improvements(MANDATORY): 1. The sum of $25,000 to be used for the purchase of UNANTICIPATED TRAFFIC SIGNAL IMPROVEMENTS. D. Item F38-Allowance For Unanticipated Drainage Improvements(MANDATORY): 1. The sum of $25,000 to be used for the purchase of UNANTICIPATED DRAINAGE IMPROVEMENTS. E. Item G -Allowance For Unanticipated Water Improvements(MANDATORY): 1. The sum of$15,000 to be used for the purchase of UNANTICIPATED WATER IMPROVEMENTS. F. Item H14-Allowance For Unanticipated Wastewater Improvements(MANDATORY): 1. The sum of$10,000 to be used for the purchase of UNANTICIPATED WASTEWATER IMPROVEMENTS. G. Item 15-Allowance For Unanticipated Gas Improvements(MANDATORY): 1. The sum of$10,000 to be used for the purchase of UNANTICIPATED GAS IMPROVEMENTS. BASE BID NO.2(CONCRETE PAVEMENT) H. Item AA2—Bonds and Insurance(2% Max) 1. A maximum of 2%of the bid price to be used for the purchase of bonds and insurance required for the Project. I. Item BB60-Allowance For Unanticipated Street Improvements(MANDATORY): 1. The sum of $25,000 to be used for the purchase of UNANTICIPATED STREET IMPROVEMENTS. J. Item EE48-Allowance For Unanticipated Traffic Signal Improvements(MANDATORY): 1. The sum of $25,000 to be used for the purchase of UNANTICIPATED TRAFFIC SIGNAL IMPROVEMENTS. K. Item FF39—Allowance For Unanticipated Drainage Improvements(MANDATORY): 1. The sum of $25,000 to be used for the purchase of UNANTICIPATED DRAINAGE IMPROVEMENTS. L. Item Gi„iiia—Allowance For Unanticipated Water Improvements(MANDATORY): 1. The sum of$15,000 to be used for the purchase of UNANTICIPATED WATER IMPROVEMENTS. M. Item HH14—Allowance For Unanticipated Wastewater Improvements(MANDATORY): Alternates and Allowances 0123 10-2 Gollihar Road—Greenwood Drive To Crosstown AAu:)u:a~H N 1AuYO,I A1 11 AC 11 A11I:::p~N"II"'IIYO, Expressway(Bond 2018)—18020A u:,AGE 2 „A 3 Rev 5/2020 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 1. The sum of$10,000 to be used for the purchase of UNANTICIPATED WASTEWATER IMPROVEMENTS. N. Item 115—Allowance For Unanticipated Gas Improvements(MANDATORY): 1. The sum of$10,000 to be used for the purchase of UNANTICIPATED GAS IMPROVEMENTS. 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances 0123 10-3 Gollihar Road—Greenwood Drive To Crosstown AAu:)u:a~H N 1AuYO,I A'll""'ll"AC: III1VH:::p~N"II"'IIYO, Expressway(Bond 2018)—18020A u:,AGE 3 iA 3 Rev 5/2020 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 A1, B1, C1, D1, E1, F1, G1, H1, 11, AAI, BBI, CCI, DDI, EE1, FF1, GG1, HH1, 111, — 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 012901- 1 ........................................................................................................................ Gollihar Road—Greenwood Drive To AAu:)u a~H N 1AuYO,I Crosstown Expressway(Bond 2018)—18020A A 111 11 AC 11 A11:!:N 11 uY O�,1�'% Rev 5/2020 1:1AGE a,ii':ff r'N DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 2. Measurement for payment will be made per lump sum on the following basis: When at least 5% of the adjusted contract amount for construction is earned, 75% of the mobilization lump sum bid amount will be eligible for payment, minus retainage. Upon substantial completion of all work under this Contract and removal of all equipment and materials from the Project site, the remaining 25% of the mobilization lump sum bid amount will be eligible for payment, minus retainage. B. Bid Item A2 and AA2—Bonds and Insurance (Maximum Allowance of 2%) 1. Payment shall include all bonds and insurance required under the Contract Documents. 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 insurance as required and obtained specifically for this Project, not includingthe 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. C. Bid Item A3 and AA3—Storm Water Pollution Prevention 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 lump sum 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 A7 and AA7—Traffic Control Plan & Preparation: 1. Payment shall include the preparation of traffic control plans that are appropriate for the Contractor's construction means and methods and in accordance with City Traffic Engineering standards and the latest edition of the Texas MUTCD. This item also includes all required changes to the traffic control plans throughout the construction duration. 2. The traffic control plans must be prepared and sealed by a Texas-licensed professional engineer. 3. Measurement shall be on a lump sum basis and payment will occur 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. E. Bid Item A8 and AA8—Traffic Control Plan Mobilization/Adjustments: 1. This item covers the cost of delivering and placing traffic control devices related to the initial traffic control plan and all subsequent revisions throughout the construction duration. Payment shall include transportation, equipment, and labor. This item also includes removal of traffic control devices. Measurement and Basis for Payment 012901-2 ........................................................................................................................ Gollihar Road—Greenwood Drive To AAll:)ll a~H N 1AuYO,I Crosstown Expressway(Bond 2018)—18020A A11 11 ACu1A::: N 111 uYO,1% Rev 5/2020 1:1AGE 2 :ff CN DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 2. Police Officer assistance is considered subsidiary to Traffic Control and shall not be measured and paid for as a separate item. Police Officer assistance is used to improve the effectiveness of the traffic control plan. This is due to the proximity to the Schools located within the Project Limits. 3. Measurement shall be on a lump sum basis and payment will occur 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. F. Bid Item A9 and AA9—Temporary Traffic Signal Design By Professional Engineer 1. This item covers the cost of providing all traffic signal design and all subsequent revisions throughout the duration of construction. Payment covers all necessary temporary traffic signal design, materials, equipment, labor and all meetings and coordination efforts, traffic control measures, equipment, temporary pavement and manpower necessary to traffic signal design during the Project in accordance with the Plans and Specifications for a Complete and In Place installation. 2. Measurement and payment will be made on a monthly basis in accordance with the Contractor's Bid Unit Price. G. Bid Item A10 and AA10—Temporary Traffic Signal Implementation (All Phases) 1. This item covers the full compensation for installation, operation, maintenance, reconfiguration, and removal of the temporary traffic signal consisting of traffic signal pole assemblies, vehicle and pedestrian signal heads, vehicle radar detection, associated equipment, signs, luminaries, ground boxes, conduit,traffic signal cables, conductors,wire strand, and electrical services; installation and removal of foundations; and materials equipment, labor,tools, and incidentals. Temporary traffic signal item includes adjustment as needed on each traffic control phase. Contractor/signal engineer shall submit temporary traffic signal design with traffic control plans for review. Temporary signals shall keep vehicle detection operational. Review TXDot specification 681 for more details. 2. Measurement for payment will be made per lump sum 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. H. Bid Item A11 and AA11—Traffic Control Items (Barricades, Signs&Traffic Handling): 1. This item covers the cost of providing all traffic control measures, except Low Profile Concrete Barriers, required bythe initial traffic control plan and all subsequent revisions throughout the duration of construction. Payment covers all necessary traffic control measures, except Low Profile Concrete Barriers (required by the initial traffic control plan and all subsequent revisions throughout the duration of construction), materials, equipment, labor and all meetings and coordination efforts, traffic control measures, equipment, temporary pavement and manpower necessary to maintain traffic control during the Project in accordance with the Plans and Specifications for a Complete and In Place installation. Measurement and Basis for Payment 012901-3 ........................................................................................................................ Gollihar Road—Greenwood Drive To AAu:)u a~H N 1AuYO,I Crosstown Expressway(Bond 2018)—18020A A11 11 ACu1A::: N 111 uYO,1% Rev 5/2020 1:1AGE 3 ':ff r'N DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 2. Measurement and payment will be made on a monthly basis in accordance with the Contractor's Bid Unit Price. I. Bid Item A14 and AA14-Clear Right-Of-Way 1. These items include all materials, equipment and labor necessary to remove existing infrastructure within the right-of-way not already specifically called out and quantified for removal by another bid item and includes, but is not limited to, the removal of the 0.5' of existing HMAC pavement between 1' back of proposed curb and the lip of the existing curb and gutter on each side of the existing roadway, and unforeseen pavement, concrete, utilities,fencing, etc. 2. Measurement and payment will be made on a per acre basis in accordance with the Contractor's Bid Unit Price. J. Other Bid Items 1. The basis of measurement and payment for bid items, other than those mentioned above,shall include all materials,equipment,and labor necessaryto provide a complete and in place installation of infrastructure as described in and in accordance with 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 012901-4 ........................................................................................................................ Gollihar Road—Greenwood Drive To AAu:)u a~H N 1AuYO,I Crosstown Expressway(Bond 2018)—18020A A11 11 ACu1A::: N 111 uYO,1% Rev 5/2020 '::"AGE r'N ii':ff r'N DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 0133 01 Submittal Register 022100 Select Material 02 24 20 Silt Fence 02 52 05 Pavement Repair,Curb,Gutter,Sidewalk&Driveway Replacement 02 52 23 Crushed Limestone Flexible Base 025404 Asphalts,Oils,&Emulsions 025412 Prime Coat 02 54 24 Hot Asphalt Concrete Pavement 02 56 08 Inlets 02 56 10 Concrete Curb&Gutter 02 58 02 Temporary Traffic Controls During Construction 02 58 05 Work Zone Pavment Markings 02 58 07 Pavement Markings(Paint and Thermoplastics) 02 58 13 Preformed Thermoplastic Striping,Words&Emblems 02 58 16 Raised Pavement Markers 02 58 18 Reference Specifications-TxDOT DMS-4200 Pavement Markers(Reflectorized) 02 58 28 Reference Specifications-TxDOT DMS-6130 Bituminous Adhesive for Pavement Marker 02 62 04 PVC Pipe-Pressure Pipe for Wastewater Force Mains, Irrigation systems,and Water Transmission Lines-ASTM D2241 02 62 06 Ductile Iron Pipe&Fittings 02 62 10 PVC Pipe-AWWA C900/C905 Pressure pipe for Municipal Water Mains and Wastewater Force mains 026404 Water Service Iines 026409 Tapping Sleeves&Tapping Valves 026411 Gate Valves for Waterlines 026416 Fire Hydrants 02 72 02 Reinforced Concrete Pipe Culverts 02 76 11 Cleaning and Televised inspection of Conduits 02 76 18 Wastewater Line Rehabilitation/Pipebursting 03 00 20 Portland Cement Concrete Pavement 03 20 20 Reinforced Steel 03 70 40 Epoxy Compounds(S-44) 03 80 00 Concrete Structures 05 54 20 Frames,Grates,Rings,&Covers Submittal Register 01 33 01-1 Gollihar Road-Greenwood Drive To Crosstown Expressway-18020A 10/2018 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Perform the Work as required to complete the entire Project within the Contract Times and in the sequence stipulated below: B. Work shall be completed within the specified time for these items: Description Time 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 1 month prior to beginning the Work. Special Procedures 013500- 1 Gollihar Road—Greenwood Drive To Crosstown Expressway(Bond 2018) Rev 10/2018 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 1.03 CRITICAL OPERATIONS A. The Owner has identified critical operations that must not be out of service longer than the designated maximum time out of service and/or must be performed only during the designated times. These have been identified in the table below: Max.Time Hours Operation Liquidated Critical Operation Damages Out of Operation can be Shut Down ($ per hour) 12" Waterline No down time Reconnecting Water Minimize down Times specified on Distribution Infrastructure time public notifications 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. These items are critical to the [for operation of the existing distribution system] [other description of critical nature of operations]. 2. Loss of[operation of the existing distribution system] [other description of critical nature of operations] can subject the Owner to loss of revenue, additional operations cost, and fines from regulatory agencies. 3. Liquidated damages have been established for each critical operation. F. Designated Critical Operations are described in more detail as follows: 1. Critical Operation 1—Installation of new 12" waterline and connected water distribution infrastructure. 2. Critical Operation 2—Rehab existing wastewater manhole and remove and replace VCP wastewater line with minimal downtime. 1.04 OWNER ASSISTANCE A. The Owner will assist the Contractor in draining the existing pipelines as much as possible through existing blow-off valves. The Contractor will be responsible for providing dewatering pumps, etc. required to completely dewater the facilities and handle any leakage past closed valves,gates or adjacent structures. Special Procedures 013500-2 Gollihar Road—Greenwood Drive To Crosstown Expressway(Bond 2018) Rev 10/2018 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures 013500-3 Gollihar Road—Greenwood Drive To Crosstown Expressway(Bond 2018) Rev 10/2018 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 01 50 00 TEMPORARY FACILITIES AND CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide temporary facilities, including OPT's field office and the Contractor's field offices, storage sheds, and temporary utilities needed to complete the Work. B. Install and maintain temporary Project identification signs. Provide temporary on-site informational signs to identify key elements of the construction facilities. Do not allow other signs to be displayed. 1.02 QUALITY ASSURANCE A. Provide a total electrical heating and cooling system for the OPT's field office capable of maintaining the following conditions: 1. Heating: Minimum 75 degrees ID temp at 10 degrees ambient. 2. Cooling: Minimum 75 degrees ID temp at 105 degrees ambient. 3. Relative humidity: 48 to 54 percent. B. Inspect and test each service before placing temporary utilities in use. Arrange for all required inspections and tests by regulatory agencies, and obtain required certifications and permits for use. 1.03 DELIVERY AND STORAGE A. Arrange transportation, loading, and handling of temporary buildings and sheds. 1.04 JOB CONDITIONS A. Locate buildings and sheds at the Site as indicated or as approved by the OPT. B. Prepare the Site by removing trees, brush, or debris and performing demolition or grubbing needed to clear a space adequate for the structures. C. Pay for the utilities used by temporary facilities during construction. D. Provide each temporary service and facility ready for use at each location when the service or facility is first needed to avoid delay in the performance of the Work. Provide OPT's field office complete and ready for occupancy and use within 7 days of the Notice to Proceed. E. Maintain, expand as required, and modify temporary services and facilities as needed throughout the progress of the Work. F. Remove services and facilities when approved by the OAR. G. Operate temporary facilities in a safe and efficient manner. 1. Restrict loads on temporary services or facilities to within their designed or designated capacities. 2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from developing or existing at the Site. Temporary Facilities and Controls 015000- 1 Gollihar Road—Greenwood Drive To Crosstown Expressway(Bond 2018)- 18020A Rev 8/2019 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 3. Prevent freezing of pipes,flooding, or the contamination of water. 4. Maintain Site security and protection of the facilities. 1.05 OPTIONS A. Construction offices may be prefabricated buildings on skids or mobile trailers. B. Storage sheds may be prefabricated buildings on skids or truck trailers. 2.00 PRODUCTS 2.01 TEMPORARY FIELD OFFICES A. The Contractor must furnish the OPT with a field office at the Site. The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30 inches by 60 inches and two chairs. The Contractor shall move the field office on the Site as required by the OAR. 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 015000-2 Gollihar Road—Greenwood Drive To Crosstown Expressway(Bond 2018)- 18020A Rev 8/2019 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 2.05 TEMPORARY UTILITIES A. Provide the temporary utilities for administration, construction, testing, disinfection, and start-up of the Work, including electrical power, water, and telephone. Pay all costs associated with furnishing temporary utilities. 1. Provide a source of temporary electrical power of adequate size for construction procedures. a. Use existing power systems where spare capacity is available. Provide temporary power connections that do not adversely affect the existing power supply. Submit connections to the OAR for approval prior to installation. b. Provide electrical pole and service connections that comply with Laws and Regulations and the requirements of the power company. 2. Provide telephone service to the Site and install telephones inside the Contractor's and the OPT's field office. 2.06 WATER FOR CONSTRUCTION A. Provide temporary water. Potable water may be purchased from the Owner by obtaining a water meter from the Owner and transporting water from a water hydrant. Non-potable water may be used for hydraulic testing of non-potable basins or pipelines. Include the cost of water in the Contract Price. B. Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Plan on the Site throughout construction. 3.00 EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the OAR. Construct and install signs at locations approved by the OAR. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION AND SIGNS A. The Owner will furnish two Project signs to be installed by the Contractor. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determined in the field by the OAR. 3.03 TEMPORARY LIGHTING A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. Temporary Facilities and Controls 015000-3 Gollihar Road—Greenwood Drive To Crosstown Expressway(Bond 2018)- 18020A Rev 8/2019 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC C. Provide portable flood lights at any time that Work will be performed outside the structure at night. Provide adequate lighting at any location Work is being performed. 3.04 DRINKING WATER A. Provide all field offices with potable water. Provide a dispenser and cooling apparatus if bottled drinking water is provided. B. Pay for water services and maintain daily. 3.05 CONSTRUCTION FENCE A. Install and maintain a construction fence around the Site and off-site storage yards. Fence must be a minimum 6 feet high chain link construction unless shown otherwise. Provide gates with padlocks. 3.06 REMOVAL OF TEMPORARY FACILITIES A. Remove temporary buildings, sheds, and utilities at the conclusion of the Project and restore the Site to original condition or finished in accordance with the Drawings. B. Remove informational signs upon completion of construction. C. Remove Project identification signs, framing, supports, and foundations upon completion of the Project. 3.07 MAINTENANCE AND JANITORIAL SERVICE A. Provide janitorial service (sweeping/mopping)for the OPT's field office on a weekly basis or as requested. Empty trash receptacles daily or as needed. B. Maintain signs and supports in a neat, clean condition. Repair damage to structures, framings, or signs. C. Repair any damage to Work caused by placement or removal of temporary signage. D. Service, maintain, and replace, if necessary, the OPT's field office computer equipment throughout the Project as required by the OPT including replacement cartridges for all office equipment. END OF SECTION Temporary Facilities and Controls 015000-4 Gollihar Road—Greenwood Drive To Crosstown Expressway(Bond 2018)- 18020A Rev 8/2019 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 015700- 1 Gollihar Road—Greenwood Drive To Crosstown Expressway(Bond 2018)—18020A Rev 8/2019 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 015700-2 Gollihar Road—Greenwood Drive To Crosstown Expressway(Bond 2018)—18020A Rev 8/2019 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 015700-3 Gollihar Road—Greenwood Drive To Crosstown Expressway(Bond 2018)—18020A Rev 8/2019 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 015700-4 Gollihar Road—Greenwood Drive To Crosstown Expressway(Bond 2018)—18020A Rev 8/2019 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC C. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and/or settling prior to entering a storm water conduit or inlet. D. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharges groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream,the Corpus Christi Bay and Oso Creek E. Testing of groundwater quality is to be performed by the Contractor, at the Contractor's expense, prior to commencing discharge and shall be retested by the Contractor, at the Contractor's expense, a minimum of once a week. Contractor shall coordinate with the Owner on all testing. Tests will also be performed as each new area of construction is started. F. Another option for disposal of groundwater by Contractor would include pumping to the nearest 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(NOT APPLICABLE) A. An allowance will be included in the Bid for the unanticipated disposal of contaminated groundwater. This allowance may not be needed but is provided in case contaminated groundwater is encountered during the course of the Project and does not meet the water quality requirements for discharge into the storm water or wastewater systems. This allowance includes all materials, tools, equipment, labor, transportation, hauling, coordination, and proper disposal of the contaminated water at an approved landfill, deep water injection well, or other site as agreed to by the Designer. Suggested disposal facilities would be US Ecology(USET)in Robstown,Texas or Texas Molecular in Corpus Christi,Texas. B. The payment for this Work will be based on the Contractor's actual costs and will be negotiated. 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 015700- 5 Gollihar Road—Greenwood Drive To Crosstown Expressway(Bond 2018)—18020A Rev 8/2019 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC disposal of this water in a Plan of Action per SECTION 0135 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] [Owner] shall be responsible for contracting with a licensed structural engineer in the State of Texas to perform all inspections and provide documentation for windstorm certification to the Texas Board of Insurance. The Contractor shall be responsible for providing all necessary design/assembly documentation for all new windows, doors, louvers, etc. to the windstorm engineer/inspectors required to conform with the requirements of the Texas Department of Insurance. 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials that comply with Laws and Regulations. 3.00 EXECUTION 3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS A. Construct temporary controls in accordance with Laws and Regulations. B. Maintain controls in accordance with regulatory requirements where applicable, or in accordance with the requirements of the Contract Documents. C. Remove temporary controls when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls while they are still required. END OF SECTION Temporary Controls 015700-6 Gollihar Road—Greenwood Drive To Crosstown Expressway(Bond 2018)—18020A Rev 8/2019 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC PART • • DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC PARTS: CITY STANDARD CONSTRUCTION SPECIFICATIONS INDEX DIVISION 2—SITEWORK REV. DATE 021 SITE PREPARATION 021020 Site Clearing&Stripping 10-30-14 021080 Removing Abandoned Structures 10-30-14 022 EARTHWORK 022021 Control of Ground Water 10-30-14 022022 Trench Safety For Excavations 10-30-14 022040 Street Excavation 10-30-14 022100 Select Material 10-30-14 022420 Silt Fence 10-30-14 025 ROADWAY 0252.....SUBGRADES& BASES 025205 Pavement Repair, Curb, Gutter, Sidewalk& 11-09-16 Driveway Replacement 025210 Lime Stabilization 90-02-20 025223 Crushed Limestone Flexible Base 03-25-15 0254.....ASPHALTS&SURFACES 025404 Asphalts, Oils, & Emulsions 10-30-14 025412 Prime Coat 10-30-14 025414 Aggregate For Surface Treatment 03-25-15 025612 Seal Coat 03-25-15 025424 Hot Mix Asphalt Concrete Pavement 03-25-15 0256.....CONCRETE WORK 025608 Inlets 03-25-15 025610 Concrete Curb&Gutter 03-25-15 025612 Concrete Sidewalks& Driveways 03-25-15 025620 Portland Cement Concrete Pavement 03-25-14 0258.....TRAFFIC CONTROLS& DEVICES 025802 Temporary Traffic Controls During Construction 10-30-14 025803 Traffic Signal Adjustments 10-30-14 025805 Work Zone Pavement Markings 10-30-14 025807 Pavement Markings (Paint and Thermoplastics) 10-30-14 025813 Preformed Thermoplastic Striping, Words & Emblems 03-25-15 025816 Raised Pavement Markers 10-30-14 025818 Reference Specifications—Tx DOT DMS-4200 Pavement TxDOT Markers (Reflectorized) 025828 Reference Specifications—TxDOT DMS-6130 Bituminous TxDOT Adhesive for Pavement Marker CORPUS CHRISTI PLAN PREPARATION STANDARDS CONSTRUCTION SPECIFICATIONS INDEX Rev.11-09-2016 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC PARTS: CITY STANDARD CONSTRUCTION SPECIFICATIONS INDEX 026 UTILITIES 0262......GENERAL 026201 Waterline Riser Assemblies 10-30-14 026202 Hydrostatic Testing of Pressure Systems 10-30-14 026204 PVC Pipe—Pressure Pipe for Wastewater Force Mains, 10-30-14 Irrigation Systems, and water Transmission Lines— 10-30-14 ASTM D2241 026206 Ductile Iron Pipe & Fittings 10-30-14 026210 PVC Pipe—AWWA C900/C905 Pressure Pipe 03-25-15 for Municipal Water Mains and Wastewater Force Mains 026214 Grouting Abandoned Utility Lines 10-30-14 0264.....WATERLINES 026402 Waterlines 03-25-15 026404 Water Service Lines 03-25-15 026409 Tapping Sleeves&Tapping Valves 03-25-15 026411 Gate Valves for Waterlines 03-25-15 026416 Fire Hydrants 03-25-15 027 WASTEWATER&STORM WATER 0272.....GENERAL 027200 Control of Wastewater Flows 10-30-14 027202 Manholes 03-25-15 027203 Vacuum Testing of Wastewater Manhole And Structures 10-30-14 027405 Fiberglass Manholes 03-25-15 0274....STORM WATER 027402 Reinforced Concrete Pipe Culverts 03-25-15 027404 Concrete Box Culverts 02-25-15 0276....WASTEWATER(GRAVITY) 027602 Gravity Wastewater Lines 07-01-15 027604 Disposal of Waste From Wastewater Cleaning Operations 10-30-14 027606 Wastewater Service Lines 10-30-14 027611 Cleaning and Televised Inspection of Conduits 03-25-15 027618 Wastewater Line Rehabilitation/ Pipebursting 03-25-15 028 SITE IMPROVEMENTS &LANDSCAPING 028300 Fence Relocation 10-30-14 027611 Chain Link Fence 10-30-14 DIVISION 3—CONCRETE 030 CONCRETE, GROUT 030020 Portland Cement Concrete 10-30-14 032020 Reinforcing Steel 10-30-14 037040 Epoxy Compounds (S-44) 038000 Concrete Structures 03-25-15 CORPUS CHRISTI PLAN PREPARATION STANDARDS CONSTRUCTION SPECIFICATIONS INDEX Rev.11-09-2016 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC PARTS: CITY STANDARD CONSTRUCTION SPECIFICATIONS INDEX DIVISION 5—METALS 050 METALS 055420 Frames, Grates, Rings, & Covers 03-25-15 CORPUS CHRISTI PLAN PREPARATION STANDARDS CONSTRUCTION SPECIFICATIONS INDEX Rev.11-09-2016 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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. L 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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. L 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 2. Compare Ground Water Discharge Quality to Receiving Water Quality. The following table, Ground Water Discharge Limits, indicates that the parameters to compare to the receiving water are Total Dissolved Solids (TDS) and Total Suspended Solids (TSS). If the ground water results are equal to or better than the receiving water, then the discharge may be authorized as long as the discharge does not exceed the other parameters which would indicate hydrocarbon contamination. Note that the receiving water only needs to be tested initially as a baseline and the ground water shall be tested weekly to ensure compliance. GROUND WATER DISCHARGE LIMITS Ground Receiving Water Water Monitoring Monitoring Maximum Parameter Frequency Frequency Limitation Total Dissolved Once Prior to Solids (TDS) Initial +Weekly Discharge <Receiving Water Total Suspended Once Prior to Solids (TSS) Initial +Weekly Discharge <Receiving Water Total Petroleum Hydrocarbons Initial +Weekly 15 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 m /L 3. Analyze Ground Water for Hydrocarbon Contamination. All other parameters listed on the Ground Water Discharge Limits table must be analyzed prior to ground water discharge to the storm water system. If no limits are exceeded, ground water discharge to the storm water system may be authorized following notification to the MS4 operator(City of Corpus Christi) and all Pollution Prevention Measures for the project are in place. Analytical results shall be on-site or readily available for review by local, state or federal inspectors. Note that this step is frequently done simultaneously with Step 2 above to shorten analytical processing time. 4. Pollution Prevention Measures. A storm water pollution prevention plan or pollution control plan shall be developed and implemented prior to any ground water discharges to the storm water system. The plan's objectives are to limit erosion and scour of the storm water system, and minimize Total Suspended Solids (TSS) and other forms of contamination, and prevent any damage to the storm water system. Note that ground water discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the storm water system, the responsible party 022021 Page 8 of 10 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 �/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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC (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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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.L)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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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-Suported 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 44 bars at 12 inches each way with additional diagonal bars as indicated on the drawings. Any other type shall be replaced with like or better replacement. Replacement shall, in general, be to original joint or score mark. 7. REPLACING SIDEWALKS On all sidewalk pavements,the replacement shall consist of a reinforced Class"A"concrete slab four (4)inches thick. The type of finish for the replaced section shall be the same as that appearing on the old sidewalk. Replacement shall,in general,be to original 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 44 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC THIS PAGE INTENTIONALLY LEFT BLANK 025205 Page 4 of 4 Rev.11-9-2016 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SECTION 025210 LIME STABILIZATION 1. DESCRIPTION This specification shall consist of treating the subgrade, subbase or base by the pulverizing, addition of lime, mixing and compacting the mixed material to the required density. This specification applies to natural ground, embankment, existing pavement structure or proposed base, and shall be constructed as specified herein and in conformity with the typical sections, lines and grades as shown on the plans or as established by the Engineer. 2. MATERIALS (1) The lime shall be a commercially produced "Hydrated Lime" in accordance with AASHTO M216, or in accordance with TxDOT Specification Item 260. The specifications apply specifically to the normal hydrate of lime made from "high- calcium" type limestone. Hydrated lime for stabilization purposes shall be applied as a slurry. (2) Lime to be used for the treated subgrade, existing subbase, existing base or proposed base is determined by preliminary tests and shall be applied at a rate indicated on the drawings,but no less than 6%. 3. EQUIPMENT The machinery, tools and equipment necessary for proper prosecution of the work shall be on the project and approved by the Engineer prior to the beginning of construction operations. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. Hydrated lime shall be stored and handled in closed weatherproof containers until immediately before distribution on the roadbed. If storage bins are used, they shall be completely enclosed. Hydrated lime in bags shall be stored in weatherproof buildings with adequate protection from ground dampness. If lime is furnished in trucks, each truck shall have the weight of lime certified on public scales. If lime is furnished in bags, each bag shall bear the manufacturer's certified weight. Bags varying more than 5 percent from that weight may be rejected and the average weight of bags in any shipment, as shown by weighing 50 bags taken at random, shall not be less than the manufacturer's certified weight. 025210 Page 1 of 4 Rev.9-2-2020 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 4. CONSTRUCTION METHODS General - It is the primary requirement of this specification to secure a completed course of treated material containing a uniform lime mixture, free from loose or segregated areas, of uniform density and moisture content, well bound for its full depth and with a smooth surface suitable for placing subsequent courses. It shall be the responsibility of the Contractor to regulate the sequence of his work, to use the proper amount of lime, maintain the work and rework the courses as necessary to meet the above requirements. Application - Lime shall be spread only on that area where the first mixing operations can be completed during the same working day. Unless otherwise shown on drawings, lime shall be applied at a rate in pounds of dry-hydrated lime per square yard, in the form of a slurry. Application rate may be varied by the Engineer, if conditions warrant,but no less than 6%must be applied. Certification of lime quantity and quality shall be provided as required to monitor the application. Certification should be in the form of weight tickets which indicate the actual weight of dry hydrated lime, CA(OH)z. The application and mixing of lime with the material shall be accomplished by the method hereinafter described. The lime shall be mixed with water in trucks with approved distributors and applied as a thin water suspension or slurry. Mixing - The mixing procedure shall be as hereinafter described. (a) First Mixing: The material and lime shall be thoroughly mixed by approved road mixers or other approved equipment, and the mixing continued until, in the opinion of the Engineer, a homogeneous, friable mixture of material and lime is obtained, free from all clods or lumps. Materials containing plastic clays or other material which will not readily mix with lime shall be mixed as thoroughly as possible at the time of the lime application, brought to the proper moisture content and left to cure 1 to 4 days as directed by the Engineer. During the curing period,the material shall be kept moist as directed. (b) Final Mixing: After the required curing time, the material shall be uniformly mixed by approved methods. If the soil binder-lime mixture contains clods, they shall be reduced in size by raking, blading, discing, harrowing, scarifying or the use of other approved pulverization methods. After mixing, the Engineer may sample the mixture at roadway moisture and test in accordance with Tex-101-E, Part III, to determine compliance with the gradation requirements in Table 1. 025210 Page 2 of 4 Rev.9-2-2020 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Table 1 Gradation Re uirements Minimum % Passing) Sieve Size Base Sub rade 1-3/4" 100 100 3/4" 85 85 44 — 60 Old bituminous wearing surface shall be pulverized so that 100%will pass a 2 /z" sieve. During the interval of time between applications and mixing, hydrated lime that has been exposed to the open air for a period of 6 hours or more, or to excessive loss due to washing or blowing,will not be accepted for payment. Compaction - Compaction of the mixture shall begin immediately after final mixing and in no case later than 3 calendar days after final mixing, unless approval is obtained from the Engineer. The material shall be aerated or sprinkled as necessary to provide the optimum moisture. Compaction shall begin at the bottom and shall continue until the entire depth of mixture is uniformly compacted as hereinafter specified. If the total thickness of the material to be treated cannot be mixed in one operation, the previously mixed material shall be bladed to a windrow just beyond the area to be treated and the next layer mixed with lime as previously specified. The first layer of the material shall be compacted in such a manner that the treated material will not be mixed with the underlying material. The course shall be sprinkled as required to maintain moisture content on the wet side of optimum and compacted to the extent necessary to provide the specified density. Unless shown otherwise on the drawings, all lime treated subgrades, sub-bases, and bases that are not in direct contact with surface or binder course shall be compacted to a minimum of 95% Standard Proctor density (AASHTO T99),unless otherwise specified. In addition to the requirements specified for density, the full depth of the material shown on the plans shall be compacted to the extent necessary to remain firm and stable under construction equipment. After each section is completed, tests, as necessary, will be made by the Engineer. If the material fails to meet the density requirements, it shall be reworked as necessary to meet these requirements. Rework, when required to meet pulverization requirements or density requirements, shall include the addition of lime, about 10% to 15% of the initial application rate, or as deemed necessary by the Engineer. A new optimum density will be obtained. Throughout this entire operation, the shape of the course shall be maintained by blading, and the surface, upon completion, shall be smooth and in conformity with the typical section shown on the drawings and to the established lines and grades. 025210 Page 3 of 4 Rev.9-2-2020 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, lime stabilization for bases, sub-bases and subgrade shall be measured by the square yard of lime-stabilized material in place. Pulverizing, mixing, watering grading, compacting, working material etc., shall not be measured for pay but shall be subsidiary to other work. Payment shall be full compensation for all materials, labor, equipment, tools, and incidentals necessary for the completion of work. 025210 Page 4 of 4 Rev.9-2-2020 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC (ASTM D1557) under flexible pavements or typical minimum 98% Standard Proctor (ASTM D698) under concrete pavement and to within + 2% of optimum moisture. The section may be accepted if no more than 1 of the 5 most recent moisture or density tests is outside of the specified limits, and the failed test is within+I%deviation from specified moisture or density requirements. The surface of the compacted base, after meeting moisture and density requirements, shall be primed in accordance with City Standard Specification Section 025412"Prime Coat". On completion of compaction and priming, the surface shall be smooth and conform to lines, grades, and sections shown on the drawings. Areas with any deviation in excess of 1/4 inch in cross-section and in lengths of 16 feet measured longitudinally shall be corrected by loosening, adding or removing material,reshaping, and recompacting by repriming and rolling. Moisture and density shall be maintained until the paving is complete. Excessive loss of moisture shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the base, due to any reason or cause, lose the required stability, density, or moisture before it is protected by placement of the next layer, it shall be re-compacted, refinished, and retested at the expense of the Contractor until acceptable to the City. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, crushed limestone flexible base shall be measured by the square yard complete in place. Payment shall be full compensation for all materials, royalty, hauling, placing, compacting, labor, equipment, tools, and incidentals necessary for the completion of work. Prime shall be measured and paid under separate bid item if specified on the Bid Form. Geogrid shall be measured and paid under separate bid item if specified on the Bid Form. 025223 Page 2of2 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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. 025412 Page 1 of 2 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Prime shall be applied at a temperature within the recommended range per City Standard 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SECTION 025414 AGGREGATE FOR SURFACE TREATMENT 1. DESCRIPTION This specification establishes the requirements for surface aggregate to be used in the construction of surface treatments and seal coats. The type, grade, and surface aggregate classification (SAC) of aggregate shall be as specified in the applicable specification or as shown on the drawings. 2. AGGREGATE A. Materials. Furnish uncontaminated materials of uniform quality throughout that meet the requirements of the drawings and specifications. Materials shall meet the applicable requirements of TxDOT Specification Item 302 "Aggregates for Surface Treatments" (latest edition). 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, aggregate for surface treatment and seal coats shall not be measured and paid separately,but shall be subsidiary to the construction in which these materials are used. 025414 Page 1 of 1 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SECTION 025416 SEAL COAT 1. DESCRIPTION This specification shall consist of a surface treatment composed of a single or multiple application of asphalt covered with aggregate for the sealing of existing pavements in accordance with this specification. Seal coats shall not be applied when the air temperature is below 60°F and falling, but may be applied when the air temperature is above 50°F and rising; the air temperature being taken in the shade and away from artificial heat. Asphaltic material shall not be placed when general weather conditions,in the opinion of the Engineer, are not suitable. 2. MATERIALS (1) Asphaltic Materials. The asphaltic material used shall be AC-5 (AC-3 in winter) or other approved material as prescribed in Standard Specification Section 025404 "Asphalts, Oils and Emulsions",whichever is called for on the plans. (2) Aggregate. Single Course- The aggregate used shall be Type PA (pre-coated aggregate), Grade 5 (1/2" maximum size), as described in specification Section 025414 "Aggregate For Surface Treatment". Multiple Course- The aggregate used for multiple course seal coat shall be the same as for single course, except Grade 4 (5/8" maximum size) aggregate will be required for the first course, and Grade 5 (1/2" maximum size) aggregate will be required for the second and third(surface) courses, as shown in the plans and specifications. 3. CONSTRUCTION METHODS The area to be treated shall be cleaned of dirt, dust or other deleterious matter by sweeping or other approved methods. If it is found necessary by the Engineer, the surface shall be lightly sprinkled with water just prior to the application of asphaltic material. Asphaltic material shall be applied on the cleaned surface by an approved type of self-propelled pressure distributor, so operated as to distribute the material in the quantity specified, evenly and smoothly,under a pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of the asphaltic material in all of the heating equipment and in the distributor, for determining the rate at which it is applied, and for securing uniformity at the junction of two distributor loads. The distributor shall have been recently calibrated and the Engineer shall be furnished an accurate and satisfactory record of such calibration. After beginning the work, should the yield on the asphaltic material appear to be in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work. 025416 Page 1 of 2 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Asphaltic material may be applied for the full width of the seal coat in one application unless the width exceeds 26 feet. Asphaltic material shall not be applied until immediate covering with aggregate is assured. Immediately after the application of asphalt, the aggregate shall be evenly spread over the surface. Mechanical spreading devices shall be of a type approved by the Engineer. The cover material must be evenly and accurately distributed to the end that an even and smooth surface is obtained. Immediately after the aggregate has been applied, the surface shall be adequately raked and broomed to insure uniformity. As soon as proper distribution of aggregate can be obtained, the surface shall be flat-rolled with a roller having a gross weight of not less than four (4) tons and not more than ten (10) tons. The Contractor shall so arrange his work that the rolling of all aggregate applied that day shall be completed on the road before daylight. The asphalt and aggregate shall be applied at the approximate rate indicated on plans within the limits of the following schedule or as directed by the Engineer. Gallons of Asphalt Aggregate egate Per Square Yard Cu.Yd. to Sq.Yd. Min. Max. Min. Max. Asphalt Cement.. ....................0.15 0.30 1:200 1:100 The Contractor shall be responsible for the maintenance of the surface until the work is accepted by the Engineer. All holes or failures in the seal coat surface shall be repaired by use of additional asphalt and aggregate, and all fat or bleeding surfaces shall be covered with approved cover material in such manner that the asphaltic material will not adhere to or be picked up on the wheels of vehicles. All storage tanks,piping, retorts,booster tanks and distributors used in storing or handling asphaltic material shall be kept clean and in good operating condition at all times, and they shall be operated in such manner that there will be no contamination of the asphalt with foreign material. It shall be the responsibility of the Contractor to provide and maintain in good working order a recording thermometer at the storage heating unit at all times. The temperature of application shall be within the limits recommended in City Standard Specification Section 025404 "Asphalts, Oil and Emulsions", with that being 220 to 300 degrees F for AC-3, and 275 to 350 degrees F for AC-5. 4. MEASUREMENT AND PAYMENT Unless otherwise indicated in the Bid Form, seal coat will be measured by the square yard in place to the limits shown on the plans and as directed by the Engineer. Payment shall be full compensation for cleaning and sprinkling the existing surface; for furnishing, preparing, hauling and placing all materials; for all freight involved; and for all manipulations, labor, tools, equipment and incidentals necessary to complete the work. 025416 Page 2 of 2 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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-217-17. 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 Wei_ t No. 10 100 No. 200 0-15 025424 Page 1 of 8 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 Wei_ t No. 30 95 No. 80 75 No. 200 55 2.2. Reclaimed Asphalt Pavement(RAP). Reclaimed asphalt pavement maybe incorporated into the hot mix asphalt concrete furnished for the project, provided that the mixture is designed per the TxDOT Methods and meets the applicable provisions of said TxDOT Item 340 and this specification. 2.3. Asphalt. Asphalt Material shall be in accordance with Standard Specification Section 025404 "Asphalt, Oils and Emulsions" and AASHTO. 2.3.1. Paving Mixture: APPLICATION ASPHALT GRADE Residential or low volume PG 64-22 Collector Surface Course PG 70-22 Binder Course PG 64-22 Arterial Surface Course PG 76-22 Binder Course PG 64-22 Base Courses PG 64-22 2.3.2. Tack Coat shall consist of an emulsion, SS-1 diluted with equal volume of water and applied at a rate ranging from 0.05 to 0.15 gallon per square yard. 3. PAVING MIXTURE 3.1. Mix Design. The mixture shall be designed in accordance with TxDOT Bulletin C-14 and TxDOT Test Method TEX-204-F to conform to the requirements of this specification. The Contractor shall furnish the mix design for the j ob-mix to be used for the project,unless shown otherwise on the drawings. The mix design shall be submitted prior to placement of the mixture. The design procedures are actually intended to result at a job-mix with properties in compliance with these specifications,and when properly placed the j ob-mix will be durable 025424 Page 2 of 8 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC and stable. The sieve analysis of the job-mix shall be within the range of the Master Gradation and Tolerances specified herein. The j ob-mix shall meet the density and stability requirements as specified and shall be included with the mix design as submitted per above. If the specific gravity of any of the types of aggregates differs by more than 0.3,use volume method. Plot sieve analysis of job-mix;percent passing versus size on four-cycle semi-log paper or other appropriate type paper. Show tolerance limits and Limits of Master Gradation. 3.2. Master Gradation of Aggregate. The aggregate for the type of mix specified shall be within the following tabulated limits per TxDOT Test Method TEX-200-F (Dry Sieve Analysis): Type Sieve A B C D Size Course Fine Course Fine Base Base Surface Surface 1-1/2" 100 1-1/4" 95-100 1" 100 7/8" 70-90 95-100 100 5/8" 75-95 95-100 1/2" 50-70 100 3/8" 60-80 70-85 85-100 1/4" No. 4 30-50 40-60 43-63 50-70 No. 10 20-34 27-40 30-40 32-42 No. 40 5-20 10-25 10-25 11-26 No. 80 2-12 3-13 3-13 4-14 No. 200 1-6* 1-6* 1-6* 1-6* VMA minimum 11 12 13 14 025424 Page 3 of 8 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC * 2-8 when TxDOT Test Method Tex-200-F,Part H(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 44. 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-Stora System.SySystem. 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC delivery vehicles,and produce the surface tolerances herein required. It shall be wide enough to lay a 28-foot street(back-to-back of curbs)in a maximum of two passes. 4.6. Rollers. All rollers shall be self-propelled and of any type capable of obtaining the required density. Rollers shall be in satisfactory operating condition and free from fuel, hydraulic fluid, or any other fluid leaks. 5. STORAGE, PROPORTIONING AND MIXING 5.1. Storage and Heating of f Asphalt Materials. Asphalt cement shall not be heated to a temperature in excess of that recommended by the producer. Asphalt storage equipment shall be maintained in a clean condition and operated in such a manner that there will be no contamination with foreign matter. 5.2. Feeding and Dryin_ g of Aggregates. The feeding of various sizes of aggregate to the dryer shall be done in such a manner that a uniform and constant flow of materials in the required proportions will be maintained. In no case shall the aggregate be introduced into the mixing unit at a temperature in excess of 350 degrees F. 5.3. Proportioning. All materials shall be handled and proportioned in a manner that yield an acceptable mixture as herein specified and as defined by the 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 j o> b-mix by more than the tolerances and restrictions herein specified. The mixture when discharged from the plant shall have a moisture content not greater than one percent by weight of total mix when determined by TxDOT Test Method TEX-212-F. 5.4.4. The mixture produced from each type of plant shall be at a temperature between 250 and 325 degrees F. After a target mixing temperature has been established, the mixture when discharged from the mixer shall not vary from this temperature by more than 25 degrees F. 6. CONSTRUCTION METHODS 6.1. Construction Conditions. For mat thicknesses greater than 1.5 inches, the asphalt material may be placed with a laydown machine when the air temperature is 40 degrees F and 025424 Page 5 of 8 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 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 2of2 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 2of2 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC The different sections shall be separated by a premolded insert or board j oint of the thickness shown on the drawings, placed vertically and at right angles to the longitudinal axis of the sidewalks. Where the sidewalk or driveways abut a curb or retaining wall, approved expansion joint material shall be placed along their entire length. Similar expansion 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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. TABLE 1 Slump Requirements Construction Method Desired Slump Minimum Slump Maximum Slump Concrete Pavement(slipformed) 1.5 inches 1 inch 3 inches Concrete Pavement(formed) 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. TABLE 2 Class of Concrete for Concrete Pavement Class Minimum Minimum Maximum of Flexural(Beam) Compressive Water-Cement Coarse Concrete Strength Strength Ratio Aggregate P* 450 psi(7 days) 3200 psi(7 days) 5.6 gal./sack No.2(1�/z") 570 psi(28 days) 4000 psi(28 days) 0.50 * 5%entrained air 8. MIXING CONDITIONS The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the limits outlined in City Standard Specification Section 038000 "Concrete Structures", Article "Placing Concrete-General", shall not be used. Re-tamping of concrete will not be permitted. 025620 Page 4 of 5 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SECTION 025802 TEMPORARY TRAFFIC CONTROLS DURING CONSTRUCTION 1. DESCRIPTION This specification shall govern all work required for Temporary Traffic Controls during construction. The work shall include furnishing, installing, moving, replacing, and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary detours, temporary striping and markers, flagger, temporary drainage pipes and structures, blue business signs, and such temporary devices as necessary to safely complete the project. 2. MATERIALS Traffic control devices shall conform to the latest edition of the "Texas Manual on Uniform Traffic Control Devices",unless indicated otherwise on the Traffic Control Plan. 3. METHODS Sufficient traffic control measures shall be used to assure a safe condition and to provide a minimum of inconvenience to motorists and pedestrians. If the Traffic Control Plan (TCP) is included in the drawings, any changes to the TCP by the Contractor shall be prepared by a Texas licensed professional engineer and submitted to the City Traffic Engineer for approval, prior to construction. If the TCP is not included in the drawings, the Contractor shall provide the TCP prepared by a Texas licensed professional engineer and submit the TCP to the City Traffic Engineer for approval,prior to construction. The Contractor is responsible for implementing and maintaining the traffic control plan and will be responsible for furnishing all traffic control devices, temporary signage and ATSSA certified flaggers. The construction methods shall be conducted to provide the least possible interference to traffic so as to permit the continuous movement of traffic in all allowable directions at all times. The Contractor shall cleanup and remove from the work area all loose material resulting from construction operations at the end of each workday. All signs, barricades, and pavement markings shall conform to the BC standard sheets, TCP sheets and the latest version of the "Texas Manual on Uniform Traffic Control Devices". The Contractor may be required to furnish additional barricades, signs, and warning lights to maintain traffic and promote motorists safety. Any such additional signs and barricades will be considered subsidiary to the pay item for traffic control. All signs, barricades, and posts will be either new or freshly painted. The contractor and any traffic control subcontractor must be ATSSA certified for Traffic Control. 025802 Page 1 of 3 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 D I N 21 tb i M A, ND A R,I N G A ' .. ....... 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, 025802 Page 2 of 3 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC equipment, materials, personnel, and incidentals necessary to provide a safe condition during construction of all phases and elements of the project and to complete the work. Payment will be made on the following basis: The initial monthly estimate will include 50% of the lump sum bid amount minus retention (typically 5%). The balance will be paid with the final estimate,upon completion of the project. 025802 Page 3 of 3 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SECTION 025803 TRAFFIC SIGNAL ADJUSTMENTS 1. DESCRIPTION This specification shall govern all work for Traffic Signal Adjustments required to complete the project. 2. MATERIALS All equipment and materials for adjustments shall be provided by the Contractor, unless indicated otherwise on the drawings. 3. METHODS The existing signal controls shall be maintained by the Contractor. Transferring control of the adjusted signal control shall be done by the Contractor. A minimum of 72 hours advance notice shall be provided to the City Traffic Engineer by the Contractor, prior to transferring control of the adjusted signal control or any other interim signal adjustments necessary to control traffic,unless otherwise noted on the drawings. Manual traffic direction by the City Police Department shall be arranged and provided for by the Contractor at any signalized intersection at any time that signal control must be interrupted. The Contractor shall arrange for a representative from the City's Traffic Signals Division to be on site to inspect the process of signal control transfer, during the work. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, traffic signal adjustments will not be measured for pay, but shall be considered subsidiary to other work. 025803 Page 1 of 1 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 11 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 025807 Page 1 of 3 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC spattering and within the limits for straightness set forth herein. 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 025807 Page 2 of 3 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC (6) Moisture. Pavement to which the material is to be applied shall be completely dry. When questionable,pavements will be considered dry if, on a sunny day after observation for 15 minutes, no condensation occurs on the underside of a one (1) square foot piece of clear plastic that has been placed on the pavement and weighted down on the edges. (7) Temperature. Pavement and ambient air temperature requirements recommended by the material manufacturer shall be observed. If no temperature requirements are established by the materials manufacturer,material will not be placed if the pavement temperature is below 60 degrees F or if it is above 120 degrees F. (8) Clean-Up. At all times, the project site shall be kept free of all unnecessary traffic hazards. Upon completion of the work, the Contractor shall remove all rubbish from the work site, and shall clean and restore the area to a manner acceptable to the Engineer. Also,all damage done by the Contractor during the prosecution of the work must be repaired. Before acceptance, the work site must be neat and in a presentable condition throughout. No extra compensation will be allowed for fulfilling these clean-up requirements. 5. PERFORMANCE (1) Adhesion. Installed pavement markings shall adhere to the pavement sufficiently to prevent lifting, shifting, smearing, spreading, flowing or tearing by traffic. (2) Appearance. In addition to complying with all requirements listed herein, pavement markings shall present a neat,uniform appearance,and shall be free of unsightly conditions. Markings shall be free of ragged edges,misshapen lines or contours,and splices in transverse markings. (3) Visibility. The pavement marking material,in place on the roadway,shall have uniform and distinctive retro-reflectance when observed in accordance with TxDOT Test Method Tex- 828-B. (4) Observation Period. All material, workmanship and labor furnished shall be covered by manufacturer's guarantee and/or warranty for aperiod 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC DEPARTMENTAL MATERIA LS SPECIFICATION PAVEMENT AJARKERS(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 "Jig tg e Bar Tiles Pavement Markers and Traffic Buttons,"require no further testing, unless deemed necessary by the Project Engineer or CST/1\4&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/1\4&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/?\4&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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC DEPARTMENTAL MATERIA LS SPECIFICATION PAVEMENT AJARKERS(REFLECTORIZED) A. Pre-Qualification Request. Prospective suppliers interested in submitting their product for evaluation must submit a written request to the Texas Department of Transportation, Construction Division, Materials &Pavements Section (CP51), 125 East 11th Street, Austin, TX 78701-2483. Include the following items with the request: • Name and contact information, including email address for the person who will be the primary contact during the qualification process; • Laboratory test results, from the manufacturer's lab or an independent test laboratory, showing actual test results that meet the requirements of ASTM D 4280; • Product data sheets; • List of locations and applications dates where the product is being evaluated or is in current use; and • Test results from the National Transportation Product Evaluation Program (NTPEP), if available. B. Laboratory Testing. Provide CST/M&P with 350 RPMs of each color and type for laboratory and field testing. Submit materials for laboratory testing and field evaluations at no cost to the Department. CST/M&P will acknowledge receipt of materials and specify a tentative completion date for laboratory testing. CST/1\4&P will test RPMs in accordance with Article 4200.6 and will send notification of results once laboratory testing is complete. If laboratory testing conducted by TxDOT or by NTPEP shows RPMs do not meet the requirements of this specification, evaluation will cease, and RPMs will not be qualified. Suppliers may resubmit materials for qualification after providing documentation identifying the cause and corrective action taken. C. Field Testing. Upon satisfactory completion of laboratory testing, CST/M&P will specify the location of one or more roadways selected for the 12-month field test and suggested application dates. The roadways will include: • a concrete surface, • a hot-mix asphalt surface, and • a Grade 3 sealcoat. The concrete and asphalt roadways will be full-access controlled freeways with a minimum average daily traffic (ADT) count of 35,000 vehicles, a minimum of 20% average daily truck traffic volume, and a minimum posted speed limit of 65 mph. The Grade 3 road test will be conducted on a four-lane divided highway with a minimum ADT count of 4,000 vehicles per lane, a minimum of 20% average daily truck traffic volume, and a minimum posted speed limit of 50 mph. Providing NTPEP test results meeting the requirements of this specification may replace the concrete and hot-mix asphalt field tests on a deck for deck basis. If TxDOT or NTPEP field testing shows RPMs do not meet the requirements of this specification, evaluation will cease, and RPMs will not be qualified. Suppliers may TEXAS DEPARTMENT OF TRANSPORTATION 2-7 EFFECTIVE DATE:JANUARY 2010 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC DEPARTMENTAL MATERIA LS SPECIFICATION PAVEMENT AJARKERS(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/1\4&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/?\4&P will confirm the date and location of the field evaluation installation and resolve any problems as necessary. CST/?\4&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/?\4&P. Application must meet all Department specifications for RPM application and traffic control as well as the manufacturer's recommendations. Notify CST/?\4&P of any problems or concerns with the installation within one week of application and request a re-installation, if necessary. 3. Evaluation. CST/?\4&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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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/1\4&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/?\4&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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC DEPARTMENTAL MATERIA LS SPECIFICATION PAVEMENT AJARKERS(REFLECTORIZED) 2. Failure. CST/1\4&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/1\4&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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 0.21 Observation Angle(cd/fc) Horizontal Entrance Angle Crystal Amber Red 00 3.00 2.00 0.75 200 1.50 1.00 0.30 D. Physical Requirements. When tested in accordance with Tex-434-A, the minimum strength of five markers must be 2,000 Ib. 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) l s Where: QL = quality index value X= average result from test LSL=lower specification limit s = standard deviation from test. E. Heat Resistance. The RPMs must show no change in physical or optical properties when subjected to the requirements of Tex-846-B. The temperature will be 140°F with the marker in a vertical position. The SI of the pavement marker must not be less than 80% of its initial value after being subjected to the heat test. TEXAS DEPARTMENT OF TRANSPORTATION 6-7 EFFECTIVE DATE:JANUARY 2010 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC DEPARTMENTAL MATERIALS SPECIFICATION BITVMINOVS 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 Material Standard Adhesive Flexible Adhesive Property Test Method min max min max Softening Point,°F ASTM D 36 200 200 Penetration, 100 g,5 s,25°C(77F),0.1 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.,OF 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC DEPARTMENTAL A114TERI1 LS SPECIFICATION BITVMINOVS ADHESIVE FOR PA vEMENT MARKERS B. Asphalt Properties. This applies to standard bituminous adhesive only. The filler-free asphalt, obtained from the Extraction and Abson recovery process, as explained in Section 6130.4, must have the properties in Table 2. Table 2 Filler-Free Asphalt Properties Property Minimum Maximum Test Method Penetration, 100 g,5 s,25°C,(77°F), 25 ASTM D 5 0.1 mm(in.) Viscosity, 135°C(275°F)Pa-s 1.2(12) ASTM D 2171 (Poises) Viscosity Ratio, 135°C(275°F) 2.2 ASTM D 1754 and ASTM D 2171 C. Filler Properties. This applies to standard bituminous adhesive only. The filler material, obtained using the filler separation technique described in Section 6130.4, must have the properties in Table 3. Table 3 Filler Properties Property Minimum Maximum Test Method Filler Content,wt.% 50 75 As in Section 6130.4. Filler Fineness,%passing: ASTM C 430,as modified in 45 µm o.325) 75 -- Section 6130.4. 75 µm(No.200) 95 100 -- 150µm(No. 100) 6130.4. Test Methods. A. Heat Stability Flow. To determine the heat stability flow,place 1000 g of adhesive in a loosely-covered quart can, heat to 218°C (425°F) and maintain at this temperature 4 hours before performing the flow test. B. Extraction and Abson Recovery. Use this procedure to separate and recover the base asphalt from the adhesive. Heat the adhesive just to the point where it will easily flow. Transfer between 125 and 150 g into a 1000-mL (1-qt.) Erlenmeyer flask containing 400 mL (13.5 fl. oz.) of trichloroethylene with a temperature of 52-66°C (125-150°F). Stir this mixture thoroughly to dissolve the asphalt. Decant the solvent-asphalt mixture. Recover the base asphalt from solvent according to Tex-211-F, but begin with the centrifuge step; the primary distillation is not necessary. Repeat the above extraction- recovery method as necessary to obtain the desired quantity of asphalt. C. Filler Separation Technique. Use this procedure to separate the filler material from the asphalt and determine the filler content of the adhesive. Weigh 10.00 ± 0.01 g of solid adhesive, broken into small pieces, into a centrifuge flask with approximately 100 mL (3.5 fl. oz.)volume such as that specified in ASTM D 1796. Add 50 mL (1.7 fl. oz.) of trichloroethylene to the adhesive. Swirl or stir the mixture with a fine rod, taking care not TEXAS DEPARTMENT OF TRANSPORTATION 2-3 LAST REVIEWED:SEPTEMBER 2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC DEPARTMENTAL A114TERI1 LS SPECIFICATION BITVMINOVS ADHESIVE FOR PA vEMENT 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 µm retention factor to verify there is no loss of filler. Calculate the filler content as a percentage of the original sample weight. D. Filler Fineness. Use this procedure to determine the filler fineness. Use the same apparatus as described in ASTM C 430, except also use 75µm (No. 200) and 150 µm (No. 100) sieves. Prepare a water solution containing 1 wt. percent of a nonionic, water- soluble surfactant, such as Triton X-100, beforehand. Thoroughly wet the 1 g dry sample in the surfactant solution and allow it to soak for 30 min. Transfer the filler completely into the 45 µm (No. 325) sieve cup. Wash the sample with the water spray, as described in ASTM C 430, Section 5, for 2 min., adding surfactant solution as needed to disperse any clumped particles. Dry and weigh the sample and perform calculations as directed in ASTM C 430. Repeat the procedure using the other two sieve sizes. 6130.5. Acceptance. Bituminous adhesives are pre-qualified in accordance with Tex-538-C. Consult"Bituminous Marker Adhesive" for a list of materials currently pre-qualified under this procedure. 6130.6. Packaging and Labeling. Package the adhesive in self-releasing cardboard containers with essentially flat and parallel top and bottom surfaces such that the packages will stack properly. Each package must have a net weight of either 23 or 27 kg (50 or 60 lb.) and must weigh within 1 kg (2 lb.) of the stated quantity. Self-releasing cardboard dividers, which will separate each package into sections weighing no more than 7 kg (15 lb.) each, must be part of the packaging. Each package must display: • the manufacturer's name, • net weight, • lot or batch number, and • a product name that clearly identifies the material as either standard or flexible bituminous marker adhesive. 6130.7. Archived Versions. Archived versions are available. TEXAS DEPARTMENT OF TRANSPORTATION 3-3 LAST REVIEWED:SEPTEMBER 2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SECTION 026201 WATERLINE RISER ASSEMBLIES 1. DESCRIPTION This specification shall govern all work and materials required for proper installation of riser assemblies for waterline testing. 2. MATERIALS Riser assemblies for 4" diameter and larger waterlines shall consist of(in order): M. J. Plug or Cap, drilled and tapped(2") 2" x 6" Galvanized Nipple 2" Galvanized 90°Bend 2" x 3' Galvanized Nipple 2" Straight Coupling 2" x 3' Galvanized Nipple 2" Brass Gate Valve 3. CONSTRUCTION METHODS The Contractor shall install riser assemblies on each end of waterlines to be tested. Note that this includes all 2" service connections. The assembly shall be wrapped in polyethylene, and concrete thrust blocking shall be applied at the base. After the line is tested and ready for connection to the existing water system, the Contractor shall remove the riser assembly. The riser assemblies shall remain the property of the Contractor. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, waterline riser assemblies shall not be measured for payment. Payment for materials and labor shall be considered subsidiary to the payment for the waterline pipe. 026201 Page 1 of 1 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SECTION 026202 HYDROSTATIC TESTING OF PRESSURE SYSTEMS 1. DESCRIPTION This specification shall govern all work necessary for hydrostatic testing the completed pressure system. The Contractor shall provide all tools, equipment, materials, labor, etc., as necessary, except as noted, and accomplish all testing under this specification. 2. MATERIALS Water for filling the line and making tests will be furnished by the Contractor through a standard meter connection. A meter and gauges for testing shall be supplied by the Contractor. A test pump with appropriate connector points as approved by the Water Superintendent for the installation of meter and gauge shall be furnished by the Contractor. The meter shall be directly connected to the main or pipe being tested by the use of copper tubing or an approved reinforced hose. The meter shall be protected against extreme pressures by the use of a one-inch (I") safety relief valve set at the test pressure plus ten pounds per square inch (psi) and furnished by the Contractor. 3. TEST PROCEDURE Tests shall be made only after completion of backfill as specified, and not until at least thirty-six (36)hours after the last concrete thrust block has been cast. Contractor shall coordinate hydrostatic testing with the proposed construction sequencing and phasing. Each section of pipeline shall be slowly filled with water and the specified test pressure, measured at the point of lowest elevation, shall be applied. During the filling of the pipe and before applying the specified test pressure, all air shall be expelled from the pipeline. During the test, all exposed pipe, fittings, valves, hydrants and joints shall be carefully examined. If found to be leaking, they shall be corrected immediately by the Contractor. If the leaking is due to cracked or defective material, the defective material shall be removed and replaced by the Contractor with sound material. All pipes shall be subjected to two hydrostatic tests. The first hydrostatic test shall be a two-hour test at a pressure of 150 psi. The second test shall be no less than 48 hours after successful completion of the first hydrostatic test. The second hydrostatic test shall be for a 24-hour period at City operating pressure for waterlines or at 50 psi for wastewater force mains and effluent lines. 026202 Page 1 of 2 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC The maximum allowable leakage shall be as follows: Ductile Iron Pipe, AWWA C600 L= SD (P)�2 or L=ND P �2 133,200 7,400 Asbestos - Cement Pipe, AWWA C603 L=ND P 4,000 PVC Pipe-Uni-bell equation 99 L=ND P 7,400 WHERE: L=Maximum Allowable Leakage(gallonsihour) S =Length of Pipe Tested(feet) N=Number of Joints in Tested Line(pipe and fittings) D =Nominal Diameter of Pipe(inches) P=Average Test Pressure(psi) If the pressure system fails to meet the leakage requirements, the Contractor shall make the required repairs to the system and the system shall be retested. This procedure shall be repeated until the system complies with leakage requirements. The cost of each retest shall be$100. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, hydrostatic testing of pressure systems will not be measured for pay,but shall be subsidiary to the installation of the pressure system component. 026202 Page 2 of 2 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SECTION 026204 POLYVINYL CHLORIDE PIPE (ASTM D 2241 Pressure Pipe for Wastewater Force Mains, Irrigation Systems and Water Transmission Lines) 1. DESCRIPTION This specification shall govern all work necessary for furnishing all PVC pipe (ASTM D 2241) required to complete the project. 2. MATERIALS PVC pipe shall be made of Class 12454-A or Class 12454-B virgin compounds as defined in ASTM D 1784 with an established hydrostatic design base of 4000 psi for water at 73.4° F. 3. DIMENSIONS Pipe shall be manufactured to standard steel pipe O.D. (IPS), with dimensions and tolerances in accordance with ASTM D 2241. 4. JOINTS Pipe shall have a gasket bell end with a thickened wall section integral with the pipe barrel in accordance with ASTM D 3139. The use of solvent weld pipe shall not be allowed. 5. GASKETS Gaskets for jointing pipe shall be in accordance with ASTM F477 (for High Head). 6. PIPE PRESSURE RATING AND STANDARD DIMENSION RATIO The pressure rating and SDR for PVC pipe (ASTM D 2241) shall be as indicated on the drawings. Pressure rating shall be based on the ISO equation in Section 4.5 of ASTM D 2241 with a maximum allowable hydrostatic design stress of 2000 psi(Safety Factor of 2.0). 7. CAUSE FOR REJECTION Pipe shall be clearly marked in accordance with Section 9 of ASTM D 2241. Unmarked or scratched pipe shall be rejected. 026204 Page 1 of 2 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 8. CERTIFICATION The Contractor shall furnish, in duplicate to the Engineer, a copy of the manufacturer's affidavit of compliance with this specification. Certification shall accompany each delivery of materials, to include gaskets. 9. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, PVC pipe (ASTM D 2241) will be measured by the linear foot along the centerline for each size installed. Measurement of pipe shall be up to, but not include, the fittings. Payment shall include all labor, pipe, and equipment for hauling, bracing, trench excavation, testing, backfilling, and for all cleaning up and other incidentals necessary to install the pipe complete in place,per linear foot. 026204 Page 2 of 2 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SECTION 026206 DUCTILE IRON PIPE AND FITTINGS 1. DESCRIPTION This specification shall govern all work necessary for furnishing all ductile iron pipe and fittings required to complete the project. 2. GENERAL All ductile iron pipe shall conform to AWWA C151. The interior of pipe and fittings (excluding fittings for wastewater force mains)shall have a shop-applied cement-mortar lining(40 mils thick) in accordance with AWWA C104. The exterior of pipe and fittings shall have a coating of coal tar enamel of approximately 1 mil thick or as specified in AWWA C105. Ductile iron pipe shall be wrapped in two plys of 8-mil polyethylene in accordance with Section 026402 "Waterlines" of the City Standard Specifications. 3. FITTINGS All fittings shall be ductile iron and in accordance with AWWA C153. Fittings shall have apressure rating of 250 psi for sizes through 12" and 150 psi for 14" and larger sizes,unless shown differently on the drawings. Unless noted otherwise on the drawings, Mechanical Joints shall be used. 4. JOINTS Joints for pipe shall be mechanical type or push-on type such as "Tyton Joint", or approved equal; joints for fittings shall be mechanical joints, unless shown otherwise on the drawings. Mechanical joints shall conform to AWWA C153. Mechanical joints shall be furnished complete with joint material, Cor-ten nuts, Cor-ten bolts, glands and gaskets. When restrained joints are indicated on the drawings, restrained joints for pipe and fittings of 12" diameter and less shall be mechanical joint with retainer gland Series 1100 by EBAA Iron or approved equal,with a minimum of 250 psi rated working pressure. Restrained joints for pipe and fittings over 12" in diameter shall be push on type with a retainer ring as LOK-RING or FLEX- RING by American Ductile Iron Pipe, or TR FLEX by U.S. Pipe, or approved equal. Gaskets shall be of synthetic rubber. An analysis of the material used in each size gasket showing the type of synthetic rubber and that no natural rubber is present shall be supplied. 026206 Page 1 of 3 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 5. PIPE Pressure class ductile iron pipe requirements: Pressure Wall Range of Maximum Diameter Class Thickness Allowable Depth Cover (inches) (psi) (inches) (feet) - (feet) A - B* 44 350 0.25 60+ 6 350 0.25 30 - 65 8 350 0.25 20 - 50 104 350 0.26 15 - 45 12 350 0.28 15 - 44 144 300 0.30 13 - 42 16 300 0.32 13 - 39 18 300 0.34 13 - 36 20 300 0.36 13 - 35 24 250 0.37 11 - 29 24+ x x x * Range of maximum allowable depth of pipe where: A = Ground water, or unstable bottom, or quick condition. B = Ideal trench conditions, and sand encasement is at an average density in excess of 90% Standard Proctor density. 4 Pipe sizes not typically specified on City projects, but shown for reference. x Requires special evaluation. The face of bells shall be plainly marked by color coding for classes so as to be readily identified in the field. 6. CERTIFICATIONS A certification shall accompany each order of pipe and fittings furnished to job site. Certification shall include the following items: indicate that pipe complies with Part 3 of this specification; indicate that fittings and joints comply with Part 4 of this specification (it should be noted that the supplier shall furnish sufficient technical material for the Engineer to determine whether or not push- on joints can comply with the"or equal" clause); and a copy of a laboratory analysis of the material used in each size gasket showing the type of synthetic rubber and that no natural rubber is present. 026206 Page 2 of 3 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, ductile iron pipe shall be measured by the linear foot along the centerline for each size of pipe installed. Measurement of pipe shall be up to, but not include, the fittings. Ductile iron fittings shall be measured per each by the type and size, as indicated in the Bid Form. Payment shall include all labor, materials, tools and equipment for the completed installation and testing of the waterline,together with all incidentals necessary to install the pipe and fittings complete in place. 026206 Page 3 of 3 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SECTION 026210 POLYVINYL CHLORIDE PIPE (AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) 1. DESCRIPTION This specification shall govern all work necessary for furnishing all PVC pipe (AWWA C900 and C905)required to complete the project. 2. MATERIAL PVC pipe shall be made of Class 12454-A or Class 12454-B virgin compounds, as defined in ASTM D1784 with an established hydrostatic-design-basis of 4000 psi for water at 73.4 degrees F. 3. DIMENSIONS Pipe shall be manufactured to ductile iron pipe equivalent outside diameters. 4. JOINT Pipe shall have a gasket bell end with a thickened wall section integral with the pipe barrel. The use of solvent weld pipe shall not be allowed. 5. GASKETS Gaskets for jointing pipe shall be in accordance with ASTM F477 (High Head). 6. PIPE PRESSURE CLASS AND DIMENSION RATIO Unless indicated otherwise on the drawings, pipe shall have a dimension ratio (DR) of 18 and in accordance with: Pipe Size Designation 4" to 12" AWWA C900 Over 12" AWWA C905 7. CAUSE FOR REJECTION Pipe shall be clearly marked in accordance with AWWA Requirements. Unmarked or scratched pipe shall be rejected. 026210 Page 1 of 2 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 8. CERTIFICATION The contractor shall furnish in duplicate to the Engineer a copy of the manufacturer's affidavit of compliance with this specification, to include gaskets. Certification shall accompany each delivery of materials. 9. MEASUREMENT AND PAYMENT Unless otherwise specified in the Bid Form, PVC pipe (AWWA C900 or C905) will be measured by the linear foot along the centerline for each size of pipe installed. Measurement of pipe shall be up to,but not include, the fittings. Payment shall include all labor, materials, tools and equipment for the completed installation, backfilling and testing of the PVC pipe, together with all incidentals necessary to install the pipe complete in place,per linear foot. 026210 Page 2of2 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SECTION 026214 GROUTING ABANDONED UTILITY LINES 1. DESCRIPTION This specification shall govern all work and materials required for grouting abandoned utility lines in place. 2. MATERIALS A. Flowable Grout: Flowable grout (or flowable fill) shall consist of a mixture containing Portland cement, fly ash, sand, water, and "Darafill" admixture (or approved equivalent), in the amounts shown below (or otherwise proportioned to provide 100 psi compressive strength at 28 days), to achieve a paste-like consistency immediately prior to placing the flowable grout. The flowable grout mixture shall be supplied by an approved ready-mix supplier. The manufacturer's representative shall be consulted for any final adjustments to improve the flowability of the mixture. Commercially produced flowable grout may be used with approval of the Engineer. 100 lbs/ CY Portland Cement 300 lbs/ CY Fly Ash 2100 lbs/ CY Sand 250 lbs/ CY Water 6 oz/CY "Darafill" admixture, as manufactured by Grace Construction Products, or approved equivalent. B. Raw Soil: Soil shall be typical clayey soil of the area. It shall be from the project site or other approved source not suspected of being contaminated. The soil shall have a Plasticity Index over 15 and a Liquid Limit not to exceed 65. C. Lime: Lime shall be hydrated lime, calcium hydroxide,in accordance with AASHTO M 216. D. Water: Water shall be potable. 3. CONSTRUCTION METHODS A. Flowable Grout: Mix Portland cement, sand, fly ash, "Darafill" and water in the amounts shown above to achieve a paste-like consistency immediately prior to placing flowable grout. B. Soil-Lime Mix Design: The following is given as a typical mix design for soil-lime mixture for trial mix. The mix design is based on damp soil with an initial water content of about 15%. The proportions of soil and lime shall not be altered. The Contractor shall determine the amount of water to be added as required to produce a mix at its liquid limit. 026214 Page 1 of 2 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Trial Mix Design: Damp Soil 1000 lb. Lime 50 lb. Water(approximate) 48 gal. Consistency shall be checked with liquid limit apparatus. C. Placement: The Contractor shall grout abandoned lines as indicated on the drawings. Temporary pumping and venting ports shall be placed as required to provide complete filling of the abandoned line and proper placement of the grout. If segregation or "sand packing" is experienced during pumping, the Contractor shall reduce the water content of the mix or obtain other soil source (for soil-lime mixture), as required. Any damage resulting from pumping operation shall be repaired at the Contractor's expense. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, grouting abandoned utility lines shall be measured by the linear foot of abandoned-in-place pipe. Payment shall be full compensation for all labor, equipment, materials and incidentals required to mix, transport, and place the grout and restore surface at pump ports. 026214 Page 2of2 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SECTION 026402 WATERLINES 1. DESCRIPTION This specification, in conjunction with the City of Corpus Christi's Water Distribution System Standards, shall govern all work necessary for the installation of all waterline facilities required to complete the project. 2. MATERIALS Concrete: Concrete shall have a minimum compressive strength of 3000 psi at 28 days. Bedding Sand for Encasement: Bedding sand and initial backfill around the pipe shall be granular material of low plasticity as indicated on the drawings. Ductile Iron Pipe and Fittings: See City Standard Specification Section 026206. Polyvinyl Chloride Pipe: See City Standard Specification Section 026210. Tapping Sleeves and Valves: See City Standard Specification Section 026409. Gate Valves for Waterlines: See City Standard Specification Section 026411. Fire Hydrants: See City Standard Specification Section 026416. 3. CONSTRUCTION METHODS (1) HANDLING MATERIALS a) General: The Contractor shall be responsible for the safe storage of all materials furnished to, or by him, and accepted by him, until it has been incorporated into the completed project. All material found during the progress of the work to have cracks, flaws or other defects will be rejected, and the Contractor shall remove such defective material from the site of the work. b) Unloading and Distribution of Materials at Work Site: Pipe and other materials shall be unloaded at point of delivery, hauled to and distributed at the job site by the Contractor. Materials shall at all times be handled with care and in accordance with manufacturer's recommendations. Care shall be taken not to scratch PVC pipe. Excessive scratching shall be considered cause for rejection of PVC pipe. Materials may be unloaded opposite or near the place where it is to be installed provided that it is to be incorporated into the work within 10 days. The Contractor shall not distribute material in such a manner as to cause undue inconvenience to the public. 026402 Page 1 of 5 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC c) Storing Materials: Materials that are not to be incorporated into the work within 10 days shall be stored on platforms. The interior of pipes and accessories shall be kept free from dirt and foreign matter. (2) ALIGNMENT AND GRADE a) General: All pipes shall be laid and maintained to the required lines and grades. Fittings, valves and hydrants shall be at the required locations with joints centered, spigots home and all valve and hydrant stems plumb. Temporary support and adequate protection of all underground and surface utility structures encountered in the progress of the work shall be furnished by the Contractor. Where the grade or alignment of the pipe is obstructed by existing utility structures such as conduits, ducts,pipes, connections to sewers or drains, the obstruction shall be permanently supported, relocated, removed, or reconstructed by the Contractor at the Contractor's expense,in cooperation with the owners of such utility structures. One (1) 20-ft. section of waterline pipe shall be centered over/under gravity wastewater line at all gravity wastewater line crossings. Waterline shall be ductile iron pipe with mechanical joint fittings, in accordance with City Standard Specification Section 026206,wherever new waterline crosses under new gravity wastewater line. Maintain a minimum of six inches (2 feet usual)vertical clearance between outsides of pipes where a new waterline crosses over a new wastewater line. Maintain a minimum of twelve inches vertical clearance between outsides of pipes where a new waterline crosses under a new wastewater line. Alternatively, at gravity wastewater line crossings, the proposed PVC waterline may be encased in a 20-ft.joint of ductile iron pipe with a minimum pressure rating of 150 psi that is at least two nominal sizes larger than the carrier pipe. The carrier pipe shall be supported in the casing at five foot (5) intervals with spacers, or shall be filled to the spring line with clean washed sand, graded as shown in the City Standard Water Details. The casing pipe shall be centered under the gravity wastewater line as indicated on the drawings, and both ends of the casing shall be sealed with cement grout or manufactured seal. b) Deviation from Drawings: No deviation from the line and grade shown on the plans may be made without the written consent of the Engineer. c) Depth of Cover: Depth of cover will be measured from the established street grade or the surface of the permanent improvement, or from finished grade to the top of the pipe barrel. Unless otherwise shown on drawings, the minimum depth of cover shall be 36 inches. Waterlines 12" and larger located under streets shall have 48 inches of cover at all points. 026402 Page 2 of 5 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC (3) TRENCH EXCAVATION AND BACKFILL See City Standard Specification Section 022020, "Excavation and Backfill for Utilities"and applicable City Standard Details for Water. (4) POLYETHYLENE WRAPPING All ductile iron pipe, valves and fittings, except pipe or valves which are laid in encasement pipe or in concrete valve boxes, shall be wrapped in polyethylene. The polyethylene material shall have a thickness of 8 mils and may be either clear or black. The wrapping shall be lapped in such manner that all surfaces of pipe, valves and fittings, including joints, shall have a double thickness of polyethylene. If a single longitudinal lap is made using a double thickness of polyethylene, it shall be lapped a minimum of 18 inches and the lap shall be placed in the lower quadrant of the pipe and in such a manner that backfill material cannot fall into the lap. The polyethylene shall be secured in place with binder twine at not more than 6-foot intervals. If wrapping is applied before the pipe is placed in the trench, then special care shall be taken in handling the pipe so that the wrapping will not be damaged. Care shall also be exercised in backfilling around the pipe and fittings and in blocking fittings so as not to damage the wrapping. Any wrapping that may be damaged shall be repaired in a manner satisfactory to the Engineer and so as to form the best protection to the pipes. (5) SAND ENCASEMENT All pipe and fittings that are not enclosed in concrete valve boxes or laid in encasement pipe, shall be completely encased with a minimum of eight inches (8") of sand on the bottom and sides of waterlines smaller than 16 inches in diameter, and twelve inches (12") over the top of the waterline, unless otherwise indicated on the drawings. This encasement includes the bottom, sides and top of pipe and fittings including bells, so that all portions will be encased with sand to insulate the pipe from the natural ground and from the backfill. The sand shall be compacted to a minimum of 90% Standard Proctor density. Provide twelve inches (12") of sand encasement all around the pipe for 16-inch diameter and larger waterlines. Sand shall be placed in a manner that will not injure the polyethylene wrapping and shall be compacted under, around the side, and over the pipe in a manner that will reduce settlement to a minimum and as approved by the Engineer. In order to reduce the amount of sand required, the trench bottom may be excavated in a rounded manner so as to maintain at least a minimum of eight inches of sand between the excavation and the pipe (twelve inches for 16-inch diameter and larger waterlines), unless otherwise indicated on the drawings. (6) LOWERING PIPE AND ACCESSORIES IN THE TRENCH a) General: The trench shall be excavated true and parallel to the pipe center line with a minimum clearance of eight inches below the pipe bottom and with a like clearance 026402 Page 3 of 5 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC from the bottom of the bell to the bottom of the bell hole. The trench shall then be refilled to the proper grade with sand as specified. The placing of the encasing material shall be done in such a manner so as to be free of all natural soil rock or other foreign matter. After final grading in the trench of the encasing material, bell holes shall be excavated at each joint. Proper implements, tools and facilities satisfactory to the Engineer shall be provided and used by the Contractor for the safe and efficient execution of the work. All pipe, fittings, valves, hydrants and accessories shall be carefully lowered into the trench by means of a derrick, ropes or other suitable equipment, in such a manner as to prevent damage to pipe and fittings. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. b) Inspection of Pipe and Accessories: The pipe and accessories shall be inspected for defects prior to lowering in the trench. Any defective, damaged or unsound pipe shall be replaced. c) Clean Pipe: All foreign matter or dirt shall be removed from the interior of the pipe prior to lowering into the trench. Pipe shall be kept clean both in and out of the trench at all times during the laying. (7) JOINTING PIPES All pipes shall be made up in accordance with manufacturer's recommendation. Pipe deflection shall not exceed 75% of the maximum amount recommended by the manufacturer. (8) CONCRETE THRUST BLOCKS Temporary thrust blocks or other means of carrying thrust loads generated by hydrostatic testing shall be provided at all ends of lines to be tested. Details of the end connections and method of temporary blocking shall be submitted to the Engineer for approval. After satisfactory completion of the hydrostatic testing, this temporary blocking shall be removed so that connections may be made with existing lines. This work is subsidiary to waterline installation and no separate payment will be made for it. Temporary thrust blocks are not allowed for long term use. (9) METAL HARNESS Metal harness, tie rods and clamps, or swivel fittings shall be used to prevent pipe movement. Steel rods and clamps shall be galvanized or otherwise rust proofed, or coated with hot coal tar enamel, then wrapped with two layers of polyethylene wrapping. 026402 Page 4 of 5 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC (10) STERILIZATION a) Fittings: Valves, hydrants and fittings shall be stored on timbers and kept clean. Where soil or other substance has come in contact with the water surfaces of the fittings, the interior shall be washed and sterilized with 2% solution of calcium hypochlorite. b) Pipe: As each joint of pipe is laid, the Contractor, unless otherwise directed by the Engineer, shall throw powdered calcium hypochlorite (70%) through the length of the joint (one pound for each 1,680 gallons of water to give 50 ppm). When the waterline is complete, and before testing, the waterline shall be slowly filled with water between valves and allowed to stand for 48 hours. After the sterilization period is completed, lines shall be flushed by the Contractor under the direct supervision of a representative of the City Water Department. The Engineer will take sample for testing two hours after refilling. If the sample does not pass State Health Department purification standards, the procedure shall be repeated. The entire procedure shall be coordinated under the supervision of the Water Division Superintendent/Engineer. During the sterilization process, valves shall be operated only under the supervision of the Water Division Superintendent/Engineer. There shall be a base fee of$100 paid by the Contractor to the City for each retest that is required. (11) HYDROSTATIC TESTING WATER SYSTEM See City Standard Specification Section 026202, "Hydrostatic Testing of Pressure Systems". (12) WATER SERVICE CONNECTIONS See Standard Specification Section 026404, "Water Service Lines". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, waterlines will be measured by the linear foot for each size installed. Payment for waterlines will be made under the appropriate pipe material item and shall include, but not be limited to, trenching, dewatering, bedding, pipe (except for fittings), restraints, temporary thrust blocking, backfill, sterilization, and hydrostatic testing. Payment shall be full compensation for all labor, materials, tools, equipment and incidentals required to complete the work. 026402 Page 5 of 5 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SECTION 026404 WATER SERVICE LINES 1. DESCRIPTION This specification shall govern all work necessary for furnishing and installing water service lines required to complete the project. Water service lines are those lines from the City main to the meter at the property line. 2. MATERIALS GENERAL Service fittings shall have a minimum of 150 psi working pressure rating,unless indicated otherwise. Fittings and materials shall be in accordance with the applicable provisions of AWWA C800. All service connections shall require service clamps. SERVICE CLAMP Service clamps shall be brass saddle with two silicone bronze straps with I.P. thread and have a minimum working pressure rating of 200 psi. The saddle and nuts shall be of 85-5-5-5 brass alloy per ASTM B-62 and AWWA C800. The nuts shall have unitized washers. Straps shall be 5/8 inch high-quality silicone bronze,flattened and contoured to provide a wider bearing surface against the pipe. Clamps shall be comparable to: Ford 202B, Smith Blair 323, Rockwell 323 CORPORATION STOP Corporation stop shall be of brass with I.P. thread inlet and Mueller 110 compression connection outlet designed for Type K copper pipe and be comparable in design to the following: Mueller H-15028 for 1" size Mueller H-15023 for 1-�/z" & 2" sizes 026404 Page 1 of 2 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC ANGLE METER STOP Angle meter stop shall have a Teflon coated bronze ball which rotates within two Buna-N rubber seats. Inlet shall be packed joint for Type K copper and be comparable in design to the following: Ford BA43-342 for 1" service line with 5/8" x 3/4" or 3/4" meter size Brass gate valve required for 1-�/z" and 2" sizes SERVICE LINE Service line shall be of Type K copper tube or approved one piece SDR9 polyethylene with restrained compression brass fittings and stainless steel inserts. Other products of comparable features and equal quality may be substituted for the above items with approval of the Engineer. 3. CONSTRUCTION METHODS See City Standard Specification Section 022020, "Excavation and Backfill for Utilities ". Service lines shall be placed by the Contractor as indicated on the drawings and as directed by the Engineer. Relocation of existing meters and changeovers to the new system shall be done only under the direct supervision of the City Water Department. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, water service lines shall be measured with the units indicated in the Bid Form for each size of service line. Payment for service lines shall include,but not be limited to, the following: copper tubing, corporation stop, service clamp, angle meter stop, trenching, trench safety, backfilling including pavement repair, testing, flushing, clean-up and site restoration; and shall be full compensation for all labor,equipment,tools and incidentals required for proper installation of the water service lines. 026404 Page 2 of 2 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SECTION 026409 TAPPING SLEEVES AND TAPPING VALVES 1. DESCRIPTION This specification shall govern all work and materials required for furnishing and installing tapping sleeves, sleeves and valves required to complete the project. 2. MATERIALS Tapping sleeves shall have a Class 125 ANSI B16.1 outlet flange of cast iron, ductile iron or stainless steel. Sleeves shall be of ductile iron or 304 or 316 stainless steel. Lugs, bolts, washers and nuts shall be of 304 or 316 stainless steel. Iron sleeves shall be of the mechanical joint or caulked joint type as manufactured by Mueller, Clow, or approved equal. Stainless steel sleeves shall be of the compression gasket type capable of providing full support of the tapped pipe, as manufactured by Ford, Smith Blair, Romac, or approved equal. Gasket materials shall be of material suitable for potable water systems. Tapping sleeves shall be sized for the type and size of pipe to be tapped. The class of asbestos cement pipe that will most likely be encountered in the water will be Class 200 for pipes 6 inches in diameter and smaller, and Class 150 for larger pipes. It should be understood that existing pipes to be tapped may not be of the type of material and/or size that is shown on the drawings. The proper size and type of tapping sleeve shall be provided and installed regardless of what is encountered. Tapping valves shall conform to AWWA Standards and City Standard Specification Section 026411, "Gate Valves for Waterlines". Valve boxes shall be as described in City Standard Specification Section 026411, "Gate Valves for Waterlines". 3. CONSTRUCTION METHODS Construction methods shall adhere to those set out in City Standard Specification Section 026402 "Waterlines", and City Standard Specification Section 022020 "Excavation and Backfill for Utilities". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, tapping sleeves and tapping valves shall be measured on a per each basis for each size installed. Payment for tapping sleeves and tapping valves shall include, but not be limited to, furnishing and installing the valves complete in-place including joint materials, cast iron valve box,box extension, cover, concrete collar, and all other related items such as bolting,wrapping, cement-stabilized sand encasing, backfilling and compacting; and shall be full compensation for all labor, material, tools, equipment and incidentals required to properly install the valves as indicated and specified. 026409 Page 1of1 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SECTION 026411 GATE VALVES FOR WATERLINES 1. DESCRIPTION This specification shall govern all work necessary to provide and install all gate valves and valve boxes required to complete the project. 2. MATERIALS Gate Valves All valves shall meet the following requirements. Gate valves shall conform to AWWA Standard C515. 1) The gate valves shall be ductile iron resilient wedge(C515)with non-rising stems. 2) Valve ends shall be flanged or mechanical joint type or a combination of these as indicated or specified. A complete set of joint materials shall be furnished with each valve, except for bell ends and flanges. 3) Valves 16 inches and larger shall be furnished for horizontal installation—lay over. 4) Stem seals shall be the O-ring type on valves through 12-inch size. Valves 16 inches and larger may be equipped with stuffing boxes. 5) Valves shall open left(counter clockwise). Valves over 18 inches shall have the main valve stem furnished with a combination hand wheel and operating nut. 6) Tapping valves to be used with tapping saddles shall have one end mechanical joint. 7) No position indicator will be required. 8) Within 30 days after award of contract, the Contractor shall submit in triplicate, for approval, the following: a) Certified drawings of each size and type of valve 16 inches and larger showing principal dimensions, construction details, and materials used. b) On all size valves, the composition of bronze to be offered for various parts of the valve, complete with minimum tensile strength in psi, the minimum yield strength in psi, and the minimum elongation in 2"per cent. 026411 Page 1 of 2 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 3. CONSTRUCTION METHODS Gate Valves Gate valves shall be installed as indicated on the drawings. Cast Iron Valve Boxes Valve boxes shall be installed as indicated on the drawings. When valves are in the street right-of- way, the top of box shall be set flush with the pavement or surrounding ground. In cultivated areas, the top of box shall be set twelve inches (12")below natural ground and long enough to be raised to natural ground at a future date. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, gate valves for waterlines will be measured as a unit for each gate valve and valve box installed. Payment shall include, but not be limited to, furnishing and installing the valves complete in-place including joint materials, cast iron valve box, box extension, cover, concrete collar, and all other related items such as bolting, wrapping, cement- stabilized sand encasing, backfilling and compacting; and shall be full compensation for all labor, material, tools, equipment and incidentals required to properly install the valves as indicated and specified. 026411 Page 2 of 2 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SECTION 026416 FIRE HYDRANTS 1. DESCRIPTION This specification shall govern all work necessary to provide all fire hydrants required to complete this project. 2. MATERIALS Concrete: Concrete shall be Class "A" in accordance with Section 030020 "Portland Cement Concrete" of the City Standard Specifications, with a minimum compressive strength of 3000 psi at 28 days. Fire Hydrants: The fire hydrants shall conform to AWWA C502 (or latest edition) standard specifications for fire hydrants for ordinary water works service, except for changes, additions and supplementary details specifically outlined herein: a) Hydrants - Hydrants shall be of the traffic model type equipped with a safety flange or collar on both the hydrant barrel and stem. b) Type of Shutoff- The shutoff shall be of the compression type only. C) Inlet Connection - The inlet shall be ASA A-21.11 1964 mechanical joint for six-inch (6"), Class 150 ductile iron pipe. A complete set of joint material shall be furnished with each hydrant. d) Delivery Classifications -Each hydrant shall have two hose nozzles and one pumper nozzle. e) Bury Length - The hydrants shall be furnished in the bury length as indicated on drawings. f) Diameter (Nominal Inside) of Hose and Pumper Nozzles - The hose nozzles shall be two and one-half inches (2-�/z") inside diameter and the pumper nozzle shall be four inches (4") inside diameter. g) Hose and Pumper Nozzle Threads - The hose nozzles shall have two and one-half-inch (2-�/z")National Standard thread (7-�/z threads per inch). The pumper nozzle shall have size (6) threads per inch with an outside diameter of 4.658 inches, pitch diameter of 4.543 inches, and a root diameter of 4.406 inches. h) Harnessing Lugs -None required. i) Nozzle Cap Gaskets -Required. j) Drain Openings -Required. 026416 Page 1 of 3 Rev.3-25-15 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC k) Tapping of Drain Opening- Tapping of the drain opening for pipe threads is not required. 1) Nozzle Chain-Not required. m) Direction to Open - The hydrants shall open left(counter clockwise). n) Color of Finish Above Ground Line - That portion of the hydrant above the ground line shall be painted chrome yellow. o) Shape and Size of Operating and Cap Nuts - The operating and cap nuts shall be tapered pentagon one and one-fourth inches (1-1/4") point to face at base and one and one-eighth inches (1-1/8")point to face at top of nut. p) Nozzle Cap Chains -Hydrants shall be furnished without nozzle cap chains. q) Size of Fire Hydrant - The main valve opening shall not be less than five and one-quarter inches (5-1/4")inside diameter. r) Valve Facing - The main valve facing of the hydrant shall be rubber with 90± Durometer hardness. When the main valve lower washer and stem nut are not an integral casting then the bottom stem threads shall be protected with a bronze cap nut and a bronze lock nut. S) Barrel Sections - The hydrant shall be made in two or more barrel sections with flanges connecting the barrel to the elbow and to the packing plate. t) Breakable Coupling - Hydrants shall be equipped with a breakable coupling on both the barrel section and the stem. The couplings shall be so designed that in case of traffic collision the barrel and stem collar will break before any other part of the hydrant breaks. u) Hydrant Adjustment - The hydrant shall be designed as to permit its extension without excavating after the hydrant is completely installed. v) Breakable Collars, Barrel and Stem - Weakened steel or weakened cast iron bolts that are used in the breakable barrel couplings will not be acceptable. w) Operating Stem tem - Stems that have operating thread located in the waterway shall be made of manganese bronze, Everdure, or other high quality non-corrodible metal. Stems that do not have operating threads located in the waterway must be sealed by a packing gland or "O"-ring seal located between the stem threads and waterway. Iron or steel stems shall be constructed with a bronze sleeve extending through the packing or "O"-ring seal area. The sleeve shall be of sufficient length to be in the packing gland "O"-ring seal in the both open and closed positions of the main valve. The sleeve shall be secured to the steel stem so as to prevent water leakage between the two when subjected to 300 pounds hydrostatic test pressure. 026416 Page 2 of 3 Rev.3-25-15 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC x) Drain Valve Mechanism - Drain valves operating through springs or gravity are not acceptable. Y) Operating Stem Nut - The operating stem nut shall be designed to prevent seepage or rain, sleet, and the accumulation of dust between the operating nut and the hydrant top. Z) Packing Gland or "O"-Rin _g SealSeal - Fire hydrants having the threaded part of the stem at the hydrant top shall be equipped with a packing gland or an "O"-ring seal immediately below the threaded section of the stem. 3. CONSTRUCTION METHODS Fire hydrants shall be installed as shown on drawings. Minimum burial length shall be 3 feet. Breakable couplings shall be located at least 2 inches and less than 6 inches above finish grade. Hydrants and fittings shall be stored on timber and kept clean. The interior surfaces of hydrants and fittings shall be washed and sterilized with approved sterilizing agent, if requested by the Engineer at the time of installation. 4. CERTIFICATION The manufacturer shall furnish to the Engineer two (2) certified sets of prints showing complete details and dimensions of the hydrant. The manufacturer shall furnish to the Engineer one (1) certified copy of the physical tests of all metals used in the manufacture of the fire hydrant that is normally manufactured and that will meet these specifications. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, fire hydrants will be measured as a unit per each. Payment shall include, but not be limited to, furnishing and installing the complete fire hydrant assembly with valve, 6-inch line and fitting on the main; and shall be full compensation for all labor, materials, tools, equipment and incidentals required to properly complete the work. 026416 Page 3 of 3 Rev.3-25-15 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SECTION 027200 CONTROL OF WASTEWATER FLOWS (TEMPORARY BYPASS PUMPING SYSTEMS) 1. GENERAL 1.1 DESCRIPTION A. This specification shall govern all work necessary for designing, installing, implementing, operating, and maintaining a temporary bypass pumping and flow control system, as provided by the Contractor for the purpose of diverting wastewater flow around the work area for the duration necessary to complete the work (i.e., control of wastewater flows). The Contractor shall furnish all materials, labor, equipment, power, maintenance, and incidentals required to maintain continuous and reliable wastewater service in all lines for the duration of the project. 1.2 SUBMITTALS A. Bypass Pumping Plan Form: It shall be the Contractor's responsibility to legibly and thoroughly complete, in its entirety, the attached Bypass Pumping Plan Form and submit it to the Engineer and/or the appropriate City staff for review and approval, prior to the installation of any pumping system proposed for use. Unless the bypass pumping is associated with an emergency work order, the standard approval protocol is as follows: The Contractor prepares and submits the plan to the Engineer a minimum of 7 days prior to mobilizing to site. The Engineer reviews the bypass plan and coordinates approval with Engineering Services and the Operating Department. Engineer and City will put forth a reasonable level of effort to expedite the review and approval process. No deviation from the procedure shall be allowed. B. Bypass Pumping Plan Schematic: In addition to the above referenced form, the Contractor shall also furnish a sufficiently detailed schematic drawing identifying the approximate location of all bypass pumping system components. The schematic drawing shall clearly label parallel/crossing streets, identify landmark structures, and depict the locations of all pumps and piping. At a minimum, the bypass pumping plan schematic drawing and associated attachments should include the following items: 1) Pump curves showing designed operation point for this specific project 2) Approximate location of bypass system pumping components 3) Location of manhole or access point for suction and discharge 4) Configuration,routing,location and depth of the suction and discharge piping 5) General arrangement/type of additional support equipment. 6) Temporary pipe supports, anchoring and thrust restraint blocks,if required 7) Traffic Control Plan and Traffic Department permit if the bypass is within the right- of-way. 8) Description of the method for removing pressure and all wastewater from existing force mains being taken out of service,if necessary. 9) All other City-department and Regulatory requirements. 027200 Page 1 of 7 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 10) Sewer plugging locations,method, and types of plugs 11) Method of protecting discharge manholes or structures from erosion and damage. 1.3 RESPONSIBILITY/AUTHORITY A. It is essential to the operation of the existing wastewater system that there is no interruption in the flow of wastewater throughout the duration of the project. The Contractor shall be completely responsible for designing, scheduling, providing, installing, operating, fueling and maintaining the temporary bypass pumping system in a manner that does not cause or contribute to overflows, releases, or spills of wastewater from the wastewater or bypass system. The Contractor shall neither anticipate nor expect any assistance from the City of Corpus Christi departments for any of the bypass operation. B. Contractor shall provide a responsible employee to man the bypass system 24 hours per day, 7 days per week during operation. The monitoring employee shall be properly trained, experienced, and mechanically qualified such that they can quickly and effectively address any potential emergency and non-emergency situations associated with the bypass system which must remain in operation. The wastewater and bypass systems should be inspected at least once every 2 hours. The Contractor shall be responsible for ensuring that the wastewater collection system is not compromised during bypass installation or operation, and contractor shall ensure that the system operates properly during this period. C. The Contractor shall consider and be responsible for the impacts on the collection system area, both upstream and downstream of the bypass and shall maintain the system in a manner that will protect public and private property from damage and flooding. Upstream impacts may include, but are not limited to backups and overflows. Downstream impacts may include,but are not limited to surcharges and overflows. D. Contractor shall make all effort to minimize spills of raw wastewater during the improvements and bypassing. All spills and sanitary sewer overflows shall immediately be reported to the City at 361-826-2489 and the Contractor shall be solely responsible for wash down, clean-up and disinfection of said spillages or overflows to the satisfaction of the owner at no additional cost to the City of Corpus Christi. E. The City is permitted through the Texas Commission on Environmental Quality to operate the wastewater system. The final authority comes from the City as to the operation of the wastewater system and as such it reserves the right to halt the bypassing operation at any time in order to maintain public health and safety. 027200 Page 2 of 7 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 2. PRODUCTS 2.1 MATERIALS A. Bypass Pumps a. Pumps shall be fully automatic self-priming pumps that do not require the use of foot-valves or vacuum pumps in the priming system. The pumps may be electric or diesel powered. Pre-approved manufacturers are Godwin or Rain-for-Rent. Approved equals may be considered by the Engineer if they meet all requirements in this specification but Contractor shall provide submittal package for Engineer's review and approval prior to installation. Pumps shall be equipped with critically silenced, sound attenuated enclosures with a maximum 65 dB (10-feet from pump), a diesel day tank with a minimum 24-hour runtime without refuel, and automatic start/stop controls for each pump. b. Pumping capacity of the bypass pump shall be capable of handling the flow conditions at all times and shall provide a minimum of 1.5 times the existing capacity of whatever line or lift station is being bypassed. c. The Contractor shall have adequate standby equipment available and ready for immediate operation and use in the event of an emergency or breakdown. In critical installations, as determined by the Engineer, one standby pump for each size pump utilized shall be installed at the mainline flow bypassing locations, ready for use in the event of primary pump failure. B. Suction and Discharge Piping: Determined according to pump size, flow calculations, system operating conditions, manhole depth, and length of suction piping in accordance with the pump manufacturers specifications and recommendations. In order to prevent the accidental spillage of flows, all discharge systems shall be temporarily constructed of heavy-duty pipe with positive restrained joints. a. High Density Polyethylene (HDPE) i. Homogeneous throughout, free of visible cracks, discoloration, pitting, varying wall thickness, holes, foreign material, blisters, or other deleterious faults. Defective areas shall be cut out and butt-fusion welded as per manufacturer's recommendations. ii. Assembled and joined at site using couplings, flanges, or butt-fusion method to provide leak proof joint, as per manufacturer's recommendations and ASTM D- 2657. iii. Fusing must be performed by personnel certified as fusion technicians by manufacturer of HDPE pipe and/or fusing equipment. Fused joints shall be watertight and have tensile strength equal to that of pipe. iv. HDPE is required to be used in or adjacent to environmentally sensitive areas. b. Polyethylene Plastic Pipe (PE) i. High density solid wall and following ASTM F714 Polyethylene (PE) Plastic Pipe (SDR-DR)based on outside diameter, ASTM D1248 and ASTM D3550 ii. Homogeneous throughout, free of visible cracks, discoloration, pitting, varying wall thickness,holes, foreign material,blisters, or other deleterious faults. c. Quick-Disconnect Steel Galvanized Pipe and Heavy-Duty Flexible Hoses 027200 Page 3 of 7 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC i. Must consist of heavy-duty steel with high tensile strength, x-ray welded, abrasion resistant and suitable for intended service with a maximum pressure rating of at least 174 PSI ii. Bauer quick-disconnect fittings/joints shall be restrained and watertight. Joints shall consist of vacuum sealing O-rings to help pumps prime faster and perform at their designed flow rates with no leaks, even at high pressure ratings iii. Joints shall provide 30-degree articulation at every coupling and shall not require perfect alignment to make each connection. iv. The galvanized couplings shall not be hindered by sand,mud, and grit. d. Valves and Fittings i. Contractor shall provide valves and fittings as necessary and in accordance with the approved pipe materials shown above. e. Plugs i. Selected and installed according to size of line to be plugged, pipe, manhole configurations, and based on specific application. ii. Prior to use,Engineer may inspect plugs for defects which may lead to failure. iii. Contractor shall provide additional plugs in the case of failure f. Miscellaneous i. When temporary piping crosses local streets/roadways and private driveways, Contractor shall provide traffic ramps or covers designed, installed, and maintained for H-20 loading requirements while in use. 3. EXECUTION 3.1 SCHEDULING& COORDINATION A. Unless the bypass pumping is associated with an emergency work order, the Contractor shall provide a minimum of 48 hour notice to the Engineer and Wastewater Department for the startup of bypass operations once the completed bypass plan has been approved by the design engineer. Unless needed otherwise for emergency work,no bypassing shall be initiated on Friday, Saturday or Sunday, or the day immediately preceding a City holiday. B. Inclement Weather: The Contractor shall not be allowed to commence bypass operation should inclement weather be forecast for the period of the scheduled improvements. C. Under special circumstances, as identified by the Engineer, where critical lines with large service areas are being bypassed, the Contractor is responsible for setting up a meeting between the Engineer/City/Operating Department to affirm and coordinate the approved bypass plan and to verify the intended site installation conforms to the approved plan. Engineer may also require the bypass system to be in service for at least 24-hours prior to taking existing gravity lines or force mains out of service to demonstrate reliability. D. Before beginning bypass operations, the Engineer/City Operating Department must be notified for field verification of pumps, piping, and equipment, etc., to ensure the site installation conforms to the approved plan. 027200 Page 4 of 7 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC E. Before beginning bypass operations, the Contractor shall confirm appropriate emergency contact information has been provided to the City and Engineer on the Bypass Pumping Plan Form including emergency cell phone number of bypass operators/monitors responsibly manning the bypass system 24 hours per day along with the project superintendent and pump supplier. F. The Contractor can work extended hours, if approved by the Engineer, to perform the improvements during the bypass operation. Work during extended hours cannot create a nuisance for the neighbors. G. Once a lift station is taken out of service and bypass operations begun, work shall be continuous on the lift station improvements until all improvements are completed and the lift station is returned to normal service. H. The Contractor shall cease bypass pumping operations and return flows to the new and/or existing wastewater system when directed by the Owner. This may be expected if the bypass system is not in accordance with this specification or if inclement weather is in the forecast. 3.2 INSTALLATION& OPERATIONS A. Installation of Temporary Force Mains a. Force mains may be placed along shoulder of road, medians, and/or outside of pavement. Do not place in streets or sidewalks without Engineers approval. b. When temporary piping crosses local streets/roadways and/or private driveways, Contractor shall provide traffic ramps or covers designed, installed, and maintained for H-20 loading requirements while in use. c. When traffic ramps cannot be used, install temporary piping in trenches and cover with temporary pavement, as approved by the Engineer. B. Discharge piping to gravity lines or manholes shall be designed in such a manner as to prevent discharge from contacting manhole walls or benching with as minimal turbulence as possible. C. Plugging or blocking of wastewater flows shall incorporate a primary and secondary plugging device. When plugging or blocking is no longer needed for performance and acceptance of work, it is to be removed in a manner that permits the wastewater flow to slowly return to normal without surge, to prevent surcharging or causing other major disturbances downstream. D. The Contractor shall not cut existing force mains or gravity lines until it is determined that the containment area in place is sufficient for handling any wastewater within the pipe. E. Some locations may require multiple bypass systems. If bypass system is provided with air release valves, then the valve drains shall be piped to a manhole for discharge. F. Upon completion of the bypass pumping operations, remove piping, restore property to pre-construction condition and restore pavement. 027200 Page 5 of 7 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 4. MEASUREMENT AND PAYMENT Unless otherwise specified in the Bid Form, Control of Wastewater Flows (Temporary Bypass Pumping Systems) shall not be measured for pay but will be considered subsidiary to the applicable pay item, to include all material, labor, equipment and supervision necessary to complete the bypass design, planning, coordination,installation, operation,maintenance and removal. 027200 Page 6 of 7 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC BYPASS PUMPING PLAN FORM Date: Project Title: No.: Engineer: Contractor: Service Area: Lift Station No.(if applicable): Start Date & Time: Completion Date & Time: Sewer Line Size being Bypassed: Estimated Peak Flow: Line Plugging Method&Locations: Suction Manhole or Lift Station Number and Depth: Discharge Manhole or Lift Station Number and Depth: Maximum Surcharge Depth Allowed: Bypass Forcemain Size, Material&Length: Pump Description: (Self-Priming,Critically Silenced,and Automatic Level Controls Required) Make, Model, Suction/Discharge Size: Diesel or Electric Total Number of Pumps/Standby Pumps: Total& Firm Capacity (GPM (c�TDH): Vacuum Trucks (if required,number and capacity): Contractor Personnel Manning Bypass System (24 hours/day): Name: Phone: Name: Phone: Emergency Contacts: Name: Phone: Name: Phone: Additional Notes: Required Checklist: YES NO ❑ ❑ Schematic drawing providing details of proposed bypass pumping system,routing of bypass lines(using manhole numbers and/or lift station names as applicable),equipment location,and proposed sequencing. ❑ ❑ Has traffic control plan been appropriately modified to facilitate the bypass pumping equipment? ❑ ❑ Pumps: Self-priming&Critically Silenced. Provide pump curve with Bypass plan. (Requirement). ❑ ❑ Contractor shall coordinate with Supplier for appropriate instruction and training on pump operation. ❑ ❑ Have emergency and/or backup provisions been made for quick pump change out in the case of system failure? ❑ ❑ Contractor has confirmed no rain(less than 1/2-in)in the forecast? Prepared by: Reviewed by: Contractor Representative Date Wastewater Representative Date 027200 Page 7 of 7 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 4. CONCRETE MANHOLES (STORM WATER ONLY) (1) Formed-in-Place Manholes: Where formed concrete is used, forms shall be built to dimensions shown on the standard details. Inserts and openings shall be formed so concrete will not be injured during process of stripping forms. Forms shall be braced and tied to prevent spreading or bulging, and shall meet approval of the Engineer prior to placing concrete. Forms shall remain in place for minimum of twenty-four(24)hours, and shall be removed within a maximum time of seven (7) days after completion of concrete work. Reinforcing steel, if required, shall be as shown on the plans. The bottom of manholes shall be carefully formed and inverted smoothly when finished, with pipes cut to fit inside surface of walls. (2) Precast Manholes Precast manholes shall allow unobstructed view of all pipes connected to the manhole. Precast manholes shall be designed to support HS-20 traffic loading and designed by a Texas licensed professional engineer. The upper 18 inches of the corbel shall be brick to facilitate subsequent grade adjustment. Either concentric or eccentric cones may be required. Where not specified,eccentric cones shall be used. Manhole designs shall be submitted for approval by the Engineer. 5. GENERAL CONSTRUCTION METHODS All items shall be installed as the work progresses and as shown on the standard details. Work shall be completed and finished in a careful workmanlike manner,with special care being given to sealing joints around all pipe extending through walls of the manholes. After finishing walls,the bottom of the manhole shall be completed by adding sufficient concrete to shape the bottom in conformity with requirements on the plans. Where old manholes are adjusted to meet new lines and grades, all old masonry or concrete shall be thoroughly cleaned and wetted before j oining new masonry or concrete to it. HDPE adjustment rings are to be used to match roadway grade. A maximum of 18" of adjustment rings may be utilized. 6. BACKFILLING/LEAKAGE TESTING Backfilling around the manholes shall commence as soon as concrete or masonry has been allowed to cure the required time and forms and shoring have been removed. Backfill shall be placed in layers of not more than six inches (6") and compacted to a minimum of 95% Standard Proctor density before next layer is installed. Wastewater manholes shall withstand a leakage test not to exceed the values stated in City Standard Specification Section 027205 "Fiberglass Manholes", except that an additional 10 percent of loss will be permitted for each additional two feet head over a basic two-foot internal head. 027202 Page 2 of 3 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SECTION 027203 VACUUM TESTING OF WASTEWATER MANHOLES AND STRUCTURES 1. DESCRIPTION This specification governs all work and materials necessary to perform vacuum testing of new or existing wastewater manholes. Manholes may be tested after installation with all connections (existing and/or proposed)in place. Vacuum testing may be performed prior to or after backfilling by the installer. Final acceptance, in accordance with the requirements of this specification, will consist of vacuum testing of the completed and installed structure (manhole) in place to include manhole/adjustment rings and manhole casting. 2. MATERIALS Vacuum testing shall consist of a minimum of the following: (a) Engine. (b) Vacuum Pump. (c) Hose. (d) Test Head device capable of sealing opening in manhole casting as required. (e) Pneumatic Test Plugs - these plugs shall have a sealing length equal to or greater than the diameter of the connecting pipe to be sealed. 3. PROCEDURE (a) The test head shall be placed at the top of the manhole in accordance with the manufacturer's recommendations. (b) A vacuum of 10 inches of mercury shall be drawn on the manhole,the valve on the vacuum line of the test head closed, and the vacuum pump shut off. The time shall be measured for the vacuum to drop to 9 inches of mercury. (c) The manhole shall pass if the time for the vacuum reading to drop from 10 inches of mercury to 9 inches of mercury meets or exceeds the values indicated in Table 1. (d) If the manhole fails the initial test,necessary repairs shall be made by an approved method. The manhole shall then be retested until a satisfactory test is obtained. 027203 Page 1 of 2 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC TABLE 1 -Minimum Test Times for Various Manhole Diameters (ASTM C1244) Depth Diameter(inches) (feet) 42 48 54 60 72 Time(seconds) 8 17 20 23 26 33 10 21 25 29 33 41 12 25 30 35 39 49 14 30 35 41 46 57 16 34 40 46 52 67 18 38 45 52 59 73 20 42 50 53 65 81 22 46 55 64 72 89 24 51 59 64 78 97 26 55 64 75 85 105 28 59 69 81 91 113 30 68 74 87 98 121 4. TESTING AND CERTIFICATION (a) Testing shall be done by the Contractor and witnessed by the Engineer or his designated representative. All manholes and structures shall be tested as finished and completed for final acceptance. (b) ANY DEFECTIVE WORK OR MATERIALS shall be corrected or replaced by the Contractor and retested. This shall be repeated until all work and materials are acceptable. 5. MEASUREMENT AND PAYMENT Unless otherwise indicated on the Bid Form, vacuum testing of wastewater manholes and structures will not be measured for pay. Such items shall be considered subsidiary to pay items applicable for Fiberglass Manholes, complete and in-place. 027203 Page 2 of 2 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SECTION 027205 FIBERGLASS MANHOLES 1. DESCRIPTION This specification shall govern all work required for providing, installing and adjusting fiberglass manholes required to complete the project. 2. GENERAL Fiberglass manholes shall be installed at the locations indicated on the drawings. 3. MATERIALS A. Manholes Fiberglass manholes shall be fabricated in accordance with ASTM D3753-"Standard Specification for Glass-Fiber-Reinforced Polyester Manholes and Wetwells,"latest edition, and the referenced design criteria as follows: 1. ASTM C581 Standard Practice for Determining Chemical Resistance of Thermosetting Resins Used in Glass-Fiber-Reinforced Structures Intended for Liquid Service 2. ASTM D695 Standard Test Method for Compressive Properties of Rigid Plastics 3. ASTM D790 Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials 4. ASTM C923 Standard Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes and Laterals 5. ASTM D2412 Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading 6. ASTM D2583 Standard Test Method for Indentation Hardness of Rigid Plastics by Means of a Barcol Impressor 7. ASTM D2584 Standard Test Method for Ignition Loss of Cured Reinforced Resins 8. ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings 9. ASTM F794 Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe and Fittings Based on Controlled Inside Diameter 10. ASTM C32 Standard Specification for Sewer and Manhole Brick (Made From Clay or Shale) The minimum wall thickness for all fiberglass manholes at all depths shall be 0.50 inch. The inside diameter of the manhole barrel shall be a minimum of 48 inches or as otherwise specified on the drawings,but shall not be less than 1.5 times the nominal pipe diameter of the largest pipe, whichever is larger. A concentric reducer over the barrel shall have a 027205 Page 1 of 6 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC minimum inside diameter of 31.75 inches at the top, unless otherwise indicated on the drawings. B. Manhole Pipe Connectors Manhole pipe connectors for Sanitary Sewer Application shall be made of corrosion resistant plastic. The connector shall eliminate leaks around the pipe entering the manhole wall and shall permit pipe movement without loss of seal integrity, and shall be in conformance with ASTM D3212. Material for elastomeric seal in push-on j oints shall meet the requirements of ASTM F477. Material for rubber sleeve shall meet the requirements of ASTM C443. Manhole pipe connectors between 4 inches and 15 inches shall be Inserta Tee from Fowler Mfg., or approved equal. Manhole pipe connection for Storm Sewer Application shall be made with Ram-Nek flexible plastic gasket material as manufactured by K.T. Snyder Company of Houston, Texas, or approved equal, and wrapped with Class `A' Subsurface Drainage Geotextile, AASHTO M288. C. Manhole Base Concrete shall be Class `A' in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". Caulk for seal between fiberglass manhole and concrete cast-in-place base shall be Epo-Flex epoxy(gun grade consistency)as manufactured by Dewey Supply of Corpus Christi,Texas, or approved equal. Precast reinforced concrete manhole base shall be in accordance with the requirements of ASTM C478, as shown on the construction plans and detail drawings. D. Inflow Inhibitors Inflow inhibitors shall be installed in sanitary manholes. They shall be of 316 stainless steel with an equivalent thickness of not less than 18 gauge, and load tested in excess of 3000 pounds. The inhibitor shall rest on the lip of the seating surface of the manhole ring and shall not exceed a depth of 6.5 inches. The seating surface of the inhibitor shall have an attached gasket on the weight-bearing side. The inhibitor shall have a gas relief valve made of Nitrite and shall operate at a one(1)psi differential pressure. The inhibitor shall be fitted with a handle of 3/16 plastic coated stainless steel cable attached to the insert body with a 64 316 stainless steel rivet. The inhibitor shall be constructed of materials that withstand highly corrosive sewer gases. E. Ring and Cover Manhole ring and cover for all manholes shall be for street application and shall be as indicated on the drawings. Manholes 5 feet in diameter and larger shall require a nominal 3- foot ring and cover, as specified on the drawings. HDPE adjustment rings are to be used for 027205 Page 2 of 6 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC grade adjustments. A maximum of 18" of adjustment rings may be utilized. F. Flowable Grout Flowable grout (or flowable fill) shall consist of a mixture containing Portland cement, fly ash, sand,water, and"Darafill"admixture(or approved equivalent),in the amounts shown below (or otherwise proportioned to provide 100 psi compressive strength at 28 days), to achieve a paste-like consistency immediately prior to placing the flowable grout. The flowable grout mixture shall be supplied by an approved ready-mix supplier. The manufacturer's representative shall be consulted for any final adjustments to improve the flowability of the mixture. Commercially produced flowable grout may be used with approval of the Engineer. 100 lbs/ CY Portland Cement 300 lbs/ CY Fly Ash 2100 lbs/ CY Sand 250 lbs/ CY Water 6 oz/ CY "Darafill" admixture,as manufactured by Grace Construction Products, or approved equivalent. 4. CONSTRUCTION METHODS General: The limits of excavation shall allow for placing and removing forms, installing sheeting,shoring,bracing,etc. The Contractor shall pile excavated material in a manner that will not endanger the work and will avoid obstructing sidewalks, driveways, power poles, drainage structures,streets,etc. Subgrade under manhole footings shall be compacted to not less than 95% Standard Proctor density. Vertical Sides: When necessary to protect other improvements, the Contractor shall maintain vertical sides on the excavation. The limits shall not exceed three feet outside the footing on a vertical plane parallel to the footing except where specifically approved otherwise by the Engineer. The Contractor shall provide and install any sheeting, shoring, and bracing as necessary to provide a safe work area as required to protect workmen, structures, equipment,power poles, etc. The Contractor shall be responsible for the design and adequacy of all sheeting, shoring and bracing. The sheeting, shoring, and bracing shall be removed as the excavation is backfilled. Sloping Sides: In unimproved areas where sufficient space is available,the Contractor will be allowed to back slope the sides of the excavation. The back slope shall be such that the excavation will be safe from caving. Safety requirements shall govern the back slope used. De-watering: The Contractor shall keep the excavation free from water by use of cofferdams,bailing,pumping,well pointing, or any combination, as the particular situation may warrant. All de-watering devices shall be installed in such a manner as to provide clearance for construction,removal of forms, and inspection of exterior of form work. It is the intent of these specifications that the foundation be placed on a firm dry bed. The foundation bed shall be kept in a de-watered condition for a sufficient period of time to 027205 Page 3 of 6 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC insure the safety of the structure,but in no case shall de-watering be terminated sooner than seven(7)days after placing concrete. All de-watering methods and procedures are subject to the approval of the Engineer. The excavation shall be inspected and approved by the Engineer before work on the structure is started. The Contractor shall provide a relatively smooth,firm foundation bed for footings and slabs that bear directly on the undisturbed earth without additional cost to the City, regardless of the soil conditions encountered. The Engineer will be the sole judge as to whether these conditions have been met. The Contractor shall pile excavated material in a manner that will not create an unsafe condition. Unauthorized Over-Excavation: Excavation for slabs, footings, etc., that rest on earth, shall not be carried below the elevation shown on the drawings. In the event the excavation is carried below the indicated elevation, the Contractor shall bring the slab, footing, etc., to the required grade by filling with concrete. Wall Preparation for Pipe Penetrations: For sanitary sewer application,pipe penetrations for pipe sizes 4-inch through 15-inch shall be made with appropriately sized core drill bits recommended by the manufacturer. Pipe penetrations other than described above and as authorized by the Engineer shall be made as follows: cut shall be equal to the outside diameter of pipe to pass through it, plus 1/2 inch. Cuts are to be made using electric or gasoline powered circular saw with masonry blade. Impact type tools shall not be used. Handling: Manholes shall be handled and stored in a safe manner as necessary to prevent damaging either the manhole or the surroundings. If manhole must be moved by rolling,the ground which it traverses shall be smooth and free of rocks, debris, etc. Manholes shall be lifted as specified by the manufacturer. Height Adiustment: If necessary,utilize HDPE adjustment rings to adjust the manhole to the correct grade elevation. A maximum of 18" of adjustment rings may be utilized. Installation: Lower manhole into wet concrete until it rests at the proper elevation, and a minimum of six (6)inches into concrete, then plumb. Backfill Material: Unless shown otherwise on the drawings, initial backfill around manholes (from subgrade to five feet (5') above the top of the concrete footing) shall be flowable grout. The remaining final backfill around manholes shall be cement-stabilized sand, or approved equal, containing a minimum of 2 sacks of standard Type I or Type II Portland cement per cubic yard of sand, free of large hard lumps, rock fragments or other debris. The material shall be free of large lumps or clods which will not readily break down under compaction. This material shall be subject to approval by the Engineer. Backfill material shall be free of vegetation or other extraneous material. Topsoil should be stockpiled separately and used for finish grading around the structure, if necessary. 027205 Page 4 of 6 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Schedule of Backfilling: The Contractor may begin backfilling around manhole as soon as the concrete has been allowed to cure and the forms removed. Compaction: Backfill shall be placed in layers not to exceed 6 inches compacted thickness and mechanically tamped to at least 95% Standard Proctor density(ASTM D698). Backfill shall be placed in such a manner as to prevent any wedging action against the structure. Contractor shall follow operational requirements for bypass pumping as set forth in City Standard Specification Section 027200 "Control of Wastewater Flows". 5. TESTING Manholes shall be tested for leakage by either of two tests as specified by the Engineer. Water Leakage Test: The Contractor shall provide water, labor, and materials for testing. Testing shall be as follows: I. With sewers plugged, the manhole shall be filled with water. 2. The manhole shall be checked after 24 hours have elapsed. 3. Water loss shall not exceed 2.4 gallons per foot of depth for the 24-hour period for 4-foot diameter manholes, or 3.0 gallons per foot of depth for the 24-hour period for 5-foot diameter manholes. Water loss shall not exceed 0.6 gallon per foot of diameter per foot of depth for the 24-hour period for all sizes of sanitary manholes. 4. If the manhole is within 9 feet of a waterline that is not or cannot be encased, the manhole shall be tested for no leaks and no noticeable loss of water shall be experienced for the 24-hour period. If water loss is excessive,the Contractor shall correct the problem and the manhole shall be retested. Vacuum Test: Vacuum testing shall be in accordance with City Standard Specification Section 027203 "Vacuum Testing of Wastewater Manholes and Structures". 6. GRADE ADJUSTMENT OF EXISTING FIBERGLASS MANHOLES The adjustment of the ring and cover is to be achieved by removal or addition of HDPE grade adjustment rings that rest above the fiberglass corbel. If the ring and cover must be lowered to the extent that the new elevation cannot be achieved by removal of adjustment rings and it is necessary to remove a section of the fiberglass manhole, this work shall be done as described below. Note that manhole repair kits are available for this work. Remove the appropriately sized section of the existing manhole from the vertical manhole wall at least 6 inches below the seam where the corbel meets the vertical wall. 027205 Page 5 of 6 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Excavate evenly around the manhole as required. Mark, cut and remove the required section of the manhole. Make a square cut as necessary for a good butt splice. Grind and clean ends of fiberglass that are to be re-united. Replace and align the top. Fiberglass a 6-inch strip along the outside seam all around with two layers of mat with one layer of woven roving sandwiched between. After the outside has set, go on the inside and fill any voids in the seam with epoxy or material provided by the manhole manufacturer for use in such application. After the putty has set, fiberglass a 6-inch strip on the inside as previously done on the outside. After curing,backfill with cement-stabilized sand,as described above,compacted to a minimum of 95% Standard Proctor density (ASTM D698) or as directed by the Engineer or his designated representative. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form,fiberglass manholes shall be measured per each for each size (diameter) of manhole indicated. Payment shall be made at the unit price bid and shall fully compensate the Contractor for all materials, labor, tools, equipment, and incidentals required to complete the work. Payment shall include, but not be limited to; excavation, dewatering, compaction, concrete foundation, manhole assembly,connections,cast iron frame and cover,adjustment to finish grade,concrete work,backfill, leakage testing, bypass pumping, and other work as required to complete the fiberglass manhole. Extra depth for a sanitary manhole over 6 feet in depth will be measured by the vertical foot of depth in excess of 6 feet and bid as "Extra Depth for Manhole(Wastewater)". Rehabilitation of existing manholes with fiberglass inserts shall be measured by each individual structure rehabilitated, and paid for at the unit price bid per each, of the size, type and depth specified, complete in-place, and meeting the approval of the Engineer. "Complete in-place" shall mean all labor, materials,tools, equipment and incidentals necessary to furnish and install the rigid fiberglass manhole inserts, make connections, grout the annular space with flowable grout, backfilling, leakage testing, and adjust the manholes to finish grade. 027205 Page 6 of 6 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 concrete box culverts and for precast(formed)boxes except where otherwise specified herein. 027404 Page 1 of 3 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 (I"). Not more than four lifting holes may be provided in each box to facilitate handling. They may be cast-in,cut into the fresh concrete after form removal or drilled, and shall not be more than 2 inches in diameter or 2 inches square. Cutting or displacement of the reinforcement will not be permitted. Spalled areas around the holes shall be repaired. Concrete boxes shall be given an "Ordinary Surface Finish" in accordance with Section 038000 "Concrete Structures". 3. Certification. Certification of quality shall be provided with each delivery of materials to the job site by the manufacturer. Certification shall be a written report by the materials engineering testing laboratory. 5. DEFECTS AND REPAIRS Fine cracks or checks on the surface of the member which do not extend to the plane of the nearest reinforcement will not because for rejection unless they are numerous and extensive. Cracks which extend into the plane of the reinforcing steel but are acceptable otherwise, shall be repaired in an approved manner. 027404 Page 2 of 3 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 beat 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SECTION 027602 GRAVITY WASTEWATER LINES 1. DESCRIPTION This specification shall govern all work required for furnishing, handling and installing gravity wastewater lines required to complete the project. 2. MATERIALS A. Pipe and Fittings: 1. POLY-VINYL CHLORIDE (PVC) PIPE and fittings shall be in accordance with the following: 6"Gravity Sewer Pipe ASTM D3034 DR 26 8"Gravity Sewer Pipe ASTM D3034 DR 26 10" Gravity Sewer Pipe ASTM D3034 DR 26 12" Gravity Sewer Pipe ASTM D3034 DR 26 15" Gravity Sewer Pipe ASTM D3034 DR 26 18" Gravity Sewer Pipe ASTM F679 DR 26 24" Gravity Sewer Pipe ASTM F679 DR 26 30" Gravity Sewer Pipe ASTM F679 DR 26 36"Gravity Sewer Pipe ASTM F679 DR 26 PS115 42" Gravity Sewer Pipe ASTM F679 DR35 PS46 48" Gravity Sewer Pipe ASTM F679 DR35 PS46 Pipe and fittings shall have push-on compression gasket joints in accordance with ASTM D3212 and shall be a non-blue color. 2. POLY-VINYL CHLORIDE (PVC) PRESSURE PIPE shall be AWWA C900 or C905 integral green (non-blue color) with a minimum pressure rating of not less than 150 psi, made of Class 12454-A or Class 12454-B virgin compounds, as defined in ASTM D1784. One (1) 20-ft. section of PVC pressure pipe, with appropriate adapters or as an encasing pipe over the carrier pipe, shall be used for gravity wastewater lines at all waterline crossins, and shall be centered under/ over the waterline as indicated on the drawings. Maintain a minimum of 2 feet vertical clearance between outsides of pipes where a new waterline crosses over a new non-pressurized wastewater line. Maintain a minimum of 6 inches vertical clearance between outsides of pipes where a new waterline crosses over a pressurized wastewater line. In all instances of water crossing wastewater, center a joint of water pipe over the wastewater pipe such that a minimum of 9 feet of horizontal offset exists from each water joint to the wastewater carrier pipe. 027602 Page 1 of 6 Rev.7-1-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Alternatively, at waterline crossings, the PVC gravity wastewater pipe may be encased in a 20-ft.joint of pressure pipe with a minimum pressure rating of 150 psi that is at least two nominal sizes larger than the carrier pipe. The carrier pipe shall be supported in the casing at five foot (5)intervals with spacers, or shall be filled to the spring line with clean washed sand. The casing pipe shall be centered under/ over the waterline as indicated on the drawings, and both ends of the casing shall be sealed with cement grout or manufactured seal. B. Bedding and Backfill Materials: 1. BEDDING AND INITIAL BACKFILL is that material from beneath the pipe to an elevation 12 inches above the top of the pipe. The bedding and initial backfill material shall be in accordance with Table 1 on Wastewater Standard Details, Sheet 3,unless otherwise specified. 2. FINAL BACKFILL is that material placed on the initial backfill. The material shall be in accordance with City Standard Specification Section 022020 "Excavation and Backfill for Utilities" and as shown on the standard details. 3. CONSTRUCTION METHODS A. Trench Excavation: See City Standard Specification Section 022020 "Excavation and Backfill for Utilities." B. Handling of Materials: 1. HANDLING AND CARE of pipe shall be the responsibility of the Contractor. Pipe shall be unloaded at the point of delivery, hauled to and distributed at the site by the Contractor. Materials shall be handled with care and in accordance with the manufacturer's recommendations. 2. STORAGE AND SECURITY of materials shall be provided by the Contractor. Any material delivered to the site that is not to be incorporated into the work within 10 working days shall be properly stored off the ground. Stacking and handling of materials shall be done as recommended by the manufacturer. 3. REJECTED OR DEFECTIVE materials are those having cracks, flaws or other defects. Rejected materials shall be marked by the Engineer and removed from the job site by the end of the day by the Contractor. 4. DISTRIBUTION OF MATERIALS at the work site shall be allowed provided that they are incorporated into the work within 10 working days. Materials shall not be placed on private property, unless written permission has been obtained from the owner by the Contractor. Materials shall not be placed within five feet of the back of curb or edge of pavement without permission of the Engineer or the designated representative. 027602 Page 2 of 6 Rev.7-1-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC C. Alignment and Grade: 1. All pipe shall be laid and maintained to the required line and grade. 2. NO DEVIATIONS from design line and grade shall be allowed, unless authorized by the Engineer. 3. The Contractor shall provide offsets and cut sheets. The Contractor may use batter boards, laser, or other approved methods necessary to construct the wastewater line to design line and grade. D. Pipe Placement: 1. GENERAL: Proper implements, tools, etc., shall be used by the Contractor for safe and efficient execution of work. All pipes shall be carefully lowered into the trench by suitable equipment in such a manner as to prevent damage. Under no circumstances shall pipe be dropped or dumped into the trench. The Contractor shall not lay pipe in the trench until the bedding and condition of the trench have been approved by the Engineer. The trench shall be free of water and maintained in that condition until the pipe has been laid, the joints have been completed, and the initial backfill has been completed. All pipe markings shall be placed face up for inspection prior to backfill. 2. CLEAN PIPE: All foreign matter or dirt shall be removed from the interior of the pipe before lowering pipe into trench. The interior of pipe shall be maintained free of dirt during the remaining installation operations. E. Jointing Pipe: POLY-VINYL CHLORIDE(PVC) PIPE shall have mating surfaces of the gasketed joint wiped clean of dirt and foreign matter. A lubricant recommended by the coupling manufacturer shall be applied to the bell and spigot mating surfaces just prior to joining. The spigot shall then be centered on grade into the bell of the previous pipe and shall be shoved home to compress the joint and to assure a tight fit between the inner surfaces. Pipe shall not be assembled in reverse order by pushing bell onto spigot. When the pipe is being thusly installed, bell holes shall be excavated in the bedding material. When the joint has been made, the bell hole shall be carefully filled with material to provide for adequate support of the pipe. The spigot shall be centered within 1/4 inch of the home line marked on the spigot. F. Bedding and Initial Backfill: POLY-VINYL CHLORIDE (PVC) PIPE: Bedding and initial backfill of PVC pipe shall be in accordance with the details provided in the drawings. Bedding shall be well tamped regardless of type. The type of bedding required shall depend upon the depth of cut and ground water condition and shall be as specified below: 027602 Page 3 of 6 Rev.7-1-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC BOTTOM OF TRENCH IN GROUNDWATER Depth of Cut Required Bedding Less than 20 feet Gravel or Crushed Stone Over 20 feet Crushed Stone BOTTOM OF TRENCH NOT IN GROUND WATER Depth of Cut Required Bedding Less than 15 feet Sand, Gravel, or Crushed Stone Less than 20 feet Gravel or Crushed Stone Over 20 feet Crushed Stone G. Final Backfill: See City Standard Specification Section 022020 "Excavation and Backfill for Utilities." H. Bypass Pumping: Contractor shall follow operational requirements for bypass pumping as set forth in Specification Section 027200 Control of Wastewater Flows. 4. TESTING AND CERTIFICATION A. Leakage Testing: (Required for all types of pipe) 1. EQUIPMENT FOR LEAKAGE TESTING shall be furnished and installed by the Contractor. The Contractor shall test the entire system for leaks. This work shall be witnessed by the Engineer. 2. POLY-VINYL CHLORIDE(PVC)PIPE shall be tested in accordance with Uni- Bell Plastic Pipe Association - Standard UNI-B-6 "Recommended Practice for Low- Pressure Air Testing of Installed Sewer Pipe'; the requirements of which are summarized by the following equation: T=0.00237D2L [Equation 1] Where: T=Minimum allowable time(seconds)for a pressure drop of one(1)psi gage pressure D =Nominal pipe diameter(inches) L=Length of pipe run (feet) The test section shall be plugged and subjected to a test pressure not in excess of five(5)psi. The time required for a one(1)psi pressure drop shall be measured and shall not exceed the value obtained in Equation 1 above. 027602 Page 4 of 6 Rev.7-1-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC B. Deflection Testing: (Required for PVC Pipe) 1. EQUIPMENT FOR DEFLECTION TESTING shall be provided by the Contractor. Mandrels shall be provided by the Contractor and will be of machined rigid corrosion-resistant pipe with a length not less than 1.5 diameters. Mandrels will be sized for SDR 26 PVC pipe at 5% deflection. The outside diameter of the standard mandrels shall be as follows: Nominal Size(inches) Mandrel O.D. (inches) 8 7.11 10 8.87 12 10.55 15 12.90 18 15.76 21 18.56 24 20.87 27 23.51 30 27.14 2. TESTING shall be done by the Contractor and witnessed by the Engineer. All pipe shall be tested for deflection no less than 30 days after placement of backfill. The Contractor may wish to check pipe immediately after backfilling for job control. However, this shall not qualify as acceptance testing. No pipe can be tested for formal acceptance until it has been in place, complete with backfill, for at least 30 days. 3. Belly: Pipe shall be rejected if belly exceeds 5%based on the readings from the video inspection. C. Retesting: ANY DEFECTIVE WORK OR MATERIALS shall be corrected or replaced by the Contractor and retested. This shall be repeated until all work and materials are acceptable D. Cleaning and Televising: All wastewater lines and manholes installed on this project shall be cleaned and televised in accordance with Standard Specification Section 027611 "Cleaning and Televised Inspection of Conduits". 5. SOIL BORINGS The City does not assume responsibility for subsurface information. Soil data and other subsurface information, if shown on the drawings or in the appendix, are without warranty as to correctness of fact or interpretation. 027602 Page 5 of 6 Rev.7-1-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 6. BRACING AND SHORING Trenching operation shall comply with Worker Safety Requirements for Excavation and Trenching Operations. If, for whatever reason, the trench width at the top of pipe must exceed that width indicated in the bedding details, the Contractor shall modify bedding as required by the Engineer to accommodate the additional load on the pipe. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, gravity wastewater lines shall be measured by the linear foot for each size and depth of wastewater line installed, as follows: A. Between centers of manholes. B. From the center of a manhole to the end of the line. C. From the end of an existing stub to the end of the line or center of the existing manhole. Depth shall be measured from flow line of pipe to ground surface over centerline of the pipe at the time of construction. Measurements to be made at manholes, at intervals not to exceed fifty feet, and at breaks in ground profile. Bedding shall not be measured for pay, but shall be considered subsidiary to pipe, unless included as a separate bid item in the Bid Form. Unless otherwise specified on the Bid Form, de-watering shall not be measured for pay,but shall be considered subsidiary unless included as a separate bid item in the Bid Form for well-pointing. Payment shall be full compensation for all labor, materials, equipment, pipe, bedding, de-watering, hauling, trench excavation and backfill, leakage and deflection testing, cleaning, televising, bypass pumping, and all cleaning up and other incidentals necessary to install the pipe complete in-place. 027602 Page 6 of 6 Rev.7-1-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SECTION 027604 DISPOSAL OF WASTE FROM WASTEWATER CLEANING OPERATIONS 1. SCOPE: This specification governs all work required for disposal of waste from wastewater cleaning operations required to complete the project. 2. METHODS: Grit,rubble,dislodged bricks and other such inorganic waste that is removed during cleaning shall not be allowed to continue down stream of the operation. Organic solids that remain in suspension would be allowed to continue downstream through the wastewater system. A weir or other suitable trap shall be installed and maintained by the Contractor for the collection of such waste. This material shall be de-watered and delivered by the Contractor to a facility that is authorized to receive it. If this material is free of organic sludge and is sufficiently de-watered to pass the paint filter test,it would be acceptable for disposal at the Elliott Sanitary Landfill subj ect to prior approval of the facility and the associated disposal fees. The Contractor has the option of using the City's de-watering facilities. The City has six drying beds,each with a 1-foot high containment wall each with an area of about 2,300 square feet. These drying beds are at the Greenwood Wastewater Treatment Plant, 1541 Saratoga. The Contractor would be required to haul and handle the material to, at and from the facility as well as the restoration of drying beds. Restoration of the drying beds includes the removal of all the de- watered material and the replacement of the existing sand bed with new sand. All work required within the treatment plant, including the replacement of sand shall be in accordance with the requirements set forth by the Plant Supervisor. The use of the drying beds would be subject to prior approval of the facility and the associated de-watering fees. If the City's facilities are used for de-watering or disposal of waste, the Contractor shall be responsible for making contact with the appropriate Solid Waste or Wastewater Officials or both, making all arrangements for the use of City facilities, scheduling of delivery and pickup, etc. Materials and handling operations shall meet the requirements set forth by said Officials. Failure to meet these requirements shall be cause for rejection of the materials by either the landfill or the treatment plant operations. Proper disposal of this waste shall be responsibility of the Contractor. The Contractor shall provide the Engineer with written documentation of the proper disposal of this waste. 3. MEASUREMENT &PAYMENT: Unless otherwise specified on the Bid Form,this work shall be considered subsidiary to the project. 027604 Page 1 of 1 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SECTION 027606 WASTEWATER SERVICE LINES 1. SCOPE: This specification governs all work and materials necessary to construct the wastewater service lines required to complete the project. Wastewater service lines are those lines, constructed in public right-of-way,from the service tee on the main up to and including the cleanout at the property line. 2. MATERIALS: Pipe and fittings for wastewater service lines shall be PVC in accordance with ASTM D2665 and ASTM D3311 with a minimum size of 4 inches. Solvent cement for PVC shall comply with ASTM D2564. No co-mingling of different materials except through the use of proper adaptors. Adaptors shall have a stainless steel or fiberglass shear ring. 3. CONSTRUCTION METHODS: Where possible, service tees or wyes shall be placed along the main as required for services (no taps). The minimum size pipe for services shall be 4-inch diameter for residential and 6-inch diameter for commercial. Minimum slope for 4-inch pipes shall be 1/8 inch per foot(S=1%),and minimum slope for 6-inch pipes shall be 1/16 inch per foot(S= 0.5%). Wastewater service lines shall cross under water mains. The Contractor shall be responsible for establishing alignment and maintaining grade for the proposed service. Trenches shall be excavated in such a manner that will minimize damage to surface improvements. After installation,the excavated material shall be tamped into the trench to not less than the density specified in City Standard Specification Section 022020"Excavation and Backfill for Utilities," and the surface restored to a condition acceptable to the Engineer. Wastewater service lines shall be bored, jetted or jacked under sidewalks, driveways, and other such improved surfaces, unless otherwise authorized by the Engineer. Service lines shall be leakage tested with the wastewater main. Contractor shall follow operational requirements for bypass pumping as set forth in Specification Section 027200 Control of Wastewater Flows 027606 Page 1 of 2 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 4. MEASUREMENT AND PAYMENT: Unless otherwise specified on the Bid Form, wastewater service lines shall be measured as individual units for each connection made to the main. Payment shall include,but not be limited to, the line from the tee on the main to, and including, the cleanout at the property line. Payment shall be full compensation for all labor, materials, equipment, trench safety, bypass pumping and incidentals necessary for wastewater service lines required to complete the project. 027606 Page 2 of 2 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SECTION 027611 CLEANING AND TELEVISED INSPECTION OF CONDUITS 1. SCOPE This specification shall govern for all work, equipment, supervision and materials required to provide for cleaning and remote CCTV inspection and documentation of wastewater or other lines and manholes as required. 2. TECHNICAL REQUIREMENTS 2.1 General Closed circuit television inspection will typically be done under one or more of the conditions listed below. Requirements for on-screen labeling during each line segment set up, televising, video file labeling and hard copy inspection reports will be specifically addressed. The Contractor shall neither request nor receive assistance from the City, in the performance of work described in this specification. Unless otherwise specified and at Contractors expense, the Contractor shall provide for the control of wastewater flows and monitoring of the collection system for back-ups and surcharges, while flow control devices are in place. It shall be the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects or jobs (to include, but not necessarily limited to "Confined Space Entry". 2.2 Inspection Equipment and Methods Electronic media shall be used to record the condition of all the segments of the mains and the manholes, tap locations and unusual situations during inspection. The inspection imaging shall be made on color professional grade DVD format for each line segment. All observations will require both audio and on-screen display. The camera shall transit through the wastewater line in either direction at a speed not greater than 30 feet per minute, stopping as necessary to permit proper documentation of the wastewater line's condition. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. A television camera with pan and tilt capability will be required. The camera, television monitor, and other components of the video systems shall be capable of producing picture quality to the satisfaction of the City. The capture system shall have the capability of recording, digitizing and storing single frames of video images and "real time" live video, as well as collecting, storing and printing wastewater line inspection data for graphic display and report generation. The imaging capture system shall store digitized picture images, have the ability to export picture files to industry standard formats Opg, bmp, and tif), be transferable to DVD and be printed at no cost to the City. Use of proprietary software is discouraged; however, if the Contractor provides the software and 027611 Page 1 of 8 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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-Passin; This procedure will be used on all previously accepted (City owned) line segments. Except for new wastewater line acceptance inspections, the line shall be dewatered during inspection. A water jet cleaning unit will normally be running in the line in advance of the television camera to allow the highest quality picture available. Dewatering shall remove standing water and fog from the line segment to provide 360 degree view of the pipe being televised. Too high water level or the camera being submerged will be grounds for rejection of the inspection. All wastewater flows from intersecting lines shall typically be controlled through the use of in-line plugs for vacuum trucks and are considered subsidiary to the inspection for all line sizes. Plugs in intersecting lines shall be installed by the Contractor with no assistance from the City. The Contractor shall also monitor the upstream system for back-ups and surcharges, which may lead to Sanitary Sewer Overflows (SSOs). The Contractor shall immediately report to the City Call Center (361) 826-2489 all sanitary sewer overflows. Flow Control devices shall be installed in accordance with all applicable OSHA requirements, including, but not necessarily limited to confined space protocol. 2.4 Evaluation of Existing Lines for Potential Repairs/Rehabilitation—Pre CCTV: Cleaning and televising using a CCTV camera may be needed to traverse each line segment from manhole to manhole as specified in the work order. When an obstruction prevents the camera from proceeding, the obstruction will be recorded on the initial setup and a reverse setup will be attempted to view the pipe and obstruction from the other side. If the camera fails to pass through the entire section, the inspection shall be considered complete and no additional inspection will be required. However, the line segment evaluation form, as well as the graphic report, shall note full line length and the length traveled from each manhole set-up. All inspection efforts on the line segment will be recorded on the same tape / disk. The Contractor must exert all reasonable effort to televise the entire length of a segment of wastewater line, or to assist the repair crews with usable information for point repair. Prior to transiting the line the video display initially is to include upstream and downstream manhole numbers, pipe size / material, adjacent street names and the date. During the transit the display must show the continuous distance from the insertion manhole with an accuracy of +1% of the actual length to help mark observations on the report form. The video must have narrative documentation of notable observations. The Inspection Report shall consist of condition observations recorded using City-approved computer software generated formats, generally conforming to NASSCO and PACP codes. Specifically, items considered notable include: deviations in alignment and grade; abnormal conditions of the pipe barrel and joints; locations 027611 Page 2 of 8 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 & LD.number manhole diameter manhole material depth of manhole condition of ring/cover evidence of infiltration condition of walls presence of inflow inhibitor condition of pipe mouths presence of coatings condition of invert location: street/easement above invert penetrations 2.8 CCTV Set-M: 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 4 Downstream MH 4 Date Survey/Post/New Work Order 4 Pipe Size Material Project 4 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SAMPLE TELEVISED INSPECTION REPORT FORM CITY OF CORPUS CHRISTI TELEVISED INSPECTION REPORT DATA REQUIREMENTS [Ora screen at start of each set-up and on Inspection Report] City's Project Name City's Project Number Contractor/Operator Date/'l'ime Televised DVD Number Upstream MH Location Downstream MH Location Upstream MH Number Downstream MH Number Upstream MI-I Depth Downstream MH Depth Pape Size Pre-Rehab TV Y N Evaluation TV Y N Post-Rehab TV Y N Reverse Set-up Y N Pipe Material DISTANCE FROM ENTRY POINT OBSERVATIONS/COMMENTS DVD LABELING REQUIREMENTS (On each DVD] City Project Name Upstream Manhole No. City Project No. Downstream Manhole No. Street Name Pre Post Other DVD No. Date/Time Made Contractor 027611 Page 8 of 8 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SECTION 027618 WASTEWATER LINE REHABILITATION/PIPEBURSTING 1. SCOPE This specification shall govern all work necessary to rehabilitate gravity wastewater lines by pipebursting,wherein a horizontal boring technique utilizing a cutting/expansive tool head fragments the existing pipe, and a fusion welded, high density polyethylene pipe is drawn into the resulting tunnel. 2. MATERIALS 2.1 Polyethylene: ASTM Designation: D-3350 with a cell classification of 335434B D or E(with inner wall of light color).In addition,the liner shall be manufactured of polyethylene resins classified as Type III, Class C, Category 5, Grade P34, as tabulated in specifications in the older ASTM Designation, D-1248. This material shall also conform to the design criteria as specified in Plastic Pipe Institute (PPI) Designation: PE3408. 2.2 Dimensions: The pipe shall be (SDR 19, IPS) per ASTM F714 of the nominal diameter as shown on the plans and specified in the Bid Form, unless TCEQ requirements for water and wastewater line separation require pressure rated pipe of at least 150 psi, in which case DR 11, IPS pipe shall be utilized. At this pressure rating, a larger pipe may be required to maintain equivalent flow characteristics and hydraulic radius to the existing wastewater line. 2.3 Quality: All pipe shall be homogenous throughout, and shall be free of visible cracks, holes, foreign materials, blisters, or other deleterious faults. All materials shall be of the highest quality and highest performance. It shall be the product of a manufacturer actively engaged in research, development, and the manufacturer of said materials. 3. CONSTRUCTION METHODS 3.1 Pipe Jointing: Sections of the polyethylene (PE) liner pipe shall be joined by the butt-fusion method and performed in strict conformance with the pipe manufacturer's recommendations using approved equipment. The Contractor shall make arrangements to have a technical representative of the pipe manufacturer present for the start-up of the butt-fusion jointing and training of the contractor's personnel, or arrangements shall be made for the pipe manufacturer's representative to remain on the job until all jointing has been completed. When requested by the Engineer, samples of butt-fusion joints shall be furnished by the contractor for laboratory 027618 Page 1 of 4 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC testing. The test of such samples shall clearly demonstrate joint integrity, strength, etc. 3.2 Insertion Pits: The location and number of insertion pits shall be determined by the Contractor to maximize insertion lengths and keep the number of excavations to a minimum. The insertion pit size shall be the minimum necessary to perform insertion operations. Locations of insertion pits shall be acceptable to the Engineer. Removal of obstructions and point repairs shall be done as necessary. This work shall be done in accordance with Section 022020 of the City Standard Specifications, "Excavation and Backfill for Utilities." 3.3 Pulling Pipe: New polyethylene pipe shall be pulled immediately behind the pipe bursting equipment in accordance with the manufacturer's procedures. The machine shall be specifically designed and manufactured for the pipe insertion process. The Contractor shall install all pulleys,rollers,bumpers, alignment control devices, and other equipment, required to protect existing manholes, and to protect the pipe from damage during installation. Lubrication may be used as recommended by the pipe manufacturer.Under no circumstances shall the pipe be stressed beyond 50%of its tensile strength at yield, that being 22,600 lb. for an 8" SDR 17 pipe. Provide a suitable pull measuring device connected to the winch or pulling system. Upon commencement,insertion shall be continuous without interruption,if possible. Terminal sections of pipe that are joined within the insertion pit shall be connected with a 1/4"thick neoprene gasket and a stainless steel band clamp having a minimum of 4 bolt/nut drawn down fixtures. The butt gap between pipe ends shall not exceed 1/2". The installed pipe shall be allowed the manufacturer's recommended amount of time, but not less than 24 hours, for relaxation prior to any reconnection of service lines, sealing of the annulus, or backfilling the insertion pit. Sufficient excess length shall be allowed to provide for this occurrence. 3.4 Service Connections: All service connections shall be identified, excavated, and disconnected prior to pipe bursting. After the new main has been pulled into place, allowed to recover, and secured to the manhole walls, each service shall be reconnected to the new main. Services shall be connected by the use of an approved pre-fabricated saddle. The pre-fabricated saddle shall be equipped with a neoprene gasket installed between the saddle and the liner pipe so that a complete water seal is accomplished when the two-piece saddle is placed around the polyethylene pipe and pulled together with stainless steel bands. Drill hole in main shall be flush with the inside diameter of the saddle. Continuous service shall be maintained. 027618 Page 2 of 4 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 3.5 Annulus Sealing: The relaxed pipe shall be cut 4"inside of manholes and any annular space sealed. The annular space may be sealed with a mechanical device, chemical seal,or quick-setting concrete. The method chosen shall be approved by the Engineer prior to construction. The sealant shall extend at least 8-inches past the outside of the manhole wall. The sealant shall form a smooth transition above the liner projection into the manhole. The sealant shall be applied 3" beyond the annulus on the inside wall of the manhole. The complete joint shall be uniform and water-tight. 3.6 Backfill: The insertion pit(s) shall be backfilled with an approved granular material from the invert to a minimum of 12" above the pipe. The balance of the insertion pit may be backfilled using approved material taken from the excavation.All backfilling shall be accomplished in such a manner as to achieve a 95% Standard Proctor density. 3.7 By-Pass Wastewater Flows:It shall be the responsibility of the Contractor to maintain continuous flow of wastewater, during execution of work. This includes flow of all mains,laterals, and services. Pumps and by-pass lines shall be of adequate capacity to handle all flows. Dumping of raw sewage on private or city property shall not be allowed.By-pass shall be made by pumping the sewage into the downstream manhole or adjacent system, or other methods as may be approved by the Owner and the Engineer. All bypass pumping must be per City Standard Specification Section 027200 "Control of Wastewater Flows." 4. DELIVERY, STORAGE AND HANDLING OF MATERIALS: The Contractor shall be responsible for all handing and security of the materials. 5. CLEANUP: The Contractor shall clean up the area around the work area and restore surface improvements to a like or better condition as existed prior to construction. All pavement shall be repaired as specified. All broken pipe and other unwanted material shall become property of the Contractor and hauled off and disposed by the Contractor. 6. TELEVISION INSPECTION: Television inspection of pipeline shall be performed by experienced personnel,in accordance with City Standard Specification 027611. Television inspection shall be per the following: Post Construction video DVD of each wastewater line shall include voice description and stationing of each service indicated. Data and stationing shall be visually displayed on video. By-pass or diversion of flow shall be done by the Contractor as necessary to obtain acceptable video. 027618 Page 3 of 4 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC If any portion of the inspection DVD be deemed inadequate by the City,the Contractor shall re-video that portion to the satisfaction of the City at no additional expense to the City. DVDs of all work shall be furnished to the City prior to acceptance of work. One copy shall become property of The City and retained by the City. 7. TESTING: After the proposed line has been completed, internally inspected with video camera and record as required. DVD shall be furnished to the City prior to acceptance of work. Manholes and services are to be tested as described elsewhere. 8. MEASUREMENT AND PAYMENT: Unless indicated otherwise in the Bid Form, Wastewater Rehabilitation / Pipebursting will be measured by the linear foot for each size and depth range installed. Payment shall include,but not be limited to, all materials,labor, equipment and incidentals required for(other than pavement repair) trenching,installing the new line,surface restoration,clean-up,televised inspection,and other work as may be required. 027618 Page 4 of 4 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 2�/4-inch "H" section of high carbon steel; minimum weight 4.1 pounds per linear foot. (b) End and Corner Posts 1. 21/2" nominal 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC (c) Swing Gate Posts Swing and gate posts shall conform to ASTM Designation: A120 and shall be in the following sizes: Pipe Size Square (O.D. Nominal) Tubular Gate Length 2.875 in. 2.5 in. Up to 6 feet 4.0 in. 3.0 in. 7 feet to 12 feet 6.625 in. - 13 feet and above (d) Gate Frames Gate frames shall be standard heavy type, welded, watertight, rigid frame with adequate internal bracing and tension members to prevent sagging. Furnish hinges, latches, stops, keepers and similar items as approved. Gates to swing open 180 degrees with keepers to hold gates in open position. Furnish latches with provisions for padlocking. On gates of 4-foot length or less, provide latches that automatically engage when gate is swung shut. The size of gate frame members shall be as follows unless otherwise specified. Gates shall be provided with a positive means of maintaining the gate in the closed position. O. D. or Dimensions,Nominal Use and Section Round Square Frame for fabric 6' and less, and leaf widths not exceeding 8' 1.66" 1.5" Frame for fabric over 6' or gate leafs over 8' width 1.9" 2.0" Internal braces 1.66" 1.5" Top rails and post braces 1.66" - 4. Top Rails - Top rails shall be 1.66 inches O.D. nominal tubular; lengths of not less than 18 feet conforming to ASTM Designation: A120 and shall be fitted with couplings for connecting the lengths into a continuous run. The couplings shall be not less than 6 inches long, with 0.070 inch minimum wall thickness, and shall allow for expansion and contraction of the rail. The top rail shall pass through the base of line post barbed wire extension arm and fasten securely to terminal posts. 028320 Page 2 of 4 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 5. Bracin; - 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 47 gage and shall conform to ASTM Designation: Al 16, Class 3. Ties or clips shall be provided for attaching each wire to the fabric at intervals not exceeding 2 feet. 8. Stretcher Bars - Stretcher bars shall not be less than 3/16 by 3/4 inch steel conforming to ASTM Designation: A153. Stretcher bars shall not be less than 2 inches shorter than the full height of the fabric with which they are used. One stretcher bar shall be provided for each gate and end post and two for each corner and pull post. 9. Ties, Bands or Clips - Ties of 9 gage steel wire shall be provided in sufficient number for attaching the fabric to all line posts at intervals not exceeding 15 inches. Bands or clips of adequate strength shall be provided in sufficient number for attaching the fabric and stretcher bars to all terminal posts at intervals not exceeding 15 inches. Tension bands and brace bands shall be formed from flat or beveled steel and shall have a minimum thickness of 0.115 inch and a minimum width of 7/8 inch, and shall conform to ASTM Designation: A153. 3. CONSTRUCTION METHODS Maximum post spacing shall be 10 feet unless specified otherwise. Concrete footings shall be Class "A" Concrete (see City Standard Specification Section 030020 "Portland Cement Concrete") of the following dimensions: Type Fabric Hole Hole Post of Post Hecht Diameter Depth Embedment Line 3'-4' 6" 24" 21" Line 5' 8" 30" 27" Line 6'-12' 9" 38" 36" Terminal 3'-5' 10" 32" 30" Terminal 6'-12' 12" 38" 36" 028320 Page 3 of 4 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Erect fencing to follow natural ground surface, but adjust minor irregularities in grade as directed. Construct fence to true alignment. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, chain link fence shall be measured by the linear foot of fence measured at the bottom of the fabric along the centerline of fence from center to center of terminal posts, excluding gates. Gates will be measured per each gate, complete in place. Payment shall be by the linear foot, as measured above, for the height specified unless otherwise specified. Gates will be paid for as measured above and as described in the Bid Form unless otherwise specified. Payment shall be full compensation for furnishing and installing all materials, and for all labor, tools, equipment and incidentals required to construct the fence as required by the plans and these specifications. 028320 Page 4 of 4 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC (2) Mixing Water Water for use in concrete and for curing shall be free from oils, acids, organic matter or other deleterious substances and shall not contain more than 1000 parts per million of chlorides as CL nor more than 1000 parts per million of sulfates as 5O4. Water from municipal supplies approved by the State Health Department will not require testing,but water from other sources will be sampled and tested before use in structural concrete. Tests shall be made in accordance with the "Method of Test for Quality of Water to be Used in Concrete" (AASHTO Method T26), except where such methods are in conflict with provisions of this specification. (3) Coarse Agate 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC TABLE 1 Coarse Agate Gradation Chart Percent Retained on Each Sieve Aggregate Nominal 2-�/z 2 1-�/z 1 3/4 1/2 3/8 Grade No. Size In. In. In. In. In. In. In. No.4 No. 8 1 2 in. 0 0 to 15 60 to 95 to 20 to 80 100 50 2 (467)* 1-�/z in. 0 0 30 to 70 95 to to 65 to 100 5 90 4 (57)* 1 in. 0 0 40 90 to 95 to to to 100 100 5 75 8 3/8 in. 0 0 to 35 to 90 to 5 80 100 *Numbers in parenthesis indicate conformance with ASTM C33. The aggregate shall be washed. The Loss by Decantation (TxDOT Test Method Tex-406-A) plus the allowable weight of clay lumps, shall not exceed one percent, or the value shown on the plans, whichever is smaller. (4) Fine Aggregate Fine aggregate shall consist of clean,hard, durable and uncoated particles of natural or manufactured sand or a combination thereof, with or without a mineral filler. It shall be free from frozen material or injurious amounts of salt, alkali, vegetable matter or other objectionable material and it shall not contain more than 0.5 percent by weight of clay lumps. When subjected to the color test for organic impurities (TxDOT Test Method Tex-408-A),it shall not show a color darker than standard. The fine aggregate shall produce a mortar having a tensile strength equal to or greater than that of Ottawa sand mortar when tested in accordance with TxDOT Test Method Tex-317-1). 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 given 030020 Page 4 of 13 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 no 030020 Page 6 of 13 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC TABLE 3 Slump Requirements Concrete Designation Desired Slump Max. Slump Structural Concrete: (1) Thin-Walled Sections (9" or less) 4 inches 5 inches (2) Slabs, Caps, Columns,Piers, Wall Sections over 9", etc. 3 inches 4 inches Underwater or Seal Concrete 5 inches 6 inches Riprap, Curb, Gutter and Other Miscellaneous Concrete 2.5 inches 4 inches NOTE: No concrete will be permitted with slump in excess of the maximums shown. 8. QUALITY OF CONCRETE General The concrete shall be uniform and workable. The cement content, maximum allowable water- cement ratio, the desired and maximum slump and the strength requirements of the various classes of concrete shall conform to the requirements of Table 3 and Table 4 and as required herein. During the process of the work, the Engineer or his designated representative will cast test cylinders or beams as a check on the compressive or flexural strength of the concrete actually placed. Test cylinders must be picked up by the testing lab within 24 hours. A test shall be defined as the average of the breaking strength of two cylinders or two beams, as the case may be. Specimens will be tested in accordance with TxDOT Test Methods Tex-418-A or Tex-420-A. Test beams or cylinders will be required as specified in the contract documents. For small placements on structures such as manholes, inlets, culverts, wingwalls, etc., the Engineer may vary the number of tests to a minimum of one for each 25 cubic yards placed over a several day period. All test specimens, beams or cylinders, representing tests for removal of forms and/or falsework shall be cured using the same methods, and under the same conditions as the concrete represented. "Design Strength" beams and cylinders shall be cured in accordance with THD Bulletin C-11. The Contractor shall provide and maintain curing facilities as described in THD Bulletin C-11 for the purpose of curing test specimens. Provision shall be made to maintain the water in the curing tank at temperatures between 70°F and 90°F. When control of concrete quality is by twenty-eight-day compressive tests, job control will be by seven-day compressive tests which are shown to provide the required twenty-eight-day strength, based on results from trial batches. If the required seven-day strength is not secured with the cement 030020 Page 8 of 13 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 11 Cement is used with Class C Concrete, the 7-day beam break requirement will be 550 psi; with Class A Concrete, the minimum 7-day beam break requirement will be 460 psi. ****Permission to use Grade 8 Aggregate must have prior approval of the Engineer. 9. MIXING CONDITIONS The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the limits outlined in City Standard Specification Section 038000 "Concrete Structures", Article 'Placing Concrete-General", shall not be used. Retamping of concrete will not be permitted. In threatening weather, which may result in conditions that will adversely affect the quality of the concrete to be placed, the Engineer may order postponement of the work. Where work has been started and changes in weather conditions require protective measures, the Contractor shall furnish adequate shelter to protect the concrete against damage from rainfall, or from freezing temperatures. If necessary to continue operations during rainfall, the Contractor shall also provide protective coverings for the material stockpiles. Aggregate stockpiles need be covered only to the extent necessary to control the moisture conditions in the aggregates to adequately control the consistency of the concrete. 10. MIXING AND MIXING EQUIPMENT All equipment, tools, and machinery used for hauling materials and performing any part of the work shall be maintained in such condition to insure completion of the work underway without excessive delays for repairs or replacements. The mixing shall be done in a batch mixer of approved type and size that will produce uniform 030020 Page 9 of 13 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 be 030020 Page 10 of 13 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC placed in the structure or pavement. Ready-Mixed Concrete shall be mixed and delivered by means of one of the following approved methods. (1) Mixed completely in a stationary mixer and transported to the point of delivery in a truck agitator or a truck mixer operating at truck agitator or truck mixer agitation speed. (Central-Mix Concrete) (2) Mixed complete in a truck mixer and transported to the placement site at mixing and/or agitating speed (Transit-Mix Concrete), subject to the following provisions: (a) Truck mixers will be permitted to transport concrete to the job site at mixing speed if equipped with double actuated counters which will separate revolutions at mixing speed from total revolutions. (b) Truck mixers equipped with a single actuated counter counting total revolutions of the drum shall mix the concrete at the plant not less than 50 nor more than 70 revolutions at mixing speed, transport it to the job site at agitating speed and complete the required mixing before placing the concrete. (3) Mixed completely in a stationery mixer and transported to the job site in approved non-agitating trucks with special bodies. This method of transporting will be permitted for concrete pavement only. B. Equipment. (1) Batching Plant. The batching plant shall be provided with adequate bins for batching all aggregates and materials required by the specifications. Bulk cement shall be weighed on a scale separate from those used for other materials and in a hopper entirely free and independent of that used for weighing the aggregates. (2) Mixers and Agitators. _ (a) General: Mixers shall be of an approved stationary or truck-type capable of combining the ingredients into a thoroughly mixed and uniform mass. Facilities shall be provided to permit ready access to the inside of the drum for inspection, cleaning and repair of blades. Mixers and agitators shall be subject to daily examination for changes in condition due to accumulation of hardened concrete and/or wear of blades, and any hardened concrete shall be removed before the mixer will be permitted to be used. Worn blades shall be repaired or replaced with new in 030020 Page 11 of 13 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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. 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 43, 44, 45 4d 46, 47, 48 5d All bends in main bars and in secondary bars not covered above: Grade 60 Grade 75 43 thru 48 6d 49, 410 8d -- 411 8d 8d 414, 418 10d -- 032020 Page 3 of 6 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 4. TOLERANCES Fabricating tolerances for bars shall be within 3 percent of specified or as follows: Plan Dimon. a 3/4" 7/8*' Bar or Smaller—Plan. Dimon. t I­ Bar or Larger --P+on. D+men. * 1" H= over 6"--Damen.+ Zero or H = 6 a—`nd lass-{}imen. + Zero or -i/4" H 7/8- Bar or Sma/ier--Plan Dimon. = i/Z' r I" Bar or t_arger—Plan Oisnen. : 1'* viral or Circular Tie Tie or giFP41onCO)ime;n.*IY Plan Oin-=a=1/2 5. STORING Steel reinforcement shall be stored above the surface of the ground upon platforms, skids or other supports, and shall be protected as far as practicable from mechanical injury and surface deterioration caused by exposure to conditions producing rust. When placed in the work, reinforcement shall be free from dirt, paint, grease, oil, or other foreign materials. Reinforcement shall be free from injurious defects such as cracks and laminations. Rust, surface seams, surface irregularities or mill scale will not be cause for rejection,provided the minimum dimensions, cross- sectional area and tensile properties of a hand wire crushed specimen meets the physical requirements for size and grade of steel specified. 6. SPLICES No splicing of bars, except when provided on the plans or specified herein,will be permitted without written approval of the Engineer. Splices will not be permitted in main reinforcement at points of maximum stress. When permitted in main bars, splices in adjacent bars shall be staggered a minimum of two splice lengths. 032020 Page 4 of 6 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC TABLE 1 Minimum Lap Requirements Lia 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 cotton 032020 Page 5 of 6 Rev.10-30-2014 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SECTION 37040 EPDXY COMPOUNDS (5-44) 1. DESCRIPTION This specification shall govern all work necessary to provide and apply Epoxy compounds. 2. MATERIALS (USE - TYPE) (1) Epoxy Bonding Compound for bonding new concrete to hardened concrete or other structural material: Epoxy Bonding Compound shall be a two component, 100% solids, moisture insensitive system. Epoxy shall be "FX- 752 Bonding Agent" as manufactured by Fox Industries Inc. of Baltimore, Maryland or "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 037040 2/20/9 Page 1 of 2 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC determined from the tack free times which are provided by the manufacturer. The following allowable times are averages and provided only as an aid to the Contractor: Temperature Allowable Elapse Time from Mixing Epoxy Until Placing Concrete Overlay 90°F 40 min. 80°F 12 hrs. 70°F 22 hrs. 60°F 32 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 2/20/9 Page 2 of 2 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 1. Class 1-a. (Two-Component, Synthetic Polymer,Cold-Extruded Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. This type is specifically designed for vertical or sloping joints and hence not self-leveling. It shall cure sufficiently at an average temperature of 77 degrees F ± 3 degrees F in a maximum of 24 hours. For performance requirements see under 2.(2)(b)2. below. 2. Class 1-b. (Two-Component, Synthetic Polymer,Cold-Pourable, Self-Leveling Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. It shall cure sufficiently at an average temperature of 77 degrees F ± 3 degrees F in a maximum of 3 hours. Performance Requirements: Class 1-a and Class 1-b joint materials,when tested in accordance with TxDOT Test Method Tex-525-C,shall meet the above curing times and the following requirements: It shall be of such consistency that it can be mixed and poured, or mixed and extruded into joints at temperatures above 60 degrees F. Penetration, 77°F.: 150 gm. cone, 5 sec., max., cm.................. 0.90 Bond and Extension 75%, O°F, 5 cycles: Dry Concrete Blocks............................ Pass Wet Concrete Blocks............................ Pass Steel Blocks...(Primed if specified by 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC PROPERTY METHOD REQUIREMENT Color ASTM D1752, Type 1 Black Density ASTM D1752, Type 1 40 lb./ft' Min. Recovery ASTM D1752, Type 1 90% Min. Compression ASTM D1752, Type 1 50 to 500 psi Extrusion ASTM D1752, Type 1 0.25 inch Max. Tensile Strength ASTM D1752, Type 1 20 psi Min. Elongation 75% Min. The manufacturers shall furnish the Engineer with certified test results as to compliance with the above requirements and a 12 inch x 12 inch x 1 inch sample from the shipment for approval. (3) Curing Materials. (a) Membrane curing materials shall comply with ASTM Designation: C 309 "Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete",Type 1 clear or translucent, or Type 2 white-pigmented. The material shall have a minimum flash-point of 80 degrees F when tested by the "Pensky-Martin Closed Cup Method". It shall be of such consistency that it can be satisfactorily applied as a fine mist through an atomizing nozzle by means of approved pressure spraying equipment at atmospheric temperatures above 40 degrees F. It shall be of such nature that it will not produce permanent discoloration of concrete surfaces nor react deleteriously with the concrete or its components. Type 1 compound shall contain a fugitive dye that will be distinctly visible not less than 4 hours nor more than 7 days after application. The compound shall produce a firm,continuous,uniform moisture impermeable film free from pinholes and shall adhere satisfactorily to the surfaces of damp concrete. It shall,when applied to the damp concrete surface at the rate of coverage specified herein,be dry to the touch in not more than 4 hours, and shall adhere in a tenacious film without running off or appreciable sagging. It shall not disintegrate, check,peel or crack during the required curing period. The compound shall not peel or pick up under traffic and shall disappear from the surface of the concrete by gradual disintegration. The compound shall be delivered to the job only in the manufacturer's original containers, which shall be clearly labeled with the manufacturer's name, the trade name of the material, and a batch number or symbol with which test samples may be correlated. The water retention test shall be in accordance with TxDOT Test Method Tex-219-F. Percentage loss shall be defined as the water lost after the application of the curing material was applied. The permissible percentage moisture loss (at the rate of coverage specified herein) shall not exceed the 038000 Page 3 of 19 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 j oint material is used,it shall be anchored to the concrete on one side of the joint by light wire or nails, to prevent the material from falling out. The top one inch (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 j oint formed by placing plastic concrete in direct contact with concrete that has attained its initial set shall be deemed a construction joint. The term "monolithic placement" shall be interpreted to mean at the manner and sequence of concrete placing shall not create construction joints. Construction joints shall be of the type and at the locations shown on the plans. Additional joints will not be permitted without written authorization from the Engineer, and when authorized, shall have details equivalent to those shown on the plans for joints in similar locations. Unless otherwise provided, construction joints shall be square and normal to the forms. Bulkheads shall be provided in the forms for all joints, except when horizontal. Construction joints requiring the use of joint sealing material shall be as detailed on the plans. The 038000 Page 4 of 19 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC material will be specified on the plans without referenced to joint type. A concrete placement terminating at a horizontal construction joint shall have the top surface roughened thoroughly as soon as practicable after initial set is attained. The surfaces at bulkheads shall be roughened as soon as the forms are removed. The hardened concrete surface shall be thoroughly cleaned of all loose material, laitance, dirt or foreign material, and saturated with water so it is moist when placing fresh concrete against it. Forms shall be drawn tight against the placing of the fresh concrete. 5. FORMS (1) General. Except where otherwise specified, forms maybe of either timber or metal. Forms for round columns exposed to view shall be of steel, except that other materials will be allowed with written permission of the Engineer. Forming plans shall be submitted to the Engineer for approval as specified. Forms shall be designed for the pressure exerted by a liquid weighing 150 pounds per cubic foot. The rate of placing the concrete shall betaken into consideration in determining the depth of the equivalent liquid. For j ob fabricated forms,an additional live load of 50 pounds per square foot shall be allowed on horizontal surfaces. The maximum unit stresses shall not exceed 125 percent of the allowable stresses used by the Texas Department of Transportation for the design of structures. Commercially produced structural units used in formwork shall not exceed the manufacturer's maximum allowable working load for moment,shear or end reaction. The maximum working load shall include a live load of 35 pounds per square foot of horizontal form surface, and sufficient details and data shall be submitted for use in checking formwork details for approval. Forms shall be practically mortar-tight,rigidly braced and strong enough to prevent bulging between supports, and maintained to the proper line and grade during concrete placement. Forms shall be maintained in a manner that will prevent warping and shrinkage. Offset at form joints shall not exceed one-sixteenth of an inch (1/16"). Deflections due to cast-in-place slab concrete and railing shown in the dead load deflection diagram shall be taken into account in the setting of slab forms. All forms and footing areas shall be cleaned of any extraneous matter before placing concrete. Permission to place concrete will not be given until all such work is completed to the satisfaction of the Engineer. If, at any stage of the work, the forms show signs of bulging or sagging, the portion of the concrete causing such condition shall be removed immediately,if necessary, and the forms shall be reset and securely braced against further movement. 038000 Page 5 of 19 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC (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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC The method of handling, placing and consolidation of concrete shall minimize segregation and displacement of the reinforcement, and produce a uniformly dense and compact mass. Concrete shall not have a free fall of more than 5 feet,except in the case of thin walls such as in culverts. Any hardened concrete spatter ahead of the plastic concrete shall be removed. The method and equipment used to transport concrete to the forms shall be capable of maintaining the rate of placement approved by the Engineer. Concrete may be transported by buckets, chutes, buggies, belt conveyors,pumps or other acceptable methods. When belt conveyors or pumps are used, sampling for testing will be done at the discharge end. Concrete transported by conveyors shall be protected from sun and wind,if necessary,to prevent loss of slump and workability. Pipes through which concrete is pumped shall be shaded and/or wrapped with wet burlap, if necessary, to prevent loss of slump and workability. Concrete shall not be transported through aluminum pipes, tubes or other aluminum equipment. Chutes, troughs, conveyors or pipes shall be arranged and used so that the concrete ingredients will not be separated. When steep slopes are necessary, the chutes shall be equipped with baffle boards or made in short lengths that reverse the direction of movement, or the chute ends shall terminate in vertical downspouts. Open troughs and chutes shall extend,if necessary, down inside the forms or through holes left in them. All transporting equipment shall be kept clean and free from hardened concrete coatings. Water used for cleaning shall be discharged clear of the concrete. Each part of the forms shall be filled by depositing concrete as near its final position as possible. The coarse aggregate shall be worked back from the face and the concrete forced under and around the reinforcement bars without displacing them. Depositing large quantities at one point and running or working it along the forms will not be allowed. Concrete shall be deposited in the forms in layers of suitable depth but not more than 36 inches in thickness, unless otherwise directed by the Engineer. The sequence of successive layers or adjacent portions of concrete shall be such that they can be vibrated into a homogenous mass with the previously placed concrete without a cold j oint. Not more than one hour shall elapse between adjacent or successive placements of concrete. Unauthorized construction joints shall be avoided by placing all concrete between the authorized joints in one continuous operation. An approved retarding agent shall be used to control stress cracks and/or unauthorized cold j oints 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC (b) The temperature at the surface of all concrete in piers, culverts walls,retaining walls,parapets,wingwalls,bottoms of slabs,and other similar formed concrete shall be maintained at 40 degrees F or above for a period of 72 hours from time of placement. (c) The temperature of all concrete,including the bottom slabs of culverts placed on or in the ground, shall be maintained above 32 degrees F for a period of 72 hours from time of placement. Protection shall consist of providing additional covering, insulated forms or other means, and if necessary, supplementing such covering with artificial heating. Curing as specified under Article "Curing Concrete" of this specification shall be provided during this period until all requirements for curing have been satisfied. When impending weather conditions indicate the possibility of the need for such temperature protection, all necessary heating and covering material shall be on hand ready for use before permission is granted to begin placement. Sufficient extra test specimens will be made and cured with the placement to ascertain the condition of the concrete as placed,prior to form removal and acceptance. (2) Precast Concrete. A fabricating plant for precast products which has adequate protection from cold weather in the form of permanent or portable framework and covering, which protects the concrete when placed in the forms,and is equipped with approved steam curing facilities,may place concrete under any low temperature conditions provided: (a) The framework and covering are placed and heat is provided for the concrete and the forms within one hour after the concrete is placed. This shall not be construed to be one hour after the last concrete is placed,but that no concrete shall remain unprotected longer than one hour. (b) Steam heat shall keep the air surrounding the concrete between 50 degrees F and 85 degrees F for a minimum of three hours prior to beginning the temperature rise which is required for steam curing. (c) For fabricating plants without the above facilities and for j ob site precast products,the requirements of the Article "Curing Concrete" of this specification shall apply. The Contractor is responsible for the protection of concrete placed under any and all weather conditions. Permission given by the Engineer for placing concrete during freezing weather will in no way relieve the Contractor of the responsibility for producing concrete equal in quality to that placed under normal conditions. Should concrete placed under such conditions prove unsatisfactory,it shall be removed and replaced at no additional cost. 038000 Page 11 of 19 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 tieing 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 tieing machine unless otherwise shown on the plans. Provide the metal-tine finish immediately after the concrete surface has set enough for consistent tieing. 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 anyone 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC EXCEPTIONS TO 4-DAY CURING Description Required Curing Upper Surfaces of Bridge Slabs and 8 curing days (Type I or III) cement Top Slabs of Direct Traffic Culverts 10 curing days (Type II cement) Concrete Piling (non-prestressed) 6 curing days When the air temperature is expected to drop below 35 degrees F,the water curing mats shall be covered with polyethylene sheeting, burlap-polyethylene blankets or other material to provide the protection required by Article "Placing Concrete in Cold Weather" of these specifications. A curing day is defined as a calendar day when the temperature, taken in the shade away from artificial heat,is above 50 degrees F for at least 19 hours (colder days if satisfactory provisions are made to maintain the temperature of all surfaces of the concrete above 40 degrees F for the entire 24 hours). The required curing period shall begin when all concrete therein has attained its initial set. The following methods are permitted for curing concrete subject to the restrictions of Table 1 and the following requirements for each method of curing. (1) Form Curing. When forms are left in contact with the concrete, other curing methods will not be required except for cold weather protection. (2) Water Curing. All exposed surfaces of the concrete shall be kept wet continuously for the required curing time. The water used for curing shall meet the requirements for concrete mixing water as specified in the specification Section 030020 "Portland Cement Concrete". Seawater will not be permitted. Water which stains or leaves an unsightly residue shall not be used. (a) Wet Mat. Cotton mats shall be used for this curing method. They shall be placed as soon as possible after the surface has sufficiently hardened to prevent damage to the concrete. (See Article, "Placing Concrete" of this specification.) Damp burlap blankets made from nine-ounce stock may be placed on the damp concrete surface for temporary protection prior to the application of the cotton mats which may be placed dry and wetted down after placement. The mats shall be weighted down adequately to provide continuous contact with all concrete surfaces where possible. The surfaces of the concrete shall be kept wet for the required curing time. Surfaces which cannot be cured by contact shall be enclosed with mats and anchored positively to the forms or to the ground so that outside air cannot enter the enclosure. Sufficient moisture shall be provided inside the enclosure to keep all surfaces of the concrete wet. (b) Water Spru. This curing method shall consist of overlapping sprays or sprinklers that keep all unformed surfaces continuously wet. (c) Pondin;. 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC (1") depth of water. Satisfactory provisions shall be made to provide a dam to retain the water or saturated granular material. (3) Membrane Curin;. This consists of curing concrete pavement,concrete pavement(base),curbs, gutters, retards, sidewalks, driveways, medians, islands, concrete riprap, cement-stabilized riprap, concrete structures and other concrete as indicated on the plans by impervious membrane method. Unless otherwise provided herein or shown on the plans, either Type 1-D or Type 2 membrane curing compound may be used where permitted except that Type 1-D (Resin Base Only) will be required for slab concrete in bridge decks and top slabs of direct traffic culverts. TABLE 1 REQUIRED PERMITTED MEMBRANE MEMBRANE STRUCTURE UNIT WATER FOR WATER FOR DESCRIPTION FOR INTERIM FOR INTERIM CURING CURING CURING CURING 1 Top slabs of direct traffic culverts X X 2 Top surface of any concrete unit upon which concrete is to be placed and bonded at a later interval (Stub walls, risers, etc.). X Other superstructure concrete (wing walls, parapet walls, etc.) 3 Concrete pavement (base), curbs, gutters, retards, sidewalks, driveways, medians, X* X* islands, concrete structures, concrete riprap, etc. 4 All substructure concrete, culverts, box sewers, inlets, X* X* manholes, retaining walls *Polyethylene sheeting, burlap-polyethylene mats or laminated mats to prevent outside air from entering will be considered equivalent to water or membrane curing for items 3 and 4. 038000 Page 16 of 19 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC PART • • DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC PART T:TECHNICAL SPECIFICATIONS TECHNICAL SPECIFICATIONS REV. DATE 025 ROADWAY 022020-T Excavation and Backfill for Utilities 12-20-19 025614-T Concrete And Curb Ramps 11-19-18 028 SITE IMPROVEMENTS 028020-T Seeding 11-19-18 ELECTRICAL 3441 13.13 Installation of Traffic Equipment 34 4116.23 Traffic Signal Cabinet and Assemblies 3441 16.33 Traffic Signal Controller Unit 34 4116.43 Ground Boxes 34 4116.53 Vehicle Signal Heads 34 4116.63 Poles and Assemblies 34.41.19.73 Uninterruptable Power Supply 34 4123.39 Radar Presence Detector Item 416 Drilled Shaft Foundations Item 476 Jacking, Boring, or Tunneling Pope or Box City of Corpus Christi Signalization Approved Product Data Sheet DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 Pagel of 4 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC (3) Dewatering Trench. Pipe or conduit shall not be constructed or laid in a trench in the presence of water. All water shall be removed from the trench sufficiently prior to the pipe or conduit planing operation to insure a relatively dry (no standing water), firm bed. The trench shall be maintained in such dewatered condition until the trench has been backfilled to a height at lease one foot above the top of pipe. Removal of water may be accomplished by bailing,pumping, or by installation of well-points, as conditions warrant. Removal of well- points shall be at rate of 1/3 per 24 hours (every third well-point). The Contractor shall prevent groundwater from trench or excavation dewatering operations from discharging directly into the storm water system. Groundwater from dewatering operations shall be sampled and tested, if applicable, and disposed of, in accordance with City Standard Specification Section 022021 "Control of Ground Water". (4) Excavation in Streets. Excavation in streets,together with the maintenance of traffic where specified, and the restoration of the pavement riding surface, shall be in accordance with drawing detail or as required by other applicable specifications. (5) Removing Abandoned Structures. When abandoned masonry structures or foundations are encountered in the excavation, such obstructions shall be removed for the full width of the trench and to a depth one foot below the bottom of the trench. When abandoned inlets or manholes are encountered and no plan provision is made for adjustment or connection to the new utility, such manholes and inlets shall be removed completely to a depth one foot below the bottom of the trench. In each instance,the bottom to the trench shall be restored to grade by backfilling and compacting by the methods provided hereinafter for backfill. Where the trench cuts through utility lines which are known to be abandoned, these lines shall be cut flush with the sides of the trench and blocked with a concrete plug in a manner satisfactory to the Engineer. (6) Protection of Utilities. The Contractor shall conduct his work such that a reasonable minimum of disturbance to existing utilities will result. Particular care shall be exercised to avoid the cutting or breakage of water and gas lines. Such lines,if broken, shall be restored promptly by the Contractor. When active wastewater lines are cut in the trenching operations, temporary flumes shall be provided across the trench while open, and the lines shall be restored when the backfilling has progressed to the original bedding line of the sewer so cut. The Contractor shall inform utility owners sufficiently in advance of the Contractor's operations to enable such utility owners to reroute, provide temporary detours, or to make other adjustments to utility lines in order that the Contractor may proceed with his workwith 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. O 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC (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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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 1.5 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: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SECTION 025614-T 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 < 1:50 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-T Pagel of 2 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 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-T Page 2 of 2 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SECTION 28020-T SEEDING 1. DESCRIPTION This specification shall govern all work necessary for tilling, fertilizing, planting seeds, mulching, watering and maintaining vegetation required to complete the project. 2. MATERIALS 21 FERTILIZER: All fertilizer shall be delivered in bags or clearly marked containers showing the analysis, name, trademark and warranty. The fertilizer is subject to testing by the State Chemist in accordance with the Texas fertilizer law. Fertilizer shall have an analysis of 12-12-12 (percent of nitrogen, phosphoric acid and potash) as determined by the Association of Official Agricultural Chemists.Fertilizer shall be free flowing and uniform in composition. 22 SEED: Seed shall be labeled and meet the requirements of the Texas Seed Law. Labels shall indicate purity, germination, name and type of seed. Seed furnished shall be of the previous season's crop, and the date of analysis shown on each bag shall be within twelve months of delivery to the project. The quantity of"Commercial Seed" required to equal the quantity of"Pure Live Seed" shall be computed by the following formula: Commercial Seed=Pure Live Seed x 10,000 %Purity x% Germination The quantity of pure live seed and type required are indicated below. Mixture A or C shall be used for this project, depending on the time of the year planting is performed. LB/ACRE OF PURE LIVE SEED FOR MIXTURES COMMON NAME SCIENTIFIC NAME A B C Green Sprangletop Leptochloa Dubia 1.4 1.4 - Sideoats Grama(premier) Bouteloua Curtipendula 0.6 - 0.6 Bermudagrass (Hulled) Cynodon Dactylon 7.0 7.4 - Bermudagrass (Unhulled) Cynodon Dactylon - - 30.0 K-R Bluestem Andropogon Ischaemum 1.2 1.2 1.5 Buffalograss Buchloe Dactyloides - 4.2 - Annual Ryegrass Lolium Multiflorum 5.0 5.0 20.0 Mixture - A: Recommended for clay or tight soil planted between December 1 thru May 1. Mixture -B: Recommended for sandy soil planted between December 1 thru May 1. Mixture - C: Recommended for all soils planted between May 2 thru November 30. 028020-T Pagel of 4 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 23 MULCH: Mulch shall be either the straw type or wood cellulose fibertype. Straw Type mulch shall be of straw from stalks of domestic grain, Bermudagrass or cotton hulls, or other approved by the Engineer. Wood Cellulose Fiber Type mulch shall have no growth inhibiting ingredients and shall be dried with a moisture content less that 10% by weight. Fibers shall be dyed an appropriate color to facilitate visual metering and application of mulch. The cellulose fiber shall be manufactured so that after addition and agitation in slurry tank with fertilizers, seeds and other approved additives, the fibers in the material will become uniformly suspended to form a homogeneous slurry; when sprayed on the ground, the material shall form a uniform cover impregnated with seeds; the cover shall allow added water to percolate to the underlying soil. The fiber material shall be supplied in packages of not more than 100 lb. gross weight and shall be marked by the manufacturer to indicate the dry weight content. 24 EQUIPMENT: The fertilizing, seeding and/or mulching operations shall be accomplished with equipment suitable to the required function. It shall be of current design and in good operating condition. Special seeding and mulching equipment must also meet the following requirements: Seeder - Equipment for applying a seed-fertilizer mix shall be a hydraulic seeder designed to pump and discharge a waterborne, homogeneous slurry of seed and fertilizer. The seeder shall be equipped with a power driven agitator and capable of pressure discharge. Straw Mulch Spreader - Equipment used for straw mulch application shall be trailer mounted, equipped with a blower capable of 2000 r.p.m. operation, and that will discharge straw mulch material through a discharge boom with spout at speeds up to 220 feet per second. The mulch spreader shall be equipped with an asphalt supply and application system near the discharge end of the boom spout. The system shall apply asphalt adhesive in atomize form to the straw at a predetermined rate. The spreader shall be capable of blowing the asphalt-coated mulch, with a high velocity airstream, over the surface at a uniform rate, forming a porous, stable erosion-resistant cover. Wood Cellulose Fiber Mulch Spreader - Equipment used for this application of fertilizer, seeds, wood pulp, water and other additives shall have a built-in agitation system with sufficient capacity to agitate, suspend and homogeneously mix a slurry containing up to 40lbs. of fiber plus the required fertilizer solids for each 100 gallons of water. It shall have sufficient agitation and pump capacity to spray a slurry in a uniform coat over the area to be mulched. 028020-T Page 2 of 4 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 3. CONSTRUCTION METHODS 3.1 PREPARATION OF SEEDBED: The area to be treated along with requirements for seed, fertilizer and other treatments, shall be done as indicated on the drawings and as specified below. Clearing—Refer to City Standard Specification Section 021020, "Site Clearing and Stripping". Grading -Refer to City Standard Specification Section 021040, "Site Grading". Tilling- The area to be seeded shall be tilled to a depth of 4 to 6 inches by disking plowing, or other approved methods until soil condition is acceptable. Topsoiling — If the native soils are not conducive to the establishment and maintenance of grass growth, or if called for on the drawings, topsoil shall be placed over the area to be seeded to a depth of 5 inches after tilling. Topsoil shall have a pH range of 5.5 to 7; shall contain between 2 and 20 percent organic material content in accordance with ASTM D5268; and shall be free of stones larger than one inch, debris, and extraneous materials harmful to plant growth. 32 FERTILIZING: Fertilizer shall be uniformly applied at a rate of 400 lb/acre, after tilling. Fertilizing and seeding shall be done concurrently. If seeds and fertilizer are distributed in a water slurry, the mixture shall be applied to the area to be seeded within 30 minutes after all the components have come into contact. 3.3 SEEDING: The seed mixture shall be uniformly distributed at the rate specified above. Broadcast Seeding - Seed shall be placed with fertilizer, after tilling. After planting, the area shall be rolled on contour with a corrugated roller. Straw Mulch Seeding - Seed shall be placed with fertilizer, after tilling. After placement of the seed and fertilizer mixture, straw mulch shall be uniformly placed at a rate of 2 tons per acre. As soon as the mulch has been spread, it shall be anchored to the soil a minimum depth of 3 inches by use of a heavy, dulled disk harrow, set nearly straight. Disks shall be set approximately 9 inches apart. Straw Mulch With Asphalt Seeding - Seed, fertilizer and straw mulch shall be placed as described in "Straw Mulch Seeding" with the following two exceptions: 1) An asphalt-water emulsion shall be applied to the mulch near the discharge end of the boom spout at a rate of 300 to 600 gallons per acre. 2)Mechanical anchoring by disking will not be required. Asphalt Mulch Seeding - The seed and fertilizer shall be placed as described for 'Broadcast Seeding". After the area has been rolled, the area shall be watered sufficiently to assure a uniform moisture to a minimum depth of 4 inches. An asphalt-water emulsion shall be applied at a rate of 1500 to 1800 gallons per acre, immediately after watering. Asphalt shall be applied to the area in such a manner that a complete film is obtained and the finished surface shall be 028020-T Page 3 of 4 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC comparatively smooth. Wood Cellulose Fiber Mulch Seeding - After tilling, mulch shall be applied. Wood cellulose fibers shall be added to the hydraulic seeder after the proportionate amounts of seed, fertilizer, water and other approved materials are added. Application shall be 1500 lb./acre on flats, 2000 lb./acre on slopes up to 3:1, and 2500 lb./acre on slopes steeper than 3:1. One hundred (100)pounds of fiber per acre shall be used when asphalt is to be applied over cellulose mulch. The mulch shall provide a uniform cover over the soil surface. Asphalt Over Wood Cellulose Fiber Mulch Seeding - "Wood Cellulose Fiber Mulch Seeding" shall be done as described above. After mulch has been placed, an asphalt-water emulsion shall be uniformly spread over the mulch at a rate of 1200 gallons per acre. 3.4 MAINTENANCE: The Contractor shall water, repair and reseed areas as required for a period of 45 days or until growth has been established, whichever is longer. This includes erosion damage. Maintenance does not include mowing or weed control, unless indicated on the plans. If at any time the seeded area becomes gullied or otherwise damaged, or the seeds have been damaged or destroyed, the affected portion shall be re-established to the specified condition prior to acceptance of the work. 3.5 GUARANTEE: The Contractor shall assure 95% of the seeded area has established grass growth at 45 calendar days after seeding, unless indicated otherwise on the drawings. Where established, grass growth is defined as at least one plant per square foot with no bare spots larger than three (3) square inch. The Contractor shall re-establish grass growth as directed by the Engineer during the one-year warranty period. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, seeding will be measured by the horizontal square yard of area seeded within the areas designated on the drawings. Areas disturbed by the Contractor that are outside of the designated areas (such as field office, laydown/ storage area, stockpile areas, etc.) shall be seeded by the Contractor for erosion control per the stormwater pollution prevention plan but will not be measured for payment. Payment shall be full compensation for all labor, materials, tools, equipment and incidentals necessary to complete the work, and shall include, but not be limited to, tilling soil, topsoiling, fertilizing, planting, mulching, watering and maintaining vegetation. Payment shall be due and payable only after grass growth has been established as described above. 028020-T Page 4 of 4 Rev.3-25-2015 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SIGNALIZATION SPECIFICATION AND CUT-SHEETS FOR TRAFFIC SIGNALS GOLLIHAR ROAD SIGNAL/LIGHTING DESIGN Project No. 18020A DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Corpus Christi Specification for Construction July 6,2020 SIGNALIZATION, ILLUMINATION SPECIFICATIONS AND CUT-SHEETS City Specifications 34 4113.00 Traffic Signal and General Requirements 34 4113.13 Installation of Traffic Equipment 34 4116.23 Traffic Signal Cabinet and Assemblies 34 4116.33 Traffic Signal Controller Unit 34 4116.43 Ground Boxes 34 4116.53 Vehicle Signal Heads 34 4116.63 Pedestrian Signal 34 4116.93 Poles and Assemblies 34.41.19.73 Uninterruptible Power Supply 34 4123.39 Radar Presence Detector Technical Specifications Item 416 "Drilled Shaft Foundations" Item 476"Jacking, Boring, or Tunneling Pipe or Box' City of Corpus Christi Signalization Approved Product Data Sheet Signalization,Illumination Specifications and Cut-Sheets Page. 2 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 13.00 TRAFFIC SIGNAL STANDARDG�AND GENERAL REQUIREMENTS PART1 GENERAL 1.1 Description A. This specification describes the necessary definitions, regulations, procedures, work zone control, and maintenance for traffic signal construction, and to provide a consistent set of guidelines, practices and standards for use by designers, contractors and City of Corpus Christi Traffic Engineering Division. B. This specification pertains to all phases of construction and modifications of new and/or existing traffic signals as shown on the project Drawings and required to complete the project. C. The requirements of this specification shall be enforced on all contracts which include signalized intersections, even if no traffic signal work is part of the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 02 58 02 TEMPORARY TRAFFIC CONTROLS DURING CONSTRUCTION 1.3 References The latest edition of the referenced item below shall be used. A. National Electrical Manufacturer's Association (NEMA) B. National Electric Safety Council (NESC) C. Underwriter's Laboratories (UL) D. Electric Industries Association (EIA) E. National Electric Code (NEC) F. Illumination Engineer's Society(IES) G. American Society for Testing and Materials (ASTM) H. American Association of State Highway and Transportation Officials (AASHTO) I. Institute of Transportation Engineers (ITE) J. Manual on Uniform Traffic Control Devices (MUTCD) K. Texas Manual on Uniform Traffic Control Devices (TMUTCD) L. Local Codes and Ordinances M. State Codes and Regulations N. Federal Codes and Regulations O. City of Corpus Christi—Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT B. Material List 1. The Contractor shall submit two (2) legible copies of a complete material list for approval which shall conform to these specifications. 2. The list shall state all relevant information regarding materials and equipment to allow the Owner to procure exact replacements of any items supplied on the project. 3. The submittals must be complete enough to be able to judge if items comply with the features specified and shall be evaluated by the Contractor prior to submittal to eliminate rejection of obviously wrong items. 4. The materials on the list shall be identified by the contract project name or number, bid item number, catalog part numbers, catalog cuts, shop drawings, trade names, and schedules of other pertinent information. 5. The materials from catalog cuts shall be clearly indicated by the Contractor. 6. Any material designation used in the contract documents shall be so noted on the material list. 7. If requested, the Contractor shall submit shop drawings for review and approval. C. Equipment: Submittals shall be legible and provided for the following equipment: 1. Pull Boxes & Lids 2. Pedestrian Signals Page 1 of 9 TRAFFIC SIGNAL GTANOARD8 AND GENERAL REQUIREMENTS—34 41 13.00 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi Standard Specifications for Construction 3. Traffic Signal Heads 4. LED Lamps (Light Emitting Diodes) 5. Backplates 6. Battery Back-Up System (BBS) 7. Signal Mountings Hardware 8. Video Image Vehicle Detection Systems (VIVDS)—(maintenance of existing only) 9. Microwave Detection —(maintenance of existing only) 10. Radar Detection 11. Malfunction Management Units (MMU) 12. Buss Interface Unit (BIU) 13. NEMA Load Switches 14. NEMA Flasher 15. NEMA Controller and Cabinet 16. Flash Transfer Relay 17. Wood Poles 18. Span Wire 19. Pedestrian Pushbuttons 20. Wire and Cable 21. Conduit and Fittings 22. Service Pedestal 23. AC Service Panel 24. Surge Arrestors 25. Breakers 26. Steel Pole &Arm 27. Sign Mounting Brackets 28. Internally Lighted Street Name Sign (ILSN) D. Approval 1. The Contractor shall note that the approval by the City Traffic Engineer and/or Traffic Signals Operations is required prior to installation of any equipment that is to be used. E. Rejection of Submittal 1. The Owner reserves the right to reject an incomplete or unclear material list or submittal. 1.5 Definitions The words defined in this section shall for the purpose of the specifications pertaining to traffic signals and controls have the meanings ascribed to them pertaining to traffic signals and controls. A. ASA—American Standards Association B. ASTM—American Society of Testing Materials C. AWS—American Welding Society D. AWG —American Wire Gauge E. Backplate — A thin strip extending outward parallel to the signal face on all sides of signal housing, to provide suitable background for the signal indications F. Traffic Engineer — City Traffic Engineer responsible for all operations on streets & local highways within the municipality G. Construction Traffic Coordinator — The person in charge of construction barricading and barricade inspections H. Controller Assembly — The complete assembly for controlling the operation of traffic signals consisting of a traffic signal controller unit and all auxiliary and external equipment housed in a weatherproof cabinet I. Controller — That part of the controller assembly which performs the basic timing and logic functions for the operation of the traffic signal J. AEP—American Electric Power K. Detector—A device for indicating, the passage or presence of vehicles or pedestrians L. FHWA— Federal Highway Administration M. Flasher—A device used to open and close signal circuits at a repetitive rate N. Flash Operation — This feature discontinues normal signal operation and causes a predetermined combination of flashing signal circuits O. IMSA— International Municipal Signal Association P. ITE— Institute of Transportation Engineers Page 2 of 9 TRAFFIC SIGNAL'S°TA°N°DA°RD°S AND GENERAL REQUIREMENTS—34 41 13.00 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi Standard Specifications for Construction Q. Luminaries —The assembly which houses the light source and controls the light emitted from the light source for roadway illumination. Luminaries' consist of a housing, lamp socket, reflector, and glass globe or refractor R. Manual Operation — The operation of a signal controller unit by means of a hand operated switch S. Mounting Assembly—The framework and hardware required to mount the signal face(s) and pedestrian signal(s)to the pole T. MUTCD— Manual on Uniform Traffic Control Devices U. NEC— National Electrical Code V. NESC— National Electrical Safety Code W. NEMA— National Electrical Manufacturer's Association X. Pedestrian Signal — A traffic control signal for the exclusive purpose of directing pedestrian traffic at signalized locations Y. Punch List — The list compiled by the Owner for the Contractor noting deficiencies needing attention prior to final acceptance of the traffic signal system Z. Phase—A part of the time cycle allotted to any traffic movement or combination of movements receiving the right-of-way during one or more intervals AA. TxDOT—Texas Department of Transportation BB. Signal Face — An assembly controlling traffic in a single direction and consisting of one or more signal sections. Circular and arrow indications may be included in a signal assembly. The signal face assembly, also called a signal head, shall include the visors and Backplates where specified or shown on the Drawings CC. Signal Indication —The illumination of a signal section or other device, or of a combination of sections of other devices at the same time DD. Signal Section —A complete unit for providing a signal indication consisting of housing, lens, reflector, lamp receptacle, and lamp EE. TMUTCD—Texas Manual on Uniform Traffic Control Devices FF. Traffic Design Engineer— Person in charge of Traffic Design for the City of Corpus Christi GG. Traffic Signal Superintendent — Person in charge of the City Traffic Signals Maintenance & Operations Shop HH. Traffic Signal Timing Specialist— Person in charge of the traffic signal coordinated systems & traffic signal timings II. UL—Underwriters Laboratories JJ. Vehicle—Any motor vehicle normally licensed for roadway use PART2 PRODUCTS 2.1 General A. Materials 1. All materials shall conform to the requirements of the latest version of the National Electric Code (NEC), Illumination Engineer's Society (IES), standards of the American Society for Testing and Materials (ASTM),American Association of State Highway and Transportation Officials (AASHTO), Institute of Transportation Engineers (ITE) requirements of the Drawings,Traffic Signal Special Specifications,Special Provisions, and to any other codes, standards, or local ordinances which may apply. a. Whenever reference is made to any of these standards, the reference shall be considered to mean the code, ordinance, or standard that is in effect at the time of construction. B. Electrical Equipment 1. All electrical equipment shall conform to the standards of the National Electrical Manufacturer's Association (NEMA), the National Electric Safety Council (NESC), Underwriters Laboratories (UL), or the Electronic Industries Association (EIA) where applicable. 2. Whenever reference is made to any of these standards, the reference shall be considered to mean the code, ordinance, or standard that is in effect at the time of construction. C. Products and Materials 1. All shall be industrial grade unless otherwise noted on the Drawings or indicated by the Owner. Page 3 of 9 TRAFFIC SIGNAL STANDARDS,AND GENERAL REQUIREMENTS—34 41 13.00 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi Stan Specifications for Construction 2.2 Pre-Approved Materials and Equipment A. Pre-Approved Materials and Equipment can be found within the City of Corpus Christi Signalization Standard Product List. B. The intent is to streamline the approval process by making information available to the Contractor of items that have been previously approved under these specifications. 1. This list is in no way to be construed as an endorsement of any brand or product. C. The list does not relieve the Contractor from responsibility to comply with the specifications of a particular project. D. The maintenance of this list is at the discretion of the Traffic Engineer, and the Contractor should be prepared to provide submittals of all equipment as required herein. E. The Contractor shall be allowed to substitute a reference to an item in the "pre-approved" list in lieu of a catalog data sheet, if he desires, and if the City Traffic Engineer has provided such a list. F. References shall be sufficiently complete for the Owner to judge which item is being proposed. G. The Contractor may also be asked to submit additional documentation from an independent testing lab attesting that the material submitted meets or exceeds the required specifications. 2.3 Changes to Approved Materials and Equipment A. Substitutions 1. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. 2. Proposed changes to the approved materials submittal shall be submitted in writing. 3. If requested, the Contractor shall submit samples of proposed materials for evaluation by the Owner. 2.4 Rejection of Materials and Equipment A. Installation of materials and equipment not corresponding to the submittal shall be grounds for rejection of the equipment and replacement with approved materials at no cost to the Owner, even if the non-approved material might otherwise have been approved had it been properly submitted. 2.5 Existing Equipment A. Equipment not reused in the new signal system shall be removed by the Contractor from the jobsite and dispose of any non-salvaged items and old wire in accordance with local, state, and federal regulations. B. Holes resulting from the removal of pull boxes, foundations, and other materials shall be backfilled and compacted with material equivalent to the surrounding material and the surface made to match the surrounding surface in accordance with the appropriate specification. C. Poles, signals, cabinets and contents, signal wire, pedestrian signals, signs, and pedestrian buttons that are deemed salvageable shall be transported and unloaded at the City Traffic Signal Maintenance Operations Shop. 1. The Contractor shall notify the City Traffic Signals Maintenance Operations Shop 48 hours prior to the proposed delivery date/time to arrange for the receipt of the salvaged equipment by the City. 2. The Contractor shall make a complete inventory listing of the items salvaged and present it upon delivery of the items. 2.6 Damaged Equipment A. All existing and new equipment damaged or destroyed by improper care, handling, transport, or installation shall be replaced with new equipment at no cost to the Owner. B. The Contractor shall remove from the jobsite and dispose of any non-salvaged items and old wire. C. Holes resulting from the removal of pull boxes, foundations, and other materials shall be backfilled and compacted with material equivalent to the surrounding material and the surface made to match the surrounding surface in accordance with the appropriate specification. 2.7 City Supplied Materials A. The City shall not supply nor lend out equipment on a contract-deduction as is or any other basis unless such arrangement is so stated in the Drawings or approved by the Traffic Design Page 4 of 9 TRAFFIC SIGNAL°S°TA°N°DA°R01131 AND GENERAL REQUIREMENTS—34 41 13.00 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi Standard Specifications for Construction Engineer. PART 3 EXECUTION 3.1 General Information A. Contractor hired for the modification or installation of traffic signals, within the jurisdiction of the City of Corpus Christi, shall meet the following requirements: 1. Contractor shall provide documentation indicating actual installation and modification of traffic signals completed in the past year. a. The statement shall include the name of the agency work was performed for and the date the work was completed and provide to the Traffic Engineer or Designee, prior to the start of work. 2. Contractor personnel must be competent in the construction and wiring techniques required for traffic signal installation, have an excellent knowledge of traffic signal controller cabinet assemblies and have experience in the operation of traffic signal NEMA controllers. 3. Contractor is required to have one certified IMSA Level II Traffic Signals Technician with field experience for any work external or internal to the traffic signal controller cabinet and is required to be on the job-site at all times to supervise construction. a. Contractor shall provide to the Owner a copy of the individual's current certification prior to the start of work. 4. A pre-construction meeting will be required with the traffic signal contractor and the City Traffic Signals Superintendent prior to the start of work to assure that all materials, equipment and work specifications are understood. 5. Finished product should conform to current Traffic Signal standards for Cosmetics as well as Quality in workmanship. B. Prior to beginning any work on any City traffic signal facility, the Contractor is required to notify the Traffic Engineering Division and Traffic Signals Operations Department one (1) week in advance. 1. Under no circumstances will the City accept work done without this prior contact being made. C. The Contractor shall obtain all permits and inspections as required. 3.2 Installation A. Workmanship shall conform to the requirements of the latest revision of the National Electric Code (NEC), Illumination Engineer's Society (IES), standards of the American Society for Testing and Materials (ASTM), American Association of State Highway and Transportation Officials (AASHTO), requirements of the Drawings, Traffic Signal Special Specifications, Special Provisions, and to any other codes, standards, or local ordinances which may apply 1. Whenever reference is made to any of these standards, the reference shall be considered to mean the code, ordinance, or standard that is in effect at the time of construction. B. Cable Splicing Policy 1. No splice shall be made to a signal cable and shall terminate in the steel pole terminal strip or in the base of a terminal strip. a. The signal cable run shall be a complete straight run from the traffic controller cabinet to the traffic signal pole. 2. All cables for detection devices shall be continuous without splice from the detection device to the signal cabinet. 3. All power feeds shall be continuous without splicing from the source to the service panel or meter and from meter to the controller cabinet. 4. At no time shall any cable be permitted to be spliced in a pull box. 3.3 Utility Locations A. Existing Traffic Utilities 1. Prior to working in and around a signalized intersection, the Contractor is required to call the City Customer Call Center at least forty-eight(48)hours in advance before any digging, excavating and directional boring begins. 2. Note: Traffic Signals Operations is not on the One Call System, call directly to the City Call Center to request a line locate or the Traffic Signal Shop at 361-826-1610, after hours 361- 815-1379. Page 5 of 9 TRAFFIC SIGNAL'S°TAN°DAR'DS AND GENERAL REQUIREMENTS—34 41 13.00 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi Standard Specifications for Construction B. Existing Miscellaneous Utilities 1. The locations of utilities shown on the Drawings are approximate and not all utilities may be shown. 2. All involved utilities, tunnels, and storm drains may not be complete on the Drawings, and the Contractor shall be responsible for obtaining any additional information from the applicable sources prior to construction, and determining the accuracy and adequacy of such information necessary for his performance of the work. C. Locating of Proposed Traffic Facilities 1. The Contractor shall locate poles, controllers, etc., as shown in Drawings. a. Slight(less than three feet(3'))deviation to avoid existing utilities is permissible, unless the new location would move the pole too close to the roadway, obstruct the view of another traffic control device, create issues for ADA compliance and/or obstruct accessible pathways, or otherwise not conform to the intent of the Drawings. The contractor must contact the engineer for approval prior to relocating all proposed traffic facilities b. Large deviations must be approved by the City Traffic Engineer and Traffic Design Engineer. C. The Contractor shall bear in mind that electrical Drawings are somewhat diagrammatic in nature when it comes to conduit routing and adjustments may be necessary in the field. 2. Ground Boxes a. Existing signal ground boxes located in or near the proposed ADA ramp needing to be moved or relocated, shall first remove the signal cable from the conduit to make the lateral adjustment for the new proposed ground box. (1) No splices will be allowed in the ground boxes. (2) If there is not enough slack in the existing cable, then all cable in the conduit will be replaced. (3) Traffic signal cable shall be a continuous run from the controller cabinet to the traffic signal pole terminal strip. b. If ground boxes &covers are removed, before start of demolishing and construction for the new ramp and sidewalk, all conduits shall be covered to keep any debris from falling into it. (1) If debris falls into the conduits it will be the Contractors responsibility to remove it by using high air pressure and water. (2) Traffic Signal Operations will inspect the work before pouring the concrete. D. New and Proposed Utilities 1. The locations of existing and proposed utilities shown on the Drawings are approximate. 2. The Contractor shall be responsible for determining the location of new and proposed utilities prior to installing materials and equipment for traffic signals. E. Damage 1. Damage to any existing or new traffic utility or existing traffic facilities shall be repaired or replaced at the Contractor's expense. 2. Existing loop detectors damaged or broken by the Contractor shall be replaced with Radar detection by him at no expense to the City, unless other arrangements have been made in writing with the City. 3. Damage to Signals by Contractor a. In the event that the Contractor or his sub-contractor damages any traffic signal facilities to the point that the signal installation is inoperative it shall be the Contractor's responsibility to set temporary Stop signs as soon as possible. b. It will also be the Contractor's responsibility to have an off-duty police officer on the site within two hours of the non-functioning signal, if the signal is not repaired to the Traffic Engineer and/or Traffic Signal Superintendent satisfaction within the first hour. C. In the event that the Contractor is unable to accomplish the above, the City of Corpus Christi shall at its option send an on-duty police officer to the site and have either the City's Traffic Signal Maintenance Operations or another independent private traffic signal Contractor to facilitate the repairs. d. Any and all costs incurred by the City of Corpus Christi to repair the damaged signal facilities shall be the responsibility of the General Contractor for the project. 4. Damage to any existing or new utility or existing facilities shall be repaired or replaced at Page 6 of 9 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS—34 41 13.00 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi Standard Specifications for Construction the Contractor's expense. 3.4 Traffic Control Plan A. General 1. A Traffic Control Plan (TCP) is required 48 hours (excluding weekends) in advance for approval by the City Traffic Engineer. 2. All locations and distances shall be in conformance with the Texas Manual on Uniform Traffic Control Devices, Latest Edition. 3.5 Traffic Control Devices A. Supply and Maintenance 1. All traffic control devices shall be provided by the Contractor as required by the Traffic Control Plan (TCP) and requested by the City Traffic Engineer, Traffic Design Engineer, and Owner. 2. The Contractor may employ a legitimate traffic control device company to supply the required devices. 3. The Contractor is required to supply the Inspector with a 24-hour telephone number of the individual whom is responsible for maintaining the traffic control devices for emergencies. B. Installation 1. It is the Contractor's responsibility to see that all traffic control devices are properly installed and maintained in accordance with the Traffic Control Plan (TCP), the Texas Manual on Uniform Traffic Control Devices, and as requested by the City Traffic Engineer, Traffic Design Engineer, Project Engineer, and Inspector. 2. Anytime a Contractor's vehicle occupies a street open to vehicular traffic,or doing the work in the street for the purpose of hanging heads, erection of poles, cutting and installation of loops, or any other such work, adequate advance warning signs and barricades or cones shall be used as required by the MUTCD and TMUTCD. a. Additionally, all locations not in a road project shall have the "SIGNAL CONSTRUCTION AHEAD" signs and "END CONSTRUCTION" signs on all approaches of the intersection having the new signals or modification installed. 3. Any trenches left overnight as well as any foundations that do not have poles sitting on them or any other such hazard to the public shall be adequately covered and barricaded with reflective standard barricades equipped with warning flashers or as directed by the Engineer. 3.6 Lane Closures and Sidewalk Closures A. Lane Closures 1. Any lane closures or total closures of streets must be approved in advance. 2. A seventy-two (72) hour notice is required on all lane closures and/or total closures. 3. No closures or partial closures shall occur during the peak hours of 7:00 am to 9:00 am and 4:00 pm to 6:00 pm, weekdays. B. Sidewalks 1. Any closures or total closures of existing sidewalks must be approved in advance. 2. A seventy-two (72) hour notice is required on all closures and/or total closures. 3. No sidewalks in the downtown area shall be closed unless authorized by the City Traffic Engineer. 3.7 Maintenance During Construction A. General 1. Any and all maintenance, reattachments to Utility poles or City poles, temporary signals, relocation of signals over lanes, or pole relocations or removals shall be by the Contractor. 2. The City shall have no maintenance or construction responsibilities during construction except for: a. The timing in the controller cabinet itself, b. Detection equipment, C. Programming. B. Detours 1. During detours, traffic signal heads and video detection cameras must be repositioned by the Contractor to the minimum requirements of the Texas Manual on Uniform Traffic Page 7 of 9 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS—34 41 13.00 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi Standard Specifications for Construction Control Devices and to the directions of the City Traffic Engineer, Traffic Signal Superintendent and/or Inspector. 2. A minimum of two (2) signal heads shall be maintained over the traveled lanes when construction on live intersection requires traffic to move from normally traveled lanes. a. Signal head not over traveled lanes shall be bagged. 3. Left Turns a. Where left turn arrows presently exist and a one-lane detour road will be built as a temporary construction detour, the Inspector, Traffic Engineer, or Traffic Signal Superintendent may require the arrow(s)be eliminated temporarily by the Contractor to facilitate traffic movement. 3.8 Signal Shutdown A. At any location where an existing signal is to be temporarily shut down for the sake of changing from the old controller or service to the new controller or service, the Contractor shall be responsible for arranging and bearing the cost of duly-constituted peace officers in their jurisdiction for directing traffic. 1. Note: Security guards are not considered as Police Officers and shall not be used for this purpose. B. Signal shutdown shall not begin prior to 9:00 AM on weekdays (holidays excluded) and shall be avoided from 4:00 PM to 6:00 PM weekdays. C. Additionally, the City shall not allow an existing traffic signal or flasher system to be turned off and STOP signs used to control traffic. 1. The Contractor shall plan ahead and consider this when planning his project strategy. 2. It is suggested that the new poles be installed as soon as possible and possibly temporarily wired overhead to avoid this problem. 3. Except in highly unusual circumstances, the City will require the Contractor to place the new signals in operation before the old signals are removed. 4. If temporary signals cannot be avoided, the Contractor will be responsible for all temporary signals. 3.9 Signal Turn-On A. City Approval 1. Signals shall be turned on when the City has determined that the location is in adequate condition (wiring, signals, service, etc.)to be turned on safely. a. The City Traffic Engineer or Designee shall make this determination. 2. The Contractor shall not place any signal in operation, either cycling or flashing, under any circumstances unless authorized by the City Traffic Engineer or his Designee. B. Manual Flash Mode 1. Unless otherwise shown on the Drawings, it is the City's policy for new traffic signals to turn on the new system and let it remain in the Manual Flash mode for seven (7) days before the system is switched on to cycling mode. C. Placing Signals in Service 1. The Contractor shall ensure that service has been provided and that all wires are terminated in the cabinet. a. At that point the Contractor shall arrange with the City Inspector for the Traffic Engineer Dept.to conduct an inspection to verify that there are no other circumstances that would delay the turn-on. 2. The City Traffic Engineer shall coordinate with the Traffic Signal Maintenance Operations on turning the signals on to the flash mode through the Inspector. 3. The Contractor shall have Vendor/Manufacturers representative, personnel and a bucket truck at the site on the day the Traffic Engineer or Traffic Signal Operations turn the signal on to flashing operation for the purpose of uncovering the signals and any necessary overhead work or inspections. 4. The Contractor is required to have an Econolite controller representative present at the time the signal equipment is turned on. Representatives from other controller unit vendors or manufacturers are not an acceptable substitution to this requirement. The Contractor is solely responsible for coordinating and scheduling the Econolite controller representative to be present during signal turn-on. Having a knowledgeable representative at the project Page 8 of 9 TRAFFIC SIGNAL'S°TAN°DAR'DS AND GENERAL REQUIREMENTS—34 41 13.00 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi Standard Specifications for Construction site(s) when the controller(s) is ready to be turned on is paramount to the safety and efficiency of this operation. 3.10 Preservation of Sod, Shrubbery, and Trees A. The Contractor shall assume full responsibility for the preservation of all sod, shrubbery, and trees at the site during the installation. B. When it becomes necessary to remove any sod, shrubbery, or tree branches, the Contractor shall obtain permission from the Owner of the sod, shrubbery, or tree branches. C. All sod and shrubbery that are removed shall be carefully preserved and replaced in their original position. D. Damaged sod or shrubbery shall be replaced by the Contractor at his expense. 3.11 Inspection Procedures A. Inspection 1. The Contractor shall be responsible for inspection coordination of all elements of the traffic signal system. 2. The only persons authorized to modify the Owner's directions is the City Traffic Engineer and/or his Designee. B. Acceptance 1. Final inspection shall be conducted by the City Traffic Engineer, City Traffic Signal Operations Department, the Contractor and City Construction the Owner. 2. The Contractor shall notify the Traffic Design Engineer forty-eight(48) hours in advance of a desire for final inspection. 3. It will be the Contractor's responsibility to have a bucket truck available at the Final Inspection for inspection of any overhead signal resources. 4. After the Punch List items are completed the signal may be put into Flash Operations for a period of at least seven (7)days if new. 5. If the intersection is an existing it could begin its thirty (30) day test period in normal operation described by the City Traffic Engineer. 6. A Final Letter of Acceptance of the traffic signals will be initiated by the Traffic Design Engineer to Traffic Engineering, after the signal has functioned properly for a period of at least thirty (30)days. 7. If a major malfunction occurs within the thirty(30)day test, the test must be restarted. 3.12 Cleanup A. The Contractor shall leave the intersection area, right-of-way, and any work or storage areas in broom clean condition. B. Dirt areas shall be raked clean and stabilized by Owner approved methods. C. No scraps or debris of any kind shall be left at the site. 3.13 Warranty A. Unless otherwise noted on the Drawings or superseded by the requirements of other Items, the Contractor shall guarantee all items of workmanship and materials to be free from defects for a period of one (1)year from the date of acceptance. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance,and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 9 of 9 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS—34 41 13.00 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi StanSpecifications for Construction SECTION 34 41 13.13 INSTALLATION OF TRAFFIC EQUIPMENT PART1 GENERAL 1.1 Description A. This specification shall govern all work required for the Installation of Traffic Equipment as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIRMENTS D. 34 41 16.33 TRAFFIC SIGNAL CONTROLLER UNIT E. 34 41 19.13 ELECTRICAL SERVICES FOR TRAFFIC SIGNALING AND CONTROL EQUIPMENT F. 34 41 16.93 POLES AND ASSEMBLIES 1.3 References The latest edition of the referenced item below shall be used. A. National Electrical Code (NEC) B. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 610—Roadway Illumination Assemblies C. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 625—Zinc-Coated Steel Wire Strand D. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 636—Aluminum Signs E. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 685 — Roadside Flashing Beacon Assemblies F. Texas Department of Transportation (TxDOT) Departmental Material Specification DMS- 11170— Fully Actuated, Solid-State Traffic Signal Controller Assembly G. Texas Department of Transportation (TxDOT) Test Procedure Tex-1 170-T — Sampling and Environmental Testing of Traffic Signal Controller Assemblies: Traffic Signal Controllers and Conflict Monitors H. City of Corpus Christi—Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS PART2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi — Signalization Standard Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. 3. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. B. Ensure electrical materials conform to the requirements of Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIRMENTS and additional local utility requirements. C. Furnish new materials, unless otherwise noted on the Drawings or instructed by the Owner. D. Ensure all materials conform to the details shown on the Drawings, the requirements of this Page 1 of 3 INSTALLATION OF TRAFFIC EQUIPMENT—34 4113.13 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi Btandard Specifications for Construction specification, and the pertinent requirements of the following Items: 1. Roadway Illumination Assemblies a. Refer to TxDOT Item 610 2. Zinc-Coated Steel Wire Strand a. Refer to TxDOT Item 625 3. Signal Poles a. Refer to Section 34 41 16.93 POLES AND ASSEMBLIES 4. Conduit a. Refer to Section 34 41 19.13 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT 5. Aluminum Signs a. Refer to TxDOT Item 636 6. Foundations for Traffic Control Devices a. Refer to Drawings 7. Controller Assemblies a. Refer to Section 34 41 16.33 TRAFFIC SIGNAL CONTROLLER UNIT b. Provide controller assemblies that meet the requirements of TxDOT DMS-11170 C. Details shown on the Drawings. 8. Flasher Assemblies a. Refer to TxDOT Item 685 9. Vehicle Signal Heads a. Refer to Section 34 41 16.53 VEHICLE SIGNAL HEADS E. Suppliers 1. Provide control and flasher assemblies from manufacturers prequalified by the Texas Department of Transportation (TxDOT). a. The TxDOT Traffic Operations Division maintains a list of prequalified control and flasher assembly manufacturers. F. Sampling and Testing 1. Sampling and testing of traffic signal controller assemblies will be done in accordance with TxDOT Tex-1170-T. PART 3 EXECUTION 3.1 General Information A. Install traffic controller foundations and pedestal posts in accordance with the drawings. B. Electrical Requirements 1. Make arrangements for electrical services and install and supply materials not provided by the utility company as shown on the Drawings. a. Unless otherwise shown on the Drawings, install 120/240-volt, single-phase, 60-Hz AC electrical service. C. Conduit 1. Install conduit and fittings of the sizes and types shown on the Drawings. 2. Conduit of larger size than that shown on the Drawings may be used with no additional compensation, providing that the same size is used for the entire length of the conduit run. 3. Extend conduit in concrete foundations two (2)to three (3) inches above the concrete. 4. Seal the ends of each conduit with expanding foam or other approved sealant after all cables and conductors are installed. D. Wiring 1. Unless otherwise shown on the Drawings, furnish stranded No. 14 AWG conductors. 2. Install above-ground cables and conductors in rigid metal conduit, except for span wire suspended cables and conductors, drip loops, and electrical wiring inside signal poles. 3. Make power entrances to ground-mounted controllers through underground conduit. 4. Wire each signal installation to operate as shown on the Drawings. 5. Attach ends of wires to properly sized self-insulated solder less terminals. 6. Attach terminals to the wires with a ratchet-type compression crimping tool properly sized to the wire. 7. Place pre-numbered identification tags of plastic or tape around each wire adjacent to wire ends in the controller and signal pole terminal blocks. Page 2 of 3 INSTALLATION OF TRAFFIC EQUIPMENT—34 4113.13 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi Stand6rd Specifications for Construction E. Grounding and Bonding 1. Ground and bond the conductors in accordance with the NEC. 2. Ensure the resistance from the grounded point of any equipment to the nearest ground rod is less than fifteen (15)ohm. 3. Install a continuous green insulated copper wire (equipment ground) throughout the electrical system that is the same size as the neutral conductor, but a minimum No. 8 AWG. 4. Connect the equipment ground to all metal conduit, signal poles, controller housing, electrical service ground, ground rods, and all other metal enclosures and raceways. 5. Provide copper wire bonding jumpers that are a minimum No. 8 AWG. 3.2 Controller Assemblies A. Construct controller foundations in accordance with the drawings. B. Immediately before mounting the controller assembly on the foundation, apply a bead of silicone caulk to seal the cabinet base. C. Seal any space between conduit entering the controller and the foundation with silicone caulk. D. Deliver the keys for the controller cabinets to the Traffic Signal Operations Superintendent when the contract is complete. E. Place the instruction manual and wiring diagrams for all equipment in the controller cabinet, inside the controller cabinet. 3.3 Sign Lighting A. Attach sign lighting to traffic signal equipment as shown on the Drawings. 3.4 Intersection Illumination A. Construct luminaires on signal poles as shown on the Drawings as per manufacturer's recommendation and in accordance with TxDOT Item 610. 3.5 Test Period A. Operate completed traffic signal installations continuously for at least thirty (30) days in a satisfactory manner. B. If any Contractor-furnished equipment fails during thirty (30)day test period, repair or replace that equipment. 1. This repair or replacement, except lamp replacement, will start a new thirty (30) day test period. C. Contractor to replace materials that are damaged or have failed prior to acceptance. D. Replace failed or damaged existing signal system components when caused by the Contractor. E. The City will relieve the Contractor of maintenance responsibilities upon passing a thirty (30) day performance test of the signal system and acceptance of the project. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance,and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 3 of 3 INSTALLATION OF TRAFFIC EQUIPMENT—34 4113.13 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 16.23 TRAFFIC SIGNAL CABINET AND ASSEMBLIES PART1 GENERAL 1.1 Description A. This specification shall govern all work required for the furnishing and installing Traffic Signal Cabinet and Assemblies as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 34 41 13.13 INSTALLATION OF TRAFFIC EQUIPMENT E. 34 41 16.33 TRAFFIC CONTROLLER UNIT 1.3 References The latest edition of the referenced item below shall be used. A. TxDOT Standard Specifications for Installation of Highway Traffic Signals B. National Electrical Manufacturers Association (NEMA) Traffic Control Systems Standards Publication C. Texas Manual on Uniform Traffic Control Devices (TMUTCD) D. Manual on Uniform Traffic Control Devices (MUTCD) E. American Association of State and Highway Transportation Officials (AASHTO) Standard Specifications for Structural Support for Highway Signs, Luminaires and Traffic Signals F. City of Corpus Christi Standards G. City of Corpus Christi - Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS B. Documentation 1. Submission shall include complete technical, shop drawings, schematic diagrams, photographs, circuit diagrams, graphs, instruction manuals, and any other necessary documents to fully describe the proposed equipment. 2. At time of delivery, the supplier shall furnish two (2) copies of the programming and operation manuals and two (2)copies of the repair documentation for the equipment. 3. A permanent label / bar code with the serial number and date of manufacture shall be attached to each of the following components: a. Controller Unit (CU) b. Cabinet Power Supply C. Bus Interface Unit (BIU) d. Malfunction Management Unit (MMU) e. Cabinet Shell (on the inside of the cabinet door) 4. A list of serial number and manufacturing dates shall be provided with each shipment. PART2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi — Signalization Standard Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. 3. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. Page 1 of 7 TRAFFIC SIGNAL CABINET AND ASSEMBLIES—34 41 16.23 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi Standard, Specifications for Construction B. The intent of this specification is to describe minimum acceptable design and operational requirements for a TS-2 Type 1 cabinet assembly and shall conform to NEMA Traffic Controller Assemblies Standards Publication TS-2-2003 v02.06. C. Cabinet shall include the components listed below to form a completely functional 8-phase traffic control cabinet (see specifications for individual component requirements). 1. One (1) Traffic Signal Controller Unit in accordance with Section 34 41 16.33 TRAFFIC CONTROLLER UNIT. 2. One (1) Type 16 EDI 16LEip Smart-Monitor Malfunction Management Unit (MMU) with Ethernet Port 3. One (1) Power Supply 4. Four (4) Bus Interface Units (BIUs) 5. Sixteen (16) Load Switches 6. Eight (8) Flash Transfer Relays 7. One (1)Solid State Flasher D. Acceptable cabinet manufacturer are listed within the City of Corpus Christi Material Products List. E. Compatibility Clause 1. This specification covers deviations and extensions above and beyond the standards incorporated. 2. The Terminal Facility, MMU, Cabinet Power Supply, and BIU's must be fully compatible with the specifications as listed. 3. In the case of incompatibility or inconsistency between this specification and those incorporated, this specification shall be followed, unless otherwise noted in the Drawings or by the Owner. 2.2 Cabinet Standards A. Exterior 1. 16 phase cabinets NEMA Size 6 shall be supplied and cabinets shall meet the following criteria: a. Material shall be 5052-H32 0.125-inch thick aluminum. b. The aluminum shall have mill finish per NEMA TS-2 7.7.3 C. Door hinge shall be of the continuous type with a stainless steel hinge pin. (1) Rivets shall NOT be used to attach the hinge. d. All external fasteners shall be stainless steel. e. The door handle shall be stainless steel. f. Seams around fan or fan mounting plate shall be sealed with clear RTV silicone. g. There shall be no holes in the top of cabinet. h. The doorstop rod shall be steel rod. (1) The brackets attaching the stop rod to the door and cabinet shall be aluminum and welded in place. B. Shelf Height 1. The cabinet shall have two (2) shelves installed. a. The backboard shall be mounted under the bottom shelf, NOT BEHIND IT. C. Ventilating Fan Assembly 1. Two (2)ventilating fans shall be provided and controlled by one (1)thermostat. 2. Each fan motor shall be equipped with sealed ball bearings. 3. Fans shall be mounted inside the cabinet on the left and right above the door opening behind the front top edge of the cabinet. 4. Fans shall have a guard. 5. A fan test switch shall be included to test the fan(s). D. Air Filter Assembly 1. Air filter shall be one (1) piece re-useable aluminum filter and shall be held in place by metal thumbscrews at each corner. 2. Air filter shall be a sixteen-inch (16")x twelve-inch (12") x one-inch (1 E. Cabinet Light Assembly 1. An eighteen-inch to twenty-four inch (18" to 24") cool white LED light strip with protective lens. 2. The fixture shall be factory made and all components shall be housed in a factory made strip fixture enclosure. Page 2 of 7 TRAFFIC SIGNAL CABINET AND ASSEMBLIES—34 41 16.23 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi'St'a°riw a°yiJ Specifications for Construction 3. An on/off switch that is turned on when the cabinet door is opened and off when it is closed shall activate the cabinet light. 4. The door switch shall be wired to place an input to Alarm 1 (BIU #2 Pin 23b) when the cabinet door is opened. F. Pull out Drawer Assembly 1. A pull out drawer shall be installed, centered on the bottom shelf. 2. The drawer shall be made of aluminum and come out on full extension drawer slides. 3. There shall be a compartment for documentation storage. 4. The lid shall be hinged at the rear, to gain access to the storage area. 5. The drawer will be used to store documents as well as support a notebook computer. 6. The drawer slides shall be of the ball bearing type. 7. Dimensions of the drawer shall be twenty-four inch (24") wide x thirteen-inch (13") deep x two-inch (2") tall. G. Power Distribution Panel Design and Construction 1. The power panel shall consist of a separate module, securely fastened to the right side wall of the cabinet. 2. The power panel shall be wired to provide the necessary filtered power to the load switches, flasher(s), and power bus assembly. 3. It shall be manufactured from 0.090-inch, 5052-H32 aluminum with a removable plastic front cover. 4. The panel shall be of such design to allow a technician to access the main and auxiliary breakers without removing the front cover. 5. The power panel shall house the following components: a. A minimum of one (1)20 amp main breaker. (1) The breaker shall supply power to the controller, MMU, signals, cabinet power supply and auxiliary panels. (2) Breakers shall be at minimum, a thermal magnetic type, U.L. listed for HACR service, with a minimum of 10,000 amp interrupting capacity. b. Two (2) 15 amp, auxiliary breakers. (1) The first breaker shall supply power to the fan, light, utility receptacle and two (2) auxiliary standard receptacles (one on each side of the cabinet)just above the top shelf. (2) The second breaker shall be installed as a spare breaker. (3) Both circuit breakers line side shall have a jumper between each other and will be fed from an external main circuit breaker. C. An EDCO SHA-1250 (or exact approved equal) surge suppressor shall be installed on the 120V AC incoming line. (1) The alarm output from the suppressor shall be connected so that it places an input to Alarm 2 (BIU #2 Pin 24a)when the unit fails. d. A normally open seventy-five (75)amp solid state relay. e. A minimum of an eight(8) position neutral bus bar capable of connecting three (3)#12 AWG wires per positions shall be provided. f. A minimum of six(6) position ground bus bar capable of connecting three (3)#12 AWG wires per position shall be provided. g. Outlet (1) One (1) outlet shall be installed in the cabinet for maintenance use to be mounted and easily available h. Two (2) convenience outlets shall be installed one (1) on each side of the cabinet just above the top shelf to be used for communication equipment. H. Inside Control Panel Switches 1. The inside door panel shall contain three (3) switches: a. AUTO/FLASH, b. STOP TIME ON/OFF. C. TEST/NORMAL 2. Door panel switches shall be hard wired. 3. The AUTO/FLASH switch shall have two (2) positions: a. AUTO, b. FLASH C. This switch shall permit the intersection to flash and allow the CU to cycle. Page 3 of 7 TRAFFIC SIGNAL CABINET AND ASSEMBLIES—34 41 16.23 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi Sta°w1°iia°rd Specifications for Construction d. When in the FLASH position, this switch shall provide an input to Alarm 3 (BIU #2, Pin 19b) and shall NOT remove power from the CU, MMU, or BIU's. e. When this switch is placed in the AUTO position, it shall NOT initiate the CU start up sequence. 4. The STOP TIME switch shall have two (2) positions a. ON b. OFF C. This switch shall stop time the CU when in the ON position. 5. The TEST/NORMAL switch shall have two (2) positions: a. TEST b. NORMAL I. Police Panel Switches 1. A locking auxiliary Police door shall be provided within the main door that will allow access to a panel of switches for Police manual control. 2. Police panel shall contain two (2) switches: a. AUTO/FLASH switch shall have: (1) Two (2) positions (a) AUTO (b) FLASH (2) The switch shall operate according to TS-2 section 5.5.3.10 Figure 5-5. (3) When in the flash position, this switch shall provide an input to BILI #2 Pin 22b. (4) When the switch is placed in the AUTO position the CU shall enter the Start-Up Flash see (TS2 3.9.1.1.). b. MANUAL/AUTOMATIC Switch shall have: (1) Two (2) positions (a) Manual (b) Automatic (2) Applies a Manual Control Enable input to the controller and will allow the Manual Advance Push Button to be active. (3) Switch shall override any external controls in effect. C. Signal Manual Advance Push Button shall have: (1) Shall be on a six-foot (6') cord. (2) The switch shall have a Manual Advance push button switch as specified in TS-2 section 3.5.5.5 item 6&7. J. Cables 1. All cables shall be of sufficient length to access any shelf position. 2. All cables shall be encased in a protective sleeve along their entire length. 3. The cabinet shall be equipped with two(2)extra Port 1 (SDLC)cables, properly terminated for use. 4. Shall provide power adapters for TS-2 Type 1 and TS-2 Type 2 Controller Unit. K. Flash Operation 1. When the cabinet is in MMU Flash, BILI #2 Pin 23a shall also be asserted. L. Wire Termination 1. All connector-wiring harnesses shall terminate all wires on the terminal blocks,whether the wires are utilized or not. 2. This shall pertain to all devices being installed at the factory or in the field. M. Backboards 1. The terminals and facilities (TF) shall be a sixteen (16) position, NEMA Type 1 Configuration four(4)as shown in TS-2 5.3.1.1 Table 5.2. 2. Load switches shall be arranged as follows: a. LS1-LS8 shall be wired and labeled as Vehicle Channels. b. LS9-LS12 shall be wired and labeled as Pedestrian Channels. C. LS13-LS16 shall be wired and labeled as Overlap Channels. 3. All wires terminated behind the backboards as well as any additional panels shall be soldered. a. No pressure or solderless connectors shall be used. 4. The backboard shall be hinged at the bottom, and be secured at the top with thumbscrews or wing nuts. Page 4 of 7 TRAFFIC SIGNAL CABINET AND ASSEMBLIES—34 41 16.23 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi Stai7dwd Specifications for Construction a. The thumbscrews or wing nut shall be retained such that when loosened to access the backboard they will not become separated and fall. b. The backboard shall pivot a minimum of ninety degrees (90°)from the vertical position to the horizontal position, with no interference, to facilitate access to wiring and components on the back of the panel. C. The backboard shall be centered on the back panel of the cabinet. N. Section 5.3.5 Power Supply: NEMA Traffic Control Systems Standard Publication TS 2-2003 v02.06 1. Shall be amended to provide a power connection adapter for TS2 Type 1 Controller Units. O. INPUT/OUTPUT Terminals 1. As a minimum, terminals shall be provided for the input/output signals listed in NEMA TS- 2 5.3.1.2 Table 5-3 for configuration 1 and the following: Function Purpose Alarm 1 Cabinet Door Open Alarm 2 Lightning Suppression Fail Alarm 3 Technician Flash Alarm 4 UPS Status P. Controller Unit Power Up 1. The CU shall be powered through the "Start-Delay Relay" circuit of the MMU. Q. Flashing Operation 1. All cabinets shall be wired to flash RED for all phases. 2. Flashing display shall alternate between phases 1-4 and phases 5-8. R. Detector Rack 1. Two (2)detector racks shall be installed in the cabinet. 2. The detector rack shall conform to NEMA configuration 2 (NEMA TS-2 5.3.4). 3. Each rack shall be addressable for BIU8— BIU11 a. An address configuration label shall be easily viewable per detector rack. S. Field Terminal Locations 1. Field terminals shall be located at the bottom of the backboard. 2. Their order shall be left to right beginning with Phase one (1)and following the order of the load switches. 3. Screw type terminal shall be used. T. Bus Interface Unit 1. Bus interface units (BIUs) shall as a minimum meet all NEMA Traffic Control Systems Standard Publication TS-2 Section 8 requirements. 2. All BIUs shall provide three (3)separate front panel indicator light emitting diode(LED)for: a. Power, b. Transmit, C. Valid Data. 3. Cabinets shall be provided with four(4) BIUs: a. Two (2)for Terminals and Facilities (TF) b. Two (2)for detector rack. U. Cabinet Power Supply 1. The cabinet power supply shall as a minimum meet all NEMA Traffic Control Systems Standard Publication TS-2 Section 5.3.5 requirements. 2. All power supplies shall also provide a separate front panel indicator LED for each of the four(4)outputs. 3. Front panel banana jack test points for 24 VDC and logic ground shall be provided. 4. The cabinet power supply shall be shelf mounted and shall not be attached to the back panel or shelf. V. Flash Transfer Relays 1. All eight (8)flash transfer relays shall as a minimum meet NEMA Traffic Control Systems Standard Publication TS-2 Section 6 requirements. W. Load Switches 1. All load switches shall as a minimum meet NEMA TS-2 Section 6 requirements. X. Inductive Loop Detector 1. Section 6 NEMA Traffic Control Systems Standard TS-2—2003 v02-06 shall be amended to delete section 6.5 "Inductive Loop Detectors". Page 5 of 7 TRAFFIC SIGNAL CABINET AND ASSEMBLIES—34 41 16.23 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi Startdwd Specifications for Construction Y. Power Connector Adapter 1. Section 5.3.5 of NEMA TS-2 2003 v02.06 shall be amended to provide a power connector adapter for TS2 Type 2 as well as a connector for TS2 Type 1 Controller Units. 2.3 Malfunction Management Unit 1. The only acceptable Malfunction Management Unit (MMU) Types are as listed within the City of Corpus—Signalization Standard Product List. 2.4 Controller Unit A. To maintain compatibility with City of Corpus Christi Traffic Signal Operations System,the only acceptable Traffic Controller Units are as listed within the City of Corpus — Signalization Standard Product List. B. Controller Unit must have the latest software revision installed. 2.5 Ethernet Connectivity Interface 1. The only acceptable Ethernet Connectivity Devices are listed within the City of Corpus — Signalization Standard Product List. 2.6 Warranty Statement A. Warranty Coverage 1. The supplier of equipment shall warranty their product to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. B. Length of Warranty 1. The term of warranty shall be a minimum of one (1) year from the date of project acceptance for all equipment. a. Vendor shall state length of warranty in writing. C. Parts Availability 1. The supplier of equipment shall be able to provide replacement parts for a minimum of five (5)years after the warranty expires. D. Replacement Coverage 1. All units shall be covered as follows: a. If a malfunction occurs during the warranty period, the supplier shall, within two (2) weeks after notification, furnish a like unit, module, or auxiliary equipment for use while the warranted unit is being replaced. E. Reliability Clause 1. While under warranty, the isolation and repair of any unit malfunction shall be the responsibility of the supplier. 2. Any unit experiencing a total of three(3)failures that has twice been returned to the supplier for repair shall be replaced with a new unit of the same type at no charge to the City. 3. The replacement unit's warranty shall be that of a new unit 4. Note: Malfunctions do not include damage caused by lighting, power surges, negligence, acts of God, or use of equipment in a manner not originally intended by its manufacturer 5. Shipping and Handling a. During warranty period shipping shall be handled as follows: (1) The City will pay for shipping the unit to the vendor and the vendor will pay for return shipping the repaired unit to the City/ PART 3 EXECUTION 3.1 General Information A. Compatibility Clause 1. This specification covers deviations and extensions above and beyond the standards incorporated. 2. The Terminal Facility, MMU, Cabinet Power Supply and BIU's must be fully compatible with the specifications as listed above. 3. In the case of incompatibility or inconsistency between this specification and those incorporated, this specification shall be followed. B. Documentation Page 6 of 7 TRAFFIC SIGNAL CABINET AND ASSEMBLIES—34 41 16.23 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi St'a°riw a°yiJ Specifications for Construction 1. All cabinets shall include complete technical, shop drawings, schematic diagrams, photographs, circuit diagrams, graphs, instruction manuals, and any other necessary documents to fully describe the proposed equipment. 2. At the time of delivery, the supplier shall furnish two (2) copies of the programming and operations manuals and two (2) copies of the repair documentation for the equipment. 3. A permanent label / bar code with the serial number and date of manufacture shall be attached to each of the following components: a. Controller Unit (CU) b. Bus Interface Unit (BIU) C. Malfunction Management Unit (MMU) d. Cabinet Shell (on the inside of cabinet door) 4. A list of serial number and manufacturing dates shall be provided with each shipment. C. Warranty Statement 1. Warranty Coverage a. The supplier of equipment shall warranty their product to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. 2. Length of Warranty a. The term of warranty shall be one (1) year from date of project acceptance for all equipment. b. Vendor shall state length of warranty in writing. 3. Parts Availability a. The supplier of equipment shall be able to provide replacement parts for a minimum of five (5)years after the warranty expires. 4. Replacement Coverage a. All units shall be covered as follows: (1) If a malfunction occurs during the warranty period, the supplier shall, within two (2) weeks after notification, furnish a like unit, module, or auxiliary equipment for use while the warranted unit is being repaired. 5. Reliability Clause a. While under warranty, the isolation and repair of any unit malfunction shall be the responsibility of the supplier. b. Any unit experiencing a total of three (3) failures that has twice been returned to the supplier for repair shall be replaced with a new unit of the same type at no charge to the City. C. The replacement unit's warranty shall be that of a new unit. (1) Note: Malfunctions do not include damage caused by lighting, power surges, negligence, acts of God, or use of equipment in a manner not originally intended by its manufacturer. 6. Shipping & Handling a. During warranty period shipping shall be handled as follows: (1) The vendor/manufacturer will pay for sending and return shipping of any unit that is to be repaired. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance,and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 7 of 7 TRAFFIC SIGNAL CABINET AND ASSEMBLIES—34 41 16.23 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi^ ta°rtda°rd Specifications for Construction SECTION 34 41 16.33 TRAFFIC SIGNAL CONTROLLER UNIT PART1 GENERAL 1.1 Description A. This specification shall govern all work required for the furnishing and installing of Traffic Signal Controller Unit as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 032020 REINFORCING STEEL E. 038000 CONCRETE STRUCTURES 1.3 References The latest edition of the referenced item below shall be used. A. ANSI/SCTE 77—Specification for Underground Enclosure Integrity B. National Electrical Manufacturers Association (NEMA) C. National Electrical Manufacturers Association (NEMA) Traffic Controller Assemblies Standards D. City of Corpus Christi—Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS PART2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi — Signalization Standard Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. 3. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. B. A TS-2-Type 2 Controller Unit (CU) as per NEMA Traffic Controller Assemblies Standards Publication TS-2—2003. 2.2 Controller Unit A. To maintain compatibility with City of Corpus Christi Traffic Signal Operations System, the only acceptable Traffic Controller Units are as listed within the City of Corpus Christi — Signalization Standard Product List. B. Controller Unit must have the latest software revision installed. 2.3 Documentation A. Each controller shall be provided with the following documentation: one service manual per unit, which includes a theory of operation, operating instructions, and basic troubleshooting information. 2.4 Warranty and Support A. The controller equipment furnished shall be new of the latest design, fabricated in a first class workmanship manner from best quality materials. B. The manufacturer shall replace and install free of charge to the Owner any part or Page 1 of 2 TRAFFIC SIGNAL CONTROLLER UNIT-34 41 16.33 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi°St°a°W°1d'a°idd Specifications for Construction component that fails in any manner by reason of defective material or workmanship within a period of five (5) years from the date of delivery to City Signal Shop. C. The successful bidder shall provide a minimum of one (1) day factory certified training class and support in the operational use and care of the equipment for the benefit of the City Traffic Signal Operations. 2.5 Foundation A. General 1. Refer to drawings for foundation details. 2. The work shall include furnishing and installing anchor bolts, concrete, reinforcing materials, excavation, post with fittings, ground rod, pull box, conduit, and other incidentals required for a complete foundation as shown on the detail. B. Materials 1. Concrete a. Concrete shall be 3,000 psi strength at twenty-eight (28) days in accordance with section 03 31 11.13 CONCRETE STRUCTURES. 2. Reinforcing Steel a. Shall be in accordance with section 03 21 11.13 REINFORCING STEEL. 3. Anchor Bolts a. Anchor bolts shall be completely galvanized and of the dimensions shown on the Standard Detail. 4. Ground Box a. One (1) Type (C) 17" x 30" x 12" Ground Box, unless otherwise shown on the Drawings. PART 3 MEASUREMENT AND PAYMENT 3.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance, and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 2 of 2 TRAFFIC SIGNAL CONTROLLER UNIT-34 41 16.33 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi&andard Specifications for Construction SECTION 34 41 16.43 GROUND BOXES PART1 GENERAL 1.1 Description A. This specification shall govern all work required for the furnishing and installation of Ground Boxes as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 032020 REINFORCING STEEL E. 038000 CONCRETE STRUCTURES 1.3 References The latest edition of the referenced item below shall be used. A. Texas Department of Transportation (TxDOT)Traffic Operations Division B. Texas Department of Transportation (TxDOT) Departmental Material Specification DMS- 11070—Ground Boxes C. Western Underground Standards D. City of Corpus Christi—Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS PART2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi — Signalization Standard Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. 3. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. 2.2 Materials A. To maintain compatibility with City of Corpus Christi Traffic Signal Operations System, the only acceptable Ground Boxes are as listed within the City of Corpus Christi — Signalization Standard Product List. 1. Cover Labels Legibly imprint the cover with the appropriate message from the following table in letters at least one-inch (1") high: For Ground Boxes Containing Wiring for: Label with Message Traffic signal systems and systems that contain illumination powered "Traffic Signals" by the signal electrical service Illumination systems "Danger High Voltage Illumination" Traffic management systems "Danger High Voltage Traffic Management' Page 1 of 2 GROUND BOXES—34 41 16.43 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi S't°a°W°°itia°W d Specifications for Construction Sign illumination systems "Danger High Voltage Sign Illumination" Other electrical systems not shown "Danger High Voltage" above PART 3 EXECUTION 3.1 General Information A. Equipment 1. Provide the machinery, tools, and equipment necessary for proper installation of the work. 2. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. B. Construction 1. Construct and/or place ground boxes in accordance with the appropriate requirements of this specification and the Drawings. 2. Must be installed flush with finished grade. 3. Should a ground box be installed in other than concrete a concrete apron shall be built surrounding the outer edges of the ground box. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance, and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 2 of 2 GROUND BOXES—34 41 16.43 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi St°aW°°W°°°ai dSpecifications for Construction SECTION 34 41 16.53 VEHICLE SIGNAL HEADS PART1 GENERAL 1.1 Description A. This Item shall govern for furnishing and installing vehicle signal heads as shown on the Drawings. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS 1.3 References The latest edition of the referenced item below shall be used. A. Information Technology Equipment (ITE) B. Texas Manual on Uniform Traffic Control Devices (Texas MUTCD) C. Equipment and Materials Standards of the Institute of Transportation Engineers D. City of Corpus Christi - Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS. B. Warranty documents from the manufacturer of the products. PART2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi — Signalization Standard Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. 3. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. B. A traffic signal head (comprised of one or more signal sections). C. The indication shall be visible at all locations within fifteen degrees (15°)of the optical axis. D. All materials furnished by the Contractor shall be new. E. All heads shall be in compliance with the Texas MUTCD. 2.2 Equipment and Materials A. Definitions 1. Back Plate. A thin strip of material extending outward from all sides of a signal head. 2. LED Optical Unit. The LED lens and associated supporting parts in a signal section. 3. Louver. A device mounted to the visor restricting signal face visibility. 4. Signal Section. One housing case, housing door, visor, and optical unit. 5. Signal Face. One section or an assembly of 2 or more sections facing one direction. 6. Signal Head. A unidirectional face or a multidirectional assembly of faces including back plates and louvers when required, attached at a common location on a support. B. Signal Head 1. Provide vehicle signal heads in accordance with Texas Department of Transportation (TxDOT) DMS-11120, "Vehicle Signal Heads." Provide vehicle signal heads from manufacturers prequalified by the Texas Department of Transportation. The TxDOT Traffic Operations Division maintains a list of prequalified vehicle signal head manufacturers. 2. Supply only black polycarbonate signal head components that are of the same material Page 1 of 3 VEHICLE SIGNAL HEADS—34 41 16.53 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi St°aW°°W°°°ai d°Specifications for Construction and manufacturer for any one project. 3. Use stainless steel bolts, nuts, washers, lock washers, screws, and other assembly hardware. a. When dissimilar metals are used, ensure the metals are selected or insulated to prevent corrosion. Use closed-cell silicone or closed-cell neoprene gaskets. C. Equipment 1. Provide the machinery, tools and equipment necessary for proper installation of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. D. Traffic Signal Design Requirement 1. The traffic signal head shall be constructed of sturdy polycarbonate resin and shall be ultraviolet stabilized having a minimal tensile strength of 8,000 psi. All screws, latching bolts, and hinge pins shall be stainless steel. 2. The signal housing shall be ribbed to produce the strongest possible assembly consistent with lightweight. The left and right of each section shall include a heavy-duty serrated ring, which will allow positive orientation in 5-degree increments. The housing shall be one piece and shall be complete with openings left and right to accommodate standard 1 '/2 inch pipe size signal brackets. The individual signal housing sections shall be fastened together by means of attaching bolts and washer plates. The housing shall be Flat Black in Color. The housing door shall be polycarbonate and single piece. The door shall be attached to the housing with two hinged lugs and pins. Neoprene gasket shall be provided between the door and housing. The door shall be Flat Black in color. A removable polycarbonate tunnel visor shall be mounted onto the door by means of four stainless steel screws. The tunnel visor shall be Flat Black in color. The signal heads shall have a louvered or slotted back plate. 3. The LED assembly shall be seated in a neoprene gasket, which fits into the lens mounting cavity on the door. The lens shall be held in place by four retaining slotted clips and fastened with four stainless steel screws. The lens and its gasket shall be removable and replaceable with simple hand tools. E. Equipment 1. Provide the machinery, tools and equipment for proper installation of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. F. Construction 1. Assembly a. Assemble individual signal sections in multi-section faces in accordance with the manufacturer's recommendations to form a rigid signal face. Assemble and mount signal heads as shown on the plans. Horizontal mounting should open downwards, and vertical mounting should open towards the left. Install louvers and back plates in accordance with manufacturer's recommendations. Close any openings in an assembled signal head with a plug of a same material and color as the head. 2. Wiring b. Wire each optical unit to the terminal block located in that signal section by means of solderless wire connectors or binding screws and spade lugs. Wire all sections of a multi section signal face to the section terminal blocks in which the traffic signal cable is terminated. Maintain the color coding on leads from the individual optical units throughout the signal head, except for the traffic signal cable. Use solderless wire connectors or binding screws and spade lugs for connections to terminal blocks. Use binding screws and spade lugs for field wiring. PART 3 EXECUTION 3.1 General A. All Work shall be in accordance with the Contract, Specifications, Drawings, manufacturer recommendations, and industry standards. In the event that one requirement conflicts with another the more stringent requirement shall be followed, unless directed otherwise by the Owner. Page 2 of 3 VEHICLE SIGNAL HEADS—34 41 16.53 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi°St°a°W°°itia°W d°Specifications for Construction 3.2 Signal Head A. Assembly 1. Assemble and mount signal heads as shown on the plans. 2. Install louvers and back plates in accordance with the manufacturer's recommendations. 3. Close any openings in an assembled signal head with a plug of the same material and color as the head. 4. When installing a retrofit replacement LED traffic signal lamp unit into an existing signal housing, only remove the existing lens, reflector, and incandescent lamp; fit the new unit securely in the housing door, and proper orientation; and connect the new housing unit to the existing electrical wiring or terminal block by means of simple connectors. 3.3 Warranty A. The Contractor shall provide all warranty documents from the manufacturer of the products to the City. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance,and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 3 of 3 VEHICLE SIGNAL HEADS—34 41 16.53 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi^ ta°rida°id'Specifications for Construction SECTION 34 41 16.63 PEDESTRIAN SIGNAL PART1 GENERAL 1.1 Description A. This Item shall govern for furnishing and installing Pedestrian Signal as shown on the Drawings. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 34 41 16.33 TRAFFIC SIGNAL CONTROLLER UNIT 1.3 References The latest edition of the referenced item below shall be used. A. Information Technology Equipment (ITE) B. Texas Manual on Uniform Traffic Control Devices (Texas MUTCD) C. Equipment and Materials Standards of the Institute of Transportation Engineers D. City of Corpus Christi—Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS. B. Warranty documents from the manufacturer of the products. PART2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi — Signalization Standard Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. 3. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. B. All materials furnished by the Contractor shall be new. C. All heads shall be in compliance with the Texas MUTCD. 2.2 Equipment and Materials A. Signal Head 1. Provide pedestrian signal heads in accordance with TxDOT DMS-11130, "Pedestrian Signal Heads." 2. Supply only black polycarbonate pedestrian signal components that are of the same material and manufacturer for any one project. 3. Use stainless steel, or dichromate sealed aluminum bolts, nuts, washers, lock washers, screws, and other assembly hardware. a. When dissimilar metals are used, ensure the metals selected are insulated to prevent corrosion. 4. Use closed-cell silicone or closed-cell neoprene gaskets. B. Pedestrian Signal Module 1. Materials a. Ensure electrical materials and construction methods conform to the current National Electric Code (NEC) and additional local utility requirements. b. Materials used for the lens and LED module construction shall conform to ASTM Page 1 of 8 PEDESTRIAN SIGNAL—34 41 16.63 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi Sta°i YdwV Specifications for Construction specifications where applicable. C. Enclosures containing the power supply and electronic components of the LED module shall be made of UL94VO flame retardant materials. d. The lens of the LED module is excluded from this requirement. e. Ensure all materials and construction methods conform to the requirements of this Item and the following pertinent requirements: (1) Signal Heads (2) Section 34 41 16.33 TRAFFIC SIGNAL CONTROLLER UNIT (3) Signal Indications (a) "Pedestrian Traffic Control Signal Indications" published in the Equipment and Materials Standards of the Institute of Transportation Engineers, (referred to in this document as "PTCSI"). (4) National Electric Code (NEC); (5) American Society for Testing and Materials (ASTM). 2. General a. Modules designed as retrofit replacements for existing pedestrian signal indication lamps shall not require special tools for installation. b. Retrofit replacement modules shall fit into existing pedestrian signal housings built for the PTCSI sizes of the "walking person" and "hand" icon pedestrian signal indication Standard without modification to the housing, see PTCSI 4.2.1 for housing sizes. C. All LED's used shall be rated for 100,000 hours of continuous operation over a temperature range of-40°C to+74°C. d. The modules shall be rated for a minimum life of 72 months. e. Modules shall meet all parameters of this specification throughout this 72-month period. f. Installation of a retrofit replacement module into an existing pedestrian signal housing shall only require the removal of the existing optical unit components, i.e., lens, lamp module, gaskets, and reflector; shall be weather tight and fit securely in the housing; and shall connect directly to existing electrical wiring. 3. Module a. The retrofit module shall be capable of replacing the optical unit. (1) The module lens may be a replaceable part without the need to replace the complete module. (2) The walking person and hand icons (16"x18" size only) shall be full (not outlines). (3) The countdown digits shall be made up of two (2) rows of LEDs. (4) Each digit shall be a minimum of seven inches (7") in height. b. For each nominal message bearing surface (module) size, use the corresponding H (height)and W (width): (1) Bearing Surface— H (2) Module Size— 16 x 18 inch (3) Icon Height— Min 7 inch (4) Icon Width—7 inch (5) Countdown Height— Min 9 inch (6) Countdown Width—6.5 inch C. The units shall not have any attachments or options that will allow the mode to be changed from counting the clearance cycle, to the full walk/don't walk cycle. d. The module shall be a single, self-contained device, not requiring on-site assembly for installation into existing traffic signal housing. e. The power supply shall be designed to fit and mount inside the pedestrian signal module. f. The assembly and manufacturing process for the module shall be designed to assure all internal LED and electronic components are adequately supported to withstand mechanical shock and vibration from high winds and other sources. 4. Environmental Requirements a. The module shall be rated for use in the ambient operating temperature range, measured at the exposed rear of the module, of-40 to +165°F. b. The pedestrian module shall be designed to meet NEMA 250 Hose down Test. C. The test is to be conducted on a stand-alone unit. d. No protective housing shall be used. e. The module lens shall be UV stabilized. Page 2 of 8 PEDESTRIAN SIGNAL—34 41 16.63 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi Stai°°W,°M°w dSpecifications for Construction 5. Signal LENS a. The lens of the LED pedestrian and countdown signal modules shall be polycarbonate UV stabilized and a minimum of/"thick. b. The exterior of the lens of the LED pedestrian and countdown signal module shall be smooth and frosted to prevent sun phantom. 6. Module Identification a. Each module shall be identified on the backside with the manufacturer's name, model numbers and serial number. b. The following operating characteristics shall be identified: nominal voltage, power consumption, wattage and Volt-Ampere. 7. Photometric Requirements a. Luminance, Uniformity& Distribution (1) For a minimum period of 72 months, the maintained minimum luminance values for the modules under normal operating conditions shall not be less than 5300 cd/m2 for the Walking Person icon and 3750 cd/m2 for the Hand icon when measured perpendicular to the surface of the module at nine(nine)separate points on the icon. (2) These values may decrease up to 50% of these table values beyond 15° from the perpendicular in either to the left or right on a horizontal plane. (3) The uniformity of the walking person and hand icons' illumination shall meet a ratio of not more than 1 to 5 between the minimum and maximum luminance measurements (in Cd/m2). b. Chromaticity (1) The standard colors for the LED Pedestrian Signal Module shall be White for the walking person and Portland Orange for the hand icon and countdown digits. 8. Electrical a. General (1) All wiring and terminal blocks shall meet the requirements of Section 13.02 of the VTCSH Standard. (2) Three secured, color coded, 36 in long 600 V, 16 AWG minimum, jacketed wires, conforming to the National Electrical Code, rated for service at +105°C, are to be provided for electrical connection. (3) Each LED signal module shall be designed so that there is no noticeable light output when connected to rated voltage through an impedance of 15 K-ohm (either resistive or capacitive). (4) The signal module shall be designed so that, under normal operation, an AC voltage of no greater than 10 volts RMS shall be developed across the unit when it is connected in series with any value of impedance greater than 15 K-ohms and for any applied AC voltage between 95- and 135-volts RMS that is connected across this series combination. (5) In addition, the signal module shall be designed so that the voltage across the module shall reduce in value to less than 10 volts RMS within 100-ms when the module is switched off by any solid-state switch or switch pack having an impedance of 15 K-ohms or greater. b. Voltage Range (1) LED modules shall operate from a 60 ± 3 Hertz ac line power over a voltage range from 80 to 135 VAC RMS. (2) The current draw shall be sufficient to ensure compatibility and proper triggering and operation of load current switches and conflict monitors. (3) Nominal operating voltage for all measurements shall be 120 ±3 Volts rms. (4) Fluctuations in line voltage over the range of 80Vac to 135Vac shall not affect luminous intensity by more than +10%. (5) The LED circuitry shall prevent flickering at less than 100 Hz over the voltage range stated above. (6) The modules shall be designed and constructed so that the failure of a single LED will not result in the loss of additional LEDs. (7) There should be no illumination of the module when the applied voltage is less than 35 VAC RMS. To test for this condition each icon must first be fully illuminated at the nominal operating voltage. The applied voltage shall then be reduced to the point where there is no illumination. This point must be greater than 35 VAC RMS. Page 3 of 8 PEDESTRIAN SIGNAL—34 41 16.63 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi Sta°i Ydmd Specifications for Construction (8) Turn-On and Turn-Off Time (a) Each icon of the module shall reach 90% of their full illumination (turn-on)within 100-ms. of the application of the nominal operating voltage. (b) The modules shall not be illuminated (turn-off) after 100-ms. of the removal of the nominal operating voltage. (9) For abnormal conditions when nominal voltage is applied to the unit across the two phase wires (rather than being applied to the phase wire and the neutral wire) the pedestrian signal unit shall default to the hand symbol. C. Transient Voltage Protection (1) The module's on-board circuitry shall include voltage surge protection to withstand high-repetition noise transients and low-repetition high energy transients as stated in Section 2.1.6, NEMA Standard TS-2, 1998, or the latest version. d. Electronic Noise (1) The modules and associated on-board circuitry must meet Federal Communications Commission (FCC) Title 47, Sub Part B, Section 15 regulations concerning the emission of electronic noise. e. Power Factor (PF)and AC Harmonics (1) The modules shall provide a power factor of 0.90 or greater when operated at nominal operating voltage, and 77°F. (2) Total harmonic distortion induced into an AC power line by the module, operated at nominal operating voltage, at 77°F shall not exceed 20%. f. Module Functions (1) Cycle (a) The module shall operate in one mode: i. Clearance Cycle Countdown Mode Only (b) The module will start counting when the flashing clearance signal turns on and will countdown to "0" and turn off when the steady"Don't Walk" signal turns on. Module will not have user accessible switches or controls for modification of cycle. (2) Learning Cycle (a) At power on, the module enters a single automatic learning cycle. (b) During the automatic learning cycle, the countdown display shall remain dark. (3) Cycle Modification (a) The unit re-programs itself if it detects any increase or decrease of Pedestrian Timing. (b) The counting unit will go blank once a change is detected and then take one complete pedestrian cycle (with no counter during this cycle) to adjust its buffer timer. (4) Recycling (a) The module shall allowfor consecutive cycles without displaying the steady Hand icon ("Don't Walk"). (5) Preemption (a) The module shall recognize preemption events and temporarily modify the crossing cycle accordingly. (b) If the controller preempts during the walking man, the countdown will follow the controller's directions and will adjust from walking man to flashing hand. (c) It will start to count down during the flashing hand. If the controller preempts during the flashing hand, the countdown will continue to count down without interruption. (d) The next cycle, following the preemption event, shall use the correct, initially programmed values. (6) "Don't Walk" Steady (a) If the controller output displays Don't Walk steady condition and the unit has not arrived to zero or if both the hand and man are dark for some reason, the unit suspends any timing and the digits will go dark. g. Quality Assurance (1) General (a) Unless otherwise specified all of the test will be conducted at an ambient temperature of 77°F and at the nominal operating voltage of 120 VAC RMS. Page 4 of 8 PEDESTRIAN SIGNAL—34 41 16.63 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi St°a°rid'a°iV Specifications for Construction (b) The following production quality assurance tests shall be performed on each new module prior to shipment. (c) Before any measurements are made, the unit shall be energized at the rated voltage for a 30-minute burn-in period at an ambient temperature of+77°F. (d) Following the burn-in period, the initial luminous intensity shall be measured. (e) A single point measurement with a correlation to the intensity requirement of Section 1.04 of VTCSH for circular indications may be used. (f) The current flow and power factor shall also be determined. (g) Units found to have parameters outside the ranges allowed by this specification shall be rejected. (h) The modules shall be manufactured in accordance with a vendor quality assurance (QA) program. (i) The QA program shall include two types of quality assurance: i. design quality assurance ii. production quality assurance. (j) QA process and test result documentation shall be kept on file for a minimum period of seven years. (2) Conformance (a) The module designs not satisfying design qualification testing and the production quality assurance testing performance requirements shall not be labeled, advertised, or sold as conforming to this specification. (3) Design Qualification Assurance (a) Design Qualification testing shall be performed on new module designs, and when a major design change has been implemented on an existing design. (b) Unless otherwise specified, all of the tests shall be conducted on the same set of randomly selected modules, hereafter called the sample set, at an ambient temperature of 77°F and at the nominal operating voltage of 120 VAC RMS. (c) Testing shall be performed once every 5 years or when the module design or LED technology has been changed. (d) Test data shall be retained by the module manufacturers for a minimum period of 7 years and for a period of at least 5 years beyond the last date of manufacture of that model type. (4) Production Quality Assurance (a) All new modules shall undergo Production Quality Assurance testing prior to shipment. (b) Failure of any module to meet requirements of the QA tests shall be cause for rejection. (c) QA test results shall be maintained for a period of 4 years. (d) The production quality assurance shall include statistically controlled routine tests to ensure minimum performance levels of modules built to meet this specification. (e) Prior to packaging for shipment, each module shall be visually inspected for any exterior physical damage or assembly anomalies. (f) Careful attention shall be paid to the surface of the lens to ensure there are no scratches (abrasions), cracks, chips, discoloration or other defects. (5) Delivery and Acceptance (a) Compatibility with a controller unit, conflict monitor and load switch will be tested by connecting the module under test to the output of a standard load switch connected to a variable AC voltage supply with the output of the load switch in the off state. (b) The AC voltage developed across each LED module so connected shall not exceed ten (10)V-rms as the input to the LED module is varied from 95 V-rms to 135 V-rms. h. Warranty (1) LED signal modules shall be replaced or repaired if it fails to function as intended due to workmanship or material defects within the first 60 months from date of delivery. C. Pedestrian Detectors Page 5 of 8 PEDESTRIAN SIGNAL—34 41 16.63 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi St°a°rid'a°W°��°Specifications for Construction 1. Ensure the push-button assembly is weather-tight and tamper-proof, is designed to prevent an electrical shock under any weather condition, has provisions for grounding in accordance with the NEC, and is in compliance with the Americans with Disabilities Act (ADA). 2. Supply a sturdy 2-piece cast-aluminum housing unit consisting of a base housing and a removable cover. 3. Ensure the internal components provide a push button with normal open contacts, and include all electrical and mechanical parts required for operation. 4. Supply housing or an adapter (saddle) that conforms to the pole shape, fitting flush to ensure a rigid installation. 5. Supply adapters of the same material and construction as the housing. 6. Provide threaded holes for 0.5-in. conduit in the housing for any necessary conduit attachment. 7. Close unused openings with a weather-tight closure painted to match the housing. 8. Provide a 0.75-in. hole with an insulating bushing through the back of the housing. 9. Meet the paint requirements of Signal Heads for the complete body of the housing. 10. Ensure the manufacturer's name or trademark is located on the housing. 11. Supply push-button switches that have single-pole, single-throw contacts and screw-type terminals and have a design life of at least 1 million operations. 12. Use sheet aluminum having a minimum thickness of 0.080 in.for information signs for push buttons. D. Accessible Pedestrian Signal (APS) Units. 1. Supply an APS that includes a pedestrian sign, a pushbutton, and an audible speaker contained in one unit and with the following features: a. Vibrating tactile arrow. b. Pushbutton locator tone. C. Automatic volume adjustment-60 dB range. d. Actuation indicator-tone and light. e. Extended button press which can be used to request a louder WALK signal and locator tone for subsequent clearance interval. f. Weather-proof speaker protected by a vandal proof screen. g. Pole unit and the central control unit shall be rated for the following temperature range: -30°F to +165°F. h. Audible pedestrian signal units shall be operationally compatible with controllers currently used by the City, Texas Department of Transportation, and any other Texas government entities. (1) In the case of conflicts between specifications, the latest City specifications will control. i. Supply a central control unit (CCU)for the pushbutton detector unit that resides in the Traffic Signal Controller Cabinet capable of controlling a minimum of 8 units. (1) Ensure the CCU is capable of controlling up to 4 phases. (2) Ensure that all inputs and outputs on the CCU have Transient Voltage Protection. E. Pole 1. Shall be in accordance with Section 34 41 16.93 POLES AND ASSEMBLIES PART 3 EXECUTION 3.1 General A. All Work shall be in accordance with the Contract, Specifications, Drawings, manufacturer recommendations, and industry standards. 1. In the event that one requirement conflicts with another the more stringent requirement shall be followed, unless directed otherwise by the Owner. 3.2 Signal Head A. Assembly 1. Assemble individual signal sections in multi-section faces in accordance with the manufacturer's recommendations to form a rigid signal face. 2. Assemble and mount signal heads as shown on the plans. 3. Install louvers and back plates in accordance with the manufacturer's recommendations. Page 6 of 8 PEDESTRIAN SIGNAL—34 41 16.63 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi Stu°r°nis°W d Specifications for Construction 4. Close any openings in an assembled signal head with a plug of the same material and color as the head. 5. When installing a retrofit replacement LED traffic signal or pedestrian signal lamp unit into an existing signal housing, only remove the existing lens, reflector, and incandescent lamp; fit the new unit securely in the housing door; and connect the new housing unit to the existing electrical wiring or terminal block by means of simple connectors. B. Wiring 1. Wire each optical unit to the terminal block located in that signal section by means of solder less wire connectors or binding screws and spade lugs. 2. Wire all sections of a multi-section signal face to the section terminal blocks in which the traffic signal cable is terminated. 3. Maintain the color coding on leads from the individual optical units throughout the signal head, except for the traffic signal cable. 4. Use solder less wire connectors or binding screws and spade lugs for connections to terminal blocks. 5. Use binding screws and spade lugs for field wiring. 3.3 Pedestrian Detectors A. Wire the push button to the nearest splicing point or terminal strip using stranded No. 12 AWG XHHW wire with 600-volt insulation. B. Do not use terminal connections or splice wire leads except in the hand holes located in the signal pole shaft, in the signal pole base, or at locations approved by the Owner. C. All allowed splices must be watertight.Attach wires to terminal posts with solder less terminals. D. Attach terminals to the wires with a ratchet-type compression crimping tool properly sized to the wire. E. Mount a pedestrian push button sign near each push button as shown on the Drawings. 3.4 Accessible Pedestrian Signal (APS) Units A. APS shall be wired individual 2-wire conductor from the Cabinet APS processor to the APS button with no splices in between. B. Vocal programming shall be done by contractor to match street crossing. If a custom recorded message is required, the contractor must provide script for City to review and provide input, as appropriate. Provide pre-recorded custom message(s)for each APS. C. Attach wires to terminal posts with solder less terminals. D. Attach terminals to the wires with a ratchet-type compression crimping tool properly sized to the wire. 1. Documentation Requirements a. Each APS shall be provided with the following documentation: (1) Complete and accurate installation wiring guide. (2) Contact name, address, and telephone number for the representative, manufacturer, or distributor for warranty repair. (3) The bidders shall supply schematics for all electronics. One schematic diagram shall be provided for each unit, along with any necessary installation instructions. 3.5 Warranty A. The APS unit shall be warranted against any failure due to workmanship, material defects or intensity within the first 60 months of field operation. B. APS unit shall operate as required above after 60 months of continuous use over the temperature range of-30°F to+165°F in a traffic signal operation. C. The manufacturer shall provide a written warranty against defects in materials and workmanship for APS unit for a period of 5 years after installation. D. Replacement APS unit shall be provided within five (5)days after receipt of failed APS unit at no cost to the Owner, except the cost of shipping the failed modules. E. The Contractor shall provide all warranty documents from the manufacturer of the products to the City. Page 7 of 8 PEDESTRIAN SIGNAL—34 41 16.63 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi^ ta,rid'a°ii1 Specifications for Construction PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance,and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 8 of 8 PEDESTRIAN SIGNAL—34 41 16.63 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi Star7dwd Specifications for Construction SECTION 34 41 16.93 POLES AND ASSEMBLIES PART1 GENERAL 1.1 Description A. This specification shall govern all work required for the furnishing, installing, and removal of Poles and Assemblies as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 038000 CONCRETE STRUCTURES 1.3 References The latest edition of the referenced item below shall be used. A. ANSI 05.1, "Specifications and Dimensions for Wood Poles," B. American Wood Protection Association (AWPA) C. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 441 —Steel Structures D. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 442— Metal for Structures E. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 445—Galvanizing F. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 449—Anchor Bolts G. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 656 — Foundations for Traffic Control Devices H. Texas Department of Transportation (TxDOT) Departmental Material Specification DMS 11140, Pedestal Pole Base I. AWS D1.1 Structural Welding Code—Steel J. City of Corpus Christi—Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS. PART2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi — Signalization Standard Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. 3. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. 2.2 Treated Timber Poles A. Materials 1. Use new treated southern pine timber poles in accordance with ANSI 05.1 and the additional requirements of this Item. 2. Use ANSI Class 5 treated timber poles for electrical services and ANSI Class 2 for all other applications, unless otherwise shown on the Drawings. 3. Ensure poles are free from pith holes at the tops and butts. Page 1 of 6 POLES AND ASSEMBLIES—34 41 16.93 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi Sta°r°nft,°° Specifications for Construction 4. Do not use poles that have a. A trimmed scar (1) with a depth greater than two-inches (2"), or (2) if the diameter is ten-inches (10") or less, or (3) if 1/5 the pole diameter at the scar location, if the diameter is more than ten-inches (10") 5. Provide poles that do not deviate from straightness by more than one-inch (1") for each ten-feet (10') of length. 6. A pole may only have sweep in one(1)Plane and one(1)direction(single sweep), provided a straight line joining the midpoint of the pole at the butt and the midpoint of the pole at the top does not at any intermediate point pass through the external surface of the pole. 7. Timber poles with more than one (1) complete twist of spiral grain are not acceptable. 8. Butt slivering due to felling is permitted if the distance from the outside circumference is not less than 1/4 of the butt diameter and the height is not more than one-foot (1') B. Preservative Treatment 1. Use preservative treatment in accordance with AWPA C4. 2. Furnish poles with a minimum net retention of preservative treatment in accordance with Table 1. Table 1 Retention of Preservation Treatment Minimum Retention Treatment Ib./ft3 Creosote 9.00 Pentachlorophenol 0.45 ACA/CCA 0.60 3. Furnish a treatment certification with every shipment of treated timber poles that includes: a. name of treating company, b. location of treating Plant, C. applicable product standard (AWPA C4), d. charge number, e. date of treatment, f. contents of charge (poles), g. preservative treatment, and h. actual preservative retention values. C. Branding 1. Place the bottom of the brand squarely on the face of the pole ten-feet(10') (plus or minus two-inches (2"))from the butt. 2. Mark all poles by branding in accordance with Table 2. Table 2 Timber Pole Markings Marking Description of Marking PTC Supplier's code or trademark For example, Pole Treating Company). F 01 F-01 Plant location and year of treatment For example, Forestville, 2001). SPC SPC Species and preservative code For example, southern pine, and creosote). 535 535 Class-length For example, Class 5, 35-ft. pole . 2.3 Steel Poles A. Materials 1. Provide new materials that comply with the details shown on the Drawings, the requirements of this Item, and the pertinent requirements of the following Items: a. Concrete (1) Section 038000 CONCRETE STRUCTURES b. Steel Structures (1) TxDOT Item 441 Page 2 of 6 POLES AND ASSEMBLIES—34 41 16.93 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi^ ta°rtda°yiJ Specifications for Construction C. Metal (1) TxDOT Item 442 d. Galvanizing (1) Item 445 e. Anchor Bolts (1) TxDOT Item 449 (2) Furnish alloy steel or medium-strength mild steel anchor bolts in accordance with TxDOT Item 449.2.A—Bolts and Nuts. 2.4 Pedestal Poles A. Materials 1. Galvanizing a. TxDOT Item 445 2. Anchor Bolts a. TxDOT Item 449 3. Foundation a. Refer to Drawings 4. Pedestal Pole Base a. Provide pedestal pole base in accordance with TxDOT DMS 11140. b. Provide pedestal pole base from manufacturers prequalified by the Texas Department of Transportation. (1) The Traffic Operations Division maintains a list of prequalified pedestal base manufacturers. 5. Pedestal Pole a. Provide four-inch (4") diameter schedule 40 steel pipe or tubing, aluminum pipe (alloy 6061-T6), or rigid metal conduit. (1) Do not use aluminum conduit. b. Galvanize pedestal pole assemblies in accordance with TxDOT Item 445, unless otherwise shown on the Drawings. PART 3 EXECUTION 3.1 Treated Timber Poles A. Equipment 1. Provide the machinery, tools and equipment necessary for proper installation of the work. 2. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. B. Construction 1. Use established industry and utility safety practices while installing poles located near overhead or underground utilities. 2. Consult with the appropriate utility company prior to beginning such work. 3. Unless otherwise shown on the Drawings, set the pole a minimum depth in accordance with Table 3. Table 3 Pole Setting Depth Pole Length Minimum Settings Depth ft. ft. 25 or less 4.5 26-30 5.0 31 -35 5.5 36-40 6.0 41 -45 6.5 46-50 7.0 4. Locate timber poles as shown on the Drawings or as directed. 5. Drill holes for setting poles a minimum of 1.5 diameters of the pole butt. 6. Unless otherwise shown on the Drawings, set the poles plumb. 7. Backfill the holes thoroughly by tamping in six-inch (6") lifts. 8. After tamping to grade, place additional backfill material in a six-inch (6") high cone around Page 3 of 6 POLES AND ASSEMBLIES—34 41 16.93 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi'St'a°riw a°yi1 Specifications for Construction the pole to allow for settling. 9. Use material equal in composition and density to the surrounding area. 10. Repair surface where existing surfacing material is removed, such as asphalt pavement or concrete riprap, with like material to equivalent condition. C. Relocation 1. Disconnect and isolate traffic signal cables before removing the pole. 2. Remove existing traffic signal poles as directed. 3. Ensure that the poles or attached components suffer no undue stress or damage. 4. Signs, signal heads, mounting brackets, luminaires, etc., may be left on the poles. 5. Repair or replace damaged components as directed. 6. Unless otherwise shown on the Drawings, remove abandoned timber pole to a point two- feet (2) below final grade. a. Backfill the hole with materials equal in composition and density to the surrounding area. b. Replace surfacing material with similar material to an equivalent condition. 7. Move existing poles to locations shown on the Drawings or as directed. 8. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. 3.2 Steel Poles A. Equipment 1. Provide the machinery, tools and equipment necessary for proper installation of the work. 2. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. B. Construction 1. Standard Design a. Alternate designs are not acceptable. b. Deviations that affect the basic structural behavior of the pole are considered to be alternate designs. C. For deviations that do not affect the basic structural behavior of the pole, submit shop drawings to the City Traffic Engineering Department for approval. C. Fabrication 1. Fabricate and weld in accordance with TxDOT Item 441, AWS D1.1 Structural Welding Code—Steel; and the requirements of this Item. 2. Fabrication tolerances are given in Table 4. Table 4 Fabrication Tolerances Part Dimension Tolerance in. Length ± 1 Pole and Mast Thickness +0.12, -0.02 Arm Shaft Difference between flats or diameter ±3/16 Straightness 1/8 in 120 Attachment Locations ±1 Overall ±3/16 Base and Mast Thickness +1/4, -0 Arm Mounting Deviations from Flat 3/16 in 24 Plates Spacing between Holes ±1/8 Bolt Hole Size ±1/16 Length ±1/2 Anchor Bolts Threaded Length ±1/2 Galvanized Length -1/4 Angular Orientation 1/16 in 12 ' Assembled Shaft Centering ±3/16 Twist 3° in 600 1/8" in 12" between mounting plates and between mounting plates and base plates 3. Provide properly fitting components. Page 4 of 6 POLES AND ASSEMBLIES—34 41 16.93 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi Sta°ri°oda°r1d Specifications for Construction 4. Provide round or octagonal shafts for poles and mast arms tapered as shown on the Drawings. 5. Fabricate mast arms straight in the unloaded condition unless otherwise shown on the Drawings. 6. The City will accept bolted slip joints overlapping by at least 1.5 diameters in mast arms forty-feet (40') and longer. 7. Provide circumferential welds only at the ends of the shafts. 8. Provide no more than two (2) longitudinal seam welds in shaft sections. 9. Grind or smooth the exterior of longitudinal seam welds to the same appearance as other shaft surfaces. 10. Ensure 100% penetration within six-inches (6") of circumferential base welds and at least sixty percent (60%) penetration at other locations along the longitudinal seam welds. 11. Use a welding technique that minimizes acid entrapment during later galvanizing. 12. Hot-dip galvanize all fabricated parts in accordance with TxDOT Item 445. 13. Treat welds with Ultrasonic Impact Treatment as shown on the Drawings after galvanization and with the dead load (actual or simulated)applied. 14. Repair damaged galvanizing in accordance with TxDOT Item 445. 15. Connect the luminaire arm to the pole with simplex fittings. 16. Ensure the fittings have no defects affecting strength or appearance. 17. Ensure that the design wind speed is identified and permanently visible on the pole base plate and mast arm mounting plate. 18. Deliver each traffic signal pole assembly with fittings and hardware either installed or packaged with its associated components. 19. Ship all components with a weatherproof tag identifying a. manufacturer, b. contract number, C. date, d. destination of shipment. D. Installation 1. Locate traffic signal poles as shown on the Drawings unless otherwise directed to secure a more desirable location or to avoid conflicts with utilities. 2. Stake the traffic signal pole locations for verification by the Engineer. 3. Construct foundations in accordance with the Drawings. 4. Orient anchor bolts as shown on the Drawings. a. Coat anchor bolts threads and tighten anchor bolts in accordance with TxDOT Item 449. 5. Use established industry safety practices when working near underground or overhead utilities. a. Consult with the appropriate utility company before beginning such work. 6. Erect structures after foundation concrete has attained its design strength as required in the Drawings and 038000 CONCRETE STRUCTURES. 7. After the traffic signal pole assembly is plumb and all nuts are tight, tack weld each anchor bolt nut in two (2) places to its washer. a. Tack and weld each washer to the base plate in two (2) places. b. Do not weld components to the bolt. C. Tack and weld in accordance with TxDOT Item 441. d. After tack welding, repair galvanizing damage on bolts, nuts, and washers in accordance with TxDOT Item 445. e. Do not grout between the base plate and the foundation. E. Relocation 1. Disconnect and isolate traffic signal cables before removing the pole. Remove existing traffic signal poles as directed. 2. Ensure that the poles or attached components suffer no undue stress or damage. 3. Signs, signal heads, mounting brackets, luminaires, etc., may be left on the poles. 4. Repair or replace damaged components as directed. 5. Unless otherwise shown on the Drawings, remove abandoned concrete foundations to a point two-feet (2') below final grade. a. Backfill the hole with materials equal in composition and density to the surrounding area. b. Replace surfacing material with similar material to an equivalent condition. Page 5 of 6 POLES AND ASSEMBLIES-34 41 16.93 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi^ ta°rt°Mrd Specifications for Construction 6. Move existing poles to locations shown on the Drawings or as directed. 7. Install existing poles on new foundations in accordance with this specification. 8. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. 3.3 Pedestal Poles A. Equipment 1. Provide the machinery, tools and equipment necessary for proper installation of the work. 2. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. B. Construction 1. Pedestal Base a. Ground the base with connectors to the 1/2-13 NC female threaded hole. b. Fabricate the base for 4 L-bend anchor bolts arranged in a square pattern with a 1/2- 3/4 inch bolt circle. C. Provide mild steel anchor bolts in accordance with TxDOT Item 449, for each base. d. Provide three (3) 1/16-inch thick and three (3) 1/8-inch thick U-shaped galvanized steel shims for each base. (1) Size shims to fit around the anchor bolts. 2. Installation a. Install pedestal pole assemblies as shown on the Drawings or as directed. b. Pedestal pole assemblies include foundation, pole shaft, base, anchor bolts and nuts, anchor bolt template, shims, and miscellaneous components. C. Watertight breakaway electrical disconnects are required for pedestal pole assemblies used in conjunction with vehicle and pedestrian heads and components. d. Use established industry and utility safety practices to erect assemblies near overhead or underground utilities. (1) Consult with the appropriate utility company before beginning such work. e. Repair damaged galvanizing in accordance with TxDOT Item 445. f. Painted Finish, when required, paint pedestal pole assemblies in accordance with details shown on the Drawings. C. Relocation 1. Disconnect and isolate traffic signal cables before removing the pole. 2. Remove existing traffic signal poles as directed. 3. Ensure that the poles or attached components suffer no undue stress or damage. 4. Signs, signal heads, mounting brackets, etc., may be left on the poles. 5. Repair or replace damaged components as directed. 6. Unless otherwise shown on the Drawings, remove abandoned concrete foundations to a point two-feet (2) below final grade. a. Backfill the hole with materials equal in composition and density to the surrounding area. b. Replace surfacing material with similar material to an equivalent condition. 7. Move existing poles to locations shown on the Drawings or as directed. 8. Install existing poles on new foundations in accordance with this specification. 9. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance,and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 6 of 6 POLES AND ASSEMBLIES—34 41 16.93 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi^ ta°rtda°yi1 Specifications for Construction SECTION 34 41 19.73 UNINTERRUPTIBLE POWER SUPPLY PART1 GENERAL 1.1 Description A. This specification shall govern all work required for the furnishing and installing of the Uninterruptible Power Supply(UPS)system as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 34 41 19.13 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT 1.3 References The latest edition of the referenced item below shall be used. A. National Electrical Manufacturers Association (NEMA) B. City of Corpus Christi—Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS. PART2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi — Signalization Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. 3. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. B. The Uninterruptible Power Supply (UPS), also known as a Battery Back-Up system (BBS) shall be a turnkey, piggyback mounted (bolted to back or left side of the traffic signal cabinet) and be designed for outdoor use in extreme environments. C. The UPS shall operate up to its rated power with existing signal equipment, including any and all signal heads. D. The UPS shall be capable of supplying an 840-watt load for a minimum of four (4) hours of normal operation and a minimum two (2) hours of flashing operation, at its maximum power rating from -34 degrees Celsius to +74 degree Celsius as per NEMA environmental requirements Section 2.1.5.1. E. The Traffic Signal UPS shall operate as line interactive with buck boost functionality. 1. It shall also include a fail-safe bypass system; integral automatic electronic transfer switch, and battery subsystem. 2. The specified equipment herein shall be referred to as a UPS. F. Transfers to and from battery operation shall not interfere with operation of other equipment in the intersection. G. Primary application of the UPS is to provide emergency power for traffic control signal systems. 1. The UPS must supply up to a 7.Oamp 120 VAC, 60 Hz continuous load for a minimum of four(4) hours normal run time and a minimum of an additional two (2) hours of flash time. H. The UPS shall transfer the intersection to flash mode via programmable form C relays, accessible through a terminal block to provide for connection for control wiring to the traffic signal cabinets Automatic Flash Input. Page 1 of 5 UNINTERRUPTIBLE POWER SUPPLY—34 41 19.73 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi Star7dwd Specifications for Construction I. Primary input power source to the UPS shall be utility power. 2.2 Major Components A. Electronics Module 1. The Traffic UPS shall be capable of providing continuous,fully conditioned, regulated, pure sinusoidal (AC) power to the traffic control signal system during all modes of operation (except when the UPS is in bypass). B. Charger 1. The charger shall be of solid-state construction. 2. The charger shall rectify AC power to regulated DC power for the batteries. 3. This shall be an automatic function. 4. The charger should be a three (3) stage temperature-compensated charger so that the charger level for the batteries is automatically adjusted based on internal ambient temperature. C. Inverter 1. The inverter shall be of solid-state construction. 2. In case of the loss of input power, the inverter shall convert DC power from the batteries to AC power. D. Fail-safe Bypass 1. The bypass shall consist of a fail-safe design. In case of UPS failure (UPS output power not present); the fail-safe bypass shall automatically transfer power for the traffic control signal system to the bypass source. E. Batteries 1. Upon loss of input power, the batteries shall supply DC power to the inverter. F. Status display shall at a minimum be provided for: 1. AC Line Present 2. Battery Charger 3. UPS Output Power Present 4. ON Battery 5. Buck and boost monitoring G. Status Monitoring and Alarm Transmission 1. The Inverter shall include remote monitoring & alarm transmission capabilities through an Ethernet RJ45 IP Addressable Port using the SNMP Protocol. 2. As a minimum,the Inverter shall contain the following monitoring and transmit the following alarm functions: a. Input power present (System in Stand-By mode) b. UPS on battery operation terminated to the traffic cabinets Alarm 4 Input. C. Low battery condition. 2.3 Protection A. The UPS shall have a main input circuit breaker for over current protection and be readily accessible. B. The UPS assembly must be reasonably protected and provide lighting protection and surge suppression meeting ANSI/IEEE C.62.41/C.62.45 Cat A&B. C. The battery subsystem shall be protected by a circuit breaker. 2.4 Battery System A. The battery shall be comprised of extreme temperature, float cycle, GEL VRLA (Valve Regulated Lead Acid)5-year non pro-rated warranty minimum. B. The battery system shall consist of one or more strings (typically two (2) or four (4) batteries per string) of extreme temperature; float cycle GEL VRLA (Valve Regulated Lead Acid) batteries. C. Batteries shall be certified to operate at extreme temperatures from —40°C to +74°C. D. The battery interconnect cables shall connect to the inverter via a single quick-release Anderson Connector. 1. No other connectors are to be used in the battery harness. E. Battery construction shall include heavy-duty, inter-cell connections for low-impedance between cells, and heavy-duty plates to withstand shock and vibration. Page 2 of 5 UNINTERRUPTIBLE POWER SUPPLY—34 41 19.73 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi;Sta°r°nUa°rd,Specifications for Construction F. The top cover shall use tongue and groove construction and shall be epoxied or heat-sealed to the battery case for maximum strength and durability. G. The battery shall function if laid on its side without the leakage of chemicals and be so designed. H. An integral lifting handle should be provided on the batteries for ease of removal/installation. I. An electronic "Battery Manager" shall be included to monitor and protect the batteries by spreading the charge voltage equally across all the batteries in the string, ensuring that every battery is properly charged. 1. This will ensure an ideal voltage across each battery optimizing life and runtime. 2.5 Electrical Specifications A. Input Specifications 1. Nominal input voltage shall be 120 VAC single phase. 2. Input voltage range shall be +15 to-20%of nominal (85 to 173). 3. Input frequency shall be 60Hz±3Hz (5%). 4. Input frequency slew rate shall be 3 Hz per second maximum. 5. Input configuration shall be two (2)wire (Hot and Neutral) plus ground. 6. BBS shall wait a minimum of five (5) seconds (user programmable) before returning to normal mode of operation upon restoration of input power. a. This value may be programmable within the unit via software provided with the unit. 7. Input protection shall be Single pole circuit breaker. 8. Power connection shall be Hard-wired (terminal block). 9. All components, terminations, terminal blocks relays etc. shall be fully accessible. 10. Inverter connections shall be made on terminal blocks or shall be of the quick disconnecting type for ease of maintenance. Harnesses shall be terminated on the terminal blocks. B. Output Specifications 1. Power rating (continuous) shall be minimum 1100W/VA, single phase 120 VAC. 2. Output power rating shall be the same regardless of whether or not the BBS is in normal mode or emergency mode of operation. 3. Nominal output voltage shall be 120 VAC ±10% no load to full load, ±5% high line to low line. 4. Output configuration shall be two (2)wire (Hot& Neutral) plus ground. 5. Power Conditioning Common Mode shall be-120 dB, Normal-Mode: -60dB. 6. Grounding shall be single point ground. 7. Output frequency shall be 60Hz±3 Hz when synchronized with the input power. 8. 60Hz±0.5Hz when BBS is running on internal clock. 9. Output wave shape shall be TRUE Sine Wave. 10. Output voltage distortion with 100% linear load shall be 10% max THD with any single harmonic no greater than 5%. 11. Transfer Time shall be less than 10ms. 12. Overload capability shall be 110%for ten (10) minutes, 150% surge. 13. BBS Fault Condition shall withstand a short circuit on the output with no damage. 14. Customer Connection shall be terminal block input and output. a. Terminal block or lug shall accommodate a #6 thru #10 AWG copper wire and shall be clearly labeled Line & Load. 2.6 Battery Specifications A. DC bus voltage shall be 48 VDC nominal. B. Low battery cutoff shall be 42 volts DC. C. DC under voltage cutoff shall be Battery Manufacturer's recommendations. D. Battery discharge time shall be based on specific battery configuration. E. Engineering to specify the run time's base on actual test data and empirical calculations. F. Times to be based upon an ambient temperature of between 70 and 80 degrees F. G. The charging voltage shall be based upon the ambient temperature within the BBS enclosure. 1. Actual volts per cell shall be determined by best engineering practice to maximize battery life. 2. This setting shall be factory set. 3. Protection shall be circuit breaker. Page 3 of 5 UNINTERRUPTIBLE POWER SUPPLY-34 41 19.73 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi St'a°riwda°yiJ Specifications for Construction 2.7 Fail-Safe Bypass Specification A. Rating 20-amps at 120 VAC. B. Transfer Time shall be 150 milliseconds maximum. C. Power source shall be Line side of the input circuit breaker. 2.8 Monitoring and Meeting Specifications A. Contact rating shall be 125 volts (AC or DC) maximum, 1.00 ampere max, 50 VA/ 30 watts max. B. Contacts shall be Form C. C. Customer connection shall be by Terminal Block. D. LED/LCD Display shall be visible in daylight conditions and have a backlight. 2.9 Reliability and Maintainability A. Mean-Time-Before-Failure (MTBF)shall be 80,000 hours. B. Mission MTBF including bypass switch, is 150,000 hours. C. The BBS shall be designed for ease of maintenance and serviceability. D. All components shall be accessible. PART 3 EXECUTION 3.1 System Description and Operation A. The Traffic Signal UPS shall consist of a power conditioning and interface device, battery charger, inverter, batteries, fail-safe bypass, integral automatic transfer switch, protective devices, and monitoring circuitry as specified herein and all housed in the UPS Cabinet. B. The Traffic Signal UPS shall automatically assure continuity of conditioned and Automatic Voltage Regulated (buck-boost functionality) without switching to the batteries to keep the operating load voltage between 85-173VAC. C. Continuity of conditioned, Automatic Voltage Regulated power to the critical load shall be maintained when input power is lost and until input power returns within specifications or until the batteries have been discharged. D. In the instance of a power outage lasting longer than the UPS is capable of supplying power in standby mode, the UPS system shall be capable of automatically qualifying power and returning to normal mode of operation when line power returns. E. The UPS and the Batteries must be hot swappable. 1. There shall be no disruption of the Traffic Signal when removing the UPS or batteries for maintenance. F. The Inverter shall be equipped with an industry standard, I.P. addressable, Ethernet RJ45 port for programming and remote monitoring. G. Programming and communications firmware shall be written to run under Windows XP, 2000 or Vista, and newer Internet browser, Internet Explorer. H. Inverter programming &Alarms shall also have the ability to be monitored via Ethernet using SNMP protocol. I. The unit shall be capable of sending alarms to alert Traffic Operation Center of an incident with the UPS assembly. 3.2 Modes of Operation A. Normal 1. The UPS shall continuously supply power to the critical load. 2. The charger shall supply temperature compensated DC power to the batteries. 3. The charger shall maintain the batteries in a fully charged state even at low input voltage conditions. 4. The batteries shall remain fully charged. B. Emergency 1. Upon failure of the input AC power source, the critical load shall be supplied by the UPS, which shall obtain its power from the batteries through the Automatic Transfer Switch and Inverter. 2. There shall be no interruption or disturbances to the critical load upon failure or restoration of the input AC power source. Page 4 of 5 UNINTERRUPTIBLE POWER SUPPLY—34 41 19.73 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi St'a°riw a°yi1 Specifications for Construction C. Recharge 1. Upon restoration of the input AC power source (prior to complete battery discharge), the UPS shall automatically return to normal operation. 2. If the batteries become completely discharged (batteries have reached the DC cutoff point) the UPS shall automatically restart and resume normal operation including the automatic recharge of the batteries once utility power is restored. D. Fail-safe Bypass Mode 1. In case of UPS failure, the critical load shall continue to operate on utility power. There shall be no disruption of the critical load. E. Downgrade 1. If the batteries are to be taken out of service for maintenance, they shall be disconnected from the UPS by means of a battery circuit breaker and Anderson quick disconnect. 2. The UPS shall continue to function as specified, except for power outage protection and dynamic response characteristics. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance,and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 5 of 5 UNINTERRUPTIBLE POWER SUPPLY—34 41 19.73 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi Startday d Specifications for Construction SECTION 34 41 23.39 RADAR PRESENCE DETECTOR PART1 GENERAL 1.1 Description A. This specification shall govern all work required for the installation of Radar Presence Detector (RPD) that detects vehicles on a roadway via processing of radar electromagnetic waves as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 34 41 19.13 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT 1.3 References The latest edition of the referenced item below shall be used. A. Federal Communications Commission (FCC) B. National Electrical Manufacturers Association (NEMA) C. City of Corpus Christi—Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS. PART2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi — Signalization Standard Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. 3. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. B. Shall not be affected by normal weather and environmental conditions such as rain, wind, snow, dust, etc. 1. Shall not require cleaning and can maintain performance over a wide range of ambient temperatures. C. Shall provide a non-intrusive means of detecting traffic because they can be installed at the side of a roadway. 2.2 Sensor Outputs A. Shall present real-time presence data in ten (10) lanes. B. Shall support a minimum of eight (8)zones. C. The RPD shall support a minimum of four (4) channels. D. Shall support user selectable zone to channel mapping. E. Shall use AND logic to trigger channels when all selected zones are active. F. Shall use OR logic to combine multiple zones to a channel output, and shall have channel output extend and delay functionality. G. The RPD algorithms shall mitigate detections from wrong way or cross traffic. H. The RPD system shall have fail-safe mode capabilities for contact closure outputs if communication is lost. 2.3 Detectable Area A. Detectable Range Page 1 of 7 RADAR PRESENCE DETECTOR—34 41 23.39 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi St'a°riwda°yd Specifications for Construction 1. Shall be able to detect and report presence in lanes with boundaries as close as six-feet(6) from the base of the pole on which the RPD is mounted. 2. Shall be able to detect and report presence in lanes located within the 140 ft. arc from the base of the pole on which the RPD is mounted. B. Field of View 1. Shall be able to detect and report presence for vehicles within a ninety (90) degree field of view. C. Lane Configuration 1. Shall be able to detect and report presence in up to ten (10) lanes. 2. Shall be able to detect and report presence in curved lanes and areas with islands and medians. 2.4 System Hardware A. For each approach to be detected, one RPD corner radar shall be used. B. Acceptable radar detection manufacturer are listed within the City of Corpus Christi Material Products List. 2.5 Maintenance A. The RPD shall not require cleaning or adjustment to maintain performance. B. The RPD shall not rely on battery backup to store configuration information, thus eliminating any need for battery replacement. C. Once the RPD is calibrated, it shall not require recalibration to maintain performance unless the roadway configuration changes. D. The mean time between failures shall be ten (10) years, which is estimated based on manufacturing techniques. 2.6 Physical Properties A. Shall not exceed 4.2 lbs in weight. B. Shall not exceed 13.2 in. by 10.6 in. by 3.3 in. in its physical dimensions. C. All external parts of the RPD shall be ultraviolet resistant, corrosion-resistant, and protected from fungus growth and moisture deterioration. D. Enclosure 1. Shall be enclosed in a Lexan EXL polycarbonate. E. The enclosure shall be classified III" outdoor weather ability in accordance with UL 746C. F. Shall be classified as watertight according to the NEMA 250 standard. G. Shall conform to test criteria set forth in the NEMA 250 standard for type 4X enclosures. Test results shall be provided for each of the following type 4X criteria: 1. External icing (NEMA 250 clause 5.6) 2. Hose-down (NEMA 250 clause 5.7) 3. 4X corrosion protection (NEMA 250 clause 5.10) 4. Gasket (NEMA 250 clause 5.14) H. Shall be able to withstand a drop of up to five-feet (5) without compromising its functional and structural integrity. I. Shall include a connector that meets the MIL-C-26482 specification. The MIL-C-26482 connector shall provide contacts for all data and power connections. 2.7 Electrical A. Shall consume less than 10 W. B. Shall operate with a DC input between 9 VDC and 28 VDC. C. Shall have onboard surge protection. 2.8 Communication Ports A. Shall have two(2)communication ports, and both ports shall communicate independently and simultaneously. B. Shall support the upload of new firmware into the RPD's non-volatile memory over either communication port. C. The RPD shall support the user configuration of the following: 1. Response delay Page 2 of 7 RADAR PRESENCE DETECTOR—34 41 23.39 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi Sta°W°7da°W d,Specifications for Construction 2. Push port D. The communication ports shall support a 9600 bps baud rate. 2.9 Radar Design A. The RPD shall be designed with a matrix of radars. B. Frequency Stability 1. The circuitry shall be void of any manual tuning elements that could lead to human error and degraded performance over time. 2. All transmit modulated signals shall be generated by means of digital circuitry, such as a direct digital synthesizer, that is referenced to a frequency source that is at least 50 parts per million (ppm) stable over the specified temperature range, and ages less than 6 ppm per year. 3. Any up conversion of a digitally generated modulated signal shall preserve the phase stability and frequency stability inherent in the digitally generated signal. 4. Shall not rely on temperature compensation circuitry to maintain transmit frequency stability. 5. The bandwidth of the transmit signal of the RPD shall not vary by more than one-percent (1%) under all specified operating conditions and over the expected life of the RPD. C. Antenna Design 1. Shall be designed on printed circuit boards. 2. The vertical beam width of the RPD at the 6 dB points of the two-way pattern shall be 65 degrees or greater. 3. Shall cover a 90 degree horizontal field of view. 4. The side lobes in the RPD two-way antenna pattern shall be-40 dB or less. D. Resolution 1. Shall transmit a signal with a bandwidth of at least 245 MHz. E. RF Channels 1. Shall provide at least eight (8) RF channels so that multiple units can be mounted in the same vicinity without causing interference between them. F. Verification 1. Shall have a self-test that is used to verify correct hardware functionality. 2. Shall have a diagnostics mode to verify correct system functionality. 2.10 Configuration A. Auto-configuration 1. Shall have a method for automatically defining traffic lanes, stop bars and zones without requiring user intervention. This auto-configuration process shall execute on a processor internal to the RPD and shall not require an external PC or other processor. 2. The auto-configuration process shall work under normal intersection operation and may require several cycles to complete. B. Manual Configuration 1. The auto-configuration method shall not prohibit the ability of the user to manually adjust the RPD configuration. 2. Shall support the configuring of lanes, stop bars and detection zones in one-foot (1) increments. C. Windows® Mobile-based Software 1. Shall include graphical user interface software that displays all configured lanes and the current traffic pattern using a graphical traffic representation. 2. The graphical interface shall operate on Windows Mobile, Windows XP, Windows Vista and Windows 7 and newer in the .NET framework. 3. The software shall support the following functionality: a. Operate over a TCP/IP connection b. Give the operator the ability to save/back up the RPD configuration to a file or load/restore the RPD configuration from a file C. Allow the backed-up sensor configurations to be viewed and edited d. Provide zone and channel actuation display e. Provide a virtual connection option so that the software can be used without connecting to an actual sensor f. Local or remote sensor firmware upgradability Page 3 of 7 RADAR PRESENCE DETECTOR—34 41 23.39 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi° ta°yi°%"w d Specifications for Construction 2.11 Operating Conditions A. Shall maintain accurate performance in all weather conditions, including rain, freezing rain, snow, wind, dust, fog and changes in temperature and light, including direct light on sensor at dawn and dusk. B. RPD operation shall continue in rain up to one-inch (1") per hour. C. Shall be capable of continuous operation over an ambient temperature range of -40°F to 165.2°F. D. Shall be capable of continuous operation over a relative humidity range of 5% to 95% (non- condensing). 2.12 Testing A. FCC 1. Shall be certified by the Federal Communications Commission (FCC) under CFR 47, part 15, section 15.249 as an intentional radiator. 2. The FCC certification shall be displayed on an external label on each RPD according to the rules set forth by the FCC. 3. Shall comply with FCC regulations under all specified operating conditions and over the expected life of the RPD. B. NEMA TS 2-2003 Testing 1. The RPD shall comply with the applicable standards stated in the NEMA TS2-2003 standard. a. Third party test results shall be made available for each of the following tests: (1) Shock pulses of 10 g, 11 ms half sine wave (2) Vibration of 0.5 g up to 30 Hz (3) 300 V positive/negative pulses applied at one pulse per second at minimum and maximum DC supply voltage (4) Cold temperature storage at-49°F for 24 hours (5) High temperature storage at 185°F for 24 hours (6) Low temp, low DC supply voltage at-29.2°F and 10.8 VDC (7) Low temp, high DC supply voltage at-29.2°F and 26.5 VDC (8) High temp, high DC supply voltage at 165.2°F and 26.5 VDC (9) High temp, low DC supply voltage at 165.2°F and 10.8 VDC 2.13 Manufacturing A. The RPD shall be manufactured and assembled in the USA. B. The internal electronics of the RPD shall utilize automation for surface mount assembly, and shall comply with the requirements set forth in IPC-A-610C Class 2, Acceptability of Electronic Assemblies. C. The RPD shall undergo a rigorous sequence of operational testing to ensure product functionality and reliability. D. Testing shall include the following: 1. Functionality testing of all internal sub-assemblies 2. Unit level burn-in testing of forty-eight (48) hours' duration or greater 3. Final unit functionality testing prior to shipment 4. Test results and all associated data for the above testing shall be provided for each purchased RPD by serial number, upon request. 2.14 Support A. The RPD manufacturer shall provide both training and technical support services. B. Training 1. The manufacturer provided training shall be sufficient to fully train installers and operators in the installation, configuration, and use of the RPD to ensure accurate RPD performance. 2. The manufacturer provided training shall consist of comprehensive classroom labs and hands-on, in-the-field, installation and configuration training. 3. Classroom lab training shall involve presentations outlining and defining the RPD, its functions, and the procedures for proper operation. 4. These presentations shall be followed by hands-on labs in which trainees shall practice Page 4 of 7 RADAR PRESENCE DETECTOR—34 41 23.39 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi St'a°riw Specifications for Construction using the equipment to calibrate and configure a virtual RPD. 5. To facilitate the classroom presentation and hands- on labs, the manufacturer provided training shall include the following items: a. Knowledgeable trainer or trainers thoroughly familiar with the RPD and its processes b. Presentation materials, including visual aids, printed manuals and other handout materials for each student C. Computer files, including video and raw data, to facilitate the virtual configuration of the RPD d. Laptop computers or Windows CE handheld devices with the necessary software, and all necessary cables, connectors, etc. e. All other equipment necessary to facilitate the virtual configuration of the RPD 6. Field training shall provide each trainee with the hands- on opportunity to install and configure the RPD at road- side. Training shall be such that each trainee will mount and align the RPD correctly. C. Technical Assistance 1. Manufacturer provided technical support shall be available according to contractual agreements, and a technical representative shall be available to assist with the physical installation, alignment, and configuration of each supplied RPD. 2. Technical support shall be provided thereafter to assist with troubleshooting, maintenance, or replacement of RPDs should such services be required. 2.15 Documentation A. RPD documentation shall include an instructional training guide and a comprehensive user guide as well as an installer quick-reference guide and a user quick-reference guide. B. The RPD manufacturer shall supply the following documentation and test results at the time of the bid submittal: 1. FCC CFR 47 certification (frequency compliance) 2. IED 6100-4-5 class 4 test report (surge) 2.16 Warranty A. Shall be warranted free from material and workmanship defects for a period of two (2)years from date of shipment. 2.17 Cabling A. The cable end connector shall meet the MIL-C-26482 specification and shall be designed to interface with the appropriate MIL-C-26482 connector. B. The connector back shell shall be an environmentally sealed shell that offers excellent immersion capability. C. All conductors that interface with the connector shall be encased in a single jacket, and the outer diameter of this jacket shall be within the back shell's cable O.D. range to ensure proper sealing. D. The back shell shall have a strain relief with enough strength to support the cable slack under extreme weather conditions. E. The cable shall be terminated only on the two farthest ends of the cable. F. The cable length shall not exceed 2000 ft for the operational baud rate of RS-485 communications (9.6 Kbps). G. If 12 VDC is being supplied for the RPD then the cable length shall not exceed 110 ft. H. If 24 VDC is being supplied for the RPD then the cable length shall not exceed 600 ft. I. Both communication and power conductors can be bundled together in the same cable as long as the above- mentioned conditions are met. 2.18 In Cabinet Interface Equipment A. The RPD shall be installed using a Preassembled Traffic Cabinet Back plate or an equivalent that provides input power surge suppression, sensor cable surge suppression, AC to DC power conversion (if necessary), and terminal blocks. 1. The surge protection devices shall meet or exceed the EN 61000-4-5 Class 4 specifications. Page 5 of 7 RADAR PRESENCE DETECTOR—34 41 23.39 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi;Sta°r°Wda°w d,Specifications for Construction 2.19 Power Supply A. If needed, the RPD shall be installed using a manufacturer supplied device or an equivalent AC to DC power converter that meets the following specifications: 1. The power converter shall be power rated at 48 W for temperatures less than 140°F with a 5% power decrease for each degree increase up to 158°F. 2. The power converter shall operate in the temperature range of to -29.2°F to 165.2°F. 3. The power converter shall operate in the humidity range of 5% to 95% at 77°F non- condensing. 4. The power converter shall accept an input voltage of 85 to 264 VAC or 120 to 370 VDC. 5. The power converter shall operate at an input frequency of 47 Hz to 63 Hz. 6. The power converter shall produce an output voltage of 24 VDC ±4%. 7. The power converter shall withstand a voltage across its input and output of 2 kV. a. The power converter shall withstand a voltage across its input and ground of 1.5 kV. 8. The power converter shall conform to safety standards UL 60950 and EN 60950. 9. The power converter shall conform to EMC standards EN 55022 Class B and EN 61000- 3-2, 3. 10. In brown-out conditions (i.e. < 85 VAC input), the output voltage of the power converter shall be less than 1 VDC. 11. The terminal blocks shall be color-coded insulation displacement terminal blocks. 12. The terminal blocks shall be prewired to the other in cabinet equipment so that no wiring other than cable terminations, connecting input power and connecting input file cards shall be required during installation. 2.20 Input File Cards A. Shall meet the following: 1. The input file cards shall be compatible with 170, 2070, NEMA TS 1, and NEMA TS 2 style input racks. 2. The input file card shall translate data packets from the RPD into contact closure outputs. 3. The input file card shall support presence detection. 4. The input file card shall receive data packets over an RS-485 bus at a baud rate of 9600 bps. 5. The input file card shall auto baud and auto-detect an RPD over wired and wireless communication channels that have a maximum latency of 500 ms. 6. The input file card shall comply with the NEMA TS 2-1998 Traffic Controller Assemblies with NTCIP Requirements (Section 2.8 specification). PART 3 EXECUTION 3.1 General A. Shall be installed as recommended by the manufacturer and as indicated on the Drawings or by the Owner. 3.2 Mounting and Installation A. Mounting Assembly 1. Shall be mounted directly onto a mounting assembly fastened to a mast arm, pole or other solid structure. 2. The RPD mounting assembly shall provide the necessary degrees of rotation to ensure proper installation. 3. The RPD mounting assembly shall be constructed of weather-resistant materials and shall be able to support a twenty-pound (20-Ib) load. B. Mounting Location 1. Shall be mounted at a height that is within the manufacturer's recommended mounting heights. 2. The RPD shall be mounted at an offset from the first lane that is consistent with the RPD's minimum offset. 3. The RPD shall be mounted so that at least twenty-feet (20) along the farthest lane to be monitored is within the field view of the RPD. 4. The RPD shall be mounted with its cable connector down and shall be tilted so that the RPD is aimed at the center of the lanes to be monitored. Page 6 of 7 RADAR PRESENCE DETECTOR-34 41 23.39 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC March 19, 2019 City of Corpus Christi St°a°W°1d'a°iW Specifications for Construction a. Typically, the RPD is tilted off of vertical by 20-30 degrees. 5. The RPD shall be mounted on a vertical signal pole or on the horizontal mast arm. 6. The RPD shall be mounted so that its field of view is not occluded by poles, signs or other structures. 7. RPDs that are mounted within twenty-feet (20) of each other or that are monitoring the same intersection shall be configured to operate on different RF channels regardless of the pointing direction of the RPDs. 8. It is recommended that the manufacturer be consulted to verify final RPD placement if the RPD is to be mounted near large planar surfaces(sound barrier, building, parked vehicles, etc.)that run parallel to the monitored roadway. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance,and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 7 of 7 RADAR PRESENCE DETECTOR—34 41 23.39 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Corpus Christi Draft Specification for Construction June 7,2016 Item 416 Drilled Shaft Foundations 1 DESCRIPTION Construct foundations consisting of reinforced or non-reinforced concrete drilled shafts. 2. MATERIALS Use materials that meet the requirements of the following Items. ■ Item 421,"Hydraulic Cement Concrete," ■ Item 440,'Reinforcement for Concrete,"and ■ Item 448,"Structural Field Welding." Use concrete for drilled shafts that meets the requirements of Table 1 unless otherwise shown on the plans. Table 1 Concrete for Drilled Shafts Drilled Shaft Type Concrete Non-reinforced Class A Reinforced Class C Slurry and underwater concrete placement Class SS Use coarse aggregate Grade 4,5,or 6 for drilled shaft concrete in reinforced drilled shafts.Grade 2 or 3 may be used if the shaft is dry and reinforcing steel has a 5 in.minimum clear spacing. Use a water-reducing,retarding admixture in accordance with DMS-4640,"Chemical Admixtures for Concrete,"in all concrete when using casing that will be pulled or when placing shafts underwater or under slurry. Use concrete with slump that meets the requirements of Table 2 as determined by Tex-415-A. Table 2 Slumo R irmn Minimum Acceptable Recommended Design Maximum Acceptable Placement Placement Slump, and Placement Slump, Placement Slump, Type in. in. in. Underwater and 7 8 9 under slurry Perform a slump loss test in accordance with Tex-430-A before beginning work when casing is to be pulled or concrete is to be placed underwater or under slurry. Provide concrete that will maintain a slump of at least 4 in.throughout the entire anticipated time of concrete placement.Time of concrete placement is described in Section 416.3.6.,"Concrete,"and Section 416.3.7.,"Additional Requirements for Slurry Displacement or Underwater Concrete Placement Methods."Note the temperature of the concrete mix at the beginning of the slump loss test. Place the concrete if its temperature at the time of placement into the drilled shaft is no more than 10°F higher than the slump loss test temperature. Use ice or other concrete cooling ingredients to lower concrete temperature,or run additional slump loss tests at the higher temperatures.Slump loss testing will be waived if anticipated time of concrete placement is less than 90 minutes. Use mineral drilling slurry that meets the requirements of Table 3,as determined by Tex-130-E. Determine pH of slurry by Tex-1 28-E or pH paper strips. Item 416 Drill Shaft Page. 1 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Corpus Christi Draft Specification for Construction June 7,2016 Table 3 Mineral Slurry Requirements Before Introduction Sampled from the Bottom of the into the Excavation Excavation before Concreting Specific Sand H Specific Viscosity Sand Gravity Content p Gravity (sec.) Content <1.10 <1% 8-11 <1.15 <45 <4% Use mineral slurry consisting of processed bentonite or attapulgite clays mixed with clean fresh water. Do not use partially hydrolyzed polyacrylamide(PHPA)polymeric slurry or any blended mineral-polymer slurry. If approved,water may be used as the drilling fluid.In this case,all of the provisions of Table 3 must be met except that the maximum specific gravity is not to exceed 1.12. Sample slurry from the bottom of the hole,before placing concrete,and test it in accordance with Tex-130-E. Use a pump or air lift to remove slurry that does not meet the requirements of Table 3 while adding fresh clean slurry to the top of the hole to maintain the slurry level.Continue this operation until the slurry sampled from the bottom of the hole meets the requirements. 3. CONSTRUCTION Submit Drilled Shaft installation plan for review no later than one month before drilled shaft construction. Include the following in the plan: ■ Name and experience record of the drilled shaft superintendent who will be in charge of drilled shaft operations for this project. ■ List of proposed equipment to be used,including cranes,drills,augers,bailing buckets,final cleaning equipment,desanding equipment,slurry pumps,core sampling equipment,tremies or concrete pumps, casing,etc. ■ Details of overall construction operation sequence and the sequence of shaft construction in bents or groups. ■ Details of shaft excavation methods. ■ When the use of slurry is anticipated,details of the slurry mix design and its suitability for the subsurface conditions at the construction site,mixing and storage methods,maintenance methods and disposal procedures. ■ Details of methods to clean the shaft excavation. ■ Details of reinforcement placement,including support and centralization methods. ■ Details of concrete placement,including proposed operational procedures for free fall,tremie or pumping methods. ■ Details of casing installation and removal methods. The installation plan will be reviewed for conformance with the plans,specifications and special provisions. The Contractor will be notified within 14 days of receipt of the installation plan of any additional information required and/or changes necessary to meet the contract requirements.All procedural approvals given will be subject to trial in the field and will not relieve the Contractor of the responsibility to satisfactorily complete the work as detailed in the plans and specifications. Place the shaft to within the following tolerances: ■ Vertical plumbness-1 in.per 10 feet of depth. ■ Center of shaft located under column-1 in.of horizontal plan position. ■ Center of shaft located under footing-3 in.of horizontal plan position. Complete the embankment at bridge ends before installing drilled shafts that pass through the fill. Refer to Item 423,'Retaining Walls,"for provisions for drilled shafts passing through the structural volume of retaining walls. Item 416 Drill Shaft Page.2 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Corpus Christi Draft Specification for Construction June 7,2016 3.1. Excavation.The plans indicate the expected depths and elevations for encountering satisfactory bearing material.Excavate as required for the shafts through all materials encountered to the dimensions and elevations shown on the plans or required by the site conditions. Removal of man-made obstructions not shown on the plans will be paid for in accordance with Article 9.7.,"Payment for Extra Work and Force Account Method."Adjust the bottom of the shaft or alter the foundation if satisfactory founding material is not encountered at plan elevation,as approved to satisfactorily comply with design requirements. Blasting is not allowed for excavations. Stop drilling if caving conditions are encountered,and adopt a construction method that stabilizes the shaft walls. Do not excavate a shaft within 2 shaft diameters(clear)of an open shaft excavation,or one in which concrete has been placed in the preceding 24 hr. Dispose of material excavated from shafts and not incorporated into the finished project in accordance with the plans and with federal,state,and local laws. Provide suitable access, lighting, and equipment for proper inspection of the completed excavation and checking the dimensions and alignment of shafts excavation. 3.2. Core Holes.Take cores to determine the character of the supporting materials if directed. Use a method that will result in recovery of an intact sample adequate for judging the character of the founding material.Such cores should be at least 5 ft.deeper than the proposed founding grade or a depth equal to the diameter of the shaft,whichever is greater.Take these cores when the excavation is complete. 3.3. Casing.Use casing when necessary to prevent caving of the material,to exclude ground water,when slurry is used for hole stabilization,or when required as part of the Contractor's Safety Plan.Provide casing with an outside diameter not less than the specified diameter of the shaft.The portion of shaft below the casing may be as much as 2 in.smaller than the specified shaft diameter. No extra compensation will be made for concrete required to fill an oversized casing or oversized excavation.Use casing strong enough to withstand handling stresses and pressures of concrete and of the surrounding earth or water,and that is watertight, smooth,clean,and free of accumulations of hardened concrete. Use construction methods that result in a minimal amount of disturbed soil being trapped outside the casing. This does not apply to temporary undersized casings used to protect workers inside shafts or to drilled shafts designed for point bearing only. Leave casing in place only if authorized or shown on the plans.Extract casing only after placing the concrete to an appropriate level.Maintain sufficient concrete in the casing at all times to counteract soil and water pressure. Rotate or move the casing up or down a few inches if necessary before and during concrete placement to facilitate extraction of the casing. 3.4. Requirements for Slurry Displacement Method.When soil conditions warrant,use the slurry displacement method to construct drilled shafts unless otherwise shown on the plans.Use this method to support the sides of the excavation with processed mineral slurry that is then displaced by concrete to form a continuous concrete shaft. Install surface casing to a minimum of 10 ft. below existing ground before introducing slurry. Do not use casing other than surface casing. Do not use surface casing longer than 20 ft. without approval. Do not extract the surface casing until after placing the concrete. Pre-mix slurry in a reservoir with enough capacity to fill the excavation and for recovery of the slurry during concrete placement. Do not mix slurry in the shaft excavation or other hole.Allow adequate time for hydration of the slurry before introduction into the excavation. Maintain a head of slurry in the shaft excavation at or near ground level or higher,as necessary,to counteract ground water pressure during and after drilling. Item 416 Drill Shaft Page.3 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Corpus Christi Draft Specification for Construction June 7,2016 Use an air lift or proper size cleanout bucket,just before placing reinforcing steel,to remove any material that may have fallen from the sides of the excavation or accumulated on the bottom after the completion of drilling.Use a cleanout bucket if material is too large to be picked up with an air lift. Re-process the hole with the auger as directed if concrete placement is not started within 4 hr.of the completion of the shaft excavation.Then clean the bottom with an air lift or cleanout bucket,and check the slurry at the bottom of the hole for compliance with the slurry requirements of Article 416.2.,"Materials." Agitate the congealed slurry to liquefaction if the slurry forms a gel before concrete placement,and whenever directed. Recover and dispose of all slurry as approved,and in accordance with all federal,state,and local laws. Do not discharge slurry into or in close proximity to streams or other bodies of water. 3.5. Reinforcing Steel.Completely assemble the cage of reinforcing steel,and place it as a unit immediately before concrete placement.The cage consists of longitudinal bars and lateral reinforcement(spiral reinforcement,lateral ties,or horizontal bands).Connect individual segments with couplers or by lapping steel as approved if overhead obstacles prevent placement of the cage as a single unit. Extend the reinforcing steel cage as follows if the shaft is lengthened beyond plan length unless directed otherwise. ■ Extend the cage to the bottom for shafts supporting structures other than bridges. ■ Extend the cage to 25 ft.or to the bottom,whichever is shorter,for bridge shafts with plan lengths less than 25 ft. ■ Do not extend the cage for bridge shafts with plan lengths at least 25 ft.that are lengthened less than 33%of plan length. ■ Extend the cage as directed for bridge shafts with plan lengths at least 25 ft.that are lengthened more than 33%of plan length. If the cage does not reach the bottom of the shaft,it may be suspended,or a portion of the longitudinal steel may be extended to support the cage on the bottom of the shaft. Bars used to extend or support the cage may be lap spliced or welded by a qualified welder. Place the extension at the bottom of the shaft. Tie spiral reinforcement to the longitudinal bars at a spacing no more than 24 in.,or as required for a stable cage.Ensure lateral reinforcement is not welded to longitudinal bars unless otherwise shown on the plans. Center the reinforcing steel cage in the excavation using approved"roller'type centering devices unless otherwise approved. Use concrete or plastic chairs to keep the reinforcing cage off of the bottom of the hole. Use centering devices starting at 1.5 ft.off from the bottom of the cage and spaced vertically at intervals not exceeding 10 ft.Use a minimum of 3 centering devices per level at a spacing not to exceed 30 in.Flat or crescent-shaped centralizers("sleds")are not allowed. Support or hold down the cage to control vertical displacement during concrete placement or extraction of the casing.Use support that is concentric with the cage to prevent racking and distortion of the steel. Check the elevation of the top of the steel cage before and after concrete placement or after casing extraction when casing is used.Downward movement of the steel up to 6 in.per 20 feet of shaft length and upward movement of the steel up to 6 in.total are acceptable. Maintain the minimum length of steel required for lap with column steel. Use dowel bars if the proper lap length is provided both into the shaft and into the column. Locate and tie all dowel bars into the cage before placing concrete or insert dowel bars into fresh,workable concrete. Locate and tie anchor bolts when required before placement of concrete. Use templates or other devices to assure accurate placement of anchor bolts. Item 416 Drill Shaft Page.4 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Corpus Christi Draft Specification for Construction June 7,2016 3.6. Concrete.Perform all work in accordance with Item 420,"Concrete Substructures."Provide concrete with maximum placement temperatures as specified in Table 4.Provide thermal analysis to show and temperature recording devices to verify maximum core temperature requirements are met as specified in Section 420.4.7.14.,"Mass Placements,"as directed. Table 4 Maximum Concrete Placino Temperature Shaft Mix Design Mix Design Size Options 1-5 Options 6-8 7 ft.<Diameter 85oF 75 OF Form portions of drilled shaft that project above natural ground. Remove loose material and accumulated seep water from the bottom of the excavation before placing concrete. Place concrete using underwater placement methods if water cannot be removed. Place concrete as soon as possible after all excavation is complete and reinforcing steel is placed.Provide workable concrete that does not require vibrating or rodding.Vibrate formed portions of drilled shafts. Place concrete continuously for the entire length of the shaft. Limit free fall of concrete to 25 ft.for dry shafts of 24 in.or smaller diameter. Use a suitable tube or tremie to prevent segregation of materials. Use a tube or tremie in sections to provide proper discharge and permit raising as the placement progresses.For dry shafts over 24 in.diameter,concrete can be allowed to free fall an unlimited distance if it does not strike the reinforcing cage or sides of the hole during placement. Provide a hopper with a minimum 3-ft.long drop-tube at the top of the shaft to direct concrete vertically down the center of the shaft when free fall is used. Do not use a shovel or other means to simply deflect the concrete discharge from the truck. Maintain a sufficient head of concrete for cased shafts at all times above the bottom of the casing to overcome hydrostatic pressure. Extract casing at a slow,uniform rate with the pull in line with the axis of the shaft.Monitor the concrete level in the casing during extraction.Stop the extraction and add concrete to the casing as required to ensure a completely full hole upon casing removal.The elapsed time from the mixing of the first concrete placed into the cased portion of the shaft until the completion of extraction of the casing must not exceed the time for which the concrete maintains a slump of over 4 in.in accordance with Article 416.2.,"Materials."Modify the concrete mix,the construction procedures,or both for subsequent shafts if the elapsed time is exceeded. Cure the top surface and treat any construction joint area in accordance with Item 420,"Concrete Substructures." 3.7. Additional Requirements for Slurry Displacement or Underwater Concrete Placement Methods. Place concrete on the same day the shaft is excavated and as soon as possible after all excavation is complete and reinforcing steel is placed.Use an air lift or cleanout bucket of the proper size to clean the bottom of the excavation before placing the reinforcing steel cage and concrete. Place concrete through a closed tremie or pump it to the bottom of the excavation.The minimum tremie diameter will be at least 6 times the maximum size of aggregate used in the concrete mix but not less than 10 in. Initially seal the tremie or pump line to positively separate the concrete from the slurry or water. Place concrete continuously from the beginning of placement until the shaft is completed. Keep the tremie full of concrete and well submerged in the previously placed concrete at all times if using a tremie.Raise the tremie as necessary to maintain the free flow of concrete and the stability of any casing used. Keep the discharge tube submerged in the previously placed concrete at all times if using a pump.Place additional concrete to ensure the removal of any contaminated concrete at the top of the shaft.Allow the top portion of concrete to flush completely from the hole at the completion of the pour until there is no evidence of slurry or water contamination. Do not attempt to remove this concrete with shovels,pumps,or other means. Level the top of shaft with hand tools as necessary. Use a sump or other approved method to channel displaced fluid and concrete away from the shaft excavation. Recover slurry and dispose of it as approved.Do not discharge displaced fluids into or near Item 416 Drill Shaft Page.5 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Corpus Christi Draft Specification for Construction June 7,2016 streams or other bodies of water.Provide a collar or other means of capturing slurry and the top portion of concrete flushed from the shaft for pours over water. Remove the tube,reseal it at the bottom,penetrate with the tube into the concrete already placed by at least 5 ft.,and recharge it before continuing if concrete placement is interrupted due to withdrawal of the submerged end of the tremie or pump discharge tube before completion.If this condition exists,notify the Engineer and note the elevation and circumstances related to the loss of seal on the drilled shaft log. The elapsed time from the mixing of the first concrete placed until the completion of concrete placement, including extraction of the casing,must not exceed the time for which the concrete maintains a slump of over 4 in.in accordance with Article 416.2.,"Materials."Modify the concrete mix,the construction procedures,or both for subsequent shafts if the elapsed time is exceeded. 3.8. Test Load.Load test shafts,if required,in accordance with Item 405,"Foundation Load Test." 3.9. Trial Shaft.When required on the plans,construct trial shafts to the depth and diameter specified on the plans.Trial shafts include:drilling the hole,placement of the rebar cage(unless otherwise stated),and placement of the concrete.When trial shafts are required,delay start of production shafts until successful completion of trial shafts. 4 MEASUREMENT 4.1. Drilled Shaft. Drilled shaft foundations will be measured by the foot to the bottom of the shaft. 4.1.1. Interior Bents and Piers.Shafts will be measured from a point approximately 6 in.below the finished earthwork elevation at the center of each shaft,unless specific elevations or dimensions are indicated on the plans or unless otherwise directed to meet unusual conditions.The bent height shown on the plans is for estimating purposes only and does not control the top-of-shaft measurement. 4.1.2. Abutment Bents and Retaining Walls.Shafts will be measured from the bottom of footing or cap elevation. 4.1.3. Other Non-Bridge Structures.Shafts,including trial shafts,will be measured from the top of the shaft. 4.2. Core Hole.Core holes will be measured by each core hole drilled. 5 PAYMENT The unit prices bid for the various classifications of drilled shafts will be full compensation for excavation; furnishing,placing,and removing casing;furnishing,processing,and recovering slurry;furnishing,and placing reinforcing steel;pumping;furnishing and placing concrete,including additional concrete required to fill an oversize casing or oversize excavation;conducting slump loss tests;backfilling;disposing of cuttings and slurry;and materials,tools,equipment,labor,and incidentals. When the bottom of a drilled shaft is placed at an elevation below plan grade,no direct payment will be made for extra reinforcement placed to support the cage.The extra reinforcement will be considered subsidiary to the price bid per foot of shaft. No extra payment will be made for casings left in place. No payment will be made for"Drilled Shaft"until the concrete has been placed. 5.1. Drilled Shaft.The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement'will be paid for at the unit price bid for"Drilled Shaft,""Drilled Shaft (Non-reinforced),""Drilled Shaft(Sign Mounts),""Drilled Shaft(High Mast Pole),""Drilled Shaft(Roadway Illumination Pole),"or"Drilled Shaft(Traffic Signal Pole)"of the specified diameter,subject to the limitations for overruns authorized by the Engineer given in Section 416.5.1.1.,"Overrun." Item 416 Drill Shaft Page.6 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Corpus Christi Draft Specification for Construction June 7,2016 5.1.1. Overrun.Payment for individual completed shaft lengths up to and including 5 ft.in excess of the maximum plan length shaft,as defined in Section 416.5.1.2.,"Maximum Plan Length Shaft,"will be made at the unit price bid per foot of the specified diameter. Payment for the portion of individual completed shaft length in excess of 5 ft.and up to and including 15 ft. more than the maximum plan length shaft,as defined in this Item,will be made at a unit price equal to 115% of the unit price bid per foot of the specified diameter. Payment for the portion of individual completed shaft length in excess of 15 ft.more than the maximum plan length shaft,as defined in Section 416.5.1.2.,"Maximum Plan Length Shaft,"will be made at a unit price equal to 125%of the unit price bid per foot of the specified diameter. 5.1.2. Maximum Plan Length Shaft.Payment described above is subject to the following provisions for extra depth drilling: ■ For bridge structures,the maximum plan length shaft is the maximum length shaft,regardless of diameter,for any drilled shaft on that specific bridge. ■ For retaining walls,the maximum plan length shaft is the maximum length shaft,regardless of diameter, for any drilled shaft on that specific retaining wall. ■ For overhead sign structures,the maximum plan length shaft is the maximum length shaft,regardless of diameter,for any overhead sign structures included in the Contract. ■ For high mast illumination poles,the maximum plan length shaft is the maximum length shaft, regardless of diameter,for any high mast illumination pole included in the Contract. ■ For roadway illumination poles,the maximum plan length shaft is the maximum length shaft,regardless of diameter,for any roadway illumination pole included in the Contract. ■ For traffic signal poles,the maximum plan length shaft is the maximum length shaft,regardless of diameter,for any traffic signal pole included in the Contract. 5.2. Core Hole.Core holes will be paid at$200 each. Item 416 Drill Shaft Page.7 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Corpus Christi Draft for Specification June 7,2016 Item 476 Jacking, Boring, or Tunneling Pipe or Box 1 DESCRIPTION Furnish and install pipe or box by jacking,boring,or tunneling. 2. MATERIALS Use the following types of pipe or box: ■ corrugated metal pipe meeting Item 460,"Corrugated Metal Pipe,"of the size,type,design,and dimension shown on the plans; ■ reinforced concrete pipe meeting the special requirements for jacking,boring,or tunneling of Item 464, "Reinforced Concrete Pipe,"of the size,strength,and dimension shown on the plans; ■ reinforced concrete box meeting Item 462,"Concrete Box Culverts and Drains,"of the size and type shown on the plans;or ■ Other types specified by the plans. 3. CONSTRUCTION Excavate suitable shafts or trenches for conducting the jacking,boring,or tunneling operations and for placing end joints of the pipe or box if the grade at the jacking,boring,or tunneling end is below the ground surface.Maintain a 3:1 slope from edge of pavement on the shaft side of the road unless otherwise shown or directed.Provide a positive barrier when the shaft location is within the clear zone of the roadway. Protect excavations deeper than 5 ft.as specified in Item 402,"Trench Excavation Protection,"or Item 403, "Temporary Special Shoring." Install pipe or box so there is no interference with the operation of street,highway,railroad,or other facility and no embankment or structure is weakened or damaged. Repair any pipe or box damaged in jacking,boring,or tunneling.Remove and replace any pipe or box damaged beyond repair at the Contractor's expense. Backfill shafts or trenches excavated to facilitate jacking,boring,or tunneling immediately after installation of pipe or box. 3.1. Jacking.Provide jacks suitable for forcing the pipe or box through the embankment. Use even pressure to all jacks during operation. Provide a suitable jacking head and suitable bracing between the jacks and the jacking head to apply uniform pressure around the ring of the pipe or circumference of the box.Use joint cushioning of plywood or other approved material. For plywood cushioning material,use 1/2-in.minimum thickness for pipe diameter 30 in.or less,and use 3/4-in.minimum thickness for pipe diameter greater than 30 in. Use 3/4-in.minimum thickness for all boxes. Use cushioning rings of single or multiple pieces. Provide a suitable jacking frame or backstop.Set the pipe or box to be jacked on guides that support the section of the pipe or box,and direct it on the proper line and grade.Place the entire jacking assembly in line with the direction and grade of the pipe or box. In general,excavate the embankment material just ahead of the pipe or box,remove the material through the pipe or box,and force the pipe or box through the embankment with jacks into the space bored or tunneled. Furnish a plan showing the proposed method of jacking for approval.Include the design for the jacking head, jacking support or backstop(thrust block),arrangement and position of jacks,and guides in the plan. Item 476 Jacking,Boring,or Tunneling Pipe or Box Page. 1 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Corpus Christi Draft for Specification June 7,2016 Ensure excavation for the underside of the pipe for at least 1/3 of the circumference of the pipe conforms to the contour and grade of the pipe.Ensure the excavation for the bottom slab of the box conforms to the grade of the box.Over-excavate,if desired,to provide no more than 2 in.of clearance for the upper portion and sides of the pipe or box.Taper this clearance to zero at the point where the excavation conforms to the contour of the pipe or box.Carry out jacking without interruption to prevent the pipe from becoming firmly set in the embankment.Monitor volume of soil excavated to avoid any appreciable over excavation.Pressure- grout any over excavation of more than 1 in.Pressure-grout between the carrier pipe and casing when shown on the plans. The distance the excavation extends beyond the end of the pipe or box must not exceed 2 ft.Decrease this distance as necessary to maintain stability of the material being excavated. Jack the pipe or box from the low or downstream end.The final position of the pipe or box must not vary from the line and grade shown on the plans by more than 1 in.in 10 ft.Variation must be regular and in one direction,and the final flow line must be in the direction shown on the plans. Use a shield or cutting edge of steel plate around the head end of the pipe or box extending a short distance beyond the end if desired.The minimum distance for parallel pipe or box jacking or tunneling is 3 ft.or 2 times the diameter of the pipe or width of box,whichever is greater,unless otherwise shown on the plans. 3.2. Boring or Tunneling.Bore from a shaft in an approved location provided for the boring equipment and workmen. Dispose of excavated material using an approved method.Use water or other appropriate drilling fluids in connection with the boring operation only as necessary to lubricate cuttings and pipe or box;do not use jetting. Use a gel-forming colloidal drilling fluid consisting of high-grade, carefully processed bentonite to consolidate cuttings of the bit in unconsolidated soil formations. Seal the walls of the bore hole and furnish lubrication for subsequent removal of cuttings and immediate installation of the pipe. Allowable variations from line and grade are specified in Section 476.3.1.,"Jacking."Pressure-grout any over excavation of more than 1 in. 3.2.1. Larger Diameter Boring Methods.Use the pilot hole or auger method for drainage and large utility borings. Pressure-grout any over excavation of more than 1 in.Pressure-grout between the carrier pipe and casing when shown on the plans. 3.2.1.1. Pilot Hole Method.Bore a 2-in.pilot hole the entire length of the crossing,and check it for line and grade during the boring or tunneling operation on the opposite end of the bore from the work shaft.This pilot hole will serve as centerline for the larger diameter hole to be bored. 3.2.1.2. Auger Method. Use a steel encasement pipe of the appropriate diameter equipped with a cutter head to mechanically perform the excavation. Use augers of large enough diameter to convey the excavated material to the work shaft. 3.2.2. Electrical and Communication Conduit Boring.Limit over excavation to the dimensions shown in Table 1 for electrical and communication conduit borings.Increased boring diameters will be allowed for outer diameters of casing and couplings. Pressure-grouting will not be required for electrical and communication conduit borings. Item 476 Jacking,Boring,or Tunneling Pipe or Box Page.2 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Corpus Christi Draft for Specification June 7,2016 Table 1 Allowable Bore Diameter for Electrical or Communication Conduit or Casino Sinale CorduitBr Multiple n Bores Conduit Size Maximum Allowable Conduit Size Maximum Allowable ton.) Bore Bore 2 4 4 6 3 6 5 8 4 6 6 10 6 10 7 12 8 12 1.The diameter of multiple conduits is the sum of the outside diameter of the 2 largest conduits for placement of up to 4 conduits in one bore.Submit boring diameters for the Engineer's approval when more than 4 conduits are to be placed in a bore. 3.3. Tunneling.Use an approved tunneling method where the characteristics of the soil,the size of the proposed pipe,or the use of monolithic pipe would make the use of tunneling more satisfactory than jacking or boring, or when shown on the plans. Ensure the lining of the tunnel is strong enough to support the overburden when tunneling is permitted. Submit the proposed liner method for approval.Approval does not relieve the Contractor of the responsibility for the adequacy of the liner method. Pressure-grout the space between the liner plate and the limits of excavation. Pressure-grout between the carrier pipe and liner plate when shown on the plans. 3.4. Joints.Make joints by field bolting or connecting bands,whichever is feasible if corrugated metal pipe is used.Make the joints in accordance with Item 464,"Reinforced Concrete Pipe,"if reinforced concrete pipe is used.Make the joints in accordance with Item 462, "Concrete Box Culverts and Drains,"if reinforced concrete box is used. 4. MEASUREMENT This Item will be measured by the foot between the ends of the pipe or box along the flow line. This is a plans quantity measurement Item.The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2.,"Plans Quantity Measurement."Additional measurements or calculations will be made if adjustments of quantities are required. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement"will be paid for at the unit price bid for"Jacking,Boring,or Tunneling Pipe"of the type,size, and class specified;or"Jacking,Boring,or Tunneling Pipe"of the type,size,and design specified;or "Jacking or Tunneling Box Culvert"of the size specified. This price is full compensation for excavation,grouting,backfilling,and disposal of surplus material; furnishing pipe,box,and pipe liner materials required for tunnel operations;preparation,hauling,and installing of pipe,box,and pipe liner materials;and materials,tools,equipment,labor,and incidentals. Protection methods for open excavations deeper than 5 ft.will be measured and paid for as required under Item 402,"Trench Excavation Protection,"or Item 403,"Temporary Special Shoring." Item 476 Jacking,Boring,or Tunneling Pipe or Box Page.3 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC City of Corpus Christi Approved Product Data Sheet 1. (EDI Eberle Design Inc.) - SmartMonitor- MMU2-16LEip with 10-100 Mb... 2. Alpha FXM2000-BBU 3. AS-0150 Large Cap ,�. Cisco RE�rmgED mndustriam Ethernet 20�Po���gE��:000 Se�ies 5itches�datasheet 0�;g620 5. Duralight -JXM-40OVIElL Series Countdown Pedestrian Lamps 6, . . SWgYW 7. Econolite - NEMA TS2 Fully-Actuated ATC Controller- Cobalt ATC1000 8. EDI-DA-400-Datasheet 9. Astro-Brac Atlas 10. IMSA-Catalog-Cable Spec. 11. 1176_AEROFlex-Flyer 12. Pelco AeroFlex Backplate 2-inch Border 13. Mimosa-BS-Datasheet 14. PELCO PA402 Mount Specification Sheet 15. Pelco PTZ Dome Camera , `II<,prr`,°„ II:<S iith iill:: n,°V:n,�`:�V'. ..II..� u.��°:�IIh e ) 16. Polara - i Iawigator 2 Wire System -,Accessible Pedestrian Signal 17. Wavetronix Click 650 Cabinet Interface Device 18. Wavetronix Click 656 Cabinet Interface Device 19. Wavetronix SmartSensor Advance 20. Wavetronix SmartSensor Matrix 21. Dialight ITE Compliant LED Signal Modules 22. Verdeon C-Series LED Roadway Luminaire 23. Henke Enterprises Traffic Signal Cabinet 24. IlVlooviisoiru i iraffi:;Uiril< e]e Il:ooiri 25. \finmIIin°uoitaII IIV ii IC gnmIIoit ,.i Il1111 6", ,.i AP '('111 l,Ul,Ul::B, Solar 55/48, IIRadi , II:��", SS, Iim l[)er, II "II<<, Ih....l II "cel DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 611SIiiuS VIA oxll°Iles ll Iiilm Illlme IINe � �!A Staindaird aind a RUUIS IIIIIk' e6r:uiui°eui�u�euimI.e ® 1 I � � �uuuuuuoouun MMU 2-16 L E SERIES NEMA LCD MALFUNCTION MANAGEMENT UNIT M MU2' 6EEiWlthEthernetP°rt Whether you're a NOVICE or EXPERT Signal Technician,wouldn't it be great if you could: Use a built-in SETUP WIZARD to quickly and accurately configure the Signal Monitor to the exact requirements of the cabinet and intersection? Use a MENU DRIVEN LCD interface to view vital cabinet operational details such as field signal voltages, historical event logs, and monitor configuration data? 1,,,,,,,,,,,, Use a built-in DIAGNOSTIC WIZARD to automatically diagnose cabinet malfunctions and pinpoint faulty signals? If your answer is Yes, the IVIWIVIU2 16111...IIIIIIIIII' Si rtA#onitoill'is for YOU! IIIIII IW'AUZ1&I 11 tt tm t tt t t" IIII lllh°° IIII i llll llll 11 NEMA TS2-2016 Standard: The MMU2-16LE SmartMonitor®meets all specifications of the NEMA Standard TS2-2003 (R2008) for the MMU2 configuration while maintaining compatibility with NEMA TS1-1989 Assemblies. NEMA Standard The MMU2-16LE SmartMonitor® supports MUTCD Flashing Yellow Arrow PPLT operation and Flashing Yellow Arrow PPLT: meets/exceeds the NEMA Standard MMU2 requirements of TS2-2016 FYA, providing modes for both TS-2 or TS-1 cabinet configurations. Standardized Communications: Real-time SDLC communications with the Controller Unit exchanges field input status, Controller Unit output status,fault status, MMU programming,and time and date. Full Intersection&Status Display: Two high contrast, large area Liquid Crystal Displays (LCD) continuously show full RYG(W) intersection status.A separate graphic LCD provides a menu driven user interface to status, signal voltages,configuration,event logs,and the Help system. Event Logging: A time-stamped nonvolatile event log records the complete intersection status as well as AC Line events,configuration changes,monitor resets,temperature and true RMS voltages. Setup Wizard: Use the built-in Setup Wizard to configure the Nema Enhanced settings of the SmartMonitor® by answering a short series of questions regarding intersection design and operation. Diagnostic Wizard: The Diagnostic Wizard automatically pinpoints faulty signals and offers trouble-shooting guidance. and Help System The integrated Help System provides context sensitive operational assistance. TS-1 Type 12 with SDLC Mode: The MMU2-16LE SmartMonitor® can be configured to operate with the Port 1 SDLC function and Diagnostic Wizard enabled in a TS-1 twelve channel cabinet with no cabinet wiring changes. Program Card Memory: Enhanced settings of the MMU2-16LE SmartMonitor®are stored in nonvolatile memory on the EDI Program Card. Moving the Program Card to another MMU2-16LE automatically transfers all settings. Signal Sequence History Log: The five Signal Sequence History logs stored in nonvolatile memory graphically display up to 30 seconds of signal status prior to each fault event. LEDguardO: This EDI innovative signal threshold technique can be used to increase the level of monitoring protection when using LED based signal heads. EDI RMS-Engine: A DSP coprocessor converts AC input measurements to True RMS voltages, virtually eliminating false sensing due to changes in frequency,phase,or sine wave distortion. ECcom PC Software: Access to the MMU2-16LE data is provided by the industry standard EDI ECcom Windows based software for status,event log retrieval,configuration,and data archival. EESE RL_IEE IIDESIIGN IN�C . 510 East Atlanta la veno "Gell t M)�968-6407 Rh ael AZ 85040 USA Fax 4:602'1 437-1996 vvvvvv.E0ltirroaffic.ao MMU2-16LE Catalog Sheet—111616 Designed,Manufactured and Tested in the United States of America ISO 9001:2005 Registered SmartMonitor and LEDguard are registered trademarks of Eberle Design Inc. U.S.Pat 7,246,037&9,460,620 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Alpha, 1k A UPS Module Iill,dii �uu luv'ii if��� Nil; ;y rA �C IS r' C O P Alpha FXM 200D > Furl featured, ruggedized UPS provides clean, uninterruptible backup power ensuring your system will remain running during power outages Wide range Automatic Voltage Regulation without going to batteries saves energy and lengthens battery life, even during periods of surge or sag in the line voltage External commulnications via RS-262 part or (optional) Ethernet SNMP interface provides local or remote monitoring and control > Independently programmable and dry contact relays allow tracking and controlling of key functions > Event and alarm logging with time and date stamping simplifies and accelerates troubleshooting > A wide operating temperature range of -40 to 74°C (-40 to 165°F) is suitable for the most extreme operating environments > Temperature compensated battery charging protects batteries from over charging at extreme temperatures, extending the life of the battery r White text on blue display improves readability in bright daylight The Alpha FXVI uninterruptible power supply(UPS) modules provide clean, reliable power control and management as part of a complete UPS solution. Each model is available in either North American(120V/60Hz)or International (230V/5CHz)variants.Automatic Voltage Regulation(AVR)provides power stability in unpredictable environments and constant voltage during variable power conditions.Temperature compensated battery charging protects batteries from over charging at extreme temperatures,extending battery life, Event and alarm logging with time and date stamping simplifies and accelerates troubleshooting. Control and power connection panels can be rotated for mounting and display in any orientation. for viewing preference. Power module only.Cutput power derates after 501C for FXM 2000.(120Vac),and'after 55°C(230Vac) The LCD panel on the FXM 650 cannot Eye related. T�CFIAIEJM..00IEarre Your Power Solution Partner �,,,._��� DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC TECHLOGIES'" Alpha FXM 2000 UPS Module Consult your Alpha representative for PIN configurations IN IN VIA' #181 We 9111111001 1111111A. I,M, >North America Dimensions: Battery string voltage:.......48Vdc nim:..........r............. ........133H x 394W x 222D Nominal voltage:..............120Vac inches:............................5.22H x 15,5W x 8.75D Nominal frequency:...........Auto-sensing Weight:....--....................-16kg(35lbs) Input: �y' r CUrrent:...........................17.5A nominal Fr1 i � JJ ��kt ' ��u� i1f9fr`ttf�r, �wtltG"fl, � fill Voltage:.................... -85 to 15OVac Output: Operating Current:...........................16.7A nominal temperature range*:..........-40 to 74°C(-40 to 165°F) Voltage regufatiion .........-r/-10%over input voltage range Audible noise @ 25°C:......45dBa @ 1 metre(39in) Power at 50'C:..... ........200OW1VA `120Vic module Berates after 50'C.23QVac module derates after 55^C >International Battery string voltage:.......48Vdc Nominal voltage:.............23OVac Typical output voltage THD: <3% Nominal frequency:...........Auto-sensing Typical efficiency:...............>98%(resistive load) Input: Typical transfer time:.....,...<5ms .. ..150 .,.,. .... A nominal Voltage range: ta281Vac Output: Current:............-...........8.7A norninal Electrical safety:................UL1778,CSA 22.2 No 107.3-03 Voltage regulation .........+1-10%over input voltage range Marks:.............................cCSALdCE— Power arks:...............................eCSALdCE— Power at 50'C:..—...........2000W/VA EMI:...................................Class A FCCICISPR [EN 50091-2:1995] `"CE applies.to 230 Vac version only Alpha.Technologies Ltd. For more information visit www.alp'ha.ca Canada:Burnaby,British Columbia Tel 604 436 5900 Fax:604 436 1233 #0480014-00 Rev C (1 112011) United States:Bellingham,Washington Tel 360647'2360 Fax 360671 4936 Alpha Technologies reser les the right to make changes to the products and infouno on ccritained in this document wrtlrout rivice,. mernber of The ffum Group"- Copyrig'itC?}2010 Alpha iachnolog'ies,All r3lyhtsReserved Alpha0 is a regi sk,red tradenvafkof Alpha Technrtagles. member of The Alpha Car©up—i,a trademark of Alpha Teehnc-logies DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC AlphaCell TM GXL GelCell Batteries ~KAtiJ . 6�L .lr! .'e� CdA c91 �M ftil'•q`...aP NEW 195 GXL and[Z2�Q-�X� High-performance Silver Alloy for maximum life expectancy Longer runtime for demanding outdoor environments 100% runtilme capacity out-of-box — No cycling required wm Maintenance-free threaded inserts - - No periodic retorquing tiAvailable with 4 and 5 year full warranties > Wide operating temperature range Alpha's standby battery offering incorporates Gel for thermal dissipation to ensure optimal life' performance for your particular Broadband, Traffic or i-fi application, AlphaCell Batteries provide the longest runtimes and the best longevity in today's demanding outdoor applications and are backed by Alpha's industry- leading, non-prorated hassle-free warranties. Alpha Technologies member of The Gmupl- DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC AlphaCell General Specificationsv.d...._�_�.��._�...�_.�._.. 11MIN ,��� 1�d��'=11, Warranty': 4 to 5 year 4 to 5 year 4 to 5 year full replacement full replacement full replacement Service Life: Extended Extended Extended Runtime(minutes)2: 220 195 165 Sealed VRI-k Valve regulated lead aclid Valve regulated lead acid Valve regulated lead acid Heat Resistant: Extreme Extreme Extreme Hydrogen Emission: Low Low Low Terminals: Threaded insert Threaded insert Threaded insert. 1114"-20 UNC 114"-20 UNC 1/4"-20 UNC SpecificationS4 Typical Runtime(minutes): 220 195 165 Cefls Per Unit: 6 6 6 Voltage Per Unit: 12.8 12.8 12,8 Conductance Value: 1175 1100 1000 Max.Discharge Current(A): 900 900 800 Short Circuit Current(A): 1 2800 2600 2500 10 Second Volts @ 10OA: 11.4 11.3 11.2 Ohms Impedance 61 0.0050 0.0050 0.0055 Nominal Capacity at 20hrs:(to 1.75VPC) 109Ah 100Ah 86 Nominal Capacity at 20hrs:(to 1.70VPC) 110Ah 102Ah 87 BCG Group Size: 31 31 27 Weight(iblkg): 73/33.2 67130.5 63126.6 Heightwl Terminals(in/mm): 8.481215,4 8.481215.4 8.05/2164.5 Width(in/nri 13.42/340.9 13.42/340.9 12.5/317.8 Depth(in/mmi 6.60/172.7 6.801172.7 6.831173.4 Operating Temperature Range Discharge -40 to 71'C -40 to 71'C -40 to 71"C (40 to 160"F) (-40 to 160`F) (40 to 160°F) Charge(with temp compensation): -23 to 60"C -23 to 60'C -23 to 60'C (-9,4 to 140`F) (-9.4 to 1407) (9,4 to 140'F) Float Charging Voltage(Vdc): 13.5 to 13,8 13.5 to 13.8 13.5 to 13:8 r AC Ripple Charger: at charge voltage recommended for best results.Max.allowed=4%P-P Notes: I Warranty varies by country and region.warranty valid only when used with Alpha approved Power Supplies,Chargers and Enclosures.Consul[your sales person for details. 2 Ftuntitnes calculated using a 25A DG constant current load. 3 Dimensions at top of battery. 4 See AlphaCell Users Guide for Additional Details. Typical Standby Time in Minutes @ 25°C/77°F ll'�@.WT Ir w m to 7>h' l r,,i„ f/j1r fl,0", r.� � ,i' l I' It 3fartt 508 +153 "�� 396 320 285 243 230 20.9 � 193.. 186 155 144 4bat-0eries: 701 625 546 444 39G 346 329 293 256 261 219 203 6 taatteries: 10 9M 83 701 625 546 523 465 407 418 372 325 8batteries: 1487 TM M 9517 853 750 720 643 562 577 515 450 9 batlenes: 1656 M W Vol 978 653 820 733 640 659 587 514 tl�,n r,.1' h � '/ � /rrY�,J�7YfY r -671 Ills rr 'n� h. II rJlne i ' JI tJsl�P�lr,�� I r, 3batteries: 149 132 115 119 106 92 101 89 77 87 78 66 4€'ralanes: 210 187 163 169 151 132 144 128 112 124 111 96 6batteries: 339 301 264 275 245 214 236 209 183 2(A 182 159 8ba?&1es: 478 419 367 385 341 299 329 29.3 256 288 255 223 95altiere 538 479 419 440 391 342 377 335 294 329 293 256 �"'a" lr,i tln� rr r �'t1 � l � 3 ter i!s,t 798 712 622 508 453 396 377 335 2914 300 267 233 4 batteries, 1081 978 8:a"3 701 625 546 523 465 407 418 372 325 63 heroics: 1E66 1519 '1322 1091 318 853 820 733 640 659 587 514 8ballies: 28 2)57 Tim Ml tm 11605 1122 M 877 904 8th 7061 9 battfirias: 2070 2345 1686 '1519 1322 1273 1143 997 1027 �21 803 n 3batteies: 242 215 188 196 174 151 166 148 125 144 128 107 4 bart3ies: 339 301 254 275 245 214 236 209 182 204 182 155 6 Worries: 538 479 419 440 391 340 377 335 290 323 293 252 8batteries: 741 660 577 607 541 410 523 465 402 458 407 351 9baltter s: 843 753 658 692 617 538 597 531 462 523 465 40'2 °Above calculations based on an AC load vrnlh a.90 ma No plant powerf5clor. For contact information visit www.aipha.com The Alpha Croup> North America Europe,Middle East&Africa Asia Pacific Latin&South America Canada Cyprus Germany Lltruenvn F.R.China Contact USA office Tel:+1 604 430 1476 Tirl:-35725,375675 Tel:+49 9122 79889 0 Tel:+370 5 210 5291 Tel:+85227368663 Fax,+1 804 430 8998 Fax:+357 52 359 595 F'ax.+4991227988921 fax:+370 5 210 5292 Fax +85221997988 Toll Freer+1 800 667 8743 USA Russia United kingdom Tel_+13'606472360 Tel 74959259844 Tal:+441279591110 Fax.+1,.3606714936 1 Fax:+7 495 916 1349 Fax..+441279659870 !a pha,rechnolog:es veservvs the rite it to make changes to the products and information conte ned iri this c,.c n ent wilhout ratdoe. C49-297-10-13002(96!03) Copyright Cd 2009 Alpha ler nc ag es,A,l Ritthts Reserved Alpr s a registered trademara of Alpha rephno¢ury as. DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Ahpo% ha OutdOOr EaFftmc-losure .1"Jide Mount 6, ,Nu Traffic grade aluminum enclosure protects battery u i backup power, systems from outdoor elements 01 Large sun shield, thermostatically controlled fan, . and louvered vents ensure reliable operation in high temperatures ��- 1800 stainless steel piano hinged door with two locking open positions making installation and II ' maintenance easy and convenient Three-point latching mechanism with Corbin Type 'i 71 2 lock or Optional Best lock for maximum security J *Shown with Alpha UPS module, transfer switches, and.batteries.. The Alpha Outdoor Enclosure Side Mount 6 is designed to protect traffic industry battery backup power system components from harsh outdoor elements.The ruggedized enclosure is made of 0.125" aluminum and designed to easily accommodate an Alpha uninterruptible power supply(UPS) module,Alpha transfer switches, and four Alp'haCellTm 210 GXL or 215GHP batteries with room for additional components that may be required for your application. The Side Mount 6 is an outdoor rated (NEMA Ski)enclosure. This new and improved Alpha enclosure replaces the Alpha S4 and features a number of improvements over the S4 including: stainless steel door handle, integrated lock and latch, an integrated document'holden and angled generator plug with water tight generator door (generator plug option). Additional options and accessories are available (see listing on next page). Alpha Technologies Member ofThe Group- a DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Alpha Outdoor Enclosure Side Mount 6 ARE mucor 11 � /G� Z!�/�I1Ctit�llS,- qqi� uwu atr �,l /r11/�l�,�// n •Dimensions(in): 48.1 H x 16..5W x 16.5D (cm): 122.OH x 42W x 42D •Weight(enclosure only) no options(lb/kg) 75/34 •Mounting: Side mount(standard) Stand alone (optional'ground mount pedestal) •Construction NEMA 3R Rated,0.125"aluminum (5052-H32)enclosure-meets the harsh out- door demands of the traffic industry. mIr i�1/ a . mrroT III� C� il{)I�a m,'I �„ Cooling: Field replaceable themostatleally controlled tan,louvered vents,washable filters to keep dust and other particles out Ig Agency Certification: UL501CSA t 10/1"', r r a i��F R, 11 X0"0 iii •Designed to mount to the side of most traffic enclosure cabinetry • Stainless Steel handle for extended life and improved look •Three point latching mechanism with type 2 Corbin lock or optional Best lock for maximum security •180°stainless steel piano hinged door with 2 position prop makes maintenance access easy •Removable bottom shelf for easy wiring access /??!till with optional IOCkr`ng 'I7r cCJ! access door Bug screen protected top vent •10 year warranty(subject to terms and conditions) *Two extra large shelves each capable of holding two Alpha 210 GXL or 215 GHP batteries uruur�om f r"r ifl (Il i r RA •Generator support:Locking generator access door and L5-30 F1 plug •Universal Generator Transfer switch •Universal Automatic Transfer switch •AlphaGuard Battery Balancer •Battery Heater Mats •Surge suppression device •"On Battery"indicator light •Door activated interior light •Tilt switch •Tamper switch •Ground mount kit For more information visit:www.elpha.com/traffic �^ Alpha Technologies Toll free:1 800 667 8743 Direct.604 4301476 _.. 9046.003-00(04/Q9) Due to continuous product improvement and modifications,Alpha Technologies reserves the right to make changes to the products and information contained in this document without notice. Copyright 0 2009 Alpha Technologies, All Rights Reserved. Alpha"is a registered trademark of Alpha Technologies. Member of The Alpha GroupTO"is a trademark of Alpha Technologies„ DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Alpha Transfer Switch Outdoor Solutions r Alpha Universal Automatic Transfer Switch (UATS) Fail safe and manual operation ensures critical load is protected Optional dry contact for monitoring transfer switch status: know exactly what your transfer switch is doing Auxiliary output can be used to power items suich as battery heater mats eliminating the need for additional complex wiring The UATS ensures continuous operation of your systems either with conditioned line power, battery backup power or power direct from the line should the UPS require maintenance. p , i Alpha Universal Generator Transfer Switch (UGTS) Automatic and manual operation for complete control over generator transfers Optional dry contact for generator transfer switch monitoring The UGTS automatically transfers the input to the UPS from the ut0ity line to a portable AC generator. The UGTS allows the generator to recharge the batteries and power your systems during extended paver Outages. For a full set of configurations,see the UATS and L➢CTS manual (f7ocument#020-165-80) "TE f� nnepmacNOLO'GIESTM Your Powlrer Soluutions Partner DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 7'ECIHNJOLOGIFS"' Alpha Transfer Switchesll ��.�; �/ tNorth America Generator/line manual selector input voltage:........... ........120V nominal, 102V minimum for auto transfer Easy installation convenience outlet(UA"fS only) Output voltage:........__....,Matches Input Spare fuse and mcaunt >International ,, ;` 16,MY 01 Input voltage range:..........'230V nominal,196V minimum for auto transfer Output voltage range:.......Matches Input Operating ternperature:,...-40 to 74°C(-40 to 165°C) >Power Module '",,EN',I �'`��1 `, `if INNER North America: Part Number:....__.....__020-165-21 •fury contact indication status mode Nominal voltage:............120V 0 Wali/Shelf mounting bracket Nominal frequency:........60Hz •Single side mounting bracket Inpcurrent: . 30A Outputcurrent...... ........30A MANOR"' � �� , a C}utput power at 40'(:...3600W/VA International: Nominal voltage:............230V CAN/CSA C22.2 No.,107.3-05 Nominal frequency:........5OHz UL17784th Edition Uninterruplible power systems Input current......... ........16A CE:As component type for FXIV LIP'S farnity and Micro UPS family Output current:...............16A (when enclosed in a box) C7utput power at 40°C:...360OW/VA FMC:Not applicable fI"ft'',d '14e��1� �yDli�' 1FiJ/y,�;!(,1111 �CWcfkNW4ail') Dimensions: mm:.............. x 135W x 152D in:..._...............................3.2511 x 5.3W x 6.0D Weight:............ ....__1.6kig(3.511 Unit weight:.......................I Ikg(25lbs) r Universal Autoiiiatic Transfer Switch(UATS-far right)and Universal Generalor Transfer Switch(UG'TS-center)s ioNn with surge protection(TVSS-left)in a 19'rack mount bracket(23rank mount bracket also available), Alpha Technologies Ltd. For more information visit www.alpha.ca Canada:Burnaby,British C:oluinbia RR 604 436 5900 F ax:604 436 1233 11,0480029-00 ffev A (1212010) United Stales;Bellingham,Washington Tel 3606472360 Fax-3606714936 Alpha Technclogies resell res the right to make^changes to the urcducts and information contza,ned in this docurnrcnt m1hout notice. member of The' Group" C+upy,aght 0 2010 AItSha lec.h-clog e; All rfiiighs Reserved.AlphaU is a registered tra 1ernark of Alpha Terhnolugias_ me-li of The Alpha Croupy""is a toaclerrark nt Alrha Technologies_ DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC No Is O i 7'ECWb1Gl_£fGIES- • w1M • Your Power Solutions Partner r^ Compact, intelligent and cost effective System for determining battery condition remotely ngµ Monitors each individual 12V battery via a user programmable Schedule, from hourly to monthly Intelligent battery balancing extends the life of the battery String and reduces maintenance costs .x Automatic data logging function records individual battery voltage, temperature and admittance fi Enables the Scheduling and budgeting of battery replacements Built-in web server allows for convenient read-only monitoring from any internet-connected computer %f y %V The Remote Battery Monitoring System (DBMS)from Alpha provides detailed, real time information on batteries, reducing unnecessary costly truck rolls, and ensuring actual outage backup times are not unknowingly compromised by degraded batteries. Scalable up to 2 strings of 4 batteries each, the system provides detailed information on every battery,from admittance to individual battery temperatures and string voltages This, and a wealth of other information (including alarms)can be monitored directly via SNMR Unit has a built-in SNMP proxy, a built-in web server and a built-in SMTP mail client r / it � //��/r�, 1/'�' � '� /� /i /�i�ii�/� �J�F✓ti j/,l 0 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC "TECHNOLOGIESP ECHI Remote Battery Monitoring System Plus 48Vdc I String:0370260-002 48Vdc 2 Strings:0370260-003 ELECTRICAL ENVIRONMENTAL Site controller unit: Operating ternperattire:_-40 to 80'0(-410 to 176'F) Voltage:...........................21—59Vdc Power consurTiption:,,.....7W COMMUNICATIONS NOTE:Power is supplied from the battery bank Site controller unit Sensors: «SNMP via TCP/IP&built-in web server and SMTP trial client Voltage:..........................12V:8.0—1(3Vdc Power C011SUMption: ......12V;<10rnA norninal,0.5/'6A during Site controller software admittance lost •Optional Lookout software provides a convenient way to monitor multiple site controllers on the network MECHANICAL Site controller unit: Dimensions: Items Plus C0.1,01bor rnrn:............................321-1 x 104,15W x 120.15D inches:.......................1.26H x 4.1W x 4.73D Weight:......_....................0.242kq(0,5311)s) Sensors(12V) Two-wire connection with max bolt size for terminals of 5/16 inch CATS catAes •Mounted to the top of the battery with self-adhesivEi industrial Volcro strip suing I S.—D.NY Ch— gw 69rg 2 Smw Daisy Chain CATS cable used to daisy chain fron)sensor to sensor 15 he Strng 2 Is wobpago's,8'suata •Last sensor 41 the daisy chain connects to String 1 for the,first battery string ) r Last sensor in the daisy chain connects to String 2 for the second Minh 0 a Is $bnt.Palo say­V" battery string mrcayn ace u m Chalmn any order SOV I 11VA Power harness cable connection Connects to the 48Vdc battery string-i (Red)and—(Black)terminals + + + + 2 CV�g 2 5­0 g7z 5­4 l I NrN I OPTIONAL ACCESSORIES gnat M2 Ut 3 ............ Equipment P/N AC Output Current Sensor 7400583 Moisture Sensor 7400162 120V AC wall transformer,for monitoring Witty 0180059 AC power voltage Opw-;; T-1.1 K I I.P, suit. -P., Two wire sensor,High Current' 0180055 nkf"mt.i"g MAY P­ U a Ndft, Map Battery cable to power RBMS Controller 8701040 ..... ..... 'included with 0370260-002/003 kit Alpha Technologies Ltd. For more information visit wwwr.alpha.ca Canada:Burnaby,British Columbia 1:604.436.5900 F.604.436.1233 #0470289-00 Rev B (06/2017) United States:Bellingham,n,Washington 7*.360.647.2360 F:360.671.4936 Alpha Technologies reserves the right to make changes to the products and information contained in this document without,notice, Copyright 0 2017 Alpha Technologies.All Rights Reserved.Alpha@ is a regMered trademark of Alpha Technologies. member of The Alpha Group""is a tradernark of Alpha Technologies. member of The Eq*Group"I DocuSign Envelope ID:D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 111311-3131 ." g'=tha °artynt"' ASSEMBLY CUT SHEET FAX 405-340.435 K73013and isnot to be used in whole or in part Ed pelt nnc.co without Pelco'swntten Penn www. elcoinacom REF TITLE TITLE. PART NO.: Astro-Brac Atlas Assy,1-Way,Articulating, Cable Mount,Alum AS-0150 Example Part No AS-0150-3-84-PXX AS-0150-3-84-SS-PXX 2 Signal Section Cable Length Stainless Upgrade Process:Nv:G:v:Ivr:=ROIL I Paint=PXX 1 i i i i Cable Length Max Pole Dia Max Pole Dia w/Ty-Back 62" 7.0" 4.5" 84" 10.5" 7.6" 110" 14.6" 11.8" 120" 16.2" 13.4" 3 132" 18.2" 15.3" 144" 20.1 17.2" 220" 32.2" 280" 35.0" Options Signal Section: 1=23"Tube 2=37"Tube 3=46"Tube 4=58"Tube 5=74"Tube Cable Length: Min 4.5"Pole Dia,See Chart for Max SS=Stainless Upgrade Note:Stainless Upgrade=Stainless cable on clamp kit. Paint ITEM PART NUMBER DESCRIPTION QTY 1 AS-4005-PXX Astro-Brac Arm Kit,1-Way,Large Capacity,8-1/2"CTC,Stainless Slotted Washer, 1 Alum 2 AS-3026-L-PXX Astro-Brac Clamp Kit,Atlas Articulating,Galy Cable Mount,Alum 1 3 AB-2003-L-PXX Gusseted Tube w/PVC Insert,1-1/2"TOE x Length,Alum 1 8 chest j-...10/3/20018 1/212 10W/201KS /82018R8/80 1/20SHEET 1 OF 1 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC DURALIGHT TECIINICAL DATA Ceirci trod by IIIS 9OO t Illiumtoui uim tliiouimolll Quall i1y Cointii,6ysteiin IIII VIII IIID III I Iliie s C o a IIID D IIII VIII IIIIa D IIII ISI 1111113 • Compliance with latest ITE specifications • Retrofit design & UV stabilized lens • MIL-STD-883 mechanical vibration • MIL-STD-81OF moisture resistant • Compliance with FCC Title 47 • Fully compatible with NEMA controllers/conflict monitors 450, 18„�, 105(4.2"), i � Fig. A Fig. B Model Number JX 0 IE J M-40OVIElL Inches 16' 8" 16" X 18" Size mm 407 450 407 X 450 Configuration Fig. A i ilated) Fig. B (Incandescent Look) Hand Full Full Symbol Man Full Full Countdown 2 Digit 2 Digit Voltage (Typical) 120V—60Hz 120V—60Hz Voltage (Range) 80V— 135V 80V- 135V Hand 8 7 Power(W) Typical Man 8 7 Countdown 5 5 'Optional Operations Dipswitch All characteristics, including visual characters, chromaticity, moisture and vibration resistance, electronic noise, transient protection, etc., are conformed to standards specified in ITE LED Pedestrian Signal Modules. For additional technical information or sales support regarding these and other LED products, please contact us at (972) 480-0888 or visit our website at www.trastarusa.com. TRASTAR, INC. 860 IN. IDomthy IDD 600, IFiichai'dson, ..�X 75081 r.elL (972)480 0888 I Fax: (972)480 8884 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC * cobalt by he n lite Cobalt ATC Traffic Controller , cob ,l by I � .b C ut Cobalt t A Glance The traffic signal controller represents one of the most c Revolutionary, large seven-inch important intelligent technology and cornmunicatian calor TRT LCD display components of a signalized intersection. As such, today's advanced traffic signal controller must integrate leading Touch-screen display far edge electronics, while supporting industry standards and intuitive, graphical programming specifications, Rconolite contirIues its tradition of offering the r> High brightness and contrast most advanced and innovative technologies with the Cobalt"' display for better outdoor family of Advanced Transportation Controllers (ATC). readability than any other controller on the market Fully meeting the industry's ATC standard 5,2h and proposed t. Linux, open architecture real- standard 5,10, Cobalt is designed to provide an unmatched time multi-tasking operating combination of A-rc controller open architecture functionality system with the latest handheld technology and applications, Cobalt also features a breakthrough hardened seven-inch � user native ce al browser-based user interface allows remote touchscreen user interface matched with a Linux-based programming and status operating system, making programming and access to observation {with appropriate functions easiest in the industry, network connection) p�� s uouimu� � v4� DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Col))aIt ATC Hardware Cobalt ATC controllers may be configured with Econolite's robUSt Cobalt Touch or CobaltASC apfAcation software package,or other Linux application software rreebng current Am standards, OS software Upgrades car) be made easily by USB memory stick,SD card,or Ethernet v� onolites Windowsoftware installation application, a co Ec ' s Cobalt includes a high-power, Linux-based Engine Board that is compliant with the ATC 5,2b and proposed 6.10 standard for a NEMA standard TS2 Type.-1 or type-2 1/0 connectors four Ethernet ports, two USB ports, and an SD Card sYot, Additionally, Cobalt's seven-inch color, high brightness 'FFT LCID module With t0Llch screen capabilities is readable in direct sunlight, can be operated with gloved hands, and is not affected by condensation or water drops. Hardware Details Supports Econolite Linux-basod software or other prequalifiedBuilt in speaker for enhanced audio controller feedback ATC/Linux software lntogral carrying handle in back of controller ATC Engine Board Power Supply f,oh'y(:onnpflaooIh V7c'IM'' vut'sion'5"''b w!d Mccrs ar fcq'jiroo)�.'ots ol(AR",':[a")d")rdvr"J0 propcNed 117("%')m1arra(3,10 2,3.."Mt 1z lro,.pro":e"Ssor al provide-s' 10�ifnes roore provio(is C)cne;&oo(oolroik*( Operating system 1./r;U'Y2'63x or lalcT kf o W"'Jod Boa'd Stipf")otl flacka".e h)r progaim cxm'('&(x� 64 Mo Aes o'FLAS° lfw o'05 soc 'v m, app)'m"')IOns AV13 of io,, nw�� Hardware Options Two integral Ethernet switches for two networks, ENET'I and Two user interface options: ENEI'2. Advanced Graphics Controller Cob,,,W'sa o d"�'rd wt'ms"6e oard'"uvornw� io,1 r Rusic Dlsplv w"/l h"A and orn'y--nnmwch H'''ook( 11"Y"klar+lC`, -Two models, Two LJSB 2,0 ports used to: �1171777717 Con-irnunications rnodule option& F:X A'koo')"c fb;h" R',"')3") Datakey socket for an optional 3,33 Datakey,2 through 32MB 6A, ft. �'J"'io' "A Pl'�Iy';n lou SD Mlerncry Card socket - Datakey 3,W,2 through 32MB CPLJ Active LFD Throo,communications parts standard: AjQ 1AI) /r 7 C, '39!,("";U k"I");j)�)a I 3 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC C atA. rw DaA Capabilities ��°, y J�rg NU��. Q�r%r^✓,��NIi' i� �(f4rfwifN�l;r���17v11�s f(���kll.i°I��) i,« (l+r,����..Apr oval Wi,pt i�i {�ril�Yl, '�« ;'u � l I 'F ���1.'f„�.'r���riir��.Wp.”��`(r� '�r��/h/F��'�� �r�f(f'.:--- V r'":, !q7 ,h�!�.!:H� ,�... �:.:✓,Yi'`tC)r:);i+�.,.t(;.,,�I'.�Ir`J`,£'fr(",S� 1"!`If;'I`"1 tC7�V'f.,�:'(r�i°'f.(71l"�C�fFIclClf)V1 Traffic Applications /:w F`� 1t(tee rt Suf-tt r,t.)rare/ir,%flrar'I (rtcr rrryris±frrara) C - f,,Xi`to thfF p`'7rw.,r"'a'VV!+)"C', 1'f8r(rr'sS"!'fa'/U G.'/`.r• "7<'aurt, v,ralled�'f7u a cabinet contig phase order Ove4ap Detection Flash �' Time Base Features Tming Plans Phase Options Preemptions Tra..nsil Signal Coordination prladty 200 schedule programs configurable for any combination of nth Fixed r fdloa6ng texcept n day programs he mat override a �� • y y Split Demand Even[Plans Scheduler Setti gs LUgic Processor S that C7werrldE?the day Calan event on a specific day • 50 day plan events that(,,,an use any of the 100 action plans CorttrctlxFeatures 100 action plans that can be used by any of the 50 day plans . 16 phases,8 configurable concurrent groups in 4 timing rings Status Display Features • 16 pedestrian phases that can be configured as pedestrian overlaps . Keyboard seleot'Ion of detailed dynarnic status displays for Exclusuve pedestrian operation each of the mann controller unit functions Including:controller, coordinator,preemptor,time base,detectors,and MMU • Dynamic rraax operation Extendable walk and pedcstr6n clearance Detector Features • Advanced Walk 64 vehicka detectors • Bike input and green timing 16 system or speed detectors Adafsave reef clearance Unique C!OtOdOr types,and operation Coordination Features InclMdually assignable to phase and functions • Lock/non-lock fuinctlon by detector • 125 coordination patterns,each with its own cycle,offsets and split plan selection 4 detector plans • 120 split plans,each with its own coordinated phases,vehicle ane! 4 detector diagnostics plans pedestrian recall and phase ornits Logging of Volum C?and/or occupancy assignable by detector • offset and split entries displayed in percomt or seconds • 4 pedestrian diagnostic:plans • Automatic permossive periods Logging Features Fixed or floating force-off Crossing a ting coordination • Separate buffers for detectoractiv'ity,detector failures, controller events,and MMl1 event • QLICck-sync feature i oc fig°ed data can be: Preemption Features torr ,�acf rl�rd�-,rra��rrr�l - fl"( iPr�L s'(ar✓r, ., 'Fen preemptuon sequences, Each may be configured as priority, ;:rrc, l' �23;1 first-come-forst-serve,or bus preemption r.apers:atiorl _ i�.9 !w1(.!`t"`3.r`i,1 f.:'t, ,,,,r to .J MJ/T(" EC PI interlock to provide added rnon,toring • Flailro ad gate-down input and timing, SySterns • C;onditlonal delay when entering procrnptl ora NTC;IF'level 2 cornplh ante Kdflplo exit proernplin options Supp,Ws C ontracs",Arlcsl and TS2 NTCAP t.evol 2-compllrant central appllcrratoons h't(En t fP t,,1 f),"f , DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Cobalt KrC DatS CC Cob--)alt Software Options ....... Cobalt Touch Software (requires Cobalt ATC hardware including the Advanced Graphics Basic Specifications Controller) AH the ASC/3-LX Software feature,,,plus the following t TemperatUre V1.),Y',ok,v ink",faco eIvltn y e, -.34,6"F to +165'F (-37'C to +74'C) m,In;j touch > Power [Wr (yr,"miro,iM3 r!ses daL) Poon! to YeVlu),,51"recl lo""m r„51 E) 110VAC @ 50/60 HZ or optional 220/240 sefor"Ilion”, It"ore VAC Ccb 50/60 HZ he,s"Iv,p(,;,d to'.i"JVt)eWe tu moOOr o Fuse protection for either 110 or 220/240V o Protection for t[)e 24VDC Supply is provided ASC/3-LX Software (General) by a resettable electronic fuse Held-proven for over 8 years r> Dimensions Allows for an agency-specific default database o 14.84"W x 8.50"Fi x 6.13"D Autorr attic backup of controller database to optional Datakey or manual back up to USB flash drive Context sensitive help f--iyperMk feature allows jumping from a status field to the screen where data is defined 100-staternent log6c processor to test'inputs,outputs or timers and take ,actions based can the results Optional Software Transit Signal Priority Centracs Adaptive, "CONDL.11"T"E"' j Doc Sign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC E018 EBERLE DESIGN INC.��� KITE° �. W,,I � ,, I���.� �,,��, Nl�l�����w��+��,t Intelligent Cabinet Interface to Traffic Equipment 10,001,00110,00 A�� �� Arrest �'� r DA-400 �M data and carnmunical ians r�iii ;Ilam Ilhardware Ilii III a l fu:u iinrn t Ilii at tiirainsbinrrirmuu IIIegacy u:uiir iiiuuu:uIIIated traffic CruIbiiifirmets iiiiirmto iirumaIII.....:iiiiirne traffic data rqmuir.tim g and count stall iuln u KITE® Data Aggregator DA-4OOTM is a hardware platform that interfaces to traffic controllers, communications enabled detectors and MMUs/CMUs at remote or networked intersections. The DA-4OOTM can provide real-time intersection data to your existing ATMS data set, in addition to cabinet health and GPS-based time sync. It is able to generate critical intersection and cabinet status alarms and provide real-time notifications via SMS or e-mail. Easily installs in Type 170/2070, NEMA TS-1, TS-2, ITS or ATC style traffic cabinets. Simplified interface with EDI or Reno A&E MMUs/CMUs for data retrieval. In cooperation with any KITE Ready® data analytics partner, the DA-4OOTM can provide turning movement counts, amber/red actuations, arrivals on red, detector failures,preemption details,communications and power failures/alerts, III ...II..0IIIIII : split and interval timing data,travel time and the Purdue Coordination Diagram (PCD), based upon Hi-Resolution Data, all tailored to provide Automated Data aind C(:)II r IITnu.uiniiicatV i(:)inis iIcJhi Traffic Signal Performance Measures (ATSPM) via a Cloud-based user-friendly rcutils acre I[,flatfoinirn interface. WI FI equipped and ready. FI auss°kYl-IMS Ile ac7 tura ffc cA-kn�ct s iinrtc) couiniV sVaV:iic)in�s „ dsucl 17 oin eirfcce:�s ithi cc)ininc I111eiru�s aind mm II detectors � ctairsa # � AUX2 MH mm SaUac 7 u elilievc, cirirU:iica11 data fl-()ucu cine %I`d U/ II U 777 UXA Add reITKAe oinl irsecU:ic)in� data Ua:r yc)u..uir If lMS data set D, M% II�Iii-sswsiicUes cc1l:�kn�et Ih�eafthi aind ll'S AUXII)ased Uiiucne syinc NQS ecs°rind ca1cacitiive pc)weir Iback u..u11,) fair ciriifica11 aIairurn geneira icon r �� s II II I�n cite i nteirsecuiions�via I � �� :�es�.�� ireu�ccllllu.ullcir Ilirav6e firne tread viic iii-II:�'i oir Il�plluue°U'arsrUlhi sein�sc"ries Jmm Ilintei faccur w� th in7 f'UTERaa y(Ociata , 11�...IC�rTliros) ssirotuuir�uir�uns u.rssrr ruirus� �:����I /�����IC��rIG•�°"�/II �FE, GPS, 1° � u u„ IC����Iluse lbot,lhi„ II���IG:C Ib Inds o f Shieff oir rack k irnousnt,ed In st lHlabon /1EOI® 3510 East Atlanta Avenue Phoenix,Arizona 85040 USA +1.480.968.6407 WWW.EDITRAFFIC.COM EBERLE DESIGN INC.` DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Ll IIlq C°°°I1 IIII0 IIlq A I IIII IC Y (Detector ilnfoini-nTtilan firoirn Connectivity "g IIM A II S 1 II S 2, a:Ir II y Ih)e Cell Modem Yes-4G/LTE(Standard);3G(Optional) 17012070 c3Lkinn°"ls u.s�iing �6 232 WI-FI Yes-Monitoring Mode for Travel Time and Origin-Destination Calculation SeiirII3ll C(t:)II'Tnll'TnV,II iIIQ"ra't'(I "I is'kxir uI-)'U) Ethernet Port Standard-2 ports(10/100 Base T) 2 clh� ln�ln�dls EIA-232 Yes PhAila:rin� ll) II' ()ln�uu:a:rlrs ard Ila:rs SDLC Standard(Easy connectivity with NEMATS-2 controllers&MMU's) SII I! :�x:)Hhiin! Irequests kxir Irav6 USB Standard-2 ports I IIITne 31nng 'Oiillgiinii DesVIIIr1irT'V':II)ii i BIUeTooth No(Available as an option) rgIpoir°V°iin g iluAC1TE(9Gk)u..ud Ibased softwa re Aux.Ports(Qty.8) Standard(RS-232 inputs from Communicating Detectors) Cabinet 1/0 IDetectanlrand sgu4l ilnfoini-na ilon fl-( u'rru `,fl[]MA IlgS 2 c ILkin�ets Analog Inputs 16(8 X 120 VAC;8 X 24 VDC)/1 reserved for AC Power/1 reserved for temperature sensor u..I��llln .u ,)...�' �"rrIITnIITnV..�ll1illr"3'V:Ilrrll1i��'V:rr piraMe acfcfiltiloii4l data Digital Inputs 20(16 X 24/DC;4 X 24 VDC; 16 detectors;4 peds) Time Sync Normally Open with user selectable time - ReII "nt"a"V'n access Var ni(:)iini Digital Outputs Normally open and common contacts.At 5 Amps Interconnected IIIinteirsecfiIdTII"s lhi /4G/°IL.:IIII CeIlllu..ull Ir Miscellaneous Ca:IITnIranuuInde t:(la Inv GPS Yes-Geolocation with Time Sync u""(Xrrrull:�)clilll:�Ale Wlhi IINillhi "ulpeecU Operating Temperature -40°F to 176°F/ -40°C to 80°C /Standard Industrial temp.range Mired a')Ir SII IrT Ila""ss `"J t )irks Humidity 0-95%Non-Condensing Dimensions 6.3"(D)X 6.42"(H)X 2.5"(W).(16.002cm X 16.307 cm X 6.35 cm.) - lrlr(:"rVlingns back u. -) t"r'f ci Irft3II C("� )II'TnII'Tnu.Il iIIc3't'(I :)I is'fl-(all'Tn Weight 3.6 lbs./1.62 Kg linteirsecfiIaTII"s that acre connected Power Input Voltage 5x20mm;120/240 VAC 02 AMP fuse par 3 cei 7i'V':IrM SII MS syr telIlIT11 Real Time Clock Yes Flash Disk Yes I1rnuIIlli Q'"8'V':Ila�rins Ird Illnueir'faces arurr2g4�� Il��iru: nln�clrrrll.���uuarini as°r Power Bump Protection >30 seconds use eIn u..uae I-)a.Ahi dnvucc, cIngd Inge:°lm Irlk Battery None se u..Ilnly Protocols - CaLkinet II Ncafthi II' (:)In�uu.(:)Irs SDLC Yes-Standard(TS2 or TS2 Type 2 cabinets only) ru'rrulAeIn�u u:eurrul-)eIr �u:u.ulre RS-232 Yes-Standard up to 32 channels of input Ilgau:u:eIl IbcJkuull) snV,eIrrrn ICITE@) Yes used to connect to Data Analytics Cloud II Neuelr/ fain Other CaLkinet cUaxxir Solar Power Capable Yes Sl()[) V':IIIIlTe Antenna Yes-5 band(Cellular,GPS,Wi-Fi,BT and DSRC) AC/DC ptmeir Antenna Bracket Optional side mount to traffic cabinet ni"leiirseG"'V':kI alai 'flashi DSRC/SPAT No II. urrn I. °� ca:°ru'rrnu'rrnu..uln�ucu:ua:°rin�InI Notes: and If-noire... If a specific cellular carrier is preferred, or existing service plans will be used for cellular data, please specify carrier at the time of order. In USA only, deeply discounted plans can AI °' cid () be provided along with the device from AT&T, T-Mobile or Rogers. International cellular providers need to be verified for device internal modem compatibility prior to order. Custom configurations of Analog and Digital I/Os available for volume orders. FEDI ........................wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww EBERLE DESIGN ING.1k, ©COPYRIGHT 2018.Eberle Design, Inc.All Rights Reserved. Version 1.3-06272019bo [E'/TE�,ifITE Ready®,DA-Data Aggregator®,DA-400 ,ATSPM Ready®are Registered Trademarks of Eberle Design,Inc/.U.S.Pat 10,210,753 wa/m/1 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC j P' , 1- No , ,�/0/�1)�%Jvi,11 „, �, Now More rantil �Tmw � Multiple large diarn " wer coni i�ictoIrs are vailab1e asa tenon Tmount.dui k easy t install lt,I'i hecable c Atlas �' is fitted with tenon or lcio s tir `Brac Atlas. flexible cable for fast l°,rf,, installation and can if rotate 360'around a mast armor pole. IN The Astro-Brac atlas !% features a two-piece clamp that is similar to our superiorStellar clamping method. Stainless steel hardware inclludecl Articulatin Quint allowwrs for %%'%/% installatuan potentially damaging cables. UIrI UV-resistant cover allows for easier Easily holds two(2)518" f,� installation wiring during � diameter conductors or optional configurations �; r of smaller conductors,they Astro-Brae Atlas is made for today's control devices, '% New Uhl-resistant snap-in large capacity insert and The Astro-Brac atlas Series, 6 l like the entire Astro-Brae family, tt'; tube closure corner cap is so versatile,it can be mounted to - r installs securely and easily. mast arms and pones ranking in sine fromJJ/1 4'v_1B"'diameter. % s , AS-01 50 Lower arm has an (aFd,modeds P'a'tent Pending) enlarged protective cover preventing the necessity of dramatic tµ bends in the cable. 320 W.18th Street.Edmond,OK 73013•(405�)340-3434•Fax(405)340-3435 x pelcoinc.conn DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC f, Order the Astrom rac Atlas today' J Pelco's Astro-,Brac Atlas Large Capacity Mounting System is made to the some quality and attention to detail as the traditional Astro-Brac Mounting System. I AS-01 4 a ITenan Here are some other great features of the Astro-Brac Atlas. �,r Mount) N Installs in minutes,saving time and man-hours N Conceals large diameter conductors 1 4-Way adjustabilityr �l�lN Stainless steel hardware * Minimal standard tools to install and adjust Cross section of the * Cable or tenon mount Atlas tenon mount 11 Versatile,secure mounting method (none the room for articulation inside). Ideal mounting system for a variety of: li Traffic signals-3,4 and S section N Cameras E Signs le 0 Antennas N Sensors N And morel The Astro- rac atlas ' features an extended r y '` (( lower corner that allows Double your cable capacity andmake wiring for lamer bend radius and installation easierl and easier installation. w Install an Astro-Brac Atlas on your next project. l For more information,visit:pelcoinc».co or contact Delco Products,Inc,at 405-340-3434. is The Astro-Brae Atlas i / versatile mounting system allows for a ,� r P " 0 D U CTS, IN variety of articulations. aid 320W 1 8th Street•Edmond,OK 73013•405.340. 43'4«Fax 405,340.3435•raeBcoinc_c:om DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC r qpmp v ;l r f f o. r, i i N f i l ; lug �i l , i i i � r / / i i i i l r f i l i t l / 1 1 , i f r � o i i 1 o� 1 l i 9 1 ( i i r r r / i f r , i t 1 f � 1 i f l i i r i i i i 1 0 f / t i / i i it ilii n / i i i ..../ l i i i 1 I i l Bio i i i DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC IIII liii llll IIII Illi l liiiilii liiillll IIII li llinIIII Assocliiitliii liiin IIIIIIIII IIII lll* Table of Contents And Cable Selection Guide ul app I ,, II III II II IIII IIII Iqp IIII, lilplpl.luuluglull, I pug , uml l° �m�uuVlllMll�i�l IIIIIIIII 111111 I�I I IIII�IIIII�IIIIIIII�II�III ui°i IMIV�uI���lullll�iiuli I° ui' 'iu�l�'iuliiu iii I uliiuii'I`il unll I° 19-1 600 Traffic Signal•Fire Protective Signal Aerial or Duct Cabled Conductors PVC Outer Jacket 1 19-2 600 Traffic Signal•Fire Protective Signal Aerial or Duct Twisted Pairs Shielded,PVC Outer Jacket 2 19-3 600 Traffic Signal•Fire Protective Signal Figure-8 Aerial,Integral Messenger Cabled Conductors PVC Outer Jacket 3 19-4 600 Traffic Signal•Fire Protective Signal Figure-8 Aerial,Integral Messenger Twisted Pairs Shielded,PVC Outer Jacket 3 19-5 600 Traffic Signal•Fire Protective Signal Aerial,Duct or Buried Cabled Conductors Shielded,PE Inner Jacket,PVC Outer Jacket 4 19-6 600 Traffic Signal•Fire Protective Signal Aerial,Duct or Buried Twisted Pairs Shielded,PE Inner Jacket,PVC Outer Jacket 4 ............................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 20-1 600 Traffic Signal•Fire Protective Signal Aerial or Duct Cabled Conductors Polyethylene(PE)Outer Jacket 1,2 20-2 600 Traffic Signal•Fire Protective Signal Aerial or Duct Twisted Pairs Shielded,PE Outer Jacket 2 20-3 600 Traffic Signal•Fire Protective Signal Figure-8 Aerial,Integral Messenger Cabled Conductors PE Outer Jacket 3 20-4 600 Traffic Signal•Fire Protective Signal Figure-8 Aerial,Integral Messenger Twisted Pairs Shielded,PE Outer Jacket 3 20-5 600 Traffic Signal•Fire Protective Signal Aerial,Duct or Buried Cabled Conductors Shielded,PE Inner and Outer Jacket 4 20-6 600 Traffic Signal•Fire Protective Signal Aerial,Duct or Buried Twisted Pairs Shielded,PE Outer Jacket 4 26-3 — Signal Systems AInner and erial Self-Supporting Single Hard-Drawn High Density Polyethylene 8 Copper Conductor (HDPE)Insulation 28-3 — Signal Systems Aerial Self-Supporting Single Capper-Covered HDPE Insulation 8 Steel Conductor 29-1 — Signal Systems Aerial Self-Supporting "C"Line Wire(Parallel) HDPE Insulation 8 2 Hard-Drawn Copper Conductors 29-2 — Signal Systems Aerial Self-Supporting "C"Line Wire(Parallel) HDPE Insulation 8 2 Copper-Covered Steel Conductors 29-3 — Signal Systems Aerial Self-Supporting "C"Line Wire(Parallel) HDPE Insulation, 8 2 Hard-Drawn Copper Conductors PVC Outer Jacket 29-4 — Signal Systems Aerial Self-Supporting "C"Line Wire(Parallel) HDPE Insulation, 8 2 Copper-Covered Steel Conductors PVC Outer Jacket 39-2 300 Fire Protective Signal, Aerial,Duct or Building Raceway Twisted Pairs Shielded,PVC Outer Jacket 6 Traffic Communications,Data Acquisition 39-4 300 Traffic Communications, Figure-8 Aerial,Integral Messenger Twisted Pairs Shielded,PVC Outer Jacket 7 Data Acquisition 39-6* 300 Fire Protective Signal, Aerial,Duct,Buried or Twisted Pairs Shielded,PE Inner Jacket, 5 Traffic Communications,Data Acquisition Building Raceway PVC Outer Jacket 40-2 300 Fire Protective Signal, Aerial,Duct or Building Raceway Twisted Pairs Shielded,PE Outer Jacket 6 Traffic Communications,Data Acquisition 40-4 300 Traffic Communications,Data Acquisition Figure-8 Aerial,Integral Messenger Twisted Pairs Shielded,PE Outer Jacket 7 40-6 300 Fire Protective Signal, Aerial,Duct,Buried or Twisted Pairs Shielded,PE Inner and Outer Jacket 5 Traffic Communications,Data Acquisition Building Raceway 50-2 600 Signal Loop Detector Lead-In Feeder Duct or Buried Twisted Pair PE Insulation,PE Outer Jacket 9 51-1* 600 Inductance Loop Detector Duct Single Conductor PVC/Nylon Insulation 9 51-3 600 Inductance Loop Detector Duct or Buried Single Conductor Cross Linked PE Insulation 9 51-5 600 Inductance Loop Detector Duct or Buried Single Conductor PVC/Nylon Insulation in PVC or PE Tube 9 51-7 600 Inductance Loop Detector Duct or Buried Single Conductor Cross Linked PE Insulation in PVC or PE Tube 9 pill u1Vm mmuVliilil11hiiuiu mmi UIIIIIIIIIiiI�Iio o uUl II u° mi'muMulV 600 CALTRANS Traffic Signal Aerial,Duct or Buried Cabled Conductors PVC/Nylon Insulation,PE Jacket 10 600 CALTRANS Inductive Loop Detector Type B Duct or Buried Twisted Pairs PE Insulation,PE Jacket,Shielded 10 50-2 600 CALTRANS Inductive Loop Detector Type C Duct or Buried Twisted Pair PE Insulation,PE Outer Jacket 10 51-5, 600 CALTRANS Inductive Loop Detector Type 2 Duct or Buried Single Conductor PVC/Nylon or Cross Linked 10 51-7 PE Insulation in PVC or PE Tube lulus uMuUi uo�giIIIIIIIIIM iu poli IIIIIMIIIIII m Traffic Signal Control,Detector Aerial,Duct or Buried Various Various 11 *Available upon special request. ...- ...- ...- ...- ...- ...- ...- ...- ...- ...- ...- ...- ...- BEL®EN 1301don I' oc[[onlcs 1,1lvl=slon Technical Support: 1 °00 Isl 1 P P ::1 1::::::I0 1 vv vv vv I',r o I ri u§rr coin SENDING ALL THE RIGHT SIGNALS DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Aerial aind Duct Cable 600 � Spec 19.1 and 20.1 Signal Cable lroioduo"tSOpecuificotuiouns"""" �� VIII II mlh IIIIIIII �II IIIILIiNII mll �i�iluu illll Conductors Solid or Stranded Bar Insulation Polyethylene iiuulu�lilll IIIIIIIIIII ��Illlllii��LtU Illilli��Illlu �i��ili Color Code Per Specification „ Conductor Configuration Cabled Conductors 01456 muu3 Yi 12 solid i lid .398 10.11 .045 1.14 108 161 Shield None 601431 3 12 7 strand .420 10.67 .045 1.14 113 168 "a SeeC 601189 4 12 solid .439 11.15 .045 1.14 135 201 12 Spec 20-1 Black PE 601466 4 12 7 strand .459 11.66 .045 1.14 141 210 601190 5 12 solid .480 12.19 .045 1.14 163 243 601410 5 12 7 strand .503 12.78 .045 1.14 172 256 601192 7 12 solid .555 14.10 .060 1.52 237 353 601213 7 12 7 strand .579 14.71 .060 1.52 244 363 601193 9 12 solid .640 16.26 .060 1.52 281 418 601468 9 12 7 strand .673 17.09 .060 1.52 310 461 601930 10 12 7 strand .726 18.44 .060 1.52 338 503 601496 12 12 solid .711 18.06 .060 1.52 372 553 pIIIIIIII°il @� lllllli� �� � 91I 601214 12 12 7 strand .753 19.13 .060 1.52 393 585 �RON III� 6" III I III i °uo a�u1 I IIIIIIIIIII IIIIIIIIII a l�i'` I�ii�IVIIII mlI, 601358 16 12 solid 793 2 0,14 060.. 1,52 449 668 ... 581719 19 12 7 strand .918 23.32 .080 2.03 625 930 mimdu'oi " 601455 2 14 solid .325 8.26 .045 1.14 58 86 601591 2 10 solid .421 10.70 .045 1.14 110 164 601457 2 14 7 strand .341 8.66 .045 1.14 63 94 603061 2 10 7 strand .443 11.25 .045 1.14 118 176 601176 3 14 solid .342 8.69 .045 1.14 75 112 601570 3 10 solid .445 11.30 .045 1.14 150 223 601203 3 14 7 strand .357 9.07 .045 1.14 81 121 603314 3 10 7 strand .469 11.91 .045 1.14 155 231 601321 4 14 solid .372 9.45 .045 1.14 94 140 581665 4 10 7 strand .542 13.77 .060 1.52 216 321 601137 4 14 7 strand .389 9.89 .045 1.14 98 146 580314 5 10 7 strand .596 15.14 .060 1.52 263 391 601177 5 14 solid .406 10.31 .045 1.14 113 168 III mimli uo m uu iuumdu iu uu...0 i"°u' uuu�ip 601204 5 14 7 strand .420 10.67"""""""."045 1.14 113 168 582015 5 18 7 strand .354 8.99 .045 1.14 60 89 601179 7 14 solid .440 11.18 .045 1.14 146 217 582024 2 16 solid .299 7.59 .045 1.14 39 58 1601205 7 14 7 strand .464 11.79 .045 1.14 154 229 581761 7 16 7 strand .419 10.64 .045 1.14 102 152 601180 9 14 solid .511 12.98 .045 1.14 186 277 582021 20 16 7 strand .696 17.68 .060 1.52 278 414 601352 9 14 7 strand .571 14.50 .060 1.52 212 315 601140 2 14 solid .250 6.35 .045 1.14 52 77 601181 10 14 solid .586 14.88 .060 1.52 220 327 601194 2 14 7 strand .341 8.66 .045 1.14 55 82 601206 10 14 7 strand .586 14.88 .060 1.52 227 338 601141 3 14 solid .342 8.69 .045 1.14 66 98 601948 11 14 7 strand .618 15.70 .060 1.52 250 372 601195 3 14 7 strand .359 9.12 .045 1.14 71 106 601182 12 14 solid .603 15.31 .060 1.52 254 378 601142 4 14 solid .372 9.45 .045 1.14 85 126 601207 12 14 7 strand .636 16.15 .060 1.52 267 397 601196 4 14 7 strand .391 9.93 .045 1.14 88 131 601208 14 14 7 strand .668 16.97 .060 1.52 304 452 601143 5 14 solid .406 10.31 .045 1.14 103 153 601671 15 14 solid .667 16.94 .060 1.52 311 463 601197 5 14 7 strand .430 10.92 .045 1.14 108 161 601539 15 14 7 strand .704 17.88 .060 1.52 328 488 601144 6 14 solid .440 11.18 .045 1.14 118 176 601415 16 14 solid .667 16.94 .060 1.52 325 484 603131 6 14 7 strand .464 11.79 .045 1.14 127 189 111601320 1614 7iiiiiii strandiiiiii iii„704iiiiii iii17 88iiiiiiiii 060iiiiiiiiiiii iii„1 52iiiiiiiiiiii 341 507 ,III. 601145 7 14 solid .440 11.18 .045 1.14 136 202 iii 601826 19 14 solid .701 17.81 .060 1.52 375 558 601198 7 14 7 strand .464 11.79 .045 1.14 141 210 601480 19 14 7 strand .741 18.82 .060 1.52 393 585 601146 8 14 solid .476 12.09 .045 1.14 155 231 601633 20 14 solid .737 18.72 .060 1.52 395 588 601610 8 14 7 strand .507 12.88 .045 1.14 160 238 601443 20 14 7 strand .779 19.79 .060 1.52 415 617 601147 9 14 solid .511 12.98 .045 1.14 172 256 601209 21 14 7 strand .779 19.79 .060 1.52 432 643 601429 9 14 7 strand .571 14.50 .060 1.52 192 286 601534 25 14 solid .796 20.22 .060 1.52 478 711 601148 10 14 solid .586 14.88 .060 1.52 197 293 601890 25 14 7 strand .918 23.32 .080 1.52 544 809 601199 10 14 7 strand .592 15.04 .060 1.52 205 305 601334 2 12 solid .382 9.70 .045 1.14 58 86 601150 12 14 solid .603 15.32 .060 1.52 232 345 601448 2 12 7 strand .397 10.08 .045 1.14 87 129 601200 12 14 7 strand .636 16.15 .060 1.52 244 363 continued., continued... BELDEN101ct0[1 1:::::: 10c ro[11c=sI11V1s1oii Technical Support: 1 800 1!!31 1111 IIJ 1 • vvvvvv 1roIdo[I coill SENDING ALL THE RIGHT SIGNALS DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC ediiWl ulr Duct CWW1e 600V 2 Spec 19-1 and 20-1 Signal Cable (continued) ILII IIII IIII III ILII IIII IIII IIII °1M° � i I� u `^ ' Pm uuullu�IIM� VIII ILII IIII VIII IWI I o u mMu `' Wm„k! I�I�I I III IIIII�IIII f IIII iqw uII IIII �,WW ii M '111I1i1 , Ill„I�Vulu u11 I II��I I IIII u�l IIII IIIIII � lilml i Mum Il��lul IPuuM �M IIIIII IV I�IIIIIIII uu�l�i" "i I n II II IIIIII VflI I I I fll�llfl� IIII�I�i "i i ufll�llfll� 16� II mIfl udmdu um mdm uuu uu ul�uPou liiu I u it a li uflu iuil uflu uol i'I°m 580307 14 14 7 strand .668 16.97 .060 1.52 280 417 601186 7 12 solid .561 14.25 .060 1.52 212 315 601153 15 14 solid .667 16.94 .060 1.52 284 423 601326 7 12 7 strand .579 14.71 .060 1.52 222 330 601331 15 14 7 strand .704 17.88 .060 1.52 302 449 601475 9 12 7 strand .677 17.20 .060 1.52 284 423 601154 16 14 solid .667 16.94 .060 1.52 299 445 601518 10 12 solid .690 17.52 .060 1.52 296 440 601201 16 14 7 strand .704 17.88 .060 1.52 316 470 601316 10 12 7 strand .686 17.42 .060 1.52 309 460 601157 19 14 solid .701 17.81 .060 1.52 348 518 601188 12 12 solid .711 18.06 .060 1.52 346 515 601454 19 14 7 strand .741 18.82 .060 1.52 366 545 601212 12 12 7 strand .753 19.13 .060 1.52 367 546 601158 20 14 solid .737 18.72 .060 1.52 370 550 601329 16 12 7 strand .876 22.25 .080 2.03 501 745 601202 20 14 7 strand .779 19.79 .060 1.52 387 576 601563 19 12 7 strand .929 23.60 .080 2.03 582 866 603870 21 14 solid .737 18.72 .060 1.52 384 571 601583 20 12 7 strand .976 24.80 .080 2.03 618 919 582020 21 14 7 strand .779 19.79 .060 1.52 405 603 601900 21 12 7 strand .976 24.80 .080 2.03 643 957 601594 25 14 solid .796 20.22 .060 1.52 450 670 580106 25 12 7 strand 1.080 27.43 .080 2.03 751 1117 581694 26 14 7 strand .925 23.50 .080 1.52 518 771 601540 2 10 7 strand .443 11.25 .045 1.14 107 159 601411 2 12 solid .384 9.75 .045 1.14 74 110 581356 3 10 solid .429 10.90 .045 1.14 135 201 601210 2 12 7 strand .397 10.08 .045 1.14 74 110 601569 4 10 7 strand .514 13.06 .045 1.14 185 275 601412 3 12 solid .402 10.21 .045 1.14 99 147 601820 7 10 7 strand .648 16.46 .060 1.52 321 478 601211 3 12 7 strand .420 10.67 .045 1.14 103 153 601605 2 8 solid .475 12.07 .045 1.14 146 217 601417 4 12 solid .440 11.18 .045 1.14 124 184 601430 2 8 19 strand .505 12.83 .045 1.14 150 223 601467 4 12 7 strand .459 11.66 .045 1.14 130 193 603298 3 8 19 strand .508 12.90 .045 1.14 195 290 601322 5 12 solid .480 12.19 .045 1.14 152 226 581710 7 8 solid .696 17.68 .060 1.52 454 675 601325 5 12 7 strand .503 12.78 .045 1.14 159 237 Other conductor counts and AWG sizes(solid or stranded)available upon request. continued... Spec 19-2 and 20-2 Signal and Communications Cable Iluuductors upuuul ulcutulols .. � CondSolid or Stranded Bare Co... er VIII µ pillmlllhl o a i M 'mMlp �mllllllul �I�I IIID . fIl Pp IIIIII Insulation Polyethylene flI YufllllflIIIIm' ''i fllmllfl� 16"IIII Color Code Per Specification III m�mlmuo m uo m1Muo Ili ii Conductor Configuration Twisted Pairs 601 .. .. .. .. 24 1 14 7 strand 410 10.41 045 1.14 87 129 Shield Corrugated Copper Tapefl 'G II ,!III u PoIIIiII) p ill Jacket 580902 uo 5 19 7 strand .600 15.24 .060 1.52 138 205 Spec 19-2 PVC Spec 20-2 Black PE 601622 6 19 solid 626 15.90 .060 1.52 152 226 601530 6 19 7 strand .666 16.92 .060 1.52 160 238 601510 3 16 solid .590 14.99 .060 1.52 135 201 w 601227 6 16 solid .740 18.80 .060 1.52 343 510 601446 12 16 solid .940 23.88 .080 2.03 406 604 601428 25 16 solid 1.280 32.51 .080 2.03 740 1101 601481 3 14 solid .640 16.26 .060 1.52 173 257 603723 4 14 solid .690 17.53 .060 1.52 212 315 601617 6 14 solid .880 22.35 .080 2.03 317 472 Other pair counts and AWG sizes(solid or stranded)available upon request. BEL®EN 1I01don II oc[[onlcrs 1,11!1=slon Technical Support: 1 800 Isl 1 P P ::1 1::::::N 1 vv vv vv I',r o I ri u§rr [;o m SENDING ALL THE RIGHT SIGNALS DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC I@'liii p "S" AeliiiWl Itfl* 3 Spec 19.3 and 20.3 Self-supporting Signal Cable 11)r du t Slp cliililcotuioins qq uul ! ! Illllllllllllllllllllllllllllllllllllllllkl'II 'IIII °Illlkl' "w' IIIWmIIO"�'P°d°I��k'NI'iN' Conductors Solid or Stranded BE Copp aui'I @ :- I�IIIII I '` ' II VIII. liliili@Ililidiluiiiil il�lli�illl�i IIII IIIIIIIIIIIIIIIIII�� d Insulation Polyethylene dIWdll "' Color Code Per Specification M= m m1 Conductor Configuration Cabled Conductors 174 Ii 'fi a iu solid .. 581722 4 14 solid .383 x.737 9.73 x 18.7 .045 1.14 170 253 Shield None 663234 7 14 7 strand .475 x.945 12.1 x 24.0 .045 1.14 321 478 Integrated Messenger' 1/4"(.250")7-wire 663467 9 14 solid .520 x.990 13.2 x 25.2 .045 1.14 356 530 extra high strength (6,650 Ib.test)flooded 581857' 2 12 7 strand .405x.759 10 3 x 19.3 045 1.14 170 253 galvanized steel strand 581854 5 12 7 strand .511 x.981 13.0 x 24.9 .045 1.14 220 327 Jacket.... .... .... .... .... .... ...... � duo m u° m mpm 616135153 Ii fi 1'4 " IMMMMMMMEMEM Spec 19-3 PVC 7 strand 361 x 825 9 17 x 21.0 045 1.14 221 329 Spec 20-3 Black PE 8 1 1. 661856 4 14 solid .377 x.841 9.58 x 21.4 .045 1.14 285 424 'Utilizes 0.134"(3.4mm)solid extra high strength(2,800 lb.test)galvanized steel wire which is permitted for cables 12 AWG,3 conductors or less,or 14 AWG, 661928' 4 14 solid 383 x 737 9.73 x 18.7 045 1.14 194 289 4 conductors or less. 661216 5 14 solid .410 x.874 10.4 x 22.2 .045 1.14 256 381 661217 7 14 solid .445 x.909 11.3 x 23.1 .045 1.14 289 430 661491 7 14 7 strand .469 x.933 11.9 x 23.7 .045 1.14 295 439 661337 9 14 solid .517 x.981 13.1 x 24.9 .045 1.14 328 488 661218 10 14 solid .593 x 1.057 15.1 x 26.9 .060 1.52 355 528 663864 10 14 7 strand.590 x 1.060 15.0 x 26.9 .060 1.52 366 545 661437 12 14 solid .610 x 1.077 15.5 x 27.4 .060 1.52 388 577 661338 16 14 solid .670 x 1.140 17.0 x 29.0 .060 1.52 456 678 661219 20 14 solid .745 x 1.209 18.9 x 30.7 .060 1.52 528 786 663458 3 12 7 strand .418 x.883 10.6 x 22.4 .045 1.14 258 384 661479 5 12 solid .480 x.944 12.2 x 24.0 .045 1.14 307 457 661472 7 12 solid .519 x.983 13.2 x 25.0 .045 1.14 356 530 663736 7 12 7 strand.546 x 1.010 13.9 x 25.7 .060 1.52 362 539 661587 12 12 solid .711 x 1.175 18.1 x 29.9 .060 1.52 502 747 Other conductor counts and AWG sizes(solid or stranded)available upon request. Spec 19.4 and 20.4 Self-supporting Signal and Communications Cable Ila t°ll °�� I ! IIII I Ili °I I I yl1 mI1 1i 1 u811u11 u u uii 6 Conduct Solid or Stranded Op cui ui Insulationrs randed Polye hypene IIIIIIIII II VIII. IIII@III�IIIIIIII I@I�IV�I "IIII lilll oIi111�111i1 Im11i111 Color Code Per Specification mmpmmuo m uu Conductor Configuration Twisted Pairs 581967 113..0 1i'6 7mstrand.626 x 1.096 15.9 x 27.8 .060 1.52 340 506 g pp p muiuPouuuo m uu Shield Corrugated Copper Tape p I �5826185 i'" pi , a fi MEMMMMMMMEMEM Integrated Messenger 1/4"(.250")7-wire g 7 strand.606 x 1.076 15.4 x 27.3 .060 1.52 298 443 extra high strength (6,650 Ib.test)flooded 663668 6 19 7 strand.666 x 1.136 16.9 x 28.9 .045 1.14 315 469 galvanized steel strand 581576 2 16 solid .566 x 1.036 14.4 x 26.3 .060 1.52 267 397 Jacket 661339 3 16 solid .586 x 1.056 14.9 x 26.8 .060 1.52 292 434 Spec 19-4 PVC 581959 3 16 7 strand.626 x 1.096 15.9 x 27.8 .060 1.52 298 443 Spec 20-4 Black PE .... .... .... .... .... .... .... .... 661346 6 16 solid .686 x 1.156 17.4 x 29.4 .060 1.52 374 556 661566 4 14 7 strand.736 x 1.206 18.7 x 30.6 .060 1.52 380 565 Other air.counts sod AWG...sizes(solid....or•••stranded�������.available...o......on...re.....oe.st�1111111���������������������..........�����������������������������..........��������������������.............. P ( ) P q BEL®EN I r,Icton Iocr[onlc=s I1 V =slon Technical Support: 1 800 1!3I 1 IllilN 1 • vvvvvv Irokion coils SENDING ALL THE RIGHT SIGNALS DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC IP liiilllr ct IIIII'RIC ijj lllhi III13udii llll Illlpllll 4 Spec 19-5 and 20-5 Signal Cable jj'iroduct Sip ciiificatMoins man Conductors Solid or Stranded11111„l,fl,ml '„ fufl fluuflmil'I IIIIIIIIIIIIPfl�fl 11u1 Insulation Polyethylene Color Code Per Specification mimi�mi�uo m m uuu Conductor Configuration Cabled Conductors 603164 4 14 solid .566 14.38 041 1.04 168 250 ..Shield Corrugated Copper Tape ” 11 Pum Inner Jacket Polyethylene um�u .... .... .... .... .. .. .... 601221 4 14 solid .566 14.38 .041 1.04 150 223 Outer Jacket 580708 3 10 7 strand .666 16.92 .045 1.14 220 327 Spec 19-5 PVC Spec 20-5 Black PEi 7 397 so Minimum average outer jacket thickness is.060 inches(1.52mm). Other conductor counts and AWG sizes(solid or stranded)available upon request. Spec 19-6 and 20-6 Signal Communications Cable jj'ir Stranded Bare Co er VIII µ limlilh �lllilllihl �I�I IIII� up IIIIIII IIIIIIIIIPfl flIIIIIII� I JIIIIIIIIIIPfl��fl�m111 aiiuii Conductors III MoutMol Solid or II illi o uo oo. Insulation Polyethylene Color Code Per Specification Ill 11 m�mimuo m uo m m Conductor Configuration Twisted Pairs .. .. .. .. 581978 2 16 solid .650 16.51 .041 1.52 211 314 Shield Corrugated Copper Ta 9 pp e p...- 601460 2 14 solid .685 17.40 .041 1.52 196 292 Inner Jacket Polyethylene oiIUI�Pouliiuo m uo o up m Outer Jacket .... 581922 3 Spec 19-6 PVC 19 solid .616 15.65 .041 1.04 130 193 Spec 20-6 Black PE 581329 2 18 7 strand 626 15.90 .041 1.04 126 187 580088 6 18 solid .736 18.69 .041 1.04 209 311 580065 6 18 7 strand .786 19.96 041 1.04 218 324 601222 3 16 solid .650 16.51 041 1.04 166 247 601458 6 16 solid .795 20.19 .041 1.04 252 375 Minimum average outer jacket thickness is.060 inches(1.52mm). Other pair counts and AWG sizes(solid or stranded)available upon request. BEL®EN 1I01don I' oc[[onlcs 1,1lvl=slon Technical Support: 1 800 Isl 1 r P P ::1 I'.I�! 1 vv vv vv I',r a�h1 I ri u§r1 [;[�x rr� SENDING ALL THE RIGHT SIGNALS DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC IP Iiii111r ct IIIII'RIC ftI,i IIII,IuViiiWl IIIIpIIII 5 Spec 39.6 and 40.6 Communications Cable Spec 39.6 Communications Cable is available upon special request. 1 muroduot Slpoolllll°°iicoltuioins III �� m�llhp p a 4 ui'lll�l I M l0 0 �m moil' �i�i irI M Conductors Solid or Stranded BE Copper III �IIIII II flmilllfidlfufl�fl� °VIII Il m III it II Insulation Polyethylene Color Code Per Specification mm mmiio m mi Conductor Configuration Twisted Pairs "'�"i'7'Mllliiu m i 'fi a " u .. .. .. .. .. ... 603414 12 19 solid .756 19.20 .060 1.52 248 369 Shield Corrugated Copper Tape 603569 18 19 solid .890 22.61 .080 2.03 352 524 Inner Jacket Polyethylene Mlnls.oat Inches(t.oam .. .. .. ... .. ..... mum average inner m nnerJacketthlcknessl ) Outer Jacket Other pair counts and AWG sizes(solid or stranded)available upon request. Spec 39-6 PVC Spec 40-6 Black PE rova�1� BEL®EN I r,Icton Iocr[onlc=; I1 V =;Ion Technical Support: 1 800 1!3I 1 Illi'N 1 • vvvvvv Iro on c o i I I SENDING ALL THE RIGHT SIGNALS DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC uurliiidllll ain I duct x11113le - 300V 6 Spec 39.2 and 40.2 Communications Cable Fllollroduuuct Sllu crfmcakloinc .... r, I' IMIMIIIIIII`IIIIVIIIIIII �III�III 'I t°il �IIull'I Conductors Solid or Stranded Bare Copper III „u lilull II you ilio you ul�o I' plr Insulation Polyethylene �IMIIIIIIIIIII VIII ����� IIIIIIIIIII�������������IIIIIIIIIIIIIIIIII����II����� IIIIIIIIIIIIII�������������IIIIIIIIIIIIIII II�I u�I h�� Color Code Per Specification °ui ! llluuuul Conductor Configuration Twisted Pairs dPoml°i��I � °°" . 580481 3 19 solid .422 10.72 .045 1.14 87 129 Shield Corrugated Copper Tape 581718 3 19 7 strand .454 11.53 .045 1.14 91 135 Jacket 603434 6 19 solid .510 12.95 .045 1.14 132 196 Spec 39-2 PVC Spec 40-2 Black PE 581164 12 19 7 strand .686 17.42 .060 1.52 237 353 581855 ...3 16 7 strand .586 14.89 .060 1.52 154 229 581751 12 16solid .890 22.61 .080 2.03 415 617 581258 25 16.... solid 1.140 28.96 .080 2.03 744 1107 11 6tulliiu1111111111111 i,III IIIIIIII IIVI m lm�i In 603555 I�3 19 solid .424 10.77 .045 1.14 77 115 580125 3 19 7 strand .444 11.28 .045 1.14 80 119 580382 4 19 solid .504 12.80 .045 1.14 93 138 580040 4 19 7 strand .480 12.19 .045 1.14 93 138 603385 6 19 solid .565 14.35 .060 1.52 132 196 580120 6 19 7 strand .514 13.06 .045 1.14 119 177 603480 12 19 solid .666 16.92 .060 1.52 205 305 603403 25 19 solid .820 20.82 .060 1.52 369 549 603482 25 19 7 strand 1.010 25.65 080 2.03 422 628 603104 6 16 solid .666 16.92 .060 1.52 200 298 603994 6 16 7 strand .683 17.35 .060 1.52 208 309 603223 12 16 solid .890 22.60 .080 2.03 365 543 Other pair counts and AWG sizes(solid or stranded)available upon request. BEL®EN 1:301don I' oc[[onlcrs I,1 IVI=slon Technical Support: 1 °00 Isl I P P ::1 1::::::N 1 vv vv vv I',r o I ri u§r7 [;o m SENDING ALL THE RIGHT SIGNALS DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC I@'Niigata "'S" AeliiiWl Itfl* 300V 7 Spec 39.4 and 40.4 Communications Cable IlConductorspcuilfiicotuiouims "Solid or Stranded B""" "r " II�IIIII �� III I M ��a IIIIII1uiilllulVN �M uuuii"uupll �milll��ouii', ����� IrIM are Coppe � III �IIIII II n ii u Insulation Polyethylene Color Code Per Specification mm mmuo m mi Conductor Configuration Tw sted Pairs s 603343 6 19 solid .520 x.990 .060 1.52 306 455 Shield Corrugated Copper Tape (13.21 x 25.15) uo m uu Integrated Messenger 1/4"(.250")7-wire i,7i 'fi a"' "� INEENNNEEMMMMMM extra high strength 603680 3 19 solid .430 x.900 .045 1.14 229 341 (6,650 Ib.test)flooded (10.92 x 22.86) galvanized steel strand - . 603155 6 19 solid .5200 x.990 .045 1.14 276 411 Jacket (13.21 x 25.15) Spec 39-4 PVC Spec 40-4 Black PE 603149 12 19 solid .666 x 1.360 .060 1.52 355 528 (16.92 x 34.55) 580950 12 19 7 strand .686 x 1.156 .060 1.52 371 552 (17.42 x 29.36) 603568 18 19 solid .756 x 1.230 .060 1.52 442 658 (19.20 x 31.24) .. 8............................18 7 strand 626.....X.....1 096 06 0...................1 52.....................325.................484 Q1,22 E,H 601975 6 16 solid .666 x 1.136 .060 1.52 355 528 (16.92 x 28.85).... 603993 6 16 7 strand .686 x 1.156 .060 1.52 340 506 �1 42X293. Other pair counts and AWG sizes(solid or stranded)available upon request. BEL®EN I r,lcton locr[onlc=sI1 V =slon Technical Support: 1 800 1!3I 1 Illi'N 1 • vvvvvv Iroldon coils SENDING ALL THE RIGHT SIGNALS DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC llp llll,w IIII[ p IIIDete t IIIc 1111[ea&�iillllp 1111311112 8 Illl ulr ""uu2 uu 1114 Spec 26-3 and 28-3 Aerial Self-Supporting Cable Illu.. cur c tulol.m.sConductorsS e263Hard.... Solid Hard Drawn....Bare Coppe...r. it �III� �WWI ��� I M IIVPI°II o tiiIP a °�WI^I°III�IIIIiIIMI l � pYIfl�l�llflWm lllllol�llu IWWI III�IIIIIIIII Spec 28-3 Solid Copper Clad Steel Insulation Black High-Density Polyethylene(HDPE) Poulu6 ul III °film Conductor Configurations Single Conductor 601499 1 10 solid .163(4.14) .030 .76 37 55 IUIIUIV�Pomiuuu m liMpl 601224 1 12 solid 140 3.56 .027 .69 23 34 1 601223 1......... 1..0........ SoI'� 162 4.....1...1 027 69 35.............5.2...... 1 Other AWG sizes available upon request. Spec 29-1, 29-20 29-3 and 29-4 Aerial Self-Supporting "C" Wire CIll'iroductondsIIISpec 29-1 29-3 pc Conductors ulcmotulol.... n u u mm p Solid Hard Drawn Bare Copper III it l�luu i III III IIII�IIIII I II III IIl0lll 'f� VIfll�llfl� 16 m lf Spec 29-2,29-4 Solid Copper Clad Steel Pouuo m lol li m�l Insulation Black High-Density Polyethylene(HDPE) Conductor Configurations Two Conductors Parallel 601364 2 12 solid .175 x.317 .045 1.14 56 83 4.45 x 8.05 Outer Jacket mlmlJmlmuo m uo uoum uo uuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuumuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuu Spec 29-3,29-4 Red Fade-Resistant PVC mIPoIIuIIW �ill'IIIII 601257 2 14 solid .155 x.283 .040 1.02 37 55 Spec 29-"1 a Spec 29.2 Z,"!21 601256 2 12 solid .170 x.317 .040 1.02 52 77 4.32 x 8.05 uu ulVuPouullll m uo IIII VIII IIII VVVVVVVVVVVVVVVVVVVVV VVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVV VVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVVV I u it u m uuu 601803 2 14 solid .215 x.343 .027 .69 55 82 546x8711 Spec 29.3,u Spec 29.4 601406 2 12 solid .235 x.377 .027 .69 74 110 �5 97 x 9 581 601450 2 10 solid .268 x.440 .033 .83 108 161 `` m ml mull m uo lm6uiluu$umuuuuuXuuu1uu1.1uuu$u uuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuu uu ul�uPou uui I 601259 2 14 solid .215 x.343 .027 .69 53 79 601258 2 12 solid .235 x.377 .027 .69 70 104 �5 97 x 9 581 14 AWG IMSA 29-1 available upon request. BEL®EN 1I01don II oc[[onlcs I,l IVl=slon Technical Support: 1 300 Isl 1 p p ::1 I I.N 1 vv vv vv I',r o I ri u§r1 [;o m SENDING ALL THE RIGHT SIGNALS DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC l[oqp Detectair Whire 600V 9 Spec 50.2 Loop Detector Wire 1 mllroduot Spoollifiiicmntuloins Conductors Solid or Stranded Tinned Copper dull W � III �IIIII II �I" IYIfll�llfl °VIII Illlm it li u Insulation Polyethylene PP0V11 Color Code Black/Naturalm�m mmllo m ml Eammommmommomm Conductor Configuration Twisted Pair l603980 IIII i2,Li IY" 18 16 strand .285 7.24 .030 .76 35 52 Shield Aluminum/Mylar Ta pee603133 2 16 19 strand .309 7.85 .030 .76 39 58 Outer Jacket Black Low-DensityPolyethylene .... ...... 601765 2 14 19 strand .330 8.38 .030 .76 50 74 581061 2 14 19 strand .360 9.14 .045 1.14 57 85 603378..................2................... 1°2.............10 strand 332...................110 030 75 75 11s Solid���cond conductors availabl.............. ..o ponreq uest�������������������������������������������......................��������������������������������������������������������������������������������������������������������������............................��������������..................���������������������............... Spec 51.1 and 51.3 Loop Detector Wire SpeC 51.1 Loop Detector Wire is available upon special request. p� 1 mllroduot Slpoollltliiomntlllolins PIIIIII ��IIII ml h III VIII I� MI m Illlli�I IMIlll7 Conductors Solid or Stranded Bare Copper m illlm. m Illlm pI"li II Insulation �I �IIIIII WIIIII�IIIIII 111 @11111 II IIIIII�IIIIIIIIIIIPIIfll�llfllllllllllll�lllllllllllllllllillillllllilllllllllllllllll �illll 8M Spec 51-1 PVC/Nylon mulumlluo m IIII Spec 51-3 Black Cross-linked Polyethylene mulplu'ii " IIII I 'li II°"' "` CI`I Conductor Configuration Single Conductor582,100 1 14 19 rand .136 3.45 .030 .76 17 25 st Other AWG sizes(solid or stranded)available upon request. Spec 51.5 and 51.7 Loop Detector Wire r Insulation " IIPIIIIII �� IIII IIIIIIm1111911 IIII II II uIIIIIIIIIIII� �� IIIIIIII'llllllll mi�h0°iM'n100' mMl IIpoo II Conductorsp ul IIIouMlllolllms Stranded Bare Co pe �IIIIII �IIIII II flIillo Yufll�llfl Spec 51-5 PVC/Nylon hll Spec 51-7 Black Cross-linked Polyethyleneluuoulllumom ullll 11 muomtmumll umml p ®° Conductor Configuration Single Conductor580206 1 14 19 „ 6.35 030 76 27 40 strand .250 Outer Jacket Black PVC or Polyethylene Tube80 6 1 1 IiPollliil and 1250 6.35 .030 .76 36 54 mmOmimmIIII II u' i 2u Illlluum 91 Sltuom umml lulu IIII 580263 114 19 strand .250 6.35 .030 .76 29 43 5821°1..5...................1................... 1°2.............10 strand 250 5.15 .030 15 30....................58 111111 m 1im li `fi a ii Pui mim ul m luull I � ® umml I I mmmmmmmm 581923 1 14 19 strand .250 6.35 .030 .76 31 46 m�u��u�lmil m uluu li 'fi uu. .ii a IIIIPm II muo mmm umml mull IIIIL� 582115 1 14 19 strand .250 6.35 .030 .76 33 49 12 AWG 51-7 available upon request. BEL®EN I r,Icton Iocr[onlc=s I1 Ivl=slon Technical Support: 1 800 1!3I 1 llilN 1 • vvvvvv Iroldon com SENDING ALL THE RIGHT SIGNALS DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC CM["'IIID"'ill IIID IlllIoiilriiili IIIPmepaillrblr m iifl of IIID"'lllr lllli 1114 Illri hili lllli IIII IIII 10 CALTRANS Type 2 Traffic Loop Wire (Spec 5111.15 and 51.7) 1 muioduct Sip ciiiluicatuioins VIII � Milli Conductors Stranded Bare CoInsulation X11111IIIII1IIIIIII 11Illlll� IIIIIIIIIPfl fl lllllll�l IIIIIIIIIIIIPfl�fl� lI S ec 51-5 PVC/Nylon ® n r I�mmi iii a®L ummiuuuui Spec 51-7 Black Cross-linked Polyethylene VIII mmmuuuum mMmmrmmMu"i6i mmm m mimimimuuuumu°ummuumi u u �m � uimuuiu VI�IioaL in Conductor Configuration Single Conductor 120 SuramnIImi�mi II milli uum umuumu„u m umi6.35 i Ili 0i0 76 1 14 19 27 40 Outer Jacket Black PVC or Polyethylene Tube 1111 l m 580263 1 14 19 strand .250 6.35 .030 .76 29 43 �lwi®il�lllmnui uuuu�ui uiM'IuiuimnuiuiRmu`uui mmii� �� ,.. m i mi illuiullim��mllli muuuuumuo umloi 'iuou pu uuuu m mi iu�i a®L,ummi uuuu ilii 581923 1 14 19 strand .250 6.35 .030 .76 31 46 flwi®inmm uuuu�m mnnmmnmmmMmi`um mmii� � , m i mi iuuiullim11mllli muuuuumuu umloilill�uou pu uuuu m mi mmi mmi i i 582115 1 14 19 strand .250 6.35 .030 .76 33 49 CALTRANS Type B Lead-In Cable 1m moduot Slpooilitmomotmoins VIII SII III �� VIII I I ml h i III IIIIIIM I,M �m`` �� Ili Conductors Stranded Insulation Black High-Density lPolyethylener Color Code Black/Natural ulmll m Conductor Configuration Twisted Pair 4iII03�91116 m mmm2uMu iilll 16 19strand .275 6.99 .033 .84 40 60 Shield Aluminum/Mylar Tape p Outer Jacket Black High-Density Polyethylene OKTIC� CALTRANS Type C Lead-In Cable (Spec 50-2) l mmoduot Spooiiitmomotmoins VIII g plllmlllhi Ap lio a Ili M fmM p �m 90 Vii �� III Conductors Stranded Tinned Copper 11111„l,fl,, „ Ifl fluuO” 'r Vufl�fl� II .. ... .... .... .... IIIIIIII � � 11 I"IIP mII Insulation Polyethylene Color Code Black/Natural Conductor Configuration Twisted Pair 603133 2 16 19 strand .309 7.85 .030 .76 39 58 Shield Aluminum/Mylar Tape Outer Jacket Black Low-Density Polyethylene CALTRANS Signal Cable 1m moduot Slpooiiitmomotmoins VIII SII III �mm�� VIII I I I I mil h p lio �II IIIIIIM I,M �m`` �� Ili Conductors Solid Bare Co er i1i@uoi �III III �IIIIII II lflml flfloflmll'I Insulation PVC/Nylon fl fl 111111 P P Color Code Per Specification umu M Conductor Configuration Cabled Conductors 580228 3 14 solid .321 8.15 .045 1.14 67 100 Outer Jacket Black Low-Density Polyethylene 3CSC 580229 5CSC 5 14 solid .380 9.65 .045 1.14 101 150 0 580374 1 12 9CSC +8 14 solid .508 12.90 .060 1.52 184 274 .................................................................................................................................................................................................................................... 580157 1 12 solid .580 14.73 .060 1.52 251 373 125 +11 14 580159 1 10 solid .833 21.16 .080 2.03 527 784 28CS +2 14 BEL®EN 1M¢��,1d0[1 Ii' Ii,[r[ro[11[ rs I,1IV1s1oii Technical Su ort 1 ppt Isl i P P ::1 I'.I�! 1 vv vv vv,E:r ai I ri u'§ri [;[�i rr SENDING ALL THE RIGHT SIGNALS DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 1111''iira'ffiii 1 giiit 1111 Coiiintrd1 CWW1e Vehicle Detector Cable 4muroduot Spoollifiiicatuioins iI M Conductors Stranded BE Copper dull W � III �IIIII II flmillllfufl�fl 'pm Il m ENE!ii ii u Insulation High-Density Polyethylene PP0V11 Color Code Black,Red,White,Green fi mmstrand Conductor Configuration Cabled Conductors 99`2A 4 18 7 strd .234 5.94 .024 .61 37 55 Shield 7993A 4 18 7 strand 218 5 54 .024 61 35 52 Part No.7992A Aluminum/Mylar Tape Part No.7993A Unshielded Outer Jacket Black High-Density Polyethylene Filled Yes SIIlmiiioJlldod UinsIlliiiiollldod Optical Detector Cable 4mllroduot Slpoouitliiomntuioins �IIIII �� ml h �II III I� M m IM6 MI7 Conductors Stranded Tinned Copper m lum m ilupl pi 11 II Insulation High-Density Polyethylene �IIIIII W � III �IIIII II � Pfl�fll� iiil WIII 8M Yellow,Color Code Blue, Conductor Configuration Cabled Conductors lllppo804°IIII 11 3ul 20 U7 strand, -- 61 rand .280 7.11 .045 1.14 42 62 Shield Aluminum/Mylar Tape Outer Jacket Black UV Resistant PVC Suitable for Direct Burial and Aerial use(messenger wire required). b BELDENI r,Icton 1:::::: ocr[onlc=s I1 V =slon Technical Support: 1 800 1!3I 1 lli'N 1 • vvvvvv Irokion coin SENDING ALL THE RIGHT SIGNALS DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC N1ru NN^�m�m liii �mllll IIMlurflldilpWl Sigindl Assoc iia Clon (IIIIIIIIIVISA) CaMles 12 Color Codes 1111111WSA Callixiediraduc oir IIIII'ATwisted Ill CA1111 TRAINS 3-Coilmductoir CA1111 TRAINS 28- iraductoir IIh II � L: .o llllh I 111111 II ����IIIIh 1111�11 II I III � ������� 1111�11 III � III Idm I iNI N NN NI N NN Idm I uN�N�IMIMINNIUNIV NN INN llllNliN I IIII IIIIII III IIIIIIII IIII llllNliN I IIII IIIIII IIIIIIIII VIII III I 1Black — 1 White&Blue 1 Blue Black 1 White — 2... White 2 White&Orange 2 Blue Orange 2 Red Black 3... Red 3 White&Green 3 White Black 3 Yellow Black 4 Green 4 White&Brown 4 Brown Black 5 Orange — 5 White&Slate CA1111 T" AIN S- oira lumm:toir 5 Red Orange 6 Blue 1111 7 White Black 7 Retl&0 tinge I�I �M 6 Yellow Orange 7 7 Brown Orange 8Retl Black 8 Red&Green 1 Red — 8 Red Silver 9... Green Black 9 Red&Brown 2 Yellow 9 Yellow Silver 10 Orange Black 10 Red &Slate 3 Brown 10 Brown Silver 11 Blue Black 11 Black&Blue 4 Black 11 Red Purple 12 Black White 12 Black&Orange 5 White 12 Yellow Purple 13 Red White 13 Black&Green 13 Brown Purple 14 Green White 14 Black&Brown CA1111 T" AIN - oilmmlumm:toir 14 White Black 15 Blue White 15 Black&Slate 1111i II M 16 Black Red 16 Yellow&Blue IIIIIIII IIIIIIII III 15 Black Red 16 Red (2)Black 17 White Red 17 Yellow&Orange 1 White 17 Brown (2)Black 18 Orange Red 18 Yellow&Green 2 Red — 18 Red (2)Orange 19 Blue Red 19 Yellow&Brown 3 Yellow — 19 Brown (2)Orange 20 Red Green 20 Yellow&Slate 4 Brown — 20 Red (2)Silver 21 Orange Green 21 Violet&Blue 5 Red Black 21 Brown (2)Silver 22 Black 22 Violet&Orange 6 Yellow Black 22 Red (2)Purple 23 White — 23 Violet&Green 7 Brown Black 23 Brown (2)Purple 24 Red — 24 Violet&Brown 8 Black — 24 Blue Black 25 Green 25 Violet&Slate 9 White Black 25 Blue Orange Cables per IMSA Specs: Cables per IMSA Specs: 26 Blue Silver 11,111M IIII TRAINS 12mmuimmlmmm:u:mmm 27 Blue Purple 19-1,19-3,19-5,20-1,20-3,205 19-2,19-4,19-6,20-2,20-4,20-6, P, This color code uses only six different insulation 39-2,39-4,39-6,40-2,40-4,40 6 II28 Black — colors.Different colored single stripes identify This color code uses only ten different insulation IIIIIIIIIIconductors numbered 7 through 21.The calors.five far the wire calor conductors sequence is repeated in cables having more in twisted pairs;five for the"mate color" 1 White than 21 conductors.The repeat sequence conductors in twisted pairs.The"wire color" conductors are identifiable by their location in and"mate color"combinations produce 2 Red — the concentric layers of conductors in the cable twenty-five uniquely color-coded twisted pairs. 3 Yellow — assembly;the lower conductor numbers being in the center of innermost layers;the higher 4 Brown — conductor numbers being in the outer layers. 5 Black — 6 Black White 7 Black Red 8 Red Black 9 Yellow Black 10 Brown Black 11 Red White 12 Brown White BEL®EN 1I01don oc[[onlcrs 1,1lvl=slon Technical Support: 1 800 Isl 1 P P ::1 1::::::II! 1 vv vv vv I',r o I ri u§r7 coin SENDING ALL THE RIGHT SIGNALS DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC uu1m uulm liii uulm llll IIII' 1 uulmliijdjilll3 111j Sjgindj Assoc ii tliii in IIIIIIIIVISA) Cdj*jes 13 Index Part Numbers Ill 11 gill llll qi p!!!!!!!Ugiil uuugiillll qi u9i 4 uuuuuuuuuuuuuuuuuuuuuuuuuuml uuu9iillll gill iiPillll p., p 1 m p Illllll mluu�u Illllll ml111W Illlll Illlll Illllll 'Illmluu1u 7992A Signal Control 11 582024 20-1 1601214 19-1 1 601460 19-6 4 601928 20-3 3 7993A Signal Control 11 582100 51-3 9.. 601216 20-3 3 601466 19-1 1 601930 19-1 1... 580040 40-2 6582115 51-7 9,10 601217 20-3 3 601467 20-1 2 601948 19-1 1... 580065 20-6 4 582116 51-5 9.. 601218 20-3 3 601468 19-1 1 601975 40-4 7.. 580088 20-6 4 601137 19-1 1... 601219 20-3 3 601472 20-3 3 603057 20-5 4 580106 20-1 2 601140 20-1 1... 601221 20-5 4 601475 20-1 2 603061 19-1 1... 580120 40-2 6.. 601141 20-1 1... 601222 20-6 4 601479 20-3 3 603104 40-2 6.. 580125 40-2 6.. 601142 20-1 1... 601223 28-3 8 601480 19-1 1 603131 20-1 1... 580157 CALTRANS Signal 10 601143 20-1 1601224 28-3 8 601481 20-2 2 603133 50-2 9,10 580159 CALTRANS Signal 10 601144 20-1 1601227 20-2 2 601491 20-3 3 603149 40-4 7.. 580206 51-5 9,10 601145 20-1 1601256 29-2 8 601496 19-1 1 603155 40-4 7.. 580228 CALTRANS Signal 10 601146 20-1 1601257 29-2 8 601499 26-3 8 603164 19-5 4 580229 CALTRANS Signal 10 601147 20-1 1601258 29-4 8 601500 20-4 3 603223 40-2 6.. 580263 51-5 9,10 601148 20-1 1... 601259 29-4 8 601510 20-2 2 603234 19-3 3 580307 20-1 2 601150 20-1 1... 601316 20-1 2 601518 20-1 2 603298 20-1 2 580314 19-1 1... 601153 20-1 2 601320 19-1 1 601530 20-2 2 603314 19-1 1... 580374 CALTRANS Signal 10601154 20-1 2 601321 19-1 1 601534 19-1 1 603343 39-4 7.. 580382 40-2 6.. 601157 20-1 2 601322 20-1 2 601539 19-1 1 603378 50-2 9.. 580461 Signal Control 11 601158 20-1 2 601324 19-2 2 601540 20-1 2 603385 40-2 6.. 580481 39-2 6.. 601176 19-1 1... 601325 20-1 2 601563 20-1 2 603403 40-2 6.. 580706 515 9.. 601177 19-1 1... 601326 20-1 2 601569 20-1 2 603407 19-3 3 580708 20-5 4 601179 19-1 1... 601329 20-1 2 601570 19-1 1 603414 40-6 5 580902 20-2 2 601180 19-1 1... 601331 20-1 2 601578 19-1 1 603434 39-2 6.. 580950 40-4 7.. 601181 19-1 1... 601334 19-1 1 601583 20-1 2 603458 20-3 3 581061 50-2 9601182 19-1 1... 601337 20-3 3 601587 20-3 3 603480 40-2 6.. 581164 39-2 6.. 601186 20-1 2 601338 20-3 3 601591 19-1 1 603482 40-2 6.. 581258 39-2 6.. 601188 20-1 2 601339 20-4 3 601594 20-1 2 603515 20-3 3 581329 20-6 4 601189 19-1 1... 601340 20-4 3 601605 20-1 2 603555 40-2 6.. 581356 20-1 2 601190 19-1 1... 601352 19-1 1 601610 20-1 1 603568 40-4 7.. 581570 20-4 3 601192 19-1 1... 601358 19-1 1 601617 20-2 2 603569 40-6 5 581665 19-1 1... 601193 19-1 1... 601364 29-1 8 601622 20-2 2 603668 20-4 3 581694 20-1 2 601194 20-1 1... 601406 29-3 8 601633 19-1 1 603680 40-4 7.. 581710 20-1 2 601195 20-1 1... 601410 19-1 1 601671 19-1 1 603723 20-2 2 581718 39-2 6.. 601196 20-1 1... 601411 20-1 2 601765 50-2 9 603730 20-3 3 581719 19-1 1... 601197 20-1 1... 601412 20-1 2 601803 29-3 8 603804 20-3 3 581722 19-3 3 601198 20-1 1... 601415 19-1 1 601820 20-1 2 603870 20-1 2 581735 40-4 7.. 601199 20-1 1... 601417 20-1 2 601826 19-1 1 603916 CALTRANS Type B 10 581751 39-2 6.. 601200 20-1 1... 601428 20-2 2 601850 20-3 3 603980 50-2 9.. 581761 20-1 1... 601201 20-1 2 601429 20-1 1 601890 19-1 1 603993 40-4 7.. 581854 19-3 3 601202 20-1 2 601430 20-1 2 601900 20-1 2 603994 40-2 6 581855 39-2 6601203 19-1 1... 601431 19-1 581857 19-3 3 601204 19-1 1... 601437 20-3 3.. 581922 20-6 4 601205 19-1 1601443 19-1 1 581923 51-7 9,10 601206 19-1 1... 601446 20-2 2Independent Cable,Inc.(ICI),purchased by Belden Inc.in 1996. .. Cables shown in this catalog were formerly produced by 581959 20-4 3 601207 19-1 1 601448 19-1 1 581967 19-4 3 601208 19-1 1 601450 29-3 8 All sales of Belden products are subject to Belden's standard 9-6 4 601209 9-1 601454 20-1 2.. terms and conditions of sale.All printing errors are subject 581978 - - 0 to correction.Although Belden makes every effort to ensure 582015 20-1 1 601210 20-1 2 601455 19-1 1 the accuracy of specifications at the time of this publication, 582018 20-4 3 601211 20-1 2 601456 19-1 1 specifications for products described in this publication are 9-1 subject to change without notice.Contact the Belden 582020 20-1 2 601212 20-1 2 601457 .. 9 Electronics Division Customer Service Department for 582021 20-1 1 601213 19-1 1 601458 20-6 4 the most current information.1-800-BELDEN-1. BEL®EN I r,Icton 1:::::: ocr[onlc=s 1) V =slon Technical Support: 1 800 1!3I 1 Illi'IL 1 • vvvvvv Irokion corrr SENDING ALL THE RIGHT SIGNALS U.S.Customer Service:800-BELDEN-1 (800-235-3361) UNITED STATES ASIA/PACIFIC Division Headquarters-Americas Australia Hong Kong Shanghai 2200 U.S.Highway 27 South Level 10 Unit 4401,44F Unit 2605 Richmond,IN 47374 369 Royal Parade Cosco Tower Harbour Ring Plaza Phone:765-983-5200 Parkville,Victoria 3052 Grand Millennium Plaza 18 Xi Zang Zhong Road Shanghai Inside Sales:800-235-3361 Australia 183 Queen's Road Central 200001 Fax:765-983-5294 Phone:613-9341-0900 Hong Kong People's Republic of China info@belden.com Fax:613-9347-8274 Phone:852-2955-0128 Phone:8621-5385-3355 web:www.belden.com australia.sales@belden.com Fax:852-2907-6933 Fax:8621-6249-0879 hongkong.sales@belden.com hongkong.sales@belden.com Beijing Rm 1015 India Singapore Office Tower Beijing Capital 16th Floor,Tower B, 101 Thomson Road Times Square Unitech Cyberpark #21-01 United Square No.88 West Changan Ave. Sector 39,Gurgaon Singapore 307591 Beijing 100031 Haryana,India Phone:65-6251-8211 People's Republic of China Phone:91-124-4509999 Fax:65-6251-5010 Phone:8610-8391-5181-3 Fax:91-124-4509900 singapore.sales@belden.com Fax:8610-8391-5186 india.sales@belden.com hongkong.sales@belden.com CANADA EUROPE/AFRICA/MIDDLE EAST Cobourg France The Netherlands 130 Willmott Street Immeuble le Cesar Division Headquarters- Cobourg,Ontario K9A 4M3 20,Place Louis Pradel Europe Canada 69001 Lyon Edisonstraat 9,Postbus 9 Phone:905-372-8713 France 5928 PG Venlo,5900 AA Fax:905-372-6291 Phone:33-472-109-990 The Netherlands salescobourg@belden.com Fax:33-478-298-409 Phone:31-773-878-555 venlo.salesinfo@belden.com Fax:31-773-878-448 Montreal venlo.salesinfo@belden.com 2345 Boulevard des Sources Italy Pointe Claire,Quebec Via Paracelso,26 United Kingdom Canada H9R 5Z3 Centro Direzionale Colleoni 3000 Manchester Business Park Phone:800-681-6131 Palazzo Cassiopea Ingr.3 Aviator Way Fax:514-822-7968 20041 Agrate Brianza(MI) Manchester M22 5TG ibdn.info@belden.com Italy United Kingdom Phone:39-039-656-0911 Phone:+44-161-266-1115 Fax:39-029-656-0929 Fax:+44-161-266-1339 venlo.salesinfo@belden.com venlo.salesinfo@belden.com Africa/Middle East Dubai Internet City Building One,Office 216 Dubai United Arab Emirates Phone:97-14-391-0490 Fax:97-14-391-8775 sales@belden.ae LATIN AMERICA AND THE CARIBBEAN ISLANDS Regional Office Mexico Brazil 6100 Hollywood Boulevard Insurgentes Sur 800,Piso 9 Av.Rebou�as Suite 110 Colonia del Valle 1023—4 Andar Hollywood,Florida 33024 03100 Mexico,D.F. 05401-300 Sao Paulo,SP Brasil Phone:954-987-5044 Mexico Phone:5511-3061-3099 Fax:954-987-8022 Phone:5255-5523-7733 Fax:5511-3061-3752 salesla@belden.com Fax:5255-5528-8077 salesBRZL@belden.com salesmex@belden.com ©Copyright 2007,Belden Inc. Printed in U.S.A. p �j 07 4EDD 9EF9 B��F6A128AEBC ��%/, �, i DocuSign Env elo a ID. D5D83AB7 13 1I�j 1 l i " While conventional backplates increase visibilty of traffic signals,they can also add wind and ice loads Pelco has solved this problem with an Innovative flexible design that dramatically reduces stress to the b ckplat signal,signal mount and J;% ! / % I.%� mounting structure at elevated windspeeds. !% signed to i ilio !i i Qiv % odate 2"or 3" ye border ii Universal to � most current poly and aluminum's signal designs i� � ✓ f% �as installation& j etrofitted 'IuvvvvvvvvvvvvVVVVvvvvvvvvvvvl vvvvvvvv Breakthrough design of exterior grade dual durometer thermoplastics that combine rigidity and flexibility where needed / 1 Additional stress reduction to signal mounting hardware m g and signal structure fl %- % Standard warranty applies, t 10 year material life 1 Dramatic stress reduction to backplate and backplate attaching hardware *see chart Compounded for maximum weather '^"° `�' temperature extremes WWW. ntl imt, om ........................................................................................... 320 W.18th St.•Edmond,OK 73013•405.340.3434•Fax 405.340.3435•pelcoinc.com•e-mail:sales@pelcoinc.com DocuSlgn Envelope ID: D5D83AB7 1307-4EDD-9EF9-BOF6A128AEBC r� / fj 11111 U��In��11���i I I V1111IIliliil��� u �ll I j 11111111 III I � II'�i i iV�ii�I�iiiili wvil j Ill 1�,pph 11 �u�11111 u�lull) � I I �1 I VII e Add itional"Features & Benefits- 10 Reduced EPA as wind speed increases N Ability to flex from wind in any direction H Material resists snow and ice accumulation 1111 Maintenance free-no maintenance, H State of the art dual durometer material no break,no fade is chemically and mechanically bonded for IIIIIIIl AEROFlex shipped in Kit Form,for maximum strength and flexibility easierstorage Dramatic Stress Reduction ............... at higherwind speeds 1I1I Virtually rigid up to 30 MPH wind 1I1I 37%reduction in stress at 50 MPH wind 1I1I 47%reduction in stress at 75 MPH wind compared to aluminum louvered and ABS backplates VI�@'"�iiNd S e ecl iiil,iriiilti ��I PBPI 70 011, FIJI Dramatic Stiress Reduction um�������� -t���Ilgheir 1141111�I �Y��QiMU !� ^N Wind speeds Aluminum Louvered IIIIIIIIIII Rigid ABS IIIIIIIIII Pelco AEROFlex olllllllllllllllu°.� III 64 iiiouuuuuuu��pgF;dy w„ v!�fuluffiwmPw, l..l.11.li l. h utPerot ., 11!"1'4 r mne A ;u�q:: pit Matrix! IEL IR: ODUC w 320W.18th St.-Edmond,OK 73013.405.340.3434-Fax 405.340.3435•pelcoinc.com JuIY 101Q 117Pi DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Aerdlex Badkp�llcmrles 6elcra s hm(,:wcjtive flexible da(.ac�F rlcaGdesign reduces stiress b aa.kpko'le, sigr'1r_ala signal rr'souinl, and mouu"rl'ng .shriw:'9'ure a`at elevt'it,d wind speeds. AeroFlex Ba'ar..kplotes ar�e laa rlcatua.d fr.r,oin L)6:k duol dtji, >rnr ter tl,.nerlrar.:.>t.aNr-asfiz..s raat arour)d..,r11e rngidaly and dla.,x.IFaololy, [+1c: unlveisr..al design Will fit RIUSt Crura rat su nancm gG1t„ l G. 41p�� >14raal specify FCac9hteti cr-e ;.aw-ri6aaHe utaor1 request. Re lec�hve Far: r dens crlsc) (.:available. AeroFlex Universal Straight Backplates, Dula! Durometer i�d;n J" w � IR Ik �. , l� f�ap F 1 mxn ri fhi, a jweri,M Aoi°,I' ex Ise ' p;rlofe will fi'l 1 Ne"W( ml o d Npail I f 5rpr'rcrr��ari f 14,f.c_ 'n hl � A,and I''I vilk Aivrnw n si,:YinolF . ... Foy F4igk Gicgnol':a A e,?,)Fll';n Bo,,l rl(alo-^.s Br,lr I DO BK,,8000-3,PNC I f IT', 5eH t r l7 V..,I rll�r r;,raN /l iIXAMIF I'; 1 1- 1 2" 3-Sedhon C llu rt rts�:rl v/2 Rolleoivu fiipe l Y IA,MPa CI I. i =nrpl rx itir rti i V i t,.¢i �(k iry i In;�=, AnUhk Cor 1, p�H; ,I il, ui,afria r r I IO P9 rl r a r1 yov w � � liullu mouuomuooiiiilinlnlol000wuolmomouoi000ioio� �luw�wre�vu��iaimo�waMiuvaimi�muuim>mi�m��rwmm��uuluuuauumuu�wu�uumnl�hv��mti�muulwu�lw�m�ti�i iuuuwlul��a>mviihw�uu� vmmw�mmuuuuuuuuuuuuuuuuuuiniM�muim�uuuuuuuuuuuuuuuuu�uuuuuuuuuuuuuuuuuuuuuuuuuuumuuiuuuuuuuuuuuuHimutiwummm�l�ovuuuuuuuuuuuunuuuuuumuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuiuu�uwlNuuam�i��uul��ur��oilom�m�o����otirowun�wnldlmmolmoansfmi�u�u�imuo» uromvrri wriuoo 0 >'115/19 Ww rq�eka,aiwr. oin s ale Axil;',,Pk alrla'.cmn -4O1 ;40-3°434 fax,405 1�kr���a-343 e*1.10. DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Vim, ,r it /I/�"///1r� r' r The Mimosa B5 backhaul radio is hands down the easiest to use and highest capacity unlicensed 5 GHz backhaul solution for short and mid-range link applications. Ideal for collocation applications, relay sites and building-to-building settings. Recognized as the fastest unlicensed backhaul in the The integrated high gain antenna and super easy quick industry. Extensive bandwidth control options, low mount lets you install in minutes, and accurately aim latency, reserved bandwidth and GPS sync mode the B5 using the Mimosa smartphone aiming tool. mean peak performance. Assessing link health and identifying potential Spectrum friendly. Unique high precision GPS Sync problems has never been easier. Links are instantly technology reuses the same channel network wide. monitored by our Mimosa Cloud service with rich data Keep adding more capacity to more sites and waste collection and analysis. less spectrum. Jtra gg Tames unlicensed spectrum interference via custom Carrier-grade IP67 design allows the B5 to withstand the harshest of environmental conditions. engineered multi-channel and auto-everything technology. As good as two smart links in one radio. DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Mimosa Dal: r '.Jieer Mimosa 35 Backhaul e(-,,-II - II(-a �oe(- 1I(-a (, -II.ac Performance Environmental Max Throughput:Up to 1.5 Gbps IP Outdoor Ingress Protection Rating: IP67 aggregate UL/DL(1.7 Gbps PTY) Operating Temperature:-40oCto+55°C ykum Low Latency:Configurable to 5ms+ (-40°F to 131°F) ,fix Wireless Protocols:TDMA,TDMA-FD, Operating Humidity:5 to 100% r% J'/' Auto-TDMA condensing � Mj Operating Altitude:4,420 m(14,500') Radio maximum MIMO&Modulation:44:4 MIMO OFDM Shock&Vibration: ETS 300-019-2-4 up to 256QAM class 4M5 Bandwidth:Single or Dual 20/40/80 MHz channels Features Frequency Range:5150-5875 MHz Gigabit Ethernet: 10/100/1000-BASE-T restricted by country of operation(*new* Dual Link Operation:2 independent " US/FCC 5600-5650 support) dual-stream radios operating on non- Max Output Power:30 dBm(2-stream), contiguous frequencies 27 dBm (4-stream) Automatic load balancing of traffic across Sensitivity(MCS 0): 4 total MIMO streams with individual -87 dBm @ 80 MHz stream encoding up to 256 QAM � -90 dBm @ 40 MHz Management Services: Mimosa cloud -93 dBm @ 20 MHz monitoring and management SNMPv2& Syslog legacy monitoring HTTPS HTML 5 i p Antenna based Web UI 2.4 GHz 802 11 b/ /n radio for local • Gain:25dBi g management • Beamwidth(3d6):8°(HPOL and VPOL) Elevation Adjust:±20°mechanical Smart Antenna Alignment: Hands-free adjust dedicated 2.4 GHz Wi-Fi management j Jnr. Front-to-Back Ratio:>30 dB alio Ir iy Cross-Polar Isolation:>20 dSmart Spectrum Management: • B Polarization: Dual-Linear(horizontal& Active scan monitors/logs ongoing RF vertical) interference across channels(no service ,9 impact) Power Dynamic auto-optimization of channel and bandwidth use Max Power Consumption:SOW Security: 128-bitAES PSKwith hardware System Power Method:48 V DC 802.3 at acceleration compliant power injectors QoS:Supports 4 pre-configured QoS System Lightning&ESD Protection:6 kV levels za PoE Power Supply: Passive POE GPS Location:GNSS-1 (GPS+GLONASS) compliant,48-56 V Power over Ethernet Collocation Synchronization: 1 PPS GPS supply with IEC61 000-4-5 surge TX/RX synchronization for collocated co- protection channel radios Physical Adjustable up/downstream bandwidth ratio Dimensions: Diameter-442 rr m(17.4") Depth -362 rr m(14.3")with bracket Regulatory+ Compliance Weight:4.9 kg(10.8 Ips)with bracket Approvals: FCC Part 15.407,IC RSS210, Enclosure Characteristics:Single CE, ETSI 301 893/302 502sa enclosure with radome RoHS Compliance:Yes Outdoor UV stabilized plastic Safety:UL/EC/EN/60950-1 +CSA-22.2 Painted steel bracket plate Wind Survivability:200 km/h (125 mph) �o Wind Loading:39 kg @ 160 km/h(86 Ips @ 100 mph) Mounting: Pole mounting kit included for 30mm (1.18")to 90mm(3.54")OD pipes Mimosa Networks, Inc. • www.mlmosa.co • @gomlmosa /�% k z ii , �r/4 IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII� EIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII � � DocuSi n Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Di p j� j 111 1���/ 111 1 J II� a III r 1 � . ��1 I il�il j1IIIII � / / / � ��ffffff f�(�fffffffffffffff��ff�ffffffff///////////////////i PA402 Mount POLE MOUNT, SPECTRA° AND LEGACY° ADAPTER It , • Low Cost s • Rugged Construction PA402 SHOWN WITH REMOVABLE BLOCK-OFF PLATE • Supports up to 75 Pounds(34 kg) • Pole Mount Adapter for Spectral and Legacy'Wall Mounts (IWM Series,IDM4018,and LWM41) • Design Includes Mounting Studs for Quick,Simple Installation of Wall Mount The PA402 is a pole mount adapter designed for use with Spectra° 03.00(7.62) 4.60 and Legacy'wall mounts. For Spectra, DF5,or DF8 Series pendant THIRD,2X (11.43)) domes, use the IWM Series and IDM4018 wall mount. For Legacy positioning systems,use the LWM41 wall mount. ° ° The LWM41, IWM Series,or IDM4018 wall mount is secured to the PA402 by four 5/16-inch mounting studs; nuts and split lock Iss°) washers are supplied. 0 12.77 (32.44) Constructed from aluminum,the PA402 is capable of supporting up 0 ° to 75 pounds(34 kg)and features a cable feedthrough hole for easy routing of video and power cables.A block-off plate is included for 0 non-feedthrough outdoor applications. The PA402 is for use on poles having a 3-inch(7.62 cm)to 8-inch + (20.32 cm)diameter. 2.46 2.76 16.241 Isssl 7.00 n Ias) NOTE:VALUES IN PARENTHESES ARE CENTIMETERS; ALL OTHERS ARE INCHES. `'IAkIIIII ri� 1111111 I bib Organintemetional Standards zation Registered Firm �u ������IIIII01 �� C274/REVISED 1-06 IS09001 DuautySystem c,r larunr i� DocuSign Envelope ID: D5D83AB7-1/307-4EDD-9EF9-BOF6A128AEBC of � IIIII�III"III„ PA402 Pole mount adapter for IWM Series, IDM4018 and LWM41 wall mounts I31.:III„ATII"III; IRRIDVJUCTS IWM Series Wall mount with cable feedthrough for use with Spectral,DF5,or DF8 Series pendant style domes. IDM4018 Wall mountwith removable front end cap and cable feedthrough for use with Spectra,DF5, or DF8 Series pendant style domes. LWM41 Legacy'wall mount.For use with Legacy integrated positioning systems. EA4348 EWM adapter plate.Allows an EWM wall mount to be installed on a PA402 for use with an Esprit'Series integrated positioning system. I III"D IIIA AIIA III C AII„ Adapter Mounting Four 5/16-inch mounting studs(nuts and split lock washers supplied)for attaching LWM41, IDM4018,EA4348,or IWM Series mount Mounting Method Slots for mounting straps;three stainless steel straps supplied.Straps fit 3-inch (7.62 cm)to 8-inch(20.32 cm)diameter pole. G III.IIIA III.]RAII„ Construction 5052H32 aluminum,0.190-inch(4.8 mm)thick Finish Gray polyester powder coat Maximum Load 75 Ib(34 kg) Unit Weight 3.48 Ib(1.58 kg) Shipping Weight 5 Ib(2.27 kg) �IIIIIIIII U Il,mAkPelco,Inc.Worldwide Headquarters: 3500 Pelco Way,Clovis,California 93612-5699 USA ✓ USA&Canada Tel:(800)289-9100•FAX:(800)289-9150 Pelco,the Pelco logo,Esprit,Legacy,and Spectra are registered trademarks of Pelco,Inc. International Tel:+1(559)292-1981 •FAX:+1(559)348-1120 Product specifications and availability subject to change without notice. www.pelco.com ©Copyright 2006,Pelco,Inc.All rights reserved. �IIIIIOIm III DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC ""IJ f r r Spectra° Enhanced Series !P PTZ Domes HIGH-SPEED PTZ,20X&30X MODELS, FULL HO,WOR, LOW-LIGHT PERFORMANCE Prcduict Features ,a 1duulr d'ii slhc1lru 31011'Tearrnnulogy II IIru1r°haaldallnigq VlideoXpert 11301 d13 Wiiiulie10°pnruallno iu Range F1Wp"IpUllfll Ad uaunced Low d..liigD it 10uauwrry 10 1I110 3 I11 an,EIe111w„i Mades — ,s',nn11i-311'nu�nn�mru"l�ernlhlmolnndlogs — 10,^01Noire Eii101eroung EInniKauv:sad Tome IOwdlaapp nnwl 01p Io IIFIA11110 W110 IIIl.111BIi19p Vii„ I9FTm 11Dp' ges O�wr Id,c�corind Ilulpsa l 10 0"A01 Illrmn���a„ ^� Fowrww.w uuwren 11VIIoIe,:nrl+ru�r gH"dlPuu:EannuO E°n&q�,24 V1w0","E�41'dD`E1IE of T11meeAuulpoonouuu,1191waIFlGapp0111,nuans d 0ecriiasiian.lmnaanlr 13tabiiun.0ral (r..0fdq IErllilid, Illn Ainalllry niiic,s d;»INUIIIV,u; Yaunula0 O1lamurauuauwV,IIID"110'D"1nlnial uud nuo iCDOem Ifpnub e 1DIf11OiId PIro idle S naunad If"IruafilIle 6 d1BI ODIIMumomu 01 Ullm 3E�'iC18 E:IGd1g1e Storage wrrdt Miicrua SID,Cad �� v1����IC�„��Ir'��Irlr am�q',1�o��ruluO��uulhalGau�u11°� o ODolnrolpaliill wmwlllln Iain Irc and 1lhnnrud If°rarlryr'7iiudno"a1 sur.ms Top of(llmle 11...iiia0e IIIP Pinioirmaricier o�velrcoimmig dlildOnoludl Ililgldllunig Icionduldolns day and rnii,glhnl A'VnvnE Pellco"s Spleicreraudin Seres of dnilgdn speed PTZ udornes pro01d�e lolp uOer Frneg,ru0,g umaroude Icain Ouse 110 uuoirlrea!ses oo,ou rummage ItduuaVrlE ianid perforiinaalnce .pElraE IilrnduE'e vuaduuallnllla emndulrludzdlnmd salu.ulnallioln arurd sllneplulnrinig Spoclran Elrn'tianceud suuppuurls up 1033 0 off Oealuulres ldnal e nldarnre the vaduua of the 1puorluucl.Lowy latency viiadeo ornllaoalrlyd Oolcan"nlolrage I�Irn1a1 suu0sg;u�inead�1Fna'G ds euasud d ecuMlessdlfaBe 11h ruaugdu aunld uninlro`,Innadue 11fue Irarneln,a ii inlcreudiilNy Ii to uusn,n. Ulnen If'.DNWIF If°IrofIille 1G 1prolixad o1r FTP Furnlll IlI!Di fulrmDll°owalal Surelfisilain 3.01 Cameras Iluallruiliuvel IEDIIesul za EperlraEIrndl liars rolnlg Iprov'diep Fullld HD '1080Ip 310x and'30x Spectra IEniknannlclad deua�lulrrzs llfaesarne e8SIB, V ilruslualldatdoln arud cplOmall zoom u.arnelr�as llfnat ruin at uup to 60 Orarnes par secori d aunid onaiiirnlenuiei nice ldVe�l you Ihravle c�om�e 11e eulplev drourrn Slliiectira,Idonne provide 1301E of'nue,'ffi de ICD�ayn am rr,.IRange I”NRf , 'Arkin IPisliclra°s system cam�uns�usu s IeO a Iaarl�-Ilro�ov„a�Eoano Euwve��anE�a�rn Fl�dO u��ated d�o�wv�er alnasl product ov,aluuluon a 1pwwerdlull�unerw cain eurna 0111 i lis now udorrne ghlel:sacldodcle�oOfive faarm facllr�rsincl cedlkirig,env011rionnnlra1n11e evaIlla'ble ll1l Oea!Uires 1Ke saumul povulorduud' D R oapaEu Aiies as dun-ce,Iiung peundaunl„envirionumenled Ipeundalrnl„ anid slaOunOess sllee: laefoi le bull novm wldn ffie ad'udiiliiaun od If llclo's eunvorouuunenul�aF penidarnt. prgOnl pelrforinuaarmce dlrn aldudiildlaun 10 110 d1B of d"Iruue'?AdI[Ai SUITVM sifon 310 adds as now deveu oif li awv tic,Ilia 1perdolnrrnaince Vliet ifs up to twerity 6r nes S Ipzalelglerslivaals 1:,mmielr ldnaun base Spectra Entranced ueodells rhe new SuureVsih®n 3,10 Spectra Erii0miuceld eas,n lly r°raunnerls 1e Peico IIE ianid IInybruud vAe"uu calrnelra is avan'allude in Ibollhu lone 20a anind 30w oll iiced zoom Fin sde�c�l syslounns sluc0u as WiduaXpeu•t„1Eiriii u1ua 3111(,o1r la1ar;ll,and IDigildl u'lipr�oy uunodids 7.3(or FaOm') Tl ie caumnlera os a0so couropa!1u011e w,ngii Dwgilall Eelrollry dgVS IEurIu bedidied IFe,elu ices W N'V4,a dludd-deaawre'vi deo management sruftvaauu:l,w IllicIE sd uavuadilallDne as a fuse adovwundlcuard aG wvumvu iaedco.0 Iruum 0S INVI,mr duuudes l nlr,uulde�E in a w um nrllads aie a OuuA slu4e,of II:nudl iln viWeo airraJytiics Oo1u1r free I IF I c�enses and alldlulwva dour llhne unaun,,ageunoe1na Ia0 v:adlnau iiniclllua;dinlg Abandoned IfDlbllea, Adap0'uve IPsdolii,usln ODIe11ec11ion„ OuounnuuptolE4rauuuerans. Auulled'racllum,Camera Sabotage, I[ reclfnolrnaI I10oliion, Lo;'lerlling fDeielcl olrn„i iCinunldrig,'Object Rernovad„amid Stopped Vdlndolle I aunlmdeavolrs lla be 11se rnosl umporn a1nd integrated cam arra provladelr 1"Ilseclra I a!slrn all oars dor up 1+rn 3�2 window Ilu alrulluiing I in One inipuus"mir9 as a marl sof lllwl e�dd11r1�Oaenra Eolfuaecelcd is zones anal are Icicnddlgoruallalle wan n a Iu�storn hills ru'ibnlcp gVions,uflhoree nnlelguami d wi1ah a gluing and evolr-r0lrowing Fns1 oif 3rd parmE software ilaveds of Image 13ellog I Iru,gnlduauns dlcr ertialrnlcdolg 1Ome'iananlge oun and'Vid1eo Management Spnerns�VIPugSIV. duaglgE ou rainy days Frrve'hAhirte Ua,wce I alre avaiidallnlbe for III IIIIII� IIIIIIIIIIIII' Ilp 111 1111111 I' I IIS I00 1 lllllllr +iter n rAl fV o usurp I'i� 01 by Schneider �u�a ��ut, r;n54,1NEW 17l�ni1"' DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC BACK BOX FE 'TTIPIPIE NOTE VALUES IN PARENTHESES ARE INCRES,"ALL OTHERSARE CENTIMETERS,. larWCeiling Ilndanrl a '.wulrlpgle llaasl Elm 11uslr iTusapeauuled of lhlaoml 1,"n�e"�:ilhnup wwh114.iiglrlt.Gray 132 lu ilimi TINu1p„IIl1'ro1.°'lllpuR II�.rm Tu m II111'aaglmsii11r1es 13 35 a1n11 q'15 25 ou"II I Spare 111h o us II11,116iilim uairid 1111`0cirri 17'5 in li Illu:`u'rN .. 1.1-lip_. m Nti,k Ii ilntmn C eulliiarg 1111'liielliness 1,27 nrulrl gllf,kpYlu 1n1. 141Naurilmmuanaa T 45 mini 111,75 mua q Ia Alluumiiimlauan II unstaeurtiimon 111(110Iluatnel IIMV181em1 Ill'uIItlMlla. pwllu1u111a11111'a 9or Iiio11 IlEatruruaaalm0umla IrolPumll ptililr tlluaaas11116u"nmg Spuqu'wu:s .............__ to5111p9':11102"kin'1T7.'1lllSuis'ftlinve�nllpll�ws�nru�st�icolpliummmulunwlr&�1iP�uuu'w ndr u e tal In-Ceiling m nnnaaglle Back 111rm,RA111m'!1u1111 Maor Hard Ceiling 011u1n g 1 pIpil1iu°umtuenl,s m 1 a m 61em1uuirsis 111 t II1 suem 1.41110uu0 q"111wuace Above Ceiilunlg 11192 Irsm1 114 31D in q Below Tylllm 411'and 1116115 O0 dudes Ilii a'1es alaml I1111amummalr m ul�'aII'Aniiauwalumn ITa uliiuvgl'1 hli 11r1e s'1°V u.um(01151.)Min 1 II"7raruil:ul'nuuur'i 1.111 Tarim J.75 in III da mu A111:onm i1u111u10ru q mins11r11wm111i1amu 1111°1!111)llhlaml,d N ylllm0m T1n.0bbll1e It -45'tN3 5011"'""Ia q-1513"on 122 1'q'S+IIYsIlaiinled Opua"II'uafinlVg'rIunnpif:lrataVre k a,ma 4sa.ell ._�_�_�_�_�.�,. 771, Standard Pendant u1rrm Tlllalurmv1I 1' a � la11oau1 , p1i�lkiliqgatGray lurll,Il11IIL!llulll um IN AIumui� Ta0a11uetlaa11fII1Rated 111q uti pallgle � - IiDsaas T 1 .iiarnc.!Ila IIMNpT fl ueuatl •-15„''111a35T MI`11m 951I9"roaurs!Ilaaliinelrl 12poenrmatlmnp 11"'emuupnalratlaulrua 111 ", ........ ........ ................................ ....................... ............................................................................ Environmental Pendant .......I • 1°,unwiil�Irlsmrll nleurlta111Pau1011a1i�Im11 Amanllalullei un IlMmpll"ut Gray I_111AIL9002 1 282 41am1walialaua0IT+anmstaaurtiiiamlul IIKII a ITaatneml Ill'1r81uain II1m01bble �1ta"'ups T11p11a 1�1I dlalra11111F66 h% �m , � �"a . Uses 1 112,.Ii�lwcllr1 NPI T11anr1eaal • lurlsllluudes T"Iaoa'1'iiiehtII-II'Irrmeor uuA011lloweur -a111a'"to 150"IC I to 11 1011peirmwing Tm:a0lmgwIlruatellre r"rlwNsi� w________. 11 % mlessTeel EnvirommismiamllIII'aallmdamaus. ' v °nt�ali�uldfn�,„m1eell1Eii Iurumaleluarna„uritallII I1we�Imdainii Awali'lla�lll n uurl llLuu hili Gray hniidrl„RAII-911002 r �lr 219 A11111 T'whidesls 51'111aumI11G¢u�n"dsluaaunlrt�limauv”0010111i11at1ed N y,6ivaua IIl1e&mlludi�a g1'll.'llp� fe l llllm ,pX aulul I111T611151 1 �o 11Jseql 1 1,I'241ndhl 1sNllwl Tllnlread IlllrOm„IIIIGudes Suill lllhliiie!Ilu1,I11saluam',and Iftwwlwlr ...... .45"I1 5011:11Cq...!Ilp'71'"to 122111 Sustained Opeuaitliongig I e0m',1peuaud'11ium„ . mks 65ai 2.1E 1,`9;11 , ........... , DocSEnvelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 11111,11 , CAMERNIDIRTICS Spa ciGcatia ptfNd ymow Light PgVmt,,,,,,,,,,,,,,,,, 30X 30x Law light,,,,,,,,,, ......... �� . ...„,,.,, ,,,,,, ° Cens&p hpe 1117 ilrrr:Iln pplpe Fmmnrnlr IK;;pd10"d Sensor tr;f'pd iirnmh Type Id;aMO S Seinsaalr plttpu.al zmina 0X dlplp a'dn,hiitruU Crumurml 1, 7 27 ,,,,,,,,,,,,,,,,,,,,,„,,,„,,,,,,,,,,,,,,,,,,,,,,,,,,,,, „,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,„,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,„,,,,,,,,,,,,,,,,,,,,,,,,,,,,. pvllra riimuint Ifi'eernll utdluu'u URD x ttliaktg f g'1'pd a'll pd'dpa ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,„,,,,,,,,,,,,,,,,,,,,,,,,,,,,, ,,,,,,,,,„,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,„,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,.,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,„,,,,,,,,,,,,,,,,,,,,,,,,,,,,, l.lr^rlss fd R IKi 'i .a fmle:,ull Qelaraltllr 4:'.d rrm a gvwlii Cr.q !gp.fld ummml glrmVa.V fr`d Iia”fft:f,,fur;ell Il mnddp'•Ilr h:;d Irurrru IPvwnwd�q"•d C'g,lg Irnnlrnn Qtell ap Haiiiinalitiol Angle uVim 55 w„ d.d�Iktelp "dl'u idd d tuto 59 S”(touq e-Ie q 51 .i dlwlhp, ; Aeper"u IflM'D tdi ip I i 9 K°elhulr q'd'C nns',p iddcic IVbur ID air Qlura Qf plKd Ilaw 19 ddd Ulun !K�„,�,���,a�,us,,,,,,,,,,,,,,,,,,,,,,,, „flDIC�;U lisuuu KdmBnr i dl mp a'n'Irsq 10 025 line dd,ttddliU IPu' Qt II.IItgBst rgnunaautindp�th More Ig;d'3IrnsI Kd,IKdlpn livan 1)01Kdtl Burr 0 013 Iluut 010104 lux IpwUrrmm IPrZ50,mi 0.00'di Ihrru aU Got Ilium ID CUB lux a'a 1015111 Minta:Selrush'lwiith ilii Ilux per glPa refirarotarusat,1/113 qi wirllearnp1le),1K l gni n at 31g Ilpg,l balk sllignall ple'velll wwlptlh 6calrusVlfliv'0y hruast OF 4X Improvement tu mers,l,r,t,,li,vultp rvitVt�Jensrtivi�tir u ,OIN enplCalGlabMaplea Yes ... Yen ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,„,,,,,,,,,,,,,,,,,,,,,,,,,,,,, Shown a d'11 11d'11g„CuKg sec 1/i-1/110,0010,s c ................................................................................................................................. CIGrpl na:tur-idralirre Udatwm figiedlp gtlkalid 181 Cut M"ddtaar Yes yeas a,,,,, . . ................................................................ . Dynamic rde 11c'ICB�rdlfd D;CQfr...................................................................... Wide nramic D� dlaur dF ............................................................................................ l ks Ckintlroi All.rtm iurprn villa l raimad rvenrldeAuto i6l; vth manuall override ....................................................................................................................................................................................... ...................................... daeNlrght Calnlpalnrsatlian des Yes Aaail Paat+e IG”a” Ola,ntrull 'des Yes ........................................................................................................................................... Atfiva IIFil velrplrug pees � 3D III Ifilllt'elrling "Ides Ca:G Mklrui��se 11"illltnuilng —11.......................................................................... ......................................................................................................................................................................................................................... kller.talmrl>tn IIIrnIlaprn It uh Qraataa n YeshIu fes g..D>q FEATURESSOFTWARE u ArrtdlCluceIirlrrnr 0l018VS amtd'ullturlks urmralvmlurlr.urut in Ippre field of view.When • Cifpd plremetsu line AurtlnffrsamlkIwr avalintaviiolr I Ienlerofpgurlr'Ied,the shs't'elrn mutarlrmu'tUunlnHy parnns aro l6lours and tufts tIm deudllnvw Char utre'w'umg rrhu,ueln turatill the nar,uelrt starl,l air ndinsarpnll:rlr:ara lip u,d d Preset aittxuracy Ifrrrun the rmerihaired abreim Q dnVtliiirutiiparall unr lauur Cngllispn dlpalansliu,IaI n furl illliarmle„Italian,d;1•grlrlrnaar, ICaumperua,"wmlDrctmgrr adev its u'ru luaam a:duarngew uru the field of dawm.An dg I uffidam pleased rin, R apaa�aa i 11 tl a Bred if this Ilelrn s a tnvuurteld Ikmlt,mpuret paint,as dolillh er a 1uuuk'u pt�t uellaiFv�„'���wurut:upiip'it.�ed Chinese,.bt.„�emame9 IK<Irlwrcam',h n uumruuuthiruriurr l ru.ru of onliumr ruV tlhe eau ffa a llso tau e r u tmi pau savuamrd Iplrurtelrtlinlra I Q h p .0 i '�' g d �r 12 Window h arnllns„mmlrspurduuuauhlle in suurr,vvirhu 5 wilindlrasvl Ialllur r.alptlNrnm allantr. • "Autal Iklf'pt'"feaallure reutHntlaw adruumlila 18111 ale Ihauttnlrrtl of ti llt vavinN a ID irinlchimnai Iildatucuiil:11i;enlermes an Warm Vn a hiieUh tr uffiir meal ywhem a , a Umumdiilritulr�aliullle pelrlI with alrralle~al um. I rulr eullrojeln Irmlaviem lin a duecillulend dlirelrtlielru, polp cruss unetalpNlaulfieamrs rll:wlr hlrlrupsltliarroa'Iq anduiltu.rnilnuuallp hmmrae�es trtlftiiVua,needsulrn irn.uda,kio,,u um;Iflwrde.alrnalrlprruut!rpate�eartu,uu"nunlep'vsdur;relrarneuaslclarudentell;,t pro Q� pt m`a,"li a speeds du Ii t ue I p!nllttanrme toIdrptlVn n'V unlmlma wahperty Imoving In thlw uap:upuc"autr dirertuan nud''t!he man nail lcwr or tuaddlilru nlr an ■ IkrnNko riagptp r.s ni lluundirg inline:um rturrilldplulrablle ararlh avinalrss nrduwurduuaa'r erntnning through an raA door. I� emd ramlromdle;r V IIK"alitaring IDMlatmanti,Irrllumn Iiedn mmf es wrdrlelrn 1pn.ragltVe lair velh;Ir,Iles In:rmaadm irr a udehnead a,mre prunlyder than this l•rdlefiined tiimtr ra Ipmvvls.Pills hrnfuan or it cddlrn�e'plime In Iredall,timlal nt:upt i utiion o'�,mlmplidi,ulnrs a tpllnnavl1ellr arleu.ulrnd ATMs, I�al i'r� ,� �� W� III,� I� ��,I I � � �P � etairvrellis,end mlhruall W:mulrnll:ds. Speara Enhanced ilndluurdes Iniratt uuaetr-conrh!rltrraallrllp. IbehlavlPenrs The • upl�neIf0f�IrDantimplillyda;a0.nntsau used mulo the pm that elll'pruuraudellied, s nll•rmlohelr rap penapQe aat ar strlre t nal tanrua II5ICaslpia.bile of l up tit three Daelhavualrs sIiinuaVtanipl ut dyu rrntraanr;I"der'Ill or pinailde a strnlr a vwirelrira tdrq;tra'p>Klirw is Ihpdhp„Climrs Ilrleharrrivarr p's aithlp lUgh„ tlhla nIVITld lea tai Il:ehaa:vlirar s is Ilin sled to the avagllralA Ile Qalraalerd on tlradkiluarp nurard(does not cuivirat IpnelmlpnVr, in a nlrenvradlead tr,.pthr!rp, p:arolceptslir'riM plrty ,,plc IDD fpnue atual nera,t arced the:TYIPe Il wettalldrtiie being used. pct Igleaunruv ll Triggers alp allaian if uurl rlltpelru is Irnunav,ead horn)a user adepllrued alerre."thus hehavuaur iiia°l for a rrusp,elrrnrnrn,Who vwant Ips • Abandoned Object IClmtawr.as Dbelrt,,s pllalred aawiiulkrilru a ndeDined rlunle a.lnd deveu tlhrr remuevrap of Ihipdh vaVuue ulba ierte,sstulrlir as prarlilrrtlirng lirmn a wwaQU ralr a draggers an allualrrn R the lahuun rennaains lin the zoi rlen Iinragler tfrnln Llhe satapuule itmurn a paerdestall, a user•dIe'Niinend bline�allVau'wrl-'.An a'orplurt tlernaiPnuA its a tp'piva imstallQat an for Slimlfalpaed'galllu'uralm.IDerert,vlwhiieIES oWlpupe"a d near as selisikilue rnreda longell tfnrs liaehavumr d Ili's Ihel u°awiimlr can rallsnn denenmt shier rm Ilenit I u+hurl d at an tllrarn tdue urelelr-dm'dii,anuadd tlirne KiIia s.1pniis behavirur is iideaa rar auli ntt &IihA,eip;pauelhlmlp pesssriiale raarrd slkiirmrmiing. cutltspdura rdrop ruffs,1pramlrllripini p ImmDlmna:eraunmlt stuspiciilnnar 1parllrillrrep trapf c Va:ulale ® Adaptive Motion Ontection.(Detects a nrd tlralrlrs,°ob;eu.t,s tUraat ernpelr a breakdowns,downs,arrud velhir;IVes vwalitwmpt at groes" �s'Irrlelrnr and'thlerrn iilg!,Kdera an allaumur vw8aerru'ther clojelrtrw Irrrutelr a ruser"idlwfirarrrd zone Nil;tnl0ilacvsrmlr ils plrliunalriiip used in lerutdleaaur elmvliln rrrumuentun;vrittu Iligtulf tlraff,uli a Iniiduela'th a nuuutulber of faallslP ru8alrrns Ir„`nuarma:d liupt lenariimnnuauentnp Chal nl,;pes DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC " 1 I u 4 u ° l u i 1 l i u uw i uur � 1 o WHO ANALYTICS w 66i&NG'tlErnwromdmig 11-112&4 11411101 Itm6;aiiun,oir 1B ase,pprkalliilllkm maul lr pmuiiccrl'lpsksunw,a kir talrll!rxk,Analllyficra INUIP'IIF:d';t Fliall'.oi krik�ou°lour,o 561,5556111 5:mlwsunm.m6 ptewwri l4alnaa�pu'urtnmun�t 5dn1euw'Sklrrr.awl°Im,w Upkaa7,w'orruaullltrwuruwrwuISS11lanrawlivs,tJlnr:aeccirldSiCitNru°URD1111anEililuamirwu"2".0loirdawair�l,wy'wuwaurn sfirr,kmuaa:ills Vairelltlle Ilmewwmd rtrn T1h1111.$11allulp cu6'611ne tllp"ori Mill The Ir"irwlliciiw AIN can srou'r mrmmi'll IIbelrao4im allmirrrr prarnsw p St:�Irirsmwn udaakda'ko'kldrii�Ikdl poirty ap;ltl1kic:ave:kiidwriw,@mkkllallcdkui Ika'k Firaquare Ratio UP kcr PuB'1„50,30 1'5„15,fl 2 5 'Ill 0!333 Mau prdau Vwrwd'ranw,r"rwrro 6,153 2 5 5 1'Ur6ol11nwwrwrtiiig oiva tlie,crurdu'.rig, rlesiallmsiiluraw, aumrl n'6romko rouwlddlauurwtuuwut'U IENE'IIAL 16wwai611wadndm�M6r„Gorr a uP omriw; dAmwri w Vunar:t'urarr ...................................................... ......�.�.�.High Profile tlde�r;lls 115carm pllluunkkruu:urun Resolution IIP GOP structurill 10,10111milp"Ifive plluaurum rwuir°u„'kll"u�rmmuw IIwIPamt:tm ....Mpx...._width _Height .Aspect Maximum Racammended Lower Glu�wrrre IPpyhrru Ratio IPS -Bit Rate 11Mdpslll� S11[6l IUSkeell Cio nmiriwmtdorr 6.0,; 1!'156 mm 6111551 1115,!9 olid il,pili Flawirwll"leavers pkilu ataw illlVwave wtwid,girlwy,1p0lpaureikhiaane cow corder u;roar ksmll 6runk�s11°u 6'61:6 v"x506 UJUD'UI 1111159 ;mill --6.05, tdow�w:ir11Dorruu. wtwil�d,,tJlllarr.11a podtmrrekllua?Irle --------------- 6 sl4 t,"565 "6°516 1159 30, 10101 co'wsler coamke-d ldliksh 4'71„66M 66k6 566 mm 6111:!l5 „dIiSV mm 5'VC, MY lloo,c111r,:asr mar.mrrrmdlk;em61 ED p'1 --- -5,1101, 6115 r-- ----.�m.�.�.�.�.�.�.�.�.�3101 E11VD,.�-- ilighk kkwrriwtion Mcaiir L"'D tl kdii6gnk doss I aCU� C'�IIf IV 6„aallmll'ur IEinryy Illtsr k Ilarrr;ll 5'uulplkii'mned IPro�k�ocrtds CPU,1115III,IthkvcsMJIwk�" p�A1P rGellO�p ltam rmr caiil�iau1ui�qIpIISlatl11Pru11sS lrk tlhikiough 6!15 inch NPI 11reinrlaainll drrkaauairk 1r6611561111'uw5m14g1idS I11,MP,IIM FFI1rlw rw''S!IhN,554.,, 666'c:llight[:)Plj]1nKi11mlkel tlouiit, SNpipikirg SMUR tTIR awuva6 511'21w dIFAF$ b.iC lwiihingl `56 N(5 t'Illhwd 46Ilig 1l,111'15111Pt) 6.B seirc FrrNrOnwruummumunt 111 dull Ce dduval 2 9 kg(11,5 IItaU 49 IIrig U611113 Illlhmll tlln cask dl',p tm2)mrunmcdtkwuneoum masers diplipeirdkilgi on 6Skauundard IPei mJlkau!wt. 5 6 Ila bdF'Illi Illlind ,t 61'llc,j id6'M Illliuil rmnoduut+oc sio6twungs l6 a6ualsramuvt:eeml wVuraakmat'lI Frilwdroorrwrrnk,all t°'ioruadmar+V 6 l p:d,6 g162 IIL11iU 65 IIks6 U k!22 IIIIIIlV dl6kudslirmss Dldlwdiiurnmsor6 wu',wwwirm t6 2'64 SuililnllVsakr Sted M'S 5 N1[kp.611111'Il B 15111rc61f,6",61116;d Secuntypwcce.sw Fnd"ammNmr'mmiru611mrrrurat'kwi,6 FrnNsDirraruru°uwurikwlllFemmwVauru,1l Siahwarig hinskmrd�wr, 6d61m�1'i 6ioowmser wreww maork sistr1lc E;t11'oc�6dwe PiiiiUra;mra6:prea dIE't'lpII 26151:c�rgmueurs irm+Ites qva411lnou,u'V uivuuauurttll, 1kt1coµSjkstormru dunmpgr1 k'ian Frkklurm 5':61 dor Daaks 1 57 squiave,drm 6mlas(Aiitllt 11651105sr=mss minruumins) 6 R6iiuou111lSeirrVury 73 diver 111,merq E',Il6rraur AM P dco AM our tst566'11'IE 6'IrimIDIIIIVm Sl d:alnui Piro'6iillle 5l SMcdlkm'b Appliukkilaill riur:¢,6rm'llcdl kin IIlPe :rui Mahau c,A1113�11u ALARM 5tiiikllegut Mok6omn 151etioclilan 6krmupie:cnouiiion kl�kaeu kmn ait i 15'uwuAjjF:mimnhuwr*u5 Dellec's:w'open err Closed oa1ll auvun us'tate n"allmillk:5u &opium irAk sol Dekooks oprsuw arruk6,shark ua arurru uakamso s IN h I rlczl0 6Sk raf e 12'd:5tl'Stb 6rurm6l;; r skorun&mll 6•Ilrao!drurn Irosrrnsour t aallik uairc 1-"m 101scrasuuvalwumdei)clips i3uvcaumwcurGa krjk.kk „l 5''11151IC mi amilimuuuunr,,3 5 uwutm,mwmlwxiniiuusumt sallau k"aprr rrKmiliicun idekicctmutrw or allleruwki inpin, 6o6s5'M11:I111tlmuk t,32 611016 rmwaaxi mai n 150 rwmA mawosinwar liecramd us alcrn romrrllrknrmiriuu If Mw in time c a rus of Hate rrokllc alk"a,6e'wotill o,p'6iiriri to nivel mrrulVk. access N lik,11u sd'rrraamq,6lhk FFP'IproVor,od aarrd 5Dd"166VF w6mr0'IiDr,11 AUDIO rr91utmim)If:61111lFF1111as d.lune drwww Dlsrllr our aM mtt6uurinr11alinuarnr rigpflut. I VIIIM Ull SYSTEM REQUIREMENTS 66666-o10trn mdiilttusmtrwM„IVp p slerrrnumutn sm&,6r1an6 Processor Ink6'Cow"m�3IProc�e�'�ssnar,2 p 11sIFdm 111irdl 6lp��ktn wV�iund6 X5'1°s�V��onm�m 666dminmlo"Ns"r7 U35'Ihsdslounr6 6�4.IFiiiQ ywilill6r Svrmo,6111gi Fuwnllrn5kdat6 omarllsa 6iil:remaSG's I. liana'luauru^u;KIP16'eil wilice 1pkm�rlm,3 W1i01, t6urec'V 19,6r,or ii IF6I'S 61'11116.6 ilor daatemlli l dm.wtnor6 p 166 1611614 Network 6rrllerl'a re l 11010,rs egaablu Vio1r glireate+rU Mouriikuor 6w ir:kilnmuirtm of 61054 xr;6'i665 resuudl'msmiion,66 or „52•Iai k 1p mJ, cellor kewilllukiiaakn Mlrata Browser 111irimirrier 16gAorolra"15106 or II'rm'6o1rq or IFii:Inelom 3 5 (air lailp�k l 6m61IlorIIater;ll a recommiendell llor c irnlllli rlirm!rp 1acnalllgolics 5am1167wrrkm rruoarklr6 IIIpw6 mwrurl Il"'1M lkrwk lllllekiioukn ,Ilnuuus uroV INS m"utlll'Vr udo11m9rwryarnuourtka Mmfiia Imiayuwr Pelico Mme la Pel aver"or 55o,iic61E61iirtks"".6 i6,'S5'dwur Pelical 11m mdaw Mm'Mmuo1 is uoic"ornurnuwrn ed dour m,okntr�odll„,mu'rmrokllines'S„arml Ired uakd dakumllrV as010111rmlCnsPillkillIChiliclln1tdurne 51i'huar6l�oww°,w 5t"and N6101nu1�o9cws 6,wil5iaarlwlk5'�urn�ua 7 6,4 for Mac 4115'64',11116,6II,omr Ilaikerlli DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC OPENIXITING TIILIII IIRIEII'IATIIf I: Models Environmental Pendant and In-Ceiling In-Ceiling Standard Pen anil ,Temperature q24 VAC,PcEmlll I24 VAC„11 24 VAC HPaE" PoE+ ................... ..............."I'l""I'll""I'ull'll""I'll""I'p,'ll","I'll""I'�. ' "�"�R'll""I'll""I'll""I'll""I'll","�...................................... w...................................................... uuarairiiing uauluaum 211 2q1'2 Fp 15cq'J11 �II^;p 1i2U 1��g12.„ ILII d1Vi�1.��g12,2 II°�II 66�ll,�p12�2��1h81 nnrMuur4., ....IIIg2,laac,puatiuun21tlh�UlllJllr'V 45i'i 11IM1"III'Mwl aid°11q;nWU111-'U2q' �4°u�"II*0112'111Fp Ui1U;M�'Clg1pl°lidly 12ilniiuuauumw MIA aV'/A _. 1'11'cq,.'81111d'II 11,41A, N1oIA I Urga dm1u.a 4 0% I1N'A 3171 1^q '21 dl ..201112'I 22'112,11 Cpill q 0 a '. _ . :11 I tl20Uli.. .. 2•Nu�unnmd�rp��........ . _.. ..q]I�"p.hulN� u^I UPC Fq. . ........� Ngtli lrq-.�l�lll.11l ..... 2pJIG q 22 211i. ..� IRT .... .. 4d Nm d�r 0 0 l °d m�rago Te�.� mnip�ruaiPuauw: .... .... .... .... .�iIID ii". _ _...._.. .... .... . 'Mau lmlp°C ip—l51 Co dlaW1 q A;u^auuuuartas no Wind mdalUUl dnun°:ualr. E'IIJEI '1E"IIIII AdL q°obi silaaras ncriilll'u'lua 91191urliiruuutms�gat specified beniiullaeiratu�re poiiriqu» IIRJ..451',CoumiuU:bm 9w:uui U i111nffias�e.1NX, 1Maaarmuuu'umr:'a iiruuug uuU 2'.!'2 mi i iirn.',Vwii111viro 2 Ilrourouur.0 ua1'q;mur IUuaamumar.4'uliu, Auto,U'dUi':DUa+Ia1O'1,11 U"E10751d 111iIINE mrnlou:'nar aauceu ssciulp irduurpau'iiuleu'1'Iuu heatuuu uvllur,unaiiivairu. Auuu¢munuutlpun hnlajinau°nuualll,r liiiung Cabling 21111' 1 rai11E1ua nian lbelfcr liuw'MI1ItlIlU a,r-'M'1 DRERAIING HUMIDITY Urnpma4Voltage 111 M4m'!12'V C 24 VAC unwuminallll 9i' u Cil&iniiM quurucdc xa , 22 to INV VDC i"+d'VOC unuiiniiun,:111 '"Ila'anud aind 1Plerirdlar'uu 110 to 150%M11I1 giuuuuwruu uuuriudVu:uri Uurold,ll 11111pluill IPDVIn011, laonw',uu�auvuirueuniVaaUIllrul6111lllirmp„ `24NdAIC 24'p'11wnunnrnvllIlwmw1iiIlpociilIhn rlluaa rww;I16Urnarw4mL d un?aiiir�givrrogasinTM Ilu''w�uindaanlp, 411'NN'A nomn nall l Mateo and bllorrrwecu Jit silaauundr mm S111m 2144'11211' 1 WA ruuaurwuunalll luulrinwuuull IUnuRCaar and IIn awm!wm:u'V Ern?wlirionirn�uau'nlaalll I115eicwdau'aMl 111 to,'M 0121O1 3 p',p,mnnininwdall q 141n llieaiiea anri 14u1111:o)NO]il 114x1";:a 18 412„2mnuwwnnonun e nt M unno uu:all„'„q',w!w h Ilan mulaalr off, MECHANICAL bkiwuarnu�n;' OoalueD°'1u°a 'aa',V'd^N 141'114„ Ummmrr and ldiari ulullu Ndurmarl gll uu:u UIlU11 duwa4:grr4alr uudaU Uluuurn wpairn wd',V plU4au„W11,4ullll 1"unuauanbleS.u�r�d'�uwd nu21M"' HW%Al' 6'i1tll''u�'�,Id�u�uuunlunu!roniwaoriM�ilalllInwwial�e�,a��lw�nurlrhipailteranuurd IaUua'wm,cclr raurlga' pain IlMil wa ala°max°uM dilplil'w':'auwlit,A,ulillusi`paauin rola allliauum 11 51'1a",„IIp'nrnuu auvwwirwar'mrnacrurrlll Iwwwiullla Ihe"Auler and pm:rtic al II1611u r M,mu 90, lulluwnmm r nalltllq Udlaumimmuurmi 11fln°u'1Umpll U.dp to 4!50"Ilnma!s�N::nwrm'.d Mk.,.a rair uun diimbi�Uucdl w tilh M"rnollD 1lmruo;u Welclooim�u Uwabixtrinuum11115k�1piried U.11u to 4°511i"Ilmar slmaanl:un°mind 'Tilly 2"1Wall Ip4mar a:a�uupjpi tleJ rnuu,'rllie heanelr. l0aitioal hittfiltddluuac"ads Ilw:Ilinu 1011`°411111"drrr:'alanuaullum',pmwualairuon IC EA'111F:'IECATIOINS /IIRA"III"AIDC 11RA'TEJII T 1�ollm. 101 VID 11u �"mi��!�mn�iai%iialll mipa��,r��aiCiicai i CE. Close A lrira,!Miet Ol'icm,rra'l1n . FCC,IdG a;n',a I"amrm 4115U°1P,dw'acem,; ICIFS U1111,I A Fill 619.'ll",i`w'^4. OI12,1a.UJ111,1 i119e d • 111EilK4"4 TS 2 i12ma,uonlP l Inaainaa'd.21'3.2'..'2"1'"1' ® pO O'NWIF Ilurradilllie 20 ® O11fWIF Pii,cUull'u,G ® 'R,,rol II MPA aau elt iMedia i'amwnriluces llmanmlr 1 Ud coirru1laaPiWe ® IE2rwriroitiminruaW madells"Iiimidlu dUamll araiiiiuull',ia.a'n rau;wicll 'muaaurua iCm:,aMn i1 uw dau:u.uaradsmiciba'vrmrii alba Edv IE60168 N,UEC 6i11P2611322, EC ddi10050,.2.'W,IlF.0 l-2'241„and JIEC 12U]uplu2'6•;2.1'U71 IErnvirununuamrwnlIM Ip eindareninftc„uwnm;dliumdliiwpp«auairruVess unmaramlll;were 1dz;algwaad un �amuwrn�lrdunaorira nmdeall°u _.IIIEC 1.2,6 aaunwd UIEO MGM 217 lEniylirnwununmrmumu:aU uaumadhm;un mnmlmnmu,pNVIEI11aMd4 liryd114"'4K naruwd P616,uaMwanm¢tllrainudm Mein inbluanillie d prauperdlw 11166 VIE,,1611 P111 E,aruu111dn1'.pµ^d111 E) 114.'21.IPaaMeimti lE911,;432:5,1`913,4 M:02;1u 8012,6516 IB�2.6,B"21 22�2 132 1^11'111^16'15 IB2 UllKtG iiilnpdau:l rm.wu'ISitaannit blululddl'wa cairn M11 rnuudu llaa were urrunaad oma aaa.mawnuudaanc mulillln, —IIIEO 16221122 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC {(,,;,, 3rlul !KJI���ir��/I41f1l�rGr �i��j �.. ii wri Vlllili i SYSTEM IWCHIDEL I UINIBER'S Pe ac ox Color Lower Deme 5pactre LI z. X® , S I haac Spectra 2.I wP Light,X Enhanced sP2L ra ha pectra EnLow Light Enhanced rt Wham Virtin Smoked SIE325.1 913 SIIs3;3p11'lAM ,�. NIA lN3�p lnn a e VII Ing' onu3rlmr velhilim ulivil Ir 111a 9 C;Umar Sun d1'wI "m"53'mO I II N/A 3l'3r Ilma•r.aa Vuina,P3 ,,�..�. EIl mu.lc wwiah ''3lmrmkml3 3116231131"E0 ,36330313Q1 N/A Ipl'A 0111w°urmruIME,ratru'll bll'ad llril,r6r riirup3 C"Iluamu SI13320•"3I39 I'362„393 YBI N/A 11 r3l'A SlmmaUcmn3 313331311130 mE33011E3Q1 51331 I3l'ip, 131naryr . E"IIVm,mu S5330;IIICl9 S6330.IpW 11331u�, I II3l'A Fr.Inwlmintllo,mtm,Inda1rd 13ummrlkmil3 SIV23'I0-IQEII 1u152311-IaBO, INIAlNA IEIIImoa1. Clear E133'.'3113 315''0 EI633113.1"1131 1131, I3l'A Pendant, umuGpllc�^r1 Sun Elm ,51a�1Q]I!kNsVID S622III I�g3ICl1 5162310 1 11 rmyp minrulrmrolmmelntalll Clear 936E3I]I•!em S623131 Eganl S62213Ega1C,1 31E2,313-EQ3111 lamin3ralnt„ la'umuwallamul E'Ip'3314SGO 31IE331I1E;11113 SIE3120,13PS1131H3 w1u'33Q1rIpMElI,Ill �mgrnrilwrunminonprurrall, �131uuagp � ��.' ... a0 uurl0u°wsu+s'llmu.11 1 il'mnrlr E132313 EE'E'1 31E2311 1 lDin 1wQa'313QWHICAA . , DOMFIONEN'r MODEL NUMBERS Back oz I • High Definition(111)i wet Dome* Dome Drive FZ6 0 1lnEE•1 QincVmm3 KIVIl, nml na3 suaowa0cm 3 I 1 31115 31111E lin-1 rdllulrwu3.mlrrwiilrlmunrumintalll LI3iII31F 1 1111013 In cT14II1gI„wrll',maar EIEi33Q1 31G1S II31I11aI3 pminrlrmwnt„plrmp — ICJf1n5'I"13-171 3113,Q"muarl'mint„,wllnordkmr3 1 3'IC1S, b .....I�.. 1a�mmEa....Irl0lairlk ��ll1111131f31 w����llelpmnr6mnu3,,�clr.mr 31Iw310� C��1 I °t �rlo3uuslurp� n+�rcq � url ° 1.0133S-0 I111101I3�.IP�e ndlwil„,,binmlalltiuxfl,�wu��q�iun0aaa 3416 PS'G IE 1"mrurlualnt,plrna'p a mormilimuuurom'umnW,ratnaliinlmam Steel 5"3i:93;3 1',313,11rInr1'd:arl„p Ilmmlr,stmwlnlmursr aal0mrrlV Use tlnm Pendant Ilower d aunue,awVullI IMP enviiiraannulnentM iiln-mrsulllirlip3 and mono Ilrmnnummminnda0 p11>rrl3mrr0 Iuuamtlr liamaxx,mr. IfsIIG; I III II IIG!III E.1.0 MOUNTS 011m.FII!DIIMACICIII::SSli IRMIl.S 10-Ceiling Dernev NINE,1AT US Inuit%r�in���wm.rrsar"�nuiit��IPu�I�PI'�EI pnruww'a�r�r mrrr�r1� SG35P 3 m�3' ¢TurnI a c ulliirnp l praunr'V �aliuur�Inilmimn EIIIIE'.I,A�1���II:i1I Pof1 111 nect,ua�m”un�nlit�111 IF'1I13 Ipmwmrmr°�N°,mlrmfl I rnr ,„truactJon replaces!?."r 3 uMrlilllunill tuVlw POE7511P 011VIIn 1gamll llrlgmw:llru pnun llmmwrru^u cardii SCA.t 1uu w Aoia al u1lulplIruuun„raillla 1m�N II35111 Inim use ilI n n,mm0onlp rn10o-x9� IwV#3 iS IIIA'IUB; BEA-Li�emilua�r uryru�Oro 6J p r�r guu1 mur u Pendant Domes POE3`E11P 9Q31Ia E.Vi111N 111PUIIF Ilrqu.u%ir”mrutli,EIQ.Pl1Q11t plmmmver cord II r•&OA 8K P"inmau!,uau 9 rapm11nter,luRu!:ir:Vs N3MISE��1�Seirllea P,roalm�rar:"3p'YAC Ilurwrrmar sruippliryl 13135-PCA GY Q°r„rnmhvn,w,nel1u11uh a!upuallneir,,mglrrup '3`!C1CS°amu es CNIIatuGwxor,,34 VAC lxuui mmrr skipgl'allp 'I 'Sp3ua 3' W'aaP inciuniI,wlitllw a.:ur'wrruthuii.ot unteriva,24 VXtient„gircu ruug1'u4S'ualpovurnal�rdr° nw�mr�w kutmunra nrui�rt ,r,uO 24.,+r”, 11IW31 pA t.rain§Iruunlruelr,II'all ul� lieu nllrmay Iuun h,�((Blinn CPO,,1, III Wa3au 0 id fur rnrmer,plmrau0�Nmt.aur pmlle p11aI a �w�nu0111 Irll�nat Darla+wi 1a mrmrawaupll)111191rrnN liar Il r pulm�Ir m11�rm���Ir�ratiiimnnl,lllmm 100,um ear aPIPill cm0�ii�mrla V911I'arlr:VurlVm�roNuar 10w�r Ilarruwul3r�w11,uI1'@u i1�r.urlt Ihur.q�al�r:r Ilaw�xlurrn 1ali�ll'I��flC��A� GC�eUq a 11°0�10uumEIIQair11k PP43413 1uaanrralrlml0 Irrurul rn°omnl.11M f"IF33W1111IIn51 airdaV:umt wmallllli ftii b9l llrrvrrn.umlt. °3h1111ho Monies 1.rur V;umrm ww a+9 n°unalruallar Ilu@a:unV+u7rn;Ilr s3 Oii11ni1nll°u mduurn e aauxdalit1ied Ircur u:arurlrmruu°iralr II'um0e aIllal:u0ico1;ilwalnira 1131t,440112T13 &w adnkuw�r Smallwldlllr�m"'I"1uVVI tll'mlmlrw11011urn1�.nglllllfn ru„;u 1yi'm 111a6111 ii 0 ii m"m Palllee by Schneider Electric mr%�r„r.rrdaraav„mlow anw,aaarnvwau,via-ksa ,ac�axunvmmuaxro�e„Nuauasar,MaenH, 351VDtD 110111rim Nd 11V C111101M�,Califon m119315,11 2"!5699 q,PO801111 slll�auP,1��.s WO rm.a nvaWWMGrM aa,w xrMMIwwS evw Poke 4X tar 4110dmmuna mramN 3113 a9,e 1lSAd,Caaada 6'q.DQg9MVIl11VI9.1'f;Irplgll 6'rral q`ullgg3ltl-'t3'll'11iN rhrww°Inkgyp wrs�trakenW..v0ON�aVOkm:,6meayNhefpaaiaecxmmcs o Pad oro"R era a;a�m,riPa”+sy d N oacrr tlzanap acvwcvrc e tional pmlll a 91 II"x",wap I"113 1 Ip119t Ilr„Qu,a m q°a°aP9,1 CInI•'q t utl�I ry um �dNoa�ar w e am 1111,0abdol avn�a�o,aapm a Qa ra m w,u,a;nmrvu:a WWW.paleo.caan www,pelca,corwcoi�rmlmImlmnliarV w' tlµaawr�wdp+aa~rutin.mw�ft,¢c re�aa;mwrr �uauwar DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 11 / P 0 A Leader in APS Solutions r ,���uwuu�uuuuuuuuu uuuu,iy IIIIIII,III,III[I�IIIIIII IIIIIIIIIII Illlllllllllllllllllullllllliluuuoa��� ,,, ,,,,,,, ' „ �'9i0� III Illlllllllllpllll�llllllpllllllllll IIIIIIIIIIIIIIIIIII�IIIIIIIII k�l��il I,lli�i ur ' Polara is the trusted / industry leader in touchless Accessible Pedestrian Signals. 'i0��0000000000000 I I lu� RU4,11"""l' st, 0 i N APS with IIIIIIIIIIIIVo w� Touchless actuation Inconspicuous radar tk "Al detection /i,,; • Vandal resistant • Detects movement PEDAPP typically within 1-4" • Allows visually impaired and all pedestrians to actuate button ��/ /��/��� from phone via Bluetooth®wireless technology / • Can provide audible intersection crossing information location, directionality, Walk, Don't Walk and ped clearancej���� /j////////�////////���///////////////// Works with existing text-to-speech functionality In phones ifiJ J/ x 4 JAra9 r ,,, d 1 / fue fi�1 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Technical Specifications Ordering Information Included Components ■ Click 650 Click HID ■ AC power cord 102-0416 ■ Extra fuse ■ Terminal blocks for attaching to cable ACCESSORIES ■ 4jumpercables 102-0423 - U-Channel Mounting Bracket Acces- Physical sory Pack ■ Weight:4.9 lbs.(2.2 kg) ■ Physical dimensions:7.8 in.x 10.3 in.x 3.9 in.(19.8 cm x 26.2 cm x 9.9 cm) Wavetro nix ■ Ambient operating temp:-29°F to 165°F(-34°C to 74°C) ■ Humidity:up to 95%RH 78 East 1700 South Provo, . 1 Mounting 801.734.7200 ■ Shelf-mount ■ Optional U-channel mounting bracket accessory package allows mounting on the side of the traffic cabinet Power ■ Power supply voltage:90 to 260 VAC interface of control bus and are for connecting to the sensors to configure them ■ AC frequency: Hz ❑ DB-9 port for communicating via RS-232 ■ Max power:75 W @ W @ 80°C ❑ Two RJ-11 jacks for communicating via RS-485 ■ 24 VDC output on sensor connectors ❑ USB mini-B connector LiT-bus port for connecting to a T-bus;allows Click 6S0 to Connections and Communication send DC power and RS-485 communications to other de- ■ Power vices connected to a T-bus ❑ AC input: IEC AC input ■ Ethernet Other Features ❑ One RJ-4510/100 Ethernet jack on the front of the device ■ OLED panel and I<eypad for on-site device configuration ■ SDLC ■ Web interface for device discovery and output configuration us- ❑ One SDLC port on the front of the device ing web browser ■ Four terminal block connectors on back of device for connecting ■ Device configuration supports up to 64 detector channels to sensors ■ Four multicolored LEDs with activity indicating functions: ❑ Cable terminal points for sensor power and RS-485 com- ❑ Red LED(PW)illuminates when device has power munications ❑ Blue LED(OK)extinguishes if device has been disabled by ❑ Matching terminal blocks are included with Click 650 surges ❑ Matches terminal blocks used for cable termination with ❑ Green LED(TD)illuminates when data is transmitted on the Wavetronix intersection preassembled baclkplates control bus ■ Four RJ-11 jacks on faceplate of device for connecting to contact ❑ Yellow LED(RD)illuminates when data is received on the closure devices control bus ❑ Communicate via RS-485 ■ Each data bus RJ-11 jack on the faceplate corresponds to one sen- ❑ jacks make up physical interface of data bus on device and sor and has the following features: are for sending detection data from sensors on to contact ❑ Switch for turning the power to that sensor on and off closure devices such as rack cards(which are not included) ❑ LED for indicating when that sensor has power ❑ Communicate with rack cards via jumper cables(included) ■ Switch for turning power on and off to entire device ■ Four communication ports on faceplate make up physical DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 0 WAVE TRON I X Click 650 NEMA TS2-2003 Testing ■ Complies with the applicable standards stated in the NEMA TS2- 2003 Standard ■ Test results available for each of the following tests: ❑ Shock pulses of 10 g,11 ms half sine wave ❑ Vibration of O.S Grms up to 30 Hz ❑ 300 V positive/negative pulses applied at one pulse per second at minimum and maximum DC supply voltage ❑ Stored at-49°F(-4S°C)for 24 hours ❑ Stored at 18S°F(8S°C)for 24 hours ❑ Operation at-29.2°F(-34°C)and 10.8 VDC ❑ Operation at-29.2°F(-34°C)and 26.5 VDC ❑ Operation at 165.2°F(74°C)and 26.5 VDC ❑ Operation at 165.2°F(74°C)and 10.8 VDC FCC Testing ■ FCC-compliant Testing ■ Passes manufacturer's test before shipping Extended Support ■ Extended support options are available from Wavetronix;con- tact a Wavetronix representative for more information Warranty ■ Two-year warranty against material and workmanship defect DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Click 650 Bid Specification 1.0 General.This item shall govern the purchase and installation of a cabinet interface device(CID)equivalent to the Wavetronix Click 650.Test results and other documentation demonstrating performance and capabilities shall be provided. 2.0 Product Description.The CID shall be a module that provides power and surge protection and that communicates with con- tact closure devices,ethernet and controllers through SDLC.The CID shall be shipped with the AC power cord,jumper cables and terminal blocks necessary for wiring it,as well as with an extra fuse. 3.0 Physical.The CID shall not exceed 5 lbs.(2.25 kg)in weight. The CID shall not exceed 7.8 in.x 10.3 in.x 3.9 in.(19.8 cm x 26.2 cm x 9.9 cm)in its physical dimensions. The CID shall operate in the temperature range of-29T to 165T(-34'C to 74'C)and in humidity up to 95%RH. 4.0 Mounting.The CID shall be shelf-mounted.It shall be capable of being mounted on the side of the traffic cabinet with the aid of U-channel mounting brackets. 5.0 Power.The power supply voltage of the CID shall be 90 to 260 VAC.Its AC frequency shall be 50-60 Hz and the maximum power shall be 75 W at 80°C. The CID's sensor connectors shall output 24 VDC. 6.0 Connections and Communication.The CID shall include the following connections for power and communication: 6.1 Power.The CID shall have an IEC AC input. 6.2 Terminal Block Connectors.The CID shall have four terminal block connectors for connecting to sensors.These con- nectors shall be for terminating cables that carry power and RS-485 communications to and from the sensors. 6.3 Data RJ-11 Connectors.The CID shall have four RJ-11 jacks for sending detection data from sensors to contact clo- sure devices such as rack cards via jumper cables.This data shall be sent via RS-485.These jacks shall make up the physical interface of a dedicated data bus. 6.4 Control Connectors.The CID shall have four other communication ports.These ports shall make up the physical interface of a dedicated control bus and shall allow users to connect to the sensors and configure them. • DB-9 port for communicating via RS-232 • Two RJ-11 jacks for communicating via RS-485 • USB mini-B connector • T-bus port for connecting to a T-bus 6.5 Ethernet Connector. The CID shall have an RJ-45 10/100 Ethernet port to allow connection to a local network. 6.6 SDLC Port. The CID shall have an SDLC port for direct connection to a traffic controller. 7.0 Other features.The CID shall have the following other features: 7.1 LEDs.The CID shall have four multicolored LEDs with activity-indicating functions: • An LED that indicates when the device has power • An LED that indicates if the device has been disabled by surges • An LED that indicates when data is being transmitted on the control bus • An LED that indicates when data is being received on the control bus. 7.2 Data RJ-11 Jack Features.The four jacks that make up the physical interface of the data bus(and that each correspond DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 0 WAVE TRON I X Click 650 to one sensor)shall have a switch for turning their corresponding sensor off and an LED that indicates when that sensor has power. 7.3 Power Switch.The CID shall have a switch for turning power off for the entire device. 7.4 OLED Panel with Keypad. The CID shall have a OLED panel on the device with a keypad for device configuration. 7.5 Web Interface. The CID shall have a web interface for device configuration,accessible through a web browser from a network-connected device. 7.6 Configuration.The CID configuration shall support up to 64 detector channels. 8.0 NEMATS2-2003 Testing.The CID shall comply with the applicable standards stated in the NEMA TS2-2003 Standard. Test results shall be made available for each of the following tests: • Shock pulses of 10g,11 ms half sine wave • Vibration of 0.5 Grms up to 30 Hz • 300 V positive/negative pulses applied at one pulse per second at minimum and maximum DC supply voltage • Cold temperature storage at-49°F(-45°C)for 24 hours • High temperature storage at 185°F(85°C)for 24 hours • Low temp,low DC supply voltage at-29.2°F(-34°C)and 10.8 VDC • Low temp,high DC supply voltage at-29.2°F(-34°C)and 26.5 VDC • High temp,high DC supply voltage at 165.2°F(74°C)and 26.5 VDC • High temp,low DC supply voltage at 165.2°F(74°C)and 10.8 VDC 9.0 FCC Testing.The CID shall be FCC-compliant. 10.0 Testing.Before shipping,each CID shall have passed a manufacturer's test. 11.0 Extended Support.Extended support options shall be available.Contact the manufacturer's representative for more information. 12.0 Warranty.The CID shall be warranted to be free from material and workmanship defects for a period of two years from date of shipment. DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC FXM 2000 Rugged UPS Module I rr I im I� I u�l°iliu' �1j i, JY,I 91, NI4�) FXM 2000 2000W/VA UPS module designed to operate in extreme environments and provide maximum flexibility while ensuring critical loads remain protected and running during power outages and other power disturbances Wide range Automatic Voltage Regulation (AVR) lengthens battery life by providing protection without transferring to backup mode during voltage surge or sag Independently programmable control and report dry contacts allow monitoring and controlling of key functions Temperature compensated battery charging protects batteries from overcharging or undercharging at extreme temperatures, extending the life of the battery Local and remote monitoring and control via RS232 port and Ethernet SNMP interface* UPS panels can be rotated, improving usability and viewing convenience Alpha FXM is a line of rugged UPS power modules used worldwide in the most demanding environments where clean backup power is needed. Designed to perform in the most extreme demanding environments, Alpha FXM units ensure equipment in security, communications,traffic, industrial environments, and many other critical applications remains safe and protected from power disturbances.Thanks to its powerful programmable battery charger, the FXM is capable of providing the runtime you need. All FXM models are available in 120Vac and 230Vac. Ethernet SNMP card is standard on the 120Vac model and optional on the 230Vac model °rECF91VOL®GIEem Your Power Solutions Partner DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Cabinet Interface Device I i i� 7 1''Ile Uck G!6 movidels stirieiai,nhineid fo,iir S�niz:llll S,E1,11115,0111'["Aal rilx and AdvailIce L10 tiraffiC Colii rticifleirs in l n)mpact Icase� 'r1�,ais o'nim,h,de cicmi iii T njnlCates cliriaicfly to UIi e colii-trdleir d"irc)iq'iSILILC, zflnd sulppiolirls Iraninitaict clicisui,e clevice15 as wieH �t @�so plmvIdes power, ":Ajjj'g,121 ]111110teP�11011ra 11]111111ajd E',�ti1111ejj,rinet cc)iniim livity foir l senso,ii s, Features • Pn�lvides pm%mr,connectivity ar,W surge cme by one �!m3tecflon fm up uo six SmaftSensr�rs S HaS tllUffip�e[M1fig�AaU[)9 11011HIeErll!N15 • Sends sew lsor detection data of lecdy to for ctmumn cafing fiorin Vnim ccnTillplAier rcv vok�, the DLC pm t tin the colmie[ted sensm s� 4 • Prayodes up to 64 dwector charmeds arse 11!!,a IUS0 SOLC 13 111 'p' p@ E lCS f10r F4 15 4 8v 5 to ran j%o be usecJ w send sensn,detHc- 13 11 1111�11 9 cwinelc M for PS-2: 2 flan rata to custaLt ck)sure cwds 11y 11'-Ilms p1mr in ProlAdies era Ethewnfat pil fw iw�to*rk m II aru tue eas,11y,lnstal!ed un stalidaul iR curmectivityiiwItdrret or uscJ ion a sheff Has a powei suiftch foy each Sensm a 11."'an be used!!:In p!Oace of j)ieassern11Aed akMng l w eaOy turn Lhem off JackpWes 'and ulflm,11!ata'aInel t8evilf"1111as 0X011m.11 klkvyp�d FRONT ................ ................................ ............. m 13 El M M 0WAVETRONIX DATA 1 2 click 656 �l 1u;,�l r IlkIm 00 Im CONTROL rormom 5 SSeem4 as Etheiniet Past I 5DLC 01 ......................................................................................... C.—M Use C—d—,%MX LID U.AWA,� AU"A.M— ;V ...... .... DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Technical Specifications Included Components Ordering Information iff Click 656 Click 6SG • AC power card 102-0451 • Extra fuse • Terminal blocks for attaching to cable ACCESSORIES • Ethernet cable �ijj 111,11�01[jjjj"jj 102-0462-Click&� 63U t, 5I,I,L)11F Physical 31O-O411-5DL11 i • Welgft 6 lbs.(2.72 • Phi dimensions:6.6 In,x 5.125 in.x 7.3 in,(16.8 cm x 13 cm x 310-0413-SDI-Il','',Y ic� bIle :I 18.5 con) 102-0449®4-poll 115:all..0 hl114:u, • Ambient operating temp:-21 to 165 T(-34"C to 74'C) • Humidity:up to 95%RFI Mounting or Shelf-mount or 19"rack-mount Power * Power supply voltage:100 to 240 VAC * AC frequency;50-60 Hz * Max power:112W@ 80®C * 24 VOC output on sensor connectors configure them Connections and Communication DB-9 part for cornirniuiniicathrmi Via In,5-232 • Power Two RJ-11 lacks for convniunlIrating visa IRS 4815 :7 USB micro-B connector o AC Input:IEC°4C input r� T-bus part for Connecting tio a'T.Ibius�aHows 101656 to • Ethernet send DC power and:RS ,4815 to intheir de- o One RJ-4510/10 Ethernet Jack an the front of the device vices connected tio a F­Iibi,us • SOLC E3 One SOL C port on the front of the device Other Features • Six terminal block connectors an back of device for connecting to or Four muldrobired LEDswIth acitivky iindicatiiinig funicHians, sensors Red LED(13W)Ii1jirnh,j,stir,,s i i 11-iiias power in Cable terminal points for sensor power and RS-485 corn- Blue LED(OK)extingii.dishes if devilce has been disabIlied lby munications surges io Matching terminal blocks are Included with Click 656 Green LED(To)Murniiii'm'res w1h en data 11s,tr,R11511n1It1F,1d ion the o Matches terminal blocks used for cable termination with control bus Wavetronix intersection preassembled backplates Yellow LED(RD)ffliurniiinaties w1hii data!is received oin dw • Six RI-11 Jackson faceplate of device for connecting to contact control bus closure devices a Each data bus RJ-11 laii this faicepiate corries1painids to one,sen, 13 Communicate via RS-485 sor and has the followling features • jacks makeup physical interface of data bus on device and Switch for turning the Ifpicwerttu thatsiensor aurin andiaff are for sending detection data from sensors an to contact s LED for Indicating w1hen'that 511 has 1ponwwrer closure devices such as rack cards(which are not Included) m Switch for turning power onaii,,W off to iv..intire dir,,vice • Communicate with rack cards via jumper cables m OLEO panel and keypad for on-slitir.,tI confi!WTUII'atilffl in Six communication ports on faceplate makeup physical In- n Web Interface for clevicia,iCBisiCiCovE iry and 01UItpUt C10111filli"UTM1110n US terface of control bus and are for connecting to the sensors to Ing web browser DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC mr Devine supports connecting up to six S mtiart5ernsors to the control ler,prov6 ng up to 64 detertorchann0s;Wa SOILC rormnmunicaflo ns INEMA T 2-2003 Tessin * Complies w,tlh the applicabie standards.stated in the NEMA 1.52 2003 Standard * "Gest results avallalble for each of the following tests c; Shock pulses of 10 63.11 rrns half sim¢ wave VJ bration of 0.5 Guess up to 30 Hz 300 V positivelnegative pulses applied at one posse per serond at rmndrndrrnn.urn and maximum AC so.uppiV vaitage Stored at-49 F(-45"C)fuer 24(hours i:;! Stored at'185"F(85°"C)for 24 hours Operation at-2%2'F Q-34`Q and 89 VAC Operation at-29.2,F Q-34"Q and 1.3.5 VAC Operation at 165.2"IF(741,C)and 135 VAC Operatdon at 165o2`°F(74``'Q and 89 VAC FCC Testing nm FCC-cormaphant " tun rm passes manufacturer's test(before shipping Surge immunity viii Surge drrmrrnurnity sensor ports lECOEN 61000-4-5 ievel 4 viii Sparge im maurrndty AC d nput IE[/EN 61000-4 a level)3 Extended Support mr Extended support options are avadlalbde from WiWdavetronix�con taunt a Wavetrornix representative for more Wormatiorn Warranty rm Two year warranty against mateHal and wrvoA narnsNp defect DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Click 656 Bild Sped'flca-doICS 1.0cue new-AL"This 4coll slrmll aero n rrn HW PrirChUSL and dcvicc(CID)equivalentro the WaverwNIL� Click 656.'rf.-st resQ&L5 aind other clewcrrlrnrcuat<ttiarrn demonstiro Ting pc rformanceand o�ipabihiflcs shall be pmvidril 2.0 Pffeiduct Desciripition.Mic CID shall be a Nnodule dwir pmvki"power rand wiii-ge protection and that com.11urmicates I'vkh Coll- tact closurc devices,ethmict and conlrolkirs through SDLC,Mie CID sliaIR bu diippqd vvirlit the AC power curd,Effirruer cable and tMrninaI blocks necessar 6ir wiring ti[,as wrM as with an extra fiflse 3.0 Physical,"Tire CID shnfl 11TOt eXCCLd 6 lbs,(2,72 kg)in w6ghir, The CID shall nor excced 6.6 in,x 5,125 in,x 7.3 in (16 8 con x 13 cm x 18,5 cm)in Jws p1mical diincirtsions, `Rhe CID shall operare in giltL°temper oure range(4'"29 ro 16:9 Il" (.34 C to)74'Q and in buimidiii),itp iro 95%RH, .4.,0 Nfoutinfing,Tic CID shall be cidwr rack luiountcd in a qtandard 19'rack or shelf Himmire& 5.0 Powen'llic powerstill pty volrage ail the CID shall be 100 to 240 VAC.Its AC frequency shall be.50-60 Hi and the nix-6- intun,poweir Ona.11 Ric 112 W m 80110. 'Ric CID's sexisor connecroirs sh:ifl output 24 VDC 6.0 Conneckions and Communication.Tire CID sliaH iiacluidr the FnIflowing conrimions fine powcrand conimloinicafion: 6A Poweir.'Me C 9 D fliall bavc air REE AC nipim 6.21'eiriminal Block Conneevors'.71be CID shah have slix tcnrkirial block conaccum-s for cortnecting to serisors.165c con- inecTom shall be for terrn4iarhig cabks that carry power and RS-485 corninimflcations to and filmn the sertsrirs, 6.3 Data 11.Jf-1 I Coin necitors."liar:CID shall have SILK Kj-11 jackb fiwmiding deteuion data fmrn sensom to contact cluskirc devices such au rack cards viajumper cablm'Ufis cl;wt shall be senT vin RS-485.'1wric jacks shall makic up the physical initeflace sofa dedtcated loofa bus, 6.4 Conaroll Cran neciom1be CID shall have six otheir conumunication Potts.Illese Pons shall make up the Physical ingur- Etce off dedicated control bus and shall allow users to connecr to the scinsors and coiinfi6urc Them, IDB-9 port for counnunicating via RS-232 ta Two ICJ-'l1 jacks fiPr corninunicAing vin RS-485 USB inicm.-B coirmectm T-bqm port for connecting tom"l'•-isms 6.5 Etherno.Connector. 'Ibe CID shall havc an RJ-45 10/100 Efficmet 1port toaflow connectiork tar local iletwork, 6.6 SDLC Porr. 'ffie CiD shall have an,SDILC poirt 14r circa connection to at traffic conirroller. 7.0 Owhcr 0catures.1lic CID shall havc dic fi.)flowing oither Ja:mrurcs: 7.1 LrDs.'Ffie CID diaH have foluir Innrrlriccolenlred LEM fitirlcfions; Art LED ribar in&,atcswhcn the devkc haspoWer An LED fluir indkates ifflic device has becri[fisablRed by surges An LED that indicaires when claa is being trairiquairted cm the controf. bus An LED rhat indicates vvhcri darn is I-wing rectived oth the cimhtmll b"q. 7.2 Mittu 111J.-I Ijack Features,I'lic fourJarks Thar make up the physical untcrf We of (Lita bus(and that each correspond TO 01he 5111150r)sfulli h"we a sw4ch fiw mirning th6r cor-rcspoiltding sertsoir offand an LED rhat-indicates when rhao sculsor has power, DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 7.3 Power 9wReh.'llic ClDshall have as rmirch foir nwifing power off for the entire dcv:111r,"e, 7.4 OL ED Panel with Kt�yp3al. 'lh4,-,,CID shall have a OLED pand on the device with as kc,ylpad fiw!i iliin,mi 7.5 Wch Interface. Uc CID shult havc,;R%veb bacrLice 6ir device thrincigh a)viclb brawscii,pinm r�,,i[ imnvurk comftAtd&a°cc, 7.6 Configuration.'flic.CID configuration shall support connectink up to 6x c1m.xvinirs ro Up tq,p 64 dl.'kafn CILUMCIS Vd;n SDLC corm-umficatimm. 8.0&NEkNIA,rs2-.2003"n:stain r,'Ilie CID diall cmiap�.%'with the apjAicablc standmds.smarcd iiiru.fliic EN ILS P31 20013 Staindard TCSt N5UIV51t U bL InAdC U,,61able finir cadi ofthe following rcsas: Shock pulket,of 10g, l I Hass half'sine wtvc Vobrafion Hof'0.5 Grms up to 30 Hz 30,3 V POATiVL`11X�,A.OPVU P"Ilsc%vqlpficd ax olle Pulse,per second at akinimum and trbaxinmaijjjmjj e\C°guoppk,vnh;Urcl Cold itnupamun.o,toragc gat -49T(-.15"C)l;,)r 24 hours 11-1agh tcimpcirarawc soorage at IS.51F(S.-)*C)for 24 houn, Low urrap,low D(.,'smpply volt;ge at-29..2'1-'(.-34'(.`)and 89 VAC '),arid 135 VAC Low imp,laugh DC,smipph volkage m-29TF 3-$'C 1.hgflb trope,111ugh Dc mipply Velhage,at 165.2'F ('74'"C:')-and 135 VAC' I lig�.�h RLMP,law DC soyply vohagc af. 165.217(74'C)and 89["AC 9.0 ITCTesfing.Tic CID shiiH bu FCC-coanpfiant. IMOTeming.Be4ine shujppfirig,cach C ID cuffl havc passed a amnufactin-cr%Qcsq, I U.1 Surge Immunity.1he sunsapir ports of the CID shall confimm,w 9 MEN 61000-4-5 4 viv!-4 stavnclm,ds,rhv Ac impur W. thic� CID shall corbfimn to IEC/LN 6100,04-.55 level 3 standards. 12.0 Extended Suippork.,Exturded;iupjxfiii t optiom shall be avadable.Contact the manuEaCUM.,111,1:5 Fair 111111allic MR14(y[mal6inill. 1.3.0 Warranty,lhc-Cl D diaill he warranted to bc f�cc,kom ahairrial;toad workamliship dckcm[ur a pef imm"I of nvo yuairs tl Ilona dkarc of'shipinclim IN DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 1 Advance SmartSensor Advance The Wavetronix SmartSensor AdvanceTM bridges the gap between safety and efficiency with one-of-a-kind SafeArrivalTM technology. SafeArrival allows custom management of intersections based upon the estimated time of arrival (ETA), speed and range of vehicles approaching the stop bar. 17'to 40 (see Mounts on mounting vertical guidelines) pole or m ast ar m —————————————————————————+ t 50' max. 50'� 500'max. PLAN VIEW SMARv� 0 10 WX 500-0070 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SmartsensorAdvance Technical Specifications Measured Quantities and Outputs ■ Per-vehicle range,speed,stop-bar ETA ■ Dynamic density(a measure of instantaneous roadway efficiency) ■ Number of simultaneous vehicle detections:25 ■ Logic filters for zone output ■ Combinational logic applied to zone outputs for alert output ■ Channel output from multiple alerts r ■ Latched channel output controlled by alerts and timer ■ Delay and extend settings used for channel outputs ■ Number of channels:8 ■ Detection data available via serial communications Detectable Area ■ Maximum mounting distance from center of lanes: 50 ft. (15.2 m) / ■ Maximum mounting height:40 ft.(12.2 m) ■ Detection area:50 to 500 ft. (15.2 m to 152.4 m) ■ Percentage of vehicles detected before 400 ft. (121.9 m): large / vehicles 95%;all motor vehicles 90% ■ Performance large vehicles 98%,all motor vehicles 95% ■ Range accuracy: ±10 ft. (3 m)for 90%of measurements ■ Speed accuracy:±5 mph(8 kph)for 90%of measurements ■ ETA accuracy: ±1 sec.for 85%of measurements Wavetr1 nix 78 East 11 South Performance Maintenance Provo, UT 84606 ■ No cleaning or adjustment necessary 801-764-0277 ■ No battery replacement necessary 801-764-0208 ■ Mean time between failures: 10 years(estimated based on manufacturing techniques) Email: sales@wavetronix.com Website: www.wavetronix.com Physical Properties ■ Weight:3.8 lbs. (1.7 kg) ■ Physical dimensions: 13.2 in. x 10.6 in. x 3.8 in.(33.5 cm x 26.9 cm x 9.7 cm) Electrical ■ Resistant to corrosion,fungus, moisture deterioration and ■ Power consumption:3.2 W @ 12 VDC ultraviolet rays ■ Supply voltage:9-28 VDC ■ Enclosure: Lexan polycarbonate ■ Onboard surge protection ■ Outdoor weatherable: UL 746C ■ Watertight by NEMA 250 standard Communication Ports ■ NEMA 250 compliant for: ■ Two half-duplex RS-485 com ports support: • External icing(clause 5.6) ° Dedicated detection comms • Hose down(clause 5.7) ° Configuration,verification or traffic display without • 4X corrosion protection(clause 5.10) disrupting detection comms • Gasket(clause 5.14) ■ Firmware upgradability over any com port ■ Withstands 5-ft. (1.5-m)drop ■ User configurable: ■ Connector: MIL-C-26482 - Baud rate ■ Ships with rotational backplate for 360° roll ° Response delay DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC WW ..,,AAVETRONIX SmartSensorAdvance Contact closure data output frequency - Virtual sensor connections ■ Supported baud rates:9600, 19200, 38400, 57600 and - Sensor configuration backup and restore 115200 bps ■ Contact closure data output frequency: Operating Conditions • Minimum:50 ms ■ Accurate performance in: • Default: 130 ms - Rain up to 4 in.(10.2 cm)per hour ■ Contact closure data latency(varies with baud rate and output - Freezing rain frequency): - Snow • Minimum:55 ms(this is achieved using 57600 bps baud - Wind rate and 50 ms output frequency) - Dust • Default: 142 ms(this is achieved using 9600 bps baud - Fog rate and 130 ms output frequency) - Changing temperature Changing lighting(even direct light on sensor at dawn and Radar Design dusk) ■ Operating frequency: 10.5-10.55 GHz(X-band) ■ Ambient operatingtemp:-40°F to 165°F(-40°C to 74°C) ■ No manual tuning to circuitry ■ Humidity: up to 95% RH (non-condensing) ■ Transmit modulated signals generated digitally ■ No temperature-based compensation necessary Testing ■ Bandwidth stable within 1% ■ Tested under FCC CFR 47, part 15,section 15.245 ■ Printed circuit board antennas ■ FCC certification on product label ■ Antenna vertical 6 dB beam width(two-way pattern):80° ■ FCC regulation-compliant for life of the sensor ■ Antenna horizontal 6 dB beam width(two-way pattern): 10.5° ■ Tested under NEMA TS 2-1998 ■ Antenna two-way sidelobes-40 dB - Shock pulses of 10 g, 11 ms half sine wave ■ Transmit bandwidth:45 MHz - Vibration of 0.5 g up to 30 Hz ■ Un-windowed resolution: 11 ft. (3.4 m) - 300 V positive/negative pulses ■ RF channels:4 - Stored at-49°F(-45°C)for 24 hours Stored at 185°F(85°C)for 24 hours Configuration - Operation at-29.2°F(-34°C)and 10.8 VDC ■ Automatic and manual configuration of detection sensitivity in - Operation at-29.2°F(-34°C)and 26.5 VDC 5-ft. (1.5-m)increments - Operation at 165.2°F(74°C)and 26.5 VDC ■ Channel outputs:8 - Operation at 165.2°F(74°C)and 10.8 VDC • Alerts per channel:4(32 total) • Zones per alert:4(128 total) Manufacturing ■ Zone size increment:5 ft.(1.5 m) ■ Manufactured in the USA ■ Maximum detection zone size:450 ft. (137.2 m) ■ Surface mount and wave solder assembly ■ High speed and low speed detection filters ■ IPC-A-610C Class 2-compliant ■ Speed filter increment: 1 mph(0.3 m) ■ Operational testing: ■ Upper and lower ETA filters - Sub-assembly test ■ ETA filter increment:0.1 seconds - 48-hour unit level burn-in ■ Upper and lower count filters - Final unit test ■ Count filter increment: 1 ■ Unit test results available ■ Graphical user interface with traffic representation ■ Display of configured alerts and their actuation Support ■ Vehicle track file logging ■ Training and tech support available from Wavetronix ■ Supported operating systems: ■ Wavetronix training includes: • Windows®Mobile(Socket Mobile 650-M) - Installation and configuration instruction to ensure • Windows XP accurate performance • Windows Vista - Classroom and in-field instruction • Windows 7 - Knowledgeable trainers ■ Software supported functionality: - Use of presentation materials • Auto-find baud rate - Virtual configuration using computer playback • Auto-find serial port - Instruction in use of computer and handheld devices and • TCP/IP connectivity other necessary equipment DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SmartsensorAdvance ■ Wavetronix tech support includes: • Technical representatives available for installation and configuration • Ongoing troubleshooting and maintenance support Documentation ■ Comprehensive user guide ■ Installer quick-reference guide ■ User quick-reference guide ■ Documentation available upon request: • Detection accuracy • Range accuracy • Earliest range of detection • Speed accuracy • ETA accuracy • FCC CFR 47 certification • NEMA 250 standard for type 4X enclosure third-party test data • NEMA TS 2-1998 standard third-party test data Warranty ■ Two-year warranty against material and workmanship defect The advertised detection accuracy of the company's sensors is based on both external and internal testing, as outlined in each product's specification document.Although our sensors are very accurate by industry standards,like all other sensor manufacturers we cannot guarantee perfection or assure that no errors will ever occur in any particular applications of our technology.Therefore,beyond the express Limited Warranty that accompanies each sensor sold by the company,we offer no additional representations,warranties,guarantees or remedies to our customers.It is recommended that purchasers and integrators evaluate the accuracy of each sensor to determine the acceptable margin of error for each application within their particular system(s). DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC WW ..,,AAVETRONIX SmartSensorAdvance SmartSensor Advance Bid Specification 1.0 General.This item shall govern the purchase of above- The CTAD shall provide vehicle call and extend data on up ground continuous tracking advance detector(CTAD) to eight channels that can be connected to contact closure equivalent to the Wavetronix SmartSensor Advance TM. modules compliant with NEMA TS 1,NEMA TS 2,170,and 2070 controller cabinets. A CTAD detects vehicles by transmitting electromagnetic radar signals through the air.The signals bounce off vehicles The CTAD shall be capable of providing data for each tracked in their paths and part of the signal is returned to the CTAD. detection over the serial ports. The returned signals are then processed to determine traffic parameters. When vehicular track file data is available on the serial ports,the data is then available on the communications network without CTADs are not affected by normal weather and environmental the use of a traffic controller or a contact closure data recorder. conditions such as rain,wind,snow,dust,etc.They also do Vehicular track file data is useful for traffic study applications and for not require cleaning and can maintain performance over a performing comparisons between traffic sensors. wide range of ambient temperatures. 3.0 Detectable Area. CTADs provide a non-intrusive means of detecting traffic because they can be installed at the side of a roadway.This 3.1 Mounting Location.The CTAD shall be able to detect property not only makes them safer to install but also more and report vehicle information when mounted within 50 cost-effective than sensors that require roadway modifications ft.(15.2 m)of the center of the lanes of interest. or placement. The CTAD shall be able to detect and report vehicle 2.0 Measured Quantities and Outputs.The CTAD shall information when mounted at heights up to 40 ft.(12.2 m) detect range,speed,vehicle estimated time of arrival(ETA)to above the road surface. the stop bar for vehicles or clusters of vehicles moving in the user-selected direction of travel.The CTAD shall also detect 3.2 Detection Range.The CTAD shall be able to detect and report information on the roadway located with the instantaneous roadway efficiency. near boundary at 50 ft.(15.2 m)from the base of the pole The CTAD shall be able to simultaneously detect and report on which the CTAD is mounted. information from up to 25 vehicles on the roadway when they are serially sequenced between the near and far boundaries. The CTAD shall be able to detect and report information on the roadway located with the far boundary at 500 ft. The CTAD shall turn on a zone output when the range,speed, (152.4 m)from the base of the pole on which the CTAD is ETA,and qualified count or instantaneous roadway efficiency mounted. requirements for that zone are satisfied. For incoming traffic,95 percent of large vehicles within The CTAD shall turn on an alert output on when the user- the line-of-site of the CTAD shall be detected and defined zone output combinational logical is satisfied. reported before they arrive 400 ft.(121.9 m)from the sensor.For incoming traffic,90 percent of all motor The CTAD shall turn on a normal channel output when any of vehicles within the line-of-site of the CTAD shall be the channel's alerts is on and the channel's delay and extend detected and reported before they arrive 400 ft.(121.9 m) time constraints are satisfied. from the sensor. The CTAD shall turn on a latched channel output when the 4.0 Performance. on alert is turned on and the delay time is satisfied.The CTAD shall turn off a latched channel output when the off alert is 4.1 Detection Accuracy.The CTAD shall detect at least 98 turned on or the max timer expires and the extension time is percent of large vehicles like truck-trailer combinations satisfied. and at least 95 percent of all motor vehicles within the line-of-sight of the CTAD sensor where multiple Channel outputs are used to create contact closures which can be detections of multi-unit vehicles are not considered used as inputs into a traffic controller. false detections and merged detections of adjacent lane vehicles are not considered missed detections. DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SmartsensorAdvance 4.2 Range Accuracy.The CTAD shall provide range • 4X corrosion protection(NEMA 250 clause 5.10) measurements in which 90%of the measurements are • Gasket(NEMA 250 clause 5.14) accurate within 10 ft.(3 m)when the vehicle is tracked The CTAD shall be able to withstand a drop of up to independently. 5 ft.(1.5 m)without compromising its functional and 4.3 Speed Accuracy.The CTAD shall provide per vehicle structural integrity. speed measurements in which 90%of the measurements are accurate within 5 mph(8 kph)when tracked The CTAD enclosure shall include a connector that independently. meets the MIL-C-26482 specification.The MIL-C-26482 connector shall provide contacts for all data and power 4.4 ETA Accuracy.The CTAD shall provide estimated connections. time-of-arrival(ETA)measurements in which 85%of the 7.0 Electrical.The CTAD shall consume less than 4 W @ 12 measurements are accurate within one second,when the VDC. detected vehicles are tracked independently at a constant speed above 40 mph(64 kph)and are within 2.5 and 5.5 The CTAD shall operate with a DC input between 12 VDC and seconds of the stop bar. 28 VDC. 5.0 Performance Maintenance.The CTAD shall not require The CTAD shall have onboard surge protection. cleaning or adjustment to maintain performance. 8.0 Communication Ports.The CTAD shall have two The CTAD shall not rely on battery backup to store communication ports,and both ports shall communicate configuration information,thus eliminating any need for independently and simultaneously. battery replacement. Two independent communication ports allow one port to be used Once the CTAD is calibrated,it shall not require recalibration for configuration,verification and traffic monitoring without to maintain performance unless the roadway configuration interrupting communications on the dedicated data port. changes. The CTAD shall support the upload of new firmware into the The mean time between failures shall be 10 years,which is CTAD's non-volatile memory over either communication port. estimated based on manufacturing techniques. The CTAD shall support the user configuration of the 6.0 Physical Properties.The CTAD shall not exceed 4 lbs.(1.8 following: kg)in weight. • Baud rate The CTAD shall not exceed 14 in.x 11 in. x 4 in.(35.6 cm x 27.9 • Communication port response delay cm x 10.2 cm)in its physical dimensions. • Contact closure output frequency All external parts of the CTAD shall be ultraviolet-resistant, Both communication ports shall support all of the following corrosion-resistant,and protected from fungus growth and baud rates:9600,19200,38400,57600 and 115200 bps. moisture deterioration. The contact closure output frequency shall be user 6.1 Enclosure.The CTAD shall be enclosed in a Lexan configurable as short as 10 ms,with a default near 130 ms for polycarbonate. compatibility. The enclosure shall be classified"f1"outdoor Contact closure data shall be reliably communicated over weatherability in accordance with UL 746C. homerun cable connections as long as 600 ft.(182.9 m)with latency from the time of channel requirement satisfaction to The CTAD shall be classified as watertight according to the eventual reporting of the detections on the back edge of the NEMA 250 standard. the contact closure card in 15 ms or less. The CTAD enclosure shall conform to test criteria set Contact closure data latency is dependent on baud rate and output forth in the NEMA 250 standard for type 4X enclosures. frequency settings. The required minimum must be achievable when Test results shall be provided for each of the following the baud rate is set to a high value and the output frequency is set to type 4X criteria: a frequent value. • External icing(NEMA 250 clause 5.6) • Hose-down(NEMA 250 clause 5.7) DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC WW ..,,AAVETRONIX SmartSensorAdvance 9.0 Radar Design. The vertical beam width of the CTAD at the 6 dB points of the two-way pattern shall be 65 degrees or greater. 9.1 Frequency Stability.The circuitry shall be void of any manual tuning elements that could lead to human error This enables the CTAD to provide simultaneous detection from and degraded performance over time. the nearest to the farthest ranges. The vertical beam width of a CTAD determines the field of view in which it can detect traffic. All transmit modulated signals shall be generated by means of digital circuitry,such as a direct digital The horizontal beam width of the CTAD at the 6 dB synthesizer,that is referenced to a frequency source points of the two-way pattern shall be 11 degrees or less. that is at least 50 parts per million(ppm)stable over the specified temperature range,and ages less than 6 ppm A narrow horizontal beam width narrows the field of view of per year.Any upconversion of a digitally generated the CTAD to the lanes of interest and helps to exclude the traffic modulated signal shall preserve the phase stability and traveling in the opposite direction. frequency stability inherent in the digitally generated The sidelobes in the CTAD two-way antenna pattern shall signal. be-40 dB or less. This specification ensures that,during operation,the CTAD strictly conforms to FCC requirements and that the radar signal Low widths ensure that the performance from the antenna lt beam widthss i quality is maintained for precise algorithmic quality.Analog s fully achieved. and microwave components within a CTAD have characteristics 9.3 RF Channels.The CTAD shall provide at least four that change with temperature variations and age.If the output RF channels so that multiple units can be mounted in the transmit signal is not referenced to a stable frequency source, same vicinity without causing interference between them. then the CTAD is likely to experience unacceptable frequency variations which may cause it to transmit out of its FCC 10.0 Configuration. allocated band and thus will be non-compliant with FCC regulations. 10.1 Auto-configuration.The CTAD shall have a method for automatically configuring the sensitivity of detection The CTAD shall not rely on temperature compensation in at least 5-ft.(1.5-m)increments. circuitry to maintain transmit frequency stability. This allows the sensor to quickly and accurately record the Temperature-based compensation techniques have been shown intensity of roadside clutter and set appropriate rejection to be insufficient to ensure transmit frequency stability. One thresholds to avoid false detections at different ranges. reason this type of technique is not sufficient is that it does not compensate for frequency variations due to component aging. The auto-configuration method shall not prohibit the ability of the user to manually adjust the CTAD The bandwidth of the transmit signal of the CTAD shall configuration. not vary by more than 1%under all specified operating conditions and over the expected life of the CTAD. The CTAD shall support the configuration of up to eight channel outputs with up to four alerts per channel and up The bandwidth of a CTAD directly affects the measured range to four zones per alert,resulting in 32 configurable alerts Of a vehicle.A change in bandwidth causes a direct error in and 128 configurable zones. the measured range,i.e.,a 5%change in bandwidth would cause a range error of 10 ft.(3 W for a vehicle at 200 ft. (61 10.2 Zone Configuration.The CTAD shall support the W If the bandwidth changes by more than 1%due to seasonal configuring of zones in 5-ft.(1.5-m)increments. temperature variations and component aging,then the CTAD will need to be frequently reconfigured to maintain the specified The CTAD shall support detection zones as long as 450 ft. (137.2 m). accuracy. 9.2 Antenna Design.The CTAD antennas shall be The ability to define one large zone simplifies and enhances designed on printed circuit boards. configuration when compared to point detection schemes. Printed circuit board antennas eliminate the need for RF The CTAD shall support user configurable high-speed connectors and cabling that result in decreased reliability. and low-speed detection filters for each zone. Printed circuit antennas are less prone to physical damage due The CTAD shall support the configuring of speed filters to their extremely low mass. in 1-mph(1.6-kph)increments. DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SmartsensorAdvance The speed thresholds can be used to provide superior gap These filters can be to provide superior gap management management for green extension applications at signalized for green extension applications at signalized intersections, intersections,especially when a high-speed traffic stream especially when a high-speed traffic stream presents a limited presents a limited number of opportunities to gap out.For number of opportunities to gap out. example,when the operational objective is to increase safety by extending the green light for law-abiding high-speed drivers, Qualified count is tied to the number of vehicles that meet the reporting of low-speed vehicles is not desirable. On the other range,speed and ETA requirements of a zone.For example,for hand,when the operational objective is to increase efficiency green extension it may be required that there are two vehicles by extending the green light for clearance of a low-speed traffic detected within 2.5 to 5.5 seconds of the stop bar traveling above queue,reporting of high-speed vehicles is not desirable 35 mph(56 kph),instead of just one. The logic is that if only one vehicle is in the dilemma zone,this is not as threatening as In addition,these speed filters can be configured to screen out if there are two vehicles(one following the other). The following reporting of detections that may adversely impact operational vehicle may incorrectly assume that the lead vehicle will try to objectives.For example,low speed filters can also be used to clear the intersection and cause a rear-end collision.Rear-end screen out detection of low-speed clutter like unwanted detection collisions are the most common form of collision at a signalized of turn-only bays,pedestrians,swaying trees,and vibrating intersection. signs. 10.3 Windows®-based Software.The CTAD shall The CTAD shall support user configurable upper and include graphical user interface software that displays lower estimated time-of-arrival(ETA)filters for each zone. the current traffic pattern using a graphical traffic representation. The CTAD shall support the configuring of ETA filters in increments of 0.1 seconds. A visual representation of traffic patterns allows an installer to quickly associate specific detections with corresponding vehicles, The ETA thresholds can be used to provide superior gap and it facilitates verification of CTAD performance. management for green extension applications at signalized intersections,especially when a high-speed traffic stream The graphical user interface shall also display all presents a limited number of opportunities to gap out.For configured alerts and provide visual representation of example,when the operational objective is to increase safety by their actuation. extending the green light for law-abiding high-speed drivers, reporting of vehicles upstream of 5.5 seconds and downstream The graphical user interface shall provide a means of of 2.5 seconds may not be desirable. Vehicles with 2.5 to 5.5 logging the vehicular track files with an update rate of seconds are commonly considered to be in the driver dilemma greater than five times per second. zone when the light turns yellow.However,motorists closer The user configured baud rate will effect the rate at which log than 2.5 seconds can easily clear the intersection and those files are logged. This requirement must be met at higher baud beyond 5.5 seconds can be expected to stop.Dilemma zone rates. protection has been shown to reduce red-light running and rear- end collisions. The graphical interface shall operate on Windows Mobile, ETA filtering provides a dynamic form of dilemma zone Windows XP,Windows Vista,and Windows 7 in the.NET protection that adapts when traffic speeds rise above or fall framework. below design assumptions used with traditional methods of The software shall support the following functionality: fixed-point detection.ETA filtering also constrains reporting of detections to provide more gap out opportunities,avoid • Automatically find the correct baud rate the likelihood of reaching maximum green,and maximize the • Automatically find the correct serial communication effective use of green by timing clearance of the last vehicle. port • Operate over aTCP/IP connection Therefore,ETA filtering also provides practical efficiency benefits. •Provide a virtual sensor connection for software usabilty without a sensor The CTAD shall provide configurable upper and lower • Give the operator the ability to save/back up the count filters that help determine if a required number of CTAD configuration to a file or load/restore the CTAD qualified detections are present. configuration from a file The CTAD shall support the configuring of qualified 11.0 Operating Conditions.The CTAD shall maintain count filters in increments of one. accurate performance in all weather conditions,including DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC WW ' 1 ,,,,� 1 Advance rain,freezing rain,snow,wind,dust,fog and changes in The CTAD shall undergo a rigorous sequence of operational temperature and light,including direct light on sensor at testing to ensure product functionality and reliability.Testing dawn and dusk. shall include the following: CTAD operation shall continue in rain up to 4 in.(10.2 cm)per : Functionality testing of all internal sub-assemblies hour. Unit level burn-in testing of 48 hours'duration or greater • Final unit functionality testing prior to shipment The CTAD shall be capable of continuous operation over an Test results and all associated data for the above testing shall ambient temperature range of-40°F to 165°F(-40°C to 74°C). be provided for each purchased CTAD by serial number,upon The CTAD shall be capable of continuous operation over a request. relative humidity range of 5%to 95%(non-condensing). 14.0 Support.The CTAD manufacturer shall provide both 12.0 Testing. training and technical support services. 12.1 FCC.Each CTAD shall be Federal Communications 14.1 Training.The manufacturer-provided training shall Commission(FCC)certified under CFR 47,part 15,section be sufficient to fully train installers and operators in the 15.245 or 15.249 as an intentional radiator. installation,auto-configuration,and use of the CTAD to ensure accurate CTAD performance. The FCC certification shall be displayed on an external label on each CTAD according to the rules set forth by the The manufacturer-provided training shall consist of FCC. comprehensive classroom labs and hands-on,in-the-field, installation and configuration training. The CTAD shall comply with FCC regulations under all specified operating conditions and over the expected life Classroom lab training shall involve presentations of the CTAD. outlining and defining the CTAD,its functions,and the procedures for proper operation.These presentations 12.2 NEMA TS 2-1998 Testing.The CTAD shall comply shall be followed by hands-on labs in which trainees shall with the applicable standards stated in the NEMA TS practice using the equipment to calibrate and configure 24998 Standard.Third party test results shall be made a virtual CTAD.To facilitate the classroom presentation available for each of the following tests: and hands-on labs,the manufacturer-provided training • Shock pulses of 10 g,11 ms half sine wave shall include the following items: • Vibration of 0.5 g up to 30 Hz • Knowledgeable trainer or trainers thoroughly familiar • 300 V positive/negative pulses applied at one pulse per with the CTAD and its processes second at minimum and maximum DC supply voltage • Presentation materials,including visual aids,printed • Cold temperature storage at-49°F(-45°C)for 24 hours manuals and other handout materials for each student • High temperature storage at 185°F(85°C)for 24 hours • Computer files,including video and raw data,to • Low temp,low DC supply voltage at-29.2°F(-34°C)and facilitate the virtual configuration of the CTAD 10.8 VDC • Laptop computers or Windows CE handheld devices • Low temp,high DC supply voltage at-29.2°F(-34°C)and with the necessary software,and all necessary cables, 26.5 VDC connectors,etc. • High temp,high DC supply voltage at 165.2°F(74°C) • All other equipment necessary to facilitate the virtual and 26.5 VDC configuration of the CTAD • High temp,low DC supply voltage at 165.2°F(74°C)and 10.8 VDC Field training shall provide each trainee with the hands- on opportunity to install and configure the CTAD at the 13.0 Manufacturing.The CTAD shall be manufactured and roadside.Training shall be such that each trainee will assembled in the USA. mount and align the CTAD correctly. The internal electronics of the CTAD shall utilize automation 14.2 Technical Assistance.The manufacturer-provided for surface mount and wave solder assembly,and shall technical support shall be available according to comply with the requirements set forth in IPC-A-610C Class 2, contractual agreements and a technical representative Acceptability of Electronic Assemblies. available to assist with the physical installation, alignment,and configuration of each supplied CTAD. Technical support shall be provided thereafter to assist DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SmartsensorAdvance with troubleshooting,maintenance,or replacement of CTADs should such services be required. 15.0 Documentation.CTAD documentation shall include a comprehensive user guide as well as an installer quick- reference guide and a user quick-reference guide. The CTAD manufacturer shall supply the following documentation and specification test results at the time of the bid submittal: • Detection accuracy • Range accuracy • Earliest range of detection • Speed accuracy • ETA accuracy • FCC CFR 47 certification • NEMA 250 standard for Type 4X Enclosure third-party test data • NEMA TS 2-1998 standard third-party test data 16.0 Warranty.The CTAD shall be warranted free from material and workmanship defects for a period of two years from date of shipment. 10 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC WW ..,,AAVETRONIX SmartSensorAdvance SmartSensor Advance Installation Specification 1.0 General.This item shall govern the installation of an The CTAD shall not be installed in areas with overhead aboveground continuous tracking advance detector(CTAD) structures.For example,overhead sign bridges,tunnels and equivalent to the Wavetronix SmartSensor Advance. overpasses should be avoided.The CTAD shall be mounted at least 30 ft.(9.1 m)to the side of any such overhead CTAD can provide accurate,consistent,and reliable data structures. provided they are installed properly.The requirements in this specification are intended to ensure proper CTAD installation. 2.3 Cabling.The cable end connector shall meet the MIL-C-26482 specification and shall be designed to 2.0 Mounting and Installation. interface with the appropriate MIL-C-26482 connector. The connector backshell shall be an environmentally 2.1 Mounting Assembly.The CTAD shall be mounted sealed shell that offers excellent immersion capability. directly onto a mounting assembly fastened to a pole, All conductors that interface with the connector shall overhead mast arm,or other solid structure. be encased in a single jacket,and the outer diameter The CTAD mounting assembly shall provide the of this jacket shall be within the backshell's cable O.D. necessary degrees of rotation to ensure proper range to ensure proper sealing.The backshell shall have installation. a strain relief with enough strength to support the cable slack under extreme weather conditions.Recommended The CTAD mounting assembly shall be constructed of connectors are Cannons KPT series,and recommended weather-resistant materials and shall be able to support a backshells are Glenair Series 37 cable sealing backshells. 20-1b.(9.1-kg)load. The cable shall be the Orion Wire Combo-2207-2002- 2.2 Mounting Location.The CTAD shall be mounted at PVCGY or an equivalent cable that conforms to the a height that is within the manufacturer's recommended following specifications: mounting heights. • The RS-485 conductors shall be a twisted pair. • The RS-232 and RS-485 conductors shall have nominal The CTAD shall be mounted at an offset from the center capacitance conductor to conductor of less than 45 pF/ft of the lanes of interest that is consistent with the CTAD's at 1 kHz. maximum offset. • The RS-232 and RS-485 conductors shall have nominal The CTAD shall be mounted in a forward-fire position, conductor DC resistance of less than 16.5 ohms/1000 ft. looking towards either approaching or departing traffic. (304.8 m)at 68°F(20°C). • The power conductors shall be one twisted pair with The CTAD shall be mounted so that it is pointed nominal conductor DC resistance of less than 11.5 within 10 ft.(3 m)of the target point as defined by the ohms/1000 ft.(304.8 m)at 68°F(20°C). manufacture's table of target points for mounting offsets • Each wire bundle or the entire cable shall be shielded and mounting heights. with an aluminum/mylar shield with a drain wire. The CTAD shall be mounted so that its vertical center line The cable shall have a single continuous run with no splices. is within 5 degrees of the lanes of interest as described the manufacture's documentation. The cable shall be terminated only on the two farthest ends of the cable. Aligning the CTAD's center line with the roadway ensures that the antenna beam of the CTAD is positioned The cable length shall not exceed the following limits for along the roadway. the operational baud rate of RS-485 communications: Two CTAD units shall not be mounted so that they are Baud Rate Cable Length pointed directly at each other. 115.2 Kbps 300 ft.(91.4 m) 57.6 Kbps 600 ft.(182.9 m) CTADs that are mounted within 20 ft.(6.1 m)of each 38.4 Kbps 800 ft.(243.8 m) other shall be configured to operate on different RF 19.2 Kbps 1000 ft.(304.8 m) channels regard-less of the pointing direction of the CTAD. 9.6 Kbps 2000 ft.(609.6 m) DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SmartsensorAdvance NOTE:These represent maximum data rates.The data rate used should be The power converter shall operate in the humidity range the minimum data rate required for operation. of 5%to 95%at 77°F(25°C)non-condensing. If communication is conducted over the RS-232 bus,then The power converter shall accept an input voltage of 85 to the RS-232 driver must be able to source and sink±7 mA 264 VAC or 120 to 370 VDC. or more. The cable length shall not exceed the following limits for The power converter shall operate at an input frequency the operational baud rate of R-S232 communications: of 47 Hz to 63 Hz. Baud Rate Cable Length The power converter shall produce an output voltage of 115.2 Kbps 40 ft.(12.2 m) 24 VDC±41%. 57.6 Kbps 60 ft.(18.3 m) The power converter shall have a hold-up time of greater 38.4 Kbps 100 ft.(30.5 m) than 20 ms at 120 VAC. 19.2 Kbps 140 ft.(42.7 m) 9.6 Kbps 200 ft.(61 m) The power converter shall withstand a voltage across NOTE:These represent maximum data rates.The data rate used should be its input and output of 2 kV.The power converter shall the minimum data rate required for operation. withstand a voltage across its input and ground of 1.5 kV. If 12 VDC is being supplied for the CTAD then the cable length shall not exceed 110 ft.(33.5 m). The power converter shall comform to safety standards UL 60950 and EN 60950. If 24 VDC is being supplied for the CTAD then the cable length shall not exceed 600 ft.(182.9 m). The power converter shall conform to EMC standards EN 55022 Class B and EN 61000-3-2,3. If a cable length of 600 ft.(182.9 m)to 2000 ft.(609.6 m)is required,the power cable shall be an ANIXTER 2A-1402 In brown-out conditions(i.e.<85 VAC input),the output or equivalent cable that meets the following requirements: voltage of the power converter shall be less than 1 VDC. • 10 AWG conductor size/gauge 2.6 Input File Cards.If input file cards are used in the • 2 conductor count detection system,then the Click!172,Click!174 or an • Stranded cable type equivalent that meets the following specifications shall be • Bare copper material used. • 600 V range • 194°F(90°C)temperature rating The input file cards shall be compatible with 170,2070, • PVC/nylon insulation material NEMA TS 1,and NEMA TS 2 style input racks. • PVC—polyvinyl chloride jacketing material • 25 A per conductor The input file card shall translate data packets from the CTAD into contact closure outputs. Both communication and power conductors can be bundled together in the same cable as long as the above- The input file card shall support actuation mode(passage detection output in real time)of operation. mentioned conditions are met. 2.4 Lightning Surge Protection.The CTAD shall be The input file card shall receive data packets over an installed using lightning surge protection devices that RS-485 bus at any of the following baud rates:9600,19200, meet or exceed the EN 61000-4-5 Class 4 specifications. 38400 and 57600 bps. The lightning surge protection unit shall be the The input file card shall autobaud and auto-detect a Wavetronix Click!TM 200 or equivalent. CTAD over wired and wireless communication channels 2.5 Power Supply.The CTAD shall be installed using the that have a maximum latency of 500 ms. Click!201,Click!202 or an equivalent AC to DC power The input file card shall comply with the NEMA TS 24998 converter that meets the following specifications. Traffic Controller Assemblies with NTCIP Requirements The power converter shall be power rated at 15 W or (Section 2.8 specification). greater at 77°F(25°C)and 10 W or greater at 165°F(74°C). The power converter shall operate in the temperature range of to-29°F to 165°F(-34°C to 74°C). DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 4LWAVET' 1 1 iWavetronix "Click 650"° Cabinet Interface Device to SmartSensor Matrix The included as an accessary The SmartSensor MatrixTM is a first-of-its-kind stop bar presence detector designed for use at signalized intersections to detect vehicles with the reliability of radar and with all the advantages of non-intrusive detection. 15'to 30' (see Mounts on mounting vertical guidelines) pole or � mast arm --® ------® 100' �� ®® max. -------------- ------ ® 4. X100' max. PLAN VIEW Li SMARv� 0 WX-500-0071 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 0 WAVE 1 SmartSensor Matrix The SmartSensor'" Matrix is a first-of-its-Kind stop bar presence detector designed for use at signalized intersections to detect vehicles With the reliability of radar and With all the advantages of non-intrusive detection. Features tnir,9�/Nuol ■ Matrix of 16 radars for two-dimensional ■ Supports curved and angled lanes coverage ■ Includes preassembled cabinet back- ■ Tracks vehicles through a 90 degree plate,reducing the need to field wire field of view that extends out 140 ft. ■ Automated manufacturing process 42.7 m ■ Patented auto-configuration process ■ Includes Radar Vision"technology to ■ Patented Digital Wave Radar II"tech- detect and track in two dimensions nology ■ Reports real-time presence of both ■ Remote accessible for traffic monitor- moving onitor moving and stopped vehicles ing and sensor management ■ Standard detector-rack contact-closure ■ Flash upgradable interface ■ Robust to changing temperature, light " - /J Iff✓� ■ Easy to install and operate and weather conditions 15-35 ft. (see mounting Mounts on guidelines) veritcal pole or mast arm ------------- -----® __® ----------- 140 ft--------- PLAN --------PLAN VIEW wx-soo-0071 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SmartSensor Matrix Technical Specifications Ordering Information Sensor Outputs ■ Real-time presence data in 10 lanes SmartSensor Matrix ■ Maximum number of zones:16 SS-225 ■ Maximum number of channels:16 ■ User-selectable zone to channel mapping ■ AND logic triggers the channel when all the selected zones are ACCESSORIES active SS-KIT-Wavetronix install kit ■ OR logic used to combine multiple zones to a channel output SS-112/114— Click 112/114 rack cards ■ Channel output extend and delay functionality ■ Algorithms mitigate detections from wrong way or cross traffic SS-704-xxx/705 — SmartSensor 6-conductor ■ Fail-safe mode for contact closure outputs if communication is cable lost SS-611 - SmartSensor mount Detectable Area SS-1301-0003/0005/0008- Intersection preas- ■ Detection range:6 to 140 ft.(1.8 to 42.7 m) sembled backplate -AC ■ Field of view:90° SS-BO1-0004/0006 - Intersection preassem- ■ Flexible lane configuration support including: bled backplate — DC ❑ Up to 10 lanes SS-1302-0002/0003 - Intersection preassem- ❑ Curved lanes bled 19-inch rack ❑ Islands and medians SS-710 - Sensor cable junction box System Hardware ■ A SmartSensor Matrix corner radar for each approach ■ Either one of the following: Wavetronix ❑ A traffic cabinet preassembled backplate with AC/DC power 78 East 1700 South conversion,surge suppression,terminal blocks for cable landing,communication connection points;can be cabinet Provo, side mount or rack mount 801.734.7200 ❑ A cabinet interface device(the Click 600 or 650)that performs the following functions:power conversion,surge protection,communication with a connected computer, communication with contact closure devices/traffic controller ■ Contact closure input file cards(if necessary): ❑ 2 or 4 channel ■ Resistant to corrosion,fungus,moisture deterioration,and ❑ Compatible with industry standard detector racks ultraviolet rays ■ Enclosure:Lexan EXL polycarbonate Maintenance ■ Outdoorweatherable:UL746C ■ No cleaning or adjustment necessary ■ Watertight by NEMA 250 standard ■ No battery replacement necessary ■ NEMA 250 compliant for: ■ Recalibration is not necessary ❑ External icing(clause 5.6) ■ Mean time between failures:10 years(estimated based on ❑ Hose down(clause 5.7) manufacturing techniques) ❑ 4X corrosion protection(clause 5.10) ❑ Gasket(clause 5.14) Physical Properties ■ Withstands 5-ft.(1.5-m)drop ■ Weight:4.2 lbs.(1.9 kg) ■ Connector:MIL-C-26482 ■ Physical dimensions:13.2 in.x 10.6 in.x 3.3 in.(33.5 cm x 26.9 ■ Rotational backplate for 360°of roll cm x 8.4 cm) DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 0 WAVE 1 Electrical ❑ Sensor configuration back-up and restore ■ Power consumption:9 W ❑ Backed-up sensor configurations can be viewed and edited ■ Supply voltage:10-28 VDC ❑ Real-time traffic visualization for performance verification ■ Onboard surge protection and traffic display ❑ Zone and channel actuation display Communication Ports ❑ Virtual sensor connections for demonstration and training ■ Two half-duplex RS-48S com ports support: ❑ Local or remote sensor firmware upgradability ❑ Dedicated detection comms Operating Conditions ❑ Configuration,verification or traffic display without disrupt- ing detection comms ■ Accurate performance in: ■ Firmware upgradability over any com port ❑ Rain up to 1 in.(2.S cm)per hour ■ User configurable: ❑ Freezing rain ❑ Response delay ❑ Snow ❑ Push port ❑ Wind ❑ Dust Radar Design ❑ Fog ■ Operating frequency:24.0-24.25 GHz(K-band) ❑ Changing temperature ■ Matrix of 16 radars ❑ Changing lighting(even direct light on sensor at dawn and ■ No manual tuning to circuitry dusk) ■ Transmits modulated signals generated digitally ■ Ambient operating temperature:-40°F to 16S°F(-40°C to 74°C) ■ No temperature-based compensation necessary ■ Humidity:Up to 9S%RH(non-condensing) ■ Bandwidth stable within 1% Testing ■ Printed circuit board antennas ■ Antenna vertical 6 dB beam width(two-way pattern):6S° ■ Tested under FCC CFR 47,part 1S,section 15.249 ■ Horizontal field of view:90° ■ FCC certification on product label ■ Antenna two-way sidelobes:-40 dB ■ FCC regulation-compliant for life of the sensor ■ Transmit bandwidth:24S MHz ■ Tested under IEC 61000-4-5 class 4 ■ Un-windowed resolution:2 ft.(0.6 m) ■ Tested under NEMA TS 2-2003 ■ RF channels:8 ❑ Shock pulses of 10 g,11 ms half sine wave ■ Self-test for verifying hardware functionality ❑ Vibration of O.S g up to 30 Hz ■ Diagnostics mode for verifying system functionality ❑ 300 V positive/negative pulses ❑ Stored at-49°F(-4S°C)for 24 hours Configuration ❑ Stored at 18S°F(8S°C)for 24 hours ■ Automatic and manual configuration of lanes, stop bars and ❑ Operation at-29.2°F(-34°C)and 10.8 VDC zones ❑ Operation at-29.2°F(-34°C)and 26.5 VDC ■ Lane positioning increment:1 ft.(0.3 m) ❑ Operation at 165.2°F(74°C)and 26.5 VDC ■ Four-sided zones of any shape and size ❑ Operation at 165.2°F(74°C)and 10.8 VDC ■ Overlapping zones supported ■ Sensor reconfiguration without detection disruption supported Manufacturing ■ Graphical user interface with traffic pattern display ■ Manufactured in the USA ■ Counting and Pulsed channels supported ■ Surface mount assembly ■ Windows Mobile°-compatible software ■ IPC-A-610C Class 2-compliant ■ Supported operating systems: ■ Operational testing: ❑ Windows Vista ❑ Sub-assembly test ❑ Windows 7 ❑ 48-hour unit level burn-in ❑ Windows 8 ❑ Final unit test ❑ Windows 10 ■ Unit test results available ■ Software-supported functionality: ❑ TCP/IP connectivity DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SmartSensor Matrix Support ■ Training and tech support available from Wavetronix ■ Wavetronix training includes: ❑ Installation and configuration instruction to ensure accu- rate performance ❑ Classroom and in-field instruction ❑ Knowledgeable trainers ❑ Use of presentation materials ❑ Virtual configuration using computer playback ❑ Instruction in use of computer and handheld devices and other necessary equipment ■ Wavetronix tech support includes: ❑ Technical representatives available for installation and configuration ❑ Ongoing troubleshooting and maintenance support Documentation ■ Instructional training guide ■ Comprehensive user guide ■ Installer quick-reference guide ■ User quick-reference guide ■ Documentation available upon request: ❑ FCC certification ❑ CE certification ❑ IEC 61000-4-5 class 4 test report Warranty ■ Two-year warranty against material and workmanship defect Warranty(see SmartSensor Warranty datasheet for complete details) The advertised detection accuracy of the company's sensors is based on both external and internal testing,os outlined in each product's specification document. Although our sensors are very accurate by industry standards,like all other sensor manufacturers we cannot guarantee perfection or assure that no errors will ever occur in any particular applications o f our technology.Therefore,beyond the express Limited Warranty that accompanies each sensor sold by the company,we of- fer no additional representations,warranties,guarantees or remedies to our customers.It is recommended that purchasers and integrators evaluate the accuracy o f each sensor to determine the acceptable margin o f error for each application within their particular system(s). DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 0 WAVE 1 SmartSensor Matrix Bid Specification 1.0 General.'lhis item shall govern the purchase of aboveground radar presence detector(RPD)equivalent to the Wavetronix SmartSensor"Matrix. An RPD detects vehicles by transmitting electromagnetic radar signals through the air.The signals bounce off vehicles in their paths and part of the signal is returned to the RPD.The returned signals are then processed to determine traffic parameters. RPDs are not affected by normal weather and environmental conditions such as rain,wind,snow,dust,etc.They also do not require cleaning and can maintain performance over a wide range of ambient temperatures. RPDs provide a non-intrusive means of detecting traffic.This property not only makes them safer to install but also more cost effective than sensors that require roadway modifications or placement. 2.0 Sensor Outputs.'Ihe RPD shall present real-time presence data in 10 lanes. The RPD shall support a minimum of 16 zones. The RPD shall support a minimum of 16 channels. The RPD shall support user-selectable zone to channel mapping. The RPD shall use AND logic to trigger channels when all selected zones are active. The RPD shall use OR logic to combine multiple zones to a channel output,and shall have channel output extend and delay functionality. The RPD algorithms shall mitigate detections from wrong way or cross traffic. The RPD system shall have fail-safe mode capabilities for contact closure outputs if communication is lost. 3.0 Detectable Area. 3.1 Detection Range.The RPD shall be able to detect and report presence in lanes with boundaries as close as 6 ft.(1.8 m) from the base of the pole on which the RPD is mounted. The RPD shall be able to detect and report presence in lanes located within the 140 ft.(42.7 m)arc from the base of the pole on which the RPD is mounted. 3.2 Field of View.The RPD shall be able to detect and report presence for vehicles within a 90 degree field of view. 3.3 Lane Configuration.The RPD shall be able to detect and report presence in up to 10 lanes. The RPD shall be able to detect and report presence in curved lanes and areas with islands and medians. 4.0 System Hardware.For each approach to be detected,one RPD corner radar shall be used. 4.1 Connectivity and Surge. Each RPD shall be used with a preassembled backplate or a cabinet interface device. If a traffic cabinet preassembled backplate,it shall have the following: • AC/DC power conversion • Surge protection • Terminal blocks for cable landing • Communication connection points • The preassembled backplate for the RPD shall be a cabinet side mount or rack mount DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SmartSensor Matrix If a cabinet interface device,it shall be a single device that performs the following functions: • Provide DC power to up to four connected sensors • Provide surge protection for those sensors • Communicate between the device and a connected computer • Communicate with contact closure devices and/or a traffic controller 4.2 Contact Closure Input File Cards.The RPD may use contact closure input file cards with 2 or 4 channel capabilities. The contact closure input file cards for the RPD shall be compatible with industry standard detector racks. 5.0 Maintenance.The RPD shall not require cleaning or adjustment to maintain performance. The RPD shall not rely on battery backup to store configuration information,thus eliminating any need for battery replacement. Once the RPD is calibrated,it shall not require recalibration to maintain performance unless the roadway configuration changes. The mean time between failures shall be 10 years,which is estimated based on manufacturing techniques. 6.0 Physical Properties.The RPD shall not exceed 4.2 lbs.(1.9 kg)in weight. The RPD shall not exceed 13.2 in.by 10.6 in.by 3.3 in.(33.5 cm x 26.9 cm x 8.4 cm)in its physical dimensions. All external parts of the RPD shall be ultraviolet-resistant,corrosion-resistant,and protected from fungus growth and moisture deterioration. 6.1 Enclosure.The RPD shall be enclosed in a Lexan EXL polycarbonate. The enclosure shall be classified"ft"outdoor weatherability in accordance with UL 746C. The RPD shall be classified as watertight according to the NEMA 250 standard. The RPD enclosure shall conform to test criteria set forth in the NEMA 250 standard for type 4X enclosures.Test results shall be provided for each of the following type 4X criteria: • External icing(NEMA 250 clause 5.6) • Hose-down(NEMA 250 clause 5.7) • 4X corrosion protection(NEMA 250 clause 5.10) • Gasket(NEMA 250 clause 5.14) The RPD shall be able to withstand a drop of up to 5 ft.(1.5 m)without compromising its functional and structural integ- rity. The RPD enclosure shall include a connector that meets the MIL-C-26482 specification.The MIL-C-26482 connector shall provide contacts for all data and power connections. 7.0 Electrical.The RPD shall consume less than 10 W. The RPD shall operate with a DC input between 10 VDC and 28 VDC. The RPD shall have onboard surge protection. 8.0 Communication Ports.The RPD shall have two communication ports,and both ports shall communicate independently and simultaneously. Two independent communication ports allow one port to be used for configuration,verification and traffic monitoring without interrupting communications on the dedicated data port. DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 0 WAVE 1 The RPD shall support the upload of new firmware into the RPD's non-volatile memory over either communication port. 'fhe RPD shall support the user configuration of the following: • Response delay • Push port 'fhe communication ports shall support a 9600 bps baud rate. 9.0 Radar Design.'fhe RPD shall be designed with a matrix of 16 radars. The matrix of 16 radars enables the sensor to provide detection over a large area and to discriminate lanes. 9.1 Frequency Stability.The circuitry shall be void of any manual tuning elements that could lead to human error and degraded performance over time. All transmit modulated signals shall be generated by means of digital circuitry,such as a direct digital synthesizer,that is referenced to a frequency source that is at least 50 parts per million(ppm)stable over the specified temperature range,and ages less than 6 ppm per year.Any upconversion of a digitally generated modulated signal shall preserve the phase stability and frequency stability inherent in the digitally generated signal. This speciation ensures that,during operation,the RPD strictly conforms to FCC requirements and that the radar signal quality is maintained for precise algorithmic quality.Analog and microwave components within an RPD have characteristics that change with temperature variations and age.If the output transmit signal is not referenced to a stable frequency source,then the RPD is likely to experience unacceptable frequency variations which may cause it to transmit out of its FCC allocated band and thus will be non-compliant with FCC regulations. The RPD shall not rely on temperature compensation circuitry to maintain transmit frequency stability. Temperature-based compensation techniques have been shown to be insufficient to ensure transmitfrequency stability. One reason this type of technique is not sufficient is that it does not compensate for frequency variations due to component aging. The bandwidth of the transmit signal of the RPD shall not vary by more than 1%under all specified operating conditions and over the expected life of the RPD. The bandwidth of an RPD directly affects the measured range of a vehicle.A change in bandwidth causes a direct error in the measured range,i.e.,a 5%change in bandwidth would cause a range error ofI0 ft.(3 m)for a vehicle at 200 ft.(61 m).If the bandwidth changes by more than 1%due to seasonal temperature variations and component aging,then the RPD will need to be frequently reconfigured to maintain the specified accuracy. 9.2 Antenna Design.The RPD antennas shall be designed on printed circuit boards. Printed circuit board antennas eliminate the need for RF connectors and cabling that result in decreased reliability.Printed circuit antennas are less prone to physical damage due to their extremely low mass. The vertical beam width of the RPD at the 6 dB points of the two-way pattern shall be 65 degrees or greater. The antennas shall cover a 90 degree horizontal field of view. The sidelobes in the RPD two-way antenna pattern shall be-40 dB or less. Low sidelobes ensure that the performance from the antenna beam widths is fully achieved. 9.3 Resolution. the RPD shall transmit a signal with a bandwidth of at least 245 MHz. The bandwidth of the transmit signal translates directly into radar resolution,which contributes directly to detection performance. For example,an RPD that transmits at a low bandwidth will have low radar resolution,which could cause it to count a single DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SmartSensor Matrix vehicle as two vehicles in adjacent lanes.As another example of the adverse effects of low radar resolution,the response from a sign or other radar target in the roadway may spill over into the lanes of travel and desensitize the radar.In order to achieve the specified detection accuracy in a variety of conditions,the unwindowed radar resolution cannot be larger than 2 ft.(0.6 m)at the half-power level,which requires a bandwidth o(240 MHz.The high radar resolution reduces the problem of vehicle responses getting drowned out by brighter vehicles in adjacent lanes and improves performance for moving and stopped vehicles near roadway targets. 9.4 RF Channels.The RPD shall provide at least 8 RF channels so that multiple units can be mounted in the same vicin- ity without causing interference between them. 9.5 Verification.'Ihe RPD shall have a self-test that is used to verify correct hardware functionality. The RPD shall have a diagnostics mode to verify correct system functionality. 10.0 Configuration. 10.1 Auto-configuration.The RPD shall have a method for automatically defining traffic lanes,stop bars and zones with- out requiring user intervention.This auto-configuration process shall execute on a processor internal to the RPD and shall not require an external PC or other processor. The auto-configuration process shall work under normal intersection operation and may require several cycles to complete. 10.2 Manual Configuration.'Ihe auto-configuration method shall not prohibit the ability of the user to manually adjust the RPD configuration. The RPD shall support the configuring of lanes,stop bars and detection zones in 1-ft.(0.3-m)increments. When lanes have variable widths or have variable spacing(e.g.gore between lanes,precise resolution is necessary. 10.3 Windows®Mobile-based Software.The RPD shall include graphical user interface software that displays all config- ured lanes and the current traffic pattern using a graphical traffic representation. A visual representation of trafficpatterns allows an installer to quickly associate speck detections with corresponding vehicles,and it facilitates verification of RPD performance. The RPD shall include the ability to do counting and pulsed channels. The graphical interface shall operate on Windows Mobile,Windows XP,Windows Vista,Windows 7,Windows 8,and Windows 10 in the.NFT framework. The software shall support the following functionality: • Operate over a TCP/IP connection • Give the operator the ability to save/back up the RPD configuration to a file or load/restore the RPD configuration from a file • Allow the backed-up sensor configurations to be viewed and edited • Provide zone and channel actuation display • Provide a virtual connection option so that the software can be used without connecting to an actual sensor • Local or remote sensor firmware upgradability 11.0 Operating Conditions.The RPD shall maintain accurate performance in all weather conditions,including rain,freezing rain,snow,wind,dust,fog and changes in temperature and light,including direct light on sensor at dawn and dusk. RPD operation shall continue in rain up to 1 in.(2.5 cm)per hour. The RPD shall be capable of continuous operation over an ambient temperature range of-40'F to 165.2'F(-40'C to 74'C). DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 0 WAVE 1 The RPD shall be capable of continuous operation over a relative humidity range of 5%to 95%(non-condensing). 12.0 Testing. 12.1 FCC.Each RPD shall be certified by the Federal Communications Commission(FCC)under CFR 47,part 15,sec- tion 15.249 as an intentional radiator. The FCC certification shall be displayed on an external label on each RPD according to the rules set forth by the FCC. The RPD shall comply with FCC regulations under all specified operating conditions and over the expected life of the RPD. 12.2 NEMATS 2-2003 Testing.The RPD shall comply with the applicable standards stated in the NEMA TS 2-2003 standard.Third party test results shall be made available for each of the following tests: • Shock pulses of 10 g,11 ms half sine wave • Vibration of 0.5 g up to 30 Hz • 300 V positive/negative pulses applied at one pulse per second at minimum and maximum DC supply voltage • Cold temperature storage at-49°F(-45°C)for 24 hours • High temperature storage at 185°F(85°C)for 24 hours • Low temp,low DC supply voltage at-29.2°F(-34°C)and 10.8 VDC • Low temp,high DC supply voltage at-29.2°F(-34°C)and 26.5 VDC • High temp,high DC supply voltage at 165.2°F(74°C)and 26.5 VDC • High temp,low DC supply voltage at 165.2°F(74°C)and 10.8 VDC 13.0 Manufacturing.The RPD shall be manufactured and assembled in the USA. The internal electronics of the RPD shall utilize automation for surface mount assembly,and shall comply with the requirements set forth in IPC-A-610C Class 2,Acceptability of Electronic Assemblies. The RPD shall undergo a rigorous sequence of operational testing to ensure product functionality and reliability.Testing shall include the following: • Functionality testing of all internal sub-assemblies • Unit level burn-in testing of 48 hours'duration or greater • Final unit functionality testing prior to shipment Test results and all associated data for the above testing shall be provided for each purchased RPD by serial number,upon request. 14.0 Support.The RPD manufacturer shall provide both training and technical support services. 14.1 Training.The manufacturer-provided training shall be sufficient to firlly train installers and operators in the installa- tion,configuration,and use of the RPD to ensure accurate RPD performance. The manufacturer-provided training shall consist of comprehensive classroom labs and hands-on,in-the-field,installation and configuration training. Classroom lab training shall involve presentations outlining and defining the RPD,its functions,and the procedures for proper operation.These presentations shall be followed by hands-on labs in which trainees shall practice using the equip- ment to calibrate and configure a virtual RPD.To facilitate the classroom presentation and handson labs,the manufactur- er-provided training shall include the following items: • Knowledgeable trainer or trainers thoroughly familiar with the RPD and its processes • Presentation materials,including visual aids,printed manuals and other handout materials for each student • Computer files,including video and raw data,to facilitate the virtual configuration of the RPD • Laptop computers or Windows CE handheld devices with the necessary software,and all necessary cables,connec- tors,etc. DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SmartSensor Matrix • All other equipment necessary to facilitate the virtual configuration of the RPD Field training shall provide each trainee with the hands-on opportunity to install and configure the RPD at roadside. Training shall be such that each trainee will mount and align the RPD correctly. 14.2 Technical Assistance.Manufacturer-provided technical support shall be available according to contractual agree- ments,and a technical representative shall be available to assist with the physical installation,alignment,and auto-configu- ration of each supplied RPD.Technical support shall be provided thereafter to assist with troubleshooting,maintenance,or replacement of RPDs should such services be required. 15.0 Documentation.RPD documentation shall include an instructional training guide and a comprehensive user guide as well as an installer quick-reference guide and a user quick-reference guide. The RPD manufacturer shall supply the following documentation and test results at the time of the bid submittal: • FCC CFR 47 certification(frequency compliance) • CE certification • IED 6100-4-5 class 4 test report(surge) 16.0 Warranty.'Ihe RPD shall be warranted free from material and workmanship defects for a period of two years from date of shipment. The advertised detection accuracy of the company's sensors is based on both external and internal testing,os outlined in each product's speci fico- tion document.Although our sensors ore very accurate by industry standards,like oil other sensor manufacturers we cannot guarantee perfec- tion or assure that no errors will ever occur in any particular applications of our technology.Therefore,beyond the express Limited Warranty that accompanies each sensor sold by the company,we offer no additional representations,warranties,guarantees or remedies to our customers.It is recommended that purchasers and integrators evaluate the accuracy of each sensor to determine the acceptable margin of error for each applim- tion within their particular system(s). 10 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 0 WAVE 1 SmartSensor Matrix Installation Specification 1.0 General.This item shall govern the installation of an aboveground radar presence detector(RPD)equivalent to the Wavetro- nix SmartSensor Matrix. RPDs can provide accurate,consistent,and reliable presence detections provided they are installed properly.The requirements in this specification are intended to ensure proper RPD installation. 2.0 Mounting and Installation. 2.1 Mounting Assembly.The RPD shall be mounted directly onto a mounting assembly fastened to a mast arm,pole or other solid structure. The RPD mounting assembly shall provide the necessary degrees of rotation to ensure proper installation. The RPD mounting assembly shall be constructed of weather-resistant materials and shall be able to support a 20-1b.(9.1- kg)load. 2.2 Mounting Location.The RPD shall be mounted at a height that is within the manufacturer's recommended mounting heights. The RPD shall be mounted at an offset from the first lane that is consistent with the RPD's minimum offset. The RPD shall be mounted so that at least 20 feet along the farthest lane to be monitored is within the field view of the RPD. The RPD shall be mounted with its cable connector down and shall be tilted so that the RPD is aimed at the center of the lanes to be monitored.Typically,the RPD is tilted off of vertical by 20-30 degrees. The RPD shall be mounted on a vertical signal pole or on the horizontal mast arm. The RPD shall be mounted so that its field of view is not occluded by poles,signs or other structures. RPDs that are mounted within 20 ft.(6.1 m)of each other or that are monitoring the same intersection shall be configured to operate on different RF channels regardless of the pointing direction of the RPDs. It is recommended that the manufacturer be consulted to verify final RPD placement if the RPD is to be mounted near large planar surfaces(sound barrier,building,parked vehicles,etc.)that run parallel to the monitored roadway. 2.3 Cabling.The cable end connector shall meet the MILC-26482 specification and shall be designed to interface with the appropriate MIL-C-26482 connector.The connector backshell shall be an environmentally sealed shell that offers excellent immersion capability.All conductors that interface with the connector shall be encased in a single jacket,and the outer diameter of this jacket shall be within the backshell's cable O.D.range to ensure proper sealing.The backshell shall have a strain relief with enough strength to support the cable slack under extreme weather conditions.Recommended con- nectors are Cannon's KPT series,and recommended backshells are Glenair Series 37 cable sealing backshells. The cable shall be the Orion Wire Combo-2204-2002-PVCGY or an equivalent cable that conforms to the following specifications: • The RS-485 conductors shall be a twisted pair. • The RS-485 conductors shall have nominal capacitance conductor to conductor of less than 40 pF/ft at 1 kHz. • The RS-485 conductors shall have nominal conductor DC resistance of less than 16.7 ohms/1000 ft.(304.8 m)at 68°F(20°0. • The power conductors shall be one twisted pair with nominal conductor DC resistance of less than 11.5 ohms/1000 ft. DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SmartSensor Matrix (304.8 m)at 68°F(20°C). • Each wire bundle or the entire cable shall be shielded with an aluminum/mylar shield with a drain wire. The cable shall be terminated only on the two farthest ends of the cable. The cable length shall not exceed 2000 ft(609.6 m)for the operational baud rate of RS-485 communications(9.6 Kbps). If 12 VDC is being supplied for the RPD then the cable length shall not exceed 110 ft.(33.5 m). If 24 VDC is being supplied for the RPD then the cable length shall not exceed 600 ft.(182.9 m). Both communication and power conductors can be bundled together in the same cable as long as the abovementioned conditions are met. 2.4 In Cabinet Interface Equipment.The RPD shall be installed using the SmartSensor Matrix Preassembled Traffic Cabinet Backplate or an equivalent that provides input power surge suppression,sensor cable surge suppression,AC to DC power conversion(if necessary),and terminal blocks.The surge protection devices shall meet or exceed the EN 61000-4-5 Class 4 specifications. 2.5 Power Supply.If needed,the RPD shall be installed using the Click"202,Click 204 or an equivalent AC to DC power converter that meets the following specifications: The power converter shall be power rated at 48 W for temperatures less than 140'F(60'C)with a 5%power decrease for each degree increase up to 158°F(70°C). The power converter shall operate in the temperature range of to-29.2'F to 165.2'F(-34'C to 74'C). The power converter shall operate in the humidity range of 5%to 95%at 77'F(25'C)non-condensing. The power converter shall accept an input voltage of 85 to 264 VAC or 120 to 370 VDC. The power converter shall operate at an input frequency of 47 Hz to 63 Hz. The power converter shall produce an output voltage of 24 VDC±4%. The power converter shall withstand a voltage across its input and output of 3 kV The power converter shall withstand a voltage across its input and ground of 1.5 W. The power converter shall conform to safety standards UL 60950-1 and EN 60950-1 and be certified and tested to meet the limited power source requirement according to clause 2.5. Its output current shall be limited to a maximum current of 4A both under normal and single fault condition;with double/reinforced insulation between its input and output circuits. The power converter shall conform to EMC standards EN 55022 Class B and EN 61000-3-2,3. In brown-out conditions(i.e.< 85 VAC input),the output voltage of the power converter shall be less than 1 VDC. The terminal blocks shall be color-coded insulation displacement terminal blocks. The terminal blocks shall be prewired to the other in-cabinet equipment so that no wiring other than cable terminations, connecting input power and connecting input file cards shall be required during installation. 2.6 Input File Cards.The Click 114,Click 112 or an equivalent that meets the following specifications shall be used. The input file cards shall be compatible with 170,2070,NEMA TS 1,and NEMA TS 2 style input racks. The input file card shall translate data packets from the RPD into contact closure outputs. DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 0 WAVE 1 The input file card shall support presence detection. The input file card shall receive data packets over an RS-485 bus at a baud rate of 9600 bps. The input file card shall autobaud and auto-detect an RPD over wired and wireless communication channels that have a maximum latency of 500 ms. The input file card shall comply with the NEMA TS 2-1998 or newer Traffic Controller Assemblies with NTCIP Re- quirements(Section 2.8 specification). DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC r g I 1 r I Yfl l pf I . a� , � !,w iN N�/ f� Y �I%O/G6�i//O///i'l✓��� ��%� � / �io///rill � / �/�/ ,� IJ �� rl � /� i�INd /Na«�/✓rf ��r�Q"G1�/%! o/ i1 ,y/rr l rr / JI1111ri7Y l Y /. r I,. ., v. f / I r iiflllT, I�� � rr, ,I. / / / / J � / r r / / � / J Y 1 til/ I rII� I / / I I i l J I I l� I / / / / r a i f /.. f ( / r uuuuiu / uuuuiu f / � f r l l r / rr � 1 / I / / Ir„r„ / rr„ , � J I I I I � � II // J 1 / I i i DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC ITE I Traffic Signals ITE Compliant LED Traffic Signal Mod11JJ, e Pell`for rrmice ° All LED Ball Signal Modules - 8 inch (200mm) and 12 inch (300mm) /.Il fl rll/ [o [he 1 11 r/1 1 I E ED /,Irr,l d lrr°rS 1)e, /f1t10,,' d,al[(D d, ;}riff s}of[ed J rri(, 2/ 2r,,0�;y, 1,rt);I;bi rf,f:,` 1 (D II rC I Ilff lImh ,S(i 'r�l i if��i✓ f�lft is s.,.,dfklent, ,,Al not st,ljlsr�ftI.Ar kLr [o [he Ihr;, 111'/1/-`',1"'1 11 11 , 11 ,Ill%lr' `',Ill��fi1%,l"r1%,r,lf �I�;,kfl ,.ilf'"11,'1-` hlll�frlrl}'/, }iYl'"rr' 1�"� fil :vl',, f�lf, 111%lll1ll%;i'=,II[I%FY' .aff% 1 lfrriIr f"J 1rr.irc r n,1f ff"JrII 11cerrtf1/ fi-A corilri of % 11 J rii(,) !1Jk,.,s /o s ie,'/11 f,%i do �1.,1)(Dsf, (D s t s sIno r n i rf1f;Y',i+r rio r;111,rIlt(Df1 tri h1"i(, I i r1"fIi1,)o'rs lrltf,l i s itf/rrrf,ls t,rretrrf,r'its r(Dq,,l r r(D r r I(D r ts "Jf if iris, ri, I `r' ) ,'/1 `';i4f,f,1Jo{1s f5 If J 1J 4 G 41f 2 /,25 1(1 74 41 Q")1 1'Idr11 (/orfllirl%ll lf,fF to ,'}11 req,ld,rlred If,J11r g I'rI(DIJ)o"1'J, ro,,/edi. es %IINf `,r,(r"IJo,1s ed l,r) h1",el 11E do,,,1},nerl1 Fq,""JI, ' 1,1 ',1, 1"11a1lll'rlr`%111'7 r i r, f r �>> r� rf /�, rr1 " C (p,, or on ��� rll;,r'�r.,�lf,)",ftf%If rlltl 'C � "J t�rrrllf'C ff i I I J �! �ri%��'� rll i �f r�, fri ,Ir.,�l-1,1 �/f'Iri J if ;tri i,�, rff Jri � ri%ori , �fv 1i�J,frirJ ,/ir�� f1i�, " �f;�"J� ritirllrr("of f�i�, f"i�,rll tirrr ff"i�,d ori frig, r f ori frig, ri ��rr�,ri rif �r3 %,rr"JfC rllti 11!11 f71d!111'rlf,%lf�P"�{1 of [his rlldrrrrl)(;r. All LED 12 inch (300mm) Arrow Signal Modules A i i ,li,,)ll 1ffiiyc(,,rillflr I f f(J frrirrl (Jire 'ri>>ifo;l" J,1)e,;ifi1, ,11Q,,,sof [1,)(D 11E /lI 11./ /:/hif,I(D r r O'/v 11 �,'rf1f, `w11 'rtiCrCS�,rll�,rl'C %,)doii Juiy 1 2007 Addition;-Ay lfri")f to rrfd 1C-A to n,,,po is fror'ii th;-A c�artif/ fr.,lii corilliof %SII i IJ Arr"Jvv nloduk"'s. ,,,5ri"Jtiid fri",ItiJ )uf not rr�a � r to uriliriCJtl-; ,1r1 ouflfm,d ire f1l"rfir:, .l'rlf,"}hl�"�{1 '.,f (Arions ('5"1"1 [hr'o'mi, 1, /, ,1, ; f2 rid /¢"r. ¢'1"r;). �;r of ff.,lll corfIii rto ;a,ll f(,qlff%,d r1( I f11"J � Cr"J",�, t,�l%,�.;%,)ri �lirif,fl 121 h�if, ,Ifr,,f, 1 1 E rto i r i,r i(D l,l P,[J", r,h1,rrr;rll 1 "�l)e,siI C),,lerI r I C IQ,) lf;sirq, l�af, 1/,1r ri rrrldr�,i 1��,irif,ll rflf,fl �11i1 rr+drl "rr�1'/ or on (riga fiilti f SuLmlli ,,5rl"J /Iris, t 1�, �,d1,d UI r1r.,lrilrr�;"Jf fri�a �11�1"ftlilr,r} �'r{"i 11if, 111rJ %11 NI"hPif, 1rN1�,f i�;rNlf;,ri1 1 ..... rf,f)off/t 1221 r,l 'Ino i1 f rll q,i r% 11f1f,%1110 1 itsll,llo(� n i r1,rlf'Je,I" All LED 16x18 Countdown Pedestrian Signal Modules /.I1 sI i„I1 e,f i rll/ f,0 rr [o (D 1 1 h 1�I ,1 1� i Z 1 I J./ 1�f,flf:� ir1„i i�1„'r'r1f,�" it r,r}I 1/k,xfi rlr:, a1��;,1r1f,��,l1r,,, �1f1� f it f,r}Aor,rr,ni rsi� /, 20 if.) or ,,)d(,)ii /�lf�iori ori i %A ff rl�, of r3fd Addition;-Ay Crf f�"rf to rrf J ri;-A tilfrill"C to 1ft,lr�,li;� �;r, n,por1s frorii Ii lli;,f c�artIf/ fr.,lii cori11iof I 1 rll'Jdt.lk,s to rl`rl10r'i` Ell,/1dr,rif 11!11 ll [o ;; 11 r(Dq,I.r1r(,d 1(,J11rrrr(sl io `J f)ro r,C11rr(Ds s(D,,/llo{i`., ;1`.,o i rtIin(,d 11"i lf, OV(,:/I I E d o,,/i r i,r i(D n t P,[J", f,h1"8(,111 2 `"1)e,',1n CJI r;}Ilflf,'"111"721 I(Ds11r11 1�� /f,,�h r1`1,r I i r tfie;i1, 11 r(J,,r,f1 lh1"10 r "Jr"1'/e (,(;r',i"I lo{1s fI i, f%,)cf rlltia "")i irrrllff� d,,,,) ho "frig, frig,�;i� ",f ",%a,t;�l"J� rr� "Jf frig ff�,rll sJ,r1i1,r11IIf,d on f; fJid %llld f, Ind(,f)elrlrff,111 1 11ff rejfi) 721 rni.rst .,11o7P! 'f1111 fl,l!% ll'rlf,"ll;lr�{1 of [hi �, llf}1�"��,r r1ldrlrrlif;r. f �"�11"rY11 1'1IP"i}1 ori �Cr�, "Jr"i Cry, �, f f%ori fi ri%� r'1"Jdu , h,'- l ri","Jfl or,,.Af�,,, C,)rid %,)ri trig, Cry, "Jri n „frr11i10 hr, ;,urt i1, f„ °ss of IP1(Dov Jf, )r1f, 11Ell lflf, ,farm, f,o rff: f, o o r f/rf,ldrrlr/ of r}I1 1 1:1 1:1„'rf1r rll'Jdd.,IP, s1C1 ";f.,l ', /oil%1'f', sun,,P, C'r"Jh,",ff" rf"J hkllh ,1rid ovv rif "',5f fP II'i "dtf"Jr1 2 1 %.r 1, VI lrid%slrd f , 2 2 f r r3 Ir"i )dditi(,)ri rllodt,lk, s'i;-A ",oriiii v/ith r, f") rJ /frr ori 1�r I '; 1000 i ' "/1.11fl12 "J1irl1 rJfif", airi d,,,lric A 1, 21/1! � '�2 Jjr1 2rf112 I 1r1r1r' �r 12 )M/ 200A ,Ir 0ki'z rim", Warranty 1CJ 1frrJ %A of 1fId ',) 'vrf"If�,rivvhi,f11i/6"",s for of rll"Jdu ,sth;-f f%l,fl [o f n(/Iri n %;l`, 1n1re lflf,fl fI'i.d(, Iii off! lrr J1r'Y'1%11 flefe(,l , "/1thin [he(firs i 01"rronlr1"s 1roal f1"J1f, of deliver/ 1/P 1�11l1f,`';i4 i e 111f'Jlf 11rrf11ro,,,r., lriteli.,lllf,s 1f,.,'., I;1');lu IJifD in h1"1f, 11E `ffir,',l'11 r 11P�{iJ tl`a 1rNtlr, 11r,rI ,;11i��1�,, ''J1111"11ri if,flr'.,1 i,r,! rno�)IJ)s 11 oal d%11 e of deliver Lir; Yf,f i1%ilf,f,'1 off! I � Notes r,�"r/ 11J1Jr�l/� �f frJ II f"JIi i iL)i q f; 7 f rr � J ff t . /' �/;1rd "J '`111 '}"�, f � f I� f r �,'/t III"�,r rlfJI�, �, f Irlllrl%,,In,,s r p j C,"'/; a(d 1 (,,,2 2 2 12 0 0 11..J. Li i `,fir 1,"r. �Irrlrl1 li%a/rrlrllJl1 1Jr'illri;lln,� f 2 www.dialight.com I ITE_Spec_Brochure_N DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC ITE I Traffic Signals Uniform Appearance LED Traffic Signal Modules r� n • Eully compliant to I TE V ICSH LED Circular Signal Supplement dated 6/27/2005 �� �; �»�����»roiii opbG • Industry's lowf- t powor for all colors ity ''/l j//� rrrrrU���) • M(mper rtur<oots or Gcomp<rn.><rtedspower�u�pliels for longer LE�ormity sigoc difeling 49°C/74°C requirements Uniform algigoaranco • Exp Jnd<d slow radiation p Jtt<rn sultablo for span wire and steep grade applications f Tr in i nt supigrossione pillsary F and NEMA specifications(Up to 6KV ring wave) aj p xc<<d ITEes 111 � • M Jnuf ctur<d with lnt� or of /" • Socond lry lons tr<atment for abrasion ro i tance • Patent No, /,281,818 and other pat<nts pending Int,iu0000iiao� i� t7 Tinted Alle ek Ep<rat certified t 80 135UA0 HMST60/certification program in I,�r�s units 111 II 11 ,» 1 ,1111 111111111 III JJ II1 1 1 » 1 IJ 111111 11 , 11�»LIIIII�J � 1�J»J I»1»»1,»»I »»»» ��llllJllJ 1 J»JJt J»JJJ JJ�»J J J I I , JI 1,J , J II IJJ J J 1 J J 11 J J J JJ, J I 1 J J J I J JI ii iiiiii 1 I II I 1 II 1 1 1 1 I I I 11 11 1 1 111 1. I 1111 Il I I !!!1! !1111 Jl 1 .111.) II 1111 l 11 1111 111 I l l 1..1!!1 1 1 JJ � 11111.1 JJl I J I 111 . J 1J 1 I 1 1 1J J J 11 I � , 1 1 II L. � r J 1 1 11 I r ""s ���������������� ,,,»,,,,� 433 1110 003XL Rod I inted 625 7 165 8 • • 4331170-003XL Red Clear 625 7 165 8 • • 433 3130 901 XL Yellow I Inted 590 8 410 8 • • 433 3170901X Yellow Clear 590 8 410 8 • • 433 2120 001 XL Green I Inted 500 7 215 8 • • 433 2170-001XL Green Clear 500 7 215 8 • • 433 1210 003XL Rod I inted 625 7 365 12 • • 4331270-003XL Red Clear 625 7 365 12 • • 433 3230 901 XL Yellow I Inted 590 9 910 12 • • 433 3270-901XL Yellow Clear 590 9 910 12 • • 433 2220 001 XL Green I Inted 500 8 475 12 • • 4332270-001XL Green Clear 500 8 475 12 • • Omni-Directional Uniform Appearance LED Arrow n � Ile/N, 1�,Rfii'11yllro,.�l, 1�r,C�rrb11'1�a Ko ��n0pai,, • Eully compliant to TE V TCSH LED Vohlclo Arrow Supplement datd 7/01/2007 °aiu • Allows for mounting In any onontat`on In the signal head '- 0i0j�rrrrJIJ1111 : Mootfr all cors Induslow o Moots d I Eenton ty color&uniformity spec including 49'C/74'C requirements Temperature comp<nsatd power supplies for longer LEC life Uniform algigoaranco Transient suppression exceeds ITE and NEMA specifications(Up to 6KV ring wave) • Manufactured with anfi capillary wires �i� • Conformal coatd power supply Intertek/ETL certified and listed on ELL certification program ted I,e�,�,� ����• mol,.,»>un�iammmmrramm�a�rrn rTl All units op<Yat at 80135VAC HMS,60+/3Hz S IlIfIfI fl.1Ju1lJ 11i1lrl1'f1f,�11�1��1�11111�1I�! 11�1111lI11 1111i111J1i1l.il1l�1,i1lIl�11.i1111�1111111J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1J1�1��' 1III�„i�I���lIi,l1101�i�11IiIi,IlI�l1Jill�I���������������1� I��IIILIIIlI1I!.i111�111111d111d! I1�!�1I 1�I1,�1 111i 1i.1lJ�J JJ� � �� I11L1I1l111l1�11»�»�li1lJiJrr»i i»»J�lJ,t»11»JfI,1I,fI�1I1l1�i1�1c»)11l1rJrr�r1l»fIJJ)(lJIUr�»�1 I.�I I 1�11�1l�111�1 101 1� 1II���1�,1 I11»1�111J1)1i.1»1I11 1»I»1II111I11r1c1,r1»„,, 1,» JI!J��»»11»li»)Ji1».71111JJ»J J11I,�»,Il»U1i,1»l.1I11I1�11,JI�Il I 1�l�l»1iI1,I11.l1I»iI1t l 1�aJ»�I»lr1J,JJJl1dI,»l1,»Il,l,a1 J,llsI,1r�lIl11,11�1JI111 1 1J»1>11i„,1,i111 1JJ11I.J�111I,1 I I I 1�II1 JI�m61»!I�!»�„1J1r,11 »� l/l»r,,,IJlI U,ll»»IJ 1Il/ 1IJ6I 1�llllI�l�l��+�r�j1JIJ1�>i r.... 1r1,l»l »r, ,1lrI1Ii ,r r1» »rl J 11�J J l l�l�» 432-1314-001XOD Rod Minted 628 6 56.8 • • 432-1374-001XOU Red Clear 628 6 56.8 • • 431 3334-901XOD Yellow Anted 590 7 141.6 • • 431-3374-901 XOD Yellow Clear 590 7 141.6 • • 432-2324-001XOD Green Anted 500 6 73.9 • • 432-2374-001XOU Green Clear 500 6 73.9 • • www.dialight.com I ITE_Spec_Brochure_N 3 DocuSlign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC ITE I Traffic Signals Uniform Appearance Hand & Person Pedestrian Signals d iiipt� Moots or xcoods I FL uniformity ration of not moral Traffic I to 5 bo wveonth Specification t dated 3/09/2004 ull compliant to I FL'PTCSI Part 2 LED Pedestn • � � maxand the min luminance R values as rn asurod in(5°)dia spots 0 Manufactured with anti capillary wires Conformal coatod power supply • 'uso and tr in>iont supprossor incorpor tod for suponor line and load protection Indopondont J Intertek/ETL certified/and lliisted on ETL certificationprogramyl r<,liability � � �arnrsient suppressionits oporato at n exceeds HMS SO+EMA specifications(Up to 6KV ring wave) rurourrrm"nu „� 0 J J � l� I I � 1 1 1 1 if �/J. l.I IL I 11/Il/F)J���� J . Hand Person Hand Person II �I �I 11 l Illlllll�lllllll��ll��lll�lll����� � 430 6450 001 X 16 x 18 Side by side Hand and Person 9 7 1,466 2,266 • • 430 6472-001X 16 x 18 Ovorlay Hand and Porson 11 7 1,400 2,200 • • 430 5770-001 X 12 x 12 Hand Only 8 N/A 1,400 N/A • • 430 7771-001 X 12 x 12 Porson Only N/A 6 N/A 2,200 • • 430 6772-001 X 12 x 12 Overlay Hand and Person 8 10 1,400 2,200 • • Uniform Appearance Countdown Pedestrian Signals • 'I-ully compliant to I FE PTCSI Part 2 LED Pedestrial Traffic Signal Module Specification dated 8/04/2010 �/p/GIU����iwvmmivi.�iimii„�mia AM0 MU FCD compliant for countdown applications �n c mption compatibility y � 0 Up to 8 units can be connected in p irrallel without affecting the monitoring of the Hand/Person M pnufacturod with mti capillary wir< > f0 Fhreo(3)indopondcnt dedicated power supplies for added safety and reliability l Hoducod off statoiedoYnd listed on,ult Lin encr< 1 ion program • Intertek/ETL certified certification visibility ed p<destrian safety by eliminating the potential to misinterpr<ttho signal rid • Conformal coated powor supply • New imporved ono piece housing design mproved optical d<sign to provide suponor uniform appearanco of the icons • Transient suppression exceeds ITE and NEMA specifications(Up to 8KV ring wave) • All units operate at 80 135V AC HMS,60+/3Hz J ii iri fi ) � r t1 (I if Jlr �� J»1J lllll J��1J1D1JI���� 1 Jl J II� Jti f f J l Countdown Hand Person Countdown Hand Person Countdown Hand Person Illlllll�lllllll��ll��lll�lll����� l�l��i��««l�ll�l�lll«< i 430 6479 001 X 16 x 18 Portland Portland Lunar 8 11 10 1,400 1,400 2,200 • • Orange Orange White 430 7773 001X 12 x 12 Portland N/A N/A 5 N/A N/A 1,400 N/A N/A • • Orange 4 www.dialight.com I ITE_Spec_Brochure_N DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6Al28AEBC ................... Streetworks JK A[ ADO 0 DESCRIPTION The Verdeon C-Series LED roadway luminaire combines optical performance,energy efficiency,and outstanding versatility to meet the requirements of any roadway application.Advanced optical technology delivers unparalleled uniformity,scalability,and budget-beating TXDOT MPL operating costs for municipal streets and highways. TXDOT250W= 120/277V REDWINE WALLACE &ASSOC. 14 /181 SPECIFICATION FEATURES Construction transfers heat away from the LED Finish Heavy-duty die-cast aluminum source for optimal efficiency,light Housing and cast parts finished housing and door.Tool-less entry, output and lumen maintenance. in five-stage superTGIC polyester hinged removable door for easy Operates in ambient tempera- powder coat paint,2.5 mil nominal maintenance.3G vibration rated. tures from-40°C to 40°C.50°C HA thickness for superior protection (high ambient)option available. against fade and wear.Consult sl r�yi°Q Optics Standard three-position tunnel type your lighting representative at Optics are precisely designed to terminal block.LED modules are Eaton for a complete selection of shape the distribution maximizing IP66 rated. standard colors. efficiency and fixture spacing. Offered standard in 4000K(+/- Mounting Warranty VVVVD II 275K)CCT and 70 CRI.Optional Two-bolt/one-bracket slipfitter Five-year warranty. 3000K CCT(70 CRO and 2700K CCT with cast-in pipe stop and 2.5' (80 CRI)are available. leveling steps. Four-bolt/two-clamp mounting option. Fixed-in-place VERD VERDEON Electrical bird guard seals around 1-1/4"to 120-277V 50/60Hz,347V 60Hz or 2"(1-5/8"to 2-3/8"O.D.)mounting (C-SERIES) 480V 60Hz operation.Standard arms.Optional 15" pole mount arm 0-10V dimming with 6kV/3kA,and available with round pole adapter 101<V/10kA common-and and mounting hardware included. LED differential-mode surge protection available. Thermal management ROADWAY LUMINAIRE DIMENSIONS VERD 4-7/8" [124mm] L9-5/8"[244mm] —30-1/2"[774mm1— VERD-G 4-7/8" A [124mm] 110-7/8"[276mm1l 30-5/8"[777mm] ARM DRILLING OPTIONAL ARM CERTIFICATION DATA TYPE "M" 15"Straight Arm UL and cUL Wet Location Listed IP66-Rated Optics 2-5/16" 3G Vibration Rated [59mm] ISO 9001 3/4"[19mm] 7" 2-3/8" Dia.Hole [178mm] �L60mm1 ENERGY DATA 2-7/16"[62mm] Electronic LED Driver L 0.9 Power Factor 4-7/8"[124mm] 14-13/16"[376mm] <20%Total Harmonic Distortion 120-277V/50 and 60Hz,347V 60Hz, L45 (2.).5/8"[16mm] 480V 60Hz Dia.Holes -40°C Minimum Temperature Rating +40°C Ambient Temperature Rating EPA Effective Projected Area(Sq.Ft.):0.5 SHIPPING DATA Approximate Net Weight: 20 lbs.(9.1 kgs.) bpm 11 11111 I I TD521027EN ;q Powering Business Worldwide "ORRIP"o February 28,2018 9:05 AM DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC NayG, VERD VERDEON C-SERIES,,, POWER AND LUMENS -VERD Light Engine C013 C015 C016 C018 C01 C01 CO26 CO28 CO29 CO2 CO21-16 CO2H8 CO2H Power(Watts) 24 30 39 50 56 73 62 73 81 90 98 110 120 Wattage Label 20 30 40 50 60 70 60 70 80 90 100 110 120 Current(A)@ 120V 0.20 0.25 0.32 0.42 0.47 0.61 0.52 0.61 0.68 0.75 0.82 0.92 1.00 Current(A)@ 277V 0.10 0.12 0.15 0.19 0.22 0.28 0.24 0.28 0.30 0.34 0.37 0.41 0.45 Power(Watts) -- 34 43 54 54 73 62 72 80 89 99 110 119 Wattage Label -- 30 40 50 50 70 60 70 80 90 100 110 120 Current(A)@ 347V -- 0.08 0.10 0.12 0.16 0.22 0.19 0.22 0.24 0.27 0.29 0.32 0.35 Current(A)@ 480V -- 0.06 0.07 0.09 0.13 0.17 0.14 0.17 0.18 0.20 0.21 0.23 0.25 Optics 4000K(70 CRI) 3,183 4,146 5,122 6,286 7,525 9,359 8,499 9,819 10,677 11,586 12,224 14,682 15,640 BUG Rating B2-UO-GO B2-U0-G1 B2-U0-G1 B3-U0-G1 B3-U0-G1 B3-U0-G1 B3-U0-G1 B3-U0-G1 B3-UO-G2 B3-UO-G2 B3-UO-G2 B4-UO-G2 B4-UO-G2 T1 3000K(70 CRI) 3,097 4,035 4,985 6,117 7,323 9,108 8,271 9,555 10,391 11,275 11,896 14,287 15,219 0•' BUG Rating B2-UO-GO B2-U0-G1 B2-U0-G1 B3-U0-G1 B3-U0-G1 B3-U0-G1 B3-U0-G1 B3-U0-G1 B3-UO-G2 B3-UO-G2 B3-UO-G2 B4-UO-G2 134-1-1O�" 2 2700K(80 CRI) 2,805 3,654 4,514 5,539 6,629 8,245 7,489 8,653 9,409 10,210 10,772 12,933 1 777 BUG Rating B2-UO-GO B2-U0-G1 B2-U0-G1 B2-U0-G1 B3-U0-G1 B3-U0-G1 B3-U0-G1 B3-U0-G1 B3-U0-G1 B3-UO-G2 B3-UO-G2 B3-UO-G2 3-UO-G2 4000K(70 CRI) 3,026 3,942 4,870 5,976 7,154 8,898 8,080 9,335 10,151 11,015 11,622 13,958 14,869 BUG Rating B1-U0-G1 B1-U0-G1 B1-U0-G1 B1-U0-G1 B2-UO-G2 B2-UO-G2 B2-UO-G2 B2-UO-G2 B2-UO-G2 B2-UO-G2 B2-UO-G2 B2-UO-G2 B3-UO-G3 3000K(70 CRI) 2,945 3,836 4,739 5,816 6,962 8,659 7,863 9,085 9,879 10,719 11,310 13,583 14,469 T2 BUG Rating B1-U0-G1 B1-U0-G1 B1-U0-G1 B1-U0-G1 B1-U0-G1 B2-UO-G2 B2-UO-G2 B2-UO-G2 B2-UO-G2 B2-UO-G2 B2-UO-G2 B2-UO-G2 B3-UO-G3 2700K(80 CRI) 2,667 3,474 4,292 5,266 6,302 7,838 7,120 8,226 8,945 9,707 10,241 12,296 13,098 BUG Rating B1-U0-G1 B1-U0-G1 B1-U0-G1 B1-U0-G1 B1-U0-G1 B2-UO-G2 B1-U0-G1 B2-UO-G2 B2-UO-G2 B2-UO-G2 B2-UO-G2 B2-UO-G2 B2-UO-G2 4000K(70 CRI) 3,021 3,936 4,862 5,967 7,143 8,884 8,068 9,321 10,135 10,998 11,604 13,936 14,846 BUG Rating B1-U0-G1 B1-U0-G1 B1-U0-G1 B1-U0-G1 B1-U0-G2 B2-UO-G2 B2-UO-G2 B2-UO-G2 B2-UO-G2 B2-UO-G2 B2-UO-G2 B2-UO-G2 B2-UO-G2 3000K(70 CRI) 2,940 3,830 4,732 5,807 6,951 8,645 7,851 9,070 9,863 10,703 11,293 13,562 14,447 T3 BUG Rating B1-U0-G1 B1-U0-G1 B1-U0-G1 B1-U0-G1 B1-U0-G2 B2-UO-G2 B2-UO-G2 B2-UO-G2 B2-UO-G2 B2-UO-G2 B2-UO-G2 B2-UO-G2 B2-UO-G2 2700K(80 CRI) 2,662 3,468 4,285 5,258 6,292 7,826 7,109 8,213 8,931 9,692 10,226 12,277 13,078 BUG Rating B1-U0-G1 B1-U0-G1 B1-U0-G1 B1-U0-G1 B1-U0-G2 B1-U0-G2 B1-U0-G2 B2-UO-G2 B2-UO-G2 B2-UO-G2 B2-UO-G2 B2-UO-G2 B2-UO-G2 4000K(70CRI) 2,981 3,884 4,798 5,888 7,048 8,766 7,960 9,197 10,001 10,852 11,450 1 13,751 j 14,649 BUG Rating B1-U0-G1 B1-U0-G2 B1-U0-G2 B1-U0-G2 B1-U0-G3 B2-UO-G3 B1-U0-G3 B2-UO-G3 B2-U0-G3 B2-U0-G3 B2-UO-G3 B2-UO-G3 B2-UO-G3 3000K(70 CRI) 2,901 3,779 4,669 5,730 6,859 8,531 7,747 8,950 9,732 10,561 11,143 13,382 14,255 T4 BUG Rating B1-U0-G1 B1-U0-G2 B1-U0-G2 B1-U0-G2 B1-U0-G2 B2-UO-G3 B1-U0-G3 B2-UO-G3 B2-UO-G3 B2-UO-G3 B2-UO-G3 B2-UO-G3 B2-UO-G3 2700K(80 CRI) 2,627 3,422 4,228 5,188 6,209 7,722 7,015 8,104 8,813 9,563 10,090 12,114 12,905 BUG Rating B1-U0-G1 B1-U0-G2 B1-U0-G2 B1-U0-G2 B1-U0-G2 B1-U0-G3 B1-U0-G3 B2-UO-G3 B2-UO-G3 B2-UO-G3 B2-UO-G3 B2-UO-G3 B2-UO-G3 4000K(70 CRI) 3,084 4,018 4,963 6,090 7,291 9,068 8,235 9,514 10,345 11,226 11,845 14,225 15,154 BUG Rating B2-U0-G1 B3-UO-G2 B3-UO-G2 B3-UO-G2 B3-UO-G2 B3-UO-G3 B3-UO-G2 B4-UO-G3 B4-UO-G3 B4-UO-G3 B4-UO-G3 B4-UO-G3 B4-UO-G3 3000K(70 CRI) 3,001 3,910 4,830 5,927 7,095 8,825 8,014 9,259 10,068 10,925 11,527 13,843 14,746 T5 BUG Rating B2-U0-G1 B3-UO-G2 B3-UO-G2 B3-UO-G2 B3-UO-G2 B3-UO-G3 B3-UO-G2 B4-UO-G3 B4-UO-G3 B4-UO-G3 B4-UO-G3 B4-UO-G3 B4-UO-G3 2700K(80 CRI) 2,718 3,540 4,374 5,367 6,423 7,989 7,257 8,384 9,117 9,893 10,438 12,531 13,349 BUG Rating B2-U0-G1 B2-U0-G1 B3-UO-G2 B3-UO-G2 B3-UO-G2 B3-UO-G2 B3-UO-G2 B3-UO-G3 B3-UO-G3 B4-UO-G3 B4-UO-G3 B4-UO-G3 B4-UO-G3 NOTE:Lumen output for AP Grey fixture color,120-277V. LUMEN MAINTENANCE LUMEN MULTIPLIER Ambient TM-21 TM-21 TM-21 Theoretical L70 Ambient Lumen Lumen Maintenance Lumen Maintenance Lumen Maintenance Temperature Multiplier Temperature (50,000 hours) (75,000 hours) (100,000 hours) (Hours) 0°C 1.02 20°C-50°C >92% >89% >86% >242,000 10°C 1.01 25°C 1.00 40°C 0.99 50°C 0.97 Eaton SII 1121 Highway 74 South Peachtree City,GA 30269 Specifications and TD521027EN P:770-486-1800 dimensions subject to Powenng Business Worldwide www.eaton.com/lighting change without notice. February 28,2018 9:05 AM DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC NayG4 VERD VERDEON C-SERIES CONTROL OPTIONS Photocontrol(4 and 4N7) Photocontrol receptacles(4 and 41\17)provide a flexible solution to enable"dusk-to-dawn"lighting by sensing light levels.Advanced control systems compatible with ANSI C136.41 7-pin standards can be utilized with the 4N7 receptacle. ConnectWorks(41\17) The ConnectWorksTM Connected Lighting System powered by CIMCON features a 7-pin compatible"plug-and-play"wireless controller to provide intelligent ON/OFF switching,dimming control,GPS capabilities,utility-grade power metering,analog and digital sensor capabilities and real-time status and health monitoring of all lighting assets.Universal voltage(120-277V)luminaires with a 7-pin twistlock photocontrol receptacle are compatible with the iSLC-3100-7P intelligent wireless lighting controller(iSLC).480V luminaires with 7-pin twistlock photocontrol receptacles are compatible with the iSLC-3100-7P-480 intelligent wireless lighting controller. Please consult your Eaton representative for ConnectWorks compatibility with 347V luminaires. Dimming Occupancy Sensor(MS/DIM-LXX) These sensors are factory installed in the luminaire housing.When the MS/DIM-LXX sensor option is selected,the occupancy sensor is connected to a dimming driver and the entire luminaire dims when there is no activity detected.When activity is detected,the luminaire returns to full light output.The MS/DIM sensor is factory preset to dim down to approximately 50 percent power with a time delay of five minutes.These occupancy sensors include an integral photocell that can be activated with the FSIR-100 accessory for"dusk-to-dawn"control or daylight harvesting-the factory preset is OFF.The FSIR-100 is a wireless tool utilized for changing the dimming level,time delay,sensitivity and other parameters. A variety of sensor lens are available to optimize the coverage pattern for mounting heights from 8'-40'. LumaWatt Pro Wireless Control and Monitoring(LWR-LW and LWR-LN) Eaton's LumaWatt Pro powered by Enlighted is a connected lighting solution that combines a broad selection of energy-efficient LED luminaires with a powerful integrated wireless sensor system.The sensor controls the lighting system in compliance with the latest energy codes and collects valuable data about building performance and use.Software applications turn the granular data into information through energy dashboards and specialized apps that make it simple and help optimize the use of building resources,beyond lighting.For additional details,refer to the LumaWatt Pro product guides. ORDERING INFORMATION Sample Number:VERD-C018-D-U-T2-4N7-AP Product Family' Light Engine 2 Driver Voltage Distribution 0 3 a 5,,,,,,, iii,iiii,,,,,,„,,,,,,„,,,,,,,,,,,,„,,,,,,„,,,,,,,,,,,,„,,,,,,„,,,„,,,,,,„,,,,,,,,,,,,„„,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, LVERB=Verdeon C013=1 LED,Approximately 30/Output D=Dimm,'„n.g....,i0,_.1.,OVjU,=Un„ive,rsa,.l...(120-277V?..,,� T.'..,Tv„pe!,,,,,,,,,,, ......................................................... C015=1 LED,Approximately 50%Output L......................................................................., =dbV0 T2=Ty,.p.e,,,,,�,,,� ryry C016=1 LED,Approximately 60%Output 9=347V T3=Type III C018=1 LED,Approximately 80%Output T4=Type IV C01=1 LED,Full Output T5=Type V C01H=1 LED,High Lumen Output CO26=2 LED,Approximately,60%Output CO28=2 LED,Approximately,80%Output CO29=2 LED,Approximately,90%Output CO2=2 LED, Full Output C0,2H6=2,LEP R...H!.H,h..,,L,u!r.e.!,f.R..A.P.P.r,ox.imat,el.,y..6.0%..,.Output ..,pp L. ..2.H.8..2..,L.E.D High Lumen,Approximately 80 CO2H=2 LED,High Lumen Output G-0O28=Grande,2 LED,High Lumen,Approximately 80%Output G-0O29=Grande,2 LED, Approximately 90%Output G-0O2=Grande,2 LED,Full Output G-0O2H=Grande,2 LED, High Lumen Output Options(Add as Suffix) Color Accessories(Order Separately) 7030=70 CRI/3000K CCT' L..,A,P-.6,.rey(8rd ,tan,d,a,. .)...... OA1223=10:V UL 1449 Surge Module 4=NEMA TwI stlo0ck Phot control Receptacle BK=Black a OA RA1013=Pho ocon.trol Short og Cap MM L........................................................................................................................................................................ L...................................................................................................,..,....................W 4.N7N„E„M„A.,.7P,�.N.,.Tw„ist�.o„c„k..,P„h„e,to„c,e„n„tr,elR„e,c„e„pta„cl DP=Dark Platinum OA/RA1014=NEMA Photocontrol-120V 10K=10kV UL 1449 Surge Protective Device GM=Graphite Metallic OA/RA1016=NEMA Photocontrol-Multi-Tap 10MSP=10kV MOV Surge Protective Device WH=White OA/RA1027=NEMA Photocontrol-480V IP66=1P66 Rated Housing OA/RA1201=NEMA Photocontrol-347V HA=50°C High Ambient Temperature° FSIR-100=Wireless Configuration Tool for MS/DIM-L08=Motion Sensor for Dimming Operation,Maximum 8'Mounting Heights,10 Motion Sensor 19 s,1° �Q,.a..... i `t!' i.•••.r�.�r ri I,,,, ..... ...., MS/DIM-L20=Motion Sensor for Dimming Operation,Maximum 9'-20'Mounting Height X MS/DIM-L40=Motion Sensor for Dimming Operation,Maximum 21'-40'Mounting Height s,10 ” ” ” LWR-LN=Factory Installed LumaWatt RF Dimming Control System(Mounting Height 16'and Up)11,12 [ L....SS I-AIRI:°)h"VA1R OU I S11)1„:,. LWR-LW=Factory Installed LumaWatt RF Dimming Control System(Mounting Height below 16')"12 K=Level Indicator ;}, ........................................................................................................................................... A115FbcI amp Mounting ArmInnluded(15' SttraightArm)1a NOTES: 1.Customer is responsible for engineering analysis to confirm pole and fixture compatiblity for all applications.Refer to our white paper W P513001EN for additional support information. 2.Standard 4000K CCT and 70 CRI. 3.Not available in 347V or 480V. 4.Consult factory for driver surge protection values. 5.Dimming leads will be capped except when 4N7 or motion sensor option is specified. 6.Only for use with 480V Wye systems.Per NEC,not for use with ungrounded systems,impedance grounded systems or corner grounded systems(commonly known as Three Phase Three Wire Delta,Three Phase High Leg Delta and Three Phase Corner Grounded Delta systems). 7.Extended lead times apply.Use dedicated IES files for 3000K and 2700K when performing layouts.These files are published on the VERD Verdeon luminaire product page on the website. 8.HA not compatible with G-0O2H light engine. 9.Not available with 4B option.Sensor mounted externally.Consult factory for more information. 10.The FSIR-100 accessory is required to adjust parameters. 11.LumaWatt wireless sensors are factory installed and require network components RF-EM-1,RF-GW-1 and RF-ROUT-1 in appropriate quantities.See website for LumaWatt application information. 12.LumaWatt wireless system is not available with photocontrol receptacle(not required). 13.Round pole adapter and mounting hardware included."M”drill pattern. 14.This tool enables adjustment of parameters including high and low modes,sensitivity,time delay,cutoff and more.Consult your lighting representative at Eaton for more information. 15.VGS-F/B not compatible with T1 or T5 distribution. Eaton SII 1121 Highway 74 South Peachtree City,GA 30269 Specifications and TD521005EN P:770-486-1800 dimensions subject to Powering Business Worldwide www.eaton.com/lighting change without notice. February 28,2018 9:05 AM A A rml FI r�l A r'l n f-I n M f-I f-I f'I f-I T­ ng Mk�fi ....... v:a.-.8. ............ 22225 .- -­ _T,;_;� 1111-urp,i 21F­­­.. ------ Q1 2 2. A. 12 ED, TT; o� M- CM-A 1-1,11,1111, 11 D-T­ V V e ..am..Mal'E Eff][2 r fm1m fm1m V TI-11 T��l T r=j M ........... 0 2 ME U 0 NUIM i i i 11 Im-ev 7--71`1 .......... --cu ... .227�2 M112 i 0 Mvi;.S Q. C3 E 1. Z. Agm ............. BWE V z Z C, ng Z c-n T 12 28A ol ­­P5, P.- T5-2 -2- ­14 Pm WE _2 K­­� L2-3 K T.-I RED ZI V- T2-2, ^ ul ul .WEK I% i'-10 K2-7- -3-3 C, ;TaLl,., .�l 5 T6-7- ­2-5 � T ZS _`2N 0 i8-H u-LS3-5 .1 c; LL I N RED T .1 .1 .1 .1 00 ol ,Z V�. K2­ -LS4-3 t t lz ZZ ZZ ZZ ZZ ZZ .WE 0 t T-2. K2-1 r- M = _ ­­ - ­S­ cr) M. d. dm do� dml d 0 .z 0 lz.1 IZZ Z., z I Z1. OZ Z, Z H T- 1 PIA-1 K3-7- B NAll P P 41 P -i( 3 51 -1 plmnz'M cy) ­1-�P K3-5 i I P c� Z.A -I PIE-9(- PIE-1,1- T-9 ­14- 3 PP_, Me-K tt; C--C-�g P §14 KE P PIM Z_ 1519 -1— P18-I1 P A 0 L TT CU­ P P is-Ill pp I m,�( P F1'_ P ,822P -, T6-16-- 3-6 PIF-I1 . PIE771,. U- P DP-CHS CND CU-8c, P E T-7- V V M 0 C-_AA P li, ppisl -2 P ­-20 K ­2 P E PIF-5 -7-3 ­E pPIF-13 F_l T5 27 T6-19- ­4-5 E PPIA-11 -7 UA 7 T PIA 1 2 v 0 S7 7 ­20- pis ppis-7"::n L PL­­_ -PS-13 P -155N w , T T T­ rt-21 I E E- 5 j �22 PIF-IS PPIF_77,1 I Rl. 1, I I c,'. F_ ME, TT T5-31 K4-8- -8-3 1 my PLI 19 PS-B E,­5 E PL1 w 0 S8-7 T6-22- -4-1 .11-3 ��ABI BPL-2 W-H 311- 1,ill 1 IP I U .1. -PS-C EPT 77'Al2-.'3 4 2 4�, &-T JN]7A H r-H -.5 G��2,m �26-1-2 82-1" EPL12il I tt - T6-25- I mm CP -3 P L I-1 9�7 -0 11-2 82-18B-=. 1 2-2"� H _ EPL_7�1 cy) U_U -PS-H 2-26. 'A T­ A uu PL "j M­ PLI-,N,RON ­­49, 2-27A �F ?71 oO, ­6-2 cu V T9-2 T6-28no - W Cw_v '-PS-A 82-15A 7 PLI I A 0 0�N� -LSIO-3 C, PR 82-158,�. E17 K5-8- V ­5-6 T T T K-27'( T3-12 ­-2 6 zo zo f o mz M'm -PC CONN Cw R, c; TW1 q--F7 T6­8y m, 3 K ;; -T-3 82-168­�- 82-19- 0 ­22 4 *0 0�0 .1 Z Ai54Z ­7-Nrl r_K­ 81-188- 4-4- �o T6 81-148- 81-2�- NG 1548 z TW1 L_E7 T 32-1- 81-17A- ­34- -1-1 K6-8- ­6-6 Tw12 7 81-21A- iS� 81-178- 82-148- 82-25A- T-i 13�124b zm 81-238- K7-7- -3-3 81-19A-u 'I2-2 81-2.- 81-198- 2-3 82-238- -SIl-1 CY) ­ U�U�P 37- ,, K7-5 1 81-218- 5-2 82-2- 1'-SP-4 -38- ­13-5 1 8.2'-219-8 T6 31-2� dt ME Z,:zF TUAll. 6%b Tlj-�7 <7-8-,U� ­14-3 Vqig�CP _I 82-2� T -Q ­7-6 ��4� T6 . 41-�;�- 14-5 81-1" TUA M EE ­ 81-208- z ------ Twl t 17 T5-858 K8-7- Tv Z m T z I � REAR ;Aj9 T6—U. ­ — 8 5 CONNECTION z m l5 -J­44-� r -5-5 Rz- T , --i. Im 55 C, m 3 z lo5,; q58 <8-8-rnF FRONT CONNECTION 0 K8-1 m T-7:U� .14-5 J 7; I I I I � a RI-6 � r� 1 8 _ Pi-z6 u R2-8 O]J b dwM. - _ PT 227- w R3- pL{q RI-}3 n - g� 9€9 T2-13 5 SW22-] _ - Eli � _ - R2-3 �_ v PP�au-. U z vg N w R2-I Sw2a- ,� Pr-I z pp R3-3 yNw IV 8•ma PB B.�Mrn �Mu ' a P PV]41y-. -m r.z� Pi-2 T2 ] n N Pi-1 Pi " R3-1 v -z8 _ G9u - - wA Pi-t]i]-23 'mA I nDW u PT 30 m f -2-6, _M I-P7-8 _ _ - _ SW21-R3-] PC, ]- - o5w24-2 P- Pi Plo_ 9 PJ mm-T,_Z - LPN-I 01 q Z _E I PT—L. r- plil ] QQ ial lg N' - PT-21 Pi-2z Pi-2] a a _ I Pi-z4 u on- ffff: I aw __________________________________________________________________________________L_____________ C m I �7 I SP-5 • O ftrl • :FFl FF YYYY•.YY:YYYYYY: •ye I � 6 I I D I SS$8$��444 4444 ,pgpq 9 dFWFlF£YY3Y.•'.Y:IY�".YYYS to pFF!l�FF YOYYY•.Yi:YY.YYYY3 F i�nNAAlfNYA �����E���� 44�ss�: • ............ • m • ............ • x�� ...,,.,w: 9999999998 4 •= •� A • •F!.•••••.•:Y:IYYYYYS •� G> • .Fl.:•..•••YY:YYYYYY3 •F _ '��� �_______ oo W - •'YY 7•YY•A= d - - •7:]•FL•A= m. ,............ ,.,. 'mA&mmm:C qq o m: . A o °-'m:• '• . .. nn .$§§AAA::::::..44444444AAAAAAA` YFFlF£:Y3Y.•:Y:IYYYYYS D :FFl FF YYYY•.YY:YYYYYY3 D a� m mums OZ • d-e'aex: :d ...... ..- •,�z s A • d-0asx: :x a ..... .- •£ z �JJ 22Ny=zz2�� A •• A$0 6 m G Y A •• E O $y,$,Ai' S�:.`.fi`.=6�A�AE:'.P�� �d A •!!.•..•..•:Y:IYYYYYS _ A A .Fl..•...•.YY:YYYYYY3 zmfi z • W. ................ •' m n • !_ ........FF]•FL .. •E m -Wgg •:... .... - - - �n G i - • • a $$ 444444442^^2^2^^aaaAAAAAa JJ z :IFIFF:YYY•.:Y:YY:YYY3 Z, • & _ zz • • d_m,,,: ...... •' zzzzw as'o7 >m < 888 38 A .......... < �Avmm! "_aas' ��ap _ v F < _ m a <_ _mllllllll �IIII__=_IIIIIIIh • • � • 'Fl..••••••YY:YYYYYY3 •: � 'mmmumw,,,,,v,�m_________ $&M9m°:W dm®.SaAA&M9.8�am C o •,,,,,••,, $88 44444444444444 ♦..............................� �I91, 4 .............. �� 22w�..222NN • .�. d...g...._ a .. - •� • �. AQ • 33 • •.•Y Y- • h5 E4444 4444444444 4444444 9 o n 2 g��FN.2 m I � I _ � aaaa$$aa� aa$$eA n mA g::s N :Ese::�: $::F=4 o� � SP-5 w • O � �..] Z xxx n xvxvx2x�xx..�xxx�xx�xx y 9 z n%-4Z y _BBau�g x Be q�q'a z uD N __#xEmx Pmxxm44 N ruu rt-]5 i]-15 -SP-6 COHT�hCTTs CBI-2 �- MM - -2' CD-2F1)@ Z39 r u V w D v ,4 = - _ i m —2 - is-x I� m l r l $' A S D n, Z _ m z n l m R R S 7 Z D2-2 n m 2 j z 71 m c�Dz-a] a]4z Z m D mlp DI ?� i d "� Z e i}-2 LF-] Z mN �' N Z : m ip CA m o 'I ti m D YF F m l V N k N r - 7Jc up Z rl m - ny e' SP� SP-7 un I'. m Eli ' m $m g sP e a w n� m I UI SP-5 • p 1 >G Z- .0 1H a nen I I In ra I z v zu � tf-] �m w� is-I I DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A I. Fraffid �nk Detecbon prm/��de&,, Z'011(c Deth ecein Advainred featuires 0 0 C) 'resent defection Co I flnuous Counts WoOsIoin tinnarttiense ukedeteci:ion nra'fificclassificaiion INA ultirnod,,d dotpctioni A FSP Ms Cpu el.la length metric f lilt III 0 �Vent detection hAlmhsIon Simnar If rilj (raj Safety 'W 360 'rf SIrnple configuiration wizard Open data Allls WoOsIoin Smarti-Ink DeLeUbn ConL'nuous CounLs II uum III I111111��11 Stopbar actuaboin Call for servIce toconuroHer FledestdarF Stopbar or upstreann actuation Green extension,dilemma zone trigger iNcycles Detection on NI1111 major and nitinol Generates inpi,its for Autornated firaffic Signal II Ights vehicles movements I forinnance measuirps(A'11 SIFINAs) SlingIs. I f'ruck Queue estInnation Count of vehiules vomiting on an approach ........ Articulated f'ruck VehIcle counts Appioach-based binned vehicle count:data Bus Ach.mboin Green exLensIon,finput U.,acapinie systerins ..... ............................................................................................................. .................................................................................................................................................................. Blockage. Sbripped vehiclp in inteisprtion1111111 II VIII VIII III ul II VIII VIII VIII mc 24/7 furning Movement Counts ravel ilnrie Po int to Point fravel Dime liotall supported zone.F. 100 VIII II � SIDILC 64 A i'tili'Ms Autornarcd fraffic Signal PLirforinaince I FledestrIan Density reports and count data NIIEMA Allot: 8(with Minvision NEII intprfare Devim.,) 1.IF1110 header block 16 x 1/0 pins for actuatIon(fail acbve) SmarLSense hardware SrnarL\/'eW360 camera hardware "I""IsIon Smartlemse 241mm x 211,nrr,x 11,41mm YY Sensor 4K,9 rnegapi),A,360 fisheye lens Operating tenriip -34°C to 74'C 1-291:to 165'F: Anguhr fiekil of wemr 11 forizontal:182",Verl ical:176' 11 hunrifidIty 5% .95%1 non-condensing Voltage. 11:10E: IIIIII (IIII VIII SII DIsplay 128 x 64 OLED dapy Fornriat 111 264 nathAy,downbad as 11,264,stie.arn as MPEG I Cointroll 5 button Iltc�solluutM1eroln .. .. 512)(512 Processor D I,j,31 GI1U,I 12 co p,,I,,,,g Franne rate 5fpS Ports, 4y,Effipnnet RJ45(2 Y,avaIlablevvith Pr)E) SIDILC SIIDLC sport fordelecl.or actuation CIF1110 header block '16 x 1/0 Pins Inr 9cftial-Ion(faill ar"five) B Y,1/0 pins for actuation/pre-empLion(I'A passive) 1 1 x L)SM 2.4.1 peat MiovIslc)n of feirs firee Suppal t fair Srinairtli trilk hairdwaire duirling the 11fe of the product I HonoreI ore IIination, vIsit hdp,,rniuvIiMor.ccm,einnaill at-,,upport@�v��ovaMon.com,al cafl i.is NA toIIII-free at 1.855-360.7752 miovision DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC I ntT STRUCTURES ii i i i i i i mom,, i 4 I? y a f k m v Ik The Valmont Mitigator TRI Vibration Damper Mounted to a Traffic Light Pole Valmont MitigatorTm TR1 RESEARCH VERIFICATION OF THE VALMONT TR1 DAMPER PERFORMANCE 'I "TIIONI"TI ATI I M. 1 r DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC v lire o 5TRUITURES MITIGATOR TRI VIBRATION DAMPER The Valmont TRI damper has been specifically designed using vibration theory and innovative patented and patented damping technologies to effectively reduce the daily vibration stress range from wind excitation thus increasing the fatigue life of the structure.The TRI damper reduces vertical arm displacement normally above 90%caused by wind,wind induced vibration (galloping and vortex shedding),and truck gusts,as designed per AASHTO"Standard Specifications for Structural Supports for Highway Signs, Luminaires,and Traffic Signals"Section 11 Fatigue Design. Use of this device will result in a more economical design, improve safety to the traveling public,extend the life of new and existing structures, and lower maintenance,inspection and repair cost resulting in more efficient cantilevered and non-cantilevered overhead traffic signal and sign support structures.Figure 1 shows the Mitigator TRI Damper attached to the end of the mast arm of a traffic signal pole structure. Figure 1.The Valmont Mitigator TR1 Vibration Damper is a proven,effective vibration mitigation device that is compact self-contained and easy to install on new or existing mast arms,sign structures,or other pole structures. TRAFFIC VIBRATION ISSUES Traffic, sign, and lighting structures are typically characterized by their high flexibility and extremely low damping which make them particularly susceptible to wind-induced vibration. Various types of wind loading, including galloping, vortex shedding, natural wind gusts,and truck-induced gusts,can result in vibration of these structures. Low natural frequencies of these structures, typically ranging from 0.6 — 2.0 Hz, overlap with the excitation frequency of winds, as primary wind gusts range from 0.6 to 1.6 Hz, which can result in the vibration phenomenon called resonance. The large amplitude and cyclical response from the various wind-induced vibration results in repeated live load stress variations which can significantly reduce the fatigue life of these structures. Reducing the effective stress range (the difference between the maximum and minimum stress in a cycle) by minimizing the amplitude of the vibration, can significantly increase the fatigue life of that structure. 2 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC w VIBRATION MITIGATION VIBRATION SOLUTIONS There are two approaches to reduce vibrations: reduce the exciting load on the structure or modify the dynamic properties of the structure. Reducing the excitation on the structure has primarily focused on modifying the aerodynamic properties of attachments to the structure (i.e.,the mast arm). This approach,while effective, may limit performance to one type of wind excitation. For example,airfoil approach,whereby a sign blank is mounted horizontally near the tip of the mast arm to serve as an aerodynamic damper,can potentially provide an effective energy dissipating mechanism for galloping but may not provide any vibration-mitigation benefit for truck-induced gusts. To complicate the airfoil solution further, ongoing research is not consistent on the actual cause of excessive vibration and may actually be some combination of wind loading.Also,there is no known way to quantify the reduction of stresses using the airfoil design. There have been observed cases of galloping traffic signal mast arms with an installed sign blank airfoil in which the airfoil was deemed to be non-effective. A second approach,changing the mass,stiffness or damping of the structure may be considered.At the design stage,signal- support vibration is commonly addressed by increasing the stiffness and strength of the structure.This results in larger poles and mast arms as well as heavy duty connection details.An alternative is the application of dampers to effectively modify the dynamic characteristics of the structure without increasing the structure's size. AASHTO The 2013 and 2015 AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals requires that cantilevered and non-cantilevered support structures shall be designed for infinite fatigue life to resist wind-load-induced stresses. Fatigue Categories: In general, fatigue categories are chosen based on the associated risk factors related to public safety as it applies to the location of the structure. Risk factors include. • The volume of traffic on the roadway • The posted speed limits • Mast arm length or structure height • Know problematic wind areas AASHTO defines 3 Fatigue Categories;Fatigue Category I,Category II and Category III,where Category I is the most stringent and Category III the least stringent. To point out the contrast between the 3 different Fatigue Categories;Category 11 would be 65% of Category I and Category III would be 30% of Category 1, for the fatigue galloping loads of a cantilevered traffic signal mast arm structure. To choose the appropriate Fatigue Category, AASHTO recommends the following guidelines: • Fatigue Category I: Most Stringent • AASHTO Recommends that all Structures without effective mitigation devices on roadways with a speed limit in excess of 35 mph and ADT exceeding 10,000, or ADTT exceeding 1,000 be designed to Fatigue Category I. • Cantilevered sign structures without mitigation devices with a span in excess of 50 feet be designed to Fatigue Category 1. • Large sign structures, both cantilevered and non-cantilevered, including variable message signs, without mitigation devices be designed to Fatigue Category I. • Structures without mitigation devices located in an area that is known to have wind conditions that are conducive to vibrations be designed to Fatigue Category 1. • Structures classified as Category I should be designed to resist rarely occurring wind loading and vibration phenomena. 3 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC V Amo I T STRUCTURES nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnn AASHTO - CONTINUED • Fatigue Category III: Least Stringent • Structures located on roads with speed limits of 35 mph or less. • Structures that are located such that a failure will not affect traffic. • Fatigue Category II: • All structures not explicitly meeting the Category I or Category III criteria. Fatigue Design Loads: Cantilevered and non-cantilevered traffic and sign structures are exposed to several wind phenomena that can produce large cyclic loads. AASHTO identifies galloping, natural wind gusts, and truck-induced gusts as the three main wind conditions that can generate large-amplitude vibration which can cause fatigue failures. • Galloping — In-plane vibration normal to the direction of wind flow caused by wind striking the attachments such as signs and traffic signals. Galloping usually generates the highest cyclic loads and thus controls the fatigue design. AASHTO recommends that structures classified as Fatigue Category I should be designed to resist galloping fatigue loads. Galloping loads do not need to be included in the fatigue design when an owner approved effective mitigation device is installed at the time of installation. As an option for traffic signal structures,the Owner may choose to install an effective mitigation device as quickly as possible after the galloping problem appears. • Natural Wind Gust— Out-of-plan vibration in the direction of wind flow caused by the inherent variability in velocity and direction. AASHTO requires that all traffic and sign structures be design to resist the prescribed Natural Wind Gust criteria. • Truck Induced Gust — In-plane vibration caused by wind gusts from the passage of trucks beneath the support structures. AASHTO requires that all sign structures be designed to include Truck Induced Gust Fatigue loading. AASHTO states that for all traffic signal structures, truck-induced gust loading shall be excluded unless required by the Owner. Since the vibration of both Truck Induced Gust and Galloping are in the same in-plane direction, an effective mitigation device that dampens Galloping will also dampen Truck Induced Gusts. Applying the AASHTO fatigue loading criteria to traffic signal and sign support structures in conjunction with an effective mitigation device, will result in a more efficient design that reduces the cost of new structures, improve safety to the traveling public,extend the life of new and existing structures,and lower maintenance, inspection and repair cost. WHAT IS THE TRI ? The Valmont Mitigator TRI Vibration Damper, shown in Figure 2, is a self-contained vertical damper unit weighing 35 lbs., which is housed within a 4.5"diameter aluminum tube 43"in length.A steel mass is suspended in the tube with a stainless- steel extension spring. Magnets located on the moving mass create a magnetic field passing through the aluminum tube that creates eddy-current damping in the unit especially effective at low-amplitude motion. Specifically designed bearings on the mass provide proper pneumatic damping more effective at larger amplitudes.The patented design ensures effective mitigation for a broad range of poles and amplitudes of vibration,quiet operation, and a compact and fully sealed housing. 4 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC &ITALTA Zi I W i JL-f r.b it i� VIBIRATION MITIGATION "Om"""t nnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnm WHAT IS THE TRI ? - CONTINUED The TRI damper has been tested to over seventeen million cycles with no observable degradation in the unit or the performance of the damper. The Valmont Mitigator TRI Vibration Damper is attached to the mast arm using specially designed mounting hardware near the tip of the mast arm. Because of the patented design,the unit is more robust and less likely to being mistuned.Therefore,the unit will work properly even if installed with some misalignment. Gasketed End Cap /H SO �i Stainless Steel o Tension Spring 0� 11UNy1�'��r�'uNtul��mmimmyv�r�yi�ry�r��m ,, ' upper Air Ch,annber Acetal Slide Bearing -� q, with S4ir Ventsnew�rnahc Nr Flow Reciprocating mass Assembly �q Aluminum ' �Magnet,� � AcetalSlideBearing " I" wn+i&#9 Air V[:P4ft Housgng N //a, Rubber Bumper Fdd C4icrent15Bet .... AVu vn�urn Hou:inn UJ and Magnet Pneumatic Air Flow / 1 AWnninurn Hous,ny- P i� A Lower Air Clharnber r Gasketed End Cap f rrllhgrrrl,�kJllll�hl'><UUI,1ff� v'.... v�/ua'uvi�ma L/p/2�1J�J1V111NIIUl1°p'J9➢1YN""J. Figure 2.The Mitigator TR1 Vibration Damper has both eddy-current damping and pneumatic damping resulting in a 903 reduction of mast arm movement in most situations. 5 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC STRUCTURES GETTING TECHNICAL The Valmont Mitigator line of dampers has been specifically designed using the theory of structural dynamics. The fundamental natural frequency in Hertz(cycles per second),given as fn,can be estimated for a pole structure by determining the mass and stiffness of the traffic-signal support structure.The mass can be determined as: L II. 'M = fo Fn(x)O(x)O(x)dx + I Mi(P(Li) Where the mass per unit length is given as:m(x) = pA(x),where p is the mass density(mass per unit volume) and A is the cross-sectional area which is given as: A(x) =Tr/4(Do z(x) -D�2(x)),where Do and D i are the outer and inner diameters of the pole and mast arm,as functions of length,and where M;is the mass of the nth discrete signal or sign location at length Li from the base,and where o(L;)is a shape function of the assumed deflected shape,where an effective shape has been proven here to be: (P(x) = [sin f1 L -- sinh#L] sin( L x -.. shah A x _ [cos flL _.. cosh flL] Cc s � — c0sh'��x] Where 13L = 1.8751,for the first mode behavior.The stiffness can be determined as: 11 El(x) s� x) "(x)dx Where the E is the modulus of elasticity, I is the moment of inertia calculated as: X 7Z DD(X) 4 — Di(X)4 2 ) I and o is the second derivative of the shape function, o(L;),with respect to length x. The natural frequency is then determined as: n JI Frequency and mass are now used to uniquely characterize each pole structure. As mass can be an awkward term, the more familiar term weight was chosen for use in this process. The dynamic weight Wd is defined as Wd=mg where g is gravity, 32.2 ft/sect or 386.4 in/sect. The analytical calculation of the dynamic properties of traffic mast arms has been shown to be quite accurate, less than 5% error for the mast arms examined. For example, a 50' slender mast arm tested in the laboratory was experimentally determined to have a frequency of 0.70 0.69 Hz and dynamic weight is 198 265 lbs.The calculated frequency is 0.73 Hz and dynamic weight is 189 250 lbs. A larger sized 50' mast arm experimentally determined to have a frequency of 0.90 0.99 Hz and dynamic weight is 318 396 lbs has a calculated frequency of 0.921.04 Hz and dynamic weight of 320 334 lbs. The performance of the Valmont Mitigator TRI Damper is then determined using a validated analytical model of the TRI Damper obtained from dynamic System Identification and over one thousand nonlinear dynamic time series simulations. The accuracy of the simulations have been validated with full-scale laboratory tests.The calculated performance is provided in tables used by Valmont engineers to insure effective vibration mitigation devices are being installed onto your pole structures- 6 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC VIBRATION MITIGATION LABORATORY TESTING The Mitigator TR-1 damper is subjected to over 17 million cycles at large amplitude. The damper was inspected and no damage to the damper was identified. Laboratory tests were conducted on two different 50'mast arms,one slender and one large,each with two different dynamic masses to validate performance and predictions. The results, shown in Figure 3, illustrate the ability to accurately predict the performance of the Valmont Mitigator TRI Damper for the four conditions tested.The results for the 50'large mast arm are presented in Figure 4. CALCULATED DAMPING RESPONSE REDUCTION - ONE DAMPER 50'slender most arm 50'large most arm Calculated 0.99 Hz,Tested 0.95 Hz Frequency Calculated 1.28 Hz,Tested 1.20 Hz Frequency Calculated 136 lbs,Tested 144 lbs Dynamic Mass Calculated 219 lbs,Tested 271 lbs Dynamic Mass Calculated 7.2%,Tested 9.5%damping Calculated 2.3%,Tested 2.7%damping 99%Calculated vs.99%tested reductio 97%Calculated vs.97%tested reduction One Dampier- Damping Response Reduction from, + - 12" (0.08% Assumed inherent Damping), Fundamental Frequency(Hz) 0.60 0 0.90 1.00 1.10 1.20 1,30 2.40 1.5�d 1.i6i} 100 1'20 140 180 _.180 104 1m.m. aa� 24D 260 280 3.44... 320.... .� 34I1 e� m. 380400 420 m u 440 ... 460 .... 48N........ 500 50'slender mast arm with added mass 50'large mast arm with added mass Calculated 0.73 Hz,Tested 0.69 Hz Frequency Calculated 1.04 Hz,Tested 0.99 Hz Frequency Calculated 250 lbs,Tested 265 lbs Dynamic Mass Calculated 334 lbs,Tested 396 lbs Dynamic Mass Calculated 3.6%,Tested 2.5%damping Calculated 3.2%,Tested 3.2`i damping 98`i Calculated vs.97%tested reduction 97%Calculated vs.97%tested reduction Figure 3.Table of predicted damping as compared to three laboratory tests of measured damping. 7 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC MkAw valmontoy STRUCTURES TESTING AT UCONN TEST SETUP(50'LG ARM W1125 lbs. MASS- 0.99Hz) STRAIN SENSOR ADDITIONAL 125 Ibs. ACCELEROMETER P�,FRhoPNw%�Imf MY(9 9 I l I �I ECCENTRIC MASS OSCILLATOR EXPERIMENTALLY MEASURED Natural frequency is 0.99 Hz. Dynamic Mass is 396 lbs. This mast arm has a large dynamic mass Measured Test Data (50' Lig Arm w/125 lbs. Mass-0.99 Hz) Free vibration shows increase in damping from 0.07%to 3.2% (98%theoretical response reduction) Forced vibration shows 97% (acceleration) and 96% (strain) measured response reduction FREE VIBRATION (STEADY) VIBRATION I � j �I 1� ��J 0 s 0 2 4 6 8 10 12 14 16 '98 20 0 2 4 6 8 10 12 14 16 18 20 ........ �.......... ....�......a.�. ..�...(..�..0! I 100 200 - ) 1 lAiI �Ir1 -101 �I �j� ,� .. V IJ IJ 0 2 4 6 8 16 12 14 16 18 20 0 2 4 6 8 110 12 14 16 18 20 time(sec) time(sec) Ill'tsa —TRI Damper Blue—No Damper Figure 4.Free vibration(pluck)and forced(eccentric mass)tests of a 50'large mast arm showing increased damping of the system from 0.07% for the undamped mast arm to 3.2%damping for the mast arm with the Valmont Mitigator TR1 Damper,corresponding to 98%response reduction. 8 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC VIBRATION N ITI ATI N FIELD TESTING Field testing of the Valmont TRI Mitigator vibration damper has been done at various locations throughout the country in conjunction with the corresponding DOT. Figure 5 shows a picture of each location: Omaha, NE, Erda Utah, and Seattle, WA. The results from the field testing at all locations showed comparative results as the Laboratory testing,validating the theory. At the Utah location,7 poles at 2 separate intersections were retrofitted with the TRI Damper. Attached to each mast arm were strain gauges to measure the stress range during the test. Test results for four poles at the intersection of SR-36 and Bates Canyon Road in Erda, Utah is presented in Figure 6, showing a vibration response reduction from 86% (P4-75' arm) to 92% (PI — 45' arm). '% AV�V r 'gig, City of Omaha, NE- 06/18/2016 City of Seattle, WA - 11/09/2016 ,f State of Utah - 08/03/2016 Figure 5.Free vibration(pluck)where preformed at three different locations including the City of Omaha,NE,State of Utah,and the City of Seattle, WA. 9 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6Al28AEBC v-almont '-Y STRUCTURES FIELD TESTING CONTINUED J� North West Corner PI -SR-36 & Bates Canyon Road orth Eas Corner P2-SR-36 & Bates Canyon Road ............. If In in"11 ff South East Corner P3-SR36 & Bates Canyon Road South West Corn r P4-SR-36 & Bates Canyon Road Mitigator TRI Vibration Damper State of Utah Field Testing Erda, Utah, SR-36 ,& Bates Canon Road, 08/03/2016 SU mary of Results Pole Location P1 P2 P3 P4 Most Arm Length, (ft) 45 75 40 75 Frequency, (Hz) 1 .00 0.68 1 .20 0.61 Original Damping, 0.20 0.19 0.20 0.14 TRI Darnping (%) 2.60 1 .90 1 .50 1 .00 Reduced Response, 92% 90% 87% 86% Figure 6.Free vibration(pluck)tests in Erda,Utah at SR-36&Bates Canon Road demonstrating the high damping characteristics of the Valmont Mitigator TR I Damper mounted to a wide array of cantilever mast arm configurations. 10 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC VIBRATION MITIGATION Ilinnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnnni USING THE VALMONT MITIGATOR The Valmont Mitigator TRI Vibration Damper can be installed onto existing pole structures to: 1. Increase the safety of traveling public from fatigue failures of our aging traffic/signage pole infrastructure 2. Extend the fatigue life of the structures 3. Eliminate a current vibration problem 4. In some cases, make older traffic signal pole structures (designed to the AASHTO 1994 or previous versions) compliant to the latest AASTHO Standard 5. Increase the signal and sign loading,when galloping and truck gusts control the design 6. Reduce vertical motion on cantilever arms for clearer traffic camera imagery and vehicle detection 7. Reduce vertical motion on cantilever arms for more accurate radar detection of vehicles 8. Reduces the loosening of signal and sign hardware due to vibration The Valmont Mitigator TRI Vibration Damper can be installed on new pole structures to: 1. Increase the safety of the traveling public from fatigue failures 2. Extend the fatigue life of the structures 3. Eliminate a potential vibration problem 4. Reduce the size and cost of the structure and foundation (using the TRI Damper will typically reduce the weight of traffic mast arm structures by over 50%when designing the structure to meet galloping and truck gust fatigue loading per the AASHTO LTS Specifications) 5. Reduce vertical motion on cantilever arms for clearer traffic camera imagery and vehicle detection 6. Reduce vertical motion on cantilever arms for more accurate radar detection of vehicles 7. Reduces the loosening of signal and sign hardware due to vibration Valmont engineers have the tools to determine what the expected damping performance will be when using the TRI Damper. This check can be performed on new or existing structures. On new installation,the Valmont engineer can indicate the cost/ benefit of using the TRI damper showing the reduction of the overall weight of the structure. 11 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC The Valmont Mitigator TRI Vibration Damper VIBRATION MITIGATION a ', nt STRUCTURES Carl Macchietto CMacchietto@valmont.com (402) 359-6735 / 800-825-6668 28800 Ida Street Valley, Nebraska 68064 USA valmontstructures.com IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIU� /////////////////////////////////////////////////////////////////////////////////////////////////////////// 12 D,,,S,gn Envelope ID'.D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 6 5 4 3 2 1 REVISIONS 12V/55W SOLAR PANEL REV.1 DESCRIPTION I DATE ECN#AUTHORIAPPROVED A INITIAL RELEASE 517/2018 N/A I A.K.IJ.P. o D 30"W11-2 STATIC SIGN RRFB LIGHT BAR C 6.53 24"X12"W16-7PL STATIC SIGN C RADIO ANTENNA ALUMINUM CONTROL CABINET (MUST BE MOUNTED SO ANTENNA SIGNAL IS NOT OBSTRUCTED,FOR PROPER RADIO RECEPTION) - I., YELLOW PUSH BUTTON KIT 84.0 a 7 4-1/2"O.D.ALUMINUM POLE PACKAGE 62.00 s 42.00 (NOT INCLUDED IN SYSTEM B �' 'IT MATERIALEa .no.s:oasr INTERPPIT E METRIC.. 09 TRAFFIC&PARKING CONTROL CO.,INC. FINISH REFERENCE: TOLERANCE UNLESS TITLE: A A OTHERWISE SPECIFIED RRFB,SOLAR 55/48, RADIO,SOP, NOTES: HOLED-.003 1.ORIENT SOLAR PANEL TOWARDS SOUTHERN SKY FOR MAXIMUM SOLAR EXPOSURE xC .0030N SS,AMBER, PB, H POLE X2 2.CONTROL CABINET HEIGHT MAY VARY. xx ]0.015 xxx -0.005 DESIGNED 6V TAPCO SIZE DWG.NO. REV WEIGHT 3.SNAP LOCKS ARE PROVIDED,STANDARD 3/4"S/S BANDING IS RECOMMENDED ANGULAR f0.5' DRAWN By A KAVANAUGH 51712018 B 600167 A 4.J-BOLTS NOT SHOWN CHECKED BY B SCALE:1:28 PROPRIETARY AND CONFIDENTIAL THE INFORMATION CONTAINED IN THIS DRAWING IS R W THE 50LE PROPERTyp 5.ALL DIMENSIONS ARE FOR REFERENCE ONLY TAPCO...ANY REPRODUCTION.IN.PART OAS.A WHOLE WITHOUT THE RITTEN PERMISSION OF.TAPCO IS aROTXJ&Jja°F l.. 6.STATIC SIGNS NOT INCLUDED IN SYSTEM 6 S 4 3 2 1 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC IIJ11, I � S / �o , DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC �1 ��%t f%1%�/ �� 11 � IIIIIIIIIII I ir ' I mu J �!➢ ro� it �u�������������. i J I r , f . l wW,, DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Tolun ay-Wong*Engineers, Inc. 826 South Padre Island Drive Corpus Christi,Texas 78416 Phone(361)884-5050 ................... December 10, 2019 City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469 Attn: Ms. Marisa Alaniz, E.I.T. RefFinal Report Geotechnical Engineering Services 18020A Gollihar Rd. -- Greenwood Dr. to Crosstown Expressway (Bond 2018) Corpus Christi, Texas TWE Project No. 19.53.059/Report No. 23995 Dear Ms. Alaniz, Tolunay-Wong Engineers, Inc, (TWE) is pleased to submit this report.of our geotechnical field and laboratory testing study for the above referenced project. This report contains a detailed description of the field program and laboratory services performed for this study as well as soil boring logs for the proposed Golfihar Rd. --- Greenwood Dr. to Crosstown Expressway Reconstruction in Corpus Christi, Texas. We appreciate the opportunity to work with you.on this phase of the project and look forward to the opportunity of providing additional services as the project progresses. if you have any questions or cornmentrs regarding this report or if we can be of further assistance,please contact us. Sincerely, TOLUNAV-WONG ENGINEERS, INC. Texas Boar( f Proffssional Engineers Firm Registration Number F-000124 X Wro Z�- Justin IVI. Buchen Don R. Rokohl, 6 Geotechnical Staff Engineer Branch Manage ,TB/DRR)Jb DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC TABLE OF CONTENTS 1 INTRODUCTION AND PROJECT DESCRIPTION 1-1 1.1 Introduction 1-1 1.2 Project Description 1-1 2 PURPOSE AND SCOPE OF SERVICES 2-1 3 FIELD PROGRAM 3-1 3.1 Soil Borings 3-1 3.2 Drilling Methods 3-1 3.3 Soil Sampling 3-1 3.4 Boring Logs 3-2 3.5 Groundwater Measurements 3-2 4 LABORATORY SERVICES 4-1 5 SITE AND SUBSURFACE CONDITIONS 5-1 5.1 General 5-1 5.2 Site Description and Surface Conditions 5-1 5.3 Subsurface Conditions 5-1 5.4 Groundwater Observations 5-4 5.5 Shrink/Swell Potential 5-5 6 GEOTECHNICAL DESIGN RECOMMENDATIONS 6-1 6.1 Discussion 6-1 6.2 Trench Excavation and Braced Excavation 6-1 7 PAVEMENT DESIGN RECOMMENDATIONS 7-1 7.1 Discussion 7-1 7.2 New Pavement Sections 7-1 7.3 Pavement Section Material 7-4 7.4 Pavement Maintenance 7-6 8 LIMITATIONS AND DESIGN REVIEW 8-1 8.1 Limitations 8-1 8.2 Design Review 8-1 8.3 Construction Monitoring 8-1 8.4 Closing Remark 8-1 TWE Project No. 19.53.059 Report No.23995 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC TABLES AND APPENDICES TABLES Table 4-1 Laboratory Testing Program 4-1 Table 5-1 Subsurface Soil Stratigraphy Soil Boring B-1 5-1 Table 5-2 Subsurface Soil Stratigraphy Soil Boring B-2 5-1 Table 5-3 Subsurface Soil Stratigraphy Soil Boring B-3 5-2 Table 5-4 Subsurface Soil Stratigraphy Soil Boring B-4 5-2 Table 5-5 Subsurface Soil Stratigraphy Soil Boring B-5 5-2 Table 5-6 Subsurface Soil Stratigraphy Soil Boring B-6 5-2 Table 5-7 Subsurface Soil Stratigraphy Soil Boring B-7 5-3 Table 5-8 Subsurface Soil Stratigraphy Soil Boring B-8 5-3 Table 5-9 Subsurface Soil Stratigraphy Soil Boring B-9 5-3 Table 5-10 Groundwater Observations 5-4 Table 5-11 General Relationship Between PI and Shrink/Swell Potential 5-5 Table 6-1 Guidelines for Maximum Allowable Slopes 6-1 Table 7-1 Flexible Pavement Design Values for 30 Year Design 7-2 Table 7-2 Recommended Minimum Typical Flexible Pavement Design 7-2 Table 7-3 Rigid Pavement Design Values for 30 Year Design 7-3 Table 7-4 Recommended Minimum Typical Rigid Pavement Thicknesses for 30 Year Design 7-4 APPENDICES Appendix A: Soil Boring Location Plan TWE Drawing No. 19.53.059-1 Appendix B: Log of Project Borings and a Key to Terms and Symbols used on Boring Logs Appendix C: Apparent Earth Pressure Diagram - Braced Trench Analysis Appendix D: Traffic Information from City of Corpus Christi TWE Project No. 19.53.059 Report No.23995 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 1 INTRODUCTION AND PROJECT DESCRIPTION 1.1 Introduction This report presents the results of our geotechnical engineering services performed for the proposed 18020A Gollihar Rd. — Greenwood Dr. to Crosstown Expressway Reconstruction in Corpus Christi, Texas. Our geotechnical services were conducted in accordance with TWE Proposal No. P19-C064R1, dated May 29, 2019, and authorized by Task Order No. 22 in accordance with Master Services Agreement for Geotechnical and Construction Materials Testing (Project No. 17101W). 1.2 Project Description The project will involve complete reconstruction of a segment of Gollihar Road in Corpus Christi, Texas with either a flexible (asphalt) or rigid (concrete) pavement section as well as possible replacement of underground utilities as needed. Gollihar Road between Greenwood Drive and Crosstown is about 3,950 feet long with an asphalt surface. Visual observations indicate the street is in very poor condition with asphalt cracking, patches, and some uneven lanes. We understand that the road receives a mixture of mostly commercial and residential vehicular traffic. We understand the new street elevation and width will remain roughly the same. The results of a traffic count of all vehicles on Gollihar Road during March 6, 2019 and March 7, 2019 (24-hour period) were provided by the City of CorpusChristi. TWE Project No. 19.53.059 1-1 Report No.23995 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 2 PURPOSE AND SCOPE OF SERVICES The purpose of our geotechnical engineering services was to provide the geotechnical information needed to assist the Client in the design and construction of reconstructed roadway cross sections. Our scope of services performed for the project consisted of: 1. Drilling nine (9) soil borings to depths of 10.5-ft. to 25-ft. below existing grade to evaluate subsurface stratigraphy and groundwater conditions; 2. Performing geotechnical laboratory tests on recovered soil samples to evaluate the physical and engineering properties of the strata encountered. 3. Providing geotechnical design recommendations for the proposed full roadway reconstruction in accordance with the AASHTO Guide for Design and Pavement Structures including suitable flexible and rigid pavement sections for a 30-year service period, layer material types, layer material thickness and subgrade support characteristics. Several thickness combinations of each pavement component will be considered as well as options for either lime stabilization or use of geogrid as a substitute for lime stabilization. A locally available crushed concrete will be considered as a substitute for crushed limestone as flexible base material; 4. Providing geotechnical design recommendations for the proposed underground utility installations including OSHA soil classifications and soil design parameters for trench excavation and braced excavation design; and, 5. Providing geotechnical construction considerations including site and subgrade preparation, in-place soil stabilization, fill and backfill placement, compaction requirements, and overall quality control inspection, monitoring and testing guidelines. Our scope of services did not include any environmental assessments for the presence or absence of wetlands or of hazardous or toxic materials within or on the soil, air or water within this project site. Any statements in this report or on the boring logs regarding odors, colors or unusual or suspicious items or conditions are strictly for the information of the Client. A geological fault study was also beyond the scope of our services associated with this geotechnical engineering study. TWE Project No. 19.53.059 2-1 Report No.23995 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 3 FIELD PROGRAM 3.1Soil Borings TWE conducted an exploration of subsurface soil and groundwater conditions at the project site on August 30, 2019 by drilling and sampling nine (9) soil borings to depths of 10.5-ft to 25-ft. below existing grade at time of the field program. The soil borings were located along outer edges of the eastbound and westbound lanes of Gollihar Road in Corpus Christi, TX. The boring locations are presented on TWE Drawing No. 19.53.059-1 in Appendix A of this report. Our field personnel coordinated the field activities and logged the boreholes. The boring locations were marked at the site by TWE. The final latitude and longitude coordinates for the borings were determined using a hand-held GPS unit and are presented on the boring logs in Appendix B of this report. 3.2 Drilling Methods Field operations were performed in general accordance with the Standard Practice for Soil Investigation and Sampling by Auger Borings [American Society for Testing and Materials (ASTM) D 1452]. The soil borings were drilled using truck-mounted drilling equipment using dry-auger and wet rotary drilling methods. Samples were obtained continuously from existing pavement surface to a depth of 11-ft., at the 13-ft. to 15-ft. depth interval, and at intervals of 5-ft. thereafter until the boring completion depths were reached. 3.3 Soil Sampling Fine-grained, cohesive soil samples were recovered from the soil borings by hydraulically pushing 3-in diameter, thin-walled Shelby tubes a distance of about 24-in. The field sampling procedures were conducted in general accordance with the Standard Practice for Thin-Walled Tube Sampling of Soils (ASTM D 1587). Our geotechnician visually classified the recovered soils and obtained field strength measurements using a pocket penetrometer. The samples were extruded in the field, wrapped in foil, placed in moisture sealed containers and protected from disturbance prior to transport to the laboratory Cohesionless and semi-cohesionless soil samples were collected from the soil borings with the standard penetration test (SPT) sampler driven 18-in. by blows from a 140-1b. hammer falling 30- in. in accordance with the Standard Test Method for Standard Penetration Test (SPT) and Spilt- Barrel Sampling of Soils (ASTMD 1586). The number of blows required to advance the sampler three (3) consecutive 6-in depths are recorded for each corresponding sample on the boring logs. The N-value, in blows per foot, is obtained from SPTs by adding the last two (2) blow count numbers. The compactness of cohesionless and semi-cohesionless samples are inferred from the N-value. The samples obtained from the split-barrel sampler were visually classified, placed in moisture sealed containers and transported to our laboratory. The recovered soil sample depths with corresponding pocket penetrometer values and SPT blow- counts are presented on the boring logs in Appendix B. TWE Project No. 19.53.059 3-1 Report No.23995 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 3.4 Boring Logs Our interpretations of general subsurface soil and groundwater conditions at the boring locations are included on the boring logs. Our interpretations of the soil types throughout the boring depth and the locations of strata changes were based on visual classifications during field sampling and laboratory testing in accordance with Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) (ASTM D 2487) and Standard Practice for Description and Identification of Soils (Visual-Manual Procedure) (ASTMD 2488). The boring logs include the type and interval depth for each sample along with its corresponding pocket penetrometer measurement or SPT blow-counts. The boring logs and a key to terms and symbols used on boring logs are presented in Appendix B. 3.5 Groundwater Measurements Groundwater level measurements were attempted in the open boreholes during dry-auger drilling. Water level readings were attempted in the open boreholes when groundwater was first encountered and after a fifteen (15) minute time period. The groundwater observations are summarized in Section 5.4 of this report entitled "Groundwater Observations. " TWE Project No. 19.53.059 3-2 Report No.23995 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 4 LABORATORY SERVICES A laboratory testing program was conducted on selected samples to assist in classification and evaluation of the physical and engineering properties of the soils encountered in the project borings. Laboratory tests were performed in general accordance with ASTMInternational standards. The types of laboratory tests performed are presented in Table 4-1 below. A brief description of the testing methods is listed below. Table 4-4: Laboratory Testing Program Test Description Test Method Amount of Material in Soils Finer than No. 200 Sieve ASTM D 1140 Water(Moisture) Content of Soil ASTM D 2216 Density (Unit Weight) of Soil Specimens ASTM D 7263 Liquid Limit, Plastic Limit and Plasticity Index of Soils ASTM D 4318 Unconsolidated Undrained Triaxial Compressive Strength of Cohesive ASTM D 2850 Soil UU Amount of Materials in Soils Finer than No. 200 (75-um) Sieve (ASTM D 1140) This test method determines the amount of materials in soils finer than the No. 200 (75-µm) sieve by washing. The loss in weight resulting from the wash treatment is presented as a percentage of the original sample and is reported as the percentage of silt and clay particles in the sample. Water(Moisture) Content of Soil by Mass (ASTM D 2216) This test method determines water (moisture) content by mass of soil where the reduction in mass by drying is due to loss of water. The water (moisture) content of soil, expressed as a percentage, is defined as the ratio of the mass of water to the mass of soil solids. Moisture content may provide an indication of cohesive soil shear strength and compressibility when compared to Atterberg Limits. Density(Unit Weight) of Soils (ASTM D 7263) This test method determines the weight per unit volume of soil, excluding water. Dry unit weight is used to relate the compactness of soils to volume change and stress-strain tendencies of soils when subjected to external loadings. Liquid Limit, Plastic Limit and Plasticity Index of Soils (ASTM D 4318) This test method determines the liquid limit, plastic limit and the plasticity index of soils. These tests, also known as Atterberg limits, are used from soil classification purposes. They also provide an indication of the volume change potential of a soil when considered in conjunction with the natural moisture content. The liquid limit and plastic limit establish boundaries of consistency for plastic soils. The plasticity index is the difference between the liquid limit and plastic limit. TWE Project No. 19.53.059 4-1 Report No.23995 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Unconsolidated Undrained Triaxial Compressive Strength of Cohesive Soil (ASTM D 2850) This test method determines the compressive strength of cohesive soil when subjected to strain- controlled axial load as the sample is subjected to a confining stress. The confining stress generally is that stress the sample is subjected to in the in-situ state. The test method provides an approximate value of shear strength of cohesive materials in terms of confined unconsolidated undrained(UU) stresses. Soil properties including moisture content, unit weight, Atterberg Limits, grain size distribution, penetration resistance, various types of shear strength are presented on the project boring logs in Appendix B. TWE Project No. 19.53.059 4-2 Report No.23995 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 5 SITE AND SUBSURFACE CONDITIONS 5.1 General Our interpretations of soil and groundwater conditions within the project site are based on information obtained at the soil boring locations only. This information has been used as the basis for our geotechnical engineering information included in this report. Subsurface conditions may vary at areas not explored by the borings. Significant variations at areas not explored by the soil borings will require reassessment of our geotechnical engineering information. 5.2 Site Description and Surface Conditions The project site is located along the segment of Gollihar Road between Greenwood Drive and Crosstown Expressway in Corpus Christi, Texas. At the time of our field investigation, the boring locations were covered with existing asphalt. 5.3 Subsurface Soil Stratigraphy and Properties Our interpretations of surface and subsurface conditions within the project site are based on information obtained at the project boring locations shown on TWE Drawing No. 19.53.059-1 provided in Appendix A. A summary of the subsurface profiles encountered at the boring locations is provided in Tables 5-1 through 5-9 below. Existing asphalt was encountered at the surface of the borings drilled for the project, underlain by existing flexible base material. The thickness of the existing asphalt over an underlying base material varied from 4-in to 7-in while the underlying flexible base material thickness varied from 5-in. to 8-in. The material beneath the flexible base layers generally consisted of stiff to firm sandy lean clay (CL) or sandy fat clay (CH). Table 6A: Subsurface Soil Stratigraphy Sail Baring 8-1 Depth Range (ft) Strata Description 0 1 5-in of Asphalt over 7-in of flexible base material 1 7 Firm to stiff Fat Clay w\ Sand(CH) 7 11 Stiff Sandy Fat Clay (CH) Table 5-2: Subsurface Sail Stratigraphy Sail Baring B-2 Depth Range (ft) Strata Description 0 1 7-in of Asphalt over 5-in of flexible base material 1 10.5 Firm to very stiff Sandy Fat Clay (CH) TWE Project No. 19.53.059 5-1 Report No.23995 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Table 5-,3:Subsurface Soil Stratigraphy Sail Baring B-3 Depth Range (ft) Strata Description 0 1 4-in of Asphalt over 8-in of flexible base material 1 10 Soft to very stiff Sandy Lean Clay (CL) 10 13.5 Loose Clayey Sand(SC) 13.5 23.5 Very dense Poorly Graded Sand w/Clay (SP-SC) 23.5 25 Dense Clayey Sand(SC) Table 5-4: Subsurface Soil Stratigraphy Sail.BoHng B-4 Depth Range (ft) Strata Description 0 1 5-in of Asphalt over 7-in of flexible base material 1 9 Firm to very stiff Sandy Lean Clay (CL) 9 10.5 r Loose Clayey Sand (SC) Table 5-5: Subsurface Soil Stratigraphy Sail.Baring B-5 Depth Range (ft) Strata Description 0 1 7-in of Asphalt over 5-in of flexible base material 1 3 Stiff to very stiff Fat Clay w/ sand (CH) 3 11 Stiff Fat Clay (CH) Table 5-6: Subsurface Soil Stratigraphy Sail.Baring B-6 Depth Range (ft) Strata Description 0 1 5-in of Asphalt over 7-in of flexible base material 1 3 Stiff Sandy Fat Clay (CH) 3 5 Dense Clayey Sand(SC) 5 7 Firm Sandy Fat Clay (CH) 7 10.5 Loose to medium dense Clayey Sand (SC) TWE Project No. 19.53.059 5-2 Report No.23995 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Table 54,: Subsurface Soil Stratigraphy Sail Baring B-7 Depth Range (ft) Strata Description 0 13-in 6-in of Asphalt over 7-in of flexible base material 13-in 7 Firm to stiff Sandy Fat Clay w/ Sand (CH) 7 13.5 Medium dense Clayey Sand(SC) 13.5 18 Very dense Poorly Graded Sand w/Clay (SP-SC) 18 25 Very stiff Lean Clay (CL) Table 5-8: Subsurface Soil Stratigraphy Sail Baring B-8' Depth Range (ft) Strata Description 0 1 5-in of Asphalt over 7-in of flexible base material 1 10.5 Stiff Fat Clay w/ Sand (CH) Table 5-9: Subsurface Soil Stratigraphy Sail Baring B-9 Depth Range (ft) Strata Description 0 1 6-in of Asphalt over 7-in of lime treated soil 1 7 Firm to stiff Fat Clay w/ Sand(CH) 7 9 Soft Sandy Fat Clay (CH) 9 10.5 Medium dense Clayey Sand(SC) Results of Atterberg limits on selected cohesive soil samples of the soils recovered from the project borings indicate liquid limits ranging from 43 to 82 with corresponding plasticity indices ranging from 30 to 52. Based on this plasticity index range, most of the clay soils encountered in the project borings are considered to have high to very high plasticity. In-situ moisture contents of the samples ranged from 23% to 33% at the time of our field program. The amount of material passing the No. 200 sieve ranged from 58% to 94%. The results for cohesionless soils recovered from the project borings indicate liquid limits ranging from 33 to 48 with corresponding plasticity indices ranging from 17 to 27. The amount of material passing th No. 200 sieve ranged from 8% to 45%. Based on this plasticity index range, the cohesionless soils encountered in the project borings are considered to have medium to high plasticity. Application of a phenolphthalein indicator solution to the subgrade samples indicated presence of lime in the soils of B-9 only. TWE Project No. 19.53.059 5-3 Report No.23995 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Undrained shear strengths derived from field pocket penetrometer readings ranged from 0.5-tsf to 3.5-tsf. Undrained shear strengths derived from laboratory unconsolidated undrained triaxial compressive strength testing (UU) ranged from 0.92-tsf to 2.88-tsf with corresponding dry unit weights ranging from 90-pcf to 110-pcf. Shear strength of cohesive soils inferred from SPT blow counts were generally similar. Detailed descriptions of the soils encountered at the boring locations are presented on the boring logs in Appendix B. 5.4 Groundwater Observations Groundwater measurements were attempted in the project borings during dry-auger drilling. Free groundwater was encountered in multiple borings shown in Table 5-10 below. Table,5-10 Groundwater 1bs+eruations Bore Depth Encountered (ft) Depth after 15-mins (ft) B-3 10.5 7.6 B-4 10.3 9.8 B-7 9 7.8 B-9 9 8.1 Shallow borings (B-1, B-2, B-5, B-6 and B-8) did not encounter groundwater during the field exploration. Groundwater levels may fluctuate with climatic and seasonal variations and should be verified before construction. Accurate determination of the static groundwater level is typically made with a standpipe piezometer. Installation of a piezometer to evaluate the long-term groundwater condition was not included within the current scope of services. TWE Project No. 19.53.059 5-4 Report No.23995 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 5.5 Shrink / Swell Potential The tendency for a soil to shrink and swell with change in moisture content is a function of clay content and type which are generally reflected in soil consistency as defined by Atterberg Limits. A generalized relationship between shrink/swell potential and soil plasticity index (PI) is shown in Table 5-11 below. Table -11 General Relationship Between PI and Shrink/Sw ll Potential P.I. Range Shrink/Swell Potential 0- 15 Low 15 -25 Medium 25 -35 High >35 Very High The amount of expansion that will actually occur with increase in moisture content is inversely related to the overburden pressure. Therefore, the larger the overburden pressure, the smaller the amount of expansion. Near-surface soils are thus most susceptible to shrink/swell behavior because they experience low magnitude of overburden. Overall, the cohesive clay soils at this site possess medium to very high shrink/swell potential. TWE Project No. 19.53.059 5-5 Report No.23995 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 6 GEOTECHNICAL DESIGN RECOMMENDATIONS 6.1 Discussion The project consists of complete reconstruction of a segment of Gollihar Road in Corpus Christi, Texas with either a flexible (asphalt) or rigid (concrete)pavement section as well as replacement of underground utilities as needed. Recommendations for the proposed underground utility installations including OSHA soil classifications and soil design parameters for trench excavation and braced excavation are also provided below. Additionally, earthwork recommendations are provided in Section 7 of this report entitled "Earthwork Considerations". 6.2 Trench Excavation and Braced Excavation Excavations deeper than 5-ft. (utility trenches, foundation/structure excavations, etc.) require sloped sidewalls or an adequate retention system to protect workers from cave-ins. The current Occupational Safety and Health Administration (OSHA) Standards (29 CFR, Part 1926, Subpart P), include provisions for the design of sloped sidewalls and benched trench excavations in single or multiple-layer soils less than 20-ft., in lieu of bracing and shoring. The regulations specify maximum slope declivities contingent on the soil type: Type A, Type B, or Type C. The OSHA Soil Type Classification for the subsurface soils encountered at the soil boring locations to a depth of 20-ft. measured from existing ground surface at time of field exploration is Type C. It should be noted that the contractor's "competent person" shall make the final determination of the OSHA Soil Type during excavation of the soils at the job site. A guideline for the maximum allowable slopes during construction provided by OSHA Standard (1926 Subpart P App. B) is presented in the Table 6-1 below. Flattened slopes could be required in the event surcharge load(s) including moving traffic are placed within a distance less than the height of the slope from the top of slope. Table 6-1 Guidelines for Maximum Allowable Slopes- Soil Soil or Rock Type Max. Allow. Slopes (H:V)11> for Excavation Less Than 20-ft. Yp Deep(3) Stable Rock Vertical(90°) Type A(2) 3/4:1 (53°) Type B 1:1 (45°) Type C 1 /z:1 (34°) Notes: (1)Numbers shown in parentheses next to maximum allowable slopes are angles expressed in degrees from the horizontal. Angles have been rounded off. (2)A short-term maximum allowable slope of'/2 H: 1V(63°) is allowed in excavations in Type A soil that are 12-ft. or less in depth. Short-term maximum allowable slopes for excavations greater than 12-ft.in depth shall be 3/4 H: 1V(53°). (3)Sloping or benching for excavations greater than 20-ft.deep shall be designed by a registered professional engineer. TWE Project No. 19.53.059 6-1 Report No.23995 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC The trench shield (box), if used as a temporary retention system, should be designed by the contractor to withstand lateral loads imposed by the specific soil conditions. An apparent earth pressure diagram provided in Appendix C can be used for analysis of strut loads in the trench shield. The apparent earth pressure diagram presented in Appendix C assumes that the excavation will be dewatered if groundwater is present. Presence of groundwater could require slopes to be flattened beyond the maximum allowable slopes presented above. The soil stratigraphy and groundwater conditions encountered during excavation could vary from those observed in the project borings or characterized herein. The contractor should collect additional subsurface information as deemed necessary to determine if the existing conditions are representative of those described herein. Experienced personnel should monitor all excavations and retaining structures on a continual basis to ensure that the performance of the retention system being used meets or exceeds OSHA requirements. Any deficiencies noticed should be corrected immediately. TWE Project No. 19.53.059 6-2 Report No.23995 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 7 PAVEMENT DESIGN RECOMMENDATIONS 7.1 Discussion The project consists of a complete reconstruction for the segment of Gollihar Road from Greenwood Drive to Crosstown Expressway. This segment of Gollihar Road consists of four lanes, two eastbound and two westbound, and a turning lane. Other improvements may include existing utilities replacement. Our geotechnical design and construction recommendations for the proposed roadways are included in the sections below. 7.2 New Pavement Sections The methods used in our pavement analysis can be found in the AASHTO, Guide for Design of Pavement Structures. Data from traffic studies performed on March 6, 2019 and March 7, 2019 (24 hours period) by Maldonado-Burkett, LLP for the City of Corpus Christi were used to estimate traffic conditions for design purposes using a 30-year design life. An annual traffic growth rate of 0.5%was used for Gollihar Road in accordance with city requirements. 7.2.1 Flexible Pavement Design The primary design requirements needed for flexible pavement design according to the Pavement Design Guide include the following: • Material Layer Coefficient; • Soil Resilient Modulus,psi; • Serviceability Indices; • Drainage Coefficient; • Overall Standard Deviation; • Reliability, %; and, • Design Traffic, 18-kip Equivalent Single Axle Load(ESAL) • Design Average Daily Traffic (ADT) • Design % Truck The design values used for our analyses are presented in Table 7-1 on the following page for 30- yr design life. TWE Project No. 19.53.059 7-1 Report No.23995 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Table 7-1 Flexible Pavement Design Values for 34 year Design, Description Value Design ADT and% Truck(') Average Daily Traffic(ADT) 4,579 /o Truck 0.01 Hot Mix Asphalt Concrete (HMAC), Type D 0.44 HMAC, Type B 0.40 Material Coefficients Crushed Limestone (Type A, Grade 2 or better) [CLB] 0.14 Crushed Concrete (CC) 0.12 Lime Stabilized Subgrade (LSS) 0.08 Compacted Subgrade 0.035 Serviceability Indices Initial 4.2 Terminal 2.5 Soil Resilient Modulus 3,100-psi Drainage Coefficient 1.0 Overall Standard Deviation 0.45 Reliability 90% Design Traffic, 18-kip Equivalent Single Axle Load (ESAL) 1,814,430 Structural Number Required 5.21 (1) The Average Daily Traffic and the %truck were provided and determined by using the traffic data provided by City of Corpus Christi. Detailed traffic data provided by the City are presented in Appendix D of this report. The maximum ADT and%Truck were used to conduct our pavement analyses. Table 7-2 Recommended Minimum Typical Flexible Pavement Thicknesses for 3©Year Design Pavement HMAC, HMAC, CLB CC LSS CS SN Option Type D Type B A 3.0-in 4.0-in 12.0-in --- 8.0-in --- 5.24 B 3.5-in 3.5-in 12.0-in --- 8.0-in --- 5.26 C 3.5-in 4.0-in --- 12-in 8.0-in --- 5.22 D 3.0-in 3.5-in --- 16-in 8.0-in --- 5.28 E 3.0-in 3.0-in 12-in* --- --- 12.0-in 5.46 F 4.0-in 4.0-in 12-in --- --- 12.0-in 5.46 G 3-in 3.5-in --- 12.0-in* --- 12.0-in 5.30 H 4-in 4-in --- 12-in --- 12.0-in 5.22 (*) A layer of geogrid (Tensar TX-5 or equivalent) installed at the bottom and a layer installed in the middle of the crushed limestone or crushed concrete base. TWE Project No. 19.53.059 7-2 Report No.23995 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC HMAC =Hot Mix Asphalt Concrete CLB = Crushed Limestone Base(Type A, Grade 2 or better) CC = Crushed Concrete (Type D, Grade 2 or better) LSS =Lime Stabilized Subgrade CS = Compacted Subgrade SN= Structural Number Pavement Options A through H involve full depth reconstruction of the roadway through the use of new imported materials. The existing pavement materials would be completely removed followed by lime stabilization, if selected, and/or compaction of the subgrade, placement and compaction of new imported crushed limestone base or crushed concrete base with or without geogrid(s), and placement and compaction of hot mix asphalt concrete. 7.2.2 Rigid Pavement Design The primary design requirements needed for rigid pavement design according to the AASHTO Guide include the following: • 28-day Concrete Modulus of Rupture,psi; • 28-day Concrete Elastic Modulus,psi; • Effective Modulus of Subgrade Reaction, pci (k-value); • Serviceability Indices; • Load Transfer Coefficient; • Drainage Coefficient; • Overall Standard Deviation; • Reliability, %; and, • Design Traffic, 18-kip Equivalent Single Axle Load(ESAL) The design values used for our analyses are presented in Table 7-3 below for 30-yr design life. Tabu 7- Rigid Pavement DetJ0n alue for 0' ear Design Description Value 28-day Concrete Modulus of Rupture 570-psi 28-day Concrete Elastic Modulus 3,834,253-psi Effective Modulus of Subgrade Reaction 300- ci Serviceability Indices Initial 4.5 Terminal 2.5 Load Transfer Coefficient Continuously Reinforced 2.6 Plain 2.9 Drainage Coefficient 1.0 Overall Standard Deviation 0.39 Reliability 90% Design Traffic, 18-kip Equivalent Single Axle Load (ESAL) 2,108,587 TWE Project No. 19.53.059 7-3 Report No.23995 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Table 7-4 below provides the recommended minimum typical rigid pavement sections derived from our analysis using the AASHTO Pavement Design Guide. Tabl ,7-4 Recommended Minimum Typidal Rigid Pavement Thicknesses for 30 Year Design Pavement Option PCC BB CLB CS Continuously 7.5-in 1.0-in 7.0-in 12.0-in Reinforced Plain 8.0-in 1.0-in 7.0-in 12.0-in. PCC =Portland Cement Concrete BB = Bond Breaker(HMAC, Type B or D) CLB = Crushed Limestone Flexible Base(TxDOT, Item 247, Type A, Grade 2 or better) CS = Compacted Subgrade 7.3 Pavement Section Material Hot Mix Asphalt Concrete (HMAC') HMAC should conform to Item 340/341, "Dense-Graded Hot-Mix Asphalt" of the Texas Department of Transportation (TxDOT) 2014 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. The HMAC should provide a minimum tensile strength (dry) of 85 to 200 psi when tested in accordance with TxDOT Test Method Tex-226-F, and should be compacted at 92% to 96% of the theoretical density as determined from the asphaltic mixture design prepared in accordance with TxDOT Test Method Tex-207-F "Determining Density of Compacted Bituminous Mixtures". Portland Cement Concrete (PCC) PCC should be provided in accordance with TxDOT Item 421 "Hydraulic Cement Concrete", 2014. Concrete should be designed to meet a minimum average flexural strength (modulus of rupture) or a minimum average compressive strength for Class P concrete in accordance with TxDOT Item 360 "Concrete Pavement" and CoCC Section 025620 "Portland Cement Concrete Pavement". Reinforcing steel consisting of deformed steel rebar should be used in accordance with TxDOT Item 440 "Reinforcing Steel." The first few loads of concrete should be checked for slump, air and temperature on start-up production days to check for concrete conformance and consistency. Concrete should be sampled and strength test specimens [two (2) specimens per test] prepared on the initial day of production and for each 400-yd' or fraction thereof of concrete pavement thereafter. At least one (1) set of strength test specimens should be prepared for each production day. Slump, air and TWE Project No. 19.53.059 7-4 Report No.23995 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC temperature tests should be performed each time strength test specimens are made. Concrete temperature should also be monitored to ensure that concrete is consistently within the temperature requirements. Crushed Limestone Base (CLB) CLB should conform to City of Corpus Christi Standard Construction Specification (CoCC) Section 025223 "Crushed Limestone Flexible Base" and should be moisture conditioned to -2% to +2% of the optimum moistures and compacted to at least 98 percent of the maximum dry densities determined by Modified Proctor (ASTM D 1557) and Standard Proctor (ASTM D 698) for flexible pavement sections and rigid pavement sections, respectively. The top surface of the CLB shall be sealed with prime coat in accordance with CoCC Section 025412 "Prime Coat". Crushed Concrete (CC) CC should conform to TxDOT Item 247, Type D, Grade 1 or 2 and should be compacted in the same manner as CLB. Lime-Stabilized Subgrade (LSS) Lime stabilization of the subgrade soils is recommended for flexible pavement sections included in Tables 7-1 and 7-2 above. Proper preparation and lime stabilization of the roadway subgrade will improve long-term pavement performance by reducing plasticity of the clay soils, increasing their load carrying capacity, and improving their workability. After completion of necessary stripping and clearing, the exposed soil subgrade should be carefully evaluated by probing and testing. Any unsuitable material (shell, gravel, organic material, wet, soft or loose soil) still in place should be removed. The exposed soil subgrade should be further evaluated by proofrolling with a heavy pneumatic tired roller, loaded dump truck or similar equipment weighing at least 20-tons to ensure that soft or loose material does not exist beneath the exposed soils. Proofrolling procedures should be observed routinely by a qualified representative of TWE. Any undesirable material revealed should be removed and replaced in a controlled manner with soils similar in classification or select fill. Once final subgrade elevation is achieved and prior to placement of crushed limestone base material or crushed concrete base material, the exposed surface of the pavement subgrade soil should be scarified to a depth of 8-in and mixed with hydrated lime in conformance with TxDOT Item 260 "Lime Treatment (Road-Mixed)". It is estimated that 7% hydrated lime by dry unit weight of soil will be required. Assuming an in-place unit weight of 120-pcf for the roadway subgrade soils, 7% lime by dry unit weight equates to about 50-lbs of lime per square yard of treated subgrade. The actual quantity of lime required should be determined after the roadway alignment is stripped and subgrade soils are exposed by use of a laboratory soil treatability study. Lime used during chemical stabilization should be Type A hydrated lime or Type B commercial slurry. The lime stabilized subgrade should be compacted to a minimum 95% of the maximum dry density as determined by Standard Proctor (ASTM D 698) at a moisture content within the range of 4% above optimum. TWE Project No. 19.53.059 7-5 Report No.23995 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC Lime stabilization should extend at least 1-ft beyond the roadway edge (or behind back of curb) to reduce effects of seasonal shrinking and swelling. In areas where hydrated lime is used for stabilization, routine sampling and Atterberg limit tests should be performed to verify the resulting plasticity index of the stabilized mixture is at/or below 20. Mechanical lime stabilization of the roadway subgrade will not prevent normal seasonal movement of the underlying untreated materials. Therefore, good perimeter surface drainage with a minimum 2% slope away from the roadway is recommended. Compacted Subgrade (CS) After completion of necessary stripping and clearing, the exposed soil subgrade should be carefully evaluated by probing and testing. Any unsuitable material (shell, gravel, and organic material, wet, soft or loose soil) still in place should be removed. The exposed soil subgrade should be further evaluated by proofrolling with a heavy pneumatic tired roller, loaded dump truck or similar equipment weighing at least 20-tons to ensure that soft or loose material does not exist beneath the exposed soils. Proofrolling procedures should be observed routinely by a qualified representative of TWE. Any undesirable material revealed should be removed and replaced in a controlled manner with soils similar in classification or select fill. Once final subgrade elevation is achieved and prior to placement of crushed limestone base material or crushed concrete base material, the exposed surface of the pavement subgrade soil should be scarified to a depth of 12-in. and compacted in two, 6-in lifts, each to a minimum 95% of the maximum dry density as determined by Standard Proctor (ASTM D 698) at a moisture content within the range of 3% above optimum. Crushed limestone base material or crushed concrete base material should be promptly placed on the compacted, tested, and accepted subgrade, following placement of geogrid, if specified. 7.4 Pavement Maintenance Periodic maintenance of the roadway should be performed over the life of the pavement structure. Maintaining the roadway to prevent infiltration of water into the crushed limestone or crushed concrete base material and subgrade soils is essential. Allowing water to infiltrate these materials will result in high maintenance costs and premature failures. TWE Project No. 19.53.059 7-6 Report No.23995 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC 8 LIMITATIONS AND DESIGN REVIEW 8.1 Limitations This report has been prepared for the exclusive use of City of Corpus Christi and the project team for specific application to the design and construction of the proposed Gollihar Road — Greenwood Drive to Crosstown Expressway project. Our report has been prepared in accordance with the generally accepted geotechnical engineering practice common to the local area. No other warranty, express or implied, is made. The geotechnical information contained in this report is based on the data obtained from the referenced subsurface explorations at the project site. The soil borings indicate subsurface conditions only at the specific locations, time and depth penetrated. The soil borings do not necessarily reflect strata variations that could exist at other locations within the project site. If any changes in the nature, design or location of the project are planned, the geotechnical information contained in this report should not be considered valid unless the changes are reviewed, and the geotechnical information modified or verified in writing by TWE. TWE is not responsible for any claims, damages or liability associated with interpretation or reuse of the subsurface data or geotechnical information without the expressed written authorization of TWE. 8.2 Design Review Review of the design and construction drawings as well as the specifications should be performed by TWE before release. The review is aimed at determining if the geotechnical design and construction recommendations contained in this report have been properly interpreted. Design review is not within the authorized scope of work for this study. 8.3 Construction Monitoring Construction surveillance is recommended and has been assumed in preparing our recommendations. These field services are required to check for changes in conditions that may result in modifications to our recommendations. The quality of the construction practices will affect performance of the project structures and should be monitored. TWE would be pleased to provide construction monitoring, testing and inspection services for the project. 8.4 Closing Remarks We appreciate the opportunity to be of service during this phase of the project and we look forward to continuing our services during the construction phase and on future projects. TWE Project No. 19.53.059 8-1 Report No.23995 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC APPENDIX A SOIL BORING LOCATION PLAN TWE DRAWING NO. 19.53.059-1 TWE Project No. 19.53.059 Report No.23995 DocuSign Envelope ID'.D5D83AB1-1301-4EDD 9EF9�OE0A128AEBC VICINITY MAP m l , LIIJCX,IEC IAiiinY R 1l! l SOIL BORING COORDINATES BORING DEPTH LATITUDE LONGITUDE r 10 27'45'07.3"N 97'28 07.8 W B-2 10 27'45 05.3 N 97'28 03.5 W B-3 25' 27'45'02.4"N 97'25'57.4"W / B-4 10' 27'45'00.3"N 97'25'53.5"W B-5 10' 27'44'58.2"N 97'25'48.7"W B-6 10' 27'44'55.9"N 97'25'43.8"W r� / B-7 25' 2T 44'53.7"N 97'25'38.9"W B-8 10' 27 44'51.4"N 97'25 34.7 W B-9 10 27'44'49.7"N 97'25 30.84 W v i f i a i, I LEGEND ro r SYIASOL DESCRIPTION / �� t,V 7VJ11 It`,Vgi�q.ldl" ps14 a1'N'1R;,1�Mi Drawn J.N.S. 0511512019 I nay-WongoEngintersy Inc, Checked D.R.R. 0511512019 4 App--d D.R.R. 05/15/2019 TWE Boring L-11—Pls. 9—le N.T.S. rty Gallihar Road-Greenwaad Dr to Crosstown Expwy Corpus Christi,Texas TWE DRAWSNG NO. 19.53.059-1 0 j DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC APPENDIX B LOG OF PROJECT BORING AND A KEY TO TERMS AND SYMBOLS USED ON BORING LOGS TWE Project No. 19.53.059 Report No.23995 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC LOG OF BORING B-1 PROJECT: 18020A Gollihar Rd-Crosstown to Greenwood CLIENT: City of Corpus Christi Corpus Chrsiti,Texas. Corpus Chrsiti, Texas. COORDINATES: N 27° 45' 07.3" N zz^ = w LU W 97° 26' 07.6" "N a U zc H� wo H >w z O Q PO SURFACE ELEVATION: a w w �_o in= z w o cn w DRILLING METHOD: a ° z J^ v` w z cD" U a m D Au ered: 0.0-ft. to 11.0-ft. w> w cn w w cn z� z o W Dry g Y� w� z� U)o az w zcn cnw ww UO a� Oz O <z 2w OU) U) _LU < Wash Bored: to a~ oLU 2OU } J a om Z) Uw a� ow MATERIAL DESCRIPTION a E � o o�' a a o - 5"Asphalt and 7"flexible base material Stiff gray and tan FAT CLAY with SAND (CH)with iron (P)1.75 28 96 70 51 76 oxide stains -becomes firm and color changes to tan and gray (P)1.50 5 -becomes stiff with calcareous nodules (P)1.75 26 98 1.80 3.7 (s) 78 Stiff reddish brown and tan SANDY FAT CLAY(CH) (P)2.25 with iron oxide stains and calcareous nodules -becomes soft and color changes to tan and gray with (P)0.75 24 102 ss 10 sand seams Bottom @ 11' 15 20 25 30 35 COMPLETION DEPTH: 11 ft REMARKS: Ground water was not encountered during dry auger drilling.At completion of DATE BORING STARTED: 08-30-2019 drilling and sampling,the open bore hole was back filled with natural soil DATE BORING COMPLETED: 08-30-2019 cuttings,and was capped with asphalt cold patch.Application of LOGGER: Jles PROJECT NO.: 19.53.09.53.059 phenolphthalien to subgrade sample did indicate presence of lime. Pagel of 1 TOLUNAY-WONG �GINEERS, INC. DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC LOG OF BORING B-2 PROJECT: 18020A Gollihar Rd-Crosstown to Greenwood CLIENT: City of Corpus Christi Corpus Chrsiti,Texas. Corpus Chrsiti, Texas. COORDINATES: N 22.7° 45' 05.3" N o^ = w o LU W 97° 26' 03.5" "N a U zc H� wo H >w z O Q PO SURFACE ELEVATION: a w w �_o in= z w o cn w DRILLING METHOD: a ° z J^ v` w z cD" U a m D Au ered: 0.0-ft. to 10.5-ft. w> w cn w w cn Z� z o W Dry g Y� w� z� U)o az w zcn cnw ww UO a� Oz O <z 2w OU) U) _LU < Wash Bored: to a~ oLU 2OU } J a om Z) Uw a� ow MATERIAL DESCRIPTION a E � o o�' a a o - 7"Asphalt and 5"flexible base material Stiff gray and tan SANDY FAT CLAY(CH)with iron (P)1.50 26 98 1.76 10.1 (2) 70 oxide stains 01. -color changes to tan and gray with gypsum (P)1.75 5 -with sand seams (P)1.75 24 101 57 42 69 -becomes very stiff and color changes to reddish brown (P)2.25 -becomes firm with calcareous stains 2/6" 24 66 10- 3/6" 5/6" Bottom @ 10.5' 15 20 25 30 35 COMPLETION DEPTH: 10.5 ft REMARKS: Ground water was not encountered during dry auger drilling.At completion of DATE BORING STARTED: 08-30-2019 drilling and sampling,the open bore hole was back filled with soil cuttings, DATE BORING COMPLETED: 08-30-2019 and capped with asphalt cold patch.Application of phenolphthalien to LOGGER: J.Gonzales PROJECT NO.: 19.53.059 subgrade sample did not indicate presence of lime. Pagel of 1 TOLUNAY-WONG �GINEERS, INC. DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC LOG OF BORING B-3 PROJECT: 18020A Gollihar Rd-Crosstown to Greenwood CLIENT: City of Corpus Christi Corpus Chrsiti,Texas. Corpus Chrsiti, Texas. COORDINATES: N 27° 45' 02.4" N z0^ = w o LU W 97° 25' 57.4" "N a U zc H� wo H >w z O Q PO SURFACE ELEVATION: a w w �_o in= z w o cn w DRILLING METHOD: a ° z J^ v` w z cD" U a m D Au ered: 0.0-ft. to 9.0-ft. w> w cn w w cn Z� z o W Dry g Y� w� z� U)o az w zcn cnw ww UO a� Oz O <z 2w OU) U) _LU < Wash Bored: 9.0-ft. to 25.0-ft. a~ o LU 20 J a o m Z) U w a o w MATERIAL DESCRIPTION a E � o o�' a a 0 - 4"Asphalt and 8"flexible base material 11 81 Very stiff gray and tan SANDY LEAN CLAY(CL)with (P)2.50 20 110 43 30 2.74 4.9 (2) 60 iron oxide stains -color changes to tan and gray with gypsum (P)1.75 5 -becomes firm and color changes to tan 2/6" 21 58 2/6" 3/6" becomes soft with calcareous nodules and sand 1/6" seams 2/6" Loose tan CLAYEY SAND (SC) 1/6" 23 33 17 44 10- %:z7:1 2/6" y x 3/6" r x:i Very dense tan POORLY GRADED SAND with CLAY 9/6" SP-SC 23/6" 15 ( ) 28/6" 10/6 22 10 24/6" 31/6" 20 Dense tan CLAYEY SAND (SC) 10/6" 21 21 18/6" 25 ' 24/6" Bottom @ 25' 30 35 COMPLETION DEPTH: 25 ft REMARKS: Free water was encountered at a depth of 10.5-ft.below existing grade DATE BORING STARTED: 08-30-2019 during dry auger drilling.After a 15 minute waiting period,water was at a DATE BORING COMPLETED: 08-30-2019 depth of 7.6-ft.At completion of drilling and sampling,the open bore hole was LOGGER: J.Gonzales PROJECT NO.: 19.53.059 back filled with soil cuttings,and capped with asphalt cold patch.Application of phenolphthalien to subgrade sample did not indicate presr�§0@1 I TOLUNAY-WONG 0 �GINEERS, INC. DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC LOG OF BORING B-4 PROJECT: 18020A Gollihar Rd-Crosstown to Greenwood CLIENT: City of Corpus Christi Corpus Chrsiti,Texas. Corpus Chrsiti, Texas. COORDINATES: N 27° 45' 00.3" N z0^ = w o LU W 97° 25' 53.5" "N a U zc H� wo H >w z O Q PO SURFACE ELEVATION: a w w �_o in= z w o cn w DRILLING METHOD: a ° z J^ v` w z cD" U a m D Au ered: 0.0-ft. to 10.5-ft. w> w cn w w cn Z� z o W Dry g Y� w� z� U)o az w zcn cnw ww UO a� Oz O <z 2w OU) U) _LU < Wash Bored: to a~ oLU 2OU } J a om Z) Uw a� ow MATERIAL DESCRIPTION a E � o o�' a a 0 - 5"Asphalt and 7"flexible base material Very stiff dark gray and gray SANDY LEAN CLAY(CL) (P)1.5 with calcareous nodules and iron oxide stains (P)2.5 28 102 48 35 2.88 5.3 (3) 56 5 -color changes to tan and gray (P)3.0 -becomes firm with sand seams (P)1.0 27 100 0.97 14.8 (7) 52 Loose dark gray and gray CLAYEY SAND (SC) 2/6" 27 39 29 44 "=calcareous nodules and iron oxide stains 3/6" Bottom @ 10.5' 15 20 25 30 35 COMPLETION DEPTH: 10.5 ft REMARKS: Free water was encountered at a depth of 10.3-ft.below existing grade DATE BORING STARTED: 08-30-2019 during dry auger drilling.After a 15 minute waiting period,water was at a DATE BORING COMPLETED: 08-30-2019 depth of 9.8-ft.At completion of drilling and sampling,the open bore hole was LOGGER: J.Gonzales PROJECT NO.: 19.53.059 back filled with soil cuttings,and capped with asphalt cold patch.Application of phenolphthalien to subgrade sample did indicate presencIF9f4ffof 1 TOLUNAY-WONG 140�GINEERS, INC. DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC LOG OF BORING B-5 PROJECT: 18020A Gollihar Rd-Crosstown to Greenwood CLIENT: City of Corpus Christi Corpus Chrsiti,Texas. Corpus Chrsiti, Texas. COORDINATES: N 27° 44' 58.2" N zz^ = w LU W 97° 25'48.7" "N a U zc H� wo H >w z O Q PO SURFACE ELEVATION: a w w �_o in= z w o cn w DRILLING METHOD: a ° z J^ v` w z cD" U a m D Au ered: 0.0-ft. to 11.0-ft. w> w cn w w cn z� z o W Dry g Y� w� z� U)o az w zcn cnw ww UO a� Oz O <z 2w OU) U) _LU < Wash Bored: to a~ oLU 2OU } J a om Z) Uw a� ow MATERIAL DESCRIPTION a E � o o�' a a o - 7"Asphalt and 5"flexible base material Stiff tan and gray FAT CLAY with SAND (CH)with iron (P)2.75 28 93 62 49 1.83 3.9 (2) 75 oxide stain, gypsum and calcareous nodules Stiff tan and gray FAT CLAY (CH)with iron oxide (P)1.75 stains, gypsum and calcareous nodules 5 -color changes to reddish brown (P)2.00 28 92 1.73 6.8 (5) 86 -color changes to reddish brown and tan with (P)1.50 slickenslides -becomes very stiff (P)2.00 29 93 79 52 2.15 4.1 (8) 99 10 Bottom @ 11' 15 20 25 30 35 COMPLETION DEPTH: 11 ft REMARKS: Ground water was not encountered during dry auger drilling.At completion of DATE BORING STARTED: 08-30-2019 drilling and sampling,the open bore hole was back filled with soil cuttings, DATE BORING COMPLETED: 08-30-2019 and capped with asphalt cold patch.Application of phenolphthalien to LOGGER: Jles PROJECT NO.: 19.53.09.53.059 subgrade sample did not indicate presence of lime. Pagel of 1 TOLUNAY-WONG �GINEERS, INC. DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC LOG OF BORING B-6 PROJECT: 18020A Gollihar Rd-Crosstown to Greenwood CLIENT: City of Corpus Christi Corpus Chrsiti,Texas. Corpus Chrsiti, Texas. COORDINATES: N 27° 44' 55.9" w zz^ = w LU W 97° 25'43.8" "N a U zc H� wo H >w z O Q PO SURFACE ELEVATION: a w w �_o in= z w o cn w DRILLING METHOD: a ° z J^ v` w z cD" U a m D Au ered: 0.0-ft. to 10.5-ft. w> w cn w w cn z� z o W Dry g Y� w� z� U)o az w zcn cnw ww UO a� Oz O <z 2w OU) U) _LU < Wash Bored: to a~ oLU 2OU } J a om Z) Uw a� ow MATERIAL DESCRIPTION a E � o o�' a a o - 5"Asphalt and 7"flexible base material Stiff gray and tan SANDY FAT CLAY(CH)with iron (P)2.00 oxide stains and calcareous nodules Dense gray and tan CLAYEY SAND (SC)with (P)2.75 17 110 41 32 2.50 5.3 (3) as ,,. calcareous nodules and iron oxide stains 5 Firm tan and gray SANDY FAT CLAY(CH)with (P)1.00 19 los 53 calcareous nodules and iron oxide stains Medium dense reddish tan and tan CLAYEY SAND (P)0.50 20 105 0.92 12.3 (7) as (SC)with calcareous nodules and iron oxide stains -becomes loose 1/6° 4/6" 6/6" Bottom @ 10.5' 15 20 25 30 35 COMPLETION DEPTH: 10.5 ft REMARKS: Ground water was not encountered during dry auger drilling.At completion of DATE BORING STARTED: 08-30-2019 drilling and sampling,the open bore hole was back filled with soil cuttings, DATE BORING COMPLETED: 08-30-2019 and capped with asphalt cold patch.Application of phenolphthalien to LOGGER: Jles PROJECT NO.: 19.53.09.53.059 subgrade sample did not indicate presents of lime. Pagel of 1 TOLUNAY-WONG �GINEERS, INC. DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC LOG OF BORING B-7 PROJECT: 18020A Gollihar Rd-Crosstown to Greenwood CLIENT: City of Corpus Christi Corpus Chrsiti,Texas. Corpus Chrsiti, Texas. COORDINATES: N 27° 44' 53.7" w zz^ = w LU W 97° 25' 38.9" "N a U zc H� wo H >w z O Q PO SURFACE ELEVATION: a w w �_o in= z w o cn w DRILLING METHOD: a ° z J^ v` w z cD" U a m D Au ered: 0.0-ft. to 10.5-ft. w> w cn w w cn z� z o W Dry g Y� w� z� U)o az w zcn cnw ww UO a� Oz O <z 2w OU) U) _LU < Wash Bored: 10.5-ft.to 25.0-ft. a~ o LU 20 J a o m Z) U w a o w MATERIAL DESCRIPTION a E � o o�' a a ' 6"Asphalt and 7"flexible base material 11 81 Firm gray SANDY FAT CLAY with SAND (CH)with iron (P)1.25 27 94 59 41 79 oxide stains -becomes stiff and color changes to gray and tan with (P)1.00 26 96 1.81 2.3 (3) 76 calcareous nodules 5 -becomes firm and color changes to gray and brown (P)0.50 Medium dense reddish tan and tan CLAYEY SAND (P)too 20 los 0.95 14.8 (7) ao —(SC)with sand seams 5/6„ >5 -color changes to reddish tan 11/6" 10- 18/6" r x:i r x:i r ri Very dense reddish tan POORLY GRADED SAND with 15/6" 24 s 25/6" 15 "' CLAY(SP-SC)with calcareous nodules 30/6" Very stiff reddish tan and tan LEAN CLAY(CL)with (P)3.50 slickenslides, iron oxide stains and calcareous nodules. 20 -color changes to reddish tan with sand seams (P)3.50 21 43 20 88 25 Bottom @ 25' 30 35 COMPLETION DEPTH: 25 ft REMARKS: Free water was encountered at a depth of 9.0-ft. below existing grade during DATE BORING STARTED: 08-30-2019 dry auger drilling.After a 15 minute waiting period,water was at a depth of DATE BORING COMPLETED: 08-30-2019 7.8-ft.At completion of drilling and sampling,the open bore hole was back LOGGER: Jles PROJECT NO.: 19.53.09.53.0 59 filled with soil cuttings,and capped with asphalt cold patch.Application of phenolphthalien to subgrade sample did not indicate presenr6yTbf 1 TOLUNAY-WONG 140�GINEERS, INC. DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC LOG OF BORING B-8 PROJECT: 18020A Gollihar Rd-Crosstown to Greenwood CLIENT: City of Corpus Christi Corpus Chrsiti,Texas. Corpus Chrsiti, Texas. COORDINATES: N 27° 44' 51.4" w zz^ = w LU W 97° 25' 34.7" "N a U zc H� wo H >w z O Q PO SURFACE ELEVATION: a w w �_o in= z w o cn w DRILLING METHOD: a ° z J^ v` w z cD" U a m D Au ered: 0.0-ft. to 10.5-ft. w> w cn w w cn z� z o W Dry g Y� w� z� U)o az w zcn cnw ww UO a� Oz O <z 2w OU) U) _LU < Wash Bored: to a~ oLU 2OU } J a om Z) Uw a� ow MATERIAL DESCRIPTION a E � o o�' a a o - 5"Asphalt and 7"flexible base material Stiff gray FAT CLAY with SAND (CH) (P)1.50 30 91 1.73 3.2 (2) 81 -color changes to tan and gray with iron oxide stains (P)1.75 and gypsum 5 -color chnages to tan and reddish brown with (P)1.75 33 90 82 63 1.79 4.6 (5) 94 slickenslides (P)2.50 -with sand seams 1/6" 23 85 10- 3/6" 5/6" Bottom @ 10.5' 15 20 25 30 35 COMPLETION DEPTH: 10.5 ft REMARKS: Ground water was not encountered during dry auger drilling.At completion of DATE BORING STARTED: 08-30-2019 drilling and sampling,the open bore hole was back filled with soil cuttings, DATE BORING COMPLETED: 08-30-2019 and capped with asphalt cold patch.Application of phenolphthalien to LOGGER: Jles PROJECT NO.: 19.53.09.53.059 subgrade did not indicate presence of lime. Pagel of 1 TOLUNAY-WONG �GINEERS, INC. DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC LOG OF BORING B-9 PROJECT: 18020A Gollihar Rd-Crosstown to Greenwood CLIENT: City of Corpus Christi Corpus Chrsiti,Texas. Corpus Chrsiti, Texas. COORDINATES: N 27° 44'49.7" w zz^ = w LU W 97° 25' 30.64" "N a U zc H� wo H >w z O Q PO SURFACE ELEVATION: a w w �_o in= z w o cn w DRILLING METHOD: a ° z J^ v` w z cD" U a m D Au ered: 0.0-ft. to 10.5-ft. w> w cn w w cn z� z o W Dry g Y� w� z� U)o az w zcn cnw ww UO a� Oz O <z 2w OU) U) _LU < Wash Bored: to a~ oLU 2OU } J a om Z) Uw a� ow MATERIAL DESCRIPTION a E � o o�' a a 0 - 6"Asphalt and 7" lime treated soil Stiff dark gray FAT CLAY with SAND (CH) (P)2.25 25 98 63 45 73 -becomes firm and color changes to dark gray and tan (P)1.00 with iron oxide stains 5 -becomes stiff and color changes to reddish brown with (P)1.00 29 93 1.26 9.6 (s) 78 calcareous stains Soft brown SANDY FAT CLAY(CH)with iron oxide (P)0.50 tains and sand seams Medium dense tan CLAYEY SAND (SC) sis° 26 17 7/6.. Bottom @ 10.5' 15 20 25 30 35 COMPLETION DEPTH: 10.5 ft REMARKS: Free water was encountered at a depth of 9.0-ft. below the existing grade DATE BORING STARTED: 08-30-2019 during dry auger drilling.After a 15 minute waiting period,water was at a DATE BORING COMPLETED: 08-30-2019 depth of 8.1-ft.At completion of of drilling and sampling,the open bore hole LOGGER: Jles PROJECT NO.: 19.53.09.53.059 was backfilled with soil cuttings,and capped with asphalt cold patch. Application of phenolphthalien to subgrade sample did indic.-ftff@jeffj of lir TOLUNAY-WONG �GINEERS, INC. DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC KEY TO SYMBOLS AND TERMS USED ON BORING LOGS FOR SOIL Most Common Unified Soil Sampler Symbols Meaning Classifications Svstem Svmbols Pavement core Lean Clay(CL) D Well Graded Sand(SW) Thin-walled tube sample Lean Clay w/Sand(CL) E�Well Graded Sand w/Gravel(SW-GM) Standard Penetration Test(SFT) Auger sample Sandy Lean Clay(CL) F_.77Poorly Graded Sand(SP) ZSampling attempt with no recovery ® Fat Clay(CH) :I=I.I: Poorly Graded Sand w/Silt(SP-SM) TXDOT Cone Penetrometer Test Fat Clay w/Sand(CH) Silt(ML) Field Test Data 2.50 Pocket penetrometer reading in tons per square foot Sandy Fat Clay(CH) Elastic Silt(MH) (T)1.13 Tot vane Measurement in tons per square foot 8/6" Blow count per 6-in.interval of the Standard Silty Clay(CL-ML) Elastic Silt w/Sand(MH-SP) Penetration Test 7 Observed free water during drilling Sandy Silty Clay(CL-ML) .I•I Silty Gravel(GM) Observed static water level Laboratory Test Data :I Silty Clayey Sand(SC-SM) Clayey Gravel(GC) We(%) Moisture content in percent Dens.(pc f) Dry unit weight in pounds per cubic foot El: :/: Well Graded Gravel(GW)Clayey Sand(SC) u is p g p q/; Q ( � Unconfined compressive strength in tons per square foot 10 Sandy Silt(ML) Well Graded Gravel w/Sand(SP-GM) UU(tsf) Compressive strength under confining pressure in • tons per square foot Silty Sand(SM) ••• Poorly Graded Gravel(GP) Sir.(%) Strain at failure in percent Silt w/Sand(ML) ®Peat LL Liquid Limit in percent PI Plasticity Index 4200(%) Percent passing the No.200 mesh sieve Miscellaneous Materials O Confining pressure in pounds per square inch Fill Concrete ■ Asphalt and/or Base * Slickensided failure Did not fail @ 15%strain RELATIVE DENSITY OF CONSISTENCY OF COHESIVE SOILS COHESIONLESS&SEMI-COHESIONLESS SOILS The following descriptive terms for consistency apply to cohesive The following descriptive terms for relative density apply to soils such as clays,sandy clays,and silty clays. cohesionless soils such as gravels,silty sands,and sands as well as semi-cohesive and semi-cohesion less soils such as sandy silts,and clayey sands. Typical Typical Pocket Compressive SPT"N60 it Typical Penetrometer(tsf) Strength(tsf) Consistency Value Range** Relative N60 Densitv Value Range* pp<0.50 qu<0.25 Very soft <_2 0.50<pp<0.75 0.25<qu<0.50 Soft 3-4 Very Loose 0-4 0.75<pp< 1.50 0.50<qu< 1.00 Firm 5-8 Loose 5-10 - Medium Dense 11-30 1.50<pp<3.00 1.00 qu<2.00 Stiff 9-15 Dense 31-50 3.00<pp<4.50 2.00<_qu<4.00 Very Stiff 16-30 >4.50 qui 4.00 Hard >_31 Very Dense Over 50 pp— *N60 is the number of blows from a 140-1b weight having a free **An"N,,"value of 31 or greater corresponds to a hard consistency. tall of 30-in.required to penetrate the final 12-in.of an 18-in. The correlation of consistency with a typical SPT"No"value range sample interval,corrected for field procedure to an average energy is approximate. ratio of 60%(Terzaghi,Peck,and Mesri, 1996). Tolunay-WongEngineers,Inc. REVISION DATE 1-5-12 GEOSYSTEM 0 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC APPENDIX C APPARENT EARTH PRESSURE DIAGRAM - BRACED TRENCH ANALYSIS TWE Project No. 19.53.059 Report No.23995 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC � 0 H H 0.5 ,, O�.25 L Done By: Notes: oluna -Wong n ince " Inc# J.M.B. Apparent Earth Pressure Diagram Checked By: Gollihar Rd—Greenwood Dr. to Crosstown Expressway P = 45 * H Corpus Christi, Texas D.R.R Project No. 19.53.059 DocuSign Envelope ID: D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC APPENDIX D TRAFFIC INFORMATION FROM CITY OF CORPUS CHRISTI TWE Project No. 19.53.059 Report No.23995 DocuSign Envelope lD:D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC as Maldonado-Burlkett,LLP Count Name:Gollihar Rd-Greenwood Dr to 3833 South Stapes St.Suite N214 Coirpus Christi,Texas,78411 Crosstown Expwy Site Code: (361)236-4611 Start Date:03/06/2019 Page No:1 Direction Westbound Start Time Lights Mediums Articulated Trucks Total 11:00 AM 217 8 0 225 12:00 PM 217 12 0 229 1:00 PM 241 12 0 253 2:00 PM 226 4 0 230 3:00 PM 306 4 0 310 4:00 PM 293 13 0 306 5:00 PM 387 6 0 393 6:00 PM 277 6 0 283 7:00 PM 184 2 0 186 8:00 PM 158 4 0 162 9:00 PM 98 2 0 100 10:00 PM 71 1 0 72 11:00 PM 47 1 0 48 03/07/2019 12:00 AM 31 0 0 31 1:00 AM 15 0 0 15 2:00 AM 22 0 0 22 3:00 AM 6 11 6 4:00 AM 7 0 0 7 5:00 AM 17 3 0 20 6:00 AM 57 5 0 62 7:00 AM 224 6 0 230 8:00 AM 325 10 0 335 9:00 AM 162 6 2 170 10:00 AM 128 7 0 135 Total 3716 112 2 3830 Total% 97.0 2.9 0.1 100.0 AM Times 8:00 AM 8:00 AM 9:00 AM 8:00 AM AM Peaks 325 10 2 335 PM Times 5:00 PM 12:00 PM 3:00 PM 5:00 PM PM Peaks 387 12 0 393 DocuSign Envelope lD:D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC as Maldonado-Burlkett,LLP Count Name:Gollihar Rd-Greenwood Dr to 3833 South Stapes St.Suite N214 Coirpus Christi,Texas,78411 Crosstown Expwy Site Code: (361)236-4611 Start Date:03/06/2019 Page No:2 Direction Eastbound Start Time Lights Mediums Articulated Trucks Total 11:00 AM 248 8 0 256 12:00 PM 242 13 0 255 1:00 PM 222 8 0 230 2:00 PM 306 13 0 319 3:00 PM 407 5 1 413 4:00 PM 376 7 0 383 5:00 PM 377 5 0 382 6:00 PM 272 5 0 277 7:00 PM 152 3 0 155 8:00 PM 123 3 0 126 9:00 PM 107 2 0 109 10:00 PM 59 0 0 59 11:00 PM 53 1 0 54 03/07/2019 12:00 AM 20 0 0 20 1:00 AM 15 0 0 15 2:00 AM 8 0 0 8 3:00 AM 12 1 1 14 4:00 AM 21 0 0 21 5:00 AM 41 3 0 44 6:00 AM 81 8 0 89 7:00 AM 474 10 0 484 8:00 AM 414 11 0 425 9:00 AM 223 12 0 235 10:00 AM 196 10 0 206 Total 4449 128 2 4579 Total% 97.2 2.8 0.0 100.0 AM Times 8:00 AM 8:00 AM 9:00 AM 8:00 AM AM Peaks 414 11 0 425 PM Times 5:00 PM 12:00 PM 3:00 PM 5:00 PM PM Peaks 377 13 1 382 DocuSign Envelope lD:D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC as Maldonado-Burlkett,LLP Count Name:Gollihar Rd-Greenwood Dr to 3833 South Stapes St.Suite N214 Coirpus Christi,Texas,78411 Crosstown Expwy Site Code: (361)236-4611 Start Date:03/06/2019 Page No:3 900 900 ®Lights 800 800 Mediums ®Articulated Trucks 700 - - ,,,, 700 600 600 500 500 400 _.r 400 300 -- -- - 300 200 -- -- - 200 10o ---- 100 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. r m m m m m m rn rn m r r m rn rn m m m m rn m r m m m m m m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O 0 0 0 O Time of Day ossu190060E1 so SCALL BEFORE YOU DIG! THE LONE STAR t+'' .nersu4fi°B',t`r NOTIFICATION COMPANY AT -800-B-8344 _ NUECES BAY Tx� 8 1 GOLLIHAR ROAO N _ �� = Z o A. CBRPBS CHRIST SOL X LOCATION MAP NUECES COUNTY ) 11 �DE: 0 2 U X PREPARED FOR: a~ CITY OF CORPUS CHRISTI GOLLIHAR ROAD ° GREENWOOD DRIVE TO CROSSTOWN EXPRESSWAY(BOND 2018) ale TABS 2022017487 DESIGN SPEED: � � M Np"°wH `� �O H 30 mph O PROJECT LOCATION NWO ROAD �`°�Q� H°�P N=� m 15 SCHOOL ZONE 8e GREEE000 OH i0 CROSSTOWN EXPY o K N 18UX0 ZU18) W CORPUS CHRISTI,TEXAS 2 } W J dN DOq�~ e �o vF W C3Pm' F 0 C V CAE NOT TO MAP 3 a II.:��II � � w `NV TaPE TE STE�oTTINo ENV NEETNV T�.,T ccc a f s���NVT�IIOI�=oo A IIII �LI�„ T�EREV crETEOTw.,NV. A q„H\AI 1J No 2a sxEET 1 m 175 =" mArdum Company <acH TEcr�as�Tan eRsss ac�c< II ^ eecoeo ocnw sc sa Toa 10-111111— III 0-11°T, ,I PH iso eealsea T`s 0 °__ _ STR-984 INBOHI IIN IT.Tx Dewe c vno�[nx 130ROA ossu190060E1 Po M. Aex sP M �a x Px w.m�.xo�u,�„e1 w �s, Im�xlxxox uar srA a.ao ro�A,av a mx.I��P nn auwnnEz x w, S-11- Ixs(xor usm7 (xor sm) xm sm) TS srn n rso w srn w.sa - irA RoasRm=xc sswmx_EPR"omnis s i -13 21 O 2 3. 35 W171 11 STS. I IS S. S. 57 M—IEII 2 11 W m U O a 3 N W yxG W Q = W% OOF aD~ u� F FNNN� O JVO_V W W JO Z a~ a m ° o 9 °p i ;1 1101 STA rEo nwmry swwm z. W G =11 1.1011 STA 31— oRSTA 1 71 STA N SHEET 2 M 175 72 Coco PPnwIPc Pa STR-984 PPo.I[nx 180x0A TYPICAL LEGEND/SYMBOLS 006 LINETYPES SYMBOLS ----------- M., ----------- -0- TESTING SCHEDULE DESCRIPTION RATE (Be#1 B#2 (CONCRETE) E) o -EE I ol Im @.ma 21 1. F SLIM Q� _E GENERAL ABBREVIATIONS E__ Arz MOM=0 A fmx L -M 1. V) wmwsamn M muxc Lg., m 1. _G_ E__ B ma M -x V)L, z s HATCH PATTERNS I-E S-6 11 C S—) Oc ExISTING(PLAN) PROPOSED(PLAN) nc urn C,92 (PI- :4 N z W, 4 3 Z 991—IL"Aff 11 u. S­­E) =Wfum—.1 T, Z m— 0 w — - =9=, =rE' ...E­M ..:— M 1. ex D P 2"r ww 11171 LHE —.1 w. E.- IN Z w EM�,e 10 1 Mr 2— =. 2. M"IE­1 1 1­11.1 1111 T­ 1 jEW7W 1.IE E_T W IF Q'Ir. M.- EfHF� EM E Q Z w DETAIUSECTION ID SYSTEM 8�m� w T R & w. W';� o 0 msr ­lAvaxc(n E. r E—T AT— 0 (D 11 z < �—nm uT—,m F :1=FAX%­ HA— 0 r_j�\PLAN TITLE SECTION/PROFILE =&:E w 1. —M S pr .1&1 cur 0. S w 0 z 0 < um 0 __.um W. W H z ­1 =ZTlf&=mll T w � ; w M �Z_E .r SECTION TITLE DETAIT LE nasnx 3 ®sus 2. _t7 SHEET 3 175 U un_—llr­ as Su— E=E.--.-E STR-984 –n gf WvvlP Z E1 so 190060 7�77- HM (—EDl IOL 1 1111 w- 1,72,11.1--1 'A' —3 17.1­.32 I.-J-2 5A' m vn M W-1 17.­Q.95 1­,-.21 5A' M V) —07 7.1-1.71M w—IM M mo =_M —IM & CONTROL LAYOUT ANI PIIIIICI IIAIIUNI PL16NMINI V) Z3 LEM M 9";LEM C!I -N, w w IL 11 1 IIE I IL I I z 0 0 + ED 0 x— �`%1�LIL.T"M IT DI L 0 L ns p E �2'OF(1012 c5P,�,,CE?Ms—L--P„ 8� z w Ow� 0 z 11 56 54� �Fs. <�iE L`(I.OSPIEEI�ISI�H�E��EQO%H 0 z z IE IAL AID IITIAL IIIEI O 15- 15/1-'HE—E IEIEIIEI.1 IET I ow < 1EII1E 1-1 1-- 11. 00 w os Z BM 65 ONLI�T'IOPL (oISI)—11TI 1p �"E POO��LIZO` 'd zi 2-11 IT, ElEll, FOI MOM,�E-- r316 0. 0, X,W. OF THE z< 0 0 IOLL—PAPK U"Ii 2 K A.�,D�,�P,��S 0 OT 2'L.. O�1 00 1 LLED 2,11-1111) L 'L 0, ­SL'y OFF I 12 EI 1�D co-1­1 -,E�,��IE P—, III FISIPIIE 11 IEITl — M_T L_ I.LLED I—"I IEW-El) w 2, I—IETE Ezra IEIIIED­0 1-Ill—M-0-1 w w .EH.' m 175 CONTROL�YIIUI AND PROJECT BASELINE ALIGNMENT M sssu xr ss 190060 A p) 2 10T I MEm is _2 00 11— E 12— z gig, IN'2Z . IlEl OTT l—ENT— lIT 1,... 1 .... .. 111,.1 12. I NN .—.—S. 2" —3 17­2-2 1.3­63.52 5A'SOH Rm ITH RED M v) 2e —07 7.1-1.11w—1. 1, & CONTROL LAYOUT ANO PROJECT BASELINE AL16NIVINT ­­7—1,331All.90 5A'iea em U L, W-1 2 23 2 IS ENT, T 30 0 IL I—N �N'11—EN—1 (I'LL""VIA—11) _IA21'T LOjl�'� INIT 2 IL—I 11-N 'A�NC 1 0 'Ll�ll 7 �O,�D.TO��L S�EN FCAT L�,��D, N'l M EDTQN­ IL—NIN T—T Eo,I Z.T 2 1 1 11L2'BL- 2 5? 2 2 —ElED I l. �AN"N X1­2 �ELL�,10101A�L`'ATE'57E MUMF'1983 l—'IE3 L L NA �'E,TN �`XU�IFALIATD tWIA8L8 IA21MMAEIDE 'T0110,T FEETH an Yd. w 0 .0 3 I'l Uo, w M " N� w, + + —�E 1—)2" o o ig .11.131 0'LT, I dQF O� �IHI'HHSE L�CSAIANDP�L5L51,�NN—EA,�AEP,.E-(.11,.lESEE z 5 IM, 11, H N E 5 5 15, g �DF--01ENIOEN15 z 111 1 1�11 14 E 21,11 2-1 1,00 11— —00 NIFENZIIP`FNEI�110MIIHIEIIEWWT2 ENVEMNNUE—NF INI z w I'210'�H D�S21. E NDX o 1.1—L—10-5 5H-N HEIEIN 1-1— F 1-51EEL—5 z x "I.1.11D 11DE PL�IM� �PbF15��OIIDE-11 CC "I o 5 E, u ou < `E�111EOZINIEIIED F10M lAl o am w o D 1111 INIT I a a. o� 1 4 w '-.1�L—UW Ll NL�,I'Pll 31 42 L, 1, 12 o w _0_ o ESSCCG.�ELT�, I L-1 INIT 11 z< WS1o P' —/ PG 11 o 1,N,l LED 12 1 _M5I�P, M z OU I,I,T 2 EaT 2 LOT 41 LIT 2 w 11 IS�ol M4.0NUMEIT w U L.'I LOT 3 LOT 10 LaT 1 LOT 10 SHEET 5 of175 CONTROL LAYOUT AND PROJECT BASELINE ALIGNMENT CONTROL POINT DETAIL 341,J�L�,12,1 STR-984 (D S—E...E —1.1E.. ossu E1 so 190060 44 Gig ­.D S 61 MW E I El) PE lzm 12 P"11 v) CONTROL LAYOUT AND IR1111CIF BASELINE ALIGNMENT ti v)L, z3 Cl VIII VIII lE­lEE R.MT.. gmm S__ Anus mxrroi wnuuort(..) 'E�"G w 2E'I'EN� Pl=­�"%Lo. E­0� I.. 1." rxu¢r2, 25 F E ME`F J1 01c2 1­11EI 1 111, w, Q�ELDI­M L D�%QOF 9,3 1—,H8E3'12�01'H)ljO'O'TE'2'OEEE'"4�2LO 5 o o W ll.D�l 1-1—­El—D 2V, ­H o W. T I I 1111EI FEET ­El'�'LL LTO z w I "I P11­11 11— 0 z 1.11(Ell)I.Ell.L PEET 10 11%.l�TT""1 EED`,ELE­­OF­9­236 00LI%E OBO"'ElOEESE�EIE z 'L _�E SO I.. PI 55 o �A' S-M W ;HEO'O'GHE EGS 5�5 "E" 15 o HE HED EMNLM'1.75­01� E"E' EE—E E TE ,10— z oo �FIMB'E'E E C'EED R s% ��I`I'EFPI El"�Y. ­,E'�,EF,.l'E'�)lE < I '"I P110,Ely I——M.11MIMI 1— 01"1 oo m w M. �Wiz 'CD � =5' 'ELD`TQH 5 DX w o zi 1 117, GIZZL 55 '�'P�PL'S�7�ET D,SS'1'1.'� E COOP,5ED�F 5,/,8-­E�L EOD 5E 'o' E�PL PE�_L 5H­ OF`­15o z< '_'E'E ELEA"'E"'D FEN D E_O.E.E o o o z W W SHEET 6 M 175 concwlPc Pa one STR-984 GOLLIHAR ROAD FROM GREENWOOD DRIVE TO CROSSTOWN EXPRESSWAY 006 BASE BID No. 1 (HMAC PAVEMENT) QUANTITIES —IA- m., S I,—(—u.) E- O.—ES, I,— E ISM. PAwaar w.—rvM1(I.,(—)0. In w.- 147 u.(S—) —u 0)(-1 C—)0.—./—uS LS I I. w.— E.1 M AXx—)(I nae EA Al. I w.mrv.r m(.1 0..0 1 E, mn SE—EASEE, AII (II) eurm ass rtn A:I I 1 11 E, A LS Ell 11 M m E, S, nes ma-R-e)mea 11 _u P—) —E V) —E V--) 2 1—USHES.—IHE N I S... V) Im, I E—WZ —"..) E, E—' E, I S, SKr U —M E.— 1 —2 —M E.— ET, .1. --w—.—..uS S— F'. E, I..I, I I. .1. SI,Im—ES) 1 .1 P—) Ex ar-n 0x2 rain Pee 3 m I 7�=Z 111) 1 H. 11' 11 S——W(I- I Pmfsraxx laws no sen ryrr-a)One un(ure�aq I- axe sc, m—..r IH Q— ME wo E, I U- 01)—) W. El goe z Em... E, 1(Feral "U. H12 SEE E, I 111 m%I-- Mo. V—E E, U—.,— 0, w 00 01—1-10— ME— ...".)— .—..� I.."ME I 1uw— U o U W II—H.—1 01——.1 mea P—.m(,I AIEO I �oaw I . I — '. mx/x.rxae E, 1 0 F m < 1.1-E I—90.�— EA-- 0, 0. 1uw—eoxinwrae p 0 M— E, I I-ME I'U.— 0 w Ell (1-1211—) . 1 0 E, S. Ell 1 2 0 El. 1.11 2 S -7 W. OWL M— U.. Q-11.1-2) z w W TOXI RES (9——211 OIL�ME MD IES'. SS CBL 2 w O 2 03-.,) E, I yry em 12- 231 H(R—m o SHEET 7 M 175 =fT .L Mxa — E= 2, A'�i I A'��A . ............. ES� N.IN)(2.1�)M ML)- sec(12-­ ZU— STR-984 I P ev nae wan IS I.(121�-W I �JE2 S.(121�..) I SE =E= 3 GOLLIHAR ROAD FROM GREENWOOD DRIVE TO CROSSTOWN EXPRESSWAY 1-1119- 006 BASE BID No. 2 (CONCRETE PAVEMENT) QUANTITIES IS- IS- mi -S..C.uu.run N es 11 xarEexs rnwumr uxnnrws rvc 0)(2.1(-)S-0- ws S. EA i,S .1 E... .1 1 I-E(SS I'll EA - 12 I S­ ;nSMT1--) gw w- -ce-)csS)ois 2 1.) EA IS-. EA 1. EA EA wwuir uwxms me M(2.1(sa)Na.0- nseaerEA .11 1 1. S, EA 2 - m(cowl IrEm 4xi rmsvI �-r WKM rv.i M(1.-)0.)(..0- S. EA P-E P--.-./-Us C:1 MAX 2�M SS SS'S EA S m(-)o. SS'S -U. I WKM W(+1 .0 -m ::X- w.-ry i m m o.uU wo w.-ry i m c., o. EA 0) -1 0- -1 u.r EA EA S 2- ver mr -2 EA EA 22 -1 -EI EA EA 11 EA EE'S EA EA + ao sr S- USSS.S- EA mm IS U-Tum sawn rmEs S.--,S- 1 .2 0 12 E--71.Ot) S... awamIS- s, w- LS I EA 1+ V) 11 m=mm" WK-1 EA 21 0 w SES r CR-S. �E I-E 1-2(1 1-) S� - EA 1. jill RE-E W-S MS EA EA I MM E-I.- I IS =1 12 EA E- EA .1. .1 E-IS' I V) an omaE- I 21 .12 MM E- := EA I E- US S- S, EA 1 US cs� EA I., EA I U- EA P.,.- I-. EA-- EA I MS-L I.E-(SS-2) EAm(n waerxnr of -1(-.exniax mom M.Tel M.S ­1) EA I I IS- I I I .-Sm. EA 1 0. LS I EA E mesiwnnlamsn r m w 111) 7=41 (7-0 1 0 an(nis-er) EA S 1 12--- 11 S- (I- I w Eve a-�iml axcE mix Pas m, -n. V -u- EA I EA omor o-)- s-- m. 1 1. EA-- EA z or SM) (21 S-) I oven(snisewlEA S. U- EA EA + or(m) 1 0 z mmmvx ammo(-SQ 0- EA E7 SmS (.j iiw� P-S. EA < m, w. EA 1 -11 1- LS I mx/awnaeEA + C C P... 0-1-.10- EA S I EA 1 01 1.-E I EAoom 1. 1 1. -ri :1 5 Z U w 1)-E 3 0 IS..P...-E 01vl -1 EA Sxmarta E U-S- 0 cu -.---_5--- -S) oa, < E, .12 p-S.)oS 0 7 S'.7' I 1U.- EA -SM) EA 1.1.1 1 EA m LS I saxiuw�ae Eo. u- 0 0 IS S- EA 1 0 w S..(.7-S)0- EA + a�S-.-.o- (-1 ISIS-) 2sTwenwrtx 0 SM SS-1 Q- EE, 2 HK�S I �1117-1) 2 U-m- 2, 1EA 2 w U.S.- - a I-) . I=. E,..nxnxm s. U-S.- EA 2 m mi -C.-I-E 2 EA EA 2rs ea _ TU S.-M 0-- SHEET 8 175 mrmc salves2 1 ... .............. �'A ES.%Q.X 11M(2.1 M-) - - T EA + W. EA 2 :o:E E= �All A STR-984 EA 2 v I SS -E�- ::�::�:E �;i 1121.- U E= v I I'S IM P.1- ,31 RECOMMENDED SEQUENCE OF CONSTRUCTION GENERAL NOTES 22.FENCES sRAll BE RElOGTED PER STANDARD SPECIFICATIONS OR M DIRECTED BY ME o 0 OA.R..THE CONTRACTOR SIAL NOT DISTURB FENCES AONC ME R.O.W.NAT DO NOT ccU1i90060E1P 1 A SUBSURFACE GEOTECHNICAL INNESTGTION WAS CONDUCTED IN DECEMBER 2019 BY ENCROACH WITHIN ME R.O.W.,UNLESS DIRECTED BY ME OAR.AND REQUIRED FOR I LL CONSTRUCTION ACTINTIES SHAM BE INSTAllID IN ACCOROMCE WIN ME PVNS ENCINEEPINC REPORT IS GRADE IAJUSTNENM. ILL FENCES ON PRNATE PROPERTY MAT PRE OISTORBED, AND SPECIFICATIONS INCLUDED FOR RFERENCERINIMETCONTRACT DOCUMENTS. SHAM BE REPLACED WITH 11 Z. EXISTING UTILITIES SHOWN ON ME PVNS PRE FOR REFERENCE ONLY AND 00 NOi UKE-KIND OR BETTER AT ME CONZR'l S EXPENSE.]. CALL ONE-CML TXN SUFFltlENiNTIMENBFORE COMMENCING CONSTRUCTION i0 P111W nECI T REPRESENT THE EXACT LOCAs n F SUCH FAC OR S R E EO nLESS OM In CA EO EMO-OF Ex STING FENCE IN AREAS TO RECEIVE FOR E%STING UTILITIES i0 BE lOG1ED WITHIN ME PROJECT LIMITS. MAT AU_EXISTING S UnUnES ARE TSHOWN IOON ME PEMS.IUENV INC.AS LINO ]NEW FENCE WILL SNOT IBEr PAD MR DIRECTLY,I BUT SHALE BE SUBSIDIARY i0 TH 2 RESPONSIBIUIY FOR ME EXISTENCE OR LOCATION OF PRAY SURFACE OR SUBSURFACE VARIOUS BIO STEMS.MSE CONTRACTOR SIAL PRINCE A TEMPGRIRY FENCE SIM ME :�.. 4. CONTACT CIN TRAFFk ENGINEERING DEPT.(]61-826-1547)72 HOURS PRIOR TO MY TIUTIES OR SNUGMES.ME CONTRACTOR 5 RESPONASIIBE FOR CONTACTING ME TIME M E11- CE S RENO.4D i0 ME TIME PROPOSED NCE E + CUOSURE OF PUBUC RIGHT-OF-WAY REGWDUESS OF ME SPECIFIC SCOPE OF WORK. APPROPRIATE I11UTY OWNERS D FIB➢ LOCATING EXISTING UNDERGROUND, REPEACEO. MIS WORK WILL IS BE PND FOR OIRECRY BUTCONSIDEREDSUBSIDIARY 5. PERFORM NECESSARY EXPLORATORY EXCAVATICNS(SUBSIDIARY i0 ME VARIOUS BID SURFACE AND C-MEAD UTIUTIES PRIOR TO QUMMENCING WIN PRAY CONSTRUCTION ro ME VARIOUS BIO ITEMS. ++'+ A•• � I1ES) OPERATIONS OR ORDERING MATERN CONTRACTOR SHALL NOnFY ME OA.R./ENOINEER 24.ALL WORK SIAL BE PERFORMED DURING GYUCHT HOURS BETWEEN SUN UP AND SUN IMMEDIATELY AND PRIOR TO COMMENCING CONSTRUCTION OF NTT OBSERVED CONFUCTS DOWN NON-SAT,UNLESS MPROVID BY OAR.IN WRITING. 6. PREPARE TRAFFIC CONTROL PVNS SIGNED AND SFAlID BY A TEXAS-REGISTERED OR DISCREPANCIES WITH ME PVNS. _ PROFESSIONAL ENGINEER ACCORDANCE N ME CONTRACTOR'S NUNS 0 ]. CONTRACTOR SIAL CONTACT ONE-CPll TEXAS 811 A MINIMUM OF 48 HOURS PRIOR 25.PLL PROPOSED EASEMENTS AND RGHTS OF-WAT FOR THIS PROJECT WI BE - NEMODS AND PER ME SEOUENCE OF CONSTRUCTION DESCRIBED BROW.TCP MUST TO ANT EXCAVATION. ( ) ACQUIRED PRIOR TO BEGINNING CONSTRUCTION UNLESS INDICATED ONERWISE LIN ME BE SUBMITTED i0 CITY AT EMT 21 DAYS PRIOR TO ME CONTRACTOR'S PWMED PLANS OR CONSTRUCTION DOCUMENTS. IMP LLMENTATION/START DATE FOR RENEW AND APPROVAL A 14-DAY RENEW TIME AND 4. CONTACT Cltt 11UFFlC ENGINEERING DEPT.(]61-B2fi-3547)48 HOURS PRIOR i0 NTT 28.ME CONTRACTOR SIAL BE RESPONSIBLE FOR PROCURING All EEGNIT REQUIRED 72-HOUR NOTICE NEE REQUIRED FOR MY INTERMITTENT CHANGES i0 ME APP- EXCAVATION. PERMITS AND UCENSES,PAT All CHARGES AND FEES.ONE ALL NOnCES NECESSARY ' S. ME CONTRACTOR SIAL NOTIFY PROPERTY OWNERS(COMMERCIAL AND RESIDENTIAL)OF AND INCIDENTAL TO ME DUE AND EAWNL PROSECUTION OF ME WORK,AND ARRANGE J. INSTALL TEMPORARY TRAFFIC CONTROLS. PROPOSED CONSTRUCTION IN FRONT OF ME RESPECTIVE PROPERTIES AT LEAST 72 FOR All INSPECTIONS. 8. HOLD PRE-CONSTRUCTION NEETINC VIN CITY INSPECTOR,ENGINEER.AND OAR. HOURS E R i0 STMT OF COnSIRUCTOx. 27.ME CONTRACTOR SHALL-IT ME PROPOSED SITE LOCATION PRIOR TO BIDDING 0 " 8. PRgR TO OBEGNNNG CONSiR1UCTI0N All iQIPORMY EROSION CONTROL DEVICES EXAMINE LOLL CONOTIONS i0 BE ENCOUNTERED, PROVEMENTS i0 BE PROTECTED 11 9 SUBMIT REOU REO SUBMITT SAND ENSURE MPPOVAS PRIOR i0 CONNENCINC WORKPLAC PERNIM AND FEES PROCURED AND MER RESEARCH NECESSARY TO ENSURE Tui E SHALL B C T CSO ECONTRO II EASrT RE5 O PROTECRESPOTS OOUUAC NTT RBPERRnES ANO US SUBMTTAL-fl�lAIED MATERIALS OR PRAGnCES. A+AnaNn ER x n L N u i A p M UNOOERSANND THE ROJECT THOROUGHLY AND IS AWA R 0 ME COURSEOF "r IG FONS�CONSTRUCT PROJECT IMPROVEMENTS IN CONRJANCE WIN ME TRAFFIC NOTES AND AS DRAINAGE WAYS AND i0 COMPLY WITH TGEO SWPPP REOUREMENTS ME CONTRACTOR CONSMUCTIONN WHICH E CONTRACTOR MAY ux u n u SHALL PRCv ADOTIONA EROSON CONTROL MEASURES AS NECESSARY, DURING KME I WORK TONE WORK TICTON TO PREVENT 055 OF SEDIMENT AND ONER POLLUTANTS FROM ME 28.COSOEREO SUBSIDIARY OF ME%STRO S BD MANXUS NNUBOXES TO REMAIN SHAM BE p WORK ZONES DURING CONSTRUCTION ADOIT-EROSION CONTROLS F REQUIRED, x u vA 11.BEGIN CONSMUCrION ON THE SOUTH SIDE OF ME ROAD WIN ME CONSTRUCTION OF SHALL BE CONSDERED SUBSIDIARY i0 ME APPROPRIATE BD ITEMS. 29.aTER IS AND/OR EQUIPMENT SHALLU NOT BE STORED OR STOCKPILED WITHIN CITY ` SAG NEW WALE ANDCASMP VIIIEN M TIE CASA IE'PMMR WILL EX AM00 MAN EW J, PRIOR UISwLEIBE TISTAUE50 QON ME MPRBOS PROTECTION DETAIWO OR N TME ..w. ICE HOURS. % 5 INSTPll MEENEW GS ONES CH CONTRP&.RESHOUID COOROINAIEW TIHIME CITY GS ME UMTS OF CONSTRUCTION u1REE PPoTECTIONMMEASURES S_ErBE NNNTNNEO ]0.THIS PROJECT IS NOT EXEMPT FROM Cltt PERMITS AND FEES. CONTRACTOR S GE EXT ro ENSURE CONPATIBIf SCHEOUL NO. AS NECESSARY,THROUGHOUT ME CONSMUCTgN DURATION.TREES i0 BE PROTECTED RESPONSIBLE FOR ACQUIRNG AND PAYING FOR NTT NECESSARY PERMITS AND FEES. 12.NE NEW WATER AND CAS IMPROVEMENTS SHOULD BE COMPLETED PRIOR TO BEGINNING ME SHOWN Ox ME DEMO PVNS. ? STAllATION OF PROPOSED STORMWATEn IMPROVEMENTS TO ENSURE MAT CONFUCTS STREET NOTES ARE RESOLVED MEAD OF STORNWAIER CONSTRUCTION. 8. PRIOR i0 BEGINNING CONSTRUCTION,ME Cltt OF CORPUS CHRISTI WILL CONVENE A IT v) CRE-TONSOR MEN CONFERENCE STI INCLUDE EM E OAR.CONSULTING ENGINEER,AND UNLESS NOTED OTHERWISE,STREET DIMENSIONS SHOWN ON ME PVNS ME TO BACK 13.INSTAllATION OF ME GAS UNE BETWEEN SHAW SMEEr AND BERNANDINO STREET WILL BN n HAIL E E A P H ULE SI E 1 OF CURB. IE o REOUIRE REMOVAL OF ME ENSTING 10"GAS UNE PRIOR TO INSTAllATION OF ME CRITICAL PAM NEMOD(CPN)MO A TRAFFIC CONTROL PVN,AND SUBMIT BON TO NCAS UNE. ME CONTRACTOR $HPll COORDINATE WITH ME CITY'S CAS ME CIN SMN(J)GAYS BEFORE ME PRE-CONSTRUCTION CONFERENCE. 2. 'SMEEr EXGVMON"IS MEASURED FROM ONE FOOT BEHIND PROPOSED CURB TO ONE DEWEPARMENT TO OEACTIVAIE ME UNE PRIOR TO REM- S. ME CO-SHAM BE RESPONSIBLE FOR ME STAGING AREAM).AS WELL AS FOOT BEHIND ME OPPOSITE PROPOSED CURB. 14.2-WAY TRAFFIC SHODUBE ANiNINEEBD AS MUCH AS OPOESIBLEHDURINNGG CONSTRRUCTION. STOtl(PIIE SIIE(5) FOR EXCESS E%GVAlEO NATEflIP15. ME CONiRACiOR SHPll 3. EMBANKMENTS FOR STREETS,WHERE REOUIRED i0 ACHIEVE ME SPECIFIED E2EVATIONS, �_V)W EOUIRE COOROINAIE WITH ME CIN FOR E XGA O S)OF IAB CONT CTOR)AND SIAL BE SELECT EXCAVATED MATERIAL OR SELECT MATERIAL AND SHAM MET ME (�I U a OMflR511N OF TRAFFIC MOUND ME WbRK ZONES. wI vnll RREDUOpREMENTS OF SPEC.022100 WIN A MOISTURE CONTENT BETWEEN OS AND 34 STOCKPILE SIIE(5).ME CONiRACiOR'S CONSTRUCTION ACTINTIES PRE RESTRICTED TO NUM I ME CITY R.O.W AND i0 ME CONTRACTOR'S STACING,STOCKPHE,AND GYDOWN AREAS. WHERE E%ISIING ASPHALT OR CONCRETE PAVEMENT IS TO BE CUT,MESE CUTS SHPll '�7: O 5 GN BE INS-.DURING PRASESI TED Ox ME Stull SIDE OF ME ROAD MO NO CONSTRUCTION ACTIMY IS AEOWFD ON PRIVATE PROPERTY OUTSIDE OF MESE 4. BE VERTICAL AND MAGE T O A SAW. pNME 1 vmRK 30 I8.USN COOP IRIS RFNWATER ANDCASIINSTIADEATMENS,IDMME SORE OF CF ME CAN BEGIN 10.ME CONrRACiOR SHPll MAINTAIN A REFI£CTIVE CAUTION BAflRIEfl MOUND HIS EXISTING PAVEMENT BUTSIOE ME UNITS OF COU51RUl YIN Tui IS OwACED D RING wl' IN AUA n MMA IN M n STING AND MATER FOLADOWN AREAS AT ALL TINES.EAYOOWN AREAS WILL NOT BE S CONSTRUCTION SHPll E REPAIRED IMMEDIAIELT BT NE CONTRACTOR USING 3111 FULL-DEPTH PAVEMENT REPAIR.AS DETAILED IN ME PVNS AND IN ACCOROPNCE WIN 17.CONSTRUCTION OF STORMWATER IMPPOVIIIENTS ENTAILS REDJONNG AND REPLACING On Pu u Hi wnY. ORDINANCE 030040,AT CONTRACTOR'S EXPENSE. �I III PORTIONS OF ME EX TING STORMWATER UNES, SO ME CONTRACTOR IS NOT 1 All PAYED =ERG= BE KEPT CLLAN AND SWEPT AT AIL nM ME REQUIRED ro STMT AT ME DOWNSTREAM ENO OF ME SroRMWATER SK1EN. ME I CONTRACTOR S REQUIRED TO SWEEP PAVED SURFACES ON MEDIATE BASIS AS 8. MY STREET CUTS BEYOND ME UNITS OF ME NEW STREET PAVEMENT REQUIRE ME - CONTRACTOR SHARED NSTAL STORMWATER PROVENENTS FROM DOWNSTREAM i0 OFTEN S NECESSARY.NO DIRECT PAYMENT WILL BE MADE FOR SWEEPING PAVED CONTRACTOR TO OB A AND PAT FOR A PERMIT FROM DEVELOPMENT SERNCES.AND UPSTREAM FOR ME SECTION BEING REPLACED. SURFACES. REOUIE A FULL LANE SURFACE REPAIR,OR 12'WIDE FOR PERPENDICUEM CUTS. ' 15.N-WAY TRAFFIC SHOOED BE MNNTNNEO AS MUCH AS POESIBUE DURING CONSTRUCTION. 12.MSE CONTRACTOR SHNJ.REPAIR OR REPLACE.AT CONTRACTOR'S EXPENSE.MY MI 7. PRIME COAT SHA-BE NC-]I MEDIUM-CURING CUTBACK ASPHALT AND SIAL BE Q STPllATION OF LATERA UNES ACROSS THE FULL WIDTH OF ME ROAD WILL REQUIRE EXISTING TILITIES, DRAINAGE FACRJTIES,EUECTR DUCT BAMS OR CAGES, APPU G AT A RATE OF 0.20 CAEON PER SQUARE YARD(PND PER BIO ITEM). TNM DIVERSION OF TRAFFIC AROUND ME WORK ZONES. PAVEMENT,DRIVEWAYS,SIDEWNJfS,CURBS,PIPEMNES,SIGNS,UGHM,FENCES,OYES, COAs SIAL BE SS-I SOW-SETTING EMULSIFIED ASPHALT AND SIAL BE MPUED AT y 8SIEYlAIER PRIvIIIENTS CAN BE CO SM C1ED CONCURRENTM STOR AIER PROPERAM TY PNS OR ONER ITEMS DAGED OR OSTURBED BY CONTRACTORS A RATE OF 0.05 i0 0.15 CARLOW PER SQUARE YARD.(SUBSIDIARY i0 HMAC) N NPRQVF.F2EM OPERATIONS B. CME SIAL BE TAKEN TO PROTECT CURB k CUTTER AND ONER CONCRErE SURFACES w ! IY Y Y Y':: )h IY Y Y 13.NATO AND CULTIVATED VEGETATION MEAS OUfl DE OF ME CONSMUCrION UNM FROM ASPHALT SPIATIER DURING PRMNO AND SEALNO OPERATIONS CLLAN ANY CV !, LEFT UNDISTURBED AS MUCH AS POSSIBLE DURING CONSTRUCTION.Ail SPRAY AS DI ECTEO r Y 1 IY Y Y i J I Y DISTURBED MEAS SHAM BE TOpSOEID SEEDED AND WATEED SUFFICIENTLY i0 9 OHIBECEIPII S OFISTOR UPEROSTNIN ACCESS BRTO AD-ENT OPQETIES YID _ N I Y I'YX Y Y Y I .� ESTABLIH nEw GROWTH AT ME CONTRACTORS ExPENSE NO ADO TONAL PAYMENT x On H i F u Y C._. HAL HA Y Y Y.f II IY YY IV AIVI 1UdY1F \, WLL BE AIME FOR RESi0PTI0N OF OSroRBEO MEAS OUTS OE OF ME UNM OF PAVED ACCESS TO ALL PROPERTIES Ai All TI ES PLAID ACCESS M OESCR BEO IN O [O Till, Y d Y N / F T CONSMNC110NQU S RESPonS BEE TO MuniAn MO n i BLOCK R N EOE ORAnnGE THIS NIIO1s05HPll BEIBATCCSMPMISHBEO USING rHBSOIMVIRARY ro THE MOUAS S BD EAE SD IT x r I Y. r .-"�. � �_ 4.ME CO NACT O O P N u n aL M H41L u x v u M f 18.MiFF9C NU57 QE MMkMO nROQND ME tYA51EWATER RK ZONES. MY OBSMUCTX]NS TO ENSTING ORNNPDE WAYS DUE TO ME CONTRPLTOR S 10.EX STING PAVEMENTS OPEN i0 iRAFFk WITHN NE SCOPE OF THS PROJECT WHICH NON Q OPERATIONS SIAL BE REMIvID BY ME CONTRACTOR. ARE DAMAMED BY MEpICONTRACTOR1 M`PROCESS OF HIS WORK SILL BE REPLACED = N N PHASE]vRORK iOrvE 15.WATER REQUIRED FOR NNNTENMCE OF ROADWAYS AND OUST CONTROL WILL NOT BE OUICKLT AS USING v -ENT n A a Q O O !n PND FOR DIRECTLY,BUT SIAL BE CONSIDERED SUBSIDIARY ro ME VARIOUS BIO 'CONSiRUC110N OETNlS I OF 8'.ME iQIPORMY PAVEMENT SHALL BE CON9DEE0 ''r'(�j z(=j F 19 UN C'ENM ACCOROINGrIiO HIS NEMS ANO NEMODS.nTRA.CTOR Gx BEGIN PAWnC ITEMS. SUBSIDARY i0 ME VARIOUS BID ITEMS AND NOT PND FOR SEPARATELY. J O 16.ME CONTRACTOR IS REOUIRED TO SPRINKLE FOR DUST CONTROL ON AN IMMEDIATE I I.TEMPORARY PAVSDJENT SHAM BE MNNTNNED IN GOOD CONDInON MROUGHCUT 'l O m O 20.IT IS RECOMMENDED AND DDEO SNATDE CE PROPOSED TS B TRAFFIC AND PEDESTRIAN SEIG3. O F`"O Z 84515 M OFTEN M NECESSARY. SI DIRECT PAYMENT WILL ID NAME FOR THIS WORK, C-140 IOF AT CONTRACTOR'S EXPENSE. O d 21.OBTAIN MPRWA OF PAVEMENT INSTPLVnONi N InSf DURING HA BUT IT SHALL TO CONSIDERED IDE BY flT TO ME VARIOUS BIO ITEMS. 12.CIEP PET OF ASPHALTROD EQUIPMENT NWI NOT BE IGT OF A PUBLIC RIGHT OF WAY. O G 17.ME CONTILCroR fiHPll HIDE BY ME "WATER CONSERVATION AND DROUGHT MY PEMOIIDN PRODUCTS SPILLED WITHIN ME RICHT IF WAY SRPll E CLEANED UP O fO.) s 22.NOMTIFY 5 E 0 oR�Ai lFA5�4E HOUR PRIOR EOE AOPLYINCIDPEERNMENO PVOwT OF CONTINGENCY PVA ADOPTED BY ME CITY OF CORPUS CHRISn IF WATER I DISPOSED OF PROPERLY. 0 CONSMUCrgN WASTE MATERIPUB WU_BE AWHIED 4 METPERMZM PAVEMENI T AVRKINGS. R TIN,AD M N M u u RESTRICTIONS ME IMPOSED DURING ME COURSE OF THIS PROJECT. i0 BE BURIED WITHIN ME RICHT OF WAY. G 23.INSTPll PROPoEEO PAVEMENT MARKINGS 1B.UNEVEN PAVEMENT SIGNS SIAL BE USED DURING CONSTRUCTION.AS NECESSARY. 13.AFTER COMP ON OF ME PROJECT,WHEN REMONNG BMRICMES AND SIGNS ME _ e _ 19.ME CONTRACTOR SHAM FURNISH i0 ME CITY A CERTIFICATE OF COMPUPNCE AND RLSTOX IOEEME FIAREAA IN NY TWHICH ME OLES WIFT BSC SE ME REN ED TO SIGN SUPPORTS CERTIMNG THAT ALL MATER WS AND WORK COMPLY WIN ME SPECIFICATIONS AS CONDInON. W 25.CONTACT ME TOA.RS TO SET UP ME PRE-FINAL(SUBSTANnAL CONPEETION)WA_K SHOWN IN ME CONTRACT DOCUMENTS. w 20.PRIVATE UnUTY COMPANIES (AP, A L CN, ETC.) ME RESPONSIBE FOR ME 14.ME MATERIIAS,ANDMECONUTRACU TOR 9HAiL PERFORM ME WORK. SHPll PfK1VlIE f 26.ADDRESS MT ACnON ITEMS FROM ME PRE-FINN WA_K THRU. REpLOOCCATTIOE TSOF xi REE N�mucrU SE ME CCONFUCTNNACTOMWTH ME IPROMSEI 27.COORDINATE FINN WA_K THRU WIN OAR. IN PRNAIE UTIUtt CONPM ES,ASPNECESSANY,i0 ENSURE MAT PRIVATE UTIUTIESHEET 9 M 175 e� ME ADJUSTED i0 PWD CONFUCTS PRIOR i0 ME CONTRACTOR ARRMNG AT ME Al 11..11 J 11V J) 6s CONFUCT AREA.THIS WORK IS SUBSIDIARY TO THE VARIOUS BID ITEMS. A IA H\h J J(% I[coeo oenw KC Ka 21.MY CONSTRUCTION AGI NTY USTED IN ME PLANS AND SPECIFICATIONS MAT IS NOT ;f SPEC IFlCPLLY ADDRESSED IN ME BIO FORM SIAL BE CONSIDERED SUBSIDIARY i0 ME ` VARIOUS BID ITEMS OF ME PROJECT. PIOJ[nx 18020A PAVEMENT MARKERS CURB INLET TOPS MUST BE GST-IN-PLACE. PROPERTY OF THE CONTRACTOR, o 0 4. CONTRACTOR MUST PERFORM AND PASS CCTV INSPECTIONS ON 14-INSTALLED 13.CONNECTIONS TO THE EXISTING WATER-TEN MILL BE PND FOR AS INDICATED IN THE P1U1r90060ETx I.STAF.s OR NAILS SHA_NOT BE USED i0 SECURE MARKINGS. -TY STORM WATER UNES PRIOR i0 INSTALLING NEW PAVEMENT(SUBSIDIARY i0 BID PROPOSAL 2. VANIW14. S BID ITEMS). ALL ASBESTOS-CEMENT(AC)PIPE DESIGNATED FOR REMOVAL SHA_BE DISPOSED OF FACES SURRIMER/SFAFR SHAT BE INSTALLED BENEATH ALL M RINGS ON CONCRETE 5. EXISTING STORM WAS R PIPES.BOXES.MANHOLES.INLETS.ETC.TOBE REMOVED SHALL IN STRICT COMPUANCE WITH LOCA,STATE AND FEDERAL REGULATIONS AND STANDARDS BE PND FOR UNDER THE APPROPRIATE BID ITEM IF SHOWN,OTHERWISE SUBSIDIARY. SO-NING ASS IS HANDDUUNC,RREE}IOJa;�ND DRISPoSPL COMPLY WIN TT_£Za CFR DRIVEWAYS AND SIDEWALKS 8. TITLE NEW STORM WATER PIPE SHAL BE CEA55 III REINFORCED CONCRETE PIPE WITH CFR APRT EIrlBfiI SUBPPR21-rHM-NATIONAL EMISSION sTµDPADSU FOR Nl5BE5T05.pSPOSA ` . roNCUE-ND-CROOvE JOINTS PER ASM C-76,UNLESS NOTED OTHERWISE ON THE OF AC PIPE WILL NOT BE PND FOR DIRECTLY,BUT SHAH BE CONSIDERED SUBSIDIARY I. CONTRMiOR SHALL PROMO£GTISFMiORY GRADEµ0 POSITIVE ORNNME FOR ALL �yj LADING. STORM Box CULVERTS SHALL BE PRE-CAST,MANUFACTURED FOR TO THE-OUS BIO ITEMS mRMW1n i DRIVEWAYSµD SIDE-SµD SHALL FULLY COMPLY WITH THE AMERICANS WITH OISABILITES Mrµ0 TEXAS ACCE59BIUTY Si DPR05. ). UNLESSNOTE 0 ro0THERWfiEE ALL MS S 515 U�PES COMCREIEE O BO�Si 15.WHERE EXISTING WATER SERVICE UNE CONNECTS i0 EXISTING WATER-INE i0 BE R. SIDEWPL(RETAINING CURBS ME REOUIRED,AND SHALL BE INSTALLED IN ACCORDANCE MAb HL- µDAR . u INCA n µ K REMOVED OR ABANDONED£�ROMDE NEW WATER REPRORE Ex STNCFw TIRE SIIZZE FROM A A U111 ~`e. WITH THE PVNS. sTELL. REMAIN WITH"=EWEOUAMttxNA1FRM15. 3. CONCRETE PLACE}IENi SH011 STOP AT EXPANSION JOINTS IN SIDEWPL(5 OR µ B. THE CONTRACTOR IS SOLELY RESPONSIBLE FOR ENSURING THAT PLL STRUCTURESµE 1 'RE HVORAN LGM LONGER Tux ZO FEET Y uTlu CBOO PJC(OR 1B)PIPE UP - - OTHERWISE DIRECTED BY THE OAR. MANUFACTURED IN ACCORDANCE WITH THE PVNS(I.E.HEIGHT,WIDTH F OWLNES,TOP 6.TO THE GTE VALVE.PROMDE RESTRANi AS REOU RED.ZE S. HONG AREAS M CURB RAMER CURBS, DE ECTABLE PSµG INDICATED SIN THEWPLANS.SHALCONCRETE NOTISLANDS.PND 9.AND SHOUW NA NON CONPLVNiE SIZE.ETC)STRUCNRE BE DE-ED i0 THE JOB SIT[ THE IZ.WATER SEROCES DAMMED WRING WITH SEPION SHAL BE REPAIRED WITH SANE 4 FOR ORECRY Bu µ Su 90 RY i0 TH CURB COMPS BO HS/HER Ex OUµtt ON HIGHLSTINGY SERMCE ANE vWA NO SEPAR BE PAY. 5 SDEWPlRS SHALTBEEnSU roMPGIMENTECURBs DRMEWAYSIµ0 CURB INLETS BY CONTRACTOR WILL ALSO BE HELD ACCOUNiµLf FORµY RESULiµiRPRGImi DELAYS. 18.DISPOSAL OF HIGHLY CHWRINAIFD WATER SHALL BE IN ACCORDANCE WITH EPAµ0 TIED REGUTATIONS. STEEL COWELSµSHOWN ON THE DRAWINGS,IN ORDER i0 MINIMIZE OIFFERENTA 10.IF THE CONTRACTOR CHOOSES ro GXST-IN-pVCE THE STORM WATER STRUCTURES,IT _ MUTES. IS NES ACCORDINGLY TO-D THE CONTRACTOR'S RESPONS BUN TO uYE THE STRUCTURES DESIGNED IN 19 UNFORESEEN OBSTHUCrgNSµ0 FlniATI0E CONTRACTOR SHAL-ACLUST THE NDIFFERENCE.SED WATER LITHS SHALL BE CONSIDERED MOVEMmi OF THESE F ACCORDANCE WITH THESE PVNS BY A TEXAS LENSED,STRUCTURAL ENGINEER MD SUB DIARY r0 THE ucr O LAND BD TENS. GENERAL UTILITY NOTES ro susMr sEum PVNS ro THE OAR. FOR RENEW D MPROJA PRIOR ro STPLATON APPROVAL OF THE PVNS BY THE OAR OR ENONEER DOES NOT 20.ALL PROPOSED WATER MPRQvEEENTS SHA__BE rE5TE0 IN ACCORDANCE WIN Cltt 1 SHALLOW ABANDONED APES (OW WATERUNES DITCH CULVERTS UTUTY SEIMCE S, REpESE E E CONS RO�C%MTHTHHIS/HER RESPO0S9'ED FlG CONSTRUCT PROJECT SPECS. ETI:)W TH n u1M T5 OF R O w SHAL ff REMOVEDµD PROPERLY O SPOSED OF TH IM M x n w µ n ZI.µY WATER METERS INSTALLED OR UPGRADED SHALL BE PLACED NEM ro THE GENERALLY APPLIES TO PLL UNWµlEO APES THATµE WITHIN ONE FOOT OF 11.MITERED ENDS FOR REINFORCED CONCRETE APES AND BOX CULVERTS MAY BE PROPERTY UNE pUROBPo�E.DINCH CULVIIRR µ0µT ABANDONED APES WHICH COULD IMPACT ME PRECAST SECTIOnS OR FlF1O CUT,AT THE CONTRACTORS OPTION. n0 SEPARATE ZZ THE CONTRACTOR MUST MNNTNN FIRE PROTECTION i0 THE AREA DURING K PAYMENT WILL BE NPDE FOR THESE SUBSIDIARY TENS CONSTRUCTION 5 , Z. PLLµAN0WE0 ONES i0 REMAIN IN PLACE SHALL BE CAPPEDAi THE ENDSµ0 CUT IZ,µG1£5.BENDSµD TRANSITIONS IN REINFORCED CONCRETE BOX CULVERTS MAY BE MRRPNEEMG PR-ME INCHESµD LARGER i0 flEIUUN IN PLACE SHAL BE OF SECTIONS AS REQUIRED i0 ACCOMMODATE CONSTRUCTION OF THE PRECAST SECnONS OR CAST-IN-PUCE, AT THE CONTRACTOR'S OPTION. (PRECAST WASTEWATER NOTES SECnONS ARE PREFERRED.) NO SEPARATE PAYMENT MILL BE MADE FOR THESE 3. µANDONEO ONES 6 N-IED WITH SUBSIDARY ITEMS. 1. PROJECT WASTEWATER IMPROVEMENTS INCLUDE APPROXIMATELY 1,115 LF OF FLOWµIE GROUT.EXCEPT AS OTHERWISE INDXATED IN THE CONr-DOCUMENR, EXCEPT AS INDIGIEO OTHERWISE IN THE CONTRACT 00CUNENTSWASRYIATER PIPEBURSTING.REMOVAL OF EXISTING WASR MANHOLE.REHAB I]. , TIE-INS OR µ RYUTE OF EIGHT B EXISTING WASTEWATER MANHOLES WITH FIBEROVi TISS LINERS,INSON M THIS ACiMtt WILL NOT BE PNDAFOR DIRECTLY BUT SHALL BE CONSIOERED SUBSIDIARY CONNECTIONS OF PROPOSED STORM SEWER LTOMANHOLES OR EXISTING STORM SEWER () _ WORK.THIS WORK SHL BE COORDINATED WITH THE CITY. ES SHALL BE SUBSIDIARY WORKµD SHAFO LL NOT BE MEASURED R PAYMENT. OF NEW e'AOR ZB PJC MNL,µ0 INSTALLATION OF A STEEL CASED WASTEWATER UNE IF ACTIVE,SHALLOW BURIED, UNKNOWN PIPEUNES OR UTUTIES ME ENCOUNrERED I THROUOH A STORM JUNCTION BOX. ;k 4 A CONCRETE PIPE COLLR SHALL BE USED WHERE PROPOSED STORM WATER PIPE IS O= C THIN THE PROJECT UMITS.THE CONTRACTOR SHALL NOTIFY THE OAR.IMNmIP1ELY. 4,ro BE CONNECTED TO A BOX CULVERT WIN NO MANHOLE OR JUNCTION BOX. PIPE Z. DURING THE INSTPLATON/RENABIUTATON NOF YUS1El4P1ER FRASTRUUCTURE, THE U V1 "✓I THESE ONES NAY REQUIRE ENCASEMENT OR REROUTING. COLLARS SHALL NOT BE PND FOR SEPARATELY, Wi SHALL BE CONSIDEIREO CONTRACTOR WILL BE RESPONSIBLE FOR MAINTAINING SEWAGE FLOWS i ALL TINES C 5. UTILITY TRENCHES SMALL BE SHEATHEDµD BRACED AS REQUIRED i0 MAINTAIN A SAE WBSIDWRY i0 THE VµN]Us BIO ITEMS. PIPE C011µ5 MILL NOT BE REQUIRED Ai RWlTHIN ESIDENCES£OR EXIST NO NE55Es AlER STSRMµ0 SHALL NOT RESTRICT ACCESS ro �W E WORKING AREA FOR WOROORS, ACCORDANCE TH O.S.HA.5Tµ0µ05,Z9 CFR STRAIGHT(WON-SKEWED)TONG -µD-GROOVE CONNECTIONS OF SAME SIZE PIPES 1�i U O PART 1816,SUBPART P EXCAVATIONSµD STATE OF TEXAS HEATH AND SAFETY CODE UNLESS THE JOINT IS DAMAGED.UE 3. THE CONTRACTOR IS RESPONSIBLE FOR PIPE CLEANING k DEWATER, µD ALL a TITLE 9.SAFEIY SUBTITLE A PUBUC SAFETY.CHAPTER 756 MISCELLANEOUS HAZARDOUS PIPEBURSTNG OPERATIONS. THIS WORK Well BE SUBSIDIARY TO THE PIPEBURSTING comElTo s.SUECHAPTER c TFENGN SAFETY. WATER NOTES BID ITEMS. ,y Cl 6. TRENCH EX-N!SHA__NOT EXCEED BACKFILL AM M BY MORE THAN CAN BE BKFIIJE �RPCrO D 4. CONR IS RESPONSIBLE FOR ALL REWIRED WASTEWATER BYPASS OPERATIONS �". O THE SAME DAY.NO TRENCH SHALL.BE LEFT OPEN AFTER NORMAL WORIGNG HOURS. 1. THE CONTRACTOR SHA-1-CNE FORTY-EIGHT(N8)HOURS NOTICE i0 THE CITY OF NECESSARY FOO MAINTAINING CONTINUOUS WASTEWATER SERMCE.CONTRACTOR MUST µ}, Z BMKFlLL REQUIREMENTS F'ORCUTILITIEs 1.1 1'1 THE BACK OF PAVEMENT MALT,CINCWTHE TRENC DING CEME'CHNT CORPUS CHRIsII's WATER DEPARTMENT.RESIDENTS,µ0 BUSINESS OWNERS PRIOR i0 SUBMIT A wASTEwATER BYPµS PVN ro THE OA.R.A MInIMUM OF ixx0(Z)wEEHS III ETH E NENC�SEttORONTHE CWSINCEDOµR MOmPENp CED�F LLE%ISTING pAGVLS UNS E BEFORE WNSIRUCTION MTMTIES FOR COORDINATION WITH THE WASTEWATER DEPARTMENT µ0 CONSTRUCTION INSPECTION DEPARTMENT WASTEWATER BYPAo CONTRACTOR SHAL ACNE WWPTERLINE CONNECnWS NDURINC LOW PEµv HOURS i0 n CANOi MM n UNTL A P I I B. CEMENiI SiABIUZEO BACKFILL FW THE UTUTES µD STRUCTURES S- BE NIMIZE INTERRUPnDNS.THE CONTRACTOR MAY WORK DURNG NIGHT-TINE HOURS i0 CORNUS CHRISTI�WAShlYP1ER BYPµS OPEIRPTIONSµE COVEIRED BY BID HB UNIFORMLY MOSTENED AND NIXED PRIOR i0 PLACEMENT. NIMIZE OAT-nNE INTERRUPTIONS WITH W 14µPROVO FROM OAR. AND HHB. MR EUnun' REMZ. MN1 WATERLINE AWUSMENTS SHP11 CONFORM i0 THE CITY OF CORPUS CHRISn 5. ALL EXISTING WASTEWATER SERMCES(SHOWN ON PVNSµD DISCOVERED DURING ' B COMPLY FRENCH WITH FlCItt STANDARD TRENCH BACKFILL REOUIREIMENTS�NCWDINGE CEMENT- 5fµ0µ0 WATER DETAILS. CONSTRUCTION SHA__BE RECONNECTED i0 THE NEW WµTEWAIER (5). F A Q STABILD Sµ0.BACKFILL S-BE SUBSIDIARY ro THE UTIUTY FEXX J BID ITEM. PON CWPL£TO OF INSTALLATION F NEW WATERLINE RECONNECT ALL EXIST G WASTEWATER S�ERSCE IS DISCOVEIRED DURING CONSTRUCTION THAT IS NOT SHOWN ON U THE PVNS, THE CONTRACTOR SHALL. NOTIFY THE OAR. IMMEDIATELY PRIOR TO I WATER SERNCES(SHOWN ON p1µ5 C OCONSTRUC DURING CONSTRUCTION).TZ LIFMA CONTINUING WITH INSTALLATION OF THE MAN OR SERVICE RECONNECT. N HIGH-DENSIttHIPoLYEMYLENE 4-FT.HIGH ORANGE SAEIYHBANRICADE ENCLOSED IN Wi Hµ 0 EXISTING LER SEflMCE, CONSTRUCT NEW ARMC£ i0 LOTN U-SG OR APPROVED W-ENr)µD WUMS. ACCORDANCE WITH CIN STANDARD SPECIFlGTIGNS. NEW D EXISTING TER 6. ATL S µ0 EMKnNG WASTEWATER SERSCES SHAL BE VAm ON C RB vnTH W 1 VALVE CASINGSµ0 MANHOLES REQUIRING ADJUSTMENT SHALL BE WG1ED BY �MCES 9U11 BE NARKED ON CURB WITH BM55 SERMCE MARKER PER CITY WATER BRA55 sERMCE MARKER PER Cltt SµliµY SEWER Si OPRO OETNLS,sHEEiu}OF 4. G STATION ND OFFSET 0 T�i0 EXISTING FEATURES THAT REMAIN PLACE. THE SAN D VWATE�R BDVTEMS FUn S 4. ls NOTEWORD SHALL CONSIDERED SUBSIDIARY i0 Z CONTRACTOR MUST PERFORMµ0 PASS CCN INSNEC110N5 HE NEWLY INSTALLED IZgMi PROPOsm ELENATONS FOR HOLE RIMSµD VALVE CASINGS SHOWN ON THE PLANS v u WATER n I—WAS ATER ONES PRIOR TO INSi NC NEW PAVEMENT(SUBSIDIARY ro N ME APPROXIMATE.CONTRACTOR SMALL EXTEND ALL WAVE CASINGSµD MANHOLE RIMS 4. CONTLLOroR SHAL REMOvE.REPLACEµD RECONNECT WATER SERSCES(SHOWN ON vAROUS BID ITEMS). % TO ACTUAL FINISH GFPDE.UNLESS NOTED OTHERWISE ELEVATION ADJUSTMENT'FOR PLANS 0 DISCOVERED DURING CO STH CTO)AS NECESSARYTO CONSTRUCT THE p11 NEW ANO E%s11NG WASTEWATER MANHOLES SHA__BE PGIUSIEO ro FlNSH GOE NEW MANHOLESµD WAVES SHA__BE CONSIDERED SUBSIDIARYµD SHA-1-NOT BE S BO ITEMS. 6 O ~ APPROVE E r5 PROPOSED THESE PLANS.SBS 0IPRY i0 THE fl0 5$ PND FOR SEPARATELY un mW PEROC C SiARN0µ05 Q [Q e 12 UNLESS TIONSCATED OTHERWISE TITHE CON�TRACTroDOCUMEENTS OEWAr ANC A O OPE I !:R1(1114 I II L UI Ih 7 Y Y Y:. IY Y IC '� NL n u NC BE STING WµTEw-UNES RECO RED FOR CONNECTING O FORY'I" Y Y Y Ti" � NEPAIUTE OWXSRYUAIER OLIN MADE THE CONTRACTORFORCONTRACTOR CLEANING PttRNC ` OREOTLY BUi S-' BE sUBSOMRYRro THE TENS Ei MAT BE ASSOCIATED WITH / Y S PAYMENT WH__BE x n n PURGING E STAMPED 6. FRAUWAVE 5 REPLACED W A FIRE LONE i WILL NEED r0 BE'SUPE1MSr U OF THESE LINES G :QO G c 13 CONTRACTOR SHAL PRONOE THE OAR WN 0CiA QUALITY COLOR PHOTOGRAPHS NY 1 U; J I }x�=x W TOR ALL WATER WASTEWATERµD STORM WATER CONNECTIONSµDOR FTFNGS PRIOR J r,r r r R Y IT AND 3RD PARTY UTILITY NOTES `:J Q O O F TO DACKFlWNC THE TRENCH OR EXCAVATION ME PHOTOS SHALL BE OATEOµ0 TINE `- "' ""' I 1'BUNK SCH b PbC CONDUIT WIN NULf TAPE FORI.T.SMALL BE NSTALEB ON 00 am O m-BY FIRE _ O F`"� Z 14.CONTRACTOR SHALL COOFGINAIE WITH PROPERTY OWNER PRIOR i0 ACCESSING PRMAIE DEPT'SiµP. WATER PbP SHEETS).THE CONiflPLTo SHALHE EXCOOROINATEMEDWIN U IM-CALL SERMCIS Q� G P'OROSSERTY INCLUDING UTILITY EASEMENTS.NTPLL PERIMETER FENCE REEMONEE%N Z. UNLESS NOTED OTHERWISE IN THE BIO FORM, BID ITEMS FOR WATER PIPE SHALL AND THE ON IT DEPARTMENT i0 DETERMINE THE EXACT LOCATION IN THE FlO. Q O f INCWDE All REOpREO FITTINGS REOOREO ro consmucr AWUSMENTS SHOWN IN O Q CONTRMiOR SHALL MAINTAIN SITER SECURITY BY NUNS OF =1114IFENCING UNTIL THESE PLANS AND ADJUSTMENTS THAT MAY MISE DURING CONSTRUCTION. Z.CONTRACTOR SHALL NOTIFY Aiki,PEP,µ0 OTHER]RO Pµtt UTILITIES AT LEAST ONE O ( PERMANENT FENCE HAS BEEN INSTALLED.CONTRACTOR S-RESTORE ALµ0 r d WEEX BEFORE INSTALLATION OF INPRO-ENTs REOUIRINC POSSIBLE AOJUSMENi AFFECTED BY s ACTIVITIES ro PRE-CONSTHUCTON CONDITION i CONTFACroHS 6. FOR EXISTING FIRE HYDRANTS i0 BE REZMOVED AND SAVM£D,THE CONTRACTOR SHALL dF 3R0 PARTY INFRASTRUCTURE. EXPENSE.UNLESS NOTED OTHERWISE,ALL OF THE WORK USTED HEREIN SHALL BE PWG THE FIRE HYDRANT WAVE,REMOVE THE FIRE HYDRANT ASSEMBLY FROM THAT } THE CONTRACTOR SHALL CONTACT THE APPROPRIATE UTUTY O19NER TO AGIUST OR i SUBSIDIARY TO OTHER PAT ITEMSµD WILL NOT BE PND FOR SEPAHATELY. POINT TO THE HYDRANTµ0 FEDMM THE VALVE BOX ON THE PWCGEO VANS. REWCATE UTIUnES THAT W INTERFERE WITH THE PROPOSED IMPROVEMENTS.THIS W B. CONTRACTOR MUST PERFORM AND PISS WA1ER 1ES11NO REOUIREMENTS ON NEWLY INCWDES,BUT IS NOT uWrm TO,EXISTING GS ONES,PRODucr PIPELINES,F.ER W STORM WATER NOTES INSTATED WATER UNEs PAInA m IxSTuiixn x FxT(SUBSIDIARY TO VARIOUS OPTIC ONES. UTUTY POLES, TELEPHONE/TC. WHERE GA LE N PEDESfAS, ELECTRICAL DUCT BO ITEMS). fW PR�u ULD BEN P➢MUSTEB lUlCFOOR BOXES, PRIOR i0 IBEGIN NG THESEEXISTING ON THEEDAFFECTEO 1. THE CONrRACTOR IS RESPONSIBLE FOR INSEA-UNG ALL EROSION CONTROL DENCES IN 10.WATER NEIERS SMALL BE ACCESSIBLE DURING CONSTRUCTION. f� ACCORDANCE TH THE PVNS, SPEOFlGATONS D-PP 0 NTAINING All CONSTRUCTION PHASE.EXISTING WATERLINESµ0 WASIEWAIER LINES THAT INIEFFERE o SHEET 10 M 175 eS WI TI AN N I I.=BOWESµ0 METER ROxm TO REMAN SERVICE SHALL BE ALMUSTED i0 WITH THE PROPOSED IMPROVEMENTS SHAIL BE REWGTED BY THE CONTRACTORµ0 EROSION CONTROL DESCES THROUGHOUT THE DURATION OF THE PRWECi. N BERo6DN NC Na FlNSH GRACE PGIUSTUENi OF E%STINC WATER WAVES AND MANHOLE BOXES SHALL COORDINATED WITH THE CIN. S? 1 CONTRACTOR SHA__CONSTRUCT NEW CURB AND GLITTER ACCORDING TO THE ONES AND pN0 PER B0 TEM UNDER WATER IMPROVEMENTS. GRADES RPn Arvm uonc THcrvNETHE cu�Uro auiE YR ENSURING rxpr PosInYE DRAINAGE Is 11 eHUN00Nm WATER nrnxcs vALVEs FlRE HmRANTs ETr.sxAL eE REcwEBm uN0 A A H\rl J J(; ' STR 984 3. NEW WRB INLET BOTTOMS UH BE PRE-GST,OR CASs-IN PLACE,BUi All NEW STOCKPILED Ai A SECURE WGTION BY THE CONTRACTOR FOR SAVAGE BY THE CITY. PBOJEn HO YER.ALL RELATED ITEMS THATµE UNWANTED BY THE Cltt SHALL BECOME THE i I::: x 180ZOA TRAFFIC CONTROL NOTES TRAFFIC CONTROL NOTES(CONTINUED) TRAFFIC CONTROL NOTES(CONTINUED) 0 0 _ _ xsuErx Nr iE'n mw'minc'mn�i'wx's"'"'s"cnlxCO"s��"'"mOxXncµco�x�uo�m rxan�esams nm nmfcr°xs xnrw en v/ s. as merm m°r In - 190060mcxiexewa mmnmwaE urE�_mT 9. norm OMExnsE Ix ME wens.ME mxrwcron n Fm FasinOIOH OF IS-- Fmuuax ro.swm m rcx w.Ouwvmrs nM my micExsEs%% �s.wnuwxc x.oEuxeMD wx mws ro uxnrex.crnc mxsMucnm on A mxnnmus ems. so.DE mxrE]n Damsm e.ME s,Are or rE>As..wa sllx.xmr ME mwrnnaOR -ME c—E sww EE mnnm w., s;`��' "�`4':,L, nms�Enm maws sMmr Ar mE sx,E nxE Ir,xs Is nor xD:ew�..Em,mxE..D..r�ee.E Iw,re xnr eE xx"Ea ,mw , nmalwnmrs: mn mE mn.non ar c�mE .x.eaEndn mamnm an nmaarm snxE BE eaaw:sEn Ix ME �..,a....m!.!eB__..,..,. rco(u,Esr ninon,. '"0L;a�P11B ADA AND TAS COMPLIANCE FOR ACCESSIBLE ROUTES s '.c ]. snmrs s„. xcwce ME rArsvmr rwE a nxc r>wEnr.xD exsnxo r..vmr rs me wsraxsaun°r me �x µ�/� c ® �wEm�+� "nr"`w�ema awE BE xrxnureEr - - BEI�L, TO ME SEMSMES. BEM BE 'Ei�' fiDx ""° TM roP o x m nw °u°"m"max n�E mE x w ME x w�rmo x«m E x OF ME 1 M x o m� mwxa e o�(r�m. ]].s.'FS_ mxnx,E 9maEnaE or mx9Mmnm(xnmxa). EMBFSEa�Ex� rmr(Exm r 9Ia rox xETO MME ..,r:ExE Ar ME mD of ME wmEar xm En9nxa xw m-/E., �•`"""•” OF —�IEET aro.i C° min) os. ,OnEH so;E mxxx�:.�eMMI—I xxm.s mm.ME w ].,uulx ro xw xnnEe Fox soxiKK)c sro°fw"�wo°umw�xc s.nw. gOO 3:1 ,x. r w�Ex°a°I>rcrcx Esseu:norm cr�rm m<ss, o si°Fme`mluiars" D ewxulr is nE xm zaE"srs"". _ ME mxMxarox xxxrxx xAxmmrESULr 10 cm x 1. mul �c r� of u..E non¢xxww wxxD nE nxsr °E15.x.i MExmr o n - C°`�1'Mr`:xou�`OF xS01x.xP1CSEE,.M.r MB M III sE MEc],Ia on rs,eno Ir sxx.xEEr ME xA.Exmr wnxx a Esr Insmucmn E xm<mlw,xxr eroxnaxs ME �g _ B.MI _."Ett°):'"m mnr ffn sM�.Irreo m wars m wE.no io«mxs xo�.xE —-MO ME. ewE r•..mm.1—�EceIE.—wmw,xn sn u,w9s norm g rs"i«O oxsi.M m LME m (�)nA xs xm nix mnoxw srsm �wm5�m xEo x max& nsE,x".O& __ «f rox m ro a nFwam Fox eE�"°� ro°a w o nm FxE OF—mln.cx:,m x ae Dx Dn Ex. Dx wm mME a xxlee,: 1 x x ].s. - ).o o smxE EEsm MO uEnxE c.Ew.xm DxsrrxOE rxm,M—uxE ro onnumx vr°waA cM.r iA.":,E°W).w mn on GAS NOTES I.I. rxa nix Eonxsnmr ME xxmEn mxsmx wnam rm wroEar emD _ s�Ew.sua n xasr 9E mMnxlnso ronmsrAmmE nEsranslsury ar me mxiwerae In mmow.nan nm ME xox 10 X E 1X0mE x..".'� mEo ran me mxA ro,alux eus nmrm MD xnmuwsmmm� ' sun°n u.m ro n.m. x.OMm Exmxa U=~ uraur nm mmnmr—I.G MD r�uaurs onus norm ommnsE. � _ C0X1 mx/moxmEc"ru,�mr munnxc. _ s�mis M.oexuE rxsurEs m p BE 3.1. µ�an=M==MSIa�Ero�"°tee a°" "sxa Ix ME murcD „,Dx ro ME�E EmxnDx x Enx nix xmEr MD F ro 4 2. E A ws LME x° III} m :mm"x:,.x E nE mwrr i�ooS �xnIE Ir Sall) aeA. Dm�, I m,..,xe marno:o:x«�naEkaE,n<m on wxECME a nnlms,.nix n ® ,. m ro ff nmwm IwxDlna—x,na „E 9., w w ox—Es�m x rs nM ME mrc9 Mx 1—Z,INIZAT" xcm,°sxn m :n""Ixm".Win OMMi,axF�""ic:`A�.,, E 01 Anon ax rcr s M.oerxx. :.o. —sr EEIsmD cis nsrwmnw u,Es ; __ N xAwxnr meg nuc,Erc.);�En nD ro_(�,Z II imus cnwsn IwEvvm°rnr scn°n esmcr,n°cnr1. la2F y�j U. 19.0 max Ewn orwn onDx xaxa 1wx9xa ix.ns,sxlFnxD se.E Fox x9xrxxxa.wa mmwxa Ewsnxa snxaE Ix mxw<r nM .ME xw"" rBEM"xnM y D.I - rs sr�mm xraa¢ 5 c xroew,ME mxmxrox +° r rns ME_""E`­one. I%Y Q rx�nnt mrm WB`FORm09FmEE%tw'.wun[s vl�i" E9E ROV90 w—ux..e X = fW! ° 3.11.1. �'°uOV�E r'aF Hl MEE xrmEsmniar 1.IS—x ME Pux'r'4�eurron5'u"es-i 1 4EiEi95UC ro xxxrun ,11. ME EE[tx5rxucttw O O F LL sxI_OBS. caximIE G~ F O BE 'xxc n mxr rxxrc nu eE rxx sura a ME xEv rowwxry xAwx],r rwE a xuxftW �4F0 xs sx.si I—uIM ME rtws x.wu.E Ox uxmxx ]. ro <p N m °h"'�'a169r�A01): 11-0 ME eE,n aF r�E mxmcian.«D xusr ff s x rc=xgIOB w - ].I I. _ E.11M saxn nm MI—IME wulmr MESE emnxx a rEwsuEs J O O O F �SM-fltltliE'nmsp"mE m EBB-1°POFxFro'kr'°mr ars.um`n'AT mr, ( �P'S 9w..mxsoEx xIv 0""oESlaxnnaxs xaxa rxms U. 9xcmr�c 01 m m O o rc I EM wn moxa mnsmarnon x I.xEr. clDxrEvena mum omrar mr Fox,,,,E m„umx m mxoxex.wwwmr,rwE a xxn xAwx]n,xu metra ]. oawM mxsmn:nm e.ME caxix crux s"",ffm,E.1 —10 u —UR _11 OF_ _ ME x]OEau:xman OF ® O e131_g n[s enwtME i°mwxw nam xlxxxME rPNNmr wr9 sxru BE uux m ATrM. �xi xar sE rxD mn swxuruv,BUT 01—BE 9usemnr I.I. 1RKT41i's xEsraxse�c Fox rwx,�Exavnrlox,eEmxa,,no eaxFu Fox ME xEv a am W _ _ .—...mM—...nm A r,sur s—a 9ueeDVAY ro ME rnv Irma ran rn= uuaxxo,xD MAnc mn,xD W BE mrE IN F nx xv v mruM.(saw ax rxre awl.u i"B"(E D 'a Derxx am ernmw mn rrE mumn,u,axumr xu uwur ar rre nnw,mr s e r�•mrmrx wnulrs"uu nraursas xn°x)mD—HEwxr—ES OSEVM OF pmv af5j, xMS e r�(mwxxi0c o mars mDEtmE amamsl mni xnr a rEmn mama caxsmu°anon. tt05wirE arr w nvxmmrnm["(ro xx a'wol9,.uE ro x_. T,r n an SHEET of 75 6R A «•"X°� ' x'r ynxm r- I,! D�� BE—S Dnnwlxc xa cmiwcm"`ruE`.a oErm"`i xsc;� •. " nOF�"p,x�m sx...ff usr awn m.�n-uuxmnrE nsnrn a.n..mns M. STR-984 "sxawr ME s°i6 m x,A ut(ma As mnrAxm.Eeaxa xD sE,nxaEn.sroxr],susn.9mEx.rw.sn. of mEas(awn)xn'"Em r As°"�L„m aomn.E n an reels)sr�xi nor a ee+°sm ar Ix ernwu�' - xnD.IEnx 1sOR0A ossu190060E1 so a.:• 5a ror arm a.a• cw.a sry a.w• as ..a a5 I�.a ...a a.o• ca,«sry ?_. b b b 4 4 Ro as a.�`I'odn�i a�lo.r Oaxr swv wP1mPc vnrzaarE vnrmuxe 3 4 a .eom am + �m mn� � A TPICALOTAOA + _ jz �tl Ua W Ec K O ia1i5 is i r rnwEwr s¢rlw 4 eevuxe y W mxc s/w a i^' i^a' V V ^W LL rs sa, la ro s ro p;oF o acR� cw(ro a m 1 O Quer arxs `wP1tlPe wrwa e� is is is is .eom arcs o o p pz. pp m < ~Vo U U � msr w rca a ws na � G ry�ss asr-msy s O y po F 3 Z W W eE B TYPICAL SECTION STA 2+49 TO STA 5+14 SHEET 12 m 175 6R w.v:�' 9�.0 qyw...... cEcoco occwlPC Pa uqxmm on.w..sc STR-984 gf - vco.l[nx 150ROA xssu190060E1 so nxa�1 i*o a aemv�sn II—', � (vwmsr nr (VMtES e• '1 �� warm `mar ro evxie5 irsa br.s ..Axl r Ips x�x�> Z s : C TYPICALSECTIONSTA5+14TOSTA22+32 _ K O ��i�s u2is rm.vva srcnan � 4 eevuxe y W rm - x �.v dimc:l aG g " m Z O ro F O 4o lm F msr e'(ra a nur.l vnxs n-o rer� wro a vs ors mmrxxsiocs ''S m_= W arsx sxsr rxc w..rmuxs o O O O O m oma a p� U O �- O O O y F r res x-xI W W O ey D TYPICAL SECTION STA 22+32 TO STA 24+32 SHEET 13 m 175 §R a.".:�'-�o• srwi�wvw,unuss eecoex xcnwwc sa uqxmm on.n..ss. STR-984 gf - xxo�[nx 180ROA ossu190060E1 so rc tro a'o�]'�❑a !E S a r�martmm wo¢ �� , exBr lo'(ro a wur.i u.ee ro sr]aJ.nol �rlar ¢m rvc wl¢urc 5 i(rns -ac) Vl E TYPICALSECTIONSTA24+32TOSTA27+00 02� U .1-l0 K O 1..s 1 Zls r^uva smmn � 4 eevurc y W N v jz 0 IS 91' W ro ro I.n a �- - -sBNxx XEru,Bc GIB -I. z -- - --- -- - - -- aJ«ae:srw SI nis m srlivm: N O N O e.cl ] nq i(n Jxe1.1 1 r sG R.1l.e ro R.anj U=U W + w m g 4 `0Ge�0H m � a a IxmlA�ff."a:1 ,G-- � o o I.rxe¢sr"irrsmle.s sm) ,Ioo)�� w urc O0 V —1 ISE csm rc p kP � ey F TYPICAL SECTION STA 27+00 TO STA 40+50 ��m�%�� a SHEET 14 m 175 6R w.v:1'-l0' Snlu msµ.unlnc nEcono oncwlPC Pa uq �" 2.nmm omsmBs. � STR-984 gf - vnm[nu 180ROA Assu190060xmA E io1 axa.�clm m� ,axx cA.r — - xm.axAcrAx u>=Aar.xc1 I_I=1 „ ME oar s ISI ILI _ - gxmr TYPICAL CURB AND GUTTER DETAIL PROPOSED HMAC PAVEMENT SECTION-BASE BID NO.1 g (SEE"6"CURB NOTES"BELOW) § '; Vl uiA mr"uan°s sxovx. -x U�I— m x a ,s miaow amsoanx mrmA O a cxm(qr„<Ax� ME III = U III 1I— ,„(p =11- VIII}} .2. �: =III -111 sIllf xm. °" :�.°ff Q smx=mxarrm _ mx E A ss°sm.axA Ax W N ?q� LL a TYPICAL CURB DETAIL <; F F 2 PROPOSED CONCRETE PAVEMENT SECTION-BASE BID NO.2 q (SEE"6"CURB NOTES"BELOW) O AD z O o F SVz O W ° m J m oo xxcxm .an sarclna p o eE wAx.r 1.AA.es pu MM).er 11-Axm sw.. 0 0O IA Aa mx xxw l o; mx 3 Am Ix w,.ax. z E sum nrm.uxr snwr. '�"rs°ne snuff W rs I/e':vlAx er i/x' qa a cu mAxvxnc nr A-A xrmv�(wxwu).w iu SHEET�S p/�7S ElonA Accwl"c"a STR-984 §� - acA.lxnx 180ROA �Yasx�l.a,ssxllrYA. 190060 m D Z drt YHtli ••••• p c•"Auln x XWx/eXM VHa9 VI 2 wl xnta _ + AXnrt aN6fi 54 RCP � r /HPoCx YFBES +$ B 1998 MORALES STREET _ MORALES STREET w rxor xY vrm Amr sraa.mrve 1°' -e 1v rcs , ,e recP 7 xx.wa re —� GOLLIHAR ROAD P .m p m L cn _ STORM WATER BASEMAP U X E ~LoW � Uati C O �s"acP c4 recP m� e ss-acP SHIRLEY DRIVE rnl ori�n KI A xart ro.oc nun Aorx/aa nrs N ,e recP OI o�msi nun. omsras - W e e i rx"xXO�,"x rxro wrm ,arm ' Y wrm ; a mr axon ml l /�° Sa w� a 510.ra£f n mrm w� � n/axn omas lY1wi s4'acP 11, e recP o ree /rz 5 c a 8 z <; 8 m n m z,GOLLIHAR ROAD Awa _ _ _ = 90 N m —} e cm auxP. _ rc zoom W J V O x Q uFm tlrt x nta p 8 I NGtlt/HPNx YmPoS\ m!P 5laM v.rtP --fm 55 nEm M• S O0m� � ,e recP e recP cP U< 1o'sm.n�£T recP -.k eP b a Z 4e'recP -z w p e K w g 1EGEtlQ o wl m a r 1 Rr w RIRR�s aR RI RIYA�re> W. x w o 5 m > W ar— xnA1 aYc1— oERa= s _ L__J no xE c,EAnEo STORM WATER—EMAP - Waco oonw ixcYxA,�s °a� souc:i-zoo' STR-984 S'. g= vnoJE x 180ROA �ww°x�l.wr°swxxlw°. 190060 A mmain° o YA z i � �-q�•' ,Y cP J ,'n rc s xa �AA�-• S NORMES SIREEf u NORIlES STREETRE rc E FH Su GED) u, O I¢°nmRxrt � VED& ( xP)OEM GED) nE mrAix � wcP ' .D) REMOVED GED)& ny— °wa e.ao CO wA ROW FlI¢nxRw! ux = R, �rz )la BE -Flnww.w! Ens ru S� 'E VEo& SuvPGED)& �a uP - - �a we D ixa'P!tff, REMOV f�x '! Flw�E m9Nx! f�r,a+�! f�xxvmxix! �rt gyi� Fl ,x rlP l0.P)J ,rz aVAGED)N RpE Q W BE 3 EMDVED In G G suvacED) CL � o ® - n WATER BASEMPP � ro cxxxxxanx mnslmreiax. fl°0R U a~ —_ C O Ex Ol L slim Draw£ e E7 Q u £xis rx ns rx _ N C xw.R RE x x�wN, E�1111�Fl nx�° � nmx Eo)� Ml AAKD) «P, R 1.xE KP f r <3 o a �N'N m xwx wx W E W c Fl c G 3VmV W 71 RE -- E - zR acED>& vacED7 VEID ! s�mixi na1 _ _ f�i �LL El ,o s. JJJ x, 'TMx" '^n"" rvac °sem uwnnr Eo> p G l/) � r e W r O �' sc x xvowm! z 5 G U y m rrcNn _ z = W w -- m — ,oxo rc — El 1111 llEl 11— x SHEET 17 PxoPOErDrwxxEx�ory[x.«sExx�� wxo°Dow wlwma175 x WATER BAEMAP 's r1 r( 11-1ED FlxE max.,,,a Ex STR-984 s� © PxoPosro 1-11 SMD ro 1—DI x 180ROA nna,��r.a,slnxxrnr. 190060 z W _ W uonuss sm¢r,o vcv _ troff�en aem� _ pF. • moxucs w� c sci � a rM x,osr w.� tro x roimnl E e.rsr g tro a nor®l + a ucv vvc tro ff�,wam� iro'axw�nl ao RE��i tro ff�.;.or«ni i*o ff n nen AP cawwa non - ,..m zo�� zz— xx , OA ec nwnuml —— rro urm r x isse>' 4 c-vcv W ti m (7 m _ W CL o ® O c' WASTEWATER BASEMPP ~ W � Uati O e vcv Q � -a.vcv a vcP a ury 3 W a N G a ucv a vcv � N xrS ... xe.00 _.n.aa rn„xu1 Kaon�..aa w wo g O�aD� Q i uwo xnwa nwa vewa �ewo " e 8 Qol W c Z oF-mO 2 � � W e c e'vcv e vcv e.„cv e vcv a'vcv a vcv r �O Q 3 O O O O -q O ul 5 a 3 F o i o x a ' e � � ® WASTEWATER EIASEMAP SNE..18 of 175 ass � � � STR on984a EF vnr�x x 180ROA 190060 r ws G z ws W - G z � 7 a smir'.ons•'' e NORNES SIPE£f... u z NORNES STREET a"""•neneee u rz ws rc Pop e• _ a'ws e'rvs ,: '. E ws urc (to eE crSRUXE �1 Er.l arm xwo .wo ewe ewomxoR RmJt iTrto i�wo i.wo iewo iewo xor xz�m v p � , e'ws z ws e' rimy e• �e+nn wsE(�mnssl W �o s) fm eE 1 i (zoos) 1 W _ m �cL ® = as+ercnn+ro msnea ars u+c O c N GAS BASEMAP ©rRTrosm >U X E�' c O F � Q g m e'ws(zoos) W (m IE e�ws(zoon) QNQx c fro eE wuTzul o ws�zoos> z (zoos) 'ws ,�`�, oz W � c (rose r) co nr) G WWW � � x.wT xe.aa.._ xnwT mwT _mwT cowwn.Rad••aa _ x _ x.aa... _ �O 0 e o ws n SKpF m c c c ru uic _ c r om o J o ON e ws s rxE.ixon) O F—O rwre cn u+E r=nnn) w x ws E 1 � c� a 0 o w m 5 r'ws O O t W 5 O c g e O ® GAS—EMAP SHEET- SHEET 19 ta175 s scut:J•-scc' t' rl STR-984 g- remH x 19aR0A —--—— oa,11.as1.11,wa. soo6o ate'.. ee s' I DAa I � oIn I DA-11 I , / r ons TOAIRPORT / I s]AcI- DITCHMH-� I MH-AS, MH A3 1 I MH-A,IMH 81 MH 82 I MHA3 I M $4 MHES I pnw ww I pw I MH 4 F MH-R2'rvow J / I i ' I \\\ 16.12AC i i I. I I DAB I DA9 I DA-10 I I w ;. o m K z m o w I / I I W I I � N 0, H. mmz/ I �u0 a _ I I 10mma a e OG W g G e N M SHEET 2O 75 §R DRAINAGE AREA MAP SHEET ono xa q STR-984 gf - vnoF[nx 180ROA ossu190060E1 so DRAINAGE CHART for 25-Year Frequency Storm and Fully-Developed Conditions-EXISTING CONDITIONS City of corp,,Christ,Design cdterla ,yPwc .<4•s•* Pmj . Gollihar Road 125=b/(d+TC)^e NOTES: 'nkt e-'S ec vv' /1111M, 190960 b= 9100 1. 25-Yuar HGL CdC­UU,f 0 CP,,k Syt—is Ut b.6 blow gull - BI d= 8.70 2, Forth C G Ir,aO Ey Sy't th Purl21y ar HGL al,SH-286,...urr.11,be 2'below T.O.C. CheLlced Bt': - 0.758 5. Theoetcal elections assuIre,eCcal walls'at curb'alets. Dole. July 8,2021 (3) (3) _ ry ar. ff w e pe o u M E v a m •A e m m s ry ve ry o o n v s TO ion 1 1 1 1 1 1 1111 1 1 1 1 1 (fe 1 ( nl (fl 1 11 1 1 Hr.) 1 ) (k 1 1 1 1 ) 1 ) f 1 e 1 1 1 . 1 1 (fee,, eK wA MN A, MH A2 ,541 ozs aes 4.aa ,ror ass 16m oo 24 a,a els I 2 oma 11 as am 146 101 2940 2a. FULu ,�b�d! /"e4,pg;';' son 119 ,1a as as LNA MH n1. MHA3 l a 3 51 26111 1.4 310 626 oat 00,3 596 190 all 111 2898 2111 FULL 1950 729 t90a - e 3 1215 065 129 4.4:f LRA MHA3 MHM 440, D41 21,1 4.43 9991 451 1.666 4e 1256 1a 51 6,6 66,5 4581 abs bag 000 111.5 15 as 8111 961 0411 1334 ' m8 4x� ga�tazo 4 _ _ BI I P,_ LNA MHA4 MHAG_ 0070 111_ 2910 4.A3 11466 _ 411 262 U0 46 1215 12 11 017 1— 1113 3. 118 101 2598 2961 F114 ..44 Ul 1tA 004 13 63 m 5 671 1.65 436 4.43 1927 056 11 IN MH Al MH As... 5741 151 303, 4.43 ,341 411 7,3111 46 ....251 ,251.... 111 1013.... 3o 17 141 151 ...111 2561 ...2531 FurL 1113 117... sea ,4,2%d`„ 3sn ...3377 117 x o 99513 456 NA AS OUT rAL1. 1112 146 as b4 4.43 124 4,1 3a 11 43 11.. 12 IS 11R Uma 4115 311 111 111 21 30 1.371 ruin 127° 111 141 3111 3211 3111 S V) m� E� O R coaPus CHRISTI PAY CC 111, 0s1 a 4a - - - - - - - - Be,,rILYR 1, we MH az .a5 26566 54 141° oola 6rz 22 a azo s 2115 2C 11 IT Is LN R 2 MI R3 rl A_4 '2 1 21 00 14 141, 6 oma 5557 3,11 121 0 2115 2 W MILL 11 131 066 ,�1� 3 167 — eer as of = Lu ,62 4aa -... LNR MH11 MHa4.. 4621 051 2'956 4aa 13090 . 451 zsa of a1 _t95a 157, 1m 1o11.. SO 1S T 4 010 los 2594 217, FULL 517 125.. 161 e 3,s7 ,a 1.o as 1.a = 11 e.e 1.11 4.1' 4.:1 16.01 40.1 f R MH R4 MHRS 51 162 037, 4a, ,4121 451 e11 11 1163 ,111 11e 1m3 74,1 ale 121 111 2111 2556 FULL 11 113 0m 3621 a -... ....x13 3 11 ss :'I as1 ns1 N NR MH 6. MH-Rs 73.4 163 4515 4.03 20361 4v1 l41. 12 Is. 1604 111 1113 11141 411 111 000 2151 2545 Filti. 711 oat 9231 3101 023 3411 W G z a z I. a U W Q F z M Q3_� E<OtOv0 U e SV zx 0Pew w c1� a c7 o u z o 3 z c w w IM U' ey a SHEET 21 m 175 �R 4161 o64wiw<wo. �q STR-984 gf � t vno.i[nx 180ROA 19 0 0 6 0 s E w-�aroXX 1{ n£ama 9' nl¢lex ]uaMn m i e'w-P 5xx lnry u 6mow 5u ux , Pu-NI w�leP anal . x oglma i E"i-n� I ��1,]n ax NaP(�iexi x�-xensr xn w le Nre Mx]Pxl rt-xunr •• •• e�rywnl rt-].le..I�mrnx sc 1 �ulm u nw IeM „°"'rno10Ln -` nl¢ Pal�iwl!PoIE(lrPl ' w<P ilmaxl -xx-a cs.xon x�->s�] (nmXn x�-]I.Ir aox(rel ° •• -- . X Naln® P«r� mux NnP, _ _ .. T �. ]].• N ft-xaw' ur _ O uxn ¢ 2.0 COWHPR RD .�.�._ .m Pu leE le' ta - muuuwuuu � zi nn � �nex'N lPA wK ® •ik auM Lxx .. ••— ••••�•• ., +: NUN I ) E mEAnEra Pauvi Y �µ ix�nnivi uK � —- .•sraa rtx leE .unrnoen m ! . sEem unx •ei�j1 suxe, �mlrt n�ev�m(!ml �u^E�a flwl __ __ 4= ---^ le R^s slonu tP (10 1 Nx •soewx --- - M _ ---- —•»— ^— - � a� a aur �(nnl(aM x.xe se nPoMR w xs e •• cur n nle m le¢(lmlPo� ro1m val[ nNx I I� � `'T _ U� > X E m _ I— ie xw anxan �- r EXISTING CONDITIONS STA 0+00 TO STA 5+25 �N w t- e�X � ] aea ti xe.oe ads O - - U x e s mw.a Er a. I e e nwxs Er, I - I.nc Nnxr aP W eEPORXirXwl Pr,wsr.sEPIEv'Ae� I I I I I i i Pxo acroevx w i i - aas ar aa.a Pm ms wX.xr s caN n .s aeg]am ar cPx roses wamxxre smEv eu(xw ]I.swm xonE,wa mE s \S.a��II ,r<InX xonrx arox snax I.]ax s asEo neral nxX�x aroX aP lea,aw .a w,xaXE an.]�x�n�o rax xoNm �lo-..-P lxr sE,n¢ wEeexx,�IwNE aXA.,aP,� m) � �" ".None gan Nx x .e xn e.aN o x n a„ rnX R m aP�Xx Nax aP X ala ma.roPaEe,Pnn,Xa nu ax mE w. a mxl2v:idt sx.vi im wan Ewer anon Inanaxs eu unE ix'f9faur)f<-xe.a] PNnN ro xxuvenax rn mnsmenox. �•-K ia'(n)(e)f<-xe.dt N wa« ulD lamt J w 5 w : (D Ier N n r ----$ 0; F 0 0 mmx E — + cro ooh_ F.- F EF0 Q c cowHul Im .® m fmsl11.1 E ..�.... d Z. o JO GN Z o o mmx vuE A O~V LL m O eXe Ps 8 POEm Pala PoraN Pala RNx xroNmr `acx Pom Pao O O IesnMPj xnl xauc O 3 w W IM SHEET 22 m 175 s ® EXIS;ING CONDITIONS STA 5+25 TO STA 10+50 a¢onoX c Xa STR-984 _E_ 1a0R0A E oxsu190060E1 xo MH Poem Pac pl(aur,Fl.xe xr �-xa�eee�nimo xize b' �X a as f9fx)n-xe x' �e xcr wW=- �r £ _ wx.r,m °smcwn ax-vwY � W(wl(x)R.xe.w' vxm vw ,K G ure �e xP(nroml�-,P.,T I .A� au grm Y1e a'co(an�-xA.w' 'Mpl o wa ie ixtr ie•nex sroP R](g uel crs uni� roam Pac MP) can°�sroP m - sE xvosam mra urs ax:vwrs rMP) P� sur R-as,Y Fl a , s waewn ee aw ex, „-K sa —7—Y �xx x PPxrrs urc MP) MP) we w� stop m ars(rml �xrr¢urc •P0n mPl I...nw U. (ml Rxw.ra o,<,xK auK�a„ ureP l .UM asr p ie wv p+l(cM�=ini;� xx ie-w< pl(x)Fl.xeae' ��xw• pl(xl Fl.as.eo s I srwa � �K - e-a e.e..� er>�• �r.�e].,w.ea�.�xe.xa,.aa o x �m[iarowianw Pxo amrtbP wr(wool sump f'ax m5 i e]�.ns er re' �� U X •- awaxawmyw�a mx..nm"x.x .w.e..e ma'.•''r ex,.xae x � es EXISTING CONDITIONS STA 10+50 TOSTA 15+75 rn xRa „ xawm o �amim�rawi¢r. rr�arwrior2 A�xx� (el(x)Fl.aem• wast,ss+loos, iees Nnv<HWx a"x-C--narce-srtci®aca•'wufxn-.ernms,.a--smsPowvxruai.wwisowaict.o m. -_w•n :. M��roaan„,nx�•-we-pP__].se�...r]as,a.x nem']wxuxsnnsienTeasmmmuK_Ra rtP u ••-N((r�esC.nlpImP..(aam.p�emvrt.�xl.Fl....rt:..^Fl�.-w..]..vr.aY,i.. u_K �__A�_s s_.wrt•_�..ra..s�e'-.sw: FlFl..a--_wax sRr..xmp_nr __ a Krww ve wmMRe x(x oE —M.:. ,... ••. rw�+�Kave xux+, ac wnoun rt xm MIVnj "�ca eRaw�l�ix_w _x OsQ�+NNG=U� _V 17- _. xxr G Z — yNOZOOZ OOmU O F- O,.w.a - OmNo+ u� x r MON) e'( a-nm - r we Pou=- o vs wrpn ur aurc(�1 Ponm.... �T ie'xCPnlSlxl i<.w.w stow s'^j Paw+(rm) p O M0 1 n(M Poo W g s xe fsl(x)n� mrm une JA ie �� W E x�ffel(x)n-asm �OM(aurl P�-vac' � (nvlfaM P�-w si � ww pq(aurl rt-saer P(sepnl rt-s v V, f: une wrt 23 175 . w°� SHEET m as MFl(ouFlni]� EXISTING CONDITIONS STA 15+75 TO STA 21+00 conn ownwac w I we STR-984 a � w - Pwoa x 180ROA "it Ecr o„su190060E1„o e m rw une III �f�l(nl Mse.re' snssm mm w„ m is•MXcurt rtmrs scrymo6z.aaffx.� M „ wwP 3 - - - - - o _M. o o EXISTING CONDITIONS STA 21+00 TO STA 26+25 V)W U a a uXm cc eyr�v�no m U xu s ter. VIII 0Ih�E min Y l a '�c''nxonn „ �ono „ ao „cxc„ uw�,„ „„un„ c g m r sor„xx- nu xvo„xrt „wr ,E srre ern .�mart sv�.am(rm) c.unrno ws sro [m / ®/ QNQx aassvxx ra�ssvax o F M G N O N ,— — aiw =00= 00 0 .�,. ., 00—O F -------------- IM 0 O m etre rue G ."n ie• xaD you Po „s<-s„„ `. ” a„cs u.s vnm Po� wrm.ac u.e cre� n�.\ s„« ; a i �„rE urE _ smw Po� a.„ �xr Po�mn i i � .e•xP we n � rc e, w<r nicnn i urc ,a a e•wrr M. fle a sxssl 24 m 175 lu 1EXISTING CONDITIONS STA 26+25 TO STA 31+50 'A�''Mo.) x 18pR0A ' ossu190060ED Er so h+^I eus �" scn mmar I _ x!A p N T + MN viii ii ...... � , slmr wrm uxE (�) <wo CO HPR RO rm ..... �o•.s ars unE `�: ( 1 i$Y .. .. ,. .. .J., i �xN rm nlu ax:r A .. �x _- __ __ A US U. awR 7 w.�sR talc ya wxx wiE s \ .w ? / ronin v nre!x.vE�aic taerm"j .S� ' frml tar rma rc u JJJJJ xunna axcmx aox Ria nmw.r � .uxrnsn unrna tar ra ' ani a mn nia Intl ram tae - :. III 5_ l :r e'ar wrm urx _ Vl .ar wrm � x vs ea uta WITSIM _ xcr Mlroan rx-a ax' I NF°' act m(aan�i" �U� A � EXISTING CONDITIONS STA 31+50 TO STA 36+75 "ar�""n�a nT � ~l/1 W xrT lwlanl x.�i w• U�I� xE swax�n Mtn eala"r� O ism Oawlmla"x a ie III .�: r U �\JIF•I4 w '�� �x VIII}} ra x!aIllf a. son w,m�x,�naGx ani m afl.ax" �mM�Em��sar.xn�mEnaaaaaw���nxnaawaµ�xaaS.=.. ro � a�aaa�.rsa a�nan" nmma�w� � DR y V Y rw xcr smar w nE wn rE awm(avl �aw ® 1 smar wrm urx, ,•"• I •• , ,• Q I%Y o _an(sl(an N N r x - - - _ oz F• a sr e • wo i GO HPR RO �_ ,. a O vrlic _ .. r Rwr a .. -.- �lA mE o - JO N Z+ �a m M waw ga o o — - o N Po� x rs aia �M.+xoan rEcr wwm w W W /1II r x.. rx-nns Hurt raeNmrt w""wie \ W unE l •ar wrm urc Axl rxti%ss cI/l' V, x�a mman r�.,os' mE f e^ ann ince! l 11 —E & _S-3 L, SHEET 25 M 175 is an(EI(aN b�p' a _ aono onnwiac as EXISTING CONDITIONS STA 36+75 TO STA 40+50 LT STR-984 �I�" oxEnx 180ROA DEMOLITION PLAN STA 0+00 TO STA 10+50 oxsu190060E1 xo SHEET 27 OF 175 GOLLIHAR ROAD DEMOLITION SHEET SUMMARY oE:scrvlf'nary MUNIT DEMOLITION PLAN STA 31+50 TO STA 40+50 SHEET 30 OF 175 ..,"...m."..�.�.:..s GOLLIHAR ROAD DEMOLITION SHEET SUMMARY "'ry r+ ' —CRI-ON urvlr ouulnncs mir x�DEMOLITION PLAN STA 10+50 TO STA 21+00 SHEET 280E 175 e GOLLIHAR ROAD DEMOLITION SHEET SUMMARY oEscrv1-ON urvlr Qualnnes ti O 2� W m U�I— K O TOTAL DEMOLITION QUANTITIES U GOLLIHAR ROAD DEMOLITION SHEET SUMMARY �/��;^,�����`(S) —CRI—N urvrt 0—nn. II17 ))) R. suacoxn N yxW W DEMOLITION PLAN STA 21+00 TO STA 31+50 L SHEET290F175 W= F GOLLIHAR ROAD DEMOLITION SHEET SUMMARY W.m~ Q —R-ON UNI aualnn. F a H a O o X000, p F coma o o w :�F 0 u o i ; W c W SHEET 26 of 175 EW E �� Coco occwlxc xa STR-984 cuafoxrr - xco.l[nx 180ROA exp .�� �n�wa ,� a )� P p 190060 � cro ff"acorn�"sti,"rm) I; ) , a"e.e. �r �m.>a«, ul ,wo=pcro ® exowrxw.. ..... ., �. g nrsr x.sr me ro ff�xown�to x„ m �, 1�ooff air"r N I "no..n) a'cro ff"mown) oo aE�ryi cr s�aru.°�o" IHK .m) ow.x„cr'o W'W—) x,..',''c��o rows) o WZ7 � '' raumm�l1O cro a ") — owo ` 1f0 eE ) x cawwa aox x wxw.m i w w'" , e omw tto ff natl1XComi _ tto ff Hamm..0 s,cwam) r airs r rmnar rr wrmurc fro �mo.m) "�1e soxw. °iro ff�.vom) O 2 srowz �sr 1ro exs vorvcre vo (ro iezw.m wrcml n°SeE ffvo`m) no recon rvtE. o[uux ® scut. -w ALAI � (ro ec wx omj e DEMOLITION PLAN STA 0+00 TO STA 5+25 Ex s, erEno n� ~V)W tz fro ec x sonuml s a � K _ O U r � w - x„cr xee vI. e•ws wm,Ewrm c"x(ro ex Aamwsn "�Ull 1 iv1) x„cr Pow x�, :x.:: xner w,s�w.�” cro qax. won. cro rE..,.owns � ) � oMlroex�m�, — a N o "o eo a eo�eo � eo eo eo eo o eo W w G n N O o e j z� F Gr1xN� pMN � K =U=V o ow OF—m W �n reow rea, �n ( n xI on cro aes�iezzom uu savzaml rea, reo rea, no recr.wrv)re v reow O O O rrnx fro a iaumml r"cx rcr c"'s rc na aExwM G O (iasR[uuMR a cane mr[run[cro a renom) cnn Ean no xa O F soxwui�(ro a sozawnl (ro a iezzoumle�r ovno racMw f.o reE urv)Porc �a�u"gym a.) � ro yWj a sozawn � g= SHEET 27 of 7S NOTE:EEEEET 2s FOR OLITION crcoco ocnwwc xa DEMOLITION PLAN STA 5+25 TO STA 10+50 QUANTITIESS AND PER PAGE AND TOTAL rrE twz •w.mr � STRo,x�84 x 180ROA nsvcml (mxa m mo Y - E%5f w if tlxB cnxsu1900 s0 xu. awEsu®1 mo amn ,90060 Ener Srom xmna� (w eE xmaaa, Ex Tar(ro fro eE xmmtal (ro m xmmm r xxrwml erom axe w� ner, „aP m mumm r xxrwml � per, (ro eE mxxmml G ( IF Exw e 1 axem r = s - cumn(ro eE xmawnl eumml..... wsrmsrowx am ' _ � iEAer„sF mxa waxwa.� ( Enem,r axa wamaan e n �, �, C4. s f,o eE n..P) (ro eE xevmm) ugi fro rtml soEwwr fro eE xoxouml a (ro ee xevmm mo xxsucml a mrramri i EAn m= s ,ro (ro ff raeoVm.«oao) _ (o eE arrxxa�ro eE�uxxaal R° xma0E1Yenl , s emuwn(ro `wsr im ss ' r&6 xrw(ro ^� currm(m p—E. EXII I. ) mrm+iro ffa aw"YOnI IS m ) d iro eE mx cwni xexauml 1 xrxpeXm-EE IF - -Eiro aE , aim-a wcx w,� asp xl" i 1 c�SeE8lmxw.m oNm w•rmurE(m eexmxxrnml (ro ee cur exsxm exo "11) m eui m(m a xoacm cro e'E�..—)XA1 (ra aml E --- -- - - - ( El. (ra ) inn( .Exon, E.n11 x mna ro°,E ).P a mn(ro ff xmoxamuieul a a �o reeunn�cE nny(ro a� ...eoEvwx�(m a ievmm) xwsr ese ar mxc EA (m axemxamm) xxxxvnrs(m e x�l eurrrm�(ia aamw.m) urv'i Kr xmmm) Go reePxwrv)a aas • ,e n<„ °x Exm„1 EAs•xa& EAe1.T T ex Ewn Pcwrre Pa:E amn fro eE xzxxmoueaal �erzmrozE�t,o mw.m) (ro eE.mr srm ro E.c) Alm— IM Am—• O (� d Oo reEmwra Exm sraw awe e:cr(ro eE xonum, 1 U eE xornm•xxsueml EAST.e sr taxa Ex n Pawere Pa:E �- s a mncexer ® DEMOLITION PLAN STA,0+50 TO STA,5+75 � enn,oro�om �ws no reE"wn) m j R m amn(ro a emuoucaal U Emmo xwuzxn mummy rme(ro .."..naaz:i--w'.fnr:r-r n o eE owml a 0 ro Ener w NOTE:SEE SHEET 26 FOR DEMOLITION a ) mum ro ss a U QUANTITIES PER PAGE AND TOTAL .gyp a a n Rg �1 " , (ro ) ( , ��� ca mo m ixo IT ere-E n.recuwrvj.... - (ro EE n x l M.S(rro ff nmwml ' _ Exe m •-awP w•�,rE(ro eE aT EAST s)sr a xwr cro ��• Ener 2—r cant mxaual nxxm xe w x l xe smaxn(ro EE xmxoual E"jro a nxEexwsi)*1 xwsr smw axe in�sr �s cue ixu (m ex iew.m) ml mm) s m Exm rm wxx (ro eE xE 1 mM(ro a iauouula (IS nrmuxsT)� x�xa(I S, (ro (ro ex muaWnrml IF Eq lz N E. sroax eon • sI,SmAi IF ro n3 3 �w w 1 ml � o N Ens zr P(*a reErnarv) a _ er smaa a�[ x.vn . e �e (.a rewury _ �a w r .A cownra Teo a vsmurm _ .ex• 77 we N e t e.v ar ia•ws aEua xlre ••• �o re ovErereEoo xa f 1 j W F K N O o ( ex munurnrml ruram unE S G O= ~~o s O w Ens aavhx aa�E F (m (�o reErMrv) w mxxmm a msvcml Ener io-rs w xwsM E ie'rcs O i O uxE(ro xoxoun) 'a O J w+ y" a V F lx unnIT O F s (tope ) m, (ro 1 (ro ) (ro 1 (ro ) Lf ) O Oo a ` is ax cora 101.2 r1 am E Ews P otE ( maKm) a (EFS ex amimminunvrt xonnn"E(w a xwr(ro ec ec aEvmm)Le o Ener iw v am xe Emr as v e•xrP Ewsr.z v ar vmx mummy _ (*o eE ) _ (off xn acwE oLE _ x er m sr cant Ens n�x�� aitm�m�wnl mwE(ro ex mxw.ml � ryo reEunrv>a EAsr i. " wtmu ( mxxaunl socvu(ro ex xevmm) � mxxouv e� u®jro ss rant src���e1 w� (ro ff xmwn) � Ewsr p xwsr � mp ws i er e k.Ir m v ar nwx urn Etat¢ amn(ro a emuouaxnl sxcvxx fro ex mxxaunl Ex sr sroax wxna� Q ua bmTTm fro BE g= ExM av V�x'KP (m 6 vndauFu)6P Exm x.�f cum ixo (ro ff Vie) o e., _nx m��) amtm(ro a xmaunl ��'sx axe SHEET 28 of 175 xxisr unn%sw"o:E E.%.—,FF "- ® DEMOLITION PLANSTA,5+75 TO STA 2,+00 vA� xx�sam�e)wx emoe••mw xc xa ttm ex nfamml no ee,I;am)sox a,n rrE naez:�•w—1.- ff nmo m: T`a � STR 984 aTIFR(ro BE xexauml - vxoaxnx 180ROA onsu190060Er nD nE DD m nwaudrl E im��m(io anndmuulml"� fro a°•m�sr�;savun sa w 5i iAae s cant prism Ewsr m v m m Ewsr as v aam ixD m vm o fro 1 �a°dmvam) Ewsr s is e•.rr o+rrm fro eE impml re w recw a Ax��y�+� DOrec "c ret, vslduzc(roawuD.ml "c ret "c ret" � pec c ,z s."w 1 .— . Esi 1..A°Hjas m ee IF xuwnl � ,. : ,• ° �aD a cowxue xD v. a m m .;: inn Tres EE < ;p ci� w oo xrrva ro � swsr se�acne.a° � a a pool � „ cold(ro me mnc�l (!a a�wnne.xud! vamum(ro eE wwuml Exm sm r unro Ix xdmrtuj a Oc atop r�,r s 'iro aE�.m) ao RFro xa� Ewx..•!aE PB�o-mi t o"m nil o saD..'d40(�o°E .nl w°! o jas wwum:xa ww.vm) �ixod flmrtvm) 1 eE wuslmHm ri.l(!a We(io a°.7 ) Ro aE�.wM me ua ac ss "dnaine°E CY—) mxc va ulEEa�u a�.Axnwm. I/1 Dnncwr(ro m muouml sn aemur(ro sE mvdEv) - ��) U-K DEMO .i-p m muoum (n c vi LITIONN PLAN STA 21+00 TO STA 26+25 scwEaaz .mrxmnm n..wdr � W U R~ NOTE:SEE SHEET 26 FOR DEMOLITION � sm!m a.m aam .E!rot d cw IF dns ayr p �'q � m ms�ml nvom QUANTITIES PER PAGE AND TOTAL w (ia a nwoml Ewsr Srwnu : (ra ) U .1E41 III IFnnR.vnr wsr m ml n�ro m s�II sr�x an EW. jg VIII} I mx,D.m) Dnn Damn D ro IF Da m dm) w ?n m Adm) Ra Rom aa.°nl r)�111 x m sF ccm oD�.xa a..E,:�� dml... i �) wni f1l rd(rD m nvD.m) Ewsr ns sr mxc aa�Eruv"(m a ndouml E m!slag ane xiii s Ewsr m m� E�oneDl ... .reca Oo xeuwrv) sDEvxx(ro eE wuaml cum:xD (ro v 1° ) fro a'� cu Ex. �Ma ndmml E1p9(ro eE muD.ml N sr ! .... F. we N srvuml�NO � } t � mD wll�incum � O= a M1 W m!a fro a wu°uml W O aD d Q e i Ewsrmve' ..d . mel .ANON Z(~n .vP awmunE � '+ , r cora . 0"zaw(!a fro BE rdHD.ml ,� •{ •{ : mD amEp Da x = N G go § < e mvom) i GDWHPR flD mmwumlED U=f=.) F F J O F o c o c £ dsr m v calm .oa xExwrvl"Pum `xsre[Nnw`�u` u owere voce .. o O O m O w T - �.... mD cutin 110 "rxP"1 O a mndwmlP° x G G17 I—P OF dsrafle ndoemlm ) varo <e i E aDwra aa�c 1 e 1(Pro maull)m M1D Mm.AUFD) N Z s•.v cur '- m dR(ro aw ua Ra �F mxwnmdvro sw wP WE PE E"gyHD ° W wm( EXIIF]f mvmEv Dam ndmmlas a mvmm) a:(m a levmm) rrtn�ro ec�wvmml 1 mm) V, gE ssmn ( i Pin sr : °E w»s!m ro°TIDO omE"""('" p��l ff nEr�ioum(PI : SHEET Z9 m 175 i fFN dmr c .zu S0E""" tier s e s mnc R°°E °arzxn ero m mvom) EXIIF 21 tier srwnu cmm H�! ds V^ E v K I croa.°E a,Unnm, nmono omw nc no. (rD es nvD.m) s s ane DEMOLITION PLAN STA 26+25 TO STA 31+50 amu!sum E� cro°E a",nacz •-w w,r r-. Exmr°1 wood m� a .. STR 984 Ewe1 nit e•crs 1 a ar w Da m ndouml °= n(M.,E) wE crD pE rmD.w) ° is is is is nnDaEnx 180ROA 190060 ' sr ml ITevn C-7, E E4.1 11 ewouml 'e El I SF S S _1E IM E 3Ix Is cu mwmml ,7,1 E41 I Irl 11 EM SE (m M 54- P 110 Pr aro E4' (M E -1 Pnl Vitro E P-11 p— A— x x Ell 11 1 E Sl.47 —E E 3.731 S sr ea .n0 777.7 E�l _—.E M_) E4. 'M-E E411 12' X Z L E 9(M E LE4.1.3 (M III I rtl 4(IM Wlewoumll cin M10 on rvJ 1f0 U- (M—==D 11F I9 c rte Ira E=.,) DEMOLITION PLAIN S QU cc Tll—11 IE S.- -,m E C. 19.E E4. I M. rewW . ......... El 1 11 recP Ill IE\1/111)\ E z Z E— (D m0 o Ill—El momz= 3uou o ooem m w;7) o o u % o 7.1 E LE S 11 E%71(MI.IR IMI IS M. —12— z —7? ==(M�E—1) IS IS R EX6. —Esr 1 4.——M w E. 271 M E .1 L]1�1 IE 1,1,1,) SHEET 30 175 & DEMOLITION PLAN STA 36171TO STA 40+50 00 1 sews naazNOTE SEE SHEET 26 FOR DEMOLITION —1.-4QUANTITIES PER PAGE AND TOTAL STR-984 Z re d�'aory , � o006 E, e ,w Ec ne reca fexx+)(ry/oM 2+zs.a _O szs IT) 0 0 i LL ,.— ro„ a reEMreu� A n paT)«o�� re2n«reg, Preop s eau, re,arel E E E.a,„e PSE arv, as, rere �n rere ,n ,n rere , a ee + rere rere s OLL o6 s e u e � I re�E me o so s�MMEry 6 ` . Ngo s)ui irocl o` ar ~ l t2 o B rec jog Q) � Preop a mm `u' Preop rrea,rorean 12 ucw r. U� � It _ rc, ti fm) ' 1.1 ol, . M- t a�unacrnon ”- xo,e(„) a, a. U sa, _ v s,n e+,s.° c°a �a,v<',j K O STREET AND STORM WATER PLAN AND PROFILE STA 0+00 TO STA 5+25 cnn,rex,«L°,reucure uc,uree wrere,x,woau`E c --11 IEI e ��rery Ervn arerervs�rvre nrere�wre,Ere urvE re , ofrere 1-10 LO 1EIF1 aE En sE N K N W area,,oa OF cures(TINT) C C 2E O Q __ xfmJ Enn,asEury c GNN� OF d O Q 0 p= rn o f ^S 2 D Z s�o.1ax�,a. _ s ,m + —U V `s as o Ess,,r wn 11-E o O ¢ o , �OmH Z n e azo ar OF-7 wi azo 00 G W d F - - - _______ ------------------------------- ¢ to ------------------------------__--_—- - ___ V F u E.ws n,c,ouc-i aw. ------------------ O _ cw _ _______ r __ O n W w noxs NH I f9 a3 no RE�wm` a —E1 31 m 175 21 1 coco ocnwixc xa STR-984 o e« STATION ¢ x 1802OA ossu1r90060E1 so f f f vaavcszs a or a � uo„'�oryis' Preop care w,"eMTM ae w�Tre��rMI sw4 s ,reg �re� re re .re .re .re are .re are a" c reewH Preo reeve urM — vreov wausu M 16 _ K _ �rert2 re G=c Preop,z 17 1,a„w HE 12U U Ems,orer vzv <,vreov ereE rerorewn U j W �m K O U QFIL­ cau��oH wEH woa�vHc xcI' „ ® STREET AND STORM WATER PLAN AND PROFILE STA 5+25 TO STA 10+50 rermreo wrc,uuns or osEo�u1x.uJocoE azoaEMary e III c� NIL a m^ yxj F mGV = aJ oo Preop Tap or wren(exm) 90 F w — a,Tr<.> —do:aTmo i<O O x 0 m Q o O Nz000 Z '� N ls,�,„TTre.E 00so a g Nw z -------- ------------------------------ zm 0 0 ¢a m W F E—„,1 rerew avrre O (Toxisre�uNt w w x U' ea no reEvaHi` a SHEET 32 m 175 �� coco ocnwwc sa STR-984 o e« e� + + + + T+ STATION ¢ x 180ROA �sooso °pry, 3eR°n°ene ° �rere- ,o °,°Pre�reE Po3re re ryn , � �� IT° >' 11 - 1-5- 711)11 s _oo°LI ,.. 14 �re Tre 33.-1 19.1.a RT� rec �T 11H 4 ��RD LI,are s. 21 no +aroz12 Preop z cel°we wn ere�ne nROaa°v rre- m- � n,vre-v tree n.-re n1,n u.� s N�6oe1 m8 z n n so�rviR�c)NC W K o p= N� `G�o� �� is one am o3W e P-oPeLI�He �_ enxx� +d< o =°w 0° vre-v,-recv 39 s,n z,.3,z as RT a G 0 vre a ax 0 m e en 0 x 0 ° 131 Mn<9 n v n � a73 1S , v Cl n CD— -I III-00-1 LIM15 OF 3 ® STREET AND STORM WATER PLAN AND PROFILE STA to+50 TO STA 15+75 °DEe n E,°sm°n,a,ouc, k s°n or cure-. °n rec n n T1°� �nc °1�wnT-1 e�ree 1 ,� IFI, F�ELIou�rv. N W x N W Gay^ nn Gy„ Got Go.� -�.`� Gom Gtln oNml GN� Go.^ W Q F n r.13, (L—)w,,,n, 2 ure-hTxm) Preop T°P°r c () W — 0 d 0 oODG Z p x-1301 aTmo� x,0,311 2T/-,1 11prtTmo s-,o..x avm N Q zoo.V z a N s n Es, fi-1131 aIi 3-.,.°za a» ,. aT� 3-.:.area a» w y a g 3z- i O Mo waa zm-----------------------_ - ----- ------�_ s encs nTmT lucT enrvn __ _ ` __ _________ ---------- ------- ?w O V w O m ( __- O I � 6 (T- re[tifuM W Ep A1111 J11u ) � W G 3:�sr ' A,-� STR-984 vn°�[nx 180ROA re ry E„o4 re 4 EMErv1 rv�E o190060 E, N uRa N/R,oP,"01 ® � o /oE, o 14 oP w� ,reE rv�w�rere k re�nEre=���reE rv=,< re / � Prep ,o„reE lrervo�rere ry / a e o ,rvaHs,ory ory srePsry sos,o Prveoes Pos uE orvorvocs 0 - an , s o i o P 6 ox[sY e _.4.. _ _ 2n aoP,o.o-o�eiR ' 12 P 000sry r ryes — i rvwry PErvnrenl ory s s,se Prea4 us v or 3,g e , 0 14 rec4 sso usrvl <� 1 14 1 1111 re 11 wO ll rv' Gw sad PI 11„ rep�rvEry �re reErereE a,� na — = „ 7­ 110P — R R R R R R sPI PrvoPe1 ��°`EES` �=;A` 11 e,re/�) m woo. re 'FEIIE 14”. :a ire;i sP.oE m p v_i _ O reIT / =,A n ro ' P _ <> Gwp re r � ~IGS. E (1)01) �- P () ) ,a z (1 IT vmmok4 cE (ary eo/uuu aL f)( ) ~ 0 w aE4 ( ) ,e RIP(Wi foul) J ops,Eo, Ere �rervolol"° �dry E1.�a4 �� „ —� o Cl ��ry reRarvrvs PreaP Ire re� Preop,re re� cE r,/> R� �' Cl re�P(���,E11re1. ' �PreaP curere reoMP } a1„- D77—Ell M re=«ory reE„ Illi cvn orv..o,�,rvrre,srreuc=ores w„p&su,s orcorvs,reuc, STREETAND STORM WATER PLAN AND PROFILE STA 15+75 TOSTA 21+00 na,ssA)i ACJ 11\/J corvlreoc,ore,o cooreo rvopre are 1a muMErvc H�so soc.,E us scys ,.cress,ouwsorvs ores,o eoc.or cures. H\rl J J. s.: `rvrrensreuoureE mrvsreuc,ory '.'-4 toss cry sysso-to uPu ni°<s,reu�,uresuss cau,ory woak rvc rvsoa o1e.1 sM1s ar sco usM,wo oseas asuows 3.NT” "IT oua eaNre s«awu PEe reoN a saoM s+sr rvc—IM w 1 s11 ­011'IFIFIELI Q E N N W K N W o 44I sK�s POF I—kEurvE d d PaoP,oP os cu = W PRQP as a.e.an O F ¢¢F GNN� oa0 E QOOG m o F s_ S x S o Eox _ Z _ ccs Pam _ sm s o.<ex , _ ax �/� ) _ Ex / IT­ o 2 D s s n —lILII -,.ns:mn s-„,c.rren sw�s1 0,�,ou1,c<rvk s--,_,z mn 1-41,241 J O m N ¢z + $ 121 w Exisr,o'as ,xin s-1.411 NE10 ) s+ossx[ U' 6 ffi o re Paw u, w x wa G O f --_---_- ___t,__u_v_)_____ areyr O - - - - - - - - - - - - - - ---_i ____________ ___ E7 241 1 0,251 M 3 m W W (i F4 � t10 rewwrv) I I a= sxssT 34 m 175 aPreoP,a=ore ereunnw/,re=,EE1c,� Pe ea4m°,'s ��°'�ne�re �awoowaaw<wa_ _'c es �a:Rs G STR-984 STATION & vno�[nx 180ROA sv"Pas'meeT'Pi c�("� 190060 Tv�°un a anTP���rz�pop®ac _ xwJ�o�e II 111 2-2-1-1111 E ...°:..si's_,.s 11.1 1 11 Cp `— 1+1f.9. ° reow ° off ti� s 0 -14 41 p a�� 11.1 2 Pso°reop e w°Pres eIENrvcc � p DRWixREANuroauuT O U� Nu Ex Si ou[PEP °,52 a npu' �X U�� +o vreov,c°nouT �. uwh sd�� a om C, w cPu,oN..P,a,NrrePsreucTuree w°ren�M,s or consre°cP°n. ® STREET AND STORM WATER I-NANDPROFIIESTA 21+00 TOSTA 26+25 nines: °- ((ZEI) anON I ILE 11111 1-1 111 -1 rzn _'N'EN-G n PeT T IIIIIII NFII,IONlInKIT'O.FNEL oP�rere 'a ou—rv. N W f M NNQ W e Tw-e'a Mwuo.oeee Ssn rzz+ .s (eT) Mun, GoV = PreoP TOP 1111 W xW Q J N+ F ss° re�e.�n.ss TeasamE p0 ~ p a Pre�e'recP(rvl f�rv)FL-1-1 Exls PVMT P V!W 0 Q 11 1.111 e- F Q F Pre za'rec zs.a� O a m 0 rn z rti ^^., fi.azo + 5,Z=V Z a o e `s sa o '/+w cess 1r wPTEaune ss I'll wl p2�Wuti OG_ 1 wZg!L FN+ 01- 7 arzo —_ iz _ ________--------------- G QO w A Oi NIMIN1,N0 I W c 21. gS I ft()'z _ a sxeel 35 m 175 §a21. coco oc.wixc xa G STR-984 + + + + + STATION vnoz[nx 180ROA ..................... 190060 -7R'z"R., FnF 2� ssdes FIR,"1 111 11­1 F,11 "IFF111", 2, 216,�l 3� FF­ 2­11..­''IT, R n. 2­ 1 FFIINI 111D F111 N1111F IN 111111 11.1 1. 11FIN- FNH.11 11 2­1 4 IF 2 'C 2' F`%�"1 11+.N,)TFF­�I 11.1 17 IF IDIN Fl�'I 17�Il"I� I...-Fl..11N.1Eae1...., 11111,­1—(IT)F.1 11c N 71-11 1,7­,F�an.Y 1111 N N1 R� ll.p 'F oF GOLLIHAR RD Aw 71 7`­ '1 2-111 21 'IT) 17491,­ P 1111 17 11 11 2F411,11.1—11) Ll c`, LF OF re. 111,F NINI 11p, ZT0141F.R�O��FND D c V) 71 LF-FFIN N 7- 1111 11 LF IF 11 III IF110INT IND 1�2�1­III-IILNl 'DI 7 Cl rmioT 1 8 SI, PlFl 1�LF IHIN LIN'FINII (L LIR, CIF"IN Al"I NTA"PICTI L-5 OF IQNIPOIIN�� R S-26121 TO S-11,10 ((ZE!I I.NTl­R T.I.-NFII- _F ILI L T,IF DI-51-FRI IF I­ I�N�FTIN%,INL[PF7F""l`l4.PN`4L'OTEINICNNE FN'NTRFI�TTON NFPF5TRl­lE IIDFnren "reIMINT ren"-1 IIMIFIL INZ'FT'l'D'I'CTO:Nl lI.N III F.N NI LIFF 11IRPI�NFF,IONTIFIFI TR IELI 1EIFY LOCITIFN. W o 0 0 '0 Pl.P,on IF'T IFFIT DFIFL NFto o o 5-1111,IL1757T z o z 0 00 Z< 151(LT) 1--­(IT) (T) IIFT 11 1-FIND 'D 00 so <Z + IFI.2'-EILINE I 12. I------------ --- -------------------- -------- 2 ----------- -------- ------- -------------- _ ------------- 0 --------------------------- ----------- ---------- 0 rn IF ------ - -------- -------------- 0 ----------- - 0 inn z 21. )INIMININO I TT 51.7 AAFIHMI V NO 5 � 2- 36 m 175 2N 21. 21 STR-984 2710. -0. STATION HUM ossu190060E1 so 3.53 oiy GFrc oiN i^ d reErvry S 3I�5B ry or rd � orvo o[aas a[rnavu �m ;,°"owF Pecu°arewrve "� �deeuecrew,°ad�,°Grv° m+eacte� reurvrvc „o 66 � ^Ea 5u 11°rv° xc°arec ( 111 ua�BG1111 ze Pre°P E6PreoeeorvcF s+a 7eTkiPFs•�'°� Nom w 5€ R m R m PaT x�x p P� COLL11AR RD raa ate) a pan — mry rva ry E — 11 15411,11.2- amps s E°c) °P �Q)� E+, 36-61 G�Gz G OP 11 �v aS rvvEE cy urvc�mo�ry 9 . PROPncansvn waes u r.ucw e.'3euvuLorirvcE YF LX, Mol'AL aov se r °awe °eo ^zm -1111L I— Cl U _ e z d oreE u ()(J w s (....vrp. 1�14 111( )(/ ) a 111 so acv 11) )T)T r +rzs s ri vi v� v� 11 1-2 QFIL� -115 0 P eecn 5 R °Y AND STORM WATER PLAN AND PROFILE STA 31+50 TO STA 36+75 a� Or cures. & III °ry rry �a�rv° ry A Ta°ry "" 1-11 �n10—11 rlrvE � T � .ou� rv. N N W K N W N IG.on Go' G.o. F.mr ^M G.mM mael G.m. `G.mr W g F t` 02 W w ro Pre°P T°P or 1-(acxm) — 00�~ ¢OF E+.s,wun 1 e,sEurvE In q �a 0 S fi-as,x cren O m a ¢Z + n n % Eeo �n �r 0, m w I I I W 3°e r, a 1 3 ---- - -- - ----- ------- --- w O s �� ------ - --- - ----------------------- p ---- Ow < ------ --------------- w ElN reEuaw` r,�I reEuaw` b a -ET 37 m 175 coco ocnwisc sa STR-984 o e« e� + + + + + STATION ¢ x 180ROA 190060 I P�— I 41 P, 114 7F P" 3,Io NE, I Ppll"�'%�—17.31,11) p—I II.p 11 11-1 1 AID e11 11,4.1�1'11�"7 8p� 11-15" 8p�� °EeaaEM°vu P'T 18"rea1 C� ET, —ND S70111 PLAN AND PROFILE S-16,7170 S-10,10 I ILE III 1-11 IFI,I.—A-1 F�ELI IElFl L.—III, I'll,IL I-- --E —ME—G�O IIMl-L INZ"AT'IT III�-ll I K N Wo p oz jy o4 —1 IF cures 0 ZmLIT Il_-IEL rvE E 0 E Wo Opx P 14. 11 1 lz (L-1 o i xmzx 0 <z + 0 - --------- -:7 7=Z7-7—/ 6 7=1=7-7 0 ------------- ¢ rn0 z 1711-1 411.1 STATION °ssu1r90060 s° hull e iia' m a n�xr a i .o'[i*,i(°M Mxe 1° E u' MI f p nrn ei I i ,a rwe °uxcrax eox/uwwie(() +`I m ie faun -anal e° ex w S—)fu/arl�-:xe.r N x o au '^ w-"n< (eew an/wn�.a.e o V ( l1.3-3 u) o -1 21' .3_ o U STORM WATER LATERAL'A-15'STA 1+11.26 STORM WATER LATERAL'A-13'STA 3+98.75 i—V)L, z ti } o U ac hn / IA n..,, 1. vj ex w'ps(E-)O/°u nrl Mase 1 n w�.w(°°n m ie xer(wn f<ryx si m i�ce M)(0.lh"Ailxem� .ree aen " , .e � no eeunM wmn..mxc y;j a G Z Q e Nom+ F W rzc sac aac F - ° s,rz ocP rm en�rve s 400 W o € we a°A V V Jo of o ' me xe o a o s ( qgq �a p un 3— k O g m° nuE Mr a i.y ° xen aeA 8 'sm I o l ia•) ryG: iarEsr.E ...... N e a SHEET 39 m 175 A�fn J>>V J<v §z STORM WATER LATERAL'A-14'STA 3+98.75 STORM WATER LATERAL'A-12'STA 3+98.75 A '!A H\YI J J(; °ono°nnw sc sa aez. nz STR-984 IV veo°[nx 180ROA 190060 I a"R O.W. °v a0.l,.2 .1.0.,a (..n war "m ON) T T 111 314 31. Kp LI) E Q) . . . . . . . . . . . . LATERAL . . . STORM WATER LTRAL'A . . . . . -8&A-9STA 15,05 53 -1 l'STA 12+�159 STORM WATER LATERAL V)L, z3 rerP W) Cl El 11' 1% .4 =UID) ON)ft M. PreO.D 3.13 0.)(.) — EX M" W 344 34. Z w 3.4 -a w- .4 mmz= a L) o� p 7'�� am o m o 611 1-7') a a a u O W-d 00°r rPr°ure=a w c, cIn 2.=.' -E Al��l 11 ND1 jl\"'No OR STORM WATER LATERAL'A-lDSTA 12+43.51 STORM WATER LATERAL'A-6&A-7'STA 17+71.86 wmP —.E A \ V IIA "I N ossu190060xr so srn m.]ww. Nrl , x(an un nx nx c .....: rN-iw rws ro•]urcnax mMunm ( 1 mm.mw .ao an-M s �xs) rn ii.>s si Mr xx(xl e'as pen)fn) i a leas .ma(sl(n) -=ms _x�a:e:.o atm=) ___..." ]ee �.o•ma m and � m.w.. w](en(m<) _]e.e 'i a s' •ma m and�-xeAe m-]]„ ��e�ma M)roan�-mn ��P eo 1m�, .csc°y:+__�-` ma Ml(ou9 rt-ms ,,• F O 2 STORM WATER LATERAL'A-5'STA 17+70.96 STORM WATER LATERAL'A-2'STA 20+34.43 ti V)W wz wz U Z ti Z. maN (nl C-four)sUxeu ]e.c mxM.vna=(e xe 1 - PR aiii Asa (mri" ,a]x�an a ='All (xl(x)f< 3 Ear nE a ie•ws MI f)n n � rA e'ma(sl(aur)rex xsoi Z W W.N~ F 0 ­goW c.c Z . Q o] O O ul 0, 9L ¢ ,o p G o 0 ( ) n 's (a 1 rs _ wmr e•au urx (a ) am vx=n) (ur':-i 1 17. 3 xe. Mi ISI.. Mr•m]1 mn xea xe.o = p F g •) Jjy W { ne aiveeu sc nervun= rro fNi re) a cuirerewPm. g$ 1 SHEET 41 of 175 §R STORM WATER LATERAL'A-3&A-4'STA 20+34.43 STORM WATER LATERAL'A-1'STA 22+16.87 conn onnwwc sa - twz. nz. � STR-984 �q gf � • � • - vno]xnx 18aR0A °ssu190060E1 s° ze mo z.n r�ar r..wvon IIA 33, an •r.7') MO lr°q > >.r 0.n ffO 1_. M.«°a(s x1) `. .�.. .�, A "fir ��rvr .csc•_ ( .sA snx* su so"cumin rv} .-� w A `� •••+ v.rc" °1° cn�imur °xn jrosec uuaitilE - a e cns I 2� `a a (xyII�a.•e� � � `'•: e P :. a I ar.K•I � s •,. °.. ar u.E�.•1 MA as° O Q) STORM WATER LATERAL'Gt'STA 27+14.09 STORM WATER LATERAL'B-2'STA 33+13.63 i—In W wz az U Z3 U III17 1r.=�=0 1,.,a.an( 1 c.I P"1�;,°r• .nµ (,2. a MI °ea a-ix rare a°'sm x�r MI() s ihi �- „" rXrml ° r, - r.or mnc �ucr,e I aGyx sza WWW N � e n.c 117 c.c 9 u Q0 W p 00�Vd _ax..o'd .o: >eo zao w " 1.. 0 o0 0 are rwr a an ure.... 0 O m 0 E W W G O g$ SHEET 4Z a/17S §R STORM WATER LATERAL'B-1'STA 31+01.21 STORM WATER LATERAL'B-3'STA 33+65.17 conn°cnwwc sa - aez. nz. � STR-984 �q gf � • � • - vno°[nx 18aRPA 119—7- 006 34. Q) STORM WATER LATERAL'B-4'STA 36+26.95 STORM WATER LATERAL'S-TSTA 36+ V)L, az U Z3 1, F IA— —golm wo mz o JU oomw o 0 0 0 z O STORM WATER LATERAL'B-6'STA 36+42.67 —..I-.—1 -4' 1190060 cREEmxmo 3R 90060 - ------ ---------S MCU-T IEE . . . . . . misEcnory (D Q Q r, O � xE- CL1�TMP AND SO-LK DETAIL-PLAN VI- C, 5i (D (D It z cur 2 ow A 'U. �rvErl- to E.L Zr A' Al,HMI V NO o.w o. 111101,1,N0 7 mzx as Uou oam o ---- -------- o < ME I TF ,U_ T o 8 o M-1 o T, "'u, z w W It -1�uwxm (�),CLIII,:MPANDSII)-LKD-IL-P-NVI- -T- NEET 44 m 175 F ... .......... STR-9 -E. r.0060ee. ,90060 ----- r�.wso g rcr.�-]]e� � i J .�, ___ _ _ __c-]] a c]1nm. r.c.c GOWHPR Re 'J .� V) � ■ ®.. J 'u� U�ti W ,3 scc j12+00 p rtnsEcnary � J J - 3 N w Z 0 A 1Ol V)1V J J U A AH\hl J 0 Z W go W . w ¢ II (. pm- w W j J Gy�N Z ON F Gom m o x O S uou Z ,.o.c-ecx arua�ee "j 3 f,1 f,1 Q F --- rear Reemwxr rc rre arc ooem d W 5 I' _ ___________ ___-----------------------------------____________ mxwE1E J LL Q� ` O ricer s/w 2nHea Qe rie+ewarm muxurm ,J � U � 6 I' x 1sas.¢(or.wrmm o s I'� wow�war ]A, wow en s0. etl wow war wow war wow war wow wow Q wurc s'xs'rm. u�v W wow YI war war x � 3 sxssl 45 m 175 CURB ROMP AND SIDEWALK DETAIL-PLAN VIEW ,J eecoeo oenw ����-�o� � s 190ROA i ..s• ss ses a e ee A' y .,, � ,,., ., ,.,.. y .,,. 190060 —-- � " � •yc-zvs IRE i'ni•• xc->1se 4 1B8V^�S d" �• � z I iiwm •�� , e i i a 13 IxrERSECnary., Z$¢`� x � 5 f." arc.-vee nxgn caxvcie n-�sa '� '� V7 CDWHAR RD noc. •J ;�� o Z D ; RAMCURB P AND SIDEWALK DETAIL-PLAN VIEW Q � �m U Go RD rosxs,unt '^,� R�xxo nx�r cxsr un x l_, / s3 : 1v n c vss 13 MRS-14 c sia N DMILo y Mfl y W Z uM c-vat A 1Oi V) ~ U p= m m A n -v.^' aivv swim. ms II go._i_ W LL re. nr rc-ves II ❑ xc- moo Z p a I F y Q O G G O m -I F- Zuou Q Q Jpmy d W e I.. a oc ercx ar anx pF—D �p yG G ¢ § x G m � rre an rase F c mxcnere O U wan swm a sn uu oG —— Q � :.rei I Qx rrert�anvam muxvam ; U E uc.rc.-zve —— mus sari¢fan xmoum = —IP cur—-- mwy ,. W 3 oea s xs C " neaana 1Pma �E1 URB RAMP AND SIDEWALK DETAIL-PLAN VIEW 46 175 za � per{ � STR-984 a� �a - nno.lenx 180RDA 9ssu 190060 er 90 N-S DON I-1 oo /----------- i 81988 - ---------- 15M cur ;CLJR IMP AND SIDEWALK DETAIL PLAN VIEW CUT - -------------- o O A' A("HI ' go. �w I)i I mz w lo Ou. a o.m qm mzx z U, uou < ooem w go.L o o IN— TON 00.—R. F.EET-- @ CIIFIBZ�P AND SIDEWALK DETAIL-PLAN VIEW STR-984 onsu190060 xr no s e�nom„ u.E :, eicee se' a vw cur -=s..e � _ crt. we-m.s rrc-vn 'a a' S. . . . . .. . . . . . wM."mrE c-v A• G-" r aw cabala --�" e e nc r 1e.a 15 irvisxscrnox ""�cewvcie ` oc we n e xun munc wacx xn .o' sA� .on' s ra.c lL tr o cownPx wo msr mune sa.., ® H scuxCURAM RB P AND SIDEWALK DETAIL-PLAN VIEW U m O w` { � e P+ N r � W K o LL� O A)I)I,H 1V J) �/ y^1 Q U ___c-vex WWW% 3 _____*a xww _____ A A(:H\rl J J<) GZ � II L pOm~ W LL n Qoom z O = Q. v=v a s 00 ee ee „oma: c°°° o io o sa�ox wawwu< o� won en�„ww�wo ,) o v 4 CURB RAMP AND SIDEWALK DETAIL-PLAN VIEW ® QJ CURB RAMP AND SIDEWALK DETAIL-PLAN VIEW ©"'vX0"`sEN sud - - - me AV „�„ y, / TI cnvno�xnx 180ROA onsu190060 er no W 5 N— lER5E0110N OEiNL e o<. BA.•. y - _ e 81988 or „ n i i f QI d K � RAMCURB P AND SIDEWALK DETAIL-PLAN VIEW e O 13 �MERSE—N OE IL N GOWHPR RO Y1 e 91 ab P!!GN O — � _ go. p om F � F KN1oNN Z g 3mzx O m r cw. .w't Foc Fice rc cmm Z= o p Jr m O O n ' e 3 tuna(rn) .•. .- —— S1w Cui '•-w nn[ O[qwl f rtx U E mmrxl p O E xe nl rc-:]]e x.e.nl 1--S-2m«�=]roves �� 3 U W©ixaxc er. W S SHEET 49 m 175 CURB RAMP AND SIDEWALK DETAIL-PLAN VIEW AND SIDEWALK DETAIL-PLAN VIEW nKono onnw xcw STR 984 �pp88�e - nno]enx 180ROA xxsu1900601rM !o !c.- cownnn rm t� mrzxs on .. c. eoc. Sa' 9.r axaxxx .o' I � , I i � "z L ® M CURB RAMP AND SIDEWALK DETAIL-PLAN VIEW Q =m - a boo m t O ra rso se cawnan xo "�w�aLccnan _ _ ______ _ _______ e Z m m � „'�a(x^I •.1 c-.... c-v]9 1 ••••<(n?T !oc l.cc o!cola F O N rF Z O P xw! �aw Y Mr6 p� Om a SPW ai m� rc. rre a uxe �S G=S Z ' xe-u,.i xc-zv •..• Q" xwx says a]n xxv p�m� �� e x.E.xrla-:]5. xaala-:Sx. �� a a mss` o U m m p E U a J ©�xxxc s xv re. aw � W xx W s m - W I rc m I � -` SHEET SO M 175 a o _ L _ ® (ICURB RAMP AND SIDEWALK DETAIL-PLAN VIEW xsc"xx xxnw xc xa n -�c STR0J1�84 x 180ROA f f f f f f 190060 • a-am n • b� s. Q b a r.a-]... O vx, a F �'� e.n• yi.r .c couiwa ao s� �c�'c �a_ en' eo< ,� a"; Vl � {0" eac. vn. 13 oMucccnory ® O CURB RAMP AND SIDEWALK DETAIL-PLAN VIEW c r s m c O A s sA "� cownnn R° icnsccnox ocru� � I N A A(,H UI J 0 W w.w Z a a A iav carts < w twos ' ? f :'� e.sso1 rat re¢a ane O O ao~ F U G m N N Z m n�nm°nmr ., w mm O m Q. V z V Q Q ak Qxia sort e]n xwx om Sow OUT _ oFe� g •'•• xe Pr ra-:ue xc.a ra.-z]x ESW .srxmm O G Q rm munarta m.� O O m D O W i r 3 W 8e ® o SHEET 51 of 175 eg &CURB RAMP AND SIDEWALK DETAIL-PLAN VIEW necono onsw xc xa per{ STR-984 ossu190060E1 uo e 4 J 0 2� U STA 2122 90 12290 DRIVEWAY DETAIL � STA 1111110 DRIVEWAY DETAIL I— — n.".. arz a sr„•.r�anz r �!j (�O ti U w7 3 N W�rc.-uee rc.-a.i1 i.G]].95 r.aw.er W �N LL n - ___ __ O ___. = W O! ` e � WW a 9' g i w r w°w r wxw—y y w°w waw w wuw wa,G wuw a, SGC== g c-i io c-v rz - c-rrssr —U G W ewa, wow wow wa,-g wow wa, wow a, ww wow wow ww�. wow ww wow o 0 m y �O"a o > s ~e5 3 ue-zwaz G G xe-z.a: 2 u.E-zue uc-a.z: ng G O Z W ( w fs SHEET 52 m 175 ® S..YTA n3��38;c5 DRIVEWAY DETAIL ® SETA 14 z73 50 DRIVEWAY DETAIL A 7i 1i J 1 1\/J).' §z rzcoro ornw uc ua it180STR 984 vro�anx 1rGRGA ossu 190060 ---------- —— ——————— Aj wow -4`7 Zi 33 STA 11,91 12 DRIVEWAY DETAIL STA 23+56 40 DRIVEWAY DETAIL Al)1)I NID "' , NO V)L, A' \J! NM 11 1 cc om 7 S (D goe oom Pz. 0 00 O S-244+5516 DRIVEWAY DETAIL S-21+5151DRIVEWAYDETAIL onsu190060E1 no —wow worewore wo wow wow wow w _�,�' - a - - a ---- a- �3 ------------ ' S-28+19.00 DRIVEWAY DETAIL ® S-29+07.56 DRIVEWAY DETAIL >- X S, 81 NO K O e s ue-s,.s a usiva�xxencrer a-.r,a: N WW( c-".graax wow CW.65 wow reow cw.5e reo re c-�,.if W � LL m O r e ------ -------- _ .m oAa � eO� Y 1 O > s G U 3 O Z W W O gz a sxeer 54 m 175 ® SS-100,1100DRIV—D—IL ® SS-1116110 DRIVEWAY DETAIL necono onnwwc na a �x a �P � STR0J1�84 §� x 180ROA ossu190060E1 so Oila s_ ZI Jg - U STA 32+20.00 DRIVEWAY DETAIL STA 32+79.00 DRIVEWAY DETAIL >—V)L, m , /��; S) s (SC!I W I N LL FNNNN b r g3 N n g3 SU=U g �ONm Y e 1 v NO G > s G U 3 O Z W W N ez SHEET 55 m 175 ® SQ^TA131,4390DRIVEWAYDETAIL ® SS-313,9200 DRIVEWAY DETAIL eecoeo ocnwwc sa a x a T, STR0J1�84 §� x 180ROA ossu190060E1 so cis, ZI Jg - U STA 35+01.50 DRIVEWAY DETAIL � STA 35+85.50 DRIVEWAY DETAIL O "g Q W ww w wow w s�N N LL W O F p-,NN� HIM g e o2am Y 1 NO G > s G U 3 O Z W W N ex SHEET 56 M�7S ® SQ^"TA171,5950DRIVEWAYDETAIL eecoeo ocnwwc sa �x � STR0J1�84 §� x 180ROA coxsu1 i90080E1 xo s�� mssrlwoon uaere .........T _ ,Lc an rv. �a�srvs c f- r ----------- -- I - it d 2 DETAIL FOR THE BASE BID NO 2 CONNECTION TO GREENWOOD O 2 U w scut.,-,o W I rn U�1— K O U ,��rv�cw rvTTTrv,o"Td°��s onT �ry n�kc n�E rvi � W a rns vnvcu�rv�ry�o uuuw xis anvErnErvT Tncl:con* W N J F �iuesrorve sE Evve fa rvT fmsc neo rvo�z�lE exis en oseze ei c'ooPn�OiuoM�u„°E cor��wEsF�,uT H---=— — — —'S - eas4 un�Eai orvneuc.otsme ouncunc O na =N 0 UZU 11m 2U O COm? a °e 'o rvaT , � °TT1Po 0 -11-11 11 C U U mrvTEry ° r6--�PROP.CONCRETE TO EXIST.ASPHALT PAVEMENT TIE-IN DETAIL(BASE BID NO.2) TEMPORARY PAVEMENT DETAIL ��/FULL DEPTH PAVEMENT REPAIR DETAIL W w z w x U' fg a SHEET 57 M�7S 6R Coco occwlPc Pa �q _ STR-984 gf � c vco.l[nx 180ROA 006 cis 14 ----- --------- mx - -------- -------- 15 srwaur 012 p 1 11 1.S --- ------------------ -�q --------- CONCRETE BUST PAD AND BUS TURNOUT DETAIL(BASE BID NO 1) U- �7 WASTE.ATER CROSSING DESIGN&BYPASS DETAIL S, —2 7-- GE!I u-I- IS O Tr J 7 E....E.1L 0 0 smxn H sm 11E wz. U) ESSE TO M. 000 n o2am X, a 0 w 0 0 z 2. wr 0 0 0 0 0 Z W eS t2 RETAINING CURB ADJUSTMENT AROUND FIRE HYDRANTINTERSECTIONDETAILSS Ia SHEET 58 m 175 ag 10 GAS LINE ADJUSTMENT AROUND STORM INLET SS, NO 5 Al A STR—984 ossu190060E1 so Al � r o PLAN VIEW TREEPRGTECTIGN DETAILS w7 U �r J 8.0' a a { W oz sr .as �os b T____________ ____________T Q f W GNON Z. !� SS.G.=S. VO o�OaO� F� F I s �f EXISTING ATk MANHOLE G u U (TO BE ADJUSTED TO F.G.) 3 SECTION A-APo. !' ip JUNCTION BOX NIANHOLE WITH WW CROSSINGA 7i 1i J 1 lk J SHEET 59 m 175 l' scut woxz -� wn l-iMu sa ss�ims1 '1 ig CURB DETAIL A"A H\rl J J<) necono onnw sc sa r f ;,-II .t„ STR 984 vno.l[nx 180ROA Bssu190060Er x4 GENERAL NOTES *111v ?'�!1'q4 TRAVEL LANE TRAVEL LANE I.DETAILS FOR PAVEMENT WIDTH,PAVEMENT THICKNESS AND THE CROWN a mrr Mari.i OR SHOULDER TRAVEL LANE TRAVEL LANE OR SHOULDER CROGS-SLOPE SHALL BE SHOWN ELSEWHERE IN THE PLANS.PAVEMENTS TABLE NO.1 LONGITUDINAL STEEL WIDER THAN IOD FT.WITHOUT A FREE LONGITUDINAL JOINT ARE NOT COVERED BY THIS STANDARD. FIRST ADDITIONAL STEEL SLAB THICKNESS REGULAR SPACING BARS AT TRANSVERSE Z Z Y Y 2.USE COARSE AGGREGATES WITH A RATED COEFFICIENT OF THERMAL AND BAR SIZE STEEL BARS AT EDGE CONSTRUCTION JOINT EXPANSION(COTE)OF NOT MORE THAN 5.5 X 166 IN/IN/•F AS OR JOINT (SECTION X-X) LONGITUDINAL r-LONGITUDINAL LISTED IN THE CONCRETE RATED SOURCE GUALITY CATALOG(CRSOC). SPACING SPACING SPACING LENGTH CONTRACTION JOINT CONSTRUCT N JOINT T BAR p 0 _ -- 3.41 THE REINFORCING STEEL AND TIE BARS SHALL BE DEFORMED (IN.1 SIZE 2 X C L STEEL BARS CONFORMING TO ASTM A 615(GRADE SDI OR ASTM ACID 6 1[N.) (IN.) UIRnDE 60)Mt ABOVE.STEEL BAR SIZES ANO SPACINGS SHALL ONFORM T.0 x5 6.5 3 TO 4 TRANSVERSE TO TABLE NO.I AND TABLE 10.2. ; 13 50 CONSTRUCTION _X. ADDITIONAL 7.5 x5 6.0 }TO q 12 SO JOINT STEEL 8AR5 A.WHEN CURSE AGGREGATE WITH A RATED COTE OF NOT MORE THAN 9.3%10 IN/IN/-F IS USED,TA%E NOIp MAY BE USED FOR ' B.D a6 9.0 3 TO 4 18 50 LIXNGITUDMAL STEEL AS APPROVED BY THE-EN GINEER. 8.5 -6 8.5 3 TO 4 17 50 'X 5. STEEL BAR PLACEMENT TOLERANCE SHALL BE./-I IN. NOR120NTALLY AND+/ 0.5 IN.VERTICALLY.CALCULATED 0.YEPAGE BAR SPACING +. ; 9.0 W6 6.0 3 TO 4 i6 50 N44 LONGITUDINAL CATCH TE PLACEMENT WIDTH/NUMBER OF LONGITUDINAL BARST SHALL a ix9 F FT r T 9.5 W6 T.5 3 TO 4 15 50 $TE EL CONFORM i0 TABLE NO.1 OR TABLE NO.IA. 5 6.PAVEMENT WIDTHS OF MORE THAN 15 FT. SHALL HAVE A LONGITUDINAL 10.0 x6 7.0 3 TO 4 14 50 JOINT(SECTION Z-Z OR SECTION T-Yl. THESE JOINTS SHALL BE I D.S a6 6.75 }TO 9 LOCATED WITHIN 6 IN.OF THE LANE LINE UNLESS THE JOINT LOCATION 13.5 50 IS SHOWN ELSEWHERE ON THE PLANS. I� 11.0 a6 6.5 3 TO 4 n TRANSVERSE 1!) 13 50 STEEL 7.THE SAW CUT DEPTH FOR THE LONGITUDINAL CONTRACTION JOINT o (SECTION Z-Z7 SHALL BE ONE THIRD OF THE SLAB THICKNESS(T/3). 11.5 x6 6.25 3 TO 4 12.5 50 C)2(n vl C C C C C 8.WHEN TYING CONCRETE CUTTER AT A LONGITUDINAL JOINT, THE TIE U 12.0 W6 6.0 3 TO 4 12 50 BAR LENGTH OR POSITION MAY BE ADJUSTED.PROVIDE 3 IN.OF W m 12.5 aG 5.]5 3 TO 4 11,5 50 Z3 I- CONCRETE COVER FROM THE BACK OF GUTTER TO THE END OF TIE BAR. U PTITF9.REPLACE MISSING DAMAGED TIE 8AR5 WITHOUT ADDITIONAL m 0- m o 13.0 a6 5.5 3 TO 4 11 50 _ COME..it IX1 BY DMRILLING MI N.10 IN. PEEP ANp GROUTING TIE � 0i - - BARS WITH TYPE[I1,CLASS C EPDXY.MEET ixE PULL-OUT TEST F O w C12�1 0 REOUIREMENTS IN(TEN 361. U SINGLE PIECE O TIE BARS TABLE NO.2 TRANSVERSE STEEL AND TIE BARS "-�2 TIE BARS 10.CON ROG BARS LOCATED WITHIN I6-IN.CE THE TRANSVERSE CONSTRUCT(ON JOINTS(SECTION X-X).USE HAND-OPERATED TIE BARS TIE BARS [MBE RSIGN VI BRAi0R5 TO CONSOLIDATE THE CONCRETE ADJACENT AT LONGITUDINAL AT LONGI TUOINAL -LONGITUD INAL TO ALL FORMED JOINTS. _ VVVllrii ))) SLAB TRANSVERSE CONTRACTION JOINT CONSTRUCT[ON JOINT PAVEMENT OR CONTRACTION JOINT '-LONGITUDINAL PAVEMENT OR THt[NN'S5 STEEL (SECTION 2-2) (SECTION Y-YW SHOULDER EDGE CONSTRUCTION JOINT SHOULDER EDGE 1I.LONCITUD INAL REINFORCING STEEL SPLICES SHALL BE A MINIMUM ' OF 25[N.STAGGER THE LAP LOCATIONS 50 THAT NO MORE THAN 1/3 .i BAR SPACING BAR SPACING BAR SPACING W- (- OF THE LONGITUDINAL STEEL IS SPLICED 1N ANY GIVEN 12-FT.WIDTH SIZE IIN.1 S[2E f[N.W 512E (IN.I TYPICAL PAVEMENT T LAYOUT AND 2-FT.LENGTH OF THE PAVEMENT. V3 T.O-7.5 WS 48 a5 48 a5 2q PLAN VIES (NOT TO SCALE( 12.THE DETAIL FOR THE JOINT SEALANT AND RESERVOIR IS SHOWN ON W 8.0-13.0 W5 48 p6 98 a6 24 STANDARD SHEET'CONCRETE PAVING DETAILS, JOINT SEALS.- NQ (J 6 = W Q W F F QOO�F � o. so-Fm.s BAR sO'Fal A.RAR,ABS Fee O:N ~ Z m e L'S ADDITIONAL -TIE BARS INV BE aNG[Tw[N.AL F 0 N O 1y L/� � STEEL BARS 5� 5 NIOINT SEALMTERigI ING JOINT SEALING sl'Fax•s VAR IX 5euE PLANE A5 JOIMN iER[Rtlw ss-Fm AR �'S .900.G F O NA f I L ..EIER5E BARS SHEET/OF 2 5=V=f.) U y TiE B 5 StN�� A SAW CUT-.. T/3 J 0 CRw IPLE PI t TT Th IN.CLEAR 2' ...::. ''•''' IWXU Dep4YWmeWx of WWe PaTWelbn 0 d U I/i T /1 O Z BRANNSYERSEBARS 1-i ,ply -;----, CONTINUOUSLY REINFORCED o 0 0 C C O D C C t w SPLICES ALL WITHIN 10 FT OF THE 1-1. -LONGITUDINAL BARS TR SVERSE BARS 12cR°TRAGEGTRSF BARS CONCRETE PAVEMENT 0 ZS IE BARS W. SHOULD IN SAVE PLANE AS TRANSVERSE BATS FM OW LAYER STEEL BAR PLACEMENT TRANSVERSE CONSTRUCTION JOINT tOtAli TIDINAL CONSTRUCTION JOINT 7 - 7}O 13 INCHES W a T.O Ix.To .s Ix.sues.uAY BE PLACED A - 8 SECTION X-X SECTION Y-Y LONG IiUOINAL BARS FOR io.o In.io 13.0 IN.STABS. W E CRCPt1)-11 °C LONGITUDINAL CONTRACTION JOINT gE SECTION Z-Z ez 201 �, �• 11�' SHEET 601 17S 6R C4RB BRAWIxc xa q STR-984 e{ BASE BID NO.2 ONLY - PR4NE«x 18020A Dssu190060E1 DD CAST-IN-PLACE CONCRETE TRAFFIC TABLE NO.IA LONGITUDINAL STEEL FOR f_ 10 Fr 1s FrJ� BARRIER LOW COTE CONCRETE AS APPROVED BY THE ENGINEER SAWED CONTRACTION TWO LAYERS OF 30 LB SEE CONCRETE BARRIER STANDARD FIR51FADDITIONAL STEEL JOINTS ROOFING ELT OR /2' i%°EXPANSION JOINT r FOR TIEANCHORAGE DETAILS. SLAB THICKNESS REGULAR SPACING BARS AT TRANSVERSE T/3 5Aw CUr DEPi� PREFORMED RITUAIitAN15 LL [E BARS IN ANY CWdi 1NUW5 SEE NOTE 12> + FIBER MATERIAL MAY 0.N0 BAR 512E STEEL BARS AT EDGE ONSTRUCiION JOINT PIECE OF CONCRETE TRAFFIC OR JOINT 15ECiI0N X-%) BE USED ON NTE FIDE BARRIER THALL BE. INE SAME e 2" n .° .n•n n CONCRETEn' A. SIDE OF JOINT. 51 DE OF FIE JOT NT, SPACING SPACING SPACING LENGTH ° T BAR O p 2 "-' PAVEMENT° (IN.t SIZE ([N.) 1[N.f (IN.) tIN.) ° T A �•,°. �T 7.0 W5 7.5 3 i0 9 15 5p ° n e• ° ° e n .° IEs_... , S C�-FIDMT T.5 a5 7.0 3 TO 9 1° 50 e , BRIDGE APPROACH 6.0 06 10.0 3 TO 4 20 50 SLAB '1-1/2' I PREGNATEBSFIBERBOARD Ffl" WITH DINT JOINT TWO LAYERS MM4[IUNOERLATMENTI CONFORMING TO ASTM D 994. 6.5 a6 9.5 3 TO 4 19 50 n 30 LB ROOFING FELT n. (JOINT WITxW TIE BAR51 LOCATION TE THE JOINT WILL B. 9.0 W6 9.0 3 TO 4 iB 50 AS TION PEO BY JOINT ENGINEER, 9.5 •6 B.5 3 TO 4 IT 50 TRANSVERSE EXPANSION JOINT DETAIL �+ 10.0 a6 8.0 3 TO 4 16 50 AT BRIDGE APPROACH FREE LONGITUDINAL JOINT DETAIL @ t0.5 •6 1 7°5 3 TO 4 15 50 11.0 a6 1 7.0 3 TO 4 14 50 I� EXISTING CROP NEw CRCP V m 11.5 a6 6.75 3 TO 9 13.$ 50 + EDGE OF CRCP PAVEMENT M[N.30' gR LOIGITUO[Xe.l JOINT E%(STING PAVEMENT EDGE PROPOSED PAVEMNL 12.0 N6 6.50 3 TO 9 13 50 MIN.10' FIN --......... -........ ° a CONCRETE CURB TO DE rn 12.5 a6 6.25 3 TO 4 12.$ 50 ° REWVED 11F dPPL I<dBLEi3E ,HE MATERIAL - ti V)W Fz L 17.0 p6 6.0 7 TO 4 12 50 ° ° e ---TPdN5YER5E CONSTRUCTION JOINT U 4 d v STEEL _..TIE BARS EY o m LONGITUDINAL �A • O REINFORCING SPLICES EOG'OF CRCP PAVEMENT ° e e ° r T/2 U OR LONGITUDINAL JOINT .n n L DRILL g GROUT WITH- 3 DRILL AND GROUT WITH TYPE ilIL CLd55 C EPO%Y. NO" 25'FOR ag BAR �� III DEWNSLRdiE TH THE BOND SiRLNGTH OF THE TPYE III.CLASS C EPDXY IN 21'FOR•5 6M - -- EPDXY-GROUTED LONGITUDINAL BARS BEETS THE REQUIREMENTS OF PIAL-OUT TEST SPECIFIED IN 1. F DENIHG WOI1K.pEMONSTRATE THAT THE BOND STRENGTH � IT 361. OF ixE EPOKv-GROIrED T[E DAPs MEETS THE REOUR ILENi9 OF OPTION A: DRILL AND EPDXY 2.SPACEaI IF TPARK ATC2,(ESPACINGEMUSE1 w6 TIE BARS FOR B°AND PLAN VIEW t NOT TO SCALE) THICKER SLABS.USE•5 TIE 8AR5 FOR LESS THAN B'THICK SLABS. N W I M LONGITUDINAL WIDENING JOINT DETAIL BE G I I G KI E srlxc CRCP ! rc"� iLi N i I 1 I T'.PARTIAL DEPTH SAWCUT Q O f W ------------------------ O m� O ® ANON Z m MIN.36" F B°. ' NEW LONGITUDINAL STEEL BARS SHEET 2 OF 2 _ O= F O �-° ! o-IJVO V N F L - T E%POSED EXISTING STEEL BARS T/2 ,lW.vew OepertmeMMlTetMpavNtbn e's OOm; I - CONTINUOUSLY REINFORCED o0 0 0 -- CONCRETE PAVEMENT oL3 0 / IN THIS AREA THE BREAWI NO OF THE EXISTING O ( 12-FT WIDTH BY 2-FT LENGTH L12-FT WIDTH BY 2-Fi LENGTH CONCRETE wi LL BE ACCOIL ISHED BY LIGHTwEIGHr ONE LATER STEEL BAR PLACEMENT O JACK HAMMERS AS APPROVED BY THE ENGINEER. } - T WO 13 INCHES �+ STAGGER THE LAP LOCATIONS 50 THAT NO L%iVE THAN I/3 OF THE Z ANp 2-FDT.NLENGTHEOFITHEPPAVEMENT.AANYGOTHERi LAPT.WIDTH OPTION BI BREAXBACK AND LAP CRCP(1 I-17 w ICONFIGURATION MEETING THIS REQUIREMENT WILL BE ALLOWED. m G EXAMPLES OF LAP CONFIGURATION TRANSVERSE TIE JOINT DETAIL fl PLAN VIEW I NOT TO SCALE) EXISTING CRCP TO NEW CRCP a SHEET 61 m 175 IRABINADDIANHA.. STR-984 "s BASE BID NO.2 ONLY gf - PADJCnx 16020A ossu190060cr so JOINT JOINT MIH0D HI J0IN1 SI Al NG COVI'OUNO rAlING /z /c /a" comvo�uG � COM°LUNO - r�'I "'T SEa<<NG I mN IN, /e /a_' v Nr / /s / o coMPcuND -•- Fn Too ' SEAL"NG --- --- _� ' OME Of VI1 OMPOUND , 0 \ BACK[ n \-BACK"R PHIL RMF, MBI A UM_NOLB AIDER # —F— ,� �— \ ROU ROD OR ERGIV LENTOS �>/ \'-� OR EQUIVALENT. �— / -JOIM1T SEALING MIN B /' _ COMROUK] PI TJMINOUS FIBER /w ,����{y/,//(///� DATER IAL 10APDS -^k /<.�, OR FQ.IIV,FIT. 5 ' LONGITUDINAL SAWED LONGITUDINAL ORTRAN5VERSE r ANSV_RS- SAWED IRANSVEHSL IORMLD FORMFD CONTRACTION ..OTN- CC NSTTLC-ION JOINT CONTRACTION JOINT EXPANSION JO-NI ISOLATION JOINT I� DO li K GENLRA'.._ NOTLS O U 'c wm M'--`I-IOD A: PRLFORMLD COMPRLSSION SLALS ti DO w � WCS) CllVS 6310 CLASS 67ti o u41 rss onIrRWlsc sIQ,vN IN THE u+ANS, r-nI.R MFT loT A .,R M-nIQD D•'MAY Tr US-D. c3 A, z 1-17a=LDCAT'ON 07 JOINTS sxAl Be AS SHOWN els=WPFRF IN TP-IIANS. ISz ON ]BE N"11DINA- a �T SPC 4 O1NEN5101SRc1,ER01,RAM1OR 3GSHOWN LN MEIiOUAALSFAL LA BEUINNA^�ONUAM1ClwWI HSHOWNFHEFOHUER�NS o U o _ SCI ON..O YIS AND II 'AW-1JD LNI S. Nd - PCS ~ .,5 ��� COMPf E55 FOM1 SFAS MANI.A^T.1R_R'S RFCOMMLN]I-IDN. D III T h R P TO iUS 6:510 NO IL SI AI ANIS AND I I I RS I OR I C Cl ANS II ICA(IONS. 6 ' b FD l EAWFD JONCTTIJFTNAI .O NT, L-NGITUD NAI OI TRANSVF—CONS NU(TION JOIM1, LSE L) SL LAN'. CL SS L OR E UN_ESS OTHERWISE SHOWN ON IHL PLAN OR APPTOV EJ. N 7 FOR TRANSV RBE SAW-D COM1;ACTION, TRANSVERSE FORMED EXPANSION JOINT, AND SOLATION JOINT w LSC JOIN Sr AI AVT C AIs 5 OR 8 A NFA JOINTS. JSF JOINT SCAT ANT CLASS A,5,Z,OR B rOR y� LONGITUDINA SAWED LONGITUDINAL UA IN A ININC LX15i.N6 NO NI 5. % w 6 CONT2AC ION .,OIhT CONSTRLCTI ON JOINT B INE JOIN S 5HA L UE LEAN-D IN ACCO13UANCE WI F IH .TEM 138 C_EANING ANU SEALING JOINTS"OR Z Q Q LI-M Y15 CLEAN NC ANI SEA-INC„0 HIS AID CRACKS ILONCREiI>AV"MENT)'. tl5 I�/z 1'/a OOcD� IOL d? B ISULAI'I04 JOIM1iS ACCOMMUCATE HOR.LONIA-ANU VEH IILAL MOVEMENTS EAI'U CJR BL IWEEM1 A PAVEMENT F e A GVI LR, (.LU M1J NEW PAVEM,.NI$, UR AROIkp pItAINA(;L INLET S, MANNOLL S, TUOIINOS-IONS, CURB AID N N O AM1D A ST RJ CT DHE' [SOLATION JOINTS MAY BE US D FOR BRIDCF ABJTMENTS, I4TERSC.. A ANC_.CHI ING =-too,G F O f--PCS ;TRLCTURFE. o mm O j 2 -PCS JOmw GO £ r v D "0. ,itrwx OepBllmBxfmTie(1yMetlax O O O N,. PeerOHMEB CONCRETE PAVING DETAILS oo u o E __ TuNfOTNOUS FIDFR o MATFHIAI BOARDS W. QLIVAIIN JOINT SEALS z g IRAHSVERSL SAWLD w E CONTaACTIov JOINT TRANSVERS_ FORM=J JS-14 FX=ANSION „otNr e o a�rw.c SHEET 62 m 175 §R ""�"` - cone ocnw sc sa aq STR-984 a{ BASE BID NO.20NLY - veo�e«x 180ROA oxsui*s006oer xo g. 0 m E ;. o .res an a r f�`4':,L, amara .. � e�aP axe erA a.eoao s am �" A m,r.�xe ....s n�an erA,n eoFl. .-wx A cw ..�rows � l IN jnn s mc�1nvn fa:�.wim:)eo awsr we v a a�min)n U V)IW— e a`s a B0 a a U w ® WATERANDGAS PLAN AND PROFILE STA 0+00 TO STA 5+25 cwnm nna .mono ren a III} s o is na "w is come W ul O s vos _ + n.Swrr.�aaa, - --- -------- r __ __ O xmzx ae o A,x, vmv ia•aoo rx mrveme y >e.o o J O m y C7 + 0� 0. o p a� ewv a es Axa , ee �y i a xe o. O W o O a a x.e a n� oxo: a-.a• e°« e $ z � au x.mn xr 4"1 _ x..o c W f� xxo c.- , xx0 sxssr 63 m 175 STATIONe - vno�xnx 18aR0A onsu1r90060E1 no a�aa r _ z - - - - ,- - -r- - r - - - - -, - - - - Wai SIA g ewsr .a]]sfu wn w mmn 0.°'Inrl r aw n/uu rye li c v' sss fro ff nom, r wmr,rx]°Y1a•x�a0 O U In 11711.s.11=1 U V K O —TE"I"I AND GaAPAN AND PROFILE SA 5+25 O SA 10+50 cwnm nna �"MMM VIII Ohl fro .nusrzo ro ru) urmi nooml nan° g O s ncuom ; °� y^f Yl O ]°o It ®�e, bmxe°oo bw o __ • _ ---- '.� ---- _n_ro exr— wmr e'ers_u_n° •u' _ - f.EJ O__ __ ___ ----------------------- - -- -- oTr�NmfN IA 11 QZga O G Rlffi UVCl o0aWZw OQQFO+ e _. rnw i a xso m 110 ::.o a SHEET 64 m 175 STR-984 A - STATIONrno�[nx 190ROA i i i sossu�nsn sxxxr xo. 190060 - PmP e•wxmxxx mxr�mx fro �` G s, '� .a•x..e km1 mawren�e ®'� £ � xro � PxoP m 1 m a•us s sxxr L o°m,w,� "M Fri = 6� a1r"so E°�a� e� a� a'off oao�ml a� e� cro el O� NO • 0 x�m a w e GOWHIR RO hm ' x ♦gym aw u = ew �rzwo 1 �.ury rzw aw xw M7., : PmP wars urc �r� a- �ey p]a �mxnx<rnx e•n•rxx s.ama.11r�mvnr sr.1a.re Is rwP�x-csm rc mrvunx a r w emm uxs.musrxxxr PmP e�maxwnx xrnxn a "0110 Po�mrz vat e�rxe �r _ w U w7 ® —TER]AND GAS PLAN AND PROFILE STA 10+50 TO STA 15+75 cw0m mm whom ren " ((IC!)`r) s 3 x. ares feX W W n e4 00� (ro ex mxxrnm� I - ^ m O ax o Y .Isv rve•rPc I- xcnar� °mxx .voxamr m �'+ LLL s _ ro fx I-P- mnurm uxx r -n:l ire r azo = O in `a - e. Ixx7 xx, Q W. z e ao0 — a — - --e----- -----------------------e.e nnurm _ _i n i ��qqxx F KHaO'+H z xn RAE]xuxu�! 10.0 —— ¢ E.. �, ------_— O o ---- — I ho:imzx Q J O m (7 o g ae o g PmP r ca]o Pvc wrmurc " �ab m.o m 0 g� n ^ter e 6s�, i rwr e'rss ulx; % GGrj Om Vy O` W H l m.O Oo ¢F eo W O 1 n. G ]0m�rx W 0 .a ia•le mx a ia• r rc xcno x.o W Orlc� a m9m m n xee qr) m e4 xx° xx�emx.e� L—J A1111 vMM!",IJ,) im -eb'Iev.Km -A J J<)5 xx=.. SHEET BS of 17S §z Pws ir°ira is oiP. SII .l(:I,,, nx0ono omw xc xa STATIONo - Peoaxnx 180ROA .o'mxfl1n L_ °xsu190060 xo E. E. " � nA� u.a aa^�xax a r.°.�,.°� •wry °� g s;`"' ' �ro x�lxx,r a�;��° ° �aP w�xw„� „ ^°P,a•�we ^mP�n�°�; ,a�•w��e �aan m s�����`. ir°a°PeE���F Oc.P`Pxn": - _ t�'''•k,o,'�q• ' e e.er°croffuP ax°"eea °bx°?Aa "' 'irA41-ni - �-� - - - - _ fig• e.ca o'Asx iro ec ecx�rsrmeeml .m1 sx r"pere.a arae'">o°`,xrvus a wn .nac'x i —W -- STx e.xraw.°•ntl ewc ee w�a,r°m.uumrre°E_1 " w"m"P"i PPs<xa -c nc —�it �.„.naaxrµamrn•; O v .Pl1n re9.-E m.x _2 � o- >d wiamiam .. c'^ wxna� iexaurnrm) S I-Vl� - ` � � Pimp�a•cem rx w.avewe � m Ag H A,g d ', U z Eg o c W GRffi G^ 7� O w WATER ANDGAS I-NANDPROFILESTA,5+75TOSTA2,+00 mf1110xrxP"crcie m"m°fP�61�'iuim renrn:r""Ar1Ymo G0X51P " A! N!J11\/J) ' A HMI J J ' II xawa,•_a wxr,-• _ OhIl A A a P raP°P°ate arms 3 HFIZ x mnxxrna sx. vno` n P°rimP °s m tto ee nxiomj'w0j1 o 3x °x °• Iaglw a-.n•�... ..x ArF a _ _ _ wxrx.�aa. g o+ ^W -- -- b° --Y-- --------------- ---------- - m ___ ___ ON -i i - __ -- la.° Gya o ----- 8 5 SG O= ~ V U aeo �o PiaP�r cnm....Pvc w.ermuxe n u >A.° J O m m C7 + fGi FO�•I pin Q Q O F s� x�x- exnm x-a exxm ° une n.a°.s°w�rnlxp a:� O s'Owl s'(ml cora w W x.° P u°ia csa u°ia i ' Px W e a a u'evas � cs � a-..eaves v9°aN1im'�n � e4 xxo x°ixn xi mx°flnisrnw a:=s- _. _. _ awe ::WTAIM ° a sxssr 66 m175 §a � neaon°°nnw xc xa g g � STR 984 - vn°�enx 180ROA °PP,x�r.P,sPP33rP°. 190060 F� a� °� EP�r e'1r"'o xE NP�a -� woH wory woH wory q � s ATE 8 °ten ryes Fl� n nn + Zi Zs ca ff a>,�x ro F�1 �aPr P�wP�x xn "1a PE�x°.mi ti m eE.d°xexB1nero jai a• _ _.. mer.a .�w. v1 v)L, m o w a U ® WATERANDGAS PLAN AND PROFILE STA 21+00 TO STA 26+25 cwnm nna � ren ^ III} s _ a (ro m AT&T SE ) F amnu A :A ne 0.rM11 N �m M._ xn nvnlPnux n'41 �(m swui�um) ay LL (ro owns % y 3x° s - WWW N _ LLL - __ -.- a:.° g o. + ____ ______ i Q3 F N --------------------------- ---------------- no es axa w.° yy Hy ao a � J 8xEun rvi appy a ae° ng o wmr�a•a°°we mavarnE ng u >e.° Jmzx O apo y C7 + e ow wmP e•cis u�E G� fp7�V� ON o O ¢F o f.1 W m rn nsn mmnn < O y (nrl .AP%1i° =" /m"�asv3a ie sEc Anwrvxn��. J. mrox'lass Sy W war urc ¢ v/aa�r[Ev/�a a�13E maEcm� ar xaar �i ° ° i e.e wnuan i 33° ea 22. o SHEET 67 oa 175 ST R-984 STATION° - vn°�3nx 190ROA ��I � ° rcc �-ry�iEc nrnxr ecsmar mnrm m vrm °ssu190060xr s° 7TF w ® a sre n.ae.i.iown sre xa.m ea iu'm°�« mrsr nic nmawr m.ei. iia qr) rwr.vnrmur mx raw i e mrvunE nro s�"'� I .: a e•wreeurc caxn � �im°Vkrix �� �^.� � 'e ono suec�X`mxcl " dk IE AM =xi m 1`a'Y1' n w Y°Y��1e• 1ME 1e• xerm }w •0.'b x Ix• Y a w I o O O o O 5 �� — a Pmusrm ro Pcl m mgr ic'� w1 '� vim[wiwtiE qrl n/ m xamm)n _ (ro W Imtlua°) o V) Exex9a; m wmP.a re em°`� 1ro°ff w roar _ msr ix ao> a � E Ex R U m„a .. m mnrm woe a rEa,r ecrpo pi v) t. PSP°• 9n a a�.�°�« _ - w FW m m U K m mx h WATER AND PLAN AND PROFILE STA 26}25 TOSTA 31}10 cwnm�rarer xmnsracnEc.mx wrs aP mnsmm A1I 1I J11\/ AJ mwx GAS,-. n �m �°.w n A H J J// C11 s o W W ixro M (ro a caart nu1F"m Pn°u P.) G y ax° P�ae;"a•� °<"n --- z o '.. --- - .. --- ----sr. n --- o — _s s -- - _ ME"m isvxeEv 3 z M a oo eE.,P ro - -- --- — F z ® �0° I]'K'Btrtle MP.Pms) mPpqv wixt ix 0 = fVmVaN e all y l } PmP.• WE w Z < O G O Q s xeo (r+P.Pus) iw O F ....nem :fo _._ H 21A O O W m x 3 e rc�i oir 5 rem mv�ix� ar <� ¢ x. x... r0.is Nrl fPOP (1 m'°c" via xe•r¢ y 3 W g e. arc canmip �..= r¢ r E PcvoN<�cxc) �F" G E °a.. :maon a�..em n �' x- aarmm G•�j LJ Pm � 'E O e� xx �,�• m wmm _ __ _ _s 33.0 o SHEET 6$ m 175 or is o.P. � ems.°Eacm nmon°°nnw sc sa §z 5 STR-9 P.— 84 STATION e - 190ROA 190060 rods wn rot!rs� jr-v-mvi,.= F-- T- 7 RD IQ + T'i + G01—RD ------------- Zi I...) M.E we LI) C)-r v) 1. —1 WATER AND GAS PLAN AND PROFILE STA 11110 TOSTA 36,75 WMIMI 1 w I .1--E 1A 11111S, O 11 32.. 3'.. z --- --------- z -- ------------- 7 pl < z o--------------- ----- ------------------ ro,m + + z i ae0 no nn Mill"iMmoMmsOms) <ll 111117 Ilium INS mo (D Rik m wo < ol­—M o z Offiv H o A 21A o x W o 9 12.3 U rc I All Vmnr2..D 221 3m w It I-2-1 I'D o SHEET 69 M 17S Wr STATION =TA Pnsu190060xr P° i. irxre ai rrx.'i'nnxfml i i ` �`�:•''r" nmunr wsvex i i s,�� ':, °'1nr1 mnn�c "n 1 1P Pw w roc w oc fiub el roc J4-fa'rxc"n e�n�rPx J n a r.e sures •+ °'+� .. ws as Wx "E lro ex w✓PI = RA€d ~v)W xnsr r - -t� _ - 0 a U w WATERANDGAS PLAN AND PROFILE STA 36+75 TO STA 40+50 cwnm nna � ren a VIII Ohl pan ron cn a °, ` s -. 4 (ro a nxiPouml rwa�[ a.o WvW -� sr urx mnx¢na swsr�r w.srwa�s 1r° 1 O � £� � fro ec wwuml 3x° e..' m m L inc.wv y N z° a + W. -._ _ -. -.. cxn _.. -. - _. _ froad.;ti�.- -.. _.-. Qz o -- ----- - - -- ---- - m - z ------------------ -.. ix'w-.e[wos -._.I � - -.. -. w.° F y1NNy (� i ... Own.r.csl =G=S O � Do V U ae o n wav it na°vvc wrmuxx A pm J O a o z Q s xe° iy sr. is wn �� O O xeF _.- 21AO O W m O u wo ammrxno z x.o ab-wx s� r issorar .- ae evas W xx.e o SHEET 7O oe 17S STATION° - vn°�xnx 190x0A 190060 5.............. -—-——-—-—-—- xa -Ep UT K . . . . . . n . . . . . . . . . . . . . . . 0 STA 0+911-FIRE HYD-NT LATERAL STA 0,+,2.9 FIRE HYDRANT LATERAL jz 1, C, U ro -------------xw o aA Hu mon < xxn mmz" o ji� 0 1- I'M 0 0 0 W W It STA 1ea rna.,+20 0 GAS LINE LATE-1 STA�+601-8"WATERLINE LATERAL A' Al A ossu190060E1 no 4 iro w�•i �n E ff11�x,o� al oA Z I my, 4 V1 �1 STA 2+68.64-GAS LINE LATERAL ��' U ti a n a . m x�nA itl, o U It 7 b° fro noun) W { �Aa fm e[iaw.ml w JN � JOF—L0y Q c� m O a � 0 0 It STA 3+65.0-FIRE HYDRANT LATERAL O SHEET 72 oe 175 II S" mi v�iv ) STR 984 I 5 a° � � � cnnno�[nx 180ROA 1190060 9oo6o 7 wR Zi STA 6+75.0 FIRE HYDRANT IATERAl ��YD &STA�1110 ll�IEH -FIRE c)-r UZI= V)L, z .1 Arll I IM C, 5to o w QLL mmzx 00 �000 z < ---------—---- -4., I q 9 oi- m IN .1 0 0 0 0 it I W F OF 0-0.1.MPE SCL &STA1,21191 FIRE HYDRANT STA 1,21192 I LATERAL SHEET 73 175 scxe STR-984 AlN ossu190060E1 so A- .�..° '" �m an ono Exar�°•x,�a Exar�rx,aa .,,,..__;�.� ° W I J �1 STA 3+58.5-8"WATERLINE LATERAL C)-r �1 STA 12+68.7-FIRE HYDRANT LATERAL .1 1 U U�ti a q o U w7 s� W neo n p�r�o A (ro ievw) xrsr ix'wrm vo vn Z .\ � rraor F.NN� Q� � vo ♦ e tss vn e f" I v^. a app. LL o p0mj ¢ six m m m po ; p e • � W p e 13 STA 14+91.9-8"WATERLINE LATERAL sxssl 74 m 175 '-10 ADi)i J M\/J<).' conn onnw sc sa ,x Ai A HUI JY'fJc).5 � STR-984 5e vno�[nx 18aR0A 1190060 90060 ...............................- apse j 2 Uff -L J STA 1,1112 2 1 RE-D-NT LATERAL STA 1,1111 1 1 RE-D-NT LATERAL =12.IMIN lV&r--.— z (-, oom o Z, 00am < 00 0 0 (H)_STA 1,61 I'WATEIILINE LATERALSTA 1 "E HYDPANT LATE"AL .....75 175 h + 0-.F". '2 A'1�I Ai A STR-984 ossu190060xr so i Ll o e , 0 I al gl ala g^ € g a aj a ge s STA 18+25.0-FIRE HYDRANT LATERAL �,STA 18+90.3-8"WATERLINE LATERAL �•-ia seuc�•-�a V)X m U w7 ,. C11s " as as aA I / fro ec ximn�l W G xa � A xA a va PflOP e' o �crs J vo �(F a1 400M0 1O�,70 x00 x..o 0 1— tli �O O W 617, gl �m 41 O G _ O e 20 STA 18+93.93-4"GAS LINE CONNECTION 21 STA 20+06.1-FIRE HYDRANT LATERAL sxssl 76 m 175 ,-�a .�-�u A.?i1i J11\/J<).' conn onnw sc sa ,x Ai A HUI JY'fJc).! STR-984 e vnoxxnx 180ROA PP1P19006oxiPP I , EZ .a EP x.�an as,.,x•,.Ana >aP xPo fro � .°,Fx�a�°�xn ,,apse s' aan..aP,m cro � e cw awlw� cro Pe imom� I it�� .n o 0 �,,,e„$s IQ I x.P x.A I 22 STA 20+20.75-3”GAS LINE LATERAL 23 STA 20+50.0-3"WATERLINE LATERAL li U�I— cumon ma vmPxa rea n � - O is wP I wA - xPa xe c im�xnam rear x�aw e.n xwa fro ac wwumj.. G xxc xan � Q g � 5 N�N 0 LL 6 9 G x..n I O Z r 4 4 4 4 4 O+ a0 0 Q I�I � 4 -_ £ma y slm �o c F F $ $g G O re(tt m)5 yWj STA 20+66.3-3"WATERLINE LATERAL -A o SHEET 77 m 175 �� Coco occwlPc Pa - �tl � STR-984 - PPo.lxnx 18aR0A ,90060 I yw / xxo I :,I �I �I In g g gg glI Zi I_ lBA 10'I i.U• 4 5 ti 25 STA 20+79.,-FIRE HYDRANT LATERAL 26 STA 21+77 1-8"WATERLINE LATERAL ti V)L, /" cumon ma vmvxa rew A U O I— . ro.E o I I � ir`o``�v�0a1� a xfln xfln xa (ro e[ieuoxu� y 7 xw xw aAa aw W m xan na nn. y1 � I a Q3 a a� ;N LL _< p C7 J N Ig F ( ff O 0 � O n a ; av e-o I„ nrt( xml J m W q 27 STA 22+95.0-FIRE HYDRANT LATERAL 28 STA 23+75.0-FIRE HYDRANT LATERAL e^e en.c e'.c SHEET 7$ of 175 Flim A. wx0owo owaw a<aa_ a( A HUI J V<, STR 984 r-II s a° � � � cnvnoa[nx 180ROA coa,�tt.a,s].1ttwa. 190060 .r.rR�raw. wa s,a�saa b.o I ,eo]Ao__. .°,E]�a�°1:n __. __. __ I RmP.5•w� (ro a5 NP.i' .,5.0 ', .cas = � E.ar 5• ,w o I�I A � ♦o 5 me�i RR: w v oP e'a.P5c(tt.vol �P X. iv STA 26+81.4-8"WATERLINE LATERAL 29 STA 26+00.0-FIRE HYDRANT LATERAL �xummmU�ti a xow R� R a a . m w itl, o U S I I yxW W >sA � .rro,tt I nmmmnm xo ] a OTS F F I � A•A�3I =Woo= 110 Qu el 4141 Is'W C bi Sm O 0 Q 3 s W W Rce N]sol G ek SHEET 79 oe 175 ee STA 26+83.3-8"GAS LINE CONNECTION LATERAL 31 STA 27+98.7-8"WATERLINE LATERAL -io 32 -ioconn o5nw xc xa x x Ai A STR-984 r o a a s a° 1 � a cnvno][nx 18aR0A 006 32' J.1 a-'z — HYDRANY B"WATERLINE LATERAL _S 1141 FFIEHYDFIANTLATE-L 34 STA '86-FIREHY RANr ER ", I I ':' STA jz It— UN— L, z Cl Flm°1wRFlm ma a ma o. (D o xxa :INzu o HIP �uow z ild 21 7,T, ooem < VI7I �%j 7 gE oo o o STA 32,119 1 WATERLINE LATERAL "..".._.. _,STA 311111 FFIE-D-NTLATEFIAL SHEET80 m175 ae 35 Ai NIHM11 STR-984 006 1XI.11"I, V Al M, 0,STA 12,100 11.1,EHYDRANT LATEIIAI 33 STA 11111 11,1,E�HYDPANTLAT�EIIAL jz Ir < fen 9A r a GOND (D o 000 Z w o2am <x 0 0 0 0 0 A. J J 3w) STA�11161 I WATERLINE LATERAL s 5±500 IRE HYDRANT LATERAL A!ca )101 A �A H UI N 81 m 175 III ISTR-984 =WM4711�= LMSMIM 190060 s' 1 Em 7i ffl �� g 7i gi .a s' i.�s ar e•oi a vvar e'o r ti m 41 STA 1192.8-8"WATERLINE LATERAL 42 STA 36+44-FIRE HYDRANT LATERAL O 2 j U I— . m A itl, o U w7 I I (n.a ecumml W aA. a,.n yx W g oo— e aA. nsu ♦a F i 400. Q LL SSG G= 00 ajO0O O N 4 4 '" O pp N Z OF—O ¢ g bb 00 F s O is ix rc e•oi.rrt(a asol = W W ek �1 STA 37+50.29-8"WATERLINE LATERAL -n SHEET 82 m 175 A')i)i J 11V J<).� conn onnw xc xa .( Ai A HMI v NO 5STR-984 P.xnx 1802OA E1 so 190060 ,®rts §F$ '.S a - I ff ij ff ff �1 STA 38+58 2-FIRE HYDRANT LATERALU z + < goo. (D 0 7 z ---------- < 9 21 0 0 0 0 W W STA311922 I WATERLINE LATERAL scut SHEET 83 m 175 AI�IOINDOIVIINO I A� AMI I NO 5 q STR-984 x � sssu19006p c�n.1 er so . � ea ' G resin force _ EESlz r S .srw�x'wiuwas rxn ; I4 O, E E= iq i� 2i � n re re re re y V)X E m U�~ a U w ® WASTEWATER PLAN AND PROFILE STA 0+00 TO STA 5+25 x.aaeaasma tl•„Yeuze irs on is nope nae III} � ,��,n, •a�xr VIII s a (ro a xowuarm Mrx v/cxWml N ex corn 3e0 reu rc 3e.0 rxs nxre uu ax0a r0a uie hrAm. i rr, .�:m..—,or.. w W o — 3,o p; a ® 3e o n uweo� _E 111 rear v of p a 0 a ¢Z m e• a s I eansnxs h 3zn <G G g O __--------------------------- ------------------------------------------------ n s xrc=x a o L� — -- }} p p 300 __ __ - __ - ___ __ __ __ __ -- —- Nm 30.0 JpmN W} _. _ _. _. � o2Va as _.z >e.o o w m oRan � p $ z a xe0 W p R 1,0 SHEET 84 m 175 STR-984 22, STATIONO - ve0�enx 190ROA Pnsu'r90060Er Po a a a a a noa— Y waswwus a Inv is n.x n—n srn i.ao ee,air M � Too c] wws�cvn*EP uvcuosE 'i'� fro a Pwaurerm vim r/c 1 F0��.yr m —L— La ,x - _ r _ + - - - - - - G0LTHPR RD - - - - - - - - - - W� PY =N Z N N z z z z F w w� �zw zw �sw zw w z < e 3 F v) E. ARE Exis sass BE aEaaml from waml O X U= K O ® WASTEWATER PLAN AND PROFILE STA 5+25 TO STA 10+50 a....n—d•„ UIE I... s nr on 3 Seo Ro a- Fro_,, �.Fl—...., .a•,m A..n a .W m. (sl�(ou J rs - -. cue 0./nr) � N 0. (II = a o 3�0 fro oaeeml rvs - I +.. G OF F a F 310 P ---- Pm�iu c -. 1a.0 F wNNN Z N -. - — - ---- ____ N ——— ____ ___ __ __ __ ° rc -------. --- nm.o 1000 wMENo —.—." ---- < 30.0 oF...p Q N o a me = w NN o exis n.m. Q W a xeo 3 x 1Io SHEET SS of 175 STR-984 O STATION - Pno�Enx 190ROA i i cossurnsn sxccr xo. ..: '.� 190060 �En1nw e.�6� sricws s tear°vices.s � 5 a 4, r t lrG �k��'ra d a d .-� .wasrrwurre u�w„o .. f � ; � oanrv. (% nvvaurerm over P/e am.mri'3 rw�s r m oM a_ cro eE tr4 .c see �ff wn1 ary ` — rry —Hu1 RD ew� aw „ry w� I w m y o v o; w<,ERrrvr o x vws e'cs arc U fro ec wwwul �- W �o RCP ix'csee R.c vnrvaPe +� - ti Vl t` r o w ® WAST—TER PLAN AND PROFILE STA 10+50 TO STA 15+75 'ares.no xera cnsme a nuc P� )� J 1A1\/J n 1 0 ��� 7 xwrc A �•-w wer -. uc RPraxsmo s„.�unua n ow we A 'A H\rl J J<). �/��;'�� S) >< a s r." an a ,”�s.eAe,. ; n�a�=ax r Rw ff ea.e.,r.,m /A ]ew W e.o w W rope RN p r e-ar 3xw cis-s -.. FGNN� aces �(��_ _ a O V—m Q N - - r ` —..-�._____.__�—... c_-sem-= �jJ - PRPmIkYrvd -. un• e.-.- am n.0 OF`.'-1 F O s 7ew � n Ac _. LJ.. Baa �ao� ; � a xew 5 fee c W g " ur m¢tient n6w w e z svwws a tmur cn w 6 � � a Pie'a-r e e e4 x.w PxaP e-x n n S 3..0 o SHEET BB of 175 sx irro STR-984 e STATION - vno�[nx 190ROA sre�e.ee n 0 rwce�.Pde.eePmE�ss�dwvd1»,a°r�"s'e'i�P0v-d�wKamP —��a� , z,'z�`f)M)O(1i"rvJ)ar�x`�-.s•z"zz-.�,, .l'..msooos n ro ff w _TZ F�-'°=.•1�'s� 71,11, 0x ' h0 i 8m -_� w zw -�+ CWHPR ROz� _ w _-_ _ i e° 7 zw sw ,z R z Z -- ------------------ i 0 ° sxs szs„ " e�G � NmPd�'1eYv, nFnxrvs -,� �P xd ) f,JJ a°g xdmm) civ wnz[rezirvc z [ s e:.mre" - F em eE e7 - U X R m e°P e'°es uK c z vrs aAs,rvs L U � �1'e9EA PK velveHE a � a ,1 ad d � o- „ III m WASTEWATER PLAN AND PROFILE STA 15+75 TO STA 21+00 sr..�e.ee� o ana n EwA,re a �. ) ( ' I --- -- ix'(di 0x1 h+l() _._. fJ f 1 _. _... -� W ,zzfsJ�f frvl ° -.. "mronJ x.zvs z'f)f) W -- au*a.zss - emr rre av cue 0.r/en sxn sroreu rvxR -� -. ® vl -- -..-- - II _.- ew.Eo) .. eGrca.+gFG - , I Ens mP lzo 130 N08+ SON W+m _ 0 °FaZ¢zd F N _. _z —-----— --—�- — m------- _- }my o o — —— — -- G Fm3 am _----_ ------- _ W mn � 101 Fv ,"IIA NUI V 'V<) Hare n/use° 31.0 �' i e�xzns t carol v10 swe - eHEEi$7 of 17S STR-984 ° STATION - vemEnx 190ROA .e•sar siPn esw winene 1990000cossu1s0 Po. ficvn a cmin v,P erss 60 m nesx�.ee.m. a.ao F fro a aE�i`raurrm nmi`.' Pmam�a ,xsa eros Ene,a�ff.��P.i�a —� sor, wow sor, wow zq �eas m xx.m2—;—. vx..m �n,•�no a n`"vmmi � Q) V)W m K U ® WAST—TERPLAN AND PROFILE S-21 100 TO STA 26}25 rwre P C! r1 �P nPnze g PP.P nP A� ��I> Aa 1n a wa waP ]�o ® axoE.no-I I ax.o G z �I = mw- O O s 8 x"Zo a �o m -- - O o a �a axis x, w.o o J m w W } o2em a r OO 1 w o O u �m a xeo fx 1Io '9Lr smi txsrc n/�9xc: e.. m.YFMsclmrt pO 5Fp.5:.. x1.0 �' `= eHEEi$$ M 175 "s conn PPnw Pc Pa STATIONc - vno�xnx 190ROA ni xalxirsoosoErxa m (nr a nxty TM c��, x �I -� rc a I a d a d � N a d a a `" U V)W o 8i @� Uo~ NOT USED Zj s a - fm EE xoraur� MmErPoxurixl N Exs bo m w tO f)(J N w s xc - — — — — — — — — Oom~ O F bo — 1 I b.o ANON Z(� ((( F room Q o room g o o I I I I Io G loo I I I I wb.o o v e _I —_— -- _ ---_—_ ------- ------- — G _.I __—_ ---- S xeo L L� m175 STR-984 e 1 TA - vnol[nx 180ROA 8 Pssu190060E1 P, d d d ,e,� 1° 4XN°'E a,ee�w..nunoiu'em�ia iu`) 1ro�xwaurrin`.:n,m�"urmi � and z(9(iM a-,zea z'(sJ ern a=±zaa z'(rv)(aM a=±zaa d d 8 }nq a 4 •,W easFla�E B '� era /—\]�.'I � �•. - �j Vl � v)" m a U N OT U S E D 0 U s 3 ei a ne o:Aie,ao yl leo (r,ec(exEiauaim M.Ea/Muuuo j a.o W m cum J fJ C)a 3ae3 �z^CJ(l W% LL o le.o 0 SG=S z o 3L. J�mI I I jUOU p a� s loo �m I I u- vor — _ j('j _... w.o °o v �m M-- —_ --_------_ f l G m —_--_---._—.---- �I v.o z w � G a a leo e fe.e o SHEET SO of 175 STR-984 ep 1 STA - PP,I[nx 190ROA F oxsu190060 Po I"goo z(rv)(au*)a e(F)(o C)-r NOT USED A aP� 0 n. PP «e wmP b �Pi�.b VIII}} s 1—ex MArvxo�[ N U bo s[wa�[P 1mry 1 (ro Dove vim F/c W W -. - - 3e.o w J e- m �0 �urEn, e(Ei tou) se� fWa! W ILL o 0. �z a•- �/1 SGOS Z OF I I i i j00�1 d O 3xo y 3x.. J oN o ii a� a1e,Psn 00 O w m G o Z ILJ I I O a xAo SHEET 91 of 175 ITR-984 ep x STA - vnoxxnx 180ROA PIPEBURSTING NOTES ossu190060 No 1. CONORIN—OWNERS BEFORE NATE LANG RI PROROP NOiFlGRON ro sr is M COOPERIY OWNERB BEFORE ENTER NO PRD P INDE NOT 1. INDIA SURVEY T THE ENSTING WASTEWATER LANES i0 BE PIPEBUNES INDICATED THAI A NAIORtt OF THE EXISTING WASTEWATER UNES v m�rNxo WERE FULL OF WATER WASTE OR BOTH. CON—TDR S— CIEPN,DEWAIER AND CCN THE EXISTING WASTEWATER LNES PRIOR ""•moi wrvl ro CONNENCNG PPEBURsi NG—TIES NIS WORK S SUBSGMYTO THE r � ro SlS. —BEJDS IE T R E. NNNE ALL Bx r� sIEMATERPEGURInNG THE_ `o? E. Z T pary aoµ waa'FF�pw�IT] • sHP11SBE ORENPB URHHI iAIEOS SNG ANNPAPPlPRIATE sIE FlBERGIAss "Ibb CITY _ HER_W s NEW TR M ANI —N S`ENDO EIEWITH TNGFPTH NNO PIPE �O`-NES OF EX16NO ANNHOLES PRIOR TO ORDERIN 1-1 LL Moa�neM�Moa L L�Mod I BE REAIAOER SE OCESnu'LIEEPVLEN WTNNGs.AS�TER SE.'.,R04NCE F N ua� ST WITH CITY—EWANOPAIs. B NEW WASTLUNE A SF BE SHPll D TO r0 THE EASDAENi OR • PROPERtt UNE AND BE RE<ONNECIEO i0 THE PROAIE WlSRYlAIER \ xoa T ryoa xoq SE CE UNE. • Ex.a Wv ) i Is THE H CONiOUT R'SCO RESPONTRIXTO BUtt ro NunwN ROMEE AN THROUGHOUT CONIIRUCIIOU —ES OR P—S ftOYlOE AN PREP.EBLE PIPN F UIEO, BA INN IHPLLI. BE Z 5 r Aow re wL LL B Sp NR iOPERFORN C POSE P®ONSTRIICTION rNSCCN NUIF O�THEE NEW IIIb � WASTEWATER UNES PLAN PROWOE FOOiPOE TO THE CITY. U m U�� v K a- t•�.Iew.s.Iew.rE wwT Cl U 8 a ®Z OVERALL PIPEBURSTING PLAN&NOTES W F C sq�cuE.i._'°°ao iN�s+zE i G O SEEIEx60 u�gl N Z' Z Q a s �NCIN � Z Qoom SV= V ¢ o 00a00a m ' J c07 O G a O O OW W. > W O SHEET 92 M 175 �R. CocN NccwlNc Na �q STR-984 gf - Pco.l[nx 180ROA 190060 rc as Erre aw uav as Erre ` \ 't*"� ry c(v�(orv�h ry n n re rea.0 aEs y f�- o s'§Garew���� ��� ONLV ONLV ONLV ��o��= O - / t— g a�E s m SPEED �o e�rewwEo� Rpry� � nrevrmreuu* LIMIT �m>ro � o®` 30 AlDi0i NIMIN1,N0 I ® STRIPING AND SIGNAGE PLAN STA 0+00 TO STA 5+25 A A H UI'V'NO �aE-H 1, U=~ a U a REaE�K oA�MRk REEEEE,uE PW�Rk 3 N W a u�i sn s.0 w o+ % p zw & s a a a O DOpp~ ZQ s V! z ww K G Q O a s` fix t ,iE 211 3 ERE z i,wi w s,re PE aoEEE o E ����� w F on nw a sxssl 93 m 175 ® STRIPING AND SIGNAGE PLAN STA 5+25 TO STA 10+50 A eecoeo ocnwwc xa 2 190080 o sossucnsn sxeer x tbulnar mo P e,w P,Ea encn,o enn Gni nar ,a STOP �7 nxSTOP E� o , ® r'.o� ®reon ------------------ w PP ErenE ren�re2E=<reEE i re , s r / s / e ' ..if,,,,,,,,, ;, _- iPaoL, --- -- - --- - ,renP re2E=P<nreEEr�nxnE�.E,n,�,nPE2xEPrenPE�re,E�E,,�� P1nOEE1 xx �J ren,.o .c.re.nPos.xs`EME,..,a�<n ren,o„reEEOF E ouEm nnPHP„nvP, L,r,aO�n 'LL�xir FIE A11o ,,c« ` ' ® VelPoP aea Par°”; "\ A511 cm X20,xnv o 'pR ire as 2n�n ® snxs FT Ek of.L xEwA z STRIPING AND SIGNAGE PLAN STA 10+50 TO STA 15+75 j A"!A H\rl J J,: c ~V)L, z c c-,PL 121,%,72R' o ,n .n w e O 24 U SCHWL nE PA ren nP2an�n'sPEco ®ena rerP � Mren z� S15CzoHMONPOE.HL. s,rean`�eP cP ad,t rere),,o10�6 m1 OE1LIMIT SPEcu E aorn PE 22230 xEnEnn,nKreLEP e- E \s ®rean P n s, a�> 2,�,n' STOP EL 2 re2�o�o> `i 1 ne2, Pz ireE re n xw 0 go + oz W Z ii 3 �N w O :ao x x =MZ= o Pn� rere -,Pn re ,Pn re ,P n < - STOP < 3 v ii��, _ w i21 ISCHOOL � f .sn 20-1 nand no..00 5 M.P.H AH— " o ONE cou nn,s8o zolve a sxssl 94 m 175 -S sin 20 z eecoeo ocnw xc xa ® STRIPING AND SIGNAGE PLAN STA 15+75 TO STA 21+00 a.. p *• +_ scn«, Pe m5 STOP ! _ STR 984 190060 ? e are< -re� «:,°,oR, :re�G+,re irere� m��a-reire,srm "'p° IIE / ;rirrq/ e- jf�i,a�„ ,,;;;� 2 rew _ � rerew a rere = J DIE E �,o re,�renreo, cw, tsroi o ore4 zia^ li K o za 3 O 2 U) A)i 1i J® "I"'J' U STTRIPINoG AND SIGNAGE PLAN S-21,00 TO S-26— A A H\rl J" 1 U O ti off- O aurm� SCHOOL 90 reza re°^ O ' eaaacrenE aw uen a,� rea sre <ati,i r 1y, z.o,Ne, 1>< ,I,m (47(SLI) � �re 1rew, rerere '� t tremrn P� -y 2:7/a/I ............"Irear, rerew N / W xw w o r� / w w m /irrrrrrrrr,r%///////////„ ��� /�� / + °a 3_� j ;;-J�'"" O ,� G OFA— F ,,,� ,,,,,,, /,,,, NON C7 f/1 ��j /�/ /"///[� / /, /j, r� e�NN~ — , �/����% �%, rrr r .0 /l/ /% / // i / / �x, 0 z o s r,y7i rriiiir w / % ;/ zm z .... /// ✓; �� //// rliii%% 0 oo m z N r rrr, � orrrrrrr aN 0 a F rere P u p riiriiiii o v n nzs.aa s"' —� r` _ CJITar D e ,n ss SPEED si�'e a Ac+�d a4do Np f/1 reP Aare,n a rr �re rere Ram unnrr Gal ere, rere. 3 ,,, m � STOP `��' 0 30 STOP w 15 MPH, rerw ® <ea,[sxo, G 'v sos sov enre ZONE27434 _ Dl1M%NG ia' s (i F f lcv(„A recre nr✓ i re ' sra ze+Sa PLIDWED sn c . 21454 END scnaaE;:�re � E� � 'are 5 SHEET 95 m 175 8z ZONE a,oa necono onnw xc xa ® STRIPING AND SIGNAGE PLAN STA 26+25 TO STA 31+50 sn n,o3 x zr're,o, S a,, ao , _ STR 984 �° za.,z 1 & c vno�[nx 180ROA �oa,eL..a,s=.EE,we. ,90060 m eao sane rva ry M1r)(i 1(ereq � 'V M fa"l(aa�A ry M fad fsto) Pxirv� c�rvE�re �h^, ...�:..� ....s rr r / ,,,,,.,:; m=, m� e ,,',,,,,,,,,, -AM ,;;,,,,,,,,,,,,,,, . ---- x ............... ........... ..................................... - ec n DO NOT - Lier �� e aPo BI Iid, nA ae re,n,r-gym... BLOCK E t�.i E=Loi cou e,E.00 STOP STOP ` - STRIPING AND SIGNAGE PLAN STA 31+50 TO STA 36+75 c ~ W t c ae, RA C, 0 D ueIS € 8.0' 8,0' 8,0' 8.0' U s "•,`" cue SPEED STOP L30 IMIT ::::r `1 IIV cEE EE � /////////// K N " NO/ aia rii aro/ _ w w+ iiiiii NTIz PEDESTRIAN CROSSING DETIAL sGHN� �� O O x co°m_M + 0, 6 Z m y sMI �—o owE V.W A6 -- PA Coifnar s - O w,e� no aE P,I.,eE „ 286 nn g .v i NO(n�I reap as aoa o ��. -TWOS ® \ 3 A �o a���ao,�, e,a� Do NOT �' STOP � w rc 0 N eLN e_recIEro—oreE o rvn ,e s.x.�re,oe .to o9..6w w<wa_ 175 A A;H uI ,Bourn 286 sirs. er,I,Al ALL r,err a STR-984 STRIPING AND SIGNAGE PLAN STA 36+75 TO STA 40+50 c x ieozon �oa,��TAaT,=.EETHa. r VA�K �'AVLMENo MARKINGS SFRLLl NAME BLADE SIGN 190060 \\\ 4'6F FL E S f LEIWEEN \\\�\ s _ AND GRPSSWAIK TAPE 8N5TM1 '"PLN—CE RAMAR i E/U" If"2" � ^ te 21' d{ E 0� 10 IIJEAU CONTINUl1US YELLOW FUELED F• y^ MINOR STREET ' PR LIKE 4JNR`RH RMO.T FY1 1 .� ifR 0000 F ER ni XEP Z T CROssWNY,BARE �', �. � THup—1,i ARTCROY P �� �I 1 Ilkra"- 1 •� "�` �/ ..., ;i•, \ Al IHt LEN'fLh OF fli(AAUWAY A )UTE ST JET NNIFICATION HRLIA FIF MAMA BATHE SNAIL MF 4 f)TIHF. IE Y:HT OF FALUMI RUM SIMS N WERE LDPAlION C Y HThLHLI NANL BLAOL MATERIAL FIALL ICNSISF GF LX'TP2UPE 5 SMEFI MAMF IFGfND EPA I .OESITE OF INITIAL CASE_FDNT ON STREET "—! ON CFNTFR MANE BLADLS SHALL BE SERIICS D WIIEN 1W0 STRIET NAML FECES WALL FAEH APPROACH BC ON 1'HL SAME AYCMBLT IIdESL TWG Sl NILLI NATE LEAVES$Y1AIl AVL THIS SAME.WIDTH. PLAN ~ . SCALL.'. N1 S FGNS GdEXXCI:PT FOR NAME PLACES.O('TML SIGN PLFlOW'ie IS RPPLI(':AC1LL PO All �Q, d 3 REPIAOIPMENT OF SIDES SPALL MEET 2DI1 TEXAS MANNA OF UNIFORM TRAFFIC. O=(n (zz(4 SOUP NlIF IE STOP PAR 1, +JDNfROL DEVICES('1'MU1'CU) AND TXDDE SHENDA6PD' U w 9EL.E IFI d PAVEMENT FIHELD ME DLAVHFRMUAL'[ASTlc, MIL. ENG5�S`WALK BARS DO W m HEPWUEN EDGES DF U=~ SID,6A1 AND E' nv, CIfOSSWWLK N01LS Q, w` Cl T A 'TOP AR AN R WA PAVEMENT E F,BKN. 'HA 4 I.WHIT LI .P 9 D C C1.�5 I bF F CS I I FiF 2 506 Er F., o U CRO S HEAP APPLIED ML OLI PREVORMEC 6 MOULD UALAC HN HOPI YRAlT SIDE CROSS ALE INCLEIJP A DLII,12S it 2 SOLID THIERM ON S11C)SIDES 4 (iYPF f HEAT AP HEAT APW IPU 75 MI6„PREFORMED THFRtxCeP AST G). 3III 'Al —24' SOLID WHILE CROSSWALK LONCRArioM SHALL PREMARK SIPIPING LAYOUT ISO CITY APPROVAL PRIOR TO �I III PAR(IYPL C ALAI'APPLILU, ]PULL PICLMENI Or ANY LINAL PAVEMENT MARKINGS fi25 ML PREFORMED THERMOR6,NMDF) 3 THE PIACFMFNT OF CPQESWAOK BARS SH L START BY PLACING,THE F]57 CWOSSWALX LAIC,AT T1'IE CLNLER OF THE?9ADWFlY,ANY 7'I LEN 4 IO rHE.NC%'I' CROSSWAE RARE MAINTAIN 12"FROM LIP OF CURB NOTE4 DO NOT STRIPE EFFECT WITH ROADWAY SURFACE TEMPERATURE LESS 57F', Wg,N 10 CHOSSWAK LULI'R LU NI'f6H HAL BARS SHALL BE PARALLELPN g EU TRAFBC FLOW IN ALL CASES 5 ALL CROSSWALK AND 5"1'OF BARS THAL BE M ACCORDANCE WITH TI14 DETAL W Q F 8 5 AND THF 2011 iF:(AS MANUAL OF UNIFORM TRAFFIC GONTBLI DFVIl,FS(PMUTCD)_ G ED W FOR SN tlL DI AR(la.lPOS;WALI< b£TA11._ z� e r(uo aLnr FSG wALK Y tiCnl F. N n 5 y AT ED 18L MOL PPFVU4t,kD �. 6'SURE WHITE FILE BAR 3 � Ib C'LCMLPIAYf'LI Oocp W TYPE C HFAT APPS IED,12,`NII.., F• F p1 e 4 TRFFQC AT APPLIED TIC)MIL � """"' �RfFUV;MED IIILiv`MOPLAS'I'ICj �w0 W J 24'SOLID NHIPL SIOP EVER RAfRTAIN G PAVEMENT _40O7 �ID 5 DFTW&FN FLUES OF 24 `UL WHITE CROSSwA K xJ(�j Z IN j EDED e f IiUS'SWAIK 12 MIL PRf=6CIR APPLMLO. J O m N Q Q STOP(9TH AND BA9 fVPL I NEA Z £ I.aR IUR..A�2!AEI ItO NE Ul1R -- C14=FAIL O2'm D' e MOPS n5LY;7 MCU SCh lQQL 2�� THER 0 J .� ll'WAY, SCALE N I�.S. �O p a w s —5 SUED FLAP CRCISSwALk o O AT P - PAR(IYPL C dILAB AF"LIED O 125 NII..,PRFFSS^^2MED O 0. e iUIBRMO UASTIf.J O m u SO ID L OSS WALK AR TWE THERMOPLASTIC RPt'Uk➢ � , c W U (T"'5 MIL PREKGRMED \ ,A r8 SOLID WIIItC STOP BmN w 8 MOHIASTIC} �.. r �F1'PE C HLA1 gPl'IA T'2F MIL R- MAIItiI AIN 12 I'MiraM LIP OR CPiP RFFORNFD THIERMlIPLASTIf,) O 10 CIAPSgWALK SAR N9TE LANGITp#Ol MAL BARS SMALL LSC PARALLEL o SHEET 97 M 175 e� TO TRAFFIC NQJW ON A,I.L(ASPS IL conn onnwlxc xa HIO IT C;C',IN IRhn�'T('POSSWAIK f,1EL pAll., HII,H,;UNIRAS'F SC.HO>EYI SUNK EAR RLIAIL STR 984 FSP (,QNORETE ROA(,)WAYS 5CALE: TAI T_S- FOR CQNI�RETF R(7ANWAX;i— 5OALE NT_"i vco.l[nx 18OROA ossu190060E1 no ;}I SIGN SUPPORT DESCRIPTIVE CODES REQUIRED CLEARANCE SIGN LOCATION ` ;gg =E SM RD SCN ASSM TY XXXXxIXIXX(X-X%%X) FOR BREAKAWAY SUPPORT PAYED SHOULDERS T-INTERSECTIpN e E �EF Pox tWw � r.N"" neI.—P.—elw fm° + IY n WoY=Qg��F2&3fRCCh RA.rwmsimeweHc.c..matsm•ympl«taieamo p.ew«,«o.e 1r«a.Ilwwso,l«mrelma tr .1a rlec.«w,xr<exR»ovlx.mo°llrml1pv lllIlI xroroolrISmLIl e m5no Infn1 °'•o°r•°Y ��'"�"--^_� __ „I° .ro- IHIGHWAY loINHIGHWAY ® NIEECiITERSEitON AHEAD AHED 11 tts psrln mm , •. �.e,lwr«Agar�mlrea mn I«e volt«1 oa,mll omnm n ew« � • yfi p«1w•HI« pH Wpplmr °"�-_,'.-'..-,� .Y erxm. °ve vlopxt +o pvie nrll IDI w LESS THAN 6 FT.WIDE GREATER THAN 6 FT.WIDE • b a -Len I I ec w I.v �m. u—«aalpuilleo iuiv-5Hi ii Iro�,°,m v°o or�y°°I , .re I�h <xl n,I mm fir w sotl�°ww'Owla� n�or iro r°Iml lue. r I:rr.n« �°orwrro Wwlaro a a,I«°r s,r.rro. r+°•m r�o°oc.«raY�r+e°`«r`dn�e�rrlrn.m.r�ls. � ,__ Bg% n-,Ir i m woo n I—H. w.l«e ro roi w v+Iml ° Hsr usl EEE�p90-1-H, E Enx.EHruxe c unllHn 5181 pow a le« BEHIND BARRIER 25 259 kk} w - —AIL _ a`Y No wre thm 2 sign ,' `` �S Ser pm.. HIGHWAY x rr pm•• HIGHWAY —l/- d e$ Posts should be located .Ae�iflble , I INTERSECTION INTERSECTION ""' i*` CS CIL: o' €€ Agit within a 7 ft. circle. AHEAD AHEAD """ """"""""""""" 2(/, jz UjL, Ec fx- f 'r v.9. N Not Acceptable rmre• 5 �• SiCP O U 3 � r BEHIND GUARDRAIL BEHIND CONCRETE BARRIER o 'Not ACcePtable Not ALceDtab le s m plwrmoe«va m a,prm«rpalr«ra wooer ova rpn a ma.np pvnm ps.romae. /\���� (j TYPICAL SIGN ATTACHMENT DETAIL SIGNS WITH PLAGUES RES TRICTEDRIGHT-OF-WAY IWRn 6 f,win Ip nor pwpipl..1 "°.°�I°e,Nxe°;moi I� Single Signs Back-to-Back EAST rw�np�l. � oml `esaE wpreEmep«efwwmp IHrr°rem,qw+wlaw«.wu.Irnmqpg,«Opure,rMnemtporoIr«Pwm,ec,o.ri e«fmWlHa«llIneaw°,ep rIryllya.a«o«n,m o5ar,tmq.ta„n.yTre«m pn.r+5rempe5°y«Islwrcap«„t+an,l+lpp wepromenrIalum�rc eov«p.ae«Yroslwo««vn I15.�«m1nw«1m�nacrr,e n mnac:,m«ii—1wrcwmaa,mw.+Yl.«cNoroau„om1mlo0ev°.re lepkm r.loPr'wslo'"r''•rgMrmSI mn«s r w v<Last s�,o'mrel,l�rv vm*Is«T.5.l, ocn r oL«rr..i.vo eree )4n " mAx1°roe0i 6ia�p5 i0ipwl_atw1°,9nnrerMo�l�cotflofrmput:_°pArOst'—E�}A}II\JaSI—(T��' �pm °«iaO«ea°mnoc.ulr•t ocmr,.1°rowlmprosHM,.w1n.iGl0pmgew n lfa�,er m,«..m.r..r.e..mH°..+l .rIm«Gl pHr1iW«Awre Yn se,rwgyln m tm« cnwtfoaa,rni,.e.e.m+rai..mm1tl.�N+,mgroltivP°SrmNnia:m:4owRluu'uimrmmp5rt:°w.,wme:p°af°oulmmvanamr«c.sHsfloa elrmsvi«clra««.n+l}m«mrtcs+oY«wc °r.Hemn°YSigns INIERSECTION W AHEAD 80 0 NNp W c (JOZ ZN eir pp_ In MIND W COTTER OR RAISED ISLAND w_ ZCmo7TWWGimerfa TF am ppj DO 1-FO mG �EEm SIGN MOUNTING DETAILS 0, D "ApHIGHWAY w INTERSECTION SMALL ROADSIDE SIGNS ppp AHEAD` — gGENERAL NOTES o DETAILS e,«DM p rom « SLbI W m«« V/ 15I , 1. 1, xe fI SHEET 98 oT�7S �� conp pncwlnc na STR-984 - Pno.l[nx 1RDRDA pssu190060Er sp �gg o¢_ TRIANGULAR SLIPBASE INSTALLATION GENERAL REQUIREMENTS rr NOTE am Ipmllw w rr+l e,,fi,f: Ip°me wpl Imo,an There are Tr various devices aaproved �,m I„mfa.�ta',re iol wi.m eowlrlwtlww - E££ ,see semrm nple v forthe ionguW SI ipocHm SY6teIlA %ois.rm'w"amz.n un%alaluew�m Please reference the Material woo", a:`s ti ulvw xa�roaoipil«I:in"elam°Ip4 LW for approved 61 to bow sY6teme. ^� «a°��In e.w Ir roy�t me rellwlro� ka= httpY/,'—txdDf.qov/bueisle66/praaucer_li6t.htm ss�es,.lnl,..lalaa to -- E ® ® ® mro.�es,.m,..•i im.tl.. mn The devims Shad be installed per xo%.fe mmaaal timro t x' mmufwtwws'reca ndot im6. "alaew uwepleal awl"p;':°mm"",I:°"mz.m i est°n%. ' instal Mat im prmedles Shot 1 be ewH i�wr'FSrx 1111 x514 x65]Isla.Fm up unl iwtm IA �. g m Mre wMre �: provitled to the Erlpineer by Cartroctm. g a z�y u°tiwulma pw:s". ®/lr� ro a.�atlsn v c S¢ rom Z n,replwpm�p;,°�p;�s�mpaw-;;��t�rola�;pl�^Iwt PSlaMrl.l;,lr-tn � jz,, • ��Imiim wr'x51Y AtY1 me `P °rxw Si tw ee fye*r^m°.m�."�uu+°t lu o-m�°r n&clmpe uq reme � a arvxpWullarllwWerarflc.Mn^u�re eu � 'gg viD ..s a a mull m.a ew euwt.n.e m..a s,m.xaml pule emll me m rol�me. �� _ v.roal..tm role. xssae.r mmaolmE O U c= ___ e u-lmnplxmn am-lmn awp mle�l+eol:p rw.1. nw,trreuroln a tm W �Fx cl°u x mwete i1=4 44fim`rno-imn"°l.ry���l bmaae`n mmrete lees mw.l ° U�I� �s ^crolmr °Ix o Iowa bx E�ql�10mrc�ere°ml�t.°YDcllaa� � - re pi 'o4mm slip mu etw inm Ins ce,rcnrol treSminere.Po xlro" O veearvwe mrvwa�°;r mwl•.'w.�rvn. U auoro 5.rm� el lwau eye n Ia n t a rwe mal.tl�a ma'p.e�°uraaniwuX.M allmr'i:k fru my .Mer°In tm p'rwt.at ��II�S(( 3.4 ct pfreawa�ie�e. �It.e�spas of m'"0e`claroBie¢I°'IwpBw elio o me°tarbel^tm wpe of ppveplieor/xtro 1.5 fat E lore.M me alta Plate 1.mare tm wp.of the narel.ax.ln.wt.wl I u plum ap 5Y xS 5aX x554 tt XxIIXNtXtutX Xnxl elemuoee saes]m e m ruu 0°c e�m.a aa�n.. m N N W CONCRETE ANCHOR c.,mwa dem.M„ter.ar ve- a oom°I�emeum Ime f°mwr�na Iw W N to .� l.am neo.a pm xSrM pm aoerm x%5,as to sax. WpamO Aa m'nilmmG I. 0z w o r%aanpi,rewcrw°imwiyure OO — a'p p °tl, pnsira ua a�romal i' E Q O p x F 7 taws 06ammarlr d rr«✓Sparlapm ax.w i x x oz_x Z °m�SIGN MOUNTING DETAILS orn n SMALL ROADSIDE SIGNS aiO 0 z a dl— a.re � *° t°" TRIANGULAR SLIPBASE SYSTEM o 00 .mo,.ipwn'a w"°"»al�l^rpe.r ar nap m.x,w n. r^pwll^Ix SMD(SLIP-1)-08 ; ° %ap%x xssx ry xxx[[exl%ex xxxxl S p9 M..i.�o. o W kQ W ai a SHEET 99 of 175 6s Cada paxwlec ea STR-984 � c pap.lEnx 186xaA oXsu 190060 tit ------9�p_ r T fib IT i 1 8 _,_I` L.' i L Ti D.1W I A TI in- ---------- ------------ Zi w mm A 12& ff-- J L J D.1011 F IS,, F U,= V)L, z Cl - --------- REOUIRED SUPPORT o L j _j L'�­i Detail E E'v Detof I C v ­­Si,­'i SIDE v L.......... W �_J L J 0 z r ae,mlsanol ,oNcmnm W AS. —y mo (D c� Z g: Detol I D lo.m Of T141mvtoft _iwZ= Z �uou 00am 0, 01- m �iE. Tl 1-11—ii-iE.11 FRICTION CAP DETAIL SIGN MOUNTING DETAILS w 0. Z SMALL ROADSIDE SIGNS 0 TRIANGULAR SLIPBASE SYSTEM 0 --- ------ S"L 0 1.-lh T SMD z — --- ---- ---- ---- w W IN, U SHEET 100M 175 —NDDI.I... STR-984 Pxsu190060Er xG REQUIREMENTS FOR RED BACKGROUND REQUIREMENTS FOR WHITE BACKGROUND REGULATORY SIGNS REGULATORY SIGNS GENERAL NOTES s. •,;, (STOP, YIELD, DO NOT ENTER AND 4EXCLLIDING STOP, YIELD, DO NOT ENTER AND ` ` ` I `°rl .6.. ."..I.P...s e'e RRONG DAY SIGNS) tR01N,NAY SICNS> wA °°ra.�o�:ro s+ a i+q�.m lao.. Iwlw'�a FA_. IRS— L`E I.a,x mAll a+w °1.I�EwA�w`eirnrro.i IF—I tll"s'^;•..-�_ II— axmr A MwMfe`IN.I G. .� Lg' YIELD s.La.xAl ewe°°w+w.°anmA awmw..ra..w r w.xA a T. STOP O ma�,wPFA�a�a�w.mm.,a �°a."A�NIre la s� 5 5 Via.mlr.�,�w�P�Po� gE Do Nor WRONG ' x E WAY °. Tlm Xp: TYPICAL EXAMPLES sra°wrA e m sre.r.. .w sgonttl a vu na slam..+w suG w.eA RE OU IREMENTS FOR FOUR N yEg1E SPECIFIC SIGNS ONLY SHEETING REOUIRENENTS $�6 ~ §R§R SIfETIMC REW INIEIEf1T5 UGAZE GOT. SIGN FACE MATERIAl U) �h COLOR SIGN FRCS MATERIAL LL K BaORGNax ALMMIMM SIGN RLANRS TxICRNE55 U(n C ($ 4�DAS_S xT xw-11LAc,TTIll F �� g+ ITE LEGENG�BMINs iWE B M C sxEEii NGE� 71 U a lW— —_ g E LEecxB HE. E TT'E a GN C EE_ Aro mews ALL O xM ^� REQUIREMENTS FOR WARNING SIGNS REQUIREMENTS FOR SCHOOL SIGNS s9�h '.'-gPP VIII a"gE INEPAfl11ENTAl W.LEflIAL SPECIFICATIONS SCHOOL _ VIII `° ALUIINIu slGx eLAxxs ­11A SPEED LIMIT uArERi N MXEX a NI—III III id-I..w tsxs 1W FtABXIlC M vauW s irp rxMife. % N Z a MMIp::lAxw.v.dEM.ipv! IY W Z TYPICAL EXAMPLES TYPICAL EXAMPLES �OG'p~ ¢ mo;El 0 F NN� Z V SHEETING IEa111REAENTS SEEETING REW IRELEMTS • ^F°F 11°�P�Y�r J V O V (D F USAGECalan colon p OF m m GAG,_G IL IT TTP , SIGN EKE TYPICAL SIGN o c v LEGExG NoERG AaR BAGRGRGGxGELL. III .PE B,LM GFLBxEET1xG REQUIREMENTS o ALLLGTHER ..IAMVLIC NON-REFLECTIYE FILM ; r MBwB R a TTPE R M C SHIFTING TSR(4)-13 W w © Ocrct JGc � rAr v.� .Ana. a T'�I ue. ewr. seF u. fa w ea _------ SHEET 10 COROORANIxc xa STR-984 IFTI P.lEnx 1EGRGA oxsu190060rr xo ��' awarenr rnx e•mio.,n:n .ii,. a^rel iw cerrerr Irc o°min.i z^ b._ � o =�a o�. o 0 0 0 to 1 �-o 0 o rr4�.A,.A,,.u.x•`, min.- .a" ve wl„e sit TWO LANE TWO—WAY ROADWAY WITH OR WITHOUT SHOULDERS e gem Raxmanr awe s•xtn.trro.� .�.--- aorerc°r rax 5•mt" t,rP.t �._ .n q-mm. Ism a &$ .11.Lm a arm 01. x q as 4'. ,^M,trerm.-Llrc rc orryr6k.rNE. e IIt I'llrc e e � e � e r— ,,., _..�..�, rr,P, e®o � s •,: g.. .cerwuL o o` ,•m'e _6 CENTERLINE AND LANE LINES ~� EDGE LINE AND LANE LINES tea°"trc r°sen FOUR LANE TWO—WAY ROADWAY nx^am..rar rra.a�®a ONE—WAY ROADWAY ism a„ v1 ,aarLr WITH OR WITHOUT SHOULDERS WITH OR WITHOUT SHOULDERS Mmtf"" m.e rrmrelaa a, tarn.m Pa.�mnr w�a,n tc-w.za 0 2 ^sa ,,.urr,l�aaa w w U v'^ V. raMa r ne r rcy a <• w GLIDE r EDGE LINE&FOR NCENTERLINE T OF STOP aLINES, ffi v a . ea wa ara Pa° p.wt ar I °wore Re t ° n pE5 0 o n saw TABLE I TYPICAL LENGTH SU p , w zo.rra waw N.atar � 3 P {� tato�eprer mw.ar eMual to i I ,ra o rase r"a qe min rrmn m m . a venire Ewe Elrn 47 wn re Lan W Y _ gyx ----�•a nv°�"wi me rnB raal.ae croasneru,t:nr'reriac loraa aremucea ai"e Yn°ra,.uciwe rxAxerrs w iermm°f rM crova- W w„cim mato m s+rl Ircns. � Y m r'.ie ma am"a�rra rel a a.'imaen�A.er a�.ePh�ne aim°a s.Far sacra tense aeras la,rarer elaex"xe In ttw plane. ice recce rn W. < eTrcnar�rcv.w"y.�+a°,mlaa.xgar"�.r�w r�bnma°r+rcui�rr�nrmrcni®°"mp.eger"i.rra,e+eirrarm,la"amaa,.r�r n arm�"apam�uiar+en�,in�rty,raxC�eeO W.a+er OHo� ROADWAYS WITH REDUCED SHOULDER FOUR LANE F �F F KMI tON� W N DIVIDED ROADWAY INTERSECTIONS WIDTHS ACROSS BRIDGE OR CULVERT pr`r6M-loTr.o,fr.rermaearartorr Iso � �! Texas tkpar7mMt a Trowpwww _ _= j GENERAL NOTES 4bmiav momm J O O 100mN d MATERIAL SPECIFICATIgVS —mI F �z,^ OF••°� p t,rwerina arriotng an°li pe PAYEMENi MPAMERS tAEFLECiORIZEO> - am x;r'mi a e'ma o°am'" oar" rc ozrANOAONEnvcs ou 6too111� TYPICAL STANDARD o O a Faxil��s a'eanprareeuireprinc�rp oWaeuip0+er aarionalaf rmpwra.CO"tl RITWINWS ADHESIVE FUt PAVEMENT MARFERS WS 61Jo Fa aesiw rico a Roup R1[ —.110 1 io eR cREnrm TRnx as vex O O O _ PAVEMENT MARKINGS °o F "a a m;°T O°of E° a=:d " " PM M—12 W m m�rc+the parks"M a a»a,a w ke M x a r z Baa w,. RA6 PAa�NiMaAiN6N�-Nqo ICDv0v4vv40P W menr rzwrk'ne s arw eel m roN lwsrco sPrrp a sono eEtrs MAaxFn rqur ra ow ress rxAN<o Max W etl Hepar,meMol Ma er al Speo 4mcor ma U' P rteap.t peP YIELD LINES ea SHEET 102 e/175 6" Coop onnWlxc xa STR-984 - ano.lrnx 18GROA oxsu190060ar xo LS ` E'' REFLECTIVE RAISED PAVEMENT MARKERS MATERIAL SPECIFICATIONS X r€ FOR VEHICLE POSITIONING GUIDANCEPAICKNT MR-5 MaT DMS 42M .. s 1­1 g�€ Trw n-.. / ti a.amx e"ma tx, ✓ ,� - xoT n T P TxewacPusnc PEw,dxt«T Pxtrdnxtc,Tax Pd ro%11-a-a rEM niau .eo 0 0 " o 0 0 0 " r=w'r"a oex"rrx.mx xmer" sPe�ram«,% so —.I--,o—.I--ao--I �\ as scec riea ny me aicne. . ®e CENTERLINE FOR ALL TWO LANE ROADWAYS 54� Trae ®g f rro%Ta CENTERLINE AND LANE LINES FOR TWO-WAY LEFT TURN LANE A A , E@ ✓. rr�1,,-. C1ETau J Q " Tr"%1 �1t TYCe 1 trop Vim) � $$ E�> 17 frwl 4zm aH: CENTERLINE& LANE LINES s"ic.c o"vrn�r rro%1-c,mxcr eo' w a=s FOR FOUR LANE TWO-WAY HIGHWAYS U a~ pF& e"ora"oa m ao vaor aartare. AA K Y. C, a 11 d A �.,� =%..­"'— Cl1LANE LINES FOR ONE-WAY ROADWAY (NON FREEWAY FACILITIES) Tree n(Top Vie- e"d 1 DETAIL "A" DETAIL "B" DETAlL "C" � N W O) GENERAL NATES 0 DGELINE CENTER OR E �n,ins v,m ma mi sw'ruw N Z �° c%a Inerettn%% � SECTIdi A ¢ ZQ ea oNEN LANE LINE RAISED AMMA 1M1oa1r1wpwetl}D ,�w«,rA RISED PVEENT MARKERS ooh~ F REFLECTORIZED PROFILE I '""r N PATTERN DETAIL v "Texas Dep ft d a Tmru^/zY al. 5=V z V W� g tatcnvt nvruarvT w,eatxcs r. o cgcxnon;mwsra, `:a O a a 5 0oam d POSITION GUIDANCE USING i• sire nnxm RAISED MARKERS �o a ❑ ate, ,° . 5/,°.Y� O xn Ox REFLECTORIZED PROFILE 0 z MARKINGS 0 PM(2)-12 W.W. W a a EocE tTx[an ctui[n,.ixt oPi[orvat a[oct t[r¢ox[Erra,atxt NOTES axF...[x[ uPTtoxdt a uxt ttut - G a Prot a nurx nu%srw got"a p mwf on roa"wr% - - sa a sxssT 103m 175 STR-984 vno.,anx 18aR0A Dssu190060E1 N. tib k anile,Is«note]I rmvee r5u Em. xne :F e M - - P g�� �� w� IIr iFMM a w:lr. m pwscrc _.. �� .wme a+so• iw soim J DETAIL A fah *M rule.omen o,loym or lvn ooi o o �� �'yS• 1S0-ipr STREET V u *Y' from ry«w ro h rro mpm of ewoRe iaY \/ `EJ' �- + wi to •K Y8� 4111 TYPICAL TWLTL AT TWO-WAY CROSS STREET AND RIGHT TURN LANE DROP DETAIL C m..IA..r Imr J==A —N. o U v V) DETAIL B OENERAE NOTES a b MNEplpv f'mn/ e „Imw,RR a mm wm�r.N.mxl MATERIAL SPECIFICATIONS erre...mx:y.mw'a ee"'wnaia"m`r U we e.e ar mmrw:twi ep n ,aw eee vrw m:xrm�Ne _ u A <•rei iw wllo PAVEN'.xr LE w6aF6T6RIZE I m-,zoo or.ma am orror mrulpa mr oe wec In omen 3 e «W 6roxr AxD ALE_[_ mNsiv[s D �°�..mvwnw�Y'n°ire`sraR°'^enp1n`xi� VIII C Tame mw t Res-6t00 .area ane err ea aryl D.elyn r ° DIiWIlKU6 ANIE6IVE FOR PAVEIENT WRYERS 015-61]0 ],Wei ime pW nartl oM o+a rmkfpe me ux0. � TRAFFEC PAINT -Rt00 r.e eeee et orro.n eneula Ne uwe Ie me :W mn bq in d6arer Mlm Iq Mr.M e.i 4-4 a•Nnlfi moon � x0i tPPtIFA ixFNtlPU6TIC 015-822O ��”•"°vrw a.ora w w.w.v.l Q PENAKNT PREFARRICATED P xi WRRIN06 Pb-6240 fP +�upnttwn'm�ieot NIci«nvn �j V ,.Otuo a�aiko.;•r:o�irtl}c r I w egtrea Depm.eentspecirim+Ione «`c o..«` « W 1/z TYPICAL TWLTL AT ONE-WAY STREET AND RIGHT TURN AUXILIARY LANE e.Rcm.6or+p.l....ai Yoterte� z ve�iiuen meTaV«itl I+w eivrninle-R.Itn W O y ntgBktl°oya mg elwa_6. iw. f = IL 11.A Yrwe r sono I re.11 a-. r:klm°Ira'aeeeaw*.Aa°wrr°°e{i`i aowivwswr°o° <O ao F e� ke°'-N Imaee`9 rea"'"irnl ora r rawt G y F Z uuuu�V ems roan eie a Intl.e ro rn re <O N G W A tpi«I Iz'IYIn, a TeYar ApOrIA1RYOT TrOAVIVIO901 a uum uum rNrk psamra GNamm `:Y 000 O O ¢d o2am 0 PAVEMENT MARKINGS FM2 ~Va TWO-WAY LEFT TURN LANES o c o DIVIDED HIGHWAYS AND O O z RURAL LEFT TURN BAYS °O PM(3)-12 z .lrypi' 6w x.te] W W TYPICAL TRANSITION FOR TWLTL TYPICAL TWO HIGHWAY INTERSECTION WITH LEFT TURN BAYS AND DIVIDED HIGHWAY sxEET 104m 175 �� D.no Dnnwwc Na STR-984 - PnOt[nx 1ROROA ossu E1 ss 190060 BARRICADE AND CONSTRUCTION IBC) STANDARD SHEETS GENERAL Nil ........... 1. TOO Barre—old CIII—Itill Stand.,.sneers IFIC Meet..,I il—obb I_etypi A,ex—plee far .1 LBrp—? Tra"I. al 1 )11 MAI. a �ST ERT ,el"`La,- aor. AxAF I z"l I,. Th.--nation b.htb,h.I In I ."IN. —at or t A In—in the T....Manual.,Unit.,,Traffic C-1.1 Devices'"IT.ILT 1. The and dbilq�of 1he T—flo Carl—Plo, (T-1,The hilitY If the Engineer. I.- 11A11 3. Th C.1—Cfal lay 01.011,changes+0 The TOP that 11, and...W. I—enne,".1—hah..engineer 1.,­-1- 1- dove p, MRTI— an and I-, Calro,'C'proposed C'e'g- 1. 11.Contractor Ti,—p—Hole for lr­Tl��leg l n­ 1 the traffic an....devices .. .Otr�I Th. t:. .1—1 no hal.or Tan'. the I an of any dew.I With—the Da'a"i of In.F"D fl'h 5. Ge—t—Feet,of III.ahills.11 1h — he TALK OR TEXT LATER T' F-9 ppli—ble A-9,blitall —t—ad I,—al.bU_re the Aralloan (5e1 a 67D Assoc'at11 If State 119­— — 1TIon.la.11.,Oil IAABHT.1, xo x0 an Cabobtli.Des ha of Iligh..y.and Streets, the— U.—Py ,. Design Manual or ?Jii 6. fte,P—j—ILD" the Eng neer(.)may anhit the LRD ROAD Wall TRAFFIC CSF PINES DOUBLE, -A C—ne. ";' �lgh-if— igr;'Q..U,O C_cD C) C) +and the work If -17 A A1.11 1-11 C V) warn„ 'ib" a , ASS-, 'N I ea w. --od by the The Blail ROAD WORK NEXT 9 MILES sign shall be L, 1-1—to no..,prol­ are Ilatenbe. IT— TT4'LA1'p'1P'r­4 o.m' f;.B Y. 111 En,in—-,­­W 0.1 tate Wall aigle I,the—It,,side of no, Ilh 11 il-high­.-,I i—Width Will pollit old traffic� Ile V) the X""'. B. All IF—U-1 be..—t, too in—b--ce­1 the Idata ile I.—in In, Eg Por T—, ho, I, Sign To C'An 1 0 1 E "I U.1, l 8 th—I BUD I I be IMIWO 1 t D an or AM-1 1.IrX C-11-1.1 I o'e'l-�'C'I SIGN DETAIL (G20-10T) V, 2 a 1. In,temporary that io­­ 11 shown in Line illustrations of the 8 Y BC brobI.are xampl 11,11 Engineer Will the .At .IN....i.,b ban'T.,do,I bee No I. 11, 11 1hIW,on ECII),the OBEY WARNING SIGNS STATE 11W.!a,, 111 ALERT TALK OR TF.'LA'Fa ha U". ...TIA 1 -1 Ll t.;' __�l- j Aunt;.. U.—F,I -a—o—on.t..—I Th. C.Plln" IN Far. 1,79,will,ploone­11 be orealad 1,.0—Ce IF the CS Only or. the TRAFFIC IIN11.10 FILE tU Will —11 111l Traffic Control D,,i.Ca l (IWITCOI Describes ale-Qua I I ar.boato solely .,I y of mobile oi�.!.at. -I!U,at tho "IT I h work,­h I,striping �' 11—C CdgNii,.—la And 1hol, ,Or...-I no,be 1.Lr,d or, -I ad-1.ai-, strips. Th,BEGIN ROAD WORK NeXT.MILES, CONTRACTOR and END ROAD WORK sign. U.—.'by contacting: I, w z .hall be created at rl.r the CSI limit.. 111;11—tl"1 ahop—toti— 0 required by—10,t1.­b.ht,Fl ablibee Kh—ld Tr.ffiI 0 at,..G IT - '" ""p' " '1�E I I h pll...`=1 while Woll,I—tL.1 ly In p,Ig,-,,or I C.—TIN r— Phone(512) 7) Zlte. 12. The Engineer has the final decision on the I acotion at.11 tlofl Contra pw Go SHEET I OF 12 mzo 13. InaCti- qi nt Old Work 11hil,111, ill-dila ­1 THE DOCUMENTS BELOW CAN BE FOUND ON-LINE AT All 'k trove They_n a be as closehe —IT e I away 'r— locatedz z C) Ch—bf—lya 1hr.be Pa. behind I ba—A,.1 Al 1, aft;CIA—AxcloUgm Il 0 <TO COMPLIANT WORK OCCE TRAFFIC O.NIR.L DEVICES LIST(CWZTCD) or a,approved by I he rignine— J0 0 m w DEPARTMENTIL—1111IIIIATIONS I bell BARRICADE AND CONSTRUCTION l " M < WORKER SAFETY APPAREL NOTES: MATERIAL PROURGEI LIST GENERAL NOTES 0 0 ROADWAY DESIGN MANUAL-SEE"MANUALS(ONLINE MANUALS) AND REOUIREMENTS 0 L) 1. W?­1 a,fear no are I.....I to traffic "I right-of-way shall_I,high-visibility or to thin the'I A——lbath,G STANDARD HIGHWAY SIGN DESIGNS FOR TEXAS($HBO) 0 < the rb'U 7 rb'­If 111A National St-1—far High-Visibility it, 7�!il W. TO Ape-Al".I,e"11.1 F" I 'a,20 A.I BC(11 rev's ons,And be ARE 0 l h1a" TEXAS MANUAL ON UAII.NM 1ITATIC GGIIROL DEVICES 1FM­ z or ­N alS �g w con1fa-le fl,blGh t-flia­Lre work........or,,,or...night IT re,We- U a. TRAFFIC ENGINEERING ITAIGAIG SHEETS V A w HE �� caro oeAWlPc Pa Z oxsu er x0 190060 TYPICAL LOCATION OF CROSSROAD SIGNS T-INTERSECTION TYPICAL CONSTRUCTION WARNING SIGN SIZE AND SPACING- SPACING `F reewarrw 7w- 35 mt, azo zK, W,:�,.W�: T- CSJ LIMITS AT I,INTERSECT ION IIrgy IT-Il ­1 dot., GENERAL eta' Q) v)ti E SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING AT THE CSI LIMITS X=.�%, ct, I WONK AREAS IN MULTIPLE LOCATIONS WITHIN CSJ LIMITS Is -1-wxx ll- C, 2 ILP I I I L]T�A�EIT X X 11K 11,A—. I;— LEGEND --wqBIC z =1-4 NOTES x SA z SAMPLE L—T OF SIGNING FOR WORK BEGINNING DOWNSTREAM OF THE CSJ LIMITS STAY ALERTTr M,2; T Ixxczo SHEET 2 OF 12 zo N IN ........... ............. ...... o o WR *11 1 11 IT" GO z z 1.IT -loom <GO C11 L1,11'..11.1 1111.1.11. oa� a,I- IT, BARRICADE AND CONSTRUCTION PROJECT LIMIT o o < o o — — — — — - <BC(2)-14 GO aarn n. z c""Im.ac I'll X xa KK Z.1 SHEET pssu190060E1 wp TYPICAL APPLICATION OF WORK ZONE SPEED LIMIT SIGNS WefR ZIX18 epeetl IieliTB saw,11 b8 f8µ11 gtofy,as 01iinBtl in wwathIb8 with The'Prtltltltl1r416 fOf FBTtlb I18hllq S.02 axe,° 1'fr CIO approved by the Tex08 Trone�MtotioI tomelBsion,or M City —Men.!thin Ixapororad City Lt.!te. ...a...�'^..�I.�....s 6 Reduced speeds should only be posted in the vicinity ° „ )s= cep of work activity and not throughout the entire project, f. ,MITS "y' Regulatory worK zone speed signs (R2-1) shall be removed s Bre t� uulrs , aani�v, Or covered during periods when they are not needed. m q mee , §: _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ a _ 8�h SEE EE aEEO NON yM, ZO E czlsro ❑ wORs Eli Es%%t 41 IMit LIMtf o-,w N� Tse 7�ke, 60 x-, :ae zpNfi :oP ?eco a (-j Q e 7 0 " 50 I'LL 7 0 kr 1 gaL mrs.s �O m, vs 1 6M0 € �MU Rx U 'c v, 6ok GUIDANCE FOR USE: W a°i LONG/INTERMEDIATE TERM WORK ZONE SPEED LIMITS GENERAL NOTES U Z3~ 6° mis rY l e ar ser.r�t„a of wnsrraet�an O y�.w rafficfcmirolapems Me es sic d 9eareiri d-ntI lower tleslgn l p-ojechsrMewekepeed control isle of malm iepertame�Y U X9£ apaed ere present C,speein Na wa'kfza,aboMtmptlifictl}ipn of the geme}r icS ro ?,Regulafnry-1,xane speed limit sTg F.11 be pieced on support,¢D1 o 1 font m In. III igher E- d 16 no+ eds'to nroniirg�ighr. o y Long/]niermediate term Work Zons Speatl Limit SignSi w n approved fUs 111eScbed ! 3.Speed zare signs are Illustrated for one direction of troves ono are r,a,'molly pasted �I III stmt for eacn tli reaTion of!ravel. - Norkcgcf"mvufY bDs.Wosso be defined oe a cM1s—in"M r.&.y the}rewi,.A 4.Freplency of work zan speed !coli signs snwld be reduce0 speetl far motorists IE safely--1.the work mee,Irlcluding: 40 npM1 aM greater¢ 0.2 is 2 mile rrood ar doraged 35 ImM1 arM ens 0.2 to ml les Q bl sWs'.AIIm'liol a m of raabway geare'Irics IdiverSims) N d'grpderuction detours 5 bequlamnd(See RefiecsllsSsnae{I nae Ipck legend or,tl bottler on a Mite reflective mkgr inq'VonbBC la)l. W Z I)It—n -i Irian ereciia 6.F c , n rn,U rtpirrtsnonge of DLIADVANCE SPEED LIMIT'ICMt sign, F AS,I candiiinesermr,tllii ms ex latiaiM1e rorkvmne speetl Ilmlt I ang as any o s qns NOHs ZONE"(020 5oPl�l aqua and iba SP—LIMIT"IRZ-1)Z Ign6 snail roi 0a pall for 81 mould'¢co=in in pl.A. directly,b II censi erect suds!tory Item 50. T.Turnin frau view, wn wil not ce all ,unless as O SHORT TERM WORK ZONE SPEED LIMITS mnerw9e��9oied ane¢ laying N CO oer ar do oO RpF r REMOVING OP COVERING"an BC 141. Q finis type of work zone speed limit may be ineludetl on Me design of 8.TecMlB —nqy help reduce iraffis speeds include but ore not Ilmi ted fo: SHEET 3 Off 12 F G N N N ? baTh, rier}wM cork Cc Y s wif—10 tee}Ef-tea elect AE or acivaelY B.Fla snrw as+imed,mxr to s n. �• Q p in rico revel letl wey.t C,PorrablesEhm ble I... e'slgn LINE), w'lkradwpne::wrrcMTwnepmwMw, '=V Z f=3 ZZ U - D.Low-power Idranel radar t scouter. BbnPa/tl J O Q m Short Term—2,,a Speed Limit signs shoul0 be posted and v Bible to ine E.Speed mons rot iraff crs or a gns. J 0 m W Me Isle!tyo IC pr Wnen work mis y is not 0 F`"� Anf,ss191s Nrlailwo rwadv d r red. B.speeds m,awn m—S 11 afar! BARRICADE AND CONSTRUCTION a o e Remvmg ar cpeeri q a acull.OV work za Speed Llmitsesnauid-y m pasted es apo oven fa eam p,EIE— WORK ZONE SPEED LIMIT o 0 v 10.Fw'more amcif lc guidance concerning ine type of work,work xo 0 0 ( xmeiti Ins and Fmtor arsxImpmii ng zea al lawrnm le iegulniaryo mnatruciianrem speed redpprmn Nee boT m. o-, xoor N-r m sYNBC(3)-14 3 m W J—. SHEET 1a7 oT 17S e q—STR-984 vso.enx 188RBA wwsu 190060 TYPICAL MINIMUM CLEARANCES FOR LONG TERM AND INTERMEDIATE TERM SIGNS 5� ROAD no AHEAD AHEAD ROAD ROAD MORK It,11,111, 1- ­ MORK NORM WORK AHEAD AHEAD --l— I,I "1 1'­­ T­ i­l.1-11,1 no YI,­T-I ­0 Itt, ­ 51 1A,ri, ic" ­I­­ ,cr an Immup Z"­= ='Mi ­loI-1.Ill I.I a 11rq It— ATTACHMENT FOR SIGN SUPPORTS ileI-11 1 ­1 1-1,.1 A— it aces x V I kA,i, T, R 0A DD fipT I R C U L E M 0 R K Notts$Wit NOT ..... ,,,I "., ,=z � :ln Z,L, tz be at loved. i. witi, :1 Amu E Q, De atter 714 somas directly to tM sign rex«c.e rarer rc„ ser joined shall Plot U k .Act 1.0 by OTY Wedr0l good am Supports sro�,rot OW uj�!. ,III ..I. ,­ s ow y sol icing G, ..ld 1. d .1w ar cr. STO:1SLO:PAD ES CONTRA TOR REQUIREMENTS FOR MAINTAINING PERMANENT SIGNS w GO Z l—, WIT.4 THE PROJECT LIMITS I I Is. il.,—1,. .imam emoa,na rrv.star 0So —Illil. KICHTS RteO SHEET 4 or 2 GO 1— t ser sE a1 IL. GO pll I It. 0 zo 00 RE RE 0 I=:Vxi.­1V M". ED z ED Z 6 0, <G) 4. ;fa� 00am LU BARRICADE AND CONSTRUCTION IzXrn 0 'E rIl.I,— I1d:'41='l IZ d"Il GO GO < ZY I TEMPORARY SIGN NOTES 0 0 C) 0 x BC(4)-14 0 m 0 < z -------------- w w lt SHEET 108 or 175 ite—doll—ses. STR-984 ossu190060E1 so mrr.l� 6h � \ zT II r,sxc ,,a` �"� ✓"P" umso"`s� lees-_.._..s m $bK `• /„fie,"a Yea r«ap" 29 z.a.,o. X rW ¢r wo ec m �FR°.e rrme sen sus �oxwlrvT SKID MOUNTED WOOD SIGN SUPPORTS PERFORATED SWARE 4ETAL TUBING � ^ LONG/INTERMEDIATE TERN STATIONARY-PORTABLE SKID N NTED SIGN SW TS❑ GROUND MOUNTED SIGN SUPPORTS s m ��b rm mvximm mmmuo+ian. itWEDGE ANCHORS i= +I_.. vt mflw - O a i It .a@ ” oniv roc Irz plsxma s°move ,y��rvr as ry � �mn = U OTHER DESIGNS V)w n` AT—.1 GENERAL rNOTES esr U ScEE ttiesrpve�nm sireve I uroer��� r w csea m r i r r°r rm� ////����''�3��III S(( or1 sr,^ r r WOOD POST SYSTEM FOR GRg1N0s wn^aa��maryi0uver Npp°c'� lecr°a re� Q amrc povmen+ KAT SIGN SIFPdiTSs a I,en Sox. N Ili m amsl°arao sacs N rw�rows orme - ❑sn o<�q�rm a+in�+la+ar xorx o-sarion G Z .... .. e O ' s ° s cSx�rtvv��w' *craw a�l wece vo¢n awil w�in,ea mire. � � j Z SHEET 5 OF 12 G F Z v e 25prria° 'i^w" F=NN� O i cn r.srrcr m wrrn m Oqy+y^p�rwnarepwms/wr V m O V U mms re n me Ll r .......":..:. Ime o O — W m �m p BARRICADE AND CONSTRUCTION r,D m °a JJ « . n'"'o°iap eka' TYPICAL SIGN SUPPORT rc v A—E�iEc�eASE BC(5)-14 ; m SKID MOUNTED PERFORATED SQUARE STEEL TUBINGSIGNSUPPORTS f= SHEET��9M�7S �� Coco occwlPc Pa STR-984 - Fco.l[nx 180RDA ¢ssu190060rr x¢ «xEN MT Ix peE,REI�vE rxr P¢M�FxLM Tx¢xl¢xT¢r«NY¢a PLArE rxE Palls RECOMMENDED PHASES AND FORMATS FOR PCMS MESSAGES DURING ROADWORK ACTIVITIES °fir ¢Ex,xD¢ARRIEx a aY RD rL Wlrx E,NN P EL T�xED PARALLEL T¢T rrlL F (The Engineer may approve.Ther messages no'1 specifically covered here.) warts.[cxAx¢EAeLE rsssa¢E scars Emla.er.maPwrar aPwavr m.aaa,ea ron�,P�,al. ep I Phose 1: Condition Lists s Phose 2. Possible Component Lists ° cerael ample wa can ce c Road/Lane/Ramp Closure Lisl' Action to TOka/Effect On TfGVeI location Warning **Ago Too E. W aeawa m Pt40 m 0 versa amus four,o e ell daraciera rp ^, ' fi68 row,••aT, ere Om C 0 tion List 0. xaaaa0ee anw a cm a Mow a rw Mowa mal L , L'st List Not I..List k«m c*»mare.Thee-pw mi c owo.ran Oxeae ci+n» EEWAY I'NONTADS ROADWORK RUAU MERGE ORM noeav�0 awu a w ¢n,,ono veer m unaerer»aa MMl� %PMI ga€ a..aamarl.e, FT >,a s,sx,Px pT ROI XX% GLDER %LAGGER X%XNFT %DE%aI rTS RDOEXX CROSSING XIX MPUH , ,o o°raaawr�N CLOSED CLOSED X%%FT NARROWS NEXT X%%XX pI LROAD SPEED %X - m ggEI pop —iGE EXIT F—MIN—IMUN-1 F--BEG INS re w FMS.X%x RX%%AT SF�N XX%fl�Fi IRAMILE EXIT X%% U NDRXTXF MI%ES X%MD MONDAY p�b un 1xw n�cn« IG IG ENGtNG CON51' SIAM ON SE SI AUVIS0 Y BEGINS g8u « aP°res far' me aan CLA SEOx ROPENSx LFL Ix LFELT SOUTxX O%%% UE%%%% %MPO MAY XX r 8 CENTER DAYTIME LOOSE UNEVEN UC%G T WATCH N rII IGHT MAY 5 , `� mro re CLOSED LOSURE %%%V Fi XXX XT US%XX iR L EXREx XXXPAMX -- &fib rwr xwll wrizmro rw vaSrgmrrrnwxaaa LIANE —JANET. Si T %SMILE XROAO WFOflHN DELAYS USiOXX LAUi ION ERIE-SUN l� m mla,lar anomia norx CLOSURES CLOSE. %%%%FT TRUCKS FM%XX% Rby IOUS Exll ROAUWONK HOAUWORx EXPECT F--TR—EP—ARE URI VE---1 EC o�'hA 11earl»waraMua + cLA SEO xLM[E�x Sx%%xx R[E SUN DELAYS SAFELY OUB k e e ��r'1a o raerx� X c gg %i�M wlro r Iq,r ae'I¢}aaMaa E%li RIGHT LN BUMP US EDUCE ENU DRIVE NE%i ti ,8g` CLOSED C.BED %X%%FT X MX[LES %%SEED SHOULDER CARE A GU%X U ~ _ a.1-1 an ma.� a wmar ma Cl WSBfi omni»a r rime. Apmlern euM OA peviea ar mrizmral wliC ORI4EWAY CLOSED %IGNAL SHIFT X OTHER WFORH %%PM� O pit nn ro CLOSE. TUE FR[ X%%"FLT ROUTES WORKERS X M U M F: ail- n LI N LAxss swrT In Pwae aucr a ossa rim srnr lx Lnns m Pmae z. % •+xa Alvei lawlw carni law rota«. �II� X eLVU X IN ma Rrr M "q` w" APPLITIcpr.ELINEs W¢RDING ALTERHATIVEG wR Uw .rare Is IAxr m r�m z gwna we ro w ran w a PCMS , Tro was R1cxT Lrrr ow Au awwar n " z rm,a.Man lm wrnl=1-w n aarao rwc ma z I—I,eealawr as .us.su, ave to am m marma,mea a< Q r x x. ^eaaoaa,wmam c aa.e 'na^oar Caw,raa Liar. awraw mp I— x uw 'irw el x"" 5,A Bm wwaz can a ae eneM rran rm Acr'm ro rmairrrsr I.EAsr,pssT,Mnrx am es—m apprevlar are r,r,11 as o coo y;j e,rax m" -11� Porx�w Pxrw m rrwa,wcar m,Gmral«mniip,v«avwwe xar�ce La ln'wclmnvvp ae yPrw�la'e. N 'ce°a xme Is Plwae L e+e. <.N�a�wy nuwe am numere raxlaea ae aawaw�ore. W e a m am�o„ aT x'arararoy cess naaam. CIE O slw w1R R,E x r Lcw Rr tr r.awoon��wa»»aarrror r a a arcs ave«ver sare.m ur ver r e<r a. "'ante ossa rre`a°.i m ewamaa p a° F s oar SM oar SxuW 5 Fmn PNS etw r� r �mweo ae cwuw are N 0 Axu¢mpv u L ea'm or a x F,ma Ml �0 um u�s a r f n rw to Pw grown, e,Ar,BEF¢BP. P a anwgod ro appall. Lmrmu,a lrauret r „ P mw awls to uworaraww�a pr+reewiv0a. 0.¢lorawaa or Ax U,cap n•i Imlw+ea rccn,+re mnwua Ir o � U % mar w swm 8.Pa Weme Mlca,Ren+Ic cvre.Yi Ome la rirnln pva�Wn lap+lm Mon le uen. Z n. e v swamw,e o-w,el s of me a,wl rorty onto, ov sora amola rlrn O` �+ F F«nrc. cva IN s x`p rots er eve,reex AavMae ver r ver a,amu a rro,Fa spa ry Q O... G,� w ar.mM oma.a.x w m ra ma.m« O H'aD F a SHEET 6 OF 12 NOH_ Z O PCMB SIGNS WITHIN THE R.O.W.SHALL BE BEHIND GUARDRAIL ORr G A xen Fn m.A¢ to oomrma ro-1. CONCRETE BARRIER OR SHALL HAVE A MINIMUM OF FOUR(4) �T®+•Riaa+,N^nrdna^.ourr.W^^ E Ste== U T.ovv c ,Har Lara,o xez oa vutt rce°e K° Me PLASTIC DRUMS PLACED PERPENDICULAR TO TRAFFIC ON THE JO00 Q m INAi rLss UPSTREAM SIDE OF THE PCMS.WHEN EXPOSED i0 ONE DIRECTION JO mN W rme Mrcnea rTME xlx OF TRAFFIC. WHEN EXPOSED To TWO WAY TRAFFIC,THE TO DRUMS BARRICADE AND CONSTRUCTION �H—a. o a Elm SHOULD BE PLACED WITH ONE DRUM AT EACH OF THE FOUR CORNERS OF THE UNIT, PORTABLE CHANGEABLE O G Q va,e N R In ver s"s °lxn FAL MITRIX ass slcrls LIESSAGE SIGN tPCA15) o wrr «an ,Pam a row»r»°aa,re aaarar a�r ma „reN,.eaanre ave xme 1L„veer Par,mr O a n* MmWE lr Mrs CE"axI• a a n,a as a, a E Mw mel« Nm»vela-, 1, BC(6)-14 W. m ( ro area a a a r gra P Iro �wra,rolalr ,a a lw�w�m a a ,,��'a rl,a — SHEET 110M 175 �� ¢¢c0 BCAWIxc xa STR-984 Pc¢.Iom.I¢.P.A pxsu 190060 Ri.`'I°IT- 01 I—To T.Yi.,.v­T . F�, ZRII CONCRETE�� LOW PROF IIE BARRIER(LPCB) 11 CONCRETE TRAFFIC BARRIER RIFE) < Indata ae of rrre CTU.no m Qi as OR Z trate aroa m n mm or 0 1reeranore i4f,i i"I'M I i, ITT.111. 11 1 IIR I.'= or­rgl�, i.-In TT.­I.­ I IOTTIOII .—T..11—­1 0 Z� nBPr DELINEATION OF END TREATMENTS IEI 1 7 END TREATMENTS FOR R-I.­, C Yb mo mrga'm m no acro ememeaTD'S USED IN*DRi,z0NEs -BLE ARIFIV I.TFT A I", ITo Z.171— v) E_ an 17 Cl BARRIER REFLECTORS FOR CONCRETE TRAFFIC BARRIER AND ATTENUATORSCern 1. 1.i� O—D IT.%.1 1. 11. F­Rl 111. 1 11., 11- _'I. R 12.A F1.1T,11.1­1 SIALI IET RE ISER 1.1­1. -- WARNING LIGHTS j.—I T.I. Z? TrawaIC.1—re w,tmry ZoI I Irl I., A—13— 1 1 V tR, 7Z. Zamaar 72 Z, Ll­�11­ snea 1*11,1-1 emrraaT,l I ernonaIll 1"111 1;111 1 1 111 IN U5F,IFIll ­­­1 li,­1 1 b,III INI—RR 11 ', (-w_a-t_a<rrr ra rrre rro m<I a. sser... rmfl rMawivri viar r,t 1,CTII R­T.­I- TJyrSY;ow TiTE_',_R, I_ 1-,—1 11 1117­1 11 it.-, TRE w z o Ol 11.1', 1­1 1. .1 111 RRIT-01-�l 01 ILICE TIE �T­ A_RO f ..I Il I,_III_ IRIOJI'VIND ICTICRUElL. WARNING LIGHTS MOUNTED ON PLASTIq JM_HIT___j__ ­10 Li0l I z R FLASHING ARROW BOARDS 11­111 IT—­1 1,1a, FzUR o onr""'— 'R, T­—RIN.1 1.1­1 1— 1— SHEET 7 Or 12 olz O T_ I Iol, z o oom U, :!mz. TRU-1IGHANTED ATTENUATORS o2em WARNING REFLECT MOUNTEDnM PLASTIC DRUGS AS A SUBSTITUTE Ron TYPE C(STEADY MURN)WARNING LIGHTS 1.T­—11. 1-1 1 1XII, am a. I. IN _9�$ BARRICADE AND CONSTRUCTION m o a RtiI 1111, ­T­1n 1, IiII,t 111. E. 'I— ii,=11 I, R.., a u or Il."OlETA—RI­=n T.." ARROW PANEL, REFLECTORS, a IF I.T. IT:,111T. lt­f °r rra<nma T­ WARNING LIGHTS &ATTENUATOR a W BC(7)-14 w + irc sae yr the torose ref acre tw,rq mwrawn'rp,raffle era rare din+irp nee+'rq rrc w w rep rHrwer rotiv ry rew,ramrts rro sT tv e°reer n mvoee yr tre ore m W ao same'ranee Tanae ws F-T-R T11 1, m IT, wnirp_'RErzIIi,;=.lilt 71 ­11d —.1 1.11 ehmnei,z ry­Tle­q ewrre»nra. to Dssu 190060 GENT NOTES Pl­ I*lllw�­1 PPT I IT, ;�� 11 z I A_ w<rnln it 1p 'vx s sl T Ce o,, E.ElHk'L'OES=MIREME.T`!Ta,bat,ote ' p ­ lasholc tidNO ­1­ M1­1 I SIGNS,CHEVRONS,AND vE rICAL PANELS MOUNTEDZ -------- ON PLASTIC DFILNIS i" v­P­pri 1,iaz w_ A, Q) V, Ll Pei rl_l ln.�Zlli_l I­ D;—.­!­ 1-f-I ate+ . 1 cc Cl in To lo o m,InDw,.wwM.aPw+mrlramm as mr NETNOBEFLECTIVE SHEETING !�Ill�411-,�IL!Il�l�1.1�ll.t,.�Ill.T w z w 0 z [!ECT L_INDI.TOB BA.ICIDE DETECTABLE PEDESTRIAN BARRICADES BALLAST I­ 0 z SHEET 8 OF 12 P, �TZIIII%Tz�err_.74nt=x_= M lo Z. M Ties upwnrmeWn>espmderw, 00 M= .......... ill T­ o2a0 m BARRICADE AND CONSTRUCTION i M­ 0 0 P- ­P, CHANNELIZING DEVICES 0 �x 0 < BC(8)—14 z W SHEET 112Pt 175 STR-984 °xsu 190060 MNE"L WES ..............�1.1.1 nl 4L VP-lR _ 1.TVITIT nrn. A— 1.11.1.11V 1. "M T- �11_­..,I� FIXED IT IXI DRIVEABLE CHEVRONS at F- v) L, 35 4 C 29 32 40' ICI 45450 495 540 5 90' zg.. —GITUDI—C—ELIZING DEVICES ILCD) Pp9TABLE 7D VERTICAL PANELS (VPS) f- I'll 1%X 1m z f. SUGGESTED MAXIMW SPACING OF o CHANNELIZING DEVICES AND MINIMUM DESIRABLE TAPER LENGTHS z CDT" r-- -ER BALLASTED SYSTEMS USED IS DARDIE.1 SHEET 9 OF12 w o mo.r, 0 g. -too. Z U z 0 M.N-1.xnrra,me _i o o In <m C, a I, Hu C,I- I, " III . < BARRICADE AND CONSTRUCTION o t T-1­1'1-%� CHANNELIZING DEVICES CID u x t o x w.°a�,w°,re.rl,a.ma e�na ma tee, araxme a,,,reae a aar+le eetec,M�e a°x,n,rw neve ar Sana arae.are m<xw o < BC t9)-14 z HOLLOW OR WATER BALLASTED SYSTEMS USED AS OPPOSING TRAFFIC LANE DIVIDERS (OTLD) LONGITUDINAL CHANNELIZING DEVICES OR BARRIERS 1:W ossu E1 so 190060 rrPE I SA.—A CLOSED Tort c. A!'4z: mxmvmn Tl� "J- n even a asPERSPECTIVE VIEWve PERSPECTIVE VIEW ce Olt— R.—y LEGEND rp ni ni m o' Lu spm ma my w ae am Pe v,adKK v°a yr Pena,re baae PLAN VIEW V) 88.All PLAN VIEW Li TYPE 3 BARRICADE (POST AND SKID) TYPICAL APPLICATION CULVERT WIDENING OR OTHER ISOLATED WORK WITHIN THE PROJECT LIMITS C)-r Tv V=—f AL USED pl CONES CIS LET'�'IE." Z'L, L: ti ET, TYPICAL STRIPING DETAIL FOR BARRICADEAIL r I EDGELINE :T Ae E^ NNELIZER ac= TYPICAL PANEL DETAIL T--PT—esus --Pi—esus T-1-Wrkw FOR SKID OR POST TYPE BARRICADES Z alrcemme 0 '2 canes I.!.T�WIM t 1"I' z R 4- 301D5.icluGing Dose. lE i 1– z ---f mpw rrattic came c °w12 a Min.3 armee I'"-. -'— uta.z sum creel rcne rciya°tie welgn+reyireaan+e Mem F��N� 10 0 7 SHEET OF U EoL-z' z O W i- o»Irrel BARRICADE AND CONSTRUCTION 0 0 < ED ww,—,—Ili CHANNELIZING DEVICES 0 x 0 < era are wnaa A <.a m« w,m,n,p rrw,r<.> sae. tar lmamaa afa farm ar re»ane�a ar re's�dire BC(I 0)-14 z TRAFFIC CONTROL FOR MATERIAL STOCKPILES Dxsu 190060 WORK ZONE PAVEMENT MARKINGS Tempooarory Flexible Refb.l"tive DEPARTMENTAL MATERIAL SPECIFICATIONS Rd—y M-ker T ps NRA REMOVAL OF PAVEMENT WRKINGS I'll 4111.17_­_r111. STAPLES OR WILI SHALL HOT.E USED TO SECURE T A EMPORARY FLEX ISLE-REFLECTIVE R E WREX F6"« ere Ivy ee seer we rnxe piss uxm TABS TO THE PAVEMENT SURFACE -H 11.11".1n L ­1 AM—, RAISED PAVEMENT MARKERS alb aaxiaos rm Dsrms lass mm t.a mew,Iran°,mrwsa er tin warms. o�wio°me soy syncs m r v �� =IX tz PREFABRICATED PAVEMENT MARKINGS V)L, euro:,enol zp= MAINTAINING WORK ZONE PAVEMENT MARKINGS 9fass 3111} ZZ" RAISED PAVEMENT MARKERS USED AS GUIDEMARKS 1. 1 1 It, I— VIIII,1h,[i�1 111 .1­ we ow wre Ol z 0 eslpwrn w: z l­ z w SHEET 11 OF 12 CE0C4 0 0 Pzu z 0 000 00a m w BARRICADE AND CONSTRUCTION 0. & -, 0 o PAVEMENT MARKINGS 00 BC(11)-14 z ul ul SHEET 11Soa 17S ossu190060Er No STANDARD WORK ZONE PAVEMENT MARKINGS DETAILS *lllw�;f,. PAVEMENT MARKING PATTERNS MORI..E Zism 0u++ms S . . oo f E q z a s o 11 .w.as N ro' 0 0 0 0 0 0 �I NO-PASSING Tm vel i0w } ve oa� nY°auu.uuunoua.uoul:� uuo.0 LINE n $tE KILSI—IZED cANENENT ww 1— IAT,EIN. ITE.A SOLID EDGE LINE 0 00 oY 0wo %­7 8 1 a ceE aa' a LINES OR SINGLE "•""�' 0 so a kfl 000 ov EPsp k e_re�rwr corIes mrx roe imr oe alma,+urea fa ref ec,0r zea eoveam,msrx Das m o w�awoooovo o[f o ov 000o0o0�00000 o 0w a NO-PASSING LINE a7 w1.NwIT— WtDE .N r...E LINE ° A. 0 u o g CENTER LINE&NO-PASSING ZONE BARRIER LINES FOR TWO-LANE, TWO-WAY HIGHWAYS aaE � Elk 00000000 000000 ;rce,c CENTER 0 0 0 o u u Ilam 3�k *w .v .a o0 00 u­17a OR oo"'rr o0o rxc 0 LINE waoaa N-,o-..—ao ks.l�.l LiK 6 0 wn' alio e n LUANE o ao' 1 (� g` w.ec�a�r,n o o... LINE X F a"o' o 0 o oa w++^^a ,o' =o wn or ve i w ~v)L, e - ""' BROKEN v=~ _ r .................000ee o 00000r;a000 LINES o ono 0 o O ..ak wsnseloAlxEo PAVEscxr MWNieGs xo I.vneNT wNNENsr\ i. s i _N U ��@6 >rarmri0m0a mo- as v a.me«r«0«m for rmmae0ri:ae pwar0m�x,0aa. *vce r-o AUXILIARY w+.ua r��� iyON -A OR m TLOR 3III LINE .,o EDGE&LANE LINES FOR DIVIDED HIGHWAY LANEDROP s' ��EI w�.ro e wnl+e r c °a wa REMOVABLE MARKINGS °o o o WITH RAISED N 000ac000c 0000 0000000000000000 PAVEMENTWRKERS (•-,a-•J•—=o—• W Z wntte' 000 000 000 000 000 o,aaa aavarcm uorNera U LECTcxli NAISEA oAYEMEN*wNwENS r Prefaricmea nuNinw mar a au,eri u,ealfor ref�iecx�lua awemm mnxirge. L ,J Q; � F LANE&CENTER LINES FOR IAJL71LANE UNDIVIDED HIGHWAYS rNce a�aeN ammm w�ura w,re<„aa a, ea„aaa aw H­ Z v SHEET 12 OF 12 F GNHN OU N \ Qop= o... too 000 a �*swmNPwwOmeo/'naa•Po muw+ sEe m JUOU am n�ie Ye �� 000 0 000 ono 0 n o o oO am W �oeoeOo,o s 000vv T,.11 00000vevo BARRICADE AND CONSTRUCTION �o w a ew r 00O aN a aaN aoa araNa,a.w,ma a ea a,N.« PAVEMENT MARKING PATTERNS °o u n�,r�aa o0 000 000 000 000 arao,n,a „ana Saar rna ra reran,a o. W. a 16 00 a e' �rmN 1� r,em a,Z aa„Ln I<.L„EN.weNLn�� BC(i 2)-14 = m W = E FC 01112E0 EE£pl IM:S wI5E0wAVFNEN —.1Iar w rrrr a':wtii cr 00.aa.ora Dae awa.r,0+0a e0+0r:aa 0a TWO-WAY LEFT TURN LANE I= sxEEi 116m 175 �� sono ocawwc Na STR-984 - INo�Enx 1NOROA SITE DESCRIPTION EROSION AND SEDIMENT CONTROLS C0P11190060E1 Ha PROJECT LIMITS GOLLIHAP ROAD FROM GREENWOOD DR TO CPOSSTOM . SOIL STABILIZATION PRACTICES: OTHER EROSION AND SEDIMENT CONTROLS: PERMANENT P�NTNG.SOUDNG,ore SEEDING EAGO MAN ENANCE MULCH US .::... ......... wa a ,H PA.,I.�wL,E.a IR PRESERAATIOG of BLANKET—URAL REsoQRCEE OTHER: —P INAPEITION STRUCTURAL PRACTICES:A RA AD ,•. MAJOR 501L DISTURBING ACTIGGTIE5 X A LT F"C" KF ROCK IERMI 11-1101,ITI 01 PER�METER_ALS DRAINS SCLE COMa NATQNs Es WRITE MATER ALS. ' HIRE SLOPE PAID FLUMES AT coNSTRQCT ON Exn -_ C1111EL L11111 SEDIMENT 1AINS STONE OUTLET pEs TE(HOCTIFIG.APILL 1EPORTIN.) AND Q FEES V) IE OIL DEMCEI LOST' K EROA ON CONTROL LOGS O= Or, UPU OTHER STABILIZED CONSTRUCTION ENTRANCE, VWREW m T U ~ KOR NARRATIVE-SEQUENCE OF CONSTRUCTION(STORM WATER MANAGEMENT)ACTINnESZ Cl U AREA OFFSITE VEHICLE TRACKING TOTAL PRaEITN HAUL ROADS DAMPENED FOR DUST CONTROL VIII TOTAL AREA TO HE FINT ED. WITH T—PILIG EIIESS SIT IN ROAD REMIFED DAL' a WEIGHTED RUNOFF COEFFCTE,'A"TRUC II x snewzED cONSTRucTioN ENTRANCE a 0 OTHER: z EX""CONDIT" `OLW F FIBER ANO N OF EX ITN R OECE—VE IOVER. Z N j W REMARKS z QW Z pFm� =0 Ru F• T n QORr J O NAME OF lElEIVI. O jU zU LL0Z a ICONSTRUCTION AMP I ZPTLORI WATER T CONSTRUCTION T T TED TIR 0.. O�mm ¢a �� a FL o rc VTOGM0 v iFORTORRGES c FRO COF ONSTRGENERUCTIRELATE OFON ACTIVITIES, W. 0 °10 E'o'N G SEPARATE PAIMENTLL RE SHL RE MADE EDP SUCH PERMITS, EQTERR�,HE m f= SHEET��7of 17S �� Coco occwlPc Pa STR-984 vco.l[nx 180ROA ossu E1 so 190060 C--r,fl-I m, ......... li--el 11,El,­1 ............... El E] E] El 1,,— 1-1,N- (NSDI)1, —1 1,, % —S Do Do de 1--1 Io—Ne,pl= IS, le�pill—po-e —l- M,ll p-cl -10cl'pl, I p,odu:l�plll, P" ....... --Non de,trlel p,olecl pe,11c—11on, I ,-t NOI I,ICEO o,d 11,E,,i Z I..........�t: No le- "SCE lej-11 lo, d,el,i­ -N— N�Sl,-1111,1d N,k1w 1,,l,,1 E]1­4,1 -1—dil ---d 11,ININ—, Aclio,Na v) -11lIE1 ll IHE KII IINE, Na EIIIIE 11EI �AILI 11E1 AIEL� . .........IN.. 'A`=`NI)` 'IL c1_I v) —1—111 IIE C, I Fd P,Dl—d 11 1 d N,d CO—I H,1,m1, OIN- "S N,kt-1 ,1 El 1,,— 1,,I,,,d ❑SSII„d Na k1w N,, SO w yU DID I DID z ....... 1�l F F,k,11,p, p jiw DID SIN— SO SO Ele,led 1—i� .,I, o 5E o E] E] zz o s11-�.I,Dle o SO I z El N 9L El 'U"S—, E]I-- 1—po,l o o am DID so,ks —y d,:—se z _d E,I, —y < ❑D�71111,, 1— "S,N— 10", E]—­l o o n o z o w I W SHEET 118of 175 �� Coco occwlPc Pa STR—984 ossu Er so 190060 I-,P=SO I, ore _E o� 414 -El E1.11-mll,Toll"ll SLI��OPH.,HE%=M Al'`�617 ........... 1 Rwins I-ER 11-El I-ODEP.,"o' El "` 1111-El 11E��-- p, I U.�,IETEl SILPE,1�1Iff" T lolE I I'll, �tUEC='110E�'RETMI I-011-El I E 1-11 ' 4 �E IEM.IER 1--11E-P or R.-111T TEICE T' III IEPOE N-1-1 Iore c -E-OT .1011 011- ,M`LM IIII s""` �E 0 TEMPORARY FILTER FABRIC 0 O, CURB INLET-PLAN MANHOLE-PLAN INLET PROTECTION DETAIL oE I I E-D 1011 M, PET I-E POT -E 1.,1.1.11 -El Z TEMPORARY SEDIMENT CONTROL FENCE DETAIL PE1 POT 10 I-E I'll, I OEI I- I P1011- AMo ........... DIII-ER 11C4-PR D lPO-�1-1 11010 11ORIE11L-sE TIED T__E To E L'T'SE, CE`OEPI--1 FE-OT001D BE 5 N III 11L E111101 FIOM I D1111111 L-El 1111 2 11- _E o, "MIT,__P, oToZEEETE lEl-EPEEl 0 I C- lEll .1 �E M011TE1 ZTEI'll.pIE"I M Po Pl�DOID V)L IouErew n, -M.IEE P.11 I . ...IF LA C I ;1,, 11 OL.ElOM =oEoowrv> ROCK FILERDAMAT nrvo-DE 11111T 11P.FF EARTHEN CHANNEL Ell-I Oren w^" aeomE -1-11D-CP I mI, -E MEll =E Dl� 11,11111 o LLLLL11111 I I O-IOMOI ,IP ED _,<ST�b o-1-11(DOOELE-111) PPI.Pll PIELII IN-1- SEI IOIE I 11 1-1-1 IINE lEl) W �T .1P,1111P, � 11E IICTE A' - - ---- --- aoeff PT 0 1119 4 Mll CROP IT.- I-LINE o-E W SEI IOIE PLAN 0 CURB INLET PROTECTION DETAIL SECTIONA-A STABILIZED CONSTRUCTION ENTRANCESIX ZO , 0 o POT 10 S-E 1.,1.s-, 1.1 TO 5-5-1O OF 1 ow .OR Z ,- CLRB INLET PROTECTION NOTES — I`E��lotNDOEI�� -,�,ISE2�N ol101"ULE Y�o4` LIT EHTOo�EN oNZPE5p"5EloES ED R5E�TNE�SBY�ME"PE"�E�EER�5�LEI� BEEnM P-TE 1, LI 3-1 ICEN 111DE1 1111 w 1 UTE �E F �H 1. 7, D=E 2 N, 5-IOD P 318 CONCPoM 31�ION11111 11-1 11U-El -N 10—OTIHEI-1-NELl TO I--IEDIMENT, �l EF�ELIET5�1,1,'NN�01 Ell 111N 11 0 5_L�E _PHED TO 0, U � �DL�INI�CNPE__OSTE 11- -POETE 2 MPTE,_S_E_E-E MEIH.-E-O Ol.)I-L IE I INDI-El ly'HE I 11111NE 5S No S T NE TP E`LL N ILEE T� 0 `FT THE�N.5�E I�D''T`E'LOP,CLON5 53OR.�,� SL B L,-SELS8EE- ID I-Em 4 NO'Ell TIIN PILL-11 1-11 01 INO1111,,11111 ,nET4 D Fll Ell N 3 T" o EE ,�o"PE oN P=l L' 5 ELCLE-R5 S,�I4,LNGBR=E'DE T OSM�QLLLE�5EED�MENNEToP- 0 I W. 0 LECIE'HE 1-11 FICTENECI IN P-E,�l SE-E THE 1111 F-ENE11 lLC,N X .�SE�NNT���N�,�EEN.NNoCE,�,5B�LR,��,� 4,1 IE ILOICI IHRULI IE 1 01 FLCTLEI �5 P , 0 LT,__LL RE oIN_ POP-BILIED--ST ED 51o"`D TV No` 5 D`EN z 5��TR`LHELQZIFZE o"TPHLYE eCLEEMI`TLHiO-OEDHNOGD ZLILT-N%E�IIELL Ll, o' _N _OEDMENT_LL�E ClElENlEl FlIOM ENIEIINI__OM D_N, w W ON"I NET IN L 11 01 INI NI 1100ND 11=ITINl=M 0-T-11 IN I-D-N w SL_N F TITLE,F_, `��E O-ER�5 5H E"EII IMEN�MNT`L`�D4EN I-L�E OF'HE D-N-Nl SZ1 -N N THIS E-L.1 1 PI-ER N�OP IT 01NI ON' ""N'N THE­N' ID 7ZE ILEPIEN.P"EK l�NIDIE��T�N'�"EIDLoE�lolEN'l�IE-11 0111�E OEIIIED 10-E-OINI- N 1.11 OTT11-11-RE 2�-11—11D.1CN -1 OPI" DO,�N� IIINE 0,'ON-NI IP-1 Ol-L A 10 fi - NOPIED P_LE �E R%NOT�.EDPLTB�_,�.�I MNI,�PLEED.MEDNTS L-T�LS 5PILLED C "Ly"'E"'N C"LL I`DNE By PHEIE= o= E S I �-U5 `5 lo, 5 MM -ET 119 175 -EN lElH 1-HI LEI 1� ��"ZLSN%E51LLE-,EOD-T ON 'E'I'VED IND 5E�E�HP-EN�PL'OPEN oNEG5 LSH�POG�REE`O`TLEDE DCH�-THEEP_EED NOLI HHTED LGHGEELI 5 NEI EF HE L CTSE_,DET.L�,L,� O�TqE,�,%H.`T.IN-IN 7 D NE�N�,E"ENNolFRF��ooMLOE��"NB�E R�EOCE��NL,`L,U-oEND,�TIE NOO-1- E-NIGE I-E TO — ,_M M [DF 90�NJIL,),�,- ElEDETE11.111-15 BSND-1�NLEI POTEll RN) E, 4ION-1-SHOT M.N'T.1'HE 1EIT.-NIE 0 L E, �N NFI�� -OOSTE P-EMEM EOENI -n I'N E�MCE"��N F,DL�.Eo��IED,1,THE,PN'-�N 1PP&pll,,lL-o "ST N El HIILD BE L' 'o ED E" E' STR-984 L L rIE.0 DTLE�5E L'E I PlE'lLl'.Pl`.ENl%ENGLI -%'E'm.I'F)E PY TIT E E NI IN E E 1, E 1,INTEL 11-1--L IE 1EM-1 Sl-N I THE IRUIIE OF OE11MENT 11 11-LIED, oxsu190060Er x0 m m G o a ma.�En s _ m - z N __z i o x MORALES STREET rc , „ w + x la 1a 1� N GOWHAR ROP➢ 1 w � ' I N O F to -. __ z �g ' rc wti EROSION&SEDIMENTATION CONTROL PLAN (` a COMPLIANCE REQUIREMENTS FOR STORMJJATER ` DISCHARGES FROM CONSTRUCTION SITES UV)L, n JPDES GENERAL PERMIT TXR150000) R x O�Mml ac—S-1mx��a-r O 0'� n —ILLI wn ncu wsvm 1 of an m n ow". wcr caro wm anuaopis Tr nm mmx rvTer nn n0000 sumo m III sicpnurtn amrEwas rwu cacmcnox umm4 xs�nuvam m a m[ Y PEmrt(mPl raEp a um[ e 3 w m�niX6Axuci a cws�!s)rcmn![s u wv°wn�(" rc ......... nE mnmx!oouxmR m[mnmxlTx um � � ,e nor nu,um n peau[♦ s �I N suw�uren w,,,mx rmvnw wn(mwl xnx— - m � k uwrmmr rnrc�un oim m xmunux x mxrwm m[F rwim��nE rarnmTxs �mEmos K m Y wmnE RiYR19rPxrnroM weP m mMxuwu�"i canmuCrcx. � � lOwil ........ •....... < _.... ta3i1 ].fa�]mE mMlacrca Mmm4 mnlxMf°x ueri!anu!n xoom tF inmrt ycy u !r[nETupn resat xu ear m[urate[rEE u wtomvxe xm N a W a W WEAR ROAD .. .. ....,.< .. ..,.. .., ... ... .,.. y P_ 0; F Evi uz Or" O er me cumi"wc..o .�mwnm mox m cauwc mxemmna K W + ' r mnmxa um seer n ron¢ar meen.�nm ry ns xvuwc nr me Z rn of p mo mnsmucmn xrm wmn®xen ru< "]a°m rwi nuuunox u <O" Z a v rmamxre.m me ie0uem.n ar!�caslmcmn mmx rvurt O F y= W g s G w_. z wz \ FQOOG �JO wz w g g w m JHIS !n, m o o e rn x F N �Omy MZ zo e o o m mA O cc d O U N J r O G m XOmsriaunn mxeixmiax EnmxmEs ro EE xsrwm mo xxxwxm O O ¢ a AT Pnr �ss mo muss ro THE w«mxE mumxs m O W nE"",%mea __ES mpr]mmur O e eansmuena_mn wx nEmswr. 3 n u Ewcmxm, Z u W EROSION&SEDIMENTATION CONTROL PLAN lnmucxour mnsmmna as pmoru mum Tau. rust W ggn ATmAim Pm SrtCFlGnaT. pMnH1Y uxR tlUSS cxbllX x laEDnlEu xxmn SHEET 120 of 175 pmlEolgn(n iFtuwn) nEoono onnw xc xa r PExmuna 0— STR 984 - P.]Enu 1802OA m,.w w mm aXEXm aw mo a, "�F e .x.006 n ra sxni ccxc ,90060 Xe M a mx b �n•xamn rorrw :.n'X �n� ,Xx•amsE maaXn s 5 �n��xo,rx��e »�.xr Xr.� ``r;L, �w.•X , cawXxc,anr .w r"� nag. TYPICAL 6"CURB&GUTTER DETAIL 4"CURB&GUTTER DETAIL 6"REVERSE CURB 8•GUTTER DETAIL TYPE', HEADER CURB DETAIL �]/.' a:cw,Ew am�siXE.X ]/.°iowrXP rr��mrnsx "nrr. p EXO,X'w" A,wmmr XXCX ]ne X�°wr°8 "°m�.Xsn.` "w _ �cXCPw�,XF. 9¢ A=1 �.a.�x agwn.i moo"swam. a _ a m mwm X n.nnn Exa E w mXaere s a m ,Tl " A r •„ rrowxX°°'Ao m .r"'e°" ow X.°°x',,:e°rim a"e � a a S.be. a•e. vl � CAP SEAL DETAIL CAP SEAL DETAIL PLAN SECTION A tl mem. U %%� ---- -� NEW CONC.TO NEW CONC. NEW CONC.TO EXIST.CONC. 5'VALLEY GUTTER DETAIL-ax >- X s m TYPE'B'HEADER CURB DETAIL Xo=,o:caE f4XCPfF " cm MsXx.11 wE.a uan mom rewX.rww..wmx me U ""°""` EttE(m) cows x irEw.Ho xEAOEn cwwe xs��m X11 VIII 11 'e m'oa°"°� Xaa Xoa.mXn.a e a, mn ma nw�n a� m amro a�a 8 8 / �`°xa ,w s° "•om.r a b' s � Cix ous��aim�XSire°fiwXZHG ox N n/Xwn�mXaXiOE"� L� 6" W vuem L "3 .we a of.wx suaXwE m ;awv s "f�`m°.s PB ` fa)/a aEeEs vim nmc sem° n•o s¢r a�inm mannrs"'weo m�muE s2eort°Lfm° — exsa.waaxE - (eti•„xin�iuu) .ME°fr[xe[eE°�6imo�m[e"�.a°�rc a�rervuvrt O 3 F S O Q PLAN pOcp:U F e a m CURB AND GUTTER TIE-IN DETAIL SIDEWALK RETAINING CURB DETAIL PLAN FOR SIDEWALK SIDEWALK DRAIN ao Xo=,a sra,e x roXr amuro "m,o svwc N.1,o scxe Xo==o 1-1x�m ro° rwawer sm E o y O pl U O O m W ''” iE•an° O N U O aa.,,wXE 'z ax (me axaw�wus cn.sn sr��. ]n'ma�i•-]i/]'v¢ r lEi s�ixiiih� °umrm moxa ix xo mmu�°un"�" 1. LL Z _ /.'mon n.xx. V .m am wr.v os mxswx ur,� 6wNFAi°sFunM. O F•"'.'l amour N ma.c.)eoErm ro p 0 �"e]Xw°oixr ins°uc� ��aw"'nssimionnao°�ox'w1E5r mom ne"avM O� G �rO(~/1 '`f°s�` �s ux•nm"au'n"s_�w..'.+aw"01VL�'M^£^u�su°rA�x'xe t s�.1.P.E,: �^4T$'n"F ,aa[xa w„.xr.F ���� mEomxcl a.c, cnnn. '/. ]/•(-a�m/in°ima'x/. �i�°aNc"S.cn... e'x wanEc'a'c'Nnccm`v"mnrwl�9E,emvn°(ra]°�,KasL) EnuoXweuolnxnFEnftiaEicwoi+a.uwrtus°rounn�Er�n �eew6`a0.rneFuNmrmaxs,-w SHOfua ;0WWGOEE T,O w�a (� wL NEW U1 7S TO EXISTING SURFACE 8•SIDEWALK SLOPE BEHIND CURB SIDEWALK TIE-IN DETAIL SECTION B-B XEc°X°°Xnwixc xa sTI Xo,,o „norv„s s a srKmTm aom or i�cn"ax"`mxX. STR-984 - ve°�Enx 180ROA oxsu190060E1 xo SUMMARY OF CONCRETE DRIVEWAYS CONCRETEPA✓XFNT ABPHAL TPA✓E.VENT W/TH6"CURB W/TH 6"CBG DRIVEWAv STATION WI(H)W' ME(FT,)N'C ME(Fi.N ME(FT)N'B ME (FT DRIVEWAY 'A' (mNCREE) CCONCRETE) ` (,Y) (vRIVAFE)(sA aermr n .M rm s i mrn _ a` SO. 3 panE'mv n m x£99 mw�e�' Bxn �' !!��pp''�� _ - m ^vmR om,❑N! r CCCLL222]]] =1] cEmu!`T c¢}xc - �anecawi. ERTFT�R'7 4,47-4d X3 YTY amcn �am.,x -L--Lr-----------z�LLI oo inmi e¢ar r ora _ ---------------- SEE =S. cN °0X oelx4 (nnlaw mnlP ar s!o n cora Rnxe mn(rnr a uo.ane a mmn) FlMe sm.aim a aurrve ti ax mxcncrz rxY a cmm li� PLAN U U) OR/VEWA Y W77177E05/OEWALK xo=,o scar U V)L, K O CONCRETEPA✓XFNT ASPHALTPA✓EMENT U om,tnl� s �III� xwn/row.ux u= 4g nro 8 S ee Enr n m m .e rymem ewe a xm sxom a wets) 11�o V om n�: ORNEwAY N a A. e W a 3 � L ( - s¢v.anausr�Air xm®nian er nc vmn[m. � N ~Q BE or it v3/' E—SN 3ss'm'swinmeaxe OOcpF In - Till_ __I_IJ _-- v/'mm�oao i O C&SIV c.e.loam ar. i?'J JJSIC________ xr flw.11J A.e.lmm n. o y�0y 0-Q p e cu 111---------------- ___ oJOmN OUB ol- o a m`�'"'�"" "almo`ro°� oA, °` oFIX °C w nr�.� ,.�mxPoaa,.m s<.nowa:awwox,wmamN.xw emxoe o v >_ . a ha` Ans mmmx on. Nm _ a va M O 4 - J Nn) nn) - eanvm mr u�ncm sim. 1`a�xi anmiuicw' 3 O nrsss W g s �Nm(rry r e a� rrml s v°snnEemnaaa mwwv. o.c.m mxna�owurvnr TO W e cawaie rm O e' PLAN SHEET 122 oe 175 §m OR/VE{YA Y{177RIOETACHE05/OE{YALK SPECIPL NOTE conn onnwec xa No*,o scnrx 1NE E—1YPE OF ORIVE-Y i0 BE OETERBINEO BY STR-984 ME ENGINEER,BPSEO ON EXIST.CONOIilONS. - vno.Ienx 1802OA onsu190060E1 no raY cant.ow. NIS b'(us U/• xewfm eonm so[sl ne Y+carrt. 4, r t��.x'r, a'a a vxca�[. roa iarrt snv[xanxo aronc S—.,I Lnc �rmn a.a ffa sr s�ana xuaa .nn an.oc.�a,aamar E,,,,,no mno on ea s' .;�, e�ixs — € — O,i ixa'oonv xz, i c(nP.l cnv�v�o e/• vo Wantnro exar neo(un• ,.aws.ii o.cev. �sewoe 00 ,. a ia'o<Mnl mxcl ^e• °� ,acxmx ,aur �m�aaxaar, , SECTION OR/VE{YAY{Y/TH T/EO S/OE{YALK ro.a— TYP.OR/VE{YAYhEAOER C[APB DETAIL5. @ Z� cant.oar. (sl -0 ins —a ~ (nen A.x m� aoxl a�a ro e ox.A�aa�nm rant sa�asana - ocr usx. .�a wn n. a ij.-c.w.wsax rant O 2 .x uu..crone x s°are a.�0am°1inro � U e�+ is uu. �r cant J$ wmn.mnc. (sieoornr mnc.onnq �_j W � �•�i roc.(iw.) _-n��-r r snsma--1 x _____ U _ an�ur �Exr�axom�xa ____ wcw.man°"` 7 s/.m xsax,our E O d o"c m we a.��y a/•-aiwxrbx asrrt a it oc(n^1 a a1n¢s.ie-icxc Mx :::L_______ a•i ,.,. a xro Dost. ---- ,•ews (m.mmuaxourl SECT/ON COMM OR/VEWAY TO OR/VE{YAT PW77fOETACHEO S/OE{YALK ASPHAL TPA VE/4F/1/T 77E-/NOETA/L Q xo=,o scut xm=a swc ; $ N W N Qx U W W � F m FGNN� d�LL r Q00� ¢Z 0 � /.e ne- Omar m sv vxrx 0 �U z U 0,N b exnwoax.ante a•ii enc Mn.lrninax.ant n�/ G m oF 00 0 W O O U s/.oxixaan.au ,.anu(nc.l '� I O O ("wxw'�`c oOXnr.v,an n mn cont.(rw.l , z /•ooau(ml xnrF•. W r m mxaaic cora r coma r W PLAN SECTION a g; OR/VE{YA T GUTTER OR/VE{YA Y GUTTER a 3m SHEET 123 175 xm,o scut xm=a swc conn on3 na STR-984 - nno�[nx 180ROA xxsu190060E1 xo STANDARD DRIVEWAY DIMENSION (nl fla b �]/.'eww'sa,bxrs(m) fl 5 -]a S."w�' '.•.'rr 3 /.'sxxxsa,nnrs(rwl la G� c10pie-]s - -- -- w -- -- wc�"" - -- -- -- � 9 -- -- ws� WB 10 is u 3 10-30m nxro �.. �e°n,"ri csrn Mro xb,uxr ]/.oirunun axr(rwl (D (xnv u axe v arrtxl xb,wobr Ax`•°ir�i ; LEGEND(DRIVE TYPE) TYPE/C/OR/VEmAY TYPE/S/OR/VEWAY xm no w.rvnr Z i an al ml cwxw.r _ ti S l.�1�q9 __ wr.c _ O2(n Qe m 34 � mg V)XE S f �� ba.(cxwe excwl �3 U s ti K ur a�ax ar nnxe m M/�1 � �/.oxixsun,oxrs(rml U TYPES/TMR/A(TMS/ORM-FWAY fx�l ml mn ml � W w'w - °a; F T o x OOap� UO _ C cox rixuou xiv—r aay x'F• (�aM rc aim F as Y1 N d LL xmb. SSV=V �¢O J O m (D (xa�ss] ox (n asD ,'o/n cml san 00am U 0 OO � p W O TYPES/MRA/A/MCA/ORNEWAY TYPES/MAB/A/MCB/OR/VE{YAY G O U ( xm=a scuc xm,o scuc O O 3 Z W W f= a sxEE1124m 175 �� coeo benwwc xa STR-984 - xeo,[nx 180ROA ossu190060E1 Po xw� .s e FJ w e ' a m W u = P O O T� =Z goo - o J V O N 0,r O OW �.,,.. G ¢ 3 m Z W f: SHEET 125 of 175 6"s '.,. conn occwlPc Pa STR-984 - PPo.I[nx 180ROA ossu190060E1 Po jz _� - a w� C, w VIII PO s e am W Z O �3F TZ go e F room d a W ry rc o c �v c u �Q z w W r W O 4 G a F SHEET 1 26 of 175 �� conn occwlPc Pa STR-984 e` s e� a cn PPo.l[nx 180ROA ossu190060E1 so CAFE _________ ____ e.waaurmn on x nwe¢n.xasurin'^mwr n�nm_/...a"xrs,m�wuur seroxaowronrvn.n.axuPnoLsrmxEmcr. ncv�.cssmxAcmur nse sEreAcx sIDEwAix s PROTECMD ZONE V) V) U � na� ~V) F� +qws U�ti C, �Illf APRON OFFSET SIDEWALK fa s W W CLEAR GROUND SPACE CENTERED AT PEDESTRIAN PUSH BUTTON N W. m u[Ian mE .WnlYxr IIFNNFN! m � O =z O .OF .rmwr,nc.1 �'� •wnxw. F G N N� d LL LL q� o JVzV O a x Q J�mN DO a L p j d 9 DETECTION BARRIER FOR o 0 w g a VERTICAL CLEARANCE < 80" G V U z 3 m z LU W O G a ecwIDE sIDEWAEK mean PLAN VIEW s- �,sx wxn, a sxssr 127m 175 SIDEWALK TREATMEM AT DRNEWAY a � PLACEMENT OF STREET FIXTURES �� omn rar m.xam.ax�c�. cowo owaWn<xo. �an.n w P—c me Rsm�.i STR-984 - Pnm[nn 180ROA Assu190060E1 sA DETECTABLE WARNINGS ...a...m".. _..s ..acm uurrs �au j—.no PARALLEL CURB RAMP TYPICAL PLACEMENT OF DETECTABLE WARNING — SURFACE ON LANDING AT STREET EDGE PERPENDICULAR CURB RAMP U TYPICAL PLACEMENT OF DETECTABLE w a WARNING SURFACE N SLOPE RUN v n O mn,� .Ara xcvwta SECTION A—A oz °z TYPICAL SECTION THROUGH CURB RAMP p v F � mm� F Goi.. aaLL wa o JUOU 0 x 00am LL v s n 0�—� o waf lwix•c.cc.. A 0 m G U .A wx n¢Ar cue M.ecumn s'ael e_ oO U U Q_ 0W. ¢ _ F DIRECTION CURB RAMP ae,,xo ��nery o TYPICAL PLACEMENT OF DETECTABLE g` sxss1128m 175 WARNING SURFACE ON SLOPING RAMP RUN SECTION B—B H AT A RADIUS CURB RAMP PROFlLE conn Annwisc sa STR-984 - vnA�snx 180ROA 190060 EA� ar .11 .'D BARS C iFf TOY, N\ B- A-�-tl-t'-femme" -!-.Ll LA\- PLAN OF 5STAAWARD IMET PLAM0,PPOSTIMET I I=— m gym ek e. e. ............ 7 FLAN VIEW GRATE BLOCK EY, 1 Al MirsEcnoNss Z 4F P 'LOT ICK, DETAIL nm=ar GRATE SECTION RING SECTION PLAN 0,FSTAYMARD GRArWIMET Z! o o ClTr STAYMARD IM-FTAAW SIOPYALK 1 0 0 A M. FA 'M 0 7— A#f0LAFR1JVG&C0V-RCAS77JVGff- AILS 0 0 0 FL 0HZ/JVW 77FAA(SI770,VA TIMRETFOR x 7 4=11 ml 11 e 1. V, sxssr 129 of 175 gm 4-OR 8-S TO.Cl/Rff A J VO GLI=RsZc770jvc-c I T n.c.nrn anen¢mx s�n.p.nr�m n¢eon oxsu190060 cr xo �r...„noan„o 3ff as Opp , .�• A r ama coca n° "o,F: • - �rm�mrr mei-ea.aea g� �n ca. n.E a�zcs.m�aaan.,mo ran n.a."nn em.ar.anan...m �mm�::e.tia•1e-ae•n-za• srmw rw,zn".n.na rnanms erme,rw1 '' mr. �mn,. nnnmE".wcme��rmom rmr.cM a-.>a v1 PLAN PLAN PLAN (` O2� KEY{YAYOETA/L TYPE i1—AWA/OLE TYPE 8'MAMMLE TYPE C'MN1f/OLE TYPE D'MAMMLE U nm,o scar x no=,o srPrr nm,o scut no=,o srPrr ��W �m nwa"e""nwi um nnnmf ew. � _ �.mi�°m,°n x.w�ms sse�mnsmxamn p a° m rro. w.l,Rnm r nr m nwm.n Mmnnmfnwa. 'art'�m =g E.°�n".ae"m. IIIo i m�m�nmez.sea T- r s g PLAN VIEW PICKSLOT DETAIL -6fi x� ���ter.amc n� nr.,.n ocrmc a m t 1 je.al.e�a-m Sa�.rm„rwv=eorrA�, ., a e� (e 61 �vs"n/�on`r ^Wz 3 (n o 1 e umNr'e� e• 000 U i/.• ero'—I— iA' �'/�1 �—xx;/a�on—� s�•�"iuvl ux fseelwrt w) e b 'Mw"ux w N N N r1 O G a¢u- - COVER SECT/ON FRAMEa SECT/ON nag; -toop m O J O U ea x ran m nnr snmx ran axon a�.Mn.)uw e e ver G O m o f a x' 1s a�o•oc.a am LL p Q g" C/TY STANOARDROAO{YA YAMWOLE SECT/ON SECT/ON ® r ro"^ SECT/ON nqg; O O R/NG A COVER CAST/NGDETAIL TYPE 8'ME AAHOLTYPE C'MA/1f/OLE ran�^("TM TYPE D'MA/1f/OLE nm=o sc�c nm=o sraic nm,o sc�c p�1no n"rsnlmwsr"""" no=,o scar 910x"fOfl C1M° O O U 0 W. m RM WAV" z W 1 Mt(gem e p r mrr srwowo me v�mnvn X01m a"rxc runs on wrurrtn in wanxa W e � E EF F. nos,nucmm nr rnmas mm um("s x.mrl inrxa u>en nr m u mL4mamLwu u¢n aww[i[avis .ae. A.�,r.00r as.1;mwoa sxssl 130 m 175 §m nr men.m nor r.,mc.n, e .mn mm-.m es m"r on.awsrm m cone onnwmc na 11=11 sear,n.n.rnn x nwrs ' m sm>Ponr ns as mane nm ""` 0E9n"m ME— sc.. r me mnmec,I IE a wm,�me STR-984 rn " sroar�l m immr W [mmrm iia—mmar. - rno�[nx 180ROA an na a w�y°ron an an,°Er.n -El n e� d rm-sxnunc scw.wr 190060 n"""m1'iirc n`""'smxui" nwacE msnno aw MOb =' s b•snnowo s'mmr Exmrsa E umxas sne a..m ns nm an ar = ane rviEr e. rc mmm mo aru oyes exam snaasrs � _ s If",c I ��r�s' /j}�' �r°fin° PLAN 1 B`_°-"� �.�a•°S ro n.F, mnar sn�nr Error°an e a 1° "E.naa.wo,Ano saws nn°no,PAw.,arr EPaxy wanana .Einar Exar .f.Eyn,a°an (g nan ,anr m=1 I Ann.n nnw a�yMEs� Ln nes�aa mP� mcriaP�nEw CURB/NLET THE 7/Ra TXTENS/ON A PL N nm=o scare p i u. I /.tee�aoc e. a.b. °. ane.evrr`ir°o d x°•0iP""mES. „ ensnno n°m'nn`nEros 3 sam Era rvari i' w s c REMOVEA W REPLACE TOP PROP.P/PE TO DUST/NGZi 1e.r I•a e•oc. x 4 oErn s%e ywmcron'C1Oov�sm OFEX1ST/NGCMRB/NLETDE7A/L R.C.BOX COMECT/ONOETA/L Z g ansr.° i n,"ar L e"ax /.•e•oosiwonr MI KL _ Nnawa fEr� eox caEwrc ., Pff I �x1 a - P—. Pff x ° e.a ea.aUV)ti L (ah E. oysr,ae SECTION �= r a' U SEC770NAy1 MANHOLER/SER OETA/L = ro msnxe nce°•"o'''n swc°Emr�ss.an n�E-wn` UNPAVEDAREAS PAVED AREA9 UNPAVED AREA9 osc�A✓ED AREA9 �/ST/NGR.C.P/PEPLUG �CONCRETECOLLARDETA/L VIII) 11 wn curs PFE P" "r nn curs P” "` GEAERAL N07ESF0RffACAF1LL E.Ew'n.f.Mux'.1F°omm) Ew'n.f�rov'�omm) BEoowG LNaLE-u n N 3 (ElElaw PIPE ro i] s• PEl (` eBQ.£PiPEI N I UNPAVED AREAS rry PAVED AREAS W r € 'E n° nocmn € ru epi ev cas"xc M-2- . rzarE wvo sxuE N m p d b v.rsrr(ins oeselS1e b noeron ovrsn(asr�rr omel un .asn m.er rae •tae usE �wav rouown Q; ` sum rc arm m cuaws O O 0 U .� E.rmu n ovrsry ` -� (mv.sruew�. n ours uro m G~ U1 z Eae 3 n nor A ai rai 2 nor• aw�Er r u.y. awvrcr As[ume sin wazrnv F G N N a Q 4E LL 00. ¢ O - � _ sin P.weme'�°E(aesA)sn o J U O U O o. exenw0N1°i'ax ` soar erenru (Asm°M vrry0n nrW nes aax ryp `r°wwro wx m i ve sr srxn sEE rAxE enE O O e. LL F £ rorea°i"mwe)nKvm o e)��r°ea°e nonan mrsn Laiw mse) a a¢. s"ro"errt'wmv w mrsan m eE nmwvm emmv w xa.o asE O o °Nn�"n�rs`1 _ mxnsE A ro so ro"amm� O O F asrsry 4mw osselw^rsts2 rwar rm ur;anAm x 1 O O U nnrcran - s. a f+'unJ mu°,v.' a mE fouowva �a ws"i�rmaio°s`Cy°'sro '� O O � Pnacmn ovrsry(Asm oesel fcanemEcrun n�.. � swxEv rxw re,usE s YfeveG z+ an.s b an.s b uxwvuv anvn uwu rvx. /a' W E iF�(carvcREfE P Evl �me wusn mw re,use wnrw mP' mAcvmv rvAam % G u nm soar xv ra U g; flW'nu wroe.LL a sxssr 131 m 175 §s TRE/VCH�CIO=/LL a�"a R''�SWO conn onnwwc xa TRENCH�CIO=/LL FOR STORM{PATER P/PES FOR STORM{PATER R.C.BOX CK VERTS ro^""wh"m W-armor m STR-984 rvm*a scnsE rvo*ao scnsE - nn°.Enx 180ROA ossu190060E1 so PYA TERO/STR/SU77ON SYSTEM GEAERAL NOTES SEPARAT/ONOFPVATERANO{YASTEWATER L/NES UNPAVEOAREAS PAVEOAREAS 1. PROPoSm WAIm GSMUBUIMN SYSIEY$HALL BE WSlA i rn W ACKRDANYE MIH Gtt OF CORPUS I 1HE SEPaPwrox OF wa waslEWalm LS ax0 ME uolEReu usm swot BE x evt ro�I�Vmn ""p""�,p�E'y"" !ER allo I ; CHR6D waJm GVIS%v De1RIBUMIN SVSIEv slANWROS. ACCORDANCE MIH ME NW.ES k REOUTAIKVIS FOR PUBLIC WATER 5ri'IELS'OF TEXAS NANRAL ro t pp gt-IILpy ...,......a'g..___..:..s 1. ME Gtt RESERVES THE RICHT TO ACCEPT THE SYSIEY FOR OPERATION AT ANY TWE,BUT ME WIE OF RESOUME CDx5ERvarox COuuI55px aN0 ME Gtr walER OmauS. ess ngr.(A'uw.nmM) E OF ME SKI£L Mu B£uPoN CtlWLE/pN OF THE PMUEC!ANO 59lISFACroRYM Le�A �( rpt'�k`TM� 1 CENIERm OVER ME WAS/ElMlm LdY W ADDITION)O ANY REDLbRELENlS 0.S MAim BY TIM I Deeel ivt[1-I2v n A NRMSH Au uA1mLAI,uBOR Ax0 EDIgPXIFWi FEDUWm I�EAtL ME off£ _ _ B£�Rm sY ME wA/ER CMSICN M6�� -s! 'n5nnN5 nm„n.r 5. IESIRK OF LINES(BI£RgI1A1kJN ANO PRESSURmJ SHALL BE GONE BY THE CONMACIg4 UNMR ME L1W55 SOF EtlSnNG IUZIRBOUS PMJOUCr Fl.OMINES �� � SUPERwSbN OF ME WATER DMSDN WATER FOR FgLNC THE NEW WAIm LWE ANO PERFORWNL IE515 � � �e ����ro SUPPLIED BY THE CIN AFTER ME CONTRACTOR H45 PAID ALL APPLICABLE FEES mR RalWAIER wNm nein surWnw¢ ! e CGYSMIKIION YEIER. ALL WATER MY.1444CE WUSr B£DELHLORWAIED W AKGRMNLE MM INHCC k w y p xPDEs REWurroes cue a caR.a 88 ,{ s � 5§€ 6 ME CWMACTOR SHACL RECOVER ANO S10CN PAE AT A IOG4IMN DESILN91m BY THE WATER DMSpN WSPmTOR A[L FlRE HYQWNTS YALHS AND FlTMGS MAT ARE rANEN Wl a<SERVICE.MESE '' $ NAIERW.S Eur BE SALYAOm BY ME Gtt.MMLER.ALL MELS ADr C(AWIED BY ME Gtt PR:D.4 r0 THE .-- .•: s¢rens Bina " g' ' HN4.WMACIIONSHALL%GSPoSm TABYMECONMACr6R. gx rq slaw _.�Mr'oaim°uIc bb 1. mE cWmacmR s„.:,scan Au casr AssocurzD Mm warmtWE REPAes M+exH nEsuLr rtrou Daunra causED n Ira cDxmacmRl uHav cDUPtEiroN a<P.RolEcrs au warzR LWEs swot az _... � n-:mx Hct e. PVATERL/AEMIAMKIM C0VERREO[SREMEAlTS c ~ att Pxvsr.At INs of ME PRGrosED srorEv euro ME Ensmc wArzRl.wE sluu eE REroeevEcrzn Axo an BE AUDE Dxom suxRwsrox aF ME warzR Gvanx evsxcroR. ME mxMAcmR s"•„EDRwsH Au W.nrmuls PP< VI m .wR"Ruts ANO Au EWIPu[M Rui 9 REWIRED ro aul2 M-evs GIY wA1ER OMSroN CRMS wu rvm so scntE �� o .4AK laPS W Gtt AW4Y5 ARRafG'EO RaDWH wa1ER DMSNIx/xSPmiCR(l1 hDUR NONFlCARDxJ. ��,• H O= s U caNmaclme,metGrWc Rmaunxc ExsmNc warm uElERs R swou.az na toxin rGvsosoLE I Er Al_ X o, c Iras/ In Ira ti RELKAIMNS W ADVANCE Of LONSIRUCINN TO ANMD DELAYS.(N.O SEPARA/E LOSTSJ uux5(1^KWDANCE ABDVE)W THE SIRES! 11 rex�a rvvn le ma U Z I0. sE REDueRm AS DIRECTED sv na 1 SHNl HAVE 9B"a<COHR Al-PdNTS. e } swot MW A ugWuuu OF TVP.P/PE TRENCH SEOOIAUA1W _ A=.=':--' As A seNctE to REDuw it sE aFronw�.avin DR o'`covin ar Au POWrs. &4CAFILL FOR PYATERL/AE U II umaR AWusnENrs W ME Loaroxs DF FlTIS,vuvEs,HRE HMRANlS ELL.cAx BE AN1MwArzD. rvo,,o=cart ND>£--rcDNCREiE Pa xLr) 3��� _ ar ND meREArE aF cWmacr rRxE. wAlm DMsnx Mtt eE xm m/r�R%v m Ww,�aL M,ER.It at w,H stLa, _ �S.a��l) 11. aLL eRPPLEs eEneEEN FlTIWDs AND vALVEs uorz rows.W.,,eE DUCME eROx. GEAERAL NOTES FOR FACMF/LL 15. WGv PiPEs vuvRs.axD nlnncs s„.:,eE wRAPxD Mm(1)necrcxEssEs or a EnL. 1BBlE1 D EDu�1�attFllNK,s.CDnrRElEM MRuscioHM.c c.,.:,eE PLacEn BmevD au Flmxcs (BEtnwPiPE ro I1 iPEI fLREArERMurAANUBLLx Q; 2 iPEI y aR sxsvm Flmvcs aRE ulwzm,Lsvt¢s aMmwsE sPEGFlm Br Ra warzR UNPAVED AREAS PAVED AREAS w I5. q•FyENCwEER of ululim ro HP SfArazIES L RETuxfR LANDS DUC1Mf EMVEL.�t EOM N CRus XV x M�&tros�"Ov IF A ro �/mut A SOrC tuIFRut y^I y Q ZrulEbARAFlu'BRAND oNNENC DevEER APPROvm EDwL vAttESw eE RELnvmmDR fru.ED As un ro = 8 -� REDtvRm 5v wAlER Dnnsnx WSPEcroR. o< <; F =O lA. _ __ mroR axo xonn au aEEEDrtD cusroums 1A r ® gsr Bev ffm m - O p°r F 0 O Il Nu u wa xwm DEPMs un rocs/Imv. I tw. roteuG e5g rsicroA F G N N d Q LL x� ms>RmulmN srsrtEr slaNwRDs r•„FOR uaxgaXv Ae'covin e- 1w0.. AL[NSEEWRVKwEaSLHe14N51 UNNEEDPER ALP[AVENENI SHV4A[1VEBSE AOKNEESSeYWCLHE,WDUSRIDIAEG OANLN[EPIEHRA,SEvSeYOWFLYLI.ONSIRUCIpN sry-su maewe-Gau ervRMiz I y �IrLpmRnE tM C�R J V0=VO= =11 I em OUY I All Z OmIB MCR �0mo gM� O,---M) _0 M.M. WO W O OOFU) O O FU ro, :wRAtg,ro—.1-2.. PsiG'P mrroxc"6mur;Nl ro n u W xAta,Ar,NnwNOC°x"'�""r°` ,ne SPEC/AL NOTE.• musxm 5,ma ro O ENGINEER SHALL CONTACT ME UnLltt OEPARIUENT A wJnem> rvacm i_P '"”" FOR WAI£R VAULT DESIGN COORDWAI#W. _ W 1N+ O f= r ns Pm nsav mmxmJ a sxssT 132m 175 �� coco ocnwuc sa ff.�g,m�o r+i-i�mu� � STR-984 - vno�[Gx 180RDA ossu1r90060E1 s° xwvm cavxrcruv , m rca cava .. ae+wrr em srw.mover o<rnuwrm Brom my !,/+' �� mwsr aa.n v mwsr a«w.xw.wuarr r ca.n.. /+'° ° mcao msc°a°ercr'iw"°vam.snsu a may cwa sxu � mr o<vxrr mx sx.0 ° �.ea mawxr m a a�mxm xxxr mx sau°s smux F`��'�c�';'4 .«mn xa,� n°Ens°",mr0waw° or ,. ...amams w.a x aerxcm aum. ,,n• j; .g �e�wn. s ..ma mraa rca m.°,wasss arxswwsa may. a mrr';a�' °,°aanr s,.aa°mr as s<,�a.n,•m '/°' ,/,x ,.r,�,,.aawr c,wa m s<,m awulx„w�e m...we ''"��,,,..•.__,.�.�... auw m.1s n- . mrmv o<me nmewr. xua a, ae mcmrr mmx., awry„awa — rm-ra�� EXTE/1/5/ONOETA/L mx�.r=m°,a� n Z x xNN°x!eWwel uvYehaHa mx-mE°wv♦acxm m x wuri. f mrrov a•s�.wwc y�3... 10,/�' mm vs�mvc,miuv Q> � '. NQIE � h t hP mieenr mvusr ma[m avmm a �� ti F/REHYORANTASSEMBLYOETA/L/TYPE f/ °°1B �In W rvo=,o scup U�i- - a - mmmma�'x°�0 0 VAL VEBOXOETA/L VAL VEBOXOETA/L F,�` JjB• ��� m coca mea &PAVEME/VT x.cows swcTU�L GRe4➢WAO� Q wew aimn xm,u.aucnr nxeam as oc P/CKNOTCH W emv mr°ies en xswas m e n1ss o<a mi Ae vxcmx gpw 00 laW.l mwar � G un°xe ma a.w a anrc vx c - T F G 0 N Q 0 ® mcmw I QOO� ¢�O v c v 0 F a 00 aO� LLm F—O xx rywM,%aim nn 1 / n O G F F Li imrmw w x nmawr '^a'x Nal - G C 1/+'a (rvv.J 0 un°x�aa am smn xm[ GG� � , J�./.e• W 8 rDQ7E' Le"�II G E � fE mluxe maxwr.Ywmr uaaerwd&9 mx arwer ma°x P.ttYE°Ir ux uOOETA/L sxss!133m 175 �� rvo,,o sca« c°co ocnwwc sa F/REHYORANTASSEMBLYOETA/L/TYPE 2/ STR-984 FIREHYORA/1/TASSEMBLrOETA/L/TYPE2/ rvo*�o scos rvm*o scos - ee°�[nx 180ROA rim srKm m>m ww rocere we m,..,..,wxc ossu190060cr so sec eve CAS/NG SPACERS waae,ssewwer,&w wrwa, _____ ,®rt yrs' sP,m�an Ewwa ��r o. a mrr,wcs P/PERM"7701VOETA/LWA usw su 7ERL/NEAOLf4VSTMENTOE7A/L yrs,aswc swans nxu er msrnum wrnx wr unraurzn n wrzx uwsnx marrcmv rs xx sa�j,a umrx aomne enres �p usca.."wwwr swcue my swccws K rs,ar "oy�ma'ssaa`�"s�cr m�"sw��s '$ /NSI"TOR SPA C/NGDETAIL —ems L— _ rwuus as��� �iwm mmswc"sen � a''oar�'r"aAny srwu w srcn as O 2 s• ��r s lr+�l TYPICAL CAS/NGOETA/L U yeas c no=,o scar ti W F— K ..ccs a mvsss rouse O U wrzw rsa s n smwcs. anen w'rc"°EP°" "r f0fl"XOrXfi" TYPICAL VALVE/NSTALLAT/ON 71MEE TO SIX WATER COM/EC77OMS AT/1vTERSEC770NS xo,=o sear nm=o sear N S WW rKwis �,on rrn mrtw r trmrwe uw wvu[my swa[o z mwsssrxar timv xvaa[ z'wnssorrmar nmw % �Q Z T F ar rxr wrzw s J L z vxrr i�a•was ua 2• yE . z aue N ~ U v owmv <unc s urw ` mrnrs <G O G ¢ O _ z mue wa- rnrs U U Oar, 0oma LL m _ o 'o ror aauws r'souur " r+a am z rowwc SII VII a rou.,xc ,�'w;x�ws °p0 c°� U <wis9aPE5 ASIX[ a sIR¢'I 69ow z rvP£N ro — g W �/wra�vxcrox cox�iw�c.s��V--= W w. n,Incas sw»rc,,,wr � y: w two'[.um r Wrz dQg; .um nnmwwr tlQS w.¢s so-Haar sxssr 134m 175 §m .rssnu.s.o msnw.s wrss ca meas rzr srlw swan vvus eecoeo ocnwisc sa OETA/L A" wna�wxw OETA/L B" s.Jr- OETA/L C" STR-984 7FSTR/SERASSEMBL Y CONAEC770,V 7FSTR/SERASSEMBLY TESTR/SERASSEMBLY rvo*�o scuc rva*�o scuc rvm�a scar - -P—E..M— ossu19oo6oE1 no � ae-an xox(xr ax7 mm wrrtx eu®anrc ••w�'..``.e rcm,'re mxs rr�w.Mx m,�srcw ry wrePow,mx araP�` v-,s rA�„rawrorra �iasE wM aa.r�M� �nwwnw..,,w,r � ' w /erroxx m Oe BRASS'W"OETA/L MARKERLOCAT/ON aer m,�.?/+ av r es neauwm N11°�""' rcmvrevvas,nw c smr m.can va.rfl PRE-SETSERV/CEL/AEMAR"RDETAIL S SERV/CEW/TH S/OE{YALK TMP/CAL CK OE--SAC SERV/CE cu®.am wnw no=,o sc«E SERVICE L/NEMATER/ALS --w aamvnawrv.wrW=T= froom mmrw x am ca=rom.me e��.m..ursaem.wv. r°°°.«ws a is.Mxxo euw ru earxrenw _ � .Mrecao ran .. Mreusr arca mwr.a-wr w �� U c°xa°rrarm >' X �m asrrcma an�erww�°,wv,'>sur n.sr°cs nrsixaxr mrc uwuc•az A/,-. '.>>/a".axa r aauranm�n',ir°'a.�trr"`rnwi'.mrrav mirxEssnx omen I��W `.` �%,•.adv r'%�[eM� '�'E���nssc�r .wrnarm mw.srxu er xm. wm cww-ma�amv sror n U�I— r�maw.s'rsow wM m.awe rosE r9M(�.rEMr<r,rr a as rsr a rrn x ®�2112 aasf axx a�-mo L a.mwEm ro cavrawmx smr�v a-,s rxow,wazmma s�,/,•. a..,/,•a� ,m aMww�r_ o , _ a /amx E / saa a cmc var as) ��lij '� urrzx awPr[n w ,w��, amran nr wu uvws vas L+'a L+'uacss awttan ornwrer- ° e nc wan uxx revc!area scan xur xar ar.V+-aur w.wncr. - era rar mn a awl SERV/CE W71fOUTS/OE{YALK u0ff: "'°rer°msxsi Q en.rare nax r rars soma a-swan 1cn.w amran ar u.clans-v+'a r'-mu.r w.n�mwavuu TYP/CAL CONAECT/ONOETA/Lr wi rorMru m sw. mesr roxmmms mx y,.rrw senxns.v N u rav sm ra- ra' wsr � � er aa¢ xa �.w:w(r�tr cwl uErcn smro-s suu W rs p.. rvo*�o scup � carte.um eu aass nrrevss srxu mwar wM wwwa rma-ss evx a'wwran x raimxruxe � N F� (°Q wu�°rymw nrruc, wmr reaova my <; � Z O rrtavwry ux� _�a'ruc a¢an vain oa G NON c Q (mrwsc xsM rrcM) xm wmccmx raxr '=G O= ¢OZ O _ rarmrr '�o O O O 1 v oRaam LLm £ �® (xr rem imwzaxr/+ s 1 rcyw rrx x O G o W � rnewreaxav n- w< O O wnM G O U `�roc cw rri"'s/exact a%;.a° i»"a —mow,a9 wxare�,r ; z SERV/CEW/THS/OEWALK 77-=O TO CURE sa rEvn:wc rte" ev a n.r w"°n..� •1°(^g'.. rxar ar xasr waca a sxrono n wac xa175 �� nmsmwwx sm,ora.. remxwl'n� ne nuscsmvr BOLLARD DETAIL STR-984 rc suav m caw TMP/CAL COM ECT/ONDETA/L no=,o sc«e '� - nnoa[nx 180ROA Pmm PAusn Ausn PAeED Dssu190060 Er xO PRwrDE srm(ss)ixs�wowsxw"aroa ax TMRar aPErrilm. q IRED Oje vEcs mx P of s.�EE'(ssj ixnov inxieiraRaxP mnwr aPExma QuinmzowiEinS FOR MANHOLE REQUIREMENTS (PRaerDE (P-0E "IPE RxrGs FoR xE�Gxr la aaaa Ps calrcgrE aura 'y aaaa Ps mxcREre cau.R PIPE m WTER u.wxalE DuuErER u rs Fla'uAx) gear Re,oattumT i-Aa Ruts) rs FRex r ftmxe rerrvroftco]vrr u-ye eexsl `� 1 enJ Stam xDPE ax tie• i n suEx PI-E—RETE TO TOP o T.' To sse• s' pq'% unrcx Ex mlrc Iron Ex mxc la'ux cant.IT ux : a am Jmn xDAc r Dx xER12 r'� ES alsee s'12-uufsraxE eASE OR uanO.m APPROVED COATINGS TABLE r • a5sE uArmus R.DaT Irl`' ,s,.Es e NE y)x� NArtDIACNRfR INOOEL NANF BE MATER aaC90 ,TBErD(I S BEMT u u—rFH) SN—ME MICIIESS OF ME �y1Jro Cif 9E a"c D �'' ExRRnxG RME BE c rs�M E b x xr BASE PRaN �' ' NN: WCOGr mxOm IT RE "� R r �C VAI SN PRGCTGR py CCNCREIE AIRFMIsINC..,..aENCx S 11 12' LL FlLL ta' RRfGRr cAxCrenf oBaeE roxxEGMx roxxECnOx gClgxa aiM BE FlrrlxGS Gxal. vaafs C ne E.Dn-%P E Soft]s (lea Ps uN 2B ) WPE ftnwoe rx 5/ET tz S- MA. - E SEE PIPE oeRenu enom.R Onus No•�xEaar x (I.PS,ux a v Dots) P—BE DROP CONNEETONS ':.H ORM Mua mawEss7 xalE rrwtF Mui nucFORM x T mcmEEa cxm ev su OR novusRrmRR(S PREsert �u avnRTmiR(sz�u�On r I/1 AS IM—T TOP e'OF eDROROaE TO f rouPotr TOP e•GF suerxnnE To O sss PRocrore cexsm AT xas� Iz O U OPTIMUM Preacrore URE Tv Ar:as arnuuu uomug Asru Dasa xa s aws 5%PRO uasroRE ASTM Dasa I - -_M oo.a'� •e'a—Sv •e-acEw m ,I/1 L, `rn FIBERGLASS MANHOLE CONCRETE MANHOLE NOT To swc nor To mxE O _ _ r-Ix gauss U m •rO uurnOlE of .. weu(nroemgxuig cant.cauAR un — m e[no"G Or—sr D OR Ersl =,..,P— P.P. m mOP PROrfci umrom P H. aux e PIPE �wE�eefft LLEeR a' craxEr � � arrGs(le•uAx.) e PROP.P- eE]i OF PIPE C uu IPE PIPE(nP.l § — Q canCRPw a'uix. Tl r OAnftu cftOux2 N o/T re.SUs(ttP.7 a01FS un. — OF Flnisl arlenE W a I Ir—5Fx .IRRX eE"M APIROuFGs 5PE6. a u P_ z unn DEsPM)—T.(1PSaHA OR PPEcaxx OR ^ NCRETE ON REM—C" f xawa rtP�TE00cnan WASTEWATER MANHOLE BOTTOM PIPE S "t'NX0`E "6�'r IPRICM" z ^w (BOTTOM) PIPE SEAL DETAIL FlaERGIASR NOT ro x REND nor ro a•, D o m: a MANHOLE PROTECTION IN UNPAVED AREAS ;21 GENERAL WASTEWATER CONSTRUCTION NOTES: (CULTIVATED/SPECIAL) =mz= o mRunJ O3 lllr xarroe^". aO mCG r ED .PRG„mmG To RE PRo,m ED. xD PEraRTG xD EEEG To remarem.aaNO,Rn,OrnER RESE-1 MAr R xmESRArev ro ENSURE MAT ME e'�GGWSPE NUUSMElr.�roRODONS r.CDO lxEv DxoERmAIrDR,xE PRWmr aro Euuv A.Ag of ALL rxE oe„ , om x DAv mrou a Rm uRxGxE U_a o ga,Rax ,� roxDnaxR AxD oaxR,Ra rs rxAr g DroxmtucnarFO O UJoixrs(rvP) a rxE roxmotroR sxai onxERE ra ai rt�o Rmuunoxs PER w TAc cxoarm alr7.. eRo rEeRcn suErc rare fuwvAnaxs. - O ! uxE u'eERD O. ME caxmuroR s gsPalrsaE mR aE maRc mxmaE AND uusr enxEg ro ME ftu mane E ROE OE .'e (uurro)O. El*r.R. Flxizx GROunD z — uun Pm s vsq OSTA RCOu fe"�mcuss BOTTOM S—BE o[spx�m"io mixsr"T r"o Ess. crsW ME svu BE roam(e 15-1 mm esv�xo sr MEUSELORWrO fi e: e. aug uurx lts,THE uurxOlE FGuxDAnax uAv RE PREcrsT an ux0 caxaart eats)rwp(uxuuu)faun ro a SHEET 136m 175 D'N EDURE MUST a pueDi Grj To mf wanfmixc gmaas cRo " °'�'E "` MANHOLE PROTECTION IN UNPAVED AREAS "EGGeRxeR.�xGxG. a. INFLUENT sx.LL g oucnlE RON,nim RESMNED—TS. mE calurir=E s- � "'DEDSTR4 SDE FORCE MAIN DISCHARGE MANHOLE DETAIL D�Rmnolr. ,. wRER DouwEN TS MR""E Eo7; Axa T B Dumas=RE_ToRv�xsra,ED. (RESIDENTIAL) NOT TO Nor To PeGJEnx 1ROy0A ossu190060Er No I. OTHERORBLOTM LxE Ell EIEVnT°n. �OR rm I(SS I oo oas�xclv�lm�r�i gfrav REeen REIxF°RCmENrCOi-1,ans)� v 1C w"EWIREop r0 T lee-MD FE—TRME PER ME V-0 TEiwtts a eN n u Ix 3' THE 00-tM SLMI/LOFw—ENEr,c NLVR R°uCxm TIERS 81 Aa'ya�i ` a Mfl R THE Ir ro mE TOP OF coxeEtiI-E —RETE s. -THE 00 Sr� Q-1-BETRIS.HO IIII''� THE BOWM POSED IE l 11 ,r s ' KxxES::Ila1=cE.m.,.�nro uµRLIE $p s. zuE AxILw1 S—AR D ENzr LIES MT1 3urE R°PE MD aEUR�L cR°ur. OF U.S.. \\ (i 3xfluHs�ar auar�nl g (Exec RE Ew RIIIm Rv coxmxr°R) _. / PoP E'2 ursce un wei. �, aO oEE ;\ uxus e B \\ _ G°xxErnox�(uAx ou-oo. oeFl .R ETooEEunEj u n u�R Excmanox wu \ ,. PE _ \ PET Pr. x \ tl1 / -- EE PIP PIPE v— 41 s s.ssEaeEr P.we PI pR (uPftOnrcn Exmnxo oo) Ex sni xc mlcx TO REnIx In Pwi .. b W rorwmilRac Plieo6 ffnclEiC°HC v (IOT PS,uIx.�mEza onr°sl Ys olRmrm u ya PoZEoxcpsox RfEmlco anlssR siEi R O U HE '112 O slux IdN°5 m ux W rn 3'-.ulcx°�"s-m00ricRc"xoxicei PRLPosm cRo(3. lio SETT.—192 InsEm O arsmE m OR U nssREQUIRRE"oN1°" R ExRTIS raxcREE RmNR °w R RLL Cl FRP INSERT REHABILITATION OF EXISTING MANHOLE FRP INSERT PIPE SEAL DETAIL VIII} ,or ro s�IE HOT ro I I/,-IENEAIxG o)Lu.Exr RTIE s (z) HIRE B°NRoIEz ; E on N _ n —uat(smn)i%El'IERRRI ro R So Ij 2. ENW&D FROM MR Q nRFlllw�nxlBroR _ ,.K �rsBMEs P zlon)RPRoo 6W°EsnCOxc"zRmtluRDr. Fn o= g =o (TO RE u.'.lMR \ 3 (+C.aaT ussl eIL Lust RE IxsPErnn.PaOR ro Exc uunan.l Q�O E'p^W= U Q F m O \ DFOR ED FGNN� dQLL R ml COVER PLAN VIEW / I I,w REG,<IEn NaTLR.�z.rRE c°ITrKTOR zRu.PR°wLE°ETTR�,Tox. =o oo m o m o or ro EGL£ I\ I mL OSn SN£ry T IL5 n u E <TORm J o m N o W N OPENING u ER(I MODEL NUNEER• INFImW INNIENGR ~V y O Q I/,'ou xEMPPEmNE OPmmc Pm P / i \ -1B° G I.E. TuxoRr -IlEoleS.a o U U W x, E-ja0EEE17 u� R-1.1-1 REWIRED OR NL = ° O -viun sPmnrwnws o W kP 6g .w'(x) I.E. -IYma xl w —xnE�xIE III S -1271 THEoSHEET 137m 175 FOR—.E°ENT I.xIrvIEN°En sxNi¢:,.-E- Or conn Nnnwwc Na SECTION OF RING&COVER RING&COVER APPROVED LIST STR-984 or To S— vno.IEnx 1RTRTA aaaaaLraar,lHEETN°. APPROVED ARVs eR.R vErt ePPuceau 190060 1RalOE w•Mrvc:teat E°U NM1uPACN1RER NO HMIF NAIFRLLL HOPE A RxGS Mm SruxIE55 STE¢(55� pq 0-0f5 CR 0 015 SxORr IY un le'uAx. 5. nFl°w xH exaR H n:c uaOLL sea(ss)mO sea '. .e aL3+N/f4Fn x (sr STEEL) ]la s Mer u msr O TESTING 1REss REs vcxr Gunr uaOEL ac uL Fa Rs SEAL E.1r..N—R, IN u ro s GRouno WSNnnc eM 4ea aR eM 4sre �':............. . a mr xxM s alSee s' f wc STEPPER `"'�"`�� n aCE Aauzm ENOERCm CCNazErE ofrrL wr 9 Gr EVENT/ec»� ( u°NIr aqi:awsl ICH. S.G NM.°w. ExGvnIE/SnOf�PER OSnn p�ryp 4' O'MIN.OR ' erO SIniE REOUIRENENTS 9•.STEEL RPE FlLIID /5 ISO'° ' FKTORv aCNOm JOlxi "XON Pft°H091AIs 9 x 6 PERNp-WYE MPROYEO NN reBIE -ENT)'lRL FlmxCs M50CUTED Mm NN mR AS sP R(IGG Ps uN O an wvsl sxeu.a sruxLEss slmL av ununEs OEP mmT qO muuTEE NmnoN a• 9.01E Iz I] CLEN2 NN 1..PSI Caxaea11•a' ( rC _a.(�uSE[Rusxm STONE FCR CRRxi'OO TEN° 11,GUGPO•�]•OR 4 EOuIE b PIPING I'_B. PRawOE rcRErE ulx. ] �z�' ao FRONTVIEW S900LE� SIDE VIEW NPNHOLE O.O. eaO.E cRwxovuTER SEE mNSmuCTON Pm mo C—M,. (� ,R BOLLARD DETAIL DEEP CUT SERVICE CONNECTION w a AIR RELEASE VALVE AND MANHOLE °pMAM N"S..CONTENONE T NOT i°SNor To:CRE U OL Nor ro maE OL _ O GR EASmmr SERVICE CONNECTION NOTES: ; TEE t N °- I.CONmoCroR i°S_CE sml.CONN_EM ioP ro THE R0r u W @ c°xnfcr Dost smncE unE ours of EssEumi AS sxovx oro (r Poor Rm. _ E OERRx ' mREAOm PLUG z.eu SERNCE RPE er0 FlmrGs ro aE SOLNNr Wm IN 40 P1C I_I/a•Ow Q Rmvoe smWCE uxuss sxavx OmERvISE n THE 1uRs F u z' fuOK/fePVC£ 1 FOR ExmxG MN PPE"pTERlu PC er°/aR vCP EASE unury m F Iy £ " RM RO&`REO ""`%Frr API M WNNmiat m 4.FOR NEW M wux erO 5m1acE u5E Px wrt 0R TEE AS NNECTEo ni Ai = c sFGF%E CONNECTION On. s GREATER mer w.ug e•Px A A <�+ F = auf n 5. F PPE CONNE IO SFRWCE INE. vm1ftQ E R.rFe. sal b FROM aEoraR v.E ro ME-N NE. 0 0 a'0 0, �NOy~ m c ps nEmPROM m ME RPE x/s'or 7 a �_0 O= ¢F O m m R1 JOm2-El Z N W IF"""vawl PLAN CLEAN-OUT BOOT 00 Va O a SEE W. ffrO g.,M,TM"rM°z SCC°' Nor TO ralE Nor 0 0 w �o OR Rlm aR _ 0 0 U F uPulm sr Russ ro sr•,r FERNC vlErt I'G' Rxco g / Flu x IN [s_GE (z IFnecHj wt W 1 ,/4 i4' 1iEEp(rMRE CSN MNN GREG°)(vR s sxovx Brox 0 e: HOPE 0R SOR:a FOR SECTION A-A SECTION B-B a SHEET 1380a 175 POLv 1Ro_ENO as GN Eon EOf ENG. Nor TO Nor To aaaa NaaR,aa Na. SERVICE CONNECTION DETAILS STANDARD SERVICE MARKER TYPICAL CAST IRON CLEAN-OUT BOOT STR-984 NOT To BRgE E Fm REO EACH STREET reP Nor To eaO.lEnx 18aRTA cwTm o„sruniEs "OZ uxPnem+Pn ho r reOWNErE„Epu ME "sro.1 Evm c-Ere oxsu1r90060fr xo MEN—<..Is c�E PEA„r„Ix.)�i B-- sTm mxm soov nRrem PPE x-vmm i•N,x* —UT P—mor ME MI—ESS OF Ewsnxc ccxasre - xunm BTEEE O„srermNaRsv E .-E OF—M. iaPsaE sEE ieau:-DEN a Nanus) —EN' Pnwzfrr. m „ore a c RUl— W x.� 4”TO 10"CASING DETAIL R ": R0"D ifE„:TME _ Nor ro sa.E aoPrc„r_E. mf —1 BE C.——/cl) mATm IN srux svEi feO n� �£ sw *NOTENo . POLYEMYWNE vEmm sTm OR „uxxat suPmNi PO DEERE as Nc EMNERS 9y wKvu eaO.E nPf § (mm u7 eaE a Tm A sE PEam==Eo=o Sa rl—ILLIDr,III�,TE°Rao o`C°=aPEaPErvoa a 12"T036"CASING DETAIL 12•• msE„,=EnnsEE<Eko,�„=Rwa=s�wLLrva„OE . rwrrozuEMo _BSr PaoEM ,PEPaaPrna P-LLaxa=s oa�rw oErncrvF mr zPuxwT—N-sfE nau:i s 8. ll—DRE'TEOA El IT Rory lFArcrvo—T„E E—r--TxE � W=PIPE iary/Pa�En=aevnia, li vor Wm xEaoa wnr=aPVELE—Els), _ c SEE NOTE5 vR wrfseoi 0R' 2 Mu=eE irvcwoEnwmEoaaww=Rs/PER.InPPLc—=Orv. 5xovx IN mAcreoru usr E ~ 'SING of” mwi TRENCH BACKFILL FOR WASTEWATER LINES v a Iw— a sloE of pan` CASING DETAIL AND PAVEMENT REPAIR FOR UTILITIES c� Nor ro sa c Nor m Cl GENERAL NOTES FOR BACKFILL s III} TABLE I TABLE-2 �Ih BEDDING AND INITIAL BACKFILL FINAL BACKFILL (BELOW PIPE TO 12"ABOVE PIPE) (GREATER THAN 12”ABOVE PIPE) ' UNPAVED AREAS PAVED AREASEMMQ REFER To ONmi RUlremaR9 q.9—SrF m FRunmrG R—Z ON dt„unTWu re � N m e m z - _ON ON OF III S—BE W F CASING NOTES: P„OORRm av awaNlNc EF„AroNCE sro„E Ea a:AIONI OR OPORrED NA NA aE sNai NEEr mE man,., F ajBE FREE BY OR MY p u� WE amR roI- R—IRE-11J. BE Paan ga �o c° aumxc s�c'ns 1-2 BE uPPoRrEO ref eo-aNsmc „c mE „c cnnETv. lo.NAs. S ^w wl aw _ goME CON—TOR(=�µ Rw °E� v m aN s x IF Ra A,mre _ x CONI-T s„Ex9a sro PROCTOR ONLY 0RE TRIER PEs.'umuuR'rYPE—T FESTRuxre Oa>mROYED muu Ns _ _ rote(Rase).95 „A x w x �DOa SED nap-mrex s DO mf x"E'ulx:`RuxxfR no x M.=Ro"To ME El 11 1. N •x OF Orn„uN.To BE Oro -n oul —.MEN WE a Nrr Q IS O� D-F O R /P'SIflE-IRRx SEE ME a afmw. J V O V ��V _ maw oxllwcreovnn TM ouE�aMpun n EIP„aTM.mni mE cinnlEn PIPE Is I No�.sIEvE-SOx ulxluuu J O m N W FOF f—Ix xeu x t Puzna INDEX(PI)-NP ro tR uTx. uAre>a �]'a¢Aw aOiTW F�+D aw4 w' OF—m O F amEEEr pPE n�. Q Brox E_>21)[En cacnens oxr EE.WE awsnm Pmv_'LErTx. ircu RF„awe-Nr—1— o a, a. ¢ ' ME rNO pOB OF c.ME Mc G Az- ZIPPER.Ps uaOEE c GITui On erµ cconsE oncnEwTE:r.00i nm aai:cwnE a.a. M-Nm.(ro(Eo 'DOUmoo m (s .s:rls„/c.vir)E mumtxc O (Oj U�F APPn�wm Eo— ” .. a - aEoaro--Nmn: O m ro BE PUOm ON MP) Wa.c„uznm ua�sroNE PER rnor Ireu u1 .—E;a, yiO _ W Ram G xP-iO O F�.„O,m,„f rO a sxssr 139m 175 ao((:iixi�oPnNRN. coa„„anwac„a STR-984 - vaR�Enx 1aaRRA DocuSign Envelope ID'.D5D83AB1-1307-4EDD-9EF9-BOFOA128AEBC axsu 190060 eT xo Part E-TRAFFIC SIGNAL IMPROVEMENTS ICE,SECTION 012901 MEASUREMENT AND BASIS FOR PAYMENT) ITEM OESCR PTION UNIT HARo I SC O aasxERs Tota PRES4uan'IV c y o( ( 11 S ES o( N 11 11xoaEl pp El El N�! IT L41 21E U. oT(rvc(sao4ol H'Ixoaq El ELEIMIDII SO INIl IT CII 4. IEI El. ELEI IT 121 "1 Ell NR INo,bl RARE AT 1 NILS I eLE(a coNOR)(L2AI EI Ell v B(cs2s22LW/APROn1 2 1 2 1 - sic(iso—NAL) 1 - m' -m ua(Pzxcc2ss mt) -__ N', LITMEDILTL oN(rxaLLZLs 112 Ell Ell IMI I'l,36,CAMERA /BELL HIOUG(1111115 IME) A 1 1 211 11—IRE -Q P2iFaozl T'aml III cE(PBU1eNIVIVIYW Q W III TS(PRux12111111 El 1 1 2Ell MI-III.N f IlAllll� Z j` Q z w/a�Po�y.a(MOROTRa �L ❑e Ell ITI 1, Q' "i11FFLNw.Rm� 11 1 11 Ell ITH 11.11111(11 LI ARI) 11 1 EH III 111(11 LNUIEu Ell ITH S16 All(11 LI A11 11 1 EH III 111(12 E31 F FH 116 ti III R— ATR(„IN]IIEF,ARw( El E 11 CE: (11 IN](ISEII PEir1 AEROFOx - ATE(L 2EII III I EA2ROFL1 Ell REII-E RNID LAM AI.. N unowINLAI rrowRLN -Ell PE X E As sng NI1TN El wuT.AULPAn�1 rzCnxoR) U 11 �4rvA11 a INN caNOR1 R E. oNI11I)T.1CHLEss 1 12 - U 1. 'Al—REIN.IEDETECTEIR 1. ETH ERNIT aLE(CAT SEI IT CIA OR 134 / A,IIa oa,PLl�lEIA.C1,E1E HN1 > 1111 A 111 1—FLAINI 1111 El a s�.i.1 ICLEA 2-2/Ra,11 - y El "TALL U DE K X a I, FIT II G—RIIILTFsiA'°I lC/8:lP:RA�AFNAL F1 I Iz x a— nR��HTAR11 a a �[sTv[�s2l e-1S J ll El Bi1N`N`oo;oavl`°tia;mN;.�rATEBTxA..1Cs��NAEIMrxwEnnENTs ipzi w� U mU J o THE FOLLOW INGEREQUIRED ITEMS WILL NOT BE PAID FOR DIRECTLY BUT SHALL BECONSIDERED O Ja �w SUBSIDIARYTO THE VARIOUS BID ITEMS ti O to � U w ITEM OESCRIPTION UNIT EENwOR1 REsco R/ PIO HIl FLASH E�Total¢uantiry O O Asv(is-2)E.NMN crrBALi W W/FFFTI SGaN LCONiROLIER El 1 _ _ K UL NW'NSLR IAL) U' —(iRFSIGroLEIC4")rIT 24 IR 24 Is c111.IQ]L11 Ll.IN ARE I A l - EHEET140,t 175 - C�Ro URA•mwc NN. S7R-984 trw��, (xazoA Do SC,Envelope ID'.D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC axsu 1190060 eT xo GENERAL NOTES — TRAFFIC SIGNALS 1.CONSTRUCTION NOTES: -�•_g"pX�'Q A.TIE COITRAETOR WILL NST TIE PROPOSED SITE LOCATION AND EXAMINE LOCAL CONDITIONS TO BE ENCOUNTERED NPROVEMENTS TO BE PROTECTED, n PERMIT AND FEES REWIRED.&D OTHER ISSEARCK NECESSANI TO ASSURE A THOPOUGH UNDERSTMDNG OF THE PROJECT AND BE FULL'AWARE OF ALL COND INS MD CONSTRNrvTS VMC"THE CONTRACTOR MAY ENCOUNTER DURING THE COURSE OF CONSTRUCT Ory B.THE CONTRACTOR WILL BE RESPONSIBLE FOR ACQU RNG ANY NECESSARY OFF-BETE LOC9ONS FOR STORAGE OF ALL EQUIPMENT AND MATERIALS REQUIRED FOR "E CONSTRUCTION OF TIE ROJECT Pi NO EXTRA PAI, C MATERIALS AND/OR EOUIPNEKT ILL NOT BE STORED OR STOCKPILED WITHIN PROJECT LIMITS LONGER THAN A8 HOURS UNLESS APPPOVEO BY THE ENGINEER, 2GENERAL UTILITY NOTES TIE CONTRACTOR WILL TAKE PRECAUTIONS TO PROTECT EXISTING UTILITIES.ALL PIPES AND Ui LIIES DAMAGED BI TIE CONTRACTOR WLL BE REPNRED TO IND DEPT"S.CONTENS SAT'SRACTOR S"ALL CALLEPiEXAS Bit oROxISTINI E STM ON E-CAL L•SYSTENSESPRIOR iaWCO..ENC3NO VJO`FERLOUNLI�EST FOUND Oi"ER iH xT ASSTS"DAH d' iiErvi10ry CE THE ENGINEER ANO/OR INSPECTOR,THIS VpRN WLL rv0T BE m --' ON PVNS SHALL BE UrvCOVEREO ev THE COrviRAC AND BROUGHT TO THE r PAID FOR DRECTLY BUT C.NBOERED SUES DIX TO T"E VAROUS BD ITEMS. -n &NO PERSON TOOLS OR SGN&EQUIPMENT WILL BE PERNTTED WITHIN 10 FEET OF HIGH WLTAGE ELECTRICAL LINES I—VOLTS ON GREATER)UNLESS MRANGENENTS PELECT OSTE DEMD•MENSULATE.GUMD WITH TIE POWER S ATTACHED TO THE BOON OR BUCKEUAl ENT MLL BE T.ITTED WITHIN.THE CONTRACTORSET OF HIGH SHALL NOTFVTLHEGENGNEER CF THERELINES MEL ANY CT.ONFLICTS WITHERE ARE •INGS ION .NIVIVIY IIr`Q W WLTAGE ELECTRICAL LNES f 1 IIAIIII�V 3.TRAFFIC SIGNAL NOTES: ❑ ;. A.REGULAR WORKING"OURS FOR 1x19 PROJECT ARE BETWEEN J:OD AN TO 6:00 PM,EXCEPT AS OTHERWISE APPROVED IN WPoiING BY TIE OAR. _ Q B.THIS PROJECT IS NIT EXEMPT FOR CITY PERMITS OR FEES.THE CONTRACTOR Si&L OBTAIN AND PAY FOR CONSTRLATION PERMITS AND DCENSES PER ARTICLE J _ OF THE GENERAL CONDITIONS(OR EXCEPT AS SPECIFICALLY STATED OTHERWSE). C TIE CONTRACTOR WILL COORDNATE TRAFFIC 9GN&FINING,PEDESTRIAN SIGNAL TIMINGS,AND ANY INSTALLATION OUESTIOxS WT"TIE CITY OF CORPUS CHRIST, MFIC ENGINEERING DEPARTMENT/TRAFFIC SIGNAL SECTION.CONTACT TON'SALINAS N(361)816-1610 TWO WEEKS PRIOR TO BEGINNING WORK ON SIGN&, ti D.THE TRAFFIC SIGN&CONTROLLER WILL BE PROGRAMMED B'THE CONTRACTOR AND W INCLUDE THE TIMING OF EACH PHASE FOR VEHICLES AND PEDESTRANS AS SIOMry Iry TIE PLANS.TIE CONTRACTOR WLL COORDINATE WT"TIE CITY TO VERIFYLi"E SIGNAL TINING INFORMATION.CONTACT TONI SALINAS N(361)816-1610. CC: o 3 E.SPECIFIC LOCATION OF TRAFFIC SIGNAL CONTROLLER GARNET AND ALL TRAFFIC SON&POLES WILL BE AS SHOWN ON TIE PLANS OR AS APPROVED BY TIE ENGINEER IN Q N c 1^ "E FIELD.PLACEMENT OF THESE ITEMS S"&L NOT INPEDED PEDESTRIAN OR AOA ACCESS ROUTES. F,IT IS TIE INTENT OF TIE PLANS AND SPECIFICATIONS TO P—DE ALL NEW EOUIPMENT AND IMDWARE FOR TIE PROPOSED SIGN&INSTALLATION.MI ITEMS ~ W { REOUIREO,OR OMITTED ME TIE RESPONSIBILITY OF TIE CONTRACTOR ANO WILL BE SUBSIDIARY TO TIE APPROPRIATE BIO ITEMS. Q R~ G PEDESTRIAN PUSH BUTTONS WILL CONFORM TO CURRENT AOA STANDARDS.PEDESTRIAN PUSH BUTTON EOUIPNENT WLL BE FOLARA.NAV MSW H TOUCHLESS APS PEOESTPoAN PUS"BUTTONS AS PART OF PUS"BUTTON DEWCE,AS APPROVED BY THE CITY OF CORPUS CHRISTI TRAFFIC SIGNALS DEPARTMENT. Q I.THE CONTRACTOR IS RESPONSIBLE FOR TROUBLESHOOTING MI OUTAGE PRIOR TO CONTACTING THE CITY TRAFFIC SON&SECTION. - Q I.PEDESTRIAN SIGNAL HEADS WILL BE BLACK POLYCARBONATE,—INC.CLAM SHELL PEDESTRIAN SIGNAL,COUNTDOWN LEO NOOULE AND EGG CRATE WSORS OR APPROVED EDU&. III J.REFER TO PLAN LAYOUT SHEETS FOR POWER SOURCE TO PROPOSED SIGNAL COTROLLER.CONTRACTOR SHALL COORDINATE NTH THE UTILITY OMER AND ENSURE RMC _ II1 NECESSARY POWER SEE IS INITIATED AND MNNTNNEO FOR PERMANENT SIGNAL SYSTEMS.CONTRACTOR SHALL ENSURE POWER IS PROVIOEO TO ALL NEW 9CN&S. _ N.TIE CONTRACTOR WILL COORDINATE NTH THE CITY OF CORPUS CHRISTI TRAFFIC ENGINEER DEPARTNENT/TRAFFIC SIGN&SECTION 18 HOURS BEFORE TURNING ON THE PROPOSED SIGNALS.CONTACT TON'SALINAS N(361)816-1610.VENDOR AND MANUFACTURER REPRESENT91WS WILL BE ON HAND FOR TRAFFIC SIGN&TURN ON. L OwME WILL BE STNrvLES OR G&VANIlEO STEEL THAT WILL WTHSTAND 5&i NR COrvOITIOrvS.ALL BOLTS, NS ANO WASHERS SH&L BE Q CW NEPC&SGRME.HM 5 M.ALL BACK-PLATES SHALL BE RE=AEROFLEX.TRAFFIC SIGNAL HEMS WILL BE POLYCARBONATE,E4CK-PLATES AND SIGNAL HEMS WILL BE BLACK. N.THE CONTRACTOR WILL RENEW ALL STANDARD AND TECHNICAL DOCUMENTS INCLUDED IN BO DOCUMENTS UNDER SPECIFICATIONS. 0.THE CONTRACTOR WILL INSTALL ALL SIGNAL EQUIPMENT AS PER CITY OF CORPUS CIRSTI SPECIFICATIONS INCLUDED IN BIO DOCUMENTS. w SONEQ Z X J D.THE CON RACTORSWLL IxST&L RADAR PRESENCE DETECTgry TOEVICE(RPOO)AS LPER CITY STANDARD SPECIFICATION'31 11 23.38'.THE ONLY CITY TRAFFIC SIGN&APPROVED RADAR DETECTION IS WAW TR NUX MATRIX.SEE TRAFFIC SIGNALS"APPROVED PRODUCTS WA SHEET"SPECIFICATIONS. N o N p UNDERGROUND CONDUIT SHALL BE PJC SCHEDULE NO N OF 18"DEEP UNLESS OTHERWISE SHOMW ON THE PLANS.ALL COND ITS IN AL GROUND Q O U= to Z TO ORIGIN F HE AGENT IpZ2 LLQ CONEEE RACTORKINEiO T"E CI V RITALL EXPOSED CONDUITSWENCONTRACTOR AMUNG EXISTING GROUND BO ES ANDrvAPRONSATO PREVEKT&CONCRE EN ROCKS MANDHDIRTSFRON SURFACE ENTERING W THE T CONDUITS& CDS W T.SWEEP,CLEAN AND REMOVE MY CONSTRUCTION WASTE,SURPLUS NATERI&S,OR DEBRIS FRON THE ROADWAY AND RIGHT OF WAY Ai TIE T ENO OF EACH DAY UNLESS OTHERWISE In ~ APPROVED. 0 U O U.THE 811 CALL SERVICES FOR UTILITY WC91ON DOES NOT INCLUDE COMC TRAFFIC SIGNALS.CONTACT TONI SALINAS 361-816-1610.OR CITY CALL CENTER 361-8]6-2—OR O FOR EMERGENCY LOCATES AFTER HOURS CALL TRAFFIC SON&TECH 361-815-1379. Z W 's D, (D - HEST 141„ 175 ��Ho oHA•mwc N�. S7R-984 „K� , lxazoa D—SU,Envelope ID'.D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC axsu 1190060 eT xo LEGEND: -4EXIST LUMINAIRE(AEPI b -- EXIST CONDUIT III �ID FTP EXIST MAST—POLE ❑EXIST GROUND BOX EXIST PTZ CMIERA nmr EXIST RADAR DETECTOR 0 Z.S SC�LE R'�EXIST RADIOiANTENNA D EXIST SIGNAL HEAD Y O 0 BE EMOVED Z m W EXIST PND HEAD, y W TORE PEDESTAL ROLE&fND R� 10 BE D PUSH BUTTON rJ 0 flENA1N II� E%1 Si ELECTRICAL TD 0 IRI DD f eNIVIVIY W u SERVILE 0 RENAIN I�JI� O fl EXIST GROUND BOX IlAllll� Z 10 BE REMOVED \\\ `%1ST REMOVED ER BBU L FND Q °N 0 BE REMOVED ❑e EXIST PEDESTAL EXIST MAST flN € Q POLE L F NOMOVE — __ Q POLE i0 REMAAIN - TO BE REMOVED R 2 EI PTAZ CAMERAS LL T fl TO REMAIN EXIST"AST Al ry r ry x1j)ry1,ryr j�f ' POLE TO RENAIN c� NIII II III III R fl R I— JYN,I' III 11 V1 \ FOV UQ m� s m� 0+00 R2.1 1 ,00 00 2+00 Er U ROLE T TOARENA IN IIIA R RR GOLLIHAR RD y X ¢ EXIST RE ESTAL /� (( �(pj/(, I,I(J(IJ(�I(JIJ j¶ry111jj N POLEROWFNDR IUJiIl11 �Yn I IJI.Y� hi Ip ROW N TO BE REMOVED W O X � R W to � J R - iX lST PEDESTAL ROLEp F O Z LL I 0 ENAIN ¢O o�W— 3w Noy F¢000 zLD _. LL xo'zz 7V0� yZ NOTES: o 1. TIE CONTRACTOR SIALL NOi FI TIE CTv TRAFFIC O y¢ SGNK SUPERNTENDENT BEFORE MAINENC NG TRAFFC W 2 E GNK0 WORK AND BEFORE ACTIVATING.DEKiVPi NG OR NODMNG ANI PMT OF TIE TRAFFIC SGNK SISTEN. O ]. ALL SIGNCABLE TO BE RE"OVED. Z � W 3. ALL SIGNALAL EOUIP"ENi REMOVED AND DEEMED SALVAGEABLE BI TIE CITI TRAFFIC SIGNAL SUPERINTENDENT S— BE RETURNED TO THE CITI OF CORPUS CIRIEN.ALL OFITHESCO TNT—TAL OR D SHALL FROM THE PFCLJJECT im SDE BE1. E FIELD VEERIFED OF UTILITIES ME PRIOR TO CONSIR CTIONE IND SXILL DocUSigN Envelope ID'.D5D83AB1-1301-4EDD-9EF9-BOF6A128AEBC LEGEND: N�Sul1900601�NN -1�­ EXIST LUNINGIRE w"ElEXIST GROUND BOX ••�..y'�l� -- EXIST CONDUIT FTP EXIST MASS MAN POLE ••...�... `,�'7� 0- EXIST RADAR DETECTOR IPRESENCEI nm�= EXIST PTZ CPNERA - Si EXIST SIGN SCALE E� PROP CONTROL LERiBBU w PROP CONTROLLER, ®0 - PROP CONOUIS ISRENCHI BBU 6 FOUNDATION PROP CONOUIS IBOREI O PROP SIGNAL HEAD E%ISi ELECTRICAL SERVICE PROP CGUNTDOIIN HEAD, '• NO SERVICE TO A00 ME TER Q a SIGN,AND PUSH BUSSW f NIVIVIY Ifs REFER SO E°161-14 I-!1 ° P?OPEGflOWON NO BOX ViAPfle IIIIIIII Q ja H \—ll\D` o-] PROP MIO VISION CMIERA N --- P-1 caul Tic°n°ucSDR Ru LL. Q A SI r OG \ _ _ RON ~ 02 04 ° si � u uuuuuuw U Q �m mm L O VIII /�{- a NNttttlllll A W © t AC C III I IIIIIIIIIIIII i uuu k Q• Q4 Qd uuuuuu � J1 GROUND Box SS S4 53 / SHOVN ELSE-ERE YQ F QZ X OO G B W Y PROP TOUCHLESS APS UNITS POLE DESCRIPTION a 3 R03eR 0 1- AO Ex%1 SIsi i PoLE ]6 A QONO� Z� ,. -E2 Z I O -E%1 Si P Z NASS CAMEflAARI (21 U O U N Z ^W w,urz x -M Si RA°IOiANTENNA W Q O -EXIST RADAR DETECTOR 121 ® ® -ExISi ILSN Til -PROP SIGN BRACKET(ILSN111) O K -PROP TRI NISIGASOR L] O d EXIST SIGNS TO REMAIN O a ®I BO E%ISi PoLE SPECIAL<fl3-81 fl10-Iii fl3-6LSS SPECIAL Ifl3-81 k t] Ih 0.l4 -Ex IST]6'NAsi ARM 1 O :EXIST flV N1°ETECiOfl(i Z O 1 YIELD -px l5i ILSN it W O ROP ?IAN BRACKET(ILSNIIII PROP 16" PROP 12" SIGNAL HEADS (LED) PRaA R.NT*IGATaR COUNTDOWN WITH AEROFLEX BACK PLATES ©Ex ISS PoLE"AS (D INLY ONLY ONLY ONLY ONLY ONLY DNLV Ex15T]6'NASI Aflu s1 S] S4 S6 PED HEAD QED> sv -px IST asN ul Fv -P TIN vision CNJERAIn aEcaHD oanor 175 I.S. p�� F ILSN R v G xO PROP PEDESSABRPCLES lERAIII I STR 984Na N�. Gollihar 1600 Greenwood 4000 IO J 16''7&8 SY:SSEAOY 1ELLD11 ° F G P 51 h S5 Si 9-14 Fv FLASHING'ELLOV E EXIST PEDESTAL POLE IbD20A D,,,Sign Envelope ID'.D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC axsu 11/90060 eT xo SIGNAL TIMING APS MESSAGE INFORMATION e � MIN. MAX. YELLOW RED ACKNOWLEDGEMENT EXTENDED PRESS MESSAGE wuK PHASE MESSAGE PHASE PASSAGE RECALL APS UNIT GREEN GREEN CLEAR CLEAR DEFAULT"WAIT" WAIT i0 CROSS NAME WALK SIGN IS ON i0 j. CROSS,(STREET NAMEV 01 4 2 OFF 20 3.8 2 8 YES GREENWOOD DRIVE GREENWOOD DRIVE 02 4 2 ON 30 3.8 2 10 YES GREENWOOD DRIVE GREENWOOD DRIVE 0a 4 2 OFF 20 3.5 2.3 11 YES GOLLIHAR ROAD GOLLIHAR ROAD 12 YES GOLLIHAR ROAD GOLLIHAR ROAD 06 4 2 ON 30 3.8 2 13 YES GREENWOOD DRIVE GREENWOOD DRIVE m _r 14 YES GREENWOOD DRIVE GREENWOOD DRIVE J w.IVIVIY I�U B IlAllll�l Q IF DURING CONSTRUCTION SITUATIONS PRISE THAT FORCE TWO APS UNITS TO BE CLOSER THAN Q j$ 1b FEET FROM EACH OTHER A VERBAL MESSAGE WILL BE REQUIRED.CONTACT ENGINEER FOR e APPROVAL. - Q 0 LP-ED2 PEDESTRIAN TIMINGWPLK PEDESTRIAN FLASHINGPHASE DON'T WALK 7 23 ~ W E m 4 7 23 V a~ 0a fi O I GOLLIHAR RD S 3 GOLLIHAR RD U 94 -I f c0� PED PHASE DESIGNATION SIGNAL HEAD LAYOUT a s BARRIER PHASES s n O IN RING 1 O i ObOOO m�3F �Z Q PHASES 'm ON m y cm7 w IN RING 1 `-�Q�NO� QI. D IK22 p UOU LZ RR R OOmN QQ R PHASINn FIIACRAM UQ ¢ nm 0 0 U Q R R R GOLLIHAR RD 00 ? OVERLAPS/CHANNELS NOTES: z 0 FLASHING YELLOW ARROW FOR 01 (OLA/CHANNEL 13)TO RUN CONCURRENT WITH 02 t.AN PHASE IN ONE RING MAY BE SERVICED LU RI U Prvv PHASE IN THE OTHER RING ON THE SAMEE S SIDE OF THE BARRIER. U' EMERGENCY 1t CONFLICT FLASH HEET144„ 175 ��ao oHA•mwc N�. S7R-984 DocUSigN Envelope ID'.D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC axsu 119006011 xo SUMMARY OF CONDUCTORS INSIDE ARMS SUMMARY OF CONDUIT AND CONDUCTORS CONDUIT(PUC) 5/C 1a /C 3IAW CP� CAT IT.R5E CONN GBLE SLY a 1Y-�y NUNBER OF CONDUCTORS (T BE POLE n(36') 20' 60' a 9/ RUN OR0' LENGTH p6NAWG p6 AWG x/p y12 5/R 1a 7/C yla 16/nc yla pe AWG 3�C dl}nwc ETIIRNT RAW 2' }• }^ }^ (I S) (OWE) WO WO WO WG (INS) (TRAY CARE) CAT 5E CONN CABLE HEAD I m� 10 ] 1 6 3 31 3 HEAD] 22' ] 1 6 ] 3 1 1 20 1 POLE 8(36') 20' 20' 2 1 EAD} 5 I 110' 2 1 E.a m 61 20' HEAD 5 S. '.. NAVA. Q B1 10' 1 1 1 POLE C(36') 20' 20' a........ 111111 z 0= 9 80' 1 10 20' 1 1 1 EAD 7 '. 5' 1 1 1 1 1 HEAD aQ 12 65' 1] 1. 1 1 TOTAL 60' 80' b0' 1. 1 1 -REUSE EXISTING CONDUCTORS FOR SIGNAL HEADS UP TO TERMINAL STRIP 1- 15 1 15' 1 16 20' 2 2 1 2 1 1p=N C 17 18' 21 3 U k E C 18b5' 2 2 2 (n W TOTAL s U R~ { •REUSE EXISTING CONDUITO U SUMMARY OF CONDUCTORS INSIDE POLES III 112 AWG d 14 AWG 18 PWG}//C 112 PWG ETXRNT RADAR 2/L 5/C J/C (INS) (TRAY CABLE) CPT 5 COMM CABLE = POLE A 10' 15' ]0' POLE B 15' Q POLE c u• 10' NOTES: y POLE 0 10' POLE E 10' }/C 112 PWG(TRAY CABLE)-ILSN'S/SAFETY LIGHT C, POLE f 10' 18 AWG(INS)(GREEN K O J-SYSTEM GROUND W 0 POLE G 10' 1b AWG(INS)-POWER FOR CABINET Z W U p POLE H 10' 16 AWG(OWE)-POWER FOR CABINET 2/C 112 PWG(INS)-APS UNITS(PUSH BUTTON) 3 N p W s¢OU¢ jU TOTAL 2a' 60' 45' 10' ]0' "�K�� 'REUSE EXISTING CONDUCTORS FOR SIGN&HEADS UP TO TERMINAL STRIP STALL EACH SH BUTTON CONDUCTOR TO THE J U U U 0 OS, O¢ SIGN&CONTROLLER WITHOUT 50.10E. U,J� U O UG' 0 O F 2 SUMMARY OF CONDUCTORS INSIDE CABINET 0 D p12 AWG p 1a PWG 16 AWG a AWG ETXRNT RADAR Z .JO 2/C 5/C 16/C (INS) (BARE) CAT SE COMM CABLE U CD W U y OF CONDUCTORS 1 6 1 3 3 1 2 1 1 4 3 K U TOTAL 60' 30' 30' 20' 10' 40' 30' HEET145„ 175 ��Ho oHA•mwc N�. STR-984 D,,,Sig,Envelope ID'.D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC axsu 190060 eT xo 36. EXIST WIO/ANTENNA 3}' EXIST - } EXIS �1 EXIST ILSNST n c 1 r E%ISiILSN Si 2 c G011lhaE 3 S3 d n 5 c G011lhaE ai pM�PERITIGPTOR TRI S� CGNERpi3 OPMPERITIGATM TRI .��SXm 55 R EX ST POARS EXIST W. EXIST- -ERA PB J '• eNIVIVIY Q f 1�unml��" z jt s C"' LL � EXIST POLE "A" MAST—ARM 36' MAST ARM EXIST POLE "B" MAST—ARM 36' MAST ARM x,TS x,TS � U�� a Pa Pe Pe o U : a s 23' PROP PEO POLE 'O' EXIST PEO POLE "E' PROP PEO POLE "F" 0 EXIST W Q Z� IE%1 STI LSN Z X O O "fic T of, � n6u GYQQxW00d �w F QZ OPMPER InGaiOR TRI PROP.-SI..—ERA ST m N W W YI J 1 YI J 9 0000 WLO DJpZZ QO QOmy t�.7¢ PB p0 LO K U O O LL� O U LLQ O ¢2 O H0 z O O WMV W U' NEET146„ 175 EXIST POLE "C" MAST-ARM 36' MAST ARM PROP PEO POLE 'GPROP PEO POLE 'H" NOTES: NE��NNNPA„NiN�N�. x.Ts EXIST- "SN S7R-984 wITN NE. N _T D,,,SigD Envelope ID'.D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC LEGEND: DNs 11900601iX0 ¢O EXIST LUMINAIRE IAEPI ` i Y1 % -- EXIST CONDUIT %••s•A.�g:�db�,Q `moo EXIST NASI AOM POLE I� EXIST RADIO/ANTENNA EXIST PED HEAD.SIGN _ -1 P-0 AND PUSH BUTTON TO BE REMOVED � SCALE SRADAR DETECTOR ®p R o- EXIBi E REMOVED REMOVE EXIST PEDESTAL rc N R�EXIST SIGNAL HEAD G: POLE TO RENAIN TO BE REMOVED m NO TII RN ;%Isi PEDESTAL POLE L FND ExI ST GROUND BOX EOo ROE DN p%ISi NAsi PRM 0 BE RENOVED R U A. OLE TO REMAIN iO BE REMOVED O EXIST CONTROLLER 0 FNO J eNIVIVIY If U EXIST PEDESTAL 0 REMAIN IIAIIII�I Q REMOVE 15011 HP / \ TOLBEARENOVEO E%ISi BBU 10 BE REMOVED Q j� _FON LUMINAIRE R -� a ❑ar- -- R R 1 ;� .F.. RI... / R R REMOVE _ / LEFT iNRN V1 GOLLIHAR RD. TEER R L _. :.?_fi w00 � R - tL 18+00 ---------------------------------------- C) .... �C) o m W I R R fl R H/ REMOVE REOV HPS M ' R ROVE — — ROV EXIST PEDESTAL POLE 6 F D J/ EXIST MAST ARM i0 N BE REMOVED PoLE TO REMAIN EXIST ELECTRICAL 5 SERVICE 10 REN AIH N N POLE RE PRM H OLE i0O ENAIN N 0' IT [L r UU y oQ^F Jw D, z p 7 U O U O If NOTES: 0 U W U O O U OR NODIIING—PART 01 THE TRAFFIC SIGNAL—EN � W MOVE 1. ALL SIGNAL CABLE 10 BE RED. K E (D 3. ALL SIGNAL EOUIPNENT REMOVED AND DEEMED SALVAGEABLE ByTHE C1Tv TRAFFIC SIGNAL SUPERINTEOF CORPUSNOENI SHALL ALL OTHERBE RETURNED TO SICNAL ONPNErvIivSHALL BEGONE ixEHRI�PPoPERTv - EEi147,t 175 OF THE CONTRACTOR PND PEN—FRON THE PROJECT I RO DIIIIII Nu. SITE. a. THE LOCATIOx OF UTILITIES IRE APPROXINATE AND SHALL STR-984 BE FIELD VERIFIED PRIOR TO CONSTRUCTION. rTaa�Ec r 18p20A D,,,Sig,Envelope ID'.D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC LEGEND: 0x6 1900601.NN 1�O EXIST LUMINAIRE "s"s :ilk ❑EXIST GROUND 90% EXIST CONDUIT S-L� F-FP E%1 sIMAST ARM POLE IF E%1 sl RAOfO/ANTENNA CaJ E%1 Sl LONTROLLER Q a EXIST LOUNTDOaN xEAD, SIGN,AND PUS"6UTTON SC- sxo EXIST 51Gry '. 0 1,5 15 30 sx 1 PROP SIGN - PROP CONDUIT ITRENC"I m . ° PROP CONDUIT NSOREI _ ` 101�PROP PTI CAMERA II�Q .W EXIST CONTROLLER Q PROP SIGNAL EAG f`,eNIVIVIY W Q u A PROP RADAR DETECTOR(PRESENCE) a PROP aeu naP cnanD eox M/APfldN o e \ P ' °� TYPE DI X11 F o- PROP mo vlslon cuaERA .y Q 0 PROP CONDUIT/CONWCTOR RUN C ] y mmn 57 Oj t6 � � ) u. SG; S �� o I U N ' .,. /� „� � 2 w I I xO°°p � � � W ---xza+od n+dd ) s t °p0 °6<r c'a�— ° -- - --- ------ LL U W rc,�I 1a o` (D m Y� ..IT L CU 0 90 J I S" ELSE."ERE a N P l0 W F PROP ALUMINUM SIGNS EXIST ELECTRICAL I d FF SERVICE NODIFv i0 X y O F ADD METER REFER i0 W Q O O RIO-17T E0161-" POLE DESCRIPTION 7 <0 6, G, VIIasDNc ExIST PoLE"A" PROP TOUCHLESS APS UNITS PROP 72" SIGNAL HEADS (LED) 0-ExlsT]9'MAST AFM €l�,N_ cDo Nov Rio-]<R RIO- L -EXIST IL SN Q O O I WITH AEROFLEX BACK PLATES -ExIST RADIO/ANTENNA D SOC I"a aR SIJ -Exlsi ELEC SERVICE 0 0 CJ O I PROP NETER IES) �JO O m� D_ 1 ,p ap PROP N10-MIs10N ClERA I 2 avO eOx fY�1'—�Y—F R Ya G -PROP PiZ CAMERAITI iOR �' O Q o o Q EXIST SIGNS TO REMAIN ~ ~ 2.], a, -PR RADAR DETECTOR I 1 p d J a k PROP(.25KM EO) ED LUNI NA IRE O O ZR] O " SS SPECIA fl]-al FvFTEADv vELL01EEx%SIsTPoI "AST Al8,11 ASxINAvELL01t] 13 -xlsi -pflTRRI CO MITIGATOR EWS PROP 16" c E%Isi PoLE"C" CD ONLY ONLY ONLY ONLY ONLY ONLY COUNTDOWN EXIST 2e'MAST Al sz s, 5a PED HEAD (LED) IS -PflOPT flADAR DETECTOR III -POOP(.2aKM EO)LED LUNINAIRE - EEi�48,t 17`J ILSN RSN p� -POOP iRl MIi IGATOfl aEcaxD ORnnllrvc rv�. Prescott 4600 GolLihar 1900 Q 0 E F G x POOP PEDESTAL POE STR_984 s]k 57 55 lO EXIST PEDESTAL POLE rIPN,y�y 18020A a-13 D,,,Sig,Envelope ID'.D5D83AB7-1307-4EDD-9EF9-BOFOA128AEBC axsu 119006011 xo a 'tu g i C SUMMARY OF CONDUCTORS INSIDE ARMS SUMMARY OF CONDUIT AND CONDUCTORS g n�'� i 11 AWG ]/�C il]AWC ETXRNT RMAB '�'O -�i CONDUIT(PVC) NUMBER OF CONDUCTORS 5/L 7/L (TRAY CABLE) CAT SE COMM CABLE F 4 iRENCN BORE / POLE A(]6') 15' + .�.e•' 1Ru0. a 3. 1.. ]. LENGTR i(Ix�#(BAR 2/P IQ 5/p I1 7/P!la 16 pC Ila p8(INS) (i RA#ICP� ETIRSE COMM OAAPBLE E.I B. 2 68G NG WL MG ] ] 11EA0] ] 1 SS' 2 8 2 31 HEAD] 3 1 12' 10' 1 1 1 POLE B(32') IS' m'_- 5 1 1 75' 2 1 2 2 1 ] 1 REM 1 `o 6 I IS' I I I HEAD 5 `� '.• 71 5' 2 } .NIVIVIY Q W I t I I I I I f IIAIIII��zy 8 I I 70' I t I I POLE C(28') IS' a ,.a 9 I 0' I I I Ep0 8 ❑$ _ 10 1 2G' REA0 7 - Q 11 18' 12 1 72' 13 S' I I I TOTAL 1S' t]' I 'REUSE EXISTING CONOUCTORS FOR SIGNAL HEMS UP TO TERMINAL STRIP V1 15 5' 2 2 - 16fib' 2 1 12 O U Q { TOTAL I15'fl.� 215' 2B8' Ia5' 797' 211' 07' 131' 162' 129 269' W E c •REUSE EXISTING CONDUIT U�� a U SUMMARY OF CONDUCTORS INSIDE POLES f.A. 0 la AWD pe AWG 3�C#Q AWG CTIIRIT RMAR ' 2/C 5/C 7/C (Iry S) (iRpv CABLE) CAT 5E CONM CABLE POLE X 15' 80' 20' y POLE B Q 5 POLE C 15' 10' NOTES' POLE 0 10' POLE E 3/C 112 AWG(TRAY CABLE)-ILSN'S/SAFETY LIGHT W N POLE F 0' i8 PWG QNS)(GREEN)-SYSTEN GROUND Z X U O POLE G 10' i6 PWG(INS)-POWER FOR CABINET Ul POLE x 10' ie PWG(BARE)-POWER FOR CABINET m— G'N K N O N Or POLE I 2/C 112 AWG(INS)-APS UNITS(PUSH BUTTON) s Q NO NO j Q POLE :. pZZ Z TOTAL 21' 60' 90' 60' 60' 2 1 U O U Z Q 'REUSE EXISTING CONDUCTORS FOR SIGNAL I1EMS UP TO TERNINK STRIP INSTALL EACH PUSH BUTTON CONDUCTOR i0 TRE 61,) m d O SIGNAL CONTROLLER WNROUT SPLICE. 0. p U, , O(3 Q 2 O SUMMARY OF CONDUCTORS INSIDE CABINET z z 112 AWG i 11 AWG pe AWG ie PWC ETXRNT R O 2/C 5/C Ib/C (INS) (BABE) GAT SE CONN CARE U p OF CONDUCTORS 6 2 3 z 1 3 3 TOTAL 60' 20' 30' 20' 3O' 30' - EE,149,r 175 ��aG GPA•mwc N�. STR-984 D—So,Envelope ID'.D5D83AB7-1301-4EDD-9EF9-BOF0A128AEBC PROP(.25KW EO)LEO LUMNNRE a Nwxis sn[ xo xsu 190060 PROP MIOVIE101 CAMERA -EXIST RA-/ANTENNA EXIST 18 PROP PTZ CAMERA 1� ?r EXIST ILSN " x 5 P Golllhor ,fq' l5 PROP NIT—OR TRI 25• DAMPER ]5' EXIST I 15 EXiSi T T EXIST ILSN PoWER SOURCE X51, 2 x 3 Prescott�;;, PROP MITIGATOR TRI DAMPER PROP RADAR - mm PROP NETER Cl eNIVIVIY IIr`O E%iRi f IlAllll�V Q u ELERICEL z SENCE _ oe - Q ' EXIST POLE "B" MAST-ARM 32' MAST ARM KT5 (n v O U N c EXIST POLE "A" MAST-ARM 36' MAST ARM K'S YI 5 M 9 IQ J YI J 10 U�� a RR PE PG U PROP(.]5KW EO)LED LUMNNRE �j Y Q MM JY/—VCK N 0 F Exl zT PROP PEO POLE 'D' PROP PEO POLE 'E' PROP PEO POLE "F' w a L) ty EXIST ILSN C]� X0 x 6 4 Prescott°. O m- w N y a PROP TTICATOP TRI Z = NO o OPMPER PROP RADAR-l" PROP RADAR [ S 2 U Z Z Q ' Z J z O U,¢ _QOmy m K U PB RG PR 0 u_2 O Q O HO z LD W lC U' yY/..mac y//.alCY v�a\YG, y//.al�Y yY/.aQ"e - EE,15D�r 175 ��ao oanmwc N�. EXIST POLE "C" MAST—ARM 28' MAST ARM S7R-984 xis PROP PEO POLE 'G" PROP PEO POLE 'H' PROP PED POLE '1' - = DBCUSigO Envelope ID'.D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC axsui190060 eT xo DI SCONNECT POWER LEGEND: g, % LL PROP SOLAR POWERED 11 e 1 EXIST HOOD POLE 'r SCHOOL ZONE FLASHER ,]m�.4i c o0 0 REMAIN PROP CONDUIT ETRENCHI 4 s�CRENOVE RISER RVE FLASHEREAASS' J SCALE IE 11 m REMOVE SIGN II�J '• REMOVE FLASHER f IIAIIII� CABINET � jy ❑e REMOVE EXIST SCHOOL ZONE FLASHER ASSEMBLY 0 zc _ W 17,00 le+oo GOLLIHAR RD 10 f.�➢ J U w ,., r CONDUNT To IT GROUND BO% IT GROUND BOX Q SHOWN ELSEWHERE /' y SOLAR PANEL K W I w Ny ,— x 5z r H O Ts o Wy oW PEED S% J io aao� a 15 zA iB of LUQ= a r o - - FLASHER CABINET ---- S, CL N Q Q p 2 O O 00 O OLLEE NOTES: z 01'DRILL SHAFT CL FGUNDATTON w 1. SCHOOL ZONE FLASHER SHALL FLASH K PROP SOLAR POWERED A BOUNCING BALL FLASH. SCHOOL ZONE FLASHER 2. TINE OF OPERATION SHALL BE FURNISHE IT Br THE CETI. - EET151,r 175 3. THE SOLAR-POIEREO SCHOOL ZONE FLASHEfl ��RO OHa.NINc Nu. SHALL INCLUDE APP PLIED INFORMATION Al_500-C70 SCHOOL ZONE 1-VITH GLANCE SOFTWARE.CONFIGURATION AND - 5 TEAR CONNECTIVITI PLAN. = rina a 18D204 DocUS,gO Envelope ID'.D5D83AB1-1307-4EDD-9EF9-BOF6A128AEBC axsu 1190060 e1 xo ACABINET � LEGEND: LL PROP SOLAR POIIERED �f SCx00L ZONE FLASHER DO P2pP GROUND Box 1/APRON yyS F Fl TrPE OI n<-�i --- PROP CONOU SCALE DRILL SHAFT f .N...GATEGN .I1......� a PROP SOLAR POWERED o xgw _�SCHOOL ZONE FLASHER F ow e e z PROP a•PVC caowT ~ FOR FUTURE FIBER OPTIC GOLL I HAR RDLA —. �._.__28 F00 . . —. 30 —` 31 00 �. _.__-----------------f ____ ____H _ _ ------------.f i Row Row D SCW .— 5 �ouxSoxRE ' OU moWoc / 5 fSOURCE IAEPI I J I C- w N DISMNNECi ELEo r o POIIERX LL C) ❑ aILE w v IST CE a s TORE.AIN POLE ❑N�� O ¢00 rc �p C 5�5 flENOVE RISER p m N LL RW O� ❑ FLASHERS GSSv ❑ O ❑W❑ O U pa O n� NOTES: z 10 US 0- I. SCHOOL—E FLASHER SHALL FLASH K A BOUNCING BALL FLASH. 0 REPINE FL ASxER 2. TINE OF OPERATION SHALL BE FURNISHED CABINET Br THE CITI. - —ET 152,I 175 REMOVE EXIST 3• SHELL"NACR uoe GPPEDEOC'OOLL ISNEOFLASHER 1-1-- SCHppL ZONE cielBicc soFTrGinAe,LcO'NFEIG RACT'OHITAN HE = S7R-984 FLASHER ASSEMBLY s TEAR C.NECTIVnr PLAN. Doc AU,Envelope ID'.D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC SOLAR PANEL a x0 xsu:190060 BACK TO BACK LEGEND: L PROP SOLAR POEEPED 11 SCHOOL ZONE FLASHER a+ IU Vi 2 Ni -2 PROP CRI BOX N/PPRCN ]6 x36' 36'x]6 DD (ROPE DI n S POOPCONOUIi(iRENCHI � =fp Nib IPL o PROP CONOUIF IECREI 21.15 116 TPF 2 EA LEO RAPID SHER 21A 'x15' P FLASHER CABINET - SCALE ®O m rR025 N APS PUSH BUTTON HI..... I. Ilxxxl�0 jz ❑e _ 21'DRILL SHAFT ; Q PROP SOLAR POWERED RAPID FLASHER DF2W : How` T OP r Pvc corveU uuu lj uu Q n FOR RFumflE FIBER aPnC GOLLIHAR RD mull IM 00 21111111 µI0 ,III i �m Illi . ...... ...��... �... �...... ..� { ....� �......�......�......�.... 0 c 1 -- i- W .p I wiil lj wu r�jr} _ � U Y°& _ "i w — .— — — — — — IT GROUND BOX SOLAR PANEL y SHOWN ELSEWHERE POOP 2" C CWDUIF BACK TO BACK K Z FOR FUTURE FIBER OPilt w Q y K NOTES: z z '�� o� wNx 1-2Ni -2 a 36!x36" l6"xl6'l 1. FAR ES FLASHER SHALL BE CE y m N m N O iA COECTANGULAR RAPID FLASHING BEACONS PEDESTRIAN CROSSWALK SYSTEM s a p O Y Q AND SHALL INCLUDE, D J p Z 2 D,Q O N16-]PL Nib-2PR U O U CS S 21"x15"L L ZI"x15" RRFO,SOLAR 55/50,RADII,SOP,IS, AMBER,PB,x POLE X2 1 EA O OCC O UJ a SF SSV 12V RRFB RAD10 NN•S 2 EA OC, 1. o 2 D F . CABINET BRACKET SER.FIRS fl0UN0 POLES 2-1/8 B UP 2 EA u 1U 0 2 EA LED RAPED FLASHER 551/12V SOLAR PANEL PACKAGE 2 EA O U2 - ED BACK 0 BACK O R 25 F ASHER CABINET BATTERO,UNIVERSAL BAFFERO,SOLAR 12V 50AI AGM 2EA Z 9 x12 W PUSH BUTTON BULLDOG ADD-ON OPTION KIT 2 KIT CS K flRF O,DIMMABLE,ASSEK9LO WITH UNIVERSAL d EA CR INSTALL GUIDE KIR, INSTALL GUIDE,RRFB,CROSSWALK 1 EA APs PUSH BUTTON GRGNAET KIT,FIVE 5/B'ID, TVD 2/B: ID,BAGGED 2 EA - EET�53,t 175 i-2,]6'x36"x.060 DGI FOG,PEDESTRIAN CROSSING<SOMWL1 A EA ��NO OHa"NINc Nu. i"DILL SHAFT FED SPEC,FLUORESCENT OELLON-GREEN SIGN STR—JSG PROP SOLAR POWERED FOUNDATION N16-TPL,3ax1 a-x.aea DG3 Fm,Domx DuwNAL LEFR/fllcxT a EA - RAPID FLASHER R 6E0 SPEC)SIGN, 1.8T5"RADIUS-3/6"IDLES 3"IN = nFRaxaa 18020A D,,,SigO Envelope ID'.D5D83AB7-1307-4EDD-9EF9-BOFOA128AEBC axsu 190060 eT xo to 11214 NIVIVIY Q l d'unux�� ❑e SOWARV OF ILLWINATION QUANTITIES O U Q c DESCRIPTION un rT TOTAL ��W E c Ounnn ncs U REMOVE]SOV IPS LUNINAI RE EA i5 INSTALL i50!EO LEO LWINA IRE EA 5 R - INSTALL 150!EQ L12 LWINAIRE EA i 0 INSTALL UTILIT1 WOO POLE EA 'S U II� Q N f f Z W Z X d KO W3 O =apott Z OOOmy J O� tt O 0 O Q O Q W N U' NEE,154„ 175 xo DI-111 11. S7R-984 r„P.,,�, Ixazoa DocUSigD Envelope ID'.D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC LEGEND: 190060 (TO BE INSTALLED By AEP) EXIST 250.NPS LUMINAIRE TO BE = x" ililU o-Q REWVEDi1NSTALL A 250.ED LEO jF,S••g y���0 L UMINAIREm IN 250.EO LED LUMINAIRE ON EAI Si ISO Ui lLlir POLE INSTALL 150.EO LED LUMINAIRE AND.000 POLE SCALE ♦ INSTALL i50.ED LEO LUMINAIRE ® ON EXISTING MOOD POLE - o 12 5 25 sa INSTALL S0.ED LED LUMINAIRE m ♦� Ano MOOD POLE -- � e I� OP. CABLE ® REMOVE EXIST 250.HPS LWINAIRE Q .� COPRNNECPOVER TION ILEEADI ZQ a STA S-1A p I I I I I o O k E a N r c -__ -..._ Yam • _ III l � GOLL]HAk kD. t q I w a IQa_� o0 ¢oo� o OU Zo OOm� Q SHEET SINVARr OF QUANTITIES OU _ SHEET O DESCflI PT: UNIT O -ANTITIES Z REMOVE 350.HP WINAI.E EA INSTALL 150.EO LED LUMINAIRE 1 EA IISTILL .EO LE AI W INSTALL Ui ILI iv VOODLPOLEEA K NOTES: 1, LID POLES.FIXTURES AID CONDUCTORS - EET155,r 175 TO BE INSTALLED Bi AEP. ��Ho oHnmWc Io. S7R-984 ,Pw�r=, Ixazoa DocUSigN Envelope ID'.D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC LEGEND: Nx��11900601'NN (TO BE INSTALLED By AEP) EXIST 250.IPS LUMINAIRE TO BE o-Q REWVEDi1NSTALL A 250.ED LED L UMINAIREm INSTALL 250.EO LED LUMINAIRE ON EAIISO Ui lLlir POLE INSTALL 150.EO LED LUMINAIRE AND.000 POLE SCALE ♦ INSTALL 15011 ED LEO LUNINAIRE ® ON EXISTING.000 POLE - 0 12 5 25 sa INSTALL SO.ED LED LUMINAIRE m ♦� ANO MOOD POLE -- � e REMOVE EXIST 250.RPS LWINAIRE f wNIVIVIY ❑e o tiEn W Em � RO. ,RON_N Usti nv oP � wwNnu RDlz � c W f� F F - E:l " - - - $ - - - - - - - - - - - - - - - - $ - - - - - - - - - - - -- - RO. RO. y 5 W Q Z X ¢O 3 00 =aOott O DJUZi po OU �F O u U SxEEi SUNNARY OF DUANTI TIES O — DES[RIPiION UNIT I SREET O DDAN'IT IES Z REApVE 250V EO LED LWINAIRE EA ] INSi ALL 250.EO LED LUMINA IflE EA 2 LU K NOTES: 1, LID POLES.FIXTURES AND CONDUCTORS - EE,156,r 175 TO BE INSTALLED W AEP. ��x0 oanmWc No. S7R-984 DocUSigO Envelope ID'.D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC LEGEND: Nx��11900601i NN (TO BE INSTALLED By AEP) EXIST 250.IPS LUMINADRE TO BE o-Q REWVEDi1NSTALL A 250.ED LED jF, L UMINAIREm INSTALL 250.EO LED LUMINAIflE ON EAI Si ISO Ui lLlir POLE INSTALL 25011 EO LED LUMINAIRE AND 11000 POLE SCALE ♦ INSTALL 15011 ED LEO LUMINAIRE ® ON EXISTING 11000 POLE - 0 12 5 25 sa INSTALL SON ED LED LUMINAIRE m ♦� Ano MOOD POLE -- � e ® REMOVE EXIST 250.xPS LUNINAIRE f wNIVIVIY�`Q u R CONNED TIONIOVERIEADI IIEIIII WW Q ja TA 15.2 _ I I o= ry U Q o , co R0. eo U ti ,_ my w m m J r OLLIHAR RD ~ — J 7 a w X N w 50 ��2 aao� Jo a� SHEET—ARI OF OUANTITIES � O F SxEEi DESCRIPTION UNIT O O — OUANili1ES O INSTALRENOVE M.IRS LUMINA YIN EA 2 Z INSTALL ISDN EO LED LUUM—E EA 2 INSTALL 25011 EO LEO LWINAIRE EA l US INSTALL Ui1LITv 11000 POLE EA W K NOTES: 1, US T POLES.FIXTURES AID DOIDUDTORs - EE,157,r 175 TO BE ISTALLED Bi AEF. ��ao oanmWc Io. S7R-984 DocUSigN Envelope ID'.D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC LEGEND: 190060;.NN (TO BE INSTALLED By AEP) EXIST 250.IPS LUMINAIRE TO BE = V" ililU o-Q REWVEDi1NSTALL A 250.ED LED jF, L UMINAIREm INSTALL 250.EO LED LUMINAIflE ON EAI Si ISO Ui lLlir POLE INSTALL 250.EO LED LUMINAIRE AND.000 POLE SCALE ♦ INSTALL;5011 ED LEO LUMINAIRE ® ON EXISTING WOOD POLE - 0 12 5 25 sa INSTALL 50.ED LED LUMINAIRE m ♦� ANO MOOD POLE -- � e REMOVE EXIST 250.IPS LWINAIRE f wNIVIVIY PROP.POWER CABLE ® e 1111111 Q = CONNECTION;OVERIEA01 z ja A 2a.BB Oa 8 �8 I � w m I RDM o N r o GO v s >> GDLLIHAR ED m a W III RO. _„_„_ _„_, _ _ — ,.,7„ ROM N IX N = x oa_� ao JUO�U ho � QO Zm 0 o r 0 U O O SHEET SLM.IARY OF OUANTIi IES Z DESCRIPTION '”' Ei DUANTI TIES W REMOVE 250W APS LUMINAIRE EA 2 K INSTALL;SOV E0 LED LWINAIRE EA NOTES: INSTALL 250V ED LED LWINAIRE EA 2 INSTALL LIT ILITr WDOD POLE EA ; LIGHT POLES.FIXTURES AID COIDUCTORs - I TO BE IISTALLED W AEP. S DocUSigD Envelope ID'.D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC LEGEND: 190060;.NN (TO BE INSTALLED By AEP) EXIST 250.IPS LUMINAIRE TO BE o-Q REAGVEDi1NSTALL A 250.ED LEO jF,S•�g y��r,0 L L AINAIRE IN 250.EO LED LUMINAIRE ON EAIIMG Ui lLlir POLE INSTALL 250.EO LED LUMINAIRE AND.000 POLE SCALE ♦ INSTALL;5011 ED LEO LUMINAIRE PROP.PO.Efl CABLE ® ON EXISTING.000 POLE - _NECTION IOVER.EADI o 12 5 25 50 STA 26.57 ♦� INSTALL SO.ED LED LUMINAIRE IBI'L ANO.000 POLE REMOVE EXIST 250.IPS LWINAIRE f eNIVIVIY u a jz opp:d PROP 250.EDIED LUMINAIRE ON TRAFFIC SIGNAL POLE TO BE INSTALLED 1 Br TIE SIGNAL CONTRACTOR H o - o E c N r n a1 my �, . o N o n a i _ z III v.m m 2 ' II N PROP 2So.ED LEDI VATE O TRAFFIC - W SIGNAL OLE 0 BE 1 S ALLED K By TIE SIC CONTRACTOR W Z X F � �o QOo� O a� zN a 0 o r 0 U O O $.EET SUJJARI OF WANTITIES Z DESCRIPTION UNIT SKEET U., OUANiIi IES G, RENOVE 250.IPS LWINAINE EA 2 NOTES: INSTALL 25011 EO LED LUMINA IflE EA l INSTALL uT IL ITv vooD POLE EA ; UGIT POLES,FIXTURES AID CONDUCToas - EE,159,r 175 TO BE INSTALLED W AEP. ��aO OanmWC Io. S7R-984 D,,,SigN Envelope ID'.D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC LEGEND: 190060;.NN (TO BE INSTALLED By AEP) EXIST 250.IPS LUMINANRE TO BE = i" ililU o-Q REWVEDi1NSTALL A 250.ED LED jF, g L UMINAIREm INSTALL 250.EO LED LUMINAIRE ON EAI Si I SO Ui lLlir POLE INSTALL 250.EO LED LUMINAIRE AND.000 POLE SCALE ♦ INSTALL;5011 ED LEO LUMINAIRE ® ON EXISTING 11000 POLE - o 12 5 25 sa INSTALL 50.ED LED LUMINAIRE m ♦� ANO 11000 POLE -- � e REMOVE EXIST 250.RPS LWINAIRE f wNIVIVIY ❑e fl0. m a~ a „ ,.. eoLUlx4u un Z _ _ _ - C - - - _ Z ��� E:l R. I 1 / Y I y o Z X x w u s F E 0 0 o r 0 U O O z W SxEEi SUWARY Of DUANTI iI ES D, DESCRIPTION UNIT I SRNOTES: DUANiIiEEi IES REM.VE 250.IPS LWINAIRE 1 EA 3 1, LID T POLES,FIXTURES AND CONDUCTORS - 1 SD,t 7`J INSTALL 250.EO LED LUMINAIRE EA l i0 BE INSTALLED By AEll P. GE—EL 0 i1lN Nu. S7R-984 iaaaEc a 18D2.H D,,,Sig,Envelope ID'.D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC LEGEND: 190060;.NN (TO BE INSTALLED By AEP) EXIST 250.IPS LUMINAIRE TO BE = i" ililU o-Q REWVEDi1NSTALL A 250.ED LED jF, g L UMINAIREm IN 250.EO LED LUMINAIRE ON TA STISO Ui lLlir POLE INSTALL 250.EO LED LUMINAIRE AND.000 POLE SCALE ♦ INSTALL;5011 ED LEO LUMINAIRE ® ON EXISTING MOlO POLE - PROP.POMER CABLE o ;2 5 25 50 m - EDNNECTION IDVERMEADI ♦� INSTALL 50.ED LED LUMINAIRE AND MOOD POLE - TA 39.06 ® REMOVE EXIST 250M xPs LWINA IRE f�,�"NIVIVIY�W Q s,L unmi z R.. 0 'a oR - a I v _ _ W 60LLINPR RD �: _ U �.m ..- - z - - _ - - �EIl RON ..—..\ ROM r, Y 5 x I I I Z x w e r w N F W �o m J Q 03 h O + a G w �UOU Qo O�m� Zm �¢ 0 o r 0 U O — SHEET SUM ARI OF DUANTIi IES O DESCRIPTION UNIT SxEEi Z WANil it Es REMOVE 250M NPS LUMINAIRE EA W INSTALL 15OW ED LED LUNINAERE I EA INSTALL 250M ED LED LWINAIRE I EA z NOTES: o INSTALL UTILITY MOOD POLE I EA LID POLES,FIXTURES AND CONDUCTORS - E,161,r 175 TO BE INSTALLED ar AEP. L„Ro D—nxc S7R-984 D,,,SigO Envelope IRS D5D83AB7-1307-2EDD-9EF9-30F6A128AEBC Rio-3WL RID-AIR Hsu 1190060 eT RLE DISCONNECT LEFT WIGHT )6-CONDUCTOR TRAFFIC SIGNAL COLOR CODE FEMALE DISCONNECT- >�y PUSH OR PUSH OR V b tU INSULATED WAW AT WA4E AT 0 RED RED BALL 8 CONDUCTORS BUTTON BUTTON 0 Sl �ORANGE AMBER BALL <S/C'2/C) c-� FOR FOR /a C ''PEGREEN -TO PEDESTAL �U U' OLE '� BLACRLREDOVERLAP 13-16 RED ARROW ev' �WRITE/BLACK-OVERLAP I3 FRCM- �\ � /'� {{�� CONTROLLER � P TACT ILE ARROWS �( �y �ORPNGET BL Pru-OVERL PF i3166AFBL PsuER]NGOPMBER PRROW ® `/ Ii YPICALT 0 <1 G�ELLE-GREEN PRROW k BARE GROUNDING- -BREAxANAv BASE �J ��UU� UU�'' CCJJ��REDi BLA R-FED IDW)MAIN FNaSE LL = LL CONDUCTOR I ADDIBLE PEDESTRIAN SIGNAL UNITS CAPS) �l �q�GPEENLBLA.K-RED IWI MAIN PHASE m;=_- BREAKAWAY ELECTRICAL CONNECTORS s xT SIGN FOR PEDESTAL POLE AND FOR STANDARD SIGNAL POLE. 0 G�PEDLWHITE PED INWI SIDE STREET PHASE � - AOJUSTABLE ARROW INNER ARROW IS ENBOSSED WITH SMALL INDICATOR LIGHT. /'a {� C�GRESIDE1 W PROVIDE NON-FUSED WATERTIGHT BREAKAWAY ELECTRICAL CONNECTORS FOR BREAKAWAY POLES. PUSH BUT CAN BE PART OF SIGN ASSEMBLY OR SEPARATE.TACTILE ARROWS CJ-�� ENiWRI TE FED lW) STREET ERASE wNIVIVIY v IBIISSMANN NET,LITTELFUSE LET,FERFAZ-SHAWAUT FERN,OR APPROVED EDUALI SHALL BE LOCATED ON HE PUSH BUTTONS. BUTTON HOUSING //''�� {{�� INSTALL APPROVED IO AAP TIME DELAY FUSE IN BREAKAWAY CONNECTORS FOR CAN BE OVAL OR CIRCULAR. `U U' BLP..RL WR]TE-SHAPE A IIIAIIII UNGROUNDED CONOUCiORS. � ONLY INSTALL DOUBLE ARROW MEN CALLED FOR IN PLANS. � � �BLU ET WH]TE-SPPRE - CBLLE.BLAGR-LINE—ATE o r" (� BLACR-SPARE - ME W T (� WHITE-NEUTRAL IF - (2) S cL AM SHELL ®p� (A) rWuNr OUNT"N O 2 LA, _ POLE CAP- SIGNAL HEAD(LED) U Q -- r TRAFFIC SIGNAL- -NLOAN SHELL ` U ~ _ PoLE T �? S' MA CA OR STAINLESS- [ Bi<"STAINLESS STEEL BANGS r �I J STEEL BANGS12' IN. III -LOUNi00R1 N /2'ALUMINUM PIPE-,," J O NA 3 III SIGNAL HEAD ILEDI -SIGN STAIA 51ipON - 9'x15' H -SIGN STAi1PON PEDESTRIAN B"x1 B" SI PUSH BUTTON Q �EOESTR IAN N 2'GIA.BUTTON o HIGHWAY III- PUSH USWT BUTTON YC _ PED POLE PLACEMENT w -CONOLCTORS Z X H GG CONDUCTORS- UAW_3 BASE COLLAR ASSEMBLY- NOTES S s WE CA o BREAKAWAY ELECTRICAL �.ACCESSIBLE PEDESTRIAN AN SIGNAL UNI is D 2 U'Z i R WITH L.E.D.COUNTDOWN SIGNAL HEADS. U ONGET 0 S ISEE NOTE°AND GETAI LT O m N W P v T IGH R �O K 2.SEE LAN LA W S 0 NUMBER L r F � cD BANS OFNEfl BASE- LOCATION OF PEDE Sifl1AN SIGNALS L Jtt V N PUSH BUTTONS O Z \ 3,THE CONTRALTO!SHALL — l MAX NOUNTHE pPAN ERAT A UN iORNHEILHT 0 SEE TS TO STANDARD FOR EACH INTERSECTION. U U Z CONDUIT ISIZE AND•AS ° SEE PLA AVORTS FOR NUMBER L SHOWN ON CONDUIT CHARTI N.SIZE OF NCOCNOUCiOfls. W K SEE TS-FO STANDARD -CONDUIT ISIZE AND v AS (D SHOWN ON CONDUIT CHART) 5.PROVIDE NON-f USED RATERIICWT BREAKAWAY ELECTRICAL CONNECTORS vROTcciioAerYRnOiESleussMARE xci, - EET 1 62 1 175 SIDE OF POLE (STEEL) MOUNT PEDESTAL POLE MOUNT LITTELFU E LET,FERRAZ-SHARIT BEEN oPaeNlNC No. OR APPROVED EGUALI. S7R-984 ,PaaEc a 18020A D,,,Sig,Envelope ID'.D5D83AB7-1307-4EDD-9EF9-BOF0A128AEBC axsu 190060 eT xo INSTALL 21-(SLD) WHT PV MMK SIGN (TYPICAL) robl� 3/1'STNNLPLA STEEL 3/A'STNNLESA STEEL BANDING]PLACES NIN, flMOING PLACES UK n BRAC ER INSTALL (SLD) SIGNAL PROP.J-BON (TVP PAL MK NASI I. M LOCATED NE TIE POLE BRA.ER - CONNECTION GI CO NECTIOrytl RADAR 111■ m DETECTOR 'C' -' 111111111/ DETECTOR GRIP LOOP GRIP`OOP J wNIVIVIY�IIh Q W _ SPACING OF LINES SELECTED `,..AAAI TO—0 WHEEL PATH „A—A' MAST ARM MOUNT o pp3a Q . RADAR DETECTOR INSTALLATION � v U '^ SIGNAL POLE CROSSMALK MARKING DETAILS TYPICAL � - RADAR HiACKEi 3/A'STNNLESS STEEL U BMOIrvC 1 PLACES NIrv. OP.J-BO%ONE PER III EACH RADAR UNIT ❑ B. CCTV RA DETECTOR eU"3/�STN U SS STEEL . ] ACEs NIN. N CONNECTION COMM CABLE ETHCATE5 K I W J II p Q POLE MOUNT O ® F R AeUE w ENTRV CCB s g Q O^ LL O I� CONNECTION POLE MOUNT =a o o¢ o N D 7pzx NOTES: NOTES' o w i :NTERFACE MODULES SHALL BE t PROP. CCTV CAMERAS ME TO BE INSTALLED ' TALLED INSIDE coNTROLLER CABINET. RADAR DETECTOR BRACKET MOUNT AS sxowN ON THE PLAN LAroMT SHEETS. cD� 2, N R.RADAR DETECTOR UNIT&BRACKET SHALL BE L] O Z I SLED AS OETAILEO OR AS DIRECTED BV THE ALL MIRING SHALL BE NEW k CONNECTED TO p O O MANUFACTURER. THE PROPER PHASE AT THE CONTROLLER. O CJ O 'T UNITS SIAUBE POSSIB E.MOUNTED AS TAR OVER THE B BEAU SET IROESS STEETALLCBANDINGMERA MATERIAL SHALL Z A.3 A STNNLE55 STEEL R BANDING MATERIAL SHALL ALL CABLE ENTRY MO E%rt POINTS IN THE POLE W BE USED i0 STALL AOM MOUNTS. a SHALL HAVE RUBBER GROMNETS ANO BE WATER TIGHT. K S.RAOM UNIT ASSEMBLY SHALL BE ROTATABLE (O AFTER INSTALLATION TO FROWDE PROPER ALIGNMENT. CAMERA MOUNT b'aANDIOP POLE SHA-°IM DRUBBER IN THE AID - ET 163,r 175 BE WATER TIGHT, 1-1-N�. 7.POLE.WAR SENSOR SHALL BE BONDED i0 STEEL STR—JSG rPRaEc a 18D20A D,,,Sign Envelope ID'.D5D83AB7-1307-2EDD-9EF9-30F6A128AEBC axsu 190060 'tu as g �p oval uaLE a PucEs �e ��eBas D 1rt a' a, I I m _ I I a I I p � O �� a, U m'^ �., 2'- - ' O SOX E� U�� O � TOP VIE U I ISOMETRIC VIEW y I a s I I m X Z X ul F o�W_ zo I GENERAL NOTES m ,.D.T25•uuNiNUN siaR. LL i z i Uw 2.iSONETRC NEW FOR REFERENCE ONLY. J CD m y LL w 6,so Q 3."OLE LOC6TON5 IRE iDENiiLPI TOP 11 BOTTOM. LU t7� � SIDE VIEW a.T"IS IS FOR ECONOLRE S—D6RD'P"CABINET PT 26'DEEP. O ~z 5.NENR S-DMD'P•—ET IS 21"DEEP. 0 m 6.FOR CABINET FOUN 101 OETNLS SEE is-CF-01 STPNDRRD. Z U W T"E ET NM TOR SxpLL PECIFI DRIENSi0N5 Wrt"piRpFfx;LSiCNpL CARNET NINUF6CTURES SPECiRC6ii0N5. (D 164„ 175 S7R-984 r„x.,,�, ixazoa D,,,S,g,Envelope ID'.D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC axsu 190060 to XX Ll LEGEND�» •• b , C, 11-, ------ Jt— w L4a a m C> 2j 0 fla E®PH ~. IAllll �a �� I• 1 1 30 e,s j oe,jt s_. I•e 8 .a .. lip- , . ..,... 11,11.,,,,E'-a«e1,— e 7e, a b 41 4 b 414 b 41 4 —ENS IN BUMI+rocas swu ND* p �ap MON[ABOVE OPEN LANES OE HBIEE Ic. _ U :;oa< � NEAR SIDE LANE CLOSURE 1 FAR SIDE RIGHT LANE CLOSURE FAR SIDE LEFT LANE CLOSUREa�a eF� SMM ByYiIMMgxp"i i[M li1iIMMNr w - gxpai lylAilMMgxp"i iFM lililMMar !xp"i HiplilONM lxINi iFM lililMMNr \aJ4'.�III z:- 0 N DEAER4'Uae :B.z1:4e •I a x1 :w ' ma«i«<rea<.<i'•'o"'caxo i�a ma�•ar 1e remraa«cv1n1 w - SHEET i W t 'o y F: ____ ��• a a p o tt 1 � "'" • F y,L I• e.1 xi°r� �r.raz l.o.rc,.K .r n.«oorcnra i°,s LL J U ZO� � FY i I• I• * a °.< « .,..m..a nm m«e1 a «.� «... O Q m j ¢� L " rTRAFFIC SIGNAL WORK �s 2 br4 M<.«..e TYPICAL DETAILS o 0 TT.._ OPERATIONS IN THE INTERSECTION •'"umw.m. a1«e <..me,�m�.1..x. ,..,<a m.» WZ(BTS-1)-13 z F H 165„ 175 ��ao oanmwc x�. S7R-984 r„x.,,�, ixazoa D,,,Sign Envelope ID'.D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC axsu 190060 er xo 11214 4Yer4 9 �a; .< 1 1 I F 1 1 as"I x ae L s _ a O O Un x `t w anaa i :•4 _ O _ _ _ _ _ _ _ _ a _ 6 o SIDEWALK DIVERSION b Q 8fls NOIf4 mrom..er CLOSED - Lid ;nNmIVtiIVllIY " WK pp . p SIGNINGa;AECTIC — ROJ EOdmNI-1—ORRATIWS SIDEWALK DETOR TEAU dA 411"EN4 NOILS EON ROIL 701[SIONS P111.90 119 949.1.0� U N T.— A.„m,mn..»,.r,>.r. IT. SILEWALK X E „r�mv .. m ova°m v .v SIGN;=K IGRTS . �m.v mope 00.<w..°m vum°en ee• 3. a8p0 .. . ., ..mr°°..<aamm.ra rro°.s,a a m a r,�.�„r°,,...m,...,r». .11 IT .4.. I. r ° FN p= , s anm a m» mo..m.m.mm°, m7 ; 4 4 TgT a o a. ��..8:a.a�rce,.�.m,°•b.�ro..°°m.ra�.�,» °"'�,�.k�� ,r rm,.,,,...<m m...m o c o � s c� GI/1�1ION O RDICc ° .aro.a m .°mR am..mr m°»R r° ,S,IGaN°T''N•Oe«O'°�roNIro:IeN�O,vexm{,Ie.Oa.xuI° `•rm'em.>.�ro e e+aa..m°a ®p «°etesa"�`< .2- CROSSWALK a,m �auo�sJlR�lrl .z CeRrroOScmSroWvAL,K®CLOSURES Te. 7nmm � C. z < 0 w SHEET Z W tGONIR0. DRN = mARAT royo�tt NM mma.eu°r.o.x w°r�m, r� °ii eiN�y.r o. ,r.r LL 2 K Z CJ Y ro 700 K RSYOYING M COMING remA,. ...m m.,m.m,..m m Rs a<,a, TRAFFIC SIGNAL WORK AMIE BACKGROUND I IPE BIL TIPE CILS.EETIIG '..T. -d BARRICADES AND SIGNS o a z O N emm a *Z(BTS-2)-13 lm m , z ipJAmxw o Ilh erylpubLaOonslw moon rm� n •, - REEr166,r 175 ��aL LaA•mwc x�. S7R-984 r„R.,,�, Ixazoa D,,,Sign Envelope ID'.D5D83AB7-1307-4EDD-9EF9-BOF0A128AEBC gxsu 190060 er xo to 1121$ GENERNL NOTES FOR 4L ELECTRICAL NOCK �E a a«er�<ma mar«en�rrea Oo a«mm�o«Oa r�aia<ma�r�ene. 10 "a.'«e.a n.�..� PIC Me : . BE. Ove aieo«o-e awa�a o- o.o-.«e eia germ. e.e enw«a q a n<.ei aiee...6C r ebbj; _ ««qrm a M-I Oe a.Eua 11 area«e M.ac«qrm I a—M.mey xerc mrx a xEua m 'e;ng.E rr rmr'wO'm r mor wrxm<nae'a in°nr merer'o,e­­r'neva EECI 's usO'r'caO'en rr re�ecr'm. «e v.e'naw reiwrw ar'm rr°O,e E,nee. a ne"r°rule x`m rem 6 eorE erau'O e'rxorE ata<Io-a rrOr "'aP ma O'me coax ro me oegvr< R- morr'a or w✓v t or no �mapv 'a uwr Enw+e mrea mr .n n . 9iZB eNIVIVIY ❑' 8L n« .nw o ms aoec r Qe.m xa,o a.«a a w a x"srh e« are r, e,;«me a w venae°ar«i me ei«.a ea«i iw rer er ei q eve wrce em II'Q f a,a,d me roi iee"r.q rear em�gmenO ec.ems+w er me Enq�«e+Oe c EC,+m r rwneer�me. I z �.j: u r«me.gena.a ' r i ' p6 Oxe<mr.«r ma Oxe n[c:wiOmeror,oexrr,megnan merer<i mo roar EEC,, ern ' yYy"8 ream,rrwe renmee,ma Orae Enave°ii gr°ma rea:arm« io.Me rPr.Mw-rale YgL rem,t. ora re,r em�mydOr.Pr-IS,enO mrim�na«crim ea remearea or me ngiree+. Up0" °'"Or aiq«a q<.v,�a«e«cele e.o—mrr..Oma ra eiie«a gg� B.c rxucr­uErxous sg.yB w..«Ore,ra eo-e �umre re««.a e r o One w�eee era�Oene. Ora,gre,na Oma, O SAC woiw Ylh w,mar�rurim,.I i i°e q i iww rr morr�a iem Oen a iIOf Z'm ar, ma Eiwrriwi wmiiea. Mi eb as h CONDIIE 1 m rr.rc r.w�rea ewo-a.en<ena.�.r.. v O.oo mO us°LEuc o-LExc ea a a Eitlture O=N c t" .uar xIaLsOf d'e >U Q 9'9€€ en E. mare..er,a„,.a qmr.a,.�,n a...e.e..a«�e..aa em<enaa,..e..mne.,me. �—en L E 5 ,m<�.�w�.r�n r"e aim,r m amrq„a or 11;"E In o .s :' :• mwu�.�LExc�eew.�.a�e�.mnm�..a-11 - U 5t m.�«rr en«r. r m�r,aa ,na.. q ,.er a<.em�e.e Bane a .ea m,.:e<.tpn 7, , , r m III Y: rmr r e m ° « « a m m,a u.e«e.«+<,.e m Oee w Ili ixtur.Of a.e O rm e,a,x j-11-EI....,n«m a�«.11E,xEE. « e a. e.«em q e« r e«mr<. e a r q .emx a am«a m a e.« 1­oa. mm,.°� ax <er «raea.,Ox.Oe , r,rOa m ra«Or.. N a 1. 4w 'e r.,ma,u«O.m w r�a «eu. me mer. <mm,..rm,ngO,m..ItE, wa.are.,« z x o� ¢aW� wu, a .tram,rca. .a Oe.rm .«<« r. r a<,wee o,nrarn° .e, riioiwrr.wn «mr.° ;zO,m eaa..<,.e ° e.w0 ° .r..«a. a.° °a a. w,a ma« m a e wO: n mm<.�a a eerc,.a,x a.9 11 1 EI mrca«<ra a r« 1 . n°,u« I.<a.0 m rca m..m<.. m..ka, q e�a m.«.e..a „«.Eq..,. o m w «e«n�an.m�e,.«ems. «rex e.xeae ELECTRICAL DETAILS o W —M IrC­1 1—. CONDUITS IL NOTES 0 .q. o e. ,one rEW ei+.ne,:.a.er,u«..m oaa.a uaw ara.ena. ara en..w.mac. 1. «a rer-Oder r erq m ae, ara erm, qe,n.m e.arne.,rc rr w.r,e,.we,raa.e ea m e. me'r° .,.”e a m ED 1 t t•t 4 a.edi, ngrw m ree xEE,167": 175 —ao oanmwc x�. S7R-984 DocuSign Envelope ID'.D5D83AB7-1307-4EDD-9EF9-80F6A128AEBC axsui190060 er xo to 11214 cb I—A­«r fiY3 a �• e'i n,wX �b� coa. a eo •, r � A55 �/ a vm zein aio yl� � m &x� �'���me •• eNIVIVIY ❑9 ¢ M fyYi I I e unun� z is YE. CONDUIT MOUNTING OPTIONS p y CONDUIT HANGING DETAIL Be CONDUIT MOUNTING CHANNEL & «oe<a rac ul u U E m 518. ',f'.i k. a y .er r.a«a or.ere.rw.Asx. w, 'Fo bmm TYPICAL CONDUIT ENTRY TO BRIDGE STRUCTURE DETAIL _ --itYa1�.:AiII13 EXPANSION ANCHOR NOTES FOR BRIDGE DECK ATTACHMENT y ti cma�r rtuu se t-o = .upr.. m.ee ice cs.ee..e,.«r ov.e�m�eoo.s C-1. 0 Rod w y �o ra,z<a ar wmm „pr«xea<mw<r<. :oa.aim mrnor...wr we w r oowo«a.w<«i. z z r o� _ W o� e. �e c. am Fw aw« « "• dd `.rwmm ELECTRICAL DETAILS m CONDUIT SUPPORTS g HANGER ASSEMBLY DETAIL rnreaa—­rwewe r—axwa «�mz1 a c.uwa ure au.r.c. p ED121-14 z w ELECTRIC CONDUIT TO BRIDGE DECK ATTACHMENT �s '.ar�`,o w g, w —E,168,. 175 llao oanmwc xu. S7R-984 DocUSigN Envelope ID'.D5D83AB7-1307-4EDD-9EF9-BOF0A128AEBC axsui190060 eT xo 'tu ELECTRIUL CONDUCTORS g m $ MATERI.L InroRMATIory _.,.�, q 'figg soeaii�ccienr� ' na..� :g. .sae a m�n�mn aux a.c Lcc,rx Fcc�.AA. rw1=7 Ei3 [I. o no e C.TELPORARr WIRING `I - S� iea.•�°c A in.or.x m«mrar a�nmiar�m..rn noir ia°a mr rme. •me,—k arI.!=EC ar.Ocie r.,awv 1 oral ia.�ma ma t 1a a.mmra axes, m _ b r n 00 :.P z.Rr°.«a-.!a mo«•..ac wmm'na a«rrme cmem.w.°bona.x e.ec.r.ca. z.er°,:as a aroma ra„r rm r'nrmrw.m�GFc rw a,,.ora rw ,e tr. a�� conacrw ro me m«Fere -.Al-Ing-t-as anon in rn roiior moi <o- m o u x, «eor«e,o-c�rm�r ores roe, rn eNIVIVIY II,..Q yY'pp ma' rare bmraroa. ra r m r«ro-r mo ea xa mr rw remo—r.in, 3a aror�m aror '/ 9�x o �& s'ge rna oma.rr�n.a�rm�r�amr�rmrXM.« « e Q. ad .Irb o owmo«n.mor amranmae.,.....rvec "'e..Nar ammrr baxr ame.,a.wa.n SPL I[E OPTION I - e 9 _ gii _ Co We"lon Type I AArg. �, r r r n° ti CONSTRUCTION METRooS a roma. o <e mrma,am use ro«a a e GROUND z NODS&GROUNDING eELECTRODES EC f�E MATERIAL INFORMATION U Q c e3aa� m . « ma a«.r�cai xr.� �na�.�mai mm mx.aa ra C11111 m thl.11 . o/o m « omn,mR.casTRucTiONUETxOos ° x «mmmJ. E c_ _ U s� =8^^ w „re.«..x.mw em„«.xen R.a «�a..,n,mm a a«. - i III M Y' T.Rama «eamarma.n.«!aro meaaa.,orme. — III 3. t. me •xaoxi«a wmaa rncwar<ro aoi arrw« ro« Fre°r« .nvo coxa m. o^ m ar Fre o�oab «o.,m. Daae aa° yQ been wrnea,o-bvwroa ea, a ama�amea cer«rro ora mrer«repiacea. .lot Al 1. ea,mere a m�n�mm /a��e'/r"r y 4,11 Inl III In-IltIN III mm,.«r„rer a a«a,.,mr,ma rim«ea.n°,«a a.bmr a,r,nk tlubil. SPLICE OPTION ymro « o- •��m Spll}Boll Type tt o e nurA.n m uo-�anr oo-xeeirim ro o-eronr rb. a « W U «omuio.�m or m.er, ma ober e�xa«m m e«n ma or r«moral cvam�r, a z x o ovr Don .va m r.iMalnoam Doles..b o o.. .00 or r Dole. 7.Far mn.a� .wthe 6. ti cmum.w.rrma.w ra,a«a arrma..111«mna�awaa a m, "kea mmaio,oi r "'m ma�aea m am a ter. a o arm«.e..a.m am.ma mad..a.« «e m r mwa,.m m a «.ma.. o,a..a«,a x.r ab .ma,w.re rM... a mI,« Dom o w wmam mbma«. ear«mik.ar.a axa. we.xre m«a.ar, ELECTRICAL DETAILS o o ® ® CONDUCTDRS g w Pr ED131-14 z SPLICE OPTION 3 "" IT, r xa�m.ux wemm�nm brea.a.ar cm«c.ar. Lt-step Soret lype NEE,169°r 175 ��xo oanmwc rv�. S7R-984 DocuS,gN Envelope ID'.D5D83AB1-1307-4EDD-9EF9-80F6A128AEBC axsu 11/90060 er xo to ,,214 m m _io'_, GROUIDx BO5E5 §�pCq 6$< A nq 1.rca`.ew r. �� om roe: r<.61. cro,m eo.ea. 11Orer o sw<r<or .oust ,ozo ae„m eo..a o,a F '`k =_ -O Q p e ne Deavrmenr wo a re vwe. 6ceawr ue r,er�m Y b6 x • I mnaevewrana ce:rarer 1e correca r ace,ea 1n c«oraawe rlrn ,1 r, m-_ 88 nem.e o a a'r.rro.amm.,ceo ece - craa s eonm.a v d FDma ran ny� 9r t w:.Pw:x . Yee soy-soars m ano i rem ao1 6oyre„aren rOr `Enmr<Ocoreca.e oea :.m zm<1 ar z-yj; PLAN VIEW SECTION A - A o e a aem,or�Or r0 ae. ,N ne vmm oo:.Ina.O, APRON FOR GROUND BOX ,<, - saa Y 1211-1 w..a,n<mrr,e,<n.anP«n^xrw<o. nn.oo:.owvwo.e-1,n aendmm mmrne �„n„1.a as aco.r,e„e see:o,w�ar«, <„a.1 mv<rn< ar e<, .e, a. ve„a My � wr,Wl. pE€ emm,w r<rm,rn w e a e„a«:. x,I<„a cm,K m o..o,mr. "8e me.rOo.^•o,. ve,a,e«„ma<eti5.. U E c �S}} vie e r a zea nese ror mnm�r e r me arae w,,Or,seer,e�nmea GROUND BOX DIMENSIONS e`�°r ,z. III Y' ODTSIDE DIMENSIONS IINCxESI carom arc am.r,m rrc P,a a ..m rcrcs 'e TYPE (W;dth x L1.0 1,X O.Olhl r. r cew.la,q rc wr.rw„�rea. Ali B12 X ;n 13% Caen r rc acec� cema rri n!s_k r.,,ce cepa ry aewr0 a ry 16%19% ��.Bona mew,a 1 W.«vers w Yin arO,na,rq<anoxror ri rn c Iran aro rrce,w. 5 W 0 16%39%1} X 1%23%17 D m W Q � Z X Z p� � ¢O 3— O arh- 3 wNoy �� GROUND BOX COVER DIMENSIONS ¢poi O TYPE DIMENSIONS (INCHEsI rer ceaa P�� �mxa,aPanm.n or Nan Puna.on ",a a, LL?O Q O F O OmQ Q H I J K L M N P m � I n,6aE 13v a 13y< ,ay 9 5S'. 1�. ELECTRICAL DETAILS cDQ a c 6 D o'v a0 y T,v T'A 1 a A 6 3j. CeRO)1'ID BOXES o g s<e ous,lozo PLAN VIEW END SIDE o ED)4)-14 z W GROUND BOX COVER �; - w aa cD - NEETI7D al 175 ��a0 0anmwc N�. S7R-984 ,Pw��, IxazOa DocuSign Envelope ID'.D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC axsui190060 e1 xo 4�e O O Y :=g O rM.a< ,Z.. O — — — - e F �8? �irtr i-.�O a �� L ®O - t'yO OFf SCHEMATIC TVPET 120/240 VOLTS- THREE WIRE u U Y ecnwe ,•n.,ra ecr•aae 1110 s p, SCHEMATIC TYPE D - CUSTOM SCHEMATIC TYPE A SCHEMATIC TYPE C 120/240 VOLTS - THREE WIRE < <� �'•� °a sae <a III THREE WIRE THREE WIRE SCHEMATIC LEGEND y .e r.rn<i«r•.c w e•<axe•axe c.«.•,<az z WIRING LEGEND "r•ei umiea,•e ,*" 4"' SUZU ELECTRICAL DETAILSep °1m� - r SERVICE ENCLOSURE o 0 —G— AND NOTES a ul ED(G)-14 z s' T171„ 175 ��ao oanmwc x�. S7R-984 DocuSign Envelope ID'.D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC axsui190060 er xo 8i i,C TRAFTIC SIGNAL NOTES o fi} E°8 come v ora en Mm°i i emeem eerai°ora r°r e vmm o e.�.e.eo.xerrcm. 4�e m L..rmo. 9ng aroma me rave ro r«oo e:m a Qa.c vee„wx.cmmcrv. e a z F�p aero e. caw::. ::m«ra.e.'aee rx«r a.mmro rs ro ry rv.nw ���•,°x �Z 1� 61! Q M gi; . m mre.�°..« °mm... •°°°r°� r a=<°a.a,°°.. hep m rro.no a�mm om�ea one,rerm�„o.�m. °'o.,m r.a,a.m«.care see xae. U. wt.a U R W E c . eo m 1a°,.m m:c°..ra xrve mor a°o.er He x°e U a INSET A III SIGNAL POLE WITH SERVICE ror«ro��n z x SIGNAL CONTROLLER SIGNAL POLE — a�e...aa� FRONT VIEW — 'ap�i - p� o �n s ELECTRICAL DETAILS SIGNAL CONTROLLER TYPICAL TRAFFIC SIGNAL o a _ SIDE VIEW SYSTEM DETAILS a mm°,re.m,ae rem,.m. ED18l-14 z s' - xEE,172°r 175 ��ao oanmwc x°. S7R-984 D,,,S,gn Envelope ID'.D5D83AB7-1307-4EDD-9EF9-BOF6A128AEBC axsu:1190060 eT xo 'tu APPLICABLE STANDARDS SHEETS 24w OVERHEAD SIGN BRIDGE HIGH MAST ILLUMINATION STANDARDS: POLE STANDARDS: ZONE 2 OSB-SE HMIP-9B fid. m (90 MPH WIND) ase-Z-1 xMIF-9B Bf3 NOSB-Z• VALKNAYS AND BRACKETS eb: No B-ZIL STANDARDS: Y, =A HOSB-Z•I m - ZONE 3 ZONE 4 DSeT SNN �.P NOTE: Structures north (80 MPH WIND) (70 MPH WIND) OSBC SB(SNL-11 y'- of ice line to be 0 BS-SC Z• TRAFFIC SIGNAL POLE `� 8L designed for ice. _., •� OSB-FD STANDARDS: f ..IVI.. S OSB-FD-SC �:Inllll U Q y Z j CANTILEVER OVERHEAD SIGN SP-800 Y1L SU So STANDARDS: SMA-MO ❑e' aB• _ SMA-100 _ COSS-SE DMA-80 Q gB COSS-Zx-10 DMA-100 _ 6=• "" „• HCOSS-Zx-10 MA-C ce ICE LINE co9S-z21-10 MACULSNI •gy c0SS-Zx&Zx1-10 MAD-D SAC CSSo TS-FD 1- ^^ CSSF L—A (n toss-FD LCF .A _ E N01e:A NiM Zone I-C ZZ N c '6= nurber 1,2, 3 ar d MA-DPO U t isQ �E LINE , Sxr.^ ZONE 4 e F. (70 MPH WIND) _� FOR HAefl�O.ONLY y LEGEND (80 ZON WIND) zone lin lust Norrn or u5 90, our'an me North,Nest y and Swm sines of IN 610 nd W the nest Sias of ZONE 1 - _ (100 MPH WIND) SH zee. s y FOO JA[K90N[0.ONLY W Z ZONE 2 -® = i 90 MPH WIND) �u v Zane line is lust Norm of ¢ o ZONE I SH 616. X N ZONE 3 -0 = i 80 MPH WIND) (100 MPH WIND) a,� ZONE 4 - = f 70 MPH WIND) (ICE LINE) % �> _ (DISTRICT LINES) o<�Nm=^oT„=•5�„a 1o• o°m o> WIND VELOCITY L WIND VELOCITY & ICE ZONES FOR AND 0 APPLICABLE OVERHEAD SIGN SUPPORTS, ICE ZONES THIS SHEET TO BE INCLUDED o HIGH MAST POLES, AND IN ALL P.S.&E. PACKAGES NV & IZ•14 z TRAFFIC SIGNAL POLES CONTAINING ONE OR MORE Based an 50 Year Mean Recurrence Interval or OF THE AP PLICABLE STANDARD Fastest Mile Wind Velocity at 33 reef netgnt. SHEETS LSTED HEREON - NEE,173,1 175 ��ao oan°mwc N�. S7R-984 DocuS,gn Envelope ID'.D5D83AB7-1301-4EDD-9EF9-BOF0A128AEBC Bxsu 190060 'tu T. FOUNDATION DESIGN TABLE oNOTES: m«�'a FOUNDATION SLNAURr TABLE *3214 t'fi w ,w�c"L.noLiuriax °.�« L«°.. L.W. oBiL xcrx - j, Ei. L•P 1,� I,.r e"wi eanr a"e er.ne ar.ucro-e. ='awOO Fa 11 Wll m Bo .a.. op tlPb a � .z' .ae az are ]13 NIVIVIY ❑9 L FOUNDATION SELECTION TABLE FOR STANDARD OUME F 2— ST " ARM PLUS ILSN SUPPORT ASSEMBLIES ITiI s ro ©°," OLE a anon z jW et 1 e§a 3W = $2 FLISUER no,n cwBlnan y,- _ rxy_- s'a- as AA TBv Na - a'yc,- eB cn ID • L,wrn CPein.rlo U Q c esL &4 a ��X E� . LQ Ceh. .« eL BxuLL sa.r, U '."L E zkfiF. P GENERAL OTES, m.m .mo"ici wro O mif a Oe _jr re b_cai e C.— x� «ewe.t. . .a.a o,a .a, a ,...,°a « eIII lot e«w B°i. a i°«s. TOP VIEW« cei.m�z«nmrn"Cali«.e am a"n . TYPICAL STRAIN POLE w ? ASSEMBLY m y 8 2 rr°e z ee •Y ««.°m<e...0�.a. i.mix4 a x�„ w o eta V.rom.� ro — , "maw a.m 2 V— rT'- =�yoNN 00 ° ll .9 r i em• . e r qNP TIYNgOE ° was ipo z� NO u.rxpgteNCxpR T ANCW T PR n tnaroe.�. ; icre / iwnc aymawe p.Vaa 70O�y ¢F g o z F (TYPE zl TRAFFIC SIGNAL ANCHOR BOLT ASSEMBLY ® g F PALE DUNDAT IGH ao - -a oat' 7S-FD-12 F O•o-;en.a�mw o°...w.COp«°i roil Id! .n TYPICAL MAST ARM " [LEVA' ��•'�• .ena,cn rwr a«a�«a. ASSEMBLY `°""""° «`° FOUNDATION DETAILS - nEE,174 m, 175 ��ao oanmwc n�. S7R-984 DocuSign Envelope ID'.D5D83AB7-1307-4EDD-9EF9-80FOA128AEBC axsui190060 er xo 'tu tfNENN NOTfSa a e.nm m r a^e eeaaa^ a.<m ea, xe m.e psi ,c 14 2. fiy3 ,mu,'• x.a�.....•... Peaoaaa,nn,mamoi�;e r<a rvrarcer.. ..vie« curie m.e.a m�e. 'b6 slcry see rvo.e ri _ I'Xm 9�� a ror.<w.<e r«m a.mverea r as^ xac<^aawri 4<`v "a we .a cma,c.o.a. eNIVIVIY �9 YY¢ x « r arram o<mi^ea omm^ e ' me a e.� rlll..,Z ;� u. 1.aem.,am a•aome^o.a.«�meco•,rA r ae.mm.«Emma a x««Masa LJ <m, � o;e,.a gB m lea. shy me lrem x<waice rias wm.sawroiree. ema�c«r o Sy`y aw,�ma,m.arm r ae mam. .a wwcr«a. Y�b iaaae^ m eamecr.m, colla.aese.e r a acs e.e�y me«e.mr u i I aELz o yyh eee core i.� 2 = =N c .sae rva a a� 01 °ace,e ra ° f a ar,m a >« m.a,aar e r°a..., m.m.,ke mre,,, x,ra 111 ma ar,rr.ma.e rM.,sed. a N a r a m.., .a. u O'ova oez Z .—;';.d 1� ma me. X Q aJ FRONT SIDE En­ a .a a. M y o o I /mr - LLxpzz �¢mLL - mvx .. �- SOLAR POWERED ROADSIDEtl ° ms way « ° ° _ � � FLASHING.BEACON ASSEI�LY °oao0 DETAILS a 0 .mxa.ar a.e— o 0 I ----------- SPRFBAM-13 z NON-FUSED BREAKAWAY ELECTRICAL CONNECTORS NON-FUSED BREAKAWAY ELECTRICAL CONNECTORS EXPLODED VIEW 1E 175 a. 175 ��ao oanmwc rv�. S7R-984 „rv.,,�, ixazoa